Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Emergency Vehicle Systems LLC; 2020-10-27; PSA21-1280FLT
PSA21-1280FLT City Attorney Approved Version 9/27/16 1 AMENDMENT NO.1 TO AGREEMENT FOR POLICE PATROL OUTFITTING EMERGENCY VEHICLE SYSTEMS, LLC. This Amendment No. 1 is entered into and effective as of the ______ day of ______________________________, 20___, amending the agreement dated October 27, 2020 (the “Agreement”) by and between the City of Carlsbad, a municipal corporation, ("City"), and Emergency Vehicle Systems, LLC, a California limited liability company, (“Contractor") (collectively, the “Parties”) for police patrol outfitting. RECITALS A. The Parties desire to alter the Agreement’s scope of work to outfit four (4) additional supervisor vehicles; and B. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". With this Amendment, the total annual Agreement amount shall not exceed seventy-one thousand twenty-six dollars and eighty-six cents ($71,026.86). 2. City will pay Contractor for all work associated with those services described in Exhibit “A” on a time and materials basis not-to-exceed thirty thousand nine hundred forty-nine dollars and forty-four cents ($30,949.44). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit “A” by October 26, 2021. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. 6. The individuals executing this Amendment 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 Amendment. /// /// /// DocuSign Envelope ID: 2CE5F633-1278-4F00-AB56-E93336B2FB93 14th20December PSA21-1280FLT City Attorney Approved Version 9/27/16 2 CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California EMERGENCY VEHICLE SYSTEMS, LLC, a California limited liability company By: By: (sign here) Geoff Patnoe, Assistant City Manager, as authorized by the City Manager Danielle Sickels, Member (print name/title) ATTEST: By: (sign here) for Barbara Engleson, City Clerk Evan Sickels, Member (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 Group B Chairman, President, or Vice-President 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: CELIA A. BREWER, City Attorney BY: _____________________________ Assistant City Attorney DocuSign Envelope ID: 2CE5F633-1278-4F00-AB56-E93336B2FB93 PSA21-1280FLT City Attorney Approved Version 9/27/16 3 EXHIBIT “A” SCOPE OF SERVICES AND FEE Contractor shall provide all labor, equipment and materials necessary to outfit an additional four (4)model 2020 Ford Police Interceptor Utility vehicles in accordance with the original contractspecifications outlined, less section 6.1 Prisoner Transportation System and with modifications to sections 8.1 Weapons Mounting System, as per change order “SOW – Est – 762”. The parts provided by the Contractor shall be adjusted as identified in the attached EVS Estimate dated 12/1/2020 and shall include console face plate and custom antenna kit for the six (6) vehicles included in the original scope of work, as well as the four additional vehicles added under this amendment. Each of the four additional vehicles will be outfitted for an amount of $7,222.21 per vehicle. Face plate and custom antenna kit for the six (6) vehicles included in the original scope of work shall be installed for a total price of $2,060.60 inclusive of additional shipping fees. DocuSign Envelope ID: 2CE5F633-1278-4F00-AB56-E93336B2FB93 Estimate Date 12/1/2020 Estimate # 762 Name / Address City of Carlsbad Public Works 1635 Faraday Avenue Carlsbad, Ca. 92008 Emergency Vehicle Systems LLC 8622 Argent St. Suite C Santee,CA 92071 P.O. No.Rep ES Project 2020 Ford Utility This Estimate is good for 90 days as of the date above. Phone # 6195995614 Total Description Qty Rate MPN Total ***2020 Ford Utility Hybrid Interceptor Supervisor Patrol Vehicles*** Blue Sea 12 position ATC fuse block with ground strip.4 45.00 12-5026B 180.00T Dome light red/white universal 4 65.00 ECVDMLTAL0 0 260.00T 150 amp Type 3 resettable 12v circuit breaker 4 40.0025 CB185-150 160.01T Egis Power Tamer 4 65.00 5601 260.00T 2 Pack Cigarette Lighter Sockets 12V with waterproof cover 4 16.00 CL-S-101 64.00T USB dual 3 Amp charge port for contura switch opening 4 20.00 OZG-USB-CHG 80.00T Corner LED system Red 8 74.9975 416910-R 599.98T Corner LED system Blue 8 74.9975 416910-B 599.98T IMPAXX 6 Blue, 6 LED clear off-axis lens, horizontal mount 8 125.01 IPX600B-B 1,000.08T IMPAXX 6 Red, 6 LED clear off-axis lens, horizontal mount 8 125.01 IPX600B-R 1,000.08T Code 3 6 LED Mega Thin Surface Mount Red/Blue 8 108.00 ULTMC-RB 864.00T Page 1 PSA21-1280FLT Exhibit "A" (continued)DocuSign Envelope ID: 2CE5F633-1278-4F00-AB56-E93336B2FB93 Estimate Date 12/1/2020 Estimate # 762 Name / Address City of Carlsbad Public Works 1635 Faraday Avenue Carlsbad, Ca. 92008 Emergency Vehicle Systems LLC 8622 Argent St. Suite C Santee,CA 92071 P.O. No.Rep ES Project 2020 Ford Utility This Estimate is good for 90 days as of the date above. Phone # 6195995614 Total Description Qty Rate MPN Total Troy Products Overhead center console for 2020 Ford Utility. Includes the following faceplate- FP-C3-Z3, Faceplate for Code 3 Z3 siren controller. 4 300.00 CC-UV20-OH 1,200.00T Innovative Emergency Equipment center console for 2020 Ford Utility, Includes mounting plate and standard faceplates for equipment. Please specify faceplates when ordering console. 