Loading...
HomeMy WebLinkAbout24- Public Works I ORIGINAL CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Nadeem Majaj, Director of Subject: Resolution of the Mayor and Public Works Common Council of the City of San Bernardino authorizing the execution of an Dept: Public Works—Fleet Division agreement and issuance of a purchase order to Fairview Ford of San Bernardino pursuant to Date: March 1, 2011 Section 3.04.010 B-3 of the Municipal Code for the purchase of twelve 2011 Ford Crown Victoria Police Interceptors utilized by the Police Department. Meeting date: March 7, 2011 Synopsis of Previous Council Action: Reso 2007-80 March 5, 2007 Purchase of 42 PD interceptors from Fairview Ford Reso 2008-102 April 7, 2008 Purchase of 27 PD interceptors from Fairview Ford Reso 2009-99 April 20, 2009 Purchase of 28 PD interceptors from Fairview Ford Reso 2010-90 May 3, 2010 Purchase of 4 PD interceptors from Fairview Ford Recommended motion: Adopt Resolution. Signature Contact person: Don Johnson, Fleet Manager Phone: 5220 Supporting data attached: Staff Report, Resolution, Specifications and Agreement Ward: All FUNDING REQUIREMENTS: Amount: $323,089.44 Source: (Acct. Nos.) FY 11-12 635-400-5701-0000-0100 Acct. Description: Motor Vehicles Finance: Council Notes: Agenda Item No. X3-07, ON CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Staff Report SUBJECT: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of an agreement and issuance of a purchase order to Fairview Ford of San Bernardino pursuant to Section 3.04.010 B-3 of the Municipal Code for the purchase of twelve 2011 Ford Crown Victoria Police Interceptors utilized by the Police Department. BACKGROUND: Vehicle Purchase The Mayor and Common Council approved Resolution 2010-90 on May 3, 2010 authorizing the purchase of four 2010 Crown Victoria Police Interceptors from Fairview Ford. Fleet staff has completed the patrol vehicle replacement model for 2011. Based on current usage and mileage, Fleet staff has recommended the purchase of 25 Year 2011 Ford Crown Victoria Police Interceptors as replacements for the high mileage units that will be removed from service beginning in FY 2011/2012. This replacement number was reduced by thirteen vehicles due to the inability to obtain credit approval for lease purchase financing. Therefore this purchase will be for a total of twelve units and will be purchased outright with savings of$332,037.00 from two leases that will end in June 2011. In December 2010, staff requested a quote from Fairview Ford for Year 2011 model Crown Victoria Police Interceptors, and negotiated a base price of $24,693 plus tax for each vehicle ordered. Protech Ballistic panels for both front doors and installation are included in this quote as it is now offered as an option from Ford Motor Company. The total cost is $26,924.12 for each vehicle including tax. Fairview Ford has held the same pricing as last year. See attachment 1: Base price as quoted by Fairview Ford $24,693.00 each vehicle Tax @ 9% $ 2,222.37 each vehicle Tire Fee $ 8.75 each vehicle Total price $26,924.12 each vehicle Ford Motor Company is the only manufacturer of the Crown Victoria Police Interceptor model, which has been the specified standard for the Police Department for over twelve years. Fairview Ford of San Bernardino is the sole local Ford dealer. The following illustrates the record of purchases of Crown Victoria Police Interceptors for the last four years (including tax). Year Quantijy Vendor $ Per Unit 2007 42 Fairview Ford, San Bernardino $24,732.00 2008 27 Fairview Ford, San Bernardino $25,591.00 2009 28 Fairview Ford, San Bernardino $26,924.12 2010 4 Fairview Ford, San Bernardino $26,924.12 For comparison as always Fleet staff has reviewed the State contract awarded this year through the Department of General Services; it is the statewide contract that is bid from all dealerships. The two configurations from the State contract that have similar specifications to the City's are 1 Staff Report-Continued priced as follows, $27,388.00 and $27,842.00 including tax. Fairview Ford's price for the units is $26,924.12 including tax. Fairview's base price this year is the same as last year. In the opinion of the Fleet Manager the price quoted by Fairview Ford, which was the lowest quote last year, is a competitive price. Staff is therefore recommending approval of a purchase order to Fairview Ford in the amount of $26,924.12 per unit for twelve vehicles amounting to a total cost of $323,089.44 pursuant to Municipal Code Chapter 3.04.010 Section B.3. Exemptions: #3. Purchases approved by the Mayor and Common Council. FINANCIAL IMPACT: Funds for this purchase will be budgeted in the FY 11/12 Fleet Division Motor Vehicles (Account No. 635-400-5701-0000-0001) in the amount of $323,089.44 with the savings of $332,037.00 from two leases that will end in June 2011. The estimated delivery date for the twelve new Ford Police vehicles is August 2011. RECOMMENDATION: Adopt Resolution. 