12/07/2021 - AGENDA ITEM 6 - CONSIDERATION OF AGREEMENT FOR FIRE APPARATUS MAINTENANCE, SERVICE AND REPAIRAGENDA ITEM NO. 6
AGENDA STAFF REPORT
City of West Covina I Office of the City Manager
DATE: December 7, 2021
TO: Mayor and City Council
FROM: David Carmany
City Manager
SUBJECT: CONSIDERATION OF AGREEMENT FOR FIRE APPARATUS MAINTENANCE,
SERVICE AND REPAIR
RECOMMENDATION:
It is recommended that the City Council take the following actions:
1. Authorize the City Manager to enegotiate and xecute an agreement with Performance Truck Repair,
Inc. (PTR) for fire apparatus service and repairs, with a maximum annual compensation of $100,000.
The proposed agreement has an initial term through June 30, 2024 with the option of two, one-
year extensions.
2. Authorize the City Manager to negotiate and execute any amendment(s) to the agreement.
BACKGROUND:
A rigorous inspection and preventive maintenance program is an essential element of equipment management.
Preventive maintenance reduces operating and maintenance costs, minimizes time out of service, and increases
vehicle life. Only certified fire apparatus mechanics are allowed to repair or work on fire apparatus. The West
Covina Fire Department has eight fire pumper engines, 2 fire ladder trucks, six ambulances and two support
vehicles. Due to the age and condition of the Fire Department fleet, the apparatus require preventative
maintenance services including routine inspections, servicing, repairs, and replacement of equipment
components on a regular basis to facilitate operations with minimal downtime.
The West Covina Fire Department serves the community by responding from five strategically located fire
stations. Emergency operations are the core of the Department's fire and life safety protection services
responding to incidents such as medical emergencies, public assistance, hazardous conditions, mutual aid calls,
and structure fires. Emergency operations are 24 hours a day, 365 days a year provided by five paramedic
assessment fire engine companies, one paramedic assessment truck, three paramedic ambulances, and one
Assistant Fire Chief vehicle. Emergency personnel respond quickly and are able to mitigate and solve the
problem efficiently regardless of the nature of the emergency.
DISCUSSION:
Performance Truck Repair, Inc. is a well -established and reputable emergency vehicle maintenance company
that has provided quality service to the West Covina Fire Department in the past. Additionally, they have
performed vehicle maintenance and repair services for multiple governmental agencies including U.S. Forest
Service, Cal Fire, US Marine Corps, and several Los Angeles area jurisdictions such as the Cities of
Alhambra, Arcadia, Azusa, Bellflower, Beverly Hills, Carson, Duarte, Los Angeles.
On February 18, 2020, City Council approved the award of bids for fire and heavy equipment maintenance and
repairs issued by Public Works, Fleet Services. Awarded for fire fleet was Southern California Fleet Services
and South Coast Fire Equipment. These two vendors were unable to make and schedule repair needs resulting
in having to send apparatus to another vendor further delaying the apparatus being returned to service. On July
26, 2021, an emergency purchase order for Performance Truck Repair, Inc. was issued. Performance Truck
Repair, Inc. is a local vendor and has mobile mechanics capabilities resulting in little to no delay in apparatus
being out of service.
In accordance with West Covina Municipal Code Chapter 2, Article VII, Division 2, Section 2-333(i)(2), and
the findings of the West Covina Finance Department/Purchasing Officer, the City is "piggybacking" on a
contract awarded by the City of Alhambra. Essentially, piggybacking is a form of intergovernmental
cooperative purchasing in which a public agency uses an existing public contract to procure similar items or
services under the same pricing and terms of the contract. This method allows savings in staff time, resources,
and cost by leveraging another agency's successful competitive bidding process with the benefits of volume or
bulk pricing.
On June 14, 2021, the Alhambra City Council awarded a three-year contact with two, one-year extension
periods to Performance Truck Repair, Inc. for Alhambra's emergency fire apparatus maintenance and service.
The bidding process and the contract with Performance Truck Repair, Inc. have been reviewed by the Finance
Department and were determined that they had met the requirements set forth in Section 2-333(i)(2) of the
West Covina Municipal Code, in that Alhambra's bidding procedures were at least as vigorous as those of the
City. The vendor also has extensive 30-year experience and knowledge in servicing similar apparatus used by
the West Covina Fire Department, convenient access to their repair shop, and sufficient response times by their
mechanics. As such, it is prudent to piggyback with the City of Alhambra's contract with Performance Truck
Repair, Inc. A copy of the agreement between the City of Alhambra and Performance Truck Repair, Inc. is
included as Attachment No. 2. An acknowledgement letter from Performance Truck Repair, Inc. confirming
the City of West Covina's ability to piggyback on this agreement is included as Attachment No. 3.
The proposed agreement provides for an initial term through June 30, 2024, with the option to extend the term
for two additional one- year periods, mirroring Alhambra's agreement. PTR's maximum annual compensation
under the agreement is $100,000.
LEGAL REVIEW:
The City Attorney's Office has reviewed the agreement and approved it as to form.
OPTIONS:
The City Council has the following options;
1. Adopt Staff's recommendation; or
2. Provide Alternative Direction
Prepared by: Sherri Yuasa, Sr. Administrative Assistant
Additional Robbeyn Bird, Finance Director
Approval:
Fiscal Impact
FISCAL IMPACT:
There is no new fiscal year budget impact. The funds are budgeted as part of the Fiscal Year 2021-22 budget.
General repairs are annually funded under account 110.32.3210.8104, fiscal year 2021-2022 in the amount of
$253,900.
Attachments
Attachment No. 1 - Agreement with Performance Truck Repair
Attachment No. 2 - City of Alhambra Award of Contract
Attachment No. 3 - Performance Truck Repair Inc. Letter
CITY Protect Public Safety
COUNCIL
GOALS &
OBJECTIVES:
ATTACHMENT NO. 1
CITY OF WEST COVINA
MAINTENANCE SERVICES AGREEMENT
WITH
PERFORMANCE TRUCK REPAIR, INC.
FOR
FIRE DEPARTMENT FLEET MAINTENANCE, SERVICE AND REPAIR
THIS MAINTENANCE SERVICES AGREEMENT is made and entered into this 7th day of
December, 2021 ("Effective Date"), by and between the CITY OF WEST COVINA, a municipal
corporation ("City"), and PERFORMANCE TRUCK REPAIR, INC., a California corporation
("Contractor').
WITNESSETH:
WHEREAS, City proposes to utilize the services of Contractor as an independent
contractor to City to provide emergency apparatus maintenance, service and repair for the Fire
Department fleet, as requested by the Fire Department; and
WHEREAS, Contractor represents that it has the experience and expertise to properly
perform such services and holds all necessary licenses to practice and perform the services; and
WHEREAS, Contractor was the successful bidder for a contract with the City of Alhambra
and has made the same bid to the City, and the Purchasing Officer has found that the City of
Alhambra originally obtained the bid pursuant to formal contract procedures at least as rigorous
as the City; and
WHEREAS, City and Contractor desire to contract for the specific services described
herein and desire to set forth their rights, duties and liabilities in connection with the services to
be performed; and
WHEREAS, no official or employee of City has a financial interest, within the provisions of
Sections 1090-1092 of the California Government Code, in the subject matter of this Agreement.
NOW, THEREFORE, for and in consideration of the mutual covenants and conditions
contained herein, the parties hereby agree as follows:
1.0. SERVICES PROVIDED BY CONTRACTOR
1.1. Scope of Services. Contractor shall provide emergency apparatus maintenance,
service and repair for the Fire Department apparatus listed in Exhibit "A," attached hereto and
incorproatd herein. Contractor's services shall be provided in accordance with Contractor's
Proposal, attached hereto as Exhibit "B" and incorporated herein.
1.2. Performance to Satisfaction of City. Contractor agrees to perform all the work to
the complete satisfaction of the City. Evaluations of the work will be conducted by the City
Manager or his or her designee. If the quality of work is not satisfactory, City in its discretion has
the right to:
(a) Meet with Contractor to review the quality of the work and resolve the
Performance Truck Repair, Inc.
Form Updated September 2021
matters of concern;
(b) Require Contractor to repeat the work at no additional fee until it is
satisfactory; and/or
(c) Terminate the Agreement as hereinafter set forth.
1.4. Compliance with Applicable Law. Contractor shall perform the services required
by this Agreement in compliance with all applicable Federal and California employment laws,
including, but not limited to, those laws related to minimum hours and wages; occupational health
and safety; fair employment and employment practices; workers' compensation; and all other
Federal, State and local laws and ordinances applicable to the services required under this
Agreement. Contractor shall indemnify and hold harmless City from and against all claims,
demands, payments, suits, actions, proceedings, and judgments of every nature and description
including attorneys' fees and costs, presented, brought, or recovered against City for, or on
account of any liability under any of the above -mentioned laws, which may be incurred by reason
of Contractor's performance under this Agreement.
1.5. Non-discrimination. In performing this Agreement, Contractor shall not engage in,
nor permit its agents to engage in, discrimination in employment of persons because of their race,
religion, color, national origin, ancestry, age, physical or mental disability, medical condition,
genetic information, pregnancy, marital status, sex, gender, gender identity, gender expression,
sexual orientation, or military or veteran status, except as permitted pursuant to Section 12940 of
the Government Code.
1.6. Non -Exclusive Agreement. Contractor acknowledges that City may enter into
agreements with other consultants for services similar to the services that are subject to this
Agreement or may have its own employees perform services similar to those services
contemplated by this Agreement.
1.7. Public Records Act Disclosure. Contractor has been advised and is aware that
this Agreement and all reports, documents, information and data, including, but not limited to,
computer tapes, discs or files furnished or prepared by Contractor, or any of its subcontractors,
pursuant to this Agreement and provided to City may be subject to public disclosure as required
by the California Public Records Act (California Government Code Section 6250 et seq.).
