Loading...
HomeMy WebLinkAbout18- Police Department CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Lee Dean Subject: Resolution of the City of Chief of Police San Bernardino accepting a California Dept: Police Law Enforcement Technology Equipment Purchase (CLETEP) Grant Date: April 11, 2000 from the Office of Criminal Justice Planning (OCJP) and awarding a contract to Mattman Company of ORS 0 1; Escondido, CA for the construction of a "Mobile Community Service Center" vehicle in an amount not to exceed $242,042.91 Synopsis of Previous Council Action: None. Recommended motion: 1. Adopt resolution Sig ature Contact person: Robert Curtis, Captain Phone: 384-5606 Supporting data attached: Yes Ward: FUNDING REQUIREMENTS: Amount: $242,042.91. Source: $200,000.00: 123-541-5701 , FY 1999/00 CLETEP grant ? 0r,. $ 42,042.91: 123-575-5701, FY 199AAM Local Law Enforcement Block Grant Finance: ALL Council Notes: Agenda Item No. '0 5111;(DD0 CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Subject: Resolution of the City of San Bernardino accepting a California Law Enforcement Technology Equipment Purchase (CLETEP) Grant from the Office of Criminal Justice Planning (OCJP) and awarding a contract to Mattman Company of Escondido, CA for the construction of a "Mobile Community Service Center" vehicle in an amount not to exceed $242,042.91 Background: In March 2000, the Police Department was notified that the Office of Criminal Justice Planning (OCJP) was accepting requests for proposals for the California Law Enforcement Technology Equipment Purchase (CLETEP) program grant. The purpose of this program is to enhance local law enforcement technology to address problems relating to crime suppression and crime prevention. The CLETEP program provides one-time only funding for a six-month grant period commencing May 1 , 2000 and ending October 31, 2000. This is a competitive grant process in which San Bernardino received the maximum award amount of $200,000 based on population. The CLETEP grant is 100% state funded and requires no local match. In the Department's grant application, we proposed using the CLETEP program funds to purchase and equip a 38' motorized, self-contained Mobile Community Service Center vehicle that would enhance the Department's problem solving capabilities. The vehicle will be deployed at the scene of major events and other high vehicle and pedestrian traffic locations, including schools and shopping malls. The vehicle will be used for the following types of activities: • As a mobile command post during major tactical operations and disasters; • Community outreach, referral services, community crime prevention classes, educational and school programs; • Neighborhood clean-up, improvement and revitalization efforts; • Recruitment of police employees and citizen volunteers; • Searches for missing children; • Major crime scene investigations; • Traffic enforcement and education programs, to include DUI, seatbelt and vehicle insurance checkpoints. Due to the short grant time frame, the Department immediately began preparing bid specifications for suitable types of vehicles and equipment for this multipurpose vehicle. Our research efforts included contacting allied law enforcement agencies such as the Long Beach Police Department, New York City Housing Authority, Mesa, Arizona Police Department, and the Bureau of Alcohol, Tobacco & Firearms. Ultimately, a mobile community service center manufactured by Mattman Company of Escondido, California was determined to be the best-suited and most advantageous vehicle available for purchase. The vehicle is built on a Bluebird corrections bus platform and has a custom designed interior to support field operations. The cost of the vehicle and support equipment is $242,042.91 after taxes. During our research, the Department learned that the New York City Housing Authority purchased a similar mobile community service center vehicle through competitive bid at a cost of $252,346.00 from Mattman Company under purchase order #1344201 issued on May 17, 1999. The price differential between the New York City Housing Authority contract and ours is due to the differing tax structures between the City of New York and the State of California. In order to take advantage of the pricing contained in the New York City Housing Authority contract it must be approved by the Council. (A copy of which, Exhibit 1, is attached for Council approval.) According to Section 3.04.010, Section B.1, of the San Bernardino Municipal Code, "Purchases from, or sales to a government or governmental agency, or through any advantageous governmental contract approved by the Council..." are exempt from the regular bid process. Mattman Company will make delivery of the finished vehicle to the City by September 30, 2000, which will allow sufficient time to submit a request for grant reimbursement from OCJP before the October 31, 2000 grant ending date. Fiscal Impact: A total of $242,042.91 from state and federal grant funding will be used to purchase the mobile community service center vehicle and accessories and equipment for multi- purpose usage. $200,000 will be provided by the CLETEP grant awarded by OCJP. $42,042.91 will be provided from the Police Department's FY `99/00 LLEBG grant. Operation costs for the first five years (duration of five-year warranties on engine, transmission and conversion) will consist of fuel costs estimated at $7,200 annually, covered by the Department's fleet charge backs. These additional fuel costs have been discussed with the Director of Public Services and he has agreed to include them in the Department's annual fleet charge backs. Recommendation: Adopt resolution. CUPT 1 RESOLUTION NO. 2 RESOLUTION OF THE CITY OF SAN BERNARDINO ACCEPTING A 3 CALIFORNIA LAW ENFORCEMENT TECHNOLOGY EQUIPMENT PURCHASE (CLETEP) GRANT FROM THE OFFICE OF CRIMINAL JUSTICE PLANNING (OCJP) 4 AND AWARDING A CONTRACT TO MATTMAN COMPANY OF ESCONDIDO, CA FOR THE CONSTRUCTION OF A "MOBILE COMMUNITY SERVICE CENTER" 5 VEHICLE IN AN AMOUNT NOT TO EXCEED $242,042.91 . 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 7 OF SAN BERNARDINO AS FOLLOWS: 8 9 SECTION 1. That the Mayor and Common Council Resolution of the City of 10 San Bernardino accept a California Law Enforcement Technology Equipment 11 Purchase (CLETEP) Grant in the amount of $200,000 from the Office of Criminal 12 Justice Planning (OCJP). 13 14 SECTION 2: Approval of the City of New York City Housing Authority contract 15 and purchase order #1344201 with Mattman Company (attached and incorporated 16 herein as Exhibit 1) authorizing exemption from the centralized purchasing system. 17 18 19 SECTION 3: Authorize and direct the Purchasing Manager to issue a Purchase 20 Order to Mattman Company for the construction of a "Mobile Community Service 21 Center" in an amount not to exceed $242,042.91 per bid specifications (attached and 22 incorporated herein as Exhibit 2). 23 24 25 SECTION 4: The authorization to execute the above referenced purchase order 26 is rescinded if it is not issued within sixty (60) days of the passage of this resolution. 27 28 1 RESOLUTION OF THE CITY OF SAN BERNARDINO ACCEPTING A CALIFORNIA LAW ENFORCEMENT TECHNOLOGY EQUIPMENT PURCHASE (CLETEP) GRANT 2 FROM THE OFFICE OF CRIMINAL JUSTICE PLANNING (OCJP) AND AWARDING 3 A CONTRACT TO MATTMAN COMPANY OF ESCONDIDO, CA FOR THE CONSTRUCTION OF A "MOBILE COMMUNITY SERVICE CENTER" VEHICLE IN AN 4 AMOUNT NOT TO EXCEED $242,042.91. 