14.11.2014 Views

PURCHASING SPECIFICATION - City of Pomona

PURCHASING SPECIFICATION - City of Pomona

PURCHASING SPECIFICATION - City of Pomona

SHOW MORE
SHOW LESS

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.

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!