2 1,. CITY OF SAN BERNARDINO Nadeem Majaj P.E.—D/RECTOR PUBLIC WORKS DEPARTMENT 300 Nortb "D"Street San Bernardino,CA 92418-0001 909.384.5140 Son Bernarfino Date: February 28, 2011 To: Charles McNeely, City Manager From: Nadeem Majaj, Director of Public Works Subject: City Manager's Approval of Process — Purchases made pursuant to Section 3.04.010(B)(3) and Section 3.04.075 of the City's Municipal Code (Purchases approved by the Mayor and Common Council and emergency purchases approved by the City Manager). DDL Number 82. Fairview Ford was selected as a Sole Source for the following reasons: 1. Ford Motor Company is the only manufacturer of the Crown Victoria Police Interceptor model, which has been the specified standard for the Police Department for over twelve years. Fairview Ford of San Bernardino is the sole local Ford dealer. 2. Fairview Ford's base price this year is the same as last year. In the opinion of the Fleet Manager the price quoted by Fairview Ford, which was the lowest quote last year, is a competitive price. A Request for Council Action entitled, "Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of an agreement and issuance of a purchase order to Fairview Ford of San Bernardino pursuant to Section 3.04.0 10 B-3 of the Municipal Code for the purchase of twelve 2011 Ford Crown Victoria Police Interceptors utilized by the Police Department" has been submitted and placed on the March 7, 2011 agenda calendar for review and approval. If you support this request please sign the approval line below. Nadeem Majaj Director of Public Works Approved By. Charles McNee y, City Manager 1 RESOLUTION NO. 2 A RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY 3 OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND ISSUANCE OF A PURCHASE ORDER TO FAIRVIEW FORD OF SAN 4 BERNARDINO PURSUANT TO SECTION 3.04.010 B-3 OF THE MUNICIPAL CODE FOR THE PURCHASE OF TWELVE (12) 2011 FORD CROWN VICTORIA POLICE 5 INTERCEPTORS UTILIZED BY THE POLICE DEPARTMENT. 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE 7 CITY OF SAN BERNARDINO AS FOLLOWS: g SECTION 1. The City Manager of the City of San Bernardino is hereby authorized to 9 execute on behalf of said City an Agreement between the City of San Bernardino and Fairview 10 Ford, a copy of which is attached hereto, marked Exhibit "A and incorporated herein by 11 reference as fully as though set forth at length. 12 SECTION 2. This purchase is exempt from the formal contract procedures of Section 13 14 3.04.010 of the Municipal Code, pursuant to Section 3.04.010. B.3 of said Code "Purchases 15 approved by the Mayor and Common Council". 16 SECTION 3. That Fairview Ford has offered a purchase price of$26,924.12 per 2011 17 Ford Crown Victoria vehicle, which includes tax for a total not to exceed $323,089.44. 18 Pursuant to this determination the Finance Director or her designee is hereby authorized to 19 issue a purchase order to Fairview Ford of San Bernardino, in the amount of$323,089.44, 20 21 which will facilitate the procurement of the (12)vehicles. 22 SECTION 4. The Purchase Order shall reference this Resolution Number and shall 23 read, "for the purchase of twelve (12) 2011 Ford Crown Victoria Police Interceptors" and shall 24 incorporate the terms and conditions of the Agreement. 25 SECTION 5. The authorization to execute the above referenced Purchase Order and 26 Agreement is rescinded if not issued within sixty(60) days of the passage of this Resolution. 27 28 L4 1 A RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT 2 AND ISSUANCE OF A PURCHASE ORDER TO FAIRVIEW FORD OF SAN 3 BERNARDINO PURSUANT TO SECTION 3.04.010 B-3 OF THE MUNICIPAL CODE FOR THE PURCHASE OF TWELVE (12) 2011 FORD CROWN VICTORIA POLICE 4 INTERCEPTORS UTILIZED BY THE POLICE DEPARTMENT. 5 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor 6 and Common Council of the City of San Bernardino at a meeting thereof, held 7 on the day of , 2011, by the following vote, to wit: 8 Council Members: AYES NAYS ABSTAIN ABSENT 9 MARQUEZ 10 11 VACANT 12 BRINKER 13 SHORETT 14 KELLEY 15 JOHNSON 16 MCCAMMACK 17 18 19 Rachel G. Clark, City Clerk 20 The foregoing resolution is hereby approved this day of , 21 2011. 22 23 Patrick J. Morris, Mayor City of San Bernardino 24 Approved as to form: 25 26 James F. Penman, City Attorney 27 L' r 28 VENDOR SERVICE AGREEMENT BETWEEN FAIRVIEW FORD AND THE CITY OF SAN BERNARDINO 1 2 This Vendor Service Agreement is entered into this 7th day of March 2011, by and 3 between Fairview Ford ("VENDOR") and the City of San Bernardino ("CITY" or "San 4 Bernardino"). 