Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout2020/02/12 - Agenda PacketSPECIAL MEETING AGENDA
FIRE PROTECTION DISTRICT BOARD -HOUSING SUCCESSOR AGENCY -
SUCCESSOR AGENCY - PUBLIC FINANCE AUTHORITY - CITY COUNCIL
Wednesday, February 12, 2020
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
REGULAR MEETINGS: 1st and 3rd Wednesdays - 7:00 P.M.
ORDER OF BUSINESS:
CLOSED SESSION TAPIA CONFERENCE ROOM 4:30 P.M.
REGULAR MEETINGS COUNCIL CHAMBERS 7:00 P.M.
MEMBERS:
MAYOR L. Dennis Michael CITY MANAGER John R. Gillison
MAYOR PRO TEM Lynne B. Kennedy
COUNCIL MEMBERS Ryan A. Hutchison
Kristine D. Scott
Sam Spagnolo
CITY ATTORNEY James L. Markman
CITY CLERK Janice C. Reynolds
CITY TREASURER James C. Frost
Rancho Cucamonga City Council Mission Statement
• Make decisions, and be perceived as making decisions, for the general welfare of the community.
• Always work to improve existing services and develop policies to meet the expected as well as anticipated needs
of the community.
• Work together cooperatively to respect all persons and their ideas in order to develop and maintain the trust of the
community.
Reflect the community's desires and priorities by assuring that decisions accurately reflect the community's
interests by fairly translating public feedback into public policy.
• Enhance the quality of life of all Rancho Cucamonga residents through the continued pursuit of excellence and
commitment to the City's core values and goals.
• Set the vision for the community for the future.
• Have a professional, objective and respectful relationship with each other in order to more effectively address the
challenges of the future.
Page 1
Aft
A_ . INFORMATION FOR THE PUBLIC Le
gA'HO &CAMONGA
TO ADDRESS THE FIRE BOARD, HOUSING SUCCESSOR AGENCY, SUCCESSOR AGENCY,
PUBLIC FINANCE AUTHORITY AND CITY COUNCIL
The Fire Board, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council encourage free expression of all
points of view. To allow all persons to speak, given the length of the Agenda, please keep your remarks brief. If others have already expressed
your position, you may simply indicate that you agree with a previous speaker. If appropriate, a spokesperson may present the views of your
entire group. To encourage all views and promote courtesy to others, the audience should refrain from clapping, booing or shouts of approval
or disagreement from the audience.
The public may address the Fire Board, Housing Successor Agency, Successor Agency, Public FinanceAuthority and City Council by filling
out a speaker card and submitting it to the City Clerk. The speaker cards are located on the wall at the back of the Chambers, at the front
desk behind the staff table and at the City Clerk's desk. Any handouts for the Fire Board, Successor Agency, Public Finance Authority or
City Council should be given to the City Clerk for distribution.
During "Public Communications," your name will be called to speak on any item listed or not listed on the agenda in the order in which it was
received. The "Public Communications" period will not exceed one hour prior to the commencement of the business portion of the agenda.
During this one hour period, all those who wish to speak on a topic contained in the business portion of the agenda will be given priority, and
no further speaker cards for these business items (with the exception of public hearing items) will be accepted once the business portion of
the agenda commences. Any other "Public Communications" which have not concluded during this one-hour period may resume after the
regular business portion of the agenda has been completed. Comments are to be limited to five minutes per individual or less, as deemed
necessary by the Chair, depending upon the number of individuals desiring to speak.
If you are present to speak on an "Advertised Public Hearing" or on an "Administrative Hearing" Item(s), your name will be alled when that
item is being discussed, in the order in which it was received. Comments are to be limited to five minutes per individual or less, as deemed
necessary by the Chair, depending upon the number of individuals desiring to speak.
AGENDA BACK-UP MATERIALS
Staff reports and back-up materials for agenda items are available for review at the City Clerk's counter, the City's Public Libraries and on the
City's website. A complete copy of the agenda is also available at the desk located behind the staff table during the Council meeting.
LIVE BROADCAST
Fire Board, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council meetings are broadcast live on
Channel 3 for those with cable television access. Meetings are rebroadcast on the second and fourth Wednesdays of each month at 7:00
p.m. Streaming Video on Demand is available on the City's website at www.cityofrc.us/cityhall/council/videos.asp.
The Fire Board, Successor Agency, Public Finance Authority and City Council meet regularly on the first and third
Wednesday of the month at 7:00 p.m. in the Council Chambers located at 10500 Civic Center Drive.
Members of the City Council also sit as the Fire Board, Housing Successor Agency, Successor Agency, and
Public Finance Authority.
Copies of the agendas and minutes can be found @ www.cityofrc.us
If you need special assistance or accommodations to participate in this meeting, please contact the City Clerk's
office at (909) 477-2700. Notification of 48 hours prior to the meeting will enable the City to make reasonable
arrangements to ensure accessibility. Listening devices are available for the hearing impaired.
Please silence all cell phones and devices while the meeting is in session.
Page 2
FEBRUARY 12, 2020 - 4:30 PM
SPECIAL MEETING
FIRE PROTECTION DISTRICT BOARD -HOUSING SUCCESSOR AGENCY -
SUCCESSOR AGENCY - PUBLIC FINANCE AUTHORITY - CITY COUNCIL
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
CLOSED SESSION - 4:30 P.M.
Roll Call: Mayor Michael
Mayor Pro Tem Kennedy
Council Members Hutchison, Scott, Spagnolo
A. ANNOUNCEMENT OF CLOSED SESSION ITEM(S)
B. PUBLIC COMMUNICATIONS ON CLOSED SESSION ITEM(S)
C. CITY MANAGER ANNOUNCEMENTS
D. CONDUCT OF CLOSED SESSION - Tapia Conference Room
D.1. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE
SECTION 54956.8 FOR PROPERTY GENERALLY LOCATED AT THE RANCHO
CUCAMONGA METROLINK STATION IDENTIFIED AS PARCEL NUMBERS 0209-272-11,
0209-143-21, AND 0209-272-22; NEGOTIATING PARTIES CITY MANAGER JOHN GILLISON,
CITY MANAGER, REPRESENTING THE CITY OF RANCHO CUCAMONGA, CARRIE
SCHINDLER REPRESENTING SBCTA, AND MICHAEL DIEDEN REPRESENTING EMPIRE
YARDS AT RANCHO, LLC; REGARDING PRICE AND TERMS. — CITY
D.2. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE
SECTION 54956.8 FOR PROPERTY LOCATED AT 9789 MAIN STREET IDENTIFIED AS
PARCEL NUMBERS 0209-062-02-0000; NEGOTIATING PARTIES JOHN GILLISON, CITY
MANAGER REPRESENTING THE CITY OF RANCHO CUCAMONGA, AND CAROL NORRIS,
NORTHTOWN HOUSING DEVELOPMENT CORPORATION.; REGARDING PRICE AND
TERMS. -CITY
D.3. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE
SECTION 54956.8 FOR PROPERTY GENERALLY LOCATED AT THE NORTH EAST CORNER
OF ARROW ROUTE AND ROCHESTER AVENUE IDENTIFIED AS PARCEL NUMBER 0229-
012-97-0000; NEGOTIATING PARTIES JOHN GILLISON, CITY MANAGER REPRESENTING
THE CITY OF RANCHO CUCAMONGA, AND JACKSON SMITH, NEWCASTLE PARTNERS.;
REGARDING PRICE AND TERMS. -CITY
DA. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE
SECTION 54956.8 FOR PROPERTY LOCATED AT 12467 BASE LINE ROAD IDENTIFIED AS
PARCEL NUMBERS 1090-331-03-0000, 1090-331-04-0000, 1089-581-04-0000;
NEGOTIATING PARTIES JOHN GILLISON, CITY MANAGER REPRESENTING THE CITY OF
RANCHO CUCAMONGA, AND JOSEPH FILIPPI, JOSEPH FILIPPI WINERY AND VINEYARDS.;
REGARDING PRICE AND TERMS. -CITY
Page 3
D.5. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE
SECTION 54956.8 FOR PROPERTY LOCATED AT 8783 ETIWANDA AVENUE/12949
WHITTRAM AVENUE, FURTHER IDENTIFIED AS SAN BERNARDINO COUNTY TAX
ASSESSOR'S PARCEL NUMBER 0229 162 14; NEGOTIATING PARTIES, JOHN GILLISON,
CITY MANAGER, REPRESENTING THE CITY OF RANCHO CUCAMONGA, AND KULAR
TRUCK LINE, INC., OWNER; REGARDING PRICE AND TERMS — CITY
D.6. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE
SECTION 54956.8 FOR PROPERTY LOCATED AT 8810 ETIWANDA AVENUE, FURTHER
IDENTIFIED AS SAN BERNARDINO COUNTY TAX ASSESSOR'S PARCEL NUMBER 0229131
07; NEGOTIATING PARTIES, JOHN GILLISON, CITY MANAGER, REPRESENTING THE
CITY OF RANCHO CUCAMONGA, AND WILLIAM A. JONES AND JOAN F. JONES,
TRUSTEES OF THE JONES FAMILY TRUST OF 2010, AS TO AN UNDIVIDED 2/3 INTEREST
AND BONNIE CATHRYN STRACK & WILLIAM R. RUSHING, AS SUCCESSOR TRUSTEE OF
THE STRACK FAMILY TRUST, DATED MARCH 13, 2014, AS TO AN UNDIVIDED 1/3
INTEREST, OWNERS; REGARDING PRICE AND TERMS — CITY
D.7. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE
S E C T I O N 5 4 9 5 6. 8 F O R I N T E R E S T I N
PROPERTY LOCATED AT 8783 ETIWANDA AVENUE/12949
WHITTRAM AVENUE, FURTHER IDENTIFIED AS SAN BERNARDINO COUNTY TAX
ASSESSOR'S PARCEL NUMBER 0229 162 14; NEGOTIATING PARTIES, JOHN GILLISON,
CITY MANAGER, REPRESENTING THE CITY OF RANCHO CUCAMONGA, AND MR. & MRS.
JOAQUIN RAMOS, JOSE NERI, MAURICIO NERI AND JOAQUIN
QUIEJ, TENANTS; REGARDING PRICE AND TERMS — CITY
D.8. CONFERENCE WITH LABOR NEGOTIATOR ROBERT NEIUBER, HUMAN RESOURCES
DIRECTOR PER GOVERNMENT CODE SECTION 54954.2 REGARDING LABOR
NEGOTIATIONS WITH THE RANCHO CUCAMONGA CITY EMPLOYEES ASSOCIATION
(RCCEA). — CITY
D.9. CONFERENCE WITH LEGAL COUNSEL — EXISTING LITIGATION PURSUANT TO
PARAGRAPH (1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE: AWI
BUILDERS, INC V. RANCHO CUCAMONGA FIRE PROTECTION DISTRICT, SAN
BERNARDINO COUNTY SUPERIOR COURT, CASE NO. CIV DS 1928697
D.10. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION PURSUANT TO
PARAGRAPH (1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE: NATURAL
RESOURCES DEFENSE COUNCIL INC. V. CITY OF RANCHO CUCAMONGA, SAN
BERNARDINO COUNTY SUPERIOR COURT, CASE NO. CIV DS 1937969
E. RECESS
CLOSED SESSION TO RECESS TO THE REGULAR FIRE PROTECTION DISTRICT, HOUSING SUCCESSOR AGENCY,
SUCCESSOR AGENCY, PUBLIC FINANCE AUTHORITY, AND CITY COUNCIL MEETINGS AT 7:00 P.M. IN THE
COUNCIL CHAMBERS AT CITY HALL, LOCATED AT 10500 CIVIC CENTER DRIVE, RANCHO CUCAMONGA,
CALIFORNIA.
REGULAR MEETING - 7:00 P.M.
COUNCIL CHAMBERS
THE REGULAR MEETINGS OF THE FIRE PROTECTION DISTRICT, HOUSING SUCCESSOR AGENCY, SUCCESSOR
AGENCY, PUBLIC FINANCE AUTHORITY, AND CITY COUNCIL WILL BE CALLED TO ORDER. IT IS THE INTENT TO
CONCLUDE THE MEETINGS BY 10:00 P.M., UNLESS EXTENDED BY CONCURRENCE OF THE FIRE BOARD,
AGENCIES, AUTHORITY BOARD AND COUNCIL.
Pledge of Allegiance
Roll Call: Mayor Michael
Mayor Pro Tem Kennedy
Council Members Hutchison, Scott and Spagnolo
A. ANNOUNCEMENT/ PRESENTATIONS
Page 4
B. PUBLIC COMMUNICATIONS
CONSENT CALENDARS:
The following Consent Calendar items are expected to be routine and non -controversial. They will be acted
upon by the Fire Board/Housing Successor Agency/Successor Agency/Authority Board/Council at one time
without discussion. Any item may be removed by a Fire Board/Housing Successor Agency/Successor
Agency/Authority Board/Council Member for discussion.
C. CONSENT CALENDAR - FIRE PROTECTION DISTRICT
7
C.1. Consideration of Meeting Minutes: Regular Meetings of January 15, 2020.
C.2. Consideration to Award a Contract to K -Vac Environmental Services for Hazardous Waste 8
Removal, Remediation and Disposal Services in an amount not to exceed $10,000 for the
remainder of FY 2019/2020 and an annual amount not to exceed $10,000 for FY 2020/2021
through FY 2026/2027, contingent upon approval of the FY 2020/2021 and future budgets.
C.3. Consideration to Approve a Resolution Modifying Paying and Reporting the Value of Employer 123
Paid Member Contributions to CALPERS for the Fire Support Services Association Bargaining
Unit.
RESOLUTION NO. FD -20-001
A RESOLUTION OF THE BOARD OF DIRECTORS OF THE RANCHO CUCAMONGA FIRE
PROTECTION DISTRICT, RANCHO CUCMONGA, CALIFORNIA, MODIFYING PAYING AND 125
REPORTING THE VALUE OF EMPLOYER PAID MEMBER CONTRIBUTIONS TO CALIPERS FOR
THE FIRE SUPPORT SERVICES ASSOCIATION (FSSA) BARGAINING UNIT
D. CONSENT CALENDAR - HOUSING SUCCESSOR AGENCY
D.1. Consideration of Meeting Minutes: Regular Meetings of January 15, 2020. 7
E. CONSENT CALENDAR - SUCCESSOR AGENCY
E.1. Consideration of Meeting Minutes: Regular Meetings of January 15, 2020.
7
F. CONSENT CALENDAR - PUBLIC FINANCING AUTHORITY 7
F.1. Consideration of Meeting Minutes: Regular Meetings of January 15, 2020.
G. CONSENT CALENDAR - CITY COUNCIL
7
G.1. Consideration of Meeting Minutes: Regular Meetings of January 15, 2020.
G.2. Consideration of an Appropriation in the Amount of $62,000 From the Municipal Utility Fund 126
(Fund 705) for the Purchase of Two Transformers and One Padmounted Switchgear from Anixter
Power Solutions.
G.3. Consideration of an Appropriation in the Amount of $16,800 From the Municipal Utility Fund 128
(Fund 705) for the CIS Infinity Payment Portal Server Migration.
GA. Consideration of Amendment No. 01 to the Agreement with Pacific Utility Installation, Inc. 129
(CO#19-085) in an Additional Amount of $989,237 Plus a 5% Contingency for the Haven Avenue
Cable Bring Up and Mayten Business Park/Hampton Inn Projects and Authorize an Appropriation
in the Amount of $1,038,700 From the Municipal Utility Fund (Fund 705).
G.5. Consideration to Accept as Complete, File the Notice of Completion and Authorize Release of 131
Retention and Bonds and Authorize an Appropriation in the Amount of $6,940 for the Fiscal Year
2018/19 Major Arterial Pavement Rehabilitation Project at Haven Avenue, Foothill Boulevard and
Hermosa Avenue.
G.6. Consideration of an Increase in Construction Contingency and an Additional Appropriation in the 135
Amount of $31,000 from the Transportation Fund (Fund 124) for the Freeway and Arterial Signal
Synchronization Project.
G.7. Consideration to Award a Contract to K -Vac Environmental Services for Hazardous Waste 139
Removal, Remediation and Disposal Services in an amount not to exceed $20,000 for the
remainder of FY 2019/2020 and an annual amount not to exceed $40,000 for FY 2020/2021
through FY 2026/2027, contingent upon approval of the FY 2020/2021 and future budgets.
Page 5
G.8. Consideration to Accept the Traffic Signal Battery Backup System Replacement FY 18-19 Project 254
as Complete, File the Notice of Completion, and Authorize Release of Retention and Bonds.
H. CONSENT ORDINANCES
The following Ordinances have been introduced for first reading. Second readings are expected to
be routine and non -controversial. The City Council will act upon them at one time without discussion.
The City Clerk will read the title. Any item can be removed for discussion by a Council Member.
ADMINISTRATIVE HEARING ITEM
J. ADVERTISED PUBLIC HEARINGS - CITY COUNCIL
The following items have been advertised and/or posted as public hearings as required by law. The
Mayor will open the meeting to receive public testimony.
K. CITY MANAGER'S STAFF REPORTS
L. COUNCIL BUSINESS
L.1. COUNCIL ANNOUNCEMENTS ---
(Comments to be limited to three minutes per Council Member.)
L.2. INTER -AGENCY UPDATES ---
(Update by the City Council to the community on the meetings that were attended.)
M. IDENTIFICATION OF ITEMS FOR NEXT MEETING
N. ADJOURNMENT
CERTIFICATION
I, Linda A. Troyan, MMC, City Clerk Services Director of the City of Rancho Cucamonga, or my designee,
hereby certify under penalty of perjury that a true, accurate copy of the foregoing agenda was posted on at
least Seventy -Two (72) hours prior to the meeting per Government Code 54954.2 at 10500 Civic Center
Drive, Rancho Cucamonga, California and on the City's website.
Page 6
DATE: February 12, 2020
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Linda A. Troyan, City Clerk Services Director
SUBJECT: CONSIDERATION OF MEETING MINUTES: REGULAR MEETINGS OF
JANUARY 15, 2020.
RECOMMENDATION:
Staff recommends approval of the Meeting Minutes of Regular Meetings of January 15, 2020.
BACKGROUND:
N/A
ANALYSIS:
N/A
FISCAL IMPACT:
N/A
COUNCIL GOAL(S) ADDRESSED:
N/A
Page 7
January 15, 2020
CITY OF RANCHO CUCAMONGA
CLOSED SESSION, FIRE PROTECTION DISTRICT, HOUSING SUCCESSOR AGENCY,
SUCCESSOR AGENCY, PUBLIC FINANCE AUTHORITY AND CITY COUNCIL REGULAR
MEETINGS MINUTES
The City of Rancho Cucamonga City Council held a closed session on Wednesday, January 15, 2020, in the Tapia
Conference Room at the Civic Center, 10500 Civic Center Drive, Rancho Cucamonga, California. Mayor Michael
called the meeting to order at 5:00 p.m.
Present were Council Members: Ryan Hutchison, Kristine Scott, Sam Spagnolo, and Mayor Pro Tem Lynne
Kennedy and Mayor L. Dennis Michael.
Also present were: John Gillison, City Manager; James L. Markman, City Attorney; Elisa Cox, Deputy City
Manager/Cultural & Civic Services; Lori Sassoon, Deputy City Manager/Administrative Services; Matt Burris,
Deputy City Manager/Economic and Community Development.
No public communications were made.
No discussion or actions were taken.
D.1. CONFERENCE WITH LABOR NEGOTIATOR ROBERT NEIUBER, HUMAN RESOURCES
DIRECTOR PER GOVERNMENT CODE SECTION 54954.2 REGARDING LABOR
NEGOTIATIONS WITH THE RANCHO CUCAMONGA CITY EMPLOYEES ASSOCIATION
(RCCEA). — CITY
D.2. CONFERENCE WITH LEGAL COUNSEL — EXISTING LITIGATION PURSUANT TO
PARAGRAPH (1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE: AWI
BUILDERS, INC V. RANCHO CUCAMONGA FIRE PROTECTION DISTRICT, SAN
BERNARDINO COUNTY SUPERIOR COURT, CASE NO. CIV DS 1928697
D.3. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION PURSUANT TO
PARAGRAPH (1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE:
NATURAL RESOURCES DEFENSE COUNCIL INC. V. CITY OF RANCHO CUCAMONGA,
SAN BERNARDINO COUNTY SUPERIOR COURT, CASE NO. CIV DS 1937969
D.4. CONFERENCE WITH LEGAL COUNSEL- ANTICIPATED LITIGATION: SIGNIFICANT
EXPOSURE TO LITIGATION PURSUANT TO PARAGRAPH (2) OF SUBDIVISION (D) OF
SECTION 54956.9 OF THE CALIFORNIA GOVERNMENT CODE: (1 CASE) Exposure
consists of claims filed pertaining to the processing and conditioning of an entitlement to
expand an existing Montessori School.
**DRAFT**
January 15, 20201 Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga I Page 1 of 5
D.S. CONFERENCE WITH LEGAL COUNSEL - ANTICIPATED LITIGATION SIGNIFICANT
EXPOSURE TO LITIGATION PURSUANT TO PARAGRAPH (2) OF SUBDIVISION (D) OF
CALIFORNIA GOVERNMENT CODE SECTION 54956.9: (1 CASE) Exposure based on
letter of complaint received from a former employee.
D.6. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE
SECTION 54956.8 FOR PROPERTY GENERALLY LOCATED AT THE RANCHO
CUCAMONGA METROLINK STATION IDENTIFIED AS PARCEL NUMBERS
0209-272-11, 0209-143-21, AND 0209-272-22; NEGOTIATING PARTIES CITY
MANAGER JOHN GILLISON, CITY MANAGER, REPRESENTING THE CITY OF
RANCHO CUCAMONGA, CARRIE SCHINDLER REPRESENTING SBCTA, AND
MICHAEL DIEDEN REPRESENTING EMPIRE YARDS AT RANCHO, LLC; REGARDING
PRICE AND TERMS. — CITY
D.7. PUBLIC EMPLOYEE PERFORMANCE EVALUATION PER GOVERNMENT CODE
SECTION 54957 (TITLE: CITY MANAGER)
The closed session recessed at 6:25 p.m.
The regular meetings of the Rancho Cucamonga Fire Protection District, Housing Successor Agency,
Successor Agency, Public Finance Authority and the City of Rancho Cucamonga City Council were held on
January 15, 2020 in the Council Chambers at City Hall, located at 10500 Civic Center Drive, Rancho
Cucamonga, California. Mayor Michael called the meeting to order at 7:00 p.m.
Present were Council Members: Ryan Hutchison, Kristine Scott, Sam Spagnolo, and Mayor Pro Tem Lynne
Kennedy and Mayor L. Dennis Michael.
Also present were: John Gillison, City Manager; James L. Markman, City Attorney and Linda Troyan, City
Clerk Services Director.
Boy Scouts Troop Members Alexander & Finley led the Pledge of Allegiance.
Mayor Michael and Members of the City Council presented a Certificate of Adjournment to the Staples
Family in memory of Tim Staples, a San Bernardino Sheriff's Department Search and Rescue team
member, community member and teacher who passed away while searching for a missing hiker on
Mount Baldy.
A.1. Presentation of a Proclamation Declaring the Month of January 2020 as "National Mentoring
Month".
Mayor Pro Tem Kennedy along with Mayor Michael and Members of the City Council presented a
Proclamation to Paris Anderson, Big Brothers Big Sisters of the Inland Empire, San Bernardino County
Children's Network and Mentoring Task Force declaring the month of January 2020 as "National
Mentoring Month".
**DRAFT**
January 15, 20201 Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga I Page 2 of 5
A.2. Rancho Cucamonga 2019 Safest City Ranking.
Jennifer Camacho-Curtis, Community Affairs Officer and Police Chief Donny Mahoney, Rancho
Cucamonga Police Department, provided a PowerPoint presentation on a study released by WalletHub,
Safest Cities in America, which ranked the City of Rancho Cucamonga number 49 in the US out of 182
cities and number 1 in the Inland Empire.
City Council acknowledged the City and Police Department for their continued relationships with the
community to improve public safety in Rancho Cucamonga.
Janet Walton, offered a prayer.
Alex Wechselberger, spoke about and shared information on millennial and college student consumer trends;
recommended the City offer student discount incentives.
Frank Atry, spoke about rate increases; salary increases; time limits on the public comment period for speakers
and traffic accidents in the City.
C.1. Consideration of Meeting Minutes: Regular and Special Meetings of December 18, 2019.
C.2. Consideration to Approve Bi -Weekly Payroll in the Amount of $1,261,355.50 and Weekly Check Registers (No
checks issued to Southern California Gas Company) in the Amount of $355,842.89 Dated December 10, 2019
Through January 06, 2020 and Electronic Debit Register for the Month of November 2019 in the Amount of
$471,826.46.
C.3. Consideration to Declare Surplus for Retired Computers and Monitors.
CA. Consideration of a Professional Services Agreement for a Development Impact Fee Study with NBS
Government Finance Group in the Amount of $63,350, Authorization of a 10% Contingency, and Appropriation of
$6,600 from the Undergrounding Fund and $6,500 from the Fire Fund.
MOTION: Moved by Board Member Spagnolo, seconded by Vice -President Kennedy, to approve
Consent Calendar Items C1 through C4. Motion carried unanimously, 5-0.
D.1. Consideration of Meeting Minutes: Regular Meetings of December 18, 2019.
MOTION: Moved by Agency Member Scott, seconded by Agency Member Hutchison, to approve Consent
Calendar Item D1. Motion carried unanimously, 5-0.
**DRAFT**
January 15, 20201 Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga I Page 3 of 5
E.1. Consideration of Meeting Minutes: Regular Meetings of December 18, 2019.
MOTION: Moved by Vice Chair Kennedy, seconded by Agency Member Scott, to approve Consent
Calendar Item E1. Motion carried unanimously, 5-0.
F- CI&VIRFUT
F.1. Consideration of Meeting Minutes: Regular Meetings of December 18, 2019
MOTION: Moved by Agency Member Spagnolo, seconded by Agency Member Hutchison, to approve
Consent Calendar Item F1. Motion carried unanimously, 5-0
G.1. Consideration of Meeting Minutes: Regular and Special Meetings of December 18, 2019.
G.2. Consideration to Approve Bi -Weekly Payroll in the Amount of $2,341,156.46 and Weekly Check
Registers (Excluding Checks Issued to Southern California Gas Company) in the Amount of
$10,377,432.56 Dated December 10, 2019 Through January 06, 2020 and Electronic Debit
Register for the Month of November 2019 in the Amount of $490,527.82.
G.3. Consideration to Approve Weekly Check Registers for Checks Issued to Southern California Gas
Company in the Amount of $1,200.54 Dated December 10,2019 Through January 06, 2020.
GA. Consideration to Declare Surplus for Retired Computers and Monitors.
G.S. Consideration to Accept the Victoria Gardens Cultural Center — Air Wall Replacement Project as
Complete, File the Notice of Completion, and Authorize Release of Retention and Bonds.
G.6. Consideration of a Professional Services Agreement for a Development Impact Fee Study with
NBS Government Finance Group in the Amount of $63,350, Authorization of a 10% Contingency,
and Appropriation of $6,600 from the Undergrounding Fund and $6,500 from the Fire Fund.
MOTION: Moved by Mayor Pro Tem Kennedy, seconded by Council Member Hutchison, to approve Consent
Calendar Items G1 through G6. Motion carried unanimously, 5-0, with Council Member Scott abstaining on item
G.3., due to her employment with Southern California Gas Company.
H. CONSENT ORDINANCES
No Items.
1. ADMINISTRATIVE HEARING ITEM
No Items.
J.1. Consideration to Approve an Amendment to the Community Development Block Grant (CDBG) Annual
Action Plan FY 2019/20.
**DRAFT**
January 15, 20201 Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga I Page 4 of 5
City Manager Gillison introduced Hannah MacKenzie, Management Aide, who gave the Staff Report.
Mayor Michael opened the Public Hearing item.
No public communications were received.
Mayor Michael closed the Public Hearing item.
MOTION: Moved by Council Member Spagnolo, seconded by Council Member Scott, to approve an amendment
to the Community Development Block Grant (CDBG) Annual Action Plan FY 2019/20. Motion carried
unanimously, 5-0.
K.1. Consideration to Approve an Amendment to the City Manager's Employment Agreement.
City Manager Gillison introduced Robert Neiuber, Human Resources Director, who gave the Staff Report and in
accordance with Government Code Section 54953(c)(3) summarized the item.
MOTION: Moved by Council Member Spagnolo, seconded by Mayor Pro Tem Kennedy, to approve an
amendment to the City Manager's Employment Agreement. Motion carried unanimously, 5-0.
L.1. COUNCIL ANNOUNCEMENTS
None.
L.2. INTER -AGENCY UPDATES
None.
None.
Mayor Michael announced that at the December 18, 2019 City Council meeting, the City Council took action to cancel
the Regular Meeting of Wednesday, February 5th, 2020 and reschedule it to a Special Meeting at 7:00 p.m. on
Wednesday, February 12, 2020 in the City Hall Council Chambers.
Mayor Michael adjourned the meeting at 7:56 p.m. in memory of Tim Staples.
Approved:
Respectfully submitted,
Linda A. Troyan, MMC
City Clerk Services Director
**DRAFT**
January 15, 20201 Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga I Page 5 of 5
DATE: February 12, 2020
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: William Wittkopf, Public Works Services Director
Ivan Rojer, Fire Chief
Ruth Cain, CPPB, Procurement Manager
SUBJECT: CONSIDERATION TO AWARD A CONTRACT TO K -VAC ENVIRONMENTAL
SERVICES FOR HAZARDOUS WASTE REMOVAL, REMEDIATION AND
DISPOSAL SERVICES IN AN AMOUNT NOT TO EXCEED $10,000 FOR THE
REMAINDER OF FY 2019/2020 AND AN ANNUAL AMOUNT NOT TO
EXCEED $10,000 FOR FY 2020/2021 THROUGH FY 2026/2027,
CONTINGENT UPON APPROVAL OF THE FY 2020/2021 AND FUTURE
BUDGETS.
RECOMMENDATION:
Staff recommends the Board of Directors award and authorize the execution of a contract for hazardous
waste removal, remediation and disposal services with K -Vac Environmental Services, effective April 1,
2020 for a fifteen (15) month term, with an option to renew in one (1) year increments up to a total of six
(6) additional years, in an amount not to exceed $10,000 for the remainder of FY 2019/2020 and an
annual amount not to exceed $10,000 for FY 2020/2021 through FY 2026/2027, contingent upon
approval of the FY 2020/2021 and future budgets.
The Public Works Services Department (PWSD), the Rancho Cucamonga Fire Protection District
(RCFPD), and the Procurement Division routinely issue requests for proposals to ensure vendor
services remain competitive. Public Works staff drafted the scope of services to perform incidental
hazardous substances or hazardous waste removal; drum remediation and disposal; confined space
entry and vacuum tank services on City public right-of-way and on other City or Fire District maintained
property, on an as -needed basis.
PWSD and RCFPD provided the scope of services to the Procurement Division to prepare a formal
Request for Proposal (RFP). The Procurement Division prepared and posted RFP #19/20-021 to the
City's automated procurement system. There were one hundred twenty-seven (127) vendors notified;
twenty-six (26) prospective bidders downloaded the RFP documentation, and four (4) responses were
received.
ANALYSIS:
An Evaluation Committee consisting of staff from various departments conducted a thorough analysis of
the RFP responses and scored and ranked the responsive proposals. K -Vac Environmental Services,
of Rancho Cucamonga, California, was determined to be the most responsive contractor providing the
best value while meeting the scope of services the specifications required. Therefore, Staff
Page 8
recommends the City Council award a contract to K -Vac Environmental Services, effective April 1,
2020 for a fifteen (15) month term, with an option to renew in one (1) year increments up to a total of six
(6) additional years, in an amount not to exceed $10,000 for the remainder of FY 2019/2020 and an
annual amount not to exceed $10,000 for FY 2020/2021 through FY 2026/2027. All applicable
solicitation documentation is on file in Planet Bids and can be accessed through the City's website at
www.cityofrc.us.
An additional $300,000 will be considered separately by the City Council.
FISCAL IMPACT:
The funding for this contract is within the approved contract services budget line items for FY 2019/20.
COUNCIL GOAL(S) ADDRESSED:
This item addresses the City Council's goal of Enhancing Premier Community Status and Public Safety
by ensuring that the City's facilities and public right-of-way are maintained free of hazardous materials.
ATTACHMENTS:
Description
Contract
Page 9
RANCHO
CUCAMONGA
Attachment 1 - Contract
CITY OF RANCHO CUCAMONGA
PUBLIC WORKS SERVICES DEPARTMENT
CONTRACT
HAZARDOUS WASTE REMOVAL, REMEDIATION AND
DISPOSAL SERVICES
AWARD DATE:
Wednesday, February 12, 2020
Page 10
AGREEMENT FOR PROFESSIONAL
SERVICES
THIS AGREEMENT is made and entered into this 12th day of February
2020, by and between the City of Rancho Cucamonga, a municipal corporation ("City") and
the Rancho Cucamonga Fire Protection District ("RCFPD") and K -Vac Environmental
Services, Inc., a waste disposal company ("Contractor").
RECITALS
A. City and RCFPD has heretofore issued its request for proposals to perform the
following services: Hazardous Waste Removal, Remediation and Disposal Services (RFP 19/20-021)
("the Project").
B. Contractor has submitted a proposal to perform the services described in Recital "A",
above, necessary to complete the Project.
C. City and RCFPD 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 and RCFPD hereby engages Contractor to perform all services described in
Recitals "A" and `B" above, including, but not limited to Hazardous Waste Removal, Remediation
and Disposal Services; all as more fully set forth in RFP 19/20-021, attached hereto as Exhibit A
Contractor's proposal, dated November 20, 2019, 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 and RCFPD, the
Contractor will promptly meet with City and RCFPD staff to discuss any revisions to the Project
desired by the City and RCFPD. Contractor agrees that the Scope of Work may be amended based
upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or
revisions to Contractor's compensation based thereon. A revision pursuant to this Section that does
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 1
Page 11
not increase the total cost payable to Contractor by more than ten percent (10%) of the total compensation
specified in Section 3, may be approved in writing by City's Manager without amendment.
1.3 Time for Performance. Contractor shall perform all services under this
Agreement in a timely, regular basis consistent with industry standards for professional skill and care,
and in accordance with any schedule of performance set forth in the Scope of Work, or as set forth in
a "Schedule of Performance", if such Schedule is attached hereto as Exhibit "N/A".
1.4 Standard of Care. As a material inducement to City and RCFPD to enter into
this Agreement, Contractor hereby represents that it has the experience necessary to undertake the
services to be provided. In light of such status and experience, Contractor hereby covenants that it
shall follow the customary professional standards in performing the Services.
1.5 Familiarity with Services. By executing this Agreement, Contractor represents
that, to the extent required by the standard of practice, Contractor
(a) has investigated and considered the scope of services to be performed, (b) has carefully considered
how the services should be performed, and (c) understands the facilities, difficulties and restrictions
attending performance of the services under this Agreement. Contractor represents that Contractor, to
the extent required by the standard of practice, has investigated any areas of work, as applicable, and
is reasonably acquainted with the conditions therein. Should Contractor discover any latent or
unknown conditions, which will materially affect the performance of services, Contractor shall
immediately inform City and RCFPD of such fact and shall not proceed except at Contractor's risk
until written instructions are received from the City and RCFPD Representative.
2. Term of Agreement. The term of this Agreement shall become effective as of the date
of the mutual execution by way of both party's signature (the "Effective Date") through June 30,
2021. No work shall be conducted; service or goods will not be provided until this Agreement has
been executed and requirements have been fulfilled.
Parties to this Agreement shall have the option to renew in one (1) year increments to a total of six (6)
additional years, unless sooner terminated as provided in Section 14 herein. Contractor may request a
Cost of living Increase in an amount not to exceed the increase in the March index of the Consumer
Price Index All Urban Consumers for the Riverside -San Bernardino -Ontario, California area
published by the U.S. Department of Labor, Bureau of Labor Statistics. Options to renew are
contingent upon the City Manager's approval, subject to pricing review, and in accordance to all
Terms and Conditions stated herein unless otherwise provided in writing by the City and RCFPD.
3. Compensation.
3.1 Compensation. City and RCFPD shall compensate Contractor as set forth in
Exhibit C, provided, however, that full, total and complete amount payable to Contractor shall not
exceed $30,000 (Thirty Thousand Dollars) for services during the City and RCFPD fiscal year
ending June 30, 2020 and $50,000 (Fifty Thousand Dollars) for the City and RCFPD fiscal year
ending June 30, 2021, including all out of pocket expenses, unless additional compensation is
approved by the City Manager or City Council. City and RCFPD shall not withhold any federal, state
or other taxes, or other deductions.
However, City and RCFPD shall withhold not more than ten percent (10%) of any invoice amount
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 2
Page 12
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 and RCFPD shall compensate
Contractor for any authorized extra services as set forth in Exhibit A.
4. Method of Payment.
4.1 Invoices. Contractor shall submit to City and RCFPD monthly invoices for the
Services performed pursuant to this Agreement. The invoices shall describe in detail the Services
rendered during the period and shall separately describe any authorized extra services. Any invoice
claiming compensation for extra services shall include appropriate documentation of prior
authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga,
California.
4.2 City and RCFPD shall review such invoices and notify Contractor in writing
within ten (10) business days of any disputed amounts.
4.3 City and RCFPD shall pay all undisputed portions of the invoice within thirty
(30) calendar days after receipt of the invoice up to the not -to -exceed amounts set forth in Section 3.
4.4 All records, invoices, time cards, cost control sheets and other records
maintained by Contractor relating to services hereunder shall be available for review and audit by the
City and RCFPD.
5. Representatives.
5.1 City and RCFPD Representative. For the purposes of this Agreement, the
contract administrator and City and RCFPD's representative shall be William Wittkopf, or such other
person as designated in writing by the City and RCFPD ("City and RCFPD Representative"). It shall
be Contractor's responsibility to assure that the City and RCFPD Representative is kept informed of
the progress of the performance of the services, and Contractor shall refer any decisions that must be
made by City and RCFPD to the City and RCFPD Representative. Unless otherwise specified herein,
any approval of City and RCFPD required hereunder shall mean the approval of the City and RCFPD
Representative.
5.2 Contractor Representative. For the purposes of this Agreement, Diana Knifer,
C.E.O. is hereby designated as the principal and representative of Contractor authorized to act in its
behalf with respect to the services specified herein and make all decisions in connection therewith
("Contractor's Representative"). It is expressly understood that the experience, knowledge, capability
and reputation of the Contractor's Representative were a substantial inducement for City and RCFPD
to enter into this Agreement. Therefore, the Contractor's Representative shall be responsible during
the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally
supervise the services hereunder. Contractor may not change the Responsible Principal without the prior written
approval of City and RCFPD.
6. Contractor's Personnel.
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 3
Page 13
6.1 All Services shall be performed by Contractor or under Contractor's direct
supervision, and all personnel shall possess the qualifications, permits, and licenses required by State
and local law to perform such Services, including, without limitation, a City and RCFPD business
license as required by the City's Municipal Code.
6.2 Contractor shall be solely responsible for the satisfactory work performance of
all personnel engaged in performing the Services and compliance with the standard of care set forth
in Section 1.4.
6.3 Contractor shall be responsible for payment of all employees' and
subcontractors' wages and benefits and shall comply with all requirements pertaining to employer's
liability, workers' compensation, unemployment insurance, and Social Security. By its execution of
this Agreement, Contractor certifies that it is aware of the provisions of Section 3700 of the California
Labor Code that require every employer to be insured against liability for Worker's Compensation or
to undertake self-insurance in accordance with the provisions of that Code and agrees to comply with
such provisions before commencing the performance of the Services.
6.4 Contractor shall indemnify, defend and hold harmless City and RCFPD and its
elected officials, officers and employees, servants, designated volunteers, and agents serving as
independent contractors in the role of City and RCFPD officials, from any and all liability, damages,
claims, costs and expenses of any nature to the extent arising from Contractor's violations of personnel
practices and/or any violation of the California Labor Code. City and RCFPD shall have the right to
offset against the amount of any fees due to Contractor under this Agreement any amount due to City
and RCFPD from Contractor as a result of Contractor's failure to promptly pay to City and RCFPD
any reimbursement or indemnification arising under this Section 6.
7. Ownership of Work Product.
7.1 Ownership. All documents, ideas, concepts, electronic files, drawings,
photographs and any and all other writings, including drafts thereof, prepared, created or provided by
Contractor in the course of performing the Services, including any and all intellectual and proprietary
rights arising from the creation of the same (collectively, "Work Product"), are considered to be
"works made for hire" for the benefit of the City and RCFPD. 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 and RCFPD without restriction or limitation upon its use or dissemination by City
and RCFPD. Basic survey notes, sketches, charts, computations and similar data prepared or obtained
by Contractor under this Agreement shall, upon request, be made available to City and RCFPD. None
of the Work Product shall be the subject of any
common law or statutory copyright or copyright application by Contractor. In the event of the return
of any of the Work Product to Contractor or its representative, Contractor shall be responsible for its
safe return to City and RCFPD. Under no circumstances shall Contractor fail to deliver any draft or
final designs, plans, drawings, reports or specifications to City and RCFPD upon written demand by
City and RCFPD for their delivery, notwithstanding any disputes between Contractor and City and
RCFPD concerning payment, performance of the contract, or otherwise. This covenant shall survive
the termination of this Agreement. City and RCFPD's reuse of the Work Product for any purpose
other than the Project, shall be at City and RCFPD's sole risk.
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 4
Page 14
7.2. Assignment of Intellectual Property Interests: Upon execution of this Agreement
and to the extent not otherwise conveyed to City and RCFPD by Section 7. 1, above, the Contractor
shall be deemed to grant and assign to City and RCFPD, and shall require all of its subcontractors to
assign to City and RCFPD, all ownership rights, and all common law and statutory copyrights,
trademarks, and other intellectual and proprietary property rights relating to the Work Product and the
Project itself, and Contractor shall disclaim and retain no rights whatsoever as to any of the Work
Product, to the maximum extent permitted by law. City and RCFPD shall be entitled to utilize the
Work Product for any and all purposes, including but not limited to constructing, using, maintaining,
altering, adding to, restoring, rebuilding and publicizing the Project or any aspect of the Project.
7.3 Title to Intellectual PropertX. Contractor warrants and represents that it has
secured all necessary licenses, consents or approvals to use any instrumentality, thing or component
as to which any intellectual property right exists, including computer software, used in the rendering
of the Services and the production of the Work Product and/or materials produced under this
Agreement, and that City and RCFPD has full legal title to and the right to reproduce any of the Work
Product. Contractor shall defend, indemnify and hold City and RCFPD, and its elected officials,
officers, employees, servants, attorneys, designated volunteers, and agents serving as independent
contractors in the role of City and RCFPD officials, harmless from any loss, claim or liability in any
way related to a claim that City and RCFPD's use is violating federal, state or local laws, or any
contractual provisions, relating to trade names, licenses, franchises, patents or other means of
protecting intellectual property rights and/or interests in products or inventions. Contractor shall bear
all costs arising from the use of patented, copyrighted, trade secret or trademarked documents,
materials, software, equipment, devices or processes used or incorporated in the Services and materials
produced under this Agreement. In the event City and RCFPD's use of any of the Work Product is
held to constitute an infringement and any use thereof is enjoined, Contractor, at its expense, shall: (a)
secure for City and RCFPD the right to continue using the Work Product by suspension of any
injunction or by procuring a license or licenses for City and RCFPD; or (b) modify the Work Product
so that it becomes non -infringing. This covenant shall survive the termination of this Agreement.
