HomeMy WebLinkAboutCO 2025-117 - Generator Services Co Inc
CITY OF RANCHO CUCAMONGA
PUBLIC WORKS SERVICES DEPARTMENT
CONTRACT
GENERATOR SERVICES CO., INC.
FOR
GENERATOR MAINTENANCE AND REPAIR
SERVICES
(RFP 24/25-007)
AWARD DATE:
September 9, 2025
City of Rancho Cucamonga
CONTRACT NUMBER
2025-117
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
Page 1
AGREEMENT FOR PROFESSIONAL
SERVICES
THIS AGREEMENT is made and entered into this 5th day of March, 2025,
by and between the City of Rancho Cucamonga, a municipal corporation (“City”) and the Rancho
Cucamonga Fire Protection District (“RCFPD”) and Generator Services Co, Inc., a Corporation
(“Contractor”).
RECITALS
A. City and RCFPD have heretofore issued their request for proposals to perform the
following services: Generator Maintenance and Repair (RFP 24/25-007) (“the Project”).
B. Contractor has submitted a proposal to perform the services described in Recital “A”,
above, necessary to complete the Project.
C. City and RCFPD desire 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 and RCFPD hereby engage Contractor to perform all services described in
Recitals “A” and “B” above, including, but not limited to the maintenance, repair, troubleshooting
and installation of generators; all as more fully set forth in RFP 24/25-007, attached hereto as
Exhibit A, Contractor’s proposal, dated October 11, 2024 attached hereto as Exhibit B, and Schedule
of Lump Sum and Unit Costs attached hereto as Exhibit B, 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 and RCFPD, the
Contractor will promptly meet with City and RCFPD staff to discuss any revisions to the Project
desired by the City and RCFPD. 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
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
Page 2
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 and RCFPD 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 and RCFPD
of such fact and shall not proceed except at Contractor’s risk until written instructions are received
from the City and RCFPD 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,
2030. 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 two
(2) 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 and RCFPD.
3. Compensation.
3.1 Compensation. City and RCFPD shall compensate Contractor as set forth in
Exhibit A, provided, however, that full, total and complete amount payable to Contractor shall not
exceed Forty-Five Thousand Dollars ($45,000) for services during the City and RCFPD fiscal year
ending June 30, 2026 and Four Hundred and Fifty Thousand Dollars ($450,000) over the duration
of the contract effective through fiscal year ending June 30, 2030, including all out of pocket
expenses, unless additional compensation is approved by the City Manager or City Council. City and
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
Page 3
RCFPD shall not withhold any federal, state or other taxes, or other deductions.
However, City and RCFPD 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, or goods or products not yet
received.
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 and RCFPD shall compensate
Contractor for any authorized extra services as set forth in Exhibit A.
3.2 Compensation Limit. Maintenance and Repair Services. If the Services include
repair work, then the maximum compensation payable during the term of this Agreement, or any
renewal term, for work consisting of “repair”, is the lower of $60,000, or the amount set forth in
Section 3.1, above. See R.C.M.C Section 3.08.110.B. For avoidance of doubt, “maintenance”
includes, but is not limited to, routine, recurring, and usual work for the preservation or protection of
any City or RCFPD owned or operated facility for its intended purposes. “Repair” work includes, but
is not limited to, non-routine, non-recurring, and/or work to maintain equipment or facilities that is
unexpected, and may include replacement of equipment or components thereof. See California Public
Contract Code Section 22002(d). It is Contractor’s responsibility to ensure that the cost of repair work
performed and invoiced by Contractor does not exceed the foregoing limit. Contractor shall consult
with City and RCFPD should Contractor have any question whether work is repair work prior to
performing the same.
4. Method of Payment.
4.1 Invoices. Contractor shall submit to City and RCFPD 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. Repair work,
if any, shall be specifically identified, including all charges related thereto. 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 and RCFPD shall review such invoices and notify Contractor in writing
within ten (10) business days of any disputed amounts.
4.3 City and RCFPD 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 and RCFPD.
5. Representatives.
5.1 City and RCFPD Representative. For the purposes of this Agreement, the
contract administrator and City’s and RCFPD’s representative shall be Maritza Martinez, Public
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
Page 4
Works Services Director, or such other person as designated in writing by the City and RCFPD
(“City and RCFPD Representative”). It shall be Contractor’s responsibility to assure that the City and
RCFPD 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 and RCFPD to the City and RCFPD
Representative. Unless otherwise specified herein, any approval of City and RCFPD required
hereunder shall mean the approval of the City and RCFPD Representative.
5.2 Contractor Representative. For the purposes of this Agreement, Debbie Butler,
Service Administrative Manager, 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 and RCFPD 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 and RCFPD.
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 and RCFPD 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 RCFPD and its
elected officials, officers and employees, servants, designated volunteers, and agents serving as
independent contractors in the role of City and RCFPD 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 and RCFPD shall have the right to
offset against the amount of any fees due to Contractor under this Agreement any amount due to City
and RCFPD from Contractor as a result of Contractor’s failure to promptly pay to City and RCFPD
any reimbursement or indemnification arising under this Section 6.
7. Ownership of Work Product.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
Page 5
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 and RCFPD. Subject to the provisions of Section
14, upon payment being made, all Work Product shall be and remain the property of City and RCFPD
without restriction or limitation upon its use or dissemination by City and RCFPD. 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 and RCFPD. 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 representative, Contractor
shall be responsible for its safe return to City and RCFPD. Under no circumstances shall Contractor
fail to deliver any draft or final designs, plans, drawings, reports or specifications to City and RCFPD
upon written demand by City and RCFPD for their delivery, notwithstanding any disputes between
Contractor and City and RCFPD concerning payment, performance of the contract, or otherwise. This
covenant shall survive the termination of this Agreement. City and RCFPD’s reuse of the Work
Product for any purpose other than the Project, shall be at City and RCFPD’s sole risk.