4 640.00 INV-CON-DN-I SUV-20 2,560.00T Setina free standing gun rack base for 20-21 Interceptor Utility 4 310.00 GF1092ITU20 1,240.00T Install supplies, Wire, Connectors, loom, ect. Custom customer requested printed GXL wire 4 425.00 1,700.00 Installation Labor per vehicle.4 3,750.00 Labor 15,000.00 ***Add-on additional parts*** ACCESSORY, CONSOLE, FACEPLATE, 4", POCKET 10 46.00 INV-ACC-CON -FP-4-POCKET 460.00T Custom antenna kit, includes the following: * Sharkee antenna base * 762-870 MHz Whip * Radio cable with mini-uhf connector * GPS cable with TNC connector for laptop/tablet dock * LTE cable with TNC connector for laptop/tablet dock * Wi-Fi cable with TNC connector for laptop/tablet dock 10 265.00 PWAT-182-LT- SKE-EVS1 2,650.00T Page 2 PSA21-1280FLT Exhibit "A" (continued)DocuSign Envelope ID: 2CE5F633-1278-4F00-AB56-E93336B2FB93 Estimate Date 12/1/2020 Estimate # 762 Name / Address City of Carlsbad Public Works 1635 Faraday Avenue Carlsbad, Ca. 92008 Emergency Vehicle Systems LLC 8622 Argent St. Suite C Santee,CA 92071 P.O. No.Rep ES Project 2020 Ford Utility This Estimate is good for 90 days as of the date above. Phone # 6195995614 Total Description Qty Rate MPN Total Shipping Charge for panorama parts 1 50.00 50.00 Sales Tax 7.75%1,021.31 Page 3 $30,949.44 PSA21-1280FLT Exhibit "A" (continued)DocuSign Envelope ID: 2CE5F633-1278-4F00-AB56-E93336B2FB93 10/21/2020 Business & Contractors Insurance Services, Inc. 1941 Friendship Dr Suite F El Cajon CA 92020 Gina Galvas (619)592-4440 (619)592-4449 Gina@bcisinc.net Emergency Vehicle Systems 8622 Argent St, Ste C Santee CA 92071 General Star Colony Insurance Company 39993 CL20102114366 A X X IXG670585 10/20/2020 10/20/2021 1,000,000 1,000,000 B GARAGE LIABILITY X GP8341456 1/14/2020 1/14/2021 3Mil AGG / 1MIL EACH ACCIDENT GARAGEKEEPERS/PREMISES INCLUDED Certificate Holder has been named as Additional Insured per written contract. RE: Various Locations. * Endorsement is attached. City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Gina Galvas/MR The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECT PRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) City of Carlsbad / CMWD c/o EXIGIS Insurance Compliance Services Esurance Insurance Services, Inc. Esurance Property and P.O. Box 5250 Casualty Insurance Company Sioux Falls, SD 57117-5250 650 Davis Street 1-800-ESURANCE (1-800-378-7262) San Francisco, CA 94111 Policy Declarations PagePersonal Automobile Policy - Amended Policy Number Effective Date Expiration Date Policy Term PACA-005221988 July 05, 2020 November 15, 2020 @ 12:01 AM 6 Months Named Insured and Address Rated Operators Excluded Drivers Driver Type Year of Birth EVAN SICKELS 1 Evan Sickels Named Insured 1982 22011 JAPATUL RD 3 Danielle Sicklets Additional driver 1985 ALPINE, CA 91901 Email: esickels@hotmail.com Vehicle #Year Vehicle Description Vehicle Identification Number 4 2005 Toyota 4RUNNER SR5/SPORT EDITION V6 JTEBU14R558046987 6 2011 Ford F-250 1FT7W2BT5BEA62743 Policy Coverage is provided only where a premium and limit or deductible are shown. Liability Coverages Premium BODILY INJURY 15,000/person 187.00 30,000/accdnt PROPERTY DAMAGE 10,000/accdnt 196.00 UM BODILY INJURY 15,000/person 27.00 30,000/accdnt Vehicle Coverages Vehicle 4 Premium Deductible Vehicle 6 Premium Deductible Vehicle Premium Deductible Vehicle Premium Deductible UMPD/CDW 3.99 3.99 COMPREHENSIVE 13.00 1000 44.00 1000 COLLISION 97.00 1000 152.00 1000 LOAN/LEASE GAP 28.00 Important: Please read your California Personal Auto Policy carefully as it contains language that will restrict or exclude coverage, particularly to drivers of your vehicle who are not listed on the policy. The policy specifically addresses who may use your vehicle and under what conditions coverage will be provided. In some cases, an unlisted driver or permissive user will have liability limits reduced to the state’s minimum requirements, which, in California are currently $15,000 per person / $30,000 per accident for both bodily injury and $5,000 for property damage. You may purchase additional coverage by contacting the company. TOTAL CHANGE -$239.49 TOTAL TERM PREMIUM $751.98 This policy is effective at 12:01 AM on the date shown or the time the policy was purchased, whichever is later. 7001 CA 12 15 Page 1 of 2 CERTIFICATE OF EXEMPTION WORKERS’ COMPENSATION/EMPLOYERS’ LIABILITY INSURANCE I, , am the [insert name] [title] of . I hereby certify that [name of company] [name of company] has no employees and is not required by law to maintain workers’ compensation or employers’ liability insurance. Should employ any person [name of company] during the term of the Agreement with the City of Carlsbad for , [description of project or work that is being contracted] then workers’ compensation and employers’ liability insurance will be obtained. [Name] [Title and name of company or corporation] Esurance Insurance Services, Inc. Esurance Property and P.O. Box 5250 Casualty Insurance Company Sioux Falls, SD 57117-5250 650 Davis Street 1-800-ESURANCE (1-800-378-7262) San Francisco, CA 94111 Policy Declarations PagePersonal Automobile Policy - Amended Policy Number Effective Date Expiration Date Policy Term PACA-005221988 July 05, 2020 November 15, 2020 @ 12:01 AM 6 Months Named Insured and Address Rated Operators Excluded Drivers Driver Type Year of Birth EVAN SICKELS 1 Evan Sickels Named Insured 1982 22011 JAPATUL RD 3 Danielle Sicklets Additional driver 1985 ALPINE, CA 91901 Email: esickels@hotmail.com Vehicle #Year Vehicle Description Vehicle Identification Number 4 2005 Toyota 4RUNNER SR5/SPORT EDITION V6 JTEBU14R558046987 6 2011 Ford F-250 1FT7W2BT5BEA62743 Policy Coverage is provided only where a premium and limit or deductible are shown. Liability Coverages Premium BODILY INJURY 15,000/person 187.00 30,000/accdnt PROPERTY DAMAGE 10,000/accdnt 196.00 UM BODILY INJURY 15,000/person 27.00 30,000/accdnt Vehicle Coverages Vehicle 4 Premium Deductible Vehicle 6 Premium Deductible Vehicle Premium Deductible Vehicle Premium Deductible UMPD/CDW 3.99 3.99 COMPREHENSIVE 13.00 1000 44.00 1000 COLLISION 97.00 1000 152.00 1000 LOAN/LEASE GAP 28.00 Important: Please read your California Personal Auto Policy carefully as it contains language that will restrict or exclude coverage, particularly to drivers of your vehicle who are not listed on the policy. The policy specifically addresses who may use your vehicle and under what conditions coverage will be provided. In some cases, an unlisted driver or permissive user will have liability limits reduced to the state’s minimum requirements, which, in California are currently $15,000 per person / $30,000 per accident for both bodily injury and $5,000 for property damage. You may purchase additional coverage by contacting the company. TOTAL CHANGE -$239.49 TOTAL TERM PREMIUM $751.98 This policy is effective at 12:01 AM on the date shown or the time the policy was purchased, whichever is later. 