Bid Document - City Of Beverly Hills

BID NO.: 15-25
Title: Upfitting of Public-Safety Vehicles
BID PACKAGE
CITY OF BEVERLY HILLS
OFFICE OF THE CITY CLERK, ROOM 290
455 NORTH REXFORD DRIVE
BEVERLY HILLS, CALIFORNIA 90210
(31O)285-2440
LEGAL NOTICE - BIDS WANTED
Sealed proposals are requested on the list of materials, supplies, equipment or services set
forth herein, subject to all conditions outlined in the Proposal Document, including:
SECTION
SECTION
SECTION
SECTION
I:
II:
III:
IV:
REQUEST FOR BIDS
GENERAL INFORMATION AND INSTRUCTION
DETAIL SPECIFICATIONS
BID FORM
(IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE 30)
Sealed proposals will be received only at the Office of the City Clerk, 455 North Rexford Drive,
Beverly Hills, until 2:00 p.m. local time, on the dates hereinafter stated at which time they will be
opened and publicly read for furnishing the materials, supplies, equipment or services or for
supplying the materials, and/or providing labor for the repair, construction or improvement as
the case may be, as indicated by the items hereunder listed and in accordance with the
applicable specifications.
SECTION I - REQUEST FOR BIDS
Date of Request:
February 13, 2015
Bid Number:
15-25
Item Description:
UPFITTING OF PUBLIC-SAFETY VEHICLES
Bid Opening:
March 5, 2015 @ 2:00 PM
All bids must be delivered by the specified opening time of the bid. Bids arriving after the
specified hour will not be accepted. Mailed bids, which are delivered after the specified hour will
not be considered regardless of postmarked time on the envelope. All bids must be in writing
and must contain an original signature by an authorized officer of the firm - Electronic bids
(telephone, FAX, etc.) are NOT acceptable.
BID DEPOSIT - NONE REQUIRED WITH THIS BID
PERFORMANCE BOND AND PAYMENT BOND - NONE REQUIRED WITH THIS BID.
THE CITY RETAINS THE RIGHT TO REJECT ANY AND ALL BIDS WITHOUT CAUSE
AND/OR ELECT NOT TO AWARD A BID.
1 of 21
Title: Upfitting of Public-Safety Vehicles
BID NO.: 15-25
CITY OF BEVERLY HILLS
SECTION II - GENERAL INFORMATION AND INSTRUCTION
1.
Bid deposits of unsuccessful bidders will be returned after the bid has been awarded. A
successful bidder's bid deposit will be returned after he has entered into a written
contract, or after a performance bond, if required, has been executed and accepted by
the City.
2.
The vendor's proposal may be withdrawn at any time prior to the bid opening. No
proposal may be withdrawn after the bid opening. Violation of this policy may cause
forfeiture of the bid deposit and removal from qualified Bidder's List.
3.
Bidders are advised to become familiar with all conditions, instructions and specifications
governing this bid. Once the award has been made, a failure to have read all the
conditions, instructions and specifications of this contract shall not be cause to alter the
original contract or for vendor to request additional compensation.
4.
Bidders agree to defend and save the City from and against all demands, claims, suits,
costs, expenses, damages and adjustments based on any infringement of any patent
relating to goods specified in this contract.
5.
Successful bidder shall not assign the contract, or subcontract the whole or any part of
the contract without written consent of the City. Such consent shall neither relieve the
bidder from his obligation nor change the terms of the contract.
6.
The City shall have the right to inspect any material specified herein. Equipment,
supplies or services that fail to comply with the specifications herein regarding design,
material or workmanship are subject to rejection at the option of the City. Any materials
rejected shall be removed from the premises of the City at the expense of the vendor.
7.
Bidder shall state the nature and period of any warranty or guarantee. Manufacturer's
specifications shall be submitted with the bid and shall be considered a part of this
contract where such specifications meet the minimum of the City specifications.
8.
Each bidder shall submit in full this completed original BID DOCUMENT and all
necessary catalogues, descriptive literature, etc., needed to fully describe the materials
or work he proposes to furnish.
9.
Bidders shall state the delivery date for commodities in terms of calendar days after
notification of award. Where the contract calls for performance of labor, the bidder shall
also state the number of calendar days required for completion after notification of
award.
10.
Cash discounts shall be considered in the evaluation of the bids, except that payment
periods of less than thirty (30) days will not be considered in award of this bid. Where
cash discounts are offered, the discount date shall begin with the invoice date or delivery
date to the City, whichever is later.
2 of 21
Title: Upfitting of Public-Safety Vehicles
BID NO.: 15-25
11.
Upon the award of the bid to the successful bidder, if insurance is required by the terms
of this bid, the City will require evidence of such coverage be furnished within fourteen
(14) days of notification of bid award. The amounts and types of coverage will be
specified in Section IV of this bid. All insurance forms must be in a format
acceptable to the City.
12.