7.2. Assignment of Intellectual Property Interests: Upon execution of this Agreement
and to the extent not otherwise conveyed to City and RCFPD by Section 7.1, above, the Contractor
shall be deemed to grant and assign to City and RCFPD, and shall require all of its subcontractors to
assign to City and RCFPD, 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 and RCFPD 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 and RCFPD has full legal title to and the right to reproduce any of the Work
Product. Contractor shall defend, indemnify and hold City and RCFPD, and its elected officials,
officers, employees, servants, attorneys, designated volunteers, and agents serving as independent
contractors in the role of City and RCFPD officials, harmless from any loss, claim or liability in any
way related to a claim that City and RCFPD’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 and RCFPD’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 and RCFPD the right to continue using the Work Product by suspension of any
injunction or by procuring a license or licenses for City and RCFPD; or (b) modify the Work Product
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
Page 6
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 and RCFPD, a wholly independent contractor. Contractor shall have no power to incur any debt,
obligation, or liability on behalf of City and RCFPD or otherwise act as an agent of City and RCFPD.
Neither City and RCFPD 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 and RCFPD. Contractor shall pay all required taxes on amounts paid to Contractor
under this Agreement, and to defend, indemnify and hold City and RCFPD harmless from any and all
taxes, assessments, penalties, and interest asserted against City and RCFPD 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 and RCFPD 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 and RCFPD. City and RCFPD shall grant such authorization if
applicable law requires disclosure. All City and RCFPD data shall be returned to City and RCFPD
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 and RCFPD 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 and RCFPD 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.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
Page 7
10.3 Contractor has no knowledge that any officer or employee of City and RCFPD
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 and RCFPD, even if such interest would not be
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 RCFPD, and their elected officials, officers, employees, servants,
volunteers, and agents serving as independent contractors in the role of City and/or RCFPD officials
(collectively, “Indemnitees”), free and harmless with respect to any and all damages, liabilities,
losses, liens, stop notices, 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 and RCFPD’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 and RCFPD, or the deposit
with City and RCFPD, 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.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
Page 8
12.2 Minimum Scope of Insurance. Unless otherwise approved by City and RCFPD,
coverage shall be at least as broad as:
(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 and RCFPD. 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 RCFPD and shall not reduce the limits of
coverage. City and RCFPD reserve 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
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
Page 9
endorsement naming the City, RCFPD, its officers, officials,
employees, designated volunteers and agents serving as independent
contractors in the role of City and RCFPD 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, RCFPD, its officers, officials, employees, designated volunteers
or agents serving as independent contractors in the role of City and/or
RCFPD 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, RCFPD, its
officers, officials, employees, designated volunteers and agents serving
as independent contractors in the role of City and/or RCFPD officials.
Any insurance or self-insurance maintained by City, RCFPD, its
officers, officials, employees, designated volunteers or agents serving
as independent contractors in the role of City and/or RCFPD 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 and RCFPD 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 and RCFPD, its elected
officials, officers, employees, servants, attorneys, designated
volunteers, and agents serving as independent contractors in the role of
City and/or RCFPD officials.
(6) Each policy shall be issued by an insurance company approved in
writing by City and RCFPD, 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.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
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 and RCFPD 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 and RCFPD 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 and RCFPD before Contractor commences performance. If
performance of this Agreement shall extend beyond one year, Contractor shall provide City and
RCFPD 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
and RCFPD in the same manner and to the same extent as Contractor is bound to City and RCFPD
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 and RCFPD
relating to Contractor’s performance or services rendered under this Agreement, Contractor shall
render any reasonable assistance and cooperation that City and RCFPD might require. City and
RCFPD shall compensate Contractor for any litigation support services in an amount to be agreed
upon by the parties.
14. Termination. City and RCFPD 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 and RCFPD exercises its right to terminate this Agreement, City and RCFPD 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
and RCFPD by reason of such termination, including any claim for compensation. City and RCFPD
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
Page 11
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. In such event, complete ownership of all Work
Product and related intellectual property rights shall immediately be deemed vested in, and/or
otherwise assigned to, City and RCFPD as provided in Sections 7.1 and 7.2, whether or not full
payment therefor has been made.
Contractor may terminate this Agreement for cause upon giving the City and RCFPD ten (10)
business days prior written notice for any of the following: (1) uncured breach by the City and
RCFPD 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 and RCFPD’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 and RCFPD: Maritza Martinez
City of Rancho Cucamonga
Public Works Services Department
8794 Lion Street
Rancho Cucamonga, CA 91730
If to Contractor: Debbie Butler, Service Administrative
Manger
Generator Services Co., Inc.
10255 Philadelphia Ct.
Rancho Cucamonga, CA 91730
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 and RCFPD’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.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials
Last Revised:8/15/24
Page 12
18.Compliance with Laws; Bonds.
18.1 Contractor shall comply with all applicable federal, state and local laws,
ordinances, codes and regulations in force at the time Contractor performs the Services.
18.2 California Labor Code Compliance. If the Services consist of maintenance,
repair, or any other work constituting a “public work” as defined in California Labor Code Sections
1720, et seq., and 1771, then Contractor shall comply with the Labor Code requirements set forth in
Exhibit “D” attached hereto.
18.3 Payment and Performance Bonds.
Payment Bond - Required Not required
Performance Bond - Required Not required
(1)If required in the RFP or other solicitation document, Contractor shall
provide a payment bond and a performance bond in an amount not less
than the total contract amount. Notwithstanding the foregoing, if the
Services consist of repair work costing or expected to cost more than
$25,000 during the term hereof, or any renewal term, then, pursuant to
California Civil Code Section 9550, Contractor shall provide a
payment bond in an amount not less than the total cost attributable to
such repair work.
