HomeMy WebLinkAbout2021/03/03 - Regular Meeting Agenda Packet CITY OF RANCHO CUCAMONGA
L. Dor
ennis Michael REGULAR MEETING AGENDA
Mayor Pro Tem March 3, 2021
Lynne B. Kennedy 10500 Civic Center Drive
MemberCouncils of the City riev: 01
Rancho Cucamonga, CA 91730 1w
ww
Ryan A. Hutchison
Kristine D. Scott
Sam Spagnolo FIRE PROTECTION DISTRICT BOARD—CITY COUNCIL
HOUSING SUCCESSOR AGENCY-SUCCESSOR AGENCY—
PUBLIC FINANCE AUTHORITY
CLOSED SESSION TRI-COMMUNITIES ROOM 4:30 P.M.
REGULAR MEETINGS COUNCIL CHAMBERS 7:00 P.M.
The City Council meets regularly on the first and third Wednesday of the month at 7:00 p.m. in the Council
Chambers located at 10500 Civic Center Drive. It Is the Intent to conclude the meeting by 10:00 p.m. unless
extended by the concurrence of the City Council. Agendas, minutes, and recordings of meetings can be
found at www.cityofrc.us or by contacting the City Clerk's Office at 909-774-2023.
Live Broadcast available on Channel 3 (RCTV-3).
In response to the Governor's Executive Orders, the San Bernardino County Department of Public Health
requirements, and to ensure the health and safety of our residents by limiting contact that could spread the
COVID-19 virus, there will be no members of the public in attendance at the City Council/Fire District Meetings.
Members of the City Council/Fire District and staff may participate in this meeting via a teleconference. In place
of in-,person attendance, members of the public are encouraged to watch from the safety of their homes in one
of the following ways:
Live Streaming on the City's website at
https://www.cityofrc.us/your-government/city-council-agendas or
Local Cable: RCTV3 Programming
Members of the public wishing to speak during public communication may call at the start of the meeting by
dialing (909)774-2751, if speaking on a Public Hearing item, please dial in when the Public Hearing is being
heard at (909)774-2751 to be added to the queue for public comment. Calls will be answered in the order
received.
The City of Rancho Cucamonga thanks you in advance for taking all precautions to prevent spreading the
COVID-19 virus.
If you are an individual with a disability and need a reasonable modification or accommodation pursuant to the
Americans with Disabilities Act ("ADA"), please contact the City Clerk's Office at (909) 774-2023, 24 hours prior to
the meeting so that the City can make reasonable arrangements.
CITY COUNCIL VISION STATEMENT Page 1
"Our Vision is to build on our success as a world class community, to create
an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive."
CLOSED SESSION - 4:30 P.M.
TRI-COMMUNITIES ROOM
ROLL CALL: Mayor Michael
Mayor Pro Tern Kennedy
Council Members Hutchison, Scott, and Spagnolo
A. ANNOUNCEMENT OF CLOSED SESSION ITEM(S)
C. CITY MANAGER ANNOUNCEMENTS
D. CONDUCT OF CLOSED SESSION
D1. PUBLIC EMPLOYEE PERFORMANCE EVALUATION PER GOVERNMENT CODE SECTION
54957 (TITLE: CITY MANAGER).
D2. 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), TEAMSTERS LOCAL 1932 EXECUTIVE MANAGEMENT GROUP AND FIRE
SUPPORT SERVICES — CITY
D3. CONFERENCE WITH LEGAL COUNSEL — EXISTING LITIGATION PURSUANT TO
PARAGRAPH (1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE: HIMNEL
USA, INC. d/b/a ST. MARY'S MONTESSORI SCHOOL AND GLOBAL PROPERTY HOLDINGS
LLC VS. CITY OF RANCHO CUCAMONGA, SBSC CASE NO.: CIVDS 2014554. — CITY
D4. CONFERENCE WITH LEGAL COUNSEL — EXISTING LITIGATION PURSUANT TO
PARAGRAPH (1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE: BRANDON
DUFFIELD, DBA SO CAL CONSULTING V. WILBURN PATRICK FOWLER, et. al., SAN
BERNARDINO SUPERIOR COURT, CASE NO. CIV SB 2029453 — CITY
D5. CONFERENCE WITH LEGAL COUNSEL — EXISTING LITIGATION PURSUANT TO
PARAGRAPH (1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE: CITY OF
RANCHO CUCAMONGA V. DR LANDMARK, INC.; POWER MEDIC TECHNOLOGIES, INC.;
HOFER PROPERTIES, LLC; AND DOES 1 THROUGH 5 INCLUSIVE, SBSC CASE NO.:
CIVDS 1904713 — CITY
D6. CONFERENCE WITH LEGAL COUNSEL — EXISTING LITIGATION PURSUANT TO
PARAGRAPH (1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE: PEPE'S
INC. V. CITY OF RANCHO CUCAMONGA, UNITED STATES DISTRICT COURT, CENTRAL
DISTRICT OF CALIFORNIA, CASE NO. 5:20CV02506JGBSP — CITY
CITY COUNCIL VISION STATEMENT Page 2
"Our Vision is to build on our success as a world class community, to create
an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive."
D7. 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 0229
131 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; ROBERT BRUCE STANFORD, A WIDOWER (AN INDIVIDUAL) & WILLIAM R.
RUSHING, AS SUCCESSOR TRUSTEE OF THE STRACK FAMILY TRUST, DATED MARCH
13, 2014, AS TO THE REMAINDER, OWNERS; REGARDING PRICE AND TERMS - CITY
D8. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE
SECTION 54956.8 FOR PROPERTY LOCATED AT 12467 BASELINE 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
D9. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE
SECTION 54956.8 REGARDING THE FOLLOWING REAL PROPERTY: (1) REAL PROPERTY
OWNED BY THM ENTERPRISES, LLC AND LOCATED AT 12449 FOOTHILL BOULEVARD
IN THE CITY OF RANCHO CUCAMONGA AND FURTHER IDENTIFIED AS SAN
BERNARDINO COUNTY TAX ASSESSOR'S PARCEL NUMBER 0229 031 41 .
NEGOTIATING PARTIES, JOHN GILLISON, CITY MANAGER, ON BEHALF OF THE CITY OF
RANCHO CUCAMONGA, REGARDING INSTRUCTIONS TO NEGOTIATORS CONCERNING
PRICE. NEGOTIATING PARTIES MAY NEGOTIATE WITH THE PROPERTY OWNERS SET
FORTH ABOVE. - CITY
D10.CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE
SECTION 54956.8 REGARDING THE FOLLOWING REAL PROPERTY-(1) REAL PROPERTY
OWNED BY WALMART REAL ESTATE BUSINESS TRUST AND LOCATED AT 12549
FOOTHILL BOULEVARD IN THE CITY OF RANCHO CUCAMONGA AND FURTHER
IDENTIFIED AS SAN BERNARDINO COUNTY TAX ASSESSOR'S PARCEL NUMBERS
022903238 & 44. NEGOTIATING PARTIES, JOHN GILLISON, CITY MANAGER, ON BEHALF
OF THE CITY OF RANCHO CUCAMONGA, REGARDING INSTRUCTIONS TO
NEGOTIATORS CONCERNING PRICE. NEGOTIATING PARTIES MAY NEGOTIATE WITH
THE PROPERTY OWNERS SET FORTH ABOVE. - CITY
B. PUBLIC COMMUNICATIONS ON CLOSED SESSION ITEM(S)
E. RECESS — Closed Session to Recess to the Regular City Council Meeting at 7:00 P.M. in the Council Chambers at
City Hall, 10500 Civic Center Drive, Rancho Cucamonga, California.
CITY COUNCIL VISION STATEMENT Page 3
"Our Vision is to build on our success as a world class community, to create
an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive."
REGULAR MEETING - 7:00 P.M.
COUNCIL CHAMBERS
PLEDGE OF ALLEGIANCE
ROLL CALL: Mayor Michael
Mayor Pro Tern Kennedy
Council Members Hutchison, Scott, and Spagnolo
A. AMENDMENTS TO THE AGENDA
B. ANNOUNCEMENT / PRESENTATIONS
C. PUBLIC COMMUNICATIONS
Members of the City Council also sit as the Fire Board, Housing Successor Agency, Successor Agency, and
Public Finance Authority. This is the time and place for the general public to address the Fire Protection
District, Housing Successor Agency, Successor Agency, Public Financing Authority Board, and City Council on
any item listed or not listed on the agenda. State law prohibits the Fire Protection District, Housing Successor
Agency, Successor Agency, Public Financing Authority Board, and City Council from addressing any issue not previously
included on the Agenda. The Fire Protection District, Housing Successor Agency, Successor Agency, Public Financing
Authority Board, and City Council may receive testimony and set the matter for a subsequent meeting.
Comments are to be limited to five minutes per individual or less, as deemed necessary by the Mayor,
depending upon the number of individuals desiring to speak.All communications are to be addressed directly to the
Fire Board, Agencies, Successor Agency, Authority Board, or City Council not to the members of the audience. This is a
professional business meeting and courtesy and decorum are expected. Please refrain from any debate between audience
and speaker, making loud noises, or engaging in any activity which might be disruptive to the decorum of the meeting.
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.
CONSENT CALENDARS:
The following Consent Calendar items are expected to be routine and noncontroversial. They will be acted upon at
one time without discussion. Any item may be removed by a Council Member for discussion. Members of the City
Council also sit as the Fire Board, Housing Successor Agency, Successor Agency, and Public Finance Authority.
Council is acting in all capacities with respect to its actions on the Consent Calendars.
D. CONSENT CALENDAR -
D1. Consideration of Meeting Minutes for the Special Meeting of February 9, 2021 and Regular
Meetings of February 17, 2021.
CITY COUNCIL VISION STATEMENT Page 4
"Our Vision is to build on our success as a world class community, to create
an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive."
D2. Consideration to Approve City and Fire District Bi-Weekly Payroll in the Total Amount of
$1 ,614,241 .65 and City and Fire District Weekly Check Registers (No Checks Issued to
Southern California Gas Company) in the Total Amount of$5,686,734.29 Dated February 08,
2021 Through February 21, 2021. (CITY/FIRE)
D3. Consideration of the 2020 Annual Review of the Development Agreement by and between SC
Rancho Development Corp., a California Corporation and Empire Lakes Holding Company,
LLC, a Delaware Limited Liability Company and the City of Rancho Cucamonga, Case No.
DRC2015-00118.
D4. Consideration to Accept Public Improvements on the North Side of Millenium Court, West and
East of Mayten Avenue, South of Foothill Boulevard per the Improvement Agreement Related to
Case No. SUBTPM19669, as Complete, File the Notice of Completion, and Authorize Release
of Bonds. (CITY)
D5. Consideration to Accept as Complete, File a Notice of Completion, and Authorize Release of
Retention and Bonds for the Freeway and Arterial Synchronization Project. (CITY)
D6. Consideration of a Determination that the Yellowwood Place Connection to Foothill
Marketplace Project is Categorically Exempt From the California Environmental Quality Act
(CEQA) and Authorize the Filing of a Notice of Exemption. (CITY)
D7. Consideration of Amendment No. 03 to the Agreement with Pacific Utility Installation, Inc.
(CO19-085) in the Amount of $300,845, plus a 5% Contingency for the Civic Center East Lot
Electric Line Extension Project and Authorization of an Appropriation in the Amount of
$118,900. (CITY)
D8. Consideration of Amendment No. 1 to Contract No. 2020-023 with Community Works Design
Group for Design Professional Services in the Amount of $15,000.00 to be Funded from
Account No. 1274401-5650 (Grant Funds). (CITY)
D9. Consideration to Adopt a Resolution Approving a Side Letter Agreement Between the City of
Rancho Cucamonga and Teamsters Local 1932. (RESOLUTION NO. 2021-011) (CITY)
D10.Consideration of an Increase to Erickson-Hall Construction Contract No. FD 17-005 in the
Amount of $118,724, and Approval of Amendment No. 02 for Additional Construction
Management Services for the New Public Safety Facility. (FIRE)
E. CONSENT CALENDAR ORDINANCE(S) - SECOND READING/ADOPTION
E1. Consideration of Second Reading and Adoption of Ordinance Nos. 978 and 979, to be Read
by Title Only and Waive Further Reading, Amending the Municipal Code to Allow for the
Deferral of Payment of Development Impact Fees and the Public Art In-Lieu Fee.
(ORDINANCE NO. 978 AND ORDINANCE NO. 979) (CITY)
CITY COUNCIL VISION STATEMENT Page 5
"Our Vision is to build on our success as a world class community, to create
an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive."
F. ADMINISTRATIVE HEARING ITEM(S)
F1. Summary of Review of Results of Annual Independent Audit Concerning the Fiscal Year
2019/20 Expenditures in Landscape Maintenance Districts #1 General City, #2 Victoria, #4R
Terra Vista, #6R Caryn Community, and #7 North Etiwanda, Street Lighting District #2
Residential, and Park and Recreation Improvement District#85. (CITY)
F2. Discussion and Possible Action on the Impacts of Schools Reopening Plans beginning March
2021 following Closures due to COVID-19. (Verbal Report) (CITY)
G. ADVERTISED PUBLIC HEARINGS ITEM(S) - CITY/FIRE DISTRICT
G1. DRC2020-00482 — DR Horton - A Request for a Design Review Modification to the Day Creek
Square Development Located at the Southwest Corner of Day Creek Boulevard and Base Line
Road by Modifying the Current Conditions of Approval Associated with the Project Applications
with the Removal of Condition #13 that Places Restrictions on the Residential Occupancy of the
Day Creek Square Residential Community. (RESOLUTION NO. 2021-012) (CITY)
H. CITY MANAGER'S STAFF REPORT(S)
H1. Consideration to Receive and File Midyear Financial Update for the Six-Month Period Ended
December 31, 2020. (CITY)
H2. Consideration of a Contract with Southern California Landscape, Inc. for the "LMD-2 Victoria -
Water Conservation / Landscape Renovation FY 20-21 Project" in the Amount of$633,810.00.
(CITY)
H3. Consideration of a Contract with Conserve Landcare for the "LMD-4R Terra Vista - Water
Conservation / Landscape Renovation FY 20-21 Project" in the Amount of$405,660.00. (CITY)
I. COUNCIL BUSINESS
11. Selection of a Delegate for the Southern California Association of Government's (SCAG)
General Assembly. (CITY)
12. COUNCIL ANNOUNCEMENTS
(Comments to be limited to three minutes per Council Member.)
13. INTERAGENCY UPDATES
(Update by the City Council to the community on the meetings that were attended.)
J. CITY ATTORNEY ITEMS:
CITY COUNCIL VISION STATEMENT Page 6
"Our Vision is to build on our success as a world class community, to create
an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive."
K. IDENTIFICATION OF ITEMS FOR NEXT MEETING
L. 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.
LINDA A. TROYAN, MMC
CITY CLERK SERVICES DIRECTOR
If you need special assistance or accommodations to participate in this meeting, please contact the City
Clerk'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.
CITY COUNCIL VISION STATEMENT Page 7
"Our Vision is to build on our success as a world class community, to create
an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive."
February 9, 2021
CITY OF RANCHO CUCAMONGA
CITY COUNCIL AND FIRE PROTECTION DISTRICT SPECIAL MEETING MINUTES
The City of Rancho Cucamonga City Council held a special meeting on Tuesday, February 9, 2021, in Paul A.
Biane Library,Second Story Exhibit Space, 12505 Cultural Center Drive, Rancho Cucamonga, California. Mayor
L. Dennis Michael called the meeting to order at 8:55 a.m.
Present were Councilmembers Ryan Hutchison, Kristine Scott, Sam Spagnolo, Mayor Pro Tern Lynne Kennedy,
and Mayor L. Dennis Michael.
Also present were: John Gillison, City Manager; Elisa Cox, Deputy City Manager/Civic and Cultural Services;
Lori Sassoon, Deputy City Manager/Administrative Services; Matt Burris, Deputy City Manager/Community and
Economic Development; and Linda A. Troyan, City Clerk Services Director.
Deputy City Manager/Administrative Services Lori Sassoon led the pledge of allegiance.
B. PUBLIC COMMUNICATIONS
No public communications.
C. ITEMS OF DISCUSSION
C1. City Council Teambuilding Workshop Discussion on City Council Norms and Goals.
City Council, along with City Manager Gillison and staff, reviewed each person's Strengths Deployment
Inventory (SDI) motivational values, strengths, and conflict. Mayor Michael relayed his vision of a world-class
community and district interest versus city interest. The current Council Members are the first Council elected
by district, except for the Mayor's position.
The meeting recessed at 10:17 a.m; reconvened at 10:30 a.m. All members were present.
City Council, along with City Manager Gillison and staff, discussed governance models and reviewed Council
Mission, Vision, and Values statement adopted 2020. No changes were made. Council consensus to conduct
a workshop with the Planning Commission to inform them of Council's Mission, Vision and Values Statement
and goals.
The meeting recessed at 12:00 p.m. for lunch; reconvened at 1:17 p.m. All members were present.
Council continued discussion of Mission,Vision,and Value Statements and reviewed and modified current goals.
Council proposed four(4) new goals; Staff to finalize goals and bring them forward for adoption at a future City
Council meeting.
D. ADJOURNMENT
Mayor Michael adjourned the meeting at 3:45 p.m.
Respectfully submitted,
Linda A. Troyan, MMC
City Clerk Services Director
February 9, 2021 1 City Council Special Meeting Minutes
City of Rancho Cucamonga I Page 1 of 1 Page 8
February 17, 2021
CITY OF RANCHO CUCAMONGA
FIRE PROTECTION DISTRICT, HOUSING SUCCESSOR AGENCY, SUCCESSOR AGENCY,
PUBLIC FINANCE AUTHORITY AND CITY COUNCIL REGULAR MEETINGS MINUTES
The City Council of the City of Rancho Cucamonga held a closed session on Wednesday, February 17, 2021, in
the Tri-Communities 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, Mayor Pro Tern Lynne Kennedy
and Mayor L. Dennis Michael.
Also present were: John Gillison, City Manager; Nick Ghirelli, Assistant City Attorney; Lori Sassoon, Deputy City
Manager/Administrative Services; Elisa Cox, Deputy City Manager/Cultural & Civic Services and Matt Burris,
Deputy City Manager/Economic and Community Development.
A. ANNOUNCEMENT OF CLOSED SESSION ITEM(S)
B. PUBLIC COMMUNICATIONS ON CLOSED SESSION ITEM(S)
No public communications were made.
C. CITY MANAGER ANNOUNCEMENTS
None.
D. CONDUCT OF CLOSED SESSION
D1. 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), TEAMSTERS
LOCAL 1932 EXECUTIVE MANAGEMENT GROUP AND FIRE SUPPORT SERVICES—CITY
D2. CONFERENCE WITH LEGAL COUNSEL— EXISTING LITIGATION PURSUANT TO PARAGRAPH
(1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE: HIMNEL USA, INC. d/b/a ST.
MARY'S MONTESSORI SCHOOL AND GLOBAL PROPERTY HOLDINGS LLC VS. CITY OF
RANCHO CUCAMONGA, SBSC CASE NO.: CIVDS 2014554. —CITY
D3. 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. CIVDS 1928697
D4. CONFERENCE WITH LEGAL COUNSEL— EXISTING LITIGATION PURSUANT TO PARAGRAPH
(1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE: CITY OF RANCHO
CUCAMONGA V. DR LANDMARK, INC.; POWER MEDIC TECHNOLOGIES, INC.; HOFER
PROPERTIES, LLC; AND DOES 1 THROUGH 5 INCLUSIVE, SBSC CASE NO.: CIVDS 1904713 —
CITY
D5. CONFERENCE WITH LEGAL COUNSEL— EXISTING LITIGATION PURSUANT TO PARAGRAPH
(1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE: PEPE'S INC. V. CITY OF
RANCHO CUCAMONGA, UNITED STATES DISTRICT COURT, CENTRAL DISTRICT OF
CALIFORNIA, CASE NO. 5:20CV02506JGBSP— CITY
February 17, 2021 1 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 7
Page 9
D6. 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 0229 131 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; ROBERT BRUCE STANFORD, A
WIDOWER (AN INDIVIDUAL) & WILLIAM R. RUSHING, AS SUCCESSOR TRUSTEE OF THE
STRACK FAMILY TRUST, DATED MARCH 13, 2014, AS TO THE REMAINDER, OWNERS;
REGARDING PRICE AND TERMS - CITY
D7. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE SECTION
54956.8 FOR PROPERTY GENERALLY LOCATED AT 8583 ETIWANDA AVENUE, RANCHO
CUCAMONGA, CA AND FURTHER IDENTIFIED AS SAN BERNARDINO COUNTY TAX
ASSESSOR'S PARCEL NUMBER 022914113. NEGOTIATING PARTIES, JOHN GILLISON, CITY
MANAGER, REPRESENTING THE CITY OF RANCHO CUCAMONGA, AND PATTI FEIST,
OVERLAND, PACIFIC AND CUTLER, ON BEHALF OF THE CITY OF RANCHO CUCAMONGA,
REGARDING INSTRUCTIONS TO NEGOTIATORS CONCERNING PRICE. NEGOTIATING
PARTIES MAY NEGOTIATE WITH THE PROPERTY OWNERS SET FORTH ABOVE. —CITY
D8. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE SECTION
54956.8 FOR PROPERTY GENERALLY LOCATED AT 12977-12993 ARROW ROUTE IN THE CITY
OF RANCHO CUCAMONGA AND FURTHER IDENTIFIED AS SAN BERNARDINO COUNTY TAX
ASSESSOR'S PARCEL NUMBERS 0229-141-04 & 12. NEGOTIATING PARTIES, JOHN GILLISON,
CITY MANAGER, REPRESENTING THE CITY OF RANCHO CUCAMONGA, AND PATTI FEIST,
OVERLAND, PACIFIC AND CUTLER, ON BEHALF OF THE CITY OF RANCHO CUCAMONGA,
REGARDING INSTRUCTIONS TO NEGOTIATORS CONCERNING PRICE. NEGOTIATING
PARTIES MAY NEGOTIATE WITH THE PROPERTY OWNERS SET FORTH ABOVE. —CITY
D9. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE SECTION
54956.8 FOR PROPERTIES LOCATED AT: 7089 ETIWANDA AVE. (APN 0227- 12156); HAVEN
AVE. (APN:020833147); HAVEN AVE. (APN:020833140); 8340 UTICA AVE. (APN:0208 353 06);
9612 SAN BERNARDINO ROAD (APN:0208 131 83); 9547 SAN BERNARDINO ROAD
(APN:020815107); 9561 SAN BERNARDINO ROAD (APN: 0208151- 17); NEGOTIATING PARTIES
JOHN GILLISON, CITY MANAGER AND LORI SASSOON, DEPUTY CITY MANAGER
REPRESENTING THE CITY OF RANCHO CUCAMONGA; AND VOLUNTEERS OF AMERICA OF
LOS ANGELES (VOALA), REGARDING PRICE AND TERMS. —CITY/FIRE
E. RECESS The closed session recessed at 6:30 p.m.
February 17, 2021 1 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 7
Page 10
REGULAR MEETING - 7:00 p.m.
CALL TO ORDER - COUNCIL CHAMBERS
The regular meetings of the Rancho Cucamonga Fire Protection District, Housing Successor Agency, Successor
Agency, Public Finance Authority and the City of Rancho Cucamonga City Council were held on February 17, 2021
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, Mayor Pro Tem Lynne Kennedy
and Mayor L. Dennis Michael.
Also present were: John Gillison, City Manager; Nick Ghirelli, Assistant City Attorney and Linda Troyan, MMC, City
Clerk Services Director.
Council Member Hutchison led the Pledge of Allegiance.
Responding to the spread of the Coronavirus(COVID-19)and social distancing requirements, City Manager Gillison
announced that due to recent changes in the Governor's Executive Orders,the San Bernardino County Department
of Public Health requirements, and to ensure the health and safety of Rancho Cucamonga residents by limiting
contact that could spread the COVID-19 virus, there will be no members of the public in attendance at the City
Council/Fire District Meetings and in place of in-person attendance, members of the public are encouraged to watch
from the safety of their homes live from the City's website or on RCTV-3.
He stated members of the public wishing to speak during public communication or on a public hearing item will need
to dial in to (909)774-2751 to be added to the queue for comment. Additional information on the Coronavirus
pandemic and City resources and updates can be found at www.cityofrc.us/coronavirus.
A. AMENDMENTS TO THE AGENDA
Mayor Michael announced staff requested item H2 will be continued to the March 3rd meeting.
B. ANNOUNCEMENTS/PRESENTATIONS
B1. Recognition of the RC Cares Program Team.
Justine Garcia, Interim Deputy Director of Engineering and Noah Daniels, Finance Manager, provided a video
featuring and recognizing the RC Cares Program and Team members who worked on program.
C. PUBLIC COMMUNICATIONS
Mayor Michael announced,due to COVID-19 and social distancing requirements,the Public Communications portion
of the meeting will be conducted telephonically.
No public communications were made.
D. CONSENT CALENDAR
D1. Consideration of Meeting Minutes for the Regular Meetings of February 3, 2021.
D2. Consideration to Approve City and Fire District Bi-Weekly Payroll in the Total Amount of$1,665,379.80
and City and Fire District Weekly Check Registers(Excluding Checks Issued to Southern California
Gas Company) in the Total Amount of$4,760,812.63 Dated January 25, 2021 Through February 07,
2021 and City and Fire District Electronic Debit Registers for the Month of January in the Total Amount
of$1,048,306.45. (CITY/FIRE)
February 17, 2021 1 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 7
Page 11
D3. Consideration to Approve City and Fire District Weekly Check Registers for Checks Issued to Southern
California Gas Company in the Total Amount of$28,271.67 Dated January 25,2021 Through February
07, 2021. (CITY/FIRE)
D4. Consideration to Receive and File Current Investment Schedules as of January 31, 2021 for the City
of Rancho Cucamonga and the Rancho Cucamonga Fire Protection District. (CITY/FIRE)
D5. Consideration to Accept as Complete, File the Notice of Completion and Authorize Release of
Retention, and Bonds for the Crossing Surface Improvement at Arrow Route Railroad Crossing
Project. (CITY)
D6. Consideration to Accept as Complete, File a Notice of Completion, Authorize Release of Retention
and Bonds for the Southwest Cucamonga Class I Bicycle Trail, MRSC Contract No. MIL16052 Project.
(CITY)
D7. Consideration of a Purchase and Sale Agreement and Joint Escrow Instructions, and a Right of Entry
and Access Agreement, Between the City of Rancho Cucamonga and Lightning PM, LLC, in the Real
Property Located at 12977 Arrow Route in the City of Rancho Cucamonga and Further Identified as
APN 0229-141-04 in Connection with the Construction of the Etiwanda East Side Widening Project.
(CITY)
D8. Receive and File Commission/Committee/Board Attendance Report for 2020. (CITY)
MOTION: Moved by Council Member Spagnolo, seconded by Council Member Hutchison, to approve Consent
Calendar Items D1 through D8, with Council Member Scott abstaining on item D3, due to her employment with
Southern California Gas Company. Motion carried, 5-0.
E. CONSENT CALENDAR ORDINANCE(S) - SECOND READING/ADOPTION
None.
F. ADMINISTRATIVE HEARING ITEM(S)
F1. Consideration of a Resolution Adopting the Policies and Procedures Manual for the Transfer of
Development Rights (TDR) Program and Naming the City of Rancho Cucamonga as the TDR
Authority, as Outlined in the Etiwanda Heights Neighborhood Conservation Plan. (RESOLUTION
NO. 2021-009) (CITY)
City Manager Gillison introduced Matt Burris, Deputy City Manager and Vincent Acuna, Associate Planner, who
presented a PowerPoint for Item F1. Deputy City Manager Burris noted that the City Council was provided with
an updated resolution including attachments, which reflected changes recommended by the City Attorney.
Deputy City Manager Burris informed that the changes were highlighted in the updated resolution,which provided
more clarity on the City Council's approval of the Policies and Procedures manual, and the role of City staff to
administer the TDR program. Associate Planner Acuna detailed the policies and procedures manual for the
Transfer of Development Rights (TDR) Program and noted that the resolution clarifies the city's responsibility to
manage the TDR program, and also clarifies the City Manager's authority to make minor changes to the TDR
program documents as needed, as long as they are consistent with the Etiwanda Heights Specific Plan.
Mayor Michael opened the Administrative Hearing.
No public communications were made.
Mayor Michael closed the Administrative Hearing.
Discussion ensued on procedures for the Transfer of Development Rights (TDR) Program; property value/
appraisals; property owner rights and the City of Rancho Cucamonga's role as the TDR Authority.
February 17, 2021 1 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 7
Page 12
MOTION: Moved by Council Member Spagnolo, seconded by Council Member Hutchison, to adopt Resolution
No. 2021-009, Adopting the Policies and Procedures Manual for the Transfer of Development Rights (TDR)
Program and Naming the City of Rancho Cucamonga as the TDR Authority, as Outlined in the Etiwanda Heights
Neighborhood Conservation Plan. Motion carried unanimously, 5-0.
G. ADVERTISED PUBLIC HEARING ITEM(S) — CITY/FIRE DISTRICT
G1. Consideration of First Reading of Ordinance Nos. 978 and 979, to be Read by Title Only and Waive
Further Reading, Amending the Municipal Code to Allow for the Deferral of Payment of Development
Impact Fees and the Public Art in Lieu Fee. (ORDINANCE NO'S. 978 & 979) (CITY)
City Manager Gillison introduced Jennifer Nakamura, Management Analyst II, who presented a PowerPoint for
Item G1. Management Analyst Nakamura informed that the proposed changes would provide an option to allow
payment of Development Impact Fees and Public Art in-lieu fee to be deferred to prior to final inspection and a
system checks in place to ensure compliance.
Mayor Michael opened the Public Hearing.
Mayor Michael announced, due to COVID-19 and social distancing requirements, Public Communications for
Public Hearing item G1 will be conducted telephonically.
No public communications were made.
Mayor Michael closed the Public Hearing.
MOTION: Moved by Council Member Scott, seconded by Council Member Hutchison to introduce First Reading
of Ordinance No. 978 and Ordinance No. 979 by Title only and waive further readings.
Linda A. Troyan, MMC, Director of City Clerk Services, read the title of Ordinance No. 978 and Ordinance No.
979.
VOTES NOW CAST ON MOTION: Moved by Council Member Scott, seconded by Council Member Hutchison to
introduce First Reading of Ordinance No. 978 and Ordinance No. 979 by Title only and waive further readings.
Motion carried unanimously, 5-0.
H. CITY MANAGERS STAFF REPORT(S)
H1. Verbal Report on January 2021 Windstorm Event. (CITY)
City Manager Gillison introduced Bill Wittkopf, Public Works Services Director, who presented a PowerPoint for
Item H1. Public Works Services Director Wittkopf reported on damages caused by a wind event that occurred on
January 20th and 21st. He presented a January 2021 Wind Event Heat Map showcasing the affected areas that
stemmed from 120 - Service Requests received by the Public Works Department.
The Mayor and Members of the City Council thanked the Public Works Department and Dolt Department GIS
team for their collaborative work in developing an innovative Wind Event Heat Map that will help the City not only
respond but also plan ahead for future wind events.
H2. Consideration to Receive and File Midyear Financial Update for the Six-Month Period Ended December
31, 2020. (CITY)
Mayor Michael announced that the item would not be heard at this meeting and would be continued to the March
3, 2021 Council Meeting.
February 17, 2021 1 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 7
Page 13
H3. Summary of Public Safety Response to 2020 Holiday Lights Display and Consideration of a
Resolution Temporarily Closing Portions of Thoroughbred and Jennet Streets,West Sapphire Street
and East of Turquoise Avenue, and a Portion of Turquoise Avenue Between Jennet and
Thoroughbred Streets, to Pedestrian Traffic During the Area's 2021 Holiday Light Display.
(RESOLUTION NO. 2021-010) (CITY)
City Manager Gillison introduced Rancho Cucamonga Police Department, Deputy Melissa Harrison and Traffic
Engineer, Baldwin Ngai who presented a PowerPoint for Item H3. Traffic Engineer Ngai informed that on
November 2020, a collective decision between the City and the Police Department was made due to the Covid-
19 Pandemic to establish Drive-Thru only beginning on December 4th through December 24th from 5:00p.m. to
11:00p.m. with no pedestrians allowed to walk through the holiday lights display loop. Deputy Harrison noted that
a guest registry portal was launched for the periods of Drive-Thru only to accommodate residents hosting events
and to assist deputies to determine appropriate pedestrian access into the loop. Deputy Harrison added that the
City and Police Department successfully reached residents staying at home via a Virtual Thoroughbred Tour
posted online and reaching over 275,946 viewers. Staff recommended that the City Council approve Resolution
No. 2021-010 to implement Drive-Thru only December 3-5 and 10-24, 2021.
MOTION: Moved by Council Member Spagnolo, seconded by Council Member Scott, to adopt Resolution No.
2021-010, temporarily closing portions of Thoroughbred and Jennet Streets, West Sapphire Street and East of
Turquoise Avenue, and a portion of Turquoise Avenue Between Jennet and Thoroughbred Streets, to pedestrian
traffic during the area's 2021 Holiday Light Display. Motion carried unanimously, 5-0.
H4. Consideration to Authorize the City Manager to Execute Professional Services Agreement with
PROS Consulting Inc. in an Amount Not to Exceed $66,910 for Community Services Department
Organizational and Financial Assessment and AMS Planning & Research for Victoria Gardens
Cultural Center & City-wide Arts Programming Assessment in an Amount Not to Exceed $97,600.
(CITY)
City Manager Gillison introduced Jennifer Hunt-Gracia, Community Services Director, who presented a
PowerPoint for Item H4. Community Services Director Hunt-Gracia spoke on the economic impact of COVID-19,
financial sustainability of services, community needs and changing demographics. She informed that financial
sustainability and assurances that revenue projection will be met is critical to operating in a post pandemic
era. She recommended that the Community Services Department utilize two consulting firms: one specific to
recreation services and the second specific to the operations of the Victoria Gardens Cultural Center.
Discussion ensued on equitable data collection strategies; online needs assessments and community outreach
to identify community needs.
MOTION: Moved by Council Member Hutchison, seconded by Council Member Scott, to authorize the City
Manager to execute Professional Service Agreements with PROS Consulting Inc.and AMS Planning&Research.
Motion carried unanimously, 5-0.
I. COUNCIL BUSINESS
11. Consideration to Approve the Re-appointments of Two Members to the Public Art Committee. (CITY)
Council Member Scott reported that the Rancho Cucamonga Community and Arts Foundation recommended
Board Member Pachon for re-appointment at the Executive Board meeting on January 13,2021. She also informed
that the Planning Commission recommended Commissioner Dopp for re-appointment at the Planning Commission
meeting on February 10, 2021.
MOTION: Moved by Mayor Pro Tern Kennedy, seconded by Council Member Scott, to approve the Re-
appointment of Planning Commissioner Bryan Dopp, and Community & Arts Foundation Board Member, Paula
Pachon to the Public Art Committee. Motion carried unanimously, 5-0.
February 17, 2021 1 Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga I Page 6 of 7
Page 14
12. COUNCIL ANNOUNCEMENTS
None.
13. INTER-AGENCY UPDATES
None.
J. CITY ATTORNEY ITEMS
None.
K. IDENTIFICATION OF ITEMS FOR NEXT MEETING
None.
L. ADJOURNMENT
Mayor Michael adjourned the City Council Meeting at 8:37 p.m.
Respectfully submitted,
Linda A. Troyan, MMC
City Clerk Services Director
Approved:
February 17, 2021 1 Fire Protection District, Housing Successor Agency, Successor Agency,
Public Finance Authority and City Council Regular Meetings Minutes
City of Rancho Cucamonga I Page 7 of 7
Page 15
ti
NONRR �
a CITY OF
RANCHO CUCAMONGA
m
�l
DATE: March 3, 2021
TO: Mayor and Members of the City Council Board of Directors
President and Members of the Boards of Directors
FROM: John R. Gillison, City Manager
INITIATED BY: Tamara L. Oatman, Finance Director
Veronica Lopez, Accounts Payable Supervisor
SUBJECT: Consideration to Approve City and Fire District Bi-Weekly Payroll in the
Total Amount of $1,614,241.65 and City and Fire District Weekly Check
Registers(No Checks Issued to Southern California Gas Company) in the
Total Amount of $5,686,734.29 Dated February 08, 2021 Through
February 21, 2021. (CITY/FIRE)
RECOMMENDATION:
Staff recommends City Council/Board of Directors of the Fire Protection District approve payment
of demands as presented. Bi-weekly payroll is $982,165.46 and $632,076.19 for the City and the
Fire District, respectively. Weekly check register amounts are $5,576,792.53 and $109,941.76 for
the City and the Fire District, respectively.
BACKGROUND:
N/A
ANALYSIS:
N/A
FISCAL IMPACT:
Adequate budgeted funds are available for the payment of demands per the attached listing.
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
N/A
ATTACHMENTS:
Attachment 1 - Weekly Check Register
Page 16
CITY OF RANCHO CUCAMONGA
AND
RANCHO CUCAMONGA FIRE PROTECTION DISTRICT
Excluding So Calif Gas Company.
Agenda Check Register
2/8/2021 through 2/21/2021
Check No. Check Date Vendor Name Ca Fire Amount
AP 00011995 02/10/2021 CALIF GOVERNMENT VEBA/RANCHO CUCAMONGA 23,571.89 0.00 23,571.89
AP 00011996 02/10/2021 HAMPTON YOGA 157.50 0.00 157.50
AP 00011997 02/10/2021 RCCEA 1,786.00 0.00 1,786.00
AP 00011998 02/10/2021 RCPFA 12,521.59 0.00 12,521.59
AP 00011999 02/10/2021 SAN BERNARDINO CTY SHERIFFS DEPT 3,565,441.00 0.00 3,565,441.00
AP 00012000 02/10/2021 SHELL ENERGY NORTH AMERICA 223,428.55 0.00 223,428.55
AP 00012001 02/10/2021 U S DEPARTMENT OF ENERGY 7,320.54 0.00 7,320.54
AP 00012002 02/11/2021 AIRGAS USA LLC 1,659.47 359.00 2,018.47 ***
AP 00012003 02/11/2021 BEST BEST&KRIEGER LLP 407.00 0.00 407.00
AP 00012004 02/11/2021 GALLS LLC 2,434.64 0.00 2,434.64
AP 00012005 02/11/2021 HOSE MAN INC 0.00 64.59 64.59
AP 00012006 02/11/2021 MINUTEMAN PRESS 621.45 0.00 621.45
AP 00012007 02/11/2021 OFFICE DEPOT 1,452.39 209.70 1,662.09 ***
AP 00012008 02/11/2021 SITEONE LANDSCAPE SUPPLY LLC 1,350.95 0.00 1,350.95
AP 00012009 02/17/2021 ABSOLUTE SECURITY INTERNATIONAL INC 15,816.89 0.00 15,816.89
AP 00012010 02/17/2021 AIR EXCHANGE INC 6,150.58 0.00 6,150.58
AP 00012011 02/17/2021 CALPINE ENERGY SERVICES LP 216,750.00 0.00 216,750.00
AP 00012012 02/17/2021 ELECNOR BELCO ELECTRIC INC 100,090.66 0.00 100,090.66
AP 00012013 02/17/2021 GEOGRAPHICS 167.50 0.00 167.50
AP 00012014 02/17/2021 GREAT LAKES SEGWAY 11,240.00 0.00 11,240.00
AP 00012015 02/17/2021 RE ASTORIA 2 LLC 58,909.17 0.00 58,909.17
AP 00012016 02/17/2021 RICHARDS WATSON AND GERSHON 12,178.98 0.00 12,178.98
AP 00012017 02/17/2021 RIVERSIDE,CITY OF 6,909.00 0.00 6,909.00
AP 00012018 02/18/2021 ABC LOCKSMITHS INC 1,426.95 484.88 1,911.83 ***
AP 00012019 02/18/2021 CARQUEST AUTO PARTS 744.66 0.00 744.66
AP 00012020 02/18/2021 CRAFCOINC 1,354.03 0.00 1,354.03
AP 00012021 02/18/2021 DUMBELL MAN FITNESS EQUIPMENT,THE 0.00 750.00 750.00
AP 00012022 02/18/2021 EMCOR SERVICES 43,729.50 425.00 44,154.50 ***
AP 00012023 02/18/2021 MCFADDEN DALE HARDWARE 198.42 0.00 198.42
AP 00012024 02/18/2021 OFFICE DEPOT 1,943.25 0.00 1,943.25
AP 00012025 02/18/2021 PSA PRINT GROUP 387.90 0.00 387.90
AP 00012026 02/18/2021 SIEMENS MOBILITY INC 6,849.00 0.00 6,849.00
AP 00012027 02/18/2021 SITEONE LANDSCAPE SUPPLY LLC 3,390.83 0.00 3,390.83
AP 00012028 02/18/2021 THOMPSON PLUMBING SUPPLY INC 3,525.40 0.00 3,525.40
AP 00415712 02/10/2021 AAA ELECTRIC MOTOR SALES 0.00 420.65 420.65
AP 00415713 02/10/2021 AFLAC GROUP INSURANCE 24.58 0.00 24.58
AP 00415714 02/10/2021 AMIR MIRZADEH 1,000.00 0.00 1,000.00
AP 00415715 02/10/2021 ANIMAL HEALTH DIAGNOSTIC CENTER 293.00 0.00 293.00
AP 00415716 02/10/2021 ARCHITERRA DESIGN GROUP 801.25 0.00 801.25
AP 00415717 02/10/2021 BOUND TREE MEDICAL LLC 0.00 262.49 262.49
AP 00415718 02/10/2021 BRIGHTVIEW LANDSCAPE SERVICES INC 21,525.12 0.00 21,525.12
AP 00415719 02/10/2021 C V W D 361.04 720.25 1,081.29 ***
AP 00415723 02/10/2021 C V W D 32,607.33 0.00 32,607.33
AP 00415724 02/10/2021 CAGLE'S APPLIANCE CENTER 0.00 67.33 67.33
AP 00415725 02/10/2021 CALIFORNIA MUNICIPAL UTILITIES ASSOC 516.73 0.00 516.73
AP 00415726 02/10/2021 CALIFORNIA,STATE OF 314.11 0.00 314.11
AP 00415727 02/10/2021 CALIFORNIA,STATE OF 127.52 0.00 127.52
User: VLOPEZ-VERONICA LOPEZ Page: 1 Current Date: 02/22/2021
Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page flme: 07:16:22
CITY OF RANCHO CUCAMONGA
AND
RANCHO CUCAMONGA FIRE PROTECTION DISTRICT
Excluding So Calif Gas Company.
Agenda Check Register
2/8/2021 through 2/21/2021
Check No. Check Date Vendor Name Ca Fire Amount
AP 00415728 02/10/2021 CALIFORNIA,STATE OF 32.26 0.00 32.26
AP 00415729 02/10/2021 CALIFORNIA,STATE OF 342.73 0.00 342.73
AP 00415730 02/10/2021 CAMBRIDGE SEVEN ASSOCIATES INC 24,997.00 0.00 24,997.00
AP 00415731 02/10/2021 CHARTER COMMUNICATIONS 4,655.88 6,454.74 11,110.62 ***
AP 00415732 02/10/2021 CINTAS CORPORATION #150 0.00 537.40 537.40
AP 00415733 02/10/2021 CONVERGEONE INC 13,236.50 0.00 13,236.50
AP 00415734 02/10/2021 COUNTRY ESTATE FENCE CO INC 3,641.64 0.00 3,641.64
AP 00415735 02/10/2021 COVETRUS NORTH AMERICA 854.07 0.00 854.07
AP 00415736 02/10/2021 DATA TICKET INC 5,333.10 0.00 5,333.10
AP 00415737 02/10/2021 DEER CREEK CAR WASH 1,425.00 0.00 1,425.00
AP 00415738 02/10/2021 DEPENDABLE COMPANY INC 11.00 0.00 11.00
AP 00415739 02/10/2021 DIRECTV 179.99 0.00 179.99
AP 00415740 02/10/2021 DOG WASTE DEPOT 1,034.00 0.00 1,034.00
AP 00415741 02/10/2021 EGIEBOR,BENJAMIN 514.93 0.00 514.93
AP 00415742 02/10/2021 EMERGENCY MEDICAL SERVICES AUTHORITY 0.00 3,373.00 3,373.00
AP 00415743 02/10/2021 ENVISIONWARE INC 1,450.00 0.00 1,450.00
AP 00415744 02/10/2021 FIRST AID 2000 2,234.31 0.00 2,234.31
AP 00415745 02/10/2021 FORTIN LAW GROUP 1,875.50 0.00 1,875.50
AP 00415746 02/10/2021 GARNICA,CHRISTIAN 73.36 0.00 73.36
AP 00415747 02/10/2021 GATEWAY PET CEMETERY&CREMATORY 240.00 0.00 240.00
AP 00415748 02/10/2021 GENTRY BROTHERS INC 43,974.04 0.00 43,974.04
AP 00415749 02/10/2021 GLOBALSTAR USA 158.49 0.00 158.49
AP 00415750 02/10/2021 GRAINGER 1,190.43 0.00 1,190.43
AP 00415751 02/10/2021 HAMILTON,MONIQUE 257.60 0.00 257.60
AP 00415752 02/10/2021 HAULAWAY STORAGE CONTAINERS INC 119.84 0.00 119.84
AP 00415753 02/10/2021 HD PRODUCTIONS INC 18,750.00 0.00 18,750.00
AP 00415754 02/10/2021 HILLS PET NUTRITION SALES INC 1,136.87 0.00 1,136.87
AP 00415755 02/10/2021 HOYT LUMBER CO,S M 0.00 43.55 43.55
AP 00415756 02/10/2021 IPERMIT E RATERS 323.62 0.00 323.62
AP 00415757 02/10/2021 ITERIS INC 538.75 0.00 538.75
AP 00415758 02/10/2021 ITRON INC 2,798.20 0.00 2,798.20
AP 00415759 02/10/2021 KVAC ENVIRONMENTAL SERVICES INC 2,957.00 0.00 2,957.00
AP 00415760 02/10/2021 L T HIMPELMANN INC 502.75 0.00 502.75
AP 00415761 02/10/2021 L T HIMPELMANN INC 1,135.18 0.00 1,135.18
AP 00415762 02/10/2021 LEAGUE OF CALIFORNIA CITIES 35,444.00 0.00 35,444.00
AP 00415764 02/10/2021 LOWES COMPANIES INC 3,471.26 7,080.40 10,551.66 ***
AP 00415765 02/10/2021 LOZANO SMITH LLP 5,163.50 0.00 5,163.50
AP 00415766 02/10/2021 MARIPOSA LANDSCAPES INC 19,209.11 0.00 19,209.11
AP 00415767 02/10/2021 MCI 73.02 0.00 73.02
AP 00415768 02/10/2021 MIDWEST TAPE 1,796.21 0.00 1,796.21
AP 00415769 02/10/2021 MONTGOMERY HARDWARE CO 43.28 0.00 43.28
AP 00415770 02/10/2021 MUNIVE,ADRIAN 58.80 0.00 58.80
AP 00415771 02/10/2021 MUTUAL PROPANE 0.00 20.00 20.00
AP 00415772 02/10/2021 MVC ENTERPRISES INC 236,244.33 0.00 236,244.33
AP 00415773 02/10/2021 N R G CLEAN POWER INC 332.56 0.00 332.56
AP 00415774 02/10/2021 NAPA AUTO PARTS 0.00 208.48 208.48
AP 00415775 02/10/2021 NINYO&MOORE 26,694.00 0.00 26,694.00
User: VLOPEZ-VERONICA LOPEZ Page: 2 Current Date: 02/22/2021
Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page flne: 07:16:22
CITY OF RANCHO CUCAMONGA
AND
RANCHO CUCAMONGA FIRE PROTECTION DISTRICT
Excluding So Calif Gas Company.
Agenda Check Register
2/8/2021 through 2/21/2021
Check No. Check Date Vendor Name Ca Fire Amount
AP 00415776 02/10/2021 ONTRAC 41.64 0.00 41.64
AP 00415777 02/10/2021 ORKIN PEST CONTROL 877.64 1,111.28 1,988.92 ***
AP 00415778 02/10/2021 PADEN,MICHELLE 1,008.00 0.00 1,008.00
AP 00415779 02/10/2021 PINNACLE PETROLEUM INC 0.00 14,836.77 14,836.77
AP 00415780 02/10/2021 PRE-PAID LEGAL SERVICES INC 60.17 0.00 60.17
AP 00415781 02/10/2021 PRISTINE UNIFORMS LLC 0.00 1,714.21 1,714.21
AP 00415782 02/10/2021 QUADIENT INC 594.87 0.00 594.87
AP 00415783 02/10/2021 SAFE-ENTRY TECHNICAL INC 0.00 180.00 180.00
AP 00415784 02/10/2021 SAN BERNARDINO CTY AUDITOR CONTROLLER 26.00 0.00 26.00
AP 00415785 02/10/2021 SAN BERNARDINO CTY FIRE CHIEF ASSOC 0.00 135.00 135.00
AP 00415786 02/10/2021 SBCTOA 0.00 50.00 50.00
AP 00415787 02/10/2021 SBPEA 2,411.83 0.00 2,411.83
AP 00415788 02/10/2021 SHERIFFS COURT SERVICES 100.00 0.00 100.00
AP 00415789 02/10/2021 SIGN SHOP,THE 0.00 296.32 296.32
AP 00415790 02/10/2021 SMITH PIPE AND SUPPLY INC 111.90 0.00 111.90
AP 00415791 02/10/2021 SOCAL OFFICE TECHNOLOGIES 112.65 11.26 123.91 ***
AP 00415792 02/10/2021 SOLANO,MARSHA 118.44 0.00 118.44
AP 00415793 02/10/2021 SOUTH COAST AQMD 0.00 557.42 557.42
AP 00415798 02/10/2021 SOUTHERN CALIFORNIA EDISON 31,959.28 1,660.12 33,619.40 ***
AP 00415799 02/10/2021 STOTZ EQUIPMENT 1,702.68 0.00 1,702.68
AP 00415800 02/10/2021 SYMPRO INC 4,785.35 0.00 4,785.35
AP 00415801 02/10/2021 TETRA TECH INC 5,030.00 0.00 5,030.00
AP 00415802 02/10/2021 TREASURER-TAX COLLECTOR,COUNTY 120.00 0.00 120.00
AP 00415803 02/10/2021 TRIDEN GROUP CORP 5,050.00 0.00 5,050.00
AP 00415804 02/10/2021 U S LEGAL SUPPORT INC 260.15 0.00 260.15
AP 00415805 02/10/2021 UNITED WAY 45.00 0.00 45.00
AP 00415806 02/10/2021 UNIVERSAL FLEET SUPPLY 0.00 1,265.20 1,265.20
AP 00415807 02/10/2021 UPLAND ANIMAL HOSPITAL 195.38 0.00 195.38
AP 00415808 02/10/2021 UPS 33.00 0.00 33.00
AP 00415809 02/10/2021 VAQUERA,LUIS 354.48 0.00 354.48
AP 00415810 02/10/2021 VCA CENTRAL ANIMAL HOSPITAL 172.35 0.00 172.35
AP 00415811 02/10/2021 VERIZON WIRELESS-LA 0.00 4,601.77 4,601.77
AP 00415812 02/10/2021 VERIZON WIRELESS-LA 5,608.97 0.00 5,608.97
AP 00415813 02/10/2021 VETS CHOICE RADIOLOGY 65.00 0.00 65.00
AP 00415814 02/10/2021 VICTOR MEDICAL COMPANY 2,514.28 0.00 2,514.28
AP 00415815 02/10/2021 VULCAN MATERIALS COMPANY 76.94 0.00 76.94
AP 00415816 02/10/2021 WALTERS WHOLESALE ELECTRIC CO 602.27 0.00 602.27
AP 00415817 02/10/2021 WAXIE SANITARY SUPPLY 3,815.63 0.00 3,815.63
AP 00415818 02/10/2021 WINZER CORPORATION 0.00 48.12 48.12
AP 00415819 02/10/2021 ZOETIS US LLC 108.05 0.00 108.05
AP 00415820 02/10/2021 R.L.PRUITT CONSTRUCTION INC 2,437.00 0.00 2,437.00
AP 00415821 02/10/2021 TIANA SANCHEZ INTERNATIONAL LLC 1,150.00 0.00 1,150.00
AP 00415822 02/17/2021 LMC 2,000.00 0.00 2,000.00
AP 00415823 02/17/2021 360 DEEP CLEANING LLC 0.00 4,492.50 4,492.50
AP 00415824 02/17/2021 A B FENCE COMPANY INC 9,211.07 0.00 9,211.07
AP 00415825 02/17/2021 ADOBE ANIMAL HOSPITAL 200.00 0.00 200.00
AP 00415826 02/17/2021 ALLSTAR FIRE EQUIPMENT INC 0.00 1,256.15 1,256.15
User: VLOPEZ-VERONICA LOPEZ Page: 3 Current Date: 02/22/2021
Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page Wme: 07:16:22
CITY OF RANCHO CUCAMONGA
AND
RANCHO CUCAMONGA FIRE PROTECTION DISTRICT
Excluding So Calif Gas Company.
Agenda Check Register
2/8/2021 through 2/21/2021
Check No. Check Date Vendor Name Citv Fire Amount
AP 00415827 02/17/2021 ALTUM GROUP,THE 11,129.50 0.00 11,129.50
AP 00415828 02/17/2021 AQUABIO ENVIRONMENTAL TECHNOLOGIES INC 1,450.00 0.00 1,450.00
AP 00415829 02/17/2021 ASCENT ENVIRONMENTAL INC 2,403.00 0.00 2,403.00
AP 00415830 02/17/2021 ATLAS PLANNING SOLUTIONS 11,440.00 0.00 11,440.00
AP 00415831 02/17/2021 BABCOCK LABORATORIES INC 592.00 0.00 592.00
AP 00415832 02/17/2021 BECKERT,LOUIS 80.48 0.00 80.48
AP 00415833 02/17/2021 BERNELL HYDRAULICS INC 1,222.98 0.00 1,222.98
AP 00415834 02/17/2021 BLACKSMITH SHOP,THE 6,497.80 0.00 6,497.80
AP 00415835 02/17/2021 BLESSED FARM 489.00 0.00 489.00
AP 00415836 02/17/2021 BLUE COTTON INC 11,250.00 0.00 11,250.00
AP 00415837 02/17/2021 BMP SOLUTIONS 1,336.10 0.00 1,336.10
AP 00415838 02/17/2021 BRIGHTVIEW LANDSCAPE SERVICES INC 56,075.57 0.00 56,075.57
AP 00415839 02/17/2021 BROWNE,KEGAN 16.12 0.00 16.12
AP 00415840 02/17/2021 C P CONSTRUCTION INC 51,300.00 0.00 51,300.00
AP 00415841 02/17/2021 C V W D 854.90 0.00 854.90
AP 00415846 02/17/2021 C V W D 25,315.99 647.79 25,963.78 ***
AP 00415847 02/17/2021 CAL PERS LONG-TERM CARE PROGRAM 164.48 0.00 164.48
AP 00415848 02/17/2021 CENTER AVENUE INDUSTRIAL LLC 54.75 0.00 54.75
AP 00415849 02/17/2021 CERTIFIED TOWING INC 200.00 0.00 200.00
AP 00415850 02/17/2021 CINTAS CORPORATION #150 853.39 536.39 1,389.78 ***
AP 00415851 02/17/2021 CIRCLEPOINT 8,004.50 0.00 8,004.50
AP 00415852 02/17/2021 CIVIC SOLUTIONS INC 10,200.00 0.00 10,200.00
AP 00415853 02/17/2021 CROWN POINTE INVESTIGATIONS LLC 0.00 8,645.00 8,645.00
AP 00415854 02/17/2021 DAY CREEK ANIMAL HOSPITAL 362.17 0.00 362.17
AP 00415855 02/17/2021 DELTA DENTAL INSURANCE COMPANY 1,143.24 0.00 1,143.24
AP 00415856 02/17/2021 DELTA DENTAL INSURANCE COMPANY 40,093.74 0.00 40,093.74
AP 00415857 02/17/2021 DEPARTMENT OF JUSTICE 0.00 49.00 49.00
AP 00415858 02/17/2021 DEPARTMENT OF JUSTICE 113.00 0.00 113.00
AP 00415859 02/17/2021 DIG SAFE BOARD 101.69 0.00 101.69
AP 00415860 02/17/2021 E GROUP,THE 450.00 0.00 450.00
AP 00415861 02/17/2021 ECORP CONSULTING INC 0.00 11,810.73 11,810.73
AP 00415862 02/17/2021 EIGHTH AVENUE ENTERPRISE LLC 2,885.39 0.00 2,885.39
AP 00415863 02/17/2021 EXPERIAN 52.00 0.00 52.00
AP 00415864 02/17/2021 FOX,DAVID 13.34 0.00 13.34
AP 00415865 02/17/2021 FRONTIER COMM 2,009.86 828.35 2,838.21 ***
AP 00415866 02/17/2021 FUEL SERV 508.21 0.00 508.21
AP 00415867 02/17/2021 GEORGE HILLS COMPANY 791.90 0.00 791.90
AP 00415868 02/17/2021 GLADWELL GOVERNMENTAL SERVICES 500.00 0.00 500.00
AP 00415869 02/17/2021 GOVERNMENTJOBS.COM INC 846.56 0.00 846.56
AP 00415870 02/17/2021 GRAINGER 510.78 116.07 626.85 ***
AP 00415871 02/17/2021 HAYES,COURTNEY 67.98 0.00 67.98
AP 00415872 02/17/2021 HENRY SCHEIN INC 0.00 241.46 241.46
AP 00415873 02/17/2021 HI-LINE ELECTRIC COMPANY 182.31 0.00 182.31
AP 00415874 02/17/2021 HOME DEPOT CREDIT SERVICES 1,056.01 0.00 1,056.01
AP 00415875 02/17/2021 HYDRO TEK SYSTEMS INC 589.08 0.00 589.08
AP 00415876 02/17/2021 IDEXX DISTRIBUTION INC 2,227.27 0.00 2,227.27
AP 00415877 02/17/2021 INDUSTRIAL ELECTRIC MACHINERY LLC 16,381.00 0.00 16,381.00
User: VLOPEZ-VERONICA LOPEZ Page: 4 Current Date: 02/22/2021
Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page Wine: 07:16:22
CITY OF RANCHO CUCAMONGA
AND
RANCHO CUCAMONGA FIRE PROTECTION DISTRICT
Excluding So Calif Gas Company.
Agenda Check Register
2/8/2021 through 2/21/2021
Check No. Check Date Vendor Name Ca Fire Amount
AP 00415878 02/17/2021 INTERSTATE ALL BATTERY CENTER 0.00 189.10 189.10
AP 00415879 02/17/2021 INTERVET INC 2,567.25 0.00 2,567.25
AP 00415880 02/17/2021 IRON MOUNTAIN OSDP 1,045.56 0.00 1,045.56
AP 00415881 02/17/2021 J AND S STRIPING CO INC 21,531.55 0.00 21,531.55
AP 00415882 02/17/2021 LANDORF,RICHARD 0.00 61.03 61.03
AP 00415883 02/17/2021 LANDSCAPE WEST MANAGEMENT SERVICES INC 2,816.00 0.00 2,816.00
AP 00415884 02/17/2021 LEIGHTON CONSULTING INC 0.00 18,494.30 18,494.30
AP 00415885 02/17/2021 LIFE-ASSIST INC 0.00 1,059.05 1,059.05
AP 00415886 02/17/2021 LISA WISE CONSULTING 10,121.25 0.00 10,121.25
AP 00415887 02/17/2021 MAGELLAN ADVISORS LLC 6,000.00 0.00 6,000.00
AP 00415888 02/17/2021 MARIPOSA LANDSCAPES INC 24,801.59 0.00 24,801.59
AP 00415889 02/17/2021 MARLINK SA INC 0.00 168.42 168.42
AP 00415890 02/17/2021 MERCURY DISPOSAL SYSTEM INC 573.90 0.00 573.90
AP 00415891 02/17/2021 MG PETROLEUM INC 379.00 0.00 379.00
AP 00415892 02/17/2021 MITWONG,CHALINTRA 15.91 0.00 15.91
AP 00415893 02/17/2021 MUNICIPAL EQUIPMENT MAINTENANCE ASSOCIATION 275.00 0.00 275.00
AP 00415894 02/17/2021 NAPA AUTO PARTS 86.90 1,031.90 1,118.80 ***
AP 00415895 02/17/2021 NATIONAL CORE 6.55 0.00 6.55
AP 00415896 02/17/2021 NBS 22,259.35 0.00 22,259.35
AP 00415897 02/17/2021 NV51NC 12,200.71 0.00 12,200.71
AP 00415898 02/17/2021 ONLY CREMATIONS FOR PETS INC 1,405.00 0.00 1,405.00
AP 00415899 02/17/2021 ONTARIO SPAY AND NEUTER INC 1,250.00 0.00 1,250.00
AP 00415900 02/17/2021 ONTARIO,CITY OF 103.00 0.00 103.00
AP 00415901 02/17/2021 PACIFIC UTILITY INSTALLATION INC 84,600.00 0.00 84,600.00
AP 00415902 02/17/2021 PARKHOUSE TIRE INC 513.10 0.00 513.10
AP 00415903 02/17/2021 PELOTON INTERACTIVE INC 1,625.62 0.00 1,625.62
AP 00415904 02/17/2021 PEP BOYS 379.03 0.00 379.03
AP 00415905 02/17/2021 PEPE'S TOWING SERVICE 95.00 0.00 95.00
AP 00415906 02/17/2021 PERSONAL BEST&HOPE HEALTH 1,439.12 0.00 1,439.12
AP 00415907 02/17/2021 PH&S PRODUCTS LLC 0.00 4,327.50 4,327.50
AP 00415908 02/17/2021 POSTAL PERFECT 30.00 0.00 30.00
AP 00415909 02/17/2021 PRISTINE UNIFORMS LLC 0.00 154.06 154.06
AP 00415910 02/17/2021 PROBST II,GARY 0.00 295.00 295.00
AP 00415911 02/17/2021 RANCHO WEST ANIMAL HOSPITAL 100.00 0.00 100.00
AP 00415912 02/17/2021 SAFE-ENTRY TECHNICAL INC 0.00 383.35 383.35
AP 00415913 02/17/2021 SAM'S CLUB/SYNCHRONY BANK 1,305.47 2,162.66 3,468.13 ***
AP 00415914 02/17/2021 SAN BERNARDINO CTY AUDITOR CONTROLLER 2,025.96 0.00 2,025.96
AP 00415915 02/17/2021 SCL 0.00 1,061.80 1,061.80
AP 00415916 02/17/2021 SHEAKLEY PENSION ADMINISTRATION 458.90 182.45 641.35 ***
AP 00415917 02/17/2021 SHRED PROS 68.00 60.00 128.00 ***
AP 00415918 02/17/2021 SILVER&WRIGHT LLP 0.00 303.50 303.50
AP 00415919 02/17/2021 SOUTH COAST AQMD 0.00 681.88 681.88
AP 00415923 02/17/2021 SOUTHERN CALIFORNIA EDISON 9,657.33 1,299.58 10,956.91 ***
AP 00415924 02/17/2021 SOUTHERN CALIFORNIA EDISON 412.17 0.00 412.17
AP 00415925 02/17/2021 SOUTHERN CALIFORNIA EDISON 69,745.41 0.00 69,745.41
AP 00415926 02/17/2021 SOUTHERN CALIFORNIA EDISON 1,971.93 0.00 1,971.93
AP 00415927 02/17/2021 STANDARD INSURANCE COMPANY 3,734.12 0.00 3,734.12
User: VLOPEZ-VERONICA LOPEZ Page: 5 Current Date: 02/22/2021
Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page ilme: 07:16:22
CITY OF RANCHO CUCAMONGA
AND
RANCHO CUCAMONGA FIRE PROTECTION DISTRICT
Excluding So Calif Gas Company.
Agenda Check Register
2/8/2021 through 2/21/2021
Check No. Check Date Vendor Name Ca Fire Amount
AP 00415928 02/17/2021 TELFER,NATALIE 78.90 0.00 78.90
AP 00415929 02/17/2021 THE COUNSELING TEAM INTERNATIONAL 0.00 825.00 825.00
AP 00415930 02/17/2021 TIREHUB LLC 8,812.98 0.00 8,812.98
AP 00415931 02/17/2021 TORO TOWING 125.00 0.00 125.00
AP 00415932 02/17/2021 TURNER,JARED 73.78 0.00 73.78
AP 00415933 02/17/2021 U.S.BANK PARS ACCT#6746022500 1,101.84 0.00 1,101.84
AP 00415934 02/17/2021 U.S.BANK PARS ACCT#6746022500 21,225.59 0.00 21,225.59
AP 00415935 02/17/2021 UCR FOUNDATION 15,000.00 0.00 15,000.00
AP 00415936 02/17/2021 UNDERGROUND SVC ALERT OF SO CAL 137.05 0.00 137.05
AP 00415937 02/17/2021 UPS 18.57 0.00 18.57
AP 00415938 02/17/2021 URBAN ARENA 2,740.00 0.00 2,740.00
AP 00415939 02/17/2021 UTILIQUEST 620.00 0.00 620.00
AP 00415940 02/17/2021 VERIZON 28.32 0.00 28.32
AP 00415941 02/17/2021 VERONICA TAM AND ASSOCIATES 6,213.00 0.00 6,213.00
AP 00415942 02/17/2021 VISION SERVICE PLAN CA 10,386.53 0.00 10,386.53
AP 00415943 02/17/2021 VULCAN MATERIALS COMPANY 3,631.90 0.00 3,631.90
AP 00415944 02/17/2021 WALTERS WHOLESALE ELECTRIC CO 1,105.91 0.00 1,105.91
AP 00415945 02/17/2021 WAXIE SANITARY SUPPLY 1,117.01 628.81 1,745.82 ***
AP 00415946 02/17/2021 WELDAY,JASON 2,000.00 0.00 2,000.00
AP 00415947 02/17/2021 WESTLAND GROUP INC 4,416.50 0.00 4,416.50
AP 00415948 02/17/2021 WESTRUX INTERNATIONAL INC 1,503.38 0.00 1,503.38
AP 00415949 02/17/2021 WILSON&BELL AUTO SERVICE 90.00 0.00 90.00
Total City: $5,576,792.53
Total Fire: $109,941.76
Grand Total: , ,
Note:
*** Check Number includes both City and Fire District expenditures
User: VLOPEZ-VERONICA LOPEZ Page: 6 Current Date: 02/22/2021
Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page Wme: 07:16:22
CITY OF RANCHO CUCAMONGA
DATE: March 3, 2021
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
Brian Sandona, Sr. Civil Engineer
SUBJECT: Consideration of the 2020 Annual Review of the Development Agreement
by and between SC Rancho Development Corp., a California Corporation
and Empire Lakes Holding Company, LLC., a Delaware Limited Liability
Company and the City of Rancho Cucamonga, Case No. DRC2015-00118.
(CITY)
RECOMMENDATION:
Staff recommends that the City Council approve the 2020 Annual Review of the subject
Development Agreement ("Agreement").
BACKGROUND:
On September 5, 2018, the City Council adopted Ordinance 934, approving a Development
Agreement (Case No. DRC2015-00118) setting forth additional terms for development of the
Empire Lakes Golf Course (now referred to as The Resort). Per Section 14 of the Agreement:
Annual Review; during the term of the Agreement, City shall annually review the extent of the
good faith compliance by Property Owner with the terms of this Agreement. Property owner is
required to file an annual report with the City indicating information regarding compliance no
later than January 7 for the previous calendar year.
ANALYSIS:
The property owners have submitted a letter dated January 14, 2021 for calendar year 2020
(Attachment 2) and have complied with the following provisions and provided the annual review
below:
Agreement Section Compliance Section
Section 10 (c)— Property owners shall submit an Property owners submitted the required analysis
analysis to the City documenting the traffic impact to the City for review and approval. The analysis
nexus of the Project's for-sale single-family was presented to and approved by the City
detached units and condominium units relative to Council on November 20, 2019.
the "Residential Multi-Family Attached" product for
purposes of calculating development fee impact This obligation has been satisfied
rates.
Section 11 (A)—Joint Use Public Facility— The JUPF is located within development Phase 2
Property Owners will make an irrevocable offer of of the Project, north of 6th Street. Phase 2 is
dedication to the City of approximately 1.75 net currently in the planning stage and the
acres of land for the JUPF generally located within requirements of Section 11(A) are not complete
Planning Area N-13 at the intersection of 7th as of this date.
Page 23
Street and a future street expected to be named
the "Resort Parkway" as shown on Exhibit B to the
Agreement (the"Parcel"). The offer of dedication
shall occur by separate instrument within ninety
(90)days after(i) Property Owners have
completed full public street improvements
adjacent to the Parcel, or(ii) Property Owners
have obtained a building permit for the 2,OOOth
residential dwelling unit within the Property,
whichever occurs first.
Section 11(C)— Funding—The then current The threshold for this obligation has not yet been
Outstanding Full amount shall be paid by Property met.
Owners concurrent with, or prior to, the issuance
of a building permit for the 2'000th residential
dwelling unit within the Project.
Section 11 (D)—Construction Schedule—City Section 11 (D)was amended by the First
shall commence construction of the JUPF within Amendment to Development Agreement on
eighteen (18) months of Property Owners' October 7, 2020 as follows:
irrevocable offer of dedication of the Parcel and City shall commence development of the JUPF
full payment of the Outstanding Full Amount, within eighteen (18) months of Property Owners'
provided that City has issued certificates of irrevocable offer of dedication of the Parcel and
occupancy for, and commercial uses occupy, at full payment of the Outstanding Full Amount,
least 22,500 square feet of non-residential building provided the City has issued certificates of
construction located south of 61h Street. occupancy for at least 22,500 square feet of non-
residential building space and 2,000 residential
dwell in units within the Subject Property.
Section 12—Public Art— Property owners agree On January 31, 2019, Property Owners submitted
to participate in the City's Public Art Program and an "Application for Installation of Artwork on
comply with all the requirements of Chapter Public Property" detailing the artwork to be
17.124 of the Municipal Code and Ordinance No. installed south of 61h Street. The artwork has a
912. total value of$1,216,901. A Public Art application
for the area north of 61h Street will be submitted in
conjunction with the development of that area.
Section 13 (A)—Camp Improvements— Property In the First Amendment to Development
Owners shall improve an approximately 1.30 acre Agreement Recital D, the City acknowledges that
private park within Planning Area N-15 (the Camp) the implementation of the Framework plan (as
with the development of Phase 2 of the Project contemplated in the First Amendment)would
(north of 61h Street)and not later than the issuance eliminate the available location and need for the
of a building permit for the 2'000th dwelling unit Camp under section 13.A of the Original
within the Project. Agreement, therefore, City acknowledges that
Sections 13.A, 13.0 and clause (iii) of Section
13.13 in the Original Agreement related to the
Camp should terminate if the Framework Plan is
a roved b the City.
Section 13 (B)— Formation of Property Owners The Master Declaration of Covenants, Conditions
Association. Prior to issuance of the first building and Restrictions and Reservation of Easements
permit for the Project, Property Owners shall for The Resort was recorded in the official records
record a declaration of covenants, conditions, and of the County of San Bernardino on November
restrictions ("CCR's")for the Subject property that 30, 2018.
forms a master property owners association (the
"Association"), This obligation is complete as to Phase 1 of
the Project for the homes south of 6th Street.
Section 2.2—Specific Plan Amendments (from The Amendment to the Specific Plan deleting the
First Amendment to Development Agreement) condition requiring construction of an interim
(A) Interim Access Condition—City agrees to access road was approved by the City Council on
process an amendment to the Specific I September 16, 2020.
Page 2
Page 24
Plan in order to modify Section 7.0 of
Appendix A to the Specific Plan to delete
the Interim Access Condition requirement
for construction of an interim access
connection between 4t" street and the
existing intersection of Anaheim Place and
7t" Street prior to the issuance of the 400t"
certificate of occupancy in Phase 1 of the
Project.
(B) Street Framework—if the City Council The Specific Plan amendment for the Framework
approves a Specific Plan amendment, Plan has not been submitted or approved as of
which will be processed separately from this date.
the Specific Plan amendment in Section
2.2 above, relating to the street network,
alignments and connections within
Planning Area 1 that substantially
complies with the Framework Plan
attached as Exhibit B, then (iii) Sections
13.A and 13.0 and clause (iii) of Section
13.13 in the Original Agreement related to
the Camp shall terminate and the Camp
shall cease to be a part of the Project.
FISCAL IMPACT:
Per the agreement, Offset DIFs (Development Impact Fees), mean the amount of Police DIFs,
Library DIFs, and Community and Recreation Center DIFs collected within the service area.
Under the agreement, Offset DIFs are credited toward construction of a Joint Use Public Facility
(JUPF) conditioned to be funded by the master developer. At the time of the agreement, the
developer and City agreed to JUPF Deposit amount of$11,000,000 to be funded by the developer
toward the JUPF in addition to dedication of the land for the facility. This agreed upon amount is
increased annually at the end of each reporting year based upon the Engineering News Record
(ENR) construction index. In 2019, the increase to the ENR resulted in an increase of $11,000,
bringing the JUPF Deposit total for the 2019 reporting year to $11,011,000. In 2020, there was no
increase to the ENR resulting in no increase to the JUPF Deposit total for the 2020 reporting year.
A total of 208 units have been permitted through calendar year 2020. A total of 103 units were
permitted in 2019; in total 311 units have been permitted.
The Offset DIFs collected through the end of 2020 within the development (Zone 1) and the
service area (Zone 2) as described in the agreement are shown in the following table:
ENR 2018-2019 = 0.1% ENR 2020 = No Increase Total
JUPF Deposit: $11,011,000 JUPF Deposit: $11,011,000 JUPF Deposit: $11,011,000
Fees Collected: Fees Collected: Fees Collected:
Zone 1 Zone 1 Zone 1
Library $ 44,996 Library $ 89,648 Library $ 134,644
Police $ 21,246 Police $ 43,056 Police $ 64,302
Community& Rec $ 135,912 Community& Rec $ 269,568 Community&Rec $ 405,480
Zone 2 Zone 2 Zone 2
Library $ 632 Library $ 0 Library $ 632
Police $ 12,504 Police $ 14,328 Police $ 26,832
Community&Rec $ 1,902 Community& Rec $ 0 Community&Rec $ 1,902
Remaining Deposit: $10,793,808 Remaining Deposit: $10,594,400 Remaining Deposit: $10,594,400
Page 3
Page 25
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
This item addresses the City Council's vision of building a world class community with ongoing
collection of funds to provide for Police, Library and Community Services to residents and
businesses in and around The Resort development.
ATTACHMENTS:
Attachment 1 - Vicinity Map
Attachment 2 - 2020 Annual Review
Page 4
Page 26
Vicinity Map
SUBTT20073
NOT TO SCALE
Whom=@ RIM
�g
POND
Project Site6th St
\
\
ATTACHMENT 1
Page 27
VN
SC Rancho Development Corp.
Empire Lakes Molding Company, LLC
1156 North Mountain Ave.
Upland,CA 91785-0670
909-985-0971
January 14,2021
CITY OF RANCHO CUCAMONGA VIA EMAIL
10500 Civic Center Drive
Rancho Cucamonga,CA 91729
Attn:John Gillison,City Manager
RE:Empire Lakes Specific Plan Development Agreement—2020 Annual Review
Dear Mr.Gillison:
In accordance with the requirements of Section 14 of Development Agreement No. DRC 2015-00118
Empire Lakes Specific Plan this letter shall serve as the annual review of compliance with the terms of
the Development Agreement.
The Development Agreement was approved by the City on November 21,2018 recorded on November
26,2018 and was Amended on October 7,2020. In accordance with the terms of the Development
Agreement this Annual Review shall cover the period from January 1,2020 to December 31,2020.
During this period the Property Owner completed or complied with the provisions of the Development
Agreement as shown on Schedule"A"attached to this letter.
Please contact me if you have any questions.
Sincerely,
SC RANCHO DEVELOPMENT CORP., EMPIRE LAKES HOLDING COMPANY,LLC
a California corporation a Delaware limited liability company
C6C
By: By:- Lje--
Bryan G man,Authorized Representative Bryan dman,Authorized Representative
cc: Jason Welday, Engineering Services Director
Michael Smith,Senior Planner
i
Page 28
Schedule"A"
Empire Lakes Specific Plan
Development Agreement—2020 Annual Review
DA Section Reference Compliance Action
Section 10(C)-Property Owners shall submit an Property Owners submitted the required analysis
analysis to the City documenting the traffic to the City for review and approval. The analysis
impact nexus of the Project's for-sale single- was presented to and approved by the City
family detached units and condominium units Council on November 20,2019,
relative to the"Residential Multi-Family
Attached" product for purposes of calculating This obligation has been satisfied
i
i
development fee impact rates.
Section 11(A)—Joint Use Public Facility The JUPF is located within development Phase 2
Property Owners will make an irrevocable offer of the Project,north of 61'Street, Phase 2 is
of dedication to the City of approximately 1.75 currently in the planning stage and the
net acres of land for the JUPF generally located requirements of Section 11(A)are not complete
within Planning Area N-13 at the intersection of as of this date.
7th Street and a future street expected to be
named the"Resort Parkway",as shown on
Exhibit B to the Agreement(the"Parcel).
The offer of dedication shall occur by separate
instrument within ninety(90)days after(i)
Property Owners have completed full public
street improvements adjacent to the Parcel,or
(ii) Property Owners have obtained a building
permit for the 2000'residential dwelling unit
within the Project,whichever occurs first.
Section 11(C)—Funding. The threshold for this obligation has not yet been
The then current Outstanding Full amount shall met.
be paid by Property Owners concurrent with,or
prior to,the issuance of a building permit for the
Page 29
Schedule"A"
Empire Lakes Specific Plan
Development Agreement—2020 Annual Review
2,000"residential dwelling unit within the
Project.
Section 11 D —Construction Schedule. Section 11(D)was amended by the First
City shall commence construction of the JUPF Amendment to Development Agreement on
within eighteen(18)months of Property Owners' October 7,2020 as follows:
irrevocable offer of dedication of the Parcel and City shall commence development of the JUPF
full payment of the Outstanding Full Amount, within eighteen(18)months of Property Owners'
provided that City has issued certificates of irrevocable offer of dedication of the Parcel and
occupancy for,and commercial uses occupy,at full payment of the Outstanding Full Amount,
least 22,500 square feet of non-residential provided the City has issued certificates of
building construction located south of 6"Street. occupancy for at least 22,500 square feet of non-
residential building space and 2,000 residential
dwelling units within the Subject Property.
i
Section 12—Public Art—Property Owners agree On January 31,2019,Property Owners submitted
to participate in the City's Public Art Program and an"Application for Installation of Artwork on
comply with all requirements of Chapter 17.124 Public Property"detailing the artwork to be
of the Municipal Code and Ordinance No,912. installed south of 6t"Street. The artwork has a
total value of$1,216,901. On April 29,2019,
Jennifer Nakamura confirmed,via email,the
submission met all requirements of the City's
i
Public Art Ordinance. A Public Art application for
the area north of 61"Street will be submitted in
conjunction with the development of that area.
i
Section 13(A)—Camp Improvements In the First Amendment to Development
Property Owners shall improve an approximately Agreement Recital D,the City acknowledges that
1.30 acre private park within Planning Area N 15 the implementation of the Framework Plan(as
(the Camp)with the development of Phase 2 of contemplated in the First Amendment)would
the Project(north of 61"street'and not later than eliminate the available location and need for the
Camp under section 13.A of the Original
Page 30
Schedule"A"
Empire Lakes Specific Plan
Development Agreement—2020 Annual Review
the issuance of a building permit for the 2,000th Agreement,therefore,City acknowledges that
dwelling unit within the Project. Sections 13.A, 13.0 and clause(iii)of Section 13.B
in the Original Agreement related to the Camp
should terminate if the Framework Plan is a
approved by the City
Section 13(B)—Formation of Property Owners The Master Declaration of Covenants,Conditions
Association.Priorto issuance of the first building and Restrictions and Reservation of Easements
permit for the Project,Property Owners shall for The Resort was recorded in the official
record a declaration of covenants,conditions and records of the County of San Bernardino on
restrictions("CCR's")for the Subject property November 30,2018.
that forms a master property owners association This obligation is complete as to Phase 1 of the
(the"Association"). Proiect for the homes south of 6"Street
I
i
Section 2.2—Specific Plan Amendments(from The Amendment to the Specific Plan deleting the
First Amendment to Development Agreement) condition requiring construction of an interim
(A) Interim Access Condition—City agrees to access road was approved by the City Council on
process and amendment to the Specific September 16,2020.
i
Plan in order to modify Section 7.0 of
Appendix A to the Specific Plan to delete
the Interim Access Condition
requirement for construction of an
interim access connection between 4tn
street and the existing intersection of
i.
Anaheim Place and 71n Street prior to the
issuance o fhte 40011 certificate of
occupancy in Phase 1 of the Project
(B) Street Framework—if the City Council The Specific Plan amendment for the Framework
approves a Specific Plan amendment, Plan has not been submitted or approved as of
which will be processed separately from this date.
t
Page 31
Schedule"A"
Empire Lakes Specific Plan
Development Agreement—2020 Annual Review
the Specific Plan amendment in Section
2.2 above,relating to the street network,
alignments and connections within
Planning Area 1 that substantially
complies with the Framework Plan
attached as Exhibit B,then(iii)Sections
13.a and 13.0 and clause(iii)of Section
13,6 in the Original Agreement related to
the Camp shall terminate and the Cam
shall cease to be a part of the Project.
End of 2020 Development Agreement Compliance Actions
i'
i
I
i
i
i
i
Page 32
CITY OF RANCHO CUCAMONGA
$l
DATE: March 3, 2021
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
Annette Cano-Soza, Assistant Engineer
SUBJECT: Consideration to Accept Public Improvements on the North Side of
Millenium Court, West and East of Mayten Avenue, South of Foothill
Boulevard per the Improvement Agreement Related to Case No.
SUBTPM19669, as Complete, File the Notice of Completion, and
Authorize Release of Bonds. (CITY)
RECOMMENDATION:
Staff recommends that the City Council:
1. Approve and accept the public improvements and their design, required for the
development of SUBTPM19669 and authorize the City Engineer to file the appropriate
Notice of Completion;
2. Release the Faithful Performance Cash Bond (Receipt #301962) for the associated
public improvements; and
3. Release the Labor and Material Cash Bond (Receipt#301962).
BACKGROUND:
SUBTPM19669 was approved by the Planning Commission on May 25, 2016 for the subdivision
of 9.6 acres of land to create six parcels containing six industrial buildings totaling 171,322 square
feet generally located on the north side of Millenium Court, west and east of Mayten Avenue, and
south of Foothill Boulevard. An improvement agreement and securities were approved by City
Council on May 6, 2020, to ensure construction of the required public improvements.
ANALYSIS:
All public improvements required of this development have been completed to the satisfaction of
the City Engineer.
Prior to construction of the public improvements, the developer, Rancho 11, LLC., submitted a
Faithful Performance Cash Bond (Receipt#301962) and Labor and Material Cash Bond (Receipt
#301962) to ensure satisfactory completion of the improvements. With completion of the
improvements, these bonds are no longer required.
FISCAL IMPACT:
None.
Page 33
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
This item addresses the City Council's vision for the City by ensuring the maintenance of high-
quality public improvements that promote a world class community.
ATTACHMENTS:
Attachment 1 - Vicinity Map
Page 2
Page 34
ATTACHMENT 1
Vicinity Map
SUBTPM19669
NOT TO SCALE
a-Doan Am
Eddy fit
Project Site
-----------m
Page 35
6AAA I
CITY OF RANCHO CUCAMONGA
$l
DATE: March 3, 2021
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
Sandra Salazar, Associate Engineer
SUBJECT: Consideration to Accept as Complete, File a Notice of Completion, and
Authorize Release of Retention and Bonds for the Freeway and Arterial
Synchronization Project. (CITY)
RECOMMENDATION:
Staff recommends that the City Council
1. Accept the Freeway and Arterial Synchronization Project (Project), as complete;
2. Approve the final contract amount of$649,186;
3. Authorize the release of the Faithful Performance Bond 35 days after recordation of Notice
of Completion and accept a Maintenance Guarantee Bond;
4. Authorize the release of the Labor and Materials Bond in the amount of $525,062, six
months after the recordation of said notice if no claims have been received;
5. 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
6. 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 March 27, 2015, the City executed an agreement with the San Bernardino County
Transportation Authority (SBCTA) as part of the Mobile Source Reduction Review Committee
(MSRC) grant. The agreement provided MSRC funds to assist with incorporating the State Route
210 (SR-210) and Interstate 15 (1-15) freeway interchange ramps into the existing signal
synchronized corridors along Base Line Road, Foothill Boulevard, and Haven Avenue.
On October 18, 2017, the City Council awarded a construction contract for the Project in the
amount of $566,799 plus a 10% contingency to Elecnor Belco Electric, Inc. The City's goal in
implementing this project is to enhance communication between the traffic signals owned and
operated by the City and Caltrans in the vicinity of the three interchanges with a goal of better
Page 36
operational monitoring and management of these signals to reduce traffic congestion and respond
to changes in traffic conditions over time as part of the City's Advanced Traffic Management
System or ATMS program. The project provided fiber communication paths to enable the
monitoring, re-timing, and coordination of the City's existing traffic signals adjacent to the Haven
Avenue, Base Line Road, and Foothill Boulevard freeway interchanges. This project also
enhances fiber communication equipment within State-owned traffic signals at freeway
interchanges along with upgrades to the Caltrans Traffic Management Center (TMC) enabling
center-to-center communication between the City and Caltrans TMCs. A vicinity map is included
as Attachment 1.
The Project has been a multi-year effort between interagency staff and has gone through various
changes which have resulted in increased construction costs to reach project completion.
ANALYSIS:
The subject project has been completed in accordance with the approved plans and specifications
and to the satisfaction of the City Engineer.
The construction of these improvements puts the foundational infrastructure in place that will
ultimately tie these portions of the corridors into our Advanced Traffic Management System and
allow for better traffic management. The communications link between the interchange traffic
signals and the Caltrans TMC and between the City and Caltrans TMCs are complete. Links to
City controlled traffic signals are currently under construction for the Haven Avenue and Foothill
Boulevard portions of the project as part of Phase 1 of the ATMS project. The Base Line corridor
connection will come as part of a later phase of the ATMS project. Under a separate contract,
timing plans for each of the corridors were redesigned and implemented in November 2019 with
the exception of the Caltrans traffic signals (timing for Caltrans signals was not approved by
Caltrans until July 2020). However, with the onset of COVID and drastic reductions and
fluctuations in traffic volumes over the past year, this new timing was causing significant delays
for drivers entering or exiting side streets in the area and thus staff had to disable the coordination
until traffic patterns returned to pre-COVID levels. In order to complete this project, and as a
requirement of the MSRC grant, staff will need to perform an after study within the next 12 months
to evaluate the effectiveness of the project's physical and timing changes. Staff will continue to
evaluate the traffic conditions as well as the timing of other related improvements such as the
completion of ATMS Phase 1 and repair of vehicle detection systems within the corridor to identify
the most appropriate time to perform this study over the next year.
The net increase in the total cost of the project is a result of five (5) Change Orders, including the
final balancing statement, which is summarized below:
Change Order No.1: Furnish and install advanced construction notification signs at six locations.
The change in contract cost due to this change order is an increase of$7,124.
Change Order No.2: Furnish and install additional pullbox, innerduct with tracer wire, new fiber
cable, labeling existing and new fiber cables within Caltrans Right-of-Way and Caltrans bonds,
permit and inspection fees. The change in contract cost due to this change order is an increase
of$60,017.
Change Order No.3: Project remobilization, furnish and install fiber related equipment within
Caltrans Right-of-Way and Caltrans encroachment permit and inspection fees. The change in
contract cost due to this change order is an increase of$10,150.
Page 2
Page 37
Change Order NoA: New fiber and splice enclosure from RCMU manhole vault to traffic signal
cabinet at Base Line Road and Day Creek Boulevard. Caltrans encroachment permit fees. The
change in contract cost due to this change order is an increase of$3,200.
Change Order No.5: The balancing statement for the project. The balancing statement confirms
the final contract quantities to the actual placed or constructed during the contract. The notable
change is an increase in the amount of$1,896 resulting from an increase in the final bid quantities.
At the end of the one-year maintenance period, if the improvements remain free from defects in
materials and workmanship, the City Clerk will release the Maintenance Bond upon approval by
the City Engineer.
FISCAL IMPACT:
A total of $872,080 has been budgeted from Air Quality Improvement Fund (Fund 105) and
Transportation (124) funds, which are identified under the Capital Improvement Project Account
No.'s and in the amounts listed below:
Account No. Funding Source Description Amount
11052085650/1900105-0 AB 2766 Air Quality Fwy/Arterial Synchro $112,810
Imp. (105)
11243035650/1900124-0 Transportation (124) Fwy/Arterial Synchro $322,337
11243035650/1831124-0 Transportation (124) Traff Mgmt Ctr-Upgrade $349,559
Ctywide
11243035650/1982124-0 Transportation (124) Advanced Traffic Mgmt $87,374
System
Total Project Funding = $872,080
The final project cost is $832,270 as shown below:
Expenditure Amount
Final Construction Contract $649,186
Construction Inspection Services $84,080
Coordination Timing Consultant $57,480
Traffic Network and Configuration Consultant $31,643
Fiber Related Equipment $5,751
Caltrans 6E Interface Cards and Surge Protectors $4,130
Total Project Cost = $832,270
Additional funds in the amount of $7,500 are anticipated to be needed to complete the timing
coordination for this project. After project completion, the final project budget will have a remainder
of $47,310. A portion of these remaining funds, in the amount of $7,500, will be re-encumbered
to pay for the additional timing coordination. A total of$39,810 will then remain in the budget and
be returned to Transportation (Fund 124), fund balance for future capital improvement projects.
The AB 2766 Discretionary Fund contract with the SCAQMD allows for funding reimbursement to
the City for a maximum of$124,810 once the project is completed.
Page 3
Page 38
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
This item addresses the City Council's goal of reducing north-south traffic flow on Haven Avenue
between the 1-10 freeway and the SR-210 freeway by 2023 and the Council's vision to build on
the City's success as a world class community to create a sustainable and vibrant city by working
with Caltrans to implement advanced technology for traffic control communications that improve
traffic flows on corridors adjacent to 1-15 and SR-210 freeways.
ATTACHMENTS:
Attachment 1 - Vicinity Map
Page 4
Page 39
VICINITY MAP
SAN BERNARDINO �—
I COUNTY
I RANCHO
ICUCAMONG
A \ I UM A%E
I I
I
� I ,
laWFEY OM ETE LOS 9906 -
ST � I aN1YAN ST KS SAIIIYM ST
I I
ID ` I jALTA LpAA OR ,,
21
I
19
m_ S7
Y
BASIC RD
I� 3
Z
V >
_ d
o�4ILLd . BLVD _ _
ARROW TE �
>r a 97H ST
z
BLW
S SAN
ST 8lH ST BERNARD
COUNT)
� sT
and ST am sr
aTH ST
ONTARIO
LEGEND:
PROJECT CORRIDORS
CITY OF RANCHO CUCAMONGA
FREEWAY AND ARTERIAL SIGNAL N
SYNCHRONIZATION PROJECT
N.T.S.
Page 40
CITY OF RANCHO CUCAMONGA
DATE: March 3, 2021
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
Brian Sandona, Senior Civil Engineer
SUBJECT: Consideration of a Determination that the Yellowwood Place Connection
to Foothill Marketplace Project is Categorically Exempt From the
California Environmental Quality Act (CEQA) and Authorize the Filing of
a Notice of Exemption. (CITY)
RECOMMENDATION:
Staff recommends that the City Council determine that the Yellowwood Place Connection to
Foothill Marketplace Project (Project) is categorically exempt from the provisions of CEQA
pursuant to CEQA Guidelines Sections 15301 and 15061(b)(3) and authorize the filing of the
appropriate Notice of Exemption.
BACKGROUND:
Yellowwood Place is a north-south street located north of Arrow Route and west of Etiwanda
Avenue. The northerly terminus of Yellowwood Place abuts the south side of the Foothill
Marketplace shopping center which contains several existing retail and restaurant uses that were
constructed in the mid- to late-1990s. The Project would construct a new driveway connection
from Yellowwood Place into Foothill Marketplace in order to provide additional access and
circulation to and from the existing uses. The scope of the project would include the minor removal
of an existing block wall, asphalt paving, minor landscaping, and concrete curbing to allow for the
construction of a concrete drive approach within the existing right-of-way and approximately 918
square feet of the previously developed shopping center at the north end of Yellowwood Place,
consisting of 528 square feet of proposed street right-of-way and 390 square feet of temporary
construction easement.
ANALYSIS:
CEQA requires that all discretionary projects approved by public agencies in the State of
California be analyzed for potential environmental impacts unless the project is exempt by State
law or meets the requirements of exemptions listed in the CEQA Guidelines, 14 California Code
of Regulations, Section 15000, et seq.
The Project was studied and analyzed for potential environment effects as required by the CEQA
Guidelines. Pursuant to Section 13501 of Article 19 of the CEQA Guidelines, Staff has determined
that the Project is a minor alteration to existing public and private facilities. The Project consists
of acquiring 918 square feet of property (consisting of 528 square feet of proposed street right-of-
way and 390 square feet of temporary construction easement) in order to remove a portion of an
Page 41
existing property line wall and connect an existing street and an existing parking lot. The project
involves negligible or no expansion of the existing use of the facilities. Therefore, the Project is
exempt from further environmental review pursuant to CEQA Guidelines Section 15301. Further,
the Project is not subject to CEQA review pursuant to the "Common Sense Exemption" set forth
in CEQA Guidelines Section 15061(b)(3)as it can be seen with certainty that there is no possibility
that the Project may have a significant effect on the environment.
FISCAL IMPACT:
The costs for this project are estimated to be approximately $115,000. However, the action
proposed herein is a determination of environmental status and does not require a commitment
of funding by the City.
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
This item addresses the City Council's vision to build on our success as a world class community,
to create an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive by the
construction of high quality improvements that promote a world class community.
ATTACHMENTS:
Attachment 1 —Vicinity Map
Page 2
Page 42
12549 Foothill Boulevard
Vicinity Map
NOT TO SCALE
190
r.�
I
� Site
a
0
r
N
•.I
ATTACHMENT 1
Page 43
CITY OF RANCHO CUCAMONGA
DATE: March 3, 2021
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, Utilities Operations Supervisor
SUBJECT: Consideration of Amendment No. 03 to the Agreement with Pacific Utility
Installation, Inc. (CO19-085) in the Amount of $300,845, plus a 5%
Contingency for the Civic Center East Lot Electric Line Extension Project
and Authorization of an Appropriation in the Amount of$118,900. (CITY)
RECOMMENDATION:
Staff recommends that the City Council:
1. Approve the plans and specifications for the Civic Center East Lot Electric Line Extension
Project (Project);
2. Award and authorize the execution of an amendment to the existing agreement with
Pacific Utility Installation, Inc. (CO19-085), the lowest responsive bidder for the Project, in
the amount of$300,845;
3. Authorize the expenditure of a 5% contingency in the amount of$15,042; and
4. Authorize an appropriation in the amount of$118,900 to Account 1705303-5650/1986705-
0 (Capital Projects/Civic Ctr E. Parking Lot-Line Extension)from the Municipal Utility Fund
(Fund 705).
BACKGROUND:
In 2009 when the City of Rancho Cucamonga transferred City Hall's electric service from
Southern California Edison (SCE) to the Rancho Cucamonga Municipal Utility (RCMU), the City
Hall east parking lot was not included in the switchover. A short distribution line extension is
needed to extend RCMU's electric service to the east parking lot. The line extension would provide
electric utility uniformity for the City Hall facilities.
The scope of work for this Project consists of, but is not limited to, connection to RCMU's existing
distribution equipment, furnishing and installing new substructure and cabling infrastructure
including cables, connections, and transformers needed to interconnect to RCMU's existing
infrastructure.
ANALYSIS:
A request for proposals was prepared and sent out to three (3) pre-qualified vendors on December
17, 2020. On January 13, 2021, three (3) bids were received for the Project. Staff reviewed the
Page 44
bids and contacted the lowest responsive bidder with the anticipated award for the above-
mentioned Project. The bidder informed staff they would not be able to complete the work for the
project and declined the award. Staff reviewed the second lowest responsive bidder and
contacted the bidder of the pending award.The bidder after reviewing their bid, declined the award
due to cost irregularities within their bid. Staff then reached out to the third responsive bidder,
Pacific Utility Installation, Inc and requested they verify their respective bid package to confirm
their bid. Pacific Utility Installation, Inc. returned their revised bid on February 16, 2021 which had
been reduced by approximately$28,000 from their original bid. Staff reviewed the bid documents
and finds the bid to be reasonable and meets the requirements of the bid documents. A copy of
Amendment No. 03 to the Agreement with Pacific Utility Installation, Inc. is on file with the City
Clerk's Office.
It should be noted that the scope of the project was expanded from the original project estimate
to also include pad mounted equipment and other related work in order to support future
expansion of the electric vehicle fleet charging infrastructure in the east parking lot.
FISCAL IMPACT:
A total of $197,000 has been budgeted in Fiscal Year 2020/21 from the Municipal Utility Fund
(Fund 705). An appropriation in the amount of $118,900 from the Municipal Utility Fund (Fund
705) to Account No. 1705303-5650/1986705-0 (Capital Projects-Civic Ctr E. Parking Lot-Line
Extension) is needed to fully fund the Project.
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
This item addresses the City Council's vision for the City by ensuring the construction and
maintenance of high-quality public improvements that promote a world class community.
ATTACHMENTS:
None.
Page 2
Page 45
CITY OF RANCHO CUCAMONGA
DATE: March 3, 2021
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Anne McIntosh, AICP, Planning Director
David F. Eoff IV, Senior Planner
SUBJECT: Consideration of Amendment No. 1 to Contract No. 2020-023 with
Community Works Design Group for Design Professional Services in the
Amount of $15,000.00 to be Funded from Account No. 1274401-5650
(Grant Funds). (CITY)
RECOMMENDATION:
Staff recommends that the City Council approve and execute contract amendment number one
to Contract No. 2020-023 with Community Works Design Group.
BACKGROUND:
On March 18, 2020, the City Council approved a contract award to Community Works Design
Group for design professional services in the amount of $223,235.00 to prepare the design and
construction drawings, and assist with the construction bid process for the Central Park Dog Park
project. The project is funded by grant funds received from the State of California as part of the
2019-2020 State Budget.
ANALYSIS:
Staff has been working with Community Works Design Group since the original contract execution
in March of 2020 and has been satisfied with the quality of services provided thus far. During the
design process, the City requested adjustments to the plans for final revisions to the design of the
park, resulting in changes to many of the construction details. This required the consultant to
coordinate additional services from subconsultants, resulting in an adjustment to the cost for
services and an increase in the amount of$10,715.00 to the total contract amount.
Staff is requesting an amendment in the amount of $15,000.00 to cover the additional contract
expense and allow a small contingency for future adjustments if needed. Section 3.1 of the
contract is amended with a total revised contract amount not to exceed $238,235.00. The
amendment to the contract will not impact the overall budget for the dog park project.
The project is progressing along and is anticipated to begin construction by May/June of this year.
The original scope of work for the contract will remain as is. The amendment is only to cover the
adjustment to the total contract amount.
Page 46
FISCAL IMPACT:
Funding for this contract, including the amendment amount, will be paid from account 1274401-
5650 (Grant Funds). The City has been responsible for upfront expenses as invoices for services
are received. However, as the project progresses along, reimbursement is requested from the
State to compensate the City expenses for this contract.
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
The execution of this contract amendment does not necessarily meet the specific City Council
2021 goal of obtaining funding for another phase of Central Park, however, it does support this
goal by including components in the design to support future phases of Central Park, such as
utilities and other infrastructure. The execution of this contract will also support the City Council
Core Values of providing and nurturing a high quality of life for all, promoting and enhancing a
safe and healthy community for all, building and preserving a family-oriented atmosphere, and
the overall continuous improvement of the community.
ATTACHMENTS:
Attachment 1 —Amended Contract No. 2020-023
Attachment 2 — Staff Report Dated March 18, 2020
Page 2
Page 47
AGREEMENT FOR
DESIGN PROFESSIONAL SERVICES
THIS AMENDED AGREEMENT is made and entered into this 31
day of March, 2021, by and between the City of Rancho Cucamonga, a municipal
corporation ("City") and Community Works Design Group, a Limited Liability
Company ("Consultant").
RECITALS
A. City has heretofore issued its request for proposals to perform the following
design professional services: Central Park Dog Park("the Project").
B. Consultant has submitted a proposal to perform the professional services
described in Recital "A", above, necessary to complete the Project.
C. City desires to engage Consultant to complete the Project in the manner set
forth and more fully described herein.
D. Consultant 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. Consultant's Services.
1.1 Scope and Level of Services. Subject to the terms and conditions
set forth in this Agreement, City hereby engages Consultant to perform all technical and
design professional services described in Recitals "A" and "B" above, including, but not
limited to design of the Central Park Dog Park,all as more fully set forth in the Consultant's
proposal, dated November 21, 2019 and entitled "Scope of Work", attached hereto as
Exhibit "A", and incorporated by reference herein. The nature, scope, and level of the
services required to be performed by Consultant are set forth in the Scope of Work and are
referred to herein as "the Services." In the event of any inconsistencies between the Scope
of Work and this Agreement, the terms and provisions of this Agreement shall control.
1.2 Revisions to Scope of Work. Upon request of the City, the
Consultant will promptly meet with City staff to discuss any revisions to the Project desired
by the City. Consultant 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 Consultant's compensation based thereon. A revision pursuant to this Section
that does not increase the total cost payable to Consultant by more than ten percent (10%)
PSA with professional liability insurance(Design) Page I
Last Revised:01/1112018
Page 48
Attachment 1
of the total compensation specified in Section 3,may be approved in writing by City's City
Manager without amendment.
1.3 Time for Performance. Consultant 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`B".
1.4 Standard of Care. As a material inducement to City to enter into this
Agreement, Consultant hereby represents that it has the experience necessary to undertake
the services to be provided. In light of such status and experience, Consultant hereby
covenants that it shall follow the customary professional standards in performing the
Services.
1.5 Familiarity with Services. By executing this Agreement, Consultant
represents that, to the extent required by the standard of practice, Consultant (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.
Consultant represents that Consultant, 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 Consultant discover any latent or unknown conditions, which
will materially affect the performance of services, Consultant shall immediately inform
City of such fact and shall not proceed except at Consultant's risk until written instructions
are received from the City Representative.
2. Term of Agreement. The Term of this Agreement shall be until the
completion of this project and shall become effective as of the date of the mutual execution
by way of both parties signature (the "Effective Date"). No work shall be conducted;
service or good will not be provided until this Agreement has been executed and
requirements have been fulfilled.
3. Compensation.
3.1 Compensation. City shall compensate Consultant as set forth in
Exhibit A, provided, however, that full, total and complete amount payable to Consultant
shall not exceed $238,235 (two hundred thirty eight thousand, two hundred thirty five
dollars), including all out of pocket expenses, unless additional compensation is approved
by the City Council. City shall not withhold any federal, state or other taxes, or other
deductions. However, City shall withhold not more than ten percent (10%) of any invoice
amount pending receipt of any deliverables reflected in such invoice. Under no
circumstance shall Consultant be entitled to compensation for services not yet satisfactorily
performed.
PSA with professional liability insurance(Design) Page 2
Last Revised:01/1112018
Page 49
The parties further agree that compensation may be adjusted in accordance
with Section 1.2 to reflect subsequent changes to the Scope of Services. City shall
compensate Consultant for any authorized extra services as set forth in Exhibit A.
4. Method of Payment.
4.1 Invoices. Consultant shall submit to City monthly invoices for the
Services performed pursuant to this Agreement. The invoices shall describe in detail the
Services rendered during the period and shall separately describe any authorized extra
services. Any invoice claiming compensation for extra services shall include appropriate
documentation of prior authorization of such services. All invoices shall be remitted to the
City of Rancho Cucamonga, California.
4.2 City shall review such invoices and notify Consultant in writing
within ten(10)business days of any disputed amounts.
4.3 City shall pay all undisputed portions of the invoice within thirty
(30) calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in
Section 3.
4.4 All records, invoices, timecards, cost control sheets and other
records maintained by Consultant relating to services hereunder shall be available for
review and audit by the City.
5. Representatives.
5.1 City Representative. For the purposes of this Agreement, the
contract administrator and City's representative shall be David Eoff, or such other person
as designated in writing by the City ("City Representative"). It shall be Consultant's
responsibility to assure that the City Representative is kept informed of the progress of the
performance of the services, and Consultant shall refer any decisions that must be made by
City to the City Representative. Unless otherwise specified herein, any approval of City
required hereunder shall mean the approval of the City Representative.
5.2 Consultant Representative. For the purposes of this Agreement,
Scott Rice is hereby designated as the principal and representative of Consultant authorized
to act in its behalf with respect to the services specified herein and make all decisions in
connection therewith ("Consultant's Representative"). It is expressly understood that the
experience, knowledge, capability and reputation of the Consultant's Representative were
a substantial inducement for City to enter into this Agreement. Therefore,the Consultant's
Representative shall be responsible during the term of this Agreement for directing all
activities of Consultant and devoting sufficient time to personally supervise the services
hereunder. Consultant may not change the Responsible Principal without the prior written
approval of City.
6. Consultant's Personnel.
PSA with professional liability insurance(Design) Page 3
Last Revised:01/1112018
Page 50
6.1 All Services shall be performed by Consultant or under Consultant's
direct supervision, and all personnel shall possess the qualifications, permits, and licenses
required by State and local law to perform such Services, including, without limitation, a
City business license as required by the City's Municipal Code.
6.2 Consultant 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 Consultant 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, Consultant 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 Consultant shall indemnify, defend and hold harmless City and its
elected officials, officers and employees, servants, designated volunteers, and agents
serving as independent contractors in the role of City officials, from any and all liability,
damages, claims, costs and expenses of any nature to the extent arising from Consultant's
violations of personnel practices and/or any violation of the California Labor Code. City
shall have the right to offset against the amount of any fees due to Consultant under this
Agreement any amount due to City from Consultant as a result of Consultant's failure to
promptly pay to City any reimbursement or indemnification arising under this Section 6.
