Loading...
HomeMy WebLinkAbout05.I- Fire RESOLUTION (ID #3505) DOC ID: 3505 A CITY OF SAN BERNARDINO—REQUEST FOR COUNCIL ACTION Purchase Order From: Paul Drasil M/CC Meeting Date: 10/20/2014 Prepared by: Nonna Camarena, (909) 384- 5286 Dept: Fire Ward(s): All Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Authorizing the Execution of a Vendor Purchase Agreement and Issuance of an Annual Purchase Order to Allstar Fire Equipment, Inc. in the Amount of$45,000 for the Replacement of Protective Clothing and Equipment for Structural and Wildland Firefighting. (#3505) Current Business Registration Certificate: No Financial Impact: Funding for the annual purchase order is included in the Fire Department's FY 2014-2015 Adopted Budget, account number 001-200-0001-5111 (Materials & Supplies) in the amount of $45,000. There is no additional cost to the General Fund for this annual purchase order. Account Number: 001-200-0001-5111 Account Budgeted Amount: $232,000 Balance as of October 1,2014: $123,214.94 Balance after approval of item: $23,214.94 Please note this balance does not indicate available funding. It does not include non-encumbered reoccurring expenses or expenses incurred but not yet processed. Motion: Adopt the Resolution. Synopsis of Previous Council Action: 11/02/09 Resolution No. 2009-345 authorizing the Director of Finance to issue annual purchase orders to Allstar Fire Equipment in the amount of$5,000, Fisher Scientific Company in the amount of$45,000, L.N. Curtis& Sons in the amount of$5,000, and Mallory Company in the amount of$10,000 for replacement of protective clothing and equipment for structural firefighting. 08/20/07 Resolution No. 2007-341 authorizing the Director of Finance to issue an annual purchase order to Fisher Scientific Company in the amount of$15,000, L.N. Curtis& Sons in the amount of$50,000, and Mallory Company in the amount of$10,000 for replacement of protective clothing and equipment for structural firefighting. 07/19/04 Resolution No. 2004-231 authorizing the Purchasing Manager to issue an annual purchase order to Allstar Fire Equipment and Mallory Company for replacement of protective clothing and equipment for structural firefighting. Updated: 10/13/2014 by Jolena E.Grider A � .___; 3505 Background: On August 21, 2014, a Request for Quote (RFQ) #F-15-02 was issued to solicit formal bids for protective clothing and equipment for structural and wildland firefighting. Notices inviting bids from qualified vendors for protective clothing and equipment for structural and wildland firefighting were distributed to the San Bernardino Area Chamber of Commerce, posted on the City's Web Site and San Bernardino Connect, and advertised in The San Bernardino County Sun Newspaper. The RFQ#F-15-02 packages were mailed to four vendors which included one local vendor within the City limits. On September 4, 2014, the City received and reviewed one bid response. Attached is the bid summary sheet listing all the categories and quotes (Attachment 1). All vendors were requested to bid on each of the items listed in the bid specification #F-15-02 and Allstar Fire Equipment, Inc. was the only vendor who responded to the bid request(Attachment 2). The proposal from Allstar Fire Equipment, Inc. was evaluated to meet the Fire Department's technical specification for protective clothing and equipment for structural and wildland firefighting. The Fire Department has determined that this vendor meets the requirements related to technical specifications, experience, customer service, and price. Therefore, the Fire Department is requesting that the City execute the Purchase Agreement and issue an annual purchase order to Allstar Fire Equipment, Inc. in the amount-not-exceed $45,000 under RFQ #F- 15-02 (Exhibit A). Pursuant to the City's bidding process, it is recommended that Allstar Fire Equipment, Inc. be issued an annual purchase order for protective clothing and equipment for structural and wildland firefighting as required by the Fire Department to provide to safety personnel. Allstar Fire Equipment, Inc. is qualified and meets or exceeds all items called for in the specifications RFQ #F-15-02. The annual purchase order is for one year with the option, at the City's discretion,to automatically renew the purchase order for successive two single-year options. City Attorney Review: Supporting Documents: RESOLUTION TEMPLATE 1 (DOC) agrmt 3505 (PDF) Allstar PO Equipment-Attachment 1 Bid Summary Sheet (PDF) Allstar PO Equipment-Exhibit A Vendor Purchase Agreement (DOC) Allstar PO Equipment-Attachment 2 RFQ#F-15-02(PDF) Updated: 10/13/2014 by Jolena E.Grider A 51a ` 1 RESOLUTION NO. 0 0 c 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF E 0. SAN BERNARDINO AUTHORIZING THE EXECUTION OF A VENDOR 3 PURCHASE AGREEMENT AND ISSUANCE OF AN ANNUAL PURCHASE ORDER Cr TO ALLSTAR FIRE EQUIPMENT, INC. IN THE AMOUNT OF $45,000 FOR THE L 4 REPLACEMENT OF PROTECTIVE CLOTHING AND EQUIPMENT FOR L 5 STRUCTURAL AND WILDLAND FIREFIGHTING. N a 6 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE 7 CITY OF SAN BERNARDINO AS FOLLOWS: 0 8 SECTION 1. That Allstar Fire Equipment, Inc. is the selected vendor for protective 9 clothing and equipment for structural and wildland firefighting in accordance with Bid a 10 Specification Request for Quote#F-15-02. All other bids are hereby rejected. 11 Q SECTION 2. The City Manager is hereby authorized and directed to execute on 12 N 13 behalf of the City a Vendor Purchase Agreement with Allstar Fire Equipment, Inc., a copy of c which is attached hereto, marked Exhibit "A" and incorporated herein by reference as fully as E 14 15 though set forth at length. Q a� 16 SECTION 3. Said agreement will be for the replacement of protective clothing and v 17 a. equipment for structural and wildland firefighting for the period of October 20, 2014 through °I 18 June 30, 2015 with two one-year renewal options (option 1 July 1, 2015 to June 30, 2016; w 19 LO 20 option 2 July 1, 2016 to June 30, 2017); renewal option is contingent upon funds being LO M 21 available and allocated in the budget. w J 22 SECTION 4. The Director of Finance or his designee is hereby authorized to issue an a 23 w annual purchase order from account number 001-200-0001*5111 to Allstar Fire Equipment, Z 24 0 Inc. for a total amount not to exceed $45,000 annually. The annual purchase order is for one 25 0 Cn 26 year with the option of two single-year extensions. The annual purchase order shall r 27 incorporate by reference this Resolution number, shall reference the terms in RFQ Bid E 28 Y Q Packet Pg. 172 Specification #F-15-02, and shall incorporate the terms and conditions of the bid of Allstar ,° 1 = a� 2 Fire Equipment, Inc. a 3 SECTION 5. The authorization to execute the above referenced Purchase Agreement Cr 4 and Annual Purchase Order is rescinded if the parties to the Agreement fail to execute it U. 5 within thirty(30) days of the passage of this Resolution. 2 Q 6 ° 7 � 8 L 9 a 10 12 tn 06 13 Q /// 14 15 d 16 17 /// a. 18 X 19 W c 20 LO 21 w 22 Ej a 23 Z 24 /// D 25 co 26 27 E 28 w a Packet Pg. 173' 51a L 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF 2 SAN BERNARDINO AUTHORIZING THE EXECUTION OF A VENDOR Q PURCHASE AGREEMENT AND ISSUANCE OF AN ANNUAL PURCHASE ORDER Cr 3 TO ALLSTAR FIRE EQUIPMENT, INC. IN THE AMOUNT OF $45,000 FOR THE w REPLACEMENT OF PROTECTIVE CLOTHING AND EQUIPMENT FOR 4 STRUCTURAL AND WILDLAND FIREFIGHTING. R 5 a 6 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and d 7 L Common Council of the City of San Bernardino at a meeting o 8 s 9 thereof, held on the day of , 2014,by the following vote, to wit: L CL 10 Council Members: AYES NAYS ABSTAIN ABSENT = c 11 a MARQUEZ 12 y BARRIOS 06 13 Q14 VALDIVIA d 15 SHORETT a a� 16 NICKEL 17 JOHNSON d 18 MULVIHILL w 19 LO 0 LO 20 21 Georgeann Hanna, City Clerk w Q 22 The foregoing resolution is hereby approved this day of , 2014. nJ 23 z 24 °- R.Carey Davis, Mayor D 25 City of San Bernardino p Cn W 26 Approved as to form: 27 Gary D. Saenz, City Attorney s 28 By: r a Packet Pg. 174 S.Lb Exhibit"A" L VENDOR PURCHASE AGREEMENT O CITY OF SAN BERNARDINO—ALLSTAR FIRE EQUIPMENT,INC. Cn This Vendor Purchase Agreement is entered into this 20 day of October 2014, by ,o and between Allstar Fire Equipment,Inc. ("VENDOR")and the City of San Bernardino ("CITY"or"San Bernardino"). WITNESSETH: s w 0 WHEREAS, the Mayor and Common Council has determined that it is advantageous U- and in the best interest of the CITY to contract for the purchase of protective clothing and a equipment for structural and wildland firefighting; and a 0 WHEREAS, the City of San Bernardino did solicit and accept quotes from available L vendors for protective clothing and equipment for structural and wildland firefighting;and, a O WHEREAS,VENDOR is the lowest and best bidder to provide said services to CITY; NOW,THEREFORE,the parties hereto agree as follows: IL 1. SCOPE OF SERVICES. c Q For the remuneration stipulated, San Bernardino hereby engages the services of VENDOR to provide those products and services in accordance with Bid Specification Request for Quote#F-15-02, attached hereto and incorporated herein as Attachment "2 '. y 06 2. COMPENSATION AND EXPENSES. a. For the services delineated above, the CITY, upon presentation of an invoice, shall E pay the VENDOR up to the amount of $45,000 for the annual replacement of protective clothing and equipment for structural and wildland firefighting, on a a needed basis. N f� b. No other expenditures made by VENDOR shall be reimbursed by CITY. 2 0 CL 3. TERM; TERMINATION. The term of this Agreement shall be for the period of October 20, 2014 through June 30, L) 2015. This Agreement shall automatically renew for two successive single year periods (option x w 1 July 1, 2015 to June 30, 2016; option 2 July 1, 2016 to June 30, 2017); renewal option is LO contingent upon funds being available and allocated in the budget. Actual option year pricing 0 shall be negotiated with the Vendor prior to exercising any given option year. Option year shall become effective only upon issuance by the City of a duly authorized Purchase Order. c Ln M This Agreement may be terminated at any time by thirty (30) days' written notice by E 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. c 0 i E CITY OF SAN BERNARDINO-ALLSTAR FIRE EQUIPMENT,INC. Cov VENDOR PURCHASE AGREEMENT V w a Packet Pg. 175 9� L d 4. INDEMNITY. Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, cn agents or representatives, free and harmless from all claims, actions, damages and liabilities of ,o 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 E subcontractors, relating to or in any way connected with the accomplishment of the work or Q- performance of services under this Agreement, unless the bodily injury or property damage was w 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 'u. own expense, including attorney's fees, the City, its elected officials, employees, agents or c representatives from any and all legal actions based upon such actual or alleged acts or A omissions. Vendor hereby waives any and all rights to any types of express or implied a 0 indemnity against the City, its elected officials, employees, agents or representatives, with L 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. o 0 c� 5. INSURANCE. While not restricting or limiting the foregoing, during the term of this Agreement; a 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 N furnished to the CITY shall require the insurer to notif}r CITY at Ieast 30 days prior to any change in or termination of the policy. a� E b. 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, N discrimination in employment of persons because of their race, religion, color, national origin, s ancestry, age, mental or physical disability, medical condition, marital status, sexual gender or L sexual orientation, or any other status protected by law. a m 7. INDEPENDENT CONTRACTOR. VENDOR shall perform work tasks provided by this Agreement, but for all intents and w purposes VENDOR shall be an independent contractor and not an agent or employee of the O CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of LO Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for VENDOR and its officers, agents, and c employees, and all business license, if any are required, in connection with the services to be M performed hereunder. E L M d E AIlstar PO Equipment-Exhibit A Vendor Purchase Agreement.doc o Q Packet Pg. 176 Q L m 0 Y � 4- 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. in VENDOR warrants that it possesses or shall obtain prior to execution of this Agreement, o 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 E legally required of VENDOR to practice its business or profession. a rr 9. NOTICES. d Any notices to be given pursuant to this Agreement shall be deposited with the United i States Postal Service,postage prepaid and addressed as follows: r TO THE CITY: TO THE VENDOR: Q City of San Bernardino Fire Department Allstar Fire Equipment,Inc. L 200 East Third Street 12328 Lower Azusa Road San Bernardino,CA 92410 Arcadia,CA 91006 O Attention: Fire Chief Attn:Joe Sposato a) Telephone:(909)384-5286 Telephone:(626)652-0900 N m t L 10. ATTORNEYS' FEES. In the event that litigation is brought by any party in connection with this Agreement, the o. co 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 Q 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 N enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the purposes of this paragraph. c d E 11. ASSIGNMENT. d VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or a 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. L Regardless of CITY's consent, no subletting or assignment shall release VENDOR of a VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder 4) for the term of this Agreement. X w 12. VENUE. 'LO The parties hereto agree that all actions or proceedings arising in connection with thisk LO 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, c Riverside Division. The aforementioned choice of venue is intended by the parties to be M mandatory and not permissive in nature. E L (Q Y d 3 E Allstar PO Equipment-Exhibit A Vendor Purchase Agreement.doc Q Packet Pg. 177 L �Q V O.. 13. GOVERNING LAW. in This Agreement shall be governed by the laws of the State of California. ,o 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. Cr a� L 15. HEADINGS. U= The subject headings of the sections of this Agreement are included for the purposes of o convenience only and shall not affect the construction or the interpretation of any of its provisions. o 0 L 16. SEVERABILITY. a If any provision of this Agreement is determined by a court of competent jurisdiction to 0 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 3 and effect. a 3 _ 17. REMEDIES; WAIVER. Ce _ 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 N 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. a� a� 18. ENTIRE AGREEMENT; MODIFICATION. a 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 2 executed by all parties to this Agreement. a W w m X W LO O LO M LO O LO M r+ E L rn rt+ _ 4 E Allstar PO Equipment-Exhibit A Vendor Purchase Agreement.doc Q Packet Pg. 178 L /d V 4- AIF It N VENDOR PURCHASE AGREEMENT o CITY OF SAN BERNARDINO—ALLSTAR FIRE EQUIPMENT,INC. w _ as E a IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day W a� and date set forth below. U. L is Dated: 32014 VENDOR. P�1.-l-S ; Z !�� �ZV a 0 B}� �- 0 it S AL N �o U L a Dated ,2014 CITY OF SAN BERNARDINO Q as By: v City Manager c Approved as to Form: Gary D. Saenz, City Attorney E L Q 1 Q� B �_ 0 U L CL U X W tn O M M O LO Cl) w E L _ s E Allstar PO Equipment-Exhibit A Vendor Purchase Agreement.doc U a Packet Pg. 179 ' Attachment 5-. c� F- o n Q. L � } o N o � ai 60). � a c c Q M Z a� }. N _N 06 N c O "a E LU c d = N > rn Q U) �t >- Z N v Q a r X U) W LU Z o O LL W O LO OR O ti LO N W ti O n t tf> Q ~ O d O O M O 'mot T- d zl o I— to N M C+) O� N CO O N d } M s ' J � ffl 60% 6F} � 60 � Ef? � to LL U. ' Q W 61> 2:1 E J J � Ia- < M m 0 o w W N O z d N a LL z O > c aci U) C' O t N C9 N 0) v Q- N o W 0) O ` W LL a O p O IL O m n 0 M 0! LL CL Z LL U. O N 7 M L W O 4) � LL L c O ~ L Q _C > C Co_O K " '_ � U W L L Co m CO) N J S d CO 0 J ° Q C E r- cq co �t ss ti oo r. Packet Pg. 180 ` Attachment °2" S.Ld ® RFQ F-15-02 = r U olio rm r for Pro taetiv< C to tM1 lna far strortor"1 and W ildlend Fi,.h9htmj Q 0 y.+ L (v L 0 t11 V a San Bernar ono SM Q d N August 19, 2014 rn 06 SUBJECT: REQUEST FOR QUOTES IRFQ ) F-16-02 d E T h e C i t y o f S a n B e r n a rd in o (C i 1 y) i n v i t e s Q u o t e s f r o m q u a l if i e d vendors for: d L U n [to rm a for Protective C to th in g for S tru c to ra I and W Holland Fire fig h tin g Q t � N Partlea in to rested in obtaining a complete copy of this R F Q F-15-02 may do so by M V a c c e s s i n g t h e C i t y of S an B e r n a r d i n o W e b P a g e a t w w w .s b c Itv .o r g City Services > 3 R a q u a a t for BIda > Clty Finance, beginning August 21 , 2014, or by faxing their �- 0) request to (909) 384-5043, attention Ellen Clifford. Please Include the following inform a tic,n in your request: name and address of firm ; name, telephone and facsimile numbarofcon tact person; specify R F Q F -15-02. W O O Copies of the R F may also be obtained by calling Ellen Clifford (909) 384-5330, or in LO M person at City Hall, 300 N . "D " St., 4th Floor, Finance Department. San Bernardino, CA ..r N 92418. O tf r From the issuance date of this Request for Proposal until a Vendor is selected and the u' q# selection Is announced , Proposers are not perm fitted to communicate with any City staff 0 or o file laIs regarding this procurem ent, other than during interviews, deco onstralions, N a and/or site visits, except at the direction of Ellen Clifford, Accounting Assistant, the 0) designated representative of the City of San Bernardino. Contact with anyone not E s d e s ig n a to d will re s u It In a lim in a tlo n from the bid process. V l0 a+ a C t o s I n g Date: Q u o t e s m u s t b e s u b m i t t e d at or b e f o r e 3:0 0 PM , PST, S e p t e m b e r 4, 2014 at the address listed above. d E 12 Issuance of this R F Q and/or receipt of Quotes does not commit the City to award a a W co ntract. a L Sincerely, M E Ile n C liffo rd N Accounting Assistant a.