invitation to bid - bidnet delivery time: time is of the essence and delivery time may be a factor...

86
INVITATION TO BID COUNTY SANITATION DISTRICTS OF LOS ANGELES COUNTY 1955 Workman Mill Road Whittier, California 90601 (562) 908-4288 FAX: (562) 699-8665 The County Sanitation Districts of Los Angeles County invites your bid on the items described below. Please fill in all blank spaces. Failure to complete this form in its entirety may result in rejection of the bid. DATE: OCTOBER 15, 2015 I TIME BID DUE: 11:00 A.M. BID DUE DATE: THURSDAY, NOVEMBER 12, 2015 CONTACT: DAVID BOLDEROFF/CMS/Ic TELEPHONE: 562·908-4288 EXTENSION 6054 BID NO.: 03564 BID TITLE: NEW VEHICLES F. 0. B. POINT: DELIVERED I DELIVERY PROMISE: TERMS: LINE QUANTITY DESCRIPTION UNIT PRICE TOTAL BID UNIT 1 1 Each Compact Sedan, 4-Door, Gasoline Engine, all in accordance $ $ EA with Specification No. SW1507. Make and Model: Engine Description: Days delivery after receipt of order. 2 5 Each Small Utility Vehicle, 2WD, Gasoline Engine, all in accordance $ $ EA with Specification No. SW1508. Make and Model: Engine Description: Days delivery after receipt of order. 3 2 Each Passenger Minivan, 7-Seat, Gasoline Engine, all in accordance $ $ EA with Specification No. SW1509. Make and Model: Engine Description: Days delivery after receipt of order. 4 1 Each Passenger Van, 12-Seat, Optional CNG/LPG Gaseous Engine $ $ EA Prep Package, CNG Tank System, 9,000 lbs. GVWR, all in accordance with Specification No. SW1510. Make and Model: Engine Description: Days delivery after receipt of order. (Continued on Paae 2\ - -------

Upload: others

Post on 06-Aug-2020

4 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

INVITATION TO BID

COUNTY SANITATION DISTRICTS OF LOS ANGELES COUNTY 1955 Workman Mill Road Whittier, California 90601

(562) 908-4288 FAX: (562) 699-8665

The County Sanitation Districts of Los Angeles County invites your bid on the items described below. Please fill in all blank spaces.

Failure to complete this form in its entirety may result in rejection of the bid.

DATE: OCTOBER 15, 2015 I TIME BID DUE: 11:00 A.M. BID DUE DATE: THURSDAY, NOVEMBER 12, 2015

CONTACT: DAVID BOLDEROFF/CMS/Ic TELEPHONE: 562·908-4288 EXTENSION 6054

BID NO.: 03564 BID TITLE: NEW VEHICLES

F. 0. B. POINT: DELIVERED I DELIVERY PROMISE: TERMS:

LINE QUANTITY DESCRIPTION UNIT PRICE TOTAL BID UNIT

1 1 Each Compact Sedan, 4-Door, Gasoline Engine, all in accordance $ $ EA with Specification No. SW1507.

Make and Model:

Engine Description:

Days delivery after receipt of order.

2 5 Each Small Utility Vehicle, 2WD, Gasoline Engine, all in accordance $ $ EA with Specification No. SW1508.

Make and Model:

Engine Description:

Days delivery after receipt of order.

3 2 Each Passenger Minivan, 7-Seat, Gasoline Engine, all in accordance $ $ EA with Specification No. SW1509.

Make and Model:

Engine Description:

Days delivery after receipt of order.

4 1 Each Passenger Van, 12-Seat, Optional CNG/LPG Gaseous Engine $ $ EA Prep Package, CNG Tank System, 9,000 lbs. GVWR, all in accordance with Specification No. SW1510.

Make and Model:

Engine Description:

Days delivery after receipt of order.

(Continued on Paae 2\

- -------

Page 2: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

INVITATION TO BID, CONTINUED

LINE QUANTITY DESCRIPTION UNIT PRICE TOTAL BID UNIT

5 2 Each Truck, Regular Cab Pickup, Gasoline Engine, 6,100 lbs. GWJR, $ $ EA all in accordance with Specification No. SW1511.

Make and Model:

Engine Description:

Days delivery after receipt of order.

6 2 Each Truck, Regular Cab Pickup, Gasoline Engine, 6,100 lbs. GWJR, $ $ EA all in accordance with Specification No. SW1511 including optional items 20 (a).

Make and Model:

Engine Description:

Days delivery after receipt of order.

7 1 Each Truck, Regular Cab Pickup, Gasoline Engine, 6,100 lbs. GWJR, $ $ EA all in accordance with Specification No. SW1511 including optional items 20 (b), (c), (d), (e) and (f).

Make and Model:

Engine Description:

Days delivery after receipt of order.

8 2 Each Truck, Extended Cab Pickup, Gasoline Engine, 6,100 lbs. $ $ EA GWJR, all in accordance with Specification No. SW1512 including optional items 20 (a) and (b).

Make and Model:

Engine Description:

Days delivery after receipt of order.

9 1 Each Truck, Extended Cab Pickup, Gasoline Engine, 6,100 lbs. $ $ EA GWJR, all in accordance with Specification No. SW1512 including optional items 20 (c) and (d).

Make and Model:

Engine Description:

Days delivery after receipt of order.

10 1 Each Truck, Regular Cab Pickup, Optional CNG/LPG Gaseous $ $ EA Engine Prep Package, CNG Tank System, 6,100 lbs. GWJR, all in accordance with Specification No. SW1513.

Make and Model:

Engine Description:

Days delivery after receipt of order.

(Continued on Page 3)

2

Page 3: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

INVITATION TO BID, CONTINUED

LINE QUANTITY DESCRIPTION UNIT PRICE TOTAL BID UNIT

11 3 Each Truck, Extended Cab Pickup, Optional CNG/LPG Gaseous $ $ EA Engine Prep Package, CNG Tank System, 6,100 lbs. GVWR, all in accordance with Specification No. SW1514.

Make and Model:

Engine Description:

Days delivery after receipt of order.

12 1 Each Truck, Crew Cab Pickup, 4WD, Gasoline Engine, 6,350 lbs. $ $ EA

GVWR, all in accordance with Specification No. SW1515.

Make and Model:

Engine Description:

Days delivery after receipt of order.

1 Each Truck, Regular Cab Pickup, 4WD, Commercial Shell, Gasoline $ $ EA

13 Engine, 6,100 lbs. GVWR, all in accordance with Specification No. SW1516.

Make and Model:

Engine Description:

Days delivery after receipt of order.

14 1 Each Truck, Extended Cab Pickup, 4WD, Liftgate, Gasoline Engine, $ $ EA 7,000 lbs. GVWR, all in accordance with Specification No. SW1517.

Make and Model:

Engine Description:

Days delivery after receipt of order.

Truck, Crew Cab Pickup, 4WD, Gasoline Engine, 10,000 lbs. $ $ EA 15 1 Each

GVWR, all in accordance with Specification No. SW1518.

Make and Model:

Eng1ne Descnp!lon:

Days delivery after receipt of order.

16 1 Each Truck, Crew Cab Pickup, 4WD, CNG/LPG Gaseous Engine Prep Package, CNG Tank System, 10,000 lbs. GVWR, all in

$ $ EA

accordance with Specification No. SW1518 induding optional items 20 (a).

Make and Model:

Engine Description:

Days delivery after receipt of order.

(Continued on paQe 4\

3

Page 4: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

LINE

17

18

19

20

21

INVITATION TO BID, CONTINUED

QUANTITY DESCRIPTION UNIT PRICE

1 Each Truck, Regular Cab Pickup, Liftgate, Optional CNG/LPG $ ____ _ Gaseous Engine Prep Package, CNG Tank System, 10,000 lbs. GVWR, all in accordance with Specification No. SW1519.

Make and Model:

Engine Description: ---------------

____ Days delivery after receipt of order.

1 Each Truck, Regular Cab Pickup, Pickup Box Delete, Optional $. ____ _ CNG/LPG Gaseous Engine Prep Package, CNG Tank System, 10,000 lbs. GVWR, with Utility Body all in accordance with Specification No. SW1520.

Make and Model: ----------------

Engine Description: ---------------

____ Days delivery after receipt of order.

3 Each Truck, Regular Cab Pickup, Pickup Box Delete, Optional $ ____ _ CNG/LPG Gaseous Engine Prep Package, CNG Tank System, 10,000 lbs. GVWR, with Utility Body all in accordance with Specification No. SW1520 including optional items 23 (a).

Make and Model: ----------------

Engine Description: ---------------

____ Days delivery after receipt of order.

3 Each Truck, Regular Cab Pickup, Pickup Box Delete, Optional $ ____ _ CNG/LPG Gaseous Engine Prep Package, CNG Tank System, 10,000 lbs. GVWR, with Utility Body all in accordance with Specification No. SW1520 including optional items 23 (b), (c), (d), and (e).

Make and Model:

Engine Description·. ______________ _

____ Days delivery after receipt of order.

1 Each Truck, Crew Chassis Cab, Gasoline Engine, 13,000 lbs. GVWR, $. ____ _ with Utility Body and Crane, all in accordance with Specification No. SW1521.

Make and Model: ----------------

Engine Description: ______________ _

____ Days delivery after receipt of order.

(Continued on Paqe 5\

4

TOTAL BID UNIT

$. ___ _ EA

$ ___ _ EA

$ ___ _ EA

$ ___ _ EA

$ ___ _ EA

Page 5: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

INVITATION TO BID, CONTINUED

LINE QUANTITY DESCRIPTION UNIT PRICE TOTAL BID UNIT

22 2 Each Truck, Chassis Cab, Gasoline Engine, 16,500 lbs. GVWR, Bed Delete, all in accordance with Specification No. SW1522.

$ $ EA

Make and Model:

Engine Description:

Days delivery after receipt of order.

23 1 Each Truck, Chassis Cab, Gasoline Engine, 16,500 lbs. GVWR, with $ $ EA Utility Body, all in accordance with Specification No. SW1523.

Make and Model:

Engine Description:

Days delivery after receipt of order.

24 1 Each Truck, Chassis Cab, Optional CNG/LPG Gaseous Engine Prep $ $ EA Package, CNG Tank System, 25,960 lbs. GVWR, with Flatbed Body, all in accordance with Specification No. SW1524.

Make and Model:

Engine Description:

Days delivery after receipt of order.

Prompt Payment Discount: % days or

$ per vehicle.

NOTE: ALL BIDDERS MUST COMPLETE SIGNATURE BOX BELOW.

TO: Signature/Title

Company

Date Submitted Vendor Telephone No.

THIS IS AN INQUIRY ONLY, NOT AN ORDER

By: 1.,;\(,\~j~'\:jj ,\"'-.~c~ Cherjl M. Shea, Purchasing Manager

THIS INVITATION TO BID SUBJECT TO ATTACHED TERMS AND CONDITIONS

5

gceniceros
Typewritten Text
gceniceros
Typewritten Text
gceniceros
Typewritten Text
VENDOR NAME ATTN: ADDRESS CITY, STATE ZIP
Page 6: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICTS OF LOS ANGELES COUNTY

SPECIFICATION NUMBERS

SW1507 THROUGH SW1524

FOR

FURNISHING AND DELIVERING THIRTY NINE (39) PASSENGER CARS, VANS, PICKUP TRUCKS & UTILITY TRUCKS

4,000 LBS. THROUGH 26,000 LBS. GVWR

GRACE ROBINSON HYDE CHIEF ENGINEER AND GENERAL MANAGER

OCTOBER 2015

Page 7: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1507- SW1524

PART I

SPECIFICATION GENERAL CONDITIONS

INTRODUCTION

The County Sanitation Districts of Los Angeles County (Districts) are a partnership of 24 independent special districts service about 5.3 million people in Los Angeles County. The Sanitation Districts' service area covers approximately 800 square miles and encompasses 78 cities and unincorporated territory within the County.

The Districts protect public health and the environment through innovative and cost-effective wastewater and solid waste management, and in doing so convert waste into resources such as recycled water, energy, and recycled materials.

SECTION 1

Scope: This Invitation to Bid (ITB) solicits cost proposals from automobile dealerships qualified to provide 2016 or current model year passenger cars, cargo vans, pickup trucks and utility trucks to the Districts. These vehicles will be primarily used as work vehicles and operate in the State of California on all types of roads, and road surfaces including off-highway use at landfill operations. This ITB contains the instructions governing the requirements for a firm quotation to be submitted by interested bidders. The format in which bid information is to be submitted and the material to be included therein follows. This ITB also addresses the requirements that Bidders must meet to be considered responsive and responsible, as well as addressing Suppliers' responsibilities before and after sale.

SECTION 2

Brand Names and Specifications: The detailed specifications and/or brand name references are descriptive and indicate quality, design, and construction of items required. Offers will be considered to supply articles substantially the same as those described herein but with minor variations. The Bidder must describe variations in their bid.

SECTION 3

Award: The Bid shall be subject to acceptance by the Districts for a period of sixty (60) days unless the Bidder prescribes a shorter period in the quotation. The Districts may make combined award of all items complete to one bidder or may award separate items or groups of items to various Bidders, which the Districts consider to be in their best interests. The Bidder may submit alternate prices or name a lump sum or discount conditional on two or more items being awarded to them. The right is reserved to reject any or all bids and to waive any informality in bids. The bid shall be awarded to the lowest responsive and responsible Bidder.

The successful Bidder will be notified, in writing, when the review process has been completed, and of the award date of the contract. No payment can be made for action taken or work started prior to issuance of purchase order.

1-1

Page 8: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1507- SW1524

SECTION 4

Key Dates: Listed below are the bid process' important dates and times. If the Districts find it necessary to change any of these dates before the Final Bid submission, it will be accomplished by addendum sent to all bidders. All dates after the Final Bid submission deadlines are approximate and may be adjusted as conditions indicate, without addendum to the ITB.

Unless otherwise indicated, bidder submissions shall be due by 11:00 a.m. on the date indicated in this Section. All times are Pacific Time (PT).

Action Date I Time

1 Release of ITB 10/15/2015

2 Deadline for Submission of Bids· 11112/2015

3 Bid Opening• 11112/2015

4 Award of Contracts by Districts' Board of Directors• 12/09/2015

5 Issuance of Purchase Orders· 12/3112015

·subJect to change

SECTION 5

Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar days from the date issuance of purchase order. In no case will bids be considered that offer delivery in excess of 180 calendar days. Delivery shall be completed within the times and by the dates specified.

If the Supplier makes a timely written request, the time for delivery will be extended by a period of time equivalent to any delay of the whole work which is the result of: (1) changes to vehicle specifications as requested by the Districts' Fleet Manager, or (2) unforeseeable causes such as war, strikes, or natural disasters and which delay is beyond the control and without the fault or negligence of the Supplier and the subcontractors.

The Supplier shall promptly notify the Fleet Manager in writing at both the beginning and ending of any delay, of its cause, its effect on the whole work and the extension of time claimed. Failure of the Supplier to provide such written notices and to show such facts shall constitute conclusive evidence that no excusable delay has occurred and that no extension of time is required.

The Fleet Manager will ascertain the facts and extent of the delay and will extend the time for delivery when the Fleet Manager's findings of the facts justify such an extension. The Fleet Manager's determination will be final and conclusive.

SECTION 6

Production Schedule: Within 30 calendar days after the issuance of purchase orders, the successful Bidder shall provide a detailed production schedule for the delivery of the vehicles. The schedule shall include the project's starting date, the time allocated for manufacturing, inspection, testing, and shipment. This schedule shall include dates showing any subcontractor's activities. The production schedule shall in no way conflict with the required delivery date.

All Ford vehicles must be ordered using the Districts' Ford Fleet Indentation Number (FIN Code): 00893. This is to ensure order status for all vehicles can be tracked.

1-2

Page 9: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1507- SW1524

If an extension of time is granted by the Districts for final delivery, the Supplier shall revise and submit the production schedule to the Fleet Manager not less than 10 calendar days after the extension of time is granted.

SECTION 7

Liquidated Damages: It will be impractical or extremely difficult to fix the actual damage that may result from any delay in delivery at the time agreed upon. It is therefore, stipulated and agreed that if delivery set forth in these specifications, or within such extensions of time may be granted, the Supplier shall pay to the Districts, or the Districts shall deduct from the moneys due to the Supplier, the sum of $20.00 per day per undelivered unit as fixed and liquidated damages and not as a penalty for each calendar day subsequent to the agreed date of delivery of any part of the equipment.

SECTION 8

Delivery Point: Prices quoted shall be F.O.B. County Sanitation Districts of Los Angeles County, at the following location:

2800 Workman Mill Road, Whittier, California

Deliveries shall be made between the hours of 8:00a.m. and 3:00p.m., Monday to Friday.

Submittal and acceptance of all contractual requirements including, but not limited to, registration, license plates, weight slips, manuals, replacement parts lists, warranty documentation, and drawings will be required prior to delivery of the vehicle.

Pre-Delivery Inspection: The Supplier shall notify the Districts' Fleet Technician at (562) 908-4288, extension 6053 not less than five (5) days in advance that the vehicle/equipment is ready for pre-delivery, contract compliance inspection.

SECTION 9

Dealer Service: The equipment furnished under this contract shall be completely serviced locally by the Supplier prior to delivery. It shall be ready for operation when delivered. Any further servicing by the Supplier shall not be required except concerning repairs or adjustments covered by the manufacturer or dealer's warranty.

SECTION 10

Fuel Levels: All fuel tanks shall be filled with the factory recommended grade fuel. All fuel tanks shall be full when the vehicle is delivered to the contract delivery point.

SECTION 11

Care and Custody: The Supplier accepts full responsibility for the security against loss or damage to the equipment involved while in his possession or any of his agents. The Supplier shall reimburse the Districts for any loss or damage to the Districts' equipment in his or his agents' care or custody.

SECTION 12

Prices and Escalation: All prices quoted shall be F.O.B. delivered and net price (without cash discount) for the vehicles, including all standard equipment, extra and optional equipment and accessories as specified herein. The prices quoted shall be firm (without escalation) for 60 days from the date of bid

1-3

Page 10: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1507- SW1524

opening. The right is reserved to reject any or all bids and to waive any informality in bids.

All prices quoted shall exclude California State and Local Sales Tax and Federal Excise Tax. A Federal Excise Tax Exemption Certificate will be issued to the successful Bidder.

SECTION 13

Registration: The Supplier shall obtain the exempt registration and exempt license plates. All documents required lor registration at vehicles with the California Department at Motor Vehicles, including a certified weight certificate and/or statement at origin, it applicable shall be supplied with each vehicle at time ol delivery. The Districts will not accept any vehicles without this documentation.

The legal registration title shall be as follows:

COUNTY SANITATION DISTRICTS OF LOS ANGELES COUNTY 1955 WORKMAN MILL ROAD WHITTIER, CA 90601 ATTN: FLEET GROUP

All safety recall campaigns and service bulletins issued lor the equipment being furnished including safety campaigns and service bulletins lor the major components shall be mailed to the attention at the Fleet Manager at the above address.

The Districts' Fleet Technician is authorized to sign registration documents as required by the Department of Motor Vehicles on behalf ol the Districts. The original registration shall be submitted to the Fleet Technician lor the vehicle upon delivery at each vehicle to the Districts. The license plates shall be installed prior to delivery at each vehicle to the Districts.

SECTION 14

Materials to be Furnished by the Districts tor Installation by the Supplier: When the specifications detail materials will be supplied by the Districts, the Supplier or Subcontractor shall give the Districts notice not less than 15 calendar days prior to the date that the Districts' furnished materials are required lor installation. For the exact location lor installing the above materials, the Fleet Technician shall be contacted at (562) 908-4288, extension 6053.

SECTION 15

Compliance with Law: All equipment, material or services furnished or supplied shall conform to California Motor Vehicle Code, California Division or Industrial Safety, OSHA Requirements, South Coast Air Quality Management District, and all other applicable state and Federal laws.

SECTION 16

Illustrative and Technical Data: Bidder shall submit with proposal, complete illustrative and technical data on materials and/or equipment proposed to be furnished. Failure to furnish such data may void the bid.

SECTION 17

Component Installation and Modification: Installation at all components shall be performed in accordance with the manufacturer's printed instructions. II there are no printed instructions, then installation shall be consistent with industry standards. The Districts' Fleet Technician prior to installation shall approve the

1-4

Page 11: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1507- SW1524

exact locations and methods of installation, of all aftermarket components. Modifications to any components shall not be performed without prior approval from the Fleet Technician.

SECTION 18

Warranties: All vehicles shall be guaranteed against defects in material and workmanship for a basic period of 36 months or 36,000 miles, whichever occurs first from date of acceptance by the Districts. There shall be no deductible for any service, and must include the engine, transmission, front wheel drive, steering front suspension, brakes, electrical, air conditioning and body rust. The Dealer shall state manufacturers limited, extended warranty, which also applies, to the Invitation to Bid Form. All warranty work done during the warranty period shall be done at the Supplier's own expense, with no cost to the Districts.

