Loading...
HomeMy WebLinkAbout10-Fire Department CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Subject: Date: Michael J. Conrad, Fire Chief Resolution authorizing the execution of an agreement and issuance of a purchase order to Sport Trailers in the amount of $61,557.75 for five Mobile Community Emergency Response Team trailers. Fire July 7,2011 MC/C Meeting Date: July 18,2011 Synopsis of Previous Council Action: 04/29/08 05/05/08 03/31109 04/06/09 09/20/1 0 Grants Ad Hoc Committee-Item recommended for informational. Preliminary review of the Urban Area Security Initiative (UASI) Grant presented to Council. Grants Ad Hoc Committee-Item recommended to be submitted to Council. Resolution #2009-75 authorizing the City Manager or his designee execute a Memorandum of Understanding with the City of Riverside Office of Emergency Management and authorizing the obligation and expenditure of the UASI Grant funds. Resolution #2010-324 authorizing the City of San Bernardino to enter into a Memorandum of Understanding with the City of Riverside Office of Emergency Management for the purpose of accepting and administering the 2009 UASI Grant. OMMENDATION: Adopt resolution. Sig~/~ Contact Person: Phone: (909) 384-5286 Don Feser, Emergencv Services Manager Supporting data attached: Staff Report, Resolution, Agreement. and Bid Summary Ward: Citywide FUNDING REQUIREMENTS: Council Notes: Amount: $61,557.75 Source: (Acct. No.) 123-881-5701-0000-0048 (Acct Descr.) Federal & State Program- 2009 Urban Area Security Initiative Grant Finance: Agenda Item No. ID f11_/9-::wul STAFF REPORT SUBJECT Resolution authorizing the execution of an agreement and issuance of a purchase order to Sport Trailers in the amount of $61,557.75 for 5 Mobile Community Emergency Response Team trailers. BACKGROUND On June 3, 20 I 0, the City of Riverside Office of Emergency Management notified the City of San Bernardino that the final modifications for the 2009 Urban Area Security Initiative (UASI) grant funding cycle was approved and expenditures against the grant were authorized. On September 20, 2010, the Mayor and Common Council approved a Resolution authorizing the City Manager to execute, on behalf of the City of San Bernardino, a Memorandum of Understanding with the City of Riverside Office of Emergency Management regarding reimbursement guidelines for the UASI grant expenditures. The City Manager was also authorized to obligate and expend the allocated UASI grant funding in the amount of $363,000. The 2009 UASI grant funding allocated $93,000 to the Police Department and $270,000 to the Fire Department. The expenditure plan for the Community Emergency Response Team (CERT) trailers was identified in the amount of $50,000. On March 21, 2011, a Request for Quote (RFQ) #F-II-17 was issued to solicit formal bids for 5 mobile CERT trailers. The mobile CERT trailers are 8' x 16' cargo units designed to support City of San Bernardino CERT teams in the field with emergency equipment and supplies. Notices inviting bids from qualified vendors for 5 mobile CERT trailers were distributed to the San Bernardino Area Chamber ofCornmerce, the City's Web Site, and advertised in The Sun Newspaper. The RFQ #F-11-17 packages were mailed to 5 vendors including 3 local vendors within the City limits. On April 21, 2011, the City received and reviewed 2 bid quotes and the bid responses are as follows: Vendor Sport Trailers Fireblast 451, Inc. Location San Bernardino, CA Corona, CA Bid Proposal $61,557.75 (including tax) $71,395.00 (including tax) On May 18, 20 II, the City of San Bernardino submitted a request to the City of Riverside Office of Emergency Management to modify the $50,000 expenditure plan for CERT trailers in order to accommodate an increase in cost. I On June 15,2011, the City of San Bernardino received notice from the City of Riverside Office of Emergency Management that the modification request had been approved by the State of California State Emergency Management Agency. Pursuant to the City's bidding process, it is recommended that the City award a purchase order to Sport Trailers for the 5 mobile CERT trailers under RFQ #F-II-17 (exhibit A). Sport Trailers meet technical specifications and is the lowest overall bidder for the 5 mobile CERT trailers. The issuance of the purchase order and execution of the agreement is required to be finalized by July 21, 2011 due to the bid price being valid for 90 days from the close date of the RFQ. FINANCIAL IMPACT The total dollar amount to be awarded to Sport Trailers for the 5 mobile CERT trailers is not-to-exceed $61,557.75. Funding is budgeted under the 2009 UASI grant account for motor vehicles (no. 123-881-5701-0000-0048). There is no financial impact to the General Fund. Account Number: 123-881-5701-0000-0048 Budgeted Amount: $270,000 Balance as of July 8, 2011: $185,482.39 Balance after approval of item: $123,924.64 Please note this balance does not indicate available funding. It does not include non- encumbered reoccurring expenses or expenses incurred but not yet processed. RECOMMENDATION Adopt resolution. 2 [",hiiLL/. "/I" l- t/) D.. CD L{) ~ >. . e '<t 0 C/) Q) C/) 0 CIl 0- W ~ 0:: :J 0 0- e 0 m >.c/) Cll 0 . Z ~ == Q) u 0 C/) LlJ Cll- m 'C C"l Q) .- <.l C/) Cll > <.l .- Z .2: Q) .J:: 'C 0 0- eO-Q) ~ E ::)CIl> Q) z (L 0 u w ~ C/) Cll L{) 00 ..... u L{) L{) 0'1 Cll L{) CD L{) Il'i ~ l- e O"l ~ ~ 0'1 N ~ C\[ 0 CD CD C/) Q) >- 1:: m ~ ~ .... 0 e ~ .... 