Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPD Purchase Aluminum Hull Quick Response Patrol BoatCITY OF
Agenda Item No: 3 b.
Meeting Date: November 7, 2011
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Police
Prepared by: Ralph Pata, Lieutenant
City Manager Approval-. Y k�,-4 ( .
SUBJECT: RESOLUTION OF THE SAN RAFAEL CITY COUNCIL APPROVING
USE OF STATE OF CALIFORNIA DEPARTMENT OF BOATING AND WATERWAY
GRANT FUNDS IN THE AMOUNT OF $65,000 FOR ONE (1) POLICE DEPARTMENT
ALUMINUM HULL QUICK RESPONSE PATROL BOAT AND ONE (1) TRAILER
PURCHASED BY SEPTEMBER 30, 2012, AND AUTHORIZING THE MAYOR TO
EXECUTE GRANT CONTRACT.
RECOMMENDATION: Staff recommends the Council adopt resolution authorizing execution of
contract with the Department of Boating and Waterways (DBW) to fund 1 Aluminum Boat and 1
Trailer purchase by September 30, 2012
BACKGROUND: For more than thirty years, the San Rafael Police Department has patrolled
six square miles of navigable waters including five miles of federally maintained canal -ways
within the corporate limits of the City of San Rafael. This water area encompasses the San
Pablo Bay area north of McNears Beach/ San Pedro Point and south to the Red Rock Island
near the Richmond Long Wharf, including the deepwater channel for ocean-going ships.
The "Mission City" is one of the few law enforcement patrol boats currently operational on the
San Francisco Bay. The Coast Guard, due to Homeland Security restrictions, has reduced
response to search and rescue activities in the Bay, and calls upon the "Mission City" to
respond to a greater number of rescues south and east of the normal search and rescue area.
Staff has recognized a need to enhance the mission of the police Marine Unit in part due to its
limited availability after hours and the need for a crew that requires a "call out" from home to
operate the Mission City when it was not operational on the weekend. In an effort to provide
some better enforcement opportunities and the ability to quickly respond to rescue incidents
when the Mission City is not in operation, the addition of an aluminum hull quick response craft
with a larger on -duty employee operator pool was proposed and accepted as a reasonable
alternative and supplement of our service to the boating community and our neighboring towns,
State, local and Federal partners.
FOR CITY CLERK ONLY
File No.: -j—";_9v
Council Meeting: l I/
Disposition: & %/©"-1 -tr- 1 _%�2 5 4
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Paze: 2
Analysis: In April, we applied to the Department of Boating and Waterways for funding to
purchase one aluminum hull quick response craft and one trailer. In our efforts to provide our
community with better and expedited response to water emergencies, rescues, fires and to
enforce our waterway laws, our staff sought a grant that would make this possible. The
introduction of a relatively easy to use boat that is able to be deployed quickly and taken to
other communities if needed was granted by the California Department of Boating and
Waterways. This rapid response craft will enhance our abilities on our waterways to provide a
better service to our recreational and waterway -industries in our community and in neighboring
towns and cities.
FISCAL IMPACT: The Grant will provide $65,000 to purchase the listed craft and trailer. This
amount will cover the complete costs and not require the expenditure of any city funds.
The total projected cost for this project is as follows:
Category -Eden Expense Code
Amount
Design -01
0
Construction -02
0
Construction Management -03
0
Land Acquisition -04
0
Site Testing -05
0
Furniture and Equipment -06
0
Supplies and Services -07
$65,000.00
Personnel -08
0
Other Elements -99
Total Projected Cost 1 $65,000.00
Funding Source
Note(s)
We request that the Council approve $65,000.00 for the project, from the following funding
source(s):
Source I Amount Note(s)
State of California, Department of $65,000.00
Boating and Waterways
City of San Rafael General Fund 0
Total Available Funds $65,000.00
ACTION REQUIRED:
Adopt resolution authorizing execution of contract with the Department of Boating and
Waterways (DBW) to fund equipment purchase and installation by September 30, 2012.
Attachments: (2)
(1) Resolution
(2) Equipment and Operation Contract between the State of California and the City of San Rafael
RESOLUTION NO. 13254
RESOLUTION OF THE SAN RAFAEL CITY COUNCIL APPROVING USE OF
STATE OF CALIFORNIA DEPARTMENT OF BOATING AND WATERWAY GRANT
FUNDS IN THE AMOUNT OF $65,000 FOR ONE (1) POLICE DEPARTMENT
ALUMINUM HULL QUICK RESPONSE PATROL BOAT AND ONE (1) TRAILER
PURCHASED BY SEPTEMBER 30, 2012, AND AUTHORIZING THE MAYOR TO
EXECUTE GRANT CONTRACT.
Whereas, the City of San Rafael has operated the Police Department patrol boat,
"Mission City", continuously since 1985; and
Whereas, the State of California, Department of Boating and Waterways, has
approved a grant in an amount up to $65,000 to the City of San Rafael for purchase
of a new Aluminum Hull Quick Response Patrol Boat to enhance the effectiveness of
the City's response to immediate law enforcement calls for service and rescue
abilities for the City of San Rafael and our neighboring Local, State and Federal
partners as well as our local communities, in addition to our existing program; and
Whereas, this grant money will be spent by the Police Department to purchase 1 -
Aluminum Hull Patrol Boat and 1- Trailer as specified in the State of California
Department of Boating and Waterways Heavy Aluminum Patrol Boat procurement
procedure manual.
NOW, THEREFORE BE IT RESOLVED, that the Mayor of the City of San Rafael is
hereby authorized and directed to execute the Boating Safety and Enforcement
Grant Equipment and Operation Contract (#11-204-751), in the form on file with the
City Clerk, to fund the purchase of 1- Aluminum hull patrol boat and 1- trailer, as
specified in the State of California Department of Boating and Waterways Heavy
Aluminum Patrol Boat, in an amount up to $65,000 by September 30, 2012.
