Loading...
HomeMy WebLinkAboutBRAUN NORTHWEST INC; 2012-02-22; PEM 571PEM 571 AGREEMENT FOR CRIME SCENE UNIT OUTFITTING SERVICES (BRAUN NORTHWEST INC.) THIS AGREEMENT is made and entered into as of the day of fe^^dCXJirQ , 20 /a. by and between the CITY OF CARLSBAD, a municipal corporation, ("City"jrand Braun Northwest, Inc., a corporation, ("Contractor"). RECITALS A. City requires the professional services of an emergency vehicle outfitter that is experienced in outfitting police specialty vehicles. B. Contractor has the necessary experience in providing professional services and advice related to outfitting Carisbad Police's Crime Scene Unit. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. City Attorney Approved Version 5/12/11 PEM 571 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will not exceed fifty seven thousand, five hundred dollars ($57,500), Including a base proposal fee of fifty three thousand, one hundred eighty five dollars ($53,185) as proposed by Contractor for the work and/or services specified in item 1 of Exhibit "A", attached hereto and made part hereof, and, a non-to-exceed contingency allowance of four thousand, three hundred fifteen dollars ($4,315) for the work specified in item 2 of Exhibit "A". No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Payments for the work shall be made upon delivery and acceptance of completed items of wori< as described on an invoice submitted by the Contractor to the City and as verified by the City Contract Manager. No work shall be performed against the contingency allowance, identified above, unless and until a written change order has been approved by the City contract manager and written authorization to proceed on such contingency work has been issued in writing by the City contract manager. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election. City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's woric unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. City Attorney Approved Version 5/12/11 PEM 571 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is Included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:Vir'. OR with a surplus line insurer on the State of Califomia's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate. Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1.000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. I I If box is checked. Professional Liability City's Initials Contractor's Initials Insurance requirement is waived. City Attorney Approved Version 5/12/11 PEM 571 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occun-ence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carisbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be cleariy identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is tenninated, all woric product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. City Attorney Approved Version 5/12/11 PEM 571 For Citv For Contractor Braun Northwest, Inc Name John McKelvey Name John E. Braun Title Management Analyst Title President Department Property and Env. Mgmt. Address 150 North Star Drive CityofCarlsbad Chehalis, m 98532 >iAc^ 1 A nu M 800-245-6303 Address 405 Oak Avenue Phone No. Carisbad CA 92008 Phone No. (760)434-2992 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware ofthe requirements ofthe Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not othen^/ise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be fon/varded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be fon/varded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attorney Approved Version 5/12/11 PEM 571 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may tenninate this Agreement upon written notice to Contractor. Upon notification of termination. Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work perfonned to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or othenA/ise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seg.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. City Attorney Approved Version 5/12/11 PEM 571 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. City Attorney Approved Version 5/12/11 PEM 571 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and wanrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of Califomia (sign here) John E. Braun, President Division DirectoA\v»i,' as authorized by the City Manager ^ , ATTEST: V^^^Sp^/ (sign hefe) LORRAINE M. WOOD Linda K. Braun, VP/SecretarY/Treasur(ei^ Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, City Attorney 00^ City Attorney Approved Version 5/12/11 PEM 571 EXHIBIT "A" SCOPE OF SERVICES 1. All work as outlined in the response to RFP 12-04 and addendum No. 1 to RFP 12-04, incorporated herein as Exhibit "B", for a base fee of fifty three thousand, one hundred eighty-five dollars ($53,185) for the work described. 2. Other related work as requested by the City from time-to-time, although not guaranteed, for an amount not to exceed four thousand, three hundred fifteen dollars ($4,315), based on an hourly shop rate of eighty five dollars ($85) and a parts mark-up not to exceed fifteen percent (15%). No additional work shall be commenced without written approval of the City's Contract Manager. 3. Vendor shall be responsible for the safe transport and return of the City's Vehicle to and from the Contractor's plant to 2480 Impala Drive, Carisbad California. If driven, all operators shall be duly licensed drivers and shall obey all traffic and other laws and regulations in the course of operating the City's vehicle. All costs to transport the City's vehicle shall be included in the base fee indicated in item 1 above. No additional fees shall be incurred by the City for the transport of the vehicle to and from Contractor's plant. 4. A pre-build meeting shall be scheduled upon execution of the contract by both parties. Contractor will not commence work until City approves plan of woric developed at pre- build meeting. 5. All work shall be completed within ninety (90) days of receipt of the City's vehicle at the Contractor's facility. City Attorney Approved Version 5/12/11 ACKNOWLEDGEMENT State of Washington County Of Lewis The foregoing instrument was acknowledged before me this >;/ / . 2012 by John E. Braun, President of Braun Northwest, Inc., a Washington corporation, on behalf ofthe corporation. He/she is persorially known to me. LML TamiMcCallum. ^ ^ / • Tami McCallum Manager, Outside Sales SEAL State of Washington County Of Lewis The foregoing instrument was acknowledged before me this , 2012 bu Linda K. Braun, Vice President, Secretaru, Treasurer of Braun Northwest, Inc., a Washington corporation, on behalf of the corporation. He/she is personally known to me. Tarrd McCallurn^ ^ ^/ i Tami McCa McCallum Manager, Outside Sales SEAL ^1 PROPOSAL COVER SHEET CONTRACTOR'S PROPOSAL TO PROVIDE SERVICES Proposal No. 12-04 Schedule "A" In compliance with the REQUEST FOR PROPOSAL, Proposal No. 12-04, the undersigned hereby agrees to furnish all labor, materials, and equipment to periderm the services In the proposed CONTRACT, which is enclosed herewith; and to do so in strict accordance with the provisions ofthe proposed CONTRACT. ENCLOSURES: A. A REQUEST FOR PROPOSAL, dated and signed by the CONTRACTOR; B. The proposed CONTRACT with attached exhibits prepared on the CITY'S fonn, dated and signed by the CONTRACTOR; and C. Addenda: ^ The undersigned CONTRACTOR declares that the only persons or parties Interested in this PROPOSAL as principals are those named herein; that the PROPOSAL is made without collusion with any other person, firm, or corporation; that CONTRACTOR has carefully examined the locations therein referred to; and CONTRACTOR proposes, and agrees if this PROPOSAL Is accepted, that CONTRACTOR will execute a Contract with the City of Carlsbad in the form annexed hereto to provide all necessary labor, machinery, tools, and to do all work and provide materials required as specified in the Contract documents according to the requirements of the City of Carlsbad as set forth; and that the CONTRACTOR will take as payment at the unit prices described in the Contract documents, as payment In full for the performed scope of work. The undersigned CONTRACTOR certifies that CONTRACTOR is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC §§ 1101-1525) and has complied and will comply with these requirements, including but not limited to verifying the eligibility for employment of all agents, employees, subcontractors and CONTRACTOR'S that are included in this CONTRACT. SIGNATURE OF CONTRACTOR This document Is signed by an individual clearly authorized to bind the CONTRACTOR. CONTRACTOR: Braun Northwest, Inc. 150 North Star Drive ADDRESS' Chehalis, WA 98532 PHONE: 800-245-6303 SIGN John E. Braun President TITLE City of Carisbad RFP 12-04 CRIME SCENE UNIT OUTFITTING SERVICES PROPOSAL SCHEDULE"B" The undersigned declares he/she has carefully examined the Request for Proposal, examined all specifications, and hereby proposes to fumish all labor, materials, equipment, transportation, and services required to do all the work In this Crime Scene Investigation Unit Outfitting Services Agreement in accordance with the specifications of the City of Carisbad, and the General Provisions and that he/she will take in full payment therefore the following BMNHnlMini^^^lSHl^ 1. Outfit Van $ 53,185.00 Total Cost Lump Sum 2. Hourly Rate for Extra work as ordered by City {Estimated up to 20 hours of extra work could be requested, but no extra work is guaranteed) $ 85.00 Hourly Rate 1,700.00 $ Lump Sum for 20 hours 3. Mark-up on Parts as ordered by City in addition to those described Contractor's proposal Not to exceed 15% Schedule "A" Total Amount of Proposal Including items 1 - 2 in words: dredgeighty-fivi^dollars!