Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout2018-0611 RESOLUTION NO. 2018-61
2 RESOLUTION OF THE MAYOR AND CITY COUNCIL OF THE CITY OF SAN
3 BERNARDINO, CALIFORNIA, AUTHORIZING THE DIRECTOR OF FINANCE TO
ISSUE A PURCHASE ORDER TO INDUSTRIAL VIDEO AND CONTROL FOR
4 TWO SOLAR POWERED PUBLIC SAFETY CAMERA SYSTEM TRAILERS
5 WHEREAS, the City of San Bernardino established a Downtown Camera Protection
6 Zone project to deploy safety cameras in the downtown area in 2011 and has since that time
expanded the project to become a citywide Public Safety Camera Project; and
7
8 WHEREAS, the City of San Bernardino participates in the Riverside/San Bernardino
County Urban Area Security Initiative (UASI) Program; and
9
WHEREAS, Industrial Video & Control was selected as the lowest bidder from
10 formal bid F-18-05 on February 23, 2018.
11 NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
12 COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS:
13 SECTION 1. The Director of Finance, or his designee, is hereby authorized to issue
14 a Purchase Order to Industrial Video and Control in an amount not to exceed $59,050.00 for
15 equipment outlined in their written quote dated February 23, 2018.
16
111
17
18
19
20 /Il
21
22
23
24
25 IlI
26 /lI
27 /ll
28
IlI
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
RESOLUTION OF THE MAYOR AND CITY COUNCIL OF THE CITY OF SAN
BERNARDINO, CALIFORNIA, AUTHORIZING THE DIRECTOR OF FINANCE TO
ISSUE A PURCHASE ORDER TO INDUSTRIAL VIDEO AND CONTROL FOR
TWO SOLAR POWERED PUBLIC SAFETY CAMERA SYSTEM TRAILERS
I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor
and City Council of the City of San Bernardino at a Joint Regular Meeting thereof, held on the
7t' day of March 2018, by the following vote, to wit:
Council Members:
AYES
MARQUEZ
X
BARRIOS
X
VALDIVIA
SHORETT
X
NICKEL
RICHARD
MULVIHILL X(M
NAYS ABSTAIN ABSENT
Georgeann A anna, CMC; City Clerk
The foregoing Resolution is hereby approved this 7"' day of March 2018.
R. Carey Davis, ayor
City of San Be ardino
Approved as to form:
Gary D. Saenz, City Attorney
U
2
O
N
M
N
N
W
W
75
D
(n
Oka
O
m'
O
IrlN
0
LL
w
a
V
CD
M
L
O
V
W
w
G
El
co
L
O
-0
c
N
O
O
H
It
O
O
H
et
co
O
O
O
O
mt
0
0
LO
O
U)
dO'
t)
N
N
N0)
N
N
N
N
LO
r
Oco
Z
L
U
od N
C
69
6s
69
61?
1
1
Ef3
6F}
69
61? 11
Q
i
J
L
0
d
Q
d
O
L
N
Oi
O
J
C
G1
R'f
L
(u
L
O
m
CL
•cr
CL
CL
.Q
d
E
°'
E
}
U)
cc
CL
Rcc
v
Q
V
O
V
O
V
O
X
,Q
N
O
"'
�'
O
X
2.6
Z
w O
L
"�
cn
3
L
�'
co
°'
N
Q ~
�-
a
•(B
L
m
(B
cn
c
N
fA
•(B
L
~
(6
N
v
M
N
fA
U
c,
c
-Co
c
O
0
�
`►-
rn
c
c6
c
O
C)
U)
E
n
a
'°
E
n
a
U
U
cin
U
v
H
U
U)
0
FO—
E
ai
T-
N
a
V
CD
M
L
O
V
W
w
G
El
DEPARTMENT
AWARD
CHECKLIST
BID # RFQ F-18-05 Description: Public Safety Camera Trailers
❑ Vendor Debarment Verification (Grants only) (1)
❑ Local Vendor Verification - within SB City limits (1)
❑ Local Vendor Preference (LVP) given? (')(Companies within our city limits; for comparison
purposes only: 1% credit for goods or materials, or 5% for services" must be reflected on bid/quote sheet)
❑ City of San Bernardino Business License Verification (2)
❑ W-9 Form (2)
❑ Faithful Performance/Bid Bond Required?(') Yes ❑ No ❑
❑ Contractor's License (where applicable)(')
❑ $1,000,000 Insurance Policy (1) Comprehensive, public, general & auto liability
❑ Worker's Compensation Insurance (1)
❑ Vendor / Consultant Agreement Required? (2) Yes ❑ No ❑
1) Must be obtained prior to Council award
2) Must be obtained prior to issuance of a purchase order, commencement of service, or receipt of goods,
supplies, materials, and payment of invoices.
This checklist may not be reflective of all documents necessary for submittal.
All insurance certificates must be approved by Risk Management
03/09/10 drm
MEMORANDUM
DATE. February 26, 2018
TO: Sue Stevens, Police Department
FROM: Vanessa Slouka, Accounting Assistant
SUBJECT: RFQ F-18-05 Public Safety Camera Trailers
Attached, please find the proposed schedule and final draft for the subject
RFQ. Please review these documents as a whole, and forward your
signature, concurrence/comment; no later than 12:00 PM, Monday
February 12, 2018. Please email or call me with any questions at ext. 5346.
1. Issue RFQ
2. Advertise in Sun
3. Pre -Proposal Mtg & Job Walk
4. Written Questions from Vendors due
5. Responses Due from City
6. Proposals Due
7. RFQ Evaluation and Negotiations
8. Vendor Selection
9. Request for Council Action Due
10. Council Approval
February 12, 2018
February 15, 2018
N/A
February 20, 2018
February 21, 2018
February 23, 2018 @ 3:00 PM, PST
To Be Determined
To Be Determined
To Be Determined
To Be Determined
11. Vendor Award To Be Determined
---------------------------------------------------------------------------------------------------------
I concur with the RFQ as written / with the attached comments
(circle one).
X
Date Signed
February 12, 2018
SUBJECT: NOTICE INVITING BIDS (RFQ) F-18-05
The City of San Bernardino (City) invites bids from qualified vendors for:
Public Safety Camera Trailers
Parties interested in obtaining a copy of this RFQ F-18-05 may do so by accessing the
City of San Bernardino Web Page at > How Do I > Request> for Bids
> City Finance Department -Purchasing beginning February 12, 2018 or by faxing
their request to (909) 384-5043, attention Vanessa Slouka, Accounting Assistant.
Please include the following information in your request: name and address of firm;
name, telephone and facsimile number of contact person; specify RFQ F-18-05.
Copies of the RFQ May also be obtained by calling Vanessa Slouka at (909) 384-5346
or in person at Vanir Tower, 290 N. "D" St., 3rd floor, Purchasing Division, San
Bernardino, CA 92401.
From the issuance date of this Request for Proposal until a Vendor is selected and the
selection is announced, Proposers are not permitted to communicate with any City staff
or officials regarding this procurement, other than during interviews, demonstrations,
and/or site visits, except at the direction of Vanessa Slouka, Accounting Assistant the
designated representative of the City of San Bernardino. Contact with anyone not
designated will result in elimination from the bid process.
Closing Date: Bids must be submitted before 3:00 PM, PST, February 23, 2018 at
290 North "D" Street, 3rd Floor, San Bernardino CA 92401.
Issuance of this RFQ and/or receipt of bids do not commit City to award a contract.
Sincerely,
Vanessa Slouka
Accounting Assistant
SECTION I.