I, Esther Beirne, Clerk of the City of San Rafael, hereby certify that the foregoing
resolution was duly and regularly introduced and adopted at a regular meeting of the
San Rafael City Council meeting held on November 7, 2011 by the following vote, to
wit:
AYES: COUNCILMEMBERS: Brockbank, Connolly, Heller, Levine & Mayor Boro
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
ESTHER BEIRNE, City Clerk
STATE OF CALIFORNIA
DEPARTMENT
OF
BOATING AND WATERWAYS
HEAVYALUMINUM PATROL GOATS
SPECIFICATION WRITING
AND
PROCUREMENT PROCEDURES
Revised August 2011
TABLE OF CONTENTS
INTRODUCTION........................................................................................................................ 1
Scope of Department's approval..........................................................................................2
When to write and submit specifications...........................................................2
Ensuring specifications are met.....................................................................3
Primary purpose of checklist...............................................................................................3
Secondarypurpose of checklist...........................................................................................3
Unique or unusual conditions..............................................................................................3
Competitive bidding required..............................................................................................4
Needfor clarity....................................................................................................................4
ALUMINUM PATROL BOAT SPECIFICATIONS CHECKLIST ..........................................
General Description...................................................................................5
General Use Statement.........................................................................................................5
BidderSpecifications...........................................................................................................6
General Construction Specifications...................................................................................7
Electrical Specifications......................................................................................................8
InteriorSpecifications..........................................................................................................
8
Steering and Control Specifications....................................................................................9
FuelSystem Specifications..................................................................................................9
EngineSpecifications..........................................................................................................9
Propulsion (Drive) Specifications......................................................................................10
Required Equipment Specifications...................................................................................10
Optional Equipment Specifications...................................................................................10
TrailerSpecifications.........................................................................................................10
Trials..................................................................................................................................11
References..........................................................................................................................12
SUGGESTED LANGUAGE FOR INVITATIONS FOR BIDS: DISABLED VETERAN BUSINESS
ENTERPRISE PARTICIPATION REQUIREMENTS, CONTRACTOR CERTIFICATION
CLAUSES, AND RECYCLING CERTIFICATION................................................................ 13-20
INTRODUCTION
The Department of Boating and Waterways is required to review and approve specifications for
patrol boats and trailers funded by the Department and purchased by local governmental agencies to ensure
certain procurement standards set by the California State Administrative Manual and the Contract.
Local governmental purchasing agencies may use their own procurement procedures as long as those
procedures reflect applicable state and local laws and regulations and do not conflict with the standards
identified in Exhibit B of the Contract. Local governmental representatives should check with their
purchasing offices for guidance.
Reference: Public Contract Code; California State Administrative Manual Sections 1200 et seq
and Section 3503; The Funding Contract and it's Exhibits.
Please review the reference documents as well as the sections of this checklist that speak to
competitive bidding requirements and disabled veteran participation goals before writing specifications or
beginning the procurement process.
In addition to the procurement requirements, certain construction, environmental, and health issues
need to be considered when preparing patrol boat specifications.
This checklist is provided to help local governmental agencies understand the procurement process
required and to help in the preparation of specifications for heavy aluminum patrol boats.
Please make this document available to all those involved in the design of specifications or the purchase
process of heavy aluminum patrol boats.
If you have any questions regarding the specification writing process, which cannot be answered by
your purchasing agent or office, please contact:
California Department of Boating and Waterways
Corrina Dugger (916) 263-8184
Law Enforcement Unit
2000 Evergreen Street
Sacramento, CA 95815
1
ADMINISTRATIVE INFORMATION
I Scone of Department's approval
A. The scope of the Department of Boating and Waterway's approval is limited to those items
or issues required by State or Federal law, required for safety considerations, or dictated by
economic factors and is provided for these reasons only.
B. The Department's approval of specifications is not for design purposes and does not
mean that the Department either approves or disapproves the specific design of the
boat, nor does it prohibit the purchasing agency from issuing change orders to the
approved specifications during construction as long as the changes remain within the
scope and cost of the contract and do nothing to hinder or restrict the competitive
bidding process.
II When to write and submit specifications
A. The Department expects the requesting agency to know what type and size boat they require,
and approximately how much that boat and trailer will cost before a contract is written. The
local agency should begin the needs assessment, product research, and preparation of the
specifications as soon as the decision is made to request funding from the Department.
B. The specifications can be submitted to the Department along with the funding request or it
can be submitted after the Department has determined that funding is available. It is the
practice of the Department to initiate the contract for funding only after having received the
specifications (and approved inspection reports on the boat and trailer to be replaced, if
appropriate).
III Ensurins specifications are met
A. It is the responsibility of the purchasing agency to develop specifications for a patrol boat,
which meets their needs in terms of performance, construction and cost.
B. It is further the responsibility of the purchasing agency to ensure that the
manufacturer or vendor, the bid, and the boat and trailer meet all the specified
requirements.
2
IV Primary nuraose of checklist
A. The primary purpose of this checklist is to provide a list of the necessary and suggested
items to be included in specifications for heavy aluminum patrol boats and trailers.
B. Items, which are necessary, are printed in bold italics, If the necessary items are not met or
exceeded in the specifications they will likely be returned unapproved.
C. Items that are suggested are printed in standard type and style. The suggested items are
included as a result of discussions with enforcement agencies, manufacturers, and others
knowledgeable in the field of heavy aluminum patrol boat manufacture and use. A local
agency's needs assessment and product research will dictate which of these items you include
in your specifications. The wording of the suggested items is provided for information
only; the wording of specifications should be chosen to meet specific needs of the
submitting agency.
V Secondary nurnose of checklist
A. The secondary purpose of the checklist is to provide phone numbers and other contact
information on manufacturers, vendors, as well as other enforcement users of heavy
aluminum patrol boats. This information is presented to assist purchasing agencies in
product research and needs assessment.
VI Unique or unusual conditions
A. The checklist is not intended to be a sample specification; it is intended to give local
agencies a starting point from which to research, plan and write specifications. Unique or
unusual conditions and circumstances may exist which will require design and/or
construction considerations not covered in this checklist. Care should always be taken to
ensure the best possible design, appropriate selection of materials, and a finished product
which is safe, stable, and able to perform as specified over the life of the contracted use.
B. Please read through the checklist, discuss it with the appropriate purchasing agent or office
responsible for purchasing, and design the specifications accordingly; care must be taken to
comply with all competitive bidding requirements.
