Loading...
HomeMy WebLinkAbout20- Public Works ORIGINAL CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Nadeem Majaj, Director of Subject: Resolution of the Mayor and Public Works Common Council of the City of San Bernardino authorizing the execution of an Dept: Public Works-Integrated Waste Agreement and issuance of a Purchase Order Management Division in the amount of $35,124.12 to Alden Fleet Solutions, Inc. for GPS tracking system Date: March 1, 2011 services to be utilized by the Public Works Department, Integrated Waste Management Division. Meeting date: March 7, 2011 Synopsis of Previous Council Action: Recommended motion: 1. Authorize the Finance Director to amend the FY 10/11 IWM Budget and transfer $35,200 from Account No. 527-400-5181-0000-0001 to Account No. 527-400-5112-0000-0001. 2. Adopt Resolution. -77 Signature Contact person: James Keezell, IWM Division Manager Phone: 384-7213 Supporting data attached: Staff Report, Resolution, Vendor Service Agreement and Attachment"1" Ward: All FUNDING REQUIREMENTS: Amount: $35,124.12 Source: (Acct. Nos.) 527-400-5112-0000-0001 Acct. Description: Small Tools and Equipment Finance: Council Notes: Agenda Item No. �D CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of an Agreement and issuance of a Purchase Order in the amount of $35,124.12 to Alden Fleet Solutions, Inc. for GPS tracking system services to be utilized by the Public Works Department, Integrated Waste Management Division. Background: In May 2008, R3 Consulting Group (R3) provided a Business Plan for the Integrated Waste Management Division (IWMD) to the Mayor and Common Council. This plan included 90 recommendations that were suggested for implementation. In 2009, the City contracted with Matrix Consulting Group (Matrix) to conduct a management study of the IWMD and the Business Plan that was completed by R3. The study involved a comprehensive organization and management analysis of IWMD operations, service levels, management practices, and staffing levels. Matrix reviewed the plan that was compiled by the R3 Consulting Group and concurred with the following recommendations: • Recommendation 33 - Purchase and install GPS software and tracking devices for all residential collection vehicles (automated side loader vehicles). • Recommendation 48 - Purchase and install GPS software and tracking devices for all commercial collection vehicles (front load vehicles). • Recommendation 68 - Purchase and install GPS software and tracking devises for all temporary collection vehicles (roll-off vehicles.) Alden Fleet Solutions, Inc. is the current vendor that supplies the San Bernardino Municipal Water Department (Water Department) with a GPS tracking system for its fleet. In order to streamline the benefits of GPS tracking systems, staff recommends that the IWMD use the same vendor as the Water Department to monitor and track City vehicles. By installing GPS units on refuse vehicles, the IWMD will be able to use the GPS software to optimize routes, which should lead to an overall reduction in the number of routes that are scheduled on a daily basis. This will reduce fuel and maintenance costs. In addition, IWMD supervisors will be able to locate any refuse vehicle at any given time in order to determine which vehicle is the closest to any given customer for additional services such as additional pickups, misses and/or roll-off services. Most importantly, the GPS tracking system will improve safety to all drivers. All GPS units will provide tracking services 24-hours a day to determine vehicle locations and provide aid if a vehicle is stolen or involved in an accident. The cost to purchase the GPS units will be approximately $24,485.00 (this is a one time cost) and the ongoing yearly network fee will be $24,890.04 for all 83 refuse vehicles (approximately $2,074.17 per month). There will be no additional charge for installation of the units. The Water Department has committed to install the units free of charge. The following is a breakdown of the cost: Purchase and install GPS units: $24,485.00 Network fee for March, April, May and June of 2011: $ 8,296.68 Shipping: $ 200.00 Sales Tax: $ 2,142.44 Total