5 1 HEREBY CERTIFY that the foregoing resolution was duly adopted by the 6 Mayor and Common Council of the City of San Bernardino at a meeting 7 thereof, held on the day of , 2000, by the following vote, to wit: 8 COUNCIL MEMBERS AYES NAYES ABSTAIN ABSENT 9 10 ESTRADA 11 LIEN 12 McGINNIS 13 SCHNETZ 14 SUAREZ _ 15 ANDERSON 16 17 McCAMMACK 18 19 20 City Clerk 21 The foregoing resolution is hereby approved this day of 22 2000. 23 Judith Valles, Mayor 24 City of San Bernardino Approved as to form 25 and legal content: 26 JAMES F. PENMAN 27 City Attorney 28 BY i PAGE: 2 NEW YORK CITY HOUSING AUTHORITY _ PURCHASE DIVISION ROOM ? 104 250 BROADWAY NEW YORK, N.Y. 10007 PUBLIC BID PROPOSAL BID NUMBER: 80991022 MR GROUP/CLASS: 05/08 BID TITLE : BUS,EMERGENCY COMMAND BUYER: RODRIGUEZ TEL: 212-306-3654 2. MATERIAL MAY BE RETURNED IF PRIOR ARRANGEMENTS ARE NOT MADE WITH THE DELIVERY LOCATION (S) . 3. LATE BIOS. LATE BIDS SHALL BE THOSE WHICH, FOR ANY REASON WHATEVER, INCLUDING DELAY IN U.S. MAILS, ARE RECEIVED IN THE AUTHORITY'S OFFICES AFTER THE TIME SPECIFIED FOR SUCH OPENING. 4. PARAGRAPH 1 OF THE GENERAL TERMS ENTITLED 'ACCEPTANCE OF PROPOSAL' IS CHANGED AS FOLLOWS: FROM: 45 DAYS TO: 90 DAYS 5. ALL BIDS MUST BE BASED UPON THE PROPOSAL WITHOUT CHANGE. ANY BID BASED UPON A PROPOSED MODIFICATION OF THESE TERMS MAY BE REJECTED AS NONRESPONSIVE. v V_ 6. BIDDERS OFFERING ITEM(S) OTHER THAN THE BID STANDARD SHALL INDICATE MANUFACTURER'S NAME AND MODEL WMBERS OF ITEMS) BEING OFFERED AND INCLUDE DESCRIPTIVE LITERATURE OF SUCH MATERIAL WHEN SUBMITTING s THEIR PROPOSALS. c _ FAILURE TO COMPLY WITH THIS PROCEDURE WILL OBLIGATE THE VENDOR TO FURNISH THE BID STANDARD ITEM AT THE UNIT PRICE SUBMITTED. _ IF REQUESTED BY THE AUTHORITY REPRESENTATIVE, SAMPLE (S) OF SUCH ITEMS) MUST BE SUBMITTED, AT NO CHARGE, WITHIN TEN DAYS z AFTER REQUEST. FAILURE TO COMPLY WILL CAUSE BID TO BE CONSIDERED NON-RESPONSIVE. .7. REQUEST FOR RELEASE FROM BID MAY BE SUBJECT TO AN ADMINISTRATIVE COST CHARGE OR OTHER PROVISION DEEMED APPROPRIATE BY THE AUTHORITY. 8. PLEASE NOTE THAT IF AT ANY TIME YOU WISH TO MEET WITH AUTHORITY PERSONNEL AT CENTRAL OFFICE (250 BROADWAY) , IT IS IMPERATIVE THAT YOU MAKE AN APPOINTMENT IN ADVANCE WITH EACH INDIVIDUAL YOU WISH TO SEE. IN ADDITION, YOU MUST SIGN IN WHEN YOU ARRIVE FOR ANY SUCH APPOINTMENT. 9. THE BIDDER REPRESENTS THAT INCLUDED WITH THEIR BID IS A CURRENT LEGIBLE MATERIAL SAFETY DATA SHEET FOR ITEMS THAT WILL BE SUPPLIED TO THE NEW YORK CITY HOUSING AUTHORITY PURSUANT OR INCIDENTAL TO THIS BID PROPOSAL/PURCHASE ORDER. THE BIDDER REPRESENTS THAT THE TENDERED MATERIAL SAFETY DATA SHEET IS THE MOST CURRENT, RELEVANT PRINTED INFORMATION AVAILABLE. IN LIEU OF PROV►DING A RELEVANT MATERIAL SAFETY SHEET, THE VENDOR MAY TENDER WITH THEIR 810 A CERTIFICATION THAT NO MATERIAL SAFETY DATA SHEET IS REQUIRED BY ANY REGULATORY AGENCY OF ANY GOVERNMENT. **** CONTINUED **** NYCHA 135.0038-005896/92 PAGE: 3 NEW YORK CITY HOUSING AUTHORITY _ PURCHASE DIVISION_ ROOM,1104 250 BROADWAY NEW YORn, N.Y. 10007 PUBLIC BID PROPOSAL BID NUMBER: BD991022 MR GROUP/CLASS: 05/08 BID TITLE : BUS,EMERGENCY COMMAND BUYER: RODRIGUEZ TEL: 212-306-3654 IO. IF REQUESTED BY THE PURCHASE DIVISION, A REPRESENTATIVE PRODUCT SAMPLE FOR EACH BID ITEM MUST BE SUBMITTED BY THE BIDDER, AT NO CHARGE TO THE AUTHORITY, WITHIN TEN (10) WORK DAYS AFTER BEING REQUESTED. SUCH PRODUCT SAMPLE MUST BE REPRESENTATIVE IN ALL RESPECTS TO WHAT THE BIDDER INTENDS TO PROVIDE THE AUTHORITY UNDER ACTUAL DELIVERIES. THE SAMPLE MAY BE SUBJECTED TO VARIOUS KINDS OF COMPARISONS AND ASSESSMENTS RANGING FROM VISUAL INSPECTION AND EVALUATION TO CHEMICAL AND PHYSICAL LABORATORY TESTING AND/OR IN-USE APPLICATIONS. ANY SAMPLE SUBMITTED WILL REMAIN THE PROPERTY OF THE AUTHORITY AND WILL BE USED TO CHECK AND COMPARE PRODUCT COMPLIANCE AGAINST ACTUAL DELIVERIES UNTIL THE ORDER HAS BEEN COMPLETELY SATISFIED. ONLY ONE SAMPLE WILL BE ACCEPTED BY THE AUTHORITY TO DETERMINE IF THE OFFERED ITEM IS IN COMPLIANCE WITH THE SPECIFICATION FOR THAT ITEM. NO CORRECTION OF SAMPLE DEFICIENCIES WILL BE ALLOWED, UNLESS THE AUTHORITY, IN ITS DISCRETION, DETERMINES THAT THE SUBMISSION OF A ' SECOND SAMPLE SHOULD BE PERMITTED UNDER THE CIRCUMSTANCES. a Y ll .THE AUTHORITY SHALL HAVE SOLE DISCRETION TO TERMINATE THE CONTRACT y AT ANY TIME FOR ITS CONVENIENCE UPON NOT FEWER THAN FIVE (5) CAYS = s PRIOR WRITTEN NOTICE TO THE VENDOR OF THE AUTHORITY'S INTENTION TO TERMINATE THE CONTRACT. SUCH TERMINATION MAY BE FOR ANY REASON OR FOR NO REASON. AFTER RECEIPT OF SUCH NOTICE, THE VENDOR SHALL CEASE ALL WORK UNDER THE CONTRACT, UNLESS OTHERWISE DIRECTED IN i THE NOTICE. THE VENDOR AGREES THAT THE AUTHORITY WILL BE RESPONSIBLE TO THE VENDOR FOR ONLY THOSE COSTS PERMITTED PURSUANT TO THE PROVISIONS OF THE CONTRACT, AS SUPPORTED BY ORIGINAL INVOICES AND DOCUMENTATION, THAT THE VENDOR INCURRED PRIOR TO THE TERMINATION OF THE CONTRACT. 12.THE VENDOR SHALL ENSURE THAT EACH DELIVERY MADE TO THE AUTHORITY IS PURSUANT TO AND IN ACCORDANCE WITH THE QUANTITY SPECIFIED, PRODUCT SPECIFICATION AND TO THE CORRECT DELIVERY POINT AS PRINTED. THE VENDOR IS RESPONSIBLE FOR ANY AND ALL DUPLICATE DELIVERIES AND/OR OVER-SHIPMENTS. THE AUTHORITY MAY NOT PAY FOR ANY DUPLICATION OF DELIVERIES AND/OR OVER-SHIPMENTS. 13,BID PRICING NOTES: ONLY ONE (1) BID PRICE FOR EACH LINE ITEM OFFERED WILL BE CONSIDERED IN DERTERMINING THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER. ANY ADDITIONAL OR ALTERNATE BIDS OFFERED WILL NOT BE USED IN THE EVALUATION PROCESS OF SELECTING THE SUCCESSFUL BIDDER. BIDDER'S FAILURE TO COMPLY WITH ANY OF THE ABOVE MAY BE REASON FOR CONSIDERING THE BID OFFERED AS NON-RESPONSIVE. **** CONTINUED **** NYCHA 135.0036-005896/92 PAGE: 4 NEW YORK CITY HOUSING AUTHORITY , PURCHASE DIVISION.ROOM !104 250 BROADWAY NEW YORK, N.Y. 10007 PUBLIC BID PROPOSAL -to NUMBER: 80991022 MR GROUP/CLASS: 05/08 BID TITLE : BUS,EMERGENCY COMMAND BUYER: RODRIGUEZ TEL: 212-306-3654 IN ADDITION TO AND NOT IN LIMITATION OF ANY RIGHTS THE AUTHORITY MAY HAVE AGAINST THE SUCCESSFUL BIDDER THE AUTHORITY MAY ADJUST THE TOTAL AMOUNT OF ANY INVOICE WHERE INSIDE DELIVERY WAS SPECIFIED BUT WAS NOT PERFORMED BY THE VENDOR OR THEIR DELIVERY AGENT. ITEM PART NUMBER UOM QUANTITY UNIT PRICE EXTENSION AS MANUFACTURED BY OHIO BUS SALES PO Box 6210 CANTON OHIO 44706-6210 ATTN JOHN BLACKFORD W 800 518 5088 FAX 330 453 o611 W N Q 001 0508957294 VEHICLE EA 1 =-- f EMERGENCY COMMAND CENTER BUS W/EQUIPMENT SPECIFICATIONS: < PRODUCTION SIGN OFF: _ THERE WILL BE A SIGN BY NYCHA TECHNICAL SERVICES DEPARTMENT PRIOR TO PRODUCTION OF ALL PLANS AND A Z SECOND SIGN OFF PRIOR TO DELIVERY. IT WILL BE THE RESPONSIBILITY OF THE SUCCESSFUL VENDOR TO PROVIDE TANSPORTATION (AIR IF MORE THAN 3 HOURS DRIVING TIME FROM NEW YORK CITY AND HOTEL ACCOMODATIONS FOR UP TO 2 AUTHORITY EMPLOYEES. COMMAND CENTER VEHICLE OHIO BUS COMPANY CONCEPT 2000 OR EQUAL GENERAL SPECIFICATIONS: 40 FEET LONG DIESEL ENGINE AUTOMATIC TRANSMISSION 2 EACH FULL SIZE SPARE TIRES MOUNTED ON RIMS TIRE TOOLS AND JACK BLUE BIRD CHASSIS AIR BRAKES **** CONTINUED **** NYCHA 135.0036-005896/92 ®i��lllll,l,ll„Ilrllq --- PAGE: 5 NEW YORK CITY HOUSING AUTHORITY . PURCHASE DIVISION ROOM-1104 250 BROADWAY NEW YORK, N.Y. 10007 PUBLIC BID PROPOSAL BID NUMBER: BD991022 MR GROUP/CLASS: 05/08 BID TITLE : BUS,EMERGENCY COMMAND BUYER: RODRIGUEZ TEL: 212-306-3654 ITEM PART NUMBER UOM QUANTITY UNIT PRICE EXTENSION 14,600 LB FRONT AXLE 23,000 LB REAR AXLE 160 AMP ALTERNATOR 3 EACH ROOF MOUNTED AIR CONDITIONING UNITS INDIVIDUAL THERMOSTATS FOR EACH SECTION. DOOR TO SEPARATE MID SECTION FROM REAR CONFERENCE AREA. DUTCH DOOR TO SEPARATE MID SECTION FROM DRIVER'S AREA. DRAPES AND OR MINI BLINDS TO COVER ALL WINDOWS. 