VII Competitive bidding reauired
A. State law and regulations reauire open competitive bidding. Specifications cannot be
written in such a wav that precludes the competitive bidding process. This means that
the specifications cannot be written so that only one vendor or manufacturer can meet
them One Wav to ensure that several manufacturers are capable of producing the boat
specified would be to call a known manufacturer. believed. to be able to meet the
specifications. Also. ask for the names of other manufacturers believed capable of
meetine them. Contact these manufacturers to verifv this information. It is strongly
suggested that requests for bids be sent to as many manufacturers as possible (preferably six
[6] or more) to ensure a return bid from at least three [3] qualified bidders
B. Descriptions of the patrol boat length, beam, and other measurements and descriptions
should be in minimum/maximum language to ensure the broadest application of competitive
bidding.
C. Disabled veteran participation goals. If the patrol boat is to be funded with a contract
from the Department of Boating and Waterways, and if the Department is to be the legal
owner of the boat, there are additional requirements to be met in the purchasing process.
These requirements involve making sure bidders meet disabled veteran business enterprise
(DVBE) participation goals, filling out the contractors certification clauses, and recycling
certification.. Refer to the Sueeested Laneuage for Invitations for Bids. Consult the
appropriate purchasing agent or office for additional advice. The purchasing agency is
responsible for meeting these requirements.
D. Brand names not used. It is also for competitive bidding reasons that specifications should
not identify items by brand names alone. The use of brand names can be used to describe
that which is acceptable; however, the use of the words "or approved equal" should be used
in each instance.
VIII Need for claritv
The specifications should be straightforward, understandable, and so complete that
prospective bidders can clearly understand the conditions under which the boat will be
expected to perform and the requirements the boat must meet in terms of general
construction, performance and durability.
4
ALUNMUM PATROL BOAT SPECIFICATIONS CHECKLIST
I. General Description
A. Provide a short description of the boat needed. The description should include
construction material; minimum and maximum length, shape of hull, type of propulsion
and engine, and any other factors, which will help prospective bidders, visualize the need.
The description might be something like:
"Marine aluminum river patrol/rescue boat; 21' to 23' in length; vee bottom; bow rider type
with a 454 CI GM (or approved equal) gas engine with a Berkeley (or approved equal) water
jet propulsion unit. The boat shall have dual consoles with steering and helm on starboard
side."
B. The boat length will be described in a two foot window, eg 21'to 23', in both the contract
and the specifications.'
II. General Use Statement
The specifications must include a statement, which identifies the intended use of the boat including at
least the following:
A. Description of the waterways) to be patrolled. Indicate the type of waterway (lake or
river), as well as the type of conditions likely to be encountered including the maximum
wave conditions to which the boat will be subjected. If there are conditions which are
specific to the area(s) to be patrolled, e.g., altitude, heavy seas, short choppy waves,
shallow bottoms, or any extreme weather, water, or geographic conditions, include that
information.
B . Description of the patrol activity to be performed including the type of patrol as well as the
anticipated number of hours of patrol. If there are seasonal differences in the type of
patrol or the hours, include that information.
C. Include language to require that the boat and trailer configuration, balance and
construction allow stability, maneuverability, and durability on the waterways to be
patrolled and for the patrol purposes intended. This language maybe incorporated into the
above description of the waterways and patrol activity. This language may also be in the
form of machinery tests and sea trials. See examples under the heading trials.
5
III. Bidder Specifications
A. All work done, when and where governed, must comply with current USCG, NMMA and
ABYC regulations.
B. The boat and trailer design must be a design of a recognized manufacturer of heavy
aluminum watercraft that has been in business continuously for a minimum of 24
consecutive months.
C. Warranties will include:
Engine and pump/IO = full manufacturers warranty
Hull = minimum 10 years on materials and workmanship
Equipment = manufacturer's warranty or California law
D. It is intended that the manufacturer, when selecting components, materials and design
practices for the specified boat and trailer, will use those which are the best available in the
industry for type of operation and conditions for which the boat and trailer will be subjected.
All components, materials and design practices will be selected to give maximum
performances, service life and safety and does not merely reflect the minimum requirements
of the specifications.
E. Bids to include all costs of the finished boat and trailer, including labor, materials, all
applicable taxes, delivery to purchaser at designated location, and all other costs for a
completely operational boat and trailer upon receipt.
F. There will be a monetary penalty for each day beyond the set delivery date. This penalty will
be discussed and agreed upon between builder and purchaser at the time of the order.
G. A representative of the purchasing agency will have advance notice, from manufacturer, of
various stages of construction. The successful bidder is to provide for the total cost of three
(3) on site inspections by two representatives during the construction period. The primary
purpose of the inspections will be to assure compliance with all designs, specifications and
installation instructions.
H. The manufacturer or vendor awarded this bid, without additional charges, will deliver the
completed boat and trailer to a location designated by the awarding agency and will be
expected to spend two days instructing personnel how to operate and maintain this boat and
trailer.
I.
0
Owner/service manuals to accompany the boat and trailer upon delivery for any applicable
components.
Any other general bidder requirements deemed necessary.
0
IV. General Construction Suecifications
A. All materials and equipment shall be new, shall be marine grade and shall meet
appropriate Federal and industry standards for material and installation.
B. The hull shall be constructed of marine grade aluminum.
C. The bottom of the hull shall be a minimum of 3116" (.1875).
D. The hull construction shall be welded, all welds continuous inside and outside all seams.
No rivets.
E. All fastenings to/through the hull shall be aluminum or 300 series stainless steel. If
stainless steel, they shall be isolated from aluminum.
F. Minimum or minimum/maximum beam and draft requirements.
G. Hull configuration (modified vee; flat bottom; etc) and minimum structural support required.
H. Deck hardware including placement (we strongly suggest marine grade, oversized, bolted
through with backing supports or welded and reinforced)
I. Type, size and placement of bilge blower.
J. Type, size and placement of bilge pump(s), including minimum GPM.
K. Type and placement of railings, cleats, rub strake, towing bitt, bow eye, and other related
items. Indicate the towing capabilities required.
L. Painting of hull including any requirements for placement of stripes or insignias or other
markings. Bottom paint must meet all current California and Federal environmental
requirements.
M. Gunwale width and height of sides.
N. General description of windshield construction, shape, and placement. Windshield shall be
constructed of safety glass.