+ I N S E - `E 2014 r ner:lin0 City Q Fire.Lcparttue.itt Packet Pg.,181 � L R F Q F.IS-Og LO Y U nif,rm a far Pro lec live Clo lk ing for Slru c lu ra1 and W ild laed Fire fig h ling 0 Y L d L O N t V L a c a S E C T 10 N I. d 7 . N _N INSTRUCTIONS TO OFFERORS ) 06 Y C GI E d L C1 a d N t4 t V L a a� Y 3 U d k W 0 O u� M N O L r LL *# Q U- C4 Y I_ 0 E U tC Y Y a to cfv C Q Cr W O a L m Ar Y Q c Y Y a _5.Ld RFQ F•13.02 (a Y U nifv rm s for Pro lcclivv Cle tl in fvrSlru clu rvl and Wild lend Firc fi{Ming a O Y L d M L City o f S a n B e r n a r d i n o, F i n a n c e D e p a r t m e n t 0 d Purchasing Division U L R F Q F-15-02 3 a U n ifo rm s for Protective C to th In g for S tru c to ra I and W ild la n d F Ire fig h tin g 7 C B i d D o c u m e n t s to Be R e to rn e d = a N ❑ _N R eferences 06 Y C ❑ Completed Technical Specifications — right-hand column (City Form ) E d N ❑ L Signed Price Form (City Form ) Q d N One (1 ) signed o rig in a l o f Q u o to in a SEALED ENVELOPE tD t V L ❑ Two (2) copies o f signed Quote In a 'SEALED ENVELOPE a W Y ® ❑ Authorized Binding S ig n a to re(s) d K Uj IV F.rm a ❑ V e r i f i c a t i o n s o f A d d e n d a Received (City Form ) " O rn F1 I V Farm v (CCell L is tin g of Proposed S u b c o n tra c to r, if a p p Ilc a b le (C Ity Form ) N ❑ O A ffid a v it of Non-C o Ilu s io n � r LL ❑ V I O a n.r•1 S O V-m,.11,n 2 a 1 2 0 Day M In im u m Proposal Validity S to tom a n t CY LL ❑ Insurance C e rt if i c a to s N Y C d ❑ C o p y of C o n t r a c t o r L i c e n s e or o t h e r a p p r o p r i a t e l i c e n s e s, perm its, qualifications E S a n d a p p ro v a Is th a t a re le g a lly re q u Ire d to p ro v id a s e ry is e s, a n d th a t s u c h V l6 Y licenses and approvals shall be maintained throughout the term of this Contract. Q II.Tvch Sp.cv6 V I G.n.r.I S p.c iflc.11ans 035 I Y 1_ Q O f f e r o r(s) a r e r e q u e s t e d to s u b m it t h i s c h e c k l i s t c o m p l a t e d w i t h a l l b i d d o c u m a n t s. This W list m ay not be inclusive of all docum enis needed to subm itvou r R FQ Please O re fe r t o e n t i r e p a c k e t f o r a d d i t i o n a l documents. d L Y N a Y 3 t V f6 Y Y a Packet Pg. 183' L RFQ F-13.03 tQ U nifa rm s for Pro leerlvo Clo it in for Strucsu rol nod w ild land Fire fig hsing Q O .e.a L L I. GENERAL INSTRUCTIONS TO 0FFERDR (S) d N A . P r e-P r o n o s a l C o n f e r e n c e V L 7 n. N /A fC 3 B E x a m in a do n o t P ro a o s a l D o cum a n is = — Q d 7 I B y s u b m Ittin g a p ro p o s a I, th e 0 ffe ro r(s) represents lh a t It has thoroughly N e x a m i n e d a n d b e c o m a fa m ilia r with the item s re q u ire d under this R F Q and 06 t h a t It is c a p a b l e of q u a l i t y p e r f o r m a n c e to a c h l a v e t h e City's o b j e c t iv e s. d E 2. The City reserves the rig h't to remove from its m a ilin g list to r fu to re R F Q s, L to r an u n d e to rm in e d period of time, the name o f any O ffe ro r(s) for fa ilu re Q to accept a contract, fa flu re to respond to tw o (2) co nsacutiva R F s tY N a n d/o r u n s a its fa c to ry p e rfo rm ance. Please n o to th a 1 a "N o P ro p o s a I' is t considered a response. i 3 CL C A d d e n d a w 3 kwo! A n y C i t y c h a n g e s t o t h e re q u i r e m e n i s will be m a d e by w ride n addendum to this LLI R FO . Any written addenda issued p e rta in ing to this R F Q s h a II be In c o rp o ra to d into the terms and conditions of any resulting Purchase Order. The City will not C L0 be bound to any modifications to or deviations from the requitem ants set forth in th is R F Q as the re s u It of o ra 1 instruction. tN CD r 1 All Addendum will be posted to our website at www .sbcity.org > City Ha11 > LL F in a n c e > R e q u e s t f o r B I d s. F o r a u t o m a t i c e l e c t r o n i c notifications, p l e a s e v i s i t CY our website and sign-u p for S B Connect. LL X N C d D C la rific a tlo n s E t v M 1 . Exam ination o f D o c u m e n is Q w G S h o u Id an 0 ffe ro r(s) re q u ire clarifications of this RFQ the 0 ffe ro r(s) shall E n o t i f y t h e C i t y i n w r i t i n g i n a c c o rd a n c e with Section D .2 b elow . S h o u id It be found that the point in question Is not clearly and fully set forth, the City fT W will issue a written addendum c la rify in g the m a tte r w h is h will be sent to all O persons who have requested the RFQ . �- L f� Y Q i/ 4 N t V N w Q Packet Pg. 184 R F Q F-15.02 W nnif ormaforProleativeClotlingf orStructurelendWildlondFire fig6linp a O .F+ L L 2. S u b m Ittin a R es u e s is 0 d N a. A 1 1 q us s t i o n s, c l a r i f is a t i o n s or c o m m e n t s s h a l l b e put in writing and 'C U L must be received by the City no later than 3:00 PM August 27, 3 2014 and be addressed as follows: tG 3 C City of San Bernardino a 3 0 0 N o rth "D " S tre e t d 3 4 th flo o r, A ttn: E lie n C liffo rd San Bernardino, CA 92418 06 a+ C d b. The extorior envelope or email subject line of a 1 requests for E clarifications, questions and c o m m ants must be clearly labeled, d tv L "N o t a n O f f e r." T h e C i t y is n o t r e s p o n s i b I e f o r f a l i u re to re s p o n d to a a request that has not been labeled as such. d N to The City will also accept questions sent by facsimile machines or i 7 r email, however, all faxed or em ailed questions m ust be received by p„ th e C ily n o la to r th a n 3 :0 0 P M , P S T, A u g u s t 27, 2 0 1 4 S e n d facsimile tra n a m is 8 to n a to (909) 3 8 4-5 0 4 3, a tte n tio n Ellen Clifford, U d a n d am a i l s to R u m p l e_e l@ s b c it y.o r g X W Lf) c. In q u i r i e s re c e Iv e d a fte r 3 :0 0 P M A u g u s t 2 7, 2 0 1 4 w ill n o t b e O lO accepted. C N O 3. City Responses to T_ LL Responses from the City will be com m unicated in writing to all recipients 0 o f t h i s R FP , by a p o s t i n g to o u r w e b s I t e, w w w .s b c i tv.ore b y the close of U_ business Saptem bar 2, 2014 OV C 4) For autom atic electronic notifications, please visit our H o m a p a g a and E .0 register for S B Connect. If you are not registered for SB Connect, you may L) w view or download any Addenda at www .sbcitv.orQ > City Hatl > Finance > Q Request for Bids. i C d E E . Subm Is s to n o t Quotes 11 .5 iT 1 . Date and Time W O CL L All Quotes are to be submitted to City of San Bernardino, Attention: Ellen r N C liffo rd. Quotes received after 3 :0 0 PM PST , September 4. 2 0 1 4, will be — r e j e c t e d by the City as non -responsive. a C 5 d E U R a Packet Pg. 185 51d R F Q F.15.02 L Y U nifo rm a for Pro lea rive Clothing forglrualu rat and W ild land Fire fightin{ a 0 Y L d L 0 2. A d d re s s V L Quotes shall be addressed as follows: a C Ity o f S a n B e rn a rd in o = 3 0 0 North D Street = t a F In a n c e D e p a rtm e n t – 4 F l0 0 r d 3 A ttn : E Ile n C liffo rd ) tU San Bernardino , C A 9 2 4 1 8 06 Y C Quotes may be delivered in person to the Finance D e p a rtm e n t, 4th flo o r o f E the above address. lv L ED a 3. Id e n of Ic a do n of Quotes d N t4 t O f f e r o r(s) s h a l l s u b m It a S E A L E D p r o p o s a l p a c k a g e c o n s i s t i n g of: i 3 C. (a ) 0ne (1 ) signed original of Proposal Y 3 V d (b) Two (2) copies of Proposal X W In The proposal package shall be addressed as shown above, bearing the 0 fferor(s) n a m a and address and clearly m arked on the outside of the envelop as follows: N O R F Q F -1 6-0 2 LO T– Uniform s for P ro to c tiv a Cloth In g for S tru c to re land W ild land F Ire fig h tin g LL *h 0 4. A c c e 0 to n c e to f Q u o to s LL W N Y a. The City reserves the right to accept or reject any and all Quotes, o r a n y Ile m o r p a rt th a re o f, o r to w a ive a n y In fo rm a Iitie s o r E .0 irre g u la rilie s in Q u o is s. U Y Y a b. T h e C ity reserve s the right to withdraw this RFQ at any time without p r io r n o t i c a a n d t h e C i t y m a k e s n o re p r e so n t a t I o n s t h a t a n y E c o n t r a c t w I I I b e a w a r d e d to a n y O f f e r o r(s) r e s p o n d i n g to t h i s R F Q Q iS c. T h e C i t y re s e r v e s t h e rig h t to p o s t p o n e pro p o sal opening f o r its W 0 own convenience. d L t6 Y d. Faxed or em ailed Q voles will not be accepted . — a C 6 E s ca Y Y a Packet Pg. 186 5.1. r RFQ F.13-02 L ® Y U nifo rm a for Pro raetira Clo fY in{for8rru aru rat and W ild land Fire fighiiny O ++ L d O ty j F . P r e-C o n t r a c t u a I E x p e n s e s N R t V L Pre-contractual expenses are defined as expenses incurred by the 0fferor(s) In 3 a 1 p r e p a r i n g i t s p r o p o s a l in response to this R F Q 3 _ _ a 2. s u b m i t t i n g t h a t p r o p o s a l to City; N N 3. n e g o tia tin g with City any m a tte r re la to d to this p ro po sa I; or 06 _ 4. a n y o t h e r e x p e n s e s in c u r r e d b y t h e Offeror(s) prior to d a t e o f a w a rd if d E any, of the A gream ant. d L a The City sha11 not, in any event, be liable for any pre-contractual expenses y N incurred by 0fteror(s) in the preparation of Its proposal. 