77 INCH MINIMAL HEADROOM INTERIOR. EXTERIOR HEIGHT OF 11 FEET AND 6 INCHES. 100 GALLON DIESEL FUEL TANK. REAR CONFERENCE AREA: SEATING FOR 8 INDIVIDUALS. 19 INCH TV/VCR COMBO TIED INTO ROOF MOUNTED CCTV. SPACE, ONLY FOR CELL PHONES AND 1 TIER 1 RADIO. READING LAMPS, 4 EACH MOUNTED ADJACENT TO CELL PHONES. S STORAGE UNDER SEATING. WHITE DRY MARKER BOARD. CONFERENCE TABLE. MID SECTION OF VEHICLE. SPACE FOR 5 TIER ONE RADIOS. ' SPACE FOR 2 MOTOROLA SCANNERS. 1 EACH FAX/ COPY COMBINATION MACHINE. SPACE FOR 2-16 UNIT BATTERY CHARGERS. SPACE FOR 2 -12 BATTERY CHARGERS SPACE FOR 4 CELL PHONES. 4 READING LAMPS MOUNTED ADJACENT TO CELL PHONES. 19 INCH TV/VCR COMBINATION TIED TO ROOF CCTV. ROOF MOUNTED VIDEO CAMERA SYSTEM WITH 360 DEGREE ROTATION, ZOOM IN AND OUT AND TILT CAPABLE. UNIT TO BE STATE OF THE ART AND BE PROFESSION QUALITY. ITEMS OFFERED: FILL IN PART # BEING SUPPLIED. ENGINE TRANSMISSION ROOF MOUNTED AC UNITS TV/VCR UNITS WHITE DRY MARKER BOARD CONFERENCE TABLE FAX/COPY MACHINE **** CONTINUED NYCHA 135.0038-005896/92 PAGE: 6 NEW YORK CITY HOUSING AUTHORITY PURCHASE DIVISION ROOM ,1104 250 BROADWAY NEW YORK, N.Y_ 10007 PUBLIC BID PROPOSAL 810 NUMBER: BD991022 MR GROUP/CLASS: 05/08 810 TITLE : BUS,EMERGENCY COMMAND BUYER: RODRIGUEZ TEL: 212-306-3654 ITEM PART NUMBER UOM QUANTITY UNIT PRICE EXTENSION READING LAMPS ROOF MOUNTED VIDEO SYSTEM LIGHT TOWER. SPACE FOR 2 SATELLITE CELL PHONES. SPARE PHONE OUTLETS FOR PC'S AND FAX MACHINE. MULTIPLE DUPLEX OUTLETS THROUGHOUT BUS. AM/FM RADIO WITH CEILING MOUNTED SPEAKER IN EACH SECTION WITH SEPARATE VOLUME CONTROLS IN EACH SECTION. BATHROOM WITH COMMODE AND SMALL SINK. KITCHEN. GALLEY AREA FOR MICROWAVE OVEN, COFFEE MAKER, BOTTLED WATER DISPENSER AND COMPACT REFRIGERATOR. STORAGE CABINETS. W 2 EACH WHITE DRY MARKER BOARDS. u CORK BULLETIN BOARD. W SPACE FOR PERSONAL COMPUTER WITH 19 INCH MONITOR. FRONT SECTION: _ SPACE FOR TIER 1 RADIO. f AIR CUSHIONED DRIVERS SEAT. FULL INSTRUMENTATION. <. BACK UP CAMERA WITH VIDEO MONITOR. u BACK UP ALARM SYSTEM. z FEDERAL SIGNAL SYSTEM 300 100 WATT PUBLIC ADDRESS SYSTEM. SPACE FOR CELL PHONE -DRIVER. EXTERIOR REQUIREMENTS. INSPECTTION CERTIFICATE. FRONT/ REAR WIG WAG LIGHTS_ FRONT REAR TOP MOUNTED STOBE LIGHTS. FRONT REAR ROOF MOUNTED LIGHT BARS. SIDE MOUNTED ( 3 EACH SIDE) RED STROBE LIGHTS. GENERATOR, GASOLINE POWERED 8,000 WATTS. GENERATOR, BACK UP SUITABLE TO OPERATE EQUIPMENT ON BUS. LAND LINE CONNECTIONS --3 EACH 6 DUPLEC OUTLETS-EXTERIOR. RESERVOIR HOLDING TANK FOR WASTE. FRESH WATER STORAGE CONTAINER. WEATHER SENSOR. LANDLINE TELEPHONE CONNECTIONS- 4 EACH. **** CONTINUED **** NYCHA 135.003B-005896/92 PAGE: 7 NEW YORK CITY HOUSING AUTHORITY , PURCHASE DIVISION ROOM.1104 250 BROADWAY NEW YORK. N.Y. 10007 PUBLIC BID PROPOSAL BID NUMBER: BD991022 MR GROUP/CLASS: 05/08 BID TITLE : BUS,EMERGENCY COMMAND BUYER: RODRIGUEZ TEL: 212-306-3654 ITEM PART NUMBER UOM QUANTITY UNIT PRICE EXTENSION ITEMS OFFERRED: LIGHT TOWER AM/FM RADIO COMPACT REFRIGERATOR BACK UP CAMERA b MONITOR WEATHER SENSOR GENERATOR, 8000 WATT _ WARRANTY: 3 YEARS OR 36,000 MILES BUMPER TO BUMPER WARRANTY. LOCATION OF SERVICE AGENCY WITHIN NEW YORK CITY LIST ANY EXCEPTIONS TO ABOVE SPECITIONS ESTIMATED COST OF VEHICLE $250,000.00 TO BE DELIVERED TO CENTRAL SHOPS TEL-718-383-4343 MMD#90015184-.1C ` f AS PER NYCHA SPECIFICATION ; t COMMAND BUS OFFERED AS PER SPECIFICATIONS ATTATCHED. TIER 1 RADIOS, CELL PHONES, MOTOROLA SCANNER, BATTERY CHARGERS WILL BE PROVIDED BY NYCHA. BUS MUST HAVE SPACE PROVIDED TO ACCOMODATE THESE ITEMS. DELIVER 1 EACH OF ITEM # 001 TO REQ # COMM125099POOl TECH SERV-CENTRAL SHOPS 23 ASH STREET B'KLYN, N.Y. 11222 718-383-0538 DATE PRINTED: 04106199 TIME PRINTED: 00:28 COMMAND CENTER VEfIICLt Ohio Bus Company Concept 2000 General Specifications: 40 feet long Diesel engine Automatic transmission Blue bird chassis Air brakes 14,600 pound front axle 23,000 pound rear axle 160 amp alternator Roof mounted air conditioning unit's (3) Individual thermostats for each section Door to separate mid section from rear conference area Dutch door to separate mid section from driver's area Drapes and/or mini blinds to cover all windows 77 inch minimal headroom interior Exterior height I 1 feet 6 inches 100 gallon diesel fuel tank , Internal intercom system throughout vehicle Rear Conference Area. Seating for 8 individuals Tier 1 radio TV/VCR Combo (Tied in to roof mounted CCTV) Cell phones (4) Reading lamp (4) mounted adjacent to cell phones Storage under seating White dry marker board Conference table Mid Section of Vehicle Tier I Radios(5) Motorola Scanners (2) FAX/Copy machine combo Radio Charging Units (2) 16 battery capacity Multi charging units for Tier I & II radios (12-battery capacity) Cell phones (4) Reading lamp (4) mounted adjacent to cell phones TV/VCR Combo (Tied in to roof mounted CCTV) Roof mounted video camera system Light tower Satellite cell phones(2) Spare cell phone outlets for per computers, fax machine Suitable number of duplex electrical outlets throughout A;v TM radio with ceiling mounted speakers in each section with individual volume controls Bathroom with commode and small sink Kitchen/Galley area for microwave oven, coffee maker, bottled water dispenser and compact refrigerator Storage cabinet (s) White dry marker board (2) Cork bulletin board Personal Computer Front Sectiory Tier X radio Air Cushioned drivers seat Full instrumentation Back up camera with video monitor Back up alarm system Federal Signal System 300 100-watt public address system 3 Cell phone (driver) Exterior requirements: i Front/Rear wig-wag lights Front/Rear top mounted strobe lights Front/Rear roof mounted light bars ? Side mounted (3 each side) red strobe lights Electrical generator Land line connections(3) Exterior duplex outlets (6) Reservoir holding tank for waste Fresh water storage container Weather sensor Landline telephone connection(4) Back up generator suitable to operate equipment on vehicle ** TOTAL PAGE.09 ** FROM PHOMJE NO. . b'_a ?4b+°515 Mar. :3 2000 C '41AM P11 NE,w�OF'.i: CI'T'Y HUUS��G t.li:r-30iL-M J""Ones�c.s r:mss£Ramat, c utEFt u r B;D i'i',OPOSjLlPi1RC {AS•E. OP.pEa i 1•L�LL 0F.USED FOR eC;7t rt'xt:rs,tS£O,CC[Jts rTrsFO&Ws 05/09 j at the P1,rchase Div.. . GrDuy:'.1naa - 1 ' 13 ED PFtOPOSALS wiu be rtcxived P.0aI:I u�" vp4. 2b , Broadway. New Yock, N.Y. 10007, . Bu7er �til • Delivery Iunc Bid'Itle Date ___S 513 - Deliver To: CV 23709 Matcman Compa` V- 1220 Industrial Ave. Reg: CCNR)I 125099P Rgnondido, CA 92029 whey duly ezetuted PO '113441 1 j TES I6 YOUR PVRCHASE U ITN=ber and signed by the a ssig=t-lt orn Purthn:-0 ta.nce 6f your firer • Invoices in ih;pLc:"to: 91/101,99 below. Thin order constitutes the accep SI35-^032) azd D s�uxstz 78 pivlBlox L"fhe—al P„re�t to the General T�s� order. ro.a..is".ta•W York.N.7.l000d sass special tars Oct forth LLea a part A PaOdag Slip must aaoorapany aL'shipments. execution o f th,s F�CPRRe Order below conatit,t i3vnir�, cat-Sons.packin8 sups.Bills of Lading and award thereof co;respondence=ut=JTV marksngs °rice.!FOB?slivery Point• UNIT QUATC tT, i'RiCE (r2etti>R:,y f�'EJ-t DfiSCRIaTiO'•! - . --- untoadsdl,urds•j � +••••---- taQ. ' CHANGE ORDER 1 Change the .=i- puce From: $ 246, 690 ea , 2=2 , 346 . 00 To S 252, 345 .00 I See atcacheri msrlos All other terrr.s andconditians remain the Same REASONS FOR CORRECTION' es`11� vpgrades . per 0/2/99 memo from Kevin Hooke: requ g �NOt-fArt`O tl �xa I��oNI COQ',' OF T}{tS siD. FOR N.Y.C. 1jOUSiKG AUTHORt]Y SKY- 13y'. REGEM80. 