SECTION 19

Vehicle Keys: Each vehicle furnished shall be delivered with the following number of keys or sets of keys for door locks and ignition system. If the vehicle is equipped with a power package and electronic key fob for remote entry all keys must be the electronic key fob type. If the vehicle will be supplied with programmable type keys, a minimum of two keys must be of the chipped type and the remaining keys must all be pre-programmed for the ignition system. If vehicles are supplied with keyed toolboxes, cabinets, commercial truck shells or utility boxes the same number of keys or sets of keys shall be supplied for locks with one installed on each key ring with each vehicle key.

Line Item No. Specification Vehicle Type Power Package No. of Kevs

1 SW1507 Compact Sedan y 4

2 SW1508 Small Utility Vehicle, 2WD y 3

3 SW1509 Passenger Minivan y 5

4 SW1510 Passenger Van y 4

5, 6, & 7 SW1511 Pickup Truck i y 3

8&9 SW1512 Pickup Truck y 3

i 10 SW1513 Pickup Truck y 3 I 11 SW1514 Pickup Truck y 3

12 SW1515 Pickup Truck y 3

13 SW1516 Pickup Truck y 3

14 SW1517 Pickup Truck y 3

15 & 16 SW1518 Pickup Truck y 3

17 SW1519 Pickup Truck N 5

18,19,&20 SW1520 Utility Body Truck N 5

21 SW1521 Utility Body Truck N 5

22 SW1522 Utility Body Truck N 5

23 SW1523 Utility Body Truck y 3

24 SW1524 Flatbed Truck N 5

SECTION 20

1-5

Page 12: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1507- SW1524

Replacement Parts List and WAM Information: The Supplier shall complete the "Replacement Parts List" and the 'WAM Information for Vehicles & Equipment" forms (see attached) upon delivery of each vehicle. In addition to the parts shown on the Replacement Parts List, the Supplier shall include all other parts and respective part numbers necessary for the Districts to stock to maintain the vehicles in accordance with factory recommended maintenance schedules. The recommended parts shall be those necessary to maintain the highest level of reliability for the vehicles, for a minimum of eight years of operation based on 12,000 miles per year.

The Replacement Parts List shall include, but not be limited to, those parts that are manufactured only for this type of vehicle and sold through factory authorized dealerships. All parts shall be cross-referenced with not less than three major brands if available.

The completed Replacement Parts List shall be submitted to the Fleet Technician, prior to delivery of the vehicles to the Districts. A copy of the completed WAM Information sheet shall be submitted to the Fleet Technician at the pre-delivery inspection. Delay in submitting either of these items shall be cause for delay in acceptance of the vehicles.

SECTION 21

Manuals: Price for each vehicle shall include complete sets of owner's manuals. Hard copies of Parts Manuals and Technical Service Manuals will not be required.

SECTION 22

List of Subcontractors: If a Bidder contemplates subcontracting any part of the work covered by these specifications, the bidder's proposal shall include a description of the work to be done under each subcontract and the name, address, and telephone number of each proposed subcontractor. No subcontractor shall be substituted or added after submission of the bid without prior written approval of the Fleet Manager.

1-6

Page 13: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1507- SW1524

SECTION 23

Ordering Additional Units: It is the purpose of this bid to procure motor vehicles all in accordance with the attached specifications and the Notice Inviting Bids, and to have the right to order one (1) or more identical units before (Bidder complete), at the identical price bid, or at the price computed as provided hereinafter. However, such right is an option only and is not a guarantee that additional units will be purchased.

In the event the Districts places an order for additional units before (Bidder complete), and the manufacturers' suggested retail price is greater or less than the manufacturers' suggested retail price in effect on the date of award of contract, the price to be paid by the Districts will be determined as follows:

If the manufacturers' suggested retail price is greater at the time the Districts' order is placed for one or more additional units on this bid than on the date of award of contract, the Supplier may add eighty percent (80%) of the amount of such increase in manufacturers' suggested retail price to the price set forth in the bid; and if the manufacturers' suggested retail price is less that the price on the date of award of contract, the Supplier shall deduct eighty percent (80%) of the amount of such decrease in manufacturers' suggested retail price from the price set forth in the bid.

Will you furnish additional units as specified above? ----------------

Signed. ________________________ _

Company Name _______________________ _

Date. _________________________ __

THIS SHEET MUST BE COMPLETED AND RETURNED WITH INVITATION TO BID

1-7

------------ -- -- .

Page 14: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

FOR: One (1) Compact Sedan, 4-Door

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

Spec. No. SW1507

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT-HAND COLUMN WILL INVALIDATE BID

SECTION 1:

~Compact sedan, 4-door. Ford Focus SE or approved equal.

SECTION 2:

Wheelbase: Minimum 104 inches.

SECTION 3:

Engine: Four (4) cylinder 2.0-liter engine. With a minimum 26 mpg City I 36 mpg Highway fuel economy.

SECTION 4:

Emission Control: The engine shall be California Air Resource Board (GARB) certified to operate on-highway in the State of California at the time of manufacture. The engine shall meet or exceed California's Ultra-Low Emission Vehicle II (ULEV II) standards for exhaust emissions (13 Cal. Code Regs. 1961 ).

SECTION 5:

Cooling: Factory standard.

SECTION 6:

Transmission: Factory standard automatic transmission.

SECTION 7:

Wheels and Tires: Factory standard sized tires along with spare tire. Full wheel covers, jack and lug wrench.

SECTION 8:

Fuel Tank: Not less than 12-gallon capacity.

SECTION 9:

Standard features required:

(a) Factory air conditioning.

(b) Factory standard seating in cloth with height-adjustable front safety belts.

(c) Heater and defroster, fresh-air type.

(d) Inside day/night rear view mirror and electric side view mirrors.

(e) Tire Pressure Monitoring System.

(f) Factory power windows and door locks.

(g) Cruise control integrated into steering wheel.

(h) Dual stage front and side-seat airbags.

Page 1 of 2

Page 15: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 9 (Cont.)

(i) AM/FM Radio with CD I MP3 Player.

(j) Factory installed Bluetooth hands free phone kit integrated into steering wheel.

SECTION 10:

Steering: Factory power steering.

SECTION 11:

Brakes: 4-Wheel Anti-lock Brake System (ABS).

SECTION 12:

Under Sealing: Standard factory under seal.

SECTION 13:

Color: The exterior of vehicle shall be finished in manufacturers' standard white.

SECTION 14:

Additional Requirements:

(a) Floor Mats: Factory floor mats for front and rear.

(b) Vehicles Keys: Four (4) sets of keys shall be supplied with all keys to be factory remote keyless entry fobs.

(c) Fuel Levels: All fuel tanks shall be filled to the full mark with factory recommended grade of fuel.

(d) Decals: Install two (2) "LACSD" logos. Decals shall be installed on both front doors (see District's Decal Installation Guide). All materials to be supplied by Districts.

(e) Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and license plates prior to final delivery.

Page 2 of 2

SW1507

Page 16: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: Five (5) Small Utility Vehicles, 2WD

Spec. No. SW1508

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID -

SECTION 1:

Type: Small Utility Vehicle, 2WD. Ford EscapeS or approved equal.

SECTION 2:

Wheelbase: Minimum 103 inches, maximum 125 inches.

Passenger/Cargo Volume: Minimum 98 cu. ft.

SECTION 3:

Engine: Gasoline four (4)-cylinder type not less than 2.5-liter EFI with all standard accessories. With a minimum 22 mpg City I 31 mpg Highway fuel economy.

SECTION 4:

Emission Control: The engine shall be California Air Resource Board (GARB) certified to operate on-highway in the State of California at the time of manufacture. The engine shall meet or exceed California's Ultra-Low Emission Vehicle II (ULEV II) standards for exhaust emissions (13 Cal. Code Regs. 1961 ).

SECTION 5:

Cooling: Factory standard.

SECTION 6:

Transmission: Factory standard automatic transmission.

SECTION 7:

Wheels and Tires: Factory standard sized tires along with spare tire. Full wheel covers, jack and lug wrench.

SECTION 8:

Fuel Tank: Not less than 15-gallon capacity.

SECTION 9:

Standard features reguired:

(a) Factory air conditioning.

(b) Factory standard seating in cloth with seat belts.

(c) Heater and defroster, fresh-air type.

(d) AM/FM radio with CD/MP3 Player.

(e) Inside day/night rear view mirror. Dual power side view mirrors.

(f) Factory cruise control and audio functions integrated into steering wheel.

Page 1 of 2

Page 17: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 9 (Cont.)

(g) Rear view Camera with 4.2" screen

(h) Tire Pressure Monitoring System.

(i) Factory power windows and locks with power one touch down buttons located at both driver and passenger windows.

U) Airbags- Driver and Passenger.

SECTION 10:

Steering: Factory power steering.

SECTION 11:

Brakes: 4-Wheel Anti-lock Brake System (ABS).

SECTION 12:

Under Sealing: Standard factory under seal.

SECTION 13:

Color: The exterior of vehicle shall be finished in manufacturers' standard white.

SECTION 14:

Additional Requirements:

(a) Window Tint: Provide privacy glass window tint on rear doors, quarter windows and rear liltgate.

(b) Floor Mats: Factory 'all-weather' floor mats.

(c) Vehicles Keys: Four (3) sets of keys shall be supplied with at least three factory remote keyless entry key fobs.

(d) Fuel Levels: All fuel tanks shall be filled to the full mark with factory recommended grade of fuel.

(e) Decals: Install two (2) "LACSD" logos. Decals shall be installed on both front doors (see District's Decal Installation Guide). All materials to be supplied by Districts.

(f) Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and license plates prior to final delivery.

Page 2 of 2

SW1508

Page 18: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

FOR: Two (2) Passenger Minivans

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

Spec. No. SW1509

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID -

SECTION 1:

~Passenger Minivan, 7-Seat. Dodge Grand Caravan or approved equal.

SECTION 2:

Wheelbase: Minimum 115 inches, maximum 125 inches.

SECTION 3:

Engine: Gasoline V-6 type not less than 3.6-Liter 24-Valve VVT with all standard accessories. With a minimum 17 mpg City I 25 mpg Highway fuel economy.

SECTION 4:

Emission Control: The engine shall be California Air Resource Board (GARB) certified to operate on-highway in the State of California at the time of manufacture. The engine shall meet or exceed California's Ultra-Low Emission Vehicle II (ULEV II) standards for exhaust emissions (13 Cal. Code Regs. 1961).

SECTION 5:

Cooling: Factory standard.

SECTION 6:

Transmission: Factory standard automatic transmission.

SECTION 7:

Wheels and Tires: Factory standard sized tires along with spare tire. Full wheel covers, jack and lug wrench.

SECTION 8:

Fuel Tank: Not less than 20-gallon capacity.

SECTION 9:

Standard features required:

(a) Factory air conditioning front and rear.

(b) Factory standard seating in cloth with seat belts.

(c) Heater and defroster, fresh-air type.

(d) AM/FM Radio with CD/MP3 player.

(e) Inside day/night rear view mirror and power side view mirrors.

(f) Tinted glass windows.

(g) Tire Pressure Monitoring System.

(h) Dual sliding side doors.

Page 1 of 2

Page 19: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 9 (Cont.)

(i) Factory power front windows and locks.

UJ Airbags- Front (2) and Side Curtain (2).

(k) Factory floor mats.

(I) Head lamp control (Automatic-off).

SECTION 10:

Steering: Factory power steering.

SECTION 11:

Brakes: 4-Wheel Anti-lock Brake System (ABS).

SECTION 12:

Under Sealing: Standard factory under seal.

SECTION 13:

Color: The exterior of vehicle shall be finished in manufacturers' standard white.

SECTION 14:

Additional Requirements:

(a) Vehicles Keys: Five (5) sets of keys shall be supplied. All keys to be the factory remote keyless entry fob type.

(b) Fuel Levels: All fuel tanks shall be filled to the full mark with factory recommended grade of fuel.

(c) Decals: Install two (2) "LACSD" logos. Decals shall be installed on both front doors (see District's Decal Installation Guide). All materials to be supplied by Districts.

(d) Extended Warranty: Powertrain shall be warranted for 5 years or 100,000 miles, whichever occurs first.

(e) Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and license plates prior to final delivery.

Page 2 of 2

SW1509

Page 20: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: One (1) Passenger Van, 12-Seat, CNG

Spec No: SW1510

Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT­HAND COLUMN WILL INVALIDATE BID.

SECTION 1

Type: Passenger Van, 12-Seat, Long Wheel Base, Medium Roof Height, Ford Transit Wagon XL T 250, or Approved Equal.

SECTION 2

GVWR·. 9,000 pounds minimum.

SECTION 3

Wheelbase: 148 inches minimum.

SECTION 4

Body: Van, Overall length shall be approximately 235 5 inches.

SECTION 5

Engine: Gasoline, V6 Type, not less than 3.71iter displacement 275 bhp@ 6,000 RPM, 260 lb.-ft. torque@ 4,000 RPM with all standard accessories (ie., air cleaner, oil filter, etc.). Air cleaner shall be optional Heavy Duty Cleaner

Engine shall be supplied with optional CNG/LPG Gaseous Engine Prep Package from Manufacturer.

SECTION 6

Emission Control: The engine shall be California Air Resource Board (CARB) certified to operate on-highway in the State of California at the time of manufacture.

SECTION 7

Cooling: Shall be largest, increased capacity, optional system available for model van, engine transmission combination offered including heavy duty fan and coolant recovery system.

SECTION 8

Transmission: Factory standard 6-speed automatic transmission with overdrive.

SECTION 9

Axles Each axle GAWR shall be compatible with the trucks GVWR: Factory standard approximately 3.73 ratio non-limited-slip.

SECTION 10

Suspension: Spring capacities shall equal axle rating less unsprung weight.

Page 1 of 3

Page 21: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 11

Steering: Factory power steering with manufacturers rated capacity at least equal to front axle capacity.

SECTION 12

Brakes: Shall be largest, optional, heavy-duty power brake package available for model/axles offered with 4-wheel anti-lock braking system (ABS).

SECTION 13

Frame: Shall be compatible to GVWR.

SECTION 14

Fuel Tank: Factory Gasoline tank shall be removed. Compressed Natural Gas tanks (CNG) shall be installed and mounted inside van cargo area. Volume of the tank shall be 23 Gasoline Gallons Equivalent (GGE). Tanks shall be type 4 composite. CNG fuel modifier shall be approved by manufacturer. CNG system must comply with U.S. Federal and State exhaust and evaporative emission requirements and safety standards.

SECTION 15

Wheels/Tires: Vehicle shall be equipped with the OEM's standard all-season (235/65R16 BSW) tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models). The spare shall be a full size tire mounted under rear of body.

SECTION 16

Body: Standard, 12 seat passenger van. If not listed as standard equipment, the following items shall be furnished and installed.

(a) Power locks and windows.

(b) All-around windows, fixed.

(c) Individual driver seat and front passenger seat, upholstered with the heaviest optional cloth material offered by manufacturer.

(d) Factory standard passenger bench seats with standard 3-point safety belts upholstered with the heaviest optional cloth material offered by manufacturer.

(e) Factory air conditioning, fresh air heater with integral defroster front and rear.

(f) Privacy tinted glass.

(g) Rear window defogger.

(h) Short mount power mirrors, swing away, both sides.

(i) Inside center rear view mirror shall be day/night, non-glare type.

U) Rear and side inside door latch opening and latching device.

(k) Sliding passenger-side cargo door.

(I) Floor covering carpet, full length of van floor.

(m) Back-up camera.

(n) Hub caps (wheel covers).

(o) All-Weather floor mats (Front).

(p) Running board for 2nd row passenger- side door

(q) Sync Audio system with Navigation and Lane Keeping Alert.

(r) Back-up alarm.

Page 2 of 3

SW1510

Gaseous Fuel Modifier Name:

Tank Volume: ---~GGE

Page 22: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 17

Body Interior: Factory standard.

SECTION 18

Color: The exterior of vehicle shall be finished in manufacturers' standard white.

SECTION 19

Additional Requirements:

(a) Vehicles Keys: Five (4) sets of keys shall be supplied. All keys to be the factory remote keyless entry fob type.

(b) One five (5) lb. dry type fire extinguisher, air pressurized, UL 2A 1 OBC minimum, with pressure gauge, securely mounted inside van.

(c) Fuel Levels: All fuel tanks shall be filled to the full mark with factory recommended grade of fuel.

(d) Decals: Install two (2) "LACSD" logos. Decals shall be installed on both front doors (see District's Decal Installation Guide). All materials to be supplied by Districts.

(e) Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and license plates prior to final delivery.

Page 3 of 3

SW1510

Page 23: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR Five (5) Trucks, Regular Cab Pickup, 6,100 lbs. GVWR

Spec. No. SW1511

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID -

SECTION 1

GVWR 6,100 pounds.

SECTION 2

Wheelbase: 122 inches.

SECTION 3

Body: Regular Cab, Styleside/Fieetside, Pickup with a standard 6.5 foot long bed.

SECTION 4

Engine: Gasoline, V6 Type, not less than 3.51iterdisplacement 282 bhp and 2531b.-ft. torque engine with all standard accessories as listed in factory brochure.

SECTION 5

Emission Control: The engine shall be California Air Resource Board (CARB) certified to operate on-highway in the State of California at the time of manufacture. The engine shall meet or exceed California's Ultra-Low Emission Vehicle II (ULEV II) standards for exhaust emissions (13 Cal. Code Regs. 1961).

SECTION 6

Cooling: Factory standard capacity system for model truck.

SECTION 7

Transmission/Driveline: Each vehicle shall be equipped with the manufacturers' standard automatic overdrive type transmission.

SECTION 8

Axles: Each axle GAWR shall be compatible with the trucks GVWR. Factory standard 3.73 non-limited slip axle ratio.

SECTION 9

Suspension: Spring capacities shall equal axle rating less unsprung weight Heavy-duty front stabilizer bars and heavy-duty direct double acting shock absorbers.

SECTION 10

Steering: Factory power steering with manufacturers rated capacity at least equal to front axle capacity.

SECTION 11

Brakes: Shall be equipped with the manufacturers' standard power assisted service brakes with a four-wheel, electronic controlled, anti lock brake system (ABS).

Page 1 of 3

Page 24: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 12

Frame: Shall be compatible to GVWR.

SECTION 13

Fuel Tank: Shall be approximately 23-gallon capacity.

SECTION 14

WheelsfTires: Each vehicle shall be equipped with the OEM's standard all-season tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models). Spare tire shall be mounted under rear of body.

SECTION 15

Electrical: Twelve (12) volt system with negative ground. Alternator shall be at least 135-ampere manufacturers' rated capacity. Maintenance free battery of at least 72-ampere hour rated capacity (650 CCA). All electrical systems (i.e., lights charging etc.) shall have circuit breaker protection.

SECTION 16

Cab: Conventional type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following items shall be furnished and installed.

(a) Front split bench seat (40/20/40) with headrests including folding center arm resVbusiness console, with heaviest optional vinyl material offered by manufacturer.

(b) Factory air conditioning and fresh air heater with integral defroster

(c) Solar tinted glass.

(d) Vinyl flooring or heavy-duty rubber floor mats. (e) Power Equipment Group: Power windows, power side-view mirrors, power

door locks, power keyless entry fobs, factory blue-tooth hands-free system, and cruise control.

SECTION 17

Additional Requirements:

Furnish and install the following additional equipment:

17.1 Backup Alarm: Medium noise alarm, 97 decimals maximum (Ecco 510, or equal).

17.2 Fire Extinguisher: One (1) 51b. Dry type fire extinguisher, air pressurized, UL 2A: 1 OB:C min. w/pressure gauge, securely mounted in vehicle cab.

17.3 Bed Liner: Factory installed spray-in bed liner that is permanently bonded to truck bed, providing a water tight seal. The surface shall be non-skid, easy to clean, and prevent rust building in truck bed.

17.4 Rear Bumper: To be 6" heavy-duty step type.

17.5 Trailer Tow Package: Class IV hitch receiver, a 7-pin wiring harness, and trailer tow connector.

17.6 Decals: Install decals on truck including three (3) sets of 4-character assets numbers and two (2) "LACSD" logos. Asset stickers shall be installed on the back upper left corner of the tailgate and on both front doors (see District's Decal Installation Guide). All materials to be supplied by Districts.

Page 2 of3

SW1511

Page 25: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 18

Coating Requirements:

18.1 Entire vehicle, excluding all chrome or bright metal finished items shall be painted manufacturer's standard white. Wheels are to be painted manufacturer's standard argent or gray.

18.2 If the cab/chassis is not guaranteed against rust-through for a minimum of five (5) years, or 100,000 miles, the entire underbody shall be coated with "3M" or equal, undercoating.

SECTION 19

Special Requirements:

19.1 Noise Emissions: All units shall comply with State of California Motor Vehicle Code, Section Numbers 23130 and 27160 in its entirety.

19.2 Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and services stated above prior to final delivery.