7001 CA 12 15 Page 1 of 2 CERTIFICATE OF EXEMPTION WORKERS’ COMPENSATION/EMPLOYERS’ LIABILITY INSURANCE I, , am the [insert name] [title] of . I hereby certify that [name of company] [name of company] has no employees and is not required by law to maintain workers’ compensation or employers’ liability insurance. Should employ any person [name of company] during the term of the Agreement with the City of Carlsbad for , [description of project or work that is being contracted] then workers’ compensation and employers’ liability insurance will be obtained. [Name] [Title and name of company or corporation] PSA21-1280FLT City Attorney Approved Version 6/12/18 1 AGREEMENT FOR POLICE PATROL OUTFITTING SERVICES EMERGENCY VEHICLE SYSTEMS, LLC THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2020, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and EMERGENCY VEHICLE SYSTEMS, LLC, a California limited liability company, ("Contractor"). RECITALS A.City requires the professional services of a consultant that is experienced inoutfitting and fabrication of patrol vehicles. B.Contractor has the necessary experience in providing professional services andadvice related to outfitting and fabrication for emergency vehicles. C.Contractor has submitted a proposal to City under RFP21-1231FLT and hasaffirmed 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 WORKCity 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 inaccordance with this Agreement’s terms and conditions. 2.STANDARD OF PERFORMANCEWhile performing the Services, Contractor will exercise the reasonable professional care and skillcustomarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment whileexercising its professional skill and expertise. 3.TERMThe term of this Agreement will be effective for a period of one (1) year from the date first abovewritten. 4.TIME IS OF THE ESSENCETime is of the essence for each and every provision of this Agreement. 5.COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will notexceed forty thousand seventy-seven dollars and forty-two cents ($40,077.42). No othercompensation for the Services will be allowed. 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 CONTRACTORContractor 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 beunder control of City only as to the result to be accomplished, but will consult with City asnecessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 October 27th PSA21-1280FLT City Attorney Approved Version 6/12/18 2 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 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 attorney’s 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-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 3 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. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 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. 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 Commercial General Liability which shall provide primary coverage to the City. 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 any time, complete and certified copies of any or all required insurance policies and endorsements. DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 4 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. 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 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 notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor Name Bradley Northup Name Evan Sickels Title Public Works Superintendent Title Project Manager Department Public Works Address 8622 Argent St., Ste. C City of Carlsbad Santee, CA 92071 Address 2480 Impala Drive Phone No. 619-599-5614 Carlsbad, CA 92010 Email esickels@hotmail.com Phone No. 760-473-1267 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 categories. Yes No DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 5 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 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 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 (10) 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. 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 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. 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 DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 6 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 Government 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. JURISDICTION 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. 