1 hereby cer`afp the m,ster.als or rwviccs of thi; arArr ❑ have been C have not tMn rs- Title: - as dexri . P'xze: Data: �. }I The underriezrd offers tc furnish the items Bawd at the arm Locutlou �,cicee gvotod and s+,N&ct to the Geaera!'Ibrtta 'i135.t:Gl?°J of B�. this order and any special Ttrms as set forth. ,eased,please i�dicat.e best • If dellvcc7¢annctbe trade iII ire s 1)ntt de'ivery. t�.6 ojGe„r,at�mnr tI35.OQ32) 1 E.D P N0.____�� 1 • U not r eived as doait,od,potf±Pull~Div;,noa or )lcvctlSZt No. � S"an at once- I;quipment: D c � Bn7i,tl_ _ . q:d;t oral rec�vtas•ve fur,a No.133.^LUG p ADOrrIONAL • s.-vtrioi�crorrr At"A . ENAOA [} t?ySPCCTioN. ❑ 1-c � Tub�w t L'R CHAS£OXDEX D1Snt�A/trr0•v ❑a;�g•1rtSLUftifS C3 tECEVhOhaE?ti DIT.F �t n .rr. . FROP! PHONE NO. 619 746+9516 Mar. 13 20`03 09-:37AN F'= *fefei;ie4 0 V E P. S li `I { L 0 P Y tcxnwp NEW YORK CITY HJUbIWi AUTHORITY 250 BROADWAY -NEW YORK, N.Y. 10007 PURCHASE OKUtR (nv) PURCHASE ORDER NO. P01344201. GROUP/CLASS 05108 ENTRY DATE 05/11/99 BUYER RODRIGUEZ TEL 212-306-3654 DUE DATE 210 DAYS ARO Bib NO. s DATE 60991022 05/06/99 TOTAL ORDER AMT $246,690.00 BID TITLE BUS,.EMERG_NCY COMMANU CASH DISCOUNTS 000 DAYS, NET 000 VENDOR: DELIVER TO: CV00023709 NEW YORK CITY HOUSING AUTHORITY MATTMAN COMPANY, THE TECH SERV-CENTRA'- SHOPS 1220 INDUSTRIAL AVENUE 23 ASH STREET ESCONDIDO. CA 92029 B`KLYN, N.Y. 11222 .ATTN: (718) 383--0538 TEL: 800-245-2865 REQUISITION NO. (S) p h FAX NO. 76o-746-9542 COMM125099PO01 MR# .. v fCfe4fteFfe'e4s:xitirieie�4ei:fc:k*i:�:i:�•'kx�:*std?e4eiefc�':�t4:�>'e'ef<ieiefcft�'e�'tietfc iYfc;sitic�c*�tc�f�l:;`.iF`:�:uikl:�tfc*s�icit��.`�kati�:ic THIS IS YOUR PURCHASE ORDER WHEN DULY EXECUIEU BY )HE ASSIGNMENT OF +� A PURCHASE ORDER NUMBER AND SIGNED BE•.041. THIS ORDER CONSTITUTES THE ACCEPTANCE OF YOUR FIRM PROPOSAL, PURSUANT TO THE GENERAL TERMS AND ANY SPECIAL TERMS SET FORTH AS A PART OF THIS ORDER. THE EXECUTION OF t. THIS PURCHASE. ORDER BELOW CONSTITUTES THE AWARD THEREOF. 9rfCieoY'c�'estfcfefetfeie�Edrok�c ciexfeftSc:c�tlkfifc>`<�Fiest�`��'t*�sYfe>':St*�ti`4ise*stfFi:ieie>•efe�tfCfF:`tFrtfc*itieie.'eie*i:k"r�t�t�`:ie*frftltlk FOR THE NEW YORK CITY HOUSING AUTHORITY PJ MAY 17 1999 DIRECTOR DF MAT.MGMT rIJ� l9f AU7rH0R17FD SIGNATURE TITLE DATE stfesei<ecsFfCfefe *ie*sYfefefclF�4�4* SPECIAL NOTE kh4 �'c�'z>t�'< cx�lie� �cuha�9t�'<fric MATFRIAI. MAY RF RFTURNED IF PRIOR ARRANGEM7NTS ARE NOT MADE WITH THE DELIVERY LOCATION (S) . icsY4efcfeic feft�tcft*>tiefcfc4e*ik*ietf<**f NOTFS *feicieikitit� *ft*fc**it�Cic*ftie�tYtie*irk Ff-�1 skikt4,�r�r�ts'e�r4tArftsEsctk*9r�tlkalrie�rwtk*ik�lt4kdedririririretkirirdr,t�riFie�c*fef:4ieY4irsFkie RECEIVING- 1 HEREBY CER71FY THE MATERIALS OR SERVICES OF THIS ORDER ( ) HAVE ( ) HAVE NOT BEEN RECEIVED AS DESCRIBED. LOCATION PAGE 1 BY DATE #* CONTINUED ** TITLE — ;;,•:,: . COMMENTS ADDITIONAL .RECEIVING .USE FORM, NO. 135-01 IA PURCHASE ORDER_( )VENDOR (;I I NSPECTIPN ( ) DISBURSEMENTS -- DISTRIBUTION ) DEPT.4 AGENT ( ) PURCHASE D1V (')ALPHA";`-=--' '"�~' ''"� °� = , >w(�) PRI LE:REGORU NYCHAA 135:063 rKUI'1 r-MUNt NU. . b1J I4btySlb Gbbb O V E R S H I C O P Y ftAApnrt /r NEW YORK CITY HUUSINU AUTHORITY 250 BROADWAY NEW YORK, N.Y. 10007 PURCHASE OHULK (mv) PttRru6SF ARnFR NO. P01444201. GROUP/CLASS 05108 I i a F7 ON PHONE NO. : 619 746+9516 Mar. 13 20010 09:37AM F3 ***** O V E I R S I G H T C O P Y ****t NEW YORK CITY HOUSING AUTHORITY PURCHASE ORDER NO. P01344201 IN ADDITION TO AND NOT IN LIMITATION Or ANY RIGHTS THE AUTHORITY MAY HAVE AGAINST THE SUCCESSFUL BIDDER THE AUTIIORITY MAY ADJUST THE TOTAL AMOUNT OF ANY INVOICE WHERE INSIDE DELIVERY WAS SPECIFIED BUT WAS NOT PERFORMED BY IHE VENDOR OR THEIR DELIVERY AGENT. SPECIAL NOTE THE AUTHORITY SHALL HAVE SOLE DISCRETION TO TERMINATE THE CONTRACT AT ANY TIME FOR ITS CONVENIENCE UPON N01 FEWER THAN FIVE (5) DAYS PRIOR WRITTEN NOTICE TO THE VENDOR OF THE AUTHORITY'S INTENTION TO TERMINATE THE CONTRACT. SUCH TERMINATION MAY IdE FOR ANY REASON OR FOR NO REASON. AFTER RECEIPT OF SUCH NOTICE, THE VENDOR SHALL CEASE ALL WORK UNDER THE CONTRACT, UNLESS OTHERWI5E OIREL-fED IN THE NOTICE . THE VENDOR AGREES THAT THE AUTHORITY WILL BE RESPONSIBLE TO THE VENDOR FOR ONLY THOSE COSTS PERMITTLU r'UKSUANT TO THE PROVISIONS OF THE CONTRACT, AS SUPPORTED BY ORIGINAL INVOICES AND DOCUMLivFATION, THAT THE VENDOR INCURRED PRIOR TO THL TERMINATION OF THE CONTRACT, ITEM PART/ UNIT QUANTITY UNIT TOTAL QTY NO. DESCRIPTION/ PRICE LINE RECVD TEXT AMOUNT 001 0508957294 EA 1 .000 246,690.00 246,690.00 VEHICLE EMERGENCY COMMAND CENTER BUS W/EQUIPMENT SPECIFICATIONS: PRODUCTION SIGN OFF: THERE WILL BE A SIGN BY NYCHA TECHNICAL SERVICES DEPARTMENT PRIOR Tn PRODUCTION Of ALL PLANS AND A SECOND SIGN OFF PRIOR TO DELIVERY. IT WILL BE THE R£SPnNSIRILITY OF THE SUCCESSFUL VENDOR TO PROVIDE TANSPORTATION (AIR IF MORE THAN 3 HOURS DRIVING TIME =RDIA NFW YORK CITY AND HOTEL ACCOMODATIONS FOR UP TO 2 AUTHORITY EMPLOYEES. COMMAND CENTER VEHICLE FURNISHING BLUE BIRD/MATTMAN GENERAL SPECIFICATIONS: 40 FEET LONG DIESEL ENGINE AUTOMATIC TRANSMISSION[ 2 EACH FULL SIZE SPARE TIRES MOUNTED ON RIMS TIRE TOOLS AND JACK PAr,F 2 ** CONTINUED ** NYCHA 137.003. 1 ABAS (7/93) FROM PHONE NO. : 619 746+9516 Mar. 13 2000 09:38AN P4 ***** O V E RS I G M T C O P Y NEW YORK CITY HOUSING AUTHORITY PURCHASE ORDER NO. P01344201 ITEM PAHI/ UNIT QUANTITY UNIT TOTAL QTY NO. DESCRIPTION/ PRICE LINE RECVC TEXI AMOUNT BLUE BIRD CHASSIS AIR BRAKES 14,000 LB FRONT AXLE 23,000 LB REAR AXLE 160 AMP ALTERNATOR 3 EACH ROOF MOUNTED AIR CONDITIONING UNITS INDIVIDUAL THERMOSTATS FOR EACH SECTION. DOOR TO SEPARATE MID SECTION FROM REAR CONFERENCE AREA. DUTCH DOOR TO SEPARATE MID SECTION FROM DRIVER'S AREA. DRAPES AND OR MINI BLINDS TO COVER ALL WINDOWS. 77 INCH MINIMAL HEADROOM INTERIOR. EXTERIOR HEIGHT OF 11 FEET AND 6 INCHES. 100 GALLON DIESEL FUEL TANK. 'RE-EAR CONFERENCE AREA: SEAT,NG FOR 8 INDIVfDUALS. 19 INCH TV/VCR COMBO TIED INTO ROOF MOUNTED CCTV. SPACE, ONLY FOR CELL PHONES AND7Y4iER i RADIO. READING LAMPS, 4 EACH MOUNTED ADJACENT TO CELL PHONES. STORAGE UNDER SEATING, WHITE DRY MARKER BOARD. CONFERENCE TABLE. �"� l D C O N O F V�A�f SPACE FOR 5 TIER ONE RADIOS. SPACE FOR 2 MOTOROLA SCANNERS. -�-� ] EACH FAX/ COPY COMBINATION MACHINE. SPACE FOR 2-16 UNIT BATTERY CHARGERS. SPACE FOR 2 '-12 BATTERY CHARGERS .a SPACF FOR 4 CELL PHONES. 4 READING LAMPS MOUNTED ADJACENT TO CELL PHONES. X19 INCH TV/VCR COMBINATION TIED TO ROOF CCTV. ROOF MOUNTED VIDEO CAMERA SYSTEM WITH 36o DEGREE ROTATION, 70OM IN ANN OUT AND TILT CAPABLE . UNIT TO BE STATE OF THE ART AND BE PROFESSION QUALITY. ��17'EM FERED: FII I IN PART N BEING SUPPLIED. ENGINE: CUMMINS 5.9 ISB 230 HP TRANSMISSION: AIIISQN Mn-3060 ROOF MOUNTED AC UNITS: COLEMAN 14,800 BTU COOL TV/VCR UNITS: PANASON'C 19" COMBO WHITE DRY MARKER BOARD: BOONE CONFERENCE TABLE: MATTMAN rIIRTOM --FAX/COPY MACHINE: H.P. 500 SERIES. READING LAMPS: FEDERAL SIGNAI IITTIFILITE . ROOF MOUNTED VIDEO SYSTEM: PELCO P/T SYSTEM CAMERA PAGE 3 *>ti CONTINUED ** NYCHA 135.003.1 ABAS (7/93) FROM PHONE NO. : 619 746+9516 Mar. 13 2000 09:38AM P5 ***** O V E R S I G H T C O P Y NEW YORK CITY HCUSING AUTHORITY PURCHASE ORDER NO. P01344201 ITEM PART/ UNIT QUANTITY UNIT TOTAL QTY NO. DESCRIPTION/ PRICE LINE RECVC TEXT AMOUNT LOMPUTAR LENS. LIGHT TOWER: WILL-BURT NITE SCAN NSII-2000. SPA _ NES. SPARE PHONE OUTLETS FOR PC'S AND FAX MACHINE. MULT!PLE DUPLEX OUTLETS THROUGHOUT BUS. AM/FM RADIO WITH LEILING MOUNTED SPEAKER IN cACH SECTION WITH SEPARATE VOLUME CONTROLS IN EACH SECTION. BATHROOM WITH COMMODE AND SMAL SINK. KITCHEN. GALLEY AREA FOR MICROWAVE OVEN, COFFEE MAKER, BOTTLED WATER DISPENSER AND COMPACT REFRIGERATOR. STORAGE CABINETS. 