Loading...
03.26 Fire Department Purchase of Genesis Rescue Tools q�F-��9 �,aGpRPOqqrF..�l *~ \ ��`� AGENDA ITEM °'' !z ���. 9ZCFc��e,,e�-P�;F°� °��° February 12, 2019 TO: Honorable Mayor and Members of the City Council THRU: Rick Otto, City Manager _ FROM: Doug Fackiner, Fire Chief �� REVIEW: City Man er Finance � 1 . SUBJECT Authorize purchase of Genesis Rescue Tools from Municipal Emergency Services through a cooperative purchasing agreement. 2. SUMMARY The current inventory of vehicle extrication equipment has become difficult to maintain, with tools becoming increasingly unreliable, and prone to failure. The Fire Department is recommending replacement of Genesis Rescue Tools from Municipal Emergency Services. 3. RECOMMENDED ACTION Approve the purchase of two complete sets of Genesis Rescue Tools and accessories for $110,118, from Municipal Emergency Services, through a cooperative purchasing agreement. 4. FISCAL IMPACT The total expenditure for this purchase is $110,118 and will be funded through: Vehicle Extrication Rescue Tool Replacement (20384) Fire Facility (560) $100,000 Santa Ana College Fire Training (20234) General Fund (100) 10,118 Total: $110,118 5. STRATEGIC PLAN GOALS Goal 1: Provide for a safe community a: Provide staffing and resources to deliver services that ensure public safety. b: Provide and maintain infrastructure necessary to ensure the safety of the public. 6. DISCUSSION AND BACKGROUND The Fire Department uses vehicle extrication tools primarily on traffic collisions where victims become trapped in their vehicles due to heavy damage from high speed collisions. Additionally, these special tools can be used to extricate victims from building collapses, ITEM 3� a� � 02/12/2019 machinery entanglement, and elevator entrapments. This equipment has been an integral part of the Fire Department's daily operation and capabilities for over 30 years. The purchase of this equipment will replace two complete sets of the current inventory, which have reached the end of their recommended ten-year service life. The current inventory of vehicle extrication equipment has become difficult to maintain, with tools becoming increasingly unreliable, and prone to failure. The Fire Department Research and Development Committee was able to field test tools from three different manufacturers: Holmatro, Hurst Jaws of Life, and Genesis Rescue Tools. The decision to purchase Genesis Rescue Tools was based on field operability, reliability, and industry reputation. Staff has researched available competitive options and, with the approval of the City Manager, certifies the required materials are offered by only one vendor. The Fire Department can purchase these extrication tools through a cooperative purchase agreement negotiated by the Los Angeles County Fire Department. Due to its size and call volume, the Los Angeles County Fire Department buys these tools in larger quantities, therefore receiving lower prices than the Orange City Fire Department would be able to on its own. Additionally, the Fire Department would like to donate one complete set of used Holmatro Rescue Tools to Santa Ana College for use in their basic fire academy program. According to our research, there is no surplus value of these tools. However, the benefit that the fire recruits will receive from training with this equipment is immeasurable. 7. ATTACHMENTS 1. Cooperative Purchasing Agreement MA-IS-1840139-2 between Municipal Emergency Services Inc and the County of Los Angeles, for the period December 18, 2017 through December 31, 2020. 2. Cooperative Agreement price sharing letter from Municipal Emergency Services Inc. dated January 31, 2019. 3. Quote Number QT1231572 dated January 9, 2019. 4. Genesis Rescue Systems Warranty ITEM 2 02/12/2019 �+pP 1O5tiv CONTRACT NO: VERSION DATE TERM CONTRACT AWARD {�'� �' �} Mq_IS-1840139-2 +� �� INTERNAL SERVICES DEPARTMENT {Rp "' f+ PROCUREMENTFOLDER: 1425262 x "-- x C�tIFOFN�' BLJYER: Brandon Wong PHONE: 323-267-2276 EMAII,: bwong@isd.lacounty.gov MiJNICIPAL EMERGENCY SERVICES INC 4343 VIEWRIDGE AVE STE A VENDOR N0: 156796 CONTACT: BARRY RICHARDSON SAN DIEGO CA 92123 PHONE: 858-715-4639 FISCAL YEAR: EFFECT'NE DAT'E: 12/18/17 EXPIRATION: 12l31/20 FIRE-GENESIS RESCUE TOOLS&ACCESSORIES-3 YEAR-AMD Ol LINE NO. COMMODITY/SERVICE DESCRIPITON QUANTfTY UOM PRICE TYPE VALUE 1 COMMODTTY CODE:34072-00-0000000 0.000 EA IT'EM $9059.880000 RESCUE TOOL-SPREADER-GENESIS EFORCE S53 SPREADER WBATTERY-PN#ART.107.779.1 2 COMMODITY CODE:340-72-00-0000000 0.000 EA IT'EM $9249.400000 RESCUE TOOL-CUTTER-GENESIS EFORCE C236 CUTTER W/BATTERY-PN#ART.107.526.2 3 COMMODTl'Y CODE:340-72-00-0000000 0.000 EA ITEM $5699.050000 RESCUE TOOL-CUTTER-GENESIS EFORCE C165 CUTTER WBATT'ERY-PN#ART.107.202.6 4 COMMODITY CODE:340-72-00-0000000 0.000 EA ITEM $8233.570000 RESCUE TOOL-RAM-GENESIS EFORCE 22-54 TELESCOPIC RAM WBATTERY-PN# ART.107.834.2 5 COMMODITY CODE:340-72-00-0000000 0.000 EA ITBM $7083.200000 RESCUE TOOL-RAM-GENESIS EFORCE 21/36 RAM WBATTERY-PN#ART.107.527.2 6 COMMODITY CODE:340-72-00-0000000 0.000 EA TTEM $391.110000 RESCUE TOOL-AUXII.IARY-GENESIS EFORCE 2136 RAM EXT'ENSION-PN#ART.106.244.2 7 COMMODITY CODE:340-72-OD-0000000 0.000 EA I1'EM $364.440000 RESCUE TOOL-AUXII.IARY-GENESIS EFORCE ANGLED V-HEAD(TI3ILEADED)-PN# ART.011.130.2 8 COMMODITY CODE:340-72-00-0000000 0.000 EA I7'&M $364.440000 RFSCUE TOOL-AUXII.IARY-GENESIS EFORCE ANGLED V-HEAD(SLIP F1T)-PN# ART.011.130.4 9 COMMODITY CODE:340-72-00-0000000 0.000 EA TTBM $884.440000 COUNTY OF LOS ANGELES VENDOR SIGNATURE/DATE PRICE SHEET TERM CONTRACT AWARD CONTRACT NO: MA-IS-1840139-2 Page 2 LINE NO. CONIMODTfY/SERVICE DESCRIPTION QUANTII'Y UOM PRICE TYPE VALUE RESCLTE TOOL-AUHIL,IARY-GENESIS S53 XL QUICK ADNST CHAIN PACKAGE-PN# ART.057.141.8 10 COMMODTfY CODE:340-72-00-0000000 0.000 EA IT'EM $920.000000 RESCUE TOOL-ADAPTER-110V AC ADPATER- PN#ART.106.042.6 11 COMMODITY CODE:340-72-00-0000000 0.000 EA ITEM $364.440000 RESCUE TOOL-BATT'ERY-M28 MII.WAUKEE 28V KAH BATTERY-PN#ART.105375.5 12 COMMODPI'Y CODE:340-72-00-0000000 0.000 EA ITEM $375.000000 TRADE IN FOR USED TOOLS: AMKUS ITYDRAULIC RESCUE TOOL SYSTEM-POWER iJNITS-MODEL#GH2S2-XL 13 COMMODITY CODE:340-72-00-0000000 0.000 EA IT'E1VI $375.000000 TRADE IN FOR USED TOOLS: AMKUS ITYDRAULIC RESCUE TOOL SYSTEM- SPREADER-MODEL#AMK-30CX 14 COMMODITY CODE:340-72-00-0000000 0.000 EA TTEM $375.000000 TRADE IN FOR USED TOOLS: AMKUS ITYDRAULIC RESCUE TOOL SYSTEM- CUT"I'ER-MODEL#AMK-25HD 15 COMMODITY CODE:340-72-00-0000000 0.000 EA IT'EM $375.000000 TRADE IN FOR USED TOOLS: AMKUS ITYDRAULIC RESCUE TOOL SYSTEM-RAM- MODEL#AMK-40R 16 COMMODITY CODE:340-72-00-0000000 0.000 DISCOTJNT 10.0000% DISCOUNT OFF ON CATALOG PRICING FOR ALL ACCESSORIES AND ANCII,LARY SUPPLIES 17 COMMODPfY CODE:962-86-00-002560 0.000 EA ITEM $1.000000 FREIGHT CHARGES SPECIAL TERMS &CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1840139-2 Page 3 ADMIlVISTRATION CHANGE: UPDATED COMMODITY LINES#1 THROUGH#5 TO REFLECT THE PRICE DECREASE AND NEW PRICE.BW DELIVERY:45 DAYS ARO PAYMENT TERMS: PRICES,TERMS&CONDTITONS ARE IN ACCORDANCE WITH SOLICTI'ATION#RFQ-IS-18260179 ****PLEASE E-MAII.OR FAX YOUR BID**** E-MAIL ADDRESS:bwong@isd.lacounty.gov FAX NUMBER:(323)415-8662 PLEASE PROVIDE A CONTACT PERSONS NAME,TELEPHONE NUMBER,&E-MAIL ADDRESS FOR INQUII2IES REGARDING THIS SOLICITATION: NAME: BARRY RICHARDSON TITLE: REGIONAL VICE PRESIDENT PHONE:(602 )_402_--_3668_ EXT. E-MAIL ADDRFSS:_BRICHARDSON@MESFIRE.COM THIS AGREEMENT IS FOR A PERIOD OF THREE(3)YEARS,RENEWABLE FOR TWO(2)ADDTTIONAL 12-MONTH PERIODS BY MUTUAL CONSENT. PRICES TO BECOME EFFECTIVE AS OF AWARD. CONSUMPTION: OUR TOTAL CONSUMPTION FOR THE PAST YEAR,AS SHOWN IN TI-IE QUANTITY COLUMN,IS GIVEN FOR INFORMATION ONLY,AND WE GUARANTEE NO MINIMUM QUANTITY;HOWEVER,REQUESTS EXCEEDING REQUIItEMENTS STATED HEREIN BY MORE THAN 10%SHALL BE SUBJECT TO ACCEPTANCE BY THE SUPPLIER AND/OR SUBJECT TO REBID BY THE COUNTY OF LOS ANGELES. ANNUAL CONSLTMPTION:$668,547.66 F.O.B.DELIVERED. FREIGHT PREPAID AND ALLOWED VENDOR: PAYS FREIGHT COST,OWN TITLE IN TRANSIT,FILE CLAIM(S) COUNfY:TAKES OWNERSHIP AT DESTIlVATION PRICE GUARANTEE: VENDOR AGREES,FOR Tf�PERIOD OF THIS AGREEMENT THAT PRICES QUOTED ARE MAJdMUM. REVISIONS SHALL BE EFFECTIVE SEVEN(7) DAYS AFI'ER SUCH NOTIFICATION AND RECEIPT THEREOF. UPWARD REVISIONS SHALL BE SUBJECT TO ACCEPTANCE BY Tf�COUNTY OF LOS ANGELES. IF PRICES DECLINE,OR SHOULD VENDOR AT ANY TIME DURING THE LIFE OF SAID AGREEMENT SELL THE SAME MATERIALS OR SERVICE UNDER SIMII.AR QUANI'TI'Y AND DELIVERY CONDITIONS TO THE STATE OF CALIFORNIA,OR ANY COUNTY,MLTNICIPALTTY OR LEGAL DISTRICT OF THE STATE OF CALIFOIiNIA AT PRICES BELOW THOSE QUOTED HEREIN,SUCH LOWER PRICES SIIALL BE IMMEDIATELY EXTENDED TO Tf�COUNCY OF LOS ANGELES. EQUIPMENT OFFERED MUST BE NEW,UNUSED,CURRENT MODELS. PRE-PRINTED TERMS AND CONDITIONSBIDDERS CONTRACT DOCUMENTS BIDDERS PRE-PRINTED TERMS AND CONDTI'IONS OR RESTRICTIONS COMMONLY APPEARING ON Tf�REVERSE SIDE OF LETTERS SUBMITTED WITI�I TI-IE BID AND/OR BIDDERS SPECIFICATIONS MATERIAL AND CONTRACT DOCUMENTS WII.L BE DISREGARDED IN THE ABSENCE OF A POSTI'IVE WRITTEN STATEMENT FROM SPECIAL TERMS &CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1840139-2 Page 4 BIDDER THAT ALL OR A PARTICULAR PORTION OF SUCH WRITINGS ARE IN ADDTTION TO OR SUPERSEDE THE COUNTY TERMS AND CONDTTIONS. ORDERING SMALL EMERGENCY PURCHASE(S)ARE AVAILABLE AT:_MES SAN DIEGO_ STATE CONTACT FOR: TECFINICAL ASSISTANCE: NAME_BARRY RICHARDSON TELEPHONE 602-402-3668 FAX NLTMBER 866-333-5907 E-MAII.ADDRESS: BRICHARDSON@MESFIRE.COM_ PLACING ORDERS: NAME BARRY RICHARDSON TELEPHONE 602-402-3668 FAX NiJMBER 866-333-5907 E-MAII.ADDRESS: BRICHARDSON@MESFIRE.COM_ RESERVATION: THE COUNTY OF LOS ANGELES RESERVES TF�RIGHT TO BID INDIVIDUAL LARGE REQUIREMENTS WHEN DEEMED IN THE BEST INTERESTS OF Tf�COUNTY. FIRM'S NAME,MAILING ADDRESS AND LOCAL TELEPHONE NUMBER FOR INDNIDUAL PURCHASE ORDERS: MAIL PURCHASE ORDER TO_MLJNICIPAL EMERGENCY SERVICES,INC._ 4343 VIEWRIDGE AVE.SUTTE A SAN DIEGO,CA 92123 TEI.EPHONE NUMBER 866-716-4348 TOLL FREE NUMBER PREFFERED UTII.IZATION RECAPITULATION REPORT: 120 DAYS PRIOR TO TERMINATION OF THIS AGREEMENT,VENDOR SHALL FURNISH THE COUNTY OF LOS ANGELES WITH A LIST SHOWING THE AMOUNT OF EACH ITEM DELIVERED.THIS LIST SHALL BE BY INDNIDUAL ITEM AND SHALL SHOW THE TOTAL DELIVERED TO COUNTY OF LOS ANGELES DURING Tf�PRIOR YEAR OR PORTION THEREOF. IN ADDTITON,A TOTAL DOLLAR VALUE SOLD TO ALL PARTICIPATING AGENCIES DURING Tf�SAME PERIOD SHALL BE FURNISHED. RETURN OF GOODS RECEIVED: YOU AGREE TO ACCEPT FOR CREDTl'ANY MERCHANDISE RETURNED IN GOOD CONDITION WITHIN FIVE DAYS AFTER RECEIPT OF GOODS WITHOUT ANY HANDLING CHARGES;HOWEVER,NO RETURN SHALL BE MADE OF ANY MATERIAL WHICH HAS BEEN PUT INTO OPERATION OTHER THAN FOR TEST. WHEN PRODUCTS DELIVERED FAIL TO MEET SPECIFICATION, COST OF INSPECTION SHALL BE FOR ACCOUNT OF VENDOR. SUBSTITUTION: IN THE EVENT SUCCESSFUL VENDOR IS LTNABLE TO FURNISH BRAND AS SPECIFIED,AND AN EMERGENCY ARISES,IT IS UNDERSTOOD THAT VENDOR WILL MAKE SUBSTITUTION ON AN EQUIVALENT BRAND,SUBJECT TO ACCEPTANCE BY THE COUNTY,AT NO INCREASE IN COST TO Tf�COUNTY. THE COLTNTY OF LOS ANGELES RESERVES Tf�RIGHT TO CANCEL THIS AGREEMENT IF DELIVERY OR SERVICES PROVE UNSATISFACTORY(DEFAULT)AND MAY PROCURE TI3E ARTICLES OR SERVICES FROM OTHER SOURCES AND MAY DEDUCT FROM UNPAID BALANCE DUE TF�VENDOR AND/OR MAY COLLECT AGAINST THE BOND OR SURETY FOR SPECIAL TERMS &CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1840139-2 Page 5 EXCESS COSTS 50 PAID. Tf�PRICES PAID BY Tf�COUNTY OF LOS ANGELES SHALL BE CONSIDERED'THE PREVAILING MARKET PRICE AT TE� TIME SUCH PURCHASE IS MADE. THE COUNTY OF LOS ANGELES SHALL BE SOLE NDGE AS TO SATISFACTORY PERFORMANCE. THE EQUIPMENT MUST BE FURTTISHED WITH SAFETY GUARDS IN ACCORDANCE WITH THE REQUIREMENTS OF THE STATE DIVISION OF INDUSTRIAL SAFETY. DAMAGE TO BUII..DINGS,APPURTENANCES AND FURNISHINGS MUST BE AVOIDED. DAMAGE CAUSED BY CONTRACTOR'S OPERATIONS SHALL BE REPAIItED,AS DIRECTED,AT NO COST TO Tf�COUNTY OF LOS ANGELES. INSURANCE COVERAGE REQUIREMENTS; GENERAL LIABILILTY: INSURANCE(WRITi'EN ON ISO POLICY FORM CG 00 Ol OR ITS EQUIVALENT)WITH LIMITS OF NOT LESS THAN TI�FOLLOWING: GENERAL AGGREGATE: $2 MII,LION PRODUCTS/COMPLETED OPERATIONS AGGREGATE: $1 MILLION PERSONAL AND ADVERTISING IN7URY: $1 MII.LION EACH OCCURENCE: $1 MILLION AUTOMOBILE LIABII.TTY: INSURANCE(WRITTEN ON ISO POLICY FORM CA 00 Ol OR TTS EQUIVALENT)WITH A LIMTI'OF LIBII.ITY OF NOT LESS THAN $1 MII,LION FOR EACH ACCIDENT. SUCH INSURANCE SHALL INCLUDE COVERAGE FOR ALL'OWNED''HIRED'AND'NON-OWNED'VEHICLES,OR COVERAGE FOR'ANY AUTO'. WORKERS COMPENSATION AND EMPLOYERS'LIABII,LTTY: INSURANCE PROVIDING WORKERS COMPENSATION BENEFiTS,AS REQUIItED BY THE LABOR CODE OF Tf�STATE OF CALIFOItNIA OR BY