0- CIl Cll CIl 0 0 c.i 0 0 e Cll O"l 0'1 - U - 0 ..... ..... C/) Cll 0 O"l N ~ l1l e ~ ~ Z .,f m 0 C"l .... Q) ~ ~ 0 .: U LL iii - 0 I- Q) <.l l- e Q) e::: ~ >- LlJ ~ ~ (.) Q) 0:: ~ ~ 0 ~ 0- f! ~ Cl z :c ('-. 0 LlJO 0 I- UJ ~ ""0 1-- :!E ~ 0 e <(I- ""0 Q) :..)a. 5: e > Q) --0:: ~ > Cll CIlU X <.l Cll ::2C1l f5 I- m 0 LlJLlJ ~ <.l ~ 1-0 Q" 0 0 0 (J) -l L{) C/) Cll '0 Cll ::2 Cll C/) C/) Q) e Cll > >. .Q "C Cl) "C ~ o u Cl) e::: o o M .... .... o N -- .... N -- '<t I- UJ UJ I (f) , , L <l ~ ~ :J (f) o co 3= e ~ o ::2 .J:: Cll ~ o .0 Q) o LlJ e::: u:: >. .Q "C Cl) U e :J o e e CIl "C C CIl "C Cl) C Cl) l:l. o 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. 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 SPORT TRAILERS IN THE AMOUNT OF $61,557.75 FOR FIVE MOBILE COMMUNITY EMERGENCY RESPONSE TEAM TRAILERS BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. That Sport Trailers is the lowest and best responsible bidder for the purchase of 5 Mobile Community Emergency Response Team trailers in accordance with Bid Specification #F-II-17 for a total amount 01'$61,557.75. All other bids are hereby rejected. SECTION 2. The City Manager is hereby authorized and directed to execute on behalf of the City a Purchase Agreement with Sport Trailers, a copy of which is attached hereto. marked Attachment "A" and incorporated herein by reference as fully as though set forth at length. SECTION 3. The Director of Finance or her designee is hereby authorized to issue a purchase order to SpOli Trailers. The purchase order shall incorporate by reference this Resolution number, shall reference the terms in RFQ Bid Specification #F-II-17, and shall incorporate the terms and conditions of the bid of Sport Trailers. SECTION 4. The above authorizations are rescinded if the Agreement is not fully executed and the purchase order is not issued by July 21, 2011. IIII IIII IIII IIII IIII IIII IIII IIII , 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 A PURCHASE ORDER TO SPORT TRAILERS IN THE AMOUNT OF $61,557.75 FOR FIVE MOBILE COMMUNITY EMERGENCY RESPONSE TEAM TRAILERS I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of , 20 II, by the following vote, to wit: Council Members: AYES NAYS ABSTAIN ABSENT MARQUEZ VACANT BRINKER SHORETT KELLEY JOHNSON MCCAMMACK Rachel G. Clark, City Clerk The foregoing Resolution is hereby approved this day of .2011. Patrick 1. Morris, Mayor City of San Bernardino Approved as to Form: JAMES F. PENMAN, City Attorney 2 Attachment "A" PURCHASE AGREEMENT CITY OF SAN BERNARDINO - SPORT TRAILERS This Purchase Agreement is entered into this 18th day of July, 2011, by and between Sport Trailers ("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 contract for the purchase of 5 Mobile Community Emergency Response Team Trailers; and, WHEREAS, the City of San Bernardino did solicit and accept quotes from available Vendors for the purchase of 5 Mobile Community Emergency Response Team Trailers; and, WHEREAS, Sport Trailers, submitted the lowest and best quote for the purchase of 5 Mobile Community Emergency Response Team Trailers; NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES. For the remuneration stipulated, San Bernardino hereby engages Vendor to provide 5 Mobile Community Emergency Response Team Trailers equipped as set forth on Vendor's proposal, attached hereto and incorporated herein as Exhibit "A." Delivery to City is to be made at Vendor's place of business. 2. COMPENSATION AND EXPENSES. a. For the products and/or services delineated above, the City, upon presentation of an invoice, shall pay the Vendor up to the amount of$61,557.75 for 5 Mobile Community Emergency Response Team Trailers, $20,000.00 of which is to be paid upon execution of this Agreement. Final payments will be processed upon completion and acceptance of the 5 Mobile Community Emergency Response Team Trailers. b. No other expenditures made by Vendor shall be reimbursed by City. 3. TERM; TERMINATION. a. This purchase shall be completed by September 15, 2011 after receipt of accepted purchase order. b. 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. 4. WARRANTY Vendor expressly warrants that all products and services supplied to City by Vendor under this Agreement shall conform to the specifications, drawings or other description upon which this CITY OF SAN BERNARDINO - SPORT TRAILERS 1 PURCHASE AGREEMENT PURCHASE is based, shall be fit and sufficient for the purpose intended, merchantable, of good material and workmanship, free from defects and free and clear of all liens or encumbrances. Inspection, testing, acceptance or use of the goods by the City shall not affect Vendor's obligations under this warranty, and such warranty shall survive inspection, testing, acceptance and use. Vendor agrees to replace or correct promptly defects of any goods or services not conforming to the foregoing warranty without expense to the City, when notified of such non-conformity by City. If Vendor fails to correct the defects in or replace non-conforming goods or services promptly, City may, after reasonable notice to Vendor, make such corrections or effect cover, or cure, at Vendor's expense. "Reasonable notice" for purposes of this section shall not be deemed to require more than 60 calendars days notice before commencement of efforts by the City to effect cover or a cure except upon written agreement of the Parties. 5. 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. 6. 