The Contractoragrees to indemnify,defend and hold harmless the City, City Council and
each member thereof, and every officer, and employee of the City, from any liability or
financial 1055including, without limitation, attorneys fees and costs, arising in any
manner whatsoeverfrom any intentional, reckless, negligent,or otherwise wrongful acts,
errors or omissions of Contractor, or any person employed by Contractor, including
agents and independentcontractors, in the performanceof this agreement.
13.
Every supplier of materials and services and all contractorsdoing business with the City
shall be an "Equal Opportunity Employer"as defined by Section 2000 (E) of Chapter21,
Title 42 of the United States Code Annotated and Federal ExecutiveOrders #11375, and
as such shall not discriminate against any other person by reason of race, creed, color,
religion, age, sex or physical or mental handicaps with respect to the hiring, application
for employment,tenure, terms or conditions or employmentof any person.
14.
Prices quoted herein must be firm for a period of not less than ninety (90) days after date
of bid opening.
15.
Bids calling for other than a "lump sum" total bid may be awarded by single item, by
groups of items, or as a whole, as the City deems to be in the best interest of the City.
16.
The City will be the sole and exclusive judge of quality, compliance with bid
specifications or any other matter pertainingto this bid. The City reserves the exclusive
right to award this bid in any manner it deems to be in the best interest of the City.
17.
Quantities specified in Section III are approximateonly, the City reserves the right, within
the period for delivery to increase or decrease the quantity ordered and upon mutual
agreement after the period specifiedfor delivery, order additional quantities of items bid.
18.
"Contractor shall cooperate with the City in all matters relating to taxation and the
collection of taxes. It is the policy of the City to self-accrue use tax associated with its
own purchases. The City requests that its contractors self-accrue their use tax, when
applicable, and report the use tax to the State Board of Equalization with a Cityassigned permit number. The City's own use tax which is self-accrued by the City will be
_remitted to the State of California pursuant to the City's permit with the State Board of
Equalization."
19.
For any questions regarding this bid, please contact Craig Crowder at (310) 285-2484or
Harry Kalindjianat (310) 285-2490.
20.
A duplicate copy of your bid must be submitted along with the original.
30f21
BID NO.: 15-25
Title: Upfitting of Public-Safety Vehicles
SECTION 111-DETAILED SPECIFICATIONS
SUBSECTION A - TECHNICAL NOTES
IN EVENT OF CONFLICT, THE FOLLOWING SPECIFICATIONS SHALL PREVAIL OVER
GENERAL INSTRUCTIONS CONTAINED ELSEWHERE IN THIS BID.
IMPORTANT NOTICE - THIS SECTION III, SUBSECTION A, COMPLETED WITH REQUIRED
INFORMATION ANDIOR BIDDER'S EXCEPTIONS MUST BE ATTACHED TO AND
RETURNED WITH SECTION IV - BID FORM.
BIDDER MUST EXPLAIN IN DETAIL ALL ITEMS OFFERED WHICH DO NOT CONFORM TO
SPECIFICATIONS CONTAINED HEREIN. IF NO EXCEPTIONS ARE LISTED, IT WILL BE
ASSUMED BIDDER IS BIDDING "AS SPECIFIED."
SPECIFICATIONS FOR UPFITTING SERVICES TO BE
PERFORMED ON VARIOUS TYPES OF PUBLIC-SAFETY
VEHICLES
I.
GENERAL REQUIREMENTS
a)
The City of Beverly Hills (CITY), Public Works
Services Department, Fleet Services Division
provides complete patrol cars in a variety of
configurations to
the City's public-safety
departments. These configurationsvary according
to each vehicle'smissionwhich includesDetective,
Patrol, Field Supervisor (Sergeant), K-9, Traffic
Enforcement,and variousotherapplications.
b)
It is of the utmost importancethat the vehicles
providedto public-safetypersonnelare upfittedwith
the highest quality materials possible and highquality workmanship. Ease of use, ergonomics,
functionality, reliability and cost are all important
considerations in the selection of an upfitter to
perform this function. Another factor will be the
speed at which an upfitter can provide completed
vehiclesto CITY.
c)
The scope of work requiredto be performedby the
upfitter consists of furnishing labor, equipment,
materials, and services necessary to completely
upfit the below-listedvehicles or other designated
vehicles into functional public-safetyvehicles as
specified by CITY. In addition to installing new
equipment,the upfitter will be requiredto remove
equipment,as specified by the City, from existing
CITY vehicles and reinstall those pieces of
equipment into the corresponding replacement
vehicles.
40f21
BIDDER'S EXCEPTIONS
BID NO.: 15-25
Title: Upfitting of Public Safety Vehicles
1. New or unused vehicles to be upfitted are: six
(6) 2014 Chevrolet Caprice PPV Sedans, two
(2) 2015 Ford SUV Interceptor K-9's and
various other Traffic Control pick-ups and
Police and Fire Department administrative
sedans.
