Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout1998-069
4
.J .
RESOLUTION NO.
98-69
2
3
RESOLUTION OF THE CITY OF SAN BERNARDINO
AUTHORIZING EXECUTION OF A MEMORANDUM OF
UNDERSTANDING (MOD) WITH THE SAN BERNARDINO
ECONOMIC DEVELOPMENT AGENCY FOR PURCHASE OF AN
ALL WHEEL STEER AERIAL LADDER TRUCK
4
5
6
7
WHEREAS, the Fire Department has need for a new Aerial Ladder Truck; and
WHEREAS, the Pierce Manufacturing Company is the only manufacturer of the All
Wheel Steer Aerial Ladder Truck in the United States, and that the All Wheel Steer Aerial
8
9
10
Ladder Truck has been found to be the most desirable and economical replacement Aerial
Ladder Truck for use by the Fire Department. Additionally, the All Wheel Steer Aerial Ladder
Truck meets the maneuverability and aerial ladder strength needs ofthe Fire Department; and
WHEREAS, the City is permitted to purchase a replacement Aerial Ladder Truck from
11
12
13
14
Pierce Manufacturing Company in accordance with selected source purchasing procedures; and
15
WHEREAS, use offederal Community Development Block Grant (CDBG) funds for
purchase or lease of fire equipment is permitted under federal regulations; and
WHERAS, necessary environmental reviews for use of CDBG funds are complete; and
WHEREAS, the attached MOU between the City and the Economic Development
Agency (EDA) provides for purchase or lease of an All Wheel Steer Aerial Ladder Truck from
Pierce Manufacturing Company and authorize the Agency to issue a purchase order to the
Company on behalf ofthe City; and
WHEREAS, the attached MOU between the City and EDA further provides for the
purchase or lease of fire engine and related equipment through a competitive process.
NOW, THEREFORE, be it resolved that the Common Council of the City of San
16
17
18
19
20
21
22
23
24
25
Bernardino approves the attached MOU and authorizes its execution by the Mayor.
26
IIII
IIII
IIII
IIII
27
28
-1-
.
8'-69
2
RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING
EXECUTION OF A MEMORANDUM OF UNDERSTANDING (MOU)
WITH THE SAN BERNARDINO ECONOMIC DEVELOPMENT
AGENCY FOR PURCHASE OF AN ALL WHEEL STEER AERIAL
LADDER TRUCK
3
4
5
I HEREBY CERTIFY that the foregoing resolution was duly adopted by the
6 Mayor and Common Council of the City of San Bernardino at a joint regular
7 meeting thereof, held on the
16th
, 1998, by the
day of February
8
following vote, to wit:
9
10
COUNCIL MEMBERS AYES NAYS ABSTAIN ABSENT
NEGRETE x
CURLIN x
ARIAS x
OBERHELMAN x
DEVLIN x
ANDERSON x
MILLER x
11
12
13
14
15
16
r;J 'c' /.,
..!d-j-?<-cA:J--<,,-L,,/t,;TC.
City\aerk
The foregoing resolution is hereby approved this ItB day of February, 1998.
17
18
19
20
--&c
/t:5J11 ~
'Tom Minor, Mayor
City of San Bernardino
21
22
Approved as to form and legal content:
23
24 JAMES F. PENMAN
City Attorney
25
26
By:
27
28
-2-
98-69
DEVELOPMENT DEPARTMENT
CITY OF SAN BERNARDINO
ECONOMIC DEVELOPMENT AGENCY
MEMORANDUM OF UNDERSTANDING
CDBG-Funded Capital Improvement/
Rehabilitation Projects
TillS MEMORANDUM OF UNDERSTANDING, hereinafter "MOU", is entered into
effective as of July 11997, at San Bernardino, California, between the Development Department,
a department of the Economic Development Agency and the Agency Administrator, the
Community Development Block Grant Program Administrator, hereinafter "Administrator", and
Fire Department, a department or division of the City of San Bernardino, referred to as
"Recipient" .
ADMINISTRATOR AND RECIPIENT AGREE AS follows:
1. Recitals.
a. "Recipient" has been awarded financial assistance from "Administrator" for Fiscal
Year 1997/1998. from funds available through the U.S. Department of Housing and Urban
Development's Community Development Block Grant, hereinafter CDBG, Program,. Although
no formal written agreement between Departments or Division is required, it is deemed beneficial
that the obligations of "Recipient" be spelled out clearly to avoid program management and audit
problems.
b. "Recipient" represents that the expenditures authorized by this MOU and
attachment "A" thereto is for Fire Enldne Lease, which is for valid community development
purposes, in accordance with federal laws and regulations, and that all funds granted under this
MOU will be used for no purpose(s) other than those purpose(s) specifically authorized.
