Loading...
HomeMy WebLinkAbout05.J- Police 5.J RESOLUTION (ID # 3697) DOC ID: 3697 A CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Purchase Order From: Jarrod Burguan M/CC Meeting Date: 02/17/2015 Prepared by: Sharlene Williams, (909) 384-5742 Dept: Police Ward(s): All Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Awarding Dooley Enterprises a Purchase Order for Ammunition in an Amount Not to Exceed $34,295.00 with Three Optional Renewal Years. (#3697) Current Business Registration Certificate: No Financial Impact: Account Budgeted Amount: $33,837.38 Account No. 001-210-0080-5111 Account Description: Police — General Fund — Material & Supplies Balance as of: 01/29/2015 Balance after approval of this item: $14,597.38 Account Budgeted Amount: $61,946.76 Account No. 001-210-0086-5111 Account Description: Police — General Fund — Material & Supplies Balance as of: 01/29/2015 Balance after approval of this item: $34,491.76 Motion: Adopt the Resolution. Synopsis of Previous Council Action: Background: On November 24, 2014, Notice of Invitation for Quotes (RFQ F-15-13) for Ammunition were sent to four vendors. Additionally, the notice of invitation for quote was sent to the San Bernardino Chamber of Commerce, The Sun newspaper, and was advertised on the City's Web page. Not one vendor quoted on 100% of the items listed on the request. The Police Department will purchase ammunition from multiple vendors based on availability of product. See Exhibit "A" attached hereto. Duty and range qualification ammunition for the San Bernardino Police Department Special Weapons and Tactics team (SWAT) consists of a 30-officer complement and under California Peace Officers Standards and Training (POST), is considered a Level 2 SWAT team. To stay current on tactics and in compliance with new State laws, Updated: 2/11/2015 by Georgeann "Gigi" Hanna A I Packet Pg.95 5.J 3697 SWAT officers train as a team 200 hours annually. The majority of this training involves live fire practice at the police range. This purchase will also cover ammunition expenditures for annual state mandated training, in addition to ammunition required for mandatory POST sanctioned SWAT training for individual SWAT officers. All qualified bids were evaluated using projected caliber, quantities and costs of ammunition that the Police Department projected will be purchased in FY 2014-2015. Using these criteria, Dooley Enterprises provided the lowest bid for a portion of the caliber of ammunition needed for FY 2014-2015 as well as the lowest overall cost. An annual Purchase Order to Dooley Enterprises is requested for the purchase of ammunition not to exceed $34,295.00 with three optional renewal years. Financial Impact Sufficient funds have been budgeted for these items in the account numbers listed in the chart below: ACCOUNT # BEGINNING BALANCE AFTER BALANCE APPROVAL 001-210-0080- $ 33,837.38 $ 14,597.38 5111 001-210-0086- $ 61,946.76 $ 34,491.76 5111 City Attorney Review: Supporting Documents: Dooley Enterprises Reso for Ammunition (DOC) Ammo Bid Exhibit A(PDF) Updated: 2/11/2015 by Georgeann "Gigi" Hanna A Packet Pg.96 1 RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING DOOLEY ENTERPRISES A PURCHASE ORDER FOR N 3 %-IN AN AMOUNT NOT TO EXCEED $34,295.00 WITH THREE M L 4 OPTIONAL RENEWAL YEARS. c W 5 NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: o 0 6 SECTION 1. That the Director of Finance is hereby authorized and directed to issue an as 7 O annual purchase order not to exceed$34,295.00 to Dooley Enterprises for ammunition. ai U) 8 O SECTION 2: The annual purchase order shall reference the number of this Resolution L ° 9 a and shall incorporate the terms and conditions of the bid specifications for ammunition,which is N 10 vi on file with the Purchasing Department. ° 11 0 12 SECTION 3: Approval for this annual purchase order and the three optional years shall N L O 13 be contingent upon funds being approved in the City's annual budget for this expenditure. a 14 /// 0 m M 15 O r 16 E L O 18 0 d 19 N 20 Q w 21 W 22 O O 23 m 24 U O 25 1 Packet,Pg:97 5.J.a 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING DOOLEY ENTERPRISES A PURCHASE ORDER FOR 2 AMMUNITION IN AN AMOUNT NOT TO EXCEED $34,295.00 WITH THREE y OPTIONAL RENEWAL YEARS. 3 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and W 5 Common Council of the City of San Bernardino at a meeting thereof, 0 0 6 held on the day of ,2015,by the following vote,to wit: d 7 COUNCILMEMBERS: AYES NAYS ABSTAIN ABSENT 0 8 MARQUEZ = L 9 BARRIOS (L d VALDIVIA 10 uyi SHORETT o r 11 NICKEL 0 c� 12 JOHNSON N �L 0 s 13 MULVIHILL a 14 a) 0 15 Georgeann Hanna, City Clerk c 0 16 The foregoing Resolution is hereby approved this of_ ,2015. 