Q. Pump protector (swim platform) including size, shape, construction, accommodation
requirements and placement.
P. Construction and placement of light stantion.
Q. Any other general construction requirements deemed necessary.
7
V. Electrical Specifications
A. International rules navigational lights, marine grade, U.S. Coast Guard approved, are
to be installed.
B Type, size, and placement of batteries, including number and placement of battery
switches. Marine batteries must be used.
C. Placement of instrument panel and gauges including type of lights. Gauges will include:
hour meter; tachometer; volt meter, oil pressure with audible alarm*; water
temperature; oil temperature with oil pan sending unit*. *Not required on outboards.
D. Type, size, and placement of heater/defroster package.
E. Placement of fuses and toggle switches.
F. Type, size, and placement of windshield wipers.
G. Type, size, and placement of cockpit lights and their switches including any specific
instructions for work areas which need to be lighted.
H. Size and placement of electrical conduits or harnesses.
I. Requirements for light bars, sirens, PA, spot/search lights, communication and
navigation equipment in terms of size, type and placement.
J. Type, size, and placement of power winch, including any instructions for mounting of a
remote control switch.
K. Any other electrical requirements deemed necessary.
VI. Interior Specifications
Include a specific description of those things required (may include, but not be limited to):
A. Type and placement of helm and passenger seating.
B. Shape of deck and work areas including placement of drains.
C. Decking materials and construction.
D. Insulation of deck and other areas to insure dba at the operator's console does not exceed
90'.
E. Construction, configuration and placement of engine cover.
F. Type, size, and placement of consoles including instructions for lockable storage areas,
cushions, etc.
G. Gunwale and other storage areas.
(CON'T)
H. Requirement for all storage areas to be lockable and keyed alike.
I. Any other interior specifications deemed necessary.
VII. Steerins and Control Specifications
A. Placement of steering and controls.
B. Description of the type of steering and controls requested. If a brand name is used
specify it is named for comparison purposes only and that an approved equal will be
accepted.
VIII. Fuel Svstem Specifications
A. All installation and materials shall meet minimum Federal specifications.
B. Tank material must be marine grade aluminum, pressure tested and certified.
C. Indicate the minimum and maximum gallon age required in total and for each tank as
appropriate.
D. Placement of fuel tank(s).
E. Placement of gas fill inlet.
F. Fuel filters (heavy-duty water and sediment filtering are suggested.)
G. Any other items you deem necessary.
IX. Eneine Specifications
A. Engine must be a new marine engine.
B. Engine must meet California State engine exhaust limitations at 50'.
C. Maximum of 90' dBA at the operator's console.
D. All sound deadening materials must be fire retardant.
E. Engine equipped with a closed cooling system filled with anti -freeze. Raw, cooling
heater equipped with a sediment/sand trap. While this is not a requirement it is
strongly recommended.
F. Engine oil system equipped with a heat exchanger capable of maintaining the
temperature below the oxidation temperature of engine oil.
G. Minimum and maximum size of engine(s) needed expressed in CID and Hp.
9
X. Propulsion (Drive) Specifications
A. List the type of propulsion. This can be a jet pump, outboard or inboard/outboard unit.
B. In the case of a jet pump, stainless steel impellers may be specified. It is recommended
that a hand held screen rake, and a clean out extension for hand clean out hole be
required as well.
XI. Reauired Eauipment Specifications
List here all equipment required on the completed boat and trailer.
XII. Optional Eauivment Specifications
List here any optional pieces of equipment to be purchased with or installed on the boat if funds allow.
We suggest the bid package instruct manufacturers or vendors to bid each piece of equipment separately
so there will be a way to compare one bid with another. This will allow the purchasing agency, if cost
becomes the deciding factor, to eliminate one or more pieces of optional equipment from each bid
received and still make a fair comparison without having to reject all bids.
XIII. Trailer Specifications
A. Trailer must meet Federal and SAE requirements.
B. Trailer capacity to exceed boat weight fully fueled and equipped.
C. Indicate number of axles required.
D. Indicate whether bunk beds or rollers are requested.
E. Describe the type and placement of lights.
F. Describe the braking system required.
G. It is suggested the trailer be galvanized (hot dipped).
H. Indicate if side marker posts are required.
I. Indicate if Bearing Buddies (or approved equal) and rubber caps on the trailer wheels are
necessary. Indicate if a spare tire and wheel is required with the trailer, if so indicate
placement; it is suggested that a lockable mount be included for the spare.
J. Indicate size of hitch.
K. It is suggested fenders be strong enough to be used as steps.
L. It is suggested a tongue jack with a wheel strong enough to accommodate the tongue
weight be required.
M. Trailer serial number to be cold -stamped onto front of tongue.
10
XIV. Trials
I; addition to a complete visual inspection of the equipment, care should be taken to require trials for
performance required by the specifications and to make arrangements for appropriate witnesses and
approval of the trails by the appropriate personnel of the purchasing agency. The sample trial language,
which follows, is offered for informational purposes only.
A. The boat must successfully complete, to the satisfaction of the purchasing agency, the
trials listed below.
B. The successful bidder shall repair, correct, re -design, as appropriate, at no additional cost,
if the boat fails the tests. The successful bidder will be responsible for transporting the
boat back to the original place of manufacture for any work or modifications needed after
sea trials.
C. These trials shall be at the manufacturers' or vendors' expense and may be held both at
the place of manufacture and at a location designated by the purchasing agency.
D. The successful bidder shall notify the purchasing agency at least (3) days before the date
set for the sea or machinery trials.
E. Before open sea trials are run a trial of all machinery shall be made at the dock. The
engine shall be run at idle, at 1000 RPM with clutch engaged for one (1) hour. During
these trials, all engine temperature and oil pressures shall be monitored and all piping
inspected for leaks. DBA at the operators console will be tested and certified.
F. After dock trials have been successfully completed and all machinery installations are
deemed satisfactory, open sea trials shall be run.
G. Sea trials will be performed while carrying all the specified equipment and payload
which would be carried on patrol or SAR, e.g., full fuel tanks, all required rescue
equipment, full complement of personnel and miscellaneous equipment or equivalent
weight.