^^ Schedule "A" Total amount of Proposal including Items 1- 2 in numbers: $ 54,885.00 Price(s) given above are finn for 90 calendar days after date of Proposal opening. 1 has/have been received and is/are included in this Addendum(a) No(s) Proposal. Signature: _ John E. Braun Title of Person Sigr/ng: President Date: City of Carlsbad RFP 12-04 Braun Northwest, Inc. DETAILED SPECIFICATIONS FOR CITY OF CARLSBAD CRIME SCENE UNIT CARLSBAD, CALIFORNIA CHASSIS 1.01 OEM CHASSIS - "Customer Supplied" 2011 Freightliner 3500 Sprinter Van - 170" Wheelbase - Dual Rear Wheels - White 1.02 CHASSIS MODIFICATIONS The following modifications wiU be made to the chassis by Braun Northwest. 1.02.50 CHASSIS MODIFICATIONS Two (2) roof supports constructed of formed 14 ga. steel shall be added between rear door and next forward OEM roof support. BraunNW{eh) 1 of 10 CityofCarlsbad 12/22/11 Bid Proposal 2 MODULAR CONSTRUCTION 2.01 MATERIAL FORMED SHERTTNG SIZE ALLOY Interior Cabinets .090" Aluminum Diamond Plate 0.125"/0.08" 3003-H32 Stainless Steel 16ga.,20ga. 304 #4B 2.02 MODULE DIMENSIONS Overall Vehicle Dimensions: (Specifications are hsted as minimums.) Length: 24' 0" (289") Interior Dimensions: (Specifications are listed as minimums.) Length: Forward Wall to Rear Doors 184.5" Height: Floor to Ceiling 76" Load Heiglit: Ground to Floor Height 31.9" 2.10X MODULE INTERIOR CABINETS Shall be formed of 0.090 aluminum and shall be securely welded or mounted to the structural framing. All interior adjustable shelves shall be moimted on 1" wide Unistmt track. Final configuration shall be determined at pre-build meeting. CABINET #1 Dimensions -11 T'W x 12"H x 14"D Location - Streetside, upper Shelving-None Door(s) ~ None Additional Instructions - Core Trax cargo tie down strips shall be installed in the cabinet. A cargo net shall be installed over the opening. CABINET #2 Dimensions - 120"W x 29"H x 18"D Location — Streetside, rear Shelving - None Door(s) - None Additional Instructions - Full depth counter top shall be located below the counter top. The counter top shall be one-piece 16 gauge, 304 stainless steel with a 0.5" aluminum retaming lip. The entire action wall area shall be lighted utilizing a Thm-Lite Model #612 light with 12VDC dual 11" fluorescent bulbs. The ladder and portable table shall be stored below the counter accessible from the rear of the vehicle. Three (3) 120VAC duplex receptacles and three (3) 12VDC cigar style receptacles shall be mstalled in a raceway above the counter top. CABINET #3 Dimensions - 57"W x 68"H x 18"D Location - Streetside, forward Shelving - None Door(s)-None Additional Instructions - This area shall house two (2) stacks of drawers for a total of 260 sq. ft. of various sizes, exact configuration to be determined at pre-build meeting fSr^'"^ CityofCarlsbad Bid Proposal CABmET#4 Dunensions - 5.5"W x 61"H Location - Streetside Shelving - None Door(s)-None Additional Instructions - This area shall be open storage for tall items. Two (2) straps shall be installed across the opening. CABINET #5 Dimensions -117"W x 12"H x 14"D Location - Curbside Shelving-None Door(s)-None Additional Instructions - Core Trax cargo tie down strips shall be installed in the cabinet. A cargo net shall be installed over the opening. CABINET #6 - Work Station Dimensions-125.5"Wx28"Hx 18"D Location - Curbside Shelving-None Door(s)-None Additional Instructions - Full depth counter top shall be located below the workstation wall. The counter top shall be one-piece 16 gauge, 304 stainless steel with a 0.5" aluminum retaining lip. The entire action wall area shall be Hghted utilizing a Thin-Lite Model #612 hght with 12VDC dual 11" fluorescent bulbs. Three (3) 120VAC duplex receptacles and three (3) 12VDC cigar style receptacles shall be installed in a raceway above the counter top. A switch panel shall be installed on the wall at the forward end of the work station. A bracket to hold a roll of butcher paper shall be located at the aft end of the counter top. A laptop mount shall be installed on the counter top. CABINET #7 Dimensions - 51"W x 7"H x 18"D Location - Curbside Shelving-None Door(s)-None Additional Instructions - There shall be three (3) 13"W x 5"H x 19"D metal drawers in this area. Each drawer shall operate on 18" slides rated at 300 lbs. per set and have a gas shock hold open/closed device to ensure drawers do not accidentally open or close during operation of the vehicle. Drawers shall be fonned of 16 ga, steel welded construction with an automotive gray enamel finish, and formed structural support on the sides and front of drawers. Each drawer shall have machine stamped divider supports along the side for at least four (4) dividers per drawer with four (4) adjustable dividers provided with each drawer. CABINET #8 Dimensions - 51"W x 21.25"H x 18"D Location - Curbside Shelving - None Door(s) - Polycarbonate, hinged with twist/slam latch. Additional Instructions - Three (3) cabinets sized 15.625"W x 19.25"H shall be installed. BrauoN W(di) 3 ofl 0 City of Carlsbad 12/22/11 Bid Proposal CABINET #9 - Electrical Cabinet Dimensions - 25"W x 10"H x 10"D Location - Center Front Shelving - None Door(s) - A panel secured with two (2) non-keyed quarter tum slotted latches. Additional Instructions - This cabinet shall house the electrical component module. 2.13X CAB TO MODULE PASSAGE (pg. 3) A partition with a walk-thru shall be provided. It shall be painted on the module side and the cab side. BraunhfW(eh) 4 of 10 City of Carisbad ^2/22/11 Bid Proposal 3 COATINGS AND FINISHES 3.03X PAINT TYPE Shall be "Sherwin Williams" acrylic urethane on interior cabinets and OEM paint on exterior body. 3.04X COLOR SCHEME Base color: OEM white 3.07X INTERIOR CABINETRY FINISH All interior cabinetry shall be sanded, etched, washed, primed, and pamted light gray (#G8-51748). 3.08 MODULE UPHOLSTERY Shall be Vinyl Naugaform formfit 2 / gray, and be seamless. 3.09X MODULE FLOORING MATERIAL (pg. 3) Shall be Genome (#TFM2702) Altro Transflor Meta Slip-Retardant Sheet flooring providing durabihty, ease of maintenance, and stain resistance. It shall contain a high concentration of microscopic aluminum oxide particles and colored quartz crystals suspended throughout the thickness with silicon carbide grains in the entire wear surface for slip-retardant performance. It shall have a bacteriostat incorporated to give flooring excellent anti-bacterial activity and an overall thickness of O.U" nominal. Flooring shall be manufactured for Wear Resistance to meet ASTM C 501, indentation resistance in accordance with ASTM F 1303 and ASTM F 970, Grade 1 standards, shall meet ASTM D 2047_Slip Retardant, ASTM F 970 Static Load, ASTM E648, (3S1VSS, FMVSS 302, CAN ULC S 102.2 Fire Data Tests over 0.50" sohd core, mdustrial grade plywood. The flooring shall have an overall thickness of 0.080" nominal. 3.11 CABINET LINING Interior cabinet shelves shall be hned with easy sweep mats which are removable for ease of cleaning. 3.12 SURFACES AND FINISHES All surfaces and finishes shall be impervious to soap, disinfectants, and water, to permit washing and sanitizing. BraunNW(eh) 5 of 10 CityofCarlsbad 12/22/11 Bid Proposal MODULE EXTERIOR 4.17X STEP,MANUAL (pg.4) One (1) step shaU be provided and mounted under the rear door. It shall be a single step. 4.20X AWNING (pg.3) An 11 foot retractable awning shall be installed on the curbside ofthe vehicle. The awning hardware and cover shall be white in color; the awning canvas shall be white. BraunNW(eh) 6 of 10 City of Carisbad 12^11 BidProposal MODULE INTERIOR All interior hangers, supports, fasteners, latches, and hinges shall be of a near flush type design when not in use. The interior compartment shall be free of sharp projections. Exposed edges and comers shall be broken with a radius, chamfer, or covered with aluminum trim, plastic molding, or rubber edging. 5.01 UPPER WALL COVERING Shall be covered with Hght gray heavy grade 0.125" ABS vinyl. All panels shall be attached with a Norton very high bond system. 5.02 HEADLINER Shall be fiberglass reinforced 0.090" "Glasboard" with textured white surface. 5.03 MODULE ACCESS OPENING BUMPERS Shall be located over all module access openings and shall be made with 1" high-density foam covered with heavy-duty vinyl matching upholstery. 5.04 LOWER WALL COVERING The squad bench sides and lower portion of the streetside wall shall be nonporous, color- coordinated material. 5.16 INSULATION The module sides, ends, roof, and doors shall be insulated to enhance the interior environment and to prevent heat, cold, and extemal noise from entering the module. The insulation shall be a non-settling polystyrene foam plank material of 1.5", or 0.75" thickness as well as fiberglass insulation and rubberized acoustic insulation. 5.20X EXHAUST VENT (pg.3) Two (2) Fantastic vent fans shall be installed on the roof 5.21 NO SMOKING/FASTEN SEAT BELTS SIGNS Two (2) "No Smoking/Fasten Seat Belt" signs shall be installed - one (1) each for driver's area and module. 