HomeMy WebLinkAbout2009-013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
RESOLUTION NO. 2009-13
A RESOLUTION AUTHORIZING THE EXECUTION OF AN AGREEMENT
AND ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $77,760.44 TO
FAIRVIEW FORD OF SAN BERNARDINO PURSUANT TO SECTION 3.04.010-B3
OF THE MUNICIPAL CODE "PURCHASES APPROVED BY THE MAYOR AND
COMMON COUNCIL" FOR THE PURCHASE OF (4) FOUR 2009 FORD F-250 PICK
UP TRUCKS, TO BE UTILIZED BY THE NEW PUBLIC SERVICES DEPARTMENT
GRAFFITI ABATEMENT CREW.
BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY
OF SAN BERNARDINO AS FOLLOWS:
SECTION 1. The City Manager of the City of San Bernardino is hereby
authorized to execute on behalf of said City an Agreement between the City of San
Bernardino and Fairview Ford of San Bernardino for the purchase of (4) four 2009
Ford F-250 pick up trucks to be utilized by the Public Services Department Street
Division Graffiti Abatement Crew, a copy of which is attached hereto, marked Exhibit
"A" and incorporated herein by reference as fully as though set forth at length.
SECTION 2. This purchase is exempt from the formal contract procedures of
Section 3.04.010 of the Municipal Code, pursuant to Section 3.04.010. B.3 of said
Code "Purchases approved by the Mayor and Common Council".
SECTION 3. That Fairview Ford of San Bernardino has offered a purchase
20 price of $77,760.44 for the purchase of four (4) 2009 Ford F-250 pick up trucks.
21 Pursuant to this determination the Finance Director is hereby authorized to issue a
22 purchase order to Fairview Ford of San Bernardino, in the amount of $77,760.44,
23 which will facilitate the procurement of the four (4) 2009 Ford F-250 pick up trucks.
24
SECTION 4. The Purchase Order shall reference this Resolution No. 2009-...lL
exceed $77,760.44" and shall incorporate the terms and conditions of the Agreement.
28
-1-
2009-13
1
2
3
4
5
A RESOLUTION AUTHORIZING THE EXECUTION OF AN AGREEMENT
AND ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $77,760.44 TO
FAIRVIEWFORD OF SAN BERNARDINO PURSUANT TO SECTION 3.04.010-B3
OF THE MUNICIPAL CODE "PURCHASES APPROVED BY THE MAYOR AND
COMMON COUNCIL" FOR THE PURCHASE OF (4) FOUR 2009 FORD F-250 PICK
UP TRUCKS, TO BE UTILIZED BY THE NEW PUBLIC SERVICES DEPARTMENT
GRAFFITI ABATEMENT CREW.
9 //1
10 III
11
12
III
13
14
15 III
16 III
17 III
III
III
18 III
19 III
20
21
22 III
23 III
24 III
25 III
III
26 III
27
28
-2-
2009-13
1
2
3
4
A RESOLUTION AUTHORIZING THE EXECUTION OF AN AGREEMENT
AND ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $77,760.44 TO
FAIRVIEW FORD OF SAN BERNARDINO PURSUANT TO SECTION 3.04.010-B3
OF THE MUNICIPAL CODE "PURCHASES APPROVED BY THE MAYOR AND
COMMON COUNCIL" FOR THE PURCHASE OF (4) FOUR 2009 FORD F-250 PICK
UP TRUCKS, TO BE UTILIZED BY THE NEW PUBLIC SERVICES DEPARTMENT
GRAFFITI ABATEMENT CREW.
5
6
7
8 meeting thereof, held on the
9
10
11
12
I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the
Mayor and Common Council of the City of San Bernardino at a ioint re<tular
20th
day of January
, 2009, by the
following vote, to wit:
NAYS
ABSTAIN
ABSENT
Council Members:
AYES
x
ESTRADA
BAXTER
x
13 BRINKER
x
14
15
VACANT
16 KELLEY
17
18
19
20
21
22
23
24
x
JOHNSON
x
MCCAMMACK
x
Q~.h.~
Racl1el G. Clark, City Clerk
is hereby approved this d/s.-
The foregoing resolution
January ,2009.
day of
Approved as to Form:
25
26
27 J mes F. Penman, City Attorney
28
-3-
2009-13
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
3.
27
28
VENDOR SERVICE AGREEMENT
This Vendor Service Agreement is entered into this 20th day of January 2009, by and
between Fairview Ford ("VENDOR") and the City of San Bernardino ("CITY" or "San
Bernardino").