for FY 10-11: $35,124.12 Ongoing yearly network fee: $24,890.04 1 CITY OF SAN BERNARDINO -REQUEST FOR COUNCIL ACTION Staff Report- Continued Staff recommends that the Mayor and Common Council authorize the execution of an agreement and issuance of a purchase order in the amount of $35,124.12 to Alden Fleet Solutions, Inc. for GPS tracking system services. Since the IWMD will be using the same vendor as the Water Department, this purchase is exempt from the formal contract procedures of Section 3.04.010 of the Municipal Code, pursuant to Section 3.04.010. B.3 of said Code, "Purchases approved by the Mayor and Common Council." The term of this agreement shall be from March 7, 2011 through June 30, 2011, with four one-year extensions at the City's option. Financial Impact: There will be no impact to the General Fund. Funds are available in the FY 10-11 Integrated Waste Management Division Budget Accounts, (Account Number 527-400-5112-0000-0001) Small Tools and equipment in the amount $35,124.12. Account Number: 527-400-5112-0000-0001 Budgeted Amount: $2,000 Balance as of March 1, 2011: $977 Balance after approval of this item: $977 Please note this balance does not indicate available funding. It does not include non- encumbered reoccurring expenses or expenses incurred but not yet processed. Recommendation: 1. Authorize the Finance Director to amend the FY 10/11 IWM Budget and transfer $35,200 from Account No. 527-400-5181-0000-0001 to Account No. 527-400-5112-0000-0001. 2. Adopt Resolution. 2 o ® RESOLUTION NO. 1 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT 3 AND ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $35,124.12 TO ALDEN FLEET SOLUTIONS, INC. FOR GPS TRACKING SYSTEM SERVICES TO 4 BE UTILIZED BY THE PUBLIC WORKS DEPARTMENT, INTEGRATED WASTE 5 MANAGEMENT DIVISION. 6 WHEREAS,Alden Fleet Solutions, Inc. is the current vendor that supplies the San 7 Bernardino Municipal Water Department with a GPS tracking system for its fleet; and; 8 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE 9 CITY OF SAN BERNARDINO AS FOLLOWS: 10 SECTION 1. The City Manager of the City of San Bernardino is hereby authorized to 11 execute on behalf of said City an Agreement between the City of San Bernardino and Alden 12 Fleet Solutions, Inc., a copy of which is attached hereto, marked as Exhibit "A", and 13 14 incorporated herein by this reference as fully as though set forth at length. 15 SECTION 2. That this purchase is exempt from the formal contract procedures of 16 Section 3.04.010 of the Municipal Code, pursuant to Section 3.04.010. B.3 of said Code, 17 "Purchases approved by the Mayor and Common Council." 18 SECTION 3. That pursuant to this determination the Director of Finance or her 19 designee is hereby authorized to issue a Purchase Order to Alden Fleet Solutions, Inc. in the 20 amount of$35,124.12 for FY 10-11. The ongoing yearly network fee will be$24,890.04 for all 21 22 83 refuse vehicles. 23 SECTION 4. The Purchase Order shall reference this Resolution Number and shall 24 read, "Alden Fleet Solutions, Inc. for GPS tracking system services. Agreement not to exceed 25 $35,124.12" and shall incorporate the terms and conditions of the agreement. 26 28 HI RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY 1 OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT 2 AND ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $35,124.12 TO ALDEN FLEET SOLUTIONS, INC. FOR GPS TRACKING SYSTEM SERVICES TO 3 BE UTILIZED BY THE PUBLIC WORKS DEPARTMENT, INTEGRATED WASTE MANAGEMENT DIVISION. 4 5 I SECTION 5. The authorization to execute the above referenced Purchase Order and 6 Agreement is rescinded if it is not executed by both parties within sixty (60) days of the 7 8 passage of this resolution. 9 10 12 13 /// 14 15 16 17 18 19 20 21 22 23 24 /// 25 26 27 28 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY 1 OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT 2 AND ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $35,124.12 TO ALDEN FLEET SOLUTIONS, INC. FOR GPS TRACKING SYSTEM SERVICES TO 3 BE UTILIZED BY THE PUBLIC WORKS DEPARTMENT, INTEGRATED WASTE MANAGEMENT DIVISION. 