Exceptions to public disclosure may be those documents or information that qualify as trade
secrets, as that term is defined in California Government Code Section 6254.7, and of which
Contractor informs City of such trade secret. The City will endeavor to maintain as confidential all
information obtained by it that is designated as a trade secret. The City shall not, in any way, be
liable or responsible for the disclosure of any trade secret including, without limitation, those
records so marked if disclosure is deemed to be required by law or by order of the court.
2.0. COMPENSATION AND BILLING
2.1. Compensation. Contractor shall be paid in accordance with the fee schedule set
forth in Exhibit "C," attached hereto and made a part of this Agreement (the "Fee Schedule").
Contractor's annual compensation shall not exceed One Hundred Thousand Dollars
($100,000.00).
2.2. Additional Services. Contractor shall not receive compensation for any services
provided outside the scope of services unless the City, prior to Contractor performing the
2
Performance Truck Repair, Inc.
Form Revised September 2021
additional services, approves such additional services in writing. It is specifically understood that
oral requests and/or approvals of such additional services or additional compensation shall be
barred and are unenforceable.
2.3. Method of Billing. Contractor may submit invoices to the City for approval on a
progress basis, but no more often than once a month. Said invoice shall be based on the total of
all Contractor's services which have been completed to City's sole satisfaction. City shall pay
Contractor's invoice within forty-five (45) days from the date City receives said invoice. Each
invoice shall describe in detail the services performed, the date of performance, and the
associated time for completion. Any additional services approved and performed pursuant to this
Agreement shall be designated as "Additional Services" and shall identify the number of the
authorized change order, where applicable, on all invoices.
2.4. Records and Audits. Records of Contractor's services relating to this Agreement
shall be maintained in accordance with generally recognized accounting principles and shall be
made available to City for inspection and/or audit at mutually convenient times from the Effective
Date until three (3) years after the termination or expiration of this Agreement.
3.0. TIME OF PERFORMANCE
3.1. Commencement and Completion of Work. The services shall be performed in
strict compliance with the project schedule agreed to by City and Contractor, which may be
amended by mutual agreement of the parties. Failure to commence work in a timely manner
and/or diligently pursue work to completion may be grounds for termination of this Agreement.
3.2. Excusable Delays. Neither party shall be responsible for delays or lack of
performance resulting from acts beyond the reasonable control of the party or parties. Such acts
shall include, but not be limited to, acts of God, fire, strikes, material shortages, compliance with
laws or regulations, riots, acts of war, or any other conditions beyond the reasonable control of a
party. If a delay beyond the control of the Contractor is encountered, a time extension may be
mutually agreed upon in writing by the City and the Contractor. The Contractor shall present
documentation satisfactory to the City to substantiate any request for a time extension.
4.0. TERM AND TERMINATION
4.1. Term. This Agreement shall commence on the Effective Date and continue
through June 30, 2624, unless previously terminated as provided herein or as otherwise agreed
to in writing by the parties. Thereafter, this Agreement may be extended for a maximum of two
(2) successive one (1) year periods. Such extensions, if any, will be evidenced by a written
amendment to this Agreement.
4.2. Notice of Termination. The City reserves and has the right and privilege of
canceling, suspending or abandoning the execution of all or any part of the work contemplated
by this Agreement, with or without cause, at any time, by providing at least fifteen (15) days prior
written notice to Contractor. In the event of such termination, Contractor shall immediately stop
rendering services under this Agreement unless directed otherwise by the City. If the City
suspends, terminates or abandons a portion of this Agreement such suspension, termination or
abandonment shall not make void or invalidate the remainder of this Agreement.
If the Contractor defaults in the performance of any of the terms or conditions of this
Agreement, it shall have ten (10) days after service upon it of written notice of such default in
3
Performance Truck Repair, Inc.
Form Revised September 2021
which to cure the default by rendering a satisfactory performance. In the event that the Contractor
fails to cure its default within such period of time, the City shall have the right, notwithstanding
any other provision of this Agreement, to terminate this Agreement without further notice and
without prejudice to any other remedy to which it may be entitled to at law, in equity, or under this
Agreement.
The City also shall have the right, notwithstanding any other provisions of this Agreement,
to terminate this Agreement, at its option and without prejudice to any other remedy to which it
may be entitled to at law, in equity, or under this Agreement, immediately upon service of written
notice of termination on the Contractor, if the latter should:
a. Be adjudged a bankrupt;
b. Become insolvent or have a receiver of its assets or property appointed
because of insolvency;
C. Make a general assignment for the benefit of creditors;
d. Default in the performance of any obligation or payment of any
indebtedness under this Agreement;
e. Suffer any judgment against it to remain unsatisfied or unbonded of record
for thirty (30) days or longer; or
Institute or suffer to be instituted any procedures for reorganization or
rearrangement of its affairs.
4.3. Compensation. In the event of termination, City shall pay Contractor for
reasonable costs incurred and professional services satisfactorily performed up to and including
the effective date of the City's written notice of termination, within forty-five (45) days after the
effective date of the notice of termination or the final invoice of the Contractor, whichever occurs
last. Compensation for work in progress shall be prorated based on the percentage of work
completed as of the effective date of termination in accordance with the fees set forth herein.
4.4. Documents. In the event of termination of this Agreement, all documents prepared
by Contractor in its performance of this Agreement including, but not limited to, finished or
unfinished design, development and construction documents, data studies, drawings, maps and
reports, shall be delivered to the City within ten (10) days of the effective date of the notice of
termination, at no cost to City.
5.0. INSURANCE
5.1. Minimum Scope and Limits of Insurance. Contractor shall obtain, maintain, and
keep in full force and effect during the life of this Agreement all of the following minimum scope
of insurance coverages with an insurance company authorized to do business in California, with
a current A.M. Best's rating of no less than A:VII, and approved by City:
(a) Broad -form commercial general liability, including premises -operations,
products/completed operations, broad form property damage, blanket
contractual liability, independent contractors, personal injury or bodily injury
with a policy limit of not less than Two Million Dollars ($2,000,000.00),
4
Performance Truck Repair, Inc.
Form Revised September 2021
combined single limits, per occurrence. If such insurance contains a
general aggregate limit, it shall apply separately to this Agreement or shall
be twice the required occurrence limit.
(b) Business automobile liability for owned vehicles, hired, and non -owned
vehicles, with a policy limit of not less than One Million Dollars
($1,000,000.00), combined single limits, per accident for bodily injury and
property damage.
(c) Workers' compensation insurance as required by the State of California,
with Statutory Limits, and Employer's Liability Insurance with a limit of no
less than One Million Dollars ($1,000,000.00) per accident for bodily injury
or disease. Contractor agrees to waive, and to obtain endorsements from
its workers' compensation insurer waiving subrogation rights under its
workers' compensation insurance policy against the City, its officers,
agents, employees, and volunteers for losses arising from work performed
by Contractor for the City and to require each of its subcontractors, if any,
to do likewise under their workers' compensation insurance policies.
By execution of this Agreement, the Contractor certifies as follows:
I am aware of, and will comply
Code, requiring every employer
Workers' Compensation or to
commencing any of the work.
with, Section 3700 of the Labor
to be insured against liability of
undertake self-insurance before
The Contractor shall also comply with Section 3800 of the Labor Code by
securing, paying for and maintaining in full force and effect for the duration
of this Agreement, complete Workers' Compensation Insurance, and shall
furnish a Certificate of Insurance to the City before execution of this
Agreement by the City. The City, its officers and employees shall not be
responsible for any claims in law or equity occasioned by failure of the
consultant to comply with this section.
(d) Professional errors and omissions ("E&O") liability insurance with policy
limits of not less than One Million Dollars ($1,000,000.00), combined single
limits, per occurrence or claim, and Two Million Dollars ($2,000,000.00)
aggregate. Architects' and engineers' coverage shall be endorsed to
include contractual liability. If the policy is written as a "claims made" policy,
the retroactivity date shall be prior to the start of the work set forth herein.
Contractor shall obtain and maintain said E&O liability insurance during the
life of this Agreement and for five (5) years after completion of the work
hereunder. If coverage is canceled or non -renewed, and not replaced with
another claims -made policy form with a retroactive date prior to the
effective date of this Agreement, Contractor shall purchase "extended
reporting" coverage for a minimum of five (5) years after completion of the
work.
If the Contractor maintains higher limits or has broader coverage than the minimums
shown above, the City requires and shall be entitled to all coverage, and to the higher limits
maintained by the Contractor. Any available insurance proceeds in excess of the specified
5
Performance Truck Repair, Inc.
Form Revised September 2021
minimum limits of insurance and coverage shall be available to the City.
5.2. Endorsements. The insurance policies are to contain, or be endorsed to contain,
the following provisions:
(a) Additional Insureds: The City of West Covina and its elected and appointed
boards, officers, officials, agents, employees, and volunteers are additional
insureds with respect to: liability arising out of activities performed by or on
behalf of the Contractor pursuant to its contract with the City; products and
completed operations of the Contractor; premises owned, occupied or used
by the Contractor; automobiles owned, leased, hired, or borrowed by the
Contractor.
(b) Notice of Cancelation: Each insurance policy required above shall provide
that coverage shall not be canceled, except with notice to the City.
(c) Primary Coverage: The Contractor's insurance coverage shall be primary
insurance as respects the City of West Covina, its officers, officials, agents,
employees, and volunteers. Any other insurance maintained by the City of
West Covina shall be excess and not contributing with the insurance
provided by this policy.
(d) Waiver of Subrogation: Contractor hereby grants to City a waiver of any
right to subrogation which any insurer of said Contractor may acquire
against the City by virtue of the payment of any loss under such insurance.
Contractor agrees to obtain any endorsement that may be necessary to
affect this waiver of subrogation, but this provision applies regardless of
whether or not the City has received a waiver of subrogation endorsement
from the insurer.
(e) Coverage Not Affected: Any failure to comply with the reporting provisions
of the policies shall not affect coverage provided to the City of West Covina,
its officers, officials, agents, employees, and volunteers.