INSTRUCTIONS TO BIDDERS
City of San Bernardino, Finance Department
Purchasing Division
Bid Documents to Be Returned by Bidder
RFQ F-18-05
PUBLIC SAFETY CAMERA TRAILERS
❑ Copy of Contractor License (if applicable)... Bid Content and Forms, General Specification #35,
Instructions to Offeror(s) I Bidders
❑ Bidder Experience, Competency, Qualification and Profile (Vendor Document) IIS
Proposal / Bid Content Forms
❑ Non -Collusion Declaration (City Form) Instructions to Offeror(s) / Bidders
❑ Listing of Proposed Subcontractor (City Form) III Proposal / Bid Content and Forms
❑ Cost / Price Form (City Form) Instructions to Bidders, III Bid Content and Forms
❑ Authorized Signatures Instructions to Bidders
❑ Bidder Identification III Bid Content and Forms
❑ Addendum Received (City Form) III Bid Content and Forms
❑ 120 Day Bid Validity Statement III Bid content and Forms
❑ Authorized Signatures (City Form) III Bid Content and Forms
❑ References III Bid Content and Forms
❑ Proper Identification and Submittal of Proposal/Bid Package, and Price Form
Instructions to Bidders
❑ Proof of Insurance
❑ Copy of Manufacturer's and/or dealer warranty and/or guarantee (if applicable) General
Speci ications #10
❑ Copy of Contractor License or other appropriate Licenses where applicable General
Specifications #35
Bidders are requested to submit this checklist completed with all bid documents.
This list may not be reflective of all documents necessary for submittal.
3
I. INSTRUCTIONS TO BIDDERS
A. Mandatory Pre -Bid Conference/Job Walk
B. Examination of Bid Documents
By submitting a bid, the Bidder represents that it has thoroughly examined
and become familiar with the items required under this RFQ and that it is
capable of quality performance to achieve the City's objectives.
2. The City reserves the right to remove from its mailing list for future RFQs,
for an undetermined period of time, the name of any Bidder for failure to
accept a contract, failure to respond to two (2) consecutive RFQs and/or
unsatisfactory performance. Please note that a "No Bid" is considered a
response.
C. Addenda
Any City changes to the requirements will be made by written addendum to this
RFQ. Any written addenda issued pertaining to this RFQ shall be incorporated
into the terms and conditions of any resulting Purchase Order. The City will not
be bound to any modifications to or deviations from the requirements set forth in
this RFQ as the result of oral instruction.
2. Submitting Requests
a. All questions, clarifications or comments shall be put in writing and
must be received by the City no later than 3:00 PM February 20,
2018 and be addressed as follows:
City of San Bernardino
Vanir Tower
290 North "D" Street
3rd floor, Attn: Vanessa Slouka
San Bernardino, CA 92401
b. The exterior envelope or email Subject line of all requests for
clarifications, questions and comments must be clearly labeled,
"Not an Offer." The City is not responsible for failure to respond
to a request that has not been labeled as such.
The City will also accept questions sent by facsimile machines or
email, however, all faxed or emailed questions must be received by
the City no later than 3:00 PM, PST, February 20, 2018. Send
facsimile transmissions to (909) 384-5043, attention Vanessa
Slouka, and emails to: slouka_va@sbcity.org.
C. Inquiries received after 3:00 PM February 20. 2018 will not be
accepted.
3. City Responses
Responses from the City will be communicated in writing to all recipients
of this RFQ, by a posting to our website, www.sbc1Ly.Uig by the close of
business February 21, 2018.
For automatic electronic notifications, please visit our Homepage and
register for SB Connect. If you are not registered for SB Connect, you
may view or download any Addenda at www.sbcitv.ora > How Do I >
Request> for Bids > City Finance Department -Purchasing.
D. Submission of Bids
1. Date and Time
All bids are to be submitted to the City of San Bernardino, Attention:
Vanessa Slouka, Accounting Assistant, BEFORE 3:00 PM, PST.
February 23, 2018, bids received at or after 3:00 PM will be rejected by
the City as non-responsive.
2. Address
Bids shall be addressed as follows:
City of San Bernardino
Vanir Tower
Finance Department
290 N. "D" Street, 3`d Floor
San Bernardino, CA 92401
Bids may be delivered in person to the 1 st floor, Information Center, at the
above address.
3. Identification of Bids
Bidder shall submit a SEALED bid package consisting of:
a) one (1) signed original of Quote and Price Form
b) two (2) copies of each
The bid package shall be addressed as shown above, bearing the
Bidder's name and address and clearly marked as follows:
RFQ F-18-05:
"Public Safety Camera Trailers"
4. Acceptance of Bids
a. The City reserves the right to accept or reject any and all bids, or
any item or part thereof, or to waive any informalities or
irregularities in bids.
b. The City reserves the right to withdraw this RFQ at any time without
prior notice and the City makes no representations that any
contract will be awarded to any Bidder responding to this RFQ.
C. The City reserves the right to postpone bid opening for its own
convenience.
E. Pre -Contractual Expenses
Pre -contractual expenses are defined as expenses incurred by the Bidder in:
1. preparing its bid in response to this RFQ;
2. submitting that bid to City;
3. negotiating with City any matter related to this bid; or
4. any other expenses incurred by the Bidder prior to date of award, if any of
the Agreement.
The City shall not, in any event, be liable for any pre -contractual expenses
incurred by Bidder in the preparation of its bid. Bidder shall not include any such
expenses as part of its bid.
6
F. Contract Award
Issuance of this RFQ and receipt of bids does not commit the City to award a
Purchase Order. The City reserves the right to postpone bid opening for its own
convenience, to accept or reject any or all bids received in response to this RFQ,
and to negotiate with other than the selected Bidder(s) should negotiations with
the selected Bidder(s) be terminated. The City also reserves the right to
apportion the award among two or more Bidders.
G. Acceptance of Order
The successful Bidder will be required to accept a Purchase Order in accordance
with and including as a part thereof the published Notice Inviting Bids, and the
RFQ documents including all requirements, conditions and specifications
contained therein, with no exceptions other than those specifically listed in the
written purchase order.
H. Business License
The City's Business Ordinance requires that a Business doing business
with the City, obtain and maintain a valid City Business Registration Certificate
during the terms of the Agreement. Bidder agrees to obtain such Certificate prior
to undertaking any work under this Agreement.
I. Local Vendor Preference
The City of San Bernardino gives any formal or informal bid submitted by a local
bidder a one percent (11%) credit for goods and materials, where labor and/or
installation is incidental; and a five percent (5%) credit on Contractual services,
for comparison purposes with other bidders, as authorized in the San Bernardino
Municipal Code Section 3.04.125, and Executive Order 2003-1, respectively.
For the purposes of this section, "local bidders" shall be bidders for which the point
of sale of the goods, materials or services shall be within the limits of the City of
San Bernardino.
SECTION II.
TECHNICAL SPECIFICATIONS
City of San Bernardino
TECHNICAL SPECIFICATIONS
Public Safety Camera Trailers
NOTICE : "SPECIAL INSTRUCTIONS TO THE BIDDER"
Services:
Bidder shall complete right hand column indicating brief reasoning for exceptions to
requirements when not acceptable. State the word "Acceptable" in the right hand column with
the initials of the respondent if the requirements are agreeable as set forth on left hand column.
Equipment:
Bidder shall complete right hand column indicating specific size and/or make and model of all
components when not exactly as specified. State the words "As Specified" if item is exactly as
set forth in the left hand column.
Summary of Project:
The San Bernardino Police Department operates a small digital safety camera system within the
confines of the City of San Bernardino. This system provides infrastructure protection and street
level safety monitoring services. Cameras provide observation of City owned structures, parks,
and public roadways (usually at intersections).