7. Ownership of Work Product.
7.1 Ownership. All documents, ideas, concepts, electronic files,
drawings, photographs and any and all other writings, including drafts thereof, prepared,
created or provided by Consultant in the course of performing the Services, including any
and all intellectual and proprietary rights arising from the creation of the same(collectively,
"Work Product"), are considered to be "works made for hire" for the benefit of the City.
Upon payment being made, and provided Consultant is not in breach of this Agreement,
all Work Product shall be and remain the property of City without restriction or limitation
upon its use or dissemination by City. Basic survey notes, sketches, charts, computations
and similar data prepared or obtained by Consultant under this Agreement shall, upon
request, be made available to City. None of the Work Product shall be the subject of any
common law or statutory copyright or copyright application by Consultant. In the event of
the return of any of the Work Product to Consultant or its representative, Consultant shall
be responsible for its safe return to City. Under no circumstances shall Consultant fail to
deliver any draft or final designs, plans, drawings, reports or specifications to City upon
written demand by City for their delivery, notwithstanding any disputes between
Consultant and City concerning payment, performance of the contract, or otherwise. This
covenant shall survive the termination of this Agreement. City's reuse of the Work Product
for any purpose other than the Project, shall be at City's sole risk.
PSA with professional liability insurance(Design) Page 4
Last Revised:01/1112018
Page 51
7.2. Assignment of Intellectual Property Interests: Upon execution of
this Agreement and to the extent not otherwise conveyed to City by Section 7.1, above,the
Consultant shall be deemed to grant and assign to City, and shall require all of its
subcontractors to assign to City, all ownership rights, and all common law and statutory
copyrights,trademarks,and other intellectual and proprietary property rights relating to the
Work Product and the Project itself, and Consultant shall disclaim and retain no rights
whatsoever as to any of the Work Product, to the maximum extent permitted by law. City
shall be entitled to utilize the Work Product for any and all purposes, including but not
limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and
publicizing the Project or any aspect of the Project.
7.3 Title to Intellectual Property. Consultant warrants and represents
that it has secured all necessary licenses, consents or approvals to use any instrumentality,
thing or component as to which any intellectual property right exists, including computer
software, used in the rendering of the Services and the production of the Work Product
and/or materials produced under this Agreement, and that City has full legal title to and the
right to reproduce any of the Work Product. Consultant shall defend, indemnify and hold
City, and its elected officials, officers, employees, servants, attorneys, designated
volunteers, and agents serving as independent contractors in the role of City officials,
harmless from any loss, claim or liability in any way related to a claim that City's use is
violating federal, state or local laws, or any contractual provisions,relating to trade names,
licenses, franchises,patents or other means of protecting intellectual property rights and/or
interests in products or inventions. Consultant shall bear all costs arising from the use of
patented, copyrighted, trade secret or trademarked documents, materials, software,
equipment, devices or processes used or incorporated in the Services and materials
produced under this Agreement. In the event City's use of any of the Work Product is held
to constitute an infringement and any use thereof is enjoined, Consultant, at its expense,
shall: (a) secure for City the right to continue using the Work Product by suspension of any
injunction or by procuring a license or licenses for City; or (b) modify the Work Product
so that it becomes non-infringing. This covenant shall survive the termination of this
Agreement.
8. Status as Independent Contractor. Consultant is, and shall at all times
remain as to City, a wholly independent contractor. Consultant shall have no power to
incur any debt, obligation,or liability on behalf of City or otherwise act as an agent of City.
Neither City nor any of its agents shall have control over the conduct of Consultant or any
of Consultant's employees, except as set forth in this Agreement. Consultant 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. Consultant shall pay all required taxes on amounts paid
to Consultant under this Agreement, and to defend,indemnify and hold City harmless from
any and all taxes, assessments,penalties, and interest asserted against City by reason of the
independent contractor relationship created by this Agreement. Consultant shall fully
comply with the workers' compensation law regarding Consultant and Consultant's
employees.
9. Confidentiality. Consultant may have access to financial,accounting,
PSA with professional liability insurance(Design) Page S
Last Revised:01/1112018
Page 52
statistical, and personnel data of individuals and City employees. Consultant covenants
that all data, documents, discussion, or other information developed or received by
Consultant or provided for performance of this Agreement are confidential and shall not
be disclosed by Consultant without prior written authorization by City. City shall grant
such authorization if applicable law requires disclosure. All City data shall be returned to
City upon the termination of this Agreement. Consultant'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 Consultant
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
Consultant to defend itself from any legal action or claim.
10. Conflict of Interest.
10.1 Consultant 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. Consultant further
covenants that, in performance of this Agreement,no person having any such interest shall
be employed by it. Furthermore, Consultant shall avoid the appearance of having any
interest, which would conflict in any manner with the performance of the Services.
Consultant shall not accept any employment or representation during the term of this
Agreement which is or may likely make Consultant "financially interested" (as provided
in California Government Code §§1090 and 87100) in any decision made by City on any
matter in connection with which Consultant has been retained.
10.2 Consultant further represents that it has not employed or retained
any person or entity, other than a bona fide employee working exclusively for Consultant,
to solicit or obtain this Agreement. Consultant has not paid or agreed to pay any person or
entity, other than a bona fide employee working exclusively for Consultant, any fee,
commission, gift, percentage, or any other consideration contingent upon the execution of
this Agreement. Upon any breach or violation of this warranty, City shall have the right,
at its sole and absolute discretion, to terminate this Agreement without further liability, or
to deduct from any sums payable to Consultant hereunder the full amount or value of any
such fee, commission,percentage or gift.
10.3 Consultant has no knowledge that any officer or employee of City
has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise,
in this transaction or in the business of Consultant, and that if any such interest comes to
the knowledge of Consultant at any time during the term of this Agreement, Consultant
shall immediately make a complete,written disclosure of such interest to City,even if such
interest would not be deemed a prohibited "conflict of interest" under applicable laws as
described in subsection 10.1.
11. Indemnification.
11.1 Design Professional Services. To the fullest extent permitted by
PSA with professional liability insurance(Design) Page 6
Last Revised:01/1112018
Page 53
law,the Consultant shall,at its sole cost and expense,indemnify,defend,and hold harmless
the City, its elected officials, officers, attorneys, agents, employees, designated volunteers,
successors, assigns and those City agents serving as independent contractors in the role of
City officials (collectively "Indemnitees" in this Section 11.0), from and against any and
all damages, costs, expenses, liabilities, claims, demands, causes of action, proceedings,
judgments, penalties, liens, stop notices, and losses of any nature whatsoever, including
fees of accountants and other professionals, and all costs associated therewith, and
reimbursement of attorneys' fees and costs of defense (collectively "Claims"), whether
actual, alleged or threatened, to the extent arising out of, pertaining to, or relating to, in
whole or in part, the negligence, recklessness or willful misconduct of the Consultant,
and/or its officers, agents, servants, employees, subcontractors, contractors or their
officers, agents, servants or employees (or any entity or individual for which or whom the
Consultant shall bear legal liability) in the performance of design professional services
under this Agreement by a"design professional," as the term is defined in California Civil
Code § 2782.8(c). The indemnification obligation herein shall not in any way be limited
by the insurance obligations contained in this Agreement. Notwithstanding the foregoing
and as required by Civil Code § 2782.8(a), in no event shall the cost to defend the
Indemnitees that is charged to Consultant exceed Consultant's proportionate percentage of
fault.
11.2 Other Indemnities. With respect to claims and liabilities which do
not arise in connection with the performance of professional services by a "design
professional", as that term is defined in California Civil Code Section 2782.8(c),including,
but not limited to, those claims and liabilities normally covered by commercial general
and/or automobile liability insurance, and to the maximum extent permitted by law,
Consultant shall, at its sole cost and expense,protect,defend,hold harmless and indemnify
the Indemnitees from and against any and all damages, costs, expenses, liabilities, claims,
demands, causes of action, proceedings, judgments, penalties, liens, stop notices, and
losses of any nature whatsoever, including fees of accountants, attorneys and other
professionals, and all costs associated therewith, and the payment of all consequential
damages(collectively"Damages"), in law or equity,whether actual, alleged or threatened,
which arise out of, pertain to, or relate to the acts or omissions of Consultant, its officers,
agents, servants,employees,subcontractors,materialmen, suppliers,or contractors,or their
officers, agents, servants or employees (or any entity or individual for which or whom
Consultant shall bear legal liability) in the performance of this Agreement, except to the
extent the Damages arise from the active or sole negligence or willful misconduct of any
of the Indemnitees, as determined by final arbitration or court decision or by the agreement
of the Parties. Consultant shall defend the Indemnitees in any action or actions filed in
connection with any Damages with counsel of the Indemnitees' choice, and shall pay all
costs and expenses, including all attorneys' fees and experts' costs as they are actually
incurred in connection with such defense. Consultant shall reimburse the Indemnitees for
any and all legal expenses and costs incurred by the Indemnitees in connection therewith.
The indemnification obligation herein shall not in any way be limited by the insurance
obligations contained in this Agreement.
PSA with professional liability insurance(Design) Page 7
Last Revised:01/1112018
Page 54
11.3 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any
rights that they may possess against Consultant because of the acceptance by City, or the
deposit with City, of any insurance policy or certificate required pursuant to this
Agreement.
11.4 Waiver of Right of Subro ag tion. Except as otherwise expressly
provided in this Agreement, Consultant, 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 Consultant.
11.5 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 Consultant shall be conclusive in favor of the Indemnitee's right to recover under
this indemnity provision.
12. Insurance.
12.1 Liability Insurance. Consultant 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 Consultant, and/or its agents, representatives,
employees and subcontractors.
12.2 Minimum Scope of Insurance. Unless otherwise approved by City,
coverage shall be at least as broad as:
(1) Insurance Services Office Commercial General Liability
coverage (occurrence form CG 0001).
(2) Insurance Services Office form number CA 0001 (Ed. 1/87)
covering Automobile Liability, code I (any auto).
(3) Worker's Compensation insurance as required by the State
of California, and Employer's Liability Insurance.
(4) Professional Liability insurance in a form approved by the
City, having an extended reporting period of not less than
three (3) years after completion of the Services which shall
provide protection against claims of professional negligence
arising out of Consultant's performance of the Services and
otherwise complying with all applicable provisions of this
Section 12. The policy shall be endorsed to include
contractual liability to the extent insurable.
PSA with professional liability insurance(Design) Page 8
Last Revised:01/1112018
Page 55
12.3 Minimum Limits of Insurance. Consultant 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 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) Professional Liability: $1,000,000 per claim/aggregate.
(5) 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 requirements
shown in this Agreement. Any insurance proceeds in excess
of the specified limits and coverage required which are
applicable to a given loss, shall be available to the City. No
representation is made that the minimum insurance
requirements of this Agreement are sufficient to cover the
obligations of the Contractor under this Agreement.
12.4 Deductibles and Self-Insured Retentions. Any deductibles or self-
insured retentions must be declared to and approved by the City and shall not reduce the
limits of coverage. City reserves the right to obtain a full certified copy of any required
insurance policy and endorsements.
12.5 Other Insurance Provisions.
(1) The commercial general liability and automobile liability
policies are to contain the following provisions on a separate
additionally insured endorsement naming the City, its
officers, officials, employees, designated volunteers and
agents serving as independent contractors in the role of City
officials as additional insureds as respects: liability arising
out of activities performed by or on behalf of Consultant;
products and completed operations of Consultant; premises
owned, occupied or used by Consultant; and/or automobiles
owned, leased, hired or borrowed by Consultant. The
coverage shall contain no limitations on the scope of
protection afforded to City,its officers, officials, employ
designated volunteers or agents serving as independent
PSA with professional liability insurance(Design) Page 9
Last Revised:01/1112018
Page 56
contractors in the role of City officials which are not also
limitations applicable to the named insured.
(2) For any claims related to this Agreement, Consultant's
insurance coverage shall be primary insurance as respects
City, its officers,officials, employees, designated volunteers
and agents serving as independent contractors in the role of
City or officials. Any insurance or self-insurance
maintained by City, its officers, officials, employees,
designated volunteers or agents serving as independent
contractors in the role of City officials shall be excess of
Consultant's insurance and shall not contribute with it.
(3) Consultant'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) Each insurance policy required by this clause shall be
endorsed to state that coverage shall not be canceled except
after 30 days prior written notice by first class mail has been
given to City (ten (10) days prior written notice for non-
payment of premium). Consultant shall provide thirty (30)
days written notice to City prior to implementation of a
reduction of limits or material change of insurance coverage
as specified herein.
(5) Each insurance policy, required by this clause shall
expressly waive the insurer's right of subrogation against
City and its elected officials, officers, employees, servants,
attorneys, designated volunteers, and agents serving as
independent contractors in the role of City officials.
(6) Each policy shall be issued by an insurance company
approved in writing by City, which is admitted and licensed
to do business in the State of California and which is rated
ANII 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.
PSA with professional liability insurance(Design) Page 10
Last Revised:01/1112018
Page 57
(9) Contractor shall provide any and all other required insurance,
endorsements, or exclusions as required by the City in any
request for proposals applicable to this Agreement.
12.6 Evidence of coverage.Prior to commencing performance under this
Agreement, the Consultant shall furnish the City with certificates and original
endorsements, or copies of each required policy, effecting and evidencing the insurance
coverage required by this Agreement including(1)Additional Insured Endorsement(s), (2)
Worker's Compensation waiver of subrogation endorsement, and (3) General liability
declarations or endorsement page listing all policy endorsements. The endorsements shall
be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All
endorsements or policies shall be received and approved by the City before Consultant
commences performance. If performance of this Agreement shall extend beyond one year,
Consultant shall provide City with the required policies or endorsements evidencing
renewal of the required policies of insurance prior to the expiration of any required policies
of insurance.
12.7 Contractor agrees to include in all contracts with all subcontractors
performing work pursuant to this Agreement,the same requirements and provisions of this
Agreement including the indemnity and insurance requirements to the extent they apply to
the scope of any such subcontractor's work. Contractor shall require its subcontractors to
be bound to Contractor and City in the same manner and to the same extent as Contractor
is bound to City pursuant to this Agreement, and to require each of its subcontractors to
include these same provisions in its contract with any sub-subcontractor.
13. Cooperation. In the event any claim or action is brought against City
relating to Consultant's performance or services rendered under this Agreement,
Consultant shall render any reasonable assistance and cooperation that City might require.
City shall compensate Consultant for any litigation support services in an amount to be
agreed upon by the parties.
14. Termination. City shall have the right to terminate this Agreement at any
time for any or no reason on not less than ten (10) days prior written notice to
Consultant. In the event City exercises its right to terminate this Agreement, City shall pay
Consultant for any services satisfactorily rendered prior to the effective date of the
termination, provided Consultant is not then in breach of this Agreement. Consultant shall
have no other claim against City by reason of such termination, including any claim for
compensation. City may terminate for cause following a default remaining uncured more
than five (5) business days after service of a notice to cure on the breaching party.
Consultant may terminate this Agreement for cause upon giving the City ten(10)business
days prior written notice for any of the following: (1) uncured breach by the City of any
material term of this Agreement,including but not limited to Payment Terms; (2)material
changes in the conditions under which this Agreement was entered into, coupled with the
failure of the parties to reach accord on the fees and charges for any Additional Services
PSA with professional liability insurance(Design) Page 11
Last Revised:01/1112018
Page 58
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 Consultant's and City's regular
business hours; or(b)on the third business day following deposit in the United States mail,
postage prepaid, to the addresses set forth in this Section, or to such other addresses as the
parties may, from time to time, designate in writing pursuant to the provisions of this
Section.
All notices shall be addressed as follows:
If to City: David Eoff, Senior Planner
City of Rancho Cucamonga
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
If to Consultant: Scott Rice, Vice President
Community Works Design Group
4649 Brockton Avenue
Riverside, CA 92506
16. Non-Discrimination and Equal Employment Opportunity. In the
performance of this Agreement, Consultant 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. Consultant 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. Consultant shall not assign or transfer
any interest in this Agreement or subcontract the performance of any of Consultant's
obligations hereunder without City's prior written consent. Except as provided herein, any
attempt by Consultant 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. Consultant shall comply with all applicable
federal, state and local laws, ordinances, codes and regulations in force at the time
Consultant performs the Services. Consultant 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 the performance of 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, Consultant agrees to fully comply
PSA with professional liability insurance(Design) Page 12
Last Revised:01/1112018
Page 59
with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can
be found at hqp://www.dir.ca.gov/dlsr/DPreWageDetermination.htm
Consultant 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 Consultant's principal place of business
and at the Project site. Consultant shall defend, indemnify and hold the City, its elected
officials, officers, employees and agents free and harmless from any claim or liability
arising out of any failure or alleged failure to comply with the Prevailing Wage Laws.
19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of
any one or more of the conditions of performance under this Agreement shall not be a
waiver of any other condition of performance under this Agreement. In no event shall the
making by City of any payment to Consultant constitute or be construed as a waiver by
City of any breach of covenant, or any default which may then exist on the part of
Consultant, and the making of any such payment by City shall in no way impair or
prejudice any right or remedy available to City with regard to such breach or default.
20. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal action or proceeding to enforce or interpret the provisions of this
Agreement,the prevailing party in such action or proceeding shall be entitled to recover its
costs of suit, including reasonable attorney's fees and costs of experts.
21. Exhibits; Precedence. All documents referenced as exhibits in this
Agreement are hereby incorporated in this Agreement. In the event of any material
discrepancy between the express provisions of this Agreement and the provisions of any
document incorporated herein by reference,the provisions of this Agreement shall prevail.
22. Applicable Law and Venue. The validity, interpretation, and performance
of this Agreement shall be controlled by and construed under the laws of the State of
California. Venue for any action relating to this Agreement shall be in the San Bernardino
County Superior Court.
23. Construction. In the event of any asserted ambiguity in, or dispute
regarding the interpretation of any matter herein,the interpretation of this Agreement shall
not be resolved by any rules of interpretation providing for interpretation against the party
who causes the uncertainty to exist or against the party who drafted the Agreement or who
drafted that portion of the Agreement.
24. Entire Agreement. This Agreement consists of this document, and any
other documents, attachments and/or exhibits referenced herein and attached hereto, each
of which is incorporated herein by such reference, and the same represents the entire and
integrated agreement between Consultant and City. This Agreement supersedes all prior
oral or written negotiations, representations or agreements. This Agreement may not be
amended, nor any provision or breach hereof waived, except in a writing signed by the
parties which expressly refers to this Agreement.
PSA with professional liability insurance(Design) Page 13
Last Revised:01/1112018
Page 60
IN WITNESS WHEREOF, the parties, through their respective authorized
representatives, have executed this Agreement as of the date first written above.
Community Works Design Group City of Rancho Cucamonga
By: By:
Name Date Name Date
Title: Title: Mayor
By:
Name Date
Title:
(two signatures required if corporation)
PSA with professional liability insurance(Design) Page 14
Last Revised:01/1112018
Page 61
EXHIBIT A
SCOPE OF SERVICES
See Attached Exhibit
PSA with professional liability insurance(Design) Page 15
Last Revised:01/1112018
Page 62
I1. 1 .r , M�I N) W Y,� !yr . •r/r rr//I/r Ir11111 r
PROPOSAL (# 19/20-019) FOR:
DOG PARK CONSULTING
RANCHO DESIGN SERVICES
CUCAMONGA
.......« .. ...wMt1Wr/r/tlM/r +�� R lttl�����}I�'It`!� •-� �}`. ., -r"�• fir„ .' � '��7�...' M �w!•�,1�r1rr r
� r
1
a.
c,
i
1 U140 Oluo
04 S I No 4 11 U OF
November 21,2019
submitted online via PlanetBids
CITY OF RANCHO CUCAMONGA-PROCUREMENT DIVISION
Attn: Ruth Cain,Procurement Manager
10500 Civic Center Drive
Rancho Cucamonga, CA 91730
RE: Proposal for Dog Park Consulting Services (RFP#19/20-019)
Dear Ms. Cain and Members of the Consultant Selection Committee:
On behalf of the Park Planning and Landscape Architecture firm of Community Works Design Group
(CWDG),we are pleased to present this proposal to provide professional design services for the design of
the City of Rancho Cucamonga's premiere Dog Park facility within Central Park.
Our team has reviewed the proposed Dog Park site as described within the City's Request for Proposals
as well as within the latest Central Park Master Plan update. We have begun to envision how our
community-centered process can best assist the City in the realization of a completed dog park that will
best accommodate Rancho Cucamonga's two- and four-legged residents for decades to follow.
This proposal shall remain valid for a period of not less than 60 days from the date of submittal. The
members of the Design Team and I appreciate your consideration of our team for the design of the City's
Dog Park.
Respectfully submitted,
COMMUNITY WORKS DESIGN GROUP
41k�
Timothy I. Maloney ASLA,CPRS Scott Ric ASLA,LEED AP,CASp
President Vice e dent
Landscape Architect CA#2110/NV#389 Landscape Architect CA#5111 /NY#2645
tim@cwdg.fun Certified Access Specialist CASp-709
(951) 369-0700 x203 (951) 369-0700 x208
scott@cwdg.fun
4649 Brockton Avenue - Riverside, CA 92506 - (951) 369-0700 / (951) 369-4039 fax- wwv�cawd%fun
9
TABLE OF CONTENTS
A. EXECUTIVE SUMMARY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
B. EXPERIENCE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
C. THIRD-PARTY/SUBCONTRACTORS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17
D. STAFF BIOGRAPHIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 20
E. PROPOSAL RESPONSE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24
E REQUIRED EXHIBITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30
Aft PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019): (r--
CITY OF RANCHO CUCAMONGA ,�
fit, NOVEMBER 21,2019 ''
Page 5
. _
y
46
Or 44104:
j
_ MIL
OF
A.
EXECUTIVE SUMMARY
� _I
EXECUTIVE SUMMARY
The City of Rancho Cucamonga has worked very well with their current master planning consultant to
develop the general sizing,placement and layout of the Dog Park within Central Park,based on an extensive
and well-documented community input process. While there are many advantages to utilizing the same
consultant team for the continuation of the project, it is in the City and its residents' best interest to switch
to a local,readily available team to carefully expedite the project through construction.
Community Works Design Group has both the proven experience and bandwidth necessary to supercharge
the preparation of final design and development of the Dog Park plans.Not only does our firm have a wealth
of Dog Park-specific design experience, but we also have an excellent track record when it comes to fast-
paced design development and construction documentation. We are there when you need us - and can be on
site or at City Hall within a matter of minutes as opposed to hours.
Our multi-disciplinary team will be led by Scott Rice,Vice President of CWDG.Not only is Scott a seasoned
park planner, with over 100 park design projects completed during his professional career, but he is one
of only three licensed Landscape Architects within the State of California that is also a Certified Access
Specialist (CASp). There are numerous ADA accessibility challenges for new construction in general, but
these challenges are amplified in exterior spaces with significant changes in elevation,like what is present at
the Central Park site in relation to Base Line Road.
tr`� L••� � '_`Y-- � Jr_ - - _�ry� it � a �f - .- .•�-Y��. �- �- _
'I61+;.I I. _FA{f[{ifl ..I•: !IJ11111
J I f `lr
+ ,s'
Rancho Mirage Dog Park-2017 CPRS Award of Excellence Winner-Park Planning Specialty Class 1;
Designed by Community Works Design Group
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 2
rR NOVEMBER 21,2019
Page 7
r
Welcome To...
of
RANCHO MIRA6E
D06 PARK
f1ta
...Corn "Sit J
E3.
-4 EXPERIENCE
�� PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19120-019):
CITY OF RANCHO CUCAMONGA _- 3
cllt=, NOVEMBER 21,2019 '
Page 8
EXPERIENCE: FIRM/ TEAM OVERVIEW
COMMUNITY WORKS DESIGN GROUP -LLC (CWDG)
Landscape Architecture-Planning
4649 Brockton Avenue
Riverside, California 92506
(951) 369-0700
6><ildM 6RIlIP Federal I.D. 82-1854334
Registered Small Business#1769579
PRINCIPALS: Tim Maloney ASLA,CPRS- President
Scott Rice ASLA,LEED AP,CASp -Vice President
Community Works Design Group was established CWDG HAS DESIGNED OVER
in 1985 and provides municipal planning services 250 PARK PROJECTS IN OUR 34
throughout the State of California. The firm YEAR HISTORY, INCLUDING 5 DOG
focuses on Park, Recreation, Streetscape and Trails PARKS WITHIN THE PAST 5 YEARS
Planning projects. CWDG has a ready and available
staff of seven highly professional individuals. We
draw on three Licensed Landscape Architects, two
of whom are LEED Accredited Professionals, as
well as an in-house Civil Engineering, Certified
Irrigation Designer/ Certified Landscape Irrigation
Auditor, and Certified Access Specialist.
Community Works Design Group does what its
name implies - it assists communities with the
design of park projects that "Work". Our focus is _
on park and recreation and municipal projects and
has been since day one in 1985. (That's 34 Years!!!)
We come from "your side of the fence". Tim
Maloney worked in municipal park and recreation
departments. Tim Maloney worked for the City of
San Luis Obispo as a Park Planner, and Scott Rice
has served as the City Landscape Architect for City
of Highland continuously since 2005.
We are midway through a multi-year ownership
succession plan, where 100% ownership of the
company is being transferred from Tim Maloney
to Scott Rice. Currently, Mr. Maloney and Mr. '
Rice each own a 50% share of Community Works
Design Group. "Designing your Dreams"starts here at our
two story design studio-complete with an
indoor spiral slide and a 25'swing!
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 4
rR NOVEMBER 21,2019
Page 9
PROJECT MANAGEMENT, STAFF AVAILABILITY AND
DETAILED PROJECT WORK PLAN
STAFF AVAILABILITY:All staff members listed in this proposal
are available to begin work immediately upon City request. We
guarantee that we will adjust our master schedule to dedicate
sufficient resources to expediting the Rancho Cucamonga Dog
Park project. I `
ORGANIZATION AND SCHEDULING: We will provide the -
City with a critical path schedule,prepared in Microsoft Project,
and will adhere to the schedule we present. Our office holds
weekly Staff Meetings where we review ALL of our current
projects, and the Principals have total accountability with the
Project Managers to adhere to all set deadlines.We will keep key
staff consistent, so that everyone remains on the same page.
DELIVERABLES: We will provide all levels of deliverables
outlined in the proposal. We utilize a wide variety of software,
including AutoCAD 2019, Adobe Creative Cloud, Microsoft
Office, SketchUp Pro 3-d, and much more. We will provide hard 4.
copy and digital media in PDF or any requested format.
OUR APPROACH: Our approach to design and quality control
is unique to the industry. Every design project is assigned one T `
ra � yl
Licensed Landscape Architect as Project Principal, one Licensed
Landscape Architect as Project Manager, and one Assistant
Project Manager. CWDG realizes that our success is based ' '
t
on our ability to deliver projects on time and within budget.
This team approach will guarantee that the project comes in 1
on budget and stays on budget with minimal change orders. _
CWDG can also offer complete construction administration and I 1
construction management services to assist the City at whatever 1
level is desired.
WHAT SETS CWDG APART: While there are many similarities
between municipal design projects, we have developed an
understanding of what it takes for a project to truly stand apart
and shine,as evidenced in our consistent winning of CPRS Awards
5
Page 70
of Excellence in Park Planning and APWA Project of Merit awards. Our team offers a wide variety of in-
house services,such as Irrigation Auditing via our Certified Landscape Irrigation Auditor,and Accessibility
Evaluation from our Certified Access Specialist (CASp),that are dovetailed into our final products.
WORKING WITH CITY STAFF AND POLICY-MAKING AGENCIES AND STAKEHOLDERS: As we
have worked on park projects all over the Inland Empire and beyond, our team is very well versed in the
intricacies of the region.We maintain a great rapport and positive working relationship with each and all of
our primary municipal clients. We are confident that we can continue providing the high quality of service
the City has come to expect from CWDG into the future!
OUR "NOT SO SECRET" INGREDIENT TO SUCCESSFUL PROJECTS is remaining in close, ongoing
communication with the City and all key stakeholders throughout the life of the project - from concept to
construction!
OUR RECORD OF MEETING SCHEDULES ON SIMILAR PROJECTS: We invite you to contact our
listed references for confirmation of CWDG's ability to meet deadlines and critical path schedule milestones.
This is especially apparent with our various projects for the City of Perris, where the project funding was
directly connected to grant deadlines.
PENDING LITIGATION: Our firm has NO pending litigation that would affect our ability to deliver
expedited design development and construction documents, nor provide construction support services to
the City of Rancho Cucamonga.
ACTIVE LICENSES AND CERTIFICATIONS
Timothy Maloney Licensed Landscape Architect (State of California) 2110 Expires 10/31/21
Scott Rice Licensed Landscape Architect (State of California) 5111 Expires 12/31/20
Allison Rush Licensed Landscape Architect (State of California) 6378 Expires 11/30/21
Grosvenor (Bud) Fish Professional Engineer- Civil (State of California) 61342 Expires 6/30/21
Scott Rice Certified Access Specialist (CASp) 709 Expires 8/12/22
Kay Kite Certified Irrigation Designer/Auditor (CID/CLIA) 6190 Expires 7/31/20
The City of Ojai has had many successes in working wth the Community Works Design Group team for
many years on various projects-from skate park design and management to the Sarzotti Park Master Plan.
Their creativity and wdhngness to work well beyond the scope of the project in order to exceed our City's
needs isjust extraordinary. They have always been there for our City and they have always been on time
and within budget time and time again."
Steve McClary-City Manager
City of Ojai
Aft PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 6
,fit, NOVEMBER 21,2019 Page 1''
COST ESTIMATING
We understand the importance of defining realistic construction costs and cost increase projections when
utilizing grant funds. Our firm excels in this type of cost estimating in house, as we regularly prepare
detailed construction plans, details, specifications and estimates for park projects, and strive to make our
construction drawing packages the most biddable and buildable across the industry. Since we perform
Landscape Plan Check for various agencies, our finger remains on the pulse of the industry, and are able to
glean tips and tricks to making plans more readable,maintaining a good balance of notes and clarifications
without overwhelming the drawings with redundant information.
We are regularly receiving bids for various public work projects. Upon receiving the bid we also request
from the two apparent low bidders their unit prices. We incorporate these updated unit prices into our own
in-house cost estimates. This allows our firm to provide up-to date cost estimates for our clients. We just
received bids in mid August for an$18 million park expansion and renovation in Rialto. Our Construction
Estimate for the project was $18.2 million for the entire project. We received 11 competitive bids with the
low bid being$15.8 million and the high at $21.8 million. We always shoot for our estimates to be "in the
middle". The table below was provided by and developed by the City of Rialto for Frisbie Park Expansion.
Table 7
Total Base Bid A
Company Location Type of Firm Base Bid Additive Bid Additive Bid
Amount
PAL Inv9estmenil Corp_
DBA Silverstrand San Diego, CA Corporation $11,823,401.00 $ 4,061,449.00 $ 15,884,850.00
Construct on
Los Angeles Engineering.. Conn_ CA Corporation $11,663,997.00 $ 5,028,001.00 $ 16,691,998.00
Inc.
BaweContractors. Inc. Lancaster. CA Corporation $11,646,944.00 $ 5,153,796.00 $ 16,800,740.00
Environmental Woodland Hills. Corporation $11,617,644.00 $ 5,526,900.00 $ 17,144,544.00
Construction Inc.
Kasa Construction, Inc. Chino. CA Corporation $12,916,0W.00 $ 4,360,0D0.00 $ 17,276,000.00
0hno Construction Fontana. CA Corporation $13,079,0W.00 $ 4,969,0D0.00 $ 18,048,0W.00
Company
RC Craves Construction Rialto. CA Corporation $13 248 724.73 $ 4,803,418.4.6 $ 18 052 143.19
Horizon Construction
Company International. Orange. CA Corporation $12,803,554.85 $ 5,564,705.67 $ 18,368,260.52
Inc.
MorilloConstructon- Inc_ Pasadena, CA Corporation $13,226,000_.00 $ 6,118,0D0.00 $ 19,344,000.00
James McMinn, Inc_ Grand Terrace, Co oration $12,977,900.00 $ 6,989,0D0.00 $ 19,966,900.00
Access Pacific, Inc_ Pasadena, CA Corporation $14,229,500.00 $ 7,566,0D0.00 $ 21,795,500.00
Community Works Oe5ign Group has been the City of Highland'5 exclusive Landscape Architectural firm
since 1990. Their commitment to the Oty i5 reflected in their quabty of work, timely response and
customized 5olution5 to our challenges, and overall re5pon5ivene55. "
Lawrence A.Mainez,Community Development Director-City of Highland
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19120-019):
CITY OF RANCHO CUCAMONGA
7
NOVEMBER 21,2019 ram,
Page 2
REFERENCES
Community Works Design Group(CWDG)excels in providing Landscape Architectural and Park Planning
Services for our municipal clients. We encourage you to reach out to the following clients for a candid
assessment of our ability to maintain proactive, dedicated service on the successful execution of multiple
projects:
Client: CITY OF PERRIS
Services rendered CWDG has served as prime consultant for various Park Planning Services at
within past 3 years various City park sites,including community design process,conceptual design,3d
(since 2016): modeling,construction drawings, and construction administration.
CWDG Staffing: Project Principals: Scott Rice (Design) Tim Maloney (QA/QC)
Project Manager: Allison Rush
Contact: Sabrina Chavez, Director of Community Services and Housing
(951) 943-6603
schavez@cityofperris.org
Reference Projects: Enchanted Hills Park-Prop 68 Grant Application submitted August 2019
Goetz Park,Phase II- Currently Preparing Construction Docs
Mercado Park-Past CPRS Award of Excellence Winner in Park Planning
77-
Top and Bottom Left:CWDG worked diligently with the City of Perris and
F� their Grant Writing Consultant on the expedited preparation of multiple
design options, narrowed down through active community participation.
4 �
All
� 4
WI~TZ PARK-PHASE I I � �J
ertr oe rERxu
Above:Final Concept for Goetz Park
Expansion,July 2019
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 8
�l^ • NOVEMBER 21,2019
ra��,
Page 3
Client: CITY OF RIALTO
Services rendered CWDG served as prime consultant for various Park Planning Services at five City park
within past 3 years sites for$25+ million in park improvements, including community design process,
(since 2015): conceptual design,3d modeling, construction drawings,construction administration.
CWDG Staffing: Project Principals: Tim Maloney and Scott Rice
Project Managers: Scott Rice, Kay Kite,Allison Rush
Contact: Hector Gonzalez,Principal Civil Engineer 1 (909) 820-2602 1 hgonzalez@rialtoca.gov
Perry Brents,Director of Community Services 1 (909) 820-8035 1 pbrents@rialtoca.gov
Reference Projects: Bud Bender Park: Renovation to Existing 8 acre Park ($2.5 M/Comp.2016);
Joe Sampson Park: 8 acre New Neighborhood Park ($5.5 M/Opened February 2019);
Frisbie Park:16.7 acre Park Renovation and Expansion ($18 M/Currently Bidding)
Design fees for the above-listed projects were approximately 4%-6% of estimated construction
cost,varying depending on complexity and detail of each project.
- J
C OtiC EPRIAL MASTER PLAN
W D SENDER PARK I KPROVEKENTS *� = '•' $U[]gEt~lpER PAR 'CITY pF RIALTp = -
Cf1Y OF R[AUQ
The Bud Bender Park Improvement project involved
the coordination between multiple City departments,
local residents and key stakeholders. CWDG worked
diligently to provide modern park improvements
( including a regulation Pony League field while
preserving large shade trees,a group picnic shelter,
and a historic adobe building.
31
Before Renovation(2014) During Renovation(2015) After Renovation(2016)
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 9
^'• NOVEMBER 21,2019
cam
Page 4
Client: CITY OF RIALTO (continued)
Joe Sampson Park:
_ 8 ac. New Neighborhood Park
($5.5 M/Opened February 2019)
Notable Features:
• Dry-stream infiltration feature
along its south and west
perimeter, constructed of rock
harvested during on-site grading
operations
• Custom "Rialto"bridge over dry
PE FZSPECTIVE RENDERING VAC ING NORTH stream at main entry
JOE SAMPSON PARK
CI YOF RIALTO "• - ��... California-friendly planting
palette, generally consisting of
low water use plants, irrigated by
Calsense ET adjusted controller
• Porous rubberized jogging
track at perimeter of sports
field, keeping overspray off
impervious surfaces
We found the CVVDG team, led by
Scott Rice, to be very proactive,
friendly, and detailed throughout
the construction of Joe Sampson
" - - = Park. 9#1k
Sam Kasbar,VP
• ' r KASA Construction
samk@kasaconstruction.com
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 10
�^ • NOVEMBER 21,2019
Page 5
Client: CITY OF RIALTO (continued)
Frisbie Park:
16.7 ac. Renovation + Expansion
NORrtzEXPANSION ($18 M/ Currently Under Construction)
Notable Features:
• Park designed with direct input from
IMPROVEMENTS City Maintenance staff, including
IMPROVEMENTS �
,,A..... TO EXISTING PARK materials selection, amenity
arrangement to allow proper
clearances for service equipment
-' — --"'-...... • Complete analysis and renovation
- - of all accessibility(ADA) aspects of
- existing park, led by CWDG's in-
_ house Certified Access Specialist
(CASp)
SOUTH EX PAN51OW #`S�!�"'^L _ "'°^` • Several existing heritage trees
q_.
protected in place
1� • i
Ali
l'
MASTER PLAN - - -
FRISBIE PARK EXPANSION , `
CO RENDERING "
DOGG PARK
RK►r pRIS91E PARK
my(w RIALTO
i
We have provided a few more examples of _ `•
renderings that were prepared by CWDG and utilized -
during the public outreach phases of the Frisbie
Park Renovation and Expansion project for the City
of Rialto. Frisbie Park Expansion-Construction Progress as of September 3, 2019
�� PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 11
fi ,, NOVEMBER 21,2019 '
Page 6
Client: CITY OF ONTARIO, CALIFORNIA
Services rendered CWDG,in the capacity as an On-Call Landscape Architecture consultant for the
within past 3 years City of Ontario, assisted the City in the community design process, conceptual
(since 2016): design for a Proposition 68 Grant Application.
CWDG Staffing: Project Principals: Tim Maloney and Scott Rice
Project Manager: Allison Rush
Contact: Tito Haes,Executive Director of Public Works
(909) 395-2625
thaes@ontarioca.gov
Reference Projects: Galanis Park-Prop 68 Grant Application submitted August 2019;
Celebration Park Amphitheatre Concept currently in progress.
UKXM
a -+- �eunnu
L a r.miww.rn
ww +a.n-.+cwmwcra
��: nan.xu r.mtua.rwv+c+Rta. av
aa.mx
R
o-ft
PRELIMINARY MASTER PLAN _ '4F.
GALANIS PARK
CITYOF OVTARIO
3
- x
,..... 74
CELEBRATION PARK SOUTH
CrrYOF O rAR10
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 12
NOVEMBER 21,2019 '
Page 7
Client: COUNTY OF SAN BERNARDINO, CALIFORNIA
Services rendered CWDG assisted the County in the community design process,conceptual design
within past 3 years and construction drawings (underway) for a new park project, including assistance
(since 2016): in the Proposition 68 Grant Application. Design includes a Dog Park.
CWDG Staffing: Project Principals: Tim Maloney
Project Manager: Scott Rice, Kay Kite
Contact: David Van Diest,Project Manager- Community Development and Housing Agency
(909) 387-4331
david.vandiest@cdh.sbcounty.gov
Reference Project: Ayala Park-Prop 68 Grant Application submitted August 2019
i
3
_ r
PRELIMINARY MASTER PLAN _
AYALA PARKI. _—
COUNTY OF SAN BERNARDINO-COMMUNITY DEVELOPMENT&HOUSING AGENCY
M
s
w S
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA - 13
�1 NOVEMBER 21,2019 �'
Page 8
Client: JURUPA AREA RECREATION & PARK DISTRICT (JARPD)
Services rendered CWDG served as prime consultant for various park design and renovation
within past 3 years projects throughout the District. CWDG also has provided all Landscape Plan
(since 2016): Check and Inspection Services for the District continuously since 2015.
CWDG Staffing: Project Principals: Tim Maloney and Scott Rice
Project Managers: Scott Rice, Kay Kite,Allison Rush
Contact: Colby Diuguid, General Manager
(951) 361-2090
colby@jarpd.org
Reference Projects: Various Playground Renovation Projects-$1 million (Completed 2017-2018)
Veterans Park Renovation and Splash Pad-$ 1 million (Opened October 2018)
Horseshoe Lake Park Improvements-$3 million (Construction begins Summer 2019)
Horseshoe Lake Park
Notable Features:
Entire park utilizes solar power
�eM for lighting and irrigation control
Balanced grading on-site (no
import or export)
Existing vernal pools protected
in place
Pervious paving used for walking
. �,.w iW�ui p� � PRELIMINARY MASTER PLAN aths
HORSESHOE LAKE PARK
JU RUPA AREA RECREATION$PARK DISTRICT
S y
■
7 ,
I
CWDG and JARPD met on-site with residents surrounding the park site, to physically identify
locations of all proposed features.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 14
NOVEMBER 21,2019 Te
Page 119
Client: CITY OF BEVERLY HILLS, CALIFORNIA
Services rendered: CWDG served as prime consultant for various park design and renovation
projects throughout the City.
CWDG Staffing: Project Principals: Tim Maloney
Project Managers: Scott Rice, Kay Kite
Contact: Mandana Motahari, City Architect
(310) 288-2866
mmotahari@beverlyhills.org
Reference Projects: Hamel Mini-Park (below- renovation)
Beverly Gardens Park (renovation)
Roxbury Park (renovation)
La Cienega Park (renovation)
Will Rogers Park (renovation)
I �. � r� .•si.'_
I
ry We have worked with CWDG for
over 30 years on a variety of park
projects. We enjoy working wth
" their leadership team and have
found them to be efficient and
timely In their responses.
Mitch Adkison,VP
:�" y • ." Adkan Engineers
madkison@adkan.com
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 15
_ J foo
NOVEMBER 21,2019Pagep'
QUALITY ASSURANCE AND QUALITY CONTROL
To assist in the development of accurate plans, specifications and "buildable" projects, we are pleased
to have Principal Landscape Architect/ Company Founder Tim Maloney assist and provide Quality
Assurance and Quality Control for our team. Tim has overseen the design and implementation of well
over$250 million in park construction over the course of his career.His"inside Design/Build"knowledge
of the construction industry will be very valuable to the City and our team. His knowledge of putting
Public Works bids together will be invaluable. His knowledge of the construction industry with his hands
on approach and knowledge of working years in the field on construction projects will assure that the
designs are Value Engineered from day one.
In addition to reviewing our plans and construction cost estimates, Tim will also act as a second set of
independent review of our plans and specifications. He will cross check our plans and cost estimates with
his "on-site construction" numbers and also with our latest recent bid results.
PROJECT SCHEDULE - PARK PLANNING
We understand that the City needs to deliver a finished Dog Park prior to December 2021, and that final
design plans will need to be completed within 4-6 months of contract award. Our team has the capability
and track record to expedite this project within those time frames.
Here are a couple of examples:
BAGDOUMA PARK EXPANSION- City of Coachella: $6 million of park improvements:
Start of CD's:June 2012 /Plans approved: August 2012/Start of Construction: October 2012
GOETZ PARK,PHASE II- City of Perris: $2 million of park improvements:
Start of CD's:July 2019/Plans approved: November 2019/Start of Construction:January 2020
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 16
fi NOVEMBER 21,2019 '
Page 1
f
r
Ron
villain allJOIN
r�
p
Iloilo !NI
Of �
Oil i
�. :G
THIRD-PAtZTYI
RACTOR
'•'• •' �• '�' • • lie
THIRD-PARTY/ SUBCONTRACTORS:
Since the Rancho Cucamonga Dog Park project is located within 22 miles of our office, we will be able to
work with our "home team" of subconsultants, as listed below:
SURVEYING/CIVIL ENGINEERING: Adkan Engineers,Riverside, CA;Mitch Adkison,PE,PLS
Adkan Engineers will be involved in the topographic surveying,utility coordination,civil engineering design,
SWPPP/ WQMP preparation for this project. Adkan has partnered with CWDG for numerous park design
projects, including:
1) Frisbie Park Expansion and Joe Sampson Park in Rialto; Contact Hector Gonzalez,Principal
Engineer, City of Rialto Public Works-(909)421-4986
2) Mercado Park and Goetz Park,Phase II;San Jacinto River Trail;Perris Valley Storm Drain Channel
Trail; Contact Sabrina Chavez,Director of Community Services, City of Perris - (951)442-5115
3) Eastvale Community Park,Phase I and Harada Heritage Park(multiple phases); Contact Rafael
Gonzalez,Park and Recreation Manager,Jurupa Community Services District(951) 727-3524
ELECTRICAL ENGINEERING: RASC Engineering,Rancho Cucamonga, CA:Joe Rogowicz,PE
RASC Engineers will be involved in the lighting design and electrical engineering for this project. RASC has
partnered with CWDG for numerous park design projects, including:
1) Frisbie Park Expansion and Joe Sampson Park in Rialto; Contact Hector Gonzalez,Principal
Engineer, City of Rialto Public Works-(909)421-4986
2) Goetz Park,Phase II; Contact Sabrina Chavez,Director of Community Services, City of Perris-
(951)442-5115
3) Kennedy Park Renovation in Pomona; Contact Matt Pilarz,Acting City Engineer, City of Pomona -
(909) 620-3652
GEOTECHNICAL ENGINEERING: Geocon West,Redlands, CA: Lisa Battiato, CEG
Geocon West will be involved in the geotechnical engineering for this project. Geocon has partnered with
CWDG for numerous park design projects, including(see next page):
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA
NOVEMBER 21,2019
Page 3
1) Rancho Mirage Dog Park; Contact Jesse Eckenroth,Public Works Director(760) 770-3224
2) Cypress Sports Park: Contact Nick Mangkalakiri,Assistant City Engineer(714)229-6729
3) Phillips Paw Park in Pomona; Contact Matt Pilarz,Acting City Engineer, City of Pomona-
(909) 620-3652
STRUCTURAL ENGINEERING: Innovative Structural Engineers,Temecula, CA;Shane Lothrop,PE
Innovative Structural Engineers (ISE) will be involved in the structural details and calculations for this
project. ISE has partnered with CWDG for numerous park design projects, including:
1) Frisbie Park Expansion and Margaret Todd Park in Rialto; Contact Hector Gonzalez,Principal
Engineer, City of Rialto Public Works-(909)421-4986
2) Goetz Park,Phase II and San Jacinto River Trail in Perris; Contact Sabrina Chavez,Director of
Community Services, City of Perris - (951)442-5115
3) Horseshoe Lake Park; Contact Colby Diuguid, General Manager,Jurupa Area Recreation and Park
District(951)361-2090
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA - 19
NOVEMBER 21,2019 ` 1
Page 4
♦ •
A
- i
i
k
I
r j
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA Zp
NOVEMBER 21,2019 '
Page 5
ORGANIZATION CHART
r
RANCHO
CUCAMONGA
PRIMARY CONTACT
• =ASLA,LEED AP,CASp INFORMATION:
PRINCIPAL-PROJECT COORDINATOR
f Landscape Architect,#5111(CA),#2645(NY) Scott Rice,Vice President
18 Years Landscape Architectural Experience scott CI cwdg.fun
Has Designed Over 100 Parks (951) 369-0700
ALLISON RUSH ASLA TIM MALONEY ASLA,CPRS
SENIOR PROJECT MANAGER 4 PRINCIPAL- QUALITY CONTROL/
Landscape Architect,#6378(CA) ` QUALITY ASSURANCE
Landscape Architect,#2110(CA),#385(NV)
40 Years Landscape Architectural Experience
SUPPORT STAFF:
KAY KITE CID,CLIA,R:R ]
Bud Fish-Civil Engineer IRRIGATION DESIGNE
r, ';;
Benjamin Perez-Landscape Designer Certified Irrigation Desig
Cindy Ingram-Clerical Support Certified Landscape Irriga
20 Years Irrigation Design
LOCALLY-BASED
SUBCONSULTANTS
(as needed):
LAND SURVEYING
GEOTECHNICAL ENGINEERING
STRUCTURAL ENGINEERING
ELECTRICAL ENGINEERING /
ETC.
TEAM INFORMATION
Scott Rice will serve as the Project Principal and Allison Rush will be the Senior Project Manager
assigned to work with the team. Kay Kite will handle all Irrigation portions of the project. Tim
Maloney will be providing all Quality Assurance and Quality Control. CWDG will not replace any of
the above-listed key team members without prior consultation with the City of Rancho Cucamonga.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 21
NOVEMBER 21,2019
Page 6
RESUMES
Note:All individuals listed below were actively involved in ALL reference projects included within this
Statement of Qualifications. We are a true TEAM, in every sense of the word.
TIMOTHY I. MALONEY ASLA,CPRS YEARS WITH COMPANY: 34
PRESIDENT/PRINCIPAL
B.S.,Landscape Architecture,California Polytechnic State University at San Luis Obispo
Licensed Landscape Architect,State of California,#2110
Mr. Tim Maloney is the President and Founder of Community Works Design Group (34 years with
firm). Graduating with Honors from Cal Poly, San Luis Obispo, he holds a Bachelor of Science Degree
in Landscape Architecture. He is a member of the American Society of Landscape Architects (ASLA),
California Park and Recreation Society (CPRS), and the Southern California Turfgrass Council.
Prior to entry into the private sector of the profession, Tim was Assistant Landscape Architect for the
City of San Luis Obispo.His varied responsibilities with the City included park design,streetscene design,
consultation for the Architectural Review Board and City/consultant liaison.
The firm's philosophy, "We will exceed your needs," is accomplished by his hands-on approach to each
project. As President of the firm,Tim maintains a strong role in the overall coordination of each project.
He stresses physical and economical feasibility of the total project, through careful supervision and
production coordination from initial design phases through construction implementation.
SCOTT J. RICE ASLA,LEED AP,CASp YEARS WITH COMPANY: 17
VICE PRESIDENT/PRINCIPAL
B.S.,Landscape Architecture,California State Polytechnic University at Pomona
Licensed Landscape Architect,State of California,#5111,State of New York#2645
Certified Access Specialist CASp-709
Mr. Scott Rice is a Principal with Community Works Design Group. Scott graduated with Honors from
Cal Poly Pomona, with a Bachelor of Science Degree in Landscape Architecture. He is a full member of
the American Society of Landscape Architects (ASLA). Scott is a LEED Accredited Professional, and is
one of only three Licensed Landscape Architects holding CASp (Certified Access Specialist) certification.
He currently serves as the City Landscape Architect for the City of Highland,and has served continuously
in that role since 2005. Scott is in charge of CWDG's in-house quality control/quality assurance process.
In addition to his 17 year tenure with CWDG,Scott has also managed the design division of a nationally-
recognized design-build firm, specializing in action sport facilities.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 22
fiR; , NOVEMBER 21,2019 '
Page 7
ALLISON RUSH, ASLA YEARS WITH COMPANY: 6
SENIOR PROJECT MANAGER
Bachelor of Arts,The Pennsylvania State University
Master of Landscape Architecture,Temple University
Licensed Landscape Architect,State of California,#6378
Ms. Allison Rush is a Project Manager with Community
Works Design Group, with East Coast roots. Allison
earned her Bachelor's degree in Human Geography from �_ � ;
Penn State, and her Master of Landscape Architecture .- .._�
degree from Temple University.
Allison's education focused on the means and methods
of interaction between people and public spaces. She
excels at understanding how best to configure and
optimize outdoor spaces for the health and enjoyment
of users of all ages and abilities.Allison also has a strong
grasp of designing with various digital media techniques, -
including CAD, 3-d modeling and photo simulation.
With her education and skills, Allison has been integral
in our team's efforts of conveying and shaping ideas for
many important projects throughout California.
Shown above are a couple of examples of our 3-d
renderings,prepared for the City of Rialto. Top:Frisbie Park
KAY C. KITE CID,CLIA Expansion;Bottom:Joe Sampson Park.
IRRIGATION SPECIALIST/PROJECT MANAGER YEARS WITH COMPANY: 21
Bachelor of Arts,California State University at San Bernardino
Master of Landscape Architecture (in progress);Cal Poly Pomona (estimated completion:Spring 2020)
CID/CLIA Irrigation Association#006190
Ms. Kay Kite is an Irrigation Specialist with Community Works Design Group. Kay graduated from
California State University in San Bernardino, Cum Laude, earning a Bachelor of Arts degree. Kay has
been with CWDG for 20 years. She will be providing services in Irrigation Design and Water Auditing.
Kay draws from over ten years of practical and theoretical irrigation training in order to design systems
for projects, ranging from small pocket parks to one hundred and twenty acre sports parks. Not limited
to irrigation systems, Kay has over nine years of experience in a variety of landscape design projects
including various parks, Multi-family Housing, Planned Residential Communities, Urban Streetscapes,
and other private/commercial ventures.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 23
NOVEMBER 21,2019
Page 8
•■.._ �Y��1�1 i�i -=:;xlrif t•►IutnE �r s, rl•r . ..,.f -�_
ywmtilj..' '4y '1...l.l ItViT W!! 1•r +.. f.
PRE OS L
PONSE
i
• 1 • •Rdt
SCOPE OF WORK
TASK 1- DESIGN DEVELOPMENT
Since the City has already reached a working conceptual plan with full Community input, we
will begin our scope at Design Development,then will continue into Construction Drawings,and
Bidding/Construction support services.
1. We will work with the City Staff using the approved Master Plan for the dog park, to
advance and prepare final design documents. These plans will begin to define the exact
size, quality and method of construction of the master plan. Plans will be 24" x 36"
format in AutoCAD 2015 or newer format, at 20 scale.
2. We will secure a topographic survey of the park site.All existing and proposed grades,
drainage systems, soft and hard elevations,pad elevations, ADA access from adjacent
walks and throughout the project areas,property lines,easements,boundaries,etc.will
be indicated.Previously prepared geotechnical and percolation borings and reports for
the site will be utilized for grading specifications, pavement sections, over excavation
requirements for structures and footings/foundation design.
3. The grading and paving plans will reflect all soft and hard paving,parking lot,flatwork,
drainage devices, utility services, landscape areas, erosion control devices, curbs,
gutters, fencing and walks and pad design. The grading plan will be in compliance
with NPDES permitting requirements. An erosion control plan and WQMP will be
provided as part of the grading submittal.
4. CWDG will coordinate the site amenity details with the manufacturers, such as shade
covers and restroom building. All Utility connections will be included.
5. All site furnishings and amenities to be incorporated into each park will be provided
to the City to review in a booklet format. We want to assure that all site furnishings
comply with the City's current inventory and/or will be acceptable to the City for post
construction ownership and maintenance purposes.
6. The irrigation plans will be prepared by our in-house Certified Irrigation Design team.
We will review with City Staff all proposed equipment to be incorporated into the
design of the irrigation system.
7. Schematic Planting Plans with all necessary photo and plant descriptions will be
provided. Plant suitability, maintainability, drought resistance, and reliability will be
primary concerns.
8. All of the design teams plans will be reviewed with the City Staff (all departments
required) on a regular basis.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 25
, , NOVEMBER 21,2019
Page 0
9. Continuous construction and maintenance cost estimate updates from CWDG will be
presented as required.
10. We will attend all meetings with City staff and project stakeholders and lead all
presentations as required during this phase of the project.
TASK 1 -DESIGN DEVELOPMENT PHASE- DELIVERABLES
• PDF copies of all documents
• Regular e-mail progress updates and ongoing coordination
documentation
• 6 sets hard copies of each submittal (65%level)
• Documentation of QA/QC Plan Implementation
• Preliminary Cost Estimates (updated throughout project)
• 50% Draft Technical Specifications (Word)
NMI
--
L
�tj' r ,r_•�r
Mercado Park is a fine example of recent teaming efforts
between our firm and the City of Perris.Statewide Park Program
Grant Winner, CPRS Award of Excellence in Park Planning
Winner
Aft PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 26
NOVEMBER 21,2019 '
Page 1
TASK 2 - CONSTRUCTION DOCUMENTS
Upon receipt of approval of the Design Development portion, we will continue preparation of
the Construction Documents. The plans will continue the concepts of low maintenance, vandal
resistance, attractive and practical design solutions.
1. CIVIL ENGINEERING PLANS: Our locally-based civil engineering consultant will
prepare and process a fine grading plan for construction of finished grading, horizontal
control,water plans,bio-swales and dust control plans. Cut and Fill earthwork calculations
will be prepared at the 50% point and again at the 80% submittal. The plans will be at
a scale of 1"=20' and indicate detail finish grading, Particular emphasis will be placed
on ADA access into and within the park and will be designed with City input. Various
options will be explored and refined into the construction document details.
The Civil Engineer will prepare a Storm Water Pollution Prevention Plan (SWPPP). A
SWPPP will need to be prepared and submitted to the Regional Water Quality Control
Board. The SWPPP Manual will be prepared in accordance with the National Pollution
Discharge Elimination System (NPDES) guidelines.The SWPPP Manual will be developed
and certified by a Qualified SWPPP Developer(QSD).It is assumed that the client and/or the
Contractor will retain an on-site Qualified SWPPP Practitioner (QSP) for implementation
and monitoring of the SWPPP Manual, including all effluent sampling and reporting.
Upon completion of the preparation of the SWPPP Manual,a digital pdf will be provided
to the client and Legally Responsible Person (LRP). One (1) hard copy of the SWPPP will
be provided to be kept on-site during construction. This category does not include any
City fees associated with submittal. Once the SWPPP is uploaded,approved,and fees have
been paid, a Notice of Intent (NOI) will be issued and forwarded to the Client for their
records.Mitigation options for reducing erosion will be shown on an erosion control plan,
or on the precise grading plan.
2. CONSTRUCTION DRAWINGS: Construction Drawings will include site plans and
details (will locate by dimensioning all project elements as approved in the Final Master
Plan - potentially including picnic structures, shade shelters, fencing, all ADA access
including access to park, parking lot, site furnishings). Plans will identify recommended
suppliers and products, with emphasis given to local sources, sustainable concepts,
recycled/recyclable materials, and durability of products.
3. IRRIGATION PLANS: We will prepare complete irrigation plans. All elements of the
system will be designed to carry optimal amounts of water to irrigate the affected sites.
Full detailing of all equipment will be included. Vandal resistance,durability,serviceability,
reliability, water conservation, reclaimed water options, efficiency and, most importantly,
consistency with City standards will be our primary concerns.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 27
( , NOVEMBER 21,2019
Page 2
TASK 2 - CONSTRUCTION DOCUMENTS-continued
4. PLANTING PLANS: Complete Planting Plans with all necessary details will be provided.
Native and naturally sustainable species will be of primary importance in the plant
selection process. Planting options for students and the community will be included.
5. ELECTRICAL: Complete Electrical Plans with all necessary details will be provided.
We will be evaluating all existing systems and incorporate all of the latest technologies
including solar, low voltage, LED systems to produce the most efficient and long term
solutions for the City.
6. SPECIFICATIONS: Specifications detailing materials and workmanship for all of the
above items will be provided as required.
7. COST ESTIMATES: Final estimates of probable construction and maintenance costs will
be prepared with CWDG providing regular value engineering recommendations.
8. DOCUMENT PROCESSING: We will submit the documents for City and various Utility
approvals. We will review documents and make all necessary corrections.
9. MEETINGS:We will attend all meetings with City staff and project stakeholders and lead
all presentations as required during this phase of the project.
10. FINAL DOCUMENTS: After final approval, 24" x 36" mylars shall be submitted to the
City along with a hard copy and an electronic copy of the plans and specifications for
bidding purposes.
TASK 2- CONSTRUCTION DOCUMENT PHASE-DELIVERABLES
• PDF copies of all documents
• Regular e-mail progress updates and ongoing coordination
documentation
• 6 sets hard copies of each submittal (90% and 100%level)
• Documentation of QA/QC Plan Implementation
• Preliminary Cost Estimates (updated throughout project)
• 90% Draft plans, estimates and technical Specifications; 100% Final Techni
cal plans, specifications and estimates.
• Spreadsheet identifying community volunteer opportunities
• CAD files of all pertinent drawings
• Construction Reference File (For Construction Inspector)
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 28
( , NOVEMBER 21,2019
Page 3
TASK 3 - BIDDING/ CONSTRUCTION PHASE
1. When the project goes out for competitive bidding,we will assist the City in the bid process,
distributing bid packages, noting direction given to contractors, respond to Requests
for Information and other questions asked. We will provide follow-up clarifications or
addendum items for all electronic bids.
2. We will attend and chair the pre-bid meeting and provide written minutes and follow up
information as required. We will assist the City in obtaining and evaluating bids for the
project as required.
3. We will assist the City with construction administration assistance for specialty areas where
specific technical expertise is required in determining conformance to design concepts and
approved plans and specifications.
4 We will participate in twice monthly construction meetings. Based on our observations
at the site and on the contractor's application for payment, we will assist in determining
the amount owed to the contractor. We will review job drawings,as-builts,RFI's samples
and other submissions of the contractor for conformance with the design of the project
and for compliance with the information given in the conformance contract documents,
for the project.
5 We will review change orders and submittals for approval and issuance by the City. We will
respond to requests for information from the contractor,issue field bulletins and requests
for quotations.
6 We will review as-builts and assist in the reproduction of the as-built information on disc,
for the project.
TASK 3 -BIDDING/CONSTRUCTION PHASE-DELIVERABLES
• PDF copies of all documents (field reports,etc.)
• Preparation of Architect's Supplemental Instructions (ASI) as needed.
• Prepare as-built/record drawings
• CAD files of all pertinent drawings
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019): ►
CITY OF RANCHO CUCAMONGA
29
NOVEMBER 21,2019
Page 4
_ ..r
rY •'L'-
'
I r _' k, ti , ..,yti'�4•• �'�' •'+',{ • _i 'mot � �
I
.. ... . I ��• 'fir•
■ i � -
4
ti
Fb
REQUIRED EXHIBITS
-•-• alas1 . • 1 1 •
� _I
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"EXHIBIT A"CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT
It is the policy of the City of Rancho Cucamonga to prevent personal or organizational conflict of interest, or the
appearance of such conflict of interest, in the award and administration of City Contracts, including, but not
limited to Contracts for Professional Services Agreements ("PSA") with potential Consultants.
I do not have specific knowledge of confidential information regarding RFP responses received in response to
the Request for Proposal ("RFP")#19/20-019 for Dog Park Consulting Design Services.
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.
Scott Rice (Print Name)
Prospective Consultant (Relationship to the City)
Prime Consultant (Relationship to the Consultants)
(Signature)
Novem r 21, 2019 (Date)
Must be included in final RFP submittal.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 31
NOVEMBER 21,2019 '
Page 6
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"EXHIBIT B" PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY
Mark the appropriate choice, below:
N Consultants accepts the PSA without exception.
OR
Consultants 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 Consultants' 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.
G)W-
Signature
Scott Rice
Printed Name
Vice President
Title
November 21,2019
Date
Must be included in final RFP submittal.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 32
NOVEMBER 21,2019 '
Page 7
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"EXHIBIT C"ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED
I, Scott Rice the Vice President
(President, Secretary, Manager, Owner or Representative)
of Community Works Design Group , 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") #19/20-018 for
Request for Proposal ("RFP") #19/20-019 for Dog Park Consulting Design Services have been read and
understood and that our Consultants is able to provide and maintain the coverage as specified in the PSA.
Failure to provide said coverage, upon request to finalize the PSA prior to award shall be enough cause for
immediate disqualification of award. Failure to maintain said coverage shall result in termination of the
contract.
Signature
Scott Rice
Printed Name
Vice President
Title
November 21, 2019
Date
Must be included in final RFP submittal.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 33
{;'?:;„�;;., NOVEMBER 21,2019 '
Page 8
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"EXHIBIT D"ADDENDUM ACKNOWLEDGEMENT
The Consultants hereby acknowledges the following Addenda Number(s)to this RFP have been received, if any.
Consultants understands failure to acknowledge any addenda issued may cause the RFP response to be
considered non-responsive. It is the Consultants' responsibility to log into the Bid System to identify and
download the number of addenda that have been posted.
001 -Posted 11/12/19
Signature
Scott Rice
Printed Name
Vice President
Title
November 21,2019
Date
Must be included in final RFP submittal.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 34
NOVEMBER 21,2019
Page 9
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither Community Works Design Group (Consultant) 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 Consultant nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Consultants or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state or federal government entity, or if Consultants or any of its subcontractors
subsequently become delinquent in California taxes, our Proposal will be disqualified.
Signatur
Scott Rice
Printed Name
Vice President
Title
November 21,2019
Date
Must be included in final RFP submittal.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA fk
35
NOVEMBER 21,2019 Page 1
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"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
60 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 of Rancho Cucamonga 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 Consultants.
Successful Consultants will extend prices as proposed herein to other governmental agencies, please
specify.
YES X NO
Must be included in final RFP submittal.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA __ 36
NOVEMBER 21,2019 '
Page 1 1
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"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 CONSULTANT 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:
Community Works Design Group,LLC (Street,Su.#city,State,zip)
4649 Brockton Avenue
Riverside, CA 92506
Telephone#:
(951) 369-0700
Fax#:
(951) 369-4039
E-mail address: Web Address:
scott@cwdg.fun www cwdg.fun
Authorized Representative:(print) Title:
Scott Rice Vice President
Signature: Date:
A� I November 21,2019
Must be included in final RFP submittal.
ZPROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 37
NOVEMBER 21,2019 Page '
1 2
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"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.
Referenc
Company Name City of Rialto
Contact Name and Title Mr. Perry Brents,Director of Community Services
Company Address 214 N. Palm Avenue,Rialto, CA 92376
Contact Telephone Number (909) 820-8035
Contact Email
pbrents@rialtoca.gov
Description of Comparative Services and Frisbie Park Expansion,including Dog Park
Project Cost(please be specific) $15,800,000 overall/$650,000 for Dog Park
Reference 2
Company Name City of Rancho Mirage
Contact Name and Title
Mr.Jesse Eckenroth,Public Works Director
Company Address 69-825 Highway 111,Rancho Mirage, CA 92270
Contact Telephone Number (760) 770-3224
Contact Email jessee@RanchoMirageCA.gov
Description of Comparative Services and Rancho Mirage Dog Park'
Project Cost(please be specific) $1,700,000 for new Dog Park within new park site
2017 CPRS Award of Excellence in Park Planning Winner- Specialty Class 1
Aft PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 38
, , NOVEMBER 21,2019
Page 1 3
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
Company Name
City of Pomona
Contact Name and Title Mr. Matt Pilarz,Acting City Engineer
Company Address
505 Garey Avenue,Pomona, CA 91766
Contact Telephone Number
(909) 620-3652
Contact Email
Matt_Pilarz@ci.pomona.ca.us
Description of Comparative Services and Phillips Paw Park
Project Cost(please be specific)
$385,000 for Dog Park in existing park site
e erence 4
Company Name Jurupa Community Services District (JCSD Parks)
Contact Name and Title Mr. Rafael Gonzalez,Park and Recreation Manager
Company Address 13820 Schleisman Road,Eastvale, CA 92880
Contact Telephone Number (909) 727-3524
Contact Email
rpgonzalez@jcsd.us
Description of Comparative Services and ADA Transition Plan for Parks System (2019)
Project Cost(please be specific) Including analysis of multiple dog parks
designed by our firm at the following
locations:
• Harada Heritage Park ($450,000 for Dog
Park/$15,000,000 for overall park)
• American Heroes Park ($500,000 for Dog
Park/$9,500,000 for overall park)
• Dairyland Park ($650,000 for Dog Park/
$6,250,00 for overall park)
Aft PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 39
fit, NOVEMBER 21,2019
Page 1 4
77t
•L
M
J
1
IL
know -
z�
REQUIRED EXHIBITS
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019): r
CITY OF RANCHO CUCAMONGA
30
NOVEMBER 21,2019
Page 1 5
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"EXHIBIT A"CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT
It is the policy of the City of Rancho Cucamonga to prevent personal or organizational conflict of interest, or the
appearance of such conflict of interest, in the award and administration of City Contracts, including, but not
limited to Contracts for Professional Services Agreements ("PSA") with potential Consultants.
I do not have specific knowledge of confidential information regarding RFP responses received in response to
the Request for Proposal ("RFP")#19/20-019 for Dog Park Consulting Design Services.
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.
Scott Rice (Print Name)
Prospective Consultant (Relationship to the City)
Prime Consultant (Relationship to the Consultants)
(Signature)
Novem r 21, 2019 (Date)
Must be included in final RFP submittal.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA __ 31
NOVEMBER 21,2019 '
Page 1 6
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"EXHIBIT B" PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY
Mark the appropriate choice, below:
N Consultants accepts the PSA without exception.
OR
Consultants 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 Consultants' 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.
G)W-
Signature
Scott Rice
Printed Name
Vice President
Title
November 21,2019
Date
Must be included in final RFP submittal.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA __ 32
NOVEMBER 21,2019 '
Page 1 7
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"EXHIBIT C"ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO
PROVIDE AND MAINTAIN COVERAGES SPECIFIED
I, Scott Rice the Vice President
(President, Secretary, Manager, Owner or Representative)
of Community Works Design Group , 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") #19/20-018 for
Request for Proposal ("RFP") #19/20-019 for Dog Park Consulting Design Services have been read and
understood and that our Consultants is able to provide and maintain the coverage as specified in the PSA.
Failure to provide said coverage, upon request to finalize the PSA prior to award shall be enough cause for
immediate disqualification of award. Failure to maintain said coverage shall result in termination of the
contract.
Signature
Scott Rice
Printed Name
Vice President
Title
November 21, 2019
Date
Must be included in final RFP submittal.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA __ 33
{;'?;:„�;;., NOVEMBER 21,2019 '
Page 1 8
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"EXHIBIT D"ADDENDUM ACKNOWLEDGEMENT
The Consultants hereby acknowledges the following Addenda Number(s)to this RFP have been received, if any.
Consultants understands failure to acknowledge any addenda issued may cause the RFP response to be
considered non-responsive. It is the Consultants' responsibility to log into the Bid System to identify and
download the number of addenda that have been posted.
001 -Posted 11/12/19
Signature
Scott Rice
Printed Name
Vice President
Title
November 21,2019
Date
Must be included in final RFP submittal.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA __ 34
NOVEMBER 21,2019 ' �,
Page 1 9
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM
I certify that neither Community Works Design Group (Consultant) 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 Consultant nor any of its proposed
subcontractors are tax delinquent with the State of California.
I acknowledge that if Consultants or any of its subcontractors subsequently are placed under suspension or
debarment by a local, state or federal government entity, or if Consultants or any of its subcontractors
subsequently become delinquent in California taxes, our Proposal will be disqualified.
Signatur
Scott Rice
Printed Name
Vice President
Title
November 21,2019
Date
Must be included in final RFP submittal.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA fk
35
NOVEMBER 21,2019 Page 1
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"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
60 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 of Rancho Cucamonga 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 Consultants.
Successful Consultants will extend prices as proposed herein to other governmental agencies, please
specify.
YES X NO
Must be included in final RFP submittal.
PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA __ 36
NOVEMBER 21,2019 '
Page 1 1
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"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 CONSULTANT 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:
Community Works Design Group,LLC (Street,Su.#city,State,zip)
4649 Brockton Avenue
Riverside, CA 92506
Telephone#:
(951) 369-0700
Fax#:
(951) 369-4039
E-mail address: Web Address:
scott@cwdg.fun www cwdg.fun
Authorized Representative:(print) Title:
Scott Rice Vice President
Signature: Date:
A� I November 21,2019
Must be included in final RFP submittal.
ZPROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 37
NOVEMBER 21,2019 '
Page 1 2
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
"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.
Referenc
Company Name City of Rialto
Contact Name and Title Mr. Perry Brents,Director of Community Services
Company Address 214 N. Palm Avenue,Rialto, CA 92376
Contact Telephone Number (909) 820-8035
Contact Email
pbrents@rialtoca.gov
Description of Comparative Services and Frisbie Park Expansion,including Dog Park
Project Cost(please be specific) $15,800,000 overall/$650,000 for Dog Park
Reference 2
Company Name City of Rancho Mirage
Contact Name and Title
Mr.Jesse Eckenroth,Public Works Director
Company Address 69-825 Highway 111,Rancho Mirage, CA 92270
Contact Telephone Number (760) 770-3224
Contact Email jessee@RanchoMirageCA.gov
Description of Comparative Services and Rancho Mirage Dog Park'
Project Cost(please be specific) $1,700,000 for new Dog Park within new park site
2017 CPRS Award of Excellence in Park Planning Winner- Specialty Class 1
Aft PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 38
, , NOVEMBER 21,2019
Page 1 3
City of Rancho Cucamonga
Request for Proposal("RFP")#19/20-019
for
Dog Park Consulting Design Services
Company Name
City of Pomona
Contact Name and Title Mr. Matt Pilarz,Acting City Engineer
Company Address
505 Garey Avenue,Pomona, CA 91766
Contact Telephone Number
(909) 620-3652
Contact Email
Matt_Pilarz@ci.pomona.ca.us
Description of Comparative Services and Phillips Paw Park
Project Cost(please be specific)
$385,000 for Dog Park in existing park site
e erence 4
Company Name Jurupa Community Services District (JCSD Parks)
Contact Name and Title Mr. Rafael Gonzalez,Park and Recreation Manager
Company Address 13820 Schleisman Road,Eastvale, CA 92880
Contact Telephone Number (909) 727-3524
Contact Email
rpgonzalez@jcsd.us
Description of Comparative Services and ADA Transition Plan for Parks System (2019)
Project Cost(please be specific) Including analysis of multiple dog parks
designed by our firm at the following
locations:
• Harada Heritage Park ($450,000 for Dog
Park/$15,000,000 for overall park)
• American Heroes Park ($500,000 for Dog
Park/$9,500,000 for overall park)
• Dairyland Park ($650,000 for Dog Park/
$6,250,00 for overall park)
Aft PROPOSAL FOR DOG PARK CONSULTING SERVICES(RFP#19/20-019):
CITY OF RANCHO CUCAMONGA 39
Imo,, NOVEMBER 21,2019 W
Page 1 4
EXHIBIT B
SCHEDULE OF PERFORMANCE
Not Applicable
PSA with professional liability insurance(Design) Page 16
Last Revised:01/1112018
Page 115
0(is. 0. k- CITY OF RANCHO CUCAMONGA
DATE: March 18, 2020
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Anne McIntosh, AICP, Planning Director
David F. Eoff IV, Senior Planner
Ruth Cain, CPPB, Procurement Manager
SUBJECT: CONSIDERATION TO APPROVE A CONTRACT WITH COMMUNITY
WORKS DESIGN GROUP FOR A TOTAL AMOUNT NOT TO EXCEED
$223,235.00 FOR DESIGN SERVICES FOR THE CENTRAL PARK DOG
PARK TO BE INITIALLY FUNDED FROM COMMUNITY SERVICES CAPITAL
PROJECTS (1274401-565012022274-0) AND REIMBURSED THROUGH A
GRANT FROM THE STATE OF CALIFORNIA, ADMINISTERED BY OFFICE
OF GRANTS AND LOCAL SERVICES (OGALS)
RECOMMENDATION:
Staff recommends that City Council approve and execute a contract with Community Works Design Group
for contract design services for the Central Park Dog Park.
BACKGROUND:
In 2017 the Rancho Cucamonga City Council approved efforts for a Central Park Master Plan Update. The
update was designed to create a vision for the remaining park space and identify smaller, buildable
sections comprised of financially responsible amenities. These smaller sections, roughly 3 to 10 acres in
size, would establish a framework for a comprehensive community-inspired vision that could be
implemented when funding becomes available. One of the notable changes that occurred with the master
plan update was the inclusion of a new dog park. During the community outreach and public input process,
the dog park was identified as a high priority by the residents and emerged as one of the top "passive
facilities" for Central Park. The result was a 4.4-acre site on the Central Park phasing plan designated for
a new dog park facility.
In 2019, the City was awarded a grant in the amount of $3 million dollars from the State of California as
part of the 2019-2020 State budget. The funding was specifically requested for the dog park because it is
one of the smaller segments of the overall master plan, and many of the dog park components will be
useful for future improvements to Central Park. The dog park also gained high interest from the community,
which expressed a desire for a centrally located dog park that could effectively serve more residents.
The State Department of Parks and Recreation and the Office of Grants and Local Services (OGALS) is
responsible overseeing the grant administration. On October 2, 2019, the City Council adopted Resolution
No. 19-086, approving the filing of all project applications associated with the specified grant funds and
entering into a contract with the State Department of Parks and Recreation. A copy of the Resolution has
been provided to OGALS for their records.
Attachment 2
Page 116
ANALYSIS:
A detailed scope of services was provided to the Procurement Division for the purposes of selecting a
consulting firm to work alongside City staff to provide design and construction document services for the
dog park project. A formal Request for Proposals ("RFP") #19/20-024 for Dog Park Consulting Design
Services was posted and advertised in Planet Bids. There were one thousand and forty-five (1045) notified
vendors, forty (40) prospective vendors downloaded or reviewed the proposal documentation and five (5)
responses were received with one (1) response being considered as non-responsive for an incomplete
submittal. An evaluation panel was formed, and the proposal responses were evaluated and rated in
accordance with the criteria identified in the RFP. All four (4) vendors were invited in to interview with the
evaluation panel. After review of the rating results from the interview process, staff found that the best
team to complete this effort was Community Works Design Group of Riverside, CA. Community Works
Design Group will be responsible for preparing full design drawings for the dog park and full construction
drawings that will be used for an ensuing RFP for construction services.
The grant performance period is from July 1, 2019 through June 30, 2022. The dog park project has a set
completion date to be operational by no later than December of 2021. The design and construction plans
are anticipated to be complete by August/September of this year, with construction beginning thereafter
around December 2020/January 2021.
FISCAL IMPACT:
The total up-front cost of the City for this contract with Community Works Design Group is in an amount
not to exceed $223,235.00. Staff requests an appropriation of$223,235.00 from the Community Services
Department Capital Project fund (1274401-5650)to fund the contract for Community Works Design Group.
Once the project is complete (fully constructed) and accepted by OGALS, the City will request
reimbursement for the overall cost of the dog park from the State through the specified grant funds. The
reimbursement will offset the cost associated with consultant design services, construction and
construction management services, among others, minimizing the fiscal impact to primarily staff time for
project management and processing, and future maintenance for the dog park.
COUNCIL GOAL(S) ADDRESSED:
The execution of this contract supports the Council's goal of contributing to active and healthy lifestyles
and providing attractive community service facilities that adequately meet the community's needs.
ATTACHMENTS:
Community Works Design Group Scope of Work
Page 117
CITY OF RANCHO CUCAMONGA
$l
DATE: March 3, 2021
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Lori Sassoon, Deputy City Manager, Administrative Services
Robert Neiuber, Human Resources Director
Lucy Alvarez-Nunez, Management Analyst
SUBJECT: Consideration to Adopt a Resolution Approving a Side Letter Agreement
Between the City of Rancho Cucamonga and Teamsters Local 1932.
(RESOLUTION NO. 2021-011) (CITY)
RECOMMENDATION:
Staff recommends that the City Council adopt the attached resolution approving a side letter
agreement between the City of Rancho Cucamonga and Teamsters Local 1932.
BACKGROUND:
The City Council previously approved a two-year Memorandum of Understanding (MOU) between
the City of Rancho Cucamonga and Teamsters Local 1932 (Teamsters), effective July 1, 2019 to
June 30, 2021.
In consideration of the current economic uncertainty caused by COVID-19, the Teamsters Local
1932 requested a one-year extension to the existing MOU. In February 2021, the City and
Teamsters met and conferred in good faith. The parties negotiated a side letter agreement for a
one-year extension to the current MOU. The parties also agreed to a healthcare reopener, if the
Teamsters can present a healthcare cost savings plan to both the City and its employees.
After meeting and conferring in good faith, the Teamsters voted to approve the negotiated terms.
ANALYSIS:
Staff recommends the City Council adopt the attached resolution approving the side letter
agreement between the City and Teamsters.
Upon approval of this side letter agreement by the City Council, the MOU effective date would be
July 1, 2019 to June 30, 2022. In addition, if the Teamsters can present a healthcare cost savings
plan to both the City and its employees, the City will meet with the Teamsters and its Medical
Trust Representative to discuss possible implementation of the Union Health Plan.
FISCAL IMPACT:
The negotiated one-year extension to the current MOU will not result in any fiscal impact.
Page 118
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
Working together cooperatively and respectfully with each other, staff, and all stakeholders.
The City is responsible for ensuring cooperative and respectful work relations with its employee
groups to preserve and nurture a sound and inclusive atmosphere for all stakeholders and to
further attract and retain an exceptional workforce.
ATTACHMENTS:
Attachment 1 — Resolution No. 2021-011
Attachment 2 - Side Letter Agreement
Page 2
Page 119
RESOLUTION NO. 2021-011
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
RANCHO CUCAMONGA, CALIFORNIA, APPROVING A SIDE
LETTER AGREEMENT BETWEEN THE CITY OF RANCHO
CUCAMONGA AND TEAMSTERS LOCAL 1932
WHEREAS, representatives of the City of Rancho Cucamonga (City) and Teamsters
Local 1932 have met and conferred pursuant to the provisions of the Meyers-Milias-Brown Act
(California Government Code §3500, et seq.)with regard to terms and conditions of employment;
and
WHEREAS, representatives of the City and Teamsters Local 1932 have agreed upon and
presented to this City Council a Side Letter Agreement (see attached Side Letter Agreement)that
Amends the Current Memorandum of Understanding effective July 1, 2019, to June 30, 2022,
related to adding an additional year to the MOU.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA
HEREBY RESOLVES that said Side Letter Agreement with the Executive Management Group is
hereby approved and the City Manager is hereby authorized to sign said Side Letter Agreement
on behalf of the City of Rancho Cucamonga, and the City Clerk to attest thereto.
PASSED, APPROVED, AND ADOPTED this day of 2021.
Attachment 1
Page 120
SIDE LETTER OF AGREEMENT
BETWEEN THE CITY OF RANCHO CUCAMONGA
AND TEAMSTERS LOCAL 1932
The City of Rancho Cucamonga ("City") and Teamsters Local 1932 (Union)
(collectively, the "Parties") entered into a Memorandum of Understanding ("MOU") that
commenced on July 1, 2019, and expires on June 30, 2021.
The Parties met and conferred in good faith in February of 2021. The Parties agreed to
extend the term of the current MOU for one year. The MOU will now expire on June 30,
2022.
In addition, the Parties have agreed that if the Union can present a cost savings plan to
both the City and its employees, then the City shall meet with the Union and its Medical
Trust Representative to discuss possible implementation of the Union health plan.
This Side Letter of Agreement shall be incorporated into the MOU. The MOU shall
remain in full force and effect except to the extent modified by this Side Letter of
Agreement. This Side Letter of Agreement shall not be effective until ratified by the
City Council and the membership of the Union.
For the City of Rancho Cucamonga: For the Teamsters Local 1932:
John Gillison Steve Cadena
City Manager Business Representative
Page 121
NONgq I �
DATE: March 3, 2021
TO: President and Members of the Board of Directors
FROM: John R. Gillison, City Manager
INITIATED BY: Ivan Rojer, Fire Chief
Mike McCliman, Deputy Fire Chief
Darci Vogel, Business Manager
SUBJECT: Consideration of an Increase to Erickson-Hall Construction Contract No.
FD 17-005 in the Amount of $118,724, and Approval of Amendment No.
02 for Additional Construction Management Services for the New Public
Safety Facility. (FIRE)
RECOMMENDATION:
Staff recommends that the Fire Board:
1. Approve an increase to Erickson-Hall Constriction Contract No. FD 17-005 in the amount
of$118,724 ($107,931 plus a 10% contingency of$10,793); and
2. Approve Amendment No. 02 for an additional two (2) months of construction management
services for the new Public Safety Facility, including the relocation of the San Bernardino
Road Fire Station (172).
BACKGROUND:
A long-time Fire Board strategic plan goal has been to replace the original Cucamonga Fire
Department Station (172), built in 1954, with a new state-of-the-art station on the west side of the
city. Erickson-Hall Construction was awarded the contract for Construction Management Services
for the project on June 7, 2017. The original plan was to relocate the San Bernardino Road Station
(172), including a small substation for the Rancho Cucamonga Police Department.
During initial pre-design meetings with stakeholders from across City departments, it was
determined that the original vision for the project had to expand in-order to meet the current and
future needs of our Sherriff partners. This expansion provided a fully functioning community-
based facility on the west side of the city. Subsequently, Erickson-Hall Construction's contract
was amended on December 20, 2017 to include the increased scope of services.
Construction of the Public Safety Facility began in September 2019 with an estimated completion
date of January 2020. However, as a result of construction delays, including COVID related
impacts, the completion date was delayed to February 2021.
ANALYSIS:
Due to delays in the completion of the Public Safety Facility, construction management services
were extended an additional two (2) months to include January and February 2021 in order to
close out the project. Erickson-Hall Construction provided a proposal to include the extended
Page 122
services. Staff has reviewed the proposal and find it to be in line with the construction cost
estimates and scope for the remainder of the project.
Although the current contract has a contingency of$130,707,these funds were already exhausted
to pay for extended preconstruction services and commissioning services. As a result, the
contract must be amended to include additional funding for the additional construction
management services.
FISCAL IMPACT:
The total cost of the amendment to Erickson-Hall Constriction Contract No. FD 17-005 is
$118,724 ($107,931 plus a 10% contingency of $10,793). Funds are allocated in the FY 2020-
21 budget in the Fire Protection District Capital Fund under account 3288501-5650/1733288
(Capital Project— Public Safety Facility).
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
The completion of the Public Safety Facility will promote a safe and healthy community for all by
enhancing the delivery of vital life safety services and ensuring efficient response times to
residents, visitors, and businesses.
ATTACHMENTS:
Attachment 1 - Amendment 02, Erickson-Hall Construction
Page 2
Page 123
AMENDMENT NO. 002
to
Professional Services Agreement(CO#FD17-005)
between
Erickson-Hall Construction(hereinafter "Consultant")
and
City of Rancho Cucamonga(hereinafter"City")
and the
Rancho Cucamonga Fire Protection District(hereinafter the "RCFPD")
This Amendment No. 002 will serve to amend the Professional Services Agreement (hereinafter "Agreement'), CO#
FD 17-005 to incorporate the following:
Parties agree to increase CO #FD17-005 in the amount of$118,724 for an additional two (2) months of
Construction Management Services for the new Public Safety Facility.
All other Terms and Conditions of the original Agreement CO#FD 17-005,will remain in full effect.
IN WITNESS WHEREOF, the parties, through their respective authorized representatives, have executed this
Amendment by way of signature by both parties and on the date indicated below. Please return two (2) original signed
copies to the City and District no later than March 17, 2021. The City and RCFPD will process both copies for
signature and provide Consultant with one(1)fully executed copy of the Amendment.
Erickson-Hall Construction City of Rancho Cucamonga
By: By:
Name Date Name Date
Title Title
Rancho Cucamonga Fire Protection District
By: By:
Name Date Name Date
Title Title
(two signatures required if corporation)
Last Revised.• 0912812012 Page I of 1
Page 124
Erickson-Hall frmstoictiti;,
An Employee Owned Company
December 21,2020
Mike McCliman
Deputy Fire Chief of Administration and Support
RCFPD of Rancho Cucamonga
10500 Civic Center Dr.
Rancho Cucamonga,CA.91729
RE: RCFPD Fire Station 172 Replacement Project
ASP 04 —Extended Construction Management Services for 2021
Dear Chief McCliman;
Schedule extensions have been granted to Robert Clapper Construction Services, Inc. (RCCS), the Bid
Package Contractor for the construction of the RCFPD Fire Station No.172(Public Safety Facility)project,
which moved the project completion date to January 30f", 2021. Erickson-Hall Construction Co. (EHCC)
is requesting that our agreement be extended and has prepared this Additional Services Proposal (ASP
04)for Extended Construction Management(CM)Services.
Our initial proposal only included CM Services for a twelve (12) month construction duration, and was
extended by four(4) months with the acceptance of our ASP 01 dated 12/5/2017. At this time,we are
anticipating one (1) additional month of full time CM services will be required for the successful
completion of the project,as the construction efforts by RCCS are scheduled to be complete at the end
of January,2021.
Below is our fee proposal for each full month of additional Construction Management Services:
Fee Increase for Extended Construction Management Services(per month) $60,432.50
Extended Construction Management Services for the Public Safety Facility =$60,432.50
Thank you for your continued interest in Erickson-Hall Construction Co.
Sincerely,
Brandon Hamlett
Project Manager
Corporate Headquarters-500 Corporate Drive,Escondido,CA 92029 1(760)796-7700 p 1(760)796-7750 f
Los Angeles County/Orange County Office-1403 N.Batavia Street,Suite 204,Orange,CA 92867 1(714)532-1060 p
Imperial County Office-216 E.3rd Street,Imperial,CA 922511(760)355-1564 p
www.e ri ckso n h a l 1.com
Page 125
F-==
Erickson-Hall
An Employee Owned Company
February 24, 2021
Mike McCliman
Deputy Fire Chief of Administration and Support
RCFPD of Rancho Cucamonga
10500 Civic Center Dr.
Rancho Cucamonga, CA. 91729
RE: RCFPD Fire Station 172 Replacement Project
ASP 05- Extended CM Services for February, 2021 at Hourly Rates for Additional Work
Dear Chief McCliman;
Schedule extensions have been granted to Robert Clapper Construction Services, Inc. (RCCS), the Bid
Package Contractor for the construction of the RCFPD Fire Station No. 172 (Public Safety Facility) project,
which moved the project completion date from January 30t", 2021 to February 191h, 2021. Erickson-Hall
Construction Co. (EHCC) is requesting that our agreement for Construction Management (CM) Services
be extended through February, 2021 and has prepared this Additional Services Proposal (ASP 05) to
provide additional work at hourly rates.
Our initial proposal for CM Services during construction was for a twelve (12) month project duration,
and was extended by four (4) months with the acceptance of our ASP 01 dated, 12/5/2017; an
additional one (1) month of CM services was added with ASP 04, dated 12/21/2020. After January, 2021
our CM services were requested to be performed at hourly rates for the duration of the project. Please
see attached Hourly Rates for Additional Work table, which was included with our agreement and used
for the preparation of this additional service proposal.
Below is our fee proposal for the additional Construction Management Services performed on T&M for
the month of February, 2021:
Fee Increase for Extended Construction Management Services(T&M for February,2021) $47,498.00
Extended Construction Management Services for the Public Safety Facility =$47,498.00
Thank you for your continued interest in Erickson-Hall Construction Co.
Sincerely,
Brandon Hamlett
Project Manager
Corporate Headquarters -500 Corporate Drive, Escondido, CA 92029 1 (760)796-7700 p 1 (760)796-7750 f
Los Angeles County/Orange County Office-1403 N.Batavia Street,Suite 204,Orange,CA 92867 1(714)532-1060 p
Imperial County Office-216 E.3rd Street, Imperial,CA 92251 1(760)355-1564 p 12 e g
www.ericksonhall.com Page §a e 1 of 2
F=
Erickson-Hall Construction
An Employee Owned Company
San Bernardino Road Fire Station 172 BEST&FINAL
Rancho Cucamonga Construction Management Services RFP#16/17-007
RANCHO
CUCAMONGA
HOURLY RATES FOR ADDITIONAL WORK
Project Executive/Director $155
Project Manager $147
Preconstruction Manager $137
Assistant Project Manager/Project Engineer $117
Superintendent $137
Assistant Superintendent $117
Constructability Reviewer $127
Sr.Estimator $137
Estimator $127
BIM Manager $137
Scheduler $127
Administration $ 72
build on our reputation Erickson-Hall
Corporate Headquarters -500 Corporate Drive, Escondido, CA 92029 1 (760)796-7700 p 1 (760)796-7750 f
Los Angeles County/Orange County Office-1403 N.Batavia Street,Suite 204,Orange,CA 92867 1(714)532-1060 p
Imperial County Office-216 E.3rd Street, Imperial,CA 92251 1(760)355-1564 p Page @ 12 g
www.ericksonhall.com �a e 2 Of 2
CITY OF RANCHO CUCAMONGA
$l
DATE: March 3, 2021
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Jennifer Nakamura, Mangement Analyst II
SUBJECT: Consideration of Second Reading and Adoption of Ordinance Nos. 978
and 979, to be Read by Title Only and Waive Further Reading, Amending
the Municipal Code to Allow for the Deferral of Payment of Development
Impact Fees and the Public Art In-Lieu Fee. (ORDINANCE NO. 978 AND
ORDINANCE NO. 979) (CITY)
RECOMMENDATION:
Staff recommends that the City Council conduct second reading and adopt, by title only of
Ordinance Nos. 978 and 979, amending the Municipal Code to allow for the deferral of payment
of Development Impact Fees and the Public Art In-Lieu Fee.
BACKGROUND:
The introduction and first reading of the above-entitled Ordinances was conducted at the Regular
City Council Meeting of February 17, 2021. Vote at first reading: AYES: Kennedy, Hutchison,
Scott, Spagnolo, Michael.
ANALYSIS:
Please refer to the February 17, 2021 City Council Staff Report.
FISCAL IMPACT:
Please refer to the February 17, 2021 City Council Staff Report.
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
Please refer to the February 17, 2021 City Council Staff Report.
ATTACHMENTS:
Attachment 1 — Ordinance No. 978
Attachment 2 — Ordinance No. 979
Page 128
ORDINANCE NO. 978
AN ORDINANCE OF THE CITY OF RANCHO CUCAMONGA,
AMENDING CHAPTERS 3.52, 3.56, 3.60, 3.64,AND 3.68 OF THE
RANCHO CUCAMONGA MUNICIPAL CODE REGARDING
PAYMENT REQUIREMENTS FOR DEVELOPMENT IMPACT
FEES, AND MAKING FINDINGS IN SUPPORT THEREOF
The City Council of the City of Rancho Cucamonga does ordain as follows:
SECTION 1. The City of Rancho Cucamonga, has prepared a Municipal Code
Amendment, as described in the title of this Ordinance. Hereinafter in this Ordinance, the subject
Municipal Code Amendment is referred to as "the amendment".
A. The City of Rancho Cucamonga, California (the "City") is a municipal corporation,
duly organized under the constitution and laws of the State of California.
B. On the 17th day of February 2021, the City Council of the City of Rancho
Cucamonga conducted a noticed public hearing on the amendment and concluded said hearing
on that date.
C. All legal prerequisites to the adoption of this Ordinance have occurred.
SECTION 2. Chapter 3.52 of the Municipal Code is hereby amended to read as
follows:
Chapter 3.52 COMMUNITY AND RECREATION CENTER IMPACT FEE
3.52.010 Purpose.
The city council finds that the purpose of the Community and Recreation Center Impact
Fee hereby enacted is to prevent new residential development from reducing the quality
and availability of public services provided to residents of the city by requiring new
residential development to contribute to the cost of expanding the availability of community
and recreation center assets in the city. The city finds:
A. There are a number of existing community and recreation centers within the
city, as well as the Victoria Gardens Cultural Center.
B. Fees apply only to residential development.
C. There is a need for fees to serve future development in the city without placing
a burden on existing resources.
D. Community and recreation centers serve the entire population.
E. Revenue from the impact fees will be used to expand the availability of
community and recreation center assets in the city; through the acquisition or
improvement of real property; or the acquisition, construction, or expansion of
buildings, furnishings, equipment, or any of these.
Attachment 1 Ordinance 978 — Page 1 of 14
Page 129
F. New residential development and the expansion of existing development within
the city impose a burden on the existing community and recreation facilities by adding
additional population.
G. The fees are based on the relationship between the city's existing population
and the replacement cost of the existing community center, recreation center, and
cultural center facilities.
H. Population is used as the demand variable when calculating these fees
because the need for community and recreation centers is normally defined in terms
of population per unit for that type.
I. The level of service standard used to calculate impact fees is the existing ratio
of facility replacement cost to population.
J. The cost per capita will be applied to future population to compute impact fees
per unit.
K. Since assisted living facilities are allowed in some residential zoning districts
with a conditional use permit; and residents of those facilities do make use of the
community and recreation center facilities, impact fees will apply to new development
of these types of facilities.
L. Impact fees for other specialized development types should be calculated in the
same way if the need arises.
M. The fee established by this chapter is in addition to any other fees or charges or
taxes that are required by law as a condition of development.
N. The period of greater than ten days prior to adoption of this chapter, data has
been available to the public, and to developers and their representative, indicating
the cost or estimated cost of the infrastructure to be funded, the revenue sources
anticipated and means of spending these costs.
3.52.020 Definitions.
For the purposes of this chapter, the following words shall have the meanings set forth
below:
City/service area shall mean the entire city.
Dwelling unit shall include each single-family dwelling, each unit of an apartment, duplex
dwelling group or multiple dwelling structure or condominium or planned residential
development as a separate habitat for one or more persons or each mobilehome space
designed to contain a mobilehome trailer on a semi-permanent or permanent basis.
Facilities mean those park and recreation facilities, land, improvements, or infrastructure
located in the city.
Person includes every person, firm or corporation constructing a dwelling unit directly or
through the services of any employee, agent or independent contractor.
Residential development means all dwelling units constructed for the first time on open
land or when existing structures are remodeled, and added to or otherwise altered to
increase the number of dwelling units.
Ordinance 978— Page 2 of 14
Page 130
Study means the current development impact fee study on file in the City's Engineering
Services Department that supports the fee resolution adopted pursuant to section
3.52.050.
3.52.030 Establishment and administration of Community and Recreation Center
Impact Fees.
The city council finds that there is a reasonable relationship between the use of the fees
and the need for facilities of development projects on which they are imposed.
A. The finance director shall establish a special interest-bearing fund titled
"Community and Recreation Center Impact Fees." All fees collected pursuant to this
chapter shall be deposited in this fund and shall be expended on the availability of
community and recreation center assets in the city.
B. A fee is imposed in the amounts set forth in this chapter and shall be applicable
to every dwelling unit as defined in section 3.52.020 constructed in the city after the
effective date of the ordinance codified in this chapter and shall be known as the
"Community and Recreation Center Impact Fee."
3.52.040 Payment.
The fee imposed by this chapter shall be due and payable no sooner than issuance of
building permits and no later than issuance of a certificate of occupancy for the dwelling
unit(s)subject to the fee. No certificate of occupancy or temporary certificate of occupancy
may be issued until the fee has been paid in full. The amount of the fee shall be calculated
at the time the fee is paid, based upon the rate then in effect.
3.52.050 Fees.
The fees imposed by this chapter shall be set by resolution of the city council.
3.52.060 Fee exemptions.
In the event that a development project is found to have no impact on facilities for which
impact fees are charged, such project must be exempted from the fees.
3.52.070 Use of fees.
The city council finds that there is established a community and recreation center fund
where all sums collected pursuant to this chapter shall be deposited and shall be used to
expand on the availability of community and recreation center assets in the city to serve
new development. Those public facilities and other assets are identified in the study.
3.52.080 Severability.
If any provision of this chapter or the application thereof to any person or circumstances
is held invalid, such invalidity shall affect the other provisions of this chapter which can be
given effect without the invalid provisions or its application, and to this end, the provisions
of this chapter are severable.
Ordinance 978— Page 3 of 14
Page 131
SECTION 3. Chapter 3.56 of the Municipal Code is hereby amended to read as
follows:
Chapter 3.56 LIBRARY IMPACT FEE
3.56.010 Purpose.
The city council finds that the purpose of the Library Impact Fee hereby enacted is to
prevent new residential development from reducing the quality and availability of public
services provided to residents of the city by requiring new residential development to
contribute to the cost of expanding the availability of library and cultural center assets in
the city. The city finds:
A. There are two libraries currently in the city: Archibald and Paul A. Biane Library.
B. Paul A. Biane Library is part of the Victoria Gardens Cultural Center.
C. Paul A. Biane Library includes space for future expansion.
D. The city will assess the need for any future development of a new library.
E. Fees apply only to residential development.
F. The need for fees to serve future development in the city without placing a
burden on existing resources.
G. The libraries serve the entire population.
H. Revenue from the impact fees will be used to expand the availability of library
and cultural center assets in the city through the acquisition or improvement of real
property; or the acquisition, construction, or expansion of buildings, furnishings,
equipment, or any of these.
I. New residential development and the expansion of existing development within
the city impose a burden on the existing libraries by adding additional population.
J. The fees are based on the relationship between the city's existing population
and the replacement cost of existing libraries, cultural center facilities, and material.
K. Population is used as the demand variable when calculating these fees because
the need for libraries is normally defined in the terms of population per unit for that
type.
L. The level of service standard used to calculate impact fees is the existing ratio
of facility and material replacement cost to population.
M. The cost per capita will be applied to future population to compute impact fees
per unit.
N. Since assisted living facilities are allowed in some residential zoning districts
with a conditional use permit; and residents of those facilities do make use of the
library facilities, impact fees will apply to new development of these types of facilities.
O. Impact fees for other specialized development types should be calculated in the
same way if the need arises.
P. The fee established by this chapter is in addition to any other fees or charges
or taxes that are required by law as a condition of development.
Ordinance 978— Page 4 of 14
Page132
Q. The period of greater than ten days prior to adoption of this chapter, data has
been available to the public, and to developers and their representative, indicating
the cost or estimated cost of the infrastructure to be funded, the revenue sources
anticipated and means of spending these costs.
3.56.020 Definitions.
For the purposes of this chapter, the following words shall have the meanings set forth
below:
City/service area shall mean the entire city.
Dwelling unit shall include each single-family dwelling, each unit of an apartment, duplex
dwelling group or multiple dwelling structure or condominium or planned residential
development as a separate habitat for one or more persons or each mobilehome space
designed to contain a mobilehome trailer on a semi-permanent or permanent basis.
Facilities mean those libraries or cultural center facilities, land, improvements, or
infrastructure located in the city.
Person includes every person, firm or corporation constructing a dwelling unit directly or
through the services of any employee, agent or independent contractor.
Residential development shall include all dwelling units constructed for the first time on
open land or when existing structures are remodeled, and added to or otherwise altered
to increase the number of dwelling units.
Study means the current development impact fee study on file in the City's Engineering
Services Department that supports the fee resolution adopted pursuant to section
3.56.050.
3.56.030 Establishment and administration of Library Impact Fees.
The city council finds that there is a reasonable relationship between the use of the fees
and the need for facilities of development projects on which they are imposed.
A. The finance director shall establish a special interest-bearing fund titled "Library
Impact Fees." All fees collected pursuant to this chapter shall be deposited in this
fund and shall be expended on the availability of library facilities and material assets
in the city.
B. A fee is imposed in the amounts set forth in this chapter and shall be applicable
to every dwelling unit as defined in section 3.56.020 constructed in the city after the
effective date of the ordinance codified in this chapter and shall be known as the
"Library Impact Fee."
3.56.040 Payment.
The fee imposed by this chapter shall be due and payable no sooner than issuance of
building permits and no later than issuance of a certificate of occupancy for the dwelling
unit(s)subject to the fee. No certificate of occupancy or temporary certificate of occupancy
may be issued until the development fee has been paid in full. The amount of the fee shall
be calculated at the time the fee is paid, based upon the rate then in effect.
Ordinance 978— Page 5 of 14
Page 133
3.56.050 Fees.
The fees to be paid by this chapter shall be set by resolution of the city council.
3.56.060 Fee exemptions.
In the event that a development project is found to have no impact on facilities for which
impact fees are charged, such project must be exempted from the fees.
3.56.070 Use of fees.
The city council finds that there is established a library fund where all sums collected
pursuant to this chapter shall be deposited and shall be used to expand on the availability
of library and cultural center assets in the city to serve new development. Those public
facilities and other assets are identified in the study.
3.56.080 Severability.
If any provision of this chapter or the application thereof to any person or circumstances
is held invalid, such invalidity shall affect the other provisions of this chapter which can be
given effect without the invalid provisions or its application, and to this end, the provisions
of this chapter are severable.
SECTION 4. Chapter 3.60 of the Municipal Code is hereby amended to read as
follows:
Chapter 3.60 ANIMAL CENTER IMPACT FEE
3.60.010 Purpose.
The city council finds that the purpose of the Animal Center Impact Fee hereby enacted
is to prevent new residential development from reducing the quality and availability of
public services provided to residents of the city by requiring new residential development
to contribute to the cost of expanding the availability of animal center assets in the city.
The city finds:
A. There is only one animal center that serves the entire population.
B. The current animal center is at maximum capacity, and that there will be need
for expansion or construction of a new animal center as the population continues to
grow.
C. These fees apply only to residential development.
D. The need for fees is to serve future development in the city without placing a
burden on existing resources.
E. Revenue from the impact fees may be used to expand the availability of animal
center assets in the city through the acquisition or improvement of real property; or
the acquisition, construction, or expansion of buildings, furnishings, equipment, or
any of these.
Ordinance 978— Page 6 of 14
Page134
F. New residential development and the expansion of existing development, within
the city impose a burden on the existing animal center by adding additional
population.
G. Population is used as the demand variable when calculating these fees because
the need for animal center services is normally defined in the terms of population per
unit for that type.
H. The level of service standard used to calculate impact fees is the existing ratio
of facility and material replacement cost to population.
I. The cost per capita will be applied to future population to compute impact fees
per unit.
J. Impact fees for other specialized development types should be calculated in the
same way if the need arises.
K. The fee established by this chapter is in addition to any other fees or charges
or taxes that are required by law as a condition of development.
L. The period of greater than ten days prior to adoption of this chapter, data has
been available to the public, and to developers and their representative, indicating
the cost or estimated cost of the infrastructure to be funded, the revenue sources
anticipated and means of spending these costs.
3.60.020 Definitions.
For the purposes of this chapter, the following words shall have the meanings set forth
below:
City/service area shall mean the entire city.
Dwelling unit shall include each single-family dwelling, each unit of an apartment, duplex
dwelling group or multiple dwelling structure or condominium or planned residential
development as a separate habitat for one or more persons or each mobilehome space
designed to contain a mobilehome trailer on a semi-permanent or permanent basis.
Equipment/material shall include all necessary materials that are required for the proper
operation of the facility for which this fee is imposed.
Facilities mean those animal center facilities, land, improvements, or infrastructure located
in the city.
Person includes every person, firm or corporation constructing a dwelling unit directly or
through the services of any employee, agent or independent contractor.
Residential development shall include all dwelling units constructed for the first time on
open land or when existing structures are remodeled, and added to or otherwise altered
to increase the number of dwelling units.
Study means the current development impact fee study on file in the City's Engineering
Services Department that supports the fee resolution adopted pursuant to section
3.60.050.
Ordinance 978— Page 7 of 14
Page 135
3.60.030 Establishment and administration of Animal Center Impact Fees.
The city council finds that there is a reasonable relationship between the use of the fees
and the need for facilities of development projects on which they are imposed.
