Loading...
HomeMy WebLinkAbout09/05/2000, 2 - REVIEW OF 1998 LOCAL LAW ENFORCEMENT BLOCK GRANT FUNDS council �(/� ?� 09/05/00 j acEnaa Repot �v' 2 CITY OF SAN LUIS OBISPO FROM: James M. Gardiner, Chief of Police Prepared By: Bart Topham, Captain/Kathe Bishop,Administrative Assistantla SUBJECT: Review of 1998 Local Law Enforcement Block Grant Funds CAO RECOMMENDATION 1. Adopt a resolution approving an expenditure of$62,984, in 1998 Local Law Enforcement Block Grant Funds, with a required.local 1/9`h City match of $6,998 for the sole source purchase of a SIRCHE brand evidence collection vehicle. 2. Appropriate the matching City funds of $6,998, plus interest earned of $4,918 on the advance grant payment from the General Fund to this capital improvement project, as required by the grant. 3. Authorize the City Administrative Officer to sign an agreement with SIRCHE for the purchase of a crime scene evidence collection vehicle and equipment not to exceed $74,900. DISCUSSION On November 11, 1996, the Council appointed the Local Law Enforcement Block Grants Advisory Board in accordance with the requirements of the Federal Omnibus Appropriations Act (Public Law 104-34). As with previous law enforcement block grants, the Advisory Board has been tasked with an advisory recommendation, based on expenditures proposed by the Chief of Police, in accordance with the provisions of the law. The law also requires a public hearing before the grant funds may be allocated. The Advisory Board recommendation for these funds, as proposed by the Chief of Police, is for the sole source purchase of a police evidence collection vehicle. For the past 15 years, the Police Department has been utilizing a regular passenger van with some homemade shelving inside. Although this was significantly less than adequate, it was thought that the cost of a properly designed and equipped crime scene unit was prohibitive. The van being used now is due for replacement and so a decision needed to be made regarding future crime scene collection and transportation'procedures. Research into this issue revealed that only one company in the United States produces evidence collection vehicles in our size range. The only alternative choices would require purchase of a vehicle of choice and then custom conversion for evidence collection. SIRCHE Laboratories is an industry leader that manufactures evidence collection vehicles from the 1/z-ton van package up to a multi-ton custom chassis unit. 2-1 Council Agenda Report Review of 1998 Local Law Enforcement Block Grant funds Page 2 We have contacted a number of references, all of which have expressed a very high degree of satisfaction for this product. We are specifically recommending the purchase of the Ford,E-350 1-ton van model MCL 100 (see attachment 3). CONCURRENCES The city vehicle maintenance supervisor participated in the research for this unit and concurs with the recommendation. FISCAL HAPACT The approval of the 1998 Local Law Enforcement Block Grant funds requires a 1/9`h match from the City, as this money cannot be taken from existing budgets. This will require the expenditure of$6,998 from the General Fund. Pro'ect Costs Ford E-350-MCL 100 Crime Scene Unit 60,000 Specialize Add-On Equipment 4,400 Vehicle Shipping/Tmusport 1,800 Sales Tax 4,700 Training and Inspection 1,j Contingency E74 TotalE Pro'ect Funding Sources 1998 Local Law Enforcement Block Grant 62,984 City 1/9th Matching Funds 6,998 Interest Earned on Advance Grant Payment 4,918 Total 74$00 ATTACHMENTS 1. Resolution No. 8604 appointing Local Law Enforcement Block Grant Advisory Board. 2. Draft Resolution allocating 1998 Local Law Enforcement Grant Funds. 3. Proposed Purchase Agreement,including vehicle proposal and diagrams. 4. Budget Amendment Request. 2-2 ATTACHMENT 1 RESOLUTION NO. 8604 (1996 Series) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO APPOINTING MEMBERS TO LOCAL LAW ENFORCEMENT BLOCK GRANTS PROGRAM ADVISORY BOARD WHEREAS, the Omnibus Fiscal Year 1996 Appropriations Act, Public Law 104-134, provides funds for the implementation of the Local Law Enforcement Block Grants Program to be administered by the Bureau of Justice Assistance (BJA), U.S. Department of Justice; and WBEREAS, the Local Law Enforcement Block Grants Program is to provide units of local government with funds to underwrite projects to reduce crime and improve public safety; and WEEREAS, based on population, the City of San Luis Obispo is eligible to apply for the .amount of$47,900.00 from the Local Law Enforcement Block Grants Program; and WHEREAS, as part of the application process, an advisory board must be established or designated to review the application for funding, and make nonbinding recommendations for the use of funds by the City of San Luis Obispo; and WBMAS, the advisory board shall include representatives of groups with a recognized interest in criminal justice, and crime or substance abuse prevention. and treatment; and WHEREAS, the advisory board must include representatives from at least: the local law enforcement agency, the local prosecutor's office, the local court system, the local public school system, and a local nonprofit group active in crime prevention or drug use prevention or. treatment; BE IT RESOLVED, that the City Council of the City of San Luis Obispo hereby appoints the following representatives to the Local Law Enforcement Block Grants Program Advisory Board for the City of San Luis Obispo: Local Law Enforcement Agency - Captain Cliff Chelquist Local Prosecutor's Office - Chief Deputy District Attorney Gerald Shea Local Court System - Juvenile Justice Commissioner Jim Brabeck Local School System - Asst..Superintendent Rory Livingston Local Nonprofit Group - Frank Warren, Friday Night Live Uponmotionof Council Member Rom ro secondedby rnitnr•il Momhpr Rnalman and on the following roll call vote: 2-3 R8604 Attachment 1 .Resolution No. 3604 (1996 Series) Page 2 Page 2 AYES: Council Members Roalman, Romero, Smith, Williams, Mayor Settle NOES: None ABSENT: None the foregoing resolution was adopted this_ 19 • ..day of November . 1996. ATTEST: . f Ci Clerk Bonni a Mayor Allen K Settle APPROVED AS TO FORM: YworncOef f rge en ' J z 2-4 i RESOLUTION NO. (2000 Series) ATTACHMENT 2 A RESOLUTION OF THE COUNCIL OF THE CITY OF SAN LUIS OBISPO APPROVING AN EXPENDITURE OF 1998 LOCAL LAW ENFORCEMENT GRANT FUNDS, APPROVING A 1/9m CITY MATCH AND INTEREST EARNED FROM THE GENERAL FUND WHEREAS, the Omnibus Fiscal Year 1998 Appropriations Act, Public Law 105-119, provides funds for implementation of the 1998 Local Law Enforcement Block Grants Program to be administered by the Bureau of Justice Assistance(BJA),U.S. Department of Justice; and WHEREAS,based on the population, the City of San Luis Obispo is eligible to apply for the amount of$62,984 from the 1998 Local Law Enforcement Block Grants Program; and WHEREAS, as part of the application process, an advisory board was established to review the application for funding, and has made nonbonding recommendations for the use of funds by the City of San Luis Obispo; and WHEREAS, a public hearing was held on September 5, 2000, to receive public input on the recommendations of the advisory board; BE IT RESOLVED, that the City Council of the City of San Luis Obispo approves the expenditure of$62,984 of 1998 Local Law Enforcement Block Grant funds for the purchase of a crime scene evidence collection vehicle and equipment, approves the appropriation of 1/9' matching funds ($6,998) and interest earned ($4,918) on advance grant payment from the General Fund, and authorize the City Administrative Officer to execute all grant related documents and purchase agreements. Upon motion of , seconded by and on the following roll call vote: AYES: NOES: ABSENT: the foregoing resolution was adopted this day of 22000. Mayor Allen Settle ATTEST: Lee Price, City Clerk APPROVED AS TO FORM: Je :fl'rey C.Jorgensen, City Attrney 2-5 ATTACHMENT 3 AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of , by and between the CITY OF SAN LUIS OBISPO, a municipal corporation,hereinafter referred to as City,and THE SIRCHIE GROUP,VEHICLE DIVISION hereinafter referred to as Contractor. WITNESSETH: WHEREAS,the City wants to purchase a crime scene evidence collection vehicle and equipment. WHEREAS, this project consists of vehicle and equipment purchase, installation of accessories, vehicle transport,training,and sales tax. WHEREAS, Contractor is qualified to perform this type of service and has submitted a proposal to do so which has been accepted by City. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained,the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as fust written above,until acceptance or completion of said services. 2. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay and Contractor shall receive therefore compensation in a total sum not to exceed$74,900. 3. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide services as set forth in Exhibit A attached hereto and incorporated into this Agreement. Contractor further agrees to the contract performance terms as set forth in Exhibit B attached hereto and incorporated into this Agreement 4. AMENDMENTS. Any amendment,modification,or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Administrative Officer of the City. 5. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect,nor shall any such oral agreement, understanding,or representation be binding upon the parties hereto. 2-6 Attachment 3 J Agreement Page 2 6. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Bart Topham,Captain City of San Luis Obispo Police Department P.O.Box 1328 San Luis Obispo,CA 93406-1328 Contractor Neil A.Smith,Production Manager The SIRCHIE Group,Vehicle Division Sirchie Finger Print Labs,Inc. P.O.Box 789 Medford,NJ 08055 7. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such parry. IN WITNESS WHEREOF,the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO,A Municipal Corporation By: Lee Price John O.Dunn City Clerk City Administrative Officer OVED AS TO FORM: CONTRACTOR,The Sirchie Group,Vehicle Division By: ie Jorge en Neil A.Smith City Attomey Production Manager 2- / t / et 3 Exhibit A Page 1 PROJECT FOR SAN LUIS OBISPO POLICE DEPARTMENT FOR THE PURCHASE AND OUTFITTING OF A SELF CONTAINED EVIDENCE COLLECTION VAN PROJECT NO. DATED: 1 2-S Attachment 3 Exhibit A Page 2 SCOPE: The following specifications outline the minimum requirements for a custom manufactured Evidence Collection Van to be utilized by the San Luis Obispo Police Department. The van will be utilized in the most severe of conditions and must be designed and constructed for its intended use. While all efforts have been made to fully detail the construction materials, methods, and equipment required to accomplish this task, it remains the vendor's responsibility to choose components that will provide maximum performance, service life, and safety and not just meet the minimum requirements. Due to the chemicals and harsh reagents present during the processing of evidence, and the 10 year life expectancy that is desired for the vehicle, METAL CABINETRY IS REQUIRED. Offers submitted and based on the use of lighter duty wooden cabinetry construction will not be considered. Any item necessary for the normal and intended use of the vehicle, will be supplied by the Vendor even if it is not fully detailed by the specifications. Forensic reagents and chemicals that are supplied must be compatible and interchangeable with existing crime scene equipment and already established procedures. No substitutions will be permitted. Technical questions regarding the specifications and components should be directed to Gil Rendon at the San Luis Obispo Police Department at Phone: 805-781-7329. DESIGN / ENGINEERING DRAWINGS: The vehicle to be provided is to be constructed and designed to orderly and systematically house Evidence Collection / Forensic Investigative Equipment, Portable Lighting, and general items intrinsic with the processing of an Arson scene. To accomplish this task the cabinetry will be sized and compartmentalized to house specific pieces of equipment Dimensions for the equipment that will be housed in the vehicle are provided to assist in the development of the cabinetry layout. General bulk storage cabinets or commercially available cabinets that are not specially sized for this application will not be accepted. To ensure that the vehicle to be supplied meets the design requirements, a minimum of four (4) engineering drawings will be provided and consist of one (1) rear door view, one (1) cab facing rearward view, one (1) passenger side view, and one (1) driver's side view. All four(4) views will provide a pictorial layout of the compartmentalized storage design and designate equipment storage areas. Additional views as required to provide further detail on any special accommodation or feature will also be supplied. 2 2-9 i Attachment 3 Exhibit A Page 3 BONA FIDE MANUFACTURER: Any Vendor submitting an offer for this project must have an established permanency in the construction of vehicles of the same type as specified. It is not the intent of the San Luis Obispo Police Department to purchase experimental and/or untested systems or vehicles that are normally constructed for recreational, commercial display, or any use other than Evidence Collection. References for a minimum of five (5) Evidence Cc&ction Vehicles complete with Forensic Investigative Equipment of the same or similar construction and which have been delivered over the past twelve (12) month period must be submitted with the offer. Three (3) additional references for Agencies who have had a vehicle of the same or similar construction IN- SERVICE FOR A MINIMUM OF FIVE (5) years must also be provided. All references must contain: Agency Name and Full Address Contract or Purchase Order Number Agency or Contact Point with Telephone Number Amount of Contract — DESCRIPTIVE LITERATURE / BROCHURES: Descriptive literature and/or brochures with pictures of vehicles featuring the same or similar construction design, materials, and layout as requested for this project must be provided. This material is in addition to the requested engineering drawings which are to be specific for the San Luis Obispo Police Department 3 2-10 Attachment 3 Exhibit A SELF-CONTAINED EVIDENCE COLLECTION VAN Page 4 MODEL MCL100/San Luis Obispo SPECIFICATIONS VEHICLE SPECIFICATIONS • Ford E-250 Econoline Van (or equal), Color White • Triton 5.4 Liter, E.F.I. V8 Engine with Overhead Cam • Electronic 4 Speed Automatic Transmission with Overdrive • Driver's Side Air Bags • Power Steering • Power Brakes •. Factory Air Conditioning • Heavy Duty 130 Amp Alternator • 58 Ampere Hour(650 CCA) Battery • 138"Wheelbase • 8600 Ib. GVWR Rating • 4600 Ib. Axle, Front • 5400 Ib. Axle, Rear • Computer Selected Front Coil Springs • Two Stage Multi Leaf Rear Springs Front Stabilizer Bar • Heavy Duty Front Springs • Heavy Duty Shock Absorbers 4 2-11 Attachment 3 Exhibit A VEHICLE SPECIFICATIONS (CONT'D) Page 5 • 35 Gallon Fuel Tank • Fresh Air Heater and Defroster • Fixed Windows in Rear Cargo Doors • Swing Out Side Cargo Doors with Fixed Windows • Front Drivers and Passengers Seats with Premium Vinyl Trim and Lap/Shoulder Safety Belts • Tinted Glass, Windshield and Front Doors • Tire Size, LT225r75R x 16D • Full Size Spare • Gauges for Oil Pressure, Water Temperature, Alternator, and Fuel • Tube Neck Sail Mounted Mirrors • Front Door Mounted Courtesy Light Switches • Insulated Headliner throughout Van • AM/FM Radio with Cassette • Two-speed Windshield Wipers with Intermittent Mode • Electronic Hom VEHICLE DIMENSIONS _(DIMENSIONS SHOWN ARE FOR THE BASE VEHICLE PRIOR TO THE ADDITION OF EQUIPMENT OR OPTIONS) Exterior Overall Length - 211.8" Exterior Overall Width -79.5" Exterior Overall Height- 83.4" Wheelbase - 138.0" 5 2-12 Attachment 3 Exhibit A CONVERSION—SPECIFICATIONS / EXTERIOR Page 6 _ Federal Model X232P100F Vista Halogen Emergency Light System mounted over vehicle cab area. Post Mounted Spotlight— Unity Model 225 (or equal) — Streetside mounted. Two (2)Weldon Model 210-1190-30 Floodlights with 26 degree angle optics (or equal). One installed center of each side of vehicle. Custom Hand Painted Lettering and Mid-stripe to match existing Department colors and layout. Department supplied door decals and/or logos will be provided for factory installation. Department to provide required wording. Vendor to provide computer generated lettering layout for approval. CUSTOMIZED INTERIOR CONFIGURATION All walls and ceiling areas insulated with 1" thick minimum automotive fiberglass secured in place with sprayed-in adhesive. Vinyl clad aluminum wall panels (laminated wooden panels are not acceptable) secured to vehicle reinforcing rib members with industrial grade aluminum rivets. Due to reagents and acids present in Forensic Evidence Collection Kits, supplied wall panel material must meet U. S. Commerce, Commercial Standard CS-245- 62 and be resistant to the following materials: 10% Nitric Acid, 10% Sulfuric Acid, 10% Hydrochloric Acid, 10% Sodium Hydrochloride and 10% Citric Acid. • Panels to be moisture resistant at 100% relative humidity at 160 degrees fahrenheit. • Wire access panels supplied along perimeter of van for service access to all installed wiring. Vehicle roof constructed of 1/4" plywood finished in padded automotive fabric meeting Federal Motor Vehicle Safety Standard 302. Fabric finished headliner color coordinated to match other interior vehicle appointments. Floor leveled with minimum Y2" exterior grade AC rated plywood. Coated with acrylic fortified tile adhesive and finished in industrial rated vinyl tile meeting ASTMF1066, Compliance 1, Class 2 and SS-1-3126 (1), Type IV, Compliance 1 standards. All tile edges capped with aluminum trim attached with counter sunk screws. 6 2-13 Attachment 3 Exhibit A CUSTOMIZED INTERIOR CONFIGURATION (CONT'D) Page 7 FORENSIC EQUIPMENT CABINET fully manufactured of minimum .060, 3003 H14 aluminum. ALL COMPARTMENTS sized to house equipment as outlined at the end of specifications. Compartments to provide a minimum of 13-3/4 cubic feet of storage space. Layout drawing to be provided showing designated equipment locations. (No exceptions allowed to this specification requirement.) • Cabinet shelves to feature notched-out (rounded) hand slots, front retaining lips (minimum W high), and be lined with corrugated rubber matting. • Cabinets to have an industrial, baked on, polyurethane paint finish. All metal cabinets are to be degreased in a tricholorethylene vapor wash, thoroughly dried, and undercoated with phosphoric etch primer. • Final polyurethane paint finish to be applied in 2 coats (minimum) with final texture coat applied to a minimum 2 mil thickness. • Cabinet finish is to be baked-on in a convection type industrial oven at 160 degrees F (minimum). A Combination Generator and Vehicle Lighting/Equipment Storage Cabinet fully manufactured of minimum .060, 3003 H14 aluminum. Combination cabinet designed with fully sealed compartment for storage of generator. Rear Cargo Door access to compartments for Portable Floodlighting, Heavy Duty Extension Cords mounted on Take-Up Reel, and other larger Forensic Kits not stored in open storage cabinet. (Cabinet size and design to be shown in layout drawings.) Heavy Duty Storage Cabinets of welded tubular steel (1" X 1" X .060 and 1"X 2" X .060) frame construction with shelves and side panels of .060 minimum 3003 H14 aluminum. All cabinets with an industrial baked-on paint finish as described above. • Three (3) cabinets to be provided and to have a minimum of 10 cubic feet of interior storage space (total). • All cabinets to have formica finished doors equipped with either lockable or non-lockable vise action positive latching mechanisms with an adjustable grip range of 1.53" to 2.15". • Formica finished doors to be mounted to steel frame of cabinets via continuous piano type hinges. Varnish finished wooden doors are not acceptable. • All hardware utilized for vehicle cabinetry is to be heavy duty and designed for mobile applications. General light duty, home or decorative hardware is not acceptable. 