(f) Coverage Applies Separately: The Contractor's insurance shall apply
separately to each insured against whom claim is made or suit is brought,
except with respect to the limits of the insurer's liability.
5.3. Deductible or Self Insured Retention. If any of such policies provide for a
deductible or self -insured retention to provide such coverage, the amount of such deductible or
self -insured retention shall be approved in advance by City. The City may require the Contractor
to purchase coverage with a lower retention or provide proof of ability to pay losses and related
investigations, claim administration, and defense expenses within the retention. The policy
language shall provide, or be endorsed to provide, that the self -insured retention may be satisfied
by either the named insured or City.
5.4. Certificates of Insurance. Contractor shall provide to City certificates of insurance
showing the insurance coverages and required endorsements described above, in a form and
content approved by City, prior to performing any services under this Agreement. The City
reserves the right to require complete, certified copies of all required insurance policies, including
endorsements required by these specifications, at any time.
6
Performance Truck Repair, Inc.
Form Revised September 2021
5.5. Non -limiting. Nothing in this Section shall be construed as limiting in any way the
indemnification provision contained in this Agreement.
6.0. GENERAL PROVISIONS
6.1. Entire Agreement. This Agreement constitutes the entire agreement between the
parties with respect to any matter referenced herein and supersedes any and all other prior
writings and oral negotiations. This Agreement may be modified only in writing, and signed by the
parties in interest at the time of such modification.
6.2. Representatives. The City Manager or his or her designee shall be the
representative of City for purposes of this Agreement and may issue all consents, approvals,
directives and agreements on behalf of the City, called for by this Agreement, except as otherwise
expressly provided in this Agreement.
Contractor shall designate a representative for purposes of this Agreement who
shall be authorized to issue all consents, approvals, directives and agreements on behalf of
Contractor called for by this Agreement, except as otherwise expressly provided in this
Agreement.
6.3. Proiect Managers. City shall designate a Project Manager to work directly with
Contractor in the performance of this Agreement.
Contractor shall designate a Project Manager who shall represent it and be its
agent in all consultations with City during the term of this Agreement. Contractor or its Project
Manager shall attend and assist in all coordination meetings called by City.
6.4. Notices. Any notices, documents, correspondence or other communications
concerning this Agreement or the work hereunder may be provided by personal delivery,
facsimile, Email or by U.S. mail. If by U.S. mail, it shall be addressed as set forth below and placed
in a sealed envelope, postage prepaid, and deposited in the United States Postal Service. Such
communication shall be deemed served or delivered: a) at the time of delivery if such
communication is sent by personal delivery; b) at the time of transmission if such communication
is sent by facsimile or by Email; and c) 72 hours after deposit in the U.S. Mail as reflected by the
official U.S. postmark if such communication is sent through regular United States mail.
IF TO CONSULTANT:
Performance Truck Repair, Inc.
892 W. Tenth Street
Azusa, CA 91702
Tel: (626) 393-6003
Email: davidsr@ptrcorp.com
Attn: David Killackey, Sr., President
IF TO CITY:
City of West Covina
1444 West Garvey Ave. South
West Covina, CA 91790
Tel: (626) 939-8824
Email: vcapelle@westcovina.org
Attn: Vincent Capelle, Fire Chief
6.5. Attorneys' Fees. If litigation is brought by any party in connection with this
Agreement against another party, the prevailing party shall be entitled to recover from the
opposing party all costs and expenses, including reasonable attorneys' fees, incurred by the
prevailing party in the exercise of any of its rights or remedies hereunder or the enforcement of
any of the terms, conditions, or provisions hereof.
7
Performance Truck Repair, Inc.
Form Revised September 2021
6.6. Governing Law. This Agreement shall be governed by and construed under the
laws of the State of California without giving effect to that body of laws pertaining to conflict of
laws. In the event of any legal action to enforce or interpret this Agreement, the parties hereto
agree that the sole and exclusive venue shall be a court of competent jurisdiction located in Los
Angeles County, California.
6.7. Assignment. Contractor shall not voluntarily or by operation of law assign, transfer,
sublet or encumber all or any part of Contractor's interest in this Agreement without City's prior
written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void and
shall constitute a breach of this Agreement and cause for termination of this Agreement.
Regardless of City's consent, no subletting or assignment shall release Contractor of Contractor's
obligation to perform all other obligations to be performed by Contractor hereunder for the term
of this Agreement.
6.8. Indemnification and Hold Harmless. Contractor agrees to defend, with counsel of
City's choosing, indemnify, hold free and harmless the City, its elected and appointed officials,
officers, agents and employees, at Contractor's sole expense, from and against any and all
claims, demands, actions, suits or other legal proceedings brought against the City, its elected
and appointed officials, officers, agents and employees arising out of the performance of the
Contractor, its employees, and/or authorized subcontractors, of the work undertaken pursuant to
this Agreement. The defense obligation provided for hereunder shall apply without any advance
showing of negligence or wrongdoing by the Contractor, its employees, and/or authorized
subcontractors, but shall be required whenever any claim, action, complaint, or suit asserts as its
basis the negligence, errors, omissions or misconduct of the Contractor, its employees, and/or
authorized subcontractors, and/or whenever any claim, action, complaint or suit asserts liability
against the City, its elected and appointed officials, officers, agents and employees based upon
the work performed by the Contractor, its employees, and/or authorized subcontractors under this
Agreement, whether or not the Contractor, its employees, and/or authorized subcontractors are
specifically named or otherwise asserted to be liable. Notwithstanding the foregoing, the
Contractor shall not be liable for the defense or indemnification of the City for claims, actions,
complaints or suits arising out of the sole active negligence or willful misconduct of the City. This
provision shall supersede and replace all other indemnity provisions contained either in the City's
specifications or Contractor's Proposal, which shall be of no force and effect.
6.9. Independent Contractor. Contractor is and shall be acting at all times as an
independent contractor and not as an employee of City. Contractor shall have no power to incur
any debt, obligation, or liability on behalf of City or otherwise act on behalf of City as an agent.
Neither City nor any of its agents shall have control over the conduct of Contractor or any of
Contractor's employees, except as set forth in this Agreement. Contractor shall not, at any time,
or in any manner, represent that it or any of its agents or employees are in any manner agents or
employees of City. Contractor shall secure, at its sole expense, and be responsible for any and
all payment of Income Tax, Social Security, State Disability Insurance Compensation,
Unemployment Compensation, and other payroll deductions for Contractor and its officers,
agents, and employees, and all business licenses, if any are required, in connection with the
services to be performed hereunder. Contractor shall indemnify and hold City harmless from any
and all taxes, assessments, penalties, and interest asserted against City by reason of the
independent contractor relationship created by this Agreement. Contractor further agrees to
indemnify and hold City harmless from any failure of Contractor to comply with the applicable
worker's compensation laws. City shall have the right to offset against the amount of any fees due
to Contractor under this Agreement any amount due to City from Contractor as a result of
8
Performance Truck Repair, Inc.
Form Revised September 2021
Contractor's failure to promptly pay to City any reimbursement or indemnification arising under
this paragraph.
6.10. PERS Eligibility Indemnification. In the event that Contractor or any employee,
agent, or subcontractor of Contractor providing services under this Agreement claims or is
determined by a court of competent jurisdiction or the California Public Employees Retirement
System (PERS) to be eligible for enrollment in PERS as an employee of the City, Contractor shall
indemnify, defend, and hold harmless City for the payment of any employee and/or employer
contributions for PERS benefits on behalf of Contractor or its employees, agents, or
subcontractors, as well as for the payment of any penalties and interest on such contributions,
which would otherwise be the responsibility of City.
Notwithstanding any other agency, state or federal policy, rule, regulation, law or
ordinance to the contrary, Contractor and any of its employees, agents, and subcontractors
providing service under this Agreement shall not qualify for or become entitled to, and hereby
agree to waive any claims to, any compensation, benefit, or any incident of employment by City,
including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to
any contribution to be paid by City for employer contribution and/or employee contributions for
PERS benefits.
6.11. Cooperation. In the event any claim or action is brought against City relating to
Contractor's performance or services rendered under this Agreement, Contractor shall render any
reasonable assistance and cooperation which City might require.
6.12. Conflict of Interest. Contractor and its officers, employees, associates and
subconsultants, if any, will comply with all conflict of interest statutes of the State of California
applicable to Contractor's services under this agreement, including, but not limited to, the Political
Reform Act of 1974 (Government Code Section 81000, et seq.) and Government Code Sections
1090-1092. Contractor covenants that none of Contractor's officers or principals have any interest
in, or shall acquire any interest, directly or indirectly, which will conflict in any manner or degree
with the performance of the services hereunder, including in any manner in violation of the Political
Reform Act. Contractor further covenants that in the performance of this Agreement, no person
having such interest shall be used by Contractor as an officer, employee, agent, or subconsultant.
Contractor further covenants that Contractor has not contracted with nor is performing any
services, directly or indirectly, with any developer(s) and/or property owner(s) and/or firm(s)
and/or partnership(s) owning property in the City and further covenants and agrees that
Contractor and/or its subconsultants shall provide no service or enter into any agreement or
agreements with a/any developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s)
owning property in the City prior to the completion of the work under this Agreement.
6.13. Prohibited Employment. Contractor will not employ any regular employee of City
while this Agreement is in effect.
6.14. Order of Precedence. In the event of an inconsistency in this Agreement and any
of the attached Exhibits, the terms set forth in this Agreement shall prevail. If, and to the extent
this Agreement incorporates by reference any provision of any document, such provision shall be
deemed a part of this Agreement. Nevertheless, if there is any conflict among the terms and
conditions of this Agreement and those of any such provision or provisions so incorporated by
reference, this Agreement shall govern over the document referenced.
6.15. Costs. Each party shall bear its own costs and fees incurred in the preparation
9
Performance Truck Repair, Inc.