The existing system uses digital IP based network cameras. An existing server is in place to
store video data and serve video files to users. This existing system uses Genetec OmniCast
Camera software and licenses. Workstations monitor cameras using Genetec's Security Center
software.
This project seeks to add two solar powered, portable, light -weight camera trailers to the system.
The two trailer units must be identical units. They will be used out in the community, to include
other municipalities in our region, to provide remote camera video (no sound) access to the
existing Genetec camera system. Camera video data will be sent back to the Police Department
by a cellular modem. This project calls for the vendor to provide a Sierra Wireless cellular
FX/GL series modem with each trailer. A cellular SIM card for each trailer will be provided by
the Police Department upon delivery. It is expected that the camera will connect to this modem
with a standard Ethernet cable.
The trailers must be lightweight, easy to deploy, and capable of sustained operation with power
provided by the included solar panels. Each trailer must have one Pan -Tilt -Zoom camera that
can be controlled by the Genetec Security Center software suite.
Each trailer must have the ability to retain video data at the local end of the connection (at the
trailer). Retention of video data can be done by collecting data on a 512GB SDXC Smart Media
Card or by providing a local Network Video Recorder (NVR) onboard with at least the same
amount of storage. Typically, the Police Department views a reduced size image at the Dispatch
Center and stores video at the camera end. As needed camera video is downloaded to the Police
Department for archive and research. In the case of these camera trailers, the media card may be
removed and uploaded manually at the Police Department.
This project has short completion deadlines. There are no extensions possible. The trailers must
be delivered to the Police Department by Thursday, April 12, 2018. Invoicing materials for final
payment must be delivered with the equipment.
10
COMMON PROJECT -WIDE SPECIFICATIONS
FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID
Issue or Specification
Bidder's Acknowledgement
Issue 01
Materials and Supplies — Turnkey Delivery
For each trailer in this technical bid specification
package, the bidder is expected to deliver the trailer
assembled and ready for use (The City will
coordinate with the successful vendor to ship the
City provided cellular SIM card to the vendor or
arrange to make it available to the vendor upon
delivery/arrival at the City's Police Department
headquarters).
Issue 02
California Street Leeal Trailer Configuration
and Vehicle Registration
For each trailer in this technical bid specification
package, the bidder is expected to provide a fully
street legal trailer with lighting and other necessary
items to meet the requirements of day and night
operations on public roadways as provided by the
California Vehicle Code. The City of San
Bernardino will handle all Department of Motor
Vehicles registration tasks for the two trailers.
(California requires fenders)
Issue 03
Maximum 9900 Pound GVWR
For each trailer in this technical bid specification
package, the bidder is expected to provide a trailer
that does not exceed a 9900 pound (US) Gross
Vehicle Weight Rating (GVWR). Light weight ease
of operation is an essential characteristic of the
successful product for this bid.
11
Issue 04
One Person Deplovable —15 Minutes
For each trailer in this technical bid specification
package, the bidder must verify that the solution can
be successfully deployed by one person, without the
assistance of others, within 15 minutes.
Issue 05
Lockable — Theft Prevention
For each trailer in this technical bid specification
package, the bidder must verify that the solution can
be locked at a deployment site to prevent theft of the
trailer. Additionally, each cabinet, storage bay
and/or compartment must have its own lock. All
cabinet locks must use the same key. At least two
keys shall be provided for each trailer.
Issue 06
Stability and Safety
For each trailer in this technical bid specification
package, the bidder must verify that the solution can
be successfully stabilized with at least three hand -
operated leveling jacks. These jacks must provide
enough stabilization to allow the camera to be
deployed to its maximum height.
Issue 07
30 Foot Galvanized, Telescoping, Rotating Mast
For each trailer in this technical bid specification
package, the bidder must verify that the solution
includes a galvanized (to protect from rust),
telescoping mast that can be manually rotated 360
degrees. The mast should include a manual hand
operated lift mechanism that one person can operate
without the assistance of others. There must be a
method of securement to allow the mast to be
secured in the down -and -stored position for safe and
legal transport.
12
Issue 08
Tilt -and -Rotate Solar Panels
For each trailer in this technical bid specification
package, the bidder must verify that the solution
includes solar panels and can tilt and rotate to
maximize solar recharging. Remote sustainability
while out on deployment is critical to this project.
Vendors should maximize solar power production in
their proposals.
Issue 09
Axis P5624 -E MKII PTZ Camera
The San Bernardino Police Department's existing
remote camera system has had success with Axis
pan -tilt -zoom cameras. For each trailer in this
technical bid specification package, the bidder must
verify that the solution includes an Axis camera at
least matching the specifications for the P5624 -E
MKH PTZ camera.
Specifically, the camera must be rated for rugged
outdoor climate use (IP66). It must allow
continuous 360 degree pan.
The camera must support a SanDisk 512GB SDXC
storage card.
Issue 10
4 -Channel ITB NVR
As an option, the trailer may use a 4 -channel 512B to
ITB NVR to record camera video data if that is a
design feature in the existing product.
13
Issue 11
Cellular Modem
For each trailer in this technical bid specification
package, the bidder must verify that the solution
includes a cellular modem to transmit video data
from the camera or from the NVR to the Police
Department's Genetec camera system.
The Police Department has operated a variety of
Sierra Wireless cellular modems similar to the Sierra
Wireless GL series with great success. A cellular
SIM card for each trailer will be provided by the
City.
Our Crime Camera system requires static IP
addresses. In order to reserve new IP addresses, your
company will need to convert to the Persistent Prefix
IPv6 requirements and implement new Verizon -
certified IPv6 devices. Persistent Prefix IPv6 has
128 -bit addressing scheme, which aligns to current
international agreements and standards. Persistent
Prefix IPv6 will provide the device with an IP
address unique to that device that will remain with
that device until the address is relinquished by the
user (i.e., when the user moves the device off the
Verizon Wireless network). lPv4-only devices are
not compatible with Persistent Prefix IPv6 addresses.
Issue 12
Warrant, and Onsite Service
Identify all warranty periods for equipment
associated with this proposal. Identify the period of
onsite warranty service provided in your response.
Item 13
Product Fact Sheets and Photographs
Furnish product fact sheets for each camera, power
system and trailer that vendor will be providing in
this response. The proposal must include
photographs showing the entire trailer that is
specifically proposed in a stored (ready for travel)
and deployed set up of use position/configuration.
14
Item 14
Product Power — Period of Operation - Fact Sheet
Furnish a product fact sheet or statement that
explains the power consumption for the entire
solution as proposed. Provide a product fact sheet or
statement that explains the capacity of onboard
batteries provided with each trailer. Provide a
product fact sheet or statement that explains the
amount of power created by the solar panels
included with each trailer.
Show through these fact sheets/statements how long
the trailer can operate at a remote location on its
own.
Issue 15
Cost Summary Sheets
Responses are considered non-compliant and
incomplete if vendor fails to complete the enclosed
Proposal Cost Summary Sheet with their response.
This project has a cost cap of $30,000.00 per trailer.
The entire cost of the equipment, all delivery fees,
state and local taxes, along with all other associated
costs must remain within the per-trailer cost ceiling.
Issue 16
Statement of Work and Timeline
Furnish a proposed Statement of Work with the
response that outlines the work to be done as part of
this project and an estimated timeline for task work
in the Statement of Work.
It is expected that this project will be completed,
with the product on-site and functional by April 12,
2018.
15
Issue 17
Local Delivery
The San Bernardino Police Department's
headquarters is located at 710 North D Street, San
Bernardino, CA. 92401. This facility does not have
a commercial trailer height loading dock to receive
equipment. If shipping will require a trailer height
loading dock, vendors should calculate shipping
costs to San Bernardino International Airport (Police
Security Detachment) 295 North Leland Norton
Drive, San Bernardino, CA. 92407.