2 EACH WH17E DRY MARKER BOARDS. CORK BULLETIN BOARD. SPACE FOR PERSONAL COMPUTER WITH 19 INCH MONITOR. --"'rRONT SECTION: SPACE FOR TIER 1 RADIO. AIR CUSHIONED DRIVERS SEAT. FULL INSTRUMENTATION. BACK UP CAMERA WITH VIDEO MONITOR. BACK UP ALARM SYSTEM. FEDERAL S1rNAI SYSTEM 300 100 WATT PUBLIC ADDRESS SYSTEM. __,,,SPACE FOR CELL PHONE -DRIVER. EXTERIOR REQUIREMENTS. INSPECTTION CERTIFICATE- FRONT/ REAR WIG WAG LIGHTS. FRONT REAR TOP MOUNTED STORF LIGHTS _ FRONT REAR ROOF MOUNTED LIGHT BARS. SIDE MOUNTED ( 3 EACH SIDE) RED 1,TRnRF IIGHTS. S. GENERATOR, .BACK UP SUITABLE TO OPERATE FQIi1PMFNT ON BUS. LAND I.I NC CONNECT'ONS --3 EACH o DUPLEC OUTLETS-EXTERIOR. RCSCRVDIR HOLDINC TANK FOR WASTE. FRESH WATER STORAGE CONTAINER. WEATHER SCNtOR. ANDLiNE TELEPHONE CONNECTIONS- 4 EACH. ITEMS OrrCRRCD: SIGHT TOWER: WILL-BURT NITE SCAN NSII-2000 AM/rM RADIO: PIONEER 13138 COMPACT REFRIGERATOR:NORCOLD DE351 BACK UP CAMERA L MONITOR:AUDIOBOX AOS-33 WITH 7" MONITOR, INCLUDES AUDIO. PAGE 4 ** CONTINUED ** NYCHA 135.003-1 ARAS (7/93) rRiri -RUNE NO. 619 746+9516 Mar. 13 2000 09:39AM P6 ***** OVE RS I GHT COPY ***** NEW YORK CITY 'MOUSING AUTHORITY PURCHASE ORDER NO. P01344201 ITEM PART/ UNIT QUANTITY UNIT TOTAL QTY NO. DESCRIPTION/ PRICE LINE RECVD TEXT AMOUNT WEATHER SENSOR: CAPRICORN 11 GENERATOR, 8 TRATON 9000 WARRANTY: '2 YEARS 100,000 WARRANTY. LOCATION OF SERVICE AGENCY WITHIN NEW YORK CITY LEONARD BUS SALES, DEPOSIT,NY LIST ANY EXCEPTIONS TO ABOVE SPECITIONS ESTIMA?ED COST OF VEHICLE $250,000.00 TO BE DELIVERED TO CENTRAL SHOPS TEL-71'8-383-4343 MMO#90015184-JC COMMAND BITS OFFFRED: BLUE BIRD/MATTMAN AS PER SPEC I F 1 r.AT I f1NS ATTATCHED. TIER 1 RADIOS, CELL PHONES. MOTOROLA SCANNER, BATTERY CHARGERS WILL RF PRf1Vi m BY NYCHA."SUS MUST HAVE SPACE PROVIDED TO ACCOMODATE THESE iTEMS . TOTAL ORDER AMOUNT $246,690.00 DATE PRINTED: 05/11/99 TIME PRINTED: 23:21 PAGE 5 ** LAST PAGE ** NYCHA 135.003. 1 ABAS(7/93) PHONE IvQ. : 519 746+°516 Mar. 17 2000 09:39►rt F7 -SCFE- Proposed Major Equipment Summary Dare prepared ubju1r57 Proposed by A,-Z Bus Sales Qty of units. Prepared ty: Chdrlir Watta, AccountEX2--ubvP. Prepared for. stock shell P,t San 1999 BLUE BIRO 3904 SCI:E SHELL BUS CUMMtiNS M 5.9L, 230 HP DIESEL ENGINE - ALLISON MD3060 AUTO TRAM SPECIALTY SHELL BUS WITH SEDAN ENTRANCE DOOR Bj_TER N ATOR S 1 Alternator, Leece-Neville, 160 amp,nlgh output AXU.E,S / °,U3r'ENSIQ!•IS - FRONT 1 Axle, front, Spicer- 14,600 Ib 1 Bearing, front, oil,lubricatad with winnow 1 Spring, front, parabolic, heavy dirty 1 Shock absorbers, rear suspension 190-230 1 Stabilizer bar, front suspension AXLES / SUSPENSIONS ` REAR 1 Axle, rear, Spicer-23,000 lb, 5,38 ratio BATTER I E--2 1 Batteries, (7) Fr. 12 volt. 225 amp. 2040 CCA, req's#0156-09 1 Disccrinect switch, battery 1 Cables, ba",ery, large, "00"gauge, incl. with ISB & ISC engines, read w/AC �AKlrS ` ACCESS RTES 1 Air dryer, Bendix, A0-9 1 Drain va!ve, rrrarival air tank 1 Reservoir, additional wet tank capacity 1650 ou in BRAKES - —1--,r vivicE 1 Anitlock brakes,w/air brazes 1 Brakes, drum, Eaton, extf-ncied service,6"front& 8-518" rear(reqs#4353) 1 Broxca, drum, Eaton, axtended APrvinr, 5"front& T' real 1 Bumper, fron: steel, srrnocth 1 Bumper, rear, staeE, S-noo;h C OL►Nc�-SYSTEM 1 Clamps. constant torque 1 Hoyu, biiicone engine cooling, Cummint ENGINE / TRANSMISSIONS 1 Engine, Cummins. 5.9L iSb,'4.1�30HP, BID-3060, 19K axle wt 5-38 ratio, req's 430E-03 EXHAQ 5 1 Tailpipe, relocated to exit rear of bus. LH (req's on FUEr- SYSTEMS 1 Heated 'ueLVatarseparator 1 BTR, 100 gallon fuel tank behind rear axle 1 FROM PHONE NO. : 619 746+9516 Mar. 13 2000 09:40AM FS SCFE- PropoSed M?>1or Equipment Summary E)ate prepared: 0&101197 • Pro pocod by• A-7 Bus Sa'.es Qty of Units: 1 prepared by: Charlie Watts, Account Executive Prepared for: stone Shell ��Dw Sr]/99Q14.t�:7f HORN - 1 hom, backng safety . _STEERING COLUMN 1 steArinq wheel,tilt&teleswping TtR 1 'fire, 9ridgetitone, 11 R 22.6 LRH, R-250! R 50 Tnw_HQOKS 1 Tow hooks, front&rear, rya w/#4002-02 WFi -E 1 Wheels, disc, 8.25 x 22.5 COMPARTMENTS _ 1 Cable, eyRe bolt tottray,battery cco npar�X58 3 1 #0156 1 Lock,key, battery or compartment doors 11) large D L)-Y 1 Sedan door, slam lock, key,tinted laminated glass, 70% FANS 1 Fan, auxiliary, 6". upper center 1 Floor, plywood, 518", SCFE 3802/3904 1 FluQr, plywood, screwed down HEATER S 1 Heater, delete standard 12,003 btu drivers 1 Valve, heater, water regulating iN ULA.TION 1 insulation, drivicen area 1 Foam Insulation between body panels & underfloor, 3904 L1cHTS REF LLE TORS 1 Lights, directional, SAF, armored, amt�er 1 Lights, directional, SAE, armored, amber MUD FLAPS 1 Flaps, mud, rear, wAo3o, '-)I" x 30" 1 Flaps, Front, full length 1 Fenders, rear rubber 1 Fenders, front rubber P" At N 1 Sound deadening spray coat, 1!161 thick SEAT - DRIVERS $eat, drivers, Boctrom Route master Pi�is. Air 1 Seat belt, drivers, (2)ALR for air seat 1 Armrest, Bo3trom drivers seat, aisle } 2 FRGIVI PHONE NO. 619 746+951c Mar. 13 2000 ^9:40AM °9 SCFE- Proposed Major Equipment Summary pate prepa.ed oac'rs� p,opo;,d by. A-2 taus Sales pry of Units. Prepared by: Charlie Watts. Account Executive Prepared for' stock shell rrw au.: Sri A+s.,.x I S ea, Upholstery.. nC Inser�, Bostrom seat TEPW LL I Stepwcii protection, skid plate S WITr.10L.PANEL �,irW it9 Solenoid, 1DO amp for connecting all bwy WINP5 IEt*D S Wipers,YAndshield, intermittent, single switch PuILJIase r'ricc Sales Tax TrvdeAn Allowance License Fee F-stamated DMV fees Total 3 FROM PHONE CIO. : 619 746+9516 Mar. 13 2000 09:41 AN P I C To: Ter+"y FicheabaumeMaterial Manageeh'YCH-l"Admin I.C. cc: From: Kevin Hooker®ESSONYCHAOper .rubjCCt: Date: Thursday, September 2, 1999 16:26 :17 EDT Attach: ' Certify: N Forwarded bys Terry, Tho price for the genarator. r.rac9i`- i.fi $ 1, 659 .99 as per John Mattman. $ 3, 359 .99 for painting ! ! Kevin PROM.: PHONE NO. : 619 _746+9516 Ma-. 13 2000 09:42AM P12 TO: ^_arry Eichenbaum�Matarial Manage @,WC AAdmin Fred Connora®GenServ@NYCHAAdmin,Joanna %nielloQManage_2QNYCHAJpe @Manaac_1@NYCHACPer,Rannerh Martin®GengervONYCHAAdmin : Bcc cc- Kevin 11ookcr0E H SS2)NYCACrPr Subject : New Command Bus Date: Thursday, scptembe:r 2, 1999 15 :12 : 04 EDT Attach: certify: Y Forwarded by. Terry, As per our discussion yesterday, please add the following extra' s to the spec s: 1 - One (1) IS, awning $ 1, 440. 00 2 - Three handset intercom system: $ 810 . 00 3 - One (1) jump seat $ OGG . 00 4 - Pre-wire'S Tier I radio' s @ 130 .00 $ 650 . 00 (we supply wires.etc) 5 - Pre-wire 'l Scanners © 195 .00 $ 390 . 00 (vendor supplier. all) Total � 4, 15G . 