Loading...
HomeMy WebLinkAbout22-Public Services CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ADI&\ G \ N A L Dept: Public Services Subject: Resolution of the Mayor and Common Council of the City of San Bernardino authorizing the execution of an Amendment to the Agreernent and an increase to Purchase Order Number 302330 by an additional $20,000 to Zumar Industries, Incorporated for the purchase of additional traffic signs located throughout the City of San Bernardino. From: Ken Fischer, Director Date: April 14, 2009 Meeting Date: April 20, 2009 Synopsis of Previous Council Action: August 4, 2008 - Resolution No. 2008-317 - Mayor and Common Council of the City of San Bernardino authorizing the execution of an agreement and purchase order in the amount of $120,000 between the City of San Bernardino and Zumar Industries, Inc. Recommended Motion: Adopt Resolution. p:~ Signature Contact person: Ken Fischer, Director Supporting data attached: Staff Report, Resolution, Amendment NO.1 to the Vendor Service Agreement and Attachment "1 and 2" FUNDING REQUIREMENTS: Phone: Ward: 5140 All Source: $ 20,000 FY 08-09 CIP Account No. 135-378-5504-7362 Residential Street Repairs Amount: Council Notes: /ds-o Finance: 2 OC-' (,') - <f c) Agenda Item No. ~ 2. "'-1/)-01 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 Amendment to the Agreement and an increase to Purchase Order Number 302330 by an additional $20,000 to Zumar Industries, Incorporated for the purchase of additional traffic signs located throughout the City of San Bernardino. Background: On August 4, 2008, the Mayor and Common Council authorized the execution of an agreement and issuance of a purchase order in the amount of $120,000 to Zumar Industries Incorporated for the purchase of traffic signs. The contract term was for one year with the ability to renew up to four years, per Resolution 2008-317 and SB# 1-06 (See Attachment "1"). Since the approval of this agreement, staff has identified a number of old signs that have been vandalized by graffiti that cannot be repaired. These older signs do not have anti-graffiti sheeting so it is very difficult to remove the graffiti without damaging the signs. Staff has almost exhausted the current purchase order and is requesting an additional $20,000 in order to continue purchasing and replacing signs for the remainder of the fiscal year. Staff has identified $20,000 in our CIP SS-I Street Repairs Various Locations account. Staff recommends using these funds to purchase additional street signs. Zumar Industries, Incorporated has been responsive to our sign requirements. Staff recommends that the City Manager be authorized to increase Purchase Order Number 302330 by an additional $20,000. The sign system is a critical link for the control of vehicular traffic and enforcing of all traffic laws. The sign system is made up of Regulatory signs, Warning signs, and Guide signs. The Sign Maintenance Program is essential to keep the traffic sign system in working order. Financial Impact: Funds for this purchase are available in FY 08-09 CIP SS-I Street Repairs Various Locations Account Number 135-378-5504-7362 (Residential Street Repairs) in the amount of $20,000. Recommendation: Adopt Resolution. 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 NO. ((Q)[PY RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AMENDMENT TO THE AGREEMENT AND AN INCREASE TO PURCHASE ORDER NUMBER 302330 BY AN ADDITIONAL $20,000 TO ZUMAR INDUSTRIES, INCORPORATED FOR THE PURCHASE OF ADDITIONAL TRAFFIC SIGNS LOCATED THROUGHOUT THE CITY OF SAN BERNARDINO. WHEREAS, the current Purchase Order of $120,000 needs to be increased by $20,000 for a total Purchase Order amount of $140,000; and WHEREAS, the term of this Agreement shall be from April 20, 2009 through June 30, 2009, with two (2) one-year extensions at the City's option. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. The City Manager of the City of San Bernardino is hereby authorized to execute on behalf of said City an Amendment to the Agreement between the City of San Bernardino and Zumar Industries, Incorporated, a copy of which is attached hereto, marked Exhibit "A 1" 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 her designee is hereby authorized to increase Purchase Order Number 302330 by $20,000 to Zumar Industries, Incorporated for a total amount not to exceed $140,000. SECTION 3. The Purchase Order shall reference this Resolution Number and shall read, "Zumar Industries, Inc. for traffic sign materials. Agreement not to exceed $140,000" and shall incorporate the terms and conditions of the agreement. SECTION 4. The authorization to execute the above referenced Purchase Order increase and Agreement is rescinded if it is not executed by both parties within sixty (60) days of the passage of this resolution. I{ -,2 O-Cf'7 ;:/:/ .1"J. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AMENDMENT TO THE AGREEMENT AND AN INCREASE TO PURCHASE ORDER NUMBER 302330 BY AN ADDITIONAL $20,000 TO ZUMAR INDUSTRIES, INCORPORATED FOR 3 THE PURCHASE OF ADDITIONAL TRAFFIC SIGNS LOCATED THROUGHOUT THE CITY OF SAN BERNARDINO. 1 2 4 5 6 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a 7 meeting thereof, held on the day of , 2009, by the 8 following vote, to wit: 9 Council Members: AYES NAYS ABSTAIN ABSENT 10 ESTRADA 11 12 BAXTER 13 BRINKER 14 SHORETT 15 KELLEY 16 JOHNSON 17 MCCAMMACK 18 19 20 21 22 23 24 Approved as to Form: Rachel G. Clark, City Clerk The foregoing resolution is hereby approved this ,2009. day of Patrick J. Morris, Mayor City of San Bernardino 25 26 27 28 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 AMENDMENT NO.1 TO VENDOR SERVICE AGREEME!\'T This Agreement is entered into this 20th day of April 2009, by and between Zumar Industries, Incorporated ("VEl'o.'DOR") and the City of San Bernardino ("CITY" or "San Bernardino"). RECIT ALS A. On August 4, 2008, the Mayor and Common Council authorized the execution of an Agreement and issuance ofa purchase order in the amount of5120,000 to Zumar Industries, Incorporated for the purchase of traffic signs ("Agreement"), a copy of which is attached hereto as Attachment "2" and incorporated by this reference. B. The CITY and VENDOR now desire to alter the Agreement to increase the amount of the Agreement by 520,000 for a total not to exceed S140,000. AGREEMENT In consideration of the mutual promises contained in the Vendor Services Agreement, the parties agree as follows: 1. Section 2 (a) of the Agreement is amended by striking S120,000 and adding the term $140,000. 2. Section 3 of the Agreement is amended by adding to the first sentence thereof the following: with (2) two one-year extensions at the City's option exercised in writing prior to the date of expiration of the term. Option year one, if exercised, shall be effective July 1,2009 through June 30, 2010. Option year two, if exercised, shall be effective July 1,2010 through June 30, 2011. 3. All other provisions of the written contract are reaffirmed as originally stated. III Exhibit "AI" 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 AMENDMENT NO.1 TO VENDOR SERVICE AGREEMEl\"T ZUMAR Il\"DUSTRIES, INCORPOR<\. TED I0i WITJ\ESS THEREOF, the parties hereto have executed the Agreement on the day and date first above written. Dated: ,2009 Dated: ,2009 ATTEST: Rachel Clark, City Clerk Approved as to form: James F. Penman, City Attorney By: Exhibit "AI" Zumar Industries, Incorporated By: CITY OF SAN BERc'\~ARDINO By: Charles E. McNeely, City Manager 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 AMENDMENT NO.1 TO VENDOR SERVICE AGREBiE:'\T This Agreement is entered into this 20th day of April 2009, by and between Zumar Industries, Incorporated ("VEl','DOR"') and the City of San Bemardino ("CITY" or "San Bemardino"). RECITALS A. On August 4.2008, the Mayor and Common Council authorized the execution of an Agreement and issuance of a purchase order in the amount of S 120.000 to Zumar Industries. Incorporated for the purchase of traffic si~'11s ('"Agreement"), a copy of which is attached hereto as Attachment "2" and incorporated by this reference. B. The CITY and VE~1)OR now desire to alter the Agreement to increase the amount of the Agreement by S20.000 for a total not to exceed S 140.000. AGREEMENT In consideration of the mutual promises contained in the Vendor Services Agreement. the parties agree as follows: 1. Section 2 (a) of the Agreement is amended by striking SI20,OOO and adding the term SI40,OOO. 2. Section 3 of the Agreement is amended by adding to the first sentence thereof the following: with (2) two one-year extensions at the City's option exercised in writing prior to the date of expiration of the teml. Option year one, if exercised, shall be effective July I, 2009 through June 30, 20 I O. Option year two, if exercised. shall be effective July 1. 2010 through June 30, 2011. 