Loading...
HomeMy WebLinkAbout20-Police Department CITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION From: Garrett W. Zimmon Subject: Resolution of the Mayor and Chief of Police Common Council of the City of San Dept: Police Bernardino authorizing the execution of O~ l ~ ~ ~'~~ a negotiated purchase order to Date: July 25, 2000 1 ~ ~ PROTECH Armored Vehicle Systems for the purchase of ballistic front door panels for 36 police units to be utilized by the police department. Synopsis of Previous Council Action: Recommended motion: Adopt Resolution Signa e Contact person: Robert Curtis, Captain Phone: 384-5690 Supporting data attached: Staff Report /Resolution Ward: All FUNDING REQUIREMENTS: Amount: $51,745.:85 Source: (Acct. No.) 108-271-5505 (Acct. Description) Asset Forfeiture Finance• Council Notes: "~O Napo ~ a n rl Agenda Item No. 8~r q ~oa~ CITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION Staff Report Subiect: Resolution of the Mayor and Common Council of the City of San Bernazdino authorizing the execution of a negotiated purchase order to PROTECH Armored Vehicle Systems for the purchase of ballistic front door panels for 36 police units to be utilized by the police department. Background: Criminal elements in our society employ an enhanced level of fireazm sophistication. Police agencies are adding ballistic door panels on their mazked units in an effort to optimize the level of safety experienced on a day to day basis by uniformed patrol officers. The primary tool used by patrol officers for cover purposes is typically the front doors of their patrol vehicle. However, the metal construction of the vehicle door is incapable, in most instances, of stopping a projectile fired at it. Installation of ballistic door panels to the front doors of our patrol vehicles will increase the level of cover afforded by the vehicles' door and enhance the safety of uniformed patrol officers. These panels have asix-yeaz life span. If a vehicle has been equipped with a ballistic door panel, if for any reason that vehicle has been removed from service due to mileage or damage, the door panels can be removed and installed in another serviceable vehicle. Panels that have exceeded their life span cannot be traded for new ones or discounted towazds the purchase of new ones. The City of San Bemazdino Municipal Code Section 3.04.O1OB3 provides for an exemption from soliciting bids if the Mayor and Council directly approve the purchase. The Police Department is requesting this exemption for two reasons. First, there is no local vendor available who could provide these ballistic door panels. Second, the negotiated price of $667 per door panel the police department received from PROTECH is consistent with what other agencies are using and paying for these panels. In 1999, the Los Angeles Police Depaztment (LAPD) prepazed a competitive bidding process for ballistic door panels for police vehicles. Bids were received from three vendors. A multi-year bid was awarded to PROTECH Armored Vehicle Systems, 158 Hubbazd Avenue, Pittsfield, MA 01201 on contract #57288 with LAPD. This bid is still being used today by LAPD and the price per door panel from this bid is $667.00. Financial Imuact: The Police Department's Asset Forfeiture budget for FY 2002/03 includes $57,600 for the purchase of ballistic door panels for 36 patrol units and installation of these panels (account number 108-271-5505). The total direct costs of the panels aze estimated at $51,745.86 and is calculated as follows: $667/panel X 72 (36 patrol units @ 2 panels per unit) _ $48,024.00 + $3,721.86 tax = $51,745.86. The balance of the budgeted funds ($5,854.14) will be used for installation costs. Once the panels are received either the City gazage or a local vendor will install them based on bid pricing and workload. Recommendation: Adopt resolution. Attachments• • LAPD's contract with PROTECH Armored Vehicle Systems • Bid summary sheet from LAPD • Letter stating SBPD would get same pricing as LAPD • Technical proposal from PROTECH, Bid Number F9022 RBS TEST Fax~809 Jul 23 2002 829 P. 02 ,:.. -... ,.r.. ~ ,~euv,o~ I~iPrG~ Ax/AC ys/5 BID NUMBER F8022 ITEM: 01 Protech Second Chance Leadin Tach O ara+Iesa Description Quan' unit Price Extended Unit Price Extended unit Price Extended unit Price Extended Panel, Ballistic 300 '1334 400200 2260 678000 2252 675600 2995 898500 0 0 0 0 p p 0 0 D p p D p o o ° D p o 0 0 0 0 0 p o 0 0 p o 0 0 0 o D o p o ° 0 0 0 0 0 0 0 0 p p D o 0 o p D p p D a p p o D 0 0 D 0 0 D a D p D D 0 o D D D o 0 0 o D o p D o Suh Total 400200 6780D0 675600 898500 Payment % 0,00% 0.00% 0.00% 2.0096 Flat Diso. D.DO 0.00 D.00 0.00 Total 400,200.00 678,000.00 676,600.00 880,530.00 Recommendation: Protech Armored Vehicle Systems is the lowest bidder and complying with speoifications. Buyer concurrs with L.A P.0's technical evaluation. Per Paul Bardon, optional panel installation is not required. Based on the aDOVe, Buyer recommends award to Protech. Contract awaM is being made in the best interest of the City. JUL-23-2002 13:59 PRO-TECH 4136844166 P.01i01 GeoRrey P. Patti Diraetor of Armor Programs Protech Armored Products, Inc. pR~N 156 Hubbard Aw • P'iltcfwld, NIA 01201 413.684,3104 Tal • 413.684.4166 fax • gwtfl~anrrortwWirtgs.oom ,. ,, , facsinvle transmittal- -- . . 70: Jeff Brelten Fax: 909-38ti-4891 From: Geoffrey P. Patti Dabs: 0723102 Ballistic Door Panels Pagss: 1 a: Ndeel `;, De®r tti`g~eaben' Sul~jeit:t3illl`istic Door Panels Please ~ecept this fax as official authorization of San Bernardino City P.D. to utilize the ,. priang as.affered to the Los Angeles Police Department for Bld # F9022 for bagistic door panels: This product is offered for a price of 5667.00 per door ($1334.00/set). Should have any questions or desire further Information, please do not hesitate to contact meat 413-684-3104 or 413-448-2084 cell. Kind regards, Geoffrey Patti Director Armor Programs Protech Armored Products, Inc. a L w r ,. ,;,, ~,*, ~n ~ t., r n s TOTRL P.01 CITY OF LOS ANGELES 1'~L GOPY~ CALIFORNIA DEPARTMENT OF GENERAL SERVICES JON KIRK MUKRI GW[RAL MANAGER ANG , CRY PURCHASING AGENT OFFICE OF PURCHASING AGENT ROOM 100. CITY HALL SOUTH 111 EAST FIRST srREEr ~ RICHARD J. RIORDAN LOS ANGELES, U 90012 MAYOR July 18, 2001 PROTECH ARMORED VEHICLE SYS Vendor No. 36305 158 HUBBARD AVE PITTSFIELD, MA 01201 RE: Annual Contract No.: 57288 Bid No.: F9022 Amendment No.: 02 Expiration Date: September 30, 2002 Authority Title: PANELS, CAR DOOR, BALLISTIC This is to inform you that the referenced contract has been modified as follows: The City of Los Angeles is exercising renewal option no. 2 contained in the above contract. This renews the contract for an additional one (1) period and the contract will now expire on September 30, 2002. All contract terms, conditions, and specifications of this contract remain unchanged. Lr JON KIRK MUKRI GENERAL MANAGER AND BUYER: JENNIFER M. ABELE~ ~'~ CITY PURCHASING AGENT J(213) 847 - 0203 n~nr, I ' I i I eu cnu w. cu o. ~..~..e....e~.....~.. e. ....tee _ ~ -. PAGE 1 NOTICE OF AWARD 02/09/2000 CITY OF LOS ANGELES CONTRACT NUMBER 57288 DEPARTMENT OF GENERAL SERVICES BID NUMBER F9022 PANELS, CAR DOOR, BALLISTIC ~s_~~=~~~=sas=e~.s~~- sane----e~ea_~Qe.a===___=~~ee.~.~~z~sa.~___~as=~=ssas=~ VENDOR 000036305 (413) 664-3104 BTRC NUMBER PROTECH ARMORED VEHICLE SYS 158 HUBBARD AVE PITTSFIELD MA 01201 THIS AWARD IS SUBJECT TO THE GENERAL CONDITIONS ATTACHED HERETO. THIS AGREEMENT IS IN ACCEPTANCE OF YOUR BID #F9022, FOR FURNISHING THE CITY'S ANNUAL REQUIREMENTS FOR THE ITEMS AND/OR SERVICES OUTLINED WITHIN THIS DOCUMENT. DELIVERIES WILL BE MADE (OR SERVICES WILL BE PERFORMED) UNDER THIS AGREEMENT AS REQUESTED BY THE CITY DURING THE CONTRACT PERIOD BEGINNING ON 10/01/1999 AND EXPIRING ON 09/30/2000. RENEWAL OPTIONS. THE VENDOR HAS OFFERED TO GRANT THE CITY THE OPTION TO EXTEND THIS AGREEMENT FOR A PERIOD OF FOUR YEAR(S) FROM THE DATE OF EXPIRATION. THE PRICES, TERMS, CONDITIONS, ETC. OF SUCH OPTIONS ARE EXPLAINED WITHIN THIS AGREEMENT. IF RENEWAL OPTIONS ARE TO BE EXERCISED, THE CITY WILL SO NOTIFY THE CONTRACTOR PRIOR TO THE EXPIRATION DATE OF THIS AGREEMENT. QUESTIONS REGARDING THIS AGREEMENT ON SPECIFICATIONS MUST BE REFERRED TO CARLOS BENEDICTO PHONE (213) 485-3631 T~ITY-6F-Cb$~RU"~ECES I,i I i . PAGE 3 NOTICE OF AWARD 02/09/2000 CONTINUATION SHEET CITY OF LOS ANGELES CONTRACT NUMBER 57288 DEPARTMENT OF GENERAL SERVICES BID NUMBER F9022 PANELS. CAR DOOR, BALLISTIC =a=====a==rm==m=r.