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 nor 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. /// /// /// /// /// /// DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 7 26.AUTHORITYThe 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 authorityto bind Contractor to the terms and conditions of this Agreement. CITY OF CARLSBAD, a municipal corporation of the State of California CONTRACTOR EMERGENCY VEHICLE SYSTEMS, LLC, a California limitedliability company By: By: Geoff Patnoe, Assistant City Manageras authorized by the City Manager(sign here) Danielle Sickels, Member (print name/title) By: (sign here) Evan Sickels, Member (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 Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President 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: CELIA A. BREWER, City Attorney BY: _____________________________ Assistant City Attorney DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 8 EXHIBIT “A” SCOPE OF SERVICES Contractor shall provide all labor, equipment and materials necessary to outfit six (6) 2020 model year Ford Police Interceptor Utility vehicles as outlined below. Each vehicle will be outfitted for an amount of $6,679.57 per vehicle. GENERAL REQUIREMENTS The purpose of this specification is for the immediate outfitting of six (6) 2020 model year Ford Police Interceptor Utility Vehicles as per the following requirements. Pricing to be firm and fixed. All systems, components, parts, and materials provided by the vendor shall be new and unused, with full manufacturer’s warranties in effect starting on the date of acceptance by the City. The hardware manufacturer and part numbers specified herein shall not be substituted without prior approval from the City of Carlsbad. Where a brand name has been specified, if Bidder believes an “or equal” is equivalent to the brand name shown, Bidder may substitute the “or equal” provided the “or equal” is specified by name & model number and provides the dimension & or capacities. Submitted equivalencies will be evaluated based on their comparison to the specified brand name and part number indicated, with regards to the following; Design, Function, Performance, Quality, Availability, Warranty, and Installation Requirements. Bidders requesting use of “City approved equivalent” products should submit specifications to City of Carlsbad Purchasing and Contracting no less than [7] business days prior to bid opening for approval. 1.FORD UTILITY PATROL OUTFITTING 1.1 Emergency Lights and Siren 1.1.1. Lightbar: (1) Code 3 21 Series Matrix or City of Carlsbad approved equivalent multi-color lightbar, 52” in length, pursuit rated mounting kit for 2020 Ford Utility Interceptor. See lightbar build sheet for complete configuration specifications. The lightbar shall be installed on the vehicle’s roof centered between the front and rear door jambs. The lightbar shall communicate with the siren controller via data connection through a cat5 cable. The corner modules on the driver side of the lightbar shall be deactivated when the driver’s door is ajar to preserve the officers’ night vision when exiting and entering the vehicle. DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 9 1.1.2. Siren Controller: (1) Code 3 Z3S Matrix Siren Z3SXP-1 or City of Carlsbad approved equivalent, with remote siren and lighting controller. Dual tone 200- watt amplifier capable of producing two independent tones simultaneously. The siren amplifier and relay module shall be installed on the rear electronics tray. The siren control head shall be mounted on headliner console using Troy products mount CC-UV20-OH or equivalent so as not to obstruct drivers view of the rear-view mirror, and feature control programming as provided by the City of Carlsbad. (See Attachment “A” for Current example of Siren Controller position & Layout) 1.1.3. Siren Speakers: (2) Federal Signal Dynamax ES1000C or City of Carlsbad approved equivalent, 100-watt siren speakers shall be mounted to the front push bumper with the use of (2) Federal Signal brackets ESB-U or City approved equivalent. The speakers shall be connected directly to the siren amplifier. 1.1.4. Grill LED’s: (2) Red Federal Signal Impaxx IPX600BR and (2) Blue Federal Signal Impaxx IPX600BB or City of Carlsbad approved equivalent. The LED warning lights shall be installed in the front push bumper crossbar & crossbar sides with 45-degree angle brackets. Each warning light will have 6-LED’s. The red LED lights will mount on the driver side and the blue LED will mount on the passenger side. 1.1.5. Under Spoiler LED’s: (2) Red/Blue LED, Whelen ION series ION-J or City of Carlsbad approved equivalent. LED warning lights shall be installed on the interior of the spoiler decklid glass and visible under the rear spoiler with decklid in close position. Each warning light will have 6-LED’s. 1.1.6. Exterior Under-Mirror LED’s: (1) Red SoundOff Signal ENT2B3R, and (1) Blue LED, SoundOff Signal ENT2B3B or City of Carlsbad approved equivalent. Intersector LED warning lights shall be installed under the vehicle’s exterior mirrors with the use of mounting brackets (1) SoundOff Signal PMP2BKUMB3- D for the driver side and (1) PMP2BKUMB3-P or City of Carlsbad equivalent for the passenger side to provide side warning signal. Each warning light will have 9-LED’s. The red LED light will mount on the driver side and the blue LED will mount on the passenger side. The LED’s shall be mounted in such a manner as to not impair vision of the driver or passenger while activated. 1.1.7. Headlight Mounted LED’s: (2) Whelen Vertex WHEVTX609C warning lights shall be installed in the vehicle’s headlight housings with the Ford option 66A DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 10 (Front Headlamp/Police Interceptor Housing Only). 1.1.8. Tail Light Mounted LED’s: (2) Red, Whelen Vertex WHEVTX609R or City of Carlsbad approved equivalent universal undercover LED insert warning lights shall be installed in the vehicles tail light housings with the Ford option 66B (Tail Lamp / Police Interceptor Housing Only) or City of Carlsbad approved equivalent twist-lock adapters. 