7 2-14 Attachment 3 Exhibit A CUSTOMIZED INTERIOR CONFIGURATION (CONT'D) Page 8 • One (1) of the Heavy Duty Storage Cabinets will be lockable for the storage of evidence. Cabinet will have an inner metal shelf. • Two (2) non-locking heavy duty storage cabinets are also to be equipped with an inner metal shelf. All shelves to be lined with corrugated rubber matting. A Heavy Duty Steel Framed, Refrigerator Cabinet. Refrigerator Cabinet equipped with 16 gauge flat expanded metal screening to provide air flow/cooling as per refrigerator manufacturers specifications. Report Writing Desk and Evidence Examination Areas Provide over 16-1/4 Square Feet of Work Surface • Work Surfaces Constructed of One Inch Countertop Material and Finished with Formica On Board Stainless Steel Sink is Recessed in Formica Countertop complete with 3" Backsplash • Sink Faucet is Operated by a 12 Volt Electric Water Pump System 12 Gallon Polyethylene Water Reservoir Contains Automatic Over Fill Features with Exterior Water Filling Hook up and Drain Custom Portable Stool provided and secured in place during transit via two spring loaded hold down locking devices mounted under Report Writing Desk. Built-In 2.0 Cubic Foot Norcold Refrigerator Model DE351 (or equal) provided for Preservation and Transportation of Evidential Physiological Fluids and Storage of Photographic Supplies • Unit Operates from Both 12 volt DC and 120 volt AC Stationary and Folder Rack, Wall Mounted Over Report Writing Desk Area Wall Mounted First Aid Kit provided and installed at the Sink Area. Fire Extinguisher, 5 Ib. ABC Dry Chemical Type, UL approved • Unit Complete with Dial Type Pressure Indicator and Quick Release Clamp Vehicle Bracket 8 2-15 Attachment 3 Exhibit A VEHICLE POWER AND LIGHTING — 120V AC Page 9 General: Vehicle's electrical system is to be designed to accept power and/or operate from either of two (2) 120V AC power sources. Source A will be a Shore Power/Dockside Power Connection. Source B will be a supplied Portable Generator. All components used for these installations will be heavy duty commercial/industrial rated and designed for extended and severe conditions operation. Recreational Vehicle or other non commercial rated components will not be accepted. All installations will be done to industry standards. Portable Generator, 3000 Watt minimum, 120 Volt AC, 60 Cycle is supplied. • Self Contained Generator must be Removed from Vehicle Compartment for use.. Shore Power 30 Amp 1120 Volt (3 wire) Power Input with•spring loaded cover. To be corrosion resistant type designed for use in damp and wet locations. Circuit Breaker Box with resetable type circuit breakers (fuses are not acceptable). Boxes installed in accordance with NEC article 551-30 and 559-31. — Two (2) exterior mounted GFI protected 120V AC Duplex Outlets mounted at rear of vehicle. One(1) curb side and one (1) streetside. Mounted in exterior rated, weather resistant housings with spring loaded covers. • A Twenty Foot 14/3 SJ Dockside Power Input Cord with Dead Face Front Plugs is provided Two (2) Each 100' Heavy Duty 14/3 SJ Power Extension Cords with Dead Front Receptacles are Mounted on Free Standing Portable Metal Take-Up Reel Twin 120 Volt AC Receptacle Located over Interior report Writing Desk Three (3) Each Outdoor Type 500 Watt Portable Floodlights with Shock . Resistant Handle, bulb Protector, Angle Adjustment Knob and Power Cords. VEHICLE POWER AND LIGHTING— 12V DC All wiring for 12V DC installed items will be of the proper gauge to carry 150% (minimum) of the rated load for each item. Main 12V DC wiring to be protected by a main fuse located at the battery. All wiring for installed items to be enclosed in conduit and/or automotive loom along entire length. Grommets or other industry approved wire protection to be provided wherever wire is routed over a metal edge or through a bulkhead or wall. 9 2-16 Attachment 3 Exhibit A VEHICLE POWER AND LIGHTING—12V DC (CONT'D) Page 10 All accessory wiring is to be color coded and documented. OAS built"wiring schematics are to be provided. A Federal Model PA300 (or equal) Full Function Electronic Siren mounted in Cab Area. A Control Panel is located in Cab area and within easy reach of driver. Control Panel to have re-setable, aircraft type circuit breaker switches individually rated for each item installed. (Switches with fuse protection are not acceptable). Circuit Breaker/Switches feature lighted indictors and are labeled as to function. Interior 12V DC Dome Lights are located in the Ceiling of the vehicles cab and Lab Area as well as on the Rear Generator Cabinet Access Door and in the Floodlight Storage Compartment of the Generator Cabinet • Cab Area Dome Light is activated by door operated courtesy switches located at both front Cab doors and at right side access door • Lab Area Dome Light is activated at Control Panel. • Dome Lights located on Rear Generator Access Door and in Floodlight Storage Compartment of the Generator Cabinet are activated by a door operated courtesy switch mounted at the Rear Generator Access Door and independent from the other vehicle door operated courtesy switches. Dome Lights on access door and in floodlight storage compartment are individually switchable at the source Two (2) Swivel type incandescent lights are wall mounted at the Drivers Side — Worktop Area • Lights are mounted to provide lighting for operator when working at worktops and are adjustable (swivel) to direct light where required • Swivel lights are switch operable at the source A High Intensity Rechargeable Police Duty Flashlight, Sirchie Model PL20P (or equal). • Provided in combination vehicle holder and recharger. A factory style vehicle alarm system is supplied to provide additional security to the van. • All Doors are Wined so that any unauthorized entrance of the vehicle will cause the Hom to sound and the Parking Lights to Flash. • Alarm System Features; Entry and Exit Delay, A Dash Mounted Indicator and a Remote Mounted Defeat Switch. 10 2-17 Attachment 3 Exhibit A FORENSIC EVIDENCE COLLECTION KITS: Page 11 One (1) Master Expert Latent Print Kit#MCL-08 to consist of the following: (1) Leatherette covered carrying case pre-cut insert Dims: 20-1/2" X 13" X 9-3/4" REGULAR POWDER PROCESSING (1) Silk Black Powder, 2 oz. (1) Indestructible White Powder, 2 oz. (1) Silver/Black Powder, 2 oz. (1) Silver/Gray Powder, 2 oz. (1) Silver/Red Powder, 2 oz. (2) Fiberglass Latent Print Brushes (5) Regular Latent Print Brushes MAGNETIC POWDER PROCESSING (1) Black Magnetic Powder, 3 oz. (1)White Magnetic Powder, 3 oz. (1) Silver/Black Magnetic Powder,3 oz. (1) Silver/Gray Magnetic Powder, 3 oz. (1) Silver/Red Magnetic Powder, 3 oz. (1) Magnetic Powder Applicator CHEMICAL FUMING PROCESSING (6) Cyanoacrylate Packets (4) Disposable Iodine Fuming Guns (4) Iodine Print Enhancers CHEMICAL PROCESSING (1) Ninhydrin Spray, 8 oz. (1) Silver Nitrate Spray, 8 oz. (1) Small Particle Reagent (SPR) 250 ml. FINGER PRINT LIFTING (1) Transparent Lifting Tape, 2" x 360" (1) Frosted Lifting Tape, 2" x 360" (12) Transparent Hinge Lifters„ 1 1/2" x 2" (12) White Hinge Lifters, 1 1/2" x 2" (12) Black Hinge Lifters, 1 1/2" x 2" (4) Transparent Hinge Lifters, 4"x 4" (4) White Hinge Lifters, 4" x 4" 11 . 2-18 Attachment 3 Exhibit A FORENSIC EVIDENCE COLLECTION KITS (CONT'D) Page 12 Master Expert Latent Print Kit#MCL-08 (cont'd) FINGER PRINT LIFTING (4) Black Hinge Lifters, 4" x 4" (2) White Rubber Palm Lifters, 7" x 9" (2) Black Rubber Palm Lifters, 7" x 9" (1) Lifted Print Backing Pad, 5 1/2" x 8 10, 50 sheets PROCESS SUPPORT MATERIALS (1) Magnifier, 2 1/2" (1) Penlight, 2-AA, 1.5 volt (1) Photo Evidence Rule Tape, 1" x 360" (1) Evidence Identification Tape, 1" x 500" (1) Scissors, 5" (1) Retractable Measuring Tape, 6 ft. (1) Notebook (1) Water Dispensing Bottle, 8 oz. (4) Disposable Towels, 4 ply (8) Evidence Bags, 4" x 6" (3) Evidence Bags, 9" x 12" (4) Disposable Latex Glove Pairs (8) Ink Cleaner Towelettes - (2) Storage Containers, Molded Polypropylene, 10-3/8" x 4-5/8" x 1- 11/16" (1) Complete Instructions One (1) Master Blood Test Kit#MCL-12 to consist of the following: (1) Carving Case - Dims: 13-1/2" X 10"X 5" (18) 3 ml. Disposable Pipettes w/ Capillary & Bulb( (2) Contact Filter Papers, 1"x2", 25 each (6) Leuco Malachite LM1 Ampoules (6) Leuco Malachite LM2 Ampoules (6) Phenolphthalein PX1 Ampoules (6) Phenolphthalein PX2 Ampoules (6) Luminol L1 Ampoules (6) Luminal L2 Ampoules (2) 2 oz. Distilled Water (2) 7 ml. Vacutainers with EDTA for DNA Blood Analysis (1) Flint Glass Jar with Cap, 13/64 oz. (15) Cotton Balls (1) Spray Power Unit with Tube 12 2-19 Attachment 3 Exhibit A FORENSIC EVIDENCE COLLECTION KITS (CONrD) Page 13 Five (5) Primer Residue Collection Kits (Scanning Electron Microscopy) #MCL-15 to consist of the following: (1) No. GRA202 Gunshot Residue Collection Vial, Right Palm (1) No. GRA203 Gunshot Residue Collection Vial, Left Palm (1) No. GRA204 Gunshot Residue Collection Vial, Right Back (1) No. GRA205 Gunshot Residue Collection Vial, Left Back (1) No. GRA201 Test Data Label (1) No. T13081 Instruction Sheet (2) No. KCP118 Integrity Seals (1) No. SF00761 Latex, Powder-Free Glove Pair (1) No. KCP223 Box, Plastic, 7" x 3 '/2" x 1" Two (2) Anti-Putrefaction Mask Kits #MCL-20, Each to consist of the following: (1) Carrying Case- Dims: 12-3/8" X 7" X 4-5/8" (1) Nose-Mouth Mask with Filters (2) Replacement Filters (1) Disposable Latex Gloves (12) Cleaning Towelettes One (1) Complete Set of Technical Information and Instruction Manuals - Each Kit is Stenciled to Identify its Contents and a Corresponding Label is affixed to each Compartment for Ease of Equipment Inventory and Location. CRIME SCENE SEARCH EQUIPMENT 100' Hank Nylon Rope Model MCL-26 Search Alert Metal Detector with Case, Batteries and Instructions Model MCL-28 Military Type Folding Shovel, Mounted Twenty-Five (25) No. CSSSS01 Crime Scene Security Signs Model MCL-29 Barrier Tape, "Crime Scene - Do Not Cross" 13 2-20 Attachment 3 Exhibit A CRIME SCENE SEARCH EQUIPMENT (CONT'D) Page 14 Model MCL-30 Metal Tool Box with Flip-up Lid and Two Drawers measuring 18" X 10"X 9-1/2" and containing: 1/4" Electric Drill with Set of Bits Ball Peen Hammer Phillips Screwdriver 4" Screwdriver 8" Screwdriver Scraper/Putty Knife Regular Pliers Adjustable Wrench . 