Loading...
HomeMy WebLinkAbout2020/06/03 - Agenda PacketAGENDA FIRE PROTECTION DISTRICT BOARD -HOUSING SUCCESSOR AGENCY - SUCCESSOR AGENCY - PUBLIC FINANCE AUTHORITY - CITY COUNCIL Wednesday, June 3, 2020 10500 Civic Center Drive Rancho Cucamonga, CA 91730 REGULAR MEETINGS: 1st and 3rd Wednesdays - 7:00 P.M. ORDER OF BUSINESS: CLOSED SESSION TRI -COMMUNITIES CONFERENCE ROOM 4:30 P.M. REGULAR MEETINGS COUNCIL CHAMBERS 7:00 P.M. MEMBERS: MAYOR L. Dennis Michael CITY MANAGER John R. Gillison MAYOR PRO TEM Lynne B. Kennedy CITYATTORNEY James L. Markman COUNCIL Ryan A. Hutchison CITY CLERK Janice C. Reynolds MEMBERS Kristine D. Scott CITY TREASURER James C. Frost Sam Spagnolo 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, or a public hearing will need to dial in to (909)774-2751 to be added to the queue for public comment. 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. Page 1 INFORMATION FOR THE PUBLIC �FiQ OUCAMONGA TO ADDRESS THE FIRE BOARD, HOUSING SUCCESSOR AGENCY, SUCCESSOR AGENCY, PUBLIC FINANCE AUTHORITY AND CITY COUNCIL The Fire Board, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council encourage free expression of all points of view. To allow all persons to speak, given the length of the Agenda, please keep your remarks brief. If others have already expressed your position, you may simply indicate that you agree with a previous speaker. If appropriate, a spokesperson may present the views of your entire group. To encourage all views and promote courtesy to others, the audience should refrain from clapping, booing or shouts of approval or disagreement from the audience. The public may address the Fire Board, Housing Successor Agency, Successor Agency, Public FinanceAuthority and City Council by filling out a speaker card and submitting it to the City Clerk. The speaker cards are located on the wall at the back of the Chambers, at the front desk behind the staff table and at the City Clerk's desk. Any handouts for the Fire Board, Successor Agency, Public Finance Authority or City Council should be given to the City Clerk for distribution. During "Public Communications," your name will be called to speak on any item listed or not listed on the agenda in the order in which it was received. The "Public Communications" period will not exceed one hour prior to the commencement of the business portion of the agenda. During this one hour period, all those who wish to speak on a topic contained in the business portion of the agenda will be given priority, and no further speaker cards for these business items (with the exception of public hearing items) will be accepted once the business portion of the agenda commences. Any other "Public Communications" which have not concluded during this one-hour period may resume after the regular business portion of the agenda has been completed. Comments are to be limited to five minutes per individual or less, as deemed necessary by the Chair, depending upon the number of individuals desiring to speak. If you are present to speak on an "Advertised Public Hearing" or on an "Administrative Hearing" Item(s), your name will be alled when that item is being discussed, in the order in which it was received. Comments are to be limited to five minutes per individual or less, as deemed necessary by the Chair, depending upon the number of individuals desiring to speak. AGENDA BACK-UP MATERIALS Staff reports and back-up materials for agenda items are available for review at the City Clerk's counter, the City's Public Libraries and on the City's website. A complete copy of the agenda is also available at the desk located behind the staff table during the Council meeting. LIVE BROADCAST Fire Board, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council meetings are broadcast live on Channel 3 for those with cable television access. Meetings are rebroadcast on the second and fourth Wednesdays of each month at 7:00 p.m. Streaming Video on Demand is available on the City's website at www.cityofrc.us/your-government/city-council-agendas. The Fire Board, Successor Agency, Public Finance Authority and City Council meet regularly on the first and third Wednesday of the month at 7:00 p.m. in the Council Chambers located at 10500 Civic Center Drive. Members of the City Council also sit as the Fire Board, Housing Successor Agency, Successor Agency, and Public Finance Authority. Copies of the agendas and minutes can be found @ www.cityofrc.us If you need special assistance or accommodations to participate in this meeting, please contact the City Clerk's office at (909) 477-2700. Notification of 48 hours prior to the meeting will enable the City to make reasonable arrangements to ensure accessibility. Listening devices are available for the hearing impaired. Please silence all cell phones and devices while the meeting is in session. Page 2 JUNE 3, 2020 FIRE PROTECTION DISTRICT, SUCCESSOR AGENCY, HOUSING SUCCESSOR AGENCY, PUBLIC FINANCE AUTHORITY AND CITY COUNCIL AGENDA CLOSED SESSION - 4:30 P.M. Roll Call: Mayor Michael Mayor Pro Tem Kennedy Council Members Hutchison, Scott, Spagnolo A. ANNOUNCEMENT OF CLOSED SESSION ITEM(S) B. PUBLIC COMMUNICATIONS ON CLOSED SESSION ITEM(S) C. CITY MANAGER ANNOUNCEMENTS D. CONDUCT OF CLOSED SESSION - Tri -Communities Conference Room D.1. CONFERENCE WITH LABOR NEGOTIATOR ROBERT NEIUBER, HUMAN RESOURCES DIRECTOR PER GOVERNMENT CODE SECTION 54954.2 REGARDING LABOR NEGOTIATIONS WITH THE RANCHO CUCAMONGA CITY EMPLOYEES ASSOCIATION (RCCEA), TEAMSTERS LOCAL 1932 AND EXECUTIVE MANAGEMENT GROUP. — CITY D.2. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE SECTION 54956.8 FOR PROPERTY GENERALLY LOCATED AT THE RANCHO CUCAMONGA METROLINK STATION IDENTIFIED AS PARCEL NUMBERS 0209-272-11, 0209-143-21, AND 0209-272-22; NEGOTIATING PARTIES CITY MANAGER JOHN GILLISON, CITY MANAGER, REPRESENTING THE CITY OF RANCHO CUCAMONGA, CARRIE SCHINDLER REPRESENTING SBCTA, AND MICHAEL DIEDEN REPRESENTING EMPIRE YARDS AT RANCHO, LLC; REGARDING PRICE AND TERMS. — CITY D.3. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE SECTION 54956.8 FOR PROPERTY GENERALLY LOCATED AT THE NORTH EAST CORNER OF ARROW ROUTE AND ROCHESTER AVENUE IDENTIFIED AS PARCEL NUMBER 0229- 012-97-0000; NEGOTIATING PARTIES JOHN GILLISON, CITY MANAGER REPRESENTING THE CITY OF RANCHO CUCAMONGA, AND JACKSON SMITH, NEWCASTLE PARTNERS.; REGARDING PRICE AND TERMS. -CITY DA. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE SECTION 54956.8 FOR PROPERTY LOCATED AT 8783 ETIWANDA AVENUE/12949 WHITTRAM AVENUE, FURTHER IDENTIFIED AS SAN BERNARDINO COUNTY TAX ASSESSOR'S PARCEL NUMBER 0229-162-14; NEGOTIATING PARTIES, JOHN GILLISON, CITY MANAGER, REPRESENTING THE CITY OF RANCHO CUCAMONGA, AND KULAR TRUCK LINE, INC., OWNER; REGARDING PRICE AND TERMS — CITY D.5. 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 Page 3 AND BONNIE CATHRYN STRACK & WILLIAM R. RUSHING, AS SUCCESSOR TRUSTEE OF THE STRACK FAMILY TRUST, DATED MARCH 13, 2014, AS TO AN UNDIVIDED 1/3 INTEREST, OWNERS; REGARDING PRICE AND TERMS - CITY E. RECESS CLOSED SESSION TO RECESS TO THE REGULAR FIRE PROTECTION DISTRICT, HOUSING SUCCESSOR AGENCY, SUCCESSOR AGENCY, PUBLIC FINANCE AUTHORITY, AND CITY COUNCIL MEETINGS AT 7:00 P.M. IN THE COUNCIL CHAMBERS AT CITY HALL, LOCATED AT 10500 CIVIC CENTER DRIVE, RANCHO CUCAMONGA, CALIFORNIA. REGULAR MEETING - 7:00 P.M. COUNCIL CHAMBERS THE REGULAR MEETINGS OF THE FIRE PROTECTION DISTRICT, HOUSING SUCCESSOR AGENCY, SUCCESSOR AGENCY, PUBLIC FINANCE AUTHORITY, AND CITY COUNCIL WILL BE CALLED TO ORDER. IT IS THE INTENT TO CONCLUDE THE MEETINGS BY 10:00 P.M., UNLESS EXTENDED BY CONCURRENCE OF THE FIRE BOARD, AGENCIES, AUTHORITY BOARD AND COUNCIL. Pledge of Allegiance Roll Call: Mayor Michael Mayor Pro Tem Kennedy Council Members Hutchison, Scott and Spagnolo A. ANNOUNCEMENT/ PRESENTATIONS A.1. Presentation of City and Chamber of Commerce ShopRC Initiative. --- B. PUBLIC COMMUNICATIONS This is the time and place for the general public to address the Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance 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 Finance 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 Finance 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 non -controversial. They will be acted upon by the Fire Board/Housing Successor Agency/Successor Agency/Authority Board/Council at one time without discussion. Any item may be removed by a Fire Board/Housing Successor Agency/Successor Agency/Authority Board/Council Member for discussion. C. CONSENT CALENDAR — FIRE PROTECTION DISTRICT C.1. Consideration of Meeting Minutes: Regular Meetings of May 20, 2020. 8 Page 4 C.2. Consideration to Approve Bi -Weekly Payroll in the Amount of $580,977.73 and Weekly Check 18 Registers (Excluding Checks Issued to Southern California Gas Company) in the Amount of $307,072.14 Dated May 11, 2020 Through May 25, 2020 and Electronic Debit Register for the Month of April in the Amount of $3,082,819.56. C.3. Consideration to Approve Weekly Check Registers for Checks Issued to Southern California Gas 29 Company in the Amount of $422.06 Dated May 11, 2020 Through May 25, 2020. CA. Consideration to Approve the Renewal of Contract CO 17-143 with Mariposa Landscapes, Inc. 31 for Landscape Maintenance at Jersey Station (174)/Training Center/Fire Shop and Banyan Station (175) During FY 2020/2021 and Authorize the City Manager to Renew the Contract Annually. D. CONSENT CALENDAR - HOUSING SUCCESSOR AGENCY 8 D.1. Consideration of Meeting Minutes: Regular Meetings of May 20, 2020. E. CONSENT CALENDAR - SUCCESSOR AGENCY 8 E.1. Consideration of Meeting Minutes: Regular Meetings of May 20, 2020. F. CONSENT CALENDAR - PUBLIC FINANCE AUTHORITY 8 F.1. Consideration of Meeting Minutes: Regular Meetings of May 20, 2020. G. CONSENT CALENDAR- CITY COUNCIL G.1. Consideration of Meeting Minutes: Regular Meetings of May 20, 2020. E. G.2. Consideration to Approve Bi -Weekly Payroll in the Amount of $1,013,005.21 and Weekly Check 47 Registers (Excluding Checks Issued to Southern California Gas Company) in the Amount of $2,103,162.91. Dated, May 11, 2020 Through May 25, 2020 and Electronic Debit Register for the Month of April in the Amount of $1,789,242.74. G.3. Consideration to Approve Weekly Check Registers for Checks Issued to Southern California Gas 58 Company in the Amount of $17.57 Dated May 11, 2020 Through May 25,2020. GA. Consideration to Order Annexation to Landscape Maintenance District No. 7 and Street Light 60 Maintenance Districts Nos. 1 and 7 Related to a Development of an Attached 1,851 Square Foot Addition to an Existing 1,120 Square Foot Single Family House in the Estate (ER) Residential District at the North West Corner of Banyan Street and East Avenue, Located at 13284 Banyan Street Related to Case No. DRC2018-00974, Submitted by Allen Bennett. RESOLUTION NO. 2020-039 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, 63 CALIFORNIA, ORDERING THE ANNEXATION OF CERTAIN TERRITORY TO LANSCAPE MAINTENANCE DISTRICT NO. 7 (NORTH ETIWANDA) FOR CASE NO. DRC2018-00974 RESOLUTION NO. 2020-040 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, 68 CALIFORNIA, ORDERING THE ANNEXATION OF CERTAIN TERRITORY TO STREET LIGHT MAINTENANCE DISTRICT NO. 1 (ARTERIAL STREETS) FOR CASE NO. DRC2018-00974 RESOLUTION NO. 2020-041 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, 73 CALIFORNIA, ORDERING THE ANNEXATION OF CERTAIN TERRITORY TO STREET LIGHT MAINTENANCE DISTRICT NO. 7 (NORTH ETIWANDA) FOR CASE NO. DRC2018-00974 G.5. Consideration of a Three Year Contract with Advance Chemical Transport, Inc., in the Total 78 Amount of $54,000 for the Home -Generated Sharps Removal and Disposal Services. G.6. Consideration of a Contract with Hardy and Harper, Inc., in an Amount of $602,959, Plus a 10% 80 Contingency, and Authorization of a Budget Transfer in an Amount of $114,030 for the Fiscal Year 2019/20 Local Overlay Pavement Rehabilitation Project. G.7. Consideration of a Contract with Gentry Brother's, Inc., in an Amount of $856,368, Plus a 5% 85 Contingency, and Authorization of an Appropriation in an Amount of $186,530 for the Fiscal Year 2019/20 Major Arterial Pavement Rehabilitation at Highland Avenue and Hermosa Avenue Page 5 Project. G.8. Consideration of a Cooperative Agreement (SBCTA Contract No. 20-1002316) with the San 91 Bernardino County Transportation Authority (SBCTA) related to the design and construction of the 6th Street Cycle Track Project. G.9. Consideration to Approve the Renewal of Contract CO 16-148 with BrightView Landscape 105 Services for Landscape, Irrigation, and Parks Maintenance for Landscape Maintenance District 1 Parks During FY 2020/2021 and Authorize the City Manager to Renew the Contract Annually. G.10. Consideration to Approve the Renewal of Contract CO 16-262 with BrightView Landscape 117 Services for Landscape, Irrigation, and Parks Maintenance for PD -85 Parks During FY 284 2020/2021 and Authorize the City Manager to Renew the Contract Annually. G.11. Consideration to Approve the Renewal of Contract CO 2012-009 with BrightView Landscape 124 Services for Maintenance of Parkway, Paseo, and Median Landscapes within Landscape Maintenance Districts 1 and 5 During FY 2020/2021. G.12. Consideration to Approve the Renewal of Contract CO 17-140 with Mariposa Landscapes, Inc. 131 for Landscape and Irrigation Maintenance on Haven Avenue and Foothill Boulevard Medians During FY 2020/2021 and Authorize the City Manager to Renew the Contract Annually. 307 G.13. Consideration to Approve the Renewal of Contract CO 17-142 with Mariposa Landscapes, Inc. 136 for Landscape and Irrigation Maintenance on General Fund, LMD 3A, and LMD 313 Parkways and Medians During FY 2020/2021 and Authorize the City Manager to Renew the Contract Annually. G.14. Consideration to Approve the Renewal of Contract CO 17-143 with Mariposa Landscapes, Inc. 143 for Park Mowing and Facility Landscape Maintenance During FY 2020/2021 and Authorize the City Manager to Renew the Contract Annually. G.15. Consideration to Approve the Renewal of Contract CO 18-030 with Mariposa Landscapes, Inc. 159 for Landscape and Irrigation Maintenance of LMDs 6, 7, 8, 9, and 10 Parkways, Paseos, and Medians During FY 2020/2021 and Authorize the City Manager to Renew the Contract Annually. G.16. Consideration to Award Contract to AB Fence Company, Inc. for the LMD 4R Fence 173 Replacement Project. G.17. Consideration to Adopt Resolutions Pertaining to the November 3, 2020 General Municipal 279 Election. RESOLUTION NO. 2020-042 A RESOLUTION OF THE CITY COUNCIL OF THE C I T Y OF RANCHO CUCAMONGA, 281 CALIFORNIA, CALLING AND GIVING NOTICE OF THE HOLDING OF A GENERAL MUNICIPAL ELECTION ON TUESDAY, NOVEMBER 3, 2020, FOR THE ELECTION OF CERTAIN OFFICERS AND REQUESTING THE BOARD OF SUPERVISORS OF THE COUNTY OF SAN BERNARDINO TO CONSOLIDATE THE GENERAL MUNICIPAL ELECTION WITH THE STATEWIDE GENERAL ELECTION TO BE HELD PURSUANT TO ELECTIONS CODE SECTION 10403 RELATING TO GENERAL LAW CITIES RESOLUTION NO. 2020-043 284 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, ADOPTING REGULATIONS FOR CANDIDATES FOR ELECTIVE OFFICE PERTAINING TO CANDIDATE STATEMENTS SUBMITTED TO THE VOTERS FOR THE NOVEMBER 3, 2020 ELECTION G.18. Consideration to Approve the Use of Baker & Taylor to Provide Materials Acquisition Services to 286 the Rancho Cucamonga Public Library. G.19. Consideration to Approve the Use of Bibliotheca, LLC. to Provide E -book and E-audiobook 307 Lending Services to the Rancho Cucamonga Public Library Using the cloudLibraryTM Platform. H. CONSENT ORDINANCES The following Ordinances have been introduced for first reading. Second readings are expected to be routine and non -controversial. The City Council will act upon them at one time without discussion. The City Clerk will read the title. Any item can be removed for discussion by a Council Member. I. ADMINISTRATIVE HEARING ITEM Page 6 J. ADVERTISED PUBLIC HEARINGS - CITY COUNCIL/FIRE PROTECTION DISTRICT K. CITY MANAGER'S STAFF REPORTS L. COUNCIL BUSINESS L.1. COUNCIL ANNOUNCEMENTS (Comments to be limited to three minutes per Council Member.) L.2. INTER -AGENCY UPDATES --- (Update by the City Council to the community on the meetings that were attended.) M. IDENTIFICATION OF ITEMS FOR NEXT MEETING N. ADJOURNMENT CERTIFICATION I, Linda A. Troyan, MMC, City Clerk Services Director of the City of Rancho Cucamonga, or my designee, hereby certify under penalty of perjury that a true, accurate copy of the foregoing agenda was posted on at least Seventy -Two (72) hours prior to the meeting per Government Code 54954.2 at 10500 Civic Center Drive, Rancho Cucamonga, California and on the City's website. Page 7 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Linda A. Troyan, City Clerk Services Director SUBJECT: CONSIDERATION OF MEETING MINUTES: REGULAR MEETINGS OF MAY 20, 2020. RECOMMENDATION: Staff recommends approval of the Meeting Minutes of Regular Meetings of May 20, 2020. BACKGROUND: N/A ANALYSIS: N/A FISCAL IMPACT: N/A COUNCIL GOAL(S) ADDRESSED: N/A ATTACHMENTS: Description Attachment 1 - 5/20/2020 Regular Meeting Minutes Page 8 May 20, 2020 CITY OF RANCHO CUCAMONGA CLOSED SESSION, FIRE PROTECTION DISTRICT, HOUSING SUCCESSOR AGENCY, SUCCESSOR AGENCY, PUBLIC FINANCE AUTHORITY AND CITY COUNCIL REGULAR MEETINGS MINUTES The City of Rancho Cucamonga City Council held a closed session on Wednesday May 20, 2020, 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, and Mayor Pro Tem Lynne Kennedy and Mayor L. Dennis Michael. Also present were: John Gillison, City Manager; Nicholas 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. No public communications were made. No discussion or actions were taken. D.1. CONFERENCE WITH LABOR NEGOTIATOR ROBERT NEIUBER, HUMAN RESOURCES DIRECTOR PER GOVERNMENT CODE SECTION 54954.2 REGARDING LABOR NEGOTIATIONS WITH THE RANCHO CUCAMONGA CITY EMPLOYEES ASSOCIATION (RCCEA), TEAMSTERS LOCAL 1932 AND EXECUTIVE MANAGEMENT GROUP. — CITY D.2. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE SECTION 54956.8 FOR PROPERTY GENERALLY LOCATED AT THE RANCHO CUCAMONGA METROLINK STATION IDENTIFIED AS PARCEL NUMBERS 0209-272-11, 0209-143-21, AND 0209-272-22; NEGOTIATING PARTIES CITY MANAGER JOHN GILLISON, CITY MANAGER, REPRESENTING THE CITY OF RANCHO CUCAMONGA, CARRIE SCHINDLER REPRESENTING SBCTA, AND MICHAEL DIEDEN REPRESENTING EMPIRE YARDS AT RANCHO, LLC; REGARDING PRICE AND TERMS. — CITY *DRAFT* May 20, 20201 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 1 of 9 Page 9 D.3. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE SECTION 54956.8 FOR PROPERTY GENERALLY LOCATED AT THE NORTH EAST CORNER OF ARROW ROUTE AND ROCHESTER AVENUE IDENTIFIED AS PARCEL NUMBER 0229- 012-97-0000; NEGOTIATING PARTIES JOHN GILLISON, CITY MANAGER REPRESENTING THE CITY OF RANCHO CUCAMONGA, AND JACKSON SMITH, NEWCASTLE PARTNERS.; REGARDING PRICE AND TERMS. -CITY D.4. 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 D. 5. 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 D.6. CONFERENCE WITH REAL PROPERTY NEGOTIATORS PER GOVERNMENT CODE SECTION 54956.8 FOR PROPERTY LOCATED AT 8783 ETIWANDA AVENUE/12949 WHITTRAM AVENUE, FURTHER IDENTIFIED AS SAN BERNARDINO COUNTY TAX ASSESSOR'S PARCEL NUMBER 0229-162-14; NEGOTIATING PARTIES, JOHN GILLISON, CITY MANAGER, REPRESENTING THE CITY OF RANCHO CUCAMONGA, AND KULAR TRUCK LINE, INC., OWNER; REGARDING PRICE AND TERMS – CITY D.7. 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 AND BONNIE CATHRYN STRACK & WILLIAM R. RUSHING, AS SUCCESSOR TRUSTEE OF THE STRACK FAMILY TRUST, DATED MARCH 13, 2014, AS TO AN UNDIVIDED 1/3 INTEREST, OWNERS; REGARDING PRICE AND TERMS - CITY D. 8. CONFERENCE WITH LEGAL COUNSEL- ANTICIPATED LITIGATION: SIGNIFICANT EXPOSURE TO LITIGATION PURSUANT TO PARAGRAPH (2) OF SUBDIVISION (D) OF SECTION 54956.9 OF THE CALIFORNIA GOVERNMENT CODE: (1 CASE) The City has received a notice of intent to sue under the California Environmental Quality Act with respect to the approval of Design Review DRC2019-00590 (Xebec Realty Partners, LLC.) The closed session recessed at 6:50 p.m *DRAFT* May 20, 20201 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 2 of 9 Page 10 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 May 20, 2020 in the Council Chambers at City Hall, located at 10500 Civic Center Drive, Rancho Cucamonga, California. Mayor Michael called the meeting to order at 7:00 p.m. Present were Council Members: Ryan Hutchison, Kristine Scott, Sam Spagnolo, and Mayor Pro Tem Lynne Kennedy and Mayor L. Dennis Michael. Also present were: John Gillison, City Manager; Nicholas Ghirelli, Assistant City Attorney and Patricia Bravo -Valdez, Deputy Director of City Clerk Services. 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. • ►r.W,,T► ► • UR None. Mayor Michael announced, due to COVID-19 and social distancing requirements, the Public Communications portion of the meeting will be conducted telephonically. Tina Contreras spoke in opposition of Public Hearing item J2; delinquent trash bill notices; and noted current times of financial struggles due to the COVID-19 Pandemic and asked the City Council to delay fees and penalties for solid waste collection. Robert Soto, Tower of Power, spoke in regards to billing issues with Burrtec Waste Industries Inc. resulting in delinquent noticing. Mr. Soto provided a written protest to staff with supporting documentation to help resolve matter. Peter Bryan encouraged City Council to re -open businesses but to mandate the use of face coverings to reduce an increase or spread of COVID-19 cases. City Manager Gillison announced that item G12 would be pulled from the City Council Consent Calendar. Mr. Gillison noted that Jason Welday, Director of Engineering Services/ City Engineer would clarify modifications relating to item G12. *DRAFT* May 20, 20201 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 3 of 9 Page 11 C.1. Consideration of Meeting Minutes: Regular Meetings of May 6, 2020. C.2. Consideration to Approve Bi -Weekly Payroll in the Amount of $600,559.38 and Weekly Check Registers (Excluding Checks Issued to Southern California Gas Company) in the Amount of $617,316.36 Dated April 27, 2020. Through May 10, 2020. C.3. Consideration to Approve Weekly Check Registers for Checks Issued to Southern California Gas Company in the Amount of $2,330.18 Dated April 27, 2020 Through May 10, 2020. CA. Consideration to Receive and File Current Investment Schedule as of March 31, 2020. C.S. Consideration to Receive and File Current Investment Schedule as of April 30, 2020. MOTION: Moved by Vice President Kennedy, seconded by Board Member Hutchison, to approve Consent Calendar Items C1. through C5. Motion carried unanimously, 5-0, with Board Member Scott abstaining on item C3, due to her employment with Southern California Gas Company. Items D1, E1, and F1 were taken concurrently. D.1. Consideration of Meeting Minutes: Regular Meetings of May 6, 2020. E.1. Consideration of Meeting Minutes: Regular Meetings of May 6, 2020. F.1. Consideration of Meeting Minutes: Regular Meetings of May 6, 2020. MOTION: Moved by Agency Member Spagnolo, seconded by Agency Member Scott, to approve Consent Calendar Items D1, E1, and F1 of the Housing Successor, Successor Agency and Public Financing Authority. Motion carried unanimously, 5-0. G.1. Consideration of Meeting Minutes: Regular Meetings of May 6, 2020. G.2. Consideration to Approve Bi -Weekly Payroll in the Amount of $1,037,857.97 and Weekly Check Registers (Excluding Checks Issued to Southern California Gas Company) in the Amount of $1,785,359.51 Dated April 27, 2020 Through May 10, 2020. G.3. Consideration to Approve Weekly Check Registers for Checks Issued to Southern California Gas Company in the Amount of $18,013.55 Dated April 27, 2020 Through May 10, 2020. GA. Consideration to Receive and File Current Investment Schedule as of March 31, 2020. G.S. Consideration to Receive and File Current Investment Schedule as of April 30, 2020. *DRAFT* May 20, 20201 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 4 of 9 Page 12 G.6. Consideration of Intention to Order the Dissolution of Landscape Maintenance District No. 3A and Set a Public Hearing. RESOLUTION NO. 2020-036 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, DECLARING ITS INTENTION TO ORDER THE DISSOLUTION OF CERTAIN PROPERTY FROM LANDSCAPE MAINTENANCE DISTRICT NO. 3A G.7. Consideration of a Contract with Golden State Constructors in an Amount of $364,250, Plus a 10% Contingency for the Fical Year 2019/20 ADA Access Ramp Improvements at Various Locations Project. G.B. Consideration of a Request to Summarily Vacate an Easement for Street and Related Purposes at the Northeast Corner of Foothill Boulevard and Hermosa Avenue Related to the Arte Development, Submitted by CRP/FPC Foothill Owner, LLC. RESOLUTION NO. 2020-032 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, SUMMARILY ORDERING THE VACATION OF AN EASEMENT FOR STREET AND RELATED PURPOSES ON THE NORTHEAST CORNER OF FOOTHILL BOULEVARD AND HERMOSA AVENUE ALONG APN 1077-601-16-0000 G.9. Consideration of a Request for Reduction in Improvement Securities for the 6th Street Improvements Related to the Development of Tract No. 20073 on the North Side of 4th Street Between Milliken Avenue and Cleveland Avenue Submitted by SC Rancho Development Corporation. RESOLUTION NO. 2020-033 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, APPROVING THE REDUCTION IN FAITHFUL PERFORMANCE BOND FOR TRACT 20073 PUBLIC IMPROVEMENTS AND RELEASING PREVIOUSLY SUBMITTED FAITHFUL PERFORMANCE BOND ACCEPTED BY THE CITY COUNCIL ON MAY 6, 2020 G.10. Consideration of Amendment No. 2 to the RCMU Fiber Licensing and Service Agreement with Inyo Networks, Inc. (Contract No.18-022). GA 1. Consideration to Accept Public Improvements at the Northwest Corner of the Intersection of Haven Avenue and Arrow Route Related to the Development of Tract 20073 (Case No. ROW2019-00072), Submitted by SC Rancho Development Corporation as Complete, File the Notice of Completion, and Authorize Release of Bonds. G. Away Warning of North End of Haven Avenue. G.13. Consideration to Award and Authorize the Execution of a Contract with CT&T Concrete Paving, Inc., for the "Citywide Concrete Repair - FY 2019/2020 Project" and Authorize an Increase in the Contract Amount of CO 19-187 with West Coast Arborist to Provide Tree Services Related to the Project. G.14. Consideration of a Resolution Declaring That Real Property Owned by the City Located at the North East Corner of Arrow Route and Rochester Avenue (APN: 0229-021-97-0000) is Surplus Land and Not Necessary for the City's Use. RESOLUTION NO. 2020-037 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, DECLARING PURSUANT TO GOVERNMENT CODE SECTION 54221 THAT REAL PROPERTY OWNED BY THE CITY LOCATED AT THE NORTH EAST CORNER OF ARROW ROUTE AND ROCHESTER AVENUE (APN: 0229-021-97-0000) IS SURPLUS LAND AND NOT NECESSARY FOR THE CITY'S USE, FINDING THAT SUCH DECLARATION IS *DRAFT* May 20, 20201 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 5 of 9 Page 13 EXEMPT FROM ENVIRONMENTAL REVIEW UNDER THE CALIFORNIA ENVIRONMENTAL QUALITY ACT, AND TAKING RELATED ACTIONS G.15. Consideration to Accept Fiscal Year 2018 Homeland Security Grant Revenue, in an amount up to $27,745, Awarded by the Department of Homeland Security and Administered by the State of California and San Bernardino County Office of Emergency Services. G.16. Consideration to Cancel the Regular Meetings of the Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council on July 1, 2020. G.17. Consideration of a Resolution of the City Council of the City of Rancho Cucamonga, California, Ratifying the Director of Emergency Services' Executive Order 2020-4. RESOLUTION NO. 2020-038 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, RATIFYING THE DIRECTOR OF EMERGENCY SERVICES' EXECUTIVE ORDER 2020-4 TO DEFER A PORTION OF TOW SERVICE AGREEMENT ADMINISTRATIVE FEES FOR THE MONTH OF MAY DURING THE LOCAL EMERGENCY CAUSED BY THE COVID-19 PANDEMIC MOTION: Moved by Council Member Spagnolo, seconded by Council Member Hutchison, to approve Consent Calendar Items G1 through G17 with the exception of item G12. with Council Member Scott abstaining on item G3, due to her employment with Southern California Gas Company. Motion carried unanimously, 5-0. Jason Welday, Director of Engineering Services/ City Engineer, clarified item G12 modifications to replace the existing four (4) "NO PARKING 5PM to 5AM" signs shown on the exhibit to "NO PARKING 5PM to 5AM TOW AWAY ZONE". He noted that the change will allow day -time hikers to park along Haven Avenue but also provide the Police Department with the ability to tow vehicles in violation of the parking restrictions. MOTION: Moved by Council Member Hutchison, seconded by Council Member Spagnolo, to approve Consent Calendar Item G12, with the staff report modification to replace the existing four (4) "NO PARKING 5PM to 5AM" with "NO PARKING 5PM to 5AM TOW AWAY ZONE" signs. Motion carried unanimously, 5- 0. No items. No items. *DRAFT* May 20, 20201 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 9 Page 14 J.1. CONTINUED PUBLIC HEARING FOR CONSIDERATION OF AN APPEAL OF THE PLANNING COMMISSION'S DECISION TO DENY HILLSIDE DESIGN REVIEW DRC2017- 00244 AND MINOR EXCEPTION DRC2018- 00473 — PAUL BARDOS, APPLICANT. This Project Consists of a Site Plan and Architectural Review of a Proposed 4,118 Square Foot Two Story, Single Family Residence with an Attached 771 Square Foot Garage and a Request to Construct Retaining Walls Up To 5 Feet And 2 Inches High on a 15,430 Square Foot Lot Within the Low (L) Residential District and Within the Hillside Overlay District at 8035 Camino Predera APN: 0207 631-03. A Minor Exception Was Also Requested to Exceed the Maximum Height Limit for Retaining Walls in the Zone. This Item was Determined to be Exempt from the Requirements of The California Environmental Quality Act (CEQA) and the City's CEQA Guidelines Pursuant to CEQA Guidelines Section 15061(B)(4) As A Project that Has Been Rejected or Disapproved (This Item will be Continued and Heard at the August 5, 2020 Regular City Council Meeting). Mayor Michael announced the Public Hearing will be heard at a later date and be continued to the August 5th 2020 Regular City Council Meeting. No public communications were made. MOTION: Moved by Council Member Scott, seconded by Council Member Spagnolo, to continue the Public Hearing item to the Regular City Council Meeting of August 5th, 2020 at 7:OOPM in the Council Chambers, 10500 Civic Center Drive, Rancho Cucamonga, CA 91730. Motion carried unanimously, 5-0. J.2. Public Hearing to Consider Resolution No. 2020-034 for Placement of Special Assessments and Liens for Delinquent Solid Waste Accounts. RESOLUTION NO. 2020-034 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, CONFIRMING THE REPORT OF DELINQUENT CHARGES FROM BURRTEC WASTE INDUSTRIES, INC. FOR SOLID WASTE COLLECTION, WHICH SHALL CONSTITUTE SPECIAL ASSESSMENTS AND LIENS AGAINST THE RESPECTIVE PARCELS OF LAND AND SHALL BE COLLECTED FOR THE CITY OF RANCHO CUCAMONGA, CALIFORNIA AT THE SAME TIME AND IN THE SAME MANNER AS ORDINARY COUNTY AD VALOREM PROPERTY TAXES City Manager Gillison introduced Linda Ceballos, Environmental Programs Manager, who gave the staff report and noted that the City received a total of four (4) written protests from: Cydney Jones APN: 1089-192-05-0000, Jacques Melek APN: 0202-121-40-0000 , Tower of Power, Robert Soto APN:0229-141-13-0000 and Property Owner of APN: 0225-242-01-0000. Mayor Michael opened the Public Hearing. No public communications were made. Mayor Michael closed the Public Hearing. Council Member Spagnolo asked city staff to clarify concerns addressed by callers during the Public Communications period of the meeting. Environmental Programs Manager, Linda Ceballos assured that she would examine the concerns from Tina Contreras and Robert Soto and would connect with the callers to assist them after the meeting takes place. Council Member Hutchison clarified that the billing period of delinquent solid waste accounts are from 2019 and not 2020. *DRAFT* May 20, 20201 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 9 Page 15 Discussion ensued regarding contractual agreement terms between Burrtec and the City; Uninterrupted trash service terms; economic impacts to franchise hauler; administrative fees and financial hardships for customers to pay balances owed due to the COVID-19 Pandemic. MOTION: Moved by Mayor Pro Tem Kennedy, seconded by Council Member Scott, to adopt Resolution No. 2020-034. Motion carried unanimously, 5-0. J.3. Public Hearing to Consider Resolution No. 2020-035 for the placement of special assessments and liens for costs of nuisance abatement on private property. RESOLUTION NO. 2020-035 A RESOLUTION OF THE CITY COUNCIL OR THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, CONFIRMING THE REPORT OF UNPAID NUISANCE ABATEMENTS ON PRIVATE PROPERTY, WHICH SHALL CONSTITUTE SPECIAL ASSESSMENTS AND LIENS AGAINST THE RESPECTIVE PARCELS OF LAND AND SHALL BE COLLECTED FOR THE CITY OF RANCHO CUCAMONGA, CALIFORNIA AT THE SAME TIME AND IN THE SAME MANNER AS ORDINARY COUNTY AD VALOREM PROPERTY TAXES City Manager Gillison introduced Jana Cook, Community Improvement Manager, who gave the staff report. Ms. Cook noted that the City received a total of one (1) written protest from Property Owner of APN: 0226-301-37- 0000. Mayor Michael opened the Public Hearing. No public communications were made. Mayor Michael closed the Public Hearing. Mayor Michael inquired if abatement issues were generally initiated by neighborhood complaints. Community Improvement Manager, Jana Cook stated that abatement issues generally are initiated by neighborhood complaints. She noted that city staff verifies the issue and property owners are given a 10 - day notice to rectify the issue via First Class and Certified Mail. MOTION: Moved by Council Member Spagnolo, seconded by Council Member Hutchison, to adopt Resolution No. 2020-035. Motion carried unanimously, 5-0. K.1. Update on City's Economic Development COVID-19 Response City Manager Gillison introduced the item along with Matt Burris, Deputy City Manager and Flavio Nunez, Management Analyst II, who gave the staff report. The presentation highlighted City efforts such as helping businesses connect to customers through social media posts; #TakeoutTuesday videos; a new website application "Open for Business Map"; a newly formed Chamber #ShopRC partnership marketing campaign and meeting and surveying businesses to better understand, anticipate and respond to business needs. Mayor Michael thanked City staff for their creativity and efforts in promoting local businesses through the #TakeoutTuesday video. Council Member Spagnolo thanked City staff for maintaining a level of commitment in helping promote the business community during the COVID-19 Pandemic. *DRAFT* May 20, 20201 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 8 of 9 Page 16 Mayor Pro Tem Kennedy asked if the presented "Open for Business Map" would remain on the city's website post COVID-19 Pandemic. Deputy City Manager Burris stated that he is perpetually optimistic to keep the "Open for Business Map" on the city's website and helping businesses post COVID-19. L.1. COUNCIL ANNOUNCEMENTS None. L.2. INTER -AGENCY UPDATES None. No items. Mayor Michael adjourned the meeting at 7:58 p.m. Approved: Respectfully submitted, Linda A. Troyan, MMC City Clerk Services Director *DRAFT* May 20, 20201 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 9 of 9 Page 17 DATE: June 3, 2020 TO: President and Members of the Board of Directors FROM: John R. Gillison, City Manager INITIATED BY: Tamara Layne, Finance Director SUBJECT: CONSIDERATION TO APPROVE BI -WEEKLY PAYROLL IN THE AMOUNT OF $580,977.73 AND WEEKLY CHECK REGISTERS (EXCLUDING CHECKS ISSUED TO SOUTHERN CALIFORNIA GAS COMPANY) IN THE AMOUNT OF $307,072.14 DATED MAY 11, 2020 THROUGH MAY 25, 2020 AND ELECTRONIC DEBIT REGISTER FOR THE MONTH OF APRIL IN THE AMOUNT OF $3,082,819.56. RECOMMENDATION: Staff recommends Fire Board approve payment of demands as presented. BACKGROUND: N/A ANALYSIS: N/A FISCAL IMPACT: Adequate budgeted funds are available for the payment of demands per the attached listing COUNCIL GOAL(S) ADDRESSED: N/A ATTACHMENTS: Description Attachment 1 Check Register Attachment 1 Electronic Check Register Page 18 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00010659 05/13/2020 ABSOLUTE SECURITY INTERNATIONAL INC 3,080.40 0.00 3,080.40 AP 00010660 05/13/2020 CALPINE ENERGY SERVICES LP 102,000.00 0.00 102,000.00 AP 00010661 05/13/2020 HD PRODUCTIONS INC 18,750.00 0.00 18,750.00 AP 00010662 05/13/2020 SAN BERNARDINO COUNTY 20.00 0.00 20.00 AP 00010663 05/13/2020 SHELL ENERGY NORTH AMERICA 16,500.00 0.00 16,500.00 AP 00010664 05/13/2020 U S DEPARTMENT OF ENERGY 10,597.62 0.00 10,597.62 AP 00010665 05/14/2020 ABC LOCKSMITHS INC 157.84 0.00 157.84 AP 00010666 05/14/2020 ALTEC INDUSTRIES INC 488.83 0.00 488.83 AP 00010667 05/14/2020 DUNN EDWARDS CORPORATION 323.22 0.00 323.22 AP 00010668 05/14/2020 EMCOR SERVICES 17,885.19 3,284.60 21,169.79 *** AP 00010669 05/14/2020 EWING IRRIGATION PRODUCTS 439.69 0.00 439.69 AP 00010670 05/14/2020 OFFICE DEPOT 1,073.95 127.56 1,201.51 *** AP 00010671 05/14/2020 SIEMENS MOBILITY INC 62,704.24 0.00 62,704.24 AP 00010672 05/14/2020 SOUTHERN CALIFORNIA NEWS GROUP 5,422.01 0.00 5,422.01 AP 00010673 05/20/2020 ABSOLUTE SECURITY INTERNATIONAL INC 17,613.46 0.00 17,613.46 AP 00010674 05/20/2020 CALIF GOVERNMENT VEBA/RANCHO CUCAMONGA 25,577.38 0.00 25,577.38 AP 00010675 05/20/2020 ILAND INTERNET SOLUTIONS 7,517.62 0.00 7,517.62 AP 00010676 05/20/2020 RCCEA 1,927.50 0.00 1,927.50 AP 00010677 05/20/2020 RCPFA 12,558.07 0.00 12,558.07 AP 00010678 05/20/2020 RE ASTORIA 2 LLC 206,020.10 0.00 206,020.10 AP 00010679 05/20/2020 RICHARDS WATSON AND GERSHON 43,535.82 4,582.80 48,118.62 *** AP 00010680 05/20/2020 RIVERSIDE, CITY OF 6,909.00 0.00 6,909.00 AP 00010681 05/20/2020 SHELL ENERGY NORTH AMERICA 277,937.50 0.00 277,937.50 AP 00010682 05/21/2020 ABC LOCKSMITHS INC 48.49 0.00 48.49 AP 00010683 05/21/2020 AIRGAS USA LLC 672.49 348.20 1,020.69 *** AP 00010684 05/21/2020 BIBLIOTHECA LLC 7,531.00 0.00 7,531.00 AP 00010685 05/21/2020 BRODART BOOKS 13,604.40 0.00 13,604.40 AP 00010686 05/21/2020 BSN SPORTS LLC 7,870.00 0.00 7,870.00 AP 00010687 05/21/2020 CARQUEST AUTO PARTS 55.43 0.00 55.43 AP 00010688 05/21/2020 CITRUS MOTORS ONTARIO INC 99.95 0.00 99.95 AP 00010689 05/21/2020 FIRE ETC 976.22 276.70 1,252.92 *** AP 00010690 05/21/2020 HOSE MAN INC 224.25 0.00 224.25 AP 00010691 05/21/2020 KME FIRE APPARATUS 0.00 2,448.77 2,448.77 AP 00010692 05/21/2020 LN CURTIS AND SONS 0.00 1,970.03 1,970.03 AP 00010693 05/21/2020 MINUTEMAN PRESS 107.20 0.00 107.20 AP 00010694 05/21/2020 OFFICE DEPOT 843.58 257.19 1,100.77 *** AP 00010695 05/21/2020 PSA PRINT GROUP 137.92 0.00 137.92 AP 00010696 05/21/2020 SITEONE LANDSCAPE SUPPLY LLC 938.32 0.00 938.32 AP 00010697 05/21/2020 SUNRISE FORD 995.02 0.00 995.02 AP 00010698 05/21/2020 TARGET SPECIALTY PRODUCTS 2,499.40 0.00 2,499.40 AP 00409688 05/13/2020 ABSG CONSULTING INC 8,500.00 0.00 8,500.00 AP 00409689 05/13/2020 ADAMS, BRITTANY 335.50 0.00 335.50 AP 00409690 05/13/2020 ALL WELDING 520.00 0.00 520.00 AP 00409691 05/13/2020 ALSOP, ROCHELLE 137.60 0.00 137.60 AP 00409692 05/13/2020 ALTA LOMA CHRISTIAN SCHOOL 153.00 0.00 153.00 AP 00409693 05/13/2020 AMERICAN TRAINING RESOURCES INC 1,061.78 0.00 1,061.78 AP 00409694 05/13/2020 ANDRADE, MARICELA 263.20 0.00 263.20 User: VLOPEZ - VERONICA LOPEZ Page: 1 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 19 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409695 05/13/2020 AQUABIO ENVIRONMENTAL TECHNOLOGIES INC 1,945.00 0.00 1,945.00 AP 00409696 05/13/2020 ASSI SECURITY 525.00 0.00 525.00 AP 00409697 05/13/2020 BAB STEERING HYDRAULICS INC 0.00 128.14 128.14 AP 00409698 05/13/2020 BALDACCI, DENISE 0.00 324.00 324.00 AP 00409699 05/13/2020 BARKER, CHRISTIAN 0.00 324.00 324.00 AP 00409700 05/13/2020 BRIGHTVIEW LANDSCAPE SERVICES INC 554.80 0.00 554.80 AP 00409701 05/13/2020 BURNS, BRYAN 0.00 270.00 270.00 AP 00409702 05/13/2020 C V W D 280.03 302.47 582.50 *** AP 00409707 05/13/2020 C V W D 26,260.97 398.46 26,659.43 *** AP 00409708 05/13/2020 CALIFORNIA STATE SHERIFFS' ASSOC FOUNDATION 40.00 0.00 40.00 AP 00409709 05/13/2020 CAMPOS, ALAN 219.00 0.00 219.00 AP 00409710 05/13/2020 CAMPOS, EDUARDO 59.73 0.00 59.73 AP 00409711 05/13/2020 CARAHSOFT TECHNOLOGY CORP 36,534.23 0.00 36,534.23 AP 00409712 05/13/2020 CENTRAL SCHOOL DISTRICT 386.75 0.00 386.75 AP 00409713 05/13/2020 CERTIFIED TOWING INC 150.00 0.00 150.00 AP 00409714 05/13/2020 CHAPARRAL ELEMENTARY PFA 952.00 0.00 952.00 AP 00409715 05/13/2020 CHINO MOWER AND ENGINE SERVICE 54.28 0.00 54.28 AP 00409716 05/13/2020 CHRIST'S CHURCH OF THE VALLEY 4,400.00 0.00 4,400.00 AP 00409717 05/13/2020 CHRISTIAN CLASSICAL CONSERVATORY 127.50 0.00 127.50 AP 00409718 05/13/2020 CINTAS CORPORATION #150 0.00 720.84 720.84 AP 00409719 05/13/2020 CLARA BARTON ELEMENTARY 1,623.50 0.00 1,623.50 AP 00409720 05/13/2020 COCEK, ELIZABETH 178.00 0.00 178.00 AP 00409721 05/13/2020 COLTON JOINT UNIFIED SCHOOL DISTRICT 297.50 0.00 297.50 AP 00409722 05/13/2020 COLTON JOINT UNIFIED SCHOOL DISTRICT 994.50 0.00 994.50 AP 00409723 05/13/2020 COLTON JOINT UNIFIED SCHOOL DISTRICT 429.25 0.00 429.25 AP 00409724 05/13/2020 CONCEPT POWDER COATING 160.00 0.00 160.00 AP 00409725 05/13/2020 CONFIRE JPA 0.00 176,392.00 176,392.00 AP 00409726 05/13/2020 CONSOLIDATED ELECTRICAL DISTR INC 1,884.55 0.00 1,884.55 AP 00409727 05/13/2020 CONTRERAS, VANESSA 57.00 0.00 57.00 AP 00409728 05/13/2020 CORODATA MEDIA STORAGE INC 62.55 0.00 62.55 AP 00409729 05/13/2020 CRIME SCENE STERI-CLEAN LLC 540.00 0.00 540.00 AP 00409730 05/13/2020 CUCAMONGA DISTRICT HOST LIONS CLUB 720.00 0.00 720.00 AP 00409731 05/13/2020 CUMMINS SALES AND SERVICE 0.00 143.74 143.74 AP 00409732 05/13/2020 DAM, JAYNE 146.60 0.00 146.60 AP 00409733 05/13/2020 DANIELS TIRE SERVICE 0.00 1,203.13 1,203.13 AP 00409734 05/13/2020 DE GUZMAN, LOURDES 327.50 0.00 327.50 AP 00409735 05/13/2020 DEPARTMENT OF CONSUMER AFFAIRS 115.00 0.00 115.00 AP 00409736 05/13/2020 