HomeMy WebLinkAbout2004-10-12; City Council; 17842; Thunderworks Mobile Engineering Technologies agmtCITY OF CARLSBAD - AGENDA BILL
I AB# 17,842
MTG. 10/12/04
TITLE:
AGREEMENT WITH THUNDERWORKS
MOBILE ENGINEERING TECHNOLOGIES
DEPT
n w
CT e
8
2
I POL
DEPT.HD.
CITY ATTY. &
CITYMGR. k
RECOMMENDED ACTION:
Adopt Resolution No. 2004-333 authorizing the City to approve an agreement with
Thunderworks Mobile Engineering Technologies for outfitting police vehicles with mobile
computers, lightbars, radios and miscellaneous equipment.
ITEM EXPLANATION:
As part of its technology project, the police department has determined that 47 vehicles
require an upgrade of radio, emergency lighting, siren and light controls, and emergency
equipment consoles, which should be performed in concert with the installation of the
new in-car computer and vehicle location equipment. Due to the complex nature of the
installations, Staff has determined it would be advisable to outfit a small group of vehicles
as a pilot program for evaluation and testing prior to committing to the changes for all
ve h icles.
In accordance with Section 3.28.050 of the Municipal Code, on June 2, 2004, Notice to
Bidders was mailed to four local emergency vehicle outfitters. Thunderworks was the
only vendor to submit a bid. The bid specified that the successful bidder would first outfit
5 vehicles for the pilot program. If the police and fleet departments were satisfied with the
performance and quality of the work performed, the City would enter into an agreement
for completing work on the remaining 42 vehicles. The pilot program has been completed
and Staff now wishes to enter into an agreement to complete the outfitting of the
remaining 42 vehicles.
The 42 vehicles to be outfitted are 13 new vehicles (replacements) and 29 vehicles
currently in service, that will be retrofitted with the new equipment.
Staff recommends that the City execute a one-year contract with Thunderworks Mobile
Engineering Technologies with the option of extending it for one additional year.
I
FISCAL IMPACT:
The cost of this agreement will be $367,000. A ten percent (10%) contingency for
unexpected costs due to the complexity of this project has been included in the total cost
of the agreement. The vehicle replacement fund will be the source for $45,000 of the
new vehicle outfitting costs. The balance of the contract, $322,000, will be funded from
the police contingency account.
EXHIBITS:
1. Resolution No. 2004-333
2. Agreement
(for further information please contact Lieutenant Mike Shipley at 760 931-2115 or
mship@ci.carlsbad.ca.us)
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
RESOLUTION NO. 2004-333
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD,
CALIFORNIA, APPROVING THE CONTRACT FOR OUTFITTING POLICE
VEHICLES WITH MOBILE COMPUTERS, LIGHTBARS, RADIOS AND
MISCELLANEOUS EQUIPMENT
WHEREAS, the Carlsbad Police Department wishes to upgrade radio, emergency lighting,
siren and light controls, and emergency equipment consoles, in conjunction with the installation of
the new in-car computer and vehicle location equipment; and
WHEREAS, after a public bid process, public safety and finance staff selected Thunderworks
Mobile Engineering Technologies to install the equipment after performing a pilot program; and
WHEREAS, Thunderworks Mobile Engineering Technologies has completed the pilot
program to the satisfaction of the police and fleet departments.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad as
follows:
1. That the above recitations are true and correct.
2. That the agreement with Thunderworks, a copy of which is attached, is hereby approved.
3. That the Mayor is hereby authorized and directed to execute a contract for these services, for
and on behalf of the City of Carlsbad, for a period of one (1) year with the option for the City
Manager to extend for one (1) additional one (1) year period.