5 WITNESSETH: 6 WHEREAS,the Mayor and Common Council have determined that it is in the best 7 interest of the CITY to contract for the purchase of twelve 2011 Ford Crown Victoria Police 8 9 Interceptors; and 10 WHEREAS, the City of San Bernardino has determined that vendor possesses the 11 professional skills and ability to provide said services for the City; 12 NOW, THEREFORE,the parties hereto agree as follows: 13 1. SCOPE OF SERVICES. 14 For the remuneration stipulated in paragraph 2, San Bernardino hereby engages the 15 16 services of VENDOR to provide those products as set forth in its proposal dated December 8, 17 2010, attached hereto, marked Attachment "1" and incorporated herein by this reference as set 18 forth at length. 19 2. COMPENSATION AND EXPENSES. 20 a. For the services delineated above, the CITY, upon presentation of an invoice, shall 21 pay the VENDOR up to the amount of $26,924.12 for each 2011 Ford Crown 22 Victoria Police Interceptor and to provide those products described in Section 1 23 24 above. Total amount is not to exceed $323,089.44 for all twelve 2011 Ford Crown 25 Victoria Police Interceptors. 26 b. No other expenditures made by VENDOR shall be reimbursed by CITY. 27 28 Exhibit"A" '''�' -1- 3. TERM. 1 The term of this agreement shall be until all twelve vehicles are satisfactorily delivered 2 and accepted by the City of San Bernardino. 3 This Agreement may be terminated at any time by thirty days prior written notice by 4 5 either party. The terms of this Agreement shall remain in force unless amended by written 6 agreement of the parties executed on or before date of expiration of current term of the 7 agreement. 8 4. INDEMNITY. g Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, 10 agents or representatives, free and harmless from all claims, actions, damages and liabilities of 11 any kind and nature arising from bodily injury, including death, or property damage, based or 12 13 asserted upon any or alleged act or omission of Vendor, its employees, agents, or 14 subcontractors, relating to or in any way connected with the accomplishment of the work or 15 performance of service under this Agreement, unless the bodily injury or property damage was 16 actually caused by the sole negligence of the City, its elected officials, employees, agents or 17 representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its 18 own expense, including attorney's fees the City, its elected officials, employees, agents or 19 20 representatives from any and all legal actions based upon such actual or alleged acts or 21 omissions. Vendor hereby waives any and all rights to any types of express or implied 22 indemnity against the City, its elected officials, employees, agents or representatives, with 23 respect to third party claims against the Vendor relating to or in any way connected with the 24 accomplishment of the work or performance of services under this Agreement. 25 5. INSURANCE. 26 While not restricting or limiting the foregoing, during the term of this Agreement, 27 28 VENDOR shall maintain in effect policies of comprehensive public, general and automobile Exhibit"A" -2- liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory 1 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 2 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 3 additional named insured in each policy of insurance provided hereunder. The Certificate of 4 5 Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 6 termination in the policy. Insurer shall give CITY 30 days notice prior to enactment and any 7 change or termination of policy. 8 6. NON-DISCRIMINATION. 9 In the performance of this Agreement and in the hiring and recruitment of employees, 10 VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, I� 11 discrimination in employment of persons because of their race, religion, color, national origin, 12 13 ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or 14 sexual orientation, or any other status protected by law, except as permitted pursuant to Section 15 12940 of the California Government Code. 16 7. INDEPENDENT CONTRACTOR. 17 VENDOR shall perform work tasks provided by this Agreement, but for all intents and 18 purposes VENDOR shall be an independent contractor and not an agent or employee of the 19 20 CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of 21 Income Tax, Social Security, State Disability Insurance Compensation, Unemployment 22 Compensation, and other payroll deductions for VENDOR and its officers, agents, and 23 employees, and all business licenses, if any are required, in connection with the services to be 24 performed hereunder. 25 26 27 28 Exhibit"A" -3- i 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. 1 VENDOR warrants that it possesses or shall obtain, and maintain a business registration 2 certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits, 3 qualifications, insurance and approval of whatever nature that are legally required of VENDOR 4 5 to practice its business or profession. 6 9. NOTICES. 