(2)Contractor may be required to increase any required bond amount, or
obtain a new bond, to reflect unanticipated increases in costs of the
Services.
(3)If the Services include maintenance and repair services, the total
contract amount shall be utilized for determining the required bond
amounts.
(4)If one or more bonds are required, the bond forms shall be attached to
this Agreement.
(5)Surety Qualifications. Only bonds executed by an admitted surety
insurer, as defined in Code of Civil Procedure Section 995.120, shall
be accepted. The surety must be a California-admitted surety with a
current A.M. Best’s rating no less than A:VIII and satisfactory to the
City and RCFPD. If a California-admitted surety insurer issuing
bonds does not meet these requirements, the insurer will be considered
qualified if it is in conformance with Section 995.660 of the California
Code of Civil Procedure, and proof of such is provided to the City and
RCFPD.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
Page 13
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 and
RCFPD of any payment to Contractor constitute or be construed as a waiver by City and RCFPD
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 and RCFPD shall in no way impair or prejudice any
right or remedy available to City and RCFPD 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 in this Agreement,
including attachments and exhibits, are hereby incorporated in this Agreement. In the event of
any material discrepancy conflict 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 legal 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 incorporated herein by such reference, and the same represents the entire and integrated
agreement between Contractor, and City and RCFPD. 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.
25. Time Is of the Essence. Time is of the essence in every provision of this
Agreement.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
Page 14
IN WITNESS WHEREOF, the parties, through their respective authorized representatives,
have executed this Agreement as of the date first written above.
Contractor Name:
Generator Services Co., Inc.
By:__________________________________
Name Date
_____________________________
Title
City of Rancho Cucamonga
By:
Name Date
By:___________________________________
Name Date
_____________________________
Title
(two signatures required if corporation)
Rancho Cucamonga Fire Protection District
By:
Name Date
Title
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
10/6/2025 | 8:57 AM PDT
Service Administrative Manager
Operations Manager
10/6/2025 | 9:16 AM PDT
Fire Chief
10/6/2025 | 9:51 AM PDT
Mayor/President
10/6/2025 | 3:24 PM PDT
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised:8/15/24
Page 15
ATTACHMENTS
Attachment A – Sample Additional Insured Endorsement, Ongoing Operations
Attachment B – Sample Additional Insured Endorsement, Completed Operations
Attachment C – Sample Waiver of Subrogation
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised: 10/02/13
Page 16
Attachment A – Sample Additional Insured Endorsement, Ongoing Operations
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised: 10/02/13
Page 17
Attachment B – Sample Additional Insured Endorsement, Completed Operations
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised: 10/02/13
Page 18
Attachment C – Sample Waiver of Subrogation
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials
Last Revised: 10/02/13
Page 19
SCOPE OF WORK
Scope of Work Contents:
Exhibit A – RFP 24/25-007
Exhibit B – Contractor’s proposal and unit cost, dated October 11, 2024
Exhibit C – California Labor Code Compliance
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
REQUEST FOR PROPOSAL (“RFP”) #24/25-007
FOR
GENERATOR MAINTENANCE AND REPAIR SERVICES ON AN AS NEEDED BASIS
City of Rancho Cucamonga
Procurement Division
10500 Civic Center Drive
Rancho Cucamonga, California 91730
Exhibit ADocusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 2 of 33
Table of Contents
1. OVERVIEW ............................................................................................................................................ 5
1.1. GENERAL BACKGROUND ............................................................................................................................. 5
1.2. PROPOSAL DELIVERY AND SCHEDULE OF EVENTS ............................................................................................. 5
1.3. DISCREPANCIES OR OMISSIONS .................................................................................................................... 5
1.4. CONTINGENCIES ........................................................................................................................................ 6
1.5. QUESTIONS AND CLARIFICATIONS ................................................................................................................. 6
1.6. DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION ................................................. 6
1.7. BRAND NAMES ......................................................................................................................................... 7
1.8. KNOWLEDGE OF REQUIREMENTS .................................................................................................................. 7
1.9. RESERVATION OF RIGHTS ............................................................................................................................ 7
1.10. CALIFORNIA'S PUBLIC RECORDS ACT ............................................................................................................. 8
2. MINIMUM REQUIREMENTS ................................................................................................................. 8
2.1. BUSINESS LICENSE ...................................................................................................................................... 8
2.2. PREVAILING WAGES ................................................................................................................................... 9
2.3. REPRESENTATIVES ...................................................................................................................................... 9
2.4. EMPLOYEE CONDUCT................................................................................................................................ 10
3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS ........................................................... 10
3.1. COVER LETTER / INTRODUCTION ................................................................................................................ 11
3.2. TABLE OF CONTENTS ................................................................................................................................ 11
3.3. EXECUTIVE SUMMARY .............................................................................................................................. 11
3.4. EXPERIENCE ............................................................................................................................................ 11
3.5. THIRD-PARTY / SUBCONTRACTORS ............................................................................................................. 12
3.6. STAFF BIOGRAPHIES ................................................................................................................................. 12
3.7. PROPOSAL RESPONSE ............................................................................................................................... 12
3.8. EXHIBITS A THROUGH H ............................................................................................................................ 12
3.9. NON-DISCLOSURE CONFLICT OF INTEREST .................................................................................................... 12
3.10. PROFESSIONAL SERVICE AGREEMENT .......................................................................................................... 13
3.11. ACKNOWLEDGEMENT OF INSURANCE .......................................................................................................... 13
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 3 of 33
3.12. ADDENDUM ACKNOWLEDGEMENT .............................................................................................................. 13
3.13. DEBARMENT AND SUSPENSION .................................................................................................................. 13
3.14. PARTICIPATION CLAUSE ............................................................................................................................ 14
3.15. SIGNATURE OF AUTHORITY ........................................................................................................................ 14
3.16. COMPANY REFERENCES............................................................................................................................. 14
3.17. LINE ITEM PRICING ................................................................................................................................... 14
4.SCOPE OF WORK ................................................................................................................................. 15
4.1. GENERAL INFORMATION ........................................................................................................................... 15
4.2. Location of Work ................................................................................................................................ 15