PASSED, APPROVED, AND ADOPTED at a regular meeting of the City Council of the City
of Carlsbad held on the 12th day of October , 2004, by the following vote, to wit:
Council Members Lewis, Finnila, Kulchin , and Packard AYES:
NOES: None
ABSENT: None
MWCA. LEw, mayor
ATTEST: ~ fl
W (SEAL)
Karen R. Kundtz, Assistant City Clerk
3
AGREEMENT FOR EMERGENCY VEHICLE OUTFllTlNG SERVICES
Thunderworks Mobile Engineering Technologies
THIS AGREEMENT is made and entered into as of the day of 8- , 20~$ by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and ThundeNVorks Mobile Engineering Technology, a division of
Decatur Electronics Inc. ("Contractor").
A. City requires the professional services of a vehicle outfitter that is
B. Contractor has the necessary experience in providing professional
C. Selection of Contractor is expected to achieve the desired results in an
D. Contractor has submitted a proposal to City and has affirmed its
experienced in emergency vehicle outfitting.
services and advice related to emergency vehicle outfitting.
expedited fashion.
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 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. The City Manager may amend the Agreement to extend it for one (I)
additional one (1) year period or parts thereof. 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.
1
City Attorney Approved Version W4.01.02
4
4.
Time is of the essence for each and every provision of this Agreement.
TIME IS OF THE ESSENCE
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term
will be three hundred and sixty-seven thousand dollars ($367,000). The cost to outfit 42
vehicles is expected to be three hundred and thirty-four thousand dollars ($334,000).
Due to the complexity of the required modifications, adjustments to equipment and
installations may need to be made to the Vehicle Outfitting Worksheets in Exhibit A. If
changes are requested, the contractor will supply a written quote to Project Manager ,
Michael Shipley, prior to initiating the installations. Total cost of additional equipment
and services shall not exceed thirty three thousand dollars ($33,000).
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 "A'
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
2
City Attorney Approved Version W4.01.02
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.
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 in whole or in part by any willful misconduct or negligent act or omission 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-:V'.
IO. 1 Coveraaes 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.
3
City Attorney Approved Version #04.01.02
4
10.1 .I Commercial General Liabilitv Insurance. $1,000,000 combined
singlelimit 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' ComDensation and Employer's Liabilitv. Workers'
Compensation limits as required by the California Labor Code and Employer's Liability
limits of $1,000,000 per accident for bodily injury. Workers' Compensation and
Employer's Liability insurance will not be required if Contractor has no employees and
provides, to City's satisfaction, a declaration stating this.
10.1.4 Professional Liabilitv. 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.
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 Providina 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 Coveraae. 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.
4
City Attorney Approved Version #04.01.02
3
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.
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. 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.
For Citv: For Contractor:
Name: Michael Shipley
Title: Police Lieutenant
Department: Police
City of Carlsbad
Address : 2560 Orion Way
Carlsbad, CA. 92008
Phone No. : 760/931-2115
Name: Allen Johnson
Title : Director of Business Development
Address: 10729 Wheatlands Ave.
Santee, CA. 92071
Phone No.: 61 9/596-1925
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.
14. CONFLICT OF INTEREST
City will evaluate Contractor's duties pursuant to this Agreement to determine whether
disclosure under the Political Reform Act and City's Conflict of Interest Code is required
of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be
determined that disclosure is required, Contractor or Contractor's affected employees,
agents, or subcontractors will complete and file with the City Clerk those schedules
specified by City and contained in the Statement of Economic Interests Form 700.
Clty Attorney Approved Version #04.01.02
5
8'
Contractor, for Contractor and on behalf of Contractor's agents, employees,
subcontractors and consultants warrants that by execution of this Agreement, that they
have no interest, present or contemplated, in the projects affected by this Agreement.
Contractor further warrants that neither Contractor, nor Contractor's agents, employees,
subcontractors and consultants have any ancillary real property, business interests or
income that will be affected by this Agreement or, alternatively, that Contractor will file
with the City an affidavit disclosing this interest.
15. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and
regulations which in a& 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 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
that the services required by this Agreement.
16. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations
prohibiting discrimination and harassment.