7 Any notices to be given pursuant to this Agreement shall be deposited with the United 8 States Postal Service, postage prepaid and addressed as follows: 9 TO THE CITY: Public Services Director 10 300 North"D" Street San Bernardino, CA 92418 11 Telephone: (909) 384-5140 12 TO THE VENDOR: Fairview Ford Sales Inc. 808 West 2nd Street 13 San Bernardino, CA 92412-5516 14 Telephone: (909) 386-0281 Attn: Todd Eff 15 10. ATTORNEYS' FEES 16 17 In the event that litigation is brought by any party in connection with this Agreement, 18 the prevailing party shall be entitled to recover from the opposing party all costs and expenses, 19 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of 20 its rights or remedies hereunder or the enforcement of any of the terms, conditions or 21 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 22 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 23 24 fees" for the purposes of this paragraph. 25 26 27 28 Exhibit"A" -4- 11. ASSIGNMENT. 1 VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or 2 encumber all or any part of the VENDOR's interest in this Agreement without CITY'S prior 3 written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void 4 5 and shall constitute a breach of this Agreement and cause for the termination of this 6 Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR 7 of VENDOR's obligation to perform all other obligations to be performed by VENDOR 8 hereunder for the term of this Agreement. 9 12. VENUE. 10 The parties hereto agree that all actions or proceedings arising in connection with this 11 Agreement shall be tried and litigated either in the State courts located in the County of San 12 13 Bernardino, State of California or the U.S. District Court for the Central District of California, 14 Riverside Division. The aforementioned choice of venue is intended by the parties to be the 15 mandatory and not permissive in nature. 16 13. GOVERNING LAW. 17 This Agreement shall be governed by the laws of the State of California. 18 14. SUCCESSORS AND ASSIGNS. 19 20 This Agreement shall be binding on and inure to the benefit of the parties to this 21 Agreement and their respective heirs, representatives, successors, and assigns. 22 15. HEADINGS. 23 The subject headings of the sections of this Agreement are included for the purposes of 24 convenience only and shall not affect the construction or the interpretation of any of its 25 provisions. 26 27 28 Exhibit"A" -5- 16. ENTIRE AGREEMENT; MODIFICATION. 1 This Agreement constitutes the entire agreement and the understanding between the 2 parties, and supercedes any prior agreements and understandings relating to the subject manner 3 of this Agreement. This Agreement may be modified or amended only by a written instrument 4 5 executed by all parties to this Agreement. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 /// 20 21 /// 22 23 24 25 /// 26 27 28 Exhibit"A" -6- VENDOR SERVICE AGREEMENT BETWEEN FAIRVIEW FORD AND THE CITY OF SAN BERNARDINO 1 2 IN WITNESS THEREOF, the parties hereto have executed this Vendor Service 3 Agreement on the day and date set forth below. 4 5 Dated: , 2011 Fairview Ford Sales, Inc. 6 By: EXHIBIT COPY 7 Name: 8 Title: 9 10 Dated 52011 CITY OF SAN BERNARDINO 11 By: EXHIBIT COPY Charles E. McNeely, City Manager 12 Approved as to Form: 13 By: EXHIBIT COPY 14 James F. Penman, City Attorney 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Exhibit"A" -7- VENDOR SERVICE AGREEMENT BETWEEN FAIRVIEW FORD AND THE CITY OF SAN BERNARDINO 1 2 This Vendor Service Agreement is entered into this 7th day of March 2011, by and 3 between Fairview Ford ("VENDOR") and the City of San Bernardino ("CITY" or "San 4 Bernardino'). 5 WITNESSETH: 6 WHEREAS,the Mayor and Common Council have determined that it is in the best 7 interest of the CITY to contract for the purchase of twelve 2011 Ford Crown Victoria Police 8 9 Interceptors; and 10 WHEREAS, the City of San Bernardino has determined that vendor possesses the 11 professional skills and ability to provide said services for the City; 12 NOW,THEREFORE,the parties hereto agree as follows: 13 1. SCOPE OF SERVICES. 14 For the remuneration stipulated in paragraph 2, San Bernardino hereby engages the 15 16 services of VENDOR to provide those products as set forth in its proposal dated December 8, 17 2010, attached hereto, marked Attachment "1" and incorporated herein by this reference as set 18 forth at length. 19 2. COMPENSATION AND EXPENSES. 20 a. For the services delineated above, the CITY, upon presentation of an invoice, shall 21 pay the VENDOR up to the amount of $26,924.12 for each 2011 Ford Crown 22 Victoria Police Interceptor and to provide those products described in Section 1 23 24 above. Total amount is not to exceed $323,089.44 for all twelve 2011 Ford Crown 25 Victoria Police Interceptors. 