0fferor(s) shall not fC M Include any such expenses as part of its proposal. t1 L 3 CL G C o n t r a c It A w a rd .r. 3 d 0 Issuance ofthis RFQ and receipt of Quotes does not commit the City to award a K W Purchase Order. The City reserves the right to postpone proposal opening for its L0 o w n convenience, to a c c e p t or r e j e c t a n y or a l l Q u o t e s r e c e i v e d in response to 0 this R F , and to nagoIlate w Ith other than the selected 0 fferor(s) should a negotiations with the selected 0fferor(s) be terminated. The Clty also reserves N O t h a r i a h It t o a p p o r t i o n t h e a w a r d am o n g t w o or m o r e O F F E R O R (S ). L6 r LL A signed Vendor (Contractor) / Consultant Service Agreem ant (VSA/CSA ), along CY w ith a p re-perform a n c e m e e tin g, o u tlin in g a d d itlo n a 1 terms and c o n d itio n s re la tin g V' to perform ance , warranty, m a to rla Is, goods, services., or other items a s d e e m e d N .Y.r necessary by the City, m ay be required prior to the com m encem ent of the job. s H Acceptancaof0rdar V ld a+ Y a T h e s u c c e s s fu l 0 ffe r o r(s) w III b e re q u ire d to a c c e p t a P u r c h a s e O rd e r in a c c o rd a n c e w i t h a n d in c l u d in g a s a p a r t t h e re o f t h e p u b He s h e d R e q u e s t f o r E Q uotes, and the R IF d o c u m ants including all requ ire in en Is, conditions and Q specifications contained therein, with no exceptions other than those specifically S W listed in the written p u rc h a s e o rd a r. CL L w _N Q 7 N E a Packet Pg. 187 L R F Q F•I 5•02 (� i.t U•if,r for Proteo tivo C to tking forgt—turel end Wild toe d Fire fig it tint O ++ L d 13 L I. B u s in e s s L Ic e n s e 0 d N 113 The City's Business Ordinance requires that a Business doing business V L w Ith th e C ity, o b to in a n d in a in to in a v a lid C ity B u s In e s s R e g is tra do n C e rtific a to a during the term s of the Agreement. Bidder agrees to obtaln such Certificate prior to u n d o rta k in g any work under this A g re e m e n t. C C a J . Local Vendor Preference 43 3 N _N The Clty of San Bernardino gives any form at or inform al bid submitted by a local 06 bidder a one percent (1 % ) credit for goods and m aterials, where labor and/or w.. C d installation is incidental; and a five percent (5% ) credit on Contractual services, for E comparison purposes with other bidders, as authorized in the San Bernardino d L M unicipaI Code Section 3.04.125, and Executive 0 rder 2003.1 , respectively. a N For the purposes of this section , "local bidders" shall be bidders far which the point of sale of the goods, materials, or services shall be within the Clty limits of San i 7 B e rn a rd in o. d Q) w X W M1 O tf) M N O r LL U CY LL IY N G N E M V f6 a E CL .5 Cr LLI 0 a L r.+ N a w C N 8 E s ..t a Packet Pg. 188 , 1 L ® R F Q F-IS-02 Y U.if.rm r fur P,ol i_ CI.Ming f—Slructu ral end W ildl—d Fire fig hli.g N a 0 Y L d L d N lC SECT10 N V L a TECHNICAL S P E C IF IC A T 10 N S Ri C Q d N _N Y Qc� G d L CD a d N fC t V L a d Y 0 0 m x w �n 0 M N 0 LO r LL LL X N Y d E t V l0 Y Y Q G d E sZ iS w 0 a. L Y N Q Y ® 9 0 V t4 Y Y Q Packet Pg. 189 L RFQ F-13.03 (a N U iform for P rotoctivo Clothing f—st—t-1—d W ildlnnd Firefighting Q 0 .V L L O d N City of San Bernardino V L CL TECH N IC A L S P E C IF IC A T 10 N S Q d N N B I D S P E C I F I C A T I O N NO . F -1 5-0 2 R E Q U I S I T I O N # F -1 5-0 2 06 a.+ C Pro to c tiv e C to th in g E d d L For Q as N S tru c to ra I and W lid land F Ire fig h tin g t v L a a� r NOTICE : "SPECIAL INSTRUCTIONS TO THE BIDDER " X W O O M R equirem enis: B idder shall com plete right-hand colum n indicating brief reasoning for exceptions N to requirem ants w hen not acceptable or state "A c cap toble" if requirem ants are C LO agreeable as set forth in the left-hand colum n. Failure to com plete right hand 7 LL co tom a will invalidate bid. Or LL X Pricing: B idder shall com plate pricing along w ith all requested inform ation as listed. N Pricing and inform anon not listed will be considered not available from vendor. � N Failure to com plete all pricing and inform ation as requested m ay be cause for E Z rejectio n. V w a.+ a G E N E R A L S P E C IF IC A T 10 N S E !Z 17 G E N E R A L W O a This specification describes the C ity of San B ern and in o's requirem en for protective clothing for L tC firefighting. B idders are expected to m eet or exceed specifications in their entirety. The _N e q u i p m a n t is to be n e w (n o t u s e d) a n d s h a l l i n c l u d e a l l s t a n d a r d e q u i p m e n t, Q r.w C 10 E t U w+ w Q Packet Pg. 190 L RFQ F-IS-eZ (II w U n i f o r m s for P r o r c c l i v e C 10 r 1 i n a for a t r u e r u r s I a n d W i l d Ian d F ire fig h Ii.a O L ty L Bid prices m ust be valid for 120 days due to processing requirements. 0 d N Bid prices effective from time of award through June 30, 2015, plus two single year options. L Actual option year pricing shall be negotiated with the successful bidder prior to exercising of n. any given option year. Option years shall become effective only upon issuance by the City of a d u l y au t h o r i z e d P u r c h a g e O rd e r. _ Q d 3 N _N O R D E R S 06 C A II orders an ast be delivered w ithin 60 days after order date. d 41 L DELIVERY O Q d A II cam pleted orders in oat be delivered to Fire Station 221, 200 East Third Street, San N lC Bernardino, California 9241 i a P A Y M ENT PROCESS /v Y 3 V All invoices m ust be submitted to Fire Station 221 , 200 East Third Street, San Bernardino, d X W California 92410 .. Let LC) O F A IL U R E T O C O M P L E T E RIGHT HAND C O L U M N W ILL IN V A L ID A T E B ID M cl N O r B R U S H J A CK E T ACCEPTABLE / A S SPECIFIED LL it Or LL FABRIC : M inim um 6oz. Nom ex III fW AS SPECIFIED N c N U M B E R O F LAYERS Single d AS SPECIFIED E C O L O R : Y e Ilo w V AS SPECIFIED a RADIO POCKET: Shall provide one (1 ) radio +' ACCEPTABLE pocket. The pocket shall be 4' wide by 9' long by 2 E 12 d e e p with the flap having a 'V' notch on the rig It t Cr and left side of flap, the closure shall consist of a 1 LIJ w id a fla m e resistant Velcro placed vertically o n fla p, a L with a corresponding piece of V elcro place vertically 1p w N on outside of pocket towards the top. W hen flap is — Q closed Velcro pieces shall close. The pockeIaha11 y; C ll � V wr w Q Packet Pg. 191 L R FQ F-I 5-03 (� r u nif,rm• for Pro lec live Clo ding for SIt—lu rn1 and W ild land Fire fig h ling Q O L L have one (1 ) '/: grom m at (rust resistant) 1 ' from 0 d N b o t t o m f o r d r a i n a g e. LQ t 0 L M IC TAB : There shall be one (1 ) 1 % ' wide by 3° ACCEPTABLE a to n sewn on m is tab. It shall be set 2' above radio fC pocket on the left side of the chest. C Q d BREAST POCKET: There shall be one (1 ) breast ACCEPTABLE N p o c k e t with closure on the right side of chest N 06 a� R E F L E C T I V E TRIM : All trim shall be 3" S c o tc h l ite ACCEPTABLE W W II (triple trim ) of lim a/y a Ilo w . Trim s h a II be sewn d d a long bottom of coat, towards end of sleeves a n d Q b a c k p a n e 1. N cc FRO NT STORM FLAP CLOSURE : Front closure ACCEPTABLE 2- w ill consist of a heavy duty zipper full v e rtic a I length CL ofjacket. Flap Shall consist ofa 3" wide Nom ex flap. Flap s h a II utilize a I ' wide V e Ic ro for closure d k o v e r t h e f u l l v e r t i c a l length of the zipper. W 0 SLEEVE CLOSURE : A 2' wide Nom ex flap utilizing ACCEPTABLE M 1 % ' w i d e V e I c ro fo r t o k e up t o p u II e n d s of s le e v e N tight. �O r LL COLLAR : Collar shall be 5' tall. Closure shall ACCEPTABLE d u tiliz e a flap with 1 % " V e Ic ro ins to lle d c e n to red on IUL flap horizontally with a corresponding piece of N V e Ic ro in s to Ile d h o riz o n to Ily c a n to re d on the c o lla r. E D E P A R T I M ENT MARKING : Each coat shall be ACCEPTABLE provided w i t h t h e a p p ro v e d F I r e D e p e rtm e n t a in a rk In g s: "San B e ro a rd in o C ity Fire Dept.' "San d B e rn a rd in o" s h a II b e written in an arched form w Ith E CL 'C I t y' u n d e r n e a t h a n d "Fire D e p t." u n d e r n e a t h c Ity. '5 Cr L e tte rin g. size and font shall be agreed upon by fire W O d e p a rtm a n t d tC r N Q C 12 � U lts r r Q Packet Pg. 192 5.Ld L _ RFQ F•15-OZ r1i Y U nifor t for Protective Clothin{for Stro 1-1 end W ildlend Firefighting 0 -c L d L TRACKING LABEL SYSTEM : Label shall contain a 0 ACCEPTABLE d two (2) dim e n s io n a t bar code perm a n e n tly affixed to M each garm ant for tracking purposes. The bar code L M s h a II con to In a minim u m o f the fo llo w in g a inform a do n 7 C C • U n i q u e s e r i a I n u m b a r Q d • Ite m d e s c rip do n (brand , m ode 1, m ate ria I 3 N color) T • L o t in f o r m a t i o n (date of m f g., size, etc.) a+ C • M a t e r i a I d e s c r i p t i o n d • The standard to w hich the garm antis d tv coin pliant L O) T h e b a r c o d e s h e II b e a b to to w Ith s to n d custom a ry Q d a n n u a l wash and w e a r c y c le s. N td s L Y BRUSH PA N T S ACCEPTABLE I AS SPECIFIED 3 t) d X FABRIC : M in im u m 8 o z. Nom e x III AS SPECIFIED W LC) CD NUMBER OF LAYERS : Single AS SPECIFIED Lr) M N C O L O R : Yellow O AS SPECIFIED ,n LL F R 0 N T B E L L O W ED POCKETS : There s h a II be ACCEPTABLE LL two (2) 8' wide by 8" high by 2" deep bellowed CY pockets one (1 ) on each thigh. Pocket flaps shall W N m e a s u re 4.5" and be a % " w id e r than the pocket. ' C Each flap shall have two (2 ) pieces oft " by 3' E t V e l c r o i n s t a l l e d v e r t i c a l l y an th e in s id e o f e a c h L) pocket flap (one (1 ) piece on each end). E acIn w+ a p o c k e t s h a l l h a v e a s t r i p o f V e to r o 1 " It y 3" in s t a lie d d) horizon to lly on the outside of th e p o c k e t a t th a to p E IZ running the full length of pock e t a n d p o s itio n o d to .5 a engage when closed. W 0 11 a N Q w C 13 � V lQ a+ r Q Packet Pg. 193 L RFQ F-1S-OZ Y U nif.,.,s for Protective C Inig ing for Streelu rn1 and W ildlnnd Firefighting 0 Y L d L FRONT HAND POCKETS : Each pant shall be ACCEPTABLE d provided with two (2) hand pockets 8" long by 7' N t w I d a w i t h t h e o p e n i n g f r o m w a i s t b a n d to outside 0 7 seam . Each pocket shall have a pocket by-pass. 0. By-pass shall have a 1 ' Velcro piece for closure . :3 C FRONT CLOSURES : S h a 11 c o n s Is t o I a heavy duty ACCEPTABLE Q d zipparwith one (1 ) snap fastener centered on N In w aistband. 