Loading...
HomeMy WebLinkAbout12/5/2012 - STAFF REPORTS - 2.K. DOE p D.LM Sp4 iy c+ u N �<aourvo`J s C4,,FpR City Council Staff Report DATE: December 5, 2012 Consent Calendar SUBJECT: APPROVE OUTFITTING OF POLICE VEHICLES FROM: David H. Ready, City Manager BY: Department of Public Works / Fleet Operations SUMMARY Each Police vehicle must be appropriately outfitted with the necessary equipment to make it operable to perform the job functions of the vehicle operator. Since the vehicles do not come from the manufacturers with the unique specialized equipment required for Police activities, the City must send them to a professional vehicle outfitting shop to be converted. This action would award the outfitting of Police vehicles on a unit price basis as needed through June 30, 2013. RECOMMENDATION: 1) Award the outfitting of police vehicles via a purchase order at a per unit price of $7,227.89 for Police Patrol Vehicles; $3,825.70 for Police Admin/Undercover Vehicles; and $9,301.25 for Police K-9 Vehicles for a total purchase price of $112,083.26, valid through June 30, 2013, on an as-needed basis, to West Coast Lights and Sirens, Inc., of Riverside, California, inclusive of all applicable taxes and delivery. 2) Authorize the City Manager to execute all necessary documents. STAFF ANALYSIS: Council previously authorized on September 5, 2012 the acquisition of new replacement vehicles of which we have taken delivery of 12 (9-Patrol and 3-K-9) new Police vehicles that are ready for outfitting. Five additional Police vehicles that were approved by Council are in the procurement process now and will require outfitting once received. This action will allow the Fleet Operations Division to outfit 9-Patrol, 3-K-9, and 5 Administration/Undercover vehicles. It will also allow the outfitting of any other Police vehicles on an as-needed basis through June 30, 2013. The Procurement and Contracting Division worked closely with the Fleet Operations and Police Departments to develop the specifications to conduct a formal Invitation for ITEM NO. a I4 City Council Staff Report December 05, 2012 Approve Outfitting of Police Vehicles Bid (IFB) 13-06 (A) that was publicly advertised, posted to the City's website, and notices electronically distributed to eight vendors. A Pre-Bid conference was held on September 20th. Four vendors responded to our invitation for bid and the results are tabulated below: VENDOR PATROL VEHICLE ADMIN/UNDERCOVER K-9 TOTAL West Coast $7 227.89 $3,825.70 $9,301.25 $20,354.84 Lights&Sirens WoodcrestVehicle $7,423.58 $4,548.92 $9,740.56 $21,713.06 Center Airwave $9,402.18 $3,770.06 $12,394.84 $25,567.08 Communications 911 $9,893.72 $5,584.33 $11,580.43 $27,058.48 Vehicles Pricing for current need (9- Patrol, 3- K-9, and 5- Administration/Detective): VENDOR PATROL VEHICLE ADMIN/UNDERCOVER K-9 TOTAL West Coast 9 at$7,227.89 5 at$3,825.70 3 at$9,301.25 $112,083.26 Lights&Sirens West Coast lights and Siren, Inc., located in Riverside, CA, was the lowest, responsive responsible bidder. West Coast lights and Siren, Inc. has performed Police vehicle outfitting for the City of Riverside, as well as the City of Fontana, City of Rialto, City of Montclair, and City of Monterey Park. Staff is recommending that the City Council award the bid for outfitting of the police vehicles to West Coast lights and Siren, Inc. at the unit prices as shown above that are valid through June 30, 2013 and shall be used on an as-needed basis throughout the year to outfit additional vehicles as necessary. FISCAL IMPACT: Funds for the outfitting of vehicles were appropriated June 1, 2012 and are available in the current 12/13 fiscal year budget 510-5475-50020. 