Loading...
HomeMy WebLinkAbout05.I- Fire 5.1 RESOLUTION (ID # 3582) DOC ID: 3582 B CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Purchase Order From: Paul Drasil M/CC Meeting Date: 11/17/2014 Prepared by: Norma 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 a Purchase Order to Kalmikov Enterprises Inc., Dba Fire Apparatus Solutions, for the Aerial Rotation Bearing Replacement on Fire Unit#T-2. (#3582) Current Business Registration Certificate: No Financial Impact: The estimated cost of the purchase order with Fire Apparatus Solutions for the replacement of the aerial rotation bearing on fire unit#T-2 is $28,425.50 plus approval for a 10% contingency in the amount of$2,842.55 for a total not exceed amount of $31,268.05. Funding for the purchase order is included in the Fire Department's FY 2014-2015 Adopted Budget, account number 001-200-0050*5173 (Outside Vehicle Maintenance) in the amount of$26,400. Funds will need to be transferred from account number 001- 200-0050*5111 to account number 001-200-0050*5173 in the amount of$10,000 for the issuance of a purchase order to Fire Apparatus Solutions. There is no additional cost to the General Fund for this purchase order. Account Number: 001-200-0050*5173 Account Budgeted Amount: $70,000 Balance as of November 7, 2014: $26,400 Balance after approval of item: $5,131.95 (with budget amendment) 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; and authorize the amendment to the Fire Department's FY 2014-2015 Adopted Budget to reflect the expenditures as outlined in the staff report. Synopsis of Previous Council Action: Background: On June 16, 2014, a third party, Diversified Inspections/ITL, inspected the reserve aerial truck T-2 per NFPA Standard 1911 Annual Inspection and Testing. Part of the inspection involves checking the turntable rotation bearing for allowable clearance. The aerial manufacturer allows no more than .030" clearance. Diversified Inspections Updated: 11/13/2014 by Georgeann "Gigi" Hanna B I Packet Pg. 126 3582 measurement indicated .050" clearance which is .020" beyond aerial manufacturer limits. A second third party inspection was conducted by Failsafe Testing on August 6, 2014 to confirm the findings by Diversified Inspections. Failsafe measured .045" clearance, .015" beyond limits. The recommendation by the aerial manufacturer to correct the excess clearance is to replace the turntable rotation bearing. On August 25, 2014, a Request for Quote (RFQ) #F-15-06 was issued to solicit formal bids for the aerial rotation bearing replacement. Notices inviting bids from qualified vendors 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 City received one bid response from Southern California Fire Services in the amount of $31,351 for RFQ #F-15-06. Therefore, Fire recommended that the bid be reissued and the period of response be extended to allow vendors to conduct a walkthrough of the project prior to their bid submittal. On September 23, 2014, a second RFQ #F-15-09 was issued to solicit formal bids for the aerial rotation bearing replacement on unit #T-2. The RFQ #F-15-09 packages were mailed to nine vendors which included one local vendor within the City limits. On October 21, 2014, the City received and reviewed 2 bids and the bid responses are as follows: Vendor Location Bid Proposal Fire Apparatus Solutions Bloomington, CA $28,425.50 Southern California Fire Services Corona, CA $31,350.51 Unit #T-2 is one of two reserve aerial trucks to have available in the event that one of the frontline aerials goes out of service due to a breakdown, or to use in place of the frontline aerial when the frontline is in the Shop for maintenance. T-2 has been out of service since June 16, 2014 due to the excessive rotation bearing clearance. It is imperative that both reserve aerials be in service and available for use and therefore the repair is justified. Pursuant to the City's bidding process, it is recommended that the City award a purchase order to Fire Apparatus Solutions for aerial rotation bearing replacement under RFQ #F-15-09 (Attachment 1). Fire Apparatus Solutions meets technical specifications and is the lowest overall bidder for the aerial rotation bearing replacement. Therefore, the Fire Department is requesting that the City execute the Purchase Agreement and issue a purchase order to Fire Apparatus Solutions in the amount of $28,425.50 plus approval for 10% contingency costs, if needed for unforeseen circumstances, in the amount of $2,842.55, for a total cost of $31,268.05 under RFQ #F-15-09 (Exhibit A). City Attorney Review: Supportinq Documents: Aimk RESOLUTION TEMPLATE 1 (DOC) agrmt 3582 (PDF) Fire Apparatus PO-Attachment 1 RFQ #F-15-09 (PDF) Updated: 11/13/2014 by Georgeann "Gigi" Hanna B Packet Pg. 127 _ .1 51.a 1 RESOLUTION NO. U) L 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF a SAN BERNARDINO AUTHORIZING THE EXECUTION OF A VENDOR a a 3 PURCHASE AGREEMENT AND ISSUANCE OF A PURCHASE ORDER TO L KALMIKOV ENTERPRISES INC., DBA FIRE APPARATUS SOLUTIONS, FOR U. 4 THE AERIAL ROTATION BEARING REPLACEMENT ON FIRE UNIT #T-2. L 5 0 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE N 6 CITY OF SAN BERNARDINO AS FOLLOWS: R s L_ 7 SECTION 1. Kalmikov Enterprises Inc., dba Fire Apparatus Solutions, is the lowest a 8 y responsible bidder for the aerial rotation bearing replacement in accordance with Bid 9 Specification Request for Quote#F-15-09. All other bids are hereby rejected. 10 = 11 SECTION 2. The City Manager is hereby authorized and directed to execute a E 12 Vendor Purchase Agreement with Fire Apparatus Solutions, a copy of which is attached Q a� N 13 hereto, marked Exhibit"A" and incorporated herein. 14 a- SECTION 3. The Director of Finance or his/her designee is hereby authorized and a; 15 directed to perform a budget transfer in the amount of $10,000 from account 001-200- w 16 17 0050*5111 to account 001-200-0050*5173 and to issue a purchase order to account 001-200- M 18 0050*5173 to Fire Apparatus Solutions in the amount of $28,425.50, with a contingency M c 0 19 amount of $2,842.55, for a total not to exceed $31,268.05. The purchase order shall W W 20 incorporate by reference this Resolution number, shall reference the terms in RFQ Bid 21 w Specification #F-15-09, and shall incorporate the terms and conditions of the bid of Fire a 22 w 23 Apparatus Solutions. Z O 24 SECTION 4. The authorization to execute the above-referenced Vendor Purchase J 25 Agreement and Purchase Order is rescinded if the parties to the Agreement fail to execute it w 26 within sixty(60) days of the passage of this Resolution. 27 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF 28 SAN BERNARDINO AUTHORIZING THE EXECUTION OF A VENDOR a Packet Pg. 128 1 PURCHASE AGREEMENT AND ISSUANCE OF A PURCHASE ORDER TO = KALMIKOV ENTERPRISES INC., DBA FIRE APPARATUS SOLUTIONS, FOR 2 THE AERIAL ROTATION BEARING REPLACEMENT ON FIRE UNIT #T-2. CL Q 3 0) U. 4 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 5 0 6 on the day of , 2014, by the following vote, to wit: y s 7 Council Members: AYES NAYS ABSTAIN ABSENT . a 8 °' MARQUEZ y 9 BARRIOS 10 = d 11 VALDIVIA L 12 SHORETT a a� 13 NICKEL 2 14 JOHNSON CL 15 MULVIHILL w 16 N co 17 Georgeann Hanna, City Clerk 18 The foregoing Resolution is hereby approved this day of , 2014. g 19 20 R. Carey Davis, Mayor 21 City of San Bernardino a 22 2 Approved as to form: 23 Gary D. Saenz, City Attorney 0 24 By: 25 w 26 = 27 28 a Packet Pg. 129 J../L11 VENDOR PURCHASE AGREEMENT CITY OF SAN BERNARDINO —FIRE APPARATUS SOLUTIONS This Vendor Purchase Agreement is entered into this 17th day of November 2014, by and o between Kalmikov Enterprises Inc., DBA Fire Apparatus Solutions ("VENDOR") and the City of San Bernardino ("CITY" or"San Bernardino"). in r WHEREAS, the Mayor and Common Council has determined that it is advantageous 2- and in the best interest of the CITY to contract for the aerial rotation bearing replacement on Fire a Unit T-2; and Q a� L_ U- WHEREAS, the CITY solicited and received quotes from available vendors for the o aerial rotation bearing replacement on Fire Unit T-2; and, L WHEREAS, VENDOR is the lowest responsible bidder to provide products said services to CITY; L NOW,THEREFORE, the parties hereto agree as follows: a a� q1 1. SCOPE OF SERVICES. For the remuneration stipulated, San Bernardino hereby engages VENDOR to provide those products and services in accordance with Bid Specification Request for Quote #F-15-09, _ attached hereto and incorporated herein as Attachment"1". 