ANY OTEIER STATE,AND FOR WHICH CONTRACTOR IS RESPONSIBLE. IF CONTRACTOR'S EMPLOYEES WII.L BE ENGAGED IN MARITIME EMPLOYMENT,COVERAGE SHALL PROVIDE WORKERS COMPENSATION BENEFiTS AS REQUIRED BY THE U.S.LONGSHORE AND HARBOR WORKERS'COMPENSATION ACT,JONES ACT OR ANY OTf�R FEDERAL LAW FOR WHICH CONTRACTOR IS RESPONSIBLE. IN ALL CASES,TF�ABOVE INSURANCE ALSO SHALL INCLUDE EMPLOYERS' LIABII.ITY COVERAGE WITH LIMTi'S OF NOT LESS THAN Tf�FOLLOWING: EACH ACCIDENT: $1 MII.LION DISEASE-POLICY LIMIT: $1 MILLION DISEASE-EACH EMPLOYEE: $1 MILLION INDEMNIFICATION AND INSURANCE REQUIREMENTS FOR LOS ANGELES COUNTY SERVICE AGREEMENTS GENERAL INSURANCE REQUIREMENTS: WITHOUT LIMITING CONTRACTOR'S INDEMNIFICAITON OF COUNTY AND DURING Tf�TERM OF ANY AGREEMENT FORMULATED FROM THIS INQUIRY,CONTRACTOR SHALL PROVIDE AND MAINTAIN,AND SHALL REQUIRE ALL OF ITS SUB-CONTRACTORS TO MAINTAIN,THE FOLLOWING PROGRAMS OF INSURANCE SPECIFIED IN THIS AGREEMENT FORMULATED FROM THIS INQUIRY. SUCH INSURANCE SHALL BE PRIMARY TO AND NOT CONTRIBUTING WITH ANY OTHER INSURANCE OF SELF- INSURANCE PROGRAMS MAINTAINED BY COUNTY,AND SUCH COVERAGE SHALL BE PROVIDED AND MAINTAINED AT CONTRACTOR'S OWN EXPENSE. EVIDENCE OF INSURANCE: CERTIFICATE(S)OR OTHER EVIDENCE OF COVERAGE SATISFACTORY TO COUNTY SHALL BE DELIVERED TO PURCHASING AGENT DESIGNEE PRIOR TO COMMENCING SERVICES UNDER ANY AGREEMENT FORMULATED AS A RESULT OF THIS INQUIRY.CERTIf�TCATE(S)OR OTHER EVIDENCE OF COVERAGE SHALL BE DELIVERED TO: ATIN: ' BRANDON WONG SOLICTI'ATION/CONTRACT# MA-IS-1840139 COLTNTY OF LOS ANGELES-ISD 1100 NOR1T-I EASTERN AVENUE RM#G115 SPECIAL TERMS &CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1840139-2 Page 6 LOS ANGELES, CA 90063 SUCH CERTIFTCATES OR OTHER EVIDENCE SHALL: (1) SPECIFICALLY IDENTIFY SUBSEQUENT AGREEMENT. (2) CLEARLY EVIDENCE ALL COVERAGES REQUIRED IN SUBSEQUENT AGREEMENT. (3) CONTAIN TI�EXPRESS CONDTfION THAT COUNTY IS TO BE GNEN WRITTEN NOTICE BY MAIL AT LEAST THIRTY(30)DAYS IN ADVANCE OF CANCELLATION FOR ALL POLICIES EVIDENCED ON THE CERTIFTCATE OF INSURANCE. (4) INCLUDE COPIES OF THE ADDITIONAL INSURED ENDORSEMENT TO THE COMMERCIAL GENERAL LIABII.ITY POLICY,ADDING THE COUNTY OF LOS ANGELES ITS SPECIAL DISTRICTS,ITS OFFICIALS,OFFICERS AND EMPLOYEES AS INSUREDS FOR ALL ACTIVI'I'IES ARISING FROM SUBSEQUENT AGREEMENT. (5) IDENTIFY ANY DEDUCTIBLES OR SELF-INSURED RETENTIONS FOR COUNTY'S APPROVAL. Tf�COUNTY RETAINS THE RIGHT TO REQUIRE CONTRACTOR TO REDUCE OR ELIMINATE SUCH DEDUCTIBLES OR SELF-INSURED RETENTIONS AS THEY APPLY TO COUNTY,OR,REQUIRE CONTRCTOR TO PROVIDE A BOND GUARANTEEING PAYMENT OF ALL SUCH RETAINED LOSSES AND RELATED COSTS, INCLUDING,BUT NOT LIMITED TO,EXPENSES OR FEES,OR BOTH,RELATED TO INVESTIGATIONS,CLAIMS ADMINISTRATIONS,AND LEGAL DEFENSE. SUCH BOND SHALL BE EXECUTED BY A CORPORATE SURETY LICENSED TO TRANSACT BUSINESS IN Tf�STATE OF CALIFORNIA. INSURER FINANCIAL RATINGS:INSURANCE IS TO BE PROVIDED BY AN INSURANCE COMPANY ACCEPTABLE TO THE COUNTY WITH AN A.M.BEST RATING OF NOT LESS THAN A:VII,UNLESS OTHERWISE APPROVED BY COUNTY. FAII.URE TO MAINTAIN COVERAGE:FAII.URE BY CONTRACTOR TO MAINTAIN TF� REQUIRED INSURANCE,OR TO PROVIDE EVIDENCE OF INSURANCE COVERAGE ACCEPTABLE TO COUNTY,SHALL CONSTITUTE A MATERIAL BREACH OF THE CONTRACT UPON WHICH COUNfY MAY IMMEDIATELY TERMINATE OR SUSPEND SUBSEQUENT AGREEMENT. COUNTY,AT TTS SOLE OPTION,MAY OBTAIN DAMAGES FROM CONTRACTOR RESULTING FROM SAID BREACH. ALTERNATIVELY,COUNTY MAY PURCHASE SUCH REQUIRED INSURANCE COVERAGE,AND WITHOUT FURTf�R NOTICE TO CONTRACTOR,COUNTY MAY DEDUCT FROM SUMS DUE TO CONTRACTOR ANY PREMIUM COSTS ADVANCED BY COUNTY FOR SUCH INSURANCE. NOTIFTCATION OF INCIDENTS,CLAIMS OR SUITS: CONTRACTOR SHALL REPORT TO COUNTY: (1) ANY ACCIDENT OR INCIDENT RELATING TO SERVICES PERFORMED UNDER SUBSEQUENT AGREEMENT WHICH INVOLVES INNRY OR PROPERTY DAMAGE WHICH MAY RESULT IN THE FII.ING OF A CLAIM OR LAWSUIT AGAINST CONTRACTOR AND/OR COUNI'Y. SUCH REPORT SHALL BE MADE IN WRITING WITHIN 24 HOURS OF OCCURRENCE. (2) ANY THIRD PARTY CLAIM OR LAWSUIT FILED AGAINST CONTRACTOR ARISING FROM OR RELATED TO SERVICES PERFORMED BY CONTRACTOR UNDER SUBSEQUENT AGREEMENT. (3) ANY INJURY TO A CONTRACTOR EMPLOYEE WHICH OCCURS ON COUNTY PROPERTY. THIS REPORT SHALL BE SUBMITTED ON A COUNTY"NON-EMPLOYEE INNRY REPORT" TO THE COUNTY CONTRACT MANAGER. (4) ANY L05S,DISAPPEARANCE,DESTRUCTION,MISUSE,OR THEFI'OF ANY KIND WHATSOEVER OF COUNTY PROPERTY,MOI�TIES OR SECURITIES ENTRUSTED TO CONTRACTOR UNDER Tf�TERMS OF SUBSEQUENT AGREEMENT. COMPENSATION FOR COUNTY COSTS: IN TEIE EVENT THAT CONTRACTOR FAILS TO COMPLY WITH ANY OF THE INDEMNIFICATION OR INSURANCE REQUIREMENTS OF SUBSEQUENT AGREEMENT,AND SUCH FAILURE TO COMPLY RESULTS IN ANY COSTS TO COUNTY,CONTRACTOR SHALL PAY FULL COMPENSATION FOR ALL COSTS INCURRED BY COUNTY. INSURANCE COVERAGE REQUII2EMENTS FOR SUB-CONTRACTORS: CONTRACTOR SHALL ENSURE ANY AND ALL SUB-CONTRACTORS PERFORMING SERVICES UNDER SUBSEQUENT AGREEMENT MEET THE IN3URANCE REQUREMENTS OF SUBSEQUENT AGREEMENT B Y EITHER: (1) CONTRACTOR PROVIDING EVIDENCE OF INSURANCE COVERING Tf� ACTNTPIES OF SUB-CONTRACTOR,OR (2) CONTRACTOR PROVIDING EVIDENCE SUBMITTED BY SUB-CONTRACTORS EVIDENCING THAT SUB-CONTRCTORS MAINTAIN Tf�REQUIRED INSURANCE SPECIAL TERMS &CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1840139-2 Page 7 COVERAGE. COUNTY RETAINS'THE RIGHT TO OBTRAIN COPIES OF EVIDENCE OF 5UB-CONTRACTOR INSURANCE COVERAGE AT ANY TIME. CONTRACTOR'S FAILURE TO MAINTAIN OR TO PROVIDE ACCEPTABLE EVIDENCE TEIAT TT MAINTAINS THE REQUIRED INSURANCE SHALL CONSTITUTE A MATERIAI,BREACH OF Tf� CONTRACT,UPON WHICH COUNTY T1�IMEDIATELY MAY WITHHOLD PAYMENTS DUE TO CONTRACTOR,AND/OR SUSPEND OR TERMINATE THIS CONTRACT.COUNTY,AT TTS SOLE DISCRETION,MAY OBTAIN DAMAGES FROM CONTRACTOR RESULTING FROM SAID BREACH. ALTERNATIVELY,T�E COUNTY MAY PURCHASE THE REQUIRED INSURANCE,AND WITHOUT FURTHER NOTICE TO CONTRACTOR,DEDUCT THE PREMIUM COST FROM SUMS DUE TO CONTRACTOR OR PURSUE CONTRACTOR FOR REIMBURSEMENT. CANCELLATION: THE COUNTY OF LOS ANGELES RESERVES Tf�RIGHT TO CANCEL THIS AGREEMENT,UPON 30 DAYS WRITTEN NOTICE. VENDOR MAY CANCEL AGREEMENT AFfER INITIAL YEAR OF Tf�AGREEMENT PERIOD,UPON 90 DAYS WRITTEN NOTICE. TI�COUNTY MAY CONTINUE TO PLACE ORDERS AGAINST TI-IE AGREEMENT UNTIL Tf� EFFECTIVE DATE OF SUCH CANCELLATION. WARRANTY: PERIOD OF PARTS AND LABOR WARRANTY LIMITED LIFETIME WARRANTY ON PARTS AND LABOR_ STATE CONTACT