02 City Council Staff Report December 05, 2012 Approve Outfitting of Police Vehicles David J. Barakian David H. Ready Director of Public Works/City Engineer City Manager Thomas J. Wils Assistant City Manager— Development Services 03 CRY of palm Springs,CA ProcuremeMCanractlnp Diuislon Bid Abstract BID ABSTRACT Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount Vendor&Bid Amount West Coast Lights& Airwave Communication 911 Vehicles vlloodCrest Vehicle Ctr. PROJECT NO: Sirens, Inc. IFB 13-06 PROJECT NAME: Outfitting and/or Changeover Of Police Vehicles DUE DATE: 10/1612012 Total of all Items Whitnessed By: _ Date: O 18. Fiscal Year - Obligation for payment of any contract beyond the current fiscal year end is contingent upon the availability of funding from which payment can be made. No legal liability shall arise for payment beyond June 30 of the calendar year unless funds are made available for such performance. j 19.Governing Law: This contract shall be construed and interpreted according to the laws of the State of California. 20.Affidavit of Non-Collusion and References: Bidders are required to file an Affidavit of Non- Collusion with their Bid. This shall be signed and swom before a Notary Public with a commission in the State of California. Bidders are also required to provide References. The forms are included in the Bid package as Exhibits A and B. 21. Bidder Responsibillty: The City of Palm Springs reserves the right to reject the Bid of any Bidder who previously failed to perform properly,or complete on time,agreements of similar nature, or to reject the Bid of a Bidder who is not in a position to perform such an agreement satisfactorily. 22.Vehicle Quantities and length of term: The City will have 17 vehicles(9 Crown Vic Patrol; 3 Crown Vic K-9, and 5 admin vehicles -models tbdl that will need to be outfitted. The City may acquire additional vehicles to be outfitted with the same specifications throughout the fiscal year, and as such, the successful bidder shall be required to hold their bid pricing unfit June 30,2013 to accommodate any additional vehicles if acquired. IMPORTANT NOTE: BIDDERS CHECKLIST—REQUIRED DOCUMENTS: Bids MAY NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and submitted with the Bid: X Specification pages with "Yes/No" response next to each line item, pages 8-17 X Deviations from Specifications (if any) and any items being offered as "Or Equal" where allowed for consideration. X Bid Cost Proposal, pages 18-20 X Signature Authorization, Bid Cost Proposal, page 19, must be signed by an authorized representative. .Request.for_.Local P_reference,_ifapplicab/e,..including-.a-copy._of-current_business ____ _. license,and all Addenda issued shall be acknowledged in the space provided on Bid Cost Proposal pages 19 and 20. X Affidavit of Non-collusion by Contractor form, Exhibit A, page 21, must be manually signed and countersigned by a Notary Public. X References, Exhibit B, page 22. 5 05 I SPECIFICATIONS SHEET FOR: PATROL VEHICLE 2011 CROWN VICTORIA POLICE PATROL Answer QUANTITY ITEM NUMBER CITY OF PALM SPRINGS SPECIFICATIONS r No Wiring Harness, One piece to include all main wiring necessary to supply power to trunk tray including speaker wire, main power, etc. Wire harness to be coated with minimum Industry Standard for polyurethane wrap and labeled every 6". Strobe cables e 5 1 N/A to have additional RF shielding. All wiring must be identical to existing fleet and must match Molex plugs and color supply.Vendor must supply complete detailed drawing at the time of the first build inspection for all harnesses. Must be ISO compliant. Price to include misc. wires/connectors/fuses,etc. Motorola 1T Motorola Control Cable for a XTL5000 Remote Mount 05 Control Head.Motorola cable needs 1 HKN6170 to be installed from front radio head to rear radio powe source.Antenna and cabling to be supplied by vendo rr for radio and needs to be installed on trunk lid to power source. The City will provide the radio and radio head. 1 AC-CVTRAY50 Troy Products Half Sliding Tray S Troy Products Mounting Tray. Mounted in trunk on US of spare tire. All electrical equipment and wiring is to 1 AC-CVTT50-05 mounted on the tray.All electrical equipment and wiring J�5 will be covered with clear plexi-glass cover. Plexi-glass 1 will be vented on front and rear. Federal Signal — Legend S2 LED 45" Light Bar. Included in light barTomar Pre-Strobehawk Strobe tube and reflector for pre-emption position#5, and mounting LDG45*PROVIDED kit HK-CV92, These are clear domes and lens with y�5 1 BY CITY, LABOR colored LED,does not include controller.All positions to TO INSTALL ONLY. be determined with existing vehicles.This item will be provided by the City. The Rem will be installed/wired by the awarded Outfitter and mounted to match existing vehicles. Smart Siren Platinum-Federal Signal-Smart Siren SSP3000 controller. Includes full feature siren, public address, 1 *PROVIDED BY light and Signal Master controls, fully programmable. / CITY, LABOR TO This item will be provided by the City. Mounted in �ES --- INSTALL ONLY.