17. 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 otherwise
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 forwarded 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 (1 0) business days. If the 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.
6
Crty Attorney Approved Version #04.01.02
9
18. 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 terminate 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 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.
19. 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.
20. 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 sea., 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
7
City Attorney Approved Version M4.01.02
acknowledges debarment by another jurisdiction is grounds for City to terminate this
Agreement.
21. 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.
22. 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.
23. 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.
8
Ci Attorney Approved Version #04.01.02
II
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
*By: jiL#?g&C.Je
@gn here)
(print namehitie)
(e-mail address)
(siGn here) '
(print name/titi&)
(e-mail address)
%ndalr c. S;znne//Ch aljrrm
rSatmu-@ dEcafkrohctrmicrmm
ATTEST:
EL, LL L,,;AP4 18& **By: mlrh1
City Clerk ~~&~ii~ D. ar\JeL / Secnhrv
~7r &LO decdiur eiictfrOn\C., . CD~
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-P resid e n t
**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: ' Deputy City Attorney
9
City Attorney Approved Version W4.01.02
1%
EXHIBIT “A”
SCOPE OF SERVICES
The contractor is to outfit 42 police vehicles with emergency equipment. Thirteen
(13) vehicles will new vehicles (replacements) and will require installation of all
emergency equipment. The remaining twenty-nine (29) vehicles will be
retrofitted with varying components of emergency equipment to be installed.
The contractor understands the need for the timeliness in completing the
outfitting of these 42 vehicles and has agreed to a schedule of delivering one
new outfitted vehicle at a rate of no less than one per week and delivering two
retrofitted vehicles at a rate of no less than two per week.
The equipment and installation costs are detailed in the attached vehicle
outfitting worksheets. Those costs were adjusted following the prototype project,
where additional needed equipment and installations costs were identified as
follows:
Estimate
License Strobe
Lights Install
Extra Computer
Wiring Install
Copland Power
‘Manager
Power Manger
Install
Totals $1 0,215.28 $9,215.14 $7,168.1 1 $7,304.68
City Attorney Approved Version #04.01.02
10
13
/ ,
I-t-
,
* SEP'27-2004 MON 02: 15 PM ACORDIA FAX NO, 1 217 398 3485 P, 01/02
1 Ai Client#: 561 DEWLEI:
DATE (MMIDWYY) CERTIFICATE OF LIABILITY INSCRANCE 09/27/04
THIS CERTIFICktk IS ISSUED AS A WATER OF INFORMATlON ONLY AND CONlFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT WEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
IIWJRERS AFFORDING COVERAGE
2107 S NE
COVERAGES
POLICIES. AGGRE~TE LIMITS SHOW ..
.....
I-
EMPLOYERS LI ILIW 9
OTMER
BELOW HAVE BEEN ISSUW TO THE INSURED NAMED ABOVE "FOR THEPOLICY PERIOD INDICATED. NOTWITHSTANDING 31TION OF ANY CONTRACT OR OTHER DOCUMENT WITH REEIi:'ECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
SDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERM. EXCLUSIONS AND CONDITIONS OF SUC1.I MAVHAVE ~Epr REDUCED BY PAD CLAIMS
PRB12 0 58 12/15/03
..
PWCY NUMBER
I
I
RDC685368601 10/31/03
OCOl74 13 02 10/31/03
............ .........
$ BODILY INJURY Per parson)
BODILY INJURY
_. - ........ ..... .- ..
b (Pat Bccldelltl . ........
LSBAD IS INCLUDED AS ADDITIONAL INSURED FOR THE LIABILITY OF THE OPERATIONS OF "HE NAMED INSURED. CITY OF
CERTIFICATE HOL
CE DEPARTMENT TOTHE CERTlFll! ATE IiOCDBRNAHEOTOTHEL~~, BUTFflLUAE TODOSOSHALL
,ITS AGENTS OR OF ANYKINO UPON ATTN: MIC
2560 ORIO
SEP-27-2004 MON 02:15 PM ACORDIA FAX NO, 1 217 398 3485 P. 02/02
It the cenlflcete holder is an ADDlTlONAL INSURED, the policy(ies) rnl,ist be endalsed. A statement
on this certificate does not confer rlghts to the certificate holder In lieu iif such endorsement@).