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 $ 100/300,000 limits, 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 ofInsurance furnished to the City shall require the insurer to notify City of any change or termination in the policy. 7. NON-DISCRIMINATION. In the performance ofthis 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. 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. Vendor warrants that it possesses or shall obtain, and maintain a business registration certificate as required under Chapter 5 of the Municipal Code, and any other license, permits, qualifications, insurance and approval of whatever nature that are legally required of Vendor to practice its business or profession. CITY OF SAN BERNARDINO - SPORT TRAILERS 2 PURCHASE AGREEMENT 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: City of San Bernardino Fire Department 200 East Third Street San Bernardino, CA 92410 Attention: Fire Chief Telephone: (909) 384-5286 TO THE Vendor: Sport Trailers 271 South I Street San Bernardino CA 92410 Attention: Kenneth Kormilo, Owner Telephone: (909)888-5003 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. Attorneys' fees for the City Attorney and members of his office shall be calculated based on the market rate for comparable services. 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 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 ansmg 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. CITY OF SAN BERNARDINO - SPORT TRAILERS 3 PURCHASE AGREEMENT 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 manner 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: ,2011 Dated ,2011 SPORT TRAILERS CITY OF SAN BERNARDINO By: Ken Kormilo, Owner By: Charles McNeely, City Manager Approved as to Form: James F. Penman, City Attorney CITY OF SAN BERNARDINO - SPORT TRAILERS 4 PURCHASE AGREEMENT RFQF-11-I7 Mobile CERT Trailers City of San Bernardino TECHNICAL SPECIFICATIONS RFQ F-11-17 Mobile CERT Trailers (Community Emergency Response Team) Quantity: Five (5) NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Equipment: Bidder shall complete right-hand column indicating specific size and or make and model of all components when not exactly as specified. State . As Specified" if item is exactly as set forth in the left-hand column. GENERAL SPECIFICATIONS: General Bid prices effective for 90 days from bid opening FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID Five (5) Traileis 8' X 16' Fully Enclosed ACCEPTABLE I AS SPECIFIED Minimum requirements; 16' Roor length Dual axle with 3,500 GVW each axil! Electric brakes on one axle Tongue Jack with wheel 2 inch coupler f' ~IJ 2 inch receiver ball and hitch drop size TSD 'C j Jt:; 36" side door on right side in front of tires /IS 5p~ Step for side door Rear door ramp style One roof vent 24 inch work bench full width in front of trailer 15" Trailer wheels with mounted spare Wheels to be painted white 12 voltlighting Inside lights Loading lights Porch light over side door Roaring to be dark vinyl Color Red exterior skin and matchina interior 9 EXrI/dIT 'j? (f RFQ F-1I-17 Mobile CERT Trailers Five (5) Trailers 8' X 16' Fully Enclosed ACCEPTABLE I AS SPECIFIED Item 2-12 Volt~ 24 Deep Cycle Maintenance Free battery /IS ' I SPIECIFlct) Item 3-Tle down attachments . I , In floor D rings (Locations TBD) 1J5 SpIiC,F/If/.) Item 4 -110 volt Connection and Ughtlng 25 ' electric cord to breaker box 3 duplex receptacles (one oulside location) /15 SP guf,. /$-1) 3 oulside lights (Locations TBD) 3 inside lights (Locations TBD) Item 5- Shelving 4 full length shelves 2 each side Driver side front to back f}~ SfJISG:-I, if" Passenger side from side door to back Metal frame with wood sheMng and matching vinyl coverina. . Item 6- Wheel option Substitute 4 - white wheels with /lS- SpiCe. tf,~-tJ 4 - chrome wheels Item 7- Exterior Graphics City logo and additional graphics on each side and . I rear of trailer. Graphics to include the following; City ItS . Sp~''''{!-II;() logo, SBFD logo, CERT and more to be designed and approved before installation. Item 8 - WarrantY Any warranty must be included as part of the bid. No /f5 sp/!;c-tll~ additional warranties will be purchased. 10 RFQ F-Il-17 Mobile CERT Trailers PRICE FORM REQUEST FOR QUOTES: DESCRIPTION OF RFQ: COMPANY NAME ADDRESS: RFQ F-11-17 Mobile CERT Trailers 5PORT TRII IlER S 271 SOUTH I STREET ~AN R~RNARnrNn. rA Q?hln KENN~TW KORMllO OWN~R 909 333-5gg~ PRINT NAME OF AUTHORIZED REPRESENTATIVE KEN~FTH KORMTIO Provide pricing that Is a Firm Fixed Fee. to Include transportation charges, warra'nty and sales tax as a separate line item. UNIT FEE LJI , ~<:t:f,v 0 - $ Jo/(g.S.) $.1:1., '311,$'5 . Per Vehicle Sales Tax 9% Total: Are there any other additional or incidental costs, which wiD be required by your ~ order to meet the requirements of the Technical Specifications? Yes I ~ (circle one). If you answered "Yes., please provide detail of said additional Please indicate any elements of the Technical Specifications that cannot be met by your firm. flIn~~ 15 RFQF-I1-17 Mobile CERT Trailer. PRICE FORM (continued) Have you included in your bid all informational items and forms as requested'(Ye0 I No (circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFO.close date. Terms and conditions as set forth in this RFO apply to this bid. tP?o /0 D/t'1S Cash discount allowable % - days; unless otherwise stated, payment terms are: Net thirty (30) days. In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFO. Below, please indicate all Addenda to this RFO received by your firm, and the date said Addenda was!were received. Verification of Addenda Received Addenda No: Addenda No: Addenda No: Received on: Received on: Received on: AUTHORIZED SIGNATURE: \L ~\ 6) PRINT SIGNER'S NAME AND TITLE: K~NNET~ KQRMIlQ. QWNER DATE SIGNED: I.j - 1 9' - II COMPANY NAME & ADDRESS: <:pnlH TIlAII ~R<: 271 SOUTH I STREET SA~BERNARDINOJ CA 92410 PHONE: qnq RIUI-l)nn3 FAX: qOq &&R-Ol ~~ EMAIL: SPORTTRAllERSli!VERIZON ,-'.. Address: .f/tl": 16 PURCHASE AGREEMENT CITY OF SAN BERNARDINO - SPORT TRAILERS This Purchase Agreement is entered into this 18th day of July, 2011, by and between Sport Trailers ("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 contract for the purchase of 5 Mobile Community Emergency Response Team Trailers; and, WHEREAS, the City of San Bernardino did solicit and accept quotes from available Vendors for the purchase of 5 Mobile Community Emergency Response Team Trailers; and, WHEREAS, Sport Trailers, submitted the lowest and best quote for the purchase of 5 Mobile Community Emergency Response Team Trailers; NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES. For the remuneration stipulated, San Bernardino hereby engages Vendor to provide 5 Mobile Community Emergency Response Team Trailers equipped as set forth on Vendor's proposal, attached hereto and incorporated herein as Exhibit "A." Delivery to City is to be made at Vendor's place of business. 2. COMPENSATION AND EXPENSES. a. For the products and/or services delineated above, the City, upon presentation of an invoice, shall pay the Vendor up to the amount of$61,557.75 for 5 Mobile Community Emergency Response Team Trailers, $20,000.00 of which is to be paid upon execution of this Agreement. Final payments will be processed upon completion and acceptance of the 5 Mobile Community Emergency Response Team Trailers. b. No other expenditures made by Vendor shall be reimbursed by City. 3. TERM; TERMINATION. a. This purchase shall be completed by September 15, 2011 after receipt of accepted purchase order. b. 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. 4. WARRANTY Vendor expressly warrants that all products and services supplied to City by Vendor under this Agreement shall conform to the specifications, drawings or other description upon which this CITY OF SAN BERNARDINO - SPORT TRAILERS PURCHASE AGREEMENT PURCHASE is based, shall be fit and sufficient for the purpose intended, merchantable, of good material and workmanship, free from defects and free and clear of all liens or encumbrances. Inspection, testing, acceptance or use of the goods by the City shall not affect Vendor's obligations under this warranty, and such warranty shall survive inspection, testing, acceptance and use. Vendor agrees to replace or correct promptly defects of any goods or services not conforming to the foregoing warranty without expense to the City, when notified of such non-conformity by City. If V endor fails to correct the defects in or replace non-conforming goods or services promptly, City may, after reasonable notice to Vendor, make such corrections or effect cover, or cure, at Vendor's expense. "Reasonable notice" for purposes of this section shall not be deemed to require more than 60 calendars days notice before commencement of efforts by the City to effect cover or a cure except upon written agreement of the Parties. 5. 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. 6. 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$100/300,000 limits, 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 ofInsurance furnished to the City shall require the insurer to notify City of any change or termination in the policy. 7. 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. 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. Vendor warrants that it possesses or shall obtain, and maintain a business registration certificate as required under Chapter 5 of the Municipal Code, and any other license, permits, qualifications, insurance and approval of whatever nature that are legally required of Vendor to practice its business or profession. CITY OF SAN BERNARDINO - SPORT TRAILERS 2 PURCHASE AGREEMENT 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: City of San Bernardino Fire Department 200 East Third Street San Bernardino, CA 92410 Attention: Fire Chief Telephone: (909) 384-5286 TO THE Vendor: Sport Trailers 271 South I Street San Bernardino CA 92410 Attention: Kenneth Kormilo, Owner Telephone: (909)888-5003 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. Attorneys' fees for the City Attorney and members of his office shall be calculated based on the market rate for comparable services. 