H. Speed runs will be performed over a measured mile course, one run in each direction
beginning at 1000 RPM and then every 500 RPM thereafter not to exceed the maximum
recommended RPM recommended by the engine manufacturer. During all runs the
engine instrument readings shall be recorded. dBA at the operators console will be tested
and certified through the entire range of engine operation with windows and hatches
closed and with any canvas enclosures in place.
I. The boat shall be able to maintain an average speed of not less than (indicate the required
MPH here) in calm water without exceeding 90% of the manufacturer's recommended
maximum engine speed.
The boat shall be given maneuvering trials to determine turning circle at various RPM,
course keeping, maneuvering at slow speeds, and towing capabilities.
K. The performance trials should demonstrate constant stable and safe control of the boat
through all of its tested operations.
11
XIV. References
We suggest bidders be required to provide at least three (3) references for whom heavy aluminum patrol
boats of a similar size and type have been manufactured. References to include the name of the
organization, contact person and telephone number.
THIS IS A REFERENCE LIST ONLY!
Recommendations are neither made nor intended. The list is not meant to be all-
inclusive. Other manufacturers may exist and their absence from this list carries no
negative connotation.
ALMAR, INC
RIVER MARINE (ALUMAWELD)
ATTN: Mike Blocher
ATTN: Doug Rein
1750 Greensiding Road
7230 Crater Lake Hwy
Roseburg, OR 97470
White City, OR 97503
(541) 673-2438
(541) 826-7171
NORTHWIND MARINE
MOOSE BOATS
ATTN: Don Donart
Port Sonoma Marina
605 South Riverside Drive
274 Sears Point Road
Seattle, Washington 98108
Petaluma, CA 94954
(206) 767-4497
(707) 778-9828
RIVER HAWK BOATS
WOOLDRIDGE BOATS
ATTN: Mike Zoller
ATTN: Glen Wooldridge
682 Brian Way
1303 South 96a' Street.
Medford, OR 97501
Seattle, WA 98108
(541) 779-2545
(206) 722-8998
ALUMINUM CHAMBERED BOULTON POWERBOATS
BOATS Attn: Mike Boulton
803 Harris Avenue, # 9 3241 Crater Lake Hwy.
Bellingham, WA 98225 Central Point, OR 97502
(360) 647-0345 (541) 826-7330
NORTH RIVER ROGUE JET BOATWORKS
ATTN: Mike Blocher ATTN: Bruce Wassom
P. O. Box 340 2845 Merry Lane
Roseburg, OR 97470 White City, Oregon 97503
(541) 673-2438 ext. 121 (541) 944-2155
JETSTREAM CONCEPTS/CUSTOM WELD BOATS
ATTN: Maggie Taylor
240 Garden Highway
Yuba City, CA 95991
(530) 742-5752
12
SUGGESTED LANGUAGE FOR INVITATIONS FOR BIDS/REOUESTS FOR PROPOSALS:
DISABLED VETERAN BUSINESS ENTERPRISE PARTICIPATION REOUIREMENTS
State law requires that State contracts (and contracts of local government agencies when the State will
hold a proprietary interest) have participation goals of 3 percent for Disabled Veteran Business
Enterprises (DVBEs).
PLEASE READ THESE REOUIREMENTS CAREFULLY, FAILURE TO COMPLY WITH
THE DVBE REOUIREMENT MAY CAUSE YOUR BID TO BE DEEMED NON-RESPONSIVE
AND YOU TO BE INELIGIBLE FOR AWARD OF THIS CONTRACT.
I. CONTRACT GOALS/"GOOD FAITH EFFORTS"
In order to be "responsive" to this requirement, the bidder must do either of the following two
alternatives:
a) Meet or exceed the goals of 3 percent DVBE participation for the proposed contract by
one of the following two ways:
1- Commit to use DVBEs for not less than 3 percent of the contract amount; or
2- If the bidder is a DVBE, commit to performing not less than 3 percent of the
contract amount with its own forces:
Or
b) Make a "good faith effort" to meet the goals by doing ALL of the following by the final
bid/proposal date:
1- Contact this AGENCY to identify DVBEs;
2- Contact other State or Federal government agencies or local DVBE organizations
to identify potential DVBEs for this contract;
3- Advertise in trade papers and papers focusing on DVBEs, unless time limits
imposed by the AGENCY do not permit that advertising;
4- Send solicitations to potential DVBE subcontractors/suppliers for this contract
with sufficient lead time to fully entertain and consider responding bids; and
5- Consider responding DVBEs for participation in this contract.
13
II. DOCUMENTATION REOUIREMENTS
Whether the contract goal or the "good faith effort" alternative is chosen, ATTACHMENT 1A
must be completed and included in the Final Bid/Proposal. This attachment shows the type of
work and company proposed for DVBE participation, their subcontractors (if any), and other
related information and must be submitted in the Final Bid/Proposal.
If none, state "N/A" or "NONE" on the first line of ATTACHMENT 1A. Contracting tier
should be indicated with the following level designations:
0 = Prime or Joint Contractor;
1= Primary subcontractor/supplier;
2 = Subcontractor/supplier of Level 1 subcontractor/supplier;
3 = Subcontractor/supplier of Level 2 subcontractor/supplier; etc.
DVBE CERTIFICATION
The bidder should include a copy of the DVBE certification letter from the Office of Small and
Minority Business (OSMB) for each firm listed on ATTACHMENT 1A.
GOOD FAITH EFFORT
In addition to the above, for those bidders/vendors opting to document "good faith effort", the
bidder must document contacts with other State and Federal governmental agencies, and other
organizations that helped identify or provide a list of interested DVBEs for this procurement. A
list of dates, times (if known), organizations contacted and contact names and phone numbers is
information needed to corroborate the information. The information required to document "good
faith efforts" is set out in ATTACHMENT 4.
Bidders/vendors who propose goal attainment are permitted to submit documentation for making
a "good faith effort" to insure against the possibility that the AGENCY will not agree that goal
attainment has, in fact, been met.
The bidder/vendor's efforts to meet the contract goal and/or make a "good faith effort" to meet
the goal must be sincere and the documentation must be sufficient to reasonably demonstrate that
sincerity to the AGENCY. FINAL DETERMINATION OF GOAL ATTAINMENT OR
"GOOD FAITH EFFORT" BY THE BIDDER/VENDOR SHALL BE AT THE AGENCY'S
SOLE DISCRETION.
