HomeMy WebLinkAbout2025/09/16 - Adjourned Regular City Council Meeting Agenda Packet
CITY COUNCIL VISION STATEMENT
“Our Vision is to create an equitable, sustainable, and vibrant city, rich in opportunity for
all to thrive by building on our foundation and success as a world class community.”
Page 1
Mayor
L. Dennis Michael
Mayor Pro Tem
Lynne B. Kennedy
Members of the City
Council:
Ryan A. Hutchison
Kristine D. Scott
Ashley Stickler
CITY OF RANCHO CUCAMONGA
ADJOURNED REGULAR MEETING AGENDA
September 16, 2025
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
FIRE PROTECTION DISTRICT BOARD – CITY COUNCIL
HOUSING SUCCESSOR AGENCY- SUCCESSOR AGENCY – PUBLIC
FINANCE AUTHORITY
CLOSED SESSION
ADJOURNED REGULAR MEETINGS
TAPIA CONFERENCE ROOM
COUNCIL CHAMBERS
4:30 P.M.
7:00 P.M.
The City Council meets regularly on the first and third Wednesday of the month at 7:00 p.m. in the Council Chambers
located at 10500 Civic Center Drive. It is the intent to conclude the meeting by 10:00 p.m. unless extended by the
concurrence of the City Council. Agendas, minutes, and recordings of meetings can be found
at https://www.cityofrc.us/your-government/city-council-agendas or by contacting the City Clerk Services Department
at 909-774-2023. Live Broadcast available on Channel 3 (RCTV-3). For City Council Rules of Decorum refer to
Resolution No. 2023-086.
Any documents distributed to a majority of the City Council regarding any item on this agenda after distribution of the
agenda packet will be made available in the City Clerk Services Department during normal business hours at City Hall
located at 10500 Civic Center Drive, Rancho Cucamonga, CA 91730. In addition, such documents will be posted on
the City’s website at https://www.cityofrc.us/your-government/city-council-agendas.
CLOSED SESSION – 4:30 P.M.
TAPIA CONFERENCE ROOM
ROLL CALL: Mayor Michael
Mayor Pro Tem Kennedy
Council Members Hutchison, Scott and Stickler
A. ANNOUNCEMENT OF CLOSED SESSION ITEM(S)
B. PUBLIC COMMUNICATIONS ON CLOSED SESSION ITEM(S)
C. CITY MANAGER ANNOUNCEMENTS
D. CONDUCT OF CLOSED SESSION
D1. CONFERENCE WITH LABOR NEGOTIATORS ROBERT NEIUBER, SENIOR HUMAN RESOURCES
DIRECTOR, PETER CASTRO, DEPUTY CITY MANAGER/ADMINISTRATIVE SERVICES, JEVIN KAYE,
FINANCE DIRECTOR, MIKE MCCLIMAN, FIRE CHIEF, AND EMILY NIELSEN, SENIOR HUMAN
RESOURCES BUSINESS PARTNER; PER GOVERNMENT CODE SECTION 54957.6 REGARDING LABOR
NEGOTIATIONS WITH THE RANCHO CUCAMONGA CITY EMPLOYEES’ ASSOCIATION
(RCCEA), RANCHO CUCAMONGA MANAGEMENT ASSOCIATION AND EXECUTIVE MANAGEMENT
GROUP. (CITY)
E. RECESS
CITY COUNCIL VISION STATEMENT
“Our Vision is to create an equitable, sustainable, and vibrant city, rich in opportunity for
all to thrive by building on our foundation and success as a world class community.”
Page 2
ADJOURNED REGULAR MEETING – 7:00 P.M.
COUNCIL CHAMBERS
PLEDGE OF ALLEGIANCE
ROLL CALL: Mayor Michael
Mayor Pro Tem Kennedy
Council Members Hutchison, Scott and Stickler
A. AMENDMENTS TO THE AGENDA
B. ANNOUNCEMENTS / PRESENTATIONS
C. PUBLIC COMMUNICATIONS
This is the time and place for the general public to address the Fire Protection District, Housing
Successor Agency, Successor Agency, Public Financing Authority Board, and City Council on any
item listed or not listed on the agenda. State law prohibits us from addressing any issue not on the
Agenda. Testimony may be received and referred to staff or scheduled for a future meeting.
Comments are to be limited to three (3) minutes per individual. All communications are to be addressed
directly to the Fire Board, Agencies, Successor Agency, Authority Board, or City Council not to the members
of the audience. This is a professional business meeting and courtesy and decorum are expected. Please
refrain from any debate between audience and speaker, disorderly or boisterous conduct that disturbs,
disrupts, or otherwise impedes the orderly conduct of the meeting. For more information, refer to the City
Council Rules of Decorum and Order (Resolution No. 2023-086) located in the back of the Council
Chambers.
The public communications period will not exceed one hour prior to the commencement of the
business portion of the agenda. During this one hour period, all those who wish to speak on a topic
contained in the business portion of the agenda will be given priority, and no further speaker cards for these
business items (with the exception of public hearing items) will be accepted once the business portion of the
agenda commences. Any other public communications which have not concluded during this one hour period
may resume after the regular business portion of the agenda has been completed.
CITY COUNCIL VISION STATEMENT
“Our Vision is to create an equitable, sustainable, and vibrant city, rich in opportunity for
all to thrive by building on our foundation and success as a world class community.”
Page 3
CONSENT CALENDARS:
The following Consent Calendar items are expected to be routine and noncontroversial. They will be acted upon
without discussion unless an item is removed by Council Member for discussion.
Members of the City Council also sit as the Fire Board, Housing Successor Agency, Successor Agency, and
Public Finance Authority and may act on the consent calendar for those bodies as part of a single motion with
the City Council consent calendar.
D.CONSENT CALENDAR
D1. Consideration to Approve the Minutes of the Regular Meeting of August 20, 2025.
D2. Consideration to Approve City and Fire District Bi-Weekly Payroll in the Total Amount of $2,453,794.12 and City
and Fire District Weekly Check Registers (Excluding Checks Issued to Southern California Gas Company) in
the Total Amount of $2,723,930.26 Dated August 25, 2025 Through September 7, 2025. (CITY/FIRE)
D3. Consideration to Approve City and Fire District Weekly Check Registers for Checks Issued to Southern
California Gas Company in the Total Amount of $17,363.72 Dated August 25, 2025 Through September 7,
2025. (CITY/FIRE)
D4. Consideration of Amended and Restated Reimbursement Agreement with Chaffey Joint Union High School
District for School Resource Officer Services.
D5. Consideration to Approve an Exclusive Negotiating Agreement (ENA) Between the City of Rancho Cucamonga
and Pelican Communities, LLC Concerning the Potential Disposition and Development of City-owned Property
Located at 7089 and 7092 Etiwanda Avenue (APN’s 0227-121-56-0000; 0227-121-55-0000). (CITY)
D6. Consideration to Approve a Single-Source Procurement and Execute a Contract with Enko Systems, Inc. for
Fire Alarm Monitoring, Installations, Inspections, and Testing in an Amount Not to Exceed $150,000 for FY
2025/2026. (CITY/FIRE)
D7. Consideration of a Contract with Mariposa Landscape, Inc. for LMD-1 Parks Landscape and Maintenance in the
Amount of $348,229. (CITY)
D8. Consideration of a Contract with Mariposa Landscape, Inc. for PD-85 Parks for Landscape and Irrigation
Maintenance in the Amount of $295,817. (CITY)
D9. Consideration of Amendment No. 001 to the Professional Services Agreement with OpenGov, Inc. for Budget
Management Software Services (CO #2024-224) to Renew the Contract for One (1) Additional Year in an
Amount not to Exceed $360,258.30. (CITY)
D10. Consideration of Amendment No. 2 to the Professional Services Agreement with Eide Bailly, LLP for an Amount
Not to Exceed $425,000 to Continue to Provide Accounting and Financial Consulting Services and Authorize a
Transfer of Appropriation in the Amount of $425,000. (CITY)
D11. Consideration of Amendment No. 3 to Contract No. 2022-069 with Able Building Maintenance (ABM) for
Window Cleaning Services in an Amount Not to Exceed $130,000 for City and Fire District Facilities for FY
2025/26. (CITY/FIRE)
D12. Consideration of a Request to Summarily Vacate Non-Vehicular Access Rights along Arrow Route and
Summarily Vacate a portion of a Service and Emergency Access Easement of Tract Map 16909, Located at the
Southwest Corner of Haven Avenue and Arrow Route. (RESOLUTION NO. 2025-073) (RESOLUTION NO.
2025-074) (CITY)
6
16
30
32
39
53
58
181
293
297
301
306
CITY COUNCIL VISION STATEMENT
“Our Vision is to create an equitable, sustainable, and vibrant city, rich in opportunity for
all to thrive by building on our foundation and success as a world class community.”
Page 4
D13. Consideration to Receive and File the Summary of the Public Safety Response to 2024 Holiday Lights Display
and Consideration of a Resolution Temporarily Closing Portions of Thoroughbred and Jennet Streets, West of
Sapphire Street and East of Turquoise Avenue, and a Portion of Turquoise Avenue Between Jennet and
Thoroughbred Streets, to Pedestrian Traffic During the Area’s 2025 Holiday Light Display. (RESOLUTION NO.
2025-075) (CITY)
D14. Consideration to Adopt Resolutions Approving Updating the Fiscal Year 2025-2026 City Salary Schedules for
RCCEA and RCMA. (RESOLUTION NO. 2025-072) (CITY)
E.CONSENT CALENDAR ORDINANCE(S) - SECOND READING/ADOPTION
E1. Consideration of Second Reading and Adoption of the Following:
ORDINANCE NO. 1046
AN ORDINANCE OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, APPROVING ZONING MAP
AMENDMENT DRC2025-00141, A REQUEST TO AMEND THE ZONING MAP DESIGNATION FOR TRACTS
16072, 16072-1, 16072-2, AND 16072-3, TOTALING APPROXIMATELY 150.79 ACRES, TO CHANGE THE
ZONING DESIGNATION FROM NEIGHBORHOOD ESTATE 2 (NE-2) TO LOW RESIDENTIAL (L), AND
ENSURE CONSISTENCY WITH THE CONFIGURATION AND DEVELOPMENT STANDARDS OF AN
EXISTING 359 LOT SINGLE-FAMILY RESIDENTIAL SUBDIVISION, IN A MANNER CONSISTENT WITH
THE GENERAL PLAN LAND USE DESIGNATION OF TRADITIONAL NEIGHBORHOOD, AND FINDING AN
EXEMPTION FROM CEQA UNDER SECTION 15061(B)(3) OF THE CEQA GUIDELINES
F.ADMINISTRATIVE HEARING ITEM(S)
G.ADVERTISED PUBLIC HEARINGS ITEM(S) - CITY/FIRE DISTRICT
G1. Public Hearing for Consideration to Approve the Community Development Block Grant (CDBG) Program Year
2024-2025 Consolidated Annual Performance and Evaluation Report (CAPER). (CITY)
H.CITY MANAGER'S STAFF REPORT(S)
I.COUNCIL BUSINESS
I1. Designation of Voting Delegates and Alternates for the League of California Cities Annual Business Meeting.
(CITY)
I2. COUNCIL ANNOUNCEMENTS
(Comments to be limited to three minutes per Council Member.)
I3. INTERAGENCY UPDATES
(Update by the City Council to the community on the meetings that were attended.)
J.CITY ATTORNEY ITEMS
K.IDENTIFICATION OF ITEMS FOR NEXT MEETING
L.ADJOURNMENT
320
328
336
342
377
---
---
CITY COUNCIL VISION STATEMENT
“Our Vision is to create an equitable, sustainable, and vibrant city, rich in opportunity for
all to thrive by building on our foundation and success as a world class community.”
Page 5
CERTIFICATION
I, Linda A. Troyan, MMC, City Clerk Services Director of the City of Rancho Cucamonga, or my designee, hereby certify under penalty
of perjury that a true, accurate copy of the foregoing agenda was posted at least seventy-two (72) hours prior to the meeting per
Government Code 54954.2 at 10500 Civic Center Drive, Rancho Cucamonga, California and on the City's website.
LINDA A. TROYAN, MMC
CITY CLERK SERVICES DIRECTOR
If you need special assistance or accommodations to participate in this meeting, please contact the City Clerk
Services Department at (909) 774-2023. Notification of 48 hours prior to the meeting will enable the City to make
reasonable arrangements to ensure accessibility. Listening devices are available for the hearing impaired.
*DRAFT*
August 20, 2025 | Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga | Page 1 of 10
August 20, 2025
CITY OF RANCHO CUCAMONGA
FIRE PROTECTION DISTRICT, HOUSING SUCCESSOR AGENCY, SUCCESSOR AGENCY,
PUBLIC FINANCE AUTHORITY AND CITY COUNCIL REGULAR MEETINGS MINUTES
The City Council of the City of Rancho Cucamonga held a Closed Session on Wednesday, August 20,
2025, in the Tapia Conference Room at the Civic Center, 10500 Civic Center Drive, Rancho Cucamonga,
California. Mayor Michael called the meeting to order at 5:00 PM.
Present were Council Members: Ryan Hutchison, Kristine Scott, Ashley Stickler, Mayor Pro Tem Lynne
Kennedy and Mayor L. Dennis Michael.
Also present were: John Gillison, City Manager; Elisa Cox, Assistant City Manager; Nicholas Ghirelli,
City Attorney; Matt Burris, Deputy City Manager of Community Development/Planning and Peter Castro,
Deputy City Manager of Administrative Services.
A. ANNOUNCEMENT OF CLOSED SESSION ITEM(S)
B. PUBLIC COMMUNICATIONS ON CLOSED SESSION ITEM(S)
None.
C. CITY MANAGER ANNOUNCEMENTS
D. CONDUCT OF CLOSED SESSION
D1. CONFERENCE WITH LABOR NEGOTIATORS ROBERT NEIUBER, SENIOR HUMAN
RESOURCES DIRECTOR, PETER CASTRO, DEPUTY CITY
MANAGER/ADMINISTRATIVE SERVICES, JEVIN KAYE, FINANCE DIRECTOR, MIKE
MCCLIMAN, FIRE CHIEF, AND EMILY NIELSEN, SENIOR HUMAN RESOURCES
BUSINESS PARTNER; PER GOVERNMENT CODE SECTION 54957.6 REGARDING
LABOR NEGOTIATIONS WITH THE RANCHO CUCAMONGA CITY EMPLOYEES’
ASSOCIATION (RCCEA), RANCHO CUCAMONGA MANAGEMENT ASSOCIATION AND
EXECUTIVE MANAGEMENT GROUP. (CITY)
D2. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE
SECTION 54956.8 FOR PROPERTY LOCATED AT 9789 MAIN STREET IDENTIFIED AS
PARCEL NUMBERS 0209-062-02-0000; NEGOTIATING PARTIES JOHN GILLISON, CITY
MANAGER REPRESENTING THE CITY OF RANCHO CUCAMONGA, AND CAROL
NORRIS, NORTHTOWN HOUSING DEVELOPMENT CORPORATION.; REGARDING
PRICE AND TERMS. (CITY)
D3. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE
SECTION 54956.8 FOR PROPERTY LOCATED AT 7089 AND 7092 ETIWANDA AVENUE
IDENTIFIED AS PARCEL NUMBERS 0227-121-56-0000, AND 0227-121-55-0000;
NEGOTIATING PARTIES JOHN GILLISON, CITY MANAGER REPRESENTING THE CITY
OF RANCHO CUCAMONGA, AND RICHARD HAMM, PELICAN COMMUNITIES;
REGARDING PRICE AND TERMS. (CITY)
Page 6
*DRAFT*
August 20, 2025 | Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga | Page 2 of 10
D4. CONFERENCE WITH LEGAL COUNSEL – EXISTING LITIGATION PURSUANT TO
PARAGRAPH (1) OF SUBDIVISION (D) OF GOVERNMENT CODE SECTION 54956.9;
NAME OF CASE: IN RE: NATIONAL PRESCRIPTION OPIATE LITIGATION, U.S.
DISTRICT COURT FOR THE NORTHERN DISTRICT OF OHIO, CASE NO. 1:17-MD-2804.
(CITY)
D5. CONFERENCE WITH LEGAL COUNSEL – EXISTING LITIGATION PURSUANT TO
PARAGRAPH (1) OF SUBDIVISION (D) OF GOVERNMENT CODE SECTION 54956.9;
NAME OF CASE: IN RE: PURDUE PHARMA, L.P., ET AL. U.S. BANKRUPTCY COURT
FOR THE SOUTHERN DISTRICT OF NEW YORK, CASE NO. 19-23649 (SHL). (CITY)
E. RECESS
The closed session recessed at 6:30 p.m.
Page 7
*DRAFT*
August 20, 2025 | Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga | Page 3 of 10
REGULAR MEETING – 7:00 PM
CALL TO ORDER – COUNCIL CHAMBERS
The Regular meetings of the Rancho Cucamonga Fire Protection District, Housing Successor Agency,
Successor Agency, Public Finance Authority, and the City of Rancho Cucamonga City Council were held on
August 20, 2025, in the Council Chambers at City Hall, located at 10500 Civic Center Drive, Rancho
Cucamonga, California. Mayor Michael called the meeting to order at 7:00 PM.
Present were Council Members: Ryan Hutchison, Kristine Scott, Ashley Stickler, Mayor Pro Tem Lynne
Kennedy and Mayor L. Dennis Michael.
Also present were: John Gillison, City Manager; Nicholas Ghirelli, City Attorney; and Linda A. Troyan, MMC,
City Clerk Services Director.
Mayor Pro Tem Kennedy led the Pledge of Allegiance.
A. AMENDMENTS TO THE AGENDA
City Clerk Services Director Troyan announced the City Manager’s Staff Report listed as item H1 would be
postponed and presented at the next Regular City Council Meeting on September 3, 2025.
B. ANNOUNCEMENTS / PRESENTATIONS
B1. San Bernardino County Transportation Authority (SBCTA) - Measure I Presentation.
Mayor Michael introduced Otis Greer, SBCTA Director of Legislative and Public Affairs, who presented a
PowerPoint presentation on Measure I.
C. PUBLIC COMMUNICATIONS
Bond Mendez, President, Rancho Cucamonga City Employees’ Association (RCCEA), spoke about item
D1 on Closed Session Agenda regarding labor negotiations and noted RCEEA looks forward to successful
negotiations including monetary and non-monetary improvements.
Eight (8) speakers: Irene Mendoza, Jaqueline Anton, Jessica Estrada, Claudia Bautista, Chris C., Ianelly
Millan, Bianca Lemus and Madiha Khan, spoke against the presence of U.S. Immigration and Customs
Enforcement (ICE) in Rancho Cucamonga. Speakers shared concerns for public safety, civil rights,
community well-being and enforcement actions creating fear and distrust in the community. Speakers
requested the City be a safe haven for all residents regardless of legal status and limit cooperation with
federal immigration authorities.
Angelica Manzo and Salvador Manzo, founders of Wellness Ranch Equine Assisted Therapy, thanked the
City Council and asked the community to partner and or pledge monetary support for the expansion of
Wellness Ranch to continue providing mental health services.
Thomas Harich, Boy Scout Troop 655, thanked the City for allowing him to complete his Communications
Merit Badge.
Sixteen (16) speakers: Mary Luna-Obeso, Gabriel Obeso, Michael Perez, Craig Conatzer, Robert Sewell,
Laurette Allen, Michael Tamayo, Rick Curiel, Deborah Chipana, Clara Marillo, Marsha Banks, Robert
Dorazio, James Banks, Gary Carson, Ismael Flores and Margarita Thorpe spoke in opposition to item D3
of Closed Session regarding property negotiations for property located at 7089 and 7092 Etiwanda Avenue
identified as Parcel Numbers 0227-121-56-0000, and 0227-121-55-0000; with Richard Hamm, Pelican
Communities; regarding price and terms. Speakers spoke against future high-density affordable housing
Page 8
*DRAFT*
August 20, 2025 | Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga | Page 4 of 10
developments and shared concerns for potential impacts on public safety due to the proximity of local
schools, traffic congestion, environmental concerns, overcrowding and historic preservation. Speakers
urged the City Council to reject the sale of the properties located at 7089 and 7092 Etiwanda Avenue and
prioritize the needs of schools, parks and community over high-density affordable housing developments.
Twelve (12) letters were received in opposition to item D3 of Closed Session by Anais Rodriguez, Sergio
Santoyo, Debra Childs, Bryan Alberre, Sandie DuBois, Jessica Soto, Timothy Kell, Agnes Gibboney, Tuan
Amith, Kim Earl, Steve Jasso and Michael Perez; copies of the correspondence received were provided to
the City Council and were available for the public to review on the City’s website.
Joseph Cowan thanked the City Council for supporting the Alta Loma Riding Club and invited the
community to attend a “Boots & Brews” event hosted by Alta Loma Riding Club on September 20, 2025.
Joanne Cudney, shared concerns about the Rancho Cucamonga Animal Shelter’s Trap-Neuter-Release
(TNR) Program.
In response to public comment, City Attorney Ghirelli clarified that tonight the City Council is not considering
the sale of the Etiwanda Depot property, the surrounding property or any project for that property. There is
no project at this time. He informed the only thing that has happened is that the City has put out a Notice
of Availability under a state law called “The Surplus Land Act”. He explained the Surplus Land Act is
required for every local agency in California before they can dispose of property to any entity and it requires
that the City send out notices to various groups including affordable housing providers. He noted that one
housing provider did respond to that notice, and the City was obligated under state law to negotiate with
that entity including an Exclusive Negotiation Agreement, which does not compel the City to approve a
project or to even sell the property. City Attorney Ghirelli assured that all that's happened so far is just a
negotiation process that was compelled by state law.
D. CONSENT CALENDAR
Council Member Scott abstained on item D3, due to a potential conflict of interest as her employer is Southern
California Gas Company.
D1. Consideration to Approve the Minutes of the Regular Meetings of July 16, 2025.
D2. Consideration to Approve City and Fire District Bi-Weekly Payroll in the Total Amount of
$7,733,193.38 and City and Fire District Weekly Check Registers (Excluding Checks Issued
to Southern California Gas Company) in the Total Amount of $12,891,334.59 Dated July 07,
2025, Through August 10, 2025. (CITY/FIRE)
D3. Consideration to Approve City and Fire District Weekly Check Registers for Checks Issued
to Southern California Gas Company in the Total Amount of $16,605.02 Dated July 07, 2025,
Through August 10, 2025. (CITY/FIRE)
D4. Consideration to Receive and File Current Investment Schedules as of June 30, 2025 for the
City of Rancho Cucamonga and the Rancho Cucamonga Fire Protection District.
(CITY/FIRE)
D5. Consideration to Accept Grant Revenue of $1,139,429.67 Awarded by the California
Governor’s Office of Volunteers (CalVol) for FY25-26; and Authorization to Appropriate
$1,139,429.67 in Revenue and Apply a Negative Expenditure Appropriation to Align with the
Actual Grant Award for the Approved Fostering a Climate Ready Workforce Program. (CITY)
Page 9
*DRAFT*
August 20, 2025 | Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga | Page 5 of 10
D6. Consideration of a Deposit Agreement with DesertXpress Enterprises, LLC d/b/a Brightline
West for Deposit of Funds in the Amount of $1,000,000 as Security for Future Relocation
Costs Under a Separate Joint Use Agreement Between Brightline West, Southern California
Edison, and the City. (CITY)
D7. Consideration of the Purchase of Eighteen Handheld Radios from Motorola Solutions, Inc.
as a Single Source Vendor in the Amount of $191,370. (FIRE)
D8. Consideration of Award of Contract to Landscape Structures Inc. in the Amount Not to
Exceed $931,286.29 for the Mountain View Park Playground Replacement Project/Parks
Playground and Surfacing Replacements Program. (CITY)
D9. Consideration of a Contract with Gentry General Engineering, Inc. in the Amount of $57,480
Plus 10% Contingency for Construction for the Haven Avenue Overcrossing Fencing Project
(Project), a Contract with Onward Engineering, Inc. in the Amount of $10,400 for Construction
Inspection Services, Authorization of an Appropriation of Expenditures in the Amount of
$75,200 from the Citywide Infrastructure Fund (198), and Approval of a Maintenance
Agreement Between the City of Rancho Cucamonga and the California Department of
Transportation (Caltrans) for the Fencing Improvements. This Project is Exempt from the
Requirements of the California Environmental Quality Act (CEQA) Pursuant to Government
Code Section 15301 – Existing Facilities. (CITY)
D10. Consideration of Amendment No. 1 to Contract No. 2024-095 with Mariposa Landscapes,
Inc. for Haven Avenue and Foothill Boulevard Median, and LMD 3B Parkway, Paseo, and
Median Island Landscape and Irrigation Maintenance in an Amount Not to Exceed $422,050
for FY 2025/26. (CITY)
D11. Consideration of Amendment No. 1 to Contract No. 2024-127 with BrightView Landscapes
Inc. for LMD 7 and LMD 8 Parkway, Paseo, and Median Island Landscape and Irrigation
Maintenance Services in an Amount Not to Exceed $529,450 for FY 2025/26. (CITY)
D12. Consideration of Amendment No. 1 to Contract No. 2024-085 with Yunex LLC for Traffic
Signal and Safety Lighting Maintenance Services in an Amount Not to Exceed $1,470,660
for FY 2025/26. (CITY)
D13. Consideration of Amendment No. 5 to Contract No. 2020-030 with Mariposa Landscapes,
Inc. for LMD 4R Parkway, Paseo, and Median Island Landscape and Irrigation Maintenance
in an Amount Not to Exceed $587,470 for FY 2025/26. (CITY)
D14. Consideration of Amendment No. 6 to Contract No. 2020-107 with Champion Fire Systems
for Fire Suppression System Maintenance in an Amount Not to Exceed $130,000 for City
and Fire District Facilities for FY 2025/2026. (CITY/FIRE)
D15. Consideration to Accept Victoria Park Lane DG Resurfacing Project as Complete, File the
Notice of Completion, and Authorize Release of Retention and Bonds. (CITY)
D16. Consideration to Accept the CDBG Concrete Rehabilitation Project FY 24-25 as Complete,
File the Notice of Completion, and Authorize Release of Retention and Bonds. (CITY)
D17. Consideration of Resolutions Adopting Updated Records Retention Schedules, Authorizing
Destruction and Rescinding Previous Records Retention Schedules. (RESOLUTION NO.
2025-063) (RESOLUTION NO. FD 2025-020) (CITY/FIRE)
Page 10
*DRAFT*
August 20, 2025 | Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga | Page 6 of 10
D18. Consideration of a Resolution Adopting the Measure I Five-Year Capital Projects Needs
Analysis Covering Fiscal Years 2026/27 Through 2030/31. (RESOLUTION NO. 2025-069)
(CITY)
D19. Consideration of a Resolution Adopting the Measure I Five-Year Capital Improvement Plan
Covering Fiscal Years 2025/26 Through 2029/30. (RESOLUTION NO. 2025-070) (CITY)
D20. Consideration to Approve and Adopt a Resolution Certifying the Results of an Election and
Adding Annexation No. 2025-11 to Community Facilities District No. 2022-01 (Street Lighting
Services) of the City of Rancho Cucamonga. (RESOLUTION NO. 2025-068) (CITY)
D21. Consideration of Approval to Adopt an Annexation Map Showing Assessor Parcel Number
0225-191-32, Proposed to be Annexed Into Community Facilities District No. 88-1; Approval
to Adopt a Resolution of Intention to Annex Territory Referred to as Annexation No . 88-25-1
into Community Facilities District No. 88-1; and Set a Time and Place for a Public Hearing
Related to the Annexation. (RESOLUTION NO. FD 2025-021) (RESOLUTION NO. FD 2025-
022) (FIRE)
D22. Consideration of a Resolution in Support of the Inland Empire Job Corps and Urging
Continued Federal Funding for the Job Corps Program. (RESOLUTION NO. 2025-071)
(CITY)
MOTION: Moved by Council Member Stickler, seconded by Council Member Hutchison, to approve the
Consent Calendar Agenda items D1 through D22, with Council Member/Board Member Scott abstaining
on item D3. Motion carried 5-0.
E. CONSENT CALENDAR ORDINANCE(S) - SECOND READING/ADOPTION
E1. Consideration of Second Reading and Adoption of the Following:
ORDINANCE NO. 1044
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA,
CALIFORNIA, REVISING BIDDING LIMITS ON PUBLIC PROJECTS, AMENDING LABOR
CODE COMPLIANCE REQUIREMENTS, AND AMENDING TITLE 3 OF THE RANCHO
CUCAMONGA MUNICIPAL CODE
MOTION: Moved by Council Member Hutchison, seconded by Council Member Stickler, to waive full
reading and adopt Ordinance No. 1044 by title only.
Linda Troyan, MMC, Director of City Clerk Services, read the title of Ordinance No. 1044.
VOTES NOW CAST ON MOTION: Moved by Council Member Hutchison, seconded by Council
Member Stickler, to waive full reading and adopt Ordinance No. 1044 by title only. Motion carried 5-0.
Page 11
*DRAFT*
August 20, 2025 | Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga | Page 7 of 10
F. ADMINISTRATIVE HEARING ITEM(S)
F1. Preliminary Review Hearing to Consider a Proposed Master Plan for a 14.5-Acre Mixed-Use
Development, Including Reductions in the Non-Residential Floor Area Ratio (FAR) and
Design and Site Planning Flexibility from the Form-Based Code for a Site Located in the
Center 2 (CE-2) Zone at the Northeast Corner of Haven Avenue and Fourth Street. (CITY)
City Manager Gillison introduced Tabe Van der Zwaag, Associate Planner, who gave a Staff Report along
with a PowerPoint presentation for item F1.
Mayor Michael opened the Administrative Hearing.
Michael Krouse, President and CEO of Greater Ontario California (GO CAL), Toyota Arena and the Ontario
Convention Center, thanked the City Council for their ongoing support for the hospitality and tourism industry.
He spoke in support of item F1 and recommended the applicant consider increasing the number of hotel
rooms and adding a larger ballroom/meeting space in the range of 10,000 to 20,000 square feet to
accommodate larger meetings and events.
Mayor Michael closed the Administrative Hearing.
Council discussion ensued on the city’s need for larger ballrooms/meeting space, larger restaurant pads to
attract higher-end restaurants, occupancy capacity, parking and hotel amenities.
Christian Santos, Applicant, received feedback on the need for a larger ballroom/meeting space and larger
restaurant pads, answered questions and thanked the City Council for their preliminary comments to prepare
a formal submittal that aligns with the City’s needs.
G. ADVERTISED PUBLIC HEARINGS ITEM(S) - CITY/FIRE DISTRICT
G1. Public Hearing for Consideration of a Master Plan, Tentative Tract Map, Design Review and
Minor Exception – True Life Companies - Site Plan and Architectural Review of a Mixed-Use
Project Comprised of 50 Multi-Family Units Including 10 Live/Work Units, and a Tentative
Tract Map for Condominium Purposes Located on Approximately 2.3 Acres of Land Within
the Neighborhood General 3 (NG3) Zone, Located on the Southwest Corner of Base Line
Road and Amethyst Avenue; APN: 0208-432-16. This Item is Exempt from the Requirements
of the California Environmental Quality Act (CEQA) Under CEQA Section 15332
(SUBTT20708, Design Review DRC2024-00108, Master Plan DRC2024-00109, Minor
Exception DRC2025-00055). (RESOLUTION NOS. 2025-065 AND 2025-066) (CITY)
John Gillison, City Manager, introduced Bond Mendez, Associate Planner, Jennifer Nakamura, Planning
Director and Miguel Sotomayor, Principal Engineer, who gave a Staff Report along with a PowerPoint
presentation for item G1. Two (2) letters were received, one (1) in opposition by Suzanne Luegering and
one (1) in support by James Lloyd, copies of the correspondence received were provided to the City Council
and were available for the public to review on the City’s website.
Mayor Michael opened the Public Hearing.
Gordon Jones, Vice President of True Life Companies, Applicant, thanked the City Council for their support
and early feedback during the preliminary stages of the project.
David Stearn and Larry Rempel spoke in support of item G1.
Mayor Michael closed the Public Hearing.
MOTION: Moved by Mayor Pro Tem Kennedy, seconded by Council Member Hutchison, to approve staff’s
recommendation and adopt Resolution Nos. 2025-065 and 2025-066. Motion carried 5-0.
Page 12
*DRAFT*
August 20, 2025 | Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga | Page 8 of 10
G2. Public Hearing for Consideration of an Appeal of the Planning Commission’s Decision to
Approve a Request for Site Plan and Design Review of 8 Single-Family Residences on 4.78
Acres of Land on a Previously Approved Tract Map (Tract 14644) at the Terminus of Camellia
Court in the Very Low Residential (VL) Zone, Hillside Overlay, and the Equestrian Overlay;
APNs: 1061-381-24 thru 31. The Project Qualifies as a Class 32 Exemption Under State
CEQA Guidelines Section 15332 – Infill Development Projects (Design Review DRC2024-
00174). (RESOLUTION NO. 2025-064) (CITY)
John Gillison, City Manager, introduced Tabe Van der Zwaag, Associate Planner, Jennifer Nakamura,
Planning Director and Miguel Sotomayor, Principal Engineer, who gave a Staff Report along with a
PowerPoint presentation for item G2. Two (2) letters were received in opposition by Judy Spaulding and
Greg Kornbacher to item G2, copies of the correspondence received were provided to the City Council and
were available for the public to review on the City’s website.
Mayor Michael opened the Public Hearing.
Appellant, Zaher Azzawi, addressed the City Council on the appeal submitted.
Applicant, Tyler Miller, spoke in favor of the previously approved Tract Map (Tract 14644).
Joseph Cowan, Alta Loma Riding Club, suggested the applicant consider additional setbacks for horse
stalls and barns.
Seven (7) speakers: Aaron Echols, Terry Tate, Christina Hartman, Ted Myerchin, Honey Koury, Barb
Dewitt and Judy Spaulding, spoke in opposition to item G2. Speakers shared concerns about Cul-de-Sac
length, water run off/flood hazards, Fire Hazard Severity Zone (FHSZ), environmental impacts, lack of
cohesion in project design/aesthetics with existing neighborhood, public safety, increased traffic ,
equestrian and privacy issues.
Mayor Michael closed the Public Hearing.
In response to public comment, Planning Director Nakamura addressed concerns about previously
approved Tentative Tract Map 14644.
Council discussion ensued on the 1991 previously approved Tentative Tract Map 14644, Cul-de-Sac length
and emergency egress on Camellia Court, proposed stormwater management plan, incorrect Assessor’s
Parcel Number (APN) not affecting the public review process or environmental studies and the California
Housing Accountability Act (HAA), a state law that restricts local governments from denying or
unreasonably delaying housing development projects.
In response to public comment, City Attorney Ghirelli clarified that recorded tract maps do not expire under
State law, Tract Map 14644 remains valid, and the City does not have the discretion to deny or require
modifications to a project if the project complies with all objective criteria, as this proposal does.
MOTION: Moved by Council Member Stickler, seconded by Council Member Scott, to adopt Resolution
No. 2025-064, denying the Appeal and Upholding the Planning Commission’s Approval of Design
Review DRC2024-00174. Motion carried 5-0.
Page 13
*DRAFT*
August 20, 2025 | Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga | Page 9 of 10
G3. Public Hearing for Consideration of Introduction and First Reading of Ordinance No. 1045,
to be Read by Title Only and Waive Further Reading, Amending Chapter 16.36.09 of the
Rancho Cucamonga Municipal Code, and Adding Chapter 17.84 to the Rancho Cucamonga
Municipal Code Concerning Undergrounding Overhead Utilities and a Resolution Identifying
the Locations Where Utility Undergrounding Is Mandatory and the Regions Where In -Lieu
Undergrounding Fees May Be Spent. This Item is Exempt From the Requirements of the
California Environmental Quality Act (CEQA) and the City’s CEQA Guidelines Under CEQA
Guidelines Section 15061(b)(3). (ORDINANCE NO. 1045; RESOLUTION NO. 2025-067)
(CITY)
John Gillison, City Manager, introduced Miguel Sotomayor, Principal Engineer, who gave a Staff Report
along with a PowerPoint presentation for item G3.
Mayor Michael opened the Public Hearing.
There were no public communications received.
Mayor Michael closed the Public Hearing.
MOTION: Moved by Council Member Scott, seconded by Council Member Hutchison, to approve staff’s
recommendation, adopt Resolution No. 2025-067 and introduce Ordinance No. 1045 by title only and
waive further reading.
Linda Troyan, MMC, City Clerk Services Director, read the title of Ordinance No. 1045.
ORDINANCE NO. 1045
AN ORDINANCE OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, AMENDING CHAPTER
16.36.09 OF THE RANCHO CUCAMONGA MUNICIPAL CODE, AND ADDING CHAPTER 17.84 TO
THE RANCHO CUCAMONGA MUNICIPAL CODE CONCERNING UNDERGROUNDING
OVERHEAD UTILITIES, AND MAKING A DETERMINATION OF EXEMPTION FROM CEQA
VOTES NOW CAST ON MOTION: Moved by Council Member Scott, seconded by Council Member
Hutchison, to approve staff’s recommendation, adopt Resolution No. 2025-067 and introduce Ordinance
No. 1045 by title only and waive further reading. Motion carried 5-0.
H. CITY MANAGER'S STAFF REPORT(S)
H1. Quarterly Development Update - Second Quarter 2025. (CITY)
Mayor Michael announce Item H1 was postponed and will be presented at the next Regular City Council
Meeting on September 3, 2025.
H2. Consideration to Approve the Maintenance Agreement Between the City of Rancho
Cucamonga and the Inland Empire Resource Conservation District (IERCD). Approve the
Conservation Easement of 120 Acres Near Cucamonga Canyon [APNs: Portion of 0200-
051-48 and 0200-051-49], Authorize the City Manager to Take all Actions Necessary and to
Execute All Documents Necessary to Effect the Conservation Easement, and Find the
Conservation Easement Exempt from the California Environmental Quality Act and
Consistent with the General Plan. (CITY)
City Manager Gillison provided a verbal staff report for item H2.
MOTION: Moved by Council Member Scott, seconded by Council Member Stickler, to approve the
Maintenance Agreement (Memorandum of Agreement) between the City of Rancho Cucamonga
Page 14
*DRAFT*
August 20, 2025 | Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga | Page 10 of 10
and the Inland Empire Resource Conservation District (IERCD); Approve the Conservation
Easement for approximately 120 acres located near Cucamonga Canyon [Assessor Parcel
Numbers: Portion of 0200 -051-48 and 0200-051-49]; Authorize the City Manager to take all
necessary actions and execute all documents required to effectuate the Conservation Easement;
and Determine the Conservation Easement exempt from the California Environmental Quality Act
and consistent with the General Plan . Motion carried 5-0.
H3. Consideration to Approve the New City Manager’s (Elisa Cox) Employment Agreement.
(CITY)
John Gillison, City Manager, introduced Emily Nielsen, Senior Human Resources Business Partner, who
provided a verbal staff report in accordance with the Brown Act of the proposed agreement.
MOTION: Moved by Council Member Hutchison, seconded by Council Member Scott, to approve the
employment agreement between the City Council of the City of Rancho Cucamonga and the new City
Manager, Elisa Cox, effective December 1, 2025. Motion carried 5-0.
I. COUNCIL BUSINESS
I1. COUNCIL ANNOUNCEMENTS
None.
I2. INTERAGENCY UPDATES
None.
J. CITY ATTORNEY ITEMS
City Attorney Ghirelli reported on items D4 and D5 of Closed Session and informed the City Council
unanimously authorized the City Manager to execute eight (8) settlement agreements with opioid
manufacturers and distributors, and one with Purdue Pharma.
K. IDENTIFICATION OF ITEMS FOR NEXT MEETING
None.
L. ADJOURNMENT
Mayor Michael adjourned the Council Meeting at 10:35 p.m.
Approved:
Linda A. Troyan, MMC
City Clerk Services Director
Page 15
DATE:September 16, 2025
TO:Mayor and Members of the City Council
President and Members of the Board of Directors
FROM:John R. Gillison, City Manager
INITIATED BY:Jevin Kaye, Finance Director
Melanie Morris, Executive Assistant
SUBJECT:Consideration to Approve City and Fire District Bi-Weekly Payroll in the
Total Amount of $2,453,794.12 and City and Fire District Weekly Check
Registers (Excluding Checks Issued to Southern California Gas
Company) in the Total Amount of $2,723,930.26 Dated August 25, 2025
Through September 7, 2025. (CITY/FIRE)
RECOMMENDATION:
Staff recommends City Council/Board of Directors of the Fire Protection District approve payment
of demands as presented. Bi-weekly payroll is $1,403,620.65 and $1,050,173.47 for the City and
the Fire District, respectively. Weekly check register amounts are $2,387,605.14 and
$336,325.12 for the City and the Fire District, respectively.
BACKGROUND:
N/A
ANALYSIS:
N/A
FISCAL IMPACT:
Adequate budgeted funds are available for the payment of demands per the attached listing.
COUNCIL MISSION / VISION / GOAL(S) ADDRESSED:
N/A
ATTACHMENTS:
Attachment 1 - Weekly Check Register
Page 16
Council Meeting Check Register - without
SoCal Gas
09:53 AM
09/08/2025
Page 1 of 13
Company: City of Rancho Cucamonga
Rancho Cucamonga Fire Protection District
Successor Agency to the Redevelopment Agency of the City of Rancho Cucamonga
Payment Date On or After: 08/25/2025
Payment Date On or Before: 09/07/2025
Supplier Payment Company Check
Number Check Date Supplier Name City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection District
Payment Amount for
Reporting Transaction
Supplier Payment: Karl Cox:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Karl Cox 0 1,011.40 1,011.40
Supplier Payment: William Spain:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 William Spain 0 528.16 528.16
Supplier Payment: Westland Group
Inc: 08/28/2025
City of Rancho
Cucamonga
453920 08/28/2025 Westland Group Inc 6,595.00 0 6,595.00
Supplier Payment: Safety-Kleen
Systems Inc: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453895 08/28/2025 Safety-Kleen Systems Inc 0 614.93 614.93
Supplier Payment: Ron Mayfield:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Ron Mayfield 0 1,011.40 1,011.40
Supplier Payment: Dennis Myskow:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Dennis Myskow 0 1,695.04 1,695.04
Supplier Payment: San Bernardino
Cty Fire Protection Dist: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453899 08/28/2025 San Bernardino Cty Fire
Protection Dist
0 5,782.00 5,782.00
Supplier Payment: Ontario Spay &
Neuter Inc: 08/28/2025
City of Rancho
Cucamonga
453889 08/28/2025 Ontario Spay & Neuter Inc 5,000.00 0 5,000.00
Supplier Payment: Motive Energy
Llc: 08/28/2025
City of Rancho
Cucamonga
453883 08/28/2025 Motive Energy Llc 359.26 0 359.26
Supplier Payment: Jeffrey Roeder:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Jeffrey Roeder 0 1,011.40 1,011.40
Supplier Payment: Verizon Wireless -
La: 08/28/2025
City of Rancho
Cucamonga
453916 08/28/2025 Verizon Wireless - La 5,661.94 0 5,661.94
Supplier Payment: San Bernardino
County Sheriff'S Dept: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 San Bernardino County
Sheriff'S Dept
205,484.88 0 205,484.88
Supplier Payment: Steven Campbell:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Steven Campbell 0 1,011.40 1,011.40
Supplier Payment: Factory Motor
Parts: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453866 08/28/2025 Factory Motor Parts 0 1,278.22 1,278.22
ATTACHMENT 1
Page 17
Council Meeting Check Register - without
SoCal Gas
09:53 AM
09/08/2025
Page 2 of 13
Supplier Payment Company Check
Number Check Date Supplier Name City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection District
Payment Amount for
Reporting Transaction
Supplier Payment: Scott D Sorensen:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Scott D Sorensen 0 1,671.25 1,671.25
Supplier Payment: Advantage
Sealing Systems Inc: 08/28/2025
City of Rancho
Cucamonga
453851 08/28/2025 Advantage Sealing
Systems Inc
235.12 0 235.12
Supplier Payment: Alexander R
Ahumada: 08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Alexander R Ahumada 0 1,011.40 1,011.40
Supplier Payment: Mesa Energy
Systems Inc: 08/28/2025
City of Rancho
Cucamonga
453881 08/28/2025 Mesa Energy Systems Inc 249,785.74 0 249,785.74
Supplier Payment: Cucamonga
Valley Water District: 08/28/2025
City of Rancho
Cucamonga
453862 08/28/2025 Cucamonga Valley Water
District
8,395.98 0 8,395.98
Supplier Payment: Ivan M Rojer:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Ivan M Rojer 0 1,695.04 1,695.04
Supplier Payment: San Antonio
Regional Hospital: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453896 08/28/2025 San Antonio Regional
Hospital
0 6,571.77 6,571.77
Supplier Payment: Patrick Jerkins:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Patrick Jerkins 0 1,695.04 1,695.04
Supplier Payment: Diamond
Environmental Services: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 Diamond Environmental
Services
215.40 0 215.40
Supplier Payment: Shred Pros:
08/28/2025
Rancho
Cucamonga Fire
Protection District
453901 08/28/2025 Shred Pros 0 68.00 68.00
Supplier Payment: Little Bear
Productions: 08/28/2025
City of Rancho
Cucamonga
453879 08/28/2025 Little Bear Productions 485.00 0 485.00
Supplier Payment: Scl: 08/28/2025 Rancho
Cucamonga Fire
Protection District
453900 08/28/2025 Scl 0 8,431.27 8,431.27
Supplier Payment: Merrimac
Petroleum Inc: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 Merrimac Petroleum Inc 13,558.69 0 13,558.69
Supplier Payment: Myers Tire Supply
Company: 08/28/2025
City of Rancho
Cucamonga
453885 08/28/2025 Myers Tire Supply
Company
560.92 0 560.92
Supplier Payment: ASYMM Digital
LLC: 08/28/2025
City of Rancho
Cucamonga
453853 08/28/2025 ASYMM Digital LLC 20,970.00 0 20,970.00
Supplier Payment: Stotz Equipment:
08/28/2025
City of Rancho
Cucamonga
453913 08/28/2025 Stotz Equipment 1,524.66 0 1,524.66
Supplier Payment: San Bernardino
County Ems Nurses Network:
08/28/2025
Rancho
Cucamonga Fire
Protection District
453897 08/28/2025 San Bernardino County
Ems Nurses Network
0 200.00 200.00
Page 18
Council Meeting Check Register - without
SoCal Gas
09:53 AM
09/08/2025
Page 3 of 13
Supplier Payment Company Check
Number Check Date Supplier Name City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection District
Payment Amount for
Reporting Transaction
Supplier Payment: Standard
Insurance Company: 08/28/2025
City of Rancho
Cucamonga
453908 08/28/2025 Standard Insurance
Company
2,880.67 0 2,880.67
Supplier Payment: Darrell Luttrull:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Darrell Luttrull 0 528.16 528.16
Supplier Payment: Inyo Networks
Inc: 08/28/2025
City of Rancho
Cucamonga
453875 08/28/2025 Inyo Networks Inc 11,119.50 0 11,119.50
Supplier Payment: Rosalyn
Interlicchia: 08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Rosalyn Interlicchia 0 426.70 426.70
Supplier Payment: Vulcan Materials
Company: 08/28/2025
City of Rancho
Cucamonga
453919 08/28/2025 Vulcan Materials Company 113.97 0 113.97
Supplier Payment: Compressed Air
Specialties: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453861 08/28/2025 Compressed Air
Specialties
0 84.05 84.05
Supplier Payment: Byron Morgan:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Byron Morgan 0 515.44 515.44
Supplier Payment: Ups: 08/28/2025 City of Rancho
Cucamonga
08/28/2025 Ups 86.76 0 86.76
Supplier Payment: Government
Training Services: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 Government Training
Services
8,875.20 0 8,875.20
Supplier Payment: Odp Business
Solutions Llc: 08/28/2025
City of Rancho
Cucamonga
453888 08/28/2025 Odp Business Solutions Llc 1,530.75 0 1,530.75
Supplier Payment: Donald Heyde:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Donald Heyde 0 1,011.40 1,011.40
Supplier Payment: Absolute Security
International Inc: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 Absolute Security
International Inc
4,287.14 0 4,287.14
Supplier Payment: Susan Bazal:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Susan Bazal 0 426.70 426.70
Supplier Payment: California Ppe
Recon Inc: 08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 California Ppe Recon Inc 0 3,184.00 3,184.00
Supplier Payment: Thomas
Salisbury: 08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Thomas Salisbury 0 1,011.40 1,011.40
Supplier Payment: Johnny Allen
Tennis Academy: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 Johnny Allen Tennis
Academy
3,762.00 0 3,762.00
Supplier Payment: Kenneth Walker:
08/28/2025
Rancho
Cucamonga Fire
Protection District
453877 08/28/2025 Kenneth Walker 0 426.70 426.70
Page 19
Council Meeting Check Register - without
SoCal Gas
09:53 AM
09/08/2025
Page 4 of 13
Supplier Payment Company Check
Number Check Date Supplier Name City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection District
Payment Amount for
Reporting Transaction
Supplier Payment: South Bay
Foundry Inc: 08/28/2025
City of Rancho
Cucamonga
453904 08/28/2025 South Bay Foundry Inc 58.19 0 58.19
Supplier Payment: Kaiser Foundation
Health Plan Inc: 08/28/2025
City of Rancho
Cucamonga
453876 08/28/2025 Kaiser Foundation Health
Plan Inc
240,644.13 0 240,644.13
Supplier Payment: Graphics Factory
Printing Inc: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 Graphics Factory Printing
Inc
766.65 0 766.65
Supplier Payment: Cheryl L Roberts:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Cheryl L Roberts 0 3,077.83 3,077.83
Supplier Payment: Abc Locksmiths
Inc: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 Abc Locksmiths Inc 418.98 0 418.98
Supplier Payment: Dennis M
Costello: 08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Dennis M Costello 0 2,331.10 2,331.10
Supplier Payment: Stephen Kilmer:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Stephen Kilmer 0 768.52 768.52
Supplier Payment: Mark Christopher
Auto Center Inc: 08/28/2025
City of Rancho
Cucamonga
453880 08/28/2025 Mark Christopher Auto
Center Inc
220.07 0 220.07
Supplier Payment: John D Fritchey:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 John D Fritchey 0 658.62 658.62
Supplier Payment: Positive
Promotions Inc.: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453890 08/28/2025 Positive Promotions Inc.0 2,586.18 2,586.18
Supplier Payment: Cobra
Professionals, INC.: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 Cobra Professionals, INC.437.50 0 437.50
Supplier Payment: Kenneth Mcneil:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Kenneth Mcneil 0 1,011.40 1,011.40
Supplier Payment: Pro Spray
Equipment: 08/28/2025
City of Rancho
Cucamonga
453892 08/28/2025 Pro Spray Equipment 873.22 0 873.22
Supplier Payment: Heinz
Laboratories: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453871 08/28/2025 Heinz Laboratories 0 5,400.00 5,400.00
Supplier Payment: William Lane:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 William Lane 0 1,011.40 1,011.40
Supplier Payment: Calif Underground
Fac Safe Excavation Board:
08/28/2025
City of Rancho
Cucamonga
453856 08/28/2025 Calif Underground Fac
Safe Excavation Board
56.32 0 56.32
Supplier Payment: Michael L Bell:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Michael L Bell 0 1,690.43 1,690.43
Page 20
Council Meeting Check Register - without
SoCal Gas
09:53 AM
09/08/2025
Page 5 of 13
Supplier Payment Company Check
Number Check Date Supplier Name City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection District
Payment Amount for
Reporting Transaction
Supplier Payment: Beverly Mackall:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Beverly Mackall 0 185.08 185.08
Supplier Payment: Golden State Risk
Management Authority: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 Golden State Risk
Management Authority
142,662.00 0 142,662.00
Supplier Payment: Jay Davenport:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Jay Davenport 0 3,077.83 3,077.83
Supplier Payment: Roadline Products
Inc: 08/28/2025
City of Rancho
Cucamonga
453894 08/28/2025 Roadline Products Inc 1,096.34 0 1,096.34
Supplier Payment: San Bernardino
County Sheriffs Dept: 08/28/2025
City of Rancho
Cucamonga
453898 08/28/2025 San Bernardino County
Sheriffs Dept
4,788.96 0 4,788.96
Supplier Payment: James Sullivan:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 James Sullivan 0 528.16 528.16
Supplier Payment: Timothy A Yowell:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Timothy A Yowell 0 1,011.40 1,011.40
Supplier Payment: Red Wing
Business Advantage Account:
08/28/2025
City of Rancho
Cucamonga
453893 08/28/2025 Red Wing Business
Advantage Account
695.91 0 695.91
Supplier Payment: Charlene
Dominick: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453859 08/28/2025 Charlene Dominick 0 426.70 426.70
Supplier Payment: Aflac: 08/28/2025 City of Rancho
Cucamonga
453852 08/28/2025 Aflac 4,438.80 0 4,438.80
Supplier Payment: Bmi: 08/28/2025 City of Rancho
Cucamonga
453854 08/28/2025 Bmi 1,780.00 0 1,780.00
Supplier Payment: Carrot-Top
Industries Inc: 08/28/2025
City of Rancho
Cucamonga
453858 08/28/2025 Carrot-Top Industries Inc 1,016.91 0 1,016.91
Supplier Payment: William M
Kirkpatrick: 08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 William M Kirkpatrick 0 907.46 907.46
Supplier Payment: Robin Brock:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Robin Brock 0 1,011.40 1,011.40
Supplier Payment: Wilbur Crossland:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Wilbur Crossland 0 528.16 528.16
Supplier Payment: California Fire
Chiefs Association: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453855 08/28/2025 California Fire Chiefs
Association
0 1,600.00 1,600.00
Supplier Payment: Delta Dental
Insurance Company: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 Delta Dental Insurance
Company
956.82 0 956.82
Page 21
Council Meeting Check Register - without
SoCal Gas
09:53 AM
09/08/2025
Page 6 of 13
Supplier Payment Company Check
Number Check Date Supplier Name City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection District
Payment Amount for
Reporting Transaction
Supplier Payment: Lifeloc
Technologies Inc: 08/28/2025
City of Rancho
Cucamonga
453878 08/28/2025 Lifeloc Technologies Inc 335.85 0 335.85
Supplier Payment: Holliday Rock Co
Inc: 08/28/2025
City of Rancho
Cucamonga
453872 08/28/2025 Holliday Rock Co Inc 1,945.96 0 1,945.96
Supplier Payment: Federal Express
Corp: 08/28/2025
City of Rancho
Cucamonga
453867 08/28/2025 Federal Express Corp 46.35 0 46.35
Supplier Payment: Paul E Lenze:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Paul E Lenze 0 1,011.40 1,011.40
Supplier Payment: Gerald Campbell:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Gerald Campbell 0 528.16 528.16
Supplier Payment: Anthony Varney:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Anthony Varney 0 1,011.40 1,011.40
Supplier Payment: Brent Roberts:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Brent Roberts 0 1,086.55 1,086.55
Supplier Payment: Napa Auto Parts:
08/28/2025
City of Rancho
Cucamonga
08/28/2025 Napa Auto Parts 741.01 0 741.01
Supplier Payment: Psa Print Group:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Psa Print Group 0 367.13 367.13
Supplier Payment: James Curatalo:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 James Curatalo 0 1,011.40 1,011.40
Supplier Payment: Robert Eggers:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Robert Eggers 0 1,011.40 1,011.40
Supplier Payment: The Counseling
Team International: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453914 08/28/2025 The Counseling Team
International
0 1,870.00 1,870.00
Supplier Payment: Michael R Post:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Michael R Post 0 2,331.10 2,331.10
Supplier Payment: Viola Spagnolo:
08/28/2025
Rancho
Cucamonga Fire
Protection District
453918 08/28/2025 Viola Spagnolo 0 329.56 329.56
Supplier Payment: BMC HELIX,
INC.: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 BMC HELIX, INC.14,126.62 0 14,126.62
Supplier Payment: Richard Toll:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Richard Toll 0 3,127.70 3,127.70
Page 22
Council Meeting Check Register - without
SoCal Gas
09:53 AM
09/08/2025
Page 7 of 13
Supplier Payment Company Check
Number Check Date Supplier Name City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection District
Payment Amount for
Reporting Transaction
Supplier Payment: Victoria Bantau:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Victoria Bantau 0 658.62 658.62
Supplier Payment: Ronald Smith:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Ronald Smith 0 528.16 528.16
Supplier Payment: Hose-Man Inc:
08/28/2025
City of Rancho
Cucamonga
453873 08/28/2025 Hose-Man Inc 399.80 0 399.80
Supplier Payment: Kevin Walton:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Kevin Walton 0 658.62 658.62
Supplier Payment: Ralph Crane:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Ralph Crane 0 1,011.40 1,011.40
Supplier Payment: Esri: 08/28/2025 Rancho
Cucamonga Fire
Protection District
08/28/2025 Esri 0 170,000.00 170,000.00
Supplier Payment: Elite Special
Events Inc: 08/28/2025
City of Rancho
Cucamonga
453864 08/28/2025 Elite Special Events Inc 6,237.50 0 6,237.50
Supplier Payment: Cintas
Corporation: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453860 08/28/2025 Cintas Corporation 0 897.96 897.96
Supplier Payment: Eric Noreen:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Eric Noreen 0 3,127.70 3,127.70
Supplier Payment: Kenneth Carnes:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Kenneth Carnes 0 185.08 185.08
Supplier Payment: John Mckee:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 John Mckee 0 1,011.40 1,011.40
Supplier Payment: Fuel Serv:
08/28/2025
City of Rancho
Cucamonga
453869 08/28/2025 Fuel Serv 7,939.70 0 7,939.70
Supplier Payment: Joe Longo:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Joe Longo 0 185.08 185.08
Supplier Payment: Pre-Paid Legal
Services Inc: 08/28/2025
City of Rancho
Cucamonga
453891 08/28/2025 Pre-Paid Legal Services
Inc
191.54 0 191.54
Supplier Payment: Michael J Ploung:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Michael J Ploung 0 1,011.40 1,011.40
Supplier Payment: Peter Magnuson:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Peter Magnuson 0 1,685.46 1,685.46
Page 23
Council Meeting Check Register - without
SoCal Gas
09:53 AM
09/08/2025
Page 8 of 13
Supplier Payment Company Check
Number Check Date Supplier Name City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection District
Payment Amount for
Reporting Transaction
Supplier Payment: Gail Materials:
08/28/2025
Rancho
Cucamonga Fire
Protection District
453870 08/28/2025 Gail Materials 0 1,011.51 1,011.51
Supplier Payment: Life-Assist Inc:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Life-Assist Inc 0 936.24 936.24
Supplier Payment: Herc Rentals Inc:
08/28/2025
City of Rancho
Cucamonga
08/28/2025 Herc Rentals Inc 1,683.06 0 1,683.06
Supplier Payment: Tim Fejeran:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Tim Fejeran 0 2,250.95 2,250.95
Supplier Payment: Nancy L Sample:
08/28/2025
City of Rancho
Cucamonga
453886 08/28/2025 Nancy L Sample 259.20 0 259.20
Supplier Payment: W-Trans:
08/28/2025
City of Rancho
Cucamonga
453921 08/28/2025 W-Trans 275.00 0 275.00
Supplier Payment: Napa Auto Parts:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Napa Auto Parts 0 295.81 295.81
Supplier Payment: Verizon:
08/28/2025
City of Rancho
Cucamonga
453915 08/28/2025 Verizon 23.57 0 23.57
Supplier Payment: Michael Nauman:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Michael Nauman 0 528.16 528.16
Supplier Payment: Hudson Audio
Works: 08/28/2025
City of Rancho
Cucamonga
453874 08/28/2025 Hudson Audio Works 3,550.00 0 3,550.00
Supplier Payment: Steven Taylor:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Steven Taylor 0 2,369.46 2,369.46
Supplier Payment: Delta Dental Of
California: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 Delta Dental Of California 43,813.40 0 43,813.40
Supplier Payment: Stabilizer
Solutions Inc: 08/28/2025
City of Rancho
Cucamonga
453907 08/28/2025 Stabilizer Solutions Inc 2,720.10 0 2,720.10
Supplier Payment: Terry Tuley:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Terry Tuley 0 2,369.46 2,369.46
Supplier Payment: Tom O'Brien:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Tom O'Brien 0 2,369.46 2,369.46
Supplier Payment: D & K Concrete
Company: 08/28/2025
City of Rancho
Cucamonga
453863 08/28/2025 D & K Concrete Company 1,433.08 0 1,433.08
Supplier Payment: Netfile Inc:
08/28/2025
City of Rancho
Cucamonga
453887 08/28/2025 Netfile Inc 16,100.00 0 16,100.00
Page 24
Council Meeting Check Register - without
SoCal Gas
09:53 AM
09/08/2025
Page 9 of 13
Supplier Payment Company Check
Number Check Date Supplier Name City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection District
Payment Amount for
Reporting Transaction
Supplier Payment: Mary Jane
Nelson: 08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Mary Jane Nelson 0 185.08 185.08
Supplier Payment: Frontier Comm:
08/28/2025
Rancho
Cucamonga Fire
Protection District
453868 08/28/2025 Frontier Comm 0 184.89 184.89
Supplier Payment: Mr. Rock N' Roll,
Inc.: 08/28/2025
City of Rancho
Cucamonga
453884 08/28/2025 Mr. Rock N' Roll, Inc.1,000.00 0 1,000.00
Supplier Payment: Donald R
Cloughesy: 08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Donald R Cloughesy 0 2,369.46 2,369.46
Supplier Payment: Victor Rodriguez:
08/28/2025
Rancho
Cucamonga Fire
Protection District
453917 08/28/2025 Victor Rodriguez 0 1,011.40 1,011.40
Supplier Payment: Danny G Holt:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Danny G Holt 0 1,730.68 1,730.68
Supplier Payment: Bauer
Compressors Inc: 08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Bauer Compressors Inc 0 2,248.10 2,248.10
Supplier Payment: Allan J Lee:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Allan J Lee 0 426.70 426.70
Supplier Payment: L. Dennis
Michael: 08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 L. Dennis Michael 0 1,011.40 1,011.40
Supplier Payment: Psa Print Group:
08/28/2025
City of Rancho
Cucamonga
08/28/2025 Psa Print Group 107.88 0 107.88
Supplier Payment: Jackie Deans:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Jackie Deans 0 426.70 426.70
Supplier Payment: Cameron-Daniel
Pc: 08/28/2025
City of Rancho
Cucamonga
453857 08/28/2025 Cameron-Daniel Pc 3,306.60 0 3,306.60
Supplier Payment: Nationwide
Premium Holding: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 Nationwide Premium
Holding
902.23 0 902.23
Supplier Payment: Michael Eagleson:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Michael Eagleson 0 2,331.10 2,331.10
Supplier Payment: Enterprise Rent-
A-Car: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453865 08/28/2025 Enterprise Rent-A-Car 0 771.48 771.48
Supplier Payment: Procure America
Llc: 08/28/2025
City of Rancho
Cucamonga
08/28/2025 Procure America Llc 44,599.01 0 44,599.01
Page 25
Council Meeting Check Register - without
SoCal Gas
09:53 AM
09/08/2025
Page 10 of 13
Supplier Payment Company Check
Number Check Date Supplier Name City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection District
Payment Amount for
Reporting Transaction
Supplier Payment: Francis
Vanderkallen: 08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Francis Vanderkallen 0 1,011.40 1,011.40
Supplier Payment: David Berry:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 David Berry 0 1,011.40 1,011.40
Supplier Payment: Patrick Proulx:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Patrick Proulx 0 1,690.43 1,690.43
Supplier Payment: Lloyd Almand:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Lloyd Almand 0 426.70 426.70
Supplier Payment: Michael
Redmond: 08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Michael Redmond 0 1,011.40 1,011.40
Supplier Payment: Minuteman Press:
08/28/2025
Rancho
Cucamonga Fire
Protection District
453882 08/28/2025 Minuteman Press 0 4,067.66 4,067.66
Supplier Payment: Southern
California Edison: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453905 08/28/2025 Southern California Edison 0 2,996.85 2,996.85
Supplier Payment: David W Larkin:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 David W Larkin 0 768.52 768.52
Supplier Payment: James Dague:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 James Dague 0 1,011.40 1,011.40
Supplier Payment: Richard Clabby:
08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Richard Clabby 0 817.12 817.12
Supplier Payment: Susan De
Antonio: 08/28/2025
Rancho
Cucamonga Fire
Protection District
08/28/2025 Susan De Antonio 0 1,105.73 1,105.73
Supplier Payment: State Fire
Training: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453912 08/28/2025 State Fire Training 0 840.00 840.00
Supplier Payment: State Fire
Training: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453911 08/28/2025 State Fire Training 0 450.00 450.00
Supplier Payment: State Fire
Training: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453910 08/28/2025 State Fire Training 0 600.00 600.00
Page 26
Council Meeting Check Register - without
SoCal Gas
09:53 AM
09/08/2025
Page 11 of 13
Supplier Payment Company Check
Number Check Date Supplier Name City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection District
Payment Amount for
Reporting Transaction
Supplier Payment: State Fire
Training: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453909 08/28/2025 State Fire Training 0 375.00 375.00
Supplier Payment: Southern
California Edison - Remit-To: RCMU:
08/28/2025
City of Rancho
Cucamonga
453906 08/28/2025 Southern California Edison 3,991.89 0 3,991.89
Supplier Payment: C V W D:
08/28/2025
Rancho
Cucamonga Fire
Protection District
453928 08/28/2025 C V W D 0 4,182.69 4,182.69
Supplier Payment: C V W D:
08/28/2025
City of Rancho
Cucamonga
453927 08/28/2025 C V W D 284,606.97 0 284,606.97
Supplier Payment: Odp Business
Solutions Llc: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453925 08/28/2025 Odp Business Solutions Llc 0 72.85 72.85
Supplier Payment: Lowes
Companies Inc: 08/28/2025
Rancho
Cucamonga Fire
Protection District
453924 08/28/2025 Lowes Companies Inc 0 2,183.10 2,183.10
Supplier Payment: Lowes
Companies Inc: 08/28/2025
City of Rancho
Cucamonga
453923 08/28/2025 Lowes Companies Inc 6,858.17 0 6,858.17
Supplier Payment: Frontier Comm:
08/28/2025
City of Rancho
Cucamonga
453922 08/28/2025 Frontier Comm 6,386.22 0 6,386.22
Supplier Payment: Southern
California Edison: 08/28/2025
City of Rancho
Cucamonga
453926 08/28/2025 Southern California Edison 41,900.26 0 41,900.26
Supplier Payment: Remmi
Construction Inc: 08/28/2025
City of Rancho
Cucamonga
453952 08/28/2025 Remmi Construction Inc 5,754.60 0 5,754.60
Supplier Payment: Remmi
Construction Inc: 08/28/2025
City of Rancho
Cucamonga
453953 08/28/2025 Remmi Construction Inc 3,500.00 0 3,500.00
Supplier Payment: M2 Image
Solutions Inc: 09/04/2025
City of Rancho
Cucamonga
453968 09/04/2025 M2 Image Solutions Inc 207.90 0 207.90
Supplier Payment: Southern
California News Group: 09/04/2025
City of Rancho
Cucamonga
453973 09/04/2025 Southern California News
Group
1,507.42 0 1,507.42
Supplier Payment: Golden Oaks Vet
Hospital: 09/04/2025
City of Rancho
Cucamonga
453960 09/04/2025 Golden Oaks Vet Hospital 400.00 0 400.00
Supplier Payment: Inland Valley
Repertory Theatre: 09/04/2025
City of Rancho
Cucamonga
09/04/2025 Inland Valley Repertory
Theatre
25,000.00 0 25,000.00
Supplier Payment: Unity Courier
Service Inc: 09/04/2025
City of Rancho
Cucamonga
453974 09/04/2025 Unity Courier Service Inc 1,359.83 0 1,359.83
Supplier Payment: Brodart Co:
09/04/2025
City of Rancho
Cucamonga
453955 09/04/2025 Brodart Co 2,079.05 0 2,079.05
Supplier Payment: Planetbids Inc:
09/04/2025
City of Rancho
Cucamonga
453971 09/04/2025 Planetbids Inc 20,190.25 0 20,190.25
Supplier Payment: K-KWoodworking:
09/04/2025
City of Rancho
Cucamonga
453965 09/04/2025 K-KWoodworking 121.43 0 121.43
Page 27
Council Meeting Check Register - without
SoCal Gas
09:53 AM
09/08/2025
Page 12 of 13
Supplier Payment Company Check
Number Check Date Supplier Name City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection District
Payment Amount for
Reporting Transaction
Supplier Payment: Interwest
Consulting Group Inc: 09/04/2025
City of Rancho
Cucamonga
09/04/2025 Interwest Consulting Group
Inc
811.89 0 811.89
Supplier Payment: Katie Wellins:
09/04/2025
City of Rancho
Cucamonga
453964 09/04/2025 Katie Wellins 1,400.00 0 1,400.00
Supplier Payment: Workday Inc:
09/04/2025
City of Rancho
Cucamonga
09/04/2025 Workday Inc 440,771.00 0 440,771.00
Supplier Payment: Animal Blood
Resources International: 09/04/2025
City of Rancho
Cucamonga
453954 09/04/2025 Animal Blood Resources
International
977.30 0 977.30
Supplier Payment: Palmer
Consulting: 09/04/2025
City of Rancho
Cucamonga
09/04/2025 Palmer Consulting 6,418.18 0 6,418.18
Supplier Payment: Sound
Productions, LLC: 09/04/2025
City of Rancho
Cucamonga
09/04/2025 Sound Productions, LLC 4,848.75 0 4,848.75
Supplier Payment: Dudek:
09/04/2025
City of Rancho
Cucamonga
453957 09/04/2025 Dudek 4,936.41 0 4,936.41
Supplier Payment: San Bernardino
Cty Fire Protection Dist: 09/04/2025
Rancho
Cucamonga Fire
Protection District
453972 09/04/2025 San Bernardino Cty Fire
Protection Dist
0 955.00 955.00
Supplier Payment: Victoria Animal
Hospital: 09/04/2025
City of Rancho
Cucamonga
453975 09/04/2025 Victoria Animal Hospital 200.00 0 200.00
Supplier Payment: Impact Southern
California: 09/04/2025
City of Rancho
Cucamonga
09/04/2025 Impact Southern California 9,778.00 0 9,778.00
Supplier Payment: Placeworks:
09/04/2025
City of Rancho
Cucamonga
09/04/2025 Placeworks 12,673.75 0 12,673.75
Supplier Payment: Jennifer L. Folger:
09/04/2025
City of Rancho
Cucamonga
453963 09/04/2025 Jennifer L. Folger 2,400.00 0 2,400.00
Supplier Payment: Frontier Comm:
09/04/2025
Rancho
Cucamonga Fire
Protection District
453959 09/04/2025 Frontier Comm 0 894.62 894.62
Supplier Payment: Directv:
09/04/2025
City of Rancho
Cucamonga
453956 09/04/2025 Directv 100.99 0 100.99
Supplier Payment: First Aid 2000:
09/04/2025
City of Rancho
Cucamonga
453958 09/04/2025 First Aid 2000 4,930.86 0 4,930.86
Supplier Payment: Mariposa
Landscapes Inc: 09/04/2025
City of Rancho
Cucamonga
09/04/2025 Mariposa Landscapes Inc 1,477.51 0 1,477.51
Supplier Payment: Mesa Energy
Systems Inc: 09/04/2025
City of Rancho
Cucamonga
453969 09/04/2025 Mesa Energy Systems Inc 54,989.96 0 54,989.96
Supplier Payment: Cobra
Professionals, INC.: 09/04/2025
Rancho
Cucamonga Fire
Protection District
09/04/2025 Cobra Professionals, INC.0 166.90 166.90
Supplier Payment: Valverde Stage
Productions Inc: 09/04/2025
City of Rancho
Cucamonga
09/04/2025 Valverde Stage
Productions Inc
50,204.13 0 50,204.13
Supplier Payment: Husky Boy
Corporation: 09/04/2025
City of Rancho
Cucamonga
453961 09/04/2025 Husky Boy Corporation 9,000.00 0 9,000.00
Page 28
Council Meeting Check Register - without
SoCal Gas
09:53 AM
09/08/2025
Page 13 of 13
Supplier Payment Company Check
Number Check Date Supplier Name City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection District
Payment Amount for
Reporting Transaction
Supplier Payment: Odp Business
Solutions Llc: 09/04/2025
Rancho
Cucamonga Fire
Protection District
453970 09/04/2025 Odp Business Solutions Llc 0 583.05 583.05
Supplier Payment: Leothacue
Enterpises, Inc.: 09/04/2025
City of Rancho
Cucamonga
453967 09/04/2025 Leothacue Enterpises, Inc.9,792.00 0 9,792.00
Supplier Payment: Allstar Fire
Equipment Inc: 09/04/2025
Rancho
Cucamonga Fire
Protection District
09/04/2025 Allstar Fire Equipment Inc 0 16,704.99 16,704.99
Supplier Payment: Land Veritas
Corporation: 09/04/2025
City of Rancho
Cucamonga
453966 09/04/2025 Land Veritas Corporation 195,000.00 0 195,000.00
Supplier Payment: Gentry General
Engineering Inc: 09/04/2025
City of Rancho
Cucamonga
09/04/2025 Gentry General
Engineering Inc
10,394.10 0 10,394.10
Supplier Payment: Inland Valley
Hope Partners: 09/04/2025
City of Rancho
Cucamonga
453962 09/04/2025 Inland Valley Hope
Partners
7,206.87 0 7,206.87
Supplier Payment: C V W D:
09/04/2025
City of Rancho
Cucamonga
453977 09/04/2025 C V W D 31,374.55 0 31,374.55
Supplier Payment: Cintas
Corporation: 09/04/2025
Rancho
Cucamonga Fire
Protection District
453976 09/04/2025 Cintas Corporation 0 2,209.65 2,209.65
Supplier Payment: Southern
California Edison: 09/04/2025
City of Rancho
Cucamonga
453978 09/04/2025 Southern California Edison 19,918.06 0 19,918.06
2,387,605.14 336,325.12 2,723,930.26
Page 29
DATE:September 16, 2025
TO:Mayor and Members of the City Council
President and Members of the Board of Directors
FROM:John R. Gillison, City Manager
INITIATED BY:Jevin Kaye, Finance Director
Melanie Morris, Executive Assistant
SUBJECT:Consideration to Approve City and Fire District Weekly Check Registers
for Checks Issued to Southern California Gas Company in the Total
Amount of $17,363.72 Dated August 25, 2025 Through September 7,
2025. (CITY/FIRE)
RECOMMENDATION:
Staff recommends City Council/Board of Directors of the Fire Protection District approve payment
of demands as presented. Weekly check register amounts are $16,397.84 and $965.88 for the
City and the Fire District, respectively.
BACKGROUND:
N/A
ANALYSIS:
N/A
FISCAL IMPACT:
Adequate budgeted funds are available for the payment of demands per the attached listing.
COUNCIL MISSION / VISION / GOAL(S) ADDRESSED:
N/A
ATTACHMENTS:
Attachment 1 - Weekly Check Register
Page 30
Council Meeting Check Register - SoCal Gas 09:51 AM
09/08/2025
Page 1 of 1
Company: City of Rancho Cucamonga
Rancho Cucamonga Fire Protection District
Successor Agency to the Redevelopment Agency of the City of Rancho Cucamonga
Payment Date On or After: 08/25/2025
Payment Date On or Before: 09/07/2025
Supplier Payment Company Check
Number Check Date Supplier
Name
City of Rancho
Cucamonga
Rancho
Cucamonga Fire
Protection
District
Payment Amount
for Reporting
Transaction
Supplier Payment: Socal
Gas: 08/28/2025
Rancho
Cucamonga Fire
Protection
District
453902 08/28/2025 Socal Gas 0 965.88 965.88
Supplier Payment: Socal
Gas: 08/28/2025
City of Rancho
Cucamonga
453903 08/28/2025 Socal Gas 16,397.84 0 16,397.84
16,397.84 965.88 17,363.72
ATTACHMENT 1
Page 31
DATE:September 16, 2025
TO:Mayor and Members of the City Council
FROM:John R. Gillison, City Manager
INITIATED BY:Michael Parmer, Engagement and Special Programs Director
Hope Velarde, Management Analyst II
SUBJECT:Consideration of Amended and Restated Reimbursement Agreement
with Chaffey Joint Union High School District for School Resource
Officer Services.
RECOMMENDATION:
Staff recommends the City Council approve and execute the Amended and Restated
Reimbursement Agreement with the Chaffey Joint Union High School District for School Resource
Officer services.
BACKGROUND:
The City of Rancho Cucamonga, through its law enforcement contract with the San Bernardino
County Sheriff’s Department, provides School Resource Officer (SRO) services at Alta Loma,
Etiwanda, Los Osos, and Rancho Cucamonga High Schools. SROs serve as a vital connection
between law enforcement, school administration, students, and families, helping to maintain a
safe and supportive learning environment. Their role includes addressing campus safety
concerns, responding to and preventing incidents before they escalate, and collaborating with
school staff on emergency response and student support. In addition to providing law enforcement
services, SROs engage with students through education and mentorship, building trust and
promoting positive decision-making while reinforcing school safety policies.
In October 2018, the City and the Chaffey Joint Union High School District entered into a cost-
sharing agreement establishing the District’s reimbursement for SRO services. The agreement
was amended in 2019 and 2020 to update cost provisions and address temporary cost share
arrangements during the COVID-19 pandemic.
The prior agreement contained an “evergreen” clause, automatically renewing annually. The
District requested that the agreement be updated to establish a defined term with an end date.
ANALYSIS:
The attached Amended and Restated Agreement incorporates the District’s request by replacing
the evergreen provision with a five-year term beginning July 1, 2025, and ending June 30,2030.
All other terms, including cost-sharing, scope of services, and termination provisions, remain
unchanged.
Page 32
Page 2
3
0
3
3
The District will continue to reimburse the City annually for 73% of the cost of one SRO, payable
in two equal installments (January and June). For Fiscal Year 2025-26, the total cost of one SRO
is $394,073.
FISCAL IMPACT:
The District’s annual share of SRO services is calculated at 73% of the fully burdened cost of one
SRO. For FY 2025-26, this amounts to approximately $287,673, which the District will reimburse
to the City.
COUNCIL MISSION / VISION / VALUE(S) ADDRESSED:
This item is aligned with the City’s core values of providing and nurturing an excellent quality of
life for all, promoting and enhancing a safe and healthy community for all, and working together
cooperatively and respectfully with each other, staff, and all stakeholders because this agreement
will continue the strong partnership between the City and the District in providing safe and secure
learning environments for students.
ATTACHMENTS:
Attachment 1 - Amended and Restated Reimbursement Agreement
Attachment 2 - Schedule A Cost of SRO FY 25-26
Page 33
11231-0001\3144428v1.doc
AMENDED AND RESTATED REIMBURSEMENT AGREEMENT
FOR SCHOOL RESOURCE OFFICER SERVICES
This AMENDED AND RESTATED REIMBURSEMENT AGREEMENT FOR SCHOOL
RESOURCE OFFICER SERVICES (the “Agreement”) is made and entered into this 16th day of
September, 2025 by and between the City of Rancho Cucamonga (hereinafter referred to as
CITY) and the Chaffey Joint Union High School District (hereinafter referred to as DISTRICT),
both of whom understand as follows:
WITNESSETH
WHEREAS, CITY currently funds existing School Resource Officer positions for DISTRICT
through its law enforcement contract with the San Bernardino County Sheriff Department; and
WHEREAS, CITY and DISTRICT first entered into a cost sharing agreement on October 17,
2018 (“Original Agreement”);
WHEREAS, CITY and DISTRICT entered into a second agreement on November 6, 2019,
modifying the Original Agreement to address compensation for the FY 2019-20 and FY 2020-21
years and beyond (the “2019 Agreement”); and
WHEREAS, CITY and DISTRICT amended the 2019 Agreement on October 7, 2020 to address
a temporary cost share arrangement during the COVID-19 Pandemic
WHEREAS, CITY and DISTRICT now desire to establish the reimbursement rate and
agreement term by adoption of this Agreement.
NOW, THEREFORE in consideration of these services and mutual conditions hereinafter
provided, CITY and DISTRICT agree as follows:
A.City Provision of School Resource Officer. CITY, through its contract with the San
Bernardino County Sheriff Department, will provide one school resource officer for the
DISTRICT at each of the campuses of Alta Loma High School, Etiwanda High School,
Los Osos High School, and Rancho Cucamonga High School. It is understood that these
services are to be provided at all days and during all times when school is in session,
subject to interruption by emergencies and operational needs of CITY. Said services
may include at no additional cost to the DISTRICT, if mutually agreed upon by CITY,
attendance at special events to be determined and agreed upon between the parties.
B.Dues of School Resource Officer. The duties and performance standards of a school
resource officer, as provided by the Sheriff’s Department, are set forth in Attachment A
to this Agreement.
C.School Resource Officer Equipment and Facilities. CITY and DISTRICT agree to
mutually work together to ensure that all school resource officers assigned to DISTRICT
Page 34
-2-
11231-0001\3144428v1.doc
facilities have access to a vehicle, computer, secure Virtual Private Network access as
needed, telephone, and a confidential and private discussion area (ideally an office)
where telephone calls and conversations can take place, in order to maximize officer time
on campus.
D.DISTRICT Reimbursement of Costs. DISTRICT will annually compensate CITY for
the annual cost of one School Resource Officer position, in two equal amounts, the first
during January and the second in June of that fiscal year. CITY agrees to provide to
DISTRICT no later than December of each fiscal year a detailed breakdown of costs for
one school resource officer for that fiscal year and that detailed breakdown of costs will
serve as an invoice for that fiscal year. The DISTRICT share shall be 73% (38 weeks per
year) of total costs.
E.Sheriff’s Employee At All Times. It is understood by both parties that the DEPUTIES
providing this service shall remain Sheriff' employee at all times and as such all
responsibilities for supervision, control and assignment fall under CITY’s existing Sheriff
Contract. When deemed necessary, the Superintendent of the DISTRICT and the Captain
of the Rancho Cucamonga Station will work together to ensure optimum performance
and effective placement and/or reassignment of a DEPUTY.
F.Assignment. This Agreement is not assignable, either in whole or in part, by DISTRICT
without the prior written consent of the CITY. The laws of the State of California shall
govern the rights, obligation, duties, and liabilities of the parties to this Agreement and
shall also govern the interpretation of the Agreement, if in dispute.
G.Term. This Agreement shall commence on July 1, 2025 ("Effective Date") and shall
continue for a period of five (5) years thereafter, terminating on June 30, 2030, unless
earlier terminated in accordance with the provisions set forth herein.
H.Termination. CITY or DISTRICT terminate this Agreement at any time upon providing
a thirty (30) day written notice delivered to the addresses below. In the event the
Agreement is terminated by either party prior to June 30th of a fiscal year, DISTRICT
shall pro-rate its final payment for services. The Agreement may be modified upon
mutual agreement by both the CITY and DISTRICT.