4.3. Working Hours .................................................................................................................................... 15
4.4. Response Time ................................................................................................................................... 15
4.5. Contractor Requirements .................................................................................................................. 15
4.6. Computerized Workorder Management System .............................................................................. 16
4.7. Equipment Schedule .......................................................................................................................... 16
4.8. Preventive Maintenance Schedule .................................................................................................... 19
4.9. Pricing ................................................................................................................................................. 19
4.9.1. Unit and Lump Sum Prices ................................................................................................................. 19
4.9.2. Estimates ............................................................................................................................................ 19
4.9.3. Changes in Work ................................................................................................................................. 19
4.9.4. Invoices ............................................................................................................................................... 20
4.9.5. Quality Assurance............................................................................................................................... 21
5.EVALUATION AND CONTRACTOR SELECTION PROCESS ........................................................................ 22
5.1. INITIAL SCREENING ................................................................................................................................... 22
5.2. EVALUATION ACTIVITIES ........................................................................................................................... 22
5.3. COST EVALUATION ................................................................................................................................... 23
5.4. REFERENCE CHECKS .................................................................................................................................. 23
5.5. DEMONSTRATIONS/ INTERVIEWS ............................................................................................................... 23
5.6. FINANCIAL DOCUMENTATION .................................................................................................................... 23
5.7. BEST AND FINAL OFFER ............................................................................................................................. 24
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 4 of 33
5.8. CONTRACTOR SELECTION .......................................................................................................................... 24
5.9. LETTER OF INTENT TO AWARD .................................................................................................................... 24
“EXHIBIT A, CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT” ........ 25
“EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY” ............................................. 26
“EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED” .................................................................................... 27
“EXHIBIT D, ADDENDUM ACKNOWLEDGEMENT” ....................................................................................... 28
“EXHIBIT E, DEBARMENT and SUSPENSION CERTIFICATION FORM” ............................................................ 29
“EXHIBIT F, PARTICIPATION CLAUSE” ......................................................................................................... 30
“EXHIBIT G, SIGNATURE OF AUTHORITY” ................................................................................................... 31
“EXHIBIT H” REFERENCES WORKSHEET ...................................................................................................... 32
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 5 of 33
1.OVERVIEW
1.1. GENERAL BACKGROUND
The City and RCFPD of Rancho Cucamonga (hereinafter “City”) and the Rancho Cucamonga Fire Protection
District (hereinafter “RCFPD”) is inviting qualified Contractor (hereinafter “Contractor”) to submit a proposal
response for Request for Proposals (“RFP”) #24/25-007 for Generator Maintenance and Repair Services On An
As Needed Basis 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 and RCFPD 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, this information is indicated in the bid system and provides the ability
to tabulate the responses in accordance to the named Contractors. 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 and RCFPD
and RCFPD shall not be responsible for any delays by transmission errors.
Schedule of Events
Event Description Date & Time
Post RFP September 26, 2024
Questions Due October 22, 2024, 9:00 am
Addendum Issued October 28, 2024
RFP Response Due Date November 19, 2024, 9:00 am
(The City and RCFPD reserves the right to change schedule of events without prior notice or responsibility
to Contractor.)
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 and
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 6 of 33
RCFPD and RCFPD 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 and RCFPD and RCFPD 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. If only one RFP response is received, The City and RCFPD and RCFPD reserves the right to reject
the response and re-bid the RFP.
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
and RCFPD and RCFPD 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 and RCFPD’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 and RCFPD and RCFPD’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 and RCFPD 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 and RCFPD of Rancho Cucamonga.
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 RCFPD and
RCFPD and will be returned only at The City and RCFPD and RCFPD’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
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 7 of 33
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 and RCFPD
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 and RCFPD 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 and RCFPD issued clarifications, modifications, amendments, or addenda. The City
and RCFPD 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 and RCFPD that any contract will be
entered by The City and RCFPD. The City and RCFPD 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.
• 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 and RCFPD recognizes that price is only one of several criteria to be used in judging a product
or service, and The City and RCFPD is not legally bound to accept the lowest RFP response.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 8 of 33
• The City and RCFPD 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 and RCFPD 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 and RCFPD 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 and RCFPD 's receipt, review, evaluation or any other
act or omission concerning any such information shall not create an acceptance by the City and RCFPD 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 and RCFPD shall make a final determination if
any exemption exists for the City and RCFPD to deny the request and prevent disclosure. The City and RCFPD
will withhold such information from public disclosure under the Public Records Act only if the City and RCFPD
determines, in its sole discretion, that there is a legal basis to do so.
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.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 9 of 33
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 and RCFPD 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.
In case of default by the Contractor, the City and RCFPD 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 and RCFPD 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.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 10 of 33
City and RCFPD Representative:
For the purposes of this Agreement, the contract administrator and City and RCFPD’s representative shall
be__________________, or such other person as designated in writing by City and RCFPD (“City and RCFPD ’s
Representative”). It shall be the Contractor’s responsibility to assure that City and RCFPD ’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 and RCFPD to City and RCFPD Representative. Unless otherwise specified herein, any
approval of City and RCFPD required hereunder shall mean the approval of the City and RCFPD 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 and RCFPD 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 and RCFPD ’s Representative.
2.4. EMPLOYEE CONDUCT
All Contractor personnel must observe all City and RCFPD regulations in effect at the location where the Services
are being conducted. While on City and RCFPD property, the Contractor’s personnel shall be subject to oversight
by City and RCFPD staff. Under no circumstances shall the Contractor’s or Contractor’s sub-contractor personnel
be deemed as employees of the City and RCFPD. Contractor or Contractor’s subcontractor personnel shall not
represent themselves to be employees of the City and RCFPD.
