Loading...
HomeMy WebLinkAboutCO 2026-024 - Fuller Truck Associates CITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT CONTRACT FULLER TRUCK ACCESSORIES FOR ELECTRIC-TRANSIT (‘E-TRANSIT’) VAN UP-FITTING AWARD DATE: October 14, 2025 City of Rancho Cucamonga CONTRACT NUMBER 2026-024 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 1 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this 9 day of March 2026, by and between the City of Rancho Cucamonga, a municipal corporation (“City”) and Fuller Truck Accessories, an up-fitting solutions company (“Contractor”). RECITALS A. City has heretofore issued its request for proposals to perform the following services: Electric-Transit Van Up-fitting Services (RFP 25/26-011) (“the Project”). B. Contractor has submitted a proposal to perform the services described in Recital “A”, above, necessary to complete the Project. C. City desires to engage Contractor to complete the Project in the manner set forth and more fully described herein. D. Contractor represents that it is fully qualified and licensed under the laws of the State of California to perform the services contemplated by this Agreement in a good and professional manner. AGREEMENT NOW, THEREFORE, in consideration of performance by the parties of the mutual promises, covenants, and conditions herein contained, the parties hereto agree as follows: 1. Contractor’s Services. 1.1 Scope and Level of Services. Subject to the terms and conditions set forth in this Agreement, City hereby engages Contractor to perform all services described in Recitals “A” and “B” above, including, but not limited to electric-transit (“E-Transit”) van up-fitting services; all as more fully set forth in RFP 25/26-011, attached hereto as Exhibit A, Contractor’s proposal, dated October 13, 2025 attached hereto as Exhibit B, and Schedule of Lump Sum and Unit Costs attached hereto as Exhibit C, hereinafter entitled “Scope of Work”, and incorporated by reference herein. The nature, scope, and level of the services required to be performed by Contractor are set forth in the Scope of Work and are referred to herein as “the Services.” In the event of any inconsistencies between the Scope of Work and this Agreement, the terms and provisions of this Agreement shall control. 1.2 Revisions to Scope of Work. Upon request of the City the Contractor will promptly meet with City staff to discuss any revisions to the Project desired by the City. Contractor agrees that the Scope of Work may be amended based upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or revisions to Contractor’s Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 2 compensation based thereon. A revision pursuant to this Section that does not increase the total cost payable to Contractor by more than ten percent (10%) of the total compensation specified in Section 3, may be approved in writing by City’s Manager without amendment. 1.3 Time for Performance. Contractor shall perform all services under this Agreement in a timely, regular basis consistent with industry standards for professional skill and care, and in accordance with any schedule of performance set forth in the Scope of Work, or as set forth in a “Schedule of Performance”, if such Schedule is attached hereto as Exhibit “N/A”. 1.4 Standard of Care. As a material inducement to City to enter into this Agreement, Contractor hereby represents that it has the experience necessary to undertake the services to be provided. In light of such status and experience, Contractor hereby covenants that it shall follow the customary professional standards in performing the Services. 1.5 Familiarity with Services. By executing this Agreement, Contractor represents that, to the extent required by the standard of practice, Contractor (a) has investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c) understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Contractor represents that Contractor, to the extent required by the standard of practice, has investigated any areas of work, as applicable, and is reasonably acquainted with the conditions therein. Should Contractor discover any latent or unknown conditions, which will materially affect the performance of services, Contractor shall immediately inform City of such fact and shall not proceed except at Contractor’s risk until written instructions are received from the City Representative. 2. Term of Agreement. The term of this Agreement shall become effective as of the date of the mutual execution by way of both party’s signature (the “Effective Date”) through June 30, 2026. No work shall be conducted; service or goods will not be provided until this Agreement has been executed and requirements have been fulfilled. 3. Compensation. 3.1 Compensation. City shall compensate Contractor as set forth in Exhibit C, provided, however, that full, total and complete amount payable to Contractor shall not exceed seventy thousand dollars ($70,000) for services during the City’s fiscal year ending June 30, 2026, including all out-of-pocket expenses, unless additional compensation is approved by the City Manager or City Council. City shall not withhold any federal, state or other taxes, or other deductions. However, City shall withhold not more than ten percent (10%) of any invoice amount pending receipt of any deliverables reflected in such invoice. Under no circumstance shall Contractor be entitled to compensation for services not yet satisfactorily performed. The parties further agree that compensation may be adjusted in accordance with Section 1.2 to reflect subsequent changes to the Scope of Services. City shall compensate Contractor for any authorized extra services as set forth in Exhibit C. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 3 4. Method of Payment. 4.1 Invoices. Contractor shall submit to City monthly invoices for the Services performed pursuant to this Agreement. The invoices shall describe in detail the Services rendered during the period and shall separately describe any authorized extra services. Any invoice claiming compensation for extra services shall include appropriate documentation of prior authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga, California. 4.2 City shall review such invoices and notify Contractor in writing within ten (10) business days of any disputed amounts. 4.3 City shall pay all undisputed portions of the invoice within thirty (30) calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in Section 3. 4.4 All records, invoices, time cards, cost control sheets and other records maintained by Contractor relating to services hereunder shall be available for review and audit by the City. 5. Representatives. 5.1 City Representative. For the purposes of this Agreement, the contract administrator and City representative shall be Maritza Martinez, Public Works Services Director, or such other person as designated in writing by the City (“City Representative”). It shall be Contractor’s responsibility to assure that the City Representative is kept informed of the progress of the performance of the services, and Contractor shall refer any decisions that must be made by City to the City Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the City Representative. 5.2 Contractor Representative. For the purposes of this Agreement, Vickie Mihelich, Office 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 to enter into this Agreement. Therefore, the Contractor’s Representative shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. Contractor may not change the Responsible Principal without the prior written approval of City. 6. Contractor’s Personnel. 6.1 All Services shall be performed by Contractor or under Contractor’s direct supervision, and all personnel shall possess the qualifications, permits, and licenses required by State and local law to perform such Services, including, without limitation, a City business license as required by the City’s Municipal Code. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 4 6.2 Contractor shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services and compliance with the standard of care set forth in Section 1.4. 6.3 Contractor shall be responsible for payment of all employees’ and subcontractors’ wages and benefits, and shall comply with all requirements pertaining to employer’s liability, workers’ compensation, unemployment insurance, and Social Security. By its execution of this Agreement, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code and agrees to comply with such provisions before commencing the performance of the Services. 6.4 Contractor shall indemnify, defend and hold harmless City and its elected officials, officers and employees, servants, designated volunteers, and agents serving as independent contractors in the role of City officials, from any and all liability, damages, claims, costs and expenses of any nature to the extent arising from Contractor’s violations of personnel practices and/or any violation of the California Labor Code. City shall have the right to offset against the amount of any fees due to Contractor under this Agreement any amount due to City from Contractor as a result of Contractor’s failure to promptly pay to City any reimbursement or indemnification arising under this Section 6. 