5.60X MISCELLANEOUS EQUIPMENT (pg. 4) One (1) 12.5' Core Products model #780P extension ladder shall be provided and installed in cabinet # 1 and #5. A strap shall be installed to keep the ladder secured. One (1) 48"L x 24"D folding table shall be provided and located in cabinet #2. Install one (1) swing-out arm to hold a 36" long roll of butcher paper, mounted above the curbside work station. Exact configuration to be determined at pre-build meeting. BiaunNW(eh) 7 of 10 City of Carlsbad 12/22/11 BidProposal ELECTRICAL All added body and chassis electrical equipment shall be served by circuits separate and distinct from the vehicle chassis circuits. All vehicle whing shall be copper and conform to all SAE Jl 128 requfrements. The wiring shall be colored, numbered, and ftmction coded every 3" for permanent identification and correspond with the vehicle schematics. Solderless, msulated connectors shall be used. Wiring panduit shall be used in power component module to ensure afr cfrculation throughout power component wiring. The wfring shall be routed in conduit or looms and wiring shall be secured to the underbody or frame with insulated metal cable straps. All power distribution cabling shall be covered with a protective split loom. Where wiring passes over the exhaust, a heat shield shall be installed. Wiring and electrical components shall not be placed under or behind the cab seats. The power component module shall be equipped with positive locking plugs to provide easy disconnect for remount or repafr of body. All wiring devices, switches, outlets, etc., except cfrcuit breakers, shaU be rated to carry 125% of the maximum ampere load for which the circuit is protected. 6.01 OVERLOAD PROTECTION DEVICES Body electrical wiring shall utilize overload protective devices of the automatic reset, circuit breaker type. In addition, one (1) single pole, 20-amp cfrcuit breaker shall be provided for ftiture use. The cfrcuit breakers, relays, and other electrical items shall be located in the enclosed power component module. 6.04 IGNITION CONTROL Chassis electrical cfrcuits will be controlled by ignition switch as provided by the OEM chassis manufacturer. The auxiliary chassis related ftinctions shall be powered by one (1) 100-amp continuous duty solenoid (rear heater/air conditioner, siren, spotlight, etc.). 6.06 WIRING ACCESS All cabinets at ceilmg level shall have removable backs which are screwed in place for access to harnesses. Stack cabinets shall have removable panels for wiring and hose access. 6.07 BACK-UP ALARM An OEM Back up Alarm shall be installed and have a momentary disable switch in the driver's console. If disabled while in reverse, backup alarm shall automatically reset when shifted out of reverse. 6.08 SERVICE LOOP A 6" service loop of wfre or hamess shall be provided at all electrical components, terminals, and connection points. 6.13 ATTENDANT CONTROL PANEL Shall be located in the action area. Panel shall include one (1) row of switches, as follows: 1. DomeHi/Off/Lo 3. Vent 5. Right Scenes 2. Vent 4. Left Scenes 6. Rear Scenes A separate inverter status panel, and thermostat shall be located adjacent to the attendant control panel. BraiinNW(eli) 8 of 10 City of Carlsbad ^2^11 BidProposal 6.14X ACTION WALL AREA LIGHTING The streetside and curbside wall areas shall be lighted utihzing a Thin-Lite Model #612 hght with 12VDC dual 11" fluorescent bulbs. 6.16X MODULE INTERIOR LIGHTING (pg.4) Shall be designed to keep vehicle height to a minimum without interfering with the stmctural integrity of the roof Module interior lighting shall consist of three (3) dual intensity recessed LED lights - mounted down the center of the roof. There shall be a switch for each bank of lights on the action wall for Who or Ofi. 6.21X 120 VAC/SHORELINE CIRCUTT BOX Utihty power shall be fumished with 120VAC shorepower via a Kussmaul 20 amp Super Auto-Eject located on driver's side of vehicle and distributed via a fomied 0.125" aluminum power box. Shall have easily removable cover. The box shall contain three (3) 120VAC receptacles for power supply to: - Interior/exterior 120VAC power (receptacles, etc.), GFI protected - Battery Charger One (1) breaker shall be installed for protection of the 120 VAC loads. Six (6) 120VAC duplex grounded receptacles shall be mounted, three (3) in the curbside and three (3) streetside work stations. 6.25X 12VDC RECEPTACLES Six (6) 12VDC, 20-amp cigar type receptacle shall be provided, three (3) in the streetside and three (3) in the curbside work station. Receptacles shall be powered continuously. 6.27 EXTERIOR DOOR SWITCHES Shall be OEM. 6.30 EMERGENCY WARNING SYSTEMS 6.30,04 SCENELIGHTS (pg.3) Four (4) parabohc sceneUghts, mounted two (2) on each side, shall be installed. The scenelights shall be flush mounted and have intemal optics to deflect the light down at 8- 32-degree angles. The lights shall be Whelen Model #70C00WCR Maximum intensity hghts mounted in Cast Products bevel LH37225-1 which will also house the side marker lights, Weldon 1500 series lights. 6.31X INVERTER Provide wfring to receptacles from "Customer Supplied and Installed^' mvertQi. 6.60X MISCELLANEOUS ELECTRICAL EQUIPMENT One (1) docking station for a Panasonic CF 31 laptop shall be provided and installed in the curbside work station. One (1) 5-sleeve Streamlight model #SL-20X charging base shall be provided and installed, location to be determined at pre-build meeting. BraimNW(eh) 9 of 10 CityofCarlsbad 12/22/11 BidProposal 7_ SUPPORTING DOCUMENTATION 7.01 OWNERS MANUAL Shall be provided with vehicle and consists ofthe following items: 1. Chassis owner information packet. 2. Extra set of keys. 3. Factory warranty on Chassis. 4. 7-Year/75,000-mile limited electrical warranty. 5. 2-Year/30,000-mile Conversion Warranty, 5. Climate control information and warranty. 6. Main schematic. 7. Electrical equipment amperage ratings. 8. Wire coding list. 9. Schematics for standard system: (As Built) - Attendant switch console - Climate control system - Module hamess routing - Interior and exterior lights 10. Operations manual 11. Schematics for individual options. 12. Warranty and parts hst for light bar, etc. 8 MISCELLANEOUS MEDICAL/RESCUE EOUIPMENT 8.01X LOOSE EQUIPMENT The following equipment shall be shipped loose with the vehicle: 1. Touch up paint 2. Spare Tfre and Wheel (mounted under vehicle) ^ HO ^ as Bid Proposal eBidboard Page 1 of 1 CITY OF CARLSBAD CRIME SCENE UNIT OUTFITTING SERVICES Below are docs / specs ef the project you selected. CItek on a Ale name to download. Document Name RFP 12-04 CrtmeSceneUnitOutfimng.pdr Document Type Document Si2e 27878.4Kb Dete Submitted 11/30/2011 RFP 12-04 Addendum l.pdf Addenda 194.1Kb 12/15/2011 1 O /I A/'*»A1 1 December 15,2011 RE: CRIME SCENE UNIT OUTFITTING SERVICES- RFP #12-04 Please include the attached addendum in the Proposal Packet for the above project. This addendum—receipt acknowledged—must be attached to vour Request for Proposal when vour proposal is submitted. JOHN MCKELVEY Management Analyst City of Carlsbad I ACKNOWLEDGE RECEIPTOR ADDENUM NO. 1 Proposers Signature City ofCarlsbad RFP 12-04 Crime Scene Unit Outfitting Services Addendum #1 ' The following Questions were received by the City prior to the Deadline for Questions and are answered herein. • QUESTION: Is the Sprinter van single or dual rear wheel and Is the van regular or extended length? ANSWER: This Is an extended length, dual rear wheel van. • QUESTION: Is the floor or the van bare or is there Sprinter cargo flooring in the van? ANSWER: The van has Sprinter Cargo Flooring. • QUESTION: The City will provide a 2KW alternator/generator, please give name of manufacturer, brand, model and If everything for this system is installed in the engine compartment. Will the vehicle 2kw power supply come wired to a power distribution panel? ANSWER: Everything will be installed In the engine compartment The City will provide alternator connected to a circuit breaker for attaching 12v. The selected vendor will be expected to provide a frame-mounted battery mount either floor accessible or underbody mounted for 2 x 6v RV batteries, and shore power. The shore power (KUSSMAIL Auto-eject connection) will connect to a City-provided inverter. Vendor will be asked to provide an IOTA Engineering DLS-45 battery charger. • QUESTION: What is the starting width and weight of the 3' butcher paper roll? ANSWER: The paper rolls used by Carlsbad PD Crime Scene Investigators are 36" x 1000 feet, they weigh approximately 40 Ibs. and are approximately 10"-12" in diameter. • QUESTION: Where will the generator be located when we receive the van? Will it protrude into the body or will it be located underneath the body? Or Is this an engine mounted generator? ANSWER: The auxiliary alternator is engine mounted and wili lead to a 2kW inverter, to be mounted by selected vendor. Placement of inverter and 2 x 6v RV batteries in series will be up to selected vendor in consultation with the City's fleet operations division, • QUESTION: There is a shoreline receptacle listed in the speciflcations. What is this connection for? Just to power receptacles when plugged in? Or, is a battery charger expected to be instailed? ANSWER: Shore power (KUSSMAIL Auto-eject connection) will be expected to power receptacles and a battery charger. The City requests an IOTA Engineering DLS-45 battery charger. City will supply the inverter to be installed for this application to selected vendor. • QUESTION: We do not see a refrigerator to be installed; a lot of crime scene vehicles include a refrigerator. ANSWER: No refrigerator is requested for this unit. • QUESTION: There Is no listing for air conditioning In the body, is no air conditioning an oversight? ANSWER: Roof air conditioning is not anticipated forthis unit, 2 roof vents are included in our RFP Scope of work- December 15, 2011 END OF ADDENUM NO.l Page 1 of 1 CASLSBADI .=ind similar bid annortunHiea on Ebidboarij.pofTi Cick an RFP^FQ Name to viaw detafla. Click Vie cohimn labab lo sort. RFPffVQ »S b. SS^;J^!!i^',l£lSf'" rram one Of mor. ctassilicaGon and compensalion consulluil(s). The quaBBed conaHtant projeola par page {10 *t ^pasBlofa4^ RFPmFQ Number City State Pioposaf Due Dafe ^ 12J07/11 5:00 PM RFPfliFQ Kama: BECYCLEO COPY PAPg* ^JS!^!^^.^^i^^!^J^*!SS^^'^'"^'^ wpypaparperlhespaeaicatlons In the RFQ. Yourquotod prio. musl include « chaigee mckidbiBdeSvaiy. By submWing a i|iiote you an naklna an oKsr lo supply goods andbr saivices lo Ihe City of Carisbad. RFP/RFQ Mama: CRIME SCBIg tlNST niiTFITTING SEltvlCPa D^rMtoniTlieCi^gfCartsbadb nqueadng pioposaK fram qualiTMdvendofa to prowMe labor and malerials necasaarytoouimiheCitrt new i.oopu (iiM4;i2 12:00 PM RFP/RFQ Nama:QaaHBad CntraetBra tor CalendarY»jr lOil Contractois ahal ooaiplele the altached Ibnn and nail«lo Oie Folowing address; CSyOTCaristed " Comract AdnMnislntion 1635 Faraday Avanaa Ca.