8. Status as Independent Contractor. Contractor is, and shall at all times remain as to
City and RCFPD, a wholly independent contractor. Contractor shall have no power to incur any debt,
obligation, or liability on behalf of City and RCFPD or
otherwise act as an agent of City and RCFPD. Neither City and RCFPD nor any of its agents shall
have control over the conduct of Contractor or any of Contractor's employees, except as set forth in
this Agreement. Contractor shall not, at any time, or in any manner, represent that it or any of its
officers, agents or employees are in any manner employees of City and RCFPD. Contractor shall pay
all required taxes on amounts paid to Contractor under this Agreement, and to defend, indemnify and
hold City and RCFPD harmless from any and all taxes, assessments, penalties, and interest asserted
against City and RCFPD by reason of the independent contractor relationship created by this
Agreement. Contractor shall fully comply with the workers' compensation law regarding Contractor
and Contractor's employees
9. Confidentiality. Contractor may have access to financial, accounting, statistical, and
personnel data of individuals and City and RCFPD employees. Contractor covenants that all data,
documents, discussion, or other information developed or received by Contractor or provided for
performance of this Agreement are confidential and shall not be disclosed by Contractor without prior
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 5
Page 15
written authorization by City and RCFPD. City and RCFPD shall grant such authorization if
applicable law requires disclosure. All City and RCFPD data shall be returned to City and RCFPD
upon the termination of this Agreement. Contractor's covenant under this Section shall survive the
termination of this Agreement. This provision shall not apply to information in whatever form that is
in the public domain, nor shall it restrict the Contractor from giving notices required by law or
complying with an order to provide information or data when such an order is issued by a court,
administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law and
reasonably necessary for the Contractor to defend itself from any legal action or claim.
10. Conflict of Interest.
10.1 Contractor covenants that it presently has no interest and shall not acquire any
interest, direct or indirect, which may be affected by the Services, or which would conflict in any
manner with the performance of the Services. Contractor further covenants that, in performance of
this Agreement, no person having any such interest shall be employed by it. Furthermore, Contractor
shall avoid the appearance of having any interest, which would conflict in any manner with the
performance of the Services. Contractor shall not accept any employment or representation during the
term of this Agreement which is or may likely make Contractor "financially interested" (as provided
in California Government Code § § 1090 and 87 100) in any decision made by City and RCFPD on any
matter in connection with which Contractor has been retained.
10.2 Contractor further represents that it has not employed or retained any person or
entity, other than a bona fide employee working exclusively for Contractor, to solicit or obtain this
Agreement. Contractor has not paid or agreed to pay any person or entity, other than a bona fide
employee working exclusively for Contractor, any fee, commission, gift, percentage, or any other
consideration contingent upon the execution of this Agreement. Upon any breach or violation of this
warranty, City and RCFPD shall have the right, at its sole and absolute discretion, to terminate this
Agreement without
further liability, or to deduct from any sums payable to Contractor hereunder the full amount or
value of any such fee, commission, percentage or gift.
10.3 Contractor has no knowledge that any officer or employee of City and RCFPD
has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this
transaction or in the business of Contractor, and that if any such interest comes to the knowledge of
Contractor at any time during the term of this Agreement, Contractor shall immediately make a
complete, written disclosure of such interest to City and RCFPD, even if such interest would not be
deemed a prohibited "conflict of interest" under applicable laws as described in subsection 10.1.
11. Indemnification.
11.1 To the maximum extent permitted by law, the Contractor shall defend,
indemnify and hold the City and RCFPD, and its elected officials, officers, employees, servants,
volunteers, and agents serving as independent contractors in the role of City officials and RCFPD,
(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,
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 6
Page 16
employees, subcontractors, Contractors, or agents in the performance of this Agreement. Contractor
shall defend Indemnitees in any action or actions filed in connection with any such Claims with
counsel of City and RCFPD's choice, and shall pay all costs and expenses, including actual attorney's
fees and experts' costs incurred in connection with such defense. The indemnification obligation
herein shall not in any way be limited by the insurance obligations contained in this Agreement
provided, however, that the Contractor shall have no obligation to indemnify for Claims arising out
of the sole negligence or willful misconduct of any of the Indemnitees.
11.2 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that
they may possess against Contractor because of the acceptance by City and RCFPD, or the deposit
with City and RCFPD, of any insurance policy or certificate required pursuant to this Agreement.
11.3 Waiver of Right of Subro ag tion. 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 and RCFPD,
coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability coverage
(occurrence form CG 0001).
(2) Insurance Services Office form number CA 0001 (Ed. 1/87) covering
Automobile Liability, code 1 (any auto).
(3) Worker's Compensation insurance as required by the State of
California, and Employer's Liability Insurance.
12.3 Minimum Limits of Insurance. Contractor shall maintain limits no less than:
(1) Commercial General Liability: $2,000,000 per occurrence for bodily
injury, personal injury and property damage. Commercial General
Liability Insurance or other form with a general aggregate limit shall
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 7
Page 17
apply separately to this Agreement or the general limit shall be twice
the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily injury and
property damage.
(3) Employer's Liability: $1,000,000 per accident and in the aggregate for
bodily injury or disease and Workers' Compensation Insurance in the
amount required by law.
(4) The Insurance obligations under this Agreement shall be the greater of
(i) the Insurance coverages and limits carried by the Contractor; or (ii)
the minimum Insurance coverages and limits shown in this Agreement.
Any insurance proceeds in excess of the specified limits and coverage
required which are applicable to a given loss, shall be available to the
City and RCFPD. No representation is made that the minimum
Insurance requirements of this Agreement are sufficient to cover the
obligations of the Contractor under this agreement.
12.4 Deductibles and Self -Insured Retentions. Any deductibles or self- insured
retentions must be declared to and approved by the City and RCFPD and shall not
reduce the limits of coverage. City and RCFPD 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, RCFPD, its officers, officials, employees,
designated volunteers and agents serving as independent contractors in the role
of City and RCFPD officials, as additional insureds as respects: liability
arising out of activities performed by or on behalf of Contractor; products and
completed operations of Contractor; premises owned, occupied or used by
Contractor; and/or automobiles owned, leased, hired or borrowed by
Contractor. The coverage shall contain no limitations on the scope of
protection afforded to City, RCFPD, its officers, officials, employees,
designated volunteers or agents serving as independent contractors in the role
of City and RCFPD officials which are not also limitations applicable to the
named insured
(2) For any claims related to this Agreement, Contractor's insurance
coverage shall be primary insurance as respects City, RCFPD, its
officers, officials, employees, designated volunteers and agents serving
as independent contractors in the role of City and RCFPD officials. Any
insurance or self-insurance maintained by City, RCFPD, its officers,
officials, employees, designated volunteers or agents serving as
independent contractors in the role of City and RCFPD officials shall
be in excess of Contractor's insurance and shall not contribute with it.
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 8
Page 18
(3) Contractor's insurance shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the limits
of the insurer's liability.
(4) Contractor shall provide immediate written notice if (1) any of the
required insurance policies is terminated; (2) the limits of any of the
required polices are reduced; (3) or the deductible or self-insured
retention is increased. In the event of any cancellation or reduction in
coverage or limits of any insurance, Contractor shall forthwith obtain
and submit proof of substitute insurance. Should Contractor
fail to immediately procure other insurance, as specified, to substitute
for any canceled policy, the City and RCFPD may procure such
insurance at Contractor's sole cost and expense.
(5) Each insurance policy required by this clause shall expressly waive the
insurer's right of subrogation against City and RCFPD, its elected
officials, officers, employees, servants, attorneys, designated
volunteers, and agents serving as independent contractors in the role of
City and RCFPD officials.
(6) Each policy shall be issued by an insurance company approved in
writing by City and RCFPD, which is admitted and licensed to do
business in the State of California and which is rated A:VII or better
according to the most recent
A.M. Best Co. Rating Guide.
(7) Each policy shall specify that any failure to comply with reporting or
other provisions of the required policy, including breaches of warranty,
shall not affect the coverage required to be provided.
(8) Each policy shall specify that any and all costs of adjusting and/or
defending any claim against any insured, including court costs and
attorneys' fees, shall be paid in addition to and shall not deplete any
policy limits.
(9) Contractor shall provide any and all other insurance, endorsements, or
exclusions as required by the City and RCFPD in any request for
proposals applicable to this Agreement.
12.6 Evidence of coverage. Prior to commencing performance under this
Agreement, the Contractor shall furnish the City and RCFPD with certificates and original
endorsements, or copies of each required policy, effecting and evidencing the insurance coverage
required by this Agreement including (1) Additional Insured Endorsement(s), (2) Worker's
Compensation waiver of subrogation endorsement, and (3) General liability declarations or
endorsement page listing all policy endorsements. The endorsements shall be signed by a person
authorized by the insurer(s) to bind coverage on its behalf. All endorsements or policies shall be
received and approved by the City and RCFPD before Contractor commences performance. If
performance of this Agreement shall extend beyond one year, Contractor shall provide City and
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 9
Page 19
RCFPD with the required policies or endorsements evidencing renewal of the required policies of
insurance prior to the expiration of any required policies of insurance.
12.7 Contractor agrees to include in all contracts with all subcontractors performing
work pursuant to this Agreement, the same requirements and provisions of
this Agreement including the indemnity and insurance requirements to the extent they apply to the
scope of any such subcontractor's work. Contractor shall require its subcontractors to be bound to
Contractor and City and RCFPD in the same manner and to the same extent as Contractor is bound to
City and RCFPD pursuant to this Agreement, and to require each of its subcontractors to include these
same provisions in its contract with any sub -subcontractor.
13. Cooperation. In the event any claim or action is brought against City and RCFPD
relating to Contractor's performance or services rendered under this Agreement, Contractor shall
render any reasonable assistance and cooperation that City and RCFPD might require. City and
RCFPD shall compensate Contractor for any litigation support services in an amount to be agreed
upon by the parties.
14. Termination. City and RCFPD shall have the right to terminate this Agreement at any
time for any or no reason on not less than ten (10) days prior written notice to Contractor. In the event
City and RCFPD exercises its right to terminate this Agreement, City and RCFPD shall pay Contractor
for any services satisfactorily rendered prior to the effective date of the termination, provided
Contractor is not then in breach of this Agreement. Contractor shall have no other claim against City
and RCFPD by reason of such termination, including any claim for compensation. City and RCFPD
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 and RCFPD ten (10)
business days prior written notice for any of the following: (1) uncured breach by the City and
RCFPD of any material term of this Agreement, including but not limited to Payment Terms; (2)
material changes in the conditions under which this Agreement was entered into, coupled with the
failure of the parties to reach accord on the fees and charges for any Additional Services required
because of such changes.
15. Notices. Any notices, bills, invoices, or reports authorized or required by this
Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered by
hand or overnight courier service during Contractor's and City and RCFPD's regular business hours;
or (b) on the third business day following deposit in the United States mail, postage prepaid, to the
addresses set forth in this Section, or to such other addresses as the parties may, from time to time,
designate in writing pursuant to the provisions of this Section.
All notices shall be addressed as follows:
If to City and RCFPD: William Wittkopf
City of Rancho Cucamonga
Public Works Services Department
8794 Lion Street
Rancho Cucamonga, CA 91730
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 10
Page 20
If to Contractor: Diana Knifer, CEO
K -VAC Environmental Services, Inc.
8910 Rochester Ave.
Rancho Cucamonga, CA 91730
16. Non -Discrimination and Equal Employment Opportunity. In the performance of
this Agreement, Contractor shall not discriminate against any employee, subcontractor, or applicant
for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry,
age, physical or mental handicap, medical condition, or sexual orientation. Contractor will take
affirmative action to ensure that subcontractors and applicants are employed, and that employees are
treated during employment, without regard to their race, color, creed, religion, sex, marital status,
national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
17. Assignment and Subcontracting. Contractor shall not assign or transfer any interest
in this Agreement or subcontract the performance of any of Contractor's obligations hereunder without
City and RCFPD's prior written consent. Except as provided herein, any attempt by Contractor to so
assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void
and of no effect.
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
hqp://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Contractor shall make copies of the
prevailing rates of per diem wages for each craft, classification or type of worker needed to execute
the Services, available to interested parties upon request, and shall post copies at the Contractor's
principal place of business and at the Project site. Contractor shall defend, indemnify and hold the
City and RCFPD, 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 and RCFPD of
any payment to Contractor constitute or be construed as a waiver by City and RCFPD of any breach
of covenant, or any default which may then exist on the part of Contractor, and the making of any
such payment by City and RCFPD
shall in no way impair or prejudice any right or remedy available to City and RCFPD
with regard to such breach or default.
20. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal action or proceeding to enforce or interpret the provisions of this
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 11
Page 21
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 and RCFPD. This Agreement
supersedes all prior oral or written negotiations, representations or agreements. This
Agreement may not be amended, nor any provision or breach hereof waived, except in a
writing signed by the parties which expressly refers to this Agreement.
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 12
Page 22
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Contractor Name:
K -VAC Environmental Services, Inc.
By:
Name
Title
By:
Name
Date
Date
Title
(two signatures required if corporation)
PSA without professional liability insurance (contractor)
Last Revised: 10/02/13
City of Rancho Cucamonga
By:
Name Date
Title
Rancho Cucamonga Fire Protection District
By:
Name Date
Title
v enaor ininais
Page 13
Page 23
ATTACHMENTS
• Attachment A — Sample Additional Insured Endorsement, Ongoing Operations
• Attachment B — Sample Additional Insured Endorsement, Completed Operations
• Attachment C — Sample Waiver of Subrogation
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10102113
Page 14
Page 24
Attachment A — Sample Additional Insured Endorsement, Ongoing Operations
POLICY NUMBER:— COMMERCIAL GENERAL LIABILITY
CG 20 10 10 01
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization: The City of Rancho Cucamonga and the Rancho Cucamonga Fire
Protection District (RCFPD), Their Officers, Officials, Employees, designated Volunteers and agents
serving as independent contractors in the role of City or RCFPD Officials.
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
A. Section II —Who Is An Insured is amended to
(1) All work, including materials, parts or
include as an insured the person or organization
equipment furnished in connection with
shown in the Schedule, but only with respect to
such work, on the project (other than
liability arising out of your ongoing operations per-
service, maintenance or repairs) to be
formed for that insured.
performed by or on behalf of the addi-
B. With respect to the insurance afforded to these
tional insured(s) at the site of the cov-
additional insureds, the following exclusion is
ered operations has been completed,
added:
or
2. Exclusions
This insurance does not apply to ''bodily in-
jury" or''property damage" occurring after:
CG 20 10 10 01
(2) That portion of "your work" out of which
the injury or damage arises has been
put to its intended use by any person or
organization other than another con-
tractor or subcontractor engaged in
performing operations for a principal as
a part of the same project.
© ISO Properties, Inc., 2000
PSA without professional liability insurance (contractor)
Last Revised: 10/02113
Page 1 of 1 ❑
Venaor Initials
Page 15
Page 25
Attachment B — Sample Additional Insured Endorsement, Completed Operations
POLICY NUMBER:— COMMERCIAL GENERAL LIABILITY
CG 20 37 10 01
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization: The City of Rancho Cucamonga and the Rancho Cucamonga Fire
Protection District (RCFPD), Their Officers, Officials, Employees, designated Volunteers and agents
serving as independent contractors in the role of City or RCFPD Officials.
Attn: Public Works
10500 Civic Center Dr.
Rancho Cucamonga, CA 91730
Description of Completed Operations:
Additional Premium: Included
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of ''your work" at the location designated and described in the
schedule of this endorsement performed for that insured and included in the "products -completed operations ha-
zard".
CG 20 37 10 01 © ISO Properties, Inc., 2000 Page 1 of 1
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 16
Page 26
Attachment C — Sample Waiver of Subrogation
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
CG 24 04 10 93
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
City of Rancho Cucamonga and the Rancho Cucamonga Fire Protection District, and their elected
officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as
independent contractors in the role of City officials.
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV —
COM MERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following:
We waive any right of recovery we may have against the person or organization shown in the Schedule
above because of payments we make for injury or damage arising out of your ongoing operations or "your
work' done under a contract with that person or organization and included in the "products -completed operations
hazard". This waiver applies only to the person or organization shown in the Schedule above.
CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 ❑
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 17
Page 27
SCOPE OF WORK
Scope of Work Contents:
• Exhibit A — RFP 19/20-021
• Exhibit B — Contractor's proposal, dated November 20, 2019
• Exhibit C — Unit Costs
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 18
Page 28
RANCHO
CUCAMONGA
REQUEST FOR PROPOSAL ("RFP") #19/20-021
FOR
HAZARDOUS WASTE REMOVEL, REMEDIATION AND DISPOSAL SERVICES
ON AN AS NEEDED BASIS
City of Rancho Cucamonga
Procurement Division
10500 Civic Center Drive
Rancho Cucamonga, California 91730
Page 29
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
Table of Contents
1.
OVERVIEW....................................................................................................................................... 4
I.I.
GENERAL BACKGROUND.........................................................................................................................
4
1.2.
PROPOSAL DELIVERY AND SCHEDULE OF EVENTS..........................................................................................
4
1.3.
DISCREPANCIES OR OMISSIONS................................................................................................................
4
1.4.
CONTINGENCIES...................................................................................................................................
5
1.5.
QUESTIONS AND CLARIFICATIONS.............................................................................................................
5
1.6.
DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION ................................................
5
1.7.
BRAND NAMES....................................................................................................................................
6
1.8.
KNOWLEDGE OF REQUIREMENTS..............................................................................................................
6
1.9.
RESERVATION OF RIGHTS........................................................................................................................
6
1.10.
CALIFORNIA'S PUBLIC RECORDS ACT.........................................................................................................
7
2.
MINIMUM REQUIREMENTS.............................................................................................................7
2.1.
BUSINESS LICENSE.................................................................................................................................
7
2.2.
PREVAILING WAGES..............................................................................................................................
8
2.3.
REPRESENTATIVES.................................................................................................................................8
2.4.
EMPLOYEE CONDUCT.............................................................................................................................
9
3.
RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS...........................................................
9
3.1.
COVER LETTER / INTRODUCTION............................................................................................................
10
3.2.
TABLE OF CONTENTS...........................................................................................................................
10
3.3.
EXECUTIVE SUMMARY.........................................................................................................................
10
3.4.
EXPERIENCE.......................................................................................................................................
10
3.5.
THIRD-PARTY/SUBCONTRACTORS.........................................................................................................
10
3.6.
STAFF BIOGRAPHIES............................................................................................................................
11
3.7.
PROPOSAL RESPONSE..........................................................................................................................
11
3.8.
EXHIBITS A THROUGH H.......................................................................................................................
11
3.9.
NON -DISCLOSURE CONFLICT OF INTEREST................................................................................................
11
3.10.
PROFESSIONAL SERVICE AGREEMENT......................................................................................................
12
3.11.
ACKNOWLEDGEMENT OF INSURANCE.......................................................................................................
12
Page 2 of 31 Page 30
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
3.12. ADDENDUM ACKNOWLEDGEMENT..........................................................................................................
12
3.13. DEBARMENT AND SUSPENSION..............................................................................................................
12
3.14. PARTICIPATION CLAUSE........................................................................................................................
13
3.15. SIGNATURE OF AUTHORITY...................................................................................................................
13
1.1 COMPANY REFERENCES........................................................................................................................
13
1.2 LINE ITEM PRICING..............................................................................................................................
13
4. SCOPE OF SERVICES..................................................................................................................................13
4.1. PURPOSE........................................................................................................................................
13
4.2. SERVICES.......................................................................................................................................
14
4.3. SCHEDULED SERVICES...................................................................................................................
15
5. EVALUATION AND VENDOR SELECTION PROCESS....................................................................................
20
5.1. INITIAL SCREENING..............................................................................................................................
20
5.2. EVALUATION ACTIVITIES.......................................................................................................................
20
5.3. COST EVALUATION..............................................................................................................................
20
5.4. REFERENCE CHECKS.............................................................................................................................
20
5.5. DEMONSTRATIONS/ INTERVIEWS...........................................................................................................
21
5.6. FINANCIAL DOCUMENTATION................................................................................................................
21
5.7. BEST AND FINAL OFFER........................................................................................................................
22
5.8. VENDOR SELECTION............................................................................................................................
22
5.9. LETTER OF INTENT TO AWARD...............................................................................................................
22
"EXHIBIT A" CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT..........
23
"EXHIBIT B" PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY ................................................
24
"EXHIBIT C" ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED.........................................................................................
25
„EXHIBIT D" ADDENDUM ACKNOWLEDGEMENT............................................................................................26
"EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM................................................................27
„EXHIBIT F" PARTICIPATION CLAUSE...............................................................................................................28
„EXHIBIT G" SIGNATURE OF AUTHORITY........................................................................................................
29
„EXHIBIT H" REFERENCES WORKSHEET...........................................................................................................30
Page 3 of 31 Page 31
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
1. OVERVIEW
1.1. GENERAL BACKGROUND
The City of Rancho Cucamonga (hereinafter "City") and the Rancho Cucamonga Fire Protection District
(hereinafter "RCFPD") is inviting qualified Vendors (hereinafter "Vendor") to submit a proposal response for
Request for Proposals ("RFP") #19/20-021 for Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis 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's 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, this information is indicated in the bid system and provides the ability to tabulate the responses in
accordance to the named Vendors. 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 and RCFPD
shall not be responsible for any delays by transmission errors.
Schedule of Events
Event Description
Date & Time
Post RFP
October 30, 2019
Questions Due
November 18, 2019
Addendum Issued
November 21, 2019
RFP Response Due Date
November 27, 2019
(The City reserves the right to change schedule of events without prior notice or responsibility to Vendor.)
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 and RCFPD
bears no responsibility for oral instructions or representations. Addenda to this RFP shall be considered a part
of this RFP and shall become part of any final Contract that may be derived from this RFP.
Page 4 of 31 Page 32
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
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.
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.
If only one RFP response is received, the City and RCFPD reserves the right to reject the response and re -bid the
RFP.
Any scope of services, contingencies, special instruction and/or terms and conditions applicable to this RFP and
any purchase order derived thereafter shall be effective as of the issue date of a purchase order for the
requested work (the "Effective Date"), and shall remain in full force and effect until sixty (60) days after the City
and RCFPD 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 and RCFPD staff or officials regarding this procurement, other than during interviews, demonstrations,
and/or site visits, except at the direction of Ruth Cain, CPPB, 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 the RFP solicitation will become the property of the City and RCFPD and
will be returned only at the City and RCFPD's option and at the expense of the Vendor submitting the RFP
response. A copy of the RFP response will be retained for official files and become a public record. Any material
that a Vendor considers as confidential but does not meet the disclosure exemption requirements of the
California Public Records Act should not be included in the Vendor's RFP response as it may be made available
to the public regardless of a notation or markings of confidentiality or otherwise.
Page 5 of 31 Page 33
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
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. RFB responses offering equivalent items meeting the standards of quality
specified may be considered, unless other specified, providing the RFB 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/RCFPD reserves the right
to determine whether a substitute offer is equivalent to and meets the standards of quality indicated by the
brand name references, and the City/RCFPD 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 and RCFPD that any contract will be
entered by the City and RCFPD. The City and RCFPD expressly reserves the right at any time to:
• Waive or correct any defect or informality in any response, RFP, or RFP procedure.
• Reject any or all RFPs.
• Reissue a Request for RFPs.
• Prior to submission deadline for RFPs, modify all or any portion of the selection procedures, including
deadlines for accepting responses, the specifications or requirements for any materials, equipment
or services to be provided under this RFP, or the requirements for contents or format of the RFPs.
• The City and RCFPD recognizes that price is only one of several criteria to be used in judging a product
or service, and the City and RCFPD is not legally bound to accept the lowest RFP response.
Page 6 of 31 Page 34
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
• The City and RCFPD 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 and RCFPD 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 and RCFPD complies with the California Public Records Act, Government Code Section 6250 et seq,
Public records are open to inspection always during the office hours of the state or local agency and every person
has a right to inspect any public record, except as hereafter provided. Any reasonably segregable portion of a
record shall be available for inspection by any person requesting the record after deletion of the portions that
are exempted by law.
Neither an RFP in its entirety, nor proposed prices shall be considered confidential and proprietary.
Notwithstanding the foregoing, companies are hereby notified that all materials submitted in response to this
RFP are subject to California's Public Records Act. The City and RCFPD's receipt, review, evaluation or any other
act or omission concerning any such information shall not create an acceptance by the City and RCFPD or any
obligation or duty to prevent the disclosure of any such information except as required by Government Code
Section 6253. Companies who submit information they believe should be exempt from disclosure under the
Public Records Act shall clearly mark each document as confidential, proprietary or exempt, and state the legal
basis for the exemption with supporting citations to the California Code. Pursuant to California Law, if the
information is requested under the Public Records Act, the City and RCFPD shall make a final determination if
any exemption exists for the City and RCFPD to deny the request and prevent disclosure. The City and RCFPD
will withhold such information from public disclosure under the Public Records Act only if the City and RCFPD
determines, in its sole discretion, that there is a legal basis to do so.
2. MINIMUM REQUIREMENTS
2.1. BUSINESS LICENSE
A selected 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.
Page 7 of 31 Page 35
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
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.
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 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, 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 and RCFPD may take the following actions which shall include but not
be limited to; cancellation of any purchase order, procurement of the articles or service from other sources and
may deduct from unpaid balance due to the Vendor, or may bill for excess costs so paid, and the prices paid by
the City and RCFPD shall be considered the prevailing market prices paid at the time such purchase is made,
withholding of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries,
or Vendors for delivery, which do not meet specifications, will be for the account of the Vendor.
City and RCFPD Representative:
For the purposes of this Agreement, the contract administrator and City and RCFPD's representative shall be
Ernest Ruiz, or such other person as designated in writing by City and RCFPD ("City and RCFPD's
Representative"). It shall be the Vendor's responsibility to assure that City and RCFPD's Representative is kept
informed of the progress of the performance of the services, and the Vendor shall refer any decisions that must
Page 8 of 31 Page 36
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
be made by City and RCFPD to City and RCFPD Representative. Unless otherwise specified herein, any approval
of City and RCFPD required hereunder shall mean the approval of the City and RCFPD Representative.
Vendor Reoresentative:
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 and RCFPD 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 and
RCFPD's Representative.
2.4. EMPLOYEE CONDUCT
All Vendor personnel must observe all City and RCFPD regulations in effect at the location where the Services
are being conducted. While on City and RCFPD property, the Vendor's personnel shall be subject to oversight
by City and RCFPD staff. Under no circumstances shall the Vendor's or Vendor's sub -contractor personnel be
deemed as employees of the City and RCFPD. Vendor or Vendor's subcontractor personnel shall not represent
themselves to be employees of the City and RCFPD.
Vendor's personnel will always make their best efforts to be responsive, polite, and cooperative when
interacting with representatives of the City and RCFPD and City and RCFPD employees. The Vendor's personnel
shall be required to work in a pleasant and professional manner with City and RCFPD 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 and RCFPD or without the proper City and RCFPD
approval and the issuance of a Purchase Order.
3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS
Completion of this RFP form and its associated Exhibits are a requirement. To be considered responsive and
evaluate RFP responses fairly and completely 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 evaluation
process.
If only one RFP response is received, the City and RCFPD reserves the right to discard the response, re -bid or
proceed with an RFP review and negotiations.
Page 9 of 31 Page 37
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
RFP responses are due on the date and time indicated in the above schedule of events. Submittals shall be
submitted electronically via Planet Bids; no paper RFP responses will be accepted. RFP responses must include
the information required by this RFP.
3.1. COVER LETTER/ INTRODUCTION
RFP responses must include the complete name and address of Vendor and the name, mailing address, and
telephone number of the contact person regarding the RFP response. A signature by an authorized
representative must be included on each RFP response. Said signature will be considered confirmation of the
Vendors ability and willingness to comply with all provisions stated herein.
3.2. TABLE OF CONTENTS
The Table of Contents must be a comprehensive listing of the contents included in your RFP response. This
section must include a clear definition of the material, exhibits and supplemental information identified by
sequential page numbers and by section reference numbers. Each section of the RFP response will be separated
by a title page at the beginning of each section.
3.3. EXECUTIVE SUMMARY
The Executive Summary shall condense and highlight the contents of the Vendor's RFP response to provide the
Evaluation Committee with a broad understanding of the Vendor's approach, proposal, experience and staffing.
3.4. EXPERIENCE
The Vendor shall provide a concise statement demonstrating the Vendor's qualifications, experience, expertise
and capability to perform the requirements of this RFP. Provide a brief history of your company, including;
• The number of years in business,
• The firm's service commitment to customers,
• If the firm is involved in any pending litigation that may affect its ability to provide its
proposed solution or ongoing maintenance or support of its products and services.
• A statement as to whether your firm is an individual proprietorship, partnership, corporation,
or private nonprofit firm, and the date your company was formed or incorporated.
3.5. THIRD -PARTY/ SUBCONTRACTORS
If the Vendor intends to subcontract, a detailed list of any sub -contractors, partners, or third -party Vendors who
will be involved in the implementation of the proposed services including but not limited to:
• Description of the Vendor's experience with each of the proposed subcontractors,
Page 10 of 31 Page 38
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
• Three (3) customer references for each subcontractor to include references names, addresses, and
telephone numbers, for products and services like those described in this RFP,
• Describe the specific role of each.
3.6. STAFF BIOGRAPHIES
Submit the resumes of the individuals who will be performing the services for the City and RCFPD. Resumes shall
be formatted in the following order:
• Position with the Company,
• Length of time with the Company,
• Licenses, registrations and certifications as required by law to perform the Scope of Work described
herein,
• Educational background,
• Role in the Project,
• Experience with the minimum requirements stated herein,
• Work history on similar or like projects with the other municipalities.
3.7. PROPOSAL RESPONSE
Under this section Vendors shall provide a full, detailed response to the City and RCFPD'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. All required exhibits must be complete and signed
where required and submitted in the bid system under the Response Types, Exhibits A — H.
3.9. NON -DISCLOSURE CONFLICT OF INTEREST
Specify any possible conflicts of interest with your current clients or staff members and the City and RCFPD. A
signed "Exhibit A, Conflict of Interest and Non -Disclosure Agreement" included herein must be submitted
under this section.
Page 11 of 31 Page 39
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
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 and RCFPD, 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 and RCFPD agrees to either accept the objection or deviation or change the
PSA language in writing. Failure to raise any objections at the time of this RFP response submittal will result in
a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception
Summary shall be included under this section of the RFP response.
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", which must be
submitted with the Bid under the Insurance tab. 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.
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 included under
this section of the RFP response.
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 subcontractors are tax
delinquent with the State of California. The signed exhibit must be included under this section of the RFP
response.
Page 12 of 31 Page 40
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
3.14. PARTICIPATION CLAUSE
Vendors shall provide a completed "Exhibit F, Participation Clause", must be included with the Vendors RFP
response. 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 included with the Vendor RFP response. 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" section
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. Vendors pricing quotes outside of the
pricing listed in Planet Bids under the "Line Items" tab will not be accepted or considered for award. Any
additional cost required should be noted in the additional cost line item and a summary of the cost provided in
the notes section of the line item. While Line item pricing accompanies your RFP response it is not to be
discussed in any other area of the RFP response other than the "Line Item" tab in Planet Bids. The City and
RCFPD will not be obligated to any estimated pricing or pricing not identified in the "Line Item" tab in Planet
Bids. Failure to provide the required Line Item pricing in the required format will cause 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.
gM141912411111&1".0["1
4.1. PURPOSE
Page 13 of 31 Page 41
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
The City and RCFPD's goal are to partner with qualified, responsible firm to perform incidental hazardous
substances or hazardous waste removal; drum remediation and disposal; confined space entry and/or vacuum
tank services on City and RCFPD public rights -of- way and on other City and RCFPD maintained property, on an
as -needed or emergency basis (the Services). Proposals submitted in response to this RFP shall comply with the
minimum requirements of this RFP.
In addition, any changes to the following Services standards during the performance of the Services must be
approved by the City and RCFPD Representative prior to the Contractor's application of the changes. The
following specifications detail the City and RCFPD's minimum requirements for performance of this Contract.
For the purposes of this contract, the term "waste" shall mean all of the following: hazardous substances,
hazardous waste, biohazardous waste, medical solid waste, sharps waste, homeless encampments, and human
waste. A waste type will be specifically noted if additional requirements must be met for that waste type. The
word "hazardous waste" has been used to mean collectively all California Title 22, and California Health and
Safety Code regulatory definitions of "hazardous waste", "recyclable waste", and "universal waste".
4.2. SERVICES
The Services include the proper containment, transportation and disposal of all waste generated and collected
in performance of the incidental hazardous waste removal, including all wash water/waste water and all related
constituents, which are likely to include cleaning/disinfectant products and biohazardous materials on City and
RCFPD-owned property and rights of way. At the City and RCFPD's direction, Contractor shall also undertake
additional associated services that are necessary to successfully accomplish the Services, such as, but not limited
to, posting of no parking signs prior to performing the services, traffic control and barricading an area off to
protect the public while completing the services. The Services may occur Citywide or on any property owned or
maintained by the City and RCFPD.
During performance of the Services, Contractor shall not cause any non -storm water discharges to the City's
municipal separate storm sewer system (MS4). Contractor shall adhere to storm water best management
practices to the greatest extent possible. Any discharge to the MS4 shall be controlled, contained and captured.
Contractor is responsible for providing all labor, materials, supplies, equipment, permits, documentation,
containers, and transportation/disposal necessary to successfully perform the Services. Contractor shall obtain
the City and RCFPD's consent as to the type of disinfectant product that Contractor will use to perform the
Services. Any variations from the disinfection process and chemicals provided in the instructions in Attachment
Al must be pre -approved by the City and RCFPD prior to implementation. Upon completion of services
Contractor shall provide the City and RCFPD Representative with a job ticket to include labor, equipment and
materials used.
Page 14 of 31 Page 42
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
4.3. SCHEDULED SERVICES
Contractor shall perform any scheduled services during normal working hours between the hours of 7:00 a.m.
and 5:00 p.m., Monday through Friday, excluding recognized City and RCFPD. Services shall be scheduled with
the City and RCFPD Representative.
a. Non -Emergency, As -Needed Services ("Spot" Clean -Up)
Contractor shall perform any as -needed scheduled or unscheduled spot cleaning at the City and RCFPD's
direction between the hours of 7:00 a.m. to 5:00 p.m., unless the City and RCFPD requires as -needed Services
outside these hours. Contractor's initial responder for a non -emergency must be on site within two -hours of
initial contact and work with the City and RCFPD's Representative or designee, as to location and pertinent
circumstances involved at location. The Contractor's initial responder shall be responsible for providing an
estimated break -down of required staffing, equipment and completion time for the as needed work to be
completed.
Upon being notified by the City and RCFPD, Contractor is to dispatch unit to complete the needed work.
Contractor agrees to dispatch sufficient forces and equipment to furnish all labor, materials, equipment,
supplies, and vehicles to provide unscheduled or emergency services necessary to identify, disinfect, contain,
collect, clean up and remove all Wastes, and other materials, spilled, abandoned, or seized, including the
removal of all wash water used to clean contaminated surfaces. All such action shall be completed to the City
and RCFPD's satisfaction.
The Contractor will have staff on call during normal business hours to receive requests for services. Requests
for services may be requested outside of normal business hours depending on needs of the City and RCFPD.
These requests are not to be considered "emergency" requests if scheduled in advance.
b. Emergency, As -Needed Services ("Spot" Clean -Up)
Contractor shall perform any as -needed emergency spot cleaning at the City and RCFPD's direction 24 -hours, 7
days a week. Contractor's initial responder for an emergency must be on site within one-hour of initial contact
with the City and RCFPD's Representative or designee, as to location and pertinent circumstances involved at
location. The Contractor's initial responder shall be responsible for providing an estimated break -down of
required staffing, equipment and completion time for the as needed work to be completed.
Upon being notified by the City and RCFPD, Contractor is to dispatch unit to complete the needed work.
Contractor agrees to dispatch sufficient forces and equipment to furnish all labor, materials, equipment,
supplies, and vehicles to provide unscheduled or emergency services necessary to identify, disinfect, contain,
collect, clean up and remove all Wastes, and other materials, spilled, abandoned, or seized, including the
Page 15 of 31 Page 43
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
removal of all wash water used to clean contaminated surfaces. All such action shall be completed to the City
and RCFPD's satisfaction. The Contractor will have staff on-call afterhours to receive requests for services.
c. Labor
The fixed hourly rate shall be all-inclusive of all related costs that the Contractor will incur to provide non-
emergency and emergency as -needed services, including, but not limited to: employee wages and benefits;
clerical support; overhead; profit; licensing; insurance; materials; supplies; tools; equipment;
telecommunications; document copying; etc.
Man-hours paid under this contract shall be only for productive hours at the job site. Time spent for
transportation of workers, material acquisition, handling and delivery, or for movement of Contractor owned
or rental equipment is not chargeable directly but is overhead and the cost shall be included in the hourly rate.
The regular hourly rate for labor shall be paid for all hours worked during the City and RCFPD's regular working
hours from 7:00 a.m. to 5:00 p.m. The overtime labor rate shall be paid for work completed at times other than
regular working hours, including City and RCFPD holidays.
Contractor must have prior verbal and/or written approval to work outside normal business hours.
d. Specific Regulations Applicable to the Services
Contractor shall assume full responsibility for compliance with all applicable state, federal and local laws and
regulations, including but not limited to laws and regulations pertaining to Waste transport and Waste disposal.
All Waste transport and Waste disposal must be conducted in compliance with:
• 40 CFR Part 263 - Standards Applicable to Transporters of Hazardous Waste
• 49 CFR Subtitle B, Chapter I - Pipeline and Hazardous Materials Safety Administration, Department of
Transportation
• California Code of Regulations (CCR), Title 22, Division 4.5, Chapter 13 — Sections 66263.10 - 66263.50:
Standards Applicable to Transporters of Hazardous Waste
• California Health and Safety Code Division 20, Chapter 6.5, Article 6: Transportation
• California Health and Safety Code Division 20, Chapter 6.5, Article 6.5: Hazardous Waste Haulers
• California Health and Safety Code Sections 117600-118360. Medical Waste Management Act
e. Storage and Management of Hazardous Substances, Hazardous Wastes and Biohazardous Wastes
Contractor shall handle all Waste and specifically hazardous substances, hazardous wastes, biohazardous
wastes, or items, and equipment containing hazardous substances, or hazardous wastes in a manner that
minimizes the possibility of a release. Contractor shall store all hazardous substances, hazardous waste, and
biohazardous wastes that are collected under this Contract in a compliant, compatible, and closed container
Page 16 of 31 Page 44
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
with a legible completed label identifying the contents. Contractor shall utilize the most cost-effective container
sizes permitted in the regulations.
Contractor shall ensure that all Waste containers and their labels are properly completed and in compliance
with all applicable regulations, prior to transportation of the Waste containers to a Treatment, Storage and
Disposal Facility (TSDF). Contractor shall take possession of the containerized Waste including hazardous waste
and biohazardous waste, load the containerized Waste onto Contractor's vehicle(s), transport the Waste to an
approved, licensed TSDF, and properly dispose of the Waste.
f. Waste Packaging and Labeling
Contractor shall use containers to package hazardous waste that are compatible with the waste (in accordance
with Title 22, California Code of Regulations, Section 66265.172), maintained in good condition (in accordance
with Title 22, California Code of Regulations, Section 66265.171), and kept closed unless Contractor is in the
process of adding or removing waste (in accordance with Title 22, California Code of Regulations, Section
66265.173).
Contractor shall ensure that any packaging used to store or transport hazardous waste off-site, complies with
Title 49, Code of Federal Regulations, Parts 173, 178, and 179, and that the packaging is labeled and prepared
for transportation in accordance with Title 22, California Code of Regulations, Article 3. Contractor shall ensure
all biohazardous waste is packaged, stored, transported and disposed of in accordance with the California Health
and Safety Code Sections 117600-118360.
Contractor shall ensure a hazardous waste label is affixed to the packaging and filled out at the time when a
hazardous waste or substance is first placed in the packaging. The label at a minimum shall include the generator
information, contents of the container, physical state and hazardous properties of the waste, and the initial
accumulation date. If a specific project exceeds seven (7) calendar days in length, Contractor shall maintain an
inventory of hazardous waste containers that identifies each waste container and its accumulation start date.
Contractor shall use a numbering system to identify each hazardous waste container and shall mark each
container with a unique identification number.
Contractor shall perform additional pre -transportation labeling and marking prior to transporting hazardous
waste and biohazardous waste off-site, in accordance with Title 22, California Code of Regulations, Chapter 12,
Article 3 and Title 49, Code of Federal Regulations.
Page 17 of 31 Page 45
EN
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
Hazardous Waste Documentation
Contractor shall notify the City and RCFPD when hazardous waste or biohazardous waste has been generated.
The City and RCFPD shall review and approve of any hazardous waste profile created. The City and RCFPD shall
sign any disposal documentation prior to transporting from the generation location, unless the City and RCFPD
specifically authorizes the Contractor to sign the disposal documents on the City and RCFPD's behalf. This
authorization will be provided on a case by case basis. Contractor shall provide the City and RCFPD with a copy
of all transportation documents (i.e. hazardous waste manifest, land disposal restrictions) at the time when the
waste is removed from the site of generation.
Contractor shall submit to the California Department of Toxic Substance Control (DTSC) a legible copy of each
Hazardous Waste Manifest (HWM) generated for the Services under this Contract, within thirty (30) calendar
days of the date of Contractor's pick up of the hazardous waste referenced in the HWM.
h. Acceatable Transaorters and Disaosal Facilities
Contractor shall transport the hazardous waste and biohazardous waste serviced under this Contract only to a
California licensed Treatment, Storage, and Disposal Facility (TSDF).
Contractor shall only utilize transporters and interim and final disposal facilities that are in good regulatory
standing. All transporters, storage facilities, treatment facilities, incinerators, Class I landfills and all other
disposal facilities used to provide services under this Contract shall be properly licensed and in compliance with
all applicable local, state, and federal hazardous waste, laws, ordinances, codes and regulations at all times.
Contractor may only use a TSDF located outside of California with the prior written permission of the City and
RCFPD. All TSDFs that are located outside California must meet the same or higher regulatory standards for the
processing and disposal of hazardous waste and for environmental compliance as required by the State of
California.
A listing (name, address, phone number, EPA identification number) of all TSDFs to be used for this contract
shall be provided to the City and RCFPD, for approval, prior to disposing of any hazardous waste or biohazardous
waste.
i. Safety Requirements
All work performed under this Contract shall be performed in such a manner as to provide maximum safety to
the public and employees, and shall comply with all safety provisions and regulations, including CAL OSHA
requirements. Contractor shall have an injury/illness program as required by CAL OSHA, if applicable, and ensure
Page 18 of 31 Page 46
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
the proper labeling of containers. The City and RCFPD may stop project activities if unsafe or harmful acts in
connection with Contractor's services are observed or reported to the City and RCFPD. Contractor shall provide
Personal Protective Equipment (PPE) to Contractor's staff as necessary to safely perform the Services. PPE shall
be properly used at all times.
j. Training
Contractor's staff performing the Services shall have the requisite training, certifications, knowledge,
experience, skills, and abilities to properly perform the Services including, but not limited to, all those required
to properly and lawfully handle pesticides and load, store, transport, and dispose of hazardous wastes and
biohazardous wastes under this Contract. Contractor shall ensure that Contractor's staff performing the Services
are trained in the safe and proper handling of hazardous wastes and are capable of emergency response and
cleanup of hazardous waste spills in accordance with OSHA and California Code of Regulations Title 22
mandates.
