PURCHASING SPECIFICATION - City of Pomona
PURCHASING SPECIFICATION - City of Pomona
PURCHASING SPECIFICATION - City of Pomona
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
<strong>PURCHASING</strong><br />
<strong>SPECIFICATION</strong><br />
Subject:<br />
BUS STOP MAINTENANCE<br />
Page No: 1 <strong>of</strong> 35 Spec. No: 1001.9<br />
Effective Date:<br />
Approved by:<br />
10/24/2012<br />
Missi Kay<br />
Bid Due Date:<br />
November 14, 2012; 3:00p.m.<br />
INTRODUCTION<br />
The <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> is seeking bids from qualified companies to perform bus stop maintenance<br />
services throughout the <strong>City</strong>. The <strong>City</strong> seeks to award a one-year contract, with an option to<br />
renew the contract on an annual basis for up to two (2) additional years as best meets the needs<br />
<strong>of</strong> the <strong>City</strong>.<br />
BID SUBMISSION INSTRUCTIONS:<br />
Bid prices shall be submitted on the “Bid Sheet” provided. Sealed bids, clearly marked "Bus<br />
Stop Maintenance” will be opened on November 14, 2012 at 3:00 p.m. All bid submissions<br />
must be received in the purchasing <strong>of</strong>fice before the time <strong>of</strong> 3:00 p.m. One (1) original and<br />
One (1) copy <strong>of</strong> the proposal must be delivered to the following address:<br />
U.S. Mail: <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> Hand delivery, Fedex, UPS: <strong>City</strong> <strong>of</strong> <strong>Pomona</strong><br />
Purchasing Division<br />
Purchasing Division<br />
P.O. Box 660<br />
505 South Garey Ave.<br />
<strong>Pomona</strong>, CA 91769 <strong>Pomona</strong>, CA 91766<br />
Late proposals and Faxes will not be accepted. Proposals in the form <strong>of</strong> telegrams, telephone calls,<br />
e-mails or telex will not be accepted.<br />
INQUIRIES<br />
Section 2-975(2) <strong>of</strong> the <strong>Pomona</strong> <strong>City</strong> Code states that any unauthorized contact by the bidder<br />
during the bid or proposal process with an <strong>of</strong>ficial or city employee, other than those shown on<br />
the RFP or bid, the Finance Director, or Purchasing Manager, shall cause the bidder to be<br />
immediately disqualified from consideration <strong>of</strong> award.<br />
In compliance with this code section only the following individuals may be contacted during this<br />
procurement process (from date <strong>of</strong> notice until date <strong>of</strong> award):<br />
Questions pertaining to the Scope <strong>of</strong> Work<br />
Missi Kay, Senior Management Analyst at (909) 620-3797<br />
E-mail: missi_kay@ci.pomona.ca.us
Subject: BUS STOP MAINTENANCE Page No: 2<br />
Questions other than the Scope <strong>of</strong> Work<br />
Kennie Nicomede, Purchasing Manager at (909)-620-2381<br />
E-mail: kennie_nicomede@ci.pomona.ca.us<br />
Fax (909) 620-3711<br />
To provide adequate response time prior to bid closing date, all questions must be submitted to the<br />
appropriate person as shown above by 4:00 PM on November 6, 2012.<br />
The Contractor shall carefully examine this RFP and any addenda that may be posted on the <strong>City</strong>’s<br />
website. The Contractor shall seek clarification <strong>of</strong> any ambiguity, conflict, omission or other error in<br />
this RFP in writing. If the answer materially affects the RFP, the information will be incorporated<br />
into an addendum and distributed to all vendors via the <strong>City</strong>’s website. All addenda will be<br />
numbered in sequence, dated as <strong>of</strong> the date <strong>of</strong> issue, and posted. It shall be the contractor’s<br />
responsibility to check the <strong>City</strong>’s website to determine if any addenda have been posted prior to the<br />
bid opening date.<br />
Bid results are posted on the <strong>City</strong> website within 1-2 days after bid opening. Posted prices are<br />
preliminary in nature and may not reflect the final cost calculation.<br />
Website address: http://www.ci.pomona.ca.us; Click on <strong>City</strong> Business, Click on Current Bids and<br />
RFP’s. No other letters or correspondence will be sent.
Subject: BUS STOP MAINTENANCE Page No: 3<br />
BID PRICE SHEET, page 1 <strong>of</strong> 2<br />
Bus Stop Maintenance, per <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> Specification #1001.9<br />
Company<br />
Name_______________________________________________________________________<br />
Address_____________________________________________________________________________<br />
Contact Name________________________________________________________________________<br />
Company phone number______________________________<br />
Each proposal shall be signed and shall contain a statement that the proposal is firm for one hundred<br />
twenty (120) days immediately following the date <strong>of</strong> submission <strong>of</strong> the sealed bid. Each bid shall also<br />
provide the following information:<br />
1) Name, title, address, and telephone number <strong>of</strong> the individual(s) with authority to<br />
negotiate and contractually bind the <strong>of</strong>feror.<br />
2) Vendor References:<br />
Provide 3-5 references <strong>of</strong> other government or quasi-government agencies who<br />
you are providing similar services. Include contact names, addresses and phone<br />
numbers.<br />
3) Price Proposal<br />
$________________ per month = $________________ Annually (for Scope <strong>of</strong><br />
Work)<br />
$________________ per additional Shelter Bus Stop (with bench, can and<br />
shelter)<br />
$________________ per additional Standard Bus Stop (with bench and can<br />
only)<br />
Also include the following attachments:<br />
1. Minority Business Questionnaire<br />
2. Statement <strong>of</strong> Non-Collusion by CONTRACTOR<br />
3. Agreement For Indemnification By CONTRACTOR/Vendor And Acceptance And<br />
Acknowledgment Of Procurement Practices Of The <strong>City</strong> Of <strong>Pomona</strong><br />
The hourly rates and prices provided shall be for Year 1 <strong>of</strong> this service contract. All price increase<br />
requested for years 2 and 3 shall be requested at time <strong>of</strong> bid. No price increase shall exceed the consumer<br />
price index for the San Bernardino/Riverside Area. Note that the <strong>City</strong> has the option to add Shelter Bus<br />
Stops as well as Standard Bus Stops at any time during the term <strong>of</strong> this contract based upon the “per<br />
additional” price quoted. Upon notice <strong>of</strong> the new shelter location by the <strong>City</strong> to the vendor, successful<br />
vendor will begin maintenance within seven calendar days.
Subject: BUS STOP MAINTENANCE Page No: 4<br />
BID PRICE SHEET, page 2 <strong>of</strong> 2<br />
AUTHORITY TO SUBMIT BID<br />
I __________________, _____________________ am duly authorized to commit _________________<br />
(Full Name) (Title) (Company Name)<br />
to sell/perform the products/services described herein at the prices and costs described herein. I<br />
understand by signing this quotation I am not obligating the CITY OF POMONA to make this purchase<br />
or enter into any agreement, nor am I signing a contract to sell/perform this purchase. By signing this<br />
document, I agree to comply with all specifications described herein, unless specifically noted.<br />
Signature____________________________________ Date: _____________________________<br />
ALL QUOTATIONS MUST BE SIGNED
Subject: BUS STOP MAINTENANCE Page No: 5<br />
SCOPE OF WORK:<br />
The following specifications establish the level <strong>of</strong> service for the maintenance <strong>of</strong> bus stop locations. The<br />
attached document, Attachment 1, lists the existing and proposed shelters, benches, trash receptacles,<br />
sidewalks and gutters locations to be maintained by the contractor within the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> pursuant to<br />
the award <strong>of</strong> contract.<br />
All maintenance service time periods shall be subject to the approval <strong>of</strong> the <strong>City</strong> and arranged to cause<br />
the least inconvenience to transit users.<br />
The contractor shall furnish all labor, materials, water, equipment and services required to perform the<br />
bus stop maintenance as set forth in this specification:<br />
1. The contractor shall be responsible for trash removal and the replacement <strong>of</strong> trash bags in all<br />
trash receptacles at each location THREE TIMES PER WEEK: Monday, Wednesday and<br />
Friday. Debris, trash, and associated undesirable items, etc. shall be removed from the site area<br />
and disposed <strong>of</strong> legally and properly to the <strong>City</strong>’s satisfaction at the contractor's expense. The<br />
site area includes all areas within twenty-five (25) feet <strong>of</strong> the outer edges <strong>of</strong> all the bus stop<br />
furniture and only that property which is part <strong>of</strong> the public right-<strong>of</strong>-way.<br />
2. Every Monday (unless such is a Federal holiday, then on Wednesday), the contractor shall clean<br />
all interior and exterior visible metal and concrete surfaces, taking care not to damage any <strong>of</strong><br />
the finishes. The contractor shall also clean all glass & plexiglass surfaces including the map<br />
case for the bus shelters. The contractor shall use a dry cleaning method (i.e., no pressure<br />
washing) as well as a mop, broom, or rag to clean the entire bus stop/shelter (including but not<br />
limited to bus furniture, shelter structure, trash receptacles and signs ) and area within a 5-foot<br />
radius from all sides <strong>of</strong> bus furniture, shelter structure, trash receptacles and signs, including<br />
sidewalks, curbs and gutters, including but not limited to removal <strong>of</strong> all debris such as bottles,<br />
cans, papers, glass, dirt, etc., to a condition that is broom-clean. Scraping devices and wire<br />
brushes shall be used only if necessary only on sidewalks and gutters, and shall not cause<br />
damage to underlying surface. Adjacent areas shall be protected by contractor from over-spray,<br />
dust, and similar affects <strong>of</strong> the cleaning operations.<br />
3. The first Week <strong>of</strong> the month <strong>of</strong> March, June, September, and December, the contractor shall use<br />
high pressure water spray on metal and concrete surfaces. All debris that is accumulated due to<br />
this operation shall be cleaned up and disposed <strong>of</strong> at the time such operation takes place. All<br />
other surfaces on which graffiti is to be removed shall be cleaned by the contractor with a<br />
cleaner and/or method approved by the <strong>City</strong>. In accordance with best management practices<br />
(BMP) the following guidelines must be used when pressure washing:<br />
a. Prior to any washing, block all storm drains with an impervious barrier such as sandbags<br />
or berms, or seal the storm drain with plugs or other appropriate materials (and clean<br />
accumulated debris and remove blocking materials when finished) .<br />
b. Create a containment area with berms and traps or take advantage <strong>of</strong> a low spot to keep<br />
wash water contained.<br />
c. Use vacuums or other machines to remove and collect loose debris or litter before<br />
applying water.