SECTION 20

Optional Requirements:

Furnish and install the following optional equipment only if specified on the "Invitation to Bid" form.

(a) Tool Box: Full size standard cross bed toolbox installed behind cab with keyed locks and minimum five keys (Weather Guard Model125-3-01 painted white).

(b) Box Side Steps: Factory installed box side steps shall be mounted on each side positioned in front of tires.

(c) Trailer Heavy Tow Package: In addition to the Class IV hitch receiver, a ?-pin wiring harness, and trailer tow connector, this package to include engine oil cooler, upgraded front stabilizer bar, and auxiliary transmission oil cooler.

(d) 4 Corner LED Lights: Furnish and install four-corner LED light system (Whelen Vertex VTX609 amber LED or equal). LEOs shall be mounted in front headlight buckets and rear taillights. The LED on/off switch shall be mounted in the cab and labeled with a hard plastic, engraved tag identifying the switch).

(e) Light Bar: Furnish and install LED light bar, ECCO Light bar 12-00001-E with clear lenses and 16 amber light heads with cab control panel installed within easy reach from the driver's seat.

(f) Back Rack: The light bar shall be mounted onto a Back-Rack or similar product that allows mounting of accessories without drilling into the cab of the truck. The Back Rack shall be mounted to the bed of the truck.

Page3of3

SW1511

Page 26: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: Three (3) Trucks, Extended Cab Pickups, 6,100 lbs. GVWR

Spec. No. SW1512

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID -

SECTION 1

GVWR: 6,100 pounds.

SECTION 2

Wheelbase: Approximately 145 inches.

SECTION 3

Body: Extended Cab, Styleside/Fieetside, Pickup with a standard 6.5 foot long bed.

SECTION 4

Engine: Gasoline, V6 Type, not less than 3.5 liter displacement 282 bhp and 253 lb.-ft. torque engine with all standard accessories as listed in factory brochure.

SECTION 5

Emission Control: The engine shall be California Air Resource Board (GARB) certified to operate on-highway in the State of California at the time of manufacture. The engine shall meet or exceed California's Ultra-Low Emission Vehicle II (ULEV II) standards for exhaust emissions (1 3 Cal. Code Regs. 1961 ).

SECTION 6

Cooling: Factory standard capacity system for model truck.

SECTION 7

Transmission/Driveline: Each vehicle shall be equipped with the manufacturers' standard automatic overdrive type transmission.

SECTION 8

Axles: Each axle GAWR shall be compatible with the trucks GVWR. Factory optional 3.73 Non-Limited Slip Axle Ratio.

SECTION 9

Suspension: Spring capacities shall equal axle rating less unsprung weight. Heavy-duty front stabilizer bars and heavy-duty direct double acting shock absorbers.

SECTION 10

Steering: Factory power steering with manufacturers rated capacity at least equal to front axle capacity.

SECTION 11

Brakes: Shall be equipped with the manufacturer's standard power assisted service brakes with a four-wheel, electronic controlled, anti lock brake system (ABS).

Page 1 of 3

Page 27: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 12

Frame: Shall be compatible to GVWR.

SECTION 13

Fuel Tank: Shall be approximately 23-gallon capacity.

SECTION 14

Wheels!Tires: Each vehicle shall be equipped with the OEM's standard all-season tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models). Spare tire shall be mounted under rear of body.

SECTION 15

Electrical: Twelve (12) volt system with negative ground. Alternator shall be at least 135-ampere manufacturers' rated capacity. Maintenance free battery of at least 72-ampere hour rated capacity (650 CCA). All electrical systems (i.e., lights charging etc.) shall have circuit breaker protection.

SECTION 16

Cab: Conventional extended cab type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following items shall be furnished and installed.

(a) Front seats shall be configured (40/console/40) with headrests. Front seats shall have the flow-through console optional package. Seats shall be the heaviest optional cloth material offered by manufacturer.

(b) Factory air conditioning and fresh air heater with integral defroster.

(c) Solar tinted glass.

(d) Vinyl flooring or heavy duty rubber floor mats.

(e) Power Equipment Group: Power windows, power side-view mirrors, power door locks, power keyless entry fobs, factory blue-tooth hands-free system, and cruise control.

SECTION 17

Additional Requirements:

Furnish and install the following additional equipment.

17.1 Backup Alarm: Medium noise alarm, 97 decimals maximum (Ecco 510, or equal).

17.2 Fire Extinguisher: One (1) 51 b. dry type fire extinguisher, air pressurized, UL2A:1 OB:C min. with pressure gauge, securely mounted in cab.

17.3 Trailer Tow Package: Class IV hitch receiver, 7-pin wiring harness, and trailer tow connector.

17.4 4-Corner LED Lights: Furnish and install four-corner LED light system (Whelen Vertex VTX609 amber LED or equal). LEDs shall be mounted in front headlight buckets and rear taillights. The LED on/off switch shall be mounted in the cab and labeled with a hard plastic, engraved tag identifying the switch).

17.5 Decals: Install decals on truck including three (3) sets of 4-character assets numbers and two (2) "LACSD" logos. Asset stickers shall be installed on the back upper left corner of the tailgate and on both front doors (see District's Decal Installation Guide). All materials to be supplied by Districts.

Page 2 of 3

SW1512

Page 28: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 18

Coating Requirement:

18.1 Entire vehicle, excluding all chrome or bright metal finished items shall be painted manufacturer's standard white. Wheels are to be painted manufacturer's argent or gray.

18.2 If the cab/chassis is not guaranteed against rust-through for a minimum of five (5) years, or 100,000 miles, the entire underbody shall be coated with "3M", or equal, undercoating.

SECTION 19

Special Requirements:

19.1 Noise Emissions: All units shall comply with State of California Motor Vehicle Code, Section Numbers 23130 and 27160 in its entirety.

19.2 Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and services stated above prior to final delivery.

SECTION 20

Optional Requirements:

Furnish and install the following optional equipment only if specified on the "Invitation to Bid" form.

(a) Bed Liner: Factory installed spray-in bed liner that is permanently bonded to truck bed, providing a water tight seal. The surface shall be non-skid, easy to clean, and prevent rust building in truck bed.

(b) Tool Box: Full size standard cross bed toolbox installed behind cab with keyed locks and minimum three keys (Weather Guard Model115-3-01 painted white).

(c) Tonneau Cover: Furnish and install Tonneau Cover appropriately sized for the bed of the truck. Cover should have heavy duty hinge and automotive grade lock system. Cover shall be painted white matching the truck. (ARE LSII Series Tonneau Cover or equal).

(d) Contractor Bed-slide: Furnish and install contractor grade bed-slide appropriately sized for the bed of the truck, marine grade plywood with rubberized skid-proof deck, 1,000 lb. capacity, one-handed latching mechanism, perimeter side rails to secure payload, and a minimum 3 position locking mechanism on bed-slide (Cargoglide CG1000 or equal).

Page 3 of 3

SW1512

Page 29: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: One (1) Truck, Regular Cab Pickup, CNG, 6,100 lbs. GVWR

Spec. No. SW1513

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID -

SECTION 1

GVWR: 6,100 pounds.

SECTION 2

Wheelbase: 122 inches.

SECTION 3

Body: Regular Cab, Styleside/Fieetside, Pickup with a standard 6.5 foot long bed.

SECTION 4

Engine: Gasoline, VB Type, not less than 5.0 liter displacement 385 bhp and 3871b.-ft. torque engine with all standard accessories as listed in factory brochure.

Engine shall be supplied with optional CNG/LPG Gaseous Engine Prep Package from Manufacturer.

SECTION 5

Emission Control: The engine shall be California Air Resource Board (CARS) certified to operate on-highway in the State of California at the time of manufacture.

SECTION 6

Cooling: Factory standard capacity system for model truck.

SECTION 7

Transmission/Driveline: Each vehicle shall be equipped with the manufacturers' standard automatic overdrive type transmission.

SECTION 8

Axles: Each axle GAWR shall be compatible with the trucks GVWR. Factory standard 3.55 non-limited slip axle ratio.

SECTION 9

Suspension: Spring capacities shall equal axle rating less unsprung weight. Heavy-duty front stabilizer bars and heavy-duty direct double acting shock absorbers.

SECTION 10

Steering: Factory power steering with manufacturers rated capacity at least equal to front axle capacity.

SECTION 11

Brakes: Shall be equipped with the manufacturers' standard power assisted service brakes with a four-wheel, electronic controlled, anti lock brake system (ABS).

Page 1 of 3

Page 30: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 12

Frame: Shall be compatible to GVWR.

SECTION 13

Fuel Tank: Factory gasoline tank shall be removed. Compressed Natural Gas (CNG) tanks shall be installed and mounted underbody. Combined volume of the tanks shall be a minimum of 16 Gasoline Gallons Equivalent (GGE). Tanks shall be type 4 composite. CNG fuel modifier shall be approved by manufacturer. CNG system must comply with U.S. Federal and California State exhaust and evaporative emission requirements and safety standards.

Bottom of tanks shall be covered by a protective skid plate to protect tanks from foreign objects. There shall be a large backlit, integrated CNG fuel gauge mounted on dash in the cab.

SECTION 14

Wheelsffires: Each vehicle shall be equipped with the OEM's standard all-season tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models). Spare tire shall be mounted under rear of body.

SECTION 15

Electrical: Twelve (12) volt system with negative ground. Alternator shall be at least 135-ampere manufacturers' rated capacity. Maintenance free battery of at least 72-ampere hour rated capacity (650 CCA). All electrical systems (i.e., lights charging etc.) shall have circuit breaker protection.

SECTION 16

Cab: Conventional type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following ~ems shall be furnished and installed.

(a) Front split bench seat (40/20/40) with headrests including folding center arm resVbusiness console, with heaviest optional vinyl material offered by manufacturer.

(b) Factory air conditioning and fresh air heater with integral defroster.

(c) Solar tinted glass.

(d) Vinyl flooring or heavy-duty rubber floor mats. (e) Power Equipment Group: Power windows, power side-view mirrors, power

door locks, power keyless entry fobs, factory blue-tooth hands-free system, and cruise control.

SECTION 17

Additional Requirements:

Furnish and install the following additional equipment:

17.1 Backup Alarm: Medium noise alarm, 97 decimals maximum (Ecco 510, or equal).

17.2 Fire Ex1inguisher: One (1) 5 lb. Dry type fire extinguisher, air pressurized, UL 2A:1 OB:C min. w/pressure gauge, securely mounted in vehicle cab.

17.3 Bed Liner: Factory installed spray-in bed liner that is permanently bonded to truck bed, providing a water tight seal. The surface shall be non-skid, easy to clean, and prevent rust building in truck bed.

Page 2 of 3

SW1513

Gaseous Fuel Modifier Name:

Tank Volume: ____ ·GGE

Page 31: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 17 (cont.)

17.4 Trailer Tow Package: Class IV hitch receiver, a 7-pin wiring harness, and trailer tow connector.

17.5 Decals: Install decals on truck including three (3) sets of 4-character assets numbers and two (2) "LACSD" logos. Asset stickers shall be installed on the back upper left corner of the tailgate and on both front doors (see District's Decal Installation Guide). All materials to be supplied by Districts.

SECTION 18

Coating Requirements:

18.1 Entire vehicle, excluding all chrome or bright metal finished items shall be painted manufacturer's standard white. Wheels are to be painted manufacturer's standard argent or gray.

18.2 If the cab/chassis is not guaranteed against rust-through for a minimum of five (5) years, or 100,000 miles, the entire underbody shall be coated with "3M" or equal, undercoating.

SECTION 19

Special Requirements:

19.1 Noise Emissions: All units shall comply with State of California Motor Vehicle Code, Section Numbers 23130 and 27160 in its entirety.

19.2 Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and services stated above prior to final delivery.

Page 3 of 3

SW1513

Page 32: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: Three (3) Trucks, Extended Cab, Pickup, CNG, 6,100 lbs. GVWR

Spec. No. SW1514

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID -

SECTION 1

GVWR: 6,100 pounds.

SECTION 2

Wheelbase: Approximately 145 inches.

SECTION 3

Body: Extended Cab, Styleside/Fieetside, Pickup with a standard 6.5 foot long bed.

SECTION 4

Engine: Gasoline, V8 Type, not less than 5.0 liter displacement 385 bhp and 387 lb.-ft. torque engine with all standard accessories as listed in factory brochure.

Engine shall be supplied with optional CNG/LPG Gaseous Engine Prep Package from Manufacturer.

-···

SECTION 5

Emission Control: The engine shall be California Air Resource Board (CARB) certified to operate on-highway in the State of California at the time of manufacture.

SECTION 6

Cooling: Factory standard capacity system for model truck.

SECTION 7

Transmission/Driveline: Each vehicle shall be equipped with the manufacturers' standard automatic overdrive type transmission.

SECTION 8

Axles: Each axle GAWR shall be compatible with the trucks GVWR. Factory optional 3.73 Non-Limited Slip Axle Ratio.

SECTION 9

Suspension: Spring capacities shall equal axle rating less unsprung weight. Heavy-duty front stabilizer bars and heavy-duty direct double acting shock absorbers.

SECTION 10

Steering: Factory power steering with manufacturers rated capacity at least equal to front axle capacity.

SECTION 11

Brakes: Shall be equipped with the manufacturer's standard power assisted service brakes with a four-wheel, electronic controlled, anti lock brake system (ABS).

Page 1 of 3

Page 33: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1514

SECTION 12

Frame: Shall be compatible to GVWR.

SECTION 13

Fuel Tank: Factory gasoline tank shall be removed. Compressed Natural Gas (CNG) Gaseous Fuel Modifier Name: tanks shall be installed and mounted In-Bed. Combined volume of the tanks shall be a minimum of 23 Gasoline Gallons Equivalent (GGE). Tanks shall be type 4 composite. CNG fuel modifier shall be approved by manufacturer. CNG system must comply with U.S. Federal and California State exhaust and evaporative emission requirements Tank Volume: GGE and safety standards.

Tanks shall be covered by a protective Guard to protect tanks from foreign objects. There shall be a large backlit, integrated CNG fuel gauge mounted on dash in the cab.

SECTION 14

Wheels/Tires: Each vehicle shall be equipped with the OEM's standard all-season tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models). Spare tire shall be mounted under rear of body.

SECTION 15

Electrical: Twelve (12) volt system with negative ground. Alternator shall be at least 135-ampere manufacturers' rated capacity. Maintenance free battery of at least 72-ampere hour rated capacity (650 CCA). All electrical systems (i.e., lights charging etc.) shall have circuit breaker protection.

SECTION 16

Cab: Conventional extended cab type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following items shall be furnished and installed. (a) Front seats shall be configured (40/console/40) with headrests. Front seats shall

have the flow-through console optional package. Seats shall be the heaviest optional cloth material offered by manufacturer.

(b) Factory air conditioning and fresh air heater with integral defroster.

(c) Solar tinted glass.

(d) Vinyl flooring or heavy duty rubber floor mats.

(e) Power Equipment Group: Power windows, power side-view mirrors, power door locks, power keyless entry fobs, factory blue-tooth hands-free system, and cruise control.

SECTION 17

Additional Requirements:

Furnish and install the following additional equipment.

17.1 Backup Alarm: Medium noise alarm, 97 decimals maximum (Ecco 510, or equal).

17.2 Fire Extinguisher: One (1) 51b. dry type fire extinguisher, air pressurized, UL2A: 1 OB:C min. with pressure gauge, securely mounted in cab.

17.3 Bed Liner: Factory installed spray-in bed liner that is permanently bonded to truck bed, providing a water tight seal. The surface shall be non-skid, easy to clean, and prevent rust building in truck bed.

Page 2 of 3

Page 34: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 17 !Cont.)

17.4 Tonneau Cover: Furnish and install Tonneau Cover appropriately sized for the bed of the truck. Cover should have heavy duty hinge and automotive grade lock system. Cover shall be painted white matching the truck. (ARE LSII Series Tonneau Cover or equal).

SECTION 18

Coating Requirement:

18.1 Entire vehicle, excluding all chrome or bright metal finished items shall be painted manufacturer's standard white. Wheels are to be painted manufacturer's argent or gray.

18.2 If the cab/chassis is not guaranteed against rust-through for a minimum of five (5) years, or 100,000 miles, the entire underbody shall be coated with "3M", or equal, undercoating.

SECTION 19

Special Requirements:

19.1 Noise Emissions: All units shall comply with State of California Motor Vehicle Code, Section Numbers 23130 and 27160 in its entirety.

19.2 Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and services stated above prior to final delivery.

Page 3 of 3

SW1514

Page 35: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: One (1) Truck, Crew Cab Pickup, 4WD, 6,350 lbs. GVWR

Spec. No. SW1515

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID -

SECTION 1

GVWR: 6,350 pounds minimum.

SECTION 2

Wheelbase: 145 inches minimum.

SECTION 3

Body: Crew Cab, Styleside/Fieetside, Pickup with a five and a half (5-1/2') foot long bed.

SECTION 4

Engine: Gasoline, V6 Type, not less than 3.5 liter displacement 262 bhp and 253 lb.-ft. torque engine with all standard accessories as listed in factory brochure. Air cleaner shall be optional heavy-duty cleaner.

SECTION 5

Emission Control: The engine shall be California Air Resource Board (GARB) certified to operate on-highway in the State of California at the time of manufacture. The engine shall meet or exceed California's Ultra-Low Emission Vehicle II (ULEV II) standards for exhaust emissions (13 Cal. Code Regs. 1961).

SECTION 6

Cooling: Shall be optional, increased capacity, system for model truck, engine transmission combination offered including heavy-duty fan and coolant recovery system.

SECTION 7

Transmission/Driveline: Each vehicle shall be equipped with the manufacturers' standard automatic overdrive type transmission. Each vehicle shall be equipped with an auxiliary transmission cooler.

Four Wheel Drive: Four-wheel drive (4x4) configuration shall be equipped with automatic "on the go" locking front wheel hubs. Unit shall include optional transfer case and fuel tank skid plates, limited slip differentials, and front tow hooks. Transfer cases shall be the two-speed, hi-low type.

SECTION B

Axles: Each axle GAWR shall be compatible with the trucks GVWR. Factory ootional3.73 electronic locking axle ratio.

SECTION 9

Suspension: Spring capacities shall equal axle rating less unsprung weight. Heavy-duty front stabilizer bars and heavy-duty direct double acting shock absorbers.

SECTION 10

Steering: Factory power steering with manufacturers rated capacity at least equal to front axle capacity.

Page 1 of3

Page 36: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1515

SECTION 11

Brakes: Shall be equipped with the manufacturer's standard power assisted service brakes with a four-wheel, electronic controlled, anti lock brake system (ABS).

SECTION 12

Frame: Shall be compatible to GVWR.

SECTION 13

Fuel Tank: Not less than 23-gallon capacity.

SECTION 14

Wheels!Tires: Each vehicle shall be equipped with the OEM's standard all-terrain tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models). Spare tire shall be mounted under rear of body.

SECTION 15

Electrical:

15.1 Twelve (12) volt system, negative ground, increased capacity trailer towing package.

15.2 Alternator shall be at least 135-ampere manufacturers' rated capacity with at least 20 amperes output at engine curb idle RPM.

15.3 Maintenance free battery of at least 78-ampere hour manufacturers' rated capacity (750 C.C.A.).

15.4 All electrical systems (i.e., lights charging etc.) shall have circuit breaker protection.

SECTION 16

Cab: Conventional extended cab type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following items shall be furnished and installed.

(a) Front seats shall be configured (40/console/40) with headrests. Front seats shall have the flow-through console optional package. Seats shall be the heaviest optional cloth material offered by manufacturer.

(b) Factory air conditioning and fresh air heater with integral defroster.

(c) Solar tinted glass.

(d) Vinyl flooring or heavy duty rubber floor mats.

(e) Power Equipment Group: Power windows, power side-view mirrors, power door locks, power keyless entry fobs, factory blue-tooth hands-free system, and cruise control.

SECTION 17

Additional Requirements:

Furnish and install the following additional equipment.

17.1 Fire Extinguisher: One (1) 51b. dry type fire extinguisher, air pressurized, UL 2A:1 OB:C min. with pressure gauge, securely mounted in cab.

17.2 Backup Alarm: Medium noise alarm, 97 decimals maximum.

17.3 Trailer Tow Package: Class IV hitch receiver, 7-pin wiring harness, and trailer tow connector.

Page 2 of 3

Page 37: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 17 (Cont.)

17.4 Hitch: Receiver Mount Pintle Hook Combination with 2" Hitch Ball. Fits standard 2" Receiver, 12,000 lb. Capacity (Model # RMPH200B or equal).

17.5 Tonneau Cover: Furnish and install Tonneau Cover appropriately sized for the bed of the truck. Cover should have heavy duty hinge and automotive grade lock system. Cover shall be painted white matching the truck. (ARE LSII Series Tonneau Cover or equal).