PERSON AND TELEPHONE NUMBER IN CASE WARRANTY PARTS OR LABOR ARE NECESSARY: NAME_BARRY RICHARDSON TELEPHONE NUMBER 602-402-3668 WARRANTY TO BECOME EFFECTIVE AS OF RECEIPT AND ACCEP'I'ANCE OF MATERIAI.. AUTHORIZATION WARRANTY CONTRACTOR REPRESENTS AND WARRANTS THAT THE PERSON EXECUTING THIS AGREEMENT FOR CONTRACTOR IS AN AUTHORIZED AGENT WHO HAS ACTUAL AUTHORITY TO BIND CONTRACTOR TO EACH AND EVERY TERM,CONDTI'ION AND OBLIGATION OF TI-IIS AGREEMENT AND THAT ALL REQUIREMENTS OF CONTRACTOR HAVE BEEN FULFILLED TO PROVIDE SUCH ACTUAL AUTHORTTY. TERMII�TATION FOR CONVEI�iIENCE: THIS AGREEMENT MAY BE TERMINATED,WHEN SUCH ACTION IS DEEMED BY COUNTY TO BE IN TTS BEST INTEREST.TERMINAITON SHALL BE EFFECTED BY DELNERY TO VENDOR OF A NOTICE OF TERMINATION SPECIFYING TI-IE EXTENT TO WHICH PERFORMANCE OF AGREEMENT IS TERMINATED AND THE DATE UPON WHICH SUCH TERMINATION BECOMES EFFECITVE,WHICH SHALL BE NO LESS THAN TEN(10) DAYS AFTER TI-IE NOTICE IS SENT. AFTER RECEIPT OF A NOTICE OF TERMINATION,VENDOR SHAI.L SUBMIT TTS TERMINATION CLAINI AND INVOICE TO COUNTY,IN THE FORM AND WITH ANY CERTIFTCATIONS AS MAY BE PRESCRIBED BY COUNTY.SUCH CLAIM AND INVOICE SHALL BE SUBMITTED PROMP'I'LY,BUT NOT LATER THAN THREE MONTHS FROM THE EFFECTIVE DATE OF TERMINATION.UPON FAILURE OF VENDOR TO SUBMIT ITS TERMINATION CLAIM AND INVOICE WITHIN THE TIME ALLOWED,COUNTY MAY DETERMINE ON THE BASIS OF INFORMATION AVAILABLE TO COUNTY,Tf�AMOUNT, IF ANY,DUE TO VENDOR IN RESPECT TO THE TERMINATION,AND SUCH DETERMINATION SHALL BE FINAL.WHEN SUCH DETERMINATION IS MADE,COUNTY SHALL PAY VENDOR TI-IE AMOUNT SO DETERMINED. VENDOR SHALL HONOR PURCHASE ORDERS ACCEPTED ON OR BEFORE Tf�EFFECTIVE DATE OF TERMINATION. TERMIlVATION FOR FAII.URE TO OPERATE IN ORDINARY COURSE: VENDOR'S STABILTfY WAS AND/IS A PRIMARY BASIS FOR ENTERIlVG INTO AND CONTINUING WITH AGREEMENT,Tf�REFORE,COUNTY MAY TERMII�TATE TI-IIS AGREEMENT BY THII2TY(30)DAYS WRITTEN NOTICE SHOULD VENDOR FAIL TO CONTINUE TO DO BUSINESS IN Tf�ORDINARY COURSE. TERMII�TATION FOR GRATUITIES: COUNTY MAY,BY WRITTEN NOTICE TO VENDOR,TERMINATE THE RIGHT OF VENDOR TO PROCEED UNDER THI3 AGREEMENT UPON TEN(10)DAYS WRITTEN NOTICE,IF SPECIAL TERMS &CONDITIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1840139-2 Page 8 TT IS FOUND THAT GRATUTfIES IN Tf�FORM OF ENTERTAINMENT,GIFfS,OR OTHERWISE WERE OFFERED OR GNEN BY,OR ANY AGENT OR REPRESENTATIVE OF VENDOR,TO ANY OFFICER OR EMPLOYEE OF COUNTY WITH A VIEW TOWARD SECURING A CONTRACT OR SECURING FAVORABLE TREATMENT WITH RESPECT TO Tf�AWARD OF AMENDING,OR TI�MAKING OF ANY DETERMINATIONS WITH RESPECT TO THE PERFORMING,OF SUCH CONTRACT.IN THE EVENT OF SUCH TERMIlVATION, COUNY SHALL BE ENTITLED TO PURSUE THE SAME REMEDIES AGAINST VENDOR AS TT COULD PURSUE IN THE EVENT OF DEFAULT BY VENDOR. AUTHORIZATION: IS YOUR COMPANY AN AUTHORIZED DISTRIBUTOR/RESELLER/SERVICE PROVIDER FOR ALL PRODUCTS AND SERVICES OFFERED? YES X NO AUTHORIZING MANUFACTURER/DISTRIBUTOR: GENESIS RESCUE SYSTEMS AT TI�TIME OF BID SUBMISSION,BIDDER MUST BE AN AUTHORIZED DISTRIBUTOR/RESELLER/SERVICE PROVIDER FOR ALL PRODUCTS AND SERVICES OFFERED. 1. AT Tf�TIME OF BID SUBMISSION,A BIDDER,WHO IS A MANUFACTURER'S AUTHORIZED DISTRIBUTOR,MUST INCLUDE WITH TTS BID RESPONSE A LETTER OF CERTIFICATION FROM Tf�MANUFACTURER ON Tf�MANUFACTURER'S LETTERI�AD CONFIRMING THAT THE BIDDER IS AUTHORIZED TO OFFER SUCH PRODUCTS AND/OR PERFORM SUCH SERVICES. 2.AT TI-IE TIME OF BID SUBMISSION,A BIDDER,WHO IS AN AUTHORIZED DISTRIBUTOR'S AUTHORIZED RESELLER,MUST INCLUDE WITH TTS BID RESPONSE(1)A LETTER OF CERTIFTCATION FROM'I'f�MANUFACTURER ON TI-IE MANUFACTURER'S LETTERHEAD CONFIRMING THAT THE DISTRIBUTOR OWNS,IS AUTHORIZED OR HAS A LEGAL RIGHT TO OFFER SUCH PRODUCTS AND/OR PERFORM SUCH SERVICES,AND(2)A LETTER OF CERTIFTCATION FROM THE AUTHORIZED DISTRIBUTOR ON Tf�AUTHORIZED DISTRIBUTOR'S LETi'ERHEAD CONFIRMING THAT THE RESELLER OWNS,IS AUTHORIZED OR HAS A LEGAL RIGHT TO OFFER SUCH PRODUCTS AND/OR PERFORM SUCH SERVICES. 3.AT TI-IE TIME OF BID SUBMISSION,A BIDDER,WHO IS A MANUFACTURER'S AUTHORIZED RESELLER/SERVICE PROVIDER,MUST INCLUDE WITH ITS BID RESPONSE A LETTER OF CERTIFTCATION FROM Tf�MANUFACTURER ON Tf�MANUFACTURER'S LETTERHEAD CONFIItMING THAT THE BIDDER IS AUTHORIZED TO OFFER SUCH PRODUCTS AND/OR PERFORM SUCH SERVICES. IF THE REQUIItED LETTER(S)OF CERTIFICATION(S)IS/ARE NOT INCLUDED WITH YOUR BID RESPONSE,TF�ENTIRE OFFER MAY BE DEEMED NON-RESPONSIVE IN COUNTY'S SOLE DISCRETION. STANDARD TERMS &CONDTTIONS TERM CONTRACT AWARD CONTRACI'NO: MA-IS-1840139-2 Page 9 The County of Los Angeles accepts your offer to furnish our requirements(and such requirements as may be ordered by cities and/or districts indicated herein)of the listed commodity,or service,as needed,subject to condirions of the stated quotation and as provided herein.All Purchase Agreements,Purchase Orders and Contracts will be deemed to be made and entered into the State of Califomia under the constitution and laws of this state and aze to be so construed. PRICE GUARANTEE:Unless otherwise provided herein,prices aze maxunum for the period of this agreement.In the event of a price decline,or,should you at any tune during the life of this agreement sell the same material or service under similaz quantity and deliver conditions to the State of Califomia,or legal district thereof,or to any county or MunicipaliTy within the State of California at prices below those stated herein,you will immediately extend such lower prices to the County of Los Angeles. ATTENTION:VENDOR/DEPARTMENT-SPECIAL NOTE:County departments aze not authorized to use this agreement as a purchasing source for products not specifically covered herein.Changes of items,equipment,or modifications to prices, specifications,or conditions,etc.,of this agreement can be made only by the Purchasing Agent by issuance of official aznendment and in accordance with properly authorized changes agreed upon prior to consummation. Los Angeles County will not pay for items not listed below that have not been processed in accordance with the above pazagraph. Vendor will incur payment problems. County's Quality Assurance Plan.The County or its agent will evaluate Contractor's performance under this agreement on not less than annual basis.Such evaluation will include assessing Contractor's compliance with all contract tertns and performance standazds. Contractor deficiencies which County's determines aze severe or continuing and that may place performance of the agreement in jeopazdy if not corrected will be reported to the Boazd of Supervisors.The report will include unprovemenUcocrective acrion measures taken by the County and Contractor.If improvement does not occur consistent with the corrective action measures,County may terminate this agreement or impose other penaltiesas specified in this agreement. CONTRACTOR RESPONSIBILTTY AND DEBARMENT 1.A responsible Contractor is a Contractor who has demonstrated the attribute of trustworthiness,as well as quality,fitness,capacity and experience to satisfactorily perform the contract.It is the County's policy to conduct business onlywith responsible contractors. 