4 5 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor 6 and Common Council of the City of San Bernardino at a meeting thereof, held 7 on the day of , 2011,by the following vote,to wit: 8 9 Council Members: AYES NAYS ABSTAIN ABSENT 10 11 MARQUEZ 12 VACANT 13 BRINKER 14 SHORETT 15 KELLEY 16 JOHNSON 17 MCCAMMACK 18 19 20 Rachel G. Clark, City Clerk 21 The foregoing resolution is hereby approved this day of , 2011. 23 24 Patrick J. Morris,Mayor City of San Bernardino 25 Approved as to Form: 26 By . 27 es F. Penman, City Attorney 28 1 VENDOR SERVICE AGREEMENT 2 This Vendor Service Agreement is entered into this 7`b day of March 2011, by and ("VENDOR") and the City of San Bernardino ("CITY" or 3 between Alden Fleet Solutions, Inc. ( ) Y 4 "San Bernardino"). 5 WITNESSETH: 6 WHEREAS, the Mayor and Common Council has determined that it is advantageous 7 8 and in the best interest of the CITY to contract for GPS tracking system services; and 9 WHEREAS, this purchase be exempt from the formal contract procedures of Section 10 3.04.010 of the Municipal Code, pursuant to Section 3.04.010. B.3 of said Code, "Purchases 11 approved by the Mayor and Common Council;" and, 12 NOW,THEREFORE,the parties hereto agree as follows: 13 1. SCOPE OF SERVICES. 14 For the remuneration stipulated, San Bernardino hereby engages the services of 15 16 VENDOR to provide those products and services as set forth in Attachment "1 and 17 incorporated herein by this reference. 18 2. COMPENSATION AND EXPENSES. 19 a. For the services delineated above, the CITY, upon presentation of an invoice, shall 20 pay the VENDOR up to the amount of$35,124.12 for GPS tracking system services 21 per Attachment "1." The cost to purchase and install the GPS units will be 22 23 approximately $24,485.00 (this is a one time cost) and the ongoing yearly network 24 fee will be $24,890.04 for all 83 refuse vehicles. 25 b. No other expenditures made by VENDOR shall be reimbursed by CITY. 26 27 28 Exhibit"A" I 1 3. TERM; TERMINATION. 2 The term of this agreement shall be from March 7, 2011 through June 30, 2011, with 3 four one-year extensions at the City's option. Option year one, if exercised, shall be effective 4 July 1, 2011 through June 30, 2012. Option year two, if exercised, shall be effective July 1, 5 2012 through June 30, 2013. Option year three, if exercised, shall be effective July 1, 2013 6 through June 30, 2014. Option year four, if exercised, shall be effective July 1, 2014 through 7 8 June 30, 2015. 9 This Agreement may be terminated at any time by thirty (30) days' written notice by 10 either party. The terms of this Agreement shall remain in force unless amended by written 11 agreement of the parties executed on or before the date of expiration of current term of the 12 agreement. 13 4. INDEMNITY. 14 Vendor shall defend, indemnify, and hold harmless the City, its officers, employees and 15 16 agents from any claims, demands, lawsuits, liabilities, judgments, or expenses, including 17 attorney's fees, damage to property or injuries to or death of any person or persons or 18 damages of any nature including, but not limited to, all civil claims or workers' 19 compensation claims, to the extent arising out of, pertaining to, or related to the negligence, 20 recklessness, or willful misconduct of Vendor, its employees, agents or subcontractors in 21 the performance of this Agreement, except that such duty to defend, indemnify, and hold 22 harmless shall not apply to the extent where injury to person or property is caused by City's 23 24 negligence, recklessness or willful misconduct. Vendor hereby waives any and all rights to 25 any types of express or implied indemnity against the City, its elected officials, employees, 26 agents or representatives, with respect to third party claims against the Vendor relating to or 27 28 Exhibit"A" 2 1 in any way connected with the accomplishment of the work or performance of services 2 under this Agreement. 3 5. INSURANCE. 