3 E 17 E a R. Carey Davis,Mayor c 18 City of San Bernardino 0 Approved as to form: 19 N GARY D. SAENZ, 20 City Attorney d 21 = By: Uj, 22 0 0 0 23 d 24 s ca Y 25 a 2 Packef Pg.98 5.J.b San Bemar no L Q L November 24, 2014 w ID SUBJECT: NOTICE INVITING BIDS (RFQ) F-15-13 0 0 The City of San Bernardino (City) invites bids from qualified vendors for: CD L 0 Ammunition 0 M Parties interested in obtaining a copy of this RFQ F-15-13 may do so by accessing the City of San Bernardino Web Page at www.sbcity.org > City Hall > Administrative o. Services > Finance > Request for Bids > beginning November 24, 2014 or by faxing N their request to (909) 384-5043, attention Vanessa Slouka, Accounting Assistant. N Please include the following information in your request: name and address of firm; ° name, telephone and facsimile number of contact person; specify RFQ F-15-13. 0 N Copies of the RFQ may also be obtained by calling Vanessa Slouka at (909) 384-5346 0 or in person at City Hall, 300 N. "D" St., 4th floor, Purchasing Division, San Bernardino, CA 92418. Q ti From the issuance date of this Request for Proposal until a Vendor is selected and the M selection is announced, Proposers are not permitted to communicate with any City staff a or officials regarding this procurement, other than during interviews, demonstrations, and/or site visits, except at the direction of Vanessa Slouka, Accountii g Assistant the x designated representative of the City of San Bernardino. Contact with anyone not w designated will result in elimination from the bid process. :2 on 0 E Closing Date: Bids must be submitted at or before 3:00 PM, PST, December 8, 2014 E at 300 North "D" Street, 4th Floor, Purchasing, San Bernardino CA 92418. a aD Issuance of this RFQ and/or receipt of bids do not commit City to award a contract. U 2 w.+ Sincerely, Q Vanessa Slouka Accounting Assistant kL Packet Pg.99 5.J.b RFQ F-15-13 Ammmiition d N Q. ui L SECTION I. ! O INSTRUCTIONS TO BIDDERS o L w L 0 N R t U L d N O w C O Co N O r Q ti M Q y X W m O E E Q c O E U �II Q k 7 Packet Pg. 00 5.J.b RFQ F-15-13 Ammunition City of San Bernardino, Finance Department Purchasing Division Bid Documents to Be Returned by Bidder RFQ F-15-13 AMMUNITION N L Q L rt+ F-1 Copy of Contractor License (If applicable)III Bid Content and Forms,General Specification#35, W Instructions to Offeror(s) /Bidders aa, O O O F-1 Bidder Exrience, Competency, Qualification and Profile (Vendor Document) Ill , Proposal/Bid Content Forms CD L O F-1 Non-Collusion Affidavit (City Form) Instructions to Offerors)/Bidders N O L V F-1 Listing of Proposed Subcontractor(City Form) 111 Proposal/Bid content and Forms a a� Instructions to Bidders, III Bid Content and Forms O ❑ Cost/ Price Form (City Form) N 0 F-1 Authorized Signatures 'nstru°t'ons to Bidders 0 r ❑ III Bid Content and Forms N Bidder Identification o ❑ Addendum Received (City Form) III Bid content and Forms a ti ❑ 120 Day Bid Validity Statement III Bid Content and Forms M ❑ Authorized Signatures (City Form) 111 Bid Content and Forms a r El III Bid Content and Forms x w F-1 Proper Identification and Submittal of Proposal/Bid Package, and Price Form o Instructions to Bidders E E a w Bidders are requested to submit this checklist completed with all bid documents. E This list may not be reflective of all documents necessary for submittal. w a 3 Packet Pg. 101 I. INSTRUCTIONS TO BIDDERS A. Mandatory Pre-Bid Conference/Job Walk N/A B. Examination of Bid Documents CL N 1. By submitting a bid, the Bidder represents that it has thoroughly examined and become familiar with the items required under this RFQ and that it is capable of quality performance to achieve the City's objectives. ; 5.J.b b. The exterior envelope or email Subject line of all requests for 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. The City will also accept questions sent by facsimile machines or email, however, all faxed or emailed questions must be received by the City no later than 3:00 PM, PST, December 1, 2014. Send N L facsimile transmissions to (909) 384-5043, attention Vanessa d Slouka, and emails to: slouka_va @sbcity.org. W C. Inquiries received after 3:00 PM December 1, 2014 will not be o accepted. o 3. City Responses 0 Responses from the City will be communicated in writing to all recipients U) of this RFP, by a posting to our website, www.sbcitV.org by the close of 2 business December 3, 2014. d For automatic electronic notifications, please visit our Homepage and N register for SB Connect. If you are not registered for SB Connect, you o may view or download any Addenda at www.sbcitV.org > City Hall > o Request for Bids > Finance. N O t Q D. Submission of Bids ti a� M 1. Date and Time a All biric are to hn submitted t the City f an arnnMinn Atte ! �., , sG„mi.,. . o h. .,i, o. 5.�.. 