Contractor's personnel will always make their best efforts to be responsive, polite, and cooperative when
interacting with representatives of the City and RCFPD and City and RCFPD employees. The Contractor's
personnel shall be required to work in a pleasant and professional manner with City and RCFPD 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 contractual services required by the City and RCFPD or without the proper
City and RCFPD 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
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 11 of 33
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 and RCFPD reserves the right to discard the response, re-bid or
proceed with an RFP review and negotiations.
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.
3.1. COVER LETTER / INTRODUCTION
RFP responses must include the complete name and address of Contractor and the name, mailing address, and
telephone number of the contact person regarding the RFP response. A signature by an authorized
representative must be included on each RFP response. Said signature will be considered confirmation of the
Contractors 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. EXECUTIVE SUMMARY
The Executive Summary 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.
3.4. EXPERIENCE
The Contractor shall provide a concise statement demonstrating the Contractor’s qualifications, experience,
expertise, and capability to perform the requirements of this RFP. Provide a brief history of your company,
including;
• The number of years in business,
• The firm’s service commitment to customers,
• If the firm 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 firm is an individual proprietorship, partnership, corporation, or private
nonprofit firm, and the date your company was formed or incorporated.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 12 of 33
3.5. THIRD-PARTY / SUBCONTRACTORS
If the Contractor intends to subcontract, a detailed list of any sub-contractors, partners, or third-party
Contractors who will be involved in the implementation of the proposed services including but not limited to:
• Description of the Contractor’s experience with each of the proposed subcontractors,
• 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,
• Describe the specific role of each.
3.6. STAFF BIOGRAPHIES
Submit the resumes of the individuals who will be performing the services for the City and RCFPD. Resumes shall
be formatted in the following order:
• Position with the Company,
• Length of time with the Company,
• Licenses, registrations, and certifications as required by law to perform the Scope of Work described
herein,
• Educational background,
• Role in the Project,
• Experience with the minimum requirements stated herein,
• Work history on similar or like projects with the other municipalities.
3.7. PROPOSAL RESPONSE
Under this section Contractors shall provide a full, detailed response to The City and RCFPD ’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.
3.8. 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. Failure to comply with this instruction will deem your
RFP submittal as non-responsive.
3.9. NON-DISCLOSURE CONFLICT OF INTEREST
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 13 of 33
Specify any possible conflicts of interest with your current clients or staff members and the City and RCFPD. 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.
3.10. PROFESSIONAL SERVICE AGREEMENT
In addition to the acceptance of the City and RCFPD ’s Terms and Conditions, the successful Contractor will be
required to enter into a Professional Services Agreement (“PSA”) with the City and RCFPD, a “Sample” of which
is attached in the City and RCFPD ’s bid system for review. All requirements of said PSA must be completed by
the successful Contractor and 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 and RCFPD 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”.
3.11. 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.
3.12. 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.
3.13. 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
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 14 of 33
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.
3.14. 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.
3.15. 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.
3.16. 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.
3.17. 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 firm 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 and
RCFPD 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.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 15 of 33
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. SCOPE OF WORK
4.1. GENERAL INFORMATION
Work will include, but is not limited to, the maintenance, repair, troubleshooting and installation of the
following: to include checking fluid levels: coolant, oil and fuel; run generator and remedy any alerts; inspect
batteries and charging system; check hoses and belts for wear; check block heaters; remove water and sediment
from fuel tank if necessary; change fluids and filters: oil, coolant, air and fuel; check ignition caps, rotors and
ignition wires and replace spark plugs; engine running checks to include coolant temperature, RPM, Hertz, AC
voltage recondition diesel fuel if necessary; service external components including alternator and transfer
switch; load test generator if necessary; clean area around generator; inspect generator enclosure; ensure
generator is set to “auto”), repair, and troubleshooting of the following: See 4.7 Equipment schedule.
4.2. Location of Work
a. All City of Rancho Cucamonga facilities to include interior and exterior locations.
b. All City of Rancho Cucamonga parks to include interior and exterior locations.
c. All Rancho Cucamonga Fire Protection District facilities including all Fire Stations and District properties.
4.3. Working Hours
a. Regular working hours are the City and RCFPD's normal business hours, 7:00 a.m. to 6:00 p.m., Monday
through Friday, unless otherwise authorized by the City and RCFPD.
b. Holiday hours are recognized City holidays only.
c. After hours are all hours excluding regular hours and recognized City holidays.
d. The Contractor shall be capable of dispatching work crews 24 hours/7 days a week including weekends
and holidays.
e. All work shall be scheduled at the convenience of the City and RCFPD as not to interfere with normal
operations. Monthly preventive maintenance shall be performed Monday through Thursday between
7:00 a.m. and 4:00 p.m.
4.4. Response Time
a. Contractor shall be on site with all necessary labor, material, tools, and equipment necessary to provide
emergency services within two (2) hours of notification by the City and RCFPD.
b. Contractor shall be on site with all necessary labor, material, tools, and notification by the City and
RCFPD. equipment necessary to provide non-emergency services within (24) hours of
4.5. Contractor Requirements
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 16 of 33
a. Contractor’s employees shall always be in a Contractor-supplied uniform when working on City property.