„ 1112911-0045 12/3V12 ftOOAU htfn-//nranxr f»hir\hnar-A r-om/r»ii'Klir'A-fWo/^nrl<^v ocr>9mV>rmii'H= A fW'id'XASt.^m A -iin/;<;_Q'7<:A;_ 1 0/O/OHl 1 My Projects Page 1 of 1 CtTY OF CARLSBAD Below are detath of the RFP/RFQ yon sdicted. CRIME SCENE UNIT OUTFITTING SERVICES RFP/RFQ Name: CRIME SCENE UNIT oi/rprrrmG SERVICES RFP/RFQ Typei Swv'™ Ownership; »uWic RFP/RFQ City, Slates CARLSBAD, Ceiffomia RFP/RFQ or Contract Number: WP RFP/RFQ Contact! John McKelv.y aty of Cirlsbgd Property & Biotronmental MGMT WS Oak Avenue Cartsbad, CA 9200B Tel:(7«0] 43'4-2992 Fax:[7«0] 72D-95S2 1st Advertise Date: n/^tvn Proposal Due Date: 0V04/12 Proposal Due Time; «=<» P" Non-Mandatory Pre Proposal Conference Date: iVoa/ii Pre Proposal Conference Time ; losao AH Pre Proposal Conference Locationi aiy of cansbad nnt Malflt. Yard 2480 Impala Diiva Cariibed CA 9201D RFP/RFQ Description; The oty of Carlsbad fs requesting proposils from quallAed veodnn to provide labor and materials necessary to outfit the City's new Crime Scene Van. completed, shall be fully ready for deployment. Proposal prices must Inckjde transportation to and from Vendor's fadlmes and all other costs. i Doa/Spea Below are Ihe docs/specs of the RFP/RFQ you selected. CIck on a file name to download. Document Name RFP 12-04 Crinie5ceneUnit0utntting.pdf Document Type Document Size 27878.4Kb Date Submitted 11/30/2011 Q&A No questions Or answers heve been posted to tMs site. List Ust Updated: 11/3Q/20111:31:31 PH Ocganl2atlon/Dlvl5lon Address phone Fax Type CofltMtWame City of Carisbad «>SOakAvinue (760)434-2992 (760) 720-95e2 OUier Carlsbwi, CA920Da htin-l/virarar eh\Ahnf\rc\ mm/rinblin/rfh<s/Q>inwrfi-i n«n7ml^ronirl=A OF^A^^S-Om A -40(^^-07^ 19/9/901 1 eBidboard Page 1 of 1 CITY OF CARLSBAD! D Oocum.nr Hotdeiz Document Holder Identification for: CRIME SCENE UNFT OUTFITTING SERVICES CXck here ta fea added as a document holdar Not.: You must be a reglsternf document holder le rtcelve ofliclaJ vptfates and notices on projects. Organlzaiion/Dnrlcioa Cfty of Carlsbad Contact John McKelvey Address 405 Oak Avenue City Cariibad Zip 92Qoa Fax (7eO] 72D-9S62 clldc here to be addsd as a doeumeat holder Note: YBU must baa le^isMred deoiment homer in reniva oiklal updates and notices m projects. littn-//www phi(^hnarc\ nnm/niililip./rfn5/n1nT\'hnlr|pr<3 acn7nrr\ipnttTnirl—/nPl(^R^97A_'R'A ^1 .49 1 9/9/901 1 City of Carlsbad Finance Department November 30,2011 The City of Carlsbad is currently accepting proposals for the following: REQUEST FOR PROPOSAL RFP #12-04 CRIIWE SCENE UNIT OUTFITTING SERVICES For more information and to download a RFP package, please visit our website at http://www.carIsbadca.goY/finance/purchase,litml and click on the "Purchasing and Bids" tab, then click on the "Bids" Unk, then click on the "Open requests for Proposals, Bids or Qualifications" link. If you have any questions regarding the downloading of bids or proposals, call the Purchasing Department at (760) 602-2430 or email us at purchasing@carlsbadca.gov. Thank you. 1635 Faraday Ave. • Carlsbad, Califomia 92008-7314 • (760) 602-2430* FAX (760) 602-8553 www.carlsbadca.gov • Business License (760) 602-2495 • Utility Billing (760) 602-2420 Purchasing (760) 602-2460 - FAX (760) 602-8556 REQUEST FOR PROPOSALS FOR CRIME SCENE UNIT OUTFITTING SERVICES RFP NO. 12-04 November 2011 CITY OF CARLSBAD Property and Environmental Management Department 405 Oak Avenue CARLSBAD, CA 92008 RFP Number: 12-04 Any questions relative to this project should be directed to: John McKelvey, Management Analyst, lohn.mckelvev<S)carlsbadca.aov. Proposal No. 12-04 REQUEST FOR PROPOSALS TO PROVIDE CRIME SCENE UNIT OUTFITTING SERVICES The City of Carlsbad, California, is requesting sealed Proposals for the outfitting tlie City's following Service Agreement: Crime Scene Unit Outfitting Services To be considered for selection, a Proposal must be received at the City of Carlsbad Property and Environmental Management Office located at 405 Oak Avenue, Carlsbad CA 92008 by 12 pm on Wednesday, January 4, 2012. Proposals received after this date and time will be deemed non-responsive and returned to the proposer unopened. No Proposal will be received unless it is made on the Proposal forms furnished by the City for this project. Additional documentation may be added if desired. Please review the entire Proposal package before submitting your Proposal. Incomplete submissions may be rejected as non-responsive. In accordance with the Carlsbad Municipal Code, awards shall be based on a best value evaluation. Criteria used for the evaluation will include: cost, implementation and delivery schedule, ability to provide services, previous performance and references, and unspecified value-added offerings by the bidder. The low responsive bidder may not be awarded this contract. The successful bidder will be expected to sign a contract. A sample contract is attached. The final contract will include this request for Proposal and the successful bidder's response. Piease do not execute the contract at this time. The City of Carlsbad reserves the right to reject any or all Proposals or any part of the Proposal, to waive minor defects or technicalities, or to solicit new Proposals on the same project or a modified project. Please read the insurance requirements and general provisions carefully, they are part of your Proposal and you must show proof of insurance and licensing to be considered a successful Proposer. Tentative Proposa! Schedule (Subject to revision): RFP Released November 30, 2011 Pre-Proposal Meeting December 8, 2011 10:30 am 2480 Impala Drive, Fleet Operations (Non-Mandatory, but prospective proposers are strongly encouraged to attend). Deadline for Questions December 14, 2011 Proposal Due January 4, 2012 12 pm Prospective interview with Candidates week of January 9, 2012 Contract Awarded and Notice to Proceed Mid-January 2012 For Information regarding the work to be performed or any aspect of the RFP Process, contact John McKelvey at {ohn.mckelvev@carlsbadca.aov. Verbal inquiries and questions submitted after 5 pm December 14, 2011 will not receive a response. THE CITY OF CARLSBAD ENCOURAGES THE PARTICIPATION OF MINORITY AND WOMEN OWNED BUSINESSES CityofCarlsbad RFP 12-04 Scope of Work: The City of Carlsbad is requesting proposals to from qualified vendors to provide labor and materials necessary to outfit the City's new Crime Scene Van, which, when outfitting Is completed, shall be fully ready for deployment. Proposal prices must include transportation to and from Vendor's facilities and all other costs. In accordance with the Carlsbad Municipal Code, awards shall be based on a best value evaluation. Criteria used for the evaluation will Include; cost, length of warranty, responsiveness to specifications, delivery schedule, and unspecified value-added offerings, which may be offered by the bidder. The lowest bidder may not receive the award. The Crime Scene Van will be used by the Carlsbad Police Department as a multi- purpose vehicle, used in the city daily by community service officers and evidence technicians to cover the city and process evidence at crime scenes and vehicle collision scenes. The Van, to be provided by the City, Is a 2011 Freightliner 3500 Sprinter Van with 170" wheelbase, white in color. The selected vendor wiil be expected to provide all materials, labor and accessories necessary to complete the outfitting, with the exception ofa police radio and computer system which will be provided by the City. The selected vendor will be expected to sign a City of Carlsbad professional services agreement, a sample of which Is attached, and provide all requisite insurance policies as outlined in the sample agreement. The City believes thaf sufficient budget has been appropriated to complete this project as envisioned. Prospective contractors are encouraged to propose solutions that will meet the City's needs while being conscious of cost concerns. Vendors are asked fo provide a proposal to outfit the City's Crime Scene Unit as a state-of-the art mobile crime scene unit, with the following requirements in mind: • Provide floor covering that is easily washable/cleanable by City Staff. (The City does not envision building a subfloor on this vehicle, only providing an easily washable/cleanable flooring surface). • Provide a minimum 10' x 10' awning attached to the van on the passenger side. (Note: the City Is requesting an awning, not a pop-up type shade structure). • Provide shore power to allow the van to be plugged in to a standard 1 lOv power source as necessary. • Provide a minimum of two independently operated roof vents In the cargo area of the van that provide a minimum of 475 cubic feet per minute air circulation using 12v or solar power sources. • Provide perimeter lighting around the van for extended periods (up to 12 hours in some cases). • Provide a bulkhead with pass thru to allow driver and passenger to access the working compartment ofthe van from the driving compartment without exiting the vehicle. • Provide a work space for up to 2 technicians at any crime scene. The workspace will Include, at a minimum, seating for 2 technicians, access to a laptop computer, and a work surface adequate for most crime scene analysis and evidence collection conditions as may be expected In a City the size of Carlsbad, CityofCarlsbad RFP 12-04 Provide laptop computer mount for one Panasonic CF31 laptop (the power requirement below Is for two (2) laptops, but the City is only requesting 1 laptop mount for this build). Install