26 b. No other expenditures made by VENDOR shall be reimbursed by CITY. 27 28 -1- i 3. TERM. 1 The term of this agreement shall be until all twelve vehicles are satisfactorily delivered 2 and accepted by the City of San Bernardino. 3 This Agreement may be terminated at any time by thirty days prior written notice by 4 5 either party. The terms of this Agreement shall remain in force unless amended by written 6 agreement of the parties executed on or before date of expiration of current term of the 7 agreement. 8 4. INDEMNITY. 9 Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, 10 agents or representatives, free and harmless from all claims, actions, damages and liabilities of 11 12 any kind and nature arising from bodily injury, including death, or property damage, based or 13 asserted upon any or alleged act or omission of Vendor, its employees, agents, or 14 subcontractors, relating to or in any way connected with the accomplishment of the work or 15 performance of service under this Agreement, unless the bodily injury or property damage was 16 actually caused by the sole negligence of the City, its elected officials, employees, agents or 17 representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its 18 own expense, including attorney's fees the City, its elected officials, employees, agents or 19 20 representatives from any and all legal actions based upon such actual or alleged acts or 21 omissions. Vendor hereby waives any and all rights to any types of express or implied 22 indemnity against the City, its elected officials, employees, agents or representatives, with 23 respect to third party claims against the Vendor relating to or in any way connected with the I 24 accomplishment of the work or performance of services under this Agreement. I 25 5. INSURANCE. 26 27 While not restricting or limiting the foregoing, during the term of this Agreement, 28 VENDOR shall maintain in effect policies of comprehensive public, general and automobile -2- liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory 1 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 2 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 3 additional named insured in each policy of insurance provided hereunder. The Certificate of 4 5 Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 6 termination in the policy. Insurer shall give CITY 30 days notice prior to enactment and any 7 change or termination of policy. 8 6. NON-DISCRIMINATION. . 9 In the performance of this Agreement and in the hiring and recruitment of employees, 10 VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, 11 discrimination in employment of persons because of their race, religion, color, national origin, 12 13 ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or 14 sexual orientation, or any other status protected by law, except as permitted pursuant to Section 15 12940 of the California Government Code. 16 7. INDEPENDENT CONTRACTOR. 17 VENDOR shall perform work tasks provided by this Agreement, but for all intents and 18 purposes VENDOR shall be an independent contractor and not an agent or employee of the 19 20 CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of 21 Income Tax, Social Security, State Disability Insurance Compensation, Unemployment 22 Compensation, and other payroll deductions for VENDOR and its officers, agents, and 23 employees, and all business licenses, if any are required, in connection with the services to be 24 performed hereunder. 25 26 s 27 28 -3- 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. 1 VENDOR warrants that it possesses or shall obtain, and maintain a business registration 2 certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits, 3 s qualifications, insurance and approval of whatever nature that are legally required of VENDOR 4 5 to practice its business or profession. 6 9. NOTICES. 7 Any notices to be given pursuant to this Agreement shall be deposited with the United 8 States Postal Service, postage prepaid and addressed as follows: 9 TO THE CITY: Public Services Director 10 300 North"D" Street San Bernardino, CA 92418 11 Telephone: (909) 384-5140 ' 12 TO THE VENDOR: Fairview Ford Sales Inc. 808 West 2nd Street 13 San Bernardino, CA 92412-5516 14 Telephone: (909) 386-0281 Attn: Todd Eff 15 10. ATTORNEYS' FEES 16 17 In the event that litigation is brought by any party in connection with this Agreement, 18 the prevailing party shall be entitled to recover from the opposing party all costs and expenses, t 19 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of 20 its rights or remedies hereunder or the enforcement of any of the terms, conditions or 21 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 22 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 23 24 fees" for the purposes of this paragraph. 25 26 27 28 -4- 11. ASSIGNMENT. 