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 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 ansmg m 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. CITY OF SAN BERNARDINO - SPORT TRAILERS 3 PURCHASE AGREEMENT 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 circnmstance, 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 cnmulative 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 manner 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: ~ -/2. - I , ,2011 Dated ,2011 SPORT TRAILERS By: \\ ~ Ken Kormilo, Owner CITY OF SAN BERNARDINO ~ By: Charles McNeely, City Manager Approved as to Form: James F. Penman, City Attorney CITY OF SAN BERNARDINO - SPORT TRAILERS 4 PURCHASE AGREEMENT RFQF-1l-17 Mobile CERT Trailers City of San Bernardino TECHNICAL SPECIFICATIONS RFQ F-11-17 Mobile CERT Trailers (Community Emergency Response Team) Quantfty: Five (5) NOTICE: ~PECIAL INSTRUCTIONS TO THE BIDDER" Equipment: Bidder shan complete right-hand column indicating specific size and or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. GENERAL SPECIFICATIONS: General Bid prices effective for 90 days from bid opening FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID Five (5) Trailers 8' X 16' Fully Enclosed ACCEPTABLE I AS SPECIFIED Minimum requirements; 16' Roor length Dual axle with 3,500 GVW each axle Electric brakes on one axle Tongue Jack with wheel 2 inch coupler f" ~f) 2 inch receiver ball and hitch drop size TBD "Ci /jj;. 36" side door on right side in front of tires /IS 5p~ Step for side door Rear door ramp style One roof vent 24 inch work bench full width in front of trailer 15" Trailer wheels with mounted spare Wheels to be painted white 12 volt lighting Inside lights Loading lights Porch Dght over side door Rooring to be dark vinyl Color Red exterior skin and matchina interior 9 .t:XII/.!3'IT 'jJ f' RFQF-Il-17 Mobile CERT Trailers Five (5) Trailers 8' X 16' Fully Enclosed ACCEPTABLE I AS SPECIFIED Itsm 2-12 Volt 24 Deep Cycle Maintenance Free battery liS ' I SptEClfltt) Itsm 3-Tie down attachments . I ' In floor D rings (Locations TBD) /15 Sp I!C IF I IfIJ Itsm 4 -110 volt Connection and lighting 25 ' electric cord to breaker box 3 duplex receptacles (one outside location) 115 5P t:u(! ll::~1J 3 outside lights (Locations TBD) 3 inside Iiahts (Locations TBD) Itsm 5- Shelving 4 full length shelves 2 each side Driver side front to back /15 5pISC''-t,t.s-'' Passenger side from side door to back Metal frame with wood sheMng and matching vinyl coverin~. Item 6- Wheel ontlon Substitute 4 - white wheels with /15- Sp~Gtf,l:-{) 4 - chrome wheels Item 7- Exterior Graphics City logo and additional graphics on each side and . I rear of trailer. Graphics to include the following; City {t5 S P t:;C ,..(!.I ~(:) logo. SBFD logo, CERT and more to be designed and aooroved before installation. Item 8 - Warranty Any warranty must be included as part of the bid. No Its S(Jlf;ctf. I~ additional warranties will be Durchased. 10 RFQ F-Il-11 Mobile CERT Trailers PRICE FORM REQUEST FOR QUOTES: DESCRIPTION OF RFQ: COMPANY NAME ADDRESS: RFQ F-11-17 . Mobile CERT Trailers ,>PtlRT TRA I LEU'> 271 SOUTH I STREET ~AN R~RNARnrNn. fA Q?41n KENNHW KORM I to OWNER gag 323-5003 PRINT NAME OF AUTHORIZED REPRESENTATIVE KFN~FTH KORI'IIIO Provide pricing that is a Finn Fixed Fee. to include transportation charges, warr~nty and sales tax as a separate line item. UNIT FEE $--1J . 7-.q)~fO 0 - $ Jo/(g.5.) $. 1).,311,$.5 Per Vehicle Sales Tax 9% Total: Are there any other additional or incidental costs, which win be required by your ~orderto meetthe requirements of the Technical Specifications? Yes I ~ (circle one). If you answered "Yes., please provide detail of said additional Please indicate any elements of the Technical Specifications that cannot be met by your firm. ~n~~ 15 RFQ F-Il-I? Mobile CERT Tmilers PRICE FORM (continued) Have you included in y.our bid all informational items and forms as requested{Ye0 I No (circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFQ.close date. Terms and conditions as set forth in this RFQ apply to this bid. &l Yo /0 f)M S Cash discount allowable % - days; unless otherwise stated, payment terms are: Net thirty (30) days. In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda waslwere received. Verification of Addenda Received Addenda No: Addenda No: Addenda No: Received on: Received on: Received on: AUTHORIZED SIGNATURE: \L ~\ 6) PRINT SIGNER'S NAME AND TITLE: KENNH~ KQRM I UL QWNER DATE SIGNED: l.j - ~ - II COMPANY NAME & ADDRESS: <:POIll TIl A T I FIl <: 271 SOUTH I STREET SAN BERNARDINO, CA 92410 PHONE: qnq RRR-linn3 FAX: qnq RRR-nl'S'S EMAIL: SPORTTRAllf:RS!ilVf:RIZON..,. Address: .)Jt1'" 16 PURCHASE AGREEMENT CITY OF SAN BERNARDINO - SPORT TRAILERS This Purchase Agreement is entered into this 18th day of July, 2011, by and between Sport Trailers ("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 contract for the purchase of 5 Mobile Community Emergency Response Team Trailers; and, WHEREAS, the City of San Bernardino did solicit and accept quotes from available Vendors for the purchase of 5 Mobile Community Emergency Response Team Trailers; and, WHEREAS, Sport Trailers, submitted the lowest and best quote for the purchase of 5 Mobile Community Emergency Response Team Trailers; NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES. For the remuneration stipulated, San Bernardino hereby engages Vendor to provide 5 Mobile Community Emergency Response Team Trailers equipped as set forth on Vendor's proposal, attached hereto and incorporated herein as Exhibit "A." Delivery to City is to be made at Vendor's place of business. 2. COMPENSATION AND EXPENSES. a. For the products and/or services delineated above, the City, upon presentation of an invoice, shall pay the Vendor up to the amount of$61,557.75 for 5 Mobile Community Emergency Response Team Trailers, $20,000.00 of which is to be paid upon execution of this Agreement. Final payments will be processed upon completion and acceptance of the 5 Mobile Community Emergency Response Team Trailers. b. No other expenditures made by Vendor shall be reimbursed by City. 3. TERM; TERMINATION. a. This purchase shall be completed by September 15, 2011 after receipt of accepted purchase order. b. 