4 While not restricting or limiting the foregoing, during the term of this Agreement, 5 VENDOR shall maintain in effect policies of comprehensive public, general and automobile 6 liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory 7 8 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 9 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an 10 additional named insured in each policy of insurance provided hereunder. The Certificate of 11 Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 12 termination in the policy. Insurer shall give CITY 30 days notice prior to enactment and any 13 change or termination of policy. 14 6. NON-DISCRIMINATION. 15 16 In the performance of this Agreement and in the hiring and recruitment of employees, 17 VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, 18 discrimination in employment of persons because of their race, religion, color, national origin, 19 ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or 20 sexual orientation, or any other status protected by law. 21 7. INDEPENDENT CONTRACTOR. 22 23 VENDOR shall perform work tasks provided by this Agreement, but for all intents and 24 purposes VENDOR shall be an independent contractor and not an agent or employee of the 25 CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of 26 Income Tax, Social Security, State Disability Insurance Compensation, Unemployment 27 Compensation, and other payroll deductions for VENDOR and its officers, agents, and 28 Exhibit"A" 3 1 employees, and all business licenses, if any are required, in connection with the services to be 2 performed hereunder. 3 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. 4 VENDOR warrants that it possesses or shall obtain, and maintain a business registration 5 certificate pursuant to Chapter 5 of the,Municipal Code, and any other licenses, permits, 6 qualifications, insurance and approval of whatever nature that are legally required of VENDOR 7 8 to practice its business or profession. 9 NOTICES. 10 Any notices to be given pursuant to this Agreement shall be deposited with the United 11 States Postal Service, postage prepaid and addressed as follows: 12 TO THE CITY: Public Works Director 13 300 North"D" Street San Bernardino, CA 92418 14 Telephone: (909) 384-5140 15 TO THE VENDOR: Alden Fleet Solutions, Inc. 16 1248 Discovery Bay Dr. Chula Vista, CA 91915 17 Telephone: (619) 806-0958 Contact: Omar Gonzalez 18 9. ATTORNEYS' FEES. 19 20 In the event that litigation is brought by any party in connection with this Agreement, 21 the prevailing party shall be entitled to recover from the opposing party all costs and expenses, 22 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of 23 its rights or remedies hereunder or the enforcement of any of the terms, conditions or 24 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 25 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 26 27 fees" for the purposes of this paragraph. 28 Exhibit"A" 4 1 10. ASSIGNMENT. 2 VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or 3 encumber all or any part of the VENDOR's interest in this Agreement without CITY'S prior 4 written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void 5 and shall constitute a breach of this Agreement and cause for the termination of this 6 Agreement. Regardless of CITY's consent,no subletting or assignment shall release VENDOR 7 8 of VENDOR's obligation to perform all other obligations to be performed by VENDOR 9 hereunder for the term of this Agreement. 10 11. VENUE. 11 The parties hereto agree that all actions or proceedings arising in connection with this 12 Agreement shall be tried and litigated either in the State courts located in the County of San 13 Bernardino, State of California or the U.S. District Court for the Central District of California, 14 Riverside Division. The aforementioned choice of venue is intended by the parties to be 15 16 mandatory and not permissive in nature. 17 12. GOVERNING LAW. 18 This Agreement shall be governed by the laws of the State of California. 19 13. SUCCESSORS AND ASSIGNS. 20 This Agreement shall be binding on and inure to the benefit of the parties to this Agreement 21 and their respective heirs, representatives, successors, and assigns. 22 23 14. HEADINGS. 24 The subject headings of the sections of this Agreement are included for the purposes of 25 convenience only and shall not affect the construction or the interpretation of any of its 26 provisions. 