14" Multibar Bolt Cutters Tin Shears Utility Knife Hacksaw Wood Chisel Wire Cutting Pliers Rubber Gloves TRAINING The vehicle outlined in these specifications is a specialized piece of investigative equipment that features unique systems developed solely for Crime Scene Investigation. To insure that the vehicle and its systems are Understood, Used and Maintained properly, a training program will be provided. The Training program will be coordinated with the completion of the vehicle so that the using personnel will be trained on the actual equipment to be utilized in the field. The program will be a combination of classroom demonstration and "Hands- on" use of the equipment. Standard Operating Procedures, Maintenance Practices, Evidence Collection Techniques, as well as full instructions on all Vehicle Systems will be discussed. The Instructors for the course will be Technicians and manufacturers representatives with full knowledge of the Forensic Equipment and processes as well as actual working experience with the vehicle systems.A complete instruction manual tailored for the vehicle will be used in conjunction with the "Hands-on" operation of the equipment to provide a comprehensive and complete training session. 14 2-21 Attachment 3 Exhibit A TRAINING (CONT'D) Page 15 The manufacturer shall have a bonafide training center and be capable of providing a college level training program. Upon request, the successful vendor shall provide in writing, full particulars regarding their training program, including but not limited to: College affiliation, Training Syllabus, Number of Past Courses, Student References, Instructor's Resumes etc.... The Training session will be provided at the Production and Training facility of the manufacturer. This will allow for a complete and thorough inspection of the vehicle prior to its delivery. All materials required for the training of the personnel will be provided by the manufacturer. All traveling, food and lodging expenses will be the responsibility of the purchasing agency. 15 2-22 Attachment 3 Exhibit A OPTIONAL EQUIPMENT LISTING Page 16 FOR 100 SERIES VEHICLES PHOTOGRAPHIC AND OBSERVATION ROOF DECK: Roof Mounted Photographic and Observation Roof Deck measuring 96" long x 54" wide. • All aluminum construction with 5052-H32 Safety Grate, Diamond Grip Deck material .100" thick. (Solid floor diamond plate decks not acceptable. . • Sled type sub-frame of 6063-T32, 1"X 2"X .125" Extruded Aluminum Tube • Integrated mounting to vehicle body with clamp-on bracketing —all mounting hardware to be stainless steel. • Painted with a Zinc Chromate etching primer and then finished with automotive white enamel paint matching vehicle exterior OPTIONAL PRICE: ...........................................$ 3,900.00 LADDERS FOR PHOTOGRAPHIC AND OBSERVATION ROOF DECK: A Twenty foot (6 m) Aluminum Extension Ladder and Six foot (1.8 m) Aluminum Step Ladder will be installed on Roof Deck. — • Side Railings shall include Ladder Brackets for Aluminum Extension Ladder and Aluminum Step Ladder. • Mounting hardware to be threaded stainless steel rods secured through ladders. OPTIONAL PRICE;...........................................$ 465.00 16 2-23 E&�f idatl� S lb 9�}5 z O W 2-2A Aft .:, ITela: ftd Isla 111rr '��•' fit fit � lig ,y,��► 1 1�.4��:J•i�//1 A= fill • I Lu till q;x 2-25 I•V V V 1 V 1 (T AM, c nt 3 i a e ; all �g Ile 0 a 111 Z 2-26 • •.r r r r L w Att ic nt 3 i a $ z tda 0 w Q 2.2, Att icament 3 8bitA till .z= ----- ri �� v fie 0 Z will itX 2-28 . . rtu•duiu r- [I Ath c ent 3 f �it A e ih IL fill, I� . o Z 2-29 Attachment 3 Exhibit 9 A Page 23 51Rr. FINGER PRINT LAB"01 VEHICLE DIVISION Fax Transmittal to: San Luis Obispo Police Department attn: Gil Rendon fax: 805.543-8108 from: Neil A. Smith date: 8118100 re: MCL 100/San Luis Obispo Evidence Collection Vehicle- Revised Qoutation pages : 1 page(s) total, including this cover sheet Dear Mr. Rendon, Pursuant to our phone conversation of 8/ 17/001 am pleased to provide you with a revised price quotation for your Evidence Collection Vehicle. The following price reflects the changes you requested: 1) Upgrade Vehicle to E-350, 1 Ton Fond Van 2) Add Trailer Hitch 3) Delete Sink and add Storage Cabinet 4) Delete refrigerator and add Storage Cabinet New Price for Model MCL100/San Luis Obispo Evidence Collection Vehicle..................................................................$59,118.00 Optional Roof Deck..............................................................................$ 3,800.00 Optional Ladders for Roof Deck............................................................. 465.00 $63,483.00 If you have any questions please don't hesitate to call. Sincerely yours, From the desk of... lil Neil A. Smith Production Manager A. Vehicle Division Production Manager Vehicle Division Sirchie FVuJerPrint Labs., fru P.O. Box 789 Medford, NJ 08055 Phone: 208#4-0777 Fax: 609-654-7869 Attachment 3 Exhibit B Exhibit 0 CONTRACT PERFORMANCE TERMS Pa a 24 1. Business Tax. Contractor must have a valid City of San Luis Obispo business tax certificate prior to execution of the contract. Additional information regarding the City's business tax program may be obtained by calling(805)781-7134. 2. Ability to Perform. Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws,ordinances,and regulations. 3. Laws to be Observed. Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances,regulations and adopted codes during its performance of the work. 4. Payment of Taxes. The contract prices shall include full compensation for all taxes, which Contractor is required to pay. 5. Permits and Licenses. Contractor shall procure all permits and licenses, pay all charges and fees,and give all notices necessary. . 6. Safety Provisions. Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 7. Public and Employee Safety. Whenever Contractor's operations create a condition hazardous to the public or City employees,it shall, at its expense and without cost to the City, fivnish,erect and maintain such fences,temporary railings,barricades,lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 8. Preservation of City Property. Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged as a result of Contractor's operations, it shall be replaced or restored at Contractor's expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 9. Immigration Act of 1986. Contractor warrants on behalf of itself and all sub-contractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 10. Contractor Non-Discrimination. In the performance of this work,Contractor agrees that it will not engage in, nor permit such sub-contractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation,or religion of such persons. 11. Work Delays. Should Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal goverment restrictions arising out of defense or war programs, then the time of completion may, at the City's sole option,be extended for such periods as may be agreed upon by the City and the Contractor. 2-31 Attachment 3 Exhibit 9:Contract Performance Terms EYhi WVl2 Page 25 12. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the services provided by Contractor(Net 30). 13. Inspection. Contractor shall famish City with every reasonable opportunity for City to ascertain that the services of Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 14. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 15. Interests of Contractor. Contractor covenants that it presently has no interest, and shall not acquire any interest direct or indirect or otherwise,which would conflict in any manner or degree with the performance of the work hereunder. Contractor further covenants that, in the performance of this work,no sub-contractor or person having such an interest shall be employed. Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that,in the performance of the work hereunder,Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 16. Hold Harmless and Indemnification. Contractor agrees to defend, indemnify, protect and hold the City and its agents,officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to Contractor's employees,agents or officers which arise from or are connected with or are caused or claimed to be caused by the acts or omissions of Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City,its agents,officers or employees. 