2.The Contractor is hereby notified that,in accordance with Chapter 2.202 of the County Code,if the County acquires informauon conceming the performance of the contractor on this or other contracts which indicates that the Contractor is not responsible,the County may,in addition to other remedies provided in the contract,debaz the Coniractor from bidding on County contracts for a specified period of time not to exceed 5 yeazs,and ternunate any or all existing contracts the Contractor may have with the County. 3.The County may debar a contractor if the Boazd of Supervisors finds,in its discretion,that the Contractor has done any of the following:(1)violated any term of a contract with the County,(2)committed any act or omission which negatively reflects on the Contractor's quality,fimess or capacity to perform a contract with the County or any other public entity,or engaged in a pattern or practice which negatively retlects on sazne,(3)committed an act or offense which indicates a lack of business integrity or business honesty,or(4)made or submitted a false claim against the County or any other public entity. 4.If there is evidence that the Contractor may be subject to debarment,the Department will notify the Contractor in writing of the evidence which is,the basis for the proposed debazment and will advise[he Contractor of the scheduled date for a debarment hearing before the Con�actor Hearing Boazd. 5.The Contractor Hearing Boazd will conduct a hearing where evidence on the proposed debarment is presented.The Contractor and/ or the Contractor's representative shall be given an opportunity to submi[evidence at that hearing.After the hearing,the Contractor Hearing Boazd shall prepaze a proposed decision,which shall contain a recommendation regazding whether the contractor should be debarred,and,if so,the appropriate length of tune of the debarment.If the Contractor fails to avail iuelf of the opportunity to submit evidence to the Contractor Hearing Boazd,the Contractor may be deemed to have waived all rights of appeal. STANDARD TERMS &CONDTTIONS TERM CONTRACT AWARD CONTRAC'T NO: MA-IS-1840139-2 Page 10 6.A record of the hearing,the proposed decision and any other recommendarion of the Contractor Hearing Boazd shall be presented to the Boazd of Supervisors.The Board of Supervisors shall have the right to modify,deny or adopt the proposed decision and recommendation of the Hearing Boazd. PROHIBITION AGAINST USE OF CHILD LABOR 1.Not lmowingly sell or supply to COUNTY any products,goods,supplies or other personal property produced or manufactured in violation of child labor standazds set by the Intemational Labor Organizations ttuough its 1973 Convention concerning Minunum Age for Employment. 2.Upon request by COLJNTY,identify the country/counhies of origin of any products.goods,supplies or other personal property bidder sells or supplies to COUNT'Y,and VENDOR shall: 7.These terms shall also apply to(subcontractors/subconsultants)of County Contractors. 3.Upon request by COUNTY,provide to COiJNTY the manufacturer's certificarion of compliance with all intemational child labor conventions. Should COUNTY discover that any products,goods,supplies or other personal property sold or supplied by VENDOR to COUNTY aze produced in violation of any international child labor conventions,VENDOR shall immediately provide an altemative,compliant source of supply. Failure by VENDOR to comply with the provisions of this clause will be grounds for immediate cancellation of this Purchase Order or teiminaHon of this Agreement and awazd to an alternative vendor. A. Jury Service Program. This Contract is subject to the provisions of the County's ordinance entitled Contractor Employee Jury Service("Jury Service Prograzn")as codified in Sections 2.203.010 through 2.203.090 of the Los Angeles County Code. Should COLJNTY discover that any products,goods,supplies or other personal property sold or supplied by VENDOR to COUNTY aze produced in violation of any international child labor conventions,VENDOR shall unmediately provide an altemative,compliant source of supply. B.Written Employee Jury Service policy. 1. Unless Contractor has demonstrated to the County's satisfaction either that Contractor is not a"Contractoi'as defined under the Jury Service Program(Section 2.203.020 of the County Code)or that Contractor qualifies for an exception to the Jury Service Program(Section 2.203.070 of the County Code),Contractor shall have and adhere to a written policy that provides that its Employees shall receive from the Contractor,on an annual basis,no less than five days of regulaz pay for actual jury service.This policy may provide that Employees deposit any fees received for such jury service with the Contractor or that the Contractor deduct from the Employee's regulaz pay the fees received for jury service. 