I.Notices. Any notices which either party may desire to give to the other party under this
Agreement must be in writing and may be given either by personal service or by mail
addressed to the address of the party as set forth below or at any other address as that
party may later designate by notice:
CITY: City of Rancho Cucamonga
10500 Civic Center Drive
Post Office Box 807
Rancho Cucamonga, California 91729-0807
Attention: City Manager
DISTRICT: Chaffey Joint Union High
School District
211 West Fifth Street
Ontario, California 91762
Attention: Superintendent
Page 35
11231-0001\3144428v1.doc
J.Integration. This Agreement constitutes the entire agreement between CITY and
DISTRICT regarding the matters set forth herein, and supersedes any and all prior and/or
contemporaneous oral or written negotiations, agreements or understandings.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the date hereinabove
written:
CHAFFEY JOINT UNION HIGH
SCHOOL DISTRICT
___________________________
Dr. Mathew Holton Superintendent
CITY OF RANCHO CUCAMONGA
John Gillison City Manager
ATTEST:
__________________________________
Kim Sevy
City Clerk
Page 36
11231-0001\3144428v1.doc
ATTACHMENT A
PERFORMANCE STANDARDS
Page 37
1 - SCHOOL RESOURCE OFFICER
FY 2025-26
COST
0.03 -Lieutenant 13,219 1
0.14 -Sergeant 46,421 1
1.00 -School Resource Officer 229,647 1
0.20 -Office Specialist 19,814 1
1.00 -Marked Unit 22,659 2
Dispatch Services 21,072 1
1.00 -HTs (Amortization, Access & Maintenance) 1,602
1.00 -Taser Replacement (Amortized over 5-years) 1,032
Administrative Support 1,655
Office Automation 4,071
Body Worn Cameras 1,360
Vehicle Insurance 3,472
Personnel Liability & Bonding 28,049
Workers' Comp Experience Modification -
County Administrative Cost -
Cost for FY2025-26 $ 394,073 1-4
1
2
3
4
LAW ENFORCEMENT SERVICES CONTRACT
COST OF ONE SCHOOL RESOURCE OFFICER
FY 2025-26
SCHEDULE A
Personnel costs include salary and benefits and are subject to change by Board of Supervisors’action.Changes in
salary and benefit costs will be billed to the City on a quarterly invoice.
Vehicle costs do not include fuel and maintenance.The City is responsible for fuel,repair and maintenance of all
contract vehicles,including collision damage.All fuel,repair and maintenance costs incurred by the County will be billed
to the City on a quarterly invoice.
No replacement cost is included for grant funded or donated vehicles.
Services and supplies will be billed to the City on a quarterly invoice.
LEVEL OF SERVICE
The cost for Workers' Comp Exp Mod & County Administrative Cost are based on the city's specific amounts listed
on their respective Schedule A. Those amounts are calculated on the total cost of all of the salaries and benefits
included on the Schedule A. No recommendation is being presented here as to how each city should calculate a
School District's portion of those costs related to their SRO's.
ATTACHMENT 2
Page 38
DATE:September 16, 2025
TO:Mayor and Members of the City Council
FROM:John R. Gillison, City Manager
INITIATED BY:Matt Marquez, Economic Development Director
Flavio Nuñez, Management Analyst II
SUBJECT: Consideration to Approve an Exclusive Negotiating Agreement (ENA)
Between the City of Rancho Cucamonga and Pelican Communities, LLC
Concerning the Potential Disposition and Development of City-owned
Property Located at 7089 and 7092 Etiwanda Avenue (APN’s 0227-121-
56-0000; 0227-121-55-0000). (CITY)
RECOMMENDATION:
Staff recommends the City Council approve an Exclusive Negotiating Agreement (ENA) between
the City of Rancho Cucamonga and Pelican Communities, LLC concerning the potential
disposition and development of city-owned property located at 7092 and 7089 Etiwanda Avenue
(APN’s 0227-121-56-0000; 0227-121-55-0000).
BACKGROUND:
In 2019, the City issued a Request for Proposals (RFP) for the preservation and adaptive reuse
of the historic Etiwanda Railway Station (the “Depot Parcel”) located at 7092 Etiwanda Avenue.
Several proposals were received; however, each proposal requested a subsidy to cover the cost
of repairs and renovations necessary to make the building suitable for occupancy. The RFP
process also uncovered the lack of space for parking required for the various proposed uses. At
the time, the City lacked the financial resources to support such an investment and did not own
the adjacent property for an additional parking area (7089 Etiwanda Avenue), and as a result, the
RFP process did not lead to the advancement of the project. This process also made it apparent
that the development of the surrounding area would help financially support the adaptive reuse
and preservation of the Depot Parcel, and in March of 2024, the City acquired the 7089 Etiwanda
Avenue property.
On April 16, 2025, the Department of Housing and Community Development (HCD) confirmed
that all requirements of the Surplus Land Act, Government Code Sections 54220-54234 (“Act”),
were satisfied for the disposal of the property located at 7092 Etiwanda Avenue (APN: 0227-121-
55-0000). Additionally, the adjacent property at 7089 Etiwanda Avenue (APN: 0227-121-56-0000)
was declared surplus by the City Council on December 18, 2024. In accordance with the Act, the
City issued a 60-day Notice of Availability that included both 7089 and 7092 Etiwanda Avenue.
The City engaged in negotiations with the responding entities during the 90-day negotiating period
in accordance with the Act. Of the four responses, only the proposal of Pelican Communities, LLC
(“Developer”) met the requirements of the Act.
Page 39
Page 2
2
9
9
7
ANALYSIS:
Since the dissolution of redevelopment agencies in 2012, California has faced ongoing challenges
in the production of affordable housing. Before its elimination, the City of Rancho Cucamonga’s
former Redevelopment Agency played a key role in addressing local housing needs, facilitating
the development of 1,841 affordable multi-family units for families and seniors, and providing 117
first-time homebuyer loans to income-qualified households. The last affordable housing project
completed by the former Agency was Day Creek Villas, a 140-unit senior rental community
located at 12250 Firehouse Court, which opened in 2020.
Despite these successes, the State continues to experience a persistent shortfall in housing
production, further exacerbating the affordability crisis. In response, the State’s Surplus Land Act
requires that publicly owned land no longer needed by government agencies be offered first for
affordable housing development before it may be sold or leased for private or commercial use.
In alignment with these goals, the Developer has expressed interest in pursuing a for-sale
affordable housing project on City-owned land, which would also include the restoration of the
Depot Parcel. In accordance with the requirements of the Surplus Land Act, a minimum of 25%
of the for-sale units must be restricted pursuant to a recorded covenant for sale to lower-income
households, at an affordable housing cost for not less than 45 years. The initial occupants of the
restricted units must be lower income households, and the restricted units must be subject to an
equity sharing agreement. HCD annually publishes qualifying income limits for lower income
households. In 2025, the income limit for a four-person lower income household in San
Bernardino County is $89,500, which is approximately 86% of the area median income in San
Bernardino County. Additionally, the Developer has proposed that the remaining units be sold to
households earning between 90% and 120% of Rancho Cucamonga’s area median income1,
which in 2025 equates to approximately $101,246 to $134,995 for a four-person household.
The Developer’s vision for the housing development proposes a “Housing for Heroes” program.
The program would target first responders such as firefighters, police officers, as well as nurses,
teachers, public works staff, and other government employees looking to purchase their first
home. The other component of the overall project development is preserving and reviving the
historic Etiwanda Railway Station. The initial proposal includes restoring the Depot Parcel, and
some of the proposed ideas include using it as a small history exhibit, neighborhood meeting
space, or community trail stop.
The Developer has indicated a willingness to invest significant resources in project analysis and
design and to justify that investment of resources has requested to enter exclusive negotiations
with the City to evaluate the feasibility of the proposed project. This is a standard request for this
point in the pre-entitlement process. The proposed Exclusive Negotiating Agreement (ENA) does
not obligate the City to sell the property or approve any project; however, it provides the selected
Developer with assurance that the City will not negotiate simultaneously with other parties during
the term of the ENA while the City and Developer attempt to determine if the proposed project is
feasible. This type of Agreement can lead to a Disposition and Development Agreement (DDA)
for the development of the proposed project if mutually acceptable terms are reached, or both the
City and Developer may conclude negotiations without reaching any agreement. Rancho
Cucamonga’s experience with ENA’s includes both outcomes.
The ENA establishes an 18-month negotiation period, during which the City and Developer will
1 Source: ESRI Forecasts for 2025 and 2030. U.S. Census Bureau 2000 2010, Community Profile Report.
Page 40
Page 3
2
9
9
7
work to define project terms and pricing, evaluate development proposals, prepare necessary
plans and technical studies, and ensure compliance with the California Environmental Quality Act
(CEQA), with the goal of executing a finalized DDA. At the end of this time period, if the parties
are still negotiating in good faith the time period may be extended, or the parties can terminate
the Agreement if either or both have determined that there is no feasible project. Feasibility
includes both practical development aspects as well as financial aspects relating to the affordable
products proposed.
FISCAL IMPACT:
An appraisal is required to determine the property's value. Funding for the appraisal, in the amount
of $10,500.00, will be provided from the Economic Development General Operations Fund (F001-
CC301-6200-SC1404). This item could be reimbursed later depending on whether the project
proceeds forward.
COUNCIL MISSION / VISION / VALUE(S) ADDRESSED:
This action is in keeping with the Council’s vision to create an equitable, sustainable, and vibrant
City, by setting the stage for appropriate, high-quality reuse of these properties in the future.
ATTACHMENTS:
Attachment 1 – Exclusive Negotiating Agreement for an Affordable Housing Development at the
Etiwanda Depot
Attachment 2 – Pelican Communities Letter
Page 41
-1-
11231-0001\2748496v5.doc
EXCLUSIVE NEGOTIATING AGREEMENT
FOR AN AFFORDABLE HOUSING DEVELOPMENT AT THE ETIWANDA DEPOT
This EXCLUSIVE NEGOTIATING AGREEMENT (“ENA”) is dated as of September 16, 2025
(“Effective Date”) and is entered into by and between the CITY OF RANCHO CUCAMONGA,
a municipal corporation (the “City”), and PELICAN COMMUNITIES, LLC, a California limited
liability company (the “Developer”). The City and the Developer are sometimes individually
referred to herein as a “Party” and are sometimes collectively referred to herein as the “Parties.”
R E C I T A L S
A. The City owns the land in the City of Rancho Cucamonga, California described on
Exhibit “A” (the “Property”).
B. The City and Developer desire to discuss the terms of a sale or lease of the Property
to Developer, and the terms to achieve on the Property development of an affordable for-sale
residential project and restoration of the Etiwanda Train Station, with the overall final project to
include a community club house and small retail shop (“Project”).
C. Developer intends to incur significant costs analyzing and designing the Project,
and Developer has therefore requested that City agree to negotiate with Developer on an exclusive
basis to establish the terms and conditions of a “disposition and development agreement” for the
sale of the Property and development of the Project (“DDA”).
D. It is anticipated that during the term of this ENA, City staff and consultants and
attorneys of the City will devote substantial time and effort in meeting with the Developer and its
representatives, reviewing proposals, plans and reports, negotiating and preparing the DDA
document, possibly obtaining consultant advice and reports, and complying with the California
Environmental Quality Act (“CEQA”) so that the negotiated DDA can be completed, approved
and executed.
E. On December 19, 2024, pursuant to Resolution 2024-110 of the City Council of the
City of Rancho Cucamonga declared the Property to be surplus property based on Government
Code Section 54221.
F. The City of Rancho Cucamonga, is authorized to allocate up to $1,150,000 of funds
from the Prohousing Incentive Program (“PIP”) received by the City from a grant from the State
of California Housing and Community Development Department, which amount, in full, may be
allocated by the City Manager to the Project on or before March 31, 2026 in connection with a
DDA entered into between the City and Developer pursuant to the terms hereof.
NOW, THEREFORE, the Parties hereto agree as follows:
1. The term of this ENA shall commence on the date hereof and shall end on
the earlier of: (i) the date that is eighteen (18) months after the date of this ENA, as such period
may be extended as set forth below under this Section 1, or (ii) the date on which the City
terminates this ENA as provided in Section 2 below (the “ENA Period”). Provided that City has
not terminated this ENA pursuant to Section 2 below, the ENA period may be extended by the
Page 42
-2-
11231-0001\2748496v5.doc
mutual written agreement of Developer and the City Manager for one additional period of up to
six (6) months.
2. The City Manager may terminate this ENA if the Developer should fail to
comply with or perform any provisions of this ENA or if the City Manager determines that material
progress is not being made in the negotiations as a result of actions or inactions of Developer.
Developer may terminate this ENA at any time by giving written notice to the City that it for any
reason no longer desires to pursue the acquisition or development of the Property.
3. During the ENA Period (as extended under Section 1, if applicable), the
City shall negotiate exclusively and in good faith with Developer concerning the proposed
acquisition and entitlement of the Property as well as the terms of any loans or advancement of
housing funds as noted below.
4. Developer shall deliver the materials and information identified in Exhibit
“B” attached hereto to the City within the times set forth in Exhibit “B”.
5. The City shall have the right but not the obligation to advance up to $1,150,000 of
funds from the PIP program to Developer in a loan. In the discretion of the City
Manager, such funds may be advanced for: preliminary architectural and
engineering services, environmental review and related assessments, site due
diligence and surveying, feasibility and market studies related to the Project, legal
and entitlement-related costs, and other soft costs customary and necessary for the
project development. In the discretion of the City Manager and subject to applicable
program conditions, PIP funds that are advanced may be secured by: (i) an
assignment of plans and specifications agreed to by architect, engineers, and
contractors for the project, assigning to the City in the event of default (as defined
later in this paragraph), all such plans, specifications or contractor documents
related to the project; and (ii) a deed of trust on the property, once acquired by
developer, securing a note for the forgivable loan which requires that the loan be
repaid if an event of default occurs [before a date that is the completion date of the
project]. Event of defaults as used in this paragraph may include, (i) failure to
construct the project by the completion date, subject to force majeure delay, (ii)
failure to record a deed of trust in escrow to secure the forgivable loan; (iii) failure
to issue to the City a lender’s policy of title insurance on close of escrow for the
acquisition of the Property, (iv) a default under this agreement or under other loans
against the Property. A condition to disbursal of such funds, if any, shall be the
receipt by the City of reasonable supporting documentation evidencing the
expenditure by Developer of such funds. The City Manager shall, in connection
with any advance of funds as contemplated in this paragraph, have the authority to
execute a subordination agreement subordinating the deed of trust securing the loan
to the deed of trust that secures any construction financing necessary for the Project.
6. The City and Developer acknowledge that all applicable requirements of CEQA
must be met in order for City to approve entitlements and enter into a DDA, and
that this may require reports and analyses for CEQA purposes (collectively, the
Page 43
-3-
11231-0001\2748496v5.doc
“CEQA Documents”). The Developer will, at its cost, reasonably cooperate with
the City in the City’s preparation of the CEQA Documents.
7. The Parties acknowledge that neither Party is under any obligation whatsoever to
enter into a DDA or participate in the Project, and that notwithstanding their
approval of this ENA, each Party shall have the right to disapprove any proposed
DDA in its sole and absolute discretion, and in that regard, each Party hereby
expressly agrees that the City and Developer shall not be bound by any implied
covenant of good faith and fair dealing in connection with such approval or
disapproval of any proposed DDA. In the event of the expiration or earlier
termination of this ENA, the City shall be free to negotiate with any persons or
entities with respect to the Property.
8. The Developer shall indemnify, defend, and hold the City and City’s officers,
directors, members, employees, agents, contractors and affiliated entities
(collectively, the “City Representatives”) harmless from any and all third party
litigation challenging this ENA or the DDA (based on CEQA noncompliance or
otherwise). The Developer’s obligations under the preceding sentence arising prior
to the expiration or earlier termination of this ENA (as applicable) shall survive the
expiration or earlier termination of this ENA. In order to limit the cost of its defense
and indemnification under this paragraph, in the event of any such litigation, if and
when requested to do so in writing by Developer, City agrees to cancel and rescind
the ENA, DDA and/or any other agreement or approval challenged in the litigation.
9. The Developer represents and warrants that its undertakings pursuant to this ENA
are for the purpose of development of the Property and not for speculation in land,
and the Developer recognizes that, in view of the importance of the development
of the Property to the general welfare of the community, the qualifications and
identity of the Developer and its principals are of particular concern to City;
therefore, this ENA may not be assigned by the Developer without the prior express
written consent of the City Manager in his sole and absolute discretion. However,
the City acknowledges that the Developer may intend to form a new entity to be
the developer entity that will be party to the DDA that is controlled by the parties
comprising the Developer, and a change in entity name, form or membership with
respect to Developer shall be a permitted assignment, provided that the current
owner(s) of Developer directly or indirectly control, and own a controlling majority
of, the assignee entity, all as shown by reasonable evidence acceptable to the City
Manager.
10. Any notice, request, approval or other communication to be provided by one Party
to the other shall be in writing and provided by certified mail, return receipt
requested, or a reputable overnight delivery service (such as Federal Express) and
addressed as follows:
Page 44
-4-
11231-0001\2748496v5.doc
If to the Developer:
Pelican Communities
1601 Dove Street, Suite 250
Newport Beach, CA 92660
Attn: Richard Hamm
If to the City:
City of Rancho Cucamonga
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
Attn: City Manager
Notices shall be deemed delivered: (i) if sent by certified mail, then upon the date
of delivery or attempted delivery shown on the return receipt; or (ii) if delivered by overnight
delivery service, then one (1) business day after delivery to the service as shown by records of the
service.
11. This ENA constitutes the entire agreement of the Parties hereto with respect to the
subject matter hereof. There are no agreements or understandings between the
Parties and no representations by either Party to the other as an inducement to enter
into this ENA, except as may be expressly set forth herein, and any and all prior
discussions and negotiations between the Parties are superseded by this ENA.
12. This ENA may not be altered, amended or modified except by a writing duly
authorized and executed by all Parties.
13. No provision of this ENA may be waived except by an express written waiver duly
authorized and executed by the waiving Party.
14. If any Party should bring any legal action or proceeding relating to this agreement
or to enforce any provision hereof, the Parties agree that any legal action or
proceeding or agreed-upon arbitration or mediation shall be filed in and shall occur
in the County of San Bernardino.
15. The interpretation and enforcement of this ENA shall be governed by the laws of
the State of California.
16. Time is of the essence of each and every provision hereof in which time is a factor.
17. This ENA may be executed in counterparts, each of which shall be deemed an
original, but all of which together shall constitute one and the same ENA.
IN WITNESS WHEREOF, the Parties hereto have executed this ENA as of the day
and year first written above.
Page 45
-5-
11231-0001\2748496v5.doc
CITY:
CITY OF RANCHO CUCAMONGA,
a municipal corporation
By:
L. Dennis Michael, Mayor
DEVELOPER:
PELICAN COMMUNITIES, LLC,
a California limited liability company
By:
________________________________
________________________________
Attest:
Kim Sevy, City Clerk
Approved as to Form:
Nicholas R. Ghirelli, City Attorney
Page 46
-A-1-
11231-0001\2748496v5.doc
EXHIBIT “A”
DESCRIPTION OF PROPERTY
APN 0227-121-56-0000
Parcel 1 of Parcel Map No. 19247, in the City of Rancho Cucamonga, County of San Bernardino,
State of California, as per map filed in Book 238 of Parcel Maps, Pages 76 through 79, inclusive,
in the office of the county recorder of said county.
APN 0227-121-55-0000
Parcel 1 of Parcel Map No. 19247, in the City of Rancho Cucamonga, County of San Bernardino,
State of California as per map filed in Book 238 of Parcel Maps, Pages 76, inclusive, in the
office of the county recorder of said county.
Page 47
-B-1-
11231-0001\2748496v5.doc
EXHIBIT “B”
DEVELOPMENT PLAN
1. Within two hundred (200) days of the Effective Date, Developer shall deliver the
following items for City staff review and preliminary approval:
a. Preliminary site plan and architectural concept drawings shall be ninety
percent (90%) complete at a minimum identifying the location, building
envelopes, general configuration, uses of the buildings and site, parking
and traffic circulation, and proposed design characteristics of the Project.
b. Conceptual development program (“Development Program”) for the
Project that includes a breakdown of the proposed scope of development
including a range of building square footage by land use and range of
square footage and number of parking spaces and landscaped areas,
improvements, approximate number and mix of any residential units,
proposed public amenities, circulation, and other general uses.
c. Prepare at least ninety percent (90%) completed preliminary architectural
drawing and submit a concept plan for the adaptive reuse of the historic
Etiwanda Depot building. The plans should have a narrative description
of the adaptive reuse of the building, including historic preservation
strategies and intended uses. The plan shall show circulation, access,
including ADA compliance, and parking, cost estimates and financing
approach.
2. Within two hundred thirty (230) days of the Effective Date but not more than
thirty (30) days from the date of the delivery of the concept plan referred to in Section 1 hereof,
Developer and City staff shall determine the likely type and schedule for obtaining entitlements
necessary for construction of the Project including, but not limited to, discretionary permits.
3. Within two hundred (200) days of the Effective Date, Developer shall deliver to
the City for Owner staff review and approval, a preliminary financing plan for the proposed
Project.
4. Within two hundred (200) days of the Effective Date, Developer shall obtain and
review a Phase I environmental (hazmat) report for the Property, and if recommended by the
Phase I, Developer shall promptly obtain a Phase II report subject to entering into a reasonable
right of entry agreement with City. Developer shall promptly deliver copies to the City when
received.
5. Within two hundred (200) days of the Effective Date, Developer shall obtain and
review a preliminary report for the Property from a title company selected by Developer and
copies of the documents listed as title exceptions therein and an ALTA survey and shall deliver
copies of the reports, documents and survey to the Owner together with a written description of
Page 48
-B-2-
11231-0001\2748496v5.doc
any objections Developer may have to any of the title exceptions (and the rationale for the
objections).
6. Within two hundred sixty (260) days of the Effective Date, Developer shall
submit to the City a schedule of development setting forth the proposed timetable for the
commencement, substantial completion, and final completion of the Project (the “Development
Schedule”).
7. Within three hundred (300) days of the Effective Date, Developer shall deliver to
the City a fully completed and executed development application.
Page 49
ATTACHMENT 2
Page 50
Page 51
Page 52
DATE:September 16, 2025
TO:Mayor and Members of the City Council
President and Members of the Board of Directors
FROM:John R. Gillison, City Manager
INITIATED BY:Maritza Martinez, Public Works Services Director
Mike McCliman, Fire Chief
Andy Miller, Facilities Superintendent
Mark Medina, Management Analyst I
SUBJECT:Consideration to Approve a Single-Source Procurement and Execute a
Contract with Enko Systems, Inc. for Fire Alarm Monitoring, Installations,
Inspections, and Testing in an Amount Not to Exceed $150,000 for FY
2025/2026. (CITY/FIRE)
RECOMMENDATION:
Staff recommends the City Council and Fire Board of Directors approve a single-source
procurement and execute a contract with Enko Systems, Inc. for Fire Alarm Monitoring,
Installations, Inspections, and Testing effective July 1, 2025 through June 30, 2026 not to
exceed $150,000 for City and Fire District facilities.
BACKGROUND:
The City previously contracted fire alarm monitoring services with Mijac Alarm since 1990. Mijac
Alarm was purchased by Bay Alarm in December 2021. The City, with the help and guidance of
California Intergovernmental Risk Authority (CIRA), worked with Bay Alarm to come to an
agreement on a contract, however those efforts were unsuccessful due to an inability to reach an
agreement on contract indemnity language. As a result, the City received notice from Bay Alarm
in May 2022 stating all fire alarm monitoring services would discontinue effective June 2022.
Since City and Fire District facilities cannot be occupied without fire alarm monitoring services,
staff contracted Enko Systems Inc. with a single-source procurement of services. Staff selected
Enko Systems, Inc. due to their prior experience in working on fire alarm panels in the past as a
subcontractor of Mijac Alarm at various city facilities. These fire alarm panels are considered
proprietary equipment and Enko Systems, Inc. is the only vendor in southern California authorized
to work on them. The City and Fire District executed two separate contracts with Enko Systems,
Inc. in June 2022 for the installation and programming needed for the City and Fire District’s
existing fire alarm systems to communicate with their monitoring system and for annual fire alarm
monitoring. The City and Fire District executed contracts with Enko Systems, Inc. in 2023 followed
by 2024 for fire alarm monitoring services only through FY 2024/2025.
The City Manager has approved contracts and a single-source procurement with Enko Systems,
Inc. for FY 22/23 and 23/24 with a not to exceed amount of $100,000 each year. During FY 24/25,
Page 53
Page 2
3
0
2
4
City Council and Fire Board of Directors approved a contract and single-source procurement with
Enko Systems, Inc. for a third year to include the addition of services at Fire Station 8 and any
unforeseen extra work in a total amount not to exceed $150,000.
ANALYSIS:
In August 2025, Enko Systems, Inc. provided a proposal to continue service with the City and the
Fire District during FY 2025/2026 with no rate increase. Due to Enko Systems, Inc. being the only
authorized vendor to work on the existing proprietary fire alarm panels and the need to ensure
uninterrupted fire alarm monitoring, Staff recommends the execution of a new contract and a
single-source procurement of fire alarm monitoring, installations, inspections, and testing with
Enko Systems, Inc. be approved. If approved, the term of the contract will be effective July 1,
2025 through June 30, 2026 with a not to exceed limit of $150,000. A copy of this agreement is
available in the City Clerk’s Office.
FISCAL IMPACT:
The approved FY 2025-2026 budget includes sufficient funding in various contract services budget
line items for City and Fire District fire alarm monitoring, installations, inspections, and testing. Enko
Systems, Inc. is not requesting a rate increase for FY 2025/2026.
COUNCIL MISSION / VISION / GOAL(S) ADDRESSED:
This item addresses the City Council’s core value of promoting and enhancing a safe and healthy
community for all by ensuring City facilities are properly secured and monitored.
ATTACHMENTS:
Attachment 1 – Single-Source Justification
Page 54
Page 55
08/18/25
Page 56
Page 57
DATE:September 16, 2025
TO:Mayor and Members of the City Council
FROM:John R. Gillison, City Manager
INITIATED BY:Maritza Martinez, Public Works Services Director
Daniel Akers, Public Works Services Deputy Director
Paige Eberle, Management Analyst II
SUBJECT:Consideration of a Contract with Mariposa Landscape, Inc. for LMD-1
Parks Landscape and Maintenance in the Amount of $348,229. (CITY)
RECOMMENDATION:
Staff recommends City Council:
1. Award and authorize the execution of a professional services agreement for LMD-1 Parks
Landscape and Maintenance to Mariposa Landscapes Inc., of Irwindale, California,
effective October 1, 2025, for a one-year term with an option to renew in one (1) year
increments up to a total of six (6) additional years, in an amount not to exceed $348,229
for FY 2025/26, and an estimated $2,750,473 over seven years, contingent upon approval
of future budgets.
2. Authorize an expenditure in an amount not to exceed $348,229 for FY 2025/26.
BACKGROUND:
The Public Works Services Department and the Procurement Division routinely issue requests
for proposals to ensure vendor services remain competitive. Since the end of 2016, LMD-1 Parks
Landscape and Maintenance has been maintained at a ‘C’ Level Service. Through the recently
completed procurement process, we will be able to sustain the service level in LMD-1 at ‘C’ Level
Service with Mariposa Landscapes Inc.
The updated specifications were submitted to the Procurement Division to prepare a formal
Request for Proposals (RFP). Procurement prepared and posted RFP #25/26-004 for LMD-1
Parks Landscape and Maintenance. There were 365 vendors notified; 27 prospective bidders
downloaded or viewed the bid package, and five (5) responses were received.
ANALYSIS:
An evaluation committee of City staff conducted a thorough analysis of the RFP responses and
scored and ranked the five (5) responsive proposals in accordance with the RFP evaluation
criteria listed in Table 1. Cost is just one factor in the evaluation of RFP responses; therefore, the
low bidder will not necessarily be awarded a contract. Table 2. Reflects the vendor rankings.
Page 58
Page 2
2
9
7
9
Table 1. Evaluation Criteria for Written Proposals
Criteria Description Weight
Vendor Expertise 10%
Quality of proposed goods or services 15%
Extent to which the Vendor’s goods or services
meet the City’s and RCFPD’s needs
25%
Vendor’s history and resources available to
provide the required services
15%
Experience and professional qualifications of
staff
20%
Cost 15%
Table 2. Vendor Ranking for Written Proposals
Rank Vendor Score
1 Mariposa Landscapes, Inc.75
2 Colts Landscape, Inc.70
3 BrightView Landscape Services 66
4 JAS Landscapes LLC 57
5 Stay Green, Inc.60
Based on the ranking, Mariposa Landscapes, Inc of Irwindale, California was determined to be
the most responsive contract providing the best value while meeting the scope of services and
specifications required. Therefore, staff recommends City Council approve award and authorize
the execution of a professional services agreement for LMD-1 Parks Landscape and Maintenance
to Mariposa Landscapes Inc., of Irwindale, California, effective October 1, 2025 for a one-year
term with an option to renew in one (1) year increments up to a total of six (6) additional years, in
an amount not to exceed $348,229 for FY 2025/26, and an estimated $2,750,473 over seven
years, contingent upon approval of future budgets.
The chart below has been prepared to illustrate the estimated annual funding requirements for
the full contract term. Please note, this is only an estimate, and the amounts below could vary.
Fiscal Year
Prior Year
Costs Est. Annual Increase (4%)Total Costs
FY 2025/26 $348,229
FY 2026/27 $348,229 $13,930 $362,159
FY 2027/28 $362,159 $14,490 $376,649
FY 2028/29 $376,649 $15,070 $391,719
FY 2029/30 $391,719 $15,670 $407,389
FY 2030/31 $407,389 $16,300 $423,689
FY 2031/32 $423,689 $16,950 $440,639
Grand Total $ 2,750,473
A copy of the proposed agreement contract is attached hereto.
Page 59
Page 3
2
9
7
9
FISCAL IMPACT:
The approved FY 25/26 Budget includes funding for LMD-1 Parks Landscape and Maintenance
in account F130 CC319 SC2105.
The contract spending limit of $348,229 includes a contingency of $31,660 for unforeseen work
resulting from wind events or other emergencies.
COUNCIL MISSION / VISION / VALUE(S) ADDRESSED:
This item addresses the City Council’s core values of promoting and enhancing a safe and healthy
community for all, while providing high quality outdoor spaces.
ATTACHMENTS:
Attachment 1 – Proposed Agreement
Page 60
City of Rancho Cucamonga
CONTRACT NUMBER
2025-113
CITY OF RANCHO CUCAMONGA
PUBLIC WORKS SERVICES DEPARTMENT
CONTRACT
MARIPOSA LANDSCAPES, INC.
FOR
LMD-1 PARKS LANDSCAPE AND MAINTENANCE
AWARD DATE:
September 16, 2025
ATTACHMENT 1
Page 61
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 1
AGREEMENT FOR
PROFESSIONAL SERVICES
THIS AGREEMENT is made and entered into this 1st day of October 2025, by
and between the City of Rancho Cucamonga, a municipal corporation (“City”) and Mariposa
Landscapes, Inc, a corporation (“Contractor”).
RECITALS
A. City has heretofore issued its request for proposals to perform the following
services: LMD-1 Parks Landscape and Maintenance (RFP 25/26-004) (“the Project”).
B. Contractor has submitted a proposal to perform the services described in Recital
“A”, above, necessary to complete the Project.
C. City desires to engage Contractor to complete the Project in the manner set forth
and more fully described herein.
D. Contractor represents that it is fully qualified and licensed under the laws of the
State of California to perform the services contemplated by this Agreement in a good and
professional manner.
AGREEMENT
NOW, THEREFORE, in consideration of performance by the parties of the mutual
promises, covenants, and conditions herein contained, the parties hereto agree as follows:
1. Contractor’s Services.
1.1 Scope and Level of Services. Subject to the terms and conditions set forth
in this Agreement, City hereby engages Contractor to perform all services described in Recitals
“A” and “B” above, including, but not limited to landscape and irrigation maintenance; all as
more fully set forth in RFP 25/26-004, attached hereto as Exhibit A, Contractor’s proposal, dated
June 11, 2025 attached hereto as Exhibit B, and Schedule of Lump Sum and Unit Costs attached
hereto as Exhibit C, hereinafter entitled “Scope of Work”, and incorporated by reference herein.
The nature, scope, and level of the services required to be performed by Contractor are set forth
in the Scope of Work and are referred to herein as “the Services.” In the event of any
inconsistencies between the Scope of Work and this Agreement, the terms and provisions of this
Agreement shall control.
1.2 Revisions to Scope of Work. Upon request of the City the Contractor will
promptly meet with City staff to discuss any revisions to the Project desired by the City.
Contractor agrees that the Scope of Work may be amended based upon said meetings, and, by
amendment to this Agreement, the parties may agree on a revision or revisions to Contractor’s
compensation based thereon. A revision pursuant to this Section that does not increase the total
City of Rancho Cucamonga
CONTRACT NUMBER
2025-113
Page 62
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 2
cost payable to Contractor by more than ten percent (10%) of the total compensation specified in
Section 3, may be approved in writing by City’s Manager without amendment.
1.3 Time for Performance. Contractor shall perform all services under this
Agreement in a timely, regular basis consistent with industry standards for professional skill and
care, and in accordance with any schedule of performance set forth in the Scope of Work, or as
set forth in a “Schedule of Performance”, if such Schedule is attached hereto as Exhibit “N/A”.
1.4 Standard of Care. As a material inducement to City to enter into this
Agreement, Contractor hereby represents that it has the experience necessary to undertake the
services to be provided. In light of such status and experience, Contractor hereby covenants that
it shall follow the customary professional standards in performing the Services.
1.5 Familiarity with Services. By executing this Agreement, Contractor
represents that, to the extent required by the standard of practice, Contractor (a) has investigated
and considered the scope of services to be performed, (b) has carefully considered how the
services should be performed, and (c) understands the facilities, difficulties and restrictions
attending performance of the services under this Agreement. Contractor represents that
Contractor, to the extent required by the standard of practice, has investigated any areas of work,
as applicable, and is reasonably acquainted with the conditions therein. Should Contractor
discover any latent or unknown conditions, which will materially affect the performance of
services, Contractor shall immediately inform City of such fact and shall not proceed except at
Contractor’s risk until written instructions are received from the City Representative.
2. Term of Agreement. The term of this Agreement shall become 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.
Parties to this Agreement shall have the option to renew in one (1) year increments to a total of
six (6) additional years, unless sooner terminated as provided in Section 14 herein. Prior to
entering into an agreement for an annual extension the Contractor may request a Cost-of-living
Increase in an amount not to exceed the increase in the March index of the Consumer Price Index
All Urban Consumers for the Riverside-San Bernardino-Ontario, California area published by the
U.S. Department of Labor, Bureau of Labor Statistics. Options to renew are contingent upon the
City Manager’s approval, subject to pricing review, and in accordance with all Terms and
Conditions stated herein unless otherwise provided in writing by the City.
3. Compensation.
3.1 Compensation. City shall compensate Contractor as set forth in Exhibit C,
provided, however, that full, total and complete amount payable to Contractor shall not exceed
three hundred forty eight thousand, two hundred twenty nine dollars ($348,229) for
services during the City’s fiscal year ending June 30, 2026, including all out-of-pocket expenses,
unless additional compensation is approved by the City Manager or City Council. City shall not
Page 63
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 3
withhold any federal, state or other taxes, or other deductions. However, City shall withhold not
more than ten percent (10%) of any invoice amount pending receipt of any deliverables reflected
in such invoice. Under no circumstance shall Contractor be entitled to compensation for services
not yet satisfactorily performed.
The parties further agree that compensation may be adjusted in accordance with
Section 1.2 to reflect subsequent changes to the Scope of Services. City shall compensate
Contractor for any authorized extra services as set forth in Exhibit C.
4. Method of Payment.
4.1 Invoices. Contractor shall submit to City monthly invoices for the Services
performed pursuant to this Agreement. The invoices shall describe in detail the Services rendered
during the period and shall separately describe any authorized extra services. Any invoice
claiming compensation for extra services shall include appropriate documentation of prior
authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga,
California.
4.2 City shall review such invoices and notify Contractor in writing within ten
(10) business days of any disputed amounts.
4.3 City shall pay all undisputed portions of the invoice within thirty (30)
calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in Section 3.
4.4 All records, invoices, time cards, cost control sheets and other records
maintained by Contractor relating to services hereunder shall be available for review and audit
by the City.
5. Representatives.
5.1 City Representative. For the purposes of this Agreement, the contract
administrator and City representative shall be Maritza Martinez, Public Works Services
Director, or such other person as designated in writing by the City (“City Representative”). It
shall be Contractor’s responsibility to assure that the City Representative is kept informed of the
progress of the performance of the services, and Contractor shall refer any decisions that must be
made by City to the City Representative. Unless otherwise specified herein, any approval of City
required hereunder shall mean the approval of the City Representative.
5.2 Contractor Representative. For the purposes of this Agreement, Terry
Noriega, President, is hereby designated as the principal and representative of Contractor
authorized to act in its behalf with respect to the services specified herein and make all decisions
in connection therewith (“Contractor’s Representative”). It is expressly understood that the
experience, knowledge, capability and reputation of the Contractor’s Representative were a
substantial inducement for City to enter into this Agreement. Therefore, the Contractor’s
Representative shall be responsible during the term of this Agreement for directing all activities
Page 64
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 4
of Contractor and devoting sufficient time to personally supervise the services hereunder.
Contractor may not change the Responsible Principal without the prior written approval of City.
6. Contractor’s Personnel.
6.1 All Services shall be performed by Contractor or under Contractor’s direct
supervision, and all personnel shall possess the qualifications, permits, and licenses required by
State and local law to perform such Services, including, without limitation, a City business license
as required by the City’s Municipal Code.
6.2 Contractor shall be solely responsible for the satisfactory work
performance of all personnel engaged in performing the Services and compliance with the
standard of care set forth in Section 1.4.
6.3 Contractor shall be responsible for payment of all employees’ and
subcontractors’ wages and benefits, and shall comply with all requirements pertaining to
employer’s liability, workers’ compensation, unemployment insurance, and Social Security. By
its execution of this Agreement, Contractor certifies that it is aware of the provisions of Section
3700 of the California Labor Code that 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 agrees to comply with such provisions before commencing the performance of the
Services.
6.4 Contractor shall indemnify, defend and hold harmless City and its elected
officials, officers and employees, servants, designated volunteers, and agents serving as
independent contractors in the role of City officials, from any and all liability, damages, claims,
costs and expenses of any nature to the extent arising from Contractor’s violations of personnel
practices and/or any violation of the California Labor Code. City shall have the right to offset
against the amount of any fees due to Contractor under this Agreement any amount due to City
from Contractor as a result of Contractor’s failure to promptly pay to City any reimbursement or
indemnification arising under this Section 6.
7. Ownership of Work Product.
7.1 Ownership. All documents, ideas, concepts, electronic files, drawings,
photographs and any and all other writings, including drafts thereof, prepared, created or provided
by Contractor in the course of performing the Services, including any and all intellectual and
proprietary rights arising from the creation of the same (collectively, “Work Product”), are
considered to be “works made for hire” for the benefit of the City. Upon payment being made,
and provided Contractor is not in breach of this Agreement, all Work Product shall be and remain
the property of City without restriction or limitation upon its use or dissemination by City. Basic
survey notes, sketches, charts, computations and similar data prepared or obtained by Contractor
under this Agreement shall, upon request, be made available to City. None of the Work Product
shall be the subject of any common law or statutory copyright or copyright application by
Contractor. In the event of the return of any of the Work Product to Contractor or its
Page 65
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 5
representative, Contractor shall be responsible for its safe return to City. Under no circumstances
shall Contractor fail to deliver any draft or final designs, plans, drawings, reports or specifications
to City upon written demand by City for their delivery, notwithstanding any disputes between
Contractor and City concerning payment, performance of the contract, or otherwise. This
covenant shall survive the termination of this Agreement. City’s reuse of the Work Product for
any purpose other than the Project, shall be at City’s sole risk.
7.2. Assignment of Intellectual Property Interests: Upon execution of this
Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the Contractor
shall be deemed to grant and assign to City , and shall require all of its subcontractors to assign
to City , all ownership rights, and all common law and statutory copyrights, trademarks, and other
intellectual and proprietary property rights relating to the Work Product and the Project itself,
and Contractor shall disclaim and retain no rights whatsoever as to any of the Work Product, to
the maximum extent permitted by law. City shall be entitled to utilize the Work Product for any
and all purposes, including but not limited to constructing, using, maintaining, altering, adding
to, restoring, rebuilding and publicizing the Project or any aspect of the Project.
7.3 Title to Intellectual Property. Contractor warrants and represents that it has
secured all necessary licenses, consents or approvals to use any instrumentality, thing or
component as to which any intellectual property right exists, including computer software, used
in the rendering of the Services and the production of the Work Product and/or materials produced
under this Agreement, and that City has full legal title to and the right to reproduce any of the
Work Product. Contractor shall defend, indemnify and hold City, and its elected officials,
officers, employees, servants, attorneys, designated volunteers, and agents serving as
independent contractors in the role of City officials, harmless from any loss, claim or liability in
any way related to a claim that City’s use is violating federal, state or local laws, or any
contractual provisions, relating to trade names, licenses, franchises, patents or other means of
protecting intellectual property rights and/or interests in products or inventions. Contractor shall
bear all costs arising from the use of patented, copyrighted, trade secret or trademarked
documents, materials, software, equipment, devices or processes used or incorporated in the
Services and materials produced under this Agreement. In the event City’s use of any of the Work
Product is held to constitute an infringement and any use thereof is enjoined, Contractor, at its
expense, shall: (a) secure for City the right to continue using the Work Product by suspension of
any injunction or by procuring a license or licenses for City; or (b) modify the Work Product so
that it becomes non- infringing. This covenant shall survive the termination of this Agreement.
8. Status as Independent Contractor. Contractor is, and shall at all times remain
as to City, a wholly independent contractor. Contractor shall have no power to incur any debt,
obligation, or liability on behalf of City or otherwise act as an agent of City. Neither City nor any
of its agents shall have control over the conduct of Contractor or any of Contractor’s employees,
except as set forth in this Agreement. Contractor shall not, at any time, or in any manner, represent
that it or any of its officers, agents or employees are in any manner employees of City. Contractor
shall pay all required taxes on amounts paid to Contractor under this Agreement, and to defend,
indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest
asserted against City by reason of the independent contractor relationship created by this
Page 66
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 6
Agreement. Contractor shall fully comply with the workers’ compensation law regarding
Contractor and Contractor’s employees
9. Confidentiality. Contractor may have access to financial, accounting, statistical,
and personnel data of individuals and City employees. Contractor covenants that all data,
documents, discussion, or other information developed or received by Contractor or provided for
performance of this Agreement are confidential and shall not be disclosed by Contractor without
prior written authorization by City. City shall grant such authorization if applicable law requires
disclosure. All City data shall be returned to City upon the termination of this Agreement.
Contractor’s covenant under this Section shall survive the termination of this Agreement. This
provision shall not apply to information in whatever form that is in the public domain, nor shall
it restrict the Contractor from giving notices required by law or complying with an order to
provide information or data when such an order is issued by a court, administrative agency or
other legitimate authority, or if disclosure is otherwise permitted by law and reasonably necessary
for the Contractor to defend itself from any legal action or claim.
10. Conflict of Interest.
10.1 Contractor covenants that it presently has no interest and shall not acquire
any interest, direct or indirect, which may be affected by the Services, or which would conflict in
any manner with the performance of the Services. Contractor further covenants that, in
performance of this Agreement, no person having any such interest shall be employed by it.
Furthermore, Contractor shall avoid the appearance of having any interest, which would conflict
in any manner with the performance of the Services. Contractor shall not accept any employment
or representation during the term of this Agreement which is or may likely make Contractor
“financially interested” (as provided in California Government Code §§1090 and 87100) in any
decision made by City on any matter in connection with which Contractor has been retained.
10.2 Contractor further represents that it has not employed or retained any
person or entity, other than a bona fide employee working exclusively for Contractor, to solicit
or obtain this Agreement. Contractor has not paid or agreed to pay any person or entity, other
than a bona fide employee working exclusively for Contractor, any fee, commission, gift,
percentage, or any other consideration contingent upon the execution of this Agreement. Upon
any breach or violation of this warranty, City shall have the right, at its sole and absolute
discretion, to terminate this Agreement without further liability, or to deduct from any sums
payable to Contractor hereunder the full amount or value of any such fee, commission, percentage
or gift.
10.3 Contractor has no knowledge that any officer or employee of City has any
interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this
transaction or in the business of Contractor, and that if any such interest comes to the knowledge
of Contractor at any time during the term of this Agreement, Contractor shall immediately
make a complete, written disclosure of such interest to City, even if such interest would not be
deemed a prohibited “conflict of interest” under applicable laws as described in subsection 10.1.
Page 67
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 7
11. Indemnification.
11.1 To the maximum extent permitted by law, the Contractor shall defend,
indemnify and hold the City, and its elected officials, officers, employees, servants, volunteers,
and agents serving as independent contractors in the role of City officials, (collectively,
“Indemnitees”), free and harmless with respect to any and all damages, liabilities, losses,
reasonable defense costs or expenses (collectively, “Claims”), including but not limited to Claims
relating to death or injury to any person and injury to any property, which arise out of, pertain to,
or relate to the acts, omissions, activities or operations of Contractor or any of its officers,
employees, subcontractors, Contractors, or agents in the performance of this Agreement.
Contractor shall defend Indemnitees in any action or actions filed in connection with any such
Claims with counsel of City’s choice, and shall pay all costs and expenses, including actual
attorney’s fees and experts’ costs incurred in connection with such defense. The indemnification
obligation herein shall not in any way be limited by the insurance obligations contained in this
Agreement provided, however, that the Contractor shall have no obligation to indemnify for
Claims arising out of the sole negligence or willful misconduct of any of the Indemnitees.
11.2 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights
that they may possess against Contractor because of the acceptance by City, or the deposit with
City, of any insurance policy or certificate required pursuant to this Agreement.
11.3 Waiver of Right of Subrogation. Except as otherwise expressly provided
in this Agreement, Contractor, on behalf of itself and all parties claiming under or through it,
hereby waives all rights of subrogation against the Indemnitees, while acting within the scope of
their duties, from all claims, losses and liabilities arising out of or incident to activities or
operations performed by or on behalf of the Contractor.
11.4 Survival. The provisions of this Section 11 shall survive the termination of
the Agreement and are in addition to any other rights or remedies which Indemnitees may have
under the law. Payment is not required as a condition precedent to an Indemnitee’s right to recover
under this indemnity provision, and an entry of judgment against Contractor shall be conclusive
in favor of the Indemnitee’s right to recover under this indemnity provision.
12. Insurance.
12.1 Liability Insurance. Contractor shall procure and maintain in full force and
effect for the duration of this Agreement, insurance against claims for injuries to persons or
damages to property which may arise from or in connection with the performance of the services
hereunder by Contractor, and/or its agents, representatives, employees or subcontractors.
12.2 Minimum Scope of Insurance. Unless otherwise approved by City,
coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability coverage
(occurrence form CG 0001).
Page 68
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 8
(2) Insurance Services Office form number CA 0001 (Ed. 1/87)
covering Automobile Liability, code 1 (any auto).
(3) Worker’s Compensation insurance as required by the State of
California, and Employer’s Liability Insurance.
12.3 Minimum Limits of Insurance. Contractor shall maintain limits no less
than:
(1) Commercial General Liability: $2,000,000 per occurrence for
bodily injury, personal injury and property damage. Commercial
General Liability Insurance or other form with a general aggregate
limit shall apply separately to this Agreement or the general limit
shall be twice the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily injury
and property damage.
(3) Employer’s Liability: $1,000,000 per accident and in the aggregate
for bodily injury or disease and Workers’ Compensation Insurance
in the amount required by law.
(4) The Insurance obligations under this Agreement shall be the
greater of (i) the Insurance coverages and limits carried by the
Contractor; or (ii) the minimum Insurance coverages and limits
shown in this Agreement. Any insurance proceeds in excess of the
specified limits and coverage required which are applicable to a
given loss, shall be available to the City. No representation is made
that the minimum Insurance requirements of this Agreement are
sufficient to cover the obligations of the Contractor under this
agreement.
12.4 Deductibles and Self-Insured Retentions. Any deductibles or self- insured
retentions must be declared to and approved by the City and shall not reduce the
limits of coverage. City reserves the right to obtain a full certified copy of any
required insurance policy and endorsements.
12.5 Other Insurance Provisions.
(1) The commercial general liability and automobile liability policies
are to contain the following provisions on a separate additionally
insured endorsement naming the City, its officers, officials,
employees, designated volunteers and agents serving as
independent contractors in the role of City officials, as additional
Page 69
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 9
insureds as respects: liability arising out of activities performed by
or on behalf of Contractor; products and completed operations of
Contractor; premises owned, occupied or used by Contractor;
and/or automobiles owned, leased, hired or borrowed by
Contractor. The coverage shall contain no limitations on the scope
of protection afforded to City, its officers, officials, employees,
designated volunteers or agents serving as independent contractors
in the role of City officials which are not also limitations applicable
to the named insured.
(2) For any claims related to this Agreement, Contractor’s insurance
coverage shall be primary insurance as respects City, its officers,
officials, employees, designated volunteers and agents serving as
independent contractors in the role of City officials. Any insurance
or self-insurance maintained by City, its officers, officials,
employees, designated volunteers or agents serving as independent
contractors in the role of City officials shall be in excess of
Contractor’s insurance and shall not contribute with it.
(3) Contractor’s insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect
to the limits of the insurer’s liability.
(4) Contractor shall provide immediate written notice if (1) any of the
required insurance policies is terminated; (2) the limits of any of
the required polices are reduced; (3) or the deductible or self-
insured retention is increased. In the event of any cancellation or
reduction in coverage or limits of any insurance, Contractor shall
forthwith obtain and submit proof of substitute insurance. Should
Contractor fail to immediately procure other insurance, as
specified, to substitute for any canceled policy, the City may
procure such insurance at Contractor’s sole cost and expense.
(5) Each insurance policy required by this clause shall expressly waive
the insurer’s right of subrogation against City, its elected officials,
officers, employees, servants, attorneys, designated volunteers,
and agents serving as independent contractors in the role of City
officials.
(6) Each policy shall be issued by an insurance company approved in
writing by City, which is admitted and licensed to do business in
the State of California and which is rated A:VII or better according
to the most recent A.M. Best Co. Rating Guide.
(7) Each policy shall specify that any failure to comply with reporting
Page 70
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 10
or other provisions of the required policy, including breaches of
warranty, shall not affect the coverage required to be provided.
(8) Each policy shall specify that any and all costs of adjusting and/or
defending any claim against any insured, including court costs and
attorneys' fees, shall be paid in addition to and shall not deplete any
policy limits.
(9) Contractor shall provide any and all other insurance, endorsements,
or exclusions as required by the City in any request for proposals
applicable to this Agreement.
12.6 Evidence of coverage. Prior to commencing performance under this
Agreement, the Contractor shall furnish the City with certificates and original endorsements, or
copies of each required policy, effecting and evidencing the insurance coverage required by this
Agreement including (1) Additional Insured Endorsement(s), (2) Worker’s Compensation
waiver of subrogation endorsement, and (3) General liability declarations or endorsement page
listing all policy endorsements. The endorsements shall be signed by a person authorized by the
insurer(s) to bind coverage on its behalf. All endorsements or policies shall be received and
approved by the City before Contractor commences performance. If performance of this
Agreement shall extend beyond one year, Contractor shall provide City with the required policies
or endorsements evidencing renewal of the required policies of insurance prior to the expiration
of any required policies of insurance.
12.7 Contractor agrees to include in all contracts with all subcontractors
performing work pursuant to this Agreement, the same requirements and provisions of this
Agreement including the indemnity and insurance requirements to the extent they apply to the
scope of any such subcontractor’s work. Contractor shall require its subcontractors to be bound
to Contractor and City in the same manner and to the same extent as Contractor is bound to City
pursuant to this Agreement, and to require each of its subcontractors to include these same
provisions in its contract with any sub-subcontractor.
13. Cooperation. In the event any claim or action is brought against City relating to
Contractor’s performance or services rendered under this Agreement, Contractor shall render any
reasonable assistance and cooperation that City might require. City shall compensate Contractor
for any litigation support services in an amount to be agreed upon by the parties.
14. 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.
Page 71
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 11
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.
15. Notices. Any notices, bills, invoices, or reports authorized or required by this
Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered
by hand or overnight courier service during Contractor’s and City’s regular business hours; or (b)
on the third business day following deposit in the United States mail, postage prepaid, to the
addresses set forth in this Section, or to such other addresses as the parties may, from time to
time, designate in writing pursuant to the provisions of this Section.
All notices shall be addressed as follows:
If to City: Maritza Martinez
City of Rancho Cucamonga
Public Works Services Department
8794 Lion Street
Rancho Cucamonga, CA 91730
If to Contractor: Terry Noriega, President
Mariposa Landscapes, Inc.
6332 Santos Diaz Street
Irwindale, CA, 91702
16. Non-Discrimination and Equal Employment Opportunity. In the performance
of this Agreement, Contractor shall not discriminate against any employee, subcontractor, or
applicant for employment because of race, color, creed, religion, sex, marital status, national
origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
Contractor will take affirmative action to ensure that subcontractors and applicants are employed,
and that employees are treated during employment, without regard to their race, color, creed,
religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation.
17. Assignment and Subcontracting. Contractor shall not assign or transfer any
interest in this Agreement or subcontract the performance of any of Contractor’s obligations
hereunder without City’s prior written consent. Except as provided herein, any attempt by
Contractor to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder
shall be null, void and of no effect.
18. Compliance with Laws. Contractor shall comply with all applicable federal, state
and local laws, ordinances, codes and regulations in force at the time Contractor performs the
Page 72
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 12
Services. Contractor is aware of the requirements of California Labor Code Section 1720, et seq.,
and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq.,
(“Prevailing Wage Laws”), which require the payment of prevailing wage rates and compliance
with other requirements on “public works” and “maintenance” projects. If the Services are being
performed as part of an applicable “public works” or “maintenance” project, as defined by the
Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully
comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations
can be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Contractor shall make
copies of the prevailing rates of per diem wages for each craft, classification or type of worker
needed to execute the Services, available to interested parties upon request, and shall post copies
at the Contractor’s principal place of business and at the Project site. Contractor shall defend,
indemnify and hold the City, its elected officials, officers, employees and agents free and harmless
from any claim or liability arising out of any failure or alleged failure to comply with the
Prevailing Wage Laws.
19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one
or more of the conditions of performance under this Agreement shall not be a waiver of any other
condition of performance under this Agreement. In no event shall the making by City of any
payment to Contractor constitute or be construed as a waiver by City of any breach of covenant,
or any default which may then exist on the part of Contractor, and the making of any such payment
by City shall in no way impair or prejudice any right or remedy available to City with regard to
such breach or default.
20. Attorney’s Fees. In the event that either party to this Agreement shall commence
any legal action or proceeding to enforce or interpret the provisions of this Agreement, the
prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including
reasonable attorney’s fees and costs of experts.
21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement
are hereby incorporated in this Agreement. In the event of any material discrepancy between the
express provisions of this Agreement and the provisions of any document incorporated herein by
reference, the provisions of this Agreement shall prevail.
22. Applicable Law and Venue. The validity, interpretation, and performance of this
Agreement shall be controlled by and construed under the laws of the State of California. Venue
for any action relating to this Agreement shall be in the San Bernardino County Superior Court.
23. Construction. In the event of any asserted ambiguity in, or dispute regarding the
interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by
any rules of interpretation providing for interpretation against the party who causes the
uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of
the Agreement.
24. Entire Agreement. This Agreement consists of this document, and any other
documents, attachments and/or exhibits referenced herein and attached hereto, each of which is
Page 73
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 13
incorporated herein by such reference, and the same represents the entire and integrated
agreement between Contractor and City. This Agreement supersedes all prior oral or written
negotiations, representations or agreements. This Agreement may not be amended, nor any
provision or breach hereof waived, except in a writing signed by the parties which expressly refers
to this Agreement.
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Mariposa Landscapes Inc.
By:
Name Date
City of Rancho Cucamonga
By:
Name Date
Title Title
By:
Name Date
Title
(two signatures required if corporation)
Page 74
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 14
ATTACHMENTS
• Attachment A – Sample Additional Insured Endorsement, Ongoing Operations
• Attachment B – Sample Additional Insured Endorsement, Completed Operations
• Attachment C – Sample Waiver of Subrogation
Page 75
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 15
Attachment A – Sample Additional Insured Endorsement, Ongoing Operations
Page 76
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 16
Attachment B – Sample Additional Insured Endorsement, Completed Operations
Page 77
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 17
Attachment C – Sample Waiver of Subrogation
Page 78
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 18
SCOPE OF WORK
Scope of Work Contents:
• Exhibit A – RFP 25/26-004
• Exhibit B – Contractor’s proposal, dated June 11, 2025
• Exhibit C – Unit Costs
Page 79
Exhibit A
REQUEST FOR PROPOSAL (“RFP”) #25/26-004
FOR
LANDSCAPE AND IRRIGATION MAINTENANCE FOR LMD 1 PARKS
City of Rancho Cucamonga
Procurement Division
10500 Civic Center Drive
Rancho Cucamonga, California 91730
Page 80
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 2 of 60
Table of Contents
1. OVERVIEW ............................................................................................................................................... 6
1.1. GENERAL BACKGROUND .................................................................................................................... 6
1.2. PROPOSAL DELIVERY AND SCHEDULE OF EVENTS ....................................................................................... 6
1.3. DISCREPANCIES OR OMISSIONS ............................................................................................................ 7
1.4. CONTINGENCIES ............................................................................................................................... 7
1.5. QUESTIONS AND CLARIFICATIONS ......................................................................................................... 7
1.6. DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION ............................................... 8
1.7. BRAND NAMES ............................................................................................................................... 8
1.8. KNOWLEDGE OF REQUIREMENTS .......................................................................................................... 8
1.9. RESERVATION OF RIGHTS ................................................................................................................... 8
1.10. CALIFORNIA'S PUBLIC RECORDS ACT ...................................................................................................... 9
2. MINIMUM REQUIREMENTS .......................................................................................................................... 10
2.1. BUSINESS LICENSE ........................................................................................................................... 10
2.2. PREVAILING WAGES ......................................................................................................................... 10
2.3. REPRESENTATIVES ........................................................................................................................... 10
2.4. EMPLOYEE CONDUCT ....................................................................................................................... 11
3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS .................................................................................. 12
3.1. COVER LETTER / INTRODUCTION .......................................................................................................... 12
3.2. TABLE OF CONTENTS ....................................................................................................................... 12
3.3. PROJECT UNDERSTANDING AND APPROACH ........................................................................................... 12
3.4. QUALIFICATIONS AND EXPERIENCE ....................................................................................................... 12
3.5. PROJECT TEAM ............................................................................................................................... 13
3.6. STAFFING LEVELS ............................................................................................................................ 13
3.7. THIRD-PARTY / SUBCONTRACTORS ...................................................................................................... 14
3.8. PROPOSAL RESPONSE ....................................................................................................................... 14
3.9. EXHIBITS A THROUGH H .................................................................................................................... 14
3.10. NON-DISCLOSURE CONFLICT OF INTEREST .............................................................................................. 14
3.11. PROFESSIONAL SERVICE AGREEMENT .................................................................................................... 14
3.12. ACKNOWLEDGEMENT OF INSURANCE .................................................................................................... 15
Page 81
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 3 of 60
3.13. ADDENDUM ACKNOWLEDGEMENT ....................................................................................................... 15
3.14. DEBARMENT AND SUSPENSION ........................................................................................................... 15
3.15. PARTICIPATION CLAUSE .................................................................................................................... 15
3.16. SIGNATURE OF AUTHORITY ................................................................................................................ 16
3.17. COMPANY REFERENCES ..................................................................................................................... 16
3.18. LINE-ITEM PRICING .......................................................................................................................... 16
4. PROJECT DESCRIPTION AND SCOPE OF SERVICES ................................................................................................ 16
4.1. PROJECT DESCRIPTION ...................................................................................................................... 16
4.2. SCOPE OF SERVICES.......................................................................................................................... 17
4.2.1. EXAMINATION OF PLANS, SPECIFICATION, AND SITE OF WORK ............................................................... 17
4.2.2. CONTRACTOR’S LICENSE .............................................................................................................. 17
4.2.3. COMPETENCY OF CONTRACTOR ..................................................................................................... 17
4.2.4. CONTRACT TERM ....................................................................................................................... 18
4.2.5. BONDS ........................................................................................................................................................................ 18
4.2.6. SUPERVISION AND STAFF ............................................................................................................. 18
4.2.7. PREVAILING WAGE .................................................................................................................... 18
4.2.8. COMMUNICATIONS .................................................................................................................... 19
4.2.9. NON-RESPONSIVENESS OF CONTRACTOR.......................................................................................... 19
4.2.10. SERVICE LEVELS ......................................................................................................................... 19
4.2.11. SCHEDULING OF WORK ............................................................................................................... 19
4.2.12. UNDERGROUND SERVICE ALERT ..................................................................................................... 20
4.2.13. MEASUREMENT AND PAYMENT ..................................................................................................... 20
4.2.14. DEDUCTIONS ............................................................................................................................ 21
4.2.15. DEFICIENT PERFORMANCE – NOTIFICATION AND CORRECTIVE ACTION ...................................................... 23
4.2.16. WORK SITES ............................................................................................................................ 24
4.2.17. ADDITIONS .............................................................................................................................. 24
4.2.18. QUALITY OF WORK .................................................................................................................... 24
4.2.19. INSPECTIONS ............................................................................................................................ 25
4.2.20. REPLACEMENT OF LANDSCAPE MATERIALS & CITY PROPERTY ................................................................ 25
4.2.21. UTILITY BILLS ........................................................................................................................... 25
Page 82
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 4 of 60
4.2.22. CONFORMING TO STATE AND FEDERAL GUIDELINES FOR STORMWATER POLLUTION PREVENTION ................... 25
4.2.23. PERMITS ..................................................................................................................................................................... 25
4.3. WORK AREA TRAFFIC CONTROL ......................................................................................................... 26
4.3.1. TRAFFIC CONTROL PERMIT .......................................................................................................... 26
4.3.2. SIGNS, BARRICADES, AND DELINEATORS .......................................................................................... 26
4.3.3. TRAINING ............................................................................................................................... 26
4.3.4. ROUTINE MAINTENANCE ............................................................................................................ 26
4.3.5. TURF MAINTENANCE ................................................................................................................. 26
4.3.6. SHRUB, GROUNDCOVER, DECOMPOSED GRANITE (DG) AND VINE MAINTENANCE ....................................... 29
4.3.7. IRRIGATION MAINTENANCE ......................................................................................................... 36
4.3.8. PEST CONTROL ........................................................................................................................ 38
4.3.9. EXTRA WORK .......................................................................................................................... 48
5. EVALUATION AND CONTRACTOR SELECTION PROCESS ......................................................................................... 48
5.1. INITIAL SCREENING ......................................................................................................................... 48
5.2. EVALUATION ACTIVITIES ................................................................................................................... 48
5.3. COST EVALUATION ......................................................................................................................... 49
5.4. REFERENCE CHECKS ........................................................................................................................ 49
5.5. PRESENTATIONS / ORAL BOARD INTERVIEWS ......................................................................................... 50
5.6. FINANCIAL DOCUMENTATION ............................................................................................................ 50
5.7. BEST AND FINAL OFFER .................................................................................................................... 50
5.8. CONTRACTOR SELECTION .................................................................................................................. 50
5.9. LETTER OF INTENT TO AWARD ............................................................................................................ 51
“EXHIBIT A, CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT” ......... 52
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY” ............................................. 53
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED” .................................................................................... 54
“EXHIBIT D, ADDENDUM ACKNOWLEDGEMENT” ........................................................................................ 55
“EXHIBIT E, DEBARMENT and SUSPENSION CERTIFICATION FORM” ............................................................ 56
“EXHIBIT F, PARTICIPATION CLAUSE”.......................................................................................................... 57
“EXHIBIT G, SIGNATURE OF AUTHORITY” .................................................................................................... 58
Page 83
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 5 of 60
“EXHIBIT H” REFERENCES WORKSHEET ........................................................................................................ 59
Page 84
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 6 of 60
1. OVERVIEW
1.1. GENERAL BACKGROUND
The City of Rancho Cucamonga (hereinafter “City”) is inviting qualified Contractors (hereinafter “Contractor”)
to submit a proposal response for Request for Proposals (“RFP”) #25/26-004 for Landscape and Irrigation
Maintenance for LMD 1 Parks in accordance with the minimum Scope of Services and Specifications indicated
herein.
Contractors wishing to participate in the RFP solicitation must be registered as a Contractor on Planet Bids
through the City website at https://www.cityofrc.us/your-government/procurement. Only those responses
received from registered Contractors will be accepted. Responses must be submitted by the named Contractor
that has downloaded the RFP. Submitting a response under a Contractor name that does not appear to be on
the Prospective Bidders list will be deemed as non-responsive and disqualify said response from further
consideration.
1.2. PROPOSAL DELIVERY AND SCHEDULE OF EVENTS
Complete RFP responses must be received electronically via Planet Bids prior to the due date and time specified
in the below Schedule of Events. Please note, there will be no paper responses accepted. The City shall not be
responsible for any delays by transmission errors.
Schedule of Events
Event Description Date & Time
Post RFP April 21, 2025
Questions Due May 8, 2025, by 9:00 am
Addendum Issued May 15, 2026
RFP Response Due Date June 11, 2025, by 9:00 am
Evaluation Process June 16 – 24, 2025
Short List Letter Issued June 26, 2025
Oral Board & Presentation TBD
Letter of Intent to Award TBD
Contract Award Date TBD
(The City reserves the right to change schedule of events without prior notice or responsibility to
Contractor.)
Page 85
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 7 of 60
1.3. DISCREPANCIES OR OMISSIONS
Contractors finding discrepancies or omissions in the RFP or having any doubts as to the meaning or intent of
any part thereof shall submit such questions or concerns in writing electronically via Planet Bids. The City bears
no responsibility for oral instructions or representations. Addenda to this RFP shall be considered a part of this
RFP and shall become part of any final Contract that may be derived from this RFP.
1.4. CONTINGENCIES
This RFP should not be considered as a contract to purchase goods or services but is a Request for Proposal in
accordance with the terms and conditions herein and will not necessarily give rise to a Contract. However, RFP
responses should be as detailed and complete as possible to facilitate the formation of a contract based on the
RFP response(s) that are pursued should the City decide to do so.
Completion of this RFP form and its associated appendices are a requirement. Failure to do so may disqualify
your RFP response submittal. Contractors must submit signed RFP responses by the due date and time as
specified herein. Contractors will be considered non-responsive if the above requirements are not submitted
as requested.
Any scope of services, contingencies, special instruction and/or terms and conditions applicable to this RFP and
any purchase order derived thereafter shall be effective as of the issue date of a purchase order for the
requested work (the “Effective Date”), and shall remain in full force and effect until sixty (60) days after the City
has accepted the work in writing and has made final payment, unless sooner terminated by written agreement
signed by both parties.
1.5. QUESTIONS AND CLARIFICATIONS
All questions or clarification requests must be submitted directly through the City’s bid system no later than the
due date and time indicated in the above Schedule of Events. Answers and/or clarifications will be provided in
the form of an Addendum and will be posted for download from the City ’s bid system in accordance with the
above “Schedule of Events”.
From the issuance date of this RFP until a Contractor is awarded, Contractors are not permitted to communicate
with any City staff or officials regarding this procurement, other than during interviews, demonstrations, and/or
site visits, except at the direction of Ruth Cain, Procurement Manager, the designated representative of the City
of Rancho Cucamonga.
Page 86
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 8 of 60
1.6. DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION
All materials submitted in response to this RFP solicitation will become the property of the City and will be
returned only at the City ’s option and at the expense of the Contractor submitting the RFP response. A copy of
the RFP response will be retained for official files and become a public record. Any material that a Contractor
considers as confidential but does not meet the disclosure exemption requirements of the California Public
Records Act may be made available to the public regardless of a notation or markings of confidentiality or
otherwise.
1.7. BRAND NAMES
Any reference to brand names and/or numbers in the solicitation is intended to be descriptive, but not
restrictive, unless otherwise specified. RFP responses offering equivalent items meeting the standards of quality
specified may be considered, unless other specified, providing the RFP response clearly describes the article
offered and how it differs from the referenced brand. Unless a Contractor specifies otherwise, it is understood
that the Contractor is offering a referenced brand item as specified in the solicitation. The City reserves the right
to determine whether a substitute offer is equivalent to and meets the standards of quality indicated by the
brand name references, and the City may require the supply of additional descriptive material and a sample.
1.8. KNOWLEDGE OF REQUIREMENTS
The Contractor shall carefully review all documents referenced and made a part of the solicitation document to
ensure that all information required to properly respond has been submitted or made available and all
requirements are priced in the RFP response. Failure to examine any documents, drawings, specifications, or
instructions will be at the Contractor’s sole risk.
Contractors shall be responsible for knowledge of all items and conditions contained in their RFP responses and
in this RFP, including any City issued clarifications, modifications, amendments, or addenda. The City will provide
notice of any changes and clarifications to perspective Contractors by way of addenda to Planet Bids; however,
it is the Contractor’s responsibility to ascertain that the RFP response includes all addenda issued prior to the
RFP due date.
1.9. RESERVATION OF RIGHTS
The issuance of this RFP does not constitute an agreement by the City that any contract will be entered by the
City. The City expressly reserves the right at any time to:
• Waive or correct any defect or informality in any response, RFP, or RFP procedure.
• Reject any or all RFPs.
• Reissue a Request for RFPs.
Page 87
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 9 of 60
• Prior to submission deadline for RFPs, modify all or any portion of the selection procedures, including
deadlines for accepting responses, the specifications or requirements for any materials, equipment,
or services to be provided under this RFP, or the requirements for contents or format of the RFPs.
• The City recognizes that price is only one of several criteria to be used in judging a product or service,
and the City is not legally bound to accept the lowest RFP response.
• The City reserves the right to conduct pre-award discussions and/or pre-Contract negotiations with
any or all responsive and responsible Contractors who submit RFP responses.
• Procure any materials, equipment or services specified in this RFP by any other means.
• Determine that no project will be pursued.
• The City reserves the right to inspect the Contractor’s place of business prior to award or at any time
during the contract term or any extension thereof, to determine the Contractor’s capabilities and
qualifications.
1.10. CALIFORNIA'S PUBLIC RECORDS ACT
The City complies with the California Public Records Act, Government Code Section 6250 et seq, Public records
are open to inspection always during the office hours of the state or local agency and every person has a right
to inspect any public record, except as hereafter provided. Any reasonably segregable portion of a record shall
be available for inspection by any person requesting the record after deletion of the portions that are exempted
by law.
Neither an RFP in its entirety, nor proposed prices shall be considered confidential and proprietary.
Notwithstanding the foregoing, companies are hereby notified that all materials submitted in response to this
RFP are subject to California's Public Records Act. The City 's receipt, review, evaluation or any other act or
omission concerning any such information shall not create an acceptance by the City or any obligation or duty
to prevent the disclosure of any such information except as required by Government Code Section 6253.
Companies who submit information they believe should be exempt from disclosure under the Public
Records Act shall clearly mark each document as confidential, proprietary, or exempt, and state the legal basis
for the exemption with supporting citations to the California Code. Pursuant to California Law, if the information
is requested under the Public Records Act, the City shall make a final determination if any exemption exists for
the City to deny the request and prevent disclosure. The City will withhold such information from public
disclosure under the Public Records Act only if the City determines, in its sole discretion, that there is a legal
basis to do so.
Page 88
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 10 of 60
2. MINIMUM REQUIREMENTS
2.1. BUSINESS LICENSE
A selected Contractor awarded a contract shall be required to obtain a Rancho Cucamonga Business License no
later than five (5) business days from notification of award prior to being issued a Purchase Order. A selected
Contractor must possess and maintain all appropriate licenses/certifications necessary in the performance of
duties required under this RFP and will provide copies of licenses/certifications immediately upon request
throughout the term of the Contract.
2.2. PREVAILING WAGES
Where labor is required for a public work as a part of any requirement covered by this RFP, pursuant to the
provisions of the Labor Code of the State of California and/or the federal Davis-Bacon Act, a selected
Contractor(s) shall pay no less than those minimum wages unless an exemption applies. In certain cases, an
exemption from the prevailing wage requirement may apply to the scope of work. (See Cal. Labor Code
§ 1720(c)(1), (5); 42 USC § 5310(a). However, the City makes no representations in this RFP that such an
exemption will apply or that prevailing wages will not be required for a scope of work covered by this RFP.
2.3. REPRESENTATIVES
Should a selected Contractor require the services of a third-party to complete the Scope of Services indicated in
this RFP, the awarded Contractor will not assign, transfer, convey or otherwise dispose of the contract or its
right, title, or interest in or to the same, or any part thereof. Any attempt by the awarded Contractor to so
assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no
effect.
The awarded Contractor shall be solely responsible for the satisfactory work performance of all personnel
engaged in performing the Services including Contractor’s subcontractor. All Services shall be performed by the
awarded Contractor or under the awarded Contractor’s direct supervision, and all personnel shall possess the
qualifications, permits, and licenses required by state and local law to perform such services.
The awarded Contractor shall be responsible for payment of all employees’ and subcontractors’ wages and
benefits and shall comply with all requirements pertaining to employer’s liability, workers’ compensation,
unemployment insurance, and Social Security. By its execution of this Agreement, Contractor certifies that it is
aware of the provisions of Section 3700 of the California Labor Code that 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 agrees to comply with such provisions before commencing the performance of the services.
Page 89
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 11 of 60
In case of default by the Contractor, the City may take the following actions which shall include but not be
limited to; cancellation of any purchase order, procurement of the articles or service from other sources and
may deduct from unpaid balance due to the Contractor, or may bill for excess costs so paid, and the prices paid
by the City shall be considered the prevailing market prices paid at the time such purchase is made, withholding
of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries, or
Contractors for delivery, which do not meet specifications, will be for the account of the Contractor.
City Representative:
For the purposes of this Agreement, the contract administrator and City ’s representative shall
be , or such other person as designated in writing by City (“City ’s Representative”). It shall
be the Contractor’s responsibility to assure that City ’s Representative is kept informed of the progress of the
performance of the services, and the Contractor shall refer any decisions that must be made by City-to-City
Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the
approval of the City Representative.
Contractor Representative:
The response to this RFP shall designate the representative of the Contractor authorized to act in its behalf with
respect to the services specified herein and make all decisions in connection therewith (“Contractor’s
Representative”). It is expressly understood that the experience, knowledge, capability, and reputation of the
Contractor’s Representative will be a substantial inducement for City to enter into an Agreement with the
Contractor. Therefore, the Contractor’s Representative shall be responsible during the term of any Agreement
for directing all activities of Contractor and devoting enough time to personally supervise the services
hereunder. The successful Contractor may not change the Contractor’s Representative without the prior
written approval of City ’s Representative.
2.4. EMPLOYEE CONDUCT
All Contractor personnel must observe all City regulations in effect at the location where the Services are being
conducted. While on City property, the Contractor’s personnel shall be subject to oversight by City staff. Under
no circumstances shall the Contractor’s or Contractor’s sub-Contractor personnel be deemed as employees of
the City. Contractor or Contractor’s subcontractor personnel shall not represent themselves to be employees
of the City.
Contractor's personnel will always make their best efforts to be responsive, polite, and cooperative when
interacting with representatives of the City and City employees. The Contractor's personnel shall be required
to work in a pleasant and professional manner with City employees, outside Contractors, and the public.
Nothing contained in this RFP shall be construed as granting the Contractor the sole right to supply personal or
Page 90
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 12 of 60
contractual services required by the City or without the proper City approval and the issuance of a Purchase
Order.
3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS
Completion of this RFP form and its associated Exhibits are a requirement. To be considered responsive and
evaluate RFP responses fairly and completely Contractors must comply with the format and submission
requirements set out in this RFP, and provide all information requested. Failure to comply with this instruction
will deem said RFP response as non-responsive and will not receive further consideration in the evaluation
process.
If only one RFP response is received, the City reserves the right to discard the response, re-bid or proceed with
an RFP review and negotiations.
3.1. COVER LETTER / INTRODUCTION
RFP responses must include a cover letter including the Contractors business name and address of Contractor
and the name, mailing address, and telephone number of the contact person regarding the RFP response. The
cover letter shall condense and highlight the contents of the Contractor’s RFP response to provide the Evaluation
Committee with a broad understanding of the Contractor’s approach, proposal, experience, and staffing. A
signature by an authorized representative must be included on each RFP response. Said signature will be
considered confirmation of the Contractor’s ability and willingness to comply with all provisions stated herein.
3.2. TABLE OF CONTENTS
The Table of Contents must be a comprehensive listing of the contents included in your RFP response. This
section must include a clear definition of the material, exhibits and supplemental information identified by
sequential page numbers and by section reference numbers. Each section of the RFP response will be separated
by a title page at the beginning of each section.
3.3. PROJECT UNDERSTANDING AND APPROACH
Outline the Contractor’s understanding of the project and any potential challenges or delays you foresee and
ways to overcome these challenges. Describe the Contractor’s proposed approach to the scope of services listed
in this RFP. Include a full, detailed task breakdown that outlines assumptions and deliverables clearly for each
task. Contractors may include options or enhancements to the scope of work for the City’s consideration.
3.4. QUALIFICATIONS AND EXPERIENCE
To be considered for this project, the Contractor must have a minimum of five (5) years of experience
developing, fully implementing, and/or performing similar Scope of Work. The Contractor shall demonstrate
Page 91
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 13 of 60
their qualifications, experience, expertise, and capability to perform the requirements of this RFP. Provide an
overview of the Contractor’s qualifications and experience, including.
• The number of years in business, main business focus, locations that will primarily support the project.
• If the Company is involved in any pending litigation that may affect its ability to provide its proposed
solution or ongoing maintenance or support of its products and services.
• A statement as to whether your Company is an individual proprietorship, partnership, corporation, or
private nonprofit Company, and the date your company was formed or incorporated.
• Five projects with a similar scope of work completed within the last five years. Must include the project
scope of work, Contractor’s team members that worked on the project, and timeline of the project
delivery.
• The Contractor shall provide additional information as necessary for the City to consider in the
evaluation of the submitted proposal.
RFP responses are due on the date and time indicated in the above schedule of events. Submittals shall be
submitted electronically via Planet Bids; no paper RFP responses will be accepted. RFP responses must include
the information required by this RFP. There is no maximum page limit for this RFP.
3.5. PROJECT TEAM
This section should introduce the key staff that the Company commits to the project. A proposed Organization
Chart shall be included. Submit the resumes of the individuals who will be performing the services for the City.
Resumes shall include the following information:
• Project Role,
• Length of time with the Company,
• Years of Experience,
• Licenses, registrations, and certifications as required by law to perform the Scope of Work described
herein,
• Educational background,
• Experience with the minimum requirements stated herein,
• Work history on similar or like projects with the other municipalities.
3.6. STAFFING LEVELS
The Contractor shall complete and submit Schedule IV, Labor Hours by Month and Job Classification. The
completed Schedule IV shall list the minimum labor hours by Month and Job Classification the Contractor will
provide, if a contract is awarded, to complete the routine services at the frequencies specified herein. Provision
of the minimum number labor hours shall not relieve the Contractor of the responsibility to complete the
regularly scheduled maintenance tasks at the frequencies specified in these specifications.
Page 92
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 14 of 60
“Extra work” projects shall require the assignment of additional staff. Staff assigned to “extra work” projects
shall not be counted toward the minimum labor hours proposed for the routine, cyclical, services.
Failure to submit Schedule IV will be cause to deem the Contractor’s proposal to be non-responsive.
3.7. THIRD-PARTY / SUBCONTRACTORS
If the Contractor intends to subcontract any portion of the work, a detailed list of any subcontractors, partners,
or third-party Contractors who will be involved in the implementation of the proposed services should be
included in this section. Information provided on subcontractors Contractors shall include:
• Description of subcontractor’s role in the project.
• Description of the Contractor’s experience with each of the proposed subcontractors,
• Resumes with the same format as specified above for the key team members of the subcontracting
team,
• Three (3) customer references for each subcontractor to include references names, addresses, and
telephone numbers, for products and services like those described in this RFP.
3.8. PROPOSAL RESPONSE
Under this section Contractors shall provide a full, detailed response to the City ’s Scope of Services listed herein.
Contractors should be as thorough as possible in their response as it may be the only opportunity to convey
information regarding your business, ability, and qualifications to complete the services needed.
3.9. EXHIBITS A THROUGH H
The following named Exhibits A through H are a requirement and must be complete and signed where required.
Exhibits are not to be included in your proposal response. All referenced Exhibits must be submitted in Planet
Bids system under the Response Types, Exhibits A – G and Exhibit H. Failure to comply with this instruction
will deem your RFP submittal as non-responsive.
3.10. NON-DISCLOSURE CONFLICT OF INTEREST
Specify any possible conflicts of interest with your current clients or staff members and the City. A signed
“Exhibit A, Conflict of Interest and Non-Disclosure Agreement” included herein must be submitted under the
Planet Bid Response Types, Exhibits A – G.
3.11. PROFESSIONAL SERVICE AGREEMENT
In addition to the acceptance of the City ’s Terms and Conditions, the successful Contractor will be required to
enter into a Professional Services Agreement (“PSA”) with the City, a “Sample” of which is attached in the City
’s bid system for review. All requirements of said PSA must be completed by the successful Contractor and
Page 93
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 15 of 60
signed by both applicable parties prior to any services being rendered. This RFP sets forth some of the general
provisions which may be included in the final PSA. In submitting a response to this RFP, Contractor will be
deemed to have agreed to each clause unless otherwise indicated in “Exhibit B, Professional Services
Agreement Exceptions Summary” and the City agrees to either accept the objection or deviation or change the
PSA language in writing. Failure to raise any objections at the time of this RFP response submittal will result in
a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception
Summary must be submitted in Planet Bids system under the Response Types tab “Exhibits A – G”.
3.12. ACKNOWLEDGEMENT OF INSURANCE
Contractors must meet all insurance requirements as outlined in the Professional Services Agreement. Ability
to comply with said requirements must be indicated with signature of “Exhibit C, Acknowledgement of
Insurance Requirements and Certification of Ability to Provide and Maintain Coverages Specified”. The
awarded Contractor will be responsible for providing the required Certificates of Insurance and must be the
Named Insured on the Certificates. Certificates of Insurance from any other entity other than the awarded
Contractor, will not be accepted. The signed Acknowledgement of Insurance must be submitted under the
Planet Bid Response Types, Exhibits A – G.