A Contractor-provided, clearly readable name identification device consisting of the employee’s name,
photograph and the company name shall be always worn.
b. All work performed by the contractor shall be coordinated with the designated City representative.
c. The contractor shall provide a competent and reliable superintendent who must be available twenty-
four (24) hours a day, seven (7) days a week and have full authority to act on the behalf of the contractor.
d. Certain duties may require the contractor to perform work in facilities occupied by City staff and/or the
general public. Special care must be taken to keep all work areas safe and clean. All tools and materials
must be kept out of reach from all unqualified personnel and all waste materials and debris shall be
cleaned regularly to maintain a safe work site.
e. The contractor, during the work period and after each workday for extended projects, may leave
essential equipment at a location approved by the City and RCFPD’s designated representative. The
contractor shall secure all work sites against possible injury or harm to others throughout working hours
and at the conclusion of each workday.
f. The contractor shall have updated safety procedures. The procedures must be followed at all times for
the protection of life and equipment.
g. All work shall be performed according to the standards of the generator services industry and to the
complete satisfaction of the City and RCFPD of Rancho Cucamonga.
h. All work performed by the contractor shall be to a professional standard, complying with the
requirements of the applicable edition of the Uniform Building Code, State and Local building codes and
any local ordinances.
i. The contractor must meet all federal EPA and OSHA guidelines in the proper handling and disposal of
recyclable materials, special waste and contaminated or hazardous materials.
j. Contractor must have ability to move/transport city owned generators up to 500 KVA within 24 hours of
notice.
4.6. Computerized Workorder Management System
a. the City and RCFPD of Rancho Cucamonga utilizes a variety of off the shelf and custom-built
computerized maintenance management systems (CMMS) to document work. If a system is
implemented at any time during the term of a contract arising from this solicitation, the Contractor shall
be responsible for documenting all work performed under said contract in the CMMS as directed by The
City and RCFPD.
b. The contractor shall provide field staff with a smart phone or other mobile device compatible with the
CMMS.
c. Each mobile device shall have a wireless data plan.
d. Documentation of work in the CMMS shall be done at no additional cost to The City and RCFPD.
4.7. Equipment Schedule
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 17 of 33
Equipment Location Manufacturer Model Size (KW) Qty
Civic Center
10500 Civic Center Drive
Rancho Cucamonga CA, 91730
Victoria Gardens Police Department
7743 Kew Ave.
Rancho Cucamonga, CA 91730
Cummins DGDG-5670109 125 1
Victoria Gardens Cultural Center Parking
Structures
12455 Cultural Center Drive
Rancho Cucamonga CA 91739
Cummins DGGD-5673585 35 2
Victoria Gardens Cultural Center
12505 Cultural Center Drive
Rancho Cucamonga 91730
Generac 92AO2678-S
8 1
Animal Care Facility
11780 Arrow Route
Rancho Cucamonga CA 91730
Generac SD600 600 1
RC Sports Center
8303 Rochester Ave.
Rancho Cucamonga CA 91730
Kohler 500REOZJB 500 1
RC Sports Complex
8408 Rochester Ave.
Rancho Cucamonga CA 91730
Kohler 30ROZJ71 35 1
Public Works Service Center
8794 Lion Street
Rancho Cucamonga CA 91730
NLPK 1
NLPK 1
Honda EU 2000I 2 KVA 8
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 18 of 33
Fire Station 171
6627 Amethyst Street
Rancho Cucamonga CA 91737
Olympian D100P4-1 100 1
Fire Station 172 / Public Safety Facility
8870 San Bernardino Road
Rancho Cucamonga CA 91730
Generac SD350 350 1
Fire Station 173
12270 Firehouse Court
Rancho Cucamonga CA 91739
Cummins DQAF-5692443 300 1
Fire Station 174 / Training Facility
11285 Jersey Blvd.
Rancho Cucamonga CA 91730
Generac SDO175 175 2
Fire Mechanic's Shop
11285 Jersey Blvd.
Rancho Cucamonga CA 91730
Generac 1512010200 400 1
Fire Station 175
11108 Banyan Street
Rancho Cucamonga CA 91737
Kohler 100ROZJ81 100 1
Fire Station 176
5840 East Ave.
Rancho Cucamonga CA 91739
Kohler 80REOZJB 80 1
Fire Station 177
9270 Rancho Street
Rancho Cucamonga CA 91737 Cummins DSHAC-
7266801 200 1
Fire Station 178
10595 Town Center Dr
Rancho Cucamonga CA 91730
Triton TP-S352-T4F-
60 352 KW 1
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 19 of 33
4.8. Preventive Maintenance Schedule
a. Preventive maintenance shall be performed annually in the month of July for all generators at the above
listed locations. Preventive maintenance performed in accordance with equipment manufacturers
recommendations, including but not limited to checking fluid levels; coolant, oil and fuel; run generator
and remedy any alerts; inspect batteries and charging system; check hoses and belts for wear; check
block heaters; remove water and sediment from fuel tank if necessary; change fluids and filters; oil,
coolant, air and fuel; check ignition caps, rotors and ignition wires and replace spark plugs; engine
running checks to include coolant temperature, RPM, Hertz, AC voltage; recondition diesel fuel if
necessary; service external components including alternator and transfer switch; load test generator if
necessary; clean area around generator; inspect generator enclosure; ensure generator is set to “auto”.
b. The Contractor shall provide a detailed schedule for all preventive maintenance work to be performed.
c. The Schedule shall include a detailed task list for each piece of equipment to be serviced.
d. The preventive schedule and tasks may be used to generate preventive maintenance workorders in the
Work Order Management System described above.
4.9. Pricing
4.9.1. Unit and Lump Sum Prices
4.9.2. Estimates
Repairs will be performed on a time and materials basis in accordance with the cost proposal. The Contractor
shall provide written "Not to Exceed" estimates for all projects based on the rates proposed herein. This
estimate shall include the estimated number of man hours, fixed hourly rate, estimated material and equipment
cost and completion date.
It shall be the Contractor's responsibility to ensure they have all information needed to prepare accurate
estimates. Contractor is responsible for all costs associated with integrating new equipment and replacement
parts into existing systems and obtaining the required performance from the system into which these items are
placed. Price shall include all labor, supervision, materials, equipment and overhead based on proposed rates.