7. Ownership of Work Product. 7.1 Ownership. All documents, ideas, concepts, electronic files, drawings, photographs and any and all other writings, including drafts thereof, prepared, created or provided by Contractor in the course of performing the Services, including any and all intellectual and proprietary rights arising from the creation of the same (collectively, “Work Product”), are considered to be “works made for hire” for the benefit of the City. Upon payment being made, and provided Contractor is not in breach of this Agreement, all Work Product shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. Basic survey notes, sketches, charts, computations and similar data prepared or obtained by Contractor under this Agreement shall, upon request, be made available to City. None of the Work Product shall be the subject of any common law or statutory copyright or copyright application by Contractor. In the event of the return of any of the Work Product to Contractor or its representative, Contractor shall be responsible for its safe return to City. Under no circumstances shall Contractor fail to deliver any draft or final designs, plans, drawings, reports or specifications to City upon written demand by City for their delivery, notwithstanding any disputes between Contractor and City concerning payment, performance of the contract, or otherwise. This covenant shall survive the termination of this Agreement. City’s reuse of the Work Product for any purpose other than the Project, shall be at City’s sole risk. 7.2. Assignment of Intellectual Property Interests: Upon execution of this Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the Contractor Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 5 shall be deemed to grant and assign to City , and shall require all of its subcontractors to assign to City , all ownership rights, and all common law and statutory copyrights, trademarks, and other intellectual and proprietary property rights relating to the Work Product and the Project itself, and Contractor shall disclaim and retain no rights whatsoever as to any of the Work Product, to the maximum extent permitted by law. City shall be entitled to utilize the Work Product for any and all purposes, including but not limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and publicizing the Project or any aspect of the Project. 7.3 Title to Intellectual Property. Contractor warrants and represents that it has secured all necessary licenses, consents or approvals to use any instrumentality, thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the Services and the production of the Work Product and/or materials produced under this Agreement, and that City has full legal title to and the right to reproduce any of the Work Product. Contractor shall defend, indemnify and hold City, and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City officials, harmless from any loss, claim or liability in any way related to a claim that City’s use is violating federal, state or local laws, or any contractual provisions, relating to trade names, licenses, franchises, patents or other means of protecting intellectual property rights and/or interests in products or inventions. Contractor shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials, software, equipment, devices or processes used or incorporated in the Services and materials produced under this Agreement. In the event City’s use of any of the Work Product is held to constitute an infringement and any use thereof is enjoined, Contractor, at its expense, shall: (a) secure for City the right to continue using the Work Product by suspension of any injunction or by procuring a license or licenses for City; or (b) modify the Work Product so that it becomes non- infringing. This covenant shall survive the termination of this Agreement. 8. Status as Independent Contractor. Contractor is, and shall at all times remain as to City, a wholly independent contractor. Contractor shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act as an agent of City. Neither City nor any of its agents shall have control over the conduct of Contractor or any of Contractor’s employees, except as set forth in this Agreement. Contractor shall not, at any time, or in any manner, represent that it or any of its officers, agents or employees are in any manner employees of City. Contractor shall pay all required taxes on amounts paid to Contractor under this Agreement, and to defend, indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Contractor shall fully comply with the workers’ compensation law regarding Contractor and Contractor’s employees 9. Confidentiality. Contractor may have access to financial, accounting, statistical, and personnel data of individuals and City employees. Contractor covenants that all data, documents, discussion, or other information developed or received by Contractor or provided for performance of this Agreement are confidential and shall not be disclosed by Contractor without prior written authorization by City. City shall grant such authorization if applicable law requires disclosure. All City data shall be returned to City upon the termination of this Agreement. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 6 Contractor’s covenant under this Section shall survive the termination of this Agreement. This provision shall not apply to information in whatever form that is in the public domain, nor shall it restrict the Contractor from giving notices required by law or complying with an order to provide information or data when such an order is issued by a court, administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law and reasonably necessary for the Contractor to defend itself from any legal action or claim. 10. Conflict of Interest. 10.1 Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the Services, or which would conflict in any manner with the performance of the Services. Contractor further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Contractor shall avoid the appearance of having any interest, which would conflict in any manner with the performance of the Services. Contractor shall not accept any employment or representation during the term of this Agreement which is or may likely make Contractor “financially interested” (as provided in California Government Code §§1090 and 87100) in any decision made by City on any matter in connection with which Contractor has been retained. 10.2 Contractor further represents that it has not employed or retained any person or entity, other than a bona fide employee working exclusively for Contractor, to solicit or obtain this Agreement. Contractor has not paid or agreed to pay any person or entity, other than a bona fide employee working exclusively for Contractor, any fee, commission, gift, percentage, or any other consideration contingent upon the execution of this Agreement. Upon any breach or violation of this warranty, City shall have the right, at its sole and absolute discretion, to terminate this Agreement without further liability, or to deduct from any sums payable to Contractor hereunder the full amount or value of any such fee, commission, percentage or gift. 10.3 Contractor has no knowledge that any officer or employee of City has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this transaction or in the business of Contractor, and that if any such interest comes to the knowledge of Contractor at any time during the term of this Agreement, Contractor shall immediately make a complete, written disclosure of such interest to City, even if such interest would not be deemed a prohibited “conflict of interest” under applicable laws as described in subsection 10.1. 11. Indemnification. 11.1 To the maximum extent permitted by law, the Contractor shall defend, indemnify and hold the City, and its elected officials, officers, employees, servants, volunteers, and agents serving as independent contractors in the role of City officials, (collectively, “Indemnitees”), free and harmless with respect to any and all damages, liabilities, losses, reasonable defense costs or expenses (collectively, “Claims”), including but not limited to Claims relating to death or injury to any person and injury to any property, which arise out of, pertain to, or relate to the acts, omissions, activities or operations of Contractor or any of its officers, Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 7 employees, subcontractors, Contractors, or agents in the performance of this Agreement. Contractor shall defend Indemnitees in any action or actions filed in connection with any such Claims with counsel of City’s choice, and shall pay all costs and expenses, including actual attorney’s fees and experts’ costs incurred in connection with such defense. The indemnification obligation herein shall not in any way be limited by the insurance obligations contained in this Agreement provided, however, that the Contractor shall have no obligation to indemnify for Claims arising out of the sole negligence or willful misconduct of any of the Indemnitees. 11.2 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that they may possess against Contractor because of the acceptance by City, or the deposit with City, of any insurance policy or certificate required pursuant to this Agreement. 