3.13. ADDENDUM ACKNOWLEDGEMENT
The Contractor shall hereby acknowledge they have received all posted Addendums, if any. It is the Contractor’s
responsibility to log into the Bid System to identify and download the number of addenda that have been
posted. Addenda issued in correspondence to this RFP shall be considered a part of this RFP and shall become
part of any final Contract that may be derived from this RFP. Contractors must indicate their acknowledgement
of any Addendums by way of signature on “Exhibit D, Addendum Acknowledgement” and must be submitted
under the Planet Bid Response Types, Exhibits A – G.
3.14. DEBARMENT AND SUSPENSION
Bidding Contractors must verify by way of signature to “Exhibit E, Contractor Certification Form” that they are
not listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with
the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and
12689 (3 CFR part 1989 Comp., p. 235), and that neither Contractor nor any of its proposed subcontractors are
tax delinquent with the State of California. The signed exhibit must be submitted under the Planet Bid
Response Types, Exhibits A – G.
3.15. PARTICIPATION CLAUSE
Contractors shall provide a completed “Exhibit F, Participation Clause”, must be submitted under the Planet
Bid Response Types, Exhibits A – G. This will indicate a Contractors agreement to or not to allow other entities
to utilize the RFP response and awarded contract as a piggyback option.
Page 94
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 16 of 60
3.16. SIGNATURE OF AUTHORITY
“Exhibit G”, Signature of Authority must be submitted under the Planet Bid Response Types, Exhibits A – G.
Unsigned RFP responses will not be accepted. The Signature of Authority declares that the Contractor has
carefully examined the instruction indicated herein including all terms and condition and specifications, and
hereby proposes and agrees, if the Contractors RFP response is accepted, Contractor agrees to furnish all
material in accordance with the instruction and specifications in the time and manner prescribed for the unit
cost amounts set forth in the Contractors RFP response.
3.17. COMPANY REFERENCES
Provide a minimum of four (4) references, preferably with other municipalities in which similar services are
being performed. References must be for work performed or completed within the past three (3) years.
“Exhibit H, Reference Worksheet”, must be complete and uploaded into the Planet Bid system under the
“Response Type” section identified as “Exhibit H”. While the Reference Worksheet accompanies your RFP
response it is not to be discussed in any other area of the RFP response other than the “Response Type, Exhibit
H” in Planet Bids.
3.18. LINE-ITEM PRICING
Line-item pricing for this RFP must be provided directly in the Planet Bids system under the “Line Items” tab.
This pricing is not an estimate and is Company fixed price for each item listed. Contractor’s pricing quotes
outside of the pricing listed in Planet Bids under the “Line Items” tab will not be accepted or considered for
award. Any additional cost required should be noted in the additional cost line item and a summary of the cost
provided in the notes section of the line item. While line-item pricing accompanies your RFP response it is not
to be discussed in any other area of the RFP response other than the “Line Item” tab in Planet Bids. The City
will not be obligated to any estimated pricing or pricing not identified in the “Line Item” tab in Planet Bids.
Failure to provide the required line-Item pricing in the required format will cause Contractors RFP response to
be considered as non-responsive and be eliminated from proceeding any further in the process. Any questions
or clarifications regarding how to correctly submit line-Item pricing should be submitted by the “Questions Due”
date and time indicated in the schedule of events.
4. PROJECT DESCRIPTION AND SCOPE OF SERVICES
4.1. PROJECT DESCRIPTION
The scope of work is complete, continuous, consistent, and safe landscape and irrigation maintenance of the
designated areas that are specified herein. During, and at the end of the contract period, all plant material shall
be in a healthy, growing condition and all irrigation systems will be in the proper state of repair and adjustment.
The Contractor shall provide all equipment, labor, and materials necessary for performing landscape and
irrigation maintenance according to the specifications herein.
Page 95
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 17 of 60
The intent and purpose of this agreement is to provide a level of maintenance to the areas such that each will
present a safe, pleasing, and desirable appearance within the limitations of the contracted service levels. The
Contractor agrees to maintain all the designated areas covered by this Agreement at such levels. The Public
Works Services Director, or their designated representative, shall be the sole judge as to the adequacy and
quality of maintenance.
The work shall be done in accordance with City Standard Plans and “The ‘Green Book’ Standard Specifications
for Public Works Construction” 2021 edition including subsequent amendments, supplements and/or additions.
Copies are available from the publisher, Building News, Incorporated, 1612 So. Clementine Street, Anaheim,
California, 92802, telephone (714) 517-0970.
Where the Public Works Services Director is mentioned in these Special Provisions, it shall be noted that their
designated representative may act in their behalf regarding administration of this agreement.
4.2. SCOPE OF SERVICES
4.2.1. EXAMINATION OF PLANS, SPECIFICATION, AND SITE OF WORK
Bidders must satisfy themselves by personal examination of the work site, plans, specifications, and other
contract documents, and by any other means as they may believe necessary, as to the actual physical conditions,
requirements and difficulties under which the work must be performed. No bidder shall at any time after
submission of a proposal make any claim or assertion that there was any misunderstanding or lack of
information regarding the nature or amount of work necessary for the satisfactory completion of the job. Any
errors, omissions, or discrepancies found in the specifications, or other contract documents shall be called to
the attention of the City and clarified prior to the submission of proposals.
4.2.2. CONTRACTOR’S LICENSE
Contractor shall possess any and all Contractor’s licenses, in form and class as required by any and all applicable
laws with respect to any and all of the work to be performed under this contract; including, but not limited to,
a Class A (General Engineering Contractor) or a Class C-27 (Landscape Contractor); 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 at the time this contract is awarded.
4.2.3. COMPETENCY OF CONTRACTOR
The bidder shall be licensed under the provisions of Division 3, Chapter 9 of the Business and Professions Code
of the State of California to do the type of work contemplated in the contract and shall be skilled and regularly
engaged in the general class or type of work called for under this contract.
Page 96
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 18 of 60
4.2.4. CONTRACT TERM
The Contract Term shall be from the date of mutual execution and shall remain in full force through June 30,
2026. Parties to any contract resulting from this RFP shall have the option to renew the Contract Term in one
(1) year increments up to a total of six (6) additional years.
4.2.5. BONDS
If a contract is awarded, 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 9554 of the California Civil Code.
4.2.6. SUPERVISION AND STAFF
The Contractor shall assign an account manager to be on site each working day, working regular working hours,
for the duration of this contract. Regular working hours for the purposes of this section regarding the account
manager shall be Monday through Friday for eight hours per day dedicated to this contract. The Contractor and
his staff shall have skills, expertise, and experience in arboriculture, turf management, pest control, soils,
fertilizers, plant identification and irrigation systems maintenance. The account manager must be fluent in the
English language. The account manager shall be thoroughly knowledgeable of the provisions of this contract.
4.2.7. PREVAILING WAGE
Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter
1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages
for work of a similar character in the locality in which the public work is performed, and not less than the general
prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department
of Industrial Relations of the State of California is required to and has determined such general prevailing rates
of per diem wages.
This contract is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
For all new contracts awarded on or after April 1, 2015, the Contractors and subcontractors shall furnish
electronic certified payroll records to the Labor Commissioner.
Each Contractor or Subcontractor shall preserve his weekly payroll records for a period of three (3) years. The
payroll records shall set out accurately and completely the name, address, social security number, occupational
classification, and hourly wage rate of each employee, hours worked by him during the payroll period, and full
weekly wages earned by him, any deductions made from such weekly wages, and the actual weekly wages paid
to him.
Such payroll records shall be made available for inspection by the City or its authorized representatives.
Page 97
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 19 of 60
In addition to the foregoing payroll reporting and retention requirements, the Contractor and each of his
subcontractors shall prepare payrolls on forms prescribed and in accordance with instructions furnished by the
City. The Contractor shall deliver to the City a certified and legible copy of each payroll with the routine monthly
invoices.
Payment will not be made prior to the submission to the City of certified payrolls prepared in accordance with
Labor Code section 1776.
4.2.8. COMMUNICATIONS
The Contractor shall provide a cellular telephone to each account manager. Each account manager shall always
carry the telephone on their person during the workday for communication with the City representative. Each
account manager shall be on call 24 hours per day, seven days per week, for emergencies within the contract
areas.
4.2.9. NON-RESPONSIVENESS OF CONTRACTOR
Failure of the Contractor or the account managers to respond immediately (within 1 hour) to the telephone
notification by the Public Works Services Director of an emergency condition, or failure of the Contractor to
respond within two days of written notification by the Public Works Services Director or their representative,
shall give the Public Works Services Director the right to cause necessary work to be performed by City crews,
or other Contractors and any costs incurred in so doing shall be deducted from the payment for the month in
which the work was performed.
4.2.10. SERVICE LEVELS
Now, or in the future, the City may have severe budget constraints within one or more of the funding sources
to which this Contract applies. As a result, and at any time, the City may choose to contract for maintenance of
the affected sites at less than the originally contracted service level for any, or all landscape services as described
herein. Adjustments to the service level may apply to all sites covered by the contract, or a subset thereof, as
needed to meet budgetary constraints. The City will notify the Contractor in writing fifteen (15) calendar days
prior to service level adjustments.
4.2.11. SCHEDULING OF WORK
The Contractor shall accomplish all normal landscape maintenance required under this contract between the
hours of 7:00 a.m. and 4:30 p.m., Monday through Friday. Exceptions may be made to normal working hours,
where incidence of use may be too great during the hours specified to allow for proper maintenance. The Public
Works Services Director or their representative may grant, on an individual basis, permission to perform
contract maintenance at other hours including weekends. No maintenance functions that generate excessive
noise that would cause annoyance to residents of the area shall commence before 8:00 a.m. Monday through
Page 98
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 20 of 60
Saturday and 9:00 am on Sundays. Unless otherwise specified by the Public Works Services Director, the
Contractor shall supply the City with a bi-weekly schedule of routine work (the Maintenance Schedule Chart) to
be followed in the performance of any work required by these specifications. Said schedule shall be submitted
by the Contractor five working days prior to the start date listed on the schedule. Any changes in scheduling
shall be immediately reported, in writing, to the Public Works Services Director.
The Public Works Services Director will be notified in writing at least 24 hours in advance of each start date of
non-routine maintenance operations including, but not limited to, fertilization, chemical application and tree
pruning.
4.2.12. UNDERGROUND SERVICE ALERT
The Contractor shall comply with the requirements of Assembly Bill 73. The law states that, "every person
planning to conduct any excavation is required to contract a regional notification center at least 2 working days
prior to excavation." Assembly Bill 73 defines excavation as, "any operation in which earth, rock, or other
material in the ground is moved, removed, or otherwise displaced by means of tools, equipment, or explosives
in any of the following ways: grading, trenching, digging, ditching, drilling, auguring, tunneling, scraping, cable
or pipe lowing and driving, or any other way." The Contractor shall assume all liability incurred from any type
of excavation performed at the worksite.
4.2.13. MEASUREMENT AND PAYMENT
a) The Contractor will be paid monthly based upon the unit cost and lump sum amounts listed in the cost
proposal.
b) The unit and lump sum prices to be paid shall be full compensation for the items of work and all
appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals.
c) Unless specifically excluded herein, payment for all items of work, including, but not limited to, the work
listed in section 4.26, Routine Maintenance, shall be included in the proposed price for the following line
items dependent on the contracted service level for each site:
a. Continuous Park Maintenance at Service Level B for Groundcover
b. Continuous Park Maintenance at Service Level B for Turf
c. Continuous Park Maintenance at Service Level B for Hardscape
d. Continuous Park Maintenance at Service Level B for Mulchscape
e. Continuous Park Maintenance at Service Level C for Groundcover
f. Continuous Park Maintenance at Service Level C for Turf
g. Continuous Park Maintenance at Service Level C for Hardscape
h. Continuous Park Maintenance at Service Level C for Mulchscape
i. Continuous Park Maintenance at Service Level D for Groundcover
j. Continuous Park Maintenance at Service Level D for Turf
k. Continuous Park Maintenance at Service Level D for Hardscape
Page 99
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 21 of 60
l. Continuous Park Maintenance at Service Level D for Mulchscape
d) The Estimated Annual Quantity given in the proposal is approximate, being given as a basis for the
comparison of bids only, and the City does not, expressly or by implication, agree that the actual amount
of work will correspond therewith, but reserves the right to increase or decrease the amount of any class
or portion of the work, or to omit any portion of the work, as may be deemed advisable or necessary by
the Public Works Services Director.
e) Whenever the Contractor is required to perform work or furnish equipment, labor, tools, and materials
of any class for which no price is fixed in the Proposal, it shall be understood that such work, equipment,
labor, tools, and material shall be provided without extra charge, allowance, or direct payment of any
kind. The cost of performing such work or furnishing such equipment, labor, tools, and materials shall
be included in the unit bid prices in the proposal and no additional compensation will be made,
therefore.
f) On or about the first day of each month, the Contractor shall present an invoice for the previous month
for the contracted monthly amount. The invoice shall include the account number for each and the
purchase order number for this contract.
g) Included with the monthly and/or material invoices will be notations of the routine work functions
accomplished during that period that occur on frequencies greater than one month, e.g. quarterly or
semi-annually, such as fertilization in accordance with Schedule I, chemical application. The quantity
invoiced and paid shall be the total square feet shown in the Bid except that the Public Works Services
Director shall have the right to increase or decrease the total quantity based upon documented field
measurements.
h) The Public Works Services Director will make payment monthly after verification of completion. Sites
which, in the opinion of the Public Works Services Director, have not been maintained in accordance
with the Contract Special Provisions will be deducted from the monthly payment in accordance with
section 4.15, Deductions.
i) Extra work shall be separately invoiced in accordance with the hourly rates and unit prices provided in
the supplementary "Extra Work Schedule" of the contract bid.
j) Draft extra work reports per Maintenance District should be delivered to the Public Works Services
Director prior to invoice preparation. The purpose of which is to expedite the invoicing and payment
process, and to approve the work for completion and payment.
4.2.14. DEDUCTIONS
Deductions from monthly payments shall be divided into three categories: Performance on Schedule, Deficient
Performance and Non-Performance.
Payment deductions shall not be construed a penalty but as adjustment of payment to the Contractor for only
the work performed, or as the cost to the City for inspection and other related costs from failure of the
Contractor to complete the work according to schedule.
Page 100
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 22 of 60
a) Performance on schedule
Failure of the Contractor to timely perform will result in additional inspection and administrative costs
being incurred by the City.
The sum of One Hundred Dollars ($100.00) per site may be deducted from payments to the Contractor
for each calendar day where an item of work is not completed in accordance with the bi-weekly schedule
submitted pursuant to Section 4.12. This deduction applies individually to each scheduled task or subtask
listed herein that is not completed in accordance with the bi-weekly schedule.
The maximum deduction per month for “Performance on Schedule” shall be equal to fifty percent (50%)
of the total monthly contract price for routine maintenance.
Deductions for “Performance on Schedule” are, at the City’s option, in addition to or in lieu of other
remedies provided herein.
b) Deficient Performance
Level of Maintenance: In the judgment of the City, if the level of maintenance is less than that specified
herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold
appropriate payment from the Contractor until services are rendered in accordance with specifications
set forth within this document.
The Contractor is required to correct deficiencies within the time specified by the City. If noted deficient
work has not been completed, payment for subject deficiency shall be deducted during the current
billing period and shall continue to be deducted in subsequent billing periods until deficiency is
corrected, without right to retroactive payments. The amount to be withheld per deficient site shall be
the amount paid for the entire site.
Minimum Manpower: Failure of the Contractor to comply with minimum required manpower, as listed
in Schedule IV, Tables 1, 2, 3, and 4 submitted with the proposal, shall result in a deficiency deduction.
The deduction shall be calculated by the following formula:
(Labor Hours Proposed - Labor Hours Provided) ÷ Labor Hours Provided × Monthly Rate = Deduction
Example:
Labor Hours Proposed: 100
Labor Hours Provided: 80
Monthly Rate: $1,000
(100-80) ÷ 100 × $1,000 = $200 Deduction
Other deficiencies: Examples include, but are not limited to, failure to comply with conditions,
Page 101
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 23 of 60
specifications, reports, schedules and/or directives from the Public Works Services Director. Any such
deficiency will result in a deficiency deduction of One Hundred Dollars ($100.00) per instance per
working day.
The maximum cumulative deduction per month for “Deficient Performance” shall be equal to the sum
of the monthly fees for all locations.
Deductions for “Deficient Performance” are, at the City’s option, in addition to or in lieu of other
remedies provided herein.
c) Non-Performance
Schedules: Failure to provide bi-weekly schedules in compliance with the contract specifications may
result in a deficiency deduction of fifty Dollars ($50) per calendar day.
Reports: Failure to provide reports in compliance with the contract specifications may result in a
deficiency deduction of fifty Dollars ($50) per calendar day.
Notifications: Failure to provide notifications to in compliance with the Contract Specifications may
result in a deficiency deduction of One Thousand Dollars ($1,000) per instance.
4.2.15. DEFICIENT PERFORMANCE – NOTIFICATION AND CORRECTIVE ACTION
a) The Contractor shall be notified both verbally and in writing, each time its performance is unsatisfactory
and corrective action is necessary.
b) Upon notification of deficient performance, the Contractor will be immediately subject to the deductions
listed in Section 4.15. Deductions.
c) The Contractor shall complete corrective action within the following time frames following notification:
a. Weekly Duties
i. Deficient performance of Weekly Duties shall be corrected during the first working day
following notification of deficiency.
ii. If corrective work is completed during the first working day following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
b. Bi-Weekly Duties
i. Deficient performance of Bi-Weekly Duties shall be corrected within two working days
following notification of deficiency.
ii. If corrective work is completed within two working days following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
c. Monthly Duties
i. Deficient performance of Monthly Duties shall be corrected within four working days
following notification of deficiency.
Page 102
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 24 of 60
ii. If corrective work is completed within four working days following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
d. Bi-Monthly Duties
i. Deficient performance of Bi-Monthly Duties shall be corrected within eight working days
following notification of deficiency.
ii. If corrective work is completed within eight working days following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
e. Quarterly, Semi-Annual, and Annual Duties
i. Deficient performance of Quarterly, Semi-Annual, and Annual Duties shall be corrected
within ten working days following notification of deficiency.
ii. If corrective work is completed within ten working days following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
4.2.16. WORK SITES
• Bear Gulch Park: 9094 Arrow Route
• Beryl Park East: 6524 Beryl Street
• Beryl Park West: 6501 Carnelian Street
• Church Street Park: 10190 Church Street
• Golden Oak Park: 9345 Golden Oak Road
• Hermosa Park: 6787 Hermosa Avenue
• Old Town Park: 10033 Feron Boulevard
Reference is also made to the maps included in Appendix B.
4.2.17. ADDITIONS
During the term of the contract, landscapes may be added to or deleted from this contract. In addition, sites
may be modified, or the landscape area audited, and the inventory adjusted accordingly. The Contractor will be
given no less than fifteen (15) calendar days’ notice prior to any changes to the inventory and pay quantities.
Further, the Contractor may have the option of accompanying the City inspector on final inspection, prior to
acceptance of the site, to comment about the condition of the site. Payment shall be adjusted based on the
unit costs listed in the proposal.
4.2.18. QUALITY OF WORK
All work shall be performed in accordance with the service level for which the work is contracted, and the best
irrigation and landscape maintenance practices shall be implemented to provide aesthetically pleasing, healthy
and safe parkways, paseos and medians. The Public Works Services Director or his representative shall be the
sole judge as to the adequacy and quality of maintenance.
Page 103
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 25 of 60
All materials, equipment and supplies used to repair and maintain devises and materials pursuant to the
specifications for LANDSCAPE AND IRRIGATION MAINTENANCE FOR LMD 1 PARKS shall meet current City
standards for the individual landscape sites.
4.2.19. INSPECTIONS
Scheduled on a specific day of the week and on a semi-monthly basis during the middle of the month, the
Contractor or their representative will walk and/or drive the project with the Public Works Services Director or
their representative for the purpose of determining compliance with the specifications or to discuss required
work. Any specific problem area which does not meet the conditions of the specifications set forth herein shall
be called to the attention of the Contractor and, if not corrected within the timeframes listed in section 4.16(c),
shall be deducted in accordance with Section 4-15, Deductions.
4.2.20. REPLACEMENT OF LANDSCAPE MATERIALS & CITY PROPERTY
The Contractor shall be responsible for replacement of dead plants, City property, and any other items deemed
necessary due to Contractor negligence. This includes (but is not limited to) trees, shrubs, and turf damaged by
untrained or negligent equipment operators, fencing damaged by mower operator negligence, or the failure of
the Contractor to provide water to plant material. This includes sites where the irrigation cannot be repaired
in a reasonable amount of time even in circumstances beyond the Contractor’s control. If the irrigation cannot
be repaired in a reasonable amount of time and it is out the Contractor’s control, then the Contractor shall use
alternative irrigation methods including but not limited to a water tender, station masters, renting hydrant
meters, etc. This type of temporary alternative irrigation shall be approved and paid as an extra by the City.
4.2.21. UTILITY BILLS
The City shall bear all the costs for water and electricity used on the sites covered by this contract as billed on
the regular monthly invoices received by the City from the utility agencies.
4.2.22. CONFORMING TO STATE AND FEDERAL GUIDELINES FOR STORMWATER POLLUTION PREVENTION
State and Federal guidelines for storm water pollution prevention are known as Best Management Practices
(BMP’s). These practices will help reduce groundwater contamination and pollution to our wetlands, beaches,
and coastlines. Since Landscaping can and does contribute to storm water pollution, BMP guidelines taken from
the California Storm Water Quality Association’s Handbook are provided for the Contractor’s reference. In
addition, these BMPs shall be reviewed with any new employee before he begins work in the field, and with all
crews on at least an annual basis. (See Appendix C)
4.2.23. PERMITS
Prior to the start of any work, the Contractor shall obtain the applicable City permits and plan for City
inspections. The City will issue the permits at no charge to the Contractor. The Contractor and all subcontractors
Page 104
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 26 of 60
shall each obtain a City business license and shall be licensed in accordance with State Business and Professions
Code. The Contractor shall also obtain all other permits, licenses, inspections, certificates, or authorizations
required by any governing body or entity.
4.3. WORK AREA TRAFFIC CONTROL
4.3.1. TRAFFIC CONTROL PERMIT
The Contractor shall prepare a permit application for street CLOSURE AND SHALL ATTACH TWO COPIES OF THE
PROPOSED TRAFFIC CONTROL signing, barricading and/or detour routing. The permit application and
accompanying attachments shall be reviewed by the City Traffic Engineer. Upon the Traffic Engineer's approval,
a no-fee Street Closure Permit shall be issued. No Street Closure, Lane Closure, Detour or other work requiring
traffic control shall commence prior to issuance of said permit.
4.3.2. SIGNS, BARRICADES, AND DELINEATORS
The Contractor shall provide and install barricades, delineators, warning devices and construction signs in
accordance with the current California Joint Utility Traffic Control Manual (CJUTCM) published by the California
Inter- Utility Coordinating Committee, the Work Area Traffic Control Handbook (WATCH) and the current
Caltrans Manual of Traffic Controls for Construction and Maintenance Work Zones unless otherwise approved
by the Engineer. During adverse weather or unusual traffic or working conditions additional traffic devices shall
be placed as directed by the Engineer.
4.3.3. TRAINING
Upon award of the contract and before work can begin within the public right-of-way, the Contractor shall
provide written proof of work zone safety training of all supervisory staff. The Contractor will be responsible
for all work zone safety inspections and regular training of all staff setting up any traffic control.
4.3.4. ROUTINE MAINTENANCE
See section 4-14 for information on payment for routine maintenance tasks not listed on the cost proposal
sheet.
4.3.5. TURF MAINTENANCE
a) Mowing
The Contractor shall use mulching-type mowers that are approved prior to use by the Public Works Services
Director. An example of the completed work done by each mulching mower must be presented for approval
to the Public Works Services Director. Regardless of the season, the mowing height of tall fescue shall be 2 ½
to 3” unless directed otherwise by the Public Works Services Director. All equipment shall be well maintained,
adjusted properly, and blades shall always be kept sharp.
Page 105
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 27 of 60
All turf and adjacent hardscape areas are required to present a neat, clean, and relatively debris free
appearance upon the completion of the mowing project for the day. Since this contract requires the use of
mulching type mowers, this may require that accumulated debris including leaves, trash, tree bark, branches,
twigs, etc. be removed from the turf and surrounding hardscape areas prior to mowing.
Mowing dates shall be set on the Maintenance Schedule Chart to provide the required number of mowings
per year. Work shall be performed on the same day each week. Mowing days will be coordinated with the
City so that, if possible, mowing occurs 1 day prior to street sweeping. Street sweeper schedules will be
provided to the Contractor by the City Representative upon request. All mowing missed due to inclement
weather shall be rescheduled within 3 working days on the weekly schedule and within 7 days on the biweekly
schedule. If weather or ground conditions persist, the Public Works Services Director may change the annual
schedule to allow fewer than the required number of mowings per year.
Mowing Frequency
Service Level B - All turf areas shall be mowed once per week during the period of March 1st through
October 31st; and as required during the period November 1st through February 28th
(February 29th in leap years).
Service Level C - All turf areas shall be mowed every other week during the period of March 1st through
October 31st; and as required during the period November 1st through February 28th
(February 29th in leap years).
Service Level D - All turf areas shall be mowed once per month throughout the year.
b) Edging
All turf grass borders including but not limited to valve boxes, curbs, mow curbs, pads, headers, turf and
planter interfaces without headers, sidewalks, and tree wells, shall be neatly and uniformly edged
concurrently with every mowing. Mechanical methods shall be used except where physically not possible or
practical. Tree wells and valve boxes in turf areas shall be trimmed concurrently with each mowing. Trimming
shall be done in a manner to prevent any damage to the tree trunk. "Arbor-Guards" or approved equal shall
be kept in place at all times on all tree trunks 4” in diameter or less within turf areas. Bare-soil tree wells are
required in all turf areas and shall be maintained by chemical, not mechanical means.
Edging Frequency
Service Level B - Concurrent with mowing, the Contractor shall edge all turf grass borders once per week
during the period of March 1st through October 31st; and as required during the period
November 1st through February 28th (February 29th in leap years). In addition, an edger
with a metal blade will be required for use on all turf grass borders at least once per
month during the period of March 1st through October 31st.
Page 106
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 28 of 60
Service Level C - Concurrent with mowing, the Contractor shall edge all turf grass borders every other
week during the period of March 1st through October 31st; and as required during the
period November 1st through February 28th (February 29th in leap years). An edger with
a metal blade will not be required as part of the turf maintenance program at Service
Level C.
Service Level D - Concurrent with mowing, the Contractor shall edge all turf grass borders once per month
throughout the year. An edger with a metal blade will not be required as part of the turf
maintenance program at Service Level D.
c) Fertilization
Fertilizer shall be applied in such a manner as to insure uniform coverage with minimum overlap. Turf shall
be free of moisture at the time of application. Application of the fertilizer shall be done in sections coinciding
with the areas covered by the timing stations on the automatic controllers in order that the soil may be
thoroughly moistened immediately after the broadcast of fertilizer.
All damages resulting from the use of unauthorized fertilizers or improper watering after fertilization shall be
repaired or replaced at the expense of the Contractor.
Fertilization Frequency
Service Level B - The Contractor shall fertilize all turf areas in accordance with Schedule I.
Service Level C - The Contractor shall fertilize all turf areas in accordance with Schedule I.
Service Level D - Fertilization of turf areas is not required as part of routine maintenance.
The City may request fertilization in addition to the above-described work. Any additional fertilization
requested requires written pre-authorization by the Public Works Director or his agent and will be paid as
extra work.
d) Aeration
Aeration Frequency
Service Level B - The Contractor shall not be required to aerate turf areas.
Service Level C - The Contractor shall not be required to aerate turf areas.
Service Level D - The Contractor shall not be required to aerate turf areas.
e) Overseeding (Overseeding requires written pre-authorization by the Public Works Director or his agent
and will be paid as extra work.)
All overseeding shall be done with a seed type or blend approved by the Public Works Services Director. The
Contractor shall over seed where needed in such a manner as to insure uniform growth with minimum bare
areas. One month prior to overseeding, the Contractor shall notify the Public Works Services Director for
approval of scope of work.
Page 107
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 29 of 60
Overseeding will be scheduled either in early fall or early spring. Fertilization and overseeding will be
concurrently applied.
Prior to overseeding, the area will be dethatched as required.
Grass seed shall be applied at the rate specified on the label for the type of seed being used. Seed quality
shall meet the following criteria: Minimum purity shall be 98% weed free for all grasses; minimum
germination rate shall be 85% for all grasses; no seed shall be applied without prior verification of seed mix
and quality by the Public Works Services Director.
Once seed has been applied, the Contractor shall firm the soil and cover the seed with a high-quality compost
top dressing to prevent erosion and reduce evaporation of soil moisture.
Pre-emergent herbicide applications shall be applied no sooner than three (3) mowings following seed
germination. Overseeding shall not be done within at least four months of any pre-emergent herbicide
application or as directed on the pesticide label – whichever length of time is greater.
4.3.6. SHRUB, GROUNDCOVER, DECOMPOSED GRANITE (DG) AND VINE MAINTENANCE
4.3.6.1. SHRUB MAINTENANCE
Note: Shrub maintenance shall be performed at the service level for which ground cover maintenance is
contracted. Payment for shrub maintenance shall be included in the price proposed for groundcover
maintenance.
All shrubs growing in the work areas shall be pruned, as specified herein, to consistently maintain plants in a
healthy, growing condition, and to maintain plant growth within reasonable bounds to prevent encroachment
of passageways, walks, adjacent properties, streets, view of signs, traffic or in any manner deemed
objectionable by the Public Works Services Director. Dead or damaged limbs or branches shall be removed
immediately, and all pruning cuts shall be made cleanly with sharp pruning tools, with no projections or stubs
remaining.
Shrub Maintenance Frequency
Service Level B - The Contractor shall shear all shrubs as often as required such that each shrub is attractive
and neat without encroaching upon any adjacent improved area, street, or sidewalk, or
otherwise becoming a public hazard. Shearing shall be done in a manner to permit plants
to grow in accordance with their natural growth characteristics. Shrubs shall not be
individualized and/or sheared into “boxed,” “balled” or any other unnatural shapes.
Page 108
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 30 of 60
The Contractor shall fertilize the entire shrub planter once per year using 15-15-15 with
trace elements or approved equal. All other applications that may be requested by the
Public Works Director shall be paid as extra work. Fertilization periods shall be recorded
on the Maintenance Schedule Chart.
Service Level C - The Contractor shall shear all shrubs two times per year in the spring and fall such that
each shrub is attractive and neat without encroaching upon any adjacent improved area,
street, or sidewalk, or otherwise becoming a public hazard. Shearing shall be done in a
manner to permit plants to grow in accordance with their natural growth characteristics.
Shrubs shall not be individualized and/or sheared into “boxed,” “balled” or any other
unnatural shapes.
The Contractor shall not be required to fertilize shrubs at “C” level.
Service Level D - The Contractor shall shear all shrubs one time per year in the fall or whenever the City
Public Works Director (or his agent) deems the shrub to be a hazard. Shrubs shall be
trimmed such that each shrub is attractive and neat without encroaching upon any
adjacent improved area, street, or sidewalk, or otherwise becoming a public hazard.
Shearing shall be done in a manner to permit plants to grow in accordance with their
natural growth characteristics. Shrubs shall not be individualized and/or sheared into
“boxed,” “balled” or any other unnatural shapes.
The Contractor shall not be required to fertilize shrubs at “D” level.
4.3.6.2. GROUND COVER MAINTENANCE
Trim ground cover adjacent to any hardscape, structure, fixture, plant, or other area into which it should not
encroach including, but not limited to, walks, walls, curbs, mow curbs and fences as required for general
containment to present a neat, clean appearance of the planter and surrounding hardscapes within the
landscape site.
All sidewalks, mow curbs, boxes, etc. shall be edged completely with all remaining soil, groundcover and other
debris removed completely off these surfaces. A flat shovel will often be required to conform with this
specification.
Any paper, litter, or other debris including, but not limited to, excessive pine needles or leaf litter, large rocks,
or anything else that accumulates in ground cover areas, shall be picked up concurrent with trimming.
Keep ground cover trimmed back from all controller units, valve boxes, quick couplers, or other appurtenances
or fixtures. Do not allow ground covers to grow up trees, into shrubs, or on structures or walls. Keep it trimmed
back approximately 4 inches from structures or walls. Coordinate trimming around base of shrubs/trees with
the City Representative.
Page 109
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 31 of 60
Bare soil areas shall be replanted, composted, or wood chipped as directed. Coordinate replanting/chipping
with the City Representative. The Contractor shall pay the costs to replant/mulch bare soil areas caused by
Contractor negligence. Negligence includes (but is not limited to) the failure to provide water to sites that
cannot be repaired in a reasonable amount of time due to circumstances beyond the control of the Contractor.
Groundcover Maintenance Frequency
Service Level B - The Contractor shall on a monthly basis trim ground cover adjacent to any hardscape,
structure, fixture, plant or other area into which it should not encroach.
The Contractor shall on a bi-weekly basis clean any accumulated debris and trash from all
ground cover areas.
The Contractor shall fertilize 100% of all ground cover areas once per year in the spring
with 15-15-15 or approved equal. All other applications that may be requested by the
Public Works Director shall be paid as extra work. Fertilization periods shall be recorded
on the Maintenance Schedule Chart.
The Contractor shall at the direction of the Public Works Services Director, edge any
groundcover deemed a public safety hazard.
The Contractor shall mechanically "bowl", as often as is required, around all irrigation
heads that are blocked by ground cover.
Service Level C - The Contractor shall on a bi-monthly basis trim all ground cover adjacent to any
hardscape, structure, fixture, plant, or other area into which it should not encroach.
The Contractor shall on a bi-weekly schedule clean any accumulated debris and trash from
all ground cover areas.
The Contractor shall not be required to fertilize ground cover.
The Contractor shall at the direction of the Public Works Services Director, mow, or
otherwise lower, to a height of three inches all ground cover that is a fire hazard.
The Contractor shall at the direction of the Public Works Services Director, edge any
groundcover deemed a public safety hazard.
The Contractor shall mechanically or chemically "bowl" as often as is required around
each irrigation head that is blocked by ground cover.
Service Level D - The Contractor shall on a monthly basis trim all ground cover adjacent to any hardscape,
structure, fixture, plant or other area into which it should not encroach.
The Contractor shall on a monthly schedule clean any accumulated debris and trash from
all ground cover areas.
The Contractor shall not be required to fertilize ground cover.
The Contractor shall at the direction of the Public Works Services Director, edge any
groundcover deemed a public safety hazard.
Page 110
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 32 of 60
4.3.6.3. DECOMPOSED GRANITE (DG)
To reduce water use, maintenance, and run-off; some areas within this contract may currently (or in the future)
contain relatively small areas of DG as a landscape element. These relatively low maintenance areas are
contained within the landscape and do not include equestrian and walking trails. DG areas shall be inventoried
and paid at the same monthly unit cost as groundcover.
Any paper, litter, rocks, trash, or other debris that accumulates in these DG areas shall be picked up at the
frequencies specified in Section 4.26.5, Debris and Trash Removal.
The Contractor shall provide complete and continuous control and/or eradication of all weeds, roots, suckers,
and pests. Pests include, but are not limited to insects, other invertebrates, and rodents. Pests may be
controlled by mechanical means as well as with chemicals.
The Contractor shall provide maintenance of all non-trail DG surfaces within the landscape at no additional cost
to the City. Maintenance shall include but will not be limited to filling and compacting low areas, ruts, washed-
out areas, vandalized areas, and any other area deemed hazardous.
Maintenance shall include not only the repairs but shall also include the removal of eroded or contaminated DG
materials from sidewalks, drains, curbs, gutters, cobble, turf areas, planters, and any other areas where the DG
does not belong. Eroded DG materials shall not be re-used in the trails or landscape and these materials shall
be disposed of off-site at no additional cost to the City.
Surface repair materials shall be clean and uncontaminated stabilized California Gold DG maintained at Header,
sidewalk, and curb height. DG is available from Gail Materials in Corona, CA Phone no. (951) 667-6106.
Submittal of all DG materials to the Public Works Services Director (or his agent) is required prior to any and all
surface repairs. Materials placed without prior approval that do not meet City specifications will be removed
and replaced at the expense of the Contractor.
Proper placement will require good preparation, wetting and compaction. DG shall be placed, wetted, and
compacted at no more than 2” of lift at a time. In some cases, an additional lift may be required for the repair.
Remove rocks, debris and loose materials and grade smooth. For each 2” of lift, spread the material over the
area and grade level and smooth. Take the time necessary to thoroughly water the entire area to ensure the
entire depth and profile is moist. Use a shovel to confirm moisture depth. Once properly wetted, roll, vibra-
plate, or tamp the surface and allow enough time to dry. The surface shall be flush with all curbs, walks, headers
and drains. In some instances, it may be necessary to build the material ¼” higher than the hardscapes to
promote proper drainage.
Page 111
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 33 of 60
Decomposed Granite Surface Repair Frequency
Service Level B - Surface repairs shall be performed in May when the rainy season has ended, or when it
has been determined by the Public Works Services Director (or his agent) that there is an
immediate safety hazard. The off-site removal and disposal of eroded DG materials shall
be complete and continuous as required.
Service Level C - Except for the removal of eroded materials, surface repairs will be completed by City
crews. The off-site removal and disposal of eroded DG materials shall be performed by
the Contractor completely and continuously as required.
Service Level D - Removal of eroded materials and surface repairs will be completed by City crews.
4.3.6.4. VINE MAINTENANCE
Vines are to be maintained such that they always present a neat appearance and are not a public hazard.
To help prevent vines from falling off the wall, vines are to be trimmed and maintained closely to the wall to
which they are attached.
Vines that are not growing over the top of a wall will not be allowed to grow over the top.
Vines that are growing over the top of a wall will be neatly trimmed on the city side and along the top without
allowing clippings to fall onto the homeowner's side.
Cut as few vines growing over to the homeowner's side as is necessary to achieve a neat appearance on the top
of the wall but attempting not to kill the vines on the homeowner's side. If a homeowner requests that the
City's vines be removed from the homeowner's side, remove them by pulling the vines from the homeowner's
side to the City side and trimming off the excess.
In addition to trimming vines at the top of the wall, vines shall also be trimmed along the bottom of the wall to
prevent them from encroaching into and damaging irrigation, groundcover, hardscapes, trees, shrubs, trails,
and sidewalks.
The Contractor will not remove any vines from the homeowner's side without the homeowner's permission.
The Contractor will reattach to a wall any vines that fall off a wall by using the attachments detailed on City
Standard Plan #510.
Vine Maintenance Frequency
Service Level B - The Contractor shall trim vines twice per year in March and September.
The Contractor shall immediately re-attach to a wall or fence any vines that fall off a wall
by using the attachments required on the construction plans for the site.
Page 112
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 34 of 60
Concurrent with March and September vine trimming, the Contractor shall twice per year
remove vines that grow into undesirable places such as groundcover, hardscapes, trees,
or shrubs.
Service Level C - The Contractor shall trim vines once per year in Fall.
The Contractor shall re-attach to a wall or fence once per year in Fall vines that fall off the
wall by using the attachments required on the construction plans for the site.
The Contractor shall annually, in Fall, remove all vines that grow into undesirable places
such as groundcover, hardscapes, trees or shrubs.
Service Level D - The Contractor shall trim vines once per year in Fall, or whenever the vines present a
public safety hazard.
4.3.6.5. TREE MAINTENANCE
a) All trees in the work site shall be maintained in their natural shapes. Work shall be accomplished in a
manner which will ensure that each individual tree is carefully maintained as described in Appendix A,
Pruning Standards, to promote the health and appearance of the tree. All work shall be of the highest
quality, performed in accordance with the International Society of Arboriculture's (ISA) standards. The
Contractor shall only be responsible for tree pruning as called out herein. Tree work not described herein
will be the responsibility of the City’s Urban Forestry Division and their tree maintenance Contractor.
b) Low branches overhanging park and paseo maintenance driveways, and all streets shall be raised to a
height of thirteen (13) feet above street grade. Low branches overhanging sidewalks and parkways shall
be raised to a height of nine (9) feet above grade. Tree branches overhanging equestrian trails shall be
raised to a height of ten (10) feet.
c) Young trees that need training shall be pruned on a continuing basis as needed. Under no circumstances
will stripping of lower branches (raising up) of young trees be permitted. Lower branches shall be
retained in a "tipped back" or pinched condition with as much foliage as possible to promote
establishment, increased caliper, and a strong tapered trunk. If there are any doubts or questions,
contract the Public Works Services Director or his representative.
d) On all newly planted and unestablished trees (except for palms) Agriform 20-10-5 Plant Tablets (or
approved equal) shall be applied as per the manufacturer's directions. All Date Palms shall be fertilized
in spring and fall with an approved Palm specific fertilizer. Fan Palms shall not be fertilized unless
otherwise directed by the Public Works Director.
e) The Contractor shall bring to the attention of the Public Works Services Director within twenty-four (24)
hours any tree that shows signs of root heaving, leaning, having hanger limbs, or for any reason is a
safety hazard.
f) The City shall bear all costs for the removal and replacement of dead or dying trees unless the need for
removal was due to faulty maintenance or negligence. Faulty maintenance or negligence includes (but
is not limited to) mower and string-trimmer damage. The Contractor, as determined by The Public Works
Services Director, shall replace trees requiring replacement due to faulty maintenance or negligence.
Page 113
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 35 of 60
Replacement shall be made by the Contractor in the kind and size of trees as determined by the Public
Works Services Director. Where there is a difference in value between the trees lost and the
replacement of trees, this difference will be deducted from the contract payment. In all cases, the value
of the trees lost will be determined by the Public Works Services Director using the latest edition of ISA’s
“Guide for Plant Appraisal” written by the Council of Tree and Landscape Appraisers.
g) All trees requiring staking shall always be securely staked with two approved stakes set perpendicular to
prevailing NE winds and secured to the stakes with at least two flexible ties and approved by the Public
Works Services Director. The ties and stakes shall be inspected regularly to ensure against girdling and
abrasion. Stakes shall not be allowed to touch the trunk or any major lateral branches. Therefore,
reducing the height of the stakes may be required to prevent damage. Stakes shall be removed as soon
as it is determined that a tree can stand on its own without support. Should 36-inch box or larger sized
trees need guying, the cost shall be paid by the City.
h) Except for irrigation, debris removal, and fall and spring fertilization, the City shall perform all
maintenance on palm trees within the worksite.
Tree Maintenance Frequency
Service Level B - Low branches overhanging park and paseo maintenance driveways, streets, sidewalks,
parkways, and equestrian trails shall continuously be maintained at the following heights
above grade:
• Low branches overhanging park and paseo maintenance driveways, and all streets
shall be raised to a height of thirteen (13) feet above street grade.
• Low branches overhanging sidewalks and parkways shall be raised to a height of
nine (9) feet above grade.
• Tree branches overhanging equestrian trails shall be raised to a height of ten (10)
feet above grade.
Low hanging tree branches shall be trimmed as required as to not encroach onto shrubs
and surrounding plant materials as well as provide an aesthetically pleasing appearance.
The Contractor shall maintain young trees in a "tipped-back", not stripped, condition.
The Contractor shall maintain the staking for each tree requiring staking in accordance
with the current City tree planting standard.
All tree hazards that are beyond the scope of the specifications of this contract shall be
immediately reported to the Public Works Service Director or his representative.
Service Level C - As often as required for safety purposes, low branches overhanging park and paseo
maintenance driveways, streets, sidewalks, parkways, and equestrian trails shall be raised
to the following heights above grade:
• Low branches overhanging park and paseo maintenance driveways, and all streets
shall be raised to a height of thirteen (13) feet above street grade.
Page 114
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 36 of 60
• Low branches overhanging sidewalks and parkways shall be raised to a height of
nine (9) feet above grade.
• Tree branches overhanging equestrian trails shall be raised to a height of ten (10)
feet above grade.
Low hanging tree branches shall be trimmed in Fall as to not encroach onto shrubs and
surrounding plant materials as well as provide an aesthetically pleasing appearance.
hanging tree branches shall be trimmed as required as to not encroach onto shrubs and
surrounding plant materials as well as provide an aesthetically pleasing appearance.
All tree hazards that are beyond the scope of the specifications of this contract shall be
immediately reported to the Public Works Service Director or his representative.
Young trees requiring staking or training shall be reported to the Public Works Services
Director.
Service Level D - As often as required for safety purposes, low branches overhanging park and paseo
maintenance driveways, streets, sidewalks, parkways, and equestrian trails shall be raised
to the following heights above grade:
• Low branches overhanging park and paseo maintenance driveways, and all streets
shall be raised to a height of thirteen (13) feet above street grade.
• Low branches overhanging sidewalks and parkways shall be raised to a height of
nine (9) feet above grade.
• Tree branches overhanging equestrian trails shall be raised to a height of ten (10)
feet above grade.
All tree hazards that are beyond the scope of the specifications of this contract shall be
immediately reported to the Public Works Service Director or his representative.
Young trees requiring staking or training shall be reported to the Public Works Services
Director.
4.3.7. IRRIGATION MAINTENANCE
4.3.7.1. GENERAL
a) Irrigation shall be done using automatic sprinkler systems where available and operable. However,
failure of an existing irrigation system to provide full and proper coverage shall not relieve the Contractor
of the responsibility to provide adequate irrigation with full and proper coverage to all areas within the
work site. Providing full and adequate coverage may require hand watering, a station master, a battery
backup, or a water tender. This type of watering may be billed as an extra on a case-by-case basis
depending upon the circumstances. Failure to comply with this specification resulting in loss of plant
material will be subject to the remedies in section 4.21, Replacement of Landscape Materials & City
Property. Field controllers are installed for scheduling. The field controllers communicate with a central
computer to receive daily evapotranspiration data.
b) The irrigation schedule for each controller will be set by the City’s Water Management Team along with
Page 115
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 37 of 60
regular input from the Contractor's account manager. The elements of the schedule to be set by City
Staff are days of the week to irrigate, start times, finish times, minutes per cycle, soak in times, demand
and percentage of daily evapo-transpiration per station and assignment of stations to programs. These
settings will be done within the guidelines established by the City.
c) The Contractor will be expected to use the absolute minimum amounts of water in all areas required to
maintain healthy plant growth. With regular required Contractor input, the Water Management Team
will adjust the soil depletion numbers and percentages of evapo-transpiration for each station on the
field controller to ensure that the zone covered by each station is not too dry or too wet.
d) The Contractor shall periodically inspect the operation of the systems for any malfunction. The
Contractor shall maintain all sprinkler systems, at no additional cost to the City, in such a way as to
guarantee proper coverage and full working capability; and make whatever adjustments may be
necessary (including raising the sprinkler heads to the proper height) in order to provide proper irrigation
to plants and to prevent excessive runoff into street rights-of-way or other areas not meant to be
irrigated.
e) The periodic inspections may occur more often, but not less frequently than one inspection each week.
No watering shall be done during the day unless approved by the Public Works Services Director. The
Contractor must provide adequate personnel to observe any irrigation system operations during the day.
f) In addition to the weekly inspections, written quarterly irrigation system reports will also be required for
each landscape site in the contract. Reports shall include but are not limited to the following information:
name of inspector, site number, date, recommended schedule changes, recommended upgrades, soil
moisture and depth, repairs made, repairs needed, overall coverage and distribution, and overall
condition of the turf, planters, and trees. Reports shall be attached to the monthly routine billing and
will be required for monthly payment.
g) Sprinkler heads will be kept clear of overgrowth that may obstruct operation. Chemical edging with
herbicides around turf heads will not be permitted. However, an approved plant growth regulator may
be used.
h) Any damages to public or private property resulting from excessive irrigation water or irrigation water
runoff shall be charged against the contract payment unless immediate repairs are made by the
Contractor to the satisfaction of the Public Works Services Director.
i) The centralized irrigation control will be operated by City employees. The field controllers communicate
alerts to the Centralized irrigation control.
4.3.7.2. SHRUB BEDS & PLANTER AREAS
Shrub beds and planter areas shall be irrigated as required, to maintain horticulturally acceptable growth and
color, and to promote deep rooting. Irrigation rates for shrub and planter areas shall be applied in such a
manner as to keep surface runoff at a minimum. The irrigation rates shall be adjusted to the needs of shrub
types, seasons, weather conditions, and water budget.
Page 116
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 38 of 60
4.3.7.3. TURF AREAS
Turf areas shall be irrigated as required to maintain acceptable growth and color. Turf areas shall be maintained
using the least amount of water possible. These low water use specifications will cause some slight stress.
However, if horticultural programs such as regular aerification, correct mower heights, proper fertility, weed
control, and required system maintenance/programming is implemented, the stress should be mild enough for
the turf plants to recover quickly when irrigated. Irrigation shall be applied in such a manner as to reduce runoff
yet provide deep watering to promote deep rooting and improved drought resistance.
4.3.7.4. NEW PLANT MATERIALS
Newly planted trees, shrubs, ground cover and turf shall receive adequate and regular attention until these
plants are established. Adequate water shall be applied to promote normal, healthy growth. Proper berms or
basins shall be maintained during the establishment period. Routine supplemental deep watering either by
quick coupler, water tender, or by the installation of a supplemental irrigation system will be required to avoid
dead plant material as well as the prevention of overwatering established plants located on the same hydro-
zone.
4.3.7.5. REPAIRS AND REPLACEMENT
Routine repairs to irrigation systems such as replacement of wiper seals, worn or broken nozzles, heads and
risers and other routine maintenance shall be completed by the Contractor at no cost to the City. Replaced or
newly installed irrigation heads shall be identical to the heads specified in the approved City Standard Plans
unless otherwise specified by the Public Works Services Director or his representative. Further, any other
irrigation work shall also conform to the current approved City Standard Plans. Any deviation from these plans
is considered a variance and all variances shall be approved in writing by the Public Works Services Director or
his representative prior to the commencement of any work.
Costs of repairs to backflow preventers, pressure lines, valves, irrigation pumps and controllers requires written
pre-authorization by the Public Works Director or his agent and will be paid as extra work. Additionally, costs of
repairs beyond the control of the Contractor such as vandalism, vehicular accidents, acts of nature, or other
events not deemed Contractor negligence shall also be paid as extra work. Any irrigation repairs requested by
the Public Works Services Director (including but not limited to alerts) are required to be expeditiously corrected
within a reasonable amount of time.
4.3.8. PEST CONTROL
The Contractor shall provide complete control and/or eradication of all plant pests and weeds at the frequencies
specified herein. Pests include, but are not limited to, insects, mites, other invertebrates, pathogens,
nematodes, and vertebrates. Pests may be controlled by mechanical means as well as with chemicals. Chemical
controls may include plant growth regulators.
Page 117
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 39 of 60
Annually at the time of contract renewal, the Contractor shall submit a list for approval by the Public Works
Services Director of all chemical pesticides proposed for use under this contract. Attached to the list will be the
current label and safety data sheet (SDS), for each chemical on the list. Additionally, any changes or updates
made to this list shall be supplied to the Public Works Services Director as they are made. Materials included
on this list shall be limited to chemicals approved for use by the State of California Department of Food and
Agriculture. No chemical pesticide shall be applied until its use is approved in writing by the Public Works
Services Director. The application of chemicals shall conform to the current California Department of Food and
Agriculture regulations.
Use of all E.P.A. registered pesticides must be preceded by notification to the Public Works Services Director a
minimum of one week prior to the planned application date. The notification must be in writing and shall include
the pest control advisor's written recommendation and State of California Agriculture Pest Control Advisor
License number. A permit from the County Agricultural Commissioner's office to apply any restricted use
pesticide must be obtained, and a notice of intent shall be filed at least forty-eight (48) hours before applications
with the San Bernardino County Agricultural Commissioner's office as per State and County guidelines.
Only the safest, lowest odor and most environmentally friendly pesticides shall be used whenever possible. In
addition, integrated pest management techniques shall also be used whenever possible, e.g., use of approved
biological, mechanical, or exclusionary control methods.
The Contractor shall select and supply proper materials and licensed personnel and obtain any necessary
permits, licenses, registrations, and pest control advisor recommendations, to comply with City, County, State
or Federal regulations and laws. Copies of all County and State licenses, registrations, and permits required shall
be supplied to the Public Works Services Director on an annual basis. The Contractor will assume responsibility
and liability for the use of all chemicals and their applications.
Spray pattern indicators or dye markers shall not be used anywhere within this contract without the expressed
written consent of the Public Works Services Director.
The Contractor's applicator shall hold a valid Qualified Applicator License or a Certified Commercial Applicator
Certificate, issued by the State of California Department of Food and Agriculture, and be certified, or licensed,
in at least Categories B and C. The Contractor must supply the City with a photocopy of the License or Certificate.
If subcontractors are used for any pesticide applications, photocopies of their License or Certificate, County
Registration and City Business License must be provided.
Pest control advisor recommendations shall be written for all types of chemical applications made in City parks
or rights-of-way. Recommendations shall be written on forms approved by the San Bernardino County
Page 118
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 40 of 60
Agricultural Commissioner and a copy shall be provided to the Public Works Services Director prior to the
application for his approval. All recommendations shall follow the guidelines set forth by the State and County
Departments of Food and Agriculture, regarding pest control advisor recommendations. Pest control
recommendations are registered by the County for one calendar year in January. Therefore, updated
recommendations shall be submitted every January.
Pesticide application records shall be kept on forms identical to the format provided in Schedule II. A copy of
each application form shall be provided to the City at the time of monthly invoicing.
Additionally, and prior to bid acceptance or contract renewal, the Contractor shall provide to the Public Works
Services Director a schedule outlining a written annual integrated pest management plan describing what
products and/or alternative methods of pest control that will be scheduled each month. This monthly
information shall include:
• The target pest (gophers, grassy weeds, broadleaf weeds, shrub growth, insects, etc.)
• The type of control method to be used (mechanical, chemical, cultural)
• Where the method of control will be used (turf, hardscape, groundcover, mulchscape)
• The name of the product to be used (Roundup Pro, Dimension, Ronstar, etc.)
• The type of product to be used (Pre-emergent, PGR, insecticide, rodenticide, etc.)
• The application rate to be used (lbs. or ozs. per acre or per 1000 sq. ft.)
Pest Control Frequency
Service Level B - Complete and continuous control and/or eradication of all Landscape pests and weeds.
Service Level C - Complete, thorough, and consistent control and eradication of all Landscape pests and
weeds within the landscape every 90 days or whenever the Public Works Services Director
determines that a pest or weed problem has become a public health or safety hazard.
Complete, thorough, and consistent control of weeds shall include the use of pre-
emergent herbicides broadcast over the entire planter area, as well as post emergent
herbicides spot sprayed as required to achieve complete weed control. Complete,
thorough, and consistent weed control utilizing the proper selection and application of
herbicides on schedule, will result in a relatively acceptable level of control for this
reduced service level lasting the entire length of the 90-day period.
Service Level D - Complete, and thorough control and eradication of all Landscape pests and weeds within
the landscape two times per year (Spring and Fall) or whenever the Public Works Services
Director determines that a pest or weed problem has become a public health or safety
hazard. Complete and thorough, control of weeds shall include the use of pre-emergent
herbicides broadcast over the entire planter area, as well as post emergent herbicides
spot sprayed as required to achieve complete weed control.
Page 119
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 41 of 60
4.3.8.1. TRAIL MAINTENANCE
Some sites within the Parks will have trails. Trails are defined as any PVC fencing and/or headers delineating
one or both sides of a decomposed granite (DG) surface and the decomposed granite itself. Trail maintenance
and surface repairs may be required and will be paid as extra work. The scheduling of any trail repairs shall
occur at the direction of the Public Works Services Director. The City will be responsible for all other trail
maintenance within the Parks except for excessive irrigation runoff and encroaching plant material from
Contractor-maintained landscapes; debris caused by landscape maintenance; eroded mulch and soil from
Contractor-maintained sites, broken PVC fencing caused by Contractor negligence; and any other trail
maintenance problem caused by Contractor negligence.
a) All roadways and exercise stations surfaced with decomposed granite shall be maintained in a smooth,
safe, compacted condition.
b) At the City’s expense, decomposed granite shall be imported as necessary to maintain surfaces.
Imported decomposed granite shall meet or exceed the quality of the existing material, have a stabilizing
compound and must be approved by the Public Works Services Director prior to placement.
c) Any significant ruts or trail hazards must be immediately reported to the Public Works Services Director
or his representative.
4.3.8.2. HARDSCAPE MAINTENANCE
Hardscape is all masonry or rock materials on a site from the edge of the asphalt/curb and gutter to the tract
wall – the edge of the asphalt/curb and gutter shall include the crack or void between the asphalt and the
concrete. Hardscape includes features within the landscape such as curbs, mow curbs, cobblestones, concrete
pavers and concrete flowlines and sidewalks. All hardscape is to be maintained within the landscape site
(including sidewalks) at the frequencies listed below. Maintenance shall include keeping the hardscape clean,
debris- and weed free by using whatever approved methods are necessary. Graffiti removal is not required but
known instances of graffiti shall be reported immediately to the City Graffiti Hotline at 909-481-7999. Also, any
spills, stains or damage on the hardscape shall be reported to the Public Works Services Director or his
representative. This contract may or may not have hardscapes listed separately on a site inventory or paid
separately from the turf and groundcover areas. In either case, all hardscapes shall be maintained as part of
the landscape maintenance contract at the same service level as the adjacent landscape.
Service Level B - The Contractor shall on a bi- weekly basis, remove any weeds, trash and debris that
accumulates on the hardscape.
Service Level C - The Contractor shall, on a bi-weekly basis, remove any weeds, trash and or debris that
accumulates on the hardscape.
Service Level D - The Contractor shall, on a monthly basis remove any weeds, trash and or debris that
accumulates on the hardscape.
Page 120
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 42 of 60
4.3.8.3. MULCHSCAPE MAINTENANCE
“Mulchscape” refers to formerly landscaped areas that have been renovated and removed from regular contract
maintenance. These areas will be covered with a layer of composted mulch and/or wood chips and use little or
no water. Any trees growing within the mulchscaped sites will remain after conversion. Additionally, some low-
maintenance shrubs and groundcover may remain whenever practical. Any maintenance on remaining
groundcover or shrubs within the mulchscaped areas may be billed as extra work. Maintenance of these areas
will include the following:
Service Level B - Mulchscaped areas will be consistently maintained on a weekly basis to present a neat
and clean appearance free of trash and accumulated debris.
In May of each year, mulch will be added to all mulchscaped areas as required to restore
the depth of mulch to three inches throughout each mulchscaped site. Submittals are
required for approval by the Public Works Services Director or his representative on all
materials prior to installation.
Service Level C - On a bi-weekly basis, mulchscaped areas will be maintained to present a neat and clean
appearance free of trash and accumulated debris.
When specified by the Public Works Services Director, mulch shall be applied by the
Contractor to a depth of no less than three inches and billed as extra work. Submittals are
required for approval by the Public Works Services Director or his representative on all
materials prior to installation.
Service Level D - On a monthly basis, mulchscaped areas will be maintained to present a neat and clean
appearance free of trash and accumulated debris.
When specified by the Public Works Services Director, mulch shall be applied by the
Contractor to a depth of no less than three inches and billed as extra work. Submittals are
required for approval by the Public Works Services Director or his representative on all
materials prior to installation.
4.3.8.4. SPORTS FIELD MAINTENANCE
Renovations
Sports fields may be renovated annually. Any renovations will be paid as extra work. The scheduling of the
annual renovation process shall occur at the direction of the Public Works Services Director which may change
yearly according to team’s schedules. The fields shall be closed to public access for a period of 8-12 weeks for
the renovation and re-establishment to occur. The field perimeters shall be fenced for this period of time.
The field perimeter shall be enclosed by installing temporary chain-link fencing. The fencing shall be 8 feet in
height and have gated vehicular access to the fields at all parks. Each field shall be gated individually to ensure
non-interference with track use during the renovation period. The chain-link fencing shall be installed and
removed at the Contractor’s expense. Installation and removal dates shall be set by the Public Works Services
Director. All fence failures shall be repaired immediately at the Contractor’s expense.
Page 121
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 43 of 60
4.3.8.5. PLAYGROUND MAINTENANCE
Playground Inspections
Routine inspections shall be conducted daily by a responsible, trained employee of the Contractor. The
Contractor shall inspect the playground areas for obvious safety concerns such as vandalism, necessary raking
of surfacing materials, missing signage, walkway debris, and hazard removal.
The Contractor shall inspect each piece of playground equipment in accordance with the High Frequency
Inspection form and guide provided by the Public Works Services Department. Documentation of High
Frequency Inspections may be performed using the High Frequency Form. Forms will be delivered on a daily
basis to the City’s Parks Facilities Maintenance Supervisor.
4.3.8.6. PICNIC AREA MAINTENANCE
Picnic tables, benches, slabs, cooking grills, sinks, trash containers and receptacles shall be cleaned and sanitized
to ensure safe conditions for use by the public. Picnic tables and benches shall be checked for graffiti, carvings,
looseness of planks or braces, cleanliness and general need of repair. The Contractor’s observation of the
general need of repair or replacement of fixtures shall be immediately reported to the Public Works Services
Director orally and thereafter in writing.
Ashes partially burned charcoal, garbage and leftover food in and around cooking grills and picnic facilities shall
be removed. The entire picnic area shall be kept free of broken glass, cans, food, paper, and other debris. Picnic
areas shall be pressure-washed as directed.
4.3.8.7. HARD COURT MAINTENANCE
Hard playing court surfaces shall be swept on a weekly basis. The Contractor will not be responsible for the
replacement of worn netting or wind screens.
4.3.8.8. RESTROOM MAINTENANCE
All restrooms shall be cleaned thoroughly in accordance with the following tasks, and all tasks shall be completed
prior to 8 a.m. unless otherwise specifically authorized by the Public Works Services Director. The City will be
responsible for locking the restrooms each night.
d) All stainless fixtures shall be cleaned at the scheduled interval specified below using a stainless cleaner
that removes hard water deposits, disinfects and polishes the fixtures.
e) Remove debris and trash, then sweep floor. Removed materials are not to be swept outside of the
restroom.
f) Wash down walls and floors as needed.
g) Check and refill all toilet paper dispensers as needed.
h) Remove all graffiti using graffiti removal materials, other scrubbing techniques, or paint.
Page 122
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 44 of 60
i) Remove spitballs, cobwebs, and other foreign materials from doors, walls, ceilings, partitions, vents, etc.
j) Perform high and low dusting of ledges, tops of partitions, etc. using a dampened cloth or other device.
k) Disinfect the inside of urinals and toilets.
l) Disinfect the top and bottom of toilet seats, fixtures, and surfaces of and surrounding each fixture.
m) Disinfect stall walls and other areas where hands are normally placed. Clean doors and door frames.
n) Disinfect around urinals, under sinks, around floor drains, and other areas where bacteria might breed.
o) Disinfect sinks.
p) Scrub sinks and wipe dry. Use a small scrub brush to clean corners, cracks, and narrow areas.
q) Scrub inside surfaces of toilets and urinals using a hard water cleaner that will remove hard water stains
and deposits. Be sure to scrub under the upper lip.
r) Scrub outside of toilets, urinals, and rear wall.
s) Wipe toilet seats, toilet bowls, urinals, and fixtures until dry.
t) Spot clean walls and scrub handprints, etc. from walls and partitions and wipe dry.
u) Disinfect and mop floors, making sure that corners, drains, areas around toilets, and feet of partitions
are thoroughly cleaned and there is no accumulation of dirt or other matter. Leave the floor as dry as
possible.
v) Deodorize the restrooms.
w) Immediately notify the Public Works Services Director of any irregularities or hazards.
x) If running water, broken fixtures, or plugged sewer lines cannot be normalized or isolated, the restroom
is to be locked, signed as “Closed for Maintenance,” and the Public Works Services Director immediately
notified.
y) Wash off any dirt clods, mud or foreign material from the outside of the restroom. Clean top and sides
of drinking fountains outside of restrooms and clear drains.
z) All areas are to be left clean and free of streaks, stains, film, debris, water spots, and odors. All fixtures
shall be clean, including piping.
aa) All leaking fixtures, clogged drains, stopped up or damaged basins, toilets, or urinals, and damaged or
inoperable lighting fixtures that cannot be repaired by the following shall be reported to the Public
Works Services Director: (a) tightened to stop leaks, (b) unclogged by using a “plumber’s helper” or short
“snake”.
The Contractor shall submit a list for approval by the Public Works Services Director of all cleaners, disinfectants
and deodorizers proposed for use under this contract. Attached to the list will be the current label and material
safety data sheet for each product on the list. No product shall be used until its use is approved in writing by
the Public Works Services Director as appropriate for the proposed purpose.
Page 123
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 45 of 60
4.3.8.9. PIPE CHASE MAINTENANCE
Dust, clean and sweep all pipe chases. Immediately clean up any spills and keep each pipe chase neat and clean
at all times. Pipe chases may be utilized by the Contractor for storing Contractor’s equipment and supplies
which shall be arranged in an organized and neat manner.
4.3.8.10. DRINKING FOUNTAIN MAINTENANCE
Drinking fountains shall be cleaned by scrubbing, drying, and polishing the fixture. Stainless steel fountains shall
be cleaned with an approved stainless-steel cleaner that cleans, disinfects, removes hard water deposits and
polishes the fixtures.
Leaking fixtures shall immediately be reported to the Public Works Services Director orally and thereafter in
writing. For leaking fixtures, the water valve shall be turned off. The City shall be responsible for the repair or
replacement of drinking fountains and fixtures.
4.3.8.11. TRASH RECEPTACLE MAINTENANCE
There are an unspecified number of trashcans within this contract and additional trash cans may be added as
required. Trash containers shall be emptied. All trash shall be placed in the appropriate trash bins which are in
the trash enclosures located in the parking lots of each park. Trash containers shall be emptied by removal and
disposal of a plastic trash bag within the container and a new bag placed into the container. Plastic trash
container and pet waste bags shall be provided by the Contractor.
Prior to replacement of the plastic trash bags, the container shall be inspected for debris and offensive odors,
then cleaned and sanitized as needed. If insect infestations are noted, pest control measures shall be
undertaken by the Contractor. Any trash can with damage, missing lids, graffiti or vandalism shall be reported
to the Public Works Services Director immediately.
4.3.8.12. TRASH ENCLOSURE MAINTENANCE
All trash and accumulated debris within the enclosures shall be placed in the trash bin(s) each week or more
often as necessary. The enclosures shall be swept clean each week. The City shall be responsible for providing
all necessary trash bins and trash bin emptying.
4.3.8.13. GRAFFITI REMOVAL (ALL SERVICE LEVELS)
The Contractor shall be responsible for all minor graffiti removal within and around restrooms, playground and
picnic shelters. All materials and processes used in graffiti removal shall be non-injurious to surfaces and
adjacent park property and approved by CAL-OSHA and the Public Works Services Director. Appropriate surface
preparation shall be made on painted walls, and paint applied shall be the exact shade of color as existing paint,
Page 124
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 46 of 60
unless otherwise specifically approved by the Public Works Services Director. All paint shall be furnished by the
City.
All obscene and gang related graffiti shall be immediately reported to the Public Works Services Director and
removed within 24 hours. All other graffiti shall be reported and removed daily.
4.3.8.14. DRAINS (ALL SERVICE LEVELS)
The Contractor shall be responsible for periodic inspections of surface flowlines, intake grates, and under
sidewalk drains located within the landscaped areas. These drains shall be inspected during, prior to, and
following any rain event. Any debris or vegetation that could block the flow of water will require prompt
removal.
4.3.8.15. STORM DEBRIS CLEANUP
The City of Rancho Cucamonga is subject to frequent wind, rain, and other types of storms. The storms cause
an accumulation of debris on the contracted sites. The debris includes such items as downed trees, limbs,
leaves, tumbleweeds, trash, and soil deposits. Because it is impractical to perform routine maintenance
operations during and immediately following these storms, the Contractor shall promptly remove the debris
such that routine maintenance operations are practical. Because the Contractor is removing debris in lieu of
routine maintenance, the removal is at no extra charge to the City. In the case of an excessive accumulation of
debris that is attributable to another agency, such as blown sand from a recently graded site, the City will act to
have the responsible agency remove the debris. The cost for replanting new plant material to replace storm
damaged plant material that cannot be repaired will be an extra.
Emergency Storm Work Documentation and Tracking:
All costs borne by the City for emergency storm clean-up work may be subject to re-imbursement through
government disaster funds. In the event of an emergency, the City could easily be eligible for Federal, State, or
local funds and therefore all costs that are storm related including labor, rentals and materials that are charged
to the City shall be recorded and billed separately and labeled/dated as emergency related. In addition, since
labor will be shifted away from routine work, all the shifted routine labor shall be tracked and recorded as
emergency related since emergency labor may also be reimbursable. Once the Contractor returns to normal
operations, the Contractor will be required to send a report outlining the shifted routine labor used during the
emergency.
Page 125
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 47 of 60
4.3.8.16. DEBRIS AND TRASH REMOVAL
Debris and Trash Removal Frequency
Service Level B - The Contractor shall on a weekly basis remove any trash and debris that accumulates in
the landscape including turf, groundcover, mulchscape, hardscape, and decomposed
granite areas including adjacent flowlines.
Service Level C - The Contractor shall on a bi-weekly basis remove any trash and debris that accumulates
in the landscape site including turf, groundcover, mulchscape, hardscape, and
decomposed granite areas including adjacent flowlines.
Service Level D - The Contractor shall monthly remove any trash and debris that accumulates in the
landscape site including turf, groundcover, mulchscape, hardscape, and decomposed
granite areas including adjacent flowlines.
4.3.8.17. CLEAN-UP (ALL SERVICE LEVELS)
a) At no time will the Contractor blow grass cuttings and/or debris into public streets, trails, or gutters
without promptly removing the cuttings and/or debris and disposing of it legally, off site.
b) Unless a chipper is used as described below in section 4.26.7(d), the Contractor shall remove all debris
resulting from the maintenance operations and legally dispose of it off-site. All grass or other clippings
shall be picked up after each mowing or trimming operation.
c) All debris resulting from any of the Contractor's operations shall be removed and disposed of legally at
the Contractor's expense. No debris will be allowed to remain at the end of the workday.
d) To improve the fertility of planter beds, save water, reduce weeds, reduce the amount of green waste in
the landfill, lower soil pH, and improve efficiency, the Contractor may be required in many instances to
utilize a chipper to mulch brush clippings back into the landscape planter from where the clippings had
originated. The Contractor will always be required to have a trained chipper operator on staff to
accommodate this request at no additional cost to the City. This chipper program will be used wherever
and whenever it is practical and will be utilized primarily wherever there are larger planter beds that are
not wood-chipped. Only clippings from shrubs and trees will be allowed. Grass clippings, leaves, palm
fronds, trash and weeds shall not be included in this program. The Contractor shall always have a
commercial brush chipper available at no additional cost to the City.
e) All walkways will be kept clean/clear of debris and weed growth. Care shall be taken not to create
unnecessary hazards to the public.
f) Any paper, plastic, metal, leaves, pine needles, branches, rocks, DG, sand, soil, dead plant materials, litter
or any other debris determined objectionable by the Public Works Services Director that accumulates
within the work site shall be picked up weekly (or whenever the debris presents a hazard) and legally
disposed of offsite. All illegal dumping, including but not limited to hazardous waste, within the work site
shall be reported immediately to the Public Works Services Director or his representative.
Page 126
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 48 of 60
4.3.9. EXTRA WORK
a) Extra work may be required because of vandalism, accidents, or acts of nature. Further, work may be
required to add new landscaping, or to delete or modify existing landscape.
b) Extra work will not be performed without prior approval by the Public Works Services Director unless a
condition exists wherein it appears there is a danger of injury to persons or property.
c) Payment for extra work shall be in accordance with the hourly rates and unit prices in the Extra Work
Schedule. The invoiced amount for material not listed in the schedule will be at the Contractor's cost
including sales tax plus 15%; the 15% being for the Contractor's costs of overhead.
d) Except for routinely billed and ordinary irrigation repairs, extra work shall not commence without a written
and approved proposal. Further, the extra work shall not be invoiced and billed until the work has been
inspected and approved for completeness by the Public Works Services Director.
e) The City reserves the right to cause any extra work deemed necessary by the Public Works Services Director
to be performed by City crews or other Contractors, at no cost to the Contractor.
5. EVALUATION AND CONTRACTOR SELECTION PROCESS
5.1. INITIAL SCREENING
All RFP responses will undergo an initial review to determine responsiveness to the instructions herein. Those
RFP responses initially determined to be responsive by meeting the RFP requirement as indicated herein will
proceed to the next phase of the evaluation process.
5.2. EVALUATION ACTIVITIES
RFP responses deemed as having met the standard RFP requirements as indicated herein are then evaluated by
an Evaluation Committee. The RFP submittals are scored and assigned a ranking of zero (0) through ten (10),
ten being the highest possible score. The following criteria have been assigned percentages that the criteria will
be scored against, based upon but not limited to the following evaluation criteria factors:
Page 127
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 49 of 60
Criteria
Criteria Description
Assigned
Percentage
Contractor Expertise 10
Quality of proposed services or goods 15
Extent to which the Contractors services or goods meet the City ’s
needs 25
Cost 15
Contractor’s history and resources available to provide the required
services 15
Experience and professional qualifications of staff 20
5.3. COST EVALUATION
Cost Proposals are evaluated and scored based on the following calculations.
Score = Lowest Proposal Cost / Cost of Proposal being scored X Maximum Points Available (10)
The score is then added to the spreadsheet criteria scores.
5.4. REFERENCE CHECKS
If determined to be required reference checks are conducted by the Procurement Division and the requesting
department may or may not be present during the process. The reference checks may be conducted by phone
with the information being scribed or conducted by a written form, submitted to the Contractor’s reference
contact. Reference contacts will be asked several predetermined questions for response and to provide a score
from one (1) to ten (10), ten being the highest. Scores are then tabulated and added to the spreadsheet with
the criteria scores. It is imperative that Contractors provide up to date and accurate information regarding
contact information for reference checks. All scores are then tabulated into the final Contractor ranking.
Evaluators do not see the Contractor References or pricing line items. The proposed pricing is evaluated by the
Procurement Division during the initial review of the RFP response, only to ensure that the proposed cost is not
over the City ’s budgeted amount or Not-to-Exceed amount for the project.
Page 128
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 50 of 60
5.5. PRESENTATIONS / ORAL BOARD INTERVIEWS
Upon completion of the RFP evaluations and data analysis, and only, if necessary, selected top ranked
Contractors will be provided an opportunity to interview and conduct a demonstration or presentation to
further expand on their RFP response. Contractor interviews/demonstrations are scored and assigned a ranking
of zero (0) through ten (10), ten being the highest possible score, based upon but not limited to the evaluation
criteria factors as stated within the RFP.
5.6. FINANCIAL DOCUMENTATION
Contractors that proceed to the short-list may be required to submit financial documentation as proof of its
Company’s financial stability and strength. A financial review will be conducted by the City Finance Department.
Should a Contractor wish for its financial documentation to be treated as proprietary or be returned upon
completion of the review, the documentation must clearly be marked as such. The following documentation
will be required of each Contractor on the short-list:
• A copy of the Contractor’s most recent annual report.
• Audited (by a third party), balance sheets and income statements for the past three (3) years.
• If audited data is not available, Contractor shall submit copies of complete tax returns for the
past three (3) years.
• Describe any regulatory censure and past or pending litigation related to services provided by
the Contractor.
• Indicate all applicable information regarding Contractor ownership changes in the last three (3)
years.
5.7. BEST AND FINAL OFFER
Upon completion of Contractor presentations, the City reserves the right to conduct pre-award discussions
and/or pre-contract negotiations with all or only top ranked Contractors. At which time the City may request a
Best and Final Offer to be submitted from one or all finalists.
5.8. CONTRACTOR SELECTION
The final Contractor selection is based on which Contractor is the most responsive, meeting the City ’s
requirements, offering the best value at the most competitive price. The City is not obligated to award to the
lowest price proposal.
The City may conduct negotiations with several Contractors simultaneously. The City may also negotiate
contract terms with the selected Contractors prior to award. The City, at its sole discretion, reserves the right,
unless otherwise stated, to accept or reject all or any RFP responses, or any part thereof, either separately or to
Page 129
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 51 of 60
waive any informality and to split or make the award in any manner determined to be in the best interest of the
City.
5.9. LETTER OF INTENT TO AWARD
After a final Contractor selection is determined, a Letter of Intent to Award (LOI) will be posted for review by all
participating, responsive Contractors. Negotiations shall be confidential and not subject to disclosure to
competing Contractors unless an agreement is reached. If contract negotiations cannot be concluded
successfully, City may negotiate a contract with the next highest scoring Contractor or withdraw the RFP
entirely.
Page 130
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 52 of 60
“EXHIBIT A, CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT”
It is the policy of the City to prevent personal or organizational conflict of interest, or the appearance of such
conflict of interest, in the award and administration of City Contracts, including, but not limited to Contracts for
Professional Services Agreements (“PSA”) with potential Contractors.
I do not have specific knowledge of confidential information regarding RFP responses received in response to
the Request for Proposal (“RFP”) #25/26-004 for Landscape and Irrigation Maintenance for LMD 1 Parks. I
agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any
RFP response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not
limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any RFP
response, or removal of same from designated areas.
I, the undersigned, hereby certify that the following statements are true and correct and that I understand and
agree to be bound by commitments contained herein.
(Print Name)
(Relationship to the City)
(Relationship to the Contractors)
(Signature)
(Date)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 131
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 53 of 60
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY”
Mark the appropriate choice, below:
Contractors accepts the PSA without exception.
OR
Contractors proposes exceptions to the PSA.
Summarize all exceptions on a separate document. Enclose a written summary of each change and title as
“Exception Summary”, which shall include the Contractors’ rationale for proposing each such exception. Each
exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the
submitted summary may deem the response as non-responsive.
Signature
Printed Name
Title
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 132
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 54 of 60
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED”
I, the
(President, Secretary, Manager, Owner or Representative)
of , certify that the
(Name of Company, Corporation or Owner)
Specifications and General Provisions regarding insurance requirements as stated within the Professional
Services Agreement (PSA), for the Purchase Contract designated Request for Proposal (“RFP”) #25/26-004 for
Landscape and Irrigation Maintenance for LMD 1 Parks have been read and understood and that our
Contractors is able to provide and maintain the coverage as specified in the PSA. Failure to provide said
coverage, upon request to finalize the PSA prior to award shall be enough cause for immediate disqualification
of award. Failure to maintain said coverage shall result in termination of the contract.
Signature
Printed Name
Title
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 133
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 55 of 60
“EXHIBIT D, ADDENDUM ACKNOWLEDGEMENT”
The Contractors hereby acknowledges the following Addenda Number(s) to this RFP have been received, if any.
Contractors understands failure to acknowledge any addenda issued may cause the RFP response to be
considered non-responsive. It is the Contractors’ responsibility to log into the Bid System to identify and
download the number of addenda that have been posted.
•
•
•
•
Signature
Printed Name
Title
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 134
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 56 of 60
“EXHIBIT E, DEBARMENT and SUSPENSION CERTIFICATION FORM”
I certify that neither (Contractor) nor any of its proposed subcontractors
are not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in
accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986
Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Contractor nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Contractors or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state, or federal government entity, or if Contractors or any of its subcontractors
subsequently become delinquent in California taxes, our Proposal will be disqualified.
Signature
Printed Name
Title
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 135
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 57 of 60
“EXHIBIT F, PARTICIPATION CLAUSE”
It is hereby understood that other government entities, such as cities, counties, and special/school districts may
utilize this RFP response at their option for equipment or services at the RFP response price for a period of
days. Said entities shall have the option to participate in any award made because of this solicitation.
Any such piggy-back awards will be made independently by each agency, and the City is not an agent, partner
or representative of these agencies and is not obligated or liable for any action of debts that may arise out of
such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of
its own order placement and payments of the Contractors.
Successful Contractors will extend prices as proposed herein to other governmental agencies, please
specify.
YES NO
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 136
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 58 of 60
“EXHIBIT G, SIGNATURE OF AUTHORITY”
The undersigned Company declares that he has carefully examined the specifications and read the above terms
and conditions, and hereby proposes and agrees, if this RFP response is accepted, to furnish all material in
accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost
amounts set forth in the following RFP response.
THE CONTRACTOR IN SUBMITTING THIS RFP RESPONSE MUST FILL IN THE FOLLOWING INFORMATION.
FAILURE TO DO SO MAY DEEM YOUR RFP RESPONSE AS NON-RESPONSIVE.
Company Name: Address:
(Street, Su. # City, State, Zip)
Telephone #:
Fax #:
E-mail address: Web Address:
Authorized Representative: (print) Title:
Signature: Date:
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 137
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 59 of 60
“EXHIBIT H” REFERENCES WORKSHEET
The following References Worksheet must be complete, please do not mark “See Attached”. Provide a minimum
of four (4) clients that are similar in size to the City of Rancho Cucamonga that your company has conducted
comparable or like services. Preferred references should be government agencies and be a current customer
within the past three (3) years. Please verify accuracy of contact information.
Reference 1
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Reference 2
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Page 138
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-004
for
Landscape and Irrigation Maintenance for LMD 1 Parks
Page 60 of 60
Reference 3
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Reference 4
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibit H.
Page 139
PREPARED FOR: PREPARED BY:
City of Rancho Cucamonga
Procurement Division
10500 Civic Center Drive, Rancho Cucamonga, Ca 91730
Ruth Cain
(909) 774-2500
Ruth.Cain@cityofrc.us
Mariposa Landscapes Inc.
6232 Santos Diaz St, Irwindale, CA 91702
Michael Salinas,
(626) 635-6187
Michael.salinas@mariposa-ca.com
RESPONSE TO:
RFP # 25/26-004
Landscape and Irrigation Maintenance for LMD 1 Parks
June 11th, 2025
Exhibit B
Page 140
Safety • Teamwork • Quality • Integrity 2
Cover Letter
City of Rancho Cucamonga
Procurement Division
Attention: Ruth Cain
Ref: RFP #25/26-004
Address: 10500 Civic Center Drive, Rancho Cucamonga, CA 91730
Phone: (909) 774-2500
E-mail: Ruth.Cain@cityofrc.us
Since 1977, Mariposa Landscapes, Inc. has been a trusted leader in the landscaping industry.
What started as a small, single-truck operation in Rosemead, California, has grown into a robust
fleet with a skilled team of over 800 professionals serving Southern California and Arizona.
With more than 100 awards recognizing project excellence, we take great pride in the quality of
our work and are consistently regarded as one of the most recommended companies in the
industry. Our commitment to customer satisfaction has helped us build lasting relationships with
clients, allowing us to bring decades of expertise to every landscape we manage. We focus on
fostering long-term partnerships, taking the time to understand your goals, and dedicating
ourselves to the care and enhancement of your properties.
At Mariposa Landscapes, we believe in the value of open communication, continuous staff
development, and staying at the forefront of innovation to ensure we deliver the highest
standard of service.