2. COMPENSATION AND EXPENSES. a. For the products and services delineated above, the CITY, upon presentation of an N invoice, shall pay the VENDOR up to the amount of$31,268.05 for the aerial rotation M bearing replacement. a b. No other expenditures made by VENDOR shall be reimbursed by CITY. a� X 3. TERM; TERMINATION. w The term of this Agreement shall be for a period of one year. This Agreement may be co terminated by either party at any time for any reason by giving thirty (30) days' written notice. M The terms of this Agreement shall remain in force unless mutually amended. The duration of M this Agreement may be extended with the written consent of both parties. c .N 4. INDEMNITY. VENDOR agrees to and shall indemnify and hold the CITY, its elected officials, employees, agents or representatives, free and harmless from all claims, actions, damages and co 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, a� or subcontractors, relating to or in any way connected with the products or services provided 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 E of the foregoing indemnity, VENDOR agrees to protect and defend at its own expense, including t CITY OF SAN BERNARDINO-FIRE APPARATUS SOLUTIONS Q VENDOR PURCHASE AGREEMENT Packet Pg. 130 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 o officials, employees, agents or representatives, with respect to third party claims against the VENDOR relating to or in any way connected with the products or services provided under this in Agreement. L 5. INSURANCE. a 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 LL 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 o named insured in each policy of insurance provided hereunder. The Certificate of Insurance y furnished to the CITY shall require the insurer to notify CITY at least 30 days prior to any change in or termination of the policy. a. w 6. NON-DISCRIMINATION. y 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, c 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. a >a Q 7. INDEPENDENT CONTRACTOR. N VENDOR shall provide the products and perform the services under this Agreement, but for all intents and purposes VENDOR shall be an independent contractor and not an agent or employee of the CITY. VENDOR shall secure, at its expense, and be responsible for any and all a. payment of Income Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for VENDOR and its officers, x agents, and employees, and all business license, if any are required, in connection with the W services to be performed hereunder. 04 Ln M 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. M VENDOR warrants that it possesses or shall obtain prior to execution of this Agreement, c and maintain a business registration certificate pursuant to Chapter S of the Municipal Code, and any other licenses, permits, qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice its business or profession. N 00 LO 9. NOTICES. 2 Any notices to be given pursuant to this Agreement shall be deposited with the United a_ States Postal Service, postage prepaid and addressed as follows: 14 c aD E 2 Q CITY OF SAN BERNARDINO-FIRE APPARATUS SOLUTIONS VENDOR PURCHASE AGREEMENT Packet Pg.13'1 TO THE CITY: TO THE VENDOR: City of San Bernardino Fire Department Kalmikov Enterprises Inc., N 200 East Third Street DBA Fire Apparatus Solutions = San Bernardino,CA 92410 2763 South Vista Avenue Attention: Fire Chief Bloomington, CA 92316 0 Telephone:(909)384-5286 Attn: William Kalmikov Cn Telephone:(714) 357-9706 10. ATTORNEYS' FEES. In the event that litigation is brought by any party in connection with this Agreement, the a 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 for the enforcement of any of the terms, conditions or provisions o hereof. The costs, salary and expenses of the City Attorney and members of his office in any action related to this Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the purposes of this paragraph. N 11. ASSIGNMENT. 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 N written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void 2 and shall constitute a breach of this Agreement and cause for the termination of this Agreement. r_ Regardless of CITY's consent, no subletting or assignment shall release VENDOR of c VENDOR obligation to perform all other obligations to be performed by VENDOR hereunder a) for the term of this Agreement. a 12. VENUE. y The parties hereto agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated either in the State courts located in the County of San Bernardino, State of California or the U.S. District Court for the Central District of California, °- Riverside Division. The aforementioned choice of venue is intended by the parties to be mandatory and not permissive in nature. x w 13. GOVERNING LAW. co This Agreement shall be governed by the laws of the State of California. M, M 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. N 15. HEADINGS. 00 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. d E CITY OF SAN BERNARDINO-FIRE APPARATUS SOLUTIONS Q VENDOR PURCHASE AGREEMENT Packet Pg. 132 16. SEVERABILITY. If any provision of this Agreement is determined by a court of competent jurisdiction to N be invalid or unenforceable for any reason, such determination shall not affect the validity or o 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 in and effect. L 17. REMEDIES; WAIVER. a All remedies available to either party for one or more breaches by the other party are and a 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 o 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 0 a� 28. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the parties, and supersedes any prior agreements and understandings relating to the subject matter of a this Agreement. This Agreement may be modified or amended only by a written instrument N 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. E L Q Dated: , 2014 KALMIKOV ENTERPRISES, INC., N DBA FIRE APPARATUS SOLUTIONS L By. .FJ Name/Title: x W N 00 LO Dated 12014 CITY OF SAN BERNARDINO M C O By: Allen J. Parker, City Manager Approved as to form: N co Gary D. Saenz, City Attorney M r E By: � ti ,r E a CITY OF SAN BERNARDINO-EIRE APPARATUS SOLUTIONS Q vENDOR PURCHASE AGREEMENT Packet Pg.133 ,�t.tachment a L aM CL 4:. Q iC LL 0 Fire Apparatus Solutions 2763 S. Vista Avenue Bloomington, CA 92316 d I N M M U L f � a a: I N c I RFQ F-15-09 L Aerial Rotation Bearing Replacement N t4 t City of San Bernardino 300 North D Street a Finance Department—4th Floor Attn: Ellen Clifford x San Bernardino, CA 92418 w N .y CO LO LO r LL LL r Sail Ile win wo w Q 6 a r L Q. Q Received a U- 0 CT 272014 4) San Bernardino City Q Fire DcpannienL I Packet Pg. 134 5.Lc N Table of Contents CL a L U. L Section 1 References o N t Section 2 Customer Bid Proposal/Specifications CL N Fire Apparatus Solutions Company Documents N Section 3 and Insurance Certificates d E Section 4 Certificates of Qualifications a N t4 t V L 3 a a� x w N 00 LO M dS O LO T LL r i+ d E V .V a 6 a. N ca L a CL a a� L V .V id a Packet Pg. 135 N References �. Q L U. L d Fire Department: Riverside County Fire Fire Department: City of Rialto E d Address: 210 W. San Jacinto Street Address: 131 S. Willow Ave. ca Perris,CA 92570 Rialto,CA 92376 — a I Contact: Chief Troy Grotenhuis Contact: Chief Brian Park T 3 U) 2 I Phone Number: (951)940-6357 Phone Number: (909)800-0772 c Email: troy.grotenhuis @fir_e.ca.gov Email: bpark@confirel.org I E a� a� L Fire Department: City of Colton Fire Department: City of Vernon Q m Address: 303 E.Street Address: 4305 Santa Fe Ave. L Colton,CA 92324 Vernon, CA 90058 a a� Contact: Chief Kevin Valentin Contact: Chief Michael Langer U 4) Phone Number: (909)370-5105 Phone Number: (323)583-8811 x w Email: kvalentin @confire.org Email: MLanger@ci.veriion.ca.us N 00 ul M Q1 O u7 U.S. Department of Agriculture LL Fire Department: City of Loma Linda Fire Department: Forestry Services CY U. Address: 11325 Loma Linda Dr. Address: 602 S Tippacanoe Ave. Loma,Linda,CA 92354 San Bernardino,CA 92408 = m Contact: Mike Atchinson Contact: Francisco Isais Ec c� Phone Number: (909)559-7181 Phone Number: (909)382-2961 Q Email: matchinson @confire.org Email: fisaias @fs.fed.us a L Q. Q. a L_ V. All above listed references Fire Apparatus Solutions currently holds service contracts with. d E ca Q Packet Pg. '136 RFQ F-15.09 C Aerial Rotation Bearing Replacement L sZ CL } LL .r L San Bernar iHo Q N September 23, 2014 L SUBJECT: REQUEST FOR QUOTES (RFQ) F-15-09 a a� The City of San Bernardino (City) invites Quotes from qualified vendors for: N Aerial Rotation Bearing Replacement c a� Parties interested in obtaining a complete copy of this RFQ F-15-09 may do so by accessing the City of San Bernardino Web Page at www.sbcity.org City Hall > Finance > Request for Bids, beginning September 23, 2014, or by faxing their request to (909) Q 384-5043, attention Ellen Clifford. Please include the following information in your request: name and address of firm; name, telephone and facsimile number of contact person; specify RFQ F-15-09. ti Copies of the RFQ may also be obtained by calling Ellen Clifford (909) 384-5330, or in r person at City Hall, 300 N. "D" St., 4th Floor, Finance Department, San Bernardino, CA x 92418. ``� N co From the issuance date of this Request for Proposal until a Vendor is selected and the selection is announced, Proposers are not permitted to communicate with any City staff o or officials regarding this procurement, other than during interviews, demonstrations, Ln and/or site visits, except at the direction of Ellen Clifford, Accounting Assistant, the LL I designated representative of the City of San Bernardino. Contact with anyone not ly designated will result in elimination from the bid process. Pre-Bid Meeting: A Pre-Bid meeting including an on-site job walk will be held at the job site on September 30, 2014, at 10:00 A.M. at 120 S. D Street San Bernardino, CA 92418. This meeting is to serve as a