8.,.. ntion: s Vanessa Slouka, Accounting Assistant. Bids received after 3:00 PM, PST, w December 8, 2014, will be rejected by the City as non-responsive. m O 2. Address E a Bids shall be addressed as follows: E City of San Bernardino Finance Department a 300 N. "D" Street, 4th Floor-Purchasing San Bernardino, CA 92418. Bids may be delivered in person to the Purchasing Division, 4th floor of the above address. 5 Packet Pg. 103 5.J.b 3. Identification of Bids Bidder shall submit a SEALED bid package consisting of: a) one (1) signed original of Quote and Price Form b) one (1) copies of each L The bid package shall be addressed as shown above, bearing the Bidder's name and address and clearly marked as follows: w RFQ F-15-13: 0 "Ammunition" o a� 4. Acceptance of Bids o a. The City reserves the right to accept or reject any and all bids, or any item or part thereof, or to waive any informalities or L irregularities in bids. a d b. The City reserves the right to withdraw this RFQ at any time without N prior notice and the City makes no representations that any contract will be awarded to any Bidder responding to this RFQ. 0 N C. The City reserves the right to postpone bid opening for its own o convenience. Q E. Pre-Contractual Expenses M Pre-contractual expenses are defined as expenses incurred by the Bidder in: a preparing Its bid in response tG this RFQ; X W 2. submitting that bid to City; m 0 3. negotiating with City any matter related to this bid; or E a 4. any other expenses incurred by the Bidder prior to date of award, if any of the Agreement. E U f6 The City shall not, in any event, be liable for any pre-contractual expenses a incurred by Bidder in the preparation of its bid. Bidder shall not include any such expenses as part of its bid. 6 Packet Pg. 104 F. Contract Award Issuance of this RFQ and receipt of bids does not commit the City to award a Purchase Order. The City reserves the right to postpone bid opening for its own convenience, to accept or reject any or all bids received in response to this RFQ, and to negotiate with other than the selected Bidder(s) should negotiations with the selected Bidder(s) be terminated. The City also reserves the right to apportion the award among two or more Bidders. L Q L d G. Acceptance of Order w The successful Bidder will be required to accept a Purchase Order in accordance o with and including as a part thereof the published Notice Inviting Bids, and the o RFQ documents including all requirements, conditions and specifications contained therein, with no exceptions other than those specifically listed in the -� written purchase order. o N f0 H. Business License c. The City's Business Ordinance requires that a Business doing business with the City, obtain and maintain a valid City Business Registration Certificate N during the terms of the Agreement. Bidder agrees to obtain such Certificate prior o to undertaking any work under this Agreement. o Y N I. Local Vendor Preference o Y The City of San Bernardino gives any formal or informal bid submitted by a local a bidder a one percent (1%) credit for goods and materials, where labor and/or installation is incidental; and a five percent (5%) credit on Contractual services, for comparison purposes with other bidders, as authorized in the San Bernardino a Municipal Code Section 3.04.125, and Executive Order 2003-1, respectively. For the purposes of this section, "local bidders" shall be bidders for which the point w of sale of the goods, materials or services shall be within the limits of the City of m San Bernardino. o E E a E s U R Y Y Q Packet Pg. 105 5.J.b N d N �L SECTION II. CL Y w TECHNICAL SPECIFICATIONS 0 O 0 d O m N ca U L n. Q� N N O Y _ O Y N O t Y O a ti M a Y x w 'm O E E a _ E U Y Y a 8 Packet Pg. 106 City of San Bernardino TECHNICAL SPECIFICATIONS BID SPECIFICATION NO. RFQ F-15-13 Ammunition y L Q. - L d y.1 _ NOTICE : "SPECIAL INSTRUCTIONS TO THE BIDDER" w d 0 Services: 0 0 d Bidder shall complete right hand column indicating brief reasoning for -_ Exceptions to requirements when not acceptable. State "Acceptable" if o Requirements are agreeable as set forth on left hand column. L Equipment: a. d Bidder shall complete right hand column indicating specific size and or N Make and model of all components when not exactly as specified. State o "As Specified" if item is exactly as set forth in the left hand column. c r �a FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID c _ CATEGORY I ACCEPTABLE/AS SPECIFIED INVENTORY ¢ Furnish and deliver ammunition needed for quarterly x qualifications, training and duty use as required by w the City. m 0 E The contractor shall maintain an inventory for each E item. r d RANGE QUALIFICTION/TRAINING AMMO �a w "Winchester, Hornady or Remington" factory ¢ ammunition ONLY. No remanufactured or reloaded ammunition will be considered or substituted. 