Loading...
HomeMy WebLinkAboutP-21-079 Simunition Training Equipment and Federal Ammunition.pdf333 W. Pontiac Way, Clovis, CA 93612 / (559) 600-7110 * The County of Fresno is an Equal Employment Opportunity Employer * County of Fresno INTERNAL SERVICES DEPARTMENT Facilities • Fleet • Graphics • Purchasing • Security • Technology PROCUREMENT AGREEMENT Agreement Number P-21-079 March 19, 2021 San Diego Police Equipment Company, Inc. 8205-A Ronson Road San Diego, CA 92111 The County of Fresno (County) hereby contracts with San Diego Police Equipment Company, Inc. (Contractor) to provide Simunition Training Equipment and Federal ammunition in accordance with the text of this agreement and Attachment “A” by this reference made a part hereof. TERM: This Agreement shall become effective March 1, 2021 and shall remain in effect through February 28, 2022. EXTENSION: This Agreement may be extended for four (4) additional one (1) year periods by the mutual written consent of all parties. MINIMUM ORDERS: Unless stated otherwise there shall be no minimum order quantity. The County reserves the right to increase or decrease orders or quantities. CONTRACTOR'S SERVICES: Contractor shall perform the services as described in Attachment “A” attached, at the rates set forth in Attachment “A”. ORDERS: Orders will be placed on an as-needed basis by the Sheriff-Coroner’s Office and Probation Department under this contract. PRICES: Prices shall be firm for the contract period. Any pricing changes which may take place during the life of the contract must be submitted in writing to the County of Fresno Purchasing Manager and received no less than thirty (30) days prior to becoming effective. MAXIMUM: In no event shall services performed and/or fees paid under this Agreement be in excess of two hundred fourteen thousand nine hundred ninety nine dollars ($214,999.00). ADDITIONAL ITEMS: The County reserves the right to negotiate additional items to this Agreement as deemed necessary. Such additions shall be made in writing and signed by both parties. DELIVERY: The F.O.B. Point shall be the destination within the County of Fresno. All orders shall be delivered complete as specified. All orders placed before Agreement expiration shall be honored under the terms and conditions of this Agreement. DEFAULT: In case of default by Contractor, the County may procure the articles/services from another source and may recover the loss occasioned thereby from any unpaid balance due the Contractor or by any other legal means available to the County. The prices paid by County shall be considered the prevailing PROCUREMENT AGREEMENT NUMBER: P-21-079 Page 2 San Diego Police Equipment Company, Inc. March 19, 2021 G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-079 SIMUNITION TRAINING EQUIPMENT AND FEDERAL AMMUNITION\CONTRACTS\P-21-076 SIMUNITION TRAINING EQUIPMENT AND FEDERAL AMMUNITION.DOCX market price at the time such purchase is made. Inspection of deliveries or offers for delivery, which do not meet specifications, will be at the expense of Contractor. INVOICING: An itemized invoice shall be mailed to requesting County department in accordance with invoicing instructions included in each order referencing this Agreement. The Agreement number must appear on all shipping documents and invoices. Invoice terms shall be Net 45 Days. INVOICE TERMS: Net forty-five (45) days from the receipt of invoice. TERMINATION: The County reserves the right to immediately terminate this Agreement upon written notice to the Contractor. In the event of such termination, the Contractor shall be paid for satisfactory services or supplies provided to the date of termination. LAWS AND REGULATIONS: The Contractor shall comply with all laws, rules and regulations whether they be Federal, State or municipal, which may be applicable to Contractor's business, equipment and personnel engaged in service covered by this Agreement. AUDITS AND RETENTION: Terms and conditions set forth in the agreement associated with the purchased goods are incorporated herein by reference. In addition, the Contractor shall maintain in good and legible condition all books, documents, papers, data files and other records related to its performance under this contract. Such records shall be complete and available to Fresno County, the State of California, the federal government or their duly authorized representatives for the purpose of audit, examination, or copying during the term of the contract and for a period of at least three years following the County's final payment under the contract or until conclusion of any pending matter (e.g., litigation or audit), whichever is later. Such records must be retained in the manner described above until all pending matters are closed. LIABILITY: The Contractor agrees to: Pay all claims for damage to property in any manner arising from Contractor's operations under this Agreement. Indemnify, save and hold harmless, and at County's request defend the County, its officers, agents and employees from any and all claims for damage or other liability, including costs, expenses (including attorney’s fees and costs), causes of action, claims or judgments resulting out of or in any way connected with Contractor's performance or failure to perform by Contractor, its agents, officers or employees under this Agreement, and from any and all costs and expenses (including attorney’s fees and costs), damages, liabilities, claims, and losses occurring or resulting to any person, firm or corporation who may be injured or damaged by the performance, or failure to perform, of Contractor, its officers, agents, or employees under this Agreement. INSURANCE: Without limiting the COUNTY's right to obtain indemnification from CONTRACTOR or any third parties, CONTRACTOR, at its sole expense, shall maintain in full force and effect, the following insurance policies or a program of self-insurance, including but not limited to, an insurance pooling arrangement or Joint Powers Agreement (JPA) throughout the term of the Agreement: A. Commercial General Liability: Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000.00) per occurrence and an annual aggregate of Four Million Dollars ($4,000,000.00). This policy shall be issued on a per occurrence basis. County may require specific coverage including completed operations, product liability, contractual liability, Explosion-Collapse- Underground, fire legal liability or any other liability insurance deemed necessary because of the nature of the contract. B. Automobile Liability: Comprehensive Automobile Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per accident for bodily injury and for property damages. Coverage should include any auto used in connection with this Agreement. C. Professional Liability: If Contractor employs licensed professional staff, (e.g., Ph.D., R.N., L.C.S.W., M.F.C.C.) in providing services, Professional Liability Insurance with limits of not less than One Million Dollars ($1,000,000.00) per occurrence, Three Million Dollars ($3,000,000.00) annual aggregate. PROCUREMENT AGREEMENT NUMBER: P-21-079 Page 3 San Diego Police Equipment Company, Inc. March 19, 2021 G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-079 SIMUNITION TRAINING EQUIPMENT AND FEDERAL AMMUNITION\CONTRACTS\P-21-076 SIMUNITION TRAINING EQUIPMENT AND FEDERAL AMMUNITION.DOCX D. Worker's Compensation: A policy of Worker's Compensation insurance as may be required by the California Labor Code. Additional Requirements Relating to Insurance: Contractor shall obtain endorsements to the Commercial General Liability insurance naming the County of Fresno, its officers, agents, and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned. Such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees shall be excess only and not contributing with insurance provided under Contractor's policies herein. This insurance shall not be cancelled or changed without a minimum of thirty (30) days advance written notice given to County. Contractor hereby waives its right to recover from County, its officers, agents, and employees any amounts paid by the policy of worker’s compensation insurance required by this Agreement. Contractor is solely responsible to obtain any endorsement to such policy that may be necessary to accomplish such waiver of subrogation, but Contractor’s waiver of subrogation under this paragraph is effective whether or not Contractor obtains such an endorsement. Within Thirty (30) days from the date Contractor signs and executes this Agreement, Contractor shall provide certificates of insurance and endorsement as stated above for all of the foregoing policies, as required herein, to the County of Fresno, Sheriff’s Office, Attention: A/P, 2200 Fresno Street, Fresno, CA 93721, stating that such insurance coverage have been obtained and are in full force; that the County of Fresno, its officers, agents and employees will not be responsible for any premiums on the policies; that such Commercial General Liability insurance names the County of Fresno, its officers, agents and employees, individually and collectively, as additional insured, but only insofar as the operations under this Agreement are concerned; that such coverage for additional insured shall apply as primary insurance and any other insurance, or self-insurance, maintained by County, its officers, agents and employees, shall be excess only and not contributing with insurance provided under Contractor's policies herein; and that this insurance shall not be