III. USE OF PROPOSED DVBE
If awarded the contract(s), the successful bidder/vendor must use the DVBE subcontractor and/or
supplier proposed in the Final Bid/Proposal unless the Contractor requested substitution via prior
written notice to the AGENCY, and the AGENCY has approved such substitution. At a
minimum, the request must include:
a) A written explanation of the reason for the substitution; and
b) The identity of the person or firm substituted.
14
THE REQUEST AND THE AGENCY'S APPROVAL OR DISAPPROVAL IS NOT TO BE
CONSTRUED AS AN EXCUSE FOR NON-COMPLIANCE WITH ANY OTHER PROVISION OF
LAW, INCLUDING BUT NOT LIMITED TO, THE SUBLETTING AND SUBCONTRACTING FAIR
PRACTICES ACT OR ANY OTHER CONTRACT REQUIREMENTS RELATING TO
SUBSTITUTION OF SUBCONTRACTORS.
FAILURE TO ADHERE TO AT LEAST THE DVBE PARTICIPATION PROPOSED BY THE
SUCCESSFUL BIDDER/VENDOR MAY BE CAUSE FOR CONTRACT TERMINATION
AND RECOVERY OF DAMAGES UNDER THE RIGHTS AND REMEDIES DUE THE
AGENCY UNDER THE DEFAULT SECTION OF THE CONTRACT(S).
V. DVBE PARTICIPATION REOUIREMENT
For the purpose of this DVBE participation requirement, the following definitions apply:
a) Disabled Veteran means a veteran of the military, naval or air services of the United
States with at least a 10 percent service -connected disability who is a resident of the State
of California.
b) DVBE means a business concern certified by the Office of Small and Minority Business
as meeting all of the following:
1- A sole proprietorship owned by a disabled veteran; or a firm or partnership, 100
percent of the stock or partnership interests of which are owned by one or more
disabled veterans;
2- Managed by, and the daily business operations are controlled by, one or more
disabled veterans; and
3- A sole proprietorship, corporation or partnership with its home office located in
the United States, which is not a branch or subsidiary of a foreign corporation,
firm or other business.
C) If the AGENCY reserves the right to make multiple awards or a single contract award as
a result of this solicitation, the bidder/vendor is deemed responsive to this requirement if
there would be compliance based on award of a single contract, notwithstanding that the
bidder/vendor may be unable to achieve compliance to meet the established goal if the
AGENCY exercises its right to make multiple awards.
VI. CONTRACT AUDITS
Contractor agrees that the AGENCY or its delegate will have the right to review, obtain and
copy all records pertaining to performance of the contract. Contractor agrees to provide the
AGENCY or its delegate with any relevant information requested and shall permit the
AGENCY or its delegate access to its premises, upon reasonable notice, during normal business
hours for the purpose of interviewing employees and inspecting and copying such books, records,
accounts and other material that may be relevant to a matter under investigation for the purpose
of determining compliance with this requirement. Contractor further agrees to maintain such
records for a period of three (3) years after final payment under the contract.
15
VII. BIDDERS MUST RETURN THEIR BID FORMS WITH THE FOLLOWING
FORMS PROVIDED BY THE AGENCY,
a) Summary of Disabled Veteran Business Particivation. ATTACHMENT 1A-- List
to include all subcontractors, materials and equipment suppliers contacted, nature of
work or material to be provided.
b) OSMB DVBE Certification.-- To be attached to bid if bidder/vendor claims DVBE
certification for himself or any subcontractors or suppliers.
f) Documentation of Good Faith Efforts. ATTACHMENT 4 --.List all agencies,
organizations, advertisements and solicitations made by bidder/vendor for participation
in this contract by Disabled Veteran Business Enterprises. If the bidder has elected to use
the "good faith effort" alternative, then all five items listed on Attachment 4 should be
addressed. (Bidders/Vendors who have proposed goal attainment are permitted to
submit "good faith effort documentation" to insure against the possibility that the
awarding agency will not agree that goal attainment has been met.)
DISABLED VETERAN OWNED
Attachment 1-A
COMPANY NATURE OF CONTRACTING
NAME WORK WITH
16
TIER CLAIMED DVBE
DVBE CERTIFICATION
VALUE
COMPLETION INSTRUCTIONS
THIS FORM MUST BE COMPLETED WHETHER THE CONTRACT GOALS OR THE "GOOD
FAITH EFFORT" ALTERNATIVE IS CHOSEN. IF NO PARTICIPATION IS OBTAINED, STATE
"N/A" OR "NONE".
COMPANY NAME - List the name of the company proposed for DVBE participation. If the prime
contractor is a DVBE, the name MUST be listed for participation.
NATURE OF WORK - Identify the proposed work to be performed by the prime contractor or
subcontractors.
CONTRACTING WITH - List the name of the Department or company with which the company listed
is contracting.
TIER - The contractor tier should be indicated with the following level designations:
0 = Prime or Joint Contractor
1= Primary Subcontractor/Supplier
2 = Subcontractor/Supplier of Level 1 Subcontractor/Supplier
3 = Subcontractor/Supplier of Level 2 Subcontractor/Supplier, etc.
CLAIMED DVBE VALUE - The total dollar amount of the value claimed by a disabled veteran
business enterprise.
CERTIFICATION - In order to obtain DVBE participation credit, a certification for that DVBE MUST
be on file with the Office of Small & Minority Business. A copy of the certification from OSMB should
be submitted with the Final Bid/Proposal.
The certification must comply with the following requirements:
o Meet all requirements set forth in Article 6 [commencing with Section 999] of Chapter 6,
Division 4 of the California Military Code; and
o Provide to the Office of Small & Minority Business, by no later than five o'clock [5:00 p.m.] on
the date on which the subject bid is opened, an Award of Entitlement from the United States
Department of Veterans Affairs or the U. S. Department of Defense, issued within six [6] months
of the date on which certification is sought, which would certify or declare the existence of a
service -connected disability, of at least 10 percent, at the time of application for or renewal of
certification as a DVBE.
17
DOCUMENTATION OF GOOD FAITH EFFORTS
In order to show a "Good Faith Effort", you must address ALL items listed below. (Use addition sheets
if necessary.)