06 Y C BELT LO0 PS : There shall be provided seven (7) ACCEPTABLE to e It to o p s a t a m in im u m % " wide over the elastic d L waistband. Q d to BACK POCKETS : There shallbe provided two (2) ACCEPTABLE M pockets located 3" from center seam on both sides. i 3 T hey shall m easure 6.5' wide and 7' high. Closure n' d Y s h a II b e 2' w i d e u tillz i n g 1 " w Id a Velcro In s to Ile d LJ horizontally fu 11 length of flap with a corresponding x W i ' Velcro strip on outside of pocket Installed .. LC) horizontally full length of pocket. W hen closad V e Ic ro pieces should align. M C N O LEG ZIPPERS : There shall be provided heavy duty ACCEPTABLE Ln V_ leg zippers on both legs. S h a II be 14" long sewn LL into outside seem of both legs, from bottom up. a LL W N Y C d S T R U C T U R A L F I R E F I G H T I N G G L O V E S A C C E P T A B L E / AS S P E C I F I E D E Z V 1t3 STANDARDS : All gloves produced shall in eat or Y AS SPECIFIED Q e x c e e d the c rile rla set forth in the current edition o f C N F P A 1971 STANDARD — 2007 EDITION E Q PROTECTIVE CLOTHING FOR STRUCTURAL a F IR E F IG H T IN G W 0 a STYLE : G auntlet style AS SPECIFIED • Y N Q r C Q 14 � s v Y Y Q Packet Pg. 194 L R F Q F-IS-o2 (Q U nifo rm s for Proloolive Cloning for Streetorel oed W ildlood Firefighli,g / O L l� L C 0 LO R : B row n, tan, black, dark blue or a O AS SPECIFIED Iv corn binalion of each. fNp t V L SIZES : All gloves shall be provided in sizes XS - ACCEPTABLE a X x x L NOT AVAILABLE IN SIZE XXXXL c c PREFERRED BRANDS : AS SPECIFIED Q d PRO-TECH PT-8SC 1 Shelby 52800 N 2 . Pro-Tech 8 Fusion 06 .l+ *Bidder shall provide s a m pie gloves that m eats or = d exceeds these specifications ifitem is a different E d m anufacturer or m odel. i a N R WILDLAND FIRE FIGHTING GLOVES ACCEPTABLE / AS SPECIFIED sU- 3 11 STANDARDS : All gloves produced shall rn eat or AS SPECIFIED e x c e e d the c rite ria set forth in the c u rre n 1 edition of X N F P A 1 9 7 1 S T A N D A R D - 2 0 0 5 EDITION W PROTECTIVE CLOTHING FOR STRUCTURAL O tsy F IR E F IG H T IN G a N STYLE O W ris tie t s ty le AS SPECIFIED ' rl) r t LL C 0 LO R : B row n, tan, black, dark blue ore AS SPECIFIED Cr c o m bination of each. LL N SIZES : All gloves shall be provided in sizes XS - ACCEPTABLE +� C X x x L NOT AVAILABLE IN SIZE XXXL E PREFERRED BRANDS : ACCEPTABLE PRO-TECH PT8-WK Q r Shelby 5002 Wildland/Rescue Glove = d 'Bidder shall provide sample gloves that maaIs or E CL exceeds these specifications if item is a d iffe re n t Cr in anufacturer or m odel. W O IL L fA a Y 15 U fa a+ r Q Packet Pg. 195 RFQ F-IS-02 L < U nifo rm s fur Pro loclirc C 10 11 in¢ for Scru clu rnl end W ild land Firc fig Llin¢ 10 .F+ L I L O Q/ N H O O D ACCEPTABLE / AS SPECIFIED L CL STANDARDS : All hoods produced shall m eat or AS SPECIFIED /0 e x c e e d the c rite ria set forth in the current edition of C N F P A 1 9 7 1 S T A N D A R D - 2 0 0 7 EDITION Q PROTECTIVE CLOTHING FOR STRUCTURAL 3 N F IRE FIG H T IN G . N r-+ STYLE : Two (2) layer 40% P81 180% Kevlar, 100 °fo AS SPECIFIED °' N o m ex t h r e a d s, n o t c h e d s h o u l d e r s, elastic face E lv opening to permit placing overhead and covering of L b r e a t h i n g apparatus face-piece straps Q d N t0 SIZE : Minim um 20' length from top of head to AS SPECIFIED V L b o tto m of hood. a- d PREFERRED BRANDS : None MAJESTIC PBI GOLD PAC III :3 V (D X W L0 0 GOGGLES ACCEPTABLE AS SPECIFIED M N STANDARDS : All goggles produced shallmeator AS SPECIFIED 9 r exceed the c rite ria set fe rth in th a current edition o f LL N FPA 1971 STANDARD - 2007 EDIT 10 N C< PROTECTIVE CLOTHING FOR STRUCTURAL LL FIRE FIGHTING AND ANSIZ87.1 N G N PREFERRED BRANDS :_ AS SPECIFIED s ESS INNERZONE 1 P a u Is o n A -T a c M o d e 1 5 1 0-S L . yie a ° E S S Innarzona 1 �' G 'Bidder shall provide sam pie goggle that m ea is or d E f exceeds these specifice(ions if item is a different a' m anufacturer or m odes. iT W O CL L r..r N Q w C 16 E S V itS a+ a+ Q Packet Pg. 196 1 RFQ F-15.02 L N u nifo rm a !or Pro leclive C to 11 inF for Str­c to rel end W iid lend Fite fig hting O nw L E L STANDARD TURNOUT BOOTS ACCEPTABLE / AS SPECIFIED 0 d � tNtS STANDARDS : All turnout boots produced shall AS SPECIFIED V L m e e t o r e x c e e d the c rite ria set forth in the c u rre n t 3 a edition a f N F P A 1971 STANDARD — 2007 EDITION 7 PROTECTIVE CLOTHING FOR STRUCTURAL = _ F IR E F IG H T IN G Q d 3 N S T Y L E : M in im um 1 6' high , rubber construction , AS SPECIFIED N 06 I wool felt lining, padded shin protector, steel bottom Y _ pIsto, steel shank, steel toe, flam a/heat resisting d E t r a c t i o n l u g o u to r s o le, r e i n f o r c e d pull-up loops, d d L re m o v a b le In s o l e s, r e i n f o r c e d h e e l Q d SIZE : Should include whole sizes and half sizes AS SPECIFIED INC t fro m s Iz e 5 to 16 i a Mr A d LEATHER TURNOUT BOOTS ACCEPTABLE AS SPECIFIED W Lf) STAN DAR DS : All turnout boots produced shall AS SPECIFIED 0 m a e t or exceed the criteria set forth in the current M e d i t i o n o t N F P A 1 9 7 1 STANDARD — 2 0 0 7 E D IT 10 N N O Lh PROTECTIVE CLOTHING FOR STRUCTURAL V_ LL F IR E F IG H T IN Gk CY LL S T Y L E : M in im u m 14" high, black w a to rp roof, fla m e, C!.AS SPECIFIED N and cut-resisting leather (or equivalent), abrasion resisting ru b b e r toe a n tl h e e l pro to c do n, shin tv L p r o t e c t i o n , s t e e l toe , s to in Is s s s is e l p r o t e c t iv e V ttS a� m id s o le and ladder s h a n k, re m D v a b Is c u s h io n e d +' a ins ole, V ib ra m fire a n d is e s lip re s Is tin g s o Is (D r _ equivalent), reinforced pull-up loops E CL .5 SIZE : Should Include whole sizes and half sizes AS SPECIFIED W from size 5 to 16 0 a L �v Q 17 � s U iC w Q Packet Pg. 197 5.Ld L RFQ F.1 5-0 1 19 U nif.—s for F--li— Clothing in,St-c tu-1 and W Wild le nd Fi,,fig Ating Q O L L PREFERRED BRANDS AS SPECIFIED O N THOROGOOD KNOCKDOWN Haix Fire Hunter Extreme ELITE v � L P r o-W a r r i n g t o n M ode] 50 0 6 . i(. Thorogood Knockdown Elite `Bidder shall provide sample b00is that meets or C exceeds these specifications if item is a different Q d m an ufa cturer or m ode/. N _N C iv W ILDLANO BOOTS ACCEPTABLE IAS SPECIFIED E d d L STANDARDS : Allwildland boots produced shall AS SPECIFIED °S a m e a t o r e x c e e d the c rite ria s e t fo rth in the c u rre n t N tC edition of N F PA 1977 STANDARD — 2005 EDIT IO N L PROTECTIVE CLOTHING FOR STRUCTURAL a FIRE FIG H T IN G 0) 7 j STYLE : M inlm um 8• high , prem ium full grain water, AS SPECIFIED f l a m a a n d c u t r e s i s t a n t leather, V i b r a m l u g s o l e (o r U') equivalent), s o lid leather or composite shank C LO M SIZE : Should include whole sizes and half sizes AS SPECIFIED C 1 from size 5 to 16 rA r LL Or LL X P H E N I X S T R U T U R A L FIREFIGHTING HELM E T N C d) STANDARDS : Shall m set NFPA 1971 : AS SPECIFIED E t S T A N D A R D ON P R O T E C T I V E E N S E M B L E S F O R w S T R U C T U R A L FIRE FIG H T IN G AND PRO X IM IT Y Q F IR E F IG H T IN G r C d E S T Y L E : Phenix PIN P H E 0 0 4 Model 1 5 0 0-2 0 0 7 F R ; AS SPECIFIED ratchatsuspension w / sew n-in Nom ex earflaps; Cr UJI N o m ex c h in s t r a p w i p e s t m a n 's slide ; yellow 0 a reflective markers; N FP A 4 .5" tinted faceshisId i- r+ to C 0 L0 RS : White, red, yellow , blue and black AS SPECIFIED Q r c It 1 � V !C r+ w Q Packet Pg. 198 R FQ F-15.05 L w U nlfo ftu a for Pro tsc livo C to 11 iaP far 51tu tic ral and W ild lend Fire fighlin g 0 Y L d O 4) N R t V L a c c a S E C T IO N III. d 7 N to F 0 R M S — 06 Y d L a d V L a m a� x w LO 0 LO M N 0 a T- r r LL d LL w N Y G d E V f0 Y Y a r C d E as w O a L Y a Y ® C 7 � 19 V Y Y a Packet Pg. 199 L RFQ F-IS-OS � U•Iforter for Prot—lira Clothing for 3-1610 rol and W ild lood Firr fid h tin a 0 a+ P R IC E F 0 R M L tv L REQUEST FOR RFQ : R F Q F -15-02 0 d U) R DESCRIPTION OF RFQ : U n ifo rm a for Protective Cloth In g fo r S tru c to ra I and W Ild la n d -_ V L F Ire fig h tin g d fi5 BUSINESS NAM EfADDRESS : ALLSTAR FIRE EQUIPMENT C 12328 LOWER AZUSA ROAD a in d ARCADIA,CA 91006 U)) 06 c m E N A M E d L A U T H O R I Z E D REPRESENTATIVE JEFF GLANZROCK Q d N Q3 t V L T E L E P H 0 N E : _(626)255-0435 n3 W E M A IL: JEFFG @ALLSTARFIRE.COM n d k UJI F A X : (626)652-0919 0 0 L0 (S e e t e c h n i c a l S p e c s (p a g e s 1 1-1 8) f o r c o m p l e t e description ) M N 0 Ln T— LL D E S C R IP T 10 N F IR M F IX E D Cy PRICE LL X 1 N S T R U C T U R A L A N D W I L D L A N D F I R E F I G H T I N G P E R S O N N E L = d E ITEM 1 - BRUSH JACKET $ 194_30-----._____aach V ftf a+ .r. ITEM 2- BRUSH PANTS $ 197.45 _ _ _e a c h Q C d ITEM 3- STRUCTURAL FIREFIGHTING GLOVES $ 50.75---- - each Q 7 Cr I T E M 4- W I L D L A N D F I R E F I G H T I N G G LOVES $ 24.55-- - e a c h LLI O CL L w rn Q Y C V 20 i.