1.1.9. Lift Gate Open Mounted LED’s: (2) Red/Blue, Code 3 MegaThin Series ULTMC- RB surface mount LED or City of Carlsbad approved equivalent, red/blue recessed mount LED warning lights shall be installed in the interior trim panel of the rear lift gate. The LED’s shall be visible when the lift gate is open. 1.1.10. Headlight Flasher: (1) SoundOff Signal ETHFSSSP or City of Carlsbad approved equivalent, solid state headlight flasher shall be installed on the vehicle’s high beam headlights. The flasher will be connected to slide switch position #3 and only active when the vehicle in in a “drive” gear. 2.1 Center Equipment Console and Computer Mount 2.1.1 Computer Mounting Solution: The successful vendor shall install the following components to support a Panasonic CF33 Toughbook & TG3 Electronics KBA- BLTX-USNNR-US keyboard with touchpad. The computer mount shall provide sufficient side-to-side swivel adjustments to be viewable by passenger and driver seated locations. All dash panel cuts shall be performed in a clean and workmanlike manner to include only minimal modifications to factory trim pieces 2.1.1.1 (1) HiNT On-Dash Mount computer mounting solution bracket with keyboard tray, Swing-Out, 2020 Ford Utility. 2.1.1.2 (1) H-33-LVD2, Toughbook port replicator with VGA & HDMI 2.1.2 Center Equipment Console: (1) Innovative Emergency Equipment INV-CON-DN- ISUV-20 shall be installed between the front seats to support the installation of the radio control head and other related components. The console will support a total of 14” angle mount, that includes cup holders and armrest. The console will install form fitting to the vehicle’s dash panel. (See Attachment “B” for Current example) DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 11 3.1 Radio Communications 3.1.1 Vendor shall provide all required pre-cabling of radio antennas, control cables and power cables to support the final installation of the radio equipment by the City. All cable lengths at the front center equipment console and the rear electronics tray must allow for proper placement of components by the City. 3.1.2 800MHz Radio Antenna: (1) Larsen NMOKNOCONN or City of Carlsbad approved equivalent, antenna NMO mount/cable shall be installed on the roof centered left-to-right and 49” from the rear roof’s edge. The antenna coaxial cabled is to be routed to the equipment mounting tray in the rear of the vehicle and labeled “Radio Antenna”. (1) Larsen NMO3E800B or City of Carlsbad approved equivalent, 806-866MHz antenna mast shall be installed on the NMO. 3.1.3 Radio Control Head Cable & Mic: (1) Motorola HKN6169B or City of Carlsbad approved equivalent, radio control head cable shall be routed from the front center equipment console to the rear equipment mounting tray. Radio Mic & Clip Motorola with cable shall be mounted to the top section of the center console as shown in Attachment “B”. 3.1.4 Radio Control Head Pre-Wire: Pre-wire for the radio control head APX -05 remote head located in the center console must include the following circuits. A label must be affixed to the radio control head wire bundle to clearly identify the circuits. 3.1.4.1 16awg Red/Black wire printed “Radio Head” to provide constant 12V from the under-hood fuse panel circuit #29 3.1.4.2 16awg yellow wire printed “Radio 2” to provide timed 12V from the rear mounted fuse panel circuit #21 3.1.4.3 16awg black wire printed “Ground” to provide ground sourced from a factory ground location. 3.1.5 Radio Transceiver Pre-Wire: Pre-wire for the radio transceiver APX -05 remote head located on the rear equipment tray must include the following circuits. A label must be affixed to the radio transceiver wire bundle to clearly identify the circuits. 3.1.5.1 10awg Red wire printed “Radio Power” to provide constant 12V from the under-hood fuse panel circuit #28. 3.1.5.2 10awg black wire printed “Ground” to provide ground sourced from a factory ground location. DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 12 4.1 Data Communications 4.1.1 The successful vendor shall provide all required pre-cabling of data antennas, computer / display control cables and power cables to support the final installation of the computer equipment by the City. The specifications listed below are minimum requirements and are subject to approval by Police and Fleet representatives before the construction and delivery of the vehicle. All cable lengths at the front center equipment console and the rear electronics tray must be sufficient to allow proper placement of components by the City. 4.1.2 Cellular/LTE & GPS Antenna: (1) Antenna Plus AP-CG-A-S11-BL or City of Carlsbad approved equivalent, high frequency antenna NMO mount/cable shall be installed on the roof on the passenger side and mounted in a location where antenna can be properly and firmly mounted and secured to the roof surface. The antenna coaxial cabled is to be routed to the dash mounted computer solution bracket and labeled “LTE/GPS Antenna”. 4.1.3 Computer Dock Power: Pre-wire for the computer dock solution (Panasonic CF33 Toughbook) located on the dash mounted bracket must include the following circuits. A label must be affixed to the monitor wire bundle to clearly identify the circuits. 4.1.3.1 12awg yellow wire printed “PP CIR 1” to provide constant 12V from the under-hood fuse panel circuit #30. 4.1.3.2 12awg black wire printed “ground” to provide ground sourced from a factory ground location. 5.1 Electrical System 5.1.1 General Electrical System Requirements: The successful vendor must comply with the following specifications and requirements: 5.1.1.1 All wiring must be contained as part of a complete vehicle harness. 5.1.1.2 Wires and cables must be routed consistently in each vehicle. 5.1.1.3 Vendor to supply “as-built” vehicle documentation to include but not limited to: 5.1.1.3.1 Circuit identification 5.1.1.3.2 Wire routing diagrams 5.1.1.3.3 Connection diagrams for all components including siren amplifiers, relays and fuse panels. 5.1.1.3.4 Complete documentation of all factory wire interfaces (park kill, horn, door ajar, etc.). DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 13 5.1.1.3.5 Complete documentation of all OEM fuses that have an effect of the outfitting package. 5.1.1.4 All fuses, relays and spare wires must be clearly labeled as to their function. 