No preview available
HomeMy WebLinkAbout2010-349 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 RESOLUTION NO. 2010-349 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND ISSUANCE OF AN ANNUAL PURCHASE ORDER WITH TWO ONE-YEAR EXTENSIONS AT THE CITY'S OPTION TO FLEET PRIDE FOR HEAVY-DUTY VEHICLE BRAKE WORK, INCLUDING THE PURCHASE OF VARIOUS RELATED P ARTS AND SUPPLIES TO BE UTILIZED BY THE PUBLIC WORKS DEPARTMENT, FLEET DIVISION. WHEREAS, Fleet Pride submitted the lowest and best bid for the purchase of heavy- duty vehicle brake work, including the purchase of various related parts and supplies per Bid No. RFQ F-11-05; 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 Fleet Pride, a copy of which is attached hereto, marked as Exhibit "A", and incorporated herein by this reference as fully as though set forth at length. SECTION 2. That pursuant to this determination the Director of Finance or her designee is hereby authorized to issue an Annual Purchase Order to Fleet Pride in the amount of $11 0,000 with two one-year extensions at the City's option. SECTION 3. The Purchase Order shall reference this Resolution Number and shall read, "Fleet Pride for heavy-duty vehicle brake work, including the purchase of various related parts and supplies. Agreement not to exceed $110,000" and shall incorporate the terms and conditions of the agreement. SECTION 4. The authorization to execute the above referenced Purchase Order and Agreement is rescinded if it is not executed by both parties within sixty (60) days of the passage of this resolution. III 2010-349 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 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND ISSUANCE OF AN ANNUAL PURCHASE ORDER WITH TWO ONE-YEAR EXTENSIONS AT THE CITY'S OPTION TO FLEET PRIDE FOR HEAVY-DUTY VEHICLE BRAKE WORK, INCLUDING THE PURCHASE OF VARIOUS RELATED PARTS AND SUPPLIES TO BE UTILIZED BY THE PUBLIC WORKS DEPARTMENT, FLEET DIVISION. I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor joint and Common Council of the City of San Bernardino at a regular meeting thereof, held on the 18th day of October , 2010, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT MARQUEZ --X- DESJARDINS x BRINKER x X SHORETT KELLEY X - JOHNSON X MCCAMMACK X Q~k.~ Ra~el G. Clark, City Clerk The foregoing resolution is hereby approved this ~r-w. day of October 2010. ~~ City of San Bernardino By: Ja ~. 2010-349 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 VENDOR SERVICE AGREEMENT This Vendor Service Agreement is entered into this 18th day of October 2010, by and between Fleet Pride ("VENDOR") and the City of San Bernardino ("CITY" or "San Bernardino") . WITNESSETH: WHEREAS, the Mayor and Common Council has determined that it is advantageous and in the best interest of the CITY to purchase heavy-duty vehicle brake work, including purchase of various related parts and supplies; and WHEREAS, the City of San Bernardino did solicit and accept bids from available vendors for the purchase heavy-duty vehicle brake work, including the purchase of various related parts and supplies per RFQ F -11-05; and NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES. For the remuneration stipulated, San Bernardino hereby engages the serVIces of VENDOR to provide those products and services as set forth in RFQ F-11-05, for heavy-duty vehicle brake work, including the purchase of various related parts and supplies, bid summary sheet attached hereto as Attachment "1" and incorporated herein by this reference. 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 $110,000 for heavy duty vehicle brake work, including the purchase of various related parts and supplies at the rate per the price form in Attachment "1." b. No other expenditures made by VENDOR shall be reimbursed by CITY. 1 EXHIBIT "A" 2010-349 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 3. TERM; TERMINATION. The term ofthis agreement shall be from October 18,2010 through June 30, 2011, with two (2) one-year extensions at the City's option. Option year one, if exercised, shall be effective July 1, 2011 through June 30, 2012. Option year two, if exercised, shall be effective July 1,2012 through June 30, 2013. This Agreement may be terminated at any time by thirty (30) days' 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 of the 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 VenQor relating to or in any way connected with the accomplishment of the work or performance of services under this Agreement. 2 2010-349 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 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 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. 