27 28 Exhibit"A" 5 1 15. SEVERABILITY. 2 If any provision of this Agreement is determined by a court of competent jurisdiction to 3 be invalid or unenforceable for any reason, such determination shall not affect the validity or 4 enforceability of the remaining terms and provisions hereof or of the offending provision in any 5 other circumstance, and the remaining provisions of this Agreement shall remain in full force 6 and effect. 7 8 16. ENTIRE AGREEMENT; MODIFICATION. 9 This Agreement constitutes the entire agreement and the understanding between the 10 parties, and supercedes any prior agreements and understandings relating to the subject manner 11 of this Agreement. This Agreement may be modified or amended only by a written instrument 12 executed by all parties to this Agreement. 13 14 � 15 16 HI 17 /// 18 /// 19 /// 20 21 HI 22 23 24 25 /// 26 27 28 Exhibit"A" 6 1 VENDOR SERVICE AGREEMENT ALDEN FLEET SOLUTIONS,INC. 2 3 IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and 4 date set forth below. 5 6 Dated: , 2011 Alden Fleet Solutions, Inc. ' 7 By: EXHH317' COI'Y 8 Name: 9 Title: 10 11 Dated , 2011 CITY OF SAN BERNARDINO 12 By: EX1II13IT COPY 13 Charles E. McNeely, City Manager Approved as to Form: 14 15 By: 1,A11113IT ('OP)' 16 James F. Penman, City Attorney 17 18 19 20 21 22 23 24 25 26 27 28 Exhibit"A" 7 �1fa #ie* ALDEN FLEET SOLUTIONS, Quote ' 1248 Discovery Bay Dr Chula Vista,CA 91915 Date Quote# 10/26/2010 2007 Name/Address City of San Bernardino Public Works Depar Jim Keezell Integrated Waste Division Manager 234 South Mt.View Ave San Bernardino,CA 92408 Rep Project OG Description Qty Total Netwokfleet GPS(Discounted by volume from$475.00) 83 24,485.00T (39 sideloaders,18 front end loaders,12 roll-off,l rear loader,4 pickups,2 utility vehicles,7 sweepers) letworkfleet Wirelesses Service 83 @a 24.99(Discounted by volume from 12 24,890.04 $29.99) $2,074.17 (12 month service) 1 200.00 CHANGE ORDER October 26,2010 >Added 1 Shipping.(+$200.00) Total change to estimate+$200.00 Sales Tax 2142.44 Thank you for your business. Total $51,717.48 VENDOR SERVICE AGREEMENT. 1 2 This Vendor Service Agreement is entered into this 7th day of March 2011, by and 3 between Alden Fleet Solutions, Inc. ("VENDOR") and the City of San Bernardino ("CITY" or 4 "San Bernardino"). 5 WITNESSETH: 6 WHEREAS, the Mayor and Common Council has determined that it is advantageous 7 8 and in the best interest of the CITY to contract for GPS tracking system services; and 9 WHEREAS, this purchase be exempt from the formal contract procedures of Section 10 3.04.010 of the Municipal Code, pursuant to Section 3.04.010. B.3 of said Code, "Purchases 11 approved by the Mayor and Common Council;"and, 12 NOW, THEREFORE,the parties hereto agree as follows: 13 1. SCOPE OF SERVICES. 14 For the remuneration stipulated, San Bernardino hereby engages the services of 15 16 VENDOR to provide those products and services as set forth in Attachment "1 and 17 incorporated herein by this reference. 18 2. COMPENSATION AND EXPENSES. 19 a. For the services delineated above, the CITY, upon presentation of an invoice, shall 20 pay the VENDOR up to the amount of$35,124.12 for GPS tracking system services 21 per Attachment "1." The cost to purchase and install the GPS units will be 22 23 approximately $24,485.00 (this is a one time cost) and the ongoing yearly network 24 fee will be $24,890.04 for all 83 refuse vehicles. 25 b. No other expenditures made by VENDOR shall be reimbursed by CITY. 26 27 28 1 1 3. TERM; TERMINATION. 2 The term of this agreement shall be from March 7, 2011 through June 30, 2011, with 3 four one-year extensions at the City's option. Option year one, if exercised, shall be effective 4 July 1, 2011 through June 30, 2012. Option year two, if exercised, shall be effective July 1, 5 2012 through June 30, 2013. Option year three, if exercised, shall be effective July 1, 2013 6 through June 30, 2014. Option year four, if exercised, shall be effective July 1, 2014 through 7 8 June 30, 2015. 