===r=arrm==a===a===a====a====~===rm=m===„a===a==r====~==a=== =za=a=x= =mas==aaa=a=x===rmsm=xsszac=====:av==rv====casc:=s=az==a=======av==a= ORDER MATERIAL UNIT PRICE UNIT PRICE ITEM UNITS CODE EFF DATE QUOTED ==s==av=z=v=as==av=asa===a=zvsczrzmsv=za==mae=er:ec=======r===r==a=v=amc=va==v 001 EA 9900003 10/OI/1999 667,0000 PANEL, CAR DOOR, BALLISTIC RESISTANT, AS PER LAPD SPECIFICATION N0. MTD 99-1F DATED NOVEMBER 15, 1998. :cc=c=va=====arz===a=v=rassssss==sssmvzsz==ac===saz=v====vs=z=za=zs====zma===== GENERAL CONTRACTUAL TERMS sac===azc=x=a=sra====v=z=:m===ea=ascv==ss==use===e=aa:=z=a====vac=raa=====z=== OTHER AGENCIES: mr=== a====ra OTHER GOVERNMENT AGENCIES MAY TO MAKE PURCHASES USING THE PRICES. TERMS AND CONDITIONS RESULTING FROM THIS CONTRACT. SPECIFICATION: _______- = a= ALL MATERIALS PURCHASED UNDER THIS AUTHORITY ARE REQUIRED TO BE EQUIPPED WITH THE COMPONENTS LISTED IN SPECIFICATION NUMBER MTD 99-1F. QUANTITIES: =r======r== THE QUANTITIES STATED HEREIN ARE ESTIMATES ONLY OF THE CITY'S REQUIREMENTS. CON- TRACTOR AGREES TO FURNISH MORE OR LESS THAN THE ESTIMATES IN ACCORDANCE WITH ACTUAL NEEDS AS THEY OCCUR THROUGHOUT THE CONTRACT PERIOD AT THE UNIT PRICE(S) QUOTED. IT IS AGREED CONTRACTOR SHALL HAVE THE RIGHT TO REJECT ORDERS EXCEEDING 25% OVER THE TOTAL ESTIMATES UPON WRITTEN NOTIFICATION TO THE PURCHASING AGENT. CONTRACT TERMINATION: ==m ==a==armaa===== _ THE=CONTRACT MAY BE TERMINATED IN WHOLE OR IN PART WITHOUT PENALTY BY THE CITY FOR ITS CONVEN- IENCE, PROVIDED THAT THE CONTRACTOR IS GIVEN NOT LESS THAN 30 GAYS WRITTEN NOTICE (DELIVERED BY CERTIFIED MAIL RETURN RECEIPT REQUESTED) OF THE INTENT TO TERMINATE. THE CITY WILL PAY FOR THAT PORTION OF THE WORK PERFORMED. i . ~ y PAGE 5 NOTICE OF AWARD 02/09/2000 CONTINUATION SHEET CITY OF LOS ANGELES CONTRACT NUMBER 57288 DEPARTMENT OF GENERAL SERVICES BID NUMBER F9022 PANELS. CAR DOOR, BALLISTIC AGE TO THE EQUIPMENT INVOLVED WHILE IN HIS POSSES- SION OR IN THE POSSESSION OF ANY OF HIS AGENTS. CONTRACTOR SHALL REIMBURSE THE CITY FOR ANY LOSS OR DAMAGE TO THE CITY CITY EQUIPMENT IN HIS OR HIS AGENTS CARE AND CUSTODY. COMPLIANCE TO REQUIRED SOCIAL PROGRAMS: VENDOR SHALL BE IN COMPLIANCE WITH ALL THE NECESSARY SOCIAL PROGRAMS REQUIRED BY THE CITY OF LOS ANGELES AND MUST MAINTAIN AN UPDATED FILE OF SUCH SOCIAL PROGRAMS WITH THE CITY OF LOS ANGELES, OFFICE OF THE PURCHASING AGENT. PAYMENT INFORMATION: FOR PAYMENT, CONTACT DARLENE ROYCE AT (213) 485- 5361. PERSON TO CONTACT: SHOULD THE CITY OF LOS ANGELES REQUIRE ANY EXPLANATION REGARDING DETAILS OF THIS CONTRACT, PLEASE CONTACT: GEOFFREY P. P.ATTI AT (413) 684-3104, WITH FAX N0. (413) 664-4166. END OF AWARD NOTICE PAGE 5 OF 5 i I eS~g"'JN. 4. I999°^11:09aM~~~E~' SCR .or~q~°nS'.N6 n'U, l~?3~ yV ~ ' •'T'®• City of Los AnlgMes, Purchasing Agent Bid No. • 111E 1N SL, Rgom tlq Los Angeles, CA 40012 Contract No. _ 1. COMPLETE C~3NTRACT ' This entire Bid reduest, or any Item(s) thereof, shall become the Contract upon its acceptance by the Purc acing Agent on behalf oi;lhe City of Los Angeles. The complete contract shall consist of The Notice of Award, The Notice Inviting Blds, the Antire Bld (Including Speclflcations), or any hem(s) thereof, this page and the reverse si e, ad- dendums, and whtin requlred,lNSURANCE AND BOND(S). A Notice of Award will be fumished to the suc essful bidder identifying the Item(s) to be furnished under this contract. 2. SERVICES TO BE PROVIDED BY THE CONTRACTOR The Contractor agrees, upon acceptance of this offer by the City, to furnish the goods and services erein specified according to the terms and conditions es set forth herein. 3. AMOUNT TO BE PAID The Clty agrees to pay the Contractor for the goods or services In the manner and out of the funds describe In the paragraph entltlad"PAYMENTS' on the reverse side of this Form. 4, CHOICE OF ALTERNATIVE PROVISIONS; OPTIONS; NOTIFICATION When alternative provisions are requested, or options are offered, the Contractor will be notified as to which provision, or option, Is being accepted at the same time that he is notified that he is the successful bidder. 5, DECLARATION OF NON-COLLUSION The unrkrslgned ~ertMies (or deeiares) under penalty of perjury that this bid is genuine and not s or collusive, or msdtx In the Interest or on behalf of any person, firm, or corporat"ron rtot herein named; th t the bidder has not dirt:etly or indirectly Induced or solicited atty bidder to put up a sham bid, or any other ?son, firm, or emrporatlon to refrain from bidding, and that the bidder has not in any manner sought by collu n to secure to himself any advantage over other bidders EXE6UTED AT: Pittsfield MA ON THE 15 DAY OF June ~ ~ 99 19iddee Cew,vtetel City 3taye Month BIDDER MUST COMPLETE AND 51GN BELOW: Firm Name Protech Armored Vehicle Systems phone (413 ) 684-3104 Address: 15,8 Hubbard Abenue Pittsfield, MA 01201 knot Cky State Yh Geoffrey P.. Patti j , Director, Armored Vehicle IAFFIx CORPORATE S~ p'¢ /lam /~-` ys ems SEAL HERE) Pd land 1 Ph " C. Martino 1 S/ ~ ~ - TItIe President Fran tint (ADDtoved Corporals Signature Methods e) Two sgmtures: Otre 6y Chairman of aosrd of Directors, PreaidenL or a Vice•Prealdsnl attd ens by Secretary, Aast. Secret , Cniel Flnenctal Offlar or an aL Treasurer. ' bl Ons elatalun by Corporate daslgneted IndwWUal together wtth propery atteslad nwWtlon of Boartl of Diresfors authorizln person m sign] AWARD CANNOT DE MADE TO THE SUCCESSFUL BIDDER UNLESS TNIS 81GNATURE SECTION IS COMPLET60 PROP RL~ NOTARU:ATION: Sids executed outside the 81ate of Celllornla must be sworn to and notarised below. i County of In witness whereof the City of Los S.S. Angaies has CaUSed this contract. to be Approved as to orm State of executed by the Purchasing Agent of said City, and said Contreetor bas executed this f g _ Subscr)bed and sworn this day contract the day and year written below. ., of tg_, RANDALL C. BACON JAMES K. HA N Purchasing Agent, Ciy of Loa Angela Clty Attorney 1i ? ~ Signature By: - , By _ J'JN. 4. 1999 11~.IlRM GEN SER °URCKASING !~"3 I 'xORM OSlS~BC (Rev, YIB~ GENERAL CONDITIONS READ CAREFULLY t. FORM OF BID AND SIGNATURE. The bid must be made the contract accordingly or shall reject all ds. The on this form only. No telephonic or telegraphic bids are determination of the Purchasing Agent shall be fi al. acceptable. Bid should be enclosed in a sealed envelope, 7, DEFAULT BY SUPPLIER. In case of default by supplier, showing the Bid No. in the lower left comer, and addressed the City reserves the right to procure the a 'ties or to the City of Los Angeles Purchasing Agent,111 E. 1st St., services from other sources and to hold the supplier Room 100, Los Angeles, CaIM. 90012. The Bid must be responsible for any excess costs occasioned t the City signed with the firm Corporate name and by a responsible thereby. officer or authorized employee. In case of error in exten- sion of prices, unit price will govern. All prices must be e. PAYMENTS. Payment terms are NET/30 day unless firm unless the specificotions provide for adjustment. bidder otherwise quotes cash discount to .Cash 2. TAXES. Do not include an Sales Taxes or Federal Excise discounts offered for payment under 25 days w II not be Tax In prices quoted unless the specs. specificaly require considered by the City when evaluating bids. II Cash that Sales Tax be included. Sales Tax will be added by the Discounts shall be taken and computed from th date of Ci at time of award. The Ci will fumish Federal Excise delivery or completion and acceptance of the erial, or Tax 6tem lion Certificate to Su tier. An other taxes from date of receipt of invoice, whichever is late Partial P PP Y payments may be made by the City on delivery a accep- must be included in bid prices. lance of goods end on receipt of vendor's invoice 9. SPECIFICATION CHANGES. If provisions of the g, ASSIGNMENT. The supplier shall not assign or Hafer by Specifications restrictbidder from bidding, he may request operation of law any obligation without the pri written in writing that the specifications be modified, Such