11 List below the contacts made with this agency in an effort to identify potential DVBEs for
participation in this contract. Include dates, times (if known), contact names and phone numbers.
21 List the contacts made with State, Federal and Disabled Veteran Business Enterprises (DVBE)
organizations in an effort to identify potential DVBEs for participation in this contract. Include
dates, times (if known), contact names and phone numbers.
31 List the trade papers or other papers focusing on DVBEs in which you advertised for
participation in this contract. Include the dates of the advertisement.
41 List potential DVBEs that you solicited for participation in this contract along with the dates you
sent the solicitations.
51 List DVBEs that you considered for participation in'this contract. If your efforts, identified
DVBEs that you did not select for participation, state the reasons the DVBEs were not selected.
SAMPLE DVBE EVALUATION PROCESS
1- Assign one person as the DVBE evaluator for all contracts. Appoint a contract review committee
to be used in case the evaluator is unable to make a determination. (See paragraph 5 below.)
2- After the appropriate contract manager opens bids and the usual determinations are made
regarding the general responsible/responsive elements of the bid, forward all bids to the DVBE
evaluator.
3- The DVBE evaluator will review all bids for compliance using the following two-step evaluation
process:
Sten 1 - DOES THE BID CONTAIN COMPLETED PARTICIPATION SUMMARY
FORMS ATTACHMENT 1A?
These forms must be completed whether the contract goals or the "good faith effort"
alternative is chosen. The percentages must be verified as correct. If the form is
submitted and complete proceed to step 2.
IF THESE FORMS ARE NOT SUBMITTED OR ARE INCOMPLETE, THE BID
IS DEEMED NON-RESPONSIVE AND IS REJECTED.
Sten 2 - IDENTIFY WHETHER THE BIDDER IS A DVBE OR NOT.
Listed on the following pages are the various headings for the bidder. Find the
appropriate one and follow the steps listed for approval. You may wish to use the listed
steps as a checklist.
4. The DVBE evaluator makes reject/accept determinations based on the review and prepares a
recommendation to the contract manager. A sample format follows:
BIDDER NAME COMMENTS RECOMMENDATION
Apparent low bidder Summary forms not included with bid REJECT BID
Apparent 2nd bidder Bidder is DVBE but did not submit REJECT BID
certification form with bid
Apparent 3rd bidder Bidder is not DVBE and written evidence of REJECT BID
Rood faith effort was not sufficient
Apparent 4th bidder Bidder provides sufficient evidence of good AWARD BID
faith effort for DVBE
5- If the DVBE evaluator is unable to make a reject/accept determination based on the review, all
bids will be reviewed again by a contract review committee. If consensus is reached, proceed
with recommendation to award bid.
6- If the contract review committee cannot reach consensus, all bids will be forwarded to the
agency's legal counsel for advice on bid award.
THE BIDDER IS A DVBE:
Criteria 1:
Does the bidder commit to performing not less than three percent (3%) of the contract
amount with its own forces?
If the contractor has chosen this method, then check the following:
1) Attachment IA is attached, completed and all percentages are correct and meet the 3%
DVBE requirements.
2) A copy of the OSMB DVBE certification letter is attached as appropriate for the bidder
and any other DVBE listed on Attachment 1A.
IF THE ABOVE FORMS ARE NOT SUBMITTED OR ARE INCOMPLETE, THE BID
IS DEEMED NON-RESPONSIVE AND IS REJECTED.
ice
THE BIDDER IS NOT A DVBE:
Criteria 1:
Does the bidder commit to use not less than three percent (3%) for DVBEs?
If the contractor has chosen this method, then check the following:
1) Attachment 1A is completed and attached, and the 3% DVBE requirements are met.
2) A copy of the appropriate OSMB DVBE certification letter is attached for each DVBE
listed on Attachment 1A.
IF THE ABOVE FORMS ARE NOT SUBMITTED OR ARE INCOMPLETE THE BID IS
DEEMED NON-RESPONSIVE AND IS REJECTED.
Criteria 2:
Does the bidder present written evidence of a "good faith effort"?
If the contractor has chosen this method, then check the following:
1) Attachment 4 is attached and all 5 steps have been addressed for DVBEs.
2) Attachment 1A is completed and attached, indicating DVBE participation is none.
IF THESE FORMS ARE NOT SUBMITTED OR ARE INCORRECT (Has the DVBEs
been solicited?) THE BID IS DEEMED NON-RESPONSIVE AND IS REJECTED.
20
STANDARD AGREEMENT
STD. 213 (NEW 02/98)
SCPRS NUMBER AGREEMENT NUMBER
eP 1170280 # 09-204-751
1. This Agreement is entered into between the State Agency and the Contractor named below
STATE AGENCY'S NAME
DEPARTMENT OF BOATING AND WATERWAYS
CONTRACTOR'S NAME
CITY OF SAN RAFAEL POLICE DEPARTMENT
2. The tern of this
Agreement is: FIFTEEN (15) YEARS
3. The maximum amount $ 65,000.00
of this Agreement is: SIXTY-FIVE THOUSAND DOLLARS
4. The parties agree to comply with the terms and conditions of the following exhibits which are by this reference made
a part of the Agreement:
Exhibit A — Standard Terms and Conditions
Exhibit B — Administrative Requirements
Exhibit C — Audits of State and Local Governments
Exhibit D — Suggested Language for Certifications
Exhibit E — Darfur Contracting Act
*View at www.des.ca.Rov contracts
IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto.
CONTRACTOR
CONTRACTOR'S NAME (If other than an individual, state whether a corporation, partnership, etc.)