9 Packet Pg.,107 Range Loads: 9mm 115gr.FMJ 67,000 rounds .40cal 180gr. FMJ 155,000 rounds .45ACP 230gr. FMJ None rounds Duty Ammunition N •L Remington Brand , Bonded Golden Sabre GSB9 W Bonded Golden Sabre GSB40 >% ID Bonded Golden Sabre GSB45 0 0 0 Winchester Brand a, Ranger SXT Hollow Point RA9T o L Ranger SXT Hollow Point RA40T y Ranger SXT Hollow Point RA45T L 9mm 11,000 rounds a as 40 cal. 11,000 rounds y 45 cal. None 0 Shotgun and Rifle Loads C o Winchester, Hornady or Remington ammo - ONLY for: 0 12 ga., 2 3/4" 00 buck(9 pellets) None rounds a 12 ga., 2 3/4", 1 oz. Rifled slugs None rounds ti 12 ga., 2 3/4", 3 Dram Birdshot 7 1/2 None rounds M .223 cal 55gr. Ball 131,500 rounds Q 5.56 cal 75gr.Nato T2 BTHP 8180N 36,000 rounds x w CATEGORY II MET o Range Loads: E E .45 ACP 230gr. FMJ 20,500 rounds a .308 cal 168gr A-MAX 80965 5,000 rounds d E z 0 Duty Ammunition: Q Remington Brand: Bonded Golden Sabre GSB9 Bonded Golden Sabre GSB40 Bonded Golden Sabre GSB45 10 Packet Pg,108.; 5.J.b Winchester Brand: Ranger SXT Hollow Point RA9T Ranger SXT Hollow Point RA40T Ranger SXT Hollow Point RA45T 45 cal. 25,000 rounds 40MM 48 rounds L CL L d yr SIMMS AMMO w 9MM SIMS 2,000 rounds 40MM Practice reloads 36 rounds 0 12ga. Less Lethal Bean Bags 100 rounds a� GAS o 40MM Liquid(Ferrets) 40 rounds N 555 Speed Heat 22 rounds Stingballs 22 rounds 3 a. d Flash Bangs: y Flash Bang reloads 36 rounds 0 SWAT Requirements: CS Ferrets 20 rounds N C Flash Bangs 20 rounds 0 .308 Sniper 900 rounds a r� Delivery M The contractor shall have the personnel and a resources available to deliver purchased ammunition directly to the firing range. Deliveries will be w scheduled to occur at a time when the Rangemaster M and/or his designee are working and available to take o receipt of the delivery. E E a Delivery of purchased ammunition will take place without unreasonable delay. _ 0 r a 11 Packet Pg -109 5.J.b N d N SECTION III. Q r BID CONTENT AND PRICE FORMS ;, 0 O 0 Lm 0 CD N U L a a� N _N O r C O N .`O t r 3 Q ti M a r z x w Co O E E Q c m E r r Q 12 Packet Pg. 110 S.J.b A. BID FORMAT AND CONTENT 1. Presentation Bids should not include any unnecessarily elaborate or promotional material. Information should be presented in the order in which it is requested. Lengthy narrative is discouraged, and presentations should be brief and concise. Bids shall contain the following: N L Q L a. identification of Bidder, including name, address and telephone; w A b. proposed working relationship between Bidder and subcontractors, o if applicable; o CD C. acknowledgment of receipt of all RFQ addenda, if any; 0 d. name, title, address and telephone number of contact person during period of bid evaluation; a e. a statement to the effect that the bid shall remain valid for a period CD of not less than 120 days from the date of submittal; and N 0 w f. signature of a person authorized to bind Bidder to the terms of the o bid. ca N 1- Bidder may also propose enhancement or procedural or technical innovations to the Technical Specifications which do not materially a deviate from the objectives or required content of the project. ti o� M 2. Exceptions/Deviations Q State any exceptions to or deviations from the requirements of this RFQ; stating "technical" exceptions on the Technical Specifications form, and w "contractual" exceptions on a separate sheet of paper. Where Bidder m wishes to propose alternative approaches to meeting the City's technical 0 or contractual requirements, these should be thoroughly explained. E E a 3. Qualifications, Related Experience and References of Bidder E This section of the bid should establish the ability of Bidder to satisfactorily perform the required work by reasons of experience in performing work of a a similar nature; demonstrated competence in the services to be provided; strength and stability of the firm; staffing capability; work load; record of meeting schedules on similar projects; and supportive client reference. 13 Packet Pg. 111 S.J.b Bidder shall: a. provide a brief profile of the firm, including the types of services offered; the year founded; form of the organization (corporation, partnership, sole proprietorship); number, size and location of offices; number of employees; N b. describe the firm's experience in performing work of a similar y L nature to that solicited in this RFQ: �- C. provide, as a minimum, three (3) references from current w customers of a similar size as the City as related experience; o reference shall furnish the name, title, address and telephone o number of the person(s) a the client organization who is most L knowledgeable about the work performed. a 0 4. Appendices N U Information considered by Bidder to be pertinent to this RFQ and which a