--- -console.Mounted to match existing vehicles. 1 MNCT-SB Federal Signal—Noise cancelling microphone_Mounted VeS on side of console with existing vehicles. j Tomar—repetition power supply. To supply power to preemption. Mounted in the lightbar. Will be cancelled 1 401-126 PREHI with park kill module. Operation to be determined with exisfina vehicles. 8 06 SPECIFICATIONS SHEET FOR: PATROL VEHICLE 2011 CROWN VICTORIA POLICE PATROL Must err QUANTITY ITEM NUMBER CITY OF PALM SPRINGS SPECIFICATIONS res or No Federal Signal - strobe kit. To be mounted in rear 1 416127 taillights and front corner markers. To match existing \4es patrol cars. Position to be determined with existing vehicles. Predator CHMSL Sound-Off rear deck super, OR 1 Specie Chtt EQUIVALENT. Mounted in rear deck above 3nd brake light Blue on R/S 1 VPX800-3 Viper EXT Blue LED fixture. Mounted in grill R/S. e s 1 VPX800-4 Viper EXT Red LED fixture. Mounted in grill L/S. \/e S Viper EXT Blue R/S LED 7 Viper EXT Red US LED. -Vertically side mounted to push bumper. One on each 2ea VPX800-4 side of push bumper. Position to be determined with VPX800-3 existing vehicles. l e S -Mounted front facing on side mirrors. One on each / side. Pattern and function position to be determined at inspection. Blue Sound-Off R/S ENT263-13 Red Sound-Off US lea ENT2133-R Mounted under side mirrors with appropriate brackets. S Pattern and function position to be determined at inspection. 1 6001 250 AMP Power Tamer-Timer Programmable timer for electronic equipment. Match existing vehicles. Black Out Switch to be wired in. Kills back up/brake 1 NIA lights. Pre-set at 15 minutes. A lighted switch will be ` ' installed on the dash. Light on will tell operator that the y. "black out"function is engaged.Match existingvehicles. r 1 UPKM-3 Federal Signal - kill module, 2011 Crown Victoria. 2S Match existingvehicles. FHLP-CV Federal Signal-headlight and taillight flasher. Onewill 2 FHL-TAIL operate the headlights and one will operate the backup VQS lights. Match existing vehicles. Dyna Max Siren speaker mounted with Federal Signal 1 ES100 and ESB-U ESB=U bracket to Go Rhino push bumper left side. --- - -- - - -- - ----- Match existing vehicles. --`No-"or-equal"-will be considered. 1 ESBMT-SB Federal Signal-Speaker Bracket to mount on left side S of Go-Rhino push bumper. Match existing vehicles. e 9 07 SPECIFICATIONS SHEET FOR: PATROL VEHICLE 2011 CROWN VICTORIA POLICE PATROL rust AwwQUANTITY ITEM NUMBER CITY OF PALM SPRINGS SPECIFICATIONS Y No Troy Products Console 2011 Crown Vic console needs to have mounting for two microphones(not supplied).3- 12 volt power outlet with protective red caps mounted 1 cc-008 on side of console. Map light will be mounted to �e S passenger side. Will house control head, a Motorola radio, scanner, and need block off plates for rest of console. Match existing vehicles. 1 AC-BH95 Troy Product Dual cup holder mounted at rear of console. Swivel Laptop/Console mount To be fabricated from existing swivel mount(template available).Model#FM- 1 N/A D-XFR-E First Mobile Technologies to be mounted to ! e S fabricated console mount(supplied). Special fabricated mount for docking station at front of console. Power source to docking station to come from 1 N/A trunk power supply and have its own circuiL Supplied �� S 3inl antenna mounted on trunk lid to front of docking station. Location to match existing vehicles. Federal Signal 18 inch map light On/Off switch control 1 LF18TSB-LED with wired base map light. Location to match existing Y� S vehicles. 6 Uniden-Bear Tracker scanner. 