Subject: BUS STOP MAINTENANCE Page No: 6<br />
d. Keep debris from entering the storm drain after cleaning by first passing the wash water<br />
through a “20 mesh” (0.853mm sieve size) or finer screen to catch solid materials, then<br />
dispose <strong>of</strong> the mesh and debris in a refuse container.<br />
e. Pump up or vacuum up to remove all wash water and recycle such water for reuse and<br />
dispose <strong>of</strong> remainder amount <strong>of</strong> water as “waste-water” with a permit in a sanitary<br />
sewer (or other manner acceptable to the <strong>City</strong> proposed by contractor). All excess water<br />
as a result <strong>of</strong> pressure washing shall be removed from all pedestrian areas in accordance<br />
with BMP.<br />
f. The required minimum pressure from the pressure washer is 3500 PSI, with a maximum<br />
limit <strong>of</strong> 5000 PSI.<br />
g. The pressure washer used is required to have an outflow <strong>of</strong> approximately 4 gallons per<br />
minute with approximately 50-60 gallons used per bus stop location, per individual<br />
cleaning event.<br />
h. The pressure washer used for cleaning must have at least a ten (10) horsepower engine.<br />
i. The minimum distance from the pressure washer nozzle to the surface area to be cleaned<br />
must be one foot, unless the contractor is required to remove a foreign object such as<br />
gum, etc. <strong>of</strong>f <strong>of</strong> the surface area to be cleaned.<br />
j. Hot water may be used for concrete surfaces; hot water may not be used on metal<br />
surfaces.<br />
k. For all metal surfaces, cold water must be used.<br />
l. The contractor shall use a low-volume, high-pressure cleaning machine equipped to<br />
recycle any water used, or a low-volume high-pressure water broom.<br />
4. During the same time period services listed in items 1-3 are being performed, remove all graffiti<br />
found on bus stop shelters, benches, trash receptacles and sidewalks within a 5-foot radius<br />
measured from outside edges <strong>of</strong> all bus stop location furniture. Removal <strong>of</strong> graffiti is an<br />
ongoing process. In addition, once a graffiti location has been communicated from the <strong>City</strong> to<br />
the Contractor (via phone, e-mail, text message or other methods the <strong>City</strong> may use), the<br />
contractor must remove the graffiti within seven (7) days <strong>of</strong> notice. It is required that initial<br />
removal <strong>of</strong> graffiti be attempted with the least aggressive removal method possible such as mild<br />
cleaners and mineral spirits. If these cleaners are ineffective, the contractor shall use Bulk<br />
Stripper 870GC* or an equivalent product (Attachment 3) as the chosen cleaner.<br />
The contractor shall be qualified to utilize the chemicals on Attachment 3.<br />
* It is required to wear a mask and avoid skin exposure, use all necessary protective<br />
equipment and provide adequate ventilation when applying these cleaners. The<br />
Contractor shall indemnify and hold the <strong>City</strong> harmless from all claims by all Contractor’s<br />
and sub-contractors maintenance personnel due to harm from all maintenance operations.<br />
The cleaning process includes the following steps:<br />
a. Application <strong>of</strong> the liquid cleaner with a brush<br />
b. Wait approximately five minutes for the cleaner to act<br />
c. Loosen the paint with the brush<br />
d. Remove the solvent solution and the paint remnants with a s<strong>of</strong>t absorbent cloth<br />
e. Rinse <strong>of</strong>f the remaining solvent with water (and vacuum and dispose <strong>of</strong> water and<br />
debris as noted above)<br />
f. Dry the surface with a s<strong>of</strong>t absorbent cloth<br />
5. Cleaning solar panels
Subject: BUS STOP MAINTENANCE Page No: 7<br />
a. Once every three months the solar panels shall be cleaned to insure optimum<br />
performance.<br />
b. The contractor shall clean the solar panels using manufacturer’s guidelines.<br />
c. With a damp cloth thoroughly wipe down the solar panel removing any dirt and grime<br />
that may have accumulated.<br />
d. Dry the solar panel with a s<strong>of</strong>t (cotton terry towel) clean cloth and repeat if necessary.<br />
e. If other deposits are found on the solar glass panel that cannot first be removed with the<br />
above cloth wipe down method, the Contractor shall carefully use a glass scraper with<br />
new blade to remove other deposits, followed by the above damp cloth method.<br />
6. The contractor shall complete a <strong>City</strong> provided checklist (Attachment 2) <strong>of</strong> work performed<br />
every month and submit within five working days <strong>of</strong> the end <strong>of</strong> each month to Public Works<br />
contract administrator.<br />
7. The contractor shall carry and actively use a cellular phone through which he shall be<br />
available/answer and respond to <strong>City</strong> staff as well as other parties designated by the <strong>City</strong>. The<br />
contractor shall provide the <strong>City</strong> with emergency contact phone numbers that shall be<br />
answered in-person (no recordings) twenty-four hours a day and seven days a week for<br />
similar responses. Non-emergency calls and similar (e-mail) requests from the <strong>City</strong> shall be<br />
responded to by Contractor within 24 hours with subsequent timeline acceptable by the <strong>City</strong><br />
for resolution <strong>of</strong> the subject matter.<br />
8. Emergency call out – Contractor must respond within 2 hours <strong>of</strong> receiving emergency<br />
requests for services.<br />
[END OF SCOPE OF WORK]
Subject: BUS STOP MAINTENANCE Page No: 8<br />
INSPECTIONS:<br />
Inspections shall be made independently by the Public Works Department and the Contractor on a<br />
weekly basis and/or at the request <strong>of</strong> either party. Once a month, the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>'s representative<br />
and the Contractor shall meet for the purpose <strong>of</strong> discussing specific service problems. The contractor<br />
shall notify the <strong>City</strong> <strong>of</strong> any vandalism, potential health and safety hazards or anything that could be<br />
deemed an inconvenience to the general public within 24 hour period. Such information shall be<br />
reported to Richard Dimalanta, at 909-620-2252 or his <strong>City</strong> designated representative.<br />
CONTRACT<br />
Successful bidder shall enter into an Agreement with the <strong>City</strong> containing the provisions outlined in the<br />
Sample Agreement for Contractor Services attached to this RFP, and the above scope <strong>of</strong> work.<br />
TERM OF CONTRACT:<br />
The term <strong>of</strong> contract shall be effective upon issuance for a one year period. The contract may be<br />
renewed annually upon agreement <strong>of</strong> both parties at the rates specified in the initial bid. The total<br />
contract period shall not exceed three (3) years. The <strong>City</strong> reserves the right to modify the level and<br />
types <strong>of</strong> service and any other factors which the <strong>City</strong> deems necessary to meet its purpose based on the<br />
rates bid.<br />
TERMINATION OF CONTRACT:<br />
Upon the determination <strong>of</strong> the Director <strong>of</strong> the Public Works Department that the quality <strong>of</strong> workmanship<br />
being performed by the contractor does not meet the standards set forth by the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> as<br />
outlined in these specifications, and/or for non-compliance <strong>of</strong> other provisions <strong>of</strong> any contract entered<br />
into, the <strong>City</strong> may terminate this agreement upon five (5) days written notice to the contractor.<br />
Additionally the <strong>City</strong> shall have the ability to terminate this contract for convenience upon thirty (30)<br />
days written notice to the contractor .<br />
ASSIGNMENT OF CONTRACT AND SUB-CONTRACTORS:<br />
Contractor shall under no circumstances assign this contract or any part there<strong>of</strong> to another party without<br />
express written permission <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>. Contractor is NOT allowed to sub-contract any<br />
services in the contract without prior written approval <strong>of</strong> the <strong>City</strong>. All sub-contractors must be declared<br />
at the time <strong>of</strong> original bid/proposal.<br />
INDEPENDENT CONTRACTOR STATUS:<br />
It is expressly understood that the Contractor named in any contract entered into is acting as an<br />
independent contractor, not as an agent or employee <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>.<br />
NON-EXCLUSIVE CLAUSE:<br />
The <strong>City</strong> does not warrant to contract exclusively with a single contractor to perform services subject to<br />
this RFP.
Subject: BUS STOP MAINTENANCE Page No: 9<br />
CONTRACTOR SELECTION:<br />
In conformance with the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>'s purchasing ordinance, services procured by the <strong>City</strong> shall be<br />
from the lowest responsive and responsible bidder. In addition to price, the "lowest responsive and<br />
responsible bidder" will be determined by consideration <strong>of</strong> the following factors:<br />
a) The quality, availability and suitability <strong>of</strong> the supplies, equipment and services specified by<br />
bidder;<br />
b) The ability, capability and skill <strong>of</strong> the bidder to perform the services required;<br />
c) Whether the bidder has the labor, equipment, and financial resources and facilities to perform<br />
or provide the services promptly, or within the time specified without delay or interference;<br />
d) The character, integrity, reputation, judgment, experience and efficiency <strong>of</strong> the bidder;<br />
e) The bidder's record <strong>of</strong> performance on previous contracts or services, including compliance by<br />
the bidder with laws and ordinances relative to such contracts or services; and<br />
f) The number, scope, and effect <strong>of</strong> any conditions attached to the bid.<br />
CONFLICT OF INTEREST:<br />
Except for items that are clearly promotional in nature, mass produced, trivial in value and not intended<br />
to invoke any form <strong>of</strong> reciprocation, employees <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> may not accept gratuities,<br />
entertainment, meals, or anything <strong>of</strong> value whatsoever from current or potential suppliers. The <strong>of</strong>fer <strong>of</strong><br />
such gratuity to an employee <strong>of</strong> the city shall be cause for declaring such supplier to be an irresponsible<br />
bidder and preventing him from bidding as provided in Sections 2-974 and 2-975 <strong>of</strong> the <strong>City</strong> Code <strong>of</strong> the<br />
<strong>City</strong> <strong>of</strong> <strong>Pomona</strong>.<br />
PERMITS AND LICENSES:<br />
Upon award <strong>of</strong> contract, the contractor shall secure or maintain in force during the period covered by<br />
any contract resulting from this specification all licenses and permits required by law for the operation<br />
<strong>of</strong> their business. Contractor shall maintain a valid <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> business license for the term <strong>of</strong> the<br />
contract, including extensions.<br />
INDEMNITY:<br />
The attached Letter Agreement entitled "Agreement for Indemnification by Contractor/Vendor and<br />
Acceptance and Acknowledgement <strong>of</strong> Procurement Practices" shall be executed and submitted with the<br />
Bid. An indemnity provision separate from such procurement practices indemnity agreement is<br />
included as part <strong>of</strong> the terms <strong>of</strong> the Standard Agreement.<br />
DEFAULT OF CONTRACTOR:
Subject: BUS STOP MAINTENANCE Page No: 10<br />
The <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> shall hold the CONTRACTOR responsible for any damage which may be<br />
sustained because <strong>of</strong> the failure or neglect <strong>of</strong> the CONTRACTOR to comply with any term or condition<br />
listed herein.<br />
APPROPRIATION OF FUNDS:<br />
If the term <strong>of</strong> this agreement extends into fiscal years subsequent to that in which it was approved, such<br />
continuation <strong>of</strong> the contract is subject to the appropriation <strong>of</strong> funds for such purpose by the <strong>City</strong> <strong>of</strong><br />
<strong>Pomona</strong> <strong>City</strong> Council. If funds to effect such continued payment are not appropriated, the<br />
CONTRACTOR agrees to terminate any goods or service supplied to the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> under this<br />
agreement.<br />
AWARD OF CONTRACT:<br />
Award <strong>of</strong> any contract arising from any proposal submitted as a result <strong>of</strong> this RFP shall require<br />
approval by the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> <strong>City</strong> Council as prescribed by <strong>City</strong> Ordinances and Codes. Standard<br />
terms and conditions shall govern any contract awarded. If, after award <strong>of</strong> contract, the<br />
CONTRACTOR provides additional terms or conditions, they shall be considered VOID. To the extent<br />
not otherwise stated in the contract, the California commercial Code shall apply.<br />
SIGNED SUBMISSION OF PROPOSALS:<br />
The submission <strong>of</strong> proposals must be signed in longhand by the <strong>of</strong>feror with his/her usual signature.<br />
Submission <strong>of</strong> proposals by partnerships must be signed with the partnership name by the principal<br />
partner, followed by the signature and designation <strong>of</strong> partner signing; submission <strong>of</strong> proposals by<br />
corporations must be signed with legal name <strong>of</strong> corporation <strong>of</strong> president, secretary, or other person<br />
authorized to bind it in the matter. The name <strong>of</strong> each person signing shall be typed or printed below the<br />
signature.<br />
ADDENDUM OF THE RFP:<br />
If it becomes necessary to revise any part <strong>of</strong> this RFP, an addendum to the RFP will be provided in<br />
writing to all <strong>of</strong>ferors and posted on the <strong>City</strong>’s website. All addenda issued during the time <strong>of</strong> bidding<br />
will be incorporated into any resulting contract.<br />
LATE SUBMISSION OF PROPOSALS:<br />
Any submission <strong>of</strong> proposals received after the due date and time specified in this RFP will not be<br />
considered.<br />
WITHDRAWAL OF SUBMISSION OF PROPOSALS:<br />
Any service provider may withdraw his/her submission <strong>of</strong> proposals, either personally or by written or<br />
facsimile request at any time prior to the time set for the proposals opening, provided that written<br />
confirmation <strong>of</strong> any facsimile withdrawal <strong>of</strong> the signature <strong>of</strong> the service provider is placed in the mail<br />
and postmarked prior to the time set for the opening there<strong>of</strong>. Negligence on the part <strong>of</strong> the service<br />
provider in preparing his/her submission <strong>of</strong> proposals confers no right <strong>of</strong> withdrawal or modification <strong>of</strong><br />
his/her submission after such submission has been opened.