Contractor shall ensure their staff is trained on safety requirements, including relating to Safety Data Sheets for
all chemicals used for this Contract, Blood Born Pathogen, Personal Protective Equipment, and Injury/Illness
Program as required by CAL OSHA, Title 8, Sections 3203, 1926.59, and 5193.
Upon the City and RCFPD's request, Contractor shall provide certification that cleaning personnel assigned to
the Contract have received this training. All training shall be provided at the sole expense of the Contractor.
k. Equipment, Vehicles and Materials
Contractor shall maintain, repair, replace, and otherwise ensure that all equipment, vehicles, supplies, and
materials necessary to timely perform the Services are stocked and maintained in operational order and ready
to serve the City and RCFPD when needed at no additional expense to the City and RCFPD.
I. Licenses and Registrations
Contractor shall possess and, upon the City and RCFPD's request, provide copies of all licenses, permits,
certifications, registrations, and other qualifications required by local, state, and federal law to collect,
transport, store and dispose of hazardous wastes and biohazardous waste; and shall notify the City and RCFPD
within seven (7) calendar days if any of these requirements are not met during the term of this Contract.
Contractor shall ensure their subcontractors are in conformance with these provisions.
Contractor's transport vehicles shall comply with all applicable local, state, and federal transporter
requirements including, but not limited to, the requirements of the California Department of Transportation
(D.O.T.), and the California Department of Toxic Substances Control (DTSC). Contractor shall ensure their
subcontractors are in conformance with these provisions.
Page 19 of 31 Page 47
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
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 one (1) 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:
rritPria
Criteria Description
Assigned
Percentage
Vendor Expertise
15%
Quality of proposed services or goods
15%
Extent to which the Vendors services or goods meet the City and
RCFPD's needs
15%
Cost
55%
5.3. COST EVALUATION
Cost Proposals are evaluated and scored based on the following calculations;
Score = Lowest Proposal Cost / Cost of Proposal being scored X Maximum Points Available (10)
The score is then added to the spreadsheet criteria scores.
5.4. REFERENCE CHECKS
If determined to be required reference checks are conducted by the Procurement Division and the requesting
department may or may not be present during the process. The reference checks may be conducted by phone
Page 20 of 31 Page 48
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
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 and RCFPD's budgeted amount or Not -to -Exceed amount for the project.
5.5. DEMONSTRATIONS/ INTERVIEWS
Upon completion of the RFP evaluations and data analysis, and only if necessary, selected top ranked 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 one (1) through
ten (10), ten being the highest possible score, based upon but not limited to the evaluation criteria factors as
stated within the RFP.
5.6. FINANCIAL DOCUMENTATION
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.
Page 21 of 31 Page 49
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
5.7. BEST AND FINAL OFFER
Upon completion of Vendor presentations, the City and RCFPD 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 and
RCFPD 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 and RCFPD's
requirements, offering the best value at the most competitive price. The City and RCFPD is not obligated to
award to the lowest price proposal.
The City and RCFPD may conduct negotiations with several Vendors simultaneously. The City and RCFPD may
also negotiate contract terms with the selected Vendors prior to award. The City and RCFPD, at its sole
discretion, reserves the right, unless otherwise stated, to accept or reject all or any RFP responses, or any part
thereof, either separately or to waive any informality and to split or make the award in any manner determined
to be in the best interest of the City and RCFPD.
5.9. LETTER OF INTENT TO AWARD
After a final 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 and
RCFPD may negotiate a contract with the next highest scoring Vendor or withdraw the RFP entirely.
Page 22 of 31 Page 50
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT A" CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT
It is the policy of the City and RCFPD to prevent personal or organizational conflict of interest, or the appearance
of such conflict of interest, in the award and administration of City and RCFPD Contracts, including, but not
limited to Contracts for Professional Services Agreements ("PSA") with potential Vendors.
I do not have specific knowledge of confidential information regarding RFP responses received in response to
the Request for Proposal ("RFP") #19/20-021 for Hazardous Waste Removal, Remediation and Disposal
Services On an As Needed Basis.
I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any
RFP response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not
limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any RFP
response, or removal of same from designated areas.
I, the undersigned, hereby certify that the following statements are true and correct and that I understand and
agree to be bound by commitments contained herein.
(Print Name)
(Relationship to the City and RCFPD)
(Relationship to the Vendors)
(Signature)
(Date)
Must be included in final RFP submittal.
Page 23 of 31 Page 51
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT B" PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY
Mark the appropriate choice, below:
•M
Vendors accepts the PSA without exception.
Vendors proposes exceptions to the PSA.
Summarize all exceptions on a separate document. Enclose a written summary of each change and title as
"Exception Summary", which shall include the Vendors' rationale for proposing each such exception. Each
exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the
submitted summary may deem the response as non-responsive.
Signature
Printed Name
Title
Date
Must be included in final RFP submittal.
Page 24 of 31 Page 52
I
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT C" ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED
the
(President, Secretary, Manager, Owner or Representative)
of , certify that the
(Name of Company, Corporation or Owner)
Specifications and General Provisions regarding insurance requirements as stated within the Professional
Services Agreement (PSA), for the Purchase Contract designated Request for Proposal ("RFP") #19/20-021 for
Hazardous Waste Removal, Remediation and Disposal Services On an As Needed Basis have been read and
understood and that our Vendors is able to provide and maintain the coverage as specified in the PSA. Failure
to Drovide said coverage, uaon reauest to finalize the PSA Drior to award shall be enough cause for immediate
disqualification of award. Failure to maintain said coverage shall result in termination of the contract.
Signature
Printed Name
Title
Date
Must be included in final RFP submittal.
Page 25 of 31 Page 53
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT D" ADDENDUM ACKNOWLEDGEMENT
The Vendors hereby acknowledges the following Addenda Number(s) to this RFP have been received, if any.
Vendors understands failure to acknowledge any addenda issued may cause the RFP response to be considered
non-responsive. It is the Vendors' responsibility to log into the Bid System to identify and download the number
of addenda that have been posted.
Signature
Printed Name
Title
Date
Must be included in final RFP submittal.
Page 26 of 31 Page 54
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither (Vendor) nor any of its proposed subcontractors are
not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in
accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986
Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Vendor nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Vendors or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state or federal government entity, or if Vendors or any of its subcontractors subsequently
become delinquent in California taxes, our Proposal will be disqualified.
Signature
Printed Name
Title
Date
Must be included in final RFP submittal.
Page 27 of 31 Page 55
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT F" PARTICIPATION CLAUSE
It is hereby understood that other government entities, such as cities, counties, and special/school districts may
utilize this RFP response at their option for equipment or services at the RFP response price for a period of
days. Said entities shall have the option to participate in any award made because of this solicitation.
Any such piggy -back awards will be made independently by each agency, and the City and RCFPD is not an agent,
partner or representative of these agencies and is not obligated or liable for any action of debts that may arise
out of such independently negotiated piggy -back procurement. Each public agency shall accept sole
responsibility of its own order placement and payments of the Vendors.
Successful Vendors will extend prices as proposed herein to other governmental agencies, please
specify.
Must be included in final RFP submittal.
Page 28 of 31 Page 56
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT G" SIGNATURE OF AUTHORITY
The undersigned firm declares that he has carefully examined the specifications and read the above terms and
conditions, and hereby proposes and agrees, if this RFP response is accepted, to furnish all material in
accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost
amounts set forth in the following RFP response.
THE VENDOR IN SUBMITTING THIS RFP RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO DO SO
MAY DEEM YOUR RFP RESPONSE AS NON-RESPONSIVE.
Company Name:
Address:
(Street, Su. # City, State, Zip)
Telephone #:
Fax #:
E-mail address:
Web Address:
Authorized Representative: (print)
Title:
Signature:
Date:
Must be included in final RFP submittal.
Page 29 of 31 Page 57
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT H" REFERENCES WORKSHEET
The following References Worksheet must be complete, please do not mark "See Attached". Provide a minimum
of four (4) clients that are similar in size to the City of Rancho Cucamonga that your company has conducted
comparable or like services. Preferred references should be government agencies and be a current customer
within the past three (3) years. Please verify accuracy of contact information.
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Reference 1
Reference 2
Page 30 of 31 Page 58
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Reference 3
Reference 4
Page 31 of 31 Page 59
t-1
O ceu:909-476-2308 ® info@kvacenv.com
® Fax: 909-476-2408 @ kvacenv com
O PO Box 1505 Rancho Cucamonga, CA 91729
ENVIRONMENTAL
S4UDGE?
November 20, 2019
Re: City of Rancho Cucamonga RFP #19/20-021— Hazardous Waste Removal, Remediation and Disposal
Services on an As Needed Basis
To Whom it May Concern;
K -VAC Environmental Services, Inc. (KVAC) is pleased to submit the attached proposal in response to The
City of Rancho Cucamonga's Request for Proposal (RFP) #19/20-021 for Hazardous Waste Removal,
Remediation and Disposal Services on an As Needed Basis. KVAC has reviewed the RFP and thoroughly
understands the content and needs required by the City of Rancho Cucamonga. Based on the four
evaluation criteria factors itemized in Section 5.2 of the RFP, KVAC will demonstrate that their
fundamental objectives and philosophy in hazardous waste management is similar to that of the City of
Rancho Cucamonga and thereby the overall best contractor to service the needs of the City.
1. Expertise.
KVAC Environmental Services, Inc. is a certified, women -owned, small business engaged in full
service environmental management of hazardous and non -hazardous waste. KVAC is
committed to providing the highest quality service to all our clients. Our technical expertise,
depth of resources, and financial strength provides responsive, high quality, compliant and
innovative services tailored to meet the various and unique needs required by the City of
Rancho Cucamonga. Our greatest asset is our ability to listen, comprehend, and respond to the
specific needs of our clients, applying our individual years of experience, teamwork and
commitment to service our clients with integrity and honesty, offering the highest quality
solutions possible. These attributes have resulted in steady growth, allowing KVAC to expand by
adding the most experienced personnel, new innovative equipment, and expand our fleet and
transportation services.
KVAC Environmental Services, Inc. is comprised of experienced, professional individuals who
have extensive regulatory knowledge, education, training and hands on field experience to
properly handle hazardous waste in a safe, compliant, efficient, and cost effective manner.
Among our professional staff are; two degreed chemists with over 40 cumulative years of
experience, transportation managers, customer service representatives, health and safety
professionals, project managers, hazardous waste drivers, and highly trained technicians.
KVAC Environmental Services, Inc. has been the contractor for the California Department of
Toxic Substances Control (DTSC)for the past three years and have just received the current
contract for an additional three years. The DTSC contract covers San Bernardino, Riverside, San
Diego and Imperial counties for the remediation of off-highway spills, illegal dumpings and the
remediation of clandestine drug labs.
Page 60
■
O w:909-476-2308 ® info@kvacenv.com
® Fax: 909-476-2408 ® kvacenv.com
p PO Box 1505 Rancho Cucamonga, CA 91729
9"St
1
In addition to DTSC, KVAC Environmental Services, Inc. has performed numerous emergency
response remediation activities for; Southern California Gas Company, Environmental Protection
Agency, California Department of Food and Agriculture, and the City of Rancho Cucamonga to
name a few.
Quality of Proposed Services.
KVAC takes great pride in the creative solutions they have developed when understanding the
needs and concerns of our clients. With an in-house fabrication shop, we have been able to
create and develop a variety of innovative solutions which ultimately reduce labor and excessive
equipment costs for our clients.
KVAC is constantly evaluating and adapting personnel and equipment to better service the
needs of our customers. For example, KVAC had a customer who needed an elevator shaft
which filled with water and oil pumped out and properly disposed. The pit was located in the
basement of a parking structure. The'previous contractor brought out a large vacuum truck and
used multiple links of hose blocking and obstructing the parking areas on multiple floors.
KVAC's fabrication shop created a self-contained, skid mounted, vacuum unit and holding tank
that fits on the back of a pick-up truck. Since it is compact, it clears the low overhead of a
parking garage, can drive right up to the pit, pump out the liquid and contain the liquid without
stopping or blocking the parking traffic within the structure. The job was completed in half the
time with less labor.
Another, unique piece of equipment developed by KVAC is a pressure wash unit that has no
over -spray and the liquid is pumped as you go so there are no pools of liquid or flooding when
pressure washing a parking lot, garage, walkway, etc.
3. Extent to which KVAC services meet the needs of the City.
KVAC Environmental Services, Inc. is fully committed to meet the hazardous waste removal,
remediation and disposal services required by the City of Rancho Cucamonga per RFP #19/20-
021. KVAC is not just a business located within the City of Rancho Cucamonga, but the owners
of KVAC have resided within the City for numerous years and are avid supporters of Rancho
Cucamonga Fire Department. KVAC has sponsored various training exercises with the local Fire
Department and other community organizations.
KVAC Environmental Services, Inc. maintains a fleet of eco -friendly, hazardous waste licensed
vehicles including; vacuum trucks, roil -off units and bins, vactors, dry vans, stake bed trucks,
and emergency response vehicles. KVAC Environmental Services, Inc. currently has over 90
highly trained, experienced personnel to handle a wide array of hazardous and non -hazardous
chemical incidents including; fuel spills, illegal dumpings, multi -chemical lab packs, confined
space entries, clandestine labs, homeless encampment clean-ups, industrial cleanings, and so
Page 61
■
ENVIRONMENTAL
much more.
O ceii:909-476-2308 ® mfo@kvacenv.com
® Fax:909-476-2408 O kvacenv com
p PO Box 1505 Rancho Cucamonga, CA 91729
KVAC Environmental Services, Inc. is fully committed to assist the City of Rancho Cucamonga
with any hazmat situation in a safe and compliant manner which protects our employees and
the community of Rancho Cucamonga.
4. Cost Reduction.
Through KVAC's experience, innovation, and resourcefulness, we have found numerous ways to
reduce costs for our clients without jeopardizing the regulatory aspects of handling hazardous
waste. We will not use unapproved or improperly rated containers to package waste to save a
few dollars which then puts our customers in non-compliance with the EPA or DOT. All waste
will be segregated, packaged, labeled, and transported to properly permitted disposal facilities.
By aligning with multiple reputable disposal facilities, KVAC is able to obtain the most cost
effective disposal options. We are not affiliated or committed to a single Treatment, Storage or
Disposal Facility (TSDF). If a disposal facility should raise or lower their prices, KVAC is
positioned to exercise the option of using an alternative site. This allows for the most
economical disposal options for the City of Rancho Cucamonga.
KVAC Environmental Services, Inc. appreciates the opportunity to submit the enclosed proposal. We
wish to thank you in advance for your review and consideration. Should you have any questions or
require additional information, please feel free to contact KVAC at;
Corporate Office (Physical Address):
K -VAC Environmental Services, Inc.
8910 Rochester Avenue
Rancho Cucamonga, CA 91730
Mailing Address:
K -VAC Environmental Services, Inc.
P.O. Box 1505
Rancho Cucamonga, CA 91729
Equipment Yard (Physical Address):
K -VAC Environmental Services, Inc.
8615 Pecan Avenue
Rancho Cucamonga, CA 92335
RFP Contact Person:
Rodney Townsend (909) 476-2308 office
(909) 815-3468 cell
Rodney.townsend(@kvacenv.com
Page 62
O ceii: 909-476-2308 ® info@kvacenv.com
® Fax 909-476-2408 @ kvacenv com
p PO Box 1505 Rancho Cucamonga, CA 91729
4 1
the cianat„re halnw k cnnfirmation of KVAC Environmental Services, Inf.'s ability and willingness to
:ed in RFP #19/20-021.
C.
Page 63
City of Rancho Cucamonga RFP#19/20-021
TABLE OF CONTENTS
page
i. COVER PAGE 1
ii. TABLE OF CONTENTS 5
SECTION 1— EXECUTIVE SUMMARY
1.1 KVACs Approach
7
1.2 KVACs Proposal
7
1.3 KVACs Experience
7
1.4 Staffing
8
SECTION 2 — EXPERIENCE
Exhibit D
2.1 Qualifications
10
2.2 Project References
10
2.3 Company History
13
SECTION 3 —SUBCONTRACTORS
17
SECTION 4 — STAFF BIOGRAPHIES
4.1 Resumes
19
SECTION 5 — PROPOSAL RESPONSE
5.1 Emergency Services
21
5.2 Emergency Contact Information
21
5.3 Employee Training
22
5.4 Containment and Counter Measures
24
5.5 Packaging and Marking
24
5.6 Stabilization and Removal
24
5.7 Disposal
24
5.8 Licenses/Certifications
24
Appendices:
Appendix A — RFB Exhibits
Exhibit A
Conflict of Interest and Non -Disclosure Agreement
Exhibit B
Professional Services Agreement
Exhibit C
Acknowledgement of Insurance Requirements and Certification of
Ability to Provide and Maintain Coverage Specified
Exhibit D
Addendum Acknowledgement
Exhibit E
Vendor Certification Form
Exhibit F
Participation Clause
Exhibit G
Signature of Authority
Exhibit H
Reference Worksheet
Page 64
City of Rancho Cucamonga RFP#19/20-021
Appendix B — Line Item Pricing
Appendix C — Permits and Licenses
Appendix D — Resumes of Key Personnel
Page 65
City of Rancho Cucamonga RFP#19/20-021
SECTION 1— EXECUTIVE SUMMARY
Page 66
City of Rancho Cucamonga RFP#19/20-021
SECTION 1— EXECUTIVE SUMMARY
Page 67
City of Rancho Cucamonga RFP#19/20-021
SECTION 2 — EXPERIENCE
Page 68
City of Rancho Cucamonga RFP#19/20-021
SECTION 2 — EXPERIENCE
2.1 Qualifications
KVAC is a California Corporation and a certified woman -owned small business.
KVAC Environmental Services, Inc. has been responding and remediating emergency
response incidents since its inception in 1997. Since that time, KVAC has continuously
added experienced personnel with a vast knowledge and experience in handling
hazardous and non -hazardous waste including emergency situations. KVAC has
responded to numerous incidents for DTSC, EPA, Cal Trans, ERTS, PSC Environmental,
United Parcel Service, City of Rancho Cucamonga, and other major companies and
municipalities. In addition, KVAC Environmental Services, Inc. is listed in a majority of
our client's CUPA Emergency Response/Contingency Plans as the primary emergency
response contractor.
2.2 Project References
KVAC Environmental Services, Inc. submits the following Project References as a
sampling of our emergency response experience and versatility
2.2.1 MTNA Group Orca Systems (IFCO Facility) —Nitric Acid Spill
Name of Client: MTNA Group Orca Systems
Contact: Richard Aguilar
Phone: (909) 484-4332
Date(s) of Project: 12-28-15
Project Cost: $11,895.00
Location of Spill: IFCO Facility
8950 Rochester Avenue, Suite 150
Rancho Cucamonga, CA 91730
Cause of spill: An employee at IFCO was transferring Nitric Acid from a 55 gallon drum
into a smaller container. Upon completing the transfer, the employee looped the hose
over the pump which was still inserted in the open bung of the drum. The employee left
the area. A siphon had been created by the hose and pump so the Nitric Acid continued
to flow and flooded the storage area. Orange fumes were generated when the Nitric
Acid came in contact with the metal storage racks. The building was evacuated, the Fire
Department, County Health Department, and K -VAC were contacted to respond.
Project summary: KVAC Environmental Services Inc. arrived on -scene within a half
hour of notification (5:30 PM). A Level A entry was made by KVAC, Fire Department,
and County Health Department. The pump was removed from the drum of Nitric Acid
and the drum was sealed. An assessment was completed and showed that the material
Page 69
City of Rancho Cucamonga RFP#19/20-021
had spread over an area of approximately 500 square feet underneath pallets and
shelving units. Air monitoring was conducted and indicated acid vapors within the
building.
KVAC response team entered in Level B and opened doors, opened sky lights, and set
up fans to dissipate vapors. An absorbent was used to absorb any free standing liquid,
swept up and placed into DOT approved drums. The seams in the concrete, and
saturated pallets were tested and had a pH of 1. The entire area was sprayed with a
caustic soda solution to neutralize remaining acid. The shelving and pallets were moved
to access the material beneath them. A final layer of absorbent was used to absorb the
free standing liquid, swept up, and placed into drums.
The Fire Department and County Health Department inspected the area, monitored the
air, and conducted pH tests throughout the impacted area. The area was deemed
clean and safe to re-enter. A total of 6 — 55 gallon drums of Corrosive Solids, n.o.s were
generated, labeled and left on site pending TSDF profile approval. End of job was 1:30
AM. Upon profile approval, the drums were removed and disposed at an appropriate
TSDF.
The total incident took 8.5 hours to complete. All work was completed by KVAC
personnel.
2.2.2 Alltech Associates, Inc. —Mercury Spill and Lab Clean-up
Name of Client: Alltech Associates, Inc.
Contact: Alissa Enrique
Phone: (760) 244-6107
Date(s) of Project: 9-11-14
Project Cost: $2515.00
Location of Spill: Alltech Associates, Inc.
17434 Mojave Street
Hesperia, CA 92345
Cause of spill: There was an accidental release of elemental mercury in a laboratory
sink. The impacted area and items of contamination included; sink area, employees
clothing, ventilation hood, floor in front of sink and hood, and other surrounding areas.
Project summary: K -VAC Environmental Services, Inc. arrived on -scene at 8:30 AM and
immediately met with Mr. Lorenzo Jackson of Alltech Associates, Inc. for an update of
the location and estimated quantity of mercury spilled. KVAC personnel calibrated the
mercury vapor analyzer, donned appropriate PPE, and began a site assessment. The
hallways and doorways leading to the affected laboratory were determined to be free of
contamination. The sink and ventilation hood and adjacent areas were found to be
Page 70
City of Rancho Cucamonga RFP#19/20-021
contaminated with mercury levels ranging from 0.06 — 0.25 mg/m3. All contaminated
clothing, floor mats, and miscellaneous debris were placed into 55 gallon, poly, open -
top drums. Elemental mercury was removed using a mercury vacuum unit. Upon
removal of mercury contaminated items, the laboratory thermostat was increased from
72 to 89 degrees to remove any unknown mercury vapors. At 1:15 PM the laboratory
was re-entered for final air monitoring and monitoring of the impacted areas. The
instrumentation readings and results were 0.0 mg/m3 .
The total incident took 9.5 hours to complete. A total of 2 — 55 gallon drums were
generated of mercury contaminated debris. All work was completed by KVAC
personnel.
2.2.3 California Department of Transportation (Cal Trans) — Diesel Spill
Name of Client: California Department of Transportation
Contact: Bill Kerr
Phone: (909) 227-2944
Date(s) of Project: 8-2-14
Project Cost: $11,785.00
Location of Spill: 1-40 Hwy, East Bound
Mile Marker 24.
Newberry Springs, CA
Cause of spill: A vehicle accident involving a tractor trailer which split the fuel tank and
created a large diesel spill. The fuel spread off the freeway and contaminated the soil
between the east and west bound lanes of the freeway.
Project summary: KVAC Environmental Services, Inc. received a call from Cal Trans to
respond to an overturned tractor and trailer that spilled diesel on the freeway and onto
adjacent soil. KVAC arrived on -scene, met with Cal Trans and assessed the spill and
clean-up action plan. A tow company removed the damaged tractor and trailer. KVAC
absorbed the free standing diesel. The impacted freeway was pressure washed and the
rinseate was collected using a mini guzzler vacuum unit. The contaminated soil was
removed using a Skidsteer Bobcat Unit and placed into a 20 cubic yard roll -off bin. The
soil was checked to verify all contaminated soil had been removed, then backfilled with
clean soil that KVAC had brought to the site in a second 20 cubic yard bin.
The total incident took 10.25 hours. A total of 8.63 tons of diesel contaminated soil was
generated and disposed. KVAC completed all work once the tow company removed
the wreckage.
Page 71
City of Rancho Cucamonga RFP#19/20-021
2.2.4 Alondra Chemical- Bellflower, CA
Name of Client: Environmental Protection Agency/CA Department of Toxic Substances
Control
Contact: Robert Wise/George Baker
Phone: (714) 655-0780
Date(s) of Project: 7-31-18 to 8-3-19
Project Cost: $31,532.74 Labor and Materials Only
Location of Incident: Alondra Chemical
9548 Alondra Blvd.
Bellflower, CA 90706
Cause of Incident:
Originally KVAC was contacted to inventory a few chemicals and prepare a cost to
package and dispose of the chemicals. Upon arrival KVAC identified a serious situation
involving thousands of chemicals which were improperly stored and potential
dangerous to the surrounding area. The City of Bellflower contacted DTSC and the EPA
to respond and evaluate the situation. The EPA and DTSC responded and took control
of the remediation project. It was decided that the two agencies would share the cost
of the cleanup. EPA would pay for the transportation and disposal and DTSC would pay
for the material and labor to properly segregate and package all chemicals. KVAC was
on-site and a DTSC contractor so they were tasked with the DTSC portion of the cleanup
efforts.
Project Summary:
KVAC segregated all chemicals by DOT hazard classes and by compatibility, properly
inventoried, and lab packed the chemicals into DOT approved drums. The drums were
then labeled as to the proper shipping name and the contents. The drums were then
staged on-site until the TSDF profile was approved for disposal. The EPA contractor
then picked up the pre-packaged drums and transported to the TSDF for disposal.
Upon completion of the project, a total of 126 containers were packaged (ranging from
5 gallon pails to cubic yard boxes). Over 500 unknowns were field tested to determine
their respective hazard class. A total of 1,742 chemicals were identified, inventoried
and packaged including; radioactives, water reactives, toxics, flammables, oxidizers,
corrosives, and cylinders.
2.3 Company History
KVAC Environmental Services, Inc. is a woman -owned, small business engaged
in full service environmental management of hazardous and non -hazardous
waste. Since its inception in 1997, KVAC has continued to grow and expand
their expertise by hiring leaders within the industry, purchasing various small
Page 72
City of Rancho Cucamonga RFP#19/20-021
companies, and training all employees above and beyond regulatory standards.
In 2013, KVAC hired a degreed chemist, Jeanne Delperdang (Resume in Section 4), who
currently has over 35 years of experience handling a variety of clandestine labs, Illegal
abandonments, spills, lab packs, and general industry's hazardous and non -hazardous
waste. KVAC also hired James Rankin (Resume in Section 4) who is a Project Manager
that specializes in emergency response, industrial cleaning, multi -faceted remediation
projects, and confined space work.
KVAC purchased JSE Environmental and Interstate Pumping in 2014, two small
companies that specialized in non -hazardous and non-RCRA pumping services.
KVAC opened a satellite office in Richmond, California in 2014 to service Northern
California.
KVAC opened a second satellite office in Santa Fe Springs, California in 2016. KVAC
hired Rodney Townsend as General Manager to oversee the operations and growth. Mr
Townsend was a Project Supervisor with 20+ years of field experience. Mr. Townsend
has recently been promoted to KVAC Corporate Sales Manager and now oversees the
sales and growth of all field offices.
KVAC has continuously increased its fleet of eco -friendly, hazardous and non -hazardous
waste equipment which includes; 5000 gallon tank trailers, roll -off units, rocket
launchers, vans, emergency response trailers, command centers, vactor unit, excavators
and various specialized trailers which includes; pressure washer units, jetters, vactron,s
and assorted other unique equipment.
FIELD OFFICES
KVAC Environmental Services, Inc. has two locations within Rancho Cucamonga, CA.
1) KVAC Environmental Services, Inc. - Corporate Office
8910 Rochester Ave.
Rancho Cucamonga, CA 91730
KVAC shares this property with K -Pure Waterworks, Inc. which is a non -hazardous
wastewater treatment facility. This office is an administrative office and consists of
Human Resources, Accounts Receivable, Accounts Payable, and Payroll
Departments.
2) KVAC Environmental Services, Inc. - Field Services
8615 Pecan Ave.
Rancho Cucamonga, CA 91739
Page
City of Rancho Cucamonga RFP#19/20-021
This property consists of two buildings; Mechanic Shop/Project Manager's Office and a
Dispatch/Operations office. There is a loading dock with various trailers that serve as KVAC's
load consolidation area. All waste is transported to licensed and permitted TSDFs within 10
days of being picked -up by KVAC.
Page 74
City of Rancho Cucamonga RFP#19/20-021
SECTION 3 — SUBCONTRACTORS
Pag
City of Rancho Cucamonga RFP#19/20-021
SECTION 3 —SUBCONTRACTORS
K -VAC Environmental Services, Inc. is fully capable to handle most waste encountered in
emergency response incidents within the City of Rancho Cucamonga without the use of sub-
contractors. K -VAC owns a fleet of licensed, hazardous waste vehicles, specialized trailers and
has experienced, qualified personnel to handle majority of situations and/or waste that may be
encountered as delineated within RFP #19/20-021.
Page 76
City of Rancho Cucamonga RFP#19/20-021
SECTION 4 - STAFF BIOGRAPHIES
F
Page 77
City of Rancho Cucamonga RFP#19/20-021 MONUMMOMMENNOW
SECTION 4—STAFF BIOGRAPHIES
4.1 Key Employees
4.1.1 Response Foreman
Required Experience Actual Experience Name
4 years of direct on -scene field experience: 11 years Taylor Blackwell
13 years James Rankin
6 years Albert Borboa
8 years Rodney Townsend
8 years Rudy Kleijne
30 years Jeanne Delperdang
4.1.2 Cleanup Technician Level II
Required Experience Actual Experience Name
2 years of normal cleanup activities: 8 years Jose Aguayo
8 years Joshua Eastman
3 years Richard Garcia Sr.
7 years Sergio Ortiz -Vera
3 years Griselle Medinilla
15 years James Guillen
4.1.3 Cleanup Technician Level I
Required Experience
Actual Experience
Name
6 months performing supervised tasks:
1 year
Joshua Brand
1 year
Austin Dale
1 year
Stewart Duardo
1.5 years
Richard Garcia Jr.
1 year
Jared Schaffer
1 year
Emilio Valdovinos
4.1.4 Chemist
Required Experience
Actual Experience
Name
Bachelor of Science or higher —Chemistry:
BS Chemistry (1980)
Jeanne Delperdang
3 years field experience:
30 years
4.2 Resumes
Resumes for the key personnel listed in Section 4.1 are attached in Appendix D of this Proposal.
Page 78
City of Rancho Cucamonga RFP#19/20-021
SECTION 5 — PROPOSAL RESPONSE
Page 79
City of Rancho Cucamonga RFP#19/20-021
SECTION 5 — PROPOSAL RESPONSE
5.1 Emergency Services
KVAC Environmental Services, Inc. has a dedicated fleet of fully stocked emergency
response trailers, highly trained response personnel and assorted specialty trailers ready
to respond to a wide array of emergency situations. KVAC has responded to a variety of
emergency response situations including; highway vehicle spills, tank overflows,
abandoned chemicals, warehouse spills, mercury spills, chemicals in sewers, illegal
dumping, abandoned research labs, and numerous other scenarios.
KVAC has 24 hour/7 days a week response. After hour calls are forwarded to an on-call
dispatch/project manager who has the authority to commit company resources and
personnel. This allows for the appropriate response team to be dispatched quicker
thereby arriving in a timely manner.
5.2 Emergency Contact Information
KVAC maintains a 24 hour per day, 7 days per week emergency response call,
center for all our customers. This allows our customers to talk with a "live
body" even after normal office hours. After hours, all phone calls are forwarded to on-
call project managers and dispatchers with the authority to make decisions, fully
understanding KVAC operations, immediately dispatching personnel, equipment, and
resources to perform routine, non -routine, emergency responses, or other complex
services required by the customer.
The emergency response call number is 909-476-2308.
On -Site Contingency Plan for Spills/Releases
Prior to the start of any project, KVAC Environmental Services, Inc. conducts tailgate
safety meetings. The tailgate safety meeting discusses the scope of work, the location
of eyewashes/safety showers, emergency procedures, evacuation routes and any other
pertinent information relating to the project.
KVAC Environmental Services, Inc. is an emergency response company. All field
personnel are trained to respond to emergency situations and prevent emergency
situations from occurring. KVAC responds to each job with enough equipment to
complete the project and with additional supplies should an incident occur.
In the event of an on-site spill or release of a hazardous material the following
procedures will be immediately implemented:
1) Evacuate immediate area.
2) Survey and assess existing and potential hazards.
3) If it can be done safely, stop source of leak or release.
Page 80
City of Rancho Cucamonga RFP#19/20-021
4) Dike, berm, and/or coverall drains.
5) Notify City of Rancho Cucamonga of the incident and available information.
6) Request additional personnel and/or equipment from KVAC dispatch (if necessary).
7) Prepare work plan for remediation of spilled or released material.
8) Conduct tailgate safety meeting to explain; the scope of work, appropriate PPE
required, individual job functions, chemical and physical hazards, emergency
procedures.
9) Complete work plan.
10) Create incident report.
In the event of a spill or release of a hazardous material during transport, the following procedures will
be immediately implemented:
1) The vehicle will pull to the side of the road.
2) The driver will immediately call KVAC dispatch.
3) If the source of the spill or release can be identified, the driver will stop the source
of the spill or release if it can be controlled safely. This may be upright a drum or
laying it on its side.
4) The driver carries a recovery drum spill kit on each vehicle. If the driver can safely
overpack the container he may do so. If not, the driver will secure the area and wait
for the KVAC response team to arrive.
5) While waiting for the response team, the drive will need to dike, berm and/or cover
any storm drains.
6) The KVAC response team will remediate the spill or release upon their arrival.
7) The response team will create an incident report and report to the applicable
regulatory agencies (if required).
5.3 Employee Training
KVAC Environmental Services, Inc. is firmly committed to the health and safety of all
employees. This is primarily accomplished by extensive training both in-house and
through the use of third party training consultants. KVAC engages in continuous training
that far exceeds the regulatory requirements. Employees are crossed trained in all
aspects of waste handling and management, emergency response procedures,
equipment use, shipping documents, disposal options, and a multitude of other related
topics.
All personnel are initially trained in the following,
1) Basic 40 hour HAZWOPER training
2) Hazard Communication and Global Harmonized Systems
3) Injury Illness Prevention Plan
4) CUPA Plan including emergency procedures, evacuation routes, etc.
5) Hazardous Materials Security Plan
Page 81
City of Rancho Cucamonga RFP#19/20-021
6) DOT/RCRA Training
7) CPR/First Aid
8) Alcohol and Drug Awareness
Project Managers are trained in the following;
1) HAZWOPER Supervisory training
2) Drug and Alcohol Reasonable Suspicion
3) Confined Space Entry Training
Technicians receive the following training;
1) Confined Space Entry Training
2) Forklift Operations
Specialized Crews receive additional training in the following;
1) Confined Space Rescue
2) HazCat Procedures
3) Lab Packing Procedures
4) Specialized Equipment Training (Jeffers, Vactors, Pressure Washers, etc.)
5) Bloodborne Pathogen Training
In addition, all field personnel receive additional OSHA training in the following;
1)
Asbestos Awareness
2)
Crane Safety
3)
Electrical Safety
4)
Fall Protection
5)
Fire Protection
6)
Hydrogen Sulfide Awareness
7)
Ladder Safety
8)
Lead Awareness
9)
Lockout/Tagout
10)
Mercury Monitoring
KVAC continuously monitors and evaluates the training offered and will routinely add
other industry related topics or training on new, specialized equipment. Training is
repeated per; regulatory requirements, when employee shows signs that a refresher
may be in order, or the equipment or regulations have been modified.
KVAC is committed to health and safety and has a policy to promote from within. Any
employee who has embraced and demonstrated the high safety standards of KVAC and
who has the desire to broaden their personal goals, will be considered for alternative
levels of responsibility based on their proficiency in the additionally require training
courses.
Page 82
City of Rancho Cucamonga RFP#19/20-021
5.4 Containment and Counter Measures
KVAC Environmental Services, Inc. will survey and assess existing and potential
hazards. Defensive actions to protect the public health and the environment and to
contain the material will be implemented. This may include, but shall not be limited
to:
1) Dike, berm, and/or cover all drains
2) Closing leaking containers or overpacking of damaged containers
3) Building dams, dikes, slurry trenches to contain the spread of material
4) Diverting water discharges
5) Absorbing free standing liquids
6) Establish work zones and minimize access
5.5 Packaging and Marking
KVAC Environmental Services, Inc. will provide all the necessary materials to properly
package the waste generated at hazardous or non -hazardous emergency response
incident. Waste will be segregated according to D.O.T. hazard classes and by
compatibility, packaged into D.O.T. approved containers, properly labeled and marked,
loaded onto an approved hazardous materials permitted vehicle, then transported to
appropriately licensed TSDF.
5.6 Stabilization and Removal
KVAC Environmental Services, Inc. will stabilize and remove all material designated by
the City of Rancho Cucamonga. All controlled substances will be rendered useless by
solidification using cement or other approved absorbents.
5.7 Disposal
KVAC Environmental Services, Inc. does not own a hazardous waste treatment, storage
or disposal facility. Therefore, KVAC is not restricted to use a corporate facility or
"sister" company. This allows KVAC to negotiate with the various credible TSDFs and
obtain the most favorable disposal options for the City. KVAC maintains positive
relationships with all the major TSDFs.
5.8 Permits and Licenses
See Appendix C for copies of K -VAC Environmental Services, Inc.'s Permits and Licenses.
Page 83
City of Rancho Cucamonga RFP#19/20-021
APPENDICES
Page 84
Taylor Blackwell
Operations Manager
Academic and Professional Degrees:
Hazardous Materials Technician/Specialist
Hazardous Materials First Responder Operational
State of California —Office of Emergency Services
FEMA Incident Command System
Emergency Management Institute
California Driver's License Class A, HAZ TWIC Card
Relevant Work Experience:
1) KNAC Environmental Services, Inc.
03-05-08 to present
Scope of Responsibilities:
Responsible for all aspects of hazardous materials and waste projects, including; lab
packs, emergency responses, confined space projects, demolitions, decontaminations,
contaminated soil remediation, and all other projects. This includes; utilization of
resources, timely and accurate communications, preparing bid estimates, work plans,
health and safety plans, project plans, documentation, cost tracking, and project closure.
Assist Health and Safety Department with employee training and development of
company health and safety policies.
2) Avalon Restoration
Technician/Driver 03/06 to 03/08
Scope of Responsibilities:
Assisted Project Manager with water and mold remediation. Performed on-site
treatment of mold, removal of damaged material, and transported waste to disposal
facility,
I
Pam
Jeanne Delperdang
Compliance/Chemist
Academic and Professional Degrees:
Bachelor of Science — Chemistry (1980) California State University Dominguez Hills
Masters of Business Administration (Interim) California Polytechnic State University
Work Experience:
1) KNAC Environmental Services, Inc. Health and Safety Manager
8-28-13 to present
Scope of Responsibilities:
Oversee all health and safety aspects of KNAC Environmental Services, Inc. and K -Pure
Waterworks. Coordinate and conduct all training requirements for all employees.
Maintain all regulatory requirements including permits, licenses, and reports. Review all
RCRA projects including shipping documents, confined space permits, tailgate safety
meetings, etc.. Manage lab pack projects which involve various hazardous chemicals.
Oversee emergency response projects involving Level A or Level B personal protection
equipment.
2) Ecology Control Industries/ Consolidated Waste Industries
Health and Safety Manager
1999-2013
Scope of Responsibilities:
Oversaw all health and safety aspects of Ecology Control Industries and Consolidated
Waste Industries. Coordinated and conducted all training requirements for all employees.
Maintained all regulatory requirements including permits, licenses, and reports. Oversaw
and supervised Customer Service Department, Emergency Response Department, and all
Project Managers. Prepared all RFP, IFB, and formal bid packages. Offered technical
interpretation of chemical analysis.
Managed lab pack projects which involve various hazardous chemicals. Oversaw
emergency response projects involving Level A or Level B personal protection equipment.
Program Manager, Chemist, and Response Foreman for DTSC Drug Lab
Contract.
3) Broco Environmental, Inc.
General Manager
1998-1999
Scope of Responsibilities:
Specifically hired by an out of state owner to reopen a TSDF, maintain a perfect
regulatory compliance status, and generate new business to maximize the sale price of
the facility.
Oversaw all operational, administrative, and compliance issues associated with daily
operation of a TSDF. Interfaced with all Regulatory Agencies. Provided a safe and secure
storage area for Department of Justice evidence and samples.
4) Hazpak, Inc.
President/C.E.O.
1991-1997
Scope of Responsibilities:
Oversaw all administrative and operational functions associated with a hazardous waste
transportation and service company including; obtaining all permits and insurance,
accounting, financial planning, equipment acquisition, hiring practices, scheduling,
project planning and coordination, customer service, sales and marketing, quality control,
and providing a safe work environment for all employees.
Managed lab pack projects which involve various hazardous chemicals. Oversaw
emergency response projects involving Level A or Level B personal protection equipment.
Program Manager, Chemist, and Response Foreman for DTSC Drug Lab
Contract.
5) Containerized Chemical Disposal, Inc.
Director of Technical Services
I, 1989-1991
Scope of Responsibilities:
Managed lab pack projects which involve various hazardous chemicals. Oversaw
emergency response projects involving Level A or Level B personal protection equipment.
Program Manager, Chemist, and Response Foreman for DTSC Drug Lab
Contract.
6) Disposal Control Services, Inc.
Chemist/Emergency Response Coordinator 1984-1989
Scope of Responsibilities:
Managed lab pack projects which involve various hazardous chemicals. Oversaw
emergency response projects involving Level A or Level B personal protection equipment.
Program Manager, Chemist, and Response Foreman for DTSC Drug Lab
Contract.
7) BKK Corporation
Chemist
1981-1984
Scope of Responsibilities:
Oversaw all incoming hazardous waste loads and verify contents and acceptance per
facility permit. Determine compatibility with other loads and ultimate disposition.
Oversaw all emergency response spill clean-ups within the facility and enroute to the
facility (Azusa Ave).
Page 87
Jose Aguayo
Clean-up Technician II
Academic and Professional Degrees:
California Driver's License — Class A
40 -Hour OSHA HAZWOPER w/Current 8 -Hour refresher course
24 -Hour Confined Space Rescue Training w/8 -Hour Refresher
8 -Hour HAZWOPER First Responder Operations
Compressed Gas Cylinder Training
Lab Packing Procedure Training
Regulatory Compliance Training
HM181 HazMat/RCRA Employee Training
Relevant Work Experience:
1) K -VAC Environmental Services, Inc.
Position: Receiving Dock/Hazardous Waste Manager
09/01/2005 to present
Percentage applicable to DTSC: 100%
Scope of Responsibilities:
Responsible for all aspects of hazardous materials and waste management in transit at the K -VAC
10 -day holding facility. Verifies that all incoming waste manifests and shipping documents are
correct and completed.
Successfully completed numerous confined space entries under level B and provided stand-by
rescue service. Assisted on a large number of Cal Trans emergency response spill clean-ups and
illegal waste dumping clean-ups. Completed hands-on lab packing training class in proper sorting
and packing procedures.
Assisted with emergency response clean-up to various So Cal Gas locations when "water in the
main" catastrophes happened in Atascadero, Arcadia, Claremont, Montclair, and Riverside.
Provided labor and assistant supervisor to project managers while onsite in Porter Ranch for So Cal
Gas leaking main emergency.