2. Vehicle types to be stripped for City-specified
parts or components are six (6) 2009, 2010,
and 2011 CVPI sedans.
d)
Components used for the upfitting shall be new and
considered as tactical-grade quality, except as
specified herein.
e)
The work shall be carried out in accordance with all
applicable codes, regulations, and guidelines
pertaining to vehicle safety and proper operation of
the vehicle including, but not limited to, Federal
Motor Vehicle Safety Standard (FMVSS), Federal
Consumer Product Safety Commission Regulation,
California Code of Regulations Title 13 California
Highway Patrol, and OSHA.
f)
All work shall be performed in a neat and
craftsman-like quality, in accordance with accepted
modern practices and industry standards. Care
shall be exercised in installing material and
equipment not to unnecessarily mar or deface
vehicle components. No component of the vehicle
shall be cut or removed without obtaining
permission of CITY. All unused materials, scrap
and debris shall be removed.
g)
City staff intends to conduct quality-control
inspections during the upfit process, pre-delivery,
and final acceptance. Inspection schedules shall
be coordinated in advance between the upfitter and
City staff.
h)
The contractor shall provide CITY with a
professionally prepared detailed schematic showing
the wiring diagram and location of every component
installed.
i)
All vehicles for stripping and upfitting will be picked
up and delivered to the Fleet Services Center
facility located at 9355 W. Third Street, Beverly
Hills, CA 90210. Upfitter shall coordinate upfitting
schedule with the Fleet Services Maintenance
Supervisor (310) 285-2490.
j)
Locations of antennae must be approved by CITY
before any mounting port is drilled on the vehicle.
All external connections, especially those on the
5 of 21
Title: Upfitting of Public Safety Vehicles
BID NO.: 15-25
roof, must be completely leak-proof and longlasting.
Specifysealing methodology:
II.
k)
Circuit wires, breakers or fuses, and relays shall be
of sufficientsize to carry the maximumrated load of
the circuit.
I)
Wires shall be color coded for easy identification in
order to facilitate ease of troubleshooting and
repair; if not color coded, each wire shall be
identified by print containing both circuit and
function, on wire, at minimum 6-inch intervals at
and between both ends. All wiring materials and
equipment shall be securely fastened in place, and
routed or protected in a manner that will prevent
chafing or abrasion.
m)
Wires and connectors or splices shall be fastened
together by either crimp or soldered to maintain
positive connectivity. Use of Scotch locks as
connectorsor in wire splices is not acceptable.
UPFITTING SPECIFICATIONS
a)
Upfittingspecificationsfor each type of vehicles are
detailed in Exhibits "A" thru "C."
b)
Inspections of vehicles, if needed, shall be by
appointment only. Schedule appointment with
Craig Crowder (310) 285-2484 or Harry Kalindjian
(310) 285-2490.
III.
ADDITIONAL VEHICLES AND EQUIPMENT
a)
On as-needed basis, the upfitter may be required to
upfit other public-safety vehicles to meet the needs
of CITY's operations. Such upfitting installation
shall be performed under the hourly labor rates and
material and equipment markup, or markdown,
rates set forth in the proposal. The Contract
Administrator shall require a written estimate from
the upfitter before such work is authorized.
b)
On as-needed basis, the upfitter may be requested
to supply upfitting parts and or componentsto meet
the needs of CITY's supply operations. Such parts
and or components shall be provided according to
the material and equipment markup, or markdown,
rates set forth in the proposal. The Contract
Administrator shall require a written estimate for
requestedparts before they are provided.
c)
Due to the dynamic operational requirements of
CITY, the number for each type of vehicles
6 of 21
BID NO.: 15-25
Title: Upfitting of Public Safety Vehicles
designated herein is only planned. Actual quantity
will depend on as needed basis.
WARRANTY
a)
Should any of the upfitted vehicle require any
warranty work after delivery, the upfitter must
provide on-site warranty repairs, or transport the
vehicle/s back to their shop for repair within a
reasonableamount of time.
Specify one way distance betweenthe City's Fleet
Services and the upfitter's location in road miles:
b)
IV.
Specify warranty periods in BID FORM.
REFERENCES
a)
The upfitter's experience and past performancewill
also be considered in the selection of contractorfor
this project.
Please provide as many referencesassociatedwith
past projects, which were similar in scope to the
project specified in this bid and which only involved
other public-safetyagencies (includingCITY):
7 of 21
______
Miles
Title: Upfitting of Public Safety Vehicles
Description
SECTION III
EXHIBIT "A" - CAPRICE PPV SEDAN
I Vendor I
City
Manuf.