request consent of the Purchasing Agent. must be received by the Purchasing Agent at least five (5) 10, NONDISCRIMINATION. The rovislons of 3eilio 10.8 to working days before bid opening date, All bidders will be P notified by Addendurh of any approved changes in the 10,13 of the Los Angeles Administrative Code pe fining to specifications. nondiscrimination in employment in the perfo nce of City contracts are incorporated herein by refer ce and 4. BRAND NAMES AND SPECIFICATIONS. The detailed made a part hereof as it they were fully set fort herein. specifications and/or brand name references are descrip- During the performance of this contrail, the c ntreilor five and indicate quality, design, and construilion of items shall not discriminate in his employment practice ,against required. Ot'fere will Abe considered to supply articles any employee or applicant for empoyment beau a of the substantialty the same as those deserlbed herein but employee's or applicant's race, religion, nation I origin, with minor variationsi. Bidder must describe variations ancestry, sex, age or physical handicap. All su ontrects In his bid, awarded under any such contract shall contai alike 6. AWARD OF CONTRACT. Bid shall be subject to nondiscrimination provision. acceptance by the City for a period of 3 months unless a 11. SAFETY APPROVAL Articles supplied under this ontrail lesser period is prescry'bed in the quotation by the bidder. will not be accepted unless they comply with current The city may make cdmbined award of all items cromplete safely regulations of the L,A. Bldg. & Safety, L., the to one bidder or may award separate items or groups of Safety Ordere of the California Division of Industri I Safety items to various bidders. Bidders may submit alternate and OSHA requirements. prices or name a lump sum or discount conditional on two 12. PREVAILING WAGES. Where labor is required f r public or more items being awarded to him. The right is reserved work as a part of this contract, pursuant to the pr visions to reject any, or all, bids and to waive any informality in of the Labor Code of the State of California, c tractor bids. shall pay no Isss than the minimum wages as rtained 8. APPEAL OF AWARD. In the evern the Purchasing Agent and published by the City Dept. of Public Works. opy of proposes to award a contract to other than the lowest wage schedule is obtainable try requesting the nice of monetary bidder, the Purchasing Agent will, prior to such said Board, Cfty Hall, Los Angeles, award, notify each of those bidders submitting lower 13. CONTRACTOR'S LIABILITY. The contractor a reeS to monetary bids which have conformed to the specifications save bear harmless, and Cully indemnity the Ci of Los set forth in the invitation to bid. Angeles, its officers, agents and employees from y and Upon issuance of such nottlication, each bidder submitting all liabil'dy whatsoever that may arise or be clot ed by a bwer monetary bid May, within two (2) days, request a reason of any acts of said contrector, his employ es and hearing before the Purchasing Agent. Upon such request, agents, in connection with the work to be perform under the Purchasing Agent will fumish such bidder with a written the contract statement setting for4h the reasons for the proposed 14. PATENT RIGHTS. The person, firm, or corporetio ,upon award. A hearing shall be provided no sooner than three whom this order is drawn, does, in case the facials (3) calendar days after the request for hearing, unless or supplies to be furnished are covered wholly o in part waived by the bidder. ~ by U. S. Letters Patent, by the acceptance of th s order At or prior to the hearing, the bidder may present evidence agrees to indemnity and hold the City of Los ngeles as to why the contract should be awarded to said bidder. harmless from any and all injuries or damage w ich the Arier the close of the hearing, the Purchasing Agent shall City may sustain by reason of the sale to or use by it of make a determination with respect to the responsibility of such materials or supplies and arising out of the Ileged the bidder or bidders irlvoNed, and thereafter shall award or actual infrineement of said letters patent. 'JUN, 4. 1999 li:iSAM G~1~' SCR P??RC4„S;NG N'~'. 1~=:a !'. 4 I r. . ' PAGE 1 REQUEST FOR B1)) Qi,Y~7g9~o '~ CITY OF LOS ANGELES BIT) NUMBER F902Z DEPARTMENT OF GENERAL SERVICES PANF,LS, CAR DOOR, BALLISTIC (SHOW BID NUMBER ON ENVELOPE) e~-aasse-====__-'_-----__==__~ -----------------= -----^--- SUBMIT BIDS TO PURCHASING AUENT, CITY OF 1,09 ANGELES, ROOM 100 CITY HALL SDUTH, 111 E. FiRS'C ST., I~05 ANGELES, CA. 90012 ON OR BEFORE 06/01/1999 X1:00 FM QUESTIONS REGARDING THIS BID OR SPECIFICAT1f1NS Mi1fiT BE RRFERRED T0; DON WHITMORE PHONE (213) LRS-9998 _~~~~....~ata aasos3~2S~_C_-_^,_ C..S=_~=;.~__~~___~~_-._._-.~__~__~rM HID IS SUBJECT TO THE GENERAL TERMS AND r,ONnl'rTnNr AS STIPULATED ON REVERSE SIDE OF THE SIGNATURE SHEET.' COMPLETE AND RETURN THE ATTACHED AFFIRMATIVL~ ACTION FORMS ONLY IF YOUR FIRM DOES NOT CURRENTLY HAVE ON FILE AN AI"'TRHATTVF, At;TTON PLAN AND CERTIFICATION. --------=-- -- ---------- BIDS ARE REQUESTED FOR FURNISHING THE ANNUAL. R1iQI1IREMENTS OF THE CITY OF LOS ANGELES BEGINNING 07/O1/1999(OR UPON THE i)ATR OF AWARD OF CONTRACT) AND ENDING 06/30/2000, FOR THE GOODS AND/OR SERVICES t)ttTT~iNF,f1 W[TH THIS DOCUMENT. DELIVERY ADDRESS: DELIVERX COSTS: PRICES q~u>TFn StfAT,T. T.NCLUDE ALL DELIVERY AND UNLOADING CHARGES T0: CITY DF LOS ANGELES LAPD MOTOR TRANS DIV 55i RAMIREZ ST. ROOM 117. LOS ANGELES r:A ~001Z THE BIDDER QUOTES THE FOLLOWING DELIVERY TR1R ANA PAYMENT TERMS 17 weeks/300 sets of panels STATE TIME OF DELIVERY HAYS nrTrR RR('RIPT OF ORDER. TERNS _ 2 X AISCOUNT, FOR PAYMFN'r IJ1T111N ,,,_~__ DAYS.(Net 30) JUN. ~, 1999 11;16AM GEN SER Pf~?RC~ASING l~~J ~' • ~x('BAGE ~~°•I,,:'~"y" }1"; REQUEST' FOR 11tH 05/07/1999 CITY OF LOS ANGELES BIT) NUMBER : F9022 DEPARTMENT OF GENERAL SERVICES FANET,S, CAR DOOR, BALLI57IC (SNOW HID NUMBER ON ENVELOPE) -~~_-~_~~~_ ~~~~-.~~~~e~3s-=c-cc~eo~ -e=a=c-=_--•~~~~e=~e=---~==~avveee==~o~s==- PAYMENT INFORMATION: BUSINESS TAX REGISTRATION CERTIFICATE. (BTRC) "THE CONTRACTOR REPRESENTS THAT IT HAS OBTAINED AND PRESENTLY HOLDS THE BUSINESS TAX REGISTRATION CERTIFTCATR(S) REQUIRED HY T)IE CITY'S BUSINESS TAX ORDINANCE (SEE ARTICT.R 1, CHAPTER 2, SECTION 21.00 OF THE LOS ANGELES MUNICIPAL CODE). THE CONTRACTOR SNALL MAINTAIN, OR OBTAIN, A5 NECESSARY, ALL SUCH CERTIFICATRS REQUIRED OF IT UNDER SAID ORDINANCE AND SHALL NOT ALLOW ANY SUCH gItRTIFICATE TO BE REVOKED OR SUSPENDED". CONTACT THE CITY CLERK TAX AND PERMIT DIVISION AT TELEPHONE N0. (213) 626-9271 OR ROOM 101, CITY HALL, FOR COMPLIANCE DETAILS. LIST YOUR BTRC ACrOUNT NO. nRRB: 1014t2T9T819191_11181 Dees=____________________________ ______'-----°°----______=_________=__=_____ •!r******et*~t*#***iF•!c:!^k'.rk+ht*'h~r~nSi k'•r:t*•Orototf::'::t~ntsrlririrar:t'.: k* BIDDER'S RESPONSIBILITY xrt*+e****,aet*t*,t,rnt***,tt**~****,e:~-r.-~r+ttr,tt,:-'r~,'::~~rr+rtrrt,tt RESPONSIVE BIDDERS SHALL COMPLETE ANl) RATURN ALL BID DOCUMENTS INCLUDING ADDENDA, :;PRr.rFTrnTTONS, DRAWINGS AND ALL FORMS. THE PURCHASING AGENT NAY DEEM A DiDnfR NON-RF.SPON- SIVE IF THE BIDDER FAILS TO PROVIDA: Ard. RFQUTRRD DOCUMENTATION AND COPIES. IT SHALL BE THE BIDDER'S RESPONSIRTI.ITY TU'•PROVIDE ONE (1) ORIGINAL AND (3) COPY(IES) OF TliTi COMPLETED BID DOCUMENT. THE ORIGTNAT~ ANn,AId. COP- IES SHALL INCLUDE ALL FORMS; SPECTFIrn'CTONS, DRAWINGS,. SCHEMATIC DIAGRAMS AND ANY TrcnNTCnT. AND/OR ILLUSTRATIVE LITERATURE. IF YOU ARE NOT BIDDING, PLEASE BTATE nGLnW YOUR REASON FOR NOT BIDDING; OTHF,RWISR rr Ial1,r, r+F CONSIDERED A "NO RESPONSE": A.BIDDER WHO FAILS TO RESPOND TO 'f~IRi',h; t 3) CnN- SECUTIVE BIDS MAY BE BEHOVED FROM •rnF r.rrv's ATn- I MAILING VENDOR DATABASE. IF YOU ARE RECEIVING BIDS FOR CONMONII'7~8 OR SERVICES THAT YOU ARE UNABLE TO PROVTnr To THE CITY, IT SHALL BE YOUR RESPONSIBTr.TTv 'i'n tNFORM THE PURCHASING AGENT, IN WRITING, ON l:t7MT'ANY LETTERHEAD, REQUESTING THAT YOUR fXrnMPnNV nr REMOVED FROM THE COMMODITY T,ISTING. OUT OF STATE BIDDER: OUT OF STATE OF CALIFORNIA BIDDER OR ninnFR WITH A REMITTANCE ADDRESS OUTSIDE TITS STATR OF f.A1•iFORNIA . J`JN, 4. 1999 ll;IBAM GEN SER PURCHASIPdG ~'~'. 1~Y~ !'