and connect to power a 5 sleeve Streamlight SL-20X flashlight charger (part# 21401), provided by the City. Provide and install storage drawers and cabinets adequate forthe needs ofthe Police Department. The City envisions a mix of deeper and shallow drawers, along with at least one tall (Floor to ceiling length) cabinet for storing hand tools and taller items. This will inciude a minimum of 260 sq. ft. of drawer space in addition to foldable shelving with a minimum of 150 Ib. load capacity per shelf. All cabinets and shelves shall be manufactured from easily cleanable materials such as aluminum, steel or fiberglass. The City prefers NOT to have wood products due to the difficulty of cleaning. The City prefers to have one long (10- 14 foot) shelf with appropriate tie-down system running the length ofthe driver's side ofthe cargo compartment. The shelf in question should have a minimum depth of 18" and maximum depth of 24" and a lip approximately 2" high running the length of the shelf. Provide and Install a swing-out arm to securely hold, protect and distribute up to a 3 foot long roll of butcher paper on crime scenes. The City envisions this roll being supplied from the rear passenger side of the van. Additionally, provide a minimum 4' long stowable table with a minimum 150 Ib, load capacity to be stored below the butcher paper in an easily accessible compartment. Provide "Quick access" cabinets or drawers on the right rear side ofthe van to store and distribute rubber gloves, paper bags, and evidence collection and storage items. Provide a telescoping 12,5' extension ladder, commerciai grade with minimum 3001b Duty rating (see Core Products Model 780P for reference) with appropriate storage and tie-down in van. Provide an electric or manual step tested to 500 lbs. load at rear of van. Provide and install 2x8' Core Trax Cargo System (or City approved equal) with safety netting and load locks. The City will provide an alternate 2kW auxiliary power alternator and generator installed in the Van prior to outfitting. Vendor shall be expected to provide and install all appropriate electrical, lighting, and electronic equipment and accessories as required to complete outfitting of vehicle, providing both 12v and 110v systems. At this time, it is anticipated that the following Items will be run on auxiliary power: o 5 Sleeve Streamlight SL-20X flashlight charger (part # 21401-DC) o 2 Panasonic CF31 Laptops o 1 Laser Printer o 1 Bar Code Printer o 2 Roof Vents o LED interior and perimeter lighting o 1 -2 110v power strips as needed. Selected Vendor will be expected to transport Van to and from the City's Fleet yard at 2480 Impala Drive to their facility for outfitting, and return the outfitted vehicle to the City upon completion. Please consider this in your proposa! costing. City of Carlsbad RFP 12-04 Proposal Submittal Instructions To be considered forthis project, prospective contractors shall provide the following information in their proposal package by the proposal due date and time. Failure to comply with these Instructions may result in the the proposal being rejected as non-responsive. Submittals should include 1 paper and one electronic (PDF or Microsoft Word) version of proposal. The following items should be included In the the proposal: 1. A narrative explaining how the vendor proposes to outfit fhe City's van to serve as a fully operational Crime scene unit, including: a. Prospective drawings ofthe proposed unit, including measurements of cabinets, shelving, workspaces,and any other pertinent measurements. b. A proposed build list including manufacturer's model names/numbers, and materials to be used In custom fabrication, along with line item costs for each item proposed. The City may elect to delete items detemnined not to be essential to the efficient operation ofthe unit If budget needs dictate. c. An estimated delivery date of the fully outfitted unit, after receipt of the notice to proceed from the City. 2. Proposal Cover Sheet (Schedule "A"). 3. Proposal cost information, including any addenda which may be issued by the City (Schedule "B"). 4. Contractor's statement of ability to provide quoted goods/services/equipment (Schedule "C"). 5. Contractor's statement of unspecified value-added offerings (Schedule "D"). 6. Contractor's statement of compliance with Insurance requirements (Schedule "E"). 7. Contractor's Work Force Listing (Schedule "F"). 8. List of proposed Sub-contractors (Schedule "G"). 9. Reference List (Schedule "H"). Proposers may Include photographs of similar units they have completed for other jurisdictions if they chose to do so. Selected vendor may be required to show a portfolio of completed similar projects prior to execution of a contract with the City. City of Carlsbad RFP 12-04 PROPOSAL COVER SHEET CONTRACTOR'S PROPOSAL TO PROVIDE SERVICES Proposal No. 12-04 Schedule "A" In compliance with the REQUEST FOR PROPOSAL, Proposal No. 12-04, the undersigned hereby agrees to furnish all labor, materials, and equipment to perform the services in the proposed CONTRACT, which is enclosed herewith; and to do so in strict accordance with the provisions of the proposed CONTRACT. ENCLOSURES: A. A REQUEST FOR PROPOSAL, dated and signed by the CONTRACTOR; B. The proposed CONTRACT with attached exhibits prepared on the CITTS form, dated and signed by the CONTRACTOR; and C. Addenda: ^ The undersigned CONTRACTOR declares that the only persons or parties interested in this PROPOSAL as principals are those named herein; that the PROPOSAL is made without collusion with any other person, firm, or corporation; that CONTRACTOR has carefully examined the locations therein refen'ed to; and CONTRACTOR proposes, and agrees if this PROPOSAL is accepted, that CONTRACTOR will execute a Contract with the City of Carlsbad in the form annexed hereto to provide all necessary labor, machinery, tools, and to do all work and provide materials required as specified In the Contract documents according to the requirements of the City of Carlsbad as set forth; and that the CONTRACTOR will take as payment at the unit prices described in the Contract documents, as payment In full forthe peri'ormed scope of work. The undersigned CONTRACTOR certifies that CONTRACTOR is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC §§ 1101-1525) and has complied and will comply with these requirements, including but not limited to verifying the eligibility for employment of all agents, employees, subcontractors and CONTRACTOR'S that are included In this CONTRACT. SIGNATURE OF CONTRACTOR This document Is signed by an Individual clearly authorized to bind the CONTRACTOR. CONTRACTOR: Braun Northwest, Inc. 150 North Star Drive ADDRESS: Chehalis, WA 98532 PHONE: 800-245-6303 by SIGN John E. Braun President v TITLE City of Carlsbad RFP 12-04 CRIME SCENE UNIT OUTFITTING SERVICES PROPOSAL SCHEDULE "B" The undersigned declares he/she has carefully examined the Request for Proposal, examined all specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do all the work In this Crime Scene Investigation Unit Outfitting Services Agreement in accordance with the specifications of the City of Carlsbad, and the General Provisions and that he/she will take in full payment therefore the following 1. Outfit Van $ 53,185.00 Total Cost Lump Sum 2. Hourly Rate for Extra work as ordered by City (Estimated up to 20 hoursof extra work could be requested, but no extra work is guaranteed) $ 85.00 Hourly Rate 1 ,700.00 $ Lump Sum for 20 hours 3. Mark-up on Parts as ordered by City in addition to those described Contractor's proposal Not to exceed 15% ,. „,„^,., .. Fifty-four thousand, eight hun-Schedule A Total Amount of Proposal including items 1 - 2 in words: dred eighty-five dollars. Schedule "A" Total amount of Proposal including items 1- 2 in numbers: $ 54,885.00 Price(s) given above are firm for 90 calendar days after date of Proposal opening. Addendum(a) No(s). I has/have been received and is/are included in this Proposal. Signature: Title of Person Sig Date: John E. Braun President /^3-.^7// City of Carisbad RFP 12-04 CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE QUOTED GOODS/SERVICES/EQUIPMENT Schedule "C" Proposal No. 12-04 The CONTRACTOR Is required to make a statement of how services wiil be provided. Include; Number of vehicles retrofitted per calendar year for the last two (2) calendar years, a complete explanation of the CONTRACTOR'S plan for outfitting of the CITY'S vehicle, time period between pick up of vehicle from the CITY and delivery of a fully operational vehicle to the CITY, time period between award and start of service, number of personnel to be used providing services, experience of personnel, numbers and type of equipment to be used, delivery lead-time of goods, how quickly urgent, but unplanned services, can be provided, and any other information you can offer that will help detemiine your ability to provide contracted goods, services or equipment. Attachments may be used. Braun Northwest, Inc. builds over 100 new vehicles of various types each year. We have retrofitted several sprinters as ambulances, SWAT and Raid vehicles, as well as Prisoner Transports. See photos on following pages. Once we receive the order, a coordinator is assigned, makes contact and arrangements are made for a pre-build, to get the chassis to the plant. Once the pre-build has concluded and a final set of specifications approved by customer are returned to the coordinator, the build process is scheduled in fabrication. Conversions are generally completed 60-75 days after receipt of chassis. For our customer they have a single point of contact during the build to limit confusion. That coordinator is backed up by a manager, engineers, designers, JFabricators, painters, final finishers, and administrative