Mariposa’s proposal is based on our direct experience with this contract and a proven efficient
approach. Turf will be mowed per spec using two mowers, planter care/ routine care handled by
our detail crew, and irrigation crews will perform regular system checks. Crews rotate daily to
cover all tasks. Oversight is provided by a working field supervisor and our Fontana area manager,
with an account manager ensuring smooth communication with the city.
Company: Mariposa Landscapes, Inc
Address: 6232 Santos Diaz St., Irwindale, CA 91702
Contact: Michael Salinas
Email: michael.salinas@mariposa-ca.com
Phone #: (626) 635-6187
Sincerely,
Page 141
Safety • Teamwork • Quality • Integrity 3
Table of Contents
Cover Letter .....................................................................................................................................2
3.3 Project Understanding and Approach .....................................................................................4
3.4 Qualifications and Experience .................................................................................................. 5
3.5 Project Team........................................................................................................................... 19
3.6 Staffing Level .......................................................................................................................... 26
3.7 Third Party/ Subcontractors .................................................................................................... 26
3.8 Proposal Response ............................................................................................................... 28
Page 142
Safety • Teamwork • Quality • Integrity 4
3.3 Project Understanding and Approach
We understand that the City of Rancho Cucamonga seeks a contractor capable of delivering
comprehensive, consistent, and high-quality landscape maintenance services across a wide range for
LMD1 parks—including fields, planters, restrooms, picnic areas, and playgrounds—while upholding safety,
sustainability, and aesthetic standards.
Our approach is rooted in operational clarity, proactive oversight, and consistent communication. Our
team currently performs services for the listed sites and is fully familiar with their specific needs, seasonal
challenges, and patterns. We are committed to continuing these services without disruption and with
measurable improvements in quality and responsiveness.
Key elements of our approach include:
• Dedicated Staffing and Supervision: We will deploy specialized crews for turf mowing, detailing,
irrigation, and general maintenance, supported by a full-time Account Manager fluent in English.
The Fontana-based Area Manager, Dirk Bennet, will serve as the primary contract liaison,
overseeing execution, inspections, and reporting.
• Efficient Turf Maintenance: Using two 72" wide ride-on mowers, we will service all turf areas per
specified frequencies for Service Levels B–D. Edging and trimming will be done concurrently to
maintain clean lines and prevent overgrowth.
• Planter and Shrub Management: Detail crews will handle shrub and groundcover maintenance,
adjusting service intensity based on the designated service levels B-D. Weeds, debris, and
overgrowth will be proactively controlled.
• Irrigation Oversight: Irrigation crews will conduct weekly system checks, troubleshoot alerts, and
promptly perform repairs. Regular reporting and coordination with the City's Water Management
Team will ensure optimized water usage and compliance with environmental guidelines.
• Integrated Operations Schedule: Our team will follow a weekly maintenance chart aligned with
the City's expectations/ service level and seasonal requirements. Crews will rotate across
properties, enabling full coverage without service gaps.
• Communication and Responsiveness: Our Account Manager will be available on-site Monday–
Friday and on-call 24/7 for emergencies. We will maintain direct lines of communication with City
staff, provide required reports, and ensure all service-level adjustments are promptly
implemented.
Assumptions and Enhancements:
• All work will be performed per the scope and service levels outlined in Section 4 of the RFP.
• We anticipate periodic changes to site inventory and service levels and will respond with flexibility
and updated cost proposals as needed.
• We are exploring additional efficiency tools to enhance performance tracking and reduce the
administrative burden on City staff.
Our team is committed to maintaining a safe, clean, and welcoming public environment across Rancho
Cucamonga’s community space, reflecting the City’s high standards and expectations for its residents and
visitors.
Page 143
Safety • Teamwork • Quality • Integrity 5
3.4 Qualifications and Experience
Key Facts at a Glance
With strategically located offices across Southern California and Arizona, Mariposa Landscapes delivers
exceptional landscape solutions using advanced equipment, innovative technologies, and a skilled team,
transforming landscapes and enriching communities with every project.
The following table provides a complete overview of Mariposa Landscapes, Inc., highlighting our relevant
information, areas of expertise, and operational capabilities:
For this project, our Fontana Branch at 11093 Almond Ave, Fontana, Ca 92337 will be servicing LMD 1.
Company Mariposa Landscapes, Inc. Awards Over 100 awards for project excellence
Founded 1977 Primary
Services
Landscape construction, maintenance,
tree care, irrigation, and drought tolerant
conversions
Address 6232 Santos Diaz St, Irwindale, CA
91702
Service Areas Southern California and Arizona
Telephone (626) 960-0196 Office
Locations
1) HQ: Irwindale, CA
2) Orange County: Santa Ana, CA
3) San Bernardino County: Fontana, CA
4) Riverside County: Chino, CA
5) LA South Bay: Gardena, CA
6) North LA. & Ventura: Somis, CA
7) Palm Springs: Bermuda Dunes, CA
8) San Diego County: Oceanside, CA
9) Arizona: Glendale, AZ
10) Arizona: Phoenix, AZ
Fax (626) 960-8477
Employees Over 800 employees
Licensed In California + Arizona
Insurance $1M workers’ compensation, $10M
general
Entity Corporation C1469653
Bonding $100 million
Proposal Contact: Michael Salinas
Michael.Salinas@mariposa-ca.com
(626) 635-6187
Licensing and Certifications
• California Contractor License
592268 C27, A, D49/C61, C31
• Certified Arborists on staff
• Certified Tree Workers on staff
• Tree Work – Line Clearance
Certified
• Tree Work – Line Clearance
Certified Instructor
• Certified Playground Equipment
Inspectors
• Certified Water Auditor
• Certified Backflow Inspectors
• Licensed Pest Control
Company/Pest Control Advisor
• Certified Pest Control Applicators
on staff
Organizations, Current and Past Memberships
• CACM (California Association of Community Managers)
• CAI Orange County (Community Association Institute)
• CAI Los Angeles (Community Associations Institute)
• CAI Greater Inland Empire (Community Association
Institute)
• CAI Coachella Valley (Community Association Institute)
• ASA (American Subcontractors Association)
• BIA Southern California (Building Industry Association)
• BIA Orange County (Building Industry Association)
• BOMA IE (Building Owners and Managers Association)
• CLCA (California Landscape Contractors Association)
• ISA (International Society of Arboriculture)
• CAPCA (California Association of Pest Control Advisors)
Page 144
Safety • Teamwork • Quality • Integrity 6
Why Choose Mariposa Landscapes?
• Award-Winning Excellence: A proven track record with over 95 industry recognitions for
innovative and high-quality landscaping projects.
• Comprehensive Expertise: From public parks and commercial landscapes to large-scale
restoration projects, we have the expertise to handle a wide variety of landscaping needs.
• Sustainability Leadership: Implementing drought-resistant designs and sustainable practices that
protect natural resources while enhancing aesthetic value.
• Client-Centered Approach: A commitment to understanding and exceeding our clients’
expectations with tailored, results-driven solutions.
Our Core Values
Our success is driven by a set of core values that underpin every aspect of our operations:
• Safety: Ensuring the well-being of our team and clients on every project.
• Teamwork: Collaborating with clients and stakeholders to achieve shared goals.
• Quality: Setting the highest standards for every service we provide.
• Integrity: Building trust through transparency, accountability, and ethical practices.
With over 45 years of experience, Mariposa is
renowned for excellence in Landscape
Construction, Maintenance, Tree Care, Irrigation,
and Drought-Tolerant Conversions. Our portfolio
reflects a rich history of award-winning projects -
more than 100 recognitions to date -
demonstrating our unwavering commitment to
quality and craftsmanship. As a fully licensed
company in both California and Arizona, we carry
$100 million in bonding capacity and maintain
large insurance coverage, including $10 million in
general liability and $1 million in workers'
compensation, ensuring our clients’ peace of mind
on every project.
At Mariposa, we are more than a landscaping company - we are stewards of the environment.
Sustainability is at the heart of everything we do, from implementing water-saving irrigation systems to
promoting native plant restoration and integrating environmentally friendly practices into every project.
Our approach is guided by a deep understanding of Southern California and Arizona’s unique ecosystems,
allowing us to create outdoor spaces that are as functional and beautiful as they are sustainable. We take
pride in enhancing landscapes while contributing to the well-being of the communities we serve.
Page 145
Safety • Teamwork • Quality • Integrity 7
Page 146
Safety • Teamwork • Quality • Integrity 8
• Turf Management • Irrigation Management
• Integrated Pest
Management
• Seasonal Planting &
Enhancements
• Athletic Turf Maintenance • Porter Services
• Parking Lot Sweeping
• Color Design
• Clean-up and Debris Removal
• Tree Trimming & Pruning • On-site Diagnosis
• Hazardous Tree Removal • Long-term Tree Care
• Stump Grinding &
Disposal
• GIS Tree Mapping & Asset
Management
• Tree Disease & Pest
Treatment
• Tree Planting
• Site Preparation & Grading
• Native Plant Restoration
• Playground Construction
• Irrigation Systems Installation
• Park Construction
• Tree, Shrub & Ground
Cover Planting
• Park Construction
• Athletic Field Construction
• Drainage System Setup
Our Services
Mariposa offers a full spectrum of landscaping services, blending expertise, innovation, and sustainability
to meet each client's unique needs. Below is an overview of our capabilities.
Landscape Maintenance
Maintaining vibrant landscapes requires strategic care and attention to detail. Our services encompass
large-scale mowing, efficient irrigation, eco-friendly pest control, and year-round fertilization to support
plant health and ecosystem vitality. Additional offerings include athletic turf maintenance, detailed
baseball field preparation, porter services, and parking lot sweeping to ensure a clean and professional
appearance. We focus on creating sustainable landscapes that thrive in all seasons.
Tree Care
Our certified arborists provide expert tree management, including trimming, removal, stump grinding,
and disease treatment. Utilizing advanced GIS tree mapping, we offer tailored growth and maintenance
programs for urban forests and individual trees alike. These services not only ensure the safety and health
of trees but also enhance their contribution to the environment and aesthetics of any property. By
integrating technology and expertise, we help preserve the natural canopy, ensuring long-term
sustainability for both urban and rural spaces.
Landscape Construction
We transform outdoor spaces into functional, visually stunning environments. From site preparation,
grading, and drainage to strategic planting and native plant rehabilitation, we focus on integrating
aesthetics with sustainability. Our portfolio includes durable parks, playgrounds, and athletic fields
designed for both community engagement and environmental balance.
Page 147
Safety • Teamwork • Quality • Integrity 9
• Irrigation System Upgrades • Leak Detection & Repair
• Zone Adjustments • Drip Irrigation Installation
• Real-Time Monitoring
• System Performance
Assessments
• Compliance with Water
Regulations
• Plant Selection • Site Assessment & Analysis
• Soil Enhancement • Drip Irrigation Installation
• Mulching and Ground
Cover Application
• Hardscape Integration
• Water Conservation Design
Irrigation Retrofits
Modern irrigation systems are key to sustainable water management. Our retrofit solutions include
weather-responsive controllers, high-efficiency sprinklers, and precision drip irrigation systems. These
upgrades ensure optimized water use, reduced runoff, and compliance with regulatory requirements, all
while delivering significant cost savings. We also provide system performance monitoring and proactive
maintenance to maximize efficiency and extend system lifespan.
Drought-Tolerant Conversions
As water conservation becomes increasingly important, our drought-tolerant landscape conversions help
clients adapt effectively. By incorporating native plants, soil enhancements, drip irrigation, and functional
hardscape features like pathways and seating, we create sustainable, low-maintenance landscapes that
reduce water usage and improve environmental outcomes. These eco-friendly designs also enhance
property value and promote biodiversity, contributing to a greener community.
Hardscape Construction
Hardscapes play a vital role in enhancing landscape functionality and aesthetics. Our services include
custom concrete work, masonry, stonework, flagstone, and tile installations. We focus on integrating
these elements seamlessly into existing landscapes, ensuring durability and timeless appeal.
Complementing these are drainage systems, overhead structures, water features, and low-voltage
lighting, creating safe and inviting outdoor spaces with a unique visual appeal.
• Custom Concrete Features
• Water Features
• Monuments
• Overhead Structures
Installation
• Masonry
• Stonework
• Low-voltage Lighting
• Drainage Systems
At Mariposa Landscapes, our commitment extends beyond delivering services; we aim to craft
environments that leave lasting impressions. From sustainable designs to innovative technologies, our
work reflects a blend of functionality, beauty, and environmental responsibility. With every project, we
strive to exceed expectations, creating landscapes that serve as vibrant spaces for communities to thrive.
Page 148
Safety • Teamwork • Quality • Integrity 10
Featured Services: Tree Care
Mariposa Tree Management has earned accreditation from the Tree Care Industry
Association (TCIA), signifying excellence in safety, professionalism, and adherence to
industry best practices. We deliver comprehensive tree care solutions designed to maintain
the health, beauty, and safety of urban and natural landscapes.
Our team, including Certified Arborists, Certified Tree Workers, and ISA-qualified specialists
with extensive training in urban forestry management, stands out by combining expert tree care with
comprehensive consulting services, delivered by safety-focused professionals trained in advanced
arboriculture methods, techniques, and software, offering solutions such as urban forest planning, tree
evaluations, risk assessments, and pest management.
Full Suite of Tree Care Services
We provide a broad range of tree care services tailored to each client’s specific needs:
• Tree Trimming and Pruning: Following ANSI A300
standards, we ensure proper growth, structural
integrity, and aesthetic appeal.
• Tree Removal and Stump Grinding: Safe and
efficient removal of trees and stumps to clear
areas for new planting or construction.
• Disease Diagnosis and Treatment: Our certified
arborists utilize advanced diagnostic techniques
to identify and treat tree diseases, ensuring long-
term health.
• Emergency Tree Services: Rapid response for
storm damage or hazardous conditions, prioritizing safety and restoration.
Tree Asset Management
Our proprietary tree asset management program leverages advanced GIS technology, providing detailed
inventories and actionable insights:
• Tree Plotter Software: Enables clients to access
tree inventories, work orders, and maintenance
records in real time.
• Customized Management Plans: Tailored
strategies for long-term tree health and risk
mitigation.
• Transparent Reporting: Comprehensive data for
informed decision-making and streamlined
operations.
Page 149
Safety • Teamwork • Quality • Integrity 11
Advanced Features and Benefits
• Smart Controllers: Automatically adjust daily watering schedules based on weather data,
plant types, and soil conditions. Our clients typically achieve 20–30% water savings, with
potential reductions of up to 50% in some cases.
• Weather Monitoring and Flow Sensors: Real-time data detects leaks or abnormal usage,
minimizing water loss and reducing repair costs.
• Remote Management: Cloud-based platforms allow property managers to monitor systems,
receive alerts, and make adjustments from any device, improving efficiency and reducing
labor costs.
• Precision Watering Solutions: Drip irrigation and high-efficiency sprinklers minimize runoff
and evaporation by delivering water directly to plant roots, enhancing plant health and
promoting sustainability.
Featured Services: Irrigation Retrofits
Mariposa Landscapes specializes in modernizing outdated
irrigation systems to improve water efficiency, reduce
operational costs, and deliver rapid ROI. Through cutting-
edge technology like smart controllers, advanced weather
sensors, and cloud-based remote management, our solutions
optimize water usage and protect landscapes.
Our process begins with a system evaluation, including a
detailed water audit and GIS mapping of components,
ensuring a customized approach to address inefficiencies like
leaks, hardware limitations, and outdated programming.
Sustainable Impact
Our irrigation retrofits exceed water
conservation regulations while
supporting vibrant landscapes and
environmental goals. By leveraging
technology-driven solutions, we
empower clients to achieve
measurable savings, enhanced
system control, and sustainable
outcomes.
Mariposa Landscapes ensures your
irrigation system works smarter,
not harder—saving water, reducing
costs, and delivering reliable
performance year after year.
Quantifiable Benefits
Water
Savings
Reduce water usage by 15-20%, saving $12,000–
$18,000 over five years depending on site.
Labor
Savings
Minimize technician visits from weekly to quarterly,
saving $4,000–$12,000 annually depending on site.
Quick ROI Achieve full system payback within a year for
immediate cost recovery.
Leak
Detection
Flow sensors identify and prevent costly water
waste, saving thousands annually.
Repair
Efficiency
Real-time alerts cut repair time by up to 50%,
reducing downtime and costs.
Plant
Health
Precision irrigation prevents overwatering, improving
plant health and reducing replacement or disease
costs.
Regulatory
Compliance
Ensure compliance with water conservation
standards to avoid penalties and fines.
Page 150
Safety • Teamwork • Quality • Integrity 12
Our Drought-Tolerant Services
• Site Analysis: Evaluating soil, climate, and
infrastructure.
• Plant Selection: Installing native, water
efficient species.
• Drip Irrigation: Delivering water directly to
roots to minimize waste.
• Soil Enhancements: Improving retention
with amendments and mulch.
• Hardscaping: Adding pathways, seating, and
decorative stone for low-maintenance
appeal.
Mariposa Landscapes is a trusted partner in drought-tolerant conversions, with a portfolio of
successful projects across Southern California and Arizona. Our team’s certifications in irrigation design
and environmental planning ensure that every project meets the highest standards of sustainability
and performance.
Featured Services: Drought-Tolerant Conversions
Our team specializes in drought-tolerant conversions, transforming landscapes into sustainable, water-
efficient spaces that thrive in arid climates. Our expertise combines innovative techniques, tailored plant
selections, and eco-friendly practices, making us a leader in water-conscious landscaping solutions.
We provide end-to-end services to design and implement landscapes that balance functionality, beauty,
and sustainability:
Advanced Techniques and Eco-Friendly Practices
Mariposa integrates cutting-edge technology and sustainable practices into every
drought-tolerant project:
• Water-Saving Irrigation Controls: Installation of smart controllers that
adjust watering schedules based on real-time weather and soil data.
• Erosion Control and Drainage Systems: Preventing soil erosion and
promoting water retention for long-term stability.
• Native Plant Rehabilitation: Restoring local ecosystems with native plants
that support pollinators and reduce long-term upkeep.
Environmental and Economic Benefits
Our drought-tolerant conversions provide lasting value to clients and
communities. By reducing water usage, they comply with
conservation regulations and promote sustainability. Lower water
and maintenance needs cut operational costs, while modern designs
enhance property value with functionality and aesthetic appeal.
Page 151
Safety • Teamwork • Quality • Integrity 13
Core Objectives
• Consistency: Deliver uniform, high-quality results across all projects and service areas.
• Proactive Problem-Solving: Address potential issues early to prevent disruptions.
• Client Satisfaction: Build trust by meeting deadlines and maintaining transparency.
• Continuous Improvement: Refine processes based on feedback and data to enhance future
performance.
Implementation Process
1
Monthly Work Plans
Each month, the Account Manager submits a detailed
Monthly Work Plan outlining scheduled maintenance
tasks, such as trimming, pruning, and chemical
applications. This plan is reviewed and approved
during the monthly client meeting and correlates with
the Annual Work Schedule. A Monthly Schedule
Evaluation Form is completed to assess the current
month’s performance.
2
Irrigation Reports
The Irrigation Technician conducts scheduled
inspections of irrigation systems, logging results in
an Irrigation Inspection Report. This report includes
all service requests, emergency work, and repairs.
The Account Manager ensures these reports are
accurate and delivered to the client representative
on time.
Quality Control Program
At Mariposa Landscapes, Inc., quality control is not just a process, it’s a philosophy. Rooted in the principle
of "Plan your work and work your plan," our Quality Control Program is designed to ensure every project
exceeds client expectations. We proactively manage quality and systematically address issues, we free up
our clients’ representatives - such as Public Works Inspectors or Property Managers - so they can focus on
higher priorities. This approach fosters a positive working relationship and ensures consistent, high-
quality results.
Key Components of the Quality Control Program
Our Quality Control Program is built on a foundation of structured processes and proactive management,
ensuring every aspect of our work meets the highest standards. The following components outline how
we maintain excellence at every stage of the project.
Quality Control Aspect How It Ensures Excellence
Work-in-Process
Inspections
Account Managers conduct initial and ongoing inspections of work tasks to
ensure compliance with quality standards. Non-conformances are logged and
addressed immediately.
Systematic Problem
Resolution
Issues are contained and corrected promptly, with solutions that include repair,
replacement, or rework. Completed work is re-inspected to prevent recurrence.
Management
Monitoring
Supervisors oversee operations to ensure adherence to quality plans, leveraging
structured problem-solving methods and enhanced process controls.
Client Feedback
Integration
Regular communication with clients ensures alignment on quality expectations
and facilitates continuous improvement.
Page 152
Safety • Teamwork • Quality • Integrity 14
Advanced Tools and Technology
Our team leverages cutting-edge tools and technologies to enhance the efficiency and effectiveness of
our Quality Control Program.
• Digital Inspection Checklists streamline the reporting process, allowing for real-time tracking and
immediate feedback on service performance. These checklists ensure that quality standards are
consistently upheld and any issues are promptly addressed.
• GIS Mapping Systems provide precise asset inventories, enabling accurate management of trees,
irrigation systems, and other landscape elements. By visualizing and analyzing these assets,
Mariposa ensures optimized resource allocation and improved service outcomes.
Our quality control philosophy focuses on preemptive action and systematic improvement, ensuring
issues are addressed efficiently and resolved through structured processes. This approach is exemplified
in our Sample Inspection Form and Inspection Action Items Form, which document inspections,
corrective actions, and follow-up measures to maintain the highest standards.
3
Work Quality Evaluations
Communication is critical to aligning interpretations of
quality. Before regular meetings, the Mariposa
Supervisor and client representative independently
grade the landscape’s quality using a standard
evaluation form. Any discrepancies are addressed
during the meeting to ensure mutual understanding of
expectations.
4
Action Item Lists
During inspections or meetings, any requests,
concerns, or additional tasks are documented in an
Action Item List with a clear target completion
date. This approach ensures timely resolution,
fosters client confidence, and promotes
transparent communication by tracking progress
and accountability.
Page 153
Safety • Teamwork • Quality • Integrity 15
Project with similar scope of work
Mariposa Landscapes has experience in doing similar scopes of services listed at the following locations:
1. City of Fontana (2020 – present)
Scope of Work:
Maintenance of the landscape include but not be limited to inspections,
mowing, trimming, shrub pruning, fertilization, aeration, weed control,
cultivation, pest control, de-thatching, plant replacements, renovation,
trail maintenance, trash removal, irrigation maintenance, and clean-up
of drainage facilities.
Key Team Members:
Area Manager: Roberto Perez
Account Manager: Edgar Garibay
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2020.
2. City of Chino Hills (2022 - present)
Scope of Work:
Maintenance of the landscape include but not be limited to inspections,
mowing, trimming, shrub pruning, fertilization, aeration, weed control,
pest control, de-thatching, renovation, irrigation maintenance, slope
maintenance, trash removal and clean-up of facilities.
Key Team Members:
Area Manager: Roberto Perez
Account Manager: Jesus Ramirez
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2022.
Page 154
Safety • Teamwork • Quality • Integrity 16
3. City of Moreno Valley (2023 - present)
Scope of Work:
Maintenance of the landscape include but not be
limited to inspections, mowing, trimming, shrub
pruning, fertilization, aeration, weed control, pest
control, de-thatching, renovation, median and
parkways maintenance, irrigation maintenance and
trash removal.
Key Team Members:
Area Manager: Roberto Perez
Account Manager: Gustavo Suarez
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2023.
4. City of Tustin (2016 – present)
Scope of Work:
Maintenance of the landscape include but not be limited to
inspections, mowing, trimming, shrub pruning, fertilization,
aeration, weed control, pest control, de-thatching, renovation,
irrigation maintenance, and trash removal.
Key Team Members:
Area Manager: Michael Williams
Account Manager: Jose Sanabria
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2016.
Page 155
Safety • Teamwork • Quality • Integrity 17
5. City of Oceanside (2021 – present)
Scope of Work:
Maintenance of the landscape include but not be limited to
inspections, mowing, trimming, shrub pruning, fertilization,
aeration, weed control, pest control, de-thatching,
renovation, irrigation maintenance, and trash removal.
Key Team Members:
Area Manager: Michael Williams
Account Manager: Douglas Lantz
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2021.
These are the 5 projects that Mariposa has been servicing with similar scope of work.
Our attached reference provides additional information, and additional information is available upon
request.
Page 156
Safety • Teamwork • Quality • Integrity 18
Pending Litigation
The following table lists Mariposa's pending litigations. None of these litigations will affect our
performance for the city.
Page 157
Safety • Teamwork • Quality • Integrity 19
3.5 Project Team
Organization and Experience
Mariposa Landscapes prides itself on a dynamic and experienced leadership team that drives operational efficiency
and client satisfaction. Our organizational structure ensures streamlined communication and smooth project
execution across all divisions, from operations to sales and maintenance. Below is our detailed organizational chart,
followed by individual profiles of key leadership members, each presented in a concise and easy-to-reference
format.
Leadership Profiles
The following profiles showcase the qualifications, credentials, and contributions of our key members, highlighting
the depth of knowledge and leadership that defines Mariposa Landscapes. These individuals are not only industry
experts but also the driving force behind our commitment to delivering exceptional results for every project.
Terry Noriega – President
Experience & Credentials
Terry has over 45 years of experience in landscaping, spanning installation,
maintenance, and leadership. His relentless pursuit of knowledge and certification has
shaped Mariposa's corporate culture.
• B.S. in Ornamental Horticulture: California State Polytechnic University,
Pomona
• California Contractors Licenses: C-27, A, C61/D49, C-31
• Pest Control Advisor (6 Cat.) & Qualified Pest Control Applicator (7 Cat.)
• Certified Landscape Technician in Ornamental and Turf Maintenance
• ISA Certified Arborist (WE-1182A)
• Arizona Contractor’s License (ROC178088 K-21) and Pest Control Business License (8246)
Ongoing Training
• Member of the California Landscape Contractor’s Association
• Action Sales Training
Page 158
Safety • Teamwork • Quality • Integrity 20
Antonio Valenzuela – VP Operations
Experience & Credentials
Antonio has over 30 years of experience in landscape maintenance and irrigation. Rising
from an Irrigation Technician to overseeing Mariposa’s operations, he ensures the
efficient execution of projects across all divisions. His expertise reinforces Mariposa’s
commitment to sustainability and operational excellence.
• Certified Landscape Technician in Ornamental and Turf Maintenance
• Pest Control Qualified Applicator (3 Categories)
• Certified Landscape Professional
• Backflow Certification – Los Angeles County
• Landscape Water Auditor – Cal Poly SLO
Ongoing Training
• Continuous OSHA Safety Training
Larry Rudd – VP Sales & Marketing
Experience & Credentials
With over 45 years of experience in landscape installation, maintenance, and estimating,
Larry has played a key role in Mariposa’s business development. From laborer to VP, he
has refined sales strategies and implemented profit-tracking systems that drive growth.
He also contributes to the industry as an educator and certified professional across
multiple disciplines.
• B.S. in Business Management – University of Phoenix
• Certified Landscape Technician – Hardscape Install, Softscape Install,
Ornamental & Turf Maintenance
• Water Efficient Landscaper (WaterSense Certified)
• Arizona Certified Landscape Professional
• American Green Zone Alliance – Electric Equipment Certification
• Red Cross CPR Safety Trained
Ongoing Training
• Associate Instructor – Cal Poly Pomona, Cal State Fullerton
• Continuous OSHA Safety Training
Dennis Jones – Tree Care Regional Divisional Manager
Experience & Credentials
With over 20 years in the landscape industry, Dennis specializes in arbor care and tree
asset management. He leads Mariposa’s tree division and GIS-based tree mapping
projects, ensuring safe and efficient urban forestry management.
• B.S. in Urban Forestry – Cal Poly San Luis Obispo
• ISA Certified Arborist (WE-5700A)
• SA Qualified Tree Risk Assessment
• TCIA Certified Tree Safety Professional (843)
• Qualified Applicator License – Categories B, C & F
• Wildlife Protector Certification
• Notary Public
Ongoing Training
• CEU Training for Arborist & TCIA
Page 159
Safety • Teamwork • Quality • Integrity 21
Luis Valenzuela – Landscape Division Manager
Experience & Credentials
Luis has over 25 years of experience in landscape and construction operations. Rising
through the ranks at Mariposa, he now manages the maintenance division, ensuring
high-quality service and operational efficiency. His expertise in irrigation, arboriculture,
and business leadership plays a key role in the company’s success.
• Qualified Applicator License – Category B
• Certified Landscape Technician – Irrigation
• ISA Certified Arborist (WE-8713A)
• Certification in Effective Business Leadership & Development – PDC/GCC
Ongoing Training
• Continuous OSHA Safety Training
Alex Del Valle – Risk Control Manager
Experience & Credentials
Alex has over 13 years of experience in risk management and workplace safety. Since
joining Mariposa, he has implemented training programs that have significantly
improved safety metrics. His expertise ensures compliance and enhances overall
workplace security.
• OSHA 30 Certified
• Certified Forklift Instructor
• Certified AHA CPR and First Aid Trainer
Ongoing Training
• Continuous OSHA Safety Training
Rich Jensen – Project Manager, Landscape Construction
Experience & Credentials
With over 30 years of experience in public works, commercial, and residential
landscaping, Rich manages projects with a focus on safety, quality, and efficiency. He
ensures successful project execution while upholding the highest industry standards.
• Qualified Applicator License – Category B
• Certified Landscape Technician – Ornamental Maintenance, Turf Maintenance
• Certified Arborist (WE-10222A)
Ongoing Training
• Continuous OSHA Safety Training
Page 160
Safety • Teamwork • Quality • Integrity 22
Maintenance Division Organization & Experience
Mariposa Landscapes' Maintenance Division is led by a team of highly experienced professionals who
ensure that every project is executed with precision, efficiency, and environmental responsibility. Our
Area Managers bring decades of expertise in landscape maintenance, irrigation systems, and arbor care,
providing leadership that upholds the company’s reputation for excellence. Below are the profiles of our
key maintenance personnel.
Area Manager Profiles
Each leader brings a specialized skill set that enhances Mariposa’s ability to deliver exceptional
landscape maintenance solutions. Their deep industry knowledge, combined with continuous training
and certifications, ensures that our clients receive the highest quality service with a focus on
sustainability, water conservation, and operational excellence. The following profiles highlight the
experience and credentials of our key maintenance division leaders.
Tony Valenzuela – Area Manager Irwindale
Experience & Credentials
Tony has over 12 years’ experience in the landscape industry. As you can see from his
certifications and training, Tony is always striving to add to his knowledge. He
exemplifies Mariposa’s key differentiator, horticultural knowledge and expertise. This is
especially true when it comes to irrigation.
• Harvard Management Essentials Certified – Harvard Business School
• Qualified Applicator Certificate, Category B, C
• Pesticide IPM and Safety Schools Act trained
• Certified Landscape Technician, Exterior Maintenance
• Certified Landscape Manager, Exterior Maintenance
• EPA WaterSense – Qualified Water Efficient Landscape
• SDCWA San Diego – Recycled Water Site Supervisor Certified
• Irvine Ranch Water District Water Management Certified
• CIRT – Certified, Water Auditor, Installer & Repair Technician
Ongoing Training
• Constant on-going OSHA safety training
Page 161
Safety • Teamwork • Quality • Integrity 23
Roberto Perez – Area Manager Fontana
Experience & Credentials
With over 25 years of experience, Roberto Perez is an expert in large-scale public works
landscape maintenance. His background as a public works inspector provides him with
valuable insight into regulatory compliance, quality control, and efficiency
improvements in municipal and commercial landscaping projects.
• Graduate of the Pacific Southwest Maintenance Management School
• MSAC Irrigation Design and Plant ID Certificate
• Leadership Academy Certificate, Cal Poly Pomona
• Calsense 3000 Certified
Ongoing Training
• Continuous OSHA safety training
• Qualified Applicator License – In Process
• Cal State Fullerton Water Auditor – In Process
Michael Williams – Area Manager Santa Ana & San Diego
Experience & Credentials
Michael Williams brings over 45 years of experience in landscape management,
irrigation design, and arbor care. His in-depth expertise allows him to oversee complex
projects efficiently while ensuring high-quality service delivery. As a certified
professional, Michael ensures that all maintenance operations align with best practices
in water conservation and sustainability.
• B.S. in Ornamental Horticulture, Cal Poly San Luis Obispo
• CPR Safety Trained
• Qualified Applicator License #133955
• San Diego County Water Authority (SDCWA) – Recycled Water Site Supervisor Certified
Ongoing Training
• Continuous OSHA safety training
Alyssa Noriega – Area Manager Somis
Experience & Credentials
Alyssa Noriega has developed a deep understanding of landscape maintenance and
client relations. Since transitioning from the estimating department to operations, she
has excelled in customer service and project execution. She is currently pursuing her
Pest Control Advisor certification to further enhance her expertise.
• B.S. in Business Administration (Marketing & Management), University of La
Verne
• A.S. in Integrated Pest Management, Mt. San Antonio College
• Certified Qualified Water Efficient Landscaper
• Certified Level 1 - WeatherTRAK Basic Systems Training
Ongoing Training
• Continuous OSHA Safety Training
• Pest Control Advisor – In Progress
Page 162
Safety • Teamwork • Quality • Integrity 24
Craig Johnson – Area Manager Gardena
Experience & Credentials
Craig Johnson brings over 40 years of experience in HOA and commercial landscape
maintenance. His ability to manage large-scale operations with a customer-first
approach ensures that clients receive the highest level of service. His extensive irrigation
certifications enable him to implement cutting-edge water management solutions.
• Cal Poly Pomona – Ornamental Horticulture
• CPR Safety Trained
• Certified OSHA 8 & 10
• Certified in Basic WeatherTRAK System Introduction
• Certified in OptiFlow Installation and Programming
• WeatherTRAK Communication Training Completion
• Certified in OptiFlow Training – Level 2 OptiFlow Site Assessment
Ongoing Training
• Continuous OSHA Safety Training
• Irrigation Certification Training - Ongoing
Key Staffing for the City of Rancho Cucamonga
Roberto Perez – Area Manager Fontana
Experience & Credentials
With over 25 years of experience, Roberto Perez is an expert in large-scale
public works landscape maintenance. His background as a public works
inspector provides him with valuable insight into regulatory compliance,
quality control, and efficiency improvements in municipal and commercial
landscaping projects.
Robert has been with the company for about 3 years. Before that, he was with
various city within southern California, specializing in managing landscape
contracts.
Robert, has been managing similar works for many years. A more current
notable work includes with the City of Rancho Cucamonga, Chino Hills, Fontana, Moreno Valley, San
Bernardino County, Riverside County, Etc.
• Graduate of the Pacific Southwest Maintenance Management School
• MSAC Irrigation Design and Plant ID Certificate
• Leadership Academy Certificate, Cal Poly Pomona
• Calsense 3000 Certified
Ongoing Training
• Continuous OSHA safety training
• Qualified Applicator License – In Process
• Cal State Fullerton Water Auditor – In Process
Page 163
Safety • Teamwork • Quality • Integrity 25
Dirk Bennet – Account Manager
Experience & Credentials
With over 11 years of experience, Dirk Bennett will be the person in-charge
and responsible for project management, communication with foreman, field
supervisor and primary contact with the City of Rancho Cucamonga. He is
experience in conducting and overseeing Public Works, Commercial and
Residential landscape maintenance work. With a vast experience in all aspects
of Landscape maintenance
Dirk has been with the company for about 3.5 years.
Dirk has been managing the City of Rancho Cucamonga contract(s) for
Mariposa Landscapes. His extensive experience with scheduling and
understanding of the City's needs has proven him to be a reliable lead.
• Qualified Applicators License, Cat B, #145235
• Horticulture and Turf Grass Management certificate, Mt. San Jacinto
College.
• Safe Work Zone, trained.
• CPR and Safety trained.
• OSHA 10 Hour – Construction Safety
• Recycled Water Site Supervisor Certified, Inland Empire Utilities Agency
Ongoing Training
• Horticulture, arboriculture Turf Management certificate, Mt. San Jacinto College/ San Antonio
College.
• Integrated Pest Management continuation training.
• Weathertrack – Hydropoint controller management Company safety training
• Qualified Pesticide Applicators continuation training.
• Cal Sense controller management Company safety training
Block flow prevention and maintenance training
Page 164
Safety • Teamwork • Quality • Integrity 26
3.6 Staffing Level
Please see attached Schedule lV for estimated minimum labor hours.
The labor hours do not indicate the maximum labor that we will provide. We are anticipating providing
labor as necessary to get the work done.
Extra Work project will be assigned to additional staff and not from the proposed routine staff members.
3.7 Third Party/ Subcontractors
No subcontractor will be utilized for this contract.
Page 165
Safety • Teamwork • Quality • Integrity 27
Page 166
Safety • Teamwork • Quality • Integrity 28
3.8 Proposal Response
Mariposa Landscapes will deliver consistent, high-quality landscape maintenance across assigned LMD 1
parks in Rancho Cucamonga. Our staffing plan and daily operations are structured to meet all contractual
requirements while providing additional value where needed.
Crew Deployment:
• Mowing Crew (4 personnel):
o Responsible for turf areas at all specified LMD 1 parks.
o Equipped with two 72" mulching mowers to maintain weekly mowing cycles per service
level B, C, D requirements.
o Crew rotates across designated properties Monday through Friday to meet weekly
schedule requirements.
• Detail Crew (3 personnel):
o Handles planter maintenance, edging, trimming shrubs and groundcover, trash pickup,
and hardscape cleaning. Planter work will be maintained per service level B, C, or D
requirements.
o Crew floats between properties daily based on rotation schedule and seasonal needs.
• Restrooms (1 personnel):
o Handles all restroom maintenance services per RFP section 4.
Note:
LMD 1 Park restroom maintenance frequency is not defined or specific in any level category. All
restrooms will be maintenance to required specifications as in section 4 of the RFP. Pricing is set to 7
days a week maintenance schedule currently until Public Works Service Director specifies differently if
need.
Page 167
Safety • Teamwork • Quality • Integrity 29
Workplan and Approach
The schedule outlined below is subject to change and requires approval from the designated
representatives. Any adjustments will be made to align with operational requirements. At the
commencement of the contract, our Project Manager will submit the annual schedule, and a monthly
report will be provided at the start of each month for the representatives.
Weekly Average
Monday Tuesday Wednesday Thursday Friday
Weed Removal X X X X X
Litter Removal X X X X X
Irrigation System Inspection X X X X X
Turf Mowing, Edging, Trimming X X X X X
Disease, Herbicide, Pest Control x - - - -
Pruning, Trimming X X X X X
Fertilize Grass, Plants - - - - -
Mulching - - - - -
Yearly Average
Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec
Weed Removal WK WK WK WK WK WK WK WK WK WK WK WK
Litter Removal WK WK WK WK WK WK WK WK WK WK WK WK
Irrigation System
Inspection
WK
WK
WK
WK
WK
WK
WK
WK
WK
WK
WK
WK
Lawn Mowing,
Edging,
Trimming
WK
WK
WK
WK
WK
WK
WK
WK
WK
WK
WK
WK
Herbicide, Pest
Control
X
X
X
X
X
X
Pruning MO MO MO MO MO MO MO MO MO MO MO MO
Fertilize Turf X X X X
Mulching AN AN AN AN AN AN AN AN AN AN AN AN
*AS = as needed *MO = monthly *WK = weekly *BI= Biweekly *DY = Daily *2X/DY = 2 times a day
Page 168
Tentative crew deployment plan for City of Rancho Cucamonga (Example)
Safety • Teamwork • Quality • Integrity 30
Day Mowing Crew (4-man) Detail Crew (3-man) Restrooms
(1-man)
Monday Beryl Park West, Beryl Park East, Golden Oak Park, Old Town Park, Morning
Hermosa Park Bear Gulch Park, Church Street Park maintenance
Tuesday Golden Oak Park, Old Town Park, Beryl Park West, Beryl Park East, Morning
Bear Gulch Park, Church Street Park Hermosa Park maintenance
Page 169
Project Specific Equipment
Safety • Teamwork • Quality • Integrity 31
Mariposa Landscapes Inc. is proud to maintain a modern fleet, consisting of the latest models of vehicles
and equipment, including all the essential tools needed to fulfill our contract work. Our fleet is under five
years old and is meticulously maintained by our in-house mechanics. Notably, we offer large-capacity
mowing equipment, a unique advantage that sets us apart from most competitors.
To ensure reliable service, we employ a full team of skilled mechanics, and we maintain an extensive
inventory of backup equipment, which allows us to consistently adhere to our project schedules.
Each of our crew trucks is fully equipped with all necessary hand tools for landscape maintenance, along
with a First Aid kit, water, and clear instructions in the event of an accident. Our mechanics are
strategically stationed within 30 to 60 minutes of each project site, ensuring rapid response times. In
addition, we have backup 72” and 21” mowers available for deployment within one hour, further
reinforcing our ability to maintain schedule continuity.
We are confident that the equipment detailed in our proposal will provide comprehensive coverage and
surpass the city’s established standards. Our commitment to excellence is demonstrated through our
meticulous selection of resources and skilled personnel. Mariposa Landscape Inc. is dedicated to ensuring
that every aspect of our work exemplifies the highest quality, reflecting both our expertise and our
commitment to delivering superior results. We believe that our approach will not only meet but exceed
the expectations set forth, showcasing our dedication to excellence and reinforcing our reputation for
exceptional service.
Anticipated Equipment
Regular Vehicles Periodic Vehicles
QTY Vehicles QTY Vehicles
1
2
1
Truck Toyota Tacoma w/Irrigation Setup Truck
Chevy 2500HD, Dbl Cab, Landscape body Truck
Toyota Tacoma w/Supervisor Setup
1 Truck Chevy 3500HD, Single Cab, Spray
Truck
Regular Equipment Periodic Equipment
QTY Equipment QTY Equipment
1
2
2
2
2
2
2
Trailer 82” x 16”, GVWR 7000, Mow Crew
Trimmer String (Weedeater)
Blower backpack
Hedge Trimmer 51” Long Staff
Mower 72in, Recycler
Edger Stick Type
Truck and Tools Equipment
1
1
1
Tractor Kubota PTO HP-40
Trailer Flat Bed, 9999 GVWR Big Mower
Pressure Washer 185gal w/ trailer
Page 170
Safety • Teamwork • Quality • Integrity 32
4-Step Pricing Process
1. The scope of work is identified, and a "Not-to-Exceed" proposal is prepared.
2. The customer reviews and approves the proposal.
3. Work proceeds, with labor tracked and receipts documented.
4. Billing will never exceed the original proposal and will be either equal to or less than
the proposed amount.
The sample proposal to the right
pertains to an irrigation-related
project, where multiple valves
require replacement due to damage
sustained in an auto accident.
Extra Work Pricing
When a customer desires additional work or an emergency arises where work above and beyond the
contract scope becomes necessary, there must be some mechanism to quickly communicate and agree
upon the cost. Many times, situations arise where it is difficult to come up with a cost ahead of time. We
solve that issue with the following:
Our process is designed to ensure
clarity and professionalism, founded
on the principles of Simplicity,
Transparency, Honesty, and No
Surprises.
If an issue arises that alters the scope
of the original estimate, we will
revise the proposal accordingly and
resubmit it for client approval. The
updated proposal will include clear
explanations and supporting
documentation, such as photos.
Work will not proceed until the client
has reviewed and approved the
revised scope and associated costs,
ensuring full agreement before
moving forward.
Page 171
Safety • Teamwork • Quality • Integrity 33
Core Elements
1.02 - First Aid and Safety
1.03 - Plan Reading
1.05 - Plant Identification
1.06 - Sod Installation
1.07 - Work Orders and Reports
1.08 - Program Controller
1.09 - Irrigation Identification
1.10 - Lateral Repair and Head Adjustment
1.11 - Truck & Trailer
1.12 - Tree Planting and Staking/Guying
Landscape Maintenance Elements
3.01 - Written General Comprehension
3.02 - Pruning
3.03 - 21” Mower
3.04 – Intermediate Walk-Behind Mower
3.05 - Aerator
3.06 - Edger & Trimmer
3.07 - Riding Mower
3.08 - Pesticides
3.09 - Fertilizer
3.10 - Power Blower
Irrigation Elements
4.01 - Irrigation General Comprehension
4.02 - Irrigation Plan Reading
4.03 - Lateral Installation
4.04 - Mainline Installation
4.05 - Valve Repair
4.06 - Valve Wiring
4.07 - Pipe Installation Equipment
1.14 - Chainsaw
Continual Employee Training
The Certified Landscape Technician Test is widely regarded as one of the most challenging exams across
any industry. It is a timed, hands-on field test that covers a wide range of skills and disciplines essential
for landscape work. Three certifications can be earned through this test: Certified Landscape Technician
in Landscape, Maintenance, and Irrigation. Each category has its own specific modules, but all candidates
must pass a core set of 13 modules. Employees at Mariposa not only maintain their current CLT skills but
are also continuously working to expand their knowledge and pursue further certifications.
Page 172
Safety • Teamwork • Quality • Integrity 34
Safety
Employee safety is our highest priority. At Mariposa Landscapes, we have implemented thorough and
continuous safety training for all our employees. We have specially designed intensive training programs
for new and onboarding employees that include both on-site training and classroom sessions.
Furthermore, all employees are required to participate in ongoing training sessions to prevent accidents,
ensure the safe handling of equipment, and develop their judgment in anticipating hazards before they
occur. Additionally, on new sites or sites new to the employees, a supervisor conducts site-specific risk
prevention training focusing on the most frequent hazards and risks known to the site and region.
Employee Training & Supervision
Figure 1: Employee Training Held On-site
Our safety program is built on thorough employee training
and supervision, with the main objective to ensure a safe
work environment through well-prepared personnel.
Training begins within the first 3 days of employment,
following a structured agenda that covers orientation,
safety basics, equipment and chemical safety, and
practical training and review. This initial training covers
the use of equipment, chemicals, supplys, and protective
gear. To maintain high safety standards, ongoing training
is provided weekly and bi-monthly, ensuring all employees
stay up-to-date with the latest safety protocols.
Training in the Use of Supplies, Chemicals and Equipment
We divide this training session into the following modules:
Supplies & Chemicals Equipment
Safety Basics All exposed employees receive
training on chemical safety
fundamentals, including hazard
identification, labeling systems,
proper storage, and interpreting
Safety Data Sheets to understand
chemical properties and risks.
Familiarization This training covers the proper use
of equipment, including chainsaws,
hedge trimmers, edgers, blowers,
mowers, and trailers, with an
overview of each machine's
functions, common uses, and
associated risks.
Safe Handling Comprehensive guidelines are
established for safely handling
herbicides, pesticides, fertilizers,
and cleaning agents. Employees are
trained on safe mixing, application,
storage, correct application rates,
and the importance of proper
ventilation.
Operational
Safety
This session covers the safe
operation of equipment, including
start-up, shutdown, proper use,
and safety checks. It focuses on
recognizing and avoiding hazards
like chainsaw kickback, trimmer
debris, and mower rollover risks.
Emergency Training includes protocols for spills,
leaks and exposure incidents so
employees can act quickly and
mitigate risks in a timely manner.
Maintenance &
Inspection
In this module we cover instruction
on routine and maintenance tasks,
such as sharpening blades,
changing oil and inspecting and
recognizing wear and tear.
Figure 2: Training on the Use of Supplies, Chemicals and Equipment
Page 173
Safety • Teamwork • Quality • Integrity 35
All of our training and safety sessions are led by our highly qualified supervisors or safety coordinators
who have been previously trained in safe and correct operating procedures and are determined by
competent management. All trainers have undergone certification from recognized agencies such as the
California Department of Pesticide Regulation and the American Heart Association. Trainers are selected
based on their expertise and ability to communicate effectively.
Protective Equipment
Our PPE program includes detailed instructions on the types of protective
equipment required for various tasks, as well as proper usage techniques and
maintenance procedures to ensure equipment stays effective. We follow strict
internal protective equipment protocols and conduct regular unannounced site
inspection to verify that all PPE is in good condition and worn properly. All
employees must wear PPE listed in Figure 3. Workers wear appropriate PPEs as
needed, where job safety requires it.
Ongoing Training
Ongoing and continuous training are of great importance to our company. We
hold weekly meetings designed to keep employees updated on specific
seasonal hazards (for instance, when we have noticed an increase in snake
sightings), new equipment, site-specific risks or updated safety practices
regarding chemicals or equipment used. Our supervisors hold regular
evaluations to reinforce safety protocols and accident prevention but also to
improve performance.
Figure 3: Mandatory PPE for our Staff
Aside from our weekly meetings, we hold bi-monthly long-format sessions which last from 2-3 hours and provide
insights, feedback and learnings from new job sites and new site challenges. In these sessions, new materials and
chemicals are being discussed and introduced to the team. Equipment training courses are often held separately
or in smaller groups. Supervisors and trainers conduct daily inspections to identify and reduce potential hazards,
ensuring compliance with safety procedures. Their checklists
cover proper PPE usage and protocols, equipment condition,
chemical storage, and work zone setup. All findings and
learnings are then discussed in our bi-monthly meeting and
focus on areas where improvements can be made. Employees
are encouraged to provide feedback on safety practices,
helping to identify new hazards and refine training programs.
Figure 4: On-site Evaluation and Feedback Session or Our
Team
Page 174
Safety • Teamwork • Quality • Integrity 36
The key points of its strategy to achieve this are:
•
•
•
•
•
Minimize waste by evaluating operations and ensuring they are as efficient as possible.
Minimize toxic emissions through the selection and use of its fleet and equipment.
Actively promote recycling both internally and amongst its customers and suppliers.
Meet or exceed all the environmental legislation that relates to the Company.
Adhere to all local codes and ordinances regarding water conservation.
Green Initiative
Mariposa Landscapes, Inc. is dedicated to implementing environmentally sustainable practices and energy
conservation measures. We operate a comprehensive recycling program for green waste and paper
products, which is enforced at both our local offices and all job sites.
Our company currently uses hybrid vehicles and is actively researching and pursuing the adoption of
hybrid equipment for use on our contracts. We are committed to being as environmentally responsible as
possible and are continuously expanding our operations to meet this goal.
Mariposa Landscapes has earned certification from the American Green Zone Alliance under the
Sustainable Land Care Certification (Electric Equipment). This certification ensures we are at the forefront
of industry advancements, selecting cost-effective solutions with the latest commercial-grade electric
small equipment.
We collaborate closely with clients to optimize water usage wherever possible. With hundreds of ET
“Smart” Controller installations over the years, we are proficient in assessing properties for water-saving
opportunities, providing tailored solutions, and programming these advanced irrigation devices for
maximum efficiency.
Beyond these initiatives, we remain committed to leading the industry in minimizing environmental
impact and advancing sustainable practices.
Page 175
Safety • Teamwork • Quality • Integrity 37
Integrated Pest Management Program
Integrated pest management (IPM) is an
ecosystem-based strategy that focuses on
long-term prevention of pests or their
damage through a combination of
techniques such as biological control,
habitat manipulation, modification of
cultural practices, and use of resistant
varieties. Pesticides are used only after
monitoring indicates they are needed
according to established guidelines, and
treatments are made with the goal of
removing only the target organism. Pest
control materials are selected and applied in
a manner that minimizes risks to human
health, beneficial and non-target organisms,
and the environment.
Biological Control Biological control is the use of natural enemies—predators,
parasites, pathogens, and competitors—to control pests and their
damage. Though Mariposa does not introduce any beneficial
organisms into the environment, we do identify and encourage
their presence.
Cultural Controls Cultural controls are practices that reduce pest establishment,
reproduction, dispersal, and survival. For example, changing
irrigation practices can reduce pest problems, since too much
water can increase root disease and weeds.
Mechanical & Physical
Controls
Mechanical and physical controls kill a pest directly or make the
environment unsuitable for it. Traps for rodents are examples of
mechanical control. Physical controls include mulches for weed
management, steam sterilization of the soil for disease
management, or barriers such as screens to keep birds or insects
out.
Chemical Controls Chemical control is the use of pesticides. Mariposa Landscapes
uses pesticides only when needed and in combination with other
approaches for more effective, long-term control. Also, pesticides
are selected and applied in a way that minimizes their possible
harm to people and the environment. With IPM we use the most
selective pesticide that will do the job and be the safest for other
organisms and for air, soil, and water quality.
Step 1
Knowledge
Step 2
Prevention
Step 5
Evaluation
& Planning
Step 3
Observation
Step 4
Intervention
Page 176
Safety • Teamwork • Quality • Integrity 38
Notice to
Proceed
1
2
Job Start
30-Day
Evaluation
3
Job Start Up
Contract Execution and Official Notice to Proceed
For new contracts, we need a signed commitment before purchasing trucks and equipment. Startups
within 30 days may face supply chain delays, so we prefer a 60 to 90-day lead time. During this period, we
may have meetings with the client to introduce the team and review the schedule. We also use this time
to prepare area maps, take measurements, and order necessary materials like fertilizer, weed control
products, and other supplies.
Job Start
On the first day of the project, our crews will be equipped with detailed maps, task lists, and an initial
schedule. Our management team is actively involved in logistics at this stage. We also conduct a thorough
inspection of the irrigation systems with our technicians. If any issues, such as broken or inoperative
components, are identified, we will create a detailed list of required repairs, including pricing and a
completion schedule for the customer.
30-Day Evaluation
At the 30-day mark, we will hold a special evaluation meeting with the customer. This meeting addresses
aspects of the project that may not have been fully outlined in the scope or specifications, such as
customized timelines, work sequences, and specific site needs. We will review the progress so far, identify
successes, and discuss any areas requiring adjustment. The customer will receive an action plan with clear
timelines for any necessary changes, along with an updated irrigation system inspection.
60-Day Evaluation
By the 60-day point, we expect operations to be running smoothly and in line with expectations. We will
conduct a customer survey to assess their experience with the proposal process, the transition to
operations, and overall job performance. Our goal is to achieve the highest satisfaction score possible and
ensure complete customer satisfaction.
90-Day Evaluation
At the 90-day mark, the customer will receive a survey with a single question: "Would you recommend
Mariposa Landscapes to other customers right now?" Our goal is to receive an enthusiastic “Yes”
response, confirming their satisfaction and confidence in our services.
4
60-Day
Evaluation
90-Day
Evaluation
5
Page 177
Exhibit C
Line Totals (Unit Price * Quantity) Item Num Section Description Unit of Measure Quantity Mariposa Landscapes Inc.
1 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Pest Control LS per Mon 1 $109.38
2 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $54.69 3 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 0 $0.00
4 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Turf Maintenance SF per Mon 160350 $962.10
5 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $82.03 6 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $82.03
7 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $328.14
8 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Playground Maintenance LS per Mon 1 $82.03
9 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $82.03
10 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $82.03
11 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $328.14
12 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $27.34
13 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Litter Control LS per Mon 1 $218.76 14 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Trash Containers LS per Mon 1 $54.69
15 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Trash Bin Enclosures LS per Mon 1 $54.69
16 Service Level "B" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Graffiti Removal LS per Mon 1 $54.69 Subtotal $2,602.77
17 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Pest Control LS per Mon 1 $181.88
18 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Tree Maintenance LS per Mon 1 $90.94 19 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 5000 $227.50
20 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Turf Maintenance SF per Mon 313632 $1,599.52
21 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $136.41 22 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $136.41
23 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $545.65
24 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Playground Maintenance LS per Mon 1 $136.41
25 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Picnic Area Maintenance LS per Mon 1 $136.41
26 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Hardcourt Maintenance LS per Mon 1 $136.41
27 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $545.65
28 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $45.47
29 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Litter Control LS per Mon 1 $363.77 30 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Trash Containers LS per Mon 1 $90.94
31 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Trash Bin Enclosures LS per Mon 1 $90.94
32 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Graffiti Removal LS per Mon 1 $90.94 Subtotal $4,555.25
33 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Pest Control LS per Mon 1 $166.93
34 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Tree Maintenance LS per Mon 1 $83.46
35 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 5000 $208.50
36 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Turf Maintenance SF per Mon 304920 $1,463.62
37 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $125.20
38 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $125.20
39 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $500.79
40 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Playground Maintenance LS per Mon 1 $125.20
41 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Picnic Area Maintenance LS per Mon 1 $125.20
42 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Hardcourt Maintenance LS per Mon 1 $125.20 43 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $500.79
44 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $41.73
45 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Litter Control LS per Mon 1 $333.86 46 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Trash Containers LS per Mon 1 $83.46
47 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Trash Bin Enclosures LS per Mon 1 $83.46
48 Service Level "B" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Graffiti Removal LS per Mon 1 $83.46
Subtotal $4,176.06
49 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Pest Control LS per Mon 1 $156.72
50 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $78.36
51 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 1575 $195.93
52 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Turf Maintenance SF per Mon 230868 $1,362.12 53 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $117.54
54 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $117.54
55 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $470.15 56 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Playground Maintenance LS per Mon 1 $117.54
57 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $117.54
58 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $117.54 59 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $470.15
60 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $39.18
61 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Litter Control LS per Mon 1 $313.43 62 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Trash Containers LS per Mon 1 $78.36
63 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Trash Bin Enclosures LS per Mon 1 $78.36
64 Service Level "B" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Graffiti Removal LS per Mon 1 $78.36
Subtotal $3,908.82
65 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Pest Control LS per Mon 1 $114.15
66 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $57.08
67 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 34848 $142.88
68 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Turf Maintenance SF per Mon 145054 $1,000.87 69 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $85.61
70 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $85.61
71 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $342.45 72 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Playground Maintenance LS per Mon 1 $85.61
73 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $85.61
74 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $85.61
75 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $342.45
76 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $28.54
77 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Litter Control LS per Mon 1 $228.30
78 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Trash Containers LS per Mon 1 $57.08
79 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Trash Bin Enclosures LS per Mon 1 $57.08
80 Service Level "B" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Graffiti Removal LS per Mon 1 $57.08
Subtotal $2,856.01
81 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Pest Control LS per Mon 1 $222.33 82 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $111.17
83 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 3160 $277.76
84 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Turf Maintenance SF per Mon 319730 $1,950.35 85 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $166.75
86 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $166.75
87 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $667.00
88 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Playground Maintenance LS per Mon 1 $166.75
89 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $166.75
90 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $166.50
91 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $667.00
92 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $55.58 93 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Litter Control LS per Mon 1 $444.67
94 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Trash Containers LS per Mon 1 $111.17
95 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Trash Bin Enclosures LS per Mon 1 $111.17 96 Service Level "B" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Graffiti Removal LS per Mon 1 $111.17
Subtotal $5,562.88
97 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Pest Control LS per Mon 1 $107.41 98 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $53.70
99 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 2123 $134.17
100 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Turf Maintenance SF per Mon 138085 $938.98 101 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $80.56
102 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $80.56
103 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $322.22
104 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Playground Maintenance LS per Mon 1 $80.56
105 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $80.56
106 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $80.56
107 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $322.22
108 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $26.85 109 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Litter Control LS per Mon 1 $214.82
110 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Trash Containers LS per Mon 1 $53.70
111 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Trash Bin Enclosures LS per Mon 1 $53.70 112 Service Level "B" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Graffiti Removal LS per Mon 1 $53.70
Subtotal $2,684.27
113 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Pest Control LS per Mon 1 $99.53
114 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $49.77
115 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 0 $0.00
116 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Turf Maintenance SF per Mon 160350 $865.89
117 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $74.65
118 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $74.65
119 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $298.60
120 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Playground Maintenance LS per Mon 1 $74.65
121 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $74.65 122 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $74.65
123 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $298.60
124 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $24.88 125 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Litter Control LS per Mon 1 $199.07
126 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Trash Containers LS per Mon 1 $49.77
127 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Trash Bin Enclosures LS per Mon 1 $49.77
128 Service Level "C" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Graffiti Removal LS per Mon 1 $49.77
Subtotal $2,358.90
Page 178
129 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Pest Control LS per Mon 1 $165.51
130 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Tree Maintenance LS per Mon 1 $82.76
131 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 5000 $207.00
132 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Turf Maintenance SF per Mon 313632 $1,442.71
133 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $124.14 134 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $124.14
135 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $496.54
136 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Playground Maintenance LS per Mon 1 $124.14 137 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Picnic Area Maintenance LS per Mon 1 $124.14
138 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Hardcourt Maintenance LS per Mon 1 $124.14
139 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $496.54
140 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $41.38
141 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Litter Control LS per Mon 1 $331.03
142 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Trash Containers LS per Mon 1 $82.76
143 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Trash Bin Enclosures LS per Mon 1 $82.76
144 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Graffiti Removal LS per Mon 1 $82.76 Subtotal $4,132.45
145 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Pest Control LS per Mon 1 $151.91
146 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Tree Maintenance LS per Mon 1 $75.95 147 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 5000 $190.00
148 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Turf Maintenance SF per Mon 304920 $1,341.65
149 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $113.93
150 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $113.93
151 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $455.72
152 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Playground Maintenance LS per Mon 1 $113.93
153 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Picnic Area Maintenance LS per Mon 1 $113.93
154 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Hardcourt Maintenance LS per Mon 1 $113.93
155 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $455.72
156 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $37.98
157 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Litter Control LS per Mon 1 $303.81 158 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Trash Containers LS per Mon 1 $75.95
159 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Trash Bin Enclosures LS per Mon 1 $75.95
160 Service Level "C" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Graffiti Removal LS per Mon 1 $75.95 Subtotal $3,810.24
161 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Pest Control LS per Mon 1 $142.61
162 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $71.31 163 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 1575 $178.29
164 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Turf Maintenance SF per Mon 230868 $1,246.69
165 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $106.96
166 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $106.96
167 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $427.84
168 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Playground Maintenance LS per Mon 1 $106.96
169 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $106.96
170 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $106.96
171 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $427.84
172 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $35.65
173 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Litter Control LS per Mon 1 $285.22 174 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Trash Containers LS per Mon 1 $71.31
175 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Trash Bin Enclosures LS per Mon 1 $71.31
176 Service Level "C" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Graffiti Removal LS per Mon 1 $71.31 Subtotal $3,564.18
177 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Pest Control LS per Mon 1 $103.88
178 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $51.94
179 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 34848 $128.94
180 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Turf Maintenance SF per Mon 145054 $913.84
181 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $77.91
182 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $77.91
183 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $311.63 184 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Playground Maintenance LS per Mon 1 $77.91
185 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $77.91
186 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $77.91 187 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $311.63
188 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $25.97
189 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Litter Control LS per Mon 1 $207.75
190 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Trash Containers LS per Mon 1 $51.94
191 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Trash Bin Enclosures LS per Mon 1 $51.94
192 Service Level "C" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Graffiti Removal LS per Mon 1 $51.94
Subtotal $2,600.95
193 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Pest Control LS per Mon 1 $202.32
194 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $101.16
195 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 3160 $252.80
196 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Turf Maintenance SF per Mon 319730 $1,758.52 197 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $151.74
198 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $151.74
199 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $606.97 200 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Playground Maintenance LS per Mon 1 $151.74
201 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $151.74
202 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $151.74 203 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $606.97
204 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $50.58
205 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Litter Control LS per Mon 1 $404.65
206 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Trash Containers LS per Mon 1 $101.16
207 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Trash Bin Enclosures LS per Mon 1 $101.16
208 Service Level "C" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Graffiti Removal LS per Mon 1 $101.16
Subtotal $5,046.15
209 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Pest Control LS per Mon 1 $97.74
210 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $48.87
211 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 2123 $122.28
212 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Turf Maintenance SF per Mon 138085 $856.13 213 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $73.31
214 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $73.31
215 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $293.22 216 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Playground Maintenance LS per Mon 1 $73.31
217 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $73.31
218 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $73.31
219 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $293.22
220 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $24.44
221 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Litter Control LS per Mon 1 $195.48
222 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Trash Containers LS per Mon 1 $48.87
223 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Trash Bin Enclosures LS per Mon 1 $48.87 224 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Graffiti Removal LS per Mon 1 $48.87
225 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $45.65
226 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 2123 $114.22 227 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Turf Maintenance SF per Mon 138085 $800.89
228 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $68.47
229 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $68.47
230 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $273.89
231 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Playground Maintenance LS per Mon 1 $68.47
232 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $68.47
233 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $68.47
234 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $273.89
235 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $22.82
236 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Litter Control LS per Mon 1 $182.59
237 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Trash Containers LS per Mon 1 $45.65 238 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Trash Bin Enclosures LS per Mon 1 $45.65
239 Service Level "C" per Schedule I for Routine Maintenance at Old Town Park Debris Management - Graffiti Removal LS per Mon 1 $45.65
Subtotal $4,637.79 240 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Pest Control LS per Mon 1 $92.97
241 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $46.49
242 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 0 $0.00 243 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Turf Maintenance SF per Mon 160350 $817.79
244 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $69.73
245 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $69.73
246 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $278.91
247 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Playground Maintenance LS per Mon 1 $69.73
248 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $69.73
249 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $69.73
250 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $278.91
251 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $23.24
252 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Litter Control LS per Mon 1 $185.94
253 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Trash Containers LS per Mon 1 $46.49 254 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Trash Bin Enclosures LS per Mon 1 $46.49
255 Service Level "D" per Schedule I for Routine Maintenance at Bear Gulch Park Debris Management - Graffiti Removal LS per Mon 1 $46.49
Subtotal $2,212.37 256 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Pest Control LS per Mon 1 $154.60
257 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Tree Maintenance LS per Mon 1 $77.30
258 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 5000 $193.50
259 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Turf Maintenance SF per Mon 313632 $1,348.62 260 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $115.95
Page 179
261 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $115.95
262 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $463.80
263 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Playground Maintenance LS per Mon 1 $115.95
264 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Picnic Area Maintenance LS per Mon 1 $115.95
265 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Features Maintenance - Hardcourt Maintenance LS per Mon 1 $115.95 266 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $463.80
267 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $38.65
268 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Litter Control LS per Mon 1 $309.20 269 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Trash Containers LS per Mon 1 $77.30
270 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Trash Bin Enclosures LS per Mon 1 $77.30
271 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park West Debris Management - Graffiti Removal LS per Mon 1 $77.30
Subtotal $3,861.12
272 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Pest Control LS per Mon 1 $141.89
273 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Tree Maintenance LS per Mon 1 $70.95
274 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 5000 $177.50
275 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Turf Maintenance SF per Mon 304920 $1,250.17 276 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $106.42
277 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $106.42
278 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $425.67 279 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Playground Maintenance LS per Mon 1 $106.42
280 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Picnic Area Maintenance LS per Mon 1 $106.42
281 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Features Maintenance - Hardcourt Maintenance LS per Mon 1 $106.42
282 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $425.67
283 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $35.47
284 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Litter Control LS per Mon 1 $283.78
285 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Trash Containers LS per Mon 1 $70.95
286 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Trash Bin Enclosures LS per Mon 1 $70.95
287 Service Level "D" per Schedule I for Routine Maintenance at Beryl Park East Debris Management - Graffiti Removal LS per Mon 1 $70.95
Subtotal $3,556.05
288 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Pest Control LS per Mon 1 $133.21 289 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $66.60
290 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 1575 $166.48
291 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Turf Maintenance SF per Mon 230868 $1,154.34 292 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $99.91
293 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $99.91
294 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $399.63 295 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Playground Maintenance LS per Mon 1 $99.91
296 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $99.91
297 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $99.91
298 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $399.63
299 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $33.30
300 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Litter Control LS per Mon 1 $266.42
301 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Trash Containers LS per Mon 1 $66.60
302 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Trash Bin Enclosures LS per Mon 1 $66.60
303 Service Level "D" per Schedule I for Routine Maintenance at Church Street Park Debris Management - Graffiti Removal LS per Mon 1 $66.60
Subtotal $3,318.96
304 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Pest Control LS per Mon 1 $97.03 305 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $48.51
306 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 34848 $121.97
307 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Turf Maintenance SF per Mon 145054 $855.82 308 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $72.77
309 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $72.77
310 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $291.08
311 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Playground Maintenance LS per Mon 1 $72.77
312 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $72.77
313 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $72.77
314 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $291.08
315 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $24.26 316 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Litter Control LS per Mon 1 $194.06
317 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Trash Containers LS per Mon 1 $48.51
318 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Trash Bin Enclosures LS per Mon 1 $48.51 319 Service Level "D" per Schedule I for Routine Maintenance at Golden Oak Park Debris Management - Graffiti Removal LS per Mon 1 $48.51
Subtotal $2,433.19
320 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Pest Control LS per Mon 1 $188.98
321 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $94.49
322 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 3160 $236.37
323 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Turf Maintenance SF per Mon 319730 $1,662.60
324 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $141.74
325 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $141.74
326 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $566.95
327 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Playground Maintenance LS per Mon 1 $141.74
328 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $141.74 329 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Features Maintenance - Hardcourt Maintenance LS per Mon 1 $141.74
330 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $566.95
331 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $47.25 332 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Litter Control LS per Mon 1 $377.97
333 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Trash Containers LS per Mon 1 $94.49
334 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Trash Bin Enclosures LS per Mon 1 $94.49 335 Service Level "D" per Schedule I for Routine Maintenance at Hermosa Park Debris Management - Graffiti Removal LS per Mon 1 $94.49
Subtotal $4,733.72
336 Service Level "D" per Schedule I for Routine Maintenance at Old Town Park Landscaping Maintenance - Pest Control LS per Mon 1 $91.30
Subtotal $91.30
337 Extra Work Schedule - Planting Plant One (1) Gallon Tree and Stake Unit Cost 1 $17.00
338 Extra Work Schedule - Planting Plant Five (5) Gallon Tree and Stake Unit Cost 1 $45.00
339 Extra Work Schedule - Planting Plant Fifteen (15) Gallon Tree and Stake Unit Cost 1 $130.00
340 Extra Work Schedule - Planting Plant One (1) Gallon Shrub Unit Cost 1 $17.00
341 Extra Work Schedule - Planting Plant Five (5) Gallon Shrub Unit Cost 1 $40.00
342 Extra Work Schedule - Planting Plant One (1) Flat Groundcover Unit Cost 1 $45.00
343 Extra Work Schedule - Planting Plant and Grade One (1) Cubic Yard of Mulch Unit Cost 1 $85.00 Subtotal $379.00
344 Extra Work Schedule - Sports Field Renovations Soccer Field Renovation LS 1 $3,210.00
345 Extra Work Schedule - Sports Field Renovations Softball Field Renovation (No Turf in infield) LS 1 $1,750.00 346 Extra Work Schedule - Sports Field Renovations Baseball Field Renovation, 60' Field LS 1 $2,000.00
347 Extra Work Schedule - Sports Field Renovations Baseball Field Renovation, 90' Field LS 1 $5,250.00
Subtotal $12,210.00
348 Extra Work Schedule - Hourly Labor Rates General Laborer Hour 1 $49.00
349 Extra Work Schedule - Hourly Labor Rates Skilled Laborer Hour 1 $56.00
350 Extra Work Schedule - Hourly Labor Rates Irrigation Repair Technician Hour 1 $75.00
351 Extra Work Schedule - Hourly Labor Rates Licensed or Certified Chemical Applicator Hour 1 $65.00
Subtotal $245.00
Total $85,537.41
Unit Price
Page 180
DATE:September 16, 2025
TO:Mayor and Members of the City Council
FROM:John R. Gillison, City Manager
INITIATED BY:Maritza Martinez, Public Works Services Director
Daniel Akers, Public Works Services Deputy Director
Paige Eberle, Management Analyst II
SUBJECT:Consideration of a Contract with Mariposa Landscape, Inc. for PD-85
Parks for Landscape and Irrigation Maintenance in the Amount of
$295,817. (CITY)
RECOMMENDATION:
Staff recommends City Council:
1. Award and authorize the execution of a professional services agreement for PD-85 Parks
for Landscape and Irrigation Maintenance to Mariposa Landscapes Inc., of Irwindale,
California, effective October 1, 2025, for a one-year term with an option to renew in one
(1) year increments up to a total of six (6) additional years, in an amount not to exceed
$295,817 for FY 2025/26, and an estimated $2,336,569 over seven years, contingent
upon approval of future budgets.
2. Authorize an expenditure in an amount not to exceed $295,817 for FY 2025/26.
BACKGROUND:
The Public Works Services Department and the Procurement Division routinely issue requests
for proposals to ensure vendor services remain competitive. Since the end of 2016, PD-85 Parks
Landscape and Irrigation Maintenance has been maintained at a ‘C’ Level Service. Through the
recently completed procurement process, we will be able to continue services levels at a ‘C’ Level
service in PD-85 with Mariposa Landscapes Inc.
The updated specifications were submitted to the Procurement Division to prepare a formal
Request for Proposals (RFP). Procurement prepared and posted RFP #25/26-005 for PD-85
Parks for Landscape and Irrigation Maintenance. There were 465 vendors notified; 31 prospective
bidders downloaded or viewed the bid package, and five (5) responses were received.
ANALYSIS:
An evaluation committee of City staff conducted a thorough analysis of the RFP responses and
scored and ranked the five (5) responsive proposals in accordance with the RFP evaluation
criteria listed in Table 1. Cost is just one factor in the evaluation of RFP responses; therefore the
low bidder will not necessarily be awarded a contract. Table 2. Reflects the vendor rankings.
Page 181
Page 2
2
9
8
4
Table 1. Evaluation Criteria for Written Proposals
Criteria Description Weight
Vendor Expertise 10%
Quality of proposed goods or services 15%
Extent to which the Vendor’s goods or services
meet the City’s and RCFPD’s needs
25%
Vendor’s history and resources available to
provide the required services
15%
Experience and professional qualifications of
staff
20%
Cost 15%
Table 2. Vendor Ranking for Written Proposals
Rank Vendor Score
1 Mariposa Landscapes, Inc.69
2 BrightView Landscape Services 68
3 JAS Landscapes LLC 61
4 Colts Landscape, Inc.59
5 Ability Counts 53
Based on the ranking, Mariposa Landscapes, Inc of Irwindale, California was determined to be
the most responsive contract providing the best value while meeting the scope of services and
specifications required. Therefore, staff recommends City Council approve award and authorize
the execution of a professional services agreement for PD-85 Landscape and Irrigation
Maintenance to Mariposa Landscapes Inc., of Irwindale, California, effective October 1, 2025 for
a one-year term with an option to renew in one (1) year increments up to a total of six (6) additional
years, in an amount not to exceed $295,817 for FY 2025/26, and an estimated $2,336,569 over
seven years, contingent upon approval of future budgets.
The chart below has been prepared to illustrate the estimated annual funding requirements for
the full contract term. Please note, this is only an estimate, and the amounts below could vary.
Fiscal Year
Prior Year
Costs Est. Annual Increase (4%)Total Costs
FY 2025/26 $ 295,817
FY 2026/27 $ 295,817 $11,840 $ 307,657
FY 2027/28 $ 307,657 $12,310 $ 319,967
FY 2028/29 $ 319,967 $12,800 $ 332,767
FY 2029/30 $ 332,767 $13,320 $ 346,087
FY 2030/31 $ 346,087 $13,850 $ 359,937
FY 2031/32 $ 359,937 $14,400 $ 374,337
Grand Total $ 2,336,569
A copy of the proposed contract is attached hereto.
Page 182
Page 3
2
9
8
4
FISCAL IMPACT:
The approved FY 25/26 Budget includes funding for PD-85 Parks for Landscape and Irrigation
Maintenance in account F848 CC319 SC2105.
The contract spending limit of $295,817 includes a contingency of $26,890 for unforeseen work
resulting from wind events or other emergencies.
COUNCIL MISSION / VISION / VALUE(S) ADDRESSED:
This item addresses the City Council’s core values of promoting and enhancing a safe and healthy
community for all, while providing high quality outdoor spaces.
ATTACHMENTS:
Attachment 1 - Proposed agreement
Page 183
City of Rancho Cucamonga
CONTRACT NUMBER
2025-115
CITY OF RANCHO CUCAMONGA
PUBLIC WORKS SERVICES DEPARTMENT
CONTRACT
MARIPOSA LANDSCAPES, INC.
FOR
PD-85 PARKS LANDSCAPE AND IRRIGATION
MAINTENANCE
AWARD DATE:
September 16, 2025
ATTACHMENT 1
Page 184
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 1
AGREEMENT FOR
PROFESSIONAL SERVICES
THIS AGREEMENT is made and entered into this 1st day of October 2025, by
and between the City of Rancho Cucamonga, a municipal corporation (“City”) and Mariposa
Landscape Inc., a corporation (“Contractor”).
RECITALS
A. City has heretofore issued its request for proposals to perform the following
services: PD-85 Parks for Landscape and Irrigation Maintenance (RFP 25/26-005) (“the
Project”).
B. Contractor has submitted a proposal to perform the services described in Recital
“A”, above, necessary to complete the Project.
C. City desires to engage Contractor to complete the Project in the manner set forth
and more fully described herein.
D. Contractor represents that it is fully qualified and licensed under the laws of the
State of California to perform the services contemplated by this Agreement in a good and
professional manner.
AGREEMENT
NOW, THEREFORE, in consideration of performance by the parties of the mutual
promises, covenants, and conditions herein contained, the parties hereto agree as follows:
1. Contractor’s Services.
1.1 Scope and Level of Services. Subject to the terms and conditions set forth
in this Agreement, City hereby engages Contractor to perform all services described in Recitals
“A” and “B” above, including, but not limited to landscape and irrigation maintenance; all as
more fully set forth in RFP 25/26-005, attached hereto as Exhibit A, Contractor’s proposal,
attached hereto as Exhibit B, and Schedule of Lump Sum and Unit Costs attached hereto as
Exhibit C, hereinafter entitled “Scope of Work”, and incorporated by reference herein. The
nature, scope, and level of the services required to be performed by Contractor are set forth in the
Scope of Work and are referred to herein as “the Services.” In the event of any inconsistencies
between the Scope of Work and this Agreement, the terms and provisions of this Agreement shall
control.
1.2 Revisions to Scope of Work. Upon request of the City the Contractor will
promptly meet with City staff to discuss any revisions to the Project desired by the City.
Contractor agrees that the Scope of Work may be amended based upon said meetings, and, by
City of Rancho Cucamonga
CONTRACT NUMBER
2025-115
Page 185
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 2
amendment to this Agreement, the parties may agree on a revision or revisions to Contractor’s
compensation based thereon. A revision pursuant to this Section that does not increase the total
cost payable to Contractor by more than ten percent (10%) of the total compensation specified in
Section 3, may be approved in writing by City’s Manager without amendment.
1.3 Time for Performance. Contractor shall perform all services under this
Agreement in a timely, regular basis consistent with industry standards for professional skill and
care, and in accordance with any schedule of performance set forth in the Scope of Work, or as
set forth in a “Schedule of Performance”, if such Schedule is attached hereto as Exhibit “N/A”.
1.4 Standard of Care. As a material inducement to City to enter into this
Agreement, Contractor hereby represents that it has the experience necessary to undertake the
services to be provided. In light of such status and experience, Contractor hereby covenants that
it shall follow the customary professional standards in performing the Services.
1.5 Familiarity with Services. By executing this Agreement, Contractor
represents that, to the extent required by the standard of practice, Contractor (a) has investigated
and considered the scope of services to be performed, (b) has carefully considered how the
services should be performed, and (c) understands the facilities, difficulties and restrictions
attending performance of the services under this Agreement. Contractor represents that
Contractor, to the extent required by the standard of practice, has investigated any areas of work,
as applicable, and is reasonably acquainted with the conditions therein. Should Contractor
discover any latent or unknown conditions, which will materially affect the performance of
services, Contractor shall immediately inform City of such fact and shall not proceed except at
Contractor’s risk until written instructions are received from the City Representative.
2. Term of Agreement. The term of this Agreement shall become 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.
Parties to this Agreement shall have the option to renew in one (1) year increments to a total of
six (6) additional years, unless sooner terminated as provided in Section 14 herein. Prior to
entering into an agreement for an annual extension the Contractor may request a Cost-of-living
Increase in an amount not to exceed the increase in the March index of the Consumer Price Index
All Urban Consumers for the Riverside-San Bernardino-Ontario, California area published by the
U.S. Department of Labor, Bureau of Labor Statistics. Options to renew are contingent upon the
City Manager’s approval, subject to pricing review, and in accordance with all Terms and
Conditions stated herein unless otherwise provided in writing by the City.
3. Compensation.
3.1 Compensation. City shall compensate Contractor as set forth in Exhibit C,
provided, however, that full, total and complete amount payable to Contractor shall not exceed
two hundred ninety five thousand, eight hundred seventeen dollars ($295,817) for
services
Page 186
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 3
during the City’s fiscal year ending June 30, 2026, including all out-of-pocket expenses, unless
additional compensation is approved by the City Manager or City Council. City shall not withhold
any federal, state or other taxes, or other deductions. However, City shall withhold not more than
ten percent (10%) of any invoice amount pending receipt of any deliverables reflected in such
invoice. Under no circumstance shall Contractor be entitled to compensation for services not yet
satisfactorily performed.
The parties further agree that compensation may be adjusted in accordance with
Section 1.2 to reflect subsequent changes to the Scope of Services. City shall compensate
Contractor for any authorized extra services as set forth in Exhibit C.
4. Method of Payment.
4.1 Invoices. Contractor shall submit to City monthly invoices for the Services
performed pursuant to this Agreement. The invoices shall describe in detail the Services rendered
during the period and shall separately describe any authorized extra services. Any invoice
claiming compensation for extra services shall include appropriate documentation of prior
authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga,
California.
4.2 City shall review such invoices and notify Contractor in writing within ten
(10) business days of any disputed amounts.
4.3 City shall pay all undisputed portions of the invoice within thirty (30)
calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in Section 3.
4.4 All records, invoices, time cards, cost control sheets and other records
maintained by Contractor relating to services hereunder shall be available for review and audit
by the City.
5. Representatives.
5.1 City Representative. For the purposes of this Agreement, the contract
administrator and City representative shall be Maritza Martinez, Public Works Services
Director, or such other person as designated in writing by the City (“City Representative”). It
shall be Contractor’s responsibility to assure that the City Representative is kept informed of the
progress of the performance of the services, and Contractor shall refer any decisions that must be
made by City to the City Representative. Unless otherwise specified herein, any approval of City
required hereunder shall mean the approval of the City Representative.
5.2 Contractor Representative. For the purposes of this Agreement, Terry
Noriega, President, is hereby designated as the principal and representative of Contractor
authorized to act in its behalf with respect to the services specified herein and make all decisions
in connection therewith (“Contractor’s Representative”). It is expressly understood that the
experience, knowledge, capability and reputation of the Contractor’s Representative were a
Page 187
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 4
substantial inducement for City to enter into this Agreement. Therefore, the Contractor’s
Representative shall be responsible during the term of this Agreement for directing all activities
of Contractor and devoting sufficient time to personally supervise the services hereunder.
Contractor may not change the Responsible Principal without the prior written approval of City.
6. Contractor’s Personnel.
6.1 All Services shall be performed by Contractor or under Contractor’s direct
supervision, and all personnel shall possess the qualifications, permits, and licenses required by
State and local law to perform such Services, including, without limitation, a City business license
as required by the City’s Municipal Code.
6.2 Contractor shall be solely responsible for the satisfactory work
performance of all personnel engaged in performing the Services and compliance with the
standard of care set forth in Section 1.4.