DEPARTMENT OF INDUSTRIAL RELATIONS 225.00 0.00 225.00 AP 00409737 05/13/2020 DEPT OF FORESTRY & FIRE PROTECTION 0.00 1,128.00 1,128.00 AP 00409738 05/13/2020 DIRECTV 179.24 0.00 179.24 AP 00409739 05/13/2020 DIRECTV 74.24 0.00 74.24 AP 00409740 05/13/2020 DISTELRATH, KATIE 149.24 0.00 149.24 AP 00409741 05/13/2020 DOG WASTE DEPOT 568.04 0.00 568.04 AP 00409742 05/13/2020 EAGLE RANCH PTA 867.00 0.00 867.00 AP 00409743 05/13/2020 EAST HERITAGE STUDENT FUND 429.25 0.00 429.25 AP 00409744 05/13/2020 EISENHOWER ELEMENTARY SCHOOL 2,380.00 0.00 2,380.00 AP 00409745 05/13/2020 ELITE CUSTOMS CONSTRUCTION 3,900.00 0.00 3,900.00 User: VLOPEZ - VERONICA LOPEZ Page: 2 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 20 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409746 05/13/2020 EMBASSY ESCROW DIVISION 164.55 0.00 164.55 AP 00409747 05/13/2020 ERICKSON-HALL CONSTRUCTION CO 0.00 78,491.25 78,491.25 AP 00409748 05/13/2020 ERIKSEN, LAUREL 123.25 0.00 123.25 AP 00409749 05/13/2020 ETIWANDA COLONY ELEMENTARY 412.25 0.00 412.25 AP 00409750 05/13/2020 EXECUTIVE AUTO DETAIL 0.00 160.00 160.00 AP 00409751 05/13/2020 EXPERIAN 52.00 0.00 52.00 AP 00409752 05/13/2020 FAIRVIEW FORD 2,250.84 0.00 2,250.84 AP 00409753 05/13/2020 FALCON RIDGE ELEMENTARY 1,347.25 0.00 1,347.25 AP 00409754 05/13/2020 FEDERAL EXPRESS CORP 28.92 0.00 28.92 AP 00409755 05/13/2020 FENWICK, CONNOR 0.00 324.00 324.00 AP 00409756 05/13/2020 FLEETPRIDE 0.00 17.46 17.46 AP 00409757 05/13/2020 FONTANA UNIFIED SCHOOL DISTRICT ASB 425.00 0.00 425.00 AP 00409758 05/13/2020 FONTANA UNIFIED SCHOOL DISTRICT ASB 395.25 0.00 395.25 AP 00409759 05/13/2020 FORTIN LAW GROUP 4,536.10 0.00 4,536.10 AP 00409760 05/13/2020 FUEL SERV 0.00 1,894.42 1,894.42 AP 00409761 05/13/2020 G & M BUSINESS INTERIORS 2,105.71 0.00 2,105.71 AP 00409762 05/13/2020 GLADSTONE ELEMENTARY SCHOOL 884.00 0.00 884.00 AP 00409763 05/13/2020 GLOBAL SOLUTIONS GROUP INC 10,372.50 0.00 10,372.50 AP 00409764 05/13/2020 GLOBALSTAR USA 171.64 0.00 171.64 AP 00409765 05/13/2020 GOSE, DALE 31.65 0.00 31.65 AP 00409766 05/13/2020 GOVERNMENTJOBS.COM INC 24,389.00 0.00 24,389.00 AP 00409767 05/13/2020 HAPPYORNOT AMERICAS INC 8,443.50 0.00 8,443.50 AP 00409768 05/13/2020 HAULAWAY STORAGE CONTAINERS INC 119.84 0.00 119.84 AP 00409769 05/13/2020 HENRY SCHEIN INC 538.75 0.00 538.75 AP 00409770 05/13/2020 HERITAGE EDUCATION GROUP 408.00 0.00 408.00 AP 00409771 05/13/2020 HOLLEY, BRITTNEY 54.40 0.00 54.40 AP 00409772 05/13/2020 HOME DEPOT CREDIT SERVICES 1,214.34 496.12 1,710.46 *** AP 00409773 05/13/2020 HONEYFISH POKE 236.04 0.00 236.04 AP 00409774 05/13/2020 HOYT LUMBER CO, S M 0.00 24.23 24.23 AP 00409775 05/13/2020 IMPERIAL SPRINKLER SUPPLY INC 601.23 0.00 601.23 AP 00409776 05/13/2020 INK SLINGER SCREEN PRINTING & EMBROIDERY 2,112.92 0.00 2,112.92 AP 00409777 05/13/2020 INLAND FAIR HOUSING AND MEDIATION BOARD 11,359.76 0.00 11,359.76 AP 00409778 05/13/2020 INLAND LEADERS CHARTER SCHOOLS 501.50 0.00 501.50 AP 00409779 05/13/2020 INLAND OVERHEAD DOOR COMPANY 0.00 1,787.00 1,787.00 AP 00409780 05/13/2020 ITRON INC 2,193.34 0.00 2,193.34 AP 00409781 05/13/2020 JACKSON, ANIKA 135.00 0.00 135.00 AP 00409782 05/13/2020 JIMENEZ, JUAN 131.60 0.00 131.60 AP 00409783 05/13/2020 JOHNSON, TRACI 228.00 0.00 228.00 AP 00409784 05/13/2020 JUDICATE WEST 2,500.00 0.00 2,500.00 AP 00409785 05/13/2020 JURUPA UNIFIED SCHOOL DISTRICT 510.00 0.00 510.00 AP 00409786 05/13/2020 K -K WOODWORKING 10.76 0.00 10.76 AP 00409787 05/13/2020 KAMMAEDLAPALLE, MADHAVI 57.00 0.00 57.00 AP 00409788 05/13/2020 KENNEDY EQUIPMENT INC 343.48 0.00 343.48 AP 00409789 05/13/2020 KORDYAK PTA 382.50 0.00 382.50 AP 00409790 05/13/2020 LAIWALLA, DEEPA 459.20 0.00 459.20 AP 00409791 05/13/2020 LANDVOGT, JUSTIN 0.00 324.00 324.00 AP 00409792 05/13/2020 LEVEL 3 COMMUNICATIONS LLC 5,460.19 0.00 5,460.19 User: VLOPEZ - VERONICA LOPEZ Page: 3 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 21 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409793 05/13/2020 LEVERAGE INFORMATION SYSTEMS INC 3,192.38 0.00 3,192.38 AP 00409794 05/13/2020 LIANG, KENNY 84.99 0.00 84.99 AP 00409795 05/13/2020 LIGHTING INSTYLE INC 0.00 301.88 301.88 AP 00409796 05/13/2020 LOPEZ, JACQUELINE 131.60 0.00 131.60 AP 00409798 05/13/2020 LOWES COMPANIES INC. 4,541.43 2,981.61 7,523.04 *** AP 00409799 05/13/2020 MARLINK SA INC 0.00 164.88 164.88 AP 00409800 05/13/2020 MAY RANCH ELEMENTARY SCHOOL PTO 1,632.00 0.00 1,632.00 AP 00409801 05/13/2020 MCMASTER-CARR SUPPLY COMPANY 249.18 0.00 249.18 AP 00409802 05/13/2020 MCMILLAN, KRISTIN 0.00 324.00 324.00 AP 00409803 05/13/2020 MDG ASSOCIATES INC 25,261.25 0.00 25,261.25 AP 00409804 05/13/2020 MELEISEA, JONNATHAN 574.96 0.00 574.96 AP 00409805 05/13/2020 MGT OF AMERICA INC 7,000.00 0.00 7,000.00 AP 00409806 05/13/2020 MIJAC ALARM COMPANY 180.00 0.00 180.00 AP 00409807 05/13/2020 MOBILITIE SERVICES LLC 500.00 0.00 500.00 AP 00409808 05/13/2020 MONROVIA UNIFIED 629.00 0.00 629.00 AP 00409809 05/13/2020 MONTESSORI IN REDLANDS 1,615.00 0.00 1,615.00 AP 00409810 05/13/2020 MONTGOMERY HARDWARE CO 136.03 1,881.00 2,017.03 *** AP 00409811 05/13/2020 MOUNTAIN VIEW POOL REMODELING 650.00 0.00 650.00 AP 00409812 05/13/2020 MUTUAL PROPANE 0.00 20.00 20.00 AP 00409813 05/13/2020 NAPA AUTO PARTS 58.47 0.00 58.47 AP 00409814 05/13/2020 NATIONAL NOTARY ASSOCIATION 69.00 0.00 69.00 AP 00409815 05/13/2020 NEW DIMENSIONS COMMUNITY SERVICES 170.00 0.00 170.00 AP 00409816 05/13/2020 NORRIS, BARBARA 406.30 0.00 406.30 AP 00409817 05/13/2020 NOVA PRODUCTS 2,148.00 0.00 2,148.00 AP 00409818 05/13/2020 OCCUPATIONAL HEALTH CTRS OF CA 74.50 0.00 74.50 AP 00409819 05/13/2020 ORKIN PEST CONTROL 592.02 0.00 592.02 AP 00409820 05/13/2020 PACIFIC UTILITY INSTALLATION INC 190,160.00 0.00 190,160.00 AP 00409821 05/13/2020 PEP BOYS 160.90 0.00 160.90 AP 00409822 05/13/2020 R AND R AUTOMOTIVE 2,696.04 0.00 2,696.04 AP 00409823 05/13/2020 REDLANDS UNIFIED SCHOOL DISTRICT 935.00 0.00 935.00 AP 00409824 05/13/2020 REDLANDS UNIFIED SCHOOL DISTRICT 505.75 0.00 505.75 AP 00409825 05/13/2020 REDLANDS UNIFIED SCHOOL DISTRICT 756.50 0.00 756.50 AP 00409826 05/13/2020 REFRIGERATION SUPPLIES DISTRIBUTOR 501.04 0.00 501.04 AP 00409827 05/13/2020 RESURRECTION ACADEMY 165.75 0.00 165.75 AP 00409828 05/13/2020 RICHARD WIGHTMAN CONSTRUCTION INC 7,712.50 0.00 7,712.50 AP 00409829 05/13/2020 RIGHT OF WAY INC 928.24 0.00 928.24 AP 00409830 05/13/2020 RLF II WEST LLC 41,796.00 0.00 41,796.00 AP 00409831 05/13/2020 ROSEBEARY, RYAN 85.00 0.00 85.00 AP 00409832 05/13/2020 ROTO ROOTER SERVICES COMPANY 0.00 650.00 650.00 AP 00409833 05/13/2020 SAN ANTONIO REGIONAL HOSPITAL 0.00 180.00 180.00 AP 00409834 05/13/2020 SAN BERNARDINO COUNTY SHERIFFS DEPT 399.80 0.00 399.80 AP 00409835 05/13/2020 SC FUELS 766.19 0.00 766.19 AP 00409836 05/13/2020 SIGNOR, SKYLAR 137.60 0.00 137.60 AP 00409837 05/13/2020 SKYLINE SAFETY AND SUPPLY 1,232.50 0.00 1,232.50 AP 00409838 05/13/2020 SO, KRISTIN 335.50 0.00 335.50 AP 00409839 05/13/2020 SOCAL PPE 0.00 640.00 640.00 AP 00409840 05/13/2020 SOUTH COAST AQMD 0.00 275.26 275.26 User: VLOPEZ - VERONICA LOPEZ Page: 4 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 22 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409844 05/13/2020 SOUTHERN CALIFORNIA EDISON 17,131.98 2,545.74 19,677.72 *** AP 00409845 05/13/2020 ST PETER AND ST PAUL SCHOOL 412.25 0.00 412.25 AP 00409846 05/13/2020 TABLET COMMAND INC 0.00 236.25 236.25 AP 00409847 05/13/2020 TERRA VISTA ELEMENTARY SCHOOL 765.00 0.00 765.00 AP 00409848 05/13/2020 THE COUNSELING TEAM INTERNATIONAL 0.00 1,875.00 1,875.00 AP 00409849 05/13/2020 THREE RINGS RANCH ELEMENTARY 535.50 0.00 535.50 AP 00409850 05/13/2020 TIREHUB LLC 1,941.98 0.00 1,941.98 AP 00409851 05/13/2020 TOMCO LLC 3,347.09 0.00 3,347.09 AP 00409852 05/13/2020 TOPSY, STEVONTAE 0.00 262.46 262.46 AP 00409853 05/13/2020 TOT LOT PROS INC 52,500.00 0.00 52,500.00 AP 00409854 05/13/2020 U.S. BANK PARS ACCT #6746022500 1,105.85 0.00 1,105.85 AP 00409855 05/13/2020 U.S. BANK PARS ACCT #6746022500 22,516.17 0.00 22,516.17 AP 00409856 05/13/2020 ULINE 413.76 0.00 413.76 AP 00409857 05/13/2020 ULREY, DEBORAH 10.00 0.00 10.00 AP 00409858 05/13/2020 UPLAND UNIFIED SCHOOL DISTRICT 238.00 0.00 238.00 AP 00409859 05/13/2020 UPLAND UNIFIED SCHOOL DISTRICT 344.25 0.00 344.25 AP 00409860 05/13/2020 UPLAND UNIFIED SCHOOL DISTRICT 221.00 0.00 221.00 AP 00409861 05/13/2020 UPLAND UNIFIED SCHOOL DISTRICT 459.00 0.00 459.00 AP 00409862 05/13/2020 VERIZON WIRELESS - LA 808.91 0.00 808.91 AP 00409863 05/13/2020 VERIZON WIRELESS - LA 5,103.11 0.00 5,103.11 AP 00409864 05/13/2020 VERIZON WIRELESS - LA 0.00 4,974.73 4,974.73 AP 00409865 05/13/2020 VERIZON WIRELESS - LA 101.60 0.00 101.60 AP 00409866 05/13/2020 VICTOR MEDICAL COMPANY 14,991.04 0.00 14,991.04 AP 00409867 05/13/2020 VIVINT SOLAR DEVELOPER LLC 87.07 0.00 87.07 AP 00409868 05/13/2020 VOHNE LICHE KENNELS INC 125.00 0.00 125.00 AP 00409869 05/13/2020 VULCAN MATERIALS COMPANY 2,348.31 0.00 2,348.31 AP 00409870 05/13/2020 WAXIE SANITARY SUPPLY 7,694.87 0.00 7,694.87 AP 00409871 05/13/2020 WEST COAST ARBORISTS INC 18,685.00 0.00 18,685.00 AP 00409872 05/13/2020 WHERRY, ALEX 0.00 280.14 280.14 AP 00409873 05/13/2020 WILLENBORG, WILLIAM 30.52 0.00 30.52 AP 00409874 05/13/2020 WILLIAMS, EDDIE 178.00 0.00 178.00 AP 00409875 05/13/2020 WIMER, KIMBERLY 131.60 0.00 131.60 AP 00409876 05/13/2020 WING, DANA 327.50 0.00 327.50 AP 00409877 05/13/2020 WINZER CORPORATION 0.00 75.21 75.21 AP 00409878 05/13/2020 XEROX CORPORATION 281.09 0.00 281.09 AP 00409879 05/13/2020 XEROX FINANCIAL SERVICES 298.38 0.00 298.38 AP 00409880 05/13/2020 XMEDIUS 2,787.65 0.00 2,787.65 AP 00409881 05/13/2020 YARROBINO, GENE 112.00 0.00 112.00 AP 00409882 05/13/2020 YUCAIPA-CALIMESA JOINT UNION SD 811.75 0.00 811.75 AP 00409883 05/13/2020 ZOETIS US LLC 262.11 0.00 262.11 AP 00409884 05/20/2020 4 IMPRINT INC 4,180.60 0.00 4,180.60 AP 00409885 05/20/2020 ABLE BUILDING MAINTENANCE 1,645.65 0.00 1,645.65 AP 00409886 05/20/2020 ADAMSON POLICE PRODUCTS 1,103.31 0.00 1,103.31 AP 00409887 05/20/2020 AFLAC GROUP INSURANCE 24.58 0.00 24.58 AP 00409888 05/20/2020 AGRI-TURF DISTRIBUTING LLC 2,604.57 0.00 2,604.57 AP 00409889 05/20/2020 ALL CITIES TOOL 1,376.03 0.00 1,376.03 AP 00409890 05/20/2020 ALLSTAR FIRE EQUIPMENT INC 0.00 242.93 242.93 User: VLOPEZ - VERONICA LOPEZ Page: 5 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 23 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409891 05/20/2020 ALPHAGRAPHICS 73.64 0.00 73.64 AP 00409892 05/20/2020 ALTUM GROUP, THE 2,632.00 0.00 2,632.00 AP 00409893 05/20/2020 AMERON POLE PRODUCTS LLC 4,004.48 0.00 4,004.48 AP 00409894 05/20/2020 AMTECH ELEVATOR SERVICES 2,153.00 0.00 2,153.00 AP 00409895 05/20/2020 APPLE VALLEY UNIFIED SCHOOL DISTRICT 994.50 0.00 994.50 AP 00409896 05/20/2020 ARROW TRAILER SUPPLIES INC 107.91 0.00 107.91 AP 00409897 05/20/2020 ASCENT ENVIRONMENTAL INC 856.51 0.00 856.51 AP 00409898 05/20/2020 ASSI SECURITY 1,328.68 0.00 1,328.68 AP 00409899 05/20/2020 AUFBAU CORPORATION 19,904.00 0.00 19,904.00 AP 00409900 05/20/2020 BAKER & TAYLOR LLC 3,379.83 0.00 3,379.83 AP 00409901 05/20/2020 BMC SOFTWARE INC 18,756.79 0.00 18,756.79 AP 00409902 05/20/2020 BRIGHTVIEW LANDSCAPE SERVICES INC 126,118.45 0.00 126,118.45 AP 00409906 05/20/2020 C V W D 18,844.66 725.08 19,569.74 *** AP 00409907 05/20/2020 CAGLES APPLIANCE 0.00 29.58 29.58 AP 00409908 05/20/2020 CAL PERS LONG-TERM CARE PROGRAM 164.48 0.00 164.48 AP 00409909 05/20/2020 CALIFORNIA DPT OF TAX & FEE ADMINISTRATION 514.00 543.25 1,057.25 *** AP 00409910 05/20/2020 CALIFORNIA MUNICIPAL UTILITIES ASSOC 10,289.00 0.00 10,289.00 AP 00409911 05/20/2020 CALIFORNIA UTILITIES EMERGENCY ASSOC 500.00 0.00 500.00 AP 00409912 05/20/2020 CALIFORNIA, STATE OF 100.00 0.00 100.00 AP 00409913 05/20/2020 CALIFORNIA, STATE OF 314.11 0.00 314.11 AP 00409914 05/20/2020 CALIFORNIA, STATE OF 30.00 0.00 30.00 AP 00409915 05/20/2020 CCS ORANGE COUNTY JANITORIAL INC 0.00 1,603.90 1,603.90 AP 00409916 05/20/2020 CHAMPION AWARDS & SPECIALTIES 43.10 0.00 43.10 AP 00409917 05/20/2020 CHRIST THE KING LUTHERAN 131.75 0.00 131.75 AP 00409918 05/20/2020 CINTAS CORPORATION #150 2,180.35 200.75 2,381.10 *** AP 00409919 05/20/2020 CIVIC SOLUTIONS INC 12,825.00 0.00 12,825.00 AP 00409920 05/20/2020 COMEAU, CHAD 0.00 324.00 324.00 AP 00409921 05/20/2020 COMPRESSED AIR SPECIALTIES 0.00 2,815.29 2,815.29 AP 00409922 05/20/2020 CONSOLIDATED ELECTRICAL DISTR INC 1,499.75 0.00 1,499.75 AP 00409923 05/20/2020 CONVERGEONE INC 1,890.00 0.00 1,890.00 AP 00409924 05/20/2020 CORONA-NORCO UNIFIED SCHOOL DISTRICT 1,156.00 0.00 1,156.00 AP 00409925 05/20/2020 DEALERS AUTO TRIM 520.00 0.00 520.00 AP 00409926 05/20/2020 DEPENDABLE COMPANY INC 22.00 0.00 22.00 AP 00409927 05/20/2020 DEPT OF FORESTRY & FIRE PROTECTION 0.00 128.00 128.00 AP 00409928 05/20/2020 DIG SAFE BOARD 101.69 0.00 101.69 AP 00409929 05/20/2020 EAGLE CANYON ELEMENTARY SCHOOL PTA 773.50 0.00 773.50 AP 00409930 05/20/2020 ECONO FENCE COMPANY INC 9,125.00 0.00 9,125.00 AP 00409931 05/20/2020 ELITE CUSTOMS CONSTRUCTION 4,000.00 0.00 4,000.00 AP 00409932 05/20/2020 FAIRVIEW FORD 3,536.03 0.00 3,536.03 AP 00409933 05/20/2020 FEDERAL EXPRESS CORP 27.34 0.00 27.34 AP 00409934 05/20/2020 FIRSTCARBON SOLUTIONS 1,949.60 0.00 1,949.60 AP 00409935 05/20/2020 FONTANA UNIFIED SCHOOL DISTRICT ASB 446.25 0.00 446.25 AP 00409936 05/20/2020 FRANKLIN TRUCK PARTS INC 0.00 68.52 68.52 AP 00409937 05/20/2020 FRONTIER COMM 1,576.82 622.33 2,199.15 *** AP 00409938 05/20/2020 FUEL SERV 2,218.31 0.00 2,218.31 AP 00409939 05/20/2020 G & M BUSINESS INTERIORS 50.04 0.00 50.04 AP 00409940 05/20/2020 GONSALVES & SON, JOE A 3,045.00 0.00 3,045.00 User: VLOPEZ - VERONICA LOPEZ Page: 6 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 24 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409941 05/20/2020 GRAINGER 2,538.50 164.35 2,702.85 *** AP 00409942 05/20/2020 GRAYBAR ELECTRIC COMPANY INC 5,058.41 0.00 5,058.41 AP 00409943 05/20/2020 HAAKER EQUIPMENT COMPANY 135.93 0.00 135.93 AP 00409944 05/20/2020 HDL COREN AND CONE 4,200.00 0.00 4,200.00 AP 00409945 05/20/2020 HI -LINE ELECTRIC COMPANY 523.31 0.00 523.31 AP 00409946 05/20/2020 HI -WAY SAFETY INC 101.28 0.00 101.28 AP 00409947 05/20/2020 HINDERLITER DE LLAMAS & ASSOCIATES 19,190.36 0.00 19,190.36 AP 00409948 05/20/2020 HONDA YAMAHA HUSQVARNA OF REDLANDS 323.43 0.00 323.43 AP 00409949 05/20/2020 IDEXX DISTRIBUTION INC 55.73 0.00 55.73 AP 00409950 05/20/2020 INLAND EMPIRE ECONOMIC PARTNERSHIP 7,500.00 0.00 7,500.00 AP 00409951 05/20/2020 INLAND OVERHEAD DOOR COMPANY 440.25 239.00 679.25 *** AP 00409952 05/20/2020 INLAND PRESORT & MAILING SERVICES 355.83 0.00 355.83 AP 00409953 05/20/2020 INLAND VALLEY DAILY BULLETIN 136.68 0.00 136.68 AP 00409954 05/20/2020 JACKSON HIRSH INC 118.12 0.00 118.12 AP 00409955 05/20/2020 JOHN L GOLDEN ELEMENTARY SCHOOL 4,908.75 0.00 4,908.75 AP 00409956 05/20/2020 KAMEL, KURT 100.00 0.00 100.00 AP 00409957 05/20/2020 KHO, YENNA 69.94 0.00 69.94 AP 00409958 05/20/2020 KLAUS & SONS 1,623.00 0.00 1,623.00 AP 00409959 05/20/2020 KVAC ENVIRONMENTAL SERVICES INC 2,225.50 0.00 2,225.50 AP 00409960 05/20/2020 KVCR EDUCATIONAL FOUNDATION INC 500.00 0.00 500.00 AP 00409961 05/20/2020 LOCUST ELEMENTARY PTA 598.14 0.00 598.14 AP 00409962 05/20/2020 MAGELLAN ADVISORS LLC 24,727.50 0.00 24,727.50 AP 00409963 05/20/2020 MAIN STREET SIGNS 193.84 0.00 193.84 AP 00409964 05/20/2020 MARIPOSA LANDSCAPES INC 31,872.52 0.00 31,872.52 AP 00409965 05/20/2020 MCI 100.08 0.00 100.08 AP 00409966 05/20/2020 NBS 0.00 552.50 552.50 AP 00409967 05/20/2020 NEW URBAN REALTY ADVISORS INC 980.68 0.00 980.68 AP 00409968 05/20/2020 NV5INC 17,614.83 0.00 17,614.83 AP 00409969 05/20/2020 OCCUPATIONAL HEALTH CTRS OF CA 310.72 0.00 310.72 AP 00409970 05/20/2020 OCLC INC 477.44 0.00 477.44 AP 00409971 05/20/2020 ONTARIO WINNELSON CO 294.28 0.00 294.28 AP 00409972 05/20/2020 ONTARIO-MONTCLAIR SCHOOL DISTRICT 246.50 0.00 246.50 AP 00409973 05/20/2020 ONTARIO-MONTCLAIR SCHOOL DISTRICT 1,071.00 0.00 1,071.00 AP 00409974 05/20/2020 ONTRAC 24.84 0.00 24.84 AP 00409975 05/20/2020 OPARC 176.00 0.00 176.00 AP 00409976 05/20/2020 ORKIN PEST CONTROL 225.00 0.00 225.00 AP 00409977 05/20/2020 PALM ELEMENTARY ASB 382.50 0.00 382.50 AP 00409978 05/20/2020 PARKHOUSE TIRE INC 1,123.49 0.00 1,123.49 AP 00409979 05/20/2020 PERDEW STUDENT FUNDS 646.00 0.00 646.00 AP 00409980 05/20/2020 PHELAN ELEMENTARY PTST 408.00 0.00 408.00 AP 00409981 05/20/2020 PLACEWORKS 17,466.13 0.00 17,466.13 AP 00409982 05/20/2020 PRE -PAID LEGAL SERVICES INC 60.17 0.00 60.17 AP 00409983 05/20/2020 PUNT CONSULTING GROUP 4,357.00 0.00 4,357.00 AP 00409984 05/20/2020 RANCH VIEW ELEMENTARY PTA 514.25 0.00 514.25 AP 00409985 05/20/2020 RDO EQUIPMENT COMPANY 24.24 0.00 24.24 AP 00409986 05/20/2020 RICHARD WIGHTMAN CONSTRUCTION INC 9,000.00 0.00 9,000.00 AP 00409987 05/20/2020 RONALD REAGAN CHARTER SCHOOL ALLIANCE 1,606.50 0.00 1,606.50 User: VLOPEZ - VERONICA LOPEZ Page: 7 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 25 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409988 05/20/2020 SAFE MOVES 4,293.00 0.00 4,293.00 AP 00409989 05/20/2020 SAFE -ENTRY TECHNICAL INC 0.00 1,255.13 1,255.13 AP 00409990 05/20/2020 SALINAS ELEMENTARY ASB 1,657.50 0.00 1,657.50 AP 00409991 05/20/2020 SAN BERNARDINO CO AUDITOR CONT 3,767.50 0.00 3,767.50 AP 00409992 05/20/2020 SAN BERNARDINO COUNTY SHERIFFS DEPT 477.42 0.00 477.42 AP 00409993 05/20/2020 SAN BERNARDINO CTY FIRE PROTECTION DIST 0.00 420.00 420.00 AP 00409994 05/20/2020 SBPEA 2,514.80 0.00 2,514.80 AP 00409995 05/20/2020 SC FUELS 14,376.73 0.00 14,376.73 AP 00409996 05/20/2020 SEYMOUR, RONALD 0.00 255.76 255.76 AP 00409997 05/20/2020 SHERIFFS COURT SERVICES 100.00 0.00 100.00 AP 00409998 05/20/2020 SHRED PROS 304.00 0.00 304.00 AP 00409999 05/20/2020 SILVER & WRIGHT LLP 2,001.60 64.50 2,066.10 *** AP 00410000 05/20/2020 SMARTDEPLOY 4,820.00 0.00 4,820.00 AP 00410002 05/20/2020 SOUTH BAY FOUNDRY INC 500.25 0.00 500.25 AP 00410006 05/20/2020 SOUTHERN CALIFORNIA EDISON 9,039.86 0.00 9,039.86 AP 00410007 05/20/2020 SOUTHERN CALIFORNIA EDISON 65,133.28 0.00 65,133.28 AP 00410008 05/20/2020 SOUZA, DAVID 3.04 0.00 3.04 AP 00410009 05/20/2020 ST MARK'S EPISCOPAL SCHOOL 204.00 0.00 204.00 AP 00410010 05/20/2020 STOTZ EQUIPMENT 1,449.90 0.00 1,449.90 AP 00410011 05/20/2020 TYA USA 375.00 0.00 375.00 AP 00410012 05/20/2020 UNDERGROUND SVC ALERT OF SO CAL 112.30 0.00 112.30 AP 00410013 05/20/2020 UNITED WAY 60.00 0.00 60.00 AP 00410014 05/20/2020 UPLAND AUTO TRIM 475.00 0.00 475.00 AP 00410015 05/20/2020 UPLAND UNIFIED SCHOOL DISTRICT 374.00 0.00 374.00 AP 00410016 05/20/2020 UPS 128.16 0.00 128.16 AP 00410017 05/20/2020 UTILIQUEST 1,670.29 0.00 1,670.29 AP 00410018 05/20/2020 UTILITY CRANE & EQUIPMENT INC 6,366.27 0.00 6,366.27 AP 00410019 05/20/2020 VAN SCOYOC ASSOCIATES INC 4,000.00 0.00 4,000.00 AP 00410020 05/20/2020 VELOCITY TRUCK CENTERS 260.47 0.00 260.47 AP 00410025 05/20/2020 VERIZON WIRELESS - LA 6,129.64 0.00 6,129.64 AP 00410026 05/20/2020 VERIZON WIRELESS - LA 100.77 0.00 100.77 AP 00410027 05/20/2020 VIRTUAL PROJECT MANAGER LLC 500.00 0.00 500.00 AP 00410028 05/20/2020 VISION SERVICE PLAN CA 11,054.40 0.00 11,054.40 AP 00410029 05/20/2020 VULCAN MATERIALS COMPANY 5,650.51 0.00 5,650.51 AP 00410030 05/20/2020 WAXIE SANITARY SUPPLY 837.80 0.00 837.80 AP 00410031 05/20/2020 WESTLAND GROUP INC 1,412.50 0.00 1,412.50 AP 00410032 05/20/2020 WHITTIER FERTILIZER 872.78 0.00 872.78 AP 00410033 05/20/2020 WILSON & BELL AUTO SERVICE 870.05 0.00 870.05 AP 00410034 05/20/2020 WOMEN ON THE MOVE NETWORK 0.00 1,000.00 1,000.00 AP 00410035 05/20/2020 WT.COX INFORMATION SERVICES 164.65 0.00 164.65 Total City: $2,103,162.91 Total Fire: $307,072.14 Grand Total: $2,410,2337U5. Note: *** Check Number includes both City and Fire District expenditures User: VLOPEZ - VERONICA LOPEZ Page: 8 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 26 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Electronic Debit Register April 1, 2020 to April 30, 2020 DATE DESCRIPTION CITY FIRE AMOUNT 4/1 Workers Comp - City Account Transfer 769.50 - 769.50 4/1 Workers Comp - Fire Account Transfer - 2,662.94 2,662.94 4/2 Bank Fee 88.90 - 88.90 4/2 Workers Comp - City Account Transfer 12.50 - 12.50 4/2 Workers Comp - Fire Account Transfer - 249.16 249.16 4/3 WIRE PAYAMENT - PARS SECTION 115 800,000.00 - 800,000.00 4/3 WIRE PAYMENT - PARS SECTION 115 - 2,500,000.00 2,500,000.00 4/3 Workers Comp - City Account Transfer 129.35 - 129.35 4/3 Workers Comp - Fire Account Transfer - 386.31 386.31 4/6 Workers Comp - City Account Transfer 656.30 - 656.30 4/7 Workers Comp - City Account Transfer 12.00 - 12.00 4/7 Workers Comp - Fire Account Transfer - 1,685.64 1,685.64 4/8 STATE DISBURSEMENT UNIT - Child Support Payments 1,639.07 - 1,639.07 4/8 Workers Comp - Fire Account Transfer - 2,054.21 2,054.21 4/9 CALPERS - City - Retirement Account Deposit 58,196.66 - 58,196.66 4/9 CALPERS - City - Retirement Account Deposit 113,677.87 - 113,677.87 4/9 STATE DISBURSEMENT UNIT - Child Support Payments - 4,821.55 4,821.55 4/9 Workers Comp - City Account Transfer 312.50 - 312.50 4/9 Workers Comp - Fire Account Transfer - 223.21 223.21 4/10 CALPERS - Fire - Retirement Account Deposit 2,939.06 2,939.06 4/10 CALPERS - Fire - Retirement Account Deposit 3,091.69 3,091.69 4/10 CALPERS - Fire - Retirement Account Deposit 5,488.73 5,488.73 4/10 CALPERS - Fire - Retirement Account Deposit 9,449.36 9,449.36 4/10 CALPERS - Fire - Retirement Account Deposit 22,688.00 22,688.00 4/10 CALPERS - Fire - Retirement Account Deposit - 117,958.15 117,958.15 4/10 Workers Comp - City Account Transfer 286.00 - 286.00 4/10 Workers Comp - Fire Account Transfer - 381.29 381.29 4/13 WIRE PAYMENT - RCMU CAISO 58,618.69 - 58,618.69 4/13 Workers Comp - City Account Transfer 45.65 - 45.65 4/13 Workers Comp - Fire Account Transfer - 148.70 148.70 4/15 Workers Comp - City Account Transfer 3,927.32 - 3,927.32 4/15 Workers Comp - Fire Account Transfer - 8,401.63 8,401.63 4/16 WIRE PAYMENT - DEBT SERVICE PAYMENT 224,728.13 - 224,728.13 4/16 WIRE PAYMENT - DEBT SERVICE PAYMENT 344,605.00 344,605.00 4/16 Workers Comp - City Account Transfer 2,696.04 - 2,696.04 4/16 Workers Comp - Fire Account Transfer - 4,912.82 4,912.82 4/17 Workers Comp - City Account Transfer 557.49 - 557.49 4/17 Workers Comp - Fire Account Transfer - 597.50 597.50 4/20 Workers Comp - Fire Account Transfer 1,339.87 1,339.87 4/21 WIRE PAYMENT - LAND PURCHASE 57,542.90 57,542.90 4/21 Workers Comp - Fire Account Transfer - 78.05 78.05 4/22 Workers Comp - City Account Transfer 311.77 - 311.77 4/22 Workers Comp - Fire Account Transfer - 448.43 448.43 4/23 STATE DISBURSEMENT UNIT - Child Support Payments - 4,821.55 4,821.55 4/23 STATE DISBURSEMENT UNIT - Child Support Payments 1,532.00 - 1,532.00 4/23 Workers Comp - City Account Transfer 276.36 - 276.36 4/23 Workers Comp - Fire Account Transfer - 961.75 961.75 4/24 CALPERS - City - Retirement Account Deposit 4,661.37 - 4,661.37 4/24 CALPERS - City - Retirement Account Deposit 55,324.38 55,324.38 4/24 CALPERS - City - Retirement Account Deposit 112,740.29 - 112,740.29 4/24 CALPERS - Fire - Retirement Account Deposit - 2,574.55 2,574.55 4/24 CALPERS - Fire - Retirement Account Deposit 3,091.69 3,091.69 4/24 CALPERS - Fire - Retirement Account Deposit 4,892.42 4,892.42 4/24 CALPERS - Fire - Retirement Account Deposit 10,019.71 10,019.71 4/24 CALPERS - Fire - Retirement Account Deposit 22,972.78 22,972.78 4/24 CALPERS - Fire - Retirement Account Deposit 102,315.44 102,315.44 1 Page 27 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Electronic Debit Register April 1, 2020 to April 30, 2020 DATE DESCRIPTION CITY FIRE AMOUNT 4/24 Workers Comp - City Account Transfer 3,187.64 - 3,187.64 4/24 Workers Comp - Fire Account Transfer - 106.30 106.30 4/27 CALPERS - Fire - Retirement Account Deposit - 176,829.78 176,829.78 4/27 Workers Comp - City Account Transfer 80.68 - 80.68 4/27 Workers Comp - Fire Account Transfer - 580.00 580.00 4/28 Workers Comp - City Account Transfer 169.28 - 169.28 4/28 Workers Comp - Fire Account Transfer - 183.57 183.57 4/29 Workers Comp - Fire Account Transfer 3,418.06 3,418.06 4/30 Workers Comp - Fire Account Transfer 2,502.76 2,502.76 TOTAL CITY 1,789,242.74 TOTAL FIRE 3,082,819.56 GRAND TOTAL 4,872,062.30 2 Page 28 DATE: June 3, 2020 TO: President and Members of the Board of Directors FROM: John R. Gillison, City Manager INITIATED BY: Tamara Layne, Finance Director SUBJECT: CONSIDERATION TO APPROVE WEEKLY CHECK REGISTERS FOR CHECKS ISSUED TO SOUTHERN CALIFORNIA GAS COMPANY IN THE AMOUNT OF $422.06 DATED MAY 11, 2020 THROUGH MAY 25, 2020. RECOMMENDATION: Staff recommends Fire Board approve payment of demands as presented. BACKGROUND: N/A ANALYSIS: N/A FISCAL IMPACT: Adequate budgeted funds are available for the payment of demands per the attached listing. COUNCIL GOAL(S) ADDRESSED: N/A ATTACHMENTS: Description Attachment 1 So Ca Gas - Check Register Page 29 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT So Calif Gas Company Only. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date AP 00410001 05/20/2020 Nato- Vendor Name SO CALIF GAS COMPANY *** Check Number includes both City and Fire District expenditures Citv Fire Amount 17.57 422.06 439.63 *** Total City: $17.57 Total Fire: $422.06 Grand Total: . User: VLOPEZ - VERONICA LOPEZ Page: 1 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 09:01:37 Page 30 DATE: June 3, 2020 TO: President and Members of the Board of Directors FROM: John R. Gillison, City Manager INITIATED BY: William Wittkopf, Public Works Services Director Ivan Rojer, Fire Chief Neil Plummer, Facilities Superintendent SUBJECT: CONSIDERATION TO APPROVE THE RENEWAL OF CONTRACT CO 17- 143 WITH MARIPOSA LANDSCAPES, INC. FOR LANDSCAPE MAINTENANCE AT JERSEY STATION (174)/TRAINING CENTER/FIRE SHOP AND BANYAN STATION (175) DURING FY 2020/2021 AND AUTHORIZE THE CITY MANAGER TO RENEW THE CONTRACT ANNUALLY. RECOMMENDATION: Staff recommends the Board of Directors approve Amendment No. 5 to contract CO 17-143 with Mariposa Landscapes, Inc., extending the term of the contract to June 30, 2021 for landscape maintenance at Jersey Station (174)/Training Center/Fire Shop and Banyan Station (175), in an amount not to exceed $52,220 for FY 2020/2021, and an estimated total contract value of $221,770 for the four years remaining on the contract; and authorize the City Manager to renew the contract annually. BACKGROUND: On June 21, 2017, the Board of Directors accepted the bids received for park mowing and facility landscape maintenance (RFP 16/17-016), and awarded contract CO 17-143 to Mariposa Landscapes, Inc. The term of the contract is one year, with the option to renew in one-year increments for a maximum of seven years through June 30, 2024. If approved, Amendment 5 to contract CO 17-143 will extend the term of the contract to June 30, 2021 with NO rate increase and no other changes to the scope of work or other terms and conditions. ANALYSIS: Mariposa Landscapes, Inc. has submitted a Letter of Intent expressing their desire to continue providing service to the Fire Protection District during FY 2020/2021 with NO rate increase. In anticipation of a possible request by the contractor for a Consumer Price Index (CPI -U) increase adjustment in future years, Staff has prepared the chart below to show the estimated annual funding breakdown. Please note this is only an estimate and the amounts listed below could vary. Prior Year Fiscal Year Costs Est. Annual Increase (4%) Total Costs 2020/2021 $ 52,220 2021/2022 $ 52,220 $ 2,090 $ 54,310 2022/2023 $ 54,310 $ 2,180 $ 56,490 2023/2024 $ 56,490 $ 2,260 $ 58,750 Page 31 Grand Total 1 $ 221,770 Mariposa Landscapes, Inc. continues to provide service meeting the needs of the Fire District as outlined in the contract documents. To that end, staff recommends the Board of Directors approve the renewal of contract CO 17-143 effective July 1, 2020 and approve the spending limit of $52,220 for FY 2020/2021 and the estimated total contract value of $221,770 over the four years remaining on the contract. An additional $2,865,310 over four years for the maintenance of City landscapes will be considered separately by the City Council. FISCAL IMPACT: This contract price is within the proposed landscape maintenance budget line item in Fire Fund 3281529 (Fire Facilities Maintenance) for FY 2020/2021. COUNCIL GOAL(S) ADDRESSED: This item addresses the City Council's goal of Enhancing Premier Community Status in our region by maintaining safe and aesthetically pleasing Fire facility landscape. ATTACHMENTS: Description Amendment 5 Page 32 Attachment 1 - Amendment 5 AMENDMENT NO. 5 to Professional Services Agreement (CO #17-143) between Mariposa Landscapes, Inc. (hereinafter Contractor) and City of Rancho Cucamonga (hereinafter "City") and Rancho Cucamonga Fire Protection District (hereinafter the "RCFPD") This Amendment No. 5 will serve to amend the Professional Services Agreement (hereinafter "Agreement"), CO# 17-143 to incorporate the following: Item 1: The term of the agreement is hereby extended to June 30, 2020 in an amount that shall not exceed $674,750 for City facilities and $52,220 for RCFPD facilities during the period July 1, 2020 through June 30, 2021. Routine maintenance shall be performed at service level A per contract specifications. Said extension will be in accordance with contractor's letter of intent dated April 8, 2020, attached hereto as Exhibit A. This will be the third year of the agreement. Item 2: The contract rates effective July 1, 2020 are attached hereto as Exhibit B. All other Terms and Conditions of the original Agreement, CO# 17-143, 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 May 21, 2020. The City and RCFPD will process both copies for signature and provide Contractor with one (1) fully executed copy of the Amendment. Mariposa Landscapes, Inc. IM Name Date Title By: Name Date Title (two signatures required if corporation) City of Rancho Cucamonga IM Name Date Title Rancho Cucamonga Fire Protection District By: Name Date Title Page 33 M A L N D April 8, 2020 PV l S C City of Rancho Cucamonga Public Works Services Department 14177 Frederick Street Rancho Cucamonga, CA 91730 Attn: Paul Fisher F.11 P O S A N C Subject: 2020-2021 Landscape Maintenance Contract Renewal for CO 17-140, CO27-142, CO27-143 and CO 18-030 Dear Mr. Fisher: This letter will serve as a formal request to extend our current landscape maintenance contract agreements for an additional year ending June 30, 2021. Understanding the declining revenues during these challenging times, and our long history of partnership with the City of Rancho Cucamonga, Mariposa Landscapes agrees to renew all four contracts with NO rate increase. I would like to take this opportunity to thank you for allowing Mariposa Landscape, Inc. to provide quality landscape maintenance services to the City of Rancho Cucamonga. Sincerely, Antonio Karraa — Area Manager Mariposa Landscapes, Inc. antonio.karraa@mariposa-ca.com (626) 931 -6712 -cell <�19 TEL 800 • 794 • 9458 • FAX • • . www.mariposa-ca.com 960 8477 www.mariposa ca.com 6232 SANTOS DIAZ ST., IRWINDALE, CA 91702 • CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 Our Core Values — Safety • Teamwork • Quality • Integrity Page 34 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase Archibald Library Quantity Service Level A Unit Cost Pest Control (901-1) 1 LS $ 35.3844 $ 35.38 $ 424.56 Tree Maintenance (901-2) 1 LS $ 35.3844 $ 35.38 $ 424.56 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 13,810 SF $ 0.0283 $ 390.82 $ 4,689.84 Irrigation Maintenance (901-5) 1 LS $ 162.7682 $ 162.77 $ 1,953.24 Hardscape Maintenance (901-6) 1 LS $ 84.9226 $ 84.92 $ 1,019.04 Total Cost at Service Level A $ 8,511.24 Service Level B Pest Control (901-1) 1 LS $ 34.6339 $ 34.63 $ 415.56 Tree Maintenance (901-2) 1 LS $ 34.6339 $ 34.63 $ 415.56 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 13,810 SF $ 0.0276 $ 381.16 $ 4,573.92 Irrigation Maintenance (901-5) 1 LS $ 159.3156 $ 159.32 $ 1,911.84 Hardscape Maintenance (901-6) 1 LS $ 83.1212 $ 83.12 $ 997.44 Total Cost at Service Level B $ 8,314.32 Service Level C Pest Control (901-1) 1 LS $ 32.7038 $ 32.70 $ 392.40 Tree Maintenance (901-2) 1 LS $ 32.7038 $ 32.70 $ 392.40 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 13,810 SF $ 0.0262 $ 361.82 $ 4,341.84 Irrigation Maintenance (901-5) 1 LS $ 150.4373 $ 150.44 $ 1,805.28 Hardscape Maintenance (901-6) 1 LS $ 78.4890 $ 78.49 $ 941.88 Total Cost at Service Level C $ 7,873.80 1of12 Page 35 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase FoothillQuantity Service Level A Unit Cost Pest Control (901-1) 1 LS $ 107.3756 $ 107.38 $ 1,288.56 Tree Maintenance (901-2) 1 LS $ 161.0633 $ 161.06 $ 1,932.72 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 105,200 SF $ 0.0257 $ 2,703.64 $ 32,443.68 Irrigation Maintenance (901-5) 1 LS $ 536.8776 $ 536.88 $ 6,442.56 Hardscape Maintenance (901-6) 1 LS $ 268.4388 $ 268.44 $ 3,221.28 Trail Maintenance (901-7) 1 LS $ 536.8776 $ 536.88 $ 6,442.56 Trash Receptacle Maintenance (901-9) 1 LS $ 268.4388 $ 268.44 $ 3,221.28 Restroom Building Maintenance (901-10) 1 LS $ 805.3164 $ 805.32 $ 9,663.84 Total Cost at Service Level A $ 64,656.48 Service Level B Pest Control (901-1) 1 LS $ 105.4026 $ 105.40 $ 1,264.80 Tree Maintenance (901-2) 1 LS $ 158.1039 $ 158.10 $ 1,897.20 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 105,200 SF $ 0.0252 $ 2,651.04 $ 31,812.48 Irrigation Maintenance (901-5) 1 LS $ 527.0129 $ 527.01 $ 6,324.12 Hardscape Maintenance (901-6) 1 LS $ 263.5065 $ 263.51 $ 3,162.12 Trail Maintenance (901-7) 1 LS $ 527.0129 $ 527.01 $ 6,324.12 Trash Receptacle Maintenance (901-9) 1 LS $ 263.5065 $ 263.51 $ 3,162.12 Restroom Building Maintenance (901-10) 1 LS $ 790.5193 $ 790.52 $ 9,486.24 Total Cost at Service Level B $ 63,433.20 Service Level C Pest Control (901-1) 1 LS $ 98.9691 $ 98.97 $ 1,187.64 Tree Maintenance (901-2) 1 LS $ 148.4536 $ 148.45 $ 1,781.40 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 105,200 SF $ 0.0236 $ 2,482.72 $ 29,792.64 Irrigation Maintenance (901-5) 1 LS $ 494.8453 $ 494.85 $ 5,938.20 Hardscape Maintenance (901-6) 1 LS $ 247.4227 $ 247.42 $ 2,969.04 Trail Maintenance (901-7) 1 LS $ 494.8453 $ 494.85 $ 5,938.20 Trash Receptacle Maintenance (901-9) 1 LS $ 247.4227 $ 247.42 $ 2,969.04 Restroom Building Maintenance (901-10) 1 LS $ 742.2679 $ 742.27 $ 8,907.24 Total Cost at Service Level C $ 59,483.40 2of12 Page 36 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityLions Park Service Level A Unit Cost Pest Control (901-1) 1 LS $ 58.1162 $ 58.12 $ 697.44 Tree Maintenance (901-2) 1 LS $ 58.1162 $ 58.12 $ 697.44 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 23,330 SF $ 0.0611 $ 1,425.46 $ 17,105.52 Turf Maintenance (901-5) 33,565 SF $ 0.0156 $ 523.61 $ 6,283.32 Irrigation Maintenance (901-5) 1 LS $ 348.6971 $ 348.70 $ 4,184.40 Hardscape Maintenance (901-6) 1 LS $ 116.2324 $ 116.23 $ 1,394.76 Mulchscape Maintenance (901-8) 1,000 SF $ 0.2036 $ 203.60 $ 2,443.20 Trash Receptacle Maintenance (901-9) 1 LS $ 174.3486 $ 174.35 $ 2,092.20 Restroom Building Maintenance (901-10) 0 LS $ - $ - $ - Total Cost at Service Level A $ 34,898.28 Service Level B Pest Control (901-1) 1 LS $ 57.0440 $ 57.04 $ 684.48 Tree Maintenance (901-2) 1 LS $ 57.0440 $ 57.04 $ 684.48 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 23,330 SF $ 0.0601 $ 1,402.13 $ 16,825.56 Turf Maintenance (901-5) 33,565 SF $ 0.0154 $ 516.90 $ 6,202.80 Irrigation Maintenance (901-5) 1 LS $ 342.2635 $ 342.26 $ 4,107.12 Hardscape Maintenance (901-6) 1 LS $ 114.0879 $ 114.09 $ 1,369.08 Trail Maintenance (901-7) 1,000 SF $ 0.1997 $ 199.70 $ 2,396.40 Trash Receptacle Maintenance (901-9) 1 LS $ 171.1318 $ 171.13 $ 2,053.56 Restroom Building Maintenance (901-10) 0 LS $ - $ - $ - Total Cost at Service Level B $ 34,323.48 Service Level C Pest Control (901-1) 1 LS $ 52.4976 $ 52.50 $ 630.00 Tree Maintenance (901-2) 1 LS $ 52.4976 $ 52.50 $ 630.00 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 23,330 SF $ 0.0552 $ 1,287.82 $ 15,453.84 Turf Maintenance (901-5) 33,565 SF $ 0.0141 $ 473.27 $ 5,679.24 Irrigation Maintenance (901-5) 1 LS $ 314.9854 $ 314.99 $ 3,779.88 Hardscape Maintenance (901-6) 1 LS $ 104.9952 $ 105.00 $ 1,260.00 Trail Maintenance (901-7) 11000 SF $ 0.1839 $ 183.90 $ 2,206.80 Trash Receptacle Maintenance (901-9) 1 LS $ 157.4928 $ 157.49 $ 1,889.88 Restroom Building Maintenance (901-10) 0 LS $ - $ - $ - Total Cost at Service Level C $ 31,529.64 3of12 Page 37 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityFamily Resource Center Service Level A Unit Cost Pest Control (901-1) 1 LS $ 34.8483 $ 34.85 $ 418.20 Tree Maintenance (901-2) 1 LS $ 34.8483 $ 34.85 $ 418.20 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 13,360 SF $ 0.0289 $ 386.10 $ 4,633.20 Irrigation Maintenance (901-5) 1 LS $ 160.3020 $ 160.30 $ 1,923.60 Hardscape Maintenance (901-6) 1 LS $ 83.6359 $ 83.64 $ 1,003.68 Total Cost at Service Level A $ 8,396.88 Service Level B Pest Control (901-1) 1 LS $ 34.1513 $ 34.15 $ 409.80 Tree Maintenance (901-2) 1 LS $ 34.1513 $ 34.15 $ 409.80 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 13,360 SF $ 0.0281 $ 375.42 $ 4,505.04 Irrigation Maintenance (901-5) 1 LS $ 157.0960 $ 157.10 $ 1,885.20 Hardscape Maintenance (901-6) 1 LS $ 81.9632 $ 81.96 $ 983.52 Total Cost at Service Level B $ 8,193.36 Service Level C Pest Control (901-1) 1 LS $ 31.4707 $ 31.47 $ 377.64 Tree Maintenance (901-2) 1 LS $ 31.4707 $ 31.47 $ 377.64 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 13,360 SF $ 0.0261 $ 348.70 $ 4,184.40 Irrigation Maintenance (901-5) 1 LS $ 144.7651 $ 144.77 $ 1,737.24 Hardscape Maintenance (901-6) 1 LS $ 75.5297 $ 75.53 $ 906.36 Total Cost at Service Level C $ 7,583.28 QuantityEllena Park Service Level A Unit Cost Turf Maintenance (901-5) 170,188 SF $ 0.0040 $ 680.75 $ 8,169.00 Total Cost at Service Level A $ 8,169.00 Service Level B Turf Maintenance (901-5) 170,188 SF $ 0.0040 $ 680.75 $ 8,169.00 Total Cost at Service Level B $ 8,169.00 Service Level C Turf Maintenance (901-5) 170,188 SF $ 0.0030 $ 510.56 $ 6,126.72 Total Cost at Service Level C $ 6,126.72 4of12 Page 38 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityKenyon Park Service Level A Unit Cost Turf Maintenance (901-5) 215,814 SF $ 0.0040 $ 863.26 $ 10,359.12 Total Cost at Service Level A $ 10,359.12 Service Level B Turf Maintenance (901-5) 215,814 SF $ 0.0040 $ 863.26 $ 10,359.12 Total Cost at Service Level B $ 10,359.12 Service Level C Turf Maintenance (901-5) 215,814 SF $ 0.0030 $ 647.44 $ 7,769.28 Total Cost at Service Level C $ 7,769.28 ArborsVictoria Quantity Service Level A Unit Cost Turf Maintenance (901-5) 219,197 SF $ 0.0040 $ 876.79 $ 10,521.48 Total Cost at Service Level A $ 10,521.48 Service Level B Turf Maintenance (901-5) 219,197 SF $ 0.0040 $ 876.79 $ 10,521.48 Total Cost at Service Level B $ 10,521.48 Service Level C Turf Maintenance (901-5) 219,197 SF $ 0.0030 $ 657.59 $ 7,891.08 Total Cost at Service Level C $ 7,891.08 QuantityVictoria Groves Park Service Level A Unit Cost Turf Maintenance (901-5) 193,378 SF $ 0.0040 $ 773.51 $ 9,282.12 Total Cost at Service Level A $ 9,282.12 Service Level B Turf Maintenance (901-5) 193,378 SF $ 0.0040 $ 773.51 $ 9,282.12 Total Cost at Service Level B $ 9,282.12 Service Level C Turf Maintenance (901-5) 193,378 SF $ 0.0030 $ 580.13 $ 6,961.56 Total Cost at Service Level C $ 6,961.56 5of12 Page 39 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityVintage Park Service Level A Unit Cost Turf Maintenance (901-5) 231,250 SF $ 0.0040 $ 925.00 $ 11,100.00 Total Cost at Service Level A $ 11,100.00 Service Level B Turf Maintenance (901-5) 231,250 SF $ 0.0040 $ 925.00 $ 11,100.00 Total Cost at Service Level B $ 11,100.00 Service Level C Turf Maintenance (901-5) 231,250 SF $ 0.0028 $ 647.50 $ 7,770.00 Total Cost at Service Level C $ 7,770.00 QuantityWindrows Park Service Level A Unit Cost Turf Maintenance (901-5) 276,078 SF $ 0.0040 $ 1,104.31 $ 13,251.72 Total Cost at Service Level A $ 13,251.72 Service Level B Turf Maintenance (901-5) 276,078 SF $ 0.0040 $ 1,104.31 $ 13,251.72 Total Cost at Service Level B $ 13,251.72 Service Level C Turf Maintenance (901-5) 276,078 SF $ 0.0030 $ 828.23 $ 9,938.76 Total Cost at Service Level C $ 9,938.76 6of12 Page 40 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityMetrolink Service Level A Unit Cost Pest Control (901-1) 1 LS $ 121.5937 $ 121.59 $ 1,459.08 Tree Maintenance (901-2) 1 LS $ 121.5937 $ 121.59 $ 1,459.08 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 47,650 SF $ 0.0292 $ 1,391.38 $ 16,696.56 Irrigation Maintenance (901-5) 1 LS $ 413.4183 $ 413.42 $ 4,961.04 Hardscape Maintenance (901-6) 1 LS $ 243.1873 $ 243.19 $ 2,918.28 Trash Receptacle Maintenance (901-9) 1 LS $ 145.9124 $ 145.91 $ 1,750.92 Total Cost at Service Level A $ 29,244.96 Service Level B Pest Control (901-1) 1 LS $ 135.2649 $ 135.26 $ 1,623.12 Tree Maintenance (901-2) 1 LS $ 135.2649 $ 135.26 $ 1,623.12 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 47,650 SF $ 0.0258 $ 1,229.37 $ 14,752.44 Irrigation Maintenance (901-5) 1 LS $ 459.9005 $ 459.90 $ 5,518.80 Hardscape Maintenance (901-6) 1 LS $ 270.5297 $ 270.53 $ 3,246.36 Trash Receptacle Maintenance (901-9) 1 LS $ 162.3179 $ 162.32 $ 1,947.84 Total Cost at Service Level B $ 28,711.68 Service Level C Pest Control (901-1) 1 LS $ 109.7989 $ 109.80 $ 1,317.60 Tree Maintenance (901-2) 1 LS $ 109.7989 $ 109.80 $ 1,317.60 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 47,650 SF $ 0.0264 $ 1,257.96 $ 15,095.52 Irrigation Maintenance (901-5) 1 LS $ 373.3160 $ 373.32 $ 4,479.84 Hardscape Maintenance (901-6) 1 LS $ 219.5977 $ 219.60 $ 2,635.20 Trash Receptacle Maintenance (901-9) 1 LS $ 131.7587 $ 131.76 $ 1,581.12 Total Cost at Service Level C $ 26,426.88 CoyoteQuantity Service Level A Unit Cost Turf Maintenance (901-5) 141,200 SF $ 0.0040 $ 564.80 $ 6,777.60 Total Cost at Service Level A $ 6,777.60 Service Level B Turf Maintenance (901-5) 141,200 SF $ 0.0040 $ 564.80 $ 6,777.60 Total Cost at Service Level B $ 6,777.60 Service Level C Turf Maintenance (901-5) 141,200 SF $ 0.0039 $ 550.68 $ 6,608.16 Total Cost at Service Level C $ 6,608.16 7of12 Page 41 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityMilliken Park Service Level A Unit Cost Turf Maintenance (901-5) 109,121 SF $ 0.0041 $ 447.40 $ 5,368.80 Total Cost at Service Level A $ 5,368.80 Service Level B Turf Maintenance (901-5) 109,121 SF $ 0.0040 $ 436.48 $ 5,237.76 Total Cost at Service Level B $ 5,237.76 Service Level C Turf Maintenance (901-5) 109,121 SF $ 0.0030 $ 327.36 $ 3,928.32 Total Cost at Service Level C $ 3,928.32 QuantityMountain View Park Service Level A Unit Cost Turf Maintenance (901-5) 141,052 SF $ 0.0040 $ 564.21 $ 6,770.52 Total Cost at Service Level A $ 6,770.52 Service Level B Turf Maintenance (901-5) 141,052 SF $ 0.0040 $ 564.21 $ 6,770.52 Total Cost at Service Level B $ 6,770.52 Service Level C Turf Maintenance (901-5) 141,052 SF $ 0.0039 $ 550.10 $ 6,601.20 Total Cost at Service Level C $ 6,601.20 QuantityLewis Park Service Level A Unit Cost Turf Maintenance (901-5) 169,788 SF $ 0.0040 $ 679.15 $ 8,149.80 Total Cost at Service Level A $ 8,149.80 Service Level B Turf Maintenance (901-5) 169,788 SF $ 0.0040 $ 679.15 $ 8,149.80 Total Cost at Service Level B $ 8,149.80 Service Level C Turf Maintenance (901-5) 169,788 SF $ 0.0038 $ 645.19 $ 7,742.28 Total Cost at Service Level C $ 7,742.28 8of12 Page 42 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantitySpruce Park Service Level A Unit Cost Turf Maintenance (901-5) 152,868 SF $ 0.0040 $ 611.47 $ 7,337.64 Total Cost at Service Level A $ 7,337.64 Service Level B Turf Maintenance (901-5) 152,868 SF $ 0.0040 $ 611.47 $ 7,337.64 Total Cost at Service Level B $ 7,337.64 Service Level C Turf Maintenance (901-5) 152,868 SF $ 0.0030 $ 458.60 $ 5,503.20 Total Cost at Service Level C $ 5,503.20 QuantityWest Greenway Park Service Level A Unit Cost Turf Maintenance (901-5) 244,060 SF $ 0.0040 $ 976.24 $ 11,714.88 Total Cost at Service Level A $ 11,714.88 Service Level B Turf Maintenance (901-5) 244,060 SF $ 0.0040 $ 976.24 $ 11,714.88 Total Cost at Service Level B $ 11,714.88 Service Level C Turf Maintenance (901-5) 244,060 SF $ 0.0030 $ 732.18 $ 8,786.16 Total Cost at Service Level C $ 8,786.16 QuantityEtiwancla Creek Park Service Level A Unit Cost Turf Maintenance (901-5) 180,981 SF $ 0.0040 $ 723.92 $ 8,687.04 Total Cost at Service Level A $ 8,687.04 Service Level B Turf Maintenance (901-5) 180,981 SF $ 0.0040 $ 723.92 $ 8,687.04 Total Cost at Service Level B $ 8,687.04 Service Level C Turf Maintenance (901-5) 180,981 SF $ 0.0030 $ 542.94 $ 6,515.28 Total Cost at Service Level C $ 6,515.28 9of12 Page 43 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityGarcia Park Service Level A Unit Cost Turf Maintenance (901-5) 167,511 SF $ 0.0040 $ 670.04 $ 8,040.48 Total Cost at Service Level A $ 8,040.48 Service Level B Turf Maintenance (901-5) 167,511 SF $ 0.0040 $ 670.04 $ 8,040.48 Total Cost at Service Level B $ 8,040.48 Service Level C Turf Maintenance (901-5) 167,511 SF $ 0.0030 $ 502.53 $ 6,030.36 Total Cost at Service Level C $ 6,030.36 Day Creek Park Quantity Service Level A Unit Cost Turf Maintenance (901-5) 189,229 SF $ 0.0040 $ 756.92 $ 9,083.04 Total Cost at Service Level A $ 9,083.04 Service Level B Turf Maintenance (901-5) 189,229 SF $ 0.0040 $ 756.92 $ 9,083.04 Total Cost at Service Level B $ 9,083.04 Service Level C Turf Maintenance (901-5) 189,229 SF $ 0.0030 $ 567.69 $ 6,812.28 Total Cost at Service Level C $ 6,812.28 QuantityLegacy Park Service Level A Unit Cost Turf Maintenance (901-5) 172,673 SF $ 0.0040 $ 690.69 $ 8,288.28 Total Cost at Service Level A $ 8,288.28 Service Level B Turf Maintenance (901-5) 172,673 SF $ 0.0040 $ 690.69 $ 8,288.28 Total Cost at Service Level B $ 8,288.28 Service Level C Turf Maintenance (901-5) 172,673 SF $ 0.0030 $ 518.02 $ 6,216.24 Total Cost at Service Level C $ 6,216.24 10 of 12 Page 44 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase Olive Grove Park Quantity Service Level A Unit Cost Turf Maintenance (901-5) 273,961 SF $ 0.0040 $ 1,095.84 $ 13,150.08 Total Cost at Service Level A $ 13,150.08 Service Level B Turf Maintenance (901-5) 273,961 SF $ 0.0040 $ 1,095.84 $ 13,150.08 Total Cost at Service Level B $ 13,150.08 Service Level C Turf Maintenance (901-5) 273,961 SF $ 0.0030 $ 821.88 $ 9,862.56 Total Cost at Service Level C $ 9,862.56 QuantityRancho Summit Park Service Level A Unit Cost Turf Maintenance (901-5) 323,036 SF $ 0.0040 $ 1,292.14 $ 15,505.68 Total Cost at Service Level A $ 15,505.68 Service Level B Turf Maintenance (901-5) 323,036 SF $ 0.0040 $ 1,292.14 $ 15,505.68 Total Cost at Service Level B $ 15,505.68 Service Level C Turf Maintenance (901-5) 323,036 SF $ 0.0030 $ 969.11 $ 11,629.32 Total Cost at Service Level C $ 11,629.32 11 of 12 Page 45 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityFire Station 175 Service Level A Unit Cost Pest Control (901-1) 1 LS $ 64.7642 $ 64.76 $ 777.12 Tree Maintenance (901-2) 1 LS $ 64.7642 $ 64.76 $ 777.12 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 20,770 SF $ 0.0344 $ 714.49 $ 8,573.88 Turf Maintenance (901-5) 4,600 SF $ 0.0451 $ 207.46 $ 2,489.52 Irrigation Maintenance (901-5) 1 LS $ 155.4340 $ 155.43 $ 1,865.16 Hardscape Maintenance (901-6) 1 LS $ 90.6699 $ 90.67 $ 1,088.04 Total Cost at Service Level A $ 15,570.84 Service Level B Pest Control (901-1) 1 LS $ 63.4775 $ 63.48 $ 761.76 Tree Maintenance (901-2) 1 LS $ 63.4775 $ 63.48 $ 761.76 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 20,770 SF $ 0.0337 $ 699.95 $ 8,399.40 Turf Maintenance (901-5) 4,600 SF $ 0.0443 $ 203.78 $ 2,445.36 Irrigation Maintenance (901-5) 1 LS $ 152.3460 $ 152.35 $ 1,828.20 Hardscape Maintenance (901-6) 1 LS $ 88.8685 $ 88.87 $ 1,066.44 Total Cost at Service Level B $ 15,262.92 Service Level C Pest Control (901-1) 1 LS $ 58.9740 $ 58.97 $ 707.64 Tree Maintenance (901-2) 1 LS $ 58.9740 $ 58.97 $ 707.64 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 20,770 SF $ 0.0313 $ 650.10 $ 7,801.20 Turf Maintenance (901-5) 4,600 SF $ 0.0412 $ 189.52 $ 2,274.24 Irrigation Maintenance (901-5) 1 LS $ 141.5376 $ 141.54 $ 1,698.48 Hardscape Maintenance (901-6) 1 LS $ 82.5636 $ 82.56 $ 990.72 Total Cost at Service Level C $ 14,179.92 QuantityFire Station 174, 11297 Jersey Blvd. Unit Cost Landscape Maintenance Services 1 LS $ 1,131.14 $ 1,131.14 $ 13,573.68 Extra Work Schedule Hourly Labor Rate Including Overhead Unit Unit Cost General Laborer HR $ 37.53 Skilled Laborer HR $ 42.90 Irrigation Repair Technician HR $ 51.48 Licensed or Certified Chemical Applicator HR $ 58.98 12 of 12 Page 46 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Tamara Layne, Finance Director SUBJECT: CONSIDERATION TO APPROVE BI -WEEKLY PAYROLL IN THE AMOUNT OF $1,013,005.21 AND WEEKLY CHECK REGISTERS (EXCLUDING CHECKS ISSUED TO SOUTHERN CALIFORNIA GAS COMPANY) IN THE AMOUNT OF $2,103,162.91. DATED, MAY 11, 2020 THROUGH MAY 25, 2020 AND ELECTRONIC DEBIT REGISTER FOR THE MONTH OF APRIL IN THE AMOUNT OF $1,789,242.74. RECOMMENDATION: Staff recommends City Council approve payment of demands as presented. BACKGROUND: N/A ANALYSIS: N/A FISCAL IMPACT: Adequate budgeted funds are available for the payment of demands per the attached listing. COUNCIL GOAL(S) ADDRESSED: N/A ATTACHMENTS: Description Attachment 1 Check Register Attachment 1 Electronic Check Register Page 47 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00010659 05/13/2020 ABSOLUTE SECURITY INTERNATIONAL INC 3,080.40 0.00 3,080.40 AP 00010660 05/13/2020 CALPINE ENERGY SERVICES LP 102,000.00 0.00 102,000.00 AP 00010661 05/13/2020 HD PRODUCTIONS INC 18,750.00 0.00 18,750.00 AP 00010662 05/13/2020 SAN BERNARDINO COUNTY 20.00 0.00 20.00 AP 00010663 05/13/2020 SHELL ENERGY NORTH AMERICA 16,500.00 0.00 16,500.00 AP 00010664 05/13/2020 U S DEPARTMENT OF ENERGY 10,597.62 0.00 10,597.62 AP 00010665 05/14/2020 ABC LOCKSMITHS INC 157.84 0.00 157.84 AP 00010666 05/14/2020 ALTEC INDUSTRIES INC 488.83 0.00 488.83 AP 00010667 05/14/2020 DUNN EDWARDS CORPORATION 323.22 0.00 323.22 AP 00010668 05/14/2020 EMCOR SERVICES 17,885.19 3,284.60 21,169.79 *** AP 00010669 05/14/2020 EWING IRRIGATION PRODUCTS 439.69 0.00 439.69 AP 00010670 05/14/2020 OFFICE DEPOT 1,073.95 127.56 1,201.51 *** AP 00010671 05/14/2020 SIEMENS MOBILITY INC 62,704.24 0.00 62,704.24 AP 00010672 05/14/2020 SOUTHERN CALIFORNIA NEWS GROUP 5,422.01 0.00 5,422.01 AP 00010673 05/20/2020 ABSOLUTE SECURITY INTERNATIONAL INC 17,613.46 0.00 17,613.46 AP 00010674 05/20/2020 CALIF GOVERNMENT VEBA/RANCHO CUCAMONGA 25,577.38 0.00 25,577.38 AP 00010675 05/20/2020 ILAND INTERNET SOLUTIONS 7,517.62 0.00 7,517.62 AP 00010676 05/20/2020 RCCEA 1,927.50 0.00 1,927.50 AP 00010677 05/20/2020 RCPFA 12,558.07 0.00 12,558.07 AP 00010678 05/20/2020 RE ASTORIA 2 LLC 206,020.10 0.00 206,020.10 AP 00010679 05/20/2020 RICHARDS WATSON AND GERSHON 43,535.82 4,582.80 48,118.62 *** AP 00010680 05/20/2020 RIVERSIDE, CITY OF 6,909.00 0.00 6,909.00 AP 00010681 05/20/2020 SHELL ENERGY NORTH AMERICA 277,937.50 0.00 277,937.50 AP 00010682 05/21/2020 ABC LOCKSMITHS INC 48.49 0.00 48.49 AP 00010683 05/21/2020 AIRGAS USA LLC 672.49 348.20 1,020.69 *** AP 00010684 05/21/2020 BIBLIOTHECA LLC 7,531.00 0.00 7,531.00 AP 00010685 05/21/2020 BRODART BOOKS 13,604.40 0.00 13,604.40 AP 00010686 05/21/2020 BSN SPORTS LLC 7,870.00 0.00 7,870.00 AP 00010687 05/21/2020 CARQUEST AUTO PARTS 55.43 0.00 55.43 AP 00010688 05/21/2020 CITRUS MOTORS ONTARIO INC 99.95 0.00 99.95 AP 00010689 05/21/2020 FIRE ETC 976.22 276.70 1,252.92 *** AP 00010690 05/21/2020 HOSE MAN INC 224.25 0.00 224.25 AP 00010691 05/21/2020 KME FIRE APPARATUS 0.00 2,448.77 2,448.77 AP 00010692 05/21/2020 LN CURTIS AND SONS 0.00 1,970.03 1,970.03 AP 00010693 05/21/2020 MINUTEMAN PRESS 107.20 0.00 107.20 AP 00010694 05/21/2020 OFFICE DEPOT 843.58 257.19 1,100.77 *** AP 00010695 05/21/2020 PSA PRINT GROUP 137.92 0.00 137.92 AP 00010696 05/21/2020 SITEONE LANDSCAPE SUPPLY LLC 938.32 0.00 938.32 AP 00010697 05/21/2020 SUNRISE FORD 995.02 0.00 995.02 AP 00010698 05/21/2020 TARGET SPECIALTY PRODUCTS 2,499.40 0.00 2,499.40 AP 00409688 05/13/2020 ABSG CONSULTING INC 8,500.00 0.00 8,500.00 AP 00409689 05/13/2020 ADAMS, BRITTANY 335.50 0.00 335.50 AP 00409690 05/13/2020 ALL WELDING 520.00 0.00 520.00 AP 00409691 05/13/2020 ALSOP, ROCHELLE 137.60 0.00 137.60 AP 00409692 05/13/2020 ALTA LOMA CHRISTIAN SCHOOL 153.00 0.00 153.00 AP 00409693 05/13/2020 AMERICAN TRAINING RESOURCES INC 1,061.78 0.00 1,061.78 AP 00409694 05/13/2020 ANDRADE, MARICELA 263.20 0.00 263.20 User: VLOPEZ - VERONICA LOPEZ Page: 1 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 48 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409695 05/13/2020 AQUABIO ENVIRONMENTAL TECHNOLOGIES INC 1,945.00 0.00 1,945.00 AP 00409696 05/13/2020 ASSI SECURITY 525.00 0.00 525.00 AP 00409697 05/13/2020 BAB STEERING HYDRAULICS INC 0.00 128.14 128.14 AP 00409698 05/13/2020 BALDACCI, DENISE 0.00 324.00 324.00 AP 00409699 05/13/2020 BARKER, CHRISTIAN 0.00 324.00 324.00 AP 00409700 05/13/2020 BRIGHTVIEW LANDSCAPE SERVICES INC 554.80 0.00 554.80 AP 00409701 05/13/2020 BURNS, BRYAN 0.00 270.00 270.00 AP 00409702 05/13/2020 C V W D 280.03 302.47 582.50 *** AP 00409707 05/13/2020 C V W D 26,260.97 398.46 26,659.43 *** AP 00409708 05/13/2020 CALIFORNIA STATE SHERIFFS' ASSOC FOUNDATION 40.00 0.00 40.00 AP 00409709 05/13/2020 CAMPOS, ALAN 219.00 0.00 219.00 AP 00409710 05/13/2020 CAMPOS, EDUARDO 59.73 0.00 59.73 AP 00409711 05/13/2020 CARAHSOFT TECHNOLOGY CORP 36,534.23 0.00 36,534.23 AP 00409712 05/13/2020 CENTRAL SCHOOL DISTRICT 386.75 0.00 386.75 AP 00409713 05/13/2020 CERTIFIED TOWING INC 150.00 0.00 150.00 AP 00409714 05/13/2020 CHAPARRAL ELEMENTARY PFA 952.00 0.00 952.00 AP 00409715 05/13/2020 CHINO MOWER AND ENGINE SERVICE 54.28 0.00 54.28 AP 00409716 05/13/2020 CHRIST'S CHURCH OF THE VALLEY 4,400.00 0.00 4,400.00 AP 00409717 05/13/2020 CHRISTIAN CLASSICAL CONSERVATORY 127.50 0.00 127.50 AP 00409718 05/13/2020 CINTAS CORPORATION #150 0.00 720.84 720.84 AP 00409719 05/13/2020 CLARA BARTON ELEMENTARY 1,623.50 0.00 1,623.50 AP 00409720 05/13/2020 COCEK, ELIZABETH 178.00 0.00 178.00 AP 00409721 05/13/2020 COLTON JOINT UNIFIED SCHOOL DISTRICT 297.50 0.00 297.50 AP 00409722 05/13/2020 COLTON JOINT UNIFIED SCHOOL DISTRICT 994.50 0.00 994.50 AP 00409723 05/13/2020 COLTON JOINT UNIFIED SCHOOL DISTRICT 429.25 0.00 429.25 AP 00409724 05/13/2020 CONCEPT POWDER COATING 160.00 0.00 160.00 AP 00409725 05/13/2020 CONFIRE JPA 0.00 176,392.00 176,392.00 AP 00409726 05/13/2020 CONSOLIDATED ELECTRICAL DISTR INC 1,884.55 0.00 1,884.55 AP 00409727 05/13/2020 CONTRERAS, VANESSA 57.00 0.00 57.00 AP 00409728 05/13/2020 CORODATA MEDIA STORAGE INC 62.55 0.00 62.55 AP 00409729 05/13/2020 CRIME SCENE STERI-CLEAN LLC 540.00 0.00 540.00 AP 00409730 05/13/2020 CUCAMONGA DISTRICT HOST LIONS CLUB 720.00 0.00 720.00 AP 00409731 05/13/2020 CUMMINS SALES AND SERVICE 0.00 143.74 143.74 AP 00409732 05/13/2020 DAM, JAYNE 146.60 0.00 146.60 AP 00409733 05/13/2020 DANIELS TIRE SERVICE 0.00 1,203.13 1,203.13 AP 00409734 05/13/2020 DE GUZMAN, LOURDES 327.50 0.00 327.50 AP 00409735 05/13/2020 DEPARTMENT OF CONSUMER AFFAIRS 115.00 0.00 115.00 AP 00409736 05/13/2020 DEPARTMENT OF INDUSTRIAL RELATIONS 225.00 0.00 225.00 AP 00409737 05/13/2020 DEPT OF FORESTRY & FIRE PROTECTION 0.00 1,128.00 1,128.00 AP 00409738 05/13/2020 DIRECTV 179.24 0.00 179.24 AP 00409739 05/13/2020 DIRECTV 74.24 0.00 74.24 AP 00409740 05/13/2020 DISTELRATH, KATIE 149.24 0.00 149.24 AP 00409741 05/13/2020 DOG WASTE DEPOT 568.04 0.00 568.04 AP 00409742 05/13/2020 EAGLE RANCH PTA 867.00 0.00 867.00 AP 00409743 05/13/2020 EAST HERITAGE STUDENT FUND 429.25 0.00 429.25 AP 00409744 05/13/2020 EISENHOWER ELEMENTARY SCHOOL 2,380.00 0.00 2,380.00 AP 00409745 05/13/2020 ELITE CUSTOMS CONSTRUCTION 3,900.00 0.00 3,900.00 User: VLOPEZ - VERONICA LOPEZ Page: 2 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 49 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409746 05/13/2020 EMBASSY ESCROW DIVISION 164.55 0.00 164.55 AP 00409747 05/13/2020 ERICKSON-HALL CONSTRUCTION CO 0.00 78,491.25 78,491.25 AP 00409748 05/13/2020 ERIKSEN, LAUREL 123.25 0.00 123.25 AP 00409749 05/13/2020 ETIWANDA COLONY ELEMENTARY 412.25 0.00 412.25 AP 00409750 05/13/2020 EXECUTIVE AUTO DETAIL 0.00 160.00 160.00 AP 00409751 05/13/2020 EXPERIAN 52.00 0.00 52.00 AP 00409752 05/13/2020 FAIRVIEW FORD 2,250.84 0.00 2,250.84 AP 00409753 05/13/2020 FALCON RIDGE ELEMENTARY 1,347.25 0.00 1,347.25 AP 00409754 05/13/2020 FEDERAL EXPRESS CORP 28.92 0.00 28.92 AP 00409755 05/13/2020 FENWICK, CONNOR 0.00 324.00 324.00 AP 00409756 05/13/2020 FLEETPRIDE 0.00 17.46 17.46 AP 00409757 05/13/2020 FONTANA UNIFIED SCHOOL DISTRICT ASB 425.00 0.00 425.00 AP 00409758 05/13/2020 FONTANA UNIFIED SCHOOL DISTRICT ASB 395.25 0.00 395.25 AP 00409759 05/13/2020 FORTIN LAW GROUP 4,536.10 0.00 4,536.10 AP 00409760 05/13/2020 FUEL SERV 0.00 1,894.42 1,894.42 AP 00409761 05/13/2020 G & M BUSINESS INTERIORS 2,105.71 0.00 2,105.71 AP 00409762 05/13/2020 GLADSTONE ELEMENTARY SCHOOL 884.00 0.00 884.00 AP 00409763 05/13/2020 GLOBAL SOLUTIONS GROUP INC 10,372.50 0.00 10,372.50 AP 00409764 05/13/2020 GLOBALSTAR USA 171.64 0.00 171.64 AP 00409765 05/13/2020 GOSE, DALE 31.65 0.00 31.65 AP 00409766 05/13/2020 GOVERNMENTJOBS.COM INC 24,389.00 0.00 24,389.00 AP 00409767 05/13/2020 HAPPYORNOT AMERICAS INC 8,443.50 0.00 8,443.50 AP 00409768 05/13/2020 HAULAWAY STORAGE CONTAINERS INC 119.84 0.00 119.84 AP 00409769 05/13/2020 HENRY SCHEIN INC 538.75 0.00 538.75 AP 00409770 05/13/2020 HERITAGE EDUCATION GROUP 408.00 0.00 408.00 AP 00409771 05/13/2020 HOLLEY, BRITTNEY 54.40 0.00 54.40 AP 00409772 05/13/2020 HOME DEPOT CREDIT SERVICES 1,214.34 496.12 1,710.46 *** AP 00409773 05/13/2020 HONEYFISH POKE 236.04 0.00 236.04 AP 00409774 05/13/2020 HOYT LUMBER CO, S M 0.00 24.23 24.23 AP 00409775 05/13/2020 IMPERIAL SPRINKLER SUPPLY INC 601.23 0.00 601.23 AP 00409776 05/13/2020 INK SLINGER SCREEN PRINTING & EMBROIDERY 2,112.92 0.00 2,112.92 AP 00409777 05/13/2020 INLAND FAIR HOUSING AND MEDIATION BOARD 11,359.76 0.00 11,359.76 AP 00409778 05/13/2020 INLAND LEADERS CHARTER SCHOOLS 501.50 0.00 501.50 AP 00409779 05/13/2020 INLAND OVERHEAD DOOR COMPANY 0.00 1,787.00 1,787.00 AP 00409780 05/13/2020 ITRON INC 2,193.34 0.00 2,193.34 AP 00409781 05/13/2020 JACKSON, ANIKA 135.00 0.00 135.00 AP 00409782 05/13/2020 JIMENEZ, JUAN 131.60 0.00 131.60 AP 00409783 05/13/2020 JOHNSON, TRACI 228.00 0.00 228.00 AP 00409784 05/13/2020 JUDICATE WEST 2,500.00 0.00 2,500.00 AP 00409785 05/13/2020 JURUPA UNIFIED SCHOOL DISTRICT 510.00 0.00 510.00 AP 00409786 05/13/2020 K -K WOODWORKING 10.76 0.00 10.76 AP 00409787 05/13/2020 KAMMAEDLAPALLE, MADHAVI 57.00 0.00 57.00 AP 00409788 05/13/2020 KENNEDY EQUIPMENT INC 343.48 0.00 343.48 AP 00409789 05/13/2020 KORDYAK PTA 382.50 0.00 382.50 AP 00409790 05/13/2020 LAIWALLA, DEEPA 459.20 0.00 459.20 AP 00409791 05/13/2020 LANDVOGT, JUSTIN 0.00 324.00 324.00 AP 00409792 05/13/2020 LEVEL 3 COMMUNICATIONS LLC 5,460.19 0.00 5,460.19 User: VLOPEZ - VERONICA LOPEZ Page: 3 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 50 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409793 05/13/2020 LEVERAGE INFORMATION SYSTEMS INC 3,192.38 0.00 3,192.38 AP 00409794 05/13/2020 LIANG, KENNY 84.99 0.00 84.99 AP 00409795 05/13/2020 LIGHTING INSTYLE INC 0.00 301.88 301.88 AP 00409796 05/13/2020 LOPEZ, JACQUELINE 131.60 0.00 131.60 AP 00409798 05/13/2020 LOWES COMPANIES INC. 4,541.43 2,981.61 7,523.04 *** AP 00409799 05/13/2020 MARLINK SA INC 0.00 164.88 164.88 AP 00409800 05/13/2020 MAY RANCH ELEMENTARY SCHOOL PTO 1,632.00 0.00 1,632.00 AP 00409801 05/13/2020 MCMASTER-CARR SUPPLY COMPANY 249.18 0.00 249.18 AP 00409802 05/13/2020 MCMILLAN, KRISTIN 0.00 324.00 324.00 AP 00409803 05/13/2020 MDG ASSOCIATES INC 25,261.25 0.00 25,261.25 AP 00409804 05/13/2020 MELEISEA, JONNATHAN 574.96 0.00 574.96 AP 00409805 05/13/2020 MGT OF AMERICA INC 7,000.00 0.00 7,000.00 AP 00409806 05/13/2020 MIJAC ALARM COMPANY 180.00 0.00 180.00 AP 00409807 05/13/2020 MOBILITIE SERVICES LLC 500.00 0.00 500.00 AP 00409808 05/13/2020 MONROVIA UNIFIED 629.00 0.00 629.00 AP 00409809 05/13/2020 MONTESSORI IN REDLANDS 1,615.00 0.00 1,615.00 AP 00409810 05/13/2020 MONTGOMERY HARDWARE CO 136.03 1,881.00 2,017.03 *** AP 00409811 05/13/2020 MOUNTAIN VIEW POOL REMODELING 650.00 0.00 650.00 AP 00409812 05/13/2020 MUTUAL PROPANE 0.00 20.00 20.00 AP 00409813 05/13/2020 NAPA AUTO PARTS 58.47 0.00 58.47 AP 00409814 05/13/2020 NATIONAL NOTARY ASSOCIATION 69.00 0.00 69.00 AP 00409815 05/13/2020 NEW DIMENSIONS COMMUNITY SERVICES 170.00 0.00 170.00 AP 00409816 05/13/2020 NORRIS, BARBARA 406.30 0.00 406.30 AP 00409817 05/13/2020 NOVA PRODUCTS 2,148.00 0.00 2,148.00 AP 00409818 05/13/2020 OCCUPATIONAL HEALTH CTRS OF CA 74.50 0.00 74.50 AP 00409819 05/13/2020 ORKIN PEST CONTROL 592.02 0.00 592.02 AP 00409820 05/13/2020 PACIFIC UTILITY INSTALLATION INC 190,160.00 0.00 190,160.00 AP 00409821 05/13/2020 PEP BOYS 160.90 0.00 160.90 AP 00409822 05/13/2020 R AND R AUTOMOTIVE 2,696.04 0.00 2,696.04 AP 00409823 05/13/2020 REDLANDS UNIFIED SCHOOL DISTRICT 935.00 0.00 935.00 AP 00409824 05/13/2020 REDLANDS UNIFIED SCHOOL DISTRICT 505.75 0.00 505.75 AP 00409825 05/13/2020 REDLANDS UNIFIED SCHOOL DISTRICT 756.50 0.00 756.50 AP 00409826 05/13/2020 REFRIGERATION SUPPLIES DISTRIBUTOR 501.04 0.00 501.04 AP 00409827 05/13/2020 RESURRECTION ACADEMY 165.75 0.00 165.75 AP 00409828 05/13/2020 RICHARD WIGHTMAN CONSTRUCTION INC 7,712.50 0.00 7,712.50 AP 00409829 05/13/2020 RIGHT OF WAY INC 928.24 0.00 928.24 AP 00409830 05/13/2020 RLF II WEST LLC 41,796.00 0.00 41,796.00 AP 00409831 05/13/2020 ROSEBEARY, RYAN 85.00 0.00 85.00 AP 00409832 05/13/2020 ROTO ROOTER SERVICES COMPANY 0.00 650.00 650.00 AP 00409833 05/13/2020 SAN ANTONIO REGIONAL HOSPITAL 0.00 180.00 180.00 AP 00409834 05/13/2020 SAN BERNARDINO COUNTY SHERIFFS DEPT 399.80 0.00 399.80 AP 00409835 05/13/2020 SC FUELS 766.19 0.00 766.19 AP 00409836 05/13/2020 SIGNOR, SKYLAR 137.60 0.00 137.60 AP 00409837 05/13/2020 SKYLINE SAFETY AND SUPPLY 1,232.50 0.00 1,232.50 AP 00409838 05/13/2020 SO, KRISTIN 335.50 0.00 335.50 AP 00409839 05/13/2020 SOCAL PPE 0.00 640.00 640.00 AP 00409840 05/13/2020 SOUTH COAST AQMD 0.00 275.26 275.26 User: VLOPEZ - VERONICA LOPEZ Page: 4 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 51 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409844 05/13/2020 SOUTHERN CALIFORNIA EDISON 17,131.98 2,545.74 19,677.72 *** AP 00409845 05/13/2020 ST PETER AND ST PAUL SCHOOL 412.25 0.00 412.25 AP 00409846 05/13/2020 TABLET COMMAND INC 0.00 236.25 236.25 AP 00409847 05/13/2020 TERRA VISTA ELEMENTARY SCHOOL 765.00 0.00 765.00 AP 00409848 05/13/2020 THE COUNSELING TEAM INTERNATIONAL 0.00 1,875.00 1,875.00 AP 00409849 05/13/2020 THREE RINGS RANCH ELEMENTARY 535.50 0.00 535.50 AP 00409850 05/13/2020 TIREHUB LLC 1,941.98 0.00 1,941.98 AP 00409851 05/13/2020 TOMCO LLC 3,347.09 0.00 3,347.09 AP 00409852 05/13/2020 TOPSY, STEVONTAE 0.00 262.46 262.46 AP 00409853 05/13/2020 TOT LOT PROS INC 52,500.00 0.00 52,500.00 AP 00409854 05/13/2020 U.S. BANK PARS ACCT #6746022500 1,105.85 0.00 1,105.85 AP 00409855 05/13/2020 U.S. BANK PARS ACCT #6746022500 22,516.17 0.00 22,516.17 AP 00409856 05/13/2020 ULINE 413.76 0.00 413.76 AP 00409857 05/13/2020 ULREY, DEBORAH 10.00 0.00 10.00 AP 00409858 05/13/2020 UPLAND UNIFIED SCHOOL DISTRICT 238.00 0.00 238.00 AP 00409859 05/13/2020 UPLAND UNIFIED SCHOOL DISTRICT 344.25 0.00 344.25 AP 00409860 05/13/2020 UPLAND UNIFIED SCHOOL DISTRICT 221.00 0.00 221.00 AP 00409861 05/13/2020 UPLAND UNIFIED SCHOOL DISTRICT 459.00 0.00 459.00 AP 00409862 05/13/2020 VERIZON WIRELESS - LA 808.91 0.00 808.91 AP 00409863 05/13/2020 VERIZON WIRELESS - LA 5,103.11 0.00 5,103.11 AP 00409864 05/13/2020 VERIZON WIRELESS - LA 0.00 4,974.73 4,974.73 AP 00409865 05/13/2020 VERIZON WIRELESS - LA 101.60 0.00 101.60 AP 00409866 05/13/2020 VICTOR MEDICAL COMPANY 14,991.04 0.00 14,991.04 AP 00409867 05/13/2020 VIVINT SOLAR DEVELOPER LLC 87.07 0.00 87.07 AP 00409868 05/13/2020 VOHNE LICHE KENNELS INC 125.00 0.00 125.00 AP 00409869 05/13/2020 VULCAN MATERIALS COMPANY 2,348.31 0.00 2,348.31 AP 00409870 05/13/2020 WAXIE SANITARY SUPPLY 7,694.87 0.00 7,694.87 AP 00409871 05/13/2020 WEST COAST ARBORISTS INC 18,685.00 0.00 18,685.00 AP 00409872 05/13/2020 WHERRY, ALEX 0.00 280.14 280.14 AP 00409873 05/13/2020 WILLENBORG, WILLIAM 30.52 0.00 30.52 AP 00409874 05/13/2020 WILLIAMS, EDDIE 178.00 0.00 178.00 AP 00409875 05/13/2020 WIMER, KIMBERLY 131.60 0.00 131.60 AP 00409876 05/13/2020 WING, DANA 327.50 0.00 327.50 AP 00409877 05/13/2020 WINZER CORPORATION 0.00 75.21 75.21 AP 00409878 05/13/2020 XEROX CORPORATION 281.09 0.00 281.09 AP 00409879 05/13/2020 XEROX FINANCIAL SERVICES 298.38 0.00 298.38 AP 00409880 05/13/2020 XMEDIUS 2,787.65 0.00 2,787.65 AP 00409881 05/13/2020 YARROBINO, GENE 112.00 0.00 112.00 AP 00409882 05/13/2020 YUCAIPA-CALIMESA JOINT UNION SD 811.75 0.00 811.75 AP 00409883 05/13/2020 ZOETIS US LLC 262.11 0.00 262.11 AP 00409884 05/20/2020 4 IMPRINT INC 4,180.60 0.00 4,180.60 AP 00409885 05/20/2020 ABLE BUILDING MAINTENANCE 1,645.65 0.00 1,645.65 AP 00409886 05/20/2020 ADAMSON POLICE PRODUCTS 1,103.31 0.00 1,103.31 AP 00409887 05/20/2020 AFLAC GROUP INSURANCE 24.58 0.00 24.58 AP 00409888 05/20/2020 AGRI-TURF DISTRIBUTING LLC 2,604.57 0.00 2,604.57 AP 00409889 05/20/2020 ALL CITIES TOOL 1,376.03 0.00 1,376.03 AP 00409890 05/20/2020 ALLSTAR FIRE EQUIPMENT INC 0.00 242.93 242.93 User: VLOPEZ - VERONICA LOPEZ Page: 5 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 52 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409891 05/20/2020 ALPHAGRAPHICS 73.64 0.00 73.64 AP 00409892 05/20/2020 ALTUM GROUP, THE 2,632.00 0.00 2,632.00 AP 00409893 05/20/2020 AMERON POLE PRODUCTS LLC 4,004.48 0.00 4,004.48 AP 00409894 05/20/2020 AMTECH ELEVATOR SERVICES 2,153.00 0.00 2,153.00 AP 00409895 05/20/2020 APPLE VALLEY UNIFIED SCHOOL DISTRICT 994.50 0.00 994.50 AP 00409896 05/20/2020 ARROW TRAILER SUPPLIES INC 107.91 0.00 107.91 AP 00409897 05/20/2020 ASCENT ENVIRONMENTAL INC 856.51 0.00 856.51 AP 00409898 05/20/2020 ASSI SECURITY 1,328.68 0.00 1,328.68 AP 00409899 05/20/2020 AUFBAU CORPORATION 19,904.00 0.00 19,904.00 AP 00409900 05/20/2020 BAKER & TAYLOR LLC 3,379.83 0.00 3,379.83 AP 00409901 05/20/2020 BMC SOFTWARE INC 18,756.79 0.00 18,756.79 AP 00409902 05/20/2020 BRIGHTVIEW LANDSCAPE SERVICES INC 126,118.45 0.00 126,118.45 AP 00409906 05/20/2020 C V W D 18,844.66 725.08 19,569.74 *** AP 00409907 05/20/2020 CAGLES APPLIANCE 0.00 29.58 29.58 AP 00409908 05/20/2020 CAL PERS LONG-TERM CARE PROGRAM 164.48 0.00 164.48 AP 00409909 05/20/2020 CALIFORNIA DPT OF TAX & FEE ADMINISTRATION 514.00 543.25 1,057.25 *** AP 00409910 05/20/2020 CALIFORNIA MUNICIPAL UTILITIES ASSOC 10,289.00 0.00 10,289.00 AP 00409911 05/20/2020 CALIFORNIA UTILITIES EMERGENCY ASSOC 500.00 0.00 500.00 AP 00409912 05/20/2020 CALIFORNIA, STATE OF 100.00 0.00 100.00 AP 00409913 05/20/2020 CALIFORNIA, STATE OF 314.11 0.00 314.11 AP 00409914 05/20/2020 CALIFORNIA, STATE OF 30.00 0.00 30.00 AP 00409915 05/20/2020 CCS ORANGE COUNTY JANITORIAL INC 0.00 1,603.90 1,603.90 AP 00409916 05/20/2020 CHAMPION AWARDS & SPECIALTIES 43.10 0.00 43.10 AP 00409917 05/20/2020 CHRIST THE KING LUTHERAN 131.75 0.00 131.75 AP 00409918 05/20/2020 CINTAS CORPORATION #150 2,180.35 200.75 2,381.10 *** AP 00409919 05/20/2020 CIVIC SOLUTIONS INC 12,825.00 0.00 12,825.00 AP 00409920 05/20/2020 COMEAU, CHAD 0.00 324.00 324.00 AP 00409921 05/20/2020 COMPRESSED AIR SPECIALTIES 0.00 2,815.29 2,815.29 AP 00409922 05/20/2020 CONSOLIDATED ELECTRICAL DISTR INC 1,499.75 0.00 1,499.75 AP 00409923 05/20/2020 CONVERGEONE INC 1,890.00 0.00 1,890.00 AP 00409924 05/20/2020 CORONA-NORCO UNIFIED SCHOOL DISTRICT 1,156.00 0.00 1,156.00 AP 00409925 05/20/2020 DEALERS AUTO TRIM 520.00 0.00 520.00 AP 00409926 05/20/2020 DEPENDABLE COMPANY INC 22.00 0.00 22.00 AP 00409927 05/20/2020 DEPT OF FORESTRY & FIRE PROTECTION 0.00 128.00 128.00 AP 00409928 05/20/2020 DIG SAFE BOARD 101.69 0.00 101.69 AP 00409929 05/20/2020 EAGLE CANYON ELEMENTARY SCHOOL PTA 773.50 0.00 773.50 AP 00409930 05/20/2020 ECONO FENCE COMPANY INC 9,125.00 0.00 9,125.00 AP 00409931 05/20/2020 ELITE CUSTOMS CONSTRUCTION 4,000.00 0.00 4,000.00 AP 00409932 05/20/2020 FAIRVIEW FORD 3,536.03 0.00 3,536.03 AP 00409933 05/20/2020 FEDERAL EXPRESS CORP 27.34 0.00 27.34 AP 00409934 05/20/2020 FIRSTCARBON SOLUTIONS 1,949.60 0.00 1,949.60 AP 00409935 05/20/2020 FONTANA UNIFIED SCHOOL DISTRICT ASB 446.25 0.00 446.25 AP 00409936 05/20/2020 FRANKLIN TRUCK PARTS INC 0.00 68.52 68.52 AP 00409937 05/20/2020 FRONTIER COMM 1,576.82 622.33 2,199.15 *** AP 00409938 05/20/2020 FUEL SERV 2,218.31 0.00 2,218.31 AP 00409939 05/20/2020 G & M BUSINESS INTERIORS 50.04 0.00 50.04 AP 00409940 05/20/2020 GONSALVES & SON, JOE A 3,045.00 0.00 3,045.00 User: VLOPEZ - VERONICA LOPEZ Page: 6 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 53 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409941 05/20/2020 GRAINGER 2,538.50 164.35 2,702.85 *** AP 00409942 05/20/2020 GRAYBAR ELECTRIC COMPANY INC 5,058.41 0.00 5,058.41 AP 00409943 05/20/2020 HAAKER EQUIPMENT COMPANY 135.93 0.00 135.93 AP 00409944 05/20/2020 HDL COREN AND CONE 4,200.00 0.00 4,200.00 AP 00409945 05/20/2020 HI -LINE ELECTRIC COMPANY 523.31 0.00 523.31 AP 00409946 05/20/2020 HI -WAY SAFETY INC 101.28 0.00 101.28 AP 00409947 05/20/2020 HINDERLITER DE LLAMAS & ASSOCIATES 19,190.36 0.00 19,190.36 AP 00409948 05/20/2020 HONDA YAMAHA HUSQVARNA OF REDLANDS 323.43 0.00 323.43 AP 00409949 05/20/2020 IDEXX DISTRIBUTION INC 55.73 0.00 55.73 AP 00409950 05/20/2020 INLAND EMPIRE ECONOMIC PARTNERSHIP 7,500.00 0.00 7,500.00 AP 00409951 05/20/2020 INLAND OVERHEAD DOOR COMPANY 440.25 239.00 679.25 *** AP 00409952 05/20/2020 INLAND PRESORT & MAILING SERVICES 355.83 0.00 355.83 AP 00409953 05/20/2020 INLAND VALLEY DAILY BULLETIN 136.68 0.00 136.68 AP 00409954 05/20/2020 JACKSON HIRSH INC 118.12 0.00 118.12 AP 00409955 05/20/2020 JOHN L GOLDEN ELEMENTARY SCHOOL 4,908.75 0.00 4,908.75 AP 00409956 05/20/2020 KAMEL, KURT 100.00 0.00 100.00 AP 00409957 05/20/2020 KHO, YENNA 69.94 0.00 69.94 AP 00409958 05/20/2020 KLAUS & SONS 1,623.00 0.00 1,623.00 AP 00409959 05/20/2020 KVAC ENVIRONMENTAL SERVICES INC 2,225.50 0.00 2,225.50 AP 00409960 05/20/2020 KVCR EDUCATIONAL FOUNDATION INC 500.00 0.00 500.00 AP 00409961 05/20/2020 LOCUST ELEMENTARY PTA 598.14 0.00 598.14 AP 00409962 05/20/2020 MAGELLAN ADVISORS LLC 24,727.50 0.00 24,727.50 AP 00409963 05/20/2020 MAIN STREET SIGNS 193.84 0.00 193.84 AP 00409964 05/20/2020 MARIPOSA LANDSCAPES INC 31,872.52 0.00 31,872.52 AP 00409965 05/20/2020 MCI 100.08 0.00 100.08 AP 00409966 05/20/2020 NBS 0.00 552.50 552.50 AP 00409967 05/20/2020 NEW URBAN REALTY ADVISORS INC 980.68 0.00 980.68 AP 00409968 05/20/2020 NV5INC 17,614.83 0.00 17,614.83 AP 00409969 05/20/2020 OCCUPATIONAL HEALTH CTRS OF CA 310.72 0.00 310.72 AP 00409970 05/20/2020 OCLC INC 477.44 0.00 477.44 AP 00409971 05/20/2020 ONTARIO WINNELSON CO 294.28 0.00 294.28 AP 00409972 05/20/2020 ONTARIO-MONTCLAIR SCHOOL DISTRICT 246.50 0.00 246.50 AP 00409973 05/20/2020 ONTARIO-MONTCLAIR SCHOOL DISTRICT 1,071.00 0.00 1,071.00 AP 00409974 05/20/2020 ONTRAC 24.84 0.00 24.84 AP 00409975 05/20/2020 OPARC 176.00 0.00 176.00 AP 00409976 05/20/2020 ORKIN PEST CONTROL 225.00 0.00 225.00 AP 00409977 05/20/2020 PALM ELEMENTARY ASB 382.50 0.00 382.50 AP 00409978 05/20/2020 PARKHOUSE TIRE INC 1,123.49 0.00 1,123.49 AP 00409979 05/20/2020 PERDEW STUDENT FUNDS 646.00 0.00 646.00 AP 00409980 05/20/2020 PHELAN ELEMENTARY PTST 408.00 0.00 408.00 AP 00409981 05/20/2020 PLACEWORKS 17,466.13 0.00 17,466.13 AP 00409982 05/20/2020 PRE -PAID LEGAL SERVICES INC 60.17 0.00 60.17 AP 00409983 05/20/2020 PUNT CONSULTING GROUP 4,357.00 0.00 4,357.00 AP 00409984 05/20/2020 RANCH VIEW ELEMENTARY PTA 514.25 0.00 514.25 AP 00409985 05/20/2020 RDO EQUIPMENT COMPANY 24.24 0.00 24.24 AP 00409986 05/20/2020 RICHARD WIGHTMAN CONSTRUCTION INC 9,000.00 0.00 9,000.00 AP 00409987 05/20/2020 RONALD REAGAN CHARTER SCHOOL ALLIANCE 1,606.50 0.00 1,606.50 User: VLOPEZ - VERONICA LOPEZ Page: 7 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 54 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00409988 05/20/2020 SAFE MOVES 4,293.00 0.00 4,293.00 AP 00409989 05/20/2020 SAFE -ENTRY TECHNICAL INC 0.00 1,255.13 1,255.13 AP 00409990 05/20/2020 SALINAS ELEMENTARY ASB 1,657.50 0.00 1,657.50 AP 00409991 05/20/2020 SAN BERNARDINO CO AUDITOR CONT 3,767.50 0.00 3,767.50 AP 00409992 05/20/2020 SAN BERNARDINO COUNTY SHERIFFS DEPT 477.42 0.00 477.42 AP 00409993 05/20/2020 SAN BERNARDINO CTY FIRE PROTECTION DIST 0.00 420.00 420.00 AP 00409994 05/20/2020 SBPEA 2,514.80 0.00 2,514.80 AP 00409995 05/20/2020 SC FUELS 14,376.73 0.00 14,376.73 AP 00409996 05/20/2020 SEYMOUR, RONALD 0.00 255.76 255.76 AP 00409997 05/20/2020 SHERIFFS COURT SERVICES 100.00 0.00 100.00 AP 00409998 05/20/2020 SHRED PROS 304.00 0.00 304.00 AP 00409999 05/20/2020 SILVER & WRIGHT LLP 2,001.60 64.50 2,066.10 *** AP 00410000 05/20/2020 SMARTDEPLOY 4,820.00 0.00 4,820.00 AP 00410002 05/20/2020 SOUTH BAY FOUNDRY INC 500.25 0.00 500.25 AP 00410006 05/20/2020 SOUTHERN CALIFORNIA EDISON 9,039.86 0.00 9,039.86 AP 00410007 05/20/2020 SOUTHERN CALIFORNIA EDISON 65,133.28 0.00 65,133.28 AP 00410008 05/20/2020 SOUZA, DAVID 3.04 0.00 3.04 AP 00410009 05/20/2020 ST MARK'S EPISCOPAL SCHOOL 204.00 0.00 204.00 AP 00410010 05/20/2020 STOTZ EQUIPMENT 1,449.90 0.00 1,449.90 AP 00410011 05/20/2020 TYA USA 375.00 0.00 375.00 AP 00410012 05/20/2020 UNDERGROUND SVC ALERT OF SO CAL 112.30 0.00 112.30 AP 00410013 05/20/2020 UNITED WAY 60.00 0.00 60.00 AP 00410014 05/20/2020 UPLAND AUTO TRIM 475.00 0.00 475.00 AP 00410015 05/20/2020 UPLAND UNIFIED SCHOOL DISTRICT 374.00 0.00 374.00 AP 00410016 05/20/2020 UPS 128.16 0.00 128.16 AP 00410017 05/20/2020 UTILIQUEST 1,670.29 0.00 1,670.29 AP 00410018 05/20/2020 UTILITY CRANE & EQUIPMENT INC 6,366.27 0.00 6,366.27 AP 00410019 05/20/2020 VAN SCOYOC ASSOCIATES INC 4,000.00 0.00 4,000.00 AP 00410020 05/20/2020 VELOCITY TRUCK CENTERS 260.47 0.00 260.47 AP 00410025 05/20/2020 VERIZON WIRELESS - LA 6,129.64 0.00 6,129.64 AP 00410026 05/20/2020 VERIZON WIRELESS - LA 100.77 0.00 100.77 AP 00410027 05/20/2020 VIRTUAL PROJECT MANAGER LLC 500.00 0.00 500.00 AP 00410028 05/20/2020 VISION SERVICE PLAN CA 11,054.40 0.00 11,054.40 AP 00410029 05/20/2020 VULCAN MATERIALS COMPANY 5,650.51 0.00 5,650.51 AP 00410030 05/20/2020 WAXIE SANITARY SUPPLY 837.80 0.00 837.80 AP 00410031 05/20/2020 WESTLAND GROUP INC 1,412.50 0.00 1,412.50 AP 00410032 05/20/2020 WHITTIER FERTILIZER 872.78 0.00 872.78 AP 00410033 05/20/2020 WILSON & BELL AUTO SERVICE 870.05 0.00 870.05 AP 00410034 05/20/2020 WOMEN ON THE MOVE NETWORK 0.00 1,000.00 1,000.00 AP 00410035 05/20/2020 WT.COX INFORMATION SERVICES 164.65 0.00 164.65 Total City: $2,103,162.91 Total Fire: $307,072.14 Grand Total: $2,410,2337U5. Note: *** Check Number includes both City and Fire District expenditures User: VLOPEZ - VERONICA LOPEZ Page: 8 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 08:56:01 Page 55 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Electronic Debit Register April 1, 2020 to April 30, 2020 DATE DESCRIPTION CITY FIRE AMOUNT 4/1 Workers Comp - City Account Transfer 769.50 - 769.50 4/1 Workers Comp - Fire Account Transfer - 2,662.94 2,662.94 4/2 Bank Fee 88.90 - 88.90 4/2 Workers Comp - City Account Transfer 12.50 - 12.50 4/2 Workers Comp - Fire Account Transfer - 249.16 249.16 4/3 WIRE PAYAMENT - PARS SECTION 115 800,000.00 - 800,000.00 4/3 WIRE PAYMENT - PARS SECTION 115 - 2,500,000.00 2,500,000.00 4/3 Workers Comp - City Account Transfer 129.35 - 129.35 4/3 Workers Comp - Fire Account Transfer - 386.31 386.31 4/6 Workers Comp - City Account Transfer 656.30 - 656.30 4/7 Workers Comp - City Account Transfer 12.00 - 12.00 4/7 Workers Comp - Fire Account Transfer - 1,685.64 1,685.64 4/8 STATE DISBURSEMENT UNIT - Child Support Payments 1,639.07 - 1,639.07 4/8 Workers Comp - Fire Account Transfer - 2,054.21 2,054.21 4/9 CALPERS - City - Retirement Account Deposit 58,196.66 - 58,196.66 4/9 CALPERS - City - Retirement Account Deposit 113,677.87 - 113,677.87 4/9 STATE DISBURSEMENT UNIT - Child Support Payments - 4,821.55 4,821.55 4/9 Workers Comp - City Account Transfer 312.50 - 312.50 4/9 Workers Comp - Fire Account Transfer - 223.21 223.21 4/10 CALPERS - Fire - Retirement Account Deposit 2,939.06 2,939.06 4/10 CALPERS - Fire - Retirement Account Deposit 3,091.69 3,091.69 4/10 CALPERS - Fire - Retirement Account Deposit 5,488.73 5,488.73 4/10 CALPERS - Fire - Retirement Account Deposit 9,449.36 9,449.36 4/10 CALPERS - Fire - Retirement Account Deposit 22,688.00 22,688.00 4/10 CALPERS - Fire - Retirement Account Deposit - 117,958.15 117,958.15 4/10 Workers Comp - City Account Transfer 286.00 - 286.00 4/10 Workers Comp - Fire Account Transfer - 381.29 381.29 4/13 WIRE PAYMENT - RCMU CAISO 58,618.69 - 58,618.69 4/13 Workers Comp - City Account Transfer 45.65 - 45.65 4/13 Workers Comp - Fire Account Transfer - 148.70 148.70 4/15 Workers Comp - City Account Transfer 3,927.32 - 3,927.32 4/15 Workers Comp - Fire Account Transfer - 8,401.63 8,401.63 4/16 WIRE PAYMENT - DEBT SERVICE PAYMENT 224,728.13 - 224,728.13 4/16 WIRE PAYMENT - DEBT SERVICE PAYMENT 344,605.00 344,605.00 4/16 Workers Comp - City Account Transfer 2,696.04 - 2,696.04 4/16 Workers Comp - Fire Account Transfer - 4,912.82 4,912.82 4/17 Workers Comp - City Account Transfer 557.49 - 557.49 4/17 Workers Comp - Fire Account Transfer - 597.50 597.50 4/20 Workers Comp - Fire Account Transfer 1,339.87 1,339.87 4/21 WIRE PAYMENT - LAND PURCHASE 57,542.90 57,542.90 4/21 Workers Comp - Fire Account Transfer - 78.05 78.05 4/22 Workers Comp - City Account Transfer 311.77 - 311.77 4/22 Workers Comp - Fire Account Transfer - 448.43 448.43 4/23 STATE DISBURSEMENT UNIT - Child Support Payments - 4,821.55 4,821.55 4/23 STATE DISBURSEMENT UNIT - Child Support Payments 1,532.00 - 1,532.00 4/23 Workers Comp - City Account Transfer 276.36 - 276.36 4/23 Workers Comp - Fire Account Transfer - 961.75 961.75 4/24 CALPERS - City - Retirement Account Deposit 4,661.37 - 4,661.37 4/24 CALPERS - City - Retirement Account Deposit 55,324.38 55,324.38 4/24 CALPERS - City - Retirement Account Deposit 112,740.29 - 112,740.29 4/24 CALPERS - Fire - Retirement Account Deposit - 2,574.55 2,574.55 4/24 CALPERS - Fire - Retirement Account Deposit 3,091.69 3,091.69 4/24 CALPERS - Fire - Retirement Account Deposit 4,892.42 4,892.42 4/24 CALPERS - Fire - Retirement Account Deposit 10,019.71 10,019.71 4/24 CALPERS - Fire - Retirement Account Deposit 22,972.78 22,972.78 4/24 CALPERS - Fire - Retirement Account Deposit 102,315.44 102,315.44 1 Page 56 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Electronic Debit Register April 1, 2020 to April 30, 2020 DATE DESCRIPTION CITY FIRE AMOUNT 4/24 Workers Comp - City Account Transfer 3,187.64 - 3,187.64 4/24 Workers Comp - Fire Account Transfer - 106.30 106.30 4/27 CALPERS - Fire - Retirement Account Deposit - 176,829.78 176,829.78 4/27 Workers Comp - City Account Transfer 80.68 - 80.68 4/27 Workers Comp - Fire Account Transfer - 580.00 580.00 4/28 Workers Comp - City Account Transfer 169.28 - 169.28 4/28 Workers Comp - Fire Account Transfer - 183.57 183.57 4/29 Workers Comp - Fire Account Transfer 3,418.06 3,418.06 4/30 Workers Comp - Fire Account Transfer 2,502.76 2,502.76 TOTAL CITY 1,789,242.74 TOTAL FIRE 3,082,819.56 GRAND TOTAL 4,872,062.30 2 Page 57 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Tamara Layne, Finance Director SUBJECT: CONSIDERATION TO APPROVE WEEKLY CHECK REGISTERS FOR CHECKS ISSUED TO SOUTHERN CALIFORNIA GAS COMPANY IN THE AMOUNT OF $17.57 DATED MAY 11, 2020 THROUGH MAY 25,2020. RECOMMENDATION: Staff recommends City Council approve payment of demands as presented. BACKGROUND: N/A ANALYSIS: N/A FISCAL IMPACT: Adequate budgeted funds are available for the payment of demands per the attached listing. COUNCIL GOAL(S) ADDRESSED: N/A ATTACHMENTS: Description Attachment 1 So Ca Gas - Check Register Page 58 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT So Calif Gas Company Only. Agenda Check Register 5/11/2020 through 5/25/2020 Check No. Check Date AP 00410001 05/20/2020 Nato- Vendor Name SO CALIF GAS COMPANY *** Check Number includes both City and Fire District expenditures Citv Fire Amount 17.57 422.06 439.63 *** Total City: $17.57 Total Fire: $422.06 Grand Total: . User: VLOPEZ - VERONICA LOPEZ Page: 1 Current Date: 05/26/2020 Report: CK_AGENDA_REG_PORTRAIT_CONSOLIDATED - CK: Agenda Check Register Portrait Layout Time: 09:01:37 Page 59 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Jason C. Welday, Director of Engineering Services/City Engineer Annette Cano-Soza, Assistant Engineer SUBJECT: CONSIDERATION TO ORDER ANNEXATION TO LANDSCAPE MAINTENANCE DISTRICT NO. 7 AND STREET LIGHT MAINTENANCE DISTRICTS NOS. 1 AND 7 RELATED TO A DEVELOPMENT OF AN ATTACHED 1,851 SQUARE FOOT ADDITION TO AN EXISTING 1,120 SQUARE FOOT SINGLE FAMILY HOUSE IN THE ESTATE (ER) RESIDENTIAL DISTRICT AT THE NORTH WEST CORNER OF BANYAN STREET AND EAST AVENUE, LOCATED AT 13284 BANYAN STREET RELATED TO CASE NO. DRC2018-00974, SUBMITTED BY ALLEN BENNETT. RECOMMENDATION: Staff recommends that the City Council adopt the attached resolutions ordering the annexation to Landscape Maintenance District No. 7 and Street Lighting Maintenance Districts No's. 1 and 7. BACKGROUND: On February 27, 2019, Planning approved Case No. DRC2018-00974, a request to modify a previously approved Site Development Review (Case No. DRC2017-00911) for the proposed development of an attached 1,851 square foot addition, 874 square foot garage, and 23 square foot porch to an existing 1,120 square foot single family house in the Estate (ER) Residential District at the north west corner of Banyan Street and East Avenue, located at 13284 Banyan Street. DRC2018-00974 was approved subject to the conditions that certain public improvements be installed including sidewalk and a curb ramp, and the property be annexed into the appropriate districts. ANALYSIS: The developer, Allen Bennett, has submitted a cash deposit in the amount of $500 to secure the construction of off-site improvements. The required Consent and Waiver to Annexation forms signed and submitted by the developer are on file in the City Clerk's Office. FISCAL IMPACT: The proposed annexations would satisfy the conditions of approval for the development and supply additional revenue into the lighting and landscape maintenance districts in the following amounts: Landscape Maintenance District No. 7: $307.05 Street Lighting Maintenance District No. 1: $17.77 Page 60 Street Lighting Maintenance District No. 7: $33.32 Further, the development will construct no street lights or street trees that would be maintained by the City. COUNCIL GOAL(S) ADDRESSED: This project supports the City Council's vision of a World Class Community by ensuring the construction of high quality public improvements. ATTACHMENTS: Description Attachment 1 - Vicinity Map Attachment 2 - Resolution LMD 7 Attachment 3 - Resolution SLD 1 Attachment 4 - Resolution SLD 7 Page 61 Vicinity Map DRC2017-00911 NOT TO SCALE 791-1 milSan.v.an SI m a 2 W Banyan St -0 c+ ATTACHMENT 1 5959 6061 A Page 62 ATTACHMENT #2 RESOLUTION NO. 20 - XXX A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, ORDERING THE ANNEXATION OF CERTAIN TERRITORY TO LANDSCAPE MAINTENANCE DISTRICT NO. 7 (NORTH ETIWANDA) FOR CASE NO. DRC2018-00974 WHEREAS, the City Council of the City of Rancho Cucamonga, California, has previously formed a special maintenance district pursuant to the terms of the "Landscape and Lighting Act of 1972", being Division 15, Part 2 of the Streets and Highways Code of the State of California (the "Act", said special maintenance district known and designated as Landscape Maintenance District No. 7 (North Etiwanda) (the "District"); and WHEREAS, the provisions of Article 2 of Chapter 2 of the Act authorize the annexation of additional territory to the District; and WHEREAS, such provisions also provide that the requirement for the preparation of resolutions, and assessment engineer's report, notices of public hearing and the right of majority protest may be waived in writing with the written consent of all of the owners of property within the territory to be annexed; and WHEREAS, notwithstanding that such provisions of the Act related to the annexation of territory to the District, Article XIII D of the Constitution of the State of California ("Article XIII D") establishes certain procedural requirements for the authorization to levy assessments which apply to the levy of annual assessments for the District on the territory proposed to be annexed to such District; and WHEREAS, the owners of certain property described in Exhibit A attached hereto, and incorporated herein by this reference, have requested that such property (collectively, the "Territory") be annexed to the District in order to provide for the levy of annual assessments to finance the maintenance of certain improvements described in Exhibit B hereto (the "Improvements"); and WHEREAS, all of the owners of the Territory have filed with the City Clerk duly executed forms entitled "Consent And Waiver To Annexation Of Certain Real Property To A Maintenance District And Approval Of The Levy Of Assessments On Such Real Property" (the "Consent and Waiver"); and WHEREAS, by such Consent and Waiver, all of the owners of the Territory have expressly waived any and all of the procedural requirements as prescribed in the Act to the annexation of the Territory to the District and have expressly consented to the annexation of the Territory to the District; and WHEREAS, by such Consent and Waiver, all of the owners of the Territory have also expressly waived any and all of the procedural requirements as prescribed in the Act and/or Article XIII D applicable to the authorization to levy the proposed annual assessment against the Territory set forth in Exhibit B attached hereto and incorporated herein by this reference and have declared support for, consent to and approval of the authorization to levy such proposed annual assessment set forth in Exhibit C attached hereto; and Resolution No. 20 -XXX — Page 1 of 5 Page 63 WHEREAS, by such Consent and Waiver, all of the owners of the Territory have also expressly agreed for themselves, their heirs, successors and assigns that: (1) The proportionate special benefit derived by each parcel in the Territory from the District Improvements has been determined in relationship to the entirety of the maintenance and operation expenses of the Improvements; (2) The proposed annual assessment does not exceed the reasonable cost of the proportional special benefit from the Improvements conferred on each parcel in the Territory. (3) Only the special benefits derived or to be derived by each parcel in the Territory from the Improvements have been included in the proposed annual assessment. WHEREAS, at this time the City Council desires to order the annexation of the Territory to the District and to authorize the levy of annual assessments against the Territory in amounts not to exceed the amounts set forth in Exhibit C hereto. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA HEREBY RESOLVES AS FOLLOWS: SECTION 1: That the above recitals are true and correct. SECTION 2: The City Council hereby finds and determines that: a. The annual assessments proposed to be levied on each parcel in the Territory do not exceed the reasonable cost of the proportional special benefit conferred on each such parcel from the Improvements. b. The proportional special benefit derived by each parcel in the Territory from the Improvements has been determined in relationship to the entirety of the cost of the maintenance of the Improvement. c.Only special benefits will be assessed on the Territory by the levy of the proposed annual assessments. SECTION 3: This legislative body hereby orders the annexation the Territory to the District, approves the financing of the maintenance of the Improvements from the proceeds of annual assessments to be levied against the Territory and approves and orders the levy of annual assessments against the Territory in amounts not to exceed the amounts set forth in Exhibit C. SECTION 4: All future proceedings of the District, including the levy of all assessments, shall be applicable to the Territory. PASSED, APPROVED, AND ADOPTED this 3rd day of June, 2020. Resolution No. 20 -XXX — Page 2 of 5 Page 64 Exhibit A Identification of the Owner and Description of the Property to be Annexed The Owner of the Property is: BENNETT, SCOT A The legal description of the Property is: PARCEL MAP 7689, PARCEL 2 Assessor's Parcels Numbers of the Property: 0225-122-84-0000 Resolution No. 20 -XXX — Page 3 of 5 Page 65 Exhibit B Description of the District Improvements Fiscal Year 2019/20 Landscape Maintenance District No. 7 (North Etiwanda): Landscape Maintenance District No. 7 (North Etiwanda) (the "Maintenance District") represents landscape sites throughout the Etiwanda North Area. The various sites maintained by the district consist of parkways, median islands, paseos, street trees, community trails and Etiwanda Creek Park. Proposed additions to the Improvements for Project Case No. DRC2018-00974: None Resolution No. 20 -XXX — Page 4 of 5 Page 66 Exhibit C Proposed Annual Assessment Fiscal Year 2019/20 Landscape Maintenance District No. 7 (North Etiwanda): The rate per Equivalent Benefit Unit (EBU) is $307.05 for the fiscal year 2019/20. The following table summarizes the assessment rate for Landscape Maintenance District No. 7 (North Etiwanda) for Case No. DRC2018-00974: EBU Rate per Land Use Basis Factor* EBU* Single Family Residential Parcel 1.00 $307.05 The proposed annual assessment for the property described in Exhibit A is as follows: 1 Parcel x 1 EBU Factor x $307.05 Rate per EBU = $307.05 Annual Assessment Resolution No. 20 -XXX — Page 5 of 5 Page 67 ATTACHMENT #3 RESOLUTION NO. 20 - XXX A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, ORDERING THE ANNEXATION OF CERTAIN TERRITORY TO STREET LIGHT MAINTENANCE DISTRICT NO. 1 (ARTERIAL STREETS) FOR CASE NO. DRC2018-00974 WHEREAS, the City Council of the City of Rancho Cucamonga, California, has previously formed a special maintenance district pursuant to the terms of the "Landscape and Lighting Act of 1972", being Division 15, Part 2 of the Streets and Highways Code of the State of California (the "Act", said special maintenance district known and designated as Street Light Maintenance District No. 1 (Arterial Streets) (the "District"); and WHEREAS, the provisions of Article 2 of Chapter 2 of the Act authorize the annexation of additional territory to the District; and WHEREAS, such provisions also provide that the requirement for the preparation of resolutions, and assessment engineer's report, notices of public hearing and the right of majority protest may be waived in writing with the written consent of all of the owners of property within the territory to be annexed; and WHEREAS, notwithstanding that such provisions of the Act related to the annexation of territory to the District, Article XIII D of the Constitution of the State of California ("Article XIII D") establishes certain procedural requirements for the authorization to levy assessments which apply to the levy of annual assessments for the District on the territory proposed to be annexed to such District; and WHEREAS, the owners of certain property described in Exhibit A attached hereto, and incorporated herein by this reference, have requested that such property (collectively, the "Territory") be annexed to the District in order to provide for the levy of annual assessments to finance the maintenance of certain improvements described in Exhibit B hereto (the "Improvements"); and WHEREAS, all of the owners of the Territory have filed with the City Clerk duly executed forms entitled "Consent And Waiver To Annexation Of Certain Real Property To A Maintenance District And Approval Of The Levy Of Assessments On Such Real Property" (the "Consent and Waiver"); and WHEREAS, by such Consent and Waiver, all of the owners of the Territory have expressly waived any and all of the procedural requirements as prescribed in the Act to the annexation of the Territory to the District and have expressly consented to the annexation of the Territory to the District; and WHEREAS, by such Consent and Waiver, all of the owners of the Territory have also expressly waived any and all of the procedural requirements as prescribed in the Act and/or Article XIII D applicable to the authorization to levy the proposed annual assessment against the Territory set forth in Exhibit B attached hereto and incorporated herein by this reference and have declared support for, consent to and approval of the authorization to levy such proposed annual assessment set forth in Exhibit C attached hereto; and Resolution No. 20 -XXX — Page 1 of 5 Page 68 WHEREAS, by such Consent and Waiver, all of the owners of the Territory have also expressly agreed for themselves, their heirs, successors and assigns that: (1) The proportionate special benefit derived by each parcel in the Territory from the District Improvements has been determined in relationship to the entirety of the maintenance and operation expenses of the Improvements; (2) The proposed annual assessment does not exceed the reasonable cost of the proportional special benefit from the Improvements conferred on each parcel in the Territory. (3) Only the special benefits derived or to be derived by each parcel in the Territory from the Improvements have been included in the proposed annual assessment. WHEREAS, at this time the City Council desires to order the annexation of the Territory to the District and to authorize the levy of annual assessments against the Territory in amounts not to exceed the amounts set forth in Exhibit C hereto. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA HEREBY RESOLVES AS FOLLOWS: SECTION 1: That the above recitals are true and correct. SECTION 2: The City Council hereby finds and determines that: a. The annual assessments proposed to be levied on each parcel in the Territory do not exceed the reasonable cost of the proportional special benefit conferred on each such parcel from the Improvements. b. The proportional special benefit derived by each parcel in the Territory from the Improvements has been determined in relationship to the entirety of the cost of the maintenance of the Improvement. C. Only special benefits will be assessed on the Territory by the levy of the proposed annual assessments. SECTION 3: This legislative body hereby orders the annexation the Territory to the District, approves the financing of the maintenance of the Improvements from the proceeds of annual assessments to be levied against the Territory and approves and orders the levy of annual assessments against the Territory in amounts not to exceed the amounts set forth in Exhibit C. SECTION 4: All future proceedings of the District, including the levy of all assessments, shall be applicable to the Territory. PASSED, APPROVED, AND ADOPTED this 3rd day of June, 2020. Resolution No. 20 -XXX — Page 2 of 5 Page 69 Exhibit A Identification of the Owner and Description of the Property to be Annexed The Owner of the Property is: BENNETT, SCOT A The legal description of the Property is: PARCEL MAP 7689 PARCEL 2 Assessor's Parcels Numbers of the Property: 0225-122-84-0000 Resolution No. 20 -XXX — Page 3 of 5 Page 70 Exhibit B Description of the District Improvements Fiscal Year 2019/20 Street Light Maintenance District No. 1 (Arterial Streets): Street Light Maintenance District No. 1 (Arterial Streets) (the "Maintenance District") is used to fund the maintenance and/or installation of street lights and traffic signals located on arterial streets throughout the City. These sites consist of several non-contiguous areas throughout the City. The sites maintained by the district consist of street lights on arterial streets and traffic signals on arterial streets within the rights-of-way or designated easements of streets dedicated to the City. Proposed additions to the Improvements for Project Case No. DRC2018-00974: None Resolution No. 20 -XXX — Page 4 of 5 Page 71 Exhibit C Proposed Annual Assessment Fiscal Year 2019/20 Street Light Maintenance District No.1 (Arterial Streets): The rate per Equivalent Benefit Unit (EBU) is $17.77 for the fiscal year 2019/20. The following table summarizes the assessment rate for Street Light Maintenance District No.1 (Arterial Streets) for Case No. DRC2018-00974: Land Use Basis EBU Factor* Rate per EBU* Single Family Residential Parcel 1.00 $17.77 Multi -Family Residential Parcel 1.00 17.77 Non -Residential Acre 2.00 17.77 The proposed annual assessment for the property described in Exhibit A is as follows: 1 Parcel x 1 EBU Factor x $17.77 Rate per EBU = $17.77 Annual Assessment Resolution No. 20 -XXX — Page 5 of 5 Page 72 ATTACHMENT #4 RESOLUTION NO. 20 - XXX A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, ORDERING THE ANNEXATION OF CERTAIN TERRITORY TO STREET LIGHT MAINTENANCE DISTRICT NO. 7 (NORTH ETIWANDA) FOR CASE NO. DRC2018-00974 WHEREAS, the City Council of the City of Rancho Cucamonga, California, has previously formed a special maintenance district pursuant to the terms of the "Landscape and Lighting Act of 1972", being Division 15, Part 2 of the Streets and Highways Code of the State of California (the "Act", said special maintenance district known and designated as Street Light Maintenance District No. 7 (North Etiwanda) (the "District"); and WHEREAS, the provisions of Article 2 of Chapter 2 of the Act authorize the annexation of additional territory to the District; and WHEREAS, such provisions also provide that the requirement for the preparation of resolutions, and assessment engineer's report, notices of public hearing and the right of majority protest may be waived in writing with the written consent of all of the owners of property within the territory to be annexed; and WHEREAS, notwithstanding that such provisions of the Act related to the annexation of territory to the District, Article XIII D of the Constitution of the State of California ("Article XIII D") establishes certain procedural requirements for the authorization to levy assessments which apply to the levy of annual assessments for the District on the territory proposed to be annexed to such District; and WHEREAS, the owners of certain property described in Exhibit A attached hereto, and incorporated herein by this reference, have requested that such property (collectively, the "Territory") be annexed to the District in order to provide for the levy of annual assessments to finance the maintenance of certain improvements described in Exhibit B hereto (the "Improvements"); and WHEREAS, all of the owners of the Territory have filed with the City Clerk duly executed forms entitled "Consent And Waiver To Annexation Of Certain Real Property To A Maintenance District And Approval Of The Levy Of Assessments On Such Real Property" (the "Consent and Waiver"); and WHEREAS, by such Consent and Waiver, all of the owners of the Territory have expressly waived any and all of the procedural requirements as prescribed in the Act to the annexation of the Territory to the District and have expressly consented to the annexation of the Territory to the District; and WHEREAS, by such Consent and Waiver, all of the owners of the Territory have also expressly waived any and all of the procedural requirements as prescribed in the Act and/or Article XII I D applicable to the authorization to levy the proposed annual assessment against the Territory set forth in Exhibit B attached hereto and incorporated herein by this reference and have declared support for, consent to and approval of the authorization to levy such proposed annual assessment set forth in Exhibit C attached hereto; and WHEREAS, by such Consent and Waiver, all of the owners of the Territory have also expressly agreed for themselves, their heirs, successors and assigns that: (1) The proportionate special benefit derived by each parcel in the Territory from the District Improvements has been determined in relationship to the entirety of the maintenance and operation expenses of the Improvements; Resolution No. 20 -XXX — Page 1 of 5 Page 73 (2) The proposed annual assessment does not exceed the reasonable cost of the proportional special benefit from the Improvements conferred on each parcel in the Territory. (3) Only the special benefits derived or to be derived by each parcel in the Territory from the Improvements have been included in the proposed annual assessment. WHEREAS, at this time the City Council desires to order the annexation of the Territory to the District and to authorize the levy of annual assessments against the Territory in amounts not to exceed the amounts set forth in Exhibit C hereto. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA HEREBY RESOLVES AS FOLLOWS: SECTION 1: That the above recitals are true and correct. SECTION 2: The City Council hereby finds and determines that: a. The annual assessments proposed to be levied on each parcel in the Territory do not exceed the reasonable cost of the proportional special benefit conferred on each such parcel from the Improvements. b. The proportional special benefit derived by each parcel in the Territory from the Improvements has been determined in relationship to the entirety of the cost of the maintenance of the Improvement. C. Only special benefits will be assessed on the Territory by the levy of the proposed annual assessments. SECTION 3: This legislative body hereby orders the annexation the Territory to the District, approves the financing of the maintenance of the Improvements from the proceeds of annual assessments to be levied against the Territory and approves and orders the levy of annual assessments against the Territory in amounts not to exceed the amounts set forth in Exhibit C. SECTION 4: All future proceedings of the District, including the levy of all assessments, shall be applicable to the Territory. PASSED, APPROVED, AND ADOPTED this 3rd day of June, 2020. Resolution No. 20 -XXX — Page 2 of 5 Page 74 Exhibit A Identification of the Owner and Description of the Property to be Annexed The Owner of the Property is: BENNETT, SCOT A The legal description of the Property is: PARCEL MAP 7689 PARCEL 2 Assessor's Parcels Numbers of the Property: 0225-122-84-0000 Resolution No. 20 -XXX — Page 3 of 5 Page 75 Exhibit B Description of the District Improvements Fiscal Year 2019/20 Street Light Maintenance District No. 7 (North Etiwanda): Street Light Maintenance District No. 7 (North Etiwanda) (the "Maintenance District") is used to fund the maintenance and/or installation of street lights and traffic signals located on local streets in what is termed the North Etiwanda area of the City. Generally, this area encompasses the area of the City east of Day Creek Channel and north of Highland Avenue within the incorporated area of the City. The sites maintained by the district consist of street lights on local streets and traffic signals (or a portion thereof) on local streets within the North Etiwanda area. Proposed additions to the Improvements for Project Case No. DRC2018-00974 None Resolution No. 20 -XXX — Page 4 of 5 Page 76 Exhibit C Proposed Annual Assessment Fiscal Year 2019/20 Street Light Maintenance District No. 7 (North Etiwanda): The rate per Equivalent Benefit Unit (EBU) is $33.32 for the fiscal year 2019/20. The following table summarizes the assessment rate for Street Light Maintenance District No. 7 (North Etiwanda) for Case No. DRC2018-00974 Land Use Basis EBU Factor* Rate per EBU* Single Family Residential Unit 1.00 $33.32 Multi -Family Residential Unit 0.50 33.32 Non -Residential Acre 2.00 33.32 The proposed annual assessment for the property described in Exhibit A is as follows: 1 Parcels x 1 EBU Factor x $33.32 Rate per EBU = $33.32 Annual Assessment Resolution No. 20 -XXX — Page 5 of 5 Page 77 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Jason C. Welday, Director of Engineering Services/City Engineer Linda Ceballos, Environmental Programs Manager Ruth Cain, Procurement Manager SUBJECT: CONSIDERATION OF A THREE YEAR CONTRACT WITH ADVANCE CHEMICAL TRANSPORT, INC., IN THE TOTAL AMOUNT OF $54,000 FOR THE HOME -GENERATED SHARPS REMOVAL AND DISPOSAL SERVICES. RECOMMENDATION: Staff recommends the City Council approve and authorize the execution of a three year contract in the total amount of $54,000 ($18,000 per year) to Advance Chemical Transport, Inc. dba ACT Enviro for home -generated sharps removal and disposal services from Rancho Cucamonga Fire Protection District Stations. BACKGROUND: In 1997, Environmental Programs and the Fire Protection District partnered to offer Rancho Cucamonga residents the opportunity to safely dispose of home -generated sharps at no cost. The City's Sharps Collection Program was the first of it's kind in the County and has successfully collected over 23 tons of home -generated sharps for proper disposal. The California Health and Safety Code was amended in 2008, making it illegal to dispose of home -generated sharps in trash or recycling containers, and requires all sharps be transported in an approved container by the local enforcement authority. City of Rancho Cucamonga residents are provided a free sharps approved container to safely collect and store used home -generated sharps. Residents are then able to drop off the full sharps collection container at any fire station within the City and are provided an empty collection container for continued use. ANALYSIS: The scope of work will include but is not limited to: remove home -generated sharps from each fire station, and dispose of sharps at a State certified facility. The vendor is also responsible for providing the weight ticket documentation of the sharps for each station, so City is able to track waste and complete required annual reports. Environmental Programs provided specifications to the Procurement Division for the home -generated sharps removal and disposal services. The Procurement Division prepared and posted a formal Request for Bids (RFB) #20/21-100 for Home -Generated Sharps Removal and Disposal Services to the City's automated procurement system. which notified a total of two hundred fifty one (251) vendors, seventeen (17) prospective bidders downloaded the solicitation documents, and five (5) responses were received. Page 78 After analysis of the lowest and most responsive bid, it was determined to be in the City's best interest to award the Home -Generated Sharps Removal and Disposal Services agreement to Advanced Chemical Transport, Inc. The City has been provided all the required documentation, which include but not limited to, EPA identification number, motor carrier permit, and City of Rancho Cucamonga business license. All applicable solicitation documentation is on file in Planet Bids and can be accessed through the City's website at www.CityofRC.us. FISCAL IMPACT: First year funding of $18,000 has been budgeted in Fiscal Year 2020/21 from the Integrated waste fund (Fund 188). COUNCIL GOAL(S) ADDRESSED: This item supports a healthy and safe community by providing a safe disposal option for home - generated sharps. Page 79 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Jason C. Welday, Director of Engineering Services/City Engineer Gianfranco Laurie, Senior Civil Engineer Romeo M. David, Associate Engineer SUBJECT: CONSIDERATION OF A CONTRACT WITH HARDY AND HARPER, INC., IN AN AMOUNT OF $602,959, PLUS A 10% CONTINGENCY, AND AUTHORIZATION OF A BUDGET TRANSFER IN AN AMOUNT OF $114,030 FOR THE FISCAL YEAR 2019/20 LOCAL OVERLAY PAVEMENT REHABILITATION PROJECT. RECOMMENDATION: Staff recommends that the City Council: 1. Approve the plans and specifications for the Fiscal Year 2019/20 Local Street Pavement Rehabilitation Overlay of Various Streets Project (Project); 2. Accept the bids received for the Project; 3. Award and authorize the execution of a contract in the amount of $602,959; to the lowest responsive bidder Hardy and Harper, Inc., for the total bid; 4. Authorize the expenditure of a 10% contingency in the amount of $60,295; 5. Authorize a Purchase Order in the amount $55,878 to Aufbau Corporation for on-call construction inspection services; 6. Authorize a Purchase Order in the amount of $21,740 to Ninyo and Moore for on-call materials testing services; 7. Authorize a Purchase Order in the amount of $59,200 to Westland Group, Inc. for survey monuments restoration; and 8. Authorize a budget transfer in the amount of $114,030 from the account number 11743035650/1976174- 0 to account number 11743035650/1022174-0. BACKGROUND: The City of Rancho Cucamonga uses asphalt overlay as a paving method to apply a new layer of asphalt to deteriorating roadway surfaces. Instead of demolishing the old asphalt surface completely, asphalt overlay project will use the existing layers as a base for the new asphalt pavement. An asphalt overlay project extends the life of the pavement an additional 8 to 15 years. Engineering staff used its Pavement Management System (PMS) to determine the list of neighborhood streets to be resurfaced. PMS is a planning tool that analyzes existing pavement conditions and identifies good, fair, poor conditions. A vicinity map illustrating the various locations for asphalt overlay is included as Attachment 1. Page 80 ANALYSIS: The scope of work consists of weed kill, routing and crack sealing, asphalt concrete overlay, adjusting existing manholes and valves to new grade, restriping and installation of pavement markings. The contract documents call for thirty (30) working days to complete this construction. The Notice Inviting Bids was released to the general contracting community and was published in the Daily Bulletin on May 5 and May 12, 2020. The City Clerk's Office facilitated the formal solicitation for bidding the project. On May 19, 2020, the City Clerk office received six (6) construction bids. The Engineer's estimate for the project was $650,000. The apparent low bidder Hardy and Harper, Inc., submitted a bid in the amount of $602,959. A full bid summary is included as Attachment 2. The Engineering staff has reviewed all bids received and found all to be complete and in accordance with the bid requirements with any irregularities to be inconsequential. Staff has completed the required background investigation and finds the lowest responsive bidder Hardy and Harper, Inc. meets the requirements of the bid documents. Environmental Staff has determined that the project is Categorically Exempt per Section 15301 "Existing Facilities" subsection (c), Class 1 of the California Environmental Quality (CEQA). FISCAL IMPACT: Anticipated construction costs are estimated to be as follows: Expenditure Category Amount Construction Contract $602,959 Construction Contract Contingency (10%) $60,295 Construction Inspection Services $55,877 Construction Materials testing $21,740 Construction Survey Services $59,200 Estimated Construction Costs $800,071 A total of $1,900,000 has been budgeted in Fiscal Year 2019/20 from the Measure I (Fund 176), Measure I (Fund 177), and the Road Maintenance and Rehabilitation Account (Fund 179) for local overlay and slurry seal street resurfacing projects. However, a portion of the RMRA funds and Measure I funds has been used for the ADA access ramp project and slurry seal project. Additionally, the budget has been further reduced due to COVID-19 revenue impacts, therefore, an amount of $686,046 is available today for the asphalt overlay project. Total funds for this project, all of which are identified under Capital Improvement Project Account No.'s in the amounts listed below: Account No. Funding Source Description Amount 11773035650/1022177-0 Measure I Fund (177) Local Street Rehab $386,046 11793035650/1022179-0 RMRA Fund (179) Local Street rehab $300,000 Total Project Funding $686,046 A deficit of $114,030 exists and must be funded in order to proceed with the construction. Since the Hermosa Avenue Street Widening Project has been postponed for a date to be determined, an amount of $250,000 from the Gas Tax R&T 7360 Fund (Fund 174) is available to use for this project. A budget transfer from account number 11743035650/1976174-0 Hermosa Avenue Widening Project to Page 81 the following project account is required to cover the anticipated construction costs. Account No. Funding Source Description Amount 11743035650/1022174-0 Gas Tax R & T 7 3 6 0 (174) Local Street Rehab $114,030 Total Budget Transfer $114,030 COUNCIL GOAL(S) ADDRESSED: This item addresses the City Council's vision for the City by ensuring the construction of high quality public improvements that promote a world class community. ATTACHMENTS: Description Attachment 1 - Vicinity Map Attachment 2 - Bid Summary Page 82 ATTACHMENT 1 P ROJ ECT# 800-2020-02 Vicinity Map NOT TO SCALE l e fr r�I �■ I plmo-nd St peer Creek I ` CHoonel Hillside Rd Hlllslde Rd 4 I ' Creyy� } r ,N;t5on Ave I WlPson Ave Thero-eq}�pred`' y Cha ffey ■ College Schaol Banyan St Banyan St 13�anyvj5t ' M catch n Ave Lemon Ave linta9 4r vin > 8usin r n Cdr ¢ �! n Alta Loma C+r C Alla Loma �' n • d us + 0 rt Victoria Sr Grapeiand > Etiwanda 4 m m D 4 c Upland Hills ` ° `m w m Country Club Base Line Rd n a a a t . r w w o ro 'f.� C c E Gth St _ tJ m 15 f s $ a Rancho Q ; a Cucamonga .VI row Hwy y { Arrow Rte Arrow Rte 1 { a M I ro „ 2 m 9th St m 10 North jersey Blvd Whittratn Ave u Kaiser E 8th ?f .. .. 8th st Cucamonga st �f►gda5t E 7th St y a i z ❑ 16 E 6th St ° 1 < 6th St I ° o mIV F E � � v � E dth�5t rn .. r . . + yt . .. d*OtF■614 9t• 4 San Bernardino Ave Project Site A Page 83 ATTACHMENT 2 BID SUMMARY FOR BID OPENING MAY 19, 2020 FISCAL YEAR 2019/20 LOCAL OVERLAY PAVEMENT REHABILITATION ENGINEER'S ESTIMATE APPARENT LOW BIDDER Hardy and Harper, Inc. 2 Gentry Brothers, Inc. AB American 3 Asphalt 4 The R.J. Noble Company Vance 5 Corporation 6 Onyx Paving Company. Inc. NO BASE BID QTY UNIT DESCRIPTION UNIT COST BID AMOUNT UNIT COST BID AMOUNT UNIT COST BID AMOUNT UNIT COST BID AMOUNT UNIT COST BID AMOUNT UNIT COST BID AMOUNT UNIT COST BID AMOUNT 1 1 LS Mobilization $9,807.00 $9,807.00 $14,000.00 $14,000.00 $30,000.00 $30,000.00 $19,005.90 $19,005.90 $28,000.00 $28,000.00 $72,700.00 $72,700.00 $37,403.08 $37,403.08 2 6,040 TONS 0.10' Asphalt Concrete Overlay (Including Pavement Preparation) $80.00 $483,200.00 $67.73 $409,089.20 $65.00 $392,600.00 $78.00 $471,120.00 $82.00 $495,280.00 $70.00 $422,800.00 $80.80 $488,032.00 3 31,786 BY Cold Plane per Detail $1.90 $60,393.40 $2.00 $63,572.00 $3.00 $95,358.00 $2.35 $74,697.10 $2.20 $69,929.20 $3.00 $95,358.00 $2.22 $70,564.92 4 69 EA Adjust Manhole Cover (SD, Sewer, etc.) to Grade $500.00 $34,500.00 $470.00 $32,430.00 $500.00 $34,500.00 $480.00 $33,120.00 $350.00 $24,150.00 $1,000.00 $69,000.00 $500.00 $34,500.00 5 3 EA Adjust Sewer -Clean -Out to Grade, Complete in place $400.00 $1,200.00 $470.00 $1,410.00 $400.00 $1,200.00 $370.00 $1,110.00 $350.00 $1,050.00 $843.00 $2,529.00 $500.00 $1,500.00 6 60 EA Adjust Water Valve and Gas Valve Covers to Grade $125.00 $7,500.00 $100.00 $6,000.00 $75.00 $4,500.00 $370.00 $22,200.00 $100.00 $6,000.00 $140.00 $8,400.00 $200.00 $12,000.00 7 24 EA Adjust Water Valves Including Frame and Cover to Grade $400.00 $9,600.00 $150.00 $3,600.00 $300.00 $7,200.00 $370.00 $8,880.00 $425.00 $10,200.00 $240.00 $5,760.00 $500.00 $12,000.00 8 12 EA I Adjust Water Meter to Grade (CV WD will supply new box if damaged) $400.00 $4,800.00 $100.00 $1,200.00 $225.00 $2,700.00 $350.00 $4,200.00 $350.00 $4,200.00 $340.00 $4,080.00 $500.00 $6,000.00 9 1 Re -Striping, Markings and Pavement Markers per City Std Dwg No. 133 (All Legends, Symbols, Limit Lines and Crosswalks Shall be LS Thermoplastic) $14,000.00 $14,000.00 $12,547.00 $12,547.00 $14,000.00 $14,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $12,000.00 $19,000.00 $19,000.00 10 1 LS Traffic Control $25,000.00 $25,000.00 $59,110.00 $59,110.00 $34,373.20 $34,373.20 $13,000.00 $13,000.00 $9,000.00 $9,000.00 $35,100.00 $35,100.00 $96,000.00 $96,000.00 TOTAL BID AMOUNT: $650,000.40 $602,958.20 $616,431.20 $659,333.00 $659,809.20 $727,727.00 $777,000.00 Page 84 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Jason C. Welday, Director of Engineering Services/City Engineer Gianfranco Laurie, Senior Civil Engineer Romeo M. David, Associate Engineer SUBJECT: CONSIDERATION OF A CONTRACT WITH GENTRY BROTHER'S, INC., IN AN AMOUNT OF $856,368, PLUS A 5% CONTINGENCY, AND AUTHORIZATION OF AN APPROPRIATION IN AN AMOUNT OF $186,530 FOR THE FISCAL YEAR 2019/20 MAJOR ARTERIAL PAVEMENT REHABILITATION AT HIGHLAND AVENUE AND HERMOSA AVENUE PROJECT. RECOMMENDATION: Staff recommends that the City Council: 1. Approve the plans and specifications for the Fiscal Year 2019/20 Major Arterial Pavement Rehabilitation at Highland Avenue and Hermosa Avenue; 2. Accept the bids received for the for the Fiscal Year 2019/20 Major Arterial Pavement Rehabilitation at Highland Avenue and Hermosa Avenue Project; 3. Award and authorize the execution of a contract in the amount of $856,368; to the lowest responsive bidder Gentry Brother's, Inc., for the Total Base Bid Schedules; 4. Authorize the expenditure of a 5% contingency in the amount of $42,818; 5. Authorize a Purchase Order in the amount $52,800 to Onward Engineering for on-call construction inspection services; 6. Authorize a Purchase Order in the amount of $20,846 to SCST for on-call materials testing services; 7. Authorize a Purchase Order in the amount of $79,696 to Towill, Inc., for survey monuments restoration; and 8. Authorize an appropriation in the amount of $186,530 from the Road Maintenance and Rehabilitation Account (RMRA) (Fund 179) fund balance. BACKGROUND: Existing asphalt pavement conditions for two roadway segments: 1. Highland Avenue from Archibald Avenue to Haven Avenue; and 2. Hermosa Avenue from Banyan Street to Wilson Avenue Page 85 Have deteriorated to the point that resurfacing is required to extend the life of pavement and improve rideability. Each major resurfacing project has been included in the Capital Improvement Program budget for this Fiscal Year 2019/20. A Vicinity Map illustrating the limits of two major arterial resurfacing projects is included as Attachment 1. ANALYSIS: The scope of work consists of weed kill, routing and crack sealing, cold milling, asphalt rubber hot mix overlay, handicap ramp upgrades, adjusting existing manholes and valves to new grade, restriping and installation of pavement markings. The contract documents call for sixty (60) working days to complete this construction. The Notice Inviting Bids was released to the general contracting community and was published in the Daily Bulletin on May 5 and May 12, 2020. The City Clerk's Office facilitated the formal solicitation for bidding the project. On May 19, 2020, the City Clerk's office received five (5) construction bids. The Engineer's estimate for the total project was $1,010,00. This included two additive bid schedules for the installation of video detection systems and green bike lanes. Due to budget constraints, staff has decided to exclude the two additive bid schedules from the contract award thus reducing the scope of work to the Base Bid estimated at $900,811. The apparent low bidder Gentry Brother's, Inc., submitted a Base Bid in the amount of $856,368. A full bid summary is included as Attachment 2. The Engineering staff has reviewed all bids received and found all to be complete and in accordance with the bid requirements with any irregularities to be inconsequential. Staff has completed the required background investigation and finds the lowest responsive bidder Gentry Brother's, Inc., meets the requirements of the bid documents. Environmental: Staff has determined that the project is Categorically Exempt per Section 15301 "Existing Facilities" subsection (c), Class 1 of the categorically Environmental Quality Act (CEQA). FISCAL IMPACT: Anticipated construction costs are estimated to be as follows: Expenditure Category Amount Construction Contract $856,368 Construction Contract Contingency (5%) $42,818 Construction Inspection Services $52,800 Construction Materials Testing $20,846 Construction Survey Services $79,696 Estimated Construction Costs $1,052,528 A total of $866,000 has been budgeted in Fiscal Year 2019/20 from the RMRA (Fund 179) of which is identified under Capital Improvement Project Account No's. Funding for this project is available in the Fiscal 2019/20 Budget in the following: Account No. Funding Source Description Amount 11793035650/1960179-0 RMRA Fund (179) Highland Avenue Rahab $600,000 11793035650/1815179-0 RMRA Fund (179) Hermosa Avenue Rehab $266,000 Total Project Funding $866,000 A deficit of $186,528 exists and must be funded in order to proceed with construction. Sufficient funding is available in the RMRA fund balance for this project. An appropriation in the amount of $186,530 from Page 86 the RMRA (Fund 179) fund balance into the following project account number is required to cover the anticipated construction costs. Account No. Funding Source Description Amount 11793035650/1815179-0 RMRA Fund (179) Hermosa Avenue Rehab $186,530 Total Project Appropriation $186,530 COUNCIL GOAL(S) ADDRESSED: This item addresses the City Council's vision for the City by ensuring the construction of high quality public improvements that promote a world class community. ATTACHMENTS: Description Attachment 1 - Vicinity Map Attachment 2 - Bid Summary Page 87 ATTACHMENT 1 PROJECT# 800-2017-11 Vicinity Map NOT TO SCALE 1IT 7 l W+ e fr r�I fD • S / 3 3 ►� • plmOnd St beer Creek 1 ` Channel I I } Hillside Rd Hlllslde Rd [4+Ilside Rff 4 y I ' Creyy� } r ydil5on Ave I WiPson Ave n �•�; ' Thero-eq}�pred`' y Chaffey • College Schao l • x Il Banyan St Banyan St 13anyvj5t M Catch + •• Lemon Ave r vin 8as1n n �Or d + n Alta Loma Of • Alta Loma ++ n � e * 0 rt Victoria 5[ Grapeland > Etiwanda S 4 m m " D 4 � 2 c Upland Hills m "�. ° ` �w m Country Club I Base Line Rd n a a a t d i w •w w C c E Gth St y A I t _ tJ m 15 f s fZdfl{M9 Q C' a ° Cu�arriongarb rq row Hwy y { Arrow Rte Arrow Rte 1 { a ro I 2 m 9th St m 10 North jersey Blvd Whittraln Ave u Kaiser E Uth?f • 8th st Cucarnanga I st �f►gda5t E 7th St y z ❑ 16 E 6th St w 1 < 6th St I ° ° mIV ■• F E � � v � E dth�5t rn • . . . —".9t . .. d*Ot Fw11" 9t• 4 San Bernardino Ave Project Site A Page 88 ATTACHMENT 2 TOTAL BASE BID SCHEDULE (HIGHLAND AVENUEI AMOUNT $ 61a,a52.00 CORRECTNO t 666,60i.6O CORRECTNO t 6ii,a0o.oO Co." t 6aa,ia2.00 $ 697,589.50 $ 915,772.10 Page 89 am Sutd-FOR am OPE GMAY 19,2020 APPARENT LOW BIDDER 2 3 / 5 PISCALYEAR2019-20MAJ0RART m-PAVEMENSRmIADD.IAr NATHIGHLANDAVF 11-DHERMOSA AVENUE BNOmms BSTDdATB Gevt Brotber'a, Inc. Rardy vvdH Inc. Wer, 6e Iva 9ue1 Covtractors, WNoble AD AmerlcavN bvlt p BAS& Sm BCHBDUI.B (HIOHW AWNUB) UNIT UNIT BID UNIT BID UNIT Bm UNIT BID UNIT BID NO QTY UN. DESCRWT[ON CONT AMOUNT CONT AMOUNT CONT AMOUNT CONT AMOUNT CONT AMOUNT CORP AMOUNT 1 1 LS Mobilization $30,000.00$ 30 000.00 $ 25,000.00 $ 25,000.00 $ 24,484.00 $ 24,484.00 $ 10 000.00 $ 10'000.00 $ 27 000.00 $ 27 000.00 $74,000.00 $ 74 000.00 2 8 FA Remove existing Tree including the roots Size 14•to 23"Diam. 00 $1,0.00 $ 9000.00 $ 1300.00 $ 10400.00 $ 2000.00 $ 16000.00 $ 1000.00 $ 8000.00 $ 1600.00 $ 12800.00 $1,330.00 $ 10610.00 3 7320 SY Variable Cold Plane (0.00'to 0.12') $2.00 $ 14,640.00 $ 3.50 $ 25.620.00 $ 2.15 $ 15.738.00 $ 2.00 $ 14,610.00 $ 3.00 $ 21,960.00 $2.09 $ 15,298.80 4 2250 SF Removal Existing AC and Berm $2.50 $ 5.625.00 $ 1.50 $ 3.375.00 $ 4.00 $ 9.000.00 $ 2.00 $ 4,500.00 $ 1.00 $ 2,250.00 $2.70 $ 6,W&GG 5 710 SF Transition Pavement AC Cold Mix includino removal of transition $5.00 $ 3,550.00 1 $ 1.50 $ 1,065.00 $ 2.00 $ 1,420.00 $ 2.00 $ 1 420.00 $ 6.50 $ a 615.00 $1.00 $ 710.00 6 149 TON Construct AC Pavement $120.00 $ 17 880.00 $ 65.00 $ 9,685.00 $ 265.00 $ 39 485.00 $ 120.00 $ 17 880.00 $ 162.00 $ 24 138.00 $115.00 $ 17 135.00 7 1910 TON Ovedav 0.12 ARHM-GG including crack seal and rock dust $88.00 $ 168.080.00 $ 85.00 $ 162.350.00 $ 105.00 $ 200.550.00 $ 105.00 $ 200,550.00 $ 92.50 $ 176,675.00 $104.00 $ 198,64o.00 8 635 LF Construct 8" Curb and 24" Gutter per City Std. 104 $35.00 $ 22.225.00 $ 60.00 $ 38.100.00 $ 49.00 1 $ 31.115.00 $ 60.00 1 $ 38,100.00 $ 61.00 $ 40,610.00 1 $56.30 $ 35,750.50 Construct 4" PCC Sidewalk including removal of existing, self leveling course and 9 4437 SF AC/PCC Grind $7.01) $ 31 059.00 $ 8.00 $ 35 496.00 $ 8.00 $ 35 496.00 $ 9.00 $ 39,93 .00 $ 10.50 $ 46,58&5D $9.00 $ 39'933.00 10 46 LF Construct Limited Access Curb per City Std. Plan 10SC/SP $30.00 $ 1.380.00 $ 35.00 $ 1.610.00 $ 49.00 $ 2.254.00 $ 40.00 $ 1,840.00 $ 80.00 $ 3.680.00 $90.00 $ 4.140.00 11 1620 SF Construct PCC Spandrel per City Std.106-A $20.00 $ 32.400.00 $ 12.00 $ 19.440.00 $ 17.00 $ 27.540.00 $ 14.00 $ 22,680.00 $ 40.00 $ 61,800.00 $31.00 $ 50,220.00 12 21 FA Construct PCC Access Ramp including Truncated Dome, Per Plan and Specifications $6.500.00 $ 136.500.00 $ 4.000.00 $ 84,000.00 $ 3.500.00 $ 73,500.00 $ 4.800.00 $ 100,800.00 $ 5,000.00 $ 105,000.00 $9.683.00 $ 203343.00 13 60 LF Construct Retaininq Curb (c 10088 Highland Ave. $23.00 $ 1.380.00 $ 40.00 $ 2.400.00 $ 49.00 $ 2.940.00 $ 35.00 $ 2,100.00 $ 55.25 $ 3315.00 $39.00 $ 2340.00 14 312 SF Construct 6" Thick Driveway per City Std. 101, Type R-2 $14.00 $ 4.368.00 $ 9.00 $ 2.808.00 $ 14.00 $ 4.368.00 $ 9.00 $ 2,808.00 $ 10.50 $ 3,276.00 $14.40 $ 4,492.80 15 1 EA Conctruct Local Depression per City Std. 307 $1.000.00 $ 1.000.00 $ 600.00 $ 600.00 $ 3.000.00 $ 3,000.00 $ 1.000.00 $ 1,000.00 $ 1,600.00 $ 1,600.00 $1.886.00 $ 1,886.00 16 82 SF Install ROCkscspe per City Std. 542 $50.00 $ 4.100.00 $ 12.00 $ 984.00 $ 40.00 $ 3.280.00 $ 15.00 $ 1,230.00 $ 63.00 $ 5,166.00 $63.50 $ 5,207.00 nstruct 4" Decomposed Granite per City Std. 1001, Including Dirt Removal and 17 132 1 CY I Gradin $150.00 $ 19 800.00 $ 200.00 $ 26 400.00 $ 335.00 $ 44 220.00 $ 180.00 $ 23 760.00 $ 355.00 1 $ 46 860.00 $321.00 $ 42 372.00 18 23 FA Adiust Water Valve Box and Cover to Finish Grade $150.00 $ 3.450.00 $ 50.00 $ 1.150.00 $ 400.00 $ 9,200.00 $ 700.00 $ 16100.00 $ 160.00 $ 3,680.00 $533.00 $ 12,259.00 19 12 FA Adiust Sewer Manhole Frame and Cover to Finish Grade $500.00 $ 6.000.00 $ 500.00 $ 6.000.00 $ 500.00 $ 6.000.00 $ 1.000.00 $ 12,000.00 $ 730.00 $ 8,760.00 $1.072.00 $ 12,861.00 2D 1 FA Adiust Sewer Clean Out Frame and Cover to Grade $500.00 $ 500.00 $ 400.00 $ 400.00 $ 500.00 $ 500.00 $ 950.00 $ 950.00 $ 730.00 $ 730.00 $1.225.00 $ 1,225.00 21 6 FA Adiust Storm Drain Manhole Frame and Cover to Grade $500.00 $ 3.000.00 $ 500.00 $ 3.000.00 $ 500.00 $ 3.000.00 $ 1.000.00 $ 6,000.00 $ 730.00 $ 4380.00 $1.021.00 $ 6126.00 22 14 FA Adiust Pull Box Cover to Grade $200.00 $ 2.800.00 $ 550.00 $ 7.700.00 $ 750.00 $ 10.500.00 $ 200.00 $ 2,800.00 $ 160.00 $ 2,240.00 $531.00 $ 7,434.00 23 2 FA Adiust Inlgalion Box and Cover to Finish Grade $100.00 $ 200.00 $ 125.00 $ 250.00 $ 250.00 $ 500.00 $ 200.00 $ 400.00 $ 950.00 $ 1,900.00 1 $213.00 $ 426.00 24 4 FA Replace In igation Box with naw 1 -SP and adlust to oracle $200.00 $ 800.00 $ 650.00 $ 2.600.00 $ 400.00 $ 1.600.00 $ 600.00 $ 2,400.00 $ 990.00 $ 3,960.00 $372.00 $ 1,488.00 25 2 FA Replace Irrigation Box with naw 1 PB and adlust to qrade $250.00 $ 500.00 $ 650.00 $ 1.300.00 $ 550.00 $ 1.100.00 $ 600.00 $ 1,200.00 $ 950.00 $ 1,900.00 $532.00 $ 1,061.00 26 14 1 EA I Relocate Sion $125.00 $ 1.750.00 $ 100.00 $ 1.400.00 $ 75.00 $ 1.050.00 $ 100.00 $ 1,400.00 $ 270.00 $ 3,780.00 $80.00 $ 1,120.00 27 1 FA Relocate Mailbox $150.00 $ 150.00 $ 300.00 $ 300.00 $ 600.00 $ 600.00 $ 200.00 $ 200.00 $ 60.00 $ 60.00 $2.560.00 $ 2,560.00 28 1 FA Install con. valve box for "T" drip per plan $150.00 $ 150.00 11$ 900.00 $ 900.00 $ 2.000.00 $ 2.000.00 $ 600.00 $ 600.00 $ 600.00 $ 600.00 $372.00 $ 372.00 29 70 LF Install 3" PVC Sleave $7.00 $ 490.00 $ 33.00 $ 2.310.00 $ 70.00 $ 4.900.00 $ 60.00 $ 4,200.00 $ 9.00 $ 630.00 $70.00 $ 4,900.00 30 3 FA Install 15 Gal Tree per City Std. 502 $500.00 $ 1.500.00 $ 250.00 $ 750.00 $ 550.00 $ 1.650.00 $ 600.00 $ 1,800.00 $ 420.00 $ 1,260.00 $532.00 $ 1,596.00 31 6 FA Purchase 15 Gal Coast Live Oak Tree and delivered to City Yard $400.00 $ 2.400.00 $ 150.00 $ 900.00 $ 200.00 $ 1.200.00 $ 300.00 $ 1,800.00 $ 475.00 $ 2,850.00 $160.00 $ 960.00 32 3 FA Install 15 Gal Shrub t0 match existing $100.00 $ 300.00 $ 120.00 $ 360.00 $ 500.00 $ 1.500.00 $ 200.00 $ 600.00 $ 375.00 $ 1,125.00 $479.00 $ 1,437.00 33 1 LS Restore Landscape and Irrigation Svslem $1.000.00 $ 1.000.00 $ 5.000.00 $ 5,000.00 $ 40.000.00 $ 40,000.00 $ 4.000.00 $ 4,000.00 $ 13,500.00 $ 13,500.00 $42.000.00 $ 42,000.00 and Salvage existing sign/post to City Yard 34Remove 12 FA $125.00 $ 1.500.00 $ 14.00 $ 168.00 $ 30.00 $ 360.00 $ 50.00 $ 600.00 $ 53.00 $ 636.00 $54.00 $ 618.00 New Pedestrian Push Button on New Pole per Caltrans Std. ES -5C and ES -7A 35Install 1 FA $3.000.00 $ 3.000.00 $ 3.300.00 $ 3.300.00 $ 4.400.00 $ 4,400.00 $ 3.500.00 $ 3.500.00 $ 4.400.00 $ 4.400.00 $3.200.00 $ 3.200.00 Pedestrian Push Button and Pole on New Foundation per Caltrans Std. ES -7A 36Relocate 1 FA $1.000.00 $ 1.000.00 $ 3.300.00 $ 3.300.00 $ 4.400.00 $ 4,400.00 $ 3.500.00 $ 3,500.00 $ 4,400.00 $ 4.400.00 $3.200.00 $ 3,200.00 Traffic Sign and Post per City Std 401 S7Install 17 FA $300.00 $ 5.100.00 $ 300.00 $ 5.100.00 $ 250.00 $ 4.250.00 $ 250.00 $ 4,250.00 $ 320.00 $ 5,440.00 $304.00 $ 5,168.00 38 17 FA Install Traffic Sign on existing Street Llght/Posl $175.00 $ 2.975.00 $ 150.00 1 $ 2.550.00 $ 100.00 $ 1.700.00 $ 100.00 $ 1,700.00 1 $ 215.00 1 $ 3,655.00 1 $149.00 1 $ 2,533.00 39 1 LS Install Traffic Stripinq par SUipinq Plan $35.000.00 $ 35,000.00 $ 29.000.00 $ 29,000.00 $ 25.000.00 $ 25,000.00 $ 27.000.00 $ 27,000.00 $ 29,000.00 $ 29,000.00 $28.000.00 $ 28,000.00 40 1 LS Traffic Control $30.000.00 $ 30,000.00 $ 54.336.60 $ 54,336.60 $ 10,000.00 $ 10,000.00 $ 51.000.00 $ 51,000.00 $ 2,300.00 $ 2,300.00 $56.800.00 $ 56,800.00 41 13 FA Install LOOP Detectors $500.00 Is 6.500.00 $ 300.00 $ 3.900.00 $ 400.00 $ 5,200.00 $ 300.00 $ 3,900.00 $ 380.00 $ 4,940.00 $293.00 $ 3,809.00 42 2 FA Install Construction Notification Sign 1 $1,200.00 1 $ 2,400.00 $ 600.00 $ 1,200.00 1 $ 1,200.00 $ 2,400.00 $ 800.00 $ 1,6G0.00 $ 550.00 $ 1'100.00 $1,200.00 $ z 400.00 TOTAL BASE BID SCHEDULE (HIGHLAND AVENUEI AMOUNT $ 61a,a52.00 CORRECTNO t 666,60i.6O CORRECTNO t 6ii,a0o.oO Co." t 6aa,ia2.00 $ 697,589.50 $ 915,772.10 Page 89 Bm SUMMARY FOR Bm OPENING MAY 19, 2020 APPARENT LOW BIDDER 2 3 / 5 FISCALYEAR2019-20 MAJOR ARTERIAL PAVEMENT REHABILIATION AT HIGHLAND AVEN[IE AND HERMOBA Gentry ar t"r'a, 1vc. M dy and Hvrper, Inc. sequel Covtrvctors, Iva W Nob4 All Amerlcav Avpbvlt AVENUE RNOD2HBR'S BSTDDITB BASH Hm W11311 B (HERMOSA AWNUH) NO QTY UBIT D UNIT COST AMOUNT UNIT COST BID AMOUNIr UBIT COST BID AMOUNIr UBIT COST Bm AMOUNT UBIT COST BID AMOU= UNIT COST BID AMOU= 1 1 LS Mobilization $14,300.00 $ 14,300 $ 10 000.00 $ 10 000.00 $ 8 657.00 $ 8,6 57.00 $ 10 000.00 $ 10 000.00 $ 25,0000 $ 25 000.00 $24,734.00 $ 24 734.00 2 4259 BY Variable Cold Plane (0.00'to 0.12') $2.00 $ 8.518.00 $ 3.50 $ 14. 