Assisted in building demolitions, chemical lab decontaminations, contaminated soil remediation,
and all other projects. This includes; working with dispatch to efficiently utilize resources, provided
timely and accurate communications, as well as prepared various waste manifests and bills of
lading.
Richard Garcia Jr.
Clean-up Technician I
Academic and Professional Degrees;
California Driver's License — Class C
40 -Hour OSHA HAZWOPER
24 -Hour Annual RCRA Training
Confined Space Entry Training
Emergency Response Training
Blood-borne Pathogens Training
Asbestos & Lead Awareness
Relevant Work Experience:
1) KNAC Environmental Services, Inc.
Position: Technician
10/22/2016 to present
Scope of Responsibilities:
Assist project managers and clean-up technicians in the remediation of hazardous materials and waste
projects, including; lab packs, emergency response, confined space projects, demolitions,
decontamination, contaminated soil removal, and all other projects. Maintain all emergency response
and confined space rescue equipment. Provide general maintenance and housekeeping of KNAC
facilities and transportation equipment.
Page 8�
Rodney Townsend
Response Foreman
Academic and Professional Degrees:
California Driver's License Class A, HAZ
TWIC Card
Relevant Work Experience:
1) K -VAC Environmental Services, Inc. Project Manager
7-12-15 to present
Percentage Applicable to DTSC: 75
Supervisor: Fred Knifer C.F.O.
Scope of Responsibilities:
Responsible for all aspects of hazardous materials and waste projects, including; lab
packs, emergency responses, confined space projects, demolitions,
decontaminations, contaminated soil remediation, and all other projects. This
includes; utilization of resources, timely and accurate communications, preparing
bid estimates, work plans, health and safety plans, project plans, documentation,
cost tracking, and project closure.
2) OC Vacuum, Inc. Project Manager
2-10 to 7-15
Percentage Applicable to DTSC: 75
Supervisor: Oscar Carrasco
Scope of Responsibilities:
Responsible for all aspects of hazardous materials and waste projects, including; lab
packs, emergency responses, confined space projects, demolitions,
decontaminations, contaminated soil remediation, and all other projects. This
includes; utilization of resources, timely and accurate communications, preparing
bid estimates, work plans, health and safety plans, project plans, documentation,
cost tracking, and project closure.
Page 90
Sergio Ortiz -Vera
Clean-up Technician 1
Academic and Professional Degrees:
California Driver's License Class A, HAZ
Relevant Work Experience:
1) KNAC Environmental Services, Inc. Technician/Driver
6-20-13 to present
Percentage Applicable to DTSC: 75
Supervisor: Chris Carrasco Dispatcher
Scope of Responsibilities:
Assist Project Manager and Clean-up Technicians in the remediation of hazardous
materials and waste projects, including; lab packs, emergency response, confined
space projects, demolitions, decontamination, contaminated soil removal, and all
other projects.
Provide general maintenance and housekeeping of KNAC facilities and equipment.
Transport hazardous and non -hazardous waste to permitted disposal facilities.
Page 91
Daniel Esparza
Clean-up Technician I
Academic and Professional Degrees:
California Driver's License — Class A
40 -Hour OSHA HAZWOPER
24 -Hour Annual RCRA Training
Confined Space Entry Training
Emergency Response Training
Blood-borne Pathogens Training
Asbestos & Lead Awareness
Relevant Work Experience:
1) KNAC Environmental Services, Inc.
Position: Technician
06/09/2016 to present
Scope of Responsibilities:
Assist project managers and clean-up technicians in the remediation of hazardous materials and waste
projects, including; lab packs, emergency response, confined space projects, demolitions,
decontamination, contaminated soil removal, and all other projects. Maintain all emergency response
and confined space rescue equipment. Provide general maintenance and housekeeping of KNAC
facilities and transportation equipment.
Page 92
Griselle Borboa
Clean-up Technician II
Academic and Professional Degrees:
California Driver's License — Class C
40 -Hour OSHA HAZWOPER
8 -Hour Annual OSHA HAZWOPER Refresher
24 -Hour Annual RCRA Training
Confined Space Entry Training
Lab Pack Training
Compressed gas cylinder Training
Regulatory Compliance
Relevant Work Experience:
1) K -VAC Environmental Services, Inc.
Position: Special Services Coordinator
09/2013 to present
Percentage applicable to DTSC: 50%
Scope of Responsibilities:
Responsible for coordinating special services personnel for response to all hazardous materials and
waste projects, demolitions, decontaminations, and other various projects. This includes; utilization of
resources, timely and accurate communications, preparing bid estimates, documentation, and project
closure. Assist Health and Safety department with employee training. Assist project managers and level
2 technicians with lab packs, confined space projects, contaminated soil removal, and various other Cal
Trans and So Cal Gas Company emergency response clean-up projects. Provide general maintenance and
housekeeping of K -VAC facilities.
2) Antimite Pest Control
Position: Dispatch
12/2011 to 09/2013
Scope of Responsibilities:
Responsible for scheduling the route of 10-12 pest control technicians. Calling customers to set up
service appointments. Worked directly with the branch manager to ensure all technicians have
completed their monthly route services in full. Prepared end of month completion and billing reports for
branch manager.
Page 93
Albert Borboa
Clean-up Technician 2
Academic and Professional Degrees:
California Driver's License Class B, HAZ
Union Pacific Railroad Orientation and Safety Training
Relevant Work Experience:
1) KNAC Environmental Services, Inc. Technician
1-7-14 to present
Percentage Applicable to DISC: 85
Supervisor: Chris Carrasco Dispatcher
Scope of Responsibilities:
Assist Project Manager in the remediation of hazardous materials and waste
projects, including; lab packs, emergency response, confined space projects,
demolitions, decontamination, contaminated soil removal, and all other projects.
Member of the Confined Space Rescue Team.
Maintain all emergency response and confined space rescue equipment.
Transport hazardous and non -hazardous waste to permitted disposal facilities.
Page 94
1
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT A" CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT
It is the policy of the City and RCFPD to prevent personal or organizational conflict of interest, or the appearance
of such conflict of interest, in the award and administration of City and RCFPD Contracts, including, but not
limited to Contracts for Professional Services Agreements ("PSA") with potential Vendors.
do not have specific knowledge of confidential information regarding RFP responses received in response to
the Request for Proposal ("RFP") #19/20-021 for Hazardous Waste Removal, Remediation and Disposal
Services On an As Needed Basis.
agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any
RFP response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not
limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any RFP
response, or removal of same from designated areas.
I, the undersigned, hereby certify that the following statements are true and correct and that I understand and
agree to be bound by commitments contained herein.
(Print Name)
(Relationship to the City and RCFPD)
(Relationship to the Vendors)
(Signature)
(Date)
Must be included in final RFP submittal.
Page 23 of 31
Page 95
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT B" PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY
Mark the appropriate choice, below:
Y_ Vendors accepts the PSA without exception.
OR
Vendors proposes exceptions to the PSA.
Summarize all exceptions on a separate document. Enclose a written summary of each change and title as
"Exception Summary", which shall include the Vendors' rationale for proposing each such exception. Each
exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the
submi d summary may deem the response as non-responsive.
1 j_c� &lg
Date
Must be included in final RFP submittal.
Page 24 of 31
Page 96
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous waste Removal, Remediation and Disposal Services
on an As Needed Basis
"EXHIBIT C" ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED
the l' C.J�'!
4wa, —
(Pre ident, Secretary, Manager, Owner or Representative)
(Name of Company, Corporation or Owner)
certify that the
Specifications and General Provisions regarding insurance requirements as stated within the Professional
Services Agreement (PSA), for the Purchase Contract designated Request for Proposal ("RFP") #19/20-021 for
Hazardous Waste Removal, Remediation and Disposal Services On an As Needed Basis have been read and
understood and that our Vendors is able to provide and maintain the coverage as specified in the PSA. Failure
to provide said coverage, upon request to finalize the PSA prior to award shall be enough cause for immediate
Failure to maintain said coverage shall result in termination of the contract.
-jtmature
u
Printed Namu
A59tv /
Title
1r026
Date r
Must be included in final RFP submittal.
Page 25 of 31
Page 97
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT D" ADDENDUM ACKNOWLEDGEMENT
The Vendors hereby acknowledges the following Addenda Number(s) to this RFP have been received, if any.
Vendors understands failure to acknowledge any addenda issued may cause the RFP response to be considered
non-responsive. It is the Vendors' responsibility to log into the Bid System to identify and download the number
of addenda that have been posted.
e
_)&L
Printed Na e
Title
I
Date
Must be included in final RFP submittal.
Page 26 of 31
Page 98
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither Vike &1e!/ 10Q (Vendor) nor any of its proposed subcontractors are
not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in
accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986
Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Vendor nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Vendors or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state or federal government entity, or if Vendors or any of its subcontractors subsequently
become delinquent in California taxes, our Proposal will be disqualified.
"4lw-d
Printed Na e
WE
VA"'11 21
l
fl a6-17
Date
Must be included in final RFP submittal.
Page 27 of 31
Page 99
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT F" PARTICIPATION CLAUSE
It is hereby understood that other government entities, such as cities, counties, and special/school districts may
utilize this RFP response at their option for equipment or services at the RFP response price for a period of
-R�' days. Said entities shall have the option to participate in any award made because of this solicitation.
Any such piggy -back awards will be made independently by each agency, and the City and RCFPD is not an agent,
partner or representative of these agencies and is not obligated or liable for any action of debts that may arise
out of such independently negotiated piggy -back procurement. Each public agency shall accept sole
responsibility of its own order placement and payments of the Vendors.
Successful Vendors will extend prices as proposed herein to other governmental agencies, please
specify.
YES x NO
Must be included in final RFP submittal.
Page 28 of 31
Page 100
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT G" SIGNATURE OF AUTHORITY
The undersigned firm declares that he has carefully examined the specifications and read the above terms and
conditions, and hereby proposes and agrees, if this RFP response is accepted, to furnish all material in
accordance with the specifications and instructions, in the time and manner therein prescribed forthe unit cost
amounts set forth in the following RFP response.
THE VENDOR IN SUBMITTING THIS RFP RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO DO SO
MAY DEEM YOUR RFP RESPONSE AS NON-RESPONSIVE.
Company Na (m,.e:
Address:
(5 eet, Su. # City, State, Zip)
�,D x �
"ho /�/�j� Cd't
ll��l�
/
Telephone M
p
(qj)q)
41 I 4, ~obi
lJ]
Fax
E-mail�iaddress:
Web Address:
I v�- t)
r I UGV! A�
y Ate,, ,, I'
W l_�[.V - KV' tee, r u , epM
.
Aut rized R
r senta� (print)
T e:
t�
Sig ti
Date:
1
Must be included in final RFP submittal.
Page 29 of 31
Page 101
AGREEMENT FOR PROFESSIONAL
SERVICES
THIS AGREEMENT is made and entered into this 26th day of
November, 2019, by and between the City of Rancho Cucamonga, a municipal
corporation ("City") and the Rancho Cucamonga Fire Protection District ("RCFPD")
and K -VAC Environmental Services, Inc, a CTYPE ("Contractor").
RECITALS
A. City and RCFPD has heretofore issued its request for proposals to perform the
following services: Hazardous Waste Removal, Remediation and Disposal Services (RFP 19/20-
021) ("the Project").
B. Contractor has submitted a proposal to perform the services described in Recital
"A', above, necessary to complete the Project.
C. City and RCFPD 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 and RCFPD hereby engages Contractor to perform all services described in
Recitals "A" and `B" above, including, but not limited to Hazardous Waste Removal, Remediation
and Disposal Services; all as more fully set forth in RFP 19/20-021, attached hereto as Exhibit A
Contractor's proposal, dated Nov 26, 2019, 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 and RCFPD, the
Contractor will promptly meet with City and RCFPD staff to discuss any revisions to the Project
desired by the City and RCFPD. Contractor agrees that the Scope of Work may be amended based
upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or
revisions to Contractor's compensation based thereon. A revision pursuant to this Section that does
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10102113
Page I
Page 102
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 "XX".
1.4 Standard of Care. As a material inducement to City and RCFPD to enter into
this Agreement, Contractor hereby represents that it has the experience necessary to undertake the
services to be provided. In light of such status and experience, Contractor hereby covenants that it
shall follow the customary professional standards in performing the Services.
1.5 Familiarity with Services. By executing this Agreement, Contractor represents
that, to the extent required by the standard of practice, Contractor
(a) has investigated and considered the scope of services to be performed, (b) has carefully
considered how the services should be performed, and (c) understands the facilities, difficulties and
restrictions attending performance of the services under this Agreement. Contractor represents that
Contractor, to the extent required by the standard of practice, has investigated any areas of work, as
applicable, and is reasonably acquainted with the conditions therein. Should Contractor discover any
latent or unknown conditions, which will materially affect the performance of services, Contractor
shall immediately inform City and RCFPD of such fact and shall not proceed except at Contractor's
risk until written instructions are received from the City and RCFPD Representative.
2. Term of Agreement. The term of this Agreement shall become effective as of the
date of the mutual execution by way of both party's signature (the "Effective Date") through June
30, 2021. No work shall be conducted; service or goods will not be provided until this Agreement
has been executed and requirements have been fulfilled.
Parties to this Agreement shall have the option to renew in one (1) year increments to a total of six
(6) additional years, unless sooner terminated as provided in Section 14 herein. Contractor may
request a Cost of living Increase in an amount not to exceed the increase in the March index of the
Consumer Price Index All Urban Consumers for the Riverside -San Bernardino -Ontario, California
area published by the U.S. Department of Labor, Bureau of Labor Statistics. Options to renew are
contingent upon the City Manager's approval, subject to pricing review, and in accordance to all
Terms and Conditions stated herein unless otherwise provided in writing by the City and RCFPD.
3. Compensation.
3.1 Compensation. City and RCFPD shall compensate Contractor as set forth in
Exhibit A, provided, however, that full, total and complete amount payable to Contractor shall not
exceed $XtXXX (XXXXX), including all out of pocket expenses, unless additional compensation
is approved by the City Manager or City Council. City and RCFPD shall not withhold any federal,
state or other taxes, or other deductions.
However, City and RCFPD shall withhold not more than ten percent (10%) of any invoice amount
pending receipt of any deliverables reflected in such invoice. Under no circumstance shall
Contractor be entitled to compensation for services not yet satisfactorily performed.
PSA without professional liability insurance (contractor)
Last Revised: 10102/13
-9T
Vendor Initials
Page 2
Page 103
The parties further agree that compensation may be adjusted in accordance with
Section 1.2 to reflect subsequent changes to the Scope of Services. City and RCFPD shall
compensate Contractor for any authorized extra services as set forth in Exhibit A.
4. Method of Payment.
4.1 Invoices. Contractor shall submit to City and RCFPD monthly invoices for
the Services performed pursuant to this Agreement. The invoices shall describe in detail the
Services rendered during the period and shall separately describe any authorized extra services. Any
invoice claiming compensation for extra services shall include appropriate documentation of prior
authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga,
California.
4.2 City and RCFPD shall review such invoices and notify Contractor in writing
within ten (10) business days of any disputed amounts.
4.3 City and RCFPD shall pay all undisputed portions of the invoice within thirty
(30) calendar days after receipt of the invoice up to the not -to -exceed amounts set forth in Section 3.
4.4 All records, invoices, time cards, cost control sheets and other records
maintained by Contractor relating to services hereunder shall be available for review and audit by
the City and RCFPD.
5. Representatives.
5.1 City and RCFPD Representative. For the purposes of this Agreement, the
contract administrator and City and RCFPD's representative shall be CITY/FIRE REP, or such other
person as designated in writing by the City and RCFPD ("City and RCFPD Representative"). It shall
be Contractor's responsibility to assure that the City and RCFPD Representative is kept informed of
the progress of the performance of the services, and Contractor shall refer any decisions that must be
made by City and RCFPD to the City and RCFPD Representative. Unless otherwise specified
herein, any approval of City and RCFPD required hereunder shall mean the approval of the City and
RCFPD Representative.
5.2 Contractor Representative. For the purposes of this Agreement,
Rodney Townsend is hereby designated as the principal and representative of Contractor
authorized to act in its behalf with respect to the services specified herein and make all decisions in
connection therewith ("Contractor's Representative"). It is expressly understood that the experience,
knowledge, capability and reputation of the Contractor's Representative were a substantial
inducement for City and RCFPD to enter into this Agreement. Therefore, the Contractor's
Representative shall be responsible during the term of this Agreement for directing all activities of
Contractor and devoting sufficient time to personally supervise the services hereunder. Contractor may not
change the Responsible Principal without the prior written approval of City and RCFPD.
6. Contractor's Personnel.
6.1 All Services shall be performed by Contractor or under Contractor's direct
PSA without professional liability insurance (contractor)
Last Revised: 10102/13
Vendor Initials
Page 3
Page 104
supervision, and all personnel shall possess the qualifications, permits, and licenses required by State
and local law to perform such Services, including, without limitation, a City and RCFPD business
license as required by the City's Municipal Code.
6.2 Contractor shall be solely responsible for the satisfactory work performance
of all personnel engaged in performing the Services and compliance with the standard of care set
forth in Section 1.4.
6.3 Contractor shall be responsible for payment of all employees' and
subcontractors' wages and benefits and shall comply with all requirements pertaining to employer's
liability, workers' compensation, unemployment insurance, and Social Security. By its execution of
this Agreement, Contractor certifies that it is aware of the provisions of Section 3700 of the
California Labor Code that require every employer to be insured against liability for Worker's
Compensation or to undertake self-insurance in accordance with the provisions of that Code and
agrees to comply with such provisions before commencing the performance of the Services.
6.4 Contractor shall indemnify, defend and hold harmless City and RCFPD and
its elected officials, officers and employees, servants, designated volunteers, and agents serving, as
independent contractors in the role of City and RCFPD officials, from any and all liability, damages,
claims, costs and expenses of any nature to the extent arising from Contractor's violations of
personnel practices and/or any violation of the California Labor Code. City and RCFPD shall have
the right to offset against the amount of any fees due to Contractor under this Agreement any
amount due to City and RCFPD from Contractor as a result of Contractor's failure to promptly pay
to City and RCFPD any reimbursement or indemnification arising under this Section 6.
7. Ownership of Work Product.
7.1 Ownership. All documents, ideas, concepts, electronic files, drawings,
photographs and any and all other writings, including drafts thereof, prepared, created or providdd
by Contractor in the course of performing the Services, including any and all intellectual and
proprietary rights arising from the creation of the same (collectively, "Work Product"), are
considered to be "works made for hire" for the benefit of the City and RCFPD. 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 and RCFPD without restriction or limitation upon its use or
dissemination by City and RCFPD. Basic survey notes, sketches, charts, computations and similar
data prepared or obtained by Contractor under this Agreement shall, upon request, be made available
to City and RCFPD. None of the Work Product shall be the subject of any
common law or statutory copyright or copyright application by Contractor. In the event of the return
of any of the Work Product to Contractor or its representative, Contractor shall be responsible for its
safe return to City and RCFPD. Under no circumstances shall Contractor fail to deliver any draft or
final designs, plans, drawings, reports or specifications to City and RCFPD upon written demand by
City and RCFPD for their delivery, notwithstanding any disputes between Contractor and City and
RCFPD concerning payment, performance of the contract, or otherwise. This covenant shall survive
the termination of this Agreement. City and RCFPD's reuse of the Work Product for any purpose
other than the Project, shall be at City and RCFPD's sole risk.
7.2. Assienment of Intellectual Property Interests Upon execution of this
PSA without ro essional liability insurance contractor
P � tY (contractor) Vendor Initials
Last Revised. 10/02/13
Page 4
Page 105
Agreement and to the extent not otherwise conveyed to City and RCFPD by Section 7.1, above, the
Contractor shall be deemed to grant and assign to City and RCFPD, and shall require all of its
subcontractors to assign to City and RCFPD, all ownership rights, and all common law and statutory
copyrights, trademarks, and other intellectual and proprietary property rights relating to* the Work
Product and the Project itself, and Contractor shall disclaim and retain no rights whatsoever as to
any of the Work Product, to the maximum extent permitted by law. City and RCFPD shall be
entitled to utilize the Work Product for any and all purposes, including but not limited to
constructing, using, maintaining, altering, adding to, restoring, rebuilding and publicizing the Project
or any aspect of the Project.
7.3 Title to Intellectual Property. Contractor warrants and represents that it has
secured all necessary licenses, consents or approvals to use any instrumentality, thing or component
as to which any intellectual property right exists, including computer software, used in the rendering
of the Services and the production of the Work Product and/or materials produced under this
Agreement, and that City and RCFPD has full legal title to and the right to reproduce any of the
Work Product. Contractor shall defend, indemnify and hold City and RCFPD, and its elected
officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as
independent contractors in the role of City and RCFPD officials, harmless from any loss, claim or
liability in any way related to a claim that City and RCFPD's use is violating federal, state or local
laws, or any contractual provisions, relating to trade names, licenses, franchises, patents or other
means of protecting intellectual property rights and/or interests in products or inventions. Contractor
shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked
documents, materials, software, equipment, devices or processes used or incorporated in the Services
and materials produced under this Agreement. In the event City and RCFPD's use of any of the
Work Product is held to constitute an infringement and any use thereof is enjoined, Contractor, at its
expense, shall: (a) secure for City and RCFPD the right to continue using the Work Product by
suspension of any injunction or by procuring a license or licenses for City and RCFPD; or 6)
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 and RCFPD, a wholly independent contractor. Contractor shall have no power to incur any
debt, obligation, or liability on behalf of City and RCFPD or
otherwise act as an agent of City and RCFPD. Neither City and RCFPD nor any of its agents shall
have control over the conduct of Contractor or any of Contractor's employees, except as set forth in
this Agreement. Contractor shall not, at any time, or in any manner, represent that it or any of its
officers, agents or employees are in any manner employees of City and RCFPD. Contractor shall
pay all required taxes on amounts paid to Contractor under this Agreement, and to defend,
indemnify and hold City and RCFPD harmless from any and all taxes, assessments, penalties, and
interest asserted against City and RCFPD by reason of the independent contractor relationship
created by this Agreement. Contractor shall fully comply with the workers' compensation law
regarding Contractor and Contractor's employees
9. Confidentiality. Contractor may have access to financial, accounting, statistical, and
personnel data of individuals and City and RCFPD employees. Contractor covenants that all data,
documents, discussion, or other information developed or received by Contractor or provided fbr
performance of this Agreement are confidential and shall not be disclosed by Contractor without
k
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10102113
Page S
Page 106
prior written authorization by City and RCFPD. City and RCFPD shall grant such authorization if
applicable law requires disclosure. All City and RCFPD data shall be returned to City and RCFPD
upon the termination of this Agreement. Contractor's covenant under this Section shall survive the
termination of this Agreement. This provision shall not apply to information in whatever form that is
in the public domain, nor shall it restrict the Contractor from giving notices required by law or
complying with an order to provide information or data when such an order is issued by a court,
administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law
and reasonably necessary for the Contractor to defend itself from any legal action or claim.
10. Conflict of Interest.
10.1 Contractor covenants that it presently has no interest and shall not acquire any
interest, direct or indirect, which may be affected by the Services, or which would conflict in any
manner with the performance of the Services. Contractor further covenants that, in performance of
this Agreement, no person having any such interest shall be employed by it. Furthermore,
Contractor shall avoid the appearance of having any interest, which would conflict in any mann6r
with the performance of the Services. Contractor shall not accept any employment or representation
during the term of this Agreement which is or may likely make Contractor "financially interested"
(as provided in California Government Code §§1090 and 87100) in any decision made by City and
RCFPD on any matter in connection with which Contractor has been retained.
10.2 Contractor further represents that it has not employed or retained any person
or entity, other than a bona fide employee working exclusively for Contractor, to solicit or obtain
this Agreement. Contractor has not paid or agreed to pay any person or entity, other than a bona fide
employee working exclusively for Contractor, any fee, commission, gift, percentage, or any other
consideration contingent upon the execution of this Agreement. Upon any breach or violation of this
warranty, City and RCFPD shall have the right, at its sole and absolute discretion, to terminate this
Agreement without
further liability, or to deduct from any sums payable to Contractor hereunder the full amount or
value of any such fee, commission, percentage or gift.
10.3 Contractor has no knowledge that any officer or employee of City and
RCFPD has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in
this transaction or in the business of Contractor, and that if any such interest comes to the
knowledge of Contractor at any time during the term of this Agreement, Contractor shall
immediately make a complete, written disclosure of such interest to City and RCFPD, even if such
interest would not be deemed a prohibited "conflict of interest" under applicable laws as described
in subsection 10.1.
11. Indemnification.
11.1 To the maximum extent permitted by law, the Contractor shall defend,
indemnify and hold the City and RCFPD, and its elected officials, officers, employees, servants,
volunteers, and agents serving as independent contractors in the role of City officials and RCFPb,
(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,
PSA tY insurance l�AT
without ro ssional liability contractor
P � i Vendor (nitlals
Last Revised. 10/02/13
Page 6
Page 107
pertain to, or relate to the acts, omissions, activities or operations of Contractor or any of its officers,
employees, subcontractors, Contractors, or agents in the performance of this Agreement. Contractor
shall defend Indemnitees in any action or actions filed in connection with any such Claims with
counsel of City and RCFPD's choice, and shall pay all costs and expenses, including actual
attorney's fees and experts' costs incurred in connection with such defense. The indemnification
obligation herein shall not in any way be limited by the insurance obligations contained in this
Agreement provided, however, that the Contractor shall have no obligation to indemnify for Claims
arising out of the sole negligence or willful misconduct of any of the Indemnitees.
11.2 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that
they may possess against Contractor because of the acceptance by City and RCFPD, or the deposit
with City and RCFPD, of any insurance policy or certificate required pursuant to this Agreement.
11.3 Waiver of Right of Subrogation. Except as otherwise expressly provided in
this Agreement, Contractor, on behalf of itself and all parties claiming under or through it, hereby
waives all rights of subrogation against the Indemnitees, while acting within the scope of their
duties, from all claims, losses and liabilities arising out of or incident to activities or operations
performed by or on behalf of the Contractor.
11.4 Survival. The provisions of this Section 11 shall survive the termination of
the Agreement and are in addition to any other rights or remedies which Indemnitees may have
under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover
under this indemnity provision, and an entry of judgment against Contractor shall be conclusive in
favor of the Indemnitee's right to recover under this indemnity provision.
12. Insurance.
12.1 Liability Insurance. Contractor shall procure and maintain in full force and
effect for the duration of this Agreement, insurance against claims for injuries to persons or
damages to property which may arise from or in connection with the performance of the services
hereunder by Contractor, and/or its agents, representatives, employees or subcontractors.
12.2 Minimum Scope of Insurance. Unless otherwise approved by City and
RCFPD, coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability coverage
(occurrence form CG 0001).
(2) Insurance Services Office form number CA 0001 (Ed. 1/87) covering
Automobile Liability, code I (any auto).
(3) Worker's Compensation insurance as required by the State of
California, and Employer's Liability Insurance.
12.3 Minimum Limits of Insurance. Contractor shall maintain limits no less than:
(1) Commercial General Liability: $2,000,000 per occurrence for bodily
injury, personal injury and property damage. Commercial General
PSA without professional liability insurance (contractor) vend!"r Initials
Last Revised: 10/02/13
Page 7
Page 10E
Liability Insurance or other form with a general aggregate limit shall
apply separately to this Agreement or the general limit shall be twice
the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily injury and
property damage.
(3) Employer's Liability: $1,000,000 per accident and in the aggregate for
bodily injury or disease and Workers' Compensation Insurance in the
amount required by law.
(4) The Insurance obligations under this Agreement shall be the greater of
(i) the Insurance coverages and limits carried by the Contractor; or (ii)
the minimum Insurance coverages and limits shown in this
Agreement. Any insurance proceeds in excess of the specified limits
and coverage required which are applicable to a given loss, shall be
available to the City and RCFPD. No representation is made that the
minimum Insurance requirements of this Agreement are sufficient to
cover the obligations of the Contractor under this agreement.
12.4 Deductibles and Self -Insured Retentions. Any deductibles or self- insured
retentions must be declared to and approved by the City and RCFPD and shall not
reduce the limits of coverage. City and RCFPD 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, RCFPD, its officers, officials, employees,
designated volunteers and agents serving as independent contractors in the
role of City and RCFPD officials, as additional insureds as respects: liability
arising out of activities performed by or on behalf of Contractor; products
and completed operations of Contractor; premises owned, occupied or used
by Contractor; and/or automobiles owned, leased, hired or borrowed by
Contractor. The coverap-e shall contain no limitations on the scone of
protection afforded to City, RCFPD, its officers officials employees
designated volunteers or agents serving as independent contractors in the role
of City and RCFPD officials which are not also limitations applicable to the
named insured.
(2) For any claims related to this Agreement, Contractor's insurance
coverage shall be primary insurance as respects City, RCFPD, its
officers, officials, employees, designated volunteers and agents
serving as independent contractors in the role of City and RCFPD
officials. Any insurance or self-insurance maintained by City, RCFPD,
its officers, officials, employees, designated volunteers or agents
serving as independent contractors in the role of City and RCFPD
officials shall be in excess of Contractor's insurance and shall not
) L -T
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised. 10/02/13
Page 8
Page 10�
contribute with it.
(3) Contractor's insurance shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the
limits of the insurer's liability.
(4) Contractor shall provide immediate written notice if (1) any of the
required insurance policies is terminated; (2) the limits of any of the
required polices are reduced; (3) or the deductible or self-insured
retention is increased. In the event of any cancellation or reduction in
coverage or limits of any insurance, Contractor shall forthwith obtain
and submit proof of substitute insurance. Should Contractor
fail to immediately procure other insurance, as specified, to substitute
for any canceled policy, the City and RCFPD may procure such
insurance at Contractor's sole cost and expense.
(S) Each insurance policy required by this clause shall expressly waive
the insurer's right of subrogation against City and RCFPD, its elected
officials, officers, employees, servants, attorneys, designated
volunteers, and agents serving as independent contractors in the role
of City and RCFPD officials.
(6) Each policy shall be issued by an insurance company approved
writing by City and RCFPD, which is admitted and licensed to TO
business in the State of California and which is rated ANN or better
according to the most recent
A.M. Best Co. Rating Guide.
(� 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.
(9) Each policy shall specify that any and all costs of adjusting and/or
defending any claim against any insured, including court costs and
attorneys' fees, shall be paid in addition to and shall not deplete any
policy limits.
(9) Contractor shall provide any and all other insurance, endorsements, or
exclusions as required by the City and RCFPD in any request for
proposals applicable to this Agreement.
12.6 Evidence of coverage. Prior to commencing performance under this
Agreement, the Contractor shall furnish the City and RCFPD with certificates and original
endorsements, or copies of each required policy, effecting and evidencing the insurance coverage
required by this Agreement including (1) Additional Insured Endorsement(s), (2) Workers
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
PSA without professional liability insurance (contractor)
Last Revised: 10/02113
Ic—
Vendor Initials
Page 9
Page 110
received and approved by the City and RCFPD before Contractor commences performance. If
performance of this Agreement shall extend beyond one year, Contractor shall provide City an�
RCFPD with the required policies or endorsements evidencing renewal of the required policies o
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 tb
Contractor and City and RCFPD in the same manner and to the same extent as Contractor is bound
to City and RCFPD pursuant to this Agreement, and to require each of its subcontractors to include
these same provisions in its contract with any sub -subcontractor.
13. Cooperation. In the event any claim or action is brought against City and RCFPD
relating to Contractor's performance or services rendered under this Agreement, Contractor shall
render any reasonable assistance and cooperation that City and RCFPD might require. City and
RCFPD shall compensate Contractor for any litigation support services in an amount to be agreed
upon by the parties.
14. Termination. City and RCFPD shall have the right to terminate this Agreement at
any time for any or no reason on not less than ten (10) days prior written notice to Contractor. In the
event City and RCFPD exercises its right to terminate this Agreement, City and RCFPD shall pay
Contractor for any services satisfactorily rendered prior to the effective date of the termination,
provided Contractor is not then in breach of this Agreement. Contractor shall have no other claim
against City and RCFPD by.reason of such termination, including any claim for compensation. City
and RCFPD 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 and RCFPD ten (10)
business days prior written notice for any of the following: (1) uncured breach by the City and
RCFPD of any material term of this Agreement, including but not limited to Payment Terms; (2)
material changes in the conditions under which this Agreement was entered into, coupled with the
failure of the parties to reach accord on the fees and charges for any Additional Services required
because of such changes.
15. Notices. Any notices, bills, invoices, or reports authorized or required by this
Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered
by hand or overnight courier service during Contractor's and City and RCFPD's regular business
hours; or (b) on the third business day following deposit in the United States mail, postage prepaid,
to the addresses set forth in this Section, or to such other addresses as the parties may, from time to
time, designate in writing pursuant to the provisions of this Section.
PSA without professional liability insurance (contractor) vendor buttals
Last Revised: 10/02/13
Page 10
Page 111
All notices shall be addressed as follows:
If to City and RCFPD: William Wittkopf
City of Rancho Cucamonga
Public Works Services Department
8794 Lion Street
Rancho Cucamonga, CA 91730
If to Contractor: Rodney Townsend
K -VAC Environmental Services, Inc.
PO Box 1505
Rancho Cucamonga, CA, 91729
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 and RCFPD's prior written consent. Except as provided herein, any attempt by
Contractor to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder
shall be null, void and of no effect.
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 beirig
performed as part of an applicable "public works" or "maintenance" project, as defined by the
Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully
comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can
be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Contractor shall make copies
of the prevailing rates of per diem wages for each craft, classification or type of worker needed to
execute the Services, available to interested parties upon request, and shall post copies at the
Contractor's principal place of business and at the Project site. Contractor shall defend, indemnify
and hold the City and RCFPD, 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 and RCFPD of
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 11
Page 112
any payment to Contractor constitute or be construed as a waiver by City and RCFPD of any breach
of covenant, or any default which may then exist on the part of Contractor, and the making of any
such payment by City and RCFPD
shall in no way impair or prejudice any right or remedy available to City and RCFPD
with regard to such breach or default.
20. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal action or proceeding to enforce or interpret the provisions of this
Agreement, the prevailing party in such action or proceeding shall be entitled to recover
its costs of suit, including reasonable attorney's fees and costs of experts.
21. Exhibits; Precedence. All documents referenced 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 and RCFPD. This Agreement
supersedes all prior oral or written negotiations, representations or agreements. This
Agreement may not be amended, nor any provision or breach hereof waived, except in a
writing signed by the parties which expressly refers to this Agreement.
PSA without professional liability Insurance (contractor) Vendor Initials
Inst Revised: 10/02/13
Page 12
Page 113
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Contractor Name: K -VAC Environmental
City of Rancho Cucamonga
W..'MON."�
Date Name
Title
Date
Rancho Cucamonga Fire Protection District
By: ���Da� S ou.►.M-�.�5 t t � �-l. � 1
Name Date By:
Name Date
Title Title
(two signatures required if corporation)
FF
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10102/13
Page 13
Page 114
EXHIBIT A
SCOPE OF SERVICES
PSA without professional liability insurance (contractor)
Last Revised: 10102113
PT
Vendor Initials
Page 14
Page 115
--
EXHIBIT B
SCHEDULE FOR PERFORMANCE
PSA without professional liability insurance (contractor)
Last Revised: /0/02113
Vendor Inldals
Page 15
Page 116
Attachment A — Sample Waiver of Subrogation
(Sample Only — Not all forms will look identical to this Sample)
TRAVELERS J'
POLICY NUMBER,
WORKERS COMPENSATION
AND
EMPLOYERS LIABILITY POLICY
ENDORSEMENT WC 00 03 13 (00)-01
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not
enlorce our right against the person or organization named in the Schedule.. (i his agrebment applies only to the
oxtent that you perform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or Indirectly to benefit any one not named in the Schedule.
SCHEDULE
DESIGNATED PERSON:
The City of Rancho Cucamonga, its officers, officials, employees, designated
volunteers and agent* serving as independent contractors in the role of City or
officials.
DESIGNATED ORGANiZATtON:
PSA without professional liability insurance (contractor) Vendor
Last Revised: 10102113
Page 16
Page 117
Attachment B — Sample Additional Insured for On-going Projects
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
CG 2010 07 04
,. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED — OWNERS, LESSEES OR
CONTRACTORS — SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional insured Person(s)
Or ntzation s :
Locations Of Covered Operations
The City of Rancho Cucamonga,
its officers, officials, employees,
designated volunteers and agents
serving as independent contractors
in the role of City or officials.
Information required to complete this Schedule, if not shown above will beshown In the Declarations.
A. Section it — Who Is An Insured is amended to
Include ascan additional Insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability (or 'bodily injury", "property
damage" or "personal and advertising Injury"
caused, In whole or In part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf,
In the performance of your ongoing operations for
the additional Insured(s) at the location(s) desig-
nated above.
CG 2010 07 04
S. With respect to the insurance afforded to these
additional Insureds, the following additional exclu-
sions apply:
This Insurance does not,apply to "bodily injury" or
"property damage" occurring after.
1. AU work, including materials, parts or equip-
ment furnished In connection with such work,
on the project (other thar service, maintenance
or repairs) to be performed by or on behalf of
the additional insured(&) pt the location of the
covered operations has been completed; or
2. That portion of "your work" out of which the
Injury or damage arises has been put to its in-
tended use by any person or organization other
than another contractor Or subcontractor en-
gaged In performing opeiations for a principal
as a part of the same project.
® ISO Properties, Inc., 2004
PSA without professional liability insurance (contractor)
Last Revised: 10/02/13
Page 1 of 1 ❑
Vendor Initials
Page 17
Page 118
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT H" REFERENCES WORKSHEET
The following References Worksheet must be complete, please do not mark "See Attached". Provide a minimum
of four (4) clients that are similar in size to the City of Rancho Cucamonga that your company has conducted
comparable or like services. Preferred references should be government agencies and be a current customer
within the past three (3) years. Please verify accuracy of contact information.
E
°References
Ft
Company Name
`
AVO
Contact Name and Title
yun
Company Address
0
Contact Telephone Number
2O
2A (D
Contact Email
RA �VO UY YV,
n a J
Description of Comparative Services and
Project Cost (please be specific)
�Y✓1��
�
YIe 0),-,x �Cl��
cyte )
9
• fee n oe 2
• i't4 Y"rl..:/
...E
Company Name
Contact -Name and Title
T*0
str�To
dY-
Company AddressP!
�� �✓h%J�
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
a v 1 tt
wl A(\k (� I ii1 -4t Wp* I R • �Mm
Page 30 of 31
)An
Page 119
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
MIR
yy'AJ,✓ �1
f"s -cJ,S Y �:ti "•. .� } �`.h'v 4Cf � n� ` Mei 4
Company Name
RCPT ���tc= u�� tPrty
Contact Name and Title
�cm emc a,ge �u �c-•t ��
Company Address
g�� FiL R.
4
Contact Telephone Number
_ _ (PS -7 ori.
Contact Email
�3s a+. ac.. ca'. e opv
Description of Corraparative Services and
Project Cost (please be specific)
�j
R CO -A-
Reefe►r en ce 4
Company Name
Irl,bA( r f ipj
Contact Name and Title
rAll Z�
Company Address�
tm � 1 Q„
ChzAb
Contact Telephone Number
Contact Email
Description of Comparative Services and
►, Q1ilM QCuWb
L4PI
Project Cost (please be specific)
> •
t
• I.
Page 31 of 31
Page 120 Irl
Hazardous Waste Removal Remediation and Disposal Services On An As Needed Basis (RFP #19/20-021)
Issued on 10/30/2019
Bid Due on November 27, 2019 9:00 AM (Pacific)
Exported on 11/27/2019
Company: K Vac Environmental Services
Item Num
Description
Unit of Measure
Unit Price
Non -Emergency As -Needed Services
1
Field Technician - Normal Hours (Monday - Friday, 7 am to 5 pm)
Hour
$95.00
2
Field Technician - Overtime
Hour
$110.00
3
Class A Driver - Normal Hours (Monday - Friday, 7 am to 5 pm)
Hour
$130.00
4
Class A Driver - Overtime
Hour
$145.00
5
Supervisor - Normal Hours (Monday - Friday, 7 am to 5 pm)
Hour
$155.00
6
Supervisor - Overtime
Hour
$170.00
Emergency As -Needed Services
7
Field Technician - Normal Hours (Monday - Friday, 7am to 5 pm)
Hour
$155.00
8
Field Technician - Overtime
Hour
$170.00
9
Class A Driver - Normal Hours (Monday - Friday, 7 am to 5 pm)
Hour
$145.00
10
Class A Driver - Overtime
Hour
$160.00
11
Supervisor - Normal Hours (Monday - Friday, 7am to 5 pm)
Hour
$215.00
12
Supervisor - Overtime
Hour
$230.00
Biohazardous Waste Disposal
13
Human (blood, fecal matter or urine in containers)
Pound
$0.50
14
Human (blood, fecal matter or urine in containers)
Pound
$0.50
15
Wash Water generated from providing the service
Gallon
$0.45
16
Wash Water generated from providing the service
5 Gallon
$2.50
17
Confined Space Entry
Hour
$450.00
18
Homeless Encampment debris removal
35 Gallon Drum
$90.00
19
Homeless Encampment debris removal
55 Gallon Drum
$180.00
Clarifier/Storm Drain Waste Pumping
20
Hazardous Waste (Vac truck and driver)
Hour
$240.00
21
Non -Hazardous Waste (Vac truck and driver)
Hour
$255.00
Drummed Waste Removal
22
Waste Oil
55 Gallon Drum
$160.00
23
Waste Oil Filters
55 Gallon Drum
$80.00
24
Antifreeze
55 Gallon Drum
$160.00
1of2
1/22/2020, 5:41 PM
Page 121
2of2
1/22/2020, 5:41 PM
Page 122
Hazardous Waste Disposal
25
Automotive Fluids (motor oil, transmission fluid, antifreeze/coolant)
Gallon
$3.00
26
Confined Space Entry
Hour
$470.00
27
Diesel and Gasoline
Gallon
$1.55
28
Flammable Liquids
Gallon
$96.00
29
Homeless Encampment debris removal
35 Gallon Drum
$75.00
30
Homeless Encampment debris removal
55 Gallon Drum
$150.00
31
Non -Hazardous Waste
Gallon
$0.45
32
Oil Based Paint
Gallon
$250.00
33
Water Based Paint
Gallon
$1.40
34
Sharps
Pound
$0.50
35
Toxic Liquid
Gallon
$12.00
36
Toxic Solid
Gallon
$15.00
Vehicle/Equipment
37
Supervisor Truck
Hour
$25.00
38
Stake Bed Truck
Hour
$35.00
39
Skid Mount Vacuum
Hour
$110.00
40
Trailer Mounted Hot Water Pressure Washer
Hour
$55.00
41
Vacuum Truck
Hour
$110.00
Other Charges
42
Shipping/Delivery
Lot
$250.00
43
E Manifest Charge
Lot
$30.00
2of2
1/22/2020, 5:41 PM
Page 122
DATE: February 12, 2020
TO: President and Members of the Board of Directors
FROM: John R. Gillison, City Manager
INITIATED BY: Robert Neiuber, Human Resources Director
SUBJECT: CONSIDERATION TO APPROVE A RESOLUTION MODIFYING PAYING AND
REPORTING THE VALUE OF EMPLOYER PAID MEMBER
CONTRIBUTIONS TO CALPERS FOR THE FIRE SUPPORT SERVICES
ASSOCIATION BARGAINING UNIT.