17.6 Contractor Bed-slide: Furnish and install contractor grade bed-slide appropriately sized for the bed of the truck, marine grade plywood with rubberized skid-proof deck, 1,000 lb. capacity, one-handed latching mechanism, perimeter side rails to secure payload, and a minimum 3 position locking mechanism on bed-slide (Cargoglide CG1 000 or equal).

17.7 4-Corner LED Lights: Furnish and install four-corner LED light system (Whelen Vertex VTX609 amber LED or equal). LEOs shall be mounted in front headlight buckets and rear taillights. The LED on/off switch shall be mounted in the cab and labeled with a hard plastic, engraved tag identifying the switch).

17.8 Running Boards: Factory supplied OEM 6" cab steps, black, running boards made of molded in color polymer plastic with an aluminum support designed for a crew cab chassis.

17.9 Decals: Install decals on truck including three (3) sets of 4-character assets numbers and two (2) "LACSD'' logos. Asset stickers shall be installed on the back upper left corner of the litigate and on both front doors (see District's Decal Installation Guide). All materials to be supplied by Districts.

SECTION 18

Coating Requirement:

18.1 Entire vehicle, excluding all chrome or bright metal finished items shall be painted manufacturer's standard white. Wheels are to be painted manufacturer's argent or gray.

18.2 If the cab/chassis is not guaranteed against rust-through for a minimum of five (5) years, or 100,000 miles, the entire underbody shall be coated with "3M", or equal, undercoating.

SW1515

--------------------------------~----------------SECTION 19

Soecial Requirements:

19.1 Noise Emissions: All units shall comply with State of California Motor Vehicle Code, Section Numbers 23130 and 27160 in its entirety.

19.2 Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and services stated above prior to final delivery.

Page 3 of 3

Page 38: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: One (1) Truck, Regular Cab Pickup, 4WD, Commercial Shell, 6,100 lbs. GVWR

Spec. No. SW1516

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT-HAND COLUMN WILL INVALIDATE BID

SECTION 1

GVWR: 6,100 pounds minimum.

SECTION 2

Wheelbase: 141.1 inches minimum.

SECTION 3

Body: Regular Cab, Styleside/Fieetside, Pickup with an eight (8') foot long bed.

SECTION 4

Engine: Gasoline, V6 Type, not less than 3.5 liter displacement 282 bhp and 253 lb.-ft. torque engine with all standard accessories as listed in factory brochure. Air cleaner shall be optional heavy-duty cleaner.

SECTION 5

Emission Control: The engine shall be California Air Resource Board (GARB) certified to operate on-highway in the State of California at the time of manufacture. The engine shall meet or exceed California's Ultra-Low Emission Vehicle II (ULEV II) standards for exhaust emissions (13 Cal. Code Regs. 1961).

SECTION 6

Cooling: Shall be optional, increased capacity, system for model truck, engine transmission combination offered including heavy-duty fan and coolant recovery system.

SECTION 7

Transmission/Driveline: Each vehicle shall be equipped with the manufacturers' standard automatic overdrive type transmission. Each vehicle shall be equipped with an auxiliary transmission cooler.

Four Wheel Drive: Four-wheel drive (4x4) configuration shall be equipped with automatic "on the go" locking front wheel hubs. Unit shall include optional transfer case and fuel tank skid plates, limited shp differentials, and front tow hooks. Transfer cases shall be the two­speed, hi-low type.

SECTION 8

Axles: Each axle GAWR shall be compatible with the trucks GVWR. Factory optiona/3.73 electronic locking axle ratio.

SECTION 9

Suspension: Spring capacities shall equal axle rating less unsprung weight. Heavy-duty front stabilizer bars and heavy-duty direct double acting shock absorbers.

SECTION 10

Steering: Factory power steering with manufacturers rated capacity at least equal to front axle capacity.

Page 1 of 3

Page 39: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1516

SECTION 11

Brakes: Shall be equipped with the manufacturer's standard power assisted service brakes with a four-wheel, electronic controlled, anti lock brake system (ABS).

SECTION 12

Frame: Shall be compatible to GVWR.

SECTION 13

Fuel Tank: Not less than 23-gallon capacity.

SECTION 14

WheelsfTires: Each vehicle shall be equipped with the OEM's standard all-terrain tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models). Spare tire shall be mounted under rear of body.

SECTION 15

Electrical: Twelve (12) volt system with negative ground. Alternator shall be at least 135-ampere manufacturers' rated capacity. Maintenance free battery of at least 72-ampere hour rated capacity (650 CCA). All electrical systems (i.e., lights charging etc.) shall have circuit breaker protection.

SECTION 16

Cab: Conventional extended cab type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following items shall be furnished and installed.

(a) Front split bench seat (40/20/40) with headrests including folding center arm rest/business console, with heaviest optional vinyl material offered by manufacturer.

(b) Factory air conditioning and fresh air heater with integral defroster.

(c) Solar tinted glass.

(d) Vinyl flooring or heavy-duty rubber floor mats.

(e) Power Equipment Group: Power windows, power side-view mirrors, power door locks, power keyless entry fobs, factory blue-tooth hands-free system, and cruise control.

SECTION 17

Additional Reguirements:

Furnish and install the following additional equipment.

17.1 Fire Extinguisher: One (1) 51b. dry type fire extinguisher, air pressurized, UL 2A:10B:C min. with pressure gauge, securely mounted in cab.

17.2 Backup Alarm: Medium noise alarm, 97 decimals maximum.

17.3 Bed Liner: Factory installed spray-in bed liner that is permanently bonded to truck bed, providing a water tight seal. The surface shall be non-skid, easy to clean, and prevent rust building in truck bed.

17.4 Trailer Tow Package: Class IV hitch receiver, 7-pin wiring harness, and trailer tow connector.

17.5 Running Boards: Factory supplied OEM 6" cab steps, black, running boards made of molded in color polymer plastic with an aluminum support designed for a regular cab chassis.

Page 2 of 3

Page 40: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 17 (Cont.}

17.6 Commercial Truck Cap: Cab high, front solid window, standard interior, lift-up side door solid on driver side only, rear double full doors without windows, 12 volt interior light, driver side tool box option without dividers, back up camera option built into the Cap's brake light with 7 inch monitor mounted inside the cab on the dashboard, and drop t-handled 3 position door locks with Bolt One Key Technology programed to work with all truck keys provided. All locks shall be keyed the same. Cap shall be painted white. (A.R.E DCU Deluxe Commercial Unit or equal).

17.7 4-Corner LED Lights: Furnish and install four-corner LED light system (Whelen Vertex VTX609 amber LED or equal). LEOs shall be mounted in front headlight buckets and rear taillights. The LED on/off switch shall be mounted in the cab and labeled with a hard plastic, engraved tag identifying the switch).

17.8 Decals: Install decals on truck including three (3) sets of 4-character assets numbers and two (2) "LACSD" logos. Asset stickers shall be installed on the back upper left corner of the liftgate and on both front doors (see District's Decal Installation Guide). All materials to be supplied by Districts.

SECTION 18

Coating Requirement:

18.1 Entire vehicle, excluding all chrome or bright metal finished items shall be painted manufacturer's standard white. Wheels are to be painted manufacturer's argent or gray.

18.2 If the cab/chassis is not guaranteed against rust-through for a minimum of five (5) years, or 100,000 miles, the entire underbody shall be coated with "3M", or equal, undercoating.

SECTION 19

Special Requirements:

19.1 Noise Emissions: All units shall comply with State of California Motor Vehicle Code, Section Numbers 23130 and 27160 in its entirety.

19.2 Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and services stated above prior to final delivery.

Page 3 of 3

SW1516

Page 41: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: One (1) Truck, Extended Cab Pickup, 4WD, Liftgate, 7,000 lbs. GVWR

Spec. No. SW1517

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID -

SECTION 1

GVWR: 7,000 pounds.

SECTION 2

Wheelbase: 163 inches.

SECTION 3

Body: Extended Cab, Styleside/Fieetside, Pickup with an O[!tional 8 foot long bed.

SECTION 4

Engine: Gasoline, VB Type, 5.0 liter displacement 385 horsepower and 387 lb.-ft. of torque engine with all standard accessories as listed in factory brochure.

SECTION 5

Emission Control: The engine shall be California Air Resource Board (GARB) certified to operate on-highway in the State of California at the time of manufacture. The engine shall meet or exceed California's Ultra-Low Emission Vehicle II (ULEV II) standards for exhaust emissions (13 Cal. Code Regs. 1961).

SECTION 6

Cooling: Factory standard capacity system for model engine.

SECTION 7

Transmission/Driveline: Each vehicle shall be equipped with the manufacturers' standard automatic overdrive type transmission.

Four Wheel Drive: Four-wheel drive (4x4) configuration shall be equipped with automatic "on the go" locking front wheel hubs. Unit shall include optional transfer case and fuel tank skid plates, limited slip differentials, and front tow hooks. Transfer cases shall be the two-speed, hi-low type.

SECTION 8

Axles: Each axle GAWR shall be compatible with the trucks GVWR. Front axle shall have automatic-locking hubs. Factory O[!tional3.73 electronic locking axle ratio.

SECTION 9

Sus[!ension: Spring capacities shall equal axle rating less unsprung weight. Heavy-duty front stabilizer bars and heavy-duty direct double acting shock absorbers.

SECTION 10

Steering: Factory power steering with manufacturers rated capacity at least equal to front axle capacity.

Page 1 of 3

Page 42: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1517

SECTION 11

Brakes: Shall be equipped with the manufacturer's standard power assisted service brakes with a four-wheel, electronic controlled, anti lock brake system (ABS).

SECTION 12

Frame: Shall be compatible to GVWR.

SECTION 13

Fuel Tank: Shall be approximately 23-gallon capacity.

SECTION 14

Wheels!Tires: Each vehicle shall be equipped with the OEM's standard all-terrain BSW steel belted tubeless type radial tires for a 4WD vehicle mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models).

SECTION 15

Electrical: Twelve (12) volt system with negative ground. Alternator shall be at least 135-ampere manufacturers' rated capacity. Maintenance free battery of at least 72-ampere hour rated capacity (650 CCA). All electrical systems (i.e., lights charging etc.) shall have circuit breaker protection.

SECTION 16

Cab: Conventional extended cab type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following items shall be furnished and installed.

(a) Front seats shall be configured (40/console/40) with headrests. Front seats shall have the flow-through console optional package. Seats shall be the heaviest optional cloth material offered by manufacturer.

(b) Factory air conditioning and fresh air heater with integral defroster.

(c) Solar tinted glass.

(d) Vinyl flooring or heavy duty rubber floor mats.

(e) Power Equipment Group: Power windows, power side-view mirrors, power door locks, power keyless entry fobs, factory blue-tooth hands-free system, and cruise control.

SECTION 17

Additional Requirements:

Furnish and install the following additional equipment.

17.1 Backup Alarm: Medium noise alarm, 97 decimals maximum (Ecco 510, or equal).

17.2 Fire Extinguisher: One (1) 51b. dry type fire extinguisher, air pressurized, UL2A:10B:C min. with pressure gauge, securely mounted in cab.

17.3 Bed Liner: Factory installed spray-in bed liner that is permanently bonded to truck bed, providing a water tight seal. The surface shall be non-skid, easy to clean, and prevent rust building in truck bed.

17.4 Tie Down Hooks: Truck bed must have at least 6 tie down hooks.

17.5 Skid Plates: Factory optional skid plates shall be installed to protect fuel tank, transfer case, and front differential.

17.6 Box Side Steps: Factory installed box side steps shall be mounted on each side positioned in front of tires.

Page 2 of 3

Page 43: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 17 (Cont.)

17.7 Running Boards: Factory supplied 6" cab steps, black, running boards made of molded in color polymer plastic with an aluminum support designed for a regular cab chassis.

SW1517

17.8 Liftgate: 57" wide by 27" deep electric hydraulic low profile litigate and shall Liftgate Make 1 Model: include tread-plate load deck, fold out extension, with 1 ,000 lb. capacity and audible alarm activated whenever the litigate is being raised. Needs to be operable whether truck engine is on or off (Palfinger/Eagle Lift Model E38 or equal).

17.9 Decals: Install decals on truck including three (3) sets of 4-character assets numbers and two (2) "LACSD" logos. Asset stickers shall be installed on the back upper left corner of the tailgate and on both front doors (see District's Decal Installation Guide). All materials to be supplied by Districts.

SECTION 18

Coating Requirement:

18.1 Entire vehicle, excluding all chrome or bright metal finished items shall be painted manufacturer's standard white. Wheels are to be painted manufacturer's argent or gray.

18.2 If the cab/chassis is not guaranteed against rust-through for a minimum of five (5) years, or 100,000 miles, the entire underbody shall be coated with "3M", or equal, undercoating.

SECTION 19

Special Requirements:

19.1 Noise Emissions: All units shall comply with State of California Motor Vehicle Code, Section Numbers 23130 and 27160 in its entirety.

19.2 Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and services stated above prior to final delivery.

Page 3 of 3

Page 44: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: One (1) Truck, Crew Cab Pickup. 4WD, 10,000 lbs. GVWR

Spec. No. SW1518

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT-HAND COLUMN WILL INVALIDATE BID

SECTION 1

GVWR: 10,000 pounds.

SECTION 2

Wheelbase: 172 inches.

SECTION 3

Body: Crew Cab, Styleside/Fieetside, Pickup with standard 8 foot long bed for a single rear wheel chassis.

SECTION 4

Engine: Gasoline, V-8 Type, not less than 6.2 liters, minimum acceptable horsepower and torque rating; 385 @ 5,500 RPM, 405 @ 4,500 RPM with all standard accessories (i.e., air cleaner, oil filter, etc.). Air cleaner shall be optional Heavy Duty Cleaner.

SECTION 5

Emission Control: The engine shall be California Air Resource Board (GARB) certified to operate on-highway in the State of California at the time of manufacture.

SECTION 6

Cooling: Shall be largest. increased capacity, optional system for model truck, engine transmission combination offered including heavy-duty fan and coolant recovery system.

SECTION 7

Transmission/Driveline: Each vehicle shall be equipped with the manufacturers' standard automatic overdrive type transmission.

Four Wheel Drive: Four-wheel drive (4x4) configuration shall be equipped with automatic "on the go" locking front wheel hubs. Unit shall include optional transfer case and fuel tank skid plates, limited slip differentials, and front tow hooks. Transfer cases shall be the two-speed, hi-low type.

SECTION 8

Axles: Each axle GAWR shall be compatible with the trucks GVWR. Factory optional 3.73 electronic locking axle ratio.

SECTION 9

Suspension: Spring capacities shall equal axle rating less unsprung weight. Optional heavy-duty front stabilizer bars and heavy-duty direct double acting shock absorbers.

Page 1 of 4

Page 45: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 10

Steering: Factory power steering with manufacturers' rated capacity at least equal to front axle capacity.

SECTION 11

Brakes: Shall be largest, optional, heavy-duty power brake package available for model/axles offered with 4-wheel anti-lock braking system (ABS).

SECTION 12

Frame: Shall be compatible to GVWR.

SECTION 13

Fuel Tank(sl: Not less than 35-gallon capacity. I

SECTION 14

Wheels/Tires: Each vehicle shall be equipped with the OEM's optional all-terrain (LT245/75R17E BSW AfT) tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and 1

the tire manufacturer for the GVWR specified. Wheel weight rating shall be i compatible with the axle and tires. All tires and wheels shall be identical (i.e. no I cross brands or models). The spare shall be a full size tire mounted under rear of body. '

SECTION 15

Electrical: Twelve (12) volt system with negative ground. Optional heavy duty alternator shall be 200-ampere manufacturers' rated capacity. Maintenance free battery of at least 72-ampere hour rated capacity (650 CCA). All electrical systems (i.e., lights charging etc.) shall have circuit breaker protection.

SW1518

-------+- -----· ·----SECTION 16

Cab: Conventional type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following items shall be furnished and installed.

(a) Front split bench seat (40/20/40) with headrests including folding center arm rest/business console, with heaviest vinvl material offered by manufacturer.

(b) Factory air conditioning and fresh air heater with integral defroster.

(c) Solar tinted glass.

(d) Factory side mirrors, oversized, low mount, swing away, manual telescoping, and convex auxiliary mirrors.

(e) Heavy duty rubber floor mats or vinyl flooring.

(f) Power Equipment Group: Power windows, power side-view mirrors, power door locks, power keyless entry fobs, factory blue-tooth hands-free system, and cruise control.

Page 2 of 4

Page 46: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 17

Additional Requirements:

Furnish and install the following additional equipment only if specified below.

17.1 Backup Alarm: Medium noise alarm, 97 decimals maximum. Factory Option.

17.2 Fire Extinguisher: One (1) 5 lb. dry type fire extinguisher, air pressurized, UL 2A:10B:C min. with pressure gauge, securely mounted in cab.

17.3 Bed Liner: Factory installed spray-in bed liner that is permanently bonded to truck bed, providing a water tight seal. The surface shall be non-skid, easy to clean, and prevent rust building in truck bed.

17.4 Tie Down Hooks: Truck bed must have at least 6 tie down hooks.

17.5 Trailer Heavy Tow Package: In addition to the Class IV hitch receiver, a 7-pin wiring harness, and trailer tow connector, this package to include engine oil cooler, upgraded front stabilizer bar, and auxiliary transmission oil cooler.

17.6 Suspension: Heavy Service Front Suspension Package.

17.7 Tail-Gate Step: Factory Option.

17.8 Splash Guards/Mud Flaps: Factory Option.

17.9 Running Boards: Factory supplied 6" cab steps, black, running boards made of molded in color polymer plastic with an aluminum support designed for a crew cab chassis.

17.10 Decals: Install decals on truck including three (3) sets of 4-character assets numbers and two (2) "LACSD" logos. Asset stickers shall be installed on the back upper left corner of the liftgate and on both front doors (see District's Decal Installation Guide). All materials to be supplied by Districts.

SECTION 18

Coating Requirements:

18.1 Entire vehicle, excluding all polished aluminum, chrome, or bright metal finished items (i.e., wheels, fuel tanks. grill. etc.) shall be painted manufacturer's standard white. Wheels are to be painted manufacturer's argent or gray.

18.2 If the cab/chassis is not guaranteed against rust-through for a minimum of five (5) years, or 100,000 miles, the entire underbody shall be coated with "3M", or equal, undercoating.

SECTION 19

Special Requirements:

19.1 Noise Emissions: All units shall comply with State of California Motor Vehicle Code, Section Nos. 23130 and 27160 in its entirety.

19.2 Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and services stated above prior to final delivery.

Page 3 of 4

SW1518

Page 47: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 20

Optional Requirements:

Furnish and install the following optional equipment only if specified on the "Invitation to Bid" form.

(a) CNG Fuel System: Factory gasoline tank shall be removed. Compressed Natural Gas (CNG) tanks shall be installed and mounted In-Bed. Combined volume of the tanks shall be a minimum of 23 Gasoline Gallons Equivalent (GGE). Tanks shall be type 4 composite. CNG fuel modifier shall be approved by manufacturer. CNG system must comply with U.S. Federal and California State exhaust and evaporative emission requirements and safety standards.

Engine shall be supplied with optional CNG/LPG Gaseous Engine Prep Package from Manufacturer.

Tanks shall be covered by a protective Guard to protect tanks from foreign objects. There shall be a large backlit, integrated CNG fuel gauge mounted on dash in the cab.

Page 4 of 4

SW1518

Gaseous Fuel Modifier Name:

Tank Volume: ____ GGE

Page 48: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: One (1) Truck, Regular Cab Pickup, Liftgate, CNG, 10,000 lbs. GVWR

Spec. No. SW1519

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT-HAND COLUMN WILL INVALIDATE BID.

SECTION 1

GVWR: 10,000 pounds. ----- -- ·-- -- -- -- --- ---+----------

SECTION 2

Wheelbase: 137 inches. ·-- -- -- ------------+-----------

SECTION 3

Body: Regular Cab, Styleside/Fieetside, Pickup with standard 8 foot long bed for a single rear wheel chassis.

---------··----------1-----------

SECTION 4

Engine: Gasoline, V-8 Type, not less than 6.2 liters, minimum acceptable horsepower and torque rating; 385 @ 5,500 RPM, 405 @ 4,500 RPM with all standard accessories (i.e., air cleaner, oil filter, etc.). Air cleaner shall be optional Heavy Duty Cleaner.

Engine shall be supplied with optional CNG/LPG Gaseous Engine Prep Package from Manufacturer.

SECTION 5

Emission Control: The engine shall be California Air Resource Board (GARB) certified to operate on-highway in the State of California at the time of manufacture.

SECTION 6

Cooling: Shall be largest, increased capacity, optional system for model truck, engine transmission combination offered including heavy-duty fan and coolant recovery system.

SECTION 7

Transmission/Drivelinc: Each vehicle shall be equipped with the manufacturers' standard automatic overdrive type transmission. Each vehicle shall be equipped with an auxiliary transmission cooler.

SECTION 8

Axles: Each axle GAWR shall be compatible with the trucks GVWR. Factory standard approximately 3.73 ratio non-limited-slip.