WITNESSETH:
WHEREAS, the Mayor and Common Council have determined that it is in the best
interest of the CITY to contract for the purchase offour (4) 2009 Ford F-250 pick up trucks;
and
WHEREAS, the City of San Bernardino has determined that VENDOR possesses the
professional skills and ability to provide said services for the City;
NOW, THEREFORE, the parties hereto agree as follows:
1.
SCOPE OF SERVICES.
For the remuneration stipulated in paragraph 2, San Bernardino hereby engages the
services of VENDOR to provide those products and services as set forth in its proposal dated
December 18, 2008, attached hereto, marked Attachment "1" and incorporated herein by this
reference as fully as though set forth at length.
2.
COMPENSATION AND EXPENSES.
a. For the services delineated above, the CITY, upon presentation of an invoice, shall
pay the VENDOR up to the amount of $77,760.44 to provide and perform those
products and services described in Section I above.
b. No other expenditures made by VENDOR shall be reimbursed by CITY.
TERM.
The term of this agreement shall be for a period of one (1) year.
Exhibit "A"
-1-
2009-13
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
This Agreement may be terminated at any time by thirty (30) days prior written notice
by either party. The terms of this Agreement shall remain in force unless amended by written
agreement of the parties executed on or before the date of expiration of current term of the
agreement.
4. INDEMNITY.
Vendor agrees to and shall indemnify and hold the City, its elected officials, employees,
agents or representatives, free and harmless from all claims, actions, damages and liabilities of
any kind and nature arising from bodily injury, including death, or property damage, based or
asserted upon any or alleged act or omission of Vendor, its employees, agents, or
subcontractors, relating to or in any way connected with the accomplishment of the work or
performance of service under this Agreement, unless the bodily injury or property damage was
actually caused by the sole negligence of the City, its elected officials, employees, agents or
representatives. As part ofthe foregoing indemnity, Vendor agrees to protect and defend at its
own expense, including attorney's fees the City, its elected officials, employees, agents or
representatives from any and all legal actions based upon such actual or alleged acts or
omISSIOns. Vendor hereby waives any and all rights to any types of express or implied
indemnity against the City, its elected officials, employees, agents or representatives, with
respect to third party claims against the Vendor relating to or in any way connected with the
accomplishment of the work or performance of services under this Agreement.
5. INSURANCE.
While not restricting or limiting the foregoing, during the term of this Agreement,
VENDOR shall maintain in effect policies of comprehensive public, general and automobile
liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory
worker's compensation coverage, and shall file copies of said policies with the CITY's Risk
Exhibit "A"
-2-
2009-13
Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an
additional named insured in each policy of insurance provided hereunder. The Certificate of
Insurance furnished to the CITY shall require the insurer to notify CITY of any change or
termination in the policy. Insurer shall give CITY 30 days notice prior to enactment and any
change or termination of policy.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
performed hereunder.
23
24 8.
25
26
27
28
6.
NON-DISCRIMINATION.
In the performance of this Agreement and in the hiring and recruitment of employees,
VENDOR shall not engage in, nor permit its officers, employees or agents to engage in,
discrimination in employment of persons because of their race, religion, color, national origin,
ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or
sexual orientation, or any other status protected by law, except as permitted pursuant to Section
12940 of the California Government Code.
7.
INDEPENDENT CONTRACTOR.
VENDOR shall perform work tasks provided by this Agreement, but for all intents and
purposes VENDOR shall be an independent contractor and not an agent or employee of the
CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of
Income Tax, Social Security, State Disability Insurance Compensation, Unemployment
Compensation, and other payroll deductions for VENDOR and its officers, agents, and
employees, and all business licenses, if any are required, in connection with the services to be
BUSINESS REGISTRATION CERTI.FICA TE AND OTHER REQUIREMENTS.
VENDOR warrants that it possesses or shall obtain, and maintain a business registration
certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits,
Exhibit "A"
-3-
2009-13
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
qualifications, insurance and approval of whatever nature that are legally required of VENDOR
to practice its business or profession.
9. NOTICES.
Any notices to be given pursuant to this Agreement shall be deposited with the United
States Postal Service, postage prepaid and addressed as follows:
TO THE CITY:
Public Services Director
300 North "D" Street
San Bernardino, CA 92418
Telephone: (909) 384-5140
TO THE VENDOR:
Fairview Ford Sales Inc.
808 West 2nd Street
San Bernardino, CA 92412-5516
Telephone: (909) 386-0281
Attn: Todd Eff
10. ATTORNEYS' FEES
In the event that litigation is brought by any party in connection with this Agreement,
the prevailing party shall be entitled to recover from the opposing party all costs and expenses,
including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of
its rights or remedies hereunder or the enforcement of any of the terms, conditions or
provisions hereof. The costs, salary and expenses of the City Attorney and members of his
office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys'
fees" for the purposes ofthis paragraph.