11.3 Waiver of Right of Subrogation. Except as otherwise expressly provided in this Agreement, Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the Contractor. 11.4 Survival. The provisions of this Section 11 shall survive the termination of the Agreement and are in addition to any other rights or remedies which Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee’s right to recover under this indemnity provision, and an entry of judgment against Contractor shall be conclusive in favor of the Indemnitee’s right to recover under this indemnity provision. 12. Insurance. 12.1 Liability Insurance. Contractor shall procure and maintain in full force and effect for the duration of this Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the services hereunder by Contractor, and/or its agents, representatives, employees or subcontractors. 12.2 Minimum Scope of Insurance. Unless otherwise approved by City, coverage shall be at least as broad as: (1) Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). (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: Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 8 (1) Commercial General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. Commercial General Liability Insurance or other form with a general aggregate limit shall apply separately to this Agreement or the general limit shall be twice the required occurrence limit. (2) Automobile Liability: $2,000,000 per accident for bodily injury and property damage. (3) Employer’s Liability: $1,000,000 per accident and in the aggregate for bodily injury or disease and Workers’ Compensation Insurance in the amount required by law. (4) The Insurance obligations under this Agreement shall be the greater of (i) the Insurance coverages and limits carried by the Contractor; or (ii) the minimum Insurance coverages and limits shown in this Agreement. Any insurance proceeds in excess of the specified limits and coverage required which are applicable to a given loss, shall be available to the City. No representation is made that the minimum Insurance requirements of this Agreement are sufficient to cover the obligations of the Contractor under this agreement. 12.4 Deductibles and Self-Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City and shall not reduce the limits of coverage. City reserves the right to obtain a full certified copy of any required insurance policy and endorsements. 12.5 Other Insurance Provisions. (1) The commercial general liability and automobile liability policies are to contain the following provisions on a separate additionally insured endorsement naming the City, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City officials, as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; and/or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no limitations on the scope of protection afforded to City, its officers, officials, employees, designated volunteers or agents serving as independent contractors in the role of City officials which are not also limitations applicable to the named insured. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 9 (2) For any claims related to this Agreement, Contractor’s insurance coverage shall be primary insurance as respects City, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City officials. Any insurance or self-insurance maintained by City, its officers, officials, employees, designated volunteers or agents serving as independent contractors in the role of City officials shall be in excess of Contractor’s insurance and shall not contribute with it. (3) Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer’s liability. (4) Contractor shall provide immediate written notice if (1) any of the required insurance policies is terminated; (2) the limits of any of the required polices are reduced; (3) or the deductible or self- insured retention is increased. In the event of any cancellation or reduction in coverage or limits of any insurance, Contractor shall forthwith obtain and submit proof of substitute insurance. Should Contractor fail to immediately procure other insurance, as specified, to substitute for any canceled policy, the City may procure such insurance at Contractor’s sole cost and expense. (5) Each insurance policy required by this clause shall expressly waive the insurer’s right of subrogation against City, its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City officials. (6) Each policy shall be issued by an insurance company approved in writing by City, which is admitted and licensed to do business in the State of California and which is rated A:VII or better according to the most recent A.M. Best Co. Rating Guide. (7) Each policy shall specify that any failure to comply with reporting 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, Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 10 or exclusions as required by the City in any request for proposals applicable to this Agreement. 12.6 Evidence of coverage. Prior to commencing performance under this Agreement, the Contractor shall furnish the City with certificates and original endorsements, or copies of each required policy, effecting and evidencing the insurance coverage required by this Agreement including (1) Additional Insured Endorsement(s), (2) Worker’s Compensation waiver of subrogation endorsement, and (3) General liability declarations or endorsement page listing all policy endorsements. The endorsements shall be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All endorsements or policies shall be received and approved by the City before Contractor commences performance. If performance of this Agreement shall extend beyond one year, Contractor shall provide City with the required policies or endorsements evidencing renewal of the required policies of insurance prior to the expiration of any required policies of insurance. 12.7 Contractor agrees to include in all contracts with all subcontractors performing work pursuant to this Agreement, the same requirements and provisions of this Agreement including the indemnity and insurance requirements to the extent they apply to the scope of any such subcontractor’s work. Contractor shall require its subcontractors to be bound to Contractor and City in the same manner and to the same extent as Contractor is bound to City pursuant to this Agreement, and to require each of its subcontractors to include these same provisions in its contract with any sub-subcontractor. 13. Cooperation. In the event any claim or action is brought against City relating to Contractor’s performance or services rendered under this Agreement, Contractor shall render any reasonable assistance and cooperation that City might require. City shall compensate Contractor for any litigation support services in an amount to be agreed upon by the parties. 14. Termination. City shall have the right to terminate this Agreement at any time for any or no reason on not less than ten (10) days prior written notice to Contractor. In the event City exercises its right to terminate this Agreement, City shall pay Contractor for any services satisfactorily rendered prior to the effective date of the termination, provided Contractor is not then in breach of this Agreement. Contractor shall have no other claim against City by reason of such termination, including any claim for compensation. City may terminate for cause following a default remaining uncured more than five (5) business days after service of a notice to cure on the breaching party. Contractor may terminate this Agreement for cause upon giving the City ten (10) business days prior written notice for any of the following: (1) uncured breach by the City of any material term of this Agreement, including but not limited to Payment Terms; (2) material changes in the conditions under which this Agreement was entered into, coupled with the failure of the parties to reach accord on the fees and charges for any Additional Services required because of such changes. 15. Notices. Any notices, bills, invoices, or reports authorized or required by this Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 11 Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered by hand or overnight courier service during Contractor’s and City’s regular business hours; or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses set forth in this Section, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this Section. All notices shall be addressed as follows: If to City: Maritza Martinez City of Rancho Cucamonga Public Works Services Department 8794 Lion Street Rancho Cucamonga, CA 91730 If to Contractor: Vickie Mihelich, Office Manager Fuller Truck Accessories 7825 Indiana Avenue Riverside, CA 92504 16. Non-Discrimination and Equal Employment Opportunity. In the performance of this Agreement, Contractor shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Contractor will take affirmative action to ensure that subcontractors and applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. 17. Assignment and Subcontracting. Contractor shall not assign or transfer any interest in this Agreement or subcontract the performance of any of Contractor’s obligations hereunder without City’s prior written consent. Except as provided herein, any attempt by Contractor to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. 