RECOMMENDATION:
Staff recommends that the Fire Board of the Rancho Cucamonga Fire Protection District adopt the
attached resolution modifying how the District pays and reports the value of employer paid member
contributions (EPMC) to CalPERS for the Fire Support Services Association (FSSA) bargaining unit
members.
BACKGROUND:
The Rancho Cucamonga Fire Protection District (the District) has an existing written labor agreement
which specifically provides for the normal CalPERS member pension contributions to be paid by the
employer (the District) and, in accordance with PELRA, reported as additional compensation. This
benefit has applied to all District bargaining groups.
The City Council previously approved a two-year Memorandum of Understanding (MOU) between the
District and FSSA effective July 1, 2019 through June 30, 2021. This MOU specifically modifies how the
District will pay and report the value of EPMC.
Although these modifications have been incorporated in the MOU, they must also be adopted by
Resolution in accordance with CalPERS regulations.
ANALYSIS:
The existing MOU provides for modifying how the District pays and reports the value of EPMC effective
the first full pay period in February 2020 as set forth below:
• The District will pay 3% of the CalPERS member contribution for employees hired prior to July 9,
2011, and employees will pay 5% of their PERSable compensation towards the CalPERS
member contribution.
• The District will pay 2% of the CalPERS member contribution for employees hired on or after July
9, 2011 through December 31, 2012 and Classic PERS members hired on or after January 1,
2013, and employees will pay 1% of their PERSable compensation towards the CalPERS
member contribution and move the existing 4% of their PERSable compensation towards the
Page 123
CaIPERS member contribution for a total of 5%.
Adoption of this resolution will reduce EPMC for FSSA employees. This is part of the District's effort,
working with employees, to effectively manage our pension costs over time.
Staff recommends that the City Council approve the attached resolution modify paying and reporting the
value of employer paid member contributions to CaIPERS for FSSA employees.
FISCAL IMPACT:
As the District reduces EPMC, the change will result in long-term cost savings for the District by
ultimately reducing both PERS contributions and PERS rates.
COUNCIL GOAL(S) ADDRESSED:
ENHANCING PREMIER COMMUNITY STATUS
The District is responsible for providing exceptional employee benefits to ensure that the Rancho
Cucamonga Fire District continues to be a premier employer for the community.
ATTACHMENTS:
Description
Resolution
Page 124
RESOLUTION NO. FD 20-
A RESOLUTION OF THE BOARD OF DIRECTORS OF THE
RANCHO CUCAMONGA FIRE PROTECTION DISTRICT, RANCHO
CUCAMONGA, CALIFORNIA, MODIFYING PAYING AND
REPORTING THE VALUE OF EMPLOYER PAID MEMBER
CONTRIBUTIONS TO CALPERS FOR THE FIRE SUPPORT
SERVICES ASSOCIATION (FSSA) BARGAINING UNIT.
WHEREAS, the Board of Directors of the Rancho Cucamonga Fire Protection District has
the authority to implement Government Code Section 20691; and
WHEREAS, the Board of Directors of the Rancho Cucamonga Fire Protection District has
written labor agreements which specifically provide for the normal member contributions to be
paid by the employer, and reported as additional compensation; and
WHEREAS, one of the steps in the procedure to modify Section 20691 is the adoption by
District of a resolution modifying paying and reporting the value of modified Employer Paid
Member Contributions (EPMC) for employees who meet the conditions set forth; and
WHEREAS, the Board of Directors of the Rancho Cucamonga Fire Protection District has
identified the following conditions for the purpose of its election to pay EPMC:
• This benefit shall apply to all miscellaneous employees within the Fire Support Services
Association bargaining unit.
• This benefit shall consist of paying 3% of the normal contributions as EPMC, and reporting
the same percent (value) of compensation earnable* (excluding Government Code
Section 20636(c)(4) as additional compensation for employees hired prior to July 9, 2011).
• This benefit shall consist of paying 2% of the normal contributions as EPMC, and reporting
the same percent (value) of compensation earnable* (excluding Government Code
Section 20636(c)(4) as additional compensation for employees hired on or after July 9,
2011 through December 31, 2012, and Classic PERS members hired on or after January
1, 2013).
• The effective date of this resolution shall be February 8, 2020.
* Note: Payment of EMPC and reporting the value of EPMC on compensation earnable is on pay
rate and special compensation except special compensation delineated in Government Code
Section 20636(c)(4) which is the monetary value of EPMC on compensation earnable.
Page 125
DATE: February 12, 2020
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Jason C. Welday, Director of Engineering Services/City Engineer
Trina Valdez, Management Analyst I
SUBJECT: CONSIDERATION OF AN APPROPRIATION IN THE AMOUNT OF $62,000
FROM THE MUNICIPAL UTILITY FUND (FUND 705) FOR THE PURCHASE
OF TWO TRANSFORMERS AND ONE PADMOUNTED SWITCHGEAR FROM
ANIXTER POWER SOLUTIONS.
RECOMMENDATION:
Staff recommends that the City Council approve an appropriation in the amount of $62,000 from the
Municipal Utility Fund (Fund 705) for the purchase of two spare transformers (1-500 KVA and 1-750
KVA) and one spare switchgear (PME-9) from Anixter Power Solutions.
BACKGROUND:
Transformers and switchgears are important and critical pieces of equipment that make up the Rancho
Cucamonga Municipal Utility's (RCMU) power distribution infrastructure. RCMU currently owns and
maintains over 150 Howard Industries transformers and over 40 pad mounted switchgears.
As RCMU's service area expands and additional equipment is placed in the field, having the
appropriate spare inventory available becomes paramount. Additionally, as the equipment begins to
age, there is more opportunity for it to fail or need to be replaced. RCMU is prepared to replace
the equipment whenever an unexpected failure might occur, which reduces the amount of time the
power needs to be out for RCMU customers.
ANALYSIS:
Based on RCMU's current spare inventory, staff determined one (1) 500 KVA transformer, one (1) 750
KVA transformer and one (1) pad mounted switchgear (PME-9) is needed. A quote was obtained from
Anixter Power Solutions which is the local Southern California distributor for Howard Industries products
which is one of the current standards for new RCMU transformers. Given the nature of this equipment
and the need to keep field equipment uniform, a sole source justification memo was submitted and
approved by the City Manager.
FISCAL IMPACT:
An appropriation in the amount of $62,000 from the Municipal Utility Fund (Fund 705) to Account No.
1705303-5603 (Capital Outlay -Equipment) is required to fully fund the purchase.
COUNCIL GOAL(S) ADDRESSED:
Page 126
The proposed purchase addresses the City Council's goal of mid and long-range planning by having
reliable back-up equipment available to maintain dependable electric service to RCMU customers.
Page 127
DATE: February 12, 2020
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Jason C. Welday, Director of Engineering Services/City Engineer
Trina Valdez, Management Analyst I
SUBJECT: CONSIDERATION OF AN APPROPRIATION IN THE AMOUNT OF $16,800
FROM THE MUNICIPAL UTILITY FUND (FUND 705) FOR THE CIS
INFINITY PAYMENT PORTAL SERVER MIGRATION.
RECOMMENDATION:
Staff recommends that the City Council approve an appropriation in the amount of $16,800 from the
Municipal Utility Fund (Fund 705) for the CIS Infinity Payment Portal Server Migration project.
BACKGROUND:
CIS Infinity, a software product of Advanced Utility Systems, provides the City's municipal utility billing
software which is used to manage daily operations for the Rancho Cucamonga Municipal Utility
(RCMU). RCMU also utilizes CIS Infinity Link to provide an online payment and billing portal to its utility
customers. The online software is currently being upgraded to a new version that includes additional
security layers, enhancements and a responsive web design.
ANALYSIS:
During the upgrade process, staff determined that the CIS Infinity Link application servers needed to be
updated from 2008 to 2016 servers. Assistance is needed from Advanced Utility Systems to migrate
the web server to the new 2016 server, point the connection to the new application and SQL database,
configuration of the connection string in multiple locations and setting up the weblink. A statement of
work was provided by Advanced Utility Systems.
FISCAL IMPACT:
An appropriation in the amount of $16,800 from the Municipal Utility Fund (Fund 705) to Account No.
1705303-5152 (Computer Software) is required to fully fund the requested work.
COUNCIL GOAL(S) ADDRESSED:
The proposed upgrade supports City Council's goal of mid and long-range planning by providing an
improved and better supported online software platform for RCMU customers.
Page 128
DATE: February 12, 2020
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Jason C. Welday, Director of Engineering Services/City Engineer
Trina Valdez, Management Analyst I
SUBJECT: CONSIDERATION OF AMENDMENT NO. 01 TO THE AGREEMENT WITH
PACIFIC UTILITY INSTALLATION, INC. (CO#19-085) IN AN ADDITIONAL
AMOUNT OF $989,237 PLUS A 5% CONTINGENCY FOR THE HAVEN
AVENUE CABLE BRING UP AND MAYTEN BUSINESS PARK/HAMPTON
INN PROJECTS AND AUTHORIZE AN APPROPRIATION IN THE AMOUNT
OF $1,038,700 FROM THE MUNICIPAL UTILITY FUND (FUND 705).
RECOMMENDATION:
Staff recommends that the City Council:
1. Award and authorize the execution of an amendment in the amount of $989,237, to the lowest
responsive bidder, Pacific Utility Installation, Inc.;
2. Authorize the expenditure of a 5% contingency in the amount of $49,461; and
3. Authorize an appropriation in the amount of $840,985 to Account 1705303-5650/2028705-0
(Capital Projects/Line Extension -Haven Bring Up) from the Municipal Utility Fund (Fund 705) and
$197,715 to Account 1705303-5650/2027705-0 (Capital Projects/Cabling-Mayten Business
Park/Hampton Inn) from the Municipal Utility Fund (Fund 705).
BACKGROUND:
RCMU is preparing to serve five new developments:
1. A warehouse located at the northeast corner of Sixth Street and Center Avenue;
2. A warehouse located at the northeast corner of Seventh Street and Center Avenue;
3. A warehouse located on Eighth Street, west of Haven Avenue;
4. 6 separate warehouse units located on Mayten Avenue, south of Foothill Boulevard; and
5. A hotel located on Foothill Boulevard, east of Mayten Avenue.
In order to serve these developments, new substructure and cabling infrastructure, including cables,
connection and transformers needs to be completed. The cabling improvements will be paid for by the
developers of each project.
ANALYSIS:
A request for proposals for each site was prepared and sent out to three (3) pre -qualified vendors on
December 20 and 23, 2019. On January 13, 2020, three (3) proposals were received for the projects.
Page 129
Staff reviewed the proposals and finds Pacific Utility Installation, Inc. as the lowest responsive bidder for
the above mentioned projects.
FISCAL IMPACT:
An appropriation in the following amounts are required to fully fund the project:
1. $840,985 from the Rancho Cucamonga Municipal Utility Fund (Fund 705) to Account No.
1705303-5650/2028705-0 (Capital Projects -Haven Bring Up)
2. $197,715 from the Rancho Cucamonga Municipal Utility Fund (Fund 705) to Account No.
1705303-5650/2027705-0 (Capital Projects-Mayten Business Park/Hampton Inn).
COUNCIL GOAL(S) ADDRESSED:
The expansion of RCMU's electrical infrastructure continues to implement the City Council's Goal for
Mid- and Long -Range Planning through the careful planning of new utility service to new developments
within RCMU's service area.
Page 130
DATE: February 12, 2020
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Jason C. Welday, Director of Engineering Services/City Engineer
Gianfranco Laurie, Senior Civil Engineer
Romeo M. David, Associate Engineer
SUBJECT: CONSIDERATION TO ACCEPT AS COMPLETE, FILE THE NOTICE OF
COMPLETION AND AUTHORIZE RELEASE OF RETENTION AND BONDS
AND AUTHORIZE AN APPROPRIATION IN THE AMOUNT OF $6,940 FOR
THE FISCAL YEAR 2018/19 MAJOR ARTERIAL PAVEMENT
REHABILITATION PROJECT AT HAVEN AVENUE, FOOTHILL BOULEVARD
AND HERMOSA AVENUE.
RECOMMENDATION:
Staff recommends the City Council:
1. Authorize an appropriation in the amount of $6,940 from the Measure I (Fund 177) Fund Balance to
cover additional project costs;
2. Accept the Fiscal Year 2018/19 Major Arterial Pavement Rehabilitation project at Haven Avenue, Foothill
Boulevard and Hermosa Avenue, Contract No. 19-079 (Project), as complete;
3. Approve the final contract amount of $1,447,921;
4. Authorize the release of the Faithful Performance Bond 35 days after recordation of Notice of
Completion and accept a Maintenance Guarantee Bond;
5. Authorize the release of the Labor and Materials Bond in the amount of $1,309,989, six months after the
recordation of said notice if no claims have been received;
6. Authorize the City Engineer to file a Notice of Completion and release of the project retention, 35 days
after recordation of Notice of Completion; and
7. Authorize the City Engineer to approve the release of the Maintenance Bond one year following the filing
of the Notice of Completion if the improvements remain free from defects in material and workmanship.
BACKGROUND:
On June 19, 2019, the City Council awarded a construction contract with All American Asphalt, in the
amount $1,309,989 for the construction of the Fiscal Year 2018/19 Major Arterial Pavement
Rehabilitation Project at Haven Avenue, Foothill Boulevard and Hermosa Avenue. Additionally, the City
Council authorized a 10% contingency in the amount of $130,999 to address unforeseen construction
related incidentals. A Vicinity Map is included as Attachment 1.
The scope of work consisted of cold milling, routing and crack sealing, asphalt rubber hot mix overlay,
adjusting existing manholes, water meters, and valves to new grade, installation of pavement markers
and striping, green thermoplastic bike lane, video detection system, ADA ramps and related items of
work per plans.
Page 131
ANALYSIS:
The subject project has been completed in accordance with the approved plans and specifications and
to the satisfaction of the City Engineer.
The net increase in the total cost of the project is a result on four (4) Change Orders, including the
balancing statement is summarized below:
Change Order No.1: Asphalt paving four (4) cul-de-sacs in the Andalusia Development Tract. The
existing asphalt pavement was severely distressed with shrinkage cracking and block cracking
throughout the streets. To avoid further damage, staff added these 4 cul-de-sacs as a change order to
include an additional asphalt rubber hot mix paving, cold milling, crack sealing and re -striping. The
change in contract cost due to this change order is an increase of $97,828.
Change Order No.2: Installation of push button assemblies at eight (8) locations near the handicap
ramp landings to meet ADA requirements. The change in contract cost due to this change order is an
increase of $26,768.
Change Order No.3: Installation of three (3) new countdown style pedestrian signal heads. The change
in contract cost due to this change order is an increase of $4,673.
Change Order NoA: The balancing statement for the project. The balancing statement conforms the
final contract quantities to the actual quantities placed or constructed during the contract. The notable
change is a increase in the amount $6,933 resulting from a increase in the final square footage of green
bike lane thermoplastic striping due to wider bike lanes on Foothill Boulevard.
At the end of the one-year maintenance period, if the improvements remain free from defects in
materials and workmanship, the City Clerk is authorized to release the Maintenance Bond upon
approval by the City Engineer.
FISCAL IMPACT:
A total of $1,537,934 was budgeted in Fiscal Year 2018/19 from the Measure I (Fund 177) and Road
Maintenance and Rehabilitation Act (RMRA) Fund (Fund 179) Funds, all of which are identified under
Capital Improvement Project Account No's. in the amount listed below.
Account No.
Funding Source
Description
Amount
11793035650/1130179-0
RMRA Fund (179)
Haven: Church -Base
Line Rehab
$343,790
11773035650/1932177-0
Measure I Fund (177)
Foothill: Haven -Milliken
Rehab
$868,257
11773035650/1934177-0
Measure I Fund (177)
Hermosa: Arrow -Foothill
Rehab-
ehabTotal
$325,887
TotalProject Funding =
$1,537,934
The final project cost is $1,544,867 as shown below:
Expenditure
Amount
Final Construction Contract
$1,447,921
Construction Inspection Services
$59,400
Construction Materials Testing
$25,196
Page 132
Construction Survey Monuments 1 $12,350
Total Project Cost = 1 $1,544,867
A shortfall of $6,933 remains outstanding thus an appropriation of $6,940 from Measure I (Fund 177)
fund balance into the following project account number is required to finalize the contract and accept
project closeout.
Account No.
Funding Source
Description
Amount
11773035650/1932177-0
Measure I Fund (177)
Foothill: Haven -Milliken
Rehab
$6,940
COUNCIL GOAL(S) ADDRESSED:
The item addresses the City Council Goal of Enhancing Premier Community Status by rehabilitating the
existing roadway surface and extending the pavement life, use, and rideability.
ATTACHMENTS:
Description
Attachment 1 - Vicinity Map
Page 133
ATTACHMENT 1
FY18/19 MAJOR ARTERIAL PAVEMENT
REHABILITATION PROJECT
VICINITY MAP
NOT TO SCALE
Base Llne Rd
Ironwood St
Palo Alta St
}
a �
m
LF)
Church St
Heink)rk 51
hemlock Sr
Ashford St
Norwlek Sr n
Erfen St
}
Durs2t St
Stafford St
d
d
EMI1--------c�Y"W-------1
AV
W
1 Banyan St 1
VVAVA1
O
�_
L
1
a��
`v
R
0
1 Brittle Brush Ct Wintermint Ct 1
a
N
L
�
��rta Vl,t' 1
1
�
1
1
G
3
v
1
1
d
d
Civir CP n Rancho
Cucamonga
= C
c _
A p
n m
$1
Y �
a �
m Past Off!ce
Bell Ct
3
m
;aroma Or #
K
N
A
Page 134
EMI1--------c�Y"W-------1
1 Banyan St 1
VVAVA1
�_
VA1
1
.OVA
Spygfags 6i
1 Brittle Brush Ct Wintermint Ct 1
�
��rta Vl,t' 1
1
�
1
1
1
1
®
M
Uth
l Iddi 4jScho j Wild Maple Ct Cobalt Ct 1
enlddlt stho�l p
1 1
1
+ rzs��t
1
1 1
1 Gypsum Dr 1
1-- --------------1
e�cam a rsga
Yalleyter
Andalusia Tract
ofstylc�r t
�p Wh
Cern
�.d 14l7 r.+. LCWIi
n�rs
Terra VIM
Town Center Foothill Project
Best Western
heritage Inn
Courthouse
Civir CP n Rancho
Cucamonga
= C
c _
A p
n m
$1
Y �
a �
m Past Off!ce
Bell Ct
3
m
;aroma Or #
K
N
A
Page 134
DATE: February 12, 2020
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Jason C. Welday, Director of Engineering Services/City Engineer
Gianfranco Laurie, Senior Civil Engineer
Sandra Salazar, Associate Engineer
SUBJECT: CONSIDERATION OF AN INCREASE IN CONSTRUCTION CONTINGENCY
AND AN ADDITIONAL APPROPRIATION IN THE AMOUNT OF $31,000 FROM
THE TRANSPORTATION FUND (FUND 124) FOR THE FREEWAY AND
ARTERIAL SIGNAL SYNCHRONIZATION PROJECT.
RECOMMENDATION:
Staff recommends that the City Council:
Authorize additional construction contingency in the amount of $13,000 to Elecnor Belco Electric,
Inc., for additional construction cost;
2. Authorize an increase to the purchase order with Onward Engineering in the amount of $18,000
for additional on-call construction inspection services; and
3. Authorize an additional appropriation in the amount of $31,000 from the Transportation Fund
(Fund 124) Fund Balance to cover additional project costs.
= @4 KC] ZT601"I
On October 18, 2017, the City Council awarded a construction contract to Elecnor Belco Electric, Inc.,
(Belco) in the amount of $566,799 for the Freeway and Arterial Signal Synchronization Project (Project).
Additionally, the City Council authorized a 10% contingency in the amount of $56,680 to address
unforeseen construction related incidentals. A budget for contract inspection services, equipment,
implementation, testing and reporting was included as part of this construction contract award. A total
combined cost of $819,120 was anticipated for this project which included design, construction,
contingency, equipment, implementation, testing and reporting. A vicinity map is included as Attachment
On August 1, 2018, the City Council authorized additional construction contingency in the amount of
$90,000 to Belco for the Project. After reviewing the contractor's change order submittals only $60,017
was used from this appropriation to cover the cost of approved change orders. The remainder $29,983
was not encumbered but made available in the Project account.
On March 20, 2019, the City Council authorized an increase to the purchase order with Onward
Engineering of $20,000 for additional on-call construction inspection services. Although the
appropriation was approved by City Council, the appropriation was never posted into the Project
Page 135
account as the funding for this increase was encumbered from the $29,983 available funds remaining
from the August 1, 2018 City Council appropriation. The remainder balance of $9,983 was not
encumbered thereafter and was put back into the fund balance at the end of the Fiscal Year 2018/19.
This project provides communications paths to enable the monitoring, retiming, and coordination of the
city's traffic signals in the vicinity of the Haven Avenue, Base Line Road, and Foothill Boulevard
Freeway Interchanges. This project also enhances the communication equipment at the State-owned
interchange traffic signals along with upgrades to the Caltrans Traffic Management Center (TMC) to
enable communication between the City and Caltrans TMCs.
A copy of each City Council Staff Report is held on file with the City Clerk's office.
ANALYSIS:
At this time, Belco has submitted two (2) additional change orders totaling $9,370.70. The first change
order is related to remobilization efforts due to the project temporarily on hold from continued
coordination with Caltrans District 8 staff. The second change order is for the renewal and extension of
two (2) Caltrans encroachment permits for the Project. Based on the current project budget an amount
of $7,000 is available, however, additional funds are needed to cover the additional construction
costs. Staff is asking City Council to increase the construction contingency in the amount of $13,000 to
cover the remaining costs of the two (2) additional change orders and related project costs for Project
closeout. Staff is recommending that the City Council authorize an additional increase in the amount of
$13,000 for a total construction contingency of $129,697 (or 22.8% of the contract) to closeout the
Project.
Onward Engineering (Onward) is the City's on-call construction inspection firm assigned to this project.
Onward's original fee proposal in the amount of $46,080 (or 8.1 % of the construction contract)
anticipated a maximum daily inspection of four (4) hours per day. On March 20, 2019, the City Council
authorized an additional increase in the amount of $20,000 for a total contract inspection fee of
$66,080 (or 11.7% of the contract) to extend contract inspection services. Onward's budget for contract
inspection at this time has been exhausted due to the amount of oversight required for the project. Staff
is recommending that the City Council authorize an additional increase in the amount of $18,000 for a
total contract inspection fee of $84,080 (or 14.8% of the contract) to provide contract inspection
services from now until the project closeout.
On this basis, staff is recommending the City Council to appropriate $31,000 for additional construction
contingency as well as additional construction inspection services for the Freeway and Arterial Signal
Synchronization Project. The Project is expected to be completed early Spring 2020.
FISCAL IMPACT:
A total of $929,834 has been budgeted for the Project from Air Quality Improvement Fund (105) and
Transportation (124) funds. Additional funds from the Transportation Fund (Fund 124) Fund Balance will
need to be appropriated into the following project accounts in order to cover the anticipated
construction cost as necessary to complete the project. Sufficient fund balance exists to cover the
additional cost as follows:
Account No's.
Funding
Description
Amount
Source
11243035650/1900124-0
Transportation
Fwy/Arterial Sync
$31,000
(124)
COUNCIL GOAL(S) ADDRESSED:
Page 136
This item addresses the City Council Goal of providing for public safety by enhancing traffic
management operations, which improves maintenance to ensure that traffic signals are functioning
properly. The Project also addresses the City Council Goal of enhancing premier community status by
improving traffic flows resulting in the reduction of fuel consumption and vehicle emissions.
ATTACHMENTS:
Description
Attachment 1 - Vicinity Map
Page 137
ATTACHMENT
VICINITY MAP
LEGEND:
PROJECT CORRIDORS
CITY OF RANCHO CUCAMONGA
FREEWAY AND ARTERIAL SIGNAL N
SYNCHRONIZATION PROJECT
N.T.S.
Page 138
DATE: February 12, 2020
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: William Wittkopf, Public Works Services Director
Alberto Espinoza, Public Works Services Deputy Director
Ernest Ruiz, Streets, Storm Drains and Fleet Superintendent
Ruth Cain, CPPB, Procurement Manager
SUBJECT: CONSIDERATION TO AWARD A CONTRACT TO K -VAC ENVIRONMENTAL
SERVICES FOR HAZARDOUS WASTE REMOVAL, REMEDIATION AND
DISPOSAL SERVICES IN AN AMOUNT NOT TO EXCEED $20,000 FOR THE
REMAINDER OF FY 2019/2020 AND AN ANNUAL AMOUNT NOT TO
EXCEED $40,000 FOR FY 2020/2021 THROUGH FY 2026/2027,
CONTINGENT UPON APPROVAL OF THE FY 2020/2021 AND FUTURE
BUDGETS.
RECOMMENDATION:
Staff recommends the City Council award and authorize the execution of a contract for hazardous waste
removal, remediation and disposal services with K -Vac Environmental Services, effective April 1, 2020
for a fifteen (15) month term, with an option to renew in one (1) year increments up to a total of six (6)
additional years, in an amount not to exceed $20,000 for the remainder of FY 2019/2020 and an annual
amount not to exceed $40,000 for FY 2020/2021 through FY 2026/2027, contingent upon approval of
the FY 2020/2021 and future budgets.
BACKGROUND:
The Public Works Services Department (PWSD), the Rancho Cucamonga Fire Protection District
(RCFPD), and the Procurement Division routinely issue requests for proposals to ensure vendor
services remain competitive. Public Works staff drafted the scope of services to perform incidental
hazardous substances or hazardous waste removal; drum remediation and disposal; confined space
entry and vacuum tank services on City public right-of-way and on other City or Fire District maintained
property, on an as -needed basis.
PWSD and RCFPD provided the scope of services to the Procurement Division to prepare a formal
Request for Proposal (RFP). The Procurement Division prepared and posted RFP #19/20-021 to the
City's automated procurement system. There were one hundred twenty-seven (127) vendors notified;
twenty-six (26) prospective bidders downloaded the RFP documentation, and four (4) responses were
received.
ANALYSIS:
An Evaluation Committee consisting of staff from various departments conducted a thorough analysis of
the RFP responses and scored and ranked the responsive proposals. K -Vac Environmental Services,
Page 139
of Rancho Cucamonga, California, was determined to be the most responsive contractor providing the
best value while meeting the scope of services the specifications required. Therefore, Staff
recommends the City Council award a contract to K -Vac Environmental Services, effective April 1,
2020 for a fifteen (15) month term, with an option to renew in one (1) year increments up to a total of six
(6) additional years, in an amount not to exceed $20,000 for the remainder of FY 2019/2020 and an
annual amount not to exceed $40,000 for FY 2020/2021 through FY 2026/2027. All applicable
solicitation documentation is on file in Planet Bids and can be accessed through the City's website at
www.cityofrc.us.
An additional $80,000 will be considered separately by the Fire Board.
FISCAL IMPACT:
The funding for this contract is within the approved contract services budget line items for FY 2019/20.
COUNCIL GOAL(S) ADDRESSED:
This item addresses the City Council's goal of Enhancing Premier Community Status and Public Safety
by ensuring that the City's facilities and public right-of-way are maintained free of hazardous materials.
ATTACHMENTS:
Description
Contract
Page 140
RANCHO
CUCAMONGA
Attachment 1 - Contract
CITY OF RANCHO CUCAMONGA
PUBLIC WORKS SERVICES DEPARTMENT
CONTRACT
HAZARDOUS WASTE REMOVAL, REMEDIATION AND
DISPOSAL SERVICES
AWARD DATE:
Wednesday, February 12, 2020
Page 141
AGREEMENT FOR PROFESSIONAL
SERVICES
THIS AGREEMENT is made and entered into this 12th day of February
2020, by and between the City of Rancho Cucamonga, a municipal corporation ("City") and
the Rancho Cucamonga Fire Protection District ("RCFPD") and K -Vac Environmental
Services, Inc., a waste disposal company ("Contractor").
RECITALS
A. City and RCFPD has heretofore issued its request for proposals to perform the
following services: Hazardous Waste Removal, Remediation and Disposal Services (RFP 19/20-021)
("the Project").
B. Contractor has submitted a proposal to perform the services described in Recital "A",
above, necessary to complete the Project.
C. City and RCFPD 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 and RCFPD hereby engages Contractor to perform all services described in
Recitals "A" and `B" above, including, but not limited to Hazardous Waste Removal, Remediation
and Disposal Services; all as more fully set forth in RFP 19/20-021, attached hereto as Exhibit A
Contractor's proposal, dated November 20, 2019, 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 and RCFPD, the
Contractor will promptly meet with City and RCFPD staff to discuss any revisions to the Project
desired by the City and RCFPD. Contractor agrees that the Scope of Work may be amended based
upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or
revisions to Contractor's compensation based thereon. A revision pursuant to this Section that does
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 1
Page 142
not increase the total cost payable to Contractor by more than ten percent (10%) of the total compensation
specified in Section 3, may be approved in writing by City's Manager without amendment.
1.3 Time for Performance. Contractor shall perform all services under this
Agreement in a timely, regular basis consistent with industry standards for professional skill and care,
and in accordance with any schedule of performance set forth in the Scope of Work, or as set forth in
a "Schedule of Performance", if such Schedule is attached hereto as Exhibit "N/A".
1.4 Standard of Care. As a material inducement to City and RCFPD to enter into
this Agreement, Contractor hereby represents that it has the experience necessary to undertake the
services to be provided. In light of such status and experience, Contractor hereby covenants that it
shall follow the customary professional standards in performing the Services.
1.5 Familiarity with Services. By executing this Agreement, Contractor represents
that, to the extent required by the standard of practice, Contractor
(a) has investigated and considered the scope of services to be performed, (b) has carefully considered
how the services should be performed, and (c) understands the facilities, difficulties and restrictions
attending performance of the services under this Agreement. Contractor represents that Contractor, to
the extent required by the standard of practice, has investigated any areas of work, as applicable, and
is reasonably acquainted with the conditions therein. Should Contractor discover any latent or
unknown conditions, which will materially affect the performance of services, Contractor shall
immediately inform City and RCFPD of such fact and shall not proceed except at Contractor's risk
until written instructions are received from the City and RCFPD Representative.
2. Term of Agreement. The term of this Agreement shall become effective as of the date
of the mutual execution by way of both party's signature (the "Effective Date") through June 30,
2021. No work shall be conducted; service or goods will not be provided until this Agreement has
been executed and requirements have been fulfilled.
Parties to this Agreement shall have the option to renew in one (1) year increments to a total of six (6)
additional years, unless sooner terminated as provided in Section 14 herein. Contractor may request a
Cost of living Increase in an amount not to exceed the increase in the March index of the Consumer
Price Index All Urban Consumers for the Riverside -San Bernardino -Ontario, California area
published by the U.S. Department of Labor, Bureau of Labor Statistics. Options to renew are
contingent upon the City Manager's approval, subject to pricing review, and in accordance to all
Terms and Conditions stated herein unless otherwise provided in writing by the City and RCFPD.
3. Compensation.
3.1 Compensation. City and RCFPD shall compensate Contractor as set forth in
Exhibit C, provided, however, that full, total and complete amount payable to Contractor shall not
exceed $30,000 (Thirty Thousand Dollars) for services during the City and RCFPD fiscal year
ending June 30, 2020 and $50,000 (Fifty Thousand Dollars) for the City and RCFPD fiscal year
ending June 30, 2021, including all out of pocket expenses, unless additional compensation is
approved by the City Manager or City Council. City and RCFPD shall not withhold any federal, state
or other taxes, or other deductions.
However, City and RCFPD shall withhold not more than ten percent (10%) of any invoice amount
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 2
Page 143
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 and RCFPD shall compensate
Contractor for any authorized extra services as set forth in Exhibit A.
4. Method of Payment.
4.1 Invoices. Contractor shall submit to City and RCFPD monthly invoices for the
Services performed pursuant to this Agreement. The invoices shall describe in detail the Services
rendered during the period and shall separately describe any authorized extra services. Any invoice
claiming compensation for extra services shall include appropriate documentation of prior
authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga,
California.
4.2 City and RCFPD shall review such invoices and notify Contractor in writing
within ten (10) business days of any disputed amounts.
4.3 City and RCFPD shall pay all undisputed portions of the invoice within thirty
(30) calendar days after receipt of the invoice up to the not -to -exceed amounts set forth in Section 3.
4.4 All records, invoices, time cards, cost control sheets and other records
maintained by Contractor relating to services hereunder shall be available for review and audit by the
City and RCFPD.
5. Representatives.
5.1 City and RCFPD Representative. For the purposes of this Agreement, the
contract administrator and City and RCFPD's representative shall be William Wittkopf, or such other
person as designated in writing by the City and RCFPD ("City and RCFPD Representative"). It shall
be Contractor's responsibility to assure that the City and RCFPD Representative is kept informed of
the progress of the performance of the services, and Contractor shall refer any decisions that must be
made by City and RCFPD to the City and RCFPD Representative. Unless otherwise specified herein,
any approval of City and RCFPD required hereunder shall mean the approval of the City and RCFPD
Representative.
5.2 Contractor Representative. For the purposes of this Agreement, Diana Knifer,
C.E.O. is hereby designated as the principal and representative of Contractor authorized to act in its
behalf with respect to the services specified herein and make all decisions in connection therewith
("Contractor's Representative"). It is expressly understood that the experience, knowledge, capability
and reputation of the Contractor's Representative were a substantial inducement for City and RCFPD
to enter into this Agreement. Therefore, the Contractor's Representative shall be responsible during
the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally
supervise the services hereunder. Contractor may not change the Responsible Principal without the prior written
approval of City and RCFPD.
6. Contractor's Personnel.
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 3
Page 144
6.1 All Services shall be performed by Contractor or under Contractor's direct
supervision, and all personnel shall possess the qualifications, permits, and licenses required by State
and local law to perform such Services, including, without limitation, a City and RCFPD business
license as required by the City's Municipal Code.
6.2 Contractor shall be solely responsible for the satisfactory work performance of
all personnel engaged in performing the Services and compliance with the standard of care set forth
in Section 1.4.
6.3 Contractor shall be responsible for payment of all employees' and
subcontractors' wages and benefits and shall comply with all requirements pertaining to employer's
liability, workers' compensation, unemployment insurance, and Social Security. By its execution of
this Agreement, Contractor certifies that it is aware of the provisions of Section 3700 of the California
Labor Code that require every employer to be insured against liability for Worker's Compensation or
to undertake self-insurance in accordance with the provisions of that Code and agrees to comply with
such provisions before commencing the performance of the Services.
6.4 Contractor shall indemnify, defend and hold harmless City and RCFPD and its
elected officials, officers and employees, servants, designated volunteers, and agents serving as
independent contractors in the role of City and RCFPD officials, from any and all liability, damages,
claims, costs and expenses of any nature to the extent arising from Contractor's violations of personnel
practices and/or any violation of the California Labor Code. City and RCFPD shall have the right to
offset against the amount of any fees due to Contractor under this Agreement any amount due to City
and RCFPD from Contractor as a result of Contractor's failure to promptly pay to City and RCFPD
any reimbursement or indemnification arising under this Section 6.
7. Ownership of Work Product.
7.1 Ownership. All documents, ideas, concepts, electronic files, drawings,
photographs and any and all other writings, including drafts thereof, prepared, created or provided by
Contractor in the course of performing the Services, including any and all intellectual and proprietary
rights arising from the creation of the same (collectively, "Work Product"), are considered to be
"works made for hire" for the benefit of the City and RCFPD. 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 and RCFPD without restriction or limitation upon its use or dissemination by City
and RCFPD. Basic survey notes, sketches, charts, computations and similar data prepared or obtained
by Contractor under this Agreement shall, upon request, be made available to City and RCFPD. None
of the Work Product shall be the subject of any
common law or statutory copyright or copyright application by Contractor. In the event of the return
of any of the Work Product to Contractor or its representative, Contractor shall be responsible for its
safe return to City and RCFPD. Under no circumstances shall Contractor fail to deliver any draft or
final designs, plans, drawings, reports or specifications to City and RCFPD upon written demand by
City and RCFPD for their delivery, notwithstanding any disputes between Contractor and City and
RCFPD concerning payment, performance of the contract, or otherwise. This covenant shall survive
the termination of this Agreement. City and RCFPD's reuse of the Work Product for any purpose
other than the Project, shall be at City and RCFPD's sole risk.
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 4
Page 145
7.2. Assignment of Intellectual Property Interests: Upon execution of this Agreement
and to the extent not otherwise conveyed to City and RCFPD by Section 7. 1, above, the Contractor
shall be deemed to grant and assign to City and RCFPD, and shall require all of its subcontractors to
assign to City and RCFPD, all ownership rights, and all common law and statutory copyrights,
trademarks, and other intellectual and proprietary property rights relating to the Work Product and the
Project itself, and Contractor shall disclaim and retain no rights whatsoever as to any of the Work
Product, to the maximum extent permitted by law. City and RCFPD shall be entitled to utilize the
Work Product for any and all purposes, including but not limited to constructing, using, maintaining,
altering, adding to, restoring, rebuilding and publicizing the Project or any aspect of the Project.
7.3 Title to Intellectual PropertX. Contractor warrants and represents that it has
secured all necessary licenses, consents or approvals to use any instrumentality, thing or component
as to which any intellectual property right exists, including computer software, used in the rendering
of the Services and the production of the Work Product and/or materials produced under this
Agreement, and that City and RCFPD has full legal title to and the right to reproduce any of the Work
Product. Contractor shall defend, indemnify and hold City and RCFPD, and its elected officials,
officers, employees, servants, attorneys, designated volunteers, and agents serving as independent
contractors in the role of City and RCFPD officials, harmless from any loss, claim or liability in any
way related to a claim that City and RCFPD's use is violating federal, state or local laws, or any
contractual provisions, relating to trade names, licenses, franchises, patents or other means of
protecting intellectual property rights and/or interests in products or inventions. Contractor shall bear
all costs arising from the use of patented, copyrighted, trade secret or trademarked documents,
materials, software, equipment, devices or processes used or incorporated in the Services and materials
produced under this Agreement. In the event City and RCFPD's use of any of the Work Product is
held to constitute an infringement and any use thereof is enjoined, Contractor, at its expense, shall: (a)
secure for City and RCFPD the right to continue using the Work Product by suspension of any
injunction or by procuring a license or licenses for City and RCFPD; or (b) modify the Work Product
so that it becomes non -infringing. This covenant shall survive the termination of this Agreement.
8. Status as Independent Contractor. Contractor is, and shall at all times remain as to
City and RCFPD, a wholly independent contractor. Contractor shall have no power to incur any debt,
obligation, or liability on behalf of City and RCFPD or
otherwise act as an agent of City and RCFPD. Neither City and RCFPD nor any of its agents shall
have control over the conduct of Contractor or any of Contractor's employees, except as set forth in
this Agreement. Contractor shall not, at any time, or in any manner, represent that it or any of its
officers, agents or employees are in any manner employees of City and RCFPD. Contractor shall pay
all required taxes on amounts paid to Contractor under this Agreement, and to defend, indemnify and
hold City and RCFPD harmless from any and all taxes, assessments, penalties, and interest asserted
against City and RCFPD by reason of the independent contractor relationship created by this
Agreement. Contractor shall fully comply with the workers' compensation law regarding Contractor
and Contractor's employees
9. Confidentiality. Contractor may have access to financial, accounting, statistical, and
personnel data of individuals and City and RCFPD employees. Contractor covenants that all data,
documents, discussion, or other information developed or received by Contractor or provided for
performance of this Agreement are confidential and shall not be disclosed by Contractor without prior
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 5
Page 146
written authorization by City and RCFPD. City and RCFPD shall grant such authorization if
applicable law requires disclosure. All City and RCFPD data shall be returned to City and RCFPD
upon the termination of this Agreement. Contractor's covenant under this Section shall survive the
termination of this Agreement. This provision shall not apply to information in whatever form that is
in the public domain, nor shall it restrict the Contractor from giving notices required by law or
complying with an order to provide information or data when such an order is issued by a court,
administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law and
reasonably necessary for the Contractor to defend itself from any legal action or claim.
10. Conflict of Interest.
10.1 Contractor covenants that it presently has no interest and shall not acquire any
interest, direct or indirect, which may be affected by the Services, or which would conflict in any
manner with the performance of the Services. Contractor further covenants that, in performance of
this Agreement, no person having any such interest shall be employed by it. Furthermore, Contractor
shall avoid the appearance of having any interest, which would conflict in any manner with the
performance of the Services. Contractor shall not accept any employment or representation during the
term of this Agreement which is or may likely make Contractor "financially interested" (as provided
in California Government Code § § 1090 and 87 100) in any decision made by City and RCFPD on any
matter in connection with which Contractor has been retained.
10.2 Contractor further represents that it has not employed or retained any person or
entity, other than a bona fide employee working exclusively for Contractor, to solicit or obtain this
Agreement. Contractor has not paid or agreed to pay any person or entity, other than a bona fide
employee working exclusively for Contractor, any fee, commission, gift, percentage, or any other
consideration contingent upon the execution of this Agreement. Upon any breach or violation of this
warranty, City and RCFPD shall have the right, at its sole and absolute discretion, to terminate this
Agreement without
further liability, or to deduct from any sums payable to Contractor hereunder the full amount or
value of any such fee, commission, percentage or gift.
10.3 Contractor has no knowledge that any officer or employee of City and RCFPD
has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this
transaction or in the business of Contractor, and that if any such interest comes to the knowledge of
Contractor at any time during the term of this Agreement, Contractor shall immediately make a
complete, written disclosure of such interest to City and RCFPD, even if such interest would not be
deemed a prohibited "conflict of interest" under applicable laws as described in subsection 10.1.
11. Indemnification.
11.1 To the maximum extent permitted by law, the Contractor shall defend,
indemnify and hold the City and RCFPD, and its elected officials, officers, employees, servants,
volunteers, and agents serving as independent contractors in the role of City officials and RCFPD,
(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,
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 6
Page 147
employees, subcontractors, Contractors, or agents in the performance of this Agreement. Contractor
shall defend Indemnitees in any action or actions filed in connection with any such Claims with
counsel of City and RCFPD's choice, and shall pay all costs and expenses, including actual attorney's
fees and experts' costs incurred in connection with such defense. The indemnification obligation
herein shall not in any way be limited by the insurance obligations contained in this Agreement
provided, however, that the Contractor shall have no obligation to indemnify for Claims arising out
of the sole negligence or willful misconduct of any of the Indemnitees.
11.2 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that
they may possess against Contractor because of the acceptance by City and RCFPD, or the deposit
with City and RCFPD, of any insurance policy or certificate required pursuant to this Agreement.
11.3 Waiver of Right of Subro ag tion. 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 and RCFPD,
coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability coverage
(occurrence form CG 0001).
(2) Insurance Services Office form number CA 0001 (Ed. 1/87) covering
Automobile Liability, code 1 (any auto).
(3) Worker's Compensation insurance as required by the State of
California, and Employer's Liability Insurance.
12.3 Minimum Limits of Insurance. Contractor shall maintain limits no less than:
(1) Commercial General Liability: $2,000,000 per occurrence for bodily
injury, personal injury and property damage. Commercial General
Liability Insurance or other form with a general aggregate limit shall
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 7
Page 148
apply separately to this Agreement or the general limit shall be twice
the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily injury and
property damage.
(3) Employer's Liability: $1,000,000 per accident and in the aggregate for
bodily injury or disease and Workers' Compensation Insurance in the
amount required by law.