pre-bid review for prospective bidders. Y a Closing Date: Proposals must be submitted at or before 3:00 PM, PST, October 21, a 2014 at the address listed above. y Issuance of this RFQ and/or receipt of Proposals does not commit the City to an award Q or a contract. Sincerely, Ellen Clifford U_ Accounting Assistant E 1 � �a a Packet Pg.137 5.Lc RFQ F-15-09 rn 3 Aerial Rotation Bearing Replacement to Q a L_ LL O L L 0 cu V L SECTION I. a a� INSTRUCTIONS TO OFFEROR(S) N C w E a� a� L a d cc s L a as a� x w N co M O Lo r LL a r a.. G1 E t V r a+ a 0 a w m L CL Q a L LL d E 2 .F. a Packet Pg. 138 RFQ F-15-09 N Aerial Rotation Bearing Replacement R City of San Bernardino, Finance Department C Purchasing Division L RFQ F-15-09 0 1993 Seagrave TDA Aerial Rotation Bearing Replacement L O Bid Documents to Be Returned y References r� a �J Completed Technical Specifications — right-hand column (City Form) N Signed Price Form (City Form) One (1) signed original of Quote in a SEALED ENVELOPE Two (2) copies of signed Quote in a SEALED ENVELOPE a Authorized Binding Signature(s) U) Verifications of Addenda Received (City Form) Iv Forms a 10 d Listing of Proposed Subcontractor, if applicable (City Form) Iv Forms U a� Affidavit of Non-Collusion w N General specifications#4 120 Day Minimum Proposal Validity Statement vl LO M Insurance Certificates LO { ILL Copy of Contractor License or other appropriate licenses, permits, qualifications and approvals that are legally required to provide services, and that such C.I licenses and approvals shall be maintained throughout the term of this Contract. II.Tech Specs&VI General Specifications#35 r G N E t Offeror(s) are requested to submit this checklist completed with all bid documents. This r list may not be inclusive of all documents needed to submit your RFQ. Please Q refer to entire packet for additional documents. Q E a v, L a a a L_ 3 a Packet Pg. 139 RFQ F-15-49 N Aerial Rotation Bearing Replacement cc I. GENERAL INSTRUCTIONS TO OFFEROR(S) a a A. Pre-Proposal Conference U. 0 A Pre-Bid meeting including an on-site job walk will be held at the job site on September 30, 2014, at 10:00 A.M. at 120 S. D Street San Bernardino, CA 92418. o This meeting is to serve as a pre-bid review for prospective bidders and an overview of N the 1993 Seagrave TDA. L CL B. Examination of Proposal Documents y 1. By submitting a proposal, the Offeror(s) represents that it has thoroughly = examined and become familiar with the items required under this RFQ and r that it is capable of quality performance to achieve the City's objectives. 2. The City reserves the right to remove from its mailing list for future RFQs, for an undetermined period of time, the name of any Offeror(s) for failure a to accept a contract, failure to respond to two (2) consecutive RFQs and/or unsatisfactory performance. Please note that a "No Proposal' is 2 considered a response. a r C. Addenda X Any City changes to the requirements will be made by written addendum to this "' RFQ. Any written addenda issued pertaining to this RFQ shall be incorporated 00 into the terms and conditions of any resulting Purchase Order. The City will not M be bound to any modifications to or deviations from the requirements set forth in o this RFQ as the result of oral instruction. 9 LLr All Addendums will be posted to our website at www.sbcity.org > City Hall > Finance > Request for Bids. For automatic electronic notifications, please visit U_ our website and sign-up for SB Connect. a� E D. Clarifications w 1. Examination of Documents a 6 a Should an Offeror(s) require clarifications of this RFQ, the Offeror(s) shall U) notify the City in writing in accordance with Section D.2 below. Should it be found that the point in question is not clearly and fully set forth, the City Q will issue a written addendum clarifying the matter which will be sent to all ¢ persons who have requested the RFQ. U_ c a� E 4 crY a Packet Pg. 140 RFQ F-15-09 N C Aerial Rotation Bearing Replacement L 2. Submitting Requests C as a. All questions, clarifications or comments shall be put in writing and U_ must be received by the City no later than 3:00 PM October 7, 2014 and be addressed as follows: M L City of San Bernardino 300 North "M Street M 4th floor, Attn: Ellen Clifford L San Bernardino, CA 92418 a. a� b. The exterior envelope or email subject line of all requests for y clarifications, questions and comments must be clearly labeled, "Not an Offer." The City is not responsible for failure to respond to a request that has not been labeled as such. E The City will also accept questions sent by facsimile machines or email, however, all faxed or emailed questions must be received by a the City no later than 3:00 PM, PST, October 7, 2014 Send y facsimile transmissions to (909) 384-5043, attention Ellen Clifford, and emails to Clifford_el @sbcity.org a C. Inquiries received after 3:00 PM October 7, 2014 will not be accepted. x w 3. City Responses N co LO M Responses from the City will be communicated in writing to all recipients of this RFQ, by a posting to our website, www.sbcity.org by the close of 9 business October 14, 2014 r LL For automatic electronic notifications, please visit our Homepage and C.,I register for SB Connect. If you are not registered for SB Connect, you may view or download any Addenda at www.sbcity.org > City Hall > Finance > Request for Bids. E. Submission of Quotes a 6 a 1. Date and Time All Quotes are to be submitted to City of San Bernardino, Attention: Ellen a Clifford. Quotes received after 3:00 PM PST, October 21, 2014, will be Q rejected by the City as non-responsive. 0 U. E s 5 �a a Pack s#Pg.141 tl` RFQ F-15-09 to 7 Aerial Rotation Bearing Replacement 2. Address a a Quotes shall be addressed as follows: U. 0 w City of San Bernardino 300 North D Street E Finance Department—4t" Floor Attn: Ellen Clifford San Bernardino, CA 92418 � a Quotes may be delivered in person to the Finance Department, 4th floor of the above address. N 3. Identification of Quotes a� Offeror(s) shall submit a SEALED proposal package consisting of: E L (a) One (1) signed original of Proposal a I (b) Two (2) copies of Proposal L The proposal package shall be addressed as shown above, bearing the a w Offeror(s) name and address and clearly marked on the outside of the 3 envelop as follows: a RFQ F-15-09 w Aerial Rotation Bearing Replacement N W 4. Acceptance of Quotes o a. The City reserves the right to accept or reject any and all Quotes, r or any item or part thereof, or to waive any informalities or LL irregularities in Quotes. CY b. The City reserves the right to withdraw this RFQ at any time without Y prior notice and the City makes no representations that any contract will be awarded to any Offeror(s) responding to this RFQ. C. The City reserves the right to postpone proposal opening for its a own convenience. o a y d. Faxed or emailed Quotes will not be accepted. L F. Pre-Contractual Expenses a d Pre-contractual expenses are defined as expenses incurred by the Offeror(s) in: u w C a) E 6 r a Packet Pg. 142 RFQ F-I5-09 N C Aerial Rotation Bearing Replacement 1. Preparing its proposal in response to this RFQ; C a� 2. Submitting that proposal to City; U_ 0 Y 3. Negotiating with City any matter related to this proposal; or L 4. Any other expenses incurred by the Offeror(s) prior to date of award, if any, of the Agreement. L The City shall not, in any event, be liable for any pre-contractual expenses a. incurred by Offeror(s) in the preparation of its proposal. Offeror(s) shall not include any such expenses as part of its proposal. N a G. Contract Award Y c a� Issuance of this RFQ and receipt of Quotes does not commit the City to award a E Purchase Order. The City reserves the right to postpone proposal opening for its own convenience, to accept or reject any or all Quotes received in response to a this RFQ, and to negotiate with other than the selected Offeror(s) should y negotiations with the selected Offeror(s) be terminated. The City also reserves s the right to apportion the award among two or more OFFEROR(S). a A signed Vendor (Contractor) / Consultant Service Agreement (VSA/CSA), along with a pre-performance meeting, outlining additional terms and conditions relating x to performance, warranty, materials, goods, services, or other items as deemed w necessary by the City, may be required prior to the commencement of the job. LO M H. Acceptance of Order a� 0 Ln The successful Offeror(s) will be required to accept a Purchase Order in LL accordance with and including as a part thereof the published Request for Quotes, and the RFQ documents including all requirements, conditions and a specifications contained therein, with no exceptions other than those specifically listed in the written purchase order. a� I. Business License E R Y The City's Business Ordinance requires that a Business doing business a with the City, obtain and maintain a valid City Business Registration Certificate a during the terms of the Agreement. Bidder agrees to obtain such Certificate prior to undertaking any work under this Agreement. L J. Local Vendor Preference a a d The City of San Bernardino gives any formal or informal bid submitted by a local u bidder a one percent (1%) credit for goods and materials, where