+ F+ Q Packet Pg.200 R F Q F.1 5-0 5 L Y U nifo rm s for Pro lec live CIo lM1 ing for Slru clu rcl and W ild land Fire fig Ming Y L d P R I C E F O R M (eontlnUad) (See technical Specs (pages 11-18) for com ple to description) O d I N cv t V L a F IR M F IX E D fII STRUCTURAL AND W ILDLAND FIREFIGHTING PERSONNEL PRICE 39 25 Q ITEM 5- HOOD $___• ___________each d 3 N N ITEM 8- GOGGLES $ 39_90__________..ch 06 ' Y 103 85 ITEM 7- STANDARD TURNOUT BOOTS $ ___-________each E d d ITEM 8- LEATHER TURNOUT BOOTS $_240.75 ---_-__-_aach C d ITEM 9- W ILDLAND BOOTS g_164.05 each cN0 s L ITEM 10- PH ENIX STRUCTURAL FIREFIGHTING HELMET $__201_45__-__--__each a tv Y 3 V d S LI B -T O T A L $ 1266_30___________ w 0 L0 S H IP P IN G F E E S $ _ 0.00_____________ M N - O - 8.25% SALES TAX : $_ 104.47_____________ In - LL CY 1370.77 LL T O T A L $- -- ------------- N Y C d E t V fC Y Y Q C E CL W O a L Y N Q c as 21 w a Packet Pg.201 L RFQ F-IS-OS i0 a+ Uniforms for Pro tec ti,, Clothing for 5 d W ild lend Fire fig h tin{ 0 P R IC E F O R M i o n t l n u e d) L 0) E L E f f e c t i v e on or a b o u t S e p t o m b a r 2 0 1 4 t h r o u g h J u n e 30, 2 0 1 5 plus two (2) single-year 0 4) renewal options, for City's partial requirem ants, on an as-needed basis, with no guaranteed usage. V L Option year one, if exercised, shall be effective July 1 2015 through June 30, 2016. (L l0 Option Year two, if exercised, shall be effective July 1 2016 through June 30 , 2017. _ _ _ a d Are there any other additional or incidental costs that will be required by ur firm in y o r d e r to me a t t h e r e q u i r e m a n t s of t h e P r o p o s a l Specifications? Y e s I N o (c I r e le N 06 one). If you answered "Yes", please provide detail of said additional costs: d E d d L a Please indicate any elements of the Proposal Specifications that cannot be met by your d N M firm V L I[L (v i+ H a v e y o u i n c l u d e d i n y o u r p r o p o s a l all inform a do n a l item s and forms as requested? Yes V d / N o (c i r c l e one)- I f y o u answered 'N o', please e x p la in: )j Lr) O Lr) M N O r Lr) r This offer shall rem ain firm for 120 days from RFQ close date. r LL CY Terms and conditions as s e t fo rth in this RFQ apply to this pro p o s a L LL W N Cash discount allowable NET % 30 da?s; unless otherwise stated, p a y m ant term s _ a re: N at thirty (3 0) days. E s fls In signing this proposal, O ffe ro r(s) warrants that all certifications and documents r e q u e s t e d herein a r e a t t a c h e d a n d p r o p e r l y c o m p l e t e d and signed . Q _ 0) From time to tim a, the City may Issue one o r m o re addenda to this RFQ . Below , please 2 indicate all Addenda to this RFO received by your firm , and the date said Addenda 3 iS was/were received. W O a L r..t N a 2 2 cc w a Packet Pg.202 5.hd L ® RFQ P.13-OS LD Y U n it,r m s f o r P r o r e c l i v e C l o t h i n g f o r S 1"<r u r r 1 n o d W i I d 1a n d F i r c r i P h l i n g 0 Y Verification of Addenda R a c e Iv e d L d L A d d e n d a N o: R a c e iv e d o n Addenda N o: Racaivad on: A d d e n d a N o: R a c a iv a d o n :. ---------- --------- V L 0- F I R M N A M E : ALLSTAR FIRE EQUIPMENT _ _ _ ______ C A D D R E S S : 12328 LOWER AZUSA ROAD d w ARCADIA,CA 91006 _ -------_ Y C P h o n e: (626)652-0900 ---------------------------------- E 4) Email: INFO @ALLSTARFIRE.COM m py ---------------------------------- a Fax: (626)652_0919ZL�________ s L Authorized S ig n a to re : d Air 0) Print Name: SON BROEDE k W T Itle: INSIDE SALES/P.P.E. 0 0 0 M IF SUBMITTING A "NO PROPOSAL", PLEASE STATE REASON (S) BELOW N O LO T— LL CY LL w N Y C E s U ttS Y Y Q G N E 3 Cr W O a Ar L Y Q c 23 Y Y 4 _ r RFQ F-IS-D5 L U.1f.,m a (er Pro lee live Clo rM1 ing for 51ruc al end Wild lend Fi efighr nB 0 L N/A S U B C O N T R A C T O R 'S LIST 7 L O As required by California State Law , the GeneralCon tractor bidding will hereinafter N s t a t e t h e s u b c o n t r a c t o r w h o w I I I be t h e s u b c o n t r a c t o r o n th e j o b fo r e a c h p a r t i c u l a r trade V L or subdivision ofthe work In an amountin excess of one-half of one p0rcantoftha a G e n e ra I C o n tra c to is to to I bid a n d will s to to th a firm n a m a .a n d p rin cip a I to c a tic n o t th e _ fC m i l I, shop, or o f f i c e o f e a c h. If a G e n e r a I C o n t r a c to r fa i I s to s p e c i f y a s u b c o n tractor, o r if 3 C he specifies more than one subcontractor for the a a m a portion of work to be perform a = a under the contract in excess of one -half of one percent, he agrees that he is fully d 3 qualified to perform th a t p o rtio n him s e If a n d th a t h e s h a 11 perform that p o rtio n him s e If. N 06 C DIVISION OF NAME OF FIRM OR LOCATION (D W O R K O R C O N T R A C T 0 R C I T Y tv L T R A D E Q d N lC V L a d U tv x w tp 0 M N O to r r Print Name Signature of Bidder LL 0 LL N Company Name: ---------------------------------------- C tv E Address: ------------------------------------------ - -_ V R r Y Q ire R EJECTIO N OF BIDS C d E The undersigned agrees that the City of San Bernardino reserves the right to reject any or all bids, and reserves the right to waive inform a litie s in a bid or bids not affected by iS W law , if to do seem s to best serve the public in to re s t. 0 IL L lC w N Q tv t V 24 w r Q Packet Pg.204' 5.Ld RFQ F-IS-OS L Y U nifo rm r for Pro tcclivn Clo rh ing for Siru ciu rat and W ild lend Fira fighting O NON - COLLUSION AFFIDAVIT L CO T O T H E C O M M O N COUNCIL , C I T Y OF S A N B E R N A R D I N O 0 N ti3 In a c c o r d a n c e w i t h T i t l e 23, U n i t e d S t a t e s Code . Section 1 12. the u n d e Is i g n e d h e re b y V L states, under penalty of perjury: a That he/she has not, either directly or indirectly, entered into any agreement, participated C in any collusion, or otherwise taken action In restraint of free competitive bidding in Q connection with RFQ F-15-02. CU 7 N N 08 .d+ ALLSTAR FIRE EQUIPMENT Business Nam e------------------------------------ CV CV Business A d d re s s_12328 L WER AZUSA R AD,ARCADIA,CA 91006 Q m to Signature of bidder X__ ________ _ tu C) L 11 d .f.e 3 d W Place of Residence X M9 O Subscribed and sworn before me this __ 29TH____ day of AUGUST 20 14 C N O Notary Public In and for the County of �l�-_--___ , State of California. LL -- - it Cr LL My com m isslon expires: _ 1 ` --------------. 20 J - ' CV r-� C 0) E t C) PATRICIA BLACKMON Q Commission# 1972474 E, .x, Notary PubIIC-California i m Los Angeles County E M Comm.Ex free Mar 18 201 ! 2- as W O a m w a c d U 25 Q Packet Pg. 205'' 51d RFQ F-15-05 U nifo rm a for F ro tecllve C to thing for 5iru c10 r+l a nd Wild I+nd Fire fig M1ting O r+ L d L O d N tC s L a c c a S E C T 10 N IV N N _N G E N E R A L S P E C IF IC A T 10 N S 06 Y Q� 1. L a N s L d V d K w LO C> LO M N O r LL U CY LL N C E s ca w a w d E >s w O IL L w . N a r Q U 26 r r a Packet Pg. 206' R F Q F-IS-OS L w Uniform s for Pro lac tive C to th inu far Stru utu rut and W iId lend Fire fip hri, O L ' L O d N R IV . G E N E R A L S P E C I F I C A T 1 0 I S I S V L I. Each proposal shall be In accordance with Requeat for Quote (RFQ ) Number RFQ t0 F-15-02. All specifications are m inim um . O fferor(s) are expected to meet or exceed :3 C t h e s e s p e c i f i c a t i o n s as written. O f f e r o r(s) s h a l l a t t a c h to th e IT p ro p o s a l a c o m p l e t e a d e t a i l e d i t e m i z a t i o n a n d e x p l a n a t i o n In r e a c h a n d a v e r y d e v i a t i o n or v a r i a t i o n from d 7 t h e R F 0 s p e c i f i c a t i o n s a n d r e q u I r e m e n i s. C o n d i t i o n a I Q u o to s, 0 r th o s e that take In _N exception to the R FQ specifications and requirem ants, m ay be considered non- 06 y� responsive and maybe rejected. _ 2. T h e C I t y r e s e r v e s t h e r i g h t to a c c e p t o r re]a c t a n y a n d a 1 1 Q u o t e s a n d to a w a rd a E contract to the Offeror(s) whom best m Bets the City's requ Ire m ants. This m ay d L in c l u d e w a i v e r of m i n o r i r r e g u Is r i t i e s o r d is c re p a n c le s, o r n o n co n to rm It y to Q specifications In appropriat6 circumstances. Purchase shallbe one best buy basis d N after due consideration of all relevant factors, including but not lint iced to td s w orkm anahip, accessibility of parts and service, known evidence o m a n u to c tu re r's i 7 responsibility and record, durability and known operational record of product and (L s u i t s b i l i t y a s w e H a s c o n fo rm ity to C ity n e e d s a n d re q u Ire m e n is . In a II c a s e s th e b e s t +d,, X in to rest of the C ity s h a II prevail in all con tra c t a w a rd s. a. T h e C i t y o f S a n Bernardino r e s e r v e s t h e r i g h t to p u r c h a s e m o r e o r l e s s than the K W q u a n title s specified at unit prices p ro p o s a I. LO d. Q u o to s s h a 1 1 b e f i r m o f f e r s, s u b j e c l to a c c e p to n c e o r r e j e c t i o n within 1 2 0 days O LO m inim um of the opening thereof. s. R a g u la r d a a le r. No 0 fferor(s) sha11ba acceptable who is note reputable N O m anufacturer or dealer of such Item s as s u b m hied for proposal consideration. Lh r s. A11 m atorials, workm anship and finish antoring into the construction of the equipm ani ly m usi b of the best of these respective kinds and m usi conform to the character of CY the aquipm ant and the service for w hicIt it is intended to be used and shall be LL I� p r o d u c e d b y u s e o f t h e c u r r e n t on a n u f a c t u rin g p r o c e s s e s. 'Seconds', factory rejects, N and substandard goods are not acceptable. 7. Each 0fferor(s) sh all submitwith th a Ir p ro to o s a I a copy of the proposed product E s s p e c i f i c a t i o n s, c o m p le to d e to i le d d r a w i n g s, a n d o t h e r de s c r I p t iv a matter in s u ff i c is n t 0 a+ d e to it to clearly describe the equipment, ma to ria Is and parts oife re tl. Q e. M anufacturer and/or Contractor shall defend any and all suits and assum a all liability for any and all claim s m ede against the City of San Bernardino 0r any of Its officials E o r a g e n t s f o r t h e u s e of any patented process, device or article forming a part of CL a q u ip m a n I o r a n y Ito m fu rn is h e d under the c o ntract. Cr W e. E a c h 0 f f e r o r(s) m u s t s to to in th e i r p r o p o s a l the guarantee d delivery date of prod u c i O and/or services in num bar of calendar days from the date of contract execution by d L the City of San Bernardino, tim a is of the essence relative to this contract. Contractor w N shall prosecute the work continuously and diligently and ahalldeliver the item s at the Q earliest possible date following the award of the contract. ® C V 27 w w a Packet Pg.207 R F Q F-IS-o3 L ® i� Unifo rmafor Pro,ncliec Cla lh ivg for Slru nlu rnl and Wild lnnd Fire fig Ming i o. E a c h O ffe r o r(s) s h a l l l i s t I n t h e i r p r o p o s a l all facto ry, m a n u fa ctu re is and/or d e a le is L d warranty andlor guarantee coverage and shall subm it such written docum ants •a L evidencing the same attached to the proposal. 