Issue 18
Milestone Based Pavments
Funding for this camera system project includes
federal grant funds. As such, the project is subject to
federal audit. The successful vendor agrees to
The Police Department will approve invoices for
payment after the successful delivery and activation
of both trailers.
The Police Department expects the successful
vendor will deliver a fmal invoice upon delivery. It
will be acceptable for the vendor to deliver the final
invoice in advance of final delivery; however, no
action will be taken to complete payment until after
successful delivery and activation.
Issue 19
California Sales Tax
The City of San Bernardino is not exempt from
California Sales Tax. The California Sales Tax rate
for the City of San Bernardino is 8.00%.
California Sales Tax must be included in the final
price in the proposal.
16
Issue 20
Federal GSA or GSA-Advanta,e Contracts
If this product is offered on a Federal GSA schedule
or a GSA -Advantage schedule, please indicate so
and include the contract number. Please confirm
that pricing is equal to, or discounted from that
contract.
Issue 21
No Mandatory Bidder's Conference
There will not be a mandatory bidder's conference
for this project. Pre-bid questions will be managed
by the City of San Bernardino's Finance Department.
17
SECTION III.
BID CONTENT AND FORMS
18
A. BID FORMAT AND CONTENT
1. Presentation
Bids should not include any unnecessarily elaborate or promotional
material. Information should be presented in the order in which it is
requested. Lengthy narrative is discouraged, and presentations should be
brief and concise. Bids shall contain the following:
a. identification of Bidder, including name, address and telephone;
b. proposed working relationship between Bidder and subcontractors,
if applicable;
C. acknowledgment of receipt of all RFQ addenda, if any;
d. name, title, address and telephone number of contact person
during period of bid evaluation;
e. a statement to the effect that the bid shall remain valid for a period
of not less than 120 days from the date of submittal; and
signature of a person authorized to bind Bidder to the terms of the
bid.
Bidder may also propose enhancement or procedural or technical
innovations to the Technical Specifications which do not materially
deviate from the objectives or required content of the project.
2. Exceptions/Deviations
State any exceptions to or deviations from the requirements of this RFQ,
stating "technical" exceptions on the Technical Specifications form, and
"contractual" exceptions on a separate sheet of paper. Where Bidder
wishes to propose alternative approaches to meeting the City's technical
or contractual requirements, these should be thoroughly explained.
19
3. Qualifications, Related Experience and References of Bidder
This section of the bid should establish the ability of Bidder to satisfactorily
perform the required work by reasons of experience in performing work of
a similar nature; demonstrated competence in the services to be provided;
strength and stability of the firm; staffing capability; work load; record of
meeting schedules on similar projects; and supportive client reference.
Bidder shall:
a. provide a brief profile of the firm, including the types of services
offered; the year founded; form of the organization (corporation,
partnership, sole proprietorship); number, size and location of
offices; number of employees;
b. describe the firm's experience in performing work of a similar
nature to that solicited in this RFQ:
C. provide, as a minimum, three (3) references from current
customers of a similar size as the City as related experience;
reference shall furnish the name, title, address and telephone
number of the person(s) a the client organization who is most
knowledgeable about the work performed.
4. Appendices
Information considered by Bidder to be pertinent to this RFQ and which
has not been specifically solicited in any of the aforementioned sections
may be placed in a separate appendix section. Bidders are cautioned,
however, that this does not constitute an invitation to submit large
amounts of extraneous materials; appendices should be relevant and
brief.
B. LICENSING AND CERTIFICATION REQUIREMENTS
By submitting a bid, bidder warrants that any and all licenses and/or certifications
required by law, statute, code or ordinance in performing under the scope and
specifications of this RFQ are currently held by bidder, and are valid and in full
force and effect. Copies or legitimate proof of such licensure and/or certification
shall be included in bidder's response. Bids lacking copies and/or proof of
said licenses and/or certifications may be deemed non-responsive and may
be reiected.
20
C. COST AND PRICE FORMS
Bidder shall complete the Cost/Price Form in its entirety including: 1) all items
listed and total price; 2) all additional costs associated with performance of
specifications; and 3) Bidder's identification information including a binding
signature.
Bidder shall state cash discounts offered. Unless discount payment terms are
offered, payment terms shall be "Net 30 Days". Payment due dates, including
discount period, will be computed from date of City acceptance of the required
services or of a correct and complete invoice, whichever is later, to the date
City's check is mailed. Any discounts taken will be taken on full amount of
invoice, unless other charges are itemized and discount thereon is disallowed.
Freight terms shall be F.O.B. Destination, Full Freight Allowed, unless otherwise
specified on price form.
21
PRICE FORM
REQUEST FOR RFQ: RFQ F-18-05
DESCRIPTION OF RFQ: Public Safety Camera Trailers
BUSINESS NAME/ADDRESS:
NAME
AUTHORIZED REPRESENTATIVE
tfWAU:197,14
EMAIL:
FAX:
22
Price list
(continued)
Project Overall Cost Summary
Citywide Crime Camera Trailer Project
FAILURE TO COMPLETE ALL COST SHEETS WILL INVALIDATE BID
This overall cost summary contains totals from the two trailer cost sheets. Bidders may provide
cost documents inside their proposals; however, these cost summary sheets must be completed
and will be used by the City's grading committee.
Camera Trailer -01
Cost of Trailer with All Equipment
Shipping Costs to Police Department
California Sales Tax
Total Cost: Camera Trailer -01
Camera Trailer -02
Cost of Trailer with All Equipment
Shipping Costs to Police Department
California Sales Tax
Total Cost: Camera Trailer -02
Total Cost:
23
PRICE LIST (continued)
Are there any other additional or incidental costs, which will be required by your firm in
order to meet the requirements of the Technical Specifications? Yes / No
(circle one). If you answered "Yes", please provide detail of said additional costs:
Please indicate any elements of the Technical Specifications that cannot be met by your
firm.
Have you included in your bid all informational items and forms as requested? Yes /
No (circle one). If you answered "No", please explain:
This offer shall remain firm for 120 days from RFQ close date.
Terms and conditions as set forth in this RFQ apply to this bid.
Cash discount allowable % days; unless otherwise stated, payment terms
are: Net thirty (30) days.
In signing this bid, Bidder warrants that all certifications and documents requested
herein are attached and properly completed and signed.
From time to time, the City may issue one or more addenda to this RFQ. Below,
please indicate all Addenda to this RFQ received by your firm, and the date said
Addenda was/were received.
24
PRICE LIST (continued)
Verification of Addenda Received
Addenda No:
Addenda No:
Addenda No:
Received on:
Received on:
Received on:
This bid has been reviewed and found to be correct and final. The undersigned
is authorized to providing pricing:
AUTHORIZED SIGNATURE:
PRINT SIGNER'S NAME AND TITLE:
DATE SIGNED:
Lee] LTA I0_1illEra ki1_ALTAI*:V_1BID] V**]
PHONE:
EMAIL:
Web Address:
IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW:
25
SUBCONTRACTOR'S LIST
As required by California State Law, the General Contractor bidding will
hereinafter state the subcontractor who will be the subcontractor on the job for
each particular trade or subdivision of the work in an amount in excess of one-
half of one percent of the General Contractor's total bid and will state the firm
name and principal location of the mill, shop, or office of each. If a General
Contractor fails to specify a subcontractor, or if he specifies more than one
subcontractor for the same portion of work to be performed under the contract in
excess of one-half of one percent, he agrees that he is fully qualified to perform
that portion himself and that he shall perform that portion himself.
