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