SECTION 9

Suspension: Spring capacities shall equal axle rating less unsprung weight. Optional heavy-duty front stabilizer bars and heavy-duty direct double acting shock absorbers. ------------

Page 1 of 3

+--------1

Page 49: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 10

Steering: Factory power steering with manufacturers' rated capacity at least equal to front axle capacity.

SECTION 11

Brakes: Shall be largest, optional, heavy-duty power brake package available for model/axles offered with 4-wheel anti-lock braking system (ABS).

SECTION 12

Frame: Shall be compatible to GVWR.

SECTION 13

Fuel Tank(s): Factory gasoline tank shall be removed. Compressed Natural Gas 1

(CNG) tanks shall be installed and mounted underbody. Combined volume of the ' tanks shall be a minimum of 20 Gasoline Gallons Equivalent (GGE). Tanks shall be type 4 composite. CNG fuel modifier shall be approved by manufacturer. CNG system must comply with U.S. Federal and California State exhaust and evaporative emission requirements and safety standards.

Bottom of tanks shall be covered by a protective skid plate to protect tanks from foreign objects. There shall be a large backlit, integrated CNG fuel gauge mounted on dash in the cab.

SECTION 14

Wheels/Tires: Each vehicle shall be equipped with the OEM's standard all-season (L T245/75R17E) tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models). The spare shall be a full size tire mounted under rear of body.

SECTION 15

SW1519

Gaseous Fuel Modifier Name:

Tank Volume: ____ GGE

Electrical: Twelve (12) volt system with negative ground. Optional heavy duty alternator shall be 200-ampere manufacturers' rated capacity. Maintenance free battery of at least 72-ampere hour rated capacity (650 CCA). All electrical systems (i.e., lights charging etc.) shall have circuit breaker protection.

------------------~

SECTION 16

Cab: Conventional type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following items shall be furnished and installed.

(a) Front split bench seat (40/20/40) with headrests including folding center arm rest/business console, with heaviest vinyl material offered by ' manufacturer.

(b) Factory air conditioning and fresh air heater with integral defroster.

(c) Solar tinted glass.

(d) Factory side mirrors, oversized, low mount, swing away, manual telescoping, and convex auxiliary mirrors.

(e) Heavy duty rubber floor mats or vinyl flooring.

(f) AM/FM Radio.

Page 2 of 3

Page 50: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 17

Additional Requirements:

Furnish and install the following additional equipment only if specified below.

17.1 Backup Alarm: Medium noise alarm, 97 decimals maximum (Ecco 510, or equal).

17.2 Fire Extinguisher: One (1) 5 lb. dry type fire extinguisher, air pressurized, UL 2A:1 OB:C min. with pressure gauge, securely mounted in cab.

17.3 Bed Liner: Factory installed spray-in bed liner that is permanently bonded to truck bed, providing a water tight seal. The surface shall be non-skid, easy to clean, and prevent rust building in truck bed.

17.4 Trailer Heavy Tow Package: In addition to the Class IV hitch receiver, a 7-pin wiring harness, and trailer tow connector, this package to include engine oil cooler, upgraded front stabilizer bar, and auxiliary transmission oil cooler.

17.5 Running Boards: Factory supplied 6" cab steps, black, running boards made of molded in color polymer plastic with an aluminum support designed for a regular cab chassis.

17.6 Liftgate: Install electric hydraulic low profile, 1 ,000 lbs. rated liftgate on the rear of the body to fit the width of the bed and shall include tread-plate load Liftgate Make 1 Model: deck, fold out extension and an audible alarm activated whenever the liftgate is being raised (Tommy Gate Model 60-1040 TP27 or equal). Liftgate should not interfere with CNG tank system or tow hitch.

17.7 Decals: Install decals on truck including three (3) sets of 4-character assets numbers and two (2) "LACSD" logos. Asset stickers shall be installed on the back upper left corner of the liftgate and on both front doors (see District's Decal Installation Guide). All materials to be supplied by Districts.

SECTION 18

Coating Requirements:

18.1 Entire vehicle, excluding all polished aluminum, chrome, or bright metal finished items (i.e., wheels, fuel tanks, grill, etc.) shall be painted manufacturer's standard white. Wheels are to be painted manufacturer's argent or gray.

18.2 If the cab/chassis is not guaranteed against rust-through for a minimum of five (5) years, or 100,000 miles, the entire underbody shall be coated with "3M", or equal, undercoating.

SECTION 19

Special Requirements:

19.1 Noise Emissions: All units shall comply with State of California Motor Vehicle Code, Section Nos. 23130 and 27160 in its entirety.

19.2 Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and services stated above prior to final delivery.

Page 3 of 3

SW1519

Page 51: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: Seven (7) Trucks, Regular Cab, CNG, 10,000 lbs. GVWR, Utility Body

Spec. No. SW1520

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT-HAND COLUMN WILL INVALIDATE BID.

SECTION 1

GVWR: 10,000 pounds.

SECTION 2

Wheelbase: 137 inches.

Cab/Axle Dimension: 56 inches.

SECTION 3

Body: Regular Cab, pickup box delete, with a 33" high, open top, utility body for a single rear wheel chassis.

SECTION 4

Engine: Gasoline, VB Type, not less than 6.2 liter displacement 385 bhp @ 5,500 RPM, 405 lb.-ft. torque @ 4,500 RPM with all standard accessories as listed in factory brochure. Air cleaner shall be optional heavy duty.

Engine shall be supplied with optional CNG/LPG Gaseous Engine Prep Package from Manufacturer.

SECTION 5

Emission Control: The engine shall be California Air Resource Board (GARB) certified to operate on-highway in the State of California at the time of manufacture.

SECTION 6

Cooling: Shall be largest, increased capacity, optional system available for model truck, engine transmission combination offered, including heavy-duty fan and coolant recovery system.

SECTION 7

Transmission/Driveline: Each vehicle shall be equipped with the manufacturers' standard automatic overdrive type transmission. Each vehicle shall be equipped with an auxiliary transmission cooler.

SECTION 8

Axles: Each axle GAWR shall be compatible with the trucks GVWR. Factory standard approximately 3.73 ratio non-limited-slip.

SECTION 9

Suspension: Sprmg capacities shall equal axle rating less unsprung we1ghl. Optional heavy-duty front stabilizer bars and heavy-duty direct double acting shock absorbers.

Page 1 of 5

WB: ____ Inches

CA: ____ Inches

Page 52: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

-··· . ::r SECTION 10

Steering: Factory power steering with manufacturer's rated capacity at least equal to front axle capacity

SECTION 11

Brakes: Shall be equipped with the manufacturer's standard power assisted service I

SW1520

brakes with a four-wheel, electronic controlled, anti lock brake system (ABS) .. ~ ___________ _

SECTION 12 I ~: Shall be compatible to GVWR -+-SECTION 13 . I - . Fuel Tank(s): Factory gasoline tank shall be removed. Compressed Natural Gas ' Gaseous Fuel Modifier Name: (CNG) tanks shall be installed and mounted underbody. Combined volume of the tanks shall be a minimum of 20 Gasoline Gallons Equivalent (GGE). Tanks shall be type 4 composite. CNG fuel modifier shall be approved by manufacturer. CNG system must comply with U.S. Federal and California State exhaust and Tank Volume: GGE evaporative emission requirements and safety standards.

Bottom of tanks shall be covered by a protective skid plate to protect tanks from foreign objects. There shall be a large backlit, integrated CNG fuel gauge mounted on dash in the cab.

SECTION 14

WheelsfTires: Each vehicle shall be equipped with the OEM's standard all-season (LT245/75R17E) tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models). Spare wheel and tire to be furnished loose in bed.

SECTION 15

Electrical: Twelve (12) volt system with negative ground. Optional heavy duty alternator shall be 200-ampere manufacturers' rated capacity. Maintenance free battery of at least 72-ampere hour rated capacity (650 CCA). All electrical systems (i.e., lights charging etc.) shall have circuit breaker protection.

SECTION 16

Cab: Conventional type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following items shall be furnished and installed.

(a) Front split bench seat (40/20/40) with headrests including folding center arm rest/business console, with heaviest vinyl material offered by manufacturer.

(b) Factory air conditioning and fresh air heater with integral defroster.

(c) Solar tinted glass.

(d) Factory Mirrors, low mount, western swing away, both sides. Approximately 7" x 16" with 5" convex lens auxiliary mirror on right side and left sides.

(e) Heavy duty rubber floor mats or vinyl flooring.

(f) AM/FM Radio.

Page 2 of 5

Page 53: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 17

Body:

17.1

17.2

17.3

General: Shall be standard 33" H x 78" W x 96" L, vertical, open top body. (Pacific Truck Equipment Inc. Model 96331549, or equal).

~: Utility body for single rear wheel chassis.

Dimensions:

Length .................... 96 inches

Width ..................... 78 inches

Height .................... 33 inches

Compartment Depth ......... 15 inches

17.4 Material: Body parts, not less than 16 gauge rust and corrosion resistant steel.

Doors and Shelves: 18 gauge galvanel, or equal steel.

Understructure: not less than four (4) heavy-duty 10 gauge H.R. thorough steel cross members with 16 gauge hat section stiffeners.

Bed Sheet and Bulkhead, not less than 1 0-gauge diamond plate-steel.

17.5 Construction: Compartment tops, three (3) full-length stiffening ribs with formed edge and full-length drip rail.

Doors: double panel, triple construction; full rubber seal cushion to eliminate metal contact between door and body. All vertical doors shall be hinged at front.

Hinge End Brackets: Cast type with self-lubricating nylon inserts; riveted to body with monobolts in lieu of standard pop rivets.

Door Hinges: Rolled rod type around full length of 5/16" rod.

Door Locks: Recessed three (3) point locking, each keyed alike, with a minimum of five (5) keys and internal lock bar system shall be provided. Lock pockets shall be polished stainless steel with chromed twist "T" handles. Locks shall be of the barrel key type.

Shelving: All removable and adjustable on 1-1 /2" centers; rolled edges; removable dividers. Dividers shall not be less than 1 /8" steel.

Floor: Shall have had section stiffeners between cross members in wheel area.

Understructure: Shall include two (2) body full width cross members in wheel area.

Tailgate: Twelve (12) gauge one (1) hand operation shelf supporting.

Wheel Wells: Shall be formed channel for strength. Short arc welded for long life.

SECTION 18

Compartments:

18.1 Streetside: First vertical, 34" wide x 33" high x 15" deep, with three (3) divider type shelves. Horizontal, 40" wide x 13" high x 15" deep. Rear vertical, 22" wide x 33" high x 15".

18.2 Curbside: Same as streetside.

Page 3 of 5

SW1520

Truck Body Manufacturer:

Model No.: _____ _

Page 54: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 19

Additional Equipment:

Furnish and install the following additional equipment:

19.1 Backup Alarm: Medium noise alarm, 97 decimals maximum (Ecce 510, or equal).

19.2 Fire Extinguisher: One (1) 51b. dry type fire extinguisher, air pressurized, UL 2A:10B:C min. with pressure gauge, securely mounted in cab.

19.3 Running Boards: Factory supplied OEM 6" cab steps, black, running boards made of molded in color polymer plastic with an aluminum support designed for a regular cab chassis.

19.4 Center High Mount Stop Lamp: Factory option included.

19.5 Bed Liner: The entire bed of the utility body including floor, sides, bulkhead, tailgate and body section directly below tailgate shall be fully lined with a two component spray in place flexible bed liner. Material shall be consistent in thickness ranging from 1/4" on flooring and 1/8" on bedside walls. The liner must be non-skid surface. No runs, sags or drips shall be allowed. The liner shall extend over the bed rails to provide protection along the top of the rails (Diamond Liners, Line-X, or equal).

19.6 Bumper/Hitch: Furnish and install a 12" deep heavy duty diamond plate, recessed step bumper, properly braced to the vehicle frame to safely pull a 6,000 GVWR trailer. Braces to be bolted to frame. Install two safety chain eyes, one on each side of hitch. In addition, the entire exposed surface of the bumper shall be coated.

19.7 Hitch: Model PH-10RP41 "Holland" pintle hitch shall be frame mounted, heavy-duty Class IV receiver hitch, installed, underneath the liftgate if equipped, properly braced to the vehicle to safely pull a 6,000 GVWR trailer.

19.8 Trailer Electrical Connector: Furnish and install a 6-pole "Berg" female connector near the hitch, wired to ATA code.

19.9 Decals: Install decals on truck including three (3) sets of 4-character assets numbers and two (2) "LACSD" logos (see District's Decal Installation Guide). All materials to be supplied by Districts.

SECTION 20

Lighting and Wiring Requirements:

20.1 Lighting: All rear and clearance lights shall be recessed or otherwise protected against damage. All clearance lights to be 13 LED, 2-1/2" round hermetically sealed units, "Maxxima M11300" or equal. Three (3) bar marker • to be 12 LED, 4" hermetically sealed units, "Maxxima M23015" or equal. Stop, tail, and turn lights to be 44 LED, 4" diameter hermetically sealed units, mounted in rubber (vinyl), "Maxxima M21 OOR" or equal. Backup lights to be 54 LED, 4" diameter hermetically sealed units, mounted in rubber (vinyl) "Maxxima M42450" or equal. All lighting and reflector requirements shall be in conformance and comply with the California Motor Vehicle Code.

20.2 Wiring: All new wiring shall be installed in flexible nonmetallic loom with crimped soldered connectors, properly insulated. All wiring shall be adequate size to carry designed electrical load without excessive voltage drop. All wiring passing through partitions or bulkheads shall have rubber grommets at that point. All wiring shall be routed and secured to prevent damage.

20.3 All electrical circuits shall have circuit breaker protection devices.

Page 4 of 5

SW1520

Page 55: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 21

Coating Requirements:

21.1 Entire vehicle, excluding all polished aluminum, chrome, or bright metal finished items (i.e., wheels, fuel tanks, grill, etc.) shall be painted manufacturer's standard white. Wheels are to be painted manufacturer's standard argent or gray.

21.2 Undercoating: If the cab/chassis is not guaranteed against rust-through for minimum of five (5) years or 100,000 miles, entire underbody shall be coated with "3M" or equal. Underside of utility body shall be coated with "3M" or equal, undercoating.

------------------------~-------------

SECTION 22

Special Requirements:

22.1 Noise Emissions: All units shall comply with State of California Motor Vehicle code, section Nos. 23130 and 27160 in its entirety.

delivery.

SW1520

m ""'"'""'" '"" '"'' rn 'ip '""" ob"i" '"' prooiOO '"" "'"'"'"" oi

1

vehicle, vehicle documentation, and services stated above prior to final

-----· . ·----- ---- -----

SECTION 23 .

Optional Requirements:

Furnish and install the following optional equipment only if specified on the "Invitation to Bid" form.

(a) Liftqate: In lieu of tailgate, install low profile, 1,000 lbs. rated liftgate on the rear Liftgate Make I Model: of the body to fit the width of the bed and shall include tread-plate load deck, fold out extension and an audible alarm activated whenever the litigate is being raised (Tommy Gate Model54-1040 TP27 or equal).

(b) Ladder Rack: Furnish and install a lockable ladder rack on the driver-side of utility body (inside of utility bed) for an eight foot ladder. Rack shall consist of a minimum of three vertical members for supporting the ladder.

(c) Generator: Furnish and install 5,000-watt generator. The generator shall be mounted (bolted down) just behind headboard at centerline of the bed taking into account the position of spare tire and ladder rack. Unit shall have OHV engine, engine oil alert and electric start. A/C power output shall be 20 amps at 120V and 14.6 amps at 240V (Honda Model EM5000SXK3AT 5000 Watt NO EXCEPTIONS). Generator shall be supplied with custom fitted, water resistant cover with elastic band for a secure fit.

(d) Remote Start: An electrical, keyed switch remote start for the generator shall be installed in the first curbside cabinet.

(e) Heavv-Duty Bench Yoke Pipe Vice and Pedestal: Furnish and install on driver side rear corner of utility body, a bench yoke pipe vice, with capacity to handle up to 4-1/2" pipe mounted on pedestal. The pedestal shall be mounted on the bumper on the driver side of the vehicle and shall be 15" high with a 12" by 12" base to secure the pipe vise.

Page 5 of 5

--- -- . --------------------------- ------- ------------------------------------------------

Page 56: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: One (1) Truck, Crew Cab, DRW, 13,000 lbs. GVWR, Utility Body and Crane

Spec. No. SW1521

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specit;ed" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID -

SECTION 1

GVWR: 13,000 pounds minimum.

SECTION 2

Wheelbase: 172 inches minimum.

Cab/Axle: 60 inches minimum.

SECTION 3

Body: Crew Cab, with a 40" high, closed top, utility body for a dual rear wheel chassis.

SECTION 4

Engine: Gasoline, V-8 Type, not less than 6.2 liters, minimum acceptable horsepower and torque rating; 385 @ 5,500 RPM, 405 @ 4,500 RPM with all standard accessories (i.e., air cleaner, oil filter, etc.).

SECTION 5

Emission Control: The engine shall be California Air Resource Board (GARB) certified to operate on-highway in the State of California at the time of manufacture.

SECTION 6

Cooling: Shall be largest, increased capacity, optional system available for model truck, engine transmission combination offered, including heavy duty fan and coolant recovery system.

SECTION 7

Transmission/Driveline: Each vehicle shall be equipped with the manufacturer's standard automatic overdrive type transmission. Each vehicle shall be equipped with an auxiliary transmission cooler.

SECTION 8

Axles:

8.1 Front: GAWR compatible with GVWR.

8.2 Rear: GAWR, compatible with GVWR with optional limited slip differential.

8.3 Ratio: Factory optional 4.30 axle ratio.

SECTION 9

Sus12ension:

9.1 Front and Rear: Heavy-duty suspension package.

9.2 Stabilizer Bar: Optional heavy-duty front.

9.3 Shock Absorbers: Optional heavy-duty, direct double acting, front and rear.

Page 1 of 5

Page 57: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1521

SECTION 10

Steering: Factory power steering with manufacturers rated capacity at least equal to front axle capacity.

SECTION 11

Brakes: Shall be equipped with the manufacturer's standard power assisted service brakes with a four-wheel, electronic controlled, anti lock brake system (ABS).

SECTION 12

Frame: Shall be compatible to GVWR.

SECTION 13

Fuel Tank(s): Approximately 35-gallon capacity, mounted within frame rails so as not to interiere with utility body compartments and installation.

SECTION 14

Wheels/Tires: Each vehicle shall be equipped with the OEM's standard all-season tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models). Spare tire shall be mounted in the utility bed against the bulkhead.

SECTION 15

Electrical:

15.1 Twelve (12) volt system, negative ground, increased capacity trailer towing package.

15.2 Alternator, optional heavy-duty, shall be at least 200-ampere manufacturer's rated capacity.

15.3 Two (2)-maintenance free type battery at least 78 ampere-hour manufacturer's-rated capacity (750 C.C.A.). Refer to Section 19.14 for auxiliary battery.

15.4 All electrical systems (i.e., lights charging etc.) shall have circuit breaker protection.

SECTION 16

Cab: Conventional Crew Cab type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following items shall be furnished and installed.

(a) Front split bench seat with headrests including folding center arm rest/business console, with heaviest optional vinyl material offered by manufacturer.

(b) Factory air conditioning, fresh air heater with integral defroster.

(c) Solar tinted glass.

(d) Factory side mirrors, oversized, low mount, swing away, manual telescoping, and convex auxiliary mirrors.

(e) Vinyl flooring or heavy-duty rubber floor mats.

(f) Radio AM/FM.

Page 2 of s

Page 58: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1521

SECTION 17

Body: Truck Body Manufacturer: 17.1 General: Shall be standard 40" H x 94" W x 108" L closed top body.

17.2 IYQg: Utility body for dual rear wheel chassis.

17.3 Dimensions:

Length ....................... 108 inches

Width . . . . . . . . . . . . . . . . . 94 inches

Height . . . . . . . . . . . . . . . . . . . . . . . 40 inches

Compartment Depth. . . . . . . . . . . . . 20 inches

17.4 Material: Body parts, not less than 14 gauge rust and corrosion resistant steel.

Doors and Shelves, 18 gauge galvanel, or equal steel.

Understructure, not less than four (4) heavy duty 10 ga. H.R. thorough steel cross-members with 16 gauge hat section stiffeners in addition, two full width cross members shall included in the wheel well.

Bed Sheet and Bulkhead, not less than 10 gauge diamond plate steel.

17.5 Construction: Compartment tops, three (3) full-length stiffening ribs with formed edge and full-length drip rail.

Doors, double panel, triple construction; full rubber seal cushion to eliminate metal contact between door and body. All vertical doors shall be hinged at front.

Hinge end brackets, cast type with self-lubricating nylon inserts; riveted to body with monobolts in lieu of standard pop rivets.

Door hinges, rolled rod type around full length of 5/16" rod.