cancelled or changed without a minimum of thirty (30) days advance, written notice given to County. In the event Contractor fails to keep in effect at all times insurance coverage as herein provided, the County may, in addition to other remedies it may have, suspend or terminate this Agreement upon the occurrence of such event. All policies shall be with admitted insurers licensed to do business in the State of California. Insurance purchased shall be purchased from companies possessing a current A.M. Best, Inc. rating of A FSC VII or better. COMING ON COUNTY PROPERTY TO DO WORK: Contractor agrees to provide maintain and furnish proof of Comprehensive General Liability Insurance with limits of not less than $500,000 per occurrence. INDEPENDENT CONTRACTOR: In performance of the work, duties and obligations assumed by Contractor under this Agreement, it is mutually understood and agreed that Contractor, including any and all of Contractor's officers, agents, and employees will at all times be acting and performing as an independent contractor, and shall act in an independent capacity and not as an officer, agent, servant, employee, joint venturer, partner, or associate of the County. Furthermore, County shall have no right to control or supervise or direct the manner or method by which Contractor shall perform its work and function. However, County shall retain the right to administer this Agreement so as to verify that Contractor is performing its obligations in accordance with the terms and conditions thereof. Contractor and County shall comply with all applicable provisions of law and the rules and regulations, if any, of governmental authorities having jurisdiction over matters the subject thereof. Because of its status as an independent contractor, Contractor shall have absolutely no right to employment rights and benefits available to County employees. Contractor shall be solely liable and responsible for providing to, or on behalf of, its employees all legally-required employee benefits. In addition, Contractor shall be solely responsible and save County harmless from all matters relating to payment of Contractor's PROCUREMENT AGREEMENT NUMBER: P-21-079 Page 4 San Diego Police Equipment Company, Inc. March 19, 2021 G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-079 SIMUNITION TRAINING EQUIPMENT AND FEDERAL AMMUNITION\CONTRACTS\P-21-076 SIMUNITION TRAINING EQUIPMENT AND FEDERAL AMMUNITION.DOCX employees, including compliance with Social Security, withholding, and all other regulations governing such matters. It is acknowledged that during the term of this Agreement, Contractor may be providing services to others unrelated to the County or to this Agreement. NON-ASSIGNMENT: Neither party shall assign, transfer or sub-contract this Agreement nor their rights or duties under this Agreement without the written consent of the other party. AMENDMENTS: This Agreement constitutes the entire Agreement between the Contractor and the County with respect to the subject matter hereof and supersedes all previous negotiations, proposals, commitments, writings, advertisements, publications, Request for Proposals, Bids and understandings of any nature whatsoever unless expressly included in this Agreement. This Agreement supersedes any and all terms set forth in Contractor's invoice. This Agreement may be amended only by written addendum signed by both parties. INCONSISTENCIES: In the event of any inconsistency in interpreting the documents which constitute this Agreement, the inconsistency shall be resolved by giving precedence in the following order of priority: (1) the text of this Agreement (excluding Attachment "A") and (2) Attachment "A". GOVERNING LAWS: This Agreement shall be construed, interpreted and enforced under the laws of the State of California. Venue for any action shall only be in County of Fresno. ELECTRONIC SIGNATURES: The parties agree that this Agreement may be executed by electronic signature as provided in this section. A. An “electronic signature” means any symbol or process intended by an individual signing this Agreement to represent their signature, including but not limited to (1) a digital signature; (2) a faxed version of an original handwritten signature; or (3) an electronically scanned and transmitted (for example by PDF document) of a handwritten signature. B. Each electronic signature affixed or attached to this Agreement (1) is deemed equivalent to a valid original handwritten signature of the person signing this Agreement for all purposes, including but not limited to evidentiary proof in any administrative or judicial proceeding, and (2) has the same force and effect as the valid original handwritten signature of that person. C. The provisions of this section