2. For purposes of this Section,"Contractor"means a person,pazmership,corporation or other entity which has a contract with the County or a subcontract with a County contractor and has received or will receive an aggregate sum of$50,000 or more in any 12- month period under one or more County contracts or subcontracts."Employee"means any California resident who is a full time employee of Contractor."Full time"means 40 hours or more worked per week,or a lesser number of hours if the lesser number is a recognized industry standazd and is approved as such by the County.If Contractor uses any subconcractor to perform services for the County under the Contract,the subcontractor shall also be subject to the provisions of this Section.The provisions of this Section shall be inserted into any such subcontract agreement and a Copy of the Jury Service Program shall be attached to the agreement. STANDARD TERMS &CONDTfIONS TERM CONTRACT AWARD CONTRACT NO: MA-IS-1840139-2 Page 11 3. If Contractor is not required to comply with the Jury Service Program when the Contract commences,Contractor shall have a continuing obligation to review the applicability of its"exceprion status"from the Jury Service Program,and Contractor shall immediately notify County if Contractor at any tnne either comes within the Jury Service Program's definition of"Contractor"or if Contractor no longer qualifies for an exception to the Prograzn.In either event,Contractor shall immediately implement a written policy consistent with the Jury Service Program.The County may also require,at any time during the Contract and at its sale discretion,that Contractor demonstrate to the county's satisfaction that Contractor either continues to remain outside of the 7ury service Program's defuution of"Contractor"and/or that Conh�actor continues to qualify for an exception to the Prograzn. 4. Contractor's violation of this Section of the contract may constitute a material breach of the Contract.In the event of such material.breach,County may,in its sole discrerion,temunate the Conh�act and/or baz Contractor from the awazd of future County contracts for a period of time consistent with the seriousness of the breach. PRICE SPECIFTC CONTRACTS AND PURCHASE ORDERS Vendors aze endded to receive payment for goods received by,or services provided to the county specific to the Contract or Purchase Order price amount.Under no circumstances will those Suppliers,Contractors or Vendors who supply goods or otherwise contract services with the County of Los Angeles be entitled to or paid for expenditures beyond the Contract or Purchase Order amounts. Vendors aze prohibited from accepting prepayment for goods or services without the express written approval of the County Purchasing Agent. ASSIGNMENT BY CONTRACTOR A. Contractor shall not assign its rights or delegate its duties under the Agreement,or both whether in whole or in part,without the prior written consent of County,in its discretion,and any attempted assignment or delegation without such consent shall be null and void. For purposes of this pazagraph,Couury consent shall require a written amendment to the Agreement,which is formally approved and executed by the parties.Any payments by county to any approved delegate or assignee on any claun under the Agreement shall be deductible,at County's sole discretion,against the clauns which Contractor,may have against county. B. 3hazeholders,partners,members,or other equity holders of Contractor may transfer,sell exchange,assign,or divest themselves of any interest they may have therein.However,in the event any such sale,transfer,exchange.assignment,or divestment is effected in such a way as to give majority control of Contractor to any person(s),corporation,partnership,or legal entity other than the majority controlling interest therein at the time of execution oF the Agreement,such disposition is an assignment requiring the prior written consent of County in accordance with applicable provisions of tkris Agreement. C. Any assumption,assignment,delegation,or takeover of any of the Contractor's duties,responsibilities,obligations,or performance of same by any entity other than the Contractor,whether through assignment,subcontract,delegation,merger,buyout,or any other mechanism,with or without consideration for any reason whatsoever without county's express prior written approval,shall be a material breach of the Agreement which may result in the termination of the Agreement.In the event of such temunation,County shall be entitled to pursue the same remedies against Contractor as it could pursue in the event of default by Contractor. . MUNICIPAL EMERGENCY SERVICES January 31, 2019 4343 Viewridge Avenue Suite A San Diego, CA 92123 To Whom it may concern: This letter states that Municipal Emergency Services is offering corporative purchasing to the Orange City Fire Department for GENESIS Rescue tools. The Orange City Fire Department is receiving pricing based on the Los Angeles County Fire Department purchasing agreement. Sincerely, Lisa Ramirez � h492NtQ�At E9�f?;tY SfR".7tE5 C�EMES1� � { . RESCUE SYS 'T' EM � August 27, 2018 RE: MES Sole Dealership California To Whom it May Concern; ' Municipal Emergency Services MES is the sole provider of Genesis Rescue Tools, and service for the entire state of California. Regards, - . �� John Sikita CEO Genesis Rescue Systems, inc. 2780 Culver Ave Kettering, Ohio 45429 Phone: 937-293-6240 Fax: 937-293-7049 www.genesisrescue.com . Quote Date 01/09/2019 quote# QT1231572 MUNICIPAL EMERGENCY SERVICES Expires otioa�2o�s 4343 Viewridge Ave. Sales Rep Rami�ez,Lisa Suite A PO# San Diego,CA 92123 Shipping Method FedEx Ground Bill To Ship To CAPT MATf NELSON CAPT MATT NELSON City of Orange Fire Department City of Orange Fire Department 176 S.Grand Street 176 S.Grand Street Orange CA 92866 Orange CA 92866 United States United States .6F5:.11J9� .���LL1:JALFFr+' .. �.� �6_!l.LlL+.F ... e- � � • .�: 4'..MS]:� Y".ASW9�{Id.U-T. � l' GENESIS ART.041.901.1 ART.041.901.1 2 7,668.74 15,337.48 Custom GENESIS eEorce 41"RAM ART.108234.3 C195 NXTGEN eForce 2.0 2 9,401.32 18,802.64 ART.108.740.4 S44 E-Force 2.0 2 9,236.31 18,472.62 ART.108.778.1 C236-SL2 Nxtgen Cutter eFarce 2.0 2 9,591.08 19,182.16 GENESIS ART.105.375.5 ART.105.375.5 20 338.27 6,765.40 Custom GENESIS M28 MILWAUKEE 28V SAh BATTERY ART.105.410.8 3 BAY CHARGER 110VAC/28V 2 33827 676.54 ART.106.042.6 110 VAC Adapter 2 903.42 1,806.84 GENESIS ART.107.767.6 ART.107.767.6 2 9,153.81 18,307.62 Custom GENESIS 15C/E FORCE 2.0 GENESIS ART.011.520.1 ART.011.520.1 2 1,423.19 2,846.38 Custom GENESIS DELUXE PUSH/PULL RAM KIT W/SLIP FIT& NEW BOX To piace an order please contact Lisa Ramirez at(951)903-3749. Subtotal 102,197.68 Thank you for doing business with MES! Shipping Cost(FedEx Ground) 0.00 Tax Total 7,920.32 Total $110,118.00 This Quotation is subject to any applicable sales tax and shipping&handling charges that may apply.Tax and shipping charges are considered estimated and will be recalculated at the time of shipment to ensure they take into account the most current local tax information. All returns must be processed within 30 days of receipt and require a return authorization number and are subject to a restocking