18. Compliance with Laws. Contractor shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time Contractor performs the Services. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., (“Prevailing Wage Laws”), which require the payment of prevailing wage rates and compliance with other requirements on “public works” and “maintenance” projects. If the Services are being performed as part of an applicable “public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 12 needed to execute the Services, available to interested parties upon request, and shall post copies at the Contractor’s principal place of business and at the Project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Contractor constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Contractor, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 20. Attorney’s Fees. In the event that either party to this Agreement shall commence any legal action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney’s fees and costs of experts. 21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provisions of any document incorporated herein by reference, the provisions of this Agreement shall prevail. 22. Applicable Law and Venue. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California. Venue for any action relating to this Agreement shall be in the San Bernardino County Superior Court. 23. Construction. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. 24. Entire Agreement. This Agreement consists of this document, and any other documents, attachments and/or exhibits referenced herein and attached hereto, each of which is incorporated herein by such reference, and the same represents the entire and integrated agreement between Contractor and City. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. IN WITNESS WHEREOF, the parties, through their respective authorized representatives, have executed this Agreement as of the date first written above. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 13 Fuller Truck Accessories By: Name Date City of Rancho Cucamonga By: Name Date Title Title By: Name Date Title (two signatures required if corporation) General Manager Office Manager Public Works Services Director Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 3/19/2026 | 7:42 AM PDT 3/19/2026 | 8:40 PM PDT 3/23/2026 | 9:45 AM PDT Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 14 ATTACHMENTS • Attachment A – Sample Additional Insured Endorsement, Ongoing Operations • Attachment B – Sample Additional Insured Endorsement, Completed Operations • Attachment C – Sample Waiver of Subrogation Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 15 Attachment A – Sample Additional Insured Endorsement, Ongoing Operations Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 16 Attachment B – Sample Additional Insured Endorsement, Completed Operations Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 17 Attachment C – Sample Waiver of Subrogation Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Vendor Initials PSA without professional liability insurance (contractor) Last Revised: 05/22/14 Page 18 SCOPE OF WORK Scope of Work Contents: • Exhibit A – RFP 25/26-011 • Exhibit B – Contractor’s proposal, dated October 13, 2025 • Exhibit C – Unit Costs Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 REQUEST FOR PROPOSAL (“RFP”) #25/26-011 FOR ELECTRIC TRANSIT (“E-TRANSIT”) VAN UP-FITTING SERVICES City of Rancho Cucamonga Procurement Division 10500 Civic Center Drive Rancho Cucamonga, California 91730 Exhibit A Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 2 of 28 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 .................................................................................................................... 6 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. PROJECT UNDERSTANDING AND APPROACH ................................................................................................. 11 3.4. QUALIFICATIONS AND EXPERIENCE .............................................................................................................. 11 3.5. PROJECT TEAM ........................................................................................................................................ 12 3.6. THIRD-PARTY / SUBCONTRACTORS ............................................................................................................. 12 3.7. PROPOSAL RESPONSE ............................................................................................................................... 12 3.8. EXHIBITS A THROUGH H ............................................................................................................................ 12 3.9. NON-DISCLOSURE CONFLICT OF INTEREST .................................................................................................... 13 3.10. PROFESSIONAL SERVICE AGREEMENT .......................................................................................................... 13 3.11. ACKNOWLEDGEMENT OF INSURANCE .......................................................................................................... 13 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 3 of 28 3.12. ADDENDUM ACKNOWLEDGEMENT .............................................................................................................. 13 3.13. DEBARMENT AND SUSPENSION .................................................................................................................. 14 3.14. PARTICIPATION CLAUSE ............................................................................................................................ 14 3.15. SIGNATURE OF AUTHORITY ........................................................................................................................ 14 3.16. COMPANY REFERENCES............................................................................................................................. 14 3.17. LINE-ITEM PRICING .................................................................................................................................. 14 3.18. TARIFF IMPACT VERIFICATION BEFORE ADJUSTMENTS .................................................................................... 15 3.19. TARIff REFUND AND PRICE REDUCTION CLAUSE ............................................................................................ 15 4. PROJECT DESCRIPTION AND SCOPE OF SERVICES .................................................................................. 15 4.1. PROJECT DESCRIPTION .............................................................................................................................. 15 4.2. SCOPE OF WORK ...................................................................................................................................... 15 4.3. LOCATION OF WORK ................................................................................................................................ 16 4.4. WORKING DAYS ...................................................................................................................................... 16 4.5. WORKING HOURS .................................................................................................................................... 16 4.6. RESPONSE TIME ...................................................................................................................................... 16 4.7. VENDOR REQUIREMENTS .......................................................................................................................... 16 4.8. PRICING ................................................................................................................................................. 16 4.9. INVOICES ................................................................................................................................................ 17 5. EVALUATION AND VENDOR SELECTION PROCESS .............................................................................................. 17 5.1. INITIAL SCREENING ................................................................................................................................... 17 5.2. EVALUATION ACTIVITIES ........................................................................................................................... 17 5.3. COST EVALUATION ................................................................................................................................... 17 5.4. REFERENCE CHECKS .................................................................................................................................. 18 5.5. PRESENTATIONS / ORAL BOARD INTERVIEWS ............................................................................................... 18 5.6. FINANCIAL DOCUMENTATION .................................................................................................................... 18 5.7. BEST AND FINAL OFFER ............................................................................................................................. 19 5.8. VENDOR SELECTION ................................................................................................................................. 