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. 4. WARRANTY Vendor expressly warrants that all products and services supplied to City by Vendor under this Agreement shall conform to the specifications, drawings or other description upon which this CITY OF SAN BERNARDINO - SPORT TRAILERS I PURCHASE AGREEMENT PURCHASE is based, shall be fit and sufficient for the purpose intended, merchantable, of good material and workmanship, free from defects and free and clear of all liens or encumbrances. Inspection, testing, acceptance or use of the goods by the City shall not affect Vendor's obligations under this warranty, and such warranty shall survive inspection, testing, acceptance and use. Vendor agrees to replace or correct promptly defects of any goods or services not conforming to the foregoing warranty without expense to the City, when notified of such non-conformity by City. If V endor fails to correct the defects in or replace non-conforming goods or services promptly, City may, after reasonable notice to Vendor, make such corrections or effect cover, or cure, at Vendor's expense. "Reasonable notice" for purposes of this section shall not be deemed to require more than 60 calendars days notice before commencement of efforts by the City to effect cover or a cure except upon written agreement of the Parties. 5. 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. 6. 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$100/300,000 limits, 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. 7. 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. 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. Vendor warrants that it possesses or shall obtain, and maintain a business registration certificate as required under Chapter 5 of the Municipal Code, and any other license, permits, qualifications, insurance and approval of whatever nature that are legally required of Vendor to practice its business or profession. CITY OF SAN BERNARDINO - SPORT TRAILERS 2 PURCHASE AGREEMENT 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: City of San Bernardino Fire Department 200 East Third Street San Bernardino, CA 92410 Attention: Fire Chief Telephone: (909) 384-5286 TO THE Vendor: Sport Trailers 271 South I Street San Bernardino CA 92410 Attention: Kenneth Kormilo, Owner Telephone: (909)888-5003 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. Attorneys' fees for the City Attorney and members of his office shall be calculated based on the market rate for comparable services. 11. ASSIGNMENT. Vendor shall not voluntarily or by operation oflaw 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 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 anslllg III 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. CITY OF SAN BERNARDINO - SPORT TRAILERS 3 PURCHASE AGREEMENT 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; W AlVER. 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 manner 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: If - , z - \ \ , 2011 Dated ,2011 SPORT TRAILERS By:\'- ~ ~ Ken Kormilo,. wner CITY OF SAN BERNARDINO By: Charles McNeely, City Manager Approved as to Form: James F. Pemnan, City Attorney "J- 9- ,~ CITY OF SAN BERNARDINO - SPORT TRAILERS 4 PURCHASE AGREEMENT RFQF-Il-17 Mobile CERT Trailers City of San Bernardino TECHNICAL SPECIFICATIONS RFQ F-11-17 Mobile CERT Trailers (Community Emergency Response Team) Quantity: Five (S) NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Equipment: Bidder shall complete right-hand column indicating specific size and or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. GENERAL SPECIFICATIONS: General Bid prices effective for 90 days from bid opening FAILURE TO COMPLETE RIGHT HANp COLUMN WILL INVALIDATE BID Five (5) Traileis 8' X 16' Fully Enclosed ACCEPTABLE I AS SPECIFIED Minimum requirements; 16' Aoor length Dual axle with 3,500 GVW each axle Electric brakes on one axle Tongue Jack with wheel 2 inch coupler , 2 inch receiver ball and hitch drop size TBD .fl15IJ 36" side door on right side in front of tires /1S 5p,sC1 Step for side door Rear door ramp style One roof vent 24 inch work bench fuD width in front of trailer 15" Trailer wheels with mounted spare WI1eels to be painted white 12 volt lighting Inside lights Loading lights Porch right over side door Aooring to be dark vinyl Color Red exterior skin and matchi interior 9 EXH /63' IT 'It II RFQ F-ll-] 7 Mobile CERT Trailers Five (5) Trailers 8' X 16' Fully Enclosed ACCEPTABLE' AS SPECIFIED Item 2 12 Volt 24 Deep Cycle Maintenance Free battery AS ' , SPIEClfl~1J Item 3-Tie down attachments . I . In floor 0 rings (locations TBO) /15 Spl!C' p/ if'" Item 4 -110 volt Connection and Ughtlng 25 . electric cord to breaker box 3 duplex receptacles (one outside location) /15 SP t:c.;(! lIS-I) 3 outside lights (locations TBD) 3 inside liohts (locations TBDl Item 5- Shelving 4 fun length shelves 2 each side Driver side front to back fJ:> SPISC:..f., /.r~ Passenger side from side door to back Metal frame with wood shelving and matching vinyl coverina. Item 6- Wheel ontion Substitute 4 - white wheels with /15- SplCGtf,tN) 4 - chrome wheels Item 7- Exterior Graphics City logo and additional graphics on each side and . I rear of trailer. Graphics to include the foHewing; City ItS . Spt:''''~lLd) logo, SBFD logo, CERT and more to be designed and aooroved before installation. Item 8 - WarrantY Any warranty must be included as part of the bid. No /J-S SOl!;ctl ,~ additional warranties will be nurchased. ]0 RFQF-ll-17 Mobile CERT Trailers PRICE FORM REQUEST FOR QUOTES: DESCRIPTION OF RFQ: COMPANY NAME RFQ F-11-17 Mobile CERT Trailers ADDRESS: ~Pf}RT TRAILERS 271 S01JTH I STREET ~AN RFRNARnTNO. fA q?