Loading...
HomeMy WebLinkAbout29-Public Services o o o CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: Ken Fischer, Director Dept: Public Services Date: May 27,2008 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 $110,000 with three (3) one-year extensions at the City's option between the City of San Bernardino and Fluoresco Lighting & Signs for streetlight maintenance services. Synopsis of Previous Council Action: Meeting Date: June 2, 2008 Recommended Motion: Adopt Resolution. x~/' Contact person: Ken Fischer, Director Phone: 5140 Supporting data attached: Staff Report, Resolution, Vendor Service Agreement and Exhibit "1" FUNDING REQUIREMENTS: Council Notes: Ward: All Amount: Source: $110,000 FY 08-09 001-409-5502 Professional Contractual Services Finance: Agenda Item No. ;;l.q V/J-J 01 o o o 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 $110,000 with three (3) one-year extensions at the City's option between the City of San Bernardino and Fluoresco Lighting & Signs for streetlight maintenance services. Background: In June of 2006, the Mayor and Common Council hired Management Partners, Inc. to conduct a review of the City's government. Their goal was to identify and recommend ways that the City could improve its operations in order to save money and be more efficient. The review resulted in the issuance of Recommendation No. 185, uTo contract out streetlight maintenance and repair." The Public Services Street Division, Traffic Signal and Street Lighting Section handles the maintenance of approximately thirty-five hundred (3,500) city owned streetlights, electrical needs in City parks, parking structure lighting and Carousel Mall lighting. This Section has found it challenging to provide the level of services necessary to meet the need to maintain these various systems. Now would be a good time to test how a contract service may be able to complement our staff. So, we have sought bids for a company to handle routine streetlight repair services Citywide. Routine work would include replacement of bulbs, sensors, lenses, fuses, etc. These are usually the cause of most light outages. This will allow our four remaining electricians to handle non-routine work, such as pulling new wire, transformer repair/replacement, setting new poles as well as the other work mentioned above. Staff met and conferred with SBPEA representatives on this issue on March 6, 2008. Staff established a temporary purchase order with Computer Services Co. in the amount of $24,900 to cover light bulb and photocell replacement services from April 28 through June 30, 2008. On April 28, 2008 a formal bid process was initiated to solicit bids for Streetlight Maintenance Services. Notices of bids were mailed to the Chamber of Commerce and four (4) vendors. Three (3) vendors responded. The other did not submit a bid. Staff researched and found no local vendors that provide this specialized service. The vendor, business location, and hourly rate are listed below. Vendor Fluoreco Lighting & Signs Republic ITS Computer Services Co. Day Lite Maintenance Location Pomona, CA Novato, CA Corona, CA Orange, CA RFP/Hourlv Rates $78.00 $85.00 $96.00 Non-responsive 1 o CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report- Continued Staff has contacted the cities of Glendale, AZ and Flagstaff, AZ to discuss the level of services provided by Fluoresco Lighting & Signs. Both cities are satisfied with the services of Fluoresco Lighting & Signs. The Public Services Street Division will administer the contract and manage all of the assignments given to the contractor. The contractor will report back once the assignments are completed. Staff will review the completed assignments before payments are issued. The contractor may also provide technical support and repairs for streetlight outages. The contract is based on both an hourly rate and will charge for streetlight base replacement services according to the quantity of units serviced. For example, the contractor will charge an hourly rate when performing bulb replacement and $812 per base for base replacement services (see attached FRQ-08-19). Staff will budget $110,000 per year for each subsequent term if the City exercises the options set forth in the Vendor Service Agreement. Therefore, staff recommends that we enter into an agreement with Fluoresco Lighting & Signs for streetlight maintenance services. Financial Impact: Funding for this contract has been budgeted in the FY 08-09 Budget in Account No. 001-409- O 5502 (Professional Contractual Services) in the amount of $110,000. The Preliminary FY 08- 09 Budget will also reflect the deletion of two (2) Electrician I positions. Recommendation: Adopt Resolution. o 2 o o o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION 1110. 