Subject: BUS STOP MAINTENANCE Page No: 11<br />
LETTERS OF OBJECTION:<br />
Any <strong>of</strong>feror believing that any part <strong>of</strong> the RFP, including the specifications and/or the evaluation<br />
procedures, is discriminatory against the <strong>of</strong>feror or precludes the <strong>of</strong>feror from being given reasonable<br />
consideration in the evaluation process must submit a letter ten (10) days prior to the scheduled opening<br />
date specified in the cover letter, to the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>’s Purchasing Manager clearly stating the<br />
specific objection and the areas <strong>of</strong> concern to the <strong>of</strong>feror and including a proposed method for resolution<br />
<strong>of</strong> such objections. Offerors are cautioned that any such objections not timely raised in the manner<br />
specified herein shall not be considered. The <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>, upon timely receipt <strong>of</strong> any such letter <strong>of</strong><br />
objection, shall consider the <strong>of</strong>ferors objection and, when in the opinion <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>, a<br />
modification <strong>of</strong> the RFP shall service the best interest <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>; revisions to the RFP, in the<br />
form <strong>of</strong> a written addendum shall be issued to all <strong>of</strong>ferors.<br />
REJECTION OF SUBMISSION OF PROPOSALS:<br />
The RFP does not commit the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> to award any contract. The <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> reserves the<br />
right, at its sole discretion, to reject any or all proposals without penalty, to waive irregularities in any<br />
proposals or in the RFP procedures, and to be the final judge as to which is the responsible, qualified<br />
proposal. Any proposal that contains items not specified, items that are incorrect, that does not complete<br />
all the items scheduled, or does not respond to items in the manner specified in this RFP, may be<br />
considered non responsive and may be rejected on these bases in the sole discretion <strong>of</strong> the <strong>City</strong> <strong>of</strong><br />
<strong>Pomona</strong>. Proposals <strong>of</strong>fering less than 90 days for acceptance from the proposed closing date may be<br />
considered non-responsive and may be rejected.<br />
Non-acceptance <strong>of</strong> any proposal will not imply any criticism <strong>of</strong> the proposal or convey any indication<br />
that the proposal was deficient. Non-acceptance <strong>of</strong> any proposal will mean that another proposal was<br />
deemed to be more advantageous to the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>, or that no proposal was deemed acceptable.<br />
PUBLIC INFORMATION:<br />
After the date specified for the opening <strong>of</strong> the RFP, all materials received relative to this proposal will<br />
become public information and be available for inspection. The <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> reserves the right to<br />
retain all proposals submitted, whether or not the proposal was selected or judged to be responsive.<br />
SERVICE PROVIDER’S COST TO DEVELOP PROPOSAL:<br />
Costs for developing proposals in response to this RFP are entirely the obligation <strong>of</strong> the service provider<br />
and shall not be chargeable in any manner to the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>.<br />
PROPOSAL VALIDITY PERIOD:<br />
Submission <strong>of</strong> a proposal will signify the supplier’s agreement that his/her proposal is valid for at least<br />
ninety (90) days from the date <strong>of</strong> opening.<br />
NEWS RELEASES:<br />
News releases pertaining to an award resulting from proposal made in response to the RFP shall not be<br />
made by the <strong>of</strong>feror without the prior written approval <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> Finance Director. In<br />
addition, the successful service provider must agree not to release any advertising copy mentioning the
Subject: BUS STOP MAINTENANCE Page No: 12<br />
<strong>City</strong> <strong>of</strong> <strong>Pomona</strong> or quoting the opinion <strong>of</strong> any <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> employee without written approval by the<br />
<strong>City</strong> <strong>of</strong> <strong>Pomona</strong> Finance Director.<br />
INSURANCE<br />
The Contractor shall maintain throughout the duration <strong>of</strong> the term <strong>of</strong> the Agreement, liability<br />
insurance covering the Contractor and designating the <strong>City</strong> including its elected or appointed<br />
<strong>of</strong>ficials, directors, <strong>of</strong>ficers, agents, employees, volunteers, or contractors, as additional insured<br />
against any and all claims resulting in injury or damage to persons or property (both real and<br />
personal) caused by any aspect <strong>of</strong> the Contractor's work, in amounts no less than the following and<br />
with such deductibles as are ordinary and reasonable in keeping with industry standards. It shall be<br />
stated, in the Additional Insured Endorsement, that the Contractor's insurance policies shall be<br />
primary as respects any claims related to or as the result <strong>of</strong> the Contractor's work. Any insurance<br />
pooled coverage, or self-insurance maintained by the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>, its elected or appointed<br />
<strong>of</strong>ficials, directors, <strong>of</strong>ficers, agents, employees, volunteers, or contractors shall be non-contributory.<br />
General Liability:<br />
a. General Aggregate $2,000,000<br />
b. Products Comp/Op Aggregate $2,000,000<br />
c. Personal & Advertising Injury $1,000,000<br />
d. Each Occurrence $1,000,000<br />
e. Fire Damage (any one fire) $ 50,000<br />
f. Medical Expense (any one person) $ 5,000<br />
Workers' Compensation:<br />
a. Workers' Compensation Statutory Limits<br />
b. EL Each Accident $1,000,000<br />
c. EL Disease – Policy Limit $1,000,000<br />
d. EL Disease – Each Employee $1,000,000<br />
Automobile Liability<br />
a. Any vehicle, combined single limit $1,000,000<br />
The Contractor shall provide thirty (30) days advance notice to the <strong>City</strong> in the event <strong>of</strong> material<br />
changes or cancellation <strong>of</strong> any coverage. Certificates <strong>of</strong> insurance and additional insured<br />
endorsements shall be furnished to the <strong>City</strong> thirty (30) days prior to the effective date <strong>of</strong> this<br />
Agreement. Refusal to submit such certificates shall constitute a material breach <strong>of</strong> this Agreement<br />
entitling the <strong>City</strong> to any and all remedies at law or in equity, including termination <strong>of</strong> this Agreement.<br />
If pro<strong>of</strong> <strong>of</strong> insurance required under this Agreement is not delivered as required or if such insurance<br />
is canceled and not adequately replaced, the <strong>City</strong> shall have the right but not the duty to obtain<br />
replacement insurance and to charge the Contractor for any premium due for such coverage. The<br />
<strong>City</strong> has the option to deduct any such premium from the sums due to the Contractor.<br />
Insurance is to be placed with insurers authorized and admitted to write insurance in California and<br />
with a current A.M. Best's rating <strong>of</strong> A-: VII or better. Acceptance <strong>of</strong> insurance from a carrier with a<br />
rating lower than A-: VII is subject to approval by the <strong>City</strong>'s Risk Manager. Contractor shall<br />
immediately advise the <strong>City</strong> <strong>of</strong> any litigation that may affect these insurance policies.<br />
[END OF SECTION]
Subject: BUS STOP MAINTENANCE Page No: 13<br />
CITY OF POMONA - MINORITY BUSINESS QUESTIONNAIRE<br />
Date<br />
Name <strong>of</strong> Business<br />
_______________________<br />
____________________________________________________________<br />
Division or Subsidiary, if applicable<br />
____________________________________________________________<br />
Business Address<br />
____________________________________________________________<br />
____________________________________________________________<br />
____________________________________________________________<br />
Telephone No.<br />
Contact Person<br />
Title<br />
____________________________________________________________<br />
____________________________________________________________<br />
____________________________________________________________<br />
Type <strong>of</strong> Business:<br />
Non Pr<strong>of</strong>it [ ]<br />
Sole Proprietorship [ ]<br />
Partnership - General [ ]<br />
- Limited [ ]<br />
Corporation [ ]<br />
Is the business 51% or more owned by:<br />
American Indian [ ]<br />
Asian [ ]<br />
Black [ ]<br />
Hispanic [ ]<br />
Female [ ]<br />
Other_______________________ [ ]<br />
(please specify)<br />
Prepared By:<br />
__________________________________________________<br />
Title:<br />
__________________________________________________<br />
For more information, contact Purchasing Division, <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>, (909) 620-2381.