Form Revised September 2021
and negotiation of this Agreement and in the performance of its obligations hereunder except as
expressly provided herein.
6.16. No Third Party Beneficiary Rights. This Agreement is entered into for the sole
benefit of City and Contractor and no other parties are intended to be direct or incidental
beneficiaries of this Agreement and no third party shall have any right in, under or to this
Agreement.
6.17. Headings. Paragraphs and subparagraph headings contained in this Agreement
are included solely for convenience and are not intended to modify, explain or to be a full or
accurate description of the content thereof and shall not in any way affect the meaning or
interpretation of this Agreement.
6.18. Construction. The parties have participated jointly in the negotiation and drafting
of this Agreement and have had an adequate opportunity to review each and every provision of
the Agreement and submit the same to counsel or other consultants for review and comment. In
the event an ambiguity or question of intent or interpretation arises with respect to this Agreement,
this Agreement shall be construed as if drafted jointly by the parties and in accordance with its
fair meaning. There shall be no presumption or burden of proof favoring or disfavoring any party
by virtue of the authorship of any of the provisions of this Agreement.
6.19. Amendments. Only a writing executed by the parties hereto or their respective
successors and assigns may amend this Agreement.
6.20. Waiver. The delay or failure of either party at any time to require performance or
compliance by the other of any of its obligations or agreements shall in no way be deemed a
waiver of those rights to require such performance or compliance. No waiver of any provision of
this Agreement shall be effective unless in writing and signed by a duly authorized representative
of the party against whom enforcement of a waiver is sought. The waiver of any right or remedy
in respect to any occurrence or event shall not be deemed a waiver of any right or remedy in
respect to any other occurrence or event, nor shall any waiver constitute a continuing waiver.
6.21. Severability. If any provision of this Agreement is determined by a court of
competent jurisdiction to be unenforceable in any circumstance, such determination shall not
affect the validity or enforceability of the remaining terms and provisions hereof or of the offending
provision in any other circumstance. Notwithstanding the foregoing, if the value of this Agreement,
based upon the substantial benefit of the bargain for any party, is materially impaired, which
determination made by the presiding court or arbitrator of competent jurisdiction shall be binding,
then both parties agree to substitute such provision(s) through good faith negotiations.
6.22. Counterparts and Electronic Signatures. This Agreement may be executed in one
or more counterparts, each of which shall be deemed an original. All counterparts shall be
construed together and shall constitute one agreement. Counterpart written signatures may be
transmitted by facsimile, email or other electronic means and have the same legal effect as if they
were original signatures.
6.23. Corporate Authority. The persons executing this Agreement on behalf of the
parties hereto warrant that they are duly authorized to execute this Agreement on behalf of said
parties and that by doing so the parties hereto are formally bound to the provisions of this
Agreement.
10
Performance Truck Repair, Inc.
Form Revised September 2021
6.24. Taxpayer Identification Number. Contractor shall provide City with a complete
Request for Taxpayer Identification Number and Certification, Form W9, as issued by the Internal
Revenue Service.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed
by and through their respective authorized officers, as of the date first above written.
CITY OF WEST COVINA,
A municipal corporation
Date
David Carmany
City Manager
CONTRACTOR
Date
Signature
Name and Title
ATTEST:
Lisa Sherrick
Assistant City Clerk
APPROVED AS TO FORM:
Date:
Thomas P. Duarte
City Attorney
APPROVED AS TO INSURANCE:
Helen Tran
Human Resources and Risk Management
Director
11
Date:
Performance Truck Repair, Inc.
Form Revised September 2021
EXHIBIT A
LIST OF FIRE DEPARTMENT APPARATUS
Type of Apparatus
Description
Unit No.
Fleet No.
Fire Engine
2016 Pierce
E-1
F-13
Fire Engine
2003 Saulsbury
E-505
F-23
Fire Truck
2000Saulsbury
T-502
F-5
Fire Truck
2016 Pierce
Q-2
F-4
Fire Engine
2016 Pierce
E-3
F-14
Fire Engine
2002 Saulsbury
E-501
F-20
Fire Engine
2006 Pierce
E-0
F-24
Fire Engine
2002 Saulsbury
E-5
F-21
Fire Engine
2002 Saulsbury
E-503
F-22
Rescue Ambulance
2014 North Star
RA-1
F-35
Rescue Ambulance
2004 Leader
RA-501
F-30
Rescue Ambulance
2004 Leader
RA-502
F-32
Rescue Ambulance
2017 Leader
RA-2
F-37
Rescue Ambulance
2008 North Star
RA-503
F-34
Rescue Ambulance
2014 North Star
RA-4
F-36
Light/Air
2002 Freightliner
LA 4
F-18
Command Unit
2016 Dodge Pick-up
AC-1
F-10
Command Unit
2001 Ford Expedition
AC-501
F-2
r4-i - -:
CONTRACTOR'S PROPOSAL
TECHNICAL PROPOSAL/EXECUTIVE SUMMARY
Thank you for your consideration,
Since 1995 Performance Truck Repair. (PTR) has successfully built a company and assembled a team
that is second to none in the emergency equipment repair industry. At PTR we pride ourselves in holding
the highest qualifications and certifications. In addition to being highly qualified we also have made an
enormous investment in our facility and tooling. PTR's willingness to purchase any and all tools necessary
to perform inspections and repairs combined with highly educated technicians inside a perfectly
constructed and laid out shop make for a repair experience unmatched in So Cal.
PTR has the facility, equipment, and experienced crew to tackle any heavy truck overhaul repair. Our
technicians are thoroughly trained in Allison transmission overhaul/repair, light -medium vehicle
overhaul/repair, major engine overhaul on internal and external componentry, brake assemblies, clutch
assemblies, drive -line overhaul/repair, off -highway equipment and aerial device overhaul/repair, just to
name a few.
That being said we understand that the above mentioned is not always enough. We consider a quick
response to the needs of our customers as critical to keeping their fleet in service. Due to our quality of
work and response time we have had the privilege of obtaining the fire fleet maintenance contracts with
Arcadia fire department, West Covina Fire Department, Alhambra Fire Department and Los Angeles
County Fire Department.
Accessibility is key therefore we are available to our customers 24/7. In addition to our shop PTR
Maintains two service trucks for on -site repairs for regular and after hours repair needs including
weekends and holidays.
PTR operates a full line machine shop, welding shop and fabrication shop. Our employees have
acquired all certifications needed to rebuild and repair all styles of water pump applications (Hale,
Waterous, Darley, ect.). We have acquired all certifications in recertifying and testing aerial apparatus as
well as certifications with Cummins, Detroit diesel, CAT, Allison, Bendix, Foam Pro, CAFS systems, TAK-4,
steering, air brake, electronics, suspension, ect.. PTR is also a service center for Boise Mobile Equipment.
PTR is family owned and operated therefore we enjoy the "family" style approach to running our
business with not only professionalism and expertise but also a strong sense of concern for the needs of
the customers as well as our vendors. Maintaining a sense of urgency throughout the repair process until
the equipment is returned to service is critical to both the success of the customer and PTR.
As regards to PTR's financial condition, we have never been through a bankruptcy and do not have
any outstanding loans. Due to the fact that we pay our bills on time we have developed a strong
relationship with our vendors ensuring that we receive parts on a timely manner.
PTR personnel has a deep sense of appreciation to the commitment displayed throughout the fire
fighter community. We feel it is our duty to contribute all of our efforts in keeping the equipment in proper
working condition and do to so in a cost effective manner.
CONSULTANT UNDERSTANDING
Understanding the scope of work is a key element in proper repair methods. It all begins with training.
We have reviewed the list of emergency fire apparatus provided by the City and crossed checked the list
with our experience and certifications and conclude the list is easily streamlined with our qualifications,
facility, Parts inventory and overall experience.
The repair process begins with a phone call from the City of West Covina indicating a complaint in the
operation of a piece of equipment. Once we received this phone call our typical response time to the fire
station in West Covina would be approximately 1 1/2 to 2 hours. Once on scene with the vehicle in
question we begin the repair process by interviewing The West Covina city fire personnel member who
can best describe the issues at hand. If available we would ask for a history Report of the vehicle in
question. With a basic understanding of the complaint, we then go directly to the component most likely
associated with the malfunction. First a visual inspection of component, and if applicable we connectyour
laptop computer to scan the control area network (CAN) to locate any known active or in active trouble
codes. In this example we would then inspect any electronic modules, connectors and wiring for points of
failure within those components.
If the malfunction is related to non -electronic components, we would begin with the visual inspection
followed by exercising the malfunctioning component looking for the exact cause of failure.
During the replacement of components, we use only original equipment (OEM) parts.
The OEM parts are then installed using methods and techniques required by the OEM parts manufactures
and apparatus manufacturers recommendations.
There are many examples of proper methods and techniques during repairs, below are just two.
1. One small but important example of proper repair methods would be wiring repairs. We NEVER use
crimp -on wire connectors. Instead, we use solderable connectors and heat shrink insulating protectors.
2. Another example of proper methods and techniques is the proper use of silicone sealant. There is
indeed a time and place for silicone sealant however during an engine or transmission overhaul would not
be one of those times. Silicone sealant can enter into the hydraulic systems of components such as
engines, transmissions, water pumps and valving. No doubt the silicone would end up in a place within
those components that could cause a catastrophic failure to those assemblies.
We have found that there are very few exceptions to the outlines provided by the OEMs regards proper
methods and techniques during maintenance and repair to fire apparatus. We strongly adhere to those
recommendations.
EXHIBIT C
FEE SCHEDULE
Rates set forth in this fee schedule are inclusive of all labor, shop fees, management fees,
and environmental fees.
Parts Markup: 10% OEM
Cost proposal for directed work items such as maintenance, mechanical repairs,
component replacement and reconditioning.
Tier 1 — Standard Hourly Rate: $90/hour
Tier II — Overtime Hourly Rate: $90/hour
Cost proposal for emergency conditions (after hours) work items such as mechanical
repairs, component replacement and reconditioning.