fee. Custom orders are not returnable.Effective tax rate will be applicable at the time of invoice. II IIIIIIIIIIIIIII'lllll II IIIIII QT1231572 ������� �� `�p�,� ., .. RES C LiE SYSTEMS Genesis Rescue Systems Warranty (fhis is a Limifed Warranty. Please read if earefully) WHO IS PROTECTED WHO PAYS FOR WHAT The Genesis Limited Warranty provides,with few Genesis will pay labor and material for a period of one exceptions,that all Genesis Rescue Tools and parts year and thereaffer all material expense for all repairs are warranted against defects in materials and covered by this warranty,for the lifetime of the workmanship for the lifetime of the tools. If we ' equipment,as long as you own and propedy maintain determine that one of the Rescue Tools is defective, and handle the equipment subject to the discussed we will,at our option,repair or replace any of the exclusions. If necessary repairs are not covered by this components. warranty,or if a unit is examined which is not in need of repair,you will be charged for the repairs or the examination.You must pay any shipping charges EXCLUSIONS incurred in getting your Genesis products to and from an Genesis Service Center,or to the factory. This Warranty is limited and protects oniy the original owner and covers ail defects in material and workmanship with exceptions specrtied as follows:(1) EXCLUSION OF CERTAIN DAMAGES damage caused by accident,any unreasonable use or neglect(including the lack of periodic and necessary Genesis liability is limited to the replacement at our maintenance),deterioration,wear and tear,or option,of any defective product and shall in no event mishandling;(2)damage occurring during shipment include incidental or consequential commercial (claims should be presented to the carrier);(3)damage damages of any kind.Some states do not allow to or deterioration of any accessory other than Genesis limitations on how long an implied warraniy lasts accessories(4)damage and breakages from failure to and/or do not ailow the exclusion of incidental or follow instructions contained in your owner's manual consequential damages,so th above limitations and use of tools in operations other fhan reasonable and exclusions may not apply to you.This warranty extrication and other rescue;(5)damage resuHing gives you specific legal rights and you may also have from repairs or alterations by someone other than other rights which may vary from state to state. Genesis.or an authorized Genesis.Service Center. The purpose of this exclusive remedy shall be to provide the buyer with repair or replacement of products or parls sold by Genesis which have been TO OBTAIN WARRANTY PERFORMANCE found to be defective in materials or worlvnanship. This exclusive remedy shall not be deemed to have If your Genesis product ever needs service,write or failed of its essentiai purpose so long as Genesis is call your Genesis Service Center.You may be asked willing and able to repair or replace said defeclive to send your uniF to the factory for repair.Please do products or parts in the prescribed manner. not ship your produd without prior authorizaiion.This warranfy is exclusive and Genesis makes no ofher warranfy of any kind whatsoever,expressed or impGed,with respect to the products sold by it, whether as to merchantabiGty,fitness for a particular purpose or any matter.No disfibutor,agent, employee,or representaiive of Genesis has any authority whatsoever,to bind to any aRnnalion, representaiion or warraniy conceming Genesis producls or parts,except as stated herein. GENESIS sESCUE SYSiEMS VERSION GRW214 278D CULVER AVBBUE KEiiERING,OHIO 45429 PHONE�1.937z93.6240 � FAX�1_937293.7049 W WVY.GEWESISHESCUECOM 1/8/2019 Warranty and Replacement FAQ and Support�Milwaukee Tool � ip�aurK� � :�� �� ` � ; '�� '� `� tt � � S! py�',i� ^.,,�� ���,y '� * �i} �: 'F 1 f � "F % �� � f.. '� Warranty eService Tool Repair E-Rebates Find Service Centers Parts Pricing Manuals and Downloads Warranty In Warranty Out of Warranty FREE Repairs or pownload Lightning Max Repair Quotes Cost Replacements (https://www.milwaukeetool.com/-/media/PDFs/LMR Quotes) Products defective Products outside of warranty period Coverage in material or products within warranty period, but defective due workmanship to normal wear/tear and abuse Note: . • Date code of tool will be used to determine if product is within warranty period • Copy of invoice or bill of sale will be required for warranty verification if date code is over warranty period • Warranty Registration is not necessary to obtain the applicable warranty on a Milwaukee ToolO product Air Nailer-Stapler Airless Paint Sprayer M4910 Aluminum Shroud Warranty for Deep Cut Band Saws https://www.milwaukeetool.coMSupport/Warranty 1/4 1/8/2019 Warranty and Replacement FAQ and Support�Milwaukee Tool Cordless Battery Pack LIMITED WARRANTY Every MILWAUKEE Battery Pack(sold with cordless product and/or as a replacement battery pack) is warranted to the original purchaser only to be free from defects in material and workmanship. Subject to certain exceptions, MILWAUKEE will repair or replace a battery pack which, after examination, is determined by MILWAUKEE to be defective in material or workmanship for the stated warranty period from date of purchase. Return of the battery pack - to a MILWAUKEE factory Service Center location or MILWAUKEE Authorized Service Station, freight prepaid and insured, is required. For the proper shipping procedure of battery packs, contact 1.800.SAWDUST(1.800.729.3878), or go to www.milwaukeetool.com. A copy of the proof of purchase should be included with the return product. This warranty does not apply to damage that MILWAUKEE determines to be from repairs made or attempted by anyone other than MILWAUKEE authorized personnel, misuse, alterations, abuse, normal wear and tear, lack of maintenance, or accidents. Battery Pack Cat. No. Chemistry Warranty Period (from date of purchase) 48-11-1828(Serial number prefix"841 E" and later) 48-11-1840 48-11-1850 48-11-1860 48-11-1865 LITHIUM-ION Three(3)Years 48-11-1880 48-11-1890 48-11-2402 48-11-2440 48-11-2460 48-11-2830(Serial number prefix"C71") 48-11-0490 48-11-1815 48-11-1820 48-11-1835 LITHIUM-ION Two(2)Years 48-11-2001 48-11-2401 48-11-2420 48-11-2430 48-11-1828 (Serial number prefix"B41 D" Two(2)Years—plus, and earlier) LITHIUM-ION Three(3)Years Pro-Rata 48-11-1830 (Serial number prefix"A95") 