<strong>City</strong> <strong>of</strong> <strong>Pomona</strong> - Statement <strong>of</strong> Non-Collusion by Contractor<br />
The undersigned who submits herewith to the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> a Bid or proposal does hereby certify:<br />
a. That all statements <strong>of</strong> fact in such bid or proposal are true.<br />
b. That such bid or proposal was not made in the interest <strong>of</strong> or on behalf <strong>of</strong> any undisclosed<br />
person, partnership, company, association, organization or corporation.<br />
c. That such bid or proposal is genuine and not collusive or sham.<br />
d. That said bidder has not, directly or indirectly by agreement, communication or conference<br />
anyone, attempted to induce action prejudicial to the interest <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> or <strong>of</strong><br />
any other bidder or anyone else interested in the proposed procurement.<br />
e. Did not, directly or indirectly, collude, conspire, connive or agree with anyone else that<br />
said bidder or anyone else would submit a false or sham bid or proposal, or that anyone<br />
should refrain from bidding or withdraw his bid or proposal.<br />
f. Did not, in any manner, directly or indirectly seek by agreement, communication or<br />
conference with anyone to raise or fix the bid or proposal price <strong>of</strong> said bidder or <strong>of</strong> anyone<br />
else, or to raise or fix any overhead, pr<strong>of</strong>it or cost element <strong>of</strong> his bid or proposal price, or<br />
that <strong>of</strong> anyone else.<br />
g. Did not, directly or indirectly, submit his bid or proposal price or any breakdown there<strong>of</strong>,<br />
or the contents there<strong>of</strong>, or divulge information or data relative thereto, to any corporation,<br />
partnership, company, association, organization, bid depository, or to any member agent<br />
there<strong>of</strong>, or to any individual or group <strong>of</strong> individuals, except to the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>, or to<br />
any person or persons who have a partnership or other financial interest with said bidder in<br />
his business.<br />
h. Did not provide, directly or indirectly to any <strong>of</strong>ficer or employee <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong><br />
any gratuity, entertainment, meals, or any thing <strong>of</strong> value, whatsoever, which could be<br />
construed as intending to invoke any form <strong>of</strong> reciprocation or favorable treatment.<br />
i. That no <strong>of</strong>ficer or principal <strong>of</strong> the undersigned firm is related to any <strong>of</strong>ficer or employee <strong>of</strong><br />
the <strong>City</strong> by blood or marriage within the third degree or is employed, either full or part<br />
time, by the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> either currently or within the last two (2) years.<br />
j. That no <strong>of</strong>fer or principal <strong>of</strong> the undersigned firm nor any subcontractor to be engaged by<br />
the principal has been convicted by a court <strong>of</strong> competent jurisdiction <strong>of</strong> any charge <strong>of</strong><br />
fraud, bribery, collusion, conspiracy or any other act in violation <strong>of</strong> any state or federal<br />
antitrust law in connection with the bidding upon award <strong>of</strong>, or performance <strong>of</strong>, any public<br />
work contract, with any public entity, within the last three years.<br />
I certify, under penalty <strong>of</strong> perjury under the laws <strong>of</strong> the State <strong>of</strong> California, that the foregoing is<br />
true and correct and that this certification was executed<br />
on_______________________at_______________________California.<br />
(Date)<br />
(Location)<br />
Firm____________________________________________ _______________________________________<br />
(Signature)<br />
Street___________________________________________ _______________________________________<br />
(Print Name & Title)<br />
<strong>City</strong>_______________________State_____Zip Code________
Subject: BUS STOP MAINTENANCE Page No: 15<br />
AGREEMENT FOR INDEMNIFICATION BY CONTRACTOR/VENDOR AND ACCEPTANCE<br />
AND ACKNOWLEDGMENT OF PROCUREMENT PRACTICES OF THE CITY OF POMONA<br />
The <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> requires contractors and suppliers <strong>of</strong> services to the <strong>City</strong> to agree to indemnify and hold the <strong>City</strong> <strong>of</strong><br />
<strong>Pomona</strong> harmless for claims or losses arising from or connection with the contracting party’s work for the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong><br />
before a Purchase Order is issued.<br />
To reduce the possibility <strong>of</strong> misunderstanding between contracting parties and the <strong>City</strong> in ease <strong>of</strong> a claim or lawsuit, the <strong>City</strong><br />
<strong>of</strong> <strong>Pomona</strong> is requiring that contacting parties who perform services for the <strong>City</strong> sign this letter. This letter will act as and<br />
become a part <strong>of</strong> each Contract/Purchase Order between the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> and the contracting parties signing the letter for<br />
the period <strong>of</strong> _______________ to _______________.<br />
In consideration <strong>of</strong> the opportunity <strong>of</strong> doing work for the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> and benefits to be received thereby, the<br />
contracting party to this agreement agrees as follows:<br />
1. That where a contract, purchase order or confirming order is issued by the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> awarding a contract, this Letter<br />
Agreement is to be considered part <strong>of</strong> that contract.<br />
2. Contractor agrees to indemnify the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>, and any <strong>of</strong>ficer, employee or agent, and hold the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>, and<br />
any <strong>of</strong>ficer, employee or agent, there <strong>of</strong> harmless from any and all claims, liabilities, obligations and causes <strong>of</strong> action <strong>of</strong><br />
whatsoever kind or nature for injury to, or death <strong>of</strong>, any person (including <strong>of</strong>ficer, employees and agents <strong>of</strong> the <strong>City</strong> <strong>of</strong><br />
<strong>Pomona</strong>), and for injury or damage to or destruction <strong>of</strong> property (including property <strong>of</strong> the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>), resulting from<br />
any and all actions or omissions <strong>of</strong> contractor or contractor’s employees, agents or invitees, or any subcontractor <strong>of</strong><br />
contractor or any <strong>of</strong> such subcontractor’s employees, agents or invitees.<br />
3. That the contracting party specifically waives the benefits and protection <strong>of</strong> Labor Code Section 3864 which provides: “If<br />
an action as provided in this chapter is prosecuted by the employee, the employer, or both jointly against the third person<br />
results in judgment against such third person or settlement by such third person the employer shall have no liability to<br />
reimburse or hold such third person harmless on such judgment or settlement in the absence <strong>of</strong> a written agreement so to be<br />
executed prior to the injury.” This waiver will occur as to any contracts awarded by the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> to the contracting<br />
party to this letter while this Agreement is in force.<br />
4. That this Agreement has been signed by an authorized representative <strong>of</strong> the contracting party, and such representative has<br />
the authority to bid the contractor/vendor to all terms and conditions <strong>of</strong> this Agreement.<br />
5. That this Agreement shall be binding upon the successors and assignees <strong>of</strong> the contracting party to any contract with the<br />
<strong>City</strong> <strong>of</strong> <strong>Pomona</strong>. As a condition precedent to acceptance, any contacts from the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> and contracting party agree to<br />
advise its successors or assignees <strong>of</strong> this agreement and to obtain their consent to its writing before the work <strong>of</strong> the<br />
representative successor or assignees begin, such assignment shall not be effective without the written consent <strong>of</strong> the <strong>City</strong> <strong>of</strong><br />
<strong>Pomona</strong>.<br />
6. To promptly notify the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> <strong>of</strong> any change in ownership <strong>of</strong> the contracting party while this Agreement is in<br />
force.<br />
This letter Agreement cannot be modified or changed without the express written consent <strong>of</strong> the <strong>City</strong> <strong>of</strong> Attorney <strong>of</strong> the <strong>City</strong><br />
<strong>of</strong> <strong>Pomona</strong>.<br />
On behalf <strong>of</strong>_________________________________________________________________________________________<br />
(Name <strong>of</strong> Contractor or Vendor)<br />
____________________________________________________________________________________________________<br />
(Address)<br />
I agree to the terms <strong>of</strong> this Letter Agreement<br />
Name<br />
_________________________________________Title___________________________________________________<br />
(Manager, Owner, or Officer <strong>of</strong> Company)<br />
This Agreement is to be returned to: <strong>City</strong> <strong>of</strong> <strong>Pomona</strong> Purchasing Department<br />
P. O. Box 660, <strong>Pomona</strong>, CA 91769
Subject: BUS STOP MAINTENANCE Page No: 16<br />
SAMPLE AGREEMENT FOR<br />
CONTRACTOR SERVICES<br />
THIS AGREEMENT (hereinafter referred to as AGREEMENT) by and between the<br />
CITY OF POMONA, hereinafter referred to as the “CITY,” and ___________, a<br />
___________Corporation, hereinafter referred to as “CONTRACTOR”, is entered into this<br />
_ day <strong>of</strong> ________, 2012.<br />
RECITALS<br />
WHEREAS, the CITY desires to engage CONTRACTOR to perform consulting<br />
services for CITY.<br />
WHEREAS, CONTRACTOR represents that the principal representative is<br />
authorized to enter into this agreement on behalf <strong>of</strong> CONTRACTOR and CONTRACTOR<br />
is willing to perform such services hereinafter defined.<br />
NOW, THEREFORE, the parties agree as follows:<br />
1. REPRESENTATIVES OF THE PARTIES AND SERVICE OF NOTICE. The<br />
representative <strong>of</strong> the parties who are primarily responsible for the administration <strong>of</strong> the<br />
AGREEMENT, and to whom formal notice, demands and communications shall be given,<br />
are as follows:<br />
A. The principal representative <strong>of</strong> the CITY shall be:<br />
_______________<br />
<strong>City</strong> <strong>of</strong> <strong>Pomona</strong><br />
505 South Garey Avenue<br />
<strong>Pomona</strong>, CA 91766<br />
(909) 620-_______<br />
B. The principal representative <strong>of</strong> the CONTRACTOR shall be:<br />
-----------------------------<br />
-----------------------------<br />
C. Formal notices, demands and communications to be given hereunder by<br />
either party shall be made in writing and may be effected by personal<br />
delivery or by mail.<br />
D. If the name <strong>of</strong> the principal representative designated to receive the notices,<br />
demands or communications, or the address <strong>of</strong> such person, is changed,<br />
written notice shall be given within five (5) working days <strong>of</strong> said changes.<br />
2. RETENTION. The CITY retains and employs CONTRACTOR to act as such<br />
for CITY to perform such consulting services as may be requested <strong>of</strong> it by the CITY.
Subject: BUS STOP MAINTENANCE Page No: 17<br />
CONTRACTOR accepts the employment and agrees to render such services as<br />
CONTRACTOR on the terms and conditions hereinstated.<br />
3. SCOPE OF SERVICES. The scope <strong>of</strong> such services is set forth in the<br />
attached ________________ which is made Exhibit “A” to this Agreement.<br />
4. COMPENSATION. The CITY agrees to pay CONTRACTOR for the abovestated<br />
services, as set forth in the aforementioned attached proposal. CONTRACTOR<br />
agrees that fees for services shall not exceed the authorized amount <strong>of</strong> $____________<br />
as set forth in the fee schedule, Exhibit “B” attached hereto, unless the CITY has given<br />
specific advance approval in writing.<br />
Prior to the first day <strong>of</strong> the month, during the progress <strong>of</strong> the work, commencing on<br />
the day and month specified in the Contract, Contractor shall submit to the Contract Officer<br />
a complete itemized payment request for all labor and materials incorporated into the work<br />
during the preceding month and the portion <strong>of</strong> the contract sum applicable thereto. Upon<br />
receipt <strong>of</strong> a properly presented payment request, the Contract Officer shall process the<br />
payment request in accordance with Public Contracts Code Section 20104.50. The<br />
Contract Officer shall review the payment request as soon as possible. If the Contract<br />
Officer rejects the payment request, it shall be returned to the Contractor within seven<br />
days <strong>of</strong> its receipt by the <strong>City</strong> with an explanation for the reason <strong>of</strong> its rejection. If the<br />
payment request is approved in writing by the Contract Officer, payment shall be made<br />
within thirty (30) days <strong>of</strong> receipt <strong>of</strong> an undisputed and properly presented payment request.<br />
Late payment shall bear interest at the legal rate <strong>of</strong> interest in accordance with Code <strong>of</strong><br />
Civil Procedure 658.010.<br />
5. TERM. The term <strong>of</strong> this Agreement shall commence on the date first<br />
mentioned above and shall continue until (either: “until the scope <strong>of</strong> work is completed” or<br />
a specific date).<br />
6. INDEPENDENT CONTRACTOR. CONTRACTOR is an independent<br />
contractor. As such, CONTRACTOR shall have no power or authority to incur any debt,<br />
obligation or liability on behalf <strong>of</strong> CITY. Further, CONTRACTOR is not entitled to any<br />
benefit typically associated with an employee such as medical, sick leave or vacation<br />
benefit.<br />
7. PERS ELIGIBILITY INDEMNITY. In the event that CONTRACTOR or any<br />
employee, agent, or subcontractor <strong>of</strong> CONTRACTOR providing services under this<br />
Agreement claims or is determined by a court <strong>of</strong> competent jurisdiction or the California<br />
Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an<br />
employee <strong>of</strong> the <strong>City</strong>, CONTRACTOR shall indemnify, defend, and hold harmless <strong>City</strong> for<br />
the payment <strong>of</strong> any employee and/or employer contributions for PERS benefits on behalf<br />
<strong>of</strong> CONTRACTOR or its employees, agents, or subcontractors, as well as for the payment<br />
<strong>of</strong> any penalties and interest on such contributions, which would otherwise be the<br />
responsibility <strong>of</strong> <strong>City</strong>.<br />
Notwithstanding any other agency, state or federal policy, rule, regulation, law or<br />
ordinance to the contrary, CONTRACTOR and any <strong>of</strong> its employees, agents, and<br />
subcontractors providing service under this Agreement shall not qualify for or become
Subject: BUS STOP MAINTENANCE Page No: 18<br />
entitled to, and hereby agree to waive any claims to, any compensation, benefit, or any<br />
incident <strong>of</strong> employment by CITY, including but not limited to eligibility to enroll in PERS as<br />
an employee <strong>of</strong> CITY and entitlement to any contribution to be paid by CITY for employer<br />
contribution and/or employee contributions for PERS benefits.<br />
8. ECONOMIC INTEREST STATEMENT. CONTRACTOR hereby<br />
acknowledges that pursuant to Government Code Section 87300 and the Conflict <strong>of</strong><br />
Interest Code adopted by CITY hereunder, CONTRACTOR is designated in said Conflict<br />
<strong>of</strong> Interest Code and is therefore required to file an Economic Interest Statement (Form<br />
700) with the <strong>City</strong> Clerk, for each employee providing advise under this Agreement, prior to<br />
the commencement <strong>of</strong> work. The extent <strong>of</strong> CONTRACTORS disclosure requirements is<br />
set forth in the written determination <strong>of</strong> the <strong>City</strong> Manager <strong>of</strong> CITY, attached hereto as<br />
Exhibit “C.”<br />
9. INDEMNITY AND INSURANCE<br />
A. INDEMNITY. CONTRACTOR hereby agrees to hold harmless, defend, and indemnify<br />
CITY, and its <strong>of</strong>ficers, <strong>of</strong>ficials, agents, employees, and volunteers, from any and all<br />
losses, claims, liens, demands, liability, and causes <strong>of</strong> action <strong>of</strong> every kind and<br />
character including, but not limited to, the amounts <strong>of</strong> judgment, interests, court costs,<br />
legal fees and other expenses incurred by the CITY to the maximum extent allowed by<br />
law arising in favor <strong>of</strong> any party, that arise out <strong>of</strong>, or in any way pertain to the work<br />
described herein, caused in whole or in part by any act or omission <strong>of</strong> the<br />
CONTRACTOR, any <strong>of</strong> its subcontractors, anyone directly or indirectly employed by<br />
any <strong>of</strong> them or anyone for whose acts any <strong>of</strong> them may be liable, except where caused<br />
by the active negligence, sole negligence, or willful misconduct <strong>of</strong> CITY.<br />
B. INSURANCE. CONTRACTOR shall procure and maintain at all times during the term<br />
<strong>of</strong> this Agreement insurance as set forth in Exhibit “D” attached hereto.<br />
10. OWNERSHIP OF WORK PRODUCT. All reports, documents or other<br />
written material developed by CONTRACTOR in the performance <strong>of</strong> this AGREEMENT<br />
shall be and remain the property <strong>of</strong> CITY without restriction or limitation upon its use or<br />
dissemination by CITY. Such Material shall not be the subject <strong>of</strong> a copyright application by<br />
CONTRACTOR. Any re-use by CITY <strong>of</strong> any such materials on any project other than the<br />
project for which they were prepared shall be at the sole risk <strong>of</strong> CITY unless CITY<br />
compensates CONTRACTOR for such use.<br />
11. CONFIDENTIALITY. Employees <strong>of</strong> CONTRACTOR in the course <strong>of</strong> their<br />
duties may have access to financial, accounting, statistical, and personnel data <strong>of</strong> private<br />
individuals and employees <strong>of</strong> CITY. CONTRACTOR covenants that all data, documents,<br />
discussion, or other information developed or received by CONTRACTOR or provided for<br />
performance <strong>of</strong> this AGREEMENT are deemed confidential and shall not be disclosed by<br />
CONTRACTOR without written authorization by CITY. CITY shall grant such authorization<br />
if disclosure is required by law. All CITY data shall be returned to CITY upon the<br />
termination <strong>of</strong> this AGREEMENT. CONTRACTOR’s covenant under this Section shall<br />
survive the termination <strong>of</strong> this AGREEMENT.