6.50 $ 2.50 $ 10.647.50 $ 2.00 $ 8,518.00 $ 4.15 $ 17,674.85 $2.30 $ 9,795.70 3 629 BY Variable Cold Plane (0.17'to 0.211 $3.00 $ 1.887.00 $ 3.50 $ 2.201.50 $ 2.50 $ 1.572.50 $ 2.00 $ 1,258.00 $ 4.15 $ 2,610.35 $2.75 $ 1,729.75 4 1544 BY 0.17 Cold Plane $2.60 $ 4.014.40 $ 3.50 $ 5,404.00 $ 2.50 $ 3.860.00 $ 2.00 $ 3,088.00 $ 4.15 $ 6,407.60 $2.68 $ 4,137.92 5 220 TN 0.09' TO OA T AC Pavement $120.00 $ 26 400.00 $ 65.00 $ 14,300.00 $ 140.00 $ 30 800.00 $ 85.00 $ 18 700.00 $ 100.00 $ 22 000.00 $96.27 $ 21 179.40 6 628 LS Transition Pavement AC Cold Mix including removal of transition $5.00 $ 3,140.00 $ 1.50 $ 942.00 $ 2.00 $ 1'256.00 $ 2.00 $ 1 256.00 $ 7.60 $ 4,772.80 $1.00 $ 628.00 7 1210 TN Ovedav 0.12 ARHM-GG including crack seal and rock dust $88.00 $ 106,480.00 $ 85.00 $ 102,850.00 $ 105.00 $ 127,050.00 $ 105.00 $ 127.050.00 $ 103.00 $ 124.630.00 $100.00 $ 121,000.00 8 5 EA Construct PCC Access Ramp including Truncated Domes Per Plans and Specifications $6.500.00 $ 32.500.00 $ 4.000.00 $ 20,000.00 $ 3.500.00 $ 17,500.00 $ 4.800.00 $ 24,000.00 $ 5,000.00 $ 25,000.00 $9.684.00 $ HIA20.00 9 1306 1 SF Construct PCC Spandrel per City S1d.106-A $20.00 $ 26.160.00 1 $ 12.00 $ 15.696.00 $ 17.00 $ 22,236.00 $ 14.00 $ 18,312.00 $ 41.00 $ 53,628.00 $31.00 $ 40,548.00 10 274 SF Install ROckscape per City Std. 542 $50.00 $ 13.700.00 $ 12.00 $ 3,288.00 $ 40.00 $ 10,960.00 $ 15.00 $ 4,110.00 $ 43.00 $ 11,782.00 $20.00 $ 5,480.00 11 24 LF Construct 6" Curb r Cil Sld, 104 $25.00 $ 600.00 $ 50.00 $ 1,200.00 $ 49.00 $ 1,176.00 $ 60.00 $ 1440.00 $ 60.00 $ 1 440.00 $59.00 $ 1,416.00 12 19 EA AdlUal Valve Box Cover to Finish Grade $150.00 $ 2.850.00 $ 75.00 $ 1,425.00 $ 400.00 $ 7,600.00 $ 700.00 $ 13.300.00 $ 160.00 $ 3.040.00 $546.00 $ 10.412.00 13 17 EA Adiust Sewer Manhole Frame and Cover to Finish Grade $500.00 $ 8.500.00 $ 500.00 $ 8.500.00 $ 500.00 $ 8.500.00 $ 1.000.00 $ 17,000.o0 $ 1,250.00 $ 21,250.00 $1.081.00 $ 18377.00 14 1 EA Reconstruct 9" Drain Cleanout per CVWD Std. 207 $500.00 $ 500.00 $ 500.00 $ 500.00 $ 3,500.00 $ 3,500.00 $ 1.000.00 $ 1,000.00 $ 550.00 $ 550.00 $3.759.00 $ 3,759.00 15 5 EA Remove and Salvage e)dsting sign/post to City Yard $125.00 $ 625.00 $ 5500$ 275.00 $ 30.00 $ 150.00 $ 50.00 $ 250.00 $ 5500 $ 27590 $54.00 $ 270.00 16 14 EA Install Traffic Sign and Post per City Std 401 $300.00 $ 4.200.00 $ 300.00 $ 4,200.00 $ 250.00 $ 3,500.00 $ 250.00 $ 3,500.00 $ 320.00 $ 4,480.00 $304.00 $ 4,256.00 17 12 EA Install Traffic Sign on existinq Street Llght/Posl $175.00 $ 2.100.00 $ 150.00 $ 1,800.00 $ 100.00 $ 1,200.00 $ 100.00 $ 1,200.00 $ 21500 $ 2,580.00 $149.00 $ 1,788.00 18 1 EA Relocate existinq Sign $125.00 $ 125.00 1 $ 100.00 $ 100.00 $ 75.00 $ 75.00 $ 100.00 $ 100.00 $ 240.00 $ 240.00 $84.00 $ 84.00 19 36 LS Paint Curb with Red or Yellow Color t0 match exisfinq $10.00 $ 360.00 $ 5.50 $ 198.00 $ 10.00 $ 360.00 $ 2.00 $ 72.00 $ 5.30 $ 190.80 $6.00 $ 216.00 20 1 LS Install Traffic Stripinq per Stripinq Plan $17.000.00 $ 17.000.00 $ 20.000.00 $ 20,000.00 $ 17,000.00 $ 17,000.00 $ 18.000.00 $ 18,000.00 $ 14,000.00 $ 14,000.00 $19.600.00 $ 19,600.00 21 1 LS Traffic Control $10.000.00 $ 10.000.00 $ 40.875.00 $ 40,875.00 $ 5.000.00 $ 5,000.00 $ 38.850.00 $ 38,850.00 $ 3,200.00 $ 3,200.00 $18.900.00 $ 18,900.00 22 2 EA Install Construction Notification Sign $1,200.00 $ 2,400.00 $ 600.00 $ 1 200.00 $ 1 200.00 $ 2,400.00 $ 800.00 $ 1600.00 $ 550.00 $ 1!12 $1,200.00 $ 2,400.00 TOTAL BASE BID SCHEDULE (HERMOSA AVENUE AVENUE) AMOUNT $ 286.359.00 $ 269.861.00 $ 285.000.00 $ 312.604.00 $ 345.851.40 $ 359,130.77 BID $ 858,969.45 BID $ 359,122.17 TOTAL BASE BID SCHEDULE (HIGHLAND AVENUE + HERMOSA AVENUE AVENUE) AMOUNT $ 900,811.40 CORRECTED $ 866.368.60 $ 962,400.00 $ 957,345.00 $ 1.043.440.90 $ 1,274,902.87 NO QTY UNFIDE5CRWT10N OBIT CONT AMOUNT OBIT COST BID AMOUNT UXIT CONT BID AMOUNT UXIT COST Hm AMOUNT UXIT COST BID AMOUNT UNIT COST BID AMOUNT A 2 INSTALL VIDEO DETECTION SYSTEM IN LIEU OF BID ITEM #41: "INSTALL LOOP EA DETECTORS" $ ao 000.00 $ 80 000.00 $ 43,550.00 $ 87 100.00 $ 40,000.00 $ 80 000.00 $ 45 000.00 $ 90 000.00 $ 41 500.00 $ 83 000.00 $ 44 150.00 $ 88 300.00 B 2,380 3F GREEN BIKE TREATMENT STRIPING PER DETAILS $ 15.00 $ 35,700.00 $ 10.00 Is 23,800.00 $ 12.00 Is 28,560.00 $ 12.30 $ 29,274.00 Is 8.00 Is 19,040.00 $ 10.11 $ 24,061.80 TOTAL ADDITIVE BID AMOUNT I $ 115,700.00 1 $ 11 '900.001 1 $ 1 8,560.001 1 $ 119,274.00 Is 112,36180 ALTERNATE BID 1: UNIT UNIT BID UNIT BID UNIT Hm UNFP BID UNIT BID XO TY UNCIDHSCRO'TION 1 COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT CONT AMOUNT BABE BID 3CHEDULE (HIGHLAND AVENUE)+BASE HID SCHEDULE (HERMOSA AVE) $900.811.40 $ 900.811.40 $ 856.368.60 $ 856.368.60 $962.400.00 $ 962,400.00 $957,345.00 $ 957,345.00 $ 1.1 0,90 $ 1,043,440.90 $ 1,274,902.87 $ 1,274,902.87 A INSTALL VIDEO DETECTION SYSTEM IN LIEU OF BID ITEM #41: "INSTALL LOOP 2 EA DETECTORS" $ 40,000.00 $ 80 000.00 $ 43 550.00 $ 87 100.00 $ 40 000.00 $ 80 000.00 $ 45 000.00 $ 90 000.00 $ 41 500.00 $ 83 000.00 $ 44 150.00 $ 88 300.00 41 -l3 EA REMOVE BID ITEM #41"INSTALL LOOP DETECTORS" $ 200.00 $ 12,600.001 $ 300.00 $ 13.900.001 $ 400.00 $ 15,200.001 $ 300.00 $ 13.900.001 $ 380.00 $ 14.940.001 $ 293.00 $ (3,.09.00) BID$ t 131 3.90 BID TOTAL BASE BID +ADDITIVE BID A -BID ITEM #44 AMOUNT $ 978.211.40 $ 939.568.60 $ 1.037.200.00 $ 1.043.445.00 CORRECTED $ 1.121.80500.90 CORRECTED is 1.359.393.87 IL THRBATB BID 2: UBIT UNIT BID OBIT BID OBIT BO) UXIT BID UNIT BID NO TY UNFIDE5CR4a1'ION COST AMOUNT COST AMOOHT COST AMOUNT COST AMOUNT COAT _.:NT COST AMOOHT BASE BID SCHEDULE (HIGHLAND AVENUE)+ BASE BID SCHEDULE(HERMOSA AVE) $900,811.40 $ 900.811.40 $ 856.368.60 $ 856.368.60 $962.400.00 $ 962.400.00 $957.345.00 $ 957,345.00 $ 1,043,440.90 $ 1,043,440.90 $ 1,274,902.87 $ 1,274,902.87 B 2,38D 1 SF GREEN BIKE TREATMENT STRIPING PER DETAILS 1 $ 1500 1 $ 35.700.00 1 $ 10.00 1 $ 23.800.00 1 $ 12.00 $ 28.560.00 1 $ 12.30 $ 29,274.00 1 $ 890 I $ mo,uI.00 $ 10.11 I $ 24.061.80 TOTAL BASE BID +ADDITIVE BID B AMOUNT is 936.511.40 1 $ 880.168.60 1 1 $ 990.960.00 1 1 $ 986.619.00 is 1.062.480.90 is L298.961.67 ALTERNATE BID 3: UBIT UBIT BID UBIT BID UBIT Hm UBIT BID UNIT BID NO ftTY UNIT DESCRWT[ON COST AMOUNT COST AMOUlIT COST AMOUlIT COST AMOUNT COST AMOUNT COST AMOUNIr BASEBIDSCHEDULE(HIGHLAND AVENUE) -BASE BID SCHEDULE(HERMOSAAVE) $900,811.40 $ 900.811.40 $ 856.368.60 $ 856.368.60 $962.400.00 $ 962.400.00 $957.345.00 $ 957345.00 $ 957,345.00 $ L043,440.90 $ L043A40.90 $ L274,902.87 AADDITIVE BID &INSTALL VIDEO DETECTION SYSTEM IN LIEU OF BID ITEM #15: 2 EA "INSTALL LOOP DETECTORS" $ 40 000.00 $ 80 000.00 $ 43 550.00 $ 87 100.00 $ 40 000.00 $ 80 000.00 $ 45 000.00 $ 90 000.00 $ 41,50000$ 83 000.00 $ 44 150.00 $ 88 300.00 B 2,380 SF ADDITIVE BID A: GREEN BIKE TREATMENT STRIPING PER DETAILS $ 15.00 $ 35.700.00 $ 10.00 $ 23,800.00 $ 12.00 $ 28,560.00 $ 12.30 $ 29,274.00 $ 8.00 $ 19940.00 $ 10.11 $ 24,061.80 41 -13 EA REMOVE BID ITEM #41: "INSTALL LOOP DETECTORS" $ 500.00 $ 16.500.001 $ 300.00 $ 13.900.001 $ 400.00 $ 15,200.001 $ 300.00 $ 13.900.001 $ 380.00 $ (4.940.001 $ 293.00 $ 13.809.00) BID $ 965,969.45 BID $ 1043360.00 BID $ 1062719.00 BID $ 1383,447.76 TOTAL BASE BID +ADDITIVE BID A+ADDITIVE BID B - BID ITEM #41 $ 1,030,011.40 CDRRECTED $ 963,368.60 COHRECTED $ 1,065,760.00 CDRRECTED $ 1,072,719.00 $ 1,140,540.90 $ 1,383,455.67 Page 90 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Jason C. Welday, Director of Engineering Services/City Engineer Gianfranco Laurie, Senior Civil Engineer SUBJECT: CONSIDERATION OF A COOPERATIVE AGREEMENT (SBCTA CONTRACT NO. 20-1002316) WITH THE SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY (SBCTA) RELATED TO THE DESIGN AND CONSTRUCTION OF THE 6TH STREET CYCLE TRACK PROJECT. RECOMMENDATION: Staff recommends the City Council approve the attached Cooperative Agreement with SBCTA related to the proposed design and construction of the 6th Street Cycle Track Project, and authorize the Mayor to sign all necessary documents. BACKGROUND: In 2016, SBCTA and the City executed a Cooperative Agreement (SBCTA Contract No. 15-1001129) for Phase I of the Metrolink Station Accessibility Improvement Project. The scope of work consisted of installing bike lanes and bike lockers as well as providing pedestrian and bicycle access along portions of Milliken Avenue that connect to the Rancho Cucamonga Metrolink Station. Construction for Phase 1 was completed in March 2019. This initial project was funded through the Active Transportation Program (ATP) Cycle 2 Call for Projects. Since then, SBCTA teamed with neighboring cities such as Montclair, Upland, Rancho Cucamonga, Fontana, Rialto, and San Bernardino and submitted a grant application for continued active transportation projects throughout the County as part of the ATP Cycle 4 Call for Projects. SBCTA was successful in this grant application and was allotted funding to continue with Phase 11 of the Metrolink Station Accessibility Improvement Project. In the City of Rancho Cucamonga, Phase II includes constructing a Class IV protected bike lane (also known as a Cycle Track) along 6th Street from Haven Avenue to Rochester Avenue. A Vicinity Map is included as Attachment 1. ANALYSIS: The attached Cooperative Agreement designates SBCTA as the agency responsible for the planning, environmental, design, right-of-way, and construction phases while the City will provide design and construction oversight support services related to Phase II of the Project. This Cooperative Agreement specifies that 25 percent of the project cost will be attributable to design and construction oversight support services totaling $341,363 which will be the City's share in the project. Construction is anticipated to begin in late 2026 or sooner. The scope of work consists of constructing Class IV protected bike lanes, curbed median, cobble stones, signage and striping. The resulting project will improve public safety and active transportation Page 91 options by providing the first Class IV protected bike lane in the City. Once the Cooperative Agreement is approved by the City, SBCTA will execute the agreement with all adjoining jurisdictions. SBCTA is scheduled to consider the Cooperative Agreements at its Metro Valley Study Session on June 11, 2020 and the full Board on July 1, 2020. After the agreements are executed, SBCTA will release a formal Request for Proposal to retain a professional design consultant to commence the project. ENVIRONMENTAL: Staff has determined that the project is Categorically Exempt per Section 15301, "Existing Facilities" subsection (c), Class 1 of the California Environmental Quality Act (CEQA). FISCAL IMPACT: As mentioned above, the City's share of the cost for the project is $341,380. Funds to cover this share are anticipated to be budgeted in two separate fiscal years. The first half of the funding in the amount of $170,690 is anticipated to be programmed into the Fiscal Year 2020/21 Budget and the remaining $170,690 programmed in Fiscal Year 2021/22. The programming for both fiscal years has been included in the draft Capital Improvement Program for Fiscal Year 2020/21. Funding for this project is planned to come from the Citywide Infrastructure Fund (Fund 198), all of which is identified under Capital Improvement Project Account No. and in the amount listed below. Account No. Funding Source Description Amount 11983035650/2005198-0 Infrastructure Fund (198) 6th St Cycle Track $341,380 COUNCIL GOAL(S) ADDRESSED: This item addresses the City Council's vision for the City be ensuring the construction of high quality public improvements that promote a world class community. ATTACHMENTS: Description Attachment 1 - Vicinity Map Attachment 2 - Cooperative Agreement Page 92 ATTACHMENT 1 VICINITY MAP PROJECT# 800-2019-24 6t" Street Cycle Track NOT TO SCALE Project Site A Page 93 �II I + Almond St beer Creek Channei � � d Hillside Rd WIWI& Rd Hdl5ide Rd ■ 01 y tre +N4%5on Ave I I Wilson Ave # ■ � I � 7 ti Thoroughbred `'^ • D Chaffey �, College School x + �� Banyan St Banyan St BsnySt "., Cgtch 4 .. Lemon Ave m Lennon Ave �:�tag ar vlrr -P8os1n °r + Alta Lorna Dr ' _ C ' Alta Larda; yr ' Cl N victoria Si Crapeiand W } Etlwand$ S • Q G W N C Upland Hills i <1P # `" Country Club Base Lcne Rd q U � a .r o ro < E ` 14th St err m 15; a • � m � 3 D Rancho `', a } C Cucamonga • m r row Hwy L a y Arrow Ree Arraw Rte u x �' w C i c ro p rn a5 9th St 1O M North Jersey Blvd iu Whittr4l Ave Kaiser E Bth,AF ■ ■ ■ ■ 8tte St Cueamanga st �NB21a c E 7th St � ■ p } o . 14 �� a E 6tfi St 0 N a 6th St 0 I >,. } pR a Y � . ro q c < = m [ E 4th Std v m �, +o .. .. �. . �FN1 9t • • �1NT 9C • !■rt!h 9t• _ San Bernardino Ave Project Site A Page 93 ATTACHMENT 2 Cooperative Agreement No. 20-1002316 COOPERATIVE AGREEMENT NO. 20-1002316 BETWEEN SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY AND THE CITY OF RANCHO CUCAMONGA FOR PLANNING AND ENVIRONMENTAL; PLANS, SPECIFICATIONS AND ESTIMATE (PS&E); RIGHT OF WAY (ROW); AND CONSTRUCTION FOR PHASE -II OF THE RANCHO CUCAMONGA METROLINK STATION ACCESSIBILITY IMPROVEMENT PROJECT I. PARTIES AND TERM A. THIS COOPERATIVE AGREEMENT ("AGREEMENT") is made and entered into by and between the San Bernardino County Transportation Authority ("SBCTA") and the City of Rancho Cucamonga ("CITY"), SBCTA and CITY may be referred to individually as a "PARTY" and collectively as "PARTIES". B. On February 12, 2016, SBCTA and the City of Rancho Cucamonga executed Cooperative Agreement 15-1001129 for Phase I of the Metrolinik Station Accessibility Improvement Project. Construction for Phase I was completed in March 2019. C. THIS AGREEMENT is for Phase II of the Metrolink Station Accessibility Improvements and shall terminate upon completion of SBCTA's management of the planning, environmental, PS&E, ROW and construction phases of Phase II, or December 31, 2026, whichever is earlier in time, except that the indemnification provisions shall remain in effect until terminated or modified, in writing, by mutual agreement. Should any claims arising out of this Agreement be asserted against one of the Parties, the Parties agree to extend the fixed termination date of this Agreement, until such time as the claims are settled, dismissed or paid. II. RECITALS A. WHEREAS, Phase I and Phase II improvements in the City of Rancho Cucamonga are depicted in Attachment B."PHASE I" consists of the Active Transportation Program Cycle 1;"PHASE II" is the Active Transportation Program Cycle 4."; and B. WHEREAS, SBCTA has completed PHASE I and proposes to construct PHASE II, which includes location -specific improvements to various facilities within the City of Rancho Cucamonga (Referred hereafter as "PROJECT"); and C. WHEREAS, the Parties wish to enter into this Agreement to delineate roles, responsibilities, and funding commitments relative to the Project Management, Planning, Environmental, PS&E, ROW and Construction activities of the PROJECT; and Page 1 of 11 Page 94 Cooperative Agreement No. 20-1002316 D. WHEREAS, the CITY has requested SBCTA to complete the implementation of the PROJECT, including project management, engineering design, construction, procurement and management of contractors, and coordination with other cities and agencies; and E. WHEREAS, SBCTA has requested the CITY to contribute funding to cover a portion of Phase II costs for construction, as outlined in Attachment A; and F. WHEREAS, the CITY is the PROJECT owner and this AGREEMENT does not transfer ownership of the PROJECT to SBCTA or any other entity; as such, the CITY retains all legal responsibilities associated with ownership, operation and maintenance of the existing and future improvements upon their completion; and G. WHEREAS, SBCTA is the California Environmental Quality Act (CEQA) Lead Agency for the PROJECT and The State of California, Department of Transportation (Caltrans) is the National Environmental Policy Act (NEPA) Lead Agency for the PROJECT. NOW, THEREFORE, the Parties agree to the following: III. SBCTA RESPONSIBILITIES: SBCTA agrees: A. To be the lead agency for Project Management, Planning, Environmental, PS&E, ROW, and Construction work and to diligently undertake and complete, the Planning, Environmental, ROW, PS&E, and Construction work on PROJECT, including the selection and retention of consultants and contractors, following input from the CITY. SBCTA shall also serve as the lead agency for managing the PROJECT budget and corresponding contracts. Performance of services under these consultant and/or contractor contracts shall be subject to the technical direction of SBCTA's Director of Project Delivery, or her/his designee, with input and consultation from CITY. B. To contribute towards the Planning, Environmental, PS&E, ROW, and Construction phases of the PHASE II PROJECT, an estimated $6,982,439. The actual cost of a specific phase or improvements within a specific city may ultimately vary and cause the total project cost to change from the estimate provided in Attachment A. The total project costs remaining after contributions from CITY and other participating cities, exclusive of the CITY -provided services specified in Part IV of this AGREEMENT, is to be borne solely by SBCTA. C. To execute appropriate agreements with other cities and agencies to facilitate and coordinate the completion of the PROJECT. D. To invoice CITY 50% of the PROJECT contribution within 45 days of execution of this agreement, and the remaining 50% of the PROJECT contribution within 225 days of execution of this agreement for City's contribution to the PROJECT as noted in the Funding Table (Attachment A). E. To file the California Environmental Quality Act Notice of Exemption (CEQA NOE) with the County of San Bernardino and coordinate with Caltrans to certify the National Environmental Policy Act Categorical Exclusion (NEPA CE). Page 2 of 11 Page 95 Cooperative Agreement No. 20-1002316 F. To designate a Project Manager to represent SBCTA through whom all communications between the Parties shall be channeled. G. To provide CITY with a proposed project schedule to complete the PROJECT. H. To include CITY in Project Development Team (PDT) meetings and related communications on PROJECT progress as well as to provide CITY with copies of PDT meeting minutes and action items. I. To perform the design and construction of the PROJECT in accordance with State, Federal and City standards and practices. J. To include CITY in design decisions that could impact CITY's general plan and aesthetic considerations. K. To make all PROJECT work performed by SBCTA available for review and comment by CITY. The CITY shall transmit all review comments to the SBCTA within 20 working days after the submittal is received by the CITY. If comments are not provided by the 20th working day, the SBCTA will deem the submittals approved by the CITY and shall notify the CITY of its intention to move forward with PROJECT execution. The CITY agrees the submittals may be in the form of plans, specifications, estimates, reports, studies, environmental documents or other PROJECT -related submittals requiring the CITY to review and comment. SBCTA and CITY shall review all comments received regarding the PROJECT and mutually agree to which comments shall be incorporated into the PROJECT. L. To apply for encroachment permits authorizing entry of SBCTA and its consultants and contractors onto CITY right of way to perform investigative activities, including surveying and geotechnical borings, and construction activities required by the PROJECT. M. To obtain all necessary PROJECT permits, agreements and/or approvals from appropriate agencies; all necessary PROJECT permits, agreements, and/or approvals from the CITY shall be provided at no cost to SBCTA. All mitigation, monitoring, and/or remedial action required by said permits and/or agreements obtained from agencies other than the CITY shall constitute part of the PROJECT cost. N. To identify the utilities within the PROJECT area and coordinate with the utility companies to determine their location, and if necessary their relocation. O. To provide written notice to CITY upon SBCTA's determination that the PROJECT is substantially completed in accordance with the plans and specifications. For the purposes of this Agreement, "substantially completed" shall mean that the PROJECT can be reasonably used for its intended purposes, notwithstanding that certain nonmaterial work remains to be completed, it being understood that SBCTA shall promptly pursue the completion of such nonmaterial work. P. Upon completion of construction of PROJECT, SBCTA shall deliver to CITY a complete set of redline "as -built" plans (pdf format) of the PROJECT. Page 3 of 11 Page 96 Cooperative Agreement No. 20-1002316 IV. CITY RESPONSIBILITIES: CITY agrees: A. To designate a responsible staff member to serve as the CITY Project Manager for the PROJECT who will coordinate with SBCTA's Project Manager, other staff, and consultants; who will be CITY's representative in attending the PDT meetings, receiving day-to-day communication and reviewing the PROJECT documents; and who will coordinate with the SBCTA project delivery team for communication with the selected designer. All communication by the CITY Project Manager to the selected designer and contractor will be coordinated with and ultimately given through the SBCTA Project Manager. B. To contribute, within 45 days of receiving SBCTA's invoices, 25 percent of the PROJECT's total cost for design and construction, which is estimated to be $341,363. The actual cost may ultimately vary and cause the total PROJECT cost to change from the estimate provided in Attachment A. The total PROJECT costs reminaing after contributions from CITY and other participating cities, exclusive of the CITY -provided services specified in Part IV of this AGREEMENT, is to be borne solely by SBCTA. C. To participate in selection process of the designer(s) and contractor(s) for the PROJECT. D. To distribute PROJECT submittals for review and comment by CITY. E. To review and comment, at no cost to the PROJECT, on all PROJECT work performed by SBCTA. CITY shall transmit all review comments to SBCTA within 20 working days after the submittal is received by CITY. If comments are not provided by the 20th working day, SBCTA will deem the submittals approved by CITY and shall notify CITY of its intention to move forward with PROJECT execution. CITY agrees the submittals may be in the form of plans, specifications, estimates, reports, studies, environmental documents or other PROJECT -related submittals requiring CITY review and comment. SBCTA and CITY shall review all comments received regarding the PROJECT and mutually agree to which comments shall be incorporated into the PROJECT. F. To provide encroachment permits authorizing entry of SBCTA and its consultants and contractors onto CITY right of way to perform investigative activities, including surveying and geotechnical borings, and construction activities required by the PROJECT at no cost to the PROJECT. If encroachment permits are necessary, the CITY agrees to facilitate coordination with adjacent properties, residences, and businesses impacted. G. To provide all City permits and waive City fees required to construct the PROJECT. SBCTA or its PROJECT contractor(s) shall obtain and pay the fees for all other non -City permits required for the construction of the PROJECT. Page 4 of 11 Page 97 Cooperative Agreement No. 20-1002316 H. To prepare CITY staff reports for city council consideration and SBCTA agrees to provide supporting documentation for the staff reports. I. CITY agrees to exempt SBCTA from plan check fees for submittal reviews. J. CITY agrees it will issue zero fee encroachment, traffic control, and street cut permits or other permits required by the CITY to perform investigative activities required by the PROJECT. K. CITY agrees to provide at no cost to the PROJECT existing improvement plans, and standard plans and specifications. L. CITY agrees to provide SBCTA copies of the franchise/utility agreements for the utilities in the PROJECT area for the purposes of determining prior rights and estimating utility relocation costs. M. CITY agrees it will invoke its franchise/utility agreements and have its prior rights imposed on utilities if it is determined utilities are in conflict with the PROJECT and require relocation. CITY will formally inform the utilities of CITY's prior rights and request the relocation of utilities pursuant to the franchise/utility agreements. N. To accept in writing the PROJECT within thirty (30) days of receipt of written notice from SBCTA that the PROJECT is substantially completed as described by Paragraph "O" in Section III, which acceptance shall not be unreasonably withheld or delayed. Withholding or delaying acceptance because of nonmaterial work remaining to be completing shall be deemed unreasonable. V. MUTUAL RESPONSIBILITIES: A. The scope of the PROJECT is depicted in Attachment B "Conceptual Layout". The scope of PROJECT improvements is an "estimate" of improvements and is subject to change upon approval by the PARTIES. To adhere to available funding limits for the PROJECT, as shown in Attachment A, certain improvements for the PROJECT may be modified or eliminated. B. CITY agrees SBCTA is completing project management, environmental, PS&E, ROW, construction management, procurement and oversight of a construction contractor to complete the PROJECT. SBCTA will complete these tasks using SBCTA staff or contracted services. C. SBCTA will lead and the CITY will participate in the process for selecting the PROJECT designer and contractor. D. Neither CITY nor any officer, director, employee, elected official or agent thereof is responsible for any injury, damage or liability occurring or arising by reason of anything done or omitted to be done by SBCTA under or in connection with any work, authority or Page 5 of 11 Page 98 Cooperative Agreement No. 20-1002316 jurisdiction delegated to SBCTA under this AGREEMENT. It is understood and agreed that, pursuant to Government Code Section 895.4, SBCTA shall fully defend, indemnify and save harmless CITY its officers, directors, employees, elected officials, or agents from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined by Government Code Section 810.8) occurring by reason of anything done or omitted to be done by SBCTA under or in connection with any work, authority or jurisdiction delegated to SBCTA under this AGREEMENT. E. Neither SBCTA nor any officer, director, employee or agent thereof is responsible for any injury, damage or liability occurring or arising by reason of anything done or omitted to be done by CITY under or in connection with any work, authority or jurisdiction delegated to CITY under this AGREEMENT. It is understood and agreed that, pursuant to Government Code Section 895.4, CITY shall fully defend, indemnify and save harmless SBCTA its officers, directors, employees or agents from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined by Government Code Section 810.8) occurring by reason of anything done or omitted to be done by CITY under or in connection with any work, authority or jurisdiction delegated to CITY under this AGREEMENT. F. This Agreement shall continue in full force and effect through completion and closeout of the PROJECT or on December 31, 2026 whichever is earlier in time. If the PROJECT is not completed by December 31, 2026, then the PARTIES shall meet and confer in good faith to negotiate a mutually acceptable amendment to this AGREEMENT in order to complete the PROJECT. Should any claims arising out of PROJECT be asserted against one of the PARTIES, the PARTIES agree to extend the fixed termination date of this AGREEMENT, until such time as the claims are settled, dismissed or paid. G. CITY is an authorized self-insured public entity for purposes of Professional Liability, General Liability, Automobile Liability and Workers' Compensation and warrants that through its program of self-insurance, it has adequate coverage or resources to protect against liabilities arising out of the performance of the terms, conditions or obligations of this AGREEMENT. H. SBCTA is a public entity with Professional Liability, General Liability and Automobile Liability policies of $10,000,000 each and Workers' Compensation insurance coverage in the statutory limits, to protect against liabilities arising out of the performance of the terms, conditions or obligations of this AGREEMENT. I. All PARTIES hereto warrant that they are duly authorized to execute this AGREEMENT on behalf of said PARTIES and that, by so executing this AGREEMENT, the PARTIES hereto are formally bound to this AGREEMENT. J. Except on subjects preempted by Federal law, this AGREEMENT shall be governed and construed in accordance with the laws of the State of California. All PARTIES agree to follow all local, state, county and federal laws and ordinances with respect to performance under this AGREEMENT. K. The PARTIES agree that each PARTY and any authorized representative, designated in writing to the PARTIES, and upon reasonable notice, shall have the right during normal Page 6 of 11 Page 99 Cooperative Agreement No. 20-1002316 business hours to examine all PARTIES' financial books and records with respect to this AGREEMENT. The PARTIES agree to retain their books and records for a period of five (5) years from the later of. (a) the date on which this AGREEMENT terminates; or (b) the date on which such book or record was created. L. If any clause or provision of this AGREEMENT is illegal, invalid or unenforceable under applicable present or future laws, then it is the intention of the PARTIES that the remainder of this AGREEMENT shall not be affected but shall remain in full force and effect. M. This AGREEMENT can be amended with a written amendment when agreed upon and duly authorized and executed by both PARTIES. N. In the event of litigation arising from this AGREEMENT, each PARTY to this AGREEMENT shall bear its own costs, including attorney(s) fees. This paragraph shall not apply to the costs or attorney(s) fees relative to paragraphs D and E of this Section. O. This AGREEMENT may be signed in counterparts, each of which shall constitute an original. P. Any notice required or authorized to be given hereunder or any other communications between the PARTIES provided for under the terms of this AGREEMENT shall be in writing, unless otherwise provided for herein, and shall be served personally or by reputable courier or by email addressed to the relevant party at the address/fax number stated below. Q. Notice given under or regarding this AGREEMENT shall be deemed given (a) upon actual delivery, if delivery is personally made; or (b) upon delivery into the United States Mail if delivery is by postage paid certified mail (return receipt requested), email or private courier including overnight delivery services. Notice shall be sent to the respective Party at the address indicated below or to any other address as a Party may designate from time to time by a notice given in accordance with this paragraph. a. If to CITY: City of Rancho Cucamonga 10500 Civic Center Drive P.O. Box 807 Rancho Cucamonga, CA 91739-0807 Attention: Jason C. Welday, P.E., T.E. Director of Engineering Services / City Engineer Email: jason.welday@cityofrc.us b. If to SBCTA: San Bernardino County Transportation Authority 1170 West Yd Street, 2nd Floor San Bernardino, CA 92410 Attention: Paula Beauchamp Director of Project Delivery and Toll Operations Email: pbeauchamp@gosbcta.com Page 7 of 11 Page 100 Cooperative Agreement No. 20-1002316 R. The Recitals stated above are true and correct and are incorporated by this reference into the AGREEMENT. S. Attachments A and B are attached to and incorporated into this AGREEMENT. Page 8 of 11 Page 101 Cooperative Agreement No. 20-1002316 SIGNATURE PAGE TO COOPERATIVE AGREEMENT NO. 20-1002316 BETWEEN SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY AND CITY OF RANCHO CUCAMONGA SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY By: Darcy MacNaboe Board President Date: APPROVED AS TO FORM AND PROCEDURE: By: Julianna K. Tillquist General Counsel CITY OF RANCHO CUCAMONGA By: L. Dennis Michael Mayor Date: APPROVED AS TO FORM AND PROCEDURE: By: James L. Markman City Attorney Page 9 of 11 Page 102 Cooperative Agreement No. 20-1002316 ATTACHMENT A PROJECT FUNDING TABLE Table 1. Phase H Costs for Rancho Cucamonga Metrolink Station Fund Amount City of Rancho Cucamonga ATP Local Contribution for Design and Construction $341,363 Project Management Cost and other City incurred cost $0 Total City Contribution $341,363 ATP Phase II Project Funding allocated to Rancho Cucamonga $1,365,450 Total Cost $1,706,813 Page 10 of 11 Page 103 Cooperative Agreement No. 20-1002316 ATTACHMENT B CONCEPTUAL LAYOUT �1n Page 11 of 11 LN I - w � wwS 4 G 4 �i r U � LLJ T: c~ol-m `rF+ 4 a � d U r B ~a wY�� UHC N C c O N U N `O d = = V � m �w� tj�V E S E S YU T fl Q U U ly N m Q W W c c U U Y c w � w� O W I-- a a w O c 0 w t0 �j y y o ]c?�iw iw =V W 8 8 L OOwrY cc �Y m m g a a dQQ� c/) 4-0 COW bz � V cu Z CL ,yl I f f' o Via• • .�_ TI t ti '•�.- • :tea. rj P-4 ,•dam. .� _. = .c .E -,r >• ro row �� O " Page 104 c~ol-m `rF+ 4 a � Page 104 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: William Wittkopf, Public Works Services Director Dean Rodia, Parks and Landscape Superintendent Paul Fisher, Management Analyst I SUBJECT: CONSIDERATION TO APPROVE THE RENEWAL OF CONTRACT CO 16- 148 WITH BRIGHTVIEW LANDSCAPE SERVICES FOR LANDSCAPE, IRRIGATION, AND PARKS MAINTENANCE FOR LANDSCAPE MAINTENANCE DISTRICT 1 PARKS DURING FY 2020/2021 AND AUTHORIZE THE CITY MANAGER TO RENEW THE CONTRACT ANNUALLY. RECOMMENDATION: Staff recommends the City Council approve Amendment No. 4 to contract CO 16-148 with BrightView Landscape Services, extending the term of the contract to June 30, 2021 in an amount not to exceed $294,110 for FY 2020-2021 and an estimated total contract amount of $918,110 over the three years remaining on the contract, and authorize the City Manager to renew the contract annually. BACKGROUND: On June 15, 2016, the City Council accepted the bids received for landscape services and awarded contract CO 16-148 to BrightView Landscape Services for the complete maintenance of parks located in Landscape Maintenance District 1 (LMD-1). This contract has an option to renew in one year increments up to a total of seven years ending June 30, 2023. Currently, all parks in LMD 1 are maintained at Service Level C as defined by the contract specifications. If approved, Amendment No. 4 to contract CO 16-148 extends the term of the contract to June 30, 2021 with NO rate increase and no changes to the scope of work, service levels, or other terms and conditions. ANALYSIS: BrightView Landscape Services has submitted a Letter of Intent expressing their desire to continue providing service to the City of Rancho Cucamonga during FY 2020/2021 with NO rate increase. In anticipation of a possible request by the contractor for a Consumer Price Index (CPI -U) increase adjustment in future years, staff has prepared the chart below to show the estimated annual funding breakdown. Please note this is only an estimate and the amounts Ii Prior Year Fiscal Year Costs Est. Annual Increase (4%) Total Costs 2020/2021 $ 294,110 2021/2022 $ 294,110 $ 11,770 $ 305,880 2022/2023 $ 305,880 $ 12,240 $ 318,120 Grand Total $ 918,110 sted below could vary. Page 105 BrightView Landscape Services continues to provide acceptable service to the City. Staff recommends the City Council approve the renewal of contract CO 16-148 effective July 1, 2020 and approve the spending limit of $294,110 for FY 2020/2021 and the estimated total contract value of $918,110 over the three years remaining on the contract. FISCAL IMPACT: The contract price is within the contract services budget line items in the proposed budget for FY 2020/2021. COUNCIL GOAL(S) ADDRESSED: This item addresses the City Council's goal of Enhancing Premier Community Status in our region by maintaining safe and aesthetically pleasing park and recreation sites. ATTACHMENTS: Description Amendment 4 Page 106 Attachment 1 - Amendment 4 AMENDMENT NO. 4 to Professional Services Agreement (CO #16-148) between BrightView Landscape Services (hereinafter "Contractor") and City of Rancho Cucamonga (hereinafter the "City") This Amendment No. 4 will serve to amend the Professional Services Agreement (hereinafter "Agreement"), CO# 16-148, to incorporate the following: The above-mentioned Agreement has been in effect for four (4) years and has an option to renew in one (1) year increments. Contractor and City would like to exercise the option to renew CO 16- 148 for one (1) additional year. Item 1. The term of the agreement is hereby extended an additional year to June 30, 2021, in an amount that shall not exceed $294,110, for routine maintenance and extra work during the period July 1, 2020 through June 30, 2021. Routine maintenance shall be performed at service level C per contract specifications. Said extension will be in accordance with the Contractor's letter of intent dated April 15, 2020, attached hereto as Exhibit A. Item 2. The contract rates effective July 1, 2020 are attached hereto as Exhibit B. All other Terms and Conditions of the original Agreement CO#16-148, 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 three (3) original signed copies to the City no later than May 21, 2020. The City will process the copies for signature and provide Contractor with one (1) fully executed copy of the Amendment. BrightView Landscape Services Name Date City of Rancho Cucamonga By: Name Date Title Title By: By: Name Date Name Title Title (two signatures required if corporation) Date Page 107 BrightView Landscape Services April 15, 2020 Paul Fisher, Management Analyst City of Rancho Cucamonga, Public Works Services 8794 Lion Street, Rancho Cucamonga, CA 91730 RE: Contract Renewals: CO 16-146 (LMD-1 Park Maintenance) CO 16-262 (PD - 85 Park Maintenance) CO 2012-009 (LMD 1, and 5 Landscape Maintenance) Mr. Fisher, On behalf of BrightView Landscape Services Inc. we would like to thank the City of Rancho Cucamonga for the continued partnership. Please accept this letter as our intent to renew the three contracts mentioned above for fiscal year 2020/2021. Feel free to contact me at 909-437-2937 or Anthony.Mader@brightview.com with any questions. Very truly yours, BrightView Landscape Services Rene Rivera Vice President -General Manager Inland Empire cc: Frank Annino SVP Page 108 Exhibit B Vendor: BrightView Landscape Services Contract No: CO 16-148 Project: Lanscape, Irrigation and Park Maintenance for LMD-1 Parks Subject: Pricing for Fiscal Year 2020/2021 with a 0.0% fee increase. Bear Gulch Park - Service Level B Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control 1 LS $ 115.84 $ 115.84 $ 1,390.08 Tree Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Shrub, Groundcover, Vine and Mulch Maint. 