I‘ SUBROGATION IS WAIVED, subject to the mens and conditions of the policy, certain policies may
require an endorsement. A statement on this cerHficate does not cionfer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
‘-he Certificate of Insurance on the reverne skie of this form dses not mnstiite a contract belween
t’le issuing insurer@), authorized representative or producer,and the ~:ertfflcate holder, nor does It
idm?atiVely or negatively amend, extend or alter the coverage afforcllid by the policies lfsted thereon.
IMPORTANT
ADDlTloNAL INSURED - OWNERS, iLESSEES OR
CONTRACTORS - SCHEDUtED PERSON OR ' 6Romunuw
As on file with the company
CARLSBAD POLICE DEPARTMENT
Cost Breakdown
Retro Fit Patrol Cars
Retro Fit K9 Cars
Retrofit Misc. Support Vehicles
New Vehicle Outfitting
Total Outfitting Costs
Add 10% for unexpected costs
Thunderworks Contract
Funding
Vehicle Replacement Fund
Police Contingency Funds
$1 50,530.31
$36,523.40
$10,722.37
$1 35,798.36
$333,574.44
$33,357.44
$366,931.88
$45,000.00
$321,931 .aa
POLICE DEPARTMENT FLEET
Conversion Plan and Cost Estimate
L 1.
$7,168.1 1
$7,168.1 1
$7,168.1 1
$7,168.1 1
$7,168.1 1
$7.168.1 1
A837 ]Ford IP. I. lB&W lF.0.
A838 IFord IP. I. lB&W lF.0
A839 IFord IP. I. lB&W (F.O.
A842 IFord IP. I. lB&W IF.0.
A843 Ford P. I. B&W F.O.
A845 Ford P. I. B&W F.O.
A846 Ford P. I. B&W F.O.
A868 IFord IP. I. lB&W IF.0.
A869 IFord IP. I. lB&W IF.0.
A870 IFord IP. I. lB&W IF.0.
A872 IFord IP. I. lB&W IF.0.
A873 ]Ford IP. I. IBSW IF.0.
A874 IFord IP. I. lB&W IF.O.-Sgt.
A894 IFord IP. I. lB&W IF.0.
A895 ]Ford [P. I. IBSW IF.0. -Sgt.
A896 IFord IP. I. IB&W IF.0.
A897 IFord IP. I. lB&W 1F.O.
A811 IFord IP. I. lB&W ITraf-Lt
A871 IFord IP. I. (B&W ITraf
A893 IFord IP. I. IBSW /Traf
F813 IFord IP. I. ]White 1F.O.UIC
A781 ]Ford IExped. [B&W IF.O.-K9
A782 IFord IExped. lB&W IF.O.-K9 I A887 IFord IExped. lB&W IF.O.-K9 I
A888 IFord IExped. lB&W IF.O.-K9
XA647 IFord IExDed. IB & W IF.0. - K9
I A847 IFord IRanger IWhite ITraf AVA I
A918 ]Ford ITruck ]White IF.O.-LP
A776 IGMC IC2500 IBSW ITraf
A727 IFord IP. I. IB&W IF.0.
A734 [Ford [P. I. IBSW IF.0.
A739 IFord IP. I. IBSW lF.0.
A800 IFord IP. I. IB&W [F.O.
I A803 IFord 1P.I. lB&W IF.0. I
I A873 I+
A895
1-
A893 I F813
1-
XA647
I $7,168.1 1
$7.168.1 1 I $7,168.1 1
$7.168.1 1 I $7,168.1 1
.,
$7,168.1 1
$7.168.1 1
$1 50,530.31
I $7,304.68
$7.304.68 I
.I I $36,523.40
I $1.563.64 I -.I---.-.