1 VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or 2 encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior 3 written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void 4 5 and shall constitute a breach of this Agreement and cause for the termination of this 6 Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR 7 of VENDOR's obligation to perform all other obligations to be performed by VENDOR 8 hereunder for the term of this Agreement. 9 12. VENUE. 10 The parties hereto agree that all actions or proceedings arising in connection with this 11 Agreement shall be tried and litigated either in the State courts located in the County of San 12 13 Bernardino, State of California or the U.S. District Court for the Central District of California, 14 Riverside Division. The aforementioned choice of venue is intended by the parties to be the 15 mandatory and not permissive in nature. 16 13. GOVERNING LAW. 17 This Agreement shall be governed by the laws of the State of California. 18 14. SUCCESSORS AND ASSIGNS. 19 20 This Agreement shall be binding on and inure to the benefit of the parties to this 21 Agreement and their respective heirs, representatives, successors, and assigns. 22 15. HEADINGS. 23 The subject headings of the sections of this Agreement are included for the purposes of 24 convenience only and shall not affect the construction or the interpretation of any of its 25 provisions. 26 27 28 -5- 16. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the 2 parties, and supercedes any prior agreements and understandings relating to the subject manner 3 of this Agreement. This Agreement may be modified or amended only by a written instrument 4 executed by all parties to this Agreement. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 -6- VENDOR SERVICE AGREEMENT BETWEEN FAIRVIEW FORD AND THE CITY OF SAN BERNARDINO 1 2 IN WITNESS THEREOF, the parties hereto have executed this Vendor Service 3 Agreement on the day and date set forth below. 4 Dated: , 2011 Fairview Ford Sales, Inc. 5 6 By: 7 Name: 8 Title: 9 10 Dated 32011. CITY OF SAN BERNARDINO 11 By: Charles E. McNeely, City Manager 12 Approved as to Form: 13 By?es 14 . Penman, City Attorney 15 16 17 18 19 20 21 22 23 24 25 26 27 28 -7- Attachment 'T' FAMVIEW FORD FLM-& TRUCK CMM =W.2.a srRZEr P.O.Bu 5616 SAN BERNARDINO,CA.92412 (909)386-0281 or Fax: (909) 386-0292 VEHICLE ORDER CONFIRMATION 12/08/10 15:37:51 �> Dealer: F71156 2011 CROWN VICTORIA Page: 1 of 2 Order No: 0000 Priority: Ord FIN: QC414 Order Type: 5B Price Level: 115 Ord Code: 730A Cust/Flt Name: CITY OF SB PO Number: RETAIL RETAIL P7B POLICE INTERCEP $27595 175 HORN/SIREN PREP $40 A: N6640A B: M6373L C: 177 SILICONE HOSES 320 H CLTH BUCKETS/RR (65) 21A PWR DRIVER SEAT 380 N CHARCOAL BLACK 423 CAL EM NOT READ 730A ORDER CODE 435 KEY CODE 1294X 50 .DUAL EXHAUST .17" STEEL SPARE TOTAL BASE AND OPTIONS 32475 .MANUAL AIR CONp TOTAL DSO/SPO OPTIONS 991 .ENG IDLE METER TOTAL 33466 99V .4.6L OHC FFV V8 NC 44Q .ELEC ADD TRANS NC TC1 .P235/55R17 BSW NC CAL. BOARD FEES NC 14T TRUNK PACK 190 FRT LICENSE BKT NC VEHICLE ORDER CONFIRMATION 12/08/10 15:38:05 Dealer: F71156 2011 CROWN VICTORIA Page: 2 of 2 Order No: 0000 Priority: Ord FIN: QC414 ` Order Type: 5B Price Level: 115 Ord Code: 730A Cust/Flt Name: CITY OF SB PO Numbers RETAIL RETAIL 478 CLAMPS DISABLE $20 SP FLT ACCT CR 51Y DUAL SPOT LAMPS 340 FUEL CHARGE 53H NOISE SUPPRESS 95 B4A NET INV FLT OPT NC 61H DECELD REL IP/D 60 PRICED DORA NC 63B SMOKERS PACKAGE 10 DEST AND DELIV 875 67R RR DR HND INOP 25 76A BLACK BUMPERS NC TOTAL BASE AND OPTIONS 32475 TOTAL DSO/SPO OPTIONS 991 794 PRICE CONCEW 33466 90B LH/RH PANELS 2485 TOTAL 936 CAL SER VEH EXP NC 948 RR WINDOW DEL 25 96B FRT MLDG UNINST t 30 DSO/SPO OPTIONS SP213 PAINT CHARGE 991 SP DLR ACCT ADJ FAIRVIEW FORD - RETAIL - Work She%tachment "1" 12-08-10 Customer: Stock # : <NEW> Home Ph#: Purchase: Work Ph#: Trade-In: N/A Salespsn: Bank Price 24,693.00 Accessories .00 Sales Tax 2.222.37 Service Agreement .00 Cash Price 26.915.37 DMV .00 Tire Fee 8.75 Insurance Premiums . .00 Total Purchase 26.924.12 Trade-In .00 Less Pay-Off .00 Net Trade-In .00 Deferred Down .00 Amount Paid Now .00 Total DoMmpayment .00 Amount Financed 26,924.12 (Eoeg3 CUSTOMER'S ACCEPTANCE 1 VENDOR SERVICE AGREEMENT 2 This Vendor Service Agreement is entered into this 7th day of March 2011, by and 3 between Fairview Ford ("VENDOR") and the City of San Bernardino ("CITY" or "San 4 Bernardino"). 5 WITNESSETH: 6 WHEREAS,the Mayor and Common Council have determined that it is in the best 7 8 interest of the CITY to contract for the purchase of twelve 2011 Ford Crown Victoria Police 9 Interceptors; and 10 WHEREAS, the City of San Bernardino has determined that vendor possesses the 11 professional skills and ability to provide said services for the City; 12 NOW, THEREFORE, the parties hereto agree as follows: 13 1. SCOPE OF SERVICES. 