3. All other provisions of the written contract are reaffinned as originally stated. .i// 1 2 3 AMENDMENT NO.1 TO VENDOR SERVICE AGREEMEl\'T ZUMAR INDUSTRIES, INCORPORATED 4 IN WITNESS THEREOF. the parties hereto have executed the Agreement on the day 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 and date first above written. Dated: ,2009 Dated: ,2009 ATTEST: Rachel Clark, City Clerk Approved as to form: James F. Penman, City Attorney Zumar Industries, Incorporated By: CITY OF SANBE~1\;ARDINO By: Charles E. McNeely, City Manager ATTACHt~ENT "1" Page:" of. City of San Bernardino TECHNICAL SPECIFICATIONS BID SPECIFICATION NO. SB #1-06 TRAFFIC SIGNS NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Requirements: Bidder shall complete right-hand column indicating brief reasoning for exceptions to requirements when Dot acceptable. State "Acceptable" if requirements are agreeable as set forth in left-hand column and the cost of each item. Description: ~ The City of San Bernardino Public Services Department is taking bids for ~ Mariufactured traffic signs and sign faces. The contract term will be a one "'" Year contract with the ability to renew up to four years. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INV ALIDA TE BID CATEGORY 1 . ACCEPTABLE I ASSPEClflEO I. SCOPE A. All sheeting's must be match components for each sign made. B. Delivery charges are included with every sign order and should be reflected in each line item bid. e. All signs and sign faces ordered will have 1160 premium graffiti overlay. D. All pricing is guaranteed for one year from date of award of contract. E. Supplier will supply Public Services Department with signs and supplies during the ensuing fiscal year(s) and have them available to the Department within (I 0) working days. F. The price quote shall be for the fiscal year 2006- 2007. .-, I' .r ./ ":'/':"-/i f'i <' j) ,_._' 1- . ZUMAR INDUSTRIES. INC 9719 SANTA FE SPRINGS RD. SANTA FE SPRINGS CA 90S7(: Bid Spec. # F-Ol-" G. All quotes shall be on form provided furnished by Public Services Department. H. All signs must have date and manufacture screen printed in right hand corner in ',4" inch letters. I. Default: The City of San Bernardino by written notice of default to the contractor, may terminate the whole or any part of this contract in anyone of the following circumstances: A. If the contractor fails to rllake delivery of the supplies or signs specified in this contract. B. If contractor mils to perform any of the provisions of this contract, and fails to remedy the situation within a period of ten (10) days after receipt ofnoticc. J. In the event the City"ofSan Bernardino terminates this contract in who Ie or part, the City may procure supplies or services similar to those terminated, and contractor shall be liable to the City for and excess cost for such similar supplies. signs, or services. K. All aluminum blanks shall be 5052H38 alloy. Materials Soecifications Discriotion - Sheetin~ 1. Diamond Grade type 9 Florescent colors 1,000 Sq. Ft. 2. Diamond Grade type 9 standard colors 3,OOOSq. Ft. 3. High Intensity Grade type 4 prismatic 3,000 Sq. Ft. 4. Engineer grade type [ 3,000 Sq. FL S /lil','-i /i:NJ.....' /~..-T/tS,~~6r{l /,"C'-::~"Y Aluminim Blanks 5052H38 Alov ~,~~;,,;~~~T. I. Aluminum .\25 3,000 Sq. Ft. 2. Aluminum 0.804,500 Sq. ft. 3. Aluminum 0.63 2,000 Sq. Ft. 4. Extruded Blade 6" X 24" 600 Ln.. Ft. 5. Extruded Blade 6" X 30 .. 600 Ln. Ft :;~L.!rV~J\R i~Jf.)iJSTRiES, ~r'SJ=': 8719 SNHA FE SPRINGS RD. '~y~--:-~ i-;::: SPF~:\r"'~s c:" qnA7() Page. of. ;/5 S/lfC/H:; i) Unit Price 5(-,,& 4~'7 iuS .YJ. l 'h- -jr;,/ J.tj'f ) .'>) ;. i) (.- ).) if T oral Price .:JUt/'. i.';; l-f {;7tJ.t}c' 11')0 Cit.' )7!ii' ,.'{> - A-C.'." ~ /'1(, ()' --r-r'~- , /J'i),;.cc - ~ .. -1 . /.)t/.7.C': ..17e;- Ul /.';u &. u' Ij~)&.~ It Bid Spec. # F_Ol.u Page 11 of1' 6. Extruded Blade 6" X 36" 600 Ln. Fe ;.,,3 ;5/'1.L10 7. Extruded Blade 6" X 42" 600 Lq. Ft. .l :; U- IJ3it. DO . 8. Extruded Blade 6" X 48" 600 Lq. Ft. ~ 'J ,j.? /5t.v..'Ll . Please fill in all rie:bl hand columns and S;;:;ll bid sheet. Mail to: City of San Bernardino AITN: RandyKueule 234 S. Mountain View Avenue San Bernardino, CA 92408 \0~C: j S~'16CJ'? vc) Signed Please have bids in by Au ust 10. 2006 by 3:00 p.m. '? /1/: .7 <l.0_,,;U ! I Dale (.J / (Name & Title f Person Prepared the Bill) - -).:;~~ /, / ./ __,..-/. '---- Date 8/"0/ oC; (O"-11er of Business or Designee) Signed ZUMAR INDUSTRIES, INC g719 SANTA. FE SPRINGS RD '-;!l!-~:r-, r=(:" >::'PP~f..lr~c r-~ 0."'