5.1.1.5 All wire runs are to be “home runs” with no unnecessary connections in the circuits. 5.1.1.6 All wiring shall be cross-linked polyolefin and meet or exceed the following specifications for resistance to heat and abrasion: 5.1.1.6.1 Chrysler specifications MS 5919 5.1.1.6.2 Ford specifications M1L85-A 5.1.1.6.3 MIL-Specifications MIL-7928 5.1.1.6.4 Packard specifications M-2023 5.1.1.6.5 SAE Specifications 7928 5.1.1.6.6 SAE Specifications J1128 5.1.1.7 All wiring shall include labeled / printed wire as to identify the circuit and/or component 5.1.1.8 There shall be (4) spare circuits routed from the console to the under hood. Wires shall be capped and labeled. 5.1.1.9 There shall be (4) spare circuits routed from the console to the rear electronics tray. Wires shall be capped and labeled. 5.1.2 Radio and Computer Fuse Panel: (1) Blue Sea Systems 5026B universal fuse block or City of Carlsbad approved equivalent. All fuses for the radio and computer components shall be connected to an under hood mounted fuse panel. The vehicle specific fuse panel will mount to the passenger side fender. The fuse panel shall be cabled to a 150-Amp breaker mounted on the driver side core support. The battery side of the breaker shall be cabled directly to the vehicle battery. The fuse panel will include a labeled fuse cover to identify all appropriate circuits. (See Exhibit D for current example) 5.1.3 Lift Gate Mounted Dome Light: (1) SoundOff Signal ECVDMLTAL00 red/white LED dome light will be installed on the rear lift gate interior trim panel. The light will source power from the fuse panel and only be enabled when the lift gate is open. 5.1.4 Drivers Area Dome Lamp: (1) SoundOff Signal ECVDMLTAL00 red/white LED dome light will be installed in the drivers compartment and wired for use during daytime and nighttime operations. DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 14 5.1.5 Cargo Deck & Equipment Mounting Tray: (1) Setina E-Z LIFT TK2307ITU20 equipment tray shall be installed in the rear of the vehicle above the spare tire. The equipment tray will hinge up to provide access to the spare tire (spare tire must remain in vehicle). The mounting surface will provide a mounting location for the following components. 5.1.5.1 Matrix Code 3 Lighting & Siren Controller 5.1.5.2 Motorola APX Radio transceiver 5.1.5.3 Time Delay Power interrupt relay 5.1.5.4 Power Distribution Fuse block 6.1 Prisoner Transportation System 6.1.1 Front Partition: (1) Setina PK0355ITU20 or City of Carlsbad approved equivalent, front prisoner partition with center recess panel and lower extension panels. The partition will have a coated polycarbonate horizontal sliding. The partition will include Setina front partition transfer kit PT2185ITU20TM or City of Carlsbad approved equivalent. The side polycarbonate filler panels shall be rigid type. 6.1.2 Rear Partition and Transportation Seat: (1) rear cargo partition Setina PK0123ITU202NDand (1) transportation seat Setina QK0634ITU20 or City of Carlsbad approved equivalent, Full replacement prisoner transportation seat with center pull seat belts and #12 rear partition with coated polycarbonate window. Installation of the prisoner transport seat will require removal of the OEM 2nd row seating which shall be disposed by the vendor. The seat shall be constructed of heavy duty, moisture and pathogen resistant TPO polymer. The center pull seat belt system must be Federal Motor Vehicle Safety Standard (FMVSS) 207/210 compliant. 6.1.3 Window Barriers: (1) Setina WK0595ITU20 or City of Carlsbad approved equivalent window barriers shall be installed on the rear driver and passenger doors. The window barriers shall be constructed of polycarbonate and feature vertical vents for increased rear and side visibility to the driver. 6.1.4 Door Panels: (1) Setina DK0598ITU20 or City of Carlsbad approved equivalent door panels shall be installed on the rear driver and passenger doors. The panels shall be constructed of heavy-duty aluminum. The panels will install over the OEM door panels and block access to the door handle and window switch. 6.1.5 Prisoner Transportation Light: (2) Pro-Gard PTL4213 LED dome light will be installed on the headliner in the prisoner compartment to provide illumination for contraband inspections and other nighttime operations. The dome lights will be controlled by the included toggle switch, mounted to the driver control console. DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 15 6.1.6 Prisoner Detainee Rope Rings: (2) Rope Rings, Black in color, will be installed on the mid-section of each passenger and driver side partition panels inside the rear prisoner transportation compartment. Rope Rings shall be of high quality, sufficient in strength to resist breaking with a minimum of 1,000lbs lateral force, and constructed of rust resistant metal material. 1.1 Cargo Protection 1.1.1 Cargo Area Storage Rack: (1) CargoRaxx Police Series 2 or City of Carlsbad approved equivalent shall be installed in the rear of the vehicle to provide a storage solution. 8.1 Weapon Mounting System 8.1.1 Partition Mounted Weapon Rack: (1) Setina GK1119B1SSSCAXL or City of Carlsbad approved equivalent dual weapon rack shall be installed on the front partition. The rack will support the secure storage of (1) Remington 870 shotgun and (1) AR-15 style rifle with adjustable butt stock magazine. 