14 15 For the remuneration stipulated in paragraph 2, San Bernardino hereby engages the 16 services of VENDOR to provide those products and services as set forth in its proposal dated 17 December 8, 2010, attached hereto, marked Attachment "1" and incorporated herein by this 18 reference as set forth at length. 19 2. COMPENSATION AND EXPENSES. 20 a. For the services delineated above, the CITY, upon presentation of an invoice, shall 21 22 pay the VENDOR up to the amount of $26,924.12 for each 2011 Ford Crown 23 Victoria Police Interceptor and to provide and perform those products and services 24 described in Section 1 above. Total amount not-to-exceed $323,089.44 for all 25 twelve 2011 Ford Crown Victoria Police Interceptors. 26 b. No other expenditures made by VENDOR shall be reimbursed by CITY. 27 28 .� -1- 3. TERM. 1 The term of this agreement shall be for a period of one year. 2 3 This Agreement may be terminated at any time by thirty days prior written notice by 4 either party. The terms of this Agreement shall remain in force unless amended by written 5 agreement of the parties executed on or before date of expiration of current term of the 6 agreement. 7 4. INDEMNITY. 8 Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, 9 agents or representatives, free and harmless from all claims, actions, damages and liabilities of 10 11 any kind and nature arising from bodily injury, including death, or property damage, based or 12 asserted upon any or alleged act or omission of Vendor, its employees, agents, or 13 subcontractors, relating to or in any way connected with the accomplishment of the work or 14 performance of service under this Agreement, unless the bodily injury or property damage was 15 actually caused by the sole negligence of the City, its elected officials, employees, agents or 16 representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its 17 18 own expense, including attorney's fees the City, its elected officials, employees, agents or 19 representatives from any and all legal actions based upon such actual or alleged acts or 20 omissions. Vendor hereby waives any and all rights to any types of express or implied 21 indemnity against the City, its elected officials, employees, agents or representatives, with 22 respect to third party claims against the Vendor relating to or in any way connected with the 23 accomplishment of the work or performance of services under this Agreement. 24 5. INSURANCE. 25 9 While not restricting or limiting the foregoing, during the term of this Agreement, 26 27 VENDOR shall maintain in effect policies of comprehensive public, general and automobile 28 liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory -2- worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 1 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 2 3 additional named insured in each policy of insurance provided hereunder. The Certificate of 4 Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 5 termination in the policy. Insurer shall give CITY 30 days notice prior to enactment and any 6 change or termination of policy. 7 6. NON-DISCRIMINATION. 8 In the performance of this Agreement and in the hiring and recruitment of employees, 9 VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, 10 11 discrimination in employment of persons because of their race, religion, color, national origin, 12 ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or 13 sexual orientation, or any other status protected by law, except as permitted pursuant to Section 14 12940 of the California Government Code. 15 7. INDEPENDENT CONTRACTOR. 16 VENDOR shall perform work tasks provided by this Agreement, but for all intents and 17 18 purposes VENDOR shall be an independent contractor and not an agent or employee of the 19 CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of 20 Income Tax, Social Security, State Disability Insurance Compensation, Unemployment 21 Compensation, and other payroll deductions for VENDOR and its officers, agents, and 22 employees, and all business licenses, if any are required, in connection with the services to be 23 performed hereunder. 24 25 26 27 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. 28 -3- III VENDOR warrants that it possesses or shall obtain, and maintain a business registration 1 certificate pursuant to Chapter 5 of the Municipal Code, and any other license, permits, 2 qualifications, insurance and approval of whatever nature that are legally required of VENDOR 3 4 to practice its business or profession. 5 9. NOTICES. 