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 $110,000 WITH TWO (2) ONE-YEAR EXTENSIONS AT THE CITY'S OPTION BETWEEN THE CITY OF SAN BERNARDINO AND FLUORESCO LIGHTING & SIGNS FOR STREETLIGHT MAINTENANCE SERVICES. WHEREAS, Fluoresco Lighting & Signs submitted the lowest bid for streetlight maintenance services per Bid Specification RFQ-F-08-19; BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. That the City Manager is hereby authorized to execute on behalf of said City a Vendor Service Agreement between the City of San Bernardino and Fluoresco Lighting & Signs, a copy of which is attached hereto, marked Exhibit "A" and incorporated herein by reference as fully as though set forth at length. SECTION 2. That pursuant to this determination, the Director of Finance or his/her designee is hereby authorized to issue an annual purchase order to Fluoresco Lighting & Signs, for a total amount of $110,000. The Purchase Order shall reference this Resolution No. 2008- and shall read, "Fluoresco Lighting & Signs for streetlight maintenance services. P.O. No. , not to exceed $110,000" and shall incorporate the terms and conditions of the Agreement. SECTION 3. The authorization to execute the above referenced Purchase Order and Agreement is rescinded if it is not issued within sixty (60) days of the passage of this resolution. 1/1 1/1 6 -;1-0& (l) I) . ;;;J I 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT AND 2 ISSUANCE OF A PURCHASE ORDER IN THE AMOUNT OF $110,000 WITH TWO (2) ONE-YEAR EXTENSIONS AT THE CITY'S OPTION BETWEEN THE CITY OF 3 SAN BERNARDINO AND FLUORESCO LIGHTING & SIGNS FOR STREETLIGHT " MAINTENANCE SERVICES. 5 6 7 8 9 10 11 12 13 14 15 16 17 18 o o o 19 20 21 22 23 24 25 26 27 28 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of , 2008, by the following vote, to wit Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA BAXTER BRINKER DERRY KELLEY JOHNSON MCCAMMACK Rachel G. Clark, City Clerk The foregoing resolution ,2008. day of is hereby approved this Patrick J. Morris, Mayor City of San Bernardino Approved as to Form: o o o 1 2 3 . 5 6 7 8 9 10 11 12 13 U 15 16 17 18 19 20 21 22 23 24 25 26 27 28 VENDOR SERVICE AGREEMENT This Vendor Service Agreement is entered into this 2nd day of June 2008, by and between Fluoresco Lighting & Signs ("VENDOR") and the City of San Bernardino ("CITY" or "San Bernardino"). WITNESSETH: WHEREAS, the Mayor and Common Council has determined that it is advantageous and in the best interest of the CITY to contract for streetlight maintenance services; and WHEREAS, the City of San Bernardino did solicit and accept proposals and bids from a number of vendors for streetlight maintenance services. NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES. For the remuneration stipulated, San Bernardino hereby engages the servIces of VENDOR for streetlight maintenance services for all CITY streetlights as set forth in its proposal dated April 28, 2008, attached hereto, marked Exhibit "I" and incorporated herein by this reference as fully as though set forth at length. 2. COMPENSATION AND EXPENSES. a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the VENDOR, up to $110,000 for the initial term from July I, 2008 through June 30, 2009 and up to $110,000 for each additional term. b. No other expenditures made by VENDOR shall be reimbursed by CITY. 3. TERM. The term of this agreement shall be from July I, 2008 through June 30, 2009, with three (3) one-year extensions at the City's option. Option year one, if exercised, shall be effective July I, 2009 through June 30, 2010. Option year two, if exercised, shall be effective July I, Exhibit "A" o o o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2010 through June 30, 2011. Option year three,-ifexercised, shall be effective July I, 2011 through June 30, 2012. This Agreement may be terminated at any time by thirty (30) days' written notice by either party. The terms of this Agreement shall remain in force unless mutually amended. The duration of this Agreement may be extended with the written consent of both parties. 4. INDEMNITY. CITY agrees to indemnifY and hold harmless VENDOR, its officers, agents and volunteers from any and all claims, actions, or losses, damages and/or liability resulting from CITY's negligent acts or omissions arising from the CITY's performance of its obligations under the Agreement. VENDOR agrees to indemnifY and hold harmless the CITY, its officers, agents, and volunteers from any and all claim, actions, or losses, damages and/or liability resulting from VENDOR's negligent acts or omissions arising from the VENDOR's performance of its obligations under the agreement. In the event the CITY and/or the VENDOR is found to be comparatively at fault for any claim, action, loss, or damage which results from their respective obligations under the Agreement, the CITY and/or VENDOR shall indemnify the other to the extent of this comparative fault. S. INSURANCE. While not restricting or limiting the foregoing, during the term of this Agreement, VENDOR shall maintain in effect policies of comprehensive public, general and automobile liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the CITY's Risk Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an Exhibit "A" o c o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 additional named insured in each policy of insurance provided hereunder. The Certificate of Insurance furnished to the CITY shall require the insurer to notifY CITY of any change or termination in the policy. 