6.3 Contractor shall be responsible for payment of all employees’ and
subcontractors’ wages and benefits, and shall comply with all requirements pertaining to
employer’s liability, workers’ compensation, unemployment insurance, and Social Security. By
its execution of this Agreement, Contractor certifies that it is aware of the provisions of Section
3700 of the California Labor Code that 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 agrees to comply with such provisions before commencing the performance of the
Services.
6.4 Contractor shall indemnify, defend and hold harmless City and its elected
officials, officers and employees, servants, designated volunteers, and agents serving as
independent contractors in the role of City officials, from any and all liability, damages, claims,
costs and expenses of any nature to the extent arising from Contractor’s violations of personnel
practices and/or any violation of the California Labor Code. City shall have the right to offset
against the amount of any fees due to Contractor under this Agreement any amount due to City
from Contractor as a result of Contractor’s failure to promptly pay to City any reimbursement or
indemnification arising under this Section 6.
7. Ownership of Work Product.
7.1 Ownership. All documents, ideas, concepts, electronic files, drawings,
photographs and any and all other writings, including drafts thereof, prepared, created or provided
by Contractor in the course of performing the Services, including any and all intellectual and
proprietary rights arising from the creation of the same (collectively, “Work Product”), are
considered to be “works made for hire” for the benefit of the City. Upon payment being made,
and provided Contractor is not in breach of this Agreement, all Work Product shall be and remain
the property of City without restriction or limitation upon its use or dissemination by City. Basic
survey notes, sketches, charts, computations and similar data prepared or obtained by Contractor
under this Agreement shall, upon request, be made available to City. None of the Work Product
Page 188
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 5
shall be the subject of any common law or statutory copyright or copyright application by
Contractor. In the event of the return of any of the Work Product to Contractor or its
representative, Contractor shall be responsible for its safe return to City. Under no circumstances
shall Contractor fail to deliver any draft or final designs, plans, drawings, reports or specifications
to City upon written demand by City for their delivery, notwithstanding any disputes between
Contractor and City concerning payment, performance of the contract, or otherwise. This
covenant shall survive the termination of this Agreement. City’s reuse of the Work Product for
any purpose other than the Project, shall be at City’s sole risk.
7.2. Assignment of Intellectual Property Interests: Upon execution of this
Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the Contractor
shall be deemed to grant and assign to City , and shall require all of its subcontractors to assign
to City , all ownership rights, and all common law and statutory copyrights, trademarks, and other
intellectual and proprietary property rights relating to the Work Product and the Project itself,
and Contractor shall disclaim and retain no rights whatsoever as to any of the Work Product, to
the maximum extent permitted by law. City shall be entitled to utilize the Work Product for any
and all purposes, including but not limited to constructing, using, maintaining, altering, adding
to, restoring, rebuilding and publicizing the Project or any aspect of the Project.
7.3 Title to Intellectual Property. Contractor warrants and represents that it has
secured all necessary licenses, consents or approvals to use any instrumentality, thing or
component as to which any intellectual property right exists, including computer software, used
in the rendering of the Services and the production of the Work Product and/or materials produced
under this Agreement, and that City has full legal title to and the right to reproduce any of the
Work Product. Contractor shall defend, indemnify and hold City, and its elected officials,
officers, employees, servants, attorneys, designated volunteers, and agents serving as
independent contractors in the role of City officials, harmless from any loss, claim or liability in
any way related to a claim that City’s use is violating federal, state or local laws, or any
contractual provisions, relating to trade names, licenses, franchises, patents or other means of
protecting intellectual property rights and/or interests in products or inventions. Contractor shall
bear all costs arising from the use of patented, copyrighted, trade secret or trademarked
documents, materials, software, equipment, devices or processes used or incorporated in the
Services and materials produced under this Agreement. In the event City’s use of any of the Work
Product is held to constitute an infringement and any use thereof is enjoined, Contractor, at its
expense, shall: (a) secure for City the right to continue using the Work Product by suspension of
any injunction or by procuring a license or licenses for City; or (b) modify the Work Product so
that it becomes non- infringing. This covenant shall survive the termination of this Agreement.
8. Status as Independent Contractor. Contractor is, and shall at all times remain
as to City, a wholly independent contractor. Contractor shall have no power to incur any debt,
obligation, or liability on behalf of City or otherwise act as an agent of City. Neither City nor any
of its agents shall have control over the conduct of Contractor or any of Contractor’s employees,
except as set forth in this Agreement. Contractor shall not, at any time, or in any manner, represent
that it or any of its officers, agents or employees are in any manner employees of City. Contractor
shall pay all required taxes on amounts paid to Contractor under this Agreement, and to defend,
Page 189
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 6
indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest
asserted against City by reason of the independent contractor relationship created by this
Agreement. Contractor shall fully comply with the workers’ compensation law regarding
Contractor and Contractor’s employees
9. Confidentiality. Contractor may have access to financial, accounting, statistical,
and personnel data of individuals and City employees. Contractor covenants that all data,
documents, discussion, or other information developed or received by Contractor or provided for
performance of this Agreement are confidential and shall not be disclosed by Contractor without
prior written authorization by City. City shall grant such authorization if applicable law requires
disclosure. All City data shall be returned to City upon the termination of this Agreement.
Contractor’s covenant under this Section shall survive the termination of this Agreement. This
provision shall not apply to information in whatever form that is in the public domain, nor shall
it restrict the Contractor from giving notices required by law or complying with an order to
provide information or data when such an order is issued by a court, administrative agency or
other legitimate authority, or if disclosure is otherwise permitted by law and reasonably necessary
for the Contractor to defend itself from any legal action or claim.
10. Conflict of Interest.
10.1 Contractor covenants that it presently has no interest and shall not acquire
any interest, direct or indirect, which may be affected by the Services, or which would conflict in
any manner with the performance of the Services. Contractor further covenants that, in
performance of this Agreement, no person having any such interest shall be employed by it.
Furthermore, Contractor shall avoid the appearance of having any interest, which would conflict
in any manner with the performance of the Services. Contractor shall not accept any employment
or representation during the term of this Agreement which is or may likely make Contractor
“financially interested” (as provided in California Government Code §§1090 and 87100) in any
decision made by City on any matter in connection with which Contractor has been retained.
10.2 Contractor further represents that it has not employed or retained any
person or entity, other than a bona fide employee working exclusively for Contractor, to solicit
or obtain this Agreement. Contractor has not paid or agreed to pay any person or entity, other
than a bona fide employee working exclusively for Contractor, any fee, commission, gift,
percentage, or any other consideration contingent upon the execution of this Agreement. Upon
any breach or violation of this warranty, City shall have the right, at its sole and absolute
discretion, to terminate this Agreement without further liability, or to deduct from any sums
payable to Contractor hereunder the full amount or value of any such fee, commission, percentage
or gift.
10.3 Contractor has no knowledge that any officer or employee of City has any
interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this
transaction or in the business of Contractor, and that if any such interest comes to the knowledge
of Contractor at any time during the term of this Agreement, Contractor shall immediately
make a complete, written disclosure of such interest to City, even if such interest would not be
Page 190
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 7
deemed a prohibited “conflict of interest” under applicable laws as described in subsection 10.1.
11. Indemnification.
11.1 To the maximum extent permitted by law, the Contractor shall defend,
indemnify and hold the City, and its elected officials, officers, employees, servants, volunteers,
and agents serving as independent contractors in the role of City officials, (collectively,
“Indemnitees”), free and harmless with respect to any and all damages, liabilities, losses,
reasonable defense costs or expenses (collectively, “Claims”), including but not limited to Claims
relating to death or injury to any person and injury to any property, which arise out of, pertain to,
or relate to the acts, omissions, activities or operations of Contractor or any of its officers,
employees, subcontractors, Contractors, or agents in the performance of this Agreement.
Contractor shall defend Indemnitees in any action or actions filed in connection with any such
Claims with counsel of City’s choice, and shall pay all costs and expenses, including actual
attorney’s fees and experts’ costs incurred in connection with such defense. The indemnification
obligation herein shall not in any way be limited by the insurance obligations contained in this
Agreement provided, however, that the Contractor shall have no obligation to indemnify for
Claims arising out of the sole negligence or willful misconduct of any of the Indemnitees.
11.2 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights
that they may possess against Contractor because of the acceptance by City, or the deposit with
City, of any insurance policy or certificate required pursuant to this Agreement.
11.3 Waiver of Right of Subrogation. Except as otherwise expressly provided
in this Agreement, Contractor, on behalf of itself and all parties claiming under or through it,
hereby waives all rights of subrogation against the Indemnitees, while acting within the scope of
their duties, from all claims, losses and liabilities arising out of or incident to activities or
operations performed by or on behalf of the Contractor.
11.4 Survival. The provisions of this Section 11 shall survive the termination of
the Agreement and are in addition to any other rights or remedies which Indemnitees may have
under the law. Payment is not required as a condition precedent to an Indemnitee’s right to recover
under this indemnity provision, and an entry of judgment against Contractor shall be conclusive
in favor of the Indemnitee’s right to recover under this indemnity provision.
12. Insurance.
12.1 Liability Insurance. Contractor shall procure and maintain in full force and
effect for the duration of this Agreement, insurance against claims for injuries to persons or
damages to property which may arise from or in connection with the performance of the services
hereunder by Contractor, and/or its agents, representatives, employees or subcontractors.
12.2 Minimum Scope of Insurance. Unless otherwise approved by City,
coverage shall be at least as broad as:
Page 191
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 8
(1) Insurance Services Office Commercial General Liability coverage
(occurrence form CG 0001).
(2) Insurance Services Office form number CA 0001 (Ed. 1/87)
covering Automobile Liability, code 1 (any auto).
(3) Worker’s Compensation insurance as required by the State of
California, and Employer’s Liability Insurance.
12.3 Minimum Limits of Insurance. Contractor shall maintain limits no less
than:
(1) Commercial General Liability: $2,000,000 per occurrence for
bodily injury, personal injury and property damage. Commercial
General Liability Insurance or other form with a general aggregate
limit shall apply separately to this Agreement or the general limit
shall be twice the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily injury
and property damage.
(3) Employer’s Liability: $1,000,000 per accident and in the aggregate
for bodily injury or disease and Workers’ Compensation Insurance
in the amount required by law.
(4) The Insurance obligations under this Agreement shall be the
greater of (i) the Insurance coverages and limits carried by the
Contractor; or (ii) the minimum Insurance coverages and limits
shown in this Agreement. Any insurance proceeds in excess of the
specified limits and coverage required which are applicable to a
given loss, shall be available to the City. No representation is made
that the minimum Insurance requirements of this Agreement are
sufficient to cover the obligations of the Contractor under this
agreement.
12.4 Deductibles and Self-Insured Retentions. Any deductibles or self- insured
retentions must be declared to and approved by the City and shall not reduce the
limits of coverage. City reserves the right to obtain a full certified copy of any
required insurance policy and endorsements.
12.5 Other Insurance Provisions.
(1) The commercial general liability and automobile liability policies
are to contain the following provisions on a separate additionally
insured endorsement naming the City, its officers, officials,
Page 192
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 9
employees, designated volunteers and agents serving as
independent contractors in the role of City officials, as additional
insureds as respects: liability arising out of activities performed by
or on behalf of Contractor; products and completed operations of
Contractor; premises owned, occupied or used by Contractor;
and/or automobiles owned, leased, hired or borrowed by
Contractor. The coverage shall contain no limitations on the scope
of protection afforded to City, its officers, officials, employees,
designated volunteers or agents serving as independent contractors
in the role of City officials which are not also limitations applicable
to the named insured.
(2) For any claims related to this Agreement, Contractor’s insurance
coverage shall be primary insurance as respects City, its officers,
officials, employees, designated volunteers and agents serving as
independent contractors in the role of City officials. Any insurance
or self-insurance maintained by City, its officers, officials,
employees, designated volunteers or agents serving as independent
contractors in the role of City officials shall be in excess of
Contractor’s insurance and shall not contribute with it.
(3) Contractor’s insurance shall apply separately to each insured
against whom claim is made or suit is brought, except with respect
to the limits of the insurer’s liability.
(4) Contractor shall provide immediate written notice if (1) any of the
required insurance policies is terminated; (2) the limits of any of
the required polices are reduced; (3) or the deductible or self-
insured retention is increased. In the event of any cancellation or
reduction in coverage or limits of any insurance, Contractor shall
forthwith obtain and submit proof of substitute insurance. Should
Contractor fail to immediately procure other insurance, as
specified, to substitute for any canceled policy, the City may
procure such insurance at Contractor’s sole cost and expense.
(5) Each insurance policy required by this clause shall expressly waive
the insurer’s right of subrogation against City, its elected officials,
officers, employees, servants, attorneys, designated volunteers,
and agents serving as independent contractors in the role of City
officials.
(6) Each policy shall be issued by an insurance company approved in
writing by City, which is admitted and licensed to do business in
the State of California and which is rated A:VII or better according
to the most recent A.M. Best Co. Rating Guide.
Page 193
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 10
(7) Each policy shall specify that any failure to comply with reporting
or other provisions of the required policy, including breaches of
warranty, shall not affect the coverage required to be provided.
(8) Each policy shall specify that any and all costs of adjusting and/or
defending any claim against any insured, including court costs and
attorneys' fees, shall be paid in addition to and shall not deplete any
policy limits.
(9) Contractor shall provide any and all other insurance, endorsements,
or exclusions as required by the City in any request for proposals
applicable to this Agreement.
12.6 Evidence of coverage. Prior to commencing performance under this
Agreement, the Contractor shall furnish the City with certificates and original endorsements, or
copies of each required policy, effecting and evidencing the insurance coverage required by this
Agreement including (1) Additional Insured Endorsement(s), (2) Worker’s Compensation
waiver of subrogation endorsement, and (3) General liability declarations or endorsement page
listing all policy endorsements. The endorsements shall be signed by a person authorized by the
insurer(s) to bind coverage on its behalf. All endorsements or policies shall be received and
approved by the City before Contractor commences performance. If performance of this
Agreement shall extend beyond one year, Contractor shall provide City with the required policies
or endorsements evidencing renewal of the required policies of insurance prior to the expiration
of any required policies of insurance.
12.7 Contractor agrees to include in all contracts with all subcontractors
performing work pursuant to this Agreement, the same requirements and provisions of this
Agreement including the indemnity and insurance requirements to the extent they apply to the
scope of any such subcontractor’s work. Contractor shall require its subcontractors to be bound
to Contractor and City in the same manner and to the same extent as Contractor is bound to City
pursuant to this Agreement, and to require each of its subcontractors to include these same
provisions in its contract with any sub-subcontractor.
13. Cooperation. In the event any claim or action is brought against City relating to
Contractor’s performance or services rendered under this Agreement, Contractor shall render any
reasonable assistance and cooperation that City might require. City shall compensate Contractor
for any litigation support services in an amount to be agreed upon by the parties.
14. 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
Page 194
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 11
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.
15. Notices. Any notices, bills, invoices, or reports authorized or required by this
Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered
by hand or overnight courier service during Contractor’s and City’s regular business hours; or (b)
on the third business day following deposit in the United States mail, postage prepaid, to the
addresses set forth in this Section, or to such other addresses as the parties may, from time to
time, designate in writing pursuant to the provisions of this Section.
All notices shall be addressed as follows:
If to City: Maritza Martinez
City of Rancho Cucamonga
Public Works Services Department
8794 Lion Street
Rancho Cucamonga, CA 91730
If to Contractor: Terry Noriega, President
Mariposa Landscapes, Inc.
6332 Santos Diaz Street
Irwindale, CA, 91702
16. Non-Discrimination and Equal Employment Opportunity. In the performance
of this Agreement, Contractor shall not discriminate against any employee, subcontractor, or
applicant for employment because of race, color, creed, religion, sex, marital status, national
origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
Contractor will take affirmative action to ensure that subcontractors and applicants are employed,
and that employees are treated during employment, without regard to their race, color, creed,
religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation.
17. Assignment and Subcontracting. Contractor shall not assign or transfer any
interest in this Agreement or subcontract the performance of any of Contractor’s obligations
hereunder without City’s prior written consent. Except as provided herein, any attempt by
Contractor to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder
shall be null, void and of no effect.
Page 195
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 12
18. Compliance with Laws. Contractor shall comply with all applicable federal, state
and local laws, ordinances, codes and regulations in force at the time Contractor performs the
Services. Contractor is aware of the requirements of California Labor Code Section 1720, et seq.,
and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq.,
(“Prevailing Wage Laws”), which require the payment of prevailing wage rates and compliance
with other requirements on “public works” and “maintenance” projects. If the Services are being
performed as part of an applicable “public works” or “maintenance” project, as defined by the
Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully
comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations
can be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Contractor shall make
copies of the prevailing rates of per diem wages for each craft, classification or type of worker
needed to execute the Services, available to interested parties upon request, and shall post copies
at the Contractor’s principal place of business and at the Project site. Contractor shall defend,
indemnify and hold the City, its elected officials, officers, employees and agents free and harmless
from any claim or liability arising out of any failure or alleged failure to comply with the
Prevailing Wage Laws.
19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one
or more of the conditions of performance under this Agreement shall not be a waiver of any other
condition of performance under this Agreement. In no event shall the making by City of any
payment to Contractor constitute or be construed as a waiver by City of any breach of covenant,
or any default which may then exist on the part of Contractor, and the making of any such payment
by City shall in no way impair or prejudice any right or remedy available to City with regard to
such breach or default.
20. Attorney’s Fees. In the event that either party to this Agreement shall commence
any legal action or proceeding to enforce or interpret the provisions of this Agreement, the
prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including
reasonable attorney’s fees and costs of experts.
21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement
are hereby incorporated in this Agreement. In the event of any material discrepancy between the
express provisions of this Agreement and the provisions of any document incorporated herein by
reference, the provisions of this Agreement shall prevail.
22. Applicable Law and Venue. The validity, interpretation, and performance of this
Agreement shall be controlled by and construed under the laws of the State of California. Venue
for any action relating to this Agreement shall be in the San Bernardino County Superior Court.
23. Construction. In the event of any asserted ambiguity in, or dispute regarding the
interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by
any rules of interpretation providing for interpretation against the party who causes the
uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of
the Agreement.
Page 196
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 13
24. Entire Agreement. This Agreement consists of this document, and any other
documents, attachments and/or exhibits referenced herein and attached hereto, each of which is
incorporated herein by such reference, and the same represents the entire and integrated
agreement between Contractor and City. This Agreement supersedes all prior oral or written
negotiations, representations or agreements. This Agreement may not be amended, nor any
provision or breach hereof waived, except in a writing signed by the parties which expressly refers
to this Agreement.
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Mariposa Landscapes, Inc.
By:
Name Date
City of Rancho Cucamonga
By:
Name Date
Title Title
By:
Name Date
Title
(two signatures required if corporation)
Page 197
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 14
ATTACHMENTS
• Attachment A – Sample Additional Insured Endorsement, Ongoing Operations
• Attachment B – Sample Additional Insured Endorsement, Completed Operations
• Attachment C – Sample Waiver of Subrogation
Page 198
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 15
Attachment A – Sample Additional Insured Endorsement, Ongoing Operations
Page 199
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 16
Attachment B – Sample Additional Insured Endorsement, Completed Operations
Page 200
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 17
Attachment C – Sample Waiver of Subrogation
Page 201
Vendor Initials
PSA without professional liability insurance (contractor)
Last Revised: 05/22/14
Page 18
SCOPE OF WORK
Scope of Work Contents:
• Exhibit A – RFP 25/26-005
• Exhibit B – Contractor’s proposal
• Exhibit C – Unit Costs
Page 202
Exhibit A
REQUEST FOR PROPOSAL (“RFP”) #25/26-005
FOR
LANDSCAPE AND IRRIGATION MAINTENANCE FOR PD 85 PARKS
City of Rancho Cucamonga
Procurement Division
10500 Civic Center Drive
Rancho Cucamonga, California 91730
Page 203
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 2 of 59
Table of Contents
1. OVERVIEW ............................................................................................................................................... 6
1.1. GENERAL BACKGROUND .................................................................................................................... 6
1.2. PROPOSAL DELIVERY AND SCHEDULE OF EVENTS ....................................................................................... 6
1.3. DISCREPANCIES OR OMISSIONS ............................................................................................................ 7
1.4. CONTINGENCIES ............................................................................................................................... 7
1.5. QUESTIONS AND CLARIFICATIONS ......................................................................................................... 7
1.6. DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION ............................................... 8
1.7. BRAND NAMES ............................................................................................................................... 8
1.8. KNOWLEDGE OF REQUIREMENTS .......................................................................................................... 8
1.9. RESERVATION OF RIGHTS ................................................................................................................... 8
1.10. CALIFORNIA'S PUBLIC RECORDS ACT ...................................................................................................... 9
2. MINIMUM REQUIREMENTS .......................................................................................................................... 10
2.1. BUSINESS LICENSE ........................................................................................................................... 10
2.2. PREVAILING WAGES ......................................................................................................................... 10
2.3. REPRESENTATIVES ........................................................................................................................... 10
2.4. EMPLOYEE CONDUCT ....................................................................................................................... 11
3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS .................................................................................. 12
3.1. COVER LETTER / INTRODUCTION .......................................................................................................... 12
3.2. TABLE OF CONTENTS ....................................................................................................................... 12
3.3. PROJECT UNDERSTANDING AND APPROACH ........................................................................................... 12
3.4. QUALIFICATIONS AND EXPERIENCE ....................................................................................................... 12
3.5. PROJECT TEAM ............................................................................................................................... 13
3.6. STAFFING LEVELS ............................................................................................................................ 13
3.7. THIRD-PARTY / SUBCONTRACTORS ...................................................................................................... 14
3.8. PROPOSAL RESPONSE ....................................................................................................................... 14
3.9. EXHIBITS A THROUGH H .................................................................................................................... 14
3.10. NON-DISCLOSURE CONFLICT OF INTEREST .............................................................................................. 14
3.11. PROFESSIONAL SERVICE AGREEMENT .................................................................................................... 14
3.12. ACKNOWLEDGEMENT OF INSURANCE .................................................................................................... 15
Page 204
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 3 of 59
3.13. ADDENDUM ACKNOWLEDGEMENT ....................................................................................................... 15
3.14. DEBARMENT AND SUSPENSION ........................................................................................................... 15
3.15. PARTICIPATION CLAUSE .................................................................................................................... 15
3.16. SIGNATURE OF AUTHORITY ................................................................................................................ 16
3.17. COMPANY REFERENCES ..................................................................................................................... 16
3.18. LINE-ITEM PRICING .......................................................................................................................... 16
4. PROJECT DESCRIPTION AND SCOPE OF SERVICES ................................................................................................ 16
4.1. PROJECT DESCRIPTION ...................................................................................................................... 16
4.2. SCOPE OF SERVICES.......................................................................................................................... 17
4.2.1. GENERAL PROJECT DESCRIPTION .................................................................................................... 17
4.2.2. EXAMINATION OF PLANS, SPECIFICATION, AND SITE OF WORK ............................................................... 18
4.2.3. CONTRACTOR’S LICENSE .............................................................................................................. 18
4.2.4. COMPETENCY OF CONTRACTOR ..................................................................................................... 18
4.2.5. CONTRACT TERM ....................................................................................................................... 18
4.2.6. BONDS ........................................................................................................................................................................ 18
4.2.7. SUPERVISION AND STAFF ............................................................................................................. 18
4.2.8. PREVAILING WAGE .................................................................................................................... 19
4.2.9. COMMUNICATIONS .................................................................................................................... 19
4.2.10. NON-RESPONSIVENESS OF CONTRACTOR.......................................................................................... 20
4.2.11. SERVICE LEVELS ......................................................................................................................... 20
4.2.12. SCHEDULING OF WORK ............................................................................................................... 20
4.2.13. UNDERGROUND SERVICE ALERT ..................................................................................................... 20
4.2.14. MEASUREMENT AND PAYMENT ..................................................................................................... 21
4.2.15. DEDUCTIONS ............................................................................................................................ 22
4.2.16. DEFICIENT PERFORMANCE – NOTIFICATION AND CORRECTIVE ACTION ...................................................... 23
4.2.17. WORK SITES ............................................................................................................................ 24
4.2.18. ADDITIONS .............................................................................................................................. 24
4.2.19. QUALITY OF WORK .................................................................................................................... 25
4.2.20. INSPECTIONS ............................................................................................................................ 25
4.2.21. REPLACEMENT OF LANDSCAPE MATERIALS & CITY PROPERTY ................................................................ 25
Page 205
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 4 of 59
4.2.22. UTILITY BILLS ........................................................................................................................... 25
4.2.23. CONFORMING TO STATE AND FEDERAL GUIDELINES FOR STORMWATER POLLUTION PREVENTION .................... 26
4.2.24. PERMITS ..................................................................................................................................................................... 26
4.2.25. WORK AREA TRAFFIC CONTROL .................................................................................................... 26
4.2.26. ROUTINE MAINTENANCE ............................................................................................................. 27
4.2.27. SHRUB, GROUNDCOVER, DECOMPOSED GRANITE (DG) AND VINE MAINTENANCE ............................................ 29
4.2.27.1. SHRUB MAINTENANCE ................................................................................................................ 29
4.2.27.2. GROUND COVER MAINTENANCE .................................................................................................... 30
4.2.27.3. DECOMPOSED GRANITE (DG) ....................................................................................................... 32
4.2.27.4. VINE MAINTENANCE .................................................................................................................. 33
4.2.27.5. TREE MAINTENANCE .................................................................................................................. 34
4.2.28. IRRIGATION MAINTENANCE .......................................................................................................... 36
4.2.28.2. SHRUB BEDS & PLANTER AREAS .................................................................................................... 37
4.2.28.3. TURF AREAS ............................................................................................................................................................... 38
4.2.28.4. NEW PLANT MATERIALS .............................................................................................................. 38
4.2.28.5. REPAIRS AND REPLACEMENT ......................................................................................................... 38
4.2.29. PEST CONTROL ......................................................................................................................... 38
4.2.30. TRAIL MAINTENANCE ................................................................................................................. 41
4.2.31. HARDSCAPE MAINTENANCE ......................................................................................................... 41
4.2.32. MULCH CAPE MAINTENANCE ........................................................................................................ 42
4.2.33. SPORTS FIELD MAINTENANCE ....................................................................................................... 42
4.2.34. PLAYGROUND MAINTENANCE ....................................................................................................... 43
4.2.35. PICNIC AREA MAINTENANCE ........................................................................................................ 43
4.2.36. HARD COURT MAINTENANCE........................................................................................................ 43
4.2.37. RESTROOM MAINTENANCE .......................................................................................................... 43
4.2.38. PIPE CHASE MAINTENANCE .......................................................................................................... 45
4.2.39. DRINKING FOUNTAIN MAINTENANCE .............................................................................................. 45
4.2.40. TRASH RECEPTACLE MAINTENANCE ................................................................................................ 45
4.2.41. TRASH ENCLOSURE MAINTENANCE ................................................................................................. 45
4.2.42. GRAFFITI REMOVAL (ALL SERVICE LEVELS) ........................................................................................ 45
Page 206
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 5 of 59
4.2.43. DRAINS (ALL SERVICE LEVELS) ...................................................................................................... 46
4.2.44. STORM DEBRIS CLEANUP ............................................................................................................ 46
4.2.45. DEBRIS AND TRASH REMOVAL ...................................................................................................... 46
4.2.46. CLEAN-UP (ALL SERVICE LEVELS) .................................................................................................. 47
4.3. EXTRA WORK ............................................................................................................................... 47
5. EVALUATION AND CONTRACTOR SELECTION PROCESS ......................................................................................... 48
5.1. INITIAL SCREENING ......................................................................................................................... 48
5.2. EVALUATION ACTIVITIES ................................................................................................................... 48
5.3. COST EVALUATION ......................................................................................................................... 49
5.4. REFERENCE CHECKS ........................................................................................................................ 49
5.5. PRESENTATIONS / ORAL BOARD INTERVIEWS ......................................................................................... 49
5.6. FINANCIAL DOCUMENTATION ............................................................................................................ 49
5.7. BEST AND FINAL OFFER .................................................................................................................... 50
5.8. CONTRACTOR SELECTION .................................................................................................................. 50
5.9. LETTER OF INTENT TO AWARD ............................................................................................................ 50
“EXHIBIT A, CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT” ......... 51
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY” ............................................. 52
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED” .................................................................................... 53
“EXHIBIT D, ADDENDUM ACKNOWLEDGEMENT” ........................................................................................ 54
“EXHIBIT E, DEBARMENT and SUSPENSION CERTIFICATION FORM” ............................................................ 55
“EXHIBIT F, PARTICIPATION CLAUSE”.......................................................................................................... 56
“EXHIBIT G, SIGNATURE OF AUTHORITY” .................................................................................................... 57
“EXHIBIT H” REFERENCES WORKSHEET ....................................................................................................... 58
Page 207
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 6 of 59
1. OVERVIEW
1.1. GENERAL BACKGROUND
The City of Rancho Cucamonga (hereinafter “City”) is inviting qualified Contractors (hereinafter “Contractor”)
to submit a proposal response for Request for Proposals (“RFP”) #25/26-005 for Landscape and Irrigation
Maintenance for PD 85 Parks in accordance with the minimum Scope of Services and Specifications indicated
herein.
Contractors wishing to participate in the RFP solicitation must be registered as a Contractor on Planet Bids
through the City website at https://www.cityofrc.us/your-government/procurement. Only those responses
received from registered Contractors will be accepted. Responses must be submitted by the named Contractor
that has downloaded the RFP. Submitting a response under a Contractor name that does not appear to be on
the Prospective Bidders list will be deemed as non-responsive and disqualify said response from further
consideration.
1.2. PROPOSAL DELIVERY AND SCHEDULE OF EVENTS
Complete RFP responses must be received electronically via Planet Bids prior to the due date and time specified
in the below Schedule of Events. Please note, there will be no paper responses accepted. The City shall not be
responsible for any delays by transmission errors.
Schedule of Events
Event Description Date & Time
Post RFP April 21, 2025
Questions Due May 8, 2025, by 9:00 am
Addendum Issued May 15, 2026
RFP Response Due Date June 11, 2025, by 9:00 am
Evaluation Process June 16 – 24, 2025
Short List Letter Issued June 26, 2025
Oral Board & Presentation TBD
Letter of Intent to Award TBD
Contract Award Date TBD
(The City reserves the right to change schedule of events without prior notice or responsibility to
Contractor.)
Page 208
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 7 of 59
1.3. DISCREPANCIES OR OMISSIONS
Contractors finding discrepancies or omissions in the RFP or having any doubts as to the meaning or intent of
any part thereof shall submit such questions or concerns in writing electronically via Planet Bids. The City bears
no responsibility for oral instructions or representations. Addenda to this RFP shall be considered a part of this
RFP and shall become part of any final Contract that may be derived from this RFP.
1.4. CONTINGENCIES
This RFP should not be considered as a contract to purchase goods or services but is a Request for Proposal in
accordance with the terms and conditions herein and will not necessarily give rise to a Contract. However, RFP
responses should be as detailed and complete as possible to facilitate the formation of a contract based on the
RFP response(s) that are pursued should the City decide to do so.
Completion of this RFP form and its associated appendices are a requirement. Failure to do so may disqualify
your RFP response submittal. Contractors must submit signed RFP responses by the due date and time as
specified herein. Contractors will be considered non-responsive if the above requirements are not submitted
as requested.
Any scope of services, contingencies, special instruction and/or terms and conditions applicable to this RFP and
any purchase order derived thereafter shall be effective as of the issue date of a purchase order for the
requested work (the “Effective Date”), and shall remain in full force and effect until sixty (60) days after the City
has accepted the work in writing and has made final payment, unless sooner terminated by written agreement
signed by both parties.
1.5. QUESTIONS AND CLARIFICATIONS
All questions or clarification requests must be submitted directly through the City’s bid system no later than the
due date and time indicated in the above Schedule of Events. Answers and/or clarifications will be provided in
the form of an Addendum and will be posted for download from the City ’s bid system in accordance with the
above “Schedule of Events”.
From the issuance date of this RFP until a Contractor is awarded, Contractors are not permitted to communicate
with any City staff or officials regarding this procurement, other than during interviews, demonstrations, and/or
site visits, except at the direction of Ruth Cain, Procurement Manager, the designated representative of the City
of Rancho Cucamonga.
Page 209
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 8 of 59
1.6. DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION
All materials submitted in response to this RFP solicitation will become the property of the City and will be
returned only at the City ’s option and at the expense of the Contractor submitting the RFP response. A copy of
the RFP response will be retained for official files and become a public record. Any material that a Contractor
considers as confidential but does not meet the disclosure exemption requirements of the California Public
Records Act may be made available to the public regardless of a notation or markings of confidentiality or
otherwise.
1.7. BRAND NAMES
Any reference to brand names and/or numbers in the solicitation is intended to be descriptive, but not
restrictive, unless otherwise specified. RFP responses offering equivalent items meeting the standards of quality
specified may be considered, unless other specified, providing the RFP response clearly describes the article
offered and how it differs from the referenced brand. Unless a Contractor specifies otherwise, it is understood
that the Contractor is offering a referenced brand item as specified in the solicitation. The City reserves the right
to determine whether a substitute offer is equivalent to and meets the standards of quality indicated by the
brand name references, and the City may require the supply of additional descriptive material and a sample.
1.8. KNOWLEDGE OF REQUIREMENTS
The Contractor shall carefully review all documents referenced and made a part of the solicitation document to
ensure that all information required to properly respond has been submitted or made available and all
requirements are priced in the RFP response. Failure to examine any documents, drawings, specifications, or
instructions will be at the Contractor’s sole risk.
Contractors shall be responsible for knowledge of all items and conditions contained in their RFP responses and
in this RFP, including any City issued clarifications, modifications, amendments, or addenda. The City will provide
notice of any changes and clarifications to perspective Contractors by way of addenda to Planet Bids; however,
it is the Contractor’s responsibility to ascertain that the RFP response includes all addenda issued prior to the
RFP due date.
1.9. RESERVATION OF RIGHTS
The issuance of this RFP does not constitute an agreement by the City that any contract will be entered by the
City. The City expressly reserves the right at any time to:
• Waive or correct any defect or informality in any response, RFP, or RFP procedure.
• Reject any or all RFPs.
• Reissue a Request for RFPs.
Page 210
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 9 of 59
• Prior to submission deadline for RFPs, modify all or any portion of the selection procedures, including
deadlines for accepting responses, the specifications or requirements for any materials, equipment,
or services to be provided under this RFP, or the requirements for contents or format of the RFPs.
• The City recognizes that price is only one of several criteria to be used in judging a product or service,
and the City is not legally bound to accept the lowest RFP response.
• The City reserves the right to conduct pre-award discussions and/or pre-Contract negotiations with
any or all responsive and responsible Contractors who submit RFP responses.
• Procure any materials, equipment or services specified in this RFP by any other means.
• Determine that no project will be pursued.
• The City reserves the right to inspect the Contractor’s place of business prior to award or at any time
during the contract term or any extension thereof, to determine the Contractor’s capabilities and
qualifications.
1.10. CALIFORNIA'S PUBLIC RECORDS ACT
The City complies with the California Public Records Act, Government Code Section 6250 et seq, Public records
are open to inspection always during the office hours of the state or local agency and every person has a right
to inspect any public record, except as hereafter provided. Any reasonably segregable portion of a record shall
be available for inspection by any person requesting the record after deletion of the portions that are exempted
by law.
Neither an RFP in its entirety, nor proposed prices shall be considered confidential and proprietary.
Notwithstanding the foregoing, companies are hereby notified that all materials submitted in response to this
RFP are subject to California's Public Records Act. The City 's receipt, review, evaluation or any other act or
omission concerning any such information shall not create an acceptance by the City or any obligation or duty
to prevent the disclosure of any such information except as required by Government Code Section 6253.
Companies who submit information they believe should be exempt from disclosure under the Public
Records Act shall clearly mark each document as confidential, proprietary, or exempt, and state the legal basis
for the exemption with supporting citations to the California Code. Pursuant to California Law, if the information
is requested under the Public Records Act, the City shall make a final determination if any exemption exists for
the City to deny the request and prevent disclosure. The City will withhold such information from public
disclosure under the Public Records Act only if the City determines, in its sole discretion, that there is a legal
basis to do so.
Page 211
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 10 of 59
2. MINIMUM REQUIREMENTS
2.1. BUSINESS LICENSE
A selected Contractor awarded a contract shall be required to obtain a Rancho Cucamonga Business License no
later than five (5) business days from notification of award prior to being issued a Purchase Order. A selected
Contractor must possess and maintain all appropriate licenses/certifications necessary in the performance of
duties required under this RFP and will provide copies of licenses/certifications immediately upon request
throughout the term of the Contract.
2.2. PREVAILING WAGES
Where labor is required for a public work as a part of any requirement covered by this RFP, pursuant to the
provisions of the Labor Code of the State of California and/or the federal Davis-Bacon Act, a selected
Contractor(s) shall pay no less than those minimum wages unless an exemption applies. In certain cases, an
exemption from the prevailing wage requirement may apply to the scope of work. (See Cal. Labor Code
§ 1720(c)(1), (5); 42 USC § 5310(a). However, the City makes no representations in this RFP that such an
exemption will apply or that prevailing wages will not be required for a scope of work covered by this RFP.
2.3. REPRESENTATIVES
Should a selected Contractor require the services of a third-party to complete the Scope of Services indicated in
this RFP, the awarded Contractor will not assign, transfer, convey or otherwise dispose of the contract or its
right, title, or interest in or to the same, or any part thereof. Any attempt by the awarded Contractor to so
assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no
effect.
The awarded Contractor shall be solely responsible for the satisfactory work performance of all personnel
engaged in performing the Services including Contractor’s subcontractor. All Services shall be performed by the
awarded Contractor or under the awarded Contractor’s direct supervision, and all personnel shall possess the
qualifications, permits, and licenses required by state and local law to perform such services.
The awarded Contractor shall be responsible for payment of all employees’ and subcontractors’ wages and
benefits and shall comply with all requirements pertaining to employer’s liability, workers’ compensation,
unemployment insurance, and Social Security. By its execution of this Agreement, Contractor certifies that it is
aware of the provisions of Section 3700 of the California Labor Code that 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 agrees to comply with such provisions before commencing the performance of the services.
Page 212
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 11 of 59
In case of default by the Contractor, the City may take the following actions which shall include but not be
limited to; cancellation of any purchase order, procurement of the articles or service from other sources and
may deduct from unpaid balance due to the Contractor, or may bill for excess costs so paid, and the prices paid
by the City shall be considered the prevailing market prices paid at the time such purchase is made, withholding
of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries, or
Contractors for delivery, which do not meet specifications, will be for the account of the Contractor.
City Representative:
For the purposes of this Agreement, the contract administrator and City ’s representative shall
be , or such other person as designated in writing by City (“City ’s Representative”). It shall
be the Contractor’s responsibility to assure that City ’s Representative is kept informed of the progress of the
performance of the services, and the Contractor shall refer any decisions that must be made by City-to-City
Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the
approval of the City Representative.
Contractor Representative:
The response to this RFP shall designate the representative of the Contractor authorized to act in its behalf with
respect to the services specified herein and make all decisions in connection therewith (“Contractor’s
Representative”). It is expressly understood that the experience, knowledge, capability, and reputation of the
Contractor’s Representative will be a substantial inducement for City to enter into an Agreement with the
Contractor. Therefore, the Contractor’s Representative shall be responsible during the term of any Agreement
for directing all activities of Contractor and devoting enough time to personally supervise the services
hereunder. The successful Contractor may not change the Contractor’s Representative without the prior
written approval of City ’s Representative.
2.4. EMPLOYEE CONDUCT
All Contractor personnel must observe all City regulations in effect at the location where the Services are being
conducted. While on City property, the Contractor’s personnel shall be subject to oversight by City staff. Under
no circumstances shall the Contractor’s or Contractor’s sub-contractor personnel be deemed as employees of
the City. Contractor or Contractor’s subcontractor personnel shall not represent themselves to be employees
of the City.
Contractor's personnel will always make their best efforts to be responsive, polite, and cooperative when
interacting with representatives of the City and City employees. The Contractor's personnel shall be required
to work in a pleasant and professional manner with City employees, outside Contractors, and the public.
Nothing contained in this RFP shall be construed as granting the Contractor the sole right to supply personal or
Page 213
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 12 of 59
contractual services required by the City or without the proper City approval and the issuance of a Purchase
Order.
3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS
Completion of this RFP form and its associated Exhibits are a requirement. To be considered responsive and
evaluate RFP responses fairly and completely Contractors must comply with the format and submission
requirements set out in this RFP, and provide all information requested. Failure to comply with this instruction
will deem said RFP response as non-responsive and will not receive further consideration in the evaluation
process.
If only one RFP response is received, the City reserves the right to discard the response, re-bid or proceed with
an RFP review and negotiations.
3.1. COVER LETTER / INTRODUCTION
RFP responses must include a cover letter including the Contractors business name and address of Contractor
and the name, mailing address, and telephone number of the contact person regarding the RFP response. The
cover letter shall condense and highlight the contents of the Contractor’s RFP response to provide the Evaluation
Committee with a broad understanding of the Contractor’s approach, proposal, experience, and staffing. A
signature by an authorized representative must be included on each RFP response. Said signature will be
considered confirmation of the Contractor’s ability and willingness to comply with all provisions stated herein.
3.2. TABLE OF CONTENTS
The Table of Contents must be a comprehensive listing of the contents included in your RFP response. This
section must include a clear definition of the material, exhibits and supplemental information identified by
sequential page numbers and by section reference numbers. Each section of the RFP response will be separated
by a title page at the beginning of each section.
3.3. PROJECT UNDERSTANDING AND APPROACH
Outline the Contractor’s understanding of the project and any potential challenges or delays you foresee and
ways to overcome these challenges. Describe the Contractor’s proposed approach to the scope of services listed
in this RFP. Include a full, detailed task breakdown that outlines assumptions and deliverables clearly for each
task. Contractors may include options or enhancements to the scope of work for the City’s consideration.
3.4. QUALIFICATIONS AND EXPERIENCE
To be considered for this project, the Contractor must have a minimum of five (5) years of experience
developing, fully implementing, and/or performing similar Scope of Work. The Contractor shall demonstrate
Page 214
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 13 of 59
their qualifications, experience, expertise, and capability to perform the requirements of this RFP. Provide an
overview of the Contractor’s qualifications and experience, including.
• The number of years in business, main business focus, locations that will primarily support the project.
• If the Company is involved in any pending litigation that may affect its ability to provide its proposed
solution or ongoing maintenance or support of its products and services.
• A statement as to whether your Company is an individual proprietorship, partnership, corporation, or
private nonprofit Company, and the date your company was formed or incorporated.
• Five projects with a similar scope of work completed within the last five years. Must include the project
scope of work, Contractor’s team members that worked on the project, and timeline of the project
delivery.
• The Contractor shall provide additional information as necessary for the City to consider in the
evaluation of the submitted proposal.
RFP responses are due on the date and time indicated in the above schedule of events. Submittals shall be
submitted electronically via Planet Bids; no paper RFP responses will be accepted. RFP responses must include
the information required by this RFP. There is no maximum page limit for this RFP.
3.5. PROJECT TEAM
This section should introduce the key staff that the Company commits to the project. A proposed Organization
Chart shall be included. Submit the resumes of the individuals who will be performing the services for the City.
Resumes shall include the following information:
• Project Role,
• Length of time with the Company,
• Years of Experience,
• Licenses, registrations, and certifications as required by law to perform the Scope of Work described
herein,
• Educational background,
• Experience with the minimum requirements stated herein,
• Work history on similar or like projects with the other municipalities.
3.6. STAFFING LEVELS
The Contractor shall complete and submit Schedule IV, Labor Hours by Month and Job Classification. The
completed Schedule IV shall list the minimum labor hours by Month and Job Classification the Contractor will
provide, if a contract is awarded, to complete the routine services at the frequencies specified herein. Provision
of the minimum number labor hours shall not relieve the Contractor of the responsibility to complete the
regularly scheduled maintenance tasks at the frequencies specified in these specifications.
Page 215
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 14 of 59
“Extra work” projects shall require the assignment of additional staff. Staff assigned to “extra work” projects
shall not be counted toward the minimum labor hours proposed for the routine, cyclical, services.
Failure to submit Schedule IV will be cause to deem the Contractor’s proposal to be non-responsive.
3.7. THIRD-PARTY / SUBCONTRACTORS
If the Contractor intends to subcontract any portion of the work, a detailed list of any subcontractors, partners,
or third-party Contractors who will be involved in the implementation of the proposed services should be
included in this section. Information provided on subcontractors Contractors shall include:
• Description of subcontractor’s role in the project.
• Description of the Contractor’s experience with each of the proposed subcontractors,
• Resumes with the same format as specified above for the key team members of the subcontracting
team,
• Three (3) customer references for each subcontractor to include references names, addresses, and
telephone numbers, for products and services like those described in this RFP.
3.8. PROPOSAL RESPONSE
Under this section Contractors shall provide a full, detailed response to the City ’s Scope of Services listed herein.
Contractors should be as thorough as possible in their response as it may be the only opportunity to convey
information regarding your business, ability, and qualifications to complete the services needed.
3.9. EXHIBITS A THROUGH H
The following named Exhibits A through H are a requirement and must be complete and signed where required.
Exhibits are not to be included in your proposal response. All referenced Exhibits must be submitted in Planet
Bids system under the Response Types, Exhibits A – G and Exhibit H. Failure to comply with this instruction
will deem your RFP submittal as non-responsive.
3.10. NON-DISCLOSURE CONFLICT OF INTEREST
Specify any possible conflicts of interest with your current clients or staff members and the City. A signed
“Exhibit A, Conflict of Interest and Non-Disclosure Agreement” included herein must be submitted under the
Planet Bid Response Types, Exhibits A – G.
3.11. PROFESSIONAL SERVICE AGREEMENT
In addition to the acceptance of the City ’s Terms and Conditions, the successful Contractor will be required to
enter into a Professional Services Agreement (“PSA”) with the City, a “Sample” of which is attached in the City
’s bid system for review. All requirements of said PSA must be completed by the successful Contractor and
Page 216
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 15 of 59
signed by both applicable parties prior to any services being rendered. This RFP sets forth some of the general
provisions which may be included in the final PSA. In submitting a response to this RFP, Contractor will be
deemed to have agreed to each clause unless otherwise indicated in “Exhibit B, Professional Services
Agreement Exceptions Summary” and the City agrees to either accept the objection or deviation or change the
PSA language in writing. Failure to raise any objections at the time of this RFP response submittal will result in
a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception
Summary must be submitted in Planet Bids system under the Response Types tab “Exhibits A – G”.
3.12. ACKNOWLEDGEMENT OF INSURANCE
Contractors must meet all insurance requirements as outlined in the Professional Services Agreement. Ability
to comply with said requirements must be indicated with signature of “Exhibit C, Acknowledgement of
Insurance Requirements and Certification of Ability to Provide and Maintain Coverages Specified”. The
awarded Contractor will be responsible for providing the required Certificates of Insurance and must be the
Named Insured on the Certificates. Certificates of Insurance from any other entity other than the awarded
Contractor, will not be accepted. The signed Acknowledgement of Insurance must be submitted under the
Planet Bid Response Types, Exhibits A – G.
3.13. ADDENDUM ACKNOWLEDGEMENT
The Contractor shall hereby acknowledge they have received all posted Addendums, if any. It is the Contractor’s
responsibility to log into the Bid System to identify and download the number of addenda that have been
posted. Addenda issued in correspondence to this RFP shall be considered a part of this RFP and shall become
part of any final Contract that may be derived from this RFP. Contractors must indicate their acknowledgement
of any Addendums by way of signature on “Exhibit D, Addendum Acknowledgement” and must be submitted
under the Planet Bid Response Types, Exhibits A – G.
3.14. DEBARMENT AND SUSPENSION
Bidding Contractors must verify by way of signature to “Exhibit E, Contractor Certification Form” that they are
not listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with
the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and
12689 (3 CFR part 1989 Comp., p. 235), and that neither Contractor nor any of its proposed subcontractors are
tax delinquent with the State of California. The signed exhibit must be submitted under the Planet Bid
Response Types, Exhibits A – G.
3.15. PARTICIPATION CLAUSE
Contractors shall provide a completed “Exhibit F, Participation Clause”, must be submitted under the Planet
Bid Response Types, Exhibits A – G. This will indicate a Contractors agreement to or not to allow other entities
to utilize the RFP response and awarded contract as a piggyback option.
Page 217
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 16 of 59
3.16. SIGNATURE OF AUTHORITY
“Exhibit G”, Signature of Authority must be submitted under the Planet Bid Response Types, Exhibits A – G.
Unsigned RFP responses will not be accepted. The Signature of Authority declares that the Contractor has
carefully examined the instruction indicated herein including all terms and condition and specifications, and
hereby proposes and agrees, if the Contractors RFP response is accepted, Contractor agrees to furnish all
material in accordance with the instruction and specifications in the time and manner prescribed for the unit
cost amounts set forth in the Contractors RFP response.
3.17. COMPANY REFERENCES
Provide a minimum of four (4) references, preferably with other municipalities in which similar services are
being performed. References must be for work performed or completed within the past three (3) years.
“Exhibit H, Reference Worksheet”, must be complete and uploaded into the Planet Bid system under the
“Response Type” section identified as “Exhibit H”. While the Reference Worksheet accompanies your RFP
response it is not to be discussed in any other area of the RFP response other than the “Response Type, Exhibit
H” in Planet Bids.
3.18. LINE-ITEM PRICING
Line-item pricing for this RFP must be provided directly in the Planet Bids system under the “Line Items” tab.
This pricing is not an estimate and is Company fixed price for each item listed. Contractor’s pricing quotes
outside of the pricing listed in Planet Bids under the “Line Items” tab will not be accepted or considered for
award. Any additional cost required should be noted in the additional cost line item and a summary of the cost
provided in the notes section of the line item. While line-item pricing accompanies your RFP response it is not
to be discussed in any other area of the RFP response other than the “Line Item” tab in Planet Bids. The City
will not be obligated to any estimated pricing or pricing not identified in the “Line Item” tab in Planet Bids.
Failure to provide the required line-Item pricing in the required format will cause Contractors RFP response to
be considered as non-responsive and be eliminated from proceeding any further in the process. Any questions
or clarifications regarding how to correctly submit line-Item pricing should be submitted by the “Questions Due”
date and time indicated in the schedule of events.
4. PROJECT DESCRIPTION AND SCOPE OF SERVICES
4.1. PROJECT DESCRIPTION
The scope of work is complete, continuous, consistent, and safe landscape and irrigation maintenance of the
designated areas that are specified herein. During, and at the end of the contract period, all plant material shall
be in a healthy, growing condition and all irrigation systems will be in the proper state of repair and adjustment.
The contractor shall provide all equipment, labor, and materials necessary for performing landscape and
irrigation maintenance according to the specifications herein.
Page 218
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 17 of 59
The intent and purpose of this agreement is to provide a level of maintenance to the areas such that each will
present a safe, pleasing, and desirable appearance within the limitations of the contracted service levels. The
contractor agrees to maintain all the designated areas covered by this Agreement at such levels. The Public
Works Services Director, or their designated representative, shall be the sole judge as to the adequacy and
quality of maintenance.
The work shall be done in accordance with City Standard Plans and “The ‘Green Book’ Standard Specifications
for Public Works Construction” 2021 edition including subsequent amendments, supplements and/or additions.
Copies are available from the publisher, Building News, Incorporated, 1612 So. Clementine Street, Anaheim,
California, 92802, telephone (714) 517-0970.
Where the Public Works Services Director is mentioned in these Special Provisions, it shall be noted that their
designated representative may act in their behalf regarding administration of this agreement.
4.2. SCOPE OF SERVICES
4.2.1. GENERAL PROJECT DESCRIPTION
The scope of work is complete, continuous, consistent, and safe landscape and irrigation maintenance of the
designated areas that are specified herein. During, and at the end of the contract period, all plant material shall
be in a healthy, growing condition and all irrigation systems will be in the proper state of repair and adjustment.
The contractor shall provide all equipment, labor, and materials necessary for performing landscape and
irrigation maintenance according to the specifications herein.
The intent and purpose of this agreement is to provide a level of maintenance to the areas such that each will
present a safe, pleasing, and desirable appearance within the limitations of the contracted service levels. The
contractor agrees to maintain all the designated areas covered by this Agreement at such levels. The Public
Works Services Director, or their designated representative, shall be the sole judge as to the adequacy and
quality of maintenance.
The work shall be done in accordance with City Standard Plans and “The ‘Green Book’ Standard Specifications
for Public Works Construction” 2021 edition including subsequent amendments, supplements and/or additions.
Copies are available from the publisher, Building News, Incorporated, 1612 So. Clementine Street, Anaheim,
California, 92802, telephone (714) 517-0970.
Where the Public Works Services Director is mentioned in these Special Provisions, it shall be noted that their
designated representative may act in their behalf regarding administration of this agreement.
Page 219
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 18 of 59
4.2.2. EXAMINATION OF PLANS, SPECIFICATION, AND SITE OF WORK
Bidders must satisfy themselves by personal examination of the work site, plans, specifications, and other
contract documents, and by any other means as they may believe necessary, as to the actual physical conditions,
requirements and difficulties under which the work must be performed. No bidder shall at any time after
submission of a proposal make any claim or assertion that there was any misunderstanding or lack of
information regarding the nature or amount of work necessary for the satisfactory completion of the job. Any
errors, omissions, or discrepancies found in the specifications, or other contract documents shall be called to
the attention of the City and clarified prior to the submission of proposals.
4.2.3. CONTRACTOR’S LICENSE
Contractor shall possess any and all contractor’s licenses, in form and class as required by any and all applicable
laws with respect to any and all of the work to be performed under this contract; including, but not limited to,
a Class A (General Engineering Contractor) or a Class C-27 (Landscape Contractor); 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 at the time this contract is awarded.
4.2.4. COMPETENCY OF CONTRACTOR
The bidder shall be licensed under the provisions of Division 3, Chapter 9 of the Business and Professions Code
of the State of California to do the type of work contemplated in the contract and shall be skilled and regularly
engaged in the general class or type of work called for under this contract.
4.2.5. CONTRACT TERM
The Contract Term shall be from the date of mutual execution and shall remain in full force through June 30,
2026. Parties to any contract resulting from this RFP shall have the option to renew the Contract Term in one
(1) year increments up to a total of six (6) additional years.
4.2.6. BONDS
If a contract is awarded, 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 9554 of the California Civil Code.
4.2.7. SUPERVISION AND STAFF
The contractor shall assign an account manager to be on site each working day, working regular working hours,
for the duration of this contract. Regular working hours for the purposes of this section regarding the account
manager shall be Monday through Friday for eight hours per day dedicated to this contract. The contractor and
his staff shall have skills, expertise, and experience in arboriculture, turf management, pest control, soils,
Page 220
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 19 of 59
fertilizers, plant identification and irrigation systems maintenance. The account manager must be fluent in the
English language. The account manager shall be thoroughly knowledgeable of the provisions of this contract.
4.2.8. PREVAILING WAGE
Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter
1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages
for work of a similar character in the locality in which the public work is performed, and not less than the general
prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department
of Industrial Relations of the State of California is required to and has determined such general prevailing rates
of per diem wages.
This contract is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
For all new contracts awarded on or after April 1, 2015, the contractors and subcontractors shall furnish
electronic certified payroll records to the Labor Commissioner.
Each Contractor or Subcontractor shall preserve his weekly payroll records for a period of three (3) years. The
payroll records shall set out accurately and completely the name, address, social security number, occupational
classification, and hourly wage rate of each employee, hours worked by him during the payroll period, and full
weekly wages earned by him, any deductions made from such weekly wages, and the actual weekly wages paid
to him.
Such payroll records shall be made available for inspection by the City or its authorized representatives.
In addition to the foregoing payroll reporting and retention requirements, the Contractor and each of his
subcontractors shall prepare payrolls on forms prescribed and in accordance with instructions furnished by the
City. The Contractor shall deliver to the City a certified and legible copy of each payroll with the routine monthly
invoices.
Payment will not be made prior to the submission to the City of certified payrolls prepared in accordance with
Labor Code section 1776.
4.2.9. COMMUNICATIONS
The Contractor shall provide a cellular telephone to each account manager. Each account manager shall always
carry the telephone on their person during the workday for communication with the City representative. Each
account manager shall be on call 24 hours per day, seven days per week, for emergencies within the contract
areas.
Page 221
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 20 of 59
4.2.10. NON-RESPONSIVENESS OF CONTRACTOR
Failure of the Contractor or the account managers to respond immediately (within 1 hour) to the telephone
notification by the Public Works Services Director of an emergency condition, or failure of the Contractor to
respond within two days of written notification by the Public Works Services Director or their representative,
shall give the Public Works Services Director the right to cause necessary work to be performed by City crews,
or other contractors and any costs incurred in so doing shall be deducted from the payment for the month in
which the work was performed.
4.2.11. SERVICE LEVELS
Now, or in the future, the City may have severe budget constraints within one or more of the funding sources
to which this Contract applies. As a result, and at any time, the City may choose to contract for maintenance of
the affected sites at less than the originally contracted service level for any, or all landscape services as described
herein. Adjustments to the service level may apply to all sites covered by the contract, or a subset thereof, as
needed to meet budgetary constraints. The City will notify the Contractor in writing fifteen (15) calendar days
prior to service level adjustments.
4.2.12. SCHEDULING OF WORK
The Contractor shall accomplish all normal landscape maintenance required under this contract between the
hours of 7:00 a.m. and 4:30 p.m., Monday through Friday. Exceptions may be made to normal working hours,
where incidence of use may be too great during the hours specified to allow for proper maintenance. The Public
Works Services Director or their representative may grant, on an individual basis, permission to perform
contract maintenance at other hours including weekends. No maintenance functions that generate excessive
noise that would cause annoyance to residents of the area shall commence before 8:00 a.m. Monday through
Saturday and 9:00 am on Sundays. Unless otherwise specified by the Public Works Services Director, the
Contractor shall supply the City with a bi-weekly schedule of routine work (the Maintenance Schedule Chart) to
be followed in the performance of any work required by these specifications. Said schedule shall be submitted
by the contractor five working days prior to the start date listed on the schedule. Any changes in scheduling
shall be immediately reported, in writing, to the Public Works Services Director.
The Public Works Services Director will be notified in writing at least 24 hours in advance of each start date of
non-routine maintenance operations including, but not limited to, fertilization, chemical application and tree
pruning.
4.2.13. UNDERGROUND SERVICE ALERT
The Contractor shall comply with the requirements of Assembly Bill 73. The law states that, "every person
planning to conduct any excavation is required to contract a regional notification center at least 2 working days
prior to excavation." Assembly Bill 73 defines excavation as, "any operation in which earth, rock, or other
Page 222
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 21 of 59
material in the ground is moved, removed, or otherwise displaced by means of tools, equipment, or explosives
in any of the following ways: grading, trenching, digging, ditching, drilling, auguring, tunneling, scraping, cable
or pipe lowing and driving, or any other way." The Contractor shall assume all liability incurred from any type
of excavation performed at the worksite.
4.2.14. MEASUREMENT AND PAYMENT
a) The Contractor will be paid monthly based upon the unit cost and lump sum amounts listed in the cost
proposal.
b) The unit and lump sum prices to be paid shall be full compensation for the items of work and all
appurtenant work, including furnishing all materials, labor, equipment, tools, and incidentals.
c) Unless specifically excluded herein, payment for all items of work, including, but not limited to, the work
listed in section 4.26, Routine Maintenance, shall be included in the proposed price for the following line
items dependent on the contracted service level for each site:
a. Continuous Park Maintenance at Service Level B for Groundcover
b. Continuous Park Maintenance at Service Level B for Turf
c. Continuous Park Maintenance at Service Level B for Hardscape
d. Continuous Park Maintenance at Service Level B for Mulchscape
e. Continuous Park Maintenance at Service Level C for Groundcover
f. Continuous Park Maintenance at Service Level C for Turf
g. Continuous Park Maintenance at Service Level C for Hardscape
h. Continuous Park Maintenance at Service Level C for Mulchscape
i. Continuous Park Maintenance at Service Level D for Groundcover
j. Continuous Park Maintenance at Service Level D for Turf
k. Continuous Park Maintenance at Service Level D for Hardscape
l. Continuous Park Maintenance at Service Level D for Mulchscape
d) The Estimated Annual Quantity given in the proposal is approximate, being given as a basis for the
comparison of bids only, and the City does not, expressly or by implication, agree that the actual amount
of work will correspond therewith, but reserves the right to increase or decrease the amount of any class
or portion of the work, or to omit any portion of the work, as may be deemed advisable or necessary by
the Public Works Services Director.
e) Whenever the Contractor is required to perform work or furnish equipment, labor, tools, and materials
of any class for which no price is fixed in the Proposal, it shall be understood that such work, equipment,
labor, tools, and material shall be provided without extra charge, allowance, or direct payment of any
kind. The cost of performing such work or furnishing such equipment, labor, tools, and materials shall
be included in the unit bid prices in the proposal and no additional compensation will be made,
therefore.
f) On or about the first day of each month, the Contractor shall present an invoice for the previous month
for the contracted monthly amount. The invoice shall include the account number for each and the
Page 223
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 22 of 59
purchase order number for this contract.
g) Included with the monthly and/or material invoices will be notations of the routine work functions
accomplished during that period that occur on frequencies greater than one month, e.g. quarterly or
semi-annually, such as fertilization in accordance with Schedule I, chemical application. The quantity
invoiced and paid shall be the total square feet shown in the Bid except that the Public Works Services
Director shall have the right to increase or decrease the total quantity based upon documented field
measurements.
h) The Public Works Services Director will make payment monthly after verification of completion. Sites
which, in the opinion of the Public Works Services Director, have not been maintained in accordance
with the Contract Special Provisions will be deducted from the monthly payment in accordance with
section 4.15, Deductions.
i) Extra work shall be separately invoiced in accordance with the hourly rates and unit prices provided in
the supplementary "Extra Work Schedule" of the contract bid.
j) Draft extra work reports per Maintenance District should be delivered to the Public Works Services
Director prior to invoice preparation. The purpose of which is to expedite the invoicing and payment
process, and to approve the work for completion and payment.
4.2.15. DEDUCTIONS
Deductions from monthly payments shall be divided into three categories: Performance on Schedule, Deficient
Performance and Non-Performance.
Payment deductions shall not be construed a penalty but as adjustment of payment to the Contractor for only
the work performed, or as the cost to the City for inspection and other related costs from failure of the
Contractor to complete the work according to schedule.
a) Performance on schedule
Failure of the Contractor to timely perform will result in additional inspection and administrative costs
being incurred by the City.
The sum of One Hundred Dollars ($100.00) per site may be deducted from payments to the Contractor
for each calendar day where an item of work is not completed in accordance with the bi-weekly schedule
submitted pursuant to Section 4.12. This deduction applies individually to each scheduled task or subtask
listed herein that is not completed in accordance with the bi-weekly schedule.
The maximum deduction per month for “Performance on Schedule” shall be equal to fifty percent (50%)
of the total monthly contract price for routine maintenance.
Deductions for “Performance on Schedule” are, at the City’s option, in addition to or in lieu of other
remedies provided herein.
b) Deficient Performance
Level of Maintenance: In the judgment of the City, if the level of maintenance is less than that specified
herein, the City shall, at its option, in addition to or in lieu of other remedies provided herein, withhold
appropriate payment from the Contractor until services are rendered in accordance with specifications
Page 224
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 23 of 59
set forth within this document.
The contractor is required to correct deficiencies within the time specified by the City. If noted deficient
work has not been completed, payment for subject deficiency shall be deducted during the current
billing period and shall continue to be deducted in subsequent billing periods until deficiency is
corrected, without right to retroactive payments. The amount to be withheld per deficient site shall be
the amount paid for the entire site.
Minimum Manpower: Failure of the Contractor to comply with minimum required manpower, as listed
in Schedule IV, Tables 1, 2, 3, and 4 submitted with the proposal, shall result in a deficiency deduction.
The deduction shall be calculated by the following formula:
(Labor Hours Proposed - Labor Hours Provided) ÷ Labor Hours Provided × Monthly Rate = Deduction
Example:
Labor Hours Proposed: 100
Labor Hours Provided: 80
Monthly Rate: $1,000
(100-80) ÷ 100 × $1,000 = $200 Deduction
Other deficiencies: Examples include, but are not limited to, failure to comply with conditions,
specifications, reports, schedules and/or directives from the Public Works Services Director. Any such
deficiency will result in a deficiency deduction of One Hundred Dollars ($100.00) per instance per
working day.
The maximum cumulative deduction per month for “Deficient Performance” shall be equal to the sum
of the monthly fees for all locations.
Deductions for “Deficient Performance” are, at the City’s option, in addition to or in lieu of other
remedies provided herein.
c) Non-Performance
Schedules: Failure to provide bi-weekly schedules in compliance with the contract specifications may
result in a deficiency deduction of fifty Dollars ($50) per calendar day.
Reports: Failure to provide reports in compliance with the contract specifications may result in a
deficiency deduction of fifty Dollars ($50) per calendar day.
Notifications: Failure to provide notifications to in compliance with the Contract Specifications may
result in a deficiency deduction of One Thousand Dollars ($1,000) per instance.
4.2.16. DEFICIENT PERFORMANCE – NOTIFICATION AND CORRECTIVE ACTION
a) The Contractor shall be notified both verbally and in writing, each time its performance is unsatisfactory
and corrective action is necessary.
b) Upon notification of deficient performance, the Contractor will be immediately subject to the deductions
listed in Section 4.15. Deductions.
c) The Contractor shall complete corrective action within the following time frames following notification:
a. Weekly Duties
Page 225
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 24 of 59
i. Deficient performance of Weekly Duties shall be corrected during the first working day
following notification of deficiency.
ii. If corrective work is completed during the first working day following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
b. Bi-Weekly Duties
i. Deficient performance of Bi-Weekly Duties shall be corrected within two working days
following notification of deficiency.
ii. If corrective work is completed within two working days following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
c. Monthly Duties
i. Deficient performance of Monthly Duties shall be corrected within four working days
following notification of deficiency.
ii. If corrective work is completed within four working days following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
d. Bi-Monthly Duties
i. Deficient performance of Bi-Monthly Duties shall be corrected within eight working days
following notification of deficiency.
ii. If corrective work is completed within eight working days following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
e. Quarterly, Semi-Annual, and Annual Duties
i. Deficient performance of Quarterly, Semi-Annual, and Annual Duties shall be corrected
within ten working days following notification of deficiency.
ii. If corrective work is completed within ten working days following notification of
deficiency, the deductions outlined in Section 4.15.b, Deficient Performance, shall be
waived.
4.2.17. WORK SITES
• Heritage Park: 5546 Beryl Street
• Red Hill Park: 7484 Vineyard Avenue
Reference is also made to the maps included in Appendix B.
4.2.18. ADDITIONS
During the term of the contract, landscapes may be added to or deleted from this contract. In addition, sites
may be modified, or the landscape area audited, and the inventory adjusted accordingly. The Contractor will be
Page 226
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 25 of 59
given no less than fifteen (15) calendar days’ notice prior to any changes to the inventory and pay quantities.
Further, the Contractor may have the option of accompanying the City inspector on final inspection, prior to
acceptance of the site, to comment about the condition of the site. Payment shall be adjusted based on the
unit costs listed in the proposal.
4.2.19. QUALITY OF WORK
All work shall be performed in accordance with the service level for which the work is contracted, and the best
irrigation and landscape maintenance practices shall be implemented to provide aesthetically pleasing, healthy
and safe parkways, paseos and medians. The Public Works Services Director or his representative shall be the
sole judge as to the adequacy and quality of maintenance.
All materials, equipment and supplies used to repair and maintain devises and materials pursuant to the
specifications for Landscape and Irrigation Maintenance for Pd 85 Parks shall meet current City standards for
the individual landscape sites.
4.2.20. INSPECTIONS
Scheduled on a specific day of the week and on a semi-monthly basis during the middle of the month, the
Contractor or their representative will walk and/or drive the project with the Public Works Services Director or
their representative for the purpose of determining compliance with the specifications or to discuss required
work. Any specific problem area which does not meet the conditions of the specifications set forth herein shall
be called to the attention of the Contractor and, if not corrected within the timeframes listed in section 4.16(c),
shall be deducted in accordance with Section 4-15, Deductions.
4.2.21. REPLACEMENT OF LANDSCAPE MATERIALS & CITY PROPERTY
The Contractor shall be responsible for replacement of dead plants, City property, and any other items deemed
necessary due to contractor negligence. This includes (but is not limited to) trees, shrubs, and turf damaged by
untrained or negligent equipment operators, fencing damaged by mower operator negligence, or the failure of
the contractor to provide water to plant material. This includes sites where the irrigation cannot be repaired
in a reasonable amount of time even in circumstances beyond the contractor’s control. If the irrigation cannot
be repaired in a reasonable amount of time and it is out the contractor’s control, then the contractor shall use
alternative irrigation methods including but not limited to a water tender, station masters, renting hydrant
meters, etc. This type of temporary alternative irrigation shall be approved and paid as an extra by the City.
4.2.22. UTILITY BILLS
The City shall bear all the costs for water and electricity used on the sites covered by this contract as billed on
the regular monthly invoices received by the City from the utility agencies.
Page 227
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 26 of 59
4.2.23. CONFORMING TO STATE AND FEDERAL GUIDELINES FOR STORMWATER POLLUTION PREVENTION
State and Federal guidelines for storm water pollution prevention are known as Best Management Practices
(BMP’s). These practices will help reduce groundwater contamination and pollution to our wetlands, beaches,
and coastlines. Since Landscaping can and does contribute to storm water pollution, BMP guidelines taken from
the California Storm Water Quality Association’s Handbook are provided for the Contractor’s reference. In
addition, these BMPs shall be reviewed with any new employee before he begins work in the field, and with all
crews on at least an annual basis. (See Appendix C)
4.2.24. PERMITS
Prior to the start of any work, the Contractor shall obtain the applicable City permits and plan for City
inspections. The City will issue the permits at no charge to the Contractor. The Contractor and all subcontractors
shall each obtain a City business license and shall be licensed in accordance with State Business and Professions
Code. The Contractor shall also obtain any and all other permits, licenses, inspections, certificates, or
authorizations required by any governing body or entity.
4.2.25. WORK AREA TRAFFIC CONTROL
4.2.25.1. TRAFFIC CONTROL PERMIT
The Contractor shall prepare a permit application for street CLOSURE AND SHALL ATTACH TWO COPIES OF THE
PROPOSED TRAFFIC CONTROL signing, barricading and/or detour routing. The permit application and
accompanying attachments shall be reviewed by the City Traffic Engineer. Upon the Traffic Engineer's approval,
a no-fee Street Closure Permit shall be issued. No Street Closure, Lane Closure, Detour or other work requiring
traffic control shall commence prior to issuance of said permit.
4.2.25.2. SIGNS, BARRICADES, AND DELINEATORS
The Contractor shall provide and install barricades, delineators, warning devices and construction signs in
accordance with the current California Joint Utility Traffic Control Manual (CJUTCM) published by the California
Inter- Utility Coordinating Committee, the Work Area Traffic Control Handbook (WATCH) and the current
Caltrans Manual of Traffic Controls for Construction and Maintenance Work Zones unless otherwise approved
by the Engineer. During adverse weather or unusual traffic or working conditions additional traffic devices shall
be placed as directed by the Engineer.
4.2.25.3. TRAINING
Upon award of the contract and before work can begin within the public right-of-way, the contractor shall
provide written proof of work zone safety training of all supervisory staff. The contractor will be responsible for
all work zone safety inspections and regular training of all staff setting up any traffic control.
Page 228
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 27 of 59
4.2.26. ROUTINE MAINTENANCE
See section 4-14 for information on payment for routine maintenance tasks not listed on the cost proposal
sheet.
4.2.26.1. TURF MAINTENANCE
a) Mowing
The Contractor shall use mulching-type mowers that are approved prior to use by the Public Works Services
Director. An example of the completed work done by each mulching mower must be presented for approval
to the Public Works Services Director. Regardless of the season, the mowing height of tall fescue shall be 2 ½
to 3” unless directed otherwise by the Public Works Services Director. All equipment shall be well maintained,
adjusted properly, and blades shall always be kept sharp.
All turf and adjacent hardscape areas are required to present a neat, clean, and relatively debris free
appearance upon the completion of the mowing project for the day. Since this contract requires the use of
mulching type mowers, this may require that accumulated debris including leaves, trash, tree bark, branches,
twigs, etc. be removed from the turf and surrounding hardscape areas prior to mowing.
Mowing dates shall be set on the Maintenance Schedule Chart to provide the required number of mowings
per year. Work shall be performed on the same day each week. Mowing days will be coordinated with the
City so that, if possible, mowing occurs 1 day prior to street sweeping. Street sweeper schedules will be
provided to the contractor by the City Representative upon request. All mowing missed due to inclement
weather shall be rescheduled within 3 working days on the weekly schedule and within 7 days on the biweekly
schedule. If weather or ground conditions persist, the Public Works Services Director may change the annual
schedule to allow fewer than the required number of mowings per year.
Mowing Frequency
Service Level B - All turf areas shall be mowed once per week during the period of March 1st through
October 31st; and as required during the period November 1st through February 28th (February 29th in
leap years).
Service Level C - All turf areas shall be mowed every other week during the period of March 1st through
October 31st; and as required during the period November 1st through February 28th
(February 29th in leap years).
Service Level D - All turf areas shall be mowed once per month throughout the year.
b) Edging
All turf grass borders including but not limited to valve boxes, curbs, mow curbs, pads, headers, turf and
planter interfaces without headers, sidewalks, and tree wells, shall be neatly and uniformly edged
concurrently with every mowing. Mechanical methods shall be used except where physically not possible or
Page 229
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 28 of 59
practical. Tree wells and valve boxes in turf areas shall be trimmed concurrently with each mowing. Trimming
shall be done in a manner to prevent any damage to the tree trunk. "Arbor-Guards" or approved equal shall
be kept in place at all times on all tree trunks 4” in diameter or less within turf areas. Bare-soil tree wells are
required in all turf areas and shall be maintained by chemical, not mechanical means.
Edging Frequency
Service Level B - Concurrent with mowing, the contractor shall edge all turf grass borders once per week
during the period of March 1st through October 31st; and as required during the period November 1st
through February 28th (February 29th in leap years). In addition, an edger with a metal blade will be
required for use on all turf grass borders at least once per month during the period of March 1st through
October 31st.
Service Level C - Concurrent with mowing, the contractor shall edge all turf grass borders every other week
during the period of March 1st through October 31st; and as required during the period
November 1st through February 28th (February 29th in leap years). An edger with a metal
blade will not be required as part of the turf maintenance program at Service Level C.
Service Level D - Concurrent with mowing, the contractor shall edge all turf grass borders once per month
throughout the year. An edger with a metal blade will not be required as part of the turf
maintenance program at Service Level D.
c) Fertilization
Fertilizer shall be applied in such a manner as to insure uniform coverage with minimum overlap. Turf shall
be free of moisture at the time of application. Application of the fertilizer shall be done in sections coinciding
with the areas covered by the timing stations on the automatic controllers in order that the soil may be
thoroughly moistened immediately after the broadcast of fertilizer.
All damages resulting from the use of unauthorized fertilizers or improper watering after fertilization shall be
repaired or replaced at the expense of the Contractor.
Fertilization Frequency
Service Level B - The contractor shall fertilize all turf areas in accordance with Schedule I.
Service Level C - The contractor shall fertilize all turf areas in accordance with Schedule I.
Service Level D - Fertilization of turf areas is not required as part of routine maintenance.
The City may request fertilization in addition to the above-described work. Any additional fertilization
requested requires written pre-authorization by the Public Works Director or his agent and will be paid as
extra work.
d) Aeration
Aeration Frequency
Service Level B - The Contractor shall not be required to aerate turf areas.
Service Level C - The Contractor shall not be required to aerate turf areas.
Service Level D - The Contractor shall not be required to aerate turf areas.
Page 230
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 29 of 59
e) Overseeding (Overseeding requires written pre-authorization by the Public Works Director or his agent
and will be paid as extra work.)
All overseeding shall be done with a seed type or blend approved by the Public Works Services Director. The
Contractor shall over seed where needed in such a manner as to insure uniform growth with minimum bare
areas. One month prior to overseeding, the Contractor shall notify the Public Works Services Director for
approval of scope of work.
Overseeding will be scheduled either in early fall or early spring. Fertilization and overseeding will be
concurrently applied.
Prior to overseeding, the area will be dethatched as required.
Grass seed shall be applied at the rate specified on the label for the type of seed being used. Seed quality
shall meet the following criteria: Minimum purity shall be 98% weed free for all grasses; minimum
germination rate shall be 85% for all grasses; no seed shall be applied without prior verification of seed mix
and quality by the Public Works Services Director.
Once seed has been applied, the contractor shall firm the soil and cover the seed with a high-quality compost
top dressing to prevent erosion and reduce evaporation of soil moisture.
Pre-emergent herbicide applications shall be applied no sooner than three (3) mowings following seed
germination. Overseeding shall not be done within at least four months of any pre-emergent herbicide
application or as directed on the pesticide label – whichever length of time is greater.
4.2.27. SHRUB, GROUNDCOVER, DECOMPOSED GRANITE (DG) AND VINE MAINTENANCE
4.2.27.1. SHRUB MAINTENANCE
Note: Shrub maintenance shall be performed at the service level for which ground cover maintenance is
contracted. Payment for shrub maintenance shall be included in the price proposed for groundcover
maintenance.
All shrubs growing in the work areas shall be pruned, as specified herein, to consistently maintain plants in a
healthy, growing condition, and to maintain plant growth within reasonable bounds to prevent encroachment
of passageways, walks, adjacent properties, streets, view of signs, traffic or in any manner deemed
objectionable by the Public Works Services Director. Dead or damaged limbs or branches shall be removed
immediately, and all pruning cuts shall be made cleanly with sharp pruning tools, with no projections or stubs
remaining.
Page 231
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 30 of 59
Shrub Maintenance Frequency
Service Level B - The Contractor shall shear all shrubs as often as required such that each shrub is attractive
and neat without encroaching upon any adjacent improved area, street, or sidewalk, or otherwise becoming
a public hazard. Shearing shall be done in a manner to permit plants to grow in accordance with their natural
growth characteristics. Shrubs shall not be individualized and/or sheared into “boxed,” “balled” or any other
unnatural shapes.
The Contractor shall fertilize the entire shrub planter once per year using 15-15-15 with
trace elements or approved equal. All other applications that may be requested by the
Public Works Director shall be paid as extra work. Fertilization periods shall be recorded
on the Maintenance Schedule Chart.
Service Level C - The Contractor shall shear all shrubs two times per year in the spring and fall such that
each shrub is attractive and neat without encroaching upon any adjacent improved area,
street, or sidewalk, or otherwise becoming a public hazard. Shearing shall be done in a
manner to permit plants to grow in accordance with their natural growth characteristics.
Shrubs shall not be individualized and/or sheared into “boxed,” “balled” or any other
unnatural shapes.
The Contractor shall not be required to fertilize shrubs at “C” level.
Service Level D - The Contractor shall shear all shrubs one time per year in the fall or whenever the City
Public Works Director (or his agent) deems the shrub to be a hazard. Shrubs shall be
trimmed such that each shrub is attractive and neat without encroaching upon any
adjacent improved area, street, or sidewalk, or otherwise becoming a public hazard.
Shearing shall be done in a manner to permit plants to grow in accordance with their
natural growth characteristics. Shrubs shall not be individualized and/or sheared into
“boxed,” “balled” or any other unnatural shapes.
The Contractor shall not be required to fertilize shrubs at “D” level.
4.2.27.2. GROUND COVER MAINTENANCE
Trim ground cover adjacent to any hardscape, structure, fixture, plant, or other area into which it should not
encroach including, but not limited to, walks, walls, curbs, mow curbs and fences as required for general
containment to present a neat, clean appearance of the planter and surrounding hardscapes within the
landscape site.
All sidewalks, mow curbs, boxes, etc. shall be edged completely with all remaining soil, groundcover and other
debris removed completely off these surfaces. A flat shovel will often be required to conform with this
specification.
Any paper, litter, or other debris including, but not limited to, excessive pine needles or leaf litter, large rocks,
or anything else that accumulates in ground cover areas, shall be picked up concurrent with trimming.
Page 232
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 31 of 59
Keep ground cover trimmed back from all controller units, valve boxes, quick couplers, or other appurtenances
or fixtures. Do not allow ground covers to grow up trees, into shrubs, or on structures or walls. Keep it trimmed
back approximately 4 inches from structures or walls. Coordinate trimming around base of shrubs/trees with
the City Representative.
Bare soil areas shall be replanted, composted, or wood chipped as directed. Coordinate replanting/chipping
with the City Representative. The contractor shall pay the costs to replant/mulch bare soil areas caused by
contractor negligence. Negligence includes (but is not limited to) the failure to provide water to sites that cannot
be repaired in a reasonable amount of time due to circumstances beyond the control of the contractor.
Groundcover Maintenance Frequency
Service Level B - The Contractor shall on a monthly basis trim ground cover adjacent to any hardscape,
structure, fixture, plant or other area into which it should not encroach.
The Contractor shall on a bi-weekly basis clean any accumulated debris and trash from all
ground cover areas.
The Contractor shall fertilize 100% of all ground cover areas once per year in the spring
with 15-15-15 or approved equal. All other applications that may be requested by the
Public Works Director shall be paid as extra work. Fertilization periods shall be recorded
on the Maintenance Schedule Chart.
The Contractor shall at the direction of the Public Works Services Director, edge any
groundcover deemed a public safety hazard.
The Contractor shall mechanically "bowl", as often as is required, around all irrigation
heads that are blocked by ground cover.
Service Level C - The Contractor shall on a bi-monthly basis trim all ground cover adjacent to any
hardscape, structure, fixture, plant, or other area into which it should not encroach.
The Contractor shall on a bi-weekly schedule clean any accumulated debris and trash from
all ground cover areas.
The Contractor shall not be required to fertilize ground cover.
The Contractor shall at the direction of the Public Works Services Director, mow, or
otherwise lower, to a height of three inches all ground cover that is a fire hazard.
The Contractor shall at the direction of the Public Works Services Director, edge any
groundcover deemed a public safety hazard.
The Contractor shall mechanically or chemically "bowl" as often as is required around
each irrigation head that is blocked by ground cover.
Service Level D - The Contractor shall on a monthly basis trim all ground cover adjacent to any hardscape,
structure, fixture, plant or other area into which it should not encroach.
The Contractor shall on a monthly schedule clean any accumulated debris and trash from
all ground cover areas.
Page 233
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 32 of 59
The Contractor shall not be required to fertilize ground cover.
The Contractor shall at the direction of the Public Works Services Director, edge any
groundcover deemed a public safety hazard.