00 Please delete: - 8, 000 watt gasoline generator $ u1ik1lown (vendor to oupply amt) *f The vendor had ailotted $ 1500 .00 fur painting and graphicse . The bus comes from the factory painted white. I will secure from Mattman what it will cost us to have bus painted with our coloru. we can use the $$ from elimination of generator and add to painting. I will follow up on this . Kevin PAGE: 1 NEW YORK CITY HOUSING AUTHORITY _ PURCHASE DIVISION ROOM 1104 250 BROADWAY NEW YORK, N.Y. 10007 PUBLIC BID PROPOSAL BID NUMBER: 80991022 MR GROUP/CLASS: 05/08 BID TITLE BUS,EMERGENCY COMMAND BUYER: RODRIGUEZ TEL: 212-306-3654 BID OPEN 10:40 05/06/99 DELIVERY SCHEDULE: 120 DAYS ARO DELIVER TO: TECH SERV-CENTRAL SHOPS 23 ASH STREET B'KLYN, N.Y. 11222 SEALED BID PROPOSALS WILL BE RECEIVED BY NYCHA, 1 . IF BID IS MAILED OR DELIVERED PERSONALLY, DELIVER T0: FINANCE S AUDIT DEPT. 250 BROADWAY (6TH FLOOR CASHIER WINDOW - ROOM 615) NEW YORK, NY 10007 W 2. IF BID IS DELIVERED PERSONALLY - LESS THAN HALF HOUR BEFORE TIME SET `- FOR OPENING, THEN DELIVER TO: a PURCHASE DIVISION - 0 250 BROADWAY f (ROOM 1104 - 11TH FLOOR) U NEW YORK, NY 10007 C BE SURE THAT THE RECEPTIONIST TIME STAMPS IT IMMEDIATELY. THESE i INSTRUCTIONS APPEAR ON THE REVERSE SIDE OF THE GREY SEALED BID ENVELOPE . HOWEVER, TO PREVENT ANY MISUNDERSTANDING ON PERSONAL DELIVERY OF BIDS, THEY ARE REPEATED ABOVE. SPECIAL NOTE CONCERNING BIDS DELIVERED BY ALL EXPRESS MAIL SERVICES. THE OUTSIDE ENVELOPE MUST STATE THE FOLLOWING: BID ENCLOSED, BID DATE AND TIME OF OPENING. IF THIS INFORMATION IS MISSING THE ENVELOPE MAY NOT BE ACCEPTED. ALL PRICES SHALL BE ENTERED AND BID SIGNED IN INK. BIDDER TO SIGN AND RETURN ONE COPY OF THIS BID. COMPANY: CV 1M: AUTHORIZED SIGNATURE: FEDERAL ID !f: TITLE: CASH DISCOUNT: ADDRESS: DATE: PHONE: FAX: SPECIAL NOTE 1 . IF THE DELIVERY TIME SET FORTH IN YOUR BID ARE LATER THAN THE DELIVERY TIMES INDICATED IN THE DELIVERY SCHEDULE SET FORTH ABOVE, NYCHA, IN ITS DISCRETION, MAY DEEM YOUR BID NON-RESPONSIVE. **** CONTINUED **** NYCHA 135.0038-005896/92 oo iWatifflan -x;'/7 T 2 COMUMV 1220 Industrial Ave. Escondido,(A 92029 1.800.245.1865 TEL 760.746.9516 THE MATTMAN COMPANY FAX 760.746.9542 SPECIFICATIONS: SAN BERNARDINO MOBILE COMMUNITY SERVICE CENTER 41400 All equipment detailed within these specifications shall be supplied and fully installed by The Mattman Company unless otherwise specified. A. CHASSIS: Chassis type: Latest model Blue Bird SCFE (Shell) 3904 Model GVWR: 33,000 lbs. LL Engine: Cummins 5.9L ISB. Horsepower: Net 230 @ 2400 RPM. Torque: 605 lb-ft. @ 1300 RPM. Cooling System. Constant torque clamps and silicone engine cooling hoses. �s Exhaust- Exit rear of bus Wheelbase: 237" s Suspension: Front - Parabolic rated @ 7,000lbs. each @ ground. Rear - Steel leaf rated @ 11,500lbs. each @ ground. Axles: Front - Spicer Dana 14,600 lb. with stabilizer bar Rear - Spicer Dana 23,000 lb., 5.38 ratio. Battery: 2 - 8D, 12 volt, 225 amp, 2040 CCA. To include disconnect switch. Cable to be 00 gauge. Alternator: Leece-Neville 160 amp. www.gomattman.com Transmission: Allison MD-3060 automatic four speed with overdrive. Fuel system: 100 gallon capacity tank mounted between frame rails, rear of axle, with heated fuel/water separator. Mirrors: Metagel 8" x 15" dual break-away with heaters. Steering Column: Tilt and telescoping Tires: Bridgestone 11 R 22.5 LRH, R-250/R250. Wheels: Disc, hub piloted, 8.25 x 22.5 Brakes: Anti-lock, air extd. sys. 6" front, 8-5/8" rear. Tow Hooks: Tow hooks front and rear. Battery Compartment: Locking compartment with roll out tray. Doors: Two sedan doors located per drawing. Fan: Driver compartment located upper center. 6" fan. Gauges: Electronic speedometer, seven-digit odometer, high-beam indicator, voltmeter, fuel level, oil pressure and water temperature gauges, directional signal lights, low oil pressure and light temperature warning buzzer, and low coolant warning light. Lights/reflectors: Lights, directional, SAE, armored, amber. Mud Flaps: Rear flaps 24" x 30" rubber. Front full length rubber. Factory Paint: Sound deadening spray coat 1/16" thick. Driver Seat: Bostrom Routemaster Plus air-ride seat with armrest and seat belt.. Seat to have fabric insert. Switch Panel: 100 amp solenoid for connecting all body circuits. Windshield Wipers: Single switch intermittent. The Mattman Company 39'CS Command Post Specifications 04/18/00 2 Heater: 90,000 BTU front heater with defroster for windshield and driver's window. Air conditioner: TransAir engine driven unit mounted over driver's head. B. BUS BODY. 1. Blue Bird CS . 2. Dimensions: Overall Length - 472" Overall Width - 96" Interior Headroom - 77-5/8" Aisle length: 415" 3. Body shall utilize one piece 14 gauge galvanized steel square body bows, sides and roof, for maximum safety. 4. Floor panels shall be galvanized steel U-channel. z ' 5. Sub-floor shall be 5/8" exterior grade ply. 6. Skin shall be 16 a g uge steel with coach style extended skirts. Shall contain smooth aluminum rubrail at mid section, and rubber rubrail at floorline. 7. Body shall have fiberglass front and rear caps. 8. Body shall have curved two-piece tinted windshield. 9. Driver's window shall be black transit style sliding. 10. Body shall contain a switch panel mounted left of the driver with push-pull switches for electrical equipment, and fiber optic illumination controlled by headlight switch rheostat. 11. Driver's area shall contain black opaque 6-1/2" x 30" smooth edged sun visor. 12. Manual, outward opening door shall be provided in the front curb side of the vehicle. 13. Shall contain three-step stepwell, 23" depth, covered in black rubber. The Mattman Company 39'CS Command Post Specifications 04/18/00 3 14. Rear entry door shall be a 30" steel framed manual, outward opening door. 15. Shall contain two-step stepwell, 23" depth, finished to match interior. 16. Recessed stop, tail, and turn signals. 17. All step wells shall be equipped with automatic stepwell lights. 18. Body to be fully under-coated. 19. Original body color to be white. C. Driver Cab Area Requirements 1. Cab sub-ceiling shall be 1/2" cabinet grade Juan plywood. Sub-ceiling shall be applied with flush head mechanical fasteners located on maximum 16" centers. 2. Cover sub-ceiling with Execuwall ribbed acoustical flame retardant and mildew resistant loop pile fabric. Fabric shall be applied with a minimum 90% coverage of Wilsonart 800 Lokweld spray grade contact adhesive applied to both surfaces. Color of fabric TBD. D. Floors, Ceiling, and Walls 1. Insulate walls and ceiling with R-Max foil backed solid foam board. Insulation shall be a minimum thickness of 1-1/2" for a R value of 12. 2. Cover interior body sideposts for subwall with '/2" cabinet grade luan ply. Subwall shall be applied with flush head mechanical fasteners located on maximum 16" centers. 3. Cover subwall with Wilsonart high impact laminate. Laminate shall be applied with a minimum 90% coverage of Wilsonart 800 Lokweld spray grade contact adhesive applied to both surfaces. Laminate color TBD. 4. Cover interior roof supports for sub-ceiling with '/2" cabinet grade luan plywood. Sub-ceiling shall be applied with flush-head mechanical fasteners placed on The Mattman Company 39'CS Command Post Specifications 04/18/00 4 maximum 12" centers. 5. Cover sub-ceiling with Execuwall ribbed, acoustical, flame retardant, and mildew resistant loop pile fabric. Fabric shall be applied with a minimum 90% coverage of Wilsonart 800 Lokweld spray grade contact adhesive applied to both surfaces. Fabric color TBD. 6. Sub-floor to be covered with Lonseal Loncoin 11 or equivalent commercial grade vinyl sheet flooring. Flooring shall carry a minimum 5 year limited warranty against wear. Flooring shall be continuous with no seams in walk area from front to rear, and all exposed edges shall be capped with aluminum stock. 