0 d 1. S u c c e s s fu l 0 ffe r o r(s) (C o n i r e c to r) s h a 11 fu r n is h a n d d e l i v e r to t h e C i t y complete N R equipm ant as proposed and awarded, ready for Installation and fully equipped as L tl e to I l e d in t h e s e specifications. � CL 12. Price sha11ba quoted F .O .B . Son Bernardino (a If tra n a p o rta tio n charges shall be fully R prepaid), and shall include all discounts. Proposal shall include California sales tax, _ where app lie able, (effective January 1 , 2013) computed atthe rate of 8.26% , this = Q w ill n o rm a Ily b e s h own as a separate line Item on the price form d 7 1 g. C i t y s h a 1 1 m a k e p a y m a n t within t h i r t y (3 0) d a y s a f t e r th e c o m p le is d e l i v e r y and N acceptance of the specified Items by the City of San Bernardino and receipt of the 06 Contractor's priced invoice. C g4. A11 •standard equipm ant" is included in any proposal. 0 FFERO R (S ) furnishing E Q uotes under these specifications shall supply all Items advertised as 'standard' d d L equipm ant even if such items are not stipulated in the specifications, unless >� Q otherwise clearly excepted in the proposal. � 1 s. T h e Ile m s w h I c h th e 0 ffe r o r(s) p r o p o s e s to fu r n Is h the City m u s t c o m p l y in a 11 R t re s p e c is w i t h th e a p p r o p r is is s a f e t y r e g u Is t I o n s o f a l l r e g u l a t o r y c o m m i s s i o n s o f th e i FadaraI G ovarnm a n I and the Stoto of C alifornis, w hathar such safety features and/or a Ile m s h a v e b e e n s p e c ific a Ily o u tlin e d in th a s e s p e c ific a do n s o r n o t. r ® X i a. C o n i r e c to r d e l i v e r i n g e q u i p m a n t p u r s u a n t to th e s e R F Q s p e c if s c a t io n s shall C) (D guarantee that equipm ant meets specifications as set forth herein . If it is found that W equipm ant delivered does not m eat requ ire m ants of these specifications the lf> Contractor shall be required to correct the a a m a at their own expense. l0 t7. By subm itling a proposal, each 0 ffe ror(s) agrees that In the event com plete deIivery Is not m a d a w ithin the lim a or Urn es set forth pursuant to this specification, dam age C w ill b e s u s to in e d b y th e C ity,, and th a t it is, a n d w Ill b e im p ra c tic a l and e x tre m sly fn r difficult to, ascertain the actual dam age which the Cfly will sustain in the event of and ty b y re a s o n o f s u c h d e Is y. Q ts. In case the delivery of the Item s under this contract Is delayed due to strikes, LL in j u n c t i o n s, g o v e r n m a n t c o n t r o Is, o r b y re a s o n o f a n y c a u s e or c i t c u m s t a n c e b e y o n d N r+ th e c o n t r o l of t h e C o n tra c to r, t h e t i m e ford e I i v a r y m a y be extended (in th e C ity's C d sole discretion) by a num bar of days to b daterm fined in each Instance by m utuaI E t written agree mantbatweon the Contractor and the Purchasing Division of the City of V l0 San Bernardino. The City shall not unreasonably refuse such extension . Q do. C ontract. E a c h proposal shall be subm itted and received with the un derstanding that +. C acceptance by the C ity of San Bernardino of proposal in response to this solicitation d E aha11constitute a contra cIbatwaan the Contractor and the City. This shall bind the !Z C o n t r a c t o r to fu r n Is h a n d d e IN v e r a t th e p r i c e s p r o p o s e d a n d i n c o m p l e t e a c c o r d a n c e w ith all provlslona of R F F-16.02. In m ost cases the basis of aw and will be the W 0 C s t y's s t o n d a rd p u rc h a l e o r d e r t h a t m ay o r m a y not In corporate th is solicitation b y d L re is re n c e. M in Q w ® � E V 2 R t0 a+ Q Packet Pg.208 f L to RFQ F-15.05 � H n'ifo rm s for Pro 1­1­ c loth ins far st"' rnl and w ild land Firefighting 2o. P ro h ib Ile d In to re s I. No m e m b e r, officer, o r e m p to y e e o f th a City o r o f a n y agency of L d the City during his tenure or for one year thereafter shall have any Interest, direct or a i n d i r e c t In t h i s co n i r e c t o r th e p r o c e e d s t h e r e o f. F u r t h e r m ore, the par tie s h e re to O 4) covenant and agree that to their knowledge no board member, officer or em ployaa o f th e C ity h a s a n y interest, w h ether contra c to a I, n o n -co n tra ctu al. fin an c to I o r V L otherwise, in this transaction, or in the bus Inass of tha contracting party other than d the City, and th a t if a n y s u c h in to re s t c o m a s.to th e k n o w le d g e of either p a rty a t a n y time, a fu II and c o m p to to d is c to sure o f a II s u c h in fo rm a do n w ill b e m a d e in w ruin g to C th e o th e r p a r t y or parties, e v e n i f s u c h i n t e r e s t w o u l d n o t b e considered a conflict o f Q in to re s t u n d e r A rtic le 4(c o m m e n c in g with Se c Iio n 1 0 9 0) o r A rtic le 4.6 (c o m m e n c in g w ith S e c do n 1 1 2 0) o f Division 4 o f Title I o f the Govern m e n t Code o f the S la le of N N C a lifo rn is. 21. O n e D o c u m ant. These specifications, the Request for D u o to s, R F 0 F-1 6-0 2, th e _ d C o n t r a c to is p ro p o s a I, a n y w r i t t e n a g re e m e n t executed by th e p a rtle s, the purchase E •r d e r a n d a l l d o c u m a n t s r e f e r r e d to in t h e complete s p e c i f i c s do n s a n d p u r c h a s e 4) L order, and all w ritten m odifications of said documents shall be construed together as Q one documant. AnythIng called for In any one ofsaid documents ahallbe deemed to d N b e re q u ire d e q u a Ily a s if c a Ile d to r in a H. A n y th in g necessary to co m p le to the w o rk p ro p e r l y s in a I I It e p e r f o rm e d b y t h a c o n t r a c t o r, w h e t h e r s p e c i f i c a I l y s e t o u t in the i contract or not. All sections of the specifications shall be read a s con stitu tin g a w hole p_ a n d n o t a s a n a g g re g a do n o t In d iv id u a l p a its, a n d w h a to v e r is s p a cifie d in one 3 section shall be construed as applying to all sections. V d 22. The Clty of San Bernardino reserves the rig hllo accept or rejectany and all Quotes. X W 23. Prom pt p a y m ant. Each O fie ror(s) m ay stipulate In their proposaIa percentage '- L0 p ro m p t p a y m e n t d is c o u n t to b e to k e n b y th e C ity in th e e v e n t th a City m a k e s 0 tC) p a y m e n t t o t h e C o n t r a c to r w i t h In to n (1 0) w o r k in g d a y s c f re c e i p t o f m a to r i a l a n d approval of invoice. For the purpose of this provision, p a y m ant is deem 0 c to be tV CD m a d e o n th e d a to o f m a i l i n g o f th e C I t y c h e c k. N O T E p ro m pt p a y m an t d Is c o u n is Lh r w Ill only be used during proposal evaluation in the case of tle s. LL 24. 1 n q u I r i e s. T e c h n i c a[ q u e s t i o n s m a y b e s e n t y to f a x to 9 0 9-3 6 4-5 04 3, o r e m a i I: Cr R um ple eI(c) sbc ity.org. The answers to m atorial questions will be provldad in w riting LL b y A d d e n d u m (s) to all p o t e n t i a l O ff e r o r(s) b y e p o s tin g to the C sty's w e b s Ile. N w+ 2 a. P ro p o s a 1/F e e S c h e d u Ie s. No p r o p o s a l w i l l b e a c c e p t a b l e unless f e es/p*ricas a re d subm life dontha pricing forms furnished by the contractor ,eivit, andaIIrequ ire d t forms are comp le to d and included w ith p ro p o s a I. Deliver all Quote s, SIGNED and V ll3 th 4.t S E A L E D , to the Finance D e p a rtm a n t a 1 3 0 0 North 'D ' Street, 4 F lo o r, City H a II, Q San Barnardino, California 92416. CLEARLY MARK THE RFQ SPECIFICATION T IT L E : Uniform s for Protective C to th in g for Structural and W ild la n of E Firefighting R F 0 F-15.02 ON THE OUTSIDE OF THE ENVELOPE t2 26. Tim e. A II Q uotos m ust be received in the Purchasing Division no Is ter in n 3 :0 0 iT W PM , PST, September4, 2014, whare atsuch time and said place Quotes will be O publicly opened, exam Ined an.d declared. Any proposal m ay..be withdrawn by d L 0 fferor(s) prior to the above scheduled tim a for the opening of Quote s. Any proposal w N received after th a t tim B a n d d a to s p e c ifle d s h a II NOT be considered. Q r d t V 29 a+ a+ a Packet Pg.209 - i i 5.Ld � RFQ F-15-05 = U nifor,n s far P retcctive C l-hin g for Stru ctu ral and W ild l—d F irefighline 21. The City of San Bernardino reserves the right at its own discretion to award separate L co n t r a c is f o r e a c h category, o r t o a w a r d m u l t i p l e c o n t r a c t s, or to a w a r d o n e c o n t r a c t L for furnishing and delivering of all aqulpm ant and/or services in all categories. 0 2e. Equlpm ent. In the purchase of equipm anI. C ontractor shall be required to furnish y td s o n e (1 ) O P E R A T O R S M A N U A L e n d o n e (1 ) P A R T S MA N U A L f o r a 1 1 e q u i p m a n t � Q uotes. 