4.2.27.3. DECOMPOSED GRANITE (DG)
To reduce water use, maintenance, and run-off; some areas within this contract may currently (or in the future)
contain relatively small areas of DG as a landscape element. These relatively low maintenance areas are
contained within the landscape and do not include equestrian and walking trails. DG areas shall be inventoried
and paid at the same monthly unit cost as groundcover.
Any paper, litter, rocks, trash, or other debris that accumulates in these DG areas shall be picked up at the
frequencies specified in Section 4.26.5, Debris and Trash Removal.
The Contractor shall provide complete and continuous control and/or eradication of all weeds, roots, suckers,
and pests. Pests include, but are not limited to insects, other invertebrates, and rodents. Pests may be
controlled by mechanical means as well as with chemicals.
The contractor shall provide maintenance of all non-trail DG surfaces within the landscape at no additional cost
to the City. Maintenance shall include but will not be limited to filling and compacting low areas, ruts, washed-
out areas, vandalized areas, and any other area deemed hazardous.
Maintenance shall include not only the repairs but shall also include the removal of eroded or contaminated DG
materials from sidewalks, drains, curbs, gutters, cobble, turf areas, planters, and any other areas where the DG
does not belong. Eroded DG materials shall not be re-used in the trails or landscape and these materials shall
be disposed of off-site at no additional cost to the City.
Surface repair materials shall be clean and uncontaminated stabilized California Gold DG maintained at Header,
sidewalk, and curb height. DG is available from Gail Materials in Corona, CA Phone no. (951) 667-6106.
Submittal of all DG materials to the Public Works Services Director (or his agent) is required prior to any and all
surface repairs. Materials placed without prior approval that do not meet City specifications will be removed
and replaced at the expense of the contractor.
Proper placement will require good preparation, wetting and compaction. DG shall be placed, wetted, and
compacted at no more than 2” of lift at a time. In some cases, an additional lift may be required for the repair.
Remove rocks, debris and loose materials and grade smooth. For each 2” of lift, spread the material over the
area and grade level and smooth. Take the time necessary to thoroughly water the entire area to ensure the
entire depth and profile is moist. Use a shovel to confirm moisture depth. Once properly wetted, roll, vibra-
plate, or tamp the surface and allow enough time to dry. The surface shall be flush with all curbs, walks, headers
Page 234
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 33 of 59
and drains. In some instances, it may be necessary to build the material ¼” higher than the hardscapes to
promote proper drainage.
Decomposed Granite Surface Repair Frequency
Service Level B - Surface repairs shall be performed in May when the rainy season has ended, or when it
has been determined by the Public Works Services Director (or his agent) that there is an immediate
safety hazard. The off-site removal and disposal of eroded DG materials shall be complete and
continuous as required.
Service Level C - Except for the removal of eroded materials, surface repairs will be completed by City
crews. The off-site removal and disposal of eroded DG materials shall be performed by
the contractor completely and continuously as required.
Service Level D - Removal of eroded materials and surface repairs will be completed by City crews.
4.2.27.4. VINE MAINTENANCE
Vines are to be maintained such that they always present a neat appearance and are not a public hazard.
To help prevent vines from falling off the wall, vines are to be trimmed and maintained closely to the wall to
which they are attached.
Vines that are not growing over the top of a wall will not be allowed to grow over the top.
Vines that are growing over the top of a wall will be neatly trimmed on the city side and along the top without
allowing clippings to fall onto the homeowner's side.
Cut as few vines growing over to the homeowner's side as is necessary to achieve a neat appearance on the top
of the wall but attempting not to kill the vines on the homeowner's side. If a homeowner requests that the
City's vines be removed from the homeowner's side, remove them by pulling the vines from the homeowner's
side to the City side and trimming off the excess.
In addition to trimming vines at the top of the wall, vines shall also be trimmed along the bottom of the wall to
prevent them from encroaching into and damaging irrigation, groundcover, hardscapes, trees, shrubs, trails,
and sidewalks.
The Contractor will not remove any vines from the homeowner's side without the homeowner's permission.
The Contractor will reattach to a wall any vines that fall off a wall by using the attachments detailed on City
Standard Plan #510.
Vine Maintenance Frequency
Service Level B - The Contractor shall trim vines twice per year in March and September.
Page 235
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 34 of 59
The Contractor shall immediately re-attach to a wall or fence any vines that fall off a wall
by using the attachments required on the construction plans for the site.
Concurrent with March and September vine trimming, the Contractor shall twice per year
remove vines that grow into undesirable places such as groundcover, hardscapes, trees,
or shrubs.
Service Level C - The Contractor shall trim vines once per year in Fall.
The Contractor shall re-attach to a wall or fence once per year in Fall vines that fall off the
wall by using the attachments required on the construction plans for the site.
The Contractor shall annually, in Fall, remove all vines that grow into undesirable places
such as groundcover, hardscapes, trees or shrubs.
Service Level D - The Contractor shall trim vines once per year in Fall, or whenever the vines present a
public safety hazard.
4.2.27.5. TREE MAINTENANCE
a) All trees in the work site shall be maintained in their natural shapes. Work shall be accomplished in a
manner which will ensure that each individual tree is carefully maintained as described in Appendix A,
Pruning Standards, to promote the health and appearance of the tree. All work shall be of the highest
quality, performed in accordance with the International Society of Arboriculture's (ISA) standards. The
Contractor shall only be responsible for tree pruning as called out herein. Tree work not described herein
will be the responsibility of the City’s Urban Forestry Division and their tree maintenance contractor.
b) Low branches overhanging park and paseo maintenance driveways, and all streets shall be raised to a
height of thirteen (13) feet above street grade. Low branches overhanging sidewalks and parkways shall
be raised to a height of nine (9) feet above grade. Tree branches overhanging equestrian trails shall be
raised to a height of ten (10) feet.
c) Young trees that need training shall be pruned on a continuing basis as needed. Under no circumstances
will stripping of lower branches (raising up) of young trees be permitted. Lower branches shall be
retained in a "tipped back" or pinched condition with as much foliage as possible to promote
establishment, increased caliper, and a strong tapered trunk. If there are any doubts or questions,
contract the Public Works Services Director or his representative.
d) On all newly planted and unestablished trees (except for palms) Agriform 20-10-5 Plant Tablets (or
approved equal) shall be applied as per the manufacturer's directions. All Date Palms shall be fertilized
in spring and fall with an approved Palm specific fertilizer. Fan Palms shall not be fertilized unless
otherwise directed by the Public Works Director.
e) The Contractor shall bring to the attention of the Public Works Services Director within twenty-four (24)
hours any tree that shows signs of root heaving, leaning, having hanger limbs, or for any reason is a
safety hazard.
f) The City shall bear all costs for the removal and replacement of dead or dying trees unless the need for
removal was due to faulty maintenance or negligence. Faulty maintenance or negligence includes (but
Page 236
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 35 of 59
is not limited to) mower and string-trimmer damage. The Contractor, as determined by The Public Works
Services Director, shall replace trees requiring replacement due to faulty maintenance or negligence.
Replacement shall be made by the Contractor in the kind and size of trees as determined by the Public
Works Services Director. Where there is a difference in value between the trees lost and the
replacement of trees, this difference will be deducted from the contract payment. In all cases, the value
of the trees lost will be determined by the Public Works Services Director using the latest edition of ISA’s
“Guide for Plant Appraisal” written by the Council of Tree and Landscape Appraisers.
g) All trees requiring staking shall always be securely staked with two approved stakes set perpendicular to
prevailing NE winds and secured to the stakes with at least two flexible ties and approved by the Public
Works Services Director. The ties and stakes shall be inspected regularly to ensure against girdling and
abrasion. Stakes shall not be allowed to touch the trunk or any major lateral branches. Therefore,
reducing the height of the stakes may be required to prevent damage. Stakes shall be removed as soon
as it is determined that a tree can stand on its own without support. Should 36-inch box or larger sized
trees need guying, the cost shall be paid by the City.
h) Except for irrigation, debris removal, and fall and spring fertilization, the City shall perform all
maintenance on palm trees within the worksite.
Tree Maintenance Frequency
Service Level B - Low branches overhanging park and paseo maintenance driveways, streets, sidewalks,
parkways, and equestrian trails shall continuously be maintained at the following heights above grade:
• Low branches overhanging park and paseo maintenance driveways, and all streets
shall be raised to a height of thirteen (13) feet above street grade.
• Low branches overhanging sidewalks and parkways shall be raised to a height of
nine (9) feet above grade.
• Tree branches overhanging equestrian trails shall be raised to a height of ten (10)
feet above grade.
Low hanging tree branches shall be trimmed as required as to not encroach onto shrubs
and surrounding plant materials as well as provide an aesthetically pleasing appearance.
The Contractor shall maintain young trees in a "tipped-back", not stripped, condition.
The Contractor shall maintain the staking for each tree requiring staking in accordance
with the current City tree planting standard.
All tree hazards that are beyond the scope of the specifications of this contract shall be
immediately reported to the Public Works Service Director or his representative.
Service Level C - As often as required for safety purposes, low branches overhanging park and paseo
maintenance driveways, streets, sidewalks, parkways, and equestrian trails shall be raised
to the following heights above grade:
• Low branches overhanging park and paseo maintenance driveways, and all streets
shall be raised to a height of thirteen (13) feet above street grade.
Page 237
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 36 of 59
• Low branches overhanging sidewalks and parkways shall be raised to a height of
nine (9) feet above grade.
• Tree branches overhanging equestrian trails shall be raised to a height of ten (10)
feet above grade.
Low hanging tree branches shall be trimmed in Fall as to not encroach onto shrubs and
surrounding plant materials as well as provide an aesthetically pleasing appearance.
hanging tree branches shall be trimmed as required as to not encroach onto shrubs and
surrounding plant materials as well as provide an aesthetically pleasing appearance.
All tree hazards that are beyond the scope of the specifications of this contract shall be
immediately reported to the Public Works Service Director or his representative.
Young trees requiring staking or training shall be reported to the Public Works Services
Director.
Service Level D - As often as required for safety purposes, low branches overhanging park and paseo
maintenance driveways, streets, sidewalks, parkways, and equestrian trails shall be raised
to the following heights above grade:
• Low branches overhanging park and paseo maintenance driveways, and all streets
shall be raised to a height of thirteen (13) feet above street grade.
• Low branches overhanging sidewalks and parkways shall be raised to a height of
nine (9) feet above grade.
• Tree branches overhanging equestrian trails shall be raised to a height of ten (10)
feet above grade.
All tree hazards that are beyond the scope of the specifications of this contract shall be
immediately reported to the Public Works Service Director or his representative.
Young trees requiring staking or training shall be reported to the Public Works Services
Director.
4.2.28. IRRIGATION MAINTENANCE
4.2.28.1. GENERAL
a) Irrigation shall be done using automatic sprinkler systems where available and operable. However,
failure of an existing irrigation system to provide full and proper coverage shall not relieve the Contractor
of the responsibility to provide adequate irrigation with full and proper coverage to all areas within the
work site. Providing full and adequate coverage may require hand watering, a station master, a battery
backup, or a water tender. This type of watering may be billed as an extra on a case-by-case basis
depending upon the circumstances. Failure to comply with this specification resulting in loss of plant
material will be subject to the remedies in section 4.21, Replacement of Landscape Materials & City
Property. Field controllers are installed for scheduling. The field controllers communicate with a central
computer to receive daily evapotranspiration data.
b) The irrigation schedule for each controller will be set by the City’s Water Management Team along with
Page 238
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 37 of 59
regular input from the contractor's account manager. The elements of the schedule to be set by City
Staff are days of the week to irrigate, start times, finish times, minutes per cycle, soak in times, demand
and percentage of daily evapo-transpiration per station and assignment of stations to programs. These
settings will be done within the guidelines established by the City.
c) The Contractor will be expected to use the absolute minimum amounts of water in all areas required to
maintain healthy plant growth. With regular required contractor input, the Water Management Team
will adjust the soil depletion numbers and percentages of evapo-transpiration for each station on the
field controller to ensure that the zone covered by each station is not too dry or too wet.
d) The Contractor shall periodically inspect the operation of the systems for any malfunction. The
Contractor shall maintain all sprinkler systems, at no additional cost to the City, in such a way as to
guarantee proper coverage and full working capability; and make whatever adjustments may be
necessary (including raising the sprinkler heads to the proper height) in order to provide proper irrigation
to plants and to prevent excessive runoff into street rights-of-way or other areas not meant to be
irrigated.
e) The periodic inspections may occur more often, but not less frequently than one inspection each week.
No watering shall be done during the day unless approved by the Public Works Services Director. The
Contractor must provide adequate personnel to observe any irrigation system operations during the day.
f) In addition to the weekly inspections, written quarterly irrigation system reports will also be required for
each landscape site in the contract. Reports shall include but are not limited to the following information:
name of inspector, site number, date, recommended schedule changes, recommended upgrades, soil
moisture and depth, repairs made, repairs needed, overall coverage and distribution, and overall
condition of the turf, planters, and trees. Reports shall be attached to the monthly routine billing and
will be required for monthly payment.
g) Sprinkler heads will be kept clear of overgrowth that may obstruct operation. Chemical edging with
herbicides around turf heads will not be permitted. However, an approved plant growth regulator may
be used.
h) Any damages to public or private property resulting from excessive irrigation water or irrigation water
runoff shall be charged against the contract payment unless immediate repairs are made by the
Contractor to the satisfaction of the Public Works Services Director.
i) The centralized irrigation control will be operated by City employees. The field controllers communicate
alerts to the Centralized irrigation control.
4.2.28.2. SHRUB BEDS & PLANTER AREAS
Shrub beds and planter areas shall be irrigated as required, to maintain horticulturally acceptable growth and
color, and to promote deep rooting. Irrigation rates for shrub and planter areas shall be applied in such a
manner as to keep surface runoff at a minimum. The irrigation rates shall be adjusted to the needs of shrub
types, seasons, weather conditions, and water budget.
Page 239
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 38 of 59
4.2.28.3. TURF AREAS
Turf areas shall be irrigated as required to maintain acceptable growth and color. Turf areas shall be maintained
using the least amount of water possible. These low water use specifications will cause some slight stress.
However, if horticultural programs such as regular aerification, correct mower heights, proper fertility, weed
control, and required system maintenance/programming is implemented, the stress should be mild enough for
the turf plants to recover quickly when irrigated. Irrigation shall be applied in such a manner as to reduce runoff
yet provide deep watering to promote deep rooting and improved drought resistance.
4.2.28.4. NEW PLANT MATERIALS
Newly planted trees, shrubs, ground cover and turf shall receive adequate and regular attention until these
plants are established. Adequate water shall be applied to promote normal, healthy growth. Proper berms or
basins shall be maintained during the establishment period. Routine supplemental deep watering either by
quick coupler, water tender, or by the installation of a supplemental irrigation system will be required to avoid
dead plant material as well as the prevention of overwatering established plants located on the same hydro-
zone.
4.2.28.5. REPAIRS AND REPLACEMENT
Routine repairs to irrigation systems such as replacement of wiper seals, worn or broken nozzles, heads and
risers and other routine maintenance shall be completed by the Contractor at no cost to the City. Replaced or
newly installed irrigation heads shall be identical to the heads specified in the approved City Standard Plans
unless otherwise specified by the Public Works Services Director or his representative. Further, any other
irrigation work shall also conform to the current approved City Standard Plans. Any deviation from these plans
is considered a variance and all variances shall be approved in writing by the Public Works Services Director or
his representative prior to the commencement of any work.
Costs of repairs to backflow preventers, pressure lines, valves, irrigation pumps and controllers requires written
pre-authorization by the Public Works Director or his agent and will be paid as extra work. Additionally, costs of
repairs beyond the control of the Contractor such as vandalism, vehicular accidents, acts of nature, or other
events not deemed contractor negligence shall also be paid as extra work. Any irrigation repairs requested by
the Public Works Services Director (including but not limited to alerts) are required to be expeditiously corrected
within a reasonable amount of time.
4.2.29. PEST CONTROL
The Contractor shall provide complete control and/or eradication of all plant pests and weeds at the frequencies
specified herein. Pests include, but are not limited to, insects, mites, other invertebrates, pathogens,
nematodes, and vertebrates. Pests may be controlled by mechanical means as well as with chemicals. Chemical
controls may include plant growth regulators.
Page 240
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 39 of 59
Annually at the time of contract renewal, the Contractor shall submit a list for approval by the Public Works
Services Director of all chemical pesticides proposed for use under this contract. Attached to the list will be the
current label and safety data sheet (SDS), for each chemical on the list. Additionally, any changes or updates
made to this list shall be supplied to the Public Works Services Director as they are made. Materials included
on this list shall be limited to chemicals approved for use by the State of California Department of Food and
Agriculture. No chemical pesticide shall be applied until its use is approved in writing by the Public Works
Services Director. The application of chemicals shall conform to the current California Department of Food and
Agriculture regulations.
Use of all E.P.A. registered pesticides must be preceded by notification to the Public Works Services Director a
minimum of one week prior to the planned application date. The notification must be in writing and shall include
the pest control advisor's written recommendation and State of California Agriculture Pest Control Advisor
License number. A permit from the County Agricultural Commissioner's office to apply any restricted use
pesticide must be obtained, and a notice of intent shall be filed at least forty-eight (48) hours before applications
with the San Bernardino County Agricultural Commissioner's office as per State and County guidelines.
Only the safest, lowest odor and most environmentally friendly pesticides shall be used whenever possible. In
addition, integrated pest management techniques shall also be used whenever possible, e.g., use of approved
biological, mechanical, or exclusionary control methods.
The Contractor shall select and supply proper materials and licensed personnel and obtain any necessary
permits, licenses, registrations, and pest control advisor recommendations, to comply with City, County, State
or Federal regulations and laws. Copies of all County and State licenses, registrations, and permits required shall
be supplied to the Public Works Services Director on an annual basis. The contractor will assume responsibility
and liability for the use of all chemicals and their applications.
Spray pattern indicators or dye markers shall not be used anywhere within this contract without the expressed
written consent of the Public Works Services Director.
The Contractor's applicator shall hold a valid Qualified Applicator License or a Certified Commercial Applicator
Certificate, issued by the State of California Department of Food and Agriculture, and be certified, or licensed,
in at least Categories B and C. The Contractor must supply the City with a photocopy of the License or Certificate.
If subcontractors are used for any pesticide applications, photocopies of their License or Certificate, County
Registration and City Business License must be provided.
Pest control advisor recommendations shall be written for all types of chemical applications made in City parks
or rights-of-way. Recommendations shall be written on forms approved by the San Bernardino County
Page 241
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 40 of 59
Agricultural Commissioner and a copy shall be provided to the Public Works Services Director prior to the
application for his approval. All recommendations shall follow the guidelines set forth by the State and County
Departments of Food and Agriculture, regarding pest control advisor recommendations. Pest control
recommendations are registered by the County for one calendar year in January. Therefore, updated
recommendations shall be submitted every January.
Pesticide application records shall be kept on forms identical to the format provided in Schedule II. A copy of
each application form shall be provided to the City at the time of monthly invoicing.
Additionally, and prior to bid acceptance or contract renewal, the contractor shall provide to the Public Works
Services Director a schedule outlining a written annual integrated pest management plan describing what
products and/or alternative methods of pest control that will be scheduled each month. This monthly
information shall include:
• The target pest (gophers, grassy weeds, broadleaf weeds, shrub growth, insects, etc.)
• The type of control method to be used (mechanical, chemical, cultural)
• Where the method of control will be used (turf, hardscape, groundcover, mulchscape)
• The name of the product to be used (Roundup Pro, Dimension, Ronstar, etc.)
• The type of product to be used (Pre-emergent, PGR, insecticide, rodenticide, etc.)
• The application rate to be used (lbs. or ozs. per acre or per 1000 sq. ft.)
Pest Control Frequency
Service Level B - Complete and continuous control and/or eradication of all Landscape pests and weeds.
Service Level C - Complete, thorough, and consistent control and eradication of all Landscape pests and
weeds within the landscape every 90 days or whenever the Public Works Services Director
determines that a pest or weed problem has become a public health or safety hazard.
Complete, thorough, and consistent control of weeds shall include the use of pre-
emergent herbicides broadcast over the entire planter area, as well as post emergent
herbicides spot sprayed as required to achieve complete weed control. Complete,
thorough, and consistent weed control utilizing the proper selection and application of
herbicides on schedule, will result in a relatively acceptable level of control for this
reduced service level lasting the entire length of the 90-day period.
Service Level D - Complete, and thorough control and eradication of all Landscape pests and weeds within
the landscape two times per year (Spring and Fall) or whenever the Public Works Services
Director determines that a pest or weed problem has become a public health or safety
hazard. Complete and thorough, control of weeds shall include the use of pre-emergent
herbicides broadcast over the entire planter area, as well as post emergent herbicides
spot sprayed as required to achieve complete weed control.
Page 242
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 41 of 59
4.2.30. TRAIL MAINTENANCE
Some sites within the Parks will have trails. Trails are defined as any PVC fencing and/or headers delineating
one or both sides of a decomposed granite (DG) surface and the decomposed granite itself. Trail maintenance
and surface repairs may be required and will be paid as extra work. The scheduling of any trail repairs shall
occur at the direction of the Public Works Services Director. The City will be responsible for all other trail
maintenance within the Parks except for excessive irrigation runoff and encroaching plant material from
contractor-maintained landscapes; debris caused by landscape maintenance; eroded mulch and soil from
contractor-maintained sites, broken PVC fencing caused by Contractor negligence; and any other trail
maintenance problem caused by Contractor negligence.
a) All roadways and exercise stations surfaced with decomposed granite shall be maintained in a smooth,
safe, compacted condition.
b) At the City’s expense, decomposed granite shall be imported as necessary to maintain surfaces.
Imported decomposed granite shall meet or exceed the quality of the existing material, have a stabilizing
compound and must be approved by the Public Works Services Director prior to placement.
c) Any significant ruts or trail hazards must be immediately reported to the Public Works Services Director
or his representative.
4.2.31. HARDSCAPE MAINTENANCE
Hardscape is all masonry or rock materials on a site from the edge of the asphalt/curb and gutter to the tract
wall – the edge of the asphalt/curb and gutter shall include the crack or void between the asphalt and the
concrete. Hardscape includes features within the landscape such as curbs, mow curbs, cobblestones, concrete
pavers and concrete flowlines and sidewalks. All hardscape is to be maintained within the landscape site
(including sidewalks) at the frequencies listed below. Maintenance shall include keeping the hardscape clean,
debris- and weed free by using whatever approved methods are necessary. Graffiti removal is not required but
known instances of graffiti shall be reported immediately to the City Graffiti Hotline at 909-481-7999. Also, any
spills, stains or damage on the hardscape shall be reported to the Public Works Services Director or his
representative. This contract may or may not have hardscapes listed separately on a site inventory or paid
separately from the turf and groundcover areas. In either case, all hardscapes shall be maintained as part of
the landscape maintenance contract at the same service level as the adjacent landscape.
Service Level B - The Contractor shall on a bi- weekly basis, remove any weeds, trash and debris that
accumulates on the hardscape.
Service Level C - The Contractor shall, on a bi-weekly basis, remove any weeds, trash and or debris that
accumulates on the hardscape.
Service Level D - The Contractor shall, on a monthly basis remove any weeds, trash and or debris that
accumulates on the hardscape.
Page 243
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 42 of 59
4.2.32. MULCH CAPE MAINTENANCE
“Mulchscape” refers to formerly landscaped areas that have been renovated and removed from regular contract
maintenance. These areas will be covered with a layer of composted mulch and/or wood chips and use little or
no water. Any trees growing within the mulchscaped sites will remain after conversion. Additionally, some low-
maintenance shrubs and groundcover may remain whenever practical. Any maintenance on remaining
groundcover or shrubs within the mulchscaped areas may be billed as extra work. Maintenance of these areas
will include the following:
Service Level B - Mulchscaped areas will be consistently maintained on a weekly basis to present a neat
and clean appearance free of trash and accumulated debris.
In May of each year, mulch will be added to all mulchscaped areas as required to restore
the depth of mulch to three inches throughout each mulchscaped site. Submittals are
required for approval by the Public Works Services Director or his representative on all
materials prior to installation.
Service Level C - On a bi-weekly basis, mulchscaped areas will be maintained to present a neat and clean
appearance free of trash and accumulated debris.
When specified by the Public Works Services Director, mulch shall be applied by the
contractor to a depth of no less than three inches and billed as extra work. Submittals are
required for approval by the Public Works Services Director or his representative on all
materials prior to installation.
Service Level D - On a monthly basis, mulchscaped areas will be maintained to present a neat and clean
appearance free of trash and accumulated debris.
When specified by the Public Works Services Director, mulch shall be applied by the
contractor to a depth of no less than three inches and billed as extra work. Submittals are
required for approval by the Public Works Services Director or his representative on all
materials prior to installation.
4.2.33. SPORTS FIELD MAINTENANCE
Renovations
Sports fields may be renovated annually. Any renovations will be paid as extra work. The scheduling of the
annual renovation process shall occur at the direction of the Public Works Services Director which may change
yearly according to team’s schedules. The fields shall be closed to public access for a period of 8-12 weeks for
the renovation and re-establishment to occur. The field perimeters shall be fenced for this period of time.
The field perimeter shall be enclosed by installing temporary chain-link fencing. The fencing shall be 8 feet in
height and have gated vehicular access to the fields at all parks. Each field shall be gated individually to ensure
non-interference with track use during the renovation period. The chain-link fencing shall be installed and
removed at the Contractor’s expense. Installation and removal dates shall be set by the Public Works Services
Page 244
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 43 of 59
Director. All fence failures shall be repaired immediately at the Contractor’s expense.
4.2.34. PLAYGROUND MAINTENANCE
Playground Inspections
Routine inspections shall be conducted daily by a responsible, trained employee of the Contractor. The
Contractor shall inspect the playground areas for obvious safety concerns such as vandalism, necessary raking
of surfacing materials, missing signage, walkway debris, and hazard removal.
The Contractor shall inspect each piece of playground equipment in accordance with the High Frequency
Inspection form and guide provided by the Public Works Services Department. Documentation of High
Frequency Inspections may be performed using the High Frequency Form. Forms will be delivered on a daily
basis to the City’s Parks Facilities Maintenance Supervisor.
4.2.35. PICNIC AREA MAINTENANCE
Picnic tables, benches, slabs, cooking grills, sinks, trash containers and receptacles shall be cleaned and sanitized
weekly to ensure safe conditions for use by the public. Picnic tables and benches shall be checked for graffiti,
carvings, looseness of planks or braces, cleanliness and general need of repair. The Contractor’s observation of
the general need of repair or replacement of fixtures shall be immediately reported to the Public Works Services
Director orally and thereafter in writing.
Ashes partially burned charcoal, garbage and leftover food in and around cooking grills and picnic facilities shall
be removed. The entire picnic area shall be kept free of broken glass, cans, food, paper, and other debris. Picnic
areas shall be pressure-washed as directed.
4.2.36. HARD COURT MAINTENANCE
Hard playing court surfaces shall be swept on a weekly basis. The contractor will not be responsible for the
replacement of worn netting or wind screens.
4.2.37. RESTROOM MAINTENANCE
All restrooms shall be cleaned thoroughly in accordance with the following tasks, and all tasks shall be completed
prior to 8 a.m. unless otherwise specifically authorized by the Public Works Services Director. The City will be
responsible for locking the restrooms each night.
d) All stainless fixtures shall be cleaned at the scheduled interval specified below using a stainless cleaner
that removes hard water deposits, disinfects and polishes the fixtures.
e) Remove debris and trash, then sweep floor. Removed materials are not to be swept outside of the
restroom.
f) Wash down walls and floors as needed.
Page 245
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 44 of 59
g) Check and refill all toilet paper dispensers as needed.
h) Remove all graffiti using graffiti removal materials, other scrubbing techniques, or paint.
i) Remove spitballs, cobwebs, and other foreign materials from doors, walls, ceilings, partitions, vents, etc.
j) Perform high and low dusting of ledges, tops of partitions, etc. using a dampened cloth or other device.
k) Disinfect the inside of urinals and toilets.
l) Disinfect the top and bottom of toilet seats, fixtures, and surfaces of and surrounding each fixture.
m) Disinfect stall walls and other areas where hands are normally placed. Clean doors and door frames.
n) Disinfect around urinals, under sinks, around floor drains, and other areas where bacteria might breed.
o) Disinfect sinks.
p) Scrub sinks and wipe dry. Use a small scrub brush to clean corners, cracks, and narrow areas.
q) Scrub inside surfaces of toilets and urinals using a hard water cleaner that will remove hard water stains
and deposits. Be sure to scrub under the upper lip.
r) Scrub outside of toilets, urinals, and rear wall.
s) Wipe toilet seats, toilet bowls, urinals, and fixtures until dry.
t) Spot clean walls and scrub handprints, etc. from walls and partitions and wipe dry.
u) Disinfect and mop floors, making sure that corners, drains, areas around toilets, and feet of partitions
are thoroughly cleaned and there is no accumulation of dirt or other matter. Leave the floor as dry as
possible.
v) Deodorize the restrooms.
w) Immediately notify the Public Works Services Director of any irregularities or hazards.
x) If running water, broken fixtures, or plugged sewer lines cannot be normalized or isolated, the restroom
is to be locked, signed as “Closed for Maintenance,” and the Public Works Services Director immediately
notified.
y) Wash off any dirt clods, mud or foreign material from the outside of the restroom. Clean top and sides
of drinking fountains outside of restrooms and clear drains.
z) All areas are to be left clean and free of streaks, stains, film, debris, water spots, and odors. All fixtures
shall be clean, including piping.
aa) All leaking fixtures, clogged drains, stopped up or damaged basins, toilets, or urinals, and damaged or
inoperable lighting fixtures that cannot be repaired by the following shall be reported to the Public
Works Services Director: (a) tightened to stop leaks, (b) unclogged by using a “plumber’s helper” or short
“snake”.
The Contractor shall submit a list for approval by the Public Works Services Director of all cleaners, disinfectants,
and deodorizers proposed for use under this contract. Attached to the list will be the current label and material
safety data sheet for each product on the list. No product shall be used until its use is approved in writing by the
Public Works Services Director as appropriate.
Page 246
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 45 of 59
4.2.38. PIPE CHASE MAINTENANCE
Dust, clean and sweep all pipe chases. Immediately clean up any spills and keep each pipe chase neat and clean
at all times. Pipe chases may be utilized by the Contractor for storing Contractor’s equipment and supplies
which shall be arranged in an organized and neat manner.
4.2.39. DRINKING FOUNTAIN MAINTENANCE
Drinking fountains shall be cleaned by scrubbing, drying, and polishing the fixture. Stainless steel fountains shall
be cleaned with an approved stainless-steel cleaner that cleans, disinfects, removes hard water deposits and
polishes the fixtures.
Leaking fixtures shall immediately be reported to the Public Works Services Director orally and thereafter in
writing. For leaking fixtures, the water valve shall be turned off. The City shall be responsible for the repair or
replacement of drinking fountains and fixtures.
4.2.40. TRASH RECEPTACLE MAINTENANCE
There are an unspecified number of trashcans within this contract and additional trash cans may be added as
required. Trash containers shall be emptied. All trash shall be placed in the appropriate trash bins which are in
the trash enclosures located in the parking lots of each park. Trash containers shall be emptied by removal and
disposal of a plastic trash bag within the container and a new bag placed into the container. Plastic trash
container and pet waste bags shall be provided by the Contractor.
Prior to replacement of the plastic trash bags, the container shall be inspected for debris and offensive odors,
then cleaned and sanitized as needed. If insect infestations are noted, pest control measures shall be
undertaken by the Contractor. Any trash can with damage, missing lids, graffiti or vandalism shall be reported
to the Public Works Services Director immediately.
4.2.41. TRASH ENCLOSURE MAINTENANCE
All trash and accumulated debris within the enclosures shall be placed in the trash bin(s) each week or more
often as necessary. The enclosures shall be swept clean each week. The City shall be responsible for providing
all necessary trash bins and trash bin emptying.
4.2.42. GRAFFITI REMOVAL (ALL SERVICE LEVELS)
The Contractor shall be responsible for all minor graffiti removal within and around restrooms, playground and
picnic shelters. All materials and processes used in graffiti removal shall be non-injurious to surfaces and
adjacent park property and approved by CAL-OSHA and the Public Works Services Director. Appropriate surface
preparation shall be made on painted walls, and paint applied shall be the exact shade of color as existing paint,
Page 247
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 46 of 59
unless otherwise specifically approved by the Public Works Services Director. All paint shall be furnished by the
City.
All obscene and gang related graffiti shall be immediately reported to the Public Works Services Director and
removed within 24 hours. All other graffiti shall be reported and removed daily.
4.2.43. DRAINS (ALL SERVICE LEVELS)
The Contractor shall be responsible for periodic inspections of surface flowlines, intake grates, and under
sidewalk drains located within the landscaped areas. These drains shall be inspected during, prior to, and
following any rain event. Any debris or vegetation that could block the flow of water will require prompt
removal.
4.2.44. STORM DEBRIS CLEANUP
The City of Rancho Cucamonga is subject to frequent wind, rain, and other types of storms. The storms cause
an accumulation of debris on the contracted sites. The debris includes such items as downed trees, limbs,
leaves, tumbleweeds, trash, and soil deposits. Because it is impractical to perform routine maintenance
operations during and immediately following these storms, the Contractor shall promptly remove the debris
such that routine maintenance operations are practical. Because the Contractor is removing debris in lieu of
routine maintenance, the removal is at no extra charge to the City. In the case of an excessive accumulation of
debris that is attributable to another agency, such as blown sand from a recently graded site, the City will act to
have the responsible agency remove the debris. The cost for replanting new plant material to replace storm
damaged plant material that cannot be repaired will be an extra.
Emergency Storm Work Documentation and Tracking:
All costs borne by the City for emergency storm clean-up work may be subject to re-imbursement through
government disaster funds. In the event of an emergency, the City could easily be eligible for Federal, State, or
local funds and therefore all costs that are storm related including labor, rentals and materials that are charged
to the City shall be recorded and billed separately and labeled/dated as emergency related. In addition, since
labor will be shifted away from routine work, all the shifted routine labor shall be tracked and recorded as
emergency related since emergency labor may also be reimbursable. Once the contractor returns to normal
operations, the contractor will be required to send a report outlining the shifted routine labor used during the
emergency.
4.2.45. DEBRIS AND TRASH REMOVAL
Debris and Trash Removal Frequency
Service Level A - The Contractor shall on a weekly basis remove any trash and debris that accumulates in
the landscape including turf, groundcover, mulchscape, hardscape, and decomposed
granite areas including adjacent flowlines.
Page 248
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 47 of 59
Service Level B - The Contractor shall on a bi-weekly basis remove any trash and debris that accumulates
in the landscape site including turf, groundcover, mulchscape, hardscape, and
decomposed granite areas including adjacent flowlines.
Service Level C - The Contractor shall monthly remove any trash and debris that accumulates in the
landscape site including turf, groundcover, mulchscape, hardscape, and decomposed
granite areas including adjacent flowlines.
4.2.46. CLEAN-UP (ALL SERVICE LEVELS)
a) At no time will the Contractor blow grass cuttings and/or debris into public streets, trails, or gutters
without promptly removing the cuttings and/or debris and disposing of it legally, off site.
b) Unless a chipper is used as described below in section 4.26.7(d), the Contractor shall remove all debris
resulting from the maintenance operations and legally dispose of it off-site. All grass or other clippings
shall be picked up after each mowing or trimming operation.
c) All debris resulting from any of the Contractor's operations shall be removed and disposed of legally at
the Contractor's expense. No debris will be allowed to remain at the end of the workday.
d) To improve the fertility of planter beds, save water, reduce weeds, reduce the amount of green waste in
the landfill, lower soil pH, and improve efficiency, the contractor may be required in many instances to
utilize a chipper to mulch brush clippings back into the landscape planter from where the clippings had
originated. The contractor will always be required to have a trained chipper operator on staff to
accommodate this request at no additional cost to the City. This chipper program will be used wherever
and whenever it is practical and will be utilized primarily wherever there are larger planter beds that are
not wood-chipped. Only clippings from shrubs and trees will be allowed. Grass clippings, leaves, palm
fronds, trash and weeds shall not be included in this program. The contractor shall always have a
commercial brush chipper available at no additional cost to the City.
e) All walkways will be kept clean/clear of debris and weed growth. Care shall be taken not to create
unnecessary hazards to the public.
f) Any paper, plastic, metal, leaves, pine needles, branches, rocks, DG, sand, soil, dead plant materials, litter
or any other debris determined objectionable by the Public Works Services Director that accumulates
within the work site shall be picked up weekly (or whenever the debris presents a hazard) and legally
disposed of offsite. All illegal dumping, including but not limited to hazardous waste, within the work site
shall be reported immediately to the Public Works Services Director or his representative.
4.3. EXTRA WORK
a) Extra work may be required because of vandalism, accidents, or acts of nature. Further, work may be
required to add new landscaping, or to delete or modify existing landscape.
b) Extra work will not be performed without prior approval by the Public Works Services Director unless a
condition exists wherein it appears there is a danger of injury to persons or property.
c) Payment for extra work shall be in accordance with the hourly rates and unit prices in the Extra Work
Page 249
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 48 of 59
Schedule. The invoiced amount for material not listed in the schedule will be at the Contractor's cost
including sales tax plus 15%; the 15% being for the Contractor's costs of overhead.
d) Except for routinely billed and ordinary irrigation repairs, extra work shall not commence without a written
and approved proposal. Further, the extra work shall not be invoiced and billed until the work has been
inspected and approved for completeness by the Public Works Services Director.
e) The City reserves the right to cause any extra work deemed necessary by the Public Works Services Director
to be performed by City crews or other contractors, at no cost to the Contractor.
5. EVALUATION AND CONTRACTOR SELECTION PROCESS
5.1. INITIAL SCREENING
All RFP responses will undergo an initial review to determine responsiveness to the instructions herein. Those
RFP responses initially determined to be responsive by meeting the RFP requirement as indicated herein will
proceed to the next phase of the evaluation process.
5.2. EVALUATION ACTIVITIES
RFP responses deemed as having met the standard RFP requirements as indicated herein are then evaluated by
an Evaluation Committee. The RFP submittals are scored and assigned a ranking of zero (0) through ten (10),
ten being the highest possible score. The following criteria have been assigned percentages that the criteria will
be scored against, based upon but not limited to the following evaluation criteria factors:
Criteria
Criteria Description
Assigned
Percentage
Contractor Expertise 10
Quality of proposed services or goods 15
Extent to which the Contractors services or goods meet the
City ’s needs 25
Cost 15
Contractor’s history and resources available to provide the
required services 15
Experience and professional qualifications of staff 20
Page 250
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 49 of 59
5.3. COST EVALUATION
Cost Proposals are evaluated and scored based on the following calculations.
Score = Lowest Proposal Cost / Cost of Proposal being scored X Maximum Points Available (10)
The score is then added to the spreadsheet criteria scores.
5.4. REFERENCE CHECKS
If determined to be required reference checks are conducted by the Procurement Division and the requesting
department may or may not be present during the process. The reference checks may be conducted by phone
with the information being scribed or conducted by a written form, submitted to the Contractor’s reference
contact. Reference contacts will be asked several predetermined questions for response and to provide a score
from one (1) to ten (10), ten being the highest. Scores are then tabulated and added to the spreadsheet with
the criteria scores. It is imperative that Contractors provide up to date and accurate information regarding
contact information for reference checks. All scores are then tabulated into the final Contractor ranking.
Evaluators do not see the Contractor References or pricing line items. The proposed pricing is evaluated by the
Procurement Division during the initial review of the RFP response, only to ensure that the proposed cost is not
over the City ’s budgeted amount or Not-to-Exceed amount for the project.
5.5. PRESENTATIONS / ORAL BOARD INTERVIEWS
Upon completion of the RFP evaluations and data analysis, and only, if necessary, selected top ranked
Contractors will be provided an opportunity to interview and conduct a demonstration or presentation to
further expand on their RFP response. Contractor interviews/demonstrations are scored and assigned a ranking
of zero (0) through ten (10), ten being the highest possible score, based upon but not limited to the evaluation
criteria factors as stated within the RFP.
5.6. FINANCIAL DOCUMENTATION
Contractors that proceed to the short-list may be required to submit financial documentation as proof of its
Company’s financial stability and strength. A financial review will be conducted by the City Finance Department.
Should a Contractor wish for its financial documentation to be treated as proprietary or be returned upon
completion of the review, the documentation must clearly be marked as such. The following documentation
will be required of each Contractor on the short-list:
• A copy of the Contractor’s most recent annual report.
• Audited (by a third party), balance sheets and income statements for the past three (3) years.
• If audited data is not available, Contractor shall submit copies of complete tax returns for the
past three (3) years.
Page 251
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 50 of 59
• Describe any regulatory censure and past or pending litigation related to services provided by
the Contractor.
• Indicate all applicable information regarding Contractor ownership changes in the last three (3)
years.
5.7. BEST AND FINAL OFFER
Upon completion of Contractor presentations, the City reserves the right to conduct pre-award discussions
and/or pre-contract negotiations with all or only top ranked Contractors. At which time the City may request a
Best and Final Offer to be submitted from one or all finalists.
5.8. CONTRACTOR SELECTION
The final Contractor selection is based on which Contractor is the most responsive, meeting the City ’s
requirements, offering the best value at the most competitive price. The City is not obligated to award to the
lowest price proposal.
The City may conduct negotiations with several Contractors simultaneously. The City may also negotiate
contract terms with the selected Contractors prior to award. The City, at its sole discretion, reserves the right,
unless otherwise stated, to accept or reject all or any RFP responses, or any part thereof, either separately or to
waive any informality and to split or make the award in any manner determined to be in the best interest of the
City.
5.9. LETTER OF INTENT TO AWARD
After a final Contractor selection is determined, a Letter of Intent to Award (LOI) will be posted for review by all
participating, responsive Contractors. Negotiations shall be confidential and not subject to disclosure to
competing Contractors unless an agreement is reached. If contract negotiations cannot be concluded
successfully, City may negotiate a contract with the next highest scoring Contractor or withdraw the RFP
entirely.
Page 252
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 51 of 59
“EXHIBIT A, CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT”
It is the policy of the City to prevent personal or organizational conflict of interest, or the appearance of such
conflict of interest, in the award and administration of City Contracts, including, but not limited to Contracts for
Professional Services Agreements (“PSA”) with potential Contractors.
I do not have specific knowledge of confidential information regarding RFP responses received in response to
the Request for Proposal (“RFP”) #25/26-005 for Landscape and Irrigation Maintenance for PD 85 Parks. I
agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any
RFP response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not
limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any RFP
response, or removal of same from designated areas.
I, the undersigned, hereby certify that the following statements are true and correct and that I understand and
agree to be bound by commitments contained herein.
(Print Name)
(Relationship to the City)
(Relationship to the Contractors)
(Signature)
(Date)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 253
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 52 of 59
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY”
Mark the appropriate choice, below:
Contractors accepts the PSA without exception.
OR
Contractors proposes exceptions to the PSA.
Summarize all exceptions on a separate document. Enclose a written summary of each change and title as
“Exception Summary”, which shall include the Contractors’ rationale for proposing each such exception. Each
exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the
submitted summary may deem the response as non-responsive.
Signature
Printed Name
Title
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 254
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 53 of 59
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED”
I, the
(President, Secretary, Manager, Owner or Representative)
of , certify that the
(Name of Company, Corporation or Owner)
Specifications and General Provisions regarding insurance requirements as stated within the Professional
Services Agreement (PSA), for the Purchase Contract designated Request for Proposal (“RFP”) #25/26-005 for
Landscape and Irrigation Maintenance for PD 85 Parks have been read and understood and that our
Contractors is able to provide and maintain the coverage as specified in the PSA. Failure to provide said
coverage, upon request to finalize the PSA prior to award shall be enough cause for immediate disqualification
of award. Failure to maintain said coverage shall result in termination of the contract.
Signature
Printed Name
Title
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 255
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 54 of 59
“EXHIBIT D, ADDENDUM ACKNOWLEDGEMENT”
The Contractors hereby acknowledges the following Addenda Number(s) to this RFP have been received, if any.
Contractors understands failure to acknowledge any addenda issued may cause the RFP response to be
considered non-responsive. It is the Contractors’ responsibility to log into the Bid System to identify and
download the number of addenda that have been posted.
•
•
•
•
Signature
Printed Name
Title
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 256
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 55 of 59
“EXHIBIT E, DEBARMENT and SUSPENSION CERTIFICATION FORM”
I certify that neither (Contractor) nor any of its proposed subcontractors
are not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in
accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986
Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Contractor nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Contractors or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state, or federal government entity, or if Contractors or any of its subcontractors
subsequently become delinquent in California taxes, our Proposal will be disqualified.
Signature
Printed Name
Title
Date
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 257
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 56 of 59
“EXHIBIT F, PARTICIPATION CLAUSE”
It is hereby understood that other government entities, such as cities, counties, and special/school districts may
utilize this RFP response at their option for equipment or services at the RFP response price for a period of
days. Said entities shall have the option to participate in any award made because of this solicitation.
Any such piggy-back awards will be made independently by each agency, and the City is not an agent, partner
or representative of these agencies and is not obligated or liable for any action of debts that may arise out of
such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of
its own order placement and payments of the Contractors.
Successful Contractors will extend prices as proposed herein to other governmental agencies, please
specify.
YES NO
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 258
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 57 of 59
“EXHIBIT G, SIGNATURE OF AUTHORITY”
The undersigned Company declares that he has carefully examined the specifications and read the above terms
and conditions, and hereby proposes and agrees, if this RFP response is accepted, to furnish all material in
accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost
amounts set forth in the following RFP response.
THE CONTRACTOR IN SUBMITTING THIS RFP RESPONSE MUST FILL IN THE FOLLOWING INFORMATION.
FAILURE TO DO SO MAY DEEM YOUR RFP RESPONSE AS NON-RESPONSIVE.
Company Name: Address:
(Street, Su. # City, State, Zip)
Telephone #:
Fax #:
E-mail address: Web Address:
Authorized Representative: (print) Title:
Signature: Date:
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibits A – G.
Page 259
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 58 of 59
“EXHIBIT H” REFERENCES WORKSHEET
The following References Worksheet must be complete, please do not mark “See Attached”. Provide a minimum
of four (4) clients that are similar in size to the City of Rancho Cucamonga that your company has conducted
comparable or like services. Preferred references should be government agencies and be a current customer
within the past three (3) years. Please verify accuracy of contact information.
Reference 1
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Reference 2
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Page 260
The City of Rancho Cucamonga
Request for Proposal (“RFP”) #25/26-005
for
Landscape and Irrigation Maintenance for PD 85 Parks
Page 59 of 59
Reference 3
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Reference 4
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids
system under the Response Types, Exhibit H.
Page 261
LANDSCAPES INC
RESPONSE TO:
RFPn 25/26-005
Landscape and Irrigation Maintenance for PD 85 Parks
RANCHO
CucAMONGA
Exhibit B
PREPARED FOR:
City of Rancho Cucamonga
Procurement Division
10500 Civic Center Drive,
Rancho Cucamonga, CA 91730
Ruth Cain, Procurement Manager
{909) 774-2500
Ruth.cain@cityofrc.us
PREPARED BY:
Mariposa Landscapes Inc.
6232 Santos Diaz St, Irwindale, CA 91702
Eduardo Salmeron, Estimator
{626} 210-9310
Eduardo.sal meron@mariposa-ca.com
Page 262
3.1. Cover Letter
�'fj Safety• Teamwork• Quality• Integrity 2
City of Rancho Cucamonga
Procurement Division
Attention: Ruth Cain, Procurement Manager
Ref: RFP #25/26-005
Address: 10500 Civic Center Drive, Rancho Cucamonga, CA 91730
Phone: (909) 774-2500
E-mail: Ruth.cain@cityofrc.us
Since 1977, Mariposa Landscapes, Inc. has been a trusted leader in the landscaping industry.
What started as a small, single-truck operation in Rosemead, California, has grown into a robust
fleet with a skilled team of over 800 professionals serving Southern California and Arizona.
With more than 100 awards recognizing project excellence, we take great pride in the quality of
our work and are consistently regarded as one of the most recommended companies in the
industry. Our commitment to customer satisfaction has helped us build lasting relationships with
clients, allowing us to bring decades of expertise to every landscape we manage. We focus on
fostering long-term partnerships, taking the time to understand your goals, and dedicating
ourselves to the care and enhancement of your properties.
At Mariposa Landscapes, we believe in the value of open communication, continuous staff
development, and staying at the forefront of innovation to ensure we deliver the highest
standard of service. While we appreciate the recognition we've earned, the true reward comes
from seeing our clients enjoy beautifully designed and flourishing landscapes. Our core belief is
at the heart of everything we do: "We blend Nature and Craftsmanship to Create Ultimate
Outdoor Settings and Extremely Satisfied Customers."
Contractors business name and address of Contractor:
Mariposa Landscapes, Inc. - 6232 Santos Diaz St. Irwindale, CA 91702
Name, Mailing Address and Telephone number of the contact person regarding this RFP:
Eduardo Salmeron - 6232 Santos Diaz St. Irwindale, Ca 91702 - (626) 210-9310
Sincerely,
Terry Noriega - President
Page 263
3.2. Table of Contents
�ij Safety• Teamwork• Quality• Integrity 3
3.1. Cover Letter ........................................................................................................................ 2
3.2. Table of Contents ............................................................................................................... 3
3.3. Project Understanding and Approach ................................................................................ 4
3.4. Qualifications and Experience .......................................................................................... 6
3.5. Project Team .................................................................................................................... 15
3.6. Staffing Levels .................................................................................................................. 17
3.7. Third Party/ Subcontractors ........................................................................................... 18
3.8. Proposal Response .......................................................................................................... 19
Page 264
3.3. Project Understanding and Approach
Safety • Teamwork • Quality • Integrity 4
Understanding of the Project
We understand that the City of Rancho Cucamonga is seeking a qualified contractor to provide
comprehensive, consistent, and high-quality landscape and irrigation maintenance services for PD 85
Parks, including Heritage Park and Red Hill Park. The scope includes routine and specialized maintenance
of turf, groundcover, shrubs, trees, irrigation systems, hardscape, restrooms, playgrounds, and other
park amenities, all in accordance with the City's service level standards (B, C, and D).
Our team recognizes the City's emphasis on:
• Maintaining a safe, clean, and aesthetically pleasing environment.
• Adhering to strict service schedules and performance standards.
• Minimizing water usage through efficient irrigation practices.
• Ensuring compliance with prevailing wage laws and environmental regulations.
Approach to Scope of Services
We propose a structured, proactive approach that includes:
Dedicated Account Manager
• Responsible for all communication and quality control. This individual will serve as the City's
primary point of contact and will oversee all field operations, coordinate crew schedules,
conduct site inspections, and ensure that all work meets the City's service level standards. The
Account Manager will also be responsible for submitting maintenance schedules, responding to
emergency calls, and maintaining detailed records of completed work, deficiencies, and
corrective actions.
Routine Maintenance
• This includes turf, groundcover, shrubs, trees, hardscape, restrooms, etc. which will all be
performed per service level requirements. Our crews will follow a detailed, site-specific
maintenance schedule that aligns with the frequencies outlined in the RFP. Tasks include
mowing, edging, pruning, debris removal, restroom sanitation, and hardscape cleaning. All work
will be documented and reviewed regularly to ensure compliance with the City's expectations
and to maintain a clean, safe, and visually appealing environment.
Irrigation Management
• We will monitor all irrigation systems for leaks, coverage issues, and efficiency. Our team will
provide input on controller settings and make routine repairs to heads, nozzles, risers and
provide weekly inspections and quarterly reports. Any major repairs or upgrades will be
reported and proposed as extra work, with full documentation and photos.
Page 265
�'ij Safety• Teamwork• Quality• Integrity 5
Pest and Weed Control
• Our approach emphasizes prevention and low-toxicity solutions by implementing the approved
Integrated Pest Management (1PM) plan and having licensed applicators. We will submit an
annual pest control plan for City approval, including product labels and safety data sheets. All
applications will be performed by certified professionals and documented in reports.
Reporting and Communication
• We will maintain open, transparent communication with the City. Our reports will include
summaries of completed work, upcoming tasks, irrigation performance, and any issues requiring
City input or approval.
Assumptions and Enhancements:
• All work will be performed per the scope and service levels outlined in Section 4 of the RFP.
• We anticipate periodic changes to site inventory and service levels and will respond with flexibility
and updated cost proposals as needed.
• We are exploring additional efficiency tools to enhance performance tracking and reduce the
administrative burden on City staff.
Our team is committed to maintaining a safe, clean, and welcoming public environment across Rancho
Cucamonga's community space, reflecting the City's high standards and expectations for its residents and
visitors.
Page 266
Safety • Teamwork • Quality • Integrity 6
3.4. Qualifications and Experience
A. Mariposa Landscapes, Inc. has been in business for over 45 years. Our main business focus has been
in Landscape Construction, Maintenance, Tree Care, Irrigation, and Drought-Tolerant Conversions. To
support this project, we will leverage our headquarters in Irwindale, CA, which is centrally located and
fully equipped with a modern fleet, trained personnel, and in-house mechanics. Additionally, we have
a network of strategically located branch offices throughout Southern California and Arizona. For this
contract we will be providing services from our Fontana Branch office located at: 11093 Almond Ave.
Fontana, CA 92337.
B. Pending litigation: Please see below.
Mariposa Landscapes Inc.
Pending and Settled Litigation
Name
M. Acosta v Mariposa
Landscapes Inc.
J. Rivera v. Mariposa Landscapes
Inc.
A. Moctezuma v. Mariposa
Landscapes Inc.
J. Farias v. Mariposa Landscapes
Inc.
J. Reyes v Mariposa Landscapes
Milliken v. City of Corona
E. Bravo v Mariposa Landscapes
J. Calderon v.Mariposa
Landscapes
J Zarate v. The City of Norwalk
B Grant Wood v City of Los
Angeles
H Kohan v Hypergate
C. Statement of incorporation: Mariposa Landscapes Inc. is a corporation founded in 1977.
D. Five Projects with similar scope:
Here at Mariposa Landscapes, Inc. we take pride in our work and thrive on keeping our company as one
of the most recommended in the industry. Our steady record of customer satisfaction has allowed us to
maintain positive relationships with our clients.
Claim/Case No. Date Court Status Ty e
56-2021-00549651 January 20, 2021 Superior, Ventura Pending Emp
56-2021-00549647 January 20, 2021 Superior, Ventura Pending Emp
56-2021-00549650 January 20, 2021 Superior, Ventura Pending Emp
21PSCV00402 May 17, 2021 Superior, Los Angeles Pending Emp
21PSCV00923 November 9, 2021 Superior, Los Angeles Pending Emp
CVR1220046 January 6, 2022 Superior, Riverside Pending GL
CIVSB2133123 January 21, 2022 Superior, San Bernardino Pending Emp
22STCV19397 June 14, 2022 Superior, Los Angeles Pending Emp
23NWCV01186 June 23, 2023 Superior, Los Angeles Pending GL
23STCV31457 December 26,2023 Superior, Los Angeles Pending GL
Z4SMCV02907 October 1, 2024 Superior, Los Angeles Pending GL
Page 267
7 Safety• Teamwork• Quality• Integrity
Projects of Similar Scope of Work
1. City of Fontana (2023-present)
Scope of Work: Landscape Maintenance Services Area 4
Landscape Maintenance, Irrigation maintenance and Installation. Scope includes inspections, mowing,
trimming, pruning, fertilization, aeration, weed control, cultivation, pest control, tree surgery, de-
thatching, plant replacements, renovation, clean-up of park facilities and drainage facilities.
Key Team Members:
Area Manager - Roberto Perez
Account Manager - Edgar Garibay
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2023.
2. City of Chino Hills (2022-present)
Scope of Work: Landscape Maintenance Services for North Service Area
Landscape Maintenance- Turf maintenance, shrub/slope maintenance, ground cover maintenance, tree
trimming, irrigation maintenance and repairs, water management, infield maintenance, mowing, litter
and trash control, pesticide application, weed control, rodent control, aeration, and fertilization.
Key Team Members:
Area Manager - Roberto Perez
Account Manager- Jesus Ramirez
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2022.
3. Riverside Utilities (2006-present)
Scope of Work: Landscape Maintenance
Landscape maintenance of approximately 82 utilities facilities. Scope includes mowing, edging,
dethatching, aeration, weeding, fertilization, watering, insect, pest and vermin control, irrigation and
sprinkler system maintenance, trimming, pruning, and treatment and control of plant diseases, litter
removal, clean-up and herbicides application.
Key Team Members:
Area Manager - Roberto Perez
Account Manager - Gustavo Suarez
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2006.
Page 268
Safety • Teamwork • Quality • Integrity 8
4. Inland Empire Health Plan {2024-present)
Scope of Work: Campus Landscape Maintenance Program Services
Tree maintenance, turf maintenance, weed pest and disease control, Fertilization, Ground Cover
maintenance, aerification, hard pruning, watering, mulching/ ground cover, shrub maintenance, vine
maintenance, annual color, irrigation equipment and operations, repairs, cleanup & waste disposal,
gopher control, paved area weed control
Key Team Members:
Area Manager - Roberto Perez
Account Manager - Dirk Bennet
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2024.
5. City of Corona {2023-present)
Scope of Work: Cajalco and 1-15 Interchange Landscape Maintenance Services Rebid, NIB 23-0SlAS
General landscape maintenance including fertilization, pruning, tree trimming, shrubs, vines and
groundcover, weed control and plant disease, mowing, edging, maintain and repair irrigation system,
general clean-up, removal of leaves, trash, and other debris, maintain hardscape, including DG and
rockscape areas
Key Team Members:
Area Manager - Roberto Perez
Account Manager- Gustavo Suarez
Timeline of project delivery:
The contract has been currently serviced by Mariposa landscapes since 2023.
These are the 5 projects that Mariposa has been servicing with similar scope of work.
Our attached reference provides additional information, and additional information is available upon
request.
Page 269
Why Choose Mariposa Landscapes?
• Award-Winning Excellence: A proven track record with over 95 industry recognitions for
innovative and high-quality landscaping projects.
• Comprehensive Expertise: From public parks and commercial landscapes to large-scale
restoration projects, we have the expertise to handle a wide variety of landscaping needs.
• Sustainability Leadership: Implementing drought-resistant designs and sustainable practices that
protect natural resources while enhancing aesthetic value.
• Client-Centered Approach: A commitment to understanding and exceeding our clients'
expectations with tailored, results-driven solutions.
Additional Information
Mariposa Landscapes, Inc. has been transforming outdoor spaces with expertise and innovation since
1977. What began as a small operation in Rosemead, California, has grown into one of the most trusted
names in landscaping across Southern California and Arizona. Today, we proudly employ over 800
dedicated professionals, including Certified Arborists, Pest Control Advisors, Certified lrrigators, and
Landscape Technicians.
Our Core Values
Our success is driven by a set of core values that underpin every aspect of our operations:
• Safety: Ensuring the well-being of our team and clients on every project.
• Teamwork: Collaborating with clients and stakeholders to achieve shared goals.
• Quality: Setting the highest standards for every service we provide.
• Integrity: Building trust through transparency, accountability, and ethical practices.
With over 45 years of experience, Mariposa is
renowned for excellence in Landscape Construction,
Maintenance, Tree Care, Irrigation, and Drought-
Tolerant Conversions. Our portfolio reflects a rich
history of award-winning projects - more than 100
recognitions to date - demonstrating our unwavering
commitment to quality and craftsmanship. As a fully
licensed company in both California and Arizona, we
carry $100 million in bonding capacity and maintain
large insurance coverage, including $10 million in
general liability and $1 million in workers'
compensation, ensuring our clients' peace of mind on
every project.
At Mariposa, we are more than a landscaping company - we are stewards of the environment.
Sustainability is at the heart of everything we do, from implementing water-saving irrigation systems to
promoting native plant restoration and integrating environmentally friendly practices into every project.
Our approach is guided by a deep understanding of Southern California and Arizona's unique ecosystems,
allowing us to create outdoor spaces that are as functional and beautiful as they are sustainable. We take
pride in enhancing landscapes while contributing to the well-being of the communities we serve.
�q Safety• Teamwork• Quality• Integrity 9
Page 270
Safety• Teamwork• Quality• Integrity 10
Key Facts at a Glance
With strategically located offices across Southern California and Arizona, Mariposa Landscapes delivers
exceptional landscape solutions using advanced equipment, innovative technologies, and a skilled team,
transforming landscapes and enriching communities with every project.
The following table provides a complete overview of Mariposa Landscapes, Inc., highlighting our relevant
information, areas of expertise, and operational capabilities:
Company Mariposa Landscapes, Inc. Awards Over 95 awards for project excellence
Founded 1977 Primary
Services
Landscape construction, maintenance,
tree care, irrigation, and drought tolerant
conversions
Address 6232 Santos Diaz St, Irwindale, CA
91702
Service Areas Southern California and Arizona
Telephone (626) 960-0196 Office
Locations
1) HQ: Irwindale, CA
2) Orange County: Santa Ana, CA
3) San Bernardino County: Fontana, CA
4) Riverside County: Chino, CA
5) LA South Bay: Gardena, CA
6) North LA. & Ventura: Somis, CA
7) Palm Springs: Bermuda Dunes, CA
8) San Diego County: Oceanside, CA
9) Arizona: Glendale, AZ
10) Arizona: Phoenix, AZ
Fax (626) 960-8477
Employees Over 800 employees
Licensed In California + Arizona
Insurance $1M workers' compensation, $10M
general
Bonding $100 million
•
•
California Contractor License
592268 C27, A, D49/C61, C31
Tree Work - Line Clearance
Proposal Contact: Eduardo Salmeron
Eduardo.salmeron@mariposa-ca.com
(626) 210-9310
Organizations, Current and Past Memberships
• CACM (California Association of Community Managers)
• CAI Orange County (Community Association Institute)
• CAI Los Angeles (Community Associations Institute)
• CAI Greater Inland Empire (Community Association
Institute)
• CAI Coachella Valley (Community Association Institute)
• ASA (American Subcontractors Association)
• BIA Southern California (Building Industry Association)
• BIA Orange County (Building Industry Association)
• BOMA IE (Building Owners and Managers Association)
• CLCA (California Landscape Contractors Association)
• ISA (International Society of Arboriculture)
• CAPCA (California Association of Pest Control Advisors)
Page 271
Safety• Teamwork• Quality• Integrity 11
Site Preparation & Grading
Native Plant Restoration
Park Construction
Tree, Shrub & Ground
Cover Planting
Playground Construction
Irrigation Systems Installation
Park Construction
Athletic Field Construction
Drainage System Setup
Our Services
Mariposa offers a full spectrum of landscaping services, blending expertise, innovation, and sustainability
to meet each client's unique needs. Below is an overview of our capabilities.
Landscape Maintenance
Maintaining vibrant landscapes requires strategic care and attention to detail. Our services encompass
large-scale mowing, efficient irrigation, eco-friendly pest control, and year-round fertilization to support
plant health and ecosystem vitality. Additional offerings include athletic turf maintenance, detailed
baseball field preparation, porter services, and parking lot sweeping to ensure a clean and professional
appearance. We focus on creating sustainable landscapes that thrive in all seasons.
• Turf Management • Integrated Pest Management • Athletic Turf Maintenance • Parking Lot Sweeping • Color Design
• Irrigation Management
• Seasonal Planting &
Enhancements
• Porter Services
• Clean-up and Debris Removal
Tree Care
Our certified arborists provide expert tree management, including trimming, removal, stump grinding,
and disease treatment. Utilizing advanced GIS tree mapping, we offer tailored growth and maintenance
programs for urban forests and individual trees alike. These services not only ensure the safety and health
of trees but also enhance their contribution to the environment and aesthetics of any property. By
integrating technology and expertise, we help preserve the natural canopy, ensuring long-term
sustainability for both urban and rural spaces.
• Tree Trimming & Pruning
• Hazardous Tree Removal
• Stump Grinding &
Disposal
• Tree Disease & Pest
Treatment
• On-site Diagnosis
• Long-term Tree Care
• GIS Tree Mapping & Asset
Management
• Tree Planting
Landscape Construction
We transform outdoor spaces into functional, visually stunning environments. From site preparation,
grading, and drainage to strategic planting and native plant rehabilitation, we focus on integrating
aesthetics with sustainability. Our portfolio includes durable parks, playgrounds, and athletic fields
designed for both community engagement and environmental balance.
Page 272
Safety• Teamwork• Quality• Integrity 12
• • •
Plant Selection
Mulching and Ground
Cover Application
Drip Irrigation Installation
Hardscape Integration
Custom Concrete Features
Water Features
Monuments
Overhead Structures
Installation
•
Masonry
Stonework
Low-voltage Lighting
Irrigation Retrofits
Modern irrigation systems are key to sustainable water management. Our retrofit solutions include
weather-responsive controllers, high-efficiency sprinklers, and precision drip irrigation systems. These
upgrades ensure optimized water use, reduced runoff, and compliance with regulatory requirements, all
while delivering significant cost savings. We also provide system performance monitoring and proactive
maintenance to maximize efficiency and extend system lifespan.
• Irrigation System Upgrades
• Zone Adjustments
• Real-Time Monitoring
• System Performance
Assessments
• Leak Detection & Repair
• Drip Irrigation Installation
• Compliance with Water
Regulations
Drought-Tolerant Conversions
As water conservation becomes increasingly important, our drought-tolerant landscape conversions help
clients adapt effectively. By incorporating native plants, soil enhancements, drip irrigation, and functional
hardscape features like pathways and seating, we create sustainable, low-maintenance landscapes that
reduce water usage and improve environmental outcomes. These eco-friendly designs also enhance
property value and promote biodiversity, contributing to a greener community.
Hardscape Construction
Hardscapes play a vital role in enhancing landscape functionality and aesthetics. Our services include
custom concrete work, masonry, stonework, flagstone, and tile installations. We focus on integrating
these elements seamlessly into existing landscapes, ensuring durability and timeless appeal.
Complementing these are drainage systems, overhead structures, water features, and low-voltage
lighting, creating safe and inviting outdoor spaces with a unique visual appeal.
At Mariposa Landscapes, our commitment extends beyond delivering services; we aim to craft
environments that leave lasting impressions. From sustainable designs to innovative technologies, our
work reflects a blend of functionality, beauty, and environmental responsibility. With every project, we
strive to exceed expectations, creating landscapes that serve as vibrant spaces for communities to thrive.
Page 273
Safety• Teamwork• Quality• Integrity 13
Core Objectives
• Consistency: Deliver uniform, high-quality results across all projects and service areas.
• Proactive Problem-Solving: Address potential issues early to prevent disruptions.
• Client Satisfaction: Build trust by meeting deadlines and maintaining transparency.
• Continuous Improvement: Refine processes based on feedback and data to enhance future
performance.
Implementation Process
Irrigation Reports
an Irrigation Inspection Report. This report includes
Quality Control Program
At Mariposa Landscapes, Inc., quality control is not just a process, it's a philosophy. Rooted in the principle
of "Plan your work and work your plan," our Quality Control Program is designed to ensure every project
exceeds client expectations. We proactively manage quality and systematically address issues, we free up
our clients' representatives- such as Public Works Inspectors or Property Managers - so they can focus on
higher priorities. This approach fosters a positive working relationship and ensures consistent, high-
quality results.
Key Components of the Quality Control Program
Our Quality Control Program is built on a foundation of structured processes and proactive management,
ensuring every aspect of our work meets the highest standards. The following components outline how
we maintain excellence at every stage of the project.
Quality Control Aspect How It Ensures Excellence
Work-in-Process
Inspections
Account Managers conduct initial and ongoing inspections of work tasks to
ensure compliance with quality standards. Non-conformances are logged and
addressed immediately.
Systematic Problem
Resolution
Issues are contained and corrected promptly, with solutions that include repair,
replacement, or rework. Completed work is re-inspected to prevent recurrence.
Management
Monitoring
Supervisors oversee operations to ensure adherence to quality plans, leveraging
structured problem-solving methods and enhanced process controls.
Client Feedback
Integration
Regular communication with clients ensures alignment on quality expectations
and facilitates continuous improvement.
Page 274
14 Safety• Teamwork• Quality• Integrity
Advanced Tools and Technology
Our team leverages cutting-edge tools and technologies to enhance the efficiency and effectiveness of
our Quality Control Program.
• Digital Inspection Checklists streamline the reporting process, allowing for real-time tracking and
immediate feedback on service performance. These checklists ensure that quality standards are
consistently upheld and any issues are promptly addressed.
• GIS Mapping Systems provide precise asset inventories, enabling accurate management of trees,
irrigation systems, and other landscape elements. By visualizing and analyzing these assets,
Mariposa ensures optimized resource allocation and improved service outcomes.
Our quality control philosophy focuses on preemptive action and systematic improvement, ensuring
issues are addressed efficiently and resolved through structured processes. This approach is exemplified
in our Sample Inspection Form and Inspection Action Items Form, which document inspections,
corrective actions, and follow-up measures to maintain the highest standards.
Li.� Mariposa Landscapes, Inc.
�� ,m,«tiono""�SP,:_�ON EVALUATION FORM
Mar HAccovntMar11 � JobNurr,ber:f ------------------------------------ 1
A ColOl'ol 11.Jrfacceptable
8 T!..l'ftexb.lfe,no&ir,/bareare;n
C Fu!eoftraw/detl'II
D lnii;atl,mteal:svl111:ie
E Over Of und.:r waterlf'll
F Dr I'='
A Freeoftrtw/debls
B Freeofweais
C w..ikheve.'ydnibJted
O lnlgationlnhvi�'\::le
E G'ol,IOO;ovl!l't.rlmm
A HultWvls:or
e Trirrmedpersched,Jedcyde
C PfuMdcorre-;�y tor 1redu
0 Wd;way 5hub clearar..::e
E Wa!kwaytr�de.1raoce
F Oheue & lrG«ls coniroled
C Nomls-;lrg¥nJalcolors;lint5
0 Olseasc&l!'&'!ctscontroled
E lrr'g�tionleal:svlil°He
F Ove- or under wateri
A F1eeoftta#deb'ls
8 We�smanaged/ccntrolled
C Erol(onMen1epa/1ed
A DCilmeucleanedup
B 0qJ'itatiOl'l1r,ephrl¥led
C T1uhct1md.J�&l'le\YUners
0 P1tyo!q,ili;n1l!l"ltdean
E Ramtda,/plcrl.:table,/88Qsc�an
F R�rnettmeone:atl•ou�
G Ge'ttral�letyr,weHepoited
Only1nttt ralJlttlorhmsthal llt llPPll<abt.10 thl1pro/tel (blank:::Not Applluiblt at thislimt)
ll.\lI.RAU.MD.llii;Perth.ttbovelndvfdual1•tf"1S.Pt•sp,civide•now:rallr•tl"ifrllm111l1oC
Mariposa landscapes, Inc.
-.-/)� ACCOUNT MANAGER IN,:,:,ECTION ACTION ITEMS
Resolutfon
ACTION ITEMS Dato
•.
10.
Maripo 5J /lccounl Manager Signaluie/DatC! Client Reprewntative !lignatme/0,.)te
Page 275
15 Safety • Teamwork • Quality • Integrity
3.5. Project Team
Key personnel for this contract
Rb t P A M Ft
Experience & Credentials
With over 25 years of experience, Roberto Perez is an expert in large-scale
public works landscape maintenance. His background as a public works
inspector provides him with valuable insight into regulatory compliance,
quality control, and efficiency improvements in municipal and commercial
landscaping projects.
Robert has been with the company for about 3 years. Before that, he was with
various city within southern California, specializing in managing landscape
contracts.
Robert, has been managing similar works for many years. A more current
notable work includes with the City of Rancho Cucamonga, Chino Hills, Fontana, Moreno Valley, San
Bernardino County, Riverside County, Etc.
• Graduate of the Pacific Southwest Maintenance Management School
• MSAC Irrigation Design and Plant ID Certificate
• Leadership Academy Certificate, Cal Poly Pomona
• Calsense 3000 Certified
Ongoing Training
• Continuous OSHA safety training
• Qualified Applicator License - In Process
• Cal State Fullerton Water Auditor- In Process
Page 276
16 Safety• Teamwork• Quality• Integrity
Dirk Bennet Acco t Mana
Experience & Credentials
With over 11 years of experience, Dirk Bennett will be the person in-charge
and responsible for project management, communication with foreman, field
supervisor and primary contact with the City of Rancho Cucamonga. He is
experience in conducting and overseeing Public Works, Commercial and
Residential landscape maintenance work. With a vast experience in all aspects
of Landscape maintenance
Dirk has been with the company for about 3.5 years.
Dirk has been managing the City of Rancho Cucamonga contract(s) for
Mariposa Landscapes. His extensive experience with scheduling and
understanding of the City's needs has proven him to be a reliable lead.
• Qualified Applicators License, Cat B, #145235
• Horticulture and Turf Grass Management certificate, Mt. San Jacinto
College.
• Safe Work Zone, trained.
• CPR and Safety trained.
• OSHA 10 Hour - Construction Safety
• Recycled Water Site Supervisor Certified, Inland Empire Utilities Agency
Ongoing Training
• Horticulture, arboriculture Turf Management certificate, Mt. San Jacinto College/ San Antonio
College.
• Integrated Pest Management continuation training.
• Weathertrack - Hydropoint controller management Company safety training
• Qualified Pesticide Applicators continuation training.
• Cal Sense controller management Company safety training
Block flow prevention and maintenance training
Page 277
3.6. Staffing Levels
Safety• Teamwork• Quality• Integrity 17
The Schedule IV for estimated minimum labor hours has been submitted separately on Planetbids.
The labor hours do not indicate the maximum labor that we will provide. We are anticipating providing
labor as necessary to get the work done.
Extra Work projects will be assigned to additional staff and not from the proposed routine staff members.
Page 278
3.7. Third Party/ Subcontractors
Mariposa Landscapes Inc. will not use any subcontractors for this contract.
�\j Safety• Teamwork• Quality• Integrity 18
Page 279
3.8. Proposal Response
Safety• Teamwork• Quality• Integrity 19
Mariposa Landscapes will deliver consistent, high-quality landscape maintenance across the 2 assigned
parks in Rancho Cucamonga. Our staffing plan and daily operations are structured to meet all contractual
requirements while providing additional value where needed. Staffing will differ slightly depending on the
service level.
Crew Deployment:
• Detail Crew (2 personnel):
o Handles planter maintenance, edging, trimming shrubs and groundcover, trash pickup,
hardscape cleaning and restroom maintenance.
o Crew floats between properties daily based on rotation schedule and seasonal needs.
• Mowing Crew (2 personnel):
o Responsible for turf areas at both parks.
o Equipped with two 72" mulching mowers to maintain weekly mowing cycles per service
level requirements.
o Crew rotates across designated properties Monday through Friday to meet weekly
schedule requirements.
• Irrigation Technician (1 Personnel)
o Responsible for irrigation maintenance throughout both parks specified for this contract.
• Spray Technician (1 Personnel)
o Responsible for any annual chemical application as required per service level.
Page 280
Safety• Teamwork• Quality• Integrity 20
Workplan and Approach
The schedule outlined below is subject to change and requires approval from the designated
representatives. Any adjustments will be made to align with operational requirements. At the
commencement of the contract, our Project Manager will submit the annual schedule, and a monthly
report will be provided at the start of each month for the representatives. Below are some of the key
services proposed, which are not limited to the following list of tasks that Mariposa is responsible for. This
will also differ depending on the Service level awarded.
Weekly Average
Monday Tuesday Wednesday Thursday I Friday
Weed Removal X X X X X
Litter Removal X X X X X
Irrigation System Inspection X X X X X
Turf Mowing, Edging, Trimming X X X X X
Disease, Herbicide, Pest Control
X - - -
-
Pruning, Trimming X X X X X
Fertilize Grass, Plants -
- - - -
Mulching
-
- - -
-
Yearly Average
; , I�, I ,I., 1 ; r ,Jan , Feb,, .;f.Mar ,: Apr ·1 May [1u � 1 Jul ' Aug • Sep 'Oct ·', Nov : Dec
Weed Removal WK WK WK WK WK WK WK WK WK WK WK WK
Litter Removal WK WK WK WK WK WK WK WK WK WK WK WK
Irrigation System
Inspection
WK WK WK WK
WK
WK WK WK WK WK
WK
WK
Lawn Mowing,
Edging,
Trimming
WK
WK
WK
WK WK WK WK WK
WK
WK WK WK
Herbicide, Pest
Control
X
X
X
X
Pruning MO MO MO MO MO MO MO MO MO MO MO MO
Fertilize Turf
X
X
Mulching AN AN AN AN AN AN AN AN AN AN AN AN
*AS= as needed *MO= monthly *WK= weekly *Bl= Biweekly *DY= Daily *2X/DY = 2 times a day
Page 281
Project Specific Equipment
Mariposa Landscapes Inc. is proud to maintain a modern fleet, consisting of the latest models of vehicles
and equipment, including all the essential tools needed to fulfill our contract work. Our fleet is under five
years old and is meticulously maintained by our in-house mechanics. Notably, we offer large-capacity
mowing equipment, a unique advantage that sets us apart from most competitors.
To ensure reliable service, we employ a full team of skilled mechanics, and we maintain an extensive
inventory of backup equipment, which allows us to consistently adhere to our project schedules.
Each of our crew trucks is fully equipped with all necessary hand tools for landscape maintenance, along
with a First Aid kit, water, and clear instructions in the event of an accident. Our mechanics are
strategically stationed within 30 to 60 minutes of each project site, ensuring rapid response times. In
addition, we have backup equipment available for deployment within one hour, further reinforcing our
ability to maintain schedule continuity.
We are confident that the equipment detailed in our proposal will provide comprehensive coverage and
surpass the city's established standards. Our commitment to excellence is demonstrated through our
meticulous selection of resources and skilled personnel. Mariposa Landscape Inc. is dedicated to ensuring
that every aspect of our work exemplifies the highest quality, reflecting both our expertise and our
commitment to delivering superior results. We believe that our approach will not only meet but exceed
the expectations set forth, showcasing our dedication to excellence and reinforcing our reputation for
exceptional service.
Anticipated Equipment
Regular Vehicles Periodic Vehicles
QTY Vehicles QTY Vehicles
1 Truck Chevy 2500HD, Dbl Cab, Landscape body 1
1
Truck Chevy 3500HD, Single Cab, Spray
Truck
Truck Toyota Tacoma w/lrrigation Setup
Regular Equipment Periodic Equipment
QTY Equipment QTY Equipment
1 Trailer 82" x 16", GVWR 7000, Mow Crew TBD
1 Trimmer String (Weedeater)
1 Blower backpack
1 Hedge Trimmer 51" Long Staff
2 Mower 72in, Recycler
1 Edger Stick Type
1 Truck and Tools Equipment
�'fj Safety• Teamwork • Quality • Integrity 21
Page 282
Labor Tot.:il $300.00
$0.00
$0.Ol
S0.00
lrrii;::.:1\i,:in p.-,rb - l'TW,c. p.rt::s
2.00
1.00
EA $99.00
EA $17.00
LS $25.00
$196D0
$2.IDO
$0.00
$0.00
Extra Work Pricing
When a customer desires additional work or an emergency arises where work above and beyond the
contract scope becomes necessary, there must be some mechanism to quickly communicate and agree
upon the cost. Many times, situations arise where it is difficult to come up with a cost ahead of time. We
solve that issue with the following:
Our process is designed to ensure
clarity and professionalism, founded
on the principles of Simplicity,
Transparency, Honesty, and No
P O S A Proposal
1 _._N :: �. ,- •' :,. ' :. 1 " c. Not to Extced Pricing E.-"-""'...,•,.,.• .,.... --------------- ,
Th:- fclra11tng...,'OrilIs bid.1t 'ti� afliom..ao..�ttmcnt of lnd..e.irt.il P.cl.11Loo!;a.:i.l1d�g,Nllon�br: j M.nrlten:lnce
PROJECTINF-ORM,,_.;.AT,;.;l,f'-0-,,N,--.,,.-,,--,,-----------,
Surprises. C&mt/Ptoject: 5.,3mp1e(Eent �J'.(Jje_� N�JTlo!! I
Job t�.:imo: ��pl-�JC1b_Name- lt�.1ti<Jn i:tepai!_ I
Job Addte:ss: 123 tint Str�t,Anywl1t!1t:, CA 90001
935 JJ:I 123.£67
935 .,1 7�91011
I
Jab Oe.s.uiption: Tnis is .:idescriptioir of thewarl.pto,"kled.Tw.! detcriptX!n will h.:t.'(! Coough infa�tian losh:iw
wher-eecadty lhtiwCrkis to be dooe1 wh.1t r. to be d=u,ti .,nd when it wi!Jbe,:omplt!le!d. If an issue arises that alters the scope TheinforfT\,3tian below U .,n estimate whkb mlnt be :ipprn-.�by tm customer prior to st..,rtmg '#Jd. /tis., of the original estimate, we will
revise the proposal accordingly and
resubmit it for client approval. The
updated proposal will include clear
explanations and supporting
documentation, such as photos.
Work will not proceed until the client
has reviewed and approved the
revised scope and associated costs,
ensuring full agreement before
..Not to UCM-d" pricingp,Opas:il. Th�Cfore, fin.:il•hilm,gwiDbe less th.1n Oreqwl ta thU pr-tiposedpricing.
LABOR
Cla:s:iificrtian OJROate lkturtvAmc R•l/01 Houn TOTAL
1/21/10-li $.96.91 A.c� $0.00
$0.00
L;:it1dsc.1pcOpct.:rtil'\; tngi,�il)r $0.00
�niatTr� Trimmer $0.00
Tr�Trffl\mei $0.00 $0.00 TrC'<G!! tount.biicflon
$0.00
$0.00
$300.00 sirno
moving forward. MATERIAL/SU B5/0TH�R' 1�•�•!.._,,;""'""I
Oe!UiDtion of Materi� S�b�rtithO·rh,,fmrt,dump, etc,)
[quipmcnt Tot.:il
Quantity Uhit Unit Cost
$0.00
TOTAL
TOTALS Moteri•I/Su�I/Othe, Total
Note: Upon bilfmg. C.apit!s af.1ll purdi.nes of tn.lle1i.ah, Llbor Total $
cquipm�t rent.1h,sub::ontr.1dat irl\'lke:s,,lo.l�utl>.!l\. [quipment Tot.11 S
$255.00
300.00
will b�submitled with tlr.! billing irl'lo'oX:.e. MMerial/Subs/Othcr Tot;:il $ 255.00
15� Markup on M.neriaVSubs/Othet Tot.:il_,S_ _,.1,..,s..,.25,..
Tot.ii Not·TO·h:tccd Propos;,l(ost S 59.3.2:i
Submitted, Accepted,
H.lrncaf Prop,:uer
Til3e of Propa!aer
tfo1ne of C.uslOrtY.:!I ApplO\'mg
litk! of Ctatorm, AµprovLns
Safety• Teamwork• Quality• Integrity 22
4-Step Pricing Process
The sample proposal to the right
pertains to an irrigation-related
project, where multiple valves
require replacement due to damage
sustained in an auto accident.