Tier III — Emergency Call Hourly Rate: $90/hour
Attachment No. 2
kjr
Alhambra
CITY MANAGER APPROVAL:
DATE: June 14, 2021
CITY OF ALHAMBRA
AGENDA REPORT
TO: Honorable Mayor and Members of the City Council
SUBMITTED BY: Thomas M. Phelps, Fire Chief , p v >
Silvia Smith, Assistant to the Fire Chief
Item No.
SUBJECT: AWARD OF CONTRACT - FOR PREVENTIVE MAINTENANCE AND
SERVICE REPAIR FOR EMERGENCY FIRE APPARATUS N THE FIRE
DEPARTMENT FLEET
RECOMMENDATION:
It s recommended the City Council approve a contract with Performance Truck Repair Inc., (PTR)
for preventive maintenance and service repair for emergency Fire apparatus in the Fire Department
fleet, in an amount not to exceed $265,000.00 annually, the initial term of the contract is for three
years with two one-year extension periods, subject to final language approval by the City Manager
and the City Attorney; direct staff to undertake the steps necessary to finalize Council's action; and
authorize the City Manager to execute the extensions subject to satisfactory firm performance and
future budget allocations.
BACKGROUND:
a May 10, 2021, the City Council approved the distribution of a Request for Proposals No. 2M21-
10 ("RFP") for emergency fire apparatus maintenance and services.
The Alhambra Fire Department received three proposals. Staff reviewed and evaluated the
proposals based on the requirements on the RFP, Performance Truck Repair Inc., is best suited for
the City's needs. PTR complied with the conditions and specifications of the RFP and provide the
best pricing and repair maintenance services for all emergency and fire apparatus.
FINANCIAL ANALYSIS:
The Fire Department has requested a budget for this expense in the Fiscal Year 2021-2022 Budget
under account No. 101.30.3110.61105.
ATTACHMENT:
None
n
MAINTENANCE SERVICES CONTRACT
Contract No. C2M21-35
THIS AGREEMENT is made and entered into effective as of the 14'h day of June,
2021, by and between the CITY OF ALHAMBRA, a charter law city, located in the
County of Los Angeles, State of California, hereinafter referred to as CITY and
Performance Truck Repair Inc., a California corporation with principal offices at
892 W. Tenth St. Azusa, CA 91702, hereinafter referred to as CONTRACTOR.
WITNESSETH:
For and in consideration of the promises and of the mutual covenants and
agreements herein contained, said parties hereby agree as follows:
1. RECITALS. This AGREEMENT is made and entered into with
respect to the following facts:
(a) That CITY issued a Request for Proposals to obtain professional
emergency fire apparatus maintenance and service for the City of
Alhambra Fire Department's fire apparatus fleet in a state of repair
consistent with the performance standards of its fire department
apparatus; and
(b) That CITY received three proposals, and after evaluating the
proposals based upon qualifications, staff determined that
CONTRACTOR was the qualified to provide those certain
emergency fire apparatus maintenance services to the CITY; and
(c) That based upon Staffs recommendation, the Alhambra City Council
has determined that CONTRACTOR is qualified to provide those
certain emergency fire apparatus maintenance services, and
therefore the Alhambra City Council has elected to engage the
services of CONTRACTOR upon the terms and conditions
hereinafter set forth.
2. SERVICES. CONTRACTOR shall perform those services described
in CONTRACTOR's Proposal dated May 26, 2021, (hereinafter referred to as
Proposal attached as Exhibit "A" and hereby incorporated by reference.
Performance of the work specified herein is made an obligation of CONTRACTOR
under this AGREEMENT, subject to any changes made subsequently upon the
mutual written agreement of the parties.
Maintenance Contract $50k or More _
09109 Form
3 SCOPE. The services to be performed by CONTRACTOR
under this AGREEMENT shall include, but not be limited to, those services
specified in Paragraph 2 hereof.
4. FEE. Compensation to CONTRACTOR for the total services to be
rendered pursuant to this AGREEMENT shall be in an amount not to exceed TWO
HUNDRED SIXTY-FIVE THOUSAND ($265,000.00) annually. Said compensation
shall be paid in monthly installments as services are rendered, and shall be totally
due and payable upon the completion thereof.
5. EXTRA SERVICES. Notwithstanding any other provision herein, no
extra services shall be rendered by CONTRACTOR under this AGREEMENT
unless such extra services first shall have been authorized in writing by the CITY.
Any such services so authorized shall be paid by the CITY at rates approved of by
the CITY. With respect to any repair considered beyond the scope of regular
maintenance services described in Section 2, CONTRACTOR agrees to work with
CITY staff to provide an estimate of the cost to provide such additional services,
calculated on a time and materials basis.
6. PAYMENT BY CITY. The billings for all services rendered pursuant
to this AGREEMENT shall be submitted monthly, based upon the services
rendered at the time of submission, to CITY by CONTRACTOR, and shall be paid
by CITY within thirty (30) days after receipt of same.
7. CITY SUPERVISION. The Fire Chief or his/her designee, shall have
the right of general supervision of all work performed by CONTRACTOR and shall
be the CITY's agent with respect to obtaining CONTRACTOR's compliance
hereunder. No payment for any services rendered under this AGREEMENT shall
be made without the prior written approval of the CITY
8. TERM. The term of this AGREEMENT shall be for a period of three
(3) years (July 1, 2021 thru June 30, 2024) from after the said date on which the
CITY executes the contract. CONTRACTOR shall complete all those services set
forth in its PROPOSAL by that certain date set forth in said Notice to Commence
Work or until such time as the services have been completed by the
CONTRACTOR and accepted by the CITY, whichever occurs first. This
Agreement is subject to two (2) one (1) year extensions. Such extension shall be
at the sole discretion of the City Manager. Any extension shall be subject to the
same terms and conditions as in this AGREEMENT including the $265,000.00 not
to exceed amount.
9. TERMINATION OF AGREEMENT. The CITY shall have the right
to terminate this AGREEMENT upon giving a ten (10) day advance written notice
of such termination to CONTRACTOR. In the event of such termination, the City
Manager, or his designee, based upon work accomplished by CONTRACTOR
Maintenance Contract $50k or More
09109 Form
prior to notice of such termination, shall determine the amount of fees to be paid
to CONTRACTOR for such services based upon accepted practices of the
CONTRACTOR'S field of work, and such finding by the City Manager, or his
designee, and approved by the Alhambra City Council shall be final and conclusive
as to the amount of such fee.
10. INDEPENDENT CONTRACTOR. CONTRACTOR shall act as an
independent contractor in the performance of the services provided for in this
AGREEMENT and shall furnish such services in CONTRACTOR' own manner
and method and in no respect shall CONTRACTOR be considered an agent or
employee of the CITY.
11. NONASSIGNMENT. This AGREEMENT is not assignable either in
whole or in part by CONTRACTOR without the written consent of CITY.
12. INDEMNIFICATION. CONTRACTOR hereby agrees to and shall
hold CITY, its elective and appointive boards, officers, agents and employees,
harmless from any liability for damage or claims for damage for personal injury,
including death, as well as from claims for property damage which may arise from
CONTRACTOR's negligent acts, errors or omissions under this AGREEMENT.
CONTRACTOR agrees to, and shall defend CITY and its elective and appointive
boards, officers, agents and employees from any suits or actions at law or in equity
for damages caused, or alleged to have been caused, by reason of any of the
aforesaid negligent acts, errors or omission; provided
(a) That CITY does not, and shall not, waive any rights against
CONTRACTOR which it may have by reason of the aforesaid hold -
harmless AGREEMENT because of the acceptance by CITY or the
deposit with CITY by CONTRACTOR, of any of the insurance
policies hereinafter described in this AGREEMENT.
(b) That the aforesaid hold -harmless AGREEMENT by CONTRACTOR
shall apply to all damages and claims for damages of every kind
suffered, or alleged to have been suffered, by reason of any of the
aforesaid operations of CONTRACTOR, or any subcontractor of
CONTRACTOR, regardless of whether or not such insurance
policies shall have been determined to be applicable to any of such
damages or claims for damages.
13. NON-DISCRIMINATION. CONTRACTOR shall not discriminate in
its recruiting, hiring, promotion, demotion or termination practices on the basis of
race, religious creed, color, national origin, ancestry, physical disability, mental
disability, medical condition, martial status, sex, age, or sexual orientation in the
performance of this AGREEMENT and shall comply with the provisions of the
California Fair Employment and Housing Act as set forth in Part 2.8 of Division 3,
Maintenance Contract $50k or More
09109 Form
Title 2 of the California Government Code; the Federal Civil Rights Act of 1964, as
set forth in Public Law 88-352, and all amendments thereto; Executive Order
11246; and all administrative rules and regulations issued pursuant to such acts
and order.
14. UNAUTHORIZED ALIENS. CONTRACTOR hereby promises and
agrees to comply with all of the provisions of the Federal Immigration and
Nationality Act (8 USCA 1101, et seq.), as amended; and, in connection therewith,
shall not employ unauthorized aliens as defined therein. Should CONTRACTOR
so employ such unauthorized aliens for the performance of work and/or services
covered by this AGREEMENT, and should the Federal Government impose
sanctions against the CITY for such use of unauthorized aliens, CONTRACTOR
hereby agrees to, and shall, reimburse CITY for the cost of all such sanctions
imposed, together with any and all costs, including attorney's fees, incurred by the
CITY in connection therewith.
15. WAIVER. Waiver by any party hereto of any term, condition, or
covenant of this AGREEMENT shall not constitute the waiver of any other term,
condition or covenant hereof.
16. ATTORNEY'S FEES. If litigation is reasonably required to enforce
or interpret the provisions of this AGREEMENT, the prevailing party in such
litigation shall be entitled to an award of reasonable attorney's fees, in addition to
any other relief to which it may be entitled.