2. PARTS PROVIDED BY CITY: (PARTS IDENTIFIED ON A QUANTITY PER EACH VEHICLE) Manufacturer Part Number Quantity Description ANTENNA PLUS AP-CG-A-S11-BL 1 Antenna Plus-PAN-CCGPD-Q-BL Threaded Double Cell/LTE/GPS Black CARGORAXX CargoRaxx 1 CargoRAXX Police Series 2 Ford Interceptor CODE 3 21-32215-CM 1 52 inch Matrix Series 21 lightbar CODE 3 Z3S-OBD-PIU-G 1 Matrix OBD Plug CODE 3 Z3 Matrix 1 Code3 Deluxe Remote Siren 200w Output w/Programable Push Button/Slide Switch DOCKMASTER 4101 1 DockMaster Laptop Power Manager w/ Software FEDERAL SIGNAL IPX600B 1 IMPAXX 6 SERIES B, 6 LED, CLEAR LENS, OFF AXIS HORIZONTAL, BLUE FEDERAL SIGNAL IPX600R 1 IMPAXX 6 SERIES B, 6 LED, CLEAR LENS, OFF AXIS HORIZONTAL, RED FEDERAL SIGNAL ESB-U 2 SPEAKER BRACKET, ES100, UNIVERSAL BAIL FEDERAL SIGNAL ES100C 2 SPEAKER, DYNAMAX 100 W HIGH OUTPUT, COMPACT, CLASS A GO RHINO 5344-2L71 1 Go-Rhino Push Bumper HAVIS H-33-LVD2 1 HAVIS DOCK WPASS THRU FOR CELL WIFI DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 16 HiNT MFG TM-5126-PIU-20 1 HiNT ON-DASH Mount with single arm double pivot JOTTO DESK 425-6545 1 Zebra printer mount POWER FLARE PF6P-210R-RY 1 POWER FLARES PLEASE SPECIFY COLOR RED PRO GUARD PTL4213 1 Pro Gard Prisoner Transport Dome Lighting SETINA PK0355ITU20 1 SETINA #10RP-S COATED POLY PARTITION without lower panels SETINA DK0598ITU20 1 SETINA DOOR PANEL S TPO PLASTIC BLACK SETINA PK0316ITU202ND 1 SETINA Model #12-VS Rear Compartment Coated Polycarbonate WINDOW SETINA QK0634ITU20 1 SETINA REPLACEMENT PRISONER SEAT WITH OUTBOARD LATCHING BELTS SETINA PT2185ITU20TM 1 Front Partition Transfer Kit 2012-2019 includes Tall man rails and Extension Panels. SETINA WK0595ITU20 1 SETINA WINDOW BARRIERS SETINA TK2307ITU20 1 SETINA E-Z LIFT CARGO DECK WITH LOWER TRAY 2020 SETINA GK1119B1SSSCAXL 1 SETINA D T-RAIL MOUNT 1 blac-rac 1 SM not handcuff keyed SOUNDOFF SIGNAL ETHFSSSP 1 HEADLIGHT FLASHER W/18 WIRE LEADS SELECTABLE FLASH PATTERNS SOUNDOFF SIGNAL ENT2B3B 1 INTERSECTOR UNDER MIRROR/SURFACE MOUNT, BLUE SOUNDOFF SIGNAL ENT2B3R 1 INTERSECTOR UNDER MIRROR/SURFACE MOUNT, RED SOUNDOFF SIGNAL ENFDGS1RB 2 NFORCE DUAL /GRILLE MOUNT LIGHT,6 LED TG3 MFG KBA-BLTX-UCNNR- US 1 TG3 ELECTRONICS Rugged 83 Key Keyboard W/Touchpad and Red Backlighting THOR MFG TH400 1 400W MODIFIED SINE WAVE POWER INVERTER 12 VOLT WHELEN ENGINEERING WHEVTX609B 2 VERTEX SUPER-LED OMNI DIRECTIONAL LIGHTHEAD WHELEN ENGINEERING WHEVTX609C 2 VERTEX SUPER-LED OMNI DIRECTIONAL LIGHTHEAD WHELEN ENGINEERING WHEVTX609R 2 VERTEX SUPER-LED OMNI DIRECTIONAL LIGHTHEAD WHELEN ENGINEERING ION-J 2 ION SERIES SUPER-LED UNIVERSAL LIGHT W/ UNIVERSAL MOUNT 3. PARTS PROVIDED BY VENDOR: (PARTS IDENTIFIED ON A QUANTITY PER EACH VEHICLE) Manufacturer Part Number Quantity Description BLUE SEA SYSTEMS 12-5026B 1 FUSE BLOCK DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 17 SOUNDOFF ECVDMLTAL00 1 UNIVERSAL DOME LIGHT RED/BLUE LED EATON/DEL CITY 150A Breaker 1 150 amp circuit breaker COPELAND ENGINEERING 5201 1 Power Tamer VS Battery Saver NA ROPE RINGS 2 PRISONER RESTRAINT NA UNKNOWN 1 USB Power Port – See Exhibit B NA UNKNOWN 2 12VDC Power Port – See Exhibit B CODE 3 ULTMC-RB 2 RED/BLUE THIN LED INNOVATIVE EMERGENCY EQUIPMENT INV-CON-DN- ISUV-20 1 Center Console System FEDERAL SIGNAL IPX600B 2 IMPAXX 6 SERIES B, 6 LED, CLEAR LENS, OFF AXIS HORIZONTAL, BLUE FEDERAL SIGNAL IPX600R 2 IMPAXX 6 SERIES B, 6 LED, CLEAR LENS, OFF AXIS HORIZONTAL, RED CODE 3 HB6PAK-B 2 LED HIDEAWAY STROBES CODE 3 HB6PAK-R 2 LED HIDEAWAY STROBES TROY PRODUCTS CC-UV20-OH 1 Overhead Console TROY PRODUCTS FP-C3-Z3 1 Control head faceplate for Code 3 Z3 controller VARIOUS MISC AS NEEDED Miscellaneous parts & hardware not otherwise identified in this specification necessary for build completion 4. WARRANTY 4.1 All Warranty repair services shall be available by the warranty repair center responsible for all equipment identified in this specification. Service centers must be accessible within a 1-hour driving window under normal traffic conditions from any starting point within the geographical area of City of Carlsbad. This local area service provider shall be capable of providing warranty repairs and parts replacement, product support and service with certified Law Enforcement Emergency Vehicle Technicians (L-1). 4.2 Up-fitting Craftsmanship Warranty: (5) Five Years, Unlimited Mileage. 4.3 All wiring must be covered for (5) Five Years from the time of delivery. 5. DELIVERY AND DEMONSTRATION 5.1 The successful bidder shall be responsible for the delivery of each completed vehicle to DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 18 the City of Carlsbad Fleet Services division within 14 calendar days of receipt of vehicle and all parts identified as being supplied by the City. 5.2 On initial delivery of the first vehicle, the successful bidder shall supply a qualified representative to demonstrate the vehicle and provide initial instruction to representatives of the City of Carlsbad regarding the operation, care, and maintenance of the vehicle and equipment supplied at the City of Carlsbad’s location. 5.3 Deliveries are by appointment only & shall only occur between the hours of 8:00am and 2:00pm PST, Monday - Friday. (Excluding City observed Holidays) 5.4 Vehicle delivery shall be coordinated with the Public Works Fleet Services Division during normal business hours. All deliveries are to be made to: City of Carlsbad – Fleet Services Division 2480 Impala Drive Carlsbad, California 92010 DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 19 Attachment “A” DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 20 Attachment “B” DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 21 Attachment “B” continued DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 22 Attachment “B” continued DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 23 Attachment “B” continued DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 PSA21-1280FLT City Attorney Approved Version 6/12/18 24 Attachment “C” DocuSign Envelope ID: C91A0C86-1662-4ADA-8040-7BA30E17C378 10/21/2020 Business & Contractors Insurance Services, Inc. 1941 Friendship Dr Suite F El Cajon CA 92020 Gina Galvas (619)592-4440 (619)592-4449 Gina@bcisinc.net Emergency Vehicle Systems 8622 Argent St, Ste C Santee CA 92071 General Star Colony Insurance Company 39993 CL20102114366 A X X IXG670585 10/20/2020 