3 2 e. In s u b m I t t a n g .a p r o p o s a 1 1 o a p u b I i c p u r c h a s in g b o d y, t h e 0 ff e r o r(s) o f f e r s and 0. RS agrees that if the proposal is accepted, it will assign to the purchasing body all rights, C title, and interest in and to all causes of action it m ay have under Section 4 of the Q Clayton Act (U .S .C . Sec 15) or under the Cartwright AcI (Chaptor2, commencin9 3 with Section 16700 ofPart2 of Division 7 ofthe Business and Professions Code), N N arising from purchases of goods, m ate rials, or services by the 0fferor(s) for sale to oa the purchasing body pursuantto the proposal. Such assignmanlshallbe made and +• C b a c o m a effective at the time the purchasing body tenders final paym ant to the E 0 ffe ro r(s), d 4) L so. Contractor shall Ind amnify, defend and hold City, its officers, amptoyaes and agents harm less from any claim , dam and, liability, suit, judgm ant or ex pa n s a (including, Q d w ithout lim its tion, reasonable costs of defense) arising out ofor related to U) C ontractor's perform ante of this agream ant, except that such duty to Indem nify, i d e Is n d a n d h o Id h a rm Is s s s h a II n o t a p p ly w h e re in)u ry to p e rso n or property is IL c a used by City's w i llf u l m is c o n d u c t o r sole n e g lig e n c e. The costs, salary and w expenses of the City Attorney and m em bars of his office in enforcing this Agreement V 4) on behalf of the City shall be considered as "attorney's fees" for the purposes of this W p a ra g ra p h. LO e 1. W h Ile n o t re s tric tin g o r lim itin g th a foregoing, d u rin g the term o f th is A g re a m e n t, O Contractor shall m aintain in effect policies of c o m prehensive public, general, and v a u t o mobile l i a b i l i t y i n s u r a n c e, i n t h e am ounI of $ 1 ,000,000 c o m bIned single lim it, C and stototory workais c o m pensadon coverage, and shall file copies of said policies tdj r w i t h t h a C i t y's R 1 s k D i v i s i o n p r i o r to u n d o r t e k i n g a n y w o r k u n d e r th is A g re e m e n t. T h e p o I l e le s s h a II n a m a the City a s a n a d d itio n a I in s u re d a n d s h a 11 p ro v id a for ton - (1 0) CY d a y notification to the City Its a id p o Iic ie s are term in a to d or m a to ria lly altered. � s2. N C 4) t V f73 r Q r C b=u-m-d-s h a 11 have a rating in B est's m ost racenI Insuranca guide of 'A* or be Its r. s o. W r i t t e n c o n t r a c t d o c u m a n is, d u l y a u t h o r i z e d a n d s I g n e d b y t h e a p p r o p r i a t e authority, l2 c o n s t i t u Is t h e c o m p l a t e a n d e n t i r e a g r e e m e n t(s) t h a l m a y re s u It fro m t h e R F Q _ s4. The City m ay, at its discretion , exercise option year renew als for up to two (2) years, Uj O in one-year lncrem ants. d L N Q r C N .t= V 3 0 t4 r .f+ Q Packet Pg.210 15.Ld RFq F-13.D3 — Y U nifn rm s for Protective Clothing for Stru ciu reI and W ild l.nd Fire fir h ling a O 33. By submitting a proposal, Offeror(s) warrants that any and alt licenses and/or L certifications required by law , statute , code or ordinance in performing under the 'p L scope and specifications of this R FQ are currently held by 0fferor(s), and are valid O d and In full force and effect. C opies or leg itim ate proof of such licensure and/or to 1C c e r t i f i c a t i o n s h a l l be i n c l u d e d in O fie r o r(s)'s re s p o n s e. Q u o to s [a c k In a c o p le s M V L and/or proof of said licenses and/or certifications m ay be deem a non - n. re s o o n s Iv e a n d m a y b e re Is c to d W 3s. O n c a the award has been m a d a and prior to the com m encement of the job, the = C Ity's M u n is i p a I C o d e (M .C . 5.0 4 .0 0 5) requires that a Business doing business w ith = a the C ity, obtain and m aintain a valid City Business Registration Certificate during the 0) 3 term of the Agream ant. N 3 7. V e n d o r (C o n t r a c t o r)/ C o n s u l t a n t s e r v i c e s a g r e e m e n t(s) (V S A/C S A). A s ig n e d v e n d o r/C o n s u Its n l s e ry is a agreement may be re q u Ire d between both parties p rio r to _ commencement of the job. E d L a d M M M U L a ro x a� x w LO O LO M N O 1n r tl CY I1 IY N C d E V lC w a E CL Cr W O a L fa ..r a r m 31 w a Packet Pg. 211 5.Ld ALLFIR-001 SHBU CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYVYY) 9/2/2014 v THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS _N CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES Q BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED O REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. i IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to '0 the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER (888)825-4322 NAMEA T BOWermaster&Associates PHONE FAX P.O.BOX 6026 AIC No Ext: (.IC,No: V 10805 Holder Street-Suite 350 A DRIESS: 7 Cypress,CA 90630 a INSURER(S)AFFORDING COVERAGE NAIC d INSURER A:Hartford Casualty Insurance Company INSURED Allstar Fire Equipment, Inc. INSURERB:Allied Insurance 23787 12328 Lower Azusa Road INSURER C:Preferred Em to ers Insurance Co. 10900 Q Arcadia CA 91066 + INSURER D: N INSURER E: _N INSURER F: 06 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD O INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS d CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, d EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN R1 TYPE OF INSURANCE ADD[ U p POLICY NUMBER fdMIDIDIYYW MMIDDY/YYY LIMITS Q GENERAL LIABILITY EACH OCCUCE $ 1,000,000 y A X COMMERCIAL GENERAL LIABILITY 72CCSOF5544 8/1/2014 811/2015 PREMISES E�RREN a occurrence $ 300,00 CLAIMS-MADE �OCCUR MED EXP(Any one person) $ 10,00 L 3 PERSONAL&ADV INJURY $ 1,000,000 0. GENERAL AGGREGATE $ 2,000,000 �W GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 U X POLICY SERCoj El LOC $ K AUTOMOBILE LIABILITY COMEIINED SINGLE LIMIT u.l Ea accident $ 1,000,000 .. B X ANY AUTO ACPBA7816228887 8/1/2014 8/112015 BODILY INJURY(Per person) $ I.0 ALL OWNED SCHEDULED O BODILY INJURY Per accident $ LO AUTOS AUTOS ( ) M X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE AUTOS Pereccident $ $ CD O X UMBRELLA LfA6 X OCCUR EACH OCCURRENCE $ 3,000,000 r A EXCESS LIAB CLAIMS-MADE 72XSSOPNO653 8/1/2014 811/2015 AGGREGATE $ 3,000,000 LL DED RETENTION$ $ k WORKERS COMPENSATION WC STATU- I 0TH- LL AND EMPLOYERS'LIABILITY X TORY LIMITS ER C ANY PROPRIETORIPARTNER/EXECUTIVE YIN KN112151-13 8/15/2014 8/15/2015 E.L.EACH ACCIDENT $ 1,000,000 W OFFICER/MEMSER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 1,000 000 +-' 0y u SCRIPTION OPERATIONS below es,describender E.L.DISEASE-POLICY LIMIT $ 1,000,000 0 DE V td a+ a+ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Q Proof of Insurance c m E tZ Cr W O a CERTIFICATE HOLDER CANCELLATION w N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Q THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN +- City Of San Bernardino ACCORDANCE WITH THE POLICY PROVISIONS. 300 N. "D"Street, 2nd Floor San Bernardino,CA 92418- AUUTJ THORIZED REPRESENTATIVE U ( w Q ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD Packet Pg. 212 i 5.I.d �• '1 ALLFIR-001 SHBU ,4coRO' CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 9/212014 ro THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS N CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES Q BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED O REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. L IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the ` O certificate holder in lieu of such endorsement(s). y PRODUCER (888)825-4322 NAME: T BOWermaster&Associates PHONE I FAX S P.O.BOX 6026 A/C No Ext: A/C No); i E-MAIL 10805 Holder Street-Suite 350 ADDRESS: Q Cypress,CA 90630 INSURER(S)AFFORDING COVERAGE NAIC N INSURER A:Hartford Casualty Insurance Company INSURED Alistair Fire Equipment, Inc. INSURERB:AIIIed Insurance 23787 12328 Lower Azusa Road INSURER C:Preferred Employers Insurance Co. 10900 Q Arcadia,CA 91066 INSURER D: � N INSURER E: N INSURER F: 06 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: _ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, ty EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE ADD POLICY EFF POLICY EXP LIMITS Q INSR VD POLICY NUMBER MM/DDIYYYY MMIDD/YYYY GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 N A X COMMERCIAL GENERAL LIABILITY 72CCSOF5544 8/1/2014 811/2015 - PREMISES Ea occurrence $ 300,00 CLAIMS-MADE r OCCUR MED EXP(Any one person) $ 10,00 3 PERSONAL BADVINJURY $ 1,000,000 a. GENERAL AGGREGATE $ 2,000,000 r GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $ 2,000,000 U X POLICY PRO- LOC $ W JEC AUTOMOBILE LIABILITY COMBINEDSINGLELIMIT 1,000,000 Ea a..dart) $ B X ANY AUTO ACPBA7816228887 8/1/2014 8/1/2015 BODILY INJURY(Per person) $ LO ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ M AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident $ O X UMBRELLA LIAB I X OCCUR EACH OCCURRENCE $ 3,000,000 L0 A EXCESS LIAB CLAIMS-MADE 72XSSOPNO653 8/1/2014 8112015 AGGREGATE $ 3,000,000 LL 4# DED I I RETENTION$ $ WORKERS COMPENSATION X TRY LIMITS OE Y/N H AND EMPLOYERS'LIABILITY C ANY PROPRIETOR/PARTNER/EXECUTIVE WKN112151-13 8/15/2014 8/15/2015 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? NIA N (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If ye m s,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 c L) a., Q DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Proof of Insurance G as E CL is W O CL CERTIFICATE HOLDER CANCELLATION +4 rn SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Q THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ++ City of San Bernardino ACCORDANCE WITH THE POLICY PROVISIONS. _ 300 N."D"Street, 2nd Floor San Bernardino,CA 92418- AUTHORIZED REPRESENTATIVE V Q ©1988-2010 ACORD CORPORATION, All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD --°-°--°- Packet Pg. 213