250 channel 1 UIBCT8 mobile/base pre-programmed and programmable. Antenna to be installed also. Location to match existing yes vehicles. Aims Power-180 watt pure sine wave power inverter 12 1 PWRI18012S volt. Inverter to be mounted inside passenger sidewall of console.Wired through Power Tamer.Match existing vehicles. 1 5038 Go-Rhino-push bumper. /�S Dual weapon gun rack for 870 shotgun and barrel lock 1 WA for a AR Rifle fully adjustable_ To fit in between driver eS and passenger seats. Mounts to partition. Santa Cruz-standard gun lock electric. w/#2 key 1 SC-1 override gun lock(Remington shotgun). Match existing �S vehicles. ---- Santa Cruz-mediumfiarge electric.-w/#2 key override gun lock AR15 . Match existing vehicles. 1 TP-SB3US-SS Universal-partition Yes High strength 14-gauge aluminum door panels. To 2 N/A replace existing rear left and right door panels. To \/QS match existing patrol vehicles. 10 08 SPECIFICATIONS SHEET FOR: PATROL VEHICLE 2011 CROWN VICTORIA POLICE PATROL nssc Mawar QUANTITY ITEM NUMBER CITY OF PALM SPRINGS SPECIFICATIONS Yes or Px) %inch Lexan rear window covering with 1 —%" holes. 2 N/A One for each rear door. To match existing patrol Je S vehicles. 1 Internal rear manual door lock rods for the rear doors of 2 N/A the vehicle in place of stock rods. Rod to extend to door jamb. To match existing patrol vehicles. Laguna Manufacturing Inc. — transport seat. With 1 3P/F2501 Laguna belts only. In place of rear seat and belt � 'S assembly. j Five Ibs fire extinguisher mounted in trunk area. Needs 1 N/A to be mounted so it is readily available. If a custom /es bracket needs to be made do so. Match existing 7 vehicles. SPECIFICATION SHEET FOR: ADMIWUNDERCOVER VEHICLE 2011 ADMIN/UNDERCOVER Answer QUANTITY ITEM NUMBER CITY OF PALM SPRINGS SPECIFICATIONS ves or o Wiring Harness, One piece to include all main wiring necessary to supply power to trunk tray including speaker wire, main power, etc. Wire harness to be coated with minimum Industry Standard for polyurethane wrap and labeled every 6". Strobe cables 1 N/A to have additional RF shielding. All wiring must be ye-S identical to existing fleet and must match Molex plugs and color supply.Vendor must supply complete detailed drawing at the time of the first build inspection for all harnesses. Must be ISO compliant. Price to include misc. wires/connectors/fuses etc. Motorola 17' Motorola Control Cable for a XTL5000 Remote Mount 05 Control Head.Motorola cable needs 1 HKN6170 to be installed from front radio head to rear radio power ---- --- --- - ---- -- --source.Antenna-and cabling to be supplied-by vendor Y for radio and needs to be installed on trunk lid to power source. The City will provide the radio and radio head. Unitrol — Under cover control switch and 15 ft. cable. UM3500 Switch to be mounted in dash. Mounting to be specked 1 UM80K by Fleet Operations prior to install depending on make UMC030-15 and model of car. Siren/PA Amplifier to be installed in r trunk. 11 09 SPECIFICATION SHEET FOR: ADMIN/UNDERCOVER VEHICLE 2011 ADMINIUNDERCOVER Meet Answer QUANTITY ITEM NUMBER CITY OF PALM SPRINGS SPECIFICATIONS YES or No Federal Signal — strobe kit. To be mounted in rear 1 416127 taillights and front caner markers. To match existing �es vehicles. 1 32901 43 Federal Signal—Viper Dual head 16 LED'S.Red steady and Blue flashing. Mirror mounted. Clear lenses. E S Predator CHMSL Sound-Off rear deck super, OR 1 Special Light EQUIVALENT. Mounted in rear deck above 3n° brake light. Blue on R/S (( 1 VPX800-3 Blue LED Viper EXT Federal Signal. LED fixture. e S Mounted in grill. Clear lenses. R/S Red LED Viper EXT — Federal Signal — LED fixture. 1 VPX800-4 Mounted in grill. Clear lenses. US. To match existing NO— S vehicles. ff 1 6001 250 AMP Power Tamer—Timer Programmable timer for eS electronic equipment.To match existing vehicles. Black Out Switch to be wired in. Kills back up/brake 1 N/A lights. Pre-set at 15 minutes. A lighted switch will be installed on the dash. Light on will tell operator that the yle S "black out"function is engaged.Match existing vehicles. 1 UPKM-3 Federal Signal — Park siren kill module. 2011 Crown % 1es Victoria. To match existing vehicles. 