17. BINDING EFFECT. This AGREEMENT shall be binding upon the
heirs, executors, administrators, successors and assigns of the parties hereto.
18. PROVISIONS, CUMULATIVE. The provisions of this
AGREEMENT are cumulative and in addition to and not in limitation of any rights
or remedies available to CITY.
19. NO PRESUMPTION RE: DRAFTER. The parties acknowledge and
agree that the terms and provisions of this AGREEMENT have been negotiated
and discussed between the parties and their attorneys, and this AGREEMENT
reflects their mutual AGREEMENT regarding the same. Because of the nature of
such negotiations and discussions it would be inappropriate to deem any party to
be the drafter of this AGREEMENT; and, therefore, no presumption for or against
validity or as to any interpretation hereof, based upon the identity of the drafter,
shall be applicable in interpreting or enforcing this AGREEMENT.
20. ASSISTANCE OF COUNSEL. Each party to this AGREEMENT
warrants to each other party as follows:
Maintenance Contract $50k or More _4-
09/09 Form
(a) That each party either had the assistance of counsel or had counsel
available to it, in the negotiation for, and execution of, this
AGREEMENT, and all related documents; and,
(b) That each party has lawfully authorized the execution of this
AGREEMENT.
21. MODIFICATION. This AGREEMENT shall not be modified except
by written agreement of the parties.
22. GOVERNING LAW. This AGREEMENT shall be interpreted and
construed according to the laws of the State of California.
23. NOTICE. Whenever it shall be necessary for either party to serve
notice on the other regarding this AGREEMENT, such notice may be furnished in
writing by either party to the other and shall be served by personal service as
required in judicial proceedings or by certified mail, postage prepaid, return receipt
requested, addressed to the parties as follows:
CITY: Thomas M. Phelps, Fire Chief
City of Alhambra
301 N. First Street
Alhambra, CA 91801
Tel: (626) 570-5190
CONTRACTOR: David Killackey Sr., President
Performance Truck Repair
892 W. Tenth Street
Azusa, CA 91702
Tel: (626) 393-6003
24. FORCE MAJEURE. Neither party shall be responsible for delays or
failures in performance resulting from acts beyond the control of the offending
party. Such acts shall include, but not be limited to, acts of God, fire, flood,
earthquake, or other natural disaster, nuclear accident, strike, lockout, riot, freight
embargo, public regulated utility, or government statutes or regulations
superimposed after the fact.
25. INSURANCE. CONTRACTOR shall not commence work under this
contract until CONTRACTOR shall have obtained all insurance required by this
AGREEMENT and such insurance shall have been approved by CITY as to form,
amount and carrier, nor shall CONTRACTOR allow any subcontractor of
CONTRACTOR to commence work on any subcontract until all similar insurance
required of the subcontractor of CONTRACTOR shall have been so obtained and
approved.
Maintenance Contract $50k or More
09109 Form
(a) COMPENSATION INSURANCE. CONTRACTOR shall take
out and maintain, during the life of this contract, Worker's
Compensation Insurance for all of CONTRACTOR's
employees employed to perform the SERVICES as described
section 2 of the AGREEMENT; and, if any work is sublet,
CONTRACTOR shall require the subcontractor of
CONTRACTOR similarly to provide Worker's Compensation
Insurance for all of the latter's employees, unless such
employees are covered by the protection afforded by
CONTRACTOR. If any class of employees engaged in work
under this AGREEMENT is not protected under any Workers'
Compensation law, CONTRACTOR shall provide and shall
cause each subcontractor of CONTRACTOR to provide
adequate insurance for the protection of employees not
otherwise protected. CONTRACTOR shall indemnify CITY
for any damage resulting to it from failure of either
CONTRACTOR or any subcontractor of CONTRACTOR to
take out or maintain such insurance.
(b)
CONTRACTOR shall take out and maintain during the life of
this contract such comprehensive general liability,
products/completed operations hazard, comprehensive
automobile liability and contractual general liability insurance
and shall protect CITY, its elective and appointive boards,
officers, agents and employees, CONTRACTOR, and any
subcontractor of CONTRACTOR performing work covered by
this contract, from claims for damage for personal injury,
including death, as well as from claims for property damage
which may arise from CONTRACTOR's or any subcontractor
of CONTRACTOR's operations under this contract, whether
such operations be by CONTRACTOR or by any
subcontractor of CONTRACTOR, or by anyone directly or
indirectly employed by either CONTRACTOR or any
subcontractor of CONTRACTOR, and the amounts of such
insurance shall be as follows:
(1) Commercial General Liability Insurance in an amount
of not less than ONE MILLION DOLLARS
($1,000,000);
Maintenance Contract $50k or More
09/09 Form
(2) Professional Liability Insurance in an amount of not
less than ONE MILLION DOLLARS ($1,000,000);
(3) Comprehensive Automobile Liability Insurance in an
amount of not less amount of not less than ONE
MILLION DOLLARS ($1,000,000).
A combined single limit policy with aggregate limits in
an amount of not less than TWO MILLION DOLLARS
($2,000,000) shall be considered equivalent to the said
required minimum limits set forth hereinabove.
(c) PROOF OF INSURANCE. The insurance required by
this Agreement shall be with insurers which are Best
A+ rated, and California -Admitted, or better. The CITY
of Alhambra shall be named as "additional insured" on
all policies required hereunder, except for Professional
Liability Insurance, and CONTRACTOR shall furnish
the CITY Clerk, concurrently with the execution hereof,
with satisfactory proof of carriage of the insurance
required, and adequate legal assurance that each
carrier will give CITY at least thirty (30) days' prior
notice of the cancellation of any policy during the
effective period of the contract.
(d) NOTICE TO COMMENCE WORK. The CITY will not
issue any notice authorizing CONTRACTOR or any
subcontractor to commence work under this
AGREEMENT until CONTRACTOR has provided to
the CITY Clerk the proof of insurance as required by
subparagraph (c) of this article.
Maintenance Contract $50k or More
09109 Form
IN WITNESS WHEREOF, the parties hereto have caused this contract to be
executed on the date first above written by their respective officers duly authorized
in that behalf.
ATTEST:
APPROVED AS TO FORM
•
• •
Maintenance Contract $50k or More
09109 Forrn
CITY OF ALHAMBRA
Kat erine Lee, Mayor
CONTRACTOR
PERFORMANCE TRUCK
REPAIR INC.
By
SignaTure —
Print Name
Title: U rt-�
Preside t/ Vice Pres
By: a
Sidraftfre
Print Name
Title: rt (is V V"' C
Secretary /Treasurer
Exhibit "A"
TABLE OF CONTENTS
PAGE
•
TABLE OF CONTENTS
1
•
COVER LETTER
2
•
INTRO / EXECUTIVE SUMMARY
3 .
•
CONSULTANT UNDERSTANDING
4
•
REFERENCES
5 & 6
•
PROPOSER INFORMATION
7
•
TERMS AND CONDITIONS ACCEPTANCE
8
•
EMPLOYEE CERTIFICATIONS
9
•
MISC. COMPANY INFO
10
•
LETTER OF RECOMMENDATIONS
11-12
•
CITY OF ALHAMBRA BUSINESS LICENSE
13
•
INSURANCE CERTIFICATE
14
•
PRICING PROPOSAL
15
892 W. Tenth St. Azusa, Ca 91702 1 (626)393-6003 1 info@ptrcorp.com
May26,2021
City of Alhambra Fire Department
301 North First St.
Alhambra, Ca 91801
RFP2M21-10
To whom it may concern:
Thank you for allowing Performance Truck Repair Inc. the opportunity to discuss with you
your emergency fire apparatus maintenance and repair needs. We are confident that you
will be very satisfied with the services we offer.
Performance Truck Repair Inc. strives to provide superior support with all your vehicle
repair needs 24/7. We are a family -owned business with over 30 years of experience. We
offer after hour's field service technical support. We provide detailed analysis reports of all
findings while performing any and all work to equipment. We at PTR Inc. take a lot of pride
in our process of educating the equipment operator of proper preventative measures to
ensure minimal equipment failures.
The accompanying proposal provides a compressive response to all of the requirements
outlined. We have also enclosed a list of references, employee certifications as well as a
copy of our liability insurance policy so that you are sure you are in good hands.
Again, thank you for your time and we look forward to working with you.
Sincerely,
David Killackey Sr.
PRESIDENT
PERFORMANCE TRUCK REPAIR INC.
SUMMARY
Thank you for your consideration,
Since 1995 Performance Truck Repair. (PTR) has successfully built a company and assembled a team
that is second to none in the emergency equipment repair industry. At PTR we pride ourselves in holding
the highest qualifications and certifications. In addition to being highly qualified we also have made an
enormous investment in our facility and tooling. PTR's willingness to purchase any and all tools necessary
to perform inspections and repairs combined with highly educated technicians inside a perfectly
constructed and laid out shop make for a repair experience unmatched in So Cal.
PTR has the facility, equipment, and experienced crew to tackle any heavy truck overhaul repair. Our
technicians are thoroughly trained in Allison transmission overhaul/repair, light -medium vehicle
overhaul/repair, major engine overhaul on internal and external componentry, brake assemblies, clutch
assemblies, drive -line overhaul/repair, off -highway equipment and aerial device overhaul/repair, just to
name a few.
That being said we understand that the above mentioned is not always enough. We consider a quick
response to the needs of our customers as critical to keeping their fleet in service. Due to our quality of
work and response time we have had the privilege of obtaining the fire fleet maintenance contracts with
Arcadia fire department, West Covina Fire Department, Alhambra Fire Department and Los Angeles County
Fire Department.
Accessibility is key therefore we are available to our customers 24/7. In addition to our shop PTR
Maintains two service trucks for on -site repairs for regular and after hours repair needs including
weekends and holidays.