. C PAGE 3 REQUEST FOR ATII 05/07/1999 CITY OF LOS ANGELES Ali) NUMBER F9022 DEPARTMENT OF GENERAL SERVICES PANELS, CAR DOOR, BALLISTIC (SHOW BID NUMBER ON ENVELOPE) TN7tT-HAS A CALIFORNIA STATE BOARD OF RQUALT7.ATION PERMIT TO Ta9bL$CT CALIFORNIA STATE SALF,S TAX SHALL ENTER THE PERMIT'~NUMHER IN THE SPhCR FROViD(Sp. PERH IT NUMBER ! ! ! - ! ! ! ! - ! 1 ! - ! ! ! ! ! ! IF BIDDER HAS ND PERMIT NUMBER,CHFCK AOX ORT,OW AND SIGN. ~'` NO PERMIT NUMBER ! ! --------------~=--~--- SIGNATURE ~`'~.~ **a:-1Htie***+:*4*at*14fM**~JL**at***kfc**ira!N:aYa'::'r.':-,~r?rit afirrta4?ta'.~i::k#. MBE/WBb AND OTHER BUSINESS ENTERPRJSR OIITRRACN PROGRAM *aFk*iaF**aM*tit+Yft*tht*****aFii*i-*ie**;kt J:'.eie k'•: ati; ir': it :4Vr**lcatie IT IS THE POLICY OF THE CITY OF LUS nNGfI,,T?S TO PROVIDE MINORITY BUSINESS ENTERPRISES (MAf;SJ, WOHEN BUSINESS ENTERPRISES (WBES) AND Ai,Tt UTHER BUSINESS ENTERPRISE6 AN EQUAL OPPORTUNITY TO PAR- TICIPATE AS 9UHCONTRACTORS IN THB PERrORMANCE OF ALL CITY CONTRACTS. BIDDERS AND PROPOSERS SHALT, ASSIST THE CITY IN IHPLEHENTiNG TFTTS POI,tCY AY TAKING ALL REASONABLE STEPS TO EN511RF THAT ALT, AVAILABLE BUSINESS ENTERPRISES, INCLUDING 1,UCAT~ HBES AND WBES, HAVE AN EQUAL OPPORT.IN1'fY TO COHPETE FOR AND PARTICIPATE IN CITY CONTRACTS, ALL BIDDERS OR PROPOSERS SHALT. BE RFSFONSTAi,F. FOR PERFORMING A GOOD FAITH EFFORT IN ORORR Trl REACH OUT TO MBES, WBBS AND ALL OTHER Bi1SIN~SS RNTERPRI- SES. THE 10 SPECIFIC STEPS WHICH CUNS'fl'I'UTF'A GOOD FAITH EFFORT ARE DESCRIBED IN TIIF. NAYOR'S EXECUTIVE DIRECTIVE N0. I-C WHICH iS nT'fACHED HERETO A5 ATTACHMENT E. ALL BIDDERS OR PROPOSERS MUST COHPLX WITH THIS EXECUTIVE O!RF.rT'TVit. SALES TpX: **~r*lratint** DO NOT 'INCLUDE SALES TAXES IN YOUR AIIt. ;tni~ES TAXES WILL BE ADDED AT TIME OF ORIIF.R. FRDERAL EXCISE TAX: ****************'~`~~ TIfE CITY OF LOS nNRAi,r•.S !S EXEMPT FROM PAYMENT OF FEDERAT, EXC)SR 'i'nX. 11O NOT INCLUIIE THIS TAX IN ANY PRICES QUOTRn. rrn~Rnf. EXCISE TAX EXEMPTION CERTIFICATE WTI,1. nA ruRNTSnsn SUCCESSFUL BIDDER OR IRS IDENTIFIr'ATION Nn. 95-6000735 MAY BE USED TO CLAJH TAX FXTiMP9')ON, "OR EQUAL": WHENEVER THE FARTICULAR MATERJAT, t~R ARnNp NnME I5 SPECIFIED IT SHALL BE DF.FMF.O TO Ait I~nl.r.nWF.O AY THE WORDS "OR EQUAL". ***k*at*a4in4JtaF**atitie*'.n4a5:': h?*iHriNta4{ta4i,•Rit:ri:it ;'::4ri: ;tiitatata';irit$ YEAR-2000 COMPLIANT JrJN. 4. 1999 i1:20AN1 GEC SER ?b'R~LaSiR'G ~!U, !h4J i PAGE 4 REQUEST FOR Blit 05/0?/1949 CITY OF L09 ANGELES BTU NUMBER F9022 DEPARTMENT OF GENERAL SERVICES F'ANRLS, CAR DOOR, BALLISTIC (SHOW BID NUMBER ON ENVELOPE) .3. r~T r~'d4 SS w L r - YF'k~h*A"/(kVflF')(')ell'/C14'k'h"7C~'S41~f*1'tt4~tt'~ :~t`~!'.^.~:'l: i~t'~f'hd.'~IYP~[*1F}~C~f9F VENI>OR REPRESENTS AND WARRANTS THAT ANY PRODUCT(S) FU&NISHED PURSUANT TO THIS AGREEMENT ("PRODUCT BHALL INCLUDE, WITHOUT LIMITATION: ANY PTFCE OR COMPONENT DF EQUIPMENT, HARDWARE, FTRMWARR, MIDDLEWARE, CUSTOM OR COMMERCIAL SOFTWARE, OR INTE92NAL COMPONENTS OR SUBROUTINES 71IF.RFIN) WHICH PERFORMS ANY DATE AND/OR TIME DATA RRCQGNITION , FUNCTION, CALCULATION OR SEQUENCING, WI Li. SUPPORT A FOUR DIGIT YEAR FORMAT, AND HILL B1: YEAR 2000 COMPLIANT THROUGH THE YEAR 2030, WILT, FRUVIDE ACCURATE DATE/TINE DATA AND LEAP YEAR CAT,CULAT- IONS ON AND AFTER DECEMBER 31, 1999 AND WTLL BE YEAR 2000 COMPLIANT THROUGH THE YEAR 7.030 AT THE SAME LEVEL OF FUNCTIONALITY FOR WHICH nRIGINALLY ACQUIRED WITHOUT ADDITIONAL COST TO T}IF, USER. THIS WARRANTX SHALL SURVIVE TERMINATTON nR EXPIRATION OF THE AGREEMENT. YEAR 2000 COMPLIANT MEANS THE PRODit(;T (S) WTT~T.: A.) FUNCTION WITHOUT INTERRUPTION OR 11t1MAN INTERVENTION WITH FOOR DIGIT YEAR PRUCP:SSING ON ALL DATE DATA, INCLllDING ERRORS DR INTERRUPTIONS FROM FUNCTIONS WTITCiI MAY IN- VOLVE DATE DATA FROM MORE THAN ONE CeNTURY OR LEAP YEARS REGARDLESS OF T11R nATr f)F PROCESSING OR DATE OF DATE DATA fTlif TERM "DATE DA?A" SHALL BEAN ANY DATA, iNt'.UT. OR OUTPUT WHICH INCLUDES AN INDTCn'ffON OF DATE.); B.) PROVIDE RESULTS FROM ANY OPBRnT1ON nCOURATE- LEY REFLECTING ANY DATE DATA u5rn )N TIiR OPERATION PERFORMED, WITH D(tTPlt'f IN ANY FORM, , EXCEPT GRAPHICS, HAYING FOUR I)!r!'r '1'F,ARF; C.) ACCEPT TWO DIGIT YEAR DATE DATA iN A MANNER THAT RE30LVE5 ANY AMBIGUITTRS AF 'Pn r;F.N'fURY ,IN A DEFINED MANNER; AND D. ) PROVIDE DATA INTERCHANGE IN 'rIIF t s;n S6O) : 1988 STANDARD OF CCYYMMDD. IN THE EVENT OF ANY DECREASE IN FRni)Ut;'f FI!NCTION- ALITY OR ACCURACY RELATED 70 TIME ANl)/OR 1)nTE DATA RELATED CODES AND/OR INTF.RNAT~ Si)BROt)'f1NF.S THAT IMPEDE THE PRODUCT FROM OFERATTNG cnRRECTLY BEYOND DECEMBER 31, 1999. VENDOR AGREES Tn RESTORE THE PRODUCT TO THE SAME LEVEL OF FUNl:TInNAT,ITY AS WARRANTED HEREIN OR TO REPAIR OR RRFT,Ar,F TNF. PRODUCT WITH A CONFORMING PRODUCT SO AR TO .JJI~, 4. f999 I1:22AM GE~t SER PJRCfi,~S'~'G ':.~? -. PAGE 5 REQUEST FUR RTD 05/07/1999 CITY OF LDS ANGELES Aib NUMBER F9022 DEPARTMENT OF GENERAL SERVICES PANELS, CAR DOOR, BALLISTIC (SI10W BID NUMBER ON ENVELOPE) HINTHI2E INTERRUPTION TO USER'S ONGOING AUSINESS PROCESSES, TIME BEING OF SHE ESSENCE. IN THE EVENT zNAT SUCH WARRANTX COMPLIANCE RRRUT,RES TILE ACQUISITION OF ADDITIONAL PROGRAMS, T'l1E AXPENSE FOR ANY SUCH ASSOCIATED OR ADDITIONAi, At'.QUISIT- IONS WHICH HAY BE REQUIRED (INCLUDING, WiTHUUT LIMITATION, DATA CONVERSION TOOLS) SffAi,i, AF, AORNE EXCLUSIVELY BY VENDOR. EST. ANNUAL UNIT PRICE ITEM USAGE UNITS MATERIAL CODE QUOTED EXTENSIO BASED ON 4.5 SQ.FT.(PER SPEC) Per Panel Per Vehicle 300 Vehi les OI 1 LT 9464015 $6.67.00 $1,334.00 $400,200. 0 PANELS, CAR DOOR, BALLISTIC RESISTANT, AS FHR LAPD SPECIFICATION N0. MTD 99-1F DATED NOVI'MARR 7,5,1998 THIS SPECIFICATION COVERS THE CITY Oi' T,OF ANGELES (CITY) REQUIREMENTS FOR MATERIALS At:fl SRRVICE FOR CAR DOOR BALLISTIC PANELS THAT ARE TO RF, FpRNISHED ANA INSTALLED IN THE VARIOUS TYPES OF FATROT, VEHICLES PRESENTLY TN USE HY 7HE T,OS nNGFLRS PDLICE DEPARTMENT. QUESTIONS REGARDING THESE 5PECIFIrA?roNR RnALL BE DIRECTED TO ,PAUL HARDON, DIRECTOR OF AIOTOR TRANS- PORT OR DENNI3 WILLIAHS AT (213) 4A.5-7~i95. . IT IS ANTICIPATED THAT APPROXIMATELY 225-700 UNITS WILL HE MODIFIED EACH YEAR HY TJiE VFNOOR. 7'I7TS QUANTTTY MAY INCREASE OR DECREASE. OF.rI:NniNG ON THE AVAILABILITY OF F, uNDING AND SCHF.DULRU Rt!TT.nr,F.MTNT CYCLE OF VEHICLES. 1'HE BIDDER SHA;.L PROVIDE A SCHF,UIJLIt nl. 'rtiti i;S'fJ- MATED HAN HOURS NECESSARY ?0 JN3TAT.T~ T71F~1•; I'ANFI,S ON EACH UNIT. Optional: Installation - X298.00 Per Yehi le GENERAL CONTRACTUAL "I'FRMS ........-..-.....L...-.-.-..---..-..--------•..-.. ~.....- OTHER GOVERNMENT AGENCIES MAY WANT 1'tltiARR PURCHASES USING THE PRICES, TERNS AN(7 CONpiTIONS OF ANY CONTRACTS RESULTING FROM TNtS 77Tp. S?ATE JJM. 4. 1999 ^4A~~ G';N S R °~'RGL:AS;1iG M~. !.'d%'. i PAGE 6 REQUEST FOR PT11 OS/0~/1999 CITY OF LOS ANGELES A1D NUMBER F9022 DEPARTMENT OF GENERAL SERVICES PANELS, CAR DOOR, BALLISTIC (SHOW BID NUMBER ON ENVELOPE) IF YOU WILL ALLOW SUCH PURCHASES: YE3 ..X.... NO SPECIFICATION: ALL MATERIALS PURCHASF.f1 IINOER THIS AUTHORITY ARE REQUIRED TO BE EQUTPPF,D WTTH THE COMPONENTS LISTED IN SPECFFCATIUN NUMBER 'MTD 99-1F. BIDDER SHALL LIST ANY DEVLATIONS FROM THE ATTACHED SPECIFICATION. IF TNRRB ARE NO DEVIATIONS, BIDDER SHALL STATE "NO DEVIATION." --- NO DEVIATION FAILURE TO COMPLY WITH THfi ABOVE ATi) RF.QItIREHENTS SHALL VOID BID. COMPLETION OF SPECIFICATIONS: ATTACHED SPECIFICATION FORMS RUST AF FiL1,FD IN COMPLETELY AND ATTACHED TO YOUR BID. ATD nUST BE SUBMITTED ON THE FORH,~WITH APPROPRTATE DESCRIPTIVE DATA ATTACHED. DEVIATION FROM SPECIFICATIONS: '+,~*'t*'"'*********'r`*r~**'t**~^`t"'*r~:r THRSE RPECTFI- CATIONS ARE TO DESCRIBE THE CONSTRUCTION ,,IIF.SIGN, SIZE AND QUALITY OF EQUIPMENT (MATRRTnTS) T)F.SIRED, AND ARE NOT INTENDED TO BE RESTRICTIVF, TO ANY PARTICULAR BRAND. BIDS WILL BE CONSTf1RRFT) FOR BRANDS DEVIATING FROM THE SPECIFICATtONA TF SttCH BRANDS COMPLY SUBSTANTIALLY WITH TIIA SPFt:T.FT- CATIONS. EACH DEVIATION FROM TIIF, SPP.('Ih'ICATTONS MUST BE STATED IN A LETTER, ATTACIIEtI '1'n A f t)DfiR' S PROPOSAL. SUBMIT COMPLETE ILI.USTRATIVF. ANI) TFt:Jt- NICAL DATA ON ITEMS 8ID ON. FATi,oRr Tn nn sn MhY NULLIFX,HID. SPECIFICATION CHANGES: ***********'h*'''*~`****** IF PROVISIONS D1' 71fE DETAILED SPECIFICATIONS PRECLUAE AIUDt:R FROM SUB- MITTING HID, HE MAY REQUEST IN WRTT1Nf; THAT THE SPECIFICATIONS BE MODIFIED. SUCH REQttRST MItST BE RECEIVED BY THE PURCHASING AGENT AT 1.RAFT PIVE (5) WORKING DAYS BEFORE HID OPENING DATR. AT~L ATODFRS WLLL BE NOTIFIED HY ADDENDUM OF ANY APVRf1VFD ~rJN• 4. 