labor and/or E 7 R Y Y Q Packet Pg. 143 RFQ F-15-09 N Aerial Rotation Bearing Replacement � L installation is incidental; and a five percent (5%) credit on Contractual services, for a comparison purposes with other bidders, as authorized in the San Bernardino Municipal Code Section 3.04.125, and Executive Order 2003-1, respectively. LL 0 For the purposes of this section, "local bidders" shall be bidders for which the point of sale of the goods, materials, or services shall be within the City limits of San o Bernardino. N R .0 V L a a� 0 N N C C N E d N L Q N co .L V L a. as v m X W N co Ln M O ltd r LL d LL r a+ C d E t V R r Q a N L CL Q. Q d L_ LL E C 8 s U f� Y a Packet Pg.144 RFQ F-15-09 rn Aerial Rotation Bearing Replacement 3 Z CL sZ Q m L_ LL O L SECTION II. 0 a� TECHNICAL SPECIFICATIONS s L a m N _N C I � d I d N s L CL m m x w N CD Ln M IM O In V- LL C, tY r a+ C d E M V a 6 a ca L Q Q d L_ LL d) E 9 ns 6WIM09.145 RFQ F-15-09 w CU Aerial Rotation Bearing Replacement to CU City of San Bernardino C d TECHNICAL SPECIFICATIONS LL 0 BID SPECIFICATION NO. RFQ F-15-09 E 1993 Seagrave TDA Aerial Rotation Bearing Replacement ° (Fire Department/Fleet & Equipment) a NOTICE : "SPECIAL INSTRUCTIONS TO THE BIDDER" U) Services: -a Bidder shall complete right-hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth in left-hand column. E d d Equipment: a Bidder shall complete right-hand column indicating specific size and or make and m model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. L 0 a FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID U M X CATEGORY I ACCEPTABLE/AS SPECIFIED w Requirements N 00 Item I- Bidder shall document in the Vendor Notes M section any additional costs associated with these price Comply a, quotes for complete evaluation purposes. Undocumented J e°, additional LL costs will not be honored. Item 2- Bidder shall bid on the removal of the aerial U_ ladder from the turntable; disassembly and removal of Comply the turntable and related parts to gain access to the _ rotation bearing. Removal of fasteners and rotation E bearing. U Item 3- Bidder shall bid on the replacement of the rotation bearing. Installation and assembly of the turntable and related parts. Including replacement of compluff a hydraulic hoses as needed. Installation of the aerial ladder and adjustment of cables as needed for proper ladder operation. CL Item 4- Bidder shall use FWD/1993 Seagrave TDA a genuine replacement parts. Any substitutions must be U. pre-approved. Bidder technicians performing the work c a� E 10 a Packet,'Pg.146 RFQ F-15-09 N 7 Aerial Rotation Bearing Replacement CL shall be ASE Master Heavy Truck certified or State of California Fire Mechanic 2 certified with State of Comply a California Fire Mechanic 2C Aerial Apparatus U- certification. ° L d Item 5- Bidder shall bid on third party inspection after 0 rotation bearing replacement to confirm that tolerances comply N are within manufacturer's specifications. _ Item 6- Bid prices must be valid for 120 days due to processing requirements. Gompl a m N _N C R r C 4) E I. L I N V L a x W N CO M CA C to V- I � CY tL lY r r d t V tC r.. Q a N .r ns L Q. Q. Q d L_ E d 11 � a Packet Pg.147 5.I.c RFQ F-15-09 N Aerial Rotation Bearing Replacement L CL Q Q w L U. 0 L L 0 4) W V L 3 SECTION III. I � PRICE FORMS a) E a� a� L a N I � V I � d i Y 3 V I K � W N 00 Lry M On O Lo LL d r C 01 II � tQ ..1 Q CL N 7 t0 L tC Q Q Q 0? L U. E 12 .I� Q Packet Pg. 148 RFQ F-15-09 N C Aerial Rotation Bearing Replacement PRICE FORM a Q a� REQUEST FOR RFQ: RFQ F-15-09 0 DESCRIPTION OF RFQ: 1993 Seagrave TDA Aerial Rotation Bearing Replacement -a L BUSINESS NAME/ADDRESS: Kalmikov Enterprises Inc.,DBA:Fire Apparatus Solutions 0 m N 2763 South Vista Avenue U L Bloomington,CA 92316 tl 7 N _N NAME c AUTHORIZED REPRESENTATIVE William Kalmikov E d a� L a TELEPHONE: (714)357-9706 N cc EMAIL: Fasfire @gmail.com L CL FAX: (909)421-4150 +; v N x w (See technical Specs(pages 10-11) for complete description) N 00 LO M DESCRIPTION FIRM FIXED o PRICE r U AERIAL ROTATION BEARING REPLACEMENT FOR cY 1993 SEAGRAVE TDA ITEM 1-ADDITIONAL COSTS $ 3,990.00 each E ITEM 2- REMOVAL OF FASTENERS & BEARINGS $ 1,500.00 each w ITEM 3- INSTALLATION &ASSEMBLY OF TURNTABLE $ 19,475.00 each a 6 n. ITEM 4- SEAGRAVE GENUINE REPLACEMENT PARTS YE / NO y L Q Q a L_ d E 13 ra a Packet'Pg. 149 5.I.c RFQ F-15-09 N 7 Aerial Rotation Bearing Replacement CL sZ PRICE FORM (continued) a) d (See technical Specs(pages 10- 11) for complete description) U. 0 FIRM FIXED PRICE AERIAL ROTATION BEARING REPLACEMENT FOR 1993 SEAGRAVE TDA U L ITEM 5- THIRD PARTY INSPECTIONS $ 1,200.00 each a. ITEM 6- PRICES GOOD FOR 120 DAYS QY E / NO y r C 4) SUB-TOTAL $ 26,165.00 E tv L Q SHIPPING FEES: $ 825.00 y R s 8.25% SALES TAX: $ 1,435.50 CL w TOTAL. $ 28,425.50 K w N CO L0 th O LO T LL Y 0: r i+ E V r r+ Q O a. N �a L Q. Q Q d L_ u_ d 14 r r Packet;Pg. 150 S.I.c RFQ F-15-09 N 3 Aerial Rotation Bearing Replacement s PRICE FORM (continued) a a Are there any other additional or incidental costs that will be re u d by your firm in U_ order to meet the requirements of the Proposal Specifications? Ye / No (circle 0 one). If you answered "Yes", please provide detail of said additional costs: Replacement of hardware to attach turn table,hoses and misc.Items listed in pricing breakdown. 0 d t U Please indicate any elements of the Proposal Specifications that cannot be met by your CL firm. N N tCf Have you included in your proposal all informational items and forms as requested? / No . (circle one). If you answered "No", please explain: a a L See attached pricing breakdown to aid in calculation of sales tax. ¢ N N iC t U This offer shall remain firm for 120 days from RFQ close date. a B Terms and conditions as set forth in this RFQ apply to this proposal. N X Cash discount allowable 0 % days; unless otherwise stated, payment terms w are: Net thirty (30) days. Co LO n In signing this proposal, Offeror(s) warrants that all certifications and documents a) requested herein are attached and properly completed and signed. ° LL 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 LL r was/were received. c Verification of Addenda Received Addenda No: Received on: Y Addenda No: Received on: a Addenda No: Received on: 0 a ca L FIRM NAME: Fire Apparatus Solutions Q a ADDRESS: 2763 S.vista Ave L U_ Bloomington,CA 92316 = d E 15 r a Packet Pg. 151 S.I.c -° ro =r d a m n o o p o co ro ^ r�m'1 ro n 3 m = m 3 ry R CL 3 C= C n rt d yf CP .`o Cl N O N ID n D d: CD� 3 ? o 0) ,0. (D o ( C a 9 0 3 V to Q .d D p a 1.0 V < n. in C -h rt D W 0 o C ,n n '^ t'^u d .3 o (D> aj w .1.11.1 . .,@m o to 0 CL > a ° 9. `° g 1� ( y aLn ? ( o N ET rt ro C I , d V _..g E m rn CL � L d 'n^y� V d if t,l x LU N 00 LO x ^ � o p) � c y a) rt 90 0 -0 . LO Ln r o D LL LL _. a r6l+ V, -CA I.A. 44 fR U- W 'Ln 01 V r+ to V vi CD Un O O O In In In S• d S S S S S S E 'A 4A -!+ -$A iA > � ONO r... N W In W Q °o S c4i o a Co _._.. ..�. .__.-..__......__. O to jtJt-. O 1pNit O � day S O S y D R xR_.. .. . U- a 0 0 m v v E o n n 0 0 V a Packet Pg. 152 S.Lc RFQ F-15-09 to Aerial Rotation Bearing Replacement CL sZ Phone: (714)357-9706 ¢ d L_ Email: FASfire @gmail.com O L Fax: (909)421-4150 O m Authorized Signature: L Print Name: William Kalmikov a. a� N Title: President y C R IF SUBMITTING A "NO PROPOSAL", PLEASE STATE REASON (S) BELOW: C E a� L a i V L lZ v a� X w N co 41� M O r LL LL r r C d E L V fC w O a En ca L Q Q ¢ L_ LL E 16 @ r Packet Pg. 153 RFQ F-15-09 N Aerial Rotation Bearing Replacement R ca iz sZ SUBCONTRACTOR'S LIST a) L U. As required by California State Law, the General Contractor bidding will hereinafter o state the subcontractor who will be the subcontractor on the job for each particular trade or subdivision of the work in an amount in excess of one-half of one percent of the L o General Contractor's total bid and will state the firm name and principal location of the mill, shop, or office of each. If a General Contractor fails to specify a subcontractor, or if he specifies more than one subcontractor for the same portion of work to be performed L under the contract in excess of one-half of one percent, he agrees that he is fully a qualified to perform that portion himself and that he shall perform that portion himself. ; DIVISION OF NAME OF FIRM OR LOCATION WORK OR CONTRACTOR CITY TRADE E a) na na na Iv a N l4 t V L 7 IL m w a) X w N CO W) M Q1 Print Name Signature of Bidder LO LL CY Company Name: Address: a� E REJECTION OF BIDS a The undersigned agrees that the City of San Bernardino reserves the right to reject any a or all bids, and reserves the right to waive informalities in a bid or bids not affected by law, if to do seems to best serve the public interest. C. Q a L LL c d E 17 U r a Packet Pg. 154 5.Lc RFQ F-15-09 N Aerial Rotation Bearing Replacement sZ NON - COLLUSION AFFIDAVIT t VIII L TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO o L In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: o N That he/she has not, either directly or indirectly, entered into any agreement, participated 2 in any collusion, or otherwise taken action in restraint of free competitive bidding in ti connection with RFQ F-15-09. N _N C R Business Name Fire Apparatus Solutions W E Business Address 2763 S.Vista Ave.,Bloomington,CA 92316 L Signature of bidder X �b�?