6. NON-DISCRIMINATION. In the performance of this Agreement and in the hiring and recruitment of employees, VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or sexual orientation, or any other status protected by law, except as permitted pursuant to Section 12940 of the California Government Code. 7. INDEPENDENT CONTRACTOR. VENDOR shall perform work tasks provided by this Agreement, but for all intents and purposes VENDOR shall be an independent contractor and not an agent or employee of the CITY. VENDOR shall secure, at its 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 VENDOR and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. VENDOR warrants that it possesses or shall obtain, and maintain a business registration certificate pursuant to Chapter 5 of the Municipal Code, and any other licenses, permits, qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice its business or profession. Exhibit "A" o o o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 NOTICES. Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service, postage prepaid and addressed as follows: TO THE CITY: Public Services Director 300 North "0" Street San Bernardino, CA 92418 Telephone: (909) 384-5140 TO THE VENDOR: Fluoresco Lighting & Signs 2778 Pomona Blvd. Pomona, CA 91768 Telephone: (909) 592-0870 Contact: Bryce Pennington 9. ATTORNEYS' FEES. In the event that litigation is brought by any party in connection with this Agreement, 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. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the purposes of this paragraph. 10. ASSIGNMENT. VENDOR shall not voluntarily or by operation of law assign, transfer, sublet or encumber all or any part of the VENDOR'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 the termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR Exhibit "A" o o o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 of VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder for the term of this Agreement. 11. VENUE. The parties hereto agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated either in the State courts located in the County of San Bernardino, State of California or the U.S. District Court for the Central District of California, Riverside Division. The aforementioned choice of venue is intended by the parties to be mandatory and not permissive in nature. 12. GOVERNING LAW. This Agreement shall be governed by the laws of the State of California. 13. SUCCESSORS AND ASSIGNS. This Agreement shall be binding on and inure to the benefit of the parties to this Agreement and their respective heirs, representatives, successors, and assigns. 14. HEADINGS. The subject headings of the sections of this Agreement are included for the purposes of convenience only and shall not affect the construction or the interpretation of any of its provisions. 15. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the parties, and supercedes any prior agreements and understandings relating to the subject manner of this Agreement. This Agreement may be modified or amended only by a written instrument executed by all parties to this Agreement. III Exhibit "An o o o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 VENDORSER~CEAGREEMENT FLUORESCO LIGHTING & SIGNS IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. ,2008 Dated: ,2008 Dated Approved as to Form: VENDOR By: Its: CITY OF SAN BERNARDINO By: Fred Wilson, City Manager By: James F. Penman, City Attorney Exhibit "A" o o o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 VENDOR SERVICE AGREEMENT This Vendor Service Agreement is entered into this 2nd day of June 2008, by and between Fluoresco Lighting & Signs ("VENDOR") and the City of San Bernardino ("CITY" or "San Bernardino"). WITNESSETH: WHEREAS, the Mayor and Common Council has determined that it is advantageous and in the best interest of the CITY to contract for streetlight maintenance services; and WHEREAS, the City of San Bernardino did solicit and accept proposals and bids from a number of vendors for streetlight maintenance services. NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SERVICES. For the remuneration stipulated, San Bernardino hereby engages the services of VENDOR for streetlight maintenance services for all CITY streetlights as set forth in its proposal dated April 28, 2008, attached hereto, marked Exhibit "I" and incorporated herein by this reference as fully as though set forth at length. 