19 5.9. LETTER OF INTENT TO AWARD .................................................................................................................... 19 “EXHIBIT A, CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT” ........ 20 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 4 of 28 “EXHIBIT B, PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY” ............................................. 21 “EXHIBIT C, ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO PROVIDE AND MAINTAIN COVERAGES SPECIFIED” .................................................................................... 22 “EXHIBIT D, ADDENDUM ACKNOWLEDGEMENT” ....................................................................................... 23 “EXHIBIT E, DEBARMENT and SUSPENSION CERTIFICATION FORM” ............................................................ 24 “EXHIBIT F, PARTICIPATION CLAUSE” ......................................................................................................... 25 “EXHIBIT G, SIGNATURE OF AUTHORITY” ................................................................................................... 26 “EXHIBIT H” REFERENCES WORKSHEET ...................................................................................................... 27 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 5 of 28 1. OVERVIEW 1.1. GENERAL BACKGROUND The City of Rancho Cucamonga (hereinafter “City”) is inviting qualified Vendors (hereinafter “Vendor”) to submit a proposal response for Request for Proposals (“RFP”) #25/26-011 for Electric Transit Van Up-Fitting Services in accordance with the minimum Scope of Services and Specifications indicated herein. Vendors wishing to participate in the RFP solicitation must be registered as a Vendor on Planet Bids through the City website at https://www.cityofrc.us/your-government/procurement. Only those responses received from registered Vendors will be accepted. Responses must be submitted by the named Vendor that has downloaded the RFP. Submitting a response under a Vendor name that does not appear to be on the Prospective Bidders list will be deemed as non-responsive and disqualify said response from further consideration. 1.2. PROPOSAL DELIVERY AND SCHEDULE OF EVENTS Complete RFP responses must be received electronically via Planet Bids prior to the due date and time specified in the below Schedule of Events. Please note, there will be no paper responses accepted. The City shall not be responsible for any delays by transmission errors. Schedule of Events Event Description Date & Time Post RFP September 15, 2025 Questions Due September 30, 2025, 9:00 am Addendum Issued October 7, 2025 RFP Response Due Date October 14, 2025, 9:00 am Evaluation Process October 16, 2025, - October 28, 2025 Short List Letter Issued TBD Oral Board & Presentation TBD Letter of Intent to Award TBD Contract Award Date TBD (The City reserves the right to change schedule of events without prior notice or responsibility to Vendor.) Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 6 of 28 1.3. DISCREPANCIES OR OMISSIONS Vendors finding discrepancies or omissions in the RFP or having any doubts as to the meaning or intent of any part thereof shall submit such questions or concerns in writing electronically via Planet Bids. The City bears no responsibility for oral instructions or representations. Addenda to this RFP shall be considered a part of this RFP and shall become part of any final Contract that may be derived from this RFP. 1.4. CONTINGENCIES This RFP should not be considered as a contract to purchase goods or services but is a Request for Proposal in accordance with the terms and conditions herein and will not necessarily give rise to a Contract. However, RFP responses should be as detailed and complete as possible to facilitate the formation of a contract based on the RFP response(s) that are pursued should the City decide to do so. Completion of this RFP form and its associated appendices are a requirement. Failure to do so may disqualify your RFP response submittal. Vendors must submit signed RFP responses by the due date and time as specified herein. Vendors will be considered non-responsive if the above requirements are not submitted as requested. Any scope of services, contingencies, special instruction and/or terms and conditions applicable to this RFP and any purchase order derived thereafter shall be effective as of the issue date of a purchase order for the requested work (the “Effective Date”), and shall remain in full force and effect until sixty (60) days after the City has accepted the work in writing and has made final payment, unless sooner terminated by written agreement signed by both parties. 1.5. QUESTIONS AND CLARIFICATIONS All questions or clarification requests must be submitted directly through the City’s bid system no later than the due date and time indicated in the above Schedule of Events. Answers and/or clarifications will be provided in the form of an Addendum and will be posted for download from the City ’s bid system in accordance with the above “Schedule of Events”. From the issuance date of this RFP until a Vendor is awarded, Vendors are not permitted to communicate with any City staff or officials regarding this procurement, other than during interviews, demonstrations, and/or site visits, except at the direction of Ruth Cain, Procurement Manager, the designated representative of the City of Rancho Cucamonga. 1.6. DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION All materials submitted in response to th is RFP solicitation will become the property of the City and will be returned only at the City ’s option and at the expense of the Vendor submitting the RFP response. A copy of the Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 7 of 28 RFP response will be retained for official files and become a public record. Any material that a Vendor considers as confidential but does not meet the disclosure exemption requirements of the California Public Records Act may be made available to the public regardless of a notation or markings of confidentiality or otherwise. 1.7. BRAND NAMES Any reference to brand names and/or numbers in the solicitation is intended to be descriptive, but not restrictive, unless otherwise specified. RFP responses offering equivalent items meeting the standards of quality specified may be considered, unless other specified, providing the RFP response clearly describes the article offered and how it differs from the referenced brand. Unless a Vendor specifies otherwise, it is understood that the Vendor is offering a referenced brand item as specified in the solicitation. The City reserves the right to determine whether a substitute offer is equivalent to and meets the standards of quality indicated by the brand name references, and the City may require the supply of additional descriptive material and a sample. 1.8. KNOWLEDGE OF REQUIREMENTS The Vendor 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 Vendor’s sole risk. Vendors shall be responsible for knowledge of all items and conditions contained in their RFP responses and in this RFP, including any City issued clarifications, modifications, amendments, or addenda. The City will provide notice of any changes and clarifications to perspective Vendors by way of addenda to Planet Bids; however, it is the Vendor’s responsibility to ascertain that the RFP response includes all addenda issued prior to the RFP due date. 1.9. RESERVATION OF RIGHTS The issuance of this RFP does not constitute an agreement by the City that any contract will be entered by the City. The City expressly reserves the right at any time to: • Waive or correct any defect or informality in any response, RFP, or RFP procedure. • Reject any or all RFPs. • Reissue a Request for RFPs. • Prior to submission deadline for RFPs, modify all or any portion of the selection procedures, including deadlines for accepting responses, the specifications or requirements for any materials, equipment, or services to be provided under this RFP, or the requirements for contents or format of the RFPs. • The City recognizes that price is only one of several criteria to be used in judging a product or service, and the City is not legally bound to accept the lowest RFP response. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 8 of 28 • The City reserves the right to conduct pre-award discussions and/or pre-Contract negotiations with any or all responsive and responsible Vendors who submit RFP responses. • Procure any materials, equipment or services specified in this RFP by any other means. • Determine that no project will be pursued. • The City reserves the right to inspect the Vendor’s place of business prior to award or at any time during the contract term or any extension thereof, to determine the Vendor’s capabilities and qualifications. 