PTR operates a full line machine shop, welding shop and fabrication shop. Our employees have
acquired all certifications needed to rebuild and repair all styles of water pump applications (Hale,
Waterous, Dariey, ect.). We have acquired all certifications in recertifying and testing aerial apparatus as
well as certifications with Cummins, Detroit diesel, CAT, Allison, Bendix, Foam Pro, CAFS systems, TAK-4,
steering, air brake, electronics, suspension, ect.. PTR is also a service center for Boise Mobile Equipment.
PTR is family owned and operated therefore we enjoy the "family" style approach to running our
business with not only professionalism and expertise but also a strong sense of concern for the needs of
the customers as well as our vendors. Maintaining a sense of urgency throughout the repair process until
the equipment is returned to service is critical to both the success of the customer and PTR.
As regards to PTR's financial condition, we have never been through a bankruptcy and do not have
any outstanding loans. Due to the fact that we pay our bills on time we have developed a strong
relationship with our vendors ensuring that we receive parts on a timely manner.
PTR personnel has a deep sense of appreciation to the commitment displayed throughout the fire
fighter community. We feel it is our duty to contribute all of our efforts in keeping the equipment in proper
working condition and do to so in a cost effective manner.
PAGE
Understanding the scope of work is a key element in proper repair methods. It all begins with training. We
have reviewed the list of emergency fire apparatus listed in RFP2M21-10 and crossed checked the list with
our experience and certifications and conclude the list is easily streamlined with our qualifications, facility,
Parts inventory and overall experience.
The repair process begins with a phone call from the city of Alhambra indicating a complaint in the
operation of a piece of equipment. Once we received this phone call our typical response time to the fire
station in Alhambra would be approximately 11/2 to 2 hours. Once on scene with the vehicle in question
we begin the repair process by interviewing The Alhambra city fire personnel member who can best
describe the Issues at hand. If available we would ask for a history Report of the vehicle in question. With a
basic understanding of the complaint, we then go directly to the component most likely associated with
the malfunction. First a visual Inspection of component, and if applicable we connect your laptop computer
to scan the control area network (CAN) to locate any known active or in active trouble codes. In this
example we would then inspect any electronic modules, connectors and wiring for points of failure within
those components.
If the malfunction is related to non -electronic components, we would begin with the visual inspection
followed by exercising the malfunctioning component looking for the exact cause of failure.
During the replacement of components, we use only original equipment (OEM) parts.
The OEM parts are then Installed using methods and techniques required by the OEM parts manufactures
and apparatus manufacturers recommendations.
There are many examples of proper methods and techniques during repairs, below are Just two.
1.One small but important example of proper repair methods would be wiring repairs. We NEVER use
crimp -on wire connectors. Instead, we use solderable connectors and heat shrink insulating protectors.
2. Another example of proper methods and techniques is the proper use of silicone sealant. There is
Indeed a time and place for silicone sealant however during an engine ortransmission overhaul would not
be one of those times. Silicone sealant can enter into the hydraulic systems of components such as
engines, transmissions, water pumps and valving. No doubt the silicone would end up in a place within
those components that could cause a catastrophic failure to those assemblies.
We have found that there are very few exceptions to the outlines provided by the OEMs regards proper
methods and techniques during maintenance and repair to fire apparatus. We strongly adhere to those
recommendations.
PAGE 4
City of Alhambra Fire Department
Request for Proposals
Emergency Fire Apparatus Maintenance and Service
REFERENCES
The following are the names, addresses, and telephone number for three public entities
for which proposer has performed similar maintenance work for within the past three
(3) years.
1. Arcadia Fire Department 710 S. Santa Anita Arcadia, Ca 91006
Name and address
Tom Devlin - (626)260-3464
Name and telephone number of person familiar with project
Fire pump, chassis & body, electrical and mechanical repair
Contract amount
Type of work
02/25/2010 to present
Date completed
2_ United States Forestry Service 701 N. Santa Anita Ave. Arcadia, Ca 91006
Name and address
Myron Hoffman (626)261-3191
Name and telephone number of person familiar with project
Fire
chassis & body, electrical and mechanical repair
Contract amount
3. CAL OES FIRE
Name and addr
of wo
3650 Schriever Ave. Mather, Ca 95655
Katie Gutierrez (9161845-8732
Name and telephone number of person
r wnn project
Fire pump, chassis & body, electrical and mechanical repair
Contract amount Type of work
07/9/2013 to
Date comole
08/19/2015 to present
Date completed
City of Alhambra Fire Department
Request for Proposals
Emergency Fire Apparatus Maintenance and Service
REFERENCES
The following are the names, addresses, and telephone number for three public entities
for which proposer has performed similar maintenance work for within the past three
(3) years.
1 • EI Segundo Fire Department- 150 Illinois st EIS -
Name and address
s
Evan Siefke - (626) 590-1828
Name and telephone number of person familiar with project
Fire pump, chassis & body, electrical and mechanical repair
Contract amount Type of work
2. Los Angeles County Coroner- 1104 N. Mission Rd Los
Name and address
Raul Estrada - (323)343-0537
Name and telephone number of person familiar with project
amount
3.
Name and address
of work
Name and telephone number of person familiar with project
Ca 90033
of work Date
City of Alhambra Fire Department
Request for Proposals
Emergency Fire Apparatus Maintenance and Service
PROPOSER INFORMATION
Proposer certifies that the following information it true and correct:
Firm Name: Performance Truck Repair Inc.
Proposer's Name: David Killackey
Form of Legal Entity (I.e., individual, partnership, corporation, etc.)
Corporation
If a Corporation, State of Incorporation (i.e., CA) California
Business Address: 892 W. Tenth St, Azusa Ca 91702
Telephone: 626)393-6003 Fax:
Email: info@ptrcorp.com
Original Date Issued: 11/05/2015 Expiration Date
The following are the names, titles, addresses, and phone numbers of all individuals, firm
members, partners, Joint ventures, and/or corporate officers having a principal interest in
this proposal:
David Killackey Sr. - President - 20509 Rancho los Certos, Covina Ca 91724 - (626)393-6003
Kimberly Killackey - Vice President - 20509 Rancho Los Ceritos, Covina Ca 91724 - (626)391-8186
David Killackey Jr. - Secretary - 66 N. Jerome Ave, Newbury Park Ca 91320 - (626)664-0995
The date of any voluntary or involuntary bankruptcy Judgments against any principal
having an interest in this proposal are as follows:
RFP2M21-10
TERMS AND CONDITIONS ACCEPTANCE
On behalf of Performance Truck Repair Inc. we certify that we have reviewed and
accept the terms contained in this RFP2M21-io. We acknowledge and agree that
by signing this acceptance we shall be personally responsible for upholding the
obligations under the agreement within this RFP.
DATE: 05/26/2021
SIGNATURE:
NAME: David Killackey
POSIITIO-N�President
�
---6 � -
PAGE 8
EMPLOYEE CERTIFICATIONS
'ALL CERTIFICATIONS ARE AVALIBLE UPON REQUEST
• CALIFORNIA FIRE MECHANISC ACADEMY: FIRE MECHANIC I, II & III MASTER MECHANIC
• FIRE MANAGEMENT 1
• FIRE MECHANIC 2A & 2B: ALLISON TRANSMISSIONS
• FIRE MECHANIC 3A & 36: AMBULANCE & AERIAL APPARATUS, SERVICE AND
MAINTENANCE
• FIRE PUMPS AND ACCESSORIES
• T-1- T8 ASE AUTOMOTIVE HEAVY & MEDIUM DUTY MASTER FIRE TRUCK MECHANIC
• GASOLINE ENGINES
DIESEL ENGINES
DRIVE TRAIN
• BRAKES
• SUSPENSION AND STEERING
ELECTRICAL/ELECTRONIC SYSTEMS
• PREVENTATIVE MAINTENANCE INSPECTION
• AIR CONDITIONING SYSTEMS
• DARLEY AUTO CAFS ACADEMY
• DARLEY PUMP MAINTENANCE AND OPERATIONS
• HALE PUMP MAINTENANCE AND OPERATIONS
• WATEROUS PUMP MAINTENANCE AND OPERATIONS
• HVAC I & 11
• ALLISON 3K AND 4K
• ASSOCIATS DEGREE IN AUTOMOTIVE SERVICE MANAGEMENT
• AUTOMOTIVE TECHNICIAN
• HALDEX ABS
• STEAM CO WHEEL END INSTALLATION
• COOLING SYSTEM CHEMISTRY AND MAINTENANCE
• HEAVY DUTY DIESEL ENGINE EMISSIONS CONTROL
PAGE 9
MISCELLANEOUS:
Location of the proposer's shop from which the service will be rendered (if more than one
shop address will provide service, both addresses shall be shown):
Name of Shop:
Street Address:
Performance Truck
892 W.Tenth St.
Inc.
City, County, Zip Code: Azusa, Los Angeles, 91702
Percentage of work performed at this location: 100 %
Name of Shop:
Street Address:
City, County, Zip Code:
Percentage of work performed at this location:
Name of Shop:
Street Address:
City, County, Zip Code:
Percentage of work performed at this location:
Contact Person for resolving problems regarding any issues that may arise:
Name: David Killackey Sr. Phone: (626) 393-6003
Contact Person for resolving problems regarding any billing issues that may arise:
Name: David Killackey Jr. Phone: (626) 664-0995
Page 10
Front: Myron -FSHoffmanmhoffm@n@fs.Ied.us
Suhiect: LETTER OF RECOMMENDATION
Data: Today at 6:14 AM
To: performenceailison@verizon.net
TO
WHOM IT MAY CONCERN
IT IS MY PLEASURE TO HIGHLY RECOMMED PERFORMANCE TRUCK
REPAIR INC. I HAVE BEEN WORKING CLOSELY WITH PTR INC. SINCE 1995, DURING
THIS TIME PTR INC. HAS PROVEN
THEMSELVES TIME AND TIME AGAIN TO GO ABOVE AND BEYOND THE
CALL OF DUTY.
I CAN CONFIDENTLY SAY THAT PERFORMANCE TRUCK REPAIR INC.