Door locks, Recessed three (3) point locking, each keyed alike, with a minimum of five (5) keys and internal lock bar system shall be provided. Lock pockets shall be polished stainless steel with chromed twist "T" handles. Locks shall be of the barrel key type.

17.6 Tailgate, twelve (12) gauge one (1) hand operation shelf supporting.

17.7 Shelving, all removable and adjustable on 1-1/2" centers; rolled edges; removable dividers. Dividers shall not be less than 1 /8" steel.

17.8 Floor, shall have had section stiffeners between cross members in wheel area.

17.9 Understructure, shall include two (2) body full width cross members in wheel area.

17.10 Wheel wells. shall be formed channel for strength. Short arc welded for long life.

SECTION 18

Compartments:

18.1 Streetside: First vertical, 38" wide x 40" high x 20" deep, with three (3) divider type shelves; horizontal, 40" wide x 17" high x 20" deep with one (1) divider type shelf. Rear vertical compartment 30" wide x 40" high x 20" deep, three (3) divider type shelves.

18.2 Curbside: Same as streetside.

Page 3 of 5

Model No.: _____ _

Page 59: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 19

Additional Equipment:

Furnish and install the following additional equipment:

19.1 Backup Alarm: Medium noise alarm, 97 decimals maximum (Ecco 550, or equal).

19.2 Extinguisher: One (1) 5 lb. dry type fire extinguisher, air pressurized, UL 2A 10BC minimum, w/pressure gauge, securely mounted in vehicle cab.

19.3 Running Boards: Factory supplied 6" cab steps, black, running boards made of molded in color polymer plastic with an aluminum support designed for a crew cab chassis.

19.4 Center High Mount Stop Lamp: Factory option included.

19.5 Trailer Brake: The optional factory trailer electrical brake systern shall be supplied. The dash control shall be within easy reach of the driver.

19.6 Bumper/Hitch: Furnish and install a 12" deep heavy duty diamond plate, recessed step bumper, properly braced to the vehicle frame to safely pull a 6,000 GVWR trailer. Braces to be bolted to frame. The pintle hitch shall be a "Holland" model 75 mounted 19" above the road surface (inside bottom of eye). Install two safety chain eyes, one on each side of hitch. In addition, the entire exposed surface of the bumper shall be coated. Top surface of bumper to be coated with non-slip bed-liner.

19.7 Trailer Electrical Connector: Furnish and install a 6-pole "Berg" female connector near the pintle hitch, wired to ATA code.

19.8 Ladder Rack: Side ladder rack mounted at front and rear on left hand side compartments. Front rack may have to be modified if it interferes with arrow board support frame.

19.9 Crane: 1 ,500 lb. capacity, 12 volt electric crane shall be furnished and installed on top of the right rear body compartment. There shall be no mast extension between mounting pedestal and rnotor (short mast for utility body mounting). Body to be properly reinforced to support maximum lift capacity. At the right rear of the body, provide an outrigger consisting of a receiver and removable-type jackleg.

Crane to have 360-degree rotation w/8 position base lock. Boom to be telescopic 4' to 7'. Shall have 20' coil cord, removable pendant control and 35' of 3/16" aircraft cable with hook (Venture Model CT2004FB-S, C-Socket supplied by the District's).

19.10 Heavv-Duty Machinist Vise: Furnish and install at left rear corner of utility body, an all-weather Wilton Model10500 4 W' outdoor vise with swivel base with swivel base mounted on bracket stand.

19.11 Light Bar: Furnish and install LED light bar, ECCO Light bar 12-00001-E with clear lenses and 16 amber light heads with cab control panel installed within easy reach from the driver's seat.

19.12 Arrow Board: Furnish and install arrow board frame mounted at bulkhead of utility body bed. Overall height of the arrow board rotated to travel position shall not exceed 105 W' from the ground to the board. The horizontal support cross-member furnished with the arrow board shall be minimum 1 "x3"x1/8" rectangular steel tubing to prevent the premature failures that have occurred with the standard light weight cross member furnished in the past. Arrow board shall be a National Signal 36" X 72", 25 lamp, tri-function, Series 1923-25 PLDFS Model Number 2163696 and single controller Model Number 2166329 or approved equal.

Page 4 of 5

SW1521

Page 60: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 19 (Cont.)

19.13 4-Corner LED Lights: Furnish and install four-corner LED light system (Whelen Vertex VTX609 amber LED or equal). LEDs shall be mounted in front headlight buckets and rear taillights. The LED on/off switch shall be mounted in the cab and labeled with a hard plastic, engraved tag identifying the switch.

19.14 Auxiliarv Batterv: Auxiliary battery shall be an Optima Part #SC75U by Interstate batteries or equal battery. An electrical circuit shall be provided that will automatically recharge either or both batteries as needed when engine is operating, and will isolate one (1) battery when engine is not operating, so a fully charged isolated battery will always be available to start engine. The dual battery isolator may be a diode or other equal system.

19.15 Bed Liner: The entire bed of the utility body including floor, sides, bulkhead, tailgate and body section directly below tailgate, and top surface of bumper shall be fully lined with a two component spray in place flexible bed liner. Material shall be consistent in thickness ranging from 1 /4" on flooring and 1/8" on bedside walls. The liner must be non-skid surface. No runs, sags or drips shall be allowed. The liner shall extend over the bed rails to provide protection along the top of the rails (Diamond Liners, Line-X, or equal).

SECTION 20

Lights and Wiring:

20.1 Lighting: All rear and clearance lights shall be recessed or otherwise protected against damage. All clearance lights to be 13 LED, 2-1/2" round hermetically sealed units, "Maxxima M11300" or equal. Three (3) bar marker to be 12 LED, 4" hermetically sealed units, "Maxxima M23015" or equal. Stop, tail, and turn lights to be 44 LED, 4" diameter hermetically sealed units, mounted in rubber (vinyl), "Maxxima M21 OOR" or equal. Backup lights to be 54 LED, 4" diameter hermetically sealed units, mounted in rubber (vinyl) "Maxxima M42450" or equal. All lighting and reflector requirements shall be in conformance and comply with the California Motor Vehicle Code.

20.2 Wiring: All new wiring shall be installed in flexible nonmetallic loom with crimped soldered connectors, properly insulated. All wiring shall be adequate size to carry designed electrical load without excessive voltage drop. All wiring passing through partitions or bulkheads shall have rubber grommets at that point. All wiring shall be routed and secured to prevent damage. All electrical circuits shall have circuit breaker protection devices.

SECTION 21

Coating Requirements:

?1.1 Entire vehicle, excluding all polished aluminum, chrome, or bright metal finished items (i.e. wheels, fuel tanks, grill, etc.) shall be painted manufacturers standard white. Wheels are to manufacturers standard argent or gray.

21.2 Undercoating: If the cab/chassis is not guaranteed against rust-through for minimum of five (5) years or 100,000 miles, entire underbody shall be coated with "3M" or equal, undercoating.

SECTION 22

Special Requirements:

22.1 Noise Emissions: All units shall comply with State of California Motor Vehicle Code, Section Nos. 23130 and 27160 in its entirety.

22.2 Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and services stated above prior to final delivery.

Page 5 of 5

SW1521

Page 61: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: Two (2) Trucks, Chassis Cab, 16,500 lbs. GVWR, Bed Delete.

Spec. No. SW1522

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand columP. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID -

SECTION 1

GVWR: 16,500 pounds minimum.

SECTION 2

Wheelbase: 141 inches minimum;

Cab/Axle: 60 inches minimum.

SECTION 3

Body: Regular Cab with dual rear wheel chassis.

Bed: (Bed Delete)

SECTION 4

Engine: Gasoline, V-10 Type, not less than 6.8 liters, minimum acceptable horsepower and torque rating; 362 @ 4, 750 RPM, 457 @ 37,500 RPM with all standard accessories (i.e., air cleaner, oil filter, etc.).

SECTION 5

Emission Control: The engine shall be California Air Resource Board (GARB) certified to operate on-highway in the State of California at the time of manufacture.

SECTION 6

Cooling: Shall be optional increased capacity, system for model truck, engine transmission combination offered, including heavy-duty fan and coolant recovery system.

SECTION 7

Transmission/Driveline: Each vehicle shall be equipped with the manufacturer's standard automatic transmission. Each vehicle shall be equipped with an auxiliary transmission cooler.

Transmission shall include PTO access plate and PTO drive gear.

SECTION 8

Axles:

8.1 Front: GAWR compatible with GVWR.

8.2 Rear: GAWR compatible with GVWR and shall be a non-limited slip type.

8.3 Ratio: Factory standard 4.88 Non-Limited-Slip Differential

Page 1 of 3

Page 62: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1522

SECTION 9

Suspension:

9.1 Front: Extra Heavy Service Suspension Package allowing increased GVWR capacity.

9.2 Rear: Heavy service rear springs equipped with auxiliary rear springs allowing increased GVWR capacity.

9.3 Stabilizer Bar: Optional Extra Heavy-duty front.

9.4 Shock Absorbers: Optional heavy-duty, direct double acting, front and rear.

SECTION 10

Steering: Factory power steering with manufacturer's rated capacity at least equal to front axle capacity.

SECTION 11

Brakes: Shall be equipped with the manufacturer's standard power assisted service brakes with a four-wheel, electronic controlled, anti lock brake system (ABS).

SECTION 12

Frame: Shall be compatible to GVWR.

SECTION 13

Fuel Tank(s): Not less than 40-gallon capacity.

SECTION 14

WheelsfTires: Each vehicle shall be equipped with the OEM's standard tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models).

14.1 Tires: Seven, all-season steel belted, BSW, radials, 225/70R 19.5G or equal.

14.2 Spare: O!;!tional Spare and jack. Spare shall be furnished loose

SECTION 15

Electrical: 15.1 Twelve (12) volt system, negative ground.

15.2 Alternator, optional heavy-duty, shall be at least 200-ampere manufacturer's rated capacity.

15.3 Maintenance free type battery at least 78 ampere-hour manufacturer's-rated capacity (750 C.C.A.).

15.4 All electrical systems (i.e. lights, charging etc.) shall have circuit breaker protection.

SECTION 16

Cab: Conventional type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following items shall be furnished and installed:

(a) Front split bench seat (40/20/40) with headrests including folding center arm rest/business console, with heaviest vinyl material offered by manufacturer.

(b) Factory air conditioning and fresh air heater with integral defroster.

(c) Mirrors, factory low mount, swing away, both sides, approximately 7" x 16" with 5" convex lens auxiliary mirror on right and left sides.

Page 2 ot3

Page 63: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 16 (Cont.)

(d) Solar tinted glass.

(e) Vinyl flooring or heavy-duty rubber floor mats.

(f) Radio AM/FM.

SECTION 17

Body: NA

SECTION 18

Additional Equipment:

Furnish and install the following additional equipment:

18.1 Backup Alarm: Medium noise alarm, 97 decimals maximum (Ecco 550, or equal).

18.2 Extinguisher: One (1) 5 lb. dry type fire extinguisher, air pressurized, UL 2A 1 OBC minimum, w/pressure gauge, securely mounted in vehicle cab.

18.3 Running Boards: Factory supplied 6" cab steps, black, running boards made of molded in color polymer plastic with an aluminum support designed for a regular cab chassis.

18.4 Center High Mount Stop Lamp: Factory option included.

SECTION 19

Lighting Requirements:

19.1 Wiring: All new wiring and all exposed wiring shall be installed in flexible nonmetallic loom, properly supported and insulated. All wiring shall be of adequate size to carry designed electrical load without excessive voltage drops. All wiring passing through partitions or bulkheads shall have a rubber grommet at that point for chafe protection. All wiring shall be routed and secured to prevent damage from abrasion and heat. All wiring shall be color or number coded. Color or number coding shall be continuous throughout individual circuit, from beginning to end. All electrical circuits shall have circurt breaker protection devices.

SECTION 20

Coating Requirements:

20.1 Entire vehicle, excluding all chrome or bright metal finished items shall be painted manufacturer's standard white. Wheels shall be painted manufacturer's standard argent or gray.

20.2 If the cab/chassis is not guaranteed against rust and corrosion for a minimum of fine (5) years, or 100,000 miles, the entire underbody shall be coated with "3M" or equal, undercoating.

SECTION 21

Special Requirements:

21.1 Noise Emissions: All units shall comply with State of California Motor Vehicle Code, Section Nos. 23130 and 27160 in its entirety.

21.2 Registration: N/A

Page 3 of 3

SW1522

Page 64: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: One (1) Truck, Regular Cab, DRW, 4WD, 16,500 lbs. GVWR, Utility Body

Spec. No. SW1523

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID -

SECTION 1

GVWR: 16,500 pounds minimum.

SECTION 2

Wheelbase: 165 inches minimum.

Cab/Axle: 84 inches minimum.

SECTION 3

Body: Regular Cab, with a 70" high. surveyor type utility body for a dual rear wheel chassis.

SECTION 4

Engine: Gasoline, V-1 0 Type, not less than 6.8 liters, minimum acceptable horsepower and torque rating; 362 @ 4, 750 RPM, 405 @ 3,250 RPM with all standard accessories (i.e., air cleaner, oil filter, etc.).

SECTION 5

Emission Control: The engine shall be California Air Resource Board (GARB) certified to operate on-highway in the State of California at the time of manufacture.

SECTION 6

Cooling: Shall be largest, increased capacity, optional system available for model truck, engine transmission combination offered, including heavy duty fan and coolant recovery system.

SECTION 7

Transmission/Driveline: Each vehicle shall be equipped with the manufacturer's standard automatic overdrive type transmission. Each vehicle shall be equipped with an auxiliary transmission cooler.

Four Wheel Drive: Four-wheel drive (4x4) configuration shall be equipped with automatic "on the go" locking front wheel hubs. Transfer cases shall be the two-speed, hi-low type.

SECTION 8

Axles:

8.1 Front: GAWR compatible with GVWR.

8.2 Rear: GAWR, compatible with GVWR with optional 4.88 limited slip axle ratio differential.

8.3 Ratio: Factory optional 4.88 limited slip axle ratio.

Page 1 of 8

Page 65: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1523

SECTION 9

Sus12ension:

9.1 Front and Rear: Heavy-duty suspension package.

9.2 Stabilizer Bar: Optional heavy-duty front

9.3 Shock Absorbers: Optional heavy-duty, direct double acting, front and rear.

SECTION 10

Steering: Factory power steering with manufacturers rated capacity at least equal to front axle capacity.

SECTION 11

Brakes: Shall be equipped with the manufacturer's standard power assisted service brakes with a four-wheel, electronic controlled, anti lock brake system (ABS).

SECTION 12

Frame: Shall be compatible to GVWR.

SECTION 13

Fuel Tank(s): Approximately 40-gallon capacity, mounted within frame rails so as not to interfere with utility body compartments and installation.

SECTION 14

Wheels/Tires: Vehicle shall be equipped with the OEM's optional all-terrain 4x4 rated tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models).

S12are: Spare tire and wheel shall be mounted on rear passenger side of utility body inside. Jack shall be mounted inside cab.

SECTION 15

Electrical:

15.1 Twelve (12) volt system, negative ground, increased capacity trailer towing package.

15.2 Alternator, 0!2tional heavy-duty, shall be at least 200-ampere manufacturer's rated capacity.

15.3 Two (2)-maintenance free type battery at least 78 ampere-hour manufacturer's-rated capacity (750 C.CA) Refer to Section 1920 for auxiliary battery.

15.4 All electrical systems (i.e., lights charging etc.) shall have circuit breaker protection.

SECTION 16

Cab: Conventional Regular Cab type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following items shall be furnished and installed.

(a) Front split bench seat (40/20/40) with headrests including folding center arm rest/business console, with heaviest optional vinyl material offered by manufacturer.

(b) Factory air conditioning, fresh air heater with integral defroster.

Page 2 of 8

Page 66: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 16 (Cont.l

(c) Solar tinted glass.

(d) Factory side mirrors, swing away, manual telescoping, manual glass and convex auxiliary mirrors.

(e) Vinyl flooring or heavy-duty rubber floor mats.

(f) Power Equipment Group: Power windows, power side-view mirrors, power door locks, power keyless entry fobs, factory blue-tooth hands-free system, and cruise control.

SECTION 17

17.1 Body: Shall be special surveyor's type utility body with canopy.

17.2 ~: Surveyors type body for dual rear wheel chassis.

17.3 Dimensions:

A)

B)

Utility Body Length ............ 144" Width . . .. . . . . . . 96" Height. . . 40" Compartment Depth. 20" Surveyors Canopy Length ............ 144" Width . . 76" Height.. 70"

17.4 Material:

Utility Body: Body parts, not less than 16 ga electro-galvanized steel. All bcdy seams shall be sealed with an automotive caulking compound to insure water tightness. Drip rails, full length each side of the body shall be an integral part of the body.

Doors and Shelves: 18 ga galvanized, or equal steel.

Understructure: not less than four (4) heavy duty 10 ga. H.R. thorough steel cross members with 16 ga. hat section stiffeners.

Bed Sheet and Bulkhead: not less than 10 ga. diamond plate steel.

Surveyors Canopy: Canopy parts not be less than 16 ga. electro-galvanized steel. Drip rails, full length each side shall be integral part of the canopy.

17.5 Construction: Compartment tops, three (3) full-length stiffening ribs with formed edge and full-length drip rail.

Doors: double panel, triple construction; full rubber seal cushion to eliminate metal contact between door and body. All vertical doors shall be hinged at front.

Hinge end brackets: cast type with self-lubricating nylon inserts; riveted to body with monobolts in lieu of standard pop rivets.

Door hinges: rolled rod type around full length of 5/16" rod.

Door locks: Recessed three (3) point locking, each keyed alike, with a minimum of five (5) keys and internal lock bar system shall be provided. Lock pockets shall be polished stainless steel with chromed twist "T" handles. Locks shall be of the barrel key type.

17.6 Shelving: all removable and adjustable on 1-1/2" centers; rolled edges; removable dividers. Dividers shall not be less than 1/8" steel.

17.7 Floor: shall have had section stiffeners between cross members in wheel area.

Page 3 of 8

SW1523

Truck Body Manufacturer:

Model No.: _____ _

Page 67: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 17 (Cont.)

17.8 Understructure: shall include two (2) body full width cross members in wheel area.

17.9 Wheel wells: shall be formed channel for strength. Short arc welded for long life.

17.10 Installation: Body shall be mounted on truck frame with spring mounts at six (6) points on %" minimum rubber pads.

17.11 Surveyors Canopy:

Door: Rear access doors shall be 54" wide rear barn type doors, with a locking access latch and a fixed window (10"W x 14"H) in each door. Drip rail shall be installed over door. Door holder and safety stop shall be provided so that the door swing will be restricted to 90 degrees from its closed position. Door holder linkage must be low profile in order to prevent head injury while entering and exiting the doorway.

Windows: Shall be three (3) sliding windows on each side of the canopy approximately 30" x 12" each spaced out evenly horizontally along the canopy body. There shall also be an additional two fixed windows (10"W x 14"H) atthe same height of the rear access door window one on each side of the door. All glass shall be dark tinted.

Roof: Provide 2" thick insulation layer.

Shelving: Fabricate horizontal shelves on each side inside the Surveyors Canopy using the utility body compartment tops that extend inside the canopy, shelf shall be the length of the canopy, shall have vertical support bars to support the shelf.

Lighting: Four (4) LED light bars (12V) to provide good visibility throughout the interior of the surveyor's type body under night time conditions. One (1) light bar centered at the top of each of the four inside walls pointed toward the center. On and off switch to be located near the rear access door. Lights are to be powered by the auxiliary battery. Lights are to function with the truck engine on and off.

SECTION 18

Compartments:

18.1 Streetside First vertical, 38" wide x 40" high x 20" deep sized to accommodate installation of a SPEEDAIRE gas powered air compressor mounted on a slide-out platform (see Section 19.8), second vertical, 24" wide x 40" high x 20" deep with three (3) divider type shelves; horizontal, 40" wide x 20" deep with height sized to fit over wheel well. Rear vertical compartment 42" wide x 40" high x 20" deep sized to accommodate a Honda gas powered generator EU3000 (furnished by the districts) mounted on a roll-out platform (see below for further detail).

The Honda generator furnished by the districts is to be installed in the rear vertical compartment shall be placed on a roll-out platform with 200 lb capacity with 304 stainless steel drawer slides.

Each vertical compartment shall have a 1" FPT easily accessible drain with threaded plug installed near the outside edge of the compartment. The plug shall be removable from the underside of the utility body.

18.2 Curbside: First vertical, 38" wide x 40" high x 20" deep, second vertical, 24" wide x 40" high x 20" deep with one (1) divider type shelf; horizontal, 40" wide x 20" deep with height sized to fit over wheel well. Rear vertical compartment 42" wide x 40" high x 20" deep, three (3) shelves.

Page 4 of 8

SW1523

Page 68: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 18 (Cont.)

In the second vertical compartment, install hose reel, Reelcraft Model 5650 OLP with 3/8" ID x .688 OD x 50', 300 psi rated hose or similar. Locate the reel in the upper, left-most corner of the compartment.