10/20/2021 1,000,000 1,000,000 B GARAGE LIABILITY X GP8341456 1/14/2020 1/14/2021 3Mil AGG / 1MIL EACH ACCIDENT GARAGEKEEPERS/PREMISES INCLUDED Certificate Holder has been named as Additional Insured per written contract. RE: Various Locations. * Endorsement is attached. City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Gina Galvas/MR The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECT PRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) City of Carlsbad / CMWD c/o EXIGIS Insurance Compliance Services Esurance Insurance Services, Inc. Esurance Property and P.O. Box 5250 Casualty Insurance Company Sioux Falls, SD 57117-5250 650 Davis Street 1-800-ESURANCE (1-800-378-7262) San Francisco, CA 94111 Policy Declarations PagePersonal Automobile Policy - Amended Policy Number Effective Date Expiration Date Policy Term PACA-005221988 July 05, 2020 November 15, 2020 @ 12:01 AM 6 Months Named Insured and Address Rated Operators Excluded Drivers Driver Type Year of Birth EVAN SICKELS 1 Evan Sickels Named Insured 1982 22011 JAPATUL RD 3 Danielle Sicklets Additional driver 1985 ALPINE, CA 91901 Email: esickels@hotmail.com Vehicle #Year Vehicle Description Vehicle Identification Number 4 2005 Toyota 4RUNNER SR5/SPORT EDITION V6 JTEBU14R558046987 6 2011 Ford F-250 1FT7W2BT5BEA62743 Policy Coverage is provided only where a premium and limit or deductible are shown. Liability Coverages Premium BODILY INJURY 15,000/person 187.00 30,000/accdnt PROPERTY DAMAGE 10,000/accdnt 196.00 UM BODILY INJURY 15,000/person 27.00 30,000/accdnt Vehicle Coverages Vehicle 4 Premium Deductible Vehicle 6 Premium Deductible Vehicle Premium Deductible Vehicle Premium Deductible UMPD/CDW 3.99 3.99 COMPREHENSIVE 13.00 1000 44.00 1000 COLLISION 97.00 1000 152.00 1000 LOAN/LEASE GAP 28.00 Important: Please read your California Personal Auto Policy carefully as it contains language that will restrict or exclude coverage, particularly to drivers of your vehicle who are not listed on the policy. The policy specifically addresses who may use your vehicle and under what conditions coverage will be provided. In some cases, an unlisted driver or permissive user will have liability limits reduced to the state’s minimum requirements, which, in California are currently $15,000 per person / $30,000 per accident for both bodily injury and $5,000 for property damage. You may purchase additional coverage by contacting the company. TOTAL CHANGE -$239.49 TOTAL TERM PREMIUM $751.98 This policy is effective at 12:01 AM on the date shown or the time the policy was purchased, whichever is later. 7001 CA 12 15 Page 1 of 2 CERTIFICATE OF EXEMPTION WORKERS’ COMPENSATION/EMPLOYERS’ LIABILITY INSURANCE I, , am the [insert name] [title] of . I hereby certify that [name of company] [name of company] has no employees and is not required by law to maintain workers’ compensation or employers’ liability insurance. Should employ any person [name of company] during the term of the Agreement with the City of Carlsbad for , [description of project or work that is being contracted] then workers’ compensation and employers’ liability insurance will be obtained. [Name] [Title and name of company or corporation] Esurance Insurance Services, Inc. Esurance Property and P.O. Box 5250 Casualty Insurance Company Sioux Falls, SD 57117-5250 650 Davis Street 1-800-ESURANCE (1-800-378-7262) San Francisco, CA 94111 Policy Declarations PagePersonal Automobile Policy - Amended Policy Number Effective Date Expiration Date Policy Term PACA-005221988 July 05, 2020 November 15, 2020 @ 12:01 AM 6 Months Named Insured and Address Rated Operators Excluded Drivers Driver Type Year of Birth EVAN SICKELS 1 Evan Sickels Named Insured 1982 22011 JAPATUL RD 3 Danielle Sicklets Additional driver 1985 ALPINE, CA 91901 Email: esickels@hotmail.com Vehicle #Year Vehicle Description Vehicle Identification Number 4 2005 Toyota 4RUNNER SR5/SPORT EDITION V6 JTEBU14R558046987 6 2011 Ford F-250 1FT7W2BT5BEA62743 Policy Coverage is provided only where a premium and limit or deductible are shown. Liability Coverages Premium BODILY INJURY 15,000/person 187.00 30,000/accdnt PROPERTY DAMAGE 10,000/accdnt 196.00 UM BODILY INJURY 15,000/person 27.00 30,000/accdnt Vehicle Coverages Vehicle 4 Premium Deductible Vehicle 6 Premium Deductible Vehicle Premium Deductible Vehicle Premium Deductible UMPD/CDW 3.99 3.99 COMPREHENSIVE 13.00 1000 44.00 1000 COLLISION 97.00 1000 152.00 1000 LOAN/LEASE GAP 28.00 Important: Please read your California Personal Auto Policy carefully as it contains language that will restrict or exclude coverage, particularly to drivers of your vehicle who are not listed on the policy. The policy specifically addresses who may use your vehicle and under what conditions coverage will be provided. In some cases, an unlisted driver or permissive user will have liability limits reduced to the state’s minimum requirements, which, in California are currently $15,000 per person / $30,000 per accident for both bodily injury and $5,000 for property damage. You may purchase additional coverage by contacting the company. TOTAL CHANGE -$239.49 TOTAL TERM PREMIUM $751.98 This policy is effective at 12:01 AM on the date shown or the time the policy was purchased, whichever is later. 7001 CA 12 15 Page 1 of 2 CERTIFICATE OF EXEMPTION WORKERS’ COMPENSATION/EMPLOYERS’ LIABILITY INSURANCE I, , am the [insert name] [title] of . I hereby certify that [name of company] [name of company] has no employees and is not required by law to maintain workers’ compensation or employers’ liability insurance. Should employ any person [name of company] during the term of the Agreement with the City of Carlsbad for , [description of project or work that is being contracted] then workers’ compensation and employers’ liability insurance will be obtained. [Name] [Title and name of company or corporation]