Part #
Bid 15-25
Qty
Notes
Emergency Lights I Siren
Code 3 Multi-Color LED
Lightbar WI Red and Blue Top
Covers 21TR47MC
LlT3KIT Lightbar Mounting Kit,
with Front Side Facing Clear LED
Alley Lights and Rear Facing Blue
I Red LED Lights
Code 3 Lightbar Programmer
Box
x
Code 3
21TRPLMC
Conf. #C56496
1
x
Code 3
LlT3KIT-XT
1
x
Code 3
950FPP
1
RLS Remote Lighted Siren
Controller, 200w output, arrow
stick control rotarv switch
Code 3 Low Frequency Siren
Controller
x
Code 3
3997RCC
1
x
Code 3
Banshee Model
3450
1
Code 3 Siren Speaker, 100W WI
U Bracket
Push Bumper LED Lights,
Forward Facing Red LED
x
Code 3
C3100CP
2
x
Code 3
MR6HM-R
1
Push Bumper LED Lights,
Forward Facing Blue LED
x
Code 3
MR6HM-B
1
Push Bumper LED Lights, 45
Degree Angle Facing Clear LED
x
Code 3
MR6HM-W
Rear Widow LED Lights,
Wingman Blue I Amber I Amber I
Blue LED
Sound Off headlight Flasher,
2014 Caprice
Code 3 Corner LED, Hide-A-Blast
x
Code 3
WM477CP
1
x
Sound Off
ETHFSS-CP
1
x
Code 3
HB6PAK-WLED
4
Park Siren Deactivator, used to
deactivate siren tones and front
flashing white light when the
vehicle's transmission is placed
into "park".
x
1
8 of 21
Used for
programing and
transferring
lightbar
configuration to
additional
lightbars
Wired in
conjunction with
RLS
Push Bumper
forward facing
LED.
Push Bumper
forward facing
LED
Push Bumper 45
degree facing
LED
Rear window,
rear facing LED
Wired to Park
Kill
One at each
corner
Kill siren and
flashing white
Title: Upfitting of Public Safety Vehicles
Description
SECTION III
EXHIBIT "A" - CAPRICE PPV SEDAN
I Vendor I
City
I
Manuf.
Part #
Bid 15-25
Qty
Notes
I
I
I
Electrical
Systems
[Complete DC electrical system using the highest of industry standards. All fuse blocks are centrally located for easy
jservice, all wire is of high grade GXL crosslink with wire function printed every 3". All wires are part of a complete
[harness design
---------------------------------------------------------------------------- ----------------~ ------------------- -----------1
Vendor supplied
x
Complete vehicle wiring
harness, specific to Beverly Hills
PO Caprice Patrol build with Code
3 equipment, GLX wire with
printing every 3", includes
documentation package. Circuits
Protected with Circuit Breakers
and or Fuse Panels.
Electrical System Timer,
Copeland Timer WI 200 amp
Solenoid
wiring diagrams
for all circuits
provided with
build.
x
Center Equipment
Console and Console
x
1S" Center Equipment Console,
2014 Caprice, Sloped WI
Faceplates.
Copeland
Accessories
Troy
Timer, Top Hat
6001
1
Timer set at 30
minutes.
CC-CP-E-DM 18
1
Dash mount
design WI 3"
sloped area at
dashboard.
Code 3 RLS
Console Faceplate 4"
x
Troy
1
Console Faceplate 4"
x
Troy
1
Console Faceplate 3"
x
Troy
1
Console Faceplate 2"
x
Troy
1
Console Arm Rest, WI 4" x 7"
Leather Pad
Console Mic Clip Bracket
x
Troy
x
Console Mic Clip
x
Little Lite LED Map Light, 12"
flexible neck extending from end
of chassis, On-Off switch, Red or
White LED light
Triple Outlet DC Power Port
Receotacle
Havis
AC-ARMMNTFX
C-MCB
2
Havis
C-MC
2
x
FedSig
LF12ES-LED
1
x
Able2
14.0553
1
Motorola
APX-7500
(Remote Mount)
1
Removed from
existing vehicle
Radio Communication
Systems
Radio System 1, Remote Mount,
Dual Band, UHF 1700-S00
x
1
Dual Drink
Holder
Motorola APX7500 Remote
Head
Blank
Bolted to Rear
Console
Antenna NMO mount with 25' of
RG58 AlU cable, FME connector
x
Talley
NMOKHFUDFMI
2
Two per Radio
Radio Antenna Mast, 450-525
MHz Field Tunable, NMO Mount,
Spring Base, 21" Whip Length,
200Watts Max, OdB gain
x
Antenex
B132S
2
Tune to UHF
512 MHz
9 of 21
Title: Upfitting of Public Safety Vehicles
Description
Radio Antenna Mast, 700-800
MHz Field Tunable, NMO Mount,
Spring Base, 21" Whip Length,
200Watts Max, OdB gain
Antenna, Motorola GPS
SECTION III
EXHIBIT "A" - CAPRICE PPV SEDAN
Vendor
x
x
Computer Systems and Mounts
Mobile Computer System,
COBAN Titan M7 WI Video
Mobile Computer System
Mount, Mongoose WI Keyboard
Communication
City
Part #
B132S
Motorola
x
x
Modem
Manuf.