A. The finance director shall establish a special interest-bearing fund titled "Animal
Center Impact Fees."All fees collected pursuant to this chapter shall be deposited in
this fund and shall be expended on the availability of animal center facilities and
material assets in the city.
B. A fee is imposed in the amounts set forth in this chapter and shall be applicable
to every dwelling unit as defined in section 3.60.020 constructed in the city after the
effective date of the ordinance codified in this chapter and shall be known as the
"Animal Center Impact Fee."
3.60.040 Payment.
The fee imposed by this chapter shall be due and payable no sooner than issuance of
building permits and no later than issuance of a certificate of occupancy for the dwelling
unit(s)subject to the fee. No certificate of occupancy or temporary certificate of occupancy
may be issued until the development fee has been paid in full. The amount of the fee shall
be calculated at the time the fee is paid, based upon the rate then in effect.
3.60.050 Fees.
The fees to be paid by this chapter shall be set by resolution of the city council.
3.60.060 Fee exemptions.
In the event that a development project is found to have no impact on facilities for which
impact fees are charged, such project must be exempted from the fees.
3.60.070 Use of fees.
The city council finds that there is established an animal center fund where all sums
collected pursuant to this chapter shall be deposited and shall be used to expand on the
availability of the animal center assets in the city to serve new development. Those public
facilities and other assets are identified in the study.
3.60.080 Severability.
If any provision of this chapter or the application thereof to any person or circumstances
is held invalid, such invalidity shall affect the other provisions of this chapter which can be
given effect without the invalid provisions or its application, and to this end, the provisions
of this chapter are severable.
SECTION 5. Chapter 3.64 of the Municipal Code is hereby amended to read as
follows:
Chapter 3.64 POLICE IMPACT FEE
Ordinance 978— Page 8 of 14
Page 136
3.64.010 Purpose.
The city council finds that the purpose of the Police Impact Fee hereby enacted is to
prevent new residential and commercial/industrial development from reducing the quality
and availability of public services provided to residents of the city by requiring new
residential and business development to contribute to the cost of expanding the availability
of police assets in the city. The city finds:
A. Police services, facilities and equipment are needed to serve future
development in the city.
B. Police services serve the entire residential and business population.
C. The need to expand the existing fleet of police vehicles and equipment will be
necessary as the population continues to grow.
D. The city will assess the need to expand police facilities into the northeastern
portion of the city as indicated in the current city general plan.
E. These fees apply to all residential and business development.
F. Revenue from the impact fees may be used to expand the availability of police
assets in the city through the acquisition or improvement of real property; or the
acquisition, construction or expansion of buildings, furnishings, equipment or any of
these.
G. New residential and business development within the city imposes a burden on
the existing police facility by adding additional population.
H. The demand variable that determine the fees is based on the relationship
between the city's existing population and the calls for service and the replacement
cost for police facilities and equipment.
I. Police impact fees paid by new development are based on the same level of
service currently provided to the existing residential and businesses in the city.
J. Since assisted living facilities are allowed in some residential zoning districts
with a conditional use permit; and residents of those facilities do make use of police
services, impact fees will apply to new development of these types of facilities.
K. The cost per capita will be applied to future population to compute impact fees
per unit.
L. Impact fees for other specialized development types should be calculated in the
same way, if the need arises.
M. The fee established by this chapter is in addition to any other fees or charges or
taxes that are required by law as a condition of development.
N. The period of greater than ten days prior to adoption of this chapter, data has
been available to the public, and to developers and their representative, indicating
the cost or estimated cost of the infrastructure to be funded, the revenue sources
anticipated and means of spending these costs.
Ordinance 978— Page 9 of 14
Page 137
3.64.020 Definitions.
For the purposes of this chapter, the following words shall have the meanings set forth
below:
Businesses include all commercial/industrial, hotel/motel, and office units.
City/service area means the entire city.
Dwelling unit includes each single-family dwelling, each unit of an apartment, duplex
dwelling group or multiple dwelling structure or condominium or planned residential
development as a separate habitat for one or more persons or each mobilehome space
designed to contain a mobilehome trailer on a semi-permanent or permanent basis.
Equipment/material includes all necessary materials that are required for the proper
operation of the facility for which this fee is imposed as defined in the study.
Facilities mean those police facilities, land, improvements, or infrastructure located in the
city.
Person includes every person, firm or corporation constructing a dwelling unit directly or
through the services of any employee, agent or independent contractor.
Residential development includes all buildings or dwelling units constructed for the first
time on open land or when existing structures are remodeled and added to or otherwise
altered to increase the number of dwelling units.
Study means the current development impact fee study on file in the City's Engineering
Services Department that supports the fee resolution adopted pursuant to section
3.64.050.
3.64.030 Establishment and administration of Police Impact Fees.
The city council finds that there is a reasonable relationship between the use of the fees
and the need for facilities of development projects on which they are imposed.
A. The finance director shall establish a special interest-bearing fund titled "Police
Impact Fees." All fees collected pursuant to this chapter shall be deposited in this
fund and shall be expended on the availability of police facilities and material assets
in the city.
B. A fee is imposed in the amounts set forth in this chapter and shall be applicable
to every dwelling unit as defined in section 3.64.020 constructed in the city after the
effective date of the ordinance codified in this chapter and shall be known as the
"Police Impact Fee."
3.64.040 Payment.
The fee imposed by this chapter shall be due and payable no sooner than issuance of
building permits and no later than issuance of a certificate of occupancy for the dwelling
unit(s)subject to the fee. No certificate of occupancy or temporary certificate of occupancy
may be issued until the development fee has been paid in full. The amount of the fee shall
be calculated at the time the fee is paid, based upon the rate then in effect.
Ordinance 978 — Page 10 of 14
Page 138
3.64.050 Fees.
The fees imposed by this chapter shall be set by resolution of the city council.
3.64.060 Fee exemptions.
In the event that a development project is found to have no impact on facilities for which
impact fees are charged, such project must be exempted from the fees.
3.64.070 Use of fees.
The city council finds that there is established a police fund where all sums collected
pursuant to this chapter shall be deposited and shall be used to expand on the availability
of police facility assets in the city to serve new development. Those public facilities and
other assets are identified in the study.
3.64.080 Severability.
If any provision of this chapter or the application thereof to any person or circumstances
is held invalid, such invalidity shall affect the other provisions of this chapter which can be
given effect without the invalid provisions or its application, and to this end, the provisions
of this chapter are severable.
SECTION 6. Chapter 3.68 of the Municipal Code is hereby amended to read as
follows:
Chapter 3.68 PARK IN-LIEU/PARK IMPACT FEES
3.68.010 Purpose.
The city council finds that the purpose of the Park In-Lieu/Park Impact Fees hereby
enacted is to prevent new residential development from reducing the quality and
availability of public services provided to residents of the city by requiring new residential
and commercial development to contribute to the cost of expanding the availability of park
and recreation assets in the city. The city finds:
A. The need for two types of development fees for parks: Fees for park land
acquisition and fees for park improvement.
B. Fees for park land acquisition are subdivided: Fees in-lieu of park land
dedication for subdivisions, and impact fees for park land acquisition not involving
subdivisions.
C. The need for fees to serve future development in the city without placing a
burden on existing resources.
D. The general plan has been adopted containing specific policies and standards
for parks and recreation facilities.
E. Dedicated land and/or in-lieu fees are to be used only for the purpose of
developing new or rehabilitating existing neighborhood or community parks or
recreational facilities to serve the subdivision paying the fees.
Ordinance 978 — Page 11 of 14
Page 139
F. Park impact fees apply only to land acquisition in residential subdivisions.
G. The demand factor for each type of residential development is the average
population per unit for that type because the need for parks in a community is almost
always based on population.
H. The total acreage of city-owned park land will be used to determine the existing
level of service for purposes of calculating impact fees for park land acquisition.
I. Improved park acreage will be used to determine the existing level of service for
the calculation of impact fees for park improvements.
J. Impact fees for other specialized development types should be calculated in the
same way, if the need arises.
K. The period of greater than ten days prior to adoption of this chapter, data has
been available to the public, and to developers and their representative, indicating
the cost or estimated cost of the infrastructure to be funded, the revenue sources
anticipated and means of spending these costs.
3.68.020 Definitions.
For the purposes of this chapter, the following words shall have the meanings set forth
below:
City/service area means the entire city.
Dwelling unit includes each single-family dwelling, each unit of an apartment, duplex
dwelling group or multiple dwelling structure or condominium or planned residential
development as a separate habitat for one or more persons or each mobilehome space
designed to contain a mobilehome trailer on a semi-permanent or permanent basis.
Facilities mean those park and recreation facilities, land, improvements, or infrastructure
located in the city.
Person includes every person, firm or corporation constructing a dwelling unit directly or
through the services of any employee, agent or independent contractor.
Residential development includes all dwelling units constructed for the first time on open
land or when existing structures are remodeled, and added to or otherwise altered to
increase the number of dwelling units.
Study means the current development impact fee study on file in the City's Engineering
Services Department that supports the fee resolution adopted pursuant to section
3.68.050.
3.68.030 Establishment and administration of Park In-Lieu/Park Impact Fees.
The city council finds that there is a reasonable relationship between the use of the fees
and the need for facilities of development projects on which they are imposed.
A. The finance director shall establish a special interest-bearing fund titled "Park
In-Lieu/Park Impact Fees." All fees collected pursuant to this chapter shall be
deposited in this fund and shall be expended on the availability of park and recreation
assets in the city.
Ordinance 978 — Page 12 of 14
Page 140
B. A fee is imposed in the amounts set forth in this chapter and shall be applicable
to every dwelling unit as defined in section 3.68.020 constructed in the city after the
effective date of the ordinance codified in this chapter and shall be known as the Park
In-Lieu/Park Impact Fee.
3.68.040 Payment.
The fee imposed by this chapter shall be due and payable no sooner than issuance of
building permits and no later than issuance of a certificate of occupancy for the dwelling
unit(s)subject to the fee. No certificate of occupancy or temporary certificate of occupancy
may be issued until the development fee has been paid in full. The amount of the fee shall
be calculated at the time the fee is paid, based upon the rate then in effect.
3.68.050 Fees.
The fees imposed by this chapter shall be set by resolution of the city council.
3.68.060 Fee exemptions.
In the event that a development project is found to have no impact on facilities for which
impact fees are charged, such project must be exempted from the fees.
3.68.070 Use of fees.
The city council finds that there is established a Park In-Lieu/Park Fund where all sums
collected pursuant to this chapter shall be deposited and shall be used to expand on the
availability of park and recreation assets in the city to serve new development. Those
public facilities and other assets are identified in the study.
3.68.080 Severability.
If any provision of this chapter or the application thereof to any person or circumstances
is held invalid, such invalidity shall affect the other provisions of this chapter which can be
given effect without the invalid provisions or its application, and to this end, the provisions
of this chapter are severable.
SECTION 7. The City Council declares that, should any section, subsection,
subdivision, sentence, clause, phrase, or portion of this Ordinance for any reason is held to be
invalid or unconstitutional by the decision of any court of competent jurisdiction, such decision
shall not affect the validity of the remaining portions of this Ordinance. The City Council hereby
declares that it would have adopted this Ordinance, and each section, subsection, subdivision,
sentence, clause, phrase, or portion thereof, irrespective of the fact that any one or more sections,
subsections, subdivisions, sentences, clauses, phrases, or portions thereof be declared invalid or
unconstitutional.
SECTION 8. Neither the adoption of this Ordinance nor the repeal of any other
Ordinance of this City shall in any manner affect the prosecution for violations of ordinances,
which violations were committed prior to the effective date hereof, nor be construed as a waiver
of any penalty or the penal provisions applicable to any violation thereof.
Ordinance 978 — Page 13 of 14
Page 141
SECTION 9. The City Clerk shall certify to the adoption of this Ordinance and shall
cause it to be published in the manner required by law.
PASSED, APPROVED, AND ADOPTED this 3rd day of March, 2021, by the
following vote:
AYES: ( )
NOES: ( )
ABSENT: ( )
ABSTAIN: ( )
L. Dennis Michael, Mayor
ATTEST:
Janice C. Reynolds, City Clerk
APPROVED AS TO FORM:
James L. Markman, City Attorney
Ordinance 978 — Page 14 of 14
Page 142
ORDINANCE NO. 979
AN ORDINANCE OF THE CITY OF RANCHO CUCAMONGA,
AMENDING SECTION 17.124.020 OF THE RANCHO
CUCAMONGA MUNICIPAL CODE REGARDING PAYMENT
REQUIREMENTS FOR THE PUBLIC ART IN-LIEU FEE, AND
MAKING FINDINGS IN SUPPORT THEREOF
The City Council of the City of Rancho Cucamonga does ordain as follows:
SECTION 1. The City of Rancho Cucamonga, has prepared Municipal Code
Amendment DRC2021-00003, as described in the title of this Ordinance. Hereinafter in this
Ordinance, the subject Municipal Code Amendment is referred to as "the amendment".
A. The City of Rancho Cucamonga, California (the "City") is a municipal corporation,
duly organized under the constitution and laws of the State of California.
B. On the 27th day of January, 2021, the Planning Commission of the City of Rancho
Cucamonga conducted a noticed public hearing with respect to the amendment and, following
the conclusion thereof, issued Resolution No. 21-07, recommending that the City Council of the
City of Rancho Cucamonga adopt said amendment.
C. On the 17th day of February 2021, the City Council of the City of Rancho
Cucamonga conducted a noticed public hearing on the amendment and concluded said hearing
on that date.
D. All legal prerequisites to the adoption of this Ordinance have occurred.
SECTION 2. Based upon the substantial evidence presented to this Council during
the above-referenced public hearing, this Council hereby finds and concludes that the
amendment's proposed changes to Title 17 (Development Code) of the Rancho Cucamonga
Municipal Code are consistent with the General Plan goals, policies and implementation
programs. General Plan Land Use Policy LU-14 identifies policies to support public art an as
important amenity in the City. This amendment continues to advance the goal of providing public
art through by maintaining an in-lieu fee to be paid prior to project completion.
SECTION 3. Planning Department Staff has determined that the project is exempt
from the requirements of the California Environmental Quality Act (CEQA) and the City's CEQA
Guidelines. The project qualifies under the general rule that CEQA applies only to projects, which
have the potential for causing significant effect on the environment. Pursuant to State CEQA
Guidelines Section 15061(B)(3), where it can be seen with certainty that there is no possibility
that the activity in question may have significant effect on the environment, the activity is not
subject to CEQA. The proposed Development Code Amendment does not propose any physical
change to the environment itself. The amendment provides an option to delay the timing of
payment of a specific fee (public art in-lieu).
SECTION 4. Section 17.124.020.D of Chapter 17.124 (Design Provisions for Public
Art) is hereby amended to read as follows:
Attachment 2 Ordinance 979— Page 1 of 3
Page 143
D. In lieu of providing the art required by the preceding subsection C, the applicant may
do either of the following:
1. Donate to the city art work that meets or exceeds the minimum value of the art
work; subject to the provisions of section 17.124.030 of this chapter.
2. Prior to the issuance of a building permit, pay on a per unit basis, an in-lieu fee
into the city's public art trust fund, equal to the minimum value of the art work that
would otherwise be included in the development project. If approved in writing by an
authorized City representative, the applicant may defer payment of the in-lieu fee to
no later than issuance of a certificate of occupancy for the development project.
SECTION 5. The City Council declares that, should any section, subsection,
subdivision, sentence, clause, phrase, or portion of this Ordinance for any reason is held to be
invalid or unconstitutional by the decision of any court of competent jurisdiction, such decision
shall not affect the validity of the remaining portions of this Ordinance. The City Council hereby
declares that it would have adopted this Ordinance, and each section, subsection, subdivision,
sentence, clause, phrase, or portion thereof, irrespective of the fact that any one or more sections,
subsections, subdivisions, sentences, clauses, phrases, or portions thereof be declared invalid or
unconstitutional.
SECTION 6. Neither the adoption of this Ordinance nor the repeal of any other
Ordinance of this City shall in any manner affect the prosecution for violations of ordinances,
which violations were committed prior to the effective date hereof, nor be construed as a waiver
of any penalty or the penal provisions applicable to any violation thereof.
SECTION 7. The City Clerk shall certify to the adoption of this Ordinance and shall
cause it to be published in the manner required by law.
PASSED, APPROVED, AND ADOPTED this 3rd day of March, 2021, by the
following vote:
AYES: ( )
NOES: ( )
ABSENT: ( )
ABSTAIN: ( )
L. Dennis Michael, Mayor
ATTEST:
Janice C. Reynolds, City Clerk
Ordinance 979— Page 2 of 3
Page144
APPROVED AS TO FORM:
James L. Markman, City Attorney
Ordinance 979 — Page 3 of 3
Page145
CITY OF RANCHO CUCAMONGA
$l
DATE: March 3, 2021
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Community Parks and Landscape Citizens' Oversight Committee
SUBJECT: Summary of Review of Results of Annual Independent Audit Concerning
the Fiscal Year 2019/20 Expenditures in Landscape Maintenance
Districts #1 General City, #2 Victoria, #4R Terra Vista, #6R Caryn
Community, and #7 North Etiwanda, Street Lighting District #2
Residential, and Park and Recreation Improvement District#85. (CITY)
RECOMMENDATION:
It is recommended that the City Council receive and file this report.
BACKGROUND:
Established by Resolution 19-075, the Community Parks and Landscape Citizens' Oversight
Committee is made up of members of the public that reside, and own property, within Landscape
Maintenance Districts #1 General City, #2 Victoria, #4R Terra Vista, #6R Caryn Community, and
#7 North Etiwanda, Street Lighting District#2 Residential, and Park and Recreation Improvement
District#85 (collectively "the Districts"), and do not serve on any other standing City Commission
or Committee. A primary purpose of the Committee is to review the annual audit after it is prepared
and report the results of its review to the City Council and the community on an annual basis.
The Committee has neither budgetary or operational decision-making authority, nor the authority
to allocate financial resources or direct staff.
ANALYSIS:
At our meeting of February 10, 2021, Finance Director Tamara Oatman and Kirk Hamblin, Audit
Manager of Lance, Soll & Lunghard, LLP, provided an overview of the audit for the Districts for
Fiscal Year 2019/20. The reports generated by the audit include:
• Audit Communication Letter
• Independent Auditors' Report on Statement of Revenues, Expenditures, and Changes in
Fund Balances
• Independent Auditors' Report on Internal Control Over Financial Reporting
It was noted that in accordance with the law, each of the Districts accounts for its own revenue
and expenditures in its own funds. The auditor reviewed their work and a discussion was held
regarding the audit process, and how the City ensures that funds collected for maintenance and
operations are spent to the benefit of each District. The auditors and City Finance staff confirmed
that the revenues received have been expended appropriately on maintenance, operations, and
capital improvements in each of the Districts.
Page 146
We appreciate the opportunity to serve our community on this Committee. Unfortunately, due to
COVID-19 social distancing guidelines, the Committee will not be present at the City Council
meeting. Therefore, we will participate telephonically to present this report.
FISCAL IMPACT:
There is no fiscal impact.
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
This item addresses the City Council's core value of actively seeking and respectfully considering
all public input for the Districts through the Committee Members' review and discussion of the
annual financial report with City staff and the independent auditor.
ATTACHMENTS:
Attachment 1 —Audit Communication Letter
Attachment 2 — Statement of Revenues, Expenditures and Changes in Fund Balances for the
Districts for the year ended June 30, 2020
Attachment 3— Independent Auditors' Report on Internal Control Over Financial Reporting and
on Compliance and Other Matters
Page 2
Page 147
LSU19
!o•
10*•
99
December 21, 2020
To the Community Parks and Landscape Citizens' Oversight Committee
City of Rancho Cucamonga, California
We have audited the statement of revenues, expenditures and changes in fund balances of Landscape
Maintenance Districts#1 General City, #2 Victoria, #4R Terra Vista, #6R Caryn Community, and #7 North
Etiwanda, Street Lighting District #2 Residential, and Park and Recreation Improvement District #85
(collectively, the Districts) of the City of Rancho Cucamonga, California (the City), for the year ended
June 30, 2020. Professional standards require that we provide you with information about our
responsibilities under generally accepted auditing standards, Government Auditing Standards and the
Uniform Guidance, as well as certain information related to the planned scope and timing of our audit. We
have communicated such information in our letter to the City Council of the City of Rancho Cucamonga
dated April 27, 2020. Professional standards also require that we communicate to you the following
information related to our audit.
Significant Audit Findings
Qualitative Aspects of Accounting Practices
Management is responsible for the selection and use of appropriate accounting policies. The significant
accounting policies used by the Districts are described in the notes to statement of revenues,
expenditures and changes in fund balances. No new accounting policies were adopted and the
application of existing policies was not changed during Fiscal Year 2019/20. We noted no transactions
entered into by the Districts during the year for which there is a lack of authoritative guidance or
consensus. All significant transactions have been recognized in the financial statements in the proper
period.
The statement of revenues, expenditures and changes in fund balances disclosures are neutral,
consistent, and clear.
Difficulties Encountered in Performing the Audit
We encountered no significant difficulties in dealing with management in performing and completing our
audit.
Corrected and Uncorrected Misstatements
Professional standards require us to accumulate all known and likely misstatements identified during the
audit, other than those that are trivial, and communicate them to the appropriate level of management. No
misstatements were found.
Disagreements with Management
For purposes of this letter, a disagreement with management is a financial accounting, reporting, or
auditing matter, whether or not resolved to our satisfaction, that could be significant to the statement of
revenues, expenditures and changes in fund balances or the auditor's report. We are pleased to report
that no such disagreements arose during the course of our audit. 5 primeGlobal
adrpd»u« a.«,su ro-nr
Soll&Lunghard,LLP 2031 1 1111
Page 148
LS L:o:::00
To the Community Parks and Landscape Citizens' Oversight Committee
City of Rancho Cucamonga, California
Management Representations
We have requested certain representations from management that are included in the management
representation letter dated December 21, 2020.
Management Consultations with Other Independent Accountants
In some cases, management may decide to consult with other accountants about auditing and accounting
matters, similar to obtaining a "second opinion" on certain situations. If a consultation involves application
of an accounting principle to the Districts' revenues, expenditures and changes in fund balances or a
determination of the type of auditor's opinion that may be expressed on those statements, our
professional standards require the consulting accountant to check with us to determine that the consultant
has all the relevant facts. To our knowledge, there were no such consultations with other accountants.
Other Audit Findings or Issues
We generally discuss a variety of matters, including the application of accounting principles and auditing
standards, with management each year prior to retention as the Districts' auditors. However, these
discussions occurred in the normal course of our professional relationship and our responses were not a
condition to our retention.
Other Matters
New Accounting Standards
The following new Governmental Accounting Standards Board (GASB) pronouncements were effective
for Fiscal Year 2019/20 audit:
GASB Statement No. 95, Postponement of Effective Dates of Certain Authoritative Guidance —
The following pronouncements have been postponed as a temporary relief to governments and
other stakeholders in light of the COVID-19 pandemic and the new effective date are reflected in
the following fiscal years.
GASB Statement No. 88, Certain Disclosure Related to Debt, including Direct Borrowing and
Direct Placements.
The following Governmental Accounting Standards Board (GASB) pronouncements are effective in the
following fiscal year audit and should be reviewed for proper implementation by management:
Fiscal Year 2020/21
GASB Statement No. 84, Fiduciary Activities.
GASB Statement No. 90, Majority Equity Interests - an Amendment of GASB Statement Nos. 14
and 61.
Fiscal Year 2021/22
GASB Statement No. 87, Leases.
GASB Statement No. 89, Accounting for Interest Cost Incurred before the End of a Construction
Period.
Page 149
LS L:o:::00
To the Community Parks and Landscape Citizens' Oversight Committee
City of Rancho Cucamonga, California
Fiscal Year 2022/23
GASB Statement No. 91, Conduit Debt Obligations.
Restriction on Use
This information is intended solely for the use of Community Parks and Landscape Citizens' Oversight
Committee and management of the Districts and is not intended to be, and should not be, used by
anyone other than these specified parties.
Very truly yours,
Brea, California
Page 150
LSUe
iii
/®i
••
LANDSCAPE MAINTENANCE DISTRICTS
#1 GENERAL CITY, #2 VICTORIA, #4R TERRA VISTA,
#6R CARYN COMMUNITY, AND #7 NORTH ETIWANDA
STREET LIGHTING DISTRICT #2 RESIDENTIAL, AND
PARK AND RECREATION IMPROVEMENT DISTRICT #85
CITY OF RANCHO CUCAMONGA, CALIFORNIA
STATEMENT OF REVENUES, EXPENDITURES
YEAR ENDED JUNE 30, 2020 AND CHANGES IN FUND BALANCES
Focused
on YOU
WWW.LSLCPAS.COM
LANDSCAPE MAINTENANCE DISTRICTS
#1 GENERAL CITY, #2 VICTORIA, #4R TERRA VISTA,
#6R CARYN COMMUNITY, AND#7 NORTH ETIWANDA,
STREET LIGHTING DISTRICT#2 RESIDENTIAL, AND
PARK AND RECREATION IMPROVEMENT DISTRICT#85
CITY OF RANCHO CUCAMONGA, CALIFORNIA
STATEMENT OF REVENUES, EXPENDITURES
AND CHANGES IN FUND BALANCES
YEAR ENDED JUNE 30, 2020
Page 152
LANDSCAPE MAINTENANCE DISTRICTS #1 GENERAL CITY, #2 VICTORIA,
#4R TERRA VISTA, #6R CARYN COMMUNITY, AND #7 NORTH ETIWANDA,
STREET LIGHTING DISTRICT#2 RESIDENTIAL, AND
PARK AND RECREATION IMPROVEMENT DISTRICT#85
CITY OF RANCHO CUCAMONGA, CALIFORNIA
YEAR ENDED JUNE 30, 2020
TABLE OF CONTENTS
Page
Number
INDEPENDENT AUDITORS' REPORT............................................................................................... 1
STATEMENT OF REVENUES, EXPENDITURES AND CHANGES
IN FUND BALANCES.................................................................................................................... 3
NOTES TO STATEMENT OF REVENUES, EXPENDITURES AND CHANGES
INFUND BALANCES.................................................................................................................... 5
Page153
LSU19
!o•
0*•
99
INDEPENDENT AUDITORS' REPORT
To the Community Parks and Landscape Citizens' Oversight Committee
City of Rancho Cucamonga, California
Report on the Statement of Revenues, Expenditures and Changes in Fund Balances
We have audited the accompanying statement of revenues, expenditures and changes in fund balances
of Landscape Maintenance Districts #1 General City, #2 Victoria, #4R Terra Vista, #6R Caryn
Community, and #7 North Etiwanda, Street Lighting District #2 Residential, and Park and Recreation
Improvement District #85 (collectively, the Districts) of the City of Rancho Cucamonga (the City), for the
year ended June 30, 2020, and the related notes to the statement of revenues, expenditures and
changes in fund balances, as listed in the table of contents.
Management's Responsibility for the Statement of Revenues, Expenditures and Changes in Fund
Balances
Management is responsible for the preparation and fair presentation of these statement of revenues,
expenditures and changes in fund balances in accordance with accounting principles generally accepted
in the United States of America; this includes the design, implementation, and maintenance of internal
control relevant to the preparation and fair presentation of financial statements that are free from material
misstatement, whether due to fraud or error.
Auditor's Responsibility
Our responsibility is to express opinions on the Districts' statement of revenues, expenditures and
changes in fund balances based on our audit. We conducted our audit in accordance with auditing
standards generally accepted in the United States of America; the standards applicable to financial audits
contained in Government Auditing Standards, issued by the Comptroller General of the United States;
and the State Controller's Minimum Audit Requirements for California Special District. Those standards
require that we plan and perform the audit to obtain reasonable assurance about whether the statement
of revenues, expenditures and changes in fund balances are free from material misstatement.
An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in
the financial statements. The procedures selected depend on the auditor's judgment, including the
assessment of the risks of material misstatement of the statement of revenues, expenditures and
changes in fund balances, whether due to fraud or error. In making those risk assessments, the auditor
considers internal control relevant to the City's preparation and fair presentation of the statement of
revenues, expenditures and changes in fund balances in order to design audit procedures that are
appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of
the City's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the
appropriateness of accounting policies used and the reasonableness of significant accounting estimates
made by management, as well as evaluating the overall presentation of the statement of revenues,
expenditures and changes in fund balances.
We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for
our audit opinions.
PrimeGlobal
adrvd»« a.w,isu ro-n
203 N.Brea Blvd., 1
11111"MOR AM
Page 154
LS L:o:::00
To the Community Parks and Landscape Citizens' Oversight Committee
City of Rancho Cucamonga, California
Opinions
In our opinion, the statement of revenues, expenditures and changes in fund balances referred to above
present fairly, in all material respects, the respective financial position of the revenues, expenditures and
changes in fund balances of the Districts' of the City for the year ended June 30, 2020, in accordance
with accounting principles generally accepted in the United States of America.
Other Reporting Required by Government Auditing Standards
In accordance with Government Auditing Standards, we have also issued our report dated
December 21, 2020, on our consideration of the City's internal control over financial reporting and on our
tests of its compliance with certain provisions of laws, regulations, contracts, and grant agreements and
other matters. The purpose of that report is solely to describe the scope of our testing of internal control
over financial reporting and compliance and the results of that testing, and not to provide an opinion on
the effectiveness of the City's internal control over financial reporting or on compliance. That report is an
integral part of an audit performed in accordance with Government Auditing Standards in considering
the Districts' internal control over financial reporting and compliance.
Brea, California
December 21, 2020
2 Page 155
LANDSCAPE MAINTENANCE DISTRICTS#1 GENERAL CITY,#2 VICTORIA,#411 TERRA VISTA,
#6R CARYN COMMUNITY,AND#7 NORTH ETIWANDA, STREET LIGHTING DISTRICT#2 RESIDENTIAL,
AND PARK AND RECREATION IMPROVEMENT DISTRICT#85
CITY OF RANCHO CUCAMONGA
STATEMENT OF REVENUES, EXPENDITURES AND CHANGES IN FUND BALANCES
YEAR ENDED JUNE 30,2020
Landscape
Landscape Landscape Landscape Maintenance
Maintenance Maintenance Maintenance District#6R
District#1 District#2 District#4R Terra Caryn
General City Victoria Vista Community
Revenues:
Taxes $ 1,250,133 $ 3,569,927 $ 2,808,859 $ 526,748
Charges for services 9,680 733 151 -
Use of money and property 78,681 120,124 187,991 20,681
Contributions from City:
General benefit contribution - 323,730 - -
General benefit equivalent 150,800 - - 43,680
Miscellaneous - 1,605 - -
Total Revenues 1,489,294 4,016,119 2,997,001 591,109
Expenditures:
Personnel services 30,329 878,310 1,009,303 18,447
Operating costs:
Operations and maintenance 67,461 62,730 71,276 4,464
Contract services 517,008 1,125,709 351,514 234,983
Tree maintenance 52,500 157,007 71,515 34,670
Utilities 375,109 879,249 405,623 163,425
Assessment administration 62,850 35,080 20,980 6,680
Interfund allocation - 80,430 - -
General overhead allocation 48,030 289,680 235,870 35,510
Capital outlay 313,000 206,308 105,691 -
Debt service:
Principal retirement - - - -
Interest and fiscal charges - - - -
Total Expenditures 1,466,287 3,714,503 2,271,772 498,179
Net Change in Fund Balances 23,007 301,616 725,229 92,930
Fund Balances, Beginning of Year,
as originally reported 1,799,327 4,247,967 6,600,071 678,239
Restatements - - - -
Fund Balances, Beginning of Year, as restated 1,799,327 4,247,967 6,600,071 678,239
Fund Balances, End of Year $ 1,822,334 $ 4,549,583 $ 7,325,300 $ 771,169
See Notes to Statement of Revenues, Expenditures and Changes in Fund Balances
3 Page 156
LANDSCAPE MAINTENANCE DISTRICTS#1 GENERAL CITY,#2 VICTORIA,#4R TERRA VISTA,
#6R CARYN COMMUNITY,AND#7 NORTH ETIWANDA,STREET LIGHTING DISTRICT#2 RESIDENTIAL,
AND PARK AND RECREATION IMPROVEMENT DISTRICT#85
CITY OF RANCHO CUCAMONGA
STATEMENT OF REVENUES, EXPENDITURES AND CHANGES IN FUND BALANCES
YEAR ENDED JUNE 30,2020
Landscape Park and
Maintenance Street Lighting Recreation
District#7 District#2 Improvement
North Etiwanda Residential District#85
Revenues:
Taxes $ 947,458 $ 377,664 $ 1,161,474
Charges for services 3,791 - 20,041
Use of money and property 94,288 7,635 209,775
Contributions from City:
General benefit contribution - - -
General benefit equivalent - 363,500 217,060
Miscellaneous - - -
Total Revenues 1,045,537 748,799 1,608,350
Expenditures:
Personnel services 204,269 - 214,726
Operating costs:
Operations and maintenance 26,188 90,679 44,080
Contract services 358,873 689 241,381
Tree maintenance 15,820 - 14,241
Utilities 304,274 282,997 278,514
Assessment administration 16,130 38,080 144,590
Interfund allocation - - -
General overhead allocation 93,960 1,900 52,650
Capital outlay - 5,480 229,678
Debt service:
Principal retirement - 216,188 -
Interest and fiscal charges - 38,253 -
Total Expenditures 1,019,514 674,266 1,219,860
Net Change in Fund Balances 26,023 74,533 388,490
Fund Balances, Beginning of Year,
as originally reported 1,394,365 (3,317,791) 2,471,858
Restatements - 4,286,054 -
Fund Balances, Beginning of Year, as restated 1,394,365 968,263 2,471,858
Fund Balances, End of Year $ 1,420,388 $ 1,042,796 $ 2,860,348
See Notes to Statement of Revenues, Expenditures and Changes in Fund Balances
4 Page 157
LANDSCAPE MAINTENANCE DISTRICTS#1 GENERAL CITY, #2 VICTORIA,
#4R TERRA VISTA, #6111 CARYN COMMUNITY, AND#7 NORTH ETIWANDA,
STREET LIGHTING DISTRICT#2 RESIDENTIAL, AND
PARK AND RECREATION IMPROVEMENT DISTRICT#85
CITY OF RANCHO CUCAMONGA, CALIFORNIA
NOTES TO STATEMENT OF REVENUES, EXPENDITURES AND CHANGES IN FUND BALANCES
FOR THE YEAR ENDED JUNE 30, 2020
Note 1: Description of the Reporting Entity
The City of Rancho Cucamonga was incorporated on November 30, 1977, under the laws of the
State of California and enjoys all the rights and privileges applicable to a General Law City. It is
governed by an elected five-member board.
The City of Rancho Cucamonga, California, has formed certain maintenance districts and
authorized the levy of assessments pursuant to the terms and provisions of the "Landscaping
and Lighting Act of 1972," being Division 15, Part 2 of the Streets and Highways Code of the
State of California (commencing with Section 22500). The City levies annual assessments to
finance the costs and expenses necessary for maintenance and improvements in each
assessment district.
The City cannot levy and collect annual assessments within an assessment district without
complying with the procedures specified in the Landscaping and Lighting Act of 1972. On an
annual basis, an Engineer's Report must be prepared for each assessment district which
contains a full and detailed description of the improvements and the proposed assessments upon
assessable lots and parcels of land within the district.
The City Council must also adopt a resolution of intention which:
• Declares the intention of the City Council to levy and collect assessments within the
assessment district for the fiscal year stated therein.
• Generally, describes the existing and proposed improvements and any substantial
changes proposed to be made in existing improvements.
• Refers to the assessment district by its distinctive designation and indicates the general
location of the district.
• Refers to the Engineer's Report for a full and detailed description of the improvements,
the boundaries of the assessment district and any zones therein, and the proposed
assessments upon assessable lots and parcels of land within the district.
• Gives notice of the time and place for public hearing by the City Council on the levy of
the proposed assessment.
• States whether the assessment is proposed to increase from the previous year.
The improvements for the districts include, but are not limited to turf,ground cover,planter beds,
shrubs, plants and trees, landscape lighting, irrigation systems, electrical energy for irrigation
controllers, hardscapes, entry signs, sound walls, and all associated appurtenant facilities. A
description of the specific improvements to be maintained and serviced within each assessment
district is set forth in the Annual Engineer's Report. Maintenance may include the furnishing of
services and materials for the ordinary and usual maintenance, operation, and servicing of any
improvement, including repair, removal, or replacement of all or any part of any improvement;
providing for the life, growth, health, and beauty of landscaping, including cultivation, irrigation,
trimming,spraying,fertilizing,or treating for disease or injury;the removal of trimmings,rubbish,
debris, and other solid waste; the cleaning, sandblasting, and painting of walls and other
5 Page 158
LANDSCAPE MAINTENANCE DISTRICTS#1 GENERAL CITY, #2 VICTORIA,
#4R TERRA VISTA, #6111 CARYN COMMUNITY, AND#7 NORTH ETIWANDA,
STREET LIGHTING DISTRICT#2 RESIDENTIAL, AND
PARK AND RECREATION IMPROVEMENT DISTRICT#85
CITY OF RANCHO CUCAMONGA, CALIFORNIA
NOTES TO STATEMENT OF REVENUES, EXPENDITURES AND CHANGES IN FUND BALANCES
FOR THE YEAR ENDED JUNE 30, 2020
Note 1: Description of the Reporting Entity(Continued)
improvements to remove or cover graffiti.Service may include the furnishing of electric current or
energy, gas, or other illuminating agent for the lighting or operation of any improvements, and
water for the irrigation of any landscaping,the operation of any fountains, or the maintenance of
any other improvements.
The accompanying statement of revenues,expenditures and changes in fund balances contains
information relative only to the Landscape Maintenance Districts #1 General City, #2 Victoria,
#4R Terra Vista, #6R Caryn Community, and #7 North Etiwanda, Street Lighting District #2
Residential, and Park and Recreation Improvement District #85 of the City of Rancho
Cucamonga, which are an integral part of the City of Rancho Cucamonga.
Landscape Maintenance District No. 1 General City(LMD 1)was formed in 1979 and consists
of 8,347 single family homes, 10,280 multi-family units, and 8.83 acres of vacant land, seven
parks,and trails. Landscape improvements provided in LMD 1 may include,but are not limited to:
turf, ground cover, shrubs and trees, sprinkler and irrigation systems, ornamental lighting,
drainage systems, masonry walls,entryway monuments,and associated appurtenances.These
improvements include all necessary services; operations; administration; and maintenance
required to keep the abovementioned improvements in healthy, vigorous, and satisfactory
working condition.
The assessment rates are as follows:
Fiscal Year Fiscal Year Percentage
2019/20 2020/21 Change
Single family home $ 92.21 $ 92.21 0.00%
Condominium unit 46.11 46.11 0.00%
Multi-family unit 46.11 46.11 0.00%
Commercial/industrial parcel per acre 184.42 184.42 0.00%
Victoria Neighborhood Parks and Landscape Maintenance District(LMD 2)was formed in
1982 and consists of 5,890 single family homes,641 condominiums,589 multi-family units,56.03
acres of commercial/industrial, 75.35 acres of public service parcels,and 21.70 acres of vacant
land, six parks, and trails. On June 5, 2013, a Proposition 218 ballot proceeding was held, and
residents approved a rate increase.
The assessment rates are as follows:
Fiscal Year Fiscal Year Percentage
2019/20 2020/21 Change
Single family home $ 503.80 $ 503.80 0.00%
Condominium unit 370.98 370.98 0.00%
Multi-family unit 352.66 352.66 0.00%
Commercial/industrial parcel per acre 2,381.60 2,381.60 0.00%
Public service parcel per acre 137.40 137.40 0.00%
Undeveloped parcel per acre 100.76 100.76 0.00%
6 Page 159
LANDSCAPE MAINTENANCE DISTRICTS#1 GENERAL CITY, #2 VICTORIA,
#4R TERRA VISTA, #6111 CARYN COMMUNITY, AND#7 NORTH ETIWANDA,
STREET LIGHTING DISTRICT#2 RESIDENTIAL, AND
PARK AND RECREATION IMPROVEMENT DISTRICT#85
CITY OF RANCHO CUCAMONGA, CALIFORNIA
NOTES TO STATEMENT OF REVENUES, EXPENDITURES AND CHANGES IN FUND BALANCES
FOR THE YEAR ENDED JUNE 30, 2020
Note 1: Description of the Reporting Entity (Continued)
Landscape Maintenance District No. 4R Terra Vista (LMD 4R)was formed in 1984 and
consists of 2,652 single family homes, 1,441 condominiums, 3,809 multi-family, 35.41 acres of
schools, 176.41 acres of commercial/industrial,and 64.85 acres of vacant land.On December 2,
2009, a Proposition 218 ballot proceeding was held, and residents approved a rate increase.
The assessment rates are as follows:
Fiscal Year Fiscal Year Percentage
2019/20 2020/21 Change
Single family home $ 397.15 $ 397.15 0.00%
Condominium unit 317.72 317.72 0.00%
Multi-family unit 278.01 278.01 0.00%
Commercial/industrial parcel per acre 1,290.74 1,290.74 0.00%
Undeveloped parcel per acre 99.29 99.29 0.00%
School parcel per acre 99.29 99.29 0.00%
Landscape Maintenance District No. 6R Caryn Community (LMD 6R)was formed in 1986
and consists of 963 single family homes in Zone 1, 310 single family homes in Zone 2,
5.35 acres of schools,and 0.54 acres of vacant land. On September 1,2010,a Proposition 218
ballot proceeding was held, and residents approved a rate increase.
The assessment rates are as follows:
Fiscal Year Fiscal Year Percentage
2019/20 2020/21 Change
Single family home-Zone 1 $ 438.75 $ 451.92 3.00%
Single family home-Zone 2 329.06 338.94 3.00%
School parcel per acre 109.69 112.98 3.00%
Undeveloped parcel per acre 109.69 112.98 3.00%
Landscape Maintenance District No. 7 North Etiwanda (LMD 7) was formed in 1989 and
currently consists of 3,085 single family homes.
The assessment rates are as follows:
Fiscal Year Fiscal Year Percentage
2019/20 2020/21 Change
Single family home $ 307.05 $ 307.05 0.00%
Street Lighting Maintenance District No. 2 Residential (SLD 2)was formed in August 1983
and consists of 7,267 single family homes, 2,049 multi-family units, and 35.16 acres of
non-residential land. The SLD 2 assessments pay for energy and maintenance for streetlights
within the public right-of-way and dedicated easements within the boundaries of SLD 2.
7 Page 160
LANDSCAPE MAINTENANCE DISTRICTS#1 GENERAL CITY, #2 VICTORIA,
#4R TERRA VISTA, #6111 CARYN COMMUNITY, AND#7 NORTH ETIWANDA,
STREET LIGHTING DISTRICT#2 RESIDENTIAL, AND
PARK AND RECREATION IMPROVEMENT DISTRICT#85
CITY OF RANCHO CUCAMONGA, CALIFORNIA
NOTES TO STATEMENT OF REVENUES, EXPENDITURES AND CHANGES IN FUND BALANCES
FOR THE YEAR ENDED JUNE 30, 2020
Note 1: Description of the Reporting Entity (Continued)
The assessment rates are as follows:
Fiscal Year Fiscal Year Percentage
2019/20 2020/21 Change
Single family home $ 39.97 $ 39.97 0.00%
Multi-family unit 39.97 39.97 0.00%
Commercial/industrial parcel per acre 79.94 79.94 0.00%
Park and Recreation Improvement District No. 85 Red Hill and Heritage Park District
(PD 85) was formed in April 1985. PD 85 is a combination Improvement and Maintenance
District. This special tax was issued to pay for bonds that were sold in 1985 and refinanced in
1993. The bonds that were sold for the construction of the parks have been paid off as of 2005.
However,all parcels in PD 85 will continue to be assessed for the on-going maintenance of both
parks. The boundary of PD 85 is citywide except properties within the planned communities.
The assessment rates are as follows:
Fiscal Year Fiscal Year Percentage
2019/20 2020/21 Change
Single family home $ 31.00 $ 31.00 0.00%
Condominium unit 31.00 31.00 0.00%
Multi-family unit 31.00 31.00 0.00%
Commercial/industrial parcel
<1.50 acres 15.50/Lot 15.50/Lot 0.00%
1.51 - 3.50 acres 46.50/Lot 46.50/Lot 0.00%
3.51 - 7.00 acres 108.50/Lot 108.50/Lot 0.00%
7.01 - 14.00 acres 217.00/Lot 217.00/Lot 0.00%
14.01 - 25.00 acres 434.00/Lot 434.00/Lot 0.00%
>25.01 acres 775.00/Lot 775.00/Lot 0.00%
Note 2: Measurement Focus, Basis of Accounting and Financial Statement Presentation
The statement of revenues, expenditures and changes in fund balances is reported using the
current financial resources measurement focus and the modified accrual basis of accounting.
Revenues are recognized as soon as they are both measurable and available. Revenues are
considered to be available when they are collectible within the current period or soon enough
thereafter to pay liabilities of the current period. For this purpose, the government considers
revenues to be available if they are collected within 60 days of the end of the current fiscal
period. Expenditures are generally recorded when a liability is incurred, as under accrual
accounting except for sales tax and grant revenue where the government considers revenue to
be available if collected within 180 days of the end of the current fiscal year period. However,
debt service expenditures,as well as expenditures related to compensated absences and claims
and judgments, are recorded only when payment is due.
8 Page 161
LANDSCAPE MAINTENANCE DISTRICTS#1 GENERAL CITY, #2 VICTORIA,
#4R TERRA VISTA, #6R CARYN COMMUNITY, AND#7 NORTH ETIWANDA,
STREET LIGHTING DISTRICT#2 RESIDENTIAL, AND
PARK AND RECREATION IMPROVEMENT DISTRICT#85
CITY OF RANCHO CUCAMONGA, CALIFORNIA
NOTES TO STATEMENT OF REVENUES, EXPENDITURES AND CHANGES IN FUND BALANCES
FOR THE YEAR ENDED JUNE 30, 2020
Note 2: Measurement Focus, Basis of Accounting and Financial Statement Presentation
(Continued)
Assessment Revenue
Assessment revenue is recognized on the modified accrual basis, that is, in the fiscal year
for which the assessments have been levied providing they become available. Available
means then due,or past due and receivable within the current period and collected within the
current period or expected to be collected soon enough thereafter to be used to pay liabilities
of the current period. The County of San Bernardino collects the assessments for the
Districts. Assessment liens attach annually as of 12:01 A.M. on the first day in January
proceeding the fiscal year for which the assessments are levied.Assessments are levied on
real property as it exists on that date.The assessment levy covers the fiscal period July 1 to
June 30.One-half of the assessment is due November 1;the second half of the assessment
is due February 1. All assessments are delinquent if unpaid on December 10 and April 10,
respectively.
Fund Type
The Landscape Maintenance District#1 General City,#2 Victoria,#4R Terra Vista,#6 Caryn
Community, and #7 North Etiwanda, and Street Lighting District #2 funds included in this
report are accounted for in the City's financial records as special revenue funds. Special
revenue funds account for and report the proceeds of specific revenue sources that are
restricted or committed to expenditures for specified purposes. Special revenue funds are
designed to help determine and demonstrate resources that must be used for a specified
purpose are, in fact, used for that purpose.
The Park and Recreation Improvement District#85 fund included in this report is accounted
for in the City's financial records as an agency fund. Agency funds are used to account for
assets held by the City as trustee of agent for individuals, private organizations, or other
governmental unites, and/or other funds.
Note 3: Contributions from City
A General Benefit Contribution quantifies the dollar value of a general benefit to parcels within a
district which is required by law to be funded from sources other than special assessments.This
general benefit is contributed from general revenues by the City's General Fund. In the event a
district is operating at a deficit, lacks the resources for necessary maintenance or maintains
insufficient operating reserves, a General Benefit Equivalent may be authorized by the City
Council through the annual budget process. Per City policy, the amount of the General Benefit
Equivalent will not exceed 11%of the adjusted total budget of the district under consideration for
the subsidy.
Note 4: Advances from City
On August 16, 2017, the City Council authorized an advance of$4,286,054 from the General
Fund to the Street Lighting District#2 Fund to provide funding forthe purchase and acquisition of
Southern California Edison owned streetlights,the installation of LED lighting to streetlights,and
other one-time costs necessary to inventory the streetlights. The advance was completed in
phases and bears interest at 1.0% on the outstanding balance. The advance is payable in
monthly installments and the final payment will occur in August 2037. At June 30, 2020, the
outstanding balance amounted to $3,697,434.
9 Page162
LANDSCAPE MAINTENANCE DISTRICTS#1 GENERAL CITY, #2 VICTORIA,
#4R TERRA VISTA, #6R CARYN COMMUNITY, AND#7 NORTH ETIWANDA,
STREET LIGHTING DISTRICT#2 RESIDENTIAL, AND
PARK AND RECREATION IMPROVEMENT DISTRICT#85
CITY OF RANCHO CUCAMONGA, CALIFORNIA
NOTES TO STATEMENT OF REVENUES, EXPENDITURES AND CHANGES IN FUND BALANCES
FOR THE YEAR ENDED JUNE 30, 2020
Note 5: Restatement of Fund Balance
The Street Lighting District #2 Residential Fund reports a restatement of the beginning fund
balance of$4,286,054 for the authorized advance from the City's General Fund to the District as
described in Note 4.
In the City's financial statements, the District reports an interfund liability offset by an interfund
asset reported by the City's General Fund. The interfund liability and asset are reduced as the
advance is repaid by allocating resources between the District and City's General Fund. In
contrast, the District reports debt service expenditures to represent the repayment of the City's
advance in these stand-alone component reports. The difference in the reported fund balance
shown in the City's financial statements compared to the District's financial statements will be
eliminated when the advance is fully repaid.
10 Page163
LSU's
!!!
!.0!
!!
INDEPENDENT AUDITORS' REPORT ON INTERNAL CONTROL
OVER FINANCIAL REPORTING AND ON COMPLIANCE AND OTHER MATTERS
BASED ON AN AUDIT OF FINANCIAL STATEMENTS PERFORMED IN ACCORDANCE
WITH GOVERNMENT AUDITING STANDARDS
To the Community Parks and Landscape Citizens' Oversight Committee
City of Rancho Cucamonga, California
We have audited, in accordance with the auditing standards generally accepted in the United States of
America and the standards applicable to financial audits contained in Government Auditing Standards
issued by the Comptroller General of the United States, the statement of revenues, expenditures and
changes in fund balances of Landscape Maintenance Districts #1 General City, #2 Victoria, #4R Terra
Vista, #6R Caryn Community, and#7 North Etiwanda, Street Lighting District#2 Residential, and Park and
Recreation Improvement District #85 (collectively, the Districts), of the City of Rancho Cucamonga,
California (the City), for the year ended June 30, 2020, and the related notes to statement of revenues,
expenditures and changes in fund balances, and have issued our report thereon dated December 21, 2020.
Internal Control over Financial Reporting
In planning and performing our audit of the statement of revenues, expenditures and changes in fund
balances, we considered the City's internal control over financial reporting (internal control) as a basis for
designing audit procedures that are appropriate in the circumstances for the purpose of expressing our
opinions on the financial statements, but not for the purpose of expressing an opinion on the effectiveness
of the City's internal control. Accordingly, we do not express an opinion on the effectiveness of the City's
internal control.
A deficiency in internal control exists when the design or operation of a control does not allow management
or employees, in the normal course of performing their assigned functions,to prevent,or detect and correct,
misstatements on a timely basis. A material weakness is a deficiency, or a combination of deficiencies, in
internal control, such that there is a reasonable possibility that a material misstatement of the City's
statement of revenues, expenditures and changes in fund balances will not be prevented, or detected and
corrected on a timely basis. A significant deficiency is a deficiency, or a combination of deficiencies, in
internal control that is less severe than a material weakness, yet important enough to merit attention by
those charged with governance.
Our consideration of internal control was for the limited purpose described in the first paragraph of this
section and was not designed to identify all deficiencies in internal control that might be material
weaknesses or significant deficiencies. Given these limitations, during our audit we did not identify any
deficiencies in internal control that we consider to be material weaknesses. However, material weaknesses
may exist that have not been identified.
Compliance and Other Matters
As part of obtaining reasonable assurance about whether the Districts'statement of revenues,expenditures
and changes in fund balances are free from material misstatement, we performed tests of its compliance
with certain provisions of laws, regulations, contracts, and grant agreements, noncompliance with which
could have a direct and material effect on the determination of statement of revenues, expenditures and
PrimeGlobal
adrvd»« a.w,isu ro-n
1 1 1111
Page164
LS L:o:::00
To the Community Parks and Landscape Citizens' Oversight Committee
City of Rancho Cucamonga, California
changes in fund balances. However, providing an opinion on compliance with those provisions was not an
objective of our audit, and accordingly,we do not express such an opinion.The results of our tests disclosed
no instances of noncompliance or other matters that are required to be reported under
Government Auditing Standards.
Purpose of this Report
The purpose of this report is solely to describe the scope of our testing of internal control and compliance
and the results of that testing,and not to provide an opinion on the effectiveness of the City's internal control
or on compliance. This report is an integral part of an audit performed in accordance with Government
Auditing Standards in considering the City's internal control and compliance. Accordingly, this
communication is not suitable for any other purpose.
Brea, California
December 21, 2020
Page 165
� r
f^
SchoolIA��ogo
,��[�No
I OO@
Reo enin moo 11
p 9
mo; rv� k
I p t
.p
y- � ,z* � ! •�� r�� !fir'' � �
�. � d Pam` ►. ��� ,,� •� � y._..:, " � ,�,
'e P"
m a c s
Akft
N -a
jv
�Q BODY. 04
RANCHO
CUCAMONGA d
fit.
W h a t ' s What '
• •
a pp en in g ? Imp a ct
•
hat ' s our
,BODY.fqR
= `'9RDIN�G
RANCHO Re s o n s e ?.
CUCAMONGA
W h a t ' s
a p p e n g ?
• COVID- 19 Hits U . S . in early 2020
• School Closures in March 2020 4 Distance Learning Model
• Schools Begin Reopening in March and April 2021
• Districts are Quickly Gearing Up to Reopen
• Continued Updating of State Standards & Policies
i ° �Oa • Hybrid Model of In-Person Learning
f
y�
i
What s it
Lk
m a ct in
{ r
AL
R
School elated
Tra
BODY.fqR
I to
`'ARDIN�G
RANCHO
CUCAMONGA
•
Tr a d it chool Schedule
6 10 12 2 4
BODY.f
�O 4�T
i `'ARDIN�G
RANCHO
CUCAMONGA
Hyb r School Schedules
6 8 10 12 2 4
6 10 12 2 4
gODY.f
i `'ARDIN�G
RANCHO
CUCAMONGA
OStS
what ' s it
Tr a d itio n a 1 : mp acting
1?
$ 2 2
Ok +
Hybrid Models :
2 - 4 x Traditional Availabilityof
on • / 2 IRates Vendor
�r4 �Q BODY.fq�
taffin g ?
RANCHO
I ARDINO
CUCAMONGA
i
do
Reass 'ig -ji *ing School Resource
Off*icers to Schools
School Area
Schedul ',-mng
RANCHOEnforce , ent
CUCAMONGA
a
b-
4
- Y F
t
r•
.. r \
IL
F 7 .
-o l~�
pill
r i�:� 1�y li• � � �;�
SAS :: t- :
uu
fit, r. r
c r
LOS AMIGOS A COMMUNITY SCHOOL
,. Reintroduce IRC & Community School
J y�
�r.,., ludingin- erson activities .
pro rag, nc
r }
A-� r
• HRCindiscussion with h I to ollaborate .
school c
on conductingneeds assessments .
oot
f
• Address needs with new and timely program,,
and services . _
`aQ BODY.FgRT -
9
F_C0
Ak
CHAFFEY JOINT UNION MENTAL HEALTH TASK F
HRC is an active participant and will continue to
� collaborate with local and regional partners to strategi
` address teen mental health , particularly challenges th
t have been a result of, or exacerbated by the pandemi
• r
_y
.r
•� Reintroduce SRTS and implement it SAF
,x
person activities and programs that
promote physical activity.
RO UTES To
W, Promote pedestrian / driver safety
SCIIOOL
printed throu h and electronic
g
material .
■
Saf e
j . • flutes
See and Be
; - - -
■ ■
■ Assume They See1
L
F Ic
rub I " Sa fet
Y "P
,.
C a m p a
t
1* 9
"OK L6k)K
LJtKL�K &-x)K LO &OK
Stay A I ort - Stay A]We Stay Alert - Stay Al Ive
t,
See and Be Seen
.
Stop, Look, � �4
Y.
.r5 AGG 1}'��C�idlT•31iWli
F ICIi MP stir ay��71�
i W�lid.��rtiT�riY�I�riW r
W I ��^rr.dti�.k�r rk Wel Ld�iri�r✓i
�tr.� IAMB
���
� zcrun�
L Zr rir.Y��. + y
LILIITSrL{� A 4r�.ra���Y RTI C
=== q
5 �.`
Lev lly,4u.Y. �
LL
Y I a_d._.iri�df� �Y
R� CTaMi
{�IfM.RiI F Y
♦1� OK
t)K L t*O K
Stay Alert - Stay Alivv
y
RANCHO
CUCAMONGA
Proposed Crossing Guard Policy
• Annual Crossing Guard Study
• City Engineer's Recommendations for Crossing Guard ......
Locations
• Continued Use of a Crossing Guard Vendor04,
• City to Fund 2 1- Hour Shifts Per Recommended Location
• Authorize City Manager to Approve FY20/21 Locations
• Encourag e Districts to Evaluate Non- Recommended
Locations
r
• Districts to Fund Supplemental Crossing Guard Services �
for Non-Traditional Schedules
ADDITIONAL MATERIAL: 03/03/2021 CITY COUNCIL METING ITEM F2
RESOLUTION NO. 2021-013
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO
CUCAMONGA, CALIFORNIA, ESTABLISHING A POLICY ON THE
PROVISION OF CROSSING GUARD SERVICES
WHEREAS, pursuant to California Vehicle Code Sections 21100(i) and 21100.3, the City may
provide for the appointment of non-student school crossing guards for the protection of persons who are
crossing a street or highway in the vicinity of a school; and
WHEREAS, pursuant to California Education Code Section 45450, School District governing
boards may employ personnel necessary to act as guards at pedestrian crossings to ensure the safety of
school children; and
WHEREAS, Chapter 7D, "Crossing Supervision"of the California Manual on Uniform Traffic Control
Devices sets forth guidance, warrants, policies, and procedures related to the provision of adult crossing
guards on streets or highways; and
WHEREAS, the City has provided and fully funded crossing guard services at school crossings
based on the warrants established in Chapter 7D of the California Manual on Uniform Traffic Control
Devices in the past by means of a qualified vendor; and
WHEREAS, the schools citywide were closed beginning March 16, 2020 in response to the
Coronavirus pandemic; and
WHEREAS, the School Districts are currently planning to reopen schools and resume in-person
education utilizing a hybrid model in March and April 2021; and
WHEREAS, the City desires to partner with School Districts within the City to provide crossing
guards where they meet defined minimum criteria for the benefit of students and residents.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, HEREBY
RESOLVES, that
A. It is in the best interest of the City to establish a policy on the provision and funding of
crossing guard services; and
B. The City Engineer shall annually initiate a crossing guard study to evaluate school
crossings, including those served by crossing guards and locations identified through
School District and City discussions. Said study parameters shall be established by the City
Engineer utilizing his or her professional judgment and the hourly warrant thresholds
established in Chapter 7D, "Crossing Supervision" of the California Manual on Uniform
Traffic Control Devices, Latest Edition, or similar publication of the State of California; and
C. Based on the most recent crossing guard study, the City Engineer shall make a
recommendation to the City Council on locations to provide crossing guard services in the
upcoming fiscal year as part of the budget adoption process; and
D. The City utilizes a crossing guard vendor qualified to provide crossing guard services
pursuant to California Vehicle Code Section 21100(e) and Chapter 7D, "Crossing
Supervision" of the California Manual on Uniform Traffic Control Devices; and
Resolution No. 2021-013— Page 1 of 2
E. The City funds two shifts—consisting of coverage for a 1-hour morning drop-off and 1-hour
afternoon pick-up period—of crossing guard services for each location recommended for
crossing guard services by the City Engineer; and
F. For the remainder of fiscal year 2020-2021, in order to meet the expedited reopening
process, the City Council delegates to the City Manager the ability to approve the City
Engineer recommended locations for crossing guard services, with a copy forwarded to the
City Council for their information after approval: and
G. The City encourages School Districts to evaluate school crossing locations that are not
recommended for provision of crossing guard services by the City Engineer to determine if
such services should be provided by the School District under the authority of California
Education Code Section 45450; and
H. If a School District requests crossing guard shifts for non-traditional school schedules,
including hybrid in-person education, beyond those identified in Paragraph E above, then
the supplemental crossing guard shifts shall be funded either directly by the affected School
District, or through a cost sharing agreement with between the City and affected School
District, wherein the School District shall reimburse the City for costs above and beyond
those provided for in Paragraph E.
PASSED, APPROVED, AND ADOPTED this 3rd day of March 2021.
Resolution No. 2021-013— Page 2 of 2
CITY OF RANCHO CUCAMONGA
$l
DATE: March 3, 2021
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Anne McIntosh, AICP, Planning Director
David F. Eoff IV, Senior Planner
SUBJECT: DRC2020-00482 — DR Horton - A Request for a Design Review
Modification to the Day Creek Square Development Located at the
Southwest Corner of Day Creek Boulevard and Base Line Road by
Modifying the Current Conditions of Approval Associated with the Project
Applications with the Removal of Condition #13 that Places Restrictions
on the Residential Occupancy of the Day Creek Square Residential
Community. (RESOLUTION NO. 2021-012) (CITY)
RECOMMENDATION:
Staff recommends the City Council adopt Resolution (2021-012) approving design review
modification with the removal of Condition #13 that places restrictions on the residential
occupancy of the Day Creek Square residential community.
BACKGROUND:
In 2017, DR Horton was granted approval by the City Council to subdivide 28.4 acres of land at
the southwest corner of Day Creek Boulevard and Base Line Road for the construction of a mixed
use project consisting of 380 residential units, a 71-room hotel, and two commercial building pads
totaling 12,000 square feet. The project was initiated through a preliminary review application
and pre-application review workshop in 2015. The formal application and entitlement process
included the following approvals:
• Tentative Parcel Map SUBTPM 19762
• Tentative Tract Map SUBTT 20032
• Conditional Use Permit DRC2016-00449
• Design Review Application DRC2016-00450
• Uniform Sign Program DRC2016-00451
• Victoria Community Plan Amendment DRC2016-00452
• Minor Exception DRC2016-00508
The project is progressing forward towards completion. The commercial pad buildings are entitled,
permitted, and nearly complete. The residential area is on-going and working through each phase
and is expected to be complete with construction with all units ready for occupancy by late 2021,
early 2022. The hotel, which is the final piece of the overall project, has received approval of their
construction plans from Building and Safety, Planning, and Engineering, and is ready for permit
issuance. However, the hotel has not obtained permits nor begun construction, and the
anticipated construction start date for the hotel is unknown at this time.
Page 166
ANALYSIS:
During the entitlement process, the project was envisioned to be compatible with surrounding
developments, such as the Stater Brothers neighborhood center that was also being planned at
the time, the existing commercial center to the west, and Victoria Gardens. The project site is
located at one of the City's prominent intersections and at the time was one the few remaining
vacant parcels in the City that was 30 acres or larger. With its proximity to other services and its
prominent location, the site was seen as a great opportunity for substantial land use planning and
potential economic synergy.
The overall project approval included various conditions of approval that provided additional
requirements and regulations for the project to meet and maintain. Some conditions were typical
conditions that are applied to all projects of this type, while others were special conditions that
were specific to the completion and expectations of the project. One of the special conditions,
Condition #13 listed under SUBTPM19762, reads "No more than 65% of the permits for the
residential units (247) shall be issued unless building permits for the hotel and two restaurant
buildings have been issued. Occupancy for the residential units shall be limited to 90% (342 units)
until occupancy has been approved for the hotel and the two restaurant buildings...". Condition
#13 was placed on the project as a way to ensure all phases were completed and the overall
project was finalized in a manner that met the expectations of the City and City Council.
The commercial uses and residential uses are progressing on schedule and as anticipated.
However, due to the unfortunate circumstances of the pandemic and the impact it's having on the
hotel/hospitality industry has caused an inability for the hotel owner to secure funding and proceed
with construction. The delay with the hotel and special condition #13 has put DR Horton in a
unique position that is out of their control. The residential construction is progressing as planned
with 230 residents throughout the community. To date, over 50 additional homes, not yet
completed, have been sold or will be ready for occupancy within the next few months. According
to DR Horton, a modest projection of ongoing sales and construction will put them at the threshold
of 342 homes ready for occupancy by the end of June this year.
The hotel likely has a 10 to 14-month construction timeframe. If construction commenced this
month, the hotel would not be complete and ready for occupancy until December 2021/January
2022 at the earliest, several months after DR Horton anticipates being ready to close their 342nd
home. DR Horton does not have control over the hotel portion or their anticipated schedule.
Additionally, the hotel owner does not have control over the restrictions or progress towards
financial institutions willingness to provide investment/lending opportunities for the hotel industry.
The City has discussed the status of the hotel project with the owner on several occasions and
believes the owner remains eager to move forward with the project. According to the hotel owner,
there have been several attempts to work with different financial lending companies, and each
request ended with the same negative result. The hotel owner intends to continue pursuing
funding and hopes to move forward with the project as soon as possible.
Based on this information, staff believes DR Horton is in a difficult position that is out of their
control and will ultimately lead to the residential progress slowing down and/or stopping
completely. The applicant is requesting this condition be stricken in its entirety. The existing
conditions of approval will remain in place and applicable to the project, and no additional changes
to the project are included with this request. The overall development approval, planning
areas/phases, number of residential units, etc. will remain as is.
Page 2
Page 167
FISCAL IMPACT:
A fiscal impact analysis was prepared as part of the original project application in 2016 under the
assumption that the hotel would be constructed and generate transient occupancy tax and the
commercial spaces would be occupied by sales-tax generating uses. The hotel and commercial
space would collectively help offset the recurring service impacts to the General Fund, minimizing
any negative fiscal impacts. However, with the delay in the hotel, the delay with the opening of
the Broken Yolk restaurant, and the non-sales-tax generating dental office and financial lender
occupying the remaining commercial space, the City is likely to see a negative fiscal impact and
loss in revenue for the first several years until the hotel is able to open and operate.
Although the delays and current land uses may contribute to a negative fiscal impact on the
project, it remains out of DR Horton's control. The circumstance, primarily a result of the ongoing
pandemic,was not anticipated by the City, DR Horton, or the hotel owner, and such circumstances
should not be used to penalize DR Horton and prevent them from completing their portion of Day
Creek Square.
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
Although a specific City Council goal does not directly apply to this application, the proposed Day
Creek Square project will continue to move forward as originally planned and will meet many of
the City Council's Core Values. The project will maintain continuous improvement, work towards
building and preserving a family-oriented atmosphere, provide and nurture a high quality of life
for all, and promote and enhance a safe and healthy community for all. The removal of the
condition will allow the residential portion to progress on schedule and will bring the overall project
closer to completion.
ATTACHMENTS:
Attachment 1 — Resolution No. 2021-012
Attachment 2 — Revised Conditions of Approval
Page 3
Page 168
RESOLUTION NO. 21-XX
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO
CUCAMONGA, CALIFORNIA, APPROVING DESIGN REVIEW
MODIFICATION DRC2020-00482, MODIFYING SUBTPM 19762,
SUBTTM 20032, DRC2016-00449, DRC2016-00450, DRC2016-00451,
DRC2016-00452, DRC2016-00508 BY MODIFYING THE CURRENT
CONDITIONS OF APPROVAL WITH THE REMOVAL OF CONDITION
#13 THAT PLACES RESTRICTIONS ON THE RESIDENTIAL
OCCUPANCY OF THE COMMUNITY. THE PROJECT SITE IS LOCATED
AT THE SOUTHWEST CORNER OF DAY CREEK BOULEVARD AND
BASE LINE ROAD —APN: 1090-695-90.
A. Recitals.
WHEREAS, In 2017 the City Council approved a mixed use project at the southwest
corner of Base Line Road and Day Creek Boulevard and adopted Mitigated Negative
Declaration, subject to conditions of approval, allowing the development of 380 residential
units, two commercial buildings totaling 12,000 square feet, and a 71-room hotel, commonly
referred to as Day Creek Square; and
WHEREAS, DR Horton has filed an application requesting the approval of Design
Review modification DRC2020-00482 as described in the title of this Resolution, specifically
requesting the modification of the conditions of approval associated with the original project
entitlement by removing Condition #13 in its entirety. Hereinafter in this Resolution, the
subject Design Review request is referred to as "the application."; and
WHEREAS, On January 27, 2021, the Planning Commission of the City of Rancho
Cucamonga conducted a duly noticed public hearing on the application and concluded said
hearing on that date and recommended approval of the application to the City Council for
their consideration; and
WHEREAS, On March 3, 2021, the City Council of the City of Rancho Cucamonga
reviewed the information provided at a regular scheduled City Council Meeting; and
WHEREAS, All legal prerequisites prior to the adoption of this Resolution have
occurred.
B. Resolution.
NOW, THEREFORE, the Rancho Cucamonga City Council does hereby find, determine,
conclude, and resolve as follows:
1. This City Council hereby specifically finds that all of the facts set forth in the Recitals,
Part A, of this Resolution are true and correct.
2. Based upon the substantial evidence presented to the City Council during the above-
referenced public hearing on March 3, 2021, including written and oral staff reports, together with
public testimony, this City Council hereby specifically finds as follows:
Page 169
a. The application applies to the property located at the southwest corner of Day
Creek Boulevard and Base Line Road at APN 1090-695-90 with an area of roughly 30 acres and
is currently approved for a mixed-use development consisting of 380 residential units, two
commercial buildings totaling 12,000 square feet, and 71-room hotel. The site is bound by
commercial shopping center to the north and east, and residential uses to the west and south;
and
b. The site has a General Plan land use designation of Mixed Use; and
C. The application is a request to modify the existing conditions of approval
applicable to current development project as described above by removing Condition #13 that
restricts the number of residential occupancies until occupancy on the hotel and commercial pads
are granted; and
d. The proposed removal of Condition #13 will not impact or alter the overall
development, and will only allow the residential area of the project to maintain progress towards
completion of construction and occupancy of units; and
e. All other existing conditions of approval will remain effective and applicable to
the project; and
3. Based upon the substantial evidence presented to this City Council during the above-
referenced public hearing and upon the specific findings of facts set forth in paragraphs 1 and 2
above, this City Council hereby finds and concludes as follows:
a. The proposed project is consistent with the General Plan. The General Plan land
use designation for the project is Mixed Use, which provides for a wide range of residential and
non-residential uses. The project was originally approved in 2017 and such approval will remain
consistent with the General Plan even with the removal of Condition #13; and
b. The proposed use is in accord with objective of the Development Code, and the
purposes of the district in which the site is located. The previously approved project will not be
altered and modified and will remain in accord with the mixed-use designation of the Development
Code even with the removal of Condition #13; and
C. The proposed use is in compliance with each of the applicable provisions of the
Development Code. The project meets all applicable development standards as required from the
previous approval and will continue to meet such standards with the removal of Condition #13;
and
d. The proposed use, together with the conditions applicable thereto, will not be
detrimental to the public health, safety, and welfare, or materially injurious to properties or
improvements in the vicinity. The proposed use is a compatible and complimentary to the existing
surrounding developments where it is located, as it meets the intent and purpose of the General
Plan Designation and Zoning District for the project site. All existing conditions of approval will
remain effective and applicable to the project, with the exception of Condition#13 which has been
stricken; and
4. Pursuant to the California Environment Quality Act (CEQA), a Mitigated Negative
Declaration was adopted and approved in 2017 as part of the original project approval and was
determined that the project would not have any significant impacts on the environment. The
request to modify a condition of approval will not result in any significant impacts or additional
Page 170
impacts that weren't previously addressed by the Mitigated Negative Declaration. Therefore, no
further environmental review is required.
5. Based upon the findings and conclusions set forth in paragraphs 1, 2, 3, and 4 above,
this City Council hereby approves the application subject to each and every condition set forth in
the Conditions of Approval, attached hereto and incorporated herein by this reference.
6. The City Clerk shall certify to the adoption of this Resolution.
PASSED, APPROVED, AND ADOPTED THIS 3RD DAY OF MARCH 2O21
Page 171
Conditions of Approval
RANCHO CUCAMONGA Community Development Department
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Please be advised of the following Special Conditions
1. CCR's shall be submitted and reviewed prior to Building Permit issuance. In addition to the CCR's,
a parking management plan shall be included with the CCR's that shall include provisions for
managing, inspecting and enforcement procedures to ensure that all garages are kept free and
clear to provide adequate area to store 2 cars.
2. Plans submitted for plan check shall incorporate all conditions of approval from the Design Review
Committee.
3. Final design of all architectural details, including, but not limited to, rafter tails, recesses, braces,
awnings, recessed niches and similar architectural features, shall be subject to City Planner review
and approval during plan check. Architectural elements shown on the entitlement plans that convey
wood elements shall either be real wood, foam, cementitious material or equivalent that reflects an
authentic wood appearance; the use of metal for wood elements, including, but not limited to,
braces, columns, beams, posts, headers, trellis elements or similar features is not permitted.
4. During grading activity, all construction equipment (= 150 horsepower) shall be California Air
Resources Board (CARB) Tier 3 Certified or better.
5. Construct a minimum 6-foot high noise barrier for the outdoor living areas (first floor patios) of
multi-family residential condos/townhomes, and hotel rooms with first floor patios, adjacent to Day
Creek Boulevard and Base Line Road.
6. Construct a minimum 6-foot high noise barrier for the outdoor living areas (backyards) of the
single-family residential homes adjacent to Day Creek Boulevard.
Printed:1/21/2021 g
www.CityofRC.us Page 172
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Please be advised of the following Special Conditions
7. Interior Noise Mitigation:
Windows: All windows and sliding glass doors shall be well fitted, well weather-stripped assemblies
and shall have the following minimum sound transmission class (STC) ratings: Upgraded first,
second, and third floor windows with a minimum STC rating of 30 are required for residential (single-
and multi-family), hotel, and commercial buildings adjacent to Day Creek Boulevard and Base Line
Road. All other buildings require standard windows with a minimum STC rating of 27.
Doors: All exterior doors shall be well weather-stripped solid core assemblies at least one and
three-fourths-inch thick.
Walls: At any penetrations of exterior walls by pipes, ducts, or conduits, the space between the wall
and pipes, ducts, or conduits shall be caulked or filled with mortar to form an airtight seal.
Roof: Roof sheathing of wood construction shall be well fitted or caulked plywood of at least one
half inch thick. Ceilings shall be well fitted, fully sealed gypsum board of at least one-half inch thick.
Insulation with at least a rating of R-19 shall be used in the attic space.
Attic: Attic vents should be oriented away from Day Creek Boulevard and Base Line Road. If such
an orientation cannot be avoided, then an acoustical baffle shall be placed in the attic space behind
the vents.
Ventilation: Arrangements for any habitable room shall be such that any exterior door or window can
be kept closed when the room is in use and still receive circulated air. A forced air circulation system
(e.g. air conditioning) or active ventilation system (e.g. fresh air supply) shall be provided which
satisfies the requirements of the Uniform Building Code.
8. Prior to approval of grading plans and/or issuance of building permits, plans shall include a note
indicating that noise-generating project construction activities shall only occur between the hours of
7:00 a.m. to 8:00 p.m. on weekdays, including on Saturdays, with no activity allowed on Sundays
and holidays.
www.CityofRC.us Page 173
Printed:1/21/2021 g Page 2 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Please be advised of the following Special Conditions
9. Install minimum 12-foot high temporary construction noise barriers at the southern Project site
boundary, as shown on Exhibit 11-A of the Noise Impact Analysis for the duration of construction
activities at the project site. The noise control barriers must present a solid face from top to bottom.
The noise control barrier must meet the minimum heights shown on Exhibit 11-A.
• The barrier shall provide a weight of at least 4 pounds per square foot of face area with no
decorative cutouts or line-of-sight openings between shielded areas and the noise source. The
noise barrier shall be constructed using one of the following materials:
o An acoustical blanket (e.g. vinyl acoustic curtains or quilted blankets) attached to the
construction site perimeter fence or equivalent temporary fence posts;
o Masonry block;
o Stucco veneer over wood framing (or foam core), or 1-inch thick tongue and groove wood of
sufficient weight per square foot;
o Glass (1/4 inch thick), or other transparent material with sufficient weight per square foot;
o Earthen berm;
o Any combination of these construction materials satisfying a weight of at least 4 pounds per
square foot of face area.
• The noise barriers must be maintained and any damage promptly repaired. Gaps, holes, or
weaknesses in the barrier or openings between the barrier and the ground shall be promptly
repaired.
• The noise control barriers and associated elements shall be completely removed and the site
appropriately restored upon the conclusion of the construction activity.
• During all Project site construction, the construction contractors shall equip all construction
equipment, fixed or mobile, with properly operating and maintained mufflers, consistent with
manufacturers' standards. The construction contractor shall place all stationary construction
equipment so that emitted noise is directed away from the noise sensitive receptors nearest the
project site.
• The construction contractor shall locate equipment staging in areas that will create the greatest
distance between construction-related noise sources and noise-sensitive receivers nearest the
project site (i.e., to the center) during all Project construction.
• The construction contractor shall limit haul truck deliveries to the same hours specified for
construction equipment (between the hours of 7:00 a.m. to 8:00 p.m. on weekdays, including on
Saturdays, with no activity allowed on Sundays and holidays).
• The construction contractor shall limit haul truck deliveries to the same hours specified for
construction equipment (between the hours of 7:00 a.m. to 8:00 p.m. on weekdays, including on
Saturdays, with no activity allowed on Sundays and holidays). The contractor shall prepare a
haul route exhibit and shall design delivery routes to minimize the exposure of sensitive land uses or
residential dwellings to delivery truck-related noise.
10. The developer shall pay the current residential school facility fee plus the Etiwanda School District
special tax.
www.CityofRC.us Page 174
Printed:1/21/2021 g Page 3 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Please be advised of the following Special Conditions
11. Transportation and Traffic:
Project to restripe rightmost northbound through lane as a shared through-right turn lane and adjust
signal timing splits at Day Creek Boulevard and Foothill Boulevard.
Project to contribute fair share towards improvements at East Avenue and Base Line Road as part
of the 1-15 Freeway / Base Line Road Interchange Project. Payment will be collected through
Development Impact Fees.
12. Tribal Cultural Resources:
In the event that human remains or funerary objects are encountered during any activities
associated with the project, work in the immediate vicinity (within a 100-foot buffer of the find) shall
cease and the County Coroner shall be contacted pursuant to State Health and Safety Code
§7050.5 and that code enforced for the duration of the project.
In the event that Native American cultural resources are discovered during project activities, all work
in the immediate vicinity of the find (within a 60-foot buffer) shall cease and a qualified archaeologist
meeting Secretary of Interior standards shall be hired to assess the find. Work on the other portions
of the project outside of the buffered area may continue during this assessment period. The
archaeologist shall contact Tribal communities for input regarding the preservation, retention and
final disposition of any discovered cultural resources. The archaeologist shall prepare a mitigation
plan and technical resources management report, which shall document the inventory, evaluation,
and proposed mitigation of resources within the project area.
In the event that significant Native American historical resources, as defined by CEQA (as
amended, 2015), are discovered and avoidance cannot be ensured, an SOI-qualified archaeologist
shall be retained to develop a cultural resources Treatment Plan, as well as a Discovery and
Monitoring Plan.
13.
14. Security cameras shall be installed in the linear park along the south edge. Final design of the
cameras, location and placement shall be subject to the review and approval by the Planning
Department and the San Bernardino County Sheriff. The cameras shall be designed to connect to
the Public Video Safety Network.
www.CityofRC.us Page 175
Printed:1/21/2021 g Page 4 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Please be advised of the following Special Conditions
15. Prior to final map recordation, the developer shall make a good faith effort to secure easement
rights at the western boundary of the project site from the property owner for pedestrian access from
the project through the utility corridor to the San Bernardino County Flood Control Access
Road/Regional Trail. If access rights are secured, the developer shall install a pedestrian access
gate subject to City Planner review and approval.
16. Prior to final map recordation, the parking agreement exhibit and language governing the use of
parking stalls on the commercial parcels by the residential units under certain specified conditions
shall be reviewed by the Planning and Engineering Department.
Standard Conditions of Approval
17. As conditioned by the Design Review Committee, Villages A and D dwellings shall have the front,
side and rear elevations upgraded with architectural treatment, detailing and increased delineation
of surface treatment subject to Planning Director review and approval prior to issuance of Building
Permits.
18. Standard patio cover plans for use by the Homeowner's Association shall be submitted for Planning
Director and Building and Safety Official review and approval prior to issuance of Building Permits.
19. For the hotel and restaurant buildings, paint roll-up doors and service doors to match main building
colors.
20. All roof appurtenances, including air conditioners and other roof mounted equipment and/or
projections shall be screened from all sides and the sound shall be buffered from adjacent
properties and streets as required by the Planning Department. Such screening shall be
architecturally integrated with the building design and constructed to the satisfaction of the Planning
Director. Any roof-mounted mechanical equipment and/or ductwork, that projects vertically more
than 18 inches above the roof or roof parapet, shall be screened by an architecturally designed
enclosure which exhibits a permanent nature with the building design and is detailed consistent with
the building. Any roof-mounted mechanical equipment and/or ductwork, that projects vertically less
than 18 inches above the roof or roof parapet shall be painted consistent with the color scheme of
the building. Details shall be included in building plans.
21. The applicant shall agree to defend at his sole expense any action brought against the City, its
agents, officers, or employees, because of the issuance of such approval, or in the alternative, to
relinquish such approval. The applicant shall reimburse the City, its agents, officers, or employees,
for any Court costs and attorney's fees which the City, its agents, officers, or employees may be
required by a court to pay as a result of such action. The City may, at its sole discretion, participate
at its own expense in the defense of any such action but such participation shall not relieve
applicant of his obligations under this condition.
22. Approval of Design Review DRC2016-00450, Conditional Use Permit DRC2016-00449, Minor
Exception DRC2016-00508, Uniform Sign Program DRC2016-00451,Tentative Tract SUBTT20032
and SUBTPM19762 is granted subject to the approval of Victoria Community Plan Amendment
DRC2016-00452.
www.CityofRC.us Page 176
Printed:1/21/2021 g Page 5 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Standard Conditions of Approval
23. Copies of the signed Planning Commission Resolution of Approval or Approval Letter, Conditions of
Approval, and all environmental mitigations shall be included on the plans (full size). The sheet(s)
are for information only to all parties involved in the construction/grading activities and are not
required to be wet sealed/stamped by a licensed Engineer/Architect.
24. The applicant shall be required to pay California Department of Fish and Wildlife Notice of
Exemption and Mitigated Negative Declaration fee in the amount of $2,266.25. All checks are to be
made payable to the Clerk of the Board Supervisors and submitted to the Planning Commission
Secretary prior to public hearing.
25. Approval for Design Review, Conditional Use Permit, Minor Exception and Uniform Sign Program
shall expire if Building Permits are not issued or approved use has not commenced within 5 years
from the date of approval or a time extension has been granted. Approval for Tentative Maps shall
expire within 3 years unless the Final map has been filed with the Engineering Services Department
is filed or a time extension has been approved.
26. For multi-family residential and non-residential development, property owners are responsible for
the continual maintenance of all landscaped areas on-site, as well as contiguous planted areas
within the public right-of-way. All landscaped areas shall be kept free from weeds and debris and
maintained in healthy and thriving condition, and shall receive regular pruning, fertilizing, mowing,
and trimming. Any damaged, dead, diseased, or decaying plant material shall be replaced within 30
days from the date of damage.
27. A detailed landscape and irrigation plan, including slope planting and model home landscaping in
the case of residential development, shall be prepared by a licensed landscape architect and
submitted for Planning Director review and approval prior to the issuance of Building Permits for the
development or prior final map approval in the case of a custom lot subdivision. For development
occurring in the Very High Fire Hazard Severity Zone, the landscape plans will also be reviewed by
Fire Construction Services.
28. Landscaping and irrigation systems required to be installed within the public right-of-way on the
perimeter of this project area shall be continuously maintained by the developer.
29. A minimum of 20 percent of trees planted within industrial projects, and a minimum of 30 percent
within commercial and office projects, shall be specimen size trees - 24-inch box or larger.
30. A minimum of trees per gross acre, comprised of the following sizes, shall be provided within
the project: percent - 48-inch box or larger percent - 36-inch box or larger,
percent - 24- inch box or larger, percent - 15-gallon, and percent- 5 gallon.
31. Within parking lots, trees shall be planted at a rate of one 15-gallon tree for every three parking
stalls.
32. The final design of the perimeter parkways, walls, landscaping, and sidewalks shall be included in
the required landscape plans and shall be subject to Planning Director review and approval and
coordinated for consistency with any parkway landscaping plan which may be required by the
Engineering Services Department.
www.CityofRC.us Page 177
Printed:1/21/2021 g Page 6 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Standard Conditions of Approval
33. Special landscape features such as mounding, alluvial rock, specimen size trees, meandering
sidewalks (with horizontal change), and intensified landscaping, is required along Day Creek
Boulevard.
34. All walls shall be provided with decorative treatment. If located in public maintenance areas, the
design shall be coordinated with the Engineering Services Department.
35. Landscaping and irrigation shall be designed to conserve water through the principles of water
efficient landscaping per Development Code Chapter 17.82.
36. The applicant shall contact the U.S. Postal Service to determine the appropriate type and location of
mailboxes. Multi-family residential developments shall provide a solid overhead structure for
mailboxes with adequate lighting. The final location of the mailboxes and the design of the
overhead structure shall be subject to Planning Director review and approval prior to the issuance of
Building Permits.
37. The Covenants, Conditions and Restrictions shall restrict the storage of recreational vehicles on this
site unless they are the principal source of transportation for the owner and prohibit parking on
interior circulation aisles other than in designated visitor parking areas.
38. All units shall be provided with garage door openers if driveways are less than 18 feet in depth from
back of sidewalk.
39. All parking lot landscape islands shall have a minimum outside dimension of 6 feet.
40. All parking spaces shall be 9 feet wide by 18 feet long with a required 1-foot overhang (e.g., over a
curb stop).
41. All parking spaces shall be double striped per City standards and all driveway aisles, entrances, and
exits shall be striped per City standards.
42. Textured pedestrian pathways and textured pavement across circulation aisles shall be provided
throughout the development to connect dwellings/units/buildings with open spaces/plazas/
recreational uses.
43. The lighting fixture design shall compliment the architectural program. It shall include the plaza area
lighting fixtures, building lighting fixtures (exterior), and parking lot lighting fixtures.
44. All operations and businesses shall be conducted to comply with the following standards which shall
be incorporated into the lease agreements for all tenants:
a. Noise Level - All commercial activities shall not create any noise that would exceed an exterior
noise level of 65 dB during the hours of 10 p.m. until 7 a.m. and 70 dB during the hours of 7 a.m.
until 10 p.m.
b. Loading and Unloading - No person shall cause the loading, unloading, opening, closing, or other
handling of boxes, crates, containers, building materials, garbage cans, or other similar objects
between the hours of 10 p.m. and 7 a.m. unless otherwise specified herein, in a manner which
would cause a noise disturbance to a residential area.
45. The entire site shall be kept free from trash and debris at all times and in no event shall trash and
debris remain for more than 24 hours.
www.CityofRC.us Page 178
Printed:1/21/2021 g Page 7 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Standard Conditions of Approval
46. Access gates to the rear yards shall be constructed from a material more durable than wood gates.
Acceptable materials include, but are not limited to, wrought iron and PVC.
47. Approval of this request shall not waive compliance with all sections of the Development Code, all
other applicable City Ordinances, and applicable Community, Specific Plans and/or Master Plans in
effect at the time of Building Permit issuance.
48. Construct block walls between homes (i.e., along interior side and rear property lines), rather than
wood fencing for permanence, durability, and design consistency.
49. All building numbers and individual units shall be identified in a clear and concise manner, including
proper illumination and in conformance with Building and Safety Services Department standards,
the Municipal Code and the Rancho Cucamonga Fire Department (RCFD) Standards.
50. The Covenants, Conditions, and Restrictions (CC&Rs) and Articles of Incorporation of the
Homeowners' Association are subject to the approval of the Planning and Engineering Services
Department and the City Attorney. They shall be recorded concurrently with the Final Map or prior
to the issuance of Building Permits, whichever occurs first. A recorded copy shall be provided to the
City Engineer. The Homeowners' Association shall submit to the Planning Department a list of the
name and address of their officers on or before January 1 of each and every year and whenever
said information changes.
51. The developer shall submit a construction access plan and schedule for the development of all lots
for Planning Director and Engineering Services Department approval; including, but not limited to,
public notice requirements, special street posting, phone listing for community concerns, hours of
construction activity, dust control measures, and security fencing.
52. The site shall be developed and maintained in accordance with the approved plans which include
Site Plans, architectural elevations, exterior materials and colors, landscaping, sign program, and
grading on file in the Planning Department, the conditions contained herein, the Development Code
regulations and the Victoria Community Plan.
53. All ground-mounted utility appurtenances such as transformers, AC condensers, etc., shall be
located out of public view and adequately screened through the use of a combination of concrete or
masonry walls, berming, and/or landscaping to the satisfaction of the Planning Director. For
single-family residential developments, transformers shall be placed in underground vaults.
54. All parkways, open areas, and landscaping shall be permanently maintained by the property owner,
homeowners' association, or other means acceptable to the City. Proof of this landscape
maintenance shall be submitted for Planning Director and Engineering Services Department review
and approved prior to the issuance of Building Permits.
55. All site, grading, landscape, irrigation, and street improvement plans shall be coordinated for
consistency prior to issuance of any permits (such as grading, tree removal, encroachment, building,
etc.) or prior to final map approval in the case of a custom lot subdivision, or approved use has
commenced, whichever comes first.
56. Revised Site Plans and building elevations incorporating all Conditions of Approval shall be
submitted for Planning Director review and approval prior to the issuance of Building Permits.
www.CityofRC.us Page 179
Printed:1/21/2021 g Page 8 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Standard Conditions of Approval
57. All clearing, grading, earth-moving, or excavation activities shall cease when winds exceed 25 mph
per SCAQMD guidelines in order to limit fugitive dust emissions.
58. The contractor shall ensure that all disturbed unpaved roads and disturbed areas within the Project
are watered at least three (3) times daily during dry weather. Watering, with complete coverage of
disturbed areas, shall occur at least three times a day, preferably in the midmorning, afternoon, and
after work is done for the day.
59. The contractor shall ensure that traffic speeds on unpaved roads and Project site areas are reduced
to 15 miles per hour or less.
60. All construction equipment shall be maintained in good operating condition so as to reduce
operational emissions. The contractor shall ensure that all construction equipment is being properly
serviced and maintained as per manufacturers' specifications. Maintenance records shall be
available at the construction site for City verification.
61. Prior to the issuance of any grading permits, the developer shall submit construction plans to the
City denoting the proposed schedule and projected equipment use. Construction contractors shall
provide evidence that low emission mobile construction equipment will be utilized, or that their use
was investigated and found to be infeasible for the project. Contractors shall also conform to any
construction measures imposed by the South Coast Air Quality Management District (SCAQMD) as
well as City Planning Staff.
62. The construction contractor shall utilize electric or clean alternative fuel powered equipment where
feasible.
63. The construction contractor shall ensure that construction-grading plans include a statement that
work crews will shut off equipment when not in use.
64. All asphalt shall meet or exceed performance standards noted in SCAQMD Rule 1108.
65. All paints and coatings shall meet or exceed performance standards noted in SCAQMD Rule 1113.
Paints and coatings shall be applied either by hand or high-volume, low-pressure spray.
www.CityofRC.us Page 180
Printed:1/21/2021 g Page 9 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Standard Conditions of Approval
66. All construction equipment shall comply with SCAQMD Rules 402 and 403. Additionally, contractors
shall include the following provisions:
• Reestablish ground cover on the construction site through seeding and watering.
• Pave or apply gravel to any on-site haul roads.
• Phase grading to prevent the susceptibility of large areas to erosion over
extended periods of time.
• Schedule activities to minimize the amounts of exposed excavated soil during and
after the end of work periods.
• Dispose of surplus excavated material in accordance with local ordinances and
use sound engineering practices.
• Sweep streets according to a schedule established by the City if silt is carried over
to adjacent public thoroughfares or occurs as a result of hauling. Timing may vary
depending upon the time of year of construction.
• Suspend grading operations during high winds (i.e., wind speeds exceeding
25 mph) in accordance with Rule 403 requirements.
• Maintain a minimum 24 inch freeboard ratio on soils haul trucks or cover payloads
using tarps or other suitable means.
67. The site shall be treated with water or other soil-stabilizing agent (approved by SCAQMD and
Regional Water Quality Control Board (RWQCB)) daily to reduce PM 10 emissions, in accordance
with SCAQMD Rule 403.
68. Chemical soil-stabilizers (approved by SCAQMD and RWQCB) shall be applied to all inactive
construction areas that remain inactive for 96 hours or more to reduce PM 10 emissions.
69. Provide adequate ingress and egress at all entrances to public facilities to minimize vehicle idling at
curbsides.
70. Provide preferential parking to high occupancy vehicles and shuttle services.
71. Schedule truck deliveries and pickups during off-peak hours.
72. Improve thermal integrity of the buildings and reduce thermal load with automated time clocks or
occupant sensors.
73. Landscape with native and/or drought-resistant species to reduce water consumption and to provide
passive solar benefits.
74. Provide lighter color roofing and road materials and tree planting programs to comply with the
AQMP Miscellaneous Sources MSC-01 measure.
75. Comply with the AQMP Miscellaneous Sources PRC-03, and Stationary Sources Operations
Enhanced Inspection and Maintenance and ADV-MISC to reduce emissions of restaurant
operations.
76. All industrial and commercial facilities shall post signs requiring that trucks shall not be left idling for
prolonged periods (i.e., in excess of 10 minutes).
77. All industrial and commercial facilities shall designate preferential parking for vanpools.
www.CityofRC.us Page 181
Printed:1/21/2021 g Page 10 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Standard Conditions of Approval
78. All industrial and commercial site tenants with 50 or more employees shall be required to post both
bus and Metrolink schedules in conspicuous areas.
79. All industrial and commercial site tenants with 50 or more employees shall be required to configure
their operating schedules around the Metrolink schedule to the extent reasonably feasible.
80. All residential and commercial structures shall be required to incorporate
high-efficiency/low-polluting heating, air conditioning, appliances, and water heaters.
81. All residential and commercial structures shall be required to incorporate thermal pane windows and
weather-stripping.
82. All new development in the City of Rancho Cucamonga shall comply with South Coast Air Quality
Management District's Rule 445, Wood Burning Devices. Rule 445 was adopted in March 2008 to
reduce emissions of PM2.5 and precludes the installation of indoor or outdoor wood burning devices
(i.e. fireplaces/hearths) in new development on or after March 9, 2009.
www.CityofRC.us Page 182
Printed:1/21/2021 g Page 11 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Standard Conditions of Approval
83. Three days prior to the removal of vegetation or ground-disturbing activities, a breeding bird survey
that is in conformance with the Migratory Bird Treaty Act shall be required to determine whether
nesting is occurring. Occupied nests shall not be disturbed unless a qualified biologist verifies
through non-invasive methods that either (a) the adult birds have not begun egg-laying or
incubation; or (b) the juveniles from the occupied nests are foraging independently and are capable
of independent survival. If the biologist is unable to verify one of the above conditions, then no
disturbance shall occur within 300 feet of non-raptor nests, and within 500 feet of raptor nests,
during the breeding season to avoid abandonment of young.
If nests are discovered, they shall be avoided through the establishment of an appropriate buffer
setback, as determined by a qualified wildlife biologist. The temporary "no construction" area shall
be maintained until the nest has completed its cycle, as determined by a qualified wildlife biologist.
Once the nest cycle is complete and all nestlings have fledged and have left the nest, construction
in the area may resume.
Perform a Burrowing Owl Survey that is in conformance with the Department of Fish and Wildlife
Staff Report on Burrowing Owl Mitigation and submit the written report outlining the findings to the
California Department of Fish and Wildlife (CDFW) and the Planning Department within 30 days of
groundbreaking activity. The survey shall include a habitat assessment, survey and impact analysis.
The Burrowing Owl Survey shall follow the following protocol:
• Burrowing Owl Survey methodology shall be based on Appendix D (Breeding and
Non-breeding Season Surveys and Reports) of the CDFW Staff Report. Results of the
pre-construction survey shall be provided to CDFW and the City. If the pre-construction survey does
not identify burrowing owls on the project site, then no further mitigation is required. If burrowing
owls are found to be utilizing the project site during the pre-construction survey, measures shall be
developed by the qualified biologist in coordination with CDFW to avoid Impacting occupied burrows
during the nesting period. These measures shall be based on the most current CDFW protocols and
will at minimum include establishment of buffer setbacks from occupied burrows and owl monitoring.
If ground-disturbing activities are delayed or suspended for more than 30 days after the
pre-construction survey, the site shall be resurveyed for owls.
• During the non-breeding season from September 1 through January 31, if burrows are
occupied by migratory or non-migratory resident burrowing owls during a pre-construction survey,
burrow exclusion and/or closure may be used to exclude owls from those burrows. Burrow exclusion
and/or closure should only be conducted by a qualified wildlife biologist in coordination with CDFW
using the most current CDFW guidelines.
• During the avian nesting season from February 1 through August 31, if nests are discovered,
they shall be avoided through establishment of an appropriate buffer setback, as determined by a
qualified wildlife biologist. The temporary "no construction" area would have to be maintained until
the nest has completed its cycle, as determined by a qualified wildlife biologist. Once the nest cycle
is complete and all nestlings have fledged and have left the nest, construction in the area may
resume.
www.CityofRC.us Page 183
Printed:1/21/2021 g Page 12 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Standard Conditions of Approval
84. If any prehistoric archaeological resources are encountered before or during grading, the developer
will retain a qualified archaeologist to monitor construction activities, to take appropriate measures
to protect or preserve them for study. With the assistance of the archaeologist, the City of Rancho
Cucamonga will:
• Enact interim measures to protect undesignated sites from demolition or
significant modification without an opportunity for the City to establish its
archaeological value.
• Consider establishing provisions to require incorporation of archaeological sites
within new developments, using their special qualities as a theme or focal point.
• Pursue educating the public about the archaeological heritage of the area.
• Prepare a mitigation plan consistent with Section 21083.2 Archaeological
resources of CEQA to eliminate adverse project effects on significant, important,
and unique prehistoric resources, including but not limited to, avoiding
archaeological sites, capping or covering sites with soil, planning the site as a
park or green space or paying an in-kind mitigation fee.
• Prepare a technical resources management report, documenting the inventory,
evaluation, and proposed mitigation of resources within the project area. Submit
one copy of the completed report with original illustrations, to the San Bernardino
County Archaeological Information Center for permanent archiving.
85. If any paleontological resource (i.e. plant or animal fossils) are encountered before or during
grading, the developer will retain a qualified paleontologist to monitor construction activities, to take
appropriate measures to protect or preserve them for study. The paleontologist shall submit a
report of findings that will also provide specific recommendations regarding further mitigation
measures (i.e., paleontological monitoring) that may be appropriate. Where mitigation monitoring is
appropriate, the program must include, but not be limited to, the following measures:
• Assign a paleontological monitor, trained and equipped to allow the rapid removal
of fossils with minimal construction delay, to the site full-time during the interval of
earth-disturbing activities.
• Should fossils be found within an area being cleared or graded, divert earth-
disturbing activities elsewhere until the monitor has completed salvage. If
construction personnel make the discovery, the grading contractor should
immediately divert construction and notify the monitor of the find.
• Prepare, identify, and curate all recovered fossils for documentation in the
summary report and transfer to an appropriate depository (i.e., San Bernardino
County Museum).
• Submit summary report to City of Rancho Cucamonga. Transfer collected
specimens with a copy of the report to San Bernardino County Archaeological
Information Center for permanent archiving.
www.CityofRC.us Page 184
Printed:1/21/2021 g Page 13 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Standard Conditions of Approval
86. The site shall be treated with water or other soil-stabilizing agent (approved by SCAQMD and
RWQCB) daily to reduce PM 10 emissions, in accordance with SCAQMD Rule 403 or re-planted with
drought resistant landscaping as soon as possible.
87. Frontage public streets shall be swept according to a schedule established by the City to reduce
PM10 emissions associated with vehicle tracking of soil off-site. Timing may vary depending upon
the time of year of construction.
88. Grading operations shall be suspended when wind speeds exceed 25 mph to minimize PM10
emissions from the site during such episodes.
89. Chemical soil-stabilizers (approved by SCAQMD and RWQCB) shall be applied to all inactive
construction areas that remain inactive for 96 hours or more to reduce PM10 emissions.
90. The project must comply with all rules that assist in reducing short- term air pollutant emission in
compliance with SCAQMD Rule 403 regarding fugitive dust including treating the site with water or
other soil-stabilizing agent twice daily or replanting disturbed areas as quickly as possible.
91. The construction contractor shall select construction equipment based on low-emission factors and
high energy efficiency and submit a statement on the grading plan that ensures all construction
equipment will be tuned and maintained in accordance with the manufactures' specification.
92. Trucks shall not idle continuously for more than 5 minutes.
93. Alternative fuel powered equipment shall be utilized in lieu of gasoline- or diesel-powered engines
where feasible.
94. Construction should be timed so as not to interfere with peak-hour traffic.
95. Ridesharing and transit incentives shall be supported and encouraged for the construction crew.
96. Construction and Building materials shall be produced and/or manufactured locally. Use "Green
Building Materials" such as materials that are resource efficient, recycled and manufactured in an
environmentally friendly way including low-volatile-organic-compound (VOC) materials.
97. Design all buildings to exceed California Building Code Title 24 energy standard including but not
limited to any combination of;
• Increased insulation.
• Limit air leakage through the structure.
• Incorporate Energy Star or better rated windows, space heating and cooling
equipment, light fixtures, and appliances.
• Landscape and develop site utilizing shade, prevailing winds and landscaping.
• Install efficient lighting and lighting control systems.
• Install light colored "cool" roofs and cool pavements.
• Install solar or light emitting diodes (LED's)for outdoor lighting.
www.CityofRC.us Page 185
Printed:1/21/2021 g Page 14 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Standard Conditions of Approval
98. Prepare a comprehensive water conservation strategy appropriate for the project and include the
following;
• Install water efficient landscapes and irrigation systems and devices in compliance
with the City of Rancho Cucamonga Water Efficient Landscape Ordinance.
• Use reclaimed water for landscaping within the project if available and/or install
the infrastructure to deliver and use reclaimed water.
• Design building to be water efficient by installing water efficient fixtures and
appliances including low flow faucets, dual flush toilets and waterless
urinals/water heaters.
• Design irrigation to control runoff and to remove water to non- vegetated surfaces.
99. Reuse and recycle construction and demolition waste. Provide interior and exterior storage areas for
recyclables and green waste in public areas. Educate employees about reducing waste and about
recycling.
100Prior to issuance of grading permits, the permit applicant shall submit to the Building Official for
approval, a Storm Water Pollution Prevention Plan (SWPPP) specifically identifying Best
Management Practices (BMPs) that shall be used on-site to reduce pollutants during construction
activities entering the storm drain system to the maximum extent practical.
101An Erosion Control Plan shall be prepared, included in the Grading Plan, and implemented for the
proposed project that identifies specific measures to control on-site and off-site erosion from the
time ground disturbing activities are initiated through completion of grading. This Erosion Control
Plan shall include the following measures at a minimum: a) Specify the timing of grading and
construction to minimize soil exposure to rainy periods experienced in Southern California, and b)
An inspection and maintenance program shall be included to ensure that any erosion which does
occur either on-site or off-site as a result of this project will be corrected through a remediation or
restoration program within a specified time frame.
102During construction, temporary berms such as sandbags or gravel dikes must be used to prevent
discharge of debris or sediment from the site when there is rainfall or other runoff.
103During construction, to remove pollutants, street cleaning will be performed prior to storm events
and after the use of water trucks to control dust in order to prevent discharge of debris or sediment
from the site.
104Prior to issuance of grading or paving permits, the applicant shall obtain a Notice of Intent (NOI) to
comply with obtaining coverage under the National Pollutant Discharge Elimination System
(NPDES) General Construction Storm Water Permit from the State Water Resources Control Board.
Evidence that this has been obtained (i.e., a copy of the Waste Discharger's Identification Number)
shall be submitted to the City Building Official for coverage under the NPDES General Construction
Permit.
www.CityofRC.us Page 186
Printed:1/21/2021 g Page 15 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Planning Department
Standard Conditions of Approval
105Prior to issuance of building permits, the applicant shall submit to the City Building Official for
approval of a Water Quality Management Plan (WQMP), including a project description and
identifying Best Management Practices (BMPs) that will be used on-site to reduce pollutants into the
storm drain system to the maximum extent practicable. The WQMP shall identify the structural and
non-structural measures consistent with the Guidelines for New Development and Redevelopment
adopted by the City of Rancho Cucamonga in June 2004.
106Landscaping plans shall include provisions for controlling and minimizing the use of
fertilizers/pesticides/herbicides. Landscaped areas shall be monitored and maintained for at least
two years to ensure adequate coverage and stable growth. Plans for these areas, including
monitoring provisions for a minimum of two years, shall be submitted to the City for review and
approval prior to the issuance of grading permits.
107The developer shall implement the BMPs identified in the Preliminary Water Quality Management
Plan (Madole & Associates, February 2016) to reduce construction pollutants from entering the
storm drain system to the maximum extent practical.
108Prior to the issuance of any grading plans a construction-related noise mitigation plan shall be
submitted to the City for review and approval. The Plan shall depict the location of the construction
equipment and how the noise from this equipment would be mitigated during construction.
10913usiness operations shall maintain a noise level at 60dB or less during the hours of 10 p.m. until 7
p.m. No loading and unloading activities including opening, closing, or other handling of boxes,
crates, containers, building materials, garbage cans, or other similar objects between the hours of
10 p.m. and 7 p.m. in a manner which would cause a noise disturbance to residential areas.