Subject: BUS STOP MAINTENANCE Page No: 19<br />
12. TERMINATION FOR CONVENIENCE. Either the CITY or the<br />
CONTRACTOR may terminate this AGREEMENT at any time without cause by giving<br />
thirty (30) calendar days written notice to the other <strong>of</strong> such termination and specifying the<br />
effective date there<strong>of</strong>. If this AGREEMENT is terminated as provided herein,<br />
CONTRACTOR will be paid a total amount equal to the service he has provided as <strong>of</strong> the<br />
termination date. In no event shall the amount payable upon termination exceed the total<br />
maximum compensation provided for in this AGREEMENT.<br />
13. TERMINATION FOR CAUSE. If for any reason, CONTRACTOR shall fail to<br />
fulfill in a timely and proper manner its obligation under this AGREEMENT, or if<br />
CONTRACTOR shall violate any <strong>of</strong> the covenants or stipulations <strong>of</strong> this agreement, CITY<br />
shall then have the right to terminate this agreement by giving a five (5) calendar day<br />
written notice to CONTRACTOR. The notice shall refer to this clause, shall specify the<br />
nature <strong>of</strong> the alleged default, and shall specify the effective date <strong>of</strong> the termination. The<br />
CONTRACTOR will be paid a total amount equal to the service he has provided as <strong>of</strong> the<br />
termination date. In no event shall the amount payable upon termination exceed the total<br />
maximum compensation provided for in this AGREEMENT.<br />
14. ASSIGNMENT AND SUBCONTRACTING. Neither party shall assign or<br />
subcontract the rights or responsibilities under this agreement without the express, written<br />
consent <strong>of</strong> the other party, which may be withheld for any reason or for no reason.<br />
15. STANDARD. CONTRACTOR agrees that the services to be rendered<br />
pursuant to this Agreement shall be performed in accordance with the<br />
standards customarily provided by an experienced and competent<br />
pr<strong>of</strong>essional organization rendering the same or similar services.<br />
CONTRACTOR shall re-perform any <strong>of</strong> said services, which are not in<br />
conformity with standards as determined by the CITY. The CONTRACTOR<br />
will be relieved <strong>of</strong> it’s obligation to re-perform said services if the CITY does<br />
not notify CONTRACTOR within 180 days after the completion <strong>of</strong> the nonconforming<br />
service. Compensation for CONTRACTOR to re-perform said<br />
services shall be subject to the approval <strong>of</strong> the CITY, but in no event shall<br />
such compensation exceed the actual cost <strong>of</strong> said services. Except as<br />
hereinafter provided in respect <strong>of</strong> personal injury or property damage, the<br />
foregoing are the CONTRACTOR’S entire responsibilities and the CITY’S<br />
exclusive remedies for service rendered or to be rendered hereunder, and no<br />
other warranties, guarantees, liabilities, or obligations are to be implied.<br />
16. RESOLUTION OF DISPUTES.<br />
A. Disputes regarding the interpretation or application <strong>of</strong> any provisions <strong>of</strong> this<br />
AGREEMENT shall, to the extent reasonably feasible, be resolved through<br />
good faith negotiations between the parties.<br />
B. If any action, at law or in equity, is brought to enforce or to interpret any<br />
provisions <strong>of</strong> this AGREEMENT, the prevailing party in such action shall be<br />
entitled to recover reasonable attorney’s fees, costs and necessary
Subject: BUS STOP MAINTENANCE Page No: 20<br />
disbursements, in addition to such other relief as may be<br />
sought and awarded.<br />
17. FORCE MAJEURE. The respective duties and obligations <strong>of</strong> the parties<br />
hereunder shall be suspended while and so long as performance hereto is prevented or<br />
impeded by strikes, disturbances, riots, fire, severe weather, government action, war acts,<br />
acts <strong>of</strong> God, or any other cause similar or dissimilar to the foregoing which are beyond the<br />
control <strong>of</strong> the party from whom the affected performance was due.<br />
18. NON-DISCRIMINATION AND EQUAL EMPLOYMENT OPPORTUNITY. In<br />
the performance <strong>of</strong> this AGREEMENT, CONTRACTOR shall not discriminate against any<br />
employee, subcontractor, or applicant for employment because <strong>of</strong> race, color, creed,<br />
religion, sex, marital status, national origin, ancestry, age physical or mental handicap,<br />
medical condition, or sexual orientation. CONTRACTOR will take affirmative action to<br />
ensure that subcontractors and applicants are employed, and that employees are treated<br />
during employment, without regard to their race, color, creed, religion, sex, marital status,<br />
national origin, ancestry, age, physical or mental handicap, medical condition, or sexual<br />
orientation.<br />
19. SEVERABILITY. If any provision <strong>of</strong> this agreement is held by a court <strong>of</strong><br />
competent jurisdiction to be invalid, void or unenforceable, the remaining provisions<br />
nevertheless will continue in full force and effect without being impaired or invalidated in<br />
any way.<br />
20. GOVERNING LAW. This Agreement shall be governed by and construed in<br />
accordance with laws <strong>of</strong> the State <strong>of</strong> California. In the event <strong>of</strong> litigation between the<br />
parties, venue in state trial courts shall lie exclusively in the County <strong>of</strong> Los Angeles. In the<br />
event <strong>of</strong> litigation in a U.S. District Court, exclusive venue shall lie in the Central District <strong>of</strong><br />
California.<br />
21. ENTIRE AGREEMENT. This AGREEMENT, together with Exhibits “A,” “B,”<br />
“C”, and “D” supersede any and all other agreements, either oral or in writing, between the<br />
parties with respect to the subject matter herein. Each party to this AGREEMENT<br />
acknowledges that no representation by any party, which is not embodied herein, nor any<br />
other agreement; statement or promise not contained in this AGREEMENT shall be valid<br />
and binding. Any modification <strong>of</strong> the AGREEMENT shall be effective only if it is in writing<br />
and signed by all parties.<br />
[SIGNATURES TO FOLLOW ON NEXT PAGE]
Subject: BUS STOP MAINTENANCE Page No: 21<br />
IN WITNESS WHEREOF this Agreement is entered into by the parties hereto on<br />
the date first above written.<br />
ATTEST:<br />
THE CITY OF POMONA<br />
By:<br />
<strong>City</strong> Clerk <strong>City</strong> Manager<br />
Date: ______________________<br />
APPROVED AS TO FORM:<br />
CONTRACTOR<br />
<strong>City</strong> Attorney<br />
By:<br />
Its<br />
Date: ______________________<br />
Approved by <strong>City</strong> Council on _____________
Subject: BUS STOP MAINTENANCE Page No: 22<br />
*Will be added by the <strong>City</strong> after award.<br />
EXHIBIT “A”<br />
SCOPE OF SERVICES
Subject: BUS STOP MAINTENANCE Page No: 23<br />
*Will be added by the <strong>City</strong> after award.<br />
EXHIBIT “B”<br />
FEE SCHEDULE
Subject: BUS STOP MAINTENANCE Page No: 24<br />
EXHIBIT “C”<br />
WRITTEN DETERMINATION<br />
I, Linda Lowry, <strong>City</strong> Manager <strong>of</strong> CITY has made the following determination with regard to<br />
CONTRACTOR’S requirements to disclose economic interest pursuant to the Conflict <strong>of</strong> Interest<br />
Code adopted by CITY:<br />
[ ] CONTRACTOR shall disclose its economic interest pursuant to the broadest disclosure<br />
category in the Code. (CATEGORY I)<br />
I have determined that CONTRACTOR has been hired to perform a range <strong>of</strong> duties that are limited<br />
in scope and thus CONTRACTOR is not required to comply with the broadest disclosure category<br />
requirements. Based on the Scope <strong>of</strong> Services set forth in Exhibit “A,” <strong>of</strong> the Agreement, I have<br />
determined that CONTRACTOR need only provide economic interest disclosure under the<br />
following categories:<br />
[ ] CATEGORY II: Business interests and Investments<br />
[ ] CATEGORY III: Supply Sources<br />
[ ] CATEGORY IV: Contractors<br />
[ ] CATEGORY V: Financial Institutions<br />
[ ] CATEGORY VI: Geographic location<br />
A full explanation <strong>of</strong> each <strong>of</strong> these disclosure categories is found on page 2 <strong>of</strong> this Exhibit.<br />
[x ] Disclosure requirements are not applicable to CONTRACTOR.<br />
Date:______________________<br />
_________________________<br />
Linda Lowry, <strong>City</strong> Manager
Subject: BUS STOP MAINTENANCE Page No: 25<br />
DESIGNATED EMPLOYEES CATEGORIES<br />
CATEGORY I<br />
CATEGORY II<br />
CATEGORY III<br />
CATEGORY IV<br />
CATEGORY V<br />
CATEGORY VI<br />
Must report all investments, interests in real property and income from real<br />
property located within the <strong>City</strong> <strong>of</strong> <strong>Pomona</strong>.<br />
Must report all investments, interests and income in any business entity in<br />
which the person is a director, <strong>of</strong>ficer, partner, trustee, employee, or hold any<br />
position <strong>of</strong> management. Financial interests are reportable only if located<br />
within or subject to the jurisdiction at any time during the two years prior to<br />
the filing <strong>of</strong> the statement.<br />
(Supply Sources) Includes investments and income included in Category II in<br />
business entities which manufacture or sell supplies, machinery or equipment<br />
<strong>of</strong> the type utilized by the <strong>City</strong>.<br />
(Contractors) Includes investments and income included in Category II in<br />
business entities described therein, if such business entities are contractors or<br />
subcontractors engaged in the performance <strong>of</strong> work or services <strong>of</strong> the type<br />
utilized by the <strong>City</strong>.<br />
(Financial Institutions) Includes investments and income included in<br />
Category II in business entities described therein, if such business entities<br />
constitute banks, savings and loan associations, insurance companies,<br />
investment companies, title companies, financial consultants or data<br />
processing firms.<br />
Includes disclosure <strong>of</strong> property interests and income <strong>of</strong> Categories I and II,<br />
but limited to the jurisdiction <strong>of</strong> the respective board or commission and fivehundred<br />
feet contiguous thereto.