Antenex
x
Bid 15-25
Qty
1
Notes
Tune to VHF
700-800 MHz
2
One per each
Radio
COBAN
Titan M7 WI
Video
1
Removed from
Existing Vehicle
Gamber
Johnson
7170-0218-01
1
In-Motion
H 1405
1
Mount on
Console Side WI
Stabilizer
Removed from
Existing Vehicle
LTM5013J3J3J3J2CWHT-180
LTM301-3J3JOOWHT-180
1
MIMO Antenna I
LTE I WiFi I
GPS
MIMO Antenna I
LTE I GPS
Modem Antenna, Multi-Band
Diversity
x
MobileMark
Modem Antenna, Multi-Band
Diversity
x
MobileMark
Electronic Tray, Trunk Fold
Down
Trunk Organizer WI Lid
x
Havis
C-TFD-CAPR-1
1
x
Pro-gard
T0535CC11
1
x
Calrad
72-111-25-BK
1
x
Setina
#8S RP Coated
Poly Partition I
PK0333CAP11 S
CA
1
11-15 Caprice
x
Setina
2-Piece
1
Prisoner Seat, includes lap and
shoulder belts to buckle to the
outside, with belt holders on
outside of Prisoner partition
Prisoner Widow Protectors,
clear, slotted
x
Troy
Prisoner Seat
PS-E-CapriceOS
1
Recessed for
Vertical
Weapons
Storage
11-15 Caprice
W I Center Pull
Seat Belts
x
Setina
2
11-15 Caprice
Prisoner Door Panels, install
over OEM door panels
x
Setina
Window Barrier
Poly I
DK0100CAP11
Door Panel S
TPO Plastic,
Black
2
11-15 Caprice
Cat-SE Network Patch Cable, RJ
45, Black, 25' (Modem to MDT
CPU)
Prisoner Transportation
Prisoner Transport Partition,
Recessed center storage panel
(for use with vertical weapons),
Sliding center window, 50%
scratch resistant polycarbonate
window behind driver, 50% sliding
polycarbonate window behind
I passenger
Partition Lower Panel
10 of 21
1
Title: Upfitting of Public Safety Vehicles
Description
SECTION III
EXHIBIT "A" - CAPRICE PPV SEDAN
I Vendor I
City
I
Manuf.
Part #
Bid 15-25
Qty
Notes
1
WI Large
Shotgun and
Handcuff Locks
Weapon Mounting System
Weapons Mount, Dual Vertical, T
Rail, Recessed, Timed Release
x
Setina
Gun Locks, Handcuff WI #2 Key
Override
Momentary Push Button, Gun
Lock Release, Remote Location
x
Gun Lock Timer, 30 second
delay
Santa Cruz
T-Rail Front
Partition
Mounted
SC-5 #2
x
x
Misc.
SC-1902
2
x
Santa Cruz
SC-7009-30
1
Misc
HD Push Button
SafeStop
14 CapriceSSOO07
On Each Kick
Panel, Driver &
Passenger Side
Remote Door Un-Lock Switch
HD Momentary Push Button
with Black Boot
Safe Stop Ignition Security System
Safe Stop Ignition Security
System, Chevy Caprice PPV
x
1
Illuminated
Rocker Switch
WI Gun Lock
Feature
1
City Supplied
"POLICE",
"Beverly Hills"
and City Seal
Decals
Vehicle Graphics
Installation of Beverly Hills PO
graphics package, VENDOR
supplied dual pin stripping, (2)
American Flags, Police and
Community Together, Roof and
Fender Numbers and Caution K9
Decals. Please refer to pictures
for placement
x
11 of 21
Title: Upfitting of Public Safety Vehicles
Description
SECTION III
EXHIBIT "A" - CAPRICE PPV SEDAN
I Vendor I
City
Manuf.
Part #
Bid 15-25
Qty
Notes
Equipment Removal from Existing Vehicle
Remove the following
equipment from an existing
vehicle and retain for
installation:
Complete Coban mobile data
terminal I digital video system WI
Inmotion modem WI brackets,
cables and antennas; Complete
ALPR System WI computer,
cameras, brackets and cables;
Complete Motorola APX-7500
UHF and VHF radio systems WI
cables; Fire extinguisher Wi
mount
x
Labor only
Remove the following
equipment from an existing
vehicle and return in vehicle:
Push bumper mounted LED lights
with shrouds and brackets; dual
weapons rack; rear deck lights;
siren controller WI speaker,
bracket and head; lightbar;
antenna masts; rear electronics
tray; center console; prisoner seat
and cage
Build Notes
>Contractor will provide vehicle transportation of all vehicles. Vehicles will be driven and marked "out of service"
12 of 21
SECTION III
EXHIBIT "B" - FORD SUV INT. K9
Title: Upfitting of Public Safety Vehicles
Description
Emergency
Lights I Siren
Code 3 2700 Lightbar, Red and
Blue WI Takedown and Alley LED
and LIT 3 Kit Mounting feet
I Vendor I
City
Part #
Manuf.