Work shall only be performed with the City and RCFPD's written authorization. Upon authorization, actual work
shall not exceed the Contractors estimate. Unreasonable estimates shall be deemed cause to terminate this
contract.
4.9.3. Changes in Work
Should any changes in the specifications be required, the Contractor shall submit to the City and RCFPD, in
writing, a formal request for a change in the scope of work. Work shall not proceed until approved by the City
and RCFPD's Representative. In event of disagreement on the necessity of such changes, the City and RCFPD's
decision shall be final.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 20 of 33
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 to provide a complete and
finished piece of work.
a. Lump Sum Prices
Items for which quantities are listed as “Lump Sum” or “LS” shall be paid at the price listed in the bid. Such
payment shall be full compensation for the items of work and all work appurtenant thereto.
b. Labor
The fixed hourly rate shall be all-inclusive of all related costs that the Contractor will incur to provide services
on an as needed basis, including, but not limited to: employee wages and benefits; clerical support; overhead;
profit; licensing; insurance; bonding; materials; supplies; tools; equipment; telecommunications; document
copying; etc.
Labor-hours paid under this contract shall be only for productive hours at the job site. Time spent for
transportation of workers, material acquisition, handling, and delivery, or for movement of Contractor owned
or rental equipment is not chargeable directly but is overhead and the cost shall be included in the hourly rate.
the City and RCFPD shall accept no proposal with a minimum charge stipulated.
Contractor must have prior verbal and/or written approval to work outside normal business hours.
c. Materials
Contractor shall provide all necessary replacement parts and materials required to successfully complete each
individual work order. Material specifications shall be approved by the Public Works Services Director or
designated representative before being incorporated into the work.
All replacement parts, equipment and materials supplied by the Contractor shall be new, undamaged, clean and
in good condition. Replacement parts, equipment and materials shall be the same make and model of existing
unless substitution has been approved in writing by the Public Works Services Director or designated
representative. The markup for all parts, equipment and materials shall be fifteen (15) percent. Copies of all
supplier invoices for parts, equipment and materials incorporated into the work shall be submitted with each
request for payment.
d. Pricing shall be valid through June 30, 2025.
4.9.4. Invoices
a. The Contractor shall prepare a single monthly invoice for preventive maintenance that shows the date, time,
and location of every preventive maintenance check. Invoices for preventive maintenance shall be
submitted to City within fifteen (15) days following the end of the month of the reporting period. Invoices
shall be submitted by electronic form to a designated City employee.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 21 of 33
b. The contractor shall prepare a separate invoice for each reactive maintenance workorder. The invoice shall
include the date, time, location of service or repair, labor hours, labor rate, materials cost and materials
markup. Invoices for reactive maintenance shall be submitted electronically to City within fifteen (15) days
following the end of the month the repair was completed.
4.9.5. Quality Assurance
a. Inspections
The Contractor shall guarantee all repairs and installations to pass all inspections required by the City and
RCFPD or applicable federal, state, and local laws, ordinances, codes and regulations in force at the time the
services are rendered.
Should any repair or installation made by the Contractor, or their authorized subcontractor not pass an
inspection, the Contractor shall make all repairs necessary to ensure the repair or installation passes re-
inspection at no additional cost to the City and RCFPD.
b. Warranty
Contractor shall guarantee all work for a minimum period of one (1) year, plus any period specified by a
manufacturer beyond a year. The guarantee, including all equipment and workmanship, shall be
unconditional/without limitations, and shall become effective upon acceptance of work.
Compensation Limit. Maintenance and Repair Services. If the Services include repair work, then the
maximum compensation payable during the term of this Agreement, or any renewal term, for work consisting
of “repair”, is the lower of $60,000, or the amount set forth in Section 3.1, above. See R.C.M.C Section
3.08.110.B. For avoidance of doubt, “maintenance” includes, but is not limited to, routine, recurring, and
usual work for the preservation or protection of any City or RCFPD owned or operated facility for its intended
purposes. “Repair” work includes, but is not limited to, non-routine, non-recurring, and/or work to maintain
equipment or facilities that is unexpected and may include replacement of equipment or components
thereof. See California Public Contract Code Section 22002(d). It is Contractor’s responsibility to ensure that
the cost of repair work performed and invoiced by Contractor does not exceed the foregoing limit. Contractor
shall consult with City and RCFPD should Contractor have any question whether work is repair work prior to
performing the same.
Payment and Performance Bonds. Contractor shall provide a payment bond and a performance bond in an
amount not less than the total contract amount. Notwithstanding the foregoing, if the Services consist of
repair work costing or expected to cost more than $25,000 during the term hereof, or any renewal term, then,
pursuant to California Civil Code Section 9550, Contractor shall provide a payment bond in an amount not less
than the total cost attributable to such repair work.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 22 of 33
(1) Contractor may be required to increase any required bond amount, or obtain a new bond, to reflect
unanticipated increases in costs of the Services.
(2) If the Services include maintenance and repair services, the total contract amount shall be utilized
for determining the required bond amounts.
(3) If one or more bonds are required, the bond forms shall be attached to this Agreement.
(4) Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in Code of Civil
Procedure Section 995.120, shall be accepted. The surety must be a California-admitted surety with
a current A.M. Best’s rating no less than A: VIII and satisfactory to the City and RCFPD. If a California-
admitted surety insurer issuing bonds does not meet these requirements, the insurer will be
considered qualified if it is in conformance with Section 995.660 of the California Code of Civil
Procedure, and proof of such is provided to the City and RCFPD.
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 25%
Quality of proposed services or goods 20%
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 23 of 33
Extent to which the Contractors services or goods meet The City and
RCFPD ’s needs 40%
Cost 15%
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 and RCFPD ’s budgeted amount or Not-to-Exceed amount for the project.