6 Any notices to be given pursuant to this Agreement shall be deposited with the United 7 States Postal Service, postage prepaid and addressed as follows: 8 TO THE CITY: Public Services Director 9 300 North"D" Street San Bernardino, CA 92418 10 Telephone: (909) 384-5140 11 TO THE VENDOR: Fairview Ford Sales Inc. 12 808 West 2nd Street San Bernardino, CA 92412-5516 13 Telephone: (909) 386-0281 Attn: Todd Eff 14 15 10. ATTORNEYS' FEES 16 In the event that litigation is brought by any party in connection with this Agreement, 17 the prevailing party shall be entitled to recover from the opposing party all costs and expenses, 18 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of 19 its rights or remedies hereunder or the enforcement of any of the terms, conditions or 20 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 21 22 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 23 fees" for the purposes of this paragraph. 24 25 26 27 11. ASSIGNMENT. 28 -4- VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or 1 encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior 2 written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void 3 4 and shall constitute a breach of this Agreement and cause for the termination of this 5 Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR 6 of VENDOR's obligation to perform all other obligations to be performed by VENDOR 7 hereunder for the term of this Agreement. 8 12. VENUE. 9 The parties hereto agree that all actions or proceedings arising in connection with this 10 11 Agreement shall be tried and litigated either in the State courts located in the County of San 12 Bernardino, State of California or the U.S. District Court for the Central District of California, 13 Riverside Division. The aforementioned choice of venue is intended by the parties to be the 14 mandatory and not permissive in nature. 15 13. GOVERNING LAW. 16 This Agreement shall be governed by the laws of the State of California. 17 14. SUCCESSORS AND ASSIGNS. 18 19 This Agreement shall be binding on and inure to the benefit of the parties to this 20 Agreement and their respective heirs, representatives, successors, and assigns. 21 15. HEADINGS. 22 The subject headings of the sections of this Agreement are included for the purposes of 23 convenience only and shall not affect the construction or the interpretation of any of its 24 provisions. 25 26 27 16. ENTIRE AGREEMENT; MODIFICATION. 28 -5- This Agreement constitutes the entire agreement and the understanding between the 1 parties, and supercedes any prior agreements and understandings relating to the subject manner 2 3 of this Agreement. This Agreement may be modified or amended only by a written instrument 4 executed by all parties to this Agreement. 5 6 7 8 9 /// 10 11 12 13 14 15 16 17 18 19 20 21 /// 22 23 24 25 26 27 VENDOR SERVICE AGREEMENT FAIRVIEW FORD SALES INC. 28 -6- IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day 1 and date set forth below. 2 Dated: , 2011 Fairview Ford Sales, Inc. 3 4 By. 5 Name: 6 Title: 7 8 Dated 52011 CITY OF SAN BERNARDINO 9 By: Charles E. McNeely, City Manager 10 Approved as to Form: 11 By: 12 es F. Penman, City Attorney 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Attachment 'T' FAIRVIEW FORD FLEET & TRUCK CENTER cos W.2nd STRM P.O.Bu5516 - SAN BERNARDIN09 CA.92412 (909)386-0281 or Fax: (909)386-4292 VEHICLE ORDER CONFIRMATION 12/08/10 15:37:51 ` Dealer: F71156 2011 CROWN VICTORIA Page: 1 of 2 Order No: 0000 Priority: Ord FIN: QC414 Order Type: 5B Price Level: 115 Ord Code: 730A Cust/Flt Name: CITY OF SB PO Number: RETAIL RETAIL P7B POLICE INTERCEP $27595 175 HORN/SIREN PREP $40 A: M6640A B: M6373L C: 177 SILICONE HOSES 320 H CLTH BUCKETS/RR (65) 21A PWR DRIVER SEAT 380 N CHARCOAL BLACK 423 CAL EM NOT READ 730A ORDER CODE 435 KEY CODE 1294X 50 .DUAL EXHAUST .17" STEEL SPARE TOTAL BASE AND OPTIONS 32475 .MANUAL AIR COND TOTAL DSO/SPO OPTIONS 991 .ENG IDLE METER TOTAL 33466 99V .4..6L OHC FFV V8 NC 440 .ELEC AOD TRANS NC TC1 .P235/55R17 BSW NC CAL. BOARD FEES NC 14T TRUNK PACK 190 FRT LICENSE BKT NC 08/10 15:38:05 VEHICLE ORDER CONFIRMATION 12/08/10 F71156 �> • 2011 CROWN VICTORIA Page: 2 of 2 Order No: 0000 Priority: Ord FIN: QC414 Order Type: 5B Price Level: 115 Ord Code: 730A Cust/Flt Name: CITY OF SB YO fir' RETAIL RETAIL 478 C/LAMPS DISABLE $20 SP FLT ACCT CR 51Y DUAL SPOT LAMPS 340 FUEL CHARGE 53M NOISE SUPPRESS 95 B4A NET INV FLT OPT NC PRICED DORA NC 61H DECKLD REL IP/D 60 DEST AND DELIV 675 63B SMOKERS PACKAGE 10 67R RR DR HND INOP 25 76A BLACK BUMPERS NC TOTAL BASE AND OPTIONS 32475 6N TOTAL pS0/SPO OPTIONS 991 794 PRICE CONCES� TOTAL 33466 90B LH/RH PANELS 2485 936 CAL SER VEH EXP NC 948 RR WINDOW DEL 25 96B FRT MLDG UNINST 30 DSO/SPO OPTIONS SP213 PAINT CHARGE 991 SP DLR ACCT ADJ FAIRVIEW FORD - RETAIL - Work She4Mtachment 661" 12-08-10 Customer: Stock # : `NEW' Home Ph#: Purchase: Work Ph#: Trade-In: N/A Salespsn: Bank Pr1Ce 24,693.00 Accessories .00 9 4'o Sales Tax 2,222.37 Service Agreement .00 Cash Price 26,915.37 DMV .00 Tire Fee 8.75 Insurance Premiums . .00 Total Purchase 26.924.12 Trade-In .00 Less Pay-Off .00 Net Trade-In .00 Deferred Down .00 Amount Paid Now .00 Total Downpayment .00 Amount Financed 26.924.12 (EV,,/, CUSTOMER'S ACCEPTANCE