11. ASSIGNMENT.
VENDOR shall not voluntarily or by operation of law aSSIgn, transfer, sublet or
encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior
written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void
and shall constitute a breach of this Agreement and cause for the termination of this
Exhibit "A"
-4-
2009-13
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR
of VENDOR's obligation to perform all other obligations to be performed by VENDOR
hereunder for the term of this Agreement.
12. VENUE.
The parties hereto agree that all actions or proceedings arising in connection with this
Agreement shall be tried and litigated either in the State courts located in the County of San
Bernardino, State of California or the U.S. District Court for the Central District of California,
Riverside Division. The aforementioned choice of venue is intended by the parties to be the
mandatory and not permissive in nature.
13. GOVERNING LAW.
This Agreement shall be governed by the laws of the State of California.
14. SUCCESSORS AND ASSIGNS.
This Agreement shall be binding on and inure to the benefit of the parties to this
Agreement and their respective heirs, representatives, successors, and assigns.
15. HEADINGS.
The subject headings ofthe sections of this Agreement are included for the purposes of
convenience only and shall not affect the construction or the interpretation of any of its
provisions.
16. ENTIRE AGREEMENT; MODIFICATION.
This Agreement constitutes the entire agreement and the understanding between the
parties, and supercedes any prior agreements and understandings relating to the subject manner
of this Agreement. This Agreement may be modified or amended only by a written instrument
executed by all parties to this Agreement.
III
Exhibit "A"
-5-
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
2009-13
VENDOR SERVICE AGREEMENT
FAIRVIEW FORD SALES INC.
IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day
and date set forth below.
Dated: +, 2009
Dated {# '1 , 2009
Approved as to Form:
:;.~
By:
J
sF. Penman, City Attorney
~~
,.k ~
CITY
BERNARDINO
Exhibit "A"
-6-
2009-13
Attachment "1"
FAIRVJEWJ10RD (, I :,i ..,
FLEET A TRUCK CENTER
8lII w. W S'I1laT
P.o. Boa 5516
SAN BERNARDINO, CA. 92412
(909) 386-0281 or Fu: (909) 386-029%
"J ' '- ,i '::\
VEIIICLE lXUlER CONI'IIIKATIl>>i
12/18/08 13:17:15
Dealer: F7US6
palle: 1 of 2
Order i'ype: SB Price Level: 930
PO IIIU11ber:
->
1I009 r-SERIES SO
Order No: 0000 Pl:lority: BlI Orc! FIlII: QC414
Orc! PEP: SODA CUet/nt NaJUl: SD CITY
RI!:'1'AIL
1'20 F250 4X2 SO alc 825118!
137. IlHEELBlISE
ZI OXFORD IIIlIn: cc
V VIIIIYL BENCiI
S MEDIUM S'r(IIB
60DA PREF EQOIP PKG
.XL TRIM
.TRAILER TOIIE'ICG
572 .AIR COIlDITI~
.l\M/IM STER/CLK
995 . S. 41. EFI VB EIlG IlC
44'1' S-SPD JWTaG\'tIC 1490
TBJ( . L'l'245 IlSW AS 17
X37 3.73 REG AXLE
JOB *2 BUILD
422
RETAIL
CAL. BONUl FEES IlC
FR'l' LIC!IIISE BItT NC
8800* GYlIR PICG
CALIF EKISSIONS
SPARE '1'ItlE/11HL3
Jl\Clt
PlUCE CONCESSIII
IlC
Me
794
IlC
TOtAL BASE AND OPTIONS 27750
TOrAL 27750
Me
VEHICLE ORDER CONFIRMATION
12/18/08 13:17.25
Dealer I F71156
Pa9G: 2 of 2
otder 'l'ype: 58 Price Level: 930
PO III\lIIber:
->
2009 !'-SERIES SO
Order 11I0: 0000 Priority: 82 Ord 1'111I: QC414
Ord PEP: 60DA CUst/Flt Name: S8 CITY
RE'l'AIL
REMAl\KS 'l'RAILER
SP DLR JlCC'l' ADJ
SP FL'1' J\CC'1' CR
13 U.S. GAL GAS
B4A NET INV FLT OPT
PRICED DORA
DEBT AND DELIV
NC
NC
975
RETAIL
~S Pelc.ed It /799~!!2-.
4. '1 36
8% &tESfqx' g$ I 3 75
0# 8-
CJlt,. 'liRE.. FEE, 0
/9440 !J.
GlCH.
'1'OTJIL BASE AND OPTIONS 27750
TOTAL 27750
~FJl.-
:tJ