c. "Recipient" further agrees and assures that, prior to the expenditure offunds
granted under this MOU, compliance with federal regulations, specifically 24 CFR, Part 58,
entitled "Environmental Review Requirements", will be adhered to and evidence thereof shall be
provided to "Administrator", when applicable.
d. Costs incurred or monies expended prior to compliance with federal regulations
24. CFR. Part 58. will considered unallowable costs under this MOU.
e. "Recipient" agrees to provide the "Administrator" with written reports of its
activities on or before the tenth (10) day of October, January, April and July of any given program
year for the previous three (3) month period, in addition to a final report when this MOU
terminates. All reports shall include information on program/project activities, accomplishments,
new program/project information and current program/project statistics on expenditures, case
loads, and activities of the reporting period.
:\JO:Q~W8..03.n1SC
Page -1-
," .98-69.
f. "Recipient" will comply with requirements set forth in the Uniform Relocation
Assistance and Real Property acquisition Policy Act (ORA) of 1970, as amended, 49 CFR, in
accordance with federal and local regulations when attempting to or acquiring any building or
parcelofland. "Recipient" will be required to obtain written approval for the "Administrator"
prior to any activity taking place within the confines ofURA 49 CFR, Part 24, as anrended.
2. Payments.
"Administrator" shall pay to the "Recipient" the total SUfi] of One Hundred Twentv
Nine Thousand. Ei2ht Hundred Twentv- Three 00/100 DOLLARS ($129,823) annually, for
the term of this MOU. Payments shall be in the form of reimbursements and shall be on a
progressive basis, contingent upon certification and acceptance of the work completed by the
Fire Department.
3. Term.
This MOU shall commence July I, 1997 and terminate on June 30, 2007. The
Administrator is hereby authorized, with the concurrence of the other parties to this document, to
extend the term for a period not to exceed ninety (90) days in order to complete the projects and
other obligations required to be performed herein.
4. Use of Funds.
The funds paid to "Recipient" shall be issued solely for the purpose(s) set forth in
Paragraph "1(b)" of this MOU and in accordance with the budget submitted by "Recipient" with
its application for this grant, and approved by the Administrator. Funds shall be used for
purpose(s) authorized by the CDBG Program only, and no portion of the funds granted hereby
shall be used for any purpose(s) not specifically authorized by this MOU. A variation in the
itemization of costs, as set forth in the proposed budget submitted to "Administrator", not to
exceed ten percent (10%) as to any particular line item, shall be allowed provided the prior
written approval of the Administrator of the Economic Development Agency is obtained. it being
understood that the total amount of the grant shall not be varied thereby. Furthermore, the
"Recipient" shall immediately inform the Administrator, in writing, should there by any material
change in the cost and time schedule for completion of an approved program/project. All funds
are to be utilized ",ithin the time period covered by this MOU, and any funds not used shall revert
to the "Administrator". Any excess funds that are result of cost savings may only be used for the
approved scope of work and may not be applied toward new projects or other CDBG funded
projects. No reserve for the future shall be established with the funds except as may be
authorized by the" Administrator" to meet commitments made for services provided during the
period of this MOU. but not yet paid for at the conclusion of this MOU. Under no circumstances
will reimbursements be made for work initiated prior to execution of this memorandum.
5. Services Available to Residents; Monitorin2 and Reportin2 Pro2ram Performance
The services of the "Recipient" shall be made available to residents and inhabitants of the
City of San Bernardino. No person shall be denied services because of race, color, national
origin, creed, sex. marital status, or physical handicap. "Recipient" shall comply with
~JO:Q2.98-0.5.msc
Page -2-
98-69 .
Affirmative Action guidelines in its employments practices. "Recipient" shall also monitor the
program's/project's activities and report on its performance to "Administrator" annually, or more
often ifrequested by "Administrator", in accordance with CDBO regulations 24 CPR, Part 58.
6. Procurement Practices.
"Recipient" shall comply with procurement procedures and guidelines established by
CDBG regulations 24 CFR, Part 85. All procurement transactions, without regard to dollar
value, shall be conducted in a manner so as to provide minimum open and free competition. The
"Recipient" shall be alert to organizational conflicts of interest or non-competition or otherwise
restrain trade. "Recipient" agrees to adhere to conflict of interest provisions set forth in 24 CFR,
Section 570.611 and to the procurement rules specified in CDBG regulations set forth in 24 CFR,
Part 85, in its expenditure of all funds received under this MOU.