~10 KHNHW KORM IlO OWNER llOll S gg-500~ PRINT NAME OF AUTHORIZED REPRESENTATIVE KFN~FTH KORMIIO Provide pricing that is a Firm Fixed Fee. to Include transportation charges, wamMnty and sales tax as a separate line item. UNIT FEE $--3\ , J...ct:f, () 0 .- $ J 0 '''',j5 $. I:J., 311,55 Per Vehicle Sales Tax 9% Total: Are there any other additional or incidental costs. which win be required by your ~ order to meet the requirements of the Technical Specffications? Yes I ~ (circle one). If you answered "Yes., please provide detail of said additional Please indicate any elements of the Technical Specifications that cannot be met by your firm. fJIn~r: 15 RFQF-1I-17 Mobile CERT Trail.rs PRICE FORM (continued) Have you included in y.our bid all informational items and forms as requested{Ye0 I No (circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFQ.close date. Terms and conditions as set forth in this RFQ apply to this bid. t!2yo IOO/tys Cash discount allowable % - days; unless othelWise stated, payment terms are: Net thirty (30) days. In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate aD Addenda to this RFQ received by your firm, and the date said Addenda wasfwere received. Verification of Addenda Received Addenda No: Addenda No: Addenda No: Received on: Received on: Received on: AUTHORIZED SIGNATURE: \L . ~\ 6) PRINT SIGNER'S NAME AND TITLE: KENNH~ KORM Ill), OWNER DATE SIGNED: l.j -1 '1"- II COMPANY NAME & ADDRESS: O::POIH TIlA TII=IlO:: 271 SOUTH I STREET SAN BERNARDINO, CA 92410 PHONE: qnq RRR-Iinn3 FAX: qnq RRR-nl 'B EMAIL: SPORTTRAllERSlilVERIZON ..,.. Address: .rJe-r 16 PURCHASE AGREEMENT CITY OF SAN BERNARDINO - SPORT TRAILERS This Purchase Agreement is entered into this 18th day of July, 2011, by and between Sport Trailers ("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 contract for the purchase of 5 Mobile Community Emergency Response Team Trailers; and, WHEREAS, the City of San Bernardino did solicit and accept quotes from available Vendors for the purchase of 5 Mobile Community Emergency Response Team Trailers; and, WHEREAS, Sport Trailers, submitted the lowest and best quote for the purchase of 5 Mobile Community Emergency Response Team Trailers; NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES. For the remuneration stipulated, San Bernardino hereby engages Vendor to provide 5 Mobile Community Emergency Response Team Trailers equipped as set forth on Vendor's proposal, attached hereto and incorporated herein as Exhibit "A." Delivery to City is to be made at Vendor's place of business. 2. COMPENSATION AND EXPENSES. a. For the products and/or services delineated above, the City, upon presentation of an invoice, shall pay the Vendor up to the amount of$61,557.75 for 5 Mobile Community Emergency Response Team Trailers, $20,000.00 of which is to be paid upon execution of this Agreement. Final payments will be processed upon completion and acceptance of the 5 Mobile Community Emergency Response Team Trailers. b. No other expenditures made by Vendor shall be reimbursed by City. 3. TERM; TERMINATION. a. This purchase shall be completed by September 15, 2011 after receipt of accepted purchase order. b. This Agreement may be terminated at any time by thirty (30) days' written notice by either party. The terms ofthis Agreement shall remain in force unless mutually amended. 4. WARRANTY Vendor expressly warrants that all products and services supplied to City by Vendor under this Agreement shall conform to the specifications, drawings or other description upon which this CITY OF SAN BERNARDINO - SPORT TRAILERS I PURCHASE AGREEMENT PURCHASE is based, shall be fit and sufficient for the purpose intended, merchantable, of good material and workmanship, free from defects and free and clear of all liens or encumbrances. Inspection, testing, acceptance or use of the goods by the City shall not affect Vendor's obligations under this warranty, and such warranty shall survive inspection, testing, acceptance and use. Vendor agrees to replace or correct promptly defects of any goods or services not conforming to the foregoing warranty without expense to the City, when notified of such non-conformity by City. If Vendor fails to correct the defects in or replace non-conforming goods or services promptly, City may, after reasonable notice to Vendor, make such corrections or effect cover, or cure, at Vendor's expense. "Reasonable notice" for purposes ofthis section shall not be deemed to require more than 60 calendars days notice before commencement of efforts by the City to effect cover or a cure except upon written agreement ofthe Parties. 5. 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. 6. 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 $100/300,000 limits, 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. 7. 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. 