0 SF $ - $ - $ - Turf Maintenance 160,350 SF $ 0.0087 $ 1,395.05 $ 16,740.60 Hardscape Maint. Inc. Sweeping 1 LS $ 64.96 $ 64.96 $ 779.52 Decomposed Granite Surfacing 1 LS $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance Per Section 900-2.1.2 1 LS $ 243.58 $ 243.58 $ 2,922.96 Features Maintenance Playground Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 Picnic Area Maintenance 1 LS $ 97.43 $ 97.43 $ 1,169.16 Hardcourt Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Structures Maintenance Restroom Building Maintenance 1 LS $ 1,407.32 $ 1,407.32 $ 16,887.84 Drinking Fountain Maintenance 1 LS $ 16.24 $ 16.24 $. 194.88 Debris Management Litter Control 1 LS $ 64.96 $ 64.96 $ 779.52 Trash Containers 1 LS $ 54.13 $ 54.13 $ 649.56 Trash Bin Enclosures 1 LS $ - $ - $ - Graffiti Removal 1 LS $ 48.72 $ 48.72 $ 584.64 Total - Bear Gulch Park - Service Level B $ 3,692.28 $ 44,307.36 Beryl Park West - Service Level B Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control 1 LS $ 115.84 $ 115.84 $ 1,390.08 Tree Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Shrub, Groundcover, Vine and Mulch Maint. 5,000 SF $ 0.0107 $ 53.50 $ 642.00 Turf Maintenance 313,632 SF $ 0.0087 $ 2,728.60 $ 32,743.20 Hardscape Maint. Inc. Sweeping 1 LS $ 48.72 $ 48.72 $ 584.64 Decomposed Granite Surfacing 1 LS $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance Per Sectiori 900-2.1.2 = ` I 1 LS $ 73.08 $ 73.08 $ 876.96 1 Features Maintenance Playground Maintenance I 1 LS $ 27.07 $ 27.07 $ 324.84 Picnic Area Maintenance 1 LS $ 119.09 $ 119.09 $ 1,429.08 Hardcourt Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Structures Maintenance Restroom Building Maintenance 1 LS $ 703.66 $ 703.66 $ 8,443.92 Drinking Fountain Maintenance 1 LS $ 48.72 $ 48.72 $ 584.64 Debris Management Litter Control 11 LS 1 $ 48.72 $ 48.72 $ 584.64 Trash Containers 11 LS 1 $ 75.78 $ 75.78 $ 909.36 Trash Bin Enclosures 11 LS 1 $ 27.07 $ 27.07 $ 324.841 Graffiti Removal 11 LS $ 48.72 $ 48.72 $ 584.64 Total - Beryl Park West - Service Level B I I $ 4,275.55 $ S1,306.60 Page 109 Exhibit B Vendor: BrightView Landscape Services Contract No: CO 16-148 Project: Lanscape, Irrigation and Park Maintenance for LIVID -1 Parks Subject: Pricing for Fiscal Year 2020/2021 with a 0.0% fee increase. Beryl Park East - Service Level B Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control 11 LS $ 115.84 $ 115.84 $ 1,390.08 Tree Maintenance 11 LS 1 $ 54.13 $ 54.13 $ 649.56 Shrub, Groundcover, Vine and Mulch Maint. 5,0001 SF 1 $ 0.0107 $ 53.50 $ 642.00 Turf Maintenance 304,9201 SF 1 $ 0.0087 $ 2,652.80 $ 31,833.60 Hardscape Maint. Inc. Sweeping 11 LS 1 $ 97.43 $ 97.43 $ 1,169.16 Decomposed Granite Surfacing 11 LS 1 $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance Per Section 900-2.1.2 1 LS $ 73.08 $ 73.08 $ 876.96 Features Maintenance Playground Maintenance 11 LS $ 27.07 $ 27.07 $ 324.84 Picnic Area Maintenance 1 LS $ 64.96 $ 64.96 $ 779.52 Hardcourt Maintenance 1 LS $ 216.51 $ 216.51 $ 2,598.12 Structures Maintenance Restroom Building Maintenance 1 LS $ 703.66 $ 703.66 $ 8,443.92 Drinking Fountain Maintenance 1 LS $ 32.48 $ 32.48 $ 389.76 Debris Management Litter Control 1 LS $ 64.96 $ 64.96 $ 779.52 Trash Containers 1 LS $ 108.26 $ 108.26 $ 1,299.12 Trash Bin Enclosures 1 LS $ 27.07 $ 27.07 $ 324.84 Graffiti Removal 1 LS $ 48.72 $ 48.72 $ 584.64 Total - Beryl Park East - Service Level B $ 4,389.19 $ 52,670.28 Church Street Park - Service Level B Landscape Maintenance Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Pest Control 1 LS $ 135.32 $ 135.32 $ 1,623.84 Tree Maintenance 1 LS $ 54.13 $ 54.13 ( $ 649.56 Shrub, Groundcover, Vine and Mulch Maint. 1,575 SF I $ 0.0107 $ 16.85 $ 202.20 Turf Maintenance 230,868 SF $ 0.0087 $ 2,008.55 $ 24,102.60 Hardscape Maint. Inc. Sweeping I 1 LS $ 48.72 $ 48.72 $ 584.64 Decomposed Granite Surfacing I 1 LS $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance Per Section 900-2.1.2 1 LS $ 97.43 $ 97.43` '$ 1,169.115 Features Maintenance Playground Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 Picnic Area Maintenance 1 LS $ 64.96 $ 64.96 $ 779.52 Hardcourt Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Structures Maintenance Restroom Building Maintenance 1 LS $ 703.66 $ 703.66 $ 8,443.92 Drinking Fountain Maintenance 1 LS $ 32.48 $ 32.48 $ 389.76 Debris Management Litter Control 1 LS $ 64.96 $ 64.96 1 $ 779.52 Trash Containers 11 LS 1 $ 81.20 1 $ 81.20 1 $ 974.40 Trash Bin Enclosures 11 LS 1 $ 27.07 1 $ 27.07 1 $ 324.84 1 Graffiti Removal I 11 LS 1 $ 48.72 I $ 48.72 1 $ 584.64 Total - Church Street Park - Service Level B I 1 1 $ 3,513.97 1 $ 42,167.64 Page 110 Exhibit B Vendor: BrightView Landscape Services Contract No: CO 16-148 Project: Lanscape, Irrigation and Park Maintenance for LMD-1 Parks Subject: Pricing for Fiscal Year 2020/2021 with a 0.0r` fee increase. Golden Oak Park - Service Level B Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control 1 LS $ 115.84 $ 115.84 $ 1,390.08 Tree Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Shrub, Groundcover, Vine and Mulch Maint. 34,848 SF $ 0.0107 $ 372.87 $ 4,474.44 Turf Maintenance 145,054 SF I $ 0.0087 $ 1,261.97 $ 15,143.64 Hardscape Maint. Inc. Sweeping 1 LS I $ 32.48 $ 32.48 I $ 389.76 Decomposed Granite Surfacing 1 LS $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance Per Section 900-2.1.2 1 LS $ 48.72 $ 48.72 $ 584.64 Features Maintenance Playground Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 Picnic Area Maintenance 1 LS $ 86.61 $ 86.61 $ 1,039.32 Hardcourt Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Structures Maintenance Restroom Building Maintenance 1 LS $ 703.66 $ 703.66 $ 8,443.92 Drinking Fountain Maintenance 1 LS $ 16.24 $ 16.24 $ 194.88 Debris Management Litter Control 1 LS $ 32.48 $ 32.48 $ 389.76 Trash Containers 1 LS $ 70.37 $ 70.37 $ 844.44 Trash Bin Enclosures 1 LS $ 27.07 $ 27.07 $ 324.84 Graffiti Removal 11 LS $ 48.72 $ 48.72 $ 584.64 Total - Golden Oak Park - Service Level B $ 3,001.08 $ 36,012.96 Hermosa Park - Service Level B Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance j Pest Control 1 LS $ 115.84 $ 115.84 $ 1,390.08 Tree Maintenance 1 LS $ 108.26 $ 108.26 I $ 1,299.12 Shrub, Groundcover, Vine and Mulch Maint. 3,160 SF $ 0.0107 $ 33.81 $ 405.72 Turf Maintenance 319,730 SF $ 0.0087 $ 2,781.65 $ 33,379.80 Hardscape Maint. Inc. Sweeping 1 LS $ 64.96 $ 64.96 $ 779.52 Decomposed Granite Surfacing 1 LS $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance Per Section 900-2.1.2_ I 1 -Ij- LS - $ = 146.15 $ 146.15 $ 1,753.80 Features Maintenance Playground Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 Picnic Area Maintenance 1 LS $ 129.91 $ 129.91 $ 1,558.92 Hardcourt Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Structures Maintenance Restroom Building Maintenance 1 LS $ 703.66 $ 703.66 $ 8,443.92 Drinking Fountain Maintenance I 11 LS $ 32.48 $ 32.48 I $ 389.76 Debris Management Litter Control I 11 LS I $ 129.91 1 $ 129.91 1 $ 1,558.92 Trash Containers 11 LS 1 $ 97.43 1 $ 97.43 1 $ 1,169.16 Trash Bin Enclosures I 1 I LS 1 $ 27.07 I $ 27.07 I $ 324.84 Graffiti Removal I 11 LS 1 $ 48.72 I $ 48.72 1 $ 584.64 Total -Hermosa Park -Service Level B I 1 1 $ 4,549.77 1 $ 54,597.24 Page 111 Exhibit B Vendor: BrightView Landscape Services Contract No: CO 16-148 Project: Lanscape, Irrigation and Park Maintenance for LMD-1 Parks Subject: Pricing for Fiscal Year 2020/2021 with a 0.0% fee increase. Old Town Park - Service Level B Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control 1 LS $ 115.84 $ 115.84 $ 1,390.08 Tree Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Shrub, Groundcover, Vine and Mulch Maint. 2,123 SF $ 0.0107 $ 22.72 $ 272.64 Turf Maintenance 138,085 SF $ 0.0087 $ 1,201.34 $ 14,416.08 Hardscape Maint. Inc. Sweeping 1 LS $ 64.96 $ 64.96 $ 779.52 Decomposed Granite Surfacing 1 LS $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance Per Section 900-2.1.2 1 LS $ 73.08 $ 73.08 $ 876.96 Features Maintenance Playground Maintenance 11 LS $ 27.07 $ 27.07 $ 324.84 Picnic Area Maintenance 11 LS $ 119.09 $ 119.09 $ 1,429.08 Hardcourt Maintenance 1I LS $ 54.13 $ 54.13 $ 649.56 Structures Maintenance Restroom Building Maintenance I 11 LS $ 703.66 $ 703.66 $ 8,443.92 Drinking Fountain Maintenance 11 LS $ 32.48 $ 32.48 $ 389.76 Debris Management Litter Control 11 LS $ 64.96 $ 64.96 $ 779.52 Trash Containers 11 LS $ 70.37 $ 70.37 $ 844.44 Trash Bin Enclosures 1 LS $ 27.07 $ 27.07 $ 324.84 Graffiti Removal 1 LS $ 48.72 $ 48.72 $ 584.64 Total - Old Town Park - Service Level B ' $ 2,728.34 $ 32,740.08 Bear Gulch Park - Service Level C Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control 1 LS $ 86.61 $ 86.61 $ 1,039.32 Tree Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 I Shrub, Groundcover, Vine and Mulch Maint. 0 SF $ - $ - $ - Turf Maintenance 160,350 SF $ 0.0052 $ 833.82 $ 10,005.84 Hardscape Maint. Inc. Sweeping 1 LS $ 32.48 $ 32.48 $ 389.76 Decomposed Granite Surfacing I 1 LS $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance I I Per Section 900-2.1.2 I 1 LS I $ 243.58 I $ 243.58 $ 2,922.96 _ Features Maintenance Playground Maintenance I 1 LS I $ 27.07 I $ 27.07 $ 324.84 Picnic Area Maintenance I 1 LS I $ 97.43 I $ 97.43 $ 1,169.16 Hardcourt Maintenance I 1 LS I $ 54.13 $ 54.13 $ 649.56 Structures Maintenance Restroom Building Maintenance I 1 LS I $ 1,407.32 $ 1,407.32 $ 16,887.84 Drinking Fountain Maintenance I 1 LS I $ 16.24 $ 16.24 $ 194.88 Debris Management I I Litter Control I 11 LS I $ 64.96 $ 64.96 $ 779.52 Trash Containers I 11 LS I $ 54.13 $ 54.13 I $ 649.56 Trash Bin Enclosures I 11 LS I $ - $ - $ - Graffiti Removal I 11 LS I $ 48.72 1 $ 48.72 1 $ .584.641 Total - Bear Gulch Park - Service Level C I I I 1 $ 3,042.28 I $ 36,507.36 Page 112 Exhibit B Vendor: BrightView Landscape Services Contract No: CO 16-148 Project: Lanscape, Irrigation and Park Maintenance for LM D-1 Parks Subject: Pricing for Fiscal Year 2020/2021 with a 0.0% fee increase. Beryl Park West - Service Level C Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control 1 LS $ 86.61 $ 86.61 $ 1,039.32 Tree Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 Shrub, Groundcover, Vine and Mulch Maint. 5,000 SF $ 0.0107 $ 53.50 $ 642.00 Turf Maintenance 313,632 SF $ 0.0052 $ 1,630.89 $ 19,570.68 Hardscape Maint. Inc. Sweeping 1 LS $ 24.90 $ 24.90 $ 298.80 Decomposed Granite Surfacing 1 LS $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance Per Section 900-2.1.2 1 LS $ 73.08 $ 73.08 $ 876.96 Features Maintenance Playground Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 Picnic Area Maintenance 1 LS $ 119.09 $ 119.09 $ 1,429.08 Hardcourt Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Structures Maintenance Restroom Building Maintenance 1 LS $ 703.66 $ 703.66 $ 8,443.92 Drinking Fountain Maintenance 1 LS $ 48.72 $ 48.72 $ 584.64 Debris Management Litter Control 1 LS $ 48.72 $ 48.72 $ 584.64 Trash Containers 1 LS $ 75.78 $ 75.78 $ 909.36 Trash Bin Enclosures 1 LS $ 27.07 $ 27.07 $ 324.84 Graffiti Removal 1 LS $ 48.72 $ 48.72 $ 584.64 Total - Beryl Park West - Service Level C $ 3,097.73 $ 37,172.76 Beryl Park East - Service Level C Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control 1 LS $ 86.61 $ 86.61 $ 1,039.32 Tree Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 Shrub, Groundcover, Vine and Mulch Maint. 5,000 SF $ 0.0107 $ 53.50 $ 642.00 Turf Maintenance 304,920 SF $ 0.0052 $ 1,585.58 $ 19,026.96 Hardscape Maint. Inc. Sweeping 1 LS $ 48.72 $ 48.72 $ 584.64 Decomposed Granite Surfacing 1 LS $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance - Per Section 900-2.1.2 Features Maintenance 1 _ LS $ 73.08, $ 73.08 $ 876.96 Playground Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 Picnic Area Maintenance 1 LS $ 64.96 $ 64.96 $ 779.52 Hardcourt Maintenance 1 LS $ 216.51 $ 216.51 $ 2,598.12 Structures Maintenance Restroom Building Maintenance 1 LS $ 703.66 $ 703.66 $ 8,443.92 Drinking Fountain Maintenance I 1 LS $ 32.48 $ 32.48 $ 389.76 Debris Management Litter Control 1 LS $ 64.96 $ 64.96 $ 779.52 Trash Containers 1 LS $ 108.26 $ 108.26 I $ 1,299.12 Trash Bin Enclosures 1 LS $ 27.07 $ 27.07 I $ 324.84 Graffiti Removal 1 LS $ 48.72 $ 48.72 $ 584.64 Total - Beryl Park East - Service Level C $ 3,216.97 $ 38,603.64 Page 113 Exhibit B Vendor: BrightView Landscape Services Contract No: CO 16-148 Project: Lanscape, Irrigation and Park Maintenance for LMD-1 Parks Subject: Pricing for Fiscal Year 2020/2021 with a 0.0% fee increase. Church Street Park - Service Level C Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control I 1 LS $ 112.59 $ 112.59 $ 1,351.08 Tree Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 Shrub, Groundcover, Vine and Mulch Maint. ( 1,575 SF $ 0.0107 $ 16.85 $ 202.20 Turf Maintenance 230,868 SF $ 0.0052 $ 1,200.51 $ 14,406.12 Hardscape Maint. Inc. Sweeping 1 LS $ 24.90 $ 24.90 $ 298.80 Decomposed Granite Surfacing 1 LS $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance Per Section 900-2.1.2 1 LS $ 97.43 $ 97.43 I $ 1,169.16 Features Maintenance Playground Maintenance I 1 LS $ 27.07 $ 27.07 $ 324.84 Picnic Area Maintenance 1 LS $ 64.96 $ 64.96 $ 779.52 Hardcourt Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Structures Maintenance Restroom Building Maintenance 1 LS $ 703.66 $. 703.66 $ 8,443.92 Drinking Fountain Maintenance 1 LS $ 32.48 $ 32.48 $ 389.76 Debris Management Litter Control 1 LS $ 64.96 $ 64.96 $ 779.52 Trash Containers 1 LS $ 81.20 $ 81.20 $ 974.40 Trash Bin Enclosures 1 LS $ 27.07 I $ 27.07 $ 324.84 Graffiti Removal 1 LS $ 48.72 $ 48.72 $ 584.64 Total - Church Street Park - Service Level C $ 2,632.32 $ 31,587.84 Golden Oak Park - Service Level C Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control 1 LS $ 86.61 $ 86.61 $ 1,039.32 Tree Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 Shrub, Groundcover, Vine and Mulch Maint. 34,848 SF $ 0.0107 $ 372.87 $ 4,474.44 Turf Maintenance 145,054 SF $ 0.0052 $ 754.28 $ 9,051.36 Hardscape Maint. Inc. Sweeping 1 LS $ 16.24 $ 16.24 $ 194.88 Decomposed Granite Surfacing 1 LS $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance Per Section 900-2.1.2 1 LS $ 48:72- $ 48.72 $ 584.64 Features Maintenance Playground Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 Picnic Area Maintenance I 1 LS $ 86.61 $ 86.61 $ 1,039.32 Hardcourt Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Structures Maintenance Restroom Building Maintenance 1 LS $ 703.66 $ 703.66 $ 8,443.92 Drinking Fountain Maintenance 1 LS $ 16.24 $ 16.24 $ 194.88 Debris Management Litter Control 1 LS $ 32.48 $ 32.48 I $ 389.76 Trash Containers 1 LS $ 70.37 $ 70.37 $ 844.44 Trash Bin Enclosures 1 LS $ 27.07 $ 27.07 $ 324.84 Graffiti Removal I 1 LS $ 48.72 I $ 48.72 I $ 584.64 Total - Golden Oak Park - Service Level C $ 2,420.86 $ 29,050.32 Page 114 Exhibit B Vendor: BrightView Landscape Services Contract No: CO 16-148 Project: Lanscape, Irrigation and Park Maintenance for LMD-1 Parks Subject: Pricing for Fiscal Year 2020/2021 with a 0.0% fee increase. Hermosa Park - Service Level C Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control 1 LS $ 86.61 $ 86.61 $ 1,039.32 Tree Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Shrub, Groundcover, Vine and Mulch Maint. 3,160 SF $ 0.0107 $ 33.81 $ 405.72 Turf Maintenance 319,730 SF $ 0.0052 $ 1,662.60 $ 19,951.20 Hardscape Maint. Inc. Sweeping 1 LS $ 32.48 $ 32.48 $ 389.76 Decomposed Granite Surfacing I 1 LS $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance Per Section 900-2.1.2 I 1 LS $ 146.15 $ 146.15 $ 1,753.80 Features Maintenance Playground Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 Picnic Area Maintenance 1 LS $ 129.91 $ 129.91 $ 1,558.92 Hardcourt Maintenance 1 LS $ 54.13 $ 54.13 $ 649.56 Structures Maintenance Restroom Building Maintenance 1 LS $ 703.66 $ 703.66 $ 8,443.92 Drinking Fountain Maintenance 1 LS $ 32.48 $ 32.48 $ 389.76 Debris Management Litter Control 1 LS $ 129.91 $ 129.91 $ 1,558.92 Trash Containers 1 LS $ 97.43 $ 97.43 $ 1,169.16 Trash Bin Enclosures 1 LS $ 27.07 $ 27.07 $ 324.84 Graffiti Removal 1 LS $ 48.72 $ 48.72 $ 584.64 Total - Hermosa Park - Service Level C I $ 3,314.88 $ 39,778.56 Old Town Park - Service Level C Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control 1 LS $ 86.61 $ 86.61 $ 1,039.32 Tree Maintenance 1 LS $ 27.07 $ 27.07 $ 324.84 Shrub, Groundcover, Vine and Mulch Maint. 2,123 SF $ 0.0107 $ 22.72 $ 272.64 Turf Maintenance 138,085 SF $ 0.0052 $ 718.04 $ 8,616.48 Hardscape Maint. Inc. Sweeping 1 LS $ 32.48 $ 32.48 $ 389.76 Decomposed Granite Surfacing 1 LS $ 48.72 $ 48.72 $ 584.64 Irrigation System Maintenance Per Section 900-2.1.2 _ Features Maintenance 1 LS $ 73.08 $ 73.08 $ 876.96 Playground Maintenance I 1 LS $ 27.07 $ 27.07 $ 324.84 Picnic Area Maintenance ( 1 LS $ 119.09 $ 119.09 $ 1,429.08 Hardcourt Maintenance I 1 LS $ 54.13 $ 54.13 $ 649.56 Structures Maintenance Restroom Building Maintenance I 1 LS $ 703.66 $ 703.66 $ 8,443.92 Drinking Fountain Maintenance 1 LS $ 32.48 ( $ 32.48 $ 389.76 Debris Management Litter Control ( 1 LS I $ 64.96 I $ 64.96 I $ 779.52 Trash Containers I 1 LS I $ 70.37 ( $ 70.37 I $ 844.44 Trash Bin Enclosures I 11 LS I $ 27.07 I $ 27.07 I $ 324.84 Graffiti Removal I 11 LS I $ 48.72 I $ 48.72 I $ 584.64 Total - Old Town Park - Service Level C I I I I $ 2,156.27 I $ 25,875.24 Page 115 Exhibit B Vendor: BrightView Landscape Services Contract No: CO 16-148 Project: Lanscape, Irrigation and Park Maintenance for LMD-1 Parks Subject: Pricing for Fiscal Year 2020/2021 with a 0.0% fee increase. Extra Work Schedule Unit Unit Cost Furnish and Plant One Gallon Tree and Stake LS $ 9.21 Furnish and Plant Five Gallon Tree and Stake LS $ 20.57 Furnish and Plant Fifteen Gallon Tree and Stake LS $ 102.85 Furnish and Plant One Gallon Shrub LS $ 9.21 Furnish and Plant Five Gallon Shrub LS $ 20.57 Furnish and Plant One Flat Groundcover LS $ 27.07 Furnish, Place and Grade One Cubic Yard of Mulch LS $ 54.13 Sports Field Renovations Unit Unit Cost Soccer Field Renovation LS $ 3,464.16 Softball Field Renovation (No Infield Turf) LS $ 2,706.38 Baseball Field Renovation, 60' Field LS $ 3,788.93 Baseball Field Renovation, 90' Field LS $ 4,546.71 Hourly Labor Rate Including Overhead Unit Unit Cost General Laborer HR $ 30.32 Skilled Laborer HR $ 43.31 Irrigation Repair Technician HR $ 59.55 Licensed or Certified Chemical Applicator HR 1 $ 64.96 Page 116 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: William Wittkopf, Public Works Services Director Dean Rodia, Parks and Landscape Superintendent Paul Fisher, Management Analyst I SUBJECT: CONSIDERATION TO APPROVE THE RENEWAL OF CONTRACT CO 16- 262 WITH BRIGHTVIEW LANDSCAPE SERVICES FOR LANDSCAPE, IRRIGATION, AND PARKS MAINTENANCE FOR PD -85 PARKS DURING FY 2020/2021 AND AUTHORIZE THE CITY MANAGER TO RENEW THE CONTRACT ANNUALLY. RECOMMENDATION: Staff recommends the City Council approve Amendment No. 3 to contract CO 16-262 with BrightView Landscape Services, extending the term of the contract to June 30, 2021 in an amount not to exceed $240,500 for FY 2020-2021 and an estimated total contract amount of $750,750 over the three years remaining on the contract, and authorize the City Manager to renew the contract annually. BACKGROUND: On November 16, 2016, the City Council accepted the bids received for landscape services and awarded contract CO 16-262 to BrightView Landscape Services for Landscape, Irrigation, and Parks Maintenance for PD -85 Parks. This contract has an option to renew in one year increments up to a total of seven years ending June 30, 2023. Currently, all parks in PD -85 are maintained at Service Level C as defined by the contract specifications. If approved, Amendment No. 3 to contract CO 16-262 will extend the term of the contract to June 30, 2021 with NO rate increase and no changes to the scope of work, service levels, or other terms and conditions. ANALYSIS: BrightView Landscape Services has submitted a Letter of Intent expressing their desire to continue providing service to the City of Rancho Cucamonga during 2020/2021 with NO rate increase. In anticipation of a possible request by the contractor for a Consumer Price Index (CPI -U) increase adjustment in future years, staff has prepared the chart below to show the estimated annual funding breakdown. Please note this is only an estimate and the amounts listed Prior Year Fiscal Year Costs Est. Annual Increase (4%) Total Costs 2020/2021 $ 240,500 2021/2022 $ 240,500 $ 9,620 $ 250,120 2022/2023 $ 250,120 $ 10,010 $ 260,130 Grand Total $ 750,750 BriahtView Landscaoe Services continues to orovide acceotable servic below could vary. :e to the City. Staff recommends Page 117 the City Council approve the renewal of contract CO 16-262 effective July 1, 2020 and approve the spending limit of $240,500 for FY 2020/2021 and the estimated total contract value of $750,750 over the three years remaining on the contract. FISCAL IMPACT: The contract price is within the contract services budget line items in the proposed budget for FY 2020/2021. COUNCIL GOAL(S) ADDRESSED: This item addresses the City Council's goal of Enhancing Premier Community Status in our region by maintaining safe and aesthetically pleasing park and recreation sites. ATTACHMENTS: Description Amendment 3 Page 118 Attachment 1 - Amendment 3 AMENDMENT NO. 3 to Professional Services Agreement (CO #16-262) between BrightView Landscape Services (hereinafter "Contractor") and City of Rancho Cucamonga (hereinafter the "City") This Amendment No. 3 will serve to amend the Professional Services Agreement (hereinafter "Agreement"), CO# 16-262, to incorporate the following: The above-mentioned Agreement has been in effect for three (3) years and has an option to renew in one (1) year increments. Contractor and City would like to exercise the option to renew CO 16- 262 for one (1) additional year. Item 1. The term of the agreement is hereby extended an additional year to June 30, 2021, in an amount that shall not exceed $240,500, for routine maintenance and extra work during the period July 1, 2020 through June 30, 2021. Routine maintenance shall be performed at service level C per contract specifications. Said extension will be in accordance with the Contractor's letter of intent dated April 15, 2020, attached hereto as Exhibit A. Item 2. The contract rates effective July 1, 2020 are attached hereto as Exhibit B. All other Terms and Conditions of the original Agreement CO#16-262, 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 three (3) original signed copies to the City no later than May 21, 2020. The City will process the copies for signature and provide Contractor with one (1) fully executed copy of the Amendment. BrightView Landscape Services City of Rancho Cucamonga By: By: Name Date Name Date Title Title By: By: Name Date Name Date Title Title (two signatures required if corporation) Page 119 BrightView Landscape Services April 15, 2020 Paul Fisher, Management Analyst City of Rancho Cucamonga, Public Works Services 8794 Lion Street, Rancho Cucamonga, CA 91730 RE: Contract Renewals: CO 16-146 (LMD-1 Park Maintenance) CO 16-262 (PD - 85 Park Maintenance) CO 2012-009 (LMD 1, and 5 Landscape Maintenance) Mr. Fisher, On behalf of BrightView Landscape Services Inc. we would like to thank the City of Rancho Cucamonga for the continued partnership. Please accept this letter as our intent to renew the three contracts mentioned above for fiscal year 2020/2021. Feel free to contact me at 909-437-2937 or Anthony.Mader@brightview.com with any questions. Very truly yours, BrightView Landscape Services Rene Rivera Vice President -General Manager Inland Empire cc: Frank Annino SVP Page 120 Vendor: BrightView landscape Services Contract No: CO 16-262 Project: Lanscape, Irrigation and Park Maintenance for PD -85 Parks Subject: Pricing for Fiscal Year 2020/2021 with a 0.0% fee increase. Red Hill Park - Service Level B Landscape Maintenance Pest Control Tree Maintenance Shrub, Groundcover, Vine and Mulch Maint. Turf Maintenance Hardscape Maint. Inc. Sweeping Decomposed Granite Surfacing Irrigation System Maintenance Per Section 900-2.1.2 Features Maintenance Playground Maintenance Picnic Area Maintenance Lake Maintenance Structures Maintenance Restroom Building Maintenance Drinking Fountain Maintenance Debris Management Litter Control Trash Containers Trash Bin Enclosures Graffiti Removal Total - Red Hill Park - Service Level B Heritage Park - Service Level B Landscape Maintenance Pest Control Tree Maintenance Shrub, Groundcover, Vine and Mulch Maint. Turf Maintenance Hardscape Maint. Inc. Sweeping Decomposed Granite Surfacing Irrigation System Maintenance Per Section 900-2.1.2 Features Maintenance PlaaYgrouind iv'icintenance Picnic Area Maintenance Structures Maintenance Restroom Building Maintenance . Drinking Fountain Maintenance Debris Management Litter Control Trash Containers Trash Bin Enclosures Graffiti Removal Total - Heritage Park - Service Level B Quantity Unit $ Monthly Unit Cost Monthly Cost Annual Cost $ 36.09 925,650 SF $ 0.0047 609,840 1 LS $ 303.12 $ 303.12 $ 3,637.44 1 LS $ 77.33 $ 77.33 $ 927.96 348,480 SF $ 0.0047 $ 1,637.86 $ 19,654.32 1,197,900 SF $ 0.0062 $ 7,426.98 $ 89,123.76 1 LS $ 92.79 $ 92.79 $ 1,113.48 1 LS $ 46.40 $ 46.40 $ 556.80 1 LS $ 742.32 $ 742.32 $ 8,907.84 1 LS $ 51.55 $ 51.55 $ 618.60 1 LS $ 268.06 $ 268.06 $ 3,216.72 1 LS $ 221.67 $ 221.67 $ 2,660.04 1 LS $ 2,144.48 $ 2,144.48 $ 25,733.76 1 LS $ 77.33 $ 77.33 $ 927.96 1 LS $ 247.44 $ 247.44 $ 2,969.28 1 LS $ 283.53 $ 283.53 $ 3,402.36 1 LS $ 77.33 $ 77.33 $ 927.96 1 LS $ 92.79 $ 92.79 $ 1,113.48 $ 13,790.98 $ 165,491.76 Monthly Quantity Unit Unit Cost Monthly Cost Annual Cost 1 LS $ 257.75 1 LS $ 36.09 925,650 SF $ 0.0047 609,840 SF $ 0.0062 1 LS $ 61.86 1 LS $ 46.40 25.78 $ 309.36 92.79 1 LS $ 371.16 ........1.- - - LS....._.... t rrY 51:55 1 LS $ 134.03 $ 257.75 $ 3,093.00 $ 36.09 $ 433.08 $ 4,350.56 $ 52,206.72 $ 3,781.01 $ 45,372.12 $ 61.86 $ 742.32 $ 46.40 $ 556.80 1 LS $ 92.79 $ $ 371.16 $ 4,453.92 1 LS $ 536.12 $ 1 LS $ 77.33 $ 1 LS $ 123.72 $ 1 LS $ 154.65 $ 1 LS $ 25.78 $ 1 LS $ 92.79 $ 5155 CY 618.60 134.03 $ 1,608.36 536.12 $ 6,433.44 77.33 $ 927.96 123.72 $ 1,484.64 154.65 $ 1,855.80 25.78 $ 309.36 92.79 $ 1,113.48 Page 121 Vendor: BrightView Landscape Services Contract No: CO 16-262 Project: Lanscape, Irrigation and Park Maintenance for PD -85 Parks Subject: Pricing for Fiscal Year 2019/2020 with a 0.0% fee increase. Red Hill Park - Service Level C Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control I 11 LS 1 $ 77.33 $ 77.33 $ 927.96 Tree Maintenance I 11 LS 1 $ 77.33 $ 77.33 $ 927.96 Shrub, Groundcover, Vine and Mulch Maint. 1 348,4801 SF 1 $ 0.0047 $ 1,637.86 $ 19,654.32 Turf Maintenance I 1,197,900 SF $ 0.0025 $ 2,994.75 $ 35,937.00 Hardscape Maint. Inc. Sweeping 1 LS $ 92.79 $ 92.79 $ 1,113.48 Decomposed Granite Surfacing 1 LS $ 46.40 $ 46.40 $ 556.80 Irrigation System Maintenance Per Section 900-2.1.2 1 LS ( $ 742.32 $ 742.32 $ 8,907.84 Features Maintenance Playground Maintenance I 1 LS I $ 51.55 $ 51.55 $ 618.60 Picnic Area Maintenance 1 LS $ 268.06 $ 268.06T$ 3,216.72 Lake Maintenance I 1 LS $ 221.67 $ 221.67 I $ 2,660.04 Structures Maintenance Restroom Building Maintenance 1 LS $ 2,144.48 $ 2,144.48 $ 25,733.76 Drinking Fountain Maintenance 1 LS $ 77.33 $ 77.33 $ 927.96 Debris Management Litter Control 1 LS $ 247.44 $ 247.44 $ 2,969.28 Trash Containers 1 LS $ 283.53 $ 283.53 $ 3,402.36 Trash Bin Enclosures 1 LS $ 77.33 $ 77.33 $ 927.96 Graffiti Removal 1 LS I $ 92.79 $ 92.79 $ 1,113.48 Total - Red Hill Park - Service Level C $ 9,132.96 $ 109,595.52 Heritage Park - Service Level C Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Landscape Maintenance Pest Control 11 LS 1 $ 77.33 $ 77.33 $ 927.96 Tree Maintenance 11 LS 1 $ 36.09 $ 36.09 $ 433.08 Shrub, Groundcover, Vine and Mulch Maint. 925,6501 SF 1 $ 0.0047 $ 4,350.56 $ 52,206.72 Turf Maintenance 609,8401 SF 1 $ 0.0025 $ 1,524.60 $ 18,295.20 Hardscape Maint. Inc. Sweeping 11 LS ( $ 61.86 $ 61.86 $ 742.32 Decomposed Granite Surfacing 11 LS 1 $ 46.40 $ 46.40 $ 556.80 Irrigation System Maintenance Per Section 900-2.1.2 I 11 LS I $ 371.16 $ 371.16 $ 4,453.92 Features Maintenance Playgroup d Maintenance 1 L, $ 51.55 $ 51.55 $ __. _.618:60. Picnic Area Maintenance I 11 LS $ 134.03 $ 134.03 $ 1,608.36 Structures Maintenance Restroom Building Maintenance 11 LS $ 536.12 $ 536.12 $ 6,433.44 Drinking Fountain Maintenance 11 LS $ 77.33 $ 77.33 $ 927.96 Debris Management Litter Control 11 LS $ 123.72 $ 123.72 $ 1,484.64 Trash Containers I 11 LS $ 154.65 $ 154.65 I $ 1,855.80 Trash Bin Enclosures 1 LS $ 25.78 $ 25.78 ( $ 309.36 Graffiti Removal 11 LS $ 92.79 $ 92.79 $ 1,113.48 Total - Heritage Park - Service Level C I $ 7,663.97 $ 91,967.64 Page 122 Vendor: BrightView Landscape Services (Contract No: CO 16-262 Project: Lanscape, Irrigation and Park Maintenance for PD-85 Parks Subject: Pricing for Fiscal Year 2019/2020 with a 0.0% fee increase. I I I Extra Work Schedule Unit Unit Cost Furnish and Plant One Gallon Tree and Stake LS $ 8.77 Furnish and Plant Five Gallon Tree and Stake LS $ 19.59 Furnish and Plant Fifteen Gallon Tree and Stake LS $ 97.95 Furnish and Plant One Gallon Shrub LS $ 8.77 Furnish and Plant Five Gallon Shrub LS $ 19.59 Furnish and Plant One Flat Groundcover LS $ 25.78 Furnish, Place and Grade One Cubic Yard of Mulch LS $ 51.55 Sports Field Renovations Unit Unit Cost Soccer Field Renovation LS $ 3,299.20 Softball Field Renovation (No Infield Turf) LS $ 2,577.50 Baseball Field Renovation, 60' Field LS $ 3,608.50 Baseball Field Renovation, 90' Field LS $ 4,330.20 I Hourly Labor Rate Including Overhead Unit Unit Cost General Laborer HR $ 28.87 Skilled Laborer HR $ 41.24 Irrigation Repair Technician HR $ 56.71 Licensed or Certified Chemical Applicator HR $ 61.86 Page 123 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: William Wittkopf, Public Works Services Director Dean Rodia, Parks and Landscape Superintendent Paul Fisher, Management Analyst I SUBJECT: CONSIDERATION TO APPROVE THE RENEWAL OF CONTRACT CO 2012- 009 WITH BRIGHTVIEW LANDSCAPE SERVICES FOR MAINTENANCE OF PARKWAY, PASEO, AND MEDIAN LANDSCAPES WITHIN LANDSCAPE MAINTENANCE DISTRICTS 1 AND 5 DURING FY 2020/2021. RECOMMENDATION: Staff recommends the City Council approve Amendment No. 10 to contract CO 2012-009 with BrightView Landscape Services. Amendment No. 10 deletes LMDs 2 and 4R from the scope of work and extends the term of the contract to June 30, 2021 in an amount not to exceed $270,420. BACKGROUND: On March 21, 2012, the City Council accepted the bids received and awarded contract CO 2012-009 to BrightView Landscape Services for the Maintenance of Landscape and Irrigation within Landscape Maintenance Districts 1, 2, 4R, and 5. This contract, as amended, had an option to renew in one-year increments, up to a total of seven years ending June 30, 2019. On June 19, 2019, the City Council approved a one-year extension to allow time to re -bid these services. RFP 19/20-011 (LMDs 1 and 5), RFP 19/20-012 (LMD 2) and RFP 19/20-013 (LMD 4R) were posted to the City's automated procurement system and proposals were received on September 19, 2019. RFP 19/20-012 and RFP 19/20-013 were successful and new contracts were awarded by Council on April 1, 2020 for landscape maintenance in LMDs 2 and 4R. Unfortunately, following the evaluation of the written proposals and vendor interviews, it was determined the proposals received for LMDs 1 and 5 did not meet the needs of the City. In order to provide continuity of services in LMDs 1 and 5, it is necessary to extend the term of contract CO 2012-009 an additional year. Contract No. CO 2012-009 provides tiered pricing for Service Levels A through C as defined in the contract specifications. Currently, the landscape site in LMD 5 is maintained at Service Level A and LMD 1 sites are maintained at Service Level C. If approved, Amendment No. 10 to contract CO 2012-009 will amend the contract to extend the term an additional year to June 30, 2021 and delete LMDs 2 and 4R from the scope of work with NO rate increase or other changes to the scope of work, service levels, or other terms and conditions. Staff is currently reviewing the landscape maintenance contracts and seeking opportunities to realign some of the services to increase operational efficiencies and reduce contract costs to align with the district budgets in LMDs 1 and 5. The specifications are expected to be completed by the end of the calendar year. Once completed, the specifications will be forwarded to the Procurement Department for Page 124 a formal solicitation. The goal is to have the solicitation completed and a new contract awarded before the end of the fiscal year. Upon completion of a successful procurement and award of a new contract, Contract No. CO 2012-009 will be terminated, and services will begin with the selected vendor. ANALYSIS: BrightView Landscape Services has submitted a Letter of Intent expressing their desire to continue providing service to the City of Rancho Cucamonga during 2020/2021 with NO rate increase. BrightView Landscape Services continues to provide acceptable service to the City. Staff recommends the City Council approve the renewal of contract CO 2012-009 effective July 1, 2020 and approve the spending limit of $270,420 for FY 2020/2021. FISCAL IMPACT: The contract price is within the contract services budget line items in the proposed budget for FY 2020/2021. COUNCIL GOAL(S) ADDRESSED: This item addresses the City Council's goal of Enhancing Premier Community Status in our region by maintaining safe and aesthetically pleasing parkway, paseo and median landscapes. ATTACHMENTS: Description /Amendment 10 Page 125 Attachment 1 - Amendment 10 AMENDMENT NO. 10 to Professional Services Agreement (CO #2012-009) between BrightView Landscape Services (hereinafter "Contractor") and City of Rancho Cucamonga (hereinafter the "City") This Amendment No. 10 will serve to amend the Professional Services Agreement (hereinafter "Agreement"), CO# 2012-009, to incorporate the following: The above-mentioned Agreement has been in effect for eight (8) years and has an option to renew in one (1) year increments. Contractor and City would like to exercise the option to renew CO 2012-009 for one (1) additional year. Item 1. The term of the agreement is hereby extended an additional year to June 30, 2021 in an amount that shall not exceed $270,420 for routine maintenance and extra work during the period July 1, 2020 through June 30, 2021. Routine maintenance shall be performed at Service Level C at LMD 1 sites, and at Service Level A at LMD 5 sites. Said extension will be in accordance with the Contractor's letter of intent dated April 15, 2020, attached hereto as Exhibit A. This will be the ninth year of the agreement. Item 2. Landscape maintenance at sites in LMD 2 and LMD 4R are excluded from this contract extension. Item 3. The contract rates effective July 1, 2020 are attached hereto as Exhibit B. All other Terms and Conditions of the original Agreement CO#2012-009, 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 three (3) original signed copies to the City no later than May 21, 2020. The City will process the copies for signature and provide Contractor with one (1) fully executed copy of the Amendment. BrightView Landscape Services City of Rancho Cucamonga By: By: Name Date Name Date Title Title By: By: Name Date Name Date Title Title (two signatures required if corporation) Page 126 BrightView Landscape Services April 15, 2020 Paul Fisher, Management Analyst City of Rancho Cucamonga, Public Works Services 8794 Lion Street, Rancho Cucamonga, CA 91730 RE: Contract Renewals: CO 16-146 (LMD-1 Park Maintenance) CO 16-262 (PD - 85 Park Maintenance) CO 2012-009 (LMD 1, and 5 Landscape Maintenance) Mr. Fisher, On behalf of BrightView Landscape Services Inc. we would like to thank the City of Rancho Cucamonga for the continued partnership. Please accept this letter as our intent to renew the three contracts mentioned above for fiscal year 2020/2021. Feel free to contact me at 909-437-2937 or Anthony.Mader@brightview.com with any questions. Very truly yours, BrightView Landscape Services Rene Rivera Vice President -General Manager Inland Empire cc: Frank Annino SVP Page 127 Exhibit B Vendor: BrightView Landscape Services Contract No: CO 2012-009 Project: Landscape and Irrigation Maintenance for LMDs 1 and 5 Subject: Pricing for Fiscal Year 2020-2021 with a 0.0% fee increase. Item Description Quantity (Sq. Ft.) Monthly Unit Cost Monthly Cost Annual Cost Service Level A LMD 1 Parkways - Service Level A Continuous Parkway Maintenance as Per Contract Specifications for Groundcover 1,202,383 $ 0.01221 $ 14,681.10 $ 176,173.20 Continuous Parkway Maintenance as Per Contract Specifications for Turf 6,390 $ 0.01554 $ 99.30 $ 1,191.60 Continuous Parkway Maintenance as Per Contract Specifications for Hardscape 482,082 $ 0.00277 $ 1,335.37 $ 16,024.44 Continuous Parkway Maintenance as Per Contract Specifications for Mulchscape 41,672 $ 0.00666 $ 277.54 $ 3,330.48 LMD 1 Total 1,732,527 $ 16,393.31 $ 196,719.72 LMD 5 Parkways - Service Level A Continuous Parkway Maintenance as Per Contract Specifications for Groundcover 1,506 $ 0.01221 $ 18.39 $ 220.68 Continuous Parkway Maintenance as Per Contract Specifications for Turf 1,070 $ 0.01554 $ 16.63 $ 199.56 Continuous Parkway Maintenance as Per Contract Specifications for Hardscape 640 $ 0.00277 $ 1.77 $ 21.24 Continuous Parkway Maintenance as Per Contract Specifications for Mulchscape $ - $ - $ - LMD 5 Totals 3,216 $ 36.79 $ 441.48 Service Level B LMD 1 Parkways - Service Level B Continuous Parkway Maintenance as Per Contract Specifications for Groundcover 1,202,383 $ 0.01109 $ 13,334.43 $ 160,013.16 Continuous Parkway Maintenance as Per Contract Specifications for Turf 6,390 $ 0.01498 $ 95.72 $ 1,148.64 Continuous Parkway Maintenance as Per Contract Specifications for Hardscape 482,082 $ 0.00200 $ 964.16 $ 11,569.92 Continuous Parkway Maintenance as Per Contract Specifications for Mulchscape 41,672 $ 0.00666 $ 277.54 $ 3,330.48 LMD 1 Total 1,732,527 $ 14,671.85 $ 176,062.20 Page 128 Exhibit B Vendor: BrightView Landscape Services Contract No: CO 2012-009 Project: Landscape and Irrigation Maintenance for LMDs 1 and 5 Subject: Pricing for Fiscal Year 2020-2021 with a 0.0% fee increase. LMD 5 Parkways - Service Level B Continuous Parkway Maintenance as Per Contract Specifications for Groundcover 1,506 $ 0.01109 $ 16.70 $ 200.40 Continuous Parkway Maintenance as Per Contract Specifications for Turf 1,070 $ 0.01498 $ 16.03 $ 192.36 Continuous Parkway Maintenance as Per Contract Specifications for Hardscape 640 $ 0.00200 $ 1.28 $ 15.36 Continuous Parkway Maintenance as Per Contract Specifications for Mulchscape 0 $ - $ - $ - LMD 5 Totals 3,216 $ 34.01 $ 408.12 Service Level C LMD 1 Parkways - Service Level C Continuous Parkway Maintenance as Per Contract Specifications for Groundcover 1,202,383 $ 0.00999 $ 12,011.81 $ 144,141.72 Continuous Parkway Maintenance as Per Contract Specifications for Turf 6,390 $ 0.01109 $ 70.87 $ 850.44 Continuous Parkway Maintenance as Per Contract Specifications for Hardscape 482,082 $ 0.00200 $ 964.16 $ 11,569.92 Continuous Parkway Maintenance as Per Contract Specifications for Mulchscape 41,672 $ 0.00444 $ 185.02 $ 2,220.24 LMD 1 Total 1,732,527 $ 13,231.86 $ 158,782.32 LMD 5 Parkways - Service Level C Continuous Parkway Maintenance as Per Contract Specifications for Groundcover 1,506 $ 0.00999 $ 15.04 $ 180.48 Continuous Parkway Maintenance as Per Contract Specifications for Turf 1,070 $ 0.01109 $ 11.87 $ 142.44 Continuous Parkway Maintenance as Per Contract Specifications for Hardscape 640 $ 0.00200 $ 1.28 $ 15.36 Continuous Parkway Maintenance as Per Contract Specifications for Mulchscape 0 $ - $ - $ - LMD 5 Totals 3,216 $ 28.19 $ 338.28 Page 129 Exhibit B Vendor: BrightView Landscape Services Contract No: CO 2012-009 Project: Landscape and Irrigation Maintenance for LMDs 1 and 5 Subject: Pricing for Fiscal Year 2020-2021 with a 0.0% fee increase. Supplemental Schedule Extra Work Amount Plant One Gallon Tree and Stake $ 7.77 Plant Five Gallon Tree and Stake $ 18.86 Plant Fifteen Gallon Tree and Stake $ 94.32 Plant One Gallon Shrub $ 7.77 Plant Five Gallon Shrub $ 18.86 Plant One Flat of Ground Cover $ 27.74 Place and Grade One Cubic Yard of Mulch $ 55.48 Hourly Labor Rate General Laborer $ 27.74 Skilled Laborer $ 38.84 Irrigation Repair Technician $ 49.93 Licensed or Certified Chemical Applicator $ 55.48 Page 130 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: William Wittkopf, Public Works