support staff. Our plant employs about 100 persons in skilled labor positions. Because we are a family owned business we can react quickly to answer questions and resolve problems. That is one of our strengths. We can also react to special requests or concerns. We are a custom builder with over 25 years of experience building very complex vehicles of all kinds. Pl ease look at our web sitei www.braunnorthwest,com City of Carisbad RFP 12-04 COPY COPY Q C/AI3: f Af %Af Inc. JO North Star Drive / PO Box 1204 / Chehalis, WA 98532 / 360.748.0195 / 800.245.6303 / fax 360.748.0256 CityofCarlsbad Congratulations! Your new vehicle is being built To Whom It May Concern: Dan Grimes here. I'll be your Project Coordinator tliroughout the process of creating your new, custom-designed North Star emergency vehicle. If you have any questions or need assistance along the way, you can reach me at 800-245-6303, Building a new emergency vehicle is an exciting process. I'm inclu^l^ details below. You can also view actual photos of your project as it progresses at www,b^nn\^.com/inprogress.php. Let me tell you about the Pre-Build process... First, your vehicle receives a production number and a your bid or proposal specifications and drawings wi for a Pre-Build meeting. Here you'll have a chancy specs are finalized. You're invited to visit our manufacturing process firsthand. We can als Then it's on to Active Production... Once you've approved and returned the fini into our Active Production Sched^ii We'll do our best availability of parts. I'L Ctic^chedule, I review efore contacting you ake changes before the eeting to see our s more convenient. ^ecs and drawings, your vehicle goes vehicle begins to take shape. First, we compile a parts lis^and order acS^ding to the Production Schedule. Then, we get to work fabricating the mod^fejg,s like myalls, floor, and roof components. During tliis stage, all doors and other misMj^^^ynpaule equipment are test-mounted to ensure a proper fit after painting, youraa^ule^nachiiie-etched, chemically washed, primed, and painted with the :^al coats of a^lic urethane paint. s moving on schedule, but occasionally delays occur due to ou informed of any changes in the production schedule. Next, your vehicle moves to Assembly... During the assembly phase, your vehicle receives its electrical system, emergency lighting, oxygen system, cabinet trim, upholstery, sub-floor and flooring, compartment doors, and interior finish. By the time this phase is done, your module is nearly complete. Then it's ready to be mounted on the chassis, where we'll finish the electrical system, install closeouts, and perform the final fit and finish work. To ensure quality and comphance, our team then conducts a four-hour electrical test run, a test drive, and a water spray test. EMERGEIVCY VEHICLES www.braunnw.com A few more things before delivery... Your new vehicle receives a thorough cleanmg and detailing once final assembly and electiical checks are complete. Lastly, we prepare service manuals and certification decals. That's it! Your finished veliicle is ready for pickup or delivery. Let's keep in touch! Long after you take possession of your vehicle, I'll be here to offer support and answer any questions you might have, I'll let you know about any fiiture parts, updated specs, or teclinical bulletins as they apply to your vehicle. Thank you for choosing Braun Northwest. I'm looking forward to working with you. If you have questions or need assistance, please call me any time at 800-245-6303. Sincerely, Dan Grimes Project Coordinator P.S, Yoiu-profession demands a well-engineerej extreme day-to-day use. And it's being built- www.braunnw.com/inprogress.php. an withstand the most gress at CONTRACTOR'S STATEMENT OF ABILITY TO PROVIDE QUOTED GOODS/SERVICES/EQUIPMENT Proposal No. 12-04 / Page 2. C ity of Carlsbad RFP 12-04 CONTRACTOR'S STATEMENT OF UNSPECIFIED VALUE-ADDED OFFERINGS Schedule "D" Proposal No. 12-04 List items or services you are offering In addition to those in the attached specifications or scope of work offered as part of your quote and included in your Proposal pricing, if any. If none, please state "none". Attachments may be used. All materials we use are aluminum or stainless to make them easy to clean and very durable. City of Carisbad RFP 12-04 1 o CONTRACTOR'S STATEMENT OF COMPLIANCE WITH INSURANCE REQUIREMENTS Schedule "E" As a required part of the Contractor's proposal the Proposer must atiach either of the following to this page. 1) Certificate of insurance showing conformance with the requirements herein for each of: Comprehensive General Liability Automobile Liability Woricers' Compensation OR 2) Statement with an insurance carrier's notarized signature stating thatthe carrier can, and upon payment of fees and/or premiums by the Proposer, will issue to the Contractor Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers' Compensation and Employer's Liability In conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of Insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated in paragraph 10 of the included agreement for each insurance company that the Contractor proposes. 2) Cover anv vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited In any manner. CONTRACTOR'S ACKNOWLEDGEMENT 1 ACKNOWLEDGE THAT I HAVE READ ALL THE REQUIREMENTS AND CONDITIONS SET FORTH IN THE AGREEMENT AND SPECIFICATIONS TO THE CITY OF CARLOAD'S PROPOSAL NO. 12-04 CRIME SCENE UNIT OUTFITTING SERVICES. John E. Braun, President Print Name and Title City of Carisbad RFP 12-04 11 SAMPLE AGREEMENT-DO NOT COMPLETE AT THIS TIME AGREEMENT FOR CRIME SCENE UNIT OUTFITTING SERVICES (Name of Contractor) THIS AGREEMENT Is made and entered into as of the day of , 20 , by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and . a , ("Contractor"). RECITALS A. City requires the professional services of an Emergency Vehicle Outfitting Firm that is experienced in Crime Scene and Emergency Vehicle Outfitting. B. Contractor has the necessary experience in providing professional services and advice related to Crime Scene Unit Outfitting. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work, NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined In attached Exhibit "A", which is Incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE " While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of from the date first above written. The City Manager may amend the Agreement to extend it for additional year periods or parts thereof In an amount not to exceed dollars ($ ) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. CityofCarlsbad RFP 12-04 12 5. COMPENSATION The total fee payable for the Services to be perfomied during the initial Agreement term will be dollars ($ ). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified In Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation Insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or woricers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City, If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. City of Carisbad RFP 12-04 13 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and Its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attomey's fee, costs or expense City Incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this AgreemenL 10. INSURANCE Contractor will obtain and maintain for the duration ofthe Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or In connection with performance of fhe services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:Vir'. OR with a surplus line Insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A;X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City Manager approves a lower amount These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement City, its officers, agents and employees make no representation that the limits of the Insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate. Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily Injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. CityofCarlsbad RFP 12-04 14 10.1.3 Workers' Compensation and Employer's Liabiiity. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years foilowing the date of completion of the work. n If box is checked, Professional Liability City's Initials Contractor's Initials Insurance requirement is waived. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required Insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. CityofCarlsbad RFP 12-04 15 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs Incurred under this Agreement All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13, OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City, In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered al once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15, NOTICES The name of fhe persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name John McKelvey Name Title Management Analyst Title Addres Department PEM s City of Carisbad Phone Address 405 Oak Avenue No. Carlsbad. CA 92008 Phone No. (760)434-2992 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. CityofCarlsbad RFP 12-04 16 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the perfonnance of the Services by Contractor. Contractor will at alt times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not othen/vise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be fonwarded to both parties involved along with recommended methods of resolution, which wouid be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. Ifthe resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager, The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may tenninate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Confractor. Upon notification of termination. Contractor has five (5) business days fo