�I '-�4L L 3 tL Bloomington,CA 4; Place of Residence X w Subscribed and sworn before me this day of 20L co M O Notary Public in and for the County of San Bernardino State of California. LO U- My commission expires: 20 E State of California,County of P2ru��>7v a Subscribed and sworn to for af11m>ted}before o this I de of IZ �, N bye i( uVVt !� /�i k�l7 •�•.. proved to me on ba s of satlsfact to LASHAWN JUNEAU be the person A COW#1905667 d- -1 NOTARY PUBLIC-CALIFORNIA �j Q Ilk (Seal) ySir& SAN BERNARDINO COUNTY W MY Comm.Expires Oct 21,2014 C a E U 18 r a Packet Pg. 155 RFQ F-15-09 N Aerial Rotation Bearing Replacement L to Q. CL a d L_ U. O i� L L O d cc m V L SECTION IV. ti CD f GENERAL SPECIFICATIONS N V CD B c E � a N cC V L a as x W N co u'> M V C LL LL ll' r r.. C d E V tC a O CL v, �a L Q. Q a d L_ U- (D E 19 a a Packet Pg. 156 RFQ F-15-09 to Aerial Rotation Bearing Replacement L IV. GENERAL SPECIFICATIONS Q i. Each proposal shall be in accordance with Request for Quote (RFQ) Number RFQ LL F-15-09. All specifications are minimum. Offeror(s) are expected to meet or exceed these specifications as written. Offeror(s) shall attach to their proposal a complete detailed itemization and explanation for each and every deviation or variation from o the RFQ specifications and requirements. Conditional Quotes, or those that take exception to the RFQ specifications and requirements, may be considered non- s responsive and may be rejected. L z. The City reserves the right to accept or reject any and all Quotes and to award a ti contract to the Offeror(s) whom best meets the City's requirements. This may include waiver of minor irregularities or discrepancies, or nonconformity to N specifications in appropriate circumstances. Purchase shall be on a best buy basis after due consideration of all relevant factors, including but not limited to, workmanship, accessibility of parts and service, known evidence of manufacturer's responsibility and record, durability and known operational record of product and suitability as well as conformity to City needs and requirements. In all cases the best interest of the City shall prevail in all contract awards. a s. The City of San Bernardino reserves the right to purchase more or less than the N quantities specified at unit prices proposal. a. Quotes shall be firm offers, subject to acceptance or rejection within 120 days minimum of the opening thereof. a 6. Regular dealer. No Offeror(s) shall be acceptable who is not a reputable manufacturer or dealer of such items as submitted for proposal consideration. x 6. All materials, workmanship and finish entering into the construction of the equipment w must be of the best of these respective kinds and must conform to the character of N the equipment and the service for which it is intended to be used and shall be M produced by use of the current manufacturing processes. "Seconds", factory rejects, and substandard goods are not acceptable. q 7. Each Offeror(s) shall submit with their proposal a copy of the proposed product LL specifications, complete detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, materials and parts offered. cY U- 8. Manufacturer and/or Contractor shall defend any and all suits and assume all liability for any and all claims made against the City of San Bernardino or any of its officials or agents for the use of any patented process, device or article forming a part of equipment or any item furnished under the contract. 9. Each Offeror(s) must state in their proposal the guaranteed delivery date of product r and/or services in number of calendar days from the date of contract execution by a the City of San Bernardino, time is of the essence relative to this contract. Contractor a shall prosecute the work continuously and diligently and shall deliver the items at the U) earliest possible date following the award of the contract. io. Each Offeror(s) shall list in their proposal all factory, manufacturer's and/or dealer's Q warranty and/or guarantee coverage and shall submit such written documents C evidencing the same attached to the proposal. L LL C aD E 20 Q Packet Pg.157 RFQ F-15-09 N Aerial Rotation Bearing Replacement y 11. Successful Offeror(s) (Contractor) shall furnish and deliver to the City complete 4 equipment as proposed and awarded, ready for installation and fully equipped as detailed in these specifications. U_ 12. Price shall be quoted F.O.B. San Bernardino (all transportation charges shall be fully o prepaid), and shall include all discounts. Proposal shall include California sales tax, where applicable, (effective January 1, 2013) computed at the rate of 8.25%, this o will normally be shown as a separate line item on the price form. 13. City shall make payment within thirty (30) days after the complete delivery and acceptance of the specified items by the City of San Bernardino and receipt of the L Contractor's priced invoice. ti 14. All "standard equipment" is included in any proposal. OFFEROR(S) furnishing Quotes under these specifications shall supply all items advertised as "standard" N equipment even if such items are not stipulated in the specifications, unless otherwise clearly excepted in the proposal. 15. The items which the Offeror(s) proposes to furnish the City must comply in all respects with the appropriate safety regulations of all regulatory commissions of the E Federal Government and the State of California, whether such safety features and/or items have been specifically outlined in these specifications or not. a 16. Contractor delivering equipment pursuant to these RFQ specifications shall N cn guarantee that equipment meets specifications as set forth herein. If it is found that equipment delivered does not meet requirements of these specifications the ; Contractor shall be required to correct the same at their own expense. a 17. By submitting a proposal, each Offeror(s) agrees that in the event complete delivery 3 '""''` is not made within the time or times set forth pursuant to this specification, damage x will be sustained by the City, and that it is, and will be impractical and extremely w difficult to, ascertain the actual damage which the City will sustain in the event of and by reason of such delay. M 18. In case the delivery of the items under this contract is delayed due to strikes, injunctions, government controls, or by reason of any cause or circumstance beyond q the control of the Contractor, the time for delivery may be extended (in the City's r sole discretion) by a number of days to be determined in each instance by mutual written agreement between the Contractor and the Purchasing Division of the City of San Bernardino. The City shall not unreasonably refuse such extension. 19. Contract. Each proposal shall be submitted and received with the understanding that acceptance by the City of San Bernardino of proposal in response to this solicitation shall constitute a contract between the Contractor and the City. This shall bind the M Contractor to furnish and deliver at the prices proposed and in complete accordance r with all provisions of RFQ F-15-09. In most cases the basis of award will be the a City's standard purchase order that may or may not incorporate this solicitation by a reference. N 20. Prohibited interest. No member, officer, or employee of the City or of any agency of the City during his tenure or for one year thereafter shall have any interest, direct or Q indirect in this contract or the proceeds thereof. Furthermore, the parties hereto a covenant and agree that to their knowledge no board member, officer or employee of the City has any interest, whether contractual, non-contractual, financial or U. otherwise, in this transaction, or in the business of the contracting party other than E 21 U w a Packet Pg. 158 S.Lc RFQ F-15-09 N Aerial Rotation Bearing Replacement ns the City, and that if any such interest comes to the knowledge of either party at any C time, a full and complete disclosure of all such information will be made in writing to the other party or parties, even if such interest would not be considered a conflict of U- interest under Article 4(commencing with Section 1090) or Article 4.6 (commencing g with Section 1120) of Division 4 of Title I of the Government Code of the State of California. L 21. One Document. These specifications, the Request for Quotes, RFQ F-15-09, the o Contractor's proposal, any written agreement executed by the parties, the purchase order and all documents referred to in the complete specifications and purchase L order, and all written modifications of said documents shall be construed together as a one document. Anything called for in any one of said documents shall be deemed to be required equally as if called for in all. Anything necessary to complete the work N properly shall be performed by the contractor, whether specifically set out in the = contract or not. All sections of the specifications shall be read as constituting a whole 41 and not as an aggregation of individual parts, and whatever is specified in one section shall be construed as applying to all sections. E 22. The City of San Bernardino reserves the right to accept or reject any and all Quotes. 