Services Director Dean Rodia, Parks and Landscape Superintendent Paul Fisher, Management Analyst I SUBJECT: CONSIDERATION TO APPROVE THE RENEWAL OF CONTRACT CO 17- 140 WITH MARIPOSA LANDSCAPES, INC. FOR LANDSCAPE AND IRRIGATION MAINTENANCE ON HAVEN AVENUE AND FOOTHILL BOULEVARD MEDIANS DURING FY 2020/2021 AND AUTHORIZE THE CITY MANAGER TO RENEW THE CONTRACT ANNUALLY. RECOMMENDATION: Staff recommends the City Council approve Amendment No. 3 to contract CO 17-140 with Mariposa Landscapes, Inc., extending the term of the contract to June 30, 2021 in an amount not to exceed $283,330 for FY 2020/2021 and an estimated contract value of $1,203,180 over the four years remaining on the contract, and authorize the City Manager to renew the contract annually. BACKGROUND: On June 21, 2017, the City Council accepted the bids received for landscape and irrigation maintenance on the Haven Avenue and Foothill Boulevard medians, and awarded contract CO 17-140 to Mariposa Landscapes Inc. The term of the contract is one year, with the option to renew in one-year increments for a maximum of seven years through June 30, 2024. Included in the contract is tiered pricing for Service Levels A through C as defined in the specifications. Currently all sites on the Haven and Foothill medians are maintained at Service Level B. If approved, Amendment No. 3 to contract CO 17-140 will extend the term of the contract to June 30, 2021 with NO rate increase and no changes to the scope of work, service levels, or other terms and conditions. ANALYSIS: Mariposa Landscapes, Inc. has submitted a Letter of Intent expressing their desire to continue providing service to the City of Rancho Cucamonga during FY 2020/2021 with NO rate increase. In anticipation of a possible request by the contractor for a Consumer Price Index (CPI -U) increase adjustment in future years, staff has prepared the chart below to show the estimated annual funding breakdown. Please note this is only an estimate and the amounts listed below could vary. Prior Year Fiscal Year Costs Est. Annual Increase (4%) Total Costs 2020/2021 $ 283,330 2021/2022 $ 283,330 $ 11,340 $ 294,670 2022/2023 $ 294,670 $ 11,790 $ 306,460 2023/2024 $ 306,460 $ 12,260 $ 318,720 Page 131 Grand Total 1 $ 1,203,180 Mariposa Landscapes, Inc. continues to provide service meeting the needs of the City as outlined in the contract documents. Staff recommends the City Council approve the renewal of contract CO 17-140 effective July 1, 2020 and approve the spending limit of $283,330 for FY 2020/2021 and the estimated total contract value of $1,203.180 over the four years remaining on the contract. FISCAL IMPACT: The contract price is within the contract services budget line items in the proposed budget for FY 2020/2021. COUNCIL GOAL(S) ADDRESSED: This item addresses the City Council's goal of Enhancing Premier Community Status in our region by maintaining safe and aesthetically pleasing parkway, paseo and median landscapes. ATTACHMENTS: Description Amendment 3 Page 132 Attachment 1 - Amendment 3 &I LVA Ia217LVA IOki UNIS] to Professional Services Agreement (CO #17-140) between Mariposa Landscapes, Inc. (hereinafter Contractor) and City of Rancho Cucamonga (hereinafter "City") This Amendment No. 3 will serve to amend the Professional Services Agreement (hereinafter "Agreement"), CO# 17-140 to incorporate the following: Item 1: The term of the agreement is hereby extended to June 30, 2021 in an amount that shall not exceed $283,330 for routine maintenance and extra work during the period July 1, 2020 through June 30, 2021. Routine maintenance shall be performed at service level B per contract specifications. Said extension will be in accordance with contractor's letter of intent dated April 8, 2020, attached hereto as Exhibit A. This will be the third year of the agreement. Item 2: The contract rates effective July 1, 2020 are attached hereto as Exhibit B. All other Terms and Conditions of the original Agreement CO# 17-140, 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 no later than May 21, 2020. The City will process both copies for signature and provide Contractor with one (1) fully executed copy of the Amendment. Mariposa Landscapes, Inc. City of Rancho Cucamonga By: By: Name Date Name Title Title By: Name Date Title (two signatures required if corporation) Date Page 133 M A L N D April 8, 2020 PV l S C City of Rancho Cucamonga Public Works Services Department 14177 Frederick Street Rancho Cucamonga, CA 91730 Attn: Paul Fisher F.11 P O S A N C Subject: 2020-2021 Landscape Maintenance Contract Renewal for CO 17-140, CO27-142, CO27-143 and CO 18-030 Dear Mr. Fisher: This letter will serve as a formal request to extend our current landscape maintenance contract agreements for an additional year ending June 30, 2021. Understanding the declining revenues during these challenging times, and our long history of partnership with the City of Rancho Cucamonga, Mariposa Landscapes agrees to renew all four contracts with NO rate increase. I would like to take this opportunity to thank you for allowing Mariposa Landscape, Inc. to provide quality landscape maintenance services to the City of Rancho Cucamonga. Sincerely, Antonio Karraa — Area Manager Mariposa Landscapes, Inc. antonio.karraa@mariposa-ca.com (626) 931 -6712 -cell <�19 TEL 800 • 794 • 9458 • FAX • • . www.mariposa-ca.com 960 8477 www.mariposa ca.com 6232 SANTOS DIAZ ST., IRWINDALE, CA 91702 • CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 Our Core Values — Safety • Teamwork • Quality • Integrity Page 134 Exhibit 6 Vendor: Mariposa Landscapes Contract No: CO 17-140 Project: Landscape, Irrigation for Haven and Foothill Medians Subject: Pricing for Fiscal Year 2020-2021 with 0.0% increase Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost Haven and Foothill Medians Continuous Landscape Maintenance per Contract Specifications at Service Level A 385,928 SF $ 0.0431 $ 16,633.50 $ 199,602.00 Continuous Landscape Maintenance per Contract Specifications at Service Level B 385,928 SF $ 0.0386 $ 14,896.82 $ 178,761.84 Continuous Landscape Maintenance per Contract Specifications at Service Level C 385,928 SF $ 0.0370 $ 14,279.34 $ 171,352.08 Planting, Mulch and DG Unit Costs Unit Unit Cost Plant 5 Gallon Tree and Stake LS $ 40.76 Plant 15 Gallon Tree and Stake LS $ 128.68 Plant 1 Gallon Shrub LS $ 9.66 Plant 5 Gallon Shrub LS $ 21.45 Plant 1 Flat Ground Cover LS $ 30.03 Prep, Place and Grade Mulch LS $ 42.90 Prep, Place and Grade DG LS $ 86.86 Hourly Labor Rate Including Overhead Unit Unit Cost General Laborer HR $ 37.53 Irrigation Maintenance and Repair HR $ 51.48 Licensed or Certified Chemical Applicator HR $ 58.98 Tree Removal with Stump Grind Unit Unit Cost 0" to 3" LS $ 80.42 >3" to 12" LS $ 214.46 >12" to 24" LS $ 643.36 >24" to 36" LS $ 1,179.48 >36" LS $ 1,822.84 Tree Removal without Stump Grind Unit Unit Cost 0" to 3" LS $ 53.62 >3" to 12" LS $ 160.84 >12" to 24" LS $ 536.13 >24" to 36" LS $ 911.42 >36" LS $ 1,447.55 Stump Grind Only Unit Unit Cost 0" to 3" LS $ 21.45 >3" to 12" LS $ 53.62 >12" to 24" LS $ 134.04 >24" to 36" LS $ 284.15 >36" LS $ 455.71 4/23/2020, 5:10 PM Page 135 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: William Wittkopf, Public Works Services Director Dean Rodia, Parks and Landscape Superintendent Paul Fisher, Management Analyst I SUBJECT: CONSIDERATION TO APPROVE THE RENEWAL OF CONTRACT CO 17- 142 WITH MARIPOSA LANDSCAPES, INC. FOR LANDSCAPE AND IRRIGATION MAINTENANCE ON GENERAL FUND, LMD 3A, AND LMD 3B PARKWAYS AND MEDIANS DURING FY 2020/2021 AND AUTHORIZE THE CITY MANAGER TO RENEW THE CONTRACT ANNUALLY. RECOMMENDATION: Staff recommends the City Council approve Amendment No. 4 to contract CO 17-142 with Mariposa Landscapes, Inc., extending the term of the contract to June 30, 2021 in an amount not to exceed $1,157,900 for FY 2020-2021 and an estimated total contract amount of $4,917,000 over the four years remaining on the contract, and authorize the City Manager to renew the contract annually. BACKGROUND: On June 21, 2017, the City Council accepted the bids received for landscape and irrigation maintenance on the General Fund, LMD 3A, and LMD 313 parkways and medians, and awarded contract CO 17-142 to Mariposa Landscapes, Inc. The term of the contract is one year, with the option to renew in one-year increments for a maximum of seven years through June 30, 2024. Included in the contract is tiered pricing for Service Levels A through C as defined in the specifications. Currently, landscape sites in General Fund, LMD 3A and LMD 313 are maintained at Service Level A. If approved, Amendment No. 4 to contract CO 17-142 will extend the term of the contract to June 30, 2021 with NO rate increase and no changes to the scope of work, service levels, or other terms and conditions. ANALYSIS: Mariposa Landscapes, Inc. has submitted a Letter of Intent expressing their desire to continue providing service to the City of Rancho Cucamonga during 2019/2020 with NO rate increase. In anticipation of a possible request by the contractor for a Consumer Price Index (CPI -U) increase adjustment in future years, staff has prepared the chart below to show the estimated annual funding breakdown. Please note this is only an estimate and the amounts listed below could vary. Prior Year Fiscal Year Costs Est. Annual Increase (4%) Total Costs 2020/2021 $ 1,157,900 2021/2022 $ 1,157,900 $ 46,320 $ 1,204,220 2022/2023 $ 1,204,220 $ 48,170 $ 1,252,390 2023/2024 $ 1,252,390 $ 50,100 $ 1,302,490 Page 136 Grand Total 1 $ 4,917,000 Mariposa Landscapes, Inc. continues to provide service meeting the needs of the City as outlined in the contract documents. Staff recommends the City Council approve the renewal of contract CO 17-142 effective July 1, 2020 and approve the spending limit of $1,157,900 for FY 2020/2021 and the estimated total contract value of $4,917,000 over the four years remaining on the contract. FISCAL IMPACT: The contract price is within the contract services budget line items in the proposed budget for FY 2020/2021. COUNCIL GOAL(S) ADDRESSED: This item addresses the City Council's goal of Enhancing Premier Community Status in our region by maintaining safe and aesthetically pleasing parkway, paseo and median landscapes. ATTACHMENTS: Description Amendment 4 Page 137 Attachment 1 - Amendment 4 &I LVA Ia217LVA IOki UNIM, to Professional Services Agreement (CO #17-142) between Mariposa Landscapes, Inc. (hereinafter Contractor) and City of Rancho Cucamonga (hereinafter "City") This Amendment No. 4 will serve to amend the Professional Services Agreement (hereinafter "Agreement"), CO# 17-142 to incorporate the following: Item 1: The term of the agreement is hereby extended to June 30, 2020, in an amount that shall not exceed $1,157,900, for routine maintenance and extra work during the period July 1, 2020 through June 30, 2021. Routine maintenance shall be performed at Service Level A at General Fund and LMD 313 sites. Said extension will be in accordance with contractor's letter of intent dated April 8, 2020, attached hereto as Exhibit A. This will be the third year of the agreement. Item 2: Routine maintenance shall not be performed in LMD 3A. This site shall receive as needed services as directed by City only. Item 3: The contract rates effective July 1, 2020 are attached hereto as Exhibit B. All other Terms and Conditions of the original Agreement CO# 17-142 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 no later than May 21, 2020. The City will process both copies for signature and provide Contractor with one (1) fully executed copy of the Amendment. Mariposa Landscapes, Inc. City of Rancho Cucamonga By: By: Name Date Name Date Title Title By: By: Name Date Name Date Title Title (two signatures required if corporation) Page 138 M A L N D April 8, 2020 PV l S C City of Rancho Cucamonga Public Works Services Department 14177 Frederick Street Rancho Cucamonga, CA 91730 Attn: Paul Fisher F.11 P O S A N C Subject: 2020-2021 Landscape Maintenance Contract Renewal for CO 17-140, CO27-142, CO27-143 and CO 18-030 Dear Mr. Fisher: This letter will serve as a formal request to extend our current landscape maintenance contract agreements for an additional year ending June 30, 2021. Understanding the declining revenues during these challenging times, and our long history of partnership with the City of Rancho Cucamonga, Mariposa Landscapes agrees to renew all four contracts with NO rate increase. I would like to take this opportunity to thank you for allowing Mariposa Landscape, Inc. to provide quality landscape maintenance services to the City of Rancho Cucamonga. Sincerely, Antonio Karraa — Area Manager Mariposa Landscapes, Inc. antonio.karraa@mariposa-ca.com (626) 931 -6712 -cell <�19 TEL 800 • 794 • 9458 • FAX • • . www.mariposa-ca.com 960 8477 www.mariposa ca.com 6232 SANTOS DIAZ ST., IRWINDALE, CA 91702 • CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 Our Core Values — Safety • Teamwork • Quality • Integrity Page 139 Exhibit 6 Vendor: Mariposa Landscapes Contract No: CO 17-142 Project: Landscape, Irrigation for General Fund, LMD 3A and LMD 3B Subject: Pricing for Fiscal Year 2019-2020 with no increase Quantity Unit MonthlyUnit Cost Monthly Cost Annual Cost General Fund Parkways and Medians Continuous Landscape Maintenance per Contract Specifications for Ground Cover at Service Level A 1,022,994 SF $ 0.0260 $ 26,597.84 $ 319,174.08 Continuous Landscape Maintenance per Contract Specifications for Turf at Service Level A 0 SF $ 0.0267 $ - $ - Total Cost at Service Level A Continuous Landscape Maintenance per Contract Specifications for Ground Cover at Service Level B 1,022,994 SF $ 0.0260 $ 26,597.84 $ 319,174.08 Continuous Landscape Maintenance per Contract Specifications for Turf at Service Level B 0 SF $ 0.0263 $ - $ - Total Cost at Service Level B Continuous Landscape Maintenance per Contract Specifications for Ground Cover at Service Level C 1,022,994 SF $ 0.0239 $ 24,449.56 $ 293,394.72 Continuous Landscape Maintenance per Contract Specifications for Turf at Service Level C 0 SF $ 0.0239 $ - $ - Total Cost at Service Level C Quantity Unit MonthlyUnit Cost Monthly Cost Annual Cost LMD 3A Parkways and Medians Continuous Landscape Maintenance per Contract Specifications for Ground Cover at Service Level A 6,050 SF $ 0.0355 $ 214.78 $ 2,577.36 Continuous Landscape Maintenance per Contract Specifications for Ground Cover at Service Level B 6,050 SF $ 0.0267 $ 161.54 $ 1,938.48 Continuous Landscape Maintenance per Contract Specifications for Ground Cover at Service Level C 6,050 SF $ 0.0239 $ 144.60 $ 1,735.20 Exhibit B, Page 1 of 3 4/28/2020, 12:01 PM Page 140 Exhibit 6 Vendor: Mariposa Landscapes Contract No: CO 17-142 Project: Landscape, Irrigation for General Fund, LMD 3A and LMD 3B Subject: Pricing for Fiscal Year 2019-2020 with no increase Quantity Unit MonthlyUnit Cost Monthly Cost Annual Cost LMD 3B Parkways and Medians Continuous Landscape Maintenance per Contract Specifications for Ground Cover at Service Level A 307,302 SF $ 0.0267 $ 8,204.96 $ 98,459.52 Continuous Landscape Maintenance per Contract Specifications for Turf at Service Level A 7,816 SF $ 0.0267 $ 208.69 $ 2,504.28 Total Cost at Service Level A Continuous Landscape Maintenance per Contract Specifications for Ground Cover at Service Level B 307,302 SF $ 0.0263 $ 8,082.04 $ 96,984.48 Continuous Landscape Maintenance per Contract Specifications for Turf at Service Level B 7,816 SF $ 0.0263 $ 205.56 $ 2,466.72 Total Cost at Service Level B Continuous Landscape Maintenance per Contract Specifications for Ground Cover at Service Level C 307,302 SF $ 0.0239 $ 7,344.52 $ 88,134.24 Continuous Landscape Maintenance per Contract Specifications for Turf at Service Level C 7,816 SF $ 0.0239 $ 186.80 $ 2,241.60 Total Cost at Service Level C Planting, Mulch and DG Unit Costs Unit Unit Cost Plant 5 Gallon Tree and Stake LS $ 40.76 Plant 15 Gallon Tree and Stake LS $ 128.68 Plant 1 Gallon Shrub LS $ 9.66 Plant 5 Gallon Shrub LS $ 21.45 Plant 1 Flat Ground Cover LS $ 30.03 Prep, Place and Grade Mulch LS $ 42.90 Prep, Place and Grade DG LS $ 86.86 Hourly Labor Rate Including Overhead Unit Unit Cost General Laborer HR $ 37.53 Irrigation Maintenance and Repair HR $ 51.48 Licensed or Certified Chemical Applicator HR $ 58.98 Tree Removal with Stump Grind Unit Unit Cost 0" to 3" LS $ 80.42 >3" to 12" LS $ 214.46 >12" to 24" LS $ 643.36 >24" to 36" LS $ 1,179.48 >36" LS $ 1,822.84 Exhibit B, Page 2 of 3 4/28/2020, 12:01 PM Page 141 Exhibit 6 Vendor: Mariposa Landscapes Contract No: CO 17-142 Project: Landscape, Irrigation for General Fund, LMD 3A and LMD 3B Subject: Pricing for Fiscal Year 2019-2020 with no increase Tree Removal without Stump Grind Unit Unit Cost 0" to 3" LS $ 53.62 >3" to 12" LS $ 160.84 >12" to 24" LS $ 536.13 >24" to 36" LS $ 911.42 >36" LS $ 1,447.55 Stump Grind Only Unit Unit Cost 0" to 3" LS $ 21.45 >3" to 12" LS $ 53.62 >12" to 24" LS $ 134.04 >24" to 36" LS $ 284.15 >36" LS $ 455.71 Exhibit B, Page 3 of 3 4/28/2020, 12:01 PM Page 142 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: William Wittkopf, Public Works Services Director Dean Rodia, Parks and Landscape Superintendent Paul Fisher, Management Analyst I SUBJECT: CONSIDERATION TO APPROVE THE RENEWAL OF CONTRACT CO 17- 143 WITH MARIPOSA LANDSCAPES, INC. FOR PARK MOWING AND FACILITY LANDSCAPE MAINTENANCE DURING FY 2020/2021 AND AUTHORIZE THE CITY MANAGER TO RENEW THE CONTRACT ANNUALLY. RECOMMENDATION: Staff recommends the City Council approve Amendment No. 5 to contract CO 17-143 with Mariposa Landscapes, Inc., extending the term of the contract to June 30, 2021 in an amount not to exceed $674,750 for FY 2020-2021 and an estimated total contract amount of $2,865,310 over the four years remaining on the contract, and authorize the City Manager to renew the contract annually. BACKGROUND: On June 21, 2017, the City Council accepted the bids received for park mowing and facility landscape maintenance, and awarded contract CO 17-143 to Mariposa Landscapes, Inc. The term of the contract is one year, with an option to renew in one-year increments for a maximum of seven years through June 30, 2024. Included in the contract is tiered pricing for Service Levels A through C as defined in the specifications. Currently all parks and landscapes are maintained at Service Level A. If approved, Amendment No. 5 to contract CO 17-143 will extend the term of the contract to June 30, 2021 with NO rate increase and no changes to the scope of work, service levels, or other terms and conditions. ANALYSIS: Mariposa Landscapes, Inc. has submitted a Letter of Intent expressing their desire to continue providing service to the City of Rancho Cucamonga during 2020/2021 with NO rate increase. In anticipation of a possible request by the contractor for a Consumer Price Index (CPI -U) increase adjustment in future years, staff has prepared the chart below to show the estimated annual funding breakdown. Please note this is only an estimate and the amounts listed below could vary. Prior Year Fiscal Year Costs Est. Annual Increase (4%) Total Costs 2020/2021 $ 674,750 2021/2022 $ 674,750 $ 26,990 $ 701,740 2022/2023 $ 701,740 $ 28,070 $ 729,810 2023/2024 $ 729,810 $ 29,200 $ 759,010 Grand Total 1 $2,86 310 Page 143 Mariposa Landscapes, Inc. continues to provide service meeting the needs of the City as outlined in the contract documents. Staff recommends the City Council approve the renewal of contract CO 17-143 effective July 1, 2020 and approve the spending limit of $674,750 for FY 2020/2021 and the estimated total contract value of $2,865,310 over the four years remaining on the contract. An additional $221,770 over four years for landscape maintenance at Jersey Station (174)/Training Center/Fire Shop and Fire Station 175 will be considered separately by the Fire District Board of Directors. FISCAL IMPACT: The contract price is within the contract services budget line items in the proposed budget for FY 2020/2021. COUNCIL GOAL(S) ADDRESSED: This item addresses the City Council's goal of Enhancing Premier Community Status in our region by maintaining safe and aesthetically pleasing park and recreational sites. ATTACHMENTS: Description Amendment 5 Page 144 Attachment 1 - Amendment 5 AMENDMENT NO. 5 to Professional Services Agreement (CO #17-143) between Mariposa Landscapes, Inc. (hereinafter Contractor) and City of Rancho Cucamonga (hereinafter "City") and Rancho Cucamonga Fire Protection District (hereinafter the "RCFPD") This Amendment No. 5 will serve to amend the Professional Services Agreement (hereinafter "Agreement"), CO# 17-143 to incorporate the following: Item 1: The term of the agreement is hereby extended to June 30, 2020 in an amount that shall not exceed $674,750 for City facilities and $52,220 for RCFPD facilities during the period July 1, 2020 through June 30, 2021. Routine maintenance shall be performed at service level A per contract specifications. Said extension will be in accordance with contractor's letter of intent dated April 8, 2020, attached hereto as Exhibit A. This will be the third year of the agreement. Item 2: The contract rates effective July 1, 2020 are attached hereto as Exhibit B. All other Terms and Conditions of the original Agreement, CO# 17-143, 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 May 21, 2020. The City and RCFPD will process both copies for signature and provide Contractor with one (1) fully executed copy of the Amendment. Mariposa Landscapes, Inc. IM Name Date Title By: Name Date Title (two signatures required if corporation) City of Rancho Cucamonga IM Name Date Title Rancho Cucamonga Fire Protection District By: Name Date Title Page 145 M A L N D April 8, 2020 PV l S C City of Rancho Cucamonga Public Works Services Department 14177 Frederick Street Rancho Cucamonga, CA 91730 Attn: Paul Fisher F.11 P O S A N C Subject: 2020-2021 Landscape Maintenance Contract Renewal for CO 17-140, CO27-142, CO27-143 and CO 18-030 Dear Mr. Fisher: This letter will serve as a formal request to extend our current landscape maintenance contract agreements for an additional year ending June 30, 2021. Understanding the declining revenues during these challenging times, and our long history of partnership with the City of Rancho Cucamonga, Mariposa Landscapes agrees to renew all four contracts with NO rate increase. I would like to take this opportunity to thank you for allowing Mariposa Landscape, Inc. to provide quality landscape maintenance services to the City of Rancho Cucamonga. Sincerely, Antonio Karraa — Area Manager Mariposa Landscapes, Inc. antonio.karraa@mariposa-ca.com (626) 931 -6712 -cell <�19 TEL 800 • 794 • 9458 • FAX • • . www.mariposa-ca.com 960 8477 www.mariposa ca.com 6232 SANTOS DIAZ ST., IRWINDALE, CA 91702 • CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 Our Core Values — Safety • Teamwork • Quality • Integrity Page 146 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase Archibald Library Quantity Service Level A Unit Cost Pest Control (901-1) 1 LS $ 35.3844 $ 35.38 $ 424.56 Tree Maintenance (901-2) 1 LS $ 35.3844 $ 35.38 $ 424.56 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 13,810 SF $ 0.0283 $ 390.82 $ 4,689.84 Irrigation Maintenance (901-5) 1 LS $ 162.7682 $ 162.77 $ 1,953.24 Hardscape Maintenance (901-6) 1 LS $ 84.9226 $ 84.92 $ 1,019.04 Total Cost at Service Level A $ 8,511.24 Service Level B Pest Control (901-1) 1 LS $ 34.6339 $ 34.63 $ 415.56 Tree Maintenance (901-2) 1 LS $ 34.6339 $ 34.63 $ 415.56 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 13,810 SF $ 0.0276 $ 381.16 $ 4,573.92 Irrigation Maintenance (901-5) 1 LS $ 159.3156 $ 159.32 $ 1,911.84 Hardscape Maintenance (901-6) 1 LS $ 83.1212 $ 83.12 $ 997.44 Total Cost at Service Level B $ 8,314.32 Service Level C Pest Control (901-1) 1 LS $ 32.7038 $ 32.70 $ 392.40 Tree Maintenance (901-2) 1 LS $ 32.7038 $ 32.70 $ 392.40 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 13,810 SF $ 0.0262 $ 361.82 $ 4,341.84 Irrigation Maintenance (901-5) 1 LS $ 150.4373 $ 150.44 $ 1,805.28 Hardscape Maintenance (901-6) 1 LS $ 78.4890 $ 78.49 $ 941.88 Total Cost at Service Level C $ 7,873.80 1of12 Page 147 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase FoothillQuantity Service Level A Unit Cost Pest Control (901-1) 1 LS $ 107.3756 $ 107.38 $ 1,288.56 Tree Maintenance (901-2) 1 LS $ 161.0633 $ 161.06 $ 1,932.72 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 105,200 SF $ 0.0257 $ 2,703.64 $ 32,443.68 Irrigation Maintenance (901-5) 1 LS $ 536.8776 $ 536.88 $ 6,442.56 Hardscape Maintenance (901-6) 1 LS $ 268.4388 $ 268.44 $ 3,221.28 Trail Maintenance (901-7) 1 LS $ 536.8776 $ 536.88 $ 6,442.56 Trash Receptacle Maintenance (901-9) 1 LS $ 268.4388 $ 268.44 $ 3,221.28 Restroom Building Maintenance (901-10) 1 LS $ 805.3164 $ 805.32 $ 9,663.84 Total Cost at Service Level A $ 64,656.48 Service Level B Pest Control (901-1) 1 LS $ 105.4026 $ 105.40 $ 1,264.80 Tree Maintenance (901-2) 1 LS $ 158.1039 $ 158.10 $ 1,897.20 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 105,200 SF $ 0.0252 $ 2,651.04 $ 31,812.48 Irrigation Maintenance (901-5) 1 LS $ 527.0129 $ 527.01 $ 6,324.12 Hardscape Maintenance (901-6) 1 LS $ 263.5065 $ 263.51 $ 3,162.12 Trail Maintenance (901-7) 1 LS $ 527.0129 $ 527.01 $ 6,324.12 Trash Receptacle Maintenance (901-9) 1 LS $ 263.5065 $ 263.51 $ 3,162.12 Restroom Building Maintenance (901-10) 1 LS $ 790.5193 $ 790.52 $ 9,486.24 Total Cost at Service Level B $ 63,433.20 Service Level C Pest Control (901-1) 1 LS $ 98.9691 $ 98.97 $ 1,187.64 Tree Maintenance (901-2) 1 LS $ 148.4536 $ 148.45 $ 1,781.40 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 105,200 SF $ 0.0236 $ 2,482.72 $ 29,792.64 Irrigation Maintenance (901-5) 1 LS $ 494.8453 $ 494.85 $ 5,938.20 Hardscape Maintenance (901-6) 1 LS $ 247.4227 $ 247.42 $ 2,969.04 Trail Maintenance (901-7) 1 LS $ 494.8453 $ 494.85 $ 5,938.20 Trash Receptacle Maintenance (901-9) 1 LS $ 247.4227 $ 247.42 $ 2,969.04 Restroom Building Maintenance (901-10) 1 LS $ 742.2679 $ 742.27 $ 8,907.24 Total Cost at Service Level C $ 59,483.40 2of12 Page 148 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityLions Park Service Level A Unit Cost Pest Control (901-1) 1 LS $ 58.1162 $ 58.12 $ 697.44 Tree Maintenance (901-2) 1 LS $ 58.1162 $ 58.12 $ 697.44 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 23,330 SF $ 0.0611 $ 1,425.46 $ 17,105.52 Turf Maintenance (901-5) 33,565 SF $ 0.0156 $ 523.61 $ 6,283.32 Irrigation Maintenance (901-5) 1 LS $ 348.6971 $ 348.70 $ 4,184.40 Hardscape Maintenance (901-6) 1 LS $ 116.2324 $ 116.23 $ 1,394.76 Mulchscape Maintenance (901-8) 1,000 SF $ 0.2036 $ 203.60 $ 2,443.20 Trash Receptacle Maintenance (901-9) 1 LS $ 174.3486 $ 174.35 $ 2,092.20 Restroom Building Maintenance (901-10) 0 LS $ - $ - $ - Total Cost at Service Level A $ 34,898.28 Service Level B Pest Control (901-1) 1 LS $ 57.0440 $ 57.04 $ 684.48 Tree Maintenance (901-2) 1 LS $ 57.0440 $ 57.04 $ 684.48 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 23,330 SF $ 0.0601 $ 1,402.13 $ 16,825.56 Turf Maintenance (901-5) 33,565 SF $ 0.0154 $ 516.90 $ 6,202.80 Irrigation Maintenance (901-5) 1 LS $ 342.2635 $ 342.26 $ 4,107.12 Hardscape Maintenance (901-6) 1 LS $ 114.0879 $ 114.09 $ 1,369.08 Trail Maintenance (901-7) 1,000 SF $ 0.1997 $ 199.70 $ 2,396.40 Trash Receptacle Maintenance (901-9) 1 LS $ 171.1318 $ 171.13 $ 2,053.56 Restroom Building Maintenance (901-10) 0 LS $ - $ - $ - Total Cost at Service Level B $ 34,323.48 Service Level C Pest Control (901-1) 1 LS $ 52.4976 $ 52.50 $ 630.00 Tree Maintenance (901-2) 1 LS $ 52.4976 $ 52.50 $ 630.00 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 23,330 SF $ 0.0552 $ 1,287.82 $ 15,453.84 Turf Maintenance (901-5) 33,565 SF $ 0.0141 $ 473.27 $ 5,679.24 Irrigation Maintenance (901-5) 1 LS $ 314.9854 $ 314.99 $ 3,779.88 Hardscape Maintenance (901-6) 1 LS $ 104.9952 $ 105.00 $ 1,260.00 Trail Maintenance (901-7) 11000 SF $ 0.1839 $ 183.90 $ 2,206.80 Trash Receptacle Maintenance (901-9) 1 LS $ 157.4928 $ 157.49 $ 1,889.88 Restroom Building Maintenance (901-10) 0 LS $ - $ - $ - Total Cost at Service Level C $ 31,529.64 3of12 Page 149 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityFamily Resource Center Service Level A Unit Cost Pest Control (901-1) 1 LS $ 34.8483 $ 34.85 $ 418.20 Tree Maintenance (901-2) 1 LS $ 34.8483 $ 34.85 $ 418.20 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 13,360 SF $ 0.0289 $ 386.10 $ 4,633.20 Irrigation Maintenance (901-5) 1 LS $ 160.3020 $ 160.30 $ 1,923.60 Hardscape Maintenance (901-6) 1 LS $ 83.6359 $ 83.64 $ 1,003.68 Total Cost at Service Level A $ 8,396.88 Service Level B Pest Control (901-1) 1 LS $ 34.1513 $ 34.15 $ 409.80 Tree Maintenance (901-2) 1 LS $ 34.1513 $ 34.15 $ 409.80 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 13,360 SF $ 0.0281 $ 375.42 $ 4,505.04 Irrigation Maintenance (901-5) 1 LS $ 157.0960 $ 157.10 $ 1,885.20 Hardscape Maintenance (901-6) 1 LS $ 81.9632 $ 81.96 $ 983.52 Total Cost at Service Level B $ 8,193.36 Service Level C Pest Control (901-1) 1 LS $ 31.4707 $ 31.47 $ 377.64 Tree Maintenance (901-2) 1 LS $ 31.4707 $ 31.47 $ 377.64 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 13,360 SF $ 0.0261 $ 348.70 $ 4,184.40 Irrigation Maintenance (901-5) 1 LS $ 144.7651 $ 144.77 $ 1,737.24 Hardscape Maintenance (901-6) 1 LS $ 75.5297 $ 75.53 $ 906.36 Total Cost at Service Level C $ 7,S83.28 QuantityEllena Park Service Level A Unit Cost Turf Maintenance (901-5) 170,188 SF $ 0.0040 $ 680.75 $ 8,169.00 Total Cost at Service Level A $ 8,169.00 Service Level B Turf Maintenance (901-5) 170,188 SF $ 0.0040 $ 680.75 $ 8,169.00 Total Cost at Service Level B $ 8,169.00 Service Level C Turf Maintenance (901-5) 170,188 SF $ 0.0030 $ 510.56 $ 6,126.72 Total Cost at Service Level C $ 6,126.72 4of12 Page 150 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityKenyon Park Service Level A Unit Cost Turf Maintenance (901-5) 215,814 SF $ 0.0040 $ 863.26 $ 10,359.12 Total Cost at Service Level A $ 10,359.12 Service Level B Turf Maintenance (901-5) 215,814 SF $ 0.0040 $ 863.26 $ 10,359.12 Total Cost at Service Level B $ 10,359.12 Service Level C Turf Maintenance (901-5) 215,814 SF $ 0.0030 $ 647.44 $ 7,769.28 Total Cost at Service Level C $ 7,769.28 ArborsVictoria Quantity Service Level A Unit Cost Turf Maintenance (901-5) 219,197 SF $ 0.0040 $ 876.79 $ 10,521.48 Total Cost at Service Level A $ 10,521.48 Service Level B Turf Maintenance (901-5) 219,197 SF $ 0.0040 $ 876.79 $ 10,521.48 Total Cost at Service Level B $ 10,521.48 Service Level C Turf Maintenance (901-5) 219,197 SF $ 0.0030 $ 657.59 $ 7,891.08 Total Cost at Service Level C $ 7,891.08 QuantityVictoria Groves Park Service Level A Unit Cost Turf Maintenance (901-5) 193,378 SF $ 0.0040 $ 773.51 $ 9,282.12 Total Cost at Service Level A $ 9,282.12 Service Level B Turf Maintenance (901-5) 193,378 SF $ 0.0040 $ 773.51 $ 9,282.12 Total Cost at Service Level B $ 9,282.12 Service Level C Turf Maintenance (901-5) 193,378 SF $ 0.0030 $ 580.13 $ 6,961.56 Total Cost at Service Level C $ 6,961.56 5of12 Page 151 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityVintage Park Service Level A Unit Cost Turf Maintenance (901-5) 231,250 SF $ 0.0040 $ 925.00 $ 11,100.00 Total Cost at Service Level A $ 11,100.00 Service Level B Turf Maintenance (901-5) 231,250 SF $ 0.0040 $ 925.00 $ 11,100.00 Total Cost at Service Level B $ 11,100.00 Service Level C Turf Maintenance (901-5) 231,250 SF $ 0.0028 $ 647.50 $ 7,770.00 Total Cost at Service Level C $ 7,770.00 QuantityWindrows Park Service Level A Unit Cost Turf Maintenance (901-5) 276,078 SF $ 0.0040 $ 1,104.31 $ 13,251.72 Total Cost at Service Level A $ 13,251.72 Service Level B Turf Maintenance (901-5) 276,078 SF $ 0.0040 $ 1,104.31 $ 13,251.72 Total Cost at Service Level B $ 13,251.72 Service Level C Turf Maintenance (901-5) 276,078 SF $ 0.0030 $ 828.23 $ 9,938.76 Total Cost at Service Level C $ 9,938.76 6of12 Page 152 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityMetrolink Service Level A Unit Cost Pest Control (901-1) 1 LS $ 121.5937 $ 121.59 $ 1,459.08 Tree Maintenance (901-2) 1 LS $ 121.5937 $ 121.59 $ 1,459.08 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 47,650 SF $ 0.0292 $ 1,391.38 $ 16,696.56 Irrigation Maintenance (901-5) 1 LS $ 413.4183 $ 413.42 $ 4,961.04 Hardscape Maintenance (901-6) 1 LS $ 243.1873 $ 243.19 $ 2,918.28 Trash Receptacle Maintenance (901-9) 1 LS $ 145.9124 $ 145.91 $ 1,750.92 Total Cost at Service Level A $ 29,244.96 Service Level B Pest Control (901-1) 1 LS $ 135.2649 $ 135.26 $ 1,623.12 Tree Maintenance (901-2) 1 LS $ 135.2649 $ 135.26 $ 1,623.12 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 47,650 SF $ 0.0258 $ 1,229.37 $ 14,752.44 Irrigation Maintenance (901-5) 1 LS $ 459.9005 $ 459.90 $ 5,518.80 Hardscape Maintenance (901-6) 1 LS $ 270.5297 $ 270.53 $ 3,246.36 Trash Receptacle Maintenance (901-9) 1 LS $ 162.3179 $ 162.32 $ 1,947.84 Total Cost at Service Level B $ 28,711.68 Service Level C Pest Control (901-1) 1 LS $ 109.7989 $ 109.80 $ 1,317.60 Tree Maintenance (901-2) 1 LS $ 109.7989 $ 109.80 $ 1,317.60 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 47,650 SF $ 0.0264 $ 1,257.96 $ 15,095.52 Irrigation Maintenance (901-5) 1 LS $ 373.3160 $ 373.32 $ 4,479.84 Hardscape Maintenance (901-6) 1 LS $ 219.5977 $ 219.60 $ 2,635.20 Trash Receptacle Maintenance (901-9) 1 LS $ 131.7587 $ 131.76 $ 1,581.12 Total Cost at Service Level C $ 26,426.88 CoyoteQuantity Service Level A Unit Cost Turf Maintenance (901-5) 141,200 SF $ 0.0040 $ 564.80 $ 6,777.60 Total Cost at Service Level A $ 6,777.60 Service Level B Turf Maintenance (901-5) 141,200 SF $ 0.0040 $ 564.80 $ 6,777.60 Total Cost at Service Level B $ 6,777.60 Service Level C Turf Maintenance (901-5) 141,200 SF $ 0.0039 $ 550.68 $ 6,608.16 Total Cost at Service Level C $ 6,608.16 7of12 Page 153 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityMilliken Park Service Level A Unit Cost Turf Maintenance (901-5) 109,121 SF $ 0.0041 $ 447.40 $ 5,368.80 Total Cost at Service Level A $ 5,368.80 Service Level B Turf Maintenance (901-5) 109,121 SF $ 0.0040 $ 436.48 $ 5,237.76 Total Cost at Service Level B $ 5,237.76 Service Level C Turf Maintenance (901-5) 109,121 SF $ 0.0030 $ 327.36 $ 3,928.32 Total Cost at Service Level C $ 3,928.32 QuantityMountain View Park Service Level A Unit Cost Turf Maintenance (901-5) 141,052 SF $ 0.0040 $ 564.21 $ 6,770.52 Total Cost at Service Level A $ 6,770.52 Service Level B Turf Maintenance (901-5) 141,052 SF $ 0.0040 $ 564.21 $ 6,770.52 Total Cost at Service Level B $ 6,770.52 Service Level C Turf Maintenance (901-5) 141,052 SF $ 0.0039 $ 550.10 $ 6,601.20 Total Cost at Service Level C $ 6,601.20 QuantityLewis Park Service Level A Unit Cost Turf Maintenance (901-5) 169,788 SF $ 0.0040 $ 679.15 $ 8,149.80 Total Cost at Service Level A $ 8,149.80 Service Level B Turf Maintenance (901-5) 169,788 SF $ 0.0040 $ 679.15 $ 8,149.80 Total Cost at Service Level B $ 8,149.80 Service Level C Turf Maintenance (901-5) 169,788 SF $ 0.0038 $ 645.19 $ 7,742.28 Total Cost at Service Level C $ 7,742.28 8of12 Page 154 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantitySpruce Park Service Level A Unit Cost Turf Maintenance (901-5) 152,868 SF $ 0.0040 $ 611.47 $ 7,337.64 Total Cost at Service Level A $ 7,337.64 Service Level B Turf Maintenance (901-5) 152,868 SF $ 0.0040 $ 611.47 $ 7,337.64 Total Cost at Service Level B $ 7,337.64 Service Level C Turf Maintenance (901-5) 152,868 SF $ 0.0030 $ 458.60 $ 5,503.20 Total Cost at Service Level C $ 5,503.20 QuantityWest Greenway Park Service Level A Unit Cost Turf Maintenance (901-5) 244,060 SF $ 0.0040 $ 976.24 $ 11,714.88 Total Cost at Service Level A $ 11,714.88 Service Level B Turf Maintenance (901-5) 244,060 SF $ 0.0040 $ 976.24 $ 11,714.88 Total Cost at Service Level B $ 11,714.88 Service Level C Turf Maintenance (901-5) 244,060 SF $ 0.0030 $ 732.18 $ 8,786.16 Total Cost at Service Level C $ 8,786.16 QuantityEtiwancla Creek Park Service Level A Unit Cost Turf Maintenance (901-5) 180,981 SF $ 0.0040 $ 723.92 $ 8,687.04 Total Cost at Service Level A $ 8,687.04 Service Level B Turf Maintenance (901-5) 180,981 SF $ 0.0040 $ 723.92 $ 8,687.04 Total Cost at Service Level B $ 8,687.04 Service Level C Turf Maintenance (901-5) 180,981 SF $ 0.0030 $ 542.94 $ 6,515.28 Total Cost at Service Level C $ 6,515.28 9of12 Page 155 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityGarcia Park Service Level A Unit Cost Turf Maintenance (901-5) 167,511 SF $ 0.0040 $ 670.04 $ 8,040.48 Total Cost at Service Level A $ 8,040.48 Service Level B Turf Maintenance (901-5) 167,511 SF $ 0.0040 $ 670.04 $ 8,040.48 Total Cost at Service Level B $ 8,040.48 Service Level C Turf Maintenance (901-5) 167,511 SF $ 0.0030 $ 502.53 $ 6,030.36 Total Cost at Service Level C $ 6,030.36 Day Creek Park Quantity Service Level A Unit Cost Turf Maintenance (901-5) 189,229 SF $ 0.0040 $ 756.92 $ 9,083.04 Total Cost at Service Level A $ 9,083.04 Service Level B Turf Maintenance (901-5) 189,229 SF $ 0.0040 $ 756.92 $ 9,083.04 Total Cost at Service Level B $ 9,083.04 Service Level C Turf Maintenance (901-5) 189,229 SF $ 0.0030 $ 567.69 $ 6,812.28 Total Cost at Service Level C $ 6,812.28 QuantityLegacy Park Service Level A Unit Cost Turf Maintenance (901-5) 172,673 SF $ 0.0040 $ 690.69 $ 8,288.28 Total Cost at Service Level A $ 8,288.28 Service Level B Turf Maintenance (901-5) 172,673 SF $ 0.0040 $ 690.69 $ 8,288.28 Total Cost at Service Level B $ 8,288.28 Service Level C Turf Maintenance (901-5) 172,673 SF $ 0.0030 $ 518.02 $ 6,216.24 Total Cost at Service Level C $ 6,216.24 10 of 12 Page 156 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase Olive Grove Park Quantity Service Level A Unit Cost Turf Maintenance (901-5) 273,961 SF $ 0.0040 $ 1,095.84 $ 13,150.08 Total Cost at Service Level A $ 13,150.08 Service Level B Turf Maintenance (901-5) 273,961 SF $ 0.0040 $ 1,095.84 $ 13,150.08 Total Cost at Service Level B $ 13,150.08 Service Level C Turf Maintenance (901-5) 273,961 SF $ 0.0030 $ 821.88 $ 9,862.56 Total Cost at Service Level C $ 9,862.56 QuantityRancho Summit Park Service Level A Unit Cost Turf Maintenance (901-5) 323,036 SF $ 0.0040 $ 1,292.14 $ 15,505.68 Total Cost at Service Level A $ 15,505.68 Service Level B Turf Maintenance (901-5) 323,036 SF $ 0.0040 $ 1,292.14 $ 15,505.68 Total Cost at Service Level B $ 15,505.68 Service Level C Turf Maintenance (901-5) 323,036 SF $ 0.0030 $ 969.11 $ 11,629.32 Total Cost at Service Level C $ 11,629.32 11 of 12 Page 157 Exhibit B Vendor: Mariposa Landscapes Contract No: CO 17-143 Project: Landscape, Irrigation for Parks and Facilities Subject: Pricing for Fiscal Year 2020-2021 with no increase QuantityFire Station 175 Service Level A Unit Cost Pest Control (901-1) 1 LS $ 64.7642 $ 64.76 $ 777.12 Tree Maintenance (901-2) 1 LS $ 64.7642 $ 64.76 $ 777.12 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 20,770 SF $ 0.0344 $ 714.49 $ 8,573.88 Turf Maintenance (901-5) 4,600 SF $ 0.0451 $ 207.46 $ 2,489.52 Irrigation Maintenance (901-5) 1 LS $ 155.4340 $ 155.43 $ 1,865.16 Hardscape Maintenance (901-6) 1 LS $ 90.6699 $ 90.67 $ 1,088.04 Total Cost at Service Level A $ 15,570.84 Service Level B Pest Control (901-1) 1 LS $ 63.4775 $ 63.48 $ 761.76 Tree Maintenance (901-2) 1 LS $ 63.4775 $ 63.48 $ 761.76 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 20,770 SF $ 0.0337 $ 699.95 $ 8,399.40 Turf Maintenance (901-5) 4,600 SF $ 0.0443 $ 203.78 $ 2,445.36 Irrigation Maintenance (901-5) 1 LS $ 152.3460 $ 152.35 $ 1,828.20 Hardscape Maintenance (901-6) 1 LS $ 88.8685 $ 88.87 $ 1,066.44 Total Cost at Service Level B $ 15,262.92 Service Level C Pest Control (901-1) 1 LS $ 58.9740 $ 58.97 $ 707.64 Tree Maintenance (901-2) 1 LS $ 58.9740 $ 58.97 $ 707.64 Shrub, Groundcover, Vine and Landscape Mulch Maintenance (901-3) 20,770 SF $ 0.0313 $ 650.10 $ 7,801.20 Turf Maintenance (901-5) 4,600 SF $ 0.0412 $ 189.52 $ 2,274.24 Irrigation Maintenance (901-5) 1 LS $ 141.5376 $ 141.54 $ 1,698.48 Hardscape Maintenance (901-6) 1 LS $ 82.5636 $ 82.56 $ 990.72 Total Cost at Service Level C $ 14,179.92 QuantityFire Station 174, 11297 Jersey Blvd. Unit Cost Landscape Maintenance Services 1 LS $ 1,131.14 $ 1,131.14 $ 13,573.68 Extra Work Schedule Hourly Labor Rate Including Overhead Unit Unit Cost General Laborer HR $ 37.53 Skilled Laborer HR $ 42.90 Irrigation Repair Technician HR $ 51.48 Licensed or Certified Chemical Applicator HR $ 58.98 12 of 12 Page 158 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: William Wittkopf, Public Works Services Director Dean Rodia, Parks and Landscape Superintendent Paul Fisher, Management Analyst I SUBJECT: CONSIDERATION TO APPROVE THE RENEWAL OF CONTRACT CO 18- 030 WITH MARIPOSA LANDSCAPES, INC. FOR LANDSCAPE AND IRRIGATION MAINTENANCE OF LMDS 6, 7, 8, 9, AND 10 PARKWAYS, PASEOS, AND MEDIANS DURING FY 2020/2021 AND AUTHORIZE THE CITY MANAGER TO RENEW THE CONTRACT ANNUALLY. RECOMMENDATION: Staff recommends the City Council approve Amendment No. 2 to contract CO 18-030 with Mariposa Landscapes, Inc., extending the term of the contract to June 30, 2021 in an amount not to exceed $1,125,480 for FY 2020/2021 and an estimated total contract amount of $6,095,990 over the five years remaining on the contract, and authorize the City Manager to renew the contract annually. BACKGROUND: On May 16, 2018, the City Council accepted the bids received and awarded contract number CO 18- 030 for landscape and irrigation maintenance of LMDs 6, 7, 8, 9, and 10 parkways, paseos, and medians, to Mariposa Landscapes, Inc. The term of the contract is one year, with the option to renew in one-year increments for a maximum of seven years through June 30, 2025. Included in the contract is tiered pricing for Service Levels A through C as defined in the contract specifications. Routine maintenance is currently performed at Service Level A at LMD 6, LMD 9 and LMD 10 sites, and at Service Level B at LMD 7 and LMD 8 sites. If approved, Amendment No. 2 to contract CO 18-030 will extend the term of the contract to June 30, 2021 with NO rate increase and no changes to the scope of work, service levels, or other terms and conditions. ANALYSIS: Mariposa