Subject: BUS STOP MAINTENANCE Page No: 26<br />
EXHIBIT “D”<br />
The Contracted Vendor shall furnish the <strong>City</strong> certificates <strong>of</strong> insurance prior to the execution <strong>of</strong> the<br />
contract demonstrating that the following coverage is in effect and in accordance with the<br />
specifications.<br />
The CONTRACTOR shall maintain throughout the duration <strong>of</strong> the term <strong>of</strong> the Agreement, liability<br />
insurance covering the CONTRACTOR and designating CITY including its elected or appointed<br />
<strong>of</strong>ficials, directors, <strong>of</strong>ficers, agents, employees, volunteers, or CONTRACTORs, as additional<br />
insured against any and all claims resulting in injury or damage to persons or property (both real<br />
and personal) caused by any aspect <strong>of</strong> the CONTRACTOR's work, in amounts no less than the<br />
following and with such deductibles as are ordinary and reasonable in keeping with industry<br />
standards. It shall be stated, in the Additional Insured Endorsement, that the CONTRACTOR's<br />
insurance policies shall be primary as respects any claims related to or as the result <strong>of</strong> the<br />
CONTRACTOR's work. Any insurance, pooled coverage, or self-insurance maintained by the<br />
CITY, its elected or appointed <strong>of</strong>ficials, directors, <strong>of</strong>ficers, agents, employees, volunteers, or<br />
CONTRACTORs shall be non-contributory.<br />
General Liability:<br />
a. General Aggregate $2,000,000<br />
b. Products Comp/Op Aggregate $2,000,000<br />
c. Personal & Advertising Injury $1,000,000<br />
d. Each Occurrence $1,000,000<br />
e. Fire Damage (any one fire) $ 50,000<br />
f. Medical Expense (any one person) $ 5,000<br />
Workers' Compensation:<br />
a. Workers' Compensation Statutory Limits<br />
b. EL Each Accident $1,000,000<br />
c. EL Disease - Policy Limit $1,000,000<br />
d. EL Disease - Each Employee $1,000,000<br />
Automobile Liability<br />
a. Any vehicle, combined single limit $1,000,000<br />
The CONTRACTOR shall provide thirty (30) days advance notice to CITY in the event <strong>of</strong> material<br />
changes or cancellation <strong>of</strong> any coverage. Certificates <strong>of</strong> insurance and additional insured<br />
endorsements shall be furnished to CITY thirty (30) days prior to the effective date <strong>of</strong> this<br />
Agreement. Refusal to submit such certificates shall constitute a material breach <strong>of</strong> this<br />
Agreement entitling CITY to any and all remedies at law or in equity, including termination <strong>of</strong> this<br />
Agreement. If pro<strong>of</strong> <strong>of</strong> insurance required under this Agreement is not delivered as required or if<br />
such insurance is canceled and not adequately replaced, CITY shall have the right but not the duty<br />
to obtain replacement insurance and to charge the CONTRACTOR for any premium due for such<br />
coverage. CITY has the option to deduct any such premium from the sums due to the<br />
CONTRACTOR.<br />
Insurance is to be placed with insurers authorized and admitted to write insurance in California and<br />
with a current A.M. Best's rating <strong>of</strong> A-:VII or better. Acceptance <strong>of</strong> insurance from a carrier with a<br />
rating lower than A-:VII is subject to approval by CITY's Risk Manager. CONTRACTOR shall<br />
immediately advise CITY <strong>of</strong> any litigation that may affect these insurance policies.
<strong>Pomona</strong> Bus Stop Locations 11-1-12<br />
ATTACHMENT 1<br />
X X Corner Street #1 Street #2<br />
SITE<br />
NO. SHELTER NO. CORNER (NW/NE/SW/SE) ST LOCATION CROSS ST LOCATION<br />
Bus RTE<br />
NO.<br />
NUMBER OF BENCHES<br />
Type <strong>of</strong> Maintenance<br />
NUMBER OF TRASH<br />
RECEPTACLES<br />
1 23 NW Bonita Ave Garey Ave. 1 1 1<br />
2 24 SE Bonita Ave Garey Ave. 1 1 1<br />
3 34 SW Bonita Ave Thompson Crk. 1 1 1<br />
4 43 NE Bonita Ave Towne Ave. 1 1 1<br />
5 44 SE Bonita Ave Towne Ave. 1 1 1<br />
6 42 SE 50' East County Rd Garey Ave. 291 1 1 1<br />
7 SW 30' West County Rd Towne Ave. 291 1 1<br />
8 3 NW Fairplex Dr. Elwood 1 1 1<br />
9 4 NE Fairplex Dr. Elwood 1 1 1<br />
10 SW Foothill Blvd. Towne Ave. 0 0<br />
11 45 NW Foothill Blvd. Towne Ave. 1 1 1<br />
12 NW 50' West Foothill Blvd. Garey Ave. 291 1 1<br />
13 SW Garey Ave. La Verne Ave. 1 1<br />
14 SE Garey Ave. Foothill Blvd. 1 1<br />
15 SW 30' South Garey Ave. Foothill Blvd. 291 2 1<br />
16 SW 20' North Garey Ave. Drake St. 291 1 1<br />
17 SW 50' South Garey Ave. Drake St. 291 1 1<br />
18 NE 20' North Garey Ave. Grove St. 291 1 1<br />
19 SW 50' South Garey Ave. Grove St. 291 1 1<br />
20 NW 20' North Garey Ave. Harrison Ave. 291 1 1<br />
21 SE 20' South Garey Ave. Harrison Ave. 291 1 1<br />
22 SE 30' South Garey Ave. Bonita Ave. 291 1 1<br />
23 SW 30' South Garey Ave. Bonita Ave. 291 1 1<br />
24 NE30' North Garey Ave. Arrow Hwy 291 1 1<br />
25 SW 100' South Garey Ave. Arrow Hwy 291 1 1<br />
26 SW 30' South Garey Ave. La Verne Ave. 291 1 1<br />
27 NE 30' South Garey Ave. La Verne Ave. 291 1 1<br />
28 NE 60' N Garey Ave. Aliso St. 291 1 1<br />
29 NW 20' North Garey Ave. Aliso St. 291 1 1<br />
30 10 NE 30' North Garey Ave. Willow St. 291 1 1 1<br />
31 11 SW 30' South Garey Ave. Willow St. 291 2 1 1<br />
32 32 NE 30' North Garey Ave. McKinley Ave. 291 1 1 1<br />
33 31 NW 40' North Garey Ave. McKinley Ave. 291 1 1 1<br />
34 NE 50' North Garey Ave. Orange Grove Ave. 291 1 1<br />
35 SW 75' South Garey Ave. Orange Grove Ave. 291 1 1<br />
36 NW 30' North Garey Ave. Jefferson Ave. 291 1 1<br />
37 NE 30' North Garey Ave. Jefferson Ave. 291 1 1<br />
38 NE 50' South Garey Ave. Alvarado St. 291 1 1<br />
39 SW 50' South Garey Ave. Alvarado St. 291 1 1<br />
39 6 SW 20' South Garey Ave. Holt Ave 291 1 1 1<br />
40 7 NE 20' North Garey Ave. Holt Ave 291 2 1 1<br />
41 46 NW 20' North Garey Ave. 3rd. Street 291 2 2 1<br />
42 47 NE 20' North Garey Ave. 3rd. Street 291 1 1 1<br />
43 49 SW 50' South Garey Ave. Mission Ave. 291 2 1 1<br />
42 48 NE 50' North Garey Ave. Mission Ave. 291 1 1 1<br />
43 NW 50' North Garey Ave. 7th. Street 291 1 1<br />
44 SE 20' South Garey Ave. 7th. Street 291 1 1<br />
45 51 NW 20' North Garey Ave. 9th Ave. 291 1 1 1<br />
46 50 SE 20' South Garey Ave. 9th Ave. 291 1 1 1<br />
47 13 SE 20' South Garey Ave. Grand Ave. 291 1 1 1<br />
48 12 NW 20' North Garey Ave. Grand Ave. 291 1 1 1<br />
49 NE 50' North Garey Ave. Phillips Ave 291 1 1<br />
50 SW 50' South Garey Ave. Phillips Ave 291 1 1<br />
NUMBER OF<br />
SHELTERS
<strong>Pomona</strong> Bus Stop Locations 11-1-12<br />
ATTACHMENT 1<br />
SITE<br />
NO. SHELTER NO. CORNER (NW/NE/SW/SE) ST LOCATION CROSS ST LOCATION<br />
Bus RTE<br />
NO.<br />
NUMBER OF BENCHES<br />
NUMBER OF TRASH<br />
RECEPTACLES<br />
51 NE 20' South Garey Ave. Franklin Ave. 291 1 1<br />
52 SW 50' South Garey Ave. Franklin Ave. 291 1 1<br />
53 28 NE 50' North Garey Ave. Lexington Ave. 291 1 1 1<br />
54 27 SW 50' South Garey Ave. Lexington Ave. 291 1 1 1<br />
55 SW 50' South Garey Ave. Philadelphia St. 291 1 1<br />
56 NE 50' North Garey Ave. Philadelphia St. 291 2 2<br />
57 52 NE 50' North Garey Ave. Olive St. 291 1 1 1<br />
58 SW 50' South Garey Ave. Olive St. 291 1 1<br />
59 41 NE 100' North Garey Ave. County Rd 291 1 1 1<br />
60 1 NW Holt Ave. Fairplex Dr. 1 1 1<br />
61 2 SE Holt Ave. Short St. 1 1 1<br />
62 SW Holt Ave. Hamilton Blvd. 0 0<br />
63 NW Holt Ave. Hamilton Blvd. 0 0<br />
64 SW Holt Ave. Mills Ave. 0 0<br />
65 SE Holt Ave. Palomares St. 0 0<br />
66 NW Holt Ave. Palomares St. 0 0<br />
67 NW Holt Ave. Park Ave. 0 0<br />
68 SW Holt Ave. Park Ave. 0 0<br />
69 SE Holt Ave. Reservoir St. 0 0<br />
70 SW Holt Ave. St. Paul 0 0<br />
71 NW Holt Ave. Towne Ave. 0 0<br />
72 SE Holt Ave. Towne Ave. 0 0<br />
73 SW Holt Ave. White Ave. 0 0<br />
74 NW Holt Ave. White Ave. 0 0<br />
75 9 NW Holt Ave. Garey Ave. 1 1 1<br />
76 22 NW Holt Ave. Indian Hill 1 1 1<br />
77 33 NW Holt Ave. Arbodela Way 1 1 1<br />
78 39 NW Holt Ave. San Antonio 291 1 1 1<br />
79 40 SW Holt Ave. San Antonio 291 1 1 1<br />
80 8 SE Holt Ave. Garey Ave. 291/195 1 1 1<br />
81 37 NW Indian Hill Blvd. San Bernardino 1 1 1<br />