1' FHLP-CV Federal Signal—headlight and taillight flasher. Onewill 2 FHL-TAIL operate the headlights and one will operate the backup lights. Match existing vehicles. Dyna Max Siren speaker mounted with Federal Signal 1 ES100 ESB-U bracket(below)in front of the car behind the grill area so it is not to be seen.Mounted so it can be heard ye S effectively. *No "orequal"will be considered. l/ 1 ESB-U Federal Signal—Speaker Bracket to mount in the front of the car behind the grill area so it is not to be seen. -yes Aims Power-180 watt pure sine wave power inverter 12 1 PWRI18012S volt Inverter to be mounted between the driver and eS passenger seats.Wired through Power Tamer. Dual weapon gun rack for 870 shotgun and barrel lock for an AR Rifle fully adjustable. To be mounted on the 1 N/A trunk lid. Unlock button hidden in trunk. Heavy duty gas ----- --- - -- - - - shocks(orequivalent)to be installed for extra weight an y lid tested with guns loaded). 1 SC-1 Santa Cruz-standard gun lock electric. w/#2 key yes override gun lock small shotgun). 1 SC-1/AR Santa Cruz-medium/large electric. wX2 key override es gun lock AR15 . 1 N/A Five Ibs fire extinguisher mounted in trunk area. Needs I e'S 12 10 SPECIFICATION SHEET FOR: ADMIN/UNDERCOVER VEHICLE 2011 ADMIN/UNDERCOVER must Answer QUANTITY ITEM NUMBER CITY OF PALM SPRINGS SPECIFICATIONS YEsor No j to be mounted so it is readily available. If a custom bracket needs to be made, do so. Match existing �e S vehicles. SPECIFICATION SHEET FOR: POLICE K-9 VEHICLE 2011 CROWN VICTORIA POLICE K-S Mace Answer QUANTITY ITEM NUMBER CITY OF PALM SPRINGS SPECIFICATIONS YES or NO Wiring Hamess, One piece to include all main wiring necessary to supply power to trunk tray including speaker wire, main power, etc. Wire harness to be coated with minimum Industry Standard for polyurethane wrap and labeled every 6". Strobe cables 1 N/A to have additional RF shielding. All wiring must be identical to existing fleet and must match Molex plugs and color supply.Vendor must supply complete detailed drawing at the time of the first build inspection for all harnesses. Must be ISO compliant. Price to include misc. wires/connectors/fuses, eta Motorola 1T Motorola Control Cable for a XTL5000 Remote Mount 05 Control Head. Motorola cable needs 1 HKN6170 to be installed from front radio head to rear radio power source.Antenna and cabling to be supplied by vendor ye- for radio and needs to be installed on trunk lid to power source. The City will provide the radio and radio head. 1 AC-CVTRAY50 Troy Products Half Sliding Tray. e-3 Mounted in trunk on US of spare tire. All electrical equipment and wiring is to mounted on the tray. All ..I-. --AC-CVTT50-05--- -electrical-equipment and -wiring-will--be covered with r clear plexi-glass cover. Plexi-glass will be vented on V/ front and rear. Federal Signal - Legend S2 LED 45" Light Bar. LDG45*PROVIDED Included in light bar Tomar Pre-Strobehawk Strobe tube 1 BY CITY, LABOR and reflector for pre emption position#5,and mounting TO INSTALL ONLY kit HK-CV92, These are clear domes and lens with colored LED does not include controller.All positionsto 13 11 SPECIFICATION SHEET FOR: POLICE K-9 VEHICLE 2011 CROWN VICTORIA POLICE K-8 Msmm wer QUANTITY ITEM NUMBER CITY OF PALM SPRINGS SPECIFICATIONS YES or uo be determined with existing vehicles.This item will be provided by the City. The item will be installed/wired by the awarded Outfitter and mounted to match existing �es vehicles. Smart Siren Platinum-Federal Signal-Smart Siren SSP3000 controller. Includes full feature siren, public address, 1 *PROVIDED BY light and Signal Master controls, fully programmable. CITY, LABOR TO This item will be provided by the City. Mounted in YeS INSTALL ONLY console. Mounted to match existing vehicles. 1 MNCT-SB Federal Signal—Noise cancelling microphone.Mounted �S on side of console with existing vehicl Tomar—repetition power supply. To supply power to preemption. Mounted in the lightbar. Will be cancelled 1 401-128 PREHI with park kill module. Operation to be determined with y e S existin vehicles. 