17. Year 2000 Compliance. The Contractor warrants that the goods or services provided to the City, including those provided through subcontractors, are "Year 2000 compliant." For the purpose of this contract, "Year 2000 compliant" means that goods or services provided to the City will continue to fully function, fault-free, before, at and after the Year 2000, without interruption or human intervention; and if applicable, any data outside of the date range 1990- 1999, including leap years, will be correctly processed in any level of computer hardware or software,including,but not limited to,microcode, firmware,application programs, files and data bases. This warranty supersedes all warranty disclaimers or limitations, and all limitations on liability,otherwise provided by the Contractor. Upon request by the City,the Contractor will provide the City with a description of its Year 2000 compliance strategy,or statement of why this is not relevant to contract performance. 18. Contract Assignment. Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 2-32 Attachment�3 ., Exhibit B:Contract Performance Terms Yh1FiMRL3 Page 26 19. Termination. If, during the term of the contract, the City determines that Contractor is not faithfully abiding by any term or condition contained herein, the City may notify Contractor in writing of such defect or failure to perform; which notice must give Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to Contractor to said effect. Thereafter, neither party shall have any further duties,obligations,responsibilities,or rights under the contract. In said event, Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by Contractor as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by Contractor shall be based solely on the City's assessment of the value of the work- in-progress in completing the overall workscope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall Contractor be entitled to receive in excess of the compensation quoted in its proposal. 20. Ownership of Materials. All original drawings plan documents and other materials prepared by or in possession of Contractor as part of the work or services under these specifications shall become the permanent property of the City,and shall be delivered to the City upon demand. 21. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by Contractor as part of the work or services under these specifications shall be the property of City, and shall not be made available to any individual or organization by Contractor without the prior written approval of the City. 22. Copies of Reports and Information. If the City requests additional copies of reports,drawings, specifications, or any other material in addition to what Contractor is required to furnish in limited quantities as part of the work or services under these specifications, Contractor shall provide such additional copies as are requested, and City shall compensate Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 23. Required Deliverable Products. Contractor will provide: a. Upon request copies of the final report which addresses all elements of the workscope. Any documents or materials provided by Contractor will be reviewed by City staff and, where necessary, Contractor will respond to staff comments and make such changes as deemed appropriate. b. One camera-ready original, unbound, each page printed on only one side, including any original graphics in place and scaled to size,ready for reproduction. C. When computers have been used to produce materials submitted to the City as a part of the workscope, Contractor must provide the corresponding computer files to the City, compatible with the following programs whenever possible: 2-33 Attachment Exhibit B:Contract Performance Terms Page 27 • Word Processing Word • Spreadsheets Excel • Desktop Publishing Coreldraw,Pagemaker • Computer Aided Drafting(CAD) AutoCad Computer files must be on 32", high-density,write-protected diskettes, formatted for use on IBM-compatible systems. Each diskette must be clearly labeled and have a printed copy of the directory. 24. Attendance at Meetings. As part of the workscope and included in the contract price is attendance by the Contractor at as many "working" meetings with staff as necessary in performing workscope tasks. 25. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, its agents, representatives,employees,or sub-contractors. a. Minimum scope of insurance. Coverage shall be at least as broad as: • Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). • Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability,code 1 (any auto). • Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Errors and Omissions Liability insurance as appropriate to Contractor's profession. b. Minimum limits of insurance. Contractor shall maintain limits no less than: • General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. • Automobile Liability: $1,000,000 per accident for bodily injury and property damage. • Employer's Liability: $1,000,000 per accident for bodily injury or disease. • Errors and Omissions Liability: $1,000,000 per occurrence. C. Deductibles and self-insured retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 2-34 Attachment Exhibit B:Contract Performance Terms .C..h:&P-99 -5 Page 28 d. Other insurance provisions. The general liability and automobile liability policies are to contain,or be endorsed to contain,the following provisions: • The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. • For any claims related to this project, Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of Contractor's insurance and shall not contribute with it. • Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials,employees,agents or volunteers. • Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. • Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail,return receipt requested,has been given to the City. e. Acceptability of insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. f. Verification of coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. 2-35 EXHIBIT AZ PROJECT FOR SAN LUIS OBISPO POLICE DEPARTMENT FOR THE PURCHASE AND OUTFITTING OF A SELF CONTAINED EVIDENCE COLLECTION VAN PROJECT NO. DATED: 1 SCOPE: The following specifications outline the minimum requirements for a custom manufactured Evidence Collection Van to be utilized by the San Luis Obispo Police Department. The van will be utilized in the most severe of conditions and must be designed and constructed for its intended use. While all efforts have been made to fully detail the construction materials, methods, and equipment required to accomplish this task, it remains the vendor's responsibility to choose components that will provide maximum performance, service life, and safety and not just meet the minimum requirements. Due to the chemicals and harsh reagents present during the processing of evidence, and the 10 year life expectancy that is desired for the vehicle, METAL CABINETRY IS REQUIRED. Offers submitted and based on the use of lighter duty wooden cabinetry construction will not be considered. Any item necessary for the normal and intended use of the vehicle, will be supplied by the Vendor even if it is not fully detailed by the specifications. Forensic reagents and chemicals that are supplied must be compatible and interchangeable with existing crime scene equipment and already established procedures. No substitutions will be permitted. Technical questions regarding the specifications and components should be directed to Gil Rendon at the San Luis Obispo Police Department at Phone: 805-781-7329. DESIGN / ENGINEERING DRAWINGS: The vehicle to be provided is to be constructed and designed to orderly and systematically house Evidence Collection / Forensic Investigative Equipment, Portable Lighting, and general items intrinsic with the processing of an Arson scene. To accomplish this task the cabinetry will be sized and compartmentalized to house specific pieces of equipment. Dimensions for the equipment that will be housed in the vehicle are provided to assist in the development of the cabinetry layout. General bulk storage cabinets or commercially available cabinets that are not specially sized for this application will not be accepted. To ensure that the vehicle to be supplied meets the design requirements, a minimum of four (4) engineering drawings will be provided and consist of one (1) rear door view, one (1) cab facing rearward view, one (1) passenger side view, and one (1) driver's side view. All four (4) views will provide a pictorial layout of the compartmentalized storage design and designate equipment storage areas. Additional views as required to provide further detail on any special accommodation or feature will also be supplied. 2 BONA FIDE MANUFACTURER: . Any Vendor submitting an offer for this project must have an established permanency in the construction of vehicles of the same type as specified. It is not the intent of the San Luis Obispo Police Department to purchase experimental and/or untested systems or vehicles that are normally constructed for recreational, commercial display, or any use other than Evidence Collection. References for a minimum of five (5) Evidence Collection Vehicles complete with Forensic Investigative Equipment of the same or similar construction and which have been delivered over the past twelve (12) month period must be submitted with the offer. Three (3) additional references for Agencies who have had a vehicle of the same or similar construction IN- SERVICE FOR A MINIMUM OF FIVE (5) years must also be provided. All references must contain: Agency Name and Full Address Contract or Purchase Order Number Agency or Contact Point with Telephone Number Amount of Contract - DESCRIPTIVE LITERATURE / BROCHURES: Descriptive literature and/or brochures with pictures of vehicles featuring the same or similar construction design, materials, and layout as requested for this project must be provided. This material is in addition to the requested engineering drawings which are to be specific for the San Luis Obispo Police Department. 