23. Prompt payment. Each Offeror(s) may stipulate in their proposal a percentage ¢ prompt payment discount to be taken by the City in the event the City makes N payment to the Contractor within ten (10) working days of receipt of material and approval of invoice. For the purpose of this provision, payment is deemed to be made on the date of mailing of the City check. NOTE: prompt payment discounts a. will only be used during proposal evaluation in the case of ties. 24. Inquiries. Technical questions may be sent via fax to 909-384-5043, or email: x Clifford el E�sbcity.orq. The answers to material questions will be provided in writing w by Addendum(s) to all potential Offeror(s) by a posting to the City's website. co 25. Proposal/Fee Schedules. No proposal will be acceptable unless fees/prices are M submitted on the pricing forms furnished by the contractor heFe*R, and all required forms are completed and included with proposal. Deliver all Quotes, SIGNED and C SEALED, to the Finance Department at 300 North "D" Street, 4th Floor, City Hall, r San Bernardino, California 92418. CLEARLY MARK THE RFQ SPECIFICATION LL TITLE: Aerial Rotation Bearing Replacement RFQ F-15-09 ON THE OUTSIDE OF THE ENVELOPE. W 26. Time. All Quotes must be received in the Purchasing Division no later than 3:00 PM, PST, October 21, 2014, where at such time and said place Quotes will be publicly opened, examined and declared. Any proposal may be withdrawn by Offeror(s) prior to the above scheduled time for the opening of Quotes. Any proposal r received after that time and date specified shall NOT be considered. a 27. The City of San Bernardino reserves the right at its own discretion to award separate a contracts for each category, or to award multiple contracts, or to award one contract for furnishing and delivering of all equipment and/or services in all categories. 28. Equipment. In the purchase of equipment, Contractor shall be required to furnish Q one (1) OPERATORS MANUAL and one (1) PARTS MANUAL for all equipment a Quotes. 29. In submitting a proposal to a public purchasing body, the Offeror(s) offers and agrees that if the proposal is accepted, it will assign to the purchasing body all rights, E 22 U Packet Pg. 159 RFQ F-15-09 to Aerial Rotation Bearing Replacement c title, and interest in and to all causes of action it may have under Section 4 of the a Clayton Act (U.S.C. Sec 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700 of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by the Offeror(s) for sale to 0 the purchasing body pursuant to the proposal. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the o Offeror(s). N agents 30. Contractor shall indemnify, defend and hold City, its officers, employees and a g � harmless from any claim, demand, liability, suit, judgment or expense (including, L without limitation, reasonable costs of defense) arising out of or related to ti Contractor's performance of this agreement, except that such duty to indemnify, defend and hold harmless shall not apply where injury to person or property is caused by City's willful misconduct or sole negligence. The costs, salary and = expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the City shall be considered as "attorney's fees" for the purposes of this paragraph. E 31. While not restricting or limiting the foregoing, during the term of this Agreement, Contractor shall maintain in effect policies of comprehensive public, general, and a automobile liability insurance, in the amount of$1,000,000 combined single limit, N and statutory worker's compensation coverage, and shall file copies of said policies with the City's Risk Division prior to undertaking any work under this Agreement. The policies shall name the City as an additional insured and shall provide for ten- (10) a a� day notification to the City if said policies are terminated or materially altered. `► 32. m X W 0 of t.hIA N O LO • M CD O LO bond shall have a rating in Best's most recent insurance guide of"A" or better. r, 33. Written contract documents, duly authorized and signed by the appropriate authority, constitute the complete and entire agreement(s) that may result from the RFQ. CY 34. The City may, at its discretion, exercise option year renewals for up to two (2) years, in one-year increments. 36. By submitting a proposal, Offeror(s) warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFQ are currently held by Offeror(s), and are valid w and in full force and effect. Copies or legitimate proof of such licensure and/or a certification shall be included in Offeror(s)'s response. Quotes lacking copies a and/or proof of said licenses and/or certifications may be deemed non- responsive and may be reiected. L 36. Once the award has been made and prior to the commencement of the job, the Q City's Municipal Code (M.C. 5.04.005) requires that a Business doing business with Q the City, obtain and maintain a valid City Business Registration Certificate during the term of the Agreement. U_ c d E 23 ' a Packet Pg. 160 RFQ F-15-09 AVOW- N Aerial Rotation Bearing Replacement 37. Vendor (Contractor)/Consultant services agreement(s) (VSA/CSA). A signed C vendor/Consultant service agreement may be required between both parties prior to N commencement of the job. U- 0 L d L 0 N V L a m N N C a+ C E d N L Q N N RS V L 7 a d x W N 00 LO M O> O LO T- LL t LL r C N E M V R yd Q O CL N cc L Q. Q (v L_ LL d 24 s ca Q Packet Pg. 161 S.I.c Form w-9 Request for Taxpayer Give Form to the to (Rev.August 2013) Identification Number and Certification requester.Do not send to the IRS. <a L Department of the Treasury tL Internal Revenue Service CL Name(as shown on your income tax return) Q Kalmikov Enterprises, Inc. m N Business name/disregarded entity name,if different from above U. DBA: Fire Apparatus Solutions O a Check appropriate box for federal tax classification: Exemptions(see instructions): �- W ❑Individual/sole proprietor ❑✓ C Corporation ❑S Corporation ❑ Partnership ❑Trust/estate L N 0 o Exempt payee code(if any) �t ❑ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=partnership)Do- Exemption from FATCA reporting N o code(d any) N c C U p ❑ Other(see Instructions)► L tiU-- Address(number,street,and apt.or suite no.) Requester's name and address(optional) d a 2763 S.Vista Avenue m City,state,and ZIP code to N Qn Bloomington,CA 92316 List account numbers)here(optional) tt1 C Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on the"Name"line Social security number m to avoid backup withholding.For individuals,this is your social security number(SSN).However,for a d resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other t� entities,it is your employer identification number(EIN).If you do not have a number,see Now to get a d TIN on page 3. Employer identification number to Note.If the account is in more than one name,see the chart on page 4 for guidelines on whose M t number to enter. FJ29 - 4 1 5 1 7 4 6 0 9 3 d Certification m W Under penalties of perjury,I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me),and K 2. 1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue W Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,and 000 LO 3. 1 am a U.S.citizen or other U.S.person(defined below),and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct, CD Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding 9 because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and LL generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the �# instructions on page 3. a U. Sign Signature of Here U.S.person► Date► 6 O j y General Instructions withholding tax on foreign partners'share of effectively connected income,and 4.Certify that FATCA code(s)entered on this form(if any)Indicating that you are E Section references are to the Internal Revenue Code unless otherwise noted. exempt from the FATCA reporting,is correct. C Future developments.The IRS has created a page on IRS.gov for information Note.If you are a U.S.person and a requester gives you a form other than Form R about Form W-9,at www.irs.gov/w9.information about any future developments w affecting Form W-9(such as legislation enacted after we release a)will be posted W-9 ar request your TIN,you must use the requester's form if it is substantially on that page. similar to this Form W-9. Q Definition of a U.S.person.For federal tax purposes,you are considered a U.S. 0 Purpose of Form person if you are: n. A person who is required to file an information return with the IRS must obtain your -An individual who is a U.S.citizen or U.S.resident alien, correct taxpayer identification number TIN)to report,for example,income paid to -A partnership,corporation,company,or association created or organized in the +� you,payments made to you in settlement of payment card and third party network United States or under the laws of the United States, transactions,real estate transactions,mortgage interest you paid,acquisition or .An estate(other than a foreign estate),or Q. abandonment of secured property,cancellation of debt,or contributions you made s] to an IRA. -A domestic trust(as defined in Regulations section 301.7701-7). Q Use Form W-9 only if you are a U.S.person(including a resident alien),to Special rules for