Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout2018-0632
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
RESOLUTION NO. 2018-63
RESOLUTION OF THE MAYOR AND CITY COUNCIL OF THE CITY OF SA
BERNARDINO, CALIFORNIA, AUTHORIZING THE RECEIPT, OBLIGATION, AN
EXPENDITURE OF THE FY2017 EMERGENCY MANAGEMENT PERFORMANC
GRANT, AUTHORIZING THE CITY MANAGER TO EXECUTE VENDOR SERVIC
AGREEMENTS WITH VECTOR USA AND TYCO INTEGRATED SECURITY AN
AUTHORIZING THE DIRECTOR OF FINANCE TO AMEND THE ADOPTE
FY2017/18 BUDGET AND TO ISSUE PURCHASE ORDERS TO VECTOR USA, TYC
INTEGRATED SECURITY AND GOVCONNECTION, INC.
WHEREAS, The City of San Bernardino, California has been awarded the FY201
Emergency Management Performance Grant in the amount of $30,928.00.
WHEREAS, Cal OES has approved the Select Source purchase with FYI EMPG
NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
COUNCIL OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AS FOLLOWS:
SECTION 1. The City Manager is hereby authorized to accept the FY2017 Emergency
Management Performance Grant in the amount of $30,928.00 for technology upgrades in the
Emergency Operations Center.
SECTION 2. The City Manager is hereby authorized to execute a Vendor Service
Agreement between the City of San Bernardino and Vector USA attached hereto as Exhibit `B"
and incorporated herein by this reference.
SECTION 3. The City Manager is hereby authorized to execute a Vendor Service
Agreement between the City of San Bernardino and Tyco Integrated Security attached hereto as
Exhibit "C" and incorporated herein by this reference.
SECTION 4. The Director of Finance is hereby authorized to amend the Adopted
FY2017/18 budget increasing the estimated revenues and expenditures by $30,928.00.
SECTION 5. The Director of Finance is hereby authorized to issue Purchase Orders to
Vector USA in the amount not to exceed $12,399.00, Tyco Integrated Security in the amount not
to exceed $9,122.00, and to GovConnection, Inc. in the amount not to exceed $9,407.00
1
I to San Bernardino Municipal Code 3.04.101(b)(3), the Mayor and City Council approve a
2 selected source justification for this purchase.
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
P#m
23
24
25
RESOLUTION OF THE MAYOR AND CITY COUNCIL OF THE CITY OF S.
BERNARDINO, CALIFORNIA, AUTHORIZING THE RECEIPT, OBLIGATION, A
EXPENDITURE OF THE FY2017 EMERGENCY MANAGEMENT PERFORMAN
GRANT, AUTHORIZING THE CITY MANAGER TO EXECUTE VENDOR SERVI
AGREEMENTS WITH VECTOR USA AND TYCO INTEGRATED A
AUTHORIZING THE DIRECTOR OF FINANCE TO AMEND THE ADOPT
FY2017/18 BUDGET AND TO ISSUE PURCHASE ORDERS TO VECTOR USA, TY,
INTEGRATED SECURITY AND GOVCONNECTION, INC.
I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor
City Council of the City of San Bernardino at a Joint Regular Meeting thereof, held on the
day of March 2018, by the following vote, to wit:
Council Members:
MARQUEZ
BARRIOS
VALDIVIA
SHORETT
NICKEL
RICHARD
MULVIHILL
AYES NAYS
X M
ABSTAIN ABSENT
Georgea anna, C , City Clerk
The foregoing Resolution is hereby approved this 7b day of March 2018.
�-) i OLizx)o
R. Carey D is, Mayor
City of SanBernardino
Approved as to form:
Gary D. Saenz, City Attorney
By.
3
Exhibit C
VENDOR SERVICES AGREEMENT THE CITY OF SAN BERNARDINO AND TYCO
INTEGRATED SECURITY FOR ACCESS CONTROL SYSTEM UPGRADES FOR THE
SAN BERNARDINO POLICE DEPARTMENT.
This Vendor Services Agreement is entered into this 2± day of marchaoie by and
between Tyco Integrated Security ("VENDOR") and the City of San Bernardino
("CITY" or "San Bernardino").
WHEREAS, the City of San Bernardino has determined that it is advantageous and in
the best interest of the City to contract with the Vendor for access control upgrades; and
WHEREAS, the City did solicit and accept quotes from available vendors for access
control systems upgrade.
NOW, THEREFORE, the parties hereto agree as follows:
1. SCOPE OF SERVICES.
For the remuneration stipulated, CITY hereby engages the services of VENDOR to
provide access control system upgrades as requested by the Police Department.
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 $ 9,122.00 for access control system
upgrades.
b. No other expenditures made by VENDOR shall be reimbursed by CITY.
3. TERM; TERMINATION.
The term of this Agreement shall be for a period of one year.
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 mutually amended. The
duration of this Agreement may be extended with the written consent of both parties.
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 actual 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 services 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 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 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 at least 30 days prior to any
change in or termination of the 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 condition, 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 license, if any are required, in connection with the services to be
performed hereunder.
8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS.
VENDOR warrants that it possesses or shall obtain prior to execution of this Agreement,
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.
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:
Andrea M. Miller
City Manager, City of San Bernardino
290 North "D" Street
San Bernardino, CA 92418
Telephone: (909) 384-5122
2
TO THE VENDOR:
Tyco Integrated Security, LLC
11801 Pierce Street
Riverside, CA 92505-4400
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 parry 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.
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 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
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 of the 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. 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.
17. REMEDIES; WAIVER.
All remedies available to either party for one or more breaches by the other party are and
shall be deemed cumulative and may be exercised separately or concurrently without waiver of
any other remedies. The failure of either party to act in the event of a breach of this Agreement
by the other shall not be deemed a waiver of such breach or a waiver of future breaches, unless
such waiver shall be in writing and signed by the party against whom enforcement is sought.
18. ENTIRE AGREEMENT; MODIFICATION.
This Agreement constitutes the entire agreement and the understanding between the
parties, and supersedes any prior agreements and understandings relating to the subject matter of
this Agreement. This Agreement may be modified or amended only by a written instrument
executed by all parties to this Agreement.
IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day
and date set forth below.
Dated: —Qt/P '2018
Dated , 2018
Approved as to Form:
Gary D. Saenz, City Attorney
By:
CITY OF SAN BERNARDINO
By:
_ � L.'V'A lvdl'�4'
Andrea M. Miller, City Manager
4