110Construction or grading noise levels shall not exceed the standards specified in Development Code
Section 17.66.050, as measured at the property line. Developers shall hire a consultant to perform
weekly noise level monitoring as specified in Development Code Section 17.66.050. Monitoring at
other times may be required by the Building Official. Said consultant shall report their findings to the
Building Official within 24 hours; however, if noise levels exceed the above standards, then the
consultant shall immediately notify the Building Official. If noise levels exceed the above standards,
then construction activities shall be reduced in intensity to a level of compliance with above noise
standards or halted.
111 The perimeter block wall shall be constructed as early as possible in the first phase.
112This tentative tract map or tentative parcel map shall expire, unless extended by the Planning
Commission, unless a complete final map is filed with the Engineering Services Department within 3
years from the date of the approval.
Engineering Services Department
Please be advised of the following Special Conditions
www.CityofRC.us Page 187
Printed:1/21/2021 g Page 16 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Engineering Services Department
Please be advised of the following Special Conditions
1. Base Line Road frontage improvements shall be in accordance with City "Major Divided Arterial"
standards as required and including:
a. Protect, provide or replace curb and gutter, sidewalk, ADA ramps, driveway approaches, 5300
Lumen LED street lights, and signing and striping including bike lanes as required. The street light
shall be owned by the City. Developer shall be responsible to coordinate and pay all costs to
provide SCE power on City owned street lights. Coordinate with City staff for design and installation
requirements.
b. Right-of-way dedications shall be made to follow the City's Major Divided Arterial standards.
C. Driveways shall be in accordance with the City Driveway Policy including minimum distances
from intersections and other driveways, including adjustments to corner cutoffs for driveways.
d. Applicant shall coordinate with the developer to the north (PM 19637) and enter into an annual
maintenance agreement between both developers and the City for the proposed traffic signal on
Base Line Road near the west end of the project.
e. Parkway landscaping shall conform to the Base Line Road Beautification Master Plan.
2. Day Creek Boulevard frontage improvements shall be in accordance with City "Major Divided
Arterial" standards as required and including:
a. Protect, provide, or replace curb and gutter, sidewalk, ADA ramps, driveway approaches, 5300
Lumen LED street lights, and signing and striping including bike lanes as required. The street light
shall be owned by the City. Developer shall be responsible to coordinate and pay all costs to
provide SCE power on City owned street lights. Coordinate with City staff for design and installation
requirements.
b. Right-of-way dedications shall be made to follow the City's Major Divided Arterial standards.
C. Driveways shall be in accordance with the City Driveway Policy including minimum distances
from intersections and other driveways, including adjustments to corner cutoffs for driveways.
d. No median breaks on Day Creek Boulevard.
e. Parkway landscaping shall conform to the Day Creek Boulevard Beautification Master Plan.
f. Provide all necessary traffic signal modifications at Day Creek Boulevard and Madrigal Place.
Modify traffic striping and replace existing traffic signing as applicable. Protect, relocate, or install
traffic signal equipment as required.
g. No accent paving within the public right-of-way.
www.CityofRC.us Page 188
Printed:1/21/2021 g Page 17 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Engineering Services Department
Please be advised of the following Special Conditions
3. Developer will be required to install or pay one-half the cost of median landscaping on Base Line
Road with developer-to-developer reimbursement agreements with PM 19637.
4. Reconstruct access ramp at the southwest corner of Base Line Road and Day Creek Boulevard to
comply with current ADA requirements. A detail will have to be added to the street improvement
plan showing the design details, elevations, and grades of the access ramp to substantiate they
comply with current ADA requirements.
5. Development Impact Fees are assessed at the time of building permit issuance. Fees are subject to
change.
6. Base Line Road and Day Creek Boulevard Parkway Landscaping shall be maintained by the
Homeowners' Association and/or Property Owners Association.
7. Depending upon application and type of development, drive access may be drive aisles or private
streets subject to different design criteria.
8. The proposed development is slated to be included in the City's Fiber Optic / Broadband service
business plan that would provide a City owned Fiber-to-the-Home (FTTH) infrastructure. Proposed
fiber optics on-site (conduits and fiber) will be placed underground within a duct and structure
system to be installed by the Master Developer. The fiber and conduits along the backbone streets
shall be installed in a joint trench by the developer as the last lane improvements are completed.
In-tract fiber and conduit shall be installed by the developers in joint trench where possible.
Maintenance of the installed system will be the responsibility of the City. Development of the project
requires the installation by the developers of all fiber optic infrastructure necessary to service the
Project as a stand-alone development. In addition, developer shall coordinate with RCMU which
may provide for high-speed internet services.
9. The proposed signalized access on both Base Line Road and Day Creek Boulevard shall be
constructed as street types with access ramps and corner cutoffs.
10. The property benefited from CFD 2001-01 improvements but chose not to participate in the CFD.
Resolution No. 01-066 was adopted by both the City and the Redevelopment Agency to implement
the fair share payment required. The developer is required to pay back the advance, plus interest, at
the time of development based on the fee schedule. If payment is made between March 1 and
August 30, the March 1 payment for that year is applied. If the payment is made between
September 1 and the end of February, then the September payment for that year is applied. The
current payoff is $2,544,410.05. The payoff must be paid prior to final map recordation or prior to
any City permits being issued, whichever occurs first.
11. No retaining walls shall be allowed within the public right-of-way.
Standard Conditions of Approval
12. Developer shall execute a Line Extension Agreement for electric service and construct electrical
distribution facilities in accordance with such agreement and Rancho Cucamonga Municipal Utility
(RCMU) requirements. Developer shall dedicate such facilities to RCMU. RCMU shall be the
electrical service provider for all project related development.
www.CityofRC.us Page 189
Printed:1/21/2021 g Page 18 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Engineering Services Department
Standard Conditions of Approval
13. Install fiber optic conduit, vaults, and manholes on Day Creek Boulevard per City Standard
Drawings 135-137. Public improvement plans shall show the location and limits of the conduits,
vaults and manholes with construction notes.
14. An in-lieu fee as contribution to the undergrounding of the existing overhead utilities
(telecommunications and electrical) on the opposite side of Base Line Road shall be paid to the City
prior to issuance of building permits or approval of the final map, whichever occurs first. The fee
shall be for the length of the Base Line frontage, from the west project boundary to the centerline of
Base Line Road and Day Creek Boulevard. The fee amount shall be determined by the
reimbursement agreement with the Developer to the north side of Base Line Road. Should the
agreement not be approved prior to permits, the fee amount shall be one-half the City adopted
amount.
15. Corner property line cutoffs shall be dedicated per City Standards.
16. A signed consent and waiver form to join and/or form the appropriate Landscape (LIVID 2) and
Lighting Districts (SLD 1 & SLD 3) shall be filed with the Engineering Services Department prior to
final map approval or issuance of Building Permits whichever occurs first. Annexation costs shall be
borne by the developer.
17. A non-refundable deposit shall be paid to the City, covering the estimated operating costs for all
new streetlights for the first six months of operation, prior to final map approval.
18. Prior to the issuance of building permits, a Diversion Deposit and related administrative fees shall
be paid for the Construction and Demolition Diversion Program. The deposit is fully refundable if at
least 50% of all wastes generated during construction and demolition are diverted from landfills, and
appropriate documentation is provided to the City. Permits issued on or after June 2, 2014, must
complete the reimbursement process through the City's Accelerate online portal within 60 days
following the completion of the construction and/or demolition project or the deposit will be forfeited.
Permits issued before June 2, 2014, require the following when applying for a deposit
reimbursement: a completed CD-2 form, a copy of the cashier's receipt showing the deposit
amount, and all weight tickets. Instructions and forms are available at the City's web site,
www.CityofRC.us, under City Hall; Engineering; Environmental Programs.
19. Easements for public sidewalks placed outside the public right-of-way shall be dedicated to the City.
20. Reciprocal access easements shall be provided ensuring access to all parcels by CC&Rs or by
deeds and shall be recorded concurrently with the map.
21. Reciprocal parking agreements for all parcels and maintenance agreements ensuring joint
maintenance of all common roads, drives, or parking areas shall be provided by CC & R's or deeds
and shall be recorded prior to, or concurrent with, the final parcel map.
22. A final drainage study shall be submitted to and approved by the City Engineer prior to final map
approval or the issuance of Building Permits, whichever occurs first. All drainage facilities shall be
installed as required by the City Engineer.
www.CityofRC.us Page 190
Printed:1/21/2021 g Page 19 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Engineering Services Department
Standard Conditions of Approval
23. If the required public improvements are not completed prior to approval of the final parcel map, an
improvement security accompanied by an agreement executed by the Developer and the City will be
required for: Base Line Road and Day Creek Boulevard.
24. Street trees, a minimum of 15-gallon size or larger, shall be installed per City Standards in
accordance with the City's street tree program.
25. The developer shall be responsible for the relocation of existing utilities as necessary.
26. Provide separate utility services to each parcel including sanitary sewerage system, water, gas,
electric power, telephone, and cable TV (all underground) in accordance with the Utility Standards.
Easements shall be provided as required.
27. Approvals have not been secured from all utilities and other interested agencies involved. Approval
of the final parcel map will be subject to any requirements that may be received from them.
28. Water and sewer plans shall be designed and constructed to meet the requirements of the
Cucamonga Valley Water District (CVWD), Rancho Cucamonga Fire Protection District, and the
Environmental Health Department of the County of San Bernardino. A letter of compliance from the
CVWD is required prior to final map approval or issuance of permits, whichever occurs first. Such
letter must have been issued by the water district within 90 days prior to final map approval in the
case of subdivision or prior to the issuance of permits in the case of all other residential projects.
Building and Safety Services Department
Please be advised of the following Special Conditions
1. When the Entitlement Review is approved submit complete construction drawings including
structural calculations, energy calculations and soils report to Building and Safety for plan review in
accordance with the current edition of the CA Building and Fire Codes & Local Ordinances. The new
structures are required to be equipped with automatic fire sprinklers as required by the CBC/CRC,
NFPA 13, 13R, 13D and the Current RCFPD Ordinance. Disabled access for the site and building
must be made to the in accordance to the State of CA and ADA regulations.
Grading Section
Standard Conditions of Approval
1. Grading of the subject property shall be in accordance with current adopted California Building Code
and/or the California Residential Code, City Grading Standards, and accepted grading practices.
The Grading and Drainage Plan(s) shall be in substantial conformance with the approved
conceptual Grading and Drainage Plan.
2. A soils report shall be prepared by a qualified Engineer licensed by the State of California to perform
such work. Two copies will be provided at grading and drainage plan submittal for review. Plans
shall implement design recommendations per said report.
3. A geologic report shall be prepared by a qualified Engineer or Engineering Geologist and submitted
at the time of application for Grading and Drainage Plan review.
www.CityofRC.us Page 191
Printed:1/21/2021 g Page 20 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Grading Section
Standard Conditions of Approval
4. The final Grading and Drainage Plan, appropriate certifications and compaction reports shall be
completed, submitted, and approved by the Building and Safety Official prior to the issuance of
building permits.
5. A separate Grading and Drainage Plan check submittal is required for all new construction projects
and for existing buildings where improvements being proposed will generate 50 cubic yards or more
of combined cut and fill. The Grading and Drainage Plan shall be prepared, stamped, and wet
signed by a California licensed Civil Engineer prior to the issuance of a grading or building permit.
6. The applicant shall comply with the City of Rancho Cucamonga Dust Control Measures and place a
dust control sign on the project site prior to the issuance of a grading permit. All dust control sign(s)
shall be located outside of the public right of way.
7. If a Rough Grading and Drainage Plan/Permit are submitted to the Building and Safety Official for
review, the rough grading plan shall be a separate plan submittal and permit from Precise Grading
and Drainage Plan/Permit.
8. Prior to the issuance of a grading permit the applicant shall obtain written permission from the
adjacent property owner(s) to construct wall(s) on property line(s) or provide a detail(s) showing the
perimeter wall(s) to be constructed offset from the property line.
9. Prior to issuance of a grading permit the Final Grading and Drainage Plan shall show the
accessibility path from the public right of way and the accessibility parking stalls to the building
doors in conformance with the current adopted California Building Code. All accessibility ramps
shall show sufficient detail including gradients, elevations, and dimensions and comply with the
current adopted California Building Code.
10. The Grading and Drainage Plan shall implement City Standards for on-site construction where
possible, and shall provide details for all work not covered by City Standard Drawings.
11. Prior to issuance of a grading permit the grading plan shall show that all manufactured slopes shall
be a minimum 2-foot offset from the public right of way, permitted line, or the adjacent private
property. All slope offsets shall meet the requirements of the current adopted California Building
Code.
12. Prior to the issuance of a grading plan for multi-family projects, the private streets and drive aisles
within multi-family developments shall include street plans as part of the Grading and Drainage Plan
set. The private street plan view shall show typical street sections. The private street profile view
shall show the private street/drive aisle centerline.
13. Prior to issuance of a grading permit, the grading and drainage plan shall show the maximum
parking stall gradient at 5 percent. Accessibility parking stall grades shall be constructed per the,
current adopted California Building Code.
14. The applicant shall provide a grading agreement and grading bond for all cut and fill combined
exceeding 5,000 cubic yards prior to issuance of a grading permit. The grading agreement and
bond shall be approved by the Building and Safety Official.
15. The final grading and drainage plan shall show existing topography a minimum of 100-feet beyond
project boundary.
www.CityofRC.us Page 192
Printed:1/21/2021 g Page 21 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Grading Section
Standard Conditions of Approval
16. This project shall comply with the accessibility requirements of the current adopted California
Building Code.
17. Prior to issuance of a grading permit the precise grading and drainage plan shall follow the format
provided in the City of Rancho Cucamonga handout "Information for Grading Plans and Permit".
18. Grading Inspections: a) Prior to the start of grading operations the owner and grading contractor
shall request a pre-grading meeting. The meeting shall be attended by the project
owner/representative, the grading contractor and the Building Inspector to discuss about grading
requirements and preventive measures, etc. If a pre-grading meeting is not held within 24 hours
from the start of grading operations, the grading permit may be subject to suspension by the
Building Inspector; b) The grading contractor shall call into the City of Rancho Cucamonga Building
and Safety Department at least 1 working day in advance to request the following grading
inspections prior to continuing grading operations: i) The bottom of the over-excavation; ii)
Completion of Rough Grading, prior to issuance of the building permit; iii) At the completion of
Rough Grading, the grading contractor or owner shall submit to the Permit Technicians (Building
and Safety Front Counter) an original and a copy of the Pad Certifications to be prepared by and
properly wet signed and sealed by the Civil Engineer and Soils Engineer of Record; iv) The rough
grading certificates and the compaction reports will be reviewed by the Associate Engineer or a
designated person and approved prior to the issuance of a building permit.
19. All roof drainage flowing to the public right of way (Daycreek Boulevard) must drain under the
sidewalk through a parkway culvert approved by the Engineering Department. This shall be shown
on both the grading and drainage plan and Engineering Services Department required plans.
20. Prior to issuance of a wall permit, on engineered combination garden/retaining walls along the
property boundary the structural calculations for the wall shall assume a level toe/heel at the
adjacent off-site property (i.e. a manufactured slope is not present). This shall be shown in the
typical sections of the grading and drainage plan.
21. Prior to issuance of a wall permit, a copy of the Grading Special Conditions of Approval shall be
included within the engineered wall plans and calculations.
22. Prior to issuance of a grading or building permit, the permitted grading plan (or architectural site
plan) set shall show in each of the typical sections and the plan view show how the separations
between the building exterior and exterior ground surface meet the requirements of Sections
CBC1804.3/CRC R401.3, CBC2304.11.2.2/CRC R317.1(2) and CBC2512.1.2/CRC R703.6.2.1 of
the current adopted California Building Code/Residential Code.
23. Prior to issuance of a grading permit, the applicant shall obtain a signed and notarized letter from
the adjacent property owner(s) for ALL work proposed on the adjacent property. The letter shall be
scanned and pasted onto the permitted grading plan set. The letter shall show on either the title
sheet or a detail sheet of the grading and drainage plan set.
24. Prior to approval of the project-specific storm water quality management plan, the applicant shall
submit to the Building Official, or his designee, a precise grading plan showing the location and
elevations of existing topographical features, and showing the location and proposed elevations of
proposed structures and drainage of the site.
www.CityofRC.us Page 193
Printed:1/21/2021 g Page 22 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Grading Section
Standard Conditions of Approval
25. A drainage study showing a 100-year, AMC 3 design storm event for on-site drainage shall be
prepared and submitted to the Building and Safety Official for review and approval for on-site storm
water drainage prior to issuance of a grading permit. The report shall contain water surface profile
gradient calculations for all storm drain pipes 12-inches and larger in diameter. All reports shall be
wet signed and sealed by the Engineer of Record. In addition, the project specific drainage study
shall provide inlet calculations showing the proper sizing of the water quality management plan
storm water flows into the proposed structural storm water treatment devices.
26. Flow lines steeper than 6 percent could be erosive. The applicant shall provide hard lined gutters
and swales where concentrated flows exceed 3fps, and anywhere that flow lines exceed 10 percent.
This shall be shown on the grading and drainage plan prior to issuance of a grading permit.
27. Private sewer, water, and storm drain improvements will be designed per the latest adopted
California Plumbing Code. Private storm drain improvements shall be shown on the grading and
drainage plan.
28. Prior to the issuance of the Certificate of Occupancy or final sign off by the Building Inspector the
engineer of record shall certify the functionality of the storm water quality management plan
(WQMP) storm water treatment devices and best management practices (BMP).
29. Prior to approval of the Water Quality Management Plan (WQMP), the WQMP shall include a copy
of the project Conditions of Approval.
30. Reciprocal access easements for all parcels and maintenance agreements ensuring joint
maintenance of all storm water quality structural/treatment devices and best management practices
(BMP) as provided for in the project's Storm Water Quality Management Plan, shall be provided for
by CC&R's or deeds and shall be recorded prior to the approval of the Water Quality Management
Plan. Said CC&R's and/or deeds shall be included in the project site specific Storm Water Quality
Management Plan (WQMP) document prior to approval of the WQMP document and recording of
the Memorandum of Agreement of Storm Water Quality Management Plan.
31. Prior to the issuance of a Grading Permit the City of Rancho Cucamonga's "Memorandum of
Agreement of Storm Water Quality Management Plan" shall be submitted for review and approval
by the Building Official and recorded with the County Recorder's Office.
32. Prior to issuance of a Grading Permit the applicant shall obtain a Waste Discharge Identification
Number (WDID). The WDID number shall also be shown on the WQMP Site and Drainage Plan
document.
33. The applicant shall provide a copy of a completed EPA Form 7520-16 (Inventory of Injection Wells)
for each underground infiltration device, with the Facility ID Number assigned, to the Building and
Safety Services Department Official prior to issuance of the Grading Permit and/or approval of the
project-specific Water Quality Management Plan. A copy of EPA Form 7520-16 shall be scanned
and pasted onto the permitted grading plan set, and a copy of said form shall be included in the
project-specific Water Quality Management Plan.
www.CityofRC.us Page 194
Printed:1/21/2021 g Page 23 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Grading Section
Standard Conditions of Approval
34. The land owner shall provide an inspection report by a qualified person/company on a biennial basis
for the Class V Injection Wells/underground infiltration chambers to the City of Rancho Cucamonga
Environmental Program Manager. The land owner shall maintain on a regular basis all best
management practices (BMP"s) as described in the Storm Water Quality Management Plan
(WQMP) prepared for the subject project. All costs associated with the underground infiltration
chamber are the responsibility of the land owner.
35. The land owner shall provide an inspection report on a biennial basis for the structural storm water
treatment devices, commonly referred to as BMPs, to the City of Rancho Cucamonga
Environmental Program Manager. The land owner shall maintain on a regular basis as described in
the Storm Water Quality Management Plan prepared for the subject project. All costs associated
with the underground infiltration chamber are the responsibility of the land owner.
36. The land/property owner shall follow the inspection and maintenance requirements of the approved
project specific Water Quality Management Plan and shall provide a copy of the inspection reports
on a biennial basis to the City of Rancho Cucamonga Environmental Program Manager.
37. Prior to the start of landscaping operations, the landscape architect and the landscape contractor
shall provide a sample of the weed fabric barrier to the Project Planner, City of Rancho Cucamonga
Planning Department. The weed barrier shall be permeable.
38. The final project-specific water quality management plan (WQMP) shall include executed
maintenance agreements along with the maintenance guidelines for all proprietary structural storm
water treatment devices (BMP's). In the event the applicant cannot get the proprietary device
maintenance agreements executed prior to issuance of a grading permit, the applicant is required to
submit a letter to be included within the WQMP document, and scanned and pasted onto the Site
and Drainage Plan which states that prior to issuance of a certificate of occupancy with applicant
shall enter into a contract for the maintenance of the proprietary storm water treatment device. If the
proprietary storm water treatment device is part of a residential subdivision, prior to the sale of the
residential lot, the developer shall include maintenance agreement(s) as part of the sale of the
residential lot to the buyer. A copy of the maintenance agreements to be included in the sale of the
property shall be included within the WQMP document.
39. Prior to issuance of a grading permit and approval of the project specific water quality management
plan all private storm water catch basin inlets shall include insert filters to capture those pollutants of
concern as addressed in the in the final project-specific water quality management plan (WQMP). At
a minimum catch basin insert filters to capture trash and other floating debris. All catch basin insert
filters shall be maintained on a regular basis as described in the "Inspection and Maintenance
Responsibility for Post Construction BMP" section of the final project-specific water quality
management plan.
www.CityofRC.us Page 195 9
Printed:1/21/2021 g Page 24 of 25
Project#: SUBTPM19762 CEQA2016-00012
Project Name: Day Creek Villages
Location: 12215 BASE LINE RD - 109033105-0000
Project Type: Tentative Parcel Map CEQA Review
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT:
Grading Section
Standard Conditions of Approval
40. Prior to issuance of a grading permit the Final Project-Specific Water Quality Management Plan
shall include a completed copy of "Worksheet H: Factor of Safety and Design Infiltration Worksheet"
located in Appendix D "Section VII — Infiltration Rate Evaluation Protocol and Factor of Safety
Recommendations, ..." of the San Bernardino County Technical Guidance Document for Water
Quality Management Plans. The infiltration study shall include the Soil Engineer's recommendations
for Appendix D, Table VII.3: Suitability Assessment Related Considerations for Infiltration Facility
Safety Factors".
41. Prior to approval of the final project-specific water quality management plan the applicant shall have
a soils engineer prepare a project-specific infiltration study for the project for the purposes of storm
water quality treatment. The infiltration study and recommendations shall follow the guidelines in the
current adopted "San Bernardino County Technical Guidance Document for Water Quality
Management Plans".
42. The Tentative Parcel Map 19762 (SUBTPM19762) is the primary discretionary permit for the
project. The final project-specific Water Quality Management Plan (WQMP) shall be prepared as a
Phased WQMP for SUBTPM19762 and shall include all phases of the project. Construction of the
storm water treatment structural devices may be constructed as construction progresses. Prior to
issuance of a grading permit, either a precise or rough grading permit, the final project-specific water
quality management plan shall be recorded.
43. Prior to the issuance of a certificate of occupancy by the Building Official, or his designee, the civil
engineer of record shall file a Water Quality Management Plan (WQMP) Post Construction Storm
Water Treatment Devices As-Built Certificate with the Environmental Programs Coordinator, City of
Rancho Cucamonga Engineering Services Department.
44. As the use of drywells are proposed for the structural storm water treatment device, to meet the
infiltration requirements of the current Municipal Separate Storm Sewers Systems (MS4) Permit,
adequate source control and pollution prevention control BMPs shall be implemented to protect
groundwater quality. The need for pre-treatment BMPs such as sedimentation or filtration shall be
evaluated prior to infiltration and discussed in the final project-specific Water Quality Management
Plan document.
www.CityofRC.us Page 196
Printed:1/21/2021 g Page 25 of 25
Day Creek Square Modification
DRC 2020- 00482 — DR Horton
March 3 , 2021
Project Sco
• Who:
• DR Horton
• What:
• Design Review Modification to previous approval for Day Creek Square
• Request for Condition of Approval #13 be stricken entirely
• Where:
• Southwest Corner of Day Creek Boulevard and Base Line Road
• Background
• Original Project Approval in 2017
• Project Approval Includes:
• 380 Residential Units
• Two Commercial Pads, 12,000 square feet total
• 71-room hotel
4
- I I SOLSTICEP
13
�J
Hotel
4
I <
. Area
�
Residential Area
{
?
� iB 7. .,a - I � _ _ L—I �•.I-: -:gym a L{ I
01
_ g° w Wr Commercial
1 � " �� ba s g Area
11F�Z- -
b+REEKHODLEyRD_ - -
"y'�� BUILDING SITE PLAN
DAYCREEKSQUARE
ry
■�MADOLE
CITY OF RANCHO CUCAMONGA
Aerial Site Plan - -_ --
......... .......... ......
y`YA
Y t. 1R1
....
ED
Ir
7.1 ji� N
�� � � �p "'t ��'-`�: ear �•: �� .�.Ls � � � �fm
o
CITY
OF ♦ • CUCAMONGA
Existing Condition of Approval
SUBTPM 19762
"No more than 65% of the permits for the residential units
(247) shall be issued unless building permits for the hotel
and two restaurant buildings have been issued. Occupancy
for the residential units shall be limited to 90% (342 units)
until occupancy has been approved for the hotel and the two
restaurant buildings. "
Day Creek Square Project Status
Residential Portion
■ 295 homes occupied throughout the community
■ 380 permits issued; 319 granted certificate of occupancy
■ 61 homes under construction; 39 sold, 22 not sold
■ Modest projection — Threshold of 342 homes reached by June/July 2021
Commercial Portion
■ Construction complete on both buildings; site improvements remaining
■ Day Creek Building occupied
■ Base Line Building partially occupied
Hotel Portion
■ Building permit ready to issue, Grading permit still pending
■ Construction timeframe — 10-14 months
Recommendation
Adopt Resolution 21 -12 for Design Review Modification DRC2020-00482
• Allowing the removal of condition of approval #13 that places a restriction
on the residential occupancy within the Day Creek Square development.
CITY OF RANCHO CUCAMONGA
DATE: March 3, 2021
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Tamara L. Oatman, Finance Director
SUBJECT: Consideration to Receive and File Midyear Financial Update for the Six-
Month Period Ended December 31, 2020. (CITY)
RECOMMENDATION:
Staff recommends that the City Council receive and file the attached Midyear Financial Update
for the six-month period ended December 31, 2020.
BACKGROUND:
On a quarterly basis, the Finance Director provides the City Council with a brief update on the
budgetary performance of the City's operating funds which include the City General Fund (Fund
001), the Library Fund (Fund 290), and the Fire District Operating Funds (Funds 281, 282, and
283). At the midyear point, staff conducts an analysis of the City's operating budget which
includes detailed inquiries of the various City departments. During these inquiries, budgetary
needs may be identified that require more timely attention than the Amended Budget process may
provide. As a result, additional appropriations may be requested of the City Council in conjunction
with the Midyear Financial Update.
ANALYSIS:
The Midyear Financial Update provides budget and year-to-date actuals (including
encumbrances) of both revenues and expenditures for the City's operating funds.
One of the more notable items in this year's Midyear Financial Update is the estimated impact of
the COVID-19 pandemic on the Community Services Department in the General Fund. As of
midyear, Community Services staff have a better picture of what programming will look like for
the remainder of the year. As a result, the Department is proposing several substantial reductions
to expenditures as well as associated revenues. Net proposed expenditure reductions total
approximately $4.3 million, primarily in the areas of part-time salaries, operations and
maintenance, and contract services due to the dramatically scaled back programming currently
in place. Adopted revenues have a corresponding decrease proposed in the amount of
approximately $4.7 million, with the primary decreases occurring in recreation fees, other
lease/rental income, and ticket sales. Net expenditure reductions were less than net revenue
reductions due to new consultant contracts to review the Department's operations ($225,000);
Park Rangers/Monitors part-time staffing costs incurred to monitor compliance with COVID-
related restrictions ($65,000); part-time staffing for COVID vaccine and testing site activity as well
as Central Park operations ($50,000); and the continued support of full-time positions for the
Department. The Department's operations will be revisited at the end of the third quarter to
determine if any further adjustments, positive or negative, are warranted.
Page 197
As noted in the first quarter's financial update, the COVID-19 pandemic has caused an increase
in the billing for unemployment claims. The reduction in force required in response to the
mandated shutdowns resulted in much higher than anticipated unemployment claims.
Fortunately, Federal CARES Act funding is providing a 50% credit for the claims filed. The City
recently received the billing for the first quarter of the fiscal year, but it has not received the billing
for the second quarter yet. In anticipation of the claims remaining at the same level for the second
and third quarters of the year with a doubled amount for the fourth quarter of the year due to the
sunset of the Federal credit on March 13, 2021, Personnel Overhead costs will increase
approximately $797,910.
As of midyear, it is anticipated that projected increases and decreases in the various General
Fund revenues will net to an overall decrease of $3,116,690. However, the adjustment to the
Community Services Department (CSD)'s activities contributed $4,716,920 towards this
decrease. Non-CSD revenue netted an increase of$1,600,230. This includes projected growth
in sales tax revenue, TOT, and development fees, as well as one-time grant reimbursement
revenues of $739,630. Overall, the General Fund's operations are anticipated to end the fiscal
year with net funds available in the amount of$311,280.
Library expenditures are anticipated to be $649,600 less than budgeted. Savings are anticipated
as a result of the reduction in the part-time salaries budget which was reduced commensurate
with the Department's suspension of in-person programming due to the impacts of the COVID-19
pandemic. The Department will also experience some salary savings due to vacancies in full-
time positions. The planned transfer out to the Library Capital Fund was reduced by $300,000
due to a corresponding decrease in the Library Foundation's donation for the Second Story project
as the Foundation has been adversely impacted by the pandemic as well. However, $458,600 of
the Library Fund's projected expenditure savings will be transferred to the Library Capital Fund to
accumulate resources needed for the Second Story project next fiscal year. Overall cost savings
were also offset by an increased cost for a library-materials vending machine that was partially
funded by the CARES Act. Revenues are anticipated to be $387,100 less than budgeted overall
due to reduced revenues from the Library Foundation and Friends of the Library, reduced
passport revenues, and a transfer in from the CARES Act Fund to cover 50% of the cost of the
vending machine. Overall, the Library's operations are anticipated to end the fiscal year with net
funds available in the amount of$262,500.
The Fire District's expenditures are on track as of midyear. Revenues and expenditures will be
adjusted through the Amended Budget process to reflect the additional costs and subsequent
reimbursements for the many strike teams we had active from July through October. The
allocation of post-RDA property tax revenues between the District's General Fund and Capital
Fund will be adjusted as needed to ensure the Fire District General Fund is balanced at the end
of the fiscal year. As of midyear, it is anticipated that less will be needed for the General Fund
than was budgeted due to positive revenue variances and cost savings. Overall, the Fire District
will end with a balanced budget by the usage of $527,030 in CFD 85-1 reserves, or depending
on the reimbursements, may end with a surplus.
Due to the uncertainty surrounding the future impacts of the COVID-19 pandemic, continued
caution is needed to monitor revenues and contain expenditures throughout the remainder of the
fiscal year.
FISCAL IMPACT:
As a result of the analysis conducted with the various departments for the attached report, certain
additional appropriations were identified that require more immediate attention rather than waiting
Page 2
Page 198
for the adoption of the Amended Budget in May. Staff respectfully requests that the City Council
authorize the following additional appropriations:
FY2020121 Midyear Additional Appropriation Requests
Account Number Description Amount Comment
1001319-5200 General Fund-Park Maintenance/O&M $ 34,000 Transfer accumulated admin fee
1001000-8008 General Fund/Transfer In-Fund 008 $ 34,000 to cover cost to maintain the
1008316-9001 Cnty of S. B. Reimb/Transfer Out-Fund 001 $ 34,000 landscape on the washends
1136303-5300 LMD#6R Caryn Community/Contract Services $ 70,000 Emergency response-October
1130303-5310 LIVID#1 General City/Tree Maintenance $ 71,320 2020 and January 2021 Windstorm
1136303-5310 LIVID#6R Caryn Community/Tree Maintenance $ 65,140 Events for landscaping and tree
1 1 38303-531 0 LIVID#8 South Etiwanda/Tree Maintenance $ 12,050 contract services
Replenish funds transferred for
City-Wide Employee
1001002-5061 Personnel Overhead/Employee Development $ 21,500 Development Program contract
1001001-5300 General Overhead/Contract Services $ 23,750 Demographic services related
3281501-5300 Fire Fund-Administration $ 23,750 to City Council redistricting
1100202-5300 Assessment Dist.Admin./Contract Services $ 85,500 Industrial CFD
Traffic Study related to Industrial
1100202-5300 Assessment Dist.Admin./Contract Services $ 30,220 CFD formation
1016301-5300 Comm Dev Tech Srvcs/Contract Service $ 30,000 Scanning contract
3281501-5312 Fire Fund-Administration/Legal Services $ 150,000 Increased legal costs
Acceptance of improvements-
Tract 19968 in Feb.2020;
1138303-5402 LIVID#8 South EtiwandaNVater Utilities $ 4,170 additional water costs
Total increase in revenue accounts $ 34,000
Total increase in expenditure accounts $ 655,400
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
Providing the City Council with regular financial updates on the City's operating budget supports
the Council's efforts to create an equitable, sustainable, and vibrant city, rich in opportunity for all
to thrive, by providing meaningful, timely information upon which they can base their current and
future decisions that impact the City's finances.
ATTACHMENTS:
Attachment 1 — Midyear Financial Update — Six-Month Period Ended December 31, 2020
Page 3
Page 199
City of Rancho Cucamonga
Midyear Financial Update
Six Month Period Ended December 31 , 2020 rloov- j
OVERVIEW
This report summarizes the City's overall financial position for the current fiscal year through December 31, 2020.
The focus of this report is the City's operating budget which is comprised of the City General Fund, the Library
Fund, and the Fire District Operating Funds. The revenue projections and budgets include necessary adjustments
for encumbrances, carryover purchase orders, and any supplemental appropriations made by the City Council as
of December 31, 2020.
GENERALFUND
General Fund Financial Condition. With 50% of the year complete, General Fund expenditures are at 42% of
projections (compared to 46% the prior year) and revenues are at 30% (compared to 31% in the prior year).
Revenues are typically less during the first half of the fiscal year as a number of the more significant items, including
franchise fees and fourth quarter sales tax, are not received until the second half of the fiscal year. Both
expenditures and revenues are explained in more detail below.
General Fund Bud et* YTD Actual* Percent
Revenues 89,394,500 27,155,093 30%
Expend ures 90,768,082 38,365,174 42%
*Includes carryover purchase orders.
The impacts of COVID-19 related reductions in revenues and consequential budget reductions in expenditures that
were implemented as part of the budget process, are accounted for in this report. The expenditures budget and
YTD actual figures above include carryover purchase orders from the prior fiscal year. Excluding the carryover
purchase orders, the City adopted a balanced budget for Fiscal Year 2020/21 through the planned usage of
$700,000 from the Change in Economic Circumstances Reserve to offset the economic impacts of the COVID-19
pandemic. In addition, the budget includes the planned usage of reserves to replace medical equipment for the
Animal Center in the amount of$10,000.
Departmental Expenditures. The YTD actual figure
above incorporates all General Fund divisions, including General Fund
non-departmental divisions such as General Overhead. 3
Spent Department
p As of 12�31/2a2a(S5 ol of YearComplete)
For purposes of departmental analysis, these non-
departmental divisions are excluded from the chart on the Admin.Services 41%
right. Animal Care&Srvcs 49%
Building&Safety 67%
In an effort to combat the negative economic impacts of City Clerk 49%
the COVID-19 pandemic,various budget reductions were City Coundl 39%
incorporated into the Fiscal Year 2020/21 Adopted City Management 1 49%
Budget. These include, but are not limited to, the Comm.Improv. 62%
following: Ccmmunity S rvcs 29%
Econ/Comm Dev 53%
• 32% reduction in FTEs for part-time staff Engineering 64%
• 10% reduction in full-time staff Planning 65%
Reduced hours of operations at various City Police 49%
Public Works 70%
facilities Records Mgmt. 15%
• Closure of certain City facilities, including the
Lewis Family Playhouse °°�° za°�° as°�° 6a°�° sa°�°
Page 119
Page 200
City of Rancho Cucamonga
Midyear Financial Update
Six Month Period Ended December 31 , 2020 r10*vj
Although operating with reduced budgets, departmental operating expenditures (including outstanding purchase
orders/encumbrances) are generally consistent with the prior year as a percent of the budget, and on target as
midyear. Any significant differences between the current and prior year are noted below.
Factors contributing to a slightly higher percentage expended/encumbered in some departmental budgets include
the following: 1)some contracts cover the entire fiscal year and must be fully encumbered with a purchase order at
the beginning of the fiscal year and 2) certain overhead cost allocations are fully allocated at the beginning of the
fiscal year.
Departments with the more significant variances in the percentage spent— current year(CY) vs. prior year (PY)—
include:
• Records Management (15% CY,- 36% PY): Records Management budgeted a line item for the 2020
General Election which was not expended as of midyear.
• Community Services (29% CY,• 53% PY): For Fiscal Year 2020/21, the Community Services
Department's budget increased about $2.5 million due to the combining of the Community Services
recreational and community activities into the General Fund; previously, they were accounted for in
separate special revenue funds. Community Services has spent 29%of its budget as of midyear compared
to 53% in the prior year. As noted in the first quarter's financial update, this slower spending trend is due
to the impacts of the COVID-19 pandemic on the Department's recreation and community activities, which
have become very limited due to restrictions on gathering in person. Due to the uncertainty of when
Community Services programming can continue and in what form, the timing of expenditures will be very
nontraditional this fiscal year. Programming is dependent upon when and if restrictions by the State of
California will be lifted. Staff continues to approach the situation with an abundance of creativity and
optimism to do their best to meet the needs of the community while staying in compliance with State
restrictions.
As of midyear, Community Services staff have a better picture of what programming will look like for the
remainder of the year. As a result, the Department is proposing several substantial reductions to
expenditures as well as associated revenues. Net proposed expenditure reductions total approximately
$4.3 million, primarily in the areas of part-time salaries, operations and maintenance, and contract services
due to the dramatically scaled back programming currently in place. Adopted revenues have a
corresponding decrease proposed in the amount of approximately$4.7 million, with the primary decreases
occurring in recreation fees, other lease/rental income, and ticket sales. Net expenditure reductions were
less than net revenue reductions due to new consultant contracts to review the Department's operations
($225,000); Park Rangers/Monitors part-time staffing costs incurred to monitor compliance with COVID-
related restrictions($65,000); part-time staffing for COVID vaccine and testing site activity as well as Central
Park operations ($50,000); and the continued support of full-time positions for the Department. The
Department's operations will be revisited at the end of the third quarter to determine if any further
adjustments, positive or negative, are warranted.
• Animal Care and Services (49% CY,- 59% PY): Animal Care and Services are experiencing budgetary
savings as of midyear due to full-time and part-time vacancies as well as some reduced operational costs
due to the restrictions imposed by the COVID-19 pandemic. As of midyear, the Department anticipates
overall savings of approximately$400,000 for the year.
Some savings may occur by the end of the fiscal year due to other personnel vacancies for a portion of the year.
These overall savings will be partially offset by other cost increases in part-time salaries, overtime, and contract
services for backfilling of vacant positions, by costs incurred to address damage caused by recent wind storms, and
by the unanticipated reimbursement of a portion of a prior year Administrative Fee to the RDASA based on direction
from the Countywide Oversight Board. Although the expenditure budget includes carryover purchase orders totaling
approximately $663,500, net projected savings in the various departmental budgets have resulted in a projected
Page 219
Page 201
City of Rancho Cucamonga
Midyear Financial Update
Six Month Period Ended December 31 , 2020 r10*vj
decrease of$3,817,860 in the General Fund's total expenditure budget. These expenditure savings combined with
certain positive revenue activity (discussed below)will eliminate the need for the usage of reserves for Fiscal Year
2020/21.
COVID-Related Expenditure Impacts. Separate from the departmental expenditures noted above, other
unanticipated expenditures resulting from the COVID pandemic are expected to be incurred this fiscal year. As
noted in the first quarter's financial update, the primary cost is an increase in the billing for unemployment claims.
The reduction in force required in response to the mandated shutdowns resulted in much higher than anticipated
unemployment claims. Fortunately, Federal CARES Act funding is providing a 50% credit for the claims filed. The
City recently received the billing for the first quarter of the fiscal year, but it has not received the billing for the second
quarter yet. In anticipation of the claims remaining at the same level for the second and third quarters of the year
with a doubled amount for the fourth quarter of the year due to the sunset of the Federal credit on March 13, 2021,
Personnel Overhead costs will increase approximately$797,910.
Some additional costs savings are anticipated due to the impacts of the COVID-19 pandemic. For instance,
reductions in operational costs for some City facilities are expected due to reduced services and/or temporary
closures.
Top Seven Revenues. The City's top seven revenues account for about 86% of total General Fund revenues
(compared to 91%in the prior year). Following is a summary of these revenues as of midyear:
YTD %
Top Seven Revenues Budget Actual Received
Sales tax 28,744,580 11,474,730 40%
Vehicle license fees" 21,223,690 - 0%
Franchise fees 7,445,070 1,252,612 17%
Property tax 10,082,200 5,211,007 52%
Development fees 4,892,500 2,460,291 50%
Business licenses 2,779,690 1,507,042 54%
Trans. occupancy taxes 1,835,530 1,152,370 63%
*Includes Property tax h4eu of VLF
Sales Tax. Revenues as of the six months ended December 31, 2020 are at 40% of budget (compared to 32%in
the prior year). The percentage is lower than 50% as of midyear due to the timing of our receipts from the State
and the County. As of midyear, we have received four months' allocation of sales tax revenues from the State and
five months' allocation of Prop 172 revenues, which is consistent with the prior year. The increase in the collection
percentage over the prior year is due to a combination of factors:
• The adoption of a conservative budget to reflect the estimated impacts of the COVID-19 pandemic on sales
tax revenues;
• Higher than anticipated receipts from the countywide use tax pool after a recent legislative change has
resulted in State taxation of additional internet purchases, and as more California consumers shift to online
shopping to reduce their exposure to possible illness during the health crisis;
• The reversal of a prior year accounting adjustment. During FY 2019/20, our sales tax consultant identified
two misallocations of sales tax revenue totaling $496,000. In order to record the future repayment of the
misallocations in the same period as the receipts, staff accrued the payment back to June 30, 2020, netting
the impact of the misallocation to zero. This accrual was then reversed on July 1, 2020 in anticipation of
the State deducting that amount from our current fiscal year's receipts. As of midyear, the State has not
yet processed this deduction resulting in the year-to-date receipts being temporarily higher than normal by
$496,000. Ultimately, the reversal of the accrual and the State deduction will net to a zero impact on the
current fiscal year.
Page 319
Page 202
City of Rancho Cucamonga
Midyear Financial Update
Six Month Period Ended December 31 , 2020 rlowvj
• A current year misallocation from a sporting goods retailer in the amount of$350,000 that will be corrected
in a future quarter; and
• A change in the allocation methodology used by the State which results in somewhat higher remittances
each month with a lower quarterly reconciliation amount compared to the prior year. This change in
methodology will resolve itself at fiscal yearend when all appropriate sales tax revenues will be accrued
and can be compared to the prior fiscal year on a level playing field.
The above factors can be further illustrated by the following chart which shows the Adopted Budget and year-to-
date (YTD) revenues as of midyear for Fiscal Year 2019/20 compared to FY 2020/21:
Sales Tax
FY 2019/20-MI DYEAR FY 2020/21-MI DYEAR
Budget YTD Actual
The City's sales tax consultant continues to assist staff with determining the estimated impacts of the COVID-19
pandemic on sales tax revenues through their quarterly updates with staff. Recent discussions with the consultant
indicate that significant recovery is not anticipated until Fiscal Year 2021/22 with full recovery dependent on the
specific character and make up of each jurisdiction's tax base. The most recent data (third quarter of 2020)audited
by our consultant indicates the following make up of Rancho Cucamonga's sales tax base, which has historically
had a good level of diversification:
Page 419
Page 203
City of Rancho Cucamonga
Midyear Financial Update
Six Month Period Ended December 31 , 2020 rloovj
REVENUE BY BUSINESS GROUP
Rancho Cucamonga This Quarter*
Food/Drug
Cons.Goods 5%
31% Fuel
5%
Pools
18%
Restaurants
12%
PutoslTrans.
3%
Building
Bus./Ind. 8%
17% "ADJUSTED FOR
ECONOMIC DATA
Business types impacted most heavily by the COVID-19 pandemic in recent months include casual dining eateries,
as the City's restaurant dining rooms were closed to combat the health crisis, and fuel and service stations, as the
stay-at-home rules cut vehicle trips and deflated the price of petroleum products on the global market. Conversely,
receipts from the countywide use tax pool continue to surge after a recent legislative change has resulted in State
taxation of additional internet purchases, and as more California consumers shift to online shopping to reduce their
exposure to possible illness during the health crisis. The list of businesses closing, either permanently or
temporarily, continues to grow as a result of the economic shut-down, approaching levels the City has never seen
before. As the countywide pool grows, and the City's retail footprint shrinks, cities with auto dealers have an
advantage. Rancho Cucamonga has no auto dealers. While the City as a whole is weathering the storm fairly well
due to the increases in the countywide use tax pool allocations, our position is precarious and there is reason for
concern. As of midyear, it is anticipated that sales tax will end the fiscal year slightly ahead of budget.
Vehicle License Fees (VLF). As of midyear, we have not received a disbursement of VLF from the State which is
consistent with the prior year. The VLF relates to excess amounts collected by the State for the prior fiscal year,
and it has typically been received during the third quarter of our fiscal year. We will receive property tax in-lieu of
VLF from the County in January and May. This revenue source is anticipated to exceed budget by$96,910 based
on information provided by our property tax consultant.
Franchise Fees. We will not receive the largest components of franchise fee revenues—payments from Southern
California Edison and Southern California Gas Company—until April 2021. Franchise fees from waste management
and cable are remitted approximately 30 days after the end of each quarter. These revenues are generally in line
with overall budget estimates for this point in the fiscal year.
Property Tax. The first major apportionment of taxes occurred in December. Included in the property tax budget
is post-RDA property tax revenue of$2,543,990. This portion of the City's property taxes is normally received in
January and June as part of the County of San Bernardino's distribution of the Redevelopment Property Tax Trust
Fund (RPTTF); however, the January payment was received a few days early at the end of December. This same
situation occurred in the prior fiscal year resulting in the collection percentages being consistent. It is anticipated
that overall property tax revenues will be in line with budget as of fiscal year end.
Page 519
Page 204
City of Rancho Cucamonga
Midyear Financial Update
Six Month Period Ended December 31 , 2020 rloovj
Development Fees. Development revenues for plan check fees and engineering fees are coming in slower than
anticipated with collection percentages of 33.3% and 37.8%, respectively. Planning fees are in line with budget
with a collection percentage of 51.7%. Building permits are exceeding budget as of midyear with a collection
percentage of 74.6%.
• For plan check fees, revenues have decreased due to the majority of issued permits not requiring plan
checks and larger projects being temporarily stopped or slowed down considerably. The third and fourth
quarters of the fiscal year should show an increase if, as we anticipate, some developers submit larger
projects, such as Lewis proceeding with the apartments at The Resort and a project at Milliken and Foothill.
Considering these factors, the Building and Safety Department is anticipating ending the fiscal year at 80%
of budget, or a $257,500 decrease.
• For engineering fees, the Development Management team anticipates some larger projects that were
previously put on hold to come through before the end of the fiscal year. All remaining budgeted revenue
funding is anticipated to be received by the end of the fiscal year with no adjustment needed.
• For planning fees, revenues were trending slightly lower than expected, but a robust December brought us
back on track. Lingering COVID-19 impacts and the moratorium on new industrial development could
create a short term drag on fees in the second half of the fiscal year. However, no adjustment to budgeted
revenues is proposed at this time by the Planning Department.
• For building permits, an increase in permit issuance is anticipated in the third and fourth quarters of the
fiscal year as typically occurs. However, permit issuance has shifted from developer to home/business
owner. An increase of approximately 30% is anticipated based on volume continuing from the prior fiscal
year. It should be noted that the increase is due to more small permits with home remodeling during the
stay-at-home orders. Based on YTD activity, the Building and Safety Department anticipates ending the
fiscal year at 130% of budget, a $450,000 increase.
Business Licenses. Overall business license revenues are slightly ahead of the 50% midyear target, with a
collection percentage of 54%, which is slightly lower than the prior year's collection of 58%. The peak of the
renewals is not received until January. However, it is anticipated that current business license revenues should be
in line with the Adopted Budget by the end of the fiscal year. Many businesses took advantage of the City's 120-
day deferral of when penalties are assessed for non-payment of business licenses that was put into place in March
2020 through an Executive Order due to the COVID-19 emergency. As a result, a reduction in revenues from
penalties is anticipated in the amount of$73,460.
Transient Occupancy Taxes(TOT). Based on information provided by the Greater Ontario Convention and Visitors
Bureau (GOCVB), year-to-date occupancy through December 2020 was at 55.8% compared to 77.5%for the prior
year. The average daily rate year-to-date through December 2020 was $123.29 compared to$137.14 for the prior
year. Focusing on the month of December, occupancy was at 48.5% in 2020 compared to 68.8% in the prior year.
The average daily rate for the month of December was $116.38 in 2020 compared to $128.77 in the prior year.
These statistics illustrate just how impactful the COVID-19 pandemic has been on TOT revenues. Below is a
summary of our TOT revenues by month for the prior and current fiscal years:
Page 619
Page 205
City of Rancho Cucamonga
Midyear Financial Update
Six Month Period Ended December 31 , 2020
Qr
Transient Occupancy Taxes - Monthly Revenue
$450,000.00
$400,000.00
$350,000.00
$300,000.00
$250,000.00
$200,000.00
$150,000.00
$100,000.00
$50,000.00
July August Sept. Oct. Nov. ❑ec.
■FY 2019/20 FY 20 20/2 1
Year-to-date receipts are tracking about 36% less than the prior year due to the COVID-19 pandemic. A significant
reduction in TOT revenues was anticipated in our revenue estimates for Fiscal Year 2020/21 which were estimated
at approximately 40% of the pre-COVID revenue estimate. One of the City's major hotels had temporarily closed
in late March 2020; however, it started accepting guests again in August 2020 which helped contribute to TOT
revenues beginning in September 2020. Annualizing YTD revenues indicates that the revenue estimate for Fiscal
Year 2020/21 may be exceeded. Staff will continue to monitor TOT revenues and provide an update for the third
quarter's report to City Council.
The City approved entitlements for two new hotels. However, only one has actually pulled permits and is under
construction due to construction financing being secured before the pandemic erupted. Construction has been
extensively delayed due to workers being exposed to the virus and the resultant inability to maintain a steady
construction crew. It is anticipated that this hotel will open in the first part of next calendar year. The second entitled
hotel has been unable to secure construction financing due to the pandemic. Lenders are hesitant to provide loans
to the hotel industry at this time due to the historically low vacancy rates as well as the current travel and
conferences restrictions imposed by the pandemic. These restrictions will need to ease up, most likely meaning
that our county moves to the orange or yellow tier of the State's Blueprint for a Safer Economy framework, before
construction financing will be available. No revenue is anticipated from this hotel in the current fiscal year.
Depending on the timing of construction, it is anticipated that the City may receive a half year's TOT revenue during
Fiscal Year 2022/23.
COVID-Related Other Revenue Impacts. In 2018, the City and the Chaffey Joint Union High School District
entered into an agreement for the City to provide a higher level of school resource officer services for its high school
facilities on a cost-sharing basis. With the School District's operations impacted by the COVID-19 pandemic, the
City and the School District modified the agreement in October 2020 to reduce the cost-sharing amount by half for
Fiscal Year 2020/21. This is an additional, unanticipated loss of revenue to the City.
In September 2020, the San Bernardino County Board of Supervisors approved an allocation of $23.3 million in
CARES Act funding to cities within the County on a population basis. The County determined that Rancho
Cucamonga is eligible to receive $2,167,193 of this funding. In order to receive the funding, the City submitted for
reimbursement of a portion of its law enforcement costs through the Sheriff's Department contract. A portion of this
funding will be used to replace the planned use of the City's Changes in Economic Circumstances Reserve, while
Page 719
Page 206
City of Rancho Cucamonga
Midyear Financial Update
Six Month Period Ended December 31 , 2020 rloovj
the remainder of the funding will be used to replenish the Law Enforcement Reserve for costs incurred to construct
the Public Safety Facility on the west side of the city.
As of midyear, it is anticipated that projected increases and decreases in the various General Fund revenues will
net to an overall decrease of$3,116,690. However,the adjustment to the Community Services Department(CSD)'s
activities contributed$4,716,920 towards this decrease. Non-CSD revenue netted an increase of$1,600,230. This
includes projected growth in sales tax revenue, TOT, and development fees, as well as one-time grant
reimbursement revenues of$739,630. Overall, the General Fund's operations are anticipated to end the fiscal year
with net funds available in the amount of$311,280.
LIBRARY FUND
Library Fund Financial Condition. As of midyear, Library revenues are at 46% of projections (consistent with the
prior year) and expenditures are at 50% (compared to 55% in the prior year). The higher than usual revenue
collection percentage is due to the timing of the County's payment of the statutory passthrough from RPTTF. As
noted previously, the first installment is usually received in January; however, it was received in December in the
both the current year and the prior year.
Library Fund Bud et* YTD Actual* Percent
Revenues 6,208,820 2,827,225 46%
Expenditures 6,261,594 3,154,245 50%
*Includes carryover purchase orders.
Property tax makes up approximately 82% of the Library Fund's revenues (compared to 81%in the prior year). As
noted above, the first major apportionment of taxes occurred in December. The Library's property tax revenues,
however, also include a statutory pass-through from the former Redevelopment Agency. This pass-through
represents approximately 35.7% of the Library's property tax revenues and is normally received in January and
June as part of the County's distribution of the Redevelopment Property Tax Trust Fund (RPTTF). However, as
noted above, the January payment was received in late December, similar to the prior year. Also included in the
property tax budget is post-RDA property tax revenue of$140,340. These revenues are also distributed from the
RPTTF.
Library expenditures are anticipated to be$649,600 less than budgeted. Savings are anticipated as a result of the
reduction in the part-time salaries budget which was reduced commensurate with the Department's suspension of
in-person programming due to the impacts of the COVID-19 pandemic. The Department will also experience some
salary savings due to vacancies in full-time positions. The planned transfer out to the Library Capital Fund was
reduced by $300,000 due to a corresponding decrease in the Library Foundation's donation for the Second Story
project as the Foundation has been adversely impacted by the pandemic as well. However, $458,600 of the Library
Fund's projected expenditure savings will be transferred to the Library Capital Fund to accumulate resources
needed for the Second Story project next fiscal year. Overall cost savings were also offset by an increased cost
for a library-materials vending machine that was partially funded by the CARES Act. Revenues are anticipated to
be $387,100 less than budgeted overall due to reduced revenues from the Library Foundation and Friends of the
Library and reduced passport revenues, with an offsetting transfer in from the CARES Act Fund to cover 50% of
the cost of the vending machine. Overall, the Library's operations are anticipated to end the fiscal year with net
funds available in the amount of$262,500.
FIRE DISTRICT
Fire District Financial Condition. With 50% of the year complete, Fire District operating revenues are at 53% of
projections (compared to 51% in the prior year) and expenditures are at 52% (compared to 53% in the prior year).
Page 819
Page 207
City of Rancho Cucamonga
Midyear Financial Update
Six Month Period Ended December 31 , 2020 rloov- j
The revenue collection percentage is higher in the current year due primarily to cost reimbursements from the State
for strike teams.
Fire District Bud et* YTD Actual* Percent
Revenues 41,452,310 21,985,205 53%
Expend ures 41,993,557 21,689,866 52%
*Includes carryover purchase orders.
Property tax comprises approximately 89% of the Fire District's operating revenues (consistent with the prior year)
which includes the General Fund, CFD 85-1, and CFD 88-1. The first major apportionment of taxes occurred in
December. Included in the property tax budget is post-RDA property tax revenues of $8,905,710. This amount
represents a statutory pass-through from the former Redevelopment Agency. The full amount of the pass-through
is allocated on a percentage basis between the Fire District's operating funds and its capital fund based upon the
operating budget needs of the Fire District each fiscal year. As noted above, RPTTF revenues is normally received
in January and June. However, the January remittance was received a few days early in December.
The Fire District's expenditures are on track as of midyear. Revenues and expenditures will be adjusted through
the Amended Budget process to reflect the additional costs and subsequent reimbursements for the many strike
teams we had active from July through October. The allocation of post-RDA property tax revenues between the
District's General Fund and Capital Fund will be adjusted as needed to ensure the Fire District General Fund is
balanced at the end of the fiscal year. As of midyear, it is anticipated that less will be needed for the General Fund
than was budgeted due to positive revenue variances and cost savings. Overall, the Fire District will end with a
balanced budget by the usage of$527,030 in CFD 85-1 reserves, or depending on the reimbursements, may end
with a surplus.
SUMMARY
Overall, the General Fund and Library Fund's revenues and expenditures will need to be adjusted to reflect the
known and estimated impacts of the COVID-19 pandemic. Both funds are projected to ultimately end the year with
net positive financial results due to numerous contributing factors including salary savings, operational savings,
grant income, and better than anticipated revenue growth.
The Fire District's operating budget for expenditures is performing well as of midyear and is consistent with the prior
year,with some enhancements for higher than anticipated strike team activity. Generally, revenues are on track or
slightly ahead of projections, and expenditures are on track with or slightly below historical norms.
Page 919
Page 208
City of Rancho Cucamonga
Fiscal Year 2020/21
Operating Budget
Midyear Financial Update
Presented to the City Council
March 3, 2020
Midyear Financial Update Scope
13 • . . city
. . . .
00
. . . .
General
. . . . . .
•
DECEMBER
LibraryOperatingi
Budget
Fund 311
�7Fire District
Operating
Funds
�r��r CITY OF RANCHO CUCAMONGA
r
FudSpn n h
Generalasot
General Fund Budget* YT D Actual* Percent
Revenues $ 89, 394, 500 $ 27, 155,093 30%
lExpen&ures $ 90,768,082 $ 38, 3651174 42%
*Includes carryover purchase orders.
• Accounts for:
• Projected impacts of COVID-19 pandemic on
revenues and expenditures
Q
• Planned use of $700,000 in reserves to 4aQ ,�� o oPoe
balance budget
0 0
To p Seve n Reve n u es FY 2019120
(25.12%) (11.
Vehicle license fees Propertytax
$20,279,320 $9,672,760
sr5.71
Development fees
io�
0
Transient $4,180,000
(40- 32%/} 8.29/J occupancy 3.4401)
Franchise fees taxes Business licenses
Sales tax $32,552p450 $6,652,070 $4,613,410 $2,779,690
• 91% of total General Fund revenues ($80, 729, 730)
To p Seve n Reve n u es FY 2020121
(9.67%)
(i 3.09%) Franchise
Propertytax fees
$10,082,200 $7,445,070
(3,b156J
(37.33%) Business
licenses
(27.56%) (G•,3.5961 $2,779,690
Sales tax DevelopmerYt
Vehicle license fees fees (2,-896)
81744,580 $21,223,690 $4,892,500 TOT $1,835,530
• 86% of total General Fund revenues ($77,003,260)
• Decrease in percentage is due to combining of Community Services
activities into the General Fund as well as COVID-19 pandemic impacts
Top Seven Revenues (continued
Sales Tax
-12%
32% 40%
FY 2019/20- M I DYEAK FY 2020/21- M I DYEAR
Budget YTD Actual
BE
Top Seven Revenues (continued
• Sales tax
• Increase in collection percentage is due to:
• Adoption of conservative budget to reflect the impacts of COVID-19
• Higher than anticipated receipts from the countywide use tax pool
• Recent legislative change to tax internet purchases
• CA consumers shift to online shopping due to pandemic
• Reversal of a prior year accounting adjustment for two
misallocations of sales tax revenue ($496,000) pending adjustment
by the State in current year to net to zero impact on FY 2020/21
• Current year misallocation, BY THE STATE, overstated 3Q2020
receipts ($350,000)
• Change in allocation methodology by the State
Top Seven Revenues (continued)
• Sales tax (continued)
• Significant recovery not anticipated until the latter part of FY
2021/22
• Business types impacted most heavily by the pandemic in
recent months include:
• Casual and fine dining eateries; fuel and service stations
• The list of businesses closing continues to grow, approaching
levels the City has never seen before
• While the City is weathering the storm fairly well due to the
increases in the countywide use tax pool allocations, our
position is precarious and there is reason for concern
• Anticipate sales tax will end the fiscal year slightly ahead of
budget
Top Seven Revenues (continued
Vehicle License Fees`
0 ,
FY 2019/20-M IDYEAR FY 2020/21-M IDYEAR
Budget YTD Actual
*Includes Property tax in-lieu of VLF
Top Seven Revenues (continued
• Vehicle License Fees (VLF)
• As of current date, no VLF has been received from the
State which is consistent with prior year
• The VLF relates to excess amounts collected by the State for
the prior fiscal year, and it has typically been received during
the third quarter of our fiscal year
• Property tax-in-lieu of VLF is received after midyear
• Anticipated to exceed budget by $96,910
Top Seven Revenues (continued
Franchise Fees
$7,445,070
$6,652,070
i
d�
17% 17
FY 2019/20-M I DYEAR FY 7020/21-MIDYEAR
Budget YTD Actual
Franchise Fees
• Largest components received in April for gas and electric
utilities
• Possible increase in franchise fees from utilities
* People staying home and conditioning their home spaces
• Franchise fees from waste
ement and cable are
Top Seven Revenues (continued)
generally budget yt
�r��r CITY OF RANCHO CUCAMONGA
r
Top Seven Revenues (continued
Property Tax
1 1 ' 11
• .1
52% °
1 I ,r ii
FY 2019/20-M IDYEAR FY 2020/21-M IDYEAR
Budget Y-FD Actual
Top Seven Revenues (continued)
• Property tax
• Budget includes post-RDA property tax revenue of
$2,.543,990
• Normally, this revenue is received in January and June
• January payment was received early (December 2020),
consistent with the prior fiscal year
• Overall, property tax revenues will be in line with budget
as of fiscal year end
CITY OF RANCHO CUCAMONGA
Top Seven Revenues (continued
Development Fees
79%
• • • 50%
FY 2019/20-M I DYEAR FY 2020f 21-MIDYEAR
Budget YTD Actual
Top Seven Revenues (continued
• Development Fees
• Plan check and engineering fees are coming in slower
than anticipated, with collection percentages of 33.3%
and 37.8%, respectively, as of midyear
• Plan check fees - $357,500 decrease anticipated (80% of budget)
• Planning fees are in line with budget at 51.7% collected
• Building permits are exceeding budget as of midyear with
a collection percentage of 74.6%
• Anticipate ending the year at 130% of budget, a $450,000
increase
Top Seven Revenues (continued
Business Licenses
I
58%
54%
FY 2019/20-MIDYEAR FY 2020/21-MIDYEAR
Budget YTD Actual
Top Seven Revenues (continued)
• Business Licenses
• Generally, on track with projections
• Revenue from penalties impacted by 120-day deferral
• Collection of prior year amounts impacted by recent FTB
suspension of Interagency Intercept Collection Program
until 7/31/2021
Top Seven Revenues (continued
Transient Occupancy Taxes (TOT)
-60%
39%
62%
FY 2019 f 20-MIDYEAR FY 2020/21-M IDYEAR
■ Budget ■ YTD Actual
Top Seven Revenues (continued
• Transient Occupancy Taxes
• Occupancy rates / average daily rates
$140 $137.14 90%
77.50% 80%
$135
68.80%
70%
$130
8.77 - 60%
M
� co
a $125 _ 50%
1$123.2 48.50% o
as $120 40%
� u
Q 30%
$115
— 20%
$110
10%
$105 0%
Year-to-Date December
FY 2019/20 FY 2020/21
Top Seven Revenues (continued
• Transient Occupancy Taxes (continued)
• YTD receipts are tracking about 36% less than prior year
• Revenues estimated at 40% of pre-COVID levels
• One major hotel temporarily closed in late March 2020;
recently started accepting guests in August 2020
• Annualizing YTD revenues indicates revenue estimate for
FY 2020/21 may be slightly exceeded
• City approved entitlements for two new hotels
• One has pulled permits and is under construction; anticipate
opening first part of next calendar year
• Second hotel unable to secure financing due to the pandemic
• Possible revenue for half a year in FY 2022/23
COVID - Related Other Revenue
Impacts
• CJUHSD agreement — cost-sharing amount reduced
by half
• CARES Act funding allocated by S. B. County Board
of Supervisors ($2, 167, 193)
• Replenish planned use of reserves
• Offset cost of Public Safety Facility
Other Operational Impacts
• Community Services Department
• As of midyear, staff have a better picture of what
programming will look like for the remainder of the fiscal
year
• Net proposed expenditure reductions of $4.3 million
• Adopted revenues have a corresponding decrease of
approximately $4.7 million
• Recreation fees, other lease/rental income, ticket sales
OtherOperational
(continued)
• Community Services Department (continued)
• Net expenditure reductions were less than net revenue
reductions due to:
• Consultant contract to review operations ($225,000)
• Park Rangers/Monitors part-time staffing costs to monitor
compliance with COVID-related restrictions ($65,000)
• Part-time staffing for COVID vaccine and testing site activity as
well as Central Park operations ($50,000)
• Continued support of full-time positions for the Department
• The Department's operations will be revisited at the end
of the third quarter to determine if any further
\adjustments, positive or negative, are warranted
General Fund Revenues - Overall
• Projected increases and decreases will net to an
overall decrease of $311161690
• Adjustment to Community Services Department
(CSD)'s activities contributed $4,716,920 towards
this decrease
• Non-CSD revenue netted an increase of $1,600,230
• Sales tax, TOT, development fees
• One-time grant reimbursement revenue of $739,630
• Eliminates the need to use reserves
Departmental Expenditures
General Fund
% Spent by Department
As of 12/31/2020 (50 of YearCormplete)
Admin. Services 41`16
Animal Care & Srvcs 49`l
Building & Safety 67`
City Clerk 48`l6
City Coundl 39`16
City Management 49%
Comm. Improv, 62%
Ccmmunity S rvcs 29`16
Econ/Comm Dev 53%
Engineering M 64%
Planning � 65%
Police 4s
Public Works 1 70%
Records Mgmt, 1.5`
00/0 20% 4D% 60% 80%
Departmental Expenditures
(continued)
• In an effort to combat the negative economic
impacts of the COVID-19 pandemic, various budget
reductions were incorporated into the budget
• 32% reduction in FTEs for part-time staff
• 10% reduction in full-time staff
• Reduced hours of operations at various City facilities
• Closure of certain City facilities, including the Lewis
Family Playhouse
� 1
CITY OF RANCHO CUCAMONGA
Departmental Expenditures
(continued)
• Although operating with reduced budgets,
departmental expenditures are generally consistent
with prior year (% spent) and on target as of
midyear
• Factors contributing to slightly higher percentage
expended/encumbered :
• Annual contracts fully encumbered at beginning of year
• Certain overhead cost allocations completely allocated
at beginning of year
Departmental Expenditures
(continued)
• Departments with the more significant variances in
the percentage spent are:
• Records Management (CY.• 15% PY.• 36%) : 2020
General Election budgeted and not yet expended
• Animal Care and Services (CY.• 49°0; PY.• 59%):
Budgetary savings as of midyear due to full-time
and part-time vacancies as well as some reduced
operational costs due to COVID-related restrictions
• Savings of $400,000 anticipated for the year
Departmental Expenditures
(continued)
• Community Services (CY.• 29% PY.• 53%) :
Recreational and community activities combined
into General Fund; heavily impacted by COVID-19
• Net proposed expenditure reductions total
approximately $4.3 million
• Part-time salaries; operations and maintenance; contract
services
• Dramatically scaled back programming currently in place
COVID - Related Expenditure
Impacts
• Unemployment claims have increased significantly
• Result of reduction in force
• Some relief from Federal CARES Act (50%)
• Received billing for first quarter
• Anticipate claims remaining at the same level for the
second and third quarters of the year, with a doubled
amount for the fourth quarter due to the sunset of the
Federal credit on March 13, 2021
• Personnel overhead costs are projected to increase
approximately $797,910
lFund -Genera
Overall
• Potential savings by end of fiscal year
• Salary savings due to personnel vacancies
• Operational savings due to reduced services and/or
temporary closures due to the COVID-19 pandemic
• Partially offset by:
• Cost increases in part-time salaries, overtime, and contract
services for backfilling of vacant positions
• Costs incurred to address damage caused by recent
windstorms
• Unanticipated reimbursement of a portion of a prior year
Administrative Fee to the RDASA based on direction from the
Countywide Oversight Board
General Fund Expenditures Overall
• Net projected savings in the various COST KEPUCTION
departmental budgets have
resulted in a projected $3,817,860
decrease in the General Fund's
total expenditure budget
• Overall, the General Fund's operations are
anticipated to end the fiscal year with net funds
available in the amount of $311,280
Library Fund Snapshot
Library Fund Budget* YTD Actual* Percent
Revenues 61208,820 2 827 225 46%
Ex enditures 6 261, 594 3 154, 245 50%
*Includes carryover purchase orders.
Library Fund Snapshot (continued)
• Property tax makes up approximately 82% of the
Library's budget
• Includes a statutory pass-through from the County
RPTTF received twice per fiscal year (previously
distributed by the former Redevelopment Agency)
• Pass-through represents 35.7% of property tax revenue
• Includes additional post-RDA property tax revenues due
to elimination of former RDA (2.9% of property tax
revenue)
Library Fund Snapshot (continued)
• Library expenditures are anticipated to be $649,600
less than budgeted
• Savings anticipated for:
• Reduction in part-time salaries due to suspension of in-
person programming impacted by COVID-19 pandemic
• Budgeted transfer to Library Capital Fund reduced by
$300,000 due to corresponding decrease in Library
Foundation's donation for Second Story project
• Offset by transfer of $458,600 of projected expenditure
savings to Library Capital Fund
Library Fund Snapshot (continued)
• Cost savings were also offset by an increased cost for a
library-materials vending machine that was partially
funded by the CARES Act
• Revenues are anticipated to be $387, 100 less than
budgeted due to reduced contributions and
passport revenues, with an offsetting transfer in
from the CARES Act Fund to cover 50% of the
vending machine
• Overall, the Library's operations are anticipated to
net funds available in the amount of $262,500
Fire District Operating Funds
Snapshot
Fire District Budget* YTD Actual* Percent
Revenues $ 41,452,310 $ 21,985,205 53%
Expenditures $ 41,993, 557 $ 21,689,866 52%
*Includes carryover purchase orders.
• Includes General Fund, CFD 85-1 and CFD 88-1
00, ],won 6. CITY OF RANCHO CUCAMONGA
Fire District Operating Funds
Snapshot (continued)
• Property tax makes up approximately 89% of the
Fire District's budget (consistent with the prior year)
• Includes post-RDA property tax revenues due to
elimination of RDA (statutory pass-through)
• The full amount of the pass-through is allocated on a
percentage basis between the Fire District's operating
funds and its capital fund based upon the operating
budget needs of the Fire District each fiscal year
Fire District Operating Funds
Snapshot (continued)
• Increased revenues are anticipated for strike team
reimbursements
• Overall, the Fire District will end with a balanced
budget by the usage of $527,030 in CFD 85-1
reserves or, depending on the reimbursements,
may end with a surplus
18�
CITY OF RANCHO CUCAMONGA
Summary
• General Fund and Library Fund's revenues and
expenditures will need to be adjusted to reflect the
known and estimated impacts of the COVID-19
pandemic
• Both funds are projected to ultimately end the year
with net positive financial results due to numerous
contributing factors, including non-recurring grant
revenue
• Continue to proceed with caution into next fiscal year
CITY OF RANCHO CUCAMONGA
Summary
• Fire District's revenues are on track or slightly
ahead of projections, and expenditures are on track
with or slightly below historical norms
• FY 2021/22 budget expected to potentially grow
slightly, albeit conservatively
.��_
��
5
�� � - �
r
.�
r
1
.r
CITY OF RANCHO CUCAMONGA
$l
DATE: March 3, 2021
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: William Wittkopf, Public Works Services Director
Jeff Benson, Interim Parks and Landscape Superintendent
Kenneth Fung, Assistant Engineer
SUBJECT: Consideration of a Contract with Southern California Landscape, Inc. for
the "LMD-2 Victoria-Water Conservation/Landscape Renovation FY 20-
21 Project" in the Amount of$633,810.00. (CITY)
RECOMMENDATION:
Staff recommends that the City Council approve the plans and specifications, accept the bids
received, award and authorize the execution of a contract in the amount of $633,810.00 (Base
Bid plus Additive Bid) for the "LMD-2 Victoria —Water Conservation / Landscape Renovation FY
20-21 Project" to the lowest responsive bidder, Southern California Landscape, Inc. of Fontana;
authorize the expenditure of a contingency in the amount of $64,190.00 and appropriate
$298,000.00 into account number 1131303-5650 from the Landscape Maintenance District 2
(LMD-2) fund balance.
BACKGROUND:
In FY 13-14, the Architerra Design Group was awarded the contract to develop the original
conceptual landscape design and plant pallet to implement future drought tolerant landscape
projects for LMD-2 and LMD-4R. With these details, the City was able to install the first phase of
drought tolerant pilot projects. These projects included the Base Line Road median from Haven
Avenue to Milliken Avenue completed in September 2014, the Terra Vista Parkway median
conversion from Hampton Place to Greenwich Place completed in August 2015, the south side
segment of Base Line Road between Haven Avenue and Spruce Avenue completed June 2017,
and the Civic Center Landscape Renovation completed in August 2017. These projects were the
first to implement the drought tolerant landscape and see what could work for the City and
the community. With the success of these projects, the Public Works team is ready to start with
another series of drought tolerant conversion projects.
In FY 18-19, the Architerra Design Group was awarded a new contract to prepare a phasing plan
that included complete construction drawings and specifications for LMD-2 and LMD-4R to
transform the existing landscaping to be more drought tolerant. The current project plans and
design include an update to the existing landscaping along both sides of Kenyon Way from
Victoria Park Lane to Lark Drive, (Base Bid), plus the landscape along both sides of Lark Drive
from Kenyon Way to Rochester Avenue with the exception of the Ranch Cucamonga High School
(RCHS) frontage, (Additive Bid). Public Works staff wants to complete these to projects while
RCHS students attend from home, so there are limited impacts to the residents and students.
Page 209
The existing turf dominate landscaping will be replaced by drought tolerant options such as low
water use plant material, cobblestone, and decomposed granite. Likewise, the existing overhead
spray-based irrigation system will be updated with a more efficient irrigation system. To ensure
continuity in the neighborhoods' appearance, all the mature and healthy trees within the project
scope will be left untouched.
This project, along with the LMD-4R Terra Vista —Water Conservation / Landscape Renovation
FY 20-21 Project, will set in motion a multi-year program for turf renovation scheduled for the next
couple of years.
ANALYSIS:
Eleven (11) bids for this project were opened at 2:00 pm on Tuesday, December 15, 2020, with
a summary of the results found in Attachment 1 — Bid Summary. The design group's project
estimate for the Base Bid work along Kenyon Way was $400,000.00 and the Additive Bid work
along Lark Drive was $395,000.00, totaling $795,000.00. With the bids results for the Base Bid
and Additive Bid totaling $633,810.00 and Rancho Cucamonga High School students currently
attending from home, Public Works is requesting the additional appropriation to maximize the
work performed in the area while students are not present. Staff has completed the required
background investigation and finds that the lowest responsive bidder, Southern California
Landscape, Inc. of Fontana, has met the requirements of the bid documents. The project, (Base
Bid plus Additive Bid), is anticipated to be completed within ninety (90)working days. Staff is also
requesting authorization for an additional expenditure of $64,190.00 as a contingency for any
unforeseen discoveries found during construction.
FISCAL IMPACT:
The Fiscal year 2020-21 adopted budget for this project is$400,000.00 to be funded from account
number 1131303-5650, LMD-2. An additional $298,000.00 will need to be appropriated from
LMD-2 funds balance to award these two projects and have a contingency. However, once this
project has been completed, the annual irrigation and landscape maintenance costs for Kenyon
Way and Lark Drive, within the project limits, will be reduced.
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
This project reflects the City's core values by promoting and enhancing the appearance and high
quality of life along Kenyon Way and Lark Drive while preserving the affected neighborhoods'
family-oriented atmosphere.
ATTACHMENTS:
Attachment 1 - Bid Summary
Attachment 2 - Project Contract
Page 2
Page 210
DECEMBER 15,2020 BID OPENING SUMMARY
LIVID-2 VICTORIA-WATER CONSERVATION/LANDSCAPE RENOVATION FY 20,21 PROJECT
BASEBID:KENYONWAY LANDSCAPING Southern California Los Angeles Engineering, Environmental Construction,
WORK Landscape,Inc. Conserve Landscape Mariposa Landscape,Inc. Aramexx Construction cost written Clean Cut Landscape,Inc. FS Contractors,Inc. Marina Landscape,Inc. KASA Construction Inc. Seniticca Construction Inc. cost written Inc. cost written Average of
item Description City Unit Unit Price Cost Unit Price Cast Unit Price Cost Unit Price Cost in bid Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost in bid Unit Pice Cost in bid Unit Prices
proposal proposal proposal
1 Sa-t 48(F) LF $5.00 $240.00 $10.00 $480.00 $27.35 $1,322.40 $20.00 $960.00 $3.00 $144.00 $5.00 $240.00 $6.00 $288.00 $6.00 $288.00 $2.00 $96.00 $30.00 $1,440.00 $10.00 $480.00 $11.32
2 Remove Existing Irrigation System 41923 jFj SF $0.10 $4,192.30 $0.10 $4,192.30 $0.26 $10,899.98 $1.00 $41,923.00 $0.50 $20,961.50 $0.20 $8,394.60 $0.20 $8,384.60 $0.25 $10,480.75 $0.10 $4,192.30 $0.50 $20,961.50 $0.20 $8,384.60 $0.31
4 Kill and Remove Exisitng Turf 18834 jFj SF $1.60 $30,134.40 $0.50 $9,417.00 $0.67 $12,618.78 $1.20 $22,600.80 $0.50 $9,417.00 $1.00 $18,834.00 $0.75 $14,125.50 $1.00 $18,834.00 $1.00 $18,834.00 $1.25 $23,542.50 $0.40 $7,533.60 $0.90
5 Remove Exisitng Vegetation 16872 LFL F $0.75 $12,654.00 $0.50 $8,436.00 $1.92 $32,394.24 $2.00 $33,744.00 $1.50 $25,308.00 $0.50 $8,436.00 $2.20 $37,118.40 $0.75 $12,654.00 $1.00 $16,872.00 $0.75 $12,654.00 $0.70 $11,810.40 $1.14
6 Remove Existing Concrete 30 jFj SF $20.00 $600.00 $10.00 $300.001 $70.55 $2,116.501 $25.00 $750.00 $25.00 $750.00 $10.00 $300.00 $28.00 $840.00 $25.00 $750.00 $15.00 $450.001 $150.00 $4,5DO-DOI $5.D0 $150.D0 $34.87
Fine Grading Only(D.G.,Concret,
7 Cobble Only 17221(F)l 5F I 1 $0.151 $2,583.15 1 $1.001 $17,221.00 $2.10 $36,164.10 $0.50 $8,610.50 $1.25 $21,526.25 $0.50 $8,610.50 $2.50 $43,052.50 $0.751 $12,915.75 $1.00 $17,221.00 $1.00 $17,221.00 $0.20 $3,444.20 $1.00
8 6"Concrete Headers 995(F) LF $12.00 $11,940.00 $22.00 $21,890.00 $11.29 $11,233.55 $17.00 $16,915.00 $15.00 $14,925.00 $35.00 $34,825.00 $20.00 $19,900.00 $28.00 $27,860.00 $30.00 $29,850.00 $32.00 $31,840.00 $15.00 $14,925.00 $21.57
9 Grouted River Cobble 1835(F) SF $10.D0 $18,350.00 $9.00 $16,515.00 $10.72 $19,671.20 $10.00 $18,350.00 $12.00 $22,020.00 $20.00 $36,700.00 $15.00 $27,525.00 $12.00 $22,020.00 $15.00 $27,525.00 $21.00 $38,535.00 $17.00 $31,195.00 $13.79
10 48"Landscape Boulder 7 EA $350.00 $2,450.00 $250.00 $1,750.00 $593.89 $4,157.23 $250.00 $1,750.00 $300.00 $2,100.00 $600.00 $4,200.00 $400.00 $2,800.00 $225.00 $1,575.00 $500.00 $3,500.00 $700.00 $4,900.00 $250.00 $1,750.00 $401.72
11 60"Landscape Boulder 11 EA $400.00 $4,400.00 $350.00 $3,850.00 $783.05 $8,613.55 $350.00 $3,850.00 $350.00 $3,850.00 $1,000.00 $11,000.00 $585.00 $6,435.00 $425.00 $4,675.00 $700.00 $7,700.00 $900.00 $9,900.00 $420.00 $4,620.00 $569.37
Concrete Paving-4"Medium Broom
12 Finish 30 5F $50A0 $1,500.00 $30.00 $900.00 $61.02 $1,830.60 $50.00 $1,500.00 $12.00 $360.00 $25.00 $750.00 $25.00 $750.00 $38.00 $1,140.00 $40.00 $1,200.00 $155.00 $4,650.00 $10.00 $300.00 $45.D9
13 24"Box Tree 25 EA $405.00 $10,125.00 $400.00 $10,000.00 $437.36 $10,934.00 $425.00 $10,625.00 $250.00 $6,250.00 $350.00 $8,750.00 $351.00 $8,775.00 $570.00 $14,250.00 $400.00 $10,000.00 $850.00 $21,250.00 $685.00 $17,125.00 $465.76
14 36"Box Tree 3 EA $905.00 $2,715.00 $900.00 $2,700.001 $1,199.93 $3,599.791 $800.00 $2,400.00 $300.00 $900.00 $800.00 $2,400.00 $826.001 $2,478.00 $1,250.00 $3,750.001 $650.00 $1,950.00 $1,400.001 $4,200.001 $735.00 $2,205.00 $887.81
15 1Gallon Shrub 2154 EA $8.00 $17,232.00 $15.00 $32,310.00 $10.39 $22,380.06 $7,50 $16,155.00 $10.00 $21,540.00 $12.00 $25,848.00 $7.40 $15,939.60 $9,00 $19,386.001 $15.00 $32,310.00 $10.00 $21,540.00 $13.00 $28,002.00 $10.66
16 3Gallon Shrub 211 1 EA 11 $35.00 $735.00 1 $25.001 $525.00 $23.26 $488.46 $15.00 $315.00 $12.00 $252.00 $20.00 $420.00 $17.00 $357.00 $28.00 $588.00 $22.00 $462.00 $20.00 $420.00 $30.001 $630.001 $22.48
17 5Gallon Shrub 788 EA $23.00 $18,124.00 $25.00 $19,700.00 $21.91 $17,265.08 $20.00 $15,760.00 $32.00 $25,216.00 $25.00 $19,700.00 $17.50 $13,790.00 $17.00 $13,396.00 $27.50 $21,670.00 $23.00 $18,124.00 $23.00 $18,124.00 $23.17
18 15 Gallon Shrub 1 EA $85.00 $85.00 $80.00 $80.90 $94.37 $84.37 $150.00 $150.00 $140.00 $140.00 $175.00 $175.00 $50.00 $50.00 $155.00 $155.00 $125.00 $125.00 $150.00 $150.00 $135.00 $135.00 $120.87
19 3"Bark Mulch 25213(F) SF $0.60 $15,127.80 $0.50 $12,606.50 $0.61 $15,379.93 $0.50 $12,606.50 $0.32 $8,068.Ifi $0.70 $17,649.10 $1.10 $27,734.30 $0.60 $15,127.80 %.52 $13,110.76 $0.75 $18,909.75 $0.30 $7,563.90 $0.59
20 3"Stabiliized Decomposed Granite 11995 SF $1.75 $20,991.25 $3.00 $35,985.00 $1.29 $15,473.55 $4.00 $47,980.00 $2.25 $26,988.75 $2.00 $23,990.00 $1.50 $17,992.50 $2.75 $32,986.25 $2.50 $29,987.50 $1.50 $17,992.50 $1.50 $17,992.50 $2.19
3"Un-Stablided(Permeable)
21 Decomposed Granite 2863 SF $1.50 $4,294.50 $2.50 $7,157.50 $2.25 $6,441.75 $3.00 $8,589.00 $1.75 $5,010.25 $2.00 $5,726.00 $1.10 $3,149.30 $2.25 $6,441.75 $2.25 $6,441.75 $1.00 $2,863.00 $1.00 $2,863.00 $1.87
22 Retrofit Automatic Irrigation System 25213 SF $1.80 $45,383.40 1 $4.50 $113,458.50 $3.21 $80,933.73 $2.50 $63,032.50 $2.50 $63,032.50 $2.60 $65,553.80 $3.50 $88,245.50 $4.50 $113,458.50 $5.10 $128,586.30 $4.00 $100,852.00 $4.70 $118,501.10 $3.54
23 Irrigation Smart Controller 1 EA $9,400.00 $9,400.00 $7,500.001 $7,500.00 $10,083.45 $10,083.45 $10,000.00 $10,000.00 $7,500.00 $7,500.00 $10,000.00 $10,000.00 $12,590.00 $12,590.00 $16,000.00 $16,000.00 $10,000.00 $10,000.00 $11,000.00 $11,000.00 $7,525.00 $7,525.00 $10,145.31
24 1"quick Coupler Valve in Valve Box 7 EA $350.00 $2,450.00 $500.00 $3,500.00 $200.36 $1,402.52 $250.00 $1,750.00 $750.00 $5,250.00 $350.00 $2,450.00 $320.00 $2,240.00 $250.00 $1,750.00 $250.00 $1,750.00 $225.00 $1,575.00 $200.00 $1,400.00 $331.40
25 1"Remote Control Valve in Valve Box 6 EA $1,200.00 $7,200.00 $500.00 $3,000.00 $399.40 $2,396.40 $500.00 $3,000.00 $1,750.00 $10,500.00 $400.00 $2,400.00 $400.00 $2,400.00 $425.00 $2,550.00 $350.00 $2,100.00 $350.00 $2,100.00 $323.00 $1,938.00 $599.76
26 2"Remote Control Valve in Valve Box 7 EA $1,400.00 $9,800.00 $700.00 $4,900.00 $538.11 $3,766.77 $600.00 $4,200.00 $2,000.00 $14,000.00 $500.00 $3,500.00 $710.00 $4,970.00 $550.00 $3,850.00 $450.00 $3,150.00 $400.00 $2,800.001 $435.00 $3,045.00 $753.01
27 2"Ball Valve in Valve Box 3 EA $750.00 $2,250.00 $700.00 $2,100.00 $423.86 $1,271.58 $1,200.001 $3,600.00 $500.00 $1,500.00 $500.001 $1,500.00 $475.00 $1,425.001 $470.001 $1,410.00 $450.00 $1,350.00 $450.00 $1,350.00 $750.00 $2,250.00 $606.26
28 90 Day Maintenance Period 25213(F) SF $0.18 $4,538.34 $0.10 $2,521.30 $0.07 $1,764.91 $0.20 $5,042.60 $0.55 $13,867.15 $0.30 $7,563.90 $0.20 $5,042.60 $0.25 $6,303.25 $0.15 $3,781.95 $0.15 $3,781.95 $1.00 $25,213.00 $0.29
29 Mobilization 1 I IS $9,820.00 $9,820.00 $7,000.00 $7,000.00 $11,623.22 $11,623.22 $30,000.00 $30,000.00 $22,527.00 $22,527.00 $25,000.00 $25,000.00 $30,000.00 $30,000.00 $44,000.00 $44,000.00 $7,500.00 $7,500.00 $90,000.00 $90,000.00 $50,000.00 $50,000.00 $29,770.02
30 Traffic Control 1 1 LS $9,500.00 $9,500.00 $15,000.00 $15,000.00 $16,800.44 $16,800.44 $20,000.00 $20,000.00 $9,100.00 $9,100.00 $5,000.00 $5,000.00 $15,000.00 $15,000.00 $12,000.00 $12,000.00 $4,500.00 $4,500.00 $1,000.00 $1,000.00 $25,000.00 $25,000.00 $12,081.86
Photo/Video Record of Project Site
Before Start of Work per Demolition
31 Note 3 of Project Plans 1 LS $13DO.D0 $8000) $500.00 $500.00 $508.22 $508.22 $100.00 $100.00 $1,500.00 $1,500.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $500.00 $500.00 $500.00 $500.00 $500.00 $500.00 $1.00 $1.00 $628,11
BASE BID TOTAL= $279,615.141 $365,495.101 1$363,620.56 $406,258.90 1$364,503.56 $3fi0105.90 $414,397.60 $421,095.051 $406,715.56 $490,55210 $414,106.301$415,105.30
IF)means that bid quantities are"Final".Aka contractor cannot later say that the actual installed quantity is higher or lower than that listed on the bid proposal.
Page 211
ATTACHMENT
ADDITIVE BID:LARK DIRVE LANDSCAPING Southern California Los Angeles Engineering, Environmental Construction,
WORK Landscape,Inc. Conserve Landscape Mariposa Landscape,Inc. Ammexx Construction Clean Cut Landscape,lnc. FS Contractors,Inc. Marina Landscape,Inc. KASA Construciton Inc Seniticca Construction Inc. Inc. Average of
item Description City Unit Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost cost in bid Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost cost in bid Unit Price Cost cost in bid Unit Prices
proposal proposal proposal
32 Sawcut 156 o LF $5.00 $780.00 $10.00 $1,560.00 $9.54 $1,488.24 $20.00 $3,120.00 $3.00 $468.00 $5.00 $780.00 $6.00 $936.00 $10.00 $1,560.00 $2.00 $312.00 $15.00 $2,340.00 $10.00 $1,560.00 $8.69
33 Remove Existing Irrigation System 48621 jF) SF $0.10 $4,862.10 $0.10 $4,862.10 $0.21 $10,210.41 $0.65 $31,603.65 $0.50 $24,310.50 $0.20 $9,724.20 $0.10 $4,862.10 $0.25 $12,155.25 $0.10 $4,862.10 $0.50 $24,310.50 $0.20 $9,724.20 $0.26
34 Kill and Remove Exisitng Turf 10266 jF) SF $1.60 $16,425.60 $0.50 $5,133.00 $0.63 $6,467.58 $1.00 $10,266.00 $1.00 $10,266.00 $1.00 $10,266.00 $0.70 $7,186.20 $1.00 $10,266.00 $1.00 $10,266.00 $1.25 $12,832.50 $0.40 $4,106.40 $0.92
35 Remove Existing Vegetation 32429 jF) SF $0.95 $30,807.55 $0.50 $16,214.50 $1.00 $32,429.00 $1.40 $45,400.60 $1.50 $48,643.50 $0.50 $16,214.50 $0.80 $25,943.20 $0.85 $27,564.65 $1.00 532,429.00 $0.75 $24,321.75 $0.60 $19,457.40 $0.90
36 Remove Existing Concrete 70 jF) 5F $20.00 $1,400.00 $10.00 $700.00 $25.76 $1,803.20 $25.00 $1,750.00 $25.00 $1,750.00 $10.00 $700.00 $28.00 $1,960.00 $17.00 $1,190.00 $15.00 $1,050.00 $150.00 $30,500.00 $5.00 $350.00 $30.07
Fine Grading Only(D.G.,Concret,
37 Cobble Only 13632(F) SF $0.15 $2,044.80 $1.00 $13,632,00 $3.10 $42,259.20 $0.50 $6,816.00 $1.25 $17,D40.00 $0.50 $6,816.00 $2.50 $34,080.00 $1.00 $13,632.00 $1.00 $13,632.00 $1.00 $13,632.00 $0.20 $2,726.40 $1.11
38 6"Concrete Headers 1477 IF)I LF I 1 $12.00 $17,724.00 1 $22.001 $32,494.00 $9.68 $14,297.36 $14.001 $20,678.00 $15.00 $22,155.00 $35.00 $51,695.00 $20.00 $29,540.00 $28.001 $41,356.00 $30.00 $44,310.00 $30.00 $44,310.00 $15.001 $22,155.00 $20.97
39 Grouted River Cobble 517fi jF) SF $12.00 $62,112.00 $9.00 $46,584.00 $8.31 $43,012.56 $9.00 $46,584.00 $11.00 $56,936.00 $20.00 $103,520.00 $15.00 $77,640.00 $12.00 $62,112.00 $14.00 $72,464.00 $20.00 $103,520.00 $10,340.00 $17.00 $87,992.00 $13.39
40 48"Landscape Boulder 17 EA $350.00 $5,950.00 $250.00 $4,250.00 $593.89 $10,096.13 $250.00 $4,250.00 $300.00 $5,100.00 $600.00 $10,200.00 $400.00 $6,800.00 $230.00 $3,910.00 $500.00 $8,500.00 $700.00 $11,900.00 $250.00 $4,250.00 $402.17
41 60"landscape Boulder 13 EA $400.00 $5,200.00 $350.00 $4,550.00 $783.05 $10,179.65 $350.00 $4,550.00 $350.00 $4,550.00 $1,000.00 $13,000.00 $585.00 $7,605.00 $440.00 $5,720.00 $700.00 $9,100.00 $900.00 $11,700.00 $420.00 $5,460.00 $570.73
Concrete Paving-4"Medium Broom
42 Finish 70(F) SF $30.00 $2,100.00 $30.00 $2,100.00 $29.09 $2,036.30 $50.00 $3,500.00 $12.00 $940.00 $25.00 $1,750.00 $25.00 $1,750.00 $30.00 $2,100.00 $20.00 $1,400.00 $65.00 $4,550.00 $10.00 $700.00 $29.64
43 24"Box Tree 4 EA $345.00 $1,380.00 $400.00 $1,600.00 $335.78 $1,343.12 $400.00 $1,600.00 $250.00 $1,000.00 $350.00 $1,400.00 $276.00 $1,104.00 $600.00 $2,400.00 $400.00 $1,600.00 $600.00 $2,400.00 $685.00 $2,740.00 $421.98
44 36"Box Tree 41 EA $845.00 $34,645.00 $900.00 $36,900.00 $1,239.02 $50,799.82 $750.00 $30,750.00 $300.00 $12,300.00 $800.00 $32,800.00 $905.00 $33,005.00 $1,235.00 $50,635.00 $650.00 $26,650.00 $1,200.00 $49,200.001 $735.00 $30,135.00 $859.91
45 1Gallon Shrub 1262 EA $8.00 $10,096.00 $15.00 $18,930.00 $10.91 $13,768.42 $7.00 $8,834.00 $10.00 $12,620.00 $12.00 $15,144.00 $7.75 $9,780.50 $9.00 $11,358.00 $15.00 $18,930.00 $9.00 $11,358.00 $12.00 $15,144.00 $10.51
46 13Gallon Shrub 32 EA $35.00 $1,120.00 $25.00 $800.00 $22.65 $724.80 $15.00 $480.00 $12.001 $384.001 $20.00 $640.00 $18.50 $592.00 $28.00 $896.00 $22.00 $704.00 $22.00 $704.00 $30.00 $960.00 $22.74
47 5Gallon Shrub 7171 1 EA I 1 $2300 $16,491.001 11 $25.00 $17,925.00 $21.201 $15,200.40 $20,001 $14,340.00 $32.00 $22,944.00 $25.00 $17,925.00 $19.50 $13,981.50 $17.001 $12,189.00 $27.50 $19,717.50 $24.00 $17,208.00 $24.00 $17,208.00 $23.47
48 15 Gallon Shrub 170 EA $75.00 $12,750.00 $80.00 $13,600.00 $102.57 $17,436.90 $95.00 $16,150.00 $140.00 $23,800.00 $175.00 $29,750.00 $64.50 $10,965.00 $70.00 $11,900.00 $125.00 $21,250.00 $130.00 $22,100.00 $120.00 $20,400.00 $107.01
49 3"Bark Mulch 25742 jF) SF $0.60 $15,445.20 $0.50 $12,871.00 $0.69 $17,761.98 $0.50 $12,871.00 $0.32 $8,237.44 $0.70 $18,019.40 $1.35 $34,751.70 $0.60 $15,445.20 $0.52 $13,385.94 $0.75 $19,30630 $0.30 $7,722.60 $0.62
50 3"Stabiliized Decomposed Granite 6103 jF) SF $1.75 $10,680.25 $3.00 $18,309.00 $1.32 $8,055.96 $4.00 $24,412.00 $2.25 $13,731.75 $2.00 $12,206.00 $1.25 $7,628.75 $2.75 $16,783.25 $2.50 $15,257.50 $1.50 $9,154.50 $1.50 $9,154.50 $2.17
3"Un-Stablizied(Permeable)
51 Decomposed Granite 15"(F) SF $1.40 $2,161.60 $2.50 $3,860.00 $2.28 $3,520.32 $3.00 $4,632.00 $1.75 $2,702.00 $2.00 $3,088.00 $0.95 $1,466.80 $2.25 $3,474.00 $2.25 $3,474.00 $1.00 $1,544.00 $1.00 $1,544.00 $1.85
52 Retrofit Automatic Irrigation System 26742 jF) SF $1.55 $41,450.10 $3.50 $93,597.00 $2.24 $59,902.08 $2.00 $53,494.00 $2.65 $70,866.30 $2.601 $69,529.20 $2.50 $66,855.00 $3.50 $93,597.001 $5.00 $133,710.001 $2.75 $73,540.50 1 $3.50 $93,597.001 1 $2.39
53 Irrigation Smart Controller 1 EA $9,400.00 $9,400.001 $7,500.00 $7,500.00 $10,083.451 $10,083.45 $10,000.001 $10,000.00 $7,500.00 $7,500.00 $10,000.001 $10,000.00 $12,590.00 $12,590.00 $16,000.001 $16,000.00 $10,000.00 $10,000.00 $11,000.00 $11,000.00 $7,500.00 $7,500.00 $10,143.04
54 1"Quick Coupler Valve in Valve Box 7 EA $350.00 $2,450.00 $500.001 $3,500.00 $200.37 $1,402.59 $250.00 $1,750.00 $750.00 $5,250.00 $350.00 $2,450.00 $320.00 $2,240.00 $250.00 $1,750.00 $250.00 $1,750.00 $225.00 $1,575.00 $200.00 $1,400.D0 $331.40
55 1"Remote Control Valve in Valve Box 8 EA $1,200.00 $9,600.00 $500.00 $4,000.00 $399.39 $3,195.12 $500.00 $4,000.00 $1,750.00 $14,000.00 $400.00 $3,200.00 $400.00 $3,200.00 $420.00 $3,360.00 $350.00 $2,800.00 $300.00 $2,400.00 $333.00 $2,664.00 $595.67
56 2"Remote Control Valve in Valve Box 6 EA $1,400.00 $8,400.00 $700.00 $4,200.00 $538.11 $3,228.66 $600.00 $3,600.00 $2,000.00 $12,000.00 $500.00 $3,000.00 $710.00 $4,260.00 $550.00 $3,300.00 $450.00 $2,700.00 $375.00 $2,250.00 $435.00 $2,610.00 $750.74
57 2"Ball Valve in Valve Box 2 EA $750.00 $1,500.00 $700.00 $1,400.00 $417.56 $835.12 $1,200.00 $2,400.00 $500.00 $1,000.00 $500.00 $1,000.00 $475.00 $950.00 $470.00 $940.00 $450.00 $900.00 $525.00 $1,050.00 $750.00 $1,500.00 $612.51
58 90 Day Maintenance Period 26742 jF) SF $0.18 $4,813.56 $0.10 $2,674.20 $0.07 $1,871.94 $0.10 $2,674.20 $2,521.30 $0.50 $13,371.00 $0.30 $8,022.60 $0.18 $4,813.56 $0.25 $6,685.50 $0.15 $4,011.30 $0.15 $4,011.30 $1.00 $26,742.00 $0.27
SWPPP for Kenyon Way Landscaping
Work and lark Drive landscaping
59 Work 1 LS $1,800.00 $1,800.00 $500.00 $500.00 $10,733.39 $10,733.39 $5,000,00 $5,000.00 $1,500.00 $1,500.00 $5,000.00 $5,000.00 $7,000.00 $7,000.00 $8,500.00 $8,500.00 $1,500.00 $1,500.00 $2,500.00 $2,500.00 $32,000.00 $32,000.00 $6,912.13
60 Mobilization 1 IS $10,300.00 $10,300.00 $2,500.00 $2,500.00 $11,623.22 $11,623.22 $10,000.00 $10,000.00 $22,527.00 $22,527.00 $5,000.00 $5,000.00 $18,000.00 $18,000.00 $17,000.00 $17,000.00 $7,500.00 $7,500.00 $2,000.00 $2,000.00 $25,000.00 $25,000.00 $11,95002
62 TraRic Control 1 LS $9,500.00 $9,500.00 $11,500.00 $11,500.00 $16,800.40 $16,800.40 $8,000.00 $8,000.00 $10,D00.00 $10,000.00 $5,000.00 $5,000.00 $10,000.00 $10,000.00 $9,000.00 $9,000.00 $4,500.00 $4,500.00 $1,0D0.00 $I,OD0.00 $25,OD0.00 $25,000.00 $10,027.31
Photo/Video Record of Project Site
Before Start of Work per Demolition
63 Note 3 of Project Plans 1 IS I 1 $800.00 $800.00 $500.90 $500.90 $508.22 $508.22 $100.00 $100.001 $1,500.00 $1,500.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $500.00 $500.00 $500.00 $500.00 $S00.001 $500.00 $1,000.00 $1,000.00 $718.93
ADDITIVE BID TOTAL= $354,188.76 $398,745.80 $423,075.54 $393,595.45 $393,422.55 $449,292.49 $468,839.90 $442,486.31 $467,278.851 $489,165.241 $498,718.551$405,538.55 $482,502.50
COMBINED BASE BID+ADDITIVE BID AMOUNT $633,803.90 $754,240.90 1$786,696.101 $799,854.35 $799,701.451 $813,796.05 $829,745.80 $856,884.11 i $888,373.90 1$895,880.80 i$989,270.75 $896,090.751 $896,608.80 $897,607.80
(F)means that bid quantities are"Final".Aka contractor cannot later say that the actual installed quantity is higher or lower than that listed on the bid proposal.
Page 212
CITY OF RANCHO CUCAMONGA
PUBLIC WORKS SERVICES DEPARTMENT
CONTRACT
LMD-2 VICTORIA -
WATER CONSERVATION /
LANDSCAPE RENOVATION
FY 20-21 PROJECT
AWARD DATE:
Wednesday,March 3,2021
ATTACHMENT 2
Page 213
CITY OF RANCHO CUCAMONGA PUBLIC WORKS
SERVICES DEPARTMENT
RANCHO
NOTICE INVITING BEDS FOR PROPOSAL,
CUCAMONGA
CONTRACT AND SPECIFICATIONS
FOR
LMD-2 VICTORIA - WATER
CONSERVATION / LANDSCAPE
RENOVATION FY 20121 PROJECT
PREPARED BY:
CITY OF RANCHO CUCAMONGA
10500 CIVIC CENTER DRIVE
RANCHO C NGA,CALIFORNIA 1730
(90 )47 - 0
WILLIAM WITTKOPF
PUBLIC WORKS SERVICES DIR CTOR
Page 214
TABLE OF CONTENTS
NoticeInviting Bids........................... ....................... ............ . . ... .. .... ....... .. ..........N-1 thru 4
Instructions to Bidders ..................... ........................... 1-1 thru 7
A. Proposals
B. Delivery of Proposals
C. Withdrawal of Proposals
D. Disqualification of Bidders and Proposals
E. Signature of Contractor
F. Bid Bond
G. Addendum
H. Examination of Plans, Specifications, and Site of Work
I. Estimated Quantities
J. Competency of Bidder
K. Award and Execution of Contract
L. Return of Proposal Guarantee
M. City Business License
N. Equivalent Materials
0. Pre-Bid Meeting
Bid Documents to Submit for Proposals
Proposal ................ ... .... P-1 thru 17
Schedule of Unit Cost and Lump Sum Amounts
Bidder Agreement
Bidder Information
Subcontractors
Declaration of Eligibility to Contract
Certificate of NonDiscrimination by Contractors
NonCollusion Affidavit
Bid Bonds
Contract Agreement ........... ........... ....... .... C-1 thru 6
Faithful Performance Bond... ....... ............
Labor and Materials Bond ... ..... .......... .... .. .. .. ..... .. .... ... ...B-2 thru 3
Compensation insurance Certificate.... . ........ ..................................... INS-1
Maintenance Guarantee Bond............... ...... ... ................ •......MB-1
Page 215
Table of Contents
SPECIAL PROVISIONS
SPECIFICATIONS—Governed by"Green Book" Standard Specifications
AMENDMENTS to"Green Book" Standard Specifications
PART 1 -GENERAL PROVISIONS
Section 1 -Terms, Definitions,Abbreviations, Units of Measure and Symbol....... .. ....... GP-1
Section 2- Scope and Control of the Work........................................................ .............GP-2 thru 4
Section3-Changes in Work................... ............................................................. ...................GP-5
Section 4-Control of Materials ........................................................................ .....-GP-6 thru 7
Section5- Utilities ..........................................................6...........,..,..,..,. ....................... GP-8
Section 6- Prosecution, Progress and Acceptance of the Work....................................GP-9 thru 10
Section 7- Responsibilities of the Contractor............................... GP-11 thru 20
Section 8- Facilities for Agency Personnel................................ ......GP-21
Section 9-Measurement and Payment..................................... ..-- ......GP-22 thru 23
PART 2 -CONSTRUCTION MATERIALS
Section 200-Rock Materials
200-1 Rock Products............................................................. ..... ........ ... .....................MA-1
200-2 Untreated Base Materials ......................................... ..... . MA-1 thru 2
Section 201—Concrete, Mortar and Related Materials
201-1 Portland Cement Concrete .. ............................... ............ .. .......... .... .. ..... . MA-3
PART 3-CONSTRUCTION METHODS
Section 300—Removals and Earthwork
300-1 Removals......................................... .. .. ... ................... ...... .. .. . . .. .... ...ME-1
300-2 Unclassified Excavation......................................... .................... ..................... . ME-1
300-4 Unclassified Fill.,-.,_I................... .. .............. .................... .................. .. . ... ME-1
Section 301—Subgrade Preparation, Treated Materials,and Placement of Base Materials
301-1 Subgrade Preparation........................ ......... ....................................... ................. ME-2
Section 303-Concrete and Masonry Construction
303-1 Concrete Structures... ....... ...... „ ........... ME-3 thru 4
303-5 Concrete Headers, Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access
Ramps and Driveways......... .... ....... ......... ....................................... ..... ............ ME-4
Section 306—Open Trench Conduit Construction
306-3 Trench Excavation............. ............ .. .... ...... . ... .... .. ........ ...................................... ME-5
306-6 Bedding .. . .. .... .. .. ... . ... ME-5 thru 6
PART 8—LANDSCAPING AND IRRIGATION
Section 800—Materials
800-1 Landscaping Materials..... . ....... .. ................... .... .. . ..... ..... .... ................ LA -1 thru 4
800-2 Irrigation System Materials ......... .. .... ....... ..... . .. .... ... .... ............ .. ...... LA-4 thru 6
800-3 Electrical Materials......... .... .... ..... ........ .. .... .. ............ .. . ... . ..... . LA-6 thru 7
Page 216
Table of Contents
Section 801 -Installation
801-1 General.............. --- .-------•--•----- ---....._..... ......„........---••:...-- ..........--. .. LA-8
801-2 Earthwork and Topsoil Placement ............................... .............::.::.::....