7. Two (2) separating bulkheads shall be fabricated and installed in locations depicted in drawings. Bulkheads shall contain a pocket door utilizing two (2) roller trucks with four (4) rollers each. Door shall be held in the open position with a flush mounted slide pin entering the floor, and held closed with a mechanical cam latch. Finishing door headers shall be easily removable for service of rollers. Bulkheads and doors shall be finished with Wilsonart high impact laminate, color TBD. 8. Rear entry doors shall be finished in the same materials as the interior walls. Panels shall be trimmed with aluminum stock. E. Electrical System 120V 1. One (1) Kohler 15CCO 15KW diesel generator shall be installed and feed from vehicle fuel tank. Generator shall not draw the fuel tank below 1/8 full. Genera- tor mounting frame shall be powder coated '/4" steel channel uni-frame construction, with .080" aluminum shrouding cut per manufacturer's recommendation for cooling. Finished compartment shall be insulated and sound proofed with Accusticomp 1 '/2" thick, lead lined, flame retardant material. Generator muffler shall be routed through vehicle roof to remove noise and exhaust fumes from ground level areas Doors shall be insulated, 1 '/2" aluminum box pan construction, with polished stainless steel D-ring handles and dual double rotary latches, and utilize a 1 '/2" polished stainless steel hinge with '/4" pin. Doors shall have polished stainless steel drip rail mounted above.. 2. One (1) 120v AC control panel with UL listed magnetic/hydraulic switch rated branch circuit breakers, generator start/stop switch, and generator hour meters. The Mattman Company 35'CS Command Post Specifications 04/1 8/00 5 3. One 1 automatic transfer switch shall be provided for generator/shore power ( ) P 9 P transfer system. 4. One (1) 50 amp 120/240VAC, 30 foot shore power cord with 50 amp to 30 amp, and 30 amp to 15 amp adapters. Cord to be hard-wired into vehicle through integral 50 amp two pole circuit breaker, and stored in under-body compartment. 5. Leviton specification grade duplex wall receptacles with brushed stainless steel covers shall be located throughout the conversion. Receptacles located near a source of water shall be GFCI rated. Sixteen (16) outlets total. 6. Six (6) 120v. duplex outlets mounted on exterior. Outlets to have exterior-grade covers and GFCI protection 7. Three (3) Coleman HP2 Heat Pump roof mounted air conditioners with 15,000 BTU cooling capacity, and 13,000 BTU heating capacity. Units shall be direct ducted with controls mounted on lower ceiling shroud. 8. All 120v AC main wiring shall be minimum 8 gauge THHN. 9. Branch circuit wiring shall be stranded 10 and 12 gauge THHN. Wiring shall be routed using appropriate conduit per application. F. Electrical System 12V DC 1. Two (2) total Interstate SG-8D sealed gel cell deep cycle auxiliary batteries mounted in an under-body compartment. These batteries are in addition to the two bus batte es. 2. Two (2) Magnetek TU775 power converters. Converters shall produce a filtered, regulated 12VDC output with a variable input. Units must keep battery voltage within one volt of optimum charge at maximum 12VDC draw, work in unity with each other without the use of external isolators, and never "over charge" the batteries. Use of un-regulated power converters with the ability to over charge batteries is not acceptable. 3. One (1) Sure Power 2402 isolator to be provided for alternator charging of all batteries. The Mattman Company 35'CS Command Post Specifications 04/18/00 6 4. One (1) 12 VDC control panel with UL listed magnetic/hydraulic switch rated circuit breakers. 5. One (1) Cole Hersee battery master disconnect switch . 6. Twenty (20) Thinlite 716XL 18" fluorescent light fixtures located in ceiling to provide work lighting. 7. Five (5) Thinlite 712XL 12" fluorescent lights located under cabinets. 8. Three (3) Interior 12v DC outlets. 9. One (1) Ecco 110db. or equivalent electronic back-up alarm. 10. One (1) 5" powered roof vent in lavatory. 11 . Ten (10) Whelen 73C1OXU strobe light head assemblies mounted at eye level on all sides (2 front, 2 rear, 3 street, 3 curb). 12. Three (3) Whelen UPS-690 power supplies. 13. Eight (8) Whelen 97 series exterior scene lights. Lights to be located 2 rear, 3 street, 3 curb. Lights to be switched by location. 14. Whelen 97 series lights to be installed replacing the current STOP, TURN, and TAIL lights on rear of vehicle. G. Wiring Requirements 1. Wire terminals shall conform to MIL-T-7928 and MS25036. Terminals shall be crimped with the tool recommended by the manufacturer and per the MIL-SPEC. Spade and hook terminals are unacceptable. 2. All wiring shall be supported with insulated clamps complying with MS21919. 3. Wire bundles shall be tied with trimmed nylon ties. 4. All added electrical circuits shall be protected by resetable circuit breakers rated for 125% of load. The Mattman Company 35'CS Command Post Specifications 04/18/00 7 5. Full wiring schematics shall be provided, including 120VAC and 12VDC main distribution, generator/shore power transfer, audio/video logic, and low voltage control circuits. All wiring shall be color coded, numbered at both ends, and charted on a master wire list. 6. All added wiring to be protected from chafing and abrasion. 7. Electrical installation: The complete 12v wiring system and electrical appliances shall be to modern automotive standards through out the installation. Extreme care shall be exercised to provide for easy serviceability of the system in future years. 8. No exceptions will be accepted in this section. H. Interior Features 1. Four (4) custom inlaid tinted windows with mini blinds per drawing. Window frame to incorporate a mini blind track to prevent excess travel during transit. Black out panels to be included. 2. One (1) 700 watt microwave oven. 3. One (1) Norcold DE351 refrigerator - dual voltage 12VDC -120VAC. 4. One (1) Black & Decker under-cabinet coffee maker. 5. Two Panasonic or equal 19" TV/VCR units. One to be mounted over windshield and one on an overhead cabinet in the rear room. 6. Four (4) computer data ports feeding into one (1) print sharing device. 7. One (1) Hewlett Packard 500 series fax/printer/copier. 8. Six (6) RJ11 land line inputs located on exterior in an exterior grade cover. Lines to be run to interior with five lines for voice and one for fax. 9. Install five (5) Hon workstation chairs with I-bolts and bungee harnesses. The Mattman Company 35'CS Command Post specifications 04118/00 — -8 10. Bench seats shall be color coordinated flame resistant Cordura with 3" dense foam padding. Seating shall conform to all applicable FMVSS standards. Cushions shall be a seamless construction to further prevent possibility of wear and tear. 11. Lavatory and galley sinks shall be stainless steel with laboratory style sink hardware. Water system to utilize Shurflo 2.8 GPM pump. 12. One (1) toilet, Sealand 510. 13. One (1) 30 gallon fresh water supply tank. 14. One (1) 35 gallon black water tank. 15. Lavatory shall have toilet paper holder, mirror, exhaust fan and light. 16. Sewage hose and dump valve shall be provided for holding tank. 17. All plumbing pressure pipes shall be CPVC. 18. All tanks and plumbing shall be heated and insulated. 19. One (1) Systems Monitor II tank level meter system with solid state circuitry. 1. Cabinets 1. Fabricate and install interior storage compartments, counters, shelves, tables, and work stations per drawings. 2. All cabinets shall be constructed of 3/4" and '/2" cabinet grade luan ply with post formed edges. Cabinets bodies shall be of uni frame construction to provide light weight durability, and flexibility during body roll. 3. Blum 110 degree European style hinges shall be used on all interior cabinet doors and lids. 4. Southco flush mount positive latching handles shall be used on all interior cabinet doors and lids. All doors and lids shall be flush to cabinet faces. The Mattman Company 35'CS Command Post Specifications 04/18/00 9 r 5. SPD Gas pressurized springs shall be used on all upward opening doors. 6. All cabinets and countertops to be covered in Wilsonart high impact laminate, color to be determined. 7. All drawers shall have Accuride ball bearing drawer guides and flush-mount positive latching handles. 