1 Federal Signal — strobe kit. To be mounted in rear 1 416127 taillights and front comer markers. To match existing patrol cars. Position to be determined with existing y vehicles. Predator CHMSL Sound-Off rear deck super, OR 1 Special EQUIVALENT. Mounted in rear deck above Yd brake e..s Lighhtt light. Blue on R/S 1 VPX800-3 Viper EXT Blue LED fixture. Mounted in grill. R/S 1 VPX8004 Viper EXT Red LED fixture. Mounted in grill. US 7 e S Viper EXT Blue R/S LED Viper EXT Red L/S LED. -Vertically side mounted to push bumper. One on each 2ea VPX800-4 side of push bumper. Position to be determined with VPX800-3 existing vehicles. -Mounted front facing on side mirrors. One on each side. Pattern and function position to be determined at inspection. Blue Sound-Off R/S ENT2B3-B Red Sound-Off US. Mounted under side mirrors with—.--- tea ENT2B3-R appropriate brackets. Pattern and function position to t;S be determined at inspection. 1 1 6001 250AMP Power Tamer—Timer Programmable timer for S electronic equipment. Match existingvehicles. e 1 N/A Black Out Switch to be wired in. Kills back up/brake 14 12 I i SPECIFICATION SHEET FOR: POLICE K-9 VEHICLE must 2011 CROWN VICTORIA POLICE K-9 Ans ns wer QUANTITY ITEM NUMBER CITY OF PALM SPRINGS SPECIFICATIONS YESor NO lights. Pre-set at 15 minutes. A lighted switch will be installed on the dash. Light on will tell operator that the e S "black out"function is engaged.Match existing vehicles. Federal Signal — kill module, 2011 Crown Victoria. 1 UPKM-3 Match existingvehicles. es FHLP-CV Federal Signal—headlight and taillight flasher. One will 2 FHL-TAIL operate the headlights and one will operate the backup lights. Match existing vehicles. 7 Dyne Max Siren speaker mounted with Federal Signal 1 ES100 ESB=U bracket to Go Rhino push bumper left side. Match existing vehicles. *No or equal will be y considered. 1 ESBMT-SB Federal Signal—Speaker Bracket to mount on left side e S of Go-Rhino push bumper. Match existing vehicles. Troy Products Console 2011 Crown Vic console needs to have mounting for two microphones(not supplied).3- 12 volt power outlet with protective red caps mounted 1 CC-COB on side of console. Map light will be mounted to ` /e S passenger side. Will house control head, a Motorola r radio, scanner, and need block off plates for rest of console. Match existing vehicles. 1 AC-BH95 Troy Product Dual cup holder mounted at rear of Yes console. Swivel Laptop/Console mount. To be fabricated from existing swivel mount(template available).Model#FM- 7 D-XFR-E First Mobile Technologies to be mounted to 1 N/A fabricated console mount(supplied). Special fabricated mount for docking station at front of console. Power source to docking station to come from 1 N/A trunk power supply and have its own circuit. Supplied 3in1 antenna mounted on trunk lid to front of docking station. Location to match existing vehicles. Federal Signal 18 inch map light. On/Off switch control 1 LF18TSB-LED with wired base map light Location to match existing ve-S vehicles. Uniden-Bear Tracker scanner. 250 channel mobile/base pre-programmed and programmable. 1 _ _ UNIBCTB ..__.. .Antenna to be installed also. Location to match existing y - vehicles. Aims Power-180 waft pure sine wave power inverter 12 1 PWRI18012S volt. Inverter to be mounted inside passenger sidewall of console.Wired through Power Tamer.Match existing vehicles. 1 5038 Go-Rhino-push bumper. S 15 13 SPECIFICATION SHEET FOR: POLICE K-9 VEHICLE Must 2011 CROWN VICTORIA POLICE K-9 Answer QUANTITY ITEM NUMBER CITY OF PALM SPRINGS SPECIFICATIONS res or NO Santa Cruz-standard gun lock electric. w/#2 key 1 SC-1 override gun lock(small shotgun). Mounting hardware ` ' needed. To be mounted on K-9 transportation platform y e S towards roof. ` 1 EZ1 Ray Allen Professional K-9 Equipment- Sedan K-9 Cruise-Eze Unit. K-9 transportation platform. e Ray Allen Professional K-9 Equipment-K-9 Cruise-Eze 1 EZ56 Door Panel and Window Guard Set To be installed on rear drivers and passenger windows. es Ray Allen Professional K-9 Equipment—K-9 Cruise-Eze 1 CL01CV Rear A/C System. To be mounted on the passenger �/f,S side A/C vent and passenger side of the cage. Santa Cruz-medium/large electric. w/#2 key override gun lock(AR15).To be mounted on trunk lid.Mounting 1 SC-1/AR hardware needed. Heavy duty gas shocks (or ve S equivalent)to be installed for extra weight on lid (tested with gun loaded). Match existing vehicles. Hot-N-Pop Pro—K-9 heat alarm and K-9 Door Popper. 