Landscapes, Inc. has submitted a Letter of Intent expressing their desire to continue providing service to the City of Rancho Cucamonga during 2020/2021 with NO rate increase. In anticipation of a possible request by the contractor for a Consumer Price Index (CPI -U) increase adjustment in future years, staff has prepared the chart below to show the estimated annual funding breakdown. Please note this is only an estimate and the amounts listed below could vary. Page 159 Est. Annual Prior Year Increase Fiscal Year Costs (4%) Total Costs 2020/2021 $ 1,125,480 2021/2022 $ 1,125,480 $ 45,020 $ 1,170,500 Page 159 2022/2023 $ 1,170,500 $ 46,820 $ 1,217,320 2023/2024 $ 1,217,320 $ 48,700 $ 1,266,020 2024/2025 $ 1,266,020 $ 50,650 $ 1,316,670 Grand Total $ 6,095,990 Mariposa Landscapes, Inc. continues to provide service meeting the needs of the City as outlined in the contract documents. Staff recommends the City Council approve the renewal of contract CO 18-030 effective July 1, 2020 and approve the spending limit of $1,125,480 for FY 2020/2021 and the estimated total contract value of $6,095,990 over the five years remaining on the contract. FISCAL IMPACT: The contract price is within the contract services budget line items in the proposed budget for FY 2020/2021. COUNCIL GOAL(S) ADDRESSED: This item addresses the City Council's goal of Enhancing Premier Community Status in our region by maintaining safe and aesthetically pleasing parkway, paseo and median landscapes. ATTACHMENTS: Description Amendment 2 Page 160 Attachment 1 - Amendment 2 Ulk IgoI Q LVA Ia01"N[el to Professional Services Agreement (CO #18-030) between Mariposa Landscapes, Inc. (hereinafter Contractor) and City of Rancho Cucamonga (hereinafter "City") This Amendment No. 2 will serve to amend the Professional Services Agreement (hereinafter "Agreement"), CO# 18-030 to incorporate the following: Item 1: The term of the agreement is hereby extended to June 30, 2021 in an amount that shall not exceed $1,125,480 for routine maintenance and extra work during the period July 1, 2020 through June 30, 2021. Routine maintenance shall be performed at Service Level A at LMD 6, LMD 9 and LMD 10 sites, and at Service Level B at LMD 7 and LMD 8 sites. Said extension will be in accordance with contractor's letter of intent dated April 8, 2020, attached hereto as Exhibit A. Item 2: The contract rates effective July 1, 2020 are attached hereto as Exhibit B. All other Terms and Conditions of the original Agreement CO# 18-030 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 no later than May 21, 2020. The City will process both copies for signature and provide Contractor with one (1) fully executed copy of the Amendment. Mariposa Landscapes, Inc. City of Rancho Cucamonga By: By: Name Date Name Date Title Title By: By: Name Date Name Date Title Title (two signatures required if corporation) Page 161 M A L N D April 8, 2020 PV l S C City of Rancho Cucamonga Public Works Services Department 14177 Frederick Street Rancho Cucamonga, CA 91730 Attn: Paul Fisher F.11 P O S A N C Subject: 2020-2021 Landscape Maintenance Contract Renewal for CO 17-140, CO27-142, CO27-143 and CO 18-030 Dear Mr. Fisher: This letter will serve as a formal request to extend our current landscape maintenance contract agreements for an additional year ending June 30, 2021. Understanding the declining revenues during these challenging times, and our long history of partnership with the City of Rancho Cucamonga, Mariposa Landscapes agrees to renew all four contracts with NO rate increase. I would like to take this opportunity to thank you for allowing Mariposa Landscape, Inc. to provide quality landscape maintenance services to the City of Rancho Cucamonga. Sincerely, Antonio Karraa — Area Manager Mariposa Landscapes, Inc. antonio.karraa@mariposa-ca.com (626) 931 -6712 -cell <�19 TEL 800 • 794 • 9458 • FAX • • . www.mariposa-ca.com 960 8477 www.mariposa ca.com 6232 SANTOS DIAZ ST., IRWINDALE, CA 91702 • CA CONTRACTOR'S LIC # 592268 A, C-27, D-49 Our Core Values — Safety • Teamwork • Quality • Integrity Page 162 Vendor: Mariposa Landscapes Contract No: CO 18-030 Project: Landscape, Irrigation for LMDs 6, 7, 8, 9 and 10 Subject: Pricing for Fiscal Year 2019-2020 with no increase Table 1 Service Level A LMD 611 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 6R Continuous Maintenance Per Contract 922,929 SF $0.01136 $ 10,484.47 $ 125,813.68 Specifications for Ground Cover at Service Level A Monthly Unit Cost Monthly Cost Annual Cost LMD 7 Continuous Maintenance Per Contract 1,436,179 LMD 6R Continuous Maintenance per Contract 178,257 SF $0.01136 $ 2,025.00 $ 24,299.99 Specifications for Turf at Service Level A LMD 7 Continuous Maintenance per Contract 132,979 LMD 6R Continuous Maintenance per Contract 238,489 SF $0.01033 $ 2,463.59 $ 29,563.10 Specifications for Hardscape at Service Level A LMD 7 Continuous Maintenance per Contract 836,516 SF $0.00930 $ 7,779.60 Total $ 14,973.06 $ 179,676.77 Table 2 Service Level A LMD 7 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 7 Continuous Maintenance Per Contract 1,436,179 SF $0.01240 $ 17,808.62 $ 213,703.44 Specifications for Ground Cover at Service Level A LMD 7 Continuous Maintenance per Contract 132,979 SF $0.01136 $ 1,510.64 $ 18,127.70 Specifications for Turf at Service Level A LMD 7 Continuous Maintenance per Contract 836,516 SF $0.00930 $ 7,779.60 $ 93,355.19 Specifications for Hardscape at Service Level A Total $ 27,098.86 $ 325,186.32 1of10 5/11/2020, 11:56 AM Page 163 Vendor: Mariposa Landscapes Contract No: CO 18-030 Project: Landscape, Irrigation for LMDs 6, 7, 8, 9 and 10 Subject: Pricing for Fiscal Year 2019-2020 with no increase Table 3 Service Level A LMD 8 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 8 Continuous Maintenance Per Contract 28,571 SF $0.01240 $ 354.28 $ 4,251.36 Specifications for Ground Cover at Service Level A LMD 8 Continuous Maintenance per Contract 6,258 SF $0.01136 $ 71.09 $ 853.09 Specifications for Turf at Service Level A LMD 8 Continuous Maintenance per Contract 25,728 SF $0.01033 $ 265.77 $ 3,189.24 Specifications for Hardscape at Service Level A Total $ 691.14 $ 8,293.70 Table 4 Service Level A LMD 9 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 9 Continuous Maintenance Per Contract 181,595 SF $0.01126 $ 2,044.76 $ 24,537.12 Specifications for Ground Cover at Service Level A LMD 9 Continuous Maintenance per Contract 150,732 SF $0.01126 $ 1,697.24 $ 20,366.91 Specifications for Hardscape at Service Level A Total $ 3,742.00 $ 44,904.02 2of10 5/11/2020, 11:56 AM Page 164 Vendor: Mariposa Landscapes Contract No: CO 18-030 Project: Landscape, Irrigation for LMDs 6, 7, 8, 9 and 10 Subject: Pricing for Fiscal Year 2019-2020 with no increase Table 5 Service Level A LMD 10 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 10 Continuous Maintenance Per Contract 317,278 SF $0.01126 $ 3,572.55 $ 42,870.60 Specifications for Ground Cover at Service Level A LMD 10 Continuous Maintenance per Contract 135,570 SF $0.01126 $ 1,526.52 $ 18,318.22 Specifications for Hardscape at Service Level A LMD 6R Continuous Maintenance per Contract 238,489 SF Total $ 5,099.07 $ 61,188.82 Table 6 Service Level B LMD 611 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 6R Continuous Maintenance Per Contract 922,929 SF $0.01136 $ 10,484.47 $ 125,813.68 Specifications for Ground Cover at Service Level B LMD 6R Continuous Maintenance per Contract 178,257 SF $0.01136 $ 2,025.00 $ 24,299.99 Specifications for Turf at Service Level B LMD 6R Continuous Maintenance per Contract 238,489 SF $0.00930 $ 2,217.95 $ 26,615.37 Specifications for Hardscape at Service Level B Total $ 14,727.42 $ 176,729.05 3of10 5/11/2020, 11:56 AM Page 165 Vendor: Mariposa Landscapes Contract No: CO 18-030 Project: Landscape, Irrigation for LMDs 6, 7, 8, 9 and 10 Subject: Pricing for Fiscal Year 2019-2020 with no increase Table 7 Service Level B LMD 7 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 7 Continuous Maintenance Per Contract 1,436,179 SF $0.01240 $ 17,808.62 $ 213,703.44 Specifications for Ground Cover at Service Level B LMD 7 Continuous Maintenance per Contract 132,979 SF $0.01136 $ 1,510.64 $ 18,127.70 Specifications for Turf at Service Level B LMD 7 Continuous Maintenance per Contract 836,516 SF $0.00919 $ 7,687.58 $ 92,250.98 Specifications for Hardscape at Service Level B Total $ 27,006.84 $ 324,082.12 Table 8 Service Level B LMD 8 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 8 Continuous Maintenance Per Contract 28,571 SF $0.01240 $ 354.28 $ 4,251.36 Specifications for Ground Cover at Service Level B LMD 8 Continuous Maintenance per Contract 6,258 SF $0.01136 $ 71.09 $ 853.09 Specifications for Turf at Service Level B LMD 8 Continuous Maintenance per Contract 25,728 SF $0.01033 $ 265.77 $ 3,189.24 Specifications for Hardscape at Service Level B Total $ 691.14 $ 8,293.70 4of10 5/11/2020, 11:56 AM Page 166 Vendor: Mariposa Landscapes Contract No: CO 18-030 Project: Landscape, Irrigation for LMDs 6, 7, 8, 9 and 10 Subject: Pricing for Fiscal Year 2019-2020 with no increase Table 9 Service Level B LMD 9 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 9 Continuous Maintenance Per Contract 181,595 SF $0.01126 $ 2,044.76 $ 24,537.12 Specifications for Ground Cover at Service Level B LMD 9 Continuous Maintenance per Contract 150,732 SF $0.01126 $ 1,697.24 $ 20,366.91 Specifications for Hardscape at Service Level B Total $ 3,742.00 $ 44,904.02 Table 10 Service Level B LMD 10 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 10 Continuous Maintenance Per Contract 317,278 SF $0.01126 $ 3,572.55 $ 42,870.60 Specifications for Ground Cover at Service Level B LMD 10 Continuous Maintenance per Contract 135,570 SF $0.01126 $ 1,526.52 $ 18,318.22 Specifications for Hardscape at Service Level B Total $ 5,099.07 $ 61,188.82 5of10 5/11/2020, 11:56 AM Page 167 Vendor: Mariposa Landscapes Contract No: CO 18-030 Project: Landscape, Irrigation for LMDs 6, 7, 8, 9 and 10 Subject: Pricing for Fiscal Year 2019-2020 with no increase Table 11 Service Level C LMD 611 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 6R Continuous Maintenance Per Contract 922,929 SF $0.01085 $ 10,013.78 $ 120,165.36 Specifications for Ground Cover at Service Level C LMD 6R Continuous Maintenance per Contract 178,257 SF $0.01074 $ 1,914.48 $ 22,973.76 Specifications for Turf at Service Level C LMD 6R Continuous Maintenance per Contract 238,489 SF $0.01033 $ 2,463.59 $ 29,563.10 Specifications for Hardscape at Service Level C Total $ 14,391.85 $ 172,702.21 Table 12 Service Level C LMD 7 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 7 Continuous Maintenance Per Contract 1,436,179 SF $0.01095 $ 15,726.16 $ 188,713.92 Specifications for Ground Cover at Service Level C LMD 7 Continuous Maintenance per Contract 132,979 SF $0.01085 $ 1,442.82 $ 17,313.87 Specifications for Turf at Service Level C LMD 7 Continuous Maintenance per Contract 836,516 SF $0.01033 $ 8,641.21 $ 103,694.52 Specifications for Hardscape at Service Level C Total $ 25,810.19 $ 309,722.31 6of10 5/11/2020, 11:56 AM Page 168 Vendor: Mariposa Landscapes Contract No: CO 18-030 Project: Landscape, Irrigation for LMDs 6, 7, 8, 9 and 10 Subject: Pricing for Fiscal Year 2019-2020 with no increase Table 13 Service Level C LMD 8 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 8 Continuous Maintenance Per Contract 28,571 SF $0.01095 $ 312.85 $ 3,754.23 Specifications for Ground Cover at Service Level C LMD 8 Continuous Maintenance per Contract 6,258 SF $0.01085 $ 67.90 $ 814.79 Specifications for Turf at Service Level C LMD 8 Continuous Maintenance per Contract 25,728 SF $0.01033 $ 265.77 $ 3,189.24 Specifications for Hardscape at Service Level C Total $ 646.52 $ 7,758.26 Table 14 Service Level C LMD 9 Parkways, Paseos and Medians Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LMD 9 Continuous Maintenance Per Contract 181,595 SF $0.01095 $ 1,988.47 $ 23,861.58 Specifications for Ground Cover at Service Level C LMD 9 Continuous Maintenance per Contract 150,732 SF $0.01136 $ 1,712.32 $ 20,547.79 Specifications for Hardscape at Service Level C Total $ 3,700.78 $ 44,409.37 7of10 5/11/2020, 11:56 AM Page 169 Vendor: Mariposa Landscapes Contract No: CO 18-030 Project: Landscape, Irrigation for LMDs 6, 7, 8, 9 and 10 Subject: Pricing for Fiscal Year 2019-2020 with no increase Table 15 Service Level C Description Unit Unit Cost LMD 10 Parkways, Paseos and Medians EA $43.39 Plant 15 Gallon Tree and Stake EA $139.46 Description Quantity Unit Monthly Unit Cost Monthly Cost Annual Cost LIVID 10 Continuous Maintenance Per Contract 317,278 SF $0.01105 $ 3,505.92 $ 42,071.06 Specifications for Ground Cover at Service Level C CY $87.81 LIVID 10 Continuous Maintenance per Contract 135,570 SF $0.01033 $ 1,400.44 $ 16,805.26 Specifications for Hardscape at Service Level C Total $ 4,906.36 $ 58,876.32 Table 16 Planting, Mulch and DG Unit Costs Description Unit Unit Cost Plant 5 Gallon Tree and Stake EA $43.39 Plant 15 Gallon Tree and Stake EA $139.46 Plant 1 Gallon Shrub EA $9.81 Plant 5 Gallon Shrub EA $20.66 Plant 1 Flat Ground Cover EA $28.92 Prep, Place and Grade Mulch CY $46.49 Prep, Place, Compact and Grade DG CY $87.81 8of10 5/11/2020, 11:56 AM Page 170 Vendor: Mariposa Landscapes Contract No: CO 18-030 Project: Landscape, Irrigation for LMDs 6, 7, 8, 9 and 10 Subject: Pricing for Fiscal Year 2019-2020 with no increase Table 17 Hourly Labor Rates Description Unit Unit Cost Landscape Maintenance Laborer - Routine Hour $36.16 Landscape Maintenance Laborer - Complex Hour $43.39 Landscape Operating Engineer Hour $87.81 Licensed or Certified Chemical Applicator Hour $56.82 Supervisor/Foreman Hour $61.98 Landscape/Irrigation Laborer Hour $41.32 Landscape Hydro Seeder Hour $232.43 Landscape/Irrigation Tender Hour $49.58 Table 18 Tree Removal with Stump Grind Description Unit Unit Cost Tree Removal with Stump Grind: 0" to 3" EA $77.48 Tree Removal with Stump Grind: >3" to 12" EA $273.75 Tree Removal with Stump Grind: >12" to 24" EA $568.15 Tree Removal with Stump Grind: >24" to 36" EA $1,239.60 Tree Removal with Stump Grind: >36" EA $1,807.75 9of10 5/11/2020, 11:56 AM Page 171 Vendor: Mariposa Landscapes Contract No: CO 18-030 Project: Landscape, Irrigation for LMDs 6, 7, 8, 9 and 10 Subject: Pricing for Fiscal Year 2019-2020 with no increase Table 19 Tree Removal without Stump Grind Description Unit Unit Cost Tree Removal without Stump Grind: 0" to 3" EA $41.32 Tree Removal without Stump Grind: >3" to 12" EA $170.45 Tree Removal without Stump Grind: >12" to 24" EA $464.85 Tree Removal without Stump Grind: >24" to 36" EA $981.35 Tree Removal without Stump Grind: >36" EA $1,394.55 Table 20 Stump Grind Only Description Unit Unit Cost Stump Grind Only: 0" to 3" EA $25.83 Stump Grind Only: >3" to 12" EA $103.30 Stump Grind Only: >12" to 24" EA $170.45 Stump Grind Only: >24" to 36" EA $309.90 Stump Grind Only: >36" EA $490.68 10 of 10 5/11/2020, 11:56 AM Page 172 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: William Wittkopf, Public Works Services Director Dean Rodia, Parks and Landscape Superintendent Kenneth Fung, Assistant Engineer SUBJECT: CONSIDERATION TO AWARD CONTRACT TO AB FENCE COMPANY, INC. FOR THE LIVID 4R FENCE REPLACEMENT PROJECT. RECOMMENDATION: Staff recommends the City Council approve the specifications, accept the bids received, award and authorize the execution of a contract for the LIVID 4R Fence Replacement Project to the lowest responsive bidder, AB Fence Company, Inc. of Beaumont, California, in the amount of $184,221.47 and authorize the expenditure of a 20% contingency in the amount of $36,844.29, to be funded from account numbers 1134303-5607 (Landscape Maintenance District 4R) and 1130303-5300 (Landscape Maintenance District 1) as approved in the FY 2019-2020 budget. BACKGROUND: There are fourteen (14) existing, hollow metal fences at various locations in Landscape Maintenance District 4R (LIVID 4R). These fences were installed over twenty years ago and are showing their age. Exposure to the environment has caused the metal to rust and the paint to fade and peel off these fences. Staff evaluated these metal fences and most are in "poor" condition. These fences are used to separate residential cul-de-sacs from adjacent main roads and provide a sense of security to their respective neighborhoods. This project was bid two (2) ways. The Base Bid (items 1 thru 7) was to replace seven (7) of the existing hollow metal fences with square tube (hollow) steel fencing. The Alternate Bid (items 8 thru 14) was to replace the same seven (7) existing hollow metal fences with bar (solid) steel fencing. A total of fourteen (14) Additive Bids would determine the cost of replacing the remaining seven (7) fences with either square tube steel fencing (Additive Bid items 15 thru 21) or bar steel fencing (Additive Bid items 23 thru 29). Also, a new fence is needed within Landscape Maintenance District 1 (LIVID 1). Rather than bid the LIVID 1 fencing as a separate project, the LIVID 1 fence was added to this project as Additive Bid items 22 (square tube steel fencing) and 30 (bar steel fencing). An advantage of square steel tube fencing is its lower cost; however, the disadvantage is that because they are hollow, the fence components are relatively easy to deform and vandalize. Also, their thin sides require more maintenance to prevent rust from becoming an issue with the fence components. If moisture enters the hollow components, it will rust the components from the inside which will reduce the life cycle of the material. The disadvantage of bar steel fencing is its higher initial cost; however, the initial cost is made up for by the bar steel fencing's significantly longer service life, resistance to deformities and vandalism, and rust Page 173 is not a critical maintenance issue for solid metal fence components when compared to square tube fencing. The new fencing components will be both galvanized and powder coated instead of just painted. The galvanizing and powder coating of the fence components will further extend the new fencing's service life. By replacing all fourteen (14) fences and installing the new fence at LIVID 1 as one project, the Public Works Services Department took advantage of economies of scale to obtain lower costs. As a result, the project budget is sufficient to replace all fourteen (14) existing fences with the longer service life bar steel fencing (Alternate Bid items 8 thru 14 and Additive Bid items 23 thru 29) in LIVID 4R and install a new bar steel fence (Additive Bid item 30) in LIVID 1. The $10,609.55 higher cost for bar steel fencing (spread over 14 fences) is justified by the more than 10 years of additional service life that bar steel fencing has over square tube steel fencing. ANALYSIS: Three (3) bids for this project were opened at 2:00 pm on Tuesday, May 5, 2020 (see attached Bid Summary). Staff has completed the required background investigation and finds that the lowest responsive bidder, AB Fence Company, Inc. of Beaumont, has met the requirements of the bid documents. The project is scheduled to be completed within eighty (80) working days — 40 working days for the 7 Alternate Bid items and 40 working days for the 8 Additive Bid items. FISCAL IMPACT: This project will be funded from account numbers 1134303-5607 (Landscape Maintenance District 4R) and 1130303-5300 (Landscape Maintenance District 1) as approved in the FY 2019-2020 budget. COUNCIL GOAL(S) ADDRESSED: This item addresses the City Council's goal of Enhancing Premier Community Status by replacing the old metal fencing with new bar (solid) steel fencing which will enhance the appearance and security of the affected neighborhoods. ATTACHMENTS: Description Bid Summary Contract Page 174 Attachment 1 - Bid Summary MAY 5, 2020 BID OPENING SUMMARY LMD 4 FENCE REPLACEMENT PROJECT Funds available for LIVID 4 Fencing work except Additive Bid items 22, 30 (LIVID 2) and 31 (CSD funding) _ $385,000.00 BASE BID FOR LIVID 4 FENCING (Fencing to be Galvanized, Square Tube Steel) AB Fence Company, Inc. (low bidder) Red Hawk Services, Inc. Econo Fence, Inc. item Description Qty Unit Unit Price Cost Unit Price Cost Unit Price Cost 1 Site Number TV -2 (43.33 LF, 6' High Fencing) Nearest Address: 10872 Sundance Drive 1 EA $9,932.80 $9,932.80 $12,854.68 $12,854.68 $14,300.00 $14,300.00 2 Site Number TV -4 (88 LF, 6' High Fencing) Nearest Address: 7316 Cascade Court 1 EA $17,280.25 $17,280.25 $18,613.17 $18,613.17 $24,700.00 $24,700.00 3 Site Number TV -6 (39 LF, 5'11" High Fencing) Nearest Address: 10720 Springfield Drive 1 EA $8,740.00 $8,740.00 $12,040.43 $12,040.43 $12,400.00 $12,400.00 4 Site Number TV -17 (106.5 LF, 5'10" High Fencing) Nearest Address: 7681 Barrington Court 1 EA $20,040.32 $20,040.32 $20,307.02 $20,307.02 $30,000.00 $30,000.00 5 Site Number TV -17 (45.67 LF, 5'10" High Fencing) Nearest Address: 7697 Gainey Court 1 EA $10,220.00 $10,220.00 $12,713.92 $12,713.92 $13,500.00 $13,500.00 6 Site Number TV -17 (33 LF, 6' High Fencing) Nearest Address: 7709 Belpine Place 1 EA $7,960.00 $7,960.00 $11,995.10 $11,995.10 $12,200.00 $12,200.00 7 Site Number TV -18 (39.67 LF, 6'1" High Fencing) Nearest Address: 7508 Hardy Avenue 1 EA $8,678.00 $8,678.00 $11,933.97 $11,933.97 $12,400.00 $12,400.00 TOTAL OF BASE BID ITEMS 1 THRU 7 FOR LIVID 4 FENCING= $82,851.37 $100,458.29 $119,500.00 ALTERNATE BID FOR LIVID 4 FENCING (Fencing to be Bar Steel) AB Fence Company, Inc. (low bidder) Red Hawk Services, Inc. Econo Fence, Inc. item Description Qty Unit Unit Price Cost Unit Price Cost Unit Price Cost 8 Site Number TV -2 (43.33 LF, 6' High Fencing) Nearest Address: 10872 Sundance Drive 1 EA $11,016.05 $11,016.05 $12,897.10 $12,897.10 $15,800.00 $15,800.00 9 Site Number TV -4 (88 LF, 6' High Fencing) Nearest Address: 7316 Cascade Court 1 EA $19,280.00 $19,280.00 $20,511.36 $20,511.36 $32,200.00 $32,200.00 10 Site Number TV -6 (39 LF, 5'11" High Fencing) Nearest Address: 10720 Springfield Drive 1 EA $10,215.00 $10,215.00 $11,734.63 $11,734.63 $14,600.00 $14,600.00 11 Site Number TV -17 (106.5 LF, 5'10" High Fencing) Nearest Address: 7681 Barrington Court 1 EA $22,702.50 $22,702.50 $22,391.29 $22,391.29 $37,500.00 $37,500.00 12 Site Number TV -17 (45.67 LF, 5'10" High Fencing) 1 Nearest Address: 7697 Gainey Court 1 EA $11,489.95 $11,489.95 $12,962.92 $12,962.92 $16,000.00 $16,000.00 13 Site Number TV -17 (33 LF, 6' High Fencing) Nearest Address: 7709 Belpine Place 1 EA $9,105.22 $9,105.22 $12,308.86 $12,308.86 $14,600.00 $14,600.00 14 Site Number TV -18 (39.67 LF, 6'1" High Fencing) Nearest Address: 7508 Hardy Avenue 1 EA $10,338.95 $10,338.95 $12,886.57 $12,886.57 $15,000.00 $15,000.00 Page 175 Average of Unit Prices $12,362.49 $20,197.81 $11,060.14 $23,449.11 $12,144.64 $10,718.37 $11,003.99 $13,237.72 $23,997.12 $12,183.21 $27,531.26 $13,484.29 $12,004.69 $12,741.84 TOTAL OF ALTERNATE BID ITEMS 9 THRU 14 FOR LMD 4 FENCING = $94,147.67 $105,692.73 $145,700.00 ADDITIVE BID FOR LMD 4 FENCING ADDITIVE BID FOR LMD 1 FENCING AB Fence Company, Inc. (low Red Hawk Services, Inc. Econo Fence, Inc. (Fencing to be Galvanized, Square Tube Steel) Description Qty bidder) Red Hawk Services, Inc. Econo Fence, Inc. item Description Qty Unit Unit Price Cost Unit Price Cost Unit Price Cost 23 Site Number TV -6 (41.5 LF, 6' High Fencing) Nearest Address: 10770 Essex Place 1 EA $10,800.00 Mount New Fencing (29.58 LF, 4'6" High) on Top of $11,733.43 Site Number TV -6 (41.5 LF, 6' High Fencing) Nearest $16,800.00 $16,800.00 24 Site Number TV -16 (57.17 LF, 6' High Fencing) Nearest Address: 7761 Cardiff Place 1 EA $13,600.00 Existing Retaining Wall through Existing Sleeves, Install 15 Address: 10770 Essex Place 1 EA $11,640.00 $11,640.00 $11,475.82 $11,475.82 $14,500.00 $14,500.00 $16,968.67 Site Number TV -16 (57.17 LF, 6' High Fencing) Nearest $20,200.00 $20,200.00 26 Site Number TV -17 (32 LF, 6'2" High Fencing) Nearest Address: 11286 Allecon Drive 1 EA 22 Address: 6102 Sherry Court 16 Address: 7761 Cardiff Place 1 EA $13,100.00 $13,100.00 $13,228.72 $13,228.72 $17,350.00 $17,350.00 Site Number TV -16 (63.5 LF, 6' High Fencing) Nearest 17 Address: 7765 Devonshire Court 1 EA $14,200.25 $14,200.25 $16,636.33 $16,636.33 $18,350.00 $18,350.00 Site Number TV -17 (32 LF, 67" High Fencing) Nearest 18 Address: 11286 Allecon Drive 1 EA $9,120.50 $9,120.50 $11,995.10 $11,995.10 $11,900.00 $11,900.00 Site Number TV -18 (35 LF, 67" High Fencing) Nearest 19 Address: 11598 Claridge Drive 1 EA $9,600.00 $9,600.00 $12,610.42 $12,610.42 $12,700.00 $12,700.00 Site Number TV -18 (35 LF, 67" High Fencing) Nearest 20 Address: 11598 Barrett Drive 1 EA $9,600.00 $9,600.00 $12,610.42 $12,610.42 $12,700.00 $12,700.00 Site Number TV -36 (60.58 LF, 5'6" High Fencing) 21 Nearest Address: 11282 Corsica Court 1 EA $13,700.00 $13,700.00 $15,554.47 $15,554.47 $18,000.00 $18,000.00 TOTAL OF ADDITIVE BID ITEMS 15 THRU 21 FOR LMD 4 FENCING = $80,960.75 $94,111.28 $105,500.00 ADDITIVE BID FOR LMD 4 FENCING (Fencing to be Bar Steel) ADDITIVE BID FOR LMD 1 FENCING AB Fence Company, Inc. (low bidder) Red Hawk Services, Inc. Econo Fence, Inc. item Description Qty Unit Unit Price ($9,700.00 in budgeted funds) Unit Price Cost Unit Price Cost (Fencing to be Galvanized, Square Tube Steel) 23 Site Number TV -6 (41.5 LF, 6' High Fencing) Nearest Address: 10770 Essex Place 1 EA $10,800.00 Mount New Fencing (29.58 LF, 4'6" High) on Top of $11,733.43 $11,733.43 $16,800.00 $16,800.00 24 Site Number TV -16 (57.17 LF, 6' High Fencing) Nearest Address: 7761 Cardiff Place 1 EA $13,600.00 Existing Retaining Wall through Existing Sleeves, Install $13,519.52 $13,519.52 $19,850.00 $19,850.00 25 Site Number TV -16 (63.5 LF, 6' High Fencing) Nearest Address: 7765 Devonshire Court 1 EA $14,800.00 Connecting Brackets on Adjacent Fencing. Nearest $16,968.67 $16,968.67 $20,200.00 $20,200.00 26 Site Number TV -17 (32 LF, 6'2" High Fencing) Nearest Address: 11286 Allecon Drive 1 EA 22 Address: 6102 Sherry Court 1 EA $9,800.00 $9,800.00 $10,145.04 $10,145.04 $7,800.00 $7,800.00 ADDITIVE BID FOR LMD 4 FENCING (Fencing to be Bar Steel) AB Fence Company, Inc. (low bidder) Red Hawk Services, Inc. Econo Fence, Inc. item Description Qty Unit Unit Price Cost Unit Price Cost Unit Price Cost 23 Site Number TV -6 (41.5 LF, 6' High Fencing) Nearest Address: 10770 Essex Place 1 EA $10,800.00 $10,800.00 $11,733.43 $11,733.43 $16,800.00 $16,800.00 24 Site Number TV -16 (57.17 LF, 6' High Fencing) Nearest Address: 7761 Cardiff Place 1 EA $13,600.00 $13,600.00 $13,519.52 $13,519.52 $19,850.00 $19,850.00 25 Site Number TV -16 (63.5 LF, 6' High Fencing) Nearest Address: 7765 Devonshire Court 1 EA $14,800.00 $14,800.00 $16,968.67 $16,968.67 $20,200.00 $20,200.00 26 Site Number TV -17 (32 LF, 6'2" High Fencing) Nearest Address: 11286 Allecon Drive 1 EA $9,000.00 $9,000.00 $12,282.30 $12,282.30 $13,900.00 $13,900.00 Page 176 $12,538.61 $14,559.57 $16,395.53 $11,005.20 $11,636.81 $11,636.81 $15,751.49 $9,248.35 $13,111.14 $15,656.51 $17,322.89 $11,727.43 ADDITIVE BID FOR CSD FENCING ($21,000 in budgeted funds) (Fencing to be Bar Steel) Site Number TV -18 (35 LF, 67" High Fencing) Nearest AB Fence Company, Inc. (low bidder) Red Hawk Services, Inc. Econo Fence, Inc. Mount New (Approximately 76 LF, 5' High) Fencing on 27 Address: 11598 Claridge Drive 1 EA $9,500.00 $9,500.00 $12,955.05 $12,955.05 $14,700.00 $14,700.00 Site Number TV -18 (35 LF, 67" High Fencing) Nearest 18" through top of Existing Parapet Wall. Work Includes 28 Address: 11598 Barrett Drive 1 EA $9,500.00 $9,500.00 $12,955.05 $12,955.05 $14,700.00 $14,700.00 Site Number TV -36 (60.58 LF, 5'6" High Fencing) south side of City's Lions Center East building). 29 Nearest Address: 11282 Corsica Court 1 EA $14,300.00 $14,300.001 $15,632.46 $15,632.46 $20,800.00 $20,800.00 30 TOTAL OF LIVID 4 ADDITIVE BID ITEMS 23 THRU 29 11 1 1 1$81,500.00 $8,574.00 $10,340.54 $96,046.48 $9,600.00 $120,950.00 ADDITIVE BID FOR CSD FENCING ($21,000 in budgeted funds) (Fencing to be Bar Steel) ADDITIVE BID FOR LIVID 1 FENCING AB Fence Company, Inc. (low bidder) Red Hawk Services, Inc. Econo Fence, Inc. Mount New (Approximately 76 LF, 5' High) Fencing on ($3,500.00 in budgeted funds) Top of Existing Variable Height Parapet Wall. Core min (Fencing to be Bar Steel) 18" through top of Existing Parapet Wall. Work Includes Mount New Fencing (29.58 LF, 4'6" High) on Top of 2 - 7' High Metal Swing Gates (enclosing patio along Existing Retaining Wall through Existing Sleeves, Install south side of City's Lions Center East building). Connecting Brackets on Adjacent Fencing. Nearest 31 Address: 9191 Base Line Road. 1 EA 30 1 Address: 6102 Sherry Court 11 EA 1 1 $8,574.00 $8,574.00 $10,340.54 $10,340.54 $9,600.00 $9,600.00 ADDITIVE BID FOR CSD FENCING ($21,000 in budgeted funds) (Fencing to be Bar Steel) AB Fence Company, Inc. (low bidder) Red Hawk Services, Inc. Econo Fence, Inc. Mount New (Approximately 76 LF, 5' High) Fencing on Top of Existing Variable Height Parapet Wall. Core min 18" through top of Existing Parapet Wall. Work Includes 2 - 7' High Metal Swing Gates (enclosing patio along south side of City's Lions Center East building). 31 Address: 9191 Base Line Road. 1 EA $34,000.00 $34,000.00 1 $30,100.58 $30,100.58 $35,000.00 $35,000.00 Did Bid Proposal include signed Addendum No 1? Y/N YES Did Bid Proposal include signed Addendum No 2? Y/N YES Total Cost for Galvanized, Square Tube Steel Fencing (Base Bid items 1 thru 7 and Additive Bid items 15 thru 22) _ $173,612.12 Total Cost for Bar Steel Fencing (Additive Bid items 8 thru 14 and Additive Bid times 23 thru 30) _ $184,221.67 YES YES YES YES $204,714.61 $232,800.00 $212,079.75 $276,250.00 Page 177 $12,385.02 $12,385.02 $16,910.82 $9,504.85 $33,033.53 Attachment 2 - Contract CITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT CONTRACT LMD 4 FENCE REPLACEMENT PROJECT AWARD DATE: Wednesday, June 3, 2020 Page 178 4/9/2020 Mayor t. Dennis Michael I Mayor Pro Tem Lynne B. Kennedy Council Members Ryon A. Hutchison, Kristine D. Scott, Sam Spognolo City Manager John R. Gillison 10500 Civic Center Drive I Rancho Cucamonga, CA 91730 1909.477.2700 1 www.CityofRC.us ADDENDUM NO.2 LAID 4 FENCE REPLACEMENT PROTECT To: All Plan Holders Pursuant to the Specification. Instruction to Bidders; Section G. Addendums, holders of bid proposals, contracts and specifications and project plans of the above project are hereby directed to make the following corrections; additions, and/or deletions to any and all copies of plans and specifications in their possession: I. The bidder's attention is directed to the BID PROPOSAL and SPECIAL PROVISIONS, top paras aph of sheet ?�-1: Due to Coronavirus (COVID-19), the bid location will be located and publicly opened in the Council Chamber to allow for social distancing. All bids wiII be accepted at the front entrance. The following are the rules to follow: a. We must follo-vv the social distancing rule (b feet apart for each individual) b. Only one representative for each bidder is allowed c. No more than 10 people allowed in the room. "4s we continue to monitor the rapidly evolving situation around the Corona-t-irus (COV1D-19), or first thouaht is for the safety= and well-being of all individuals and businesses impacted bar these difficult circumstances. In these unprecedent times, it is important that we come together to support all those impacted. Our top priority is the safety of you and our empioyees. We have done a series of things to make our environment as safe as possible." Pursuant to the Instruction to Bidders, Section G, Addendums, a signed coPy of this addendum acknowledging receipt shall be returned to the City, prior to bid opening or attached to bid documents. Acknowledgement of receipt Kenneth FunQ PE. Assistant Engineer Page 179 3/26/2020 Mayor L. Dennis Michael I Mayor Pro Tem Lynne i3. Kennedy Council Members Ryon A. Hutchison, Kristine D. Scott, Sam 5pognolo City MonagerJohn R. Gillison 10500 Civic Center Drive i Rancho Cucamonga, CA 91730 1909.477.2700 f www.CiSyofRC.us ADDE?�T)UM NO. 1 L12D 4 FENCE REPLACEMENT PROJECT To: All Plan Holders Pursuant to the Specification. Instruction to Bidders, Section G, Addendums; holders of bid proposals, contracts and specifications and project plans of the above project are hereby directed to make the following corrections, additions, andlor deletions to any and all copies of plans and specifications in their possession: 1. The bidder's attention is directed to the BID PROPOSAL, PROPOSAL SCHEDULE OF COSTS AND LUMP SUM AMOUNTS, pages P-3 of 12 & P-4 of 12 and BIDDER AGREEMENT, page P-5 of 12: Delete paces P-3 of 12. R-4 of 12 & P-3 of 12 and replace with attached pages P -3A of 12. P -4A of 12&P-5Aof 12 �. The bidder's attention is directed to the SPECL-L PRO'4%ISIO-I S, PROPOSAL SCHEDULE OF COSTS AND LUMP SUM AMOUNTS, "DO NOT USE FOR BID!'' paves P-3 of 12 & P-4 of 12 and BIDDER AGREEMENT. PAGE P-] of 12: Delete "DO NOT USE FOR BID!" pages P-3 of 12, P-4 of 12 & P-5 of 12 and replace with attached "DO NOT USE OF BID?" pages P -3A of 12, P -4A of 12 &. P -5A of 12. 3. The bidder's attention is directed to the LNID 4 -- Terra 'crista location of fencing map 36x48 v4.pdf: The length of the Site Number TV -36 (11282 Corsica Court) fencing on this map is incorrectly stated as 6'4". The correct length is 60.58' (60171). Pursuant to the Instruction to Bidders, Section G, Addenduns, a signed cop), of this addendum acknov,,ledging receipt shall be returned to the City prior to bid opening or attached to bid documents. Acknowledgement of receipt Kenneth Fun-, PE, Assistant Engineer �r Page 180 RANCHO CUCAMONGA CITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT NOTICE INVITING BIDS PROPOSAL, CONTRACT AND SPECIFICATIONS FOR LMD 4 FENCE REPLACEMENT PROJECT .J.7:1;7a1::1p1l: 'Aq CITY OF RANCHO CUCAMONGA 10500 CIVIC CENTER DRIVE RANCHO CUCAMONGA, CALIFORNIA 91730 ranat e.77_97An PUBLIC WORKS SERVICES DIRECTOR TABLE OF CONTENTS NoticeInviting Bids.............................................................................................................. N-1 thru 4 Instructions to Bidders.........................................................................................................1-1 thru 8 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 1. Estimated Quantities J. Competency of Bidder K. Award and Execution of Contract L. Return of Proposal Guarantee M. City Business License N. Equivalent Materials O. Pre -Bid Meeting Bid Documents to Submit for Proposals Proposal........................................................................................................................... P-1 thru 12 Schedule of Unit Cost and Lump Sum Amounts Bidder Agreement Bidder Information Subcontractors Declaration of Eligibility to Contract Certificate of Non -Discrimination by Contractors Non -Collusion Affidavit Bid Bonds ContractAgreement....................................................................................................... C-1 thru 6 FaithfulPerformance Bond......................................................................................................... B-1 Laborand Materials Bond................................................................................................ B-2 thru 3 Compensation Insurance Certificate.-, .................................................................................... INS -1 Maintenance Guarantee Bond................................................................................................. MB -1 Page 182 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 Symbols ............................. 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...................................................................................................................... GP -8 Section 6 - Prosecution, Progress and Acceptance of the Work ....................................... GP -9 thru 10 Section 7 - Responsibilities of the Contractor................................................................. GP -11 thru 19 Section 8 - Facilities for Agency Personnel................................................................................. GP -20 Section 9 - Measurement and Payment.......................................................................... GP -21 thru 22 PART 2 -CONSTRUCTION MATERIALS Section 200- Rock Materials 200-1 Rock Products.......................................................................................................... MA -1 200-2 Untreated Base Materials......................................................................................... MA -1 Section 201 — Concrete, Mortar and Related Materials 201-1 Portland Cement Concrete....................................................................................... MA -2 PART 3 - CONSTRUCTION METHODS Section 300 - Earthwork 300-1 Clearing and Grubbing............................................................................................. ML -1 300-2 Unclassified Excavation........................................................................................... ML -1 Section 303 - Concrete and Masonry Construction 303-1 Concrete Structures.................................................................................... ML -2 303-5 Concrete Headers, Fence Post Footings, etc . .............................. .................... ML -2 Page 183 Table of Contents APPENDIX 1. LIVID 4 Fence Details 2. Additive Bid item 31 Details for Fencing & Gates to Enclose Lions East Facility Patio (9191 Base Line Road) 3. City Working Days Calendar 4. Sample of Previously Approved Certificates of Insurance 5. City Standard Plans a) 608 Tubular Steel Fence b) 534 Concrete Header 6. Permits (may be applied for either in person at City Hall or via the City's website www. cityofrc. us) a) Application for Construction Permit b) Temporary Street and Lane Closure Permit Page 184 NOTICE INVITING SEALED BIDS OR PROPOSALS FOR LIVID 4 FENCE REPLACEMENT PROJECT" NOTICE IS HEREBY GIVEN that said 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 May 5, 2020, sealed bids or proposals for the "LMD 4 FENCE REPLACEMENT PROJECT" in said City. A mandatory pre-bid meeting and site tour will be held on Tuesday, April 14, 2020, beginning at 9:00 AM. The pre-bid meeting location is at 9191 Base Line Road, 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 a the Pre -Bid Meeting will be rejected. Bids will be publicly opened and read in the office of the City Clerk, 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, "Bid for Construction of LMD 4 FENCE REPLACEMENT 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. Copies of such prevailing rates of per diem wages are on file in the office of the City Clerk, City of Rancho Cucamonga, 10500 Civic Center Drive, Rancho Cucamonga, California, and are available to any interested party on request. They can also be found at www.dir.ca.gov/ under the "Statistics and Research" Tab. 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 (submitted on or after March 1, 2015) 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 (awarded on or after April 1, 2015) 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 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, N-1 Page 185 all public works projects, whether new or ongoing, beginning January 1, 2016. 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 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 1130 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 N-2 Page 186 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. 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-13" License (Fencing 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........ 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 N-3 Page 187 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.GipliSt.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. Questions regarding this Notice Inviting Bids for "LMD 4 FENCE REPLACEMENT PROJECT" may be directed to: Chris Gilli Parks Supervisor 8794 Lion Street Rancho Cucamonga, CA 91730 (909) 477-2730 ext 4119 e-mail: chris.gilliPcityofrc.us and Kenneth Fung Assistant Engineer 8794 Lion Street Rancho Cucamonga, CA 91730 (909) 477-2730 ext 4139 e-mail: kenneth.fung@cityofrc.us All questions regarding this Notice Inviting Bids must be in writing (e-mail is preferable) and received by the City no later than 5:00 pm on Tuesday April 21, 2020. The City is not responsible for questionsle-mails undeliverable. ADVERTISE ON: Tuesday, March 31, 2020 and Tuesday, April 7, 2020 N-4 Page 188 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-1 of the Bid Proposal to help the representative from the City Clerk's office find the Total Base 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, except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or Proposal. 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 Page 189 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 who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code, 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 90 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 4 FENCE REPLACEMENT 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 I-2 Page 190 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 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 co -partnership 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 50 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 1-3 Page 191 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 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. 1. 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. 1-4 Page 192 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. 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 Re'ection 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 total bid price of the base contract (aka TOTAL OF THE BASE BID AMOUNT. However, the City reserves the right to award a contract, if it be awarded, by any of the following options: 1. Total Base Bid Amount 2. Total Alternate Bid Amount 3. Total Base Bid Amount + Any Combination of Additive Bid Amount(s) 4. Total Alternate Bid Amount + Any Combination of Additive