Bid Submittals: Responses must be submitted to: Hand Delivery, FedEx, UPS, other. Pomona, CA Pomona, CA 91766

Similar documents
LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

McCRACKEN COUNTY BOARD OF EDUCATION

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ALEXANDRIA HOUSING AUTHORITY P.O. Box 8219 Alexandria, Louisiana Phone (318) Fax (318)

Cherokee County Board of Commissioners

Tulsa Community College

REQUEST FOR BIDS FOR AUTOMOTIVE EQUIPMENT RFB # AVC2016/

REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.

PUBLIC WORKS DEPARTMENT DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

REQUEST FOR BID. Bid Number Softball Field Netting Barrier Orange Coast College

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

INSTRUCTIONS TO BIDDERS Medical Center

SECTION INSTRUCTIONS TO BIDDERS

TERMS AND CONDITIONS OF THE INVITATION TO BID

Request for Proposal. RFP # Non-Profit, Sports Photography

Central Unified School District Request for Proposal

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

REQUEST FOR PROPOSAL Enterprise Asset Management System

12-Inch Water Line Replacement Across Panther Branch SJRA Project No. WDPR N001 SECTION PROPOSAL FORM

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY

00400 BID FORMS AND SUPPLEMENTS

Sunnyside Valley Irrigation District

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

INVITATION TO BID INSTRUCTIONS TO BIDDERS

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

State of Florida PUR 1001 General Instructions to Respondents

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m.

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

Instructions to Bidders Page 1 of 8

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

SECTION A - INSTRUCTIONS

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

City of Mexico Beach Replacement of Fire Department Roofing Shingles

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

City of Portsmouth Portsmouth, New Hampshire Valet Parking Services from Loading Zone located at Pleasant Street. Bid#63-17 INVITATION TO BID

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

CITY OF PEACHTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1

5.; <. (3. ; 5 )$ )!!,5. 2*3 = ( ; ;. ( 5

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Public Notice Advertisement for Bids

REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

COUNTY OF OSWEGO PURCHASING DEPARTMENT

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

RETRO REFLECTIVE GLASS BEADS

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

1 CORPORATION of the TOWN of SMITHS FALLS COMMUNITY SERVICES & PUBLIC WORKS AND UTILITIES CONTRACT #_17-CS-02_

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016

DESIGN - BUILD PROPOSAL OF

Request for Professional Services

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE

Firm Submitting Bid INVITATION TO BID. DEADLINE FOR QUESTIONS: May 2, 2018 TIME: 5:00 PM. SUBMISSION DUE DATE: May 9, 2018 TIME: 2:00PM EST

Diesel Engine Replacement for. Gillig Low Floor Buses

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

MARCH 27, 2019 INVITATION FOR BIDS

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

REQUEST FOR QUALIFICATIONS (RFQ) FOR LOBBYIST SERVICES

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

WESTERN HEIGHTS SCHOOL DISTRICT

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

REQUEST FOR PROPOSAL Police Department Roof System Renovation

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

Cherokee Nation

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

San Francisco Unified School District CUPCCAA PROJECT <$45K - $175K>

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

INVITATION FOR BID Annual Water Meter Purchase

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

SOLICITATION # EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM

INVITATION TO BID INSTRUCTIONS TO BIDDERS

BID ON ALUMINUM SULFATE

Request for Bids (RFB) Fire Extinguisher Services (Service/Price Agreement)

Instructions to Proposers & Contractors (ITPC): RFP

CONTRACT DOCUMENTS SPECIFICATIONS. for RAILROAD AVE. AND MAIN STREET TRAFFIC SIGNAL UPGRADE CITY OF FORT MORGAN, COLORADO.

Saddles for Sale RFSB # N

Transcription:

CITY OF POMONA Type of Bid: General Service REQUEST FOR BID TRAFFIC AND STREET NAME SIGNS BID NO: 830.1.14-15 Bid Submittals: Responses must be submitted to: Mail Delivery Hand Delivery, FedEx, UPS, other City of Pomona City of Pomona Purchasing Division Purchasing Division P.O. Box 660 505 S. Garey Avenue Pomona, CA 91769 Pomona, CA 91766 SCHEDULE OF EVENTS: Post Bid 2/18/15 Questions Due Post Addendum (if needed) 2/26/15 Bid Due Date 2/25/15 by 3:00 P.M. 3/4/15 by 4:00 P.M. (The City reserves the right to change schedule of events without prior notice or responsibility to Bidders.) Website address: www.ci.pomona.ca.us Follow the path of Business; Current Bids and RFPs; Non-Construction Bids

Table of Contents 1. Introduction... 3 2. Bid Submission Instructions... 3 3. Inquiries... 3 4. Specifications... 4 5. Contract Term... 5 6. Contract Extension... 5 7. Contract Termination... 5 8. Required Forms... 6 9. Selection Criteria... 6 10. Reservation of Rights... 7 11. Terms and Conditions... 7 12. Definitions... 9 13. Company Summary Sheet... 12 14. Bid Sheet... 13 15. References... 16 16. Acknowledgement and Signature of Authorization... 17 17. City of Pomona Minority Business Questionnaire... 18 18. City of Pomona Statement of Non-Collusion By Contractor... 19 19. City of Pomona Agreement for Indemnification by Contractor/Vendor and Acceptance and Acknowledgment of Procurement Practices of The City of Pomona... 20 Page 2 of 20

1. INTRODUCTION The City of Pomona is inviting bids to establish an annual contract for the purchase of Traffic and Street Name Signs in accordance with the specifications stated herein. Quantities of each sign are not guaranteed and will be purchased on an as-needed basis. The City may place multiple orders throughout the year, and quantities may increase or decrease depending upon the need. 2. BID SUBMISSION INSTRUCTIONS Bids must be submitted in a sealed package, clearly marked with Traffic and Street Name Signs, Bid No: 830.1.14-15. Bids received after the due date and time specified will not be accepted. Submittals must include: One (1) original; Three (3) copies; One (1) CD or flash drive. Bids submitted by telephone, e-mail, or faxed will be rejected. Rejected Bid will not be returned and will be destroyed by the City 30 days after bid opening. In the event that only one response is received, the City reserves the right to cancel the Bid, return the unopened response to the Vendor, and re-advertise. Bids must be received in the Purchasing Division Office in accordance with the published Schedule of Events and delivered to the following location: U.S. Mail: City of Pomona Hand delivery, FedEx, UPS, other: City of Pomona Purchasing Division Purchasing Division P.O. Box 660 505 South Garey Ave. Pomona, CA 91769 Pomona, CA 91766 Bids will be publicly opened on the date and time identified herein; bid results for general services are typically posted on the City s website within one (1) to two (2) days after bids have been opened. Posted prices are preliminary in nature and may not reflect the final cost calculation. For professional services, only the name of the bidder will be listed. No notification will be sent to unsuccessful bidders. The City s website address is http://www.ci.pomona.ca.us. To locate all posted documentation click on Business, Current Bids and RFPs, Non-Construction Bids. Please note: No other letters or correspondence will be sent. 3. INQUIRIES Bidders must carefully examine the bid document and any addenda that may be posted on the City s website; seek clarification of any ambiguity, conflict, omission or error in writing, prior to the due date and time for questions specified in the Schedule of Events. If an answer materially affects the Bid, the information will be incorporated into an addendum and distributed to all vendors via the City s website; no other contact will be made by the City to vendors regarding addenda to the bid. Page 3 of 20

It shall be the vendor s sole responsibility to check the City s website to determine if any addenda have been posted prior to the bid due date and time. All questions related to this bid or proposal must be directed to Keri Hinojos, Purchasing Manager at (909) 620-2039, via e-mail to keri_hinojos@ci.pomona.ca.us, or by fax to (909) 620-3711. Please note that per Section 2-975(2) of the Pomona City Code, any unauthorized contact by the bidder during the bid or proposal process with an official or city employee, other than those shown on the RFP or bid, the Finance Director, or Purchasing Manager, shall cause the bidder to be immediately disqualified from participating in the bidding process. 4. SPECIFICATIONS Following is a list of the required traffic and street name sign specifications that will be ordered on an as-needed basis; quantities are not guaranteed. Bidders must use the Bid Sheet in Section 14 to submit their unit pricing. Traffic Signs o R1-1, Stop Signs, 30 OCT o R1-1, Stop Signs, 36 OCT o R1-4, All Way, 18 x 6 o Type K w/3 HIP dots K Units, 15 x 6 o R2-1, Speed Limit Sign, 24 x 30 o R2-1, Speed Limit Sign, 30 x 36 o R3-1 / R3-2, No Right/Left turn, 24 x 24 o R3-1 / R3-2, No Right/Left turn, 36 x 36 o R3-4, No U-turn, 24 x 24 o R3-4, No U-turn, 36 x 36 o R3-7, Right lane must turn right, 30 x 30 o R4-7, Keep Right Symbol, 24 x 30 o R4-7, Keep Right Symbol, 36 x 48 o R6-1, One Way, 36 x 12 o R6-1, One Way, 54 x 18 o R6-2, One Way, 24 x 30 o R6-2, One Way, 36 x 48 o R9-3a, No ped crossing symbol, 18 x 18 o R9-3a, No ped crossing symbol, 24 x 24 o R9-3b, Use crosswalk, 18 x 12 o R10-7, Do not block intersection, 24 x 30 o R13A(CA), No right turn on Red symbol, o 18 x 30 o R28(CA) / R28S(CA), NPAT / NSAT, 12 x18 o W1-8, Chevron, 18 x 24 o W3-1, Stop ahead, 36 x 36 o W3-3, Signal ahead, 36 x 36 o W10-1, Railroad crossing, 30 o W11-2, Ped crossing, 30 x 30 Fluorescent Yellow/Green Type 11 DG3 o W11-2, Ped crossing, 36 x 36 Fluorescent Yellow/Green Type 11 DG3 o W16-7p, Arrow, 24 x 12 Fluorescent Yellow/Green Type 11 DG3 o W16-7p, Arrow, 30 x 18 Fluorescent Yellow/Green Type 11 DG3 o W16-9p, Ahead, 24 x 12 Fluorescent Yellow/Green Type 11 DG3 o S1-1, School crossing, 36 x 36 Fluorescent Yellow/Green Type 11 DG3 o S4-3, School, 24 x 8 Fluorescent Yellow/Green Type 11 DG3 Page 4 of 20

o Assembly C (CA), School speed limit, Fluorescent Yellow/Green Type 11 DG3 (24 x48 ) o OM2-1H, Type K HIP markers, 6 x 15 (CA Spec) o Type N-2 CA red markers 18 x 18 o Type N-1 CA yellow markers 18 x 18 Pomona Street Name Signs (High Intensity Prismatic Reflective Sheeting WITHOUT Anti-Graffiti film) o Blue Street Name Signs 30 x 9 extruded with P symbol Logo o Blue Street Name Signs 42 x 9 extruded with P symbol Logo o Blue Street Name Signs 36 x 9 extruded with P symbol Logo o Blue Street Name Signs 48 x 9 extruded with P symbol Logo o Brown Street Name Signs 30 x 6.75 extruded with Phillips Ranch symbol Logo o Brown Street Name Signs 42 x 6.75 extruded with Phillips Ranch symbol Logo o Brown Street Name Signs 36 x 6.75 extruded with Phillips Ranch symbol Logo o Brown Street Name Signs 48 x 6.75 extruded with Phillips Ranch symbol Logo o 1-7/8, Series B/C/D,WHT,PS,LC,HIP (25-pack) o 2, Series B/C/D, WHT,PS,UP,HIP (25-pack) o 2-1/2, Series B/C/D,WH,PS, LC,HIP (25-pack) o 3 3/4 Series B/C/D, WHT,PS,LC,HIP (25-pack) o 5 Series B/C/D, WHT,PS,UP,HIP (25- pack) 5. CONTRACT TERM The Contract for services shall be for three (3) years, commencing from the date of Council award, with the option to renew for up to two (2) additional years, in one (1) year increments. 6. CONTRACT EXTENSION In the event that the City exercises its option to extend the Agreement, the City shall provide written notice to the Contractor no later than thirty (30 days) before the end of the initial term. The City s decision to exercise its option will be based upon Contractor s past performance being satisfactory to the City of Pomona. Contractor s performance will be formally reviewed on an annual basis. 7. CONTRACT TERMINATION Termination for Convenience: Either the CITY or the CONSULTANT/CONTRACTOR may terminate this AGREEMENT at any time without cause by giving thirty (30) calendar days written notice to the other of such termination and specifying the effective date thereof. If this AGREEMENT is terminated as provided herein, CONSULTANT/CONTRACTOR shall be paid only the total amount equal to the service CONSULTANT/CONTRACTOR has provided as of the termination date. In no event shall the amount payable upon termination exceed the total Page 5 of 20

maximum compensation provided for in this AGREEMENT or the value of services provided as of date of termination. Termination for Cause: If for any reason, CONSULTANT/CONTRACTOR shall fail to fulfill in a timely and proper manner its obligation under this AGREEMENT, or if CONSULTANT/CONTRACTOR shall violate any of the covenants or stipulations of this agreement, CITY shall then have the right to terminate this agreement by giving a five (5) calendar day written notice to CONSULTANT/CONTRACTOR. The notice shall refer to this clause, shall specify the nature of the alleged default, and shall specify the effective date of the termination. The CONSULTANT/CONTRACTOR will be paid a total amount equal to the service CONSULTANT/CONTRACTOR has provided as of the termination date. In no event shall the amount payable upon termination exceed the total maximum compensation provided for in this AGREEMENT. 8. REQUIRED FORMS Forms included in the Required Forms section of this bid must be completed and signed by a company principal or officer. All completed forms must be returned with the Bid response. Bids submitted without the Required Forms may be deemed as non-responsive and may be rejected. In order to maintain uniformity, bid responses must be organized and submitted using the following format: Company Summary Sheet Bid Sheet References Form Acknowledgment and Signature of Authorization Minority Business Questionnaire Statement of Non-Collusion by Contractor Agreement for Indemnification and Acknowledgment of Procurement Practices 9. SELECTION CRITERIA The following selection criteria will be used when evaluating bid responses and selecting the successful bidder. General Provision The award of contracts shall be at the sole discretion of the City. It is the intent to make an award to one Bidder for all items, although the City reserves the right to make multiple awards depending on the needs and best interests of the City. The City may accept or reject any or all bids in whole or in parts and may waive informalities in the process. The contents of the Bid response submitted by the selected Bidder will become the basis for a contractual obligation when the award is made. General Goods and Services Award will be made to the lowest, responsive, and responsible bidder. The City may make an award without further discussion of the bids submitted; therefore, the bid response must be submitted on the most favorable terms that the Bidder can offer. Page 6 of 20

10. RESERVATION OF RIGHTS The City reserves the right to: Reject any and all bids at its discretion; Cancel the entire bid; Waive any minor errors or informalities in any bid, to the extent permitted by law. 11. TERMS AND CONDITIONS a) Addendum to the Bid If it becomes necessary to revise any part the Bid, an addendum will be posted on the City s website (see the INQUIRIES section for further details). If an answer materially affects the Bid, the information will be incorporated into an addendum and distributed to all vendors via the City s website; no other contact shall be made by the City to vendors regarding addenda to the Bid. All addenda issued during the time of bidding will be incorporated into the resulting contract b) Applicable Laws The laws of the State of California will govern the contract. The applicable law for any legal dispute arising out of the contract shall be the law of the State of California. The Bidder shall comply with all federal, state, county and local laws concerning this type of commodity/service. All system provided by the Bidder shall comply with all applicable federal, state, and local building, fire, safety, and electrical codes and all relevant industry standards. c) Appropriation of Funds If the term of this agreement extends into fiscal years subsequent to that in which it was approved, such continuation of the contract is subject to the appropriation of funds for such purpose by the City of Pomona City Council. If funds to effect such continued payment are not appropriated, the Bidder agrees to terminate any goods or service supplied to the City under this agreement. d) Assignment The Bidder shall, under no circumstances, assign any contract issued as a result of this bid by any means whatsoever, or any part thereof to another party without express written permission of the City of Pomona. e) Award of Contract A contract may be awarded as a result of this bid and may require approval by the City of Pomona City Council as prescribed by City Ordinances and Codes. All awarded contracts must be issued a City of Pomona Purchase Order prior to delivering goods or performing services. If the awarded vendor imposes additional terms or conditions after the award of a contract, the award may be rescinded and the Contract will be canceled. f) Bidder's Cost to Develop a Response Costs for developing a response to this solicitation are entirely the obligation of the Bidder and shall not be chargeable in any manner to the City of Pomona. g) Conflict of Interest Except for items that are clearly promotional in nature, mass produced, trivial in value and not intended to invoke any form of reciprocation, employees of the City of Pomona may not accept gratuities, entertainment, meals of anything of value whatsoever from current or potential suppliers. The offer of such Page 7 of 20

gratuity to an employee of the City shall be cause for declaring such supplier to be an irresponsible bidder and will be prevented from bidding as provided in Sections 2-974 and 2-975 of the City Code of the City of Pomona. h) Default Of Vendor - The City of Pomona shall hold the vendor responsible for any damage, which may be sustained because of the failure or neglect of the vendor to comply with any term or condition, listed herein. i) Equal Employment Opportunity The Bidder shall comply with all applicable state and federal laws addressing Equal Employment Opportunity. j) General Services Award will be made to the lowest, responsive, and responsible bidder. The City may make an award without further discussion of the bids submitted; therefore, the bid should be submitted with the most favorable terms that the Bidder can offer. k) Independent Contractor Status It is expressly understood that the Bidder named in any contract entered into by the City is acting as an independent contractor and not as an agent or employee of the City of Pomona. l) Late Submission of Bid Any bids received after the due date and time specified in this bid will not be accepted. The City will not return late submittals. Late submittals will be destroyed by the City 30 days after bid opening. m) News Releases The Bidder shall not make news releases pertaining to an award resulting from bids made in response to the bid without the prior written approval of the City of Pomona Finance Director. In addition, the successful Bidder must agree not to release any advertising copy mentioning the City of Pomona or quoting the opinion of any City employee without written approval by the City of Pomona Finance Director. n) Permits and Licenses The Bidder shall secure or maintain in force during the period covered by any contract resulting from this specification all licenses and permits required by law for the operation of their business including a Pomona Business License when required. o) Public Information After the date specified for the opening of the bid, all materials received relative to general service bids become public information and are available for inspection. Professional service bids become public upon award of contract. The City reserves the right to retain all bids submitted, whether or not the bid was selected or judged to be responsive. p) Rejection of Bids This bid does not commit the City of Pomona to award any contract. The City reserves the right, at its sole discretion, to reject any or all bids without penalty, to waive irregularities in any bid response or in the bid procedures, and to be the final judge in determining a responsive and responsible bid. The City reserves the right, at its sole discretion, to reject any or all bids that contain items not specified, items that are incorrect, that do not complete all the items scheduled, or do not respond to items published in the specifications or scope of Page 8 of 20

services. Bids received by telephone or facsimile will be considered non-responsive and will be rejected. Bids offering less than 90 days for acceptance from the published closing date may be considered non-responsive and may be rejected. q) Signatures Bid responses must be signed in longhand by the Bidder with his/her usual signature in the designated areas within the bid documents. Submission of bids must be signed by any and all representatives legally authorized to contractually bind the Corporation. r) Unauthorized Use of City Seal or Logo Section 2-5(3)a of the Pomona City Code prohibits the use of the City s Seal or Logo, or any reproduction thereof, for any purpose other than for official business of the city, its council, officers or departments. s) Withdrawal of Bids Bid responses received by the Purchasing Division may be withdrawn. An authorized representative of the Bidder must submit a signed, written request to the Purchasing Manager, formally requesting their bid to be withdrawn from the bid process. 12. DEFINITIONS In accordance with Section 2-961 of the Pomona City Code, the following words, terms and phrases have the meanings ascribed to as follows: Lowest responsible bidder. In addition to price, the "lowest responsible bidder" will be determined by consideration of the following factors: (1) The quality, availability and suitability of the supplies, equipment or services to the particular use required. (2) The ability, capacity and skill of the bidder to perform the service required. (3) Whether the bidder has the financial resources and facilities to perform or provide the service promptly, or within the time specified, without delay or interference. (4) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (5) The bidder's record of performance or previous contracts or services, including compliance by the bidder with laws and ordinances relating to such contracts or services. (6) The ability of the bidder to provide future maintenance and service for the use of the equipment or materials to be purchased. (7) The scope of conditions attached to the bid by the bidder. Nonresponsive bidder means an offer, submitted by a bidder, to furnish supplies, equipment or services that are not in conformity with the specifications, delivery terms or conditions or other requirements specified in the invitation for bids. Nonresponsible bidder is a bidder that provides a bid but fails to demonstrate their capacity (financial or otherwise) to provide the supplies, equipment or service as specified in the bid. Page 9 of 20

Responsive bid means a bid, submitted by a responsible bidder, to furnish supplies, equipment or services in conformity with the specifications, delivery terms and conditions and other requirements specified in the invitation for bids. Services means any and all services, including but not limited to the repair or maintenance of equipment, machinery and other property. This term does not include services rendered by city officers or employees or architectural or other professional services, which by their nature do not lend themselves to normal competitive procedures. Page 10 of 20

THE FOLLOWING FORMS ARE REQUIRED TO BE SUBMITTED WITH BID Page 11 of 20

13. COMPANY SUMMARY SHEET Company Name: Company Address: Company Telephone Number: Fax Number: Bid Contact (person responsible for answering questions related to the Bid response): Name: Telephone Number: Title: Fax: Email: Management Contact (person responsible for making decisions related to the Contract): Name: Telephone Number: Title: Fax: Email: Contract/Account Manager (Person responsible for day-to-day servicing of the Contract/account): Name: Telephone Number: Title: Fax: Email: Page 12 of 20

14. BID SHEET TRAFFIC AND STREET NAME SIGNS BID NO: 830.1.14-15 o The quantity of each sign is determined by need; therefore, provide a unit price for each line-item. The City may place multiple orders throughout the year, and quantities may increase or decrease depending upon the need. o All unit prices shall include shipping charges to City of Pomona, 636 w. Monterey Ave, Pomona CA 91768. o Abbreviation Definitions - Series: C; WH: White; BLK: Black; PS: Pressure Sensitive; HIP: High Intensity Prismatic; LC: Lower Case; UP: Upper Case; OCT: Octagon. Traffic Signs All traffic signs must meet 2014, California MUTCD requirements; shall have High Intensity Prismatic (HIP) reflective sheeting; 3M 1160a anti-graffiti film; and must be 0.08 Aluminum. Item Qty U/M Description 1 1 EA R1-1, Stop Signs, 30 OCT 2 1 EA R1-1, Stop Signs, 36 OCT 3 1 EA R1-4, All Way, 18 x 6 4 1 EA Type K w/3 HIP dots K Units, 15 x 6 5 1 EA R2-1, Speed Limit Sign, 24 x 30 6 1 EA R2-1, Speed Limit Sign, 30 x 36 7 1 EA R3-1 / R3-2, No Right/Left turn, 24 x 24 8 1 EA R3-1 / R3-2, No Right/Left turn, 36 x 36 9 1 EA R3-4, No U-turn, 24 x 24 10 1 EA R3-4, No U-turn, 36 x 36 11 1 EA R3-7, Right lane must turn right, 30 x 30 12 1 EA R4-7, Keep Right Symbol, 24 x 13 1 EA 30 R4-7, Keep Right Symbol, 36 x 48 14 1 EA R6-1, One Way, 36 x 12 15 1 EA R6-1, One Way, 54 x 18 16 1 EA R6-2, One Way, 24 x 30 17 1 EA R6-2, One Way, 36 x 48 18 1 EA R9-3a, No ped crossing symbol, 18 x 18 19 1 EA R9-3a, No ped crossing symbol, 24 x 24 20 1 EA R9-3b, Use crosswalk, 18 x 12 Unit Price Years 1-3 Unit Price Option Year 4 Unit Price Option Year 5 Lead-Time Page 13 of 20

Item Qty U/M Description R10-7, Do not block intersection, 21 1 EA 24 x 30 R13A(CA), No right turn on Red 22 1 EA symbol, 18 x 30 R28(CA) / R28S(CA), NPAT / 23 1 EA NSAT, 12 x18 24 1 EA W1-8, Chevron, 18 x 24 25 1 EA W3-1, Stop ahead, 36 x 36 26 1 EA W3-3, Signal ahead, 36 x 36 27 1 EA W10-1, Railroad crossing, 30 W11-2, Ped crossing, 30 x 30 28 1 EA Fluorescent Yellow/Green Type 11 DG3 W11-2, Ped crossing, 36 x 36 29 1 EA Fluorescent Yellow/Green Type 11 DG3 W16-7p, Arrow, 24 x 12 30 1 EA Fluorescent Yellow/Green Type 11 DG3 W16-7p, Arrow, 30 x 18 31 1 EA Fluorescent Yellow/Green Type 11 DG3 W16-9p, Ahead, 24 x 12 32 1 EA Fluorescent Yellow/Green Type 11 DG3 S1-1, School crossing, 36 x 36 33 1 EA Fluorescent Yellow/Green Type 11 DG3 S4-3, School, 24 x 8 34 1 EA Fluorescent Yellow/Green Type 11 DG3 Assembly C (CA), School speed 35 1 EA limit, Fluorescent Yellow/Green Type 11 DG3 (24 x48 ) OM2-1H, Type K HIP markers, 6 36 1 EA x 15 (CA Spec) Type N-2 CA red markers 18 x 37 1 EA 18 Type N-1 CA yellow markers 18 38 1 EA x 18 Unit Price Years 1-3 Unit Price Option Year 4 Unit Price Option Year 5 Lead-Time Page 14 of 20

Pomona Street Name Signs (High Intensity Prismatic Reflective Sheeting WITHOUT Anti-Graffiti film) Item Qty U/M Description 39 1 EA 40 1 EA 41 1 EA 42 1 EA 43 1 EA 44 1 EA 45 1 EA 46 1 EA 47 1 EA 48 1 EA 49 1 EA 50 1 EA 51 1 EA Blue Street Name Signs 30 x 9 extruded with P symbol Logo Blue Street Name Signs 42 x 9 extruded with P symbol Logo Blue Street Name Signs 36 x 9 extruded with P symbol Logo Blue Street Name Signs 48 x 9 extruded with P symbol Logo Brown Street Name Signs 30 x 6.75 extruded with Phillips Ranch symbol Logo Brown Street Name Signs 42 x 6.75 extruded with Phillips Ranch symbol Logo Brown Street Name Signs 36 x 6.75 extruded with Phillips Ranch symbol Logo Brown Street Name Signs 48 x 6.75 extruded with Phillips Ranch symbol Logo 1-7/8, Series B/C/D,WHT,PS,LC,HIP (25-pack) 2, Series B/C/D, WHT,PS,UP,HIP (25-pack) 2-1/2, Series B/C/D,WH,PS, LC,HIP (25-pack) 33/4 Series B/C/D, WHT,PS,LC,HIP (25-pack) 5 Series B/C/D, WHT,PS,UP,HIP (25-pack) Unit Price Years 1-3 Unit Price Option Year 4 Unit Price Option Year 5 Lead-Time Subtotal Sales Tax @ 9% Total of Unit Prices Page 15 of 20

15. REFERENCES Provide three (3) other current or previous, municipal or government entity references that are comparable to the size of the City of Pomona, for which services are currently, or were performed. Services performed must be like or similar to the scope of services/specifications published herein. References should be for services performed within the past five (5) years. 1. Company Name Address City State Zip Telephone Email Number of years services were performed or are currently performed: 2. Company Name Address City State Zip Contact Name and Title: Telephone Email Number of years services were performed or are currently performed: 3. Company Name Address City State Zip Contact Name and Title: Telephone Email Number of years services were performed or are currently performed: Page 16 of 20

16. ACKNOWLEDGEMENT AND SIGNATURE OF AUTHORIZATION I, have read and understand the (Full Printed Name) (Title) the bid document, and I am duly authorized to commit my company to sell/perform the products/services described herein. I understand by signing this bid I am not obligating the City to make this procurement, nor am I signing a contract to sell/perform this product/service. By signing this document I agree to comply with all specifications, scope of services, requirements, terms and conditions described herein, unless specifically noted. This bid is firm for 90 days from the due date identified on the cover page of this Bid. Authorized Representative: Signature Date Page 17 of 20

17. CITY OF POMONA MINORITY BUSINESS QUESTIONNAIRE Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive and will not be considered for award. Name of Business: Division or Subsidiary, if applicable: Business Address: Business Telephone No.: Contact Person: Title: Type of Business: Non Profit [ ] Sole Proprietorship [ ] Partnership General [ ] Limited [ ] Corporation [ ] Is the business 51% or more owned by: American Indian [ ] Asian [ ] Black [ ] Hispanic [ ] Female [ ] Other [ ] (please specify) Prepared By: Title: Date: For more information, please contact the City of Pomona Purchasing Division (909) 620-2381. Page 18 of 20