1999 i1:25A~ GEC? SER PURv°AS'.9tG PAGE 7 REQUEST FOR A11~ 05/07/1999 CITY OF LOS ANGELES Ail) NUMBER F9022 DEPARTMENT OF GENERAL SERVICES PANELS, CAR DOOR, BALLISTIC (SiIOW BID NUMBER ON ENVELOPE) CNANGE$ IN THE SPECIFICATIONS. QUANTITIES: SHE QUANTITIES STATED HERF,IN ARF ESTIMATES ONLY OF THE CITY'S REQUIREMAN'IA. CON- TRACTOR AGREES TO FURNISH MORE OR T.F.SS TIIAN TIIE ESTIMATES IN ACCORDANCE WITH ACTUAL, NF.F.DA AS THEY OCCUR THROUGHOUT THE CONTRACT PERIOD AT 'fI1F. UNIT PRICE(S) QUOTED. IT IS AGREED CONTRACTOR SHALL HAVE THE RIGHT TQ REJEC7 ORDERS EXCEEDING 25% OVER THE TOTAL ESTIMATES UPON WRITTEN NOTTFTCATTON TO THE PURCHASING AGENT. ILLUSTRATIVE AND TECHNICAL DATA: *****************************~-`* AIDDF,R IS TO SUB- MIT WITH PROPOSAL, COMPLETE ILLUSTRATIVA ANU TECH- NICAL DATA ON MATERIALS OR EQUIPMENT PRnPnEED TO BE FURNISHED. FAILURE TO FURNISH Stlf'.11 OATn NAY VOID BID. MAKES, MODELS AND BRAND NAMES; *****'^!**********'~************ REFr~RFNCFS iN THESE SPECIFICATIDNS TO HAKES OF EQUIPMENT [5 fOR 1LLUS- TRATIVE PURPOSES ONLY AND IS NOT iNTF.NDEn TO AE RESTRICTIVE TO ANY PARTICULAR MAKE.. AinS W11,f. AE ' CONSIDERED FOR OTHER MAKES COMPLYING WITII TIIR SPECIFICATIONS. WHERE SPECIFIC MODF.i, NITMAi;RS''ARE REFERENCED ABOVE, BIDDERS DESIRING T(t QtT01'F ON ANY OTHER MODEL MUST INDICATE MAKE, MOtlFT, NUHAFR, AND/ OR BRAND NAME PROPOSED OPPOSITE EACH ITRM. A'tiF. SPECIFIED BRANDS MUST BE FURNISHF.T) gN1.F.SF bTHF,R- WISE INDICATED BY BIDDER. CONTRACT TERMINATION ***~r*+~Ne*fe*A,c******+t THE CONTRACT MAY BE TERMINATED IN W11nr,P; nR iN PART NITHOUT PENALTY HY THE CITY FRR T~i'A t;rtNVt'N- JENCE, PROVIDED THAT THE CONTRACTOR IR liiVEN N()'f LESS THAN 30 DAYS WRITTEN NOTICE (nRT.IVRRh:b AY CERTIFIED MAIL RETURN RECEIPT RFQURR'T~nl ~)F TN F. INTENT TO TERMINATE. THE CITY wTt.i, PAY t~r)R T1InT PORTION OF tHE WORK PERFORMED. THE CITY HA5 THE RIGHT TO CANCEI. 'I'IIF Cf1NTRAC)T FOR CAUSE AT ANY TIME. THE CITY RESERVES THE RIGHT 7'0 RENRW ANY rONTRACT AWARDED FROM THIS BIU FDR Ff?UR (4) A1H~f1'1gNAi, ,JUN. 4. i 999 ! 1 : 21 AM PAGE 8 ~il( SiR D"p' rUIS:NG 'J.....\ .... 'v. v..{\. .. NU, to4j fJ Ii " ".. REQUEST :FOR Bill 05/07/1999 CITY OF LOS ANGELES DEPARTMENT OF GENERAL SERVICES 111l) NUMBER F9022 PANF.LS, CAR DOOR, BALLISTIC (SHOW BID NUMBER ON ENVELOPE) ============~~===============~=;==========~~-~--~=~========~==:=============== ONEO) YEAR PERIOD(S). ALL RENEWAI.S $IIAT.r. Rll ON AN ANNUAL BASIS AND UNDER THE SAME TRRMS ANn CON- DITIONS or THE. ORIGINAL CONTRACT. INDICATE MAXIMUM YEARLY PERCENTAGF. PRTGR IN- CREASES, I! ANY; PRICE INCREASE SHALL NOT EXCEED ...3..% nURING THE FIRST RENEWAL PERIOD. PRICE INCREASE SHALL NOT EXCEED ...3..'t nURING THE SECOND RENEWAL PERIOD. PRICE INCREASE SHALL NOT EXCEED ...3.. t OIJR ING THE THIRD RENEWAL PERIOD. PRICE INCREASE SHALL NOT EXCEED ...:3.. 't llUR T.NG THE FOURTH RENEWAL PERIOD. IT IS AGREED THAT. IF ANY RENEWAL,OPTT.ON 1$ F.XKR- CISED, THE CITY WILL NOTIFY THE CONTRACTOR PRIOR TO THE EXPIRATION DATE. ESCALATING FACTORS IN OPTIONS WILL NOT BE AUTOMATICALLY GRANTF.n. ANY INCREASE IN PRICE MUST BE SUBSTANTlAn;n IlY ClOR- RESPONDING INCREASES IN SUPPLIER COSTR ANn REQUESTED, IN WRITING, TO THE PURCHASTNG AGENT SIXTY (60) DAYS PRIOR TO THr. r.ON1RAr.1 F.X~IR' ATION FOR REVIEW AND APPROVAL. NO INCREASES WILL BE GRANTED WItHOUT PRIOR APPROV- AL OF THE PURCHASING AGENT. THE REQllF.l'iT $nAl.T, STATE THE PERCENTAGE INCREASE AND TflR RF.VTl<F:1l PRICE FOR EACH ITEM ON THE CONTRACT. SAMPLES, ******** PRIOR TO CONTRACT AWARD, BlllDERS rlAv "Ii REflIlJRF.n TO SUBMIT SAMPLES OF THE PRODUCT n 111 Jo'lIR I\VAr.UA- TION; SAMPLES TO BE PROVIDED AT NO c(J~'r TO TnI' CITY. BIDDERS WILL BE NOTIFIED BY TltF. or", elR OF THE PURCHASING AGENT AS TO DELIVF:RV INl'iTRIJC1'lONS OF SAMPLES FOR TESTING. SAMPLEl'i I1A v n~: 1)J~l'iTROYF:D IN THE TESTING PROCESS AND NOT RF.1I1RNF.ll TO Till': BIDDER. NEW AND UNUSED: *******~l~'*h** THE MATliRIALS FURNISHED SHALl, RF. NF.W ANI! JlN!JRKD. SUN. 1999'11:29AM GE~U SER PURGYAS?1~G NU. !8c3 !,'G! PAGE 9 REQUEST FOR RTD 05/07/1999 CITY OF LOS ANGELES ATD NUMBER F9022 DEPARTMENT OF: GENERAL SERVICES PANEi,S, CAR DOOR, BALLISTIC (RIIOW BID NUMBER ON ENVELOPE) HOST CURRENTLY PRODUCED AND HANUFACTORRD. INSURANCE: +FMeie*iciF*** SUCCESSFUL BIDDER SHALL FURNISii WTTIITN TE.N DAYfi OS NOTIFICATION OF PENDING AWARD, TFIF, RRQUT.RfD CITY INSURANCB CERTIFICATES. COVERAGES SHALT, AE AS SET FORTH BELOW. PROPERLY COMPLETF,D FORMS SHALL 8E SUBMITTED TO THE OFFICE OF THE CITY PURCHASING AGENT, CITY OF LOS ANGELES, ROOM 100, 111 E. FIRST STREET, LOS ANGELr.S, CAT.T,FORNIA 90012. FAILURE TO COMPLY WILL REST]T,T TN TNR RTD BEING $EJECTED AS NON-RESPONSIVE MINIMUM COVERAGES SHALL BE AS FOLLOW: (1) BODILY INJURY 6 PROPERTY, DAHA(;A - $ 1,000,000 COMBINED SINGLE LIMIT (2) WOflKER'6 COMPENSATION - STATUTORY T,TMTTS IN ACCORDANCE WITH 3ECTION6 3700 AND 3A00 OF TNF, LABOR CODE OF THE STATE OF CALIFORNIA. (3) ADDITIONAL INSURED - THE CITY OF T,US ANGELES SHALL BE NAMED AS ADDITIONAL TN"1iRR0 AY SIGN- ING OFF ON THE ATTACHED INSURANCE, DOCTIMENTS. (4) CANC$LLATION OR REDUCTION NOTICE - :SO-DAY NOTICE OF CANCELLATION OR REDi)CTTON SIIAT,1, AE BE'MAILED TO CITY ATTORNEY, 1RTH FLOOR, CITY HAf.L EAST, 200 N. MAIN ST. , ].os nNr>tiLRfi, rn 90022 CARE A~TD CUSTODY: THE CONTRACTOR ACCRPTF FIiT,L RE- SPONSIBILITY FOR THE SECURITY AGAINST LOSS OR DAH- AOE TO THE EQUIPNENT INVOLVED WIIIT.F tN TtTA POSSF,S- SION OR IN THE POSSESSION OF ANY OF ttfF ArP.NTS. CONTRACTOR SHALL REIMBURSE 7HE CTTY rnR ANY t.USS OR DAMAGE TO THE CITY CITY EQUIT'MFN7' IN nts nR tTTS AGENTS CARE ANA CUSTODY. HID SUkETY: BID SHALL BE ACCOMPANIED BY A CHECK CFR'TfEIt:O BY A R>;SPONSIHLE BANX, IN THE CITY OF I.OS ANffT,RS, OR A CASHIER'S CHECK ISSUED BY A RF,fiPONRfi11~F RANK, PAY- ABLE TO THE ORDER OF ?HE CITY OF i,OC nNrrT,FS IN THE AMOUNT OF TEN PERCENT OF TNF Ar;GRRt;A'I'R SUM OF THE BID. IN LIEn THEREOF, BID NAY AE ACCOMI'ANIFD RY A SAT- ISFACTORY AOND IN LIKE, AMOUNT, GOARANT'FRINr THAT ,JUPI. 4. ;999 i 1:31AM GBN SER PURCfiAS~rG No• ': b''-.3 r• ! 3 ~ PAGE 10 REQUEST FOR RT11 Oi/07/1999 CITY OF LOS ANGELES Rtp NUMBER F9022 DEPARTMfiNT OF GENERAL SERVICES PANELS, CAR DOOR, BALLISTIC (Si90W BID NUMBER ON ENVELOPE) THE BIDDER HILL ENTER INTO THE PROPOSED CONTRACT IF ?HE SAME BE AWARDED ?0 HIM. THE. BTD BOND SHALL BE ACCEPTABLE HY THE CITY. FATLORE TO COMPLY WITH THIS BONDING REQUIREMENT SHALL RENDER THE RTD NON-RESPONSIVE. THE BID BOND SHALL BE EXECUTED BY THE. 81DORR AND BY A RESPONSIBLE CORPORATE SURETY COMPANY. WITHIN THIRTY DAYS AFTER CONTRACT IS AWARDED TO THE SUCCESSFOL BIDDER, SAID BIDDER SiIALI, EXECUTE THE CONTRACT AND POST THE ~'AITHF[JI. k`F.RFORMANCF, BOND. IF TNS SUCCESSFUL BIDDER FAILS TO liN1'FR INTO THE CONTRACT AWARDED HIM AND TO SUPPLY TIIF NF,CESSARY FAITHFUL PERFORMANCE BOND WITHIN THIRTY DAYS AFTER THE AWARD, THEN THE SUH POSTED IN CASH OR AY CERTIFIED OR CASHIER'S CHECK OR GUARANTEED BY THE BID BOND IS FORFEITED TO THE CITY. STJCII FORFEITURE SHALL NOT PRECLUDE RECOVERY OF ANY 5t1M OVER AND ABOVE THE AMOUNT P06TED OR GUARANTI?ED TO WIiIC,l1 THE CITY SUSTAINS DAHAGE BY REASON OF SIiC11 DEFAIIC.T OR FAILURE TO CONTRACT. IN THE EVENT OF THE BIDDER'S DEFAUi,T, ANY CAST{ DEPOSIT SHALL 8E PAID TO THE CITY; OR T11E CF.RTI- FIED'OR CASHIER'S CHECR SHALL DR PRf.RRNTER FOR PAYMENT AND COLLECTED; OR THE SURETY BONDSMEN SHALL BE REQUIRED TO PAY THE AMOUNT Oi"fgF].R BOND, ANA TH6 CITY ATTORNEY SHALL TAKE APPROPRTATR ACTION TO COLLECT THE SANE IF SUCH Bi1NDSMT:N FAIL TO PAY THE OBLIGATION OF THEIR $ONi1 IdITIITN FTF'fEEN DAYS AFTER DEHAND. PREVAILING WAGE; ,r*,tt~a**~,+,F,F~+: THE CONTRACTOR AGREES TO COMPLY WT'fll Arl'I,Ir;nn1,E SECTIONS OF THE LABOR CODE OF THR FTA'f!i 1)F CALIFORNIA, PERTAINING TO LABOR AND TIIR PRF.vnTT,TNG WAGE SCALE. BIDDERS MAY CONTACT T!IF, nFFlcfi OF CONTRACT COMPLIANCE FOR CURRENT PRRVnir,rHr, WAGE. RATES INFORMATION AT (213) 84J-6480. PAYROLL DOCUHENTATION AND OTHER RFI.ATEO 1NFORHA- TION PERTAINING TO WORKERS AND NAGF.S SNAT,f, BE SUB- BITTED UPON REQUEST TO THE OFFICE OF CONTRACT COMPLIANCE, ACCORDING TO SECTION 177E 111 TIIR CALIFORNIA LABOR CODE.. FA•iLUkF. TO COMPLY HAY JUN. 4. 