7. Anti-Kick Back Provision; Equal Emplovment Opportunity.
All contracts for the construction or repair using funds provided under this MOU shall
include a provision for compliance with the Copeland "Anti-Kick Back" Act (18 USC 874), as
supplemented in Department of Labor Regulations (29 CFR, Part 3). This Act provides that each
contractor or subgrantee shall be prohibited from inducing, by any means, any person employed in
the construction, completion or repair of public work, to give up any part of the compensation to
which he/she is otherwise entitled. "Recipient" shall report all suspected or reported violations to
City. All contracts in excess of $1 0,000 entered into by "Recipient" using funds provided under
this MOU shall contain a provision requiring compliance with Equal Employment Opportunity
provisions established by Executive Order 11246, as amended and 24 CFR, Part 135, Section
135.38.
8. Prevailine Waee Requirement.
Any construction contracts awarded by "Recipient" using funds provided under this MOU
in excess of$2,000 shall include a provision for compliance with the Davies-Bacon Act (940 USC
276 (a7)), as supplemented by Department of Labor Regulations (29 CFR). Under this Act,
contractors shall be required to pay wages to laborers and mechanics at a rate not less that the
minimum wage specified in a wage determination made by the Secretary of Labor. In addition,
contractors shall be required to pay wages not less often than once a week. "Recipient" shall
place a copy of the current minimum wage determination in public view. "Recipient" shall report
all suspected or reported violations to the Economic Development Agency of the City of San
Bernardino.
9. Approval of Aecncv of any Chal'l!cs.
"Administrator" reserves the right to require "Recipient" to obtain the prior approval of
the Mayor and Common Council of any charges or fees to be charged by "Recipient" for services
provided under this MOU, and of any rules and regulations governing the provision of services
hereunder.
:\jtHI'2_9l'l..O's./l1S<:
Page -3-
...
'3R-69
10.
Records Retention.
Financial records, supporting documents, statistical records, and all other records
pertaining to the use of the funds provided under this MOU shall be retained for a period of three
(3) years, and in the event or until and unless any of litigation, claims and audit findings involving
the records, have been fully resolved. Records for non-expendable property acquired with federal
funds provided under this MOU shall be retained for three (3) years after the final deposition of
such property.
11. Termination for Convenience.
"Administrator" and "Recipient" may terminate this MOU in whole or in part provided
that both parties agree that the continuation of the progran3/project would not produce beneficial
results commensurate with the further expenditure of funds. In such event, the parties shall agree
upon the termination conditions, including the effective date and, in the case of partial
termination, the portion to be terminated. The "Recipient" shall not incur new obligations for the
terminated portion after the effective date and shall cancel any outstanding obligations as soon as
possible. "Administrator" shall allow "Recipient" full credit for the "Administrator" share of the
non-cancelable obligations properly incurred by the "Recipient" prior to termination.
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
IIII
NJO:02-98.().5.mac
Page -4-
98-"69
IN WITNESS WHEREOF, the parties hereto have executed this agreement on the day
and year first herein above written, as an internal, "inter-departmental" MOD.
RECIPIENT
~~!r -'IF
Date
ADMINISTRATOR
~{L~
Development Department
3- ;)- %
Date
;';JO:02.~.mlC
Page -5-
98-69
EXHIBIT "A"
SCOPE OF SERVICES
., '.::::',.:.:":-:-<'.,',.::'<':"":,',:.co::',,',','.;. :-0, ',:',-:,
SCOPE OF Si1:lLVlCES " '" ~-ri
SCOPE OF SERVICES
1. Funds will be used to pay the annual lease/purchase cost for an All Wheel Steer Aerial
Ladder Truck and related equipment, to Pierce Manufacturing Company on behalf of the
City for a ten year period (until June 30, 2007). Pierce Manufacturing Company has been
selected on a sole source basis because this company is the only supplier ofthe selected
and most maneuverable ladder truck apparatus.
2. Funds will also be used to pay the annual lease/purchase cost for a fire engine, and related
equipment, on behalf of the City for a ten year period (until June 30, 2007). The engine
will be obtained through a competitive bid process.
3. The Economic Development Agency shall initiate vehicle lease/purchase by issuing a
purchase order for the vehicle on behalf of the City.
4. The annual payments shall be made from funding received from the U.S. Department of
Housing and Urban Development's Community Development Block Grant Program only.
Should these funds not be available, the City shall be responsible for any outstanding
payment due on the lease( s) executed for the fire apparatus, and related equipment, noted
in paragraphs 1 and 2, noted above.
5. Each annual payment(s) shall not exceed $129,823 for the ten year period.
NjO:02-98..Q.5,msc
Page -6-
.
98-69
"
EXHIBIT B
PROGRAM BUDGET
PROJECT BUDGET CITY CDBG OTHER TOTAL PER CATEGORY
Capital Improvements $129,823
TOTAL $129,823
="JO:O~-9II-05.snsc
Page -7-