/"';'7'1 _. '_ .' . ''-' ,_- _ :..Jt":- -, Bid Spec. # F.OI.'. 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 .j RESOLUTION NO. 2008-317 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 $120,000 TO ZUMAR INDUSTRIES, INC., FOR THE PURCHASE OF TRAFFIC SIGNS FOR REPAIR, REMOVAL, AND REPLACEMENT OF DAMAGED, FADED AND VANDALIZED SIGNS, AND NEW INSTAllATION OF SIGNS lOCATED THROUGHOUT THE CITY OF SAN BERNARDINO. WHEREAS, In 2007 the City entered into a contract with Zumar Industries, Inc. based on its submittal of the lowest quote for the purchase of traffic signs for repair, removal, and replacement of damaged, faded and vandalized signs, and new installation of signs; and WHEREAS, Zumar Industries, Inc. has offered to enter into a new contract under the same terms and conditions, including pricing; and WHEREAS, Staff recommends entering into a new contract for the fiscal year 2008/2009 with all the terms and conditions of the 2007/2008 contract BE IT RESOLVED BY THE MAYOR AND COMMON COUNCil OF THE CITY OF SAN BERNARDINO AS FOllOWS: SECTION 1. The City Manager of the City of San Bernardino is hereby authorized to execute on behalf of said City a Vendor Service Agreement between the City of San Bernardino and Zumar Industries, Inc. a copy of which is attached hereto, marked Exhibit "AU and incorporated herein by reference as fully as though set forth at length. SECTION 2. This purchase is exempt from the formal contract procedures of Section 3.040.010 of the Municipal Code, pursuant to Section 304.010. B.3 of said Code. "Purchases approved by the Mayor and Common Council." III 28 III 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 2008-317 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 $120,000 TO ZUMAR INDUSTRIES, INC., FOR THE PURCHASE OF TRAFFIC SIGNS FOR REPAIR, REMOVAL, AND REPLACEMENT OF DAMAGED, FADED AND VANDALIZED SIGNS, AND NEW INSTALLATION OF SIGNS LOCATED THROUGHOUT THE CITY OF SAN BERNARDINO. SECTION 3. That pursuant to this determination the Director of Finance or hislher designee is hereby authorized to issue a purchase order to Zumar Industries, Inc. in the amount of $120,000. The Purchase Order shall reference this Resolution No. 2008- and shall read, "Zumar Industries, Inc. for traffic sign materials. Agreement not to exceed $120,000" and shall incorporate the terms and conditions of the agreement. SECTION 4. The authorization to execute the above referenced Agreement is rescinded if it is not issued within sixty (60) days of the passage of this resolution. III III III III III III 1/1 III III 1/1 III III I L 2008-317 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 $120,000 TO ZUMAR INDUSTRIES, INC., FOR THE PURCHASE OF TRAFFIC SIGNS FOR REPAIR, REMOVAL, AND REPLACEMENT OF DAMAGED, FADED AND VANDALIZED SIGNS, AND NEW INSTALLATION OF SIGNS LOCATED THROUGHOUT THE CITY OF SAN BERNARDINO. 1 2 3 4 5 6 7 8 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a ioint reeular meeting thereof, held on the 4 th 9 following vote, to wit: 10 Council Members: 11 ESTRADA AYES x 12 13 14 15 16 BAXTER x BRINKER x DERRY KELLEY x 17 JOHNSON 18 MCCAMMACK 19 20 21 22 x The foregoing resolution is August , 2008. 23 24 25 Approved as to Form: 26 27 28 day of August , 2008, by the NAYS ABSTAIN ABSENT x x q~ ./,J. ~ Rachel G. Clark, City Clerk . hereby approved this to 77" day of FPON (WED>OCT 1 :2008 11: 41 /ST. 11: 40/No. 7500000780 P - 2008-317 ATTACHMENT "2" l VENDORSER~CEAGREEMENT This Vendor Service Agreement is entered into this 411 day of August, 2008, by and between Zumar Industries, Inc. ("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 the purchase of directional signs, additional traffic signs for repair, removal, and replacement of damaged, faded and vandalized signs, and new installation of signs; and WHEREAS, Zumar Industries, Inc. Has offered to enter into a new contract under the same terms and conditions, including pricing, at contained on Attachment "I" attached hereto and made a part hereof. NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OF SER~CES. For the remuneration stipulated, San Bernardino hereby engages the services of VENDOR to provide those products and services for sign materials for the maintenance of the City's sign system pursuant to bid specifications SB# 1-06 attached hereto as Attachment 1. 