(4) The Insurance obligations under this Agreement shall be the greater of
(i) the Insurance coverages and limits carried by the Contractor; or (ii)
the minimum Insurance coverages and limits shown in this Agreement.
Any insurance proceeds in excess of the specified limits and coverage
required which are applicable to a given loss, shall be available to the
City and RCFPD. No representation is made that the minimum
Insurance requirements of this Agreement are sufficient to cover the
obligations of the Contractor under this agreement.
12.4 Deductibles and Self -Insured Retentions. Any deductibles or self- insured
retentions must be declared to and approved by the City and RCFPD and shall not
reduce the limits of coverage. City and RCFPD 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, RCFPD, its officers, officials, employees,
designated volunteers and agents serving as independent contractors in the role
of City and RCFPD officials, as additional insureds as respects: liability
arising out of activities performed by or on behalf of Contractor; products and
completed operations of Contractor; premises owned, occupied or used by
Contractor; and/or automobiles owned, leased, hired or borrowed by
Contractor. The coverage shall contain no limitations on the scope of
protection afforded to City, RCFPD, its officers, officials, employees,
designated volunteers or agents serving as independent contractors in the role
of City and RCFPD officials which are not also limitations applicable to the
named insured
(2) For any claims related to this Agreement, Contractor's insurance
coverage shall be primary insurance as respects City, RCFPD, its
officers, officials, employees, designated volunteers and agents serving
as independent contractors in the role of City and RCFPD officials. Any
insurance or self-insurance maintained by City, RCFPD, its officers,
officials, employees, designated volunteers or agents serving as
independent contractors in the role of City and RCFPD officials shall
be in excess of Contractor's insurance and shall not contribute with it.
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 8
Page 149
(3) Contractor's insurance shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the limits
of the insurer's liability.
(4) Contractor shall provide immediate written notice if (1) any of the
required insurance policies is terminated; (2) the limits of any of the
required polices are reduced; (3) or the deductible or self-insured
retention is increased. In the event of any cancellation or reduction in
coverage or limits of any insurance, Contractor shall forthwith obtain
and submit proof of substitute insurance. Should Contractor
fail to immediately procure other insurance, as specified, to substitute
for any canceled policy, the City and RCFPD may procure such
insurance at Contractor's sole cost and expense.
(5) Each insurance policy required by this clause shall expressly waive the
insurer's right of subrogation against City and RCFPD, its elected
officials, officers, employees, servants, attorneys, designated
volunteers, and agents serving as independent contractors in the role of
City and RCFPD officials.
(6) Each policy shall be issued by an insurance company approved in
writing by City and RCFPD, which is admitted and licensed to do
business in the State of California and which is rated A:VII or better
according to the most recent
A.M. Best Co. Rating Guide.
(7) Each policy shall specify that any failure to comply with reporting or
other provisions of the required policy, including breaches of warranty,
shall not affect the coverage required to be provided.
(8) Each policy shall specify that any and all costs of adjusting and/or
defending any claim against any insured, including court costs and
attorneys' fees, shall be paid in addition to and shall not deplete any
policy limits.
(9) Contractor shall provide any and all other insurance, endorsements, or
exclusions as required by the City and RCFPD in any request for
proposals applicable to this Agreement.
12.6 Evidence of coverage. Prior to commencing performance under this
Agreement, the Contractor shall furnish the City and RCFPD with certificates and original
endorsements, or copies of each required policy, effecting and evidencing the insurance coverage
required by this Agreement including (1) Additional Insured Endorsement(s), (2) Worker's
Compensation waiver of subrogation endorsement, and (3) General liability declarations or
endorsement page listing all policy endorsements. The endorsements shall be signed by a person
authorized by the insurer(s) to bind coverage on its behalf. All endorsements or policies shall be
received and approved by the City and RCFPD before Contractor commences performance. If
performance of this Agreement shall extend beyond one year, Contractor shall provide City and
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 9
Page 150
RCFPD with the required policies or endorsements evidencing renewal of the required policies of
insurance prior to the expiration of any required policies of insurance.
12.7 Contractor agrees to include in all contracts with all subcontractors performing
work pursuant to this Agreement, the same requirements and provisions of
this Agreement including the indemnity and insurance requirements to the extent they apply to the
scope of any such subcontractor's work. Contractor shall require its subcontractors to be bound to
Contractor and City and RCFPD in the same manner and to the same extent as Contractor is bound to
City and RCFPD pursuant to this Agreement, and to require each of its subcontractors to include these
same provisions in its contract with any sub -subcontractor.
13. Cooperation. In the event any claim or action is brought against City and RCFPD
relating to Contractor's performance or services rendered under this Agreement, Contractor shall
render any reasonable assistance and cooperation that City and RCFPD might require. City and
RCFPD shall compensate Contractor for any litigation support services in an amount to be agreed
upon by the parties.
14. Termination. City and RCFPD shall have the right to terminate this Agreement at any
time for any or no reason on not less than ten (10) days prior written notice to Contractor. In the event
City and RCFPD exercises its right to terminate this Agreement, City and RCFPD shall pay Contractor
for any services satisfactorily rendered prior to the effective date of the termination, provided
Contractor is not then in breach of this Agreement. Contractor shall have no other claim against City
and RCFPD by reason of such termination, including any claim for compensation. City and RCFPD
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 and RCFPD ten (10)
business days prior written notice for any of the following: (1) uncured breach by the City and
RCFPD of any material term of this Agreement, including but not limited to Payment Terms; (2)
material changes in the conditions under which this Agreement was entered into, coupled with the
failure of the parties to reach accord on the fees and charges for any Additional Services required
because of such changes.
15. Notices. Any notices, bills, invoices, or reports authorized or required by this
Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered by
hand or overnight courier service during Contractor's and City and RCFPD's regular business hours;
or (b) on the third business day following deposit in the United States mail, postage prepaid, to the
addresses set forth in this Section, or to such other addresses as the parties may, from time to time,
designate in writing pursuant to the provisions of this Section.
All notices shall be addressed as follows:
If to City and RCFPD: William Wittkopf
City of Rancho Cucamonga
Public Works Services Department
8794 Lion Street
Rancho Cucamonga, CA 91730
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 10
Page 151
If to Contractor: Diana Knifer, CEO
K -VAC Environmental Services, Inc.
8910 Rochester Ave.
Rancho Cucamonga, CA 91730
16. Non -Discrimination and Equal Employment Opportunity. In the performance of
this Agreement, Contractor shall not discriminate against any employee, subcontractor, or applicant
for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry,
age, physical or mental handicap, medical condition, or sexual orientation. Contractor will take
affirmative action to ensure that subcontractors and applicants are employed, and that employees are
treated during employment, without regard to their race, color, creed, religion, sex, marital status,
national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation.
17. Assignment and Subcontracting. Contractor shall not assign or transfer any interest
in this Agreement or subcontract the performance of any of Contractor's obligations hereunder without
City and RCFPD's prior written consent. Except as provided herein, any attempt by Contractor to so
assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void
and of no effect.
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
hqp://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Contractor shall make copies of the
prevailing rates of per diem wages for each craft, classification or type of worker needed to execute
the Services, available to interested parties upon request, and shall post copies at the Contractor's
principal place of business and at the Project site. Contractor shall defend, indemnify and hold the
City and RCFPD, 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 and RCFPD of
any payment to Contractor constitute or be construed as a waiver by City and RCFPD of any breach
of covenant, or any default which may then exist on the part of Contractor, and the making of any
such payment by City and RCFPD
shall in no way impair or prejudice any right or remedy available to City and RCFPD
with regard to such breach or default.
20. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal action or proceeding to enforce or interpret the provisions of this
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 11
Page 152
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 and RCFPD. This Agreement
supersedes all prior oral or written negotiations, representations or agreements. This
Agreement may not be amended, nor any provision or breach hereof waived, except in a
writing signed by the parties which expressly refers to this Agreement.
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 12
Page 153
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Contractor Name:
K -VAC Environmental Services, Inc.
By:
Name
Title
By:
Name
Date
Date
Title
(two signatures required if corporation)
PSA without professional liability insurance (contractor)
Last Revised: 10/02/13
City of Rancho Cucamonga
By:
Name Date
Title
Rancho Cucamonga Fire Protection District
By:
Name Date
Title
v enaor ininais
Page 13
Page 154
ATTACHMENTS
• Attachment A — Sample Additional Insured Endorsement, Ongoing Operations
• Attachment B — Sample Additional Insured Endorsement, Completed Operations
• Attachment C — Sample Waiver of Subrogation
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10102113
Page 14
Page 155
Attachment A — Sample Additional Insured Endorsement, Ongoing Operations
POLICY NUMBER:— COMMERCIAL GENERAL LIABILITY
CG 20 10 10 01
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization: The City of Rancho Cucamonga and the Rancho Cucamonga Fire
Protection District (RCFPD), Their Officers, Officials, Employees, designated Volunteers and agents
serving as independent contractors in the role of City or RCFPD Officials.
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
A. Section II —Who Is An Insured is amended to
(1) All work, including materials, parts or
include as an insured the person or organization
equipment furnished in connection with
shown in the Schedule, but only with respect to
such work, on the project (other than
liability arising out of your ongoing operations per-
service, maintenance or repairs) to be
formed for that insured.
performed by or on behalf of the addi-
B. With respect to the insurance afforded to these
tional insured(s) at the site of the cov-
additional insureds, the following exclusion is
ered operations has been completed,
added:
or
2. Exclusions
This insurance does not apply to ''bodily in-
jury" or''property damage" occurring after:
CG 20 10 10 01
(2) That portion of "your work" out of which
the injury or damage arises has been
put to its intended use by any person or
organization other than another con-
tractor or subcontractor engaged in
performing operations for a principal as
a part of the same project.
© ISO Properties, Inc., 2000
PSA without professional liability insurance (contractor)
Last Revised: 10/02113
Page 1 of 1 ❑
Venaor Initials
Page 15
Page 156
Attachment B — Sample Additional Insured Endorsement, Completed Operations
POLICY NUMBER:— COMMERCIAL GENERAL LIABILITY
CG 20 37 10 01
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization: The City of Rancho Cucamonga and the Rancho Cucamonga Fire
Protection District (RCFPD), Their Officers, Officials, Employees, designated Volunteers and agents
serving as independent contractors in the role of City or RCFPD Officials.
Attn: Public Works
10500 Civic Center Dr.
Rancho Cucamonga, CA 91730
Description of Completed Operations:
Additional Premium: Included
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of ''your work" at the location designated and described in the
schedule of this endorsement performed for that insured and included in the "products -completed operations ha-
zard".
CG 20 37 10 01 © ISO Properties, Inc., 2000 Page 1 of 1
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 16
Page 157
Attachment C — Sample Waiver of Subrogation
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
CG 24 04 10 93
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
City of Rancho Cucamonga and the Rancho Cucamonga Fire Protection District, and their elected
officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as
independent contractors in the role of City officials.
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV —
COM MERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following:
We waive any right of recovery we may have against the person or organization shown in the Schedule
above because of payments we make for injury or damage arising out of your ongoing operations or "your
work' done under a contract with that person or organization and included in the "products -completed operations
hazard". This waiver applies only to the person or organization shown in the Schedule above.
CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 ❑
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 17
Page 158
SCOPE OF WORK
Scope of Work Contents:
• Exhibit A — RFP 19/20-021
• Exhibit B — Contractor's proposal, dated November 20, 2019
• Exhibit C — Unit Costs
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 18
Page 159
RANCHO
CUCAMONGA
REQUEST FOR PROPOSAL ("RFP") #19/20-021
FOR
HAZARDOUS WASTE REMOVEL, REMEDIATION AND DISPOSAL SERVICES
ON AN AS NEEDED BASIS
City of Rancho Cucamonga
Procurement Division
10500 Civic Center Drive
Rancho Cucamonga, California 91730
Page 160
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
Table of Contents
1.
OVERVIEW....................................................................................................................................... 4
I.I.
GENERAL BACKGROUND.........................................................................................................................
4
1.2.
PROPOSAL DELIVERY AND SCHEDULE OF EVENTS..........................................................................................
4
1.3.
DISCREPANCIES OR OMISSIONS................................................................................................................
4
1.4.
CONTINGENCIES...................................................................................................................................
5
1.5.
QUESTIONS AND CLARIFICATIONS.............................................................................................................
5
1.6.
DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION ................................................
5
1.7.
BRAND NAMES....................................................................................................................................
6
1.8.
KNOWLEDGE OF REQUIREMENTS..............................................................................................................
6
1.9.
RESERVATION OF RIGHTS........................................................................................................................
6
1.10.
CALIFORNIA'S PUBLIC RECORDS ACT.........................................................................................................
7
2.
MINIMUM REQUIREMENTS.............................................................................................................7
2.1.
BUSINESS LICENSE.................................................................................................................................
7
2.2.
PREVAILING WAGES..............................................................................................................................
8
2.3.
REPRESENTATIVES.................................................................................................................................8
2.4.
EMPLOYEE CONDUCT.............................................................................................................................
9
3.
RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS...........................................................
9
3.1.
COVER LETTER / INTRODUCTION............................................................................................................
10
3.2.
TABLE OF CONTENTS...........................................................................................................................
10
3.3.
EXECUTIVE SUMMARY.........................................................................................................................
10
3.4.
EXPERIENCE.......................................................................................................................................10
3.5.
THIRD-PARTY/SUBCONTRACTORS.........................................................................................................
10
3.6.
STAFF BIOGRAPHIES............................................................................................................................
11
3.7.
PROPOSAL RESPONSE..........................................................................................................................
11
3.8.
EXHIBITS A THROUGH H.......................................................................................................................
11
3.9.
NON -DISCLOSURE CONFLICT OF INTEREST................................................................................................
11
3.10.
PROFESSIONAL SERVICE AGREEMENT......................................................................................................
12
3.11.
ACKNOWLEDGEMENT OF INSURANCE.......................................................................................................
12
Page 2 of 31 Page 161
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
3.12. ADDENDUM ACKNOWLEDGEMENT..........................................................................................................
12
3.13. DEBARMENT AND SUSPENSION..............................................................................................................
12
3.14. PARTICIPATION CLAUSE........................................................................................................................
13
3.15. SIGNATURE OF AUTHORITY...................................................................................................................
13
1.1 COMPANY REFERENCES........................................................................................................................
13
1.2 LINE ITEM PRICING..............................................................................................................................
13
4. SCOPE OF SERVICES..................................................................................................................................13
4.1. PURPOSE........................................................................................................................................
13
4.2. SERVICES.......................................................................................................................................
14
4.3. SCHEDULED SERVICES...................................................................................................................
15
5. EVALUATION AND VENDOR SELECTION PROCESS....................................................................................
20
5.1. INITIAL SCREENING..............................................................................................................................
20
5.2. EVALUATION ACTIVITIES.......................................................................................................................
20
5.3. COST EVALUATION..............................................................................................................................
20
5.4. REFERENCE CHECKS.............................................................................................................................
20
5.5. DEMONSTRATIONS/ INTERVIEWS...........................................................................................................
21
5.6. FINANCIAL DOCUMENTATION................................................................................................................
21
5.7. BEST AND FINAL OFFER........................................................................................................................
22
5.8. VENDOR SELECTION............................................................................................................................
22
5.9. LETTER OF INTENT TO AWARD...............................................................................................................
22
"EXHIBIT A" CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT..........
23
"EXHIBIT B" PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY ................................................
24
"EXHIBIT C" ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED.........................................................................................
25
„EXHIBIT D" ADDENDUM ACKNOWLEDGEMENT............................................................................................26
"EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM................................................................27
„EXHIBIT F" PARTICIPATION CLAUSE...............................................................................................................28
„EXHIBIT G" SIGNATURE OF AUTHORITY........................................................................................................
29
„EXHIBIT H" REFERENCES WORKSHEET...........................................................................................................30
Page 3 of 31 Page 162
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
1. OVERVIEW
1.1. GENERAL BACKGROUND
The City of Rancho Cucamonga (hereinafter "City") and the Rancho Cucamonga Fire Protection District
(hereinafter "RCFPD") is inviting qualified Vendors (hereinafter "Vendor") to submit a proposal response for
Request for Proposals ("RFP") #19/20-021 for Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis 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's 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, this information is indicated in the bid system and provides the ability to tabulate the responses in
accordance to the named Vendors. 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 and RCFPD
shall not be responsible for any delays by transmission errors.
Schedule of Events
Event Description
Date & Time
Post RFP
October 30, 2019
Questions Due
November 18, 2019
Addendum Issued
November 21, 2019
RFP Response Due Date
November 27, 2019
(The City reserves the right to change schedule of events without prior notice or responsibility to Vendor.)
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 and RCFPD
bears no responsibility for oral instructions or representations. Addenda to this RFP shall be considered a part
of this RFP and shall become part of any final Contract that may be derived from this RFP.
Page 4 of 31 Page 163
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
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.
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.
If only one RFP response is received, the City and RCFPD reserves the right to reject the response and re -bid the
RFP.
Any scope of services, contingencies, special instruction and/or terms and conditions applicable to this RFP and
any purchase order derived thereafter shall be effective as of the issue date of a purchase order for the
requested work (the "Effective Date"), and shall remain in full force and effect until sixty (60) days after the City
and RCFPD 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 and RCFPD staff or officials regarding this procurement, other than during interviews, demonstrations,
and/or site visits, except at the direction of Ruth Cain, CPPB, 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 the RFP solicitation will become the property of the City and RCFPD and
will be returned only at the City and RCFPD's option and at the expense of the Vendor submitting the RFP
response. A copy of the RFP response will be retained for official files and become a public record. Any material
that a Vendor considers as confidential but does not meet the disclosure exemption requirements of the
California Public Records Act should not be included in the Vendor's RFP response as it may be made available
to the public regardless of a notation or markings of confidentiality or otherwise.
Page 5 of 31 Page 164
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
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. RFB responses offering equivalent items meeting the standards of quality
specified may be considered, unless other specified, providing the RFB 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/RCFPD reserves the right
to determine whether a substitute offer is equivalent to and meets the standards of quality indicated by the
brand name references, and the City/RCFPD 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 and RCFPD that any contract will be
entered by the City and RCFPD. The City and RCFPD expressly reserves the right at any time to:
• Waive or correct any defect or informality in any response, RFP, or RFP procedure.
• Reject any or all RFPs.
• Reissue a Request for RFPs.
• Prior to submission deadline for RFPs, modify all or any portion of the selection procedures, including
deadlines for accepting responses, the specifications or requirements for any materials, equipment
or services to be provided under this RFP, or the requirements for contents or format of the RFPs.
• The City and RCFPD recognizes that price is only one of several criteria to be used in judging a product
or service, and the City and RCFPD is not legally bound to accept the lowest RFP response.
Page 6 of 31 Page 165
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
• The City and RCFPD 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 and RCFPD 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 and RCFPD complies with the California Public Records Act, Government Code Section 6250 et seq,
Public records are open to inspection always during the office hours of the state or local agency and every person
has a right to inspect any public record, except as hereafter provided. Any reasonably segregable portion of a
record shall be available for inspection by any person requesting the record after deletion of the portions that
are exempted by law.
Neither an RFP in its entirety, nor proposed prices shall be considered confidential and proprietary.
Notwithstanding the foregoing, companies are hereby notified that all materials submitted in response to this
RFP are subject to California's Public Records Act. The City and RCFPD's receipt, review, evaluation or any other
act or omission concerning any such information shall not create an acceptance by the City and RCFPD or any
obligation or duty to prevent the disclosure of any such information except as required by Government Code
Section 6253. Companies who submit information they believe should be exempt from disclosure under the
Public Records Act shall clearly mark each document as confidential, proprietary or exempt, and state the legal
basis for the exemption with supporting citations to the California Code. Pursuant to California Law, if the
information is requested under the Public Records Act, the City and RCFPD shall make a final determination if
any exemption exists for the City and RCFPD to deny the request and prevent disclosure. The City and RCFPD
will withhold such information from public disclosure under the Public Records Act only if the City and RCFPD
determines, in its sole discretion, that there is a legal basis to do so.
2. MINIMUM REQUIREMENTS
2.1. BUSINESS LICENSE
A selected 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.
Page 7 of 31 Page 166
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
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.
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 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, 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 and RCFPD may take the following actions which shall include but not
be limited to; cancellation of any purchase order, procurement of the articles or service from other sources and
may deduct from unpaid balance due to the Vendor, or may bill for excess costs so paid, and the prices paid by
the City and RCFPD shall be considered the prevailing market prices paid at the time such purchase is made,
withholding of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries,
or Vendors for delivery, which do not meet specifications, will be for the account of the Vendor.
City and RCFPD Representative:
For the purposes of this Agreement, the contract administrator and City and RCFPD's representative shall be
Ernest Ruiz, or such other person as designated in writing by City and RCFPD ("City and RCFPD's
Representative"). It shall be the Vendor's responsibility to assure that City and RCFPD's Representative is kept
informed of the progress of the performance of the services, and the Vendor shall refer any decisions that must
Page 8 of 31 Page 167
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
be made by City and RCFPD to City and RCFPD Representative. Unless otherwise specified herein, any approval
of City and RCFPD required hereunder shall mean the approval of the City and RCFPD Representative.
Vendor Reoresentative:
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 and RCFPD 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 and
RCFPD's Representative.
2.4. EMPLOYEE CONDUCT
All Vendor personnel must observe all City and RCFPD regulations in effect at the location where the Services
are being conducted. While on City and RCFPD property, the Vendor's personnel shall be subject to oversight
by City and RCFPD staff. Under no circumstances shall the Vendor's or Vendor's sub -contractor personnel be
deemed as employees of the City and RCFPD. Vendor or Vendor's subcontractor personnel shall not represent
themselves to be employees of the City and RCFPD.
Vendor's personnel will always make their best efforts to be responsive, polite, and cooperative when
interacting with representatives of the City and RCFPD and City and RCFPD employees. The Vendor's personnel
shall be required to work in a pleasant and professional manner with City and RCFPD 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 and RCFPD or without the proper City and RCFPD
approval and the issuance of a Purchase Order.
3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS
Completion of this RFP form and its associated Exhibits are a requirement. To be considered responsive and
evaluate RFP responses fairly and completely 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 evaluation
process.
If only one RFP response is received, the City and RCFPD reserves the right to discard the response, re -bid or
proceed with an RFP review and negotiations.
Page 9 of 31 Page 168
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
RFP responses are due on the date and time indicated in the above schedule of events. Submittals shall be
submitted electronically via Planet Bids; no paper RFP responses will be accepted. RFP responses must include
the information required by this RFP.
3.1. COVER LETTER/ INTRODUCTION
RFP responses must include the complete name and address of Vendor and the name, mailing address, and
telephone number of the contact person regarding the RFP response. A signature by an authorized
representative must be included on each RFP response. Said signature will be considered confirmation of the
Vendors ability and willingness to comply with all provisions stated herein.
3.2. TABLE OF CONTENTS
The Table of Contents must be a comprehensive listing of the contents included in your RFP response. This
section must include a clear definition of the material, exhibits and supplemental information identified by
sequential page numbers and by section reference numbers. Each section of the RFP response will be separated
by a title page at the beginning of each section.
3.3. EXECUTIVE SUMMARY
The Executive Summary shall condense and highlight the contents of the Vendor's RFP response to provide the
Evaluation Committee with a broad understanding of the Vendor's approach, proposal, experience and staffing.
3.4. EXPERIENCE
The Vendor shall provide a concise statement demonstrating the Vendor's qualifications, experience, expertise
and capability to perform the requirements of this RFP. Provide a brief history of your company, including;
• The number of years in business,
• The firm's service commitment to customers,
• If the firm is involved in any pending litigation that may affect its ability to provide its
proposed solution or ongoing maintenance or support of its products and services.
• A statement as to whether your firm is an individual proprietorship, partnership, corporation,
or private nonprofit firm, and the date your company was formed or incorporated.
3.5. THIRD -PARTY/ SUBCONTRACTORS
If the Vendor intends to subcontract, a detailed list of any sub -contractors, partners, or third -party Vendors who
will be involved in the implementation of the proposed services including but not limited to:
• Description of the Vendor's experience with each of the proposed subcontractors,
Page 10 of 31 Page 169
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
• Three (3) customer references for each subcontractor to include references names, addresses, and
telephone numbers, for products and services like those described in this RFP,
• Describe the specific role of each.
3.6. STAFF BIOGRAPHIES
Submit the resumes of the individuals who will be performing the services for the City and RCFPD. Resumes shall
be formatted in the following order:
• Position with the Company,
• Length of time with the Company,
• Licenses, registrations and certifications as required by law to perform the Scope of Work described
herein,
• Educational background,
• Role in the Project,
• Experience with the minimum requirements stated herein,
• Work history on similar or like projects with the other municipalities.
3.7. PROPOSAL RESPONSE
Under this section Vendors shall provide a full, detailed response to the City and RCFPD'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. All required exhibits must be complete and signed
where required and submitted in the bid system under the Response Types, Exhibits A — H.
3.9. NON -DISCLOSURE CONFLICT OF INTEREST
Specify any possible conflicts of interest with your current clients or staff members and the City and RCFPD. A
signed "Exhibit A, Conflict of Interest and Non -Disclosure Agreement" included herein must be submitted
under this section.
Page 11 of 31 Page 170
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
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 and RCFPD, 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 and RCFPD agrees to either accept the objection or deviation or change the
PSA language in writing. Failure to raise any objections at the time of this RFP response submittal will result in
a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception
Summary shall be included under this section of the RFP response.
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", which must be
submitted with the Bid under the Insurance tab. 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.
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 included under
this section of the RFP response.
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 subcontractors are tax
delinquent with the State of California. The signed exhibit must be included under this section of the RFP
response.
Page 12 of 31 Page 171
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
3.14. PARTICIPATION CLAUSE
Vendors shall provide a completed "Exhibit F, Participation Clause", must be included with the Vendors RFP
response. 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 included with the Vendor RFP response. 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" section
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. Vendors pricing quotes outside of the
pricing listed in Planet Bids under the "Line Items" tab will not be accepted or considered for award. Any
additional cost required should be noted in the additional cost line item and a summary of the cost provided in
the notes section of the line item. While Line item pricing accompanies your RFP response it is not to be
discussed in any other area of the RFP response other than the "Line Item" tab in Planet Bids. The City and
RCFPD will not be obligated to any estimated pricing or pricing not identified in the "Line Item" tab in Planet
Bids. Failure to provide the required Line Item pricing in the required format will cause 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.
gM141912411111&1":0["1
4.1. PURPOSE
Page 13 of 31 Page 172
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
The City and RCFPD's goal are to partner with qualified, responsible firm to perform incidental hazardous
substances or hazardous waste removal; drum remediation and disposal; confined space entry and/or vacuum
tank services on City and RCFPD public rights -of- way and on other City and RCFPD maintained property, on an
as -needed or emergency basis (the Services). Proposals submitted in response to this RFP shall comply with the
minimum requirements of this RFP.
In addition, any changes to the following Services standards during the performance of the Services must be
approved by the City and RCFPD Representative prior to the Contractor's application of the changes. The
following specifications detail the City and RCFPD's minimum requirements for performance of this Contract.
For the purposes of this contract, the term "waste" shall mean all of the following: hazardous substances,
hazardous waste, biohazardous waste, medical solid waste, sharps waste, homeless encampments, and human
waste. A waste type will be specifically noted if additional requirements must be met for that waste type. The
word "hazardous waste" has been used to mean collectively all California Title 22, and California Health and
Safety Code regulatory definitions of "hazardous waste", "recyclable waste", and "universal waste".
4.2. SERVICES
The Services include the proper containment, transportation and disposal of all waste generated and collected
in performance of the incidental hazardous waste removal, including all wash water/waste water and all related
constituents, which are likely to include cleaning/disinfectant products and biohazardous materials on City and
RCFPD-owned property and rights of way. At the City and RCFPD's direction, Contractor shall also undertake
additional associated services that are necessary to successfully accomplish the Services, such as, but not limited
to, posting of no parking signs prior to performing the services, traffic control and barricading an area off to
protect the public while completing the services. The Services may occur Citywide or on any property owned or
maintained by the City and RCFPD.
During performance of the Services, Contractor shall not cause any non -storm water discharges to the City's
municipal separate storm sewer system (MS4). Contractor shall adhere to storm water best management
practices to the greatest extent possible. Any discharge to the MS4 shall be controlled, contained and captured.
Contractor is responsible for providing all labor, materials, supplies, equipment, permits, documentation,
containers, and transportation/disposal necessary to successfully perform the Services. Contractor shall obtain
the City and RCFPD's consent as to the type of disinfectant product that Contractor will use to perform the
Services. Any variations from the disinfection process and chemicals provided in the instructions in Attachment
Al must be pre -approved by the City and RCFPD prior to implementation. Upon completion of services
Contractor shall provide the City and RCFPD Representative with a job ticket to include labor, equipment and
materials used.
Page 14 of 31 Page 173
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
4.3. SCHEDULED SERVICES
Contractor shall perform any scheduled services during normal working hours between the hours of 7:00 a.m.
and 5:00 p.m., Monday through Friday, excluding recognized City and RCFPD. Services shall be scheduled with
the City and RCFPD Representative.
a. Non -Emergency, As -Needed Services ("Spot" Clean -Up)
Contractor shall perform any as -needed scheduled or unscheduled spot cleaning at the City and RCFPD's
direction between the hours of 7:00 a.m. to 5:00 p.m., unless the City and RCFPD requires as -needed Services
outside these hours. Contractor's initial responder for a non -emergency must be on site within two -hours of
initial contact and work with the City and RCFPD's Representative or designee, as to location and pertinent
circumstances involved at location. The Contractor's initial responder shall be responsible for providing an
estimated break -down of required staffing, equipment and completion time for the as needed work to be
completed.
Upon being notified by the City and RCFPD, Contractor is to dispatch unit to complete the needed work.
Contractor agrees to dispatch sufficient forces and equipment to furnish all labor, materials, equipment,
supplies, and vehicles to provide unscheduled or emergency services necessary to identify, disinfect, contain,
collect, clean up and remove all Wastes, and other materials, spilled, abandoned, or seized, including the
removal of all wash water used to clean contaminated surfaces. All such action shall be completed to the City
and RCFPD's satisfaction.
The Contractor will have staff on call during normal business hours to receive requests for services. Requests
for services may be requested outside of normal business hours depending on needs of the City and RCFPD.
These requests are not to be considered "emergency" requests if scheduled in advance.
b. Emergency, As -Needed Services ("Spot" Clean -Up)
Contractor shall perform any as -needed emergency spot cleaning at the City and RCFPD's direction 24 -hours, 7
days a week. Contractor's initial responder for an emergency must be on site within one-hour of initial contact
with the City and RCFPD's Representative or designee, as to location and pertinent circumstances involved at
location. The Contractor's initial responder shall be responsible for providing an estimated break -down of
required staffing, equipment and completion time for the as needed work to be completed.
Upon being notified by the City and RCFPD, Contractor is to dispatch unit to complete the needed work.
Contractor agrees to dispatch sufficient forces and equipment to furnish all labor, materials, equipment,
supplies, and vehicles to provide unscheduled or emergency services necessary to identify, disinfect, contain,
collect, clean up and remove all Wastes, and other materials, spilled, abandoned, or seized, including the
Page 15 of 31 Page 174
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
removal of all wash water used to clean contaminated surfaces. All such action shall be completed to the City
and RCFPD's satisfaction. The Contractor will have staff on-call afterhours to receive requests for services.
c. Labor
The fixed hourly rate shall be all-inclusive of all related costs that the Contractor will incur to provide non-
emergency and emergency as -needed services, including, but not limited to: employee wages and benefits;
clerical support; overhead; profit; licensing; insurance; materials; supplies; tools; equipment;
telecommunications; document copying; etc.
Man-hours paid under this contract shall be only for productive hours at the job site. Time spent for
transportation of workers, material acquisition, handling and delivery, or for movement of Contractor owned
or rental equipment is not chargeable directly but is overhead and the cost shall be included in the hourly rate.
The regular hourly rate for labor shall be paid for all hours worked during the City and RCFPD's regular working
hours from 7:00 a.m. to 5:00 p.m. The overtime labor rate shall be paid for work completed at times other than
regular working hours, including City and RCFPD holidays.
Contractor must have prior verbal and/or written approval to work outside normal business hours.
d. Specific Regulations Applicable to the Services
Contractor shall assume full responsibility for compliance with all applicable state, federal and local laws and
regulations, including but not limited to laws and regulations pertaining to Waste transport and Waste disposal.
All Waste transport and Waste disposal must be conducted in compliance with:
• 40 CFR Part 263 - Standards Applicable to Transporters of Hazardous Waste
• 49 CFR Subtitle B, Chapter I - Pipeline and Hazardous Materials Safety Administration, Department of
Transportation
• California Code of Regulations (CCR), Title 22, Division 4.5, Chapter 13 — Sections 66263.10 - 66263.50:
Standards Applicable to Transporters of Hazardous Waste
• California Health and Safety Code Division 20, Chapter 6.5, Article 6: Transportation
• California Health and Safety Code Division 20, Chapter 6.5, Article 6.5: Hazardous Waste Haulers
• California Health and Safety Code Sections 117600-118360. Medical Waste Management Act
e. Storage and Management of Hazardous Substances, Hazardous Wastes and Biohazardous Wastes
Contractor shall handle all Waste and specifically hazardous substances, hazardous wastes, biohazardous
wastes, or items, and equipment containing hazardous substances, or hazardous wastes in a manner that
minimizes the possibility of a release. Contractor shall store all hazardous substances, hazardous waste, and
biohazardous wastes that are collected under this Contract in a compliant, compatible, and closed container
Page 16 of 31 Page 175
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
with a legible completed label identifying the contents. Contractor shall utilize the most cost-effective container
sizes permitted in the regulations.
Contractor shall ensure that all Waste containers and their labels are properly completed and in compliance
with all applicable regulations, prior to transportation of the Waste containers to a Treatment, Storage and
Disposal Facility (TSDF). Contractor shall take possession of the containerized Waste including hazardous waste
and biohazardous waste, load the containerized Waste onto Contractor's vehicle(s), transport the Waste to an
approved, licensed TSDF, and properly dispose of the Waste.
f. Waste Packaging and Labeling
Contractor shall use containers to package hazardous waste that are compatible with the waste (in accordance
with Title 22, California Code of Regulations, Section 66265.172), maintained in good condition (in accordance
with Title 22, California Code of Regulations, Section 66265.171), and kept closed unless Contractor is in the
process of adding or removing waste (in accordance with Title 22, California Code of Regulations, Section
66265.173).
Contractor shall ensure that any packaging used to store or transport hazardous waste off-site, complies with
Title 49, Code of Federal Regulations, Parts 173, 178, and 179, and that the packaging is labeled and prepared
for transportation in accordance with Title 22, California Code of Regulations, Article 3. Contractor shall ensure
all biohazardous waste is packaged, stored, transported and disposed of in accordance with the California Health
and Safety Code Sections 117600-118360.
Contractor shall ensure a hazardous waste label is affixed to the packaging and filled out at the time when a
hazardous waste or substance is first placed in the packaging. The label at a minimum shall include the generator
information, contents of the container, physical state and hazardous properties of the waste, and the initial
accumulation date. If a specific project exceeds seven (7) calendar days in length, Contractor shall maintain an
inventory of hazardous waste containers that identifies each waste container and its accumulation start date.
Contractor shall use a numbering system to identify each hazardous waste container and shall mark each
container with a unique identification number.
Contractor shall perform additional pre -transportation labeling and marking prior to transporting hazardous
waste and biohazardous waste off-site, in accordance with Title 22, California Code of Regulations, Chapter 12,
Article 3 and Title 49, Code of Federal Regulations.
Page 17 of 31 Page 176
EN
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
Hazardous Waste Documentation
Contractor shall notify the City and RCFPD when hazardous waste or biohazardous waste has been generated.
The City and RCFPD shall review and approve of any hazardous waste profile created. The City and RCFPD shall
sign any disposal documentation prior to transporting from the generation location, unless the City and RCFPD
specifically authorizes the Contractor to sign the disposal documents on the City and RCFPD's behalf. This
authorization will be provided on a case by case basis. Contractor shall provide the City and RCFPD with a copy
of all transportation documents (i.e. hazardous waste manifest, land disposal restrictions) at the time when the
waste is removed from the site of generation.
Contractor shall submit to the California Department of Toxic Substance Control (DTSC) a legible copy of each
Hazardous Waste Manifest (HWM) generated for the Services under this Contract, within thirty (30) calendar
days of the date of Contractor's pick up of the hazardous waste referenced in the HWM.
h. Acceatable Transaorters and Disaosal Facilities
Contractor shall transport the hazardous waste and biohazardous waste serviced under this Contract only to a
California licensed Treatment, Storage, and Disposal Facility (TSDF).
Contractor shall only utilize transporters and interim and final disposal facilities that are in good regulatory
standing. All transporters, storage facilities, treatment facilities, incinerators, Class I landfills and all other
disposal facilities used to provide services under this Contract shall be properly licensed and in compliance with
all applicable local, state, and federal hazardous waste, laws, ordinances, codes and regulations at all times.
Contractor may only use a TSDF located outside of California with the prior written permission of the City and
RCFPD. All TSDFs that are located outside California must meet the same or higher regulatory standards for the
processing and disposal of hazardous waste and for environmental compliance as required by the State of
California.
A listing (name, address, phone number, EPA identification number) of all TSDFs to be used for this contract
shall be provided to the City and RCFPD, for approval, prior to disposing of any hazardous waste or biohazardous
waste.
i. Safety Requirements
All work performed under this Contract shall be performed in such a manner as to provide maximum safety to
the public and employees, and shall comply with all safety provisions and regulations, including CAL OSHA
requirements. Contractor shall have an injury/illness program as required by CAL OSHA, if applicable, and ensure
Page 18 of 31 Page 177
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
the proper labeling of containers. The City and RCFPD may stop project activities if unsafe or harmful acts in
connection with Contractor's services are observed or reported to the City and RCFPD. Contractor shall provide
Personal Protective Equipment (PPE) to Contractor's staff as necessary to safely perform the Services. PPE shall
be properly used at all times.
j. Training
Contractor's staff performing the Services shall have the requisite training, certifications, knowledge,
experience, skills, and abilities to properly perform the Services including, but not limited to, all those required
to properly and lawfully handle pesticides and load, store, transport, and dispose of hazardous wastes and
biohazardous wastes under this Contract. Contractor shall ensure that Contractor's staff performing the Services
are trained in the safe and proper handling of hazardous wastes and are capable of emergency response and
cleanup of hazardous waste spills in accordance with OSHA and California Code of Regulations Title 22
mandates.
Contractor shall ensure their staff is trained on safety requirements, including relating to Safety Data Sheets for
all chemicals used for this Contract, Blood Born Pathogen, Personal Protective Equipment, and Injury/Illness
Program as required by CAL OSHA, Title 8, Sections 3203, 1926.59, and 5193.
Upon the City and RCFPD's request, Contractor shall provide certification that cleaning personnel assigned to
the Contract have received this training. All training shall be provided at the sole expense of the Contractor.
k. Equipment, Vehicles and Materials
Contractor shall maintain, repair, replace, and otherwise ensure that all equipment, vehicles, supplies, and
materials necessary to timely perform the Services are stocked and maintained in operational order and ready
to serve the City and RCFPD when needed at no additional expense to the City and RCFPD.
I. Licenses and Registrations
Contractor shall possess and, upon the City and RCFPD's request, provide copies of all licenses, permits,
certifications, registrations, and other qualifications required by local, state, and federal law to collect,
transport, store and dispose of hazardous wastes and biohazardous waste; and shall notify the City and RCFPD
within seven (7) calendar days if any of these requirements are not met during the term of this Contract.
Contractor shall ensure their subcontractors are in conformance with these provisions.
Contractor's transport vehicles shall comply with all applicable local, state, and federal transporter
requirements including, but not limited to, the requirements of the California Department of Transportation
(D.O.T.), and the California Department of Toxic Substances Control (DTSC). Contractor shall ensure their
subcontractors are in conformance with these provisions.
Page 19 of 31 Page 178
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
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 one (1) 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:
rritPria
Criteria Description
Assigned
Percentage
Vendor Expertise
15%
Quality of proposed services or goods
15%
Extent to which the Vendors services or goods meet the City and
RCFPD's needs
15%
Cost
55%
5.3. COST EVALUATION
Cost Proposals are evaluated and scored based on the following calculations;
Score = Lowest Proposal Cost / Cost of Proposal being scored X Maximum Points Available (10)
The score is then added to the spreadsheet criteria scores.
5.4. REFERENCE CHECKS
If determined to be required reference checks are conducted by the Procurement Division and the requesting
department may or may not be present during the process. The reference checks may be conducted by phone
Page 20 of 31 Page 179
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
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 and RCFPD's budgeted amount or Not -to -Exceed amount for the project.
5.5. DEMONSTRATIONS/ INTERVIEWS
Upon completion of the RFP evaluations and data analysis, and only if necessary, selected top ranked 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 one (1) through
ten (10), ten being the highest possible score, based upon but not limited to the evaluation criteria factors as
stated within the RFP.
5.6. FINANCIAL DOCUMENTATION
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.
Page 21 of 31 Page 180
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
5.7. BEST AND FINAL OFFER
Upon completion of Vendor presentations, the City and RCFPD 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 and
RCFPD 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 and RCFPD's
requirements, offering the best value at the most competitive price. The City and RCFPD is not obligated to
award to the lowest price proposal.
The City and RCFPD may conduct negotiations with several Vendors simultaneously. The City and RCFPD may
also negotiate contract terms with the selected Vendors prior to award. The City and RCFPD, at its sole
discretion, reserves the right, unless otherwise stated, to accept or reject all or any RFP responses, or any part
thereof, either separately or to waive any informality and to split or make the award in any manner determined
to be in the best interest of the City and RCFPD.
5.9. LETTER OF INTENT TO AWARD
After a final 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 and
RCFPD may negotiate a contract with the next highest scoring Vendor or withdraw the RFP entirely.
Page 22 of 31 Page 181
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT A" CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT
It is the policy of the City and RCFPD to prevent personal or organizational conflict of interest, or the appearance
of such conflict of interest, in the award and administration of City and RCFPD Contracts, including, but not
limited to Contracts for Professional Services Agreements ("PSA") with potential Vendors.
I do not have specific knowledge of confidential information regarding RFP responses received in response to
the Request for Proposal ("RFP") #19/20-021 for Hazardous Waste Removal, Remediation and Disposal
Services On an As Needed Basis.
I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any
RFP response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not
limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any RFP
response, or removal of same from designated areas.
I, the undersigned, hereby certify that the following statements are true and correct and that I understand and
agree to be bound by commitments contained herein.
(Print Name)
(Relationship to the City and RCFPD)
(Relationship to the Vendors)
(Signature)
(Date)
Must be included in final RFP submittal.
Page 23 of 31 Page 182
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT B" PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY
Mark the appropriate choice, below:
•M
Vendors accepts the PSA without exception.
Vendors proposes exceptions to the PSA.
Summarize all exceptions on a separate document. Enclose a written summary of each change and title as
"Exception Summary", which shall include the Vendors' rationale for proposing each such exception. Each
exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the
submitted summary may deem the response as non-responsive.
Signature
Printed Name
Title
Date
Must be included in final RFP submittal.