5.5. DEMONSTRATIONS/ 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 one (1) 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
firm’s financial stability and strength. A financial review will be conducted by the City and RCFPD 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:
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 24 of 33
• 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 and RCFPD 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 and
RCFPD 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 and RCFPD
’s requirements, offering the best value at the most competitive price. The City and RCFPD is not obligated to
award to the lowest price proposal.
The City and RCFPD may conduct negotiations with several Contractors simultaneously. The City and RCFPD
may also negotiate contract terms with the selected Contractors prior to award. The City and RCFPD, 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 and RCFPD.
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.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 25 of 33
“EXHIBIT A, CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT”
It is the policy of the City and RCFPD 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”) #24/25-007 for Generator Maintenance and Repair Services On An As
Needed Basis.
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 and RCFPD)
______________________________________ (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 – H.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 26 of 33
“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 – H.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 27 of 33
“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”) #24/25-007 for
Generator Maintenance and Repair Services On An As Needed Basis 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 – H.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 28 of 33
“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 – H.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 29 of 33
“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 – H.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 30 of 33
“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 and RCFPD 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 – H.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 31 of 33
“EXHIBIT G, SIGNATURE OF AUTHORITY”
The undersigned firm 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:
(Street, Su. # City, State, Zip)
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 – H.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 32 of 33
“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 and RCFPD 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)
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
The City and RCFPD of Rancho Cucamonga
Request for Proposal (“RFP”) #24/25-007
for
Generator Maintenance and Repair Services On An As Needed Basis
__________________________________________________________________________________________________
__________________________________________________________________________________________________
Page 33 of 33
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, Exhibits A – H.
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Exhibit B
10/11/24
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised: 10/02/13
Page 20
EXHIBIT C
CALIFORNIA LABOR CODE COMPLIANCE
1. Contractor acknowledges that this contract is subject to the provisions of Division 2,
Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code
relating to public works and the awarding public agencies, City and RCFPD
(collectively “City” in this Exhibit), and agrees to be bound by all the provisions
thereof as though set forth in full herein.
2. This is a public work and requires the payment of prevailing wages for the work or
craft in which the worker is employed for any public work done under the contract
by Contractor or by any subcontractor pursuant to Section 1771 of the Labor Code.
Pursuant to the provisions of Section 1773 of the Labor Code of the State of
California, the City has obtained the general prevailing rate of per diem wages and
the general rate for holiday and overtime work in this locality for each craft,
classification, or type of workman needed to execute this contract from the Director
of the Department of Industrial Relations. These rates are on file with the City
Clerk or may be obtained at
http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm .
Contractor shall post a copy of such wage rates at the job site and shall pay the
adopted prevailing wage rates as a minimum. Contractor shall comply with the
provisions of Sections 1775, 1776, 1777.5, 1777.6, and 1813 of the Labor Code.
Pursuant to the provisions of 1775 of the Labor Code, Contractor shall forfeit to the
City, as a penalty, not more than $200.00 for each calendar day, or portion thereof,
for each laborer, worker, or mechanic employed, paid less than the stipulated
prevailing rates for any work done under this contract, by Contractor or by any
subcontractor under Contractor, in violation of the provisions of this Agreement.
3. In accordance with Labor Code Sections 1725.5 and 1771.1, and except for projects
involving construction, alteration, demolition, installation, or repair work of $25,000
or less, or maintenance work of $15,000 or less, no contractor or subcontractor shall
be qualified to bid on, be listed in a bid proposal, subject to the requirements of
Section 4104 of the Public Contract Code, or engage in the performance of any
public work contract unless currently registered and qualified to perform public
work pursuant to Section 1725.5 [with limited exceptions for bid purposes, only,
pursuant to Labor Code Section 1771.1(a)].
4. Pursuant to Labor Code Section 1776, Contractor shall maintain and make available
an accurate record showing the name of each worker and hours worked each day and
each week by each worker employed by Contractor performing services covered by
this Agreement. Contractor and its subcontractors shall furnish electronic certified
payroll records to the Labor Commissioner in accordance with Labor Code Section
1771.4. The project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations. The Contractor is responsible for compliance with
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534
Vendor Initials PSA without professional liability insurance (contractor)
Last Revised: 10/02/13
Page 21
Section 1776 by itself and all of its subcontractors. The Contractor shall post job site
notices, as prescribed by regulation.
5. Contractor shall comply with and be bound by the provisions of Labor Code Sections
1777.5, 1777.6 and 1777.7 and California Code of Regulations Title 8, Section 200
et seq. concerning the employment of apprentices on public works projects. The
Contractor shall be responsible for compliance with these Sections for all
apprenticeable occupations. Before commencing Work on this Project, the
Contractor shall provide the City with a copy of the information submitted to any
applicable apprenticeship program. Within sixty (60) Days after concluding Work,
Contractor and each of its Subcontractors shall submit to the City a verified statement
of the journeyman and apprentice hours performed under this Contract.
6. Contractor agrees to comply with the provisions of California Labor Code Section
1813 concerning penalties for workers who work excess hours. The Contractor shall,
as a penalty to the City, forfeit twenty-five dollars ($25) for each worker employed in
the execution of the contract by the Contractor or by any subcontractor for each
calendar day during which such worker is required or permitted to work more than 8
hours in any one calendar day and 40 hours in any one calendar week in violation of
the provisions of Division 2, Part 7, Chapter 1, Article 3 of the California Labor Code.
7. California Labor Code Sections 1860 and 3700 provide that every contractor will be
required to secure the payment of compensation to its employees. In accordance with
the provisions of California Labor Code Section 1861, by signing the Agreement to
which this Exhibit is attached, Contractor hereby certifies as follows:
“I am aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers’
compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this contract.”
Docusign Envelope ID: F0092CA0-898B-4DF6-9196-E1A1549B6534