Each vertical compartment shall have a 1" FPT easily accessible drain with threaded plug installed near the outside edge of the compartment. The plug shall be removable from the underside of the utility body.

SECTION 19

Additional Equipment:

Furnish and install the following additional equipment:

19.1 Backup Alarm: Medium noise alarm, 97 decimals maximum (Ecce 550, or equal).

19.2 Fire extinguisher: Two (2) 5 lb. dry type fire extinguisher, air pressurized, UL 2A 1 OBC minimum, w/pressure gauge. Securely mount one in vehicle cab and mount the second inside the utility body.

19.3 Running Boards: Factory supplied OEM 6" cab steps, black, running boards made of molded in color polymer plastic with an aluminum support designed for a regular cab chassis.

19.4 Reverse Camera: 7" screen mounted on windshield in lieu of rear view mirror inside cab. Camera shall be mounted on rear of utility body above the rear door (Optimo SYS-7311 ED- 7 EXTREME Duty Single Camera System or equal).

19.5 Decals: Install decals on truck including three (4) sets of 4-character assets numbers, two (2) "CA" numbers, and two (2) "LACSD" logos. All materials to be supplied by Districts.

19.6 Survey Body Holding Tank: Furnish and install a 50 gallon flat bottom plastic holding tank, 19" W x 38" H x 20" D, with an 8" manway, 1" drainage fitting and set of powder coated steel straps for securing it to the floor (United States Plastics Corp. Item #8612 or equal). Position tank directly behind cab along the vehicle centerline with 1" drainage fitting toward street side. Cut%" white Melamine formica countertop (23-3/4" x 96" panels) from Home depot to cover area surrounding tank. Top shall be 56-1/2" L x 23-3/4" D, side panels 9-1/2" D x 23-3/4" Hand rear facing panel 66" L x 23-3/4" H. Cut opening in counter top for stainless steel sink (Home depot UPC #094902105680) mounted directly above manway on plastic tank. Formica counter top shall be mounted using 2" angle iron bolted to the headboard, backside of the first vertical compartments and bed sheet. Contact Mark Farrow-Reid Senior Engineering Technician at (909) 224-0246 for exact lengths and locations for support angle iron.

19.7 Holding Tank Drain: Furnish and install PVC drain piping and fittings from 1" drainage on the side of the Holding tank to a ball valve located inside the second vertical cabinet on the streetside pointing outward.

19.8 Air Compressor: Furnish and install gas powered air compressor with 6.5 HP Honda engine producing 13.9 free air CFM at 90 PSI with a tank size of 8 gallons. In order for the gas powered compressor to fit in compartment remove the pneumatic wheel and carrying handles. Gas powered air compressor is to be installed in the first vertical compartment and shall be mounted securely on a slide-out platform with 250 lb capacity with 304 stainless steel drawer slides. (SPEEDAIRE model # 1VN93 no exceptions)

Page 5 of 8

SW1523

Page 69: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 19 (Cant)

19.9 Air Line Plumbing: Furnish and install air line hose from the gas powered air compressor tank output through the inside of the canopy above the sink to a space-saver stacked air filter/regulator with pressure gauge, 5 micron filtration, aluminum with polycarbonate bowl, Y." pipe, and 150 max SCFM (McMaster part number 9891 K42) mounted on the passenger side front corner to the right of the counter top 45" up from the bed of the utility body. Using air hose connect the output of the air filter/regulator to the air hose reel located in the second vertical compartment on the passenger side.

19.10 Bumper/Hitch Receiver: Furnish and install a 6" deep heavy duty diamond plate, recessed step bumper integrating a hitch receiver, properly braced to the vehicle frame to safely pull a 6,000 GVWR trailer. The hitch receiver shall be mounted minimum 19" above the road surface. Install two (2) safety chain eyes, one (1) on each side of hitch receiver. Fabricate and install two removable traffic cone holders on each side of the bumper with each rod 3-1/2 feet long. In addition, the entire exposed surface of the bumper shall be coated. Top surface of bumper to be coated with non-slip bed-liner.

19.11 Cabinet and Bed Liner: All the compartments, including the bed of the utility body, except the small horizontal compartment over the wheel wells shall be fully lined with a two component spray in place flexible bed liner. Material shall be consistent in thickness ranging from 1/4" on flooring and 1/8". The liner must be non-skid surface. No runs, sags or drips shall be allowed. (Diamond Liners, Line-X, or equal).

19.12 Trailer Electrical Connector: Furnish and install a 7 -pole "Berg" female connector near the hitch, wired to ATA code.

19.13 Hitch: Kerins K200 Multi-Hitch with 2" ball

19.14 Hitch Step: Fabricate a serrated metal step to go into hitch receiver that fits in recessed area of the bumper to assist in getting into the canopy.

19.15 Standard-Duty Machinist Vise: Furnish and install at passenger side rear corner of utility body, an all-weather Wilton Model 10500 4 Y," outdoor vise with swivel base with swivel base mounted on bracket stand.

19.16 Light Bar: Furnish and install LED light bar, ECCO Light bar 12-00001-E with clear lenses and 16 amber light heads with cab control panel installed within easy reach from the driver's seat. Mount light bar on top of the cab (ECCO 12-00001-E).

19.17 Arrow Stick: Furnish and install a 12VDC amber colored LED arrow stick with 9 Flash Patterns, 48-1/2"L X 2"H X 3"0, with amber polycarbonate lenses and control module (ECCO ED3335A). Vendor shall mount the light stick on top of the survey body centered above rear door as close to the rear edge as possible. Cab control panel installed within easy reach from the driver's seat.

19.18 Box Strobe Lights: Furnish and install two (2) 12VDC square shaped, amber colored, LED directional lights, with 18 flash patterns, mounted with brackets on top of the survey body one on each side of the Arrow Stick as close to the rear edge as possible (ECCO ED0001A). Cab control panel installed within easy reach from the driver's seat.

19.19 4-Corner LED Lights: Furnish and install four-corner LED light system (Whelen Vertex VTX609 amber LED or equal). LEOs shall be mounted in front headlight buckets and rear taillights. The LED on/off switch shall be mounted in the cab and labeled with a hard plastic, engraved tag identifying the switch.

Page 6 of 8

SW1523

Page 70: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 19 (Cant) 19.20 Aux11iarv Batterv Auxiliary battery shall be an Optima Part #SC75U by

Interstate batteries or equal battery. An electrical circuit shall be provided that will automatically recharge either or both batteries as needed when engine is operating, and will isolate one (1) battery when engine is not operating, so a fully charged isolated battery will always be available to start engine. The dual battery isolator may be a diode or other equal system.

19.21 Survey Body Fans: Furnish and install two (2) 2-speed, 15 elm, 12-volt 1.4 amp fans above counter top in utility body on each side of sink, NAPA model #745-1106. Also install3-speed 14" x 14", 12-volt 4 amp ventilation fan mounted on top of body directly above sink with thermostat for air intake and exhaust, MaxxAir Vent Corp. MaxxFan. Must be powered by the auxiliary battery and functional when the truck engine is both off and on. Contact Mark Farrow-Reid, Senior Engineering Technician at (909) 224-0246 for exact mounting locations for fans.

19.22 Survey Body Inverter: Furnish and install a power inverter with 12-volt 192 amp input and 120-volt, 60Hz, 2000 Watt output rating (Tripplite Model #PV2000FC) connected to the auxiliary battery used to power two laptops. Mount the inverter inside the canopy on the driver side front corner on the left side of the counter top far enough to avoid contact with splashing water. Must be powered by the auxiliary battery and functional when the truck engine is both off and on. Contact Mark Farrow-Reid, Senior Engineering Technician at (909) 224-0246 for exact mounting locations for the inverter.

19.23 Survey Body Air Conditioner: Furnish and install a recreational vehicle low profile type air conditioner not to exceed 14 inches in overall height, with a max output of 13,500 BTU mounted centered on top of the surveyor body to be powered by Honda generator which will be installed in the street side rear vertical compartment on a roll-out platform. Extend and connect power cable for the AC unit to the generator. AC unit power demand must not exceed 30 amps at 120 Volts or 12 amps at 12 volts.

19.24 Skid Plates: Furnish and install skid plates to protect both the transfer case and the fuel tanks from foreign objects.

19.25 Truck Engine Exhaust: Modify and extend the trucks engine exhaust pipe after the muffler to exit on the driver's side of the vehicle.

SECTION 20

Lights and Wiring:

20.1 Lighting: All rear and clearance lights shall be recessed or otherwise protected against damage. All clearance lights to be 13 LED, 2-1/2" round hermetically sealed units, "Maxxima M11300" or equal. Three (3) bar marker to be 12 LED, 4" hermetically sealed units, "Maxxima M23015" or equal. Stop, tail, and turn lights to be 44 LED, 4" diameter hermetically sealed units, mounted in rubber (vinyl), "Maxxima M21 OOR" or equal. Backup lights to be 54 LED, 4" diameter hermetically sealed units, mounted in rubber (vinyl) "Maxxima M42450" or equal. All lighting and reflector requirements shall be in conformance and comply with the California Motor Vehicle Code.

20.2 Wiring: All new wiring shall be installed in flexible nonmetallic loom with crimped soldered connectors, properly insulated. All wiring shall be adequate size to carry designed electrical load without excessive voltage drop. All wiring passing through partitions or bulkheads shall have rubber grommets at that point. All wiring shall be routed and secured to prevent damage. All electrical circuits shall have circuit breaker protection devices.

Page 7 of8

SW1523

Page 71: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 21

Coating Requirements:

21.1 Entire vehicle, excluding all polished aluminum, chrome, or bright metal finished items (i.e. wheels, fuel tanks, grill, etc.) shall be painted manufacturers standard white. Wheels are to manufacturers standard argent or gray.

21.2 Undercoating: If the cab/chassis is not guaranteed against rust-through for minimum of five (5) years or 100,000 miles, entire underbody shall be coated with "3M" or equal, undercoating.

SECTION 22

Special Requirements:

22.1 Noise Emissions: All units shall comply with State of California Motor Vehicle Code, Section Nos. 23130 and 27160 in its entirety

22.2 Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and services stated above prior to final delivery.

Page 8 of 8

SW1523

Page 72: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICT NO.2 OF LOS ANGELES COUNTY

PART II SPECIFICATIONS

FOR: One (1) Truck, Regular Cab Chassis, Flatbed Body, Crane, CNG, 25,600 lbs. GVWR

Spec. No. SW1524

NOTICE: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID -

SECTION 1

GVWR: 25,600 pounds minimum.

SECTION 2

Chassis:

Wheelbase, Approximately 230"

Cab-to-Rear Axle, Approximately 156"

Bumper to back of cab (BBC): 1144"

Frame, heat treated alloy steel 50,000 psi minimum

Section Modulus, per side rail 12.64 cubic"

Resistance bending moment 632,000 in. lbs.

SECTION 3

Body: Ford F650 Straight Frame Regular Cab with dual rear wheel chassis with Flatbed Body.

SECTION 4

Engine: Gasoline, V-1 0 Type, not less than 6.8 liters, minimum acceptable horsepower and torque rating; 320 HP, 460 ft/lbs with all standard accessories (i.e., air cleaner, oil filter, etc.).

Engine shall be supplied with optional CNG/LPG Gaseous Engine Prep Package from Manufacturer.

SECTION 5

Emission Control: The engine shall be California Air Resource Board (CARB) certified to operate on-highway in the State of California at the time of manufacture.

SECTION 6

Cooling: Shall be optional increased capacity, system for model truck, engine transmission combination offered, including heavy-duty fan and coolant recovery system.

SECTION 7

Transmission/Driveline: Each vehicle shall be equipped with the manufacturer's standard automatic transmission. Vehicle shall be equipped with an auxiliary transmission cooler.

Transmission shall include Power Take Off (PTO) provision, access plate and drive gear.

Page 1 of 7

Page 73: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SW1524

SECTION 8

Axles:

8.1 Front: GAWR compatible with GVWR.

8.2 Rear: GAWR compatible with GVWR and shall be a non-limited slip type.

8.3 Ratio: Factory standard 5.29 Axle Ratio

SECTION 9

Sus(:lension:

9.1 Front: Shall be rated at not less than 8,500 lbs. capacity@ ground.

9.2 Rear: Shall be rated at not less than 17,500 lbs. capacity@ ground.

9.3 Auxilia!Y Rear S(:lrings: Shall be single tapered leaf for increased load stabilization.

9.4 Shock Absorbers: Heavy duty, direct double acting, front only.

SECTION 10

Steering: Factory power steering with manufacturer's rated capacity at least equal to front axle capacity.

SECTION 11

Brakes: Hydraulic Brake System - Bosch Hydro-Max

SECTION 12

Frame: Standard- Single channel straight "C". 12.64 SM, 50,000 PSI High Strength Low Alloy Steel; 10.125" x 3.062" x 0.312". Shall be compatible to GVWR

SECTION 13

Fuel Tank(s) Factory gasoline tank shall be removed. Compressed Natural Gas Gaseous Fuel Modifier Name: (CNG) tanks shall be installed and mounted underbody. Combined volume of the

tanks shall be a minimum of 32 Gasoline Gallons Equivalent (GGE). Tanks shall be type 4 composite. CNG fuel modifier shall be approved by manufacturer. CNG system must comply with U.S. Federal and California State exhaust and

Tank Volume: GGE evaporative emission requirements and safety standards.

Bottom of tanks shall be covered by a protective skid plate to protect tanks from foreign objects. There shall be a large backlit, integrated CNG fuel gauge, Y. turn shut off valve and PSI gauge.

SECTION 14

Wheels/Tires: Each vehicle shall be equipped with the OEM's standard tubeless type radial tires mounted on OEM approved rims. Wheels shall be as recommended by the Tire and Rim Association, Inc. and the tire manufacturer for the GVWR specified. Wheel weight rating shall be compatible with the axle and tires. All tires and wheels shall be identical (i.e. no cross brands or models).

14.1 Front Wheels and Tires: Wheels shall be two (2) 19.5x6.75, White Powder-Coated Steel, 8-Hole. Tires shall be 245/70R19.5G Han kook AH11.

14.2 Rear Wheels and Tires: Wheels shall be five (4) 19.5x6.75, White Powder-Coated Steel, 8-Hole. Tires shall be 245/70R19.5G Han kook AH11.

14.3 S(:lare Wheel & Tire: Spare wheel19.5x6. 75, White Powder-Coated Steel, 8-Hole. Tire shall be 245/70R19.5G Hankook AH11 mounted and shall be furnished loose in bed of truck.

Page 2 of7

Page 74: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 15

Electrical:

15.1 Twelve (12) volt system, negative ground.

15.2 Alternator shall be at least 175-ampere manufacturer's rated capacity, with at least 20 amperes output at engine curb idle RPM.

15.3 Body Builder Wiring: Frame mount at back of cab. Includes sealed connectors for 2 ground circuits, with combined right/stop, stop lamps, park lamps, back up lamps. Also includes 2 additional pass through wires to cab.

15.4 Two (2)-maintenance free type batteries at least 78 ampere-hour manufacturer's rated capacity (750 C.CA). See section 20.5 for auxiliary battery.

15.5 All electrical systems (i.e. lights, charging etc.) shall have circuit breaker protection.

SECTION 16

Cab: Conventional type with all standard and specified components as listed in factory data books and brochures. If not listed as standard equipment, the following items shall be furnished and installed:

(a) Front bench seat (30/0/30) Air Ride Driver (integral air pump) and Air Ride Passenger (integral air pump) with Consolette, with heaviest vinyl material offered by manufacturer.

(b) Factory air conditioning and fresh air heater with integral defroster.

(c) Solar tinted glass.

(d) Standard Mirrors, Dual Rectangular XL2020 Integral Spot Mirror, Sail Type, 96" Width, Manual Fold, Solid Black Finish.

(e) Vinyl flooring or heavy-duty rubber floor mats.

(f) Radio AM/FM.

SECTION 17

Body:

17.1 Iv!1l1: Flatbed Body

17.2 Dimensions:

Length 240"

Width: 96"

17.3 Material: Side rails shall be 3/16" or 7 gauge crossbars shall be 4" formed structural steel. Floor shall be 7/8" Apatong tongue and groove wood, covered with 3/16" gauge diamond plate steel and attached with fiathead screws in a 12" square grid pattern Screw heads shall be fiush with fioor and spot welded in place.

17.4 Headboard: The headboard shall be constructed with 4" structural channel (42" high) and include two center braces spaced approximately 34" apart The facing from the floor up to the top shall be 3/16" diamond plate steel. The window opening shall be #9 expanded metal for rear visibility.

17.5 Body Installation: The body crossbars shall be mounted to the truck frame to keep the body as low as possible. It may be necessary to have wheel wells above the fiat surface of the body fioor. The installation shall be per Federal Specifications and D.O.T. requirements.

17.6 Water Tank Provision: The Districts will install a water tank between the cab and the flatbed bulkhead at a later time. Install the flatbed body with sufficient space between the cab and the fiatbed bulkhead to fit a water tank with the following dimensions 8-" wide by 94-" long by 42-" high and constructed with 1 0 au e steel.

Page 3 of?

SW1524

Page 75: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 17(CONTINUEDl

17.7 Rear Bumper/Platform/Hitch: The vertical kick plate, from the body to the bumper shall be fabricated of 12 gauge grip strut and 5" structural steel channel adequately braced with gussets and supported to safely tow a 6000 lb GVW trailer. The bumper/Platform shall be a full body width and extend out 26 inches, recessed at center to accommodate a Class IV hitch receiver, a 7 -pin wiring harness, and trailer tow connector, with a 4" radius at the outer corners, top of the bumper shall be 20" above the road surface.

SECTION 18

Air System:

18.1 Power-Take-Off (PTOl: Furnish and install Power Take Off (PTO) compatible with 2016 Ford F650 equipped with Ford Torqshift HD 6 Speed Automatic Transmission to drive a PTO driven Vanair underbody air compressor mentioned in Section 18.2. The PTO assembly shall not interfere with controls, lines, exhaust system, accessories, etc.

SW1524

18.2 Air Compressor: Furnish and install a PTO driven air compressor and Air Compressor Make/Model: connect to the PTO mentioned in Section 18.1. Compressor must have a 100% duty cycle and provide 100 CFM and 100 PSI minimum. Air compressor gear ratio shall be 2. 71:1 to ensure lowest possible engine speed. Separate two-stage, heavy duly, dry-type air filters shall be provided for air compressor. The receiver tank shall be 10.25 inches in diameter by 21.5 diameter inches long. The tank shall be ASME code approved rated at a 250 PSIG working pressure. It shall be equipped with an ASME air pressure relief valve located upstream of the final oil separator. The receiver shall be equipped with a fill cap and easily readable sight glass, 3/4" inch service valve and a 25 micron full flow spin-on replaceable filter canister with buill in bypass protection. The receiver tank shall be mounted securely below the underbody with a detachable skid plate to protect it. An oil flooded rotary screw air end with built-in proper directional gearing for Ford automatic transmissions. (Vanair 105 CFM PTO Driven Air Compressor for Ford 2WD Super Duty Vehicles).

18.3 Instrument Panel and Speed Control: the V-TEC system consists of an 1/0 Module and an LCD display module that communicate with each other using J1939 protocoL The 1/0 module receives sensor information and modulated engine speed based on air demand. The display module presents system information including system hours, service intervals, air pressure, oil temperature and engine speed.

The Speed Controller must be pre-programed to work with engine, transmission and PTO gear ratio and Vanair underdeck modeL For Instrument Panel and Speed Control location, See Control Box, Section 20, Line Item 20.12.

184 Air Hose and Reel: An air delivery kit to include but not limited to: a 3/4" x 30: spring rewind Hannay (or equivalent) reel with hose and 1/2" quarter turn shutoff valve, air supply connecting hoses, air chuck, air coupler, nipple, and 1/2" airline filter. The hose reel shall be mounted on the right rear of the body underneath the deck behind the rear axle. The air compressor hose shall pass through the rear step bumper of the truck using a 4-way roller assemble to prevent damage to the hose while winding and re-winding.

SECTION 19

Crane:

19.1 Crane: A 4,500-pound lift capacity at 4', full power featured, 12-volt electric unit shall be furnished and mounted on a 21" pedestal atthe right rear corner of the body. Crane shall have 360' power rotation with a coast limiting brake. Power boom elevation with -5' to 75'-boom elevation angle (Venturo ET18KX or equal).

Page 4 of 7

Page 76: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 19 (Cont.)

19.2 Remote: Shall have remote control pendant with 20' cord and quick disconnect plug.

19.3 Cable: 65' of 5/16" aircraft cable with swivel snatch block and safety hook shall be furnished with crane.

19.4 Crane Perch: A crane perch shall be mounted on the passenger side of the bed approximately 5' from the crane's pedestal.

19.5 Outriggers: Provide outriggers at rear streetside and curbside corners of body consisting of foldaway type legs (length adjustable).