2. COMPENSATION AND EXPENSES. a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the VENDOR, up to $110,000 for the initial term from July 1, 2008 through June 30, 2009 and up to $110,000 for each additional term. b. No other expenditures made by VENDOR shall be reimbursed by CITY. 3. TERM. The term of this agreement shall be from July 1, 2008 through June 30, 2009, with three (3) one-year extensions at the City's option. Option year one, if exercised, shall be effective July 1, 2009 through June 30, 2010. Option year two, if exercised, shall be effective July 1, o o o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2010 through June 30, 2011. Option year three, if exercised, shall be effective July I, 2011 through June 30, 2012. This Agreement may be terminated at any time by thirty (30) days' written notice by either party. The terms of this Agreement shall remain in force unless mutually amended. The duration ofthis Agreement may be extended with the written consent of both parties. 4. INDEMNITY. CITY agrees to indemnify and hold harmless VENDOR, its officers, agents and volunteers from any and all claims, actions, or losses, damages and/or liability resulting from CITY's negligent acts or omissions arising from the CITY's performance of its obligations under the Agreement. VENDOR agrees to indemnify and hold harmless the CITY, its officers, agents, and volunteers from any and all claim, actions, or losses, damages and/or liability resulting from VENDOR's negligent acts or omissions arising from the VENDOR's performance of its obligations under the agreement. In the event the CITY and/or the VENDOR is found to be comparatively at fault for any claim, action, loss, or damage which results from their respective obligations under the Agreement, the CITY and/or VENDOR shall indemnify the other to the extent of this comparative fault. S. INSURANCE. While not restricting or limiting the foregoing, during the term of this Agreement, VENDOR shall maintain in effect policies of comprehensive public, general and automobile liability insurance, in the amount of $1,000,000.00 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the CITY's Risk Manager prior to undertaking any work under this Agreement. CITY shall be set forth as an o 1 2 3 4 5 6 7 8 9 10 11 12 13 .14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 o o additional named insured in each policy of insurance provided hereunder. The Certificate of Insurance furnished to the CITY shall require the insurer to notify CITY of any change or termination in the policy. 6. NON-DISCRIMINATION. In the performance of this Agreement and in the hiring and recruitment of employees, VENDOR shall not engage in, nor permit its officers, employees or agents to engage in, discrimination in employment of persons because of their race, religion, color, national origin, ancestry, age, mental or physical disability, medical conditions, marital status, sexual gender or sexual orientation, or any other status protected by law, except as permitted pursuant to Section 12940 of the California Government Code. 7. INDEPENDENT CONTRACTOR. VENDOR shall perform work tasks provided by this Agreement, but for all intents and purposes VENDOR shall be an independent contractor and not an agent or employee of the CITY. VENDOR shall secure, at its 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 VENDOR and its officers, agents, and employees, and all business licenses, if any are required, in connection with the services to be performed hereunder. 8. BUSINESS REGISTRATION CERTIFICATE AND OTHER REQUIREMENTS. VENDOR warrants that it possesses or shall obtain, and maintain a business registration certificate pursuant to Chapter 5 of the Municipal Code, and any other licenses, permits, qualifications, insurance and approval of whatever nature that are legally required of VENDOR to practice its business or profession. o 1 2 3 4, 5 6 7 8 9 10 .11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 o o NOTICES. Any notices to be given pursuant to this Agreement shall be deposited with the United States Postal Service, postage prepaid and addressed as follows: TO THE CITY: Public Services Director 300 North "D" Street San Bernardino, CA 92418 Telephone: (909) 384-5140 TO THE VENDOR: Fluoresco Lighting & Signs 2778 Pomona Blvd. Pomona, CA 91768 Telephone: (909) 592-0870 Contact: Bryce Pennington 9. ATTORNEYS' FEES. In the event that litigation is brought by any party in connection with this Agreement, 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. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the CITY shall be considered as "attorneys' fees" for the purposes of this paragraph. 10. ASSIGNMENT. VENDOR shall not voluntarily or by operation of law asSIgn, transfer, sublet or encumber all or any part of the VENDOR'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 the termination of this Agreement. Regardless of CITY's consent, no subletting or assignment shall release VENDOR o o o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 of VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder for the term of this Agreement. 11. VENUE. The parties hereto agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated either in the State courts located in the County of San Bernardino, State of California or the U.S. District Court for the Central District of California, Riverside Division. The aforementioned choice of venue is intended by the parties to be mandatory and not permissive in nature. 12. GOVERNING LAW. This Agreement shall be governed by the laws of the State of California. 13. SUCCESSORS AND ASSIGNS. This Agreement shall be binding on and inure to the benefit of the parties to this Agreement and their respective heirs, representatives, successors, and assigns. 14. HEADINGS. The subject headings of the sections of this Agreement are included for the purposes of convenience only and shall not affect the construction or the interpretation of any of its provisions. 15. ENTIRE AGREEMENT; MODIFICATION. This Agreement constitutes the entire agreement and the understanding between the parties, and supercedes any prior agreements and understandings relating to the subject manner of this Agreement. This Agreement may be modified or amended only by a written instrument executed by all parties to this Agreement. III o o o 1 2 3 4, 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 VENDOR SERVICE-AGREEMENT FLUORESCO LIGHTING & SIGNS IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. Dated: ,2008 VENDOR By: Its: ,2008 CITY OF SAN BERNARDINO Dated By: Fred Wilson, City Manager Approved as to Form: ?--~............ es F. Penman, City Attorney o o o EXHIBIT "I" COpy PRICE FORM REQUEST FOR QUOTES: RFQ F-08-19 (RE-BID) DESCRIPTION OF RFQ: Streetlight Maintenance Services Contract Flvole sco L,'yi-h"J'. r .s-I9d5 J. 771j Po;4!O/7P/ 1J1t/d. fJO;11~C" . elf 9/768" BIDDER'S NAME/ADDRESS: NAMElTELEPHONE NO. OF /J I AUTHORIZED REPRESENTATIVE IS! YC e /1:;1"1/1 q rOJlf , J1" qoq - s,,~ - () <670 ITEM: HOURLY RATE: 1. General Maintenance & Repair $ 7~ OCJ / 1/,.,., $ 7f. 00/1Ir. $ 3 '1. ooj fir. 2. Additional Service & Repair 3. Monthly Night Inspections 4. Extra Work (use extra sheet(s) if necessary) a) Employee Class Jc.l.<rl1I'v"",,,,,, f;/ec.l,..,'c.t'''T\ 1 JO"'".lfey"","'" Lil1e~ beneJ"'Ot/ L....6"rer b) Specialized Equipment - Crall! c) Materials 5. Base Replacement G 1 - 5 Bases $ l) f).. .DO 18 o o o 6 -10 Bases $ 8/2..00 11-15 Bases $ 7]/00 16 - 20 Bases $ o 'I)'. 00 6. Emergency Service/Parts & Materials Percent Above Invoice I~ % ANNUAL PURCHASE ORDER Effective on or about July 1, 2008 through June 30, 2009, plus three-(3) single year renewal options, for the City's full or partial requirements on an as needed basis, with no guaranteed usage. Ootion vear one, if exercised shall be effective July 1, 2009 through June 30, 2010. Ootion vear two, if exercised shall be effective July 1, 2010 through June 30, 2011. Ootion vear three, if exercised shall be effective July 1, 2011 through June 30, 2012. Actual option year pricing shall be negotiated with the successful Proposer(s) prior to exercising any given. option year. Option years shall become effective only upon issuance by the City of a duly authorized Purchase Order. Are there any other additional or incidental costs, which will be required by your ~ in order to meet the requirements of the Technical Specifications? Yes / ~ (circle one). If you answered 'Yes", please provide detail of said additional costs: Please indicate any elements of the Technical Specifications that cannot be met by your firm. .11 IIOne 19 c Have you included in your bid all informational items and forms as reqUested?@i) I No (circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable % are: Net thirty (30) days. days; unless otherwise stated, payment terms In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm. and the date said Addenda waslwere received. o Verification of Addenda Received Addenda No: , Addenda No: Addenda No: AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: /1/1,/10 0/1 l?rfAt1c,A /'J1(A/1&fger DATE SIGNED: '1- 2. tt: - 0 g- FI.'o/'esec i'9/'h'''9 J- s/r-"s COMPANY NAME & ADDRESS: ;P7q' p,..;I'1Ma 81,,;.. P"""c."'a, Coli Cf 176f{ PHONE: tf09 - S'9;2 - Og70 FAX: QOq - 59) - OL/q S EMAlL: /)rd!IJ/"&1f)f/rWe~o. u,rn o 20