has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Bidders are cautioned, N however, that this does not constitute an invitation to submit large o amounts of extraneous materials; appendices should be relevant and o brief. N O B. LICENSING AND CERTIFICATION REQUIREMENTS a ti By submitting a bid, bidder 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 bidder, and are valid and in full a force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in bidder's response. Bids lacking copies and/or proof of w said licenses and/or certifications may be deemed non-responsive and may m be rejected. O E E a r _ 0 E U f4 r Q 14 Packet Pg. 112 5.J.b C. COST AND PRICE FORMS Bidder shall complete the Cost/Price Form in its entirety including: 1) all items listed and total price; 2) all additional costs associated with performance of specifications; and 3) Bidder's identification information including a binding signature. N L Bidder shall state cash discounts offered. Unless discount payment terms are offered, payment terms shall be "Net 30 Days". Payment due dates, including = discount period, will be computed from date of City acceptance of the required ;, services or of a correct and complete invoice, whichever is later, to the date o City's check is mailed. Any discounts taken will be taken on full amount of o invoice, unless other charges are itemized and discount thereon is disallowed. L L Freight terms shall be F.O.B. Destination, Full Freight Allowed, unless otherwise o specified on price form. U L 3 d 3 N N O .r r- 0 N L O a+ Q ti a) LO M Q r+ i K LU m O E E Q C O E s V R r Q 15 Packet Pg. 113 5.J.b PRICE FORM REQUEST FOR QUOTES: RFQ F-15-13 DESCRIPTION OF RFQ: Ammunition COMPANY NAME: �- a L a.+ ADDRESS: W 0 0 0 CD NAME OF AUTHORIZED REPRESENTATIVE N RS L PRINT NAME L n. TELEPHONE NUMBER N N FAX NUMBER 0 c 0 E-MAIL ADDRESS N L 0 FIRM FIXED PRICE LIST EST. CATEGORY I QUANTITY PRICE 1 Ran a Loads: ¢ 67,000 a 9mm115 r.FMJ rounds $ w 155,000 -a b .40cal 180 r. FMJ rounds $ 'm 0 E 2 Duty Ammunition a Remington Brand 11,000 a Bonded Golden Sabre GSB9 - 9mm rounds $ 11,000 b Bonded Golden Sabre GSB40—40 Cal rounds $ Q Winchester Brand: Ranger SXT Hollow Point RA9T- 9mm 11,000 a rounds $ 16 Packet Pg. 114 S.J.b 11,000 b Ranger SXT Hollow Point RA40T- 40 Cal rounds $ Shotgun and Rifle Loads Winchester, Hornady or Remington ammo ONLY for: 131,500 a .223 cal 55 r. Ball rounds $ 36,000 CL b 5.56 cal 75 gr. Nato T2 BTHP 818ON rounds $ CATEGORY II w MET >% 20,500 0 a .45 ACP 230 gr. FMJ rounds $ o 5,000 b .308 cal 168 gr A-Max 80965 rounds $ L O N CU 2 Duty Ammunition: 25,000 a a 45 cal rounds $ 48 v b 40 MM rounds $ o C Remington Brand ° 1,000 N a Bonded Golden Sabre GSB9 —9mm rounds $ o 1,000 b Bonded Golden Sabre GSB40- 40cal rounds $ Q 1,000 c Bonded Golden Sabre GSB40- 45cal rounds $ 150 d 40MM Less Lethal Rounds rounds $ Winchester Brund y •�IIIVII x W 1,000 :2 a Ranger SXT Hollow Point RA9T—9mm rounds $ 0° 0 1,000 E b Ranger SXT Hollow Point RA40T- 40 cal rounds $ Q Ranger SXT Hollow Point RA45T-45 cal 1,000 c c rounds $ E 40MM 48 U d rounds $ 2 w Simms Ammo Q 2,000 a 9mm Sims rounds $ 36 b 40mm Practice Reloads rounds $ 17 Packet Pg. 115 5.J.b 100 c 12 a. Less Lethal Bean Bas Rounds $ Gas 40 a 40mm Liquid Ferrets rounds $ 12 b 555 Speed heat rounds $ 12 of c Stin balls rounds $ a L Flash Bangs w 36 a a Flash Bang Reloads rounds $ 0 SWAT School Requirements ° 5,000 Q -a a 9mm 115 gr. FMJ rounds p 10,000 y b 40 Cal. rounds 3,500 L c .45 ACP 230 gr. FMJ. rounds a 20 d CS Ferrets rounds N 10 ° e 555 Speed Heat rounds o 10 0 f Stin balls rounds L 20 Flash Bans rounds Q Quarterly Qualifications 2,000 M a 9mm 115 gr. FMJ rounds 4,000 a b 40 Cal. rounds 72 2,000 w c .45 ACP 230 gr. FMJ. rounds v 500 00 d .308 Sniper rounds E 6,000 F e .223 cal 55 r. Ball rounds a Shipping & Delivery Fees Total: $ Y Q 18 Packet Pg. 116 5.J.b ANNUAL PURCHASE ORDER Effective on or about January 1, 2015 through June 30, 2015, plus three (3) single- year renewal options, at the City's discretion for City requirements. Option year one if exercised, shall be effective July 1, 2015 through June 30, 2016. Option year two if exercised, shall be effective July 1, 2016 through June 30, 2017. Option year three if exercised, shall be effective July 1, 2017 through June 30, 2018. N a L Actual option year pricing shall be negotiated with the successful Bidder(s) prior to exercising of any given option year. Option years shall become effective only ;, upon issuance by the City of a duly authorized Purchase Order. o O 0 CD Are there any other additional or incidental costs, which will be required by your firm in o order to meet the requirements of the Technical Specifications? Yes / No N (circle one). If you answered "Yes", please provide detail of said additional