1.10. CALIFORNIA'S PUBLIC RECORDS ACT The City complies with the California Public Records Act, Government Code Section 6250 et seq, Public records are open to inspection always during the office hours of the state or local agency and every person has a right to inspect any public record, except as hereafter provided. Any reasonably segregable portion of a record shall be available for inspection by any person requesting the record after deletion of the portions that are exempted by law. Neither an RFP in its entirety, nor proposed prices shall be considered confidential and proprietary. Notwithstanding the foregoing, companies are hereby notified that all materials submitted in response to this RFP are subject to California's Public Records Act. The City 's receipt, review, evaluation or any other act or omission concerning any such information shall not create an acceptance by the City or any obligation or duty to prevent the disclosure of any such information except as required by Government Code Sect ion 6253. Companies who submit information they believe should be exempt from disclosure under the Public Records Act shall clearly mark each document as confidential, proprietary, or exempt, and state the legal basis for the exemption with supporting citations to the California Code. Pursuant to California Law, if the information is requested under the Public Records Act, the City shall make a final determination if any exemption exists for the City to deny the request and prevent disclosure. The City will withhold such information from public disclosure under the Public Records Act only if the City determines, in its sole discretion, that there is a legal basis to do so. 2. MINIMUM REQUIREMENTS 2.1. BUSINESS LICENSE A selected Vendor 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 Vendor 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: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 9 of 28 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 Vendor(s) shall pay no less than those minimum wages unless an exemption applies. In certain cases, an exemption from the prevailing wage requirement may apply to the scope of work. (See Cal. Labor Code § 1720(c)(1), (5); 42 USC § 5310(a). However, the City makes no representations in this RFP that such an exemption will apply or that prevailing wages will not be required for a scope of work covered by this RFP. 2.3. REPRESENTATIVES Should a selected Vendor require the services of a third-party to complete the Scope of Services indicated in this RFP, the awarded Vendor 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 Vendor to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. The awarded Vendor shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services including Vendors subcontractor. All Services shall be performed by the awarded Vendor or under the awarded Vendor’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 Vendor shall be responsible for payment of all employees’ and Vendors’ 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, Vendor 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 Vendor, the City may take the following actions which shall include but not be limited to; cancellation of any purchase order, procurement of the articles or service from other sources and may deduct from unpaid balance due to the Vendor, or may bill for excess costs so paid, and the prices paid by the City shall be considered the prevailing market prices paid at the time such purchase is made, withholding of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries, or Vendors for delivery, which do not meet specifications, will be for the account of the Vendor. City Representative: For the purposes of this Agreement, the contract administrator and City ’s representative shall be__________________, or such other person as designated in writing by City (“City ’s Representative”). It shall be the Vendor’s responsibility to assure that City ’s Representative is kept informed of the progress of the performance of the services, and the Vendor shall refer any decisions that must be made by City-to-City Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 10 of 28 Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the City Representative. Vendor Representative: The response to this RFP shall designate the representative of the Vendor authorized to act in its behalf with respect to the services specified herein and make all decisions in connection therewith (“Vendor’s Representative”). It is expressly understood that the experience, knowledge, capability, and reputation of the Vendor’s Representative will be a substantial inducement for City to enter into an Agreement with the Vendor. Therefore, the Vendor’s Representative shall be responsible during the term of any Agreement for directing all activities of Vendor and devoting enough time to personally supervise the services hereunder. The successful Vendor may not change the Vendor’s Representative without the prior written approval of City ’s Representative. 2.4. EMPLOYEE CONDUCT All Vendor personnel must observe all City regulations in effect at the location where the Services are being conducted. While on City property, the Vendor’s personnel shall be subject to oversight by City staff. Under no circumstances shall the Vendor’s or Vendor’s -Vendor personnel be deemed as employees of the City. Vendor or Vendor’s Vendor personnel shall not represent themselves to be employees of the City. Vendor's personnel will always make their best efforts to be responsive, polite, and cooperative when interacting with representatives of the City and City employees. The Vendor's personnel shall be required to work in a pleasant and professional manner with City employees, outside Vendors, and the public. Nothing contained in this RFP shall be construed as granting the Vendor the sole right to supply personal or contractual services required by the City or without the proper City approval and the issuance of a Purchase Order. 3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS Completion of this RFP form and its associated Exhibits are a requirement. To be considered responsive and evaluate RFP responses fairly and completely Vendors must comply with the format and submission requirements set out in this RFP, and provide all information requested. Failure to comply with this instruction will deem said RFP response as non-responsive and will not receive further consideration in the ev aluation process. If only one RFP response is received, the City reserves the right to discard the response, re-bid or proceed with an RFP review and negotiations. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 11 of 28 3.1. COVER LETTER / INTRODUCTION RFP responses must include a cover letter including the Vendors business name and address of Vendor and the name, mailing address, and telephone number of the contact person regarding the RFP response. The cover letter shall condense and highlight the contents of the Vendor’s RFP response to provide the Evaluation Committee with a broad understanding of the Vendor’s approach, proposal, experience, and staffing. A signature by an authorized representative must be included on each RFP response. Said signature will be considered confirmation of the Vendor’s ability and willingness to comply with all provisions stated herein. 3.2. TABLE OF CONTENTS The Table of Contents must be a comprehensive listing of the contents included in your RFP response. This section must include a clear definition of the material, exhibits and supplemental information identified by sequential page numbers and by section reference numbers. Each section of the RFP response will be separated by a title page at the beginning of each section. 3.3. PROJECT UNDERSTANDING AND APPROACH Outline the Vendor’s understanding of the project and any potential challenges or delays you foresee and ways to overcome these challenges. Describe the Vendor’s proposed approach to the scope of services listed in this RFP. Include a full, detailed task breakdown that outlines assumptions and deliverables clearly for each task. Vendors may include options or enhancements to the scope of work for the City’s consideration. 3.4. QUALIFICATIONS AND EXPERIENCE To be considered for this project, the Vendor must have a minimum of five (5) years of experience developing, fully implementing, and/or performing similar Scope of Work. The Vendor shall demonstrate their qualifications, experience, expertise, and capability to perform the requirements of this RFP. Provide an overview of the Vendor’s qualifications and experience, including. • The number of years in business, main business focus, locations that will primarily support the project. • 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. • Five projects with a similar scope of work completed within the last five years. Must include the project scope of work, Vendor’s team members that worked on the project, and timeline of the project delivery. • The Vendor shall provide additional information as necessary for the City to consider in the evaluation of the submitted proposal. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 12 of 28 RFP responses are due on the date and time indicated in the above schedule of events. Submittals shall be submitted electronically via Planet Bids; no paper RFP responses will be accepted. RFP responses must include the information required by this RFP. There is no maximum page limit for this RFP. 3.5. PROJECT TEAM This section should introduce the key staff that the firm commits to the project. A proposed Organization Chart shall be included. Submit the resumes of the individuals who will be performing the services for the City. Resumes shall include the following information: • Project Role, • Length of time with the Company, • Years of Experience, • Licenses, registrations, and certifications as required by law to perform the Scope of Work described herein, • Educational background, • Experience with the minimum requirements stated herein, • Work history on similar or like projects with the other municipalities . 