82 38 SE Indian Hill Blvd. San Bernardino 1 1 1<br />
83 SS Mid McKinley Ave Fairplex Gate 1 0 0<br />
84 NW Mission Blvd. Hamilton Blvd. 0 0<br />
85 NW Mission Blvd. San Antonio Ave. 0 0<br />
86 SW Mission Blvd. San Antonio Ave. 0 0<br />
87 SW Mission Blvd. Towne Ave. 0 0<br />
88 NW Mission Blvd. White Ave. 0 0<br />
89 SW Mission Blvd. Park Ave. 1 1<br />
90 SE Mission Blvd. Garey Ave. 1 1<br />
91 5 NE Mission Blvd. Dudley 1 1 1<br />
92 16 NW Mission Blvd. Buena Vista 1 1 1<br />
93 17 SW Mission Blvd. Buena Vista 1 1 1<br />
94 SW Mission Blvd. Locust 1 1<br />
95 SE Mission Blvd. Gibbs 1 1<br />
96 NW Mission Blvd. Gibbs 1 1<br />
97 NW Mission Blvd. Main 2 1<br />
98 SE Mission Blvd. Main 2 1<br />
99 NW Mission Blvd. Palomares 1 1<br />
100 NW Mission Blvd. Towne Ave. 0 0<br />
NUMBER OF<br />
SHELTERS
<strong>Pomona</strong> Bus Stop Locations 11-1-12<br />
ATTACHMENT 1<br />
SITE<br />
NO. SHELTER NO. CORNER (NW/NE/SW/SE) ST LOCATION CROSS ST LOCATION<br />
Bus RTE<br />
NO.<br />
NUMBER OF BENCHES<br />
NUMBER OF TRASH<br />
RECEPTACLES<br />
101 SW Mission Blvd. Towne Ave. 0 0<br />
102 NE Mission Blvd. White Av 0 0<br />
103 SE Mission Blvd. Park Ave 1 1<br />
104 NW Mission Blvd. Park Ave 1 1<br />
105 14 SW Philadelphia Towne Ave. 1 1 1<br />
106 15 NW Philadelphia Towne Ave. 1 1 1<br />
107 20 NW Reservoir Philadelphia St. 195 1 1 1<br />
108 SE Reservoir Lexington 195 1 1<br />
109 21 NE Reservoir Philadelphia St. 1 1 1<br />
110 29 SE Rio Rancho Rd Lone Ridge 291 2 1 1<br />
111 SW Rio Rancho Rd Country Mile 291 1 1<br />
112 30 NW Rio Rancho Rd Lone Ridge 1 1 1<br />
113 19 SE South Campus Temple Ave. 195 2 2 2<br />
114 25 NE South Campus Kellogg 1 1 1<br />
115 26 SE South Campus Kellogg 1 1 1<br />
116 NW Temple Ave Mission Blvd. 1 1<br />
117 SE Temple Ave Mission Blvd. 1 1 0<br />
118 18 SW Temple Ave South Campus 195 2 1 2<br />
119 NW Temple Ave Valley Blvd. 195 2 1<br />
120 NE Temple Ave Valley Blvd. 195 1 1<br />
121 SE Temple Ave Mission Blvd 195 1 1<br />
122 NE Temple Ave <strong>Pomona</strong> Blvd 1 1<br />
123 SE Towne Ave Arrow Hwy 1 1<br />
124 SE Towne Ave Holt Ave. 0 0<br />
125 SW Towne Ave Holt Ave. 0 0<br />
126 SE Towne Ave La Verne Ave. 0 0<br />
127 SW Towne Ave La Verne Ave. 0 0<br />
128 35 NE Towne Ave Bangor St. 1 1 1<br />
129 36 NW Towne Ave Bangor St. 1 1 1<br />
130 SWS Towne Ave at Home Depots <strong>of</strong> DA 1 1<br />
131 SW - PR Village Loop Rd Old Wood Rd 1 1<br />
132 NW - PR Village Loop Rd Old Wood Rd 1 1<br />
133 NW White Ave Monterey Ave. 0 0<br />
134 SW White Ave Orange Grove Ave. 0 0<br />
135 53 NE White Ave Gate 6 Mid Block 1 1 1<br />
(-)136 54 SE Mission Blvd. Dudley 1 1 1<br />
(-)137 55 SW Valley Kellogg Dr. 1 1 1<br />
(-)138 56 SE Valley Kellogg Dr. 1 1 1<br />
(-)139 57 SE Holt Ave. East End Ave. 1 1 1<br />
(-)140 58 SW Corporate Center DDevry 1 1 1<br />
TOTAL 140 126 117 60<br />
(-) EASEMENT REQUIRED LOCATIONS<br />
NUMBER OF<br />
SHELTERS
T: Trash Pick-Up<br />
CPRD: Clean Power Wash Removal <strong>of</strong> Debris<br />
RG: Removal <strong>of</strong> Graffiti<br />
Locations<br />
ATTACHMENT 2, Checklist<br />
Date_____________<br />
X X Corner Street #1 Street #2<br />
SITE<br />
NO. SHELTER NO. CORNER (NW/NE/SW/SE) ST LOCATION CROSS ST LOCATION<br />
BUS RTE<br />
NO.<br />
1 23 NW Bonita Ave Garey Ave.<br />
2 24 SE Bonita Ave Garey Ave.<br />
3 34 SW Bonita Ave Thompson Crk.<br />
4 43 NE Bonita Ave Towne Ave.<br />
5 44 SE Bonita Ave Towne Ave.<br />
6 42 SE 50' East County Rd Garey Ave. 291<br />
7 SW 30' West County Rd Towne Ave. 291<br />
8 3 NW Fairplex Dr. Elwood<br />
9 4 NE Fairplex Dr. Elwood<br />
10 SW Foothill Blvd. Towne Ave.<br />
11 45 NW Foothill Blvd. Towne Ave.<br />
12 NW 50' West Foothill Blvd. Garey Ave. 291<br />
13 SW Garey Ave. La Verne Ave.<br />
14 SE Garey Ave. Foothill Blvd.<br />
15 SW 30' South Garey Ave. Foothill Blvd. 291<br />
16 SW 20' North Garey Ave. Drake St. 291<br />
17 SW 50' South Garey Ave. Drake St. 291<br />
18 NE 20' North Garey Ave. Grove St. 291<br />
19 SW 50' South Garey Ave. Grove St. 291<br />
20 NW 20' North Garey Ave. Harrison Ave. 291<br />
21 SE 20' South Garey Ave. Harrison Ave. 291<br />
22 SE 30' South Garey Ave. Bonita Ave. 291<br />
23 SW 30' South Garey Ave. Bonita Ave. 291<br />
24 NE30' North Garey Ave. Arrow Hwy 291<br />
25 SW 100' South Garey Ave. Arrow Hwy 291<br />
26 SW 30' South Garey Ave. La Verne Ave. 291<br />
27 NE 30' South Garey Ave. La Verne Ave. 291<br />
28 NE 60' N Garey Ave. Aliso St. 291<br />
29 NW 20' North Garey Ave. Aliso St. 291<br />
30 10 NE 30' North Garey Ave. Willow St. 291<br />
31 11 SW 30' South Garey Ave. Willow St. 291<br />
32 32 NE 30' North Garey Ave. McKinley Ave. 291<br />
33 31 NW 40' North Garey Ave. McKinley Ave. 291<br />
34 NE 50' North Garey Ave. Orange Grove Ave. 291<br />
35 SW 75' South Garey Ave. Orange Grove Ave. 291<br />
36 NW 30' North Garey Ave. Jefferson Ave. 291<br />
37 NE 30' North Garey Ave. Jefferson Ave. 291<br />
38 NE 50' South Garey Ave. Alvarado St. 291<br />
39 SW 50' South Garey Ave. Alvarado St. 291<br />
39 6 SW 20' South Garey Ave. Holt Ave 291<br />
40 7 NE 20' North Garey Ave. Holt Ave 291<br />
41 46 NW 20' North Garey Ave. 3rd. Street 291<br />
42 47 NE 20' North Garey Ave. 3rd. Street 291<br />
43 49 SW 50' South Garey Ave. Mission Ave. 291<br />
42 48 NE 50' North Garey Ave. Mission Ave. 291<br />
43 NW 50' North Garey Ave. 7th. Street 291<br />
44 SE 20' South Garey Ave. 7th. Street 291<br />
45 51 NW 20' North Garey Ave. 9th Ave. 291<br />
46 50 SE 20' South Garey Ave. 9th Ave. 291<br />
47 13 SE 20' South Garey Ave. Grand Ave. 291<br />
48 12 NW 20' North Garey Ave. Grand Ave. 291<br />
49 NE 50' North Garey Ave. Phillips Ave 291<br />
50 SW 50' South Garey Ave. Phillips Ave 291<br />
BENCHES<br />
Type <strong>of</strong> Maintenance<br />
TRASH<br />
RECEPTACLES<br />
SHELTERS
T: Trash Pick-Up<br />
CPRD: Clean Power Wash Removal <strong>of</strong> Debris<br />
RG: Removal <strong>of</strong> Graffiti<br />
Locations<br />
ATTACHMENT 2, Checklist<br />
Date_____________<br />
SITE<br />
NO. SHELTER NO. CORNER (NW/NE/SW/SE) ST LOCATION CROSS ST LOCATION<br />
BUS RTE<br />
NO.<br />
51 NE 20' South Garey Ave. Franklin Ave. 291<br />
52 SW 50' South Garey Ave. Franklin Ave. 291<br />
53 28 NE 50' North Garey Ave. Lexington Ave. 291<br />
54 27 SW 50' South Garey Ave. Lexington Ave. 291<br />
55 SW 50' South Garey Ave. Philadelphia St. 291<br />
56 NE 50' North Garey Ave. Philadelphia St. 291<br />
57 52 NE 50' North Garey Ave. Olive St. 291<br />
58 SW 50' South Garey Ave. Olive St. 291<br />
59 41 NE 100' North Garey Ave. County Rd 291<br />
60 1 NW Holt Ave. Fairplex Dr.<br />
61 2 SE Holt Ave. Short St.<br />
62 SW Holt Ave. Hamilton Blvd.<br />
63 NW Holt Ave. Hamilton Blvd.<br />
64 SW Holt Ave. Mills Ave.<br />
65 SE Holt Ave. Palomares St.<br />
66 NW Holt Ave. Palomares St.<br />
67 NW Holt Ave. Park Ave.<br />
68 SW Holt Ave. Park Ave.<br />
69 SE Holt Ave. Reservoir St.<br />
70 SW Holt Ave. St. Paul<br />
71 NW Holt Ave. Towne Ave.<br />
72 SE Holt Ave. Towne Ave.<br />
73 SW Holt Ave. White Ave.<br />
74 NW Holt Ave. White Ave.<br />
75 9 NW Holt Ave. Garey Ave.<br />
76 22 NW Holt Ave. Indian Hill<br />
77 33 NW Holt Ave. Arbodela Way<br />
78 39 NW Holt Ave. San Antonio 291<br />
79 40 SW Holt Ave. San Antonio 291<br />
80 8 SE Holt Ave. Garey Ave. 291/195<br />
81 37 NW Indian Hill Blvd. San Bernardino<br />
82 38 SE Indian Hill Blvd. San Bernardino<br />
83 SS Mid McKinley Ave Fairplex Gate 1<br />
84 NW Mission Blvd. Hamilton Blvd.<br />
85 NW Mission Blvd. San Antonio Ave.<br />
86 SW Mission Blvd. San Antonio Ave.<br />
87 SW Mission Blvd. Towne Ave.<br />
88 NW Mission Blvd. White Ave.<br />
89 SW Mission Blvd. Park Ave.<br />
90 SE Mission Blvd. Garey Ave.<br />
91 5 NE Mission Blvd. Dudley<br />
92 16 NW Mission Blvd. Buena Vista<br />
93 17 SW Mission Blvd. Buena Vista<br />
94 SW Mission Blvd. Locust<br />
95 SE Mission Blvd. Gibbs<br />
96 NW Mission Blvd. Gibbs<br />
97 NW Mission Blvd. Main<br />
98 SE Mission Blvd. Main<br />
99 NW Mission Blvd. Palomares<br />
100 NW Mission Blvd. Towne Ave.<br />
BENCHES<br />
TRASH<br />
RECEPTACLES<br />
SHELTERS
T: Trash Pick-Up<br />
