REQUEST FOR PROPOSALS

for

CULVER CITYBUS STOP CLEANING SERVICES

RFP #1908

September 2018

City of Culver City TRANSPORTATION DEPARTMENT 9770 Culver Boulevard Culver City, CA 90232-0507

PROPOSAL DUE: OCTOBER 4, 2018

CULVER CITYBUS STOP CLEANING SERVICES

RFP #1908

I. REQUEST SUMMARY

The City of Culver City is seeking proposals from firms to provide bus stop cleaning services for a period of three (3) years with two options to renew for addition one (1) year terms each. The selected firm will be responsible for providing services in accordance with the scope of services outlined in the proposal. The City encourages the use of services provided by small business enterprises (SBEs) and disadvantaged business enterprises (DBEs) for whenever possible.

II. INTRODUCTION

A. Community Profile

The City of Culver City (City) is a charter city incorporated in 1917. The City is governed by a five-member City Council whose members are elected at large and operates under a Council/City Manager form of government.

Culver City is a full-service city located in the western area of County, generally situated north of Los Angeles International Airport, southeast of Santa Monica, south of Beverly Hills and southwest of West Hollywood. The City is approximately five square miles with a residential population of approximately 40,000. The total adopted budget for FY 2018-19 is approximately $239 million, of which $124 million is General Fund.

B. Background

Culver CityBus is a division of the City of Culver City’s Transportation Department and has served the public since 1928. It is the second oldest municipally owned bus system in the State of California.

Culver CityBus operates fixed bus service on seven routes on weekdays and three routes on weekends and holidays. Culver CityBus serves Culver City and the communities of Westchester, Marina Del Rey, Palms, Rancho Park, Venice, Mar Vista, Westwood, and . Culver CityBus also provides direct service connecting UCLA, the Metro Green Line and Los Angeles International Airport (LAX). Service runs from the University of California at Los Angeles (UCLA) to the north, to the Metro Green Line Station to the south, and from Fairfax Avenue to the east, to Venice Beach to the west; Culver CityBus service also connects with the Exposition Light Rail Line. Culver CityBus' service area encompasses approximately 33 square miles. The population of this area is approximately 342,000. The fleet consists of 56 buses Compressed Natural Gas

CITY OF CULVER CITY RFP NO. 1908

(CNG) buses. Culver CityBus carries over 5 million unlinked passengers and provides over 148,000 hours of revenue service annually.

Culver City currently maintains approximately 180 bus stops in the City of Culver City. While the City has utilized a vendor for bus shelter cleaning services since 1999, this RFP is being issued in compliance with internal requirements to periodically solicit proposals.

C. General RFP Submittal Information

The City’s designated staff will evaluate proposals received. During the review process, the City reserves the right, where it may serve the City’s best interest, to request additional information or clarification from those that submit proposals, or allow clarifications, corrections of errors, or omissions. Any and all changes in the RFP will be made by written addendum, which shall be issued by the City to all prospective proposers who have registered for the RFP via the City’s website.

The City reserves the right to retain all proposals submitted. Submission of a proposal indicates the Proposer’s acceptance of the conditions contained in this RFP, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the City and the Proposer selected.

The preparation of the proposal will be at the total expense of the Proposer. There is no expressed or implied obligation for the City to reimburse responding Proposers for any expense incurred in the preparation of proposals in response to this request. All proposals submitted to the City shall become properties of the City and will not be returned. If any information in your proposal is confidential and/or proprietary, please further submit a separate, redacted copy for servicing public records requests.

The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternatives, and discuss under what circumstances the City would prefer one alternative to the other(s). If an alternative proposal is submitted, the maximum length of the proposal may be expanded proportionately by the number of alternatives submitted.

The City reserves the right to reject any or all proposals, in whole or part, to waive any informality in any proposal, and to accept the proposal which, in its discretion, is in the best interest of the City. Any proposer may withdraw his proposal, without obligation, at any time prior to the scheduled closing time for receipt of proposals. A withdrawal will not be effective unless made personally or by telephonic notification received prior to the closing date. Proposals may later be referred to the City Council for appropriate action.

CITY OF CULVER CITY RFP NO. 1908

All proposals are due not later than 3:00 p.m. on Thursday, October 4, 2018, at which time they will be opened at the City Clerk’s Desk on the First Floor of City Hall. Late submissions will not be accepted. To be considered, proposers must send one (1) color original, one (1) USB flash drive with a searchable PDF copy of the proposal in its entirety and three (3) hard copies of their proposal in a sealed envelope with the name of the company submitting the proposal and the title of “RFP #1908 – CULVER CITYBUS STOP CLEANING SERVICES” to:

City of Culver City City Clerk 9770 Culver Blvd. Culver City, CA 90232

For a complete list of the City’s RFP submittal terms and conditions, legal statements, and insurance requirements, please refer to the exhibits attached hereto.

D. RFP Questions

Questions with regard to this RFP should be submitted by e-mail to Allison Cohen, Management Analyst, at [email protected] by Thursday, September 20, 2018. All firms registered for the RFP will receive responses to all questions and any other addenda that may be released, via e-mail by September 27, 2018.

E. Schedule

The City reserves the right to make changes to the below schedule, but plans to adhere to the implementation of this RFP process as follows:

RFP released: September 6, 2018 Deadline for receiving questions: September 20, 2018 Response to questions: September 27, 2018 Proposals due: October 4, 2018, at 3:00pm (PST) Presentations/Interviews (if necessary): Week of October 15, 2018 Vendor selected: October 22, 2018

III. SCOPE OF SERVICES

The City of Culver City intends to obtain the services of a qualified firm to provide the services as outlined below. Best industry practices and/or best management practices may require additional services not explicitly enumerated. The proposer should identify any additional services required, price them, and explain them in their response.

CITY OF CULVER CITY RFP NO. 1908

A. Project Scope

The City of Culver City intends to obtain the services of a qualified firm to provide specialized services to enhance the City’s current bus stop cleaning program. These services should include, but are not limited to high-pressure water cleaning of City owned bus shelters.

A list of City owned shelters, benches, trash receptacles, and locations is included in Attachment 1.

NOTE: The City may amend the number of stop locations and types, as well as the type of service and service frequency, by applying the “Per Stop” or “Per Task” unit price quoted on the Price Sheet. Contractor shall honor such pricing regardless of the service frequency (i.e., occurring one, two, or three times per week). Respondents must provide price quotes all work order tasks as identified in Attachment 2.

The contractor shall provide services schedule with revisions and updates to the City prior to commencement. All cleaning service schedules and revisions thereto shall be subject to the approval of the Transportation Department and arranged to cause the least inconvenience to transit users. All schedule revisions must be accepted by the Transportation Director in writing to be effective. The hours for cleaning shall be Monday through Friday 6:00 am – 1:30 pm and Saturday and Sunday 4:00 am – 1:30 pm.

B. Service Requirements

The contractor shall furnish all labor, materials, water, equipment, clean-up, disposal, and services required to perform the services set forth in this Scope of Work. Whenever practicable, Contractor will be expected to provide services using equipment and products that have a lesser or reduced negative effect on the environment when compared with competing products that serve the same purpose. Additionally, the contractor will be required to maintain Material Safety Data Sheets (MSDS) for all chemicals and/or other substances used to maintain Culver CityBus stops, and upon request, the contractor will provide a copy of all MSDS sheets. The contractor will also provide a copy of the Contractor’s safety policy or manual. The contractor is responsible for ensuring that all work is performed in full compliance with City, County, State and Federal noise ordinances, permits and environmental clearance. The contractor shall be responsible for minimizing noise or other environmental impacts upon the public resulting from the sidewalk cleaning operation. Contractor is responsible for development of alternative cleaning methods and schedules where noise or other environmental impacts upon the public are determined by the City to be unacceptable.

CITY OF CULVER CITY RFP NO. 1908

1. Pressure Washing

The contractor shall use high pressure water spray on metal and concrete shelter stops at the locations and frequencies specified in Attachment 1. All debris that is accumulated due to this operation shall be cleaned up and disposed of at the time such operation takes place. All other surfaces on which graffiti is to be removed shall be cleaned by the contractor with a cleaner and/or method approved by the City. In accordance with best management practices (BMP) the following guidelines must be used when pressure washing:

a. Prior to any washing, block all storm drains with an impervious barrier such as sandbags or berms, or seal the storm drain with plugs or other appropriate materials (and clean accumulated debris and remove blocking materials when finished) . b. Create a containment area with berms and traps or take advantage of a low spot to keep wash water contained. c. Use vacuums or other machines to remove and collect loose debris or litter before applying water. d. Keep debris from entering the storm drain after cleaning by first passing the wash water through a “20 mesh” (0.853mm sieve size) or finer screen to catch solid materials, then dispose of the mesh and debris in a refuse container. e. Pump up or vacuum up to remove all wash water and recycle such water for reuse and dispose of remainder amount of water as “waste- water” with a permit in a sanitary sewer (or other manner acceptable to the City proposed by contractor). All excess water as a result of pressure washing shall be removed from all pedestrian areas in accordance with BMP. f. The required minimum pressure from the pressure washer is 3500 PSI, with a maximum limit of 5000 PSI. g. The pressure washer used is required to have an outflow of approximately 4 gallons per minute with approximately 50-60 gallons used per bus stop location, per individual cleaning event. h. The pressure washer used for cleaning must have at least a ten (10) horsepower engine. i. The minimum distance from the pressure washer nozzle to the surface area to be cleaned must be one foot, unless the contractor is required to remove a foreign object such as gum, etc. off of the surface area to be cleaned. j. Hot water may be used for concrete surfaces; hot water may not be used on metal surfaces.

CITY OF CULVER CITY RFP NO. 1908

k. For all metal surfaces, cold water must be used. l. The contractor shall use a low-volume, high-pressure cleaning machine equipped to recycle any water used, or a low-volume high- pressure water broom. m. Prior to leaving the site area, the contractor shall perform a visual inspection of the sidewalk/boarding area for potential safety issues or hazards, which includes, but is not limited to the following: A. Vandalized, damaged, or missing benches, shelters, signs or other objects. B. Uneven or raised surfaces more than 3/4" high. C. Damaged or cracked sidewalks or pathways. D. Objects protruding out of the sidewalk or pathway. E. Hazardous waste materials.

NOTE: If any safety issues or hazards are found, all necessary measures will be taken to minimize or eliminate the potential risks to the public. If required, the City will be notified as soon as possible, but no later than 24 hours after the bus stop has been serviced.

NOTE: One Site Area is equivalent to one Bus Stop. The Site Area includes: all area within five (5) feet of the outer edges of all bus stop furniture/fixtures at each location and from right-of-way to curb face, all furniture/fixtures (shelters, benches, receptacles, signs (including LED solar signs), posts, improvements, sidewalks, curbs and gutters, pavement, etc.) within the Site Area; and only that area which is part of the public right-of-way (e.g., sidewalks and streets open to public access).

2. Other Maintenance Work Orders

In the event the contractor is required by the City and agrees to perform extra work, the following activities may be performed:

a. Remove Graffiti: Remove all graffiti or unauthorized items attached to the bus stop sign, sign post, display case, cassette, cassette shield, transit tube, LED solar sign, or other signs affixed to the City's sign post. To include, but not limited to: paint, ink markings, decals, stickers, gum, signs, etc. i. Replacement poly-carbonate screen protectors will be provided to the Contractor for installation by the Contractor in the event that an LED solar panel is vandalized

CITY OF CULVER CITY RFP NO. 1908

b. Empty Trash Receptacle(s): Empty trash receptacle(s) as needed. Remove any loose trash or particles that settled at the bottom of the receptacle. Pick up and remove all trash and debris lying on the ground around the trash receptacle. Place a new trash bag and secure it to the top rim of receptacle. c. General Bus Stop Maintenance: Perform general maintenance in and around the Site Area, which includes: Sweeping off the sidewalk/boarding area, removing trash or debris from the gutter, removing shopping carts, removing unsanitary items or materials, wiping down dirty benches, or other miscellaneous items. d. Steam Clean Passenger Boarding Area: Steam clean Site Area to remove dirt, grime, stains, or other substances covering the sidewalk, benches, shelters, and trash receptacles. Remove any standing water from boarding area. Collect all waste water and dispose of it per existing local, county, and state ordinances. e. LED Solar Sign Cleaning: Cleaning solar panels to remove dust and grime build up (no pressure washing), cleaning the LED display, and cleaning the aluminum case (the sign housing is IP65, UV-proof, NEMA 4x compliant, extruded aluminum with silver anodized finish and is resistant to alcohol and ammonia-based chemicals cleaner), and replacing the poly- carbonate screen protector in the event that the solar panel is vandalized. i. Signs are 11” x 26” x 7” and placed approximately 10’ above ground level ii. Replacement poly-carbonate screen protectors will be provided to the Contractor for installation f. Preventative Maintenance: Contractor shall be responsible for performing the following inspections and/or maintenance activities: i. Removal and disposal of all trash in each trash receptacle, and in the vicinity of each Site Area, and the replacement of trash bags in each trash receptacle at each location. The contractor shall remove all debris, trash, refuse, and other associated undesirable items, from the Site Area and dispose of such legally and properly, to the City’s satisfaction, at the contractor's expense, and if needed, wash down the affected area to eliminate any remaining residue. Under no circumstance will the contractor or its employees dispose of or discard any trash or debris in privately owned trash receptacles, dumpsters, or at any unauthorized locations. ii. Cleaning all interior and exterior visible metal and concrete surfaces at each Site Area location, including all glass and Plexiglas surfaces. The contractor shall use a dry cleaning method (i.e., no pressure washing) as well as a mop, broom, or rag to clean the entire bus stop/shelter (including but not limited to bus furniture, shelter structure, trash receptacles, posts and signs) and Site Area,

CITY OF CULVER CITY RFP NO. 1908

including but not limited to removal of all debris such as bottles, cans, papers, glass, dirt, etc., to a condition that is broom-clean. Scraping devices and wire brushes shall be used only if necessary only on sidewalks and gutters, and shall not cause damage to underlying surface. Adjacent areas shall be protected by contractor from over-spray, dust, and similar effects of the cleaning operations. Care shall be taken not to damage any of the finishes during the cleaning process. 1. In the event that new or additional City-owned equipment is installed at a stop, the contractor shall be responsible for obtaining and adhering to manufacturer’s General Maintenance guidelines. 2. Removal of any graffiti and/or unauthorized items found on the bus stop or city sign and post, such as paint, ink markings, decals, stickers, signs, gum, etc. a. It is required that initial removal of graffiti, gum, and other unauthorized items be attempted with the least aggressive removal method possible. If lesser aggressive removal methods are ineffective, the contractor shall use a progressive approach with the next least aggressive removal method until the graffiti or gum is removed. b. If the contractor is unable to completely remove the items, the Transportation Department must be notified as soon as possible, but no later than 24 hours after the bus stop has been serviced.

C. Contractor’s Performance

1. The Contractor will complete all assigned work per the City's standards to ensure that each bus stop location is safe, clean, and in good condition.

2. The contractor shall complete a service checklist of work performed for each and all dates of work and submit within five working days of the end of each billing period.

3. All calls and similar (e-mail) requests from the City shall be responded to by Contractor within 24 hours with subsequent timeline acceptable by the City for resolution of the subject matter.

4. Inspections shall be made independently by the Transportation Department and by the Contractor on a weekly basis and/or at the request of either party.

CITY OF CULVER CITY RFP NO. 1908

As needed, the City’s representative and the Contractor shall meet for the purpose of discussing specific service problems. The contractor shall notify and report to the City all vandalism, potential health and safety hazards and anything that could be deemed an inconvenience to the general public within a 24 hour period. Such information shall be reported to the Transportation Department via City approved communication device and number or its City designated representative.

5. If the Contractor's conduct, performance, or work does not meet the City's standards, they will be notified in writing and given 24 hours to take any required corrective action. If for any reason the Contractor is unable or unwilling to comply with the demand, the City may take the necessary steps to rectify the situation. Any costs incurred by the City may be deducted from the Contractor's monthly invoice.

IV. PROPOSAL OUTLINE TO BE SUBMITTED

The proposal shall be organized and submitted with the following elements:

A. Cover Page

B. Table of Contents

C. Executive Summary

Provide a brief summary describing the proposer’s ability to perform the work requested, a history of the proposer’s background and experience providing services, the qualifications of the proposer’s personnel to be assigned to this project, any subcontractor, sub consultants, and/or suppliers and a brief history of their background and experience, and any other information called for by this request for proposal which the proposer deems relevant, including restating any exceptions to this request for proposal. This summary should be brief and concise to apprise the reader of the basic services offered, experience and qualifications of the proposer, staff, subcontractors, and/or suppliers. The City encourages the use of services provided by small business enterprises (SBEs) and disadvantaged business enterprises (DBEs) for whenever possible.

D. Questionnaire/Response to Scope of Services

Proposer shall provide responses and information to fully satisfy each item in the Questionnaire. Each question item should be presented before the proposer’s response.

E. Attachments

CITY OF CULVER CITY RFP NO. 1908

V. QUESTIONNAIRE

A. Company and General Information

1. Company name and address.

2. Letter of transmittal signed by an individual authorized to bind the respondent, stating that the respondent has read and will comply with all terms and conditions of the RFP.

3. General information about the primary contact who would be able to answer questions about the proposal. Include name, title, telephone number and email address of the individual.

B. Qualifications and Experience of the Firm

1. Describe your firm’s history and organizational structure. Include the size of the firm, location of offices, years in business, organizational chart, name(s) of owner(s) and principal parties, and number and position titles of staff.

2. What is the primary business of the parent company and/or affiliates?

3. Which office(s) of your organization will have primary responsibility for managing this account? List the members of your team who will be responsible for providing the services and for ongoing support.

4. What is your firm’s experience conducting the services requested? Describe comparable projects performed by your firm in the last five years, including the number of projects, scope of service, and status of projects.

5. Comment on other areas that may make your firm different from your competitors.

C. Qualifications and Experience of Proposed Project Team

1. Describe the qualifications of staff proposed for the assignment, position(s) in the firm, and types and amount of equivalent experience. Be sure to include any municipal agencies they have worked with in the past three years and their level of involvement. A description of how overall supervision will be provided should be included.

2. Identify and provide the resume(s) of the personnel who will be assigned to this project.

CITY OF CULVER CITY RFP NO. 1908

D. Questions/Response to Scope of Services

1. Describe the methods by which your firm will fulfill the services requested in the Scope of Services and subsequent sections.

2. Provide a statement of the service(s) that differentiate your firm from other respondents.

3. Describe any innovations, improvements or cost savings measures that demonstrate your firm’s ability to continuously evaluate and improve its methods of service delivery, especially as they relate to the use of environmentally preferable products and services, water conservation, and waste reduction.

E. Fees

1. Provide your fees for the proposed services. Fee quotes should be detailed by service.

2. Outline billing and payment expectations, including timing and method of payment.

3. Describe any remaining fees not previously detailed in the above.

F. References

List the name, address, email address, and telephone number of references from at least three (3) recent similar projects. Include a brief description of the work provided for each reference. California municipal or county projects are preferred. You may offer more than three recent similar projects if desired. The references should include the start date of the project and the date of completion for each project.

G. Implementation Schedule

Include a detailed implementation schedule with an estimated project start date of December 24, 2018 and note key project milestones and timelines for deliverables. Identify any assumptions used in developing the schedule.

H. Certificate(s) of Insurance

The City will require the successful Respondent (or Proposer) to provide Certificates of Insurance evidencing required coverage types and the minimum limits. See the attached City Draft Standard Agreement for more information on the City’s insurance requirements.

CITY OF CULVER CITY RFP NO. 1908

I. Business Tax Certificate

The proposing organization does not require a Culver City business tax certificate to respond to this RFP. However, the successful proposer will be required to acquire a Culver City Business tax certificate during the contracting process and maintain an active certificate throughout the contracted period.

J. Standard City Professional Services Agreement

The City will require the successful company to execute a professional services agreement with the City. Please review the attached draft agreement and identify any questions, changes, or areas of concern in your proposal to the City. Any/all requests for changes to the agreement must be included with the responsive proposal. A company’s failure to respond with proposed changes to the draft agreement indicates their concurrence with its terms and conditions.

VI. EVALUATION OF PROPOSALS

Proposals will be judged on the Proposer’s ability to provide services that meet the requirements set forth in this document. The City reserves the right to make such investigations as it deems necessary to determine the ability of the Proposer to provide services meeting a satisfactory level of performance in accordance with the City’s requirements. Interviews and presentations by one, several, or all of the Proposers may be requested by evaluators if deemed necessary to fully understand and compare the Proposer’s capabilities and qualifications. The adequacy, depth, and clarity of the proposal will influence, to a considerable degree, its evaluation.

Proposals will be evaluated on the basis of the following criteria, in no particular order:

1. Qualifications & Experience Section IV, B & C

2. Questions/Response to Scope of Svcs Section IV, D

3. Fees Section IV, E

4. References, Schedule & Required Forms Section IV, F – I

As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected Advisor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation.

CITY OF CULVER CITY RFP NO. 1908

SUPPLEMENTAL TERMS AND CONDITIONS AND LEGAL STATEMENTS

SUPPLEMENTAL TERMS AND CONDITIONS

I. Submission of a proposal shall be deemed a binding offer to enter into a contract with the City. Any proposed modifications to the agreement shall be signed by the successful Proposer and returned, together with the certificate of insurance required pursuant to said Section of the Agreement within ten (10) days after the Notice of Award.

II. All Proposers shall be presumed to understand all of the terms, conditions and requirements of the agreement as stated in the specifications and to be thoroughly familiar with the project.

III. The selected Proposer shall be required to obtain all applicable Culver City permits and business licenses. The Business Licensing Division may be reached at (310) 253-5888. The cost of these items shall be included in the total proposal price.

IV. Any proposal may be withdrawn prior to the RFP opening time provided that the request is in writing and signed by the authorized representative. The withdrawal of a proposal shall not prejudice the right of the Proposer to file a new proposal to the time and date set for the opening of proposals. No proposal received after the time fixed for the RFP opening will be considered.

V. Subsequent to the RFP opening, a Proposer shall be relieved of a proposal due to mistakes only if the Proposer can establish to the satisfaction of the City that all of the following circumstances exist: a. A mistake was made; b. The Proposer gave the City written notice within five (5) days after the opening of the proposals of the mistake; specifying in the notice, in detail, how the mistake occurred; c. The mistake made the proposal materially different than the Proposer intended it to be; d. The mistake was made filling out the proposal and not due to error in judgment or to carelessness in reviewing the scope of service or specifications as stated in the RFP.

VI. The City reserves the right to seek supplemental information from any proposer at any time between the dates of proposal submission and the RFP award. Such information will be limited to clarification or amplification of questions asked in the

CITY OF CULVER CITY RFP NO. 1908

original proposal. Any proposer may be subject to personal interview and inspection of their business premises prior to award.

VII. The City reserves the right to reject any or all proposals and to waive informalities and minor irregularities in proposals received and to accept any portion of proposal or all items of proposal if deemed in the best interest of the City. In addition, the City reserves the right to do any, or all, of the following:

a. Reject any or all proposals or make no award;

b. Issue subsequent RFP;

c. Cancel the RFP;

d. Remedy technical errors in the request for proposals;

e. Modify any requirements contained within the RFP and request revised submittals from Proposers determined to be within the competitive range;

f. Award a contract to one or more Proposers;

g. Accept the written proposal as an offer, without negotiation and issue a notice to proceed, if applicable.

VIII. The City reserves the right to contract with any of the organizations responding to this RFP based solely upon its judgment of the qualifications and capabilities of that organization.

IX. All materials submitted regarding this RFP become the property of the City. Responses may be reviewed by any person at RFP opening time and thereafter. The City has the right to use any or all information presented in reply to this request, subject to the limitations outlined in Proprietary Information below. Disqualification of a proposer does not eliminate this right.

a. Proprietary Information – Any restrictions on the use of data contained within a proposal must be clearly stated in the proposal itself. Proprietary information submitted in response to this RFP will be handled in accordance with applicable City Procurement Regulations and the California Public Records Act.

X. The City is not liable for any cost incurred by proposer prior to issuance of an agreement, contract, or purchase order.

CITY OF CULVER CITY RFP NO. 1908

LEGAL STATEMENTS

All proposers must meet the following contractual and legal requirements in order to enter into a contractual agreement with the City:

I. PROHIBITED INTERESTS a. Contractor warrants that it has not employed or retained any company or person, other than a bonafide employee working solely for Contractor, to solicit or secure this contract and that it has not paid or agreed to pay any company or person, other than a bonafide employee working solely for Contractor, any fee, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For violation of this warranty, the City shall have the right to annul this contract without liability;

b. Contractor agrees that, for the term of this Contract no member, officer, or employee of the City, or of a local public body during his/her employment for one (1) year thereafter, shall have any interest, direct or indirect, in this contract, or to any benefit arising thereof ;

c. The employment by Contractor of personnel on the City’s payroll will not be permitted in the execution of this contract, even though such employment may be outside of the employee's regular working hours or on Saturdays, holidays, or vacation time; further, the employment by the Contractor of personnel who have been on the City’s payroll within one (1) year prior to the date of contract award, where such employment is caused by and/or dependent upon Contractor securing this or related contract with the City, is also prohibited.

II. ANTI-LOBBYING PROVISION a. During the period between proposal submission date and the contract award, proposers, including their agents and representatives, shall not directly discuss or promote their proposal with any member of the City of Culver City City Council or City staff except in the course of City-Sponsored inquiries, briefings, interviews, or presentations, unless requested by the City;

b. This provision is not meant to preclude offerors from discussing other matters with City Council members or City staff. This policy is intended to create a level playing field for all potential offerors, assure that contract

CITY OF CULVER CITY RFP NO. 1908

decisions are made in public, and to protect the integrity of the RFP / Bid Evaluation process. Violation of this provision may result in rejection of the offeror’s proposal.

III. NON-DISCRIMINATION PROVISION: The City of Culver City encourages the participation of Small Business Enterprises (SBEs) and Disadvantaged Business Enterprises (DBEs) in its procurement and contracting activities. The City reaffirms its commitment to award its contracts and purchase orders in a non- discriminatory manner regardless of the individual’s or entity’s ancestry, age, color, physical and/or mental disability, genetic information, gender identity, gender expression, marital status, medical condition, military and/or veteran status, national origin, race, religion, sex/gender, or sexual orientation.

IV. PROTECTION OF RESIDENT WORKERS: Protection of Resident Workers: The City of Culver City actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment.

CITY OF CULVER CITY RFP NO. 1908 ATTACHMENT 1

BUS STOP LOCATIONS

Stop Trash Tube Pressure Type Stop Location Latitude Longitude Shelter Bench Receptacle Map Washing Standard BRADDOCK DR / JACKSON AVE 34.016971 ‐118.39648 0 1 1 0 Standard BRADDOCK DR / LE BOURGET AVE 34.014087 ‐118.39869 0 1 1 0 Standard BRADDOCK DR/ELENDA ST 34.00803 ‐118.40284 0 1 1 0 Standard BRADDOCK DR/ELENDA ST 34.008378 ‐118.40276 0 1 1 0 Standard BRADDOCK DR/HARTER AVE 34.004935 ‐118.40524 0 1 1 0 Standard BRADDOCK DR/HUNTLEY AVE 34.001101 ‐118.40808 0 1 1 0 Standard BRADDOCK DR/HURON AVE 34.006403 ‐118.40411 0 1 1 0 Standard BRADDOCK DR/JACKSON AVE 34.016671 ‐118.39656 0 1 1 0 Standard BRADDOCK DR/LE BOURGET AVE 34.013531 ‐118.39867 0 1 1 0 Standard BRADDOCK DR/MADISON AVE 34.018267 ‐118.39538 0 1 1 0 Standard BRADDOCK DR/OVERLAND AVE 34.011708 ‐118.40005 0 1 1 0 Standard BRADDOCK DR/OVERLAND AVE 34.011293 ‐118.40051 0 1 1 0 Shelter BRADDOCK DR/SEPULVEDA BLVD 34.003159 ‐118.40655 1 1 1 0 Weekly Standard BRISTOL PKWY/GREEN VALLEY CIR 33.984068 ‐118.39038 0 1 1 0 Standard BUCKINGHAM PKWY/SLAUSON AVE 33.988649 ‐118.38068 0 1 0 0 Standard BUCKINGHAM PKWY/SUMNER WAY 33.984474 ‐118.38418 0 1 1 0 Standard BUCKINGHAM PKWY/SUMNER WAY 33.984208 ‐118.38409 0 1 1 0 Shelter CULVER BLVD/DUQUESNE AVE 34.020871 ‐118.39705 1 1 1 0 Weekly Standard CULVER BLVD/ELENDA ST 34.01032 ‐118.40535 0 1 1 0 Standard CULVER BLVD/ELENDA ST 34.009537 ‐118.40613 0 1 1 0 Standard CULVER BLVD/HARTER AVE 34.006946 ‐118.4081 0 1 1 0 Shelter CULVER BLVD/JACKSON AVE 34.018684 ‐118.39843 1 1 1 0 Weekly Shelter CULVER BLVD/LAFAYETTE PL 34.021943 ‐118.39584 1 1 1 1 Weekly Shelter CULVER BLVD/MADISON AVE 34.019482 ‐118.39816 1 1 1 0 Weekly Shelter CULVER BLVD/MAIN ST 34.024948 ‐118.39344 1 1 1 0 Weekly Shelter CULVER BLVD/MAIN ST 34.02417 ‐118.39446 1 1 1 0

CITY OF CULVER CITY RFP NO. 1908 ATTACHMENT 1

Shelter CULVER BLVD/MOTOR AVE 34.016618 ‐118.40037 1 1 1 0 Weekly Standard CULVER BLVD/OVERLAND AVE 34.013532 ‐118.40276 0 0 1 0 Shelter CULVER BLVD/OVERLAND AVE 34.013814 ‐118.40287 1 1 1 0 Standard CULVER BLVD/SEPULVEDA BLVD 34.004521 ‐118.41025 0 1 1 0 Shelter CULVER BLVD/VINTON AVE 34.017048 ‐118.3997 1 1 1 0 Transit Center CULVER CITY TRANSIT CENTER 33.988171 ‐118.39477 8 16 4 0 Weekly Standard GREEN VALLEY CIR/SEPULVEDA 33.983943 ‐118.39354 0 1 1 0 Standard HANNUM AVE/BUCKINGHAM PKWY 33.98739 ‐118.38209 0 1 1 0 Standard HANNUM AVE/PLAYA ST 33.990442 ‐118.39375 0 1 1 0 Shelter HANNUM AVE/UPLANDER WY 33.987307 ‐118.38421 1 1 1 0 Shelter HANNUM AVE/UPLANDER WY 33.987413 ‐118.3853 1 1 1 0 Shelter HANNUM AVE/JOANNE PL 33.989388 ‐118.39386 1 1 1 0 Weekly Standard HIGUERA ST/EASTHAM DR 34.022182 ‐118.379 0 1 1 0 Standard HIGUERA ST/WASHINGTON BLVD 34.02561 ‐118.38999 0 1 0 0 Standard HOLDREDGE AVE/JEFFERSON BLVD 34.021073 ‐118.37802 0 1 0 0 Shelter JEFFERSON BLVD/BALLONA LN 33.998464 ‐118.39567 1 1 1 0 Weekly Standard JEFFERSON BLVD/COTA ST 34.000865 ‐118.39498 0 1 1 0 Standard JEFFERSON BLVD/COTA ST 33.999715 ‐118.39565 0 1 1 0 Shelter JEFFERSON BLVD/DUQUESNE AVE 34.017063 ‐118.38768 1 1 1 0 Weekly Shelter JEFFERSON BLVD/DUQUESNE AVE 34.016521 ‐118.38826 1 1 1 0 Weekly Shelter JEFFERSON BLVD/MACHADO RD 33.996968 ‐118.3953 1 1 1 1 Weekly Shelter JEFFERSON BLVD/MACHADO RD 33.996838 ‐118.39557 1 1 1 1 Weekly Standard JEFFERSON BLVD/OVERLAND AVE 34.004568 ‐118.39312 0 1 1 0 Shelter JEFFERSON BLVD/OVERLAND AVE 34.003789 ‐118.39381 1 1 1 0 Weekly Standard JEFFERSON BLVD/RAINTREE CIR 34.010373 ‐118.39022 0 1 1 0 Shelter JEFFERSON BLVD/RAINTREE CIR 34.009822 ‐118.3908 1 1 1 0 Weekly Standard LENAWEE AVE/WRIGHTCREST DR 34.016097 ‐118.37483 0 0 1 0 Standard LIGHT RAIL STATION 34.02783 ‐118.38732 0 2 1 1 Standard MADISON AVE/BRADDOCK DR 34.018392 ‐118.39553 0 1 1 0

CITY OF CULVER CITY RFP NO. 1908 ATTACHMENT 1

Shelter MADISON AVE/CULVER BLVD 34.01962 ‐118.3976 1 1 1 0 Weekly Shelter MADISON AVE/CULVER BLVD 34.019466 ‐118.39761 1 1 1 0 Weekly Shelter OVERLAND AVE/CULVER BLVD 34.013656 ‐118.40216 1 1 1 0 Weekly Standard OVERLAND AVE/FARRAGUT DR 34.010837 ‐118.39949 0 1 1 0 Standard OVERLAND AVE/FLAXTON ST 33.999023 ‐118.39033 0 1 1 0 Shelter OVERLAND AVE/FRESHMAN DR 34.001628 ‐118.39089 1 1 0 0 Weekly Standard OVERLAND AVE/JEFFERSON BLVD 34.004761 ‐118.39382 0 1 1 0 Standard OVERLAND AVE/JEFFERSON BLVD 34.003336 ‐118.39285 0 1 1 0 Standard OVERLAND AVE/SAWTELLE BLVD 33.995253 ‐118.39025 0 1 1 0 Shelter OVERLAND AVE/VIRGINIA AVE 34.00631 ‐118.39531 1 1 1 Weekly Standard ROBERTSON TRANSIT HUB 34.027234 ‐118.38997 0 1 1 0 Standard RODEO RD/KALSMAN DR 34.021715 ‐118.37481 0 0 0 0 Standard SEPULVEDA BLVD/BERRYMAN AVE 33.992512 ‐118.39542 0 1 1 0 Shelter SEPULVEDA BLVD/BRADDOCK DR 34.002931 ‐118.40664 1 1 1 0 Weekly Standard SEPULVEDA BLVD/BRADDOCK DR 34.002491 ‐118.40633 0 1 1 0 Standard SEPULVEDA BLVD/CULVER BLVD 34.005122 ‐118.41042 0 1 0 0 Standard SEPULVEDA BLVD/CULVER BLVD 34.004864 ‐118.41045 0 1 1 0 Shelter SEPULVEDA BLVD/JANISANN AVE 33.996797 ‐118.39695 1 1 1 0 Weekly Shelter SEPULVEDA BLVD/LUCERNE 34.000441 ‐118.40269 1 1 1 0 Weekly Standard SEPULVEDA BLVD/LUCERNE AVE 34.000447 ‐118.40224 0 1 1 0 Standard SEPULVEDA BLVD/PLAYA ST 33.989594 ‐118.3951 0 1 1 0 Standard SEPULVEDA BLVD/SAWTELLE BLVD 33.994977 ‐118.39521 0 1 1 1 Weekly Standard SEPULVEDA BLVD/SAWTELLE BLVD 33.994685 ‐118.3955 0 1 1 1 Weekly Standard SEPULVEDA BLVD/STUDIO VILLAGE W 33.998807 ‐118.39984 0 1 0 0 Standard SEPULVEDA BLVD/VENICE BLVD 34.012415 ‐118.41664 0 1 1 0 Shelter SEPULVEDA BLVD/VENICE BLVD 34.012273 ‐118.41685 1 1 1 0 Weekly Shelter SEPULVEDA BLVD/WASHINGTON BLVD 34.007694 ‐118.4131 1 1 1 1 Weekly Shelter SEPULVEDA BLVD/WASHINGTON BLVD 34.006383 ‐118.41264 1 1 1 1 Weekly Standard SEPULVEDA BLVD/WASHINGTON PL 34.009116 ‐118.41403 0 1 1 0 Standard SEPULVEDA BLVD/WASHINGTON PL 34.008511 ‐118.41388 0 1 1 0

CITY OF CULVER CITY RFP NO. 1908 ATTACHMENT 1

Standard SLAUSON AVE/BUCKINGHAM PKWY 33.989135 ‐118.38152 0 1 1 0 Shelter SLAUSON AVE/HOLY CROSS CEMETERY 33.989029 ‐118.38732 1 1 1 0 Weekly Standard SLAUSON AVE/SEPULVEDA BLVD NW 33.988807 ‐118.39565 0 1 0 0 Standard STONEVIEW DR/WRIGHTCREST DR 34.015911 ‐118.3778 0 0 0 0 Shelter WASHINGTON BLVD / JASMINE AVE 34.020062 ‐118.40035 1 1 1 0 Standard WASHINGTON BLVD / ROBERTSON BLVD 34.025813 ‐118.39066 0 1 1 0 Weekly Standard WASHINGTON BLVD/BEETHOVEN ST 33.995275 ‐118.43788 0 1 1 0 Standard WASHINGTON BLVD/BEETHOVEN ST 33.995412 ‐118.43814 0 1 1 0 Standard WASHINGTON BLVD/BERRYMAN AVE 34.001665 ‐118.41589 0 1 1 0 Standard WASHINGTON BLVD/BERRYMAN AVE 34.001121 ‐118.41646 0 1 1 0 Shelter WASHINGTON BLVD/CENTINELA AVE 33.996917 ‐118.42792 1 1 1 0 Weekly Shelter WASHINGTON BLVD/CENTINELA AVE 33.99705 ‐118.42905 1 1 1 1 Weekly Standard WASHINGTON BLVD/CLARINGTON AVE 34.020976 ‐118.39885 0 1 1 0 Shelter WASHINGTON BLVD/CORINTH AVE 34.003231 ‐118.415 1 1 1 0 Weekly Shelter WASHINGTON BLVD/CULVER CENTER 34.016192 ‐118.40608 1 1 1 0 Weekly Shelter WASHINGTON BLVD/CULVER CENTER 34.015967 ‐118.40666 1 1 1 0 Weekly Standard WASHINGTON BLVD/DUQUESNE AVE 34.021422 ‐118.39762 0 1 1 0 Shelter WASHINGTON BLVD/EAST BLVD 33.999663 ‐118.41841 1 1 1 0 Weekly Standard WASHINGTON BLVD/ELENDA ST 34.013363 ‐118.40951 0 1 1 0 Standard WASHINGTON BLVD/GIRARD AVE 34.013923 ‐118.40857 0 1 1 0 2 (1 non Standard WASHINGTON BLVD/GLENCOE AVE 33.992007 ‐118.44444 0 1 CCB) 0 1 (non 1 (non Standard WASHINGTON BLVD/GLENCOE AVE 33.991593 ‐118.44578 CCB) 2 CCB) 0 Standard WASHINGTON BLVD/GRAND VIEW BLVD 33.997154 ‐118.42566 0 1 1 0 Shelter WASHINGTON BLVD/GRAND VIEW BLVD 33.99738 ‐118.42583 1 1 1 0 Weekly Shelter WASHINGTON BLVD/HARTER AVE 34.009841 ‐118.41133 1 1 1 0 Standard WASHINGTON BLVD/HARTER AVE 34.009543 ‐118.41181 0 1 1 0 Standard WASHINGTON BLVD/HIGUERA ST 34.026041 ‐118.38996 0 1 1 0 Shelter WASHINGTON BLVD/HUGHES AVE 34.021842 ‐118.39734 1 1 1 0 Weekly

CITY OF CULVER CITY RFP NO. 1908 ATTACHMENT 1

Standard WASHINGTON BLVD/HURON AVE 34.011272 ‐118.41054 0 1 1 0 Standard WASHINGTON BLVD/INGLEWOOD BLVD 33.997527 ‐118.42226 0 1 1 0 Shelter WASHINGTON BLVD/INGLEWOOD BLVD 33.99772 ‐118.42273 1 1 1 0 Weekly Shelter WASHINGTON BLVD/JASMINE AVE 34.019983 ‐118.40014 1 1 1 0 Weekly Standard WASHINGTON BLVD/KENSINGTON RD 33.998044 ‐118.41951 0 1 0 0 Shelter WASHINGTON BLVD/LA CIENEGA/ADAMS 34.032659 ‐118.37365 1 1 1 0 Shelter WASHINGTON BLVD/LANDMARK ST (EXPO) 34.027112 ‐118.3882 1 1 1 1 Shelter WASHINGTON BLVD/MADISON AVE 34.020967 ‐118.39843 1 1 1 0 Weekly Standard WASHINGTON BLVD/MEIER ST 33.99624 ‐118.4365 0 1 1 0 Shelter WASHINGTON BLVD/MILDRED AVE 33.996656 ‐118.43203 1 1 1 0 Weekly Shelter WASHINGTON BLVD/MOTOR AVE 34.018881 ‐118.40193 1 1 1 0 Weekly Standard WASHINGTON BLVD/MOTOR AVE 34.018789 ‐118.40248 0 1 0 0 Shelter WASHINGTON BLVD/OVERLAND AVE 34.017129 ‐118.40484 1 1 1 1 Weekly Shelter WASHINGTON BLVD/OVERLAND AVE 34.017083 ‐118.40533 1 1 1 1 Weekly Standard WASHINGTON BLVD/PROSPECT AVE 34.012339 ‐118.41026 0 1 1 0 Standard WASHINGTON BLVD/REDWOOD AVE 33.993212 ‐118.44205 0 1 1 0 Standard WASHINGTON BLVD/REDWOOD AVE 33.99319 ‐118.44262 0 1 1 0 Standard WASHINGTON BLVD/ROSABELL ST 33.996215 ‐118.43603 0 1 1 0 Standard WASHINGTON BLVD/SAWTELLE BLVD 34.004059 ‐118.41486 0 1 1 0 Shelter WASHINGTON BLVD/SEPULVEDA BLVD 34.007336 ‐118.41275 1 1 1 1 Weekly Shelter WASHINGTON BLVD/SEPULVEDA BLVD 34.006963 ‐118.41326 1 1 1 1 Weekly Standard WASHINGTON BLVD/WASHINGTON PL 33.996997 ‐118.43421 0 1 1 0 Shelter OVERLAND AVE/VIRGINIA AVE 34.006311 ‐118.39585 1 1 1 0 Weekly

CITY OF CULVER CITY RFP NO. 1908 ATTACHMENT 2

PRICE SUMMARY SHEET

Company Name: Date:

The firm-fixed unit prices below are for performing the maintenance services the Scope of Work. Each unit price shall include all direct costs, indirect costs, and profit.

INITIAL THREE-YEAR TERM 1ST OPTION 2ND OPTION Year 1: Year 2: Year 3: Year 4: Year 5: Date - Date Date - Date Date - Date Date - Date Date - Date Pressure Washing Shelter Stops $______$______$______$______$______Per Stop/ Per Stop/ Per Stop/ Per Stop/ Per Stop/ Per Visit Per Visit Per Visit Per Visit Per Visit Other Maintenance Work Orders Per Task Price Per Task Price Per Task Price Per Task Price Per Task Price Remove Graffiti

Pressure Wash Standard Stop

Empty Trash Receptacle

General Bus Stop Maintenance

Steam Clean Passenger Boarding Area

Field Check Miscellaneous Bus Stop Locations

Miscellaneous Work Orders

LED Solar Sign Cleaning

Preventative Maintenance: Standard Stops

Preventative Maintenance: Shelter Stops

Respondents must provide price quotes all work order tasks. The City may amend the number of stop locations and types, as well as the type of service and service frequency, by applying the “Per Stop” or “Per Task” unit price quoted on the Price Sheet. Contractor shall honor such pricing regardless of the service frequency (i.e., occurring one, two, or three times per week).

CITY OF CULVER CITY RFP NO. 1908 Contract No. ______

CITY OF CULVER CITY

DRAFT STANDARD PROFESSIONAL SERVICES AGREEMENT

WITH: ______

FOR: CULVER CITYBUS STOP CLEANING SERVICES

RFP #1908

THIS AGREEMENT is made and entered into by and between THE CITY OF CULVER CITY, a municipal corporation, hereinafter referred to as "City," and ______, a hereinafter referred to as "Contractor."

1. CONTRACTOR'S SERVICES. Contractor agrees to perform, during the term of this Agreement, the tasks, obligations, and services set forth in the "Scope of Service" attached to and incorporated into this Agreement as Exhibit "A.”

2. TERM OF AGREEMENT. The term of this Agreement shall be from the effective date pursuant to Section 27 of this Agreement and shall end upon satisfactory completion of the work, as reasonably determined by City's Public Works Director / City Engineer.

3. PAYMENT FOR SERVICES. City shall pay for the services performed by Contractor pursuant to the terms of this Agreement, the compensation set forth in the "Schedule of Compensation" attached to and incorporated into this Agreement as Exhibit "B." The compensation shall be paid at the time and manner set forth in said Exhibit "B."

4. TIME FOR PERFORMANCE. Contractor shall not perform any work under this Agreement until (a) Contractor furnishes proof of insurance as required under Section 7 of this Agreement; and, (b) City gives Contractor a written and signed Notice to Proceed.

5. DESIGNATED REPRESENTATIVE(S). ______shall be the designated Contractor Representative, and shall be responsible for job performance, negotiations, contractual matters, and coordination with the City. Contractor Representative shall actually perform, or provide immediate supervision of Contractor’s performance of, the Scope of Service.

6. INDEMNIFICATION. To the fullest extent permitted by law, Contractor shall indemnify, defend (at Contractor's sole expense, with legal counsel approved by City) and hold harmless the City of Culver City, members of its City Council, its boards and commissions, officers, agents, and employees (hereinafter, "Indemnitees"), from and against all loss, damage, cost,

Page 1 expense, liability, claims, demands, suits, reasonable attorneys' fees and judgments arising from or in any manner connected to Contractor's or its employees or agent’s acts, errors or omissions related to this Contract. This indemnification includes, but is not limited to, tort liability to a third person for bodily injury and property damage.

Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify an Indemnitee from any claim arising from the sole negligence, active negligence or willful misconduct of that Indemnitee.

The duty to defend referenced herein is wholly independent from the duty to indemnify, arises upon written notice by City to Contractor of a claim within the potential scope of this indemnification provision, and exists regardless of any determination of the ultimate liability of Contractor, City or any Indemnitee.

7. INSURANCE. Without limiting its obligations pursuant to Section 6 of this Agreement, the Contractor shall procure and maintain, at Contractor’s own cost and expense and for the duration of this Agreement, insurance coverage as set forth in "Insurance Requirements" attached to and incorporated into this Agreement as Exhibit "C.”

8. INDEPENDENT CONTRACTOR STATUS. City and Contractor agree that Contractor, in performing the services herein specified, shall act as an independent contractor and shall have control of all work and the manner in which it is performed. Contractor shall be free to contract for similar service to be performed for other employers while under contract with City. Contractor is not an agent or employee of City, and is not entitled to participate in any pension plan, insurance, bonus, worker’s compensation or similar benefits City provides for its employees. Contractor shall be responsible to pay and hold City harmless from any and all payroll and other taxes and interest thereon and penalties therefor which may become due as a result of services performed hereunder.

9. NON-APPROPRIATION OF FUNDS. Payment due and payable to Contractor for current services is within the current budget and within an available, unexhausted and unencumbered appropriation of City. In the event City has not appropriated sufficient funds for payment of Contractor services beyond the current fiscal year, this Agreement shall cover only those costs incurred up to the conclusion of the current fiscal year.

10. ASSIGNMENT. This Agreement is for the specific services with Contractor as set forth herein. Any attempt by Contractor to assign the benefits or burdens of this Agreement without written approval of City shall be prohibited and shall be null and void; except that Contractor may assign payments due under this Agreement to a financial institution.

11. RECORDS AND INSPECTIONS. Contractor shall maintain full and accurate records with respect to all services and matters covered under this

Page 2 Agreement. City shall have free access at all reasonable times to such records, and the right to examine and audit the same and to make transcripts therefrom, and to inspect all program data, documents, proceedings and activities. Contractor shall maintain an up-to-date list of key personnel and telephone numbers for emergency contact after normal business hours.

12. PREVAILING WAGE AND OTHER LABOR CODE REQUIREMENTS. Contractor shall comply with all applicable prevailing wage requirements as set forth in the California Labor Code, Division 2, Part 7, Chapter 1, Articles 1-5 (“Prevailing Wage Laws”).

For contracts in amounts exceeding $25,000 for construction work or $15,000 for alteration, demolition, repair, or maintenance work, Contractor shall be required to pay prevailing wages in compliance with all applicable Prevailing Wage Laws.

 Contractor and its subcontractor(s) shall be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.

 Contractor and its subcontractor(s) shall keep accurate certified payroll records of employees and shall make them available to the City immediately upon request.

13. NOTICES. All notices given or required to be given pursuant to this Agreement shall be in writing and may be given by personal delivery or by mail. Notice sent by mail shall be addressed as follows:

To City: City of Culver City Attention: Art Ida Transportation Director 4343 Duquesne Avenue Culver City, CA 90232

To Contractor:

14. TAXPAYER IDENTIFICATION NUMBER. Contractor shall provide City with a complete Request for Taxpayer Identification Number ("TIN") and Certification, Form W-9, as issued by the Internal Revenue Service.

15. PERMITS AND LICENSES. Contractor, at its sole expense, shall obtain and maintain during the term of this Agreement, all appropriate permits, licenses, and certificates that may be required in connection with the

Page 3 performance of services under this Agreement including, but not limited to, a Culver City business tax certificate.

16. APPLICABLE LAWS, CODES AND REGULATIONS. Contractor shall perform all work in accordance with all applicable laws, codes and regulations required by all authorities having jurisdiction over such work.

17. NON-DISCRIMINATION REQUIREMENTS. During the performance of this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of ancestry, age, color, physical and/or mental disability, genetic information, gender identity, gender expression, marital status, medical condition, military and/or veteran status, national origin, race, religion, sex/gender, or sexual orientation.

18. RIGHT TO UTILIZE OTHERS. City reserves the right to utilize others to perform work similar to the services provided hereunder.

19. MODIFICATION OF AGREEMENT. This Agreement may not be modified, nor may any of the terms, provisions or conditions be modified or waived or otherwise affected, except by a written amendment signed by all parties hereto.

20. WAIVER. If at any time one party shall waive any term, provision or condition of this Agreement, either before or after any breach thereof, no party shall thereafter be deemed to have consented to any future failure of full performance hereunder.

21. COVENANTS AND CONDITIONS. Each term and each provision of this Agreement to be performed by Contractor shall be construed to be both a covenant and a condition.

22. RIGHT TO TERMINATE. City may terminate this Agreement at any time, with or without cause, in its sole discretion, with thirty-days’ (30-days’) written notice.

23. EFFECT OF TERMINATION. Upon termination as stated in Section 22 of this Agreement, City shall be liable to Contractor only for work satisfactorily performed by Contractor up to and including the date of termination of this Agreement, unless the termination is for cause, in which event Contractor need be compensated only to the extent required by law.

24. GOVERNING LAW. The terms of this Agreement shall be interpreted according to the laws of the State of California. If litigation arises out of this Agreement, then venue shall be in the Superior Court of Los Angeles County.

25. LITIGATION FEES. If litigation arises out of this Agreement for the performance thereof, then the court shall award costs and expenses, including reasonable attorney's fees, to the prevailing party. In awarding

Page 4 attorney's fees, the court shall not be bound by any court fee schedule but shall award the full amount of costs, expenses and attorney's fees paid or incurred in good faith.

26. INTEGRATED AGREEMENT. This Agreement represents the entire Agreement between City and Consultant regarding the subject matter hereof, and constitutes a complete and exclusive statement of the terms of the agreement between the parties with respect to the subject matter. No verbal agreement or implied covenant shall be held to vary the provisions of this Agreement. This Agreement shall bind and inure to the benefit of the parties to this Agreement, and any subsequent successors and assigns.

27. EFFECTIVE DATE. The effective date of this Agreement is the date it is signed on behalf of City. This Agreement shall remain in full force and effect until amended or terminated; provided, that the indemnification and hold harmless provisions shall survive the termination.

CONTRACTOR

Dated:______By______

______Name

______Title

Dated:______By______

______Name

______Title

(Signatures continued on Page 6)

Page 5

(Signatures continued from Page 5)

CITY OF CULVER CITY, CALIFORNIA

Dated:______By______John Nachbar City Manager

APPROVED AS TO CONTENT: APPROVED AS TO FORM:

Art Ida Carol A. Schwab Transportation Director City Attorney

Page 6 Contract No. ______

EXHIBIT A

CITY OF CULVER CITY

DRAFT STANDARD PROFESSIONAL SERVICES AGREEMENT

WITH: ______

FOR: CULVER CITYBUS STOP CLEANING SERVICES

RFP #1908

SCOPE OF SERVICE

Please refer to City’s RFP document.

EXHIBIT A PAGE 1 of 2 Contract No. ______EXHIBIT B

CITY OF CULVER CITY

DRAFT STANDARD PROFESSIONAL SERVICES AGREEMENT

WITH: ______

FOR: CULVER CITYBUS STOP CLEANING SERVICES

RFP #1908

SCHEDULE OF COMPENSATION

1. METHOD OF PAYMENT. Payment for all work performed by Contractor pursuant to the terms of this Agreement shall be made on the basis of rates set forth set forth in Contractor’s proposal.

2. ADDITIONAL FEES. Any remaining fees not previously detailed in the above as agreed to by City.

3. BILLING. At the end of each calendar month in which services are performed or expenses are incurred under this Agreement, and prior to the 10th day of the following month (unless City agrees to different billing and payment expectations, including timing and method of payment requested by Contractor.)

Contractor shall submit an invoice to the City at the following address:

City of Culver City Attn: Art Ida Transportation Director 4343 Duquesne Avenue Culver City, CA 90232

The invoice submitted pursuant to this paragraph shall show the City Agreement Number, the dates on which the services were performed, a description of the services performed, actual out-of-pocket expenses incurred in the performance of the services, and such other information as City may reasonably require.

4. TIME OF PAYMENT. Payment to Contractor shall be made within thirty (30) days after submittal of Contractor’s invoice and approval by City, in accordance with City’s normal demand procedure.

5. MAXIMUM COMPENSATION. Contractor shall complete all the work and tasks described in Exhibit A for a total amount of compensation that does not exceed ______which amount includes all out-of-pocket expenses. EXHIBIT B PAGE 1 OF 1 Contract No. ______EXHIBIT C

CITY OF CULVER CITY

DRAFT STANDARD PROFESSIONAL SERVICES AGREEMENT

WITH: ______

FOR: CULVER CITYBUS STOP CLEANING SERVICES

RFP #1908

INSURANCE REQUIREMENTS

A. Policy Requirements.

Contractor shall submit duly executed certificates of insurance for the following:

1. An occurrence based Commercial General Liability ("CGL") policy, at least as broad as ISO Form CG 0001, in the minimum amount of One Million Dollars ($1,000,000) each occurrence, with not less than Two Million Dollars ($2,000,000) in annual aggregate coverage.

The CGL Policy shall have the following requirements:

a. The policy shall provide coverage for personal injury, bodily injury, death, accident and property damage and advertising injury, as those terms are understood in the context of a CGL policy. The coverage shall not be excess or contributing with respect to City's self-insurance, commercial liability insurance, or any pooled risk arrangements;

b. The policy shall provide $1,000,000 combined single limit coverage for owned, hired and non-owned automobile liability;

c. The policy shall include coverage for liability undertaken by contract covering, to the maximum extent permitted by law, Contractor's obligation to indemnify the Indemnitees as required under Paragraph 6 of this agreement;

d. Reserved; and

e. The City of Culver City, members of its City Council, its boards and commissions, officers, agents, and employees will be named as an additional insured in an endorsement to the policy, which shall be provided to the City and approved by the City Attorney.

EXHIBIT C Page 1 of 2 Contract No. ______

2. Reserved.

3. Reserved.

4. If the Agreement will have Contractor employees working within the City limits, Contractor shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least one million dollars [$1,000,000] per accident.) Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers.

B. Waiver by City.

City may waive one or more of the coverages listed in Section A, above. This waiver must be express and in writing, and will only be made upon a showing by the Contractor that its operations in and with respect to City are not such as to impose liability within the scope of that particular coverage.

C. Additional Insurance Requirements.

1. All insurance listed in Paragraph A shall be issued by companies licensed to do business in the State of California, with a claims paying ability rating of "BBB" or better by S&P (and the equivalent by any other Rating Agency) and a rating of A-:VII or better in the current Best's Insurance Reports;

2. Contractor shall provide City with at least thirty (30) days prior written notice of any modification, reduction or cancellation of any of the Policies required in Paragraph A, or a minimum of ten (10) days’ notice for cancellation due to non-payment.

3. City may increase the scope or dollar amount of coverage required under any of the policies described above, or may require different or additional coverages, upon prior written notice Contractor.

4. If your insurance carrier charges an additional fee, you must include that amount in your project costs.

EXHIBIT C Page 2 of 2