deliver any documents owned by City and all work In progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. City of Carisbad RFP 12-04 17 Either party upon tendering thirty (30) days written notice to the other party may tenninate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it In order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth In this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Govemment Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate Ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23, JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Dlego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county, 24, SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement wili be binding upon City and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor CityofCarlsbad RFP 12-04 18 without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by It, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except In a writing signed by both parties. CityofCarlsbad RFP 12-04 19 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CiTY OF CARLSBAD, a municipal corporation ofthe State of Califomia By; By; (sign here) City Manager or Mayor or Division Director as authorized by the City Manager (print name/title) By; (sign here) (print name/title) Attest; LORRAINE M. WOOD City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM; RONALD R. BALL, City Attorney BY; Assistant City Attorney City of Carlsbad RFP 12-04 20 EXHIBIT "A" SCOPE OF SERVICES Itemized List of what Contractor will do for City and at what price. CityofCarlsbad RFP 12-04 21 CONTRACTOR'S WORK FORCE City of Carlsbad Proposal No. 12-04 Schedule "F" The CONTRACTOR shall set forth In Exhibit B to the proposed CONTRACT: A. Each labor or supervisory position by title that will make up the CONTRACTOR'S work force needed to provide the described services. B. A sufficiently detailed explanation of the minimum qualifications for a person working in each position title, including any required licenses and/or certifications. C. The minimum annual man-hours for each position title that the CONTRACTOR proposes to commit to the performance of the described services. D. A list and description of the qualifications of other pertinent staff that are not to be directly committed to this project but who will be available to support, consult, perform Extra Work, and the like. E. A description of CONTRACTOR'S systematic skills training program. The information provided In this attachment is for the purposes of determining the CONTRACTOR'S commitment and preparedness to perform the DESCRIBED SERVICES, and assuring that the CONTRACTOR'S Proposal is reasonable and complete. Nothing in this Attachment shall in any way be construed to remove, lessen, or relieve the CONTRACTOR from any responsibility prescribed by the CONTRACT. CONTRACTOR may attach additional pages to describe Minimum Qualifications, if needed. Label any such pages "Schedule "F" - Additional Information" along with the appropriate position tltle(s) corresponding to this fonn. A. POSITION TITLE B. MINIMUM QUALIFICATIONS 1. Please see following pages 2. 3. City of Carisbad RFP 12-04 22 Contractor's Work Force City of Carlsbad Proposal No, 12-04 Schedule "F" A. Position Title B. Minimum Qualifications Fabrication Lead This position requires at minimum a 40 hour workweek At least 5 years of welding or fabrication experience In a manufacturing or construction environment. Ability to supervise and manage a team of Electricians using supervisory and management principles including; Performance Management, Corrective and Disciplinary procedures, and Coaching/Mentoring. Knowledge of Microsoft products. Certified Welder Assembly Lead This position requires at minimum a 40 hour workweek At least 5 years of construction or assembly work experience In a manufacturing environment. Ability to supervise and manage a team of Electricians using supervisory and management principles including; Performance Management, Corrective and Disciplinary procedures, and Coach Ing/Me ntori ng. Knowledge of Microsoft products. Paint Lead This position requires at minimum a 40 hour workweek At least 5 years of prepping and painting vehicles in an auto body or manufacturing environment. Ability to supervise and manage a team of Electricians using supervisory and management principles including; Performance Management, Corrective and Disciplinary procedures, and Coaching/Mentoring. Knowledge of Microsoft products Electrical Lead This position requires at minimum a 40 hour workweek At least 5 years of electrical work with both 12 volt and 110 wiring systems. Ability to supervise and manage a team of Electricians using supervisory and management principles includmg; Performance Management, Corrective and Disciplinary procedures, and Coaching/Mentoring. Knowledge of Microsoft products City of Carlsbad - Schedule F - Additional Information - Bid No. 12-04 Page 1 Final Assembly Lead This position requires at minimum a 40 hour workweek At least 5 years of automotive/mechanical experience In an automotive or manufacturing environment. Ability to supervise and manage a team of Final Assemblers using supen/isory and management principles including; Performance Management, Corrective and Disciplinary procedures, and Coaching/Mentoring, Knowledge of Microsoft products City ofCarlsbad - Schedule F - Additional Information - Bid No. 12-04 Page 2 Contractor's Work Force City of Carlsbad Proposal No. 12-04 Schedule "f" A. Position Title B. Minimum Qualifications Welder/Fabricator 15 positions These positions requires at minimum a 40 hour workweek Basic reading, writing and arithmetic, normally acquired through a high school diploma or equivalent. Prior welding or fabrication experience and knowledge of press brake and shear operations. Assembler 17 positions These positions requires atminimum a 40 hour workweek Basic reading, writing and arithmetic, normally acquired through a high school diploma or equivalent Prior assembly experience in a manufacturing environment Paint Prep/Palnter 16 positions These positions requires at minimum a 40 hour workweek Basic reading, writing and arithmetic, normally acquired through a high school diploma or equivalent. Prior auto body repairer paint experience or technical schooling Electrician 14 positions These positions requires at minimum a 40 hour workweek Basic reading, writing and arithmetic, normally acquired through a high school diploma or equivalent Prior 12 volt electrical experience and/or technical training Chassis Prep 12 positions These positions requires at minimum a 40 hour workweek Basic reading, writing and arithmetic, normally acquired through a high school diploma or equivalent. Auto Mechanic and auto detailing work experience and/or technical training City of Carlsbad - Additional Information - Bid No, 12-04 Page 1 Contractor's Work Force City of Carlsbad Proposal No. 12-04 Schedule'r' D. Other Staff Support - Title Description/Qualifications Engineer 3 positions These positions require at minimum a 40 hour workweek These are management level positions requiring a Bachelor's degree In Engineering/Engineering Tech. Experience working in a team setting and with a variety of professionals including; Management, Engineers, Sales and Production employees. Designer 6 positions This position requires at mmimum a 40 hour workweek Experience performing as a CAD designer or drafter or related responsibilities, AA or AS In Drafting/Design - appropriate combination of education and experience may be substituted for minimum education. 3-D Modeling experience Is desirable Inside Sales Coordinator 6 positions These positions require at minimum a 40 hour workweek These positions are responsible for managing and coordinating the build process and working closely with the customer throughout the process to ensure their vehicle Is being built to meet their specifications and requirements. Maintenance 2 positions These positions require at minimum a 40 hour workweek These positions are responsible for the maintenance and upkeep ofthe entire physical plant building and equipment which supports the business operations for BNW These positions require at minimum a 40 hour week. Salesman 8 positions The Salesmen are the first point of contact with the customer and are responsible for establishing and maintaining the customer relationship from point of sale to delivery of vehicle. These positions require at minimum a 40 hour week Executive Management • President, Vice President (2), Board of Directors - Consists of Family Members • Manufacturing Manager • Outside Sales Directors (3) • Inside Sales Manager • Controller - Certified CPA • Human Resource Manager - MS, SPHR • Materials Department Manager These positions all provide the required Infrastructure support necessary to oversee and manage the overall operations ofthe business. City of Carlsbad - Additional Information - Bid No. 12-04 Page 1 Contractor's Work Force City of Carlsbad Proposal No. 12-04 Schedule "f" E. Skills Training Program Description Braun Northwest Inc Is a custom manufacturer of Emergency and Law Enforcement Vehicles serving the 13 Northwest States. The family has been In business for 25 years. Employees are hired with skills relevant to the work area for which they are being recruited. Because our vehicles are custom built to the specifications of our customer, and no two vehicles are built exactly alike, our employees receive an intensive on the job training program within the first 90 days of their employment. Each employee Is provided a New Employee Orientation which consists of basic personnel policy information, safety orientation and time and attendance (time clock). Each Manager is then responsible for orienting the new employee to the respective area or department In which they will work. Any specific training to operate equipment Is provided and successful passing of the course is required prior to the employee's use of the equipment. Specific skills training, {relevant to the Individual's job) is conducted In phases over a 90 day period: • The first 30 days consists of basic tasks requiring entry level skills. During this phase, the employee receives direction from a Team Lead and competency acquisition Is approved by the Team Lead • The following 30 days, (day 30-60) the employee is paired with seasoned team members and together they complete assigned tasks and competency acquisition is approved by both the Team and Department Lead • The final 30 days of the hands on training (day 60-90) the employee is assigned independent tasks for completion or may be assigned their own vehicle to complete Independently, depending upon their acquired competency level, • A formal evaluation period is conducted at the end of the training process City ofCarlsbad Schedule F -RFP 12-04 Page 1 SCHEDULE"F" Page 2 CONTRACTOR'S WORK FORCE (Continued) A. POSITION TITLE B. MINIMUM QUALIFICATIONS 4. 