DIVISION OF
WORK OR
TRADE
NAME OF FIRM OR LOCATION
CONTRACTOR CITY
Print Name
Company Name:
Address:
REJECTION OF BIDS
Signature of Bidder
The undersigned agrees that the City of San Bernardino reserves the right to reject any
or all bids, and reserves the right to waive informalities in a bid or bids not affected by
law, if to do seems to best serve the public interest.
Fill
NON - COLLUSION DECLARATION
TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO
In accordance with Title 23, United States Code, Section 112, the undersigned
hereby states, under penalty of perjury:
That he/she has not, either directly or indirectly, entered into any agreement,
participated in any collusion, or otherwise taken action in restraint of free
competitive bidding in connection with RFQ F-18-05.
Business Name
Business Address
Signature of bidder X
Place of Residence
27
SECTION IV.
GENERAL SPECIFICATIONS
28
IV. GENERAL SPECIFICATIONS
1. Each bid shall be in accordance with Request for Quotes (RFQ) Number F-18-05.
All specifications are minimum. Bidders are expected to meet or exceed these
specifications as written. Bidder shall attach to their bid a complete detailed
itemization and explanation for each and every deviation or variation from the RFQ
specifications and requirements. Conditional bids, or those that take exception to
the RFQ specifications and requirements, may be considered non-responsive and
may be rejected.
2. The City reserves the right to accept or reject any and all bids and to award a
contract to the bidder whom best meets the City's requirements. This may include
waiver of minor irregularities or discrepancies, or nonconformity to specifications in
appropriate circumstances. Purchase shall be on a best buy basis after due
consideration of all relevant factors, including but not limited to, workmanship,
accessibility of parts and service, known evidence of manufacturer's responsibility
and record, durability and known operational record of product and suitability as well
as conformity to City needs and requirements. In all cases the best interest of the
City shall prevail in all contract awards.
3. The City of San Bernardino reserves the right to purchase more or less than the
quantities specified at unit prices bid.
4. Bids shall be firm offers, subject to acceptance or rejection within 120 days of the
opening thereof.
5. Regular dealer. No bidder shall be acceptable who is not a reputable manufacturer
or dealer of such items as submitted for bid consideration.
6. All materials, workmanship and finish entering into the construction of the equipment
must be of the best of these respective kinds and must conform to the character of
the equipment and the service for which it is intended to be used and shall be
produced by use of the current manufacturing processes. "Seconds", factory rejects,
and substandard goods are not acceptable.
7. Each bidder shall submit with their bid a copy of the proposed product
specifications, complete detailed drawings, and other descriptive matter in sufficient
detail to clearly describe the equipment, materials and parts offered.
8. Manufacturer and/or Contractor shall defend any and all suits and assume all liability
for any and all claims made against the City of San Bernardino or any of its officials
or agents for the use of any patented process, device or article forming a part of
equipment or any item furnished under the contract.
9. Each bidder must state in their bid the guaranteed delivery date of product and/or
services in number of calendar days from the date of contract execution by the City
of San Bernardino, time is of the essence relative to this contract. Contractor shall
prosecute the work continuously and diligently and shall deliver the items at the
earliest possible date following the award of the contract.
10. Each bidder shall list in their bid all factory, manufacturer's and/or dealer's warranty
and/or guarantee coverage and shall submit such written documents evidencing the
same attached to the bid.
PA
11. Successful bidder(s) (Contractor) shall furnish and deliver to the City complete
equipment as bid and awarded, ready for installation and fully equipped as detailed
in these specifications.
12. Price shall be quoted F.O.B. San Bernardino (all transportation charges shall be
fully prepaid), and shall include all discounts. Bid shall include California sales tax,
where applicable, (effective October 1, 2017) computed at the rate of 8.0%, (this
will normally be shown as a separate line item on the price form).
13. City shall make payment within thirty (30) days after the complete delivery and
acceptance of the specified items by the City of San Bernardino and receipt of the
Contractor's priced invoice.
14. All "standard equipment" is included in any bid. Bidders furnishing bids under these
specifications shall supply all items advertised as "standard" equipment even if such
items are not stipulated in the specifications, unless otherwise clearly accepted in
the bid.
15. The items which the bidder proposes to furnish the City must comply in all respects
with the appropriate safety regulations of all regulatory commissions of the Federal
Government and the State of California, whether such safety features and/or items
have been specifically outlined in these specifications or not.
16. Contractor delivering equipment pursuant to these RFQ specifications shall
guarantee that equipment meets specifications as set forth herein. If it is found that
equipment delivered does not meet requirements of these specifications the
Contractor shall be required to correct the same at their own expense.
17. By submitting a bid, each bidder agrees that in the event complete delivery is not
made within the time or times set forth pursuant to this specification, damage will be
sustained by the City, and that it is, and will be impractical and extremely difficult to,
ascertain the actual damage which the City will sustain in the event of and by reason
of such delay.
18. In case the delivery of the items under this contract is delayed due to strikes,
injunctions, government controls, or by reason of any cause or circumstance beyond
the control of the Contractor, the time for delivery may be extended (in the City's
sole discretion) by a number of days to be determined in each instance by mutual
written agreement between the Contractor and the Purchasing Manager of the City
of San Bernardino. The City shall not unreasonably refuse such extension.
19. Contract. Each bid shall be submitted and received with the understanding that
acceptance by the City of San Bernardino of bid in response to this solicitation shall
constitute a contract between the Contractor and the City. This shall bind the
Contractor to furnish and deliver at the price bid and in complete accordance with all
provisions of RFQ No. F-18-05. In most cases the basis of award will be the City's
standard purchase order that may or may not incorporate this solicitation by
reference.
30
20. Prohibited interest. No member, officer, or employee of the City or of any agency of
the City during his tenure or for one year thereafter shall have any interest, direct or
indirect in this contract or the proceeds thereof. Furthermore, the parties hereto
covenant and agree that to their knowledge no board member, officer or employee
of the City has any interest, whether contractual, non -contractual, financial or
otherwise, in this transaction, or in the business of the contracting party other than
the City, and that if any such interest comes to the knowledge of either party at any
time, a full and complete disclosure of all such information will be made in writing to
the other party or parties, even if such interest would not be considered a conflict of
interest under Article 4(commencing with Section 1090) or Article 4.6 (commencing
with Section 1120) of Division 4 of Title I of the Government Code of the State of
California.
21. One Document. These specifications, the notice inviting bids, RFQ F-18-05, the
Contractor's bid, any written agreement executed by the parties, the purchase order
and all documents referred to in the complete specifications and purchase order,
and all written modifications of said documents shall be construed together as one
document. Anything called for in any one of said documents shall be deemed to be
required equally as if called for in all. Anything necessary to complete the work
properly shall be performed by the contractor, whether specifically set out in the
contract or not. All sections of the specifications shall be read as constituting a
whole and not as an aggregation of individual parts, and whatever is specified in one
section shall be construed as applying to all sections.
22. The City of San Bernardino reserves the right to accept or reject any and all bids.
23. Prompt payment. Each bidder may stipulate in their bid a percentage prompt
payment discount to be taken by the City in the event the City makes payment to the
Contractor within ten (10) working days of receipt of material and approval of
invoice. For the purpose of this provision, payment is deemed to be made on the
date of mailing of the City check. NOTE: prompt payment discounts will only be
used during bid evaluation in the case of ties.
24. Inquiries. Direct all inquiries to Vanessa Slouka at 909-384-5346. Technical
questions may be sent via fax to 909-384-5043. The answers to material questions
will be provided to all potential bidders.