1 HP5010-H Unit to be installed and operational per manufacturer's �e S specs. Five Ibs fire extinguisher mounted in trunk area. Needs 1 N/A to be mounted so d is readily available. If a custom bracket needs to be made do so. Match existing vehicles. 16 14 Must ADDITIONAL SPECIFICATIONS: (APPLICABLE TO ALL MODELS) Anw.r YES a NO 1. All wiring connections will be"crimp" connected or soldered. Q S 2. All wiring shall be protected in "split-loom"tubing. e 5 3. Electrical tape is not an acceptable alternative to "spiit400m"tubing. YO-5 4. "Scotch" or"LOK"type connectors are not an acceptable practice for making connections. e S 5. All emergency equipment and accessories will be mounted using nuts and e S bolts—self tapping screws are not acceptable for mounting. 6. Emergency lighting operations and/or functions will be verified with the vendor ye-S by the Fleet Services Technicians prior to vehicle outfitting. 7. No wire color shall be used for more than one (1)signal function at a time. P"S 8. A wiring schematic specific to that vehicle will be provided for each vehicle at eS the time of delivery. 9. Multiple wire junctions shall be soldered (not crimp connected). -S le 10. Tapping into existing OEM wiring for twelve VDC+ , twelve VDC—and twelve VDC ignition power is acceptable only at the Ford preferred locations (see Ford eS CVPI Modifier's Guide). 17 15 I I III. BID COST PROPOSAL: IFB 13-06—Due TUESDAY OCTOBER 16, 2012 at 3,00 p.m. LOCAL TIME Bidder's signed proposal,and written acceptance by the City via a Purchase Order,shall constitute an agreement and Bidder has hereby agreed to all the terms and conditions set forth in all of the sheets which makeup this invitation forbids. The successful bidder shall comply with the City's Insurance Requirements as set forth in Exhibit C attached. In compliance with the specifications in this Invitation for Bids,the undersigned hereby proposes to fumish all necessary tools and equipment, materials, service, labor, insurance and supervision to complete the outfitting and/or changeover of Police Vehicles as herein described. The City will have 17 vehicles(9 Crown Vic Patrol;3 Crown Vic K-9, and 5 admin vehicles-models tbdq that will need to be outfitted. The City may acquire additional vehicles to be outfitted with the same specifications throughout the fiscal year,and as such,the successful biddershall be required to hold their bid pricing until June 30, 2013 to accommodate any additional vehicles if acquired. All prices shall be F.O.B.Fleet Operations,Palm Springs,California. Sales tax shall be shown as a separate line Rem at the rate of 8.75%. COST PER VEHICLE BASE UNIT BID PRICE PER VEHICLE TYPE: For all labor, materials &equipment to provide a turnkey, ready for service Patrol Vehicle: Total Labor per vehicle: $ it'7�• O A Materials& equipment: $ -7 la, 22 Applicable Tax (8.75%for Palm Springs): $ 5 44 1 1 W7 Cost for car carrier transportation/pickup delivery to and from the City of Palm Springs Fleet Operations Yard: $ Mao TOTAL PER PATROL VEHICLE: $ 7Z 27' 95 For all labor, materials &equipment to provide a turnkey, ready for service Admin/Undercover Vehicle: Total Labor per vehicle: $�Z. 3 .00 Materials & equipment: $ 3 O Applicable Tax (8.75%for Palm Springs): $ a0 l (sal Cost for car carrier transportation/pickup delivery to — m - rtY Springs - and from C' of Palm S rin s Fleet Operations Yard'- $ TOTAL PER ADMIN/UNDERCOVER VEHICLE: $ 1s 16 For all labor, materials &equipment to provide a turnkey, ready for service Police K-9 Vehicle: Total Labor per vehicle: $ 2 9 z 5 . c O Materials &equipment: $ Applicable Tax (8.75%for Palm Springs): Cost for car carrier transportation/pickup delivery to O and from the City of Palm Springs Fleet Operations Yard $ TOTAL PER POLICE K-9 VEHICLE: GRAND TOTAL ALL (3)VEHICLE TYPES $ 2-0 SSZ4 ADDITIONAL WORK: In the event that additional work is identified, provide unit prices for the following: Hourly Labor: IT IS HEREBY STIPULATED THAT ALL VEHICLES REFERENCED ABOVE, OR ADDED IN THE FUTURE UNDER THE TERMS OF THE BID, WILL BE