costs: U L a d O w O Please indicate any elements of the Technical Specifications that cannot be met N by your firm. s a ti CD W M a Have you included in your bid all informational items and forms as requested- Yes x / No (circle one). If you answered "No", please explain: Uj 'm O E E a E This offer shall remain firm for 120 days from RFQ close date. a Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable % days; unless otherwise stated, payment terms are: Net thirty (30) days. 19 Packet Pg. 117 5.J.b In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received N L Q. L Addenda No: Received on: Addenda No: Received on: W Addenda No: Received on: o O 0 This bid has been reviewed and found to be correct and final. The undersigned is authorized to providing pricing: o d AUTHORIZED SIGNATURE: Ca U L o. PRINT SIGNER'S NAME AND TITLE: O C O DATE SIGNED: M N .L- 0 COMPANY NAME & ADDRESS: toa ti M_ PHONE: FAX: a EMAIL: Web Address: x W 'm 0 IF SUBMITTING A"NO BID", PLEASE STATE REASON(S) BELOW: E a w E s U .r Q 20 Packet Pg. 118 5.J.b SUBCONTRACTOR'S LIST As required by California State Law, the General Contractor bidding will hereinafter 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 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 N �L subcontractor for the same portion of work to be performed under the contract in excess of one-half of one percent, he agrees that he is fully qualified to perform = that portion himself and that he shall perform that portion himself. ;, a� 0 O 0 DIVISION OF NAME OF FIRM OR LOCATION L WORK OR CONTRACTOR CITY TRADE O a) U L Q. N N O C O O N L O a ti Print Name Signature of Bidder a Company Name: X W Address: m O E E REJECTION OF BIDS a Y The undersigned agrees that the City of San Bernardino reserves the right to reject any E or all bids, and reserves the right to waive informalities in a bid or bids not affected by 2 law, if to do seems to best serve the public interest. Q 21 Packet P79 119 NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCIL, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: a CL N L That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free w competitive bidding in connection with RFQ F-15-13. 0 0 0 Business Name L Business Address o �a Signature of bidder X a as N Place of Residence ° 0 a N L 0 Subscribed and sworn before me this day of , 20_ a Notary Public in and for the County of , State of California. (0 a My commission expires 20 s X w 2 'm 0 E E a C a) E U fQ r Y Q r 77 Packet Pg. 120 5.J.b SECTION IV. CL a: N �L GENERAL SPECIFICATIONS d w w a a� 0 O 0 E O m N V L O a. d O N _N O C O r to N 1- O Q M Q X W Co O E E a w E a 23 Packet Pg. 121 5.J.b IV. GENERAL SPECIFICATIONS 1. Each bid shall be in accordance with Request for Quotes (RFQ) Number F-15-13. All specifications are minimum. Bidders are expected to meet or exceed these specifications as written. Bidder shall attach to their bid a complete detailed itemization and explanation for each and every deviation or variation from the RFQ specifications and requirements. Conditional bids, or those that take exception to the RFQ specifications and requirements, may be considered non-responsive and may be rejected. N 2. The City reserves the right to accept or reject any and all bids and to award a contract to the bidder Q whom best meets the City's requirements. This may include waiver of minor irregularities or discrepancies, or nonconformity to specifications in appropriate circumstances. Purchase shall be on w 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 00 needs and requirements. In all cases the best interest of the City shall prevail in all contract awards. 3. The City of San Bernardino reserves the right to purchase more or less than the quantities specified at CD unit prices bid. 'a L 4. Bids shall be firm offers, subject to acceptance or rejection within 120 days of the opening thereof. 0 5. Regular dealer. No bidder shall be acceptable who is not a reputable manufacturer or dealer of such N items as submitted for bid consideration. 6. All materials, workmanship and finish entering into the construction of the equipment must be of the best of these respective kinds and must conform to the character of the equipment and the service for a which it is intended to be used and shall be produced by use of the current manufacturing processes. m a "Seconds", factory rejects, and substandard goods are not acceptable. N N 7. Each bidder shall submit with their bid a copy of the proposed product specifications, complete o detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, materials and parts offered. o 8. Manufacturer and/or Contractor shall defend any and all suits and assume all liability for any and all N claims made against the City of San Bernardino, or any of its officials or agents for the use of any o patented process, device or article forming a part of equipment or any item furnished under the s contract. 