25. Bid/Price forms. No bid will be acceptable unless prices are submitted on the
pricing forms furnished herein, and all required forms are completed and included
with bid. Deliver all bids, SIGNED and SEALED, to the Purchasing Division, Finance
Department at 290 North "D" Street, 3`d Floor, Vanir Tower, San Bernardino,
California 92401. CLEARLY MARK THE RFQ SPECIFICATION TITLE: PUBLIC
SAFETY CAMERA TRAILERS and Number F-18-05 ON THE OUTSIDE OF THE
ENVELOPE.
26. Time. All bids must be received in the Purchasing Division no later than 3:00
PST, February 23, 2018, where at such time and said place bids will be publicly
opened, examined and declared. Any bid may be withdrawn by bidder prior to the
above scheduled time for the opening of bids. Any bid received after that time and
date specified shall NOT be considered.
31
27. The City of San Bernardino reserves the right at its own discretion to award
separate contracts for each category, or to award multiple contracts, or to award one
contract for furnishing and delivering of all equipment and/or services in all
categories.
28. Equipment. In the purchase of equipment, Contractor shall be required to furnish
one (1) OPERATORS MANUAL and one (1) PARTS MANUAL for all equipment bid.
29. In submitting a bid to a public purchasing body, the bidder offers and agrees that if
the bid is accepted, it will assign to the purchasing body all rights, title, and interest
in and to all causes of action it may have under Section 4 of the Clayton Act (U.S.C.
Sec 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700 of
Part 2 of Division 7 of the Business and Professions Code), arising from purchases
of goods, materials, or services by the bidder for sale to the purchasing body
pursuant to the bid. Such assignment shall be made and become effective at the
time the purchasing body tenders final payment to the bidder.
30. Contractor shall indemnify, defend and hold City, its officers, employees and agents
harmless from any claim, demand, liability, suit, judgment or expense (including,
without limitation, reasonable costs of defense) arising out of or related to
Contractor's performance of this agreement, except that such duty to indemnify,
defend and hold harmless shall not apply where injury to person or property is
caused by City's willful misconduct or sole negligence. The costs, salary and
expenses of the City Attorney and members of his office in enforcing this Agreement
on behalf of the City shall be considered as "attorney's fees" for the purposes of this
paragraph.
31. While not restricting or limiting the foregoing, during the term of this Agreement,
Contractor shall maintain in effect [)olicies of comprehensive public, general, and
automobile liability insurance. in the amount of $1,000,000 combined single limit.
and statutory worker's compensation coverage, and shall file copies of said policies
with the City's Risk Manager prior to undertaking any work under this Agreement
The policies shall name the City as an additional insured and shall provide for ten
(10) day notification to the City if said policies are terminated or materially altered.
22: FAITHR 11 PFRRORMAAIGE BGNINBID C2/IrND The G9ntFarAeFWi11 he FequiFed to
0 0
ef
the hid nrine to inn,,re +�TtFasteFs#itiful peFfeFFnaRse-e#th+s GA-ncraGt
. Saide
19ORds shall
in +neerd__Ri.e Wot-h iirrlinenne Ale• 821, SeGtien 2400, and the nernere+ien ie. e•, ,isaid bond shall have a Fating on nn
,insuiraRGe guide
"A"
33. Written contract documents, duly authorized and signed by the appropriate
authority, constitute the complete and entire agreement(s) that may result from the
RFQ.
34. City may, at its discretion, exercise option year renewals for up to three (3) years, in
one-year increments.
32
35. By submitting a bid, bidder warrants that any and all licenses and/or certifications
required by law, statute, code or ordinance in performing under the scope and
specifications of this RFQ are currently held by bidder, and are valid and in full force
and effect. Copies or legitimate proof of such licensure and/or certification shall be
included in bidder's response. Bids lacking copies and/orproof of said licenses
and/or certifications may be deemed non-responsive and may be rejected.
36. Once the award has been made and prior to the commencement of the job, the
City's Municipal Code (M.C. 5.04.005) requires that a Business doing business with
the City, obtain and maintain a valid City Business Registration Certificate during
the term of the Agreement.
37. Vendor (Contractor)/ Consultant services agreement(s) (VSA/CSA). A signed
vendor/Consultant service agreement may be required between both parties prior to
commencement of the job.
33
1,•1 .cF' -,h. MIS/ �,' Y �Y � �`'l l bf
February 21, 2018
Jennifer Williams
Director of Sales
Industrial Video & Control
105 McDougall Court
Greenville, SC 29607
City of San Bernardino
Vanir Tower
Finance Department
290 N. "D" Street, 31d Floor
San Bernardino, CA 92401
RFQ F-18-05: "PUBLIC SAFETY CAMERA TRAILERS"
To Whom it may Concern,
On behalf of Industrial Video & Control, I am excited to offer the attached bid proposal, which will
remain valid for 120 days after submission, in response to the City of San Bernardino's Public Safety
Camera Trailers RFQ. Industrial Video & Control is confident in its ability to design and manufacture the
most efficient and effective mobile surveillance solution to meet or exceed the requirements outlined In
the specifications. IV&Cs ability to provide the best solution comes from over 16 years of experience in
manufacturing customized and comprehensive video solutions for surveillance and monitoring of
remote sites, industrial facilities, military installations, and municipal sites.
Thank you for allowing Industrial Video & Control to participate in this opportunity and present its
proposed solution for meeting your surveillance requirements. I look forward to hearing from you upon
completion of the evaluation stage. Should you have any questions or require any additional
information regarding IV&C's submission, I will be your primary point of contact and welcome you to
reach out at any time.
Sincerely,
kLca ocicl�
Jennifer Williams
Director of Sales
p: (617) 467-3059 x147 m: (864) 706-5313
e: illiams@ivcco.cc 1 w: www.ivcco.com
IVC
Confidential Com, -,an, Profile
Industrial Video & Control Co. LLC
Industrial Video & Control Co. (IVC) is a developer and manufacturer of video systems for
industrial and government customers. The company focuses on IP based video solutions for
critical applications. Its cameras are rugged, scalable, reliable, cost effective, and designed to
meet demanding customer requirements. IVC's video management software provides for the
viewing, management, control, storage, and playback of video from one to hundreds of
cameras. The company has in-house engineering of cameras and software development, and
IVC's product features are often developed in response to customer requirements. In addition,
!VC offers a full range of support services for its customers.
Approximately 70% of IVC's sales are to industrial applications. Government customers
account for the balance of IVC's sales, mainly to military, transportation and public , safety
applications. IVC includes among its customers more than a dozen major oil and pipeline
companies, more than 100 of the Fortune 500 largest U.S. companies, as well as the three
major branches of the military and U.S. Department of Homeland Security.
IVC was incorporated in November, 2001. It is a privately held LLC registered in the state of
Delaware. Founding partners Norman Fast (President) and Bill Richards (VP -Engineering)
had worked together at a predecessor company for two years prior to starting IVC. In addition
to the founders, shares are held by key employees. In 2011, IVC added to its software product
line with the acquisition of Longwatch, a leader in industrial video management software for
manufacturing and remote monitoring. In Feb., 2017, it acquired assets from Netvision360, a
leading manufacturer of mobile video surveillance trailers, hired several key employees, and
established a trailer manufacturing facility in Greenville SC.
IVC is based in Newton, MA where it has a 10,000 sq ft. facility. In addition, it has a custom
manufacturing and prototyping shop in. Fall River, MA. IVC is ISO 9001-2008 certified, and is
an audited manufacturing facility approved for the production of hazardous area ATEX and
NEC Class 1 Division 1 and Division 2 cameras. IVC is audited quarterly by Factory Mutual
(FM Approvals) and annually by Intertek, and must meet the -highest manufacturing quality
standards in order to maintain these certifications.
IVC currently has 30 employees plus a number of independent contractors. In addition to its
in-house sales staff, IVC sells through an extensive network of resellers and systems
integrators targeting the government and industrial markets.