$3,162.43
$5.996.30 I ., I $1 0,722.37
$46,696.1 7
POLICE DEPARTMENT FLEET
Conversion Plan and Cost Estimate
z sa
3
.- U C
3
A732
A735
C 0 Q) .- v) > 0
- - us .- =Zgo E
a €24
Ford P. I. B&W F.O.
Ford P. I. B&W F.O.
A738 ]Ford IP. I. lB&W IF.0.
A804 IFord IP. I. IB&W [F.O.
A733
A659
A660
I A807 IFord IP. I. lB&W IF.0.
Ford P. I. B&W F.O. - Lt.
Ford P. I. B&W Traf- Sgt.
Ford P. I. B&W Traf
A808 IFord IP. I. lB&W IF.0.
A731 IFord IP. I. lB&W IF.0.
L A802 IFord IP. I.
A809 ]Ford IP. I.
B&W F.O.
B&W F.O.
A810 ]Ford IP. I. lB&W IF.0. I
- A903
A945
A946
A947
A948
A949
New Exped.
New -2005-1
New -2005-2
New -2005-3
New -2005-4
New -2005-5
New -2005-6
New -2005-7
$10,215.28
$10.21 5.28 -,
$10,215.28
$10.215.28
$10;215.28
$10,215.28
$1 5.21 5.28 ..
$1 0,215.28 1
..
$10,215.28
$1 35,798.36
New Exped. = Current supervisor's car will become a patrol car. Supervisors will get new command vehicle ( add $5,000).
New - 2005 - 6 = PD authorized to have one vehicle built and ready for service.
New - 2005 - 7 = One new vehicle held in reserve.
A836 will replace A731 at Palomar College, A731 will be rebuilt.
- City of Carlsbad
REQUEST FOR BID
June 2,2004
BID NU. 04-20 DATE DUE: June 17,2004
11:oo AM.
Outfitting of City of Carlsbad Police Vehlcles with Mobile Computers, Lightbars and Miscellaneous Equipment
The City of Carlsbad is requesting bids to provide labor and materials to install mobile computers and miscellaneous equipment in 47 police vehides per the schedule listed below. The successful bidder will outfit one vehicle for review and acceptance by the Police Department. Immediately after acceptance, four more vehicles will be outfitted. Based on
satisfactorily performance outfitting these five vehicles, the City of Carlsbad will expect the successful bidder to sign a contract to outfit the remaining 42 vehicles.
A sample contract is attached. Please do not execute the contract at this time.
In accordance with the Carlsbad Municipal Code, awards shall be based on a best value evaluation. Criteria used for the evaluation will include: cost, references and past performance, ability to provide services, delivery schedule, location and unspecified value-added offerings which may be offered by the bidder. See attached documentation for details. The lowest bidder
may not receive the award.
The City reserves the right to reject any or all bids or any part of the bid, to waive minor defects
or technicalities, or to solicit new bids on the same project or a modified project. Please read the insurance requirements and general provisions carefully, they are part of your bid. Proof of insurance will be required of the successful bidder only.
Schedule - The Police Department has significant concerns regarding the timing of this conversion. Successful bidders must be able to meet a delivery schedule as described:
0
0
0
0
0
June 2004 - Arrangements must be made with Police Department to begin outfitting one
new police interceptor immediately after the bid award. The successful bidder is responsible for delivery of the vehicle to bidder's location.
June/Juty - Successful bidder will outfit the above prototype patrol car. Delivery to
Police Department no later than July 2,2004.
July 2004 - Police Department will review prototype car for acceptance of outfitting .
July 2004 - Police Department and Successful bidder will agree upon a start date
(approximately the second week of July 2004) to receive 4 patrol vehicles being
removed from service and outfit 4 new police interceptors.