1999 i1:33AM GEN SER ?JRCHASiNS vc, !~^-.s !.?i PAGE 11 REQUEST FOP, ills) 05/07/1999 CITY OF LOS ANGELES RtU NUMBER F9022 DEPARTMENT OF GENERAL SERVICES PANELS, CAR DOOR, BALLISTIC (,SHOW BID NUMBER ON ENVELOPE) _ ~ St: RESULT IN WAGE RESTITUTION AND/OR STATE PENALTIES IN ACCORDANCE WITH THE CALIFORNIA i,AAOR rgnE THAT PERTAINS TO PUBLIC WORKS PROJECTS. THE CONTRACTOR WNO ENTERS INTO A SFRVrCR r,ONTRACT DF $25,000 OR MORE WITH THE CITY, AGREES TO COMPLY WITH APPLICABLE SECTIONS OF THE LOS ANGF,i,ES ADMINISTRATIVE CODE PERTAINING TO i,IVTNR WAGES. THE LIVING WAGE ORDINANCE REQUIRES ,SERVICE CONTRACTORS TO PROVIDE A MINIMUM J,EVFi, OF COMPEN- SATION TO ITS EMPLOYEES. FAILURE TO COMPLY MAY RESULT IN TERMINATION OF THE CONTRACT. Ct1NTACT THE OFFICE OF CONTRACT COMPLIANCE FOR 1,TVTNG WAGE RULES AND REGULATIONS AT (213)-841 55h9. ir'hkfr'h1r~'ttdrt~:-k:Yi:+4'k~htt,Yirlt,4de:R~;'i:ka!-'rt9r k9n4~4ir.ht{r:4-Yi;u' in4:'r~4fnt4e CITY OF LOS ANGELES ,1r~nF,4,4~,t~Mrkir,tlrkill`hi:~t~`nF+t+kh~k*itit,t~ek,'re+: ~':-4iY':'nt•4•lori:T.~`ir*~k:F.4 DECLARATION OF COMPLIANCEi SERVICE CONTRACT WORKER RETENTJON ~RnTNANCF. ' AND THE LIVING WAGE ORATNANCF LOS ANGELES ADMINISTRATIVE CODE (1,AAr,) Sel;T1~NS 10.36 ET SEQ AND 10,37 ET SEQ PROVIDE, TitAT Al,t EMPLOYERS (EXCEPT WHERE SPECIFICAT,LY eXEMT'TFn) UNDER CONTRACTS PHINARILY FOR THE FURNTRtiTNG OF SERVICES TO OR FOR THE CITY ANA TIinT iNV01,VF'AN EXPENDITURE OR RBCEIPT IN EXCESS OF F 25,000 AND A CONTRACT TERN OF AT LEAST THREE MONTNR, oR,r.RRTAIN RECIPIENTS OF CITY FINANCIAL ASSISTANCE., SHALL COMPLY WITH ALL PROVISION3 OF THE ORRTNANCRS. DORING THE PERFORMANCE OF THIS AGRfiFMF,N'P, TF(F,, CONTRACTOR OR CITY FINANCIAL ASSIS'TANre RF.(•1PTF.NT CERTIFIES THAT IT SHALL COMPLY ANn RRr~lirRi; rnCH SUACONTRACTOR NEREUNAER TO CDMPJ,Y WtTn rile PROViStONS OF THE ABOVE•RKFERF.NCF.n nkhtNANCFS. THE CONTRACTOR SHALL PROVIDE TO TIIF, C11'Y A t,tFT OF ALL SUBCONTRACTORS AND A LIST OF Al.t, eMPI.tiVFF~ UNDER THE AGREEMENT WITHIN ]0 DAYS A("I'eR EXECUTION. AN UPDATED LIST SHALL Bf SIIRMt'TTfD BY JUNE 30 AND DECEMBER 31 OF EACH YIiAR 1'11r CONTRACT IS iN EFFECT AND UPON TERMTNA'TInN OF THE CONTRACT. LN CASE OF A SUCCESSOR RERVrrh; raNTRACT, A SUCCESSOR CONTRACTOR SHALE, RETATN Ft)R A 90-1)AY TRANSJTION EMPLOYMENT PERIOD, EMF'Id1Yl?tiS Wim NAVE BEEN EMPLOYED BY THfi "TERMINATED t'.(!N'TRAI;T~)R OR JTS m, NC. !8'~ JUN, 1999 11:35AM GEN SER PURGHAS;NG -` -• 15' PAGE 12 REQUEST FOR Ri11 05/07/1999 CITY OF LOS ANGELES ATii NUMAER F9022 DEPARTMENT OF GENERAL SERVICES PANRLS, CAR DOOR, BALLISTIC (SHOW BID NUMBER ON ENVELOPE) SUBCONTRACTOR, IF ANY, FOR THE PRECFI)T.NG 12 MONTHS OR LONGER, PURSUANT TU 9ECTION 10..36.2. THE CONTRACTOR OR CITY FINANCIAL ASS)RTANCF RECIPIENT FURTHER AGREES: (A) TO PAY EMPLOYEES A WAGE NO T.RSS TITAN THE MINIMUM INITIAL COMPENSATION OF $7.39 PF,R FIOUR WITH HEALTH BENEFITS, AS DESCRIBED, OR UT1IF.RWISE $8.64 PER HOUR, PURSUANT TO SECTION 10.37.7,(A); (B) TO PROVIDE AT LEAST 12 COMPISNSATF.D DAYS OFF PER YEAR FOR SICK LEAVE, VACATJON OR PERSONAL NECESSITY AT THE EMPLOYEE'S REQUEST, AND AT LEAST TEN ADDITIONAL DAYS PER YEAR OF UNCOMPFNCATF.D TINE OFF PURSUANT TO SECTION 10.37.2(B); (C) TO PAX AT LEAST $1.25 PER MOOR PFR EMPLOYEE TOWARD THE PROVISION OF 1IF.AT,T11 RrNEFITS FOR THE EMPLOYEES AND THEIR DEYF.NDENTS PURSUANT TO SECTION 10.37.3; (D) TO INFORM EMPLOYEES NAkING J.FSS TITAN $12 PER HOUR OF THEIR POSSIBLE RIGHT 70 TIIE r'FDERAL EARNED INCOME CREDIT (EIC) ANA MAKE AVATT,AAT~E THE FORMS REQUIRED TO SECURE ADVANCE ET,C PAYMF,NTS FROM THE EMPLOYER PURSUANT TO S$CTTtiN 10.17.4; (E) TO PERMIT ACCESS TO WORK R1'I'I;S T'OR AUTHORIZED CITY REPRESENTATIVES TO RfVIFW TF1E OPERATION, PAYROLL AND RELATED DOCIIMF.NTC, AND TO PROVIDE CERTIFIED COPIES OF THE RFT,F.VAN'P RRCORDS UPON REQUEST BY THE CITY; AND, (F) NOT TO RETALIATE AGAINST ANV RnrLOYFF. CLAIMING NON COMPLIANCE WITH TIIE PRnVt~tc~NS ~F THESE ORDINANCES AND SHALL COMPLY WI'PII RF,DRRAT. THAW PROHIBITING RETALIATION FOR tJNtON riR~7ANt7,INr;. THE. UNDERSIGNED AUTHORIZED REPRTSF.NTn'1'IVr; nrRrAY OBLIGATES THE PROPOSER TO THE ABOVE S'fA'I'I?u CONDITIONS UNDER PENALTY OF PF.R.TURY. COMPANY NAME: COMPANY ADDRESS AND PRONE NUMBER: _~$QTF~Q$_~tMORED~VEHICLE SYSTEMS __,_,__•.______.___ I I ,IUN, 4. [999 1i:36AM GI:N SER PURCE;ASING ~t0. !ei' °, 151 PAGE 13 REQUEST FOR Bl(1 OS/07/1~99 CITY OF LOS ANGELES 8ID NUMBER F9022 DEPARTMENT OF'GENERAL SERVICES PANR[,S, CAR DOOR, BALLISTIC (SHOW BID NUMBER ON ENVELOPE) SIGMA E OF 0 F CER OR AUTHORIZEII RAPRf:SF.NTATIVE: TXPE OB~PRINT NAME AND TITLE: Geoffre~~P~-Patti Director, Armored Vehicle Systems , FAILURE TO COMPLETE AND SIGN THE ABOVR DECLARATION OF COMPLIANCE WILL RESDLI' TN YnUR BiD BEING DECLARED NON-RESPONSIVE. PERSON~TO CONTACT: **~'*************** SNOULD THE C17Y OT' T,OR ANGELES REQUIRE ANY ERPLANATION REGARDING tiE'fATT.S ttF THIS PROPOSAL, PLEASE CONTACT: CONTACT PERSON: „ ~eo~frey, P., P~tt~},,,,,,,,, TELEPHONE NO,: ,,,413,-684,-3104,,,,,,,,,,,,,, FAX NO.: „ 413,-684, 4166,,,,,,,,,,,,,, $7049AA78 (70/276) END OF BID REQUEST PAGE 13 OF 13 ,•„4*"~+'~ t , ' -- ~ TECHNICAL PROPOSAL In Response to: Bid Number F9022 City of Los Angeles Office of Purchasing Agent 111 E. 1 sc St., Room 100 Los Angeles, CA 90012 Prepared By Armor Holdings, Inc. Protech Armored Products Division I 158 Hubbard Ave Pittsfield MA 01201 June 17, 1999 i~ I Table of Contents F~cecutive Summary ......................................................................................2 I Technical f)iscussion ...................................................................................2 Panel Design .........................................................................................2 I Fit and Function ................................................................................................2 I n stallal'an ........................................................................................................2 Labeling ...........................................................................................................3 I Warranty ..........................................................................................................3 Delivery ............................................................................................................3 RecyGing and Gose Loop .................:...............................................................3 Design 3 I Armoring Facility 3 Quality Control ..............................................................................................4 Appendix A Customer References Appendix B Panel Drawings i I J i ' . -- 2 of 4 F~tecutive Summary Armor Hddings, Inc.'s (AHq Protech Amwred Products Division proposes to supply materials and services for car door ballistic panels to be famished and installed in patrd vehides for the Los ¦ Angeles Police Department Ballistic panels shall tie designed and contoured for mounting on the 11 inside of troth the right and left front doors of petrel vehides using mechanical fasteners. The famished panels will be in full compliance with Bid Number F9022. ' The panels shall be constructed with ballistic resistant material to withstand, meet or exceed, and not fail the rigors of ballistic test protocds to the threat levels specified in Section 2.1 and identified as Los Angeles City Standard MTD 99-1F. ' All panel fabrication work will be accomplished at AHI's Protech Amrored Products fadlity in Pittsfield MA Technical Discussion I Panel Design Ballistic panels provided will be composed of 2"X2" alumina oxide ceramic tiles (.250" thick) backed by 10 plies of Owens Coming S-2 Glass. This composite has an aerial density of 7.28 pounds per square foot. All panels will corrtntn a trim piece along the outer edge providing smooth round edges. Panels will be constructed to provide a maximum fit and allow for the installation of the OEM's finished door covering panel. Fit and Function The panels shall be designed to fit the inside of the front left and right doors and allow for the operation and functions of OEM's vehide door handles, door pulls, door locks, window controls and for the peace baton holders. The panels will conform to the shape and contours of each patrol vehide door and will have smooth round edges. All holes and attachment points will be cut utilizing Protech's Technical Water-Jet Cutting System to ensure precise cutting and panel uniformity. Installation Panels will be mounted on the inside frame for the front left and right doors using mechanicel fasteners and allow for ease of installation, removal, and reinstallation of panels using standard I I normal hand toils. The panel's thickness and installation shall allow for the use of the original j OEM door covering panel. i I 1 ~I ,~~ii~~ iin.4~ ~ ,..