partnerships.Partnerships that conduct a trade or business in provide your correct TIN to the person requesting it(the requester)and,when the United States are generally required to pay a withholding tax under section _ applicable,to: 1446 on any foreign partners'share of effectively connected taxable income from jy such business.Further,in certain cases where a Form W-9 has not been received, 1.Certify that the TIN you are giving is correct(or you are waiting for a number the rules under section 1446 require a partnership to presume that a partner is a to be issued), foreign person,and pay the section 1446 withholding tax Therefore,if you are a W 2.Certify that you are not subject to backup withholding,or U.S.person that is a partner in a partnership conducting a trade or business in the E 3.Claim exemption from backup withholding if you are a U.S.exempt payee.If United States,provide Form W-9 to the partnership to establish your U.S.status t applicable,you are also certifying that as a U.S,person,your allocable share of and avoid section 1446 withholding on your share of partnership income. any partnership income from a U.S.trade or business is not subject to the Cat.No.10231X Form W-9(Rev.8-2013) Q Packet Pg. 162 6.t,c DISPLAY CONSPICUOUSLY AT PLACE OF BUSINESS FOR WHICH ISSUED N C ALI FORNIA STATE BOAR[,)OF LQUALIZATION v or re SELLER'S PERMIT �= " d ;ii(lfYr Air lt-U3i';.r W 0 I 4/1/2009 _SR EH 101-229420 a� r�c;lr�a r�,r���3ttarrrtE:: � FIRE APPARATUS SOLUTIONS Yolia"u m:;in+xylootx>y�;j O KALMIKOV ENTERPRISES, INC. logul�,of coati-ol stmt ffar�t:/ate w� rorltfr>i yoftr 2763 S VISTA AVE txo4ness, ihs fxannit Mo.,; � RIALTO, CA 92316 lx)( irrrlNJ yfYl! to do L a. N N ISi11 it:ISY,�UIPh31?I?Fr,tl�,;liSUHhilltl SALES AND USE TAX LAW It?Lr1tu1C3l.iN fill :. I?U'�INi"S`:t,i tiP.l_i_I{Jt;iritq;,;ll�It Pl4 iSt;N:,I.('0014MYAl lilt Au')VI C T!Il'>f'f R6:Ili 1:+4'Rtitt_NLY,a IN1..:1Gi!,'r;N317Rr`iS. � i l 6',PL Ht III' rAl_g3 JN i ll RL' ":lilt> )R'.ANr iLr[)t NU iv KN lit NSr1.tt1,i7U.11 A i l ,E r,f l )lt011 001 01"A PAR 114ON'till',NOWY US C,4 YftW"Olh.o ll Id 511ONSIBI r I ilr2`mod I S N1311 ( lA{[�S Nut si!It.l�if s,it?yC,ll rl�Kkti!.�s tillAalriY Iri1r Mr.4'J4rl'rlVtic?Ri31 RII::r;IiSlNlfii;i. For general tax questions,please call our information Center at 800-400-7115. W For Information on your rights,contact the Taxpayers'Rights Advocate Office at 888-324-2798 or 918.324-2798. t i?')Ir-tA -tilts V,4; '•76) N L V L A MESSAGE TO OUR NEW PERMIT HOLDER a m w As a seller, you have rights and responsibilities under the Sales and Use Tax Law. In order to assist you in your x endeavor and to better understand the law,we offer the following sources of help: W • Visiting our website at www.boe.ca.gov C4 • Visiting a district office U1 • Attending a Basic Sales and Use Tax Law class offered at one of our district offices Sending your questions in writing to any One Of our offices c Ln • Calling our toil-free information Center at 800-400-7115 r LL As a seller, you have the right to issue resale certificates for merchandise that you intend to resell.Conversely, you have the responsibility of not misusing resale certificates.While the sales tax is imposed upon the retailer, O LL • YOU have the right to seek reimbursement of the tax from your customer • You are responsible for filing and pitying your sales and use tax returns timely c • YOU hove the right to be treated in:a fair and equitable manner by the employees of tile Board � E • You are responsible for fol'owing the regulations set forth by the Board R As a sfllC,r, you are expw:ctf;rl to inalntiain the normal books and records of a prudent businessperson. You are required to Q =maintain thes: I)oolts;,Intl records for no less than;our yf ars. and make them available for inspection by n Board representative when requested.You at(I also expected to notify us if you are buying.selling,adding}a location,or discontinuing your business, a adding or dropping a partner, officer, or member. or when you are Ittoving any or all Of your business locations. If it becomes rn necessary to surrender this permit,you should only do so by mailing it to a Board office,Or giving it to a Board representative. L if you Would like to know more about your rights as a taxpayer.or if you are unable to resolve an issue with the Board. please Q. contact the Taxi,'myei s' Rights Advocate Office for help by calling toil-free,888-324-2798 or 9113-324-2798.Their fax number is Q- 91 6-323-3319. Q m L Please post this permit at the address for which it was issued and at a location visible to your customers. LL c m STATE BOARD OF EQUALIZATION t Sales and Use Tax Department a Packet Pg. 163 5.Lc POLICYHOLDER COPY Sd STATE N .+ P.O. BOX 8192, PLEASANTON, CA 94588 CL FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE Q a� L_ ISSUE DATE: 10-20-2014 GROUP: 000273 u' POLICY NUMBER: 0000525-2014 CERTIFICATE ID: 3 CERTIFICATE EXPIRES: 01-01-2015 01-01-2014/01-01-2015 O THIS CERTIFICATE SUPERSEDES AND CORRECTS d CERTIFICATE # 2 DATED 01-01-2014 to tC CITY OF SAN BERNARDINO SO v 300 N D ST SAN BERNARDINO CA 92418-0001 0. N N US This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the = California Insurance Commissioner to the employer named below for the policy period indicated. C This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. at E N L We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. Q N This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded rn by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document s with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance i afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. D_ d .r err►' 4 �z.�,.� k/�e�,,L�L (D X Authorized Representative President and CEO LII EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. � ENDORSEMENT #1600 - KALMIKOV, WILLIAM PRESIDENT TREASURER - EXCLUDED. LOM� ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 01-01-2013 IS c ATTACHED TO AND FORMS A PART OF THIS POLICY. 9 T- u_ �k U U- tc d 1= U R4 r Q O o_ r L EMPLOYER Q Q d L KALMIKOV ENTERPRISES INC Sul d 2763 S VISTA AVE BLOOMINGTON CA 92316 t U [P1G,SJ] Q iREV.7-20141 PRINTED 10-20-2014 Packet Pg. 164 5.Lc qLcc2�R& CERTIFICATE OF LIABILITY INSURANCE 05/09/14 Pc�nDUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ' rn ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1RD TAS$R INSURANCE SERVIC83 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 00 EL TORO RD ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. sz Suite D-407 < Q LAKE FOREST CA 92630 INSURERS AFFORDING COVERAGE NAIC# m INSURED INSURERA Scottsdale Ins CO LL INSURERS:Catlin Ins. Co. O Fire Apparatus Solutions Inc INSURERC:Great Lakes Ins. Co. >. 2763 South Vista Avenue INSURER D: � Bloomin ton CA 92316 INSURERS O COVERAGES In In 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,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. O. rINSR D POLICY NUPtBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS—TYPE OF INSURANCE-cIENERALLiABILrtY CPS1967693 02/14/2014 02/14/2015 EACHOCCURRENCE a 2 000 000 N MERCIAL GENERAL L A ILI7Y PR ES Once S 10 0 0 0 0 CUUMS MADE ©OCCUR MED EXP( one S 5 0 0 0 PERSONAL aADVINJURY $ 2,000,000 +, GENERAL AGGREGATE $ 2,00 000 a) GENL AGGREGATE LIMIT APPLIES PEt> PRODUCTS-COMPADPAGG i 2,000,000 POLICY n PRO LOC AUTOMOIRLE LIABILITY COMBINED SINGLE LIMIT S �( ANY AUTO (Ea acddW) N ALL OWNED AUTOS BODILY INJURY 5 (Par person) s SCHEOULEO AUTOS i HIREDAUTOS > DILYIN )Y $ (L NON-OWNED AUTOS PROPERTY N aoddent3 GE $ U GARAGE LIABILITY 0400902513 03/11/2014 03/11/2015 AUTO ONLY-EAACCIDENT s W B ANYAUTO OTHER THAN EAACC s 11000,000 �i AUTO ONLY AGO- $ 2 000 000 00 It') EXCESS I UMBRELLA LIABILITY EACH OCCURRENCE S M OCCUR F---I CLAIMS MADE AGGREGATE S $ DEDUCMLE s V- RETENTION S 9 LL WORKERS COMPENSATION WC STATLI OTH AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTHERfDCECUIIyE Y E.L.EACH ACCIDENT S LL OFFI;ERIMEMBER EXCLUDED? (Myyaeenssdatcry In NH) E.L.DISEASE-EA EMPLOYEE $ SPECIALP�ROVIMB 4k. E.L.DISEASE-POLICY LIMIT 1$ = OTHER Occurance 1,000,000 m Garage Keepers Legal RK64062AI4 03/11/2014 03/11/2015 E C negate 1,000,000 � Liability v DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUIXONS ADDED BY ENDORSEMENT I SPECIAL PROVwONS Q O a c� L CERTIFICATE HOLDER CANCELLATION sz SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BECANCELLEDBEFORE THE EXPIRATION C DATE THEREOF,THE ISSUING RMRER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICETOTHECER 2n,!rDER NAMED TO THE LEFT,BUT FAILURE TO 00 SO SHALL LL IMPOSE NO OBL TIO ITY KIND UPON THE INSURER,ITS AGENTS OR a+ REPRESENT a d RUTH Rpm E U ACORD 25(2009101) ®1988.2009 ACORD CORPORATION. All rights reserved. ;a _ r The ACORD name and logo are registered marks of ACORD Q Packet Pg. 165 ti .;_ ' y ate. •�,� �• •s�la Li W ad cl CIL � E• r � a iJ 2 r•'i Poo cl '. • •/ .r • • _ V \ Z r � 7� ��r t` n: r �ia�. v c:.�rf.� � •.y+ �i� •.'3r lr�t s '• :.:'E, tr F�',�•ff� �:�,� i m v � a v m c N 0 0 D � m CD 0 W O w W s O w CD CD a CD CD cc C n N CD Q tD 0 O 'n a-I w w N 0���5 99 '8d 40 6Ld a D K rr• 6I n v U N D 0 yc CA Y . �I .4. A c�► t"4 y • C 3 ,F N 4 � w Q } o N a � •.' Y kw v ���riiiyyy, n CD 5 0 CD V N Tom. ., � •- F .. a V N 696 "6d MOLd I T €D eta �++F{ kr'i t� ' �J �, , •t�0 N7 ��d���•* E` � .