9. Each bidder must state in their bid the guaranteed delivery date of product and/or services in number Q of calendar days from the date of contract execution by the City of San Bernardino, time is of the ti rn essence relative to this contract. Contractor shall prosecute the work continuously and diligently and shall deliver the items at the earliest possible date following the award of the contract. 10. Each bidder shall list in their bid all factory, manufacturer's and/or dealer's warranty and/or guarantee Q coverage and shall submit such written documents evidencing the same attached to the bid. :n 11. Successful bidder(s)(Contractor) shall furnish and deliver to the City complete equipment as bid and c x awarded, ready for installation and fully equipped as detailed in these specifications. w 12. Price shall be quoted F.O.B. San Bernardino(all transportation charges shall be fully prepaid), and shall include all discounts. Bid shall include California sales tax, where applicable, (effective January o 1, 2013) computed at the rate of 8.25%, (this will normally be shown as a separate line item on the E price form). E 13. City shall make payment within thirty(30)days after the complete delivery and acceptance of the a y., specified items by the City of San Bernardino and receipt of the Contractor's priced invoice. 14. All "standard equipment" is included in any bid. Bidders furnishing bids under these specifications E shall supply all items advertised as "standard"equipment even if such items are not stipulated in the v specifications, unless otherwise clearly accepted in the bid. m 15. The items which the bidder proposes to furnish the City must comply in all respects with the Q appropriate safety regulations of all regulatory commissions of the Federal Government and the State of California, whether such safety features and/or items have been specifically outlined in these specifications or not. 24 Packet Pg. 122 5.J.b 16. Contractor delivering equipment pursuant to these RFQ specifications shall 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. 17. By submitting a bid, each bidder agrees that in the event complete delivery is not made within the time or times set forth pursuant to this specification, damage will be sustained by the City, and that it is, and will be impractical and extremely difficult to, ascertain the actual damage which the City will sustain in the event of and by reason of such delay. 18. In case the delivery of the items under this contract is delayed due to strikes, injunctions, government y controls, or by reason of any cause or circumstance beyond the control of the Contractor, the time for T delivery may be extended (in the City's sole discretion) by a number of days to be determined in each CL instance by mutual written agreement between the Contractor and the Purchasing Manager of the City of San Bernardino.The City shall not unreasonably refuse such extension. W 19. Contract. Each bid shall be submitted and received with the understanding that acceptance by the City of San Bernardino of bid in response to this solicitation shall constitute a contract between the o Contractor and the City. This shall bind the Contractor to furnish and deliver at the price bid and in o complete accordance with all provisions of RFQ No. F-15-13. In most cases the basis of award will be the City's standard purchase order that may or may not incorporate this solicitation by reference. -a 20. Prohibited interest. No member, officer, or employee of the City or of any agency of the City during his 0 tenure or for one year thereafter shall have any interest, direct or indirect in this contract or the N proceeds thereof. Furthermore, the parties hereto covenant and agree that to their knowledge no ca board member, officer or employee of the City has any interest, whether contractual, non-contractual, L financial or otherwise, in this transaction, or in the business of the contracting party other than the City, 3 a and that if any such interest comes to the knowledge of either party at any time, a full and complete disclosure of all such information will be made in writing to the other party or parties, even if such y interest would not be considered a conflict of interest under Article 4(commencing with Section 1090) N or Article 4.6(commencing with Section 1120)of Division 4 of Title I of the Government Code of the ° State of California. 