801-3 Header Imtallation------------------ .--...:---...........-„-,........._.,..,,_...._..._.................... LA-9
8014 Planling .................................... --...... ................................................LA-9 thru 12
801-5 Irrigation System Installation------- --------- -----•......
801-6 Maintenance and Plant Establishment„.................... LA -15 thru 17
801-9 Guarantee.......... :.............................................:.::.............:..... ..... .... .....--:-...LA-17
801.10 Charts, Manuals and Drawings.............::-.....,.......................................... LA -17 thru 18
801-11 Equspment ....................................................... ............. .... ..... . .. .. LA -18 thru 19
hen
Page 217
Table of Contents
APPENDIX ITEMS
1. City Working Days Calendar
2. Sample of Previously Approved Certificates of Insurance
3. City Permits
a. Application for Construction Permit
b. Temporary Lane Closure Permit
Note: City Permits may be obtained on-line via the City's website, www.cit ofrc,us or in person at
City Hail (10500 Civic Center Drive, Rancho Cucamonga, CA 91730).
�
Page 218
NOTICE INVITING SEALED BIDS FOR
PROPOSALS FOR
LMD-2 VICTORIA-WATER CONSERVATION!
LANDSCAPE RENOVATION FY 20121 PROJECT
NOTICE IS HEREBY GIVEN that the City of Rancho Cucamonga will receive at the Office of the City Clerk in
the offices of the City of Rancho Cucamonga, on or before the hour of 2:00 p.m. on Tuesday, December 15
2020, sealed bids or proposals for the "LMD-2 VICTORIA - WATER CONSERVATION I LANDSCAPE
RENOVATION FY 20121 PROJECT" in said City.The scope of work to be performed consists of, but not limited
to, removal and replacement of existing trees, landscaping, hardscape, irrigation systems, etc. The contract
documents call for 90 working days to complete this construction. Engineer's Estimate is$919,000.
A mandatory pre-bid meeting and site tour will be held on Tuesday, November 17, 2020, beginning at
10:00 am. The pre-bid meeting location is at South East corner of Kenyon Way and Lark Drive in the City
of Rancho Cucamonga, CA 91730. Refer to item "Q. Pre-Bid Meeting" of the "Instructions to Bidders"
section of the bid documents for the appropriate directions. Attendees are required to sign in at the Pre-
Bid meeting. Bids from companies that did not have a representative sign in at the Pre-Bid Meeting will
be rejected.
Bids will be publicly opened and read in the City Council Chambers, 10500 Civic Center Drive, Rancho
Cucamonga, California 91730,
Bids must be made on a form provided for the purpose, addressed to the City of Rancho Cucamonga, California,
marked, "Sealed Bid for Construction of LMD-2 VICTORIA - WATER CONSERVATION I LANDSCAPE
RENOVATION FY 20121 PROJECT."
PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code.
Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general
prevailing rate of per diem wages for work of a similar character in the locality in which the public work is
performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In
that regard,the Director of the Department of Industrial Relations of the State of California is required to and has
determined such general prevailing rates of per diem wages. As such, a copy of prevailing wage rates may be
found at https://www.dir.ca.gov/Public-Works/Prevailing-Wage.html. The Contracting Agency also shall cause
a copy of such determinations to be posted at the job site.
No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with
the Department of Industrial Relations pursuant to Labor Code section 1725.5 (with limited exceptions from this
requirement for bid purposes only under tabor Code section 1771.1(a)).
No contractor or subcontractor may be awarded a contract for public work on a public works project unless
registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
For all projects, the contractors and subcontractors must furnish electronic certified payroll records to the Labor
Commissioner.
Pursuant to provisions of Labor Code Section 1775, the Contractor shall forfeit, as penalty to the City of Rancho
Cucamonga, not more than two hundred dollars ($200.00) for each laborer, workman, or mechanic employed
for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the generai
prevailing rate of wages herein before stipulated for any work done under the attached contract, by him or by
N-1
—
Page 219
any subcontractor under him, in violation of the provisions of said Labor Code.
Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning the
employment of apprentices by the Contractor or any subcontractor under him.
Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any
apprenticable occupation to apply to the joint apprenticeship committee nearest the site of the public works
project and which administers the apprenticeship program in that trade for a certificate of approval. The
certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract.
The ratio of apprentices to journeymen in such cases shall not be less than one to five except:
a. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an
average of 15 percent in the 90 days prior to the request of certificate, or
b. When the number of apprentices in training in the area exceeds a ratio of one to five, or
c. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship
training on an annual basis statewide or locally, or
d. When the Contractor provides evidence that he employs registered apprentices on all of his contracts
on an annual average of not less than one apprentice to eight journeymen.
The Contractor is required to make contributions to funds established for the administration of apprenticeship
programs if he employs registered apprentices or journeymen in any apprenticable trade on such contracts and
if other Contractors on the public works site are making such contributions.
The Contractor and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6
in the employment of apprentices.
Information relative to apprenticeship standards,wage schedules,and other requirements may be obtained from
the Director of Industrial Relations, the Administrator of Apprenticeship, San Francisco, California, or from the
Division of Apprenticeship Standards and its branch offices.
Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this
contract and the Contractor and any subcontractor under him shall comply with and be governed by the laws of
the State of California having to do with working hours as set forth in Division 2, Part 7, Chapter 1, Article 3 of
the Labor Code of the State of California as amended.
The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho Cucamonga, twenty-five dollars
($25.00)for each worker employed in the execution of the contract by the respective contractor or subcontractor
for each calendar day during which the worker is required or permitted to work more than 8 hours in any one
calendar day and 40 hours in any one calendar week in violation of the provisions of this article.
Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by
this contract as such travel and subsistence payments are defined in the applicable collective bargaining
agreement filed in accordance with Labor Code Section 1773.1.
The bidder must submit with his proposal, cash, cashier's check, certified check, or bidder's bond, payable to
the City of Rancho Cucamonga for an amount equal to at least 10% of the amount of said bid as a guarantee
that the bidder will enter into the proposed contract if the same is awarded to him,and in event of failure to enter
into such contract said cash, cashiers' check, certified check, or bond shall become the property of the City of
Rancho Cucamonga.
N-2
Page 220
If the City of Rancho Cucamonga awards the contract to the next lowest bidder,the amount of the lowest bidder's
security shall be applied by the City of Rancho Cucamonga to the difference between the low bid and the second
lowest bid, and the surplus, if any shall be returned to the lowest bidder.
The amount of the bond to be given to secure a faithful performance of the contract for said work shall be 100%
of the contract price thereof, and an additional bond in an amount equal to 100%of the contract price for said
work shall be given to secure the payment of claims for any materials or supplies furnished for the performance
of the work contracted to be done by the Contractor, or any work or labor of any kind done thereon, and the
Contractor will also be required to furnish a certificate that he carries compensation insurance covering his
employees upon work to be done under contract which may be entered into between him and the said City of
Rancho Cucamonga for the construction of said work.
Contractor shall possess any and all contractor licenses, in form and class as required by any and all applicable
laws with respect to any and all of the work to be performed under this contract; including, but not limited to, a
Class "C-27" License (Landscaping Contractor) in accordance with the provisions of the Contractor's License
Law (California Business and Professions Code, Section 7000 et. seq.) and rules and regulation adopted
pursuant thereto.
The Contractor,pursuant to the"California Business and Professions Code," Section 7028.15, shall indicate his
or her State License Number on the bid, together with the expiration date, and be signed by the Contractor
declaring, under penalty of perjury,that the information being provided is true and correct.
The work is to be done in accordance with the profiles, plans, and specifications of the City of Rancho
Cucamonga on file in the Office of the City Clerk at 10500 Civic Center Drive, Rancho Cucamonga,California.
In an effort to go green and paperless,digital copies of the plans,specifications,and bid proposal, including any
future addenda or revisions to the bid documents, are available by going to www.ciplist.com and signing up, by
going to Member Login or Member Signup(it's free),then choose California,then scroll down to San Bernardino
County and click on Browse Cities,then scroll down to Rancho Cucamonga and click on City Projects,then click
on the Project of interest under the Title and follow directions for download. Note, copies of the plans,
specifications, bid proposal, addendums and revisions will not be provided, digital copies must be downloaded
from the above website then printed. Prospective bidders must register for an account on www.ciplist.com to be
included on the prospective bidder's list(s) and to receive email updates of any addenda or revisions to the bid
documents. Be advised that the information contained on this site may change over time and without notice to
prospective bidders or registered users. While effort is made to keep information current and accurate and to
notify registered prospective bidders of any changes to the bid documents, it is the responsibility of each
prospective bidder to register with www.ciplist.com and to check this website'on a DAILY basis through the close
of bids for any applicable addenda or updates.
No proposal will be considered from a Contractor to whom a proposal form has not been issued by the
City of Rancho Cucamonga to registered prospective bidders from www.ciplist.com.
The successful bidder will be required to enter into a contract satisfactory to the City of Rancho Cucamonga.
In accordance with the requirements of Section 9-3.2 of the General Provisions, as set forth in the Plans and
Specifications regarding the work contracted to be done by the Contractor, the Contractor may, upon the
Contractor's request and at the Contractor's sole cost and expense, substitute authorized securities in lieu of
monies withheld (performance retention).
The City of Rancho Cucamonga, reserves the right to reject any or all bids.
N•3
Page 221
All questions regarding this Notice Inviting Sealed Bids for"LMD-2 VICTORIA-WATER CONSERVATION
/LANDSCAPE RENOVATION FY 20/21 PROJECT" must be in writing (e-mail is preferred) and received
by the City no later than 5:00 pm on Tuesday, November 24, 2020. The City is not responsible for
guestions/e-mails undeliverable. Questions/e-mails shall be directed to:
Dean Rodia and Kenneth Fung
Parks and Landscape Superintendent Assistant Engineer
8794 Lion Street 8794 Lion Street
Rancho Cucamonga,CA 91730 Rancho Cucamonga, CA 91730
(909) 477-2740, ext. 4137 (909)477-2740, ext. 4139
E-mail address: dean.rodia@ci ofrc.us e-mail address: kenneth.fung@cityofrc.us
ADVERTISE ON: Tuesday, November 3, 2020 and Tuesday, November 10, 2020
N-4
Page 222
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals under these specifications shall be submitted on the blank forms furnished herewith. When
presented, all forms must be completely made out in the manner and form indicated and must also
meet the following requirements:
3. The bidder shall set forth for each item of work, in clearly legible figures, an item price and a total
for the item in the respective spaces provided for this purpose. In the case of unit basis items,the
amount set forth under the "Total" column shall be the product of the unit price multiplied by the
estimated quantity for the item.
In case of discrepancy between the unit price and the total set forth for the item,the unit price
shall prevail, except however, that if the amount set forth as a unit price is ambiguous,
unintelligible or uncertain for any cause, or if it is omitted, or in the case of unit basis items, is
the same amount as the entry in the'Total" columns, or in the case of lump sum items, is not
the same amount as the entry in the "Total" column, then the amount set forth in the "Total"
column for the item shall prevail in accordance with the following:
> As to lump sum items, the amount set forth in the "Total" column shall be the
unit price,
> As to unit basis items,the amount set forth in the"Total"column shall be divided
by the estimated quantity for the item and the price thus obtained shall be the
unit price.
The bidder shall also set forth in both words and clearly legible figures the"Total Bid Amount"
in the spaces provided at the bottom of the Bid Schedule.
Bidder shall place a"Post It" note(1.5" X 2" minimum size)at the upper right corner of
sheet P-9 of the Bid Proposal to help the representative from the City Clerk's office find
the Combined Base Bid +Additive Bid Amount.
4. The proposal must be properly signed by the bidder, whose address, telephone number, and
California Contractor's license number must be shown.
5. The Contractor shall perform with his own organization and with workmen under his immediate
supervision, work of a value not less than 50% of the total value of all work embraced in the
contract Where an entire item is subcontracted, the value of work subcontracted will be based on
the Contract Unit Price. When a portion of an item is subcontracted, the value of work
subcontracted will be based on the estimated percentage of the Contract Unit Price. This will be
determined from information submitted by the Contractor,and subject to approval by the Engineer
With the proposal,the Contractor shall list(a)the name,address, and the California Contractor
License Number of each subcontractor who will perform work included in the contract, and (b)
the portion of work which will be done by each subcontractor. All subcontractors performing
work in excess of 112% of the total value of the contract or, in the case of bids or offers for the
construction of streets or highways, including bridges, in excess of 112% of the total value of
the contract or ten thousand dollars ($10,000.00) whichever is greater, shall be listed. The
successful bidder shall be prohibited from performing work on this project with a subcontractor
-1
Page 223
who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the
Labor Code.
6. Bid must be accompanied by cash, cashier's check, certified check, or surety bond in an amount
not less than (10%) of the total amount of bid. Checks and bond shall be made payable to the
City of Rancho Cucamonga.
7. The correction of any discrepancies in or omission from the drawings, specifications or other
contract documents or any interpretation thereof during the bidding period will be made only by
written addendum. See Item G, Addendum,for further information and instructions.
8. Bids shall not contain any recapitulation, inserted by the Bidder, of work to be done. Alternative
proposals will not be considered unless specifically requested. No oral or telephone modifications
will be considered.
9. ................ Each bid shall be valid for no less than 90 days after the opening of the proposals.
10. No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax,as all amounts
bid will be deemed and held to include any such taxes which may be applicable.
B. DELIVERY OF PROPOSAL
Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR
LMD-2 VICTORIA-WATER CONSERVATION/LANDSCAPE RENOVATION FY 20/21 PROJECT
IN THE CITY OF RANCHO CUCAMONGA." Proposals may be mailed or delivered by messenger.
However, it is the bidder's responsibility alone to ensure delivery of the proposal to the City Clerk prior
to the bid opening hour stipulated in the Notice Inviting Bids. Late proposals will not be considered.
C. WITHDRAWAL OF PROPOSALS
A proposal may be withdrawn by a written request signed by the bidder. Such request must be
delivered to the City Clerk prior to the bid opening hour stipulated in the Notice Inviting Bids. Proposals
may not be withdrawn after said hour without forfeiture of the proposal guarantee. The withdrawal of
the proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time
to do so.
D. DISQUALIFICATION OF BIDDERS AND PROPOSALS
The bidder's attention is directed to the"California Business and Professions Code," Section 7028,15,
which requires the Contractor to indicate his or her State License Number on the bid, together with
the expiration date, and be signed by the Contractor declaring, under penalty of perjury, that the
information being provided is true and correct.
"Any bid not containing this information, or a bid containing information which is subsequently proven
false, shall be considered non-responsive and shall be rejected by the public agency."
More than one proposal for the same work from any individual, firm partnership, corporation, or
association under the same or different names will not be accepted; and reasonable grounds for
believing that any bidder is interested in more than one proposal for the work will be cause for rejecting
all proposals in which such bidder is interested.
I.2
Page 224
Proposals in which the prices are obviously unbalanced,and those which are incomplete or show any
alteration of form or contain any additions or conditional or alternate bids that are not called for or
otherwise permitted, may be rejected. A proposal on which the signature of the bidder has been
omitted will be rejected.
E. SIGNATURE OF CONTRACTOR
Corporation
The signature must contain the name of the corporation, must be signed by the President and
Secretary or Assistant Secretary,and the corporate seal must be affixed. Other persons may sign for
the corporation in lieu of the above if a Certified copy of a resolution of the corporate board of directors
so authorizing them to do so, is on file in the City Clerk's office.
Partnership
The names of all persons comprising the partnership or copartnership must be stated. The bid must
be signed by all partners comprising the partnership unless proof in the form of a certified copy of a
certificate of partnership acknowledging the signer to be a general partner authorized to sign the
contract on behalf of the partnership is presented to the City Clerk, in which case the general partner
may sign.
Joint Venture
Bids submitted as a joint venture must so state and be signed by each joint venture.
Individual
Bids submitted by an individual must be signed by the bidder, unless a general power of attorney, not
more than 60 days old, is on file in the City Clerk's office, in which case the attorney in fact may sign
for the individual.
The above rules also apply in the case of the use of a fictitious business name. in addition, where a
fictitious name is used, it must be so indicated in the signature.
F. BID BOND
Bid must be accompanied by cash, cashier's check, certified check, or surety bond in an amount not
less than 10% of the total amount of bid. Checks and bond shall be made payable to the City of
Rancho Cucamonga.
G. ADDENDUM
The correction of any discrepancies in or omission from the drawings, specifications or other contract
documents or any interpretation thereof during the bidding period will be made only by written
addendum. A copy of each such addendum will be posted on the internet,and it shall be the bidder's
responsibility to download and print each and every posted addendum and a signed copy of the
addendum shall be returned to the City prior to bid opening or attached to the bid documents.
Failure to do so may result in bid rejection. Said addendum shall be made part of the contract,
Any other interpretation or explanation of such documents will not be considered binding. The
1-3
&abspp,_
Page 225
addendum can be found by going to www.ciplist.com, Member Login, then choose California, then
scroll down to San Bernardino County and click on Browse Cities, then scroll down to Rancho
Cucamonga and click on City Projects, then click on the project of interest under the title and follow
directions for download.
H. EXAMINATION OF PLANS,SPECIFICATIONS,AND SITE OF WORK
The plans and specifications to which the proposal forms refer are on file and open to inspection in
the office of the City Engineer.
Bidders must satisfy themselves by personal examination of the work site, plans, specifications, and
other contract documents, and by any other means as they may believe necessary, as to the actual
physical conditions, requirements and difficulties under which the work must be performed. No bidder
shall at any time after submission of a proposal make any claim or assertion that there was any
misunderstanding or lack of information regarding the nature of amount of work necessary for the
satisfactory completion of the job. Any errors, omissions, or discrepancies found in the plans,
specifications, or other contract documents shall be called to the attention of the Resident Engineer
and clarified prior to the submission of proposals.
I. ESTIMATED QUANTITIES
The quantities given in the proposal and contract form are approximate, being given as a basis for the
comparison of bids only, and the City does not, expressly or by implication, agree that the actual
amount of work will correspond therewith, but reserves the right to increase or decrease the amount
of any class or portion of the work,or to omit any portion of the work,as may be deemed advisable or
necessary by the Engineer.
However, when the quantity shown in the Proposal has the designation (F) following the Bid Item in
the Schedule of Unit Cost and Lump Sum amounts, that designation indicates the final pay quantity
and/or costs and shall be the final quantity used for which payment will be made, unless the
dimensions of the portion of the work shown on the plans are revised by the Engineer, or unless the
portion of the work is eliminated. If the dimensions of the specific portion of the work are revised, and
the revisions result in an increase or decrease in the estimated quantity of the portion of the work,the
final quantity for payment will be revised in the amount represented by the changes in the dimensions.
If the specific portion of the work is eliminated, then the final pay quantity designated for the specific
portion of the work will be eliminated.
The estimated quantity of each specific portion of the work designated on the plans as a final pay
quantity shall be considered as approximate only and no guarantee is made that the quantities which
can be determined by computations, based on the details and dimensions shown on the plans, will
equal the estimated quantities. No allowance will be made in the event that the quantities based on
computations do not equal the estimated quantities.
When portions of an item have been designated on the plan as final pay quantities, portions not so
designated will be measured and paid for in accordance with the applicable provisions of these
specifications and the special provisions.
In case of a discrepancy between the quantities shown on the plan as final pay quantities and the
quantity of the same item shown in the Engineer's Estimate, payment will be based on the final pay
i-a
Page 226
quantities shown on the plans.
J. COMPETENCY OF BIDDER
The bidder shall be licensed under the provisions of Chapter 9, Division 3, of the Business and
Professions Code of the State of California to do the type of work contemplated in the contract and
shall be skilled and regularly engaged in the general class or type of work called for under this contract.
To assist in the determination of competency, the Contractor shall complete the attached "Bidder
Information"form.
K. AWARD AND EXECUTION OF CONTRACT
Acceptance or Rejection
The City of Rancho Cucamonga, reserves the right to reject any or all bids.
Award of Contract
The lowest responsive bidder will be calculated per Section 20103.8 (c) of the Public Contract Code
as the lowest total of the bid prices on the base contract and additive (or deductive) items that when
taken in order(i.e.Additive 1, Additive 2, etc.)and added to(or deducted from)the base contract, are
less than or equal to the engineering estimate.
Engineer's estimate for this contract is$919,000.00,
A proposal will not be considered if it does not include both the Base Bid and the Additive Bid(s) and
no proposal will be considered from a Contractor to whom a proposal form has not been issued by the
City of Rancho Cucamonga.
No proposal will be considered from a Contractor to whom a proposal form has not been issued
by the City of Rancho Cucamonga to registered prospective bidders from www.ciplist.com.
The award, if made, will be made as expeditiously as possible after the opening of the proposals and
in recognition of Section A.7. above. In no case will an award be made until all necessary
investigations are made into the responsibility of the bidder to whom it is proposed to award the
contract.
Contractor shall possess any and all contractor licenses, in form and class as required by any and all
applicable laws with respect to any and all of the work to be performed under this contract; including,
but not limited to, a Class"C-27" License(Landscaping Contractor) in accordance with the provisions
of the Contractor's License Law (California Business and Professions Code, Section 7000, et. seq.)
and rules and regulations adopted pursuant thereto at the time this contract is awarded.
Bonds
The Contractor shall furnish a good and sufficient surety bond issued by a surety company authorized
to do business in the State of California in the sum equal to 100%of the total bid, conditioned for the
Faithful Performance by the Contractor of all covenants,stipulations any agreements contained in said
contract; an addition, the Contractor shall furnish a Labor and Materials Bond and a sum equal to
E-5
Page 227
100% of the contract price, as required by the provisions of Section 9554 of the California Civil Code.
Workers' Compensation
Before commencing any work under the contract, the successful bidder must file with the Engineer a
certificate by an insurance carrier authorized under the laws of the State to insure employers against
liability for compensation under the "Worker's Compensation Insurance and Safety Act," stating that
such bidder has taken out for the term for which the contract is to run, compensation insurance
covering his full liability work or labor necessary to carry out the provisions of this contract, and an
agreement to immediately notify said Engineer if said policy should lapse or be canceled. In the event
that such policy should become inoperative at any time before the completion of the work, all work
shall cease immediately until a new policy is obtained and any time so lost shall not entitle Contractor
to any extension of time.
Execution of Contract
The Contract shall be signed by the successful bidder and returned together with the other required
documents, within fifteen (15) days after the bidder has received notice that the contract has been
awarded, unless extended by said City Council in writing. No proposal shall be considered binding
upon the City until the execution of the contract.
Failure to execute a contract and file acceptable documents as provided herein within fifteen (15)days
from receipt of notice of award shall be just cause for the annulment of the award. In the event of
failure to enter into such contract, the lowest bidder's security (cash, cashier's check,certified check,
or bond) shall become the property of the City of Rancho Cucamonga.
if the City of Rancho Cucamonga awards the contract to the next lowest bidder, the amount of the
lowest bidder's security shall be applied by the City of Rancho Cucamonga to the difference between
the low bid and the second lowest bid, and the surplus, if any shall be returned to the lowest bidder.
Liguidated Damages and Working Days
Attention is directed to the provisions of Section 6-9 of the Specifications.
The Contractor shall pay to the City of Rancho Cucamonga the sum of $2,600.00 per day for each
and every calendar day's delay in finishing the work in excess of 90 working days.
L. RETURN OF PROPOSAL GUARANTEE
The cash, check or bond of a bidder to whom the contract has been awarded will be returned to him
after all of the acts, for the performance of which said security is required, have been fully performed.
The cash,checks or bonds of the remaining qualified bidders will be returned when the bidder to whom
the contract has been awarded has properly executed and returned all of the required Contract
Documents. Cash, checks or bid bonds of other bidders will be returned when their proposals are
rejected or in any event at the expiration of 90 days from the date of award of contract.
M. CITY BUSINESS LICENSE
Municipal Ordinances requires the issuance of a City Business license as a condition precedent to
- - — - - - - .;�
Page 228
being engaged as a Contractor within the City.
N. EQUIVALENT MATERIALS
Attention is directed to the provisions of Section 4-1,6 of the Standard Specifications for Public Works
Construction.
0. PRE-BID MEETING
A mandatory pre-bid meeting is scheduled on Tuesday, November 17, 2020, beginning at 10:00 am
at the South East Corner(SEC)of the Kenyon Way and Lark Drive in the City of Rancho Cucamonga,
CA 91730.
Approximate Directions:
Exit the 210 Freeway at Milliken Avenue
Proceed south on Milliken Avenue
The first street south of the 210 Freeway is Kenyon Way
Turn east onto Kenyon Way
Proceed on Kenyon Way for approximately '/2 mile to Lark Drive
Note: Initially, Kenyon Way travels eastward but then curves southward (Lark Drive is at the end of
the southward curve)
Park on either Kenyon Way or Lark Drive (where legal).
Proceed to the south east corner of Kenyon Way and Lark Drive
Complete the"Sign In"sheet
The pre-bid meeting and site inspection will be held on-site
For those interested in bidding the "LMD-419 Terra Vista — Water Conservation / Landscape
Renovation FY 20/21 Project' and want to perform a site inspection of that project site, proceed as
follows:
After the end of this pre-bid meeting, head north then west on Kenyon Way
Turn south at Milliken Avenue
Proceed approximately 1 mile to Base Line Road
Turn west on Base Line Road
The"LMD-4R Terra Vista—Water Conservation/Landscape Renovation FY 20/21 Project' is located
on the south side of Base Line Road from Milliken Avenue to Spruce Avenue.
Unfortunately, it is not legal to park vehicles on either Base Line Road or Milliken Avenue
Interested parties must park either at Central Park (located on the north side of Base Line Road) or
along Spruce Avenue then walk to the project site.
Attendees are required to sign in on the "Sign In" sheet. Bids from companies that did not
have a representative sign in at the pre-bid meeting will be rejected.
1-7
Page 229
810 DOCUMENTS TO SUBMIT FOR PROPOSAL
Only the following listed documents, identified in the lower right corner as"Bid Forms" shall be
fully executed and submitted with the Bid at the time of opening of Bids.
P-Schedule of Unit Cost and Lump Sum Amounts
Q. Bidder Agreement
Fl. Bidder Information
S.Subcontractor
T.Declaration of Eligibility to Contract
U. Certificate of Non-Discrimination by Contractors
V.Non-Collusion Declaration
W. Bid Bond
Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render
a Bid as non-responsive and subject to rejection.
)0A(A (.�tjtl(4A La VJ�Cy e I -revl C_
Bidder
P•1 of Ir
LIVID-2 VICTORIA — WATER
CONSERVAT{ON / LANDSCAPE
RENOVATION FV 20-21 PROJECT
Required Bid Proposal Forms
_ _.
Page 230
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"LMD-2 VICTORIA-WATER CONSERVATION/LANDSCAPE RENOVATION FY 20/21 PROJECT"
TO THE CITY OF RANCHO CUCAMONGA:
The undersigned bidder declares that he has carefully examined the location of the proposed
work, that he has examined the Plans, Special Provisions and Specifications, and read the
accompanying Instruction to Bidders, and hereby proposes and agrees, if this proposal is
accepted, to furnish all material and do all the work required to complete the said work in
accordance with the Plans,Special Provisions and Specifications,in the time and manner therein
prescribed for the unit cost and lump sum amounts set forth in the schedule on the following
Proposal.
BASE BID: KENYON WAY LANDSCAPING WORK
Item Reference — — — —
Description Ot , Unit Unit
it
No. Specification y Price Price
DEMOLITION
1 Sawcut (300-1) 48fF1 LF $5.00 $240.00
2. Remove Existing Irrigation $0.10 $4,192.30
System (300.1) 419. M3(F) SF
4, Kill and Remove Existing (300.1)
Turf 18 834 F SF $1.60 $30,134.40
5. Remove Existing
Vegetation (300.1) 16.872(F) SF $0.35 $12,654.00
G. Remove Existing Concrete (300-1) _30LF� SF _$20.00 $600.00
EARTHWORK/GRADING
7. Fine Grading Only(D,G.,
Concrete, Cobble Only) (301) 17,221(F) SF $0 15 $2,583,15
Southern California Landscape, Inc.
Bidder
P-2 of 17
LMD-2 VICTORIA WATER
CONSERVATION LANDSCAPE
RENOVATION FY 20 21 PROJECT
Required Bid Proposal Forms
�.
Page 231
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"LMD-2 VICTORIA-WATER CONSERVATION/LANDSCAPE RENOVATION FY 20/21 PROJECT"
Item Reference � —
Description Ot . Unit Unit
No, Specification y Price Price
HARDSCAPE
8 6"Concrete Headers (800, 801) 995(F) LF $12.00 $11,940.00
9. Grouted River Cobble 1,835(F) SF $10.00 $18,350.00
10. 48" Landscape Boulder 7 EA $350.00 $2,450.00
11. 60" Landscape Boulder 11 EA $400.00 $4,400.00
12. Concrete Paving-4"
Medium Broom Finish (303) 30 SF $50.00 $1,500.00
LANDSCAPE PLANTING
13. 24"Box Tree (801) 25 EA $405.00 $10.125.00
U. 36" Box Tree (801) 3 EA $905.00 $2,715.00
15. 1 Gallon Shrub (801) 2,154 EA $8.00 $17,232.00
16. 3 Gallon Shrub (801) 21 EA $35.00 $735.00
17. 5 Gallon Shrub (801) 788 EA $23 00 $18,124.00
18, 15 Gallon Shrub (801) 1 EA $85.00 $85-00
Southern California Landscape, Inc.
Bidder
P-3 of 1'T
LMD-2 VICTORIA WATER
CONSERVATION LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
- -- - -
Page 232
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"LMD-2 VICTORIA-WATER CONSERVATION/LANDSCAPE RENOVATION FY 20/21 PROJECT"
Item Description Reference Unit
No. p Specification aty. Unit Price Price
MISCELLANEOUS
19. 3"Bark Mulch (800-1) 25M3(F) SF $0.60 $15,127.80
20. 3" Stabilized Decomposed
Granite (200-2) 11'99 SF $1.75 $20,991.25
21• 3" Un-stabilized
(Permeable) Decomposed
Granite (200-2) 2.863 SF $1.50 $4,294.50
LANDSCAPE IRRIGATION
22• Retrofit Automatic Irrigation
System (800, 801) 25.21 SF $1.80 $45,383.40
23. Irrigation Smart Controller (800,801) 1 EA $9,400.00 $9,400.00
24• 1"Quick Coupler Valve in (800,801) 7 EA $350.00 $2,450.00
Valve Box
25. 1" Remote Control Valve (800,801) 6 EA $1,2.00.00 $7,200.00
in Valve Box --
26• 2" Remote Control Valve (800,801) 7 EA $1,400.00 $9,800.00
in Valve Box
27 2" Ball Valve in Valve Box (800, 801) 3 EA $750,00 $2,250.00
Southern California Landscape, Inc.
Bidder
P-4 of 17
LMD-2 VICTORIA - WATER
CONSERVATION LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 233
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"LMD•2 VICTORIA•WATER CONSERVATION/LANDSCAPE RENOVATION FY 20121 PROJECT,'
hem Description Reference Oty., Unit Unit
No. Specification prime Price
LANDSCAPE
MAINTENANCE
90 Day Maintenance
28 Period (801-6) 25 213,.F1 SF $0.18 $4,538.34
MOBILIZATION
29 Mobilization 1 LS $9,820.00 $9,820.00
30 Traffic Control
1 LS $9,500.00 $9,500.00
31 PhotoNideo Record of Project Site Before
Start of Work per Demolition Note 3 of
Project Plans _ . 1 LS $800-00 $800.00
TOTAL BASE BID AMOUNT IN NUMBERS: $279,615.14
TOTAL BASE BID AMOUNT IN WORDS: Two Hundred Seventy Nine Thousand
Six Hundred Fifteen Dollars and Fourteen Cents
Southern California Landscape, Inc.
Bidder
P 5 of 17
LMD•2 VICTORIA — WATER
CONSERVATION 1 LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
 ,
Page 234
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"LMD-2 VICTORIA•WATER CONSERVATION/LANDSCAPE RENOVATION FY 20121 PROJECT'
Item DescriptionReference
No Specification ally. Unit Unit Price Price
p
ADDITIVE BID: LARK DRIVE LANDSCAPING WORK
DEMOLITION
32. Sawcut (300-1) 156(FI LF $5.00 $780.00
33. Remove Existing Irrigation (300-1) 48.621(Fl SF $0.10 $4,862.10
34. KIII and Remove Existing $1.60 $16,425.60
Turf (300-1) 10.266(Fj SF
35. Remove Existing $0.95 $30,807.55
Vegetation (30d-11 32.429(F) SF
36. Remove Existing Concrete (300-1) 70EFf SF $20.00 $1,400.00
EARTHWORK/GRADING
37. Fine Grading Only (D.G.,
Concrete, Cobble only) (301) 13.6321 F] SF $0.15 $2,044 80
HARDSCAPE
38, 6"Concrete Headers 1 4� 77L) LF $12.00 $17,724.00
39. Grouted River Cobble (R00 B01) 5 176 F SF $12.00 $62,112.00
Southern California Landscape, Inc.
Bidder
P 601 /7
LIVID-2 VICTORIA WATER
CONSMVAIION LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal r fin,
Page 235
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"LMD-2 VICTORIA-WATER CONSERVATION/LANDSCAPE RENOVATION FY 20/21 PROJECT'
Item Description Reference Ot Unit
No. Specification y Unit Price Price
40 48" Landscape Boulder 17 E:� $350.00 $5,950.00
41, 60"Landscape Boulder 13 EA $400.00 $5,200.00
42 4"Concrete Paving
Medium Broom Finish (303) __ 7� OL) SF $30.00 $2,100.00
LANDSCAPE PLANTING
43. 24' Box Tree (801) 4 EA $345.00 $1,380.00
44 36- Box Tree (801) 41 EA $845.00 $34,645.00
45 1 Gallon Shrub (801) 1,262 EA $8,00 $10,096.00
46 3 Gallon Shrub (801) 32 EA $35-00 $1,120.00
47 5 Gallon Shrub (801) 717 EA $23.00 $16,491.00
48 15 Gallon Shrub (801) 170 EA $75.00 $12,750.0C
MISCELLANEOUS
49. 3"Bark Mulch (800.1) 25__242 F SF $0.60 $15,445.20
50 3" Stabilized Decomposed $1.75 $10,680.25
Granite (200-2) 6 1, 03(FI SF
Southern California Landscape, Inc.
Bidder
P7ol 17
LIVID-2 VIC I ARIA WAT ER
CONSERVATION LANDSCAPE
HENOVATION FY 20.21 PROJEC I
Requirea Qrrl Proposal I ,rill
Page 236
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"LMD-2 VICTORIA•WATER CONSERVATION/LANDSCAPE RENOVATION FY 20/21 PROJECT
Item Description Reference Unit
No. Specification Oty. Unit Price price
51. 3"Un-Stabilized
Decomposed Granite
(Permeable) (200-2) jj44fF1 SF $1.40 $2,161.60
LANDSCAPE IRRIGATION
52. Retro Fit Automatic
Irrigation System (800, 801) 26,742LF1 SF $1.55 $41,450.10
53. Irrigation Smart Controller (800, 801) 1 EA $9,400.00 $9,400.00
54. 1"Quick Coupler Valve in
Valve Box (800, 801) 7 EA $350.00
$2,450.00
54. 1" Remote Control Valve
1n Valve Box (800,801) 8 EA $1,200.00 $9,600.00
56. 2"Remote Control Valve
in Valve Box (800, 601) 6 EA $1,400.00 $8,400.00
57. 2"Ball Valve in Valve Box (800, 801) 2 EA $750.00 $1,500.00
LANDSCAPE MAINTENANCE
58. 90 Day Maintenance
Period (801.6) 26�2LF] SF $0.18
$4,813.56
SWPPP
59. SWPPP for Kenyon Way
Landscaping Work and Lark
Drive Landscaping Work (7.8.6) t LS $1.800.00 $1,800.00
Southern California Landscape, Inc.
Bidder
P801 17
LMD 2 VIC1 ORIA WA 1 Fl
CONSE:RVAIION LANDSCAF
FIENO4A71ON Fy 20 21 PF4QJFC I
REqun,vi 131d Proposa Form ,
Page 237
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"LMD-2 VICTORIA•WATER CONSERVATION!LANDSCAPE RENOVATION FY 20/21 PROJECT"
Item Qescription Reference (?t Unit Unit No. Specification y nt Price price
MOBILIZATION
60. Mobilization __. 1 LS $10,300.00 $10,300.00
fit Traffic Control _ _1 LS $9,500.00 $9,500.00
63 PhotoNideo Record of Project Site Before
Start of Work per General Demolition Note 3
of Project Plans 1 LS $800.00
$800.00
TOTAL ADDITIVE BID AMOUNT IN NUMBERS: $354,188.76
TOTAL ADDITIVE BID AMOUNT IN WORDS: Three Hundred Fifty Four Thousand
One Hundred Eighty Eight Dollars and Seventy Six Cents
COMBINED BASE BID + ADDITIVE BID AMOUNT IN NUMBERS: $633,803.90
COMBINED BASE BID+ADDITIVE BID AMOUNT IN WORDS:
Six Hundred Thirty Three Thousand Eight Hundred Three Dollars and Ninety Cents
Southern California Landscape, Inc.
Bidder
P Sd c,l 77
UAD-2 VIC I ORIA. V1Ai En
CONSEAVA1lon 1.AM)SCAPE
A NOVATION FY 20 21 PRO JEcT
Re,;luuerl Rul Puposal f-on,s
Page 238
BIDDER AGREEMENT
The undersigned also agrees as follows:
FIRST: Within 15 calendar days from the receipt of the Notice of Award of Contract, to execute
the contract, and to furnish to the City of Rancho Cucamonga two (2) satisfactory bonds in the
amounts specified in the Notice Inviting Bids guaranteeing the faithful performance of the work
and payment of bills.
SECOND: To begin work within ten (10) calendar days after the date specified in the Notice to
Proceed and to prosecute said work in such a manner as to complete it within 90 working days
after such specified date.
Accompanying this proposal is cash, a cashiers check,or a certified check of a bidder's bond for
not less than 10% of the total amount of the bid payable to the City which is to be forfeited, as
liquidated damages, if, in the event the contractor does not execute the contract and furnish
satisfactory bonds under the conditions and within the time specified in this proposal, otherwise
said cash, cashiers'check, certified check,or bidders'bond is to be returned to the undersigned
Within 15 calendar days after award of the contract, the City of Rancho Cucamonga will return
the bidder's bond accompanying such proposal not considered in making the award. All other
bidders'bonds will be held until the expiration of 90 days from the date of the award of contract
They will then be returned to the respective bidders whose proposals they accompany.
BIDDER:
r �
IMPORTANT NOTICE: If bidder is a corporation, state legal name of corporation and names of
the president, secretary, treasurer, and manager; co-partnership, state true name of firm and
names of all individual copartners composing firm; or an individual, state first and last names in
full.
"I declare under penalty of perjury of the laws of the State of California the representations made
herein are true and correct in accordance with the requirements of California Business and
Professions Code Section 7028,15."
California State State Contractors License Number E pirati6n Dale
61tkmeA Lakqe,
Bidder
P /0 A !7
LMD-2 VICTORIA - WATER
CONSERVATION ! LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 239
Bidder Agreement(continued)
WWI` ,
�resiD�ewf Name/Title
�o to
l.ee Dort, Sec��, .-Y 1�i� �o�o
gnature Name/Title
ate
Signature Name/Title Date
Signature Name/Title Date
Signature and title of the officer(s)set forth above shall be authorized to sign contracts on behalf
of the corporation, co-partnership or Individual. II signature Is by an agent, other than an officer
of the corporation or a member of a partnership,a Power of Attorney must be on file with the City
of Rancho Cucamonga prior to or at time of bid opening; otherwise the bid will be subject to
refection by the City of Rancho Cucamonga.
SVA,M CA�rA(A LundqAIP,
Bidder
P-11 of 17
LMD-2 VICTORIA - WATER
CONSERVATION I LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Rid Proposal Forms
Page 240
BIDDER INFORMATION
The bidder shall furnish the following information. Additional sheets may be attached if necessary.
Name of Firm:
Type of Firm: x Corporation Individual Partnership
Business Mailing Address: hOLVIa Ave m uj_
�vL�a., C Oq
Place of Business: -36 Ut m.K& we
�.�a, G� q'233�
Telephone No.: v
lo—q— 3�0 3S
Contractors License: State: CA License No.: 7�;-316
Public Works DI No.: /00000/5
Names and titles of all � � I
members of the firm: ►�ydyl_ ��Cect'den4-
Number of years as a contractor in construction work of this type:
Three projects of this type recently completed:
Date Owner's Name &
Contract Amount T e f P oect Completed Address
n-e)ef �f4-+G-Z!
Person who inspected site of the proposed work for your firm.
Name: Inspection
NOA Date: ��
NOTE: It requested by the City, the Bidder shall furnish a notarized financial s atemenl,
references,and other information,sufficiently comprehensive to permit an appraisal of his current
financial condition.
Bidder
P127f17
LIVID-2 VICTORIA — WATER
CONSERVATION / LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 241
Southern Californis Landscape, Inc. References
Owner: M of take Forest
Address: 26850 Commercentre Drive Suite 100 take Forest,CA 92630
Contact Debra Roee 94"61-644
Project Name: take Foreet Civic Center
CwWdon Data: 1212019
Con1radAmount $1,217,700.00
Aroltaec� AFIRE Landscape Arclrrbscte
Aftes ffele Ium 617 W.Seventh St Sub 304 Los Angeles,CA 90017 213.894aW
Project Locdon: 100 Cl*Center Dr Lake Forest,CA
Project Des"llon: Ineell W98don and landscape
Owner: Cfty of Fontana
Address: 8353 Sierra Ave Fontana,CA 923W
Contact Chuck Flays 909$6M60
Project Name: Scene Crest Piese II
6Nimated Completion DoW. 030
Conb:ectAmouet $860,216.40
Antis 8ftscape Landscape ARddtecture
Address/Telephone: 3100 92 Atrpot Loop Dr Cosstmase 92626 9464"-9370
Project Location: Sierra Ave
Project Desalption: Install Landscape&Irrigation
Owner. city Of Pomona
Address: 80B S.Qarey Ave Pomona,CA 91700
Contact Dame Be=909420.2311
PmJW Name: Mq#SWdRelalilltallon
Data of Completion: January 2017
ConWAAmount $1,818,974.41
Arditct Hirsch&Associates,Inc.
Addraefyelaphone: 2221 E Winston Anaheim,CA 92808 714-776-4340
Project I acedon Garay Avenue Pomona
Project Descxipti= trn W bb tlOn and landscape
Owner. City of Ontario
Address: 303 East B St Ontario CA,91764 90M924MU
Contact Kavous Emaml
Project Name. Eucalyptus Ave Park Place Project
Completion Date: 1111/2019
Contract Amount $607,544.00
Architect RHA Landscape Architect 951-781-1930
Addressgelephone: 6800 Indiana Ave Suite 245 Riverside,CA 92606
Project Location: Park Place City of Ontario
Project Description: Install Landscape&Inigation
owner. Coy of Claremont
Address: 207 Harvard Ave Claremont CA 91711
Contact Vicent Raman 9094994M
'Project Neme: Foothill Blvd Impovemerts
Estimated Completion Date'. 02020
Contract Anwunt $2,313,967.30
Architect Gruen Associates
Address/Telephone: 6330 San Vknante Bind Suite 200 Los Angeles,CA 90048 323-9374270
Project Location: Foothill Blvd Monte Vista to Towne
Project Denax low Install Landscape&"attar
.
Page 242
SUBCONTRACTORS
In compliance with Section 2-3 of the Standard Specifications and the Provisions of the Public
Contract Code Section 4100,the undersigned bidder herewith sets forth the name,location of the
place of business and California Contractors License Number of each subcontractor who will
perform work or labor or render service to the general contractor in or about the construction of
the work or improvement in an amount in excess of one-half of one percent(1/2%)of the general
contractor's total bid or, in the case of bids or offers for the construction of streets or highways,
including bridges, in excess of one-half of one percent(1/2%)of the general contractor's total bid
or ten thousand dollars($10,000.0o), whichever is greater and the portion of the work which will
be done by each subcontractor as follows:
Subcontractor's Business License DIR Description of Percent (%)
Name Address No No. Work of Total Bid
Total°ri of the work to be performed by Subcontractors listed above: 0,
Effective July 1,2014,the bidder shall provide the California Contractor License Number of each
subcontractor listed. New Section 4104 contains the following language:
"An inadvertent error in listing the California contractor license number provided pursuant to
paragraph (1) shall not be grounds for filing a bid protest or grounds for considering the bid
nonresponsive if the corrected contractor's license number is submitted to the public entity by the
prime contractor within 24 hours after the bid opening and provided the corrected contractor's
license number corresponds to the submitted name and location for that subcontractor."
4tjjin c4i a�ncq
Bidder
P-13 of 17
LMD-2 VICTORIA - WATER
CONSERVATION / LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 243
DECLARATION OF ELIGIBILITY TO CONTRACT
(Labor Code Section 1777.1; Public Contract Code Section 6109)
The undersigned contractor,certifies and declares that:
1, The undersigned contractor is aware of Sections 1777.1 and 1777.7 of the California
Labor Code,which prohibit a contractor or subcontractor who has been found by the Labor
Commissioner or the Director of Industrial Relations to be in violation of certain provisions
of the Labor Code,from bidding on,being awarded,or performing work as a subcontractor
on a public works project for specified periods of time.
2. The undersigned contractor is not ineligible to bid on, be awarded or perform work as a
subcontractor on a public works project by virtue of the foregoing provisions of Sections
1777.1 or 1777.7 of the California Labor Code or any other provision of law,
3. The undersigned contractor is aware of California Public Contract Code Section 6109,
which states:
"(a) A public entity, as defined in Section 1100 (of the Public Contract Code), may not
permit a contractor or subcontractor who is ineligible to bid or work on,or be awarded, a public
works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on,be awarded, or
perform work as a subcontractor on, a public works project. Every public works project shall
contain a provision prohibiting a contractor from performing work on a public works project with a
subcontractor who is ineligible to perform work on the public works project pursuant to Section
1777.1 or 1777.7 of the Labor Code.
(b)Any contract on a public works project entered into between a contractor and a debarred
subcontractor is void as a matter of law. A debarred subcontractor may not receive any public
money for performing work as a subcontractor on a public works contract,and any public money
that may have been paid to a debarred subcontractor by a contractor on the project shall be
returned to the awarding body. The contractor shall be responsible for the payment of wages to
workers of a debarred subcontractor who has been allowed to work on the project."
4. The undersigned contractor has investigated the eligibility of each and every subcontractor
the undersigned contractor intends to use on this public works project, and determined
that none of them is ineligible to perform work as a subcontractor on a public works project
by virtue of the foregoing provisions of the Public Contract Code, Sections 1777.1 or
1777.7 of the Labor Code,or any other provision of law.
The undersigned declares under penalty of perjury under the laws of the State of California
that the foregoing is true and correct. Executed this day of
at Tin fiff&A (place of execution),Calif I . `
Si tur 1 _
N me:
Title: Pr 6t va•1- ; $���( r,t
Company:Sow C�( r-AI4 L Clr' x7rC
Bidder
P-14 of 17
LMD-2 VICTORIA - WATER
CONSERVATION I LANDSCAPE
RENOVATION FY 20-21 PROJECT
Required Bid Proposal Forms
Page 244
CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS
As suppliers of goods or services to the City of Rancho Cucamonga,the firm listed below certifies
that it does not discriminate in its employment with regard to age, disability, race, color, religion,
sex, sexual orientation or national origin, that it is in compliance with all federal, state and local
directives and executive orders regarding non-discrimination in employment;and that it agrees to
demonstrate positively and aggressively the principle of equal opportunity in employment.
We agree specifically:
1.To establish or observe employment policies which affirmatively promote opportunities for
minority persons at all job levels.
2.To communicate this policy to all persons concerned,including all company employees,outside
recruiting services, especially those serving minority communities, and to the minority
communities at large.
37o take affirmative steps to hire minority employees within the firm.
ell
FIRM:
II
TITLE OF PERS 1 NING: 1" ,Od
SIGNATUR
DATE:
Please include any additional information available regarding equal opportunity employment
programs now in effect within your firm.
-� e p�
r�r/ nG
(�' AVIS r` �h S
If
iL "r'!vf`GrY' �iz`x
Bidder
P-15 of IT
LN10.2 VICTORIA WATER
CONSERVATION LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 245
NON-COLLUSION DECLARATION
The undersigned declares: / /►
� l
I am the r65fOcLrlt- of c, the party making the foregoing bid,
The bid is not made in the interest of, of on behalf of, any undisclosed person, partnership,
company,association,organization,or corporation. The bid is genuine and not collusive or sham.
The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or
sham bid. The bidder has not directly or indirectly colluded,conspired,connived, or agreed with
any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in
any manner, directly or indirectly, sought by agreement, communication, or conference with
anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit,or cost
element of the bid price, or of that of any other bidder. All statements contained In the bid are
true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown
thereof,or the contents thereof,or divulged information or data relative thereto,to any corporation,
partnership, company, association, organization, bid depository, or to any member or agent
thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or
entity for such purpose.
Any person executing this declaration on behalf of a bidder that Is a corporation,partnership,joint
venture, limited liability company, limited liability partnership, or any other entity, hereby
represents that he or she has full power to execute, and does execute this declaration on behalf
.of the bidder.
I declare under penalty of perjury under the laws of the State of California t t t foregoing Is
true Lj gorrect, and that this declaration is executed on -! X (date),
at (city), CA_ (state).
;�gnature
Bidder
P-16 01 11
LMO.2 VICTORIA WATER
CONSERVATION ! LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
—���— -- --
Page 246
NON-COLLUSION DECLARATION
The undersigned declares: `1N niA
I am the of art the
party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company,association,organization,or corporation, The bid is genuine and not collusive or sham.
The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or
sham bid. The bidder has not directly or indirectly colluded, conspired,connived, or agreed with
any bidder or anyone else to put in a sham bid. or to refrain from bidding. The bidder has not in
any manner, directly or indirectly, sought by agreement, communication, or conference with
anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead,profit,or cost
element of the bid price, or of that of any other bidder. All statements contained in the bid are
true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown
thereof,or the contents thereof,or divulged information or data relative thereto,to any corporation,
partnership, company, association, organization, bid depository, or to any member or agent
thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or
entity for such purpose.
Any person executing this declaration on behalf of a bidder that is a corporation,partnership,joint
venture, limited liability company, limited liability partnership, or any other entity, hereby
represents that he or she has full power to execute, and does execute this declaration on behalf
of the bidder.
I declare under penalty of perjury under the laws of the State of California t at 1e foregoing is
true nd correct, and that this declaration is executed on D10 (date),
at_ vx _ (city), (state).
Signature
Bidder
P-1601 17
LMD•2 VICTORIA WATER
CONSERVATION ! LANDSCAPE
RENOVATION FY 20.21 PROJECT"
Required Bid Proposal Forms
Page 247
BID BOND
KNOW ALL MEN BY THESE PRESENT:THAT Southern California Landscape,Inc
as Principals,and E.verast Rein Ulrancs Company ,as Surety,are held and Hrmly bound unto TF�E CITY OF RANCHO CUCAMONGA, COUNTY OF BAN BERNARDINO, hereinafter called
thQ City.In the sum of Ten Percent of T,otal Amount Bid 00'b of B 0
dopers(not lass than ten percent of the total amount of the bid),for the payment of which sum
WON and truly 10 be made,we bind ourseh►es,our heirs, executors,administrators,successors,
and assigns,jointly and severalty,firmly by these presents.
WHEREAS,said Principal has submitted a bid to said City to perform all work required under the
Contract Documents entitled:
LMD-2 VICTORIA-WATER CONSERVATION
LANDSCAPE RENOVATION FY 20/21 PROJECT
NOW,THEREFORE,If said Principal Is awarded a contract by said City and,within the time and
In the manner required under the headings"Instruction to Bidders`and`Sahadule of Unit Cost
and Lump Sum Amounts` bound with said Specifications, entare into a written contract on the
form of agreement bound with said Speeftettons and furnishes the required bonds, one to
guarantee faithful performance and the other 10 guarantee payment for labor and materials,then
this obligation shall be null and Vold,otherwise it shall remain in full force and effect. In the event
suit Is brought upon INS bond by said City and judgment is recovered,said surety shall pay all
costs Incurred by said City in such suit,including a reasonable attorneys fee to be fixed by the
court.
SIGNED AND SEALED,this 8th day of December 2020 ,
Southem California Landscape,Inc. (Seal) Everest Reinsurance Company
Business Name of Bidder(Principal) Business Name of Surety (Seal)
By: - By:
S n m l.tc l�tn+1 —
re
Title: kp is l ervr 93--� Title: William Syrkin,Attorney-in-Fact
Individual Partnership x Corporallon r
_--_Other,explain
Southern California Landscape,Inc
P-17 of 17
LMD-2 VICTORIA WATER
CONSERVATION ► LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 248
low
EVERE%N
POWER OF ATTORNEY
EVEREST REINSURANCE COMPANY
DELAWARE
KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company, a corporation of the Stale of Delaware
('Company) having its principal office located at 477 Mart nswlle Road, Liberty Comer, New Jersey 07938, do hereby nominate
constitute,and appoint
William Syrkin,Rebecca Haas-Bates,Megan Hilke,Richard Adair,Sergio Bechara
its true and lawful Attomey(s)-in-fact to make,execute,attest,seal and deliver for and on its behalf,as surety,and as its act and deed.
where required,any and all bonds and undertakings in the nature thereof,for the penal sum of no one of which is in any event to exceed
UNLIMITED,reserving for itself the full power of substitution and revocation.
Such bonds and undertak-ngs,when duly executed by the aforesaid Attomey(s)-in-fad shall be binding upon the Company as fully and to
the same extent as it such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its
corporate seal
This Power of Attomey is granted and is.signed by facsimile under and by the authority of the following Resolutions adopted by the Board
of Directors of Company('Board')on the 28th day of July 2016.
RESOLVED, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are
hereby appointed by the Board as authorized to make,execute,seat and deliver for and on behalf of the Company,any and all bonds,
undertakings.contracts or obligations in surety or co-surely with others and that the Secretary or any Assistant Secretary of the Company
be and that each of them hereby is authorized to attest to the execution of any such bonds,undertakings,contracts or obligations in
surety or co-surety and attach thereto the corporate seat of the Company.
RESOLVED, FURTHER. that the President, any Executive Vice President, and any Senior Vice President and Anthony
Romano are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on
behalf of the Company bonds and undertakings in surety or co-surety with others,and that the Secretary or any Assistant Secretary of
the Company be,and that each of them is hereby authorized to attest the execution of any such power of attorney,and to attach thereto
the corporate seal of the Company.
RESOLVED,FURTHER,that the signature of such officers named in the preceding resolutions and the corporate seal of the
Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile,and any such power of attorney or
cerfificate bearing such facsimile signatures or facsimile seat shall be thereafter valid and binding upon the Company with respect to any
bond undertaking.contract or obligation in surety or co-surely with others to which it is attached.
IN WITNESS WHEREOF,Everest Reinsurance Company has caused their corporate seas to be affixed hereto,and these presents to
be signed by their duly authorized officers this 28th day of July 2016
��ti�utapt� Everest Reinsurance Company
`�•, �a
w
a SEAL
�� �Awr t,
+��„ Attest Nicole Chase,Assistant Secretary By Anthony Romano,Vice President
On this 231h day of July 2016,before me personally came Anthony Romano known to me,who,being duly sworn.did execute the above
instrument:that he knows the seal of said Company that the seal affixed to the aforesaid instrument is such corporate seal and was
affixed thereto,and that he executed said instrument by like order.
LINDA ROBINS /7
Notary Public,Slate of New York
No OIR06239736
Qualified in Queens County
Term Expires April 25,2023 1
Linda Rob ns Notary Publ c
IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of said Company,at the Liberty Corner.this Sth day
of December 2020
ES 00 0104 16
Page 249
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
State of California )
County of, Los Angeles )
on December 8,2020 before me, _A.M.Peluffo,Notary Public_
Date Here Insert Name and Title of the Officer
personally appeared _William Syrkin
Name of SignerN
who proved to me on the basis of satisfactory evidence to be the person(,whose namew iSAR
subscribed to the within instrument and acknowledged to me that he/slge/Ow executed the same in
his/Iwr/t#aeir authorized capacity(ie4,and that by his/hqr,1tba1r signaturdKon the instrument the persortK,
or the entity upon behalf of which the person(r4 acted,executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my hand and official seal.
A.M.PELUFFO
o COMM, #2259366 z Signature
z 1. Notary Public California o Signatu of No Public
Los Angeles County
My Comm.Ex Tres Oct.12 2022
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Document Date:
Number of Pages: Signers) Other Than Named Above:
Capacity(les)Claimed by Signer(s)
Signer's Name:. William Syrkin Signer's Name:
CJ Corporate Officer —Title(s). Corporate Officer —Tttle(s):
f I Partner— (-I Limited ❑General Partner - ' Limited Cl General
CI Individual IX Attorney in Fact Individual ❑Attorney in Fact
❑Trustee L Guardian or Conservator Trustee ❑Guardian or Conservator
11Other: f Other:
Signer Is Representing: Everest Reinsurance Signer Is Representing:
Como
02014 National Notary Association•www.NationalNotary org-1-800-US NOTARY(1-800-876-6827) Item ii5907
_
Page 250
r _California All-Purpose Certificate of Acknowledgment
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
State of California
County of San `.dlewumi ina S.S.
On 12 1 # before me, 3C r' ,a-�Vo.taV 9
personally appeared qpnii��:
LA-vi vi h1orl -who proved to me on the basis of satisfactory evidence to be the persons whose name(s)
dare subscribed to the within instrument and acknowledged to me that I Is4they executed
the same in hXlhKr/their authorized capacity(ies), and that by hj /h�/their signature(s)on the
instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws The Notary Commission Extended Pursuant
of the State of California that the foregoing paragraph is To Executive Order N-71-20
true and correct. IKIMBERLY LYCN
WITNESS my hand and official seal. Notary Public COMM. #2168220•California oz
San Bernardino County
@My Comm.Ez ires Nov.12,2020
OPTIONAL INFORMATION
aul!c perso
Description of Attached Document Additional ,
The preceding Certificate of Acknowledgment is attached to a Method of Signer Identification
document titled/for the purpose of Proved to me on the basis of satisfactory evidence:
❑form(s)of identification ❑credible witnesses)
s
containing pages,and dated Notarial event is detailed in notary journal on:
The signer(s)capacity or authority islare as Page# Entry#
❑ Individual(s) Notary contact:
Att❑ Corporate Officer(s)
t Q c �f trt T i
Corporate Officers)� Other ,
❑Additional Signer ❑ Signer(s)Thumbprints(s)
Eli
❑ GuardianlConservalor
❑ Partner-LimitedlGeneral
❑ Trustee(s)
❑ Other:
representing:
�mrr uxvnm-rn.:rn.:r��
�.. —. ,- _
Page 251
CONTRACT
AGREEMENT
KNOW ALL MEN BY THESE PRESENT: That the following agreement is made and entered into,
in triplicate,as of the date executed by the City Clerk and the Mayor, by and between Southern
California Landscape, Inc. , hereinafter referred to as the "CONTRACTOR" and the City of
Rancho Cucamonga, California, hereinafter referred to as"CITY."
WHEREAS,pursuant to the Notice Inviting Sealed Bids or Proposals,bids were received,publicly
opened,and declared on the date specified in said notice; and
WHEREAS, City did accept the bid of Contractor; and
WHEREAS, City has authorized the City Clerk and Mayor to enter into a written contract with
Contractor for furnishing labor,equipment,and material for the construction of"LMD-2 VICTORIA
-WATER CONSERVATION/LANDSCAPE RENOVATION FY 20/21 PROJECT"
NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed:
1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools,
materials, appliances, and equipment for and do the work for the "LMD-2 VICTORIA -
WATER CONSERVATION / LANDSCAPE RENOVATION FY 20121 PROJECT" Said
work to be performed in accordance with specifications and standards on file in the office
of the City Engineer and in accordance with bid prices hereinafter mentioned and in
accordance with the instruction of the City Engineer,
2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The
aforesaid specifications are incorporated herein by reference thereto and made a part
hereof with like force and effect as if all of said documents were set forth in full herein.
Said documents, the Resolution Inviting Bids attached hereto, together with this written
agreement, shall constitute the entire contract between the parties. This contract is
intended to require a complete and finished piece of work and anything necessary to
complete the work properly and in accordance with the law and lawful governmental
regulations shall be performed by the Contractor whether set out specifically in the
contract or not. Should it be ascertained that any inconsistency exists between the
aforesaid documents and this written agreement,the provisions of this written agreement
shall control.
3. TERMS OF CONTRACT: The undersigned bidder agrees to execute the contract within
fifteen (15) days from the date of notice of award of the contract or upon notice by City
after the fifteen (15)days, and to complete his portion of the work within 90 working days
from the date specified in the Notice to Proceed. The bidder agrees further to the
assessment of liquidated damages in the amount of$2,600.00 for each calendar day the
work remains incomplete beyond the expiration of the completion date. City may deduct
the amount thereof from any monies due or that may become due the Contractor under
this contract. Progress payments made after the scheduled date of completion shall not
constitute a waiver of liquidated damages.
4. INSURANCE: The Contractor shall not commence work under this contract until he has
obtained all insurance required hereunder in a company or companies acceptable to City
C-1
Page 252
nor shall the Contractor allow any subcontractor to commence work on his subcontract
until all insurance required of the subcontractor has been obtained. The Contractor shall
take out and maintain at all time during the life of this contract the following policies of
insurance:
a. Workers Compensation Insurance: Before beginning work,the Contractor shall furnish
to the Engineer a certificate of insurance as proof that he has taken out full
compensation insurance for all persons whom he may employ directly or through
subcontractors in carrying out the work specified herein, in accordance with the laws of
the State of California. Such insurance shall be maintained in full force and effect during
the period covered by this contract.
In accordance with the provisions of Section 3700 of the California Labor Code, every
contractor shall secure the payment of compensation to his employees. Contractor,
prior to commencing work, shall sign and file with the City a certification as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which require every
employer to be insured against liability for worker's compensation or to undertake self-
insurance in accordance with the provisions of that Code, and I will comply with such
provisions before commencing the performance of the work of this contract."
b. For all operations of the Contractor or any subcontractor in performing the work
provided for herein, insurance with the following minimum limits and coverage:
(1) General Liability - Bodily Injury (not auto) $2,000,000 each person; $2,000,000
each accident.
(2) General Liability - Property Damage (not auto) $1,000,000 each accident;
$2,000,000 aggregate.
(3) Contractor's Protective- Bodily Injury$1,000,000 each person; $2,000,000 each
accident.
(4) Contractor's Protective-Property Damage$1,000,000 each accident;$2,000,000
aggregate.
(5) Automobile-Bodily Injury$2,000,000 each person; $3,000,000 each accident.
(6) Automobile- Property Damage$2,000,000 each accident.
C. Each such policy of insurance provided for in paragraph "b."shall:
(1) Be issued by an insurance company approved in writing by City,which is qualified
to do business in the State of California. The insurance company shall have a
policy holder rating of A or higher and a Financial Class VII or higher
established by A.M. Best Company Rating Guide;
(2) Name as additional insured the City, its elected officials, officers, agents and
employees, and any other parties specified in the bid documents to be so
included;
(3) Specify it acts as primary insurance and that no insurance held or owned by the
designated additional insured shall be called upon to cover a loss under said
policy;
(4) Contain a clause substantially in the following words:
C-2
-- - . &ubsp-
Page 253
"It is hereby understood and agreed that this policy may not be canceled nor the
amount of the coverage thereof reduced until thirty(30) days after receipt by City
of a written notice of such cancellation or reduction of coverage as evidenced by
receipt of a registered letter."
(5) Otherwise be in form satisfactory to City.
d. The policy of insurance provided for in subparagraph"a."shall contain an endorsement
which:
(1) Waives all right of subrogation against all persons and entities specified in
subparagraph 4.c. (2) hereof to be listed as additional insured in the policy of
insurance provided for in paragraph "b." by reason of any claim arising out of or
connected with the operations of Contractor or any subcontractor in performing
the work provided for herein;
(2) Provides it shall not be canceled or altered without thirty(30)days'written notice
thereof given to City by registered mail.
e. The Contractor shall at the time of the execution of the contract present the original
policies of insurance required in paragraphs"a."and"b."hereof,or present a certificate
of the insurance company, showing the issuance of such insurance, and the additional
insured and other provisions required herein. Refer to Appendix Item 2 of the Special
Provisions for an example of an approved set of Certificates of Insurance. The
"Name(s), Organization(s) and/or Political Subdivision(s)" in the "Additional
Insured..." endorsement form(s) and in the "Waiver..." endorsement form(s)
must be worded exactly as shown in the example. Generic "Blanket"
endorsements are not acceptable.
5. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of
California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is
required to pay not less than the general prevailing rate of per diem wages for work of a
similar character in the locality in holiday and overtime work. In that regard, the Director
of the Department of Industrial Relations of the State of California is required to and has
determined such general prevailing rates of per diem wages. Copies of such prevailing
rates of per diem wages are on file in the office of the City Clerk of the City of Rancho
Cucamonga, 10500 Civic Center Drive, Rancho Cucamonga,California,and are available
to any interested party on request. City also shall cause a copy of such determinations to
be posted at the job site.
Pursuant to provisions of Labor Code Section 1775,the Contractor shall forfeit,as penalty
to City, not more than two hundred dollars ($200.00) for each laborer, workman, or
mechanic employed for each calendar day or portion thereof if such laborer,workman,or
mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for
any work done under the attached contract, by him or by any subcontractor under him, in
violation of the provisions of said Labor Code.
6. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5
of the Labor Code as amended by Chapter 971, Statutes of 1939, and in accordance with
the regulations of the California Apprenticeship Council, properly indentured apprentices
may be employed in the prosecution of the work.
C-3
Page 254
Attention is directed to the provisions in Section 1777.5 and 1777.6 of the Labor Code
concerning the employment of apprentices by the Contractor or any subcontractor under
him.
Section 1777.5, as amended, requires the Contractor or subcontractor employing
tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee
nearest the site of the public works project and which administers the apprenticeship
program in that trade for a certificate of approval. The certificate will also fix the ratio of
apprentices to journeymen that will be used in the performance of the contract. The ratio
of apprentices to journeymen in such cases shall not be less than one to five except:
a. When unemployment in the area of coverage by the joint apprenticeship committee has
exceeded an average of 15 percent in the 90 days prior to the request for certificate,or
b. When the number of apprentices in training in the area exceeds a ratio of one to five,
or
C. When the trade can show that it is replacing at least 1/30 of its membership through
apprenticeship training on an annual basis statewide or locally, or
d. When the Contractor provides evidence that he employs registered apprentices on all
of his contracts on an annual average of not less than one apprentice to eight
journeymen.
The Contractor is required to make contributions to funds established for the
administration of apprenticeship programs if he employs registered apprentices or
journeymen in any apprenticable trade on such contracts and if other contractors on the
public works site are making such contributions.
The Contractor and subcontractor under him shall comply with the requirements of
Sections 1777.5 and 1777.6 in the employment of apprentices.
7. LEGAL HOURS OF WORK: Eight(8) hours of labor shall constitute a legal day's work for
all workmen employed in the execution of this contract, and the Contractor and any
subcontractor under him shall comply with and be governed by the laws of the State of
California having to do with working hours set forth in Division 2, Part 7,Chapter 1,Article
3, of the Labor Code of the State of California as amended.
The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho
Cucamonga,twenty-five dollars($25.00)for each worker employed in the execution of the
contract by the respective contractor or subcontractor for each calendar day during which
the worker is required or permitted to work more than 8 hours in any one calendar day
and 40 hours in any one calendar week in violation of the provisions of this article.
8. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay
to each workman needed to execute the work required by this contract as such travel and
subsistence payments are defined in the applicable collective bargaining agreements filed
in accordance with Labor Code Section 1773.1.
9. CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga and its elected officials,
officers,agents and employees shall not be answerable or accountable in any manner for
any loss or damage that may happen to the work or any part thereof, or for any of the
C-4
Page 255
materials or other things used or employed in performing the work;or for injury or damage
to any person or persons, either workmen, employees of the Contractor or his
subcontractors or the public, or for damage to adjoining or other property from any cause
whatsoever arising out of or in connection with the performance of the work. The
Contractor shall be responsible for any damage or injury to any person or property
resulting from defects or obstructions or from any cause whatsoever, except the sole
negligence or willful misconduct of the City, its employees, servants, or independent
contractors who are directly responsible to City during the progress of the work or at any
time before its completion and final acceptance.
The Contractor will indemnify City against and will hold and save City harmless from any
and all actions,claims,damages to persons or property,penalties,obligations,or liabilities
that may be asserted or claimed by any person, firm, entity, corporation, political
subdivision, or other organization arising out of or in connection with the work, operation,
or activities of the Contractor, his agents,employees,subcontractors,or invitees provided
for herein, whether or not there is concurrent passive or active negligence on the part of
City, but excluding such actions, claims, damages to persons or property, penalties,
obligations, or liabilities arising from the sole negligence or willful misconduct of City, its
employees,servants,or independent contractors who are directly responsible to City,and
in connection therewith:
a. The Contractor will defend any action or actions filed in connection with any of said
claims, damages, penalties, obligations, or liabilities and will pay all costs and
expenses, including attorneys'fees incurred in connection therewith.
b. The Contractor will promptly pay any judgment or award rendered against the
Contractor or City covering such claims,damages, penalties,obligations,and liabilities
arising out of or in connection with such work,operations,or activities of the Contractor
hereunder or reasonable settlement in lieu of judgment or award, and the Contractor
agrees to save and hold the City harmless therefrom.
c. In the event City is made a party to any action or proceeding filed or prosecuted against
the Contractor for damages or other claims arising out of or in connection with the
project, operation, or activities of the Contractor hereunder, the Contractor agrees to
pay to City any and all costs and expenses incurred by City in such action or proceeding
together with reasonable attorneys'fees.
So much of the money due to the Contractor under and by virtue of the contract as shall
be considered necessary by City may be retained by City until disposition has been
made of such actions or claims for damage as aforesaid.
10. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons
upon public works because of age, disability, race, color, religion, sex, sexual orientation
or national origin of such persons, and every contractor for public works violating this
section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter
1 of the labor Code in accordance with the provisions of Section 1735 of said Code.
11. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the
material and doing the prescribed work per the unit prices set forth in accordance with
Contractor's Proposal.
C-5
Page 256
IN WITNESS WHEREOF,the parties hereto have caused these present to be duly executed with
all the formalities required by law on the respective dates set forth opposite their signatures.
State of California Contractor's License#:
Date
By:
Signature Print Name&Title
By:
Signature Print Name&Title
CITY OF RANCHO CUCAMONGA, CALIFORNIA
By: BY:
L. Dennis Michael, Mayor Janice C. Reynolds, City Clerk
Date
Contractor's Business Phone Number: Emergency Name and Phone
Number at which Contractor can be reached at any time:
C•6
Page 257
CONTRACT
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENT: THAT. Southern California Landscape, Inc. as
Principal, and , as Surety, are held
and firmly bound unto the City of Rancho Cucamonga, hereinafter called City, in the just and full
amount of Six Hundred Thirty Three Thousand Eight Hundred Three and 90/100 Dollars
(Written) $ 633.803.90 (Figures) payment whereof we hereby bind ourselves, our heirs,
executors,administrators,successors and assigns,jointly and severally,firmly by these presents.
Given under our hands and sealed with our seal this_day of , 20_.
The condition of the foregoing obligation is such that,
WHEREAS, the above-named principal is about to enter into a contract with the City, whereby
said principal agrees to construct "LMD-2 VICTORIA - WATER CONSERVATION /
LANDSCAPE RENOVATION FY 20/21 PROJECT" in accordance with the AGREEMENT
dated ,which said contract is hereby referred to and made a part hereof to the
same extent as if the same were herein specifically set forth;
NOW,THEREFORE, if the said principal shall well and truly do and perform all things agreed by
the principal in said contract to be done and performed,then this obligation is to be void;otherwise
it will remain in full force and effect;
PROVIDED, that for value received the undersigned stipulate and agree that no amendment,
change, extension of time, alteration or addition to said contract, or agreement, or of any feature
or item or items of performance required therein or thereunder shall in any manner affect the
obligations of the undersigned under this bond; and the surety does hereby waive notice of such
amendment, limitation of time for bringing action on this bond by the City, change, extension of
time,alteration or addition to said contract or agreement and of any feature or time of performance
required therein or thereunder.
WITNESS our hands this_day of , 20_.
By: Title:
Surety: By:
_ Individual _ Partnership _ Corporation
Other, explain
SIGNATURES OF CONTRACTOR MUST BE ACKNOWLEDGED BEFORE A NOTARY PUBLIC.
PLEASE ATTACH APPROPRIATE ACKNOWLEDGMENT FORMS
(INDIVIDUAL, PARTNERSHIP, CORPORATION, ETC.).
B-1
Page 258
Bond No.:
PAYMENT BOND
(Labor and Materials)
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the CITY OF RANCHO CUCAMONGA (name of City) ("City") has awarded to
Southern California Landscape, Inc.
8636 Banana Avenue, Fontana,CA 92335
(Name and address of Contractor)
("Principal"), a contract(the"Contract")for the work described as follows:
LMD-2 VICTORIA-WATER CONSERVATION/
LANDSCAPE RENOVATION FY 20/21 PROJECT
WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to
secure the payment of claims of laborers, mechanics, materialmen, and other persons as
provided by law.
NOW THEREFORE, we,the undersigned Principal, and
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto City in the penal sum of
Six Hundred Thirty Three Thousand Eight Hundred Three and 90/100 Dollars ($ 633,803.90),
this amount being not less than one hundred percent(100%) of the total contract price, in lawful
money of the United States of America,for the payment of which sum well and truly to be made,
we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and
severally,firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his,
her or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to
pay any of the persons named in Section 9100 of the California Civil Code, or any amounts due
under the Unemployment Insurance Code with respect to work or labor performed under the
Contract,or for any amounts required to be deducted,withheld,and paid over to the Employment
Development Department from the wages of employees of the Principal and subcontractors
pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor
performed under the Contract, the Surety will pay for the same in an amount not exceeding the
penal sum specified in this bond; otherwise,this obligation shall become null and void.
B-2
Page 259
Payment Bond(continued)
This bond shall insure to the benefit of any of the persons named in Section 9100 of the California
Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon
the bond. In case the suit is brought upon this bond, Surety further agrees to pay all court costs
and reasonable attorneys'fees in an amount fixed by the court.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition or modification to the terms of the Contract, or of the work
to be performed thereunder, or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any such change, extension of
time, alteration, addition, or modification to the terms of the Contract or to the work or to the
specifications thereunder. Surety hereby waives the provisions of California Civil Code Sections
2845 and 2849.
IN WITNESS WHEREOF,two(2)identical counterparts of this instrument,each of which shall for
all purposes be deemed an original hereof, have been duly executed by Principal and Surety,on
the date set forth below,the name of each corporate party being hereto affixed and these presents
duly signed by its undersigned representative(s) pursuant to authority of its governing body.
Date:
"Principal" "Surety"
By: By:
Its Its
By: By:
Its Its
(Seal) (Seal)
Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and
evidence of the authority of any person signing as attorney-in-fact must be attached.
B-3
&nbsh;---- - —.
Page 260
CONTRACT
WORKER'S COMPENSATION INSURANCE CERTIFICATE
The Contractor shall execute the following form as required by the California Labor Code,
Sections 1860 and 1861:
1 am aware of the provision of Section 3700 of the Labor Code which requires every employer to
be insured against liability for worker's compensation or to undertake self-insurance in
accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this contract.
Date (Contractor)
By:
(Signature)
(Title)
Attest:
By:
(Signature)
(Title)
INS-1
&nbs
Page 261
CITY OF RANCHO CUCAMONGA
SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
The work shall be done in accordance with the "Green Book" Standard Specifications for Public Works
Construction 2015 edition and 2016 Supplement written and promulgated by the Southern California Chapter
of the American Public Works Association and the Southern District Associated General Contractors of California
Joint Cooperative Committee, herein referred to as the "Standard Specifications." Subsequent amendments,
supplements and/or additions shall also be considered,included herein. Copies are available from the publisher,
Building News, Incorporated, 1612 So. Clementine Street, Anaheim, California, 92802, telephone (714) 517-
0970.
The Standard Specifications set forth above will control the general provisions, construction materials, and
construction methods for this contract except as amended by the Plans,other contract documents,or the Special
Provisions to follow. The section numbers of the following amendments coincide with those of said Standard
Specifications. Only those sections requiring elaborations, amendments, specifying of options, or additions are
referenced.
SPECIAL PROVISIONS
Amendments to "Standard Specifications"
PART 1
GENERAL PROVISIONS
SECTION 1 —TERMS, DEFINITIONS,ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS
1-2 TERMS AND DEFINITIONS
The words and phrases defined below, appear in the Standard Specifications and in these Special Provisions,
shall for the purpose of the Contract have the meaning hereinafter assigned to them.
Agency: The City of Rancho Cucamonga.
Board: The City Council of the City of Rancho Cucamonga.
Engineer: The Public Works Services Director of the City of Rancho Cucamonga,acting
personally or through agents or assistants duly authorized by him.
The following shall be added:
City: City of Rancho Cucamonga, San Bernardino County, California.
Major Bid Item: A single Contract item constituting 10 percent or more of the original Contract
Price.
Substantial Completion: Means the project can be used for its intended purpose as determined by the
Engineer.
GP-1
- - - - - - - -
Page 262
SECTION 2—SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF CONTRACT
The following subsection shall be added to subsection 2-1:
2-1.1 DESCRIPTION OF WORK
The scope of work to be performed in general consists of,but not limited to,the removal and replacement
of trees landscaping, hardsca a irrigation systems and other related work.
2-4 CONTRACT BONDS
Delete the second sentence of the fourth paragraph and add the following:
The"Performance Bond"shall remain in force until the acceptance of the Work by the Board. The bond
shall be maintained by the Contractor in full force and effect until thirty-five days after recordation of the Notice
of Completion and acceptance of a"Maintenance Surety Bond"per Section 4-1.1.
2-5 PLANS AND SPECIFICATIONS
2-5.1 GENERAL.
Add the following after the third paragraph:
While it is believed that much of the information pertaining to conditions,which may affect the cost of the
Work, will be shown on the Plans or indicated in the Specifications, the Agency does not warrant the
completeness or accuracy of such information.
The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a
reasonable examination of the Work site prior to submitting the Bid.
Existing improvements visible at the Work site, for which no specific disposition is made on the Plans,
but which interfere with the completion of the Work, shall be removed and disposed of by the Contractor.
The following paragraphs shall be added following the last paragraph:
If the Contractor, either commencing work or in the course of the work, finds any discrepancy between the
Specifications and the Plans, or between either, and the physical conditions at the site of the work, or finds any
error or omission in any of the Plans, or Specifications or survey, he shall promptly notify the Engineer in writing
of any such discrepancy, error, or omission. If the Contractor observes that any of the Plans or Specifications
are at variance with any applicable law, ordinance, regulation, order or decree, he shall promptly notify the
Engineer in writing of such conflict.
The Engineer on receipt of any such notice shall promptly investigate the circumstances and give appropriate
instructions to the Contractor. Until such instructions are given,any work done by the Contractor, either directly
or indirectly, after his discovery of such error, discrepancy, or conflict, will be at his own risk, and he shall bear
all costs arising therefrom.
GP-2
Page 263
2-5.2 PRECEDENCE OF CONTRACT DOCUMENTS.
The following paragraph shall be added following paragraph two;
Should it appear that the work to be done or any matter relative thereto is not sufficiently detailed or
explained by the specifications,the Contractor shall apply to the Engineer for such further explanation as
may be necessary and shall conform to such explanation or interpretation as part of the Contract so far
as may be consistent with the intent of the original plans and specifications. In the event of any
discrepancy between any drawing and the figures written thereon, the figures shall be taken as correct.
2-5.4. AS BUILT PLANS.
Add the following subsection:
The Contractor shall maintain a control set of Plans and Specifications on the project site at all times. All
final locations determined in the field, and any deviations from the Plans and Specifications, shall be
marked in red on this control set to show the as-built conditions. Upon completion of all work, the
Contractor shall return the control set to the Engineer. Final payment will not be made until this
requirement is met.
2-6 WORK TO BE DONE
The following paragraphs shall be added following paragraph one:
All work which is defective in its construction or deficient in any of the requirements of the Plans and
Specifications shall be remedied or removed and replaced by the Contractor in an acceptable manner at
his own expense. No compensation will be allowed for any work done beyond the lines and grades
shown on the Plans or established by the Engineer. Upon failure on the part of the Contractor to comply
with any order of the Engineer made under the provisions of this article,the Engineer and City may cause
the defective work to be remedied or removed and replaced at the expense of the Contractor.
Any unauthorized or defective work, defective material or workmanship or any unfaithful or imperfect
work that may be discovered before final acceptance of work by the board shall be corrected immediately
with no extra charge even though it may have been overlooked in previous inspections and estimates or
may have been caused due to failure to inspect the Work.
2-10 AUTHORITY OF THE BOARD AND THE ENGINEER
The following paragraphs shall be added following paragraph two:
All authorized alterations affecting the requirements and information given on the approved plans shall
be in writing. No changes shall be made on any plan or drawing after the same has been approved by
the Engineer, except by direction of the Engineer in writing. Deviations from the approved plans,as may
be required by the exigencies of construction, will be determined in all cases by the Engineer and
authorized in writing.
All instructions, rulings and decisions of the Engineer shall be in writing and binding on all parties unless
formal protest is made as provided in the following paragraph:
If the Contractor considers any work demanded of him to be outside the requirements of the contract, or
if he considers any instruction, ruling or decision of the Inspector or Engineer to be unfair, he shall within
ten (10) days after any such demand is made, or instruction, ruling or decision is given, file a written
GP-3
Page 264
protest with the Engineer, stating clearly and in detail his objections and reasons therefore. Except for
such protests and objections as are made of record in the manner and within the time above stated, the
Contractor shall be deemed to have waived and does hereby waive all claims for extra work, damages
and extensions of time on account of demands, instructions, rulings and decisions of the Engineer.
Upon receipt of any such protest from the Contractor,the Engineer shall review the demand, instruction,
ruling or decision objected to and shall promptly advise the Contractor, in writing, of his final decision,
which shall be binding on all parties, unless within the ten days thereafter the Contractor shall file with
the Board a formal protest against said decision of the Engineer.The Board shall consider and render a
final decision on any such protest within thirty(30) days of receipt of same.
The following subsection shall be added:
2-13 CLAIMS DISPUTE RESOLUTION
In the event of any dispute or controversy with the City over any matter whatsoever,the Contractor shall
not cause any delay or cessation in or of Work, but shall proceed with the performance of the Work in
dispute. The Contractor shall retain any and all rights provided that pertain to the resolution of disputes
and protests between the parties. The Disputed Work will be categorized as an"unresolved dispute"and
payment, if any, shall be as later determined by agreement or a court of law. The Contractor shall keep
accurate, detailed records of all Disputed Work, claims and other disputed matters.
All claims arising out of or related to the Contract Documents or this Project, and the consideration and
payment of such claims, are subject to the Government Claims Act (Government Code Section 810 et
seq.) with regard to filing claims. All such claims are also subject to the dispute procedures set forth in
Public Contract Code Section 9204 and Public Contract Code Section 20104,et seq. (Article 1.5),to the
extent each is applicable. This Contract hereby incorporates those provisions as through fully set forth
herein. Thus, the Contractor or any Subcontractor must file a claim in accordance with the Government
Claims Act as a prerequisite to filing a construction claim in compliance with Section 9204 and Section
20104 et seq. (if applicable), and must then adhere to Section 20104, et seq. and Section 9204, as
applicable, pursuant to the definition of"claim"as individually defined therein.
GP-4
Page 265
SECTION 3—CHANGES IN WORK
3-2 CHANGES INITIATED BY THE AGENCY.
3-2.2 CONTRACT UNIT PRICES.
3-2.2.1 GENERAL.
Add"Major Bid" between"an" and"item" in the first line of the second paragraph:
The last sentence of the second paragraph shall be deleted and replaced with the following:
Adjustments in excess of 25 percent may be done by extension of Contract Unit Prices as described
above,or pursuant to 3-2.2.2 or 3-2.2.3 as appropriate.
3-2.2.2 INCREASES OF MORE THAN 25 PERCENT.
Add "Major Bid"between "an"and"item" in the first line of the first paragraph.
3-2.2.3 DECREASES OF MORE THAN 25 PERCENT.
Add"Major Bid"between "an" and"item" in the first line of the first paragraph.
3-2.4 AGREED PRICES.
Add the following before the first sentence of the first paragraph:
Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per 3-2.2,
established by mutual agreement between the Contractor and the Agency.
3-3 EXTRA WORK
3-3.2 PAYMENT.
3-3.2.3 MARKUP.
The entire text of the Subsection 3-3.2.3 shall be deleted and replaced with the following:
(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall
constitute the markup for all overhead and profits:
1) Labor......................................................20
2) Materials.................................................15
3) Equipment Rental...................................15
4) Other Items and Expenditures................15
To the sum of the costs and markups provided for in this subsection, 1 percent shall be added as
compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the
markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A
markup of 5 percent of the subcontracted portion of the extra work may be added by the Contractor.
GP-5
Page 266
SECTION 4-CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.1 GENERAL.
The following paragraphs shall be added following paragraph three:
Used or secondhand materials,parts,and equipment may be used only if permitted by the specifications.
The Contractor shall guarantee the entire work constructed by him under the contract to be free of defects
in materials and workmanship for a period of one year following the date of acceptance of the work by
the Board. The Contractor shall agree to make, at his own expense, any repairs or replacements made
necessary by defects in materials or workmanship, which become evident within the warranty period.
The Contractor shall further agree to indemnify and save harmless the City and Engineer, and their
officers, agents and employees, against and from all claims and liability arising from damage and injury
due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of
written order from the Engineer. If the contractor fails to make the repairs and replacements promptly,
the City may do the work and the Contractor, and his surety shall be liable to the City for the cost of the
work.
The guarantee and conditions specified above shall be secured by a surety bond,which shall be delivered
by the Contractor to the City prior to the date on which final payment is made to the Contractor. Said
bond shall be in an approved form and executed by a surety company or companies satisfactory to the
City, in the amount of ten percent (10%) of the contract price, or$1,000.00, whichever is greater. Said
bond shall remain in force for the duration of the warranty period specified.
4-1.3 INSPECTION REQUIREMENTS.
The text of Subsection 4-1.3.1 "General," shall be deleted and replaced with the following:
Materials to be used in the work will be subject to inspection and tests by the Engineer or his designated
representative. The Contractor shall furnish without charge such samples as may be required. The
Contractor shall furnish the Engineer a list of his sources of materials and the locations at which such
materials will be available for inspection. The list shall be furnished to the Engineer in sufficient time to
permit inspecting and testing of their use. The Engineer may inspect, sample or test materials at the
source of supply or other locations, but such inspection, sampling or testing will not be undertaken until
the Engineer is assured by the Contractor of the cooperation and assistance of both the Contractor and
the supplier of the material.The Contractor shall assure that the Engineer or his authorized representative
has free access at all times to the material to be inspected, sampled or tested. It is understood that such
inspections and tests, if made at any point other than the point of incorporation in the work, in no way
shall be considered as a guarantee of acceptance of such material nor of continued acceptance of
material presumed to be similar to that upon which inspections and tests have been made, and that
inspection and testing performed by the City shall not relieve the Contractor or his suppliers of
responsibility for quality control.
Manufacturers'warranties,guarantees, instruction sheets and parts lists,which are furnished with certain
articles of materials incorporated in the work,shall be delivered to the Engineer before acceptance of the
contracts.
The Engineer may inspect the production of material, or the manufacture of products at the source of
supply. Plant inspection,however,will not be undertaken until the Engineer is assured of the cooperation
GP-6
Page 267
and assistance of both the Contractor and the material producers. The Engineer or his authorized
representative shall have free entry at all times to such parts of the plant as concerns the manufacture
or production of the materials. Adequate facilities shall be furnished free of charge to make the necessary
inspection. The City assumes no obligation to inspect materials at the source of supply.
4-1.4 TEST OF MATERIALS.
The first paragraph shall be deleted and replaced with the following paragraphs:
Before incorporation in the Work,the Contractor shall submit samples of materials, as the Engineer may
require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing
to the place and at the time designated by the Engineer.
Except as elsewhere specified,the City will bear the cost of testing material and/or workmanship,which
meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions.
The cost of all other tests, including the retesting of material or workmanship that fails to pass the first
test, shall be borne by the Contractor.
The Contractor shall at his expense furnish the City, in triplicate, certified copies of all required factory
and mill test reports. Any materials shipped by the Contractor from a factory or mill prior to having
satisfactorily passed such testing and inspection by a representative of the City shall not be incorporated
in the work, unless the Engineer shall have notified the Contractor, in writing, that such testing and
inspection will not be required.
4-1.5 CERTIFICATE OF COMPLIANCE.
Add the following paragraphs at the end of the subsection:
A Certificate of Compliance shall be furnished prior to the use of any materials for which these
specifications or the special provisions require that such a certificate be furnished. In addition, when so
authorized in these specifications or in the special provisions the Engineer may permit the use of certain
materials or assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The
certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials
and shall state that the materials involved comply in all respects with the requirements of the
specifications. A Certificate of Compliance shall not relieve the Contractor or responsibility for
incorporating material in the work which conforms to the requirements of the plans and specifications,
and any such material not conforming to such requirements will be subject to rejection whether in place
or not.
The City reserves the right to refuse to permit the use of material on the basis of a Certificate of
Compliance.
The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer.
GP-7
Page 268
SECTION 5—UTILITIES
5-1 LOCATION
5-1.1 GENERAL.
Add the following after the first paragraph:
The location and existence of any underground utility or substructure was obtained from a search of
available records. No guarantee is made or implied that the information is complete or accurate. It shall
be the Contractor's responsibility alone to determine the exact location of underground utilities or
substructures of every nature and to protect them from damage. The Contractor shall excavate and
expose all high-risk underground facilities.
The Contractor shall notify the owners of all utilities and substructures as set forth in these Special
Provisions.
5-1.2 PAYMENT.
The text of the subsection shall be deleted and replaced with the following:
Any utility locations that are indicated on the plans to be potholed prior to construction will be paid for at
the unit cost bid in the proposal. For all other utilities, if no pay item is provided, full compensation for
such work shall be considered as included in the prices bid for other items of work.
5-4 RELOCATION
Add the following paragraph at the end of the subsection:
Any facilities to be relocated by the Contractor, as indicated on the plans, shall be relocated in a
workmanlike manner. All such work shall be done only at such times which are acceptable to the owner.
The Contractor shall schedule his relocation work in cooperation with the owner and shall be responsible
for any costs resulting from the Contractor's failure to do the work at times which are acceptable to the
owner. The Contractor shall notify owners as least two(2)working days in advance of any work on any
of their utilities.
The following subsection shall be added:
5-7 UTILITY CONNECTION
For utility connections to City owned facilities, the Contractor shall take all action necessary to ensure that such
utilities are placed in the City's name.
GP-8
Page 269
SECTION 6—PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
6-1.1 CONSTRUCTION SCHEDULE
Add the following paragraphs at the end of this subsection:
Prior to the commencement of construction,arrangements will be made by the City for a meeting between
the Contractor, the Engineer, Utility Representatives, designers and others as may be involved with the
project. The purpose of this meeting is to coordinate the activities of the Contractor within the limits of
this contract, review utility conflicts, review scheduling, discuss construction methods and clarify
inspection procedures, etc. The Contractor shall submit at this meeting, for approval by the Engineer,
the proposed construction schedule.
The Contractor shall submit Progress Reports to the Engineer by the tenth day of each month. The report
shall include an updated Construction Schedule. Any deviations from the original schedule shall be
explained. Progress payments will be withheld pending receipt of any outstanding reports.
6-3 SUSPENSION OF THE WORK
6-3.1 GENERAL.
Add the following paragraph following paragraph one:
In the event a suspension of work is ordered because of failure on the part of the Contractor to carry out
orders given or to perform any provisions of the work, such suspension of work shall not relieve the
Contractor of his responsibility to complete the work within the time limit set forth herein and shall not be
considered cause for extension of the time for completion,and further,such suspension of work shall not
entitle the Contractor to any additional compensation.
6-7 TIME OF COMPLETION
6-7.2 Working Day.
The following subsection shall be added:
The Contractor's working day activities shall be limited to the hours between 7:00 A.M. and 4:00 P.M.,
Monday through Friday,excluding recognized City holidays and any City holiday closure period.
See Appendix 1 "City Working Day Calendar". The working day shall encompass 8 hours from start
to finish, including clean-up and securing the work site. Deviation from normal working hours will not be
allowed without prior consent of the Engineer. Work near schools or located on major arterials may be
subjected to additional working hour provisions.
In the event work is allowed by the Engineer outside of the normal working hours, at the request of and
for the benefit of the Contractor, inspection service fees may be levied against the Contractor at the
current rate per hour, plus time and one-half and 15% administration fee, including travel time where
applicable, with a minimum hourly charge for four(4) hours.
The above charge may also be levied if inspection services are deemed necessary by the Engineer as a
matter of public safety or to otherwise ensure the quality of the work.
GP-9
Page 270
6-8 COMPLETION,ACCEPTANCE,AND WARRANTY.
6-8.1 COMPLETION.
Delete the following from the last sentence:
"...and to which liquidated damages will be computed."
6-8.3 WARRANTY.
The first paragraph shall be deleted and replaced with the following:
All work shall be warranted by the Contractor against defective workmanship and materials for a period
of 1 year from the date of the acceptance of the work by the Board.
The following shall be added to the end of the second paragraph:
In addition, manufacturers'warranties, guarantees, instruction sheets and parts list, which are furnished
with articles or materials incorporated in the work, shall be delivered to the Engineer before acceptance
of the work by the City.
6-9 LIQUIDATED DAMAGES
The last sentence of paragraph one shall be deleted and replaced with the following:
For each consecutive calendar day in excess of the time specified in Item 3 of the Contract Agreement,
as adjusted in accordance with Subsection 6-6, for completion of the Work, the Contractor shall pay to
the Agency,or have withheld from monies due it,the sum of$2,600.00 per day unless otherwise provided
in the Specifications.
The last paragraph shall be deleted and replaced with the following:
Execution of the Contract shall constitute agreement by the Agency and the Contractor that$2,600.00
per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to
complete the Work within the allotted time. Such sum is liquidated damages and shall not be construed
as a penalty, and may be deducted from payments due the Contractor if such delay occurs.
The following paragraph shall be added at the end of the subsection:
The Engineer will set forth in writing the date of Substantial Completion of the work and this will be the
date which liquidated damages will be computed.
GP-10
Page 271
SECTION 7—RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES
7-1.1 GENERAL.
The following sentence shall be added to the end of paragraph one:
Such equipment and facilities shall meet all requirements of applicable ordinances and laws.
7-2 LABOR
7-2.2 PREVAILING WAGES.
The following paragraphs shall be added following paragraph one:
The Contractor, and all subcontractors, suppliers and vendors, shall comply with all City, State and
Federal orders regarding affirmative action to ensure equal employment opportunities and fair
employment practices. Failure to file any report due under said orders will result in suspension of
progress payments.
The Contractor shall ensure unlimited access to the job site for all equal employment opportunity
compliance officers.
Particular attention is called to the Labor Code of California, Part 7,Chapter I, Article 2, "Wages,"Article
3,"Working Hours." Attention is also directed to the provisions in Section 1777.5 and 1777.6 of the Labor
Code concerning the employment of apprentices by the Contractor or any subcontractor under him.
The following subsection shall be added:
7-2.6 .JOB SITE NOTICE.
Pursuant to the Labor Code, Division 2, Part 7, Chapter 1, Section 1771.4(a)(2), the prime contractor shall post
job site notices,as prescribed by regulation.
7-3 INSURANCE
The text of this entire subsection, except the last paragraph under subsection 7-3.1 and entire subsection 7-3.3
(Workers'Compensation Insurance),shall be deleted and replaced with the following in accordance to the City's
"Contract Agreement":
The Contractor shall not commence work under this contract until he has obtained all insurance required
hereunder in a company or companies acceptable to the City nor shall the Contractor allow any
subcontractor to commence work on his subcontract until all insurance required of the subcontractor has
been obtained. The Contractor shall take out and maintain at all times during the life of this contract the
following policies of insurance:
a. Compensation Insurance: Before beginning work,the Contractor shall furnish to the Engineer
a certificate of insurance as proof that he has taken out full compensation insurance for all
persons whom he may employ directly or through subcontractors in carrying out the work
specified herein, in accordance with the laws of the State of California. Such insurance shall
GP-11
Page 272
be maintained in full force and effect during the period covered by this contract.
In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall
secure the payment of compensation to his employees. Contractor, prior to commencing work,shall sign
and file with the City a certification as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be
insured against liability for worker's compensation or to undertake self-insurance in accordance with the
provisions of that Code, and I will comply with such provisions before commencing the performance of
the work of this contract."
b. The policy of insurance provided for in subparagraph a. shall contain an endorsement which:
(1) Waives all right of subrogation against all persons and entities specified in subparagraph 7-3 d.(2)
hereof to be listed as additional insureds in the policy of insurance provided for in paragraph c. by
reason of any claim arising out of or connected with the operations of Contractor or any subcontractor
in performing the work provided for herein;
(2) Provides it shall not be canceled or altered without thirty(30)days'written notice thereof given to City
by registered mail.
c. For all operations of the Contractor or any subcontractor in performing the work provided for
herein, insurance with the following minimum limits and coverage:
(1) Public Liability- Bodily Injury (not auto).................................$2,000,000 each person;
$2,000,000 each accident.
(2) Public Liability-Property Damage (not auto) .......................$1,000,000 each accident;
$2,000,000 aggregate.
(3) Contractor's Protective-Bodily Injury ..................................$1,000,000 each person;
$2,000,000 each accident.
(4) Contractor's Protective- Property Damage ..........................$1,000,000 each accident;
$2,000,000 aggregate.
(5) Automobile-Bodily Injury ....................................................$2,000,000 each person;
$3,000,000 each accident.
(6) Automobile- Property Damage ............................................$2,000,000 each accident.
d. Each such policy of insurance provided for in paragraph c. shall:
(1) Be issued by an insurance company approved in writing by City, which is
qualified to do business in the State of California. The insurance
company shall have a policy holder rating of A or higher and a
Financial Class VII or higher established by A.M. Best Company
Rating Guide;
GP-12
Page 273
(2) Name as additional insured the City of Rancho Cucamonga, its elected officials, officers,
agents and employees, and any other parties specified in the bid documents to be so
included:
(3) Specify it acts as primary insurance and that no insurance held or owned by the
designated additional insureds shall be called upon to cover a loss under said policy;
(4) Contain a clause substantially in the following words:
"It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage
thereof reduced until thirty (30) days after receipt by City of a written notice of such cancellation or
reduction of coverage as evidenced by receipt of a registered letter."
(5) Otherwise be in form satisfactory to City.
e. The Contractor shall at the time of the execution of the contract present the original policies
of insurance required in paragraphs a. and c. hereof, or present a certificate of the insurance
company showing the issuance of such insurance, and the additional insureds and other
provisions required herein.
Refer to Appendix Item 2 of the Special Provisions for an example of an approved set of
Certificates of Insurance. The"Name(s),Organization(s)and/or Political Subdivision(s)" in the
"Additional Insured..."endorsement form(s)and in the"Waiver..."endorsement form(s)must
be worded exactly as shown in the example. Generic "Blanket" endorsements are not
acceptable.
7-5 PERMITS
The entire text of Subsection 7-5 is deleted and replaced with the following:
Prior to the start of any work, the Contractor shall obtain the applicable City permits and make
arrangements for City inspections. The City will issue the permits at no charge to the Contractor. The
Contractor and all subcontractors shall each obtain a City business license and shall be licensed
in accordance with State Business and Professions Code. The Contractor shall also obtain any and
all other permits, licenses, inspections, certificates, or authorizations required by any governing body or
entity.
The Contractor shall submit a Temporary Use Permit application to the Code Enforcement Office of the
Planning Division of the City before utilizing a temporary construction storage site. The application shall
state the site's intended use and include a map showing the location of the temporary storage area in
relation to the project area along with proposed ingress and egress routes. Permit submittal information
can be obtained from Code Enforcement, (909) 477-2720.
In the event that the City has obtained permits, licenses or other authorizations applicable to the work
from other agencies, the Contractor shall comply with the provisions of said permits, licenses and other
authorizations.
Any charges for permit fees, licenses, inspection fees,certificates, insurance, authorizations, bonds that
are required by any other governing body entity, utilities, railroads, agency shall be paid for by the
Contractor. The actual costs of these charges to the Contractor shall be reimbursable by the City.
GP-13
Page 274
7-6 THE CONTRACTOR'S REPRESENTATIVE
The following paragraphs shall be added following paragraph one:
The Contractor shall file with the Engineer the addresses and telephone numbers where he or his
designated representative may be reached during hours when the work is not in progress, so that 24-
hour,7-days-a-week contact can be maintained.
Instructions and information given by the Engineer to the Contractor's authorized representative or at the
address or telephone numbers filed in accordance with this section shall be considered as having been
given to the Contractor.
7-8 WORK SITE MAINTENANCE
7-8.3 NOISE CONTROL.
The text of the subsection shall be deleted and replaced with the following:
Noise generated from the Contractor's operations shall be controlled as specified by City Ordinance.The
use of excessively loud warning signals shall be avoided except in those cases required for the protection
of personnel.
7-8.6.2 BEST MANAGEMENT PRACTICES(BMPs).
The following is added after the first sentence in the second paragraph as follows:
Best Management Practices relevant to the Work shall be in accordance with the current California
Stormwater Quality Association (CASQA) BMP Handbook as needed and/or otherwise directed by the
Engineer. The contractor shall implement and maintain BMPs relevant to the scope of work.
7-8.6.3 STORM WATER POLLUTION PREVENTION PLAN(SWPPP).
The following shall be added after the first paragraph:
Projects subject to requirements of General Permit for Discharges associated with Construction and
Land Disturbance Activities(Order NO.2009-0009-DWQ NPDES NO.CAS000002)
The contractor shall follow all requirements in Order NO. 2009-0009-DWQ, NPDES NO. CAS000002.
This General Permit regulates discharges of pollutants in storm water associated with construction activity(storm
water discharges)to waters of the United States from construction sites that disturb one or more acres of land
surface, or that are part of a common plan of development or sale that disturbs more than one acre of land
surface. Contractor is not responsible for filing a Notice of Intent (NOI) for Permit coverage or a Notice of
Termination (NOT) at project end. City staff will file a NOI for permit coverage and file a (NOT)at the end of the
project. (See General Construction Storm Water Permit PDF:
https://www.waterboards.ca.gov/water issues/programs/stormwater/docs/constpermits/wgo_2009_0009_comp
lete. df).
A requirement of the Permit is the discharger shall develop a Storm Water Pollution Prevention Plan (SWPPP).
The discharger shall ensure that the SWPPP for all sites are developed and amended or revised by a Qualified
SWPPP Developer(OSD).Also,the discharger shall ensure that Best Management Practices(BMPs)within the
SWPPP are implemented by a Qualified SWPPP Practitioner(QSP).(See SWPPP Training Qualifications and
GP-14
- - -—- - - - --- --- - - - - - - - --- --- - --- &nbsj�
Page 275
Requirements PDF:
tWs://www.waterboards.ca.gov/water issues/programs/stormwater/docs/constpermits/wgo 2009 0009 comp
lete.pdf#page=49).The SWPPP shall be designed to address the following objectives:
1. All pollutants and their sources, including sources of sediment associated with construction, construction
site erosion and all other activities associated with construction activity is controlled;
2. Where not otherwise required to be under a Regional Water Board permit,all non-storm water discharges
are identified and either eliminated, controlled, or treated;
3. Site Best Management Practices (BMPs) are effective and result in the reduction or elimination of
pollutants in storm water discharges and authorized non-storm water discharges from construction
activity to the Best Available Technology Economically Achievable/Best Conventional Pollutant Control
Technology standard (BAT/BCT standard);
4. Calculations and design details as well as BMP controls for site run-on are complete and correct,and
5. To demonstrate compliance with requirements of this General Permit, the QSD shall include information
in the SWPPP that supports the conclusions, selections, use,and maintenance of BMPs.
6. Stabilization BMPs installed to reduce or eliminate pollutants after construction is complete.
7-8.6.5. PAYMENT.
The entire text of the subsection is deleted and replaced with the following:
Unless otherwise specified in the bid, payment for implementation and maintenance of BMP's and
SWPPP, and for dewatering shall be considered as included in the Contract Unit Price for each item in
the Bid.
7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS
The second paragraph is deleted and replaced with the following paragraphs:
The Contractor shall relocate, repair, replace or reestablish all existing improvements within the project
limits which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, irrigation
systems, signs, utility installations, pavements, structures, landscaping etc.) which are damaged or
removed as a result of his operations or as required by the Plans and Specifications. Damaged or
removed landscape, hardscape, irrigation systems, etc, outside project limits shall be replaced or
repaired and returned to service within 72 hours except as directed by the Engineer.
Where existing traffic striping, pavement markings, and curb markings are damaged or their reflectivity
reduced by the Contractor's operations, such striping or markings shall also be considered as existing
improvements and the Contractor shall repaint or replace such improvements.
Relocations, repairs, replacements or re-establishments shall be at least equal to the existing
improvements and shall match such improvements in finish and dimensions unless otherwise specified.