- I - , ,- .., 3of4 I Estimated man hours to install a set of panels on a vehide is approximately 2 hours per panel. This figure could be decreased by up to 50°~ depending upon the level of produdivtly. I Labeling Each panel will be labeled with Protech's name, date of manufacture, lot number, and reference number accordng to the vehide manufacturer's make and model. Labels will withstand wear and remain readable during guarantee I'de of the panel. Warranty The six (6) year warranty applies to the workmanship of each car door ballistic panel. This limited I warrantee does not apply to panels that have been mistreated, mishandled, w used for purposes other than the ones intended. ' Delivery Protech proposes to deliver the amount of 20 sets of panels per week, or 300 sets of panels in approximatey 17 weeks from the date of receipt of order. One set consists of two (2) panels. One fw the driver door and one for the front passenger door. I Recycling and Close Loop I At the end of the product's life cycle or after the City deems the panel as norwperative, the City has the option to purchase new panel's at a reduced rate. The City may trade-in the dd panels for new ones at a price less 10% of the purdiase price of the original panels. The City will be I responsible fw all shipping costs incurred when returning the non-operative panels from the dly of Las Angeles to the factory in Pittsfield, MA. I Design and Armoring Facilities ' Design All design and fabrication work to be performed for the City of Los Angeles will be done at Armor Hddings, Inc'. Protech Armored Products Division's Pittsfield, MA facility. I Appendix B contains illustrations of the panel design and installation for a Ford Crown Victoria. I Armoring Facility The amwring fadlity consists of two buildings. The main plant is located in Pittsfield and fabricates all the composites used in AHI's products, as well as all armored vehides sold I intemafionally. Additionally, this fadlity fabricates all architectural anew and guard booths sold by AHI. This fadlity consists of 22,000 square feet of manufacturing space and 6,000 square feet of office and engineering space. This fadlity houses two autoclaves and several presses used in composite armor fabrication. Patterns are designed by use of in house Autocad and digitizing ~I i ~ ~ . I capabilities. Panels are designed and cut with Protech's Technical Water-Jet cutting system. Additional, equipment includes vacuum forning machines, CNC routers, die cutters, ceramic file cutting and processing equipment, metal fabricafing equipment, a ballistic range, a dean room for I composites and a small sewing shop. Additionally, Protech has relocated into a new vehicle armoring facility. The new facility consists of 20,000 square feet. This fadl'fty is dedicated to vehicle armoring and has all the necessary equipment to perform vehicle amxxing, including a 35-foot automotive paint booth. All personnel are responsible for maintaining a clean and organized work environment. All ' materials and supplies are stored in segregated areas. Ail parts removed from vehicles for the armoring process are stored in individual storage racks and identified for that particular vehicle. Dirty operations; such as, metal cutting are performed in a separate room away from the other activities. Required painting and touch-up work is also accomplished in a separate area. Major ' component manufacturing is done in different buildings to eliminate cross contamination. The fadlity has two clean rooms for composite and transparent armor manufacturing. Due to the nature of the work being performed and the high cost of the equipment utilized, maintenance of equipment and facilities is a high priority. The Prvtech Armored Products division currently employs over 45 personnel in the Pittsfield facllities. Quality Corrtrol Armor Hodings, Inc. acquired Protech Amrored Products in April 1998. tt is the policy of Amwr ' Holdings that all of ft's manufacturing divisions implement quality control procedures, which are in accordance with ISO 9000 and ANSI/ASQC 9000 Standards. It has been determined that the Protech Amwred Products fadlfties will be certified to meet the requirements of ISO 9002 and I ANSI/ASQC 9002 Standards with registration by KPMG which is the Independent registrar used by the corporation in it's United States facilfies. The quality assurance system currently in place at Protech is in full compliance with the I requirements of MIL-1~45208A. Corrversion to ANSI/ASQC ISO 9001 will take place over the next 12 months. Cert~cation is expected in the fourth quarter of 1999. ' Protech has written quality coMrd procedures, which clearly define the organization, structure and responsibilities of those areas affecting quality. Although. the quality coMrd system meets all gavemmeM requirements, Protech has decided that the current system based on MIL-1~520t3A requires further formal documentation to ensure continued effectiveness in applying the corporate I philosophy of Armor Holdings, Inc. of producing the "Highest Quality Product and Service in a Cost-effective Manner." As Protech expands and integrates into the activities of Armor Hodings, Inc., the advantages of having a single international standard become even more important. The I ISO ANSI/ASQC 9000 series will provide continuity between departments and plants by integrating technical, managerial, and operational procedures. All vehicles will be safeguarded by Prctech's "Govemment Famished Property Procedures". These procedures are in accordance with the General Provision FAR 52.245-2, "Government Property". I ' APPENDIX A ~ Customer References ~I ;I I ~ ~ ~~CC K ~ O ~ € ~ ga ~ ~ ~ W N ~ ~ ~ ~ m ~ `N ~ ~ ~ gt ~ ~ of ~ _Y ~ Z ? N V ~ 5 ~ N N 7 ~ 0 '- ~'~~~~~~ ~ a o~ ~o o ~ o 0 ~ p ~8 g v Y ~ ~ ~ ~ N 2 ~g ~ gg ~ o ~'m a~ ~N 3 a~ a~ a~ a~ $ ~ ~ ~ ~ _ ~ > I I o ~ ° m ~ A ~ ~ ~ ~ ~ ~ U i~ ,. i APPENDIX B Panel Illustrations ------- A~°f $~ o ~ a _ g ~- ,~ ~ r ~U ~ 4~ W i ,; x~' o N ~, y : ° .,~~ ~ t ~ d $ m ~ ~ f ~Ip~' ~ ~4' ~ql~ 4 ~, I N C N = p ~ ~ '~ ~ ,, ~ ' ,,;~. ii /l ~.~b ~ w O p > ~ 7 !r 0 ( 7 \1 l ~ _ --! V e \ ~ ~ \ r n ~ ~~'~ 'i ~ ~ - Q„') ~' "~~ ~ / %~ ~ ,i >, ,~ a ' m 0 E \=J ~ m If11 ll g 1 , j t ~ ` ~I i~ Q m U ~ ~ ~ r I~ $ ~ ~ W I ~ ~ '~' ;, ~ ,r; ~ " i8 1 ~ ~ ~ii '~' ' ~ i I' j li i~ i ~ j~ i ~ 7~ ~ O ~ ! 6 O a~ o 1 I . a -~ C7 0 O a m is ~ w E m i ~ ~ a >w m ~- za ~-~ ° z cm m m `mm mQ ~' a v m m ~' ~' 3 ~V m.- ~ m ~' am m m~ m $ y ea o a .qa rom c co ~~o~ Qoa[i--oi ~ 3m `tL WO a m ~g ~~~Z¢ 0->ccn x mT ~""i` G 6 ~N rr ~SBa$8 a mx«N N nF (p ~ ca a f= ~.~~tlm .=w~nma Na - } ' J m j ~ r z j ~ q ~ ~ tp C ~ J m ° ~ ~ ~ ~ 3 m Q N + K ' ~ g ~ n ~ rn ~ n J ~ ~ ~ Fw- N < C7 Z j ~ I t ~ = ~ 0 Q ~, ~" ~ ' (awu Bupsp~e) tea Q ~ ~ .9utt9+ i a L 0 ~ u (B~Oy QIlfiS~1(8~'j0}j ~ ~ ~ d M .4/t t- ~ wr ' ~ ~ n a C i .9l/fi ° ~ wd ~ L i ~, a C O + _ ~ O .9tBl 8• ~ Q o ~ K d I vrLe GII ~ R d1 ~ ~ I ~ n ~ ~ . ~ ~ a PJ .d., M Z . ' ~ '$ o N ~ N N= a Vim ~ U y~ ~ ~Q mm ~a C p` ~ O' ~ O .C N ~in Na ~O Xp. NO> NO E= mL ca5 E c ~ a C N O_ a - m'6 ~p :v CV 1C0~ `.' ~ 3 ~ ~ m'6 Oac6~ C`~ W C ~O ..- td c6 Z "" r>a~ a.3 ca oFn~ y~ ~v m~ cE~ c9 'mt ~2 N m C U y U~ C C~ ~ ~ ~ ~ C ~ ~ ~ Q ~ m ~ 'C 7d C ~ `L~ ~'ip ~ fl'~ jp zi ~ O. ~ a m ~" d ~N O 7Qp L C '~ ~ Q01 ~ a~~ 4i3c~C 'jpQ. mC mTOI l6 t6Ry Clo. r m11 ~ tT d m d ,.~.aa N.OC GOO ~ m 3 m~ C 0 C3..- m C NN~ (~ORf Q ~ ~ Q D i L+tili~Ti3:~ ~g ~ ~ } ~;t a ) + pa~ ~ S ~ ~ i g 'ti j { f ~ ~ qq a l 6 ~ )t:: 2 N ~ ~ ~ s ', ~ H 9 ~a o ~' g } ~ s,a ~/ O o, o p ~~i 3 0 m ~ ~ c ~~g ~4 a ~ ~ o g ~ ° ° ~ c a m-°~ ~Y m mma~ ' ' N C "' E d ~O ~ N I- N ' _ ~ 7 ~ N 7 ~ C lV N Y ~ Q. L W m O ~ f~ ~ iC ~ p C O7 m m I~ ~ N c c `-° ~ v c Q~ ~ 4~+ T c~ c $ o O o 3 > o ~ ~ $_ t° ui -tea ! >.io~ ao ma i c m m H r m ' U ~ ~ ~ '' m N C O O 1 ~ 0 N ~' - ~ 0 _ ' 1 ~ O ~' Q o 1. ~ ~ N ~ N0 0 ~ : ~ ~ ~ ~ _ -~ ~ i ~ _.