8. All countertops shall have post formed, seamless, front edges to prevent chipping of laminate, and eliminate sharp edges. J. Communications 1. Five (5) 1-1/8" NMO antenna bases on roof with cabling run to radio/cellular phone location(s). 2. Install flexible aluminum conduit for radio and cellular antennas to provide RFI shielding. Antenna bases to be top mounted NMO style with conduit terminating within 1" of base to allow easy cable changes. 3. One (1) Pioneer AM/FM/CD player located in front room with six (6) speakers located throughout interior. 4. Pre-wire for five (5) police two-way radios and five (5) cellular telephones. K. Painting Specifications 1. Finishing of exterior shall be to commercial truck/bus standards. 2. Skin shall be prepped with no more than 200 grit paper and chemically cleaned to remove all traces of sealants prior to painting. 3. Original color to be white. The Mattman Company 35'CS Command Post Specifications 04/18/00 10 L. Other Equip 1. Two (2) ABC fire extinguishers. 2. Two (2) battery operated carbon monoxide detectors. M. Warranties 1. Completed vehicle shall carry a five (5) year limited warranty on full conversion. 2. The quoted cost includes an extended five (5) year, 300,000 mile extended engine warranty and extended five (5) year unlimited mileage transmission warranty. N. Training 1. Unit shall be tested at manufacturer's facility in a simulated use environment for two full days. At the end of testing, all systems operation will be reviewed and adjustments made as needed. 2. Upon arrival at customers facility, the following training schedule shall be performed by one factory authorized representative. a) One day training for instructors b) One day for drivers, operators, maintenance personnel, and other personnel with instructors present to provide further training. c) One day training for drivers and instructors. 3. Training subjects to include- a) Generator/Shore power systems use and maintenance. b) 12VDC and control systems use and maintenance. C) Communications systems use. d) Audio/Video systems use and maintenance. e) Water systems use and maintenance. f) Complete start-up and shut down procedures with simulation exercises. The Mattman Company 35'CS Command Post Specifications 04/18/00 a r COST PER UNIT: $224,633.80* Total with applicable tax: $242,042.91 * Less all applicable tax. PAYMENT TERMS: 50% deposit due upon receipt of deposit invoice, balance due upon completion of punch list. DELIVERY SCHEDULE: Vehicle will be delivered to the City, at The Mattman Company facility for "punch list" review by September 30, 2000. Note: may Changes or backorders g y im pact the delivery schedule. All changes will require a signed change order document prior to institution. All delivery schedules quoted are ARO, acceptance of design, and receipt of deposit when applicable. QUOTATION PREPARED BY: 77 John Mattman Da e The Mattman Company 35'CS Command Post Specifications 04/18/00 - 12 1220 Industrial Ave. Escondido,U 92029 1.800.245.2665 TEL 160.146.9516 FAX 160.146.9542 60 MONTH/UNLIMITED MILEAGE LIMITED WARRANTY for VEHICLE CONVERSION i MODIFICATION Thank you for purchasing a Mattman Company product. b. Added component assemblies or equipment The Mattman Company warrants each vehicle conversion to manufactured by others. These items are be free from defects in material and workmanship under warranted by their manufacturers with copies of normal intended use and service for a period of five(5) these warranties included in the information years with unlimited mileage from the date of delivery to the package included with each vehicle. original user. C. Costs of maintenance d. Overtime labor. Warranty is limited to components manufactured by,or installations and modifications performed by The Mattman e. Failures due to normal wear, accident, misuse, y ,r abuse, negligence, or improper customer Company during main production period of the vehicle, or consequent modifications installations performed at separate installations. times. The Mattman Company DOES warrant: f. Items which are modified or altered in any manner a. Sub-surfaces (those panels secured to existing by the Customer without expressed or written vehicle members forming vehicle body), consent by a authorized representative of The — " Mattman Company. separating bulkheads, walls,doors, and coverings to be free from defects in structural integrity (i.e. g. Incidental, consequential or indirect damages separation or cracking). caused by defects in materials or workmanship,or s any delay in repair or replacement of defective b. Cabinetry, closets, drawers, countertops and V' manufactured furniture, to be free of defects in parts. craftsmanship and materials applied or installed at time of manufacture. The Mattman Company's obligation covered in this C. Fabricated metal products (compartments, doors, limited warranty is limited to the repair or replacement of supporting bracketry,and accessories)to be free of such parts as shall, under normal use and service,appear to flaws or defects in structural integrity (i.e. have been defective in workmanship or material, Without breakage or cracking) including corrosion restricting the generality of the limitation, loss of use, protection. commercial loss, and maintenance are specifically not d. Added electrical systems, including control covered. systems,to be free of flaws or defects in materials or installation within the designed application. The Mattman Company cannot and does not accept any responsibilities in connection with any of its conversions e. Exterior surfaces of vehicle to be free of water when they have been altered outside of the factory or leaks attributed to installed accessories. without expressed or written consent by authorized Mattman The Mattman Company DOES NOT warrant the following Company personnel. items unless failure or defect is directly attributed to This limited warranty is expressly in lieu of all other improper installation or modification at time of manufacture warranties expressed or implied and all other obligations as determined solely by The Mattman Company: or liabilities. Not person,including salespersons,dealers, a. Vehicle body or chassis manufacturers installed distributors, or factory representatives of The 3lattman components(i.e. instruments,lighting,assemblies) Company, is authorized to make any representation or or product(i.e.body,chassis,frame,engine,drive- warranty concerning Mattman Company conversions or line, etc.). These items are warranted by their products except to refer purchasers to this limited manufacturers with copies of these warranties warranty. The Mattman Company makes no warranty included in the information package included with of merchantability or fitness for a particular purpose. each vehicle. www.gomafman.com • The Mattman Company shall not be liable for incidental or consequential damages. The Mattman Company reserves the right to make changes in design and changes or improvements upon its products without imposing any obligations upon itself to install the same upon products theretofore manufactured. All claims for warranty adjustments must be received by The Mattman Company promptly after discovery or the defect and within the warranty period as stated herein, and must be channeled through an authorized Mattman Company representative. Any suit for breach of this limited warranty must be filed within one(1)year of breach. All rights under this limited warranty shall be governed by the law of the State of California,USA.