TRANSPORTED/DELIVERED VIA A CAR CARRIER AND WILL NOT BE DRIVEN TO OR FROM PALM SPRINGS. Company Name W eST Co as4 "VNA-s t Si vQ Contact Name Pal.t c.i sc Reewa s Title Cam'or,-1,roIIer Address SSO A _ City/State/Zip R; %fe rs t d e 2 0 Telephone No.g51--7'7g-425'1 FAX 95�-Q 25 ( Email Address —Twish & ��ctS .tuS ContractoesBusiness License# Rr vEre1 d¢ SLoOI Bog 05 AUTHORIZED Signature - Date / a - i Z -1 Z CHECK IF THE FOLLOWING STATEMENT APPLIES: ------ ------My-firm/company-is-a--Local-Business--(Licensed within-the jurisdiction-of-the-Coachella ------- Valley). Copy of current business license from a jurisdiction within the Coachella Valley is ■eauired to be attached to this document in order to reguest the Local Preference. 19 17 ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City forthis IFB is required by including the acknowledgment with your bid. Failure to acknowledge the Addenda issued may result in your bid being deemed non-responsive. In the space provided b low, please acknowledge receipt of each Addendum: Addendum(s) # Alla is/are hereby acknowledged DELIVERY OF BID: Send via mail (sealed) to: or Deliver via courier(sealed)to: City of Palm Springs/Procurement City of Palm Springs/Procurement 3200 E. Tahquitz Canyon Way 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Palm Springs, CA 92262 LATE BIDS WILL NOT BE ACCEPTED - NO EXCEPTIONS! 20 18 i Exhibit A NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ) as. County of PVNeWi ) 5 �� I,�G r+ny �ienz.t.l e z ,being nnty first duly sworn,deposes and says that be or she ispr d n+ ofWistCeas+ l r s T w cthe party making the foregoing bid dud the bid is not made in the interest of,or on behalf of,any un 'sclosed person,partnership,company,association organization,or corporation;that the bid is genuine and not collusive or sham;that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid,and has not directly or indirectly colluded,conspired,connived,or agreed with any bidder or anyone else to put in a sham bid,or that anyone shall reftin from bidding;that the bidder has not in any manner,directly or indirectly,sought by agreement,communication,or conference with anyone to fix the bid price of the bidder or any other bidder,or to fix any overhead,profit,or cost element of the bid price,or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract;that all statements contained in the bid are true; and, further,that the bidder has not, directly or indirectly,submitted his or her bid price or any breakdown thereof,or the contents thereof,or divulged information or data relative thereto,or paid,and will not pay,any fee to any corporation,partnership,company association,organization, bid depository,or to any member or agent thereof to effectuate a collusive or sham bid. OFFEROR QS-r Cpaa-r Lr4hts —r VenS C BY ZCt lG Z TITLE Q ORGANIZATION ADDRESS g� COltxt�nZ SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF ,201-- — _HEIDI RIM_ NOT RY PUBLIC IN AND FOR SAID a COMM.#1971466 W COUNTY AND STATE Notary Public-Caitwnia q Co RNERsWECOUNTY A MY COMMISSION EXPIRES: M�ik r6'-J+01 b Comm.Exo.Mar.a,201s 21 19 Exhibit B CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO. 13-06 BIDDER'S REFERENCE LIST List at leastfive(5)references forwhich you have provided public safetyvehicle outfittingwithin the last three years with requirements similar to the scope of work outlined in these documents. NAME OF BUSINESS/AGENCY: R:y¢rsi de, a icJe ADDRESS In Maanbl:a. Ave.t'�$� .iye►s i4e,CA g2-664 CONTACT PERSON �r�-1 I FXi TELEPHONE# : 95I- go5 -ZS(, O 2) NAME OF BUSINESS/AGENCY: FeY+�ana (�1; ce DeP"f ADDRESS :15064s4 oranao u.1av FMPA0Mn&, c 1 Az335 CONTACT PERSON 13u% :5 � � k TELEPHONE# clock -S5o-C1-70-7 3) NAME OF BUSINESS/AGENCY: R; A.I •40 ��' Q'('• ADDRESS : \So Sov.4�+ 923'l(0 CONTACT PERSON : TELEPHONE# : -AISSC 4) NAME OF BUSINESS/AGENCY: ADDRESS A310 L.a twAbLQMen e-A 41'I(o3 CONTACT PERSON : -D" : < C&rn&w TELEPHONE# : Ito 9- 4 4ISR-3loS 'I 5) NAME OF BUSINESSIAGENCY: MavN -ere. P&rK ADDRESS :37.0 %A . Al4;,orr ark Ave-. hx6m ere e f Ar ee cA c,1-I se{ _. .--------CONTACT- PERSON-- - - - P. k i U.1 Il n I a b.e S - TELEPHONE # : &5zJa- 'I 22 20