0 0 21. One Document. These specifications, the notice inviting bids, RFQ F-15-13, the Contractor's bid, any written agreement executed by the parties, the purchase order and all documents referred to in the - complete specifications and purchase order, and all written modifications of said documents shall be s construed together as 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 properly Q 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 and not as an aggregation of individual parts, M and whatever is specified in one section shall be construed as applying to all sections. -- 22. The City of San Bernardino reserves the right to accept or reject any and all bids. Q 23. Prompt payment. Each bidder may stipulate in their bid a percentage prompt payment discount to be taken by tI le City iii ti le event the City makes payment to the Contractor within ten(10)working days X of receipt of material and approval of invoice. For the purpose of this provision, payment is deemed to W be made on the date of mailing of the City check. NOTE: prompt payment discounts will only be :2 used during bid evaluation in the case of ties. m 24. Inquiries. Direct all inquiries to Vanessa Slouka at 909-384-5346. Technical questions may be sent E via fax to 909-384-5043. The answers to material questions will be provided to all potential bidders. E 25. Bid/Price forms. No bid will be acceptable unless prices are submitted on the pricing forms furnished herein, and all required forms are completed and included with bid. Deliver all bids, SIGNED and c SEALED, to the Purchasing Division, Finance Department at 300 North "D" Street, 41h Floor, City Hall, E San Bernardino, California 92418. CLEARLY MARK THE RFQ SPECIFICATION TITLE: AMMUNITION and Number F-15-13 ON THE OUTSIDE OF THE ENVELOPE. r r 26. Time. All bids must be received in the Purchasing Division no later than 3:00 PM, PST, December 8, Q 2014,where at such time and said place bids will be publicly opened, examined and declared. Any bid may be withdrawn by bidder prior to the above scheduled time for the opening of bids. Any bid received after that time and date specified shall NOT be considered. 27. The City of San Bernardino reserves the right at its own discretion to award separate 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. 25 Packet Pg. 123 5.J.b 28. Equipment. In the purchase of equipment, Contractor shall be required to furnish one(1) OPERATORS MANUAL and one (1) PARTS MANUAL for all equipment bid. 29. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the 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 bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. 30. Contractor shall indemnify, defend and hold City, its officers, employees and agents harmless from any claim, demand, liability, suit,judgment or expense(including, without limitation, reasonable costs of defense) arising out of or related to 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 w 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 0 O considered as "attorney's fees"for the purposes of this paragraph. o 31. While not restricting or limiting the foregoing, during the term of this Agreement, Contractor shall L maintain in effect policies of comprehensive public general and automobile liability insurance, in the °' amount of$1,000,000 combined single limit and statutory worker's compensation coverage, and shall p file copies of said policies with the City's Risk Manager prior to undertaking any work under this m Agreement. The policies shall name the City as an additional insured and shall provide for ten (10) day notification to the City if said policies are terminated or materially altered. 32 FAITHFUL PERFORMANCE ROOD/131D BOND The Cont aGtO will be required to f, r loh a Gashier's � GheGk, GeFtified GheGk er faithful peFfermaRlGe bend/bid beRd made payable to the City Of SaR m 0 11004 N N O .- +, O Ar better. O 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. 34. City may, at its discretion, exercise option year renewals for up to three (3)years, in one-year 0 increments. 35. By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, Q statute, code or ordinance in performing under the scope and specifications of this RFQ are currently held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure M and/or certification shall be included in bidder's response. Bids lacking copies and/or proof of said -- licenses and/or certifications may be deemed non-responsive and may be rejected. a 36. Once the award has been made and prior to the commencement of the job, the City's Municipal Code (M.C. 5.04.005)requires that a Business doing business willl i tl ie%City, obtain and maintain a valid City Z Business Registration Certificate during the term of the Agreement. w 37. Vendor(Contractor)/Consultant services agreement(s)(VSA/CSA). A signed vendor/Consultant '2 service agreement may be required between both parties prior to commencement of the job. 00 0 ;_ E d w c a� E U a+ Q 26 Packet Pg. 124