-- ~' . ~ ,,- ,:. { ~ r ~ ~ O~ Q t} yT O ~ ,~ Q c ~a Q ~ ~ m ~, a >r ~ e o ~ ~~3 ° ~ ~ ~~$ 5 ~' ~, E ~ ~ f, ~,~ ~,~ 5. ~='a s:i31', t~~ ~ 1 , 4 r 0 o \" of o O . ~ d _-~' p ~ xra ?t;` '` ,~,~. s ~' T a~ l7J Y ~ L N ~ ~ ~ d of ~ ~- fi. O ~ 'typ '~ tOrO ~ ~ ~ ~ ~ ~ M N ~.~y~~ o ~~~y m3 Q.~ ~'~ ~ m a~ ~ ~ 3 m o _o m s ~ mus"~a~i ` N TG '' d l .- ,~' 14* :t 1 l ~ `, ~~, -z:,r 1 ~ ~ ~ ~9 i ,. , ,. ,;,.>. ';s ~t 1 i,-. si I~ ~ ~ ~<< 4 I ,1 Ii . © ~ f0 ~ r R C W m, O m L 0 .a ~ m L~~ C~> -p~ o ~j ~ m ~ ~ ~ ~ ~ S N C ~ ~ S m ~ L~ t~C ~ ~ y 'a « C fA W ~ ~ N C +~- N RRC "' d N v ~ O ~ ~ tl~l ,~ ~ ~ ~ 'C O3 m ~ ~ ~ O ~ d W ~ " ~ S R N ~ T ~ ~ C ~~L =•d N~ (~6 N C=~ E N C g t~ L 0 ~ ~ W C C~1 d 'a" ~ ~ Vl W ~ Q w ~QQ,, = C ~ O {p C g~~R°~a~~~o ~W~'~~m~~~ ~E~wI ~ LL r ~ ,.~w crs ~ a V ~V O ~ W~ ~ C ~ ~ V/ ~ ~ ~ ~p T 8_ "~? v- N x ~ O ~y ~ ~ C) OI m '~ d d ~p ~ O. N m w m~ r 1aL O. ~ L N c~C Kos!' i ~, f n ~ ~ T Y a ':, A Th S \ i ri 6 Y O s yy". T: i 2 ~ - - ~ ~yx~ 4 ~ M:T" n.N9 -. 3. ~ 0 Q CC ' O 0 pe • ' ~ ® '~ :, ,a a A i d, ~ 4 4`s ~n ~ ~ d; ~ '~~, f rti a':ss ~ ° k .,~~ , .'.... . o m '~ ~ r ~ Y a~ '' ~ a r~ ~ S .cy a 'S'!i iT % c4 ,~ e ta- ~ U d3 ~'~ '~i Q~ Y ~ ~ ~ ~ ~$~ ~~m m 0~~~~~~~~~~~~ ~~g~~~ m~~~~~ ~ ~ ~,~~ ~ r fly- v m ~ v ~~~''~,O N "! ~ ~ ~ Ny ~O m M Q ~ C ` a t 1 ~s YT3:: ~ Y ~ it h 5~ ! ~W ~I ~ V `1 4I~ it ~t 'ti;v~ r L~ tg~ ,' h"' ~ :pi` 0 a ~,` a I s I 1 1 ~ '. --~~ ~, ~ I ~ ~ r m L f" ~ ~ ~ ? C o c ~ ~ i e ~ O I; ' a ~ m ~~Fr; ~ ~ _ ~ f ~ ~ ~ ` rn ~ ~ ~ J ~ • '' ~ ~ e I f ?, i I i r "". o ~ C , aG + o .I ~ ~ I .__---_-- si ` s • '' ~1 ~ 1 - 1 ., -____. ~ ~ ~- 1 -- ~, ~- o m ' ° ~ 0 -o m "- ~ C O N m '~~~ m y N ~ ~ ~ ~ N .00 .C ~ L .O .D m N C ~ O L ~ m m~ ~ C ~ y y' U ld .m. 7 A d 3 7 O. mQI 'fFf ~ L Y ,~ y ~ N N~ ~ p O. m m ~ p t6 i2 O. - Q fl. Q- N ~ ~ O ro 'O 'V 'v O O 'V 'v O O O O •- an d ~ "' N r N t0 C C 7 ~ O ~ 7 7 ~ ~ ~ > > O O> > ~ O ~ O O m 0 N O O .O A O O E j ~ ~ L ~ 1] m~ U O Ll m U U `@ N N V U U .i r .i O ~ Q1 m N Q) m 43 '- G3 m N N wN m wW m m j m wm m N ~ y j m H a a. n. a a o .o a a o. o~ o m v E E E E E ~ E c E E E E D E N m O O O O O O m N O O O m m td N ~ U U U U U U CL L U U V LL o¢~ (A • • • • • • • • • • • • • ~ a©a© as aaaa ~, ~ N h troll N N .n ~ a ~ ~ ~ w i m m ~ m° m° m m ®$ m ~ tyil t0 a. t6 ~ N y y~ N (y6 cN0 N y y N N ~ a m O ,O O a 3 p L O .Q .D 3 O L 7 N C B N ~ N r- •G N w- N N N~ L N ~:- O = f6 ~ = G. = ` ~ Q = = ~ O. i = C. O ~ O G. = O 'V O 'V Y O 'V O O O "ULw, ~ U m t 0 0 L ~ ~ m t~ L L 'C m m L m 'i o~ m E ~ c ~ c o~ c > > > c o~ c .c :o ro w ro t c to w M- w m L c o m y N C N Y m N N m y m Y N N N m m N m '' ~ tv o m ;- m o m to o m~ 3 ~ ~ m tc o m ~, a NN ~ ., o ~ `a o~ m v v n~ ty o p Y+ T - A O T >, A - 7T T ® '= O- N '~• N N Ql ~ 41 d "' N m m N ~ m m ,~ ''- m m m '~' w w w w m w w r r w 1L~ r N>> m) m d N ,~ m m> m m m QJ T m m .- ao o ao a ao. r, `o.Q.o a a afisfi ~ a a ~L o m ro o m o 0 0 •c o o m o a o S '~ 0 0 ' ~ oU~¢ UoCU vv L~UUaC U U vv ov v . . . . . . . . . . . . . . . . . . . . ~ ~ ~ ~ ~ ~ e . ,' a m r o ~ a c , N_ H W ~ Q ~D ~ aD t~+ ~ ~ ~ r r ~ ~ • Z ~ Op t0 ~ O •- ~ "6 m + + + + + + N 5 ~ m O a° O U ~ `?`- t -a m `o »414 6 t+ m `O »9/L L t+ O '" .9/L Lt+ ~ ~, ~ ~ z T .st/se4+ ~ e io m (BWU BuBs!xa j31i) ~ .94/11 5+ m .9416 5+ ~ d .Z+ m »Z/4+ \ W a m ~ c N ~ o 0 Q »9t/4 L- ~ 4 Ir '~ .9l/5 04- m --.4/£ 6- V .t4 .94/E Ot C ~ < q C ~ V C O 9 ~ a F ~ + w + + + ~ O ~ ~ ~ ~ T ~ ~ Q + Z -- i ~', L' e~ N G t+b Q a ~ `, '°' d ~, N N ~ O ~ M ~ ~ N ~ ~ ~ ¢ °a a ¢ x r x r W m ~ N ni a ~ ~ m m m ~ O ~ ~ m '' z N ~ ~ ~ D ~ 6 f0 U l~q ~ ~ (D t p 01 t0 f0 O O r r of .4/L 6L+ .9L/£OZ+ a m p Q .9/L L L+ .sr4 LL+ a~ L u m .94/5 E4+ C3 ~ ~ r; N `- ~', o Ch Q z ip ~ .9/ 4 9+ n S r N x9L/LL S+ ` .9L/6S+ io d.~ r n o g' N r ~p C .Z+ N ~ ` 0 ~ d~ .Z/L+ m m .Q ~ t ~i 1 ~ ~~a ~' c ~ c ~ .94/6 E- m r o -°y a m m w r + o .9L/G L- x94/6 9- G 3 ~ .9 L/5 4 L- q ~ ~ m m ~..4/E 6- a ~ Y x9l/50L- a ` .9LBOL- Q o r .l l- V N o a F = m~ ° is ~ io ~ ~ a ~ is ~ c E r m ^ r r '- n r ',- Z m ~ m ~ rn n ~ v o ~ + ~ + ~ + + N ~ ~ d t + + t'a ~ a ~ ~ r N P1 m N Q Z a N~ r Z N ~ o N 0 ~~i I O (II ~~Qj O ~ O G~ ~ V C-D VI~ O~_ fVn ~ ~ ~o ~ ~ a 4 '' Q ~°~u ,' ~ ~'~ N ~ ~ r~ o ° 1 o s; ~ m4o5 N t ~ ~ a a ~ a ~ °, ~~' o :o: 1 i ~- N ~ ~ -p~ ~ N ~ S O i 1 ~ ~ a a m r F z p r r I ~ L {n ti a ~ v I ~" n L 'i N }- ~ r / ~ M ~ ~ ~ m I ~ m m E d c1 $ a w N~ T 4 V m ~ O 9 ~ ~ O W O 'O N ~ E To a ~ m D 6 ~ ~ ? ~ 0. O a ~ N ~1J ~ $ N (cyyp ~ ~ N 7 y -+. 7 N ~ O O tP ~ N tOC O W0+. ~ to 7 0 N 0 0 0 ~' O H O N, N N 6 td 7 -~ ¢ 'O C CAD O m p1 Q g N n Qy Nom.. 6 Al ~ ¢, ~ ..h ' ^' G m G ~ '~ N W n. W. ~, ,~ o ~ is p, c a ~ "' G N ? tQ ~ d w tD, ~ ~ 3 ~ m K 3 ~ O ~ ^y m a; p' ~ y 7 m ~ N.,~p ~t0 p y -c SCi C O N ~ m y O. K~'~ O.n~~ N O ` tN "' O. O i5 n 91 pp 7. ~ N OS N ~`•, O r Q.~N~_m 3 < ~ 7 S pt ~~jj m O- O N 6~ y' iS N A '. m ~ ~ ~ i!1 N G a O N N ;, ~ C~ U_' 1 RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF 3 SAN BERNARDINO AUTHORIZING THE EXECUTION OF A NEGOTIATED PURCHASE ORDER TO PROTECH ARMORED VEHICLE SYSTEMS FOR THE 4 PURCHASE OF BALLISTIC FRONT DOOR PANELS FOR 36 POLICE UNITS TO BE UTILIZED BY THE POLICE DEPARTMENT. 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY 6 OF SAN BERNARDINO AS FOLLOWS: 7 Section 1. That the Los Angeles Police Department awarded a purchase 8 order to PROTECH Armored Vehicle Systems for the purchase of ballistic door panels 9 for their fleet of police units; that PROTECH Armored Vehicle Systems has agreed to 10 11 Provide additional purchases of these ballistic door panels for the same amount of 12 monies to the San Bernardino Police Department; and pursuant to this determination, 13 the Purchasing Manager is hereby authorized to issue a purchase order to PROTECH 14 grmored Vehicle Systems in the total amount of $51,745.86. Such award shall only be 15 effective upon issuance of a Purchase Order by the Purchasing Manager. 16 /// 17 18 /// 19 /// 20 /// 21 /// ~ /// ~ /// 24 /// 25 26 27 28 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE MAYOR AND COMMON COUNCIL TO 2 AWARD PROTECH ARMORED VEHICLE SYSTEMS A PURCHASE ORDER FOR BALLISTIC CAR DOOR PANELS FOR 36 POLICE UNITS (FRONT DOOR PANELS 3 ONLY) IN THE AMOUNT OF $51,745.86. 4 5 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the 6 Mayor and Common Council of the City of San Bernardino at a meeting 7 thereof, held on the day of , 2002, by the following vote, to wit: 8 COUNCIL MEMBERS AYES NAYES ABSTAIN ABSENT 9 ESTRADA 10 11 LIEN 12 McGINNIS 1$ DERRY 14 SUAREZ 15 ANDERSON 16 MCCAMMACK 17 18 19 City Clerk 20 The foregoing resolution is hereby approved this day 21 ~ of , 2002. ~ Judith Valles, Mayor 24 City of San Bernardino ?a Approved as to form and legal content: 26 27 JAMES F. PENMAN City Attorney 28 ~, ~ , ~/ FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT RESOLUTION AGENDA ITEM TRACKING FORM Meeting Date (Date Adopted): 19'0 Item # a O Resolution # a OC13 -a Vote: Ayes ~"`~ Nays ~ Abstain Absent Change to motion to amend original documents: Reso. # On Attachments: ~-~' Contract term: --- Null/Void After: `--~ Note on Resolution of Attachment stored separately: Direct City Clerk to (circle 1): PUBLISH, POST, RECORD W/COUNTY By: Date Sent to Mayor: ~'a O ~ O ~ Reso. Log Updated: ? Date of Mayor's Signature: ~~~I'O~ Seallmpressed: ? Date ofClerWCDCSignature: ~~a)-C~ Date no/Letter Sent for Signature: See Attached: _ Date Returned: '''~ 60 Day Reminder Letter Sent on t#day: See Attached: _ 90 Day Reminder Letter Sent on 45th day: See Attached: _ Request for Council Action & Staff Report Attached: Yes ~ No By Updated Prior Resolutions (Other Than Below): Yes _ No ? By Updated CITY Personnel Folders (6413, 6429, 6433, 10584, 10585, 12634): Yes _ No ,~ By Updated CDC Personnel Folders (5557): Yes _ No ? By Updated Traffic Folders (3985, 8234, 655, 92-389): Yes _ No ~ By Copies Distributed to: City Attorney Code Compliance Dev. Services EDA Finance ? MIS Parks & Rec. Police ~ Public Services Water O[hers: Notes: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION CHRONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term, etc.) Ready to File: Date: -a7 -Oa Revised 01/12/01