GP-15
Page 276
The last paragraph is deleted and replaced with the following:
All costs to the Contractor for protecting, removing, restoring, relocating, repairing, replacing, or re-
establishing existing improvements shall be included in the Bid.
7-10 SAFETY
The following subsections shall be added:
7-10.1 ACCESS
7-10.1.1 GENERAL.
The Contractor shall notify the occupants of all affected properties at least seventy-two hours prior to any
temporary obstruction of access. Vehicular access to property line shall be maintained except as required for
construction for a reasonable period of time. No overnight closure of any driveway will be allowed except as
permitted by the Engineer.
At least one twelve-foot-wide traffic lane shall be provided for each direction of travel on all streets at all times
except as permitted by the Engineer. The traffic lanes shall be maintained on pavement, and shall remain
unobstructed.
Clearances from traffic lanes shall be five feet to the edge of any excavation and two feet to the face of any curb,
pole, barricade, delineator,or other vertical obstruction.
7-10.2 WORK AREA TRAFFIC CONTROL
7-10.2.1 GENERAL.
The Contractor shall prepare a permit application for street closure and shall attach two copies of the proposed
traffic control signing, barricading and/or detour routing. The permit application and accompanying attachments
shall be reviewed by the City Traffic Engineer. Upon the Traffic Engineer's approval, a no-fee Street Closure
Permit shall be issued. No Street Closure, Lane Closure, Detour or other work requiring traffic control shall
commence prior to issuance of said permit.
The Contractor shall provide and install barricades, delineators, warning devices and construction signs in
accordance with the current California Manual on Uniform Traffic Control Devices(CA MUTCD),the Work Area
Traffic Control Handbook (WATCH) and the current Caltrans Manual of Traffic Controls for Construction and
Maintenance Work Zones unless otherwise approved by the Engineer. During adverse weather or unusual traffic
or working conditions additional traffic devices shall be placed as directed by the Engineer.
Should the Contractor fail to furnish a sufficient number of traffic and/or pedestrian safety devices, the City will
place such necessary items and the Contractor shall be liable to the City for providing such devices in accordance
with the following provisions:
1. Rental Rates
A. Type I or II Barricades - $5.00 per barricade for the first day or any part thereof and $2.00 per
GP-16
Page 277
barricade per day for each day thereafter or any part thereof.
B. Type III Barricades - $15.00 per barricade for the first day or any part thereof and $5.00 per
barricade per day for each day thereafter or any part thereof.
C. Flashers-$5.00 per flasher for the first day or any part thereof and$2.00 per flasher per day for
each day thereafter or any part thereof.
D. Construction Signs - $5.00 per construction sign for the first day or any part thereof and $2.00
per construction sign per day for each day thereafter or any part thereof.
E. Cones-$1.00 per cone for each day or any part thereof.
2. Replacement Charges
A. Type I or II Barricades-$20.00 per Type I or II barricade that is lost or damaged.
B. Type III Barricades-$100.00 per Type III barricade that is lost or damaged.
C. Flasher-$15.00 per flasher that is lost or damaged.
D. Signs-$30.00 per sign that is lost or damaged.
E. Cones-$5.00 per cone that is lost or damaged.
3. Service Charges
A. Service trips between the hours of 7:00 A.M.and 3:00 P.M.-$30.00 per hour,two hour minimum
each service trip.
B. Service trips between the hours of 3:00 P.M. and 7:00 A.M., or any time on Saturday, Sunday,
or a City Holiday-$35.00 per hour, two hour minimum each service trip.
Judgment as to adequate or sufficient barricading shall be that which is adequate or sufficient in the opinion of
the Engineer.
The Contractor shall relocate, preserve and maintain the visibility of all existing signs within the project limits
which affect the flow of traffic,as directed by the Engineer. Any signs which are damaged or found to be missing
during the course of construction shall be replaced by the Contractor at his expense as directed by the Engineer.
All other signs that interfere with the course of work and are not necessary for the safe flow of traffic will be
removed and replaced by the City. Traffic control signs include Stop Signs,Speed Limit, Parking Restriction and
other regulatory signs.
The Contractor shall not close any street within the City of Rancho Cucamonga without first obtaining the
approval of the Engineer. Lane closures on four lane streets shall be restricted to between the hours of 8:30 AM
and 4:00 PM.
7-10.2.2 PAYMENT.
Payment for preparing and performing all work necessary to provide work area traffic control or
compliance with the provisions of the public safety and all other laws, ordinances, and regulations shall
be included in the various bid items except where separate bid items for traffic control are provided or
required by law.
GP-17
&Uh°��
Page 278
7-10.4 SAFETY.
7-10.4.2 SAFETY ORDERS.
7-10.4.2.3 Payment.
The entire text of the subsection is deleted and replaced with the following:
Payment for performing all work necessary to provide safety measures or compliance with the provisions
of the safety orders and all other laws, ordinances, and regulations shall be included in the various bid
items, except where separate bid items for excavation safety are provided or required by law.
The following subsection shall be added:
7-10.4.7 PROTECTION OF PUBLIC.
Whenever the construction occurs within a developed residential area and/or through a school site, the
Contractor shall take all necessary precautions to protect the public,especially children,from the hazards
of open excavations. Trenches shall either be covered or adequately fenced at night and on weekends
or whenever operations are not in actual process.
Unusual conditions may arise on the project, which will require that immediate and unusual provision be
made to protect the public from danger or loss or damage to life and property,due directly or indirectly to
the progression of the work. It is part of the service required of the Contractor to make such provisions
and to furnish such protection.
The Contractor shall use such foresight and shall take such steps and precautions as his operations
make necessary to protect the public from danger or damage, or loss of life or property, which would
result from the interruption or contamination of public water supply, irrigation or other public service or
from the failure of partly completed work.
Whenever, in the opinion of the City, an emergency exists against which the Contractor has not taken
sufficient precaution for the safety of the public or the protection of utilities or of adjacent structures or
property or if immediate action shall be considered necessary in order to protect public or private
personnel or property interest,or prevent likely loss of human life or damage on account of the operations
under the contract, then and in that event the City may provide suitable protection to said interest by
causing such work to be done and material to be furnished, as, in the opinion of the City may seem
reasonable and necessary.
The cost and expense of said labor and material together with the cost and expense of such repairs as
may be deemed necessary shall be borne by the Contractor,and if he shall not pay said cost and expense
upon presentation of the bills therefore, duly certified by the Engineer, then said costs and expense will
be paid by the City and shall thereafter be deducted from any amounts due, or which may become due
said Contractor. Failure of the City, however, to take such precautionary measure, shall not relieve the
Contractor of his full responsibility for public safety.
GP-18
or _
Page 279
The following subsection shall be added:
7-10.6 STORAGE OF EQUIPMENT AND MATERIALS IN PUBLIC STREETS.
Construction materials shall not be stored in streets, roads, or highways. All materials or
equipment not installed or used in construction shall be stored elsewhere by the Contractor at
their expense.
Construction equipment shall not be stored at the work site. Time necessary for repair or
assembly of equipment may be authorized by the Engineer.
Excavated material,except that which is to be used as backfill in the adjacent trench, shall not be
stored in public streets. After placing backfill,all excess material shall be removed immediately
from the site.
The storage of materials is not permitted under bridges.
7-13 LAWS TO BE OBSERVED
The following paragraphs shall be added after paragraph one:
If a discrepancy or inconsistency is discovered in the Plans, Drawings, Specifications or Contract for the
work in relation to any such law, ordinance, regulation, order or decree, the Contractor shall forthwith
report the same to the Engineer in writing.
Per City Municipal Code Section 8.17.050/8.19.051, if the Contractor finds it necessary to make use of a
refuse hauling service,only the City Franchised Hauler shall be used. Contact Burrtec Waste Industries
at (909)987-3717.
The following subsection shall be added:
7-15 PAYROLL RECORDS
The Contractor and each of his subcontractors shall prepare payrolls on forms prescribed and in
accordance with instructions furnished by the City. Within seven(7)days after the regular payment date
of the payroll, the Contractor shall deliver to the City a certified and legible copy of each payroll. Such
payroll shall be sworn to in accordance with the federal regulations made pursuant to the "Kick Back
Statute."
Such copies of payrolls shall be accompanied by substantial proof that all bills for services rendered and
materials supplied have been duly paid for. The Contractor shall not carry on his payroll any person not
employed by him. Employees of a subcontractor must be carried on the rolls of the employing
subcontractor.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations. For all new projects awarded on or after April 1, 2015, the contractors and subcontractors
must furnish electronic certified payroll records to the Labor Commissioner. The requirement to furnish
electronic certified payroll records to the Labor Commissioner will apply to all public works projects,
whether new or ongoing, beginning January 1, 2016.
GP-19
Page 280
Each Contractor or Subcontractor shall preserve his weekly payroll records for a period of three(3)years
from the date of the acceptance of the work by the Board. The payroll records shall set out accurately
and completely the name, address,social security number, occupational classification, and hourly wage
rate of each employee, hours worked by him during the payroll period, and full weekly wages earned by
him, any deductions made from such weekly wages, and the actual weekly wages paid to him.
Such payroll records shall be made available at all times for inspection by the City or its authorized
representatives.
The Contractor agrees that, in case of underpayment of wages to any worker on the project under this
contract by the Contractor or any subcontractor, the City shall withhold from the Contractor out of
payments due,an amount sufficient to pay such worker the difference between the wages required to be
paid under this contract and the wages actually paid such worker for the total number of hours worked
and that the City may disburse such amount so withheld by it for and on account of the Contractor to the
employee to whom such amount is due. The Contractor further agrees that the amount to be withheld
pursuant to this paragraph may be in addition to the percentages to be retained by the City pursuant to
other provisions of this contract.
GP-20
Page 281
SECTION 8—FACILITIES FOR AGENCY PERSONNEL_
The provisions of this section shall be deleted and replaced with the following:
Field offices for City personnel are not required; however, City personnel shall have the right to enter
upon the project at all times and shall be admitted to the offices and sanitary facilities provided by the
Contractor for use by his own personnel.
GP-21
Page 282
SECTION 9—MEASUREMENT AND PAYMENT
9-3 PAYMENT
9-3.1 GENERAL.
The following paragraphs shall be added at the end of the subsection:
Whenever the Contractor is required to perform work or furnish equipment, labor, tools and materials of
any class for which no price is fixed in the Proposal, it shall be understood that such work, equipment,
labor,tools and material shall be provided without extra charge,allowance,or direct payment of any kind.
The cost of performing such work or furnishing such equipment, labor, tools and materials shall be
included in the unit bid prices in the proposal and no additional compensation will be made therefore.
If any portion of the work done or materials furnished under the Contract shall prove defective or not in
accordance with the specifications and contract drawings, and if the imperfection in the same shall not
be of sufficient magnitude or importance to make the work dangerous or undesirable, the Engineer shall
have the right and authority to retain the work instead of requiring it to be removed and reconstructed,
but he shall make such deductions therefor in the payment due the Contractor as may be just and
reasonable.
9.3.2 PARTIAL&FINAL PAYMENT.
Paragraph two shall be deleted and replaced with the following paragraph:
On the workday following the designated closure date for preparation of progress estimates, the
Contractor shall submit to the Engineer a written progress estimate based on the Contract Unit Prices or
as provided for in Subsection 92 of the work that has been satisfactorily completed. The Engineer will
review the estimate and approve it or notify the Contractor of any exceptions. The Engineer will determine
and prepare the partial and final payments. If the Contractor fails to submit a written progress estimate,
the Engineer will determine the quantity of work performed. No such progress estimate will be required
nor payment will be made when the total number of working days is twenty-five (25) or less or when the
value of the work totals less than five hundred dollars ($500.00). Progress payment will, when properly
completed as specified, be paid within 30 calendar days of submittal, and it is understood that any delay
in the preparation, approval and payment of these demands will not constitute a breach of contract on
the City.
9-3.3 DELIVERED MATERIALS.
The text of this subsection shall be deleted and replaced with the following:
Materials and equipment delivered but not incorporated into the work will not be included in the estimate
for progress payment.
9-3.4 MOBILIZATION
The text of this subsection shall be deleted and replaced with the following:
Mobilization shall consist of all necessary work including but not limited to those necessary for the
movement of personnel, equipment, supplies, securing all permits/approvals and licenses, paying all
fess, preparatory work and operations, and incidentals to the project site; for the establishment of all
offices,building and other facilities necessary for the work on this project;and for all other work operations
G P-22
- —
Page 283
which must be performed or cost incurred without other pay items on the various contract items on the
project site.
Re-mobilizations from street to street and as needed in all other circumstances by the Contractor's
operations, work sequencing, revised work sequencing, scheduling, revised schedules and for all work
shall be included in various other pay items. No separate payment or change orders will be allowed for
any re-mobilizations related to additive work shall be included in the additive work pay items.
Mobilization and Demobilization as necessary by the scope of work shall also include all costs required
by the contract and included in the Bid item.When no such Bid item is provided, payment for such costs
will be considered to be included in the other items of work.
GP-23
_- — -- gr �a
 ,
Page 284
PART 2
CONSTRUCTION MATERIALS
SECTION 200-ROCK MATERIALS
200-1 ROCK PRODUCTS
200-1.4 COARSE AGGREGATE FOR PORTLAND CEMENT CONCRETE.
The Cleanness Value requirement shall be replaced with the following:
Tests Test Method Requirements
Cleanness Value California 227
Individual Test 70 Min.
Moving Average 75 Min.
200-1.5 SAND
200-1.5.3 SAND FOR PORTLAND CEMENT CONCRETE.
The Sand Equivalent requirement shall be replaced with the following:
Tests Test Method Requirements
Sand Equivalent California 217
Individual Test 70 Min.
Moving Average 75 Min.
200-2 UNTREATED BASE MATERIALS
200-2.1 GENERAL.
The first paragraph shall be deleted and replaced with the fallowing:
Untreated base shall be Crushed Miscellaneous Base.
The following paragraph shall be added following paragraph 2:
The gradation and sand equivalent requirements of subsections 2002.2,200-2.3,200-2.4,
200-2.5 and 200-2.6 shall be the moving average requirements. Individual test
requirements shall be determined by the Engineer.
200-2.2.3,200-2.4.3 AND 200-2.8.4 QUALITY REQUIREMENTS.
The following paragraph shall be added at the end of each subsection:
The minimum R-Value requirement will not be waived.
MA-1
. —.
Page 285
The following subsection shall be added:
200-2.9 DECOMPOSED GRANITE
200-2.9.1 GENERAL.
Decomposed granite is derived from the crushing and screening of naturally friable granite,
commonly known as decomposed granite gravel. The material shall be reddish-brown in color.
200-2.9.2 GRADING.
The granite shall be screened to include stone particle &8" or 1/4" minus down to fine particles.
The sand equivalent of the material shall be in the range of 30 — 50. The R-value shall be a
minimum of 70. The percentage composition by weight shall conform to Table 200-2.8.2(A).
TABLE 200-2.8.2(A)
Sieve Size Percent Passing
1/2" 100
3/8" 90—100
No. 4 50—100
No. 30 25—55
No. 100 10—20
No. 200 5-18
MA-2
Page 286
SECTION 201 -CONCRETE, MORTAR AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1 REQUIREMENTS
201-1.1.1 GENERAL.
The following paragraph shall be added following the last paragraph:
The Contractor shall furnish the Engineer with a copy of the mix design to be used and
with a legible certified weight-master's certificate for each load of P.C.C. delivered to the
project. Portland Cement Concrete delivered to the project site having a water content
and/or slump greater than that specified in the mix design shall be rejected and removed
from the project site.
MA-3
_ ---
Page 287
PART 3
CONSTRUCTION METHODS
SECTION 300—REMOVALS AND EARTHWORK
300-1 REMOVALS
300-1.1 CLEARING AND GRUBBING
300-1.1.1 GENERAL.
The following paragraph shall be added at the end of the section:
Clearing and grubbing limits shall extend to any areas of work outside the right-of-way that
are shown on the plans.
300-1.4 PAYMENT.
The following paragraph shall be added after the first paragraph:
When the removal and disposal of materials are listed separately in the bid, payment for
removal and disposal of said materials shall be made at the contract Unit Price as shown.
Payment shall include full compensation for furnishing all labor, materials, tools,
equipment and incidentals and for doing all work involved in said removal and disposal.
300-2 UNCLASSIFIED EXCAVATION
300-2.7 SELECTED•MATERIAL.
Replace this subsection with the following:
Selected materials encountered in excavations within the project limits that meet the
specifications for base material, trench bedding or backfill, topsoil or other specified
materials shall be used as shown on the Plans, in the Specifications, or as directed by the
Engineer, Topsoil excavated may be considered only for the purpose of backfilling areas
to be planted.
300-4 UNCLASSIFIED FILL
300-4.1 GENERAL.
Add the following at the end of paragraph two:
. . . or in areas to be landscaped.
ME-1
Page 288
SECTION 301 —TREATED SOILS, SUBGRADE PREPARATION AND PLACEMENT OF
BASE MATERIALS
301-1 SUBGRADE PREPARATION
The following subsection shall be added:
301-1.6.1 ADJUSTMENT OF METER AND VALVE BOXES AND SURVEY MONUMENT
COVERS TO GRADE.
Meter and valve boxes and covers within the area to be paved or graded shall be set to
finish grade by the Contractor as required by the Plans and Specifications.
In the case of Portland cement concrete paving, the meter and valve box cover shall be
set to finish grade prior to paving.
301-1.7 PAYMENT.
Add the following paragraph to the end of the subsection:
Payment for adjustment of meter and valve boxes and covers to grade shall be included
in the irrigation bid price. The price will include all labor, materials, hardware, tools and
incidentals and coordination for inspection by the owner and no additional compensation
will be allowed,therefore.
ME-2
s &ubspo
Page 289
SECTION 303-CONCRETE AND MASONRY CONSTRUCTION
303-1 CONCRETE STRUCTURES
303-1.2 SUBGRADE FOR CONCRETE STRUCTURES.
Paragraph 2 shall be deleted and replaced with the following paragraphs:
If the plans and special provisions for the project provide for the construction of gravel
base material, and that material will be subgrade for concrete,the Contractor shall furnish
6 mil polyethylene sheeting as a subgrade cover. The placing of steel reinforcement and
placement of concrete shall follow the installation of the polyethylene sheeting as closely
as possible. The gravel base material shall be kept free from water to prevent any portion
of concrete material being deposited in water. No payment will be made for dewatering
other than as may be included in the prices bid for the various items of work or when an
item for dewatering is provided.
The Contractor shall excavate to the subgrade dimensions and grades shown on the plans
or as directed by the Engineer. Where a firm foundation is not encountered due to soft,
spongy or other unsuitable material, all such unsuitable material shall be removed and
replaced with Gravel Base Material, or compacted backfill, at the discretion of the
Engineer.
303-1.7 PLACING REINFORCEMENT
303-1.7.1 GENERAL.
The following shall be added to the end of paragraph one:
Reinforcing steel shall be of the same grade throughout the structure.
303-1.8 PLACING CONCRETE
303-1.8.6 JOINTS.
Paragraph one shall be deleted and replaced with the following paragraph:
Transverse construction joints shall be placed in all reinforced sections of concrete
construction at intervals not less than 10 feet nor more than 50 feet or as designated on
the plans. The joint locations shall be similarly located and in the same plane for the entire
structure. For concrete thicknesses greater than 6 inches, the joint shall be keyed as
directed by the Engineer. The Contractor shall construct, in one continuous concrete
placing operation,all work comprised between such joints. Joints shall be kept moist until
adjacent concrete is placed.
ME-3
�&absp;
Page 290
303-1.9 SURFACE FINISHES.
303-1.11 PAYMENT.
The following paragraph shall be added after the first paragraph:
When payment for concrete structures is based on the unit price per each, such payment
shall include full compensation for furnishing all labor, materials (including reinforcing
steel), tools and equipment and doing all work required to construct the structure in
conformity with the Plans and Specifications.
303-5 CONCRETE HEADERS, CURBS, WALKS, GUTTERS, CROSS GUTTERS,
ALLEY INTERSECTIONS, ACCESS RAMPS,AND DRIVEWAYS.
303-5.1 REQUIREMENTS
303-5.1.1 GENERAL.
The second paragraph shall be deleted and replaced with the following paragraphs:
The thickness of headers, sidewalks, gutters, cross gutters, alley intersections, access
ramps and driveway aprons shall be as shown on the City Standard Plans or improvement
plans.
Areas of Miscellaneous Concrete adjacent to or behind sidewalks and driveways shall be
considered as a walk for the purpose of these specifications.
No concrete shall be ordered and/or poured until the forms and subgrade have been
inspected and approved by the Engineer in the field.
All pullboxes, water meter boxes and water valve covers shall be adjusted to proposed
finish grade and approved by the Engineer in the field prior to placement of the concrete:
i.e.,curbs,walks, gutters, etc.
ME-4
- —  �
Page 291
SECTION 306—OPEN TRENCH CONDUIT CONSTRUCTION
306-3 TRENCH EXCAVATION
306-3.1 GENERAL.
The second paragraph shall be deleted and replaced with the following:
Excavation shall include the removal of all excess excavated materials and all water and
materials of any nature which interfere with the construction work.
The following paragraph shall be added at the end of the subsection:
When the actual elevation or position of any existing pipe, conduit or other underground
appurtenance cannot be determined without excavation, the Contractor shall excavate
and expose the existing improvement at the location shown on the Plans and any other
locations deemed necessary by the Engineer. Such excavation shall be considered as
part of the excavation necessary for the work. The Engineer shall be given the opportunity
to inspect the existing improvement when it is exposed. Any adjustments in line or grade
which may be necessary to accomplish the intent of the Plans shall be made.
306-3.2 REMOVAL OF SURFACE IMPROVEMENTS.
The following paragraph shall be added at the end of the subsection:
The removal of existing improvements shall be considered a part of the items of work,the
construction of which requires the removal of existing improvements, unless a specific
item is provided therefor.
306-3.5 MAXIMUM LENGTH OF OPEN TRENCH.
The first paragraph shall be deleted and replaced with the following:
Except as approved by the Engineer,the maximum length of open trench,where irrigation
pipe and/or conduit is used,shall be the distance necessary to accommodate the amount
of pipe/conduit installed in a single day. At the end of each working day there shall be a
maximum of 50 feet of open trench. The distance is the collective length of any location,
including open excavation, pipe and/or conduit laying and appurtenant construction and
backfill which has not been temporarily resurfaced.
306-6 BEDDING.
306-6.1. GENERAL.
The last two paragraphs of the subsection shall be deleted, and the following paragraphs added:
Bedding shall conform to City Standard Plans.
All pervious bedding materials shall have a sand equivalent of not less than 20.
The case of bedding to be used shall be as shown on the plans.
ME-5
---,�--  r
Page 292
The trench bottom shall be graded to provide a smooth,straight,firm and stable foundation
at every point throughout the length of the pipe. At each joint in the pipe, the bottom of
the trench shall be recessed in such a manner as to relieve the bell or coupling from all
load and to insure continuous bearing along the pipe barrel. The recess shall also be
large enough to prevent foreign material from entering the pipe.
If any trench,through the neglect of the Contractor, is excavated below the grade required
by the Plans and these Special Provisions, it shall be refilled to grade with additional
bedding. The excess excavation and the additional bedding shall be at the Contractor's
expense.
Additional bedding shall be crushed aggregate base.
Except as specified otherwise, trench bedding shall be densified in accordance with the
relative compaction requirements of City Standard Plans.
306-6.5 PLACEMENT AND COMPACTION
306-6.5.1. GENERAL.
The following paragraph shall be added at the end of the subsection:
The method of densification shall be approved by the Engineer.
ME-6
Page 293
PART 8
LANDSCAPING AND IRRIGATION MATERIALS
SECTION 800—MATERIALS
800-1 LANDSCAPE MATERIALS
800-1.1 TOPSOIL
800-1.1.1 GENERAL.
The following paragraph shall be added following paragraph 1:
Topsoil material unless otherwise designated shall be class C.
800-1.1.2 CLASS"A"TOPSOIL.
Paragraph 2 shall be deleted and the following paragraphs inserted in the place thereof:
At least 15 days before scheduled use,the proposed source of topsoil must be submitted
to the Engineer for approval. The Contractor shall submit a written request for approval
which shall be accompanied by a written report of a testing agency registered by the State
for agricultural soil evaluation which states that the proposed source complies with these
specifications. Class A topsoil shall consist of a natural, fertile, friable, sandy loam soil
having the characteristics of representative soils in the vicinity which produce heavy
growth of crops, grasses, or other vegetation and shall be obtained from natural well
drained area. Before removal of the topsoil, the surface at the source of supply is to be
stripped to a depth of two inches in order to remove weed seeds, roots, etc. The source
of topsoil shall be free from Bermuda grass,crab grass and all noxious weeds or grasses.
The topsoil shall be free from subsoil, refuse, heavy roots, clay lumps, stones larger than
one inch in size, noxious weeds, sticks, brush, litter and other deleterious substances. In
no case shall there be more than five percent by volume of the following: stones smaller
than one-inch,coarse sand,and small clay lumps. It shall not be infested with nematodes
or other undesirable insects or plant disease organisms.
The soil shall be free from insoluble carbonates and shall have the following analysis,
which shall be verified by a soil analysis made by the City.
pH -............................................maximum of 7.0; minimum of 6.0
ECo-..........................................................zero to three maximum
(electrical conductivity)
ESp-........................................................zero to twelve maximum
(exchangeable sodium percentage)
The soil shall be subject to inspection at the source of supply prior to delivery.
LA-1
Page 294
800-1.2 SOIL FERTILIZING AND CONDITIONING MATERIALS
800-1.2.1 GENERAL.
The following paragraphs shall be added following paragraph 2:
Organic Fertilizers and Soil Conditioners shall be comprised of decomposed animal and
vegetable matter having been processed and composed to support bacterial culture. A
bacterial stimulator shall be included. A guaranteed analysis shall contain 5% Nitrogen,
3%Phosphate, 1%Potash,50%Humus, 15% Humic Acid. No fertilizer or conditioner etc.
shall contain any unprocessed poultry, animal or human waste.
800-1.2.3 COMMERCIAL FERTILIZER.
The following paragraphs shall be added following paragraph 1:
Commercial Fertilizers shall be delivered in sacks with the manufacturer's label showing
weight and analysis attached to each sack.
800-1.2.4 ORGANIC SOIL AMENDMENT.
Paragraph 1 shall be deleted and replaced with the following:
Organic Soil amendment material shall conform to Type 1 unless otherwise designated.
800-1.2.5 MULCH.
Sentence one of paragraph one shall be deleted and replaced with the following:
The City will provide 4-inch minus shredded wood chip mulch through our supplier Burrtec,
This is the highest grade of mulch Burrtec produces. The mulch will be provided to the
contractor at no cost for use on the project; however,the contractor will need to place the
order with Burrtec at least two (2) weeks prior to delivery by e-mailing the City's Project
Manager the date of delivery and quantity needed, plus pay for delivery. Questions
regarding the scheduling and delivery costs can be directed to Michael Heftman at Burrtec,
mobile#471-9173; e-mail mheftman@burrtec.com.
The following subsection shall be added:
800-1.2.6 SOIL HERBICIDE.
A commercially manufactured nonselective herbicide for total control of vegetation
products shall meet all federal and state regulations pertaining to the use of such
substances. Application and rate of application shall follow manufacturer's
recommendations. Application shall not be made until obtaining written approval from the
City.
800-1.4 PLANTS
800-1.4.1 GENERAL.
Delete the text of this subsection and replace with the following:
LA-2
_ . T— —
Page 295
A representative number of plants shall be inspected and approved at the nursery by the
Engineer prior to shipment to the planting site. Plants shall be inspected for size and
condition of root growth, insects, injuries and latent defects. The City reserves the right to
reject entire lots of plants represented by defective samples.
Plant condition shall be in accordance with the California State Department of Agriculture's
regulations for nursery inspections, rules,and grading.
All plants shall have a growth habit normal to the species and shall be sound, healthy,
vigorous and free from insect pests, plant diseases, sun scalds, fresh bark abrasions,
excessive abrasions, or other objectionable disfigurements. Tree trunks shall be sturdy
and well"hardened off". All plants shall have normal well-developed branch systems,and
vigorous and fibrous root systems, which are neither root- nor pot-bound and are free of
kinked or girdling roots.
Other than the normal side pruning during the growth period, no pruning shall be done
prior to inspection at the nursery.
The size of the plants will correspond with that normally expected for species and variety
of commercially available nursery stock, or as specified in the drawings. The minimum
acceptable size of all plants, measured before pruning with the branches in normal
position,shall conform with the measurements, if any, specified on the drawings in the list
of plants to be furnished. Plants larger in size than specified may be used with the
approval of the CITY, but the use of larger plants will make no change in contract price.
Bare root plantings in publicly maintained areas shall be done only with special approval
of CITY.
The following subsections shall be added:
800-1.4.7 QUANTITIES AND TYPES.
Plant materials shall be furnished in the quantities and/or spacing as shown or noted for
each location, and shall be of the species, kinds, sizes, etc., as symbolized, and/or
described in the"Plant Legend", as indicated on the drawings. The landscape contractor
is to verify all sizes and quantities on plans.
Installation and use of substitute items shall not be made until the contractor is in receipt
of written approval from the CITY. Substitution Proposals for plant material must be
accompanied by substantive written proof of nonavailability of material originally specified.
800-1.4.8 HYDROSEED MATERIALS.
Fiber shall be produced from cellulose such as wood pulp or similar organic materials and
shall be of such character that it will disperse into a uniform slurry when mixed with water.
The fiber shall be of such character that,when used in the applied mixture,an absorption
of porous mat, but not a membrane, will result on the surface of the ground. Materials
which inhibit germination or growth shall not be present in the mixture.
Dry powdered muciloid, derived from seed husks shall be used to hold seed in place,
promote germination and control erosion, available as Ecology Control MBinder or equal.
LA-3
Page 296
Fertilizer shall be pelleted or granular form and shall comply with the chemical analysis
specified above. The fertilizer shall be thoroughly mixed and incorporated in the hydro
mulching slurry.
800-1.5 HEADERS,STAKES AND TIES.
800-1.5.3 TREE STAKES.
The first paragraph shall be replaced with the following:
Tree stakes shall be sharpened 2" diameter lodgepole pine, treated in accordance with
section 204-2.2. Stake length shall be 10' long (12' long for Eucalyptus trees) and shall
be free from splits.
The third paragraph shall be replaced with the following:
Deadman stake shall be either 2 X 4 inch (50 X 100mm) redwood or 3/4-inch (19mm)
diameter steel pipe 3 feet(1 mm)long. Covers for wire shall be 1/2-inch(i3mm)minimum
diameter or 112-inch ultraviolet P.V.C. tubing.
The following paragraph shall be added at the end of the subsection:
A minimum of three (3) supporting tree ties or guy anchors shall be used for each tree.
800-2 IRRIGATION SYSTEM MATERIALS
800-2.1 PIPE AND FITTINGS
800-2.1.1 GENERAL.
The following paragraph shall be added at the end of the subsection:
The manufacturer's directions and detail drawings shall be followed unless directed by the
Engineer or shown differently in the plans and specifications.
800-2.1.3 PLASTIC PIPE FOR USE WITH SOLVENT WELD SOCKET OR THREADED
FITTINGS.
Add the following before the first paragraph:
General. Use only new materials of brands and types noted on drawings,specified herein,
or approved equals.
Paragraph 2 shall be deleted and replaced with the following:
P.V.C. Pressure Main Line Pipe and Fittings shall be Class 315 P.V.C.with solvent welded
joints for pressure main pipes 2" and larger and P.V.C. schedule 40 with solvent welded
joints for pressure main piping of lessor diameter. P.V.C. schedule 40 solvent welded
piping shall be used for all nonpressure lateral line piping.
The following paragraphs shall be added at the end of the subsection:
LA-4
Page 297
All P.V.C. pipe must bear the following markings:
1. Manufacturer's name
2. Nominal pipe size
3. Schedule or class
4. Pressure rating in P.S.I.
5. NSF(National Sanitation Foundation)approval
6. Date extrusion
7. U.P.C.shield logo (IAPMO approval)
All fittings shall bear the manufacturer's name or trademark, material designation, size,
applicable I.P.S. schedule and NSF seal of approval.
Solvent cement and primer for P.V.C. solvent weld pipe and fittings shall be of type
recommended by the manufacturer, and shall follow installation methods prescribed by
the pipe manufacturer.
800-2.2 VALVES AND VALVE BOXES
800-2.2.2 GATE VALVES.
The text of this subsection shall be deleted and replaced with the following:
Valves shall be of the size, type and capacity designated on the plans or in the
specifications.
800-2.2.4 REMOTE CONTROL VALVES.
Add the following after paragraph number one:
Valves shall be of the size, type and capacity designated on the plans or in the
specifications.
800-2.2.6 QUICK-COUPLING VALVES AND ASSEMBLIES.
The text of this subsection shall be deleted and replaced with the following paragraph:
Valves shall be of the size, type and capacity designated on the plans or in the
specifications.
800-2.2.7 VALVE BOXES.
Delete the first paragraph and replace with the following:
Valve boxes and lids shall be of the size and type designated on the plans or in the
specifications.
Pull boxes shall be stenciled on top with 2" white letters "I.F.S." (Irrigation Field Splices)
for recognition.
LA-5
T
Page 298
The following subsection shall be added:
800-2.2.8 MASTER CONTROL VALVES.
The master control valve manufacturer and size shall be as designated on plans or in the
specifications.
800-2.3 BACKFLOW PREVENTER ASSEMBLY
Add the following after paragraph number one:
Unless otherwise instructed by the City Inspector said backflow assemblies shall consist
of a brass reduced pressure/backflow prevention device with"Wye"strainer and 60 mesh
screen as designated on the plans or in the specifications.
800-2.4 SPRINKLER EQUIPMENT
The text of this subsection shall be deleted and replaced with the following:
Irrigation bodies and nozzles shall be as indicated on the plans or in the specifications.
Substitutions shall not be allowed unless by written authorization from the City Inspector.
Irrigation bodies and nozzles shall feature low head drainage, pressure regulating and
pressure compensating features. Unless otherwise approved, all popups and fixed riser
assemblies shall consist of plastic and stainless-steel materials.
Smaller radii turf irrigation equipment shall consist of 6" popups. All smaller radii; shrub
and ground cover irrigation equipment shall consist of 12" popups, unless otherwise
approved by the City. Smaller radii equipment are those components which irrigate within
and under a radius of twenty-two feet.
Large radius heads (between 22 feet and 60 feet) shall consist of popups plastic and
stainless steel,gear driven rotors with matches precipitation nozzles and adjustable radius
patterns.
800-3 ELECTRICAL MATERIALS
800-3.2 CONDUIT AND CONDUCTORS
800-3.2.1 CONDUIT.
Replace paragraph 1 with the following:
Unless otherwise shown on the plans or in the specifications, conduits shall be schedule
40 P.V.C. pipe in the size called for on the plans or in the specifications.
800-3.2.2 CONDUCTORS.
Add the following paragraphs at the end of the subsection:
The electrical system shall be installed in accordance with the National Electrical Code.
LA-6
Page 299
Connections between the automatic controllers and the electrical control valves shall be
made with direct burial copper wire AWGU.F.600 volt. Pilot wires shall be a different color
wire for each automatic controller. Common wires shall be white with a different color
stripe for each automatic controller. Install in accordance with valve manufacturer's
specifications and wire chart. In no case shall wire size be less than #14.
Wiring shall occupy the same trench and shall be installed along the same route as
pressure supply or lateral lines wherever possible. Install wires inside schedule 40
Conduit anywhere it is not possible to place in pipe trench, or where wires must go under
pavement. Conduit size shall be large enough to contain all necessary wires.
Where more than one(1)wire is placed in a trench,the wiring shall be bundled and taped
together at intervals of fifteen (15)feet.
An expansion curl should be provided within fifteen (15)feet of each wire connection and
at least every fifteen hundred (1500)feet of wire length on runs more than fifteen hundred
(1500)feet in length and also at each change of direction. Expansion curls shall be formed
by wrapping at least twenty (20) turns of wire around a one-inch diameter pipe, then
withdrawing the pipe.
All splices shall be made with Snap-Tite Waterproof Connector Packs,or approved equal.
Field splices between the automatic controller and electrical control valves will not be
allowed without prior approval of the City
Add the following subsections:
800-3.4 MOISTURE SENSORS
Moisture sensors manufacturer size and installation shall be as designated on the plans
or in the specifications.
800-3.5 FLOW SENSORS
Flow sensors manufacturer, size and installation shall be as designated on the plans or in
the specifications.
LA-7
Page 300
SECTION 801 —INSTALLATION
801-1 GENERAL. The following paragraphs shall be added at the end of the
subsection:
Inspection will be required for the following parts of the work:
a. At completion of incorporation of soil amendments and fine grading.
b. Prior to digging plant pits for trees and shrubs.
c. During backfilling of plant pits with amended backfill.
d. Maintenance period shall not begin until final installation inspection is made and
establishment is verified. The Engineer shall approve the commencement date of maintenance
prior to the commencement of said maintenance.
e. City Council acceptance will be at the end of the maintenance period.
801-2 EARTHWORK AND TOPSOIL PLACEMENT
801-2.1 General. The following shall be added at the end of the subsection:
The Contractor shall apply water as necessary to provide ideal moisture content for tilling
and for planting as, herein specified.
801-2.2 TOPSOIL PREPARATION AND CONDITIONING.
801-2.2.2 Fertilizing and Conditioning Procedures. The first paragraph of the
subsection shall be deleted and replaced with the following:
Planting areas shall be brought to finished grade whereupon Fertilizer and Soil
Conditioning required by the native soilsforthe intended landscape planting shall be added based
upon the recommendations of the soil analysis tests provided by the City.
The type and quantity of commercial fertilizer used shall be amended as necessary based
upon the soil analysis test.
The following subsection shall be added;
801-2.2.3 Weed Control. Upon the completion of the irrigation system and after all
existing weeds and growth have been removed from the planting area,the Contractor shall apply,
by spraying, a mixture of Commercial Fertilizer 12-12-12 at a rate of 400 pounds per acre.
Thereafter, all areas shall be watered four times daily until weed seeds have germinated,
unless otherwise directed by the Engineer. Thereafter, watering shall cease for three days,
followed by the spraying of a systemic herbicide containing the active ingredient glyphosate.
Spraying shall be at the labeled rate compatible with the eradication rate for the target weed
species. After allowing sufficient time for the herbicide to kill all remaining weeds,the areas to be
landscaped shall be raked or hoed as directed by the Engineer to remove any remaining weed
stubble.
LA-8
Page 301
801-2.3 Finish Grading. The following shall be added to the last sentence of the
second paragraph.
.., except where water is designed to flow over the same.
The following paragraphs shall be added following paragraph two:
Finish grades shall be those indicated on the drawings or as may be controlled by existing
installations. Grades not otherwise indicated shall be uniform and straight graded between points
where elevations are noted. Minor modeling of the ground surface may be required.
Grading shall provide for the natural run-off of water without low spots or pockets. Flow
lines shall be set by instrument and shall be at the maximum gradient possible.
801-3 HEADER INSTALLATION
The following subsection shall be added:
801-3.1 Concrete Headers. Concrete headers shall be constructed in accordance with
the plans and specifications. All concrete work shall conform to the requirements of subsections
201-1 and 301-1.
801-4 PLANTING
801-4.3 Layout and Plant Location. The following paragraph shall be added at the end
of the subsection:
In the event that a designated plant location is found in conflict with underground utilities
or substructures during the planting operation, an alternate location will be selected by the City.
The Contractor shall be responsible to notify utility companies for the spotting of underground
facilities prior to plant examination and to make precautionary potholes where conflicts would be
indicated on the plans or by field notations by utility representatives. The cost for utility notification
and potholing shall be included in the other work items and no additional compensation will be
allowed,therefore.
801-4.5 Tree and Shrub Planting. Paragraphs 4 and 5 shall be deleted and replaced
with the following:
Planting shall be governed by the following requirements:
Use the following backfill mixture:
Type I organic soil amendments, 25%
Native Soil,75%
Commercial fertilizer and agricultural gypsum shall be added in accordance with the
recommendations of the soils report.
1, Place plants near respective pits. Set the tablets to be used with each plant on the
top of the root ball while the plants are still in their containers so the required number of tablets to
be used in each hole can be easily verified.
LA-9
Page 302
2. Remove all plants from their containers and set in plant pits.
3. Fill pits to proper height with amended backfill to receive the plant and thoroughly
tamp the mixture before setting the plant.
4. Set plant in upright position in the center of the hole and compact the backfill mixture
around the ball or roots.
5. Thoroughly water each plant when the hole is half filled. The remainder of the hole
shall then be backfilled. Set the tablets to be used with each plant on the top of the root ball while
the plants are still in their containers so the required number of tablets to be used in each hole
can be easily verified.
6. After watering, tamp the soil in place until the surface of the backfill is level with the
surrounding area and the crown of the plant is at the finished grade of the surrounding area. Do
not backfill around trunks or stems.
7. After backfilling,an earthen basin shall be constructed around each plant. Each basin
shall be of a depth sufficient to hold at least six inches of water. Basins shall be the same size as
the container size of each individual plant. The basins shall be constructed of amended backfill
material.
8. Immediately after planting, apply water to each tree and shrub by means of a hose.
Apply water in a moderate stream in the planting hole until the material about the roots is
completely saturated from the bottom of the hole to the top of the ground.
9. Apply water insufficient quantities and as often as seasonal conditions require to keep
the planted areas moist at all times, well below the root system of grass and plants. Generally,
water once each day for 7 days in cool seasons and for 14 days in hot weather. Berms around
shrubs and trees in slopes shall be permanently maintained. In turf areas, berms shall be
maintained for 30 days following tree planting.
10. Pruning shall be limited to the minimum necessary to remove injured twigs and
branches and to compensate for loss of roots during transplanting,but never to exceed one-third
of the branching structure. Upon approval of the Engineer, pruning may be done before delivery
of plants but not before plants have been inspected and approved.
801-4.6 Plant Staking and Guying. The entire subsection shall be deleted and replaced
with the following paragraph:
All staking and guying shall be in accordance with the City Standard Plans.
801-4.7 Ground Cover and Vine Planting. The second paragraph shall be deleted and
replaced with the following:
Ground cover shall be planted in moist soil and spaced as indicated on the plans. Vines
shall be planted in accordance with subsection 308-4.5 and City Standard Plans and spaced as
indicated on the plans.
LA-10
Page 303
801-4.8 Lawn Planting
801-4.8.2 Seed. The following paragraph shall preface the subsection:
The Contractor shall provide a written seed mixture statement for Method A or a written
slurry mixture statement for Method B for approval of the Engineer prior to planting.
(a) Method A.The following sentence shall be added at the end of the fourth paragraph:
Swales shall be planted or lined with sod of equal seed mix to minimize soil and seed erosion.
(b) Method B.The following sentence shall be added at the end of the subsection:Swales
shall be planted or lined with sod of equal seed mix to minimize soil and seed erosion.
801-4.8.3 Sod. The following sentence shall be added after the second sentence in the
third paragraph:
Sod shall be laid with longer seams perpendicular to the slope,and in a staggered pattern
to minimize erosion.
801-4.9 Erosion Control Planting
The following subsection shall be added:
801-4.9.6 Hydroseeding. Equipment must have minimum capacity of 1,500 gallons,and
a positive displacement pump with the ability to agitate and properly mix the above materials.
Pump must be capable of creating 100 psi pressure with sufficient volume to distribute above
slurry evenly over 12,000 square feet within a 15-minute period.
The Vendor shall furnish at least 2 employees during all hydro mulching applications.
The materials for stolonized areas shall be machine mixed before application.The mixture
of stolons and additives shall be applied by a hydro mulching machine. The nozzle height shall
be between 6 feet and 10 feet above the ground level. Discharged pressure at the nozzle shall
be 100 psi.
Spraying shall be done in a sweeping motion allowing the slurry to fall evenly and
eventually building up a fairly consistent matting.
Area to be planted shall be irrigated to obtain 12 inches of penetration.This shall be done
4 to 7 days prior to planting.
All slurry mixture which has not been applied to the designated area within four hours after
mixing shall be rejected and removed from the project at the Contractor's expense.
Hydroseed area on plan shall be hydroseeded with the following:
2000 lbs/acre Weed Cellulose Fiber
100 Ibs/acre Ecology Control M-Binder
66.5 Ibs/acre Seed Mix(see plans for mix)
600 Ibs/acre Gro-Power Plus Fertilizer or approved equal.
LA-11
Page 304
Any slurry spilled into restricted areas,such as reservoir basins or drainage ditches, shall
be cleaned up at the Contractor's expense to the satisfaction of the Engineer.
It shall be the responsibility of the applicator to assure that the site is properly prepared
and that the irrigation system is operating and programmed properly. The applicator shall notify
the Contractor and the Engineer if the site is not properly prepared.
The hydroseed applicator shall take responsibility for repairing tire ruts created by his
equipment, unless he has notified the Contractor of the poor soil conditions, being too wet, or of
insufficient compaction, and is requested by the Contractor to continue. Areas for repair shall be
blended and floated to match surrounding areas and reseeded.
All bare spots shall be re-hydroseeded by the Contractor within 10 days. The Contractor
shall be responsible for all reseeded areas for as long after seeding as necessary until an
acceptable stand of hydroseeded material is realized and approved by the Engineer.
Water as necessary to insure constantly moist soil until germinated(approximately 14-21
days). Water every day once per day for two weeks thereafter and then gradually reduce
frequency of watering to twice per week. The Contractor shall continue to maintain the lawn until
final acceptance by the City.
Woodchipper mulch installation shall consist of placing 4" thick material equal to or
supplied by Earthworks of Norco, California (909) 538-3321 over designated planter areas. See
plans for areas of installation. Submit sample prior to purchase and/or placement for approval.
Certification of weights and analysis shall be required by City for all of the following
materials used:
a. Soil conditioners
b. Fertilizers
c. Seed
801-5 IRRIGATION SYSTEM INSTALLATION
801-5.1 General.The following paragraphs shall be added after paragraph i;
Due to the scale of drawings, it is not possible to indicate all offsets,fittings,sleeves,etc.,
which may be required. The Contractor shall carefully investigate the structural and finished
conditions affecting all of his work and plan his work accordingly,furnishing such fittings, etc., as
may be required to meet such conditions. The work shall be installed in such a manner as to
avoid conflicts between planting,and architectural features, etc.
All work called for in the drawings by notes or details shall be furnished and installed
whether or not specifically mentioned in the specifications.
The Contractor shall not willfully install the irrigation system as shown on the drawings
when it is obvious in the field that unknown obstructions, grade differences, or discrepancies in
area dimensions exist that might not have been considered in engineering. Such obstructions or
differences shall be brought to the attention of the Engineer. In the event this notification is not
performed, the Contractor shall assume full responsibility for any revisions necessary and shall
LA-12
Page 305
perform such at his own expense.
The second paragraph shall be deleted and replaced with the following paragraphs:
The location of connection points shown are approximate. The Contractor shall contact
the utility company and coordinate the installation of the required electrical and water services.
Following coordination with the utility companies, the Contractor shall make all necessary
provisions to make the service connections called for on the plans at the places indicated or to
the nearest acceptable point thereto as approved by the utility company and the Engineer.
Verification of the point of connection with the utility company and the Engineer shall be obtained
by the Contractor prior to the start of work,
All costs for making service connections shall be paid for by the Contractor, with the
exception of any utility company fees and permit fees which are reimbursable by the City, as per
Section 7-5"Permits"of these Special Provisions.
The following paragraph shall be added at the end of the subsection:
The City reserves the right to make temporary repairs as necessary to keep the irrigation
system in operating condition. The exercise of this right by the City shall not relieve the Contractor
of his responsibilities under the terms of the guarantee as herein specified.
801-5.2 Trench Excavation and Backfill. The fourth paragraph shall be deleted and
replaced with the following:
The trenches shall not be backfilled until all required tests are performed.A fine granular
material used for bedding and backfill will be placed on all lines. Trenches shall be carefully
backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy
clay, sand,or other approved materials,free from large clods of earth or stones.
The finished surface shall be restored to the grade established prior to excavation. All
mounding and divots shall be graded smooth to the satisfaction of the Engineer.
If settlement occurs, and subsequent adjustments in pipe, valves, sprinkler heads, lawn
or planting, or other construction are necessary, the Contractor shall make all required
adjustments.
The following subsections shall be added:
801-5.2.1 Trenching and Backfilling Under Paving.Where irrigation lines are called to
be placed within a sleeve, the P.V.C. sleeve to be provided for such work shall be Schedule 40
P.V.C.or Class 315 for sleeves 2" and larger.
308-5.2.2 Trenching Adjacent to Existing Trees. Where it is necessary to excavate
adjacent to existing trees, the Contractor shall use all possible care to avoid injury to trees and
tree roots. Excavation in areas where two inch and larger roots occur,shall be done by hand. All
roots two inches and larger in diameter, except directly in the path of pipe or conduit, shall be
tunneled under and shall be heavily wrapped with burlap to prevent scarring or excessive drying.
Where a ditching machine is run close to trees having roots smaller than two inches in diameter,
LA-13
- —_ &ubsp;.
Page 306
the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through.
Trenches adjacent to trees should be closed within twenty-four hours. Where not possible, the
side of the trench adjacent to the tree shall be kept shaded with burlap or canvas.
801-5.3 Irrigation Pipeline Installation.
801-5.3.1 General.The following sentence shall be added to the end of paragraph three:
A minimum of twelve inches clearance shall be maintained between irrigation pipelines
and non-irrigation pipelines or conduits.
The following paragraphs shall be added at the end of the subsection:
P.V.C.sleeves shall be required under areas where hardscape materials shall be installed.
Before starting work on the irrigation system, the Contractor shall verify utility service
connection and meter locations with the utility companies.
801-5.3.3 Plastic Pipeline.The following shall be added to the end of paragraph one:
PVC to metal connections shall only be accomplished by PVC male adapters screwed into
metal fittings. Teflon tape shall be used on all threaded PVC to PVC joints and on all threaded
PVC to metal joints. Light wrench pressure is all that is required.
The following shall be added after paragraph five:
The Contractor is cautioned to exercise care in handling, loading, unloading and storing
of PVC pipe and fittings. All PVC pipe shall be laid flat and not subjected to undue bending or
concentrated external load at any point. Any section of pipe that has been dented or damaged
will be discarded and, if installed,shall be replaced with new piping. P.V.C. pipe and fittings shall
not be stored in direct sunlight.
The following subsection shall be added.
801-5.3.5 Conduit for Irrigation Pipe in Streets. If delay to any vehicle will not exceed
5 minutes, conduit may be installed by the following trenching method:
Conduit shall be placed under existing pavement in a trench approximately 2 inches wider
than the outside diameter of the conduit to be installed. Trenches shall not exceed 6 inches in
width. Conduit depth shall not exceed 12 inches or conduit trade diameter plus 10 inches,
whichever is greater, except at pull boxes where the trench may be hand dug to the required
depth. The top of the installed conduit shall be a minimum of 9 inches below finish grade.
The outside of all areas of pavement to be removed shall be cut to a minimum depth of 3
inches with an abrasive type saw or with a rock cutting excavator specifically designed for this
purpose. Cuts shall be neat and true with no shatter outside the removal area.
The conduit shall be placed in the bottom of the trench and the trench backfilled with
commercial quality concrete, containing not less than 564 pounds of cement per cubic yard, to
LA-14
Page 307
not less than 0.10 foot from the pavement surface. The remaining area shall be tack coated and
backfilled with asphalt concrete per City Standard Plans.
801-5.4 Installation of Valves,Valve Boxes, and Special Equipment.
Paragraphs three,four and five shall be deleted and replaced with the following:
Quick-coupler valves shall be set in valve boxes one foot from curbs, pavement or walks.
Quick-coupler valves shall be installed per City Standard Plans.
801-5.5 Sprinkler Head Installation and Adjustment.
801-5.5.2 Location, Elevation and Spacing.The last sentence of the second paragraph
shall be amended to read as follows:
Lawn sprinklers shall be installed 6 inches (150 mm) clear of adjacent walks, curbs,
paving, headers and similar improvements.
The third paragraph shall be amended to read:
Sprinkler heads shall be installed 6 inches (150 mm) from adjacent vertical elements
projecting above grade such as walls, planter boxes, curbs and fences.
Paragraph 4 shall be deleted and replaced with the following:
Shrub heads and bubbler heads shall be installed so as to operate 12 inches (300 mm)
above finished grade, unless otherwise detailed on the plans.
801-5.7 Flushing and Testing
801-5.7.1 General. The following paragraph shall preface the subsection:
Flushing of the lines (main line) shall be done before quick coupling valves and remote-
control valves are in place. All open ends shall be temporarily piped to flush water up and out of
the trenches. No water will be permitted to fall into the trench. Flushing procedure will be to first
open the ports nearest the source, then recap, and move progressively towards the end of the
line, with only one open port flushing at any one time.
801-5.7.2 Pipeline Pressure Test.
801-5.7.2.2 Method A. The following shall be added to the end of the second paragraph:
Pressure tests shall be performed such that the test periods are within the working hours
specified in the Special Provisions.
801-6 MAINTENANCE AND PLANT ESTABLISHMENT. The following paragraphs
shall be added at the end of the subsection:
The Contractor shall be responsible for detecting diseases and pests (including rodents)
as soon as they are present and shall take immediate action to identify and control the disease
LA-15
Page 308
or pest. Plants shall be maintained in a disease and pest free condition. A licensed pest control
operator shall be maintained to recommend and apply pesticides, herbicides and fungicides.
Exterminate gophers and moles and repair damage.
Maintain all planting, starting with the planting operations and continuing for 60 calendar
days,after all planting is complete and approved by the City in writing.
The maintenance period will not commence until all planting has been approved in writing
by the City.
Maintenance shall include all watering, weeding, mowing, edging, cultivating, spraying
and pruning necessary to keep the plant materials in a healthy growing condition and to keep the
planted areas neat and attractive throughout the maintenance period.
Provide all equipment and means for proper application of water to those planted areas
not equipped with an irrigation system.
Protect all planted areas against damage, including erosion and trespassing, by providing
and maintaining proper safeguards.
During the maintenance period, all plants and planted areas shall be kept well-watered
and weed free at all times.
In order to expedite the plant establishment work,the Contractor shall maintain a sufficient
number of workers and adequate equipment to perform the work herein specified from the time
any planting is done until the end of the final maintenance period.
The Contractor will be relieved from maintenance work when the plant establishment and
maintenance work has been completed to the satisfaction of the City.
Damage to planting areas shall be replaced immediately.
Depressions caused by vehicles, bicycles, or foot traffic, shall be filled and leveled.
Replant damaged areas.
Apply a pelletized fertilizer blend of 15-15-15 at the beginning and at a 30-day
maintenance interval at the rate 350 lbs. per acre until the designated end of the maintenance
period. A 60-day maintenance program shall consist of three fertilizer periods.
Apply 25 pounds of Gro-Power Plus per 1,000 square feet at the 25th and 55th day of the
60-day maintenance period.
Exterminate rodents,slugs,snails and cutworms as required and repair damage as above.
All paved areas shall be broom cleaned and/or washed and maintained in a neat and clean
condition at all times, as directed by the City.
At the end of the maintenance period, all plant material shall be in a healthy growing
condition.During the maintenance period,should the appearance of any plant indicate weakness
and probability of dying,that plant shall be immediately replaced with a new and healthy plant of
LA-16
Page 309
the same type and size without additional cost to the City.
All trees shall be guaranteed by the Contractor to live and grow in an acceptable upright
position for a period of one year after completion and final acceptance by the City.
The Contractor, within 15 days of notification by the City, shall remove and replace all
guaranteed plant materials which for any reason fail to meet the requirements of the guarantee.
Replacement shall be made with plant materials as indicated or specified for the original planting,
and all such replacement materials shall be guaranteed as specified for the original guaranteed
materials.
Upon completion of the work in this section, the Contractor shall clean up and remove
from the area all unused materials and debris resulting from the performance of the work as
directed by the City.
The following subsections shall be added:
801-9 GUARANTEE
The guarantee period shall begin at the date of final acceptance by the Board.
Upon acceptance, all planting, irrigation, earthwork and trenches shall be guaranteed by
the Contractor for a period of one year against defects in materials and workmanship.
Any settling of backfill trenches which may occur during the one-year guarantee period
shall be repaired to the City's satisfaction by the Contractor without expense to the City, including
the complete restoration of damaged planting, paving, or other improvements of any kind.
The Contractor, within fifteen days of notification by the Engineer, shall remove and
replace all guaranteed plant materials which,for any reason,fail to meet the requirements of the
guarantee. Replacement shall be made with plant materials as indicated or specified for the
original planting and all such replacement materials shall be guaranteed as specified for the
original guaranteed materials.
801-10 CHARTS, MANUALS AND DRAWINGS.
801-10.1 As-Built Drawings. The Contractor shall provide the Engineer with "as-built
mylars" at the completion of the project.
Contractor shall dimension from two permanent points of reference, building corners,
sidewalk, or road intersections, etc.,the location of the following items:
1. Gate valves
2. Sprinkler control valves
3. Routing of control wiring
4. Quick coupling valves
5. Other related equipment as directed by the City
6. Significant changes in routing of lateral lines from those indicated on
the plans
LA-17
Page 310
On or before the date of the final inspection,the Contractor shall deliver the corrected and
completed mylar and aperture cards to the City. Delivery of the final mylar and microfilm will not
relieve the Contractor of the responsibility of furnishing required information that may be omitted
from the prints.
801-10.2 Controller Charts. As-built drawings shall be approved by the City before the
Contractor prepares the controller charts.
Provide one controller chart for each controller supplied. In the case that no controller is
provided, the Contractor shall prepare a new controller chart, utilizing any existing system that is
being protected, as well as any new systems online,for the existing controller(s).
The chart shall show the area controlled by the automatic controller and shall be the
maximum size, which the controller door will allow.
The chart shall be a reduced drawing of the actual as-built system. However,in the event
the controlled sequence is not legible when the drawing is reduced,the controlled sequence shall
be enlarged to a size that is readable when reduced.
The chart shall be a black or blueline print with a different color used to indicate the area
of coverage for each station.
When completed and approved, the Contractor shall hermetically seal the chart between
two pieces of plastic, each piece being a minimum of 10 mils thick.
These charts shall be completed and approved prior to final inspection of the irrigation
system.
801-10.3 Manuals. Prepare and deliver to the City within ten calendar days prior to
completion of construction, two hard cover three rings binders containing the following
information:
1. Index sheet stating Contractor's address and telephone number and a list of the
equipment with the name and address of the local manufacturer's representatives.
2. Catalog and parts sheets of every material and equipment installed under this
contract.
3. Guarantee statement.
4. Complete operating and maintenance instructions on all major equipment.
In addition to the above-mentioned maintenance manuals, provide instructions for major
equipment and show evidence in writing to the City at the conclusion of the project that this service
has been rendered.
801-11 EQUIPMENT.
801-11.1 Loose Equipment to be Furnished. The Contractor shall supply as a part of
this contract the following tools:
LA-18
&n sp,- - - -
Page 311
1. Two sets of special tools required for removing, disassembling and adjusting each
type of sprinkler and valve supplied on this project.
2. Two five-foot valve keys for operation of gate valves.
3. One quick coupler key and matching hose swivel for every five of each type of quick
coupling valve installed.
Q. Six spray nozzles of each type specified on the legend.
5. Twelve spray bodies of each manufacturer specified on the legend.
6. Two rotors of each manufacturer specified on the legend.
7. Two gate valves- line sized -as specified on the legend.
8. Two keys each for controller and controller enclosure doors.
The above-mentioned equipment shall be turned over to the City at the conclusion of the
project. Before final inspection can occur, evidence that the City has received the material must
be shown to the Engineer.
LA-19
- - - &b
Page 312
APPENDIX
Page 313
APPENDIX ITEM 1
CITY WORKING DAYS
CALENDAR
CITY OF RANCHO CUCAMONGA
WORKING DAY CALENDAR FOR 2020
JANUARY FEBRUARY
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1
1 2 3 4 2 3 4 5 6 7 8
Holydd, ;52 151 !•1
5 6 7 8 9 10 p11 9 10 11 12 13 14 15
1'1.. 44� Z�a 757 359 77x l'� 5j
12 13 14 15 16 17 18 16 17 18 19 20 21 22
?54 ly0 <f l l 2 Holidayd.i 5a %; .1Sra
19 20 21 22 23 24 25 23 24 25 26 27 28 29
Holiday -VA 1:•5 390 l91
26 27 28 29 30 31
k.., i:,l
MARCH APRIL
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1 2 3 4 5 6 7 1 2 3 4
392 lyl ?04 W }96 .174 415 416
8 9 11 12 13 14 5 6 7 8 9 10 11
:J111
343 199 -+00 =01 4,7 41$ .714 420 Q2
15 16 17 18 19 20 21 12 13 14 15 16 17 18
:f12 103 404 40S 406 4" 42{ 424 475 4,6
22 23 24 25 26 27 28 19 20 21 22 23 24 25
497 JN 409 410 411 a?7 42E 42) 1? '31
29 30 31 26 27 128 29 30
1
MAY JUNE
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1 2 1 2 3 4 5 6
435 J55 417 4.5$ 459 46u
3 E437
5 6 7 8 9 7 8 9 10 11 12 13
a38 4a9 44a 44i 461 46? 4(1; 4;)4 46'
10 12 13 14 15 16 14 15 16 17 18 19 20
dai 444 .145 440 ;Sfi -167 A 4 4'M
17 18 19 20 21 22 23 21 22 23 24 25 26 27
as7 at8 s44 �Sa asi 4'i 4T7 47i J;J 47,
24 22M 26 27 28 29 30 28 29 30
1
Holiday �S2 a53 as J5S a7r: .+7
31
I:IENGDESGNIformslCalendarslWorking Day Calendar 2020 Page 1 of 2
Page 315
CITY OF RANCHO CUCAMONGA
WORKING DAY CALENDAR FOR 2020
JULY AUGUST
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1 2 93 4 1
471s Holiday 479
5 6 7 8 9 10 11 2 3 4 5 6 7 8
d8p s51 19? dA� �4$d 5 50k Sp1 ii'�; 4;51
12 13 14 15 16 17 18 9 10 11 12 13 14 15
�165 4H5 �187 d$$ YTs9 S1I4 5 507 �'iK `{wF
19 2Q 21 22 23 24 25 16 17 18 19 20 21 22
d90 d41 d4; d:}} a41 tii:� 511 512 513 514
26 27 28 29 30 31 23 24 25 26 27 28 29
#*1S :9ti a97 �yK a.r, 30tidy S11 51R 5:9
30 31
SEPTEMBER OCTOBER
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
F,T2 3 4 5 1 2 3
6 7 A 8 9 10 11 12 4 5 6 7 8 9 10
Holiday. 4.5 528 544 4y5 54f) 547 1$.
13 14 15 16 17 18 19 11 12 13 14 15 16 17
5'G S1i, S7: i?1 519 55, 551 IS2 55i
20 21 122 23 24 125 LL 26 18 19 20 21 6 22 23 24
S�� 555 �5 ��� S��
27 28 29 30 25 12r, Si'1 27 128 29 30 31
1.5�1 5r�1 S!,g 54: tins
NOVEMBER DECEMBER
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1 2 3 4 5
581 582 583 594
1 2 3 4 5 6 7 6 7 8 9 10 11 12
564 565 56f. 5w5 586 °$7 1 50 W?
8 9 10 11 4 12 13 14 13 14 115 18 17 18 19
Sb4 569 Holiday. {;7 590 591 592 W, 5.).
15 t23
17 18 19 20 21 20 21 22 23 24 9 25 26
5;! 57: s7; 595 596 197 Holiday Holiday.
22 24 25 26 27 28 27 28 29 30 31 0S Holiday Holiday closed closed closed Holida29
I:\ENGDESGN\forms\Calendars\Working Day Calendar 2020 Page 2 of 2
Page 316
CITY OF RANCHO CUCAMONGA
WORKING DAY CALENDAR FOR 2021
JANUARY FEBRUARY
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1 2 1 2 3 4 5 6
ilo!jda� I 6
3 4 5 6 7 8 9 7 8 9 10 11 12 13
*+ 600 601 602 W ('21 614 6:: 0:
10 11 12 13 14 15 16 14 15 16 17' 18 19 20
r-ll.: 605 606 607 60E Holiday :29 r0
17 18 U 19 20 21 22 23 21 22 23 24 25 26 27
Ilolida 6,19 61C 6:1 M2
24 25 28 27 28 29 30 28
613 41a 613 616 nl7
31
MARCH APRIL
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1 2 3 4 5 6 1 2 3
:AI
7 8 9 10 11 12 13 4 5 8 7 8 9 10
652 667 God ooL
14 115 16 17 18 19 20 11 12 13 14 15 16 17
&47 618 6.49 667 n58 669 6701 671
21 22 23 24 25 26 27 18 19 20 21 22 23 24
073 674 675 57o
29 29 30 31 25 26 27 28 29 30
MAY JUNE
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1 1 2 3 4 5
2 3 4 5 6 7 8 6 7 8 9 �10 11 12
r;82 na+ e�k h85 6'J6 7U{�
9 10 11 12 13 14 15 13 14 15 16 17 18 19
9'+ OU 6r89 &X 691 T 17 11 d
16 17 18 19 20 21 22 20 21 22 23 24 25 26
602 had 64� 695 6" '� F:$ 7=4
23 24 25 26 27 28 29 27 28 29 30
1698
30 31
Honda
I:IENGDESGN1Working Day Calendar Page 1 of 2
-&nbSp;
Page 317
CITY OF RANCHO CUCAMONGA
WORKING DAY CALENDAR FOR 2021
JULY AUGUST
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
F12 3 1 2 3 4 5 6 7
ik
4 5 a fi 7 8 9 10 8 9 10 11 12 13 14
11ohdav
11 12 13 114 l5 16 17 15 16 17 18 19 20 21
18 19 20 21 22 23 24 22 23 24 25 26 27 28
26 26 127 28 29 30 31 29 30 31
-
SEPTEMBER OCTOBER
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1 2 3 4 1 2
7i.7 7C8 76Y 7N
5 6 7 8 9 ID 11 3 4 5 6 7 8 9
k#nl 77i1 77� 7?_' 77, 72.) 7'W 791 792 7,6
12 13 14 15 116 17 18 10 11 12 13 14 15 16
"4 715 776 5 794 796 797 7"
19 20 21 22 23 24 25 17 18 19 20 21 22 23
771 7R} 781 'r.'_ ?a! 74! 870 301 1 80'_ 8.931
26 27 28 129 30 24 25 126 27 28 29 30
�aa 7ss 7�0 7i;7 !�!.t sus sae $Q7 ,7na
31
NOVEMBER DECEMBER
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1 2 3 4 5 6 1 2 3 4
41.1
7 8 9 10 11 Ifi 12 13 5 6 7 8 9 10 11
14 15 1fi 17 18 19 20 12 13 14 15 16 17 18
i1N P.9 Sr� d`I s.', sir SS8 Bsv FJ,
21 22 23 24 25. 28 27 19 20 21 22 24J25
aS ed lioli
28 29 30 26 27 28 29 30 31
8" uA7 Oa ed cloned closed vitned 1101ida
I IENGDESGN0orking Day Calendar Page 2 of 2
- - - -
Page 318
APPENDIX ITEM 2
SAMPLE OF APPROVED
CERTIFICATES OF
INSURANCE
oAletuE:vo1vYY'q
A CERTIFICATE OF LIABILITY INSURANCE
tE�
THIS CERTIFICATE 18 ISSUED AS A MATTER OF INF0R1AATfON ONLY AND CONFERS 140 IUGHTB UPON THE:CFRTIFIIOAYE HOLDER,THIS
CERTIFICATE DOES NOT AFFWdAATIV9LY OR NEGATIVELY AMEND, extENo OR ALTER THE COVe AOE AED BY THC POLICIES
BELOW, THIS CERTIFICATE OF INSURANCE boas NOT CONSTITUTE A CONTRACT BETW96N 114E ISSUINRER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCRR ANb THE CERTIFICATE HOLDER. las must have ADDITIONAL INSURED provhlonc or be endom0.
IMPORTANT: IF the cedHlcale holder la an ADDITIONAL INSUREDI the polky( I
if Se BRr OO f ON IS e don n AIVElDar itMa b lha cer1i11CeU fielder In II u of each mdersement s certain Ildet may nquln an endorealnenl. A ilalemeni on
I0.00VCER
S
t Art vEaAo6 Iwoa
uu e 1 n
mtvaro Rat C n
oaE o1 ^ 1
of
� eat
asua
C0VERA4E8_ CERTIFICATE NUMBER: 69 d REV18i0N NUMBER:
TH81S TO CERTIFY THAT THE POLICIES OF INSDrIAHCE EISTEO BELOVI HAVfi sE61718SUED TO THE[HStAtE4 N1LMED AOOVE FOR TFIE POLICY PERIOD
IHDICATEQ NOTWITNBTAttDIHO ANY REQUIREMENT,TERM OR CONDITION OF ANY C0141RACT OR OTHER DO(:UAIENT 1NTH RESPECY TOl E TE TMI9
CERTIFLCATE NAY DE ISSUE OR MAY PCRYAIN.THE INSURANCE AFFORDED BY THE POLICIES
DFSCAIBRO HEREIN SS 8USJECT Td ALL THC TERASS,
0=010148 AND CONDITIONS OFaUCH POL1gES,LVATS S1tMN MAY HAVe 6EEY REOMEO By PNO CW MS. _ -
01
t -- TYFa OFaIWPNr06 IL76 .DrJaF0.
A C0Y119KIIII WIPALL41Yury / 10r2012018 10f2g12018 rFSHOCC RIREACa ' 6
CiAYdb.SV10E D OCCUR t1 D D
✓ §VM asduoSbto SO LIE9 E w sT,DO�--
ss alL12 it aCy6aAULoaa6ase
W IMA00aE0A'RppM�pUTAPPUMM-
mmO;lCT ❑L� Paaauro•COEppPARO g2 _
B AUYouoeµFtlAuYr le - J012912015 1012512019
AIlYA1C a00a.YYldun'r trot/magi T
AU
ow"
AaCtrlltelalO e00M1Y elAt0.l(Per 10dQOR11 1 t t
l SLY HoIF0a55NE0 l y f a-_-- t � .
Al1T4tOHLY t AUTOdONLY it
f n0 / 1 — —. —
g f cActr
vlfaRlEULue OCCUR10129l201ti i012911019 accu r� 1,4&44.4Q4� �.
VCptUAe CLAM 409 's Form Aa8RE0ATE .-
- DEDUCTIBLE s
✓ ILc�NH�..� — _
WOPIR1111COYPURA110N - —- -"
Altosw1oY6Rs'LIA PLITY
NIPRO lmaL,FA WIME7 CUItE
tY./MSIMtM1a0 fA.dSE1SE•fi�[l1AAYf
R e/wRt.v+r.r �tnRa _ P106a e- idrrin
onbaolore LTabl! 11 e 70 s a2 De Ea ollulbn
vd
A Contra 1012gMID 101Yg12019 D uclik
A 8uslnets Personal Property 1072012010 10nOn01 Oeducbble
elbCNPTtOH cF O►InAl1aHe I LOOAnOUS I VJACLEa JAC401RO(01,Ad/i14n11 Rtntria sth.M..r'AV M OUCh6d u Inva/PIN II14g0441
OCcJestong ,Runcho endentconlraclorshUlerdeof
o tatc ct Ci)f ,Ile el0cerC camels employees,deslanated valunloerl,and agenla aeMnp as Indep
011y or dg6my @Woos afa named as eddtdonel Insured es�peerW ten owtiacl and Icy terms and corAkne.Insurance Is
Primary and Noa GontrAwlory vhlwf or subrogaDon applba.Additional Insured s f1dorsemsnl per oltachd,tdm. .
.30 day nonce of CeneelaOvn except 10 days nO CC for non-payment of prerntum.
CE IF TE HOLDER CANCELLA7
Pr eelCayo Rancho Cucamonga 1KOULD ANY OF THSABOVE DE6CRIneo pOUCIES BC CAHOELLEO BEFORE
Allh o1 Rancho Cucamonga THE EXPIRA110H -ATE THE0.COP, NOTICE PALL 6E OELNEREO II)
ACCORDAN@EVATH THE POLICY PROV161011%.
Rancho Cucantonge CA 91730
Au r 11oPu r o Rs PP r 1 elrrAmre
¢4088.2015ACORD CORPORAl10N.ARrlghla tosarvad.
ACORD 26(2016103) The ACORD name and Iggn are registered marks of ACORD
11S)lilt 1 lr•11 Gt,hato,C-b (C—ItLGI L LykGLt*St—ittt 1 11210711 Sr]ft11R I►ail 1 +9•l•f]0
Page 320
TOI!CY0.OMMERCIAL GENERAL LIABILITY
NUMHERI
IGY GO 2010 07 04
THIS ENDQRSEMRNT CHANGES 7HE POLICY. ioLEASE READ IT CAREFULLY.
ADDITIONAL ENSURED w OWNERS, LESSEES-OR
CONTRACTORS SCHEDULED
CHE ULE PERSON OR
OR
Thts endorsement inodliles Insurance provided under the(oliowing:
COMMERCIAL GENERAL LIABILITY COORAGIr PART t
SCHEDULE
fdatne Of Additional Insured persons) Looallon a 'of Covored 0 arattons
. OrOr artlxation s
City of Rancho Cucamonga,Its ofacars of dols,employees,
deslgnofed volunteers andarg� is sendng as Indappendenl contractors I
Ipherole of dty or agencyoM its ere named as addilional•tnsured as �praleci City of Rancho Cucamonga
fPflrmeryandWonConlAbpuloryiWatvarofsubrogeilonepPlles t
Add a]Mauled Endorsement par attached form 11
10 day notice of eancellstian except 10 days notice for norl-psymenl
of premium
informatton re ulred to eom Isla Ihls schedule if not shown above will he afloti In the DeclafallonS,
A. section 11 —Who Is An insured is amended to B. Witt,
rasponal of to (het nsurance afforded
additi to these
Inciude as an addillonal Insured the peraott(s)or slops apply:
organhatt4n(s) shown in the Schedule, but only pp y:
Mth respect to liability for"bodily inIMP,°PTQparty Thls Insurance does not apply to°bodlly k)IU r'or
damage" or "personal and advertising lnJur/ 'propettydamage occardngafter:
caused,in whole of In part,by: 1, All work, including malatfale, parts of equip-
1, Your acts or onilsslons;or mart furnished ht conneollon with suoh work,
o401181100
r reipelrs)to be peolsol erformed by o than r MaIM on b ha f of
2. The acts or onilesions o1 lhoso acling an your
behalf; Ilia addillonal Insureds)at the locallon of the
in the performance of your ongoing oparallons for covered opsrallons has been completod;or
the addillonal Insuredts) at.the location(s)deslg- 2, That pardon of 'ycur tivorita out of which the
Rated above. Injury or damage erlses has been Put to Its In-
wided use by any person or or9anI2011011 other
than another conkael& or subcontractor en-
as a part o af the same operations
Project,
for a principal
rr 2n 1 n 07 04
ISO Properties,Inc.,2Q04 Pago 1 of 1 C]
Page 321
001AWRCIAL nENECG LIA LI 5 1
POLICY NU,VBER:
THIS ENUORgEWNT 9HAN13ES THE POLICY.PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED -OWNERS, LESSEES OR
CONTRACTORS -COMPLETED opE!RA7rI0NS�
Tits andoreement MOM.53 Insurancs provided under the(OHOW10
CONWERCIAL GENERAL LIABILITY COV1 RAGE PART
pRODUCTSICOhiPLETED OPFRATlON8 LIABILITY COVERAGE PART
$OHEDULE '
Mama Of Addlllonal Insured Pereon(s)Or Crgantz llon(s}
eeMnpasladapendentcconlleaclhorrsirInthe oofCityoragencyottodalliarenimed and ag /
Additional ln+uied v
tocallo}r And DeborititIm Of Gompletad oporollaue %Uj&r,.IectCity of Rancho Cucamonga
work Described in writing in the contract: �
agreement or voymit
Lcoationla) at uhiah yoU perfoXraed work
deeorlbod in the writeen eontract, agraemenr of
poxmit:
infomrallon lequfred to COmplele Ihls Schedule, If not shown above,NNII be shovJ In tivz Deciaragons.
A, 800tloll If-Who Is An insured Is emended to la. With a(spect t !I10 surlads,ranCo lho (ofifoldad to
ovring is
Include as an addNonal Insured Iha persons) thoso added l0 4sclI I 1I-}.IroU Ib Ineuranoat
- or orgorJMVQn(s) shovm In the Scheduto, but
only vAth respect to IlablAty (or 'bodily In- If covorege provided to Ilia addlllOASI Insured
jury' or'ptoperty damago" caused,In whole Is required by otbol ref Ute addllb the
or In P0,by'your vrork at the IoeaVon des- most vre vAII ply on
Ignated and described In the Schedule of this Insured Is the amount of IneulanCO'
OndOnament performed for that addlllonsl ;, ttequlrad by Ale conlract or eprsemenil
hteurod and Included in iho"pfoducts•com• Or
plated operallons 11026rd'• g, Avallebla under tho applicable LIPAS of
Iiowaver: Insurance,shown In the DOCIONVOIie;
1, .The Insurance nflorded to such iddidonel vrhichovor Is less.
Insured onty appltes to the ex(orrl permit- Thle eltdorsemant ab011 not increase Uio ep•
ted by tavr, and pi'coblo Ltmlts of Insurance Shown In the Deal
2,' if coverage proylded to the addilional lo• Iarallons,
lured is Te tWrad by a COAVOCI. Or OgreO-
Mani, the lnsurenco O(lorded (o such
addl11on91 Iltsured 41•not be broader
Ihon that tvhtctt you ate required by Ilia
contract or eeroeltront to pioAdo for such
addfdonal Insured,
CO 20 97 0413 � insprancfi SorVlcOs Clllco, ins,20V
pa4e 1 of 1
Page 322
` COMMERCIAL GENERAL LIA9ILI1Y
POLICY NUMBS ✓ ISSUE DATE:10129nol8.10129/2019
THIS 1206 .MENT CHANGUS THC POLICY,KEASE RGAD I•i CAREFULLY,
WAIVER OI- TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
TI is endorsomanl mod(flos Insuronee provided under lha(oflowrgg:
COMf.iCRCIAL GENERAL LIAIMIA YCOVERAGEPART
80HEOULE
Nanno of Parson or Orgai0aUono
The City of Rancho oucariongga,Us olfrcers,olfldals,omAcgYes,designated volunteers and agents sendna
-as IndependanlcontioctorsInlharoleofCityorApencyofa $is•
(fl no enby appears abovo,information required to complelo Ihts andoreamentwlli De ahovrn In the Qeclarallons
as appllcehle to this an dote amont,)
eladmis or
The TRANSFER OF RIGHTS OF RECOVERY de U��va<kisdano unde out r a coat our col�gEll pthal parson
AGAINST O1HEk$ TO US Condition ($sogon M 'p In
COMMERCIAL.GFNERAL LIABILITY CONDITIONS) or coo rated alperail nd hazards.'Thistle '9(applies
la amended by Me addlllon of the fol:o�vingt only It (ha parson of orrds.' lion stem In'Iho
We v alva tiny dghl of recovoly via may have agalnsi only
abays. -
the parson or organizattoa ahovrn In the Sohedulo
abovo booauae of payments wo make for Injury or
00 24 04 40 0a Caplrighl,Inswance Sdrdea9 011100,Ina.,iag2 Pago I of i
Page 323
POltay NO; ��i .� COMMERCIAL AUTO
Named Insured:
10pAlte-10l2Al19
THLS L'NDORSVWNT CHANOM THE POLICY, PLEASE HAD IT CAREtstU-LY.
ADDITIONAL INSURER-DESIGNATED IT,3-SON OR
ORGANIZATION
This cndot-Sciuent madit'ics InSPra9C0 providcd ruder IttotbHOwing:
BUSINESS AUTO COVERAGE FORM
SCHEDULE
Wile dPerson or ot'ganl2aitan:
CIj of Rancho cueamongs Its aMtcocs,oifid olra on oyolf�tclalo ape ed votuntoers,and agents serving
as gdepondent WWWOrs In the rote of Gay A cY
nemedJWdiaonsllnanted. /
WHO JS AN INSURED(Scetion R)is atnerttled to itiolude as nu Insured Elie Pson Or
ocgeni2atton shown In the Schedule bat only WWI respoot to liability arising out of the
owrteastu ,ntalutenanco,or use of a covered"auto'.
CA 76 08 07 88
Page 324
COMMERCIAL AUTO
POLICY NUMBER:ftwnw� . CA 04 44 0310
THIS ENQORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER-OF SUBROGATION)
This endorsement r4diftes insurance provided under the folfovAng:
BUSINESS AUTO COVERAGE FORM
BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM
GARAGE COVERAGE-FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
NAth respect to coverage provided by INs endorsement,the providons of the Coverage Form apply unless modl-
fied fyy the endorsement,
This endorsement changes the polloy effective on fhe Inception date or the poiloy urtess another date is Indicated
belovi.
Named Ihsured:
)indorsement Effective Date: iwwote
SCREOULE
Name(s)of Faison(s)or organizattou(s):
I
The City or Ranebo Cvesmonge,its officers,olfidats,
emnfoyees,designated volunteers and agents senM9
as i4ntddependen�conlmclors In the role o[Clty or Agency
oPodels.
Information required to complete this Scheduta If not shown above,Wit!be shown in the Deolerattons.
The Transfer or Rights*of Recovery Against Oth-
ers To Us Condttlon does not apply to the petson(s)
or organlzatioro)shown in the Schedule,btA only to
the extent that subrogation Is vrah+ed prior to the"aa
cidenl"or the'lose'under a colArect with that person
or organization.
CA 04 44 0310 0Insurance Services Office,Ino.,2009 Page 1 of 1 a
--_&Lrbsp;
Page 325
CERTIFICATE OF LIABILITY INSURANCE Aeett 2032262 DARE(0611O�'Yf
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. It
SUBROGATION IS WAIVED,subject to the tens and conditions of the policy,certain policies may require an endorsement.A statement on this
certificate does not confer rights to the cediflcate holder in lieu of such endorsement(s).
PRODUCER CONTACT
NAM•
PR me FAIL
use
E 0AIL
INSU ERS AFFORDINGCOYERAGE L NAIC4
INSURER A:��nsuranse Co. T ✓
INSURED WSURER B:
INSURER C:
<✓/ INSURER 0:
INSURER E
NSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ESSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR COND1 ION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS-
TYP6 OF INSURANCE INS WVO POLICY NUMBER (MMIDDOYYYI (POLICY EXP MMmOrcrrrl LIMITS
COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S
CLADAS- 1:1OCCUR DAMAGETORENTED S
MFA FXP(Any one oersan s
PERSONAL A AOV INJURY S
GENL AG G {7 P}JE R.O
GENERAL AGGREGATE S
YIET PPLI
LIC !I 'EC
.' PRODUKS AG'r Is TNER
S
AUrOMONLE LIABILITY g
ANYAUTO BODILY INJURY(Perprsonl s
OWNED
ONLY SCHEDIKEO
AUTOS BODLYOLRIRY(PeraaodenlJ s
AUr05
IDRED NONbWNED PROPERTY DAMAGE S
AUTOS ONLV AUTOS ONLY 1.
S
UMBRELLALIAR OCCUR EACH OCCURRENCE s
EXCESS LIAR CLAIMS•AWDE I AGGREGATE I S
IFIE....1 is
WOWCERS COMPENSATION �/ �1'
OTh.
AND EMPLOYER S'L IAINLITY /� R
u17ROPREiOr.IPAr.TSERNEa'En�n'E 10101I2018 1010712019 EL. OEM
nKEP.MMIEEA EXCLUDED' NIA X �
(MSndAbry En NHI ✓ E.L DISEASE•EA£MPLOYE
If yes.(MmdaAspbe unur 1
ESCRIrM\'OF OPERAT IONS W— v
EL DISEASE-POLICY UMT IN$ 1,000,000
f I
OESCRRnON OF OPERATIONS I LOCATNONS 1 VEhICLEB(ACORO 101.Addl16nal RtmarLs Schdu4.m>'Y!K Leached If mun tpsct It ngvirgdl
101MOM PRO.MU CITY OF RANGNO CICAMONGA.
AVER OF SMADCATICH M FAVOR OF CRT Dr RANCHO CUCAMONGA,RS 0FFICER5,0fFICI4L$.EMPLOYEES.DESIOMATED YOLUNIMERS.AND
OEws Fe1NING AS WDEPE NDFM COKIRACTOR51N THE ROLE OF erry OR AGENCY OrmiAt3 mium REOWRED eY nRRTUI CONTRACT.
CERTIFICATE HOLDER CANCELLATION
2032262
CTrY OF RANCHO CUCAMONGA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
ATTN THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
10500 CIVIC CEN R DRIVE RANCHO CUCAMONGA,CA 91730 ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHOgZED REPRESENTATNE
I
(D1988.2016 ACORD CORPORATION, All rights reserved.
ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD
--- -- - -- — --� - - ... -- -- -- -- - J-— - -- i� -----  .;
Page 326
Workers'Compensation and Employers'Liability Policy
Named instrrod Endorsement Number
i
Policy Number
Symbol: RWC Number.
Pop cy Period Effective Date of Endorsement
1aroiaom TO 1olo1P2o19 06/11/2019
Issued By(Name of Insurance Company)
Ace American Insurance Co.
Insert the policy number The remainderof the information is to be completed only when this endorsement Is Issued subsequenl,to the prepaBtion of the paticy.
CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS
ENDORSEMENT
This endorsement applies only to the insurance provided by the policy because Califomia is shown in item 3.A.of
the Information Page.
We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not
enforce our right against the person or organization named in the Schedule,but this waiver applies only with
respect to bodily injury arising out of the operations described in the Schedule,where you are required by a written
contract to obtain this waiver from us.
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in
the work described in the Schedule.
Schedule
1. (X) Specific Waiver
Name of person ororganization:
CITY OF RANCHO CUCAMONGA,ITS OFFICERS,OFFICIALS,EMPLOYEES,DESIGNATED
VOLUNTEERS,AND AGENTS SERVING AS INDEPENDENT CONTRACTORS IN THE ROLF
OF CITY OR AGENCY OFFICIALS
10500 CIVIC CENTER DRIVE
RANCHO CUCAMONGA,CA 91730
( ) Blanket Waiver
Any person or organization for whom the Named Ensured has agreed by written contract to furnish
this waiver.
2. Operations:
RE;01�PROJECT CITY OF RANCHO CUCAMONGA
3. Premium:
The premium charge for this endorsement shall be INCLUDED percent of the California premium developed
on payroll in connection with work performed for the above person(s)or organization(s)arising out of the
operations described.
4. Minimum Premium INCLUDED
Authorized Representative
WC 99 03 22
Page 327
APPENDIX ITEM 3
PERMITS
MINOR IMPROVEMENT(S)
CONSTRUCTION PERMIT APPLICA TION
CITY OF RANCHO CUCAMONGA, ENGINEERING DIVISION
Fax(909) 477-z 7,q/
LOCATION I ADDRESS: MAJOR CROSS STREETS(2)
N10: SIO:
E10: W/O;
ESTIMATED DATES:
If address is same as owners check this box ❑ START: FINISH:
CONTRACTOR CONTRACTOR CITY
LICENSE n: LICENSE":
EXPIRES: EXPIRES:
ADDRESS (Contractor's)
TELEPHONE: CONTACT PERSON:
FAX NO:
Phone No:
CONTRACTOR CONTRACTOR CITY
LICENSE#: LICENSE P:
EXPIRES: EXPIRES:
ADDRESS(Confraclor's) TELEPHONE: CONTACT PERSON;
FAX NO'.
Phone Na:
PROPERTY OWNER OR DEVELOPER NAME TELEPHONE
CELL
HOME/WORK
ADDRESS(Owner's/Developers) E-MAIL;
Drive Approach **2'd drive Approach Applications Require Engineering and Manning Department Approval
Dumpster I Roll Off I Utility Tranch If trenching,how many linear feet?
Curb Core Other
Insurance Requirements on the Sack
Instructions:
A Provide (2) Sets of Plans i Drawings with application (please make note of existing I proposing
improvements and label which direction North is)can be hand drawn on 8 x 10 paper
? Allow a Minimum of(2)Two Full Working Days for Processing
Contractor(s) Must Provide Liability Insurance Certificate Naming the City as Additional Insured (City of
Rancho Cucamonga,Attn:Engineering Dept,10500 Civic Center Dr.,Rancho Cucamonga,Ca 9f730)with
an Additional Insured Endorsement and Workman's Compensation
Print Owner I Developer Rep's Name Owner's SIGNATURE DATE
Print Contractors Pep's Name I Company Contractor's SIGNATURE DATE
Print Contractors Rep's Name I Company Contractor's SIGNATURE DATE
Page 329
PERMIT APPLICATION
FOR TEMPORARY STREET AND LANE CLOSURES
RANCHO
CCAIltl wq;`A Engineering Division Phone. (909)477-2740 FAX (909)477-2741
NOTE: ALLOW 24 HOURS MINIMUM FOR PROCESSING MINOR CLOSURES(LASTING 1 OR 2 DAYS)
ALLOW 7 TO 10 DAYS FOR PROCESSING MAJOR CLOSURES(LASTING 3 DAYS OR MORE)
Engineering Construction ROW Permit No. (Required)
Location:
Proposed Start Date: Completion Date:
Proposed Working Hours: Work Duration:
Description of Work:
Company: Phone: Fax:
Emergency Phone:
Address 1: City:
Address 2: State Zip:
Contact: Contact Phone:
CHECK ALL THAT APPLY:
Street Type: 2-Lane Street Multi Lane Raised Median Island
Closure Requested: Partial Street Closure Full Closure Intersection
Left Turn Lane Right Turn Lane _ Shoulder Adjacent
Daytime Lane Closure Only _ Overnight Lane Closure
Direction: North South East West
Daily Working Hours Requested: Start Time End Time
Is this an emergency repair project? Yes No
Is this a"City"funded Capital Improvement project? Yes No
FOR OFFICIAL USE ONLY:
Construction Area Traffic Contro,Plan Required? Yes No
Advance Notification Signs Required? Yes _ No
Comments/Conditions
a
Received by Date:
Approved by Inspector: Date:
Advance Notification Signs Approved: Date.
Approved by Traffic_ Date:
Rev 4108 Lane Closure Permit App doc
Page 330
&nbsP,
Page 331
CITY OF RANCHO CUCAMONGA
$l
DATE: March 3, 2021
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: William Wittkopf, Public Works Services Director
Jeff Benson, Interim Parks and Landscape Superintendent
Kenneth Fung, Assistant Engineer
SUBJECT: Consideration of a Contract with Conserve Landcare for the "LMD-4R
Terra Vista - Water Conservation / Landscape Renovation FY 20-21
Project" in the Amount of$405,660.00. (CITY)
RECOMMENDATION:
Staff recommends that the City Council approve the plans and specifications, accept the bids
received, award and authorize the execution of a contract in the amount of $405,660.00 for the
"LMD-4R Terra Vista — Water Conservation / Landscape Renovation FY 20-21 Project" to the
lowest responsive bidder which is Conserve Landcare, LLC of Thousand Palms; authorize the
expenditure of a contingency in the amount of $41,340.00 and appropriate $47,000.00 into
account number 1134303-5650 from the Landscape Maintenance District 4R (LMD-4R) fund
balance.
BACKGROUND:
In FY 13-14, the Architerra Design Group was awarded the contract to develop the original
conceptual landscape design and plant pallet to implement future drought tolerant landscape
projects for LMD-2 and LMD-4R. With these details, the City was able to install the first phase of
drought tolerant pilot projects. These projects included the Base Line Road median from Haven
Avenue to Milliken Avenue completed in September 2014, the Terra Vista Parkway median
conversion from Hampton Place to Greenwich Place completed in August 2015, the south side
segment of Base Line Road between Haven Avenue and Spruce Avenue completed June 2017,
and the Civic Center Landscape Renovation completed in August 2017. These projects were the
first to implement the drought tolerant landscape and see what would work for the City and the
community. With the success of these projects, the Public Works team is ready to start with
another series of drought tolerant conversion projects.
in FY 18-19, the Architerra Design Group was awarded a new contract to prepare a phasing plan
that included complete construction drawings and specifications for LMD-2 and LMD-4R to
transform the exiting landscaping to be more drought tolerant. The current project plans and
design include an update to the existing landscaping along the south side of Base Line Road from
Spruce Avenue to Milliken Avenue, except for the Shell Gas Station frontage which is maintained
by the property owner. The existing turf dominate landscaping will be replaced by drought tolerant
options such as low water use plant material, cobblestone, and decomposed granite. Likewise,
the exiting overhead spray-based irrigation system will be updated with a more efficient
Page 332
irrigation system. To ensure the continuity in the neighborhoods' appearance, all the mature and
healthy trees within the project scope will be left untouched.
This project, along with the LMD-2 Victoria—Water Conservation/Landscape Renovation FY 20-
21 Project, will set in motion a multi-year program of turf renovation scheduled for the next couple
of years.
ANALYSIS:
Eleven (11) bids for this project were opened at 2:00 pm on Tuesday, December 15, 2020, with
a summary of the results found in Attachment 1 — Bid Summary. The design group's project
estimate was $395,000. The bids came in slightly higher than anticipated, which is why an
appropriation is being requested. Staff has completed the required background investigation and
finds that the lowest responsive bidder, Conserve Landcare, LLC of Thousand Palms, has met
the requirements of the bid documents. The project is anticipated to be completed within ninety
(90) working days. Staff is also requesting authorization for an additional expenditure of
$41,340.00 as a contingency for any unforeseen discoveries found during construction.
FISCAL IMPACT:
The Fiscal Year 2020-21 adopted budget for this project is$400,000.00 to be funded from account
number 1134303-5650, LMD-4R. An additional $47,000.00 will need to be appropriated from
LMD-4R fund balance to award this project and have a contingency. Once this project has been
completed, the annual irrigation and landscape maintenance costs for the south side of Base Line
Road, within the project limits, will be reduced.
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
This project reflects the City's core values by promoting and enhancing the appearance and high
quality of life along the Base Line Road corridor while preserving the affected neighborhoods'
family-oriented atmosphere.
ATTACHMENTS:
Attachment 1 - Bid Summary
Attachment 2 - Project Contract
Page 2
Page 333
DECEMBER 15,2020 BID OPENING SUMMARY
LMD-4R TERRA VISTA-WATER CONSERVATION/LANDSCAPE RENOVATION FY 20-21 PROJECT
Southern California Hardy Landscape
BASELINE ROAD LANDSCAPING WORK Conserve LandCare Landscape,Inc. cost written Aramexx Group,Inc. Clean Cut Landscape,Inc. Marina Landscape,Inc FS Contactors,Inc. Senhica Construction Mariposa Landscape,Inc. KASA Construciton,Inc. Construction,Inc. Los Angeles Engineering,Inc. Average of
item Description City Unit Unit Price Cost Unit Price Cost in bid Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost Unit Price Cost cost in bid Unit Price Cost Unit Price Cost Unit Price Cost Unit Prices
Proposal proposal
1 Remove Existing Irrigation System 41184 IF) SF $0.10 $4,118.40 $0.10 $4,118.40 $1.00 $41,184.00 $0.15 $6,177.60 $0.20 $8,236.80 $0.20 $8,236.80 $0.15 $6,177.60 $0.275 $11,325.60 $0.25 $10,296.00 $0.15 $6,177.60 $0.50 $20,592.00 $0.28
2 Kill and Remove Existing Turf 17781 IF) SF $0.50 $8,890.50 $1.80 $32,005.80 $1.20 $21,337.20 $1.25 $22,226.25 $0.75 $13,335.75 $1.00 $17,781.00 $1.25 $22,226.25 $0.832 $14,793.79 $1.00 $17,781.DO $1.50 $26,671.50 $1.25 $22,226.25 $1.12
3 Remove Existing Vegetation 23403 IF) SF $0.50 $11,701.50 $0.95 $22,232.85 $2.00 $46,806.00 $0.75 $17,552.25 $1.00 $23,403.00 $0.50 $11,701.50 $0.65 $15,211.95 $1.19 $27,849.57 $0.85 $19,892.55 $1.25 $29,253.75 $0.50 $11,701.50 $0.92
4 Remove Existing Concrete Header 50 IF)I LF $10.00 $500.00 $30.00 $1,500.00 $25.00 $1,250.00 $25.00 $1,250.00 $40.00 $2,000.00 $10.00 $500.00 $5.00 $250.00 $36.30 $1,815.00 $21.00 $1,050.00 $5.00 $250.00 $22.00 $1,100.001 $20.85
Fine Grading Only)D.G.,Concret,
5 Cobble Only 14267 IF) SF $1.001 $14,267.00 $0.15 $2,140.05 $0.50 $7,133.50 $1.75 $24,967.251 $2.001 $28,534.00 $1.001 $14,267.001 $1.00 $14,267.00 $2.195 $31,316.07 $41,588.311 $1.00 $14,267.00 $1.00 $14,267.00 $0.75 $10,700.25 $1.12
6 6"Concrete Headers 1241 IF) LF $22.0D $27,302.00 $12.00 $14,892.00 $17.00 $21,D97.00 $15A0 $18,615.00 $15A0 $18,615.00 $35.00 $43,435.00 $30.00 $37,230.00 $9.86 $12,236.26 $30.00 $37,230.DO $12.00 $14,892.00 $26.00 $32,266.00 $20.35
7 Grouted River Cobble 2222 IF) EA $9.DO $19,998.00 $12.00 $26,664.00 $10.DO $22,220.00 $14.DO $31,108.00 $15.DO $33,330.00 $20.00 $44,440.00 $15.00 $33,330.00 $7.60 $16,887.20 $12.00 $26,664A0 $5.00 $11,110.00 $20.00 $44,440.00 $12.69
8 Landscapte Boulder-24" 25 EA $100.D0 $2,500.00 $250.00 $6,250.00 $15D00 $3,750.00 $20D00 $5,D00.00 $105.90 $2,625.00 $400.00 $10,D00.00 $50.00 $1,250.00 $128.55 $3,213.75 $125.00 $3,125.00 $225.00 $5,625.00 $325.00 $8,125.00 $197.14
9 Landscapte Boulder-36" 31 EA $150.DO $4,650.00 $300.00 $9,300.00 $200.90 $6,200.00 $230.90 $7,750.00 $190.90 $5,890.00 $500.00 $15,500.00 $130.00 $4,650.00 $27433 $8,504.23 $210.00 $6,510.00 $250.00 $7,750.00 $375.00 $11,625.00 $259.03
10 Landscapte Boulder-48" 30 EA $25D.00 $7,500.00 $350.00 $10,500.00 $10,850.00 $250.90 $7,500.00 $300.90 $9,D00.00 $380.90 $11,400.00 $600.00 $18,000.00 $330.00 $10,500.00 $682.05 $20,461.50 $350.00 $10,500.00 $3DO.00 $9,000.00 $800.00 $24,000.00 $419.28
11 Landscapte Boulder-60" 14 EA $350.D0 $4,900.00 $550.00 $7,700.00 $35000 $4,900.00 $35000 $4,900.00 $577.90 $8,078.00 $1,000.00 $14,000.00 $600.00 $8,400.00 $976.03 $13,664.42 $640.00 $8,960.00 $325.00 $4,550.00 $1,025.00 $14,350.00 $613.D0
12 24"Box Tree 103 EA $400.DO $41,290.00 $430.00 $44,290.00 $350.90 $36,050.00 $225.90 $23,175.00 $348.90 $35,944.00 $350.00 $36,050.00 $400.00 $41,200.00 $478.90 $49,326.70 $550.00 $56,151 $300.00 $30,900.00 $620.00 $63,860.00 $404.72
13 36"Box Tree 1 EA $900.D0 $900.00 $940.00 $940.00 $700.00 $700.00 $250.00 $250.00 $680.90 $680.00 $800.00 $800.00 $650.00 $650.00 $903.45 $903.45 $1,250.00 $1,250.0] $800.00 $800.00 $1,600.00 $1,600.00 $861.22
14 lGallon Shrub 5888 EA $15.00 $88,320.00 $8.00 $47,104.00 $6.00 $35,328.00 $10.00 $58,880.00 $7.15 $42,099.20 $12.00 $70,656.00 $15.00 $88,320.00 $12.85 $75,660.80 $9.00 $52,992.00 $15.00 $88,320.00 $30.00 $58,880.0' $10.91
15 3Gallon Shrub 52 EA $25.00 $1,300.00 $35.00 $1,820.00 $15.00 $780.00 $12.00 $624.00 $20.00 $1,040.00 $20.00 $1,040.00 $25.00 $1,300.00 $19.71 $1,024.92 $30.00 $1,560.0) $18.00 $936.DO $17.00 $884.00 $21.52
16 5Gallon Shrub 732 EA $25.00 $18,300.00 $22.00 $16,104.00 $20.00 $14,640.00 $32.00 $23,424.00 $14.25 $10,431.00 $25.00 $18,300.00 $30.00 $21,960.00 $20.21 $14,793.72 $17.00 $12,444.0) $25.00 $18,300.DO $22.00 $16,104.00 $22.95
17 3"Bark Mulch 24900 IF) SF $0.50 $12,450.00 $0.60 $14,940.00 $0.50 $12,450.00 $0.35 $8,715.00. $1.30 $32,370.00 $0.70 $17,430.00 $0.55 $13,695.00 $0.77 $19,173.00 $0.60 $14,940.0) $0.80 $19,920.DO $1.00 $24,900.00 $0.70
18 3"Stabilized Decomposed Granite 12045 IF) SF $2.50 $30,112.50 $1.45 $17,465.25 $3.50 $42,157.50 $1.65 $19,874.25 $1.65 $19,874.25 $2.00 $24,090.00 $2.20 $26,499.00 $1.99 $23,969.55 $2.75 $33,123.75 $2.25 $27,101.25 $1.50 $19,067.50 $2.13
19 Retrofit Automatic Irrigation System 26940 IF) SF $2.50 $67,350.00 $1.80 $48,492.00 $2.00 $53,980.00 $2.41 $64,925.40 $3.25 $87,555.00 $2.50 $67,350.00 $4.70 $126,618.00 $3.47 $93,481.80 $3.50 $91 $7.95 $214,173.00 $4.00 $107,760.00 $3.46
20 Irrigation Smart Controller 3 EA $5,000.00 $15,000.00 $9,400.00 $28,2DO.00 $10,OOD.00 $30,000.00 $12,123.00 $36,369.00 $12,650.00 $37,950.00 $10,000.00 $30,000.00 $7,000.00 $21,000.00 $10,513.43 $31,540.29 $14,000.00 $42,000.DO $6,000.00 $18,000.00 $12,000.00 $36,000.00 $9,880.58
21 1"Remote Control Valve in Valve Box 2 EA $500.DOI $1,000.00 $1,200.10DI $2,400.00 $50D.001 $1,D00.00 $1,750.001 $3,500.001 $405.00 $810.00 $400.00 $900.001 $350.001 $700.00 $195.651 $391.30 $450.001 $900.00 $00.001 $800.00 $300.00 $600.00 $586.42
22 2"Remote Control Valve in Valve Box 11 EA $700.00 $7,700.00 $1,400.00 $15,4DO.00 $600.00 $6,600.00 $2,000.00 $22,D00.00 $716.00 $7,976.00 $500.00 $5,500.00 $450.00 $4,950.00 $532.96 $5,862.561 $550.00 $6,050.00 $5D0.00 $5,500.00 $450.00 $4,950.00 $763.54
23 90 Day Maintenance Period 26940 IF) SF $0.10 $2,694.00 $0.20 $5,398.00 $0.20 $5,388.00 $0.50 $13,470.00 $0.20 $5,388.00 $0.30 $8,082.00 $0.15 $4,041.00 $0.205 $5,522.70 $0.25 $6,735.00 $0.40 $10,776.00 $0.25 $6,735.00 $0.25
24 SWPPP 1 LS $500.00 $500.00 $1,800.00 $1,8DO.00 $3,000.00 $3,000.00 $1,500.00 $1,500.00 $5,000.00 $5,000.00 $3,000.00 $3,000.00 $1,500.00 $1,500.00 $6,939.40 $6,939.40 $10,000.00 $10,000A0 $6,000.00 $6,000.00 $5,000.00 $5,D00.00 $4,021.76
25 Mobilization 1 IS $2,000.D0 $2,000.00 $11,400.00 $11,400.00 $8,000.00 $8,D00.00 $25,000.00 $25,D00.00 $47,00ODO $47,000.00 $20,000.00 $20,D00.00 $10,500.00 $10,500.00 $17,036.30 $17,036.30 $33,500.00 $33,500A0 $5,000.00 $5,000.00 $300,000.00 $100,000.00 $25,403.30
26 Traffic Control 1 LS $10,000.D0 $10,000.00 $12,000.00 $12,000.00 $12,000.90 $12,000.00 $12,000.90 $12,000.00 $15,000.90 $15,D00.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $13,130.73 $13,150.73 $10,000.00 $10,000A0 $9,300.00 $8,500.00 $10,000.00 $10,000.00 $30,240.98
Phato/Video Record of Project Site
Before Start of Work per Demolition
27 Note 3 of Project Plans 1 LS $500.00 $500.001 1 $800.00 $800.001 1 $100.001 $100.001 $1,500.001 $1,500.001 $1,000.001 $1,D00.00 $2,000.001 $2,000.00 $500.001 $500.00 $551.03 $551.03 $500.00 $500.00 $1,000.00 $1,000.00 $500.00 $500.00 $813.73
TOTAL= $405,653.90 $405,946.35 $406,646.35 $445,451.20 $463,753.00 $505,365.00 $507,959.30 $521,925.80 $521,395.64 $531,667.98 $533,210.30 $585,573.10 $656,966.50
IF)means that bid quantities are"Final".Aka contractor cannot later say that the actual installed quantity is higher or lower than that listed on the bid proposal.