IVC Contact: Norman Fast, President, Industrial Video & Control, fastaivccu.wi. , Tel 617-
467-3059
99
W.�
- "D
Pik
CO V
QV O O ' .0
CN M0 00 = Chi � cu 000
2
E 0 cu CU CU
cu
.>� > QV � U� � �` 0
LO•L C O fli 0� CU "CD O fir.._
O Opp
OCD �+ N >0072
C.)
CD
X00 �tmU 0 cu
CU
ch -0 O2QDN
"ROCU 0:W3: >cco
n
C2cu 0 0 NX "C
� ��0 '�� UCDcnE
OO� N"5.
a) CSU
0 ak.- ...-. 0 x= 0 .t... O C to
acow 1—caO 042)co CL =C-) =3
o
•�
ca
cu
.�CD
U
ca
co
N
� 0
0 cc ca•
i
CD
CML
•+--�
.� .CDCD
O C C
CO
C E.0
cn
?:
QU
OCD cc
�cL��-
coo O
o
E
O
�cm
�O
Cq
CU
cncu
Q
c C O
CD
CD
!t N
�7
0—m
P-0
C-
r
C)
E
U
V r
Ltz
ca
1�
E
ca
co
U
CD
_0
cR
•a
ni
a
Ltz
ca
E
ca
co
U
CD
_0
cR
•a
ni
.�
U
O
_C
cncu
0
E
N
C
1N
0��
o�
U
M
CD
U
C
L
��
•
o
O
„a?
C
.Q
N
`
O
U
CU
C
O
ccn
xCL
-43.
.0
-0
cu
O
C
a
0
c
cn4::f
Cocn CD
0 .� �
cn cn
M ca N —
L - a) O -0c.) ca a)
�� cu
00
tea) CU��.E
Eos 0 o cin cQ 0•-
°�,% a)cucE cuWo (Doccc o
cu cu
of >_c� cn
in Q LL U .� O co J 5- 0- cu to
r^,
cu Cl) Cl)
CU < c cu cuL ,�..,
U O =
C
Ucn
N
-� i O O
cn cu- cu CD
o O CU O�
L =
_0 O ..�+ N tM M N CU U
p cn V p co cn � � �cm
Q •43 CD � '� N CD C O .�
w '0 CUs= �- -0 cu
D C -D a a %n H� CU v
O
L
O
C
Cid
•�
E
a
..._
to
>
4)
U
•�.�
to
O
O
�,
CD
CU
�
L
(D
co
E
'Ile
CO
0
OD
CU
2
H
o
O..
=:)U
2
I--
0-0
o
q
R
2
k
�
�
§tkK
■
o
@
2
§
�
m
§
-0E
:
3
,
t-
m
m
m
7
c
z
k
Lo
Ln
m
co
4
Ln
A
Ln
N
L
C4
�
Ln
�
C
k
�
�
§
c
c
£
/r=m
■
o
§
■
e
u
c
°
0
+
\
m y
2
2
2■
2
©
Em
m0
.2m
o u
a
m
u
E
2
0
"
2
m
0
a
_
$
2
-1
0
■
»
D
k
§
a
J
m
(Da
�
v
�
S
%
0
§
§
t
V w
k
2
E
§
C-
/
2 V
E
U
m
CL2
©
QD
ƒ
/ §
a
cJ
k
u
a
-
§
CL
0
c
o g
§ A
J%
2
■
0
§ k
¢ E
2
§
t
LICENSE #: BS -17-145
BUSINESS NAME:
DBA:
CITY OF MAULDIN
BUSINESS LICENSE 2017
INDUSTRIAL VIDEO AND CONTROL CO LLC
PHYSICAL ADDRESS: MCDOUGALL 4.107-B SUITE:
CT
RATF 3900- NAICS CODE: 33699
CODE: MANUFACTURER
INSIDE CITY
DESCRIPTION: Other Transportation
Equipment
Manufacturing
RESTRICTIONS: REFER TO B-17-75 FOR INSPECTION NOTES
INDUSTRIAL VIDEO AND CONTROL CO LLC
103 CEDAR CT
GREENVILLE SC 29607
CITY OF
Business License eci 'Ilst
5 EAST BUTLER ROAD PO BOX 249 MAULDIN SC 29%2
The State of South Carolina
Office of Secretary of State Mark Hammond
Certificate of Authority
1, darts Hammond, Secretary of State of South Carolina Hereby Certify that:
INDUSTRIAL VIDEO & CONTROL, CO., LLC,
a limited liability company duly organized under the laws of the State of Delaware, and
issued a certificate of authority to transact business in South Carolina on February
94th, 2017, with a duration that is at will, has as of this date filed all reports due this
office, paid all fees, taxes and penalties owed to the State, that the Secretary of State
has not mailed notice to the company that it is subject to being dissolved by
administrative action pursuant to S.G. Corte Ann. §33-44-809, and that the company
has not tiled a certificate of cancellation as of the date hereof.
Given under my Hand and the Great Seal
of the State of South Carolina this 14th day
of February, 2017
r
Hammon , Secretary of State
INDUS -1
CERTIFICATE OF LIABILITY INSURANCE[%TEI Mil°�'
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(fes) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on
this certificate does notC�to the certificate holder in lieu of such endorsement(s).
PRODUCER SOS-62O$2DO NO ACi Jodi Coiena _ _
Fitfs Insurance Agency Inc. PHONE 508-620-6200 �7 FAX
508-481-0227
2 Willow Street, Suite 102. Heyk I IAS, No]:
Southborough, MA 01745-1020 j'eDJ" _Fislnsuance.com
-AEna
George Hulme
S AFFORDING C C
INSURED Industrial Video & Control
330 Nevada Street
Newton, MA 02460
INSURER(1 __ OVERAGE _ _ _ _NAI ■_
INSuRERA:VIgilant Insurance Company 220397
_-
INSURERB:Arbella Protection Insurance Z41360
iNsumpt c: Federal Insurance Company Z20281
INSURERD_:Capitol Specialty Insurance10328
INSURER F:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
RR -- . _ __- -z'ADDL - UBR m - POLICY EFF I POLY EXP
IC
TYPE OF INSURANCE wsn wvn POLICY NUMBER ttAM.I= Y LIMITS
( X COMMERCIAL GENERAL LABILITY I i _ EACH OCCURRENCE�Si 1.000'0
C
L
A
IM
S•MADE FX OCCUR 35879698 06/2412017 0612412018 DAMAGE TORENrEa f 1�00D,0
PMIS€S,I€Rn�f,d-?
MED EXP ft gwpeRMy} S, 10,0
I,PERSONALBADVINJURY �; 1,000,0
JJ f 1 9 Mfl In
GE_N'L AGGREGATE LIMIT APPLIES PER:
I X . POLICY ❑ %eT O LOC
OTHER:
B AUTOMOBILE LIABILITY
ANY AUTO .'1020049004
AtUp0VED0NLY �1,
AUTOSULEDX AUTOS ONLY _.