3 SELF-CONTAINED EVIDENCE COLLECTION VAN MODEL MCL100/San Luis Obispo SPECIFICATIONS VEHICLE SPECIFICATIONS Ford E-250 Econoline Van (or equal), Color White • Triton 5.4 Liter, E.F.I. V8 Engine with Overhead Cam • Electronic 4 Speed Automatic Transmission with Overdrive • Driver's Side Air Bags • Power Steering • Power Brakes • Factory Air Conditioning • Heavy Duty 130 Amp Alternator • 58 Ampere Hour (650 CCA) Battery 138" Wheelbase • 8600 Ib. GVWR Rating • 4600 Ib. Axle, Front • 5400 Ib. Axle, Rear • Computer Selected Front Coil Springs • Two Stage Multi Leaf Rear Springs • Front Stabilizer Bar • Heavy Duty Front Springs • Heavy Duty Shock Absorbers 4 VEHICLE SPECIFICATIONS (CONT'D) • 35 Gallon Fuel Tank • Fresh Air Heater and Defroster • Fixed Windows in Rear Cargo Doors • Swing Out Side Cargo Doors with Fixed Windows • Front Drivers and Passengers Seats with Premium Vinyl Trim and Lap/Shoulder Safety Belts Tinted Glass, Windshield and Front Doors • Tire Size, LT225/75R x 16D • Full Size Spare • Gauges for Oil Pressure, Water Temperature, Alternator, and Fuel • Tube Neck Sail Mounted Mirrors • Front Door Mounted Courtesy Light Switches • Insulated Headliner throughout Van • AM/FM Radio with Cassette • Two-speed Windshield Wipers with Intermittent Mode • Electronic Horn VEHICLE DIMENSIONS (DIMENSIONS SHOWN ARE FOR THE BASE VEHICLE PRIOR TO THE ADDITION OF EQUIPMENT OR OPTIONS) Exterior Overall Length - 211.8" Exterior Overall Width - 79.5" Exterior Overall Height- 83.4" Wheelbase - 138.0" 5 CONVERSION —SPECIFICATIONS I EXTERIOR Federal Model X232P100F Vista Halogen Emergency Light System mounted over vehicle cab area. Post Mounted Spotlight— Unity Model 225 (or equal) — Streetside mounted. Two (2) Weldon Model 210-1190-30 Floodlights with 26 degree angle optics (or equal). One installed center of each side of vehicle. Custom Hand Painted Lettering and Mid-stripe to match existing Department colors and layout. Department supplied door decals and/or logos will be provided for factory installation. Department to provide required wording. Vendor to provide computer generated lettering layout for approval. CUSTOMIZED INTERIOR CONFIGURATION All walls and ceiling areas insulated with 1" thick minimum automotive fiberglass secured in place with sprayed-in adhesive. Vinyl clad aluminum wall panels (laminated wooden panels are not acceptable) secured to vehicle reinforcing rib members with industrial grade aluminum rivets. Due to reagents and acids present in Forensic Evidence Collection Kits, supplied wall panel material must meet U. S. Commerce, Commercial Standard CS-246- 62 and be resistant to the following materials: 10% Nitric Acid, 10% Sulfuric Acid, 10% Hydrochloric Acid, 10% Sodium Hydrochloride and 10% Citric Acid. • Panels to be moisture resistant at 100% relative humidity at 160 degrees fahrenheit. • Wire access panels supplied along perimeter of van for service access to all installed wiring. Vehicle roof constructed of %<" plywood finished in padded automotive fabric meeting Federal Motor Vehicle Safety Standard 302. Fabric finished headliner color coordinated to match other interior vehicle appointments. Floor leveled with minimum Y2" exterior grade AC rated plywood. Coated with acrylic fortified the adhesive and finished in industrial rated vinyl tile meeting ASTMF1066, Compliance 1, Class 2 and SS-1-3126 (1), Type IV, Compliance 1 standards. All the edges capped with aluminum trim attached with counter sunk screws. 6 CUSTOMIZED INTERIOR CONFIGURATION (CONT'D) FORENSIC EQUIPMENT CABINET fully manufactured of minimum .060, 3003 H14 aluminum. ALL COMPARTMENTS sized to house equipment as outlined at the end of specifications. Compartments to provide a minimum of 13-3/4 cubic feet of storage space. Layout drawing to be provided showing designated equipment locations. (No exceptions allowed to this specification requirement.) • Cabinet shelves to feature notched-out (rounded) hand slots, front retaining lips (minimum '/" high), and be lined with corrugated rubber matting. • Cabinets to have an industrial, baked on, polyurethane paint finish. All metal cabinets are to be degreased in a tricholorethylene vapor wash, thoroughly dried, and undercoated with phosphoric etch primer. • Final polyurethane paint finish to be applied in 2 coats (minimum) with final texture coat applied to a minimum 2 mil thickness. • Cabinet finish is to be baked-on in a convection type industrial oven at 160 degrees F (minimum). A Combination Generator and Vehicle Lighting/Equipment Storage Cabinet fully manufactured of minimum .060, 3003 H14 aluminum. Combination cabinet designed with fully sealed compartment for storage of generator. Rear Cargo Door access to compartments for Portable Floodlighting, Heavy Duty Extension Cords mounted on Take-Up Reel, and other larger Forensic Kits not stored in open storage cabinet. (Cabinet size and design to be shown in layout drawings.) Heavy Duty Storage Cabinets of welded tubular steel (1" X 1" X .060 and 1" X 2" X .060) frame construction with shelves and side panels of.060 minimum 3003 H14 aluminum. All cabinets with an industrial baked-on paint finish as described above. • Three (3) cabinets to be provided and to have a minimum of 10 cubic feet of interior storage space (total). • All cabinets to have formica finished doors equipped with either lockable or non-lockable vise action positive latching mechanisms with an adjustable grip range of 1.53" to 2.15". • Formica finished doors to be mounted to steel frame of cabinets via continuous piano type hinges. Varnish finished wooden doors are not acceptable. • All hardware utilized for vehicle cabinetry is to be heavy duty and designed for mobile applications. General light duty, home or decorative hardware is not acceptable. 7 CUSTOMIZED INTERIOR CONFIGURATION (CONT'D) • One (1) of the Heavy Duty Storage Cabinets will be lockable for the storage of evidence. Cabinet will have an inner metal shelf. • Two (2) non-locking heavy duty storage cabinets are also to be equipped with an inner metal shelf. All shelves to be lined with corrugated rubber matting. A Heavy Duty Steel Framed, Refrigerator Cabinet. Refrigerator Cabinet equipped with 16 gauge flat expanded metal screening to provide air flow/cooling as per refrigerator manufacturers specifications. Report Writing Desk and Evidence Examination Areas Provide over 16-1/4 Square Feet of Work Surface • Work Surfaces Constructed of One Inch Countertop Material and Finished with Formica On Board Stainless Steel Sink is Recessed in Formica Countertop complete with 3" Backsplash • Sink Faucet is Operated by a 12 Volt Electric Water Pump System • 12 Gallon Polyethylene Water Reservoir Contains Automatic Over Fill Features with Exterior Water Filling Hook up and Drain Custom Portable Stool provided and secured in place during transit via two spring loaded hold down locking devices mounted under Report Writing Desk. Built-In 2.0 Cubic Foot Norcold Refrigerator Model DE351 (or equal) provided for Preservation and Transportation of Evidential Physiological Fluids and Storage of Photographic Supplies • Unit Operates from Both 12 volt DC and 120 volt AC Stationary and Folder Rack, Wall Mounted Over Report Writing Desk Area Wall Mounted First Aid Kit provided and installed at the Sink Area. Fire Extinguisher, 5 Ib. ABC Dry Chemical Type, UL approved • Unit Complete with Dial Type Pressure Indicator and Quick Release Clamp Vehicle Bracket 8 VEHICLE POWER AND LIGHTING — 120V AC General: Vehicle's electrical system is to be designed to accept power and/or operate from either of two (2) 120V AC power sources. Source A will be a Shore Power/Dockside Power Connection. Source B will be a supplied Portable Generator. All components used for these installations will be heavy duty commercialtindustrial rated and designed for extended and severe conditions operation. Recreational Vehicle or other non commercial rated components will not be accepted. All installations will be done to industry standards. Portable Generator, 3000 Watt minimum, 120 Volt AC, 60 Cycle is supplied. • Self Contained Generator must be Removed from Vehicle Compartment for use.. Shore Power 30 Amp/ 120 Volt (3 wire) Power Input with-spring loaded cover. To be corrosion resistant type designed for use in damp and wet locations. Circuit Breaker Box with resalable type circuit breakers (fuses are not acceptable). Boxes installed In accordance with NEC article 551-30 and 551-31. Two (2) exterior mounted GFI protected 120V AC Duplex Outlets mounted at rear of vehicle. One (1) curb side and one (1) streetside. Mounted in exterior rated, weather resistant housings with spring loaded covers. • A Twenty Foot 14/3 SJ Dockside Power Input Cord with Dead Face Front Plugs is provided Two (2) Each 100' Heavy Duty 14/3 SJ Power Extension Cords with Dead Front Receptacles are Mounted on Free Standing Portable Metal Take-Up Reel Twin 120 Volt AC Receptacle Located over Interior report Writing Desk Three (3) Each Outdoor Type 500 Watt Portable Floodlights with Shock Resistant Handle, bulb Protector, Angle Adjustment Knob and Power Cords. VEHICLE POWER AND LIGHTING — 12V DC All wiring for 12V DC installed items will be of the proper gauge to carry 150% (minimum) of the rated load for each item. Main 12V DC wiring to be protected by a main fuse located at the battery. All wiring for installed items to be enclosed in conduit and/or automotive loom along entire length. Grommets or other industry approved wire protection to be Provided wherever wire is routed over a metal edge or through a bulkhead or wall. 9 VEHICLE POWER AND LIGHTING — 12V DC (CONT'D1 All accessory wiring is to be color coded and documented. "As built"wiring schematics are to be provided. A Federal Model PA300 (or equal) Full Function Electronic Siren mounted in Cab Area. A Control Panel is located in Cab area and within easy reach of driver. Control Panel to have re-setable, aircraft type circuit breaker switches individually rated for each item