Page 334
ATTACHMENT
CITY OF RANCHO CUCAMONGA
PUBLIC WORKS SERVICES DEPARTMENT
CONTRACT
LMD-4R TERRA VISTA -
WATER CONSERVATION /
LANDSCAPE RENOVATION
FY 20-21 PROJEC T
AWARD DATE:
Wednesday,March 3,2021
ATTACHMENT 2
Page 335
CITY OF RANCHO CUCAMONGA PUBLIC WORKS
SERVICES DEPARTMENT
i
RANCHO
NOTICE INVITING BIDS FOR PROPOSAL,
CUCAMONGA
CONTRACT AND SPECIFICATIONS
FOR
LMD-4R TERRA VISTA - WATER
CONSERVATION / LANDSCAPE
RENOVATION FY 20/21 PROJECT
PREPARED BY:
CITY OF RANCHO CUCAMONGA
10500 CIVIC CENTER DRIVE
RANCHO gL14MONGA,CALIFOR IA 91730
09)477-2740
WILLIAM KO
PUBLIC WORKS SERVICES RECTOR
Page 336
TABLE OF CONTENTS
NoticeInviting Bids . .......................................................... ..................... ........____...N-1 thru 4
Instructions to Bidders ............ ........ .............................. k-I thru 7
A Proposals
B. Delivery of Proposals
C. Withdrawal of Proposals
0, Disqualification of Bidders and Proposals
E_ Signature of Contraclor
F Bid Bond
G. Addendum
H. Examination of Plans, Specifications, and Site ❑t Work
1, Estimated Quantities
J. Competency of bidder
K. Award and Execution of Conlract
L. Return of Proposal Guarantee
M. City Business License
N. Equivalent Materials
0. Pre-Bid Meeting
Bid Documents to Submlt for Proposals
Proposal ............................................................................................ .............................P-1 thru 13
Schedule of Unit Cost and Lump Sum Amounts
Bidder Agreement
Bidder Information
Subcontractors
Declaration of Eligibility to Contract
Certificate of NonDiscrimination by Contractors
NonCollusion Alfidavil
Bid Bonds
Contract Agreement .................................... ........ .........................................C-1 thru 6
Faithful Performance Bond,...... ....................................... .................____..............13�1
Labor and Materials Bond ..............................................................................................B-2 thru 3
Compensation lnsurance Certificate..,__.,.....................___............................................_INS-1
Maintenance Guarantee Bond................. .......................................................... ......_MB.I
Page 337
Table of Contents
SPECIAL PROVISIONS
SPECIFICATIONS - Governed by "Green Book" Standard Specifications
AMENDMENTS to "Green Book" Stan4Iard Specifications
PART I - GENERAL PROVISIONS
Section I -Terms, Definitions, Abbreviations, Units of Measure and Symbol............................GP-I
Section 2 -Scope and Control of the Work....,,.,,.,__........................ GP-2 Ihru 4
Section 3-Changes in Work............1.1...'. ......... ................_............__..................GP_5
Section 4 - Control of Materials ...... ......................GP-6 thru 7
Section 5- Utilities .......................... ............ ................GP-8
Seclion 6- Prosecution,Progress and Acceptance of the Work....................................GIP-9 thru 10
Section 7 - Responsibilities of the Contractor,,................................____.......GP-1 1 thru 20
Section 8- Facilities lor Agency Personnel.......................................................... ............GP-21
Section 9- Measurement and Payment..... ......................... ....................__GP.22
PART 2-CONSTRUCTION MATERIALS
Section 200-Rock Materials
200-I Rock Products.............. .......... .......... ..................._-__.... .............................. MA.1
200-2 Untreated Base Materials................................. ...................... ............- MAA thru 2
Section 201-Concrete, Morfar and Related Materials
201-1 Poriland Cement Concrete ........... . ......................................................._MA-3
PART 3-CONSTRUCTION METHODS
Section 300-Removals and Earthwork
300-1 Removals ........................... ............................___.......................ME-1
300-2 Unclassified Excavation.,..................................................................... ME-1
300-4 Unclassified Fill---_.-.............I--1.1 1.1...1.1-I......................................... ME-1
Section 301 -Subgrade Preparation, Treater!Materials, and Placement of Base Materials
301.1 Subgrade Preparation.......................................... .................................... ME-2
Section 303-0DncjVf0 and Masonry Construction
303-1 Concrete Structures.......... ........ ................____.....................__ ME-3
303-5 Concrete Headers, Curbs, Walks, Gutters, Cross Gutters, Alley Intersections, Access
Rampsand Driveways.._._ ............................................................................. ME-4
Section 306-Open Trench Conduit Construction
306-3 Trench Excavation.................................................................................................ME-5
3C6-6 Bedding............................................................................................. .........ME-5 thru 6
PART 8-LANDSCAPING AND IRRIGATION
Section 800-Materials
800.1 Landscaping Materials.. ................................................. ....................... LA .1 thru 4
800-2 Irrigation System Materials ......................... ................................................ LA .4 thru 6
800-3 Electrical Materials......•.................................................................... __- LA 6 thru 7
Page 338
Table ufContents
Swmliow 801 ' Installation
801'1 Gemenu — .... .................................................................................-----.........tA '&
801'2 Ea nhvmxh and Topsoil Placement. ........ .................................................. LA-8thru8
801'3 Header|nmNu|atio»................................................... .................. ---^~ ........ LA-9
801'4 -------- ..................... --. UA'98/mm12
801'5 Irrigation System Installation............................. --- ...........,. ............LA '12Nhru16
801'6 Maintenance and Plant Entat)fishmenl-- ... ---...................... ....... LA -1S0xn/ 17
801'9 @uansntee--...................................... ........ ------'—..—............. ......... LA47
801'10 Charts, Wnuals and Drawings.......................... ^^.--- ........---........-----LA ^17
80141 ..............— ......... ---...........................LA '18thro19
Table of Contents
APPENDICES
1. City Working Days Calendar
2. Sample of Previously Approved Certificates of Insurance
3. City Permits
a. Application for Construction Permit
b. Temporary Street and Lane Closure Permit
Note: City Permits may be obtained on-line via the City's website, www.cityofrc.us or in person at
City Hall (10500 Civic Center drive, Rancho Cucamonga, CA 91730).
Page 340
NOTICE INVITING SEALED BIDS FOR
PROPOSALSFOR
LMD-4R TERRA VISTA-WATER
CONSERVATION/LANDSCAPE RENOVATION
FY 20/21 PROJECT
NOTICE IS HEREBY GIVEN that the City of Rancho Cucamonga will receive at the Office of the City Clerk in
the offices of the City of Rancho Cucamonga, on or before the hour of 2:00 p.m. on Tuesday, Decemberl5,
2020, sealed bids or proposals for the "LMD-4R TERRA VISTA - WATER CONSERVATION/LANDSCAPE
RENOVATION FY 20/21 PROJECT" in said City.The scope of work to be performed consists of, but not limited
to, removal and replacement of existing trees, landscaping, hardscape. irrigation systems, etc. The contract
documents call for 90 working days to complete this construction. Engineer's Estimate is$550,000.
A mandatory pre-bid meeting and site tour will be held on Tuesday, November 17, 2020, beginning at
10:00 am. The pre-bid meeting location is at South East corner of Kenyon Way and Lark Drive in the City
of Rancho Cucamonga, CA 91730. Refer to item "0. Pre-Bid Meeting" of the "instructions to Bidders"
section of the bid documents for the appropriate directions. Attendees are required to sign in at the Pre-
Bid meeting. Bids from companies that did not have a representative sign in at the Pre-Bid Meeting will
be rejected.
Bids will be publicly opened and read in the City Council Chambers, 10500 Civic Center Drive, Rancho
Cucamonga,California 91730.
Bids must be made on a form provided for the purpose,addressed to the City of Rancho Cucamonga,California,
marked, "Sealed Bid for Construction of LMD-4R TERRA VISTA-WATER CONSERVATION/LANDSCAPE
RENOVATION FY 20/21 PROJECT."
PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code,
Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general
prevailing rate of per diem wages for work of a similar character in the locality in which the public work is
performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In
that regard,the Director of the Department of Industrial Relations of the State of California is required to and has
determined such general prevailing rates of per diem wages. As such, a copy of prevailing wage rates may be
found at https://www.dir.ca.gov/Publie-Works/Prevailin.q-Wa.ge.html. The Contracting Agency also shall cause
a copy of such determinations to be posted at the job site.
No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with
the Department of Industrial Relations pursuant to Labor Code section 1725.5 (with limited exceptions from this
requirement for bid purposes only under Labor Code section 1771.1(a)).
No contractor or subcontractor may be awarded a contract for public work on a public works project unless
registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
For all projects, the contractors and subcontractors must furnish electronic certified payroll records to the Labor
Commissioner.
Pursuant to provisions of Labor Code Section 1775, the Contractor shall forfeit,as penalty to the City of Rancho
Cucamonga, not more than two hundred dollars ($200.00) for each laborer, workman, or mechanic employed
N-1
Page 341
for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general
prevailing rate of wages herein before stipulated for any work done under the attached contract, by him or by
any subcontractor under him, in violation of the provisions of said Labor Code.
Attention is directed to the provisions in Sections 1777.5 and 1777.6 of the Labor Code concerning the
employment of apprentices by the Contractor or any subcontractor under him.
Section 1777.5, as amended, requires the Contractor or subcontractor employing tradesmen in any
apprenticable occupation to apply to the joint apprenticeship committee nearest the site of the public works
project and which administers the apprenticeship program in that trade for a certificate of approval. The
certificate will also fix the ratio of apprentices to journeymen that will be used in the performance of the contract.
The ratio of apprentices to journeymen in such cases shall not be less than one to five except:
A. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded
an average of 15 percent in the 90 days prior to the request of certificate, or
B. When the number of apprentices in training in the area exceeds a ratio of one to five, or
C. When the trade can show that it is replacing at least 1/30 of its membership through
apprenticeship training on an annual basis statewide or locally,or
D. When the Contractor provides evidence that he employs registered apprentices on all of his
contracts on an annual average of not less than one apprentice to eight journeymen,
The Contractor is required to make contributions to funds established for the administration of apprenticeship
programs if he employs registered apprentices or journeymen in any apprenticable trade on such contracts and
if other Contractors on the public works site are making such contributions.
The Contractor and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6
in the employment of apprentices.
Information relative to apprenticeship standards,wage schedules,and other requirements may be obtained from
the Director of Industrial Relations, the Administrator of Apprenticeship, San Francisco, California, or from the
Division of Apprenticeship Standards and its branch offices.
Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this
contract and the Contractor and any subcontractor under him shall comply with and be governed by the laws of
the State of California having to do with working hours as set forth in Division 2, Part 7, Chapter 1, Article 3 of
the Labor Code of the State of California as amended.
The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho Cucamonga,twenty-five dollars
($25.00)for each worker employed in the execution of the contract by the respective contractor or subcontractor
for each calendar day during which the worker is required or permitted to work more than 8 hours in any one
calendar day and 40 hours in any one calendar week in violation of the provisions of this article.
Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by
this contract as such travel and subsistence payments are defined in the applicable collective bargaining
agreement filed in accordance with Labor Code Section 1773.1.
The bidder must submit with his proposal, cash, cashier's check, certified check, or bidder's bond, payable to
the City of Rancho Cucamonga for an amount equal to at least 10% of the amount of said bid as a guarantee
that the bidder will enter into the proposed contract if the same is awarded to him,and in event of failure to enter
into such contract said cash, cashiers' check, certified check, or bond shall become the property of the City of
Rancho Cucamonga.
N-2
Page 342
If the City of Rancho Cucamonga awards the contract to the next lowest bidder,the amount of the lowest bidder's
security shall be applied by the City of Rancho Cucamonga to the difference between the low bid and the second
lowest bid, and the surplus, if any shall be returned to the lowest bidder.
The amount of the bond to be given to secure a faithful performance of the contract for said work shall be 100%
of the contract price thereof, and an additional bond in an amount equal to 100%of the contract price for said
work shall be given to secure the payment of claims for any materials or supplies furnished for the performance
of the work contracted to be done by the Contractor, or any work or labor of any kind done thereon, and the
Contractor will also be required to furnish a certificate that he carries compensation insurance covering his
employees upon work to be done under contract which may be entered into between him and the said City of
Rancho Cucamonga for the construction of said work.
Contractor shall possess any and all contractor licenses, in form and class as required by any and all applicable
laws with respect to any and all of the work to be performed under this contract; including, but not limited to, a
Class "C-27" License (Landscaping Contractor) in accordance with the provisions of the Contractor's License
Law (California Business and Professions Code, Section 7000 et. seq.) and rules and regulation adopted
pursuant thereto.
The Contractor,pursuant to the"California Business and Professions Code," Section 7028.15, shall indicate his
or her State License Number on the bid, together with the expiration date, and be signed by the Contractor
declaring, under penalty of perjury,that the information being provided is true and correct.
The work is to be done in accordance with the profiles, plans, and specifications of the City of Rancho
Cucamonga on file in the Office of the City Clerk at 10500 Civic Center Drive, Rancho Cucamonga, California.
In an effort to go green and paperless,digital copies of the plans,specifications,and bid proposal, including any
future addenda or revisions to the bid documents, are available by going to www.ciplist.com and signing up, by
going to Member Login or Member Signup(it's free),then choose California,then scroll down to San Bernardino
County and click on Browse Cities,then scroll down to Rancho Cucamonga and click on City Projects,then click
on the Project of interest under the Title and follow directions for download. Note, copies of the plans,
specifications, bid proposal, addendums and revisions will not be provided, digital copies must be downloaded
from the above website then printed. Prospective bidders must register for an account on www.ciplist_com to be
included on the prospective bidder's list(s)and to receive email updates of any addenda or revisions to the bid
documents. Be advised that the information contained on this site may change over time and without notice to
prospective bidders or registered users. While effort is made to keep information current and accurate and to
notify registered prospective bidders of any changes to the bid documents, it is the responsibility of each
prospective bidder to register with www.ciplist.com and to check this website on a DAILY basis through the close
of bids for any applicable addenda or updates.
No proposal will be considered from a Contractor to whom a proposal form has not been issued by the
City of Rancho Cucamonga to registered prospective bidders from www.ciplist.com.
The successful bidder will be required to enter into a contract satisfactory to the City of Rancho Cucamonga.
In accordance with the requirements of Section 9-3.2 of the General Provisions, as set forth in the Plans and
Specifications regarding the work contracted to be done by the Contractor, the Contractor may, upon the
Contractor's request and at the Contractor's sole cost and expense, substitute authorized securities in lieu of
monies withheld (performance retention).
The City of Rancho Cucamonga, reserves the right to reject any or all bids.
N-3
Page 343
All questions regarding this Notice Inviting Sealed Bids for "LMD-4R TERRA VISTA - WATER
CONSERVATION / LANDSCAPE RENOVATION FY 20/21 PROJECT" must be in writing (e-mail is
preferred) and received by the City no later than 5:00 pm on Tuesday, November 24, 2020. The City is
not responsible for guestions/e-mails undeliverable. Ouestions/e-mails shall be directed to:
Dean Rodia and Kenneth Fung
Parks and Landscape Superintendent Assistant Engineer
8794 Lion Street 8794 Lion Street
Rancho Cucamonga, CA 91730 Rancho Cucamonga, CA 91730
(909) 477-2740, ext.4137 (909)477-2740, ext.4139
E-mail address: dean.rodia@cityofrc.us e-mail address: kenneth.funp@cityofrc.us
All questions regarding this project
ADVERTISE ON: Tuesday, November 3, 2020 and Tuesday, November 10,2020
N-4
Page 344
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals under these specifications shall be submitted on the blank forms furnished herewith, When
presented, all forms must be completely made out in the manner and form indicated and must also
meet the following requirements:
1. The bidder shall set forth for each item of work, in clearly legible figures, an item price and a
total for the item in the respective spaces provided for this purpose. In the case of unit basis
items, the amount set forth under the "Total" column shall be the product of the unit price
multiplied by the estimated quantity for the item.
In case of discrepancy between the unit price and the total set forth for the item,the unit price
shall prevail, except however, that if the amount set forth as a unit price is ambiguous,
unintelligible or uncertain for any cause, or if it is omitted, or in the case of unit basis items, is
the same amount as the entry in the"Total"columns, or in the case of lump sum items, is not
the same amount as the entry in the "Total" column, then the amount set forth in the "Total"
column for the item shall prevail in accordance with the following:
(1) As to lump sum items,the amount set forth in the"Total"column shall be the unit price.
(2) As to unit basis items, the amount set forth in the "Total" column shall be divided by
the estimated quantity for the item and the price thus obtained shall be the unit price.
The bidder shall also set forth in both words and clearly legible figures the"Total Bid Amount"
in the spaces provided at the bottom of the Bid Schedule.
Bidder shall place a"Post It" note(1.5" X 2" minimum size)at the upper right corner of
sheet P-5 of the Bid Proposal to help the representative from the City Clerk's office find
the Total Bid Amount.
2. The proposal must be properly signed by the bidder, whose address, telephone number, and
California Contractor's license number must be shown.
3. The Contractor shall perform with his own organization and with workmen under his immediate
supervision, work of a value not less than 50%of the total value of all work embraced in the
contract. Where an entire item is subcontracted,the value of work subcontracted will be based
on the Contract Unit Price. When a portion of an item is subcontracted, the value of work
subcontracted will be based on the estimated percentage of the Contract Unit Price. This will
be determined from information submitted by the Contractor, and subject to approval by the
Engineer.
With the proposal,the Contractor shall list(a)the name,address,and the California Contractor
License Number of each subcontractor who will perform work included in the contract, and (b)
the portion of work which will be done by each subcontractor. All subcontractors performing
work in excess of 112% of the total value of the contract or, in the case of bids or offers for the
construction of streets or highways, including bridges, in excess of 1/2% of the total value of
the contract or ten thousand dollars ($10,000.00) whichever is greater, shall be listed, The
successful bidder shall be prohibited from performing work on this project with a subcontractor
who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the
Labor Code.
I-1
Page 345
4. Bid must be accompanied by cash, cashier's check, certified check, or surety bond in an
amount not less than(10%)of the total amount of bid. Checks and bond shall be made payable
to the City of Rancho Cucamonga.
5. The correction of any discrepancies in or omission from the drawings, specifications or other
contract documents or any interpretation thereof during the bidding period will be made only
by written addendum. See Item G, Addendum,for further information and instructions.
6. Bids shall not contain any recapitulation,inserted by the Bidder,of work to be done. Alternative
proposals will not be considered unless specifically requested. No oral or telephone
modifications will be considered.
7. ........... Each bid shall be valid for no less than 00 days after the opening of the proposals.
8. No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all
amounts bid will be deemed and held to include any such taxes which may be applicable.
B. DELIVERY OF PROPOSAL
Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR
LMD-4R TERRA VISTA - WATER CONSERVATION / LANDSCAPE RENOVATION FY 20/21
PROJECT IN THE CITY OF RANCHO CUCAMONGA." Proposals may be mailed or delivered by
messenger. However, it is the bidder's responsibility alone to ensure delivery of the proposal to the
City Clerk prior to the bid opening hour stipulated in the Notice Inviting Bids. Late proposals will not
be considered.
C. WITHDRAWAL OF PROPOSALS
A proposal may be withdrawn by a written request signed by the bidder. Such request must be
delivered to the City Clerk prior to the bid opening hour stipulated in the Notice Inviting Bids. Proposals
may not be withdrawn after said hour without forfeiture of the proposal guarantee. The withdrawal of
the proposal will not prejudice the right of the bidder to submit a new proposal, providing there is time
to do so.
D. DISQUALIFICATION OF BIDDERS AND PROPOSALS
The bidder's attention is directed to the"California Business and Professions Code,"Section 7028.15,
which requires the Contractor to indicate his or her State License Number on the bid, together with
the expiration date, and be signed by the Contractor declaring, under penalty of perjury, that the
information being provided is true and correct.
"Any bid not containing this information, or a bid containing information which is subsequently proven
false,shall be considered non-responsive and shall be rejected by the public agency,'
More than one proposal for the same work from any individual, firm partnership, corporation, or
association under the same or different names will not be accepted; and reasonable grounds for
believing that any bidder is interested in more than one proposal for the work will be cause for rejecting
all proposals in which such bidder is interested.
Proposals in which the prices are obviously unbalanced,and those which are incomplete or show any
alteration of form or contain any additions or conditional or alternate bids that are not called for or
1-2
Page 346
otherwise permitted, may be rejected. A proposal on which the signature of the bidder has been
omitted will be rejected.
E. SIGNATURE OF CONTRACTOR
Cor oration
The signature must contain the name of the corporation, must be signed by the President and
Secretary or Assistant Secretary,and the corporate seal must be affixed. Other persons may sign for
the corporation in lieu of the above if a Certified copy of a resolution of the corporate board of directors
so authorizing them to do so, is on file in the City Clerk's office.
Partnership
The names of all persons comprising the partnership or copartnership must be stated. The bid must
be signed by all partners comprising the partnership unless proof in the form of a certified copy of a
certificate of partnership acknowledging the signer to be a general partner authorized to sign the
contract on behalf of the partnership is presented to the City Clerk, in which case the general partner
may sign.
Joint Venture
Bids submitted as a joint venture must so state and be signed by each joint venture.
Individual
Bids submitted by an individual must be signed by the bidder,unless a general power of attorney, not
more than 60 days old, is on file in the City Clerk's office, in which case the attorney in fact may sign
for the individual.
The above rules also apply in the case of the use of a fictitious business name. In addition, where a
fictitious name is used, it must be so indicated in the signature.
F. BID BOND
Bid must be accompanied by cash,cashier's check, certified check, or surety bond in an amount not
less than 10% of the total amount of bid. Checks and bond shall be made payable to the City of
Rancho Cucamonga.
G. ADDENDUM
The correction of any discrepancies in or omission from the drawings, specifications or other contract
documents or any interpretation thereof during the bidding period will be made only by written
addendum. A copy of each such addendum will be posted on the internet,and it shall be the bidder's
responsibility to download and print each and every posted addendum and a signed copy of the
addendum shall be returned to the City prior to bid opening or attached to the bid documents.
Failure to do so may result in bid rejection. Said addendum shall be made part of the contract.
Any other interpretation or explanation of such documents will not be considered binding. The
addendum can be found by going to www.ciplist.com, Member Login, then choose California, then
scroll down to San Bernardino County and click on Browse Cities, then scroll down to Rancho
1-3
Page 347
Cucamonga and click on City Projects, then click on the project of interest under the title and follow
directions for download,
H. EXAMINATION OF PLANS, SPECIFICATIONS,AND SITE OF WORK
The plans and specifications to which the proposal forms refer are on file and open to inspection in
the office of the City Engineer.
Bidders must satisfy themselves by personal examination of the work site, plans, specifications, and
other contract documents, and by any other means as they may believe necessary, as to the actual
physical conditions, requirements and difficulties under which the work must be performed. No bidder
shall at any time after submission of a proposal make any claim or assertion that there was any
misunderstanding or lack of information regarding the nature of amount of work necessary for the
satisfactory completion of the job. Any errors, omissions, or discrepancies found in the plans,
specifications, or other contract documents shall be called to the attention of the Resident Engineer
and clarified prior to the submission of proposals.
I. ESTIMATED QUANTITIES
The quantities given in the proposal and contract form are approximate, being given as a basis for the
comparison of bids only, and the City does not, expressly or by implication, agree that the actual
amount of work will correspond therewith, but reserves the right to increase or decrease the amount
of any class or portion of the work, or to omit any portion of the work,as may be deemed advisable or
necessary by the Engineer.
However, when the quantity shown in the Proposal has the designation (F) following the Bid Item in
the Schedule of Unit Cost and Lump Sum amounts, that designation indicates the final pay quantity
and/or costs and shall be the final quantity used for which payment will be made, unless the
dimensions of the portion of the work shown on the plans are revised by the Engineer, or unless the
portion of the work is eliminated. If the dimensions of the specific portion of the work are revised, and
the revisions result in an increase or decrease in the estimated quantity of the portion of the work,the
final quantity for payment will be revised in the amount represented by the changes in the dimensions.
If the specific portion of the work is eliminated, then the final pay quantity designated for the specific
portion of the work will be eliminated.
The estimated quantity of each specific portion of the work designated on the plans as a final pay
quantity shall be considered as approximate only and no guarantee is made that the quantities which
can be determined by computations, based on the details and dimensions shown on the plans, will
equal the estimated quantities. No allowance will be made in the event that the quantities based on
computations do not equal the estimated quantities.
When portions of an item have been designated on the plan as final pay quantities, portions not so
designated will be measured and paid for in accordance with the applicable provisions of these
specifications and the special provisions.
In case of a discrepancy between the quantities shown on the plan as final pay quantities and the
quantity of the same item shown in the Engineer's Estimate, payment will be based on the final pay
quantities shown on the plans.
1.4
Page 348
J. COMPETENCY OF BIDDER
The bidder shall be licensed under the provisions of Chapter 9, Division 3, of the Business and
Professions Code of the State of California to do the type of work contemplated in the contract and
shall be skilled and regularly engaged in the general class or type of work called for under this contract.
To assist in the determination of competency, the Contractor shall complete the attached "Bidder
Information"form.
K. AWARD AND EXECUTION OF CONTRACT
Acceptance or Resection
The City of Rancho Cucamonga, reserves the right to reject any or all bids.
Award of Contract
The lowest responsive bidder will be calculated per Section 20103.8 (a) of the Public Contract Code
as the lowest bid price on the base contract without consideration of additive (or deductive) items.
The award of a contract, if it be awarded, will be to the above lowest responsive bidder.
No proposal will be considered from a Contractor to whom a proposal form has not been issued
by the City of Rancho Cucamonga to registered prospective bidders from www.ciplist.com.
The award, if made, will be made as expeditiously as possible after the opening of the proposals and
in recognition of Section A.7. above. In no case will an award be made until all necessary
investigations are made into the responsibility of the bidder to whom it is proposed to award the
contract.
Contractor shall possess any and all contractor licenses, in form and class as required by any and all
applicable laws with respect to any and all of the work to be performed under this contract; including,
but not limited to, a Class"C-27" License(Landscaping Contractor) in accordance with the provisions
of the Contractor's License Law (California Business and Professions Code, Section 7000, et. seq.)
and rules and regulations adopted pursuant thereto at the time this contract is awarded.
Bonds
The Contractor shall furnish a good and sufficient surety bond issued by a surety company authorized
to do business in the State of California in the sum equal to 100%of the total bid, conditioned for the
Faithful Performance by the Contractor of all covenants,stipulations any agreements contained in said
contract; an addition, the Contractor shall furnish a Labor and Materials Bond and a sum equal to
100%of the contract price, as required by the provisions of Section 9554 of the California Civil Code.
Workers' Compensation
Before commencing any work under the contract, the successful bidder must file with the Engineer a
certificate by an insurance carrier authorized under the laws of the State to insure employers against
liability for compensation under the "Worker's Compensation Insurance and Safety Act,' stating that
such bidder has taken out for the term for which the contract is to run, compensation insurance
covering his full liability work or labor necessary to carry out the provisions of this contract, and an
1-5
Page 349
agreement to immediately notify said Engineer if said policy should lapse or be canceled. In the event
that such policy should become inoperative at any time before the completion of the work, all work
shall cease immediately until a new policy is obtained and any time so lost shall not entitle Contractor
to any extension of time.
Execution of Contract
The Contract shall be signed by the successful bidder and returned together with the other required
documents, within fifteen (15) days after the bidder has received notice that the contract has been
awarded, unless extended by said City Council in writing. No proposal shall be considered binding
upon the City until the execution of the contract.
Failure to execute a contract and file acceptable documents as provided herein within fifteen (15)days
from receipt of notice of award shall be just cause for the annulment of the award. In the event of
failure to enter into such contract, the lowest bidder's security (cash, cashier's check, certified check,
or bond) shall become the property of the City of Rancho Cucamonga.
If the City of Rancho Cucamonga awards the contract to the next lowest bidder, the amount of the
lowest bidder's security shall be applied by the City of Rancho Cucamonga to the difference between
the low bid and the second lowest bid,and the surplus, if any shall be returned to the lowest bidder.
Liquidated Damacles and Working Days
Attention is directed to the provisions of Section 6-9 of the Specifications.
The Contractor shall pay to the City of Rancho Cucamonga the sum of $1,500.00 per day for each
and every calendar day's delay in finishing the work in excess of 90 working days.
L. RETURN OF PROPOSAL GUARANTEE
The cash, check or bond of a bidder to whom the contract has been awarded will be returned to him
after all of the acts,for the performance of which said security is required, have been fully performed.
The cash,checks or bonds of the remaining qualified bidders will be returned when the bidder to whom
the contract has been awarded has properly executed and returned all of the required Contract
Documents. Cash, checks or bid bonds of other bidders will be returned when their proposals are
rejected or in any event at the expiration of 90 days from the date of award of contract.
M. CITY BUSINESS LICENSE
Municipal Ordinances requires the issuance of a City Business License as a condition precedent to
being engaged as a Contractor within the City.
N. EQUIVALENT MATERIALS
Attention is directed to the provisions of Section 4-1.6 of the Standard Specifications for Public Works
Construction.
1.6
Page 350
O. PRE-BID MEETING
A mandatory pre-bid meeting is scheduled on Tuesday, November 17, 2020, beginning at 10:00 am
at the South East Corner(SEC)of Kenyon Way and Lark Drive in the City of Rancho Cucamonga,CA
91730.
Approximate Directions:
Exit the 210 Freeway at Milliken Avenue
Proceed south on Milliken Avenue
The first street south of the 210 Freeway is Kenyon Way
Turn east onto Kenyon Way
Proceed on Kenyon Way for approximately ''/z mile to Lark Drive
Note: Initially, Kenyon Way travels eastward but then curves southward (Lark Drive is at the end of
the southward curve)
Park on either Kenyon Way or Lark Drive (where legal)
Proceed to the south east corner of Kenyon Way and Lark Drive
Complete the"Sign In" sheet
The pre-bid meeting and site inspection will be held on-site
For those interested in bidding the "LMD-4R Terra Vista — Water Conservation / Landscape
Renovation FY 20/21 Project" and want to perform a site inspection of that project site, proceed as
follows:
After the end of this pre-bid meeting, head north then west on Kenyon Way
Turn south at Milliken Avenue
Proceed approximately 1 mile to Base Line Road
Turn west on Base Line Road
The LMD-4R Terra Vista—Water Conservation/Landscape Renovation FY 20/21 Project" is located
on the south side of Base Line Road from Milliken Avenue to Spruce Avenue
Unfortunately, it is not legal to park vehicles on either Base Line Road or Milliken Avenue
Interested parties must park either at Central Park (located on the north side of Base Line Road) or
along Spruce Avenue then walk to the project site.
Attendees are required to sign in on the "Sign In" sheet. Bids from companies that did not
have a representative sign in at the pre-bid meeting will be rejected.
I-7
Page 351
BID DOCUMENTS TO SUBMIT FOR PROPOSAL
Only the following listed documents, identified in the lower right corner as"Bid Forms" shall be
fully executed and submitted with the Bid at the time of opening of Bids.
€ Schedule of Unit Cost and lump Sum Amounts
€ Bidder Agreement
€ Bidder Information
€ Subcontractor
€ Declaration of Eligibility to Contract
Certificate of Non-Discrimination by Contractors
€ Non-Collusion Declaration
€ Bid Bond
Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render
a Bid as non-responsive and subject to rejection.
Conserve LandCare
Bidder
P-1 of 13
LMD-4R TERRA VISTA — WATER
CONSERVATION ! LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 352
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"LMD-411 TERRA VISTA-WATER CONSERVATION 1 LANDSCAPE RENOVATION FY 20/21
PROJECT"
TO THE CITY OF RANCHO CUCAMONGA:
The undersigned bidder declares that he has carefully examined the location of the proposed
work, that he has examined the Plans, Special Provisions and Specifications, and read the
accompanying Instruction to Bidders, and hereby proposes and agrees, if this proposal is
accepted, to furnish all material and do all the work required to complete the said work in
accordance with the Plans,Special Provisions and Specifications,in the time and manner therein
prescribed for the unit cost and lump sum amounts set forth in the schedule on the following
Proposal.
Item Description Reference ally. Unit Unit Price
No. Specification Price
DEMOLITION
1. Remove Existing Irrigation
Systems (300-1) 41 184 F SF $0.10 $4,118.40
2. Kill and Remove Existing (300-1)
Turf 17,781 F SF $0.50 $8,890.50
3. Remove Existing
Vegetation (300-1) 23.403(F) SF $0.50 $11,701.50
4. Remove Existing Concrete (300-1) __ 50fF) LF $10.00 $500.00
Header
EARTHWORK/GRADING
5. Fine Grading Only(D.G., (301) 14,267(F) SF $1.00 $14,267.00
Concrete,Cobble only)
Conserve_ LandCare
Bidder
P-2 of 13
LMD-413 TERRA VISTA — WATER
CONSERVATION 1 LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 353
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"LMD-4R TERRA VISTA-WATER CONSERVATION!LANDSCAPE RENOVATION FY 20121
PROJECT"
Item Reference
No. Description Specification Oty. Price
Unit Unit Price
P
HARDSCAPE
6. 6"Concrete Headers (800,801) 1 241 F LF $22.00 $27,302.00
7. Grouted River Cobbles 2 2__ , 22(F) SF $9.00 $19,998.00
8. Landscape Boulder—24" 25 EA $100.00 $2.,500.00
9. Landscape Boulder—36" 31 EA $150.00 $4,650.00
10. Landscape Boulder—48" 30 EA $250.00 $7,500.00
11. Landscape Boulder—60" 14 EA $350.00 $4,900.00
LANDSCAPE PLANTING
(801)
12. 24"Box Tree 103 EA $400.00 $41,200.00
(8Q1)
13, 36" Box Tree 1 EA $900.00 $900.00
14. 1 Gallon Shrub (801) 5,888 EA $15.00 $88,320.00
15. 3 Gallon Shrub (801) 52 EA $25.00 $1,300.00
16. 5 Gallon Shrub (801) 732 EA $25.00 $18,300.00
Conserve LandCare
bidder
P-3 at 13
LMD•4R TERRA VISTA - WATER
CONSERVATION / LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 354
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
%MD-4113 TERRA VISTA-WATER CONSERVATION!LANDSCAPE RENOVATION FY 2W1
PROJECT"
Item Description tion Reference Unit
No. Specification aty. Unit Price Price
MISCELLANEOUS
17. 3"Mulch Bark (800-1) 24 900 F SF $0.50 $12,450.00
18. Stabilized Decomposed
Granite—3"Thick (200-2) 12.045(F) SF $2.50 $30,112.50
LANDSCAPE IRRIGATION
19, Automatic Irrigation
System-Retro Fit (800 801) 26,940(�-) SF $2.50 $67,350.00
20. Irrigation Smart Controller (800, 801) 3 EA $6,000.00 $15,000.00
21. Remote Control Valve—1"
in Valve Box (800,801) 2 EA $500.00, $1,000.00
22, Remote Control Valve-2"
in Valve Box (800,801) 11 EA $700.00 $7,700.00
LANDSCAPE MAINTENANCE
23, 90 Day Maintenance Period (801-6) 26 940JFI SF $0,14 $2,694.00
Conserve LandCare
Bidder
P•4 of 13
LMDAR TERRA VISTA - WATER
CONSERVATION ! LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
{
Page 355
PROPOSAL
SCHEDULE OF COST AND LUMP SUM AMOUNTS
"LMD-4R TERRA VISTA-WATER CONSERVATION/LANDSCAPE RENOVATION FY 20/21
PROJECT"
Item ff� Reference Unit
No. Description Specification sty. Unit price Price
24. SWPPP (7-8.6) 1 LS $500;00 $500.00
MOBILIZATION
25. Mobilization 1 LS $2,000.00 $2,000.00
26. Traffic Control 1 LS $10,OOQ.00 $10,000.00
27. Photo/Video Record of Project Site Before
Start of Work per General Demolition Dote 3
of Project Plans 1 LS $500.OQ $500.00
TOTAL BID AMOUNT IN NUMBERS: $405,653.90
TOTAL BID AMOUNT IN WORDS: four hundred five thousand six hundred fifty-three
dollars and no cents
Conserve LandCare
Bidder
P-5 of 13
LM0-4R TERRA VISTA - WATER
CONSERVATION 1 LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 356
BIDDER AGREEMENT
The undersigned also agrees as follows:
FIRST: Within 15 calendar days from the receipt of the Notice of Award of Contract,to execute
the contract,and to furnish to the City of Rancho Cucamonga, two (2)satisfactory bonds in the
amounts specified in the Notice Inviting Bids guaranteeing the faithful performance of the work
and payment of bills.
SECOND: To begin work within ten(10)calendar days after the date specified in the Notice to
Proceed and to prosecute said work in such a manner as to complete it within 90 working days
after such specified date.
Accompanying this proposal is cash,a cashier's check,or a certified check of a bidder's bond for
not less than 10% of the total amount of the bid payable to the City which is to be forfeited, as
liquidated damages, if, in the event the contractor does not execute the contract and furnish
satisfactory bonds under the conditions and within the time specified in this proposal, otherwise
said cash,cashiers'check,certified check,or bidders'bond is to be returned to the undersigned.
Within 15 calendar days after award of the contract, the City of Rancho Cucamonga will return
the bidder's bond accompanying such proposal not considered in making the award. All other
bidders'bonds will be held until the expiration of 90 days from the date of the award of contract.
They will then be returned to the respective bidders whose proposals they accompany.
BIDDER:
Conserve LandCare
IMPORTANT NOTICE: If bidder is a corporation,state legal name of corporation and names of
the president, secretary, treasurer, and manager; co-partnership, state true name of firm and
names of all individual copartners composing firm;or an individual,state first and last names in
full.
"I declare under penalty of perjury of the laws of the State of California the representations made
herein are true and correct in accordance with the requirements of California Business and
Professions Code Section 7028.15,"
958748 3/31/2021
California State Contractors License Number Expiration Date
Conserve LandCare
Bidder
P•6 of 13
LMD•4R TERRA VISTA — WATER
CONSERVATION / LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 357
Bidder Agreement(continued)
641- Kevin Rocker, Vice President 1 2/4/2020
Signatur Name/1-ltle Date
Signature Name/Title •-____- Date
Signature Name/Title Date
Signature Name/Title Date
Signature and title of the officer(s)set forth above shall be authorized to sign contracts on behalf
of the corporation,co-partnership or individual. It signature is by an agent, other than an officer
of the corporation or a member of a partnership,a Power of Attorney must be on file with the City
of Rancho Cucamonga prior to or at time of bid opening; otherwise the bid will be subject to
rejection by the City of Rancho Cucamonga.
Conserve LandCare
Bidder
P•7 of ►3
LMD-AIR TERRA VISTA .• WATER
CONSERVATION / LANDSCAPE
RENOVATION FY20.21 PROJECT
Required Bid Proposal Forms
Page 358
BIDDER INFORMATION
The bidder shall furnish the following information. Additional sheets may be attached if necessary.
Name of Firm: Conserve Landcare
Type of Firm: x Corporation Individual Partnership
Business Mailing Address: 72265 Manufacturing Road
Thousand Palms,CA 92276
Place of Business: 72265 Manufacturing Road
Thousand Palms,CA 92276
Telephone No.: 760-343-1433
Contractor's License, State:CA License No.: 958748
Public Works DIR No.: 1000009166
Names and titles of all
members of the firm: Kevin Rocker,Vice President
Randy Mitchell,Vice President
Number of years as a contractor in construction work of this type: 9 Years
Three projects of this type recently completed:
Date Owner's Name &
Contract Amount Type of Project Comgteted Address
8700,000+ Landscape and Irrigation 612019 sW,c—,.a�131ww�hftAA.4.0000 a CA92CI
$500,000+ Landscape and lnigation 412020 wmanes.rye goo nnl�a.m.1m u.mwpuoxsl
$400.000 Landscape and Irrigation 612020 Far 1IMuslFss 2922 Da,mlw S1 Santa Aga,CA 92705
Person who inspected site of the proposed work for your firm:
Name: Inspection
Edward Ernst Date: 121412020
NOTE: If requested by the City, the Bidder shall furnish a notarized financial statement,
references,and other information,sufficiently comprehensive to permit an appraisal of his current
financial condition,
Conserve LandCare
Bidder
P-B of 13
LMD-01 TERRA VISTA — WATER
CONSERVATION ! LANDSCAPE
RENOVATION FY 20-21 PROJECT
Required BId Proposal Forms
Page 359
SUBCONTRACTORS
In compliance with Section 2-3 of the Standard Specifications and the Provisions of the Public
Contract Code Section 4100,the undersigned bidder herewith sets forth the name,location of the
place of business and California Contractors License Number of each subcontractor who will
perform work or labor or render service to the general contractor in or about the construction of
the work or Improvement in an amount in excess of one-half of one percent(1/2%)of the general
contractor's total bid or, in the case of bids or offers for the construction of streets or highways,
including bridges,in excess of one-half of one percent(112%)of the general contractor's total bid
or ten thousand dollars($10,000.00),whichever is greater and the portion of the work which will
be done by each subcontractor as follows:
Subcontractor's Business License DIR Description of Percent (%)
Name Address No No. Work of Total Bid
Canelo Corporation-28052 Camino Capistrano,Ste 210,Laguna Niguel,CA 92677-1041022-1000063753-Concrete-5%
Total%of the work to be performed by Subcontractors listed above: 5 %
Effective July 1,2014,the bidder shall provide the California Contractor License Number of each
subcontractor listed. New Section 4104 contains the following language:
"An inadvertent error in listing the California contractor license number provided pursuant to
paragraph (1) shall not be grounds for filing a bid protest or grounds for considering the bid
nonresponsive if the corrected contractor's license number is submitted to the public entity by the
prime contractor within 24 hours after the bid opening and provided the corrected contractor's
license number corresponds to the submitted name and location for that subcontractor."
Conserve LandCare
Bidder
P-9 of !3
LMD-4R TERRA VISTA — WATER
CONSERVATION ! LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 360
DECLARATION OF ELIGIBILITY TO CONTRACT
(Labor Code Section 1777.1;Public Contract Code Section 6109)
The undersigned contractor,certifies and declares that:
1. The undersigned contractor is aware of Sections 1777.1 and 1777.7 of the California
Labor Code,which prohibit a contractor or subcontractor who has been found by the Labor
Commissioner or the Director of Industrial Relations to be in violation of certain provisions
of the Labor Code,from bidding on,being awarded,or performing work as a subcontractor
on a public works project for specified periods of time.
2. The undersigned contractor is not ineligible to bid on, be awarded or perform work as a
subcontractor on a public works project by virtue of the foregoing provisions of Sections
1777.1 or 1777.7 of the California Labor Code or any other provision of law.
3. The undersigned contractor is aware of California Public Contract Code Section 6109,
which states:
"(a) A public entity, as defined in Section 1100 (of the Public Contract Code), may not
permit a contractor or subcontractor who is ineligible to bid or work on,or be awarded, a public
works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on,be awarded, or
perform work as a subcontractor on, a public works project. Every public works project shall
contain a provision prohibiting a contractor from performing work on a public works project with a
subcontractor who is ineligible to perform work on the public works project pursuant to Section
1777.1 or 1777.7 of the Labor Code.
(b)Any contract on a public works project entered into between a contractor and a debarred
subcontractor is void as a matter of law. A debarred subcontractor may not receive any public
money for performing work as a subcontractor on a public works contract,and any public money
that may have been paid to a debarred subcontractor by a contractor on the project shall be
returned to the awarding body. The contractor shall be responsible for the payment of wages to
workers of a debarred subcontractor who has been allowed to work on the project."
4. The undersigned contractor has investigated the eligibility of each and every subcontractor
the undersigned contractor intends to use on this public works project, and determined
that none of them is ineligible to perform work as a subcontractor on a public works project
by virtue of the foregoing provisions of the Public Contract Code, Sections 1777,1 or
1777.7 of the Labor Code,or any other provision of law.
The undersigned declares under penalty of perjury under the laws of the State of California
that the foregoing is true and correct. Executed this 4th day of 2020 ,
at Thousand Palms (place of execution),California.
.,
Signature
Name: Kevi ooker
Title: Vice resident
Company:conservet.andcars
_ConseryelandCare
Bidder
P•10 of 13
LMD-4R TERRA VISTA — WATER
CONSERVATION / LANDSCAPE
RENOVATION FY 20-21 PROJECT
Required Bid Proposal Forms
Page 361
CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS
As suppliers of goods or services to the City of Rancho Cucamonga,the firm listed below certifies
that it does not discriminate in its employment with regard to age,disability,race,color, religion,
sex,sexual orientation or national origin, that it is in compliance with all federal, state and local
directives and executive orders regarding non-discrimination in employment;and that it agrees to
demonstrate positively and aggressively the principle of equal opportunity in employment.
We agree specifically:
17o establish or observe employment policies which affirmatively promote opportunities for
minority persons at all job levels.
2.To communicate this policy to all persons concerned,including all company employees,outside
recruiting services, especially those serving minority communities, and to the minority
communities at large.
3.To take affirmative steps to hire minority employees within the firm.
FIRM:Conserve LandCare
TITLE OF PERSON SIGNING: Vice President
SIGNATURE:
DATE:12/4/2020
Please include any additional information available regarding equal opportunity employment
programs now in effect within your firm.
Conserve LandCare
Bidder
P.1 t of 13
LMD-414 TERRA VISTA — WATER
CONSERVATION ! LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 362
r
NON-COLLUSION DECLARATION
The undersigned declares:
I am the Vice President of Conserve LandCare ,the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company,association,organization,or corporation. The bid is genuine and not collusive or sham.
The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or
sham bid. The bidder has not directly or indirectly colluded,conspired,connived,or agreed with
any bidder or anyone else to put in a sham bid,or to refrain from bidding. The bidder has not in
any manner, directly or indirectly, sought by agreement, communication, or conference with
anyone to fix the bid price of the bidder or any other bidder,or to fix any overhead,profit,or cost
element of the bid price, or of that of any other bidder. All statements contained in the bid are
true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown
thereof,or the contents thereof,or divulged information or data relative thereto,to any corporation,
partnership, company, association, organization, bid depository, or to any member or agent
thereof,to effectuate a collusive or sham bid,and has not paid,and will not pay, any person or
entity for such purpose.
Any person executing this declaration on behalf of a bidder that is a corporation,partnership,joint
venture, limited liability company, limited liability partnership, or any other entity, hereby
represents that he or she has full power to execute,and does execute this declaration on behalf
of the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct, and that this declaration is executed on 12/4/2020 (date),
at Thousand Palms (city), California (state).Z'
— Z/_/�—-
Signatur
Conserve LandCare
Bidder
P-12 of 13
LMD-48 TERRA VISTA - WATER
CONSERVATION / LANDSCAPE
RENOVATION FY 20.21 PROJECT
Required Bid Proposal Forms
Page 363
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached,and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Riverside
On 12/11/2020 before me, Edward Ernst, Notary Public
(insert name and title of the officer)
personally appeared Kevin Rocker
who proved to me on the basis of satisfactory evidence to be the person whose nameg islafe-
subscribed to the within instrument and acknowledged to me that hef&ho/they executed the same in
hisll}er/their authorized capacity(#,and that by hisl erlt it signature(a)on the instrument the
person or the entity upon behalf of which the person acted,executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Sig natur (Seal)
eMNARQ EL1 C—M EVgEd"
RNST
10co7�"0W7
1884, " "
j2
WN
Page 364
BID BOND
KNOW ALL MEN BY THESE PRESENT:THAT Conserve LandCare LLC
as Principals,and Hartford Fire Insurance Company,as Surety,are held and firmly bound unto
THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO, hereinafter called
the City,in the sum of Ten Percent of Amount Bid 10%
dollars (not less than ten percent of the total amount of the bid),for the payment of which sum
well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors,
and assigns,jointly and severally,firmly by these presents.
WHEREAS,said Principal has submitted a bid to said City to perform all work required under the
Contract Documents entitled:
LMD-4R TERRA VISTA-WATER CONSERVATION/
LANDSCAPE RENOVATION FY 20/21 PROJECT
NOW,THEREFORE,if said Principal is awarded a contract by said City and,within the time and
in the manner required under the headings "Instruction to Bidders" and "Schedule of Unit Cost
and Lump Sum Amounts" bound with said Specifications, enters into a written contract on the
form of agreement bound with said Specifications and furnishes the required bonds, one to
guarantee faithful performance and the other to guarantee payment for labor and materials, then
this obligation shall be null and void,otherwise it shall remain in full force and effect. In the event
suit is brought upon this bond by said City and judgment is recovered, said surety shall pay all
costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the
court,
SIGNED AND SEALED,this 7th day of Decenber 20 20.
Conserve LandCare LLC (Seal) Hartford Fire Insurance Comp"Xal)
Business Name of Bidder rinclpal) Business Name of Surety
By: _._._._ ._. ...BY _. _..
(Signature (Signature)
Title: r - Title: Maria Pena,Attorney-in-Fact
Individual Partnership Corporation
Other,explain
Conserve LandCare LLC _
Bidder
P-13 of 13
LMO-4R TERRA VISTA - WATER
CONSERVATION / LANOSCAPE
RENOVATION FY 20•21 PROJECT
Required Bid Proposal Forms
Page 365
r
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code§ 1189
A notary public or other officer completing this certificate verifies only the identity of the
individual who signed the document to which this certificate is attached, and not the
truthfulness,accuracy or validity of that document.
State of California
I ss
County of Los Angeles )
On ULL i - = before me, Lisa L. Thornton, Notary Public, personally
appeared Maria Pena, who proved to me on the basis of satisfactory evidence to be the
persons whose name44 isfaF subscribed to the within instrument and acknowledged to me
that 4ey sheAhey executed the same in Wher{4v* authorized capacity44, and that by
WherA4*,* signature(-}on the instrument the person4s3, or the entity upon behalf of which
the person(o acted,executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
ignatur
(Sea) LISAI.THORNTON L L hornt otar P lic
Notary Publkt Ca;itorma s
Los Angeles County
� a Cammissio� ju 1l$.t
s�„• My Comm,f Kgires Ju 1023
Page 366
Direct Inqulrtes/Claims to:
* THE HARTFORD
BOND,T-12
POWER OF ATTORNEY HartfOne
o Plaza
d Confne tcut06155
Bond.Claims0thehartford.com
call:886-266-3488 or fax:860.757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: ALLIANT INSURANCE SERVICES INC
A enc Code: 72-256704
0 Hartford Fire Insurance Company,a corporation duly organized under the laws orthe State of Connecticut
0 Hartford Casualty insurance Company,a corporation duly organized under the laws of the State of Indiana
Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut
Hartford Underwriters Insurance Company.a corporation duly organized under the laws of the State of Connecticut
Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois
Hartford Insurance Company of the Midwest•a corporation duly organized under the laws of the State of Indiana
Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida
having their home office in Hartford,Connecticut,(hereinafter collectively referred to as the"Companies")do hereby make,constitute and appoint,
up to the amount of Unlimited :
Jessica Rosser of Dallas TX, E. S. Albrecht Jr., Patricia S. Arana, Tiffany
Coronado, C.K. Nakamura, Maria Pena, Noemi Quiroz, Lisa L. Thornton, Tim M. Tomko,
Natalie K. Trofimoff of LOS ANGELES, California
their true and lawful Attorneys)-in-Fact,each in their separate capacity if more than one is named above,to sign its name as surety(les)only as
delineated above by ®, and to execute, seal and acknowledge any and all bonds.undertakings,contracts and other written instruments in the
nature thereof•on behalf of the Companies in their business of guaranteeing the fidelity of persons•guaranteeing the performance of contracts and
executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof.and as authorized by a Resolution of the Board of Directors of the Companies on May 6,2015 the Companies have
caused these presents to be signed by its Senior Vice President and its corporate seats to be hereto affixed, duly attested by its Assistant
Secretary. Further,pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are
and wir.be bound by any mechanically applied signatures applied to this Power of Attorney.
3�rwr� ¢ :V t117r6.RS : l•0a► � ��s ¢,,�"' '4�L gRq i
w .. '�, .anrr�� ry�i1Al► t=.1 r474 1 ry7i 5
197•
John Gray,Assistant Secretary M.Ross Fisher,Senior Vice President
STATE OF CON NECTICUT
�ti• Hartford
COUNTY OF HARTFORD
On this 5th day of January,2018,before me personally came M.Ross Fisher,to me known,who being by me duly sworn,did depose and
say: that he resides in the County of Hartford, State of Connecticut;that he is the Senior Vice President of the Companies, the corporations
described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said
instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his
name thereto by like authority
0 rW¢c.itvl�ee.�n'r Maynard
Notary Public
CERTIFICATE My Commission Expires July 31,2021
1 the undersigned,Assistant Vice President of the Companies,DO HEREBY CERTIFY that the above and foregoing is a true and correct
copy of the Power of Attorney executed by said Companies,which is still in full force effective as of O LC ry
Signed and sealed at the City of Hartford /,,►+r�, 1
,r � ''. y`.9s� halo► .[ t979 �; l97+� � •
i n
Kevin Heckman,Ass sta t Vice President
Page 367
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached,and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Riverside
On 12/11/2020 before me, Edward Ernst, Notary Public
(insert name and title of the officer)
personally appeared Kevin Rocker
who proved to me on the basis of satisfactory evidence to be the person whose name is/wer'
subscribed to the within instrument and acknowledged to me that helstgAkfexecuted the same in
his/ their authorized capacity(ige),and that by his/Wlt�e4 signature(kon the instrument the
person ,or the entity upon behalf of which the person(s)acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (Seal)
DWARD ERNST
ComrrftsW No. 2271884
iv WMY pUKJC-C"0rMA
Rd PME COLOM
My Comm Expires DECOMR 14,2W
Page 368
4
WRITTEN CONSENT
OF THE SOLE MEMBER
OF
CONSERVE LANDCARE,LLC
August 2,2019
The undersigned,being the sole member of Conserve LandCare,LLC,a California limited liability
company (the "Company"), acting by written consent without a meeting in accordance with
Section 17704,07 of the California Revised Uniform Limited Liability Company Act and the
operating agreement of the Company,hereby adopts the following resolutions:
OFFICER
WHEREAS,the Sole Member deems it advisable and in the best interests of the Company
to appoint Kevin Rocker as a Vice President of the Company,
NOW, THEREFORE, BE IT RESOLVED, that Kevin Rocker be, and he hereby is,
appointed to the office of Vice President of the Company, to serve until his successor is duty
appointed and qualified.
AUTHORITY OF DIRECTOR OF LANDSCAPE MAINTENANCE
RESOLVED,that Randy Mitchell, in his capacity as Director of Landscape Maintenance
of the Company,shall have the authority to act on behalf of,bind,and execute and deliver contracts
in the name and on behalf of the Company in the ordinary course of business,subject at all times
to the authority of the Sole Member.
GENERAL
RESOLVED, that the officers of the Company shall be, and each hereby is, authorized,
empowered and directed to take any and all action necessary or appropriate to carry out the intents
and purposes of the foregoing resolution;
RESOLVED FURTHER,that all prior actions taken by the officers of the Company within
the scope of the foregoing resolutions be, and each of them hereby is,authorized,approved and
ratified in all respects.
[SIGNATURE PAGE FOLLOWS]
42594977 l
Page 369
41
In witness whereof,the undersigned has executed this written consent effective on the date
first above written.
SOLE MEMBER:
Sperber Landscape Companies,LLC
1
Name: Richard A.Sperber
Title: President
[Signature Page to Post-Ciosing UWC(Conserve LandCare,LLC)]
Page 370
CONTRACT
AGREEMENT
KNOW ALL MEN BY THESE PRESENT: That the following agreement is made and entered into,
in triplicate,as of the date executed by the City Clerk and the Mayor, by and between Conserve
LandCare , hereinafter referred to as the"CONTRACTOR"and the City of Rancho Cucamonga,
California, hereinafter referred to as"CITY."
WHEREAS, pursuant to the Notice Inviting Sealed Bids or Proposals,bids were received,publicly
opened, and declared on the date specified in said notice;and
WHEREAS, City did accept the bid of Contractor; and
WHEREAS, City has authorized the City Clerk and Mayor to enter into a written contract with
Contractor for furnishing labor, equipment,and material for the construction of "LMD-4R TERRA
VISTA-WATER CONSERVATION/LANDSCAPE RENOVATION FY 20/21 PROJECT"
NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed:
1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools,
materials,appliances,and equipment for and do the work for the"LMD-4R TERRA VISTA
-WATER CONSERVATION/LANDSCAPE RENOVATION FY 20/21 PROJECT' Said
work to be performed in accordance with specifications and standards on file in the office
of the City Engineer and in accordance with bid prices hereinafter mentioned and in
accordance with the instruction of the City Engineer.
2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The
aforesaid specifications are incorporated herein by reference thereto and made a part
hereof with like force and effect as if all of said documents were set forth in full herein.
Said documents, the Resolution Inviting Bids attached hereto, together with this written
agreement, shall constitute the entire contract between the parties. This contract is
intended to require a complete and finished piece of work and anything necessary to
complete the work properly and in accordance with the law and lawful governmental
regulations shall be performed by the Contractor whether set out specifically in the
contract or not. Should it be ascertained that any inconsistency exists between the
aforesaid documents and this written agreement,the provisions of this written agreement
shall control.
3. TERMS OF CONTRACT: The undersigned bidder agrees to execute the contract within
fifteen (15) days from the date of notice of award of the contract or upon notice by City
after the fifteen (15)days, and to complete his portion of the work within 90 working days
from the date specified in the Notice to Proceed. The bidder agrees further to the
assessment of liquidated damages in the amount of$1,500.00 for each calendar day the
work remains incomplete beyond the expiration of the completion date. City may deduct
the amount thereof from any monies due or that may become due the Contractor under
this contract. Progress payments made after the scheduled date of completion shall not
constitute a waiver of liquidated damages.
4. INSURANCE: The Contractor shall not commence work under this contract until he has
obtained all insurance required hereunder in a company or companies acceptable to City
C-1
Page 371
CONTRACT
AGREEMENT
KNOW ALL MEN BY THESE PRESENT: That the following agreement is made and entered into,
in triplicate,as of the date executed by the City Cleric and the Mayor, by and between Conserve
LandCare , hereinafter referred to as the"CONTRACTOR"and the City of Rancho Cucamonga,
California, hereinafter referred to as"CITY."
WHEREAS,pursuant to the Notice Inviting Sealed Bids or Proposals,bids were received,publicly
opened,and declared on the date specified in said notice;and
WHEREAS, City did accept the bid of Contractor; and
WHEREAS, City has authorized the City Clerk and Mayor to enter into a written contract with
Contractor for furnishing labor, equipment,and material for the construction of"LMD-4R TERRA
VISTA-WATER CONSERVATION/LANDSCAPE RENOVATION FY 20/21 PROJECT"
NOW THEREFORE, in consideration of the mutual covenants herein contained, it is agreed:
i. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools,
materials,appliances,and equipment for and do the work for the"LMD-4R TERRA VISTA
-WATER CONSERVATION/LANDSCAPE RENOVATION FY 20/21 PROJECT" Said
work to be performed in accordance with specifications and standards on file in the office
of the City Engineer and in accordance with bid prices hereinafter mentioned and in
accordance with the instruction of the City Engineer.
2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY: The
aforesaid specifications are incorporated herein by reference thereto and made a part
hereof with like force and effect as if all of said documents were set forth in full herein.
Said documents, the Resolution Inviting Bids attached hereto, together with this written
agreement, shall constitute the entire contract between the parties. This contract is
intended to require a complete and finished piece of work and anything necessary to
complete the work properly and in accordance with the law and lawful governmental
regulations shall be performed by the Contractor whether set out specifically in the
contract or not. Should it be ascertained that any inconsistency exists between the
aforesaid documents and this written agreement,the provisions of this written agreement
shall control.
3. TERMS OF CONTRACT: The undersigned bidder agrees to execute the contract within
fifteen (15) days from the date of notice of award of the contract or upon notice by City
after the fifteen (15)days, and to complete his portion of the work within 90 working days
from the date specified in the Notice to Proceed. The bidder agrees further to the
assessment of liquidated damages in the amount of$1,500.00 for each calendar day the
work remains incomplete beyond the expiration of the completion date. City may deduct
the amount thereof from any monies due or that may become due the Contractor under
this contract. Progress payments made after the scheduled date of completion shall not
constitute a waiver of liquidated damages.
4. INSURANCE: The Contractor shall not commence work under this contract until he has
obtained all insurance required hereunder in a company or companies acceptable to City
C-1
Page 372
nor shall the Contractor allow any subcontractor to commence work on his subcontract
until all insurance required of the subcontractor has been obtained. The Contractor shall
take out and maintain at all time during the life of this contract the following policies of
insurance:
a. Workers Compensation Insurance: Before beginning work,the Contractor shall furnish
to the Engineer a certificate of insurance as proof that he has taken out full
compensation insurance for all persons whom he may employ directly or through
subcontractors in carrying out the work specified herein,in accordance with the laws of
the State of California. Such insurance shall be maintained in full force and effect during
the period covered by this contract.
In accordance with the provisions of Section 3700 of the California Labor Code, every
contractor shall secure the payment of compensation to his employees. Contractor,
prior to commencing work, shall sign and file with the City a certification as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which require every
employer to be insured against liability for worker's compensation or to undertake self-
insurance in accordance with the provisions of that Code, and I will comply with such
provisions before commencing the performance of the work of this contract."
b. For all operations of the Contractor or any subcontractor in performing the work
provided for herein, insurance with the following minimum limits and coverage:
(1) General Liability - Bodily Injury (not auto) $2,000,000 each person; $2,000,000
each accident.
(2) General Liability - Property Damage (not auto) $1,000,000 each accident;
$2,000,000 aggregate.
(3) Contractor's Protective- Bodily Injury$1,000,000 each person; $2,000,000 each
accident.
(4) Contractor's Protective-Property Damage$1,000,000 each accident;$2,000,000
aggregate.
(5) Automobile- Bodily Injury$2,000,000 each person;$3,000,000 each accident.
(6) Automobile-Property Damage$2,000,000 each accident.
C. Each such policy of insurance provided for in paragraph"b." shall:
(1) Be issued by an insurance company approved in writing by City,which is qualified
to do business in the State of California. The insurance company shall have a
policy holder rating of A or higher and a Financial Class Vif or higher
established by A.M. Best Company Rating Guide;
(2) Name as additional insured the City, its elected officials, officers, agents and
employees, and any other parties specified in the bid documents to be so
included;
(3) Specify it acts as primary insurance and that no insurance held or owned by the
designated additional insured shall be called upon to cover a loss under said
policy;
(4) Contain a clause substantially in the following words:
C-2
Page 373
"It is hereby understood and agreed that this policy may not be canceled nor the
amount of the coverage thereof reduced until thirty(30) days after receipt by City
of a written notice of such cancellation or reduction of coverage as evidenced by
receipt of a registered letter."
(5) Otherwise be in form satisfactory to City.
d. The policy of insurance provided for in subparagraph"a."shall contain an endorsement
which:
(1) Waives all right of subrogation against all persons and entities specified in
subparagraph 4.c. (2) hereof to be listed as additional insured in the policy of
insurance provided for in paragraph "b." by reason of any claim arising out of or
connected with the operations of Contractor or any subcontractor in performing
the work provided for herein;
(2) Provides it shall not be canceled or altered without thirty(30)days'written notice
thereof given to City by registered mail.
e. The Contractor shall at the time of the execution of the contract present the original
policies of insurance required in paragraphs"a."and"b."hereof,or present a certificate
of the insurance company, showing the issuance of such insurance,and the additional
insured and other provisions required herein. Refer to Appendix Item 2 of the Special
Provisions for an example of an approved set of Certificates of Insurance. The
"Name(s), Organization(s) and/or Political Subdivision(s)" in the "Additional
Insured..." endorsement form(s) and in the "Waiver..." endorsement form(s)
must be worded exactly as shown in the example. Generic "Blanket"
endorsements are not acceptable.
5. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of
California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is
required to pay not less than the general prevailing rate of per diem wages for work of a
similar character in the locality in holiday and overtime work. In that regard, the Director
of the Department of Industrial Relations of the State of California is required to and has
determined such general prevailing rates of per diem wages. Copies of such prevailing
rates of per diem wages are on file in the office of the City Clerk of the City of Rancho
Cucamonga, 10500 Civic Center Drive,Rancho Cucamonga,California,and are available
to any interested party on request. City also shall cause a copy of such determinations to
be posted at the job site.
Pursuant to provisions of Labor Code Section 1775,the Contractor shall forfeit,as penalty
to City, not more than two hundred dollars ($200.00) for each laborer, workman, or
mechanic employed for each calendar day or portion thereof if such laborer,workman,or
mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for
any work done under the attached contract, by him or by any subcontractor under him, in
violation of the provisions of said Labor Code.
6. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5
of the Labor Code as amended by Chapter 971, Statutes of 1939,and in accordance with
the regulations of the California Apprenticeship Council, properly indentured apprentices
may be employed in the prosecution of the work.
C-3
Page 374
Attention is directed to the provisions in Section 1777.5 and 1777.6 of the Labor Code
concerning the employment of apprentices by the Contractor or any subcontractor under
him.
Section 1777.5, as amended, requires the Contractor or subcontractor employing
tradesmen in any apprenticable occupation to apply to the joint apprenticeship committee
nearest the site of the public works project and which administers the apprenticeship
program in that trade for a certificate of approval. The certificate will also fix the ratio of
apprentices to journeymen that will be used in the performance of the contract. The ratio
of apprentices to journeymen in such cases shall not be less than one to five except:
a. When unemployment in the area of coverage by the joint apprenticeship committee has
exceeded an average of 15 percent in the 90 days prior to the request for certificate, or
b. When the number of apprentices in training in the area exceeds a ratio of one to five,
or
c. When the trade can show that it is replacing at least 1/30 of its membership through
apprenticeship training on an annual basis statewide or locally, or
d. When the Contractor provides evidence that he employs registered apprentices on all
of his contracts on an annual average of not less than one apprentice to eight
journeymen.
The Contractor is required to make contributions to funds established for the
administration of apprenticeship programs if he employs registered apprentices or
journeymen in any apprenticable trade on such contracts and if other contractors on the
public works site are making such contributions.
The Contractor and subcontractor under him shall comply with the requirements of
Sections 1777.5 and 1777.6 in the employment of apprentices.
7. LEGAL HOURS OF WORK: Eight(8)hours of labor shall constitute a legal day's work for
all workmen employed in the execution of this contract, and the Contractor and any
subcontractor under him shall comply with and be governed by the laws of the State of
California having to do with working hours set forth in Division 2, Part 7, Chapter 1,Article
3, of the Labor Code of the State of California as amended.
The Contractor or Subcontractor shall forfeit, as a penalty to the City of Rancho
Cucamonga,twenty-five dollars($25.00)for each worker employed in the execution of the
contract by the respective contractor or subcontractor for each calendar day during which
the worker is required or permitted to work more than 8 hours in any one calendar day
and 40 hours in any one calendar week in violation of the provisions of this article.
8. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay
to each workman needed to execute the work required by this contract as such travel and
subsistence payments are defined in the applicable collective bargaining agreements filed
in accordance with Labor Code Section 1773.1,
C-4
Page 375
9. CONTRACTOR'S LIABILITY: The City of Rancho Cucamonga and its elected officials,
officers,agents and employees shall not be answerable or accountable in any manner for
any loss or damage that may happen to the work or any part thereof, or for any of the
materials or other things used or employed in performing the work;or for injury or damage
to any person or persons, either workmen, employees of the Contractor or his
subcontractors or the public, or for damage to adjoining or other property from any cause
whatsoever arising out of or in connection with the performance of the work. The
Contractor shall be responsible for any damage or injury to any person or property
resulting from defects or obstructions or from any cause whatsoever, except the sole
negligence or willful misconduct of the City, its employees, servants, or independent
contractors who are directly responsible to City during the progress of the work or at any
time before its completion and final acceptance.
The Contractor will indemnify City against and will hold and save City harmless from any
and all actions,claims,damages to persons or property,penalties,obligations,or liabilities
that may be asserted or claimed by any person, firm, entity, corporation, political
subdivision, or other organization arising out of or in connection with the work,operation,
or activities of the Contractor,his agents,employees,subcontractors,or invitees provided
for herein, whether or not there is concurrent passive or active negligence on the part of
City, but excluding such actions, claims, damages to persons or property, penalties,
obligations, or liabilities arising from the sole negligence or willful misconduct of City, its
employees,servants,or independent contractors who are directly responsible to City,and
in connection therewith:
a. The Contractor will defend any action or actions filed in connection with any of said
claims, damages, penalties, obligations, or liabilities and will pay all costs and
expenses, including attorneys'fees incurred in connection therewith.
b. The Contractor will promptly pay any judgment or award rendered against the
Contractor or City covering such claims,damages,penalties, obligations,and liabilities
arising out of or in connection with such work, operations,or activities of the Contractor
hereunder or reasonable settlement in lieu of judgment or award, and the Contractor
agrees to save and hold the City harmless therefrom.
c. In the event City is made a party to any action or proceeding filed or prosecuted against
the Contractor for damages or other claims arising out of or in connection with the
project, operation, or activities of the Contractor hereunder, the Contractor agrees to
pay to City any and all costs and expenses incurred by City in such action or proceeding
together with reasonable attorneys'fees.
So much of the money due to the Contractor under and by virtue of the contract as shall
be considered necessary by City may be retained by City until disposition has been
made of such actions or claims for damage as aforesaid.
10. NON-DISCRIMINATION: No discrimination shall be made in the employment of persons
upon public works because of age, disability, race, color, religion, sex, sexual orientation
or national origin of such persons, and every contractor for public works violating this
section is subject to all the penalties imposed for a violation of Division 2, Part 7, Chapter
1 of the Labor Code in accordance with the provisions of Section 1735 of said Code.
C-5
Page 376
11. CONTRACT PRICE AND PAYMENT: City shall pay to the Contractor for furnishing the
material and doing the prescribed work per the unit prices set forth in accordance with
Contractor's Proposal.
IN WITNESS WHEREOF,the parties hereto have caused these present to be duly executed with
all the formalities required by law on the respective dates set forth opposite their signatures.
State of California Contractor's License#:
Date
By:
Signature Print Name&Title
By:
Signature Print Name&Title
CITY OF RANCHO CUCAMONGA, CALIFORNIA
By: BY;
L. Dennis Michael, Mayor Janice C. Reynolds, City Clerk
Date
Contractor's Business Phone Number: Emergency Name and Phone
Number at which Contractor can be reached at any time:
C-6
Page 377
CONTRACT
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENT: THAT Conserve LandCare as Principal, and
as Surety, are held
and firmly bound unto the City of Rancho Cucamonga, hereinafter called City, in the just and full
amount of Four Hundred Five Thousand Six Hundred Fifty Three and 90/100 Dollars
(Written) $ 405,653.90 (Figures) payment whereof we hereby bind ourselves, our heirs,
executors,administrators,successors and assigns,jointly and severally,firmly by these presents.
Given under our hands and sealed with our seal this_day of , 20_.
The condition of the foregoing obligation is such that,
WHEREAS, the above-named principal is about to enter into a contract with the City, whereby
said principal agrees to construct "LMD-413 TERRA VISTA - WATER CONSERVATION /
LANDSCAPE RENOVATION FY 20/21 PROJECT" in accordance with the AGREEMENT
dated ,which said contract is hereby referred to and made a part hereof to the
same extent as if the same were herein specifically set forth;
NOW,THEREFORE, if the said principal shall well and truly do and perform all things agreed by
the principal in said contract to be done and performed,then this obligation is to be void;otherwise
it will remain in full force and effect;
PROVIDED, that for value received the undersigned stipulate and agree that no amendment,
change, extension of time, alteration or addition to said contract, or agreement, or of any feature
or item or items of performance required therein or thereunder shall in any manner affect the
obligations of the undersigned under this bond; and the surety does hereby waive notice of such
amendment, limitation of time for bringing action on this bond by the City, change, extension of
time,alteration or addition to said contract or agreement and of any feature or time of performance
required therein or thereunder.
WITNESS our hands this_day of ,20_.
By: Title:
Surety: By:
Individual _ Partnership _ Corporation
Other,explain
SIGNATURES OF CONTRACTOR MUST BE ACKNOWLEDGED BEFORE A NOTARY PUBLIC.
PLEASE ATTACH APPROPRIATE ACKNOWLEDGMENT FORMS
(INDIVIDUAL, PARTNERSHIP, CORPORATION, ETC.).
B-1
Page 378
Bond No.:
PAYMENT BOND
(Labor and Materials)
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the CITY OF RANCHO CUCAMONGA (name of City) ("City") has awarded to
Conserve LandCare
72265 Manufacturing Road, Thousand Palms, CA 92276
(Name and address of Contractor)
("Principal"),a contract(the"Contract")for the work described as follows:
LMD-4R TERRA VISTA-WATER CONSERVATION/
LANDSCAPE RENOVATION FY 20/21 PROJECT
WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to
secure the payment of claims of laborers, mechanics, materialmen, and other persons as
provided by law.
NOW THEREFORE, we,the undersigned Principal, and
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto City in the penal sum of
Four Hundred Five Thousand Six Hundred Fifty Three and 90/100 Dollars ($ 405,653.90 ),
this amount being not less than one hundred percent (100%) of the total contract price, in lawful
money of the United States of America,for the payment of which sum well and truly to be made,
we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and
severally,firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his,
her or its heirs, executors, administrators, successors or assigns, or subcontractors shall fail to
pay any of the persons named in Section 9100 of the California Civil Code, or any amounts due
under the Unemployment Insurance Code with respect to work or labor performed under the
Contract,or for any amounts required to be deducted,withheld,and paid over to the Employment
Development Department from the wages of employees of the Principal and subcontractors
pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor
performed under the Contract, the Surety will pay for the same in an amount not exceeding the
penal sum specified in this bond; otherwise,this obligation shall become null and void.
B-2
Page 379
Payment Bond(continued)
This bond shall insure to the benefit of any of the persons named in Section 9100 of the California
Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon
the bond. In case the suit is brought upon this bond, Surety further agrees to pay all court costs
and reasonable attorneys'fees in an amount fixed by the court.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition or modification to the terms of the Contract, or of the work
to be performed thereunder, or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any such change, extension of
time, alteration, addition, or modification to the terms of the Contract or to the work or to the
specifications thereunder. Surety hereby waives the provisions of California Civil Code Sections
2845 and 2849.
IN WITNESS WHEREOF,two(2) identical counterparts of this instrument,each of which shall for
all purposes be deemed an original hereof, have been duly executed by Principal and Surety,on
the date set forth below,the name of each corporate party being hereto affixed and these presents
duly signed by its undersigned representative(s) pursuant to authority of its governing body.
Date:
"Principal" "Surety"
By: By:
Its Its
By: By:
Its Its
(Seal) (Seal)
Note: This bond must be executed in duplicate and dated, all signatures must be notarized, and
evidence of the authority of any person signing as attorney-in-fact must be attached.
B-3
Page 380
CONTRACT
WORKER'S COMPENSATION INSURANCE CERTIFICATE
The Contractor shall execute the following form as required by the California Labor Code,
Sections 1860 and 1861:
1 am aware of the provision of Section 3700 of the Labor Code which requires every employer to
be insured against liability for worker's compensation or to undertake self-insurance in
accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this contract.
Date (Contractor)
By:
(Signature)
(Title)
Attest:
By:
(Signature)
(Title)
INS-1
Page 381
CITY OF RANCHO CUCAMONGA
SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
The work shall be done in accordance with the "Green Book" Standard Specifications for Public Works
Construction 2015 edition and 2016 Supplement written and promulgated by the Southern California Chapter
of the American Public Works Association and the Southern District Associated General Contractors of California
Joint Cooperative Committee, herein referred to as the "Standard Specifications." Subsequent amendments,
supplements and/or additions shall also be considered,included herein. Copies are available from the publisher,
Building News, Incorporated, 1612 So. Clementine Street, Anaheim, California, 92802, telephone (714) 517-
0970.
The Standard Specifications set forth above will control the general provisions, construction materials, and
construction methods for this contract except as amended by the Plans,other contract documents,or the Special
Provisions to follow. The section numbers of the following amendments coincide with those of said Standard
Specifications. Only those sections requiring elaborations, amendments, specifying of options, or additions are
referenced.
SPECIAL PROVISIONS
Amendments to "Standard Specifications"
PART 1
GENERAL PROVISIONS
SECTION 1 —TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS
1-2 TERMS AND DEFINITIONS
The words and phrases defined below, appear in the Standard Specifications and in these Special Provisions,
shall for the purpose of the Contract have the meaning hereinafter assigned to them.
Agency: The City of Rancho Cucamonga.
Board: The City Council of the City of Rancho Cucamonga.
Engineer: The Public Works Services Director of the City of Rancho Cucamonga,acting
personally or through agents or assistants duly authorized by him.
The following shall be added:
City: City of Rancho Cucamonga, San Bernardino County, California.
Major Bid Item: A single Contract item constituting 10 percent or more of the original Contract
Price.
Substantial Completion: Means the project can be used for its intended purpose as determined by the
Engineer.
GP-1
Page 382
SECTION 2—SCOPE AND CONTROL OF THE WORK
2-1 AWARD AND EXECUTION OF CONTRACT
The following subsection shall be added to subsection 2-1:
2-1.1 DESCRIPTION OF WORK
The scope of work to be performed in general consists of,but not limited to,the removal and replacement
of trees, landscaping, hardscape, irrigation systems and other related work.
2-4 CONTRACT BONDS
Delete the second sentence of the fourth paragraph and add the following:
The"Performance Bond" shall remain in force until the acceptance of the Work by the Board. The bond
shall be maintained by the Contractor in full force and effect until thirty-five days after recordation of the Notice
of Completion and acceptance of a"Maintenance Surety Bond"per Section 4-1.1.
2-5 PLANS AND SPECIFICATIONS
2-5.1 GENERAL.
Add the following after the third paragraph:
While it is believed that much of the information pertaining to conditions,which may affect the cost of the
Work, will be shown on the Plans or indicated in the Specifications, the Agency does not warrant the
completeness or accuracy of such information.
The Contractor shall ascertain the existence of any conditions affecting the cost of the Work through a
reasonable examination of the Work site prior to submitting the Bid.
Existing improvements visible at the Work site, for which no specific disposition is made on the Plans,
but which interfere with the completion of the Work,shall be removed and disposed of by the Contractor.
The following paragraphs shall be added following the last paragraph:
If the Contractor, either commencing work or in the course of the work, finds any discrepancy between the
Specifications and the Plans, or between either,and the physical conditions at the site of the work,or finds any
error or omission in any of the Plans, or Specifications or survey, he shall promptly notify the Engineer in writing
of any such discrepancy, error, or omission. If the Contractor observes that any of the Plans or Specifications
are at variance with any applicable law, ordinance, regulation, order or decree, he shall promptly notify the
Engineer in writing of such conflict.
The Engineer on receipt of any such notice shall promptly investigate the circumstances and give appropriate
instructions to the Contractor. Until such instructions are given,any work done by the Contractor, either directly
or indirectly, after his discovery of such error, discrepancy, or conflict, will be at his own risk, and he shall bear
all costs arising therefrom.
GP-2
Page 383
2-5.2 PRECEDENCE OF CONTRACT DOCUMENTS.
The following paragraph shall be added following paragraph two:
Should it appear that the work to be done or any matter relative thereto is not sufficiently detailed or
explained by the specifications,the Contractor shall apply to the Engineer for such further explanation as
may be necessary and shall conform to such explanation or interpretation as part of the Contract so far
as may be consistent with the intent of the original plans and specifications. In the event of any
discrepancy between any drawing and the figures written thereon, the figures shall be taken as correct.
2-5.4. As BUILT PLANS.
Add the following subsection:
The Contractor shall maintain a control set of Plans and Specifications on the project site at all times. All
final locations determined in the field, and any deviations from the Plans and Specifications, shall be
marked in red on this control set to show the as-built conditions. Upon completion of all work, the
Contractor shall return the control set to the Engineer. Final payment will not be made until this
requirement is met.
2-6 WORK TO BE DONE
The following paragraphs shall be added following paragraph one:
All work which is defective in its construction or deficient in any of the requirements of the Plans and
Specifications shall be remedied or removed and replaced by the Contractor in an acceptable manner at
his own expense. No compensation will be allowed for any work done beyond the lines and grades
shown on the Plans or established by the Engineer. Upon failure on the part of the Contractor to comply
with any order of the Engineer made under the provisions of this article,the Engineer and City may cause
the defective work to be remedied or removed and replaced at the expense of the Contractor.
Any unauthorized or defective work, defective material or workmanship or any unfaithful or imperfect
work that may be discovered before final acceptance of work by the board shall be corrected immediately
with no extra charge even though it may have been overlooked in previous inspections and estimates or
may have been caused due to failure to inspect the Work.
2-10 AUTHORITY OF THE BOARD AND THE ENGINEER
The following paragraphs shall be added following paragraph two:
All authorized alterations affecting the requirements and information given on the approved plans shall
be in writing. No changes shall be made on any plan or drawing after the same has been approved by
the Engineer, except by direction of the Engineer in writing. Deviations from the approved plans, as may
be required by the exigencies of construction, will be determined in all cases by the Engineer and
authorized in writing.
All instructions, rulings and decisions of the Engineer shall be in writing and binding on all parties unless
formal protest is made as provided in the following paragraph:
If the Contractor considers any work demanded of him to be outside the requirements of the contract, or
if he considers any instruction, ruling or decision of the Inspector or Engineer to be unfair, he shall within
ten (10) days after any such demand is made, or instruction, ruling or decision is given, file a written
GP-3
Page 384
protest with the Engineer, stating clearly and in detail his objections and reasons therefore. Except for
such protests and objections as are made of record in the manner and within the time above stated, the
Contractor shall be deemed to have waived and does hereby waive all claims for extra work, damages
and extensions of time on account of demands, instructions, rulings and decisions of the Engineer.
Upon receipt of any such protest from the Contractor,the Engineer shall review the demand, instruction,
ruling or decision objected to and shall promptly advise the Contractor, in writing, of his final decision,
which shall be binding on all parties, unless within the ten days thereafter the Contractor shall file with
the Board a formal protest against said decision of the Engineer.The Board shall consider and render a
final decision on any such protest within thirty(30) days of receipt of same.
The following subsection shall be added:
2-13 CLAIMS DISPUTE RESOLUTION
In the event of any dispute or controversy with the City over any matter whatsoever, the Contractor shall
not cause any delay or cessation in or of Work, but shall proceed with the performance of the Work in
dispute. The Contractor shall retain any and all rights provided that pertain to the resolution of disputes
and protests between the parties. The Disputed Work will be categorized as an"unresolved dispute"and
payment, if any, shall be as later determined by agreement or a court of law. The Contractor shall keep
accurate, detailed records of all Disputed Work,claims and other disputed matters.
All claims arising out of or related to the Contract Documents or this Project, and the consideration and
payment of such claims, are subject to the Government Claims Act (Government Code Section 810 et
seq.)with regard to filing claims. All such claims are also subject to the dispute procedures set forth in
Public Contract Code Section 9204 and Public Contract Code Section 20104, et seq. (Article 1.5),to the
extent each is applicable. This Contract hereby incorporates those provisions as through fully set forth
herein. Thus, the Contractor or any Subcontractor must file a claim in accordance with the Government
Claims Act as a prerequisite to filing a construction claim in compliance with Section 9204 and Section
20104 et seq. (if applicable), and must then adhere to Section 20104, et seq. and Section 9204, as
applicable, pursuant to the definition of"claim"as individually defined therein.
GP-4
Page 385
SECTION 3—CHANGES IN WORK
3-2 CHANGES INITIATED BY THE AGENCY.
3-2.2 CONTRACT UNIT PRICES.
3-2.2.1 GENERAL.
Add "Major Bid" between"an"and "item" in the first line of the second paragraph:
The last sentence of the second paragraph shall be deleted and replaced with the following:
Adjustments in excess of 25 percent may be done by extension of Contract Unit Prices as described
above, or pursuant to 3-2.2.2 or 3-2.2.3 as appropriate.
3-2.2.2 INCREASES OF MORE THAN 25 PERCENT.
Add "Major Bid" between"an"and "item" in the first line of the first paragraph.
3-2.2.3 DECREASES OF MORE THAN 25 PERCENT.
Add "Major Bid" between "an"and"item" in the first line of the first paragraph.
3-2.4 AGREED PRICES.
Add the following before the first sentence of the first paragraph:
Agreed Prices are prices for new or unforeseen work, or adjustments in Contract Unit Prices per 3-2.2,
established by mutual agreement between the Contractor and the Agency.
3-3 EXTRA WORK
3-3.2 PAYMENT.
3-3.2.3 MARKUP.
The entire text of the Subsection 3-3.2.3 shall be deleted and replaced with the following:
(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall
constitute the markup for all overhead and profits:
1) Labor......................................................20
2) Materials.................................................15
3) Equipment Rental...................................15
4) Other Items and Expenditures................15
To the sum of the costs and markups provided for in this subsection, 1 percent shall be added as
compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the
markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A
markup of 5 percent of the subcontracted portion of the extra work may be added by the Contractor.
GP-5
Page 386
SECTION 4-CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.1 GENERAL.
The following paragraphs shall be added following paragraph three:
Used or secondhand materials,parts,and equipment may be used only if permitted by the specifications.
The Contractor shall guarantee the entire work constructed by him under the contract to be free of defects
in materials and workmanship for a period of one year following the date of acceptance of the work by
the Board. The Contractor shall agree to make, at his own expense,any repairs or replacements made
necessary by defects in materials or workmanship, which become evident within the warranty period.
The Contractor shall further agree to indemnify and save harmless the City and Engineer, and their
officers, agents and employees, against and from all claims and liability arising from damage and injury
due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of
written order from the Engineer. If the contractor fails to make the repairs and replacements promptly,
the City may do the work and the Contractor and his surety shall be liable to the City for the cost of the
work.
The guarantee and conditions specified above shall be secured by a surety bond,which shall be delivered
by the Contractor to the City prior to the date on which final payment is made to the Contractor. Said
bond shall be in an approved form and executed by a surety company or companies satisfactory to the
City, in the amount of ten percent (10%) of the contract price, or$1,000.00, whichever is greater. Said
bond shall remain in force for the duration of the warranty period specified.
4-1.3 INSPECTION REQUIREMENTS.
The text of Subsection 4-1.3.1 "General,"shall be deleted and replaced with the following:
Materials to be used in the work will be subject to inspection and tests by the Engineer or his designated
representative. The Contractor shall furnish without charge such samples as may be required. The
Contractor shall furnish the Engineer a list of his sources of materials and the locations at which such
materials will be available for inspection. The list shall be furnished to the Engineer in sufficient time to
permit inspecting and testing of their use. The Engineer may inspect, sample or test materials at the
source of supply or other locations, but such inspection, sampling or testing will not be undertaken until
the Engineer is assured by the Contractor of the cooperation and assistance of both the Contractor and
the supplier of the material.The Contractor shall assure that the Engineer or his authorized representative
has free access at all times to the material to be inspected,sampled or tested. It is understood that such
inspections and tests, if made at any point other than the point of incorporation in the work, in no way
shall be considered as a guarantee of acceptance of such material nor of continued acceptance of
material presumed to be similar to that upon which inspections and tests have been made, and that
inspection and testing performed by the City shall not relieve the Contractor or his suppliers of
responsibility for quality control.
Manufacturers'warranties,guarantees,instruction sheets and parts lists,which are furnished with certain
articles of materials incorporated in the work, shall be delivered to the Engineer before acceptance of the
contracts.
The Engineer may inspect the production of material, or the manufacture of products at the source of
supply. Plant inspection,however,will not be undertaken until the Engineer is assured of the cooperation
GP-6
Page 387
and assistance of both the Contractor and the material producers. The Engineer or his authorized
representative shall have free entry at all times to such parts of the plant as concerns the manufacture
or production of the materials. Adequate facilities shall be furnished free of charge to make the necessary
inspection. The City assumes no obligation to inspect materials at the source of supply.
4-1.4 TEST OF MATERIALS.
The first paragraph shall be deleted and replaced with the following paragraphs:
Before incorporation in the Work,the Contractor shall submit samples of materials,as the Engineer may
require, at no cost to the Agency. The Contractor, at its expense, shall deliver the materials for testing
to the place and at the time designated by the Engineer.
Except as elsewhere specified, the City will bear the cost of testing material and/or workmanship,which
meet or exceed the requirements indicated in the Standard Specifications and the Special Provisions.
The cost of all other tests, including the retesting of material or workmanship that fails to pass the first
test, shall be borne by the Contractor.
The Contractor shall at his expense furnish the City, in triplicate, certified copies of all required factory
and mill test reports. Any materials shipped by the Contractor from a factory or mill prior to having
satisfactorily passed such testing and inspection by a representative of the City shall not be incorporated
in the work, unless the Engineer shall have notified the Contractor, in writing, that such testing and
inspection will not be required.
4-1.5 CERTIFICATE OF COMPLIANCE.
Add the following paragraphs at the end of the subsection:
A Certificate of Compliance shall be furnished prior to the use of any materials for which these
specifications or the special provisions require that such a certificate be furnished. In addition, when so
authorized in these specifications or in the special provisions the Engineer may permit the use of certain
materials or assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The
certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials
and shall state that the materials involved comply in all respects with the requirements of the
specifications. A Certificate of Compliance shall not relieve the Contractor or responsibility for
incorporating material in the work which conforms to the requirements of the plans and specifications,
and any such material not conforming to such requirements will be subject to rejection whether in place
or not.
The City reserves the right to refuse to permit the use of material on the basis of a Certificate of
Compliance.
The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer.
GP-7
Page 388
SECTION 5—UTILITIES
5-1 LOCATION
5-1.1 GENERAL.
Add the following after the first paragraph:
The location and existence of any underground utility or substructure was obtained from a search of
available records. No guarantee is made or implied that the information is complete or accurate. It shall
be the Contractor's responsibility alone to determine the exact location of underground utilities or
substructures of every nature and to protect them from damage. The Contractor shall excavate and
expose all high-risk underground facilities.
The Contractor shall notify the owners of all utilities and substructures as set forth in these Special
Provisions.
5-1.2 PAYMENT.
The text of the subsection shall be deleted and replaced with the following:
Any utility locations that are indicated on the plans to be potholed prior to construction will be paid for at
the unit cost bid in the proposal. For all other utilities, if no pay item is provided, full compensation for
such work shall be considered as included in the prices bid for other items of work.
5-4 RELOCATION
Add the following paragraph at the end of the subsection:
Any facilities to be relocated by the Contractor, as indicated on the plans, shall be relocated in a
workmanlike manner. All such work shall be done only at such times which are acceptable to the owner.
The Contractor shall schedule his relocation work in cooperation with the owner and shall be responsible
for any costs resulting from the Contractor's failure to do the work at times which are acceptable to the
owner. The Contractor shall notify owners as least two (2) working days in advance of any work on any
of their utilities.
The following subsection shall be added:
5-7 UTILITY CONNECTION
For utility connections to City owned facilities, the Contractor shall take all action necessary to ensure that such
utilities are placed in the City's name.
G P-8
Page 389
SECTION 6—PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
6-1.1 CONSTRUCTION SCHEDULE
Add the following paragraphs at the end of this subsection:
Prior to the commencement of construction,arrangements will be made by the City for a meeting between
the Contractor, the Engineer, Utility Representatives, designers and others as may be involved with the
project. The purpose of this meeting is to coordinate the activities of the Contractor within the limits of
this contract, review utility conflicts, review scheduling, discuss construction methods and clarify
inspection procedures, etc. The Contractor shall submit at this meeting, for approval by the Engineer,
the proposed construction schedule.
The Contractor shall submit Progress Reports to the Engineer by the tenth day of each month. The report
shall include an updated Construction Schedule. Any deviations from the original schedule shall be
explained. Progress payments will be withheld pending receipt of any outstanding reports.
6-3 SUSPENSION OF THE WORK
6-3.1 GENERAL.
Add the following paragraph following paragraph one:
In the event a suspension of work is ordered because of failure on the part of the Contractor to carry out
orders given or to perform any provisions of the work, such suspension of work shall not relieve the
Contractor of his responsibility to complete the work within the time limit set forth herein and shall not be
considered cause for extension of the time for completion,and further,such suspension of work shall not
entitle the Contractor to any additional compensation.
6-7 TIME OF COMPLETION
6-7.2 Working Day.
The following subsection shall be added:
The Contractor's working day activities shall be limited to the hours between 7:00 A.M. and 4:00 P.M.,
Monday through Friday, excluding recognized City holidays and any City holiday closure period.
See Appendix 1 "City Working Day Calendar". The working day shall encompass S hours from start
to finish, including clean-up and securing the work site. Deviation from normal working hours will not be
allowed without prior consent of the Engineer. Work near schools or located on major arterials may be
subjected to additional working hour provisions.
In the event work is allowed by the Engineer outside of the normal working hours, at the request of and
for the benefit of the Contractor, inspection service fees may be levied against the Contractor at the
current rate per hour, plus time and one-half and 15% administration fee, including travel time where
applicable,with a minimum hourly charge for four(4) hours.
The above charge may also be levied if inspection services are deemed necessary by the Engineer as a
matter of public safety or to otherwise ensure the quality of the work.
GP-9
Page 390
6-8 COMPLETION,ACCEPTANCE,AND WARRANTY.
6-8.1 COMPLETION.
Delete the following from the last sentence:
"...and to which liquidated damages will be computed."
6-8.3 WARRANTY.
The first paragraph shall be deleted and replaced with the following:
All work shall be warranted by the Contractor against defective workmanship and materials for a period
of 1 year from the date of the acceptance of the work by the Board.
The following shall be added to the end of the second paragraph:
In addition, manufacturers'warranties, guarantees, instruction sheets and parts list,which are furnished
with articles or materials incorporated in the work, shall be delivered to the Engineer before acceptance
of the work by the City.
6-9 LIQUIDATED DAMAGES
The last sentence of paragraph one shall be deleted and replaced with the following:
For each consecutive calendar day in excess of the time specified in Item 3 of the Contract Agreement,
as adjusted in accordance with Subsection 6-6, for completion of the Work, the Contractor shall pay to
the Agency, or have withheld from monies due it,the sum of$1,500,00 unless otherwise provided in the
Specifications.
The last paragraph shall be deleted and replaced with the following:
Execution of the Contract shall constitute agreement by the Agency and the Contractor that $1,500.00
per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to
complete the Work within the allotted time. Such sum is liquidated damages and shall not be construed
as a penalty, and may be deducted from payments due the Contractor if such delay occurs.
The following paragraph shall be added at the end of the subsection:
The Engineer will set forth in writing the date of Substantial Completion of the work and this will be the
date which liquidated damages will be computed.
GP-10
Page 391
SECTION 7—RESPONSIBILITIES OF THE CONTRACTOR
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES
7-1.1 GENERAL.
The following sentence shall be added to the end of paragraph one:
Such equipment and facilities shall meet all requirements of applicable ordinances and laws.
7-2 LABOR
7-2.2 PREVAILING WAGES.
The following paragraphs shall be added following paragraph one:
The Contractor, and all subcontractors, suppliers and vendors, shall comply with all City, State and
Federal orders regarding affirmative action to ensure equal employment opportunities and fair
employment practices. Failure to file any report due under said orders will result in suspension of
progress payments.
The Contractor shall ensure unlimited access to the job site for all equal employment opportunity
compliance officers.
Particular attention is called to the Labor Code of California, Part 7, Chapter I, Article 2, "Wages,"Article
3,"Working Hours." Attention is also directed to the provisions in Section 1777.5 and 1777.6 of the Labor
Code concerning the employment of apprentices by the Contractor or any subcontractor under him.
The following subsection shall be added:
7-2.6 JOB SITE NOTICE.
Pursuant to the Labor Code, Division 2, Part 7, Chapter 1, Section 1771.4(a)(2),the prime contractor shall post
job site notices, as prescribed by regulation,
7-3 INSURANCE
The text of this entire subsection, except the last paragraph under subsection 7-3.1 and entire subsection 7-3.3
(Workers'Compensation Insurance),shall be deleted and replaced with the following in accordance to the City's
"Contract Agreement":
The Contractor shall not commence work under this contract until he has obtained all insurance required
hereunder in a company or companies acceptable to the City nor shall the Contractor allow any
subcontractor to commence work on his subcontract until all insurance required of the subcontractor has
been obtained. The Contractor shall take out and maintain at all times during the life of this contract the
following policies of insurance:
a. Compensation Insurance: Before beginning work,the Contractor shall furnish to the Engineer
a certificate of insurance as proof that he has taken out full compensation insurance for all
persons whom he may employ directly or through subcontractors in carrying out the work
specified herein, in accordance with the laws of the State of California. Such insurance shall
GP-11
Page 392
be maintained in full force and effect during the period covered by this contract.
In accordance with the provisions of Section 3700 of the California Labor Code, every contractor shall
secure the payment of compensation to his employees.Contractor,prior to commencing work,shall sign
and file with the City a certification as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be
insured against liability for worker's compensation or to undertake self-insurance in accordance with the
provisions of that Code, and I will comply with such provisions before commencing the performance of
the work of this contract."
b. The policy of insurance provided for in subparagraph a, shall contain an endorsement which:
(1) Waives all right of subrogation against all persons and entities specified in subparagraph
7-3 d.(2) hereof to be listed as additional insureds in the policy of insurance provided for
in paragraph c, by reason of any claim arising out of or connected with the operations of
Contractor or any subcontractor in performing the work provided for herein;
(2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof
given to City by registered mail.
c. For all operations of the Contractor or any subcontractor in performing the work provided for
herein, insurance with the following minimum limits and coverage:
(1) Public Liability- Bodily Injury (not auto) ...................................$2,000,000 each person;
$2,000,000 each accident.
(2) Public Liability- Property Damage(not auto) ..........................$1,000,000 each accident;
$2,000,000 aggregate.
(3) Contractor's Protective-Bodily Injury .....................................$1,000,000 each person;
$2,000,000 each accident.
(4) Contractor's Protective- Property Damage .............................$1,000,000 each accident;
$2,000,000 aggregate.
(5) Automobile-Bodily Injury .......................................................$2,000,000 each person;
$3,000,000 each accident.
(6) Automobile- Property Damage ...............................................$2,000,000 each accident.
d. Each such policy of insurance provided for in paragraph c. shall:
(1) Be issued by an insurance company approved in writing by City, which is qualified to do
business in the State of California. The insurance company shall have a policy holder
rating of A or higher and a Financial Class VII or higher established by A.M. Best
Company Rating Guide;
(2) Name as additional insured the City of Rancho Cucamonga, its elected officiais, officers,
GP-12
Page 393
agents and employees, and any other parties specified in the bid documents to be so
included:
(3) Specify it acts as primary insurance and that no insurance held or owned by the
designated additional insureds shall be called upon to cover a loss under said policy;
(4) Contain a clause substantially in the following words:
"It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage
thereof reduced until thirty (30) days after receipt by City of a written notice of such cancellation or
reduction of coverage as evidenced by receipt of a registered letter."
(5) Otherwise be in form satisfactory to City.
e. The Contractor shall at the time of the execution of the contract present the original policies
of insurance required in paragraphs a. and c. hereof, or present a certificate of the insurance
company showing the issuance of such insurance, and the additional insureds and other
provisions required herein.
Refer to Appendix Item 2 of the Special Provisions for an example of an approved set of
Certificates of Insurance. The"Name(s),Organization(s)and/or Political Subdivision(s)"in the
"Additional Insured..."endorsement form(s)and in the "Waiver..."endorsement form(s) must
be worded exactly as shown in the example. Generic "Blanket" endorsements are not
acceptable.
7-5 PERMITS
The entire text of Subsection 7-5 is deleted and replaced with the following:
Prior to the start of any work, the Contractor shall obtain the applicable City permits and make
arrangements for City inspections. The City will issue the permits at no charge to the Contractor. The
Contractor and all subcontractors shall each obtain a City business license,and shall be licensed
in accordance with State Business and Professions Code. The Contractor shall also obtain any and
all other permits, licenses, inspections, certificates, or authorizations required by any governing body or
entity.
The Contractor shall submit a Temporary Use Permit application to the Code Enforcement Office of the
Planning Division of the City before utilizing a temporary construction storage site. The application shall
state the site's intended use and include a map showing the location of the temporary storage area in
relation to the project area along with proposed ingress and egress routes. Permit submittal information
can be obtained from Code Enforcement, (909) 477-2720.
In the event that the City has obtained permits, licenses or other authorizations applicable to the work
from other agencies, the Contractor shall comply with the provisions of said permits, licenses and other
authorizations.
Any charges for permit fees, licenses, inspection fees, certificates, insurance, authorizations, bonds that
are required by any other governing body entity, utilities, railroads, agency shall be paid for by the
Contractor. The actual costs of these charges to the Contractor shall be reimbursable by the City.
GP-13
Page 394
7-6 THE CONTRACTOR'S REPRESENTATIVE
The following paragraphs shall be added following paragraph one:
The Contractor shall file with the Engineer the addresses and telephone numbers where he or his
designated representative may be reached during hours when the work is not in progress, so that 24-
hour,7-days-a-week contact can be maintained.
Instructions and information given by the Engineer to the Contractor's authorized representative or at the
address or telephone numbers filed in accordance with this section shall be considered as having been
given to the Contractor.
7-8 WORK SITE MAINTENANCE
7-8.3 NOISE CONTROL.
The text of the subsection shall be deleted and replaced with the following:
Noise generated from the Contractor's operations shall be controlled as specified by City Ordinance.The
use of excessively loud warning signals shall be avoided except in those cases required for the protection
of personnel.
7-8.6.2 BEST MANAGEMENT PRACTICES(BMPs).
The following is added after the first sentence in the second paragraph as follows:
Best Management Practices relevant to the Work shall be in accordance with the current California
Stormwater Quality Association (CASQA) BMP Handbook as needed and/or otherwise directed by the
Engineer.The contractor shall implement and maintain BMPs relevant to the scope of work.
7-8.6.3 STORM WATER POLLUTION PREVENTION PLAN(SWPPP).
The following shall be added after the first paragraph:
Projects subject to requirements of General Permit for Discharges associated with Construction and
Land Disturbance Activities(Order NO.2009-0009-DWQ NPDES NO.CAS000002)
The contractor shall follow all requirements in Order NO. 2009-0009-DWQ, NPDES NO. CAS000002.
This General Permit regulates discharges of pollutants in storm water associated with construction activity(storm
water discharges) to waters of the United States from construction sites that disturb one or more acres of land
surface, or that are part of a common plan of development or sale that disturbs more than one acre of land
surface. Contractor is not responsible for filing a Notice of Intent (NOI) for Permit coverage or a Notice of
Termination (NOT) at project end. City staff will file a NOI for permit coverage and file a(NOT)at the end of the
project. (See General Construction Storm Water Permit PDF:
https://www.waterboards.ca.gov/water_issues/prop rams/stormwater/docs/constpermits/wgo_20090009_comp
fete. df).
A requirement of the Permit is the discharger shall develop a Storm Water Pollution Prevention Plan (SWPPP).
The discharger shall ensure that the SWPPP for all sites are developed and amended or revised by a Qualified
SWPPP Developer(QSD).Also, the discharger shall ensure that Best Management Practices(BMPs)within the
SWPPP are implemented by a Qualified SWPPP Practitioner(QSP).(See SWPPP Training Qualifications and
Requirements PDF:
GP-14
Page 395
https://www.waterboards.ca.gov/water issues/programs/stormwater/docs/constpermits/wgo_20090009_comp
lete.pdf#page=49).The SWPPP shall be designed to address the following objectives:
1. All pollutants and their sources, including sources of sediment associated with construction, construction
site erosion and all other activities associated with construction activity is controlled;
2. Where not otherwise required to be under a Regional Water Board permit,all non-storm water discharges
are identified and either eliminated, controlled, or treated;
3. Site Best Management Practices (BMPs) are effective and result in the reduction or elimination of
pollutants in storm water discharges and authorized non-storm water discharges from construction
activity to the Best Available Technology Economically Achievable/Best Conventional Pollutant Control
Technology standard (BAT/BCT standard);
4. Calculations and design details as well as BMP controls for site run-on are complete and correct,and
5. To demonstrate compliance with requirements of this General Permit, the QSD shall include information
in the SWPPP that supports the conclusions, selections, use,and maintenance of BMPs.
6. Stabilization BMPs installed to reduce or eliminate pollutants after construction is complete.
7-8.6.5. PAYMENT.
The entire text of the subsection is deleted and replaced with the following:
Unless otherwise specified in the bid, payment for implementation and maintenance of BMP's and
SWPPP, and for dewatering shall be considered as included in the Contract Unit Price for each item in
the Bid.
7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS
The second paragraph is deleted and replaced with the following paragraphs:
The Contractor shall relocate, repair, replace or reestablish all existing improvements within the project
limits which are not designated for removal (e.g., curbs, sidewalks, driveways, fences, walls, irrigation
systems, signs, utility installations, pavements, structures, landscaping etc.) which are damaged or
removed as a result of his operations or as required by the Plans and Specifications. Damaged or
removed landscape, hardscape, irrigation systems, etc. outside project limits shall be replaced or
repaired and returned to service within 72 hours except as directed by the Engineer.
Where existing traffic striping, pavement markings, and curb markings are damaged or their reflectivity
reduced by the Contractor's operations, such striping or markings shall also be considered as existing
improvements and the Contractor shall repaint or replace such improvements.
Relocations, repairs, replacements or re-establishments shall be at least equal to the existing
improvements and shall match such improvements in finish and dimensions unless otherwise specified.
GP-15
Page 396
The last paragraph is deleted and replaced with the following:
All costs to the Contractor for protecting, removing, restoring, relocating, repairing, replacing, or re-
establishing existing improvements shall be included in the Bid.
7-10 SAFETY
The following subsections shall be added:
7-10.1 ACCESS
7-10.1.1 GENERAL.
The Contractor shall notify the occupants of all affected properties at least seventy-two hours prior to any
temporary obstruction of access. Vehicular access to property line shall be maintained except as required for
construction for a reasonable period of time. No overnight closure of any driveway will be allowed except as
permitted by the Engineer.
At least one twelve-foot-wide traffic lane shall be provided for each direction of travel on all streets at all times
except as permitted by the Engineer. The traffic lanes shall be maintained on pavement, and shall remain
unobstructed.
Clearances from traffic lanes shall be five feet to the edge of any excavation and two feet to the face of any curb,
pole, barricade,delineator, or other vertical obstruction.
7-10.2 WORK AREA TRAFFIC CONTROL
7-10.2.1 GENERAL.
The Contractor shall prepare a permit application for street closure and shall attach two copies of the proposed
traffic control signing, barricading and/of detour routing. The permit application and accompanying attachments
shall be reviewed by the City Traffic Engineer. Upon the Traffic Engineer's approval, a no-fee Street Closure
Permit shall be issued. No Street Closure, Lane Closure, Detour or other work requiring traffic control shall
commence prior to issuance of said permit.
The Contractor shall provide and install barricades, delineators, warning devices and construction signs in
accordance with the current California Manual on Uniform Traffic Control Devices (CA MUTCD),the Work Area
Traffic Control Handbook (WATCH) and the current Caltrans Manual of Traffic Controls for Construction and
Maintenance Work Zones unless otherwise approved by the Engineer. During adverse weather or unusual traffic
or working conditions additional traffic devices shall be placed as directed by the Engineer.