C E X I UMBRELLA LIAB�OCCUR
' EXCESS LUIB 1 CLAIM"ADE! .79859049
—i DED I X i RETENTION$ O'' _
C WORKERS COMPENSA7IDN i
AND EMPLOYERS' LIABILRY YIN 471745485
ANY PROPRIETORIPARTNERIEXecUnVE
QtFICER/MEMBF�R EXCLUDED? N 'N / A
S
1112012017 11/2012018 BODILY INJURY LPerp�sOn�, b
BODILY INJURY. Per accident $
PROPER DAMAGE
pPeracciden , $
0810212017 06124/2018
1010112017: 1010112018
EACH OCCURRENCE S
AGGREGATE IS
If yes, describe under
DESCRIPTION OF OPERATIONS below E.L. DISEASE
p ,Professional Liab W21C08180101 01129/2018 01129/2019 iEa Claim
!'Dad: $5,000
I rAggregate
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Apdhional Remarks Schedule, may be attached U more space is required)
CITYSAB
City of San Bernardino
1
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ACORD 26 (2016103) ©1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
PRICE FORM
REQUEST FOR RFQ: RFQ F-18-05
DESCRIPTION OF RFQ: Public Safety Camera Trailers
BUSINESS NAME/ADDRESS: tom,, (0 V `�D -a- ` oftw-z I
NAME
AUTHORIZED REPRESENTATIVEQ,�'�rne��V �tJ�ln/1,S
TELEPHONE: t�ii �' +. tq
EMAIL:
FAX:
22
Price list
(continued)
Project Overall Cost Summary
Citywide Crime Camera Trailer Project
FAILURE TO. COMPLETE ALL COST SHEETS WILL INVALIDATE BID
This overall cost summary contains totals from the two trailer cost sheets. Bidders may provide
cost documents inside their proposals; however, these cost summary sheets must be completed
and will be used by the City's grading committee.
Camera Trailer -OI
Cost of Trailer with All Equipment
Shipping Costs to Police Department
California Sales Tax
Total Cost: Camera Trailer -OI
Camera Trailer -02
Cost of Trailer with All Equipment
Shipping Costs to Police Department
California Sales Tax
Total Cost: Camera Trailer -02
Total Cost:
30
is VtRAP-AvecQ
23
fnv,-
a�5,4L
W 'itn'
PRICE LIST (continued)
Are there any other additional or incidental costs, which will be required by firm in
order to meet the requirements of the Technical Specifications? Yes No
(circle one). If you answered "Yes", please provide detail of said additiona .
Please indicate any elements of the Technical Specifications that cannot be met by your
firm. �_ �_n ,,�1'�[3�� ,F
_ CSL. C� 16 Ulnf b 11 p
,L JJA
Have you included in your bid all informational items and forms as
No (circle one). If you answered "No", please explain:
This offer shall remain firm for 120 days from RFQ close date.
Terms and conditions as set forth in this RFQ apply to this bid.
requeste ?Yes !
Cash discount allowable % 2. 10 days; unless otherwise stated, payment terms
are: Net thirty (30) days.
In signing this bid, Bidder warrants that all certifications and documents requested
herein are attached and properly completed and signed.
From time to time, the City may issue one or more addenda to this RFQ. Below,
please indicate all Addenda to this RFQ received by your firm, and the date said
Addenda was/were received.
24
PRICE LIST (continued)
Verification of Addenda Received
Addenda No: N _ Received on: _
Addenda No: T Received on:
Addenda No: _ Received on:
This bid has been reviewed and found to be correct and final. The undersigned
is authorized to providing pricing:
AUTHORIZED SIGNATURE: C- -AA; Cwtvg
. L4
PRINT SIGNER'S NAME AND TITLE:
D, c Sales
DATE SIGNED: rl�i ro� I
COMPANY NAME & ADDRESS: ISual �deA�' �10i1
Aa LqtOV7
PHONE:LQA-7-1 -1' 3051 FAX:
EMAILA 'i WW-wSQ IV0-0 •CM Web Address: WVVVJ .1 -t� . 0XA
IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW:
25
SUBCONTRACTOR'S LIST
As required by California State Law, the General Contractor bidding will
hereinafter state the subcontractor who will be the subcontractor on the job for
each particular trade or subdivision of the work in an amount in excess of one-
half of one percent of the General Contractor's total bid and will state the firm
name and principal location of the mill, shop, or office of each. If a General
Contractor fails to specify a subcontractor, or if he specifies more than one
subcontractor for the same portion of work. to be performed under the contract in
excess of one=half of one percent, he agrees that he is fully qualified to perform
that portion himself and that he shall perform that portion himself.
DIVISION OF NAME OF FIRM OR LOCATION
WORK OR CONTRACTOR CITY
TRADE l
Print Name Si9fiature of Bidder
Company Name: lS+ t -.
Address: �'A AC IR.tD L
_.
REJECTION OF BIDS
The undersigned agrees that the City of San Bernardino reserves the right to reject any
or all bids, and reserves the right to waive informalities in a bid or bids not affected by
law, if to do seems to best serve the public interest.
NON - COLLUSION DECLARATION
TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO
In accordance with Title 23, United States Code, Section 112, the undersigned
hereby states, under penalty of perjury:
That he/she has not, either directly or indirectly, entered into any agreement,
participated in any collusion, or otherwise taken action in restraint of free
competitive bidding in connection with RFQ F-18-05.
Business Name T1xd US1V'N 1 V ti&
Business Address It.5 'Clo'-f✓ a( _ Q WI 1 fC SC Au "i
Signature of bidder X
Place of Residence
27
co
C
E
E
0
V
Co
a
Q
0
Q
(q
CQ
ca-
U
C2
Ca
co
O
p
E
cu
U
0
C
U
C
�
Q.
CB
CO
cn
co
c
L
ca
U
cc
to
H
cu
L1_
f_ Ulj N Vd Vdl
d a" a
m
V
O.
dpm
jL¢pp�1
u E
V
°
y
$�
O
qm+1
N —
d
c E
d u�
c�
�•
C
°1
c
a
ui
E m
&zl
y 0 D
0 a
E
v c
—v q? -.m
vi
v
a
v..up_,
9v np+�
•oc A
a m o u
°
d
:n w
a « E
L C
.o m
•yc
`m
rL°1, 37 r
y 3L°',
i
s
$
W Q o
y
.. o
« "0 n
u -.0
q
q
y~
?
YG
d V 'J •p
0
V
°
¢
u 1
V c Y°
R
V C
,p
E
Cl ¢
x
c
`o o
`o d y
c
o
c
o ,°1,
o s
o
m o a o c
o o
.Y
a�
1O B
d
v A A
u d 'm
`4 a a -u�
? E c
C.
a
N
N n E.
's
4 E;p-
m
:o E
a
m o
u
E
c
s E_°a
p
c y
d. R
�u•_a
7
u ;
o.;,z"
.cc
=.Or E
m
mz EB
R r w 0
N
CL
E$ d a
d
u w
q 7 E.
d
L
E
y
L` d
W M °D
N
o E m c m
L O N
E, m
A Ly
a �p lOpy���
E u
a a o
b
o a
V
8c
p�
LL �G A
�I IJf LL 00 L«
LL OI
LL 9� �I
J lL L
N 1L N V
nl LL d O u�
1!O_ a i
�I
o �
'r
c �
A N LL E d 00
rvs«d,E cL. � d EL7
E
or v
d —
d
o EIM 13
03 c a a
NCa
a $70
to
N a 3 c 8E H m 4 ' a= g
m
CL o T
5 ''" ° S Lm, 'N m ccv 2 p a v
.c
a ° c v �
N� a r E � CBi Yna n vci maS m a i m
v 3 $ c y a p r Z v a 42 a Y m
cm
E E
E c N�
u
g o c E c 3 a g —u 1 a 01m
�.O y mL
o
m
°° c3 La m `m
� v m E
m c
M_ n °tg o S
E a w a
E
a=e a c m m 5 E Y a
m m— c " m �j o 'm o« a« y a 3 o to ' i+, g Ti jai = N ry
E pp a —
�'m V E u urian u E �°j7v E a,L.ta my m 3Ea m t;A
EI £ o o A c
B a a u'. m `a a uQ: rc�� m
�Y�o"o.o�
om�oo,.� tiE
`o
c � d d 'c � 3