SECTION 20

Additional Equipment:

Furnish and install the following additional equipment:

20.1 Backup Alarm: Medium noise alarm, 97 decimals maximum (Ecco 550, or equal).

20.2 Extinguisher: One (1) 5 lb. dry type fire extinguisher, air pressurized, UL 2A 1 OBC minimum, w/pressure gauge, securely mounted in vehicle cab.

20.3 Flatbed Surface Coat: The on the top surface of the flatbed shall be fully lined with a two component spray in place flexible bed liner. Material shall be consistent in thickness ranging from 1/4" on flooring and 1/8". The liner must be non-skid surface. No runs, sags or drips shall be allowed. (Diamond Liners, Line-X, or equal).

20.4 Cab Steps: If factory installed cab steps are not available because the fuel tanks have been removed furnish and install cab steps that mount to the chassis to allow safe access into cab.

20.5 Auxiliarv Batterv: Auxiliary battery shall be Optima Part #SC75U or equal battery. An electrical circuit shall be provided that will automatically recharge either or both batteries as needed when engine is operating, and will isolate one (1) battery when engine is not operating, so a fully charged isolated battery will always be available to start engine. The dual battery isolator may be a diode or other equal system.

20.6 Tool Boxes Two (2) tool boxes, one (1) curbside, one (1) street-side mounted below the main deck in the skirting forward of the rear wheels. They shall be approximately 20" H x 24" D x 60" L. They shall have two (2) doors hinged at the sides with springs to hold the doors in position when open. Tool boxes should be able to hold 200 lbs each. All tool boxes shall be double panel construction with Posi-Lok lever handle or recessed 3-point twist lock latches all keyed alike. All doors shall have weather stripping.

20.7 Ladders: Driver -side and passenger side ladders installed with 12" wide steps. A grab handle shall be installed on the headboard to assist operator entering the bed of the truck.

20.8 Mud Flaps: Shall have 1/8" x 2" metal strips on both sides of top and bottom. Mudguards to be attached to underside of body with links of chain and provide a means for fastening to an up position. Bottom edge of mudguard shall be 10 "from the ground when installed.

20.9 LED Work Lights: Furnish and install two (2) compact work lights to illuminate the bed area and the back of the truck. Work lights shall be mounted on the left and right side of the headboard of the flatbed body. Each work light shall be 12 VDC, contain 6 LED bulbs and rated at 400 lumen. The lights shall have a tough molded housing measuring approximately 4" H x6" Wand be provided with fully adjustable mount brackets to aim lights into the back of the bed. An on/off switch shall be installed in the cab dash to allow easy access for the driver. Light shall be a Maxxima Rectangle Work Light Model MWL-04 or equal.

Page 5 of 7

SW1524

Page 77: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 20 (Cont.)

20.10 4-Corner LED Lights: Furnish and install four-corner LED light system (Whelen Vertex VTX609 amber LED or equal). LEOs shall be mounted in front headlight buckets and rear taillights. The LED on/off switch shall be mounted in the cab and labeled with a hard plastic, engraved tag identifying the switch.

20.11 Light Bar: Furnish and install LED light bar, with clear lenses and 16 amber light heads with cab control panel installed within easy reach from the driver's seat (ECCO Light bar 12-00001-E no exceptions). Mountthe light bar on top of the cab high enough that it could be seen from all directions while the arrow board in the horizontal position.

20.12 Arrow Board: Furnish and install double-sided arrow board frame mounted at the headboard of the flatbed body. The arrow board when in the vertical position must be flush with the front edge of the headboard. Overall height of the arrow board rotated to travel position shall not exceed 115" from the ground to the board. The horizontal support cross-member furnished with the arrow board shall be minimum 1"x3"x1/8" rectangular steel tubing to prevent the premature failures that have occurred with the standard light weight cross member furnished in the past Arrow board shall be a National Signal36" X 72", 251amp, tri-function, Series 1923-25 PLDFS Model Number 2163696 and single controller Model Number 2166329 or approved equal.

20.13 Control Box: A metal weatherproof control box shall be mounted on the right (passenger side) rear of bed of the truck directly behind the crane pedestal. The control box shall be placed to allow operator access while standing on step platform. The control box shall house the crane on/off switch, air compressor controls and gauges, and space available to install an on and off switch for a 12-volt water pump.

20.14 Decals: Install decals on truck including three (4) sets of 4-character assets numbers, two (2) "CA" numbers, and two (2) "LACSD" logos. All materials to be supplied by Districts.

SECTION 21

Lighting and Wiring Requirements:

21.1 Lighting: All lighting shall comply with the mounting and orientation instructions Division 23, Chapter 2 of the State of California Motor Vehicle Code, and the Federal Motor Vehicle Safety Standards as last revised.

a. All clearance lights to be 13 LED 2-1/2" round hermetically sealed units, "Maxxima M11300" or equal.

b. Stop, tail and turn lights to be 44 LED 4" diameter hermetically sealed units, mounted in rubber (vinyl) "Maxxima M2100R" or equal.

c. Back-up lights to be 54 LED 4" diameter, hermetically sealed, mounted in rubber (vinyl), "Maxxima M42450" or equaL

d. Where subject to damage, stop, turn and back-up lights shall be protected from damage using expanded metal steel shields. Furnish and install license plate mounting bracket and light and required reflectors.

e. All lighting and reflector requirements shall be in conformance and comply with the California Motor Vehicle Code.

21.2 Wiring: All new wiring and all exposed wiring shall be installed in flexible nonmetallic loom, properly supported and insulated. All wiring shall be of adequate size to carry designed electrical load without excessive voltage drops. All wiring passing through partitions or bulkheads shall have a rubber grommet at that point for chafe protection. All wiring shall be routed and secured to prevent damage from abrasion and heat All wiring shall be color or number coded. Color or number coding shall be continuous throughout individual circuit, from beginning to end. All electrical circuits shall have circuit breaker rotection devices.

Page 6 of?

SW1524

Page 78: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

SECTION 22

Coating Requirements:

22.1 Entire vehicle, excluding all chrome or bright metal finished items shall be painted manufacturer's standard white. Wheels shall be painted manufacturer's standard argent or gray.

22.2 If the cab/chassis is not guaranteed against rust and corrosion for a minimum of fine (5) years, or 100,000 miles, the entire underbody shall be coated with "3M" or equal, undercoating.

SECTION 23

Special Requirements:

23.1 Noise Emissions: All units shall comply with State of California Motor Vehicle Code, Section Nos. 23130 and 27160 in its entirety.

23.2 Welding: All welding shall comply with the A.W.S. 01.1 Codes for welding construction equipment as last revised.

23.3 Workmanship: All workmanship, including fabrication, welding, modifications, painting, etc., to be in the best manner of the trade and shall be subject to inspection and approval by the Districts.

23.4 Operator Exposure Noise: Shall comply with the Occupational Safety and Health Act (OSHA) sound level (dBA) requirement in effect at the time of award of contract, for an eight hour maximum operator exposure time; measured at operators' ear with engine at governed RPM, all in accordance with SAE J1166.

23.5 Exterior Noise Shall comply with test procedure SAE Standard J888 and SAE Recommended Practice J184, where compliance is technically feasible.

23.6 Exhaust Smoke: Shall meet Los Angeles County Rules 401 and 402

23.7 Registration: The dealership shall obtain and provide the registration of vehicle, vehicle documentation, and services stated above prior to final delivery.

Page 7 of 7

SW1524

Page 79: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

REPLACEMENT PARTS LIST

Purchase Order: ____________________________ _ Specification Number: _________________________ _

Vehicle Description:. ___________________________ _

Disticts Asset Numbers: _________________________ _

Make: _______ Model: ____ _ Year: _____ _

Engine Size: _________ _ Fuel Type: _________ _

PART NUMBERS

BRAND NAME:

FILTERS Engine Oil

Air- Outer

Air -Inner

Fuel- Primary

Fuel- Secondary

Water

Transmission

Hydraulic Breather- Hyd.

Air Compressor

BELTS Alternator

A/C Power Steering

Drive

Air Pump

Air Compressor

BRAKE SYSTEM Pads

Rotor

Seal Front

Shoes

Drums

Seal Rear

MISC Wiper Blades

Battery

Starter

Radiator Cap

LACSD FLEET GROUP Page 1 of 2 REVISED 10/12/09

Page 80: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

Fuel Cap

Alternator

Water Pump

Water Pump -Gasket

Thermostat

Thermostat- Gasket

Fuel Pump

Injector

Spark Plugs

lACSD FLEET GROUP Page 2 of 2 REVISED 10/12/09

Page 81: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

WAM INFORMATION FOR VEHICLES & EQUIPMENT

TO BE FILLED OUT BY LACSD FLEET GROUP

ASSET NO: _______ _ SPECIFICATION NO: _______ _

PURCHASE ORDER NO: ________ _ VENDOR: _______ _

DELIVERY DATE: ________ _ IN SERVICE DATE: ________ _

RECEIVING PERSON:-----------------

VEHICLE DESCRIPTION: ____________________ _

TO BE FILLED OUT BY VENDOR

YEAR: MAKE:

MODEL: LICENSE E/SE NO:

VIN: I I I I I I I I I I I I I I I I I I IGNITION KEY NO: DOOR KEY NO:

CABINET KEY NO:

HEIGHT: IN WIDTH IN

LENGTH: IN WHEEL BASE: IN

NO. OF AXLES: AXLE SPACING 1-2: 2:3 3:4

DRIVE TYPE: HOUR METER: DYEs D NO HUBOMETER: DYES DNa

GVWR: LB NET WEIGHT: LB

FRONTGAWR: LB REAR GAWR: LB

GCWR: LB MAZ TOWING WEIGHT: LB

MAX TONGUE WEIGHT: LB

ENGINE:

MAKE: MODEL: YEAR:

HORSEPOWER: HP ENGINE FAMILY NO:

TORQUE: LB-FT DISPLACEMENT: LITER

SERIAL NO: NO. OF CYLINDERS:

TURBO: DYES DNa EXHAUST: DDuAL D SINGLE

ADDITIONAL EPA/CARB INFO:

EMISSION DEVICE (PARTICULAR TRAP): MAKE: MODEL: SERIAL NO:

FUEL SYSTEM:

FUEL TYPE: NO. OF TANKS: CAPACITY: GAL

INJECTION TYPE: INJECTION PUMP SERIAL NO:

LACSD FLEET GROUP Page 1 of 4 REVISED 10/12/09

Page 82: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

WAM INFORMATION FOR VEHICLES & EQUIPMENT

TO BE FILLED OUT BY VENDOR WARRANTY:

VEHICLE (CHASSIS} MONTHS / MILES/HOURS MONTHS / MILES/HOURS

GENERAL: I DIFFERENTIAL: I BODY/PAINT: I ENGINE: I TIRES: I EMISSION: I BATIERIES: I TRANSMISSION: I

ASSOCIATED EQUIPMENT (BOOMS, CRANES, COMPRESSORS ECT.) MONTHS / MILES/HOURS MONTHS / MILES/HOURS

CRANE: I COMPRESSOR: I BOOM: I LIFT GATE: I WINCH: I WELDER: I BATIERIES: I ARROW BOARD: I EXTENDED WARRANTY:

VENDOR:

CONTACT PERSON:

ADDITION INFORMATION:

BATIERIES:

MAIN GROUP TYPE: QTY: C.C.A.:

AUXILARY TYPE: FOR C.C.A.:

TRANSFER CASE: MAKE: MODEL: SERIAL NO:

TRANSMISSION:

MAKE: MODEL: SERIAL NO:

TYPE: NO OF SPEEDS: DRIVE SHAFT: PIECES

CLUTCH BRAND: TYPE: SIZE:

P.T.O MAKE: MODEL: SERIAL NO:

BRAKES: MANUFACTURER: TYPE: DAIR DHYDRAULIC DLECTRIC

POWER STYLE: DvAcuuM D HYDRABOOST OuRGE ABS: DEs Do FRONT TYPE: DDISC DDRUM REAR TYPE: D DISC D DRUM

DRUMS DETACHABLE: Om D NO

ADDITIONAL COMMENTS:

LACSD FLEET GROUP Page 2 of 4 REVISED 10/12/09

Page 83: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

WAM INFORMATION FOR VEHICLES & EQUIPMENT

TO BE FILLED OUT BY VENDOR

AXLES:

AXLE 1 MAKE: RATING: LBS SERIAL NO:

AXLE 2 MAKE: RATING: LBS SERIAL NO:

AXLE 3 MAKE: RATING: LBS SERIAL NO:

AXLE 4 MAKE: RATING: LBS SERIAL NO:

TANDEM REAR MAKE: RATING: LBS SERIAL NO:

DIFFERENTIAL RATIO:

ACCESSORIES:

AIR CONDITIONING: DYES D NO MAKE/MODEL:

POWER STEERING: DYES D NO

TIRES:

FRONT SIZE: LOAD RATING: MFR. SUG. P.S.I.:

FRONT RIM SIZE: RATING: MAX P.S.I.:

REAR SIZE: LOAD RATING: MFR. SUG. P.S.I.:

REAR RIM SIZE: RATING: MAX P.S.I.:

TIRE LUG PATIERN: FRONT: REAR:

SPARE TIRE: DYES D NO SIZE:

CRANE:

MAKE: MODEL: YEAR:

SERIAL NO: I I I I I I I I I I I I I I I I I I HOUR METER: DYES D NO ELECTRIC: D HYDRAULIC: D

MAXIMUM LIFT CAPACITY: LBS.

COMPRESSOR:

MAKE: MODEL: YEAR:

SERIAL NO: I I I I I I I I I I I I I I I I I I HOUR METER: DYES DNo EXTERNAL START PANEL: DYES DNo

CFM: P.S.I. RANGE:

WELDER: MAKE: MODEL: YEAR:

SERIAL NO: I I I I I I I I I I I I I I I I I I HOUR METER: DYES DNo TYPE:

LACSD FLEET GROUP Page 3 of 4 REVISED 10/12/09

Page 84: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

WAM INFORMATION FOR VEHICLES & EQUIPMENT

TO BE FILLED OUT BY VENDOR WINCH:

MAKE: MODEL: SERIAL NO:

DRIVE TYPE: ROPE SPECIFICATION:

LIFT GATE:

MAKE: MODEL: SERIAL NO:

ARROW BOARD:

MAKE: MODEL: SERIAL NO:

AUXILLARY ENGINE:

MAKE: MODEL: YEAR:

HORSEPOWER: HP ENGINE FAMILY NO:

DISPLACEMENT: LITER FAN CLUTCH MFR:

SERIAL NO: NO. OF CYLINDERS:

TURBO: DYES 0No EXHAUST: D DUAL DsiNGLE

EPA/ CARB ENGINE TIER RATING:

ADDITIONAL INFORMATION:

TO BE FILLED OUT BY LACSD FLEET GROUP

SIGNATURES:

REVIEWED BY: DATE:

LACSD FLEET GROUP Page 4 of4 REVISED 10/12/09

Page 85: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER

I, _________________ , declare. as follows:

Iamthe __________________________ of _________________________________ __

the party making the attached bid.

I know of my own personal knowledge and declare under penalty of perjury, that the attached bid is not made

in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or

corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly

induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded,

conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone will refrain

from bidding; that the bidder has not in any manner, directly or indirectly sought by agreement.

communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any

overhead, profit. or cost element of the bid price, or of that of any other bidder, or to secure any advantage

against the public body awarding the contract of anyone interested in the proposed contract; that all

statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted

its bid price or any breakdown of the bid price, or the contents of his bid, or divulged information or data

relative to its bid, or paid, and will not pay, any fee to any corporation, partnership. company, association.

organization, bid depository, or to any member or agent of any such corporation, partnership, company,

association, organization, or bid depository to effectuate a collusive or sham bid.

I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct

(Date)

(Location)

(Signature of Bidder)

0 -o:l 0 E-< z 0 -E-< <r: E-< -> z -

Page 86: INVITATION TO BID - BidNet Delivery Time: Time is of the essence and delivery time may be a factor in award of this bid. The Districts require delivery of all units within 180 calendar

COUNTY SANITATION DISTRICTS OF LOS ANGELES COUNTY 1955 Workman Mill Road

Whittier, California 90601-4998 (562)908-4288 FAX: (562) 699-8665

TERMS AND CONDITIONS

1. All bids must be submitted on the attached form. Bids shall be submitted in a sealed envelope no later than the time and date stated on the bid form. The bid number and bid title shall be clearly marked on the outside of the envelope.

The bidder shall state in figures (not words) the unit prices for which he proposes to supply and deliver the material/services described herein and shall segregate his bid in accordance with the items shown.

In the event that a discrepancy occurs between the unit price and the total lump sum price, the unit price shall prevail and the total lump sum price shall be corrected accordingly.

All blank spaces in this Invitation to Bid form must be properly filled in using ink, indelible pencil or typewriter and the phraseology of the form must not be changed; no additions are to be made to the items mentioned herein.

2. Any unauthorized conditions, limitations or provisions attached to this Invitation to Bid form may be considered good cause for its rejection.

3 If a bidder wishes to withdraw his Invitation to Bid he may do so without prejudice to himself by delivering a notice of withdrawal in writing to the officer who holds it at any time before the time fixed for the opening of bids.

4. No bids received after the time set for the opening or at a place other than that designated for the opening of the Bid, will be considered.

5. The right is reserved to reject any and all bids, to award one part and not another, and to waive technical defects as the interests of the District may require. In the event of any such rejection, the Districts shall not be liable for any costs incurred in connection with the preparation and submittal of a bid. Bidders are invited to be present at the opening of the Invitations to Bid.

6. Unless otherwise specified and excepting works of construction or works involving labor and materials, which are tax inclusive, the prices quoted herein shall not include California State Sales or Use Tax.

7. No charges for transportation, containers, packing, etc. will be allowed unless so specified in this Invitation to Bid.

8. In case of default by the vendor, the County Sanitation Districts of Los Angeles County may procure the articles or services from other sources and may deduct from unpaid balance due the vendor or may collect against the bond or surety for excess costs so paid, and the prices paid by the County Sanitation Districts of Los Angeles County shall be considered the prevailing market price at the time such purchase is made.

9. Cost of inspection on deliveries or offers for delivery which do not meet specifications, will be for the account of the vendor

10. The vendor shall hold the County Sanitation Districts of Los Angeles County, it's officers, agents, servants and employees harmless from all costs, liabilities, or damages of any nature or kind on account of use of any copyrighted, or uncopyrighted composition, secret process, patented or unpatented invention, articles or appliance furnished or used under this Invitation to Bid.

11. The vendor will not be held liable for failure or delay in the fulfillment if hindered or prevented by fire, strikes, or Acts of God.

12. Orders resulting from this Invitation to Bid are subject to California State Sales or Use Tax and County and Municipal Taxes, if applicable.

13. The Districts reserve the right to cancel contracts resulting from this Invitation to Bid for good cause upon presentation of written notice of said cancellation.

14. Invoices in duplicate for orders resulting from this Invitation to Bid must be made to "County Sanitation District of Los Angeles County" and forwarded promptly to P. 0. Box 4998, Whittier, California 90607. Invoices must bear upon their face applicable purchase order numbers and must state that same covers complete or partial delivery, as the case may be. Invoices will not be audited or approved for payment unless and until these requirements have been fully met. When price shown is a delivered price, all transportation and delivery charges must be prepaid in full to destination.

15 Price increases related to items covered by contracts/blanket orders resultant from this Bid Invitation will not be considered unless so stated in the specifications accompanying this Bid Invitation.

SERVICES INVOLVING CONSTRUCTION AND/OR

LABOR AND MATERIAL ARE SUBJECT TO THE FOLLOWING CONDITIONS:

16. All bidders are responsible for inspecting the proposed jobsite.

17. Each bid must be on a District form and a certified or cashier's check or bid bond with an

•PBSE"YD' P.E'Cfe~·~ . 8.1;21$. A n" ana t tt t e a un · s gu e der, · ful, ill e · r. t id Purchasing Agent for furnishing all labor, material, equipment and tools may be required. See Bid Invitation for specific requirement

18. The successful bidder will be required to file certificates of contractor's liability and Workers Compensation insurance.

19.

20. Performance of the order. See Bid Invitation for specification requirement.

21. Bidders will be required to comply with the President's Executive Order No. 11246.

22. Pursuant to applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages and not less than the general prevailing rate of per diem wages for legal holiday and overtime work, for each craft or type of workman needed to execute the work contemplated under this agreement, as ascertained by the Director of the Department of Industrial Relations, shall be paid to all workmen employed on said work by the contractor or by any subcontractor doing or contracting to do any part of said work.

23. The listing of said general prevailing wage rates is available at the State of California Department of Industrial Relations web site (WWW.dir.ca.gov).

24. Services/work requested by this Invitation to Bid may be subjected to and may be required to conform with Standard Specifications for Public Works Construction, 2012 Edition and County Sanitation District of Los Angeles County Amendments thereto dated December, 2012. Refer to Invitation to Bid for determination