installed. (Switches with fuse protection are not acceptable). Circuit Breaker/Switches feature lighted indictors and are labeled as to function. Interior 12V DC Dome Lights are located in the Ceiling of the vehicles cab and Lab Area as well as on the Rear Generator Cabinet Access Door and in the Floodlight Storage Compartment of the Generator Cabinet • Cab Area Dome Light is activated by door operated courtesy switches located at both front Cab doors and at right side access door • Lab Area Dome Light is activated at Control Panel. • Dome Lights located on Rear Generator Access Door and in Floodlight Storage Compartment of the Generator Cabinet are activated by a door operated courtesy switch mounted at the Rear Generator Access Door and independent from the other vehicle door operated courtesy switches. Dome Lights on access door and in floodlight storage compartment are individually switchable at the source Two (2) Swivel type incandescent lights are wall mounted at the Drivers Side — Worktop Area • Lights are mounted to provide lighting for operator when working at worktops and are adjustable (swivel) to direct light where required • Swivel lights are switch operable at the source A High Intensity Rechargeable Police Duty Flashlight, Sirchie Model PL20P (or equal). • Provided in combination vehicle holder and recharger. A factory style vehicle alarm system is supplied to provide additional security to the van. • All Doors are Wired so that any unauthorized entrance of the vehicle will cause the Hom to sound and the Parking Lights to Flash. • Alarm System Features; Entry and Exit Delay, A Dash Mounted Indicator and a Remote Mounted Defeat Switch. 10 FORENSIC EVIDENCE COLLECTION KITS: One (1) Master Expert Latent Print Kit#MCL-08 to consist of the following: (1) Leatherette covered carrying case pre-cut insert Dims: 20-1/2" X 13" X 9-3/4" REGULAR POWDER PROCESSING (1) Silk Black Powder, 2 oz. (1) Indestructible White Powder, 2 oz. (1) Silver/Black Powder, 2 oz. (1) Silver/Gray Powder, 2 oz. (1) Silver/Red Powder, 2 oz. (2) Fiberglass Latent Print Brushes (5) Regular Latent Print Brushes MAGNETIC POWDER PROCESSING (1) Black Magnetic Powder, 3 oz. (1) White Magnetic Powder, 3 oz. (1) Silver/Black Magnetic Powder,3 oz. (1) Silver/Gray Magnetic Powder, 3 oz. (1) Silver/Red Magnetic Powder, 3 oz. (1) Magnetic Powder Applicator CHEMICAL FUMING PROCESSING - (6) Cyanoacrylate Packets (4) Disposable Iodine Fuming Guns (4) Iodine Print Enhancers CHEMICAL PROCESSING (1) Ninhydrin Spray, 8 oz. (1) Silver Nitrate Spray, 8 oz. (1) Small Particle Reagent (SPR) 250 ml. FINGER PRINT LIFTING (1) Transparent Lifting Tape, 2" x 360" (1) Frosted Lifting Tape, 2" x 360" (12) Transparent Hinge Lifters„ 1 1/2" x 2" (12) White Hinge Lifters, 1 1/2" x 2" (12) Black Hinge Lifters, 1 1/2" x 2" (4) Transparent Hinge Lifters, 4" x 4" (4) White Hinge Lifters, 4" x 4" 11 FORENSIC EVIDENCE COLLECTION KITS (CONT'D) Master Expert Latent Print Kit#MCL-08 (cont'd) FINGER PRINT LIFTING (4) Black Hinge Lifters, 4" x 4" (2) White Rubber Palm Lifters, 7" x 9" (2) Black Rubber Palm Lifters, 7" x 9" (1) Lifted Print Backing Pad, 5 112" x 8 1/2", 50 sheets PROCESS SUPPORT MATERIALS (1) Magnifier, 2 1/2" (1) Penlight, 2-AA, 1.5 volt (1) Photo Evidence Rule Tape, 1" x 360" (1) Evidence Identification Tape, 1" x 500" (1) Scissors, 5" (1) Retractable Measuring Tape, 6 ft. (1) Notebook (1) Water Dispensing Bottle, 8 oz. (4) Disposable Towels, 4 ply (8) Evidence Bags, 4" x 6" (3) Evidence Bags, 9" x 12" (4) Disposable Latex Glove Pairs (8) Ink Cleaner Towelettes - (2) Storage Containers, Molded Polypropylene, 10-3/8" x 4-5/8" x 1- 11/16" (1) Complete Instructions One (1) Master Blood Test Kit#MCL-12 to consist of the following: (1) Carrying Case - Dims: 13-1/2" X 10" X 5" (18) 3 ml. Disposable Pipettes w/ Capillary & Bulb( (2) Contact Filter Papers, 1"x2", 25 each (6) Leuco Malachite LM1 Ampoules (6) Leuco Malachite LM2 Ampoules (6) Phenolphthalein PX1 Ampoules (6) Phenolphthalein PX2 Ampoules (6) Luminol L1 Ampoules (6) Luminol L2 Ampoules (2) 2 oz. Distilled Water (2) 7 ml. Vacutainers with EDTA for DNA Blood Analysis (1) Flint Glass Jar with Cap, 13/64 oz. (15) Cotton Balls (1) Spray Power Unit with Tube 12 FORENSIC EVIDENCE COLLECTION KITS (CONT'D) Five (5) Primer Residue Collection Kits (Scanning Electron Microscopy) #MCL-15 to consist of the following: (1) No. GRA202 Gunshot Residue Collection Vial, Right Palm (1) No. GRA203 Gunshot Residue Collection Vial, Left Palm (1) No. GRA204 Gunshot Residue Collection Vial, Right Back (1) No. GRA205 Gunshot Residue Collection Vial, Left Back (1) No. GRA201 Test Data Label (1) No. T13081 Instruction Sheet (2) No. KCP118 Integrity Seals (1) No. SF00761 Latex, Powder-Free Glove Pair (1) No. KCP223 Box, Plastic, 7" x 3 W x 1" Two (2) Anti-Putrefaction Mask Kits #MCL-20, Each to consist of the following: (1) Carrying Case - Dims: 12-3/8" X 7" X 4-5/8" (1) Nose-Mouth Mask with Filters (2) Replacement Filters (1) Disposable Latex Gloves (12) Cleaning Towelettes One (1) Complete Set of Technical Information and Instruction Manuals - Each Kit is Stenciled to Identify its Contents and a Corresponding Label is affixed to each Compartment for Ease of Equipment Inventory and Location. CRIME SCENE SEARCH EQUIPMENT 100' Hank Nylon Rope Model MCL-26 Search Alert Metal Detector with Case, Batteries and Instructions Model MCL-28 Military Type Folding Shovel, Mounted Twenty-Five (25) No. CSSSS01 Crime Scene Security Signs Model MCL-29 Barrier Tape, "Crime Scene - Do Not Cross" 13 CRIME SCENE SEARCH EQUIPMENT (CONT'D) Model MCL-30 Metal Tool Box with Flip-up Lid and Two Drawers measuring 18" X 10" X 9-1/2" and containing: 1/4" Electric Drill with Set of Bits Ball Peen Hammer Phillips Screwdriver 4" Screwdriver 8" Screwdriver Scraper/Putty Knife Regular Pliers Adjustable Wrench 14" Multibar Bolt Cutters Tin Shears Utility Knife Hacksaw Wood Chisel Wire Cutting Pliers Rubber Gloves TRAINING The vehicle outlined in these specifications is a specialized piece of investigative equipment that features unique systems developed solely for Crime Scene Investigation. To insure that the vehicle and its systems are Understood, Used and Maintained properly, a training program will be provided. The Training program will be coordinated with the completion of the vehicle so that the using personnel will be trained on the actual equipment to be utilized in the field. The program will be a combination of classroom demonstration and "Hands- on" use of the equipment. Standard Operating Procedures, Maintenance Practices, Evidence Collection Techniques, as well as full instructions on all Vehicle Systems will be discussed. The Instructors for the course will be Technicians and manufacturers representatives with full knowledge of the Forensic Equipment and processes as well as actual working experience with the vehicle systems. A complete instruction manual tailored for the vehicle will be used in conjunction with the "Hands-on" operation of the equipment to provide a comprehensive and complete training session. 14 TRAINING (CONT'D) The manufacturer shall have a bonafide training center and be capable of providing a college level training program. Upon request, the successful vendor shall provide in writing, full particulars regarding their training program, including but not limited to: College affiliation, Training Syllabus, Number of Past Courses, Student References, Instructor's Resumes etc.... The Training session will be provided at the Production and Training facility of the manufacturer. This will allow for a complete and thorough inspection of the vehicle prior to its delivery. All materials required for the training of the personnel will be provided by the manufacturer. All traveling, food and lodging expenses will be the responsibility of the purchasing agency. 15 OPTIONAL EQUIPMENT LISTING FOR 100 SERIES VEHICLES PHOTOGRAPHIC AND OBSERVATION ROOF DECK: Roof Mounted Photographic and Observation Roof Deck measuring 96" long x 54" wide. • All aluminum construction with 5052-H32 Safety Grate, Diamond Grip Deck material .100" thick. (Solid floor diamond plate decks not acceptable. • Sled type sub-frame of 6063-T32, 1" X 2" X .125" Extruded Aluminum Tube • Integrated mounting to vehicle body with clamp-on bracketing -all mounting hardware to be stainless steel. • Painted with a Zinc Chromate etching primer and then finished with automotive white enamel paint matching vehicle exterior OPTIONAL PRICE: ...........................................$ 3,900.00 LADDERS FOR PHOTOGRAPHIC AND OBSERVATION ROOF DECK: A Twenty foot (6 m) Aluminum Extension Ladder and Six foot (1.8 m) Aluminum Step Ladder will be installed on Roof Deck. - • Side Railings shall include Ladder Brackets for Aluminum Extension Ladder and Aluminum Step Ladder. • Mounting hardware to be threaded stainless steel rods secured through ladders. OPTIONAL PRICE;...........................................$ 465.00 16 1�FR� � =°iiir&r � ��� ��� �i 3e� - �� c ��a � � � � � � � � � � � ��a ���g ��3 ��! k �3e z O ti � W r��� Q 'till III'► � �'. _SII �/�, ,1 1,1��, ��.' 1'+�h.�.J;.� ��.q���IbA/�� � 11: ;II�_,r ��'":p►�/it -%�� 1 \� .':-gyp e i q s• /rip ry I;1 � -:.<. :. ' ;. _ - ,, . ' , � - ,'` : : : -1 �� ;c „ IIs� _ �� . . �l;I -- ** �._ ' _ .. . �i � _ .