Bid 15-25
Qty
x
Code 3
Code 3 I 27477114 I Serial #
C53990
1
Hook Kit Code 3 Included
x
Code 3
Misc.
1
RLS Remote Lighted Siren
Controller, 200w Output,
Arrowstick Control, Rotary Switch
x
Code 3
RLS 3997-R
California WI
Option 1135V2
1
Siren Speaker WI U Bracket!
Bumper
Low Frequency Siren Controller
x
Code 3
C3100U
2
x
Code 3
Banshee 3450
1
Rear Hatch Flush Mount Light,
x
Code 3
MR6FMA
1
Amber
Rear Hatch Flush Mount Light,
x
Code 3
MR6FMB
1
CITEXI-RB
1
Blue
Citadel LED Kit for SUV PI
Utility, WI Brackets & 3 XT4RRCT & 3 XT4BB-CT I Amber in
Push Bumper Warning Lights,
White, Surface Mount 45 Degree
Push Bumper Warning Lights,
Red, Surface Mount Forward
Facinc
Push Bumper Warning Lights,
Blue, Surface Mount Forward
Facing
Misc. 90 Degree Brackets, for
MR6 Bumper l.iqhts
Park Siren Deactivator, used to
deactivate siren tones and front
flashing white light when the
vehicle's transmission is placed
into "park".
x
x
Code 3
MR6HM-W
2
x
Code 3
MR6HM-R
1
x
Code 3
MR6HM-B
1
Misc.
4
x
x
1
Notes
Wired in
Conjunction with
RLS
Kill siren and
flashing white
Electrical Systems
:comPlete DC electrical system using the higbest of industry standards All fuse blocks are centrally located for easy
service, all wire is of high grade GXL crosslink with wire function printed every 3". All wires are part of a complete harness
I design
Complete vehicle wiring
x
1
Vendor supplied
harness specific to Beverly Hills PI
wiring diagrams
Utility K9 with Code3 equipment,
for all circuits
GLX wire with printing every 3",
provided with
includes documentation package.
build.
Circuits Protected with Circuit
Breakers and or Fuse Panels.
l
13 of 21
SECTION III
EXHIBIT "B" - FORD SUV INT. Kg
Title: Upfitting of Public Safety Vehicles
Description
Electrical System Timer,
Copeland Timer WI 200 amp
Solenoid
Vendor
x
Center Equipment
Console and Console
18" Slanted Center Equipment
x
Console SUV
x
Console Faceplate 4"
City
Manuf.
Copeland
Accessories
Troy
Part #
Bid 15-25
Qty
Timer, Top Hat
6001
1
CC-UV-L-18
1
Troy
1
Code 3 RLS
Dual Drink
Holder
Motorola APX7500 Remote
Head
Blank
Console Faceplate 4"
x
Troy
1
Console Faceplate 3"
x
Troy
2
Console Faceplate 2"
x
Troy
2
Console Mic Clip Bracket
x
Havis
C-MCB
3
Console Mic Clip
x
Havis
C-MC
3
Console Arm Rest, WI 4" x 7"
Leather Pad
LED Dome Light, Red LED and
White LED
x
Troy
AC-ARMMNT -FX
1
x
Sound-Off
ECVDML TALOO
3
LED Map Light, 12" flexible neck
extending from end of chassis, OnOff switch, Red or White LED light
x
FedSig
LF12ES-LED
1
Triple Outlet DC Power Port
Receptacle
x
Able2
14.0553
1
x
Notes
Timer set at 30
minutes.
Motorola
Bolted to Rear
Console
Front, Rear
Cargo, Rear
Hatch
1
Antenna NMO mount with 25' of
RG58 AlU cable, FME connector
x
Talley
4
Radio Antenna Mast, 136-172
MHz Field Tunable, NMO Mount,
Spring Base, 21" Whip Length,
200Watts Max, OdB gain
x
Antenex
B132S
1
Tune to VHF 1
172 MHz
Radio Antenna Mast, 450-525
MHz Field Tunable, NMO Mount,
Spring Base, 21" Whip Length,
200Watts Max, OdB gain
x
Antenex
B132S
2
Tune to UHF 512
MHz
Radio Antenna Mast, 700-800
MHz Field Tunable, NMO Mount,
Spring Base, 21" Whip Length,
200Watts Max, OdB gain
x
Antenex
B132S
1
Tune to VHF
800 MHz
25
14 of 21
SECTION III
EXHIBIT "B" - FORD SUV INT. Kg
Title: Upfitting of Public Safety Vehicles
Description
Antenna, Motorola GPS
Vendor
x
City
Manuf.
Motorola
Part
Bid 15-25
#
Qty
2
Notes
One per each
Radio
Computer Systems and Mounts
Mobile
CaBAN
Mobile
Mount,
Computer System,
Titan M7 WI Video
Computer System
Mongoose WI Keyboard
Communication
x
x
x
Modem
COBAN
Titan M7 WI Video
1
Gamber
Johnson
7170-021B-01
1
In-Motion
H 1405
1
LTM5013J3J3J3J2C-WHT1BO
LTM301-3J3JOOWHT-1BO
CP-UV-CARGOMNT
CP-UV-TRAY-H
1
2
1
Modem Antenna, Multi-Band
Diversity
x
MobileMark
Modem Antenna, Multi-Band
Diversity
Rear Cargo Equipment Mount,
Ford PI Utility, Tilt-Up
Electronic Tray, Under Cargo
Mount
Rear Cargo Equipment Mount
Strut Tilt-Up, Heavv Dutv
Rear Cargo Gun Box, Ford PI
Utility
X
MobileMark
x
Troy
x
Troy
x
Troy
x
Troy
1-HDW-25GSSEBO
CP-GB403212- TL
Cat-6E Network Patch Cable, RJ45, Black, 25' (Modem to MDT
CPU)
Custom Made Covers, Rear
Cargo Area, Gun Box to Kg Kennel
x
Calrad
72-111-25-BK
x
Custom
x
Ray Allen
1
15 of 21
MIMO Antenna /
LTE I GPS
1
1
1
One Additional
Strut per Side
40x32x12,
Attached to
Cargo Mount
Cover Equipment
on Rear of Gun
Box
Kg Transportation
Kg Kennel, battleship grey
powder coating, "roll bar" style
steel support, steel plate front and
rear visuals, one piece center
access door with locks in open and
closed position, door panels with
window guards, rubber floor mat.
2015 Ford PI Utility
Removed from
Existing Vehicle
Mount on
Console Side WI
Stabilizer
Removed from
Existing Vehicle
MIMO Antenna I
LTE / WiFi I GPS
EZ11NSUV
1
SECTION III
EXHIBIT "B" - FORD SUV INT. Kg
Title: Upfitting of Public Safety Vehicles
Description
Tactical Kg Deployment and
Heat Alert System with Pager.
Includes: Heads-Up Display with
back lighting and easy
programming, Intelligent
Pager/Remote with vehicle status,
one button K9 deployment, Control
POD with internally mounted
antenna, dual window drop, fan
activation, horn/light alert, dual
temp sensors, 55 lb. gas push rod,
40 lb. unlatch solenoid.
Vendor
x
Kg Kennel Cooling Fan, 10"
Electric Cooling Fan, 2013-2015
Ford PI Utility
Interior window guard, 10"
cooling fan (fan sold separately),
2013-2015 Ford PI Utility, Driver's
side
Part #
Qty
1
Manuf.
Ray Allen
F3-P
x
Havis
KK-K9-HA-FKT -10
1
x
Havis
WGI-F18-1-FAN
1
Setina
T - Rail Front
Partition Mount
1
Weapon Mounting System
Weapons Mount, Dual Vertical, TRail, Recessed, Timed Release
City
Bid 15-25
x
x
Santa Cruz
SC-5 #2
2
x
Misc.
SC-1902
2
Gun Lock Timer, 30 second delay
x
Santa Cruz
SC-7009-30
1
Door Un-Lock
Wired to Blow
Out
WI Large
Shotgun and
Handcuff Locks
Gun Locks, Handcuff W/ #2 Key
Override
Momentary Push Button, Gun
Lock Release, Remote Location
Remote
Notes
Controller
Mounted on
Custom Bracket
at Driver Side "A"
Pillar / Dash
Location
On Each Kick
Panel, Driver &
Passenger Side
Switch
Install remote door un-lock switch located in the left upper comer behind grill.
Misc
HD Push Button
Push Button with
HD Momentary
Black Boot
Safe Stop Ignition Security
Safe Stop Ignition Security
System, Ford SUV Interceptor
System
x
SafeStop
16 of 21
Ford PI Utility
1
Illuminated
Rocker Switch
W/ Gun Lock
Feature
SECTION III
EXHIBIT "B" - FORD SUV INT. Kg
Title: Upfitting of Public Safety Vehicles
Description
I Vendor I
City
Manuf.
Part
Bid 15-25
#
Qty
Notes
Vehicle Graphics
Installation of Beverly Hills PO
graphics package, VENDOR
supplied dual pin stripping, (2)
American Flags, Police and
Community Together, Roof and
Fender Numbers and Caution Kg
Decals. Please refer to pictures for
placement
x
1
City Supplied
"POLICE",
"Beverly Hills"
and City Seal
Decals
Window Tint
x
1
Rear Doors, Side
Windows and
Hatch Window
will be Tinted
Dark
Equipment
Removal from Existing Vehicle
x
Labor only
Remove the following
equipment from an existing
vehicle and retain for
installation:
Complete Coban mobile data
terminal I digital video system WI
Inmotion modem; Motorola APX7500 UHF and VHF radio systems;
Fire extinguisher
Remove the following
equipment from an existing
vehicle and return in vehicle:
Push bumper mounted LED lights
with shrouds and brackets;
Automated License Plate
Recognition system (ALPR) if
equipped; dual weapons rack; rear
deck lights; siren controller WI
speaker, bracket and head;
lightbar; antenna masts; rear
electronics tray; center console;
prisoner seat and cage
Build Notes
17 of 21
BIDNO.:15-25
Title: Upfitting of Public Safety Vehicles
SECTION IV - BID FORM
(Must be completed by Vendor)
I.
COST PROPOSALS
The undersigned proposes to furnish all materials, supplies, equipment or services set
forth herein subject to all conditions outlined in the Bid Document, including the general
instructionsand informationto bidders,at prices indicated below:
Item
Unit Cost Proposal
Description
(W/O Tax)
1.
Chevrolet Caprice PPV Sedan - Specifications Exhibit "A"
Parts Cost:
Labor Cost:
2.
Ford SUV Interceptor Kg- Specifications Exhibit "8"
Parts Cost:
Labor Cost:
II.
3.
Labor (Cost per hour):
4.
Material Cost Proposal (Percent):
$
(Plus)+
% or (minus)-
%
WARRANTIES
Labor:
Months
Parts:
Months
Other manufacturerwarranties:
Months
18 of 21
Title: Upfitting of Public Safety Vehicles
BID NO.: 15-25
SECTION IV - BID FORM (cont'd)
(Must be completed by Vendor)
Payment Terms:
Exceptions or Deviations attached
(Check appropriate box) YES
Delivery:
D D
NO
(Number of Days)
Company Name:
Address:
Telephone:
Fax:
Contact Email:
Person Submitting Bid:
(Print Name)
Title:
Signature:
19 of 21
BID NO.: 15-25
Title: Upfitting of Public Safety Vehicles
F.O.B.
All prices of the bid shall be F.O.B. destinationBeverly Hills, California;and delivery to any point
within Beverly Hills shall be without additionalcharge.
TAX
All bid proposals shall be exclusive of tax; City staff will compute all tax involved when
applicable.
ACCEPTANCE OF PROPOSAL
The City reserves the right to accept or reject any and all bids and reserves the right to waive
technicalities where such action best serves the interests of the City. The manufacturer of the
proposed materials or equipment may be required to acknowledge by written conformationthat
the minimum requirementsof the specificationsare included in the Bidder's proposal before the
award of the bid.
EXCEPTIONS
Any bidder's exceptionsto these terms or conditions or deviationsfrom the written specifications
shall be shown in writing and attached to bid form. However,such exceptionsor deviations may
result in bid rejection.
INSURANCE (applicable to successful bidder who may come into the City)
(1)
Commercial general liability coverage at least as broad as Insurance Services
Office Commercial General Liability occurrence coverage ("occurrence" form CG0001,
Ed. 11/85) with a limit of not less than $2,000,000 (Two Million Dollars) per occurrence.
If the insuranceincludes a general aggregate limit, that limit shall apply separately to this
contract or it shall be at least twice the required per occurrencelimit.
(2)
Business automobile liability insurance at least as broad as Insurance
Services office form CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 "any auto"
and endorsementCA 0029 (Ed. 12/88)with a limit not less than $1,000,000 (One Million
Dollars) per accident.
(3)
Workers Compensation Insurance as required by the State of California and
employers liability insurance with a limit not less than $1,000,000 (One Million Dollars)
per accident.
All insurance coverages shall be provided by insurers with a rating of B+; VII or better in the most
recent edition of Best's Key Rating Guide, Property-Casualty Edition.
Work on City property covered by a purchase order cannot be commenced until certificates of
insurance have been approved.
Please use the official City of Beverly Hills certificate of insurance form (attached). If you use
another form, the following requirements must be met to make the certificates acceptable to the
City:
1
name the City of Beverly Hills as additional insured for both GENERAL liability and AUTO liability; and
2
have at least thirty (301d¥
written notice of cancellation.
20 of 21
Title: Upfitting of Public Safety Vehicles
BID NO.: 15-25
All certificates of insurance must remain current until the purchase order expires or is sooner
cancelled.
AFTER THE ACCEPTANCE AND AWARD OF THE BID BY THE CITY COUNCIL UPON
RECEIPT OF A WRITTEN PURCHASE ORDER EXECUTED BY A PROPER OFFICER OF
THE CITY, THIS DOCUMENTWILL CONSTITUTETHE LEGAL CONTRACT BETWEENTHE
CITY AND THE SUCCESSFULBIDDER.
PLEASE SUBMIT BID PROPOSAL TO:
CITY OF SEVERL Y HILLS
OFFICE OF THE CITY CLERK, ROOM 290
455 NORTH REXFORD DRIVE
BEVERLY HILLS, CA 90210
ATTN: BID 15-25
(END)
21 of 21