End of July 2004 - Successful bidder will complete and have ready for service the 4
patrol cars within two weeks of the start date agreed upon above.
October 2004 - If the timeliness and quality of outfitting the 5 vehicles above is deemed satisfactory, the City of Carlsbad intends to enter an agreement with the successful
bidder to outfit the remaining 42 vehicles. Police Department and Successful bidder will
agree upon a start date to begin outfitting the remainder of the fleet. Successful bidder
will deliver one new outfitted vehicle at a rate. of no less than one per week. Successful bidder will deliver two retrofitted vehicles at a rate of no less than two per week.
P\ THE CITY ENCOURAGES THE PARTICIPATION OF MINORITY AND WOMEN-OWNED BUSINESSES.
1635 Faraday Avenue Carlsbad. CA 92008-7314 - (760) 602-2430 - FAX (760) 602-8553
www.ci.carlsbad.ca.us Business License (760) 602-2495 - Utility Billing (760) 602-2420 @ p~lrrh~cinrr 17cnb en9.3Aen CAV #Ten\ enn nrr- n.--I I . - I---- --- - -- - -~
The following items must be submitted with your bid. Omissions may be cause to consider your
bid non-responsive.
'\1 Four Cost Sheets for Vehicle Outfitting '\I Vehicle Outfitting Parts Worksheet
'W 0 Bidder's Statement of Technical Ability and Experience \r Bidder's Statement of Ability to Provide Services \ Bidder's Statement of Unspecified Value Added Offerings
Note: The schedule is crucial to this proiect. Be sure to indicate vow companies delivery \r information on the Bidder's Statement of Abilitv to Provide Services.
By submitting a bid, the contractor is providing a guarantee to the City that, if chosen, they will
be able to provide the proposed products and senrices during the period of time discussed in this request for bid.
Please direct questions regarding the specifications to Mike Shipley at (760) 931-2208. Please
direct questions about the bid process in general to Jim Sartorio, Finance Department, at 760-
602-2467.
READ THE ATTACHED GENERAL PROVISIONS CAREFULLY, THEY ARE A PART OF YOUR BID.
GUARANTEE OF GOOD FAITH REQUIRED:
$ None (FAILURE TO SUBMIT
GUARANTEE OF GOOD FAITH WILL VOID
THE BID. SEE PARAGRAPH 3, GENERAL PROVISIONS.)
state. zip CA 9as3 I T*Lns393n Print Name A f ?FA r\ !
- -* DATE
Of ENED, WITNESSED AND RECORDED:
DATE SIGNATURE
a2
THE CITY ENCOURAGES THE PARTICIPATION OF MINORITY AND WOMEN-OWNED BUSINESSES. 4
VEHICLE OUTFITTING PARTS WORKSHEET
Fill in the individual cost per piece of equipment for each item on the list. Materiais will include all
nuts, bolts, fasteners, wire, metal stock, circuit breakers, conduit, tape, connectors, sealant, paint or other items necessary for the installation.
Page 1 of 2 ?Fk
VEHICLE OUTFllTlNG PARTS WORKSHEET
Indicate hourly shop rate for labor charges !kz?
Page 2 of 2
I
I
I i
I&
1- ' I
II
ii (I/ -- ! -1 I
I I
!
Y i -P
I
I I
i 1 i $ LI! I
W
I 1% IS I 1 I .I - I I I- c b-
+
-1 1
I
i i I !
i
!
I
I I . 1.
(0
v) 2
I
r
+
X
-.
X
r- '0
I- I I
W
t- '1" i--
I c I
!
..
i' I'
,I
I.- r- I-- . .-
I I ,
I
'!
I'
ti II I
iZI%i$l I I
r I I- 3
t
I
E
I
i
1 I
t
I
L
L
1 E c
c c
._ I"
(D
0 m
L.
-1 I I!
Q
t a d
I
CD
0
(3
.c
(D
0 m
'c