Page 24 of 31 Page 183
I
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT C" ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED
the
(President, Secretary, Manager, Owner or Representative)
of , certify that the
(Name of Company, Corporation or Owner)
Specifications and General Provisions regarding insurance requirements as stated within the Professional
Services Agreement (PSA), for the Purchase Contract designated Request for Proposal ("RFP") #19/20-021 for
Hazardous Waste Removal, Remediation and Disposal Services On an As Needed Basis have been read and
understood and that our Vendors is able to provide and maintain the coverage as specified in the PSA. Failure
to Drovide said coverage, uaon reauest to finalize the PSA Drior to award shall be enough cause for immediate
disqualification of award. Failure to maintain said coverage shall result in termination of the contract.
Signature
Printed Name
Title
Date
Must be included in final RFP submittal.
Page 25 of 31 Page 184
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT D" ADDENDUM ACKNOWLEDGEMENT
The Vendors hereby acknowledges the following Addenda Number(s) to this RFP have been received, if any.
Vendors understands failure to acknowledge any addenda issued may cause the RFP response to be considered
non-responsive. It is the Vendors' responsibility to log into the Bid System to identify and download the number
of addenda that have been posted.
Signature
Printed Name
Title
Date
Must be included in final RFP submittal.
Page 26 of 31 Page 185
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither (Vendor) nor any of its proposed subcontractors are
not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in
accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986
Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Vendor nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Vendors or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state or federal government entity, or if Vendors or any of its subcontractors subsequently
become delinquent in California taxes, our Proposal will be disqualified.
Signature
Printed Name
Title
Date
Must be included in final RFP submittal.
Page 27 of 31 Page 186
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT F" PARTICIPATION CLAUSE
It is hereby understood that other government entities, such as cities, counties, and special/school districts may
utilize this RFP response at their option for equipment or services at the RFP response price for a period of
days. Said entities shall have the option to participate in any award made because of this solicitation.
Any such piggy -back awards will be made independently by each agency, and the City and RCFPD is not an agent,
partner or representative of these agencies and is not obligated or liable for any action of debts that may arise
out of such independently negotiated piggy -back procurement. Each public agency shall accept sole
responsibility of its own order placement and payments of the Vendors.
Successful Vendors will extend prices as proposed herein to other governmental agencies, please
specify.
Must be included in final RFP submittal.
Page 28 of 31 Page 187
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT G" SIGNATURE OF AUTHORITY
The undersigned firm declares that he has carefully examined the specifications and read the above terms and
conditions, and hereby proposes and agrees, if this RFP response is accepted, to furnish all material in
accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost
amounts set forth in the following RFP response.
THE VENDOR IN SUBMITTING THIS RFP RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO DO SO
MAY DEEM YOUR RFP RESPONSE AS NON-RESPONSIVE.
Company Name:
Address:
(Street, Su. # City, State, Zip)
Telephone #:
Fax #:
E-mail address:
Web Address:
Authorized Representative: (print)
Title:
Signature:
Date:
Must be included in final RFP submittal.
Page 29 of 31 Page 188
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT H" REFERENCES WORKSHEET
The following References Worksheet must be complete, please do not mark "See Attached". Provide a minimum
of four (4) clients that are similar in size to the City of Rancho Cucamonga that your company has conducted
comparable or like services. Preferred references should be government agencies and be a current customer
within the past three (3) years. Please verify accuracy of contact information.
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Reference 1
Reference 2
Page 30 of 31 Page 189
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Company Name
Contact Name and Title
Company Address
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
Reference 3
Reference 4
Page 31 of 31 Page 190
t-1
O ceu:909-476-2308 ® info@kvacenv.com
® Fax: 909-476-2408 @ kvacenv com
O PO Box 1505 Rancho Cucamonga, CA 91729
ENVIRONMENTAL
S4UDGE?
November 20, 2019
Re: City of Rancho Cucamonga RFP #19/20-021— Hazardous Waste Removal, Remediation and Disposal
Services on an As Needed Basis
To Whom it May Concern;
K -VAC Environmental Services, Inc. (KVAC) is pleased to submit the attached proposal in response to The
City of Rancho Cucamonga's Request for Proposal (RFP) #19/20-021 for Hazardous Waste Removal,
Remediation and Disposal Services on an As Needed Basis. KVAC has reviewed the RFP and thoroughly
understands the content and needs required by the City of Rancho Cucamonga. Based on the four
evaluation criteria factors itemized in Section 5.2 of the RFP, KVAC will demonstrate that their
fundamental objectives and philosophy in hazardous waste management is similar to that of the City of
Rancho Cucamonga and thereby the overall best contractor to service the needs of the City.
1. Expertise.
KVAC Environmental Services, Inc. is a certified, women -owned, small business engaged in full
service environmental management of hazardous and non -hazardous waste. KVAC is
committed to providing the highest quality service to all our clients. Our technical expertise,
depth of resources, and financial strength provides responsive, high quality, compliant and
innovative services tailored to meet the various and unique needs required by the City of
Rancho Cucamonga. Our greatest asset is our ability to listen, comprehend, and respond to the
specific needs of our clients, applying our individual years of experience, teamwork and
commitment to service our clients with integrity and honesty, offering the highest quality
solutions possible. These attributes have resulted in steady growth, allowing KVAC to expand by
adding the most experienced personnel, new innovative equipment, and expand our fleet and
transportation services.
KVAC Environmental Services, Inc. is comprised of experienced, professional individuals who
have extensive regulatory knowledge, education, training and hands on field experience to
properly handle hazardous waste in a safe, compliant, efficient, and cost effective manner.
Among our professional staff are; two degreed chemists with over 40 cumulative years of
experience, transportation managers, customer service representatives, health and safety
professionals, project managers, hazardous waste drivers, and highly trained technicians.
KVAC Environmental Services, Inc. has been the contractor for the California Department of
Toxic Substances Control (DTSC)for the past three years and have just received the current
contract for an additional three years. The DTSC contract covers San Bernardino, Riverside, San
Diego and Imperial counties for the remediation of off-highway spills, illegal dumpings and the
remediation of clandestine drug labs.
Page 191
■
O w:909-476-2308 ® info@kvacenv.com
® Fax: 909-476-2408 ® kvacenv.com
p PO Box 1505 Rancho Cucamonga, CA 91729
9"St
1
In addition to DTSC, KVAC Environmental Services, Inc. has performed numerous emergency
response remediation activities for; Southern California Gas Company, Environmental Protection
Agency, California Department of Food and Agriculture, and the City of Rancho Cucamonga to
name a few.
Quality of Proposed Services.
KVAC takes great pride in the creative solutions they have developed when understanding the
needs and concerns of our clients. With an in-house fabrication shop, we have been able to
create and develop a variety of innovative solutions which ultimately reduce labor and excessive
equipment costs for our clients.
KVAC is constantly evaluating and adapting personnel and equipment to better service the
needs of our customers. For example, KVAC had a customer who needed an elevator shaft
which filled with water and oil pumped out and properly disposed. The pit was located in the
basement of a parking structure. The'previous contractor brought out a large vacuum truck and
used multiple links of hose blocking and obstructing the parking areas on multiple floors.
KVAC's fabrication shop created a self-contained, skid mounted, vacuum unit and holding tank
that fits on the back of a pick-up truck. Since it is compact, it clears the low overhead of a
parking garage, can drive right up to the pit, pump out the liquid and contain the liquid without
stopping or blocking the parking traffic within the structure. The job was completed in half the
time with less labor.
Another, unique piece of equipment developed by KVAC is a pressure wash unit that has no
over -spray and the liquid is pumped as you go so there are no pools of liquid or flooding when
pressure washing a parking lot, garage, walkway, etc.
3. Extent to which KVAC services meet the needs of the City.
KVAC Environmental Services, Inc. is fully committed to meet the hazardous waste removal,
remediation and disposal services required by the City of Rancho Cucamonga per RFP #19/20-
021. KVAC is not just a business located within the City of Rancho Cucamonga, but the owners
of KVAC have resided within the City for numerous years and are avid supporters of Rancho
Cucamonga Fire Department. KVAC has sponsored various training exercises with the local Fire
Department and other community organizations.
KVAC Environmental Services, Inc. maintains a fleet of eco -friendly, hazardous waste licensed
vehicles including; vacuum trucks, roil -off units and bins, vactors, dry vans, stake bed trucks,
and emergency response vehicles. KVAC Environmental Services, Inc. currently has over 90
highly trained, experienced personnel to handle a wide array of hazardous and non -hazardous
chemical incidents including; fuel spills, illegal dumpings, multi -chemical lab packs, confined
space entries, clandestine labs, homeless encampment clean-ups, industrial cleanings, and so
Page 192
■
ENVIRONMENTAL
much more.
O ceii:909-476-2308 ® mfo@kvacenv.com
® Fax:909-476-2408 O kvacenv com
p PO Box 1505 Rancho Cucamonga, CA 91729
KVAC Environmental Services, Inc. is fully committed to assist the City of Rancho Cucamonga
with any hazmat situation in a safe and compliant manner which protects our employees and
the community of Rancho Cucamonga.
4. Cost Reduction.
Through KVAC's experience, innovation, and resourcefulness, we have found numerous ways to
reduce costs for our clients without jeopardizing the regulatory aspects of handling hazardous
waste. We will not use unapproved or improperly rated containers to package waste to save a
few dollars which then puts our customers in non-compliance with the EPA or DOT. All waste
will be segregated, packaged, labeled, and transported to properly permitted disposal facilities.
By aligning with multiple reputable disposal facilities, KVAC is able to obtain the most cost
effective disposal options. We are not affiliated or committed to a single Treatment, Storage or
Disposal Facility (TSDF). If a disposal facility should raise or lower their prices, KVAC is
positioned to exercise the option of using an alternative site. This allows for the most
economical disposal options for the City of Rancho Cucamonga.
KVAC Environmental Services, Inc. appreciates the opportunity to submit the enclosed proposal. We
wish to thank you in advance for your review and consideration. Should you have any questions or
require additional information, please feel free to contact KVAC at;
Corporate Office (Physical Address):
K -VAC Environmental Services, Inc.
8910 Rochester Avenue
Rancho Cucamonga, CA 91730
Mailing Address:
K -VAC Environmental Services, Inc.
P.O. Box 1505
Rancho Cucamonga, CA 91729
Equipment Yard (Physical Address):
K -VAC Environmental Services, Inc.
8615 Pecan Avenue
Rancho Cucamonga, CA 92335
RFP Contact Person:
Rodney Townsend (909) 476-2308 office
(909) 815-3468 cell
Rodney.townsend(@kvacenv.com
Page 193
O ceii: 909-476-2308 ® info@kvacenv.com
® Fax 909-476-2408 @ kvacenv com
p PO Box 1505 Rancho Cucamonga, CA 91729
4 1
the cianat„re halnw k cnnfirmation of KVAC Environmental Services, Inf.'s ability and willingness to
:ed in RFP #19/20-021.
C.
Page 194
City of Rancho Cucamonga RFP#19/20-021
TABLE OF CONTENTS
page
i. COVER PAGE 1
ii. TABLE OF CONTENTS 5
SECTION 1— EXECUTIVE SUMMARY
1.1 KVACs Approach
7
1.2 KVACs Proposal
7
1.3 KVACs Experience
7
1.4 Staffing
8
SECTION 2 — EXPERIENCE
Exhibit D
2.1 Qualifications
10
2.2 Project References
10
2.3 Company History
13
SECTION 3 —SUBCONTRACTORS
17
SECTION 4 — STAFF BIOGRAPHIES
4.1 Resumes
19
SECTION 5 — PROPOSAL RESPONSE
5.1 Emergency Services
21
5.2 Emergency Contact Information
21
5.3 Employee Training
22
5.4 Containment and Counter Measures
24
5.5 Packaging and Marking
24
5.6 Stabilization and Removal
24
5.7 Disposal
24
5.8 Licenses/Certifications
24
Appendices:
Appendix A — RFB Exhibits
Exhibit A
Conflict of Interest and Non -Disclosure Agreement
Exhibit B
Professional Services Agreement
Exhibit C
Acknowledgement of Insurance Requirements and Certification of
Ability to Provide and Maintain Coverage Specified
Exhibit D
Addendum Acknowledgement
Exhibit E
Vendor Certification Form
Exhibit F
Participation Clause
Exhibit G
Signature of Authority
Exhibit H
Reference Worksheet
Page 195 1
City of Rancho Cucamonga RFP#19/20-021
Appendix B — Line Item Pricing
Appendix C — Permits and Licenses
Appendix D — Resumes of Key Personnel
Page 196
City of Rancho Cucamonga RFP#19/20-021
SECTION 1— EXECUTIVE SUMMARY
Page 197
City of Rancho Cucamonga RFP#19/20-021
SECTION 1— EXECUTIVE SUMMARY
Page 198
City of Rancho Cucamonga RFP#19/20-021
SECTION 2 — EXPERIENCE
Page 199
City of Rancho Cucamonga RFP#19/20-021
SECTION 2 — EXPERIENCE
2.1 Qualifications
KVAC is a California Corporation and a certified woman -owned small business.
KVAC Environmental Services, Inc. has been responding and remediating emergency
response incidents since its inception in 1997. Since that time, KVAC has continuously
added experienced personnel with a vast knowledge and experience in handling
hazardous and non -hazardous waste including emergency situations. KVAC has
responded to numerous incidents for DTSC, EPA, Cal Trans, ERTS, PSC Environmental,
United Parcel Service, City of Rancho Cucamonga, and other major companies and
municipalities. In addition, KVAC Environmental Services, Inc. is listed in a majority of
our client's CUPA Emergency Response/Contingency Plans as the primary emergency
response contractor.
2.2 Project References
KVAC Environmental Services, Inc. submits the following Project References as a
sampling of our emergency response experience and versatility
2.2.1 MTNA Group Orca Systems (IFCO Facility) —Nitric Acid Spill
Name of Client: MTNA Group Orca Systems
Contact: Richard Aguilar
Phone: (909) 484-4332
Date(s) of Project: 12-28-15
Project Cost: $11,895.00
Location of Spill: IFCO Facility
8950 Rochester Avenue, Suite 150
Rancho Cucamonga, CA 91730
Cause of spill: An employee at IFCO was transferring Nitric Acid from a 55 gallon drum
into a smaller container. Upon completing the transfer, the employee looped the hose
over the pump which was still inserted in the open bung of the drum. The employee left
the area. A siphon had been created by the hose and pump so the Nitric Acid continued
to flow and flooded the storage area. Orange fumes were generated when the Nitric
Acid came in contact with the metal storage racks. The building was evacuated, the Fire
Department, County Health Department, and K -VAC were contacted to respond.
Project summary: KVAC Environmental Services Inc. arrived on -scene within a half
hour of notification (5:30 PM). A Level A entry was made by KVAC, Fire Department,
and County Health Department. The pump was removed from the drum of Nitric Acid
and the drum was sealed. An assessment was completed and showed that the material
Page 200
City of Rancho Cucamonga RFP#19/20-021
had spread over an area of approximately 500 square feet underneath pallets and
shelving units. Air monitoring was conducted and indicated acid vapors within the
building.
KVAC response team entered in Level B and opened doors, opened sky lights, and set
up fans to dissipate vapors. An absorbent was used to absorb any free standing liquid,
swept up and placed into DOT approved drums. The seams in the concrete, and
saturated pallets were tested and had a pH of 1. The entire area was sprayed with a
caustic soda solution to neutralize remaining acid. The shelving and pallets were moved
to access the material beneath them. A final layer of absorbent was used to absorb the
free standing liquid, swept up, and placed into drums.
The Fire Department and County Health Department inspected the area, monitored the
air, and conducted pH tests throughout the impacted area. The area was deemed
clean and safe to re-enter. A total of 6 — 55 gallon drums of Corrosive Solids, n.o.s were
generated, labeled and left on site pending TSDF profile approval. End of job was 1:30
AM. Upon profile approval, the drums were removed and disposed at an appropriate
TSDF.
The total incident took 8.5 hours to complete. All work was completed by KVAC
personnel.
2.2.2 Alltech Associates, Inc. —Mercury Spill and Lab Clean-up
Name of Client: Alltech Associates, Inc.
Contact: Alissa Enrique
Phone: (760) 244-6107
Date(s) of Project: 9-11-14
Project Cost: $2515.00
Location of Spill: Alltech Associates, Inc.
17434 Mojave Street
Hesperia, CA 92345
Cause of spill: There was an accidental release of elemental mercury in a laboratory
sink. The impacted area and items of contamination included; sink area, employees
clothing, ventilation hood, floor in front of sink and hood, and other surrounding areas.
Project summary: K -VAC Environmental Services, Inc. arrived on -scene at 8:30 AM and
immediately met with Mr. Lorenzo Jackson of Alltech Associates, Inc. for an update of
the location and estimated quantity of mercury spilled. KVAC personnel calibrated the
mercury vapor analyzer, donned appropriate PPE, and began a site assessment. The
hallways and doorways leading to the affected laboratory were determined to be free of
contamination. The sink and ventilation hood and adjacent areas were found to be
Page 201
City of Rancho Cucamonga RFP#19/20-021
contaminated with mercury levels ranging from 0.06 — 0.25 mg/m3. All contaminated
clothing, floor mats, and miscellaneous debris were placed into 55 gallon, poly, open -
top drums. Elemental mercury was removed using a mercury vacuum unit. Upon
removal of mercury contaminated items, the laboratory thermostat was increased from
72 to 89 degrees to remove any unknown mercury vapors. At 1:15 PM the laboratory
was re-entered for final air monitoring and monitoring of the impacted areas. The
instrumentation readings and results were 0.0 mg/m3 .
The total incident took 9.5 hours to complete. A total of 2 — 55 gallon drums were
generated of mercury contaminated debris. All work was completed by KVAC
personnel.
2.2.3 California Department of Transportation (Cal Trans) — Diesel Spill
Name of Client: California Department of Transportation
Contact: Bill Kerr
Phone: (909) 227-2944
Date(s) of Project: 8-2-14
Project Cost: $11,785.00
Location of Spill: 1-40 Hwy, East Bound
Mile Marker 24.
Newberry Springs, CA
Cause of spill: A vehicle accident involving a tractor trailer which split the fuel tank and
created a large diesel spill. The fuel spread off the freeway and contaminated the soil
between the east and west bound lanes of the freeway.
Project summary: KVAC Environmental Services, Inc. received a call from Cal Trans to
respond to an overturned tractor and trailer that spilled diesel on the freeway and onto
adjacent soil. KVAC arrived on -scene, met with Cal Trans and assessed the spill and
clean-up action plan. A tow company removed the damaged tractor and trailer. KVAC
absorbed the free standing diesel. The impacted freeway was pressure washed and the
rinseate was collected using a mini guzzler vacuum unit. The contaminated soil was
removed using a Skidsteer Bobcat Unit and placed into a 20 cubic yard roll -off bin. The
soil was checked to verify all contaminated soil had been removed, then backfilled with
clean soil that KVAC had brought to the site in a second 20 cubic yard bin.
The total incident took 10.25 hours. A total of 8.63 tons of diesel contaminated soil was
generated and disposed. KVAC completed all work once the tow company removed
the wreckage.
Page 202
City of Rancho Cucamonga RFP#19/20-021
2.2.4 Alondra Chemical- Bellflower, CA
Name of Client: Environmental Protection Agency/CA Department of Toxic Substances
Control
Contact: Robert Wise/George Baker
Phone: (714) 655-0780
Date(s) of Project: 7-31-18 to 8-3-19
Project Cost: $31,532.74 Labor and Materials Only
Location of Incident: Alondra Chemical
9548 Alondra Blvd.
Bellflower, CA 90706
Cause of Incident:
Originally KVAC was contacted to inventory a few chemicals and prepare a cost to
package and dispose of the chemicals. Upon arrival KVAC identified a serious situation
involving thousands of chemicals which were improperly stored and potential
dangerous to the surrounding area. The City of Bellflower contacted DTSC and the EPA
to respond and evaluate the situation. The EPA and DTSC responded and took control
of the remediation project. It was decided that the two agencies would share the cost
of the cleanup. EPA would pay for the transportation and disposal and DTSC would pay
for the material and labor to properly segregate and package all chemicals. KVAC was
on-site and a DTSC contractor so they were tasked with the DTSC portion of the cleanup
efforts.
Project Summary:
KVAC segregated all chemicals by DOT hazard classes and by compatibility, properly
inventoried, and lab packed the chemicals into DOT approved drums. The drums were
then labeled as to the proper shipping name and the contents. The drums were then
staged on-site until the TSDF profile was approved for disposal. The EPA contractor
then picked up the pre-packaged drums and transported to the TSDF for disposal.
Upon completion of the project, a total of 126 containers were packaged (ranging from
5 gallon pails to cubic yard boxes). Over 500 unknowns were field tested to determine
their respective hazard class. A total of 1,742 chemicals were identified, inventoried
and packaged including; radioactives, water reactives, toxics, flammables, oxidizers,
corrosives, and cylinders.
2.3 Company History
KVAC Environmental Services, Inc. is a woman -owned, small business engaged
in full service environmental management of hazardous and non -hazardous
waste. Since its inception in 1997, KVAC has continued to grow and expand
their expertise by hiring leaders within the industry, purchasing various small
Page 203
City of Rancho Cucamonga RFP#19/20-021
companies, and training all employees above and beyond regulatory standards.
In 2013, KVAC hired a degreed chemist, Jeanne Delperdang (Resume in Section 4), who
currently has over 35 years of experience handling a variety of clandestine labs, Illegal
abandonments, spills, lab packs, and general industry's hazardous and non -hazardous
waste. KVAC also hired James Rankin (Resume in Section 4) who is a Project Manager
that specializes in emergency response, industrial cleaning, multi -faceted remediation
projects, and confined space work.
KVAC purchased JSE Environmental and Interstate Pumping in 2014, two small
companies that specialized in non -hazardous and non-RCRA pumping services.
KVAC opened a satellite office in Richmond, California in 2014 to service Northern
California.
KVAC opened a second satellite office in Santa Fe Springs, California in 2016. KVAC
hired Rodney Townsend as General Manager to oversee the operations and growth. Mr
Townsend was a Project Supervisor with 20+ years of field experience. Mr. Townsend
has recently been promoted to KVAC Corporate Sales Manager and now oversees the
sales and growth of all field offices.
KVAC has continuously increased its fleet of eco -friendly, hazardous and non -hazardous
waste equipment which includes; 5000 gallon tank trailers, roll -off units, rocket
launchers, vans, emergency response trailers, command centers, vactor unit, excavators
and various specialized trailers which includes; pressure washer units, jetters, vactron,s
and assorted other unique equipment.
FIELD OFFICES
KVAC Environmental Services, Inc. has two locations within Rancho Cucamonga, CA.
1) KVAC Environmental Services, Inc. - Corporate Office
8910 Rochester Ave.
Rancho Cucamonga, CA 91730
KVAC shares this property with K -Pure Waterworks, Inc. which is a non -hazardous
wastewater treatment facility. This office is an administrative office and consists of
Human Resources, Accounts Receivable, Accounts Payable, and Payroll
Departments.
2) KVAC Environmental Services, Inc. - Field Services
8615 Pecan Ave.
Rancho Cucamonga, CA 91739
Page
City of Rancho Cucamonga RFP#19/20-021
This property consists of two buildings; Mechanic Shop/Project Manager's Office and a
Dispatch/Operations office. There is a loading dock with various trailers that serve as KVAC's
load consolidation area. All waste is transported to licensed and permitted TSDFs within 10
days of being picked -up by KVAC.
Page 205
City of Rancho Cucamonga RFP#19/20-021
SECTION 3 — SUBCONTRACTORS
Pag
City of Rancho Cucamonga RFP#19/20-021
SECTION 3 —SUBCONTRACTORS
K -VAC Environmental Services, Inc. is fully capable to handle most waste encountered in
emergency response incidents within the City of Rancho Cucamonga without the use of sub-
contractors. K -VAC owns a fleet of licensed, hazardous waste vehicles, specialized trailers and
has experienced, qualified personnel to handle majority of situations and/or waste that may be
encountered as delineated within RFP #19/20-021.
Page 207
City of Rancho Cucamonga RFP#19/20-021
SECTION 4 - STAFF BIOGRAPHIES
F
Page 208
City of Rancho Cucamonga RFP#19/20-021 MONUMMOMMENNOW
SECTION 4—STAFF BIOGRAPHIES
4.1 Key Employees
4.1.1 Response Foreman
Required Experience Actual Experience Name
4 years of direct on -scene field experience: 11 years Taylor Blackwell
13 years James Rankin
6 years Albert Borboa
8 years Rodney Townsend
8 years Rudy Kleijne
30 years Jeanne Delperdang
4.1.2 Cleanup Technician Level II
Required Experience Actual Experience Name
2 years of normal cleanup activities: 8 years Jose Aguayo
8 years Joshua Eastman
3 years Richard Garcia Sr.
7 years Sergio Ortiz -Vera
3 years Griselle Medinilla
15 years James Guillen
4.1.3 Cleanup Technician Level I
Required Experience
Actual Experience
Name
6 months performing supervised tasks:
1 year
Joshua Brand
1 year
Austin Dale
1 year
Stewart Duardo
1.5 years
Richard Garcia Jr.
1 year
Jared Schaffer
1 year
Emilio Valdovinos
4.1.4 Chemist
Required Experience
Actual Experience
Name
Bachelor of Science or higher —Chemistry:
BS Chemistry (1980)
Jeanne Delperdang
3 years field experience:
30 years
4.2 Resumes
Resumes for the key personnel listed in Section 4.1 are attached in Appendix D of this Proposal.
Page 209
City of Rancho Cucamonga RFP#19/20-021
SECTION 5 — PROPOSAL RESPONSE
Page 210
City of Rancho Cucamonga RFP#19/20-021
SECTION 5 — PROPOSAL RESPONSE
5.1 Emergency Services
KVAC Environmental Services, Inc. has a dedicated fleet of fully stocked emergency
response trailers, highly trained response personnel and assorted specialty trailers ready
to respond to a wide array of emergency situations. KVAC has responded to a variety of
emergency response situations including; highway vehicle spills, tank overflows,
abandoned chemicals, warehouse spills, mercury spills, chemicals in sewers, illegal
dumping, abandoned research labs, and numerous other scenarios.
KVAC has 24 hour/7 days a week response. After hour calls are forwarded to an on-call
dispatch/project manager who has the authority to commit company resources and
personnel. This allows for the appropriate response team to be dispatched quicker
thereby arriving in a timely manner.
5.2 Emergency Contact Information
KVAC maintains a 24 hour per day, 7 days per week emergency response call,
center for all our customers. This allows our customers to talk with a "live
body" even after normal office hours. After hours, all phone calls are forwarded to on-
call project managers and dispatchers with the authority to make decisions, fully
understanding KVAC operations, immediately dispatching personnel, equipment, and
resources to perform routine, non -routine, emergency responses, or other complex
services required by the customer.
The emergency response call number is 909-476-2308.
On -Site Contingency Plan for Spills/Releases
Prior to the start of any project, KVAC Environmental Services, Inc. conducts tailgate
safety meetings. The tailgate safety meeting discusses the scope of work, the location
of eyewashes/safety showers, emergency procedures, evacuation routes and any other
pertinent information relating to the project.
KVAC Environmental Services, Inc. is an emergency response company. All field
personnel are trained to respond to emergency situations and prevent emergency
situations from occurring. KVAC responds to each job with enough equipment to
complete the project and with additional supplies should an incident occur.
In the event of an on-site spill or release of a hazardous material the following
procedures will be immediately implemented:
1) Evacuate immediate area.
2) Survey and assess existing and potential hazards.
3) If it can be done safely, stop source of leak or release.
Page 211
City of Rancho Cucamonga RFP#19/20-021
4) Dike, berm, and/or coverall drains.
5) Notify City of Rancho Cucamonga of the incident and available information.
6) Request additional personnel and/or equipment from KVAC dispatch (if necessary).
7) Prepare work plan for remediation of spilled or released material.
8) Conduct tailgate safety meeting to explain; the scope of work, appropriate PPE
required, individual job functions, chemical and physical hazards, emergency
procedures.
9) Complete work plan.
10) Create incident report.
In the event of a spill or release of a hazardous material during transport, the following procedures will
be immediately implemented:
1) The vehicle will pull to the side of the road.
2) The driver will immediately call KVAC dispatch.
3) If the source of the spill or release can be identified, the driver will stop the source
of the spill or release if it can be controlled safely. This may be upright a drum or
laying it on its side.
4) The driver carries a recovery drum spill kit on each vehicle. If the driver can safely
overpack the container he may do so. If not, the driver will secure the area and wait
for the KVAC response team to arrive.
5) While waiting for the response team, the drive will need to dike, berm and/or cover
any storm drains.
6) The KVAC response team will remediate the spill or release upon their arrival.
7) The response team will create an incident report and report to the applicable
regulatory agencies (if required).
5.3 Employee Training
KVAC Environmental Services, Inc. is firmly committed to the health and safety of all
employees. This is primarily accomplished by extensive training both in-house and
through the use of third party training consultants. KVAC engages in continuous training
that far exceeds the regulatory requirements. Employees are crossed trained in all
aspects of waste handling and management, emergency response procedures,
equipment use, shipping documents, disposal options, and a multitude of other related
topics.
All personnel are initially trained in the following,
1) Basic 40 hour HAZWOPER training
2) Hazard Communication and Global Harmonized Systems
3) Injury Illness Prevention Plan
4) CUPA Plan including emergency procedures, evacuation routes, etc.
5) Hazardous Materials Security Plan
Page 212
City of Rancho Cucamonga RFP#19/20-021
6) DOT/RCRA Training
7) CPR/First Aid
8) Alcohol and Drug Awareness
Project Managers are trained in the following;
1) HAZWOPER Supervisory training
2) Drug and Alcohol Reasonable Suspicion
3) Confined Space Entry Training
Technicians receive the following training;
1) Confined Space Entry Training
2) Forklift Operations
Specialized Crews receive additional training in the following;
1) Confined Space Rescue
2) HazCat Procedures
3) Lab Packing Procedures
4) Specialized Equipment Training (Jeffers, Vactors, Pressure Washers, etc.)
5) Bloodborne Pathogen Training
In addition, all field personnel receive additional OSHA training in the following;
1)
Asbestos Awareness
2)
Crane Safety
3)
Electrical Safety
4)
Fall Protection
5)
Fire Protection
6)
Hydrogen Sulfide Awareness
7)
Ladder Safety
8)
Lead Awareness
9)
Lockout/Tagout
10)
Mercury Monitoring
KVAC continuously monitors and evaluates the training offered and will routinely add
other industry related topics or training on new, specialized equipment. Training is
repeated per; regulatory requirements, when employee shows signs that a refresher
may be in order, or the equipment or regulations have been modified.
KVAC is committed to health and safety and has a policy to promote from within. Any
employee who has embraced and demonstrated the high safety standards of KVAC and
who has the desire to broaden their personal goals, will be considered for alternative
levels of responsibility based on their proficiency in the additionally require training
courses.
Page 213
City of Rancho Cucamonga RFP#19/20-021
5.4 Containment and Counter Measures
KVAC Environmental Services, Inc. will survey and assess existing and potential
hazards. Defensive actions to protect the public health and the environment and to
contain the material will be implemented. This may include, but shall not be limited
to:
1) Dike, berm, and/or cover all drains
2) Closing leaking containers or overpacking of damaged containers
3) Building dams, dikes, slurry trenches to contain the spread of material
4) Diverting water discharges
5) Absorbing free standing liquids
6) Establish work zones and minimize access
5.5 Packaging and Marking
KVAC Environmental Services, Inc. will provide all the necessary materials to properly
package the waste generated at hazardous or non -hazardous emergency response
incident. Waste will be segregated according to D.O.T. hazard classes and by
compatibility, packaged into D.O.T. approved containers, properly labeled and marked,
loaded onto an approved hazardous materials permitted vehicle, then transported to
appropriately licensed TSDF.
5.6 Stabilization and Removal
KVAC Environmental Services, Inc. will stabilize and remove all material designated by
the City of Rancho Cucamonga. All controlled substances will be rendered useless by
solidification using cement or other approved absorbents.
5.7 Disposal
KVAC Environmental Services, Inc. does not own a hazardous waste treatment, storage
or disposal facility. Therefore, KVAC is not restricted to use a corporate facility or
"sister" company. This allows KVAC to negotiate with the various credible TSDFs and
obtain the most favorable disposal options for the City. KVAC maintains positive
relationships with all the major TSDFs.
5.8 Permits and Licenses
See Appendix C for copies of K -VAC Environmental Services, Inc.'s Permits and Licenses.
Page 214
City of Rancho Cucamonga RFP#19/20-021
APPENDICES
Page 21!
Taylor Blackwell
Operations Manager
Academic and Professional Degrees:
Hazardous Materials Technician/Specialist
Hazardous Materials First Responder Operational
State of California —Office of Emergency Services
FEMA Incident Command System
Emergency Management Institute
California Driver's License Class A, HAZ TWIC Card
Relevant Work Experience:
1) KNAC Environmental Services, Inc.
03-05-08 to present
Scope of Responsibilities:
Responsible for all aspects of hazardous materials and waste projects, including; lab
packs, emergency responses, confined space projects, demolitions, decontaminations,
contaminated soil remediation, and all other projects. This includes; utilization of
resources, timely and accurate communications, preparing bid estimates, work plans,
health and safety plans, project plans, documentation, cost tracking, and project closure.
Assist Health and Safety Department with employee training and development of
company health and safety policies.
2) Avalon Restoration
Technician/Driver 03/06 to 03/08
Scope of Responsibilities:
Assisted Project Manager with water and mold remediation. Performed on-site
treatment of mold, removal of damaged material, and transported waste to disposal
facility.
I
Pal6
Jeanne Delperdang
Compliance/Chemist
Academic and Professional Degrees:
Bachelor of Science – Chemistry (1980) California State University Dominguez Hills
Masters of Business Administration (Interim) California Polytechnic State University
Work Experience:
1) KNAC Environmental Services, Inc. Health and Safety Manager
8-28-13 to present
Scope of Responsibilities:
Oversee all health and safety aspects of KNAC Environmental Services, Inc. and K -Pure
Waterworks. Coordinate and conduct all training requirements for all employees.
Maintain all regulatory requirements including permits, licenses, and reports. Review all
RCRA projects including shipping documents, confined space permits, tailgate safety
meetings, etc.. Manage lab pack projects which involve various hazardous chemicals.
Oversee emergency response projects involving Level A or Level B personal protection
equipment.
2) Ecology Control Industries/ Consolidated Waste Industries
Health and Safety Manager
1999-2013
Scope of Responsibilities:
Oversaw all health and safety aspects of Ecology Control Industries and Consolidated
Waste Industries. Coordinated and conducted all training requirements for all employees.
Maintained all regulatory requirements including permits, licenses, and reports. Oversaw
and supervised Customer Service Department, Emergency Response Department, and all
Project Managers. Prepared all RFP, IFB, and formal bid packages. Offered technical
interpretation of chemical analysis.
Managed lab pack projects which involve various hazardous chemicals. Oversaw
emergency response projects involving Level A or Level B personal protection equipment.
Program Manager, Chemist, and Response Foreman for DTSC Drug Lab
Contract.
3) Broco Environmental, Inc.
General Manager
1998-1999
Scope of Responsibilities:
Specifically hired by an out of state owner to reopen a TSDF, maintain a perfect
regulatory compliance status, and generate new business to maximize the sale price of
the facility.
—Page
Oversaw all operational, administrative, and compliance issues associated with daily
operation of a TSDF. Interfaced with all Regulatory Agencies. Provided a safe and secure
storage area for Department of Justice evidence and samples.
4) Hazpak, Inc.
President/C.E.O.
1991-1997
Scope of Responsibilities:
Oversaw all administrative and operational functions associated with a hazardous waste
transportation and service company including; obtaining all permits and insurance,
accounting, financial planning, equipment acquisition, hiring practices, scheduling,
project planning and coordination, customer service, sales and marketing, quality control,
and providing a safe work environment for all employees.
Managed lab pack projects which involve various hazardous chemicals. Oversaw
emergency response projects involving Level A or Level B personal protection equipment.
Program Manager, Chemist, and Response Foreman for DTSC Drug Lab
Contract.
5) Containerized Chemical Disposal, Inc.
Director of Technical Services
I, 1989-1991
Scope of Responsibilities:
Managed lab pack projects which involve various hazardous chemicals. Oversaw
emergency response projects involving Level A or Level B personal protection equipment.
Program Manager, Chemist, and Response Foreman for DTSC Drug Lab
Contract.
6) Disposal Control Services, Inc.
Chemist/Emergency Response Coordinator 1984-1989
Scope of Responsibilities:
Managed lab pack projects which involve various hazardous chemicals. Oversaw
emergency response projects involving Level A or Level B personal protection equipment.
Program Manager, Chemist, and Response Foreman for DTSC Drug Lab
Contract.
7) BKK Corporation
Chemist
1981-1984
Scope of Responsibilities:
Oversaw all incoming hazardous waste loads and verify contents and acceptance per
facility permit. Determine compatibility with other loads and ultimate disposition.
Oversaw all emergency response spill clean-ups within the facility and enroute to the
facility (Azusa Ave).
Page 218
Jose Aguayo
Clean-up Technician II
Academic and Professional Degrees:
California Driver's License — Class A
40 -Hour OSHA HAZWOPER w/Current 8 -Hour refresher course
24 -Hour Confined Space Rescue Training w/8 -Hour Refresher
8 -Hour HAZWOPER First Responder Operations
Compressed Gas Cylinder Training
Lab Packing Procedure Training
Regulatory Compliance Training
HM181 HazMat/RCRA Employee Training
Relevant Work Experience:
1) K -VAC Environmental Services, Inc.
Position: Receiving Dock/Hazardous Waste Manager
09/01/2005 to present
Percentage applicable to DTSC: 100%
Scope of Responsibilities:
Responsible for all aspects of hazardous materials and waste management in transit at the K -VAC
10 -day holding facility. Verifies that all incoming waste manifests and shipping documents are
correct and completed.
Successfully completed numerous confined space entries under level B and provided stand-by
rescue service. Assisted on a large number of Cal Trans emergency response spill clean-ups and
illegal waste dumping clean-ups. Completed hands-on lab packing training class in proper sorting
and packing procedures.
Assisted with emergency response clean-up to various So Cal Gas locations when "water in the
main" catastrophes happened in Atascadero, Arcadia, Claremont, Montclair, and Riverside.
Provided labor and assistant supervisor to project managers while onsite in Porter Ranch for So Cal
Gas leaking main emergency.
Assisted in building demolitions, chemical lab decontaminations, contaminated soil remediation,
and all other projects. This includes; working with dispatch to efficiently utilize resources, provided
timely and accurate communications, as well as prepared various waste manifests and bills of
lading.
Page 219
Richard Garcia Jr.
Clean-up Technician I
Academic and Professional Degrees;
California Driver's License — Class C
40 -Hour OSHA HAZWOPER
24 -Hour Annual RCRA Training
Confined Space Entry Training
Emergency Response Training
Blood-borne Pathogens Training
Asbestos & Lead Awareness
Relevant Work Experience:
1) KNAC Environmental Services, Inc.
Position: Technician
10/22/2016 to present
Scope of Responsibilities:
Assist project managers and clean-up technicians in the remediation of hazardous materials and waste
projects, including; lab packs, emergency response, confined space projects, demolitions,
decontamination, contaminated soil removal, and all other projects. Maintain all emergency response
and confined space rescue equipment. Provide general maintenance and housekeeping of KNAC
facilities and transportation equipment.
Page 22
Rodney Townsend
Response Foreman
Academic and Professional Degrees:
California Driver's License Class A, HAZ
TWIC Card
Relevant Work Experience:
1) K -VAC Environmental Services, Inc. Project Manager
7-12-15 to present
Percentage Applicable to DTSC: 75
Supervisor: Fred Knifer C.F.O.
Scope of Responsibilities:
Responsible for all aspects of hazardous materials and waste projects, including; lab
packs, emergency responses, confined space projects, demolitions,
decontaminations, contaminated soil remediation, and all other projects. This
includes; utilization of resources, timely and accurate communications, preparing
bid estimates, work plans, health and safety plans, project plans, documentation,
cost tracking, and project closure.
2) OC Vacuum, Inc. Project Manager
2-10 to 7-15
Percentage Applicable to DTSC: 75
Supervisor: Oscar Carrasco
Scope of Responsibilities:
Responsible for all aspects of hazardous materials and waste projects, including; lab
packs, emergency responses, confined space projects, demolitions,
decontaminations, contaminated soil remediation, and all other projects. This
includes; utilization of resources, timely and accurate communications, preparing
bid estimates, work plans, health and safety plans, project plans, documentation,
cost tracking, and project closure.
Page 221
Sergio Ortiz -Vera
Clean-up Technician 1
Academic and Professional Degrees:
California Driver's License Class A, HAZ
Relevant Work Experience:
1) KNAC Environmental Services, Inc. Technician/Driver
6-20-13 to present
Percentage Applicable to DTSC: 75
Supervisor: Chris Carrasco Dispatcher
Scope of Responsibilities:
Assist Project Manager and Clean-up Technicians in the remediation of hazardous
materials and waste projects, including; lab packs, emergency response, confined
space projects, demolitions, decontamination, contaminated soil removal, and all
other projects.
Provide general maintenance and housekeeping of KNAC facilities and equipment.
Transport hazardous and non -hazardous waste to permitted disposal facilities.
Page 222
Daniel Esparza
Clean-up Technician I
Academic and Professional Degrees:
California Driver's License — Class A
40 -Hour OSHA HAZWOPER
24 -Hour Annual RCRA Training
Confined Space Entry Training
Emergency Response Training
Blood-borne Pathogens Training
Asbestos & Lead Awareness
Relevant Work Experience:
1) KNAC Environmental Services, Inc.
Position: Technician
06/09/2016 to present
Scope of Responsibilities:
Assist project managers and clean-up technicians in the remediation of hazardous materials and waste
projects, including; lab packs, emergency response, confined space projects, demolitions,
decontamination, contaminated soil removal, and all other projects. Maintain all emergency response
and confined space rescue equipment. Provide general maintenance and housekeeping of KNAC
facilities and transportation equipment.
Page 223
Griselle Borboa
Clean-up Technician II
Academic and Professional Degrees:
California Driver's License — Class C
40 -Hour OSHA HAZWOPER
8 -Hour Annual OSHA HAZWOPER Refresher
24 -Hour Annual RCRA Training
Confined Space Entry Training
Lab Pack Training
Compressed gas cylinder Training
Regulatory Compliance
Relevant Work Experience:
1) K -VAC Environmental Services, Inc.
Position: Special Services Coordinator
09/2013 to present
Percentage applicable to DTSC: 50%
Scope of Responsibilities:
Responsible for coordinating special services personnel for response to all hazardous materials and
waste projects, demolitions, decontaminations, and other various projects. This includes; utilization of
resources, timely and accurate communications, preparing bid estimates, documentation, and project
closure. Assist Health and Safety department with employee training. Assist project managers and level
2 technicians with lab packs, confined space projects, contaminated soil removal, and various other Cal
Trans and So Cal Gas Company emergency response clean-up projects. Provide general maintenance and
housekeeping of K -VAC facilities.
2) Antimite Pest Control
Position: Dispatch
12/2011 to 09/2013
Scope of Responsibilities:
Responsible for scheduling the route of 10-12 pest control technicians. Calling customers to set up
service appointments. Worked directly with the branch manager to ensure all technicians have
completed their monthly route services in full. Prepared end of month completion and billing reports for
branch manager.
Page 224
Albert Borboa
Clean-up Technician 2
Academic and Professional Degrees:
California Driver's License Class B, HAZ
Union Pacific Railroad Orientation and Safety Training
Relevant Work Experience:
1) KNAC Environmental Services, Inc. Technician
1-7-14 to present
Percentage Applicable to DISC: 85
Supervisor: Chris Carrasco Dispatcher
Scope of Responsibilities:
Assist Project Manager in the remediation of hazardous materials and waste
projects, including; lab packs, emergency response, confined space projects,
demolitions, decontamination, contaminated soil removal, and all other projects.