Page 283
Core Elements
- Plant Identification
- Sod Installation
- Irrigation Identification
1.1O - Lateral Repair and Head Adjustment
Landscape Maintenance Elements
3.01 - Written General Comprehension
3.02 - Pruning
3.03 - 21" Mower
3.04 - Intermediate Walk-Behind Mower
3.05 - Aerator
3.06 - Edger & Trimmer
3.07 - Riding Mower
3.08 - Pesticides
3.09 - Fertilizer
3.1O - Power Blower
Irrigation Elements
4.01 - Irrigation General Comprehension
4.02 - Irrigation Plan Reading
4.03 - Lateral Installation
4.04 - Mainline Installation
4.05 - Valve Repair
4.06 - Valve Wiring
4.07 - Pipe Installation Equipment
1.14 - Chainsaw
Continual Employee Training
The Certified Landscape Technician Test is widely regarded as one of the most challenging exams across
any industry. It is a timed, hands-on field test that covers a wide range of skills and disciplines essential
for landscape work. Three certifications can be earned through this test: Certified Landscape Technician
in Landscape, Maintenance, and Irrigation. Each category has its own specific modules, but all candidates
must pass a core set of 13 modules. Employees at Mariposa not only maintain their current CLT skills but
are also continuously working to expand their knowledge and pursue further certifications.
�lj Safety• Teamwork• Quality• Integrity 23
Page 284
Safety• Teamwork• Quality• Integrity 24
Safety
Employee safety is our highest priority. At Mariposa Landscapes, we have implemented thorough and
continuous safety training for all our employees. We have specially designed intensive training programs
for new and onboarding employees that include both on-site training and classroom sessions.
Furthermore, all employees are required to participate in ongoing training sessions to prevent accidents,
ensure the safe handling of equipment, and develop their judgment in anticipating hazards before they
occur. Additionally, on new sites or sites new to the employees, a supervisor conducts site-specific risk
prevention training focusing on the most frequent hazards and risks known to the site and region.
Employee Training & Supervision
Figure 1: Employee Troining Held On-site
Our safety program is built on thorough employee training
and supervision, with the main objective to ensure a safe
work environment through well-prepared personnel.
Training begins within the first 3 days of employment,
following a structured agenda that covers orientation,
safety basics, equipment and chemical safety, and
practical training and review. This initial training covers
the use of equipment, chemicals, supplys, and protective
gear. To maintain high safety standards, ongoing training
is provided weekly and bi-monthly, ensuring all employees
stay up-to-date with the latest safety protocols.
Training in the Use of Supplies, Chemicals and Equipment
We divide this training session into the following modules:
Supplies & Chemicals Equipment
Safety Basics All exposed employees receive
training on chemical safety
fundamentals, including hazard
identification, labeling systems,
proper storage, and interpreting
Safety Data Sheets to understand
chemical properties and risks.
Familiarization This training covers the proper use
of equipment, including chainsaws,
hedge trimmers, edgers, blowers,
mowers, and trailers, with an
overview of each machine's
functions, common uses, and
associated risks.
Safe Handling Comprehensive guidelines are
established for safely handling
herbicides, pesticides, fertilizers,
and cleaning agents. Employees are
trained on safe mixing, application,
storage, correct application rates,
and the importance of proper
ventilation.
Operational
Safety
This session covers the safe
operation of equipment, including
start-up, shutdown, proper use,
and safety checks. It focuses on
recognizing and avoiding hazards
like chainsaw kickback, trimmer
debris, and mower rollover risks.
Emergency Training includes protocols for spills,
leaks and exposure incidents so
employees can act quickly and
mitigate risks in a timely manner.
Maintenance &
Inspection
In this module we cover instruction
on routine and maintenance tasks,
such as sharpening blades,
changing oil and inspecting and
recognizing wear and tear.
Figure 2: Training on the Use of Supplies, Chemicals and Equipment
Page 285
Safety• Teamwork• Quality• Integrity 25
All of our training and safety sessions are led by our highly qualified supervisors or safety coordinators
who have been previously trained in safe and correct operating procedures and are determined by
competent management. All trainers have undergone certification from recognized agencies such as the
California Department of Pesticide Regulation and the American Heart Association. Trainers are selected
based on their expertise and ability to communicate effectively.
Protective Equipment
Our PPE program includes detailed instructions on the types of protective equipment required for various
tasks, as well as proper usage techniques and maintenance procedures to ensure equipment stays
effective. We follow strict internal protective equipment protocols and conduct regular unannounced site
inspection to verify that all PPE is in good condition and worn properly. All employees must wear the
appropriate PPE pictured below and in the following page. Workers wear appropriate PPEs as needed,
where job safety requires it.
Ongoing Training
Ongoing and continuous training are of great importance to our company. We hold weekly meetings
designed to keep employees updated on specific seasonal hazards (for instance, when we have noticed
an increase in snake sightings), new equipment, site-specific risks or updated safety practices regarding
chemicals or equipment used. Our supervisors hold regular evaluations to reinforce safety protocols and
accident prevention but also to improve performance.
Aside from our weekly meetings, we hold bi-monthly long-format sessions which last from 2-3 hours and
provide insights, feedback and learnings from new job sites and new site challenges. In these sessions,
new materials and chemicals are being discussed and introduced to the team. Equipment training
courses are often held separately or in smaller groups. Supervisors and trainers conduct daily
inspections to identify and reduce potential hazards, ensuring compliance with safety procedures. Their
checklists cover proper PPE usage and protocols, equipment condition, chemical storage, and work zone
setup. All findings and learnings are then discussed in our bi-monthly meeting and focus on areas where
improvements can be made. Employees are encouraged to provide feedback on safety practices, helping
to identify new hazards and refine training programs.
Page 286
Safety• Teamwork• Quality• Integrity 26
MARlPOSA LANDSCAPES lNC.
MAINTENANCE DIVISION - PPE (PERSONAL PROiE.CTIVE EQUIPMENT) REQUIREMENTS
Safety Work
SaFety Hearing Work
5afel',' Work Safeti,•
Boots Vest
No!e: T1M PPE1,'h,,tm(od here i5 for yoc1r .,;;i/f1!.1/, fa1/ure fO (of.low t/1et;,E, .-.e171.1Jren;1e11(-5
could /em-/ to ir1/1uy and/or d.isdpli'!wry a,c:tioH, l�:, fo mid including te,·rr.,in;,i/,irrn. * Optia,11al Eq1L1ipme1111t
Page 287
Safety• Teamwork• Quality• Integrity 27
The key points of its strategy to achieve this are:
• Minimize waste by evaluating operations and ensuring they are as efficient as possible.
• Minimize toxic emissions through the selection and use of its fleet and equipment.
• Actively promote recycling both internally and amongst its customers and suppliers.
• Meet or exceed all the environmental legislation that relates to the Company.
• Adhere to all local codes and ordinances regarding water conservation.
Green Initiative
Mariposa Landscapes, Inc. is dedicated to implementing environmentally sustainable practices and energy
conservation measures. We operate a comprehensive recycling program for green waste and paper
products, which is enforced at both our local offices and all job sites.
Our company currently uses hybrid vehicles and is actively researching and pursuing the adoption of
hybrid equipment for use on our contracts. We are committed to being as environmentally responsible as
possible and are continuously expanding our operations to meet this goal.
Mariposa Landscapes has earned certification from the American Green Zone Alliance under the
Sustainable Land Care Certification (Electric Equipment). This certification ensures we are at the forefront
of industry advancements, selecting cost-effective solutions with the latest commercial-grade electric
small equipment.
We colla borate closely with clients to optimize water usage wherever possible. With hundreds of ET
"Smart" Controller installations over the years, we are proficient in assessing properties for water-saving
opportunities, providing tailored solutions, and programming these advanced irrigation devices for
maximum efficiency.
Beyond these initiatives, we remain committed to leading the industry in minimizing environmental
impact and advancing sustainable practices.
Page 288
Integrated Pest Management Program
Safety• Teamwork• Quality• Integrity 28
Integrated pest management (1PM) is an
ecosystem-based strategy that focuses on
long-term prevention of pests or their
damage through a combination of
techniques such as biological control,
habitat manipulation, modification of
cultural practices, and use of resistant
varieties. Pesticides are used only after
monitoring indicates they are needed
according to established guidelines, and
treatments are made with the goal of
removing only the target organism. Pest
control materials are selected and applied in
a manner that minimizes risks to human
health, beneficial and non-target organisms,
and the environment.
Biological Control Biological control is the use of natural enemies-predators,
parasites, pathogens, and competitors-to control pests and their
damage. Though Mariposa does not introduce any beneficial
organisms into the environment, we do identify and encourage
their presence.
Cultural Controls Cultural controls are practices that reduce pest establishment,
reproduction, dispersal, and survival. For example, changing
irrigation practices can reduce pest problems, since too much
water can increase root disease and weeds.
Mechanical & Physical
Controls
Mechanical and physical controls kill a pest directly or make the
environment unsuitable for it. Traps for rodents are examples of
mechanical control. Physical controls include mulches for weed
management, steam sterilization of the soil for disease
management, or barriers such as screens to keep birds or insects
out.
Chemical Controls Chemical control is the use of pesticides. Mariposa Landscapes
uses pesticides only when needed and in combination with other
approaches for more effective, long-term control. Also, pesticides
are selected and applied in a way that minimizes their possible
harm to people and the environment. With 1PM we use the most
selective pesticide that will do the job and be the safest for other
organisms and for air, soil, and water quality.
Page 289
Job Start Up
-
Notice to
Proceed
�0-Day
Job Start Evaluation
60-Day
Evaluation
90-Day
Evaluation
Contract Execution and Official Notice to Proceed
For new contracts, we need a signed commitment before purchasing trucks and equipment. Startups
within 30 days may face supply chain delays, so we prefer a 60 to 90-day lead time. During this period, we
may have meetings with the client to introduce the team and review the schedule. We also use this time
to prepare area maps, take measurements, and order necessary materials like fertilizer, weed control
products, and other supplies.
Job Start
On the first day of the project, our crews will be equipped with detailed maps, task lists, and an initial
schedule. Our management team is actively involved in logistics at this stage. We also conduct a thorough
inspection of the irrigation systems with our technicians. If any issues, such as broken or inoperative
components, are identified, we will create a detailed list of required repairs, including pricing and a
completion schedule for the customer.
30-Day Evaluation
At the 30-day mark, we will hold a special evaluation meeting with the customer. This meeting addresses
aspects of the project that may not have been fully outlined in the scope or specifications, such as
customized timelines, work sequences, and specific site needs. We will review the progress so far, identify
successes, and discuss any areas requiring adjustment. The customer will receive an action plan with clear
timelines for any necessary changes, along with an updated irrigation system inspection.
60-Day Evaluation
By the 60-day point, we expect operations to be running smoothly and in line with expectations. We will
conduct a customer survey to assess their experience with the proposal process, the transition to
operations, and overall job performance. Our goal is to achieve the highest satisfaction score possible and
ensure complete customer satisfaction.
90-Day Evaluation
At the 90-day mark, the customer will receive a survey with a single question: "Would you recommend
Mariposa Landscapes to other customers right now?" Our goal is to receive an enthusiastic "Yes"
response, confirming their satisfaction and confidence in our services.
�ij Safety• Teamwork• Quality• Integrity 29
'--.../
Page 290
Exhibit C
City of Rancho Cucamonga - Non-Construction Procurement Bid Results for Project Request for Proposal (RFP) #25/26-005 for Landscape and Irrigation Maintenance for PD 85 Parks (Request for Proposal (RFP) #25/26-005 for Landscape and Irrigation Maintenance for PD 85 Parks)
Issued on 04/21/2025
Bid Due on June 11, 2025 9:00 AM (PDT)
Exported on 07/29/2025
Line Totals (Unit Price * Quantity)
Item Section Description Unit of Measure Quantity Mariposa Landscapes Inc.
1 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Pest Control LS per Mon 1 $405.00
2 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Tree Maintenance LS per Mon 1 $135.00
3 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 384980 $3,926.80
4 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Turf Maintenance SF per Mon 1197900 $6,588.45
5 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1 $135.00
6 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1 $135.00
7 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1 $675.00
8 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Features Maintenance - Playground Maintenance LS per Mon 1 $135.00
9 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Features Maintenance - Picnic Area Maintenance LS per Mon 1 $135.00
10 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Features Maintenance - Lake Maintenance LS per Mon 1 $135.00
11 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1 $428.00
12 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1 $135.00
13 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Debris Management - Litter Control LS per Mon 1 $135.00
14 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Debris Management - Trash Containers LS per Mon 1 $135.00
15 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Debris Management - Trash Bin Enclosures LS per Mon 1 $135.00
16 Service Level "B" per Schedule I for Routine Maintenance at Red Hill Park Debris Management - Graffiti Removal LS per Mon 1 $135.00
Subtotal $13,508.25
$359.00
$120.00
$5,831.60
$3,598.06
$120.00
$120.00
$599.00
$120.00
$120.00
$390.00
$120.00
$120.00
$120.00
$120.00
$120.00
$11,977.65
$323.00
$108.00
$3,118.34
$5,270.76
$108.00
$108.00
$539.00
$108.00
$108.00
$108.00
$334.00
$108.00
$108.00
$108.00
$108.00
$108.00
$10,773.10
$287.00
$96.00
$4,720.82
$2,866.25
$96.00
$96.00
$478.00
$96.00
$96.00
$242.00
$96.00
$96.00
$96.00
$96.00
$96.00
$9,554.06
$254.00
$85.00
$2,463.87
$4,192.65
$85.00
$85.00
$424.00
$85.00
$85.00
$85.00
$211.00
$85.00
$85.00
$85.00
$85.00
$85.00
$8,480.52
$226.00
$75.00
$3,702.60
$2,256.41
$75.00
$75.00
$376.00
$75.00
$75.00
$211.00
$75.00
$75.00
$75.00
$75.00
$75.00
$7,522.01
$17.00
$45.00
$130.00
$17.00
$40.00
$45.00
$85.00
$379.00 $4,250.00
17 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Pest Control LS per Mon 1
18 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Tree Maintenance LS per Mon 1
19 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 925650
20 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Turf Maintenance SF per Mon 609840
21 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1
22 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1
23 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1
24 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Features Maintenance - Playground Maintenance LS per Mon 1
25 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Features Maintenance - Picnic Area Maintenance LS per Mon 1
26 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1
27 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1
28 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Debris Management - Litter Control LS per Mon 1
29 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Debris Management - Trash Containers LS per Mon 1
30 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Debris Management - Trash Bin Enclosures LS per Mon 1
31 Service Level "B" per Schedule I for Routine Maintenance at Heritage Park Debris Management - Graffiti Removal LS per Mon 1
Subtotal
32 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Pest Control LS per Mon 1
33 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Tree Maintenance LS per Mon 1
34 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 384980
35 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Turf Maintenance SF per Mon 1197900
36 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1
37 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1
38 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1
39 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Features Maintenance - Playground Maintenance LS per Mon 1
40 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Features Maintenance - Picnic Area Maintenance LS per Mon 1
41 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Features Maintenance - Lake Maintenance LS per Mon 1
42 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1
43 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1
44 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Debris Management - Litter Control LS per Mon 1
45 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Debris Management - Trash Containers LS per Mon 1
46 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Debris Management - Trash Bin Enclosures LS per Mon 1
47 Service Level "C" per Schedule I for Routine Maintenance at Red Hill Park Debris Management - Graffiti Removal LS per Mon 1
Subtotal
48 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Pest Control LS per Mon 1
49 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Tree Maintenance LS per Mon 1
50 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 925650
51 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Turf Maintenance SF per Mon 609840
52 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1
53 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1
54 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1
55 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Features Maintenance - Playground Maintenance LS per Mon 1
56 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Features Maintenance - Picnic Area Maintenance LS per Mon 1
57 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1
58 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1
59 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Debris Management - Litter Control LS per Mon 1
60 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Debris Management - Trash Containers LS per Mon 1
61 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Debris Management - Trash Bin Enclosures LS per Mon 1
62 Service Level "C" per Schedule I for Routine Maintenance at Heritage Park Debris Management - Graffiti Removal LS per Mon 1
Subtotal
63 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Pest Control LS per Mon 1
64 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Tree Maintenance LS per Mon 1
65 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 384980
66 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Turf Maintenance SF per Mon 1197900
67 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1
68 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1
69 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1
70 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Features Maintenance - Playground Maintenance LS per Mon 1
71 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Features Maintenance - Picnic Area Maintenance LS per Mon 1
72 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Features Maintenance - Lake Maintenance LS per Mon 1
73 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1
74 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1
75 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Debris Management - Litter Control LS per Mon 1
76 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Debris Management - Trash Containers LS per Mon 1
77 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Debris Management - Trash Bin Enclosures LS per Mon 1
78 Service Level "D" per Schedule I for Routine Maintenance at Red Hill Park Debris Management - Graffiti Removal LS per Mon 1
Subtotal
79 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Pest Control LS per Mon 1
80 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Tree Maintenance LS per Mon 1
81 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Shrub, Groundcover, Vine and Mulch Maintenance SF per Mon 925650
82 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Turf Maintenance SF per Mon 609840
83 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Hardscape Maintenance Including Sweeping LS per Mon 1
84 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Landscaping Maintenance - Decomposed Granite Surfacing LS per Mon 1
85 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Irrigation System Maintenance per Section 900-2.1.2 LS per Mon 1
86 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Features Maintenance - Playground Maintenance LS per Mon 1
87 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Features Maintenance - Picnic Area Maintenance LS per Mon 1
88 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Structures Maintenance - Restroom Building Maintenance LS per Mon 1
89 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Structures Maintenance - Drinking Fountain Maintenance LS per Mon 1
90 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Debris Management - Litter Control LS per Mon 1
91 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Debris Management - Trash Containers LS per Mon 1
92 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Debris Management - Trash Bin Enclosures LS per Mon 1
93 Service Level "D" per Schedule I for Routine Maintenance at Heritage Park Debris Management - Graffiti Removal LS per Mon 1
Subtotal
94 Extra Work Schedule - Planting Plant One (1) Gallon Tree and Stake Unit Cost 1
95 Extra Work Schedule - Planting Plant Five (5) Gallon Tree and Stake Unit Cost 1
96 Extra Work Schedule - Planting Plant Fifteen (15) Gallon Tree and Stake Unit Cost 1
97 Extra Work Schedule - Planting Plant One (1) Gallon Shrub Unit Cost 1
98 Extra Work Schedule - Planting Plant Five (5) Gallon Shrub Unit Cost 1
99 Extra Work Schedule - Planting Plant One (1) Flat Groundcover Unit Cost 1
100 Extra Work Schedule - Planting Plant and Grade One (1) Cubic Yard of Mulch Unit Cost 1
Subtotal 101 Extra Work Schedule - Sports Field Renovations Soccer Field Renovation LS 1
Page 291
102 Extra Work Schedule - Sports Field Renovations Softball Field Renovation (No Turf in infield) LS 1 $3,950.00
103 Extra Work Schedule - Sports Field Renovations Baseball Field Renovation, 60' Field LS 1 $1,650.00
104 Extra Work Schedule - Sports Field Renovations Baseball Field Renovation, 90' Field LS 1 $5,150.00
Subtotal $15,000.00
105 Extra Work Schedule - Hourly Labor Rates General Laborer Hour 1 $49.00
106 Extra Work Schedule - Hourly Labor Rates Skilled Laborer Hour 1 $56.00
107 Extra Work Schedule - Hourly Labor Rates Irrigation Repair Technician Hour 1 $75.00
108 Extra Work Schedule - Hourly Labor Rates Licensed or Certified Chemical Applicator Hour 1 $65.00
Subtotal $245.00
Total $77,439.59
Page 292
DATE:September 16, 2025
TO:Mayor and Members of the City Council
FROM:John R. Gillison, City Manager
INITIATED BY:Peter Castro, Deputy City Manager, Administrative Services
Jevin Kaye, Finance Director
Rick Flinchum, Deputy Finance Director
SUBJECT:Consideration of Amendment No. 001 to the Professional Services
Agreement with OpenGov, Inc. for Budget Management Software
Services (CO #2024-224) to Renew the Contract for One (1) Additional
Year in an Amount not to Exceed $360,258.30. (CITY)
RECOMMENDATION:
Staff recommends the City Council approve Amendment No. 001 to the Professional Services
Agreement, CO #2024-224 with OpenGov, Inc. for Budget Management Software Services for
the Finance Department.
BACKGROUND:
On December 18, 2024, the City Council approved CO #2024-224, approving a one-year contract
with OpenGov, Inc. for budgetary management and development software to serve as the City’s
primary budgeting platform. At the time, the City engaged in a one-year contract with two options
to renew for two (2) separate one-year terms.
After utilizing the platform for the development of the current Fiscal Year 2025/26 budget, the City
and the Finance Department have opted to extend the contract with OpenGov, Inc. for an
additional year in support of the upcoming budget development process for Fiscal Year 2026/27.
ANALYSIS:
The original contract approved on December 18, 2024, included Year 1 platform costs and
implementation services of $215,890.35. With implementation now complete, this amendment
covers only Year 2 platform costs of $144,367.95. The revised contract total for Years 1 and 2 is
$360,258.30, reflecting the full scope of services.
FISCAL IMPACT:
The Fiscal Year 2025/26 Adopted Budget for the City includes sufficient funding for the fees
associated with the continuation of the contract for budget management software services.
COUNCIL MISSION / VISION / VALUE(S) ADDRESSED:
The approval of this contract extension supports the City Council’s core value of providing and
nurturing a high quality of life for all by demonstrating the prudent and collaborative management
of the City’s budget and ensuring transparent presentation of the budget on an annual basis.
ATTACHMENTS:
Attachment 1 – Amendment No. 001 to CO #2024-224, Renewing the Contract for One (1)
Additional Year in an amount not to exceed $360,258.30.
Page 293
Amendment No. 001
To
Professional Services Agreement (CO #2024-224)
Between
OpenGov, Inc. (hereinafter “Consultant”)
And
City of Rancho Cucamonga (hereinafter the “City”)
THIS AMENDMENT NO. 001 TO PROFESSIONAL SERIVCES AGREEMENT (CO #2024-224),
made as of September 16, 2025 and effective as of December 18, 2025 (hereinafter the “First Amendment”),
is entered into between the CITY OF RANCHO CUCAMONGA (hereinafter the “City”), and OPENGOV,
INC (hereinafter the “Consultant”). The CITY and CONSULTANT may be referred to collectively as the
“Parties.”
WHEREAS, CITY and OPENGOV, INC. (hereinafter “PFMAM”) entered into an Agreement for
Professional Services, dated December 18, 2024 (the “Original Agreement”), whereby OpenGov, Inc.
provides budget management software services to CITY; and
WHEREAS, the Existing Agreement by its terms expires on December 17, 2025; and
WHEREAS, the Parties now desire to enter into this First Amendment to extend the term of the
Existing Agreement; and
WHEREAS, the Existing Agreement, as amended by First Amendment, is referred to herein as the
“Agreement.”
NOW, THEREFORE, CITY and CONSULTANT, in consideration of the premises and mutual
covenants herein contained, and intending to be legally bound, hereby agree as follows:
1. Paragraph 2 of the Agreement is hereby amended and restated in its entirety to read as follows:
2. Term of Agreement: Unless sooner terminated, extended as provided herein, or
otherwise indicated in an applicable Order Form, the term of this agreement shall be two
(2) years effective December 18, 2024. Consultant shall not commence to perform any of
the Services until given written notice to proceed, and then, only to the extent of such
notification. The City’s request that the Consultant not proceed shall not be considered a
breach of the Consultant’s duty to provide the services under this agreement. Following
ATTACHMENT 1
Page 294
the term of the contract, the City Manager may authorize renewal of this Agreement for
up to one (1), additional, one-year term.
2.Paragraph 3 of the Agreement is hereby amended and restated in its entirety to read as follows:
3.Compensation. City shall compensate Consultant as set forth in the Consultant’s
Order Form, attached hereto as “Exhibit A”, unless otherwise agreed upon in writing,
provided however, that full, total, and complete amount payable to Consultant shall not
exceed $360,258.30 (Three-Hundred Sixty Thousand Two-Hundred and Fifty Eight
Dollars and Thirty Cents). City agrees to pay invoices within 30 days. Invoices are
deemed received when Consultant emails them to City’s designated billing contact.
Obligations to pay fees are non-cancelable, and payments are non-refundable. City shall
not withhold any federal, state, or other taxes. The parties further agree that compensation
may be adjusted in accordance with Section 1.2 to reflect any agreed-upon changes to the
Scope of Work (“Additional Work”). City shall compensate Consultant for any
Additional Work as set forth in Exhibit B.
3.Except as provided herein, all provisions of the Existing Agreement shall remain in full force and
effect.
[Remainder of Page Intentionally Left Blank]
Page 295
IN WITNESS WHEREOF, the Parties hereto have caused this Second Amendment to be executed
by their authorized representatives as of the date set forth in the first paragraph of this Second Amendment.
CITY OF RANCHO CUCAMONGA
By:
Name:
Title:
OPENGOV, INC.
By:
Name:
Title:
Page 296
DATE:September 16, 2025
TO:Mayor and Members of the City Council
FROM:John R. Gillison, City Manager
INITIATED BY:Peter Castro, Deputy City Manager – Administrative Services
Jevin Kaye, Finance Director
Rick Flinchum, Deputy Finance Director
SUBJECT:Consideration of Amendment No. 2 to the Professional Services
Agreement with Eide Bailly, LLP for an Amount Not to Exceed $425,000
to Continue to Provide Accounting and Financial Consulting Services
and Authorize a Transfer of Appropriation in the Amount of $425,000.
(CITY)
RECOMMENDATION:
Staff Recommends the City Council approve Amendment No. 2 of Contract Number 2025-026
with Eide Bailly, LLP for an amount not to exceed $425,000 to continue to provide accounting and
financial consulting services and Authorize a Transfer of Appropriation in the Amount of $425,000
BACKGROUND:
Over the last two years, the City’s Finance Department has experienced significant turnover of
high-level staff, and to date, the Department still has two vacancies in the Senior Accountant
position and a vacancy in the Principal Accountant position. Since Eide Bailly, LLP began working
with the City in March of 2025, they have assisted the City in building core, foundational practices
to implement in the Finance Department (i.e. monthly check lists, year-end checklists, policy
analysis) and have also helped the City complete bank reconciliations, book fixed assets into
Workday, assisted in preparing for the annual audit and have made recommendations on how to
improve financial operations.
ANALYSIS:
On March 5, 2025, the City entered into a contract with Eide Bailly, LLP, to provide the Finance
Department with Accounting and Financial Consulting Services. On July 16, 2025 (Item No. D21),
the City Council approved Amendment No. 1 of Contract No. 2025-026 for Eide Bailly to continue
to provide accounting and financial consulting services to prepare for the City’s annual audit.
Since that time, the Accounting Division within the Finance Department has experienced
additional vacancies, along with the expectation of three new accounting staff starting before the
end of October 2025. Amendment No. 2 of this contract will ensure Eide Bailly continues to assist
with year-end audit preparation and successfully onboard the new accounting staff through the
end of the current fiscal year.
Page 297
Page 2
3
0
3
5
FISCAL IMPACT:
Staff recommends that the City Council approve Amendment No. 2 with Eide Bailly, LLP for a
total not-to-exceed $425,000. It is also recommended that a transfer of appropriation be
completed in the amount of $425,000 in realized savings from the Sheriff’s Contract (Schedule A)
to the Finance Department to support the contract amendment. These credits are received by the
City during contract billings and recognizing them results in a net-zero impact to the General Fund
for this action.
Fund G/L Account Description Amount Increase/Decrease
General
Fund
F001|CC206|SC2106 Finance
Contract
Services
$425,000 Increase
General
Fund
F001|CC701|SC2106|P0035|A0184 Police
Contract
Services
Sheriff’s
Contract
($425,000)Decrease
COUNCIL MISSION / VISION / VALUE(S) ADDRESSED:
The approval of this item supports the City Council’s core value of providing and nurturing a high
quality of life for all by demonstrating the active, prudent fiscal management of the City’s financial
resources in order to support the various services the City provides to all Rancho Cucamonga
stakeholders
ATTACHMENTS:
Attachment 1 – Amendment No. 2
Page 298
eidebailly.com
10681 Foothill Blvd., Ste. 300 | Rancho Cucamonga, CA 91730-3831 | T 909.466.4410 | F 909.466.4431 | EOE
1
September 2, 2025
Jevin Kaye, Finance Director
City of Rancho Cucamonga
10500 Civic Center Drive
Rancho Cucamonga, CA. 91730
Dear Mr. Kaye,
Thank you for giving Eide Bailly the opportunity to provide continued services to the City. Pursuant to our
Agreement for professional services dated March 10, 2025, we have prepared this amendment to our
Agreement to increase the compensation set forth in Section 3.1 of the Agreement. The fee for this amendment
is $425,000 bringing the Agreement total to $695,000.
The terms and definitions used herein are those set forth in the Agreement.
There shall be no change to the Scope of Work.
This Amendment and the Agreement contain the entire agreement between the Parties with respect to the
subject matter hereof, and they supersede all prior or contemporaneous agreements in connection with the
subject matter. Nothing in this Amendment relieves the Consultant of its obligation to perform as required by
the Agreement or any previous Addendums or Amendments unless expressly stated herein. No modification
of this Amendment or the Agreement shall be binding unless executed in writing by the Parties hereto. Except
as expressly modified herein, the terms and provisions of the Original Agreement remain in full force and
effect.
This Amendment and other actions and documents related to the original Agreement may be executed in any
number of counterparts, each of which when executed and delivered will for all purposes be deemed to be an
original, and all of which taken together will constitute one and the same document. The counterparts of this
Amendment and all other actions and documents executed in connection herewith may be executed and
delivered by facsimile or other electronic signature by any of the parties to any other party and the receiving
party may rely on the receipt of such document so executed and delivered by facsimile or other electronic
means as if the original had been received. The parties agree that the electronic signature of a party to this
Amendment and any other actions and documents related to the original Agreement, shall be as valid as an
original signature of such party and shall be effective to bind such party to this Amendment. The parties agree
that any electronically signed document (including this Amendment) shall be deemed (i) to be “written” or “in
writing,” (ii) to have been signed and (iii) to constitute a record established and maintained in the ordinary
course of business and an original written record when printed from electronic files.
ATTACHMENT 1
Page 299
2
For fiscal years subsequent to the one ending June 30, 2025, Eide Bailly will increase its rates by 3.5%.
Accordingly, our fees will be invoiced on an hourly basis pursuant to the chart below.
EB Staff Hourly Rate Hourly Rate*
Partner
Director
Senior Manager
$383
$361
$328
$396
$374
$339
Manager
Supervisor
$274
$243
$284
$251
Senior Associate $208 $215
Staff Associate $164 $170
*effective July 1, 2025
Services are expected to be performed remotely. Where an on-site visit seems warranted, we will make every
effort to accommodate it.
It is expected that the City accepts responsibility for the results of the services being provided and agrees to
perform the following functions in connection with this engagement:
Make all management decisions and perform all management functions,
Designate a competent individual to oversee the services,
Evaluate the adequacy and results of the services performed,
Accept responsibility for the results of the services, and
Establish and maintain internal controls, including monitoring ongoing activities.
Sincerely,
Dr. Bradford Rockabrand, CPA
Partner
***************************************************************
RESPONSE:
This letter correctly sets forth our understanding.
Acknowledged and agreed on behalf of City of Rancho Cucamonga by:
Name: _______________________________________________________________
Title: ________________________________________________________________
Date: ________________________________________________________________
Page 300
DATE:September 16, 2025
TO:Mayor and Members of the City Council
President and Members of the Board of Directors
FROM:John R. Gillison, City Manager
INITIATED BY:Maritza Martinez, Public Works Services Director
Mike McCliman, Fire Chief
Andy Miller, Facilities Superintendent
Mark Medina, Management Analyst I
SUBJECT:Consideration of Amendment No. 3 to Contract No. 2022-069 with Able
Building Maintenance (ABM) for Window Cleaning Services in an Amount
Not to Exceed $130,000 for City and Fire District Facilities for FY 2025/26.
(CITY/FIRE)
RECOMMENDATION:
Staff recommends the City Council and Fire Board of Directors approve Amendment No. 3 to
Contract No. 2022-069 with Able Building Maintenance extending the term of the contract to June
30, 2026, in an amount not to exceed $130,000 for City and Fire District facilities during FY
2025/26.
BACKGROUND:
On June 1, 2022, the City Council and Fire Board of Directors accepted the bids received for
window cleaning services and awarded Contract No. 2022-069 to Able Building Maintenance. The
contract has an option to renew in one year increments up to a total contract term of seven years
ending June 30, 2029. With the third year coming to an end, staff is requesting the City Council
and Board of Directors renew Contract No. 2022-069 with Able Building Maintenance for an
additional year for window cleaning services with an annual not to exceed amount of $130,000.
ANALYSIS:
Able Building Maintenance has submitted a Letter of Intent expressing their desire to continue
providing window cleaning services for the City and Fire District during FY 2025/26 with no rate
increase. Able Building Maintenance has been competitive, responsive and continues to provide
great service to the City and Fire District. If approved, Amendment 3 to Contract No. 2022-069
will extend the term of the contract to June 30, 2026 with no rate increase to the service provided.
A copy of this agreement is available in the City Clerk’s Office.
FISCAL IMPACT:
The approved FY 2025/26 Budget includes sufficient funding for window cleaning services in
several contract services line items.
The contract spending limit of $130,000 includes a contingency for unforeseen extra work.
Page 301
Page 2
2
9
8
2
COUNCIL MISSION / VISION / GOAL(S) ADDRESSED:
This item addresses the City Council’s core value of promoting and enhancing a safe and healthy
community for all by ensuring the City and Fire District facilities are properly maintained.
ATTACHMENTS:
Attachment 1 – Letter of Intent and Rate Sheet
Page 302
14201 Franklin Avenue, Tustin, CA 92780
September 5, 2025
Andrea Bauer
Management Analyst I
Public Works Services Department City of Rancho Cucamonga
8794 Lion Street
Rancho Cucamonga, CA 91730
RE: City of Rancho Cucamonga Window Cleaning Services Contract
Dear Ms. Bauer,
This letter is to notify the City of Rancho Cucamonga of ABM’s intent to continue providing window
cleaning services for the Rancho Cucamonga Portfolio for the fiscal year starting on July 1, 2025, and
ending on June 30, 2026.
ABM does not foresee any increases in pricing for this contract through June 30, 2026 and will honor
the attached pricing sheet for this fiscal year.
Please feel free to contact me at (714) 878-6667 or via email at Michael.Keegan@ablm.com,
Jonathan Barrales at (925) 941-7512 or via email at Jonathan.Barrales@abm.com, or to contact
Jennifer Duran at (909) 641-2563 or via email at Jennifer.Duran@abm.com should you have any
questions or concerns.
Best Regards,
Michael Keegan
Regional Director
ATTACHMENT 1
Page 303
Vendor: Able Building Maintenance Contract No: CO 2022‐069
Project: Window Cleaning Services for Various City Facilities Subject: Pricing for July 1, 2025 through June 30, 2026
Item No. Bldg/Site Frequency Annual Periods Periodic Price Annual Price
City Hall
Cleaning interior Glass and Sills (less Cupola and Main
1 Entrance) Semi Annual 2 $ 693.00 $ 1,386.00
Cleaning Exterior Glass and sills (less Cupola and Main
2 Entrance Quarterly 4 $ 693.00 $ 2,772.00
3 Cleaning Interior Main Entrance Façade and doors Bi Monthly 6 $ 198.00 $ 1,188.00
4 Cleaning Exterior Main Entrance Façade and doors Bi Monthly 6 $ 198.00 $ 1,188.00
5 Cleaning Interior Cupola Semi Annual 2 $ 149.00 $ 298.00
6 Cleaning Exterior Cupola Semi Annual 2 $ 149.00 $ 298.00
$ 7,130.00
Public Safety
7 Cleaning Interior Glass and Sills Quarterly 4 $ 693.00 $ 2,772.00
8 Cleaning Exterior Glass and Sill Quarterly 4 $ 693.00 $ 2,772.00
$ 5,544.00
Victoria Gardens Cultural Center
Cleaning Interior Glass and Sills (less Cupola and Main
9 Entrance) Semi Annual 2 $ 1,386.00 $ 2,772.00
Cleaning Exterior Glass and Sill (less Cupola and Main
10 Entrance) Bi Monthly 6 $ 693.00 $ 4,158.00
11 Cleaning Interior Main Entrance Façade and Doors Monthly 12 $ 396.00 $ 4,752.00
12 Cleaning Exterior Main Entrance Façade and doors Monthly 12 $ 396.00 $ 4,752.00
13 Cleaning Interior Cupola Semi Annual 2 $ 149.00 $ 298.00
14 Cleaning Exterior Cupola Semi Annual 2 $ 149.00 $ 298.00
$ 17,030.00
Victoria Gardens Public Safety
15 Cleaning Interior Glass and Sills Semi Annual 2 $ 149.00 $ 298.00
16 Cleaning Exterior Glass and Sills Bi Monthly 6 $ 149.00 $ 894.00
$ 1,192.00
Central Park/Community Centers
17 Cleaning Int. Glass Incl. Entry Arch and Partisans Bi Monthly 6 $ 1,648.00 $ 9,888.00
18 Cleaning Exterior Glass and Sills Monthly 12 $ 1,052.00 $ 12,624.00
$ 22,512.00
Epicenter/Sports Complex
Cleaning exterior concourse (includes all 3 levels of 19 Epicenter &
Exterior concessions) Monthly 12 $ 396.00 $ 4,752.00
Cleaning interior concourse (includes 5 interior arches,
20 gift shop and interior concessions) 29 $ 198.00 $ 5,742.00
21 Cleaning interior stadium (includes exterior side of suites) 29 $ 198.00 $ 5,742.00
$ 16,236.00
Archibald Library
22 Cleaning Int. Glass Incl. Entry Arch Semi Annual 2 $ 693.00 $ 1,386.00
23 Cleaning Exterior Glass and Sills Quarterly 4 $ 693.00 $ 2,772.00
$ 4,158.00
Lions Center ‐ East
24 Cleaning Interior Glass and Sills Quarterly 4 $ 149.00 $ 596.00
25 Cleaning Exterior Glass and Sills Bi Monthly 6 $ 149.00 $ 894.00
$ 1,490.00
Page 304
Vendor: Able Building Maintenance Contract No: CO 2022‐069
Project: Window Cleaning Services for Various City Facilities Subject: Pricing for July 1, 2025 through June 30, 2026
Item No. Bldg/Site Frequency Annual Periods Periodic Price Annual Price
Lions Center ‐ West
26 Cleaning Interior Glass and Sills Quarterly 4 $ 149.00 $ 596.00
27 Cleaning Exterior Glass and Sills Bi Monthly 6 $ 149.00 $ 894.00
$ 1,490.00
RC Family Resource Center
28 Cleaning Interior Glass and Sills Bi Monthly 6 $ 149.00 $ 894.00
29 Cleaning Exterior Glass and Sills Bi Monthly 6 $ 149.00 $ 894.00
$ 1,788.00
9th Street Corporate Yard
30 Cleaning Interior Glass and Sills Quarterly 4 $ 100.00 $ 400.00
31 Cleaning Exterior Glass and Sills Quarterly 4 $ 100.00 $ 400.00
$ 800.00
Animal Care and Adoption Center
32 Cleaning Interior Glass and Sills Quarterly 4 $ 297.00 $ 1,188.00
33 Cleaning Exterior Glass and Sills Quarterly 4 $ 297.00 $ 1,188.00
$ 2,376.00
Public Works Services Administration Building
34 Cleaning Interior Glass and Sills Quarterly 4 $ 396.00 $ 1,584.00
35 Cleaning Exterior Glass and Sills Quarterly 4 $ 396.00 $ 1,584.00
$ 3,168.00
RC Sports Center
36 Cleaning of the Exterior Windows Semi Annual 2 $ 693.00 $ 1,386.00
37 Cleaning of the Interior Windows Annual 1 $ 693.00 $ 693.00
38 Cleaning of the Interior Partition Glass Quarterly 4 $ 149.00 $ 596.00
$ 2,675.00
Fire Station 8
39 Cleaning Interior Glass and Sills Quarterly 4 $ 382.95 $ 1,531.80
40 Cleaning Exterior Glass and Sills Quarterly 4 $ 538.20 $ 2,152.80
$3,684.60
Service Calls ‐ Outside the basic services
1a Service Call Cleaning (interior) 1b Service Call Cleaning (exterior) Per Man‐hour Per
Man‐hour
39 Regular Working Hours Per Man‐hour $ 149.00
40 After Hours Per Man‐hour $ 149.00
41 Holiday Hours Per Man‐hour $ 149.00
$ 91,273.60
Page 305
DATE:September 16, 2025
TO:Mayor and Members of the City Council
FROM:John R. Gillison, City Manager
INITIATED BY:Jason C. Welday, Director of Engineering/City Engineer
Miguel Sotomayor, Principal Engineer
Ulises Benavente, Associate Engineer
SUBJECT:Consideration of a Request to Summarily Vacate Non-Vehicular Access
Rights along Arrow Route and Summarily Vacate a portion of a Service
and Emergency Access Easement of Tract Map 16909, Located at the
Southwest Corner of Haven Avenue and Arrow Route. (RESOLUTION
NO. 2025-073) (RESOLUTION NO. 2025-074) (CITY)
RECOMMENDATION:
Staff recommends the City Council adopt and authorize the recording of the attached resolutions
ordering the summary vacation of non-vehicular access rights along Arrow Route and summary
vacation of a portion of a service and emergency access easement of Tract Map 16909.
BACKGROUND:
On December 19, 2007, City Council approved the final map for Tract 16909. At the time the map
was recorded, a non-vehicular access easement and a service and emergency access easement
were dedicated to the City.
On June 22, 2022, the Planning Commission approved Case No. DRC2021-00200 for the
development of a mixed-use development comprised of 248 apartments and 23,750 square feet
of commercial space on a vacant site located at the southwest corner of Haven Avenue and Arrow
Route. The project was conditioned to vacate the existing non-vehicular access rights along Arrow
Route, and it was determined that the location of the emergency access easement along the
project site was not going to be utilized with the new layout of the new development.
ANALYSIS:
Section 8333(c) of the California Streets and Highways Code authorizes the City to summarily
vacate (by Resolution with no public hearing) a public service easement that has been
superseded by relocation or determined to be excess, and there are no other public utilities
located within the easement.
The adoption of the attached resolutions will authorize the summary vacation of the non-vehicular
access rights and the service and emergency access easement in accordance with the provisions
of the California Streets and Highways Code and will further authorize the City Clerk to record the
resolution with the County Recorder’s Office. This action is necessary to clear title and remove
restrictions that would otherwise conflict with the proposed site layout and access improvements
anticipated as part of the development.
Page 306
Page 2
3
0
2
8
FISCAL IMPACT:
No fiscal impact.
COUNCIL MISSION / VISION / VALUE(S) ADDRESSED:
This item addresses the City Council’s vision to build on our success as a world class
community, to create an equitable, sustainable, and vibrant city, rich in opportunity for all to
thrive through the construction of high-quality public improvements.
ATTACHMENTS:
Attachment 1 – Vicinity Map
Attachment 2 – Tract Map 16909
Attachment 3 – Resolution 2025-073
Attachment 4 – Resolution 2025-074
Page 307
ATTACHMENT #1
Case No. DRC2021-00200
Vicinity Map
NOT TO SCALE
Page 308
Page 309
Page 310
Page 311
Page 312
ATTACHMENT #3
RESOLUTION NO. 2025-XXX
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO
CUCAMONGA, CALIFORNIA, ORDERING THE SUMMARY VACATION
OF NON-VEHICULAR ACCESS RIGHTS ALONG ARROW ROUTE OF
TRACT 16909.
WHEREAS, the City Council of the City of Rancho Cucamonga, California, pursuant to Division 9, Part 3,
Chapter 4, of the Streets and highways Code, may summarily vacate an easement under certain conditions specified
therein; and
WHEREAS, certain non-vehicular access restrictions governing along Arrow Route in the City of Rancho
Cucamonga were dedicated as shown on the map of Tract 16909, filed in Book 331, pages 50 to 53 inclusive of
Maps in the Office of the County Recorder of San Bernardino County; and
WHEREAS, Section 8333(c) of the California Streets and Highways Code authorizes the City to summarily
vacate (by Resolution with no public hearing) a public service easement that has been superseded by relocation or
determined to be excess and there are no other public utilities located within the easement; and
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, HEREBY
RESOLVES, as follows:
SECTION 1: That the City Council of the City of Rancho Cucamonga hereby summarily vacates non-
vehicular access restrictions applicable to Arrow Route within said Tract 16909.
SECTION 2: That from and after the date the resolution is recorded, said non-vehicular access
restriction as described and depicted more particularly on EXHIBIT “A” and shown on EXHIBIT “B” no longer
constitutes a public easement.
SECTION 3: That the City Clerk shall cause a certified copy of this resolution to be recorded in the
office of the County Recorder of San Bernardino County, California.
SECTION 4: That the City Clerk shall certify to the passage and adoption of this resolution, and it
shall thereupon take effect and be in force.
PASSED, APPROVED, AND ADOPTED this day of 2025.
Resolution No. 2025-XXX – Page 1 of 1
Page 313
Page 314
Page 315
Page 316
ATTACHMENT #4
RESOLUTION NO. 2025-XXX
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO
CUCAMONGA, CALIFORNIA, ORDERING THE SUMMARY VACATION
OF A PORTION OF A SERVICE AND EMERGENCY ACCESS
EASEMENT OF TRACT 16909
WHEREAS, the City Council of the City of Rancho Cucamonga, California, pursuant to Division 9, Part 3,
Chapter 4, of the Streets and highways Code, may summarily vacate an easement under certain conditions specified
therein; and
WHEREAS, certain service and emergency access easement in the City of Rancho Cucamonga were
dedicated as shown on the map of Tract 16909, filed in Book 331, pages 50 to 53 inclusive of Maps in the Office of
the County Recorder of San Bernardino County; and
WHEREAS, Section 8333(c) of the California Streets and Highways Code authorizes the City to summarily
vacate (by Resolution with no public hearing) a public service easement that has been superseded by relocation or
determined to be excess and there are no other public utilities located within the easement; and
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, HEREBY
RESOLVES, as follows:
SECTION 1: That the City Council of the City of Rancho Cucamonga hereby summarily vacates a
portion of a service and emergency access easement within said Tract 16909.
SECTION 2: That from and after the date the resolution is recorded, said service and emergency
access easement as described and depicted more particularly on EXHIBIT “A” and shown on EXHIBIT “B” no
longer constitutes a public easement.
SECTION 3: That the City Clerk shall cause a certified copy of this resolution to be recorded in the
office of the County Recorder of San Bernardino County, California.
SECTION 4: That the City Clerk shall certify to the passage and adoption of this resolution, and it
shall thereupon take effect and be in force.
PASSED, APPROVED, AND ADOPTED this day of 2025.
Resolution No. 2025-XXX – Page 1 of 1
Page 317
Page 1 of 2
EXHIBIT “A”
LEGAL DESCRIPTION
SERVICE AND EMERGENCY ACCESS EASEMENT
TO BE QUITCLAIMED
LOCATED WITHIN LOTS 2 AND 3 OF TRACT MAP NO. 16909 AS FILED IN BOOK 331, PAGES 50 THROUGH
53, OF TRACT MAPS, AND WITHIN PARCEL "C" OF LOT LINE ADJUSTMENT NUMBER 688 RECORDED AS
INSTRUMENT NO. 2011-0341451 IN THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO,
STATE OF CALIFORNIA, DESCRIBED AS FOLLOWS:
SAID EASEMENT IS IDENTIFIED AS "A" AND "H" ON SAID TRACT MAP AND AS "1", "2C" AND "8" ON SAID
LOT LINE ADJUSTMENT, SAID EASEMENT SIDELINES ARE TO TERMINATE ON THE SOUTH LINE OF SAID LOT
3 AND THE SOUTH LINE OF SAID PARCEL "C".
CONTAINING 1.65 ACRES OR 71,886 SQUARE FEET, MORE OR LESS.
SEE EXHIBIT "B" ATTACHED HERETO AND MADE A PART THEREOF.
Prepared under my supervision
Armando D. DuPont, L.S. 7780
May 24, 2023
Page 318
(PER LLA NO. 688
INST. NO. 2011-0341451 REC.
08/12/2011)
PARCEL "C"
R
O
Y
E
V
RUSDNALDESNECILt
n
o
P
uD.DodnamrA
S
T
A
TEOFCAL I F O R NIA
L.S. 7780
Date Signed:
05/24/2023
NOTE
EXHIBIT "B"
LEGEND
BASIS OF BEARINGS
Page 319
DATE:September 16, 2025
TO:Mayor and Members of the City Council
FROM:John R. Gillison, City Manager
INITIATED BY:Michael Parmer, Engagement and Special Programs Director
Erika Lewis-Huntley, Management Analyst III
SUBJECT:Consideration to Receive and File the Summary of the Public Safety
Response to 2024 Holiday Lights Display and Consideration of a
Resolution Temporarily Closing Portions of Thoroughbred and Jennet
Streets, West of Sapphire Street and East of Turquoise Avenue, and a
Portion of Turquoise Avenue Between Jennet and Thoroughbred
Streets, to Pedestrian Traffic During the Area’s 2025 Holiday Light
Display. (RESOLUTION NO. 2025-075) (CITY)
RECOMMENDATION:
Staff recommends the City Council adopt Resolution No. 2025-075, temporarily closing portions
of Thoroughbred and Jennet Streets, west of Sapphire Street and east of Turquoise Avenue, and
a portion of Turquoise Avenue between Jennet and Thoroughbred Streets, to pedestrian traffic
during the area’s Holiday Light Display for the 2025 holiday season.
BACKGROUND:
For more than 20 years, the residents of Thoroughbred and Jennet Streets have created a visual
display of lights during the weeks leading up to Christmas. With the advent of social media, the
light displays now attract visitors from all over Southern California. Over the last 13 years, the
Holiday Lights Display, and the overwhelming crowds it attracts, created substantial public safety
concerns as well as significant impacts on the quality of life for area residents who are not part of
the Holiday Lights Display.
Although the City provides police and traffic support to manage the crowds and minimize impacts
on adjacent neighborhoods, the City has always made it clear that it is not an official City-
sponsored event. The large crowds create significant public safety and community concerns.
Multiple departments are impacted; the Police, Engineering Services, and Public Works Services
Departments along with the City Manager’s Office collaborate each year to provide a high level
of specialty services to mitigate these impacts and elevate the safety of the residents and visitors,
which is quite costly. Plans are reviewed internally and with the community each year in an effort
to adapt to the ever-growing event.
Key findings from past years include:
Thoroughbred and Jennet Streets and Turquoise Avenue are narrow, two-lane residential
streets with no sidewalks and are not intended to handle substantial amounts of vehicular or
pedestrian traffic.
Page 320
Page 2
3
0
3
2
Traffic counts demonstrate a startling number of pedestrians and vehicles which creates a
dangerous situation for pedestrians and motorists.
Pedestrians, including children, are routinely observed traversing back and forth across the
street in between vehicles. At the same time, drivers are distracted by the holiday displays.
Residents in the surrounding neighborhoods experience significant inconveniences from the
large volume of visitors such as illegal parking, blocking driveways, litter and human excrement
in their yards, vandalism, trespassing, noise and the extreme delays in ingress and egress into
their residential neighborhoods.
In 2017, in response to these critical public safety concerns, and with Rancho Cucamonga Police
Department’s (RCPD) recommendation, the City transitioned the Holiday Light Display into a
Drive-Thru Only experience by limiting pedestrian traffic during certain peak times due to unsafe
conditions that have been observed in the past.
ANALYSIS:
Since 2017, RCPD has successfully implemented the Drive-Thru Only Ordinance. The Drive-Thru
Only Ordinance, which restricts pedestrian access, was implemented for the entire holiday season
last year, from December 6-24 to minimize large crowds. RCPD and City staff have continued to
receive positive comments regarding the Drive-Thru Only Ordinance and how it has improved
conditions in the areas surrounding Thoroughbred and Jennet Streets.
In comparing vehicular traffic between the 2023 and 2024 holiday season, traffic decreased 8.4%
overall for the Holiday Light corridor, putting it on par with the 2022 holiday season for traffic.
Hillside Road decreased 2%, Carnelian Street decreased 8%, and Sapphire Street decreased
12%. In comparing 2020 to 2024 traffic, traffic levels have increased slightly by 3.2%.
During the months leading up to the holiday season, RCPD and the City’s Community Affairs
Network (CAN) Team executed a comprehensive communications strategy to educate the public
for the upcoming holiday season. Efforts included information mailings, video announcements
and social media posts. Electronic message board signage was strategically placed in the area
announcing the pedestrian restrictions. The City’s Holiday Lights webpage received 53,146
unique views and the total social media impressions for December 2024 were 38,713. December
2023 had similar unique views at 53,322; however, total social media impressions were far below
at 17,934. This was below December 2020 (77,009 unique views), but well above December 2019
(33,400 unique views). Total social media impressions for December 2021 were 30,256.
RCPD also worked the City’s Department of Innovation and Technology (DoIT) to again deploy
the online event registration portal, allowing residents within the affected area to register their
parties/get-togethers so their guests could be allowed through the City-staffed check-in areas.
During the 2024 holiday season, residents within the affected area registered 183 parties/get-
togethers. This was a decrease of last year’s 215 parties/get-togethers. The largest party had 29
guests, with an average party size of approximately 10 guests, similar to last year’s average of 9
guests.
Overall, approximately half of the people who showed up to the staffed checkpoint site on foot
were turned away as they were not there to visit a resident in the restricted area or on a registered
resident’s list. Additionally, there were frequent nightly stops from RCPD, often occurring at the
Page 321
Page 3
3
0
3
2
City staffed checkpoint, to address a multitude of issues including violations from adults and
children not wearing seatbelts, failure to yield or stop at designated barriers, various vehicle
infractions, suspected intoxications, children running into the roadway, among others.
Additionally, there were several incidents with illegal golf carts on roadways shuttling people to
houses located within the restricted area. Queues of vehicles regularly exceeded two (2) to three
(3) hours or more on any given date in multiple directions.
For 2025, staff is again recommending that residents who wish to host parties or events, register
the party or gathering through the portal. Residents can identify guests in advance using the portal
and their guests will need to check-in and verify their name has been registered. For residents
who do not wish to register their guests, they will still be able to hold parties or family gatherings;
however, guests will need to be verified by the homeowner upon arrival at the checkpoint. Upon
verification, guests will be permitted to enter the holiday light display area by foot. Guests will only
be allowed to go directly to, and from, the house where the party is located.
The Drive-Thru Only Ordinance has proven to be an effective strategy in reducing the unsafe
conditions and the negative impacts on the surrounding area residents. As visitation to the holiday
lights event continues to increase, it is as important as ever to maintain established City procedure
to reduce or minimize adverse interactions between pedestrians and vehicles. In light of the
increased visitation, it is recommended to continue to implement the Drive Thru Ordinance and
minimize days where vehicles and pedestrians can mix in an unregulated fashion. For the 2025
holiday season, it is recommended the Drive Thru Ordinance be implemented from December 5
to December 24, 2025. It is recommended the City Council adopt the attached Resolution
establishing Drive-Thru Only on the dates identified above for the 2025 holiday season.
FISCAL IMPACT:
RCPD incurred a total of $175,000 in personnel costs in order to staff the Holiday Light Display
for the 2024 holiday season. For the 2025 holiday season, RCPD has budgeted $175,000 in
personnel costs and $3,600 in operations and maintenance for a total budgeted amount of
$178,600. Additionally, the City has $13,000 budgeted for message board rentals in street
maintenance (CC318).
COUNCIL MISSION / VISION / VALUE(S) ADDRESSED:
The City’s response to the Holiday Light Display is consistent with the City Council’s core value
of promoting and enhancing a safe and healthy community for all.
ATTACHMENTS:
Attachment 1 – Resolution No. 2025-075
Page 322
Resolution No. 2025-XXX - Page 1 of 4
5
0
2
3
RESOLUTION NO. 2025-XXX
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO
CUCAMONGA TEMPORARILY CLOSING PORTIONS OF
THOROUGHBRED AND JENNET STREETS, WEST OF SAPPHIRE
STREET AND EAST OF TURQUOISE AVENUE, AND A PORTION OF
TURQUOISE AVENUE BETWEEN JENNET AND THOROUGHBRED
STREETS, TO PEDESTRIAN TRAFFIC DURING THE AREA’S HOLIDAY
LIGHT DISPLAY, AND MAKING FINDINGS IN SUPPORT THEREOF
A. Recitals
1. The elaborate display of holiday lights and decorations by residents of
Thoroughbred and Jennet Streets, west of Sapphire Street and east of Turquoise Avenue,
and Turquoise Avenue between Thoroughbred and Jennet Streets, during the month of
December (the “Holiday Light Display”) is an example of the community’s holiday spirit,
hard work, and creativity, which has grown over the last thirty years into one of the largest
holiday light displays in Southern California, drawing viewers from across the region.
2. In recent years, however, the popularity of the Holiday Light Display has led
to a surge in vehicular and pedestrian traffic, particularly on and around portions of
Thoroughbred and Jennet Streets, and Turquoise Avenue, resulting in a variety of
negative impacts that threaten the health, safety, and welfare of members of the public.
3. At the regularly scheduled City Council meeting on September 16, 2025,
the City Council received evidence concerning the negative impacts and dangerous
conditions created by the Holiday Light Display prior to the adoption of this Resolution.
4. All legal prerequisites to the adoption of this Resolution have occurred.
B. Resolution
NOW THEREFORE, the Rancho Cucamonga City Council does hereby find,
determine, conclude, and resolve as follows:
1. Based on evidence presented to the City Council at the above-referenced
meeting on September 16, 2025, the City Council finds as follows:
a. All facts set forth in Part A, Recitals, of this Resolution are true and
correct.
b. Thoroughbred and Jennet Streets, and Turquoise Avenue are
narrow, two-lane, residential streets with no sidewalks, which are not intended to handle
substantial amounts of vehicular or pedestrian traffic.
c. An estimated 5,000 to 10,000 vehicles travel through these streets
each day during the busiest periods of the Holiday Light Display, in addition to pedestrians
who park in neighboring communities and walk into the area.
Page 323
Resolution No. 2025-XXX - Page 2 of 4
5
0
2
3
d. Traffic during the Holiday Light Display has increased to where the
average wait time to enter can reach approximately two hours, followed by an additional
hour and a half to travel through the streets. On busy evenings, traffic can back up to the
210 Freeway, approximately one mile away.
e. Large trucks, hot rods, and tour buses, which are normally
uncommon on Thoroughbred and Jennet Streets, and Turquoise Avenue, have been
increasingly common in the area during the Holiday Lights Display, which creates
additional dangers for pedestrians because they tend to take up larger portions of the
road and require additional skill and attention to safely maneuver.
f. The exceedingly high number of vehicles and presence of larger-
than-normal vehicles in the area results in noise and air pollution to pedestrians and
surrounding residents.
g. Traffic and safety problems are exacerbated by the large volume of
pedestrians in the street, causing vehicles to slow, stop, or idle to avoid collisions. At any
one time, as many as 5,000 pedestrians are in the roadway.
h. Due to the absence of sidewalks on Thoroughbred and Jennet
Streets, and Turquoise Avenue, pedestrians mainly travel in the roadway, which creates
a danger both to pedestrians and those traveling in vehicles.
i. Pedestrians have been routinely observed traversing back and forth
across the street to view the holiday displays. At the same time, drivers are distracted by
the holiday displays. With drivers and pedestrians both distracted, the potential for an
accident involving a pedestrian substantially increases.
j. The Holiday Light Display attracts many families with young children
to the area. In some instances, children have been observed wandering unsupervised.
Children are therefore at increased risk of being hit by a vehicle while walking in the street.
k. Pedestrians frequently visit the Holiday Light Display expecting to
find public restrooms. As no public restrooms are located nearby, pedestrians have been
identified using nearby horse trails and dark residential areas to urinate, defecate, and
discard hazardous waste.
l. The Chief of Police and Fire Chief have determined that, due to
increased vehicle and pedestrian traffic during the Holiday Light Display and limited street
capacity, emergency personnel might not be able to safely and timely respond to potential
emergencies in the surrounding community.
m. The negative impacts and dangerous conditions created by the
Holiday Light Display would be mitigated if the affected portions of Thoroughbred and
Jennet Streets, and Turquoise Avenue were temporarily closed to pedestrian traffic during
the Holiday Light Display. In the absence of pedestrians, vehicular traffic flow would
improve, and emergency vehicles would have improved access because they could pass
Page 324
Resolution No. 2025-XXX - Page 3 of 4
5
0
2
3
on either side of the one-way vehicular traffic. Furthermore, potential accidents involving
vehicles and pedestrians would be reduced.
n. Vehicle Code Section 21101(e) authorizes the City, to act by
resolution, to temporarily close a portion of any street for celebrations, parades, local
special events, and other purposes when, in the opinion of the City Council, the closing
is necessary for the safety and protection of persons who are to use that portion of the
street during the temporary closing.
o. The Holiday Light Display, although not City sponsored, constitutes
a local special event for the purposes of Vehicle Code Section 21101(e).
2. Based on the facts set forth in the preceding Section 1 of this Resolution
and all available information, the City Council hereby finds that the temporary closure of
portions of Thoroughbred and Jennet Streets, and Turquoise Avenue to pedestrian traffic,
except for residents of the homes within the affected area and their guests, during the
Holiday Light Display is necessary for the safety and protection of persons who are to use
the streets during the Holiday Light Display.
3. Based on the finding made in the preceding Section 2 of this Resolution and
pursuant to California Vehicle Code Section 21101(e), the City Council hereby closes
those portions of Thoroughbred and Jennet Streets west of Sapphire Street and east of
Turquoise Avenue and Turquoise Avenue between Jennet and Thoroughbred Streets (as
identified on Exhibit A, attached hereto and incorporated herein by this reference) to all
pedestrian traffic except for residents of the homes on the affected streets and their
guests from 5:00 p.m. to 11:00 p.m. from December 5 to December 24, 2025.
4. The Chief of Police, in consultation with the City Engineer or designee, shall
erect, or cause to be erected and maintained, sufficient temporary signs, barriers, and
other temporary traffic control devices, to preclude pedestrians from traversing those
portions of Thoroughbred and Jennet Streets as shown on Exhibit A, except to residents,
during the closure period.
5. The Chief of Police, City Engineer, and City Manager may adjust closure
days and hours based on traffic, weather, public health, or other conditions which impact
public safety.
6. The City Manager is further authorized to establish procedures to verify
exceptions for residents of the homes on the affected streets and their guests from 5:00
p.m. to 11:00 p.m. from December 5 to December 24, 2025.
7. This resolution is exempt from the California Environmental Quality Act
(“CEQA”) pursuant to CEQA Guidelines Section 15301(c), existing facilities.
Thoroughbred and Jennet streets and Turquoise Avenue are existing streets and the
proposed temporary closure of those streets during the Holiday Light Display constitutes
a minor change in their operation. The temporary street closure will only affect a portion
of Thoroughbred and Jennet streets between Sapphire Street and Turquoise Avenue and
Turquoise Avenue between Jennet and Thoroughbred streets during a select number of
Page 325
Resolution No. 2025-XXX - Page 4 of 4
5
0
2
3
days and for a limited period of time between 5:00 p.m. and 11:00 p.m. Residents of the
affected portions of the streets will continue to have access to their homes at all times
and the streets will continue to be accessible by car. Due to the significant vehicular and
pedestrian traffic impacts during the Holiday Light Display, the temporary closure is
anticipated to reduce an existing significant traffic and safety impact in a portion of the
City.
8. The City Clerk shall certify to the adoption of this Resolution
PASSED, APPROVED, AND ADOPTED this 16th day of September 2025.
Page 326
Page 327
DATE:September 16, 2025
TO:Mayor and Members of the City Council
FROM:John R. Gillison, City Manager
INITIATED BY:Peter Castro, Deputy City Manager
Robert Neiuber, Senior Human Resources Director
SUBJECT:Consideration to Adopt Resolutions Approving Updating the Fiscal Year
2025-2026 City Salary Schedules for RCCEA and RCMA. (RESOLUTION
NO. 2025-072) (CITY)
RECOMMENDATION:
Staff recommends the City Council adopt resolutions approving updated Fiscal Year 2025-2026
City salary schedules for RCCEA and RCMA.
BACKGROUND:
The City Council traditionally adopts salary resolutions biannually for classifications employed by
the City of Rancho Cucamonga. These resolutions are updated to reflect changes in salaries,
additions and deletions of classifications, changes in job titles, and other terms of employment.
Occasionally, off-cycle adjustments may be required to address other topics, including but not
limited to difficulties in recruitment and retention and meeting State and Federal requirements.
ANALYSIS:
Several of the lower paid professional/supervisory position’s (exempt positions) salary ranges for
Rancho Cucamonga City Employee Association (RCCEA) covered positions and one Rancho
Cucamonga City Management (RCMA) Association covered position are currently reduced
because California Labor Code 515 requires that exempt positions be paid at least twice the
minimum wage.
While all employees in these classifications are currently paid at least twice the minimum wage,
The City has been looking to establish salary ranges where most of the salary range is above
twice the minimum wage for these positions. This provides a greater range of salaries when hiring
and helps assures the positions would remain exempt.
The proposed change affect 14 positions in which there are currently 20 employees. This does
not immediately increase anyone’s salary, rather it increases the salary ranges. Employees would
become eligible for moving up in the range until eligible per their Memorandums of Understanding.
These changes assure that most of the salary ranges for these positions meet the requirements
of an exempt position’s salary in accordance with the California Labor Code 515.
The City met and conferred with RCCEA and RCMA and they are in agreement with these
changes.
Page 328
Page 2
3
0
3
6
Proposed increases to the bottom and top of the salary ranges:
Percent
RCCEA Covered Positions Increase
Class Title to ranges
Executive Assistant II#8.0%
Animal Care Supervisor#5.5%
Librarian II#4.0%
Senior Community Improvement
Officer#
2.0%
Senior Procurement Technician#1.0%
Senior Public Services Technician#1.0%
Human Resources Business Partner#18.5%
Accountant#2.5%
Assistant Planner#1.0%
Senior Animal Services Officer#9.5%
Senior Animal Care Supervisor#9.5%
Senior Veterinary Technician 9.5%
Senior Librarian#6.0%
RCMA Covered Position
Senior Executive Assistant 8.0%
The attached resolution adopts the changes as outlined above.
All other salary schedules, classifications, job titles, and other terms of employment remain the
same.
Staff recommends that the City Council approve the resolutions updating the fiscal year 2025-
2026 City salary schedules for RCCEA and RCMA.
FISCAL IMPACT:
The fiscal impact of the adjustments to the RCCEA and RCMA salary schedules are estimated at
$26,000 for the FY 2025-2026 budget. These additional costs would be accounted for in the mid-
year budget adjustments.
COUNCIL MISSION / VISION / GOAL(S) ADDRESSED:
This item addresses the City’s vision to build on our success as a world-class community, and
create an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive.
ATTACHMENTS:
Attachment 1 – Resolution 2025-072 – RCCEA and RCMA City Salary Schedules
Page 329
RESOLUTION NO. 2025-072
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
RANCHO CUCAMONGA, CALIFORNIA, APPROVING UPDATED
RANCHO CUCAMONGA CITY EMPLOYEE ASSOCIATION AND
RANCHO CUCAMONGA MANAGEMENT ASSOCIATION FISCAL
YEAR 2025-2026 SALARY SCHEDULES
WHEREAS, the City Council of the City of Rancho Cucamonga has determined that it is
necessary for the efficient operation and management of the City that policies be established
prescribing salary ranges, benefits and holidays and other policies for employees of the City of
Rancho Cucamonga; and
WHEREAS, the City Council of the City of Rancho Cucamonga has previously adopted
salary resolutions establishing salary ranges, benefits and other terms of employment for
employees of the City of Rancho Cucamonga; and
WHEREAS, the City Council of the City of Rancho Cucamonga recognizes that it is
necessary from time to time to amend the salary resolution to accommodate changes in position
titles, classifications salary ranges, benefits and other terms of employment; and
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rancho
Cucamonga, California to approve the attached salary schedules for job classifications within
Rancho Cucamonga City Employee Association and Rancho Cucamonga Management
Association (Exhibit A-B).
PASSED, APPROVED, AND ADOPTED this ______ day of ___________, 2025.
ATTACHMENT 1
Page 330
RCCEA COVERED EMPLOYEES IN THE
SUPERVISORY/PROFESSIONAL AND GENERAL EMPLOYEES GROUPS
ASSIGNMENTS OF CLASSIFICATIONS TO PAY RANGES
Monthly Pay Ranges Effective September 22, 2025
Resolution No. 2025-072
Step Amount Step Amount Step Amount
Account Clerk 4375 3,357$ 4415 4,099$ 4435 4,527$
Account Technician 4423 4,263$ 4463 5,204$ 4483 5,751$
Accountant#3470 5,390$ 3510 6,579$ 3530 7,270$
Accounts Payable Supervisor#3470 5,390$ 3510 6,579$ 3530 7,270$
Administrative Assistant 4369 3,256$ 4409 3,976$ 4429 4,394$
Animal Behavior Specialist 4388 3,580$ 4428 4,372$ 4448 4,830$
Animal Care Attendant 4349 2,949$ 4389 3,599$ 4409 3,976$
Animal Care Supervisor#3465 5,258$ 3505 6,419$ 3525 7,091$
Animal Caretaker 4378 3,407$ 4418 4,158$ 4438 4,594$
Animal Rescue Specialist 4388 3,580$ 4428 4,372$ 4448 4,830$
Animal Services Dispatcher 4369 3,256$ 4409 3,976$ 4429 4,394$
Animal Services Officer I 4421 4,221$ 4461 5,153$ 4481 5,694$
Animal Services Officer II 4441 4,663$ 4481 5,694$ 4501 6,291$
Artistic Producer - Mainstreet Theatre Company 4450 4,879$ 4490 5,955$ 4510 6,579$
Assistant Engineer#3504 6,384$ 3544 7,794$ 3564 8,613$
Assistant Planner#3470 5,390$ 3510 6,579$ 3530 7,270$
Associate Engineer#3534 7,416$ 3574 9,053$ 3594 10,003$
Associate Planner#3487 5,867$ 3527 7,163$ 3547 7,912$
Box Office Coordinator 4450 4,879$ 4490 5,955$ 4510 6,579$
Budget Analyst#3515 6,745$ 3555 8,233$ 3575 9,096$
Building Inspection Supervisor#2 3504 6,384$ 3544 7,794$ 3564 8,613$
Building Inspector I2 4444 4,733$ 4484 5,777$ 4504 6,384$
Building Inspector II2 4464 5,229$ 4504 6,384$ 4524 7,055$
Business License Clerk 4378 3,407$ 4418 4,158$ 4438 4,594$
Business License Inspector 4418 4,158$ 4458 5,077$ 4478 5,609$
Business License Program Coordinator 4432 4,461$ 4472 5,441$ 4492 6,014$
Business License Program Supervisor#3470 5,390$ 3510 6,579$ 3530 7,270$
Business License Technician 4408 3,957$ 4448 4,830$ 4468 5,337$
City Clerk Records Management Analyst#3470 5,390$ 3510 6,579$ 3530 7,270$
Community Affairs Coordinator 4450 4,879$ 4490 5,955$ 4510 6,579$
Community Affairs Officer#3515 6,745$ 3555 8,233$ 3575 9,096$
Community Affairs Senior Coordinator#3480 5,664$ 3520 6,916$ 3540 7,642$
Community Affairs Specialist 4350 2,961$ 4390 3,615$ 4410 3,996$
Community Affairs Technician 4437 4,574$ 4477 5,581$ 4497 6,166$
Community Development Technician I 4413 4,054$ 4453 4,951$ 4473 5,471$
Community Development Technician II 4423 4,263$ 4463 5,204$ 4483 5,751$
Community Improvement Supervisor#2 3504 6,384$ 3544 7,794$ 3564 8,613$
Community Improvement Officer I 4421 4,221$ 4461 5,153$ 4481 5,694$
Community Improvement Officer II 4441 4,663$ 4481 5,694$ 4501 6,291$
Community Programs Coordinator 4450 4,879$ 4490 5,955$ 4510 6,579$
Community Programs Specialist 4437 4,574$ 4477 5,581$ 4497 6,166$
Community Services Coordinator 4450 4,879$ 4490 5,955$ 4510 6,579$
Community Services Project Coordinator#3500 6,258$ 3540 7,642$ 3560 8,441$
Community Services Specialist 4350 2,961$ 4390 3,615$ 4410 3,996$
Community Services Supervisor#3480 5,664$ 3520 6,916$ 3540 7,642$
Community Services Technician 4437 4,574$ 4477 5,581$ 4497 6,166$
Community Theater Producer 4450 4,879$ 4490 5,955$ 4510 6,579$
Class Title Minimum Control Point Maximum
Rancho Cucamonga City Employees Association
Salary Schedule
September 22, 2025
Exhibit A
Page 331
RCCEA COVERED EMPLOYEES IN THE
SUPERVISORY/PROFESSIONAL AND GENERAL EMPLOYEES GROUPS
ASSIGNMENTS OF CLASSIFICATIONS TO PAY RANGES
Monthly Pay Ranges Effective September 22, 2025
Resolution No. 2025-072
Class Title Minimum Control Point Maximum
Customer Care Assistant 4369 3,256$ 4409 3,976$ 4429 4,394$
Customer Service Representative 4378 3,407$ 4418 4,158$ 4438 4,594$
Customer Service Specialist I - Utilities 4413 4,054$ 4453 4,951$ 4473 5,471$
Customer Service Specialist II - Utilities 4423 4,263$ 4463 5,204$ 4483 5,751$
Customer Service Specialist III - Utilities 4443 4,710$ 4483 5,751$ 4503 6,353$
Engineering Aide 4421 4,221$ 4461 5,153$ 4481 5,694$
Engineering Technician 4451 4,901$ 4491 5,985$ 4511 6,611$
Environmental Programs Coordinator#3503 6,353$ 3543 7,758$ 3563 8,571$
Environmental Programs Inspector2 4464 5,229$ 4504 6,384$ 4524 7,055$
Event & Rental Services Coordinator 4450 4,879$ 4490 5,955$ 4510 6,579$
Executive Assistant II#3460 5,128$ 3500 6,258$ 3520 6,916$
Executive Assistant1 4394 3,690$ 4464 5,229$ 4484 5,777$
Fleet Supervisor#2 3488 5,893$ 3528 7,195$ 3548 7,953$
Front of House Coordinator 4450 4,879$ 4490 5,955$ 4510 6,579$
Fund Development Coordinator#3470 5,390$ 3510 6,579$ 3530 7,270$
GIS Analyst#3505 6,419$ 3545 7,834$ 3565 8,654$
GIS Specialist 4456 5,027$ 4496 6,136$ 4516 6,779$
GIS Supervisor#3535 7,454$ 3575 9,096$ 3595 10,052$
GIS Technician 4436 4,547$ 4476 5,552$ 4496 6,136$
Human Resources Business Partner#3470 5,390$ 3520 6,916$ 3530 7,270$
Human Resources Clerk 4389 3,599$ 4429 4,394$ 4449 4,853$
Human Resources Technician 4420 4,199$ 4460 5,128$ 4480 5,664$
Information Technology Analyst I#3505 6,419$ 3545 7,834$ 3565 8,654$
Information Technology Analyst II#3520 6,916$ 3560 8,441$ 3580 9,325$
Information Technology Specialist I 4456 5,027$ 4496 6,136$ 4516 6,779$
Information Technology Specialist II 4471 5,417$ 4511 6,611$ 4531 7,306$
Information Tech Operations Supvr.#3535 7,454$ 3575 9,096$ 3595 10,052$
Information Technology Technician 4411 4,015$ 4451 4,901$ 4471 5,417$
Lead Park Ranger 4421 4,221$ 4461 5,153$ 4481 5,694$
Lead Veterinary Assistant 4406 3,917$ 4446 4,782$ 4466 5,283$
Librarian I 4435 4,527$ 4475 5,526$ 4495 6,105$
Librarian II#3465 5,258$ 3505 6,419$ 3525 7,091$
Library Assistant I 4373 3,320$ 4413 4,054$ 4433 4,481$
Library Assistant II 4414 4,077$ 4454 4,977$ 4474 5,498$
Library Clerk 4356 3,053$ 4396 3,726$ 4416 4,116$
Library Technician 4393 3,670$ 4433 4,481$ 4453 4,951$
Maintenance Supervisor#2 3488 5,893$ 3528 7,195$ 3548 7,953$
Management Aide 4440 4,641$ 4480 5,664$ 4500 6,258$
Management Analyst I#3470 5,390$ 3510 6,579$ 3530 7,270$
Management Analyst II#3498 6,197$ 3538 7,567$ 3558 8,359$
Management Analyst III#3515 6,745$ 3555 8,233$ 3575 9,096$
Office Services Clerk 4369 3,256$ 4409 3,976$ 4429 4,394$
Patron & Events Supervisor#3480 5,664$ 3520 6,916$ 3540 7,642$
Parking & Business License Supervisor#3503 6,353$ 3543 7,758$ 3563 8,571$
Payroll Supervisor#3470 5,390$ 3510 6,579$ 3530 7,270$
Planning Specialist 4443 4,710$ 4483 5,751$ 4503 6,353$
Planning Technician 4423 4,263$ 4463 5,204$ 4483 5,751$
Plans Examiner I 4474 5,498$ 4514 6,712$ 4534 7,416$
Rancho Cucamonga City Employees Association
Salary Schedule
September 22, 2025
Page 332
RCCEA COVERED EMPLOYEES IN THE
SUPERVISORY/PROFESSIONAL AND GENERAL EMPLOYEES GROUPS
ASSIGNMENTS OF CLASSIFICATIONS TO PAY RANGES
Monthly Pay Ranges Effective September 22, 2025
Resolution No. 2025-072
Class Title Minimum Control Point Maximum
Plans Examiner II#3488 5,893$ 3528 7,195$ 3548 7,953$
Procurement Business Partner 4411 4,015$ 4451 4,901$ 4471 5,417$
Procurement Clerk 4374 3,340$ 4414 4,077$ 4434 4,505$
Public Services Technician I 4413 4,054$ 4453 4,951$ 4473 5,471$
Public Services Technician II 4423 4,263$ 4463 5,204$ 4483 5,751$
Public Services Technician III 4443 4,710$ 4483 5,751$ 4503 6,353$
Public Works Inspector I2 4444 4,733$ 4484 5,777$ 4504 6,384$
Public Works Inspector II2 4464 5,229$ 4504 6,384$ 4524 7,055$
Records Clerk 4358 3,082$ 4398 3,764$ 4418 4,158$
Records Coordinator 4386 3,543$ 4426 4,328$ 4446 4,782$
Risk Management Coordinator#3470 5,390$ 3510 6,579$ 3530 7,270$
Safety Officer#3515 6,745$ 3555 8,233$ 3575 9,096$
Senior Account Clerk 4395 3,708$ 4435 4,527$ 4455 5,001$
Senior Account Technician 4446 4,782$ 4486 5,838$ 4506 6,450$
Senior Accountant#3498 6,197$ 3538 7,567$ 3558 8,359$
Senior Animal Care Supervisor#3480 5,664$ 3520 6,916$ 3540 7,642$
Senior Animal Services Officer#3480 5,664$ 3520 6,916$ 3540 7,642$
Senior Building Inspector#2 3484 5,777$ 3524 7,055$ 3544 7,794$
Senior Business License Clerk 4398 3,764$ 4438 4,594$ 4458 5,077$
Senior Community Improvement Officer#3465 5,258$ 3505 6,419$ 3525 7,091$
Senior Electrician #3485 5,809$ 3525 7,091$ 3545 7,834$
Sr Environmental Compliance Inspector 4485 5,809$ 4526 7,125$ 4546 7,874$
Senior GIS Analyst #3520 6,916$ 3560 8,441$ 3580 9,325$
Sr Human Resources Business Partner#3498 6,197$ 3538 7,567$ 3558 8,359$
Senior Information Technology Analyst#3535 7,454$ 3575 9,096$ 3595 10,052$
Senior Information Technology Specialist#3493 6,046$ 3533 7,381$ 3553 8,153$
Senior Librarian#3480 5,664$ 3520 6,916$ 3540 7,642$
Senior Park Planner#3500 6,258$ 3540 7,642$ 3560 8,441$
Senior Parking Enforcement Officer#3459 5,102$ 3499 6,229$ 3519 6,883$
Senior Plans Examiner#3503 6,353$ 3543 7,758$ 3563 8,571$
Senior Procurement Technician#3465 5,258$ 3505 6,419$ 3525 7,091$
Senior Public Services Technician#3465 5,258$ 3505 6,419$ 3525 7,091$
Senior Risk Management Analyst#3515 6,745$ 3555 8,233$ 3575 9,096$
Senior Veterinary Technician#3480 5,664$ 3520 6,916$ 3540 7,642$
Special Districts Analyst#3498 6,197$ 3538 7,567$ 3558 8,359$
Supervising Public Works Inspector#2 3494 6,074$ 3534 7,416$ 3554 8,193$
Supervising Traffic Systems Specialist#2 3502 6,321$ 3542 7,718$ 3562 8,526$
Theater Production Coordinator 4460 5,128$ 4500 6,258$ 4520 6,916$
Theater Production Supervisor#3480 5,664$ 3520 6,916$ 3540 7,642$
Theatre Technician III 4423 4,263$ 4463 5,204$ 4483 5,751$
Utilities Operation Supervisor#3515 6,745$ 3555 8,233$ 3575 9,096$
Utility Marker 4464 5,229$ 4504 6,384$ 4524 7,055$
Veterinary Assistant 4407 3,936$ 4447 4,806$ 4467 5,308$
Veterinary Technician 4437 4,574$ 4477 5,581$ 4497 6,166$
Rancho Cucamonga City Employees Association
Salary Schedule
September 22, 2025
Page 333
RCCEA COVERED EMPLOYEES IN THE
SUPERVISORY/PROFESSIONAL AND GENERAL EMPLOYEES GROUPS
ASSIGNMENTS OF CLASSIFICATIONS TO PAY RANGES
Monthly Pay Ranges Effective September 22, 2025
Resolution No. 2025-072
Class Title Minimum Control Point Maximum
2.Refer to MOU for provision of boot allowance.
# Denotes Supervisory/Professional Class. Per City Policy, Exempt positions will be hired at a minimum of Step #3482, $5,723
1.When acting as Clerk to Commissions $50 paid per night or weekend day meeting. Compensatory time off can be substituted
in lieu of $50 at the option of the employee.