3.6. THIRD-PARTY / SUBCONTRACTORS If the Vendor intends to subcontract any portion of the work, a detailed list of any Vendors, partners, or third- party Vendors who will be involved in the implementation of the proposed services should be included in this section. Information provided on subcontractors Vendors shall include: • Description of Vendor’s role in the project. • Description of the Vendor’s experience with each of the proposed Vendors, • Resumes with the same format as specified above for the key team members of the subcontracting team, • Three (3) customer references for each Vendor to include references names, addresses, and telephone numbers, for products and services like those described in this RFP. 3.7. PROPOSAL RESPONSE Under this section Vendors shall provide a full, detailed response to the City ’s Scope of Services listed herein. Vendors 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 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 13 of 28 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 Specify any possible conflicts of interest with your current clients or staff members and the City. A signed “Exhibit A, Conflict of Interest and Non-Disclosure Agreement” included herein must be submitted under the Planet Bid Response Types, Exhibits A – G. 3.10. PROFESSIONAL SERVICE AGREEMENT In addition to the acceptance of the City ’s Terms and Conditions, the successful Vendor will be required to enter into a Professional Services Agreement (“PSA”) with the City, a “Sample” of which is attached in the City ’s bid system for review. All requirements of said PSA must be completed by the successful Vendor 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, Vendor will be deemed to have agreed to each clause unless otherwise indicated in “Exhibit B, Professional Services Agreement Exceptions Summary” and the City agrees to either accept the objection or deviation or change the PSA language in writing. Failure to raise any objections at the time of this RFP response submittal will result in a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception Summary must be submitted in Planet Bids system under the Response Types tab “Exhibits A – G”. 3.11. ACKNOWLEDGEMENT OF INSURANCE Vendors 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 Vendor 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 Vendor, 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 Vendor shall hereby acknowledge they have received all posted Addendums, if any. It is the Vendor’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 . Vendors 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. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 14 of 28 3.13. DEBARMENT AND SUSPENSION Bidding Vendors must verify by way of signature to “Exhibit E, Vendor Certification Form” that they are not listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Vendor nor any of its proposed Vendors 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 Vendors shall provide a completed “Exhibit F, Participation Clause”, must be submitted under the Planet Bid Response Types, Exhibits A – G. This will indicate a Vendors 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 Vendor has carefully examined the instruction indicated herein including all terms and condition and specifications, and hereby proposes and agrees, if the Vendors RFP response is accepted, Vendor 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 Vendors 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. Vendor’s pricing quotes outside of the pricing listed in Planet Bids under the “Line Items” tab will not be accepted or considered for award. Any additional cost required should be noted in the additional cost line item and a summary of the cost provided in the notes section of the line item. While line-item pricing accompanies your RFP response it is not to be discussed in any other area of the RFP response other than the “Line Item” tab in Planet Bids. The City will not be obligated to any estimated pricing or pricing not identified in the “Line Item” tab in Planet Bids. Failure to Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 15 of 28 provide the required line-Item pricing in the required format will cause Vendors RFP response to be considered as non-responsive and be eliminated from proceeding any further in the process. Any questions or clarifications regarding how to correctly submit line-Item pricing should be submitted by the “Questions Due” date and time indicated in the schedule of events. 3.18. TARIFF IMPACT VERIFICATION BEFORE ADJUSTMENTS “Vendors requesting price increases due to tariff changes must provide detailed cost breakdowns, including the original tariff rates and the new imposed rates, Vendor invoices, and other supporting documentation. The agency reserves the right to audit Vendor records to verify tariff-related costs. Any unverified or excessive increases shall not be accepted.” 3.19. TARIff REFUND AND PRICE REDUCTION CLAUSE Should tariffs be reduced or removed during the contract term, the Vendor shall pass the cost savings on to the agency through an equivalent price reduction. The Vendor must notify the agency within 30 days of any tariff reduction and submit revised pricing accordingly." 4. PROJECT DESCRIPTION AND SCOPE OF SERVICES 4.1. PROJECT DESCRIPTION The up-fitting services for five (5) Ford E-Transit Vans shall include but not be limited to the supply, installation, and delivery of van interior equipment and components as specified in the below Scope of Work and Line Items in Planet Bids. 4.2. SCOPE OF WORK • Supply and installation of safety partitions appropriate for each roof height and configuration. • Supply and installation of ladder racks for specified Park Facility configurations (EZGLIDE2 ™ or approved equivalent). • All components shall be Ranger Design or approved equivalent, meeting or exceeding the specifications provided. • All hardware, brackets, and mounts shall be included and installed to the manufacturer's specifications. • Supply and installation of shelving units, cabinets, drawers, bins, dividers, reel holders, and cargo slides. • Installation shall ensure proper fitment, secure fastening, and no interference with vehicle safety systems. • Weight distribution shall be balanced and within Ford E-Transit payload limits. • All work shall be completed in a manner that maintains OEM warranty compliance. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 16 of 28 • Vendor shall perform a functional inspection of all installed equipment before delivery back to the City. 4.3. LOCATION OF WORK • All installations shall be performed at the Vendor’s facility. • Vendor shall coordinate with the City for the delivery and return of vehicles . The vendor shall pick up vehicles at the City of Rancho Cucamonga Public Works Service Center. 8794 Lion Street Rancho Cucamonga CA. 91730 • The Vendor facility shall be within a reasonable distance (preferably within 75 miles of the City of Rancho Cucamonga) to allow efficient transport of vehicles. 4.4. WORKING DAYS • Working days for purposes of this solicitation are Monday through Friday, excluding recognized City holidays. 4.5. WORKING HOURS • Regular working hours are the Vendor’s normal business hours, unless otherwise authorized by the City. 4.6. RESPONSE TIME • All five (5) vans must be completed and returned to the City within ninety (90) calendar days from Notice to Proceed. 4.7. VENDOR REQUIREMENTS • Vendor shall be a certified commercial van up-fitter with experience installing similar equipment. • Vendor shall provide a competent and reliable project manager who must be available during regular working hours, Monday through Thursday, and have full authority to act on behalf of the Vendor. • The Vendor facility shall meet all applicable safety and security standards for vehicle storage. • All installations shall comply with Federal Motor Vehicle Safety Standards (FMVSS), OSHA standards, and applicable state/local regulations. 4.8. PRICING • Pricing shall be valid through June 30, 2026, timeline. • Proposed unit shall constitute full compensation for all work, materials, labor, equipment, tools, transportation, necessary to provide the proposed services and goods. • Proposed Labor Rates will be at a firm fixed rate and will be valid for the entire timeframe to complete the up-fitting services described herein. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 17 of 28 4.9. INVOICES • The Vendor shall prepare a single invoice for each E-Transit Van including cost for each of the proposed line items, and must identify the date, time, that services were provided. Invoices for E- Transit Vans upfitting services shall be submitted to the City within thirty (30) days of completion and delivery. 