48-11-2830 (Serial number prefix"A71") (prorated)* https://www.milwaukeetool.com/Support/Warranty y4 1/8/2019 Warranty and Replacement FAQ and Support�Milwaukee Tool Ni-Cd/Nlckel-Cadmium, 48-11-0100 Ni-MH/Nickel-Metal- 48-11-1024 Hydride One(1)Year 48-11-1830 (Serial number prefix"E95") 48-11-1970 48-11-2230 LITHIUM-ION *The warranty period for MILWAUKEE M18T"" 48-11-1828 (with the serial number prefix "B41 D" and earlier), V18T""48-11-1830 (with the serial number prefix"A95"), and V28T"' 48-11- 2830 (with the serial number prefix"A71") is five (5)years/2000 charges from the date of purchase, whichever first occurs. The first 1000 charges or 2 years of the warranty, whichever first occurs, are covered through free replacement of the defective battery. This means that for the earlier of the first 1000 charges or two (2)years from the date of purchase/first charge, a replacement battery will be provided to the customer for any defective battery free of charge. Thereafter, the remaining charges up to a total of 2000 or the remainder of the five (5)year period from the date of purchase, whichever first occurs, will be covered on a pro rata basis. This means that every customer gets an additional 1000 charges or three (3)years of pro rata warranty on the these battery packs, depending upon the amount of use. MILWAUKEE M18r"" 48-11-1828 (with the serial number prefix"B41 E" and later), V18T""48-11-1830 (with the serial number prefix"E95"), and M28T"' 48-11-2830 (with the serial number prefix"C71") have different warranty periods, as listed. Warranty Registration is not necessary to obtain the applicable warranty on a MILWAUKEE battery pack. The manufacturing date of the product will be used to determine the warranty period if no proof of purchase is provided at the time warranty service is requested. ACCEPTANCE OF THE EXCLUSIVE REPAIR AND REPLACEMENT REMEDIES DESCRIBED HEREIN IS A CONDITION OF THE CONTRACT FOR THE PURCHASE OF EVERY MILWAUKEE PRODUCT. IF YOU DO NOT AGREE TO THIS CONDITION, YOU SHOULD NOT PURCHASE THE PRODUCT. IN NO EVENT SHALL MILWAUKEE BE LIABLE FOR ANY INCIDENTAL, SPECIAL, CONSEQUENTIAL OR PUNITIVE DAMAGES, OR FOR ANY COSTS, ATT'ORNEY FEES, EXPENSES, LOSSES OR DELAYS ALLEGED TO BE AS A CONSEQUENCE OF ANY DAMAGE TO, FAILURE OF, OR DEFECT IN ANY PRODUCT INCLUDING, BUT NOT LIMITED TO, ANY CLAIMS FOR LOSS OF PROFITS. SOME STATES DO NOT ALLOW THE EXCLUSION OR LIMITATION OF INCIDENTAL OR CONSEQUENTIAL DAMAGES, SO THE ABOVE LIMITATION OR EXCLUSION MAY NOT APPLY TO YOU. THIS WARRANTY IS EXCLUSIVE AND IN LIEU OF ALL OTHER EXPRESS WARRANTIES, WRITTEN OR ORAL. TO THE EXTENT PERMITfED BY LAW, MILWAUKEE DISCLAIMS ANY IMPLIED WARRANTIES, INCLUDING WITHOUT LIMITATION ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR USE OR PURPOSE; TO THE EXTENT SUCH DISCLAIMER IS NOT PERMITTED BY LAW, SUCH IMPLIED WARRANTIES ARE LIMITED TO THE DURATION OF THE APPLICABLE EXPRESS WARRANTY AS DESCRIBED ABOVE. SOME STATES DO NOT ALLOW LIMITATIONS ON HOW LONGAN IMPLIED WARRANTY LASTS, SO THE ABOVE https://www.milwaukeetool.com/SupportlWarranty 3/4 1/8/2019 Warranty and Replacement FAQ and Support�Milwaukee Tool LIMITATION MAY NOT APPLY TO YOU, THIS WARRANTY GIVES YOU SPECIFIC LEGAL RIGHTS, AND YOU MAY ALSO HAVE OTHER RIGHTS WHICH VARY FROM STATE TO STATE. This warranty applies to product sold in the U.S.A. and Canada only. Check out the Find Service Centers (/Support/Find-A-Service-Center) page or call � � � 1.800.SAWDUST (1.800.729.3878)to locate your nearest service facility for warranty and non- warranty service on a MILWAUKEE Battery Pack. Hand Tools Hoist(lever, hand-chain&electric chain hoist) HOLE DOZERT"' Hole Saw Laser Distance Meter M12TM Heated Jacket Mechanics Hand Tool Outdoor Power Equipment Portable Generator Portable Power Tool Reconditioned Product Steel Storage Chest and Cabinet Instrument Warranty and Repair Tool and Equipment Tracker https://www.milwaukeetool.com/Support/Warranty 4/4 CITY COiJNCIL MINUTES FEBRUARY 12, 2019 3. CONSENT CALENDAR(Continued) 3.21 Award of Contract for Bid No. 189-17; Roof Coating at Police Department Headquarters and Water Yard to Wiltshire Urethane Foam Company. (A2100.0; , Agr-6740) ' ACTION: 1) Authorized the appropriation of $40,000 from Water Utility Operations unreserved fund balance to expenditure account number 600.5028.56020.19809, Capital Improvement Plan City Facility Improvements;and 2)Awarded the contract in the amount of $244,694 to Wiltshire Urethane Foam Company of San Dimas, California and authorized the Mayor and City Clerk to execute on behalf of the City. 3.22 Approval of"NO FEE" parking permits in Municipal Parking Lot No. 2 on South Orange Street for the Assistance League of Orange(ten permits)and the First United Methodist Church (two permits). (54000.5.3.1.2) ACTION: 1) Approved the request and issue the twelve parking permits to be valid from July 1,2019,through December 31,2019; and also from January 1,2020,through June 30, 2020; and 2)Authorized the Public Works Director to approve"NO FEE"parking permits in the Municipal Parking Lot on an annual basis, not to exceed fifteen permits. 3.23 Purchase and installation of antenna equipment for Reservoir 10, from Leverage Information System,Inc. as a sole source vendor. (C2500.M) ACTION: Authorized the purchase of antenna equipment and installation service from Leverage Information System, Inc. for$22,569. � 3.24 Purchase of firearms for the Police Department's patrol fleet. (C2500.K) ACTION: 1)Approved the purchase of 50 Colt M4s from ProForce Law Enforcement,for a total not-to-exceed amount of$87,003; and 2) Authorized the appropriation of$87,003 in the following expenditure account number 354.4011.55131.00000, AB3229- COPS/State—Supplemental Law Enforcement Services—Equipment Additions. 3.25 Purchase of support agreement from Sidepath,Inc. for the Civic Center storage area network. (C2500.� NOTE: Mayor pro tem Murphy recorded an abstention due to a potential conflict with employment. ACTION: Approved the purchase of the support agreement from Sidepath, Inc. in the amount of$40,689.48. 3.26 Purchase of Genesis Rescue Tools from Municipal Emergency Services through a cooperative purchase agreement. (C2500.I� ACTION: Approved the purchase of two complete sets of Genesis Rescue Tools and accessories for $110,118 from Municipal Emergency Services, through a cooperative purchasing agreement. PAGE 6