Should the Contractor fail to furnish a sufficient number of traffic and/or pedestrian safety devices, the City will
place such necessary items and the Contractor shall be liable to the City for providing such devices in accordance
with the following provisions:
1. Rental Rates
A. Type I or II Barricades - $5.00 per barricade for the first day or any part thereof and $2.00 per
barricade per day for each day thereafter or any part thereof.
GP-16
Page 397
B. Type III Barricades - $15.00 per barricade for the first day or any part thereof and $5.00 per
barricade per day for each day thereafter or any part thereof.
C. Flashers-$5.00 per flasher for the first day or any part thereof and$2.00 per flasher per day for
each day thereafter or any part thereof.
D. Construction Signs - $5.00 per construction sign for the first day or any part thereof and $2.00
per construction sign per day for each day thereafter or any part thereof.
E. Cones-$1.00 per cone for each day or any part thereof.
2. Replacement Charges
A. Type I or II Barricades-$20.00 per Type I or II barricade that is lost or damaged.
B. Type III Barricades-$100.00 per Type III barricade that is lost or damaged.
C. Flasher-$15.00 per flasher that is lost or damaged.
D. Signs-$30.00 per sign that is lost or damaged.
E. Cones-$5.00 per cone that is lost or damaged.
3. Service Charges
A. Service trips between the hours of 7:00 A.M. and 3:00 P.M. - $30.00 per hour, two hours
minimum each service trip.
B. Service trips between the hours of 3:00 P.M. and 7:00 A.M., or any time on Saturday, Sunday,
or a City Holiday-$35.00 per hour, two hour minimum each service trip.
Judgment as to adequate or sufficient barricading shall be that which is adequate or sufficient in the opinion of
the Engineer.
The Contractor shall relocate, preserve and maintain the visibility of all existing signs within the project limits
which affect the flow of traffic,as directed by the Engineer. Any signs which are damaged or found to be missing
during the course of construction shall be replaced by the Contractor at his expense as directed by the Engineer.
All other signs that interfere with the course of work and are not necessary for the safe flow of traffic will be
removed and replaced by the City. Traffic control signs include Stop Signs,Speed Limit, Parking Restriction and
other regulatory signs.
The Contractor shall not close any street within the City of Rancho Cucamonga without first obtaining the
approval of the Engineer. Lane closures on four lane streets shall be restricted to between the hours of 8:30 AM
and 4:00 PM.
7-10.2.2 PAYMENT.
Payment for preparing and performing all work necessary to provide work area traffic control or
compliance with the provisions of the public safety and all other laws, ordinances, and regulations shall
be included in the various bid items except where separate bid items for traffic control are provided or
required by law.
GP-17
Page 398
7-10.4 SAFETY.
7-10.4.2 SAFETY ORDERS.
7-10.4.2.3 Payment.
The entire text of the subsection is deleted and replaced with the following:
Payment for performing all work necessary to provide safety measures or compliance with the provisions
of the safety orders and all other laws, ordinances, and regulations shall be included in the various bid
items, except where separate bid items for excavation safety are provided or required by law.
The following subsection shall be added:
7-10.4.7 PROTECTION OF PUBLIC.
Whenever the construction occurs within a developed residential area and/or through a school site, the
Contractor shall take all necessary precautions to protect the public,especially children,from the hazards
of open excavations. Trenches shall either be covered or adequately fenced at night and on weekends
or whenever operations are not in actual process.
Unusual conditions may arise on the project, which will require that immediate and unusual provision be
made to protect the public from danger or loss or damage to life and property,due directly or indirectly to
the progression of the work. It is part of the service required of the Contractor to make such provisions
and to furnish such protection.
The Contractor shall use such foresight and shall take such steps and precautions as his operations
make necessary to protect the public from danger or damage, or loss of life or property, which would
result from the interruption or contamination of public water supply, irrigation or other public service or
from the failure of partly completed work.
Whenever, in the opinion of the City, an emergency exists against which the Contractor has not taken
sufficient precaution for the safety of the public or the protection of utilities or of adjacent structures or
property or if immediate action shall be considered necessary in order to protect public or private
personnel or property interest,or prevent likely loss of human life or damage on account of the operations
under the contract, then and in that event the City may provide suitable protection to said interest by
causing such work to be done and material to be furnished, as, in the opinion of the City may seem
reasonable and necessary.
The cost and expense of said labor and material together with the cost and expense of such repairs as
may be deemed necessary shall be borne by the Contractor,and if he shall not pay said cost and expense
upon presentation of the bills therefore, duly certified by the Engineer, then said costs and expense will
be paid by the City and shall thereafter be deducted from any amounts due, or which may become due
said Contractor. Failure of the City, however, to take such precautionary measure, shall not relieve the
Contractor of his full responsibility for public safety.
GP-18
Page 399
The following subsection shall be added:
7-10.6 STORAGE OF EQUIPMENT AND MATERIALS IN PUBLIC STREETS.
Construction materials shall not be stored in streets, roads, or highways. All materials or
equipment not installed or used in construction shall be stored elsewhere by the Contractor at
their expense.
Construction equipment shall not be stored at the work site. Time necessary for repair or
assembly of equipment may be authorized by the Engineer.
Excavated material,except that which is to be used as backfill in the adjacent trench, shall not be
stored in public streets. After placing backfill, all excess material shall be removed immediately
from the site.
The storage of materials is not permitted under bridges.
7-13 LAWS TO BE OBSERVED
The following paragraphs shall be added after paragraph one:
If a discrepancy or inconsistency is discovered in the Plans, Drawings, Specifications or Contract for the
work in relation to any such law, ordinance, regulation, order or decree, the Contractor shall forthwith
report the same to the Engineer in writing.
Per City Municipal Code Section 8.17.050/8.19.051, if the Contractor finds it necessary to make use of a
refuse hauling service,only the City Franchised Hauler shall be used. Contact Burrtec Waste Industries
at(909)987-3717.
The following subsection shall be added:
7-15 PAYROLL RECORDS
The Contractor and each of his subcontractors shall prepare payrolls on forms prescribed and in
accordance with instructions furnished by the City. Within seven(7)days after the regular payment date
of the payroll, the Contractor shall deliver to the City a certified and legible copy of each payroll. Such
payroll shall be sworn to in accordance with the federal regulations made pursuant to the "Kick Back
Statute."
Such copies of payrolls shall be accompanied by substantial proof that all bills for services rendered and
materials supplied have been duly paid for. The Contractor shall not carry on his payroll any person not
employed by him. Employees of a subcontractor must be carried on the rolls of the employing
subcontractor.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations. For all new projects awarded on or after April 1, 2015, the contractors and subcontractors
must furnish electronic certified payroll records to the Labor Commissioner. The requirement to furnish
electronic certified payroll records to the Labor Commissioner will apply to all public works projects,
whether new or ongoing, beginning January 1,2016.
GP-19
Page 400
Each Contractor or Subcontractor shall preserve his weekly payroll records for a period of three(3)years
from the date of the acceptance of the work by the Board. The payroll records shall set out accurately
and completely the name, address, social security number, occupational classification,and hourly wage
rate of each employee, hours worked by him during the payroll period, and full weekly wages earned by
him, any deductions made from such weekly wages,and the actual weekly wages paid to him.
Such payroll records shall be made available at all times for inspection by the City or its authorized
representatives.
The Contractor agrees that, in case of underpayment of wages to any worker on the project under this
contract by the Contractor or any subcontractor, the City shall withhold from the Contractor out of
payments due,an amount sufficient to pay such worker the difference between the wages required to be
paid under this contract and the wages actually paid such worker for the total number of hours worked
and that the City may disburse such amount so withheld by it for and on account of the Contractor to the
employee to whom such amount is due. The Contractor further agrees that the amount to be withheld
pursuant to this paragraph may be in addition to the percentages to be retained by the City pursuant to
other provisions of this contract.
G P-20
Page 401
SECTION 8—FACILITIES FOR AGENCY PERSONNEL
The provisions of this section shall be deleted and replaced with the following:
Field offices for City personnel are not required; however, City personnel shall have the right to enter
upon the project at all times and shall be admitted to the offices and sanitary facilities provided by the
Contractor for use by his own personnel.
G P-21
Page 402
SECTION 9—MEASUREMENT AND PAYMENT
9-3 PAYMENT
9-3.1 GENERAL.
The following paragraphs shall be added at the end of the subsection:
Whenever the Contractor is required to perform work or furnish equipment, labor, tools and materials of
any class for which no price is fixed in the Proposal, it shall be understood that such work, equipment,
labor,tools and material shall be provided without extra charge,allowance,or direct payment of any kind.
The cost of performing such work or furnishing such equipment, labor, tools and materials shall be
included in the unit bid prices in the proposal and no additional compensation will be made, therefore.
If any portion of the work done or materials furnished under the Contract shall prove defective or not in
accordance with the specifications and contract drawings, and if the imperfection in the same shall not
be of sufficient magnitude or importance to make the work dangerous or undesirable, the Engineer shall
have the right and authority to retain the work instead of requiring it to be removed and reconstructed,
but he shall make such deductions therefor in the payment due the Contractor as may be just and
reasonable.
9.3.2 PARTIAL&FINAL PAYMENT.
Paragraph two shall be deleted and replaced with the following paragraph:
On the workday following the designated closure date for preparation of progress estimates, the
Contractor shall submit to the Engineer a written progress estimate based on the Contract Unit Prices or
as provided for in Subsection 92 of the work that has been satisfactorily completed. The Engineer will
review the estimate and approve it or notify the Contractor of any exceptions. The Engineer will determine
and prepare the partial and final payments. If the Contractor fails to submit a written progress estimate,
the Engineer will determine the quantity of work performed. No such progress estimate will be required
nor payment will be made when the total number of working days is twenty-five (25) or less or when the
value of the work totals less than five hundred dollars ($500.00). Progress payment will, when properly
completed as specified,be paid within 30 calendar days of submittal,and it is understood that any delay
in the preparation, approval and payment of these demands will not constitute a breach of contract on
the City.
9-3.3 DELIVERED MATERIALS.
The text of this subsection shall be deleted and replaced with the following:
Materials and equipment delivered but not incorporated into the work will not be included in the estimate
for progress payment.
9-3.4 MOBILIZATION
The text of this subsection shall be deleted and replaced with the following:
Mobilization shall consist of all necessary work including but not limited to those necessary for the
movement of personnel, equipment, supplies, securing all permits/approvals and licenses, paying all
less, preparatory work and operations, and incidentals to the project site; for the establishment of all
offices,building and other facilities necessary for the work on this project;and for all other work operations
GP-22
Page 403
which must be performed or cost incurred without other pay items on the various contract items on the
project site.
Re-mobilizations from street to street and as needed in all other circumstances by the Contractor's
operations, work sequencing, revised work sequencing, scheduling, revised schedules and for all work
shall be included in various other pay items. No separate payment or change orders will be allowed for
any re-mobilizations related to additive work shall be included in the additive work pay items.
Mobilization and Demobilization as necessary by the scope of work shall also include all costs required
by the contract and included in the Bid item.When no such Bid item is provided, payment for such costs
will be considered to be included in the other items of work.
G P-23
Page 404
PART 2
CONSTRUCTION MATERIALS
SECTION 200-ROCK MATERIALS
200-1 ROCK PRODUCTS
200-1.4 COARSE AGGREGATE FOR PORTLAND CEMENT CONCRETE.
The Cleanness Value requirement shall be replaced with the following:
Tests Test Method Requirements
Cleanness Value California 227
Individual Test 70 Min.
Moving Average 75 Min.
200-1.5 SAND
200-1.5.3 SAND FOR PORTLAND CEMENT CONCRETE.
The Sand Equivalent requirement shall be replaced with the following:
Tests Test Method Requirements
Sand Equivalent California 217
Individual Test 70 Min.
Moving Average 75 Min.
200-2 UNTREATED BASE MATERIALS
200-2.1 GENERAL.
The first paragraph shall be deleted and replaced with the following:
Untreated base shall be Crushed Miscellaneous Base.
The following paragraph shall be added following paragraph 2:
The gradation and sand equivalent requirements of subsections 2002.2,200-2.3,200-2.4,
200-2.5 and 200-2.6 shall be the moving average requirements. Individual test
requirements shall be determined by the Engineer.
200-2.2.3,200-2.4.3 AND 200-2.8.4 QUALITY REQUIREMENTS.
The following paragraph shall be added at the end of each subsection:
The minimum R-Value requirement will not be waived.
MA-1
Page 405
The following subsection shall be added:
200-2.9 DECOMPOSED GRANITE
200-2.9.1 GENERAL.
Decomposed granite is derived from the crushing and screening of naturally friable granite,
commonly known as decomposed granite gravel. The material shall be reddish-brown in color.
200-2.9.2 GRADING.
The granite shall be screened to include stone particle 3f8" or 1/4" minus down to fine particles.
The sand equivalent of the material shall be in the range of 30 — 50. The R-value shall be a
minimum of 70. The percentage composition by weight shall conform to Table 200-2.8.2(A).
TABLE 200-2.8.2(A)
Sieve Size Percent Passing
112" 100
3/8" 90—100
No.4 50—100
No. 30 25—55
No, 100 10—20
No, 200 5-18
MA-2
Page 406
SECTION 201 -CONCRETE,MORTAR AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1 REQUIREMENTS
201-1.1.1 GENERAL.
The following paragraph shall be added following the last paragraph:
The Contractor shall furnish the Engineer with a copy of the mix design to be used and
with a legible certified weight-master's certificate for each load of P.C.C. delivered to the
project. Portland Cement Concrete delivered to the project site having a water content
and/or slump greater than that specified in the mix design shall be rejected and removed
from the project site.
MA-3
Page 407
PART 3
CONSTRUCTION METHODS
SECTION 300—REMOVALS AND EARTHWORK
300-1 REMOVALS
300-1.1 CLEARING AND GRUBBING
300-1.1.1 GENERAL.
The following paragraph shall be added at the end of the section:
Clearing and grubbing limits shall extend to any areas of work outside the right-of-way that
are shown on the plans.
300-1.4 PAYMENT.
The following paragraph shall be added after the first paragraph:
When the removal and disposal of materials are listed separately in the bid, payment for
removal and disposal of said materials shall be made at the contract Unit Price as shown.
Payment shall include full compensation for furnishing all labor, materials, tools,
equipment and incidentals and for doing all work involved in said removal and disposal.
300-2 UNCLASSIFIED EXCAVATION
300-2.7 SELECTED MATERIAL.
Replace this subsection with the following:
Selected materials encountered in excavations within the project limits that meet the
specifications for base material, trench bedding or backfill, topsoil or other specified
materials shall be used as shown on the Plans,in the Specifications,or as directed by the
Engineer. Topsoil excavated may be considered only for the purpose of backfilling areas
to be planted.
300-4 UNCLASSIFIED FILL
300-4.1 GENERAL.
Add the following at the end of paragraph two:
or in areas to be landscaped.
ME-1
Page 408
SECTION 301 —TREATED SOILS,SUBGRADE PREPARATION AND PLACEMENT OF
BASE MATERIALS
301-1 SUBGRADE PREPARATION
The following subsection shall be added:
301-1.6.1 ADJUSTMENT OF METER AND VALVE BOXES AND SURVEY MONUMENT
COVERS TO GRADE.
Meter and valve boxes and covers within the area to be paved or graded shall be set to
finish grade by the Contractor as required by the Plans and Specifications.
In the case of Portland cement concrete paving, the meter and valve box cover shall be
set to finish grade prior to paving.
301-1.7 PAYMENT.
Add the following paragraph to the end of the subsection:
Payment for adjustment of meter and valve boxes and covers to grade shall be included
in the irrigation bid price. The price will include all labor, materials, hardware, tools and
incidentals and coordination for inspection by the owner and no additional compensation
will be allowed,therefore.
ME-2
Page 409
SECTION 303-CONCRETE AND MASONRY CONSTRUCTION
303-1 CONCRETE STRUCTURES
303-1.2 SUBGRADE FOR CONCRETE STRUCTURES.
Paragraph 2 shall be deleted and replaced with the following paragraphs:
If the plans and special provisions for the project provide for the construction of gravel
base material,and that material will be subgrade for concrete,the Contractor shall furnish
6 mil polyethylene sheeting as a subgrade cover. The placing of steel reinforcement and
placement of concrete shall follow the installation of the polyethylene sheeting as closely
as possible. The gravel base material shall be kept free from water to prevent any portion
of concrete material being deposited in water. No payment will be made for dewatering
other than as may be included in the prices bid for the various items of work or when an
item for dewatering is provided.
The Contractor shall excavate to the subgrade dimensions and grades shown on the plans
or as directed by the Engineer. Where a firm foundation is not encountered due to soft,
spongy or other unsuitable material, all such unsuitable material shall be removed and
replaced with Gravel Base Material, or compacted backfill, at the discretion of the
Engineer.
303-1.7 PLACING REINFORCEMENT
303-1.7.1 GENERAL.
The following shall be added to the end of paragraph one:
Reinforcing steel shall be of the same grade throughout the structure.
303-1.8 PLACING CONCRETE
303-1.8.6 JOINTS.
Paragraph one shall be deleted and replaced with the following paragraph:
Transverse construction joints shall be placed in all reinforced sections of concrete
construction at intervals not less than 10 feet nor more than 50 feet or as designated on
the plans. The joint locations shall be similarly located and in the same plane for the entire
structure. For concrete thicknesses greater than 6 inches, the joint shall be keyed as
directed by the Engineer. The Contractor shall construct, in one continuous concrete
placing operation, all work comprised between such joints. Joints shall be kept moist until
adjacent concrete is placed.
303-1.9 SURFACE FINISHES.
303-1.11 PAYMENT.
The following paragraph shall be added after the first paragraph:
ME-3
Page 410
When payment for concrete structures is based on the unit price per each, such payment
shall include full compensation for furnishing all labor, materials (including reinforcing
steel), tools and equipment and doing all work required to construct the structure in
conformity with the Plans and Specifications.
303-5 CONCRETE HEADERS, CURBS, WALKS, GUTTERS, CROSS GUTTERS,
ALLEY INTERSECTIONS,ACCESS RAMPS,AND DRIVEWAYS.
303-5.1 REQUIREMENTS
303-5.1.1 GENERAL.
The second paragraph shall be deleted and replaced with the following paragraphs:
The thickness of headers, sidewalks, gutters, cross gutters, alley intersections, access
ramps and driveway aprons shall be as shown on the City Standard Plans or improvement
plans.
Areas of Miscellaneous Concrete adjacent to or behind sidewalks and driveways shall be
considered as a walk for the purpose of these specifications.
No concrete shall be ordered and/or poured until the forms and subgrade have been
inspected and approved by the Engineer in the field.
All pullboxes, water meter boxes and water valve covers shall be adjusted to proposed
finish grade and approved by the Engineer in the field prior to placement of the concrete:
i.e.,curbs,walks, gutters, etc.
ME-4
Page 411
SECTION 306—OPEN TRENCH CONDUIT CONSTRUCTION
306-3 TRENCH EXCAVATION
306-3.1 GENERAL.
The second paragraph shall be deleted and replaced with the following:
Excavation shall include the removal of all excess excavated materials and all water and
materials of any nature which interfere with the construction work.
The following paragraph shall be added at the end of the subsection:
When the actual elevation or position of any existing pipe, conduit or other underground
appurtenance cannot be determined without excavation, the Contractor shall excavate
and expose the existing improvement at the location shown on the Plans and any other
locations deemed necessary by the Engineer. Such excavation shall be considered as
part of the excavation necessary for the work. The Engineer shall be given the opportunity
to inspect the existing improvement when it is exposed. Any adjustments in line or grade
which may be necessary to accomplish the intent of the Plans shall be made.
306-3.2 REMOVAL OF SURFACE IMPROVEMENTS.
The following paragraph shall be added at the end of the subsection:
The removal of existing improvements shall be considered a part of the items of work,the
construction of which requires the removal of existing improvements, unless a specific
item is provided therefor.
306-3.5 MAXIMUM LENGTH OF OPEN TRENCH.
The first paragraph shall be deleted and replaced with the following:
Except as approved by the Engineer,the maximum length of open trench,where irrigation
pipe and/or conduit is used, shall be the distance necessary to accommodate the amount
of pipe/conduit installed in a single day. At the end of each working day there shall be a
maximum of 50 feet of open trench. The distance is the collective length of any location,
including open excavation, pipe and/or conduit laying and appurtenant construction and
backfill which has not been temporarily resurfaced.
306-6 BEDDING.
306-6.1. GENERAL.
The last two paragraphs of the subsection shall be deleted, and the following paragraphs added:
Bedding shall conform to City Standard Plans.
All pervious bedding materials shall have a sand equivalent of not less than 20.
The case of bedding to be used shall be as shown on the plans.
The trench bottom shall be graded to provide a smooth,straight,firm and stable foundation
ME-5
Page 412
at every point throughout the length of the pipe. At each joint in the pipe, the bottom of
the trench shall be recessed in such a manner as to relieve the bell or coupling from all
load and to insure continuous bearing along the pipe barrel. The recess shall also be
large enough to prevent foreign material from entering the pipe.
If any trench,through the neglect of the Contractor, is excavated below the grade required
by the Plans and these Special Provisions, it shall be refilled to grade with additional
bedding. The excess excavation and the additional bedding shall be at the Contractor's
expense.
Additional bedding shall be crushed aggregate base.
Except as specified otherwise, trench bedding shall be densified in accordance with the
relative compaction requirements of City Standard Plans.
306-6.5 PLACEMENT AND COMPACTION
306-6.5.1. GENERAL.
The following paragraph shall be added at the end of the subsection:
The method of densification shall be approved by the Engineer.
ME-6
Page 413
PART 8
LANDSCAPING AND IRRIGATION MATERIALS
SECTION 800—MATERIALS
800-1 LANDSCAPE MATERIALS
800-1.1 TOPSOIL
800-1.1.1 GENERAL.
The following paragraph shall be added following paragraph 1:
Topsoil material unless otherwise designated shall be class C.
800-1.1.2 CLASS"A"TOPSOIL.
Paragraph 2 shall be deleted,and the following paragraphs inserted in the place thereof:
At least 15 days before scheduled use, the proposed source of topsoil must be submitted
to the Engineer for approval. The Contractor shall submit a written request for approval
which shall be accompanied by a written report of a testing agency registered by the State
for agricultural soil evaluation which states that the proposed source complies with these
specifications. Class A topsoil shall consist of a natural, fertile, friable, sandy loam soil
having the characteristics of representative soils in the vicinity which produce heavy
growth of crops, grasses, or other vegetation and shall be obtained from natural well
drained area. Before removal of the topsoil, the surface at the source of supply is to be
stripped to a depth of two inches in order to remove weed seeds, roots, etc. The source
of topsoil shall be free from Bermuda grass,crab grass and all noxious weeds or grasses.
The topsoil shall be free from subsoil, refuse, heavy roots, clay lumps, stones larger than
one inch in size, noxious weeds, sticks, brush, litter and other deleterious substances. In
no case shall there be more than five percent by volume of the following: stones smaller
than one-inch,coarse sand, and small clay lumps. It shall not be infested with nematodes
or other undesirable insects or plant disease organisms.
The soil shall be free from insoluble carbonates and shall have the following analysis,
which shall be verified by a soil analysis made by the City.
pH -............................................maximum of 7.0;minimum of 6.0
ECo...........................................................zero to three maximum
(electrical conductivity)
ESp.........................................................zero to twelve maximum
(exchangeable sodium percentage)
The soil shall be subject to inspection at the source of supply prior to delivery.
LA-1
Page 414
800-1.2 SOIL FERTILIZING AND CONDITIONING MATERIALS
800-1.2.1 GENERAL.
The following paragraphs shall be added following paragraph 2:
Organic Fertilizers and Soil Conditioners shall be comprised of decomposed animal and
vegetable matter having been processed and composed to support bacterial culture. A
bacterial stimulator shall be included. A guaranteed analysis shall contain 5% Nitrogen,
3%Phosphate, 1%Potash,50%Humus, 15% Humic Acid. No fertilizer or conditioner etc.
shall contain any unprocessed poultry,animal or human waste.
800-1.2.3 COMMERCIAL FERTILIZER.
The following paragraphs shall be added following paragraph 1:
Commercial Fertilizers shall be delivered in sacks with the manufacturer's label showing
weight and analysis attached to each sack.
800-1.2.4 ORGANIC SOIL AMENDMENT.
Paragraph 1 shall be deleted and replaced with the following:
Organic Soil amendment material shall conform to Type 1 unless otherwise designated.
800-1.2.5 MULCH.
Sentence one of paragraph one shall be deleted and replaced with the following:
The City will provide 4-inch minus shredded wood chip mulch through our supplier Burrtec.
This is the highest grade of mulch Burrtec produces. The mulch will be provided to the
contractor at no cost for use on the project; however,the contractor will need to place the
order with Burrtec at least two (2) weeks prior to delivery by e-mailing the City's Project
Manager the date of delivery and quantity needed, plus pay for delivery. Questions
regarding the scheduling and delivery costs can be directed to Michael Heftman at Burrtec,
mobile#471-9173; e-mail mheftman@burrtec.com.
The following subsection shall be added:
800-1.2.6 SOIL HERBICIDE.
A commercially manufactured nonselective herbicide for total control of vegetation
products shall meet all federal and state regulations pertaining to the use of such
substances. Application and rate of application shall follow manufacturer's
recommendations. Application shall not be made until obtaining written approval from the
City.
800-1.4 PLANTS
800-1.4.1 GENERAL.
Delete the text of this subsection and replace with the following:
LA-2
Page 415
A representative number of plants shall be inspected and approved at the nursery by the
Engineer prior to shipment to the planting site. Plants shall be inspected for size and
condition of root growth,insects, injuries and latent defects. The City reserves the right to
reject entire lots of plants represented by defective samples.
Plant condition shall be in accordance with the California State Department of Agriculture's
regulations for nursery inspections, rules, and grading.
All plants shall have a growth habit normal to the species and shall be sound, healthy,
vigorous and free from insect pests, plant diseases, sun scalds, fresh bark abrasions,
excessive abrasions, or other objectionable disfigurements. Tree trunks shall be sturdy
and well"hardened off". All plants shall have normal well-developed branch systems,and
vigorous and fibrous root systems, which are neither root- nor pot-bound and are free of
kinked or girdling roots.
Other than the normal side pruning during the growth period, no pruning shall be done
prior to inspection at the nursery.
The size of the plants will correspond with that normally expected for species and variety
of commercially available nursery stock, or as specified in the drawings. The minimum
acceptable size of all plants, measured before pruning with the branches in normal
position,shall conform with the measurements, if any, specified on the drawings in the list
of plants to be furnished. Plants larger in size than specified may be used with the
approval of the CITY, but the use of larger plants will make no change in contract price.
Bare root plantings in publicly maintained areas shall be done only with special approval
of CITY.
The following subsections shall be added:
800-1.4.7 QUANTITIES AND TYPES.
Plant materials shall be furnished in the quantities and/or spacing as shown or noted for
each location, and shall be of the species, kinds, sizes, etc., as symbolized, and/or
described in the "Plant Legend",as indicated on the drawings. The landscape contractor
is to verify all sizes and quantities on plans.
Installation and use of substitute items shall not be made until the contractor is in receipt
of written approval from the CITY. Substitution Proposals for plant material must be
accompanied by substantive written proof of nonavailability of material originally specified.
800-1.4.8 HYDROSEED MATERIALS.
Fiber shall be produced from cellulose such as wood pulp or similar organic materials and
shall be of such character that it will disperse into a uniform slurry when mixed with water.
The fiber shall be of such character that,when used in the applied mixture,an absorption
of porous mat, but not a membrane, will result on the surface of the ground. Materials
which inhibit germination or growth shall not be present in the mixture.
Dry powdered muciloid, derived from seed husks shall be used to hold seed in place,
promote germination and control erosion, available as Ecology Control MBinder or equal.
LA-3
Page 416
Fertilizer shall be pelleted or granular form and shall comply with the chemical analysis
specified above. The fertilizer shall be thoroughly mixed and incorporated in the hydro
mulching slurry.
800-1.5 HEADERS,STAKES AND TIES.
800-1.5.3 TREE STAKES.
The first paragraph shall be replaced with the following:
Tree stakes shall be sharpened 2" diameter lodgepole pine, treated in accordance with
section 204-2.2. Stake length shall be 10' long (12' long for Eucalyptus trees) and shall
be free from splits.
The third paragraph shall be replaced with the following:
Deadman stake shall be either 2 X 4-inch (50 X 100mm) redwood or 3/4-inch (19mm)
diameter steel pipe 3 feet(1 mm)long. Covers for wire shall be 1/2-inch (13mm)minimum
diameter or 1/2-inch ultraviolet P.V.C.tubing.
The following paragraph shall be added at the end of the subsection:
A minimum of three(3) supporting tree ties or guy anchors shall be used for each tree.
800-2 IRRIGATION SYSTEM MATERIALS
800-2.1 PIPE AND FITTINGS
800-2.1.1 GENERAL.
The following paragraph shall be added at the end of the subsection:
The manufacturer's directions and detail drawings shall be followed unless directed by the
Engineer or shown differently in the plans and specifications.
800-2.1.3 PLASTIC PIPE FOR USE WITH SOLVENT WELD SOCKET OR THREADED
FITTINGS.
Add the following before the first paragraph:
General. Use only new materials of brands and types noted on drawings,specified herein,
or approved equals.
Paragraph 2 shall be deleted and replaced with the following:
P.V.C.Pressure Main Line Pipe and Fittings shall be Class 315 P.V.C.with solvent welded
joints for pressure main pipes 2" and larger and P.V.C. schedule 40 with solvent welded
joints for pressure main piping of lessor diameter. P.V.C, schedule 40 solvent welded
piping shall be used for all nonpressure lateral line piping.
The following paragraphs shall be added at the end of the subsection:
LA-4
Page 417
All P.V.C. pipe must bear the following markings:
1. Manufacturer's name
2. Nominal pipe size
3. Schedule or class
4. Pressure rating in P.S.I.
5. NSF(National Sanitation Foundation) approval
6. Date extrusion
7. U.P.C. shield logo (IAPMO approval)
All fittings shall bear the manufacturer's name or trademark, material designation, size,
applicable I.P.S. schedule and NSF seal of approval,
Solvent cement and primer for P.V.C. solvent weld pipe and fittings shall be of type
recommended by the manufacturer, and shall follow installation methods prescribed by
the pipe manufacturer.
800-2.2 VALVES AND VALVE BOXES
800-2.2.2 GATE VALVES.
The text of this subsection shall be deleted and replaced with the following:
Valves shall be of the size, type and capacity designated on the plans or in the
specifications.
800-2.2.4 REMOTE CONTROL VALVES.
Add the following after paragraph number one:
Valves shall be of the size, type and capacity designated on the plans or in the
specifications.
800-2.2.6 QUICK-COUPLING VALVES AND ASSEMBLIES.
The text of this subsection shall be deleted and replaced with the following paragraph:
Valves shall be of the size, type and capacity designated on the plans or in the
specifications.
800-2.2.7 VALVE BOXES.
Delete the first paragraph and replace with the following:
Valve boxes and lids shall be of the size and type designated on the plans or in the
specifications.
Pull boxes shall be stenciled on top with 2" white letters "I.F.S." (Irrigation Field Splices)
for recognition.
LA-5
Page 418
The following subsection shall be added:
800-2.2.8 MASTER CONTROL VALVES.
The master control valve manufacturer and size shall be as designated on plans or in the
specifications.
800-2.3 BACKPLOW PREVENTER ASSEMBLY
Add the following after paragraph number one:
Unless otherwise instructed by the City Inspector said backflow assemblies shall consist
of a brass reduced pressure/backflow prevention device with"Wye"strainer and 60 mesh
screen as designated on the plans or in the specifications.
800-2.4 SPRINKLER EaUIPMENT
The text of this subsection shall be deleted and replaced with the following:
Irrigation bodies and nozzles shall be as indicated on the plans or in the specifications.
Substitutions shall not be allowed unless by written authorization from the City Inspector.
Irrigation bodies and nozzles shall feature low head drainage, pressure regulating and
pressure compensating features. Unless otherwise approved, all popups and fixed riser
assemblies shall consist of plastic and stainless-steel materials.
Smaller radii turf irrigation equipment shall consist of 6" popups. All smaller radii; shrub
and ground cover irrigation equipment shall consist of 12" popups, unless otherwise
approved by the City. Smaller radii equipment are those components which irrigate within
and under a radius of twenty-two feet.
Large radius heads (between 22 feet and 60 feet) shall consist of popups plastic and
stainless steel,gear driven rotors with matches precipitation nozzles and adjustable radius
patterns.
800-3 ELECTRICAL MATERIALS
800-3.2 CONDUIT AND CONDUCTORS
800-3.2.1 CONDUIT.
Replace paragraph 1 with the following:
Unless otherwise shown on the plans or in the specifications, conduits shall be schedule
40 P.V.C. pipe in the size called for on the plans or in the specifications.
800-3.2.2 CONDUCTORS.
Add the following paragraphs at the end of the subsection:
The electrical system shall be installed in accordance with the National Electrical Code.
LA-6
Page 419
Connections between the automatic controllers and the electrical control valves shall be
made with direct burial copper wire AWGLI.F.600 volt. Pilot wires shall be a different color
wire for each automatic controller. Common wires shall be white with a different color
stripe for each automatic controller. Install in accordance with valve manufacturer's
specifications and wire chart. In no case shall wire size be less than #14.
Wiring shall occupy the same trench and shall be installed along the same route as
pressure supply or lateral lines wherever possible. Install wires inside schedule 40
Conduit anywhere it is not possible to place in pipe trench,or where wires must go under
pavement. Conduit size shall be large enough to contain all necessary wires.
Where more than one (1)wire is placed in a trench, the wiring shall be bundled and taped
together at intervals of fifteen (15)feet.
An expansion curl should be provided within fifteen (15)feet of each wire connection and
at least every fifteen hundred (1500)feet of wire length on runs more than fifteen hundred
(1500)feet in length and also at each change of direction. Expansion curls shall be formed
by wrapping at least twenty (20) turns of wire around a one-inch diameter pipe, then
withdrawing the pipe.
All splices shall be made with Snap-Tite Waterproof Connector Packs,or approved equal.
Field splices between the automatic controller and electrical control valves will not be
allowed without prior approval of the City
Add the following subsections:
800-3.4 MOISTURE SENSORS
Moisture sensors manufacturer size and installation shall be as designated on the plans
or in the specifications.
800-3.5 FLOW SENSORS
Flow sensors manufacturer,size and installation shall be as designated on the plans or in
the specifications.
LA-7
Page 420
SECTION 801 —INSTALLATION
801-1 GENERAL. The following paragraphs shall be added at the end of the
subsection:
Inspection will be required for the following parts of the work:
a. At completion of incorporation of soil amendments and fine grading.
b. Prior to digging plant pits for trees and shrubs.
c. During backfilling of plant pits with amended backfill.
d, Maintenance period shall not begin until final installation inspection is made, and
establishment is verified. The Engineer shall approve the commencement date of maintenance
prior to the commencement of said maintenance.
e. City Council acceptance will be at the end of the maintenance period.
801-2 EARTHWORK AND TOPSOIL PLACEMENT
801-2.1 General. The following shall be added at the end of the subsection:
The Contractor shall apply water as necessary to provide ideal moisture content for tilling
and for planting as, herein specified.
801-2.2 TOPSOIL PREPARATION AND CONDITIONING.
801-2.2.2 Fertilizing and Conditioning Procedures. The first paragraph of the
subsection shall be deleted and replaced with the following:
Planting areas shall be brought to finished grade whereupon Fertilizer and Soil
Conditioning required by the native soils for the intended landscape planting shall be added based
upon the recommendations of the soil analysis tests provided by the City.
The type and quantity of commercial fertilizer used shall be amended as necessary based
upon the soil analysis test.
The following subsection shall be added:
801-2.2.3 Weed Control. Upon the completion of the irrigation system and after all
existing weeds and growth have been removed from the planting area,the Contractor shall apply,
by spraying,a mixture of Commercial Fertilizer 12-12-12 at a rate of 400 pounds per acre.
Thereafter, all areas shall be watered four times daily until weed seeds have germinated,
unless otherwise directed by the Engineer. Thereafter, watering shall cease for three days,
followed by the spraying of a systemic herbicide containing the active ingredient glyphosate.
Spraying shall be at the labeled rate compatible with the eradication rate for the target weed
species. After allowing sufficient time for the herbicide to kill all remaining weeds,the areas to be
landscaped shall be raked or hoed as directed by the Engineer to remove any remaining weed
stubble.
LA-8
Page 421
801-2.3 Finish Grading. The following shall be added to the last sentence of the
second paragraph.
... except where water is designed to flow over the same.
The following paragraphs shall be added following paragraph two:
Finish grades shall be those indicated on the drawings or as may be controlled by existing
installations. Grades not otherwise indicated shall be uniform and straight graded between points
where elevations are noted. Minor modeling of the ground surface may be required.
Grading shall provide for the natural run-off of water without low spots or pockets. Flow
lines shall be set by instrument and shall be at the maximum gradient possible.
801-3 HEADER INSTALLATION
The following subsection shall be added:
801-3.1 Concrete Headers. Concrete headers shall be constructed in accordance with
the plans and specifications. All concrete work shall conform to the requirements of subsections
201-1 and 301-1.
801-4 PLANTING
801-4.3 Layout and Plant Location. The following paragraph shall be added at the end
of the subsection:
In the event that a designated plant location is found in conflict with underground utilities
or substructures during the planting operation, an alternate location will be selected by the City.
The Contractor shall be responsible to notify utility companies for the spotting of underground
facilities prior to plant examination and to make precautionary potholes where conflicts would be
indicated on the plans or by field notations by utility representatives. The cost for utility notification
and potholing shall be included in the other work items and no additional compensation will be
allowed, therefore.
801-4.5 Tree and Shrub Planting. Paragraphs 4 and 5 shall be deleted and replaced
with the following:
Planting shall be governed by the following requirements:
Use the following backfill mixture:
Type I organic soil amendments, 25%
Native Soil, 75%
Commercial fertilizer and agricultural gypsum shall be added in accordance with the
recommendations of the soils report.
1. Place plants near respective pits. Set the tablets to be used with each plant on the
top of the root ball while the plants are still in their containers so the required number of tablets to
be used in each hole can be easily verified.
LA-9
Page 422
2. Remove all plants from their containers and set in plant pits.
3. Fill pits to proper height with amended backfill to receive the plant and thoroughly
tamp the mixture before setting the plant.
4. Set plant in upright position in the center of the hole and compact the backfill mixture
around the ball or roots.
5. Thoroughly water each plant when the hole is half filled. The remainder of the hole
shall then be backfilled. Set the tablets to be used with each plant on the top of the root ball while
the plants are still in their containers so the required number of tablets to be used in each hole
can be easily verified.
6. After watering, tamp the soil in place until the surface of the backfill is level with the
surrounding area and the crown of the plant is at the finished grade of the surrounding area. Do
not backfill around trunks or stems.
7. After backfilling,an earthen basin shall be constructed around each plant. Each basin
shall be of a depth sufficient to hold at least six inches of water. Basins shall be the same size as
the container size of each individual plant. The basins shall be constructed of amended backfill
material.
S. Immediately after planting, apply water to each tree and shrub by means of a hose.
Apply water in a moderate stream in the planting hole until the material about the roots is
completely saturated from the bottom of the hole to the top of the ground.
9. Apply water insufficient quantities and as often as seasonal conditions require to keep
the planted areas moist at all times, well below the root system of grass and plants. Generally,
water once each day for 7 days in cool seasons and for 14 days in hot weather. Berms around
shrubs and trees in slopes shall be permanently maintained. In turf areas, berms shall be
maintained for 30 days following tree planting.
10. Pruning shall be limited to the minimum necessary to remove injured twigs and
branches and to compensate for loss of roots during transplanting, but never to exceed one-third
of the branching structure. Upon approval of the Engineer, pruning may be done before delivery
of plants but not before plants have been inspected and approved.
801-4.6 Plant Staking and Guying. The entire subsection shall be deleted and replaced
with the following paragraph:
All staking and guying shall be in accordance with the City Standard Plans.
801-4.7 Ground Cover and Vine Planting. The second paragraph shall be deleted and
replaced with the following:
Ground cover shall be planted in moist soil and spaced as indicated on the plans. Vines
shall be planted in accordance with subsection 308-4.5 and City Standard Plans and spaced as
indicated on the plans.
l_A•10
Page 423
801-4.8 Lawn Planting
801-4.8.2Seed.The following paragraph shall preface the subsection:
The Contractor shall provide a written seed mixture statement for Method A or a written
slurry mixture statement for Method B for approval of the Engineer prior to planting.
(a) Method A. The following sentence shall be added at the end of the fourth paragraph:
Swales shall be planted or lined with sod of equal seed mix to minimize soil and seed erosion.
(b) Method B.The following sentence shall be added at the end of the subsection:Swales
shall be planted or lined with sod of equal seed mix to minimize soil and seed erosion.
801-4.8.3 Sod. The following sentence shall be added after the second sentence in the
third paragraph:
Sod shall be laid with longer seams perpendicular to the slope,and in a staggered pattern
to minimize erosion.
801-4.9 Erosion Control Planting
The following subsection shall be added:
801-4.9.6 Hydroseeding. Equipment must have minimum capacity of 1,500 gallons,and
a positive displacement pump with the ability to agitate and properly mix the above materials.
Pump must be capable of creating 100 psi pressure with sufficient volume to distribute above
slurry evenly over 12,000 square feet within a 15-minute period.
The Vendor shall furnish at least 2 employees during all hydro mulching applications.
The materials for colonized areas shall be machine mixed before application.The mixture
of stolons and additives shall be applied by a hydro mulching machine. The nozzle height shall
be between 6 feet and 10 feet above the ground level. Discharged pressure at the nozzle shall
be 100 psi.
Spraying shall be done in a sweeping motion allowing the slurry to fall evenly and
eventually building up a fairly consistent matting.
Area to be planted shall be irrigated to obtain 12 inches of penetration.This shall be done
4 to 7 days prior to planting.
All slurry mixture which has not been applied to the designated area within four hours after
mixing shall be rejected and removed from the project at the Contractor's expense.
Hydroseed area on plan shall be hydroseeded with the following:
2000 Ibs/acre Weed Cellulose Fiber
100 Ibs/acre Ecology Control M-Binder
66.5 Ibs/acre Seed Mix (see plans for mix)
600 Ibs/acre Gro-Power Plus Fertilizer or approved equal.
LA-11
Page 424
Any slurry spilled into restricted areas,such as reservoir basins or drainage ditches, shall
be cleaned up at the Contractor's expense to the satisfaction of the Engineer.
It shall be the responsibility of the applicator to assure that the site is properly prepared,
and that the irrigation system is operating and programmed properly. The applicator shall notify
the Contractor and the Engineer if the site is not properly prepared.
The hydroseed applicator shall take responsibility for repairing tire ruts created by his
equipment, unless he has notified the Contractor of the poor soil conditions, being too wet, or of
insufficient compaction,and is requested by the Contractor to continue. Areas for repair shall be
blended and floated to match surrounding areas and reseeded.
All bare spots shall be re-hydroseeded by the Contractor within 10 days.The Contractor
shall be responsible for all reseeded areas for as long after seeding as necessary until an
acceptable stand of hydroseeded material is realized and approved by the Engineer.
Water as necessary to insure constantly moist soil until germinated(approximately 14-21
days). Water every day once per day for two weeks thereafter and then gradually reduce
frequency of watering to twice per week. The Contractor shall continue to maintain the lawn until
final acceptance by the City.
Woodchipper mulch installation shall consist of placing 4" thick material equal to or
supplied by Earthworks of Norco, California (909) 538-3321 over designated planter areas. See
plans for areas of installation. Submit sample prior to purchase and/or placement for approval.
Certification of weights and analysis shall be required by City for all of the following
materials used:
a. Soil conditioners
b. Fertilizers
c. Seed
801-5 IRRIGATION SYSTEM INSTALLATION
801-5.1 General.The following paragraphs shall be added after paragraph 1:
Due to the scale of drawings, it is not possible to indicate all offsets,fittings, sleeves,etc.,
which may be required. The Contractor shall carefully investigate the structural and finished
conditions affecting all of his work and plan his work accordingly,furnishing such fittings, etc., as
may be required to meet such conditions. The work shall be installed in such a manner as to
avoid conflicts between planting, and architectural features, etc.
All work called for in the drawings by notes or details shall be furnished and installed
whether or not specifically mentioned in the specifications.
The Contractor shall not willfully install the irrigation system as shown on the drawings
when it is obvious in the field that unknown obstructions, grade differences, or discrepancies in
area dimensions exist that might not have been considered in engineering. Such obstructions or
differences shall be brought to the attention of the Engineer. In the event this notification is not
performed, the Contractor shall assume full responsibility for any revisions necessary and shall
LA-12
Page 425
perform such at his own expense.
The second paragraph shall be deleted and replaced with the following paragraphs:
The location of connection points shown are approximate. The Contractor shall contact
the utility company and coordinate the installation of the required electrical and water services.
Following coordination with the utility companies, the Contractor shall make all necessary
provisions to make the service connections called for on the plans at the places indicated or to
the nearest acceptable point thereto as approved by the utility company and the Engineer.
Verification of the point of connection with the utility company and the Engineer shall be obtained
by the Contractor prior to the start of work.
All costs for making service connections shall be paid for by the Contractor, with the
exception of any utility company fees and permit fees which are reimbursable by the City, as per
Section 7-5"Permits"of these Special Provisions.
The following paragraph shall be added at the end of the subsection:
The City reserves the right to make temporary repairs as necessary to keep the irrigation
system in operating condition. The exercise of this right by the City shall not relieve the Contractor
of his responsibilities under the terms of the guarantee as herein specified.
801-5.2 Trench Excavation and Backfill. The fourth paragraph shall be deleted and
replaced with the following:
The trenches shall not be backfilled until all required tests are performed. A fine granular
material used for bedding and backfill will be placed on all lines. Trenches shall be carefully
backfilled with the excavated materials approved for backfilling, consisting of earth, loam, sandy
clay,sand, or other approved materials, free from large clods of earth or stones.
The finished surface shall be restored to the grade established prior to excavation. All
mounding and divots shall be graded smooth to the satisfaction of the Engineer.
If settlement occurs, and subsequent adjustments in pipe, valves, sprinkler heads, lawn
or planting, or other construction are necessary, the Contractor shall make all required
adjustments.
The following subsections shall be added:
801-5.2.1 Trenching and Backfilling Under Paving.Where irrigation lines are called to
be placed within a sleeve, the P.V.C. sleeve to be provided for such work shall be Schedule 40
P.V.C. or Class 315 for sleeves 2"and larger.
308-5.2.2 Trenching Adjacent to Existing Trees. Where it is necessary to excavate
adjacent to existing trees, the Contractor shall use all possible care to avoid injury to trees and
tree roots. Excavation in areas where two inch and larger roots occur,shall be done by hand. All
roots two inches and larger in diameter, except directly in the path of pipe or conduit, shall be
tunneled under and shall be heavily wrapped with burlap to prevent scarring or excessive drying.
Where a ditching machine is run close to trees having roots smaller than two inches in diameter,
LA-13
Page 426
the wall of the trench adjacent to the tree shall be hand trimmed, making clean cuts through.
Trenches adjacent to trees should be closed within twenty-four hours. Where not possible, the
side of the trench adjacent to the tree shall be kept shaded with burlap or canvas.
801-5.3 Irrigation Pipeline Installation.
801-5.3.1 General.The following sentence shall be added to the end of paragraph three:
A minimum of twelve inches clearance shall be maintained between irrigation pipelines
and non-irrigation pipelines or conduits.
The following paragraphs shall be added at the end of the subsection:
P.V.C.sleeves shall be required under areas where hardscape materials shall be installed.
Before starting work on the irrigation system, the Contractor shall verify utility service
connection and meter locations with the utility companies.
801-5.3.3 Plastic Pipeline. The following shall be added to the end of paragraph one:
PVC to metal connections shall only be accomplished by PVC male adapters screwed into
metal fittings. Teflon tape shall be used on all threaded PVC to PVC joints and on all threaded
PVC to metal joints. Light wrench pressure is all that is required.
The following shall be added after paragraph five:
The Contractor is cautioned to exercise care in handling, loading, unloading and storing
of PVC pipe and fittings. All PVC pipe shall be laid flat and not subjected to undue bending or
concentrated external load at any point. Any section of pipe that has been dented or damaged
will be discarded and, if installed,shall be replaced with new piping. P.V.C. pipe and fittings shall
not be stored in direct sunlight.
The following subsection shall be added.
801-5.3.5 Conduit for Irrigation Pipe in Streets. If delay to any vehicle will not exceed
5 minutes,conduit may be installed by the following trenching method:
Conduit shall be placed under existing pavement in a trench approximately 2 inches wider
than the outside diameter of the conduit to be installed. Trenches shall not exceed 6 inches in
width. Conduit depth shall not exceed 12 inches or conduit trade diameter plus 10 inches,
whichever is greater, except at pull boxes where the trench may be hand dug to the required
depth. The top of the installed conduit shall be a minimum of 9 inches below finish grade.
The outside of all areas of pavement to be removed shall be cut to a minimum depth of 3
inches with an abrasive type saw or with a rock cutting excavator specifically designed for this
purpose. Cuts shall be neat and true with no shatter outside the removal area.
The conduit shall be placed in the bottom of the trench and the trench backfilled with
commercial quality concrete, containing not less than 564 pounds of cement per cubic yard, to
LA-14
Page 427
not less than 0.10 foot from the pavement surface. The remaining area shall be tack coated and
backfilled with asphalt concrete per City Standard Plans.
801-5.4 Installation of Valves,Valve Boxes,and Special Equipment.
Paragraphs three,four and five shall be deleted and replaced with the following:
Quick-coupler valves shall be set in valve boxes one foot from curbs, pavement or walks.
Quick-coupler valves shall be installed per City Standard Plans.
801-5.5 Sprinkler Head Installation and Adjustment.
801-5.5.2 Location, Elevation and Spacing.The last sentence of the second paragraph
shall be amended to read as follows:
Lawn sprinklers shall be installed 6 inches (150 mm) clear of adjacent walks, curbs,
paving, headers and similar improvements.
The third paragraph shall be amended to read:
Sprinkler heads shall be installed 6 inches (150 mm) from adjacent vertical elements
projecting above grade such as walls, planter boxes, curbs and fences.
Paragraph 4 shall be deleted and replaced with the following:
Shrub heads and bubbler heads shall be installed so as to operate 12 inches (300 mm)
above finished grade, unless otherwise detailed on the plans.
801-5.7 Flushing and Testing
801-5.7.1 General. The following paragraph shall preface the subsection:
Flushing of the lines (main line) shall be done before quick coupling valves and remote-
control valves are in place. All open ends shall be temporarily piped to flush water up and out of
the trenches. No water will be permitted to fall into the trench. Flushing procedure will be to first
open the ports nearest the source, then recap, and move progressively towards the end of the
line,with only one open port flushing at any one time.
801-5.7.2 Pipeline Pressure Test.
801-5.7.2.2 Method A. The following shall be added to the end of the second paragraph:
Pressure tests shall be performed such that the test periods are within the working hours
specified in the Special Provisions.
801-6 MAINTENANCE AND PLANT ESTABLISHMENT. The following paragraphs
shall be added at the end of the subsection:
The Contractor shall be responsible for detecting diseases and pests (including rodents)
as soon as they are present and shall take immediate action to identify and control the disease
LA-15
Page 428
or pest. Plants shall be maintained in a disease and pest free condition. A licensed pest control
operator shall be maintained to recommend and apply pesticides, herbicides and fungicides.
Exterminate gophers and moles and repair damage.
Maintain all planting, starting with the planting operations and continuing for 60 calendar
days, after all planting is complete and approved by the City in writing.
The maintenance period will not commence until all planting has been approved in writing
by the City.
Maintenance shall include all watering, weeding, mowing, edging, cultivating, spraying
and pruning necessary to keep the plant materials in a healthy growing condition and to keep the
planted areas neat and attractive throughout the maintenance period.
Provide all equipment and means for proper application of water to those planted areas
not equipped with an irrigation system.
Protect all planted areas against damage, including erosion and trespassing, by providing
and maintaining proper safeguards.
During the maintenance period, all plants and planted areas shall be kept well-watered
and weed free at all times.
In order to expedite the plant establishment work,the Contractor shall maintain a sufficient
number of workers and adequate equipment to perform the work herein specified from the time
any planting is done until the end of the final maintenance period.
The Contractor will be relieved from maintenance work when the plant establishment and
maintenance work has been completed to the satisfaction of the City.
Damage to planting areas shall be replaced immediately.
Depressions caused by vehicles, bicycles, or foot traffic, shall be filled and leveled.
Replant damaged areas.
Apply a pelletized fertilizer blend of 15-15-15 at the beginning and at a 30-day
maintenance interval at the rate 350 lbs. per acre until the designated end of the maintenance
period. A 60-day maintenance program shall consist of three fertilizer periods.
Apply 25 pounds of Gro-Power Plus per 1,000 square feet at the 25th and 55th day of the
60-day maintenance period.
Exterminate rodents,slugs,snails and cutworms as required and repair damage as above.
All paved areas shall be broom cleaned and/or washed and maintained in a neat and clean
condition at all times, as directed by the City.
At the end of the maintenance period, all plant material shall be in a healthy growing
condition.During the maintenance period,should the appearance of any plant indicate weakness
and probability of dying,that plant shall be immediately replaced with a new and healthy plant of
LA-16
Page 429
the same type and size without additional cost to the City.
All trees shall be guaranteed by the Contractor to live and grow in an acceptable upright
position for a period of one year after completion and final acceptance by the City.
The Contractor, within 15 days of notification by the City, shall remove and replace all
guaranteed plant materials which for any reason fail to meet the requirements of the guarantee.
Replacement shall be made with plant materials as indicated or specified for the original planting,
and all such replacement materials shall be guaranteed as specified for the original guaranteed
materials.
Upon completion of the work in this section, the Contractor shall clean up and remove
from the area all unused materials and debris resulting from the performance of the work as
directed by the City.
The following subsections shall be added:
801-9 GUARANTEE
The guarantee period shall begin at the date of final acceptance by the Board.
Upon acceptance, all planting, irrigation, earthwork and trenches shall be guaranteed by
the Contractor for a period of one year against defects in materials and workmanship.
Any settling of backfill trenches which may occur during the one-year guarantee period
shall be repaired to the City's satisfaction by the Contractor without expense to the City, including
the complete restoration of damaged planting, paving, or other improvements of any kind.
The Contractor, within fifteen days of notification by the Engineer, shall remove and
replace all guaranteed plant materials which,for any reason, fail to meet the requirements of the
guarantee. Replacement shall be made with plant materials as indicated or specified for the
original planting and all such replacement materials shall be guaranteed as specified for the
original guaranteed materials.
801-10 CHARTS, MANUALS AND DRAWINGS.
801-10.1 As-Built Drawings. The Contractor shall provide the Engineer with "as-built
mylars"at the completion of the project.
Contractor shall dimension from two permanent points of reference, building corners,
sidewalk, or road intersections, etc,, the location of the following items:
1. Gate valves
2. Sprinkler control valves
3. Routing of control wiring
4. Quick coupling valves
5. Other related equipment as directed by the City
6. Significant changes in routing of lateral lines from those indicated on
the plans
LA-17
Page 430
On or before the date of the final inspection,the Contractor shall deliver the corrected and
completed mylar and aperture cards to the City. Delivery of the final mylar and microfilm will not
relieve the Contractor of the responsibility of furnishing required information that may be omitted
from the prints.
801-10.2 Controller Charts. As-built drawings shall be approved by the City before the
Contractor prepares the controller charts.
Provide one controller chart for each controller supplied. In the case that no controller is
provided, the Contractor shall prepare a new controller chart, utilizing any existing system that is
being protected,as well as any new systems online,for the existing controller(s).
The chart shall show the area controlled by the automatic controller and shall be the
maximum size, which the controller door will allow.
The chart shall be a reduced drawing of the actual as-built system. However, in the event
the controlled sequence is not legible when the drawing is reduced,the controlled sequence shall
be enlarged to a size that is readable when reduced.
The chart shall be a black or blueline print with a different color used to indicate the area
of coverage for each station.
When completed and approved, the Contractor shall hermetically seal the chart between
two pieces of plastic, each piece being a minimum of 10 mils thick.
These charts shall be completed and approved prior to final inspection of the irrigation
system.
801-10.3 Manuals. Prepare and deliver to the City within ten calendar days prior to
completion of construction, two hard cover three rings binders containing the following
information:
i. Index sheet stating Contractor's address and telephone number and a list of the
equipment with the name and address of the local manufacturer's representatives.
2. Catalog and parts sheets of every material and equipment installed under this
contract.
3. Guarantee statement.
4. Complete operating and maintenance instructions on all major equipment.
In addition to the above-mentioned maintenance manuals, provide instructions for major
equipment and show evidence in writing to the City at the conclusion of the project that this service
has been rendered.
801-11 EQUIPMENT.
801-11.1 Loose Equipment to be Furnished. The Contractor shall supply as a part of
this contract the following tools:
LA-18
Page 431
1. Two sets of special tools required for removing, disassembling and adjusting each
type of sprinkler and valve supplied on this project.
2. Two five-foot valve keys for operation of gate valves.
3. One quick coupler key and matching hose swivel for every five of each type of quick
coupling valve installed.
4. Six spray nozzles of each type specified on the legend.
5. Twelve spray bodies of each manufacturer specified on the legend.
6. Two rotors of each manufacturer specified on the legend.
7. Two gate valves-line sized-as specified on the legend.
8. Two keys each for controller and controller enclosure doors.
The above-mentioned equipment shall be turned over to the City at the conclusion of the
project. Before final inspection can occur, evidence that the City has received the material must
be shown to the Engineer.
LA-19
Page 432
APPENDIX
Page 433
APPENDIX ITEM 1
CITY WORKING DAYS
CALENDAR
CITY OF RANCHO CUCAMONGA
WORKING DAY CALENDAR FOR 2021
JANUARY FEBRUARY
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1 2 1 T 3 4 5 b
liu6da 614 n'_�j 62i 61,
3 4 5 6 7 8 9 7 8 9 10 11 12 13
rlril 601 60 +'i 624 625 6Z6 617
1a 11 12 13 14 15 16 14 16 16 17 18 19 20
605 W6 607 tlr,l,d" as fin+ 6.4 fi31
17 18 19 20 21 22 23 21 22 123 124 125 26 127
Ifoliday 6 610 61L e13 a}, 633
} 634 035 6
J6
24 25 26 27 28 29 30 28
. „ r 614 91b nl7
31
MARCH APRIL
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1 2 3 4 5 6 1 2 3
,1A k3N 6�0 bal 641
7 8 9 10 11 12 13 4 5 6 7 8 9 10
n�] +aa br5 64t, 66I ' ti6S 61+6
14 15 16 17 18 19 20 11 12 13 14 15 16 17
,I.; 64N 04� 6111 fill 667 b68 E.:, . '•, 671
21 22 23 24 25 26 27 18 19 20 21 22 23 24
65S e5a aiS fi,6 61? „, n7i 676
26 29 30 31 25 26 27 28 29 30
.+ 658 659 r,18 674 6$i1 681
MAY JUNE
Sun Mon Tue Wed Thu Fri Sal Sun Mon Tue Wed Thu Fri Sat
1 1 2 3 4 5
2 3 4 5 6 7 8 6 7 6 9 10 11 12
rr6? 683 064 68S 684 Tut 7,; 71U
9 10 11 12 13 14 15 13 14 15 16 17 18 19
H 7 688 689 690 69i 711 713 T4 T15
16 17 18 19 20 21 22 20 21 22 23 24 25 26
69�p 693 694 05 fi46 716 717 7A :Ir 710
23 24 25 126 27 28 29 27 28 29 30
697 646
30 3
11ENGDESGN'0orking Day Calendar Page 1 of 2
Page 435
CITY OF RANCHO CUCAMONGA
WORKING DAY CALENDAR FOR 2021
JULY AUGUST
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
r
23 1 2 3 4 5 6 7
T
7a9 7i 7#7 7ag 7a9
4 5 6 7 8 9 10 8 9 10 11 12 13 14
Ilo1! 726 77 '_x 15 1S1 7S] 75) 7S•4
11 12 13 14 15 116 17 15 16 17 18 19 20 21
7]8 7]I 71? 7i1 :i 7y3 754 7g7 7#8 7$9
18 19 20 21 22 23 24 22 23 24 25 26 27 28
'an M �. 7bo 76i *2 70 764
2$ 26 27 28 29 30 31 29 30 31
7.1 7.4� Fa7 76S T4fF
SEPTEMBER OCTOBER
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1 2 3 4 1 J2
_ ;' rdb 7y9 .7"'
5 6 7 8 9 10 11 3 4 5 fi 7 8 9
_ Holiday "1 7-?' 777 74i 7+1: ?,,
12 13 14 15 16 17 18 10 11 12 13 14 15 16
776 277 77$ 7'115 773 TiM 7,7 ti
19 20 21 22 23 24 25 17 18 19 20 21 22 23
.: - ]781 7K -r; 7W AM M;I Ali` $i;
26 27 28 29 30 24 25 26 27 28 29 30
7'Si 7'�5 787 #L'y.f xi�c ti�:� x:
31
NOVEMBER DECEMBER
Sun Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat
1 2 3 4 5 6 1 2 3 4
81iJ
7 8 9 10 12 13 5 6 7 8 9 10 11
81- dl4 816 8!7 $!h $3: $]3 $3J ais
14 15 16 17 18 19 20 12 13 14 15 16 17 18
>c18 N14 a�� 831 a.a s:�h se7 a�$ asp 00
21 22 23 24 27 19 20 21 22 23 24e 25
S_j a'a a?s 1 +' x closed flolidav
28 29 30 26 27 128 29 30 31
9z6 827 closed closed closed closed Hotida
I IENGDESGN1Workmg Day Calendar Page 2 of 2
Page 436
APPENDIX ITEM 2
SAMPLE OF APPROVED
CERTIFICATES OF
INSURANCE
DATE(WIDOMY]'Y)
ACORO® CERTIFICATE OF LIABILITY INSURANCE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS 40 PAGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMAT1VRLY 09 NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THt':POLIof 8
BELOW. THIS CERTIFICATE OF INSURANCE DOES tNOT CONBTITUrh A CONTRACT BETWEEN THE ISSUING RISURER{S')',AUTNOnReD
REPRE9ENTA*E OR PRODUCER,AI4DTHE CERTIFICATE HOLDER, •
IMPORTANT,, If 1hD eeRlgoale holder Is an ADDITIONAL INSURED_,the pottoy(lee)must hive ADDITIONAL INSURED proYlsloni Orb*endorsed.
II SUBROGATION 19 WAIVED,eulr)eel l4 Ihs terms and cond:Uons of(use polloy,certain ollelea may require on endorsement. A Ilatoment on
this eeAileale does not confer d his to the eeAUleate holder In 11eu of such endoreenlant s.
PftDOUCEA
i
s
o ss•
Y N 119E a"10 01 YEIWOE IWO/
TNI t I a
1111"10 REReI Compynx
URF O, Ins I rN» owany
R1WR Dr
RItIREit
COVERAGES CERTIFICATE NUMBER:494a4844 REVISION NUMB '
THIS IS TO CERTIFY THAI THE POLICI88 OF INSURANCE.ttSTEb BELOV!14AVE BEEN ISSUED TO THE INSURED HIUMED ABOVE FORM POLICY PERI00
INOtCATED, NOTWITHBTANDINO ANY REQUIREMENT,TERM OR CONOVION OF ANY CONTRACT OR OTHER DDd°UMENT WITH REEPEOT TO WWCH THIS
CERTIFICATE MAY DE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCMBEO HEREIN(S SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES-Li MIT8 SHOWN—MAY HAVE BEF'_REDUCED By PAD CWML
fific
TYP2 0FWIU RANCI 4l,9 ER �►YTi
p cog1lERCULOEI(ealltualUrl / ✓ 10129l2C18 10f29T2018 �..NoceurwElxa
CIAMS ACE[2 CLIOUR
J BIIPODadUCtihtoSOuEar (AxeraisltrT
Professional1.1441lY _ ►E s(A►"L+ aru9r C j. JuGO
GEIrLA44RW0L7EUVJFAPPUE3PEIC I' OLNFRALA6aRE0Ala 2 ��
Fo1JOY Q W, ❑l� PnODIMra.tOLMA)PAoo 2
]COT $
°TM -' iOfYBf20t8 [Of2912019 4 _
B AUTONOOLLtUASIL" J + �/
— BOaRY OI JURY(PIT POrHq) s
AWAVT0 �.v
AVMA7tLY HOI♦08LTtE0 f aOgLYINRptYp'lreOddyD1 {
tt s
AUr0.SONt'r AUrOSON1-Y ked Pl+yl a t
1 g 00 C I
B ✓ VIIORELLAUAS OCCUR 10R9f26i8 SOf2BII019 E{ptg4Xl�ule
D(clee tug Cl/,PJg1MM1 7IMAM—
Form AD49EDATE ..
— DEDUCTIBLE s
0 ✓ RETU.VyHso - -
-1 Ytv=acollPBanox — --
ANOE]IPLOYE9YLIAaIDIY N EL LAWN"CID
NIYP0.0PNET07,PARThtRT71ECVR/E IIIA
gPICERArEY3EREXClUOFOT LL...��11 CA.O(SF1LlE•♦A ,'
U!xndJury N N19
II duoRe Wr P1. E E•F041CY 11J1T
R"1 OY'9}' + 18 T112f20 8 32 yy�55 Ded E of n
onhaolorslTllYlirl►Llabplly 10l20120t8 10lZ9R010 Daducubl
A Can (ora 1p12012010 101Mp01 Deduc6bl
A Dualnass Peraortaf Properly
ONCNP710N0FOPUA1111831LOCAnOx51VE>aCIE$(WORD Se1,AUAbnll Rrnllk7 SthxdWa•,µyMd�xhld llma,sapruU!l411+Id1
�uCiongoft2anch0Cucamonga
o Cucamonga,R ef0cers,oMdals empWyees,dos na(ed Yduntoefs,and agents aeMng as Independent contractors h the rde of
Cfly or ayene of0dele eta named as additional Insufad es par w ten contract and Icy[alms and ewdi0one Insurance 41
Primary andtJoR•Convibutory,Wakerorsubroroggallonoppf s. AddtOonalInsured ndaraemenlpersltachOdfam.
•30 day notice or emesSalion except tO days no ca for non-paymer I of preNum.
CFeR IFtC TE HOLDER CANOE
Prated CRy o Rencho CUOMO"
SHOULD AR'OF THBABOVB DESCRIBED POLICIES BE CAHOELLED BEFORS
CN GIR9f1ChOtiUCatllOflJa ACCORDAEWITHTHE POLICY P OV191011S.E WILL BE OEt(VERED• III
All
91730 J
AVIIlOME0REP913EHTAlNE
1p 1900.20ys ACORD CORPORATION..All rlglTla reserved,
ACORD 2E(20109) The ACORD two Snd(pgo ere registered marks of ACORD
HS71311 h]L 11 Gt, Aa Le•@L ltcnelvl 1 I•n•xxe St,ots� I HJs/tall SdEl1►to 11JLr :Fq.t 31]I
Page 438
POLICY NUMBER COh1MERcIALaEtlTaca20I1407 d
THIS ENDORSEMENT CHANGES IME POLICY. PLEASE READ IT GAREFULLY.
.ADDITIONAL INSURED -OWNERS, LESSEES-OR
CONTRACTORS - CHEDL5 PERSON OR
ORGANIZATION
This endorsement modlf[es Insurance provided under•the follovring:
COtAMERC1AL GENERAL LIA131LITY CQV�RAGE PART t//
$CHa°DUI.k
Name Of Additional Insured Person",)
L000llon a Of Ccvorsci 0 eraliona
or Or aniza(ion 9
City of Rancho Cucamonga,Ica officers officials,amproyees,
Iherolo o clry ct agenaOAl�fals ale reamed as aadditonallr su edtes f
cyp sprQlecl City of Rancho Cucamonga
rfa marry end Non ConW vlo y.Weluer of ubroga Ion applies I� ��
Additional insured Endorsement per ailachad for
130 day notes of cancellalran except 10 days notice for nar-p$ymenl
of premium
Informally re aired to cam late this 8chddule if not shown abava will be silo In the poclarallons.
A. sootlon 11-Who Is An Insured [e amended to R' Will,
additional irespect to helhe In$UfanfoilO a ord& (40 axc[u•
include as an addtlonal Insured the Person(s)or sloes apply.,
ai
ofganizatlpn(s) shown In the Schedule but only pp 1"
%lih respect to liability for"bodily Injury',oproperly This Insurance does not apply to`bodily Injury'or
dainage" or aparsonol end advertising Injuy' "propertydaniaga"eeeurring after:
caused,in whole or In pgrl,by, 1, All work, Including vialatlals, parts of equip-
1, Your acts or anllselons;or man( furnished ht conneollon vilth such work,
2, The ads or omfestons of Ihoso acting on your on the project(other than service,matntenancs
behalf; or repairs)to ba performed by or on behalf of
Ille additional Insured(s)at the locatlon of the
In cite performance of your ongoing operatlons for covered operallolta Iles been completed;or
the addiiional Insurad(s) at_the location(s) deslg- 2, That pvfilon of 'your work" out of vihlalf the
naiad abova. Injury or damage arises has been 11tut to Its In-
tended use by any person or organlzallon other
then another contractor or subcontractor en-
gaged in performing operations for a principal
as a part of the same project,
r:r,zn I n 07 oA
®Iso properties,Inc.,24p4 Pape 1 of 1
Page 439
CafAMURCIAL GENERAL 0141 0 3
POt.IOY NUMBER:
THIS ENDORgEtdeNT 9HANOE8 THE POLICY,PLpASE READ IT CAREFULLY.
AD131TIONAL INSURLD -OWNERS, LRSsm 6R
CONIRACTORS -COMPLETED OPERATIONS
This endorsanlenl modiflas Insurance provided under Ihs follow 41F .
COh(MERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTSICOlti1PLETEDOPERAT(0NS LIABILITY COVERAGE PART
30HEOULE '
Name of Additlonal Insured Parsonls)Or 4rgonlzatton(0)
City
oasIndep ndentccon,aclaysintherate,91Cityoraq!ritytorddalsam nened d'aants
Addlaonellnsutcd v
LecallonAWDeaorlpllon ofoomplotod Oporoltous ProledCllyofRanchoCucamonpo
Bork Described it1 Writing in tlra contract /
agweement or permit l/
hooationlaj at which YOU perEoXm$d WOrk
described in t1+e Written contract, agreamene,, ox
permit
Irtrorrneflon required to 4ornpleio This Schedule, If not shown above,w111 ba shown in Iho Datlerallona.
A, aeollon 11•Who Is An Insured Is amended to 01 With rasp ct ( lalsurleds,ranco tho fa fovrine o
Include as an addldonof Insured Ilia prson(s) thosadded a i tt0l 111 s redso t (011 WI
18
of oygonfrego+l(s) shown In the schedulo, but
only villh respect to IlabiAty {of "bodily Tn• 11 covorage provided to(ha additional Insured
jury" or'property demago" oaNaed,in whole Is required by a ornitbat ref re a 1. tht
or 1n pert,by your VIOW at the looalfon des• most we VAfl pay
Ignated and described In the Schedulo of Ihia Ifnsrlrad Is the
by lllo al OfInsurance"eflreentont;
T endorsement per(ormad foe [hot additional
lnaured and included In the Iprodvots.00m- or
plated opeyallons hazard'. 2. Avageble under Iho applicable Llrotls of
tiowavor. Insurance shown In the Declaraltons;
4. .The Insurance nHorded to such addidonal whichovor Is less.
Insured only applies•to the extent permit- Thls endorsement shelf not Increase O+o Op,
led by lavr, and plioeblo Lirntts of Insurance shown 10 the De0-
2: If coverage progldsd to the addiltottel In• lareflens,
Burs¢ Is required by o conlfael or apron-
map,. the d to such
ddillonol hisurod will tint ebe broader
Ikon that ivhtti+ you am required by the
conlracl or agroalrient to provlda for such
addillonel Insured.
CD 20 37 04133
O Insurance Sarvltas Office, [no.,2012 Pogo i of i
Page 440
COMMERCIAL GENERAL LIABILITY
POLICY NUMBE ISSUE DAM 1012912018-1012912019
THIS ENDER F-MENT CHANGES THE POLICY,MEASE READ IT CAREFULLY.
WAIVER Or TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US t/
This endorsoment n%aMoe Insuroaee provided undor the followtgg: `f
QOf,{MCR0IA4 GENERAL LIABILITY COVERAGE PART
80HEDULE.
Namo of Parton or Oreerdza 4111
IThe City of Rancho Minionggo�,its olfcera,ofadaic,omgogqaes,destgnaled volunteers and agents seMna
lndeyendenleonkrodoreIniherotadrGTyorAgencyo.1 is.
(II no enhy eppasrs abovo,Information required to compielo lhts andore.emantwlll be shown In the Daclaraltooa
as applicable.to this endorsement.)
The-7RMSFER OF RIGHTS OF RECOVERY damage
011 dono tndo Out Ofi A conitour eal6aith oladous of
Poison
AGAINST OTHERS TO US Condition (360110n IV- 'yo 10
COMMERCIAL OFNCRAL LIABILITY CONDITIONS) cant�eaadzollon per and Included
ncl des 1h1sThe
a *Pf applies
le Amended by Ilre addlllon OI the follo<wingt only to Ihs person or organization sllown WOW
1Vo waive any dg111 of recovoty via may have ageEnst only
above.
the person or otsanlzollon ahowln In the Schedulo
abovo bcoause of payments we make.for Injury or
0024041003 Copyrlellt,Insurance Servicos O11be.Ino.,is9?. Paso 1 of 1
Page 441
Poltay No: *Allow -11-1� COMMERCIAL AUTO
Named Tnsured:
1612efle•10n411p
TIES ENpgRS)3iY MT CHAN'30 THP POLICY, PLEASii RW 1T CARUULLY,
ADDITIONAL INSMD ALAS GNAT D FLIR SO i OR
f oRGANjUT-1ON
This endoraenlent}liodifio luSurnaco procldcd ruder tliotollawing:
BTISXi�SS AUTO COVERAGE YORM C�
SCHHFOUL-B
Mavieot'Pcrson or Q��ga»izatla►:
lgdAddc aUta� Uta f C as A led vo(nas,and agents seMnpu yfAdpne !oitegnf rTaoQagyfle
nsmd,n
al Insured. /
NvHO IS AN INSURED(Section I])is alneudcd to include as an Insured the i,er6e11 or
organization sltoNvn in the Schedute bnt 0111y%vitll aespeot to itability arising out of the
o�vnarslup,n�aiuteneuco,or use of a covered"flute',
CA76080789
Page 442
COMMERCIAL.AUTO
POLICY NUMBER: CA o4 44 0310
THIS P_NQORSEMENT CHANGES THE POLICY. PLEASE READ 1T CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER-OF SUBROGATION)
This andorsernenl mbdllles insurance provided under the following.
BUSINESS AUTO COVERAGE FORM V
BUSINESS AUTO PFIYSICAL DAMAGE COVERAGE FORM
GARAGE COVERAGE•FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modi-
fied b/the endorsement
This endorsement changes the policy effective on the Incepilon date of the polloy unless another dale is Indicated
belovi.
Named Insuradt
Endorsement Effeollve Date: 01291200
SCHEDULE
Name(s)of Person(s)Or Orgealzattou(s): /
the ft of Rancho Cmawrigs,its officers,olGdals,
ernZyees,drsigosted volunteers and agents seMng
as Ilnnddependent contractors to the We of City or Agency
ofitrtals.
Information required to complete this Schedule If not shown above,will be sWYA in the Deelarallons.
The Transfer of Rfghts'Of Recovery Against Oth-
ers To Us Condition does not apply to the person(s)
or organlzalion(s)shown In the Schedule,but only to
the extent that aubrogation Is waived prior to the"oo-
cldenl"or the loss"under a contract with that person
or organization.
CA dd 44 0310 0Instirence Services Office,Eno.,2009 Page 1 of i it
Page 443
CERTIFICATE OF LIABILITY INSURANCE AcctP. 0
2032262 GATE o�1110/91
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTERTHE COVERAGE AFFORDED BY THE POLICIES BELOW.
THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: if the certificate holder is an ADDITIONAL,INSURED,the poliey(igs)must have ADDITIONAL INSURED provisions or be endorsed. if
SUBROGATION IS WAIVED,subject t0 the terms and conditions of the policy,certain polio-es may require an endorsement A statement on this
certificate does not confer rights to the certill6ate1holder in lieu of such endorsement(s).
PRODUCER cuT�T
NAM
PHONE FAX
/ E-IMIL
INSURERS AFFORDING COVE AGE NAIC;
INSURER A Ink-EIGuLpa,
INSURED INSURER a:
INSURER C
.l.// INSURER 0
INSURER 6
INSURER P
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
lMOICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREW IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR TYPE OF UISURANCE INSO VINO POLICY NUMBER paUOanm) (WIRIDNYIYI LVAIrS
COYMERCULL GENERAL LIABILITY EACH OCCURRENCE I s
GLARAS- L1 OCCUR DAAUGETOIEEIfTED s
MEDEXPTAn meoeowi s
PERSONAL B AOV INJURY S
GEN1AG EGATELJMIT PIP fig
EIR� GENERAL AGGREGATE S
L]CY I IPT:T LILDc PRODUCTS•COMPIDP A S
R
HER: S
AUTOMOBILE LIABILnY 8
aajdaM
ANY AUTO BODILY INJURY(Pa,wsm) S
OWNED SOHEDIII Fn BODILYIJ.IURY(Per io[JpFPI) S
AUTOS ONLY AUTOS
HIRED NON-0WNFN] JKiOPFATY pACMGE S
AUTOS ONLV AUTOS ONLY
S
UMBRELLA LIAR OCCUR EACH OCCURRENCE S
EXCESS LAB CLAMSVAADE AGGREGATE S
Retewic.s S
WORKERS COMPENSATION R OTH.
AND EMPLOYERS I U a rry X TAT R
N<IPROPR(ETOW.1RTNER'EAYCLR n'E
nlCERMdUIEI EXCIUDEIr / NIA : � 1010112018 10J0112019 ELIACHAOCIDENT
(MmIlakuy FIN) V
IFr6F.dfyeF.OaWspO0 un3er t�/ EL dSEASE-61EMPLOYE
FSCPJYUOX OF OPERAT10�5 bd-
E.LascASE•PoucvuMT S 1,DOD,000
DESCRtPnOkOF OPBIATN)NSl LOCATIONS IYENICLEB[ACORp 1U1,A6dIUDAil p�malLA ScheduM Ru.TM Fg7tl,FE llnwn ipl,eL U•n;U}nd)
Rue"web
PROJECT CUY OF RAMGIO CUCAMONGA.
ANFA OF SUOROGAIIOM IN FAVOR OF CRY OF RANCHO CUCAMOIgA,as OFROERS,OF/ iALs.EYPLoymi.Oe91GNATEO YOLUNTEERB,AMU
DENTS RAVING AS INDEPEMDENI CONTRACTORS W THE ROLE OF MY OR AGENCY OFMIALB WI@/I RREEWIXED BY WRITTEN CONTRACT.
V
CERTIFICATE HOLDER CANCELLATION
2032252
CITYOF RANCHO CUCAMONCA ATT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
10500 Ate' J' THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
RANCANGHOO CC CENTER CUCAMONGA ACCORDANCE WITH THE POLICY PROVISIONS.
R ,CA 91T30 C
AUTHORITEO REPRESENTATIVE
01988.2016 ACORD CORPORATION. All rights reserved.
ACORD 2S(2016103) The ACORD name and logo are registered marks of ACORD
Page 444
Workers'Compensation and Employers'Liablilty Policy
Named Insured Endorsement Number
i
Policy Number
MORZ Symbol: RWC Number.
Poky Pedod Effective pate of Eridersemenl
int12m TO imit2olg 0611112019
Issued By(Name of Insurance Company)
Ace American Insurance Co.
Insedthe polcy number.The remainderof the information is to becompleled onlyvAen this endorsement Is Issued subsequeN,to the preparallon of the poncy.
CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS
ENDORSEMENT
This endorsement applies only to the insurance provided by the policy because California Is shown in Item 3.A, of
the Information Page.
We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not
enforce our right against the person or organization named in the Schedule,but this waiver applies only with
respect to bodily injury arising out of the operations described in the Schedule,where you are required by a written
contract to obtain this waiver from us.
You must maintain payroll records accurately segregating the remuneration of your employees while engaged In
the work described in the Schedule.
Schedule
1. (X ) Specific Waiver
Name of person ororganizabon:
CITY OF RANCHO CUCAMONGA,ITS OFFICERS,OFFICIALS,EMPLOYEES,DESIGNATED
VOLUNTEERS,AND AGENTS SERVING AS INDEPENDENT CONTRACTORS IN THE ROLE
OF CITY OR AGENCY OFFICIALS
10500 CIVIC CENTER DRIVE
RANCHO CUCAMONGA,CA 91730
( ) Blanket Waiver
Any person or organization for whom the Named Insured has agreed by written contract to furnish
this waiver,
2. Operations:
RE:Pv�PROJECT CITY OF RANCHO CUCAMONGA
3. Premium:
The premium charge for this endorsement shall be INCLUDED percent of the California premium developed
on payroll in connection with work performed for the above person(s)or organization(s)arising out of the
operations described.
4. Minimum Premlum : INCLUDED
Authorized Representative
W C 99 03 22
Page 445
APPENDIX ITEM 3
PERMITS
MINOR IMPROVEMENT(S)
CONSTRUCTION PERMIT APPLICATION
CITY OF RANCHO CUCAMONGA,ENGINEERING DIVISION
Fax(909) 477-Z 7411
LOCATION I ADDRESS: MAJOR CROSS STREETS(2)
NIO: SIO:
E10: WIO:
ESTIMATED DATES:
If address is same as owners check this box ❑ START: FINISH:
CONTRACTOR CONTRACTOR CITY
LICENSE K: LICENSE#:
EXPIRES: EXPIRES:
ADDRESS (Coniraclors)
TELEPHONE: CONTACT PERSON:
FAX NO:
Phone No:
CONTRACTOR CONTRACTOR CITY
LICENSE#: LICENSE#:
EXPIRES: EXPIRES:
ADDRESS(Contractor's) TELEPHONE: CONTACT PERSON:
FAX N0: Phone No:
PROPERTY OWNER OR DEVELOPER NAME TELEPHONE
CELL
HOMEIWORK
ADDRESS(Owner's/Developer's) E-MAIL:
Drive Approach `*2nd Drive Approach Applications Require Englneering and Pisnning Department Approval
Dumpster I Roll Off Utility'french If trenching,flow many linear feet?
Curb Core Other
Insurance Requirements on the Back
Instructions:
A Provide (2) Sets of Plans I Drawings with application (please make note of existing I proposing
improvements and labei which direction North is)can be hand drawn on 8 x 10 paper
D Allow a Minimum of(2)Two Full Working Days for Processing
Contractor(s) Must Provide Liability Insurance Certificate Naming the City as Additional Insured(City of
Rancho Cucamonga,Attn:Engineering Dept,10500 Civic Center Dr.,Rancho Cucamonga,Ca 91730)with
an Additional Insured Endorsement and Workman's Compensation
Print Owner I Developer Rep's Name Owner's SIGNATURE DATE
Print Contractors Rep's Name I Company Contractor's SIGNATURE DATE
Print Contractors Rep's Name I Company Contractor's SIGNATURE DATE
Page 447
b . PERMIT APPLICATION
FOR TEMPORARY STREET AND LANE CLOSURES
RANCHO
Engineering Division Phone: (909)477-2740 FAX: (909)477-2741
NOTE: ALLOW 24 HOURS MINIMUM FOR PROCESSING MINOR CLOSURES(LASTING Ion 2 DAYS)
ALLOW 7 TO 10 DAYS FOR PROCESSING MAJOR CLOSURES(LASTING 3 DAYS OR MORE)
Engineering Construction ROW Permit No. (Required)
Location:
Proposed Start Date: Completion Date:
Proposed Working Hours: Work Duration:
Description of Work:
Company: Phone: Fax:
Emergency Phone:
Address 1: City:
Address 2: State Zip:
Contact: Contact Phone:
CHECK ALL THAT APPLY.,
Street Type: 2-Lane Street Multi Lane Raised Median Island
Closure Requested: Partial Street Closure Full Closure Intersection
Left Turn Lane Right Turn Lane Shoulder Adjacent
Daytime Lane Closure Only _ Overnight Lane Closure
Direction: North South East West
Daily Working Hours Requested: Start Time End Time
Is this an emergency repair project? Yes No
Is this a"City"funded Capital Improvement project? Yes _ No
FOR OFFICIAL USE ONLY:
F
uction Area Traffic Control Plan Required? Yes Noce Notification Signs Required? Yes No
Comments/Conditions
Received by: Date: I
Approved by Inspector: Date:
Advance Notification Signs Approved: Date:
Approved by Traffic: Date:
Rev.4108 lane Closure Permit App,doc
Page 448
Page 449
Lemort Ave
-ge Dr
onsi era ion o
CL
Award Contracts I% C
fapeland
orPacific Elecu[
C d t t
Trail ro i c s n
rtt Rd �
n`
f P e t I
r.
A 4P.4 �
LMD 2 & 4R
o 3
t '
Par
0000 , viawila 0or
RANCHO
r�
CUCAMONGA
-+n Cenmr
All-Amerin CRY
Rancho
NATI(-7NAI.C�fVIC:I��4iC;11�:
Cucamonga
2 0 2 0
MODIFICATION FEATURE LEGEND:
1 Proposed deciduous tree planted in a rope attern_ � -��•;-.� � � � . 1� E-dsbrig onncr-ete head er to remain and to be protected in place.
1 E-fisting trees to remain and to to protected in place with the following
Proposed pine trees. - _ noted ex•*ptions:
1) Eiusbng trees shall he removed if it is causing severe sidewalk uplift.
2) E-usting trees that appear unhealthy shall be evaluated and
- Proposed .accent trees_ rerr uamd if necessary.
RRA
ARCH
� � 3) All existing Liq uidam aar3 shall be removed f r f f
DIE
I Proposed exposed mulch graundcover areas_ 1� E�asting sidewalk to remain and to be protected in place with the f41 lovong
L f { f f
noted exoeptions:
l Pn}posed low water use mixed planting areas 1) E-Asting co norete sha II be adjusted to eli mi nate grade issues from tree
that i nclude oma mental grasses,to rF alternatives raot uplift.
and low growing pra undcovers. 2} 1 n severe u pl ift cases, that portion of the sidewalk s hall he removed and
See exhibit Suggested Plant Replacement re-poured. The offendinp trees shall be evaluated and removed if
for LM a }areas. neoessa ry. E io-ba n ier shal I to added to these areas of concern.
Proposed vi nes to be added where mu Ich is adjacent to pe rirreter era Ils_ 1 E-AsCK equestrian trail and fend ng to remain and to he protected in place.
(D Proposed c nor-eU� header for plant material and decomposed g ranit-e separation- E-Asting perimeter walls to remain and to be protected in p lace_
Proposed decomposed g ran ite areas with accent hou Hers. 1 a E-fisting street curia and gutter to remain and to to p rotted in place.
Existing hackg rou nd sh ruts to remain if plant material a p pea rs to he in good
health_ Established shrubs are relatively low water use.
.5
f f f f f
(■rw'/i _ ill
R A►N C H Y
a �
CUCAMONGA
¢ W
• • '•f�{� � �_ �— /� •� k k f k k�.k f k•rr o f f � f k - f
All-Amerin City
f
\ � k
� f
NATK)NAL C JVlC-'LFA;IJF _ ffff k r k
f 4
2 0 �'] � 15
L
8'
gomm;',
-
'
Base Line Road Medi _ ; ' '' #�°
: ,. A� �:�� ,� •,;��� A � - . �{�. Terra Vista Parkway Median
9y
1. 9'
Sip
x
�s1 ►'f i# ,y - •iyr• ;i 1 ,r.... - '�dr w 'y3-,y�. .;1.- _: ;' -'�.�',. W k __ . c .' i ,
a.-
e.>s •9.q<:;�., V ti- ,p. 3 r ' ���E,•, � .�.sa' 3.� - �3n, � .� ,�.. �'�' t) I� ;:.
,r �' � - ._ � 4 th'{1r.. _'-.aae.P ;v.� q- s��r�, � - — 1:...� ...5� '� ,� �'`'' � -• _ ��I! -b.r.. ,,��.
c.
- { t� '' - � a"'� ;'�'__ l �, .:�49• +� --- '°;e�. �` �j`tl '�� of r, _ ,s
f s
— -_� jx! i ' --,•' [ .. _ -I- — 1,�_ >L � i
1 '
-.
s &
40
a�#.
r y9
w1i 4
11
��. •;fir
�i� ..v_, _..y:;c�,.3cQ.Y;�:��_ _ }'� ✓ _.,..�, - 7- "�s�..•,�- ran" -�F o,s. "�r"� � ���r�' _ '�` �'= �r�.' ,
�$.- ':E`: ,o a„ _ �+St::a���Y 'Lr'�^ - ..�-d•-y:_• :�^Y� � -ti Lam, � -� - t w.<.rd;• : i?
-5 - 0. "��w �,, ,S'Fti" �[y. ��gya- - �q - i'� .'s�"V�� `.ry.�.'1�fS �--_3 .. _ •..* .n::'- .,'�.':f e.a.
at+ �' tt��s'---.. yy�: r�` a�9 ,.fir �`.`',arV. -vai4. ''�+i�d 1r. 'l��v.v-1^n A•-r- �S"':�,'-:xJ�'�'- �''S:_.+ F. .- c' .,�r�,`�
AN<�^?. F.-c���. Sfur�+'YA2•+. +fi+.. , 'Lr�� �S- -'>< �,x`"„� ,y�`�'�..r. �.;�s-.�' n �.�'-. '.% _Y�,.'��� �:= .�•.��;
y-� � � �h�,l�" .'a:r ,�.�'�,; ''°li�rx, � I, s-y^!'r�x.;wi� 2'v'�:a --s:F'"�=.�-a•. -'"�, r�...�x.�.''�� _ - .r..�,;
"`Fe:� � _ 1ti - .i..� �'rF(+"c �+ VK. .-]�` �.•• rF�'FR X§'°. F- '] '��7' �ny.�'
.^fry V•7-5; -Fi^.r..��i y�. ''$ �"{ �''7`k ."�{{'� _��S',
�rx?-'?e `. t ' ; '+ ,,: .,''`�: saa� - .- C^-e:.x,- `'�. e �- ar-"'' ` '�'`.x `.• "i�,�`�'3'-.` '.>�'>
- w'!`�, fi �r y �r :.� ,rk�^r;�. x ,�;'h, � fi Y. .� 4�'"s.. r� %' ,, -_�l a ��,�;,� ;. �_p����d.•�a yy r
.4. - .���'+ �^, •�rS. w-tea. � ��.�.� -- �`c..A�: �:.'.� •Xiz:a..^ - 'r4 '�'��v=`ti
.. 1."�fSrn•,=�.��rAR -3wF.�'..."a,�f..� -."�k"�y i. :�sG�� �. ;t,yl.-.s . �,- _ _,-��,�`+?v's�.x�'��1'_'S�S .. ...M .. „_ .. x.-,�.."4.7.'_��_''a�fFrk`�.-.�Y,:�Y.-.�l x�,r,..-._ ri�..� 1. ..� _ -.r _. � lsr=�!'q z�-'•G:_
j A
�-CBar I�s3.e
Line— Road Southern
outh rnhhjI S e
m n_ t'•-�_(gI r,+���Ig(�l-F-\��-?_g�i.5,y,-pp I_lSi�5�-Ol,_rl:_��i��,l:�'!p'i���.'l/-1 Wi�1�Hi-�1 4�._�,A 1✓F�',-='�!ti$¢+'i,%a,.+��.�.'�.'I,�'.'- - 'Y,. -_�-6.� -:�y uy�_V�{Sv��y'rY�'.-�_'-.�-,-"5�` y`�1����'-��-,�,S:���`i���1r\I.�..�St�I"�±I;1i.�l�rt—i.���..' .�', �T.� F' ,=r�Ma y�-I,4� �,��_I� y�'�I7,lg`��i^--.:'Y:il-0�4tegw.��?�lr_e�J.'.._-,-tipI'„.�I_�`�-i��[9}l� 'J�-L_,���S,��.�* I. 4Y,4"4
''4
LIU
�� �•qI
�j✓jS��''1 y�_-x�r�.�'.`.�'-/f/ma,y�"+-,ti y�,�„/C1'
,. Si'v.�ipc�-
� Clr=�"4;.
ei
�nt
I e.
it1yr
fl f�
- ' t
-
JS
210 1 ooth ill• wy 210 Faa#h iII-Fwy • YtFF11
210
I ;. T y
htlrlhU1YJ a
ri'1�:3•'�� kJ? '�. it �� - II '.l'+•IIRI`yr'. �5a rcl�
11
Keny7on sal
H0110',2 Ave ' Park TI
Modoc Sa = Vislij ['
y' ',a
I� Ave CFarle °.' 3: Rancho i s .� �x
- Cucamonga _ r r�{y'. } rCallll ll •t P11771I St
. - Victoria Vrctoria High School � _ � 0 Windrows °D
_ GrovesGro•,r Catch B sm }_• �} {; Elementary } <
• - F m r
t r ElSchn apeland r. U
nd ro•tk's U
v �'
U`:ctoria F31K'I_rl rf+ irk �
c E`on Elf ZL4 - �:'ictorla St
o o t erkl'w':)':; f Antag'. � r' U - � .0
Park -_ - Ix yl -
} x X+ r�•
Vo Ri'gallo Dr
L 4' � L .,�y�ts St La Vine of I - - _irJ4illr, yr :,r I•.I :,• 11n1']L�r t I
F'at IfK VIcl Tesoro Dr
Electric Trail
Grapeland
F'.7r1. ;; ; - EL
ElemenLiry
F' ru Central Park t - School
yr L EL
1 rn'�171a1'_, Gr - - z
�.1'Il: -0
Base Line Rd
Rite
uirflvij rIr .did
a, Ralphs - CII' -
PY9I.Hss 41� �•} , t 'ol7ral flr
�Il
rk� t ilr }c Vrtoiia .+f =r1I . t Qt4ill ' [ 41
t} ] Coyote - '�K,. 'w .n',el ;ice" _ rlors �
Canyon Terra Vista } - Part.
P�Irk Elementary - I 3 a .'
`1f School r. R lle bki
x. i, Long
mr{ �. { Mountain w a7 u a,, C r
Ruth Musser w �}tC� viiBw j < _ R
Q Middle School Fi. Park =
0000
A CJLL-
,� I:•.,t:•: .I J
Spruce t`j (I l Church St r --' -- Lt:.I;F ti el
Avel7rle West �y _ Cul-.uij' CenterD.- f�lilerAve
RANCHO
' Park Greenway r Park Milliken �� � � Victoria °�D Bass Pro Perde-.w
Park •&1 3 O Gardens w Shops Elementary.
CUCAMONGA q School
_ ;
w
Jill Claret Ct
}{fir Efien St _
I
f` 't444Qa Dr -t Y s Versailles St r15 Garcia Rd
G{
All-Amerim CRY }B Ralph BY Terra Lewis Park ��•, P
7BBY Vista Town Stein Y
NAR-MI. -FMI1I: center Mart ALDI Clier;il St REIBest taria Gard rs �'
1 ' 713
Buy '
% V
RIM
am
rM L
Opt-
r-7
JN
AW
I Pw�"M-W.
K P
1"'m
N�N 'A'A
n4
—Z4
.o7
zzl
AMW
31i
4k
low
;'S<
•�,:.�. ,mow �:, s � °F a� , .; �r
„yp p
••- ,`4sa - 7- 1. -...9� .._, r :. 5 � rrx +r - i 'roc.-.:�. - _- � a ,r��'. �� .�47
;. • .� 1' .'.:., � •-.- ..;cam: i. ,. _;: ., : '� o-.
+
,r
2
a
- �5- ana xg; �T'T �• ,s >•, ^'y�4 ,�'',7ir, �r'x"�q`.
r rr
rxt.
yn
1
s. `•F � S
IN
R .F. a "r 4✓-S M �Bsx :-'". r 5'✓ —5
,
_ 1^ r'.hY'-.Mna� .t' su�: , ,1�= � •�-rr -`Cp^, ..s�'d+.�.
a sr� r
`w a,�*� •ar r .AAtS. _ '4r`- `Y't'� "'�. s4• L. y�T.1f'd.
5
yy
.::V'.... .� - ,' �. ,..�. -,. r:a,: x . ,.:.. r'9."t..�`^L.. a ,k` ,.t" �€• ,� �,' - ry 3- "•"fit'
-
�� .' .:' .. R .: ,ar e ;r..•^.. :r v.. :F, � .. .. �a fix' f
r<
d
_, �', _:. . _i ': .-. . .d, L .. � .:. ., 6.X., � !. F _..y}-,� ... ...gyp`., .: v s y ,• ,{' .,�, 'i}., Vic.
i
-
.. :• .•l. ".cat. .. ; - ,.• �, Y .:. ... fy,,P. �y '.. ,. .T `� /, @< ,4. f4'r( �. �.,-,C
'F
s
e-
r(
y� a...��{�I....e ,.,..F r. ... may, ...-„ i..."�r -, c:-:.._. •...a.- � � .,..: ..
4�
..,, .- .. , .. ;: 7.: �.x ..s� '....:ram.. ':P,S`:�'•':r-� o rk'.'+.�h -:�S'.
J
i
,
: t
y�
t
:
r
r �
a I
i�
r�' 1, .-"w • },!k � . .. ., ♦ .x a -. M'. :� �4� '.•. �-�' ,°]l+. F .�. ! -.�+':'. .L.
�' ✓ a �y+' �,' iu. 7.� q ,�i., '1' _ .,���. x� -J.�,. ten'+ �'�}�.�i4w+P ��`Ca 11.it�r_,i�Y �':(. �' :�
v:.J:.- l 'LSj�;r r. "•S•.�. �4, �,.�- .� ry �rl +.L, tZ 4+�_.,., �t � � �^q���� � �•`;<^
C3 Vic to ris v i--to ra W11 High Schaal
E.. GrOverGroves Park C-a to h Basin
T
No I I y $ E le me n ta ry C3 r. V il School Grapeland
U
0ear VIC to ria Park 1J.Ste} r -
A IP
A yj�
Y5
F.&jjW. 01 ?-�- Vintage CL -Y�.
6 (��e ru va ;RbE6 d3
rr M
LM 4 'tip\ IL� 13 CXM
Pa rk OW
42-
>
� 4 R It
101
La Vi rip St CL
LlF'nano r Fjari DrP
A.-LSriioor --t
c147
Ellena
Park
Proj ect {� Central Park
cz
1350 q Am 1-',3 Dr Larino Dr
13,-v-.e'Lfne'Fd Ri;cr I iiv, Rd
Sit
Rite
LIUI rI P-j-,e M a Aid M I Ralphs
kb
6
oyo to
Dona Canyon Terra Vism
'r., :
Merced Park EL-mentar D
y
Elementary Schaal Rue bola
Lb '0
Schaal U
p 000100..
Mountziin
Ruth Musser Iv,
Middle Schaal Park IL
73
SprLice L5 Church S t
257 it A�-e 11 Lie 'Nest
.Q!, Fark Greenway
Park millik)DII
Ps rk
CL
Effen St
L I%i 11.
T%,iiyel Teiiii
O To
ANCHO LBB� wn t.-n Le i L 17-1
Chervil St
CUCAMONGA Ly
76
Foothill BI.,<l
La ure I St 1
AII-America City Lowe's
VilleniUrn Ct
NATX-)NAI.(JVIC I FA(I JI-* Rancho -q E pice n te ffSpo i te
Cucamonga Complek
2'A
T% 0
-low
;� ��-�_ �I ��N:,.� s:: fib � 4,: ✓,
v g 1 ° dl� � r�� y, .-, t7. �� , ° `l► '�� � �{ �r of �% a `xi •� i�I �,� rs .;
�C:.
i`'
�'C �••S I P-iA" l ..V. 19,
PAWA
♦\e �' r ,6:dry s+'y 1
�� �,� � a��y Ci3RCAMONGA �•���i `� n��yy., � :�•Ad ''�,r :i ����C�- r'v.» `_ '•� ?x 2�; ���'� F� C�
t
/E `� `f�4�, "���,` �•.i'>� �• a . g'�� 'I`i 'y'�rlb�i�Pl 1 �•>Ry`�,1yw�. _ _ �a, }.,2 . .1.}4 a^':-'
g
i
— — � � � �y ,.-'}t� � 4 1' ^e`� �' ql� _ - �9 't•.a -.si-. +.Aa �-. .1i�. ri."�:x _
i r . Yi
r
I -
- i
01
•
, F - , •/ " � _ � _ _ � Y - - try--` �' 1 � r
�. ,e • ` 'r /• � � �� -_ _ � �.. \. is � < �` '�_ -. i. ' ;
-
��� -" i- !;�+� - � '� �� -� �•�= � {�°.i/, s __ � .✓ ,�,�, , �:a�r �`:�* a .��" .'rP �r a
1-1---•-a•Y'- :• ,p,�' � yam. )'i:- -�',' •� 2J. /� xs� y,r;,
.i ia"- ••�. � .. � ,e ,..r - ..`.� '. a •' i - �r 'f'. ^n :i .i r �,v a
p_'_-"-,?� :.: -c; .�,. I ,-an-.. .- � �,. . ��' _-�. � :•V � -=4. ill � 5.-'��r � >��° -.�M .f,.� ,r.,
- •, .-�_ � rh as ..��� .r �'�:� :`''�r } ,.�� �, s
r
�5, Y
- � n!3 •S 'fit �C l� .✓�•`: x^t,��l� �- �J —
{
• -4�- ,.. -, - .,,ems„ r�
L '
" •� ERR � _i
Mello
RANCHO
CUCAMONGA
* * * * Zb- Base Line Road
All-America City
s. Southern Side
NA JF'
CITY OF RANCHO CUCAMONGA
2 0 l 0
Fundin g Summar y
LMD-4R Terra Vista Project — Base Line LMD-2 Victoria Project — Kenyon
Road Way Plus Lark Drive
Designer's Estimate - $395 , 000 Designer's Estimates — Kenyon Way
Adopted Budget FY 20/21 - $400 , 000 $400 , 000 ( Base Bid )
Lowest Bid - $4051660 Lark Drive - $395 , 000 (Additive Bid )
Appropriation - $47 , 000 Adopted Budget FY 20/21 - $400 , 000
Lowest Bid - $633 ) 810 both Projects
001" Appropriation - $298 , 000
RANCHO
NCAMONGA
All-Amerin ISl)
'16 [01 N&103 60
0, ZZ L Ik[a] P to[Let i
2 0 ItV 2 0
Staff Recommendations
LMD-2 Victoria Staff Report LMD-4R Terra Vista Staff Report
Approve the Plans & Specifications Approve the Plans & Specifications
Accept the Bids Received Accept the Bids Received
Award & Authorize the Execution of a Award & Authorize the Execution of a
Contract of $633 , 810 to Contract of $405 , 660 to
Southern California Landscaping Conserve Landcare
Authorize the Expenditure of a Authorize the Expenditure of a
RANCHO Contingency $64 , 190 Contingency $41 , 340
CUCAMONGA Appropriate $298 , 000 . 00 from LMD-2 Appropriate $"" 47 , 000 . 00 from LMD-4R
Fund Balance Fund Balance
All-Amerin CRY
'10 L4 Rj R
0, WITIOL"MmUlIt III& Dwi
2 0 2 0
RAr
NCAI
All-Am
2 0 T 2 0
CITY OF RANCHO CUCAMONGA
$l
DATE: March 3, 2021
TO: Mayor and Members of the City Council
FROM: John R. Gillison, City Manager
INITIATED BY: Elisa Cox, Deputy City Manager
Fabian Villenas, Principal Management Analyst
Deborah Allen, Management Aide
SUBJECT: Selection of a Delegate for the Southern California Association of
Government's (SCAG) General Assembly. (CITY)
RECOMMENDATION:
Staff recommends the City Council appoint a member to serve as Rancho Cucamonga's delegate
at the upcoming SCAG General Assembly. The Council may also wish to select an alternate
delegate if desired, although it is not required.
BACKGROUND:
The Southern California Association of Governments (SCAG) is the nation's largest metropolitan
planning organization, representing six counties and 191 cities in an area covering more than
38,000 square miles. SCAG undertakes a variety of planning and policy initiatives to encourage
a more sustainable Southern California now and in the future. As the designated Metropolitan
Planning Organization, SCAG is mandated by federal and state law to research and draw up
plans for transportation, growth management, hazardous materials management, and air quality.
SCAG is governed by the General Assembly which brings together the official representatives of
SCAG's membership and helps set the agency's course for the coming year. The General
Assembly serves as a forum where policy matters can be identified and addressed. Amendments
to SCAG's Bylaws may also be considered at the General Assembly. In addition, members of the
General Assembly also vote on SCAG's General Fund budget and SCAG's new President, Vice
President and Second Vice President are announced for the upcoming year at this annual event.
ANALYSIS:
This year's Regional Conference and General Assembly will be held virtually on May 6, 2021. If
a Member City wishes to select a Delegate to participate in the General Assembly, City Council
action is required to appoint the Delegate. An Alternate may also be selected, however, it is not
required. Each General Assembly Delegate (or Alternate) will be invited to the SCAG's Regional
Conference and General Assembly event. If a City has a Council Member that serves as a
Regional Council Member on the SCAG Board, that person is automatically the City's delegate,
however, if an Alternate is also desired, they will need to be appointed by the City Council. Mayor
L. Dennis Michael currently serves as a SCAG Regional Council Member and thus served as the
City's delegate at last year's SCAG General Assembly. Mayor Michael has recently applied to be
reappointed as a SCAG Regional Council Member. Delegates and Alternates are required to
submit FPPC Form 700 Statement of Economic Interests to the SCAG office upon appointment.
Page 450
FISCAL IMPACT:
None.
COUNCIL MISSION /VISION / GOAL(S) ADDRESSED:
Participating in the SCAG General Assembly complements the City Council's Core Values by
intentionally embracing and anticipating the future.
ATTACHMENTS:
None.
Page 2
Page 451