WOULD MAKE A POSITIVE AND BENEFICIAL ADDITION TO THE CITY OF ALHAMBRA,
PTR INC. HAS MY HIGHEST
RECOMMENDATION.
Myron Hoftman
Fleet Maintenance Manager
Forest Service
Southern California Province
p: 626.674-5303
c: 626-261.3191
f: 626-239-3302
f: 626474-6236
mhoff m ut@NjeAus
701 North Santa Ave.
Arcadia, CA91006
ww .fs.fed us
=V w< P>
Caring for the land and.serving people
M
City of
Arcadia
Fire November 24, 2015
Department To whom it may concern:
Performance Truck Repair has. been performing service and repairs to the
Arcadia Fire Department Fleet for over 5 years. Performance maintains
professionalism and has always stood behind their work. Dave Killackey
continues to go above and beyond by making sure our needs are always met.
Kurt Norwood Please feel free to contacts me for any further questions regarding
Fire allef Performance Truck Repair.
Professionally,
Kevin Valentine
A -Shift Battalion Chief
Arcadia Fire Department
626-574-5128 Office
626-862-6581 Cell
kvalentine@,4rcadiaCA.gov
Service, Dedication, Integrity
10 South Santa Anita Avenue
ureadia, CA 91006
526YS74-5100
526) 446.7410 (fax)
Mv.ei.atcadia.ea.us
CITY OF ALHAMBRA
C N w sawaa lfwµw fd° 'ere+w h e.,ryb a ,F.aa �eewa wnuen; b ua ppbw
I; BUSINESS LICENSE CERTIFICATE
li 111 SOUTH FIRST STREET
1
P.O. BOX 351 NON TRANSFERABLE
ALHAMBRA, CALIFORNIA91802 ORAS IrNABLE
BUSINESS DESCRIPTION
TRUCK REPAIR
PRIMARY CONTACT
DAVID KILLACKEY
BUSINESS LOCATION
892 W IOTH.ST.
AZUSA CA :91702-1985
BUSINESS NAME
PERFORMANCE TRUCK REPAIR INC_.
ATTN:
DAVID KILLACKEY
MAILING
892 W 10TH ST
ADDRESS
AZUSA, CA 91702-1935 ,.
POST. IN CONSPICUOUS PLACE
LICENSE NUMBER
743192
EXPIRATION
10/01/2021
` q CITY OF ALHAMBRA
p C
BUSINESS LICENSE CERTIFICATE W awW trs bf Ei4 Wan hTy 'Wa duM1MFl�e;p eeJA
111 SOUTH FIRST STREET
enQ1p amend'
P.O. BOX 351 : NON TRANSFERABLE
ALHAMBRA, CALIFORNIA 91802 oR ASSIGNABLE
'LICENSE NUMBER
BuswEss DEscRldriON TRUCK REPAIR
743192
PRIMARYCQNTACT DAVID KILLACKEY
BUSINESS LOCATION 892 W 10TH ST
AZUSA, CA 91702-1935
EXPIRATION
BUSINESS NAME PERFORMANCE TRUCK REPAIR
10131/2022
INC.
ATTN DAVID KILLACKEY -
MAILING 892 W 10TH ST
ADDRESS AZUSA, CA 91702-1935
POST IN CONSPICUOUS PLACE
DATE (MM(DONYYY)
CERTIFICATE OF LIABILITY INSURANCE
1 rna ctn nriCATt 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: I I the certifleate holtler I' an ADDITIONAL INSURED, the policy(ies) mutltheve ADDITIONAL INSURED provisions If SUBROGATION IS WAIVED, subject to the terms and condttor be endorsed.
lons of the policy, certain Policies may require an endorsement, A statement on
this certificate does not confer dgIRS to the certificate holder in lieu of such ennnanmomrer
PRODUCER
Heys Companies Inc.
4200 Contours, Suite #350
Ontario mSURERSAFFORDING COVERAGE NAICft
CA 917p4 INSURER A; EMC Insurance Companies
INSUREDINS React: Insurance Company of the West
PedormanCe Tmck Repair, Inc. -
NSURERCo
DBA: P.A. R.T.S.
INSURFRO: '
892 W. loth St.
INSURERS:
Azusa CA 91702
INSURER F:
THIS IS TO CERTIFYTHATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORK HE ONUMB CR PERIOD
INDICATED. NOTWITHSTANDINGANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALLTHE TERMS,
EXCLUSIONSAND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR TYPEOFINSURANDE POUCYNUMBER Ale. MMIDD P
LIMITS
COMMERCIALOENERALUABUTY
CLAIMS -MADE OCCUR
EACHOCCURRENCE
E
$ 1,OOD,000
P EMIS nm
$ 500,000
Y 6R2-4548-22
A 05 GGGRE
MEDEXP An one arson
$ 10,D00
02/01/2021 02/01/2022
PERBONALe AOV INJURY
$ 1,000,000
ATEUty
OEN'POLICY GATE UMgITAPPF-UES PER:
POLICY lDC
GENERALAGGREGATE
3,000,0DO
JECT
PRODUCTS -COMPIOPAGG
$-3.000,000
OTHER:
AUTOMOBILE LMBRJTY
ANYAUTO
0a I ntS
$ 1,000,000
A OWNED SCHEDULED 5X2-48-68-21
BODILY INJURY (Per Parson)
$
AIRED ONLY AUr05 p2/01/2021 02/01/2022
X WNED
AUTOS
BODILY INJURY (Perocddan0
$
AUTOS ONLY ONLY
eraWde D IIO
S
x UMBREUALMS
$
OCCUR
A EXCESS UAS CLAWS -MADE 5X2-4848-21 02101/2021 0?101l2022
EACH OCCURRENCE
$ 1,000.000
DEC,X RETENTION E 10,000
gGGREGATE
b 11000,000
WORKERS COMPENSATION
$
AND EMPLOYERS' LWnUTY YIN
A DR
B OFFlCEFIMEMBEREXCLUDEED?EOIffIVE O NIA WVE 0038027031N28/2020
1p/28/2p21E.LFACHg01DENr
S11000,000(Mendato)yInNRI
If Ysy�descAbe antler
DESCRIPTION OF OPERATIONS Wow
E.L. DISEASS-EAEMPLOYEE
$ 110001000
E.L.DISFABE- CYUMrr
$ 1,00D,000
A GarageKeepem -
ComprehensNe
$1.000,000
Deductible: $1,000 6R246.58-21 0210112021 021012022
Collision
$1,000,00D
DE88MPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORDIN, AddleonelRsmerb Schedule, mey Oo,uuRed Bmoro M a hrogWretl)
City of Alhambra Is additional insured per attached endorsement
CERTIFICATE HOLDER ,..-.__.. .�_..
City OfAlhambrs
111 S. let Street
Alhambra
CA 91801
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
ACORD 26 (2016103) The ACORD name and logo are registered marks of ACORD
reserved.
City of Alhambra Fire Department
Request for Proposals
Emergency Fire Apparatus Maintenance and Service
PRICING PROPOSAL
FLEET MANAGEMENT SERVICES PRICING LIST
Cost proposal rate for all items listed in this Request for Proposal to be Inclusive with all
labor, shop fees, management fees, and environmental fees as described in the Scope of
Work of the Standards Specifications, and all other items as listed as listed in the
specifications.
Parts Markup 10% OEM DEALER
base; i.e. wholesale, dealer cost, list cost. etc.)
(%) (Indicate publication & price
Cost proposal for directed work items such as maintenance, mechanical repairs,
component replacement and reconditioning as described above.
Tier I- Standard Hourly Rate ................. .....$ 90
. ...............
Tier 11-Overtime Hourly Rate ....... :........................................
Cost proposal for emergency conditions (after hours) work items such as mechanical
repairs, component replacement and reconditioning. Proposer to provide written
description of emergency conditions procedures and hours for applications of stated rates.
Tier III- Emergency Cali Hourly Rate ......................................$ 90
The City of Alhambra reserves the right to adjust this schedule as necessary.
SUBMITTAL DEADLINE AND PROPOSAL CONTENTS
The entire proposal package must be returned in its entirety with all requested
information completed. Facsimile or e-mail submittals will not be accepted. The proposing
service provider should provide the City with an original and three (3) copies of the
proposal. Proposals shall be delivered in a sealed envelope via regular mail, overnight or
other carrier, or hand delivered not later than 4:00 p.m, on May 27, 2021 at the following
location: City of Alhambra Fire Department 301 N. First Street, Alhambra, CA, 91801.
Indicate on the Sealed Envelope — Do Not Open with Regular Mail.
All responses must be completed as required, signed by an official of the firm who is
authorized to enter into a binding agreement with the City on behalf of the company, and
must be received in the place and by the time designated in this document.
RFP2M21-10
Attachment No. 3
PERFORMANCE TRUCK REPAIR INC.
892 W. Tenth St. Azusa, Ca 917021 (626)393-6003 1 info@ptrcorp.com
November 17, 2021
To: The City of West Covina
Fire Chief Vincent A. Capelle
1444 W. Garvey Ave S
West Covina, CA 91790
Performance Truck Repair (PTR) grants complete authority to the City of
West Covina in the endeavor to obtain a fire fleet repair contract with PTR by
means of "piggybacking" off the recently awarded contract with the City of
Alhambra.
The contract between the city of Alhambra and PTR was awarded as a direct
result of a formally executed public RFP #RFP 2M21-10 dated May 27, 2021. The
resulting contract became effective on June 14, 2021.
PTR understands and excepts the full meaning and obligations of this
contract and is agreeable to implement the contract in its entirety with the City of
West Covina. All at PTR wish to thank the City of West Covina's Mayor, council, city
managers, office, procurement and West Covina's Fire department and those
within the department who continually work with us on a daily basis, fulfilling the
noble task of keeping the community safe. It is an honor and privilege to be part of
West Covina's family.
David Killackev Sr.
(626)393-6003
PRESIDENT
PERFORMANCE TRUCK REPAIR INC.