� ■ .... �:, � ,�_ �_ ' W � �/— �1 •� �', I �a �� �1 = ; � ___ �__ .. I�I—. . .s _ ;. •1 � a � � . • ,' _ - - - ��v•v��u r� C4 4 gal I 7U.6 0 IleIII Z st t� 9111 qlr J ` O R I kccl _0 w • -' •••• ••• • I vvv vvT rvvv IVUUJ10 r• Zb �pR71 4- lei4 Ile 0 sig gill Octw nu- 0 1 u r - it ill 71jull �o e all 1141 E FINGER PRINT LABO RIES VEHICLE DIVISION Fax Transmittal to: San Luis Obispo Police Department attn: Gil Rendon fax: 806.543-8108 from: Nell A. Smith date: 8/18/00 re: MCL 100/San Luis Obispo Evidence Collection Vehicle- Revised Coutation pages : 1 page(s) total, including this cover sheet Dear Mr. Rendon, Pursuant to our phone conversation of 8/17/001 am pleased to provide you with a revised price quotation for your Evidence Collection Vehicle. The following price reflects the changes you requested: 1) Upgrade Vehicle to E-350, 1 Ton Ford Van 2) Add Trailer Hitch 3) Delete Sink and add Storage Cabinet 4) Delete refrigerator and add Storage Cabinet New Price for Model MCL100/San Luis Obispo Evidence Collection Vehicle..................................................................$59,118.00 Optional Roof Deck..............................................................................E 3,800.00 OptionalLadders for Roof Deck............................................................. 466.00 If you have any questions please don't hesitate to call. $63,483.00 Sincerely yours, From the desk of.. Neil A. Smith �� � Production Manager Neil A. Vehicle Division Production Manager Vehicle Division Sirchie Finger Print Labs., Inc. P.O. Box 789 Medford, NJ 08055 Phone: 609-654-0777 Fax: 609-654-7869 Exhibit B CONTRACT PERFORMANCE TERMS 1. Business Tax. Contractor must have a valid City of San Luis Obispo business tax certificate prior to execution of the contract. Additional information regarding the City's business tax program may be obtained by calling(805) 781-7134. 2. Ability to Perform. Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws, ordinances, and regulations. 3. Laws to be Observed. Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances,regulations and adopted codes during its performance of the work. 4. Payment of Taxes. The contract prices shall include full compensation for all taxes, which Contractor is required to pay. 5. Permits and Licenses. Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 6. Safety Provisions. Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 7. Public and Employee Safety. Whenever Contractor's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 8. Preservation of City Property. Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged as a result of Contractor's operations, it shall be replaced or restored at Contractor's expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 9. Immigration Act of 1986. Contractor warrants on behalf of itself and all sub-contractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 10. Contractor Non-Discrimination. In the performance of this work, Contractor agrees that it will not engage in, nor permit such sub-contractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 11. Work Delays. Should Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City's sole option,be extended for such periods as may be agreed upon by the City and the Contractor. Exhibit B:Contract Performance Terms Page B-2 12. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the services provided by Contractor(Net 30). 13. Inspection. Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 14. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 15. Interests of Contractor. Contractor covenants that it presently has no interest, and shall not acquire any interest direct or indirect or otherwise, which would conflict in any manner or degree with the performance of the work hereunder. Contractor further covenants that, in the performance of this work, no sub-contractor or person having such an interest shall be employed. Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 16. Hold Harmless and Indemnification. Contractor agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to Contractor's employees, agents or officers which arise from or are connected with or are caused or claimed to be caused by the acts or omissions of Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same; provided, however, that Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City,its agents, officers or employees. 17. Year 2000 Compliance. The Contractor warrants that the goods or services provided to the City, including those provided through subcontractors, are "Year 2000 compliant." For the purpose of this contract, "Year 2000 compliant" means that goods or services provided to the City will continue to fully function, fault-free, before, at and after the Year 2000, without interruption or human intervention; and if applicable, any data outside of the date range 1990- 1999, including leap years, will be correctly processed in any level of computer hardware or software, including,but not limited to, microcode, firmware, application programs, files and data bases. This warranty supersedes all warranty disclaimers or limitations, and all limitations on liability,otherwise provided by the Contractor. Upon request by the City,the Contractor will provide the City with a description of its Year 2000 compliance strategy,or statement of why this is not relevant to contract performance. 18. Contract Assignment. Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. Exhibit B:Contract Performance Terms Page B-3 19. Termination. If, during the term of the contract, the City determines that Contractor is not faithfully abiding by any term or condition contained herein, the City may notify Contractor in writing of such defect or failure to perform; which notice must give Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to Contractor to said effect. Thereafter, neither party shall have any further duties, obligations,responsibilities, or rights under the contract. In said event, Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by Contractor as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by Contractor shall be based solely on the City's assessment of the value of the work- in-progress in completing the overall workscope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall Contractor be entitled to receive in excess of the compensation quoted in its proposal. 20. Ownership of Materials. All original drawings plan documents and other materials prepared by or in possession of Contractor as part of the work or services under these specifications shall become the permanent property of the City, and shall be delivered to the City upon demand. 21. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by Contractor as part of the work or services under these specifications shall be the property of City, and shall not be made available to any individual or organization by Contractor without the prior written approval of the City . 22. Copies of Reports and Information. If the City requests additional copies of reports,drawings, specifications, or any other material in addition to what Contractor is required to furnish in limited quantities as part of the work or services under these specifications, Contractor shall provide such additional copies as are requested, and City shall compensate Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 23. Required Deliverable Products. Contractor will provide: a. Upon request copies of the final report which addresses all elements of the workscope. Any documents or materials provided by Contractor will be reviewed by City staff and, where necessary, Contractor will respond to staff comments and make such changes as deemed appropriate. b. One camera-ready original, unbound, each page printed on only one side, including any original graphics in place and scaled to size, ready for reproduction. C. When computers have been used to produce materials submitted to the City as a part of the workscope, Contractor must provide the corresponding computer files to the City, compatible with the following programs whenever possible: Exhibit B:Contract Performance Terms Page B-4 • Word Processing Word • Spreadsheets Excel • Desktop Publishing Coreldraw, Pagemaker • Computer Aided Drafting(CAD) Autocad Computer files must be on 32", high-density, write-protected diskettes, formatted for use on IBM-compatible systems. Each diskette must be clearly labeled and have a printed copy of the directory. 24. Attendance at Meetings. As part of the workscope and included in the contract price is attendance by the Contractor at as many "working" meetings with staff as necessary in performing workscope tasks. 25. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, its agents, representatives,employees,or sub-contractors. a. Minimum scope of insurance. Coverage shall be at least as broad as: • Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). • Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). • Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. • Errors and Omissions Liability insurance as appropriate to Contractor's profession. b. Minimum limits of insurance. Contractor shall maintain limits no less than: • General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. • Automobile Liability: $1,000,000 per accident for bodily injury and property damage. • Employer's Liability: $1,000,000 per accident for bodily injury or disease. • Errors and Omissions Liability: $1,000,000 per occurrence. C. Deductibles and self-insured retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Exhibit B:Contract Performance Terms Page B-5 d. Other insurance provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain,the following provisions: • The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. • For any claims related to this project, Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of Contractor's insurance and shall not contribute with it. • Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers,officials, employees, agents or volunteers. • Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. • Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail,return receipt requested, has been given to the City. e. Acceptability of insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANIL f. Verification of coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences.