Loading...
HomeMy WebLinkAboutCO 2025-097 - Amtech Elevator Services CITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT CONTRACT AMTECH ELEVATOR SERVICES FOR FY 25/26 ELEVATOR MAINTENANCE AND REPAIR SERVICES (PW 2025-131) AWARD DATE: August 8, 2025 City of Rancho Cucamonga CONTRACT NUMBER 2025-097 Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 July 22, 2025 Amtech Elevator Services (“Contractor” or “bidder”) 1550 S. Sunkist St. Suite A Anaheim, CA 92806 SUBJECT: REQUEST FOR OPEN MARKET PUBLIC WORKS BID FY 25/26 Elevator Maintenance and Repair Services ($75,000 or less) Project No. PW 2025-131 Dear Amtech Elevators: The City of Rancho Cucamonga and Rancho Cucamonga Fire Protection District (RCFPD) invite your proposal for providing FY 25/26 Elevator Maintenance and Repair Services within the City of Rancho Cucamonga. This is a request for an informal bid made pursuant to Public Contract Code Section 22032(a) and R.C.M.C Section 3.08.110.B.1. Your proposal must actually be received in the City’s Department of Public Works, attention: Caleb DuPont, 8794 Lion Street, Rancho Cucamonga, CA, 91730, on or before 2:00 p.m. on Monday, August 4, 2025. The City’s time stamp shall be conclusive as to the date and time of receipt. Contractor assumes all risk of untimely or lack of receipt for bids not personally and timely delivered as required above. Late bids will not be opened and will be returned. GENERAL SCOPE OF WORK: Contractor/bidder shall furnish all necessary labor, tools, materials, appliances, and equipment to complete the Project as described in the Scope of Work and Service requirements (“Work” or “Services”), including, but not necessarily limited to: 1.Coordination and management of the Services required, including review of the Project site, improvement plans, specifications and special provisions, if any. 2.Inspection of the Work on the Project before, during and/or after construction to ensure conformance with Federal, State City and RCFPD statutes, regulations, ordinances, guidelines, applicable standards, specifications, plans, laws and accepted standard construction practices. 3.The keeping of proper records and reports, photographs and videos, including but not limited to, certifications of compliance, submittals, shop drawings, materials reports and other related documents received. Contractor shall deliver documents to the City and/or RCFPD when generated, prepared or received. 4.Designation of a person or persons fully qualified to perform the Services. 5.Attend any meetings that the City and/or RCFPD deem necessary. 6.Provide as-needed elevator maintenance and repair services at various City and RCFPD facilities. 7.Performance of the Work in compliance with the Standard Plans for Public Works Construction, Latest Edition with Supplements published by the American Public Works Association; the City of Rancho Cucamonga Standard Drawings, Latest Edition, and the attached specifications, all of which are hereby incorporated into this Request for Bid along with the agreement (if any) that is awarded as a result of this Request. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Any Scope of Services, Contingencies, Special Instructions and/or Terms and Conditions applicable to this Proposal and any Purchase Order created thereafter, are also incorporated by reference herein, and shall be effective as of the issue date of Purchase Order (the “Effective Date”), and shall remain in full force and effect until 180 days after (i) the filing of a notice of completion; or (ii) City has accepted the Work in writing and has made final payment if a notice of completion is not required to be filed; unless sooner terminated by the City. LABOR CODE COMPLIANCE The Work and Services constitute a public work requiring payment of prevailing wages and compliance with other provisions of the California Labor Code, as set forth in the attached document entitled “California Labor Code Compliance.” LICENSES: At the time of submitting a bid (or contract award if the Project is federally funded), and at all times during the term of the Agreement if awarded, Contractor shall possess a current, valid Class C-11, Elevator Contractor License in accordance with the provisions of the Contractor's License Law (California Business and Professions Code, Section 7000, et seq.) and rules and regulations adopted pursuant thereto. Pursuant to Section 7028.15 of the California Business and Professions Code, the Contractor’s State contractor’s license number shall be set forth on the bid, together with the expiration date, and the bid shall be signed by the Contractor declaring, under penalty of perjury, that the information being provided is true and correct. SUBCONTRACTORS: In the bid, the Contractor shall list the name, business address, the California contractor license number, and public works contractor registration number issued pursuant to Section 1725.5 of the Labor Code, of each subcontractor who will perform work or labor or render service to the bidder in or about the construction of the Work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the Contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the Contractor’s total bid or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor’s total bid or ten thousand dollars ($10,000), whichever is greater. The Contractor shall be prohibited from performing work on this Project with a subcontractor who is ineligible to perform work on the Project pursuant to Section 1777.1 or 1777.7 of the Labor Code. INSURANCE: If awarded, the Contractor shall not commence work under the contract until the Contractor has obtained all insurance described and set forth in the attached form of Agreement. BONDS: If the contract amount exceeds $25,000, California Civil Code Section 9550 requires the Contractor to provide a payment bond in 100% of the contract amount. If the contract amount is $25,000 or less, the City does not require the foregoing payment bond. AWARD OF CONTRACT: The City and RCFPD will evaluate bids received utilizing any lawful method of scoring. Price may or may not be the primary selection factor. If awarded, an agreement will be awarded based on the bid determined to be the most beneficial to the City and RCFPD. The City and RCFPD shall be the sole judge in the ranking process utilized in making such determination. The City and RCFPD reserve the right, in their sole discretion, to reject any or all bids, to withdraw this Request for Public Work Bid at any time prior to any award, and to waive any irregularity in any bid. The City and RCFPD shall not be liable for any costs incurred in preparing and submitting any bid. If a contract is awarded, then, as a condition of the award, the Contractor shall execute the attached form of agreement (“Agreement”) and provide insurance coverage in the form and limits set forth in the Agreement. CITY BUSINESS LICENSE: The Contractor must have a City Business License as a condition of being awarded a City contract. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 LIQUIDATED DAMAGES: Liquidated damages are not applicable to this procurement. CONTRACTOR'S LIABILITY: Contractor shall indemnify, defend and hold the City of Rancho Cucamonga, RCFPD, and their elected officials, officers, agents and employees free and harmless in accordance with the indemnity set forth in the Agreement. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of age, disability, race, color, religion, sex, sexual orientation or national origin of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. CONTRACT PRICE AND PAYMENT: City and RCFPD shall pay to the Contractor for furnishing the material and doing the prescribed Work per the NOT-TO-EXCEED unit prices and/or lump sum, as applicable, set forth in Contractor's bid. SUBMISSION: Contractor may submit bids in a sealed envelope or via email attachment provided bids are appropriately signed. The envelope shall be marked, or email subject shall be titled “Bid - City of Rancho Cucamonga” and the name of the Project. The Contractor shall also include a description of the Contractor’s qualifications relevant to the required Work. Experience working with local public agencies is a must. Having an office within a 30-mile radius of the City is preferred. Contractor shall also include a signed acknowledgement of receipt of any addendum(s) to the Request for Public Works Bid issued prior to the bid submission deadline. The City and RCFPD shall not be liable for any costs incurred in preparing and submitting any bid, whether or not a contract is awarded. Furthermore, the City and RCFPD reserve the right to reject any or all bids without liability for any costs. Any bid may be withdrawn prior to the date and time set for receipt of bids. Unless timely withdrawn, all bids will become the property of the City and will be subject to public review pursuant to the California Public Records Act, regardless of any marking thereon, such as “confidential”, “trade secret”, etc. If you have any questions, please contact the undersigned at 1-909-774-4148 or email at Caleb.DuPont@CityofRC.us. Sincerely, PUBLIC WORKS SERVICES Caleb DuPont Facility Supervisor Attachments: (1) Bid Proposal Form (2) Contract Agreement (3) Specifications (4) California Labor Code Compliance (5) Non-Collusion Declaration Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Bidder Name & CSLB No. P-1 BID PROPOSAL FORM FOR FY 25/26 Elevator Maintenance and Repair Services TO THE CITY OF RANCHO CUCAMONGA AND RCFPD: The undersigned bidder declares that he has carefully examined the location of the proposed work, that he has examined the Plans, Special Provisions and Specifications, and read the accompanying information, and hereby proposes and agrees, if this proposal is accepted, to furnish all material and equipment to do all the work required to complete the said work in accordance with the Plans, Special Provisions and Specifications, in the time and manner therein prescribed for the unit cost and lump sum amounts set forth in the schedule on the following Proposal. Schedule of Unit Costs for Full-Service Elevator Maintenance and Repair Item No. Facility Annual Quantity Unit Unit Price Annual Price 1.Archibald Library 7368 Archibald Ave.12 Monthly 2. Central Park Vertical Lift Genesis Opal 11200 Base Line Road 12 Monthly 3.City Hall 10500 Civic Center Drive 12 Monthly 4. Public Safety East Elevator 10510 Civic Center Drive 12 Monthly 5. Public Safety West Elevator 10510 Civic Center Drive 12 Monthly 6.Stadium Complex 8408 Rochester Ave.12 Monthly 7. Victoria Gardens Cultural Center West Service Elevator 12505 Cultural Center Dr. 12 Monthly 8. Victoria Gardens Cultural Center West Public Elevator 12505 Cultural Center Dr. 12 Monthly 9. Victoria Gardens Cultural Center Biane Library Elevator 12505 Cultural Center Dr. 12 Monthly 10. Victoria Gardens Cultural Center Roped hydro porch lift 12505 Cultural Center Dr. 12 Monthly $173.34 $53 $189.10 $189.10 $189.10 $53 $173.34 $173.34 $173.34 $173.34 $636.00 $636.00 $2,269.20 $2,269.20 $2,269.20 $2,080.08 $2,080.08 $2,080.08 $2,080.08 $2,080.08 Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Bidder Name & CSLB No. P-2 Item No. Facility Annual Quantity Unit Unit Price Annual Price 11. Victoria Gardens Cultural Center Screw drive porch lift 12505 Cultural Center Dr. 12 Monthly 12.Fire Station #178 10591 Town Center Dr.12 Monthly Total Annual Coast for Routine Maintenance and Repair: Extra Work Schedule for Items Specifically Excluded from the Scope of Work Item No. Facility Quantity Unit Rate 1.Regular Labor (M-F, 6:00 am to 6:00 pm)1 Hour 2.After Hours Labor (All other times excluding holidays)1 Hour 3.Holiday Labor (Recognized City Holidays Only)1 Hour $375 $562 $750 $21,385.20 $189.10 $53 $636.00 $2,269.20 Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Bidder Name & CSLB No. P-3 Bidder Information for FY 25/26 Elevator Maintenance and Repair Services Company Name: Company Address: CSLB No: DIR No: Telephone No: Email Address: Web Address: Authorized Representative (Print): Title: Signature: Date: Vendor routing for contract signatures via DocuSign Name Title Email Pacific Coast Elevator Corporation DBA Amtech Elevator Services 737286 Exp. 06/30/2025 1000007601 Timothy.Herter@amtechelevator.com 562-410-6259 https://amtechelevator.com Timothy Herter General Manager 07/25/2025 Timothy Herter General Manager Timothy.Herter@amtechelevator.com Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Bidder Name & CSLB No. C-1 AGREEMENT This Agreement (“Agreement”) is made and entered into as of the date executed by the City Clerk and the City Manager, by and between Amtech Elevator Services, an elevator maintenance contractor hereinafter referred to as the "Contractor", the City of Rancho Cucamonga, California, hereinafter referred to as "City" and the Rancho Cucamonga Fire Protection District, herein referred to as “RCFPD.” WHEREAS, pursuant to the Request for Open Market Public Works Bid, bids were received on or before the date specified in said notice; and WHEREAS, City and RCFPD did accept the bid of Contractor; and WHEREAS, City and RCFPD have authorized the City Manager, or designee, to enter into certain written contracts for furnishing labor, equipment, and material for the construction of Public Works. NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1.GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work necessary to satisfactorily complete the FY 25/26 Elevator Maintenance and Repair Services. The foregoing work (“Work”) shall be performed in accordance with the provisions of this Agreement, specifications and standards referenced in Section 2 of this Agreement and those on file in the office of the City Engineer, and in accordance with bid prices hereinafter mentioned and with the instructions of the City Engineer. The Work shall be performed in compliance with any and all applicable local, State, and federal laws, statutes, and regulations. 2.CONTRACT DOCUMENTS: The documents, specifications, and standards referenced in Section 1, above, the Request for Open Market Public Works Bid dated July 22, 2025 and any addendums thereto, the Standard Plans for Public Works Construction, Latest Edition, with Supplements published by the American Public Works Association; the City of Rancho Cucamonga Standard Drawings, Latest Edition, and any and all other provisions, instructions, specifications, and plans referenced therein and/or attached hereto, and the Contractor’s bid, all of which are incorporated by reference herein, together with this Agreement, shall constitute the entire agreement between the parties. This Agreement is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the Contractor whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the individual documents described and this written agreement, the provisions of this Agreement, then the Request for Open Market Public Works Bid, shall control. 3.LIQUIDATED DAMAGES: Liquidated damages do not apply to this Agreement. 4.INSURANCE: The Contractor shall not commence work under this Agreement until Contractor has obtained all insurance required hereunder in a company or companies acceptable to City and RCFPD nor shall the Contractor allow any subcontractor to commence work on a subcontract until all insurance required of the subcontractor has been obtained. The Contractor shall take out and maintain at all time during the life of this contract the following policies of insurance: a.Workers Compensation Insurance: Before beginning work, the Contractor shall furnish to the Engineer a certificate of insurance as proof that it has taken out full compensation insurance for all persons whom it may employ directly or through subcontractors in carrying out the Work specified herein, in accordance with the laws of the State of California. Such insurance shall Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Bidder Name & CSLB No. C-2 be maintained in full force and effect during the period covered by this Agreement. The policy shall be endorsed to waive the right of subrogation. In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall secure the payment of compensation to his employees. Contractor, prior to commencing work, shall sign and file with the City a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract." b.For all operations of the Contractor and/or any subcontractor in performing the Work provided for herein, insurance with the following minimum limits and coverage: (1)Commercial General Liability - Bodily Injury (not auto) $2,000,000 each person; $2,000,000 each accident. (2)Commercial General Liability - Property Damage (not auto) $1,000,000 each accident; $2,000,000 aggregate. (5) Automobile (any auto) - Bodily Injury $2,000,000 each person; $3,000,000 each accident. (6) Automobile (any auto) - Property Damage $2,000,000 each accident. c.Each such policy of insurance provided for in paragraph "b." shall: (1)Be issued by an insurance company approved in writing by City and RCFPD, which is qualified to do business in the State of California. The insurance company shall have an A.M. Best Company Rating Guide rating of not less than A:VII; (2)Name as additional insureds the City and RCFPD, their elected officials, officers, volunteers, agents and employees, and any other parties specified in the bid documents to be so included; (3)Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under said policy; (4)Contain a clause substantially in the following words: "It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City and RCFPD of a written notice of such cancellation or reduction of coverage as evidenced by receipt of a registered letter." (5)Otherwise be in form satisfactory to City. (6)Waives all right of subrogation against the additional insureds in the policy of insurance provided for in paragraph "b." by reason of any claim arising out of or connected with the operations of Contractor or any subcontractor in performing the Work provided for herein; Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Bidder Name & CSLB No. C-3 (7)Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to City by registered mail. e.The Contractor shall at the time of the execution of this Agreement present the original policies of insurance required in paragraphs "a." and "b." hereof, or present a certificate and original endorsements of the insurance company, showing the issuance of such insurance, and the additional insureds and other provisions required herein. 5.LABOR CODE COMPLIANCE: At all times herein the Contractor shall comply with all applicable provisions of the California Labor Code including those set forth in the attachment hereto marked “CALIFORNIA LABOR CODE COMPLIANCE.” 6.CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga, RCFPD and their elected officials, officers, agents and employees shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers, employees of the Contractor, his subcontractors, or the public, or for damage to adjoining or other property, from any cause whatsoever arising out of or in connection with the performance of the Work. The Contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever, except the sole negligence or willful misconduct of the City, RCFPD, and their employees, servants, or independent contractors who are directly responsible to City or RCFPD during the progress of the Work or at any time before its completion and final acceptance. To the maximum extent permitted by law, the Contractor will indemnify, defend, and hold the City and RCFPD, and their elected officials, officers, employees, volunteers, and agents serving as independent contractors in the role of City officials (“Indemnitees”), free and harmless with respect to any and all actions, claims, damages to persons or property, stop notices, penalties, obligations, and/or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization, arising out of or incurred in connection with the Work, Services, operations, acts, omissions, or activities of the Contractor, its owners, agents, employees, subcontractors, and/or invitees, whether or not there is concurrent passive or active negligence on the part of any of the Indemnitees, but excluding such actions, claims, damages to persons or property, penalties, obligations, or liabilities arising from the sole negligence or willful misconduct of any of the Indemnitees, and in connection therewith: a.The Contractor will defend any action or actions filed in connection with any of said claims, damages, penalties, obligations, or liabilities and will pay all costs and expenses, including attorneys' fees incurred in connection therewith. b.The Contractor will promptly pay any judgment or award rendered against the Contractor or any of the Indemnitees covering such claims, damages, penalties, obligations, and liabilities arising out of or in connection with the Work, operations, or activities of the Contractor hereunder or reasonable settlement in lieu of judgment or award, and the Contractor agrees to save and hold the Indemnitees harmless therefrom. c.In the event any of the Indemnitees is made a party to any action or proceeding filed or prosecuted against the Contractor for damages or other claims arising out of or in connection with the project, operation, or activities of the Contractor hereunder, the Contractor agrees to pay to City and RCFPD any and all costs and expenses incurred by City and RCFPD or any of the Indemnitees in such action or proceeding together with reasonable attorneys' fees. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Bidder Name & CSLB No. C-4 So much of the money due to the Contractor under and by virtue of this Agreement as shall be considered necessary by City and RCFPD may be retained by City until disposition has been made of such actions or claims for damage as provided above. 7. MANDATORY TERMS: a. The City and RCFPD shall pay Contractor for its services in accordance with the agreed- upon rates as set forth in Section 9, described in the Bid Proposal Form (P-1) and incorporated herein by this reference. Pursuant to Public Contract Code Section 20104.50, the City and RCFPD shall make any progress payment within thirty (30) days after receipt of an undisputed and properly submitted payment request from Contractor. Upon receipt of a payment request, the City shall review the payment request as soon as practicable to determine whether the payment request is proper, and if any payment request is determined not to be suitable for payment, the City shall return the payment request to the Contractor as soon as practicable, but not later than seven (7) days after receipt, with a document setting forth in writing the reasons why the payment request is not proper. b. In the event of any dispute or controversy with the City and RCFPD over any matter whatsoever, the Contractor shall not cause any delay or cessation in or of Work, but shall proceed with the performance of the Work in dispute. The Contractor shall retain any and all rights provided that pertain to the resolution of disputes and protests between the parties. The Disputed Work will be categorized as an “unresolved dispute” and payment, if any, shall be as later determined by agreement or a court of law. The Contractor shall keep accurate, detailed records of all Disputed Work, claims and other disputed matters. All claims arising out of or related to the Contract Documents or this Project, and the consideration and payment of such claims, are subject to the Government Claims Act (Government Code Section 810 et seq.) with regard to filing claims. All such claims are also subject to the dispute procedures set forth in Public Contract Code Section 9204 and Public Contract Code Section 20104, et seq. (Article 1.5), to the extent each is applicable. This Contract hereby incorporates those provisions as though fully set forth herein. Thus, the Contractor or any Subcontractor must file a claim in accordance with the Government Claims Act as a prerequisite to filing a construction claim in compliance with Section 9204 and Section 20104 et seq. (if applicable), and must then adhere to Section 20104, et seq. and Section 9204, as applicable, pursuant to the definition of “claim” as individually defined therein. c. Pursuant and subject to Public Contract Code Section 22300, the substitution of securities for any moneys withheld by the City and RCFPD to ensure performance under a contract is permitted. d. The City and RCFPD or their representative shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its billings to the City as a condition precedent to any payment to Contractor. Contractor will promptly furnish documents requested by the City. Additionally, pursuant to Government Code Section 8546.7, if this Agreement involves the expenditure of public funds in excess of ten thousand dollars ($10,000), Contractor shall be subject to State Auditor examination and audit at the request of the City or as part of any audit of the City, for a period of three (3) years after final payment under this Agreement. e. Pursuant to Public Contract Code Section 7103.5, Contractor offers and agrees to assign to the City and RCFPD all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Bidder Name & CSLB No. C-5 2 (commencing with Section 16700) of Part 2 of Division 7 of the California Business and Professions Code) arising from purchases of goods, services, or materials pursuant to the Agreement. This assignment shall be made and become effective at the time the City and RCFPD tenders final payment to Contractor without further acknowledgment by the parties. f. Pursuant to Public Contract Code Section 9201, the City and RCFPD has full authority to compromise or otherwise settle any claim relating to this Contract at any time. The City and RCFPD shall timely notify Contractor of the receipt of any third-party claim relating to the Contract. The City shall be entitled to recover its reasonable costs incurred in providing the notification required by Public Contract Code Section 9201(b). 8. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons upon public works because of age, disability, race, color, religion, sex, sexual orientation or national origin of such persons, and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter 1 of the Labor Code in accordance with the provisions of Section 1735 of said Code. 9. TERM OF CONTRACT: The term of this Agreement shall be effective as of the date of the mutual execution by way of both party’s signature (the “Effective Date”) through June 30, 2026. No work shall be conducted; service or goods will not be provided until this Agreement has been executed and requirements have been fulfilled. 10. TERMINATION: City shall have the right to terminate this Agreement at any time for any or no reason on not less than ten (10) days prior written notice to Contractor. In the event City exercises its right to terminate this Agreement, City shall pay Contractor for any services satisfactorily rendered prior to the effective date of the termination, provided Contractor is not then in breach of this Agreement. Contractor shall have no other claim against City by reason of such termination, including any claim for compensation. City may terminate for cause following a default remaining uncured more than five (5) business days after service of a notice to cure on the breaching party. Contractor may terminate this Agreement for cause upon giving the City ten (10) business days prior written notice for any of the following: (1) uncured breach by the City of any material term of this Agreement, including but not limited to Payment Terms; (2) material changes in the conditions under which this Agreement was entered into, coupled with the failure of the parties to reach accord on the fees and charges for any Additional Services required because of such changes. 11. CONTRACT PRICE AND PAYMENT: City and RCFPD shall pay to the Contractor for furnishing the material and satisfactorily performing the Work as set forth in the Contractor's bid, provided, however, that full, total and complete amount payable to Contractor shall not exceed Fifty Thousand Dollars ($50,000) for routine maintenance and extra work from date of mutual execution thru June 30, 2026, including all out of pocket expenses, unless additional compensation is approved by the City Manager. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Bidder Name & CSLB No. C-6 IN WITNESS WHEREOF, the parties hereto have caused these present to be duly executed with all the formalities required by law on the respective dates set forth opposite their signatures. State of California Contractor's License #: Contractor: Address: By: Signature Name &Title Date: By: Signature Name &Title Date: CITY OF RANCHO CUCAMONGA, CALIFORNIA By: Maritza Martinez, Public Works Services Director Date RANCHO CUCAMONGA FIRE PROTECTION DISTRICT By: Mike McCliman, Fire Chief Date Contractor's Business Phone Number:___________________________________________________. Emergency Name and Phone Number at which Contractor can be reached at any time: ____________ __________________________________________________________________________________ Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Timothy Herter General Manager 8/7/2025 | 9:12 AM PDT 8/7/2025 | 10:01 AM PDT 8/13/2025 | 2:49 PM PDT SP-7 7/21/2025 SPECIFICATIONS Elevator Maintenance and Repair Services for City of Rancho Cucamonga and Rancho Cucamonga Fire Protection District Facilities PART 9 FULL-SERVICE ELEVATOR MAINTENANCE AND REPAIR SECTION 901 TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS. 901-1 TERMS AND DEFINITIONS The words and phrases defined below, appear in the Standard Specifications and in these Special Provisions, shall for the purpose of the Contract have the meaning hereinafter assigned to them. Where "as directed”, “as required”, “as permitted”, “approval”, “acceptance”, or words of similar import are used, it shall be understood that direction, requirement, permission, approval, or acceptance of the Public Works Services Director or designee is intended unless stated otherwise. Clean. "Clean" shall be defined as free of dirt, dust, spots, streaks, stains, smudges, litter, debris, contaminants, pollutants, and other residue. Contractor. The term Contractor as used herein refers to both the prime Contractor and any subcontractors. The prime Contractor shall ensure that his/her subcontractors comply with the provisions of this contract. Emergency. The term Emergency as used herein means any condition causing an elevator car to become inoperable or preventing the safe operation thereof. Facility. An establishment, structure, or assembly of units of buildings or equipment designated for a specific function that may include trailers, or temporary buildings. Frequency of Service. a) Monthly (M). Services performed 12 times during each 12-month period of the contract at 30-day intervals between services. b) Bi-Monthly (Bi-M). Services performed 6 times during each 12-month period of the contract at 60-day intervals between services. c) Semi-Annual (SA). Services performed twice during each 12-month period of the contract at a six-month interval between services. Public Works Services Director. The Public Works Services Director of the City of Rancho Cucamonga or his designated representative. Regular Working Hours. The City's regular working hours are from 6:00 am to 6:00 pm, Monday through Friday, except: (a) recognized City holidays; (b) the week between Christmas and New Years; and (c) other days specifically designated by the Public Works Services Director or designated representative. Elevator maintenance by the Contractor will be coordinated in advance through the Public Works Services Director or his designee. The Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-8 7/21/2025 Public Works Services Director or his designee for the convenience of the City may also approve other inspection/maintenance times. Response Time. Response time is defined as the time allowed the Contractor after initial notification of a service call work requirement to be physically on the premises at the work site, with appropriate workers, supervision, tools, equipment, and materials, ready to perform the work required. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-9 7/21/2025 SECTION 902 SCOPE OF WORK 902-1 GENERAL 902-1.1 DESCRIPTION OF WORK The intention of this solicitation is to procure a full-service elevator maintenance and repair contract. All necessary maintenance and repairs, scheduled and unscheduled, shall be the responsibility of the contractor, unless specifically excluded by these special provisions. The scope of work to be performed in general consists of, but is not limited to, the complete, continuous, consistent and safe maintenance, repair and replacement as necessary of the Elevator systems as specified herein. During, and at the end of the contract period, all Elevator systems shall be in a state of repair and adjustment such that all systems are functioning as designed. The contractor agrees to maintain, repair and replace all the designated Elevator systems covered by this Agreement as necessary to ensure continuous operation of same within the equipment manufacturers’ specifications and consistent with the original system design intent. All maintenance and testing and minor new works shall comply with the current relevant California Building Codes, applicable ANSI/ASME codes and standards, and manufacturer’s recommendations. Work will be inspected for quality and completion. Should areas be found that are unacceptable, the contractor will be expected to re-inspect, maintain, adjust, lubricate, repair, or replace equipment in that area without additional cost to the City. The Public Works Services Director, or his designated representative, shall be the sole judge as to the adequacy and quality of services rendered. 902-1.2 SCHEDULE OF PROPERTIES The site list and existing equipment registers included in Schedule 1 provide the location of the sites or premises at which the work is to be carried out and nominates the plant and equipment to be inspected and serviced. The following facilities are to receive Full-Service Elevator Maintenance and Repair as specified herein: Building Address Archibald Library 7368 Archibald Ave. Central Park 11200 Base Line Rd. City Hall 10500 Civic Center Drive Public Safety 10510 Civic Center Drive Stadium Complex 8408 Rochester Ave. Victoria Gardens Cultural Center (VGCC) 12505 Cultural Center Dr. Fire Station #178 10591 Town Center Dr. 902-1.3 CONTRACT BOND The Contractor shall furnish a good and sufficient surety bond issued by a surety company authorized to do business in the State of California in the sum equal to 100% of the total contract amount, conditioned for the Faithful Performance by the Contractor of all covenants, stipulations any agreements contained in said contract; in addition, the Contractor shall furnish a Labor and Materials Bond in a sum equal to 100% of the contract price, as required by the provisions of Section 3248 of the California Civil Code. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-10 7/21/2025 902-1.4 PRICE The contract price paid per month for Full-Service Elevator Maintenance and Repair services shall include full compensation for furnishing all labor, replacement parts, equipment materials, and incidentals, and for doing all the work involved in providing Full-Service Elevator Maintenance and Repair in conformance with the specifications herein, and as directed by the Public Works Services Director or designated representative. Pricing is also required for Service Call hourly rate for special services specifically excluded by these special provisions. 902-2 SERVICE DELIVERY PERFORMANCE 902-2.1 GENERAL The following general service delivery process shall be undertaken: a) Contact Site representatives (where applicable) and arrange Site access to plant and Equipment nominated on the schedules; b) visit premise, report to Site representative and inspect nominated plant and Equipment; c) inspect and service nominated plant and Equipment in accordance with service schedules; d) identify additional maintenance requirements and refer to the Site representative and the Facilities Manager for consideration; e) carry out any additional work approved by the Contract Manager; f) clean and tidy work area; g) complete Service Reports for all plant inspected; h) prepare summary Service Reports and submit to the Facilities Manager; and i) submit claim for payment complete with all Service Reports and summary Service Reports. In addition to routine servicing, the Contractor shall be required to undertake maintenance / repair work, in response to breakdowns, call outs or as a result of an inspection during a routine service visit, or upon request from an authorized representative. The Contractor shall minimize the need for call outs by inspecting the systems during routine service visits with the view to effecting any minor repairs, replacements or maintenance during these visits. 902-2.2 SCHEDULE Contractor shall provide a master schedule within ten (10) calendar days after the effective date of this Price Agreement which clearly shows the specific tasks to be performed under preventive maintenance and the proposed dates for completing the work. The Contractor's initial work schedule shall indicate the hours of the day that services will be performed, and the day of the week services will be performed. The schedule shall list the type of work to be performed, the areas to be worked, and the estimated time to complete the work in each area. When scheduled services fall on a holiday, alternate dates shall be specified. Once approved, all scheduled work shall be performed in strict compliance with the work schedule to facilitate the City's inspection of the work. Proposed changes to the schedule shall be submitted in writing, in advance of performing the work. The Contractor shall schedule and arrange work so as to cause the Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-11 7/21/2025 least interference with the normal occurrence of City business. In those cases, where some interference may be unavoidable, the Contractor shall be responsible to make every effort to minimize the impact of the interference, inconvenience, customer discomfort, etc. 902-2.3 HOURS OF SERVICE Contractor shall perform all scheduled maintenance during the City’s regular working hours. Routine and emergency repairs shall be completed as directed by the Public Works Services Director. 902-2.4 CONTINUITY OF EXISTING SERVICE The Contractor must avoid disruption to the day-to-day operations as much as possible. Following the delivery of any service or works the facilities are to be left in an appropriate state to their intended purpose. The Contractor must investigate and become familiar with any building services, and the nature of Facilities services within the building which proposed works may affect. In the event that the maintenance works may adversely affect any building service or Facilities service, the Contractor must seek direction from the Contract Manager prior to proceeding with the works. The Contractor must ensure that all emissions including noise and odor from the contractor’s plant, equipment and materials are within legislative and regulatory requirements and avoid disruption to Facilities services as far as practical. The Contractor must consult with the Contract Manager about proposed works if there is doubt as to the adverse impact on the Facilities services. 902-2.5 PROTECTION OF CITY PROPERTY During execution of the work, the Contractor shall take special care to protect City property including carpeting, quarry tile, composition and other flooring, furniture, walls, baseboards, and other adjacent surfaces from materials not intended. The Contractor shall return areas or walls damaged as a result of work under this contract to their original condition, to include painting, refinishing, or replacement, as necessary. 902-2.6 DAMAGE TO CITY FACILITIES The Contractor shall be held responsible for all damage that is caused by his work, workmen, or by his Subcontractors and the Subcontractor's employees or hires. Patching and replacing of damaged work, shall be done as directed by the Owner, but the cost of same shall be paid by the Contractor. At completion of the Work, damage to any portion of the buildings, including but not limited to the building's interiors and exteriors, drives, walks, underground and overhead work, and the like used by or during the Work of this Contract shall be repaired or replaced in like manner to the satisfaction of the Public Works Services Director at Contractor's expense. 902-2.7 SITE SECURITY Service technicians are to sign in and out when they arrive and depart the premises. While performing work within the City's facilities, the Contractor's personnel will not admit anyone into said facilities. On completion of maintenance activities, all lights will be turned off, doors locked, and corridors/machine rooms left in an otherwise neat and orderly condition. The City assumes no liability for loss or damage to Contractor-owned property held or left upon City premises. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-12 7/21/2025 902-2.8 EMPLOYEE SECURITY Contractor’s employees shall be in a Contractor-supplied uniform at all times while working on City property. A Contractor-provided, clearly readable name identification device consisting of the employee’s name, employee photo, and the company name shall be worn at all times. Prior to access into any City Facility, the Contractor shall complete employee and subcontractor background checks. Background information is required prior to any work occurring on any City property. 902-2.9 MONTHLY MEETINGS The Contractor or Contractor’s Representative shall attend monthly meetings with the Public Works Services Director or designated representative to review the maintenance and repairs completed the previous month. The Contractor will submit an updated work/staffing schedule for approval at these meetings. The meeting will be held at a time and location to be determined by the Public Works Services Director or designated representative. 902-2.10 COMMUNICATIONS The Contractor shall provide a cellular telephone to the Contractor’s representative. The Contractor’s representative shall carry the telephone on his/her person at all times during the workday for communication with the Public Works Services Director. The Contractor’s representative shall be on call 24 hours per day for emergencies within the contract areas. 902-2.11 DISPATCHING Contractor shall furnish a single point of contact to City for the placement of faxed or phone service requests to the contractor. This contact shall be furnished as a part of the contract and at no additional cost to City. The dispatch service shall be available from 6:00 a.m. to 10:00 p.m. (local time). The Contractor shall make provisions for after-hours dispatching and provide phone numbers for this purpose to the Public Works Services Director or designated representative. 902-2.12 NON-RESPONSIVENESS OF CONTRACTOR Failure of the Contractor or the supervisors to respond immediately to the telephone, pager, or radio notification by the Public Works Services Director or designated representative of an emergency condition, or failure of the Contractor to respond within two days of written notification by the Public Works Services Director or designated representative, shall give the Public Works Services Director or designated representative the right to cause necessary work to be performed by City crews, other contractors, or day labor and any costs incurred in so doing shall be deducted from contract payments. 902-2.13 TERMINATION FOR CONVENIENCE The performance of services under this agreement may be terminated in whole or part from time to time when such action is deemed by the City to be in its best interest. Termination of services shall be effected by delivery to the contractor of a thirty (30) day advance, written Notice of Termination specifying the extent to which performance of services under this Agreement shall be terminated and the date upon which the termination becomes effective. Contractor may terminate this Agreement for cause upon giving the City ten (10) business days prior written notice for any of the following: (1) uncured breach by the City of any material term of this Agreement, including but not limited to Payment Terms; (2) material changes in the conditions under which this Agreement was entered into, coupled with the failure of the parties to reach accord on the fees and charges for any Additional Services required because of such changes. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-13 7/21/2025 902-2.14 EVENTS OF DEFAULT The City may terminate all or any part of this Agreement if the Contractor fails to perform any of the provisions of this Agreement, or fails to make progress to correct deficient performance, and in either of these two circumstances does not cure such failure within a period of ten (10) calendar days (or such longer period as the City may authorize in writing) after receipt of notice from the City specifying such failure. 902-2.15 QUALIFICATIONS OF CONTRACTOR Contractor must be a responsible firm that has been in continuous existence and has provided continuous services for the relevant requirements contained herein for at least five (5) years. Bids from contractors with less than the minimum required experience may be rejected as non- responsive. Contractor shall be a California State Certified Qualified Conveyance Company (CQCC) at the time the bid is submitted and throughout the full term of the agreement, if awarded. Each mechanic performing elevator maintenance services shall hold a Certified Competent Conveyance Mechanic (CCCM) license at the time the bid is submitted and throughout the full term of the agreement, if awarded. Contractor shall hold a valid C-11 (Elevator Contractor) license, issued by the California State Contractors License Board at the time the bid is submitted and throughout the full term of this the agreement, if awarded. 902-2.16 QUALIFICATIONS OF CONTRACTOR’S EMPLOYEES The Contractor shall ensure that his/her staff is adequately trained for the elevator maintenance tasks contained herein. Each member of the elevator maintenance staff shall have completed a recognized elevator constructor apprenticeship program and possess a verifiable minimum of two years of similar experience on similar devices and have a Certified Competent Conveyance Mechanic (CCCM) license before performing work under this contract. The Contractor shall specify a Foreman who will have responsibility for performance of contract service. The Foreman shall be competent to supervise all aspects of the contract, and shall be available on site within two (2) hours after notification during the term of the contract. The Public Works Services Director or designee shall be notified in writing of the name of the Foreman and of changes in personnel appointed to fulfill the function, or of substitutions of personnel due to illness or leave. The replacement Foreman shall have equal or greater skills as the regular Foreman. A work history (resume) shall be submitted for each additional Foreman. The Foreman shall, in the absence of the Contractor, act for the Contractor as the Contractor's Representative. The Contractor’s Foreman will be required to possess a minimum of three years’ similar experience, be fluent in the English language and possess adequate skills to communicate verbally and in writing with the City and/or the Public Works Services Director. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-14 7/21/2025 SECTION 903 MAINTENANCE SPECIFICATIONS 903-1 SCHEDULED MAINTENANCE 903-1.1 GENERAL The Contractor shall provide the elevator maintenance and repair services described herein. It is the intent of this bid to procure a full-service elevator maintenance and repair contract at a fixed monthly lump sum price. All necessary maintenance and repairs, scheduled and unscheduled, shall be the responsibility of the contractor, unless specifically excluded by these special provisions. All elevator maintenance and repair services shall be paid for under the fixed lump sum price portion of the contract which shall include full compensation for furnishing all parts, labor, materials, tools, equipment, transportation, and incidentals for doing all work involved in providing “Full-Service Elevator Maintenance and Repair” as described herein. An inventory and description of the areas to receive elevator maintenance services is included. 903-1.2 CONTRACTOR FURNISHED ITEMS Contractor shall provide all equipment, materials, supplies, parts, labor, tools, transportation and supervision to perform the services required by this contract. Work will be inspected for quality and completion. Should areas be found that are unacceptable, the contractor will be expected to re- inspect, maintain, adjust, lubricate and repair equipment in that area without additional cost to the City. Material, equipment, and supplies provided shall be of the type and quality used in large-scale commercial elevator maintenance operations, shall meet the requirements specified herein, and shall be approved by the Public Works Services Director or designee before use. Within 15 days after award of this contract, the Contractor shall submit a list of the materials to be used for approval by the Public Works Services Director. The list shall include the manufacturer's name, brand name, and statement certifying that materials meet or exceed contract requirements. Also required from the Contractor at that time are the Material Safety Data Specification sheets (MSDS sheets) for all proposed materials and usage instructions and caution notes. If requested by the Public Works Services Director, the Contractor shall submit actual samples of the materials to be used. Contractor shall: 1) Maintain a reasonable supply of parts for various elevators and controllers covered under this contract. 2) Maintain a reasonable supply system for acquisition of additional parts for various elevators which will provide all of the necessary parts either immediately or with minimal delay. 3) All parts used in performance of this work shall be new original equipment manufacturer’s parts or approved equal. 4) Furnish, install and maintain all warning devices, i.e., barricades, cones, etc. required to adequately protect the public, City of Rancho Cucamonga staff and other workers during the performance of the work including such periods as when elevators are closed awaiting additional repairs. 5) Perform all work in accordance with generally accepted industry practice for safe and efficient operation. 6) Warranty all labor and materials used in the work for a period of one year, or in accordance with manufacturer’s warranty if longer, after completion of the repairs. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-15 7/21/2025 7) Identify and advise the City of Rancho Cucamonga of any additional maintenance or repair work that may be required to maintain the efficient operation and useful life of the equipment. 903-1.3 CITY FURNISHED PROPERTY AND SERVICES Where available, the City will provide to the Contractor plans for City owned facilities to determine location of elevators, safe methods of work, and equipment pertaining to the work for the City. a. City Furnished Equipment. The City will not provide tools or equipment to the Contractor. There are no safety belt or safety harness attachment devices or rings for elevator maintenance. There are no existing scaffolding facilities and no permanent devices attached to the roofs or walls of city buildings for elevator maintenance purposes. b. Availability of Utilities. The City will furnish the following utility services at existing outlets, as may be required for the work to be performed under the contract: electricity, and refuse collection (from existing collection points in existing containers). Information concerning the location of existing power sources may be obtained from the Public Works Services Director or his representative. The utilities specified above will be furnished at no cost to the Contractor. 903-1.4 EXCLUDED EQUIPMENT Repair and replacement of underground infrastructure such as buried pipe and cylinders is excluded from the all-inclusive fixed lump sum price portion of the contract. 903-1.5 OILS, GREASES, AND LUBRICANTS All greases and lubricants used must be kept clean and free of contaminants. Where a pressure grease point will not accept grease, the nipple is to be removed and replaced with a new nipple of the appropriate size. The quantity of grease or oil applied is to be sufficient to provide good Lubrication. Excessive lubricant is to be removed from around the bearing, shaft, lubricating point and surrounding area. Lubrication must be provided at intervals as specified by the Equipment manufacturer. Lubrication must be carried out using lubricants recommended in manufacturer’s maintenance and operating instructions or approved equivalent. 903-1.6 SCAFFOLDING When scaffolding is used, special care shall be exercised to prevent damage to any roofing or flashing. No safety lines may be attached to ventilators, stacks or any other non-structural component. The Contractor will be held responsible for any damage that occurs. Refer to IWCA I- 14.1-2001 for specific attachment provisions. 903-1.7 SAFETY AND FIRE PREVENTION In the performance of this contract, the Contractor shall take such reasonable safety precautions needed to protect the lives and health of workers, occupants, visitors, and bystanders. The Contractor shall immediately correct any fire and safety deficiencies caused by his/her personnel. If the Contractor fails or refuses to correct deficiencies promptly, the Public Works Services Director or his designee may issue an order stopping all or any part of the work, and hold the Contractor in default of the contract. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-16 7/21/2025 903-1.8 PREVENTIVE MAINTENANCE Preventive maintenance, including all manufacturer’s recommended maintenance, shall be performed at the locations and frequencies listed herein, and shall consist of the services listed for the specified spaces. Preventive maintenance shall be paid for under the fixed lump sum price portion of the contract which shall include full compensation for furnishing all parts, labor, materials, tools, equipment, transportation, and incidentals for doing all work involved in providing preventive maintenance as described herein. Furniture or other items (including waste containers) moved while performing basic services shall be returned to their original position. CONTRACTOR shall regularly and systematically examine, adjust, lubricate, clean and when conditions warrant, repair or replace the following items and components thereof and all other related mechanical or electrical equipment. a) Hydraulic Valves. Including, but not limited to, valve parts, seals, seats, coils, filters and screens. b) Hydraulic Pumps. Including, but not limited to, shafts, seals, bearings, hydraulic motors, sheaves, belts, and cylinder head packing. c) Machine Parts. Including, but not limited to, worms, gears, shaves, shafts, thrust bearings, brake drums, brake springs, brake magnets, brake shoes, governors, hoist motors, windings, armatures, brushes, brush rigging, commutators, hoist motor bearings, and all hoist motor wiring and wiring connections. d) Hoistway Equipment. Everything in the hoistway and pit is the responsibility of the elevator service contractor including, but not limited to, car guide shoes, roller guides, tracks, door gibs, door closures, door motor limits and resistors, door motors, door linkage, interlocks, governor ropes, hoisting wires ropes, conductor trail cables, hangers, hoist-way switches, cams, terminal limits, inductors, belts, pulleys, removal of water from the pit, maintenance of the sump pump, pit light, switches, and outlets. e) Car Operating Equipment. Including, but not limited to, car operating buttons, car operating button lights, car position indicator lens and lights, hall push buttons and hall push lights, emergency lighting (including battery) and emergency phone system. f) Controller Components. Including, but not limited to, motors, drive belts, bearings, windings, coils, rotating elements, wiring, connections, contacts, relays, fuses, resistors, capacitors, diodes, rectifiers, transformers, timers, magnets, solid state boards, solid state components, selectors, selector contracts, strainers and mufflers, packing, and piping in machine room and hoist-way. g) Furnish lubricants and hydraulic system oil compounded to meet or exceed the original equipment manufacturer’s specifications. h) Add hydraulic system oil as necessary. i) Keep guide rails properly lubricated except where roller guides are used. j) Replace guide shoe gibs or rollers, when conditions warrant, providing smooth and quiet operation. k) Replace signal lamps, as necessary, during each regular service. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-17 7/21/2025 l) Repair or replace control cables when conditions warrant. m) On a monthly basis, examine, clean, lubricate, adjust and, when conditions warrant, repair or replace all safety devices to include, but not limited to: i) Interlocks and door closures ii) Buffers iii) Limit landing and slowdown switches iv) Door protective devices v) Alarm bells vi) Emergency lights (including battery) vii) Emergency phone system n) Conduct pressure relief valve tests: i) Perform tests as required by A.N.S.I., A-17.1 Code. ii) Certify tests as required. iii) Submit copy of the certification to the State of California, Department of Industrial Relations, Elevator Safety Unit. iv) Submit another copy of the certification to the Public Works Services Director or designee with the regular monthly invoice. o) On a monthly basis, examine, lubricate, adjust and when conditions warrant, repair or replace the following accessory equipment: i) Car and corridor operating stations ii) Car and corridor hangers and tracks iii) Door operating devices iv) Door gibs v) Car fan p) On a monthly basis, clean elevator hatch equipment including rails, inductors, sills, hatch door hangers and tracks, relating devices, switches, buffers, car tops, and elevator pits. q) Semi-annually, clean elevator hoistways, hoist cables, (lube if necessary) earthquake cables, selector tapes, rails, hoistway sill, traveler cables and bottom of car. r) Repair or replace, as necessary, the following: i) Cab doors, gates and removable cab panels ii) Cover plates for signal fixtures and operating stations iii) Cab mirrors and handrails iv) Hoistway panels, door hinges, frames, gates and sills, all piping and connections including that portion which is exposed in the machine room and hoistway v) Power switches, fuses, and feeders to controllers vi) Other equipment s) On a monthly basis, examine and test, adjust, and when conditions warrant, repair or replace all elevator safety devices and governors. t) The following items are not included under the provisions for preventive maintenance: i) General cleaning of cab interiors ii) Cab walls and cab flooring Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-18 7/21/2025 iii) Air conditioners or heaters iv) Emergency power generators v) Intercoms or music systems (unless integral to the original car design) vi) Light fixtures and lamps vii) Smoke detectors viii) Malfunctions arising from misuse or vandalism ix) Acts of God x) Causes beyond Contractor’s direct or reasonable control xi) Alterations to modernize, update, upgrade or enhance; however, the contractor shall be capable of completing such work at an extra charge. u) Provide five (5) year certification testing of each elevator in accordance with regulatory agency requirements. i) Perform full load, full speed test of the safety mechanism, overspeed governors, car and counterweight buffers. ii) Check car balance electrically and set governor. iii) Recalibrate and seal governor for proper tripping speed, if required. iv) Conduct pressure relief valve tests: v) Perform tests as required by A.N.S.I. A-17.1 Code. vi) Certify tests as required. vii) Prepare a written report summarizing the results of all tests and any corrective action required and/or performed. viii) Submit a copy of the written report to the State of California. ix) Submit another copy of the written report to the Public Works Services Director or designee with the regular monthly invoice. v) Performance evaluations: Contractor shall conduct evaluations of equipment performance including car speed, door operations, riding quality, car leveling, and system operation. 903-1.9 ROUTINE REPAIR AND REPLACEMENT Contractor shall repair or replace, as directed by the Public Works Services Director, all elevator components that no longer function as originally intended. Routine repairs and replacements shall be paid for under the fixed lump sum price portion of the contract which shall include full compensation for furnishing all parts, labor, materials, tools, equipment, transportation, and incidentals for doing all work involved in providing repairs and replacements as described herein. No additional compensation will be paid for routine repairs and replacements. Elevator components identified as being deficient during a regular maintenance service call shall be repaired or replaced during that service call. If repair or replacement is not possible at that time the nature of the deficiency along with an estimated time of completion will be reported to the Public Works Services Director or designated representative at the conclusion of the regular maintenance service call. Contractor shall: i) Respond the next working day between 7:30 a.m. and 4:30 p.m. for non- emergency repairs. ii) Report to the Public Works Services Director or designee prior to beginning any work. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-19 7/21/2025 iii) Proceed with the repair work only after written authorization by the Public Works Services Director or designee. iv) When work is completed, contact the Public Works Services Director or designee before leaving. v) Complete all work within regular working hours. No overtime work shall be performed without the express authorization of the Public Works Services Director or designee. 903-1.10 EMERGENCY REPAIR Emergency repairs shall be paid for under the fixed lump sum price portion of the contract which shall include full compensation for furnishing all parts, labor, materials, tools, equipment, transportation, and incidentals for doing all work involved in providing emergency repairs as needed. An Emergency for purposes of this contract is any condition causing a piece of equipment covered under this contract to become inoperable or preventing the safe operation thereof. No additional compensation will be paid for emergency repairs. Contractor shall: i) Respond immediately and have staff on site within (30) minutes or less for emergencies seven (7) days per week and twenty-four (24) hours per day when there are passengers trapped inside the elevator. ii) Respond immediately and have staff on site within two (2) hours for emergency repairs, seven (7) days per week and twenty-four (24) hours per day when there are no passengers trapped in the elevator. iii) Report to the Public Works Services Director or designee prior to beginning any work. iv) Upon arrival at the job site, evaluate the specific materials and labor required to complete the emergency portion of the repairs. v) Proceed with the emergency repair work. vi) When work is completed, contact the Public Works Services Director or designee before leaving. NOTE: Failure to respond in accordance with these requirements shall be sufficient reason to terminate this Agreement. 903-1.11 FIRE RECALL TESTING Fire recall testing shall be paid for under the fixed lump sum price portion of the contract which shall include full compensation for furnishing all parts, labor, materials, tools, equipment, transportation, and incidentals for doing all work involved in providing fire recall testing as described herein. No additional compensation will be paid for fire recall testing. a) Each month Contractor shall perform a phase 1 and 2 fire recall test for each elevator. b) Contractor shall enter day and month when each fire recall test is completed into the log book located in each of the elevator machine rooms. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-20 7/21/2025 903-2 INFORMATION MANAGEMENT AND REPORTING 903-2.1 SCHEDULED MAINTENANCE PROGRAM The Contractor shall submit a monthly work schedule by the 15th of the preceding month. Said schedule shall indicate the hours of the day and the day of the week services will be performed. The schedule shall list the type of work to be performed, the areas to be worked, and the estimated time to complete the work in each area. Once approved, all scheduled work shall be performed in strict compliance with the work schedule to facilitate the City's inspection of the work. Proposed changes to the schedule shall be submitted in writing, in advance of performing the work. The Contractor shall schedule and arrange work so as to cause the least interference with the normal occurrence of City business. In those cases, where some interference may be unavoidable, the Contractor shall be responsible to make every effort to minimize the impact of the interference, inconvenience, customer discomfort, etc. 903-2.2 MAINTENANCE REPORTING AND RECORDKEEPING Contractor shall prepare and submit a written report (work order) for each service, repair and equipment replacement to include date/time of service, work performed and additional work required, labor hours and materials. The contractor shall maintain at each facility a log book containing a complete individual maintenance history for each piece of equipment within the facility. The maintenance histories shall include a description of all work performed on the equipment including, but not limited to, preventive maintenance, repairs, replacement and the results of all tests, measurements and visual inspections. In addition, the contractor’s time and materials costs for repairs and replacement shall be included in the maintenance histories. Contractor shall monitor the overall performance of all system equipment and when deficiencies are noted during inspections that do not present a safety hazard, said deficiencies are to be reported to the Public Works Services Director or designated representative in writing with a schedule for corrective action within five (5) business days. All records shall be the property of the City of Rancho Cucamonga and the Contractor shall not remove, duplicate or disseminate the information contained in these records without the express written approval of the City of Rancho Cucamonga. 903-2.3 SITE MANUALS AND REFERENCE MATERIAL Any operating and maintenance instruction manuals or reference drawings stored on-site are to be treated with the utmost care. Should this material be deteriorating, the condition is to be reported to the Contract Manager in order to arrange copies of the information to be produced before the originals become illegible. 903-3 CONTRACT PERFORMANCE MANAGEMENT 903-3.1 GENERAL The Contractor must maintain and develop the designated service to meet city’s business needs. Performance measurement will provide major input into ensuring facility availability is not limited through service failure, the service meets expectations and the equipment perform effectively and efficiently over time. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-21 7/21/2025 The Contractor must take a proactive management approach including the implementation of appropriate technologies to enhance the service delivery process and levels of service. 903-3.2 INSPECTION OF WORKS The City will conduct random inspections of work undertaken by the Contractor for the purpose of measuring the Contractor’s performance, in order to ensure that work undertaken consistently meets all requirements of the Specification and all relevant conditions of the Contract. 903-3.3 FAULT RESPONSE TIMES All elevator faults reported to the Contractor must be attended to, and the Contractor is to be on Site within the following times of the fault being reported to the Contractor: a) Non-emergency repairs – Contractor shall respond within one hour and have staff on site the next working day between 7:30 a.m. and 4:30 p.m. for non-emergency repairs. b) Emergency response – Contractor shall respond immediately and have staff on site within two (2) hours for emergency repairs, seven (7) days per week and twenty-four (24) hours per day when there are no passengers trapped in the elevator. c) Emergency response when passengers are trapped in elevator – Contractor shall respond immediately and have staff on site within (30) minutes or less for emergencies seven (7) days per week and twenty-four (24) hours per day when there are passengers trapped inside the elevator. The Contractor may need to initially attend the Site (in accordance with the above response times) to ascertain the type and extent of the fault, and that an appropriate response and/or remedial works be planned and agreed in consultation with the Contract Manager outside of the above response times. The Contractor must be available to provide the necessary callout services 24 hours a day, 7 days per week. 903-3.4 UNSATISFACTORY WORK Should unsatisfactory work be discovered by the Public Works Services Director or designated representative, the Contractor will be notified in writing (e-mail or fax is acceptable) and required to redo all work that has been identified as being unsatisfactory or not performed, at no additional cost to the City. The Contractor will correct the unsatisfactory work within 24 hours of notification and must therefore have the capability to dispatch rework crews, which are not a part of the regularly scheduled service crews. 903-3.5 PAYMENT DEDUCTIONS Should unsatisfactory work not be corrected, the City will make deductions in payment to the Contractor. All work documented as not in compliance with these specifications is subject to payment deductions plus an additional 10% as liquidated damages for administrative costs. The payment deduction will be determined by the Public Works Services Director or designated representative and will be based on what percentage of work for each task is unsatisfactory. The 10% liquidated damages will apply only to those items deemed unsatisfactory and not the entire contract. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 SP-22 7/21/2025 The formula used to calculate the deduction is as follows: • Monthly Rate X Percentage of Unsatisfactory Work = Performance Deduction • Performance Deduction X 10% = Liquidated Damages • Performance Deduction + Liquidated Damages = Total Deduction For example, during the periodic inspection, the Public Works Services Director or designated representative determines that 15% of the area at one facility is deficient and the monthly rate for the location is $10,000. If the work is not redone to the City’s satisfaction, the deduction in payment would be calculated as follows: • $10,000 X 15% = $1,500 (Performance Deduction) • $1,500 X 10% = $150 (Liquidated Damages) • $1,500 + $150 = $1,650 (Total Deduction) Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 S-1 Schedule 1 Site List and Equipment Register The following facilities are to receive elevator maintenance services as specified in this contract: Location Make Serial # Car # Year Electrical control Pump H/P Power Permit No. Powervator No. of Floors Load VGCC West service Mitsubishi D2897-13 1 2006 U.S Electrical 60 480 132049 N/A 3 5000 VGCC West Public Mitsubishi D0509-12 2 2006 U.S Electrical 30 480 132048 N/A 2 2500 P.D. East Kone 20211621 95934 1988 Kone KCM831 40 480 9536 Reynolds 3 3000 P.D. West Kone 20211623 95935 1988 Kone KCM831 40 480 95934 Reynolds 3 3000 City Hall Amtech 16938-3 95936 1988 Amtech Reliable 30 480 95936 Reynolds 3 3000 Archibald Library Amtech 3076685 103428 1993 Motion Control 25 208 103428 Reynolds 2 2500 Stadium Schindler 8413601 105717 1992 Schindler 40 480 105717 Reynolds 3 3500 VGCC Roped Hydro Porch Lift VGCC Screw Drive Porch Lift Central Park Vertical Lift Genesis Opal Fire Station 178 Bella ELP- G001 1 2024 4 208 n/a n/a 2 1400 Facility Address Victoria Gardens Cultural Center (VGCC) 12505 Cultural Center Drive Public Safety 10510 Civic Center Drive City Hall 10500 Civic Center Drive Archibald Library 7368 Archibald Avenue Stadium 8408 Rochester Avenue Central Park 11200 Base Line Road Fire Station 178 10591 Town Center Drive Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 LC-1 CALIFORNIA LABOR CODE COMPLIANCE 1. Contractor acknowledges that this contract is subject to the provisions of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works and the awarding public agency (“City”), and agrees to be bound by all the provisions thereof as though set forth in full herein. 2. This is a public work and requires the payment of prevailing wages for the work or craft in which the worker is employed for any public work done under the contract by Contractor or by any subcontractor pursuant to Section 1771 of the Labor Code. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of workman needed to execute this contract from the Director of the Department of Industrial Relations. These rates are on file with the City Clerk or may be obtained at http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm. 3. Copies may be obtained at cost at the City Clerk's office. Contractor shall post a copy of such wage rates at the job site and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of Sections 1775, 1776, 1777.5, 1777.6, and 1813 of the Labor Code. Pursuant to the provisions of 1775 of the Labor Code, Contractor shall forfeit to the City, as a penalty, not more than $200.00 for each calendar day, or portion thereof, for each laborer, worker, or mechanic employed, paid less than the stipulated prevailing rates for any work done under this contract, by him or by any subcontractor under him, in violation of the provisions of this Agreement. 4. In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor shall be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5 [with limited exceptions for bid purposes only under Labor Code Section 1771.1(a)]. 5. Contractor agrees to comply with the provisions of California Labor Code Section 1776 which, among other things, require Contractor and each subcontractor to (1) keep accurate payroll records, (2) certify and make such payroll records available for inspection as provided by Section 1776, and (3) inform the City of the location of the records. The Contractor is responsible for compliance with Section 1776 by itself and all of its subcontractors. 6. Contractor agrees to comply with the provisions of California Labor Code Section 1777.5 concerning the employment of apprentices on public works projects, and further agrees that Contractor is responsible for compliance with Section 1777.5 by itself and all of its subcontractors. 7. Contractor agrees to comply with the provisions of California Labor Code Section 1813 concerning penalties for workers who work excess hours. The Contractor shall, as a penalty to the City, forfeit twenty-five dollars ($25) for each worker employed in the execution of the contract by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the California Labor Code. Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 LC-2 8.California Labor Code Sections 1860 and 3700 provide that every contractor will be required to secure the payment of compensation to its employees. In accordance with the provisions of California Labor Code Section 1861, Contractor hereby certifies as follows: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Date Signature 07/25/2025 Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 ND-1 NONCOLLUSION DECLARATION FORM TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID [Public Contract Code Section 7106] The undersigned declares: I am the __General Manager_______ of __Amtech Elevator____, the party making the foregoing Bid. The Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The Bid is genuine and not collusive or sham. The Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid. The Bidder has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or to refrain from bidding. The Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder. All statements contained in the Bid are true. The Bidder has not, directly or indirectly, submitted his or her Bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, Bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid, and has not paid, and will not pay, any Person or entity for such purpose. Any person executing this declaration on behalf of a Bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the Bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on _07/25/2025___ (date) at Cerritos_______________________ [city], _____CA_________________ [state]. Signature: Printed Name: Date: Signature: Printed Name: Date: 07/25/2025 Timothy Herter Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Docusign Envelope ID: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Electronic Record and Signature Disclosure Certificate Of Completion Envelope Id: 7EBAD8AA-EE5C-4A92-BA09-2DB8DFA89220 Status: Completed Subject: Complete with Docusign: FY 25-26 Elevator Maintenance and Repair Services CO 2025-131 DocuSign.pdf Source Envelope: Document Pages: 36 Signatures: 3 Envelope Originator: Certificate Pages: 5 Initials: 0 Mark Medina AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) Mark.Medina@cityofrc.us IP Address: 199.201.174.250 Record Tracking Status: Original 8/7/2025 8:09:14 AM Holder: Mark Medina Mark.Medina@cityofrc.us Location: DocuSign Signer Events Signature Timestamp Timothy Herter Timothy.Herter@amtechelevator.com General Manager Amtech Elevator Services Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 170.85.55.34 Sent: 8/7/2025 8:31:30 AM Viewed: 8/7/2025 9:03:07 AM Signed: 8/7/2025 9:12:11 AM Electronic Record and Signature Disclosure: Accepted: 8/7/2025 9:03:07 AM ID: 68879714-cb16-416f-b913-79c2a977351c Mike McCliman Mike.McCliman@CityofRC.us Fire Chief Rancho Cucamonga Fire Protection District Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 199.201.174.250 Sent: 8/7/2025 9:12:13 AM Viewed: 8/7/2025 10:00:42 AM Signed: 8/7/2025 10:01:02 AM Electronic Record and Signature Disclosure: Not Offered via Docusign Maritza Martinez Maritza.Martinez@CityofRC.us Director of Public Works Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 199.201.174.250 Sent: 8/7/2025 10:01:04 AM Resent: 8/13/2025 7:42:34 AM Viewed: 8/13/2025 2:46:51 PM Signed: 8/13/2025 2:49:33 PM Electronic Record and Signature Disclosure: Accepted: 8/13/2025 2:46:51 PM ID: b13fd9dd-b290-435c-a205-236fb1a438a0 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Certified Delivery Events Status Timestamp CIty Clerks Services Department ClerkContracts@CityofRC.us City Clerk City of Rancho Cucamonga Security Level: Email, Account Authentication (None) Using IP Address: 199.201.174.250 Sent: 8/13/2025 2:49:34 PM Viewed: 8/13/2025 3:53:46 PM Electronic Record and Signature Disclosure: Not Offered via Docusign Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 8/7/2025 8:31:30 AM Certified Delivered Security Checked 8/13/2025 3:53:46 PM Signing Complete Security Checked 8/13/2025 2:49:33 PM Completed Security Checked 8/13/2025 3:53:46 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Rancho Cucamonga City Clerk's Office (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 2/22/2022 12:08:29 PM Parties agreed to: Timothy Herter, Maritza Martinez, Timothy Herter, Maritza Martinez Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Rancho Cucamonga City Clerk's Office: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: jasmin.oriel@cityofrc.us To advise City of Rancho Cucamonga City Clerk's Office of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at jasmin.oriel@cityofrc.us and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from City of Rancho Cucamonga City Clerk's Office To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to jasmin.oriel@cityofrc.us and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Rancho Cucamonga City Clerk's Office To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to jasmin.oriel@cityofrc.us and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that:  You can access and read this Electronic Record and Signature Disclosure; and  You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and  Until or unless you notify City of Rancho Cucamonga City Clerk's Office as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by City of Rancho Cucamonga City Clerk's Office during the course of your relationship with City of Rancho Cucamonga City Clerk's Office.