Member of the Confined Space Rescue Team.
Maintain all emergency response and confined space rescue equipment.
Transport hazardous and non -hazardous waste to permitted disposal facilities.
Page 225
1
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT A" CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT
It is the policy of the City and RCFPD to prevent personal or organizational conflict of interest, or the appearance
of such conflict of interest, in the award and administration of City and RCFPD Contracts, including, but not
limited to Contracts for Professional Services Agreements ("PSA") with potential Vendors.
do not have specific knowledge of confidential information regarding RFP responses received in response to
the Request for Proposal ("RFP") #19/20-021 for Hazardous Waste Removal, Remediation and Disposal
Services On an As Needed Basis.
agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any
RFP response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not
limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any RFP
response, or removal of same from designated areas.
I, the undersigned, hereby certify that the following statements are true and correct and that I understand and
agree to be bound by commitments contained herein.
(Print Name)
(Relationship to the City and RCFPD)
(Relationship to the Vendors)
(Signature)
(Date)
Must be included in final RFP submittal.
Page 23 of 31
Page 226
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT B" PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY
Mark the appropriate choice, below:
Y_ Vendors accepts the PSA without exception.
OR
Vendors proposes exceptions to the PSA.
Summarize all exceptions on a separate document. Enclose a written summary of each change and title as
"Exception Summary", which shall include the Vendors' rationale for proposing each such exception. Each
exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the
submi d summary may deem the response as non-responsive.
1 j_c� &lg
Date
Must be included in final RFP submittal.
Page 24 of 31
Page 227
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous waste Removal, Remediation and Disposal Services
on an As Needed Basis
"EXHIBIT C" ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED
the l' C.J�'!
4W?4
(Pre ident, Secretary, Manager, Owner or Representative)
(Name of Company, Corporation or Owner)
certify that the
Specifications and General Provisions regarding insurance requirements as stated within the Professional
Services Agreement (PSA), for the Purchase Contract designated Request for Proposal ("RFP") #19/20-021 for
Hazardous Waste Removal, Remediation and Disposal Services On an As Needed Basis have been read and
understood and that our Vendors is able to provide and maintain the coverage as specified in the PSA. Failure
to provide said coverage, upon request to finalize the PSA prior to award shall be enough cause for immediate
Failure to maintain said coverage shall result in termination of the contract.
-jtmature
u
Printed Namu
A59tv /
Title
1r026
Date r
Must be included in final RFP submittal.
Page 25 of 31
Page 228
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT D" ADDENDUM ACKNOWLEDGEMENT
The Vendors hereby acknowledges the following Addenda Number(s) to this RFP have been received, if any.
Vendors understands failure to acknowledge any addenda issued may cause the RFP response to be considered
non-responsive. It is the Vendors' responsibility to log into the Bid System to identify and download the number
of addenda that have been posted.
e
_)&L
Printed Na e
Title
I
Date
Must be included in final RFP submittal.
Page 26 of 31
Page 229
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither Vike &1e!/ 10Q (Vendor) nor any of its proposed subcontractors are
not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in
accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986
Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Vendor nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Vendors or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state or federal government entity, or if Vendors or any of its subcontractors subsequently
become delinquent in California taxes, our Proposal will be disqualified.
"4lw-d
Printed Na e
WE
VA"'11 21
l
fl a6-17
Date
Must be included in final RFP submittal.
Page 27 of 31
Page 230
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT F" PARTICIPATION CLAUSE
It is hereby understood that other government entities, such as cities, counties, and special/school districts may
utilize this RFP response at their option for equipment or services at the RFP response price for a period of
-R�' days. Said entities shall have the option to participate in any award made because of this solicitation.
Any such piggy -back awards will be made independently by each agency, and the City and RCFPD is not an agent,
partner or representative of these agencies and is not obligated or liable for any action of debts that may arise
out of such independently negotiated piggy -back procurement. Each public agency shall accept sole
responsibility of its own order placement and payments of the Vendors.
Successful Vendors will extend prices as proposed herein to other governmental agencies, please
specify.
YES x NO
Must be included in final RFP submittal.
Page 28 of 31
Page 231
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT G" SIGNATURE OF AUTHORITY
The undersigned firm declares that he has carefully examined the specifications and read the above terms and
conditions, and hereby proposes and agrees, if this RFP response is accepted, to furnish all material in
accordance with the specifications and instructions, in the time and manner therein prescribed forthe unit cost
amounts set forth in the following RFP response.
THE VENDOR IN SUBMITTING THIS RFP RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO DO SO
MAY DEEM YOUR RFP RESPONSE AS NON-RESPONSIVE.
Company Na (m,.e:
Address:
(5 eet, Su. # City, State, Zip)
�,D x �
"ho /�/�j� Cd't
ll��l�
/
Telephone M
p
(qj)q)
41 I 4, ~obi
lJ]
Fax
E-mail�iaddress:
Web Address:
I v�- t)
r I UGV! A�
y Ate,, ,, I'
W l_�[.V - KV' tee, r u , epM
.
Aut rized R
r senta� (print)
T e:
t�
Sig ti
Date:
1
Must be included in final RFP submittal.
Page 29 of 31
Page 232
AGREEMENT FOR PROFESSIONAL
SERVICES
THIS AGREEMENT is made and entered into this 26th day of
November, 2019, by and between the City of Rancho Cucamonga, a municipal
corporation ("City") and the Rancho Cucamonga Fire Protection District ("RCFPD")
and K -VAC Environmental Services, Inc, a CTYPE ("Contractor").
RECITALS
A. City and RCFPD has heretofore issued its request for proposals to perform the
following services: Hazardous Waste Removal, Remediation and Disposal Services (RFP 19/20-
021) ("the Project").
B. Contractor has submitted a proposal to perform the services described in Recital
"A', above, necessary to complete the Project.
C. City and RCFPD 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 and RCFPD hereby engages Contractor to perform all services described in
Recitals "A" and `B" above, including, but not limited to Hazardous Waste Removal, Remediation
and Disposal Services; all as more fully set forth in RFP 19/20-021, attached hereto as Exhibit A
Contractor's proposal, dated Nov 26, 2019, 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 and RCFPD, the
Contractor will promptly meet with City and RCFPD staff to discuss any revisions to the Project
desired by the City and RCFPD. Contractor agrees that the Scope of Work may be amended based
upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or
revisions to Contractor's compensation based thereon. A revision pursuant to this Section that does
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10102113
Page I
Page 233
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 "XX".
1.4 Standard of Care. As a material inducement to City and RCFPD to enter into
this Agreement, Contractor hereby represents that it has the experience necessary to undertake the
services to be provided. In light of such status and experience, Contractor hereby covenants that it
shall follow the customary professional standards in performing the Services.
1.5 Familiarity with Services. By executing this Agreement, Contractor represents
that, to the extent required by the standard of practice, Contractor
(a) has investigated and considered the scope of services to be performed, (b) has carefully
considered how the services should be performed, and (c) understands the facilities, difficulties and
restrictions attending performance of the services under this Agreement. Contractor represents that
Contractor, to the extent required by the standard of practice, has investigated any areas of work, as
applicable, and is reasonably acquainted with the conditions therein. Should Contractor discover any
latent or unknown conditions, which will materially affect the performance of services, Contractor
shall immediately inform City and RCFPD of such fact and shall not proceed except at Contractor's
risk until written instructions are received from the City and RCFPD Representative.
2. Term of Agreement. The term of this Agreement shall become effective as of the
date of the mutual execution by way of both party's signature (the "Effective Date") through June
30, 2021. No work shall be conducted; service or goods will not be provided until this Agreement
has been executed and requirements have been fulfilled.
Parties to this Agreement shall have the option to renew in one (1) year increments to a total of six
(6) additional years, unless sooner terminated as provided in Section 14 herein. Contractor may
request a Cost of living Increase in an amount not to exceed the increase in the March index of the
Consumer Price Index All Urban Consumers for the Riverside -San Bernardino -Ontario, California
area published by the U.S. Department of Labor, Bureau of Labor Statistics. Options to renew are
contingent upon the City Manager's approval, subject to pricing review, and in accordance to all
Terms and Conditions stated herein unless otherwise provided in writing by the City and RCFPD.
3. Compensation.
3.1 Compensation. City and RCFPD shall compensate Contractor as set forth in
Exhibit A, provided, however, that full, total and complete amount payable to Contractor shall not
exceed $XtXXX (XXXXX), including all out of pocket expenses, unless additional compensation
is approved by the City Manager or City Council. City and RCFPD shall not withhold any federal,
state or other taxes, or other deductions.
However, City and RCFPD shall withhold not more than ten percent (10%) of any invoice amount
pending receipt of any deliverables reflected in such invoice. Under no circumstance shall
Contractor be entitled to compensation for services not yet satisfactorily performed.
PSA without professional liability insurance (contractor)
Last Revised: 10102/13
-9T
Vendor Initials
Page 2
Page 234
The parties further agree that compensation may be adjusted in accordance with
Section 1.2 to reflect subsequent changes to the Scope of Services. City and RCFPD shall
compensate Contractor for any authorized extra services as set forth in Exhibit A.
4. Method of Payment.
4.1 Invoices. Contractor shall submit to City and RCFPD monthly invoices for
the Services performed pursuant to this Agreement. The invoices shall describe in detail the
Services rendered during the period and shall separately describe any authorized extra services. Any
invoice claiming compensation for extra services shall include appropriate documentation of prior
authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga,
California.
4.2 City and RCFPD shall review such invoices and notify Contractor in writing
within ten (10) business days of any disputed amounts.
4.3 City and RCFPD shall pay all undisputed portions of the invoice within thirty
(30) calendar days after receipt of the invoice up to the not -to -exceed amounts set forth in Section 3.
4.4 All records, invoices, time cards, cost control sheets and other records
maintained by Contractor relating to services hereunder shall be available for review and audit by
the City and RCFPD.
5. Representatives.
5.1 City and RCFPD Representative. For the purposes of this Agreement, the
contract administrator and City and RCFPD's representative shall be CITY/FIRE REP, or such other
person as designated in writing by the City and RCFPD ("City and RCFPD Representative"). It shall
be Contractor's responsibility to assure that the City and RCFPD Representative is kept informed of
the progress of the performance of the services, and Contractor shall refer any decisions that must be
made by City and RCFPD to the City and RCFPD Representative. Unless otherwise specified
herein, any approval of City and RCFPD required hereunder shall mean the approval of the City and
RCFPD Representative.
5.2 Contractor Representative. For the purposes of this Agreement,
Rodney Townsend is hereby designated as the principal and representative of Contractor
authorized to act in its behalf with respect to the services specified herein and make all decisions in
connection therewith ("Contractor's Representative"). It is expressly understood that the experience,
knowledge, capability and reputation of the Contractor's Representative were a substantial
inducement for City and RCFPD to enter into this Agreement. Therefore, the Contractor's
Representative shall be responsible during the term of this Agreement for directing all activities of
Contractor and devoting sufficient time to personally supervise the services hereunder. Contractor may not
change the Responsible Principal without the prior written approval of City and RCFPD.
6. Contractor's Personnel.
6.1 All Services shall be performed by Contractor or under Contractor's direct
PSA without professional liability insurance (contractor)
Last Revised: 10102/13
Vendor Initials
Page 3
Page 235
supervision, and all personnel shall possess the qualifications, permits, and licenses required by State
and local law to perform such Services, including, without limitation, a City and RCFPD business
license as required by the City's Municipal Code.
6.2 Contractor shall be solely responsible for the satisfactory work performance
of all personnel engaged in performing the Services and compliance with the standard of care set
forth in Section 1.4.
6.3 Contractor shall be responsible for payment of all employees' and
subcontractors' wages and benefits and shall comply with all requirements pertaining to employer's
liability, workers' compensation, unemployment insurance, and Social Security. By its execution of
this Agreement, Contractor certifies that it is aware of the provisions of Section 3700 of the
California Labor Code that require every employer to be insured against liability for Worker's
Compensation or to undertake self-insurance in accordance with the provisions of that Code and
agrees to comply with such provisions before commencing the performance of the Services.
6.4 Contractor shall indemnify, defend and hold harmless City and RCFPD and
its elected officials, officers and employees, servants, designated volunteers, and agents serving, as
independent contractors in the role of City and RCFPD officials, from any and all liability, damages,
claims, costs and expenses of any nature to the extent arising from Contractor's violations of
personnel practices and/or any violation of the California Labor Code. City and RCFPD shall have
the right to offset against the amount of any fees due to Contractor under this Agreement any
amount due to City and RCFPD from Contractor as a result of Contractor's failure to promptly pay
to City and RCFPD any reimbursement or indemnification arising under this Section 6.
7. Ownership of Work Product.
7.1 Ownership. All documents, ideas, concepts, electronic files, drawings,
photographs and any and all other writings, including drafts thereof, prepared, created or providdd
by Contractor in the course of performing the Services, including any and all intellectual and
proprietary rights arising from the creation of the same (collectively, "Work Product"), are
considered to be "works made for hire" for the benefit of the City and RCFPD. 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 and RCFPD without restriction or limitation upon its use or
dissemination by City and RCFPD. Basic survey notes, sketches, charts, computations and similar
data prepared or obtained by Contractor under this Agreement shall, upon request, be made available
to City and RCFPD. None of the Work Product shall be the subject of any
common law or statutory copyright or copyright application by Contractor. In the event of the return
of any of the Work Product to Contractor or its representative, Contractor shall be responsible for its
safe return to City and RCFPD. Under no circumstances shall Contractor fail to deliver any draft or
final designs, plans, drawings, reports or specifications to City and RCFPD upon written demand by
City and RCFPD for their delivery, notwithstanding any disputes between Contractor and City and
RCFPD concerning payment, performance of the contract, or otherwise. This covenant shall survive
the termination of this Agreement. City and RCFPD's reuse of the Work Product for any purpose
other than the Project, shall be at City and RCFPD's sole risk.
7.2. Assienment of Intellectual Property Interests Upon execution of this
PSA without ro essional liability insurance contractor
P � tY (contractor) Vendor Initials
Last Revised. 10/02/13
Page 4
Page 236
Agreement and to the extent not otherwise conveyed to City and RCFPD by Section 7.1, above, the
Contractor shall be deemed to grant and assign to City and RCFPD, and shall require all of its
subcontractors to assign to City and RCFPD, all ownership rights, and all common law and statutory
copyrights, trademarks, and other intellectual and proprietary property rights relating to* the Work
Product and the Project itself, and Contractor shall disclaim and retain no rights whatsoever as to
any of the Work Product, to the maximum extent permitted by law. City and RCFPD shall be
entitled to utilize the Work Product for any and all purposes, including but not limited to
constructing, using, maintaining, altering, adding to, restoring, rebuilding and publicizing the Project
or any aspect of the Project.
7.3 Title to Intellectual Property. Contractor warrants and represents that it has
secured all necessary licenses, consents or approvals to use any instrumentality, thing or component
as to which any intellectual property right exists, including computer software, used in the rendering
of the Services and the production of the Work Product and/or materials produced under this
Agreement, and that City and RCFPD has full legal title to and the right to reproduce any of the
Work Product. Contractor shall defend, indemnify and hold City and RCFPD, and its elected
officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as
independent contractors in the role of City and RCFPD officials, harmless from any loss, claim or
liability in any way related to a claim that City and RCFPD's use is violating federal, state or local
laws, or any contractual provisions, relating to trade names, licenses, franchises, patents or other
means of protecting intellectual property rights and/or interests in products or inventions. Contractor
shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked
documents, materials, software, equipment, devices or processes used or incorporated in the Services
and materials produced under this Agreement. In the event City and RCFPD's use of any of the
Work Product is held to constitute an infringement and any use thereof is enjoined, Contractor, at its
expense, shall: (a) secure for City and RCFPD the right to continue using the Work Product by
suspension of any injunction or by procuring a license or licenses for City and RCFPD; or 6)
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 and RCFPD, a wholly independent contractor. Contractor shall have no power to incur any
debt, obligation, or liability on behalf of City and RCFPD or
otherwise act as an agent of City and RCFPD. Neither City and RCFPD nor any of its agents shall
have control over the conduct of Contractor or any of Contractor's employees, except as set forth in
this Agreement. Contractor shall not, at any time, or in any manner, represent that it or any of its
officers, agents or employees are in any manner employees of City and RCFPD. Contractor shall
pay all required taxes on amounts paid to Contractor under this Agreement, and to defend,
indemnify and hold City and RCFPD harmless from any and all taxes, assessments, penalties, and
interest asserted against City and RCFPD by reason of the independent contractor relationship
created by this Agreement. Contractor shall fully comply with the workers' compensation law
regarding Contractor and Contractor's employees
9. Confidentiality. Contractor may have access to financial, accounting, statistical, and
personnel data of individuals and City and RCFPD employees. Contractor covenants that all data,
documents, discussion, or other information developed or received by Contractor or provided fbr
performance of this Agreement are confidential and shall not be disclosed by Contractor without
k
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10102113
Page S
Page 237
prior written authorization by City and RCFPD. City and RCFPD shall grant such authorization if
applicable law requires disclosure. All City and RCFPD data shall be returned to City and RCFPD
upon the termination of this Agreement. Contractor's covenant under this Section shall survive the
termination of this Agreement. This provision shall not apply to information in whatever form that is
in the public domain, nor shall it restrict the Contractor from giving notices required by law or
complying with an order to provide information or data when such an order is issued by a court,
administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law
and reasonably necessary for the Contractor to defend itself from any legal action or claim.
10. Conflict of Interest.
10.1 Contractor covenants that it presently has no interest and shall not acquire any
interest, direct or indirect, which may be affected by the Services, or which would conflict in any
manner with the performance of the Services. Contractor further covenants that, in performance of
this Agreement, no person having any such interest shall be employed by it. Furthermore,
Contractor shall avoid the appearance of having any interest, which would conflict in any mann6r
with the performance of the Services. Contractor shall not accept any employment or representation
during the term of this Agreement which is or may likely make Contractor "financially interested"
(as provided in California Government Code §§1090 and 87100) in any decision made by City and
RCFPD on any matter in connection with which Contractor has been retained.
10.2 Contractor further represents that it has not employed or retained any person
or entity, other than a bona fide employee working exclusively for Contractor, to solicit or obtain
this Agreement. Contractor has not paid or agreed to pay any person or entity, other than a bona fide
employee working exclusively for Contractor, any fee, commission, gift, percentage, or any other
consideration contingent upon the execution of this Agreement. Upon any breach or violation of this
warranty, City and RCFPD shall have the right, at its sole and absolute discretion, to terminate this
Agreement without
further liability, or to deduct from any sums payable to Contractor hereunder the full amount or
value of any such fee, commission, percentage or gift.
10.3 Contractor has no knowledge that any officer or employee of City and
RCFPD has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in
this transaction or in the business of Contractor, and that if any such interest comes to the
knowledge of Contractor at any time during the term of this Agreement, Contractor shall
immediately make a complete, written disclosure of such interest to City and RCFPD, even if such
interest would not be deemed a prohibited "conflict of interest" under applicable laws as described
in subsection 10.1.
11. Indemnification.
11.1 To the maximum extent permitted by law, the Contractor shall defend,
indemnify and hold the City and RCFPD, and its elected officials, officers, employees, servants,
volunteers, and agents serving as independent contractors in the role of City officials and RCFPb,
(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,
PSA tY insurance l�AT
without ro ssional liability contractor
P � i Vendor (nitlals
Last Revised. 10/02/13
Page 6
Page 238
pertain to, or relate to the acts, omissions, activities or operations of Contractor or any of its officers,
employees, subcontractors, Contractors, or agents in the performance of this Agreement. Contractor
shall defend Indemnitees in any action or actions filed in connection with any such Claims with
counsel of City and RCFPD's choice, and shall pay all costs and expenses, including actual
attorney's fees and experts' costs incurred in connection with such defense. The indemnification
obligation herein shall not in any way be limited by the insurance obligations contained in this
Agreement provided, however, that the Contractor shall have no obligation to indemnify for Claims
arising out of the sole negligence or willful misconduct of any of the Indemnitees.
11.2 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that
they may possess against Contractor because of the acceptance by City and RCFPD, or the deposit
with City and RCFPD, of any insurance policy or certificate required pursuant to this Agreement.
11.3 Waiver of Right of Subrogation. Except as otherwise expressly provided in
this Agreement, Contractor, on behalf of itself and all parties claiming under or through it, hereby
waives all rights of subrogation against the Indemnitees, while acting within the scope of their
duties, from all claims, losses and liabilities arising out of or incident to activities or operations
performed by or on behalf of the Contractor.
11.4 Survival. The provisions of this Section 11 shall survive the termination of
the Agreement and are in addition to any other rights or remedies which Indemnitees may have
under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover
under this indemnity provision, and an entry of judgment against Contractor shall be conclusive in
favor of the Indemnitee's right to recover under this indemnity provision.
12. Insurance.
12.1 Liability Insurance. Contractor shall procure and maintain in full force and
effect for the duration of this Agreement, insurance against claims for injuries to persons or
damages to property which may arise from or in connection with the performance of the services
hereunder by Contractor, and/or its agents, representatives, employees or subcontractors.
12.2 Minimum Scope of Insurance. Unless otherwise approved by City and
RCFPD, coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability coverage
(occurrence form CG 0001).
(2) Insurance Services Office form number CA 0001 (Ed. 1/87) covering
Automobile Liability, code I (any auto).
(3) Worker's Compensation insurance as required by the State of
California, and Employer's Liability Insurance.
12.3 Minimum Limits of Insurance. Contractor shall maintain limits no less than:
(1) Commercial General Liability: $2,000,000 per occurrence for bodily
injury, personal injury and property damage. Commercial General
PSA without professional liability insurance (contractor) vend!"r Initials
Last Revised: 10/02/13
Page 7
Page 23�
Liability Insurance or other form with a general aggregate limit shall
apply separately to this Agreement or the general limit shall be twice
the required occurrence limit.
(2) Automobile Liability: $2,000,000 per accident for bodily injury and
property damage.
(3) Employer's Liability: $1,000,000 per accident and in the aggregate for
bodily injury or disease and Workers' Compensation Insurance in the
amount required by law.
(4) The Insurance obligations under this Agreement shall be the greater of
(i) the Insurance coverages and limits carried by the Contractor; or (ii)
the minimum Insurance coverages and limits shown in this
Agreement. Any insurance proceeds in excess of the specified limits
and coverage required which are applicable to a given loss, shall be
available to the City and RCFPD. No representation is made that the
minimum Insurance requirements of this Agreement are sufficient to
cover the obligations of the Contractor under this agreement.
12.4 Deductibles and Self -Insured Retentions. Any deductibles or self- insured
retentions must be declared to and approved by the City and RCFPD and shall not
reduce the limits of coverage. City and RCFPD 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, RCFPD, its officers, officials, employees,
designated volunteers and agents serving as independent contractors in the
role of City and RCFPD officials, as additional insureds as respects: liability
arising out of activities performed by or on behalf of Contractor; products
and completed operations of Contractor; premises owned, occupied or used
by Contractor; and/or automobiles owned, leased, hired or borrowed by
Contractor. The coverap-e shall contain no limitations on the scone of
protection afforded to City, RCFPD, its officers officials employees
designated volunteers or agents serving as independent contractors in the role
of City and RCFPD officials which are not also limitations applicable to the
named insured.
(2) For any claims related to this Agreement, Contractor's insurance
coverage shall be primary insurance as respects City, RCFPD, its
officers, officials, employees, designated volunteers and agents
serving as independent contractors in the role of City and RCFPD
officials. Any insurance or self-insurance maintained by City, RCFPD,
its officers, officials, employees, designated volunteers or agents
serving as independent contractors in the role of City and RCFPD
officials shall be in excess of Contractor's insurance and shall not
) L -T
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised. 10/02/13
Page 8
Page 24C
contribute with it.
(3) Contractor's insurance shall apply separately to each insured against
whom claim is made or suit is brought, except with respect to the
limits of the insurer's liability.
(4) Contractor shall provide immediate written notice if (1) any of the
required insurance policies is terminated; (2) the limits of any of the
required polices are reduced; (3) or the deductible or self-insured
retention is increased. In the event of any cancellation or reduction in
coverage or limits of any insurance, Contractor shall forthwith obtain
and submit proof of substitute insurance. Should Contractor
fail to immediately procure other insurance, as specified, to substitute
for any canceled policy, the City and RCFPD may procure such
insurance at Contractor's sole cost and expense.
(S) Each insurance policy required by this clause shall expressly waive
the insurer's right of subrogation against City and RCFPD, its elected
officials, officers, employees, servants, attorneys, designated
volunteers, and agents serving as independent contractors in the role
of City and RCFPD officials.
(6) Each policy shall be issued by an insurance company approved
writing by City and RCFPD, which is admitted and licensed to TO
business in the State of California and which is rated ANN or better
according to the most recent
A.M. Best Co. Rating Guide.
(� 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.
(9) Each policy shall specify that any and all costs of adjusting and/or
defending any claim against any insured, including court costs and
attorneys' fees, shall be paid in addition to and shall not deplete any
policy limits.
(9) Contractor shall provide any and all other insurance, endorsements, or
exclusions as required by the City and RCFPD in any request for
proposals applicable to this Agreement.
12.6 Evidence of coverage. Prior to commencing performance under this
Agreement, the Contractor shall furnish the City and RCFPD with certificates and original
endorsements, or copies of each required policy, effecting and evidencing the insurance coverage
required by this Agreement including (1) Additional Insured Endorsement(s), (2) Workers
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
PSA without professional liability insurance (contractor)
Last Revised: 10/02113
Ic—
Vendor Initials
Page 9
Page 241
received and approved by the City and RCFPD before Contractor commences performance. If
performance of this Agreement shall extend beyond one year, Contractor shall provide City an�
RCFPD with the required policies or endorsements evidencing renewal of the required policies o
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 tb
Contractor and City and RCFPD in the same manner and to the same extent as Contractor is bound
to City and RCFPD pursuant to this Agreement, and to require each of its subcontractors to include
these same provisions in its contract with any sub -subcontractor.
13. Cooperation. In the event any claim or action is brought against City and RCFPD
relating to Contractor's performance or services rendered under this Agreement, Contractor shall
render any reasonable assistance and cooperation that City and RCFPD might require. City and
RCFPD shall compensate Contractor for any litigation support services in an amount to be agreed
upon by the parties.
14. Termination. City and RCFPD shall have the right to terminate this Agreement at
any time for any or no reason on not less than ten (10) days prior written notice to Contractor. In the
event City and RCFPD exercises its right to terminate this Agreement, City and RCFPD shall pay
Contractor for any services satisfactorily rendered prior to the effective date of the termination,
provided Contractor is not then in breach of this Agreement. Contractor shall have no other claim
against City and RCFPD by.reason of such termination, including any claim for compensation. City
and RCFPD 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 and RCFPD ten (10)
business days prior written notice for any of the following: (1) uncured breach by the City and
RCFPD of any material term of this Agreement, including but not limited to Payment Terms; (2)
material changes in the conditions under which this Agreement was entered into, coupled with the
failure of the parties to reach accord on the fees and charges for any Additional Services required
because of such changes.
15. Notices. Any notices, bills, invoices, or reports authorized or required by this
Agreement shall be in writing and shall be deemed received on (a) the day of delivery if delivered
by hand or overnight courier service during Contractor's and City and RCFPD's regular business
hours; or (b) on the third business day following deposit in the United States mail, postage prepaid,
to the addresses set forth in this Section, or to such other addresses as the parties may, from time to
time, designate in writing pursuant to the provisions of this Section.
PSA without professional liability insurance (contractor) vendor buttals
Last Revised: 10/02/13
Page 10
Page 242
All notices shall be addressed as follows:
If to City and RCFPD: William Wittkopf
City of Rancho Cucamonga
Public Works Services Department
8794 Lion Street
Rancho Cucamonga, CA 91730
If to Contractor: Rodney Townsend
K -VAC Environmental Services, Inc.
PO Box 1505
Rancho Cucamonga, CA, 91729
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 and RCFPD's prior written consent. Except as provided herein, any attempt by
Contractor to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder
shall be null, void and of no effect.
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 beirig
performed as part of an applicable "public works" or "maintenance" project, as defined by the
Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully
comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can
be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Contractor shall make copies
of the prevailing rates of per diem wages for each craft, classification or type of worker needed to
execute the Services, available to interested parties upon request, and shall post copies at the
Contractor's principal place of business and at the Project site. Contractor shall defend, indemnify
and hold the City and RCFPD, 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 and RCFPD of
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10/02/13
Page 11
Page 243
any payment to Contractor constitute or be construed as a waiver by City and RCFPD of any breach
of covenant, or any default which may then exist on the part of Contractor, and the making of any
such payment by City and RCFPD
shall in no way impair or prejudice any right or remedy available to City and RCFPD
with regard to such breach or default.
20. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal action or proceeding to enforce or interpret the provisions of this
Agreement, the prevailing party in such action or proceeding shall be entitled to recover
its costs of suit, including reasonable attorney's fees and costs of experts.
21. Exhibits; Precedence. All documents referenced 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 and RCFPD. This Agreement
supersedes all prior oral or written negotiations, representations or agreements. This
Agreement may not be amended, nor any provision or breach hereof waived, except in a
writing signed by the parties which expressly refers to this Agreement.
PSA without professional liability Insurance (contractor) Vendor Initials
Inst Revised: 10/02/13
Page 12
Page 244
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Contractor Name: K -VAC Environmental
City of Rancho Cucamonga
W..'MON."�
Date Name
Title
Date
Rancho Cucamonga Fire Protection District
By: ���Da� S ou.►.M-�.�5 t t � �-l. � 1
Name Date By:
Name Date
Title Title
(two signatures required if corporation)
FF
PSA without professional liability insurance (contractor) Vendor Initials
Last Revised: 10102/13
Page 13
Page 245
EXHIBIT A
SCOPE OF SERVICES
PSA without professional liability insurance (contractor)
Last Revised: 10102113
PT
Vendor Initials
Page 14
Page 246
--
EXHIBIT B
SCHEDULE FOR PERFORMANCE
PSA without professional liability insurance (contractor)
Last Revised: /0/02113
Vendor Inldals
Page 15
Page 247
Attachment A — Sample Waiver of Subrogation
(Sample Only — Not all forms will look identical to this Sample)
TRAVELERS J'
POLICY NUMBER,
WORKERS COMPENSATION
AND
EMPLOYERS LIABILITY POLICY
ENDORSEMENT WC 00 03 13 (00)-01
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not
enlorce our right against the person or organization named in the Schedule.. (i his agrebment applies only to the
oxtent that you perform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or Indirectly to benefit any one not named in the Schedule.
SCHEDULE
DESIGNATED PERSON:
The City of Rancho Cucamonga, its officers, officials, employees, designated
volunteers and agent* serving as independent contractors in the role of City or
officials.
DESIGNATED ORGANiZATtON:
PSA without professional liability insurance (contractor) Vendor
Last Revised: 10102113
Page 16
Page 248
Attachment B — Sample Additional Insured for On-going Projects
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
CG 2010 07 04
,. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED — OWNERS, LESSEES OR
CONTRACTORS — SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional insured Person(s)
Or ntzation s :
Locations Of Covered Operations
The City of Rancho Cucamonga,
its officers, officials, employees,
designated volunteers and agents
serving as independent contractors
in the role of City or officials.
Information required to complete this Schedule, if not shown above will beshown In the Declarations.
A. Section it — Who Is An Insured is amended to
Include ascan additional Insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability (or 'bodily injury", "property
damage" or "personal and advertising Injury"
caused, In whole or In part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf,
In the performance of your ongoing operations for
the additional Insured(s) at the location(s) desig-
nated above.
CG 2010 07 04
S. With respect to the insurance afforded to these
additional Insureds, the following additional exclu-
sions apply:
This Insurance does not,apply to "bodily injury" or
"property damage" occurring after.
1. AU work, including materials, parts or equip-
ment furnished In connection with such work,
on the project (other thar service, maintenance
or repairs) to be performed by or on behalf of
the additional insured(&) pt the location of the
covered operations has been completed; or
2. That portion of "your work" out of which the
Injury or damage arises has been put to its in-
tended use by any person or organization other
than another contractor Or subcontractor en-
gaged In performing opeiations for a principal
as a part of the same project.
® ISO Properties, Inc., 2004
PSA without professional liability insurance (contractor)
Last Revised: 10/02/13
Page 1 of 1 ❑
Vendor Initials
Page 17
Page 249
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
"EXHIBIT H" REFERENCES WORKSHEET
The following References Worksheet must be complete, please do not mark "See Attached". Provide a minimum
of four (4) clients that are similar in size to the City of Rancho Cucamonga that your company has conducted
comparable or like services. Preferred references should be government agencies and be a current customer
within the past three (3) years. Please verify accuracy of contact information.
E
°References
Ft
Company Name
`
AVO
Contact Name and Title
yun
Company Address
0
Contact Telephone Number
2O
2A (D
Contact Email
RA �VO UY YV,
n a J
Description of Comparative Services and
Project Cost (please be specific)
�Y✓1��
�
YIe 0),-,x �Cl��
cyte )
9
• fee n oe 2
• i't4 Y"rl..:/
...E
Company Name
Contact -Name and Title
T*0
str�To
dY-
Company AddressP!
�� �✓h%J�
Contact Telephone Number
Contact Email
Description of Comparative Services and
Project Cost (please be specific)
a v 1 tt
wl A(\k (� I ii1 -4t Wp* I R • �Mm
Page 30 of 31
)An
Page 250
City of Rancho Cucamonga
Request for Proposal ("RFP") #19/20-021
for
Hazardous Waste Removal, Remediation and Disposal Services
On an As Needed Basis
MIR
yy'AJ,✓ �1
f"s -cJ,S Y �:ti "•. .� } �`.h'v 4Cf � n� ` Mei 4
Company Name
RCPT ���tc= u�� tPrty
Contact Name and Title
�cm emc a,ge �u �c-•t ��
Company Address
g�� FiL R.
4
Contact Telephone Number
_ _ (PS -7 ori.
Contact Email
�3s a+. ac.. ca'. e opv
Description of Corraparative Services and
Project Cost (please be specific)
�j
R CO -A-
Reefe►r en ce 4
Company Name
Irl,bA( r f ipj
Contact Name and Title
rAll Z�
Company Address�
tm � 1 Q„
ChzAb
Contact Telephone Number
Contact Email
Description of Comparative Services and
►, Q1ilM QCuWb
L4PI
Project Cost (please be specific)
> •
t
• I.
Page 31 of 31
Page 251
Hazardous Waste Removal Remediation and Disposal Services On An As Needed Basis (RFP #19/20-021)
Issued on 10/30/2019
Bid Due on November 27, 2019 9:00 AM (Pacific)
Exported on 11/27/2019
Company: K Vac Environmental Services
Item Num
Description
Unit of Measure
Unit Price
Non -Emergency As -Needed Services
1
Field Technician - Normal Hours (Monday - Friday, 7 am to 5 pm)
Hour
$95.00
2
Field Technician - Overtime
Hour
$110.00
3
Class A Driver - Normal Hours (Monday - Friday, 7 am to 5 pm)
Hour
$130.00
4
Class A Driver - Overtime
Hour
$145.00
5
Supervisor - Normal Hours (Monday - Friday, 7 am to 5 pm)
Hour
$155.00
6
Supervisor - Overtime
Hour
$170.00
Emergency As -Needed Services
7
Field Technician - Normal Hours (Monday - Friday, 7am to 5 pm)
Hour
$155.00
8
Field Technician - Overtime
Hour
$170.00
9
Class A Driver - Normal Hours (Monday - Friday, 7 am to 5 pm)
Hour
$145.00
10
Class A Driver - Overtime
Hour
$160.00
11
Supervisor - Normal Hours (Monday - Friday, 7am to 5 pm)
Hour
$215.00
12
Supervisor - Overtime
Hour
$230.00
Biohazardous Waste Disposal
13
Human (blood, fecal matter or urine in containers)
Pound
$0.50
14
Human (blood, fecal matter or urine in containers)
Pound
$0.50
15
Wash Water generated from providing the service
Gallon
$0.45
16
Wash Water generated from providing the service
5 Gallon
$2.50
17
Confined Space Entry
Hour
$450.00
18
Homeless Encampment debris removal
35 Gallon Drum
$90.00
19
Homeless Encampment debris removal
55 Gallon Drum
$180.00
Clarifier/Storm Drain Waste Pumping
20
Hazardous Waste (Vac truck and driver)
Hour
$240.00
21
Non -Hazardous Waste (Vac truck and driver)
Hour
$255.00
Drummed Waste Removal
22
Waste Oil
55 Gallon Drum
$160.00
23
Waste Oil Filters
55 Gallon Drum
$80.00
24
Antifreeze
55 Gallon Drum
$160.00
1of2
1/22/2020, 5:41 PM
Page 252
2of2
1/22/2020, 5:41 PM
Page 253
Hazardous Waste Disposal
25
Automotive Fluids (motor oil, transmission fluid, antifreeze/coolant)
Gallon
$3.00
26
Confined Space Entry
Hour
$470.00
27
Diesel and Gasoline
Gallon
$1.55
28
Flammable Liquids
Gallon
$96.00
29
Homeless Encampment debris removal
35 Gallon Drum
$75.00
30
Homeless Encampment debris removal
55 Gallon Drum
$150.00
31
Non -Hazardous Waste
Gallon
$0.45
32
Oil Based Paint
Gallon
$250.00
33
Water Based Paint
Gallon
$1.40
34
Sharps
Pound
$0.50
35
Toxic Liquid
Gallon
$12.00
36
Toxic Solid
Gallon
$15.00
Vehicle/Equipment
37
Supervisor Truck
Hour
$25.00
38
Stake Bed Truck
Hour
$35.00
39
Skid Mount Vacuum
Hour
$110.00
40
Trailer Mounted Hot Water Pressure Washer
Hour
$55.00
41
Vacuum Truck
Hour
$110.00
Other Charges
42
Shipping/Delivery
Lot
$250.00
43
E Manifest Charge
Lot
$30.00
2of2
1/22/2020, 5:41 PM
Page 253
DATE: February 12, 2020
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: William Wittkopf, Public Works Services Director
Ernest Ruiz, Streets, Storm Drain and Fleet Superintendent
Kenneth Fung, Assistant Engineer
SUBJECT: CONSIDERATION TO ACCEPT THE TRAFFIC SIGNAL BATTERY BACKUP
SYSTEM REPLACEMENT FY 18-19 PROJECT AS COMPLETE, FILE THE
NOTICE OF COMPLETION, AND AUTHORIZE RELEASE OF RETENTION
AND BONDS.
RECOMMENDATION:
Staff recommends the City Council:
1. Accept the Traffic Signal Battery Backup System Replacement FY 18-19 Project, Contract No.
19-040, as complete.
2. Approve the final contract amount of $286,591.03.
3. Authorize the release of the Faithful Performance Bond and accept a Maintenance Bond.
4. Authorize the release of the Labor and Materials Bond in the amount of $279,000.00, six months
after the recordation of said notice if no claims have been received.
5. Authorize the Public Works Services Director to file a Notice of Completion and release of the
retention in the amount of $14,329.56, 35 days after acceptance.
6. Authorize the Public Works Services Director to approve the release of the Maintenance Bond
one year following the filing of the Notice of Completion if the improvements remain free from
defects in material and workmanship.
BACKGROUND:
The purpose of a traffic signal battery backup system (BBS) is to provide power to a traffic signal so it
will operate in 4 -way flash mode during a power outage. The existing BBS have reached the end of
their service life expectancy and are no longer supported by their manufacturers.
Rather than wait for an existing BBS to fail and then replacing it on an emergency basis, the Public
Works Services Department decided to be proactive and replace the aging BBS with new BBS. Staff
identified a total of one hundred thirty (130) traffic signals with existing BBS that need to be replaced.
This project replaced the BBS at 24 traffic signals and is the first phase of a multi-year replacement
plan.
Pertinent information of the project is as follows:
Budgeted Amount:
$300,000.00
Publish Dates for Local Paper:
January 29, 2019 and February 5, 2019
Bid Opening:
March 5, 2019
Contract Award Date:
April 3, 2019
Low Bidder:
Siemens Mobility, Inc.
Page 254
Contract Amount: $279,000.00
Contingency: $21,000.00
Final Contract Amount: $286,591.03
Difference in Contract Amount: $7,591.03 (2.7%)
ANALYSIS:
The subject project has been completed in accordance with the approved plans and specifications and
to the satisfaction of the Public Works Services Director.
The net increase in the total cost of the project is a result of one (1) Contract Change Order (CCO).
During installation of the battery backup systems at five (5) signalized intersections, it was discovered
that the existing service wires had been spliced together. Spliced together wiring does not comply with
City standards and requirements because splices have a high risk of failure. This would result in the
traffic signal suddenly losing power. Staff inspected these five (5) intersections and agreed to the Time
and Materials (T&M) proposal to replace the spliced wiring from the power source to the traffic signal
controller cabinets.
At the end of the one-year maintenance period, if the improvements remain free from defects in
materials and workmanship, the City Clerk is authorized to release the Maintenance Bond upon
approval by the Public Works Services Director.
FISCAL IMPACT:
Adequate funds were included in the Fiscal Year 2018/19 adopted budget for this project in account
number 1174303-5650/1980174-0 (Gas Tax) and account number 1712001-5650/1980712-0
(Equipment/Vehicle Replacement).
COUNCIL GOAL(S) ADDRESSED:
This item addresses the City Council's goal of Public Safety because replacing the battery backup
systems ensures that in the event of a power outage, the City's traffic signals will be able to provide
limited traffic control at signalized intersections.
ATTACHMENTS:
Description
Notice of Completion
Page 255
Attachment 1 - Notice of Completion
RECORDING REQUESTED BY:
CITY OF RANCHO CUCAMONGA
P. O. Box 807
Rancho Cucamonga, California 91729
WHEN RECORDED MAIL TO:
CITY CLERK
CITY OF RANCHO CUCAMONGA
P. O. Box 807
Rancho Cucamonga, California 91729
Exempt from recording fees pursuant to Govt. Code Sec. 27383
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN THAT:
1. The undersigned is an owner of an interest or estate in the hereinafter described real
property, the nature of which interest or estate is:
All public rights-of-way within the boundaries of Contract No. 19-040
2. The full name and address of the undersigned owner is: CITY OF RANCHO
CUCAMONGA, 10500 CIVIC CENTER DRIVE, P. O. BOX 807, RANCHO CUCAMONGA, CALIFORNIA
91730,
3. On February 12, 2020, there was completed in the hereinafter described real property
the work of improvement set forth in the contract documents for:
Traffic Signal Battery Backup System Replacement FY 18-19 Project
Remove and replace existing battery backup systems at 24 traffic signals plus related work
4. The name of the original contractor for the work of improvement as a whole was:
Siemens Mobility, Inc.
5. The real property referred to herein is situated in the City of Rancho Cucamonga,
County of San Bernardino, California, and is described as follows:
10500 Civic Center, Rancho Cucamonga, CA 91739
No APN for the 24 traffic signal locations
DATE
Executed in the City of Rancho Cucamonga,
California
CITY OF RANCHO CUCAMONGA, a
Municipal Corporation, Owner
I hereby certify under penalty of perjury that the
fore ing is Prue and correct.
William Wittkopf
Public Works Services Director
Page 256