9 This Agreement may be terminated at any time by thirty (30) days' written notice by 10 either party. The terms of this Agreement shall remain in force unless amended by written 11 agreement of the parties executed on or before the date of expiration of current term of the 12 agreement. 13 4. INDEMNITY. 14 Vendor shall defend, indemnify, and hold harmless the City, its officers, employees and 15 16 agents from any claims, demands, lawsuits, liabilities, judgments, or expenses, including 17 attorney's fees, damage to property or injuries to or death of any person or persons or 18 damages of any nature including, but not limited to, all civil claims or workers' 19 compensation claims, to the extent arising out of, pertaining to, or related to the negligence, 20 recklessness, or willful misconduct of Vendor, its employees, agents or subcontractors in 21 the performance of this Agreement, except that such duty to defend, indemnify, and hold 22 23 harmless shall not apply to the extent where injury to person or property is caused by City's 24 negligence, recklessness or willful misconduct. Vendor hereby waives any and all rights to 25 any types of express or implied indemnity against the City, its elected officials, employees, 26 agents or representatives, with respect to third party claims against the Vendor relating to or 27 28 2 3 , in any way connected with the accomplishment of the work or performance of services 1 2 under this Agreement. i 3 5. INSURANCE. 4 While not restricting or limiting the foregoing, during the term of this Agreement, 5 VENDOR shall maintain in effect policies of comprehensive public, general and automobile 6 liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory 7 8 worker's compensation coverage, and shall file copies of said policies with the CITY's Risk 9 Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an i 10 additional named insured in each policy of insurance provided hereunder. The Certificate of 11 Insurance furnished to the CITY shall require the insurer to notify CITY of any change or 12 termination in the policy. Insurer shall give CITY 30 days notice prior to enactment and any 13 change or termination of policy. 14 6. NON-DISCRIMINATION. i 15 i 16 In the performance of this Agreement and in the hiring and recruitment of employees, 17 VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, 18 discrimination in employment of persons because of their race, religion, color, national origin, 19 ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or 20 sexual orientation, or any other status protected by law. 21 7. INDEPENDENT CONTRACTOR. 22 VENDOR shall perform work tasks provided by this Agreement, but for all intents and 23 24 purposes VENDOR shall be an independent contractor and not an agent or employee of the s 25 CITY. VENDOR shall secure, at its expense, and be responsible for any and all payment of I 26 Income Tax, Social Security, State Disability Insurance Compensation, Unemployment 27 Compensation, and other payroll deductions for VENDOR and its officers, agents, and Lr 28 3 1 employees, and all business licenses, if any are required, in connection with the services to be 2 performed hereunder. 3 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. 4 VENDOR warrants that it possesses or shall obtain, and maintain a business registration 5 certificate pursuant to Chapter 5 of the Municipal Code, and any other licenses, permits, 6 qualifications, insurance and approval of whatever nature that are legally required of VENDOR 7 8 to practice its business or profession. 9 NOTICES. 10 Any notices to be given pursuant to this Agreement shall be deposited with the United 11 States Postal Service,postage prepaid and addressed as follows: 12 TO THE CITY: Public Works Director 13 300 North"D" Street San Bernardino, CA 92418 14 Telephone: (909) 384-5140 I 15 TO THE VENDOR: Alden Fleet Solutions, Inc. 16 1248 Discovery Bay Dr. Chula Vista, CA 91915 17 Telephone: (619) 806-0958 Contact: Omar Gonzalez 18 t 9. ATTORNEYS' FEES. 19 2 20 In the event that litigation is brought by any party in connection with this Agreement, 21 the prevailing party shall be entitled to recover from the opposing party all costs and expenses, 22 including reasonable attorneys' fees, incurred by the prevailing party in the exercise of any of 23 its rights or remedies hereunder or the enforcement of any of the terms, conditions or 24 provisions hereof. The costs, salary and expenses of the City Attorney and members of his 25 office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' 26 27 fees" for the purposes of this paragraph. 