satisfy the requirements of Civil Code section 1633.5, subdivision (b), in the Uniform Electronic Transaction Act (Civil Code, Division 3, Part 2, Title 2.5, beginning with section 1633.1). D. Each party using a digital signature represents that it has undertaken and satisfied the requirements of Government Code section 16.5, subdivision (a), paragraphs (1) through (5), and agrees that each other party may rely upon that representation. This Agreement is not conditioned upon the parties conducting the transactions under it by electronic means and either party may sign this Agreement with an original handwritten signature. PROCUREMENT AGREEMENT NUMBER: P-21-079 Page 5 San Diego Police Equipment Company, Inc. March 19, 2021 G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-079 SIMUNITION TRAINING EQUIPMENT AND FEDERAL AMMUNITION\CONTRACTS\P-21-076 SIMUNITION TRAINING EQUIPMENT AND FEDERAL AMMUNITION.DOCX Please acknowledge your acceptance by returning all pages of this Agreement to my office via email or USPS. Please refer any inquiries in this matter to Bryan Hernandez, Purchasing Analyst, at 559 600-7117 or bhernandez@fresnocountyca.gov FOR THE COUNTY OF FRESNO Gary E. Cornuelle Purchasing Manager 333 W. Pontiac Way Clovis, CA 93612 GEC:BH PROCUREMENT AGREEMENT NUMBER: P-21-079 Attachment Page 1 of 2 San Diego Police Equipment Company, Inc. March 19, 2021 G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-079 SIMUNITION TRAINING EQUIPMENT AND FEDERAL AMMUNITION\CONTRACTS\P-21-076 SIMUNITION TRAINING EQUIPMENT AND FEDERAL AMMUNITION.DOCX ATTACHMENT "A" San Diego Police Equipment Co. Inc. 8205-A Ronson Road San Diego, CA 92111 Ph: 800-367-8989 Frenso County Sheriff Contract# P-21-079 Prices Valid: March 1, 2021 thru February 28, 2022 No. Manufacturer Part Number Caliber Description Case Qty New Price per Case 1 Simunition 5501001 38FX MARKING CARTRIDGES, RED CS/500 $321.45 3 Simunition 5501002 38FX MARKING CARTRIDGES, BLUE CS/500 $321.45 5 Simunition 5320761 9MM FX MARKING CARTRIDGES - RED CS/500 $258.70 6 Force on Force FF9R2 9MM MARKER ROUNDS - RED CS/500 $248.18 7 Simunition 5320762 9MM FX MARKING CARTRIDGES - BLUE CS/500 $258.70 8 Force on Force FF9B2 9MM MARKER ROUNDS - BLUE CS/500 $248.18 9 Simunition 5320763 9MM FX MARKING CARTRIDGES - ORANGE CS/500 $258.70 10 Simunition 5320764 9MM FX MARKING CARTRIDGES - YELLOW CS/500 $258.70 11 Simunition 5320765 9MM FX MARKING CARTRIDGES - GREEN CS/500 $258.70 12 Simunition 5320766 9MM FX MARKING CARTRIDGES - WHITE CS/500 $258.70 13 Simunition 5320771 9MM FX TOXFREE MARKING CART. - RED CS/500 $269.83 14 Simunition 5320772 9MM FX TOXFREE MARKING CART. - BLUE CS/500 $269.83 15 Simunition 5320773 9MM FX TOXFREE MARKING CART. - ORANGE CS/500 $269.83 16 Simunition 5320774 9MM FX TOXFREE MARKING CART. - YELLOW CS/500 $269.83 17 Simunition 5320775 9MM FX TOXFREE MARKING CART. - GREEN CS/500 $269.83 18 Simunition 5320776 9MM FX TOXFREE MARKING CART. - WHITE CS/500 $269.83 19 Simunition 5360142 5.56 FX MARKING CARTRIDGES - BLUE CS/500 $358.21 20 Simunition 5360141 5.56 FX MARKING CARTRIDGES - RED CS/500 $358.21 21 Simunition 8971790 FX9002 PROTECTIVE HELMET $157.24 22 Simunition 8971998 FX9003 PROTECTIVE MASK $144.24 23 Simunition 8971764 THROAT COLLAR, ONE SIZE $43.72 24 Simunition 8971770 GROIN PROTECTOR, MALE $55.59 25 Simunition 8971771 GROIN PROTECTOR, FEMALE $46.27 26 Simunition 8971830 VEST, MALE $92.98 27 Simunition 8971835 VEST, FEMALE $92.98 28 Simunition 8971281 SLEEVES, SM/MD $85.86 29 Simunition 8971286 SLEEVES, L/XL $85.86 30 Simunition 8971517 ARM PROTECTORS $62.46 31 Simunition 8971875 GLOVES, SMALL $48.81 32 Simunition 8971876 GLOVES, MED $48.81 33 Simunition 8971877 GLOVES, LG $48.81 34 Simunition 8971878 GLOVES, XL $48.81 35 Simunition 8971884 GLOVES, XXL $48.81 36 Simunition 5314740 CONVERSION KIT, M&P 9/40 $651.82 37 Federal GM308M 308WIN 168GR MATCH BTHP CS/200 $224.36 38 Federal GM308M-5 308WIN 168GR MATCH BTHP CS/500 $492.75 39 Federal AE308D 308WIN 150GR FMJ-BT CS/500 $383.58 40 Federal LE13200 12GA 00BUCK 9PLT, REDUCED RECOIL CS/250 $168.46 PROCUREMENT AGREEMENT NUMBER: P-21-079 Attachment Page 2 of 2 San Diego Police Equipment Company, Inc. March 19, 2021 G:\PUBLIC\CONTRACTS & EXTRACTS\2021 CONTRACTS\P-21-079 SIMUNITION TRAINING EQUIPMENT AND FEDERAL AMMUNITION\CONTRACTS\P-21-076 SIMUNITION TRAINING EQUIPMENT AND FEDERAL AMMUNITION.DOCX No. Manufacturer Part Number Caliber Description Case Qty New Price per Case 41 Federal TGL12-8 12GA 2 3/4" #8 SHOT CS/250 $86.59 42 Federal 24446 223Rem 55GR GDSP CS/500 $293.40 43 Federal 24445SP 223Rem 62GR GDSP CS/500 $293.40 44 Federal 24475 223Rem 75GR GDSP CS/500 $293.40 45 Federal T308T 308WIN 168GR SIERRA TIPPED MK CS/500 $492.75 46 Federal LE308TT2 308WIN 168GR BONDED TIP CS/200 $334.16