5. EVALUATION AND VENDOR 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 Vendor Expertise 30 Quality of proposed services or goods 30 Extent to which the Vendors services or goods meet the City ’s needs 30 Cost 10 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. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 18 of 28 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 Vendor’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 Vendors provide up to date and accurate information regarding contact information for reference checks. All scores are then tabulated into the final Vendor ranking. Evaluators do not see the Vendor References or pricing line items. The proposed pricing is evaluated by the Procurement Division during the initial review of the RFP response, only to ensure that the proposed cost is not over the City ’s budgeted amount or Not-to-Exceed amount for the project. 5.5. PRESENTATIONS / ORAL BOARD INTERVIEWS Upon completion of the RFP evaluations and data analysis, and only, if necessary, selected top ranked Vendors will be provided an opportunity to interview and conduct a demonstration or presentation to further expand on their RFP response. Vendor interviews/demonstrations are scored and assigned a ranking of zero (0) through ten (10), ten being the highest possible score, based upon but not limited to the evaluation criteria factors as stated within the RFP. 5.6. FINANCIAL DOCUMENTATION Vendors 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 Finance Department. Should a Vendor 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 Vendor on the short-list: • A copy of the Vendor’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, Vendor 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 Vendor. • Indicate all applicable information regarding Vendor ownership changes in the last three (3) years. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 The City of Rancho Cucamonga Request for Proposal (“RFP”) #25/26-011 for Electric Transit (“E-Transit”) Van Up-Fitting Services __________________________________________________________________________________________________ __________________________________________________________________________________________________ Page 19 of 28 5.7. BEST AND FINAL OFFER Upon completion of Vendor presentations, the City reserves the right to conduct pre-award discussions and/or pre-contract negotiations with all or only top ranked Vendors. At which time the City may request a Best and Final Offer to be submitted from one or all finalists. 5.8. VENDOR SELECTION The final Vendor selection is based on which Vendor is the most responsive, meeting the City ’s requirements, offering the best value at the most competitive price. The City is not obligated to award to the lowest price proposal. The City may conduct negotiations with several Vendors simultaneously. The City may also negotiate contract terms with the selected Vendors prior to award. The City, at its sole discretion, reserves the right, unless otherwise stated, to accept or reject all or any RFP responses, or any part thereof, either separately or to waive any informality and to split or make the award in any manner determined to be in the best interest of the City. 5.9. LETTER OF INTENT TO AWARD After a final Vendor selection is determined, a Letter of Intent to Award (LOI) will be posted for review by all participating, responsive Vendors. Negotiations shall be confidential and not subject to disclosure to competing Vendors unless an agreement is reached. If contract negotiations cannot be concluded successfully, City may negotiate a contract with the next highest scoring Vendor or withdraw the RFP entirely. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Question regarding the E- Transits do they have a factory floor in the cargo area Addendum No. 001 Request for Proposal RFP #25/26-011 for Electric Transit ("E-Ttansit") Van Up-Fitting Services Answer factory floor in the cargo area. Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Exhibit BDocusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 City of Rancho Cucamonga - Non-Construction Procurement Request for Proposal "RFP" #25/26-011 for Electric-Transit ("E-Transit") Van Up-fitting Services (RFP #25/26-011), bidding on 10/14/2025 9:00 AM (PDT) Page 1 of 5 Printed 10/14/2025 PlanetBids Exhibit CDocusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 City of Rancho Cucamonga - Non-Construction Procurement Request for Proposal "RFP" #25/26-011 for Electric-Transit ("E-Transit") Van Up-fitting Services (RFP #25/26-011), bidding on 10/14/2025 9:00 AM (PDT) Page 2 of 5 Printed 10/14/2025 PlanetBids Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 City of Rancho Cucamonga - Non-Construction Procurement Request for Proposal "RFP" #25/26-011 for Electric-Transit ("E-Transit") Van Up-fitting Services (RFP #25/26-011), bidding on 10/14/2025 9:00 AM (PDT) Page 3 of 5 Printed 10/14/2025 PlanetBids Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 City of Rancho Cucamonga - Non-Construction Procurement Request for Proposal "RFP" #25/26-011 for Electric-Transit ("E-Transit") Van Up-fitting Services (RFP #25/26-011), bidding on 10/14/2025 9:00 AM (PDT) Page 4 of 5 Printed 10/14/2025 PlanetBids Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 City of Rancho Cucamonga - Non-Construction Procurement Request for Proposal "RFP" #25/26-011 for Electric-Transit ("E-Transit") Van Up-fitting Services (RFP #25/26-011), bidding on 10/14/2025 9:00 AM (PDT) Page 5 of 5 Printed 10/14/2025 PlanetBids Docusign Envelope ID: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Electronic Record and Signature Disclosure Certificate Of Completion Envelope Id: 3EA4736B-7EC1-4D6F-9EE2-11109AED7486 Status: Completed Subject: Complete with Docusign: PSA CO 2026-024 DocuSign.pdf Source Envelope: Document Pages: 60 Signatures: 3 Envelope Originator: Certificate Pages: 5 Initials: 18 Paige Eberle AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) paige.eberle@cityofrc.us IP Address: 199.201.174.250 Record Tracking Status: Original 3/10/2026 2:54:50 PM Holder: Paige Eberle paige.eberle@cityofrc.us Location: DocuSign Signer Events Signature Timestamp Vickie Mihelich Vickie@fullertruck.com Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 47.229.195.163 Signed using mobile Sent: 3/10/2026 3:03:41 PM Resent: 3/18/2026 4:03:26 PM Viewed: 3/19/2026 7:39:32 AM Signed: 3/19/2026 7:42:24 AM Electronic Record and Signature Disclosure: Accepted: 3/10/2026 5:40:26 PM ID: 75a7e58d-a6cb-4b2e-8495-ad802d05fded Dave Mihelich Dave@fullertruck.com Security Level: Email, Account Authentication (None) Signature Adoption: Drawn on Device Using IP Address: 2600:387:c:7215::c Signed using mobile Sent: 3/19/2026 7:42:26 AM Viewed: 3/19/2026 8:38:23 PM Signed: 3/19/2026 8:40:40 PM Electronic Record and Signature Disclosure: Accepted: 3/19/2026 8:38:23 PM ID: 678d5deb-56eb-4096-990e-f03d9cb1e6fa Maritza Martinez Maritza.Martinez@cityofrc.us Director of Public Works Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 199.201.174.250 Sent: 3/19/2026 8:40:42 PM Resent: 3/23/2026 9:32:49 AM Viewed: 3/23/2026 9:44:22 AM Signed: 3/23/2026 9:45:41 AM Electronic Record and Signature Disclosure: Accepted: 3/23/2026 9:44:22 AM ID: 7b3ec9df-3c80-4488-9653-9f78e5a0ab39 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Certified Delivery Events Status Timestamp City Clerk Services Department clerkcontracts@cityofrc.us City Clerk City of Rancho Cucamonga Security Level: Email, Account Authentication (None) Using IP Address: 199.201.174.250 Sent: 3/23/2026 9:45:43 AM Viewed: 3/23/2026 1:40:36 PM Electronic Record and Signature Disclosure: Not Offered via Docusign Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 3/10/2026 3:03:41 PM Certified Delivered Security Checked 3/23/2026 1:40:36 PM Signing Complete Security Checked 3/23/2026 9:45:41 AM Completed Security Checked 3/23/2026 1:40:36 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Rancho Cucamonga City Clerk's Office (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 2/22/2022 12:08:29 PM Parties agreed to: Vickie Mihelich, Dave Mihelich, Maritza Martinez, Vickie Mihelich, Dave Mihelich, Maritza Martinez Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Rancho Cucamonga City Clerk's Office: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: jasmin.oriel@cityofrc.us To advise City of Rancho Cucamonga City Clerk's Office of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at jasmin.oriel@cityofrc.us and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from City of Rancho Cucamonga City Clerk's Office To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to jasmin.oriel@cityofrc.us and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Rancho Cucamonga City Clerk's Office To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to jasmin.oriel@cityofrc.us and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that:  You can access and read this Electronic Record and Signature Disclosure; and  You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and  Until or unless you notify City of Rancho Cucamonga City Clerk's Office as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by City of Rancho Cucamonga City Clerk's Office during the course of your relationship with City of Rancho Cucamonga City Clerk's Office.