2. COMPENSATION AND EXPENSES. a. For the services delineated above, the CITY, upon presentation of an invoice, shall pay the VENDOR up to the amount of $120.000 for providing sign materials as provided herein. No other expenditures made by VENDOR shall be reimbursed by CITY. 3. TERM; TERMINATION. I F:\wn.50N\PubticScrv-Zumar 7.31.08. o.pd FROM } 4. (WED)OCT 12008 11:41/ST.l1:40/Ho_ ,'="...............'~..... - -.> 2008-317 The term of this Agreement shall be for a period of one year from August 4, 2008 to June 30, 2009__ 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. INDEMNITY. Vendor agrees to and shall indemnify and hold the City, its elected officials, employees, agents or representatives, free and harmless from all claims, actions, damages and liabilities. of any kind and nature arising from bodily injury, including death, or property damage, based or asserted upon any actual or alleged act or omission of Vendor, its employees, agents, or subcontractors, relating to or in any way connected with the accomplishment of the work or performance of services under this Agreement, unless the bodily injury or property damage was actually caused by the sole negligence of the City, its elected officials, employees, agents or representatives. As part of the foregoing indemnity, Vendor agrees to protect and defend at its own expense, including attorney's fees, the City, its elected officials, employees, agents or representatives from any and all legal actions based upon such actual or alleged acts or omissions. Vendor hereby waives any and all rights to any types of express or implied indemnity against the City, its elected officials, employees, agents or representatives, with respect to third party claims against the 2 F'\ WILSONlPubbcSav-Zumar 7.31.08.-.pd FROM (WED)OCT 1 :ZOU't:J 111;.....'>:>-.. ...-....,.~~.._----_.-- 2008-317 Vendor relating to or in any way connected with the accomplishment of the work or performance of services under this Agreement. 5. 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 additional named insured in each policy of insurance provided hereunder. The Certificate of lnsurance 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 condition, 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 3 F:\W1lSON\PublicSav-Zumar 1.31.08 wpd FF.OM (WEO)OCT 12008 11:42/ST.l1:40/Ho.7500000780 P b 2008-317 ) for any and all payment of lncome Tax, Social Security, State Disability Insurance Compensation, Unemployment Compensation, and other payroll deductions for VENDOR and its officers, agents, and employees, and all business license, 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. 9. 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: .' ~}\~ ~~ TO THE VENDOR: 0\ Zumar Industries . ~ Inc. 1)1 9719 Santa Fe Sprinl!S Road v J Santa Fe Springs, Ca 90670 Teleohone: (562) 941-4633 Contact: Eric Gustafson Public Services Director 300 North "D" Street San Bernardino, CA 92418 Telephone: (909) 384--5140 10. 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 4 F:\wnsON\PubticServ-Zumar 731.08wpd FRO" <W~)OCT 1 2008 11:42/ST. 11:40'"0. ,~uu~u~_~ - ~ 2008-317 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. 11. 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 of VENDOR's obligation to perform all other obligations to be performed by VENDOR hereunder for the term of this Agreement. 12. 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. 13. GOVERNING LAW. This Agreement shall be governed by the laws of the State of California. 14. 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. 5 F:\Wll.SON\PubticScrv.Zumar 7.31.08.""" FROM (NEO> 0<":: ( 1 ::..:..........\0< .I....~~.:;,.....__....~~_.--.................................. 2008-317 ) 15. 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. 16. SEVERABILITY. If any provision of this Agreement is determined by a court of competent jurisdiction to be invalid or unenforceable for any reason, 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, and the remaining provisions of this Agreement shall remain in full force and effect. 17. 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. IN WITNESS THEREOF, the parties hereto have executed this Agreement on the day and date set forth below. Dated: Ac.u. Z7T*, 2008 By: Its: VENDOR. ~~ ~O~ 6 F:\WILSONlPublicS"",-ZJJmor 7.31.08."1"1 FROM ) Dated (2~ 7 ,2008 Approved as to Form: James F. Penman, City Attorney By: k J.. If:.-.. {J F:\WJl.SONlPubticScrv-Zumar 7.31.08. wpd 'l...t::.U~UI",;I . .,,0..........0 "._"'::'1':>'. ..._~...~. .~_v______ CITY OF SAN BERNARDINO By:~ri UJl~~ Fred Wilson, City . ger 7 2008-317