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. Vendor warrants that it possesses or shall obtain, and maintain a business registration certificate as required under Chapter 5 of the Municipal Code, and any other license, permits, qualifications, insurance and approval of whatever nature that are legally required of Vendor to practice its business or profession. CITY OF SAN BERNARDINO - SPORT TRAILERS 2 PURCHASE AGREEMENT 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: City of San Bernardino Fire Department 200 East Third Street San Bernardino, CA 92410 Attention: Fire Chief Telephone: (909) 384-5286 TO THE Vendor: Sport Trailers 271 South I Street San Bernardino CA 92410 Attention: Kenneth Kormilo, Owner Telephone: (909)888-5003 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. Attorneys' fees for the City Attorney and members of his office shall be calculated based on the market rate for comparable services. 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 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 ansmg m 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. CITY OF SAN BERNARDINO - SPORT TRAILERS 3 PURCHASE AGREEMENT 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 manner 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: '{-(2-11 ,2011 Dated ,2011 SPORT TRAILERS By:\l ~ Q Ken Kormilo, Owner CITY OF SAN BERNARDINO By: Charles McNeely, City Manager Approved as to Form: James F. Penman, City Attorney CITY OF SAN BERNARDINO - SPORT TRAILERS 4 PURCHASE AGREEMENT RFQ F-1l-17 MDbile CERT Trailers City of San Bernardino TECHNICAL SPECIFICATIONS RFQ F-11-17 Mobile CERT Trailers (Community Emergency Response Team) Quantity: Five (5) NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Equipment: Bidder shall complete right-hand column indicating specific size and or make and model of all components when not exactly as specified. State WAs Specified" if item is exactly as set forth in the left-hand column. GENERAL SPECIFICATIONS: General Bid prices effective for 90 days from bid opening FAILURE TO COMPLETE RIGI:lT HAND COLUMN WILL INVALIDATE BID Five (5) Traileis 8' X 16' Fully Enclosed ACCEPTABLE I AS SPECIFIED Minimum requirements; 16' Roor length Dual axle with 3,500 GVW each axle Electric brakes on one axle Tongue Jack with wheel 2 inch coupler p' ~IJ 2 inch receiver ball and hitch drop size TBD 5pIJCi Jt.:; 36" side door on right side in front of tires /IS Step for side door Rear door ramp style One roof vent 24 inch work bench full width in front of trailer 15" Trailer wheels with mounted spare Wheels to be painted white 12 volt lighting Inside lights Loading lights Porch right over side door Flooring to be dark vinyl Color Red exterior skin and matchina interior 9 E,xfl/.P1T 'jl'f RFQF-n-17 Mobile CERT Trailers Five (5) Trailers 8' X 16' Fully Enclosed ACCEPTABLE I AS SPECIFIED Item 2-12 Volt 24 Deep Cycle Maintenance Free battery . I IlS SPIEClfl~() Item 3-Tie down attachments . I J In floor D rings (Locations TBD) /15 Sp/!c, FI iflJ Item 4 -110 volt Connection and Ughtlng 25 . electric cord to breaker box 3 duplex receptacles (one outside location) fi5 SP tt.af ltNJ 3 outside lights (Locations TBD) 3 inside liahts (Locations TBDl Item 5- Shelving 4 full length shelves 2 each side Driver side front to back /1':> 5plSC,:-IIl.r-' Passenger side from side door to back Metal frame with wood shelving and matching vinyl coverina. Item 6- Wheel option Substitute 4 - white wheels with /15- Splf;Gtf/t:.-" 4 - chrome wheels Item 7- Exterior Graphics City logo and additional graphics on each side and . I rear of traDer. Graphics to include the following; City fi5 Spl:;'r-(!./~() logo, SBFD logo, CERT and more to be designed and aDDroved before installation. Item 8 - WarrantY Any warranty must be included as part of the bid. No /t5 Sf)lt;.ctl/~ additional warranties will be Durchased. 10 RFQ F-Il-17 Mobile CERT Trailer> PRICE FORM REQUEST FOR QUOTES: DESCRIPTION OF RFQ: COMPANY NAME ADDRESS: RFQ F-11-17 . Mobile CERT Trailers SPORT TRAIlFIlS 271 SOUTH I STREET ~AN R~RNARnrNn. rA q?hln KUNHW KQRrUlQ Q\oINIiR gag 2U-Hla~ PRINT NAME OF AUTHORIZED REPRESENTATIVE KFNNETH KO~I'\TIO ProvIde pricing that is a FInn Fixed Fee. to Include transportation charges, wa""nty and sales tax as a separate line item. UNIT FEE $_11, ~Cf)~f" 0 .- $ J ol(g.5".5 $ .1:1., '311,55 Per Vehicle Sales Tax 9% Total: Are there any other additional or incidental costs. which win be required by your ~order to meet the requirements of the Technical Specifications? Yes I ~ (circle one). If you answered "Yes., please provide detail of said additional Please indicate any elements of the Technical Specifications that cannot be met by your finn. ~O~~ ]5 RFQF-ll-17 Mobile CERT Traile.. PRICE FORM (continued) Have you included in your bid all informational items and forms as requested{Yei) f No (circle one). If you answered "No., please explain: This offer shall remain firm for 90 days from RFQc\ose date. Terms and conditions as set forth in this RFQ apply to this bid. J2?o /OOA,,/.s Cash discount allowable % - days; unless otherwise stated, payment terms are: Net thirty (30) days. In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda wasfwere received. Verification of Addenda Received Addenda No: Addenda No: Addenda No: Received on: Received on: Received on: AUTHORIZED SIGNATURE: \L ~\ 6:> PRINT SIGNER'S NAME AND TITLE: K&:NNHW KQRMIlQ. QWNER DATE SIGNED: L.j - t 'l- II COMPANY NAME & ADDRESS: <:PO!H TIlA 11 FIl<: 271 SOUTH I STREET SAN BERNARDINO, CA 92410 PHONE: qnq RRR-E;003 FAX: qnq RRR-Ol~~ EMAIL: SPORTTRA Il1::RSlilvER 1 ZOIll.:.. Address: .rJt-r 16