� '.�� .•`�` �W'�'�t'w�+ D `4.�.Ea .Y I. A Q• w A r A w'F a N e A"x• A w r f 4 p .x• II A 1. A Si n .. r A L •r n .. a rr a ..A ��i"� v . - v+ �r. ,." r Yz-R•.J.+s.,t�.....�tirv-•'r.«Y'�s.%.a_.w.. "k x'ArT,'+,Rtr .-NkK..rsi+LL -`k2Y3lh..�•' - °• �:a• /i - -.T'vG.51fY#°484+r;T`Kxi?7i1f �d•�...- N �yx> K„xr}Sa+ Y t L , t .. ar 0J 's (�1 CD .+e �q' �►/� V1� r rt ^ �•'�.aB� /�� /`may � �rog Cd 4t� CO .� Y CD r � 1�l O �e aa'...•.. M •� x 'eg.'L�T."RE'ASG uu �, ce CA 4-J U r s CD CD CD e r a ~ CIS ws ` Mt Q NSF sd F• G cz r ` rL CD IAJ CD F,R ti✓ � V ` i a�a ride.. ••<yp�je.. f�� ' 6 rc . Sr M-00. ' fir' Y O v V f '! 9 Y �Y 4>w- '0 r s '[*«r.W .- •Y ?+ z+ y V V 3 ♦a aw- 'C V• w'W r 4 T Wq•w..,� '�t�'yc v.'✓` 'v e c '�"S'h.t� ” � 1 -`4�F ��t,Y;��.��c .� � G�• �,�{�r� .a� �t t '���il � x se."t��•� O15t: " O D m Q c°a , , ^ o00 �V • � ��Y 1t e;'M; ! !� a T GO • 1�/ cc CL el ILI L t �1 t � tr c :�. �; � yo a ..�• M � F .. . � CD to xs rF e CD CL 0 2i .I _ x*��eta k°��''�.�k°q�'��Tf STsvr•7 7�,�� �i�� �z`+n�d,�,'�.� �', ,�`�, �s� �r� ���"'a�d r C � � n � ,'S � �. �.F,�p�+�`�� ��f Y S 4 �� rsr ..�yu prF•rir""5 +b It7)r ft 6 z EV ZL6 'Od IGMOed ,z i�i, ,4rk l ,�t?�. frf�S." yy y �• '7AYr����<{3 f`�•�l��r f" . t��-'�'�f r l��R f+ke�4 � 1 .Y. k ntk ,° f in�� f«r7✓~t �'. tn+N�r ry sl a� �C 1,t'5i'"'Y rte`r` '< s ,j•+ytt1♦. �F?�iF �.r �,� . 2i wit yy>�2 ♦ $ � r yr i s i ° S. t M2w t a'iit �s .:„Yf y} i�tiayv 't'fi` ,' r�ti«•, Y.•..eV.r�� <r , i D � b ;� 4yY +t�'U�t-o�it ^r t�, ��'�,/�' ,� IS�t d.r` f� l , ,.���;• ii, '* s4�. r' -i`. •SYY .�+k F� z.Y,a^+,""y aq �• SA SA. L f+r.' �.q :.�Y• r y S'�,{i. r., f. k. ' t 'bi`r 'Li�,. r v =.t '?4k :.•F r Q � ��. 't �i't -�!r +'r'`(,r' FS Lr r f'" ,�• T.� "'�•��r�" Ji t.,,.• ?Y��,�'Y� '��r . .: C ���.�!.�'44�{xY� ��i. '�',., .`q ~x x s t�'g4�i•..�N is r �� �, .- N K•r., l *{' $•t ,R r f' qr 1a. � # xr 4 a ���jt�>�t ,�•a�, � ,,yy 'ear � ksA��l•.�y�*,'� 'i' 3�+, r�'�' {�a(�c�y����9�.�.1'�_�;1a.v�/5`�by('.yt .n'ai��`t.�, . rrt<'... i ys"�.tri(yy�� C�� e+ •'^'o^k� x�+YP{�'ar`;, '.�} 73%P7 - `p4• -�k r= ui. 43yx ,�r n�' c zw +A !'w 1,{`.• }ir`: J •� V ,;�, 'S...•;� 'A ,+« ryt .+ #4�{r � t� z���'v�� It k � ,�� ]"`�!P$ �,rty4'�•r� fi � r � .l � �. ;jS :2 t••Sa s i Y *' Yt"tjisr •+ i'? y. 3 -. # siu;?k8ir F'i -�. ,_ . • qtr ��� S�� afrs� Y!C l K�/�. �� 4 Y��IF^"i�y},,,� :� A P h('�' r•h Ya� �' a.fl i"•^a �� rM. •c 7♦ >i r s, X'ix de .i 'z,.. N Z•4,'' r,� -,�y.y?• (#t kY x C •?,¢t 4'� r to�} .p rr 5• ,� 1_ +4:f< #' R .Y Ul 44 A' A �r� } Z V� p vt r a c.fi•{` �,'ta''�"�;IL, �'r'.�,�� � ' ip '�',{'p� 4•`YP�'�` gF,..s�,v.J»'s:.r ri �m �rY' �. '�rt � � q �^ syp,yam , h'! w' ?�1 , jam+�v^ :S[�i r I '"` •w K:1�. 'k" Qy1F�t'or , ,., r �•y?I,r�. .CI ••'S� b�,,�i` ,.r t"; C§:[i >t OJzk` j�-wk�� t•rl �"r ty�'.s Y��"�a� ,(yK'r" a ,c '"y e°/y •'k• JA _ � S ..1 ` � r$' �� it � : ,,,+ �' �»t- a-..'-aP :':'� � r *x L� d � �ar.: 'r•Y � � ..:j : a ! b ?; A?(4 s P'�`•{,p 'a;k"" 9'4 ,�y i e 1 '.�? t vt i }SK„.t`'. O Lrl ' e x :3 �• •# ' r+'7?:s � r + .x•+f��y�,y. ,'."st a.r '.th rciV ,. x• , w.�.. #+ n '1fi iyy. r+y .v4_ r `"..•' a xz) O x. r.Y-a r� ��?p wyr fj7�`�yY ryp y�( ?„';W"Y? �'S..�ol�'�HIZ� {�r,1k�"�J•e'a• }�,p�,'` ''�i !,y t4.. �;('.» •!r't�y' fD * w.� > fts t y �t IH ; qtr, t fi s eel! s. �ie mot' E" t � a 3 m o kr r* a r !�t 4i t 4 iY"tF f ffnx v rr� W .* � .�,�.,�v •.,��yp eK i r ut ._�1 ,�,�t••tits sa;,s a r� '^w, :+��� e 't.l� 4" ., ` a. S y al .ar ! .+ i�' $.� 'w✓ { A l•„ . ,: `, 't" t+F �'" 4 r c Y i `' - .�# �.y a �` ••fi��+x.�`w� � {� it ' ifi s'•f � � ;. j r� � t' a �s t �1 ay y CA• x I� 'k yu4*.z C �a b ., `,} 4 ,,4� J�+l'�t ��,���'l: v+. :A5 ��r .y�"4,� �'t�:r,'Y1:4� � �^E R � ��` t•x �f :•+r d �Y v � r I t v* �t ht a ipY, ♦ ,�a n Lk ✓ J c u f r 3? �r ^G7q w y YT 4 �� 3 A �F_ P��" ex Yf1.•/r��-,^�,�r f,,�";, ak. �, Q , Yd ay 1" 7t( � ��t♦'� r!`�!/��� +, '��'t ;!�1�y�.a 3 iy'L?� 'a�Jt` �,",T.'s7��s:;'a*wfx�x{y�X�gr Q N 4 f9 t o P UC zrr :' fy r yd .�y lnl. D ;�riti?rr`�;c ' a'...a+-b ,,, ``•' ±43�i.. ^'it .. artF s, '" a ' < ` + � T m X'K °'., py4+ "a74`' �h t. n�y 1L`�,�v�• >.{*P'F { v•• �• i i yaa <i 7 i�.,.,sy #�^ Y fD o f e < r+ ✓T° Y ,,ircc `l e J . rr t^ •. f '?was e yYr �. fD ".,� ti°,w• tr rY>^�•�3 k� ?!{'�' ,'� �' ;a};r�,eY;� .+" R 3 � s ,��.. r 5,r' .f f�. � � + a `•f,t�#y'+a PyYrtv!'° i'' , r '"" + ''^ ,. .'•i .. .;l"sh'>4 ��!•xx� ,Y ' tr tG" " . $ '{`` �,��k".u��<�'1 S••,�.}� z a.{a`•iL,• } #�e.��. {�j41� .11t °.• ' �S " # �:,.fS�� i �'! $` r y,�, ''�`,f" ,; ,, >c t�'$r7 n•."� t .'�,. ' ,� sr� 4�r'i .��, ,fir � "€'<3' .g�.n � . ''s � yy'fY}"S� �#'t: t t' 't•y!��+r i`.' w 5: 'Y �}�� y�,y'�' .x tl• s� r'L:.r Y; t .-., K ;4rt Wf .W � l! +�'" d} ��'i�• � Rt'N" •i 9 '_�t �f{.�. .2 M ,. �.v� {��t• ���� fit, l A� f} fie. . }r, d '. L 4� Y P'}� '� ..vr jT Y < tx "p� iyiX • it 4+.C'S..`��•'�pz°"•��S v ,a � k. •? �'. '�Ff�Y .a '; 'is1 + 4 y'.a+i" 2 �r tS� e h •4.. ",Z ,�. 7 9 a x alrsq-l�•k",j f ,�^i�r r ,•.�,•'�t�,t• � r,�'"u 't3g�z4� -y ?,,*+t aw"�� "r"'� `2:}•{ ° �,J vJ. �O'� rt ., y3< + z "� N " ON ,s .yK.•Fts .d,_a' 3Y •p•i / "4'}jf s�i7 ,S a a,t ". aE'.:�t�rR1 yt r Y ( z �7 .' ..e rfak rt+Y} Y al / ,t i, F T. 47T.• .err - v. 'M. Z ta��.' 1�r l r �• �"'"- 'r -.•r x'N ? r x. r*: 'Z CD t Ora '•-rte r r• °�' ^Jn"" ;. s.. •rt p ."`{ at'hr n't, ;re s tiQ �" C +•'" ' ♦ r,A ° �", r� ,Wj R'ru.: X'✓#', ts �'� ' ' a ��T � '`� -Us s� ftv4 pcqr a @ t ak a 6JX �3r °•,f 1 'i. p i... .' 39 r r '�#9+r�3Cr' r, '-S a4 Ln . rk. 0 •gar. :TEA•� ^RIO,lr in Y} y,y+f •+r'. t+✓,< 1 �"' "�.�'•". t N � �" e � - i 3+ r. y5'F^ .i y+`s. r, , j`f• ,5�+'.: G . ;�, l4 . `tro is x s t+ ➢ t . CD .• '�' ytL"_�.�.... M �" '�£f'+ ' j'fi l�i.•,"S sf '�'O^ 5 #y,� '+w'•�ya, 7 'a• T;," n7YY Sloe ,fix ,yre. ,�y,,.�,y,p°.r.•. yh,]Fj. ` �Y t� .fir .tit } L 4F y`A, sir' ! Z1 `�{ r 1• r'$�j,, r, 'r ° r � �' Y -gip vt xid � f:y.,:^ � .i $�� q�� ?r��.�.�; •ti 4§ _._��12 S � �'�t �X�CA�r�t"�S �.+4ka° rx3�x•r�;�t'w� i g�+•'.yam�"`"� t�+`e l��'� .n•,>; :k.', , t.'�: tidy �'flt l }} ,rs j a � l T'j." }� far+r'�s•�'3f. at i r ,t"c�r,�'" v ,is �,+taw`�,4 w'+e ^r.x � �t� �°� : �' r.Ea 7 1�4, fi. '\' "er„rr!'�"`d•' y� 4'%.! N'Yq' -N y R� } 3 Y, {^ •'i t4$i"Kr k 4J' k.K'f„� dt�x�rr t� � S a.^b s ,t i � t e .:. AL iRf'�r•, r S;y� �rra tr'rrf• ���^1¢°w'�.��'t�%G+�,�:#��y a�W 33fy# {., �" ,�` �,'!�°:^t"3'$t = s '4, • •e-'9fia r.' lcrn.i?i , +�# c w a r r+.v w rte?��i •w'< w 3' '^ a 'f• j"` f;',dayy�. ` v�y r ri +�' � Axw! ELL 'Sd 10MOed � v r y 4 �. JK Q )K CD lit 9 � 1 u.dd� G7 ��xt��X� .�F •e!'h ti,���"e�f+.�T�7.` � r� t + `tp�.`' �/ k:� t+•�"' �H`" Q ((L1 • * Y� l � b (T W 2 A, Uf trr+j.�y . co ro Cn t�"1� h T+y�'��'��A�;f a•sr*��F�Jy § � *" � � J�} f �� ,0 .r i s d) yYr 3F 43 } Nate n,a a} aAy' 7^V� CD ton y .x .,Y ,;? Glu z H MC 4, A tp r CD CL C "4w ;� w " N ti ,4wa .� ♦*�x�.�1. h� � j d �;? �' � s..�.a `_ `O Q n : }: �, Cdr�T .�• OC �1! ui in m + w iz ; o co rt t O ark, "� 1 A•�`w r i ln xt Ln CL CD rt �'. .: 'A .]�,�t :za°�x�s^i�9't �3'`q,+ .fin's Sa#` dt :'�•" '' �" 0s r, ^ ^ ", ro x�i' � �r-0'ttdsvr •�4 qir�t ' ,�f� r du�,¢�"� s ' �+cv,`'�.gray�ta.�{ti..t�{rq/� t�'•Jf ,nom ,� # +^_:+' r�, .,Y } 9 4. Re+ tiC4w t �v��, P::d,. 'u rZ d 7 �i 0 � [ A r � 7 y � •�. �f ty �1 t�sJt��.'F, � ,,',?rah ! '3 � j � '= S�g�'3a�$s•r, 1� t���7 .x�il�xa�t `9 i:'y'+a.( t"''i�f�w°s° �i '!( � �xt 4 .� #t +{Y;a s v�u,F�yu,,�} a., � rs. �i���•,. 1 `V�it)�� ,"�., ,fir r`yf�� yti `."1 �`,�. ti f� ,�� •Tr �vzrnitn%'�gl�� t�1Y; ��, NMI p ��� �Y� � � fr,• ��;E"��. .�'SyYr v��7 �r� Ijiy e Y�t�A 1., � n` .. ,G ON M •� +Sv 7 • mJ Sj. J. .TI yl -n�. 1 � Yep` 7 }'slYT 7 1 r'Y{ it !� Vi *9a't*.;�`�: s'. A 5, 1t t• 8a-+��t ..�ir:'vr.,retl'r},'r1J�a.' ��} r�yf „� MT rR4r tir�`N�n tp l�$. "u'1 t�If ti 4 J• C t� � • � f3: �,r q1 ,� ��a�ir �`ieS'• ,�' '��u„�`��?� �(•T�,"'`�r��'���� i i l!'+ w {sa' �i �+ tt,v,�• � b 9�ta-` Is aoti ��t��r}i�i'` 1( S'. ' h '6"� r lTy;�y'��'i�e7�j•�r�'r� 4� '�#'�" ,� 'i Mt A J ► 3 I r7J� {�•2 t`Vp p�'•''Z ,y{i��„xJf,k r.' it}"" ' ,71t} y.Ijfrr. .( 7 w r c t�F`S� vna! .' }� �vt• �f1��+`�U µ t�c3`'� �.i`S"F In 7:p. • � .. 'dig- � - 'd 7 lkdu�'1� ' f. ..ry �.+�j���`��d• T$! �><'sv1 r'�• S`37��. �. J��f/y� ! ( �. a� !� r^�•a,,��t. c�t� e 1} M�d�i}i1X4 vt,, ��rx�,,,, �p,^'{,�lj�ti� .��f��ti. ' f '„",• P j• £K 7 'n�¢ ,I Jfyp c IY �,Y7� Y is 1 . j,Jj t "!i�7`� "ti� � y ��• yF2'�4.`."�"C! Q�yt A.•RM i r i r.`yriTit31' R�f 'qi k ,,Y�i�jj� y° ,��ryy ,J,:h7 13•yfii �jY/f�t" ii {y 41' }�AL' 4 /f/ ar'kJ.'1 �3,,(`�{'�fJiS�i� 11ys, ��f�' )�°• �," Se}a {� `x ;{( rT ,Y,diY/ '•` ,'1„Y(P,�j+ '1''jid�'`.' µ�, �N'�'j\771 gj}'''�swa �yii NO • � y.4 yyj, oq ��f • £Y3Y f�;�y!"ry �'t§Ci�Y � ��yzt W I✓*f}T;.�`yb"¢YYT � i� 'f L¢ �•�l .i.� ..gg E d (x•A • "7 , a� ''!§ � �. �tlt�y.`�f3 A� 4 ���7�'v��'a�' �t ��[S ryix¢77 � • � a J ?' �,J:y"( �'�"vvxS " •�y f'h w.; . '• 't f3 r �r5 ,f ` r Jr 1 ?��hfb �P"7� ���'9'�i7(u�,�• • � % T.i t- !�: i•� �,,a�,} �iJr. N`A� 'n rl T�p' tf�'a �,i :�. ���ti`'� y rti`�ar3y�( �ffi i�'�vT�y}�s.,��{�;•,fsx 5 n`�vw.l��,� wj:.. J � '}. . • • n- �� �`eF �i ��"x .w �SS *rr ii ydi�}�� i t�r}}�v�3� �f "' '�' �• gY,a �AL, J fl'�1 fl,� '�• 7�4r�T';1: � � ey� f ? r _ .� Y Q• )i�'{��e rk4L?�- r�# �t{x.ijvi � a ���fN�+�g.,f D _ v fD CIS N 4-J 1• -F.+ Ln tn CD 4.1 t I ' 4--J # CD CD CL cn CD CD 0 d CL k„ ! CD E }ex I t F) ry r fli {I[ I A" • 3