Rancho Cucamonga City Employees Association
Salary Schedule
September 22, 2025
Page 334
Minimum Control Point Maximum
Step Amount Step Amount Step Amount
Accounting Manager 2525 $7,055 2565 $8,611 2585 $9,514
Animal Center Manager 2506 $6,418 2546 $7,835 2566 $8,655
Assistant to the City Manager 2590 $9,756 2630 $11,908 2650 $13,159
Building & Safety Manager 2533 $7,343 2577 $9,143 2597 $10,101
Chief Information Security Officer 2552 $8,042 2592 $9,853 2612 $10,886
City Planner/Planning Manager 2583 $9,421 2623 $11,499 2643 $12,706
Community Affairs Manager 2565 $8,611 2605 $10,514 2625 $11,615
Community Improvement Manager 2533 $7,343 2577 $9,143 2597 $10,101
Community Services Manager 2506 $6,418 2546 $7,835 2566 $8,655
Community Services Superintendent 2536 $7,453 2576 $9,097 2596 $10,051
Cultural Center Manager 2536 $7,453 2576 $9,097 2596 $10,051
Deputy Director of Animal Services 2566 $8,655 2610 $10,779 2630 $11,908
Deputy Director of Building and Safety 2580 $9,279 2624 $11,558 2644 $12,771
Deputy Director of City Clerk Services 2543 $7,718 2587 $9,610 2607 $10,616
Deputy Director of Community Services 2598 $10,151 2642 $12,643 2662 $13,971
Deputy Director of Economic Development 2598 $10,151 2642 $12,643 2662 $13,971
Deputy Dir. Engineering/Deputy City Eng.2604 $10,461 2648 $13,027 2668 $14,395
Deputy Dir. Engineering/Utility Manager 2604 $10,461 2648 $13,027 2668 $14,395
Deputy Director of Engineering 2598 $10,151 2642 $12,643 2662 $13,971
Deputy Director of Finance 2604 $10,461 2648 $13,027 2668 $14,395
Deputy Director of Human Resources 2598 $10,151 2642 $12,643 2662 $13,971
Deputy Dir. of Innovation and Technology 2566 $8,655 2610 $10,779 2630 $11,908
Deputy Director of Library Services 2580 $9,279 2624 $11,558 2644 $12,771
Deputy Director of Planning 2598 $10,151 2642 $12,643 2662 $13,971
Deputy Director of Public Works 2598 $10,151 2642 $12,643 2662 $13,971
Economic Development Manager 2539 $7,566 2583 $9,421 2603 $10,409
Environmental Programs Manager 2539 $7,566 2583 $9,421 2603 $10,409
Facilities Superintendent 2536 $7,453 2576 $9,097 2596 $10,051
Finance Manager 2559 $8,358 2599 $10,203 2619 $11,275
Library Services Manager 2506 $6,418 2550 $7,991 2570 $8,830
Park/Landscape Maintenance Supt 2536 $7,453 2576 $9,097 2596 $10,051
Plan Check & Inspection Manager 2533 $7,343 2573 $8,962 2593 $9,903
Principal Accountant 2532 $7,306 2576 $9,097 2596 $10,051
Principal Engineer 2588 $9,658 2628 $11,791 2648 $13,027
Principal Librarian 2495 $6,075 2535 $7,416 2555 $8,192
Principal Management Analyst 2543 $7,718 2583 $9,421 2603 $10,409
Principal Planner 2543 $7,718 2583 $9,421 2603 $10,409
Procurement Manager 2530 $7,234 2574 $9,008 2594 $9,952
Public Works Maintenance Manager 2566 $8,655 2606 $10,565 2626 $11,672
Public Works Business Manager 2566 $8,655 2606 $10,565 2626 $11,672
Revenue Manager 2532 $7,306 2572 $8,917 2592 $9,853
Risk Manager 2559 $8,358 2599 $10,203 2619 $11,275
Senior Civil Engineer 2579 $9,236 2619 $11,275 2639 $12,456
Senior Executive Assistant 2484 $5,749 2524 $7,020 2544 $7,756
Senior Planner 2523 $6,984 2563 $8,527 2583 $9,421
Street/Storm Drain Maintenance Supt 2536 $7,453 2576 $9,097 2596 $10,051
Traffic Engineer 2579 $9,236 2619 $11,275 2639 $12,456
Utilities Operations/Project Manager 2524 $7,020 2564 $8,570 2584 $9,468
Veterinarian 2609 $10,723 2649 $13,093 2669 $14,467
Class Title
Monthly Pay Ranges Effective September 22, 2025
Resolution No. 2025-072
ASSIGNMENTS OF CLASSIFICATIONS TO PAY RANGES
RANCHO CUCAMONGA MANAGEMENT ASSOCIATION
Rancho Cucamonga Management Association
Salary Schedule
September 22, 2025
Exhibit B
Page 335
DATE:September 16, 2025
TO:Mayor and Members of the City Council
FROM:John R. Gillison, City Manager
INITIATED BY:Jennifer Nakamura, CNU-A, Planning Director
Claudia Vargas, Associate Planner
SUBJECT:Consideration of Second Reading and Adoption of the Following:
ORDINANCE NO. 1046
AN ORDINANCE OF THE CITY OF RANCHO CUCAMONGA,
CALIFORNIA, APPROVING ZONING MAP AMENDMENT DRC2025-
00141, A REQUEST TO AMEND THE ZONING MAP DESIGNATION
FOR TRACTS 16072, 16072-1, 16072-2, AND 16072-3, TOTALING
APPROXIMATELY 150.79 ACRES, TO CHANGE THE ZONING
DESIGNATION FROM NEIGHBORHOOD ESTATE 2 (NE-2) TO LOW
RESIDENTIAL (L), AND ENSURE CONSISTENCY WITH THE
CONFIGURATION AND DEVELOPMENT STANDARDS OF AN
EXISTING 359 LOT SINGLE-FAMILY RESIDENTIAL SUBDIVISION, IN
A MANNER CONSISTENT WITH THE GENERAL PLAN LAND USE
DESIGNATION OF TRADITIONAL NEIGHBORHOOD, AND FINDING
AN EXEMPTION FROM CEQA UNDER SECTION 15061(B)(3) OF THE
CEQA GUIDELINES
RECOMMENDATION:
Staff recommends the City Council waive full reading and adopt Ordinance No. 1046.
BACKGROUND:
The introduction and first reading of the above-entitled Ordinance was conducted at the Regular
Council meeting of September 3rd, 2025. Votes at first reading: AYES: Hutchison, Scott, Stickler,
Michael and Kennedy.
ANALYSIS:
Please refer to the September 3rd, 2025, City Council staff report.
FISCAL IMPACT:
Please refer to the September 3rd, 2025, City Council staff report.
COUNCIL MISSION / VISION / GOAL(S) ADDRESSED:
Please refer to the September 3rd, 2025, City Council staff report.
ATTACHMENTS:
Attachment 1 – Ordinance No. 1046
Page 336
1
ORDINANCE NO. 1046
AN ORDINANCE OF THE CITY OF RANCHO
CUCAMONGA, CALIFORNIA, APPROVING ZONING MAP
AMENDMENT DRC2025-00141, A REQUEST TO AMEND
THE ZONING MAP DESIGNATION FOR TRACTS 16072,
16072-1, 16072-2, AND 16072-3, TOTALING
APPROXIMATELY 150.79 ACRES, TO CHANGE THE
ZONING DESIGNATION FROM NEIGHBORHOOD ESTATE
2 (NE-2) TO LOW RESIDENTIAL (L), AND ENSURE
CONSISTENCY WITH THE CONFIGURATION AND
DEVELOPMENT STANDARDS OF AN EXISTING 359 LOT
SINGLE-FAMILY RESIDENTIAL SUBDIVISION, IN A
MANNER CONSISTENT WITH THE GENERAL PLAN
LAND USE DESIGNATION OF TRADITIONAL
NEIGHBORHOOD, AND FINDING AN EXEMPTION FROM
CEQA UNDER SECTION 15061(B)(3) OF THE CEQA
GUIDELINES
The City Council of the City of Rancho Cucamonga does ordain as follows:
SECTION 1. Recitals.
A. The City of Rancho Cucamonga (the “City”) is proposing to amend the
official Zoning Map to change the zoning designation for Tracts 16072, 16072-1, 16072-
2, and 16072-3, which collectively comprise approximately 150.79 acres. These tracts
are located within the northeastern portion of the City and were previously subdivided into
359 parcels for single-family residential development. The Final Maps for these tracts
were recorded between August and December of 2023.
B. The City has prepared Zoning Map Amendment DRC2025-00141, as
described in the title of this Ordinance, to implement the zone changes. Hereinafter in
this Ordinance, the subject Zoning Map Amendment is referred to as the “application” or
“Amendment.”
C. The City is a municipal corporation, duly organized under the constitution
and laws of the State of California.
D. The Amendment changes the zoning designation of the subject tracts from
Neighborhood Estate 2 (NE-2) to Low Residential (L) to better align with the original
subdivision configuration and applicable General Plan Land use designation of Traditional
Neighborhood.
E. On July 23, 2025, the Planning Commission of the City of Rancho
Cucamonga conducted a noticed continued public hearing with respect to the Amendment
and, following the conclusion thereof, adopted Resolution No. 25-018 recommending that
the City Council of the City of Rancho Cucamonga adopt said Amendment.
ATTACHMENT 1
Page 337
2
F. On September 3rd, 2025, the City Council of the City of Rancho Cucamonga
conducted a noticed public hearing on the amendment and concluded said hearing on
that date.
G. All legal prerequisites to the adoption of this Ordinance have occurred.
SECTION 2. Ordinance.
The City Council of the City of Rancho Cucamonga does ordain as follows:
A. Recitals. The City Council hereby specifically finds that all of the facts set
forth in the Recitals, Section 1, of this Ordinance are true and correct.
B. Findings.
1) Based upon the substantial evidence presented to this Council
during the above-reference public hearing, this Council hereby finds and concludes that
the proposed Amendment is in conformance with the General Plan goals, policies, and
implementation programs. The existing General Plan Land Use Map designation for the
subject parcels is Traditional Neighborhood, which allows up to 8 dwelling units per acre.
The proposed Low Residential (L) zoning allows up to 6 dwelling units per acre and is an
appropriate implementing zone. The Amendment restores consistency between the
Zoning Map and the 359-lot subdivision approved in 2004 and recorded in 2023. The
Amendment provides development standard more appropriate to the configuration of the
approved Final Maps and support implementation of the General Plan’s housing goals.
2) The Amendment will not be detrimental to the public health, safety,
or welfare, or materially injurious to properties or improvements in the vicinity. The
Amendment assigns the zoning designation of Low Residential (L), which most closely
reflects the development standard under which the subdivision was originally approved
in 2004 under the now retired Etiwanda North Specific Plan. No construction or physical
modification are proposed under this action, and future developments will be reviewed
under a separate application in accordance with current City processes.
3) The Amendment has been processed, including, but not limited to,
public notice, in the time and manner prescribed by State and local law, including the
California Environmental Quality Act (“CEQA”).
C. CEQA. The City finds that the Amendment is exempt from environmental
review pursuant to Section 15061(b) (3) of the State CEQA Guidelines, which states that
where it can be seen with certainty that there is no possibility the activity may have a
significant effect on the environment, the activity is not subject to CEQA. The application
is for a Zoning Map Amendment only and does not authorize any physical development.
The proposed zoning change aligns with the existing subdivision of 359 lots approved in
2004 and is consistent with the current General Plan land use designation of Traditional
Neighborhood. Therefore, the application will not have any specific impacts on the
environment.
Page 338
3
D. Approval of Zoning Map Amendment DRC2025-00141. Based on the
findings set forth in this Ordinance and the totality of the administrative record before it,
the City Council hereby approves Zoning Map Amendment DRC2025-00141 as set forth
in Exhibit A attached hereto and incorporated herein by reference.
E. Zoning Map Amendment. The City Council hereby amends the official
Zoning Map reflecting the amendments set forth in Exhibit A.
F. Severability. The City Council declares that, should any section,
subsection, subdivision, sentence, clause, phrase, or portion of this Ordinance for any
reason is held to be invalid or unconstitutional by the decision of any court of competent
jurisdiction, such decision shall not affect the validity of the remaining portions of this
Ordinance. The City Council hereby declares that it would have adopted this Ordinance,
and each section, subsection, subdivision, sentence, clause, phrase, or portion thereof,
irrespective of the fact that any one or more sections, subsections, subdivisions,
sentences, clauses, phrases, or portions thereof be declared invalid or unconstitutional.
G. Enforcement. Neither the adoption of this Ordinance nor the repeal of any
other Ordinance of this City shall in any manner affect the prosecution for violations of
ordinances, which violations were committed prior to the effective date hereof, nor be
construed as a waiver of any penalty or the penal provisions applicable to any violation
thereof.
H. Effective Date. This Ordinance shall be in full force and effective thirty (30)
days after its adoption and shall be published or posted as required by law.
I. Publication. The City Clerk shall certify to the adoption of this Ordinance
and shall cause it to be published in the manner required by law.
J. Nothing in this Ordinance is intended to conflict with the City’s approvals of
the Final Maps for Tracts 16072,16072-1, 16072-2, and 16072-3. Such maps are
intended to be consistent with the Amendment adopted under this Ordinance.
APPROVED AND ADOPTED THIS 23rd DAY OF SEPTEMBER 2025.
CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA
BY:
L. Dennis Michael, Mayor
Page 339
4
I, Kim Sevy, City Clerk of the City of Rancho Cucamonga, do hereby certify that the
foregoing Ordinance was introduced at a regular meeting of the City Council held on the
23rd day of September, 2025, by the following vote-to-wit:
AYES: COUNCILMEMBERS:
NOES: COUNCILMEMBERS:
ABSENT: COUNCILMEMBERS:
ATTEST: City Clerk of the City of Rancho Cucamonga
Page 340
Exhibit A
Page 341
DATE:September 16, 2025
TO:Mayor and Members of the City Council
FROM:John R. Gillison, City Manager
INITIATED BY:Matt Marquez, Economic Development Director
Flavio Nunez, Management Analyst II
SUBJECT:Public Hearing for Consideration to Approve the Community
Development Block Grant (CDBG) Program Year 2024-2025
Consolidated Annual Performance and Evaluation Report (CAPER).
(CITY)
RECOMMENDATION:
Staff recommends that the City Council approve the Community Development Block Grant
(CDBG) Program Year 2024-2025 Consolidated Annual Performance and Evaluation Report
(CAPER) and authorize the City Manager or their designee to submit the Report to the U.S.
Department of Housing and Urban Development (HUD).
BACKGROUND:
HUD requires the City to prepare and submit a CAPER to describe the City’s and its subrecipients’
progress in meeting the goals established in the Program Year 2024-2025 Annual Action Plan.
The CAPER was prepared and made available per the HUD required 15-day public review and
comment period. Staff placed a notice in the Daily Bulletin newspaper on August 28, 2025,
announcing the start of the 15-day period as September 1, 2025, and concluding with the public
hearing before the City Council on September 16, 2025.
ANALYSIS:
On August 28, 2025, the City published a notice informing the general public that the CAPER
would be available for review and comment from September 1, 2025, through September 16,
2025. The public was informed of the opportunity to provide oral and/or written comments on the
CAPER and to date, no public comments have been received. Additionally, the CDBG Citizen
Participation Plan (CPP) requires that a public hearing be held to receive comments from
interested parties regarding the CAPER. This public hearing addresses the CDBG CPP
requirement. For the 2024-2025 Program Year, the City received $1,042,138 of CDBG funds from
HUD. The City also programmed $369,278 in prior year unspent funds for a total budget of
$1,411,416. Together with other federal, state, and local investments, HUD resources allowed
the City and its partners to address the high priority needs identified in the 2020-2024
Consolidated Plan.
The accomplishments for the 2024-2025 Program Year include, but are not limited to,
implementation of various public service programs such as senior services, fair housing services,
housing rehabilitation and homeless prevention programs. A more detailed explanation of these
accomplishments can be found in the CAPER.
Page 342
Page 2
3
0
4
5
All activities funded during the program year are listed in Table 1, including the amount of CDBG
funds allocated to the activity and the amount spent during the program year. Table 2 provides
the accomplishment goal and actual accomplishments as of June 30, 2025.
Strategic Plan Goal / Activity Source Allocation
Spent
through
6/30/25
Percent
Spent
1. Fair Housing Services
IFHMB - Fair Housing Services CDBG $20,000.00 $20,000.00 100.0%
Subtotal $20,000.00 $20,000.00 100.0%
2. Public Services
RC: Bringing Healthy Homes CDBG $17,000.00 $17,000.00 100.0%
RC: CASA CDBG $12,000.00 $11,499.96 95.8%
RC: Senior Wellness Scholarship
Program CDBG $15,177.00 $13,892.96 91.5%
RC: Graffiti Removal Program CDBG $15,000.00 $2,628.74 17.5%
NHCD: Senior Meal/Activities
Program CDBG $16,378.00 $16,341.17 99.8%
NHCD: Kids Meal/Activities Program CDBG $15,177.00 $14,941.24 98.5%
Impact SoCal: Homeless
Prevention/Rapid Rehousing
Program CDBG $20,234.00 $20,234.00 100.0%
ALFC: Operation School Bell
(withdrew)CDBG $15,177.00 $0.00 0%
FFS: Housing and Food Security
Program CDBG $15,177.00 $15,177.00 100.0%
IVHP: Food Security / Family
Stabilization Program CDBG $15,000.00 $15,000.00 100.0%
Subtotal $156,320.00 $126,715.07 81.1%
3. Affordable Housing
Preservation
RC: Home Improvement Program CDBG $488,000.00 $343,947.13 70.5%
Subtotal $488,000.00 $343,947.13 70.5%
4. Public Facilities and
Infrastructure Improvements
RC: Sidewalk Grinding and
Wheelchair Ramps project CDBG $45,700.00 $45,700.00 100.0%
RC: Concrete Rehabilitation Project CDBG $512,969.00 $436,980.18 85.2%
Subtotal $558,669.00 $482,680.18 86.4%
5. Planning and Administration
CDBG Program Administration CDBG $188,427.00 $188,427.00 100.0%
Subtotal $188,427.00 $188,427.00 100.0%
Total $1,411,416.00 $1,161,769.38 82.3%
NOTE: The actual goals figure represents the number of unduplicated persons assisted. Some received
multiple or ongoing services throughout the year, such as the clientele for the meals program.
Page 343
Page 3
3
0
4
5
FISCAL IMPACT:
While there is no fiscal impact to the City’s General Fund, failure to submit the CAPER to HUD
could result in losing CDBG grant funding. The costs related to the development and submission
of this report are absorbed by the administration funds set aside from the grant dollars.
COUNCIL MISSION / VISION / VALUE(S) ADDRESSED:
Approval of the CAPER is required by HUD to continue receiving CDBG funding which supports
the City Council’s Core Value of promoting and enhancing a safe and healthy community for all.
ATTACHMENTS:
Attachment 1 – Draft 2024-2025 Consolidated Annual Performance and Evaluation Report
(CAPER)
Page 344
Consolidated
Annual Performance
& Evaluation Report
PY 2024-2025
Draft
September 16, 2025
Page 345
City - 2 -2021 Annual Action Plan
Page 346
City of Rancho Cucamonga i 2024-2025 CAPER
This page intentionally left blank
Page 347
City of Rancho Cucamonga ii 2024-2025 CAPER
Table of Contents
Table of Contents........................................................................................................................................ii
Version History...........................................................................................................................................iii
Evaluation of Performance..........................................................................................................................1
CR-05 - Goals and Outcomes.................................................................................................................1
CR-10 - Racial and Ethnic composition of families assisted .....................................................................7
CR-15 - Resources and Investments 91.520(a).......................................................................................8
CR-20 - Affordable Housing 91.520(b)..................................................................................................11
CR-25 - Homeless and Other Special Needs 91.220(d, e); 91.320(d, e); 91.520(c)..............................14
CR-30 - Public Housing 91.220(h); 91.320(j)........................................................................................17
CR-35 - Other Actions 91.220(j)-(k); 91.320(i)-(j) .................................................................................19
CR-40 - Monitoring 91.220 and 91.230 ................................................................................................25
CR-45 - CDBG 91.520(c) .....................................................................................................................27
Tables
Table 1 - Accomplishments – Program Year & Strategic Plan to Date.........................................................2
Table 2 - Assistance to Racial and Ethnic Population by Source of Funds ...................................................7
Table 3 - Resources Made Available...........................................................................................................8
Table 4 - Identify the geographic distribution and location of investments....................................................8
Table 5 - Number of Households ..............................................................................................................11
Table 6 - Number of Households Supported.............................................................................................11
Table 7 - Number of Households Served ..................................................................................................12
Page 348
City of Rancho Cucamonga iii 2024-2025 CAPER
Version History
No.Summary of Changes
Published Draft for Public Comment:9/01/25 Sent to HUD for Approval:9/26/25
Conducted Public Hearing:9/16/25 Approved by HUD:TBD1Original 2024-2025 Consolidated Annual Performance and Evaluation Report (CAPER).
Page 349
City of Rancho Cucamonga 1 2024-2025 CAPER
Evaluation of Performance
CR-05 - Goals and Outcomes
Progress the jurisdiction has made in carrying out its strategic plan and its action plan. 91.520(a)
This 2024-2025 Consolidated Annual Performance and Evaluation Report (CAPER) is the City of Rancho
Cucamonga’s report to the U.S. Department of Housing and Urban Development (HUD) describing the use
of federal Community Development Block Grant (CDBG) funds. The CDBG program provides a wide range
of eligible activities that provide decent housing, suitable living environments and expanded economic
opportunities for low- and moderate-income persons.
The five-year Consolidated Plan establishes priorities and goals used to guide decisions about the specific
projects and activities that receive CDBG funding every year in the Annual Action Plan. The City implements
some projects and activities directly and awards funds to non-profit or public organizations that implement
programs in furtherance of the Consolidated Plan goals.
This CAPER provides the City’s progress report for the fifth Program Year of the 2020-2024 Consolidated
Plan, covering the period from July 1, 2024, to June 30, 2025. For the 2024-2025 Program Year, the City
received $1,042,138 of CDBG funds from HUD. In addition, the City reprogramed $682,624 in prior year
resources for a total 2024-2025 PY CDBG budget of $1,724,762. Together with other federal, state and local
investments, HUD resources allowed the City and its partners to address the high priority needs identified in
the 2020-2024 Consolidated Plan.
Table 1 provides a summary of the five-year goals, one-year goals, and one-year accomplishments for the
period ending June 30, 2025, arranged by each of the Strategic Plan Goals included in the 2020-2024
Strategic Plan of the Consolidated Plan.
Page 350
City of Rancho Cucamonga 2 2024-2025 CAPER
Comparison of the proposed versus actual outcomes for each outcome measure submitted with the consolidated plan and
explain, if applicable, why progress was not made toward meeting goals and objectives. 91.520(g)
Table 1 - Accomplishments – Program Year & Strategic Plan to Date
5-Year Strategic Plan 2024-2025 Program Year 5
Goal Category 24-25
Amount Indicator Unit of
Measure Expected Actual Percent
Complete Expected Actual Percent
Complete
Fair Housing
Services
Affordable
Housing $20,000
Public service activities
other than low-mod
income housing benefit
Persons
Assisted 2,000 1,537 77%192 102 53%
Public service activities
other than low-mod
income housing benefit
Persons
Assisted 5,000 5,581 112%1,745 541 31%
Homeless Person
Overnight Shelter
Persons
Assisted 0 910 91,000%180 136 76%Public Services
Non-Housing
Community
Development
$156,320
Homelessness
Prevention
Persons
Assisted 0 74 7,400%20 31 155%
Affordable
Housing
Preservation
Affordable
Housing $850,105 Homeowner Housing
Rehabilitated
Household
Housing
Units
100 55 55%20 16 80%
Public Facilities
and Infrastructure
Improvements
Non-Housing
Community
Development
$509,910
Public facility or
infrastructure activities
other than low-mod
income housing benefit
Persons
Assisted 25,000 67,636 271%3,000 3,091 103%
Program Planning
and
Administration
Other $188,427 Other Other 5 5 100%1 1 100%
Page 351
City of Rancho Cucamonga 3 2024-2025 CAPER
Assess how the jurisdiction’s use of funds, particularly CDBG, addresses the priorities and
specific objectives identified in the plan, giving special attention to the highest priority
activities identified.
Each of the housing, public service, and capital improvement activities receiving CDBG funds in the City’s
Action Plan address specific high priority needs identified in the 2020-2024 Consolidated Plan. Table 1
on the previous page provides a summary of the City’s accomplishments and the one- and five-year goals
of the 2024-2025 Action Plan and the 2020-2024 Consolidated Plan, respectively, as of June 30, 2025.
Based on the information in Table 1, the City and its housing and community development partners made
progress towards each of the goals included in the 2024-2025 Action Plan.
The 2024-2025 Action Plan addressed each of the high priority needs identified in the 2020-2024
Consolidated Plan. The program accomplishments for each category are discussed below:
Fair Housing Services: Inland Fair Housing and Mediation Board provided 102 Rancho
Cucamonga residents with fair housing and landlord-tenant mediation services.
Public Services: Nine (9) non-profit organizations and multiple City Departments provided a
range of services to Rancho Cucamonga seniors, survivors of domestic violence, and low-
and moderate-income families including but not limited to providing meals to 123 elderly
individuals, homeless shelter services for 136 resident, nutritional health services to 367
people, recreational activities to 128 seniors, and rental assistance for 31 residents.
Affordable Housing Preservation: The City’s Home Improvement Program completed 16
housing rehabilitations for low- and moderate-income homeowners to address deficient
housing conditions.
Public Facilities and Infrastructure Improvements: The City awarded and commenced
construction of its Concrete Rehabilitation Project during the 2024-2025 program year. The
project is scheduled to be completed during the first quarter of the 2025-2026 program year.
Once completed, the project will assist 16,330 people (ADA Improvements).
Each of the activities that were underway during the 2024-2025 Program Year are listed in Figure 1
on the following page, including the amount of CDBG funds allocated to the activity and the amount
spent as of June 30, 2025. Figure 2 provides the numeric accomplishment goal for each activity and
the level of accomplishment as of June 30, 2025.
Page 352
City of Rancho Cucamonga 4 2024-2025 CAPER
Figure 1 - Use of CDBG Funds
Strategic Plan Goal / Activity Source Allocation Spent through 6/30/25 Percent Spent
1. Fair Housing Services
IFHMB - Fair Housing Services CDBG $20,000.00 $19,999.94 99.9%
Subtotal $20,000.00 $19,999.94 99.9%
2. Public Services
RC: Bringing Healthy Homes CDBG $17,000.00 $17,000.00 100.0%
RC: CASA CDBG $12,000.00 $11,499.96 95.8%
RC: Senior Wellness Scholarship
Program CDBG $15,177.00 $13,892.96 91.5%
RC: Graffiti Removal Program CDBG $15,000.00 $2,628.74 17.5%
ALFC: Operation School Bell CDBG $15,177.00 $0.00 0.0%
NHCD: Senior Meal/Activities
Program CDBG $16,378.00 $16,341.17 99.8%
NHCD: Kids Meal/Activities
Program CDBG $15,177.00 $14,941.24 98.4%
Impact SoCal: Homeless
Prevention/Rapid Rehousing
Program CDBG $20,234.00 $20,234.00 100.0%
FFS: Housing and Food Security
Program CDBG $15,177.00 $15,177.00 100.0%
IVHP: Food Security/Family
Stabilization Program CDBG $15,000.00 $15,000.00 100.0%
Subtotal $156,320.00 $126,715.07 81.1%
3. Affordable Housing Preservation
RC: Housing Improvement
Program CDBG $850,105.00 $343,947.13 40.5%
Subtotal $850,105.00 $343,947.13 40.5%
4. Public Facilities and
Infrastructure Improvements
RC: Sidewalk Grinding and
Wheelchair Ramps project CDBG $45,700.00 $45,700.00 100.0%
RC: Concrete Rehabilitation
Project CDBG $464,210.00 $436,980.18 94.1%
Subtotal $509,910.00 $482,680.18 94.7%
5. Planning and Administration
CDBG Program Administration CDBG $188,427.00 $153,111.07 81.3%
Subtotal $188,427.00 $153,111.07 81.3%
Total $1,724,762.00 $1,126,453.39 65.3%
Page 353
City of Rancho Cucamonga 5 2024-2025 CAPER
Figure 2 - Program Year Accomplishments by Strategic Plan Goal
Strategic Plan Goal / Activity Unit of
Measure Expected Actual
1. Fair Housing Services
IFHMB - Fair Housing Services People 192 102
2. Public Services
RC: Bringing Healthy Homes People 200 146
RC: CASA People 45 20
RC: Senior Wellness Scholarship Program People 105 128
RC: Graffiti Removal Program People 1,000 1,341
ALFC: Operation School Bell People 120 0
NHCD: Senior Meal/Activities Program People 142 123
NHCD: Kids Meal/Activities Program People 33 46
Impact SoCal: Homeless Prevention/Rapid
Rehousing Program People 20 31
FFS: Housing and Food Security Program People 180 136
IVHP: Food Security/Family Stabilization Program People 100 78
3. Affordable Housing Preservation
RC: Home Improvement Program Household
Housing Unit 20 16
4. Public Facilities and Infrastructure Improvements
RC: Sidewalk Grinding and Wheelchair Ramps
project People 1,000 3,091
RC: Concrete Rehabilitation Project People 1,000 0
5. Planning and Administration
CDBG Program Administration N/A N/A N/A
NOTE: The actual goals figure represents the number of unduplicated persons assisted. Some received multiple
or ongoing services throughout the year, such as the clientele for the food bank program. Construction of Public
Facilities and Infrastructure Improvements such as the Concrete Rehabilitation Project is anticipated to be
completed during the first quarter of the 2025-2026 PY. Therefore, this project will be reported as “complete”
in the 2025-2026 CAPER.
Page 354
City of Rancho Cucamonga 6 2024-2025 CAPER
COVID-19 Allocations
In response to the COVID-19 pandemic, Congress passed the Coronavirus Aid, Relief, and Economic
Securities (CARES) Act and it was signed into law on March 27, 2020, authorizing $2.2 trillion for a
variety of measures to prevent, prepare for, and respond to the COVID-19 pandemic. Under the
CARES Act, HUD provided special allocations of CDBG funds to the City. In total, the City received
$1,591,323 of CDBG-CV funds to prevent, prepare for, and respond to the COVID-19 pandemic.
CDBG-CV funds must be fully spent by June 24, 2026. As of the date of this report, the City has fully
drawn down on their full allocation of CDBG-CV funds. Each of the CDBG-CV activities approved by
the City Council are summarized in Figures 3 and 4 on the following pages.
Figure 3 - Use of CDBG-CV Funds
Strategic Plan Goal / Activity Source Allocation Spent through
6/30/25
Percent
Spent
1. COVID-19 Response
Emergency Housing Assistance CDBG-CV $932,823.00 $932,823.00 100.0%
Small Business Assistance CDBG-CV
& CDBG $855,507.00 $838,833.00**98.1%
Microenterprise Assistance CDBG $131,000.00*$131,000.00 100.0%
Total $1,919,330.00 $1,902,656.00 99.1%
NOTE: All activities are from the 2019-2020 CDBG-CV Action Plan amendments.
* $2,993 was reallocated from Small Business Assistance to Microenterprise Assistance via a Minor
Amendment to the 2021-2022 AAP.
**Balance of funds in the amount of $16,674 were from CDBG funds, which were reallocated via a
Minor/Substantial Amendment during the 2024-2025 PY.
Figure 4 - Program Year Accomplishments for COVID-19 Funds
Strategic Plan Goal / Activity Unit of
Measure Expected Actual
1. COVID-19 Response
Emergency Housing Assistance Persons 139 455
Small Business Assistance*Jobs 38 0*
Microenterprise Assistance Businesses 11 10
NOTE: All activities are from the 2019-2020 CDBG-CV Action Plan amendments.
*A total of 36 businesses were assisted.
Page 355
City of Rancho Cucamonga 7 2024-2025 CAPER
CR-10 - Racial and Ethnic composition of families assisted
Describe the families assisted (including the racial and ethnic status of families assisted).
91.520(a)
Table 2 - Assistance to Racial and Ethnic Population by Source of Funds
*Note: The data in this table is supplied by HUD’s database and reports from the Inland
Fair Housing and Mediation Board. The figures in this table represent the sum of the
reported number of people, families, households, or housing units reported during the
Program Year, without regard to the number of people in each family, household or housing
unit.
Narrative
Table 2 provides an aggregate of race and ethnicity data for the combined number of people, families,
households, or housing units served during the Program Year based on accomplishment data from
all CDBG activities reported in HUD’s Integrated Disbursement and Information System (IDIS).
CDBG
White 406
Black or African American 146
Asian 59
American Indian or Alaskan Native 14
Native Hawaiian or Other Pacific Islander 4
Other Multi-Racial 197
Total 826
Hispanic 383
Non-Hispanic 443
Page 356
City of Rancho Cucamonga 8 2024-2025 CAPER
CR-15 - Resources and Investments 91.520(a)
Identify the resources made available
Table 3 - Resources Made Available
Source of Funds Resources Made
Available
Amount Expended
During Program Year
CDBG*$1,724,762.00 $1,126,453.39
NOTE: This table generated by HUD’s database provides the resources
made available in the 2024-2025 Action Plan and the total CDBG
expenditures during the 2024-2025 Program Year. The amount expended
may include prior year activities that were completed during the 2024-
2025 Program Year.
Narrative
The 2024-2025 HUD formula grant resources allocated in the Action Plan for the implementation of
projects are identified in Table 3. The total CDBG resources allocated in the 2024-2025 Action Plan
includes $1,724,762 of CDBG funds (includes prior year resources). Together with other federal,
state, and local investments, these resources allowed the City and its partners to address the high
priority needs identified in the 2020-2024 Consolidated Plan.
Under the CARES Act, HUD provided special allocations of CDBG funds to the City. In total, the City
received $1,591,323 of CDBG-CV funds to prevent, prepare for, and respond to the COVID-19
pandemic.
Identify the geographic distribution and location of investments
Table 4 - Identify the geographic distribution and location of investments
Target Area Planned Percentage of
Allocation
Actual Percentage of
Allocation
Narrative
Description
Citywide 97%61%All other activities
CDBG Eligible 3%2%BHH, CASA, and
Graffiti
Narrative
During the 2024-2025 Program Year, the City allocated 100 percent of its non-administrative CDBG
funds to projects and activities that benefit low- and moderate-income persons throughout the City.
It is important to note that due to the nature of certain public service activities such as Graffiti
Removal, CASA, and the Brining Healthy Home, those are generally limited to the eligible low- and
moderate-income areas, while most other public services are available citywide.
Page 357
City of Rancho Cucamonga 9 2024-2025 CAPER
Explain how federal funds leveraged additional resources (private, state and local funds),
including a description of how matching requirements were satisfied, as well as how any
publicly owned land or property located within the jurisdiction that were used to address the
needs identified in the plan.
To address housing and community development needs in the City, CDBG entitlement grants are
used to leverage a variety of funding resources to maximize the effectiveness of available funds. The
CDBG public service activities leveraged private, state, and other federal funds to deliver services for
low- and moderate-income people.
During the program year, the City did not identify and did not use any publicly owned land or property
located within the jurisdiction to address the needs identified in the Consolidated Plan. The City does not
currently own land or property that is suitable for use in addressing the needs identified in the Consolidated
Plan. Additional leveraging opportunities include, but are not limited to, those listed below.
Federal Resources
Continuum of Care (CoC) Program
HUD Veterans Affairs supportive Housing (HUD-VASH)
Supportive Housing for the Elderly (Section 202)
Supportive Housing for Persons with Disabilities (Section 811)
Housing Opportunities for Persons with AIDS (HOPWA)
Youthbuild
Federal Low-Income Housing Tax Credit Program
Department of Transportation Grants
Department of Energy Grants
Federal Highway Administration
Emergency Solutions Grant
HOME Investment Partnerships
CARES Act
Project Roomkey
State Resources
State Low-Income Housing Tax Credit Program
Building Equity and Growth in Neighborhoods Program (BEGIN)
CalHome Program
Multifamily Housing Program (MHP)
Housing Related Parks Grant
CalHFA Single and Multi-Family Program
Mental Health Service Act (MHSA) Funding
Prop 47 – Board of State & Community Corrections
Page 358
City of Rancho Cucamonga 10 2024-2025 CAPER
Justice Assistance Grant (JAG) Program
Homeless Emergency Aid Program (HEAP)
Project Roomkey
Local Resources
San Bernardino County Homeless Partnership (SBCHP)
Housing Authority of the County of San Bernardino (HACSB)
Southern California Home Financing Authority (SCHFA) Funding
San Bernardino County Continuum of Care Program
General Fund
Private Resources
Federal Home Loan Bank Affordable Housing Program (AHP)
Community Reinvestment Act Programs
United Way Funding
Private Contributions
Matching Requirements
The CDBG regulations do not require a match contribution; however, the City encourages its
awarded departments and agencies to leverage the CDBG funding to further aid in the assistance
provided to its residents.
Page 359
City of Rancho Cucamonga 11 2024-2025 CAPER
CR-20 - Affordable Housing 91.520(b)
Evaluation of the jurisdiction's progress in providing affordable housing, including the number
and types of families served, the number of extremely low-income, low-income, moderate-
income, and middle-income persons served.
Table 5 - Number of Households
One-Year Goal Actual
Number of Homeless households to be
provided affordable housing units 0 0
Number of Non-Homeless households to
be provided affordable housing units 40 47
Number of Special-Needs households to
be provided affordable housing units 0 0
Total 40 47
Table 6 - Number of Households Supported
One-Year Goal Actual
Number of households supported through
Rental Assistance 20 31
Number of households supported through
The Production of New Units 0 0
Number of households supported through
Rehab of Existing Units 20 16
Number of households supported through
Acquisition of Existing Units 0 0
Total 40 47
Discuss the difference between goals and outcomes and problems encountered in meeting
these goals.
As the City’s housing stock ages, a growing percentage of housing units may need rehabilitation to
allow them to remain safe and habitable. The situation is of particular concern for low- and moderate-
income homeowners who are generally not in a financial position to properly maintain their homes.
As such, preservation of affordable housing was identified as a high priority need in the 2020-2024
Consolidated Plan and Strategic Plan goals were established to provide the framework necessary to
invest CDBG funds to address affordable housing needs including the rehabilitation of existing
homes.
Tables 5 and 6 indicate the number of households supported with affordable housing assistance
through the CDBG program during the 2024-2025 Program Year.
Affordable housing renovations are typically multi-year projects and are subject to the ability to secure
funding from various sources. Often, the ability to meet the anticipated goals is dictated by various
factors that can create disparities between goals and actual outcomes such as: funding availability,
Page 360
City of Rancho Cucamonga 12 2024-2025 CAPER
rising costs of raw materials, timing, and project schedules. Unexpected challenges are commonly
encountered during the repair phase of the project which causes delays that impact project delivery.
In addition, the City continues to address affordable housing needs via its participation in the HOME
Consortium and through fair housing services to ensure equal access to housing opportunities for
low- and moderate-income people.
Discuss how these outcomes will impact future annual action plans.
The 2020-2024 Consolidated Plan identified a high priority need to preserve the supply to affordable
housing. During the 2024-2025 Program Year, the City invested CDBG funds in the rehabilitation of
16 owner-occupied housing units. In addition, the City currently has multiple households that have
been approved under the Home Improvement Program and are currently in different stages of the
construction process (i.e., preparation of Work Write Ups, out to bid or under construction). All
current projects are anticipated to be completed during the 2025-2026 program year.
In addition, during the 2024-2025 program year, the City awarded CDBG funds to Impact Southern
California who was able to provide rental assistance to 31 unduplicated residents.
In future Action Plans, the City anticipates continuing to invest CDBG funds to address the
rehabilitation of existing substandard housing. As community needs change the City may need to
undertake additional activities to best achieve the City's ability to meet its affordable housing
goals. All future Annual Action Plans will provide additional information on any on-going affordable
housing activities and the City will continue to assess and determine affordable housing needs that
best utilize available funding sources.
Include the number of extremely low-income, low-income, and moderate-income persons
served by each activity where information on income by family size is required to determine
the eligibility of the activity.
Table 7 - Number of Households Served
Number of Households Served CDBG Actual
Extremely Low-income 3
Low-income 16
Moderate-income 28
Total 47
Narrative Information
The 2020-2024 Consolidated Plan identified a high priority need to preserve the supply of affordable
owner-occupied housing. To preserve housing that is already affordable to low- and moderate-
income homeowners, the City’s Home Improvement Program provided financial assistance to 16
households during the 2024-2025 PY. The 16 households served included three (3) extremely low-
income households, six (6) low-income households and seven (7) moderate-income households.
Page 361
City of Rancho Cucamonga 13 2024-2025 CAPER
The City’s collaboration with Impact Southern California provided financial assistance for rental and
rental arrear payments to prevent homelessness and/or rapidly rehousing 31 unduplicated residents
during the 2024-2025 PY. The 31 households served included zero (0) extremely low-income
households, 10 low-income households and 21 moderate-income households.
To address what HUD defines as “worst case housing need” the City provided funds in the 2024-
2025 Action Plan for the preservation of the physical and functional integrity of existing housing units
occupied by low- and extremely low-income residents who would otherwise continue to live in
substandard housing because they were not in the financial position to properly maintain their home.
This includes attempts to meet the needs of persons with disabilities by making necessary
improvements which aid the mobility of the elderly and physically disabled such as shower units with
seats, handrails, ramping and reconstructing doorways.
Addressing substandard housing conditions through housing preservation activities is a cost-effective
way to invest limited resources to retain housing units that are already affordable to low- and
moderate-income residents and ensure all economic segments of the community have the
opportunity to live in decent housing.
Page 362
CR-25 - Homeless and Other Special Needs 91.220(d, e); 91.320(d, e);
91.520(c)
Evaluate the jurisdiction’s progress in meeting its specific objectives for reducing and ending
homelessness through:
Reaching out to homeless persons (especially unsheltered persons) and assessing their individual
needs
The most recent San Bernardino County Point-In-Time Homeless Count (PIT Count) conducted in 2025
revealed that on any given night in San Bernardino County, approximately 3,837 people are homeless, down
from 4,255 counted in a prior effort undertaken in 2024. This includes 1,201 people in shelters and 2,636
people without shelter. In Rancho Cucamonga 113 people were counted who did not have shelter and 7
people counted who were sheltered, for a total of 120 homeless residents.
To reach out to unsheltered homeless persons and assess their individual needs for the purpose of
connecting them with available emergency shelter and transitional housing resources, the City, through its
Sheriff’s Homeless Outreach and Proactive Enforcement (HOPE) Team provided information and referrals –
primarily to the San Bernardino County Continuum of Care (CoC), United Way 2-1-1, and the organizations
receiving CDBG funds for homelessness prevention activities.
During the 2024-2025 Program Year, the City awarded three (3) contracts to non-profit organizations using
CDBG funds totaling $50,411 to meet its specific objectives to provide public services that prevent and
eliminate homelessness.
Foothill Family Shelter: Housing and Food Security (136 residents served).
Impact Southern California: Homeless Prevention/Rapid Rehousing Program (31 residents served).
Inland Valley Hope Partners: Food Security/Family Stabilization Program (78 residents served,
specifically with rental assistance)
Additionally, the City’s partnership with the San Bernardino County CoC and Sheriff’s Homeless
Outreach and Proactive Enforcement (HOPE) team provides intensive, field-based engagement
services and support that meets clients and their families where they live. As a result, the City has
been able to leverage its partnerships with the County agencies to bolster its homeless outreach.
Addressing the emergency shelter and transitional housing needs of homeless persons
To address the emergency shelter and transitional housing needs of homeless persons, the City continues
to support the Foothill Family Shelter program that provides transitional housing, counseling, and case
management to individuals experiencing homelessness as well as families at risk of homelessness. During
the Program Year, Foothill Family Shelter served 136 unduplicated persons via its Housing and Food Security
program.
Page 363
Helping low-income individuals and families avoid becoming homeless, especially extremely low-
income individuals and families and those who are: likely to become homeless after being
discharged from publicly funded institutions and systems of care (such as health care facilities,
mental health facilities, foster care and other youth facilities, and corrections programs and
institutions); and, receiving assistance from public or private agencies that address housing, health,
social services, employment, education, or youth needs
The COVID-19 pandemic resulted in significant business closures and other disruptions that put the City’s
residents at risk of losing their housing. To help low-income individuals and families avoid becoming
homeless, the City supported Inland Valley Hope Partners’ Food Security and Family Stabilization program
which provided 78 unduplicated persons with a five-day food supply. More specifically, these services
assisted in minimizing these individual’s food costs thereby enabling them to utilize their limited resources on
other key necessities such as housing, childcare, and transportation.
Furthermore, the City also supported Impact Southern California’s Homeless Prevention/Rapid Rehousing
Program which provided assistance to 31 unduplicated persons. The programs provided services that
included eviction prevention strategies (case management, tenant rights counseling, one-time payments of
rent due, etc.), homeless prevention/rapid rehousing strategies (housing search, case management,
landlord-tenant negotiations, etc.) and homeless diversion counseling (short-term services and one-time
financial assistance).
SB 1152 requires hospitals to develop a written homeless patient discharging planning policy that
coordinates services and referrals with regional social services agencies, medical care and county behavioral
services.
Inadequate discharge planning and coordination contributes to homelessness in situations where people are
released from public institutions or public systems of care without having an appropriate mainstream or
supportive housing option available upon discharge from an institutional setting. Public institutions such as
jails, hospitals, treatment facilities, mental health facilities, youth facilities, and foster care homes are central
to limiting the creation of newly homeless persons upon discharge.
In California, discharge coordination and planning are largely unregulated unless county or municipal
ordinances provide rules preventing public institutions from discharging people into homelessness. One of
the goals included in the San Bernardino Ten Year Strategy to End Homelessness is to formalize protocols
and improve the coordination of discharge planning among key institutional systems of care and supervision.
The goal calls for the CoC to close the “front door” to homelessness so that new people do not find
themselves living in the community without the social and economic support necessary to access and
maintain themselves in a safe environment.
The City coordinated with the CoC and other subrecipients receiving CDBG funds to ensure that its HUD-
funded programs are targeted, to the greatest extent feasible, to address the discharge of persons from
publicly funded institutions or systems of care so that these individuals and families have access to public
services and affordable housing opportunities necessary to prevent homelessness. The City will continue to
explore additional ways to prevent and address homelessness caused by discharge from public institutions.
Page 364
Helping homeless persons (especially chronically homeless individuals and families, families with
children, veterans and their families, and unaccompanied youth) make the transition to permanent
housing and independent living, including shortening the period of time that individuals and families
experience homelessness, facilitating access for homeless individuals and families to affordable
housing units, and preventing individuals and families who were recently homeless from becoming
homeless again
To address the needs of homeless families, families with children, veterans and their families, the City
provided $50,411 of CDBG funds for public service programs through three (3) contracts with non-profit
organizations. These programs help individuals and families achieve stability through a housing first
approach.
Each of these programs provides tailored counseling and case management services to people at risk of
homelessness. During the 2024-2025 program year, Foothill Family Shelter served 136 unduplicated people
through its 120-Day Stepping Stones project. Additionally, Impact Southern California served 31
unduplicated people through its Homeless Prevention/Rapid Rehousing program and Inland Valley Hope
Partners served 78 unduplicated people through its Food Security/Family Stabilization Program. When paired
with financial counseling, career coaching, and other available case management services, the City’s non-
profit partners make certain that individuals and families have the tools necessary to succeed.
Additionally, the City’s partnership with the San Bernardino County CoC and Sheriff’s Homeless Outreach
and Proactive Enforcement (HOPE) team provides intensive, field-based engagement services and support
that meets clients and their families where they live. As a result, the City has been able to leverage its
partnerships with the County agencies to bolster its homeless outreach.
Page 365
CR-30 - Public Housing 91.220(h); 91.320(j)
Actions taken to address the needs of public housing
There are no public housing developments in the City. The data presented below is for the Housing Authority
of the County of San Bernardino (HACSB) and the narrative questions address the needs for the entire
County, with specific references to the City.
According to the 2022 Annual Report, the HACSB has one (1) Public Housing unit remaining. All public
housing programs consist of Housing Choice and Project-Based Housing Choice Vouchers administered by
the HACSB. The HACSB administered a total of 10,461 Housing Choice Vouchers combined. Of those,
approximately 404 or 3.9 percent of all vouchers in San Bernardino County were utilized by low-income
Rancho Cucamonga residents. HACSB monitors all units to ensure they are in adequate condition, meeting
the Section 8 Housing Quality Standards (HQS).
To enhance the quality of HUD Public Housing units, HACSB continued to work towards converting existing HUD
Public Housing units under HACSB’s management and control to Section 8 units as part of HUD’s Rental
Assistance Demonstration (RAD) program. HACSB had converted its entire original portfolio of public housing
under RAD by the end of 2019. Subsequently in May 2022, HACSB finalized its conversion of all RAD units with
the 98-unit Los Olivos development in Upland (FY 2023 Moving to Work Annual Plan, HACSB). Additionally,
HACSB purchased Northport Apartments in the City of Victorville, which delivered 29 affordable units. The site
provided 29 project-based voucher units (Proposed FY 2025 Moving to Work Annual Plan, HACSB).
During the 2024-2025 program year, the HACSB panned to add 103 new Public Housing units through Restore-
Rebuild at Valencia Grive Phase II development. Construction of these units is expected to be complete during
the summer of 2025. The 103 units are expected to come online as Public Housing in 2025. Thereafter, they will
be converted to Project-Based Voucher (PBV) units through the RAD program (Proposed FY 2026 Moving to
Work Annual Plan, HACSB).
HACSB continues to maintain and expand the supply of affordable housing units in the City and throughout
the County through its partnerships with the State of California and San Bernardino County Department of
Community Development and Housing. As the largest provider of affordable housing in San Bernardino
County, HACSB assists approximately 27,800 people, most of whom are seniors, individuals with disabilities,
veterans, and children. As of January 1, 2025, more than 11,500 families are served through housing
assistance payments made to landlords on behalf of the families. Other families reside in units owned and
managed by HACSB. These programs provide a critical safety net for families in the County.
Due to rising rents and low vacancy rates in San Bernardino County, HACSB has been working with HUD to
expand its Local Payment Standards Moving to Work (MTW) initiative to allow HACSB to be more adaptable
to changing market rents. In 2023, HACSB modified their Local Payment Standards MTW Initiative to allow
them to make mid-year changes to their Local Payment Standards for MTW vouchers. With these changes,
if market rents shifted suddenly and dramatically, HACSB would have been able to adjust their Local Payment
Standards to adapt to the current market. Through the Local Payment Standards initiative, 1,942 families
have leased units that would have been out of reach under traditional program regulations, and leasing in
areas of opportunity increased by 17.6% (Proposed FY 2026 Moving to Work Annual Plan, HACSB).
HACSB developed a MTW initiative that allowed HACSB to create temporary financial incentive programs for
Page 366
landlords who enter into a lease with a new Housing Choice Voucher (HCV) participant, as well as create a
damage mitigation program to help offset the cost of tenant-caused damages. The first step was HACSB’s
Landlord Signing Bonus, which provided an incentive payment of $1,000 to landlords for each unit newly leased
to a HACSB MTW voucher program participant. During the 2022-2023 program year, HACSB was able to pay
$895,193 to landlords through the Landlord Signing Bonus program (HACSB Annual Report 2022).
Actions taken to encourage public housing residents to become more involved in management and
participate in homeownership
HACSB encourages residents to be actively involved in the community and in the management of public
housing developments through resident councils and numerous opportunities for feedback such as
community meetings and surveys. HACSB and the City also actively encourage and promote public housing
residents to explore homeownership opportunities and programs through HACSB’s Homeownership
Assistance Program (HAP) targeted at current residents. HACSB also encourages and supports residents in
participating in homebuyer counseling programs and recommends residents use the family self-sufficiency
escrow account to save money towards homeownership. Under the Family Self-Sufficiency (FSS) Program,
participants develop a five-year training and service plan that outlines the steps to become employed,
increase their earnings, and become independent of government assistance. Upon graduation of the FSS
Program, graduates are allowed to use the escrow account funds towards homeownership. In 2022, the
program served 140 households and had seven (7) households graduated with over $92,000 in escrow
savings. It is reported that current participants have accrued approximately $200,000 in escrow savings. The
savings were reportedly used for paying down payments to purchase a home, build a small business, pay for
education, and other self-sufficiency activities (HACSB 2022 Annual Report).
Under the Housing Authority’s HAP program, families are provided mortgage assistance for up to 15 years
for working families and up to 30 years for disabled families. A total of 276 clients have become homeowners
through the program since 2000 (FY 2026 MTW Plan).
In addition, the City provided several resources on services for foreclosure prevention and counseling.
Actions taken to provide assistance to troubled PHAs
Not applicable. The HACSB is designated as a High Performing Public Housing Agency.
Page 367
CR-35 - Other Actions 91.220(j)-(k); 91.320(i)-(j)
Actions taken to remove or ameliorate the negative effects of public policies that serve as barriers
to affordable housing such as land use controls, tax policies affecting land, zoning ordinances,
building codes, fees and charges, growth limitations, and policies affecting the return on residential
investment. 91.220 (j); 91.320 (i)
A barrier to affordable housing is a public policy or nongovernmental condition that constrains the
development or rehabilitation of affordable housing, such as land use controls, property taxes, state prevailing
wage requirements, environmental protection, cost of land and availability of monetary resources. Barriers
to affordable housing are distinguished from impediments to fair housing choice in the sense that barriers are
lawful and impediments to fair housing choice are usually unlawful.
Based on information gathered during community meetings, the Consolidated Plan Survey, the 2021-2029
Housing Element and market analysis, the primary barriers to affordable housing in the City continue to be
housing affordability and the lack of monetary resources necessary to develop and sustain affordable
housing. The two barriers are related in the sense that demand for affordable housing exceeds the supply
and insufficient resources are available to increase the supply of affordable housing to meet demand.
To address housing affordability and the lack of monetary resources for affordable housing, the 2020-2024
Consolidated Plan included strategies that invested a significant portion of CDBG funds for the rehabilitation
of 100 affordable owner-occupied housing units during the five-year planning period. Although the City no
longer has access to Redevelopment Housing Set-Aside funds, the City continued to leverage its CDBG
funds to attract private and other available public resources.
In the development of the 2021-2029 Housing Element, the City evaluated significant public policies affecting
affordable housing development such as land use controls, tax policies affecting land, zoning ordinances,
building codes, fees and charges and growth limitations. Based on this evaluation, the City determined that
it has taken all necessary steps to ameliorate the negative effects of public policies that may have been a
barrier to affordable housing. Moreover, the City is actively engaged with affordable housing developers
concerning the siting of affordable housing and ensuring that the entitlement process runs smoothly from
inception to completion. Action plans identified in the City’s 2021-2029 Housing Element included but were
not limited to:
Continued efforts to promote the conservation of mobile home parks through implementation of the
Mobile Home Accord (Program HE-7) that serves as a rent stabilization agreement between the City
and mobile home park owners, implementation of the Mobile Home Rental Assistance (Program HE-
8) that provides a monthly rental subsidy to low-income mobile home households, and through the
enforcement of Title 24 as it applies to mobile homes to ensure mobile homes meet applicable
building code requirements.
Development of procedures to monitor the development of vacant and nonvacant sites in the sites
inventory and ensure that adequate sites were available to meet the remaining Regional Housing
Needs Allocation (RHNA) by income category throughout the 6th cycle planning period.
Page 368
Explored a system that established target densities by land use district and an in-lieu fee system that
requires developers to pay a fee if the proposed project fell below the targeted densities.
Developed incentives and tools to facilitate ADU construction that included:
o Fee waivers or reductions beyond State requirement;
o Pre-approved site/floor plans;
o Website information on resources and technical assistance; and
o Guidance handbook for property owners looking to construct Accessory Dwelling Units
(ADUs).
Provided fee underwriting, fee deferral, public improvements, and/or permit fast-tracking for housing
affordable to lower income households, prioritizing projects that included units affordable to extremely
low-income households.
Continued to evaluate and improve the permit processing procedures to facilitate residential
development.
Continued to study the feasibility of an inclusionary housing ordinance.
Updated the Development Code to address the provision of special needs housing specifically for
Low Barrier Navigation Centers (AB 101), Emergency and Transitional Housing (AB 139), Supportive
Housing (AB 2162), Large Residential Care Facilities, and Definition of Family.
Updated the Development Code to incorporate the new density bonus provisions which allowed for
approval of development incentives such as reduction in certain development standards such as
reduced setbacks, reduced public/private open space, increased maximum lot coverage and
increased building height.
Key improvements and bonuses included to help increase the development of affordable housing included
but were not limited to:
Construction of ADUs provide for an important source of affordable housing for persons and families
of low and moderate income. An ADU is defined as “an attached or detached residential dwelling unit
which provides complete independent living facilities for one or more persons. It shall include
permanent provisions for living, sleeping, eating, cooking and sanitation on the same parcel as a
single-family or multi-family dwelling is situated”. The City adopted an updated accessory dwelling
unit (ADU) ordinance in 2020 which complied with State requirements. Per the ordinance, ADUs are
permitted by-right in any zone in which residential development is permitted and on any parcel with
an existing or proposed single or multi-family residence.
A Housing Program was added to update Development Code Chapter 17.46 to comply with the new
State provisions related to affordable housing density bonuses. The City's Affordable Housing
Incentives/Density Bonus Provisions assisted in the development of affordable housing opportunities
in accordance with Government Code § 65915-65918. These provisions allowed a density bonus
and other regulatory concessions to provide incentives for "the production of housing for very low
income, lower income, moderate income, and senior households" to "facilitate the development of
affordable housing" within the City. The provisions functioned by allowing a reduction in development
standards in exchange for the development of affordable housing units. Regulatory concessions act
as incentives, which included reduced building setbacks, reduced open space, increased lot
Page 369
coverage, increased maximum building height, reduced on-site parking standards, reduced minimum
building separation requirements, or other site or construction conditions applicable to residential
development.
The City’s Community Development home page provided links to an online permit center,
development fees, the development code, and other development information at
https://www.cityofrc.us/community-development.
The following were steps the City took to reduce government constraints and increase the efficiency in
processing for improving and developing housing as defined in the 2021-2029 Housing Element:
Development Review Process - Incorporated new polices, codes, and procedures that reduced
procedural delays, provided information early in the development process regarding development
costs, and charged only those fees necessary to adequately carry out needed public services and
improvements.
Fee Schedule - Reviewed and updated the City's fee schedule and the methodology on which the
fees are based to determine the necessary costs for providing adequate public services and public
improvements to ensure the continued health, safety, and welfare of the community.
Development Review Process - Facilitated the development review process for new housing through
multiple techniques, including staff assistance, public information, articles in the City's newsletter,
informal meetings with applicants, and Preliminary Review applications to address technical issues
and facilitate the production of quality housing.
Development Standards - Evaluated and adjusted residential development standards, regulations, and
processing procedures that were determined to constrain housing development, particularly housing
opportunities for lower and moderate-income households and for persons with special needs.
Actions taken to address obstacles to meeting underserved needs. 91.220(k); 91.320(j)
The primary obstacles to meeting the underserved needs of low- and moderate-income people include lack
of funding from federal, state and other local sources, the high cost of housing that is not affordable to low-
income people, and the lack of availability of home improvement financing in the private lending industry.
To address these obstacles, the City continued to invest CDBG funds through the 2024-2025 Action Plan in
projects that provided assistance to low- and moderate-income homeowners for home improvements,
projects that provided public and neighborhood services to low- and moderate-income people and projects
that prevented homelessness.
To address underserved needs, the City allocated 100 percent of its non-administrative CDBG investments
for Program Year 2024-2025 to projects and activities that benefit low- and moderate-income people.
The City used its CDBG funds to leverage appropriate state, local, and private resources secured by each
non-profit organization providing public services. In addition, the City will seek to leverage other sources of
federal, state, and local resources to compliment CDBG funds to meet the underserved needs in the
community.
Page 370
Actions taken to reduce lead-based paint hazards. 91.220(k); 91.320(j)
The Residential Lead-Based Paint Hazard Reduction Act of 1992 (Title X) emphasizes prevention of
childhood lead poisoning through housing-based approaches. To reduce lead-based paint hazards, the
rehabilitation of housing units built prior to January 1, 1978, included a lead-based paint testing and risk
assessment process. When lead-based paint was identified, the City ensured that developers and
contractors incorporated safe work practices, interim controls, and depending on the level of assistance,
abated the lead-based paint as part of the scope of work to effectively reduce lead-based paint hazards to
children in accordance with federal regulations. During the 2024-2025 program year, the City assisted 16
household with the rehabilitation of their home. Of these 16 households, nine (9) were built prior to 1978. Of
these nine (9) properties, three (3) were exempt (subject to senior housing), three (3) utilized interim controls
as the construction costs were between $5,000 - $25,000, and three (3) resulted in the full abatement of
LBP hazards.
Actions taken to reduce the number of poverty-level families. 91.220(k); 91.320(j)
During the 2024-2025 program year, the City supported the following strategies and actions to reduce the
number of poverty-level families:
Supported housing preservation programs that ensure low- and moderate-income households have
a safe, decent, and appropriate place to live;
Supported public services through various non-profits funded by CDBG that serve the community’s
youth, seniors, families, and residents with special needs; and
Supported a continuum of housing and public service programs to prevent and eliminate
homelessness.
In addition to these local efforts, mainstream state and federal resources also contributed to reducing the
number of individuals and families in poverty. Federal programs, such as the Earned Income Tax Credit and
Head Start, provide pathways out of poverty for families who are ready to pursue employment and
educational opportunities. Additionally, in California, the primary programs that assist families in poverty are
CalWORKS, CalFresh (formerly food stamps) and Medi-Cal. Together, these programs provided individuals
and families with employment assistance, subsidy for food, medical care, childcare and cash payments to
meet basic needs such as housing, nutrition and transportation. Other services were available to assist
persons suffering from substance abuse, domestic violence and mental illness.
Actions taken to develop institutional structure. 91.220(k); 91.320(j)
The institutional delivery system in the City is best represented through the collaboration between local
government and an outstanding set of non-profit organizations that carry out a diverse array of public service
programs to enrich the lives of residents. These relationships are collaborative-each organization partnering
with the next to ensure that all City residents have the support necessary to lead fulfilling lives.
Affordable housing preservation activities were carried out by the Economic Development Department in
partnership with housing contractors. Guided by the Strategic Plan, public service activities are carried out
by non-profit organizations and City Departments to serve low- and moderate-income residents. The
Economic Development Department works with the Public Works and Engineering Services Departments on
Page 371
city-owned public facilities and infrastructure improvements to ensure their projects are delivered on time,
within budget, and in compliance with all federal, state, and local regulations.
Through technical assistance and the annual Notice of Funding Availability (NOFA) process last winter, the
City continued to develop and expand local institutional structure by strengthening existing partnerships and
leveraging the experience of organizations that previously have not participated in locally-administered
federal programs to expand the number of program offerings available to residents.
Actions taken to enhance coordination between public and private housing and social service
agencies. 91.220(k); 91.320(j)
To enhance coordination between public and private housing and social service agencies, the City invested
CDBG funds and will continue consulting with and inviting the participation of a wide variety of agencies and
organizations involved in the delivery of housing and supportive services to low- and moderate-income
residents in the City.
Representatives of the City participated in the San Bernardino HOME Consortium. Additionally, City staff
regularly participated in neighborhood meetings during the program year to coordinate the efforts of local
organizations that worked in neighborhoods to address poverty through direct community engagement.
Identify actions taken to overcome the effects of any impediments identified in the jurisdiction’s
analysis of impediments to fair housing choice. 91.520(a)
Activities implemented during the 2024-2025 Program Year followed the recommendations of the Analysis
of Impediments to Fair Housing Choice that was adopted by the City Council on April 15, 2020. For the 2020-
2024 planning period, there is one (1) impediment to fair housing choice summarized below.
Discrimination Against Persons with Disabilities: According to data from the City’s contracted fair housing
service provider, the number of fair housing discrimination complaints on the basis of disability accounted for
62 percent of all complaints. The next two (2) closest discrimination complaint types include age and sex,
each accounting for 10 percent of all complaints. Throughout the region, the state, and nationally, disability-
related complaints are the leading basis of discrimination cited by residents, accounting for approximately
two-thirds of all complaints in some jurisdictions, demonstrating a lack of understanding and sensitivity of the
fair housing rights of persons with disabilities who experience difficulties when requesting reasonable
accommodations or modifications. In particular, persons with cognitive disabilities experience significantly
more problems with these accommodations.
The Analysis of Impediments to Fair Housing Choice included the following recommendations specific to the
City:
Work with the City’s fair housing services provider, continue to invest in landlord and tenant
counseling and mediation services, facilitate educational opportunities for landlords and tenants to
provide information concerning the law as it pertains to reasonable accommodations and
modifications.
For the 2024-2025 Program Year, the City contracted with the Inland Fair Housing and Mediation
Board (IFHMB) to provide fair housing education and general housing services to the City’s residents
to prevent incidences of housing discrimination. Implementation of the 2020-2024 Fair Housing Plan
Page 372
recommendations during the Program Year was principally undertaken by IFHMB, with the
participation of the City’s Economic Development Department.
IFHMB provided online fair housing training during the 2024-2025 Program Year. The training was
related to recognizing and reporting housing discrimination. The training was conducted via Zoom.
Social media continues to be the platform to promote IFHMB’s programs and services.
Page 373
CR-40 - Monitoring 91.220 and 91.230
Describe the standards and procedures used to monitor activities carried out in furtherance of the
plan and used to ensure long-term compliance with requirements of the programs involved,
including minority business outreach and the comprehensive planning requirements
To ensure that CDBG funds are used efficiently and in compliance with applicable regulations, the City
provided technical assistance to all subrecipients at the beginning of the program year and monitored
subrecipients throughout the program year via desktop monitoring of reimbursement requests and quarterly
performance reports.
Technical Assistance
To enhance compliance with federal program regulations, the City made technical assistance available to
prospective applicants to review the Consolidated Plan goals, program requirements, and available
resources with potential applicants. Subsequent to the approval of the Annual Action Plan, a mandatory
subrecipient workshop was held in June 2024 to review program regulations in detail, to provide useful forms
and resources for documenting compliance, and to review the City’s compliance procedures and
requirements. Additionally, individualized technical assistance was provided on an as-needed basis during
the Program Year.
Activity Monitoring
All activities were monitored, beginning with a detailed review upon receipt of an application to determine
eligibility, conformance with a National Objective and conformance with an Action Plan goal. This review also
examined the proposed use of funds, eligibility of the service area, eligibility of the intended beneficiaries and
likelihood of compliance with other federal requirements such as the National Environmental Policy Act, the
System for Award Management (SAM) debarment list, prevailing wage, Minority and Women Business
Enterprise, Section 3, and federal acquisition and relocation regulations, as applicable.
Subrecipients were required to submit an audit and other documentation to establish their capacity, and any
findings noted in the audit were reviewed with the applicant. Eligible applicants were then considered for funding.
The City reviewed quarterly performance reports and invoices throughout the year as part of its desk monitoring.
During the 2024-2025 Program Year, the City completed its annual risk assessment to determine which
CDBG public service activities to monitor to verify compliance. These monitorings were completed during
the first two (2) quarters of the 2024-2025 Program Year. These reviews included both a fiscal and
programmatic review of the subrecipient’s activities. The reviews determined if each subrecipient complied
with the program regulations and City contract. Areas of review included overall administration, financial
systems, appropriateness of program expenditures, program delivery, client eligibility determination and
documentation, reporting systems, and achievement toward achieving contractual goals. Following the
remote monitoring, a written report was prepared, delineating the results of the review and any findings of
non-compliance and the required corrective action. Subrecipients were given approximately 14 days to
provide the City with corrective actions taken to address any noted findings.
Page 374
Citizen Participation Plan 91.105(d); 91.115(d)
Describe the efforts to provide citizens with reasonable notice and an opportunity to comment on
performance reports.
In accordance with the City’s adopted Citizen Participation Plan, a public notice was published in the Inland
Valley Daily Bulletin on August 29, 2025, notifying the public of the availability of the Consolidated Annual
Performance and Evaluation Report (CAPER) for a 15-day public review and comment period. A copy of the
public notice is included in Appendix A.
The draft CAPER was available from September 1, 2025, to September 16, 2025, on the City’s website.
Physical copies were also available at City Hall in the City Clerk’s Office and Economic Development
Department, first floor lobby, and Paul A. Biane Library. Residents were encouraged to review the CAPER
and provide any written comments by mail to Flavio Nuñez, Management Analyst II, or via email to
Flavio.Nunez@cityofrc.us. A summary of any written comments received during the public review and
comment period are included in the CAPER submission to HUD as Appendix A.
Page 375
CR-45 - CDBG 91.520(c)
Specify the nature of, and reasons for, any changes in the jurisdiction’s program objectives and
indications of how the jurisdiction would change its programs as a result of its experiences.
The 2024-2025 Program Year was the fifth year of the 2020-2024 Consolidated Plan. The City made
progress toward its five-year and one-year goals for this reporting period and did not change its program
objectives or the projects and activities that utilized CDBG funds. The 2024-2025 projects that were able to
continue were successful and therefore, no changes are anticipated to be made for the City’s future
objectives.
CDBG funded activities contributed significantly to the City’s progress toward meeting the high priority needs
identified in the Consolidated Plan. As shown in Table 1 on page 2 of this document, CDBG funds are
contributing to all Strategic Plan goals including Fair Housing Services, Public Services, Affordable Housing
Preservation and Public Facilities and Infrastructure Improvements.
Page 376
Consolidated Annual Performance Evaluation
Report (CAPER)
Program Year – 2024/2025
September 16, 2025
WHAT IS THE CONSOLIDATED ANNUAL PERFORMANCE
EVALUATION REPORT (CAPER)?
CAPER Program Year – 2024/25 2
La
r
e
d
o
P
l
a
c
e
•The CAPER is a report required by the U.S. Department of
Housing and Urban Development (HUD) which describes the
use and accomplishments of federal Community Development
Block Grant (CDBG) funds allocated to the City.
•This CAPER period covers July 1, 2024, to June 30, 2025.
•This CAPER covers the fifth year of the Consolidate Plan.
CAPER Program Year – 2024/25 3
La
r
e
d
o
P
l
a
c
e
REPORTING PLAN COMPONENTS OVERVIEW
•5-Year Consolidated Plan (ConPlan)
–ConPlan 2020-2025 (Current Plan)
•Annual Action Plan (AAP)
–AAPs are prepared each year of the ConPlan and outline specific activities,
goals, objectives, etc., for the given program year (not cumulative)
•Consolidated Annual Performance and Evaluation Report (CAPER)
–CAPERs are annual reports that detail use of funds and progress towards
meeting goals and objectives for AAPs
CAPER Program Year – 2024/25 4
La
r
e
d
o
P
l
a
c
e
CITIZEN PARTICIPATION
•On August 28, 2025, the City published a notice in the paper informing
the public that the Draft 2024-2025 CAPER would be available for
review and comment thru September 16, 2025.
•The CAPER was also placed on the City’s website for public access and
review.
•This Public Hearing also provides the public an opportunity to provide
comment and feedback.
•As of to date no comments have been received on the CAPER.
CAPER Program Year – 2024/25 5
La
r
e
d
o
P
l
a
c
e
CDBG FUNDING FOR 2024/2025 PROGRAM YEAR
SOURCE OF FUNDS AMOUNT
CDBG Allocation $ 1,042,138
Prior Year Funds $ 682,624
Total Investment: $ 1,724,762
CAPER Program Year – 2024/25 6
La
r
e
d
o
P
l
a
c
e
ACCOMPLISHMENT HIGHLIGHTS
•Provided fair housing services to 102
residents
•Provided healthy meals to 123 seniors,
•Provided food bank and nutritional
services to 367 residents.
•Provided help to 167 homeless or at-
risk of becoming homeless individuals
•Provided rental assistance to 31
residents
•Completed 16 Home Rehabilitation
Projects
•Provided recreational activities to 128
seniors
•Completed ADA Improvements through
the Concrete Rehabilitation Program
RECOMMENDATION
CAPER Program Year – 2024/25 8
La
r
e
d
o
P
l
a
c
e
RECOMMENDATION
•Approve the Community Development Block Grant (CDBG)
Program Year 2024-2025 Consolidated Annual Performance and
Evaluation Report (CAPER).
•Determine that the action is exempt from the California
Environmental Quality Act (CEQA) pursuant to Section 15060(c)(2)
of the CEQA Guidelines.
•Authorize the City Manager or their designee to submit Report to
the U.S. Department of Housing and Urban Development (HUD).
Questions?
CAPER Program Year – 2024/25 9
DATE:September 16, 2025
TO:Mayor and Members of the City Council
FROM:John R. Gillison, City Manager
INITIATED BY:Michael Parmer, Engagement and Special Programs Director
Hope Velarde, Management Analyst II
SUBJECT:Designation of Voting Delegates and Alternates for the League of
California Cities Annual Business Meeting. (CITY)
RECOMMENDATION:
Staff recommends the City Council designate a voting Delegate and Alternates for the Annual
Business Meeting of the 2025 League of California Cities (Cal Cities) Annual Conference.
BACKGROUND:
Cal Cities 2025 Annual Conference is scheduled for October 8-10, 2025 in Long Beach California.
An essential part of the Annual Conference is the Annual Business Meeting during the General
Assembly on Friday, October 10. At this meeting, the Cal Cities membership considers and takes
action on various resolutions that establish Cal Cities policy on municipal issues of statewide
importance.
In order to vote at the Annual Business Meeting, the City Council must designate one (1) voting
delegate and appoint up to two (2) alternate voting delegates, one of whom may vote in the event
the designated voting delegate is unable to serve in that capacity. According to Cal Cities bylaws,
the voting delegate and the two alternate delegates must be designated by an official vote of the
City Council.
ANALYSIS:
The designated voting delegate and alternates must be registered to attend the conference. Only
one (1) voting card will be provided for use by either the voting delegate or the alternates. The
task of voting at the Annual Business Meeting cannot be transferred to any other city official
beyond the designated voting delegate and alternates. Voting delegates may either be an elected
or appointed official. Once the voting delegates are appointed, the names of each delegate will
be submitted to the Cal Cities website by Wednesday, September 24, 2025.
Page 377
Page 2
3
0
4
0
The chart below details the recent designated voting delegates and alternates for the Cal Cities
Annual Business Meeting for years 2021, 2022, 2023, and 2024:
Cal Cities Annual
Business Meeting Year Designated Voting Delegate Designated Alternate
2021 Mayor Pro Tem Lynne Kennedy Councilmember Kristine Scott
2022 Mayor Pro Tem Lynne Kennedy Councilmember Kristine Scott
2023 Mayor Pro Tem Lynne Kennedy Councilmember Kristine Scott
and Mayor L. Dennis Michael
2024 Mayor Pro Tem Lynne Kennedy Councilmember Kristine Scott
FISCAL IMPACT:
None.
COUNCIL MISSION / VISION / VALUE(S) ADDRESSED:
Actively participating in the policy-making process during the General Assembly supports the City
Council’s Core Values of intentionally embracing and anticipating our future and relentless pursuit
of improvement.
ATTACHMENTS:
Attachment 1 - Voting Delegate Letter
Page 378
1400 K Street, Suite 400, Sacramento, CA 95814 • 916.658.8200 • calcities.org
DATE: Wednesday, July 16, 2025
TO: Mayors, Council Members, City Clerks, and City Managers
RE: DESIGNATION OF VOTING DELEGATES AND ALTERNATES
League of California Cities Annual Conference and Expo, Oct. 8-10, 2025
Long Beach Convention Center
Every year, the League of California Cities convenes a member-driven General Assembly
at the Cal Cities Annual Conference and Expo. The General Assembly is an important
opportunity where city officials can directly participate in the development of Cal Cities
policy.
Taking place on Oct. 10, the General Assembly is comprised of voting delegates
appointed by each member city; every city has one voting delegate. Your appointed
voting delegate plays an important role during the General Assembly by representing
your city and voting on resolutions.
To cast a vote during the General Assembly, your city must designate a voting
delegate and up to two alternate voting delegates, one of whom may vote if the
designated voting delegate is unable to serve in that capacity. Voting delegates may
either be an elected or appointed official.
Action by Council Required. Consistent with Cal Cities bylaws, a city’s voting delegate
and up to two alternates must be designated by the city council. Please note that
designating the voting delegate and alternates must be done by city council action
and cannot be accomplished by individual action of the mayor or city manager alone.
Following council action, please submit your city’s delegates through the online
submission portal by Wed., Sept. 24. When completing the Voting Delegate submission
form, you will be asked to attest that council action was taken. You will need to be
signed in to your My Cal Cities account when submitting the form.
Submitting your voting delegate form by the deadline will allow us time to establish voting
delegate/alternate records prior to the conference and provide pre-conference
communications with voting delegates.
Conference Registration Required. The voting delegate and alternates must be
registered to attend the conference. They need not register for the entire conference;
they may register for Friday only. Conference registration is open on the Cal Cities
website.
Council Action Advised by September 24, 2025
ATTACHMENT 1
Page 379
For a city to cast a vote, one voter must be present at the General Assembly and in
possession of the voting delegate card and voting tool. Voting delegates and
alternates need to pick up their conference badges before signing in and picking up
the voting delegate card at the voting delegate desk. This will enable them to receive
the special sticker on their name badges that will admit the voting delegate into the
voting area during the General Assembly.
Please view Cal Cities’ event and meeting policy in advance of the conference.
Transferring Voting Card to Non-Designated Individuals Not Allowed. The voting
delegate card may be transferred freely between the voting delegate and alternates,
but only between the voting delegate and alternates. If the voting delegate and
alternates find themselves unable to attend the General Assembly, they may not
transfer the voting card to another city official.
Seating Protocol during General Assembly. At the General Assembly, individuals with a
voting card will sit in a designated area. Admission to the voting area will be limited to the
individual in possession of the voting card and with a special sticker on their name badge
identifying them as a voting delegate.
The voting delegate desk, located in the conference registration area of the Long Beach
Convention Center in Long Beach, will be open at the following times: Wednesday, Oct.
8, 8:00 a.m.-6:00 p.m. and Thursday, Oct. 9, 7:30 a.m.-4:00 p.m. On Friday, Oct. 10, the
voting delegate desk will be open at the General Assembly, starting at 7:30 a.m., but will
be closed during roll calls and voting.
The voting procedures that will be used at the conference are attached to this memo.
Please share these procedures and this memo with your council and especially with the
individuals that your council designates as your city’s voting delegate and alternates.
Once again, thank you for submitting your voting delegate and alternates by
Wednesday, Sept. 24. If you have questions, please contact Zach Seals at
zseals@calcities.org.
Attachments:
•General Assembly Voting Guidelines
•Information Sheet: Cal Cities Resolutions and the General Assembly
Page 380
1400 K Street, Suite 400, Sacramento, CA 95814 • 916.658.8200 • calcities.org
General Assembly Voting Guidelines
1. One City One Vote. Each member city has a right to cast one vote on
matters pertaining to Cal Cities policy.
2. Designating a City Voting Representative. Prior to the Cal Cities Annual
Conference and Expo, each city council may designate a voting delegate
and up to two alternates; these individuals are identified on the voting
delegate form provided to the Cal Cities Credentials Committee.
3. Registering with the Credentials Committee. The voting delegate, or
alternates, may pick up the city's voting card at the voting delegate desk in
the conference registration area. Voting delegates and alternates must sign
in at the voting delegate desk. Here they will receive a special sticker on
their name badge and thus be admitted to the voting area at the General
Assembly.
4. Signing Initiated Resolution Petitions. Only those individuals who are voting
delegates (or alternates), and who have picked up their city’s voting card
by providing a signature to the credentials committee at the voting
delegate desk, may sign petitions to initiate a resolution.
5. Voting. To cast the city's vote, a city official must have in their possession the
city's voting card and voting tool; and be registered with the credentials
committee. The voting card may be transferred freely between the voting
delegate and alternates but may not be transferred to another city official
who is neither a voting delegate nor alternate.
6. Voting Area at General Assembly. At the General Assembly, individuals with
a voting card will sit in a designated area. Admission to the voting area will
be limited to the individual in possession of the voting card and with a
special sticker on their name badge identifying them as a voting delegate.
7. Resolving Disputes. In case of dispute, the credentials committee will
determine the validity of signatures on petitioned resolutions and the right of
a city official to vote at the General Assembly.
Page 381
Sixty days before the
Annual Conference
and Expo, Cal Cities
members may submit
policy proposals on
issues of importance
to cities. The resolution must
have the concurrence of at least
five additional member cities or
individual members.
How it works: Cal Cities
Resolutions and the General Assembly
General Assembly
General Resolutions Policy Committees
Developing League of California Cities policy is a dynamic process that engages a wide range of members to
ensure Cal Cities represents cities with one voice. These policies directly guide Cal Cities’ advocacy to promote
local decision-making, and lobby against statewide policies that erode local control.
The resolutions process and General Assembly is one way that city officials can directly participate in the
development of Cal Cities policy. If a resolution is approved at the General Assembly, it becomes official Cal
Cities policy. Here’s how resolutions and the General Assembly work.
The petitioned
resolution is an
alternate method
to introduce policy
proposals during
the annual conference. The
petition must be signed by
voting delegates from 10% of
member cities, and submitted to
the Cal Cities President at least
24 hours before the beginning
of the General Assembly.
Petitioned Resolutions
The Cal Cities
President assigns
general resolutions
to policy committees
where members
review, debate, and recommend
positions for each policy proposal.
Recommendations are forwarded
to the Resolutions Committee.
Who’s who
The Resolutions Committee
includes representatives
from each Cal Cities
diversity caucus, regional
division, municipal
department, and policy
committee, as well as
individuals appointed by
the Cal Cities president.
Voting delegates
are appointed by each
member city; every city
has one voting delegate.
The General Assembly is a
meeting of the collective
body of all voting
delegates —one from
every member city.
Seven policy committees
meet throughout the year
to review and recommend
positions to take on bills
and regulatory proposals.
Policy committees include
members from each Cal
Cities diversity caucus,
regional division, and
municipal department,
as well as individuals
appointed by the Cal
Cities president.
During the General Assembly, voting delegates
debate and consider general and petitioned
resolutions forwarded by the Resolutions
Committee. Potential Cal Cities bylaws
amendments are also considered at this meeting.
Cal Cities policy
development is a member-
informed process,
grounded in the voices and
experiences of city officials
throughout the state.
For more information visit www.calcities.org/general-assembly
Prior to the Annual Conference and Expo
Resolutions Committee
The Resolutions
Committee considers
all resolutions. General
Resolutions approved1 by
either a policy committee
or the Resolutions Committee are next
considered by the General Assembly.
General resolutions not approved, or
referred for further study by both a
policy committee and the Resolutions
Committee do not go to the General
Assembly. All Petitioned Resolutions
are considered by the General
Assembly, unless disqualified.2
During the Annual Conference and Expo
1 The Resolution Committee can amend a general resolution prior to sending it to the General Assembly.
2 Petitioned Resolutions may be disqualified by the Resolutions Committee according to Cal Cities Bylaws Article VI. Sec. 5(f).
Page 382