18. CITY OF POMONA STATEMENT OF NON-COLLUSION BY CONTRACTOR Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive and will not be considered for award. The undersigned who submits herewith to the City of Pomona a Bid or proposal does hereby certify that: a. All statements of fact in such bid or proposal are true; b. Such bid or proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; c. Such bid or proposal is genuine and not collusive or sham; d. Bidder has not, directly or indirectly by agreement, communication or conference with anyone, attempted to induce action prejudicial to the interest of the City of Pomona or of any other bidder or anyone else interested in the proposed procurement; e. Bidder did not, directly or indirectly, collude, conspire, connive or agree with anyone else that said bidder or anyone else would submit a false or sham bid or proposal, or that anyone should refrain from bidding or withdraw his bid or proposal; f. Bidder did not, in any manner, directly or indirectly seek by agreement, communication or conference with anyone to raise or fix the bid or proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit or cost element of his bid or proposal price, or that of anyone else; g. Bidder did not, directly or indirectly, submit his bid or proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member agent thereof, or to any individual or group of individuals, except to the City of Pomona, or to any person or persons who have a partnership or other financial interest with said bidder in his business. h. Bidder did not provide, directly or indirectly to any officer or employee of the City of Pomona any gratuity, entertainment, meals, or anything of value, whatsoever, which could be construed as intending to invoke any form of reciprocation or favorable treatment. i. No officer or principal of the undersigned firm is employed or has been employed, either full or part time, by the City of Pomona, either currently or within the last two (2) years, or is related to any officer or employee of the City by blood or marriage within the third degree. An exception to this section may be granted by approval of the City Council prior to contract award. j. No officer or principal of the undersigned firm nor any subcontractor to be engaged by the principal has been convicted by a court of competent jurisdiction of any charge of fraud, bribery, collusion, conspiracy or any other act in violation of any state or federal antitrust law in connection with the bidding on, award of, or performance of, any public work contract, with any public entity, within the last three years. I certify, under penalty of perjury under the laws of the State of California, that the foregoing is true and correct and that this certification was executed on at, (Date) (Location) California. Business: By: Address: (Signature) (Print Name & Title) Page 19 of 20

19. CITY OF POMONA AGREEMENT FOR INDEMNIFICATION BY CONTRACTOR/VENDOR AND ACCEPTANCE AND ACKNOWLEDGMENT OF PROCUREMENT PRACTICES OF THE CITY OF POMONA Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive and will not be considered for award. The City of Pomona requires contractors and suppliers of services to the City to agree to indemnify and hold the City of Pomona harmless for claims or losses arising from, or in connection with, the contracting party s work for the City of Pomona before a Purchase Order is issued. To reduce the possibility of misunderstanding between contracting parties and the City in case of a claim or lawsuit, the City of Pomona is requiring that contacting parties who perform services for the City sign this letter. This letter will act as and become a part of each Contract/Purchase Order between the City of Pomona and the contracting parties signing the letter for the duration of the contract term and any extensions thereto. In consideration of the opportunity of doing work for the City of Pomona and benefits to be received thereby, the contracting party to this agreement agrees as follows: 1. That where a contract, purchase order or confirming order is issued by the City of Pomona awarding a contract, this Letter Agreement is to be considered part of that contract. 2. Contractor agrees to indemnify the City of Pomona, and any officer, employee or agent, and hold the City of Pomona, and any officer, employee or agent, thereof harmless from any and all claims, liabilities, obligations and causes of action, of whatsoever kind or nature, for injury to, or death of, any person (including officers, employees and agents of the City of Pomona), and for injury or damage to or destruction of property (including property of the City of Pomona), resulting from any and all actions or omissions of contractor or contractor s employees, agents or invitees, or any subcontractor of contractor or any of such subcontractor s employees, agents or invitees. 3. That the contracting party specifically waives the benefits and protection of Labor Code Section 3864 which provides: If an action, as provided in this chapter, is prosecuted by the employee, the employer, or both jointly against the third person results in judgment against such third person or settlement by such third person, the employer shall have no liability to reimburse or hold such third person harmless on such judgment or settlement in the absence of a written agreement so to be executed prior to the injury. This waiver will apply to the contracting party to this letter to any contracts awarded by the City of Pomona during the term of this Agreement and any extensions thereto. 4. That this Agreement has been signed by an authorized representative of the contracting party, and such representative has the authority to bind the contractor/vendor to all terms and conditions of this Agreement. 5. That this Agreement shall be binding upon the successors and assignees of the contracting party to any contract with the City of Pomona. As a condition precedent to acceptance, any contacts from the City of Pomona and contracting party agree to advise its successors or assignees of this Agreement and to obtain their consent to it in writing before the work of the representative successor or assignees begins. Such assignment shall not be effective without the prior written consent of the City of Pomona. 6. To promptly notify the City of Pomona of any change in ownership of the contracting party while this Agreement is in force. This letter Agreement cannot be modified or changed without the express written consent of the City of Attorney of the City of Pomona. I agree to the terms of this Letter Agreement on behalf of: Business: Address: Date: By: (Signature) (Print Name & Title) Page 20 of 20