CITY OF SAN RAFAEL POLICE DEPARTMENT
i a r�J
BY (Au tNE
�t
PRINT AND T OF
PERSON�SIGNING
ALBERT J. B R0,
MAYOR
ADDRESS
1400 FIFTH AVENUE
SAN RAFAEL CA 94915
AGENCY NAME
DATE SIGNED
Iti4/li
ATTEST:
C17), CC'eplc-
STATE OF CALIFORNIA
DEPARTMENT OF BOATING AND WATERWAYS
BY (Authorized Signature) I DATE SIGNED
I
PRINTED NAME AND TITLE OF PERSON SIGNING
LUCIA C. BECERRA, ACTING DIRECTOR
ADDRESS
2000 EVERGREEN STREET SUITE 100 SACRAMENTO CA 95815
CALIFORNIA
Department of General Services
Use Only
❑ Exempt per
STANDARD AGREEMENT
STD 213 (NEW 02198)
SCPRS NUMBER AGREEMENT NUMBER
eP 1170280 11 # 09-204-751
1. This Agreement is entered into between the State Agency and the Contractor named below
STATE AGENCY'S NAME
DEPARTMENT OF BOATING AND WATERWAYS
CONTRACTOR'S NAME
CITY OF SAN RAFAEL POLICE DEPARTMENT
2. The term of this
Agreement is: FIFTEEN (15) YEARS
3. The maximum amount $ 65,000.00
of this Agreement is: SD{TY-FIVE THOUSAND DOLLARS
4. The parties agree to comply with the terms and conditions of the following exhibits which are by this reference made
a part of the Agreement:
Exhibit A — Standard Terms and Conditions
Exhibit B — Administrative Requirements
Exhibit C — Audits of State and Local Governments
Exhibit D — Suggested Language for Certifications
Exhibit E — Darfur Contracting Act
*View at www.dasxa.aov,contracts
IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto.
CONTRACTOR
CONTRACTOR'S NAME (If other than an individual, state whether a corporation, partnership, etc)
CITY OF SAN RAFAEL POLICE DEPARTMENT
BY (Auth rt edpi r
PRINTED'NAMEITLE OF P SON SIGNING
ALBERT J, S0ROv MAYOR
ADDRESS
1400 FIFTH AVENUE
SAN RAFAEL CA 94915
AGENCY NAME
DATE SIGNED
1// 114///
ATTEST 6-F�-
Cif-/ e4
STATE OF CALIFORNIA
DEPARTMENT OF BOATING AND WATERWAYS
BY (Authorized Signature) I DATE SIGNED
PRINTED NAME AND TITLE OF PERSON SIGNING
LUCIA C. BECERRA, ACTING DIRECTOR
ADDRESS
2000 EVERGREEN STREET SUITE 100 SACRAMENTO CA 95815
CALIFORNIA
Department of General Services
Use Only
❑ Exempt per
STANDARD AGREEMENT
SM 213 (NEW 02/98)
SCPRS NUMBER AGREEMENT NUMBER
eP 1170280 11 # 09-204-751
1. This Agreement is entered into between the State Agency and the Contractor named below
STATE AGENCY'S NAME
DEPARTMENT OF BOATING AND WATERWAYS
CONTRACTOR'S NAME
CITY OF SAN RAFAEL POLICE DEPARTMENT
2. The term of this
Agreement is: FIFTEEN (15) YEARS
3. The maximum amount $ 65,000.00
of this Agreement is: SIXTY-FIVE THOUSAND DOLLARS
4. The parties agree to comply with the terms and conditions of the following exhibits which are by this reference made
a part of the Agreement:
Exhibit A — Standard Terms and Conditions
Exhibit B — Administrative Requirements
Exhibit C — Audits of State and Local Governments
Exhibit D - Suggested Language for Certifications
Exhibit E — Darfur Contracting Act
*View at www.des.ca.eov.'contracts
IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto.
CONTRACTOR
CONTRACTOR'S NAME (If other than an individual, state whether a corporation, partnership, etc.)
CITY OF SAN RAFAEL POLICE DEPARTMENT
BY (Aulhoa Sigj�a�rr�
PRINTED NAME f iANDTI \Ljc OF/ERON SI NING
ALBERT J. XCO. MAYOR
ADDRESS
1400 FIFTH AVENUE
SAN RAFAEL CA 94915
AGENCY NAME
DATE SIGNED
r ( / /y/ //
A T T E T: Pzs�az Rpe-,e--4
Cr7y CLcrte
STATE OF CALIFORNIA
DEPARTMENT OF BOATING AND WATERWAYS
BY (Authorized Signature) I DATE SIGNED
PRINTED NAME AND TITLE OF PERSON SIGNING
LUCIA C. BECERRA, ACTING DIRECTOR
ADDRESS
2000 EVERGREEN STREET SUITE 100 SACRAMENTO CA 95815
CALIFORNIA
Department of General Services
Use Only
Exempt per
STANDARD AGREEMENT
STD 213 (NEW 02198)
SCPRS NUMBER AGREEMENT NUMBER
eP 1170280 # 09-204-751
1. This Agreement is entered into between the State Agency and the Contractor named below
STATE AGENCY'S NAME
DEPARTMENT OF BOATING AND WATERWAYS
CONTRACTOR'S NAME
CITY OF SAN RAFAEL POLICE DEPARTMENT
2. The term of this
Agreement is: FIFTEEN (15) YEARS
3. The maximum amount $ 65,000.00
of this Agreement is: SIXTY-FIVE THOUSAND DOLLARS
4. The parties agree to comply with the terms and conditions of the following exhibits which are by this reference made
a part of the Agreement:
Exhibit A -- Standard Terms and Conditions
Exhibit B — Administrative Requirements
Exhibit C — Audits of State and Local Governments
Exhibit D — Suggested Language for Certifications
Exhibit E — Darfur Contracting Act
*View at www. d im ca. p-ov. contracts
IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto.
CONTRACTOR
CONTRACTOR'S NAME (If other than an individual, state whether a corporation, partnership, etc.)
CITY OF SAN RAFAEL POLICE DEPARTMENT
BY (Authoriz �7711
� I�/ �PRINTEO NAM$ ANDTITOF PERSON SIGNING
ALBERT J. BOR , MAYOR
ADDRESS
1400 FIFTH AVENUE
SAN RAFAEL CA 94915
AGENCY NAME
DATE SIGNED
111)4111
ATTEST :
Cary �c,P
STATE OF CALIFORNIA
DEPARTMENT OF BOATING AND WATERWAYS
BY (Authorized Signature) I DATE SIGNED
— I
PRINTED NAME AND TITLE OF PERSON SIGNING
LUCIA C. BECERRA, ACTING DIRECTOR
ADDRESS
2000 EVERGREEN STREET SUITE 100 SACRAMENTO CA 95815
CALIFORNIA
Department of General Services
Use Only
Exempt per