CPRD: Clean Power Wash Removal <strong>of</strong> Debris<br />
RG: Removal <strong>of</strong> Graffiti<br />
Locations<br />
ATTACHMENT 2, Checklist<br />
Date_____________<br />
SITE<br />
NO. SHELTER NO. CORNER (NW/NE/SW/SE) ST LOCATION CROSS ST LOCATION<br />
BUS RTE<br />
NO.<br />
101 SW Mission Blvd. Towne Ave.<br />
102 NE Mission Blvd. White Av<br />
103 SE Mission Blvd. Park Ave<br />
104 NW Mission Blvd. Park Ave<br />
105 14 SW Philadelphia Towne Ave.<br />
106 15 NW Philadelphia Towne Ave.<br />
107 20 NW Reservoir Philadelphia St. 195<br />
108 SE Reservoir Lexington 195<br />
109 21 NE Reservoir Philadelphia St.<br />
110 29 SE Rio Rancho Rd Lone Ridge 291<br />
111 SW Rio Rancho Rd Country Mile 291<br />
112 30 NW Rio Rancho Rd Lone Ridge<br />
113 19 SE South Campus Temple Ave. 195<br />
114 25 NE South Campus Kellogg<br />
115 26 SE South Campus Kellogg<br />
116 NW Temple Ave Mission Blvd.<br />
117 SE Temple Ave Mission Blvd.<br />
118 18 SW Temple Ave South Campus 195<br />
119 NW Temple Ave Valley Blvd. 195<br />
120 NE Temple Ave Valley Blvd. 195<br />
121 SE Temple Ave Mission Blvd 195<br />
122 NE Temple Ave <strong>Pomona</strong> Blvd<br />
123 SE Towne Ave Arrow Hwy<br />
124 SE Towne Ave Holt Ave.<br />
125 SW Towne Ave Holt Ave.<br />
126 SE Towne Ave La Verne Ave.<br />
127 SW Towne Ave La Verne Ave.<br />
128 35 NE Towne Ave Bangor St.<br />
129 36 NW Towne Ave Bangor St.<br />
130 SWS Towne Ave at Home Depots <strong>of</strong> DA<br />
131 SW - PR Village Loop Rd Old Wood Rd<br />
132 NW - PR Village Loop Rd Old Wood Rd<br />
133 NW White Ave Monterey Ave.<br />
134 SW White Ave Orange Grove Ave.<br />
135 53 NE White Ave Gate 6 Mid Block<br />
(-)136 54 SE Mission Blvd. Dudley<br />
(-)137 55 SW Valley Kellogg Dr.<br />
(-)138 56 SE Valley Kellogg Dr.<br />
(-)139 57 SE Holt Ave. East End Ave.<br />
(-)140 58 SW Corporate Center DDevry<br />
BENCHES<br />
TRASH<br />
RECEPTACLES<br />
SHELTERS<br />
(-) EASEMENT REQUIRED LOCATIONS
Material Safety Data Sheet<br />
1<strong>of</strong> 3<br />
May be used to comply with OSHA's Hazard Communication Standard 29CFR 1910. 1200. Standard must be<br />
consulted for specific requirements.<br />
IDENTITY (As used on label and list): BULK STRIP 870GC<br />
SECTION 1 -<br />
Manufacturers Name: BULK CHEMICALS, INC.<br />
Address: 1074 Stinson Drive<br />
<strong>City</strong>, State, and ZIP: Reading, PA 19605<br />
Emergency Telephone No.: CHEM-TREC 1-800-424-9300<br />
Other Information: (610) 926-4128<br />
Signature <strong>of</strong> Person Responsible for Preparation:<br />
Date Prepared: 7/30/02<br />
HMIS Ratings: Health 2, Flammability 2, Reactivity 1<br />
SECTION 2 - HAZARDOUS INGREDIENTS/IDENTITY<br />
Hazardous Component(s) CAS OSHA ACGIH OTHER<br />
(chemical & common name(s)) NO. PEL TLV<br />
Water 7732-18-5 N/A N/A N/A<br />
Propylene Glycol t-Butyl Ether 57018-52-7 N/D N/D N/D<br />
D-Limonene 5989-27-5 N/D N/D N/D<br />
Poly(Oxy-1,2-Ethanediyl),-alpha- 24938-91-8 N/D N/D N/D<br />
tridecyl-omega-Hydroxy<br />
Butyl Carbitol 112-34-5 N/D N/D N/D<br />
Phosphate Ester Potassium Salt Proprietary N/D N/D N/D<br />
SECTION 3 - PHYSICAL & CHEMICAL CHARACTERISTICS<br />
Boiling Point: 220 °F Specific Gravity (H 2 O=1): 1.0 Vapor Pressure: N/D Vapor Density: N/D<br />
Melting Point: N/D Evaporation Rate (H 2 O=1): N/D Solubility in Water: 100%<br />
Reactivity in water: None Appearance and Odor: Clear amber liquid, pungent citrus odor<br />
SECTION 4 - FIRE & EXPLOSION DATA<br />
Flash Point: 115 °F (CC) Flammable Limits: N/D Auto-Ignition Temperature: > 400 °F<br />
Extinguisher Media: Dry chemical, alcohol foam, water fog or CO 2 .<br />
Special Fire Fighting Procedures: NIOSH approved self-contained breathing apparatus (SCBA) and full<br />
protective equipment. Do not enter fire area without proper protection. Vapors are heavier than air and may<br />
travel along ground or be moved by ventilation and ignited by heat, pilot lights, and other flames.<br />
Unusual Fire and Explosion Hazards: All five-gallon pails and larger metal containers should be grounded<br />
when material is transferred.<br />
SECTION 5- PHYSICAL HAZARDS (REACTIVITY DATA)<br />
Stability: Stable<br />
Conditions to Avoid: Excessive heat, sparks, and open flames.<br />
Incompatibility (Materials to Avoid): Strong oxidizers, strong acids
BULK STRIP 870GC<br />
2<strong>of</strong> 3<br />
Hazardous Decomposition Products: Carbon monoxide, carbon dioxide, oxides <strong>of</strong> phosphorous may be<br />
produced.<br />
Hazardous Polymerization: Will Not Occur<br />
SECTION 6 - HEALTH HAZARDS<br />
Signs and Symptoms <strong>of</strong> Exposure: SKIN: Can cause irritation. Repeated contact may cause sensitization.<br />
INHALATION: Prolonged, excessive inhalation may cause nasal and respiratory irritation, coughing, shortness<br />
<strong>of</strong> breath, dizziness, and intoxication. INGESTION: Can cause abdominal discomfort, nausea, and dizziness<br />
EYES: can cause severe irritation and possible corneal injury.<br />
Medical Conditions Generally Aggravated by Exposure: Any pre-existing disorders or diseases <strong>of</strong> the central<br />
nervous system, reproductive system, skin, and/or eye.<br />
Chemical Listed as a Carcinogen or Potential Carcinogen:<br />
National Toxicology Program: No<br />
IARC Monographs: No<br />
OSHA: No<br />
Emergency and First Aid Procedures: INGESTION: If patient is fully conscious, give 2 glasses <strong>of</strong> water. Get<br />
medical help. EYES: Immediately flush eyes 15 minutes. Remove contact lenses if worn. Obtain medical<br />
attention. INHALATION: Remove from contaminated area. Give oxygen or artificial respiration as needed. If<br />
victim is overcome, get medical attention immediately. SKIN: Remove contaminated clothing. Wash skin with<br />
mild soap and water.<br />
SECTION 7 - SPECIAL PRECAUTIONS AND SPILL/LEAK PROCEDURES<br />
Precautions to be Taken in Handling and Storage: Keep away from heat and flames. Keep container closed.<br />
Other Precautions: None<br />
Steps to be Taken In Case Material is Released or Spilled: Eliminate all ignition sources. Absorb with<br />
absorbent material, place in fume tight container.<br />
Waste Disposal Methods (Consult federal, state, and local regulations): Dispose <strong>of</strong> properly.<br />
SECTION 8 - SPECIAL PROTECTION INFORMATION/CONTROL MEASURES<br />
Respiratory Protection: Provide sufficient mechanical ventilation maintain exposure below TLV’s. Use NIOSH<br />
approved respirator if needed.<br />
Ventilation: Local exhaust usually adequate.<br />
Protective Gloves: Rubber<br />
Eye Protection: Chemical splash goggles<br />
Other Protective Clothing or Equipment: Chemical apron, eye bath, safety shower.<br />
Work/Hygienic Practices: Wash with soap and water after handling. Avoid unnecessary contact.<br />
SECTION 9 - COMPONENTS REPORTABLE UNDER SARA (TITLE III), SECTION 313<br />
Hazardous Component(s) CAS OSHA ACGIH OTHER %<br />
Chemical & common name(s): NO. PEL TLV<br />
None
BULK STRIP 870GC<br />
3<strong>of</strong> 3<br />
CALIFORNIA Proposition 65<br />
This product contains trace levels <strong>of</strong> DIOXANE and ETHYLENE OXIDE, which the state has found to cause<br />
cancer.<br />
Hazardous Component(s) CAS OSHA ACGIH OTHER %<br />
Chemical & common name(s): NO. PEL TLV<br />
Dioxane 123-91-1 360mg/m3 72mg/m3 N/D < 0.002<br />
Ethylene Oxide 75-21-8 N/D N/D N/D < 0.001<br />
SECTION 10 - D.O.T. INFORMATION<br />
Proper shipping Name: Flammable Liquid, N.O.S., (d-Limonene)<br />
Hazard Class: 3, Flammable Liquid<br />
I.D. No.: UN1993<br />
Packing Group III<br />
D.O.T. Labels: Flammable<br />
D.O.T. Placards: Flammable<br />
N/A - Not Applicable<br />
N/D - Not Determined<br />
< - Less Than<br />
> - Greater Than<br />
The information above is believed to be accurate and represents the best information currently available to us.<br />
However, we make no warranty <strong>of</strong> merchantability or any other warranty, express or implied, with respect to<br />
such information, and we assume no liability resulting from its use. Users should make their own investigations<br />
to determine the suitability <strong>of</strong> the information for their particular purposes.