28 4 1 10. ASSIGNMENT. 2 VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or 3 encumber all or any part of the VENDOR's interest in this Agreement without CITY's prior 4 written consent. Any attempted assignment, transfer, subletting or encumbrance shall be void 5 and shall constitute a breach of this Agreement and cause for the termination of this 6 Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR 7 8 of VENDOR's obligation to perform all other obligations to be performed by VENDOR 9 hereunder for the term of this Agreement. 10 11. VENUE. 11 The parties hereto agree that all actions or proceedings arising in connection with this 12 Agreement shall be tried and litigated either in the State courts located in the County of San 13 Bernardino, State of California or the U.S. District Court for the Central District of California, 14 Riverside Division. The aforementioned choice of venue is intended by the parties to be 15 16 mandatory and not permissive in nature. 17 12. GOVERNING LAW. 18 This Agreement shall be governed by the laws of the State of California. 19 13. SUCCESSORS AND ASSIGNS. 20 This Agreement shall be binding on and inure to the benefit of the parties to this Agreement 21 and their respective heirs,representatives, successors, and assigns. 22 23 14. HEADINGS. 24 The subject headings of the sections of this Agreement are included for the purposes of 25 convenience only and shall not affect the construction or the interpretation of any of its 26 provisions. 27 28 5 1 15. SEVERABILITY. 2 If any provision of this Agreement is determined by a court of competent jurisdiction to 3 be invalid or unenforceable for any reason, such determination shall not affect the validity or 4 enforceability of the remaining terms and provisions hereof or of the offending provision in any 5 other circumstance, and the remaining provisions of this Agreement shall remain in full force 6 and effect. 7 8 16. ENTIRE AGREEMENT; MODIFICATION. 9 This Agreement constitutes the entire agreement and the understanding between the 10 parties, and supercedes any prior agreements and understandings relating to the subject manner 11 of this Agreement. This Agreement may be modified or amended only by a written instrument 12 executed by all parties to this Agreement. 13 14 15 I 16 17 18 4 19 20 21 22 23 /// 24 25 26 27 28 �rr� 6 1 VENDOR SERVICE AGREEMENT ALDEN FLEET SOLUTIONS, INC. 2 3 IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and 4 date set forth below. 5 6 Dated: , 2011 Alden Fleet Solutions, Inc. 7 By: 8 Name: 9 Title: 10 11 Dated , 2011 CITY OF SAN BERNARDINO 12 By: 13 Charles E. McNeely, City Manager Approved as to Form: 14 15 By: 16 James . Penman, City Attorney 17 18 19 20 21 22 23 24 25 26 27 28 7 4444 MCA I MmINC.ALDEN FLEET SOLUTIONS, Q u Ote 1248 Discovery Bay Dr Chula Vista,CA 91915 Date Quote# 10/26/2010 2007 Name/Address City of San Bernardino Public Works Depar Jim Keezell Integrated Waste Division Manager 234 South Mt.View Ave San Bernardino,CA 92408 Rep Project OG Description Qty Total Netwokfleet GPS(Discounted by volume from$475.00) 83 24,485.00T (39 sideloaders,18 front end loaders,12 roll-off,I rear loader,4 pickups,2 utility vehicles,7 sweepers) Networkfleet Wirelesses Service 83 @ 24.99(Discounted by volume from 12 24,890.04 29.99) $2,074.17 (12 month service) 1 200.00 --CHANGE ORDER October 26,2010 >Added 1 Shipping.(+$200.00) Total change to estimate+$200.00 Sales Tax 2,142.44 Thank you for your business. Total $51,717.48 —7-77777 7777; =ry. ;�'n; - ^�:r,-,'.j_;gip^ y.o;;:aC::r{�.—:z: =:. .•r:� o-s - 1 S��1 t y"•-3.nt �..+i.= r s ��, w < •� L•'"t.J f 4" !"Yr 4 _ ADt � °'LT !�1^,.-r.ryt4 •g` �'�iyw- .: A a �.� .t�� .c'�-t ;7`��y µ_r� ar"-f t.a �..,r,�,s..:.s:.�G:a.-.- ,.'Sc-� �-�t-�..�>_y..a:.'�t: _Y�i'.. :+:.`��:;!f',' il_ :<� s ti {'� -.�.••,,iaw. � �;.;'.i• -