Loading...
HomeMy WebLinkAbout1990-08-21; City Council; Resolution 90-3060 0 I. ll RESOLUTION NO. 90-306 2 3 4 5 6 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING THE PURCHASE OF MOBILE INTENSIVE CARE UNIT. WHEREAS, the City of Carlsbad desires to purchase a Mobile Intensive C 7 I1 and 8 /I WHEREAS, funds are available in Central Garage Vehicle Replacement 9 620-840-5220-3900 for the purchase of a Mobile Intensive Care Unit; and 10 WHEREAS, the City purchased a Mobile Intensive Care Unit from 11 Ambulance West in Fiscal Year 1989-90; and I.2 11 WHEREAS, Collins Ambulance West desires to extend the Purchase Ag 13 14 to offer the sale of an additional Mobile Intensive Care Unit at the price bid in Fisc 15 I/ 1989-90; and 16 17 19 The City Council of the City of Carlsbad, California does resolve as follov 18 West is in the best interest of the City. WHEREAS, the purchase of the Mobile Intensive Care Unit from Collins Am I 1. That the above facts are true and correct. 20 21 2. That an agreement between the City of Carlsbad and Collins Amk 22 I! West for the purchase of a Mobile Intensive Care Unit, a copy of which is ai 23 25 3. That the Mayor of the City of Carlsbad is hereby authorized and Q 24 (Exhibit A) and made a part hereof, is hereby approved. 27 26 to execute said agreement for and on behalf of the City of Carlsbad. .... .... 28 1 2 3 4 5 0 0 PASSED, APPROVED AND ADOPTED at a regular meeting of the ( City Council held on the 21st day of August , 1990 by the following llwit: 11 AYES: Council Members Lewis, Kulchin, Larson, Mamaux Pettine 6 NOES: None 7 ABSENT: None 8 9 10 l1 ATTEST: 12 13 14 15 ALETHA L. RAUTENKRANZ, City Clerk J ddXL 24. R- 16 (SEAL) 11 17 18 19 I 20 21 22 23 I! 24 25 26 27 28 m e Exhibit "F PURCHASE AGREEMENT TERMS AND CONDITIONS BETWEEN COLLINS AMBUUNCE WEST AND CITY OF CARLSBAD, CALIFORNIA 1.01 DEFINITIONS 1.010 The word "City" shall mean the "City of Carlsbad, California" and its authoriz representative. 1.01 1 The term "authorized representative" shall mean the Fire Chief, and/or his designt and no other person. For the purpose of this agreement, the Fire Chief of the Carlsbad Fi Department, or his designee, shall serve as technical advisor to the Purchasing Officer, a: shall assist and advise on all technical matters pertaining to the materials, desig engineering principles and/or equipment specified herein. 1.012 The word "Contractor" shall mean "Collins Ambulance West" and its authoriz representatives. 1.02 INSPECTION AND ACCEPTANCE 1.020 The City of Carlsbad, through its authorized representative, shall be the sole judge as the acceptability of materials, equipment, and/or workmanship furnished under th agreement. All such decisions made shall be final. 1.021 All material, equipment, and workmanship furnished must be in conformity wit specifications, and will be subject to inspection and acceptance. The right is resewed to rejet and return at the risk and expense of the contractor any portion of any shipment or schedu which may be defective, or which fails to comply with specification without invalidating tl other items listed in schedule. 1.022 Proposed apparatus shall meet or exceed current ambulance specifications as set fort by the Federal General Services Administration. and the specifications contained in Exhibit B and C of this agreement. 1.023 An inspection by an authorized representative will be held at the Contractor's facility after final assembly, but prior to delivery. Transportation costs for one authorized representatives shall be paid for by the Contractor. 1.03 DISPUTES Except as otherwise provided in this agrement, any dispute arising under this agreement whicl is not. disposed cTf by agreement shall be decided by the Citv through its authorize1 representative who shall reduce his decision to writing and mail, or otherwise furnish a cop thereor to the vendor. This decision shall be final and binding on both parties. 1.04 CONTRACTOR'S SPECIFICATIONS The Contractor must provide two (2) sets of specifications which contain apparatus assembl! drawings, complete wiring diagrams. and other information. The apparatus drawing shall bc not less than five views: top, front end, rear end, left side, and right side; and shall be to a wall of not less than three fourths inch to one foot and shall clearly indicate to accurate scale a1 exterior portions of the proposed apparatus. Additional drawings shall be supplied that detai all interior portions of the module porlion of the apparatus. If the specincations differ in aq respect from the specifications contained in the attached e?rhibits. the City shall be the soh judge of acceptance or rejection of same. w e 1.06 MANUALS O.E.M. shop manuals, maintenance literature, and all related product literature of components found in the ambulance are to be provided. One copy of aforementioned to provided in high quality, loose leaf binders. Binders will contain a comprehensive table contents, and be segmented into three (3) major sections: 1) Cab and Chassis; 2) Box: Miscellaneous Equipment Not Permanently Mixed In Cab, On Chassis, or In Box. 1.06 WARRANTIES At the time of delivery, the Contractor shall deliver to the City one (1) copy of each of the certificates or forms, properly completed, and covering the apparatus delivered: A. Chassis manufacturer's certified warranty. E. Patient cabin and body manufacturer's certified warranty. C. Accessory item informaiion ad warranties. At the time of acceptance of this agreement, the vendor shall complete the following: 'This is to certify that we, COLLINS AMBULANCE WEST. of 499 Mbus. Suite A &ea. i 92621, warrant this apparatus manufactured by us as proposed to you to be free from,defects materials and workmanship under normal use and sewice. If during a period of two (2) yea from the date of final acceptance there is a failure of any part of the apparatus or equipme due to defective material or workmanship. including latent defects, we shall replace such pa without cost to the City." CaUIUJ Am&WLG Lo Name of Apparatus Manufkcturer By: 1.07 DELIVERY 1.070 The method will be tmck freighted ,or other agproved mar!ser. 1.071 There will be a prellmiraary acceptance performance test by Carlsbad Fire Departmer personnel. 1.072 The Contractor will be required to demonstrate the ambulance's functions, operation procedures, and maintenance to the authorized representatives. 1.06 LATE CHARGES A charge of one hundred dollars ($100) will be deducted from the total price of the unit for eac day past the agreed upon delivery date that the unit is late. The agreed upon delivery date i established as ninety (90) calendar days after receipt of the written purchase order. w e 1.09 FINAL ACCEPTANCE Final acceptance will be recognized as payment in full from the City. The City, together w its authorized representative, will be the sole judge of flnal acceptance. 1.10 PAYMENT SCHEDULE AND TERMS The City agrees to purchase from the Contractor a 1990 Type 111 Mobile Intensive Care U designed and built to standard specifications with options contained in Exhibit B and C. 'I full purchase price for the vehicle and equipment is $65.827.9 1. Payments shall be made based upon the following schedule: A. Payment shall be made within thirty (30) days of receipt of vehicle, after fir acceptance test. 1.11 NOTICE All notices, requests, demands, and other communications shall be in writing and sent registered mail, certified mail, or hand delivery addressed to the party's principal place business. . CITY JAMES IC THOMPSON, Fire Chief Carlsbad Fire Department 2560 Orion Way Carlsbad, CA 92008 CONTRACTOR: 1, CITYOF CARLSBAD: CLAUDE A. LEWIS, Mayor City of Carlsbad 499 Nibus, Suite A Erea, cp- 9262 1 APPROVED AS TO FORM: 1260 Elm Avenue Carlsbarl, CP- 92008 VINCENT F. BIONDO, JR, City Attorney City of Carlsbad