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. 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 performed hereunder. 3 2010-349 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 8. BUSINESS REGISTRATION CERTIFICATE 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 licenses, permits, qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice its business or profession. 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 Works Director 300 North "D" Street San Bernardino, CA 92418 Telephone: (909) 384-5140 TO THE VENDOR: Fleet Pride 5751 East Santa Ana Street Ontario, CA 91761 Telephone: (909) 605-0677 Contact: Brad Segler 9. 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 of this paragraph. III 4 2010-349 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 10. 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 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. 11. 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 mandatory and not permissive in nature. 12. GOVERNING LAW. This Agreement shall be governed by the laws of the State of California. 13. 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. 14. HEADINGS. The subject headings of the sections of this Agreement are included for the purposes of convemence only and shall not affect the construction or the interpretation of any of its prOVISIOns. III 5 2010-349 1 2 3 4 5 6 7 8 9 10 11 15. SEVERABILITY. If any provision of this Agreement is determined by a court of competent jurisdiction to be invalid or unenforceable for any reason, such determination shall not affect the validity or enforceability of the remaining terms and provisions hereof or of the offending provision in any other circumstance, and the remaining provisions of this Agreement shall remain in full force and effect. 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 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 2010-349 VENDOR SERVICE AGREEMENT FLEET PRIDE IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. Dated: Ocr, '2.- S , 2010 By: Dated r!J-u cio ,2010 B Approved as to Form: By: lame 7 2010-349 Attachment "1" It) o I ..- ..- I U. a L&. ~ .'. ~. ~ C") . c . co g ~ <::) ~ c ~. ~ (;) Q.l co:) C ~ 0"0 >-<r:: . ~ ~ .r:: C> . ~ e 0 00 0 ~ 0 ~ C .-J <r:: - ...... (:: 0 C:::l ~ (9<( ~ - ""i; ~ C/) N wZ ~ ~ ~ ~ Ci ti z (j) n:: -1<r:: - l; ..~ 0 ~~ ...... ..Cl 0 '<' wO -0 Z ZLL I~ ~ ~ ~ I~ ~ Q) w 5: ~ ~ "E > ~ ..~ . - 0 7,; e:- N 0 r-- 00 LO ..- ! M ~ f W<( .j LO N LO T""" ~ r-- 00 00 1 ~ , LO T""" Q) LO T""" C") / c LO LO N <0 ('I) M l"- . 0:: - I~ ""- LO. Q) M r-- <0 ~ ,r: o...Q ~ 0 T""" ('<) ~ I-Cl:: <e:=- i ~ 2 "- .~ w<r:: It wI- ~ \1 (".. -12 ~ LLO ~ F ...:: \ ~ ( " ~ * * Et7 Et7 ~ ~ \~ 1/ : I ,r' g J "'- >. .;t~ .r:. ~ 0 co .E Q) .. r-- ; " UJ 0 g CJ) <0 ) ~ .c E 00 M ]! c: :::l r-- 0( '- <r:: a. ~ en "0 '.'>~ W III 0 0 in - ..... M :::.::: t:: en en I Q) Q) ~ ra .0 Q) C- en 0 "0 Q) co .c. w CD I en Q) 'tl c: ...- a. ~ ::l e .c. 0 0 en :::.::: 1j c: CO ctl N .,': ~ c E c6 Q) 0 >. ---- ..0 0 0 .:2 Q) CO LO ~ - E 0 ...- M M -0 ',~ III rn ~ .c ..- I Q.l rJI ...... Q) '+- 0 () ~ .c Q) ~ L- Q) co ..- ctl <( 0 ~ a. ~ c Q) co c ~ 0 C") :;:::; >< :::J W ..... CO Q) ~ -- c: C1l '- '- 0 ~ N C") >. 0 0 ~ ~ CC r-- ctl W I .0 ..... Q) .0 C r-- 0 CC LO ... - ~ Q) Q) C w E rJI 0 r-- to T""" <r:: c: ra Q) ~ ... c .c rJI r-- ~ "E Q) T""" r-- ... C- <0 0 tl= 0 ro ..-.. Z CO :::.::: Q) ~ Q) M 00 :::l Q) ctl ~ t: Q) .c ..-.. ~ C2 oS! Ci CO Q) '<t 00 ....- C ... en 0 .c "0 <.9 I en '- ra ... CC a:: CO 0r- (/) 0 .0 Q) C- g ro 0 0 C >< >< 1.0 en c: >. Q) CO o ", [Q W to I Q) I E 'ii) ... c.. ro ra Q) <.9 N ..-.. W 'C ~ Q) 'C ---- Q) C <.9Z (/) ~ 0 c a. Q) ~ N .c Q) Ll) ~ ..... :::l C ..... Q) >< '-" "0 wO ~ Q) .r:. $3 ... Q) rJI Q) 0 ... ;t::: Q) N LL (/) "0 C 0 3: Q) ..- Ll) Q) 1-- ;;...;. ~ 00 >< c: :52 c. '+- ro ::l 'lil C") ..- 0 ::;) >< .......- CO t: en C <(I- 0 (/) "0 ~ III .r:. a ..- 0 "0 un.. c ! I en (/) en en (/) Q) en Q) ::l Q) ra ~ :!:: 0 N c: Q) E Q) c: E c: - Ol C. I Q) 'eft 0.. -. 0::. ~ ... .5 c c: III - :::l :::l l"- Ll) ro :::l 0 'C 2 'C c c: c: co OJ > ...J 0 (/)u Q) c: a. Q) a. ..... Q) 'C Q) .0 .0 Ll) <( 0 '- .c ~I c: e 0 ~(f) - 0 en :.J C/) 0 0:: C/) - a. - w Q) LL LL ro en 0 0 :::l 0 LL C/) 0 a:: .. n:: I I .... Ww W ::l - ..-.. ..-.. ex) ..-.. - CO ,..... 0 ::l ::l C. 0 (/) 0 1-0 0 :J '<t 00 '<t '<t '<t ~ 0 0 0 0 Q) :I: <( '-" '-" '-" ---- ---- ;:::, ---- ro .0 ro ctl or- N -1 -1 .... I ~r: '..~ft, A~ "\1,i. . .0 ; !:' :. - ';~ :<0 - - - - .... en a.. ~ a.. o o M f- W W I (j) >- n:: <( ~ ~I- ::lW (j)~ OL&. eo