5. 6. 7. 8. 9. 10. City of Carisbad RFP 12-04 23 SCHEDULE "F" Page 3 CONTRACTOR'S WORK FORCE (Continued) D. Other Staff Support Title Description / Qualifications 1. 2. 3. 4. 5. E. Description of CONTRACTOR'S employee training program City of Carlsbad RFP 12-04 24 City of Carisbad Proposal No. 12-04 Schedule "G" LISTING OF SUBCONTRACTORS The CONTRACTOR is required to fumish the foliowing Information relative to the subcontractors he proposes to use. If all work is to be done without subcontractors, write "NONE" in the following space: NAME UNDER WHICH SUB- CONTRACTOR IS LICENSED LICENSE NUMBER AND CLASSIFICATION ADDRESS AND TELEPHONE NUMBER TYPE AND ANNUAL VALUE OF WORK SUBCONTRACTOR WILL PERFORM N/A City of Carisbad RFP 12-04 25 CityofCarlsbad Request for Proposal 12-04 Schedule "H" References Please provide the contact information for at least three (3) to five (5) references for similar work perfomned for a Public Safety Entity in the past 36 (thirty six) months: Contact Name: Agency: Phone Number: E-mail: Description of Work Performed; Value of Work (Contract Amount) PLEASE REFET^ TO FOLLOWING PAGES FOR EXTENSIVE REFERENCES. Contact Name: Agency: Phone Number: E-mall: Descnption of Work Performed: Value of Work (Contract Amount) Contact Name: Agency: Phone Number: E-mali: Description of Work Performed: Value of Work (Contract Amount) Contact Name: Agency: Phone Number: E-mail: Description of Work Performed: Value of Work (Contract Amount) Contact Name: Agency: Phone Number: E-mail: Description of Work Performed: Value of Work (Contract Amount) City of Carisbad RFP 12-04 26 Beverly Hills, City of, Police Dept. 464 N.Rexford Drive 455 N. Rexford Drive (Purchasing) Beverly Hills CA 90210 Phone: 310-285-2197 Fax: Contact: Sgt. David Perez Total Purchases to Date: 1 1487-5 2012 Butte County Sheriff 33 County Center Drive Oroville Total Purchases to Date: 1 0918-5 2007 Most Recent (aU types) - PO Date: 04/22/2011 Delivery Date: 11/4/11 Unknown PODate 04/22/2011 Delivery CA 95965 Phone: 530-538-7396 Fax: 530-538-7995 Contact: Lieutenant Bryan Flicker Most Recent (all types) - PO Date: 01/02/2007 Delivery Date: 1/3/2008 Unknown PODate 01/02/2007 DeHvery El Cajon, City of 200 East Main Street 1060 Vernon Wy (Fleet Maint) El Cajon CA 92020 Phone: 619-441-1715 Fax: 619-588-1190 Contact: Debbie Setzer, Acting Captain Total Purchases to Date: 1 0547-5 2004 Most Recent (all types) - PO Date: Delivery Date: 9/9/2003 Unknown PO Date Delivery Fresno, City of 2200 Fresno Street Fresno CA 93721 Total Purchases to Date: 1 1235-5 2008 Phone: 559-488-2505 Fax: 559-488-1069 Contact: Jason B. MacDonald, Purchasing Manager Most Recent (all types) - PO Date: 04/13/2009 Delivery Date: 12/24/09 Supplied PODate 04/13/2009 DeUvery King County DOT Fleet BuUding G 155 Monroe Ave NE Renton WA 98056 Total Purchases to Date: 2 0503-5 2003 Phone: 206-296-8164 Fax: Contact: Steve Amold Most Recent (all types)' PODate: 09/01/2006 Delivery Date: 8/30/2007 Valley PO Date Delivery LA County Sheriffs Department 1060 N. Eastem Avenue 1104 N. Eastem Avenue #50(purchasing) Los Angeles CA 90063 Phone: 323-881-7500 Fax: 323-415-2953 Contact: Detective Marcus Friedemann Total Purchases to Date: 8 0832- 5 2007 0833- 5 2007 0934- 5 2007 0935- 5 2007 0936- 5 2007 Most Recent (all types) - PODate: 03/01/2007 Deliveiy Date: 9/28/2007 Unknown PODate 07/17/2006 Delivery Unknown PODate 07/17/2006 Delivery Unknown PODate 03/01/2007 Delivery Unknown PODate 03/01/2007 Delivery Unknown PODate 03/01/2007 Delivery Mesa, City of P.O. Box 1466 310 E 6th Street Mesa AZ Total Purchases to Date: 3 1351-1 2011 85211-1466 Phone: 480-644-3694 Fax: Contact: LisaPena Most Recent (all types) - PO Date: 07/22/2011 Deliveiy Date: 12/6/10 Unknown PODate 06/18/2010 Delivery Milwaukee Co Sheriff 949 N 9 St. Milwaukee WI Total Purchases to Date: 1 0647-5 2005 53233 Phone: 414-226-7059 Fax: 414-226-7099 Contact: David A. Clarke, Jr., Sheriff Most Recent (all types) - PO Date: Valley PODate Delivery Deliveiy Date: 2/1/2005 Multnomah Co 501 SE Hawthorne Blvd., Suite 400 1620 SEI 90th Ave Portland OR 97214 Total Purchases to Date: 4 0681- 5 2005 0682- 5 2005 0968-5 2008 Phone: 503-988-5111 Fax: 503-988-3252 Contact: Herman Brame, Interim Manager MostRecent (all types) - PODate: 06/20/2011 DeUvery Date: 8/19/2005 Unknown PODate Delivery Unknown PO Date Delivery Unknown PODate 07/09/2007 Delivery San Bernardino, Co of 655 East Third St San Bemardino CA Total Purchases to Date: 1 0695-5 2006 92415 Phone: 909-890-4854 Fax: 909-890-4850 Contact: Detective Dan Glozer Most Recent (all types) - PO Date: Delivery Date: 1/13/2006 Unknown PO Date Delivery Sonoma County 1200 Century Court 2300 County Center Drive (Billing) Santa Rosa CA Total Purchases to Date: 1 1427-5 2011 95403 Phone; 707-565-2639 Fax: Contact: David Worthington Most Recent (all types) - PO Date: 12/20/2010 Delivery Date: 6/30/11 Unknown PODate 12/20/2010 Delivery Butte CountyGeneral Services 3-A County Center Drive Oroville CA Total Purchases to Date: 1 0920-5 2007 95965-3334 Phone: 530-538-7373 Fax: 503-538-6760 Contact: Most Recent (all types) - PODate: 01/05/2007 Delivery Date: 1/21/2008 GMC PODate 01/05/2007 DeUvery Clark County 1300 Franklin Street, Suite 650 P.O. Box 5000 Vancouver WA 98666-5000 Phone: 360-397-2323 Fax: 360-397-6027 Contact: Michael Westeiman, CPPO Total Purchases to Date: 1 0975-5 2008 Most Recent (all types) - PO Date: 07/26/2007 Delivery Date: 6/13/2008 GMC PODate 07/26/2007 Delivery Orange County Sheriffs Dept. 1900 W Katella Ave. Orange CA Total Purchases to Date: 1 1268-5 2007 92667 Phone: 714-538-9668 Fax: Contact: Most Recent (all types) - PODate: 07/17/2009 DeUvery Date: 5/14/10 GMC PODate 07/17/2009 DeUvery Rialto Police Department 128 N Willow Avenue Rialto CA Total Purchases to Date: 1 0959-5 2007 92376 Phone: 909-421-7212 Fax: Contact: Captain Tony Farrar MostRecent (alltypes) - PODate: 05/14/2007 DeUvery Date: 3/17/2008 GMC PODate 05/14/2007 Delivery Riverside, City of; Police-Aviation Unit 7020 Central Avenue 3900 Main Street (Finance) Riverside CA 92504 Phone: Fax: Contact: Lt. Gary Leach Total Purchases to Date: 1 0915-5 2006 Most Recent (all types) - PO Date: 12/07/2006 Deliveiy Date: 10/30/2007 GMC PODate 12/07/2006 Delivery South Jordan Police Department 1600 Towne Center Drive Soutii Jordan UT 84095 Phone: Fax: Contact: Matt Evans Total Purchases to Date: 1 1186-5 2009 MostRecent (all types) - PO Date: 12/12/2008 Deliveiy Date: 9/30/09 GMC PODate 12/12/2008 DeUvery South Lake Tahoe, City of, South Lake Tahoe Pol 1901 Airport Road, Suite 207 1700 D Street South Lake Tahoe CA 96150 Phone: 530-542-6066 Fax: 530-542-7950 Contact: Lt. Martin Hewlett Total Purchases to Date: 1 0869-5 2006 Most Recent (all types) - PODate: 08/03/2006 Delivery Date: 3/26/2007 GMC PODate 08/03/2006 DeUvery Tucson, City of, Police Department 1100 SAIveron Way Tucson AZ 85711 Phone: 520-837-7379 Fax: Contact: WesDison Total Purchases to Date: 3 1215- 5 2009 1216- 5 2009 MostRecent (all types) - PO Date: 01/28/2009 Delivery Date: 9/2/09 GMC PODate 01/28/2009 DeUvery GMC PODate 01/28/2009 DeUvery Pacific Co Sheriffs Office PO Box 187 300 Memorial Drive South Bend WA 98386 Phone: 360-875-9340 Fax: Contact: Sheriff John Didion Total Pu rchases to Date: 1 Most Recent (all types) - PO Date: Delivery Daie: 2/14/2006 0710-5 2006 Ste. GMC PODate DeUvery Dwayne Lane Dodge 7800 Evergreen Way Everett Total Purchases to Date: 1 0759-5 2006 WA 98203 Phone: Fax: Contact: Bob Romberg Most Recent (all types) - PODate: 12/23/2005 Delivery Date: 10/2/2006 Rainer Dodge PODate 12/23/2005 DeUvery The following pages contain photographs of the City of Carlsbad's van to be outfitted, as well as cut-away drawings of the van which may be useful to prospective contractors. PLEASE NOTE: ALL MEASUREMENTS ARE APPROXIMATE AND VENDORS SHOULD NOT RELY UPON THE MEASUREMENTS PROVIDED WITHOUT VERIFYING THE INFORMATION INDEPENDENTLY. City of Carisbad RFP 12-04 27 IMG 0003.JPG CityofCarlsbad IMG 0007.JPG IMG 0008JPG COPY jig? IMG 0009.JPG IMG 0010JPG City of Carisbad IMG 0011.JPG RFP 12-04 30 IMG 0012.JPG COPY IMG 0013.JPG IMG 0014JPG ^^r"^''''' " -:r :-7\ ^ CityofCarlsbad RFP 12-04 IMG 0015.JP COPY IMG 0016.JPG CJ) c CD Cvi o> 00 Cvi I I I i I I I I SZ •g o> oq CD END OF CITY OF CARLSBAD REQUEST FOR PROPOSAL 12-04 City of Carisbad RFP 12-04 34 -p CQ o t-t OQ I u o cd 03 -P o u J <t z SM i-P • • >^ J- M w I- >• z I-MZ IDy zz y H • z m O 12; cq fl -p tn Xi -P u o ti ti 2^ • • • I >• <:z z h MZ (Dy Zz ao ny y I- • z > Li H > (A \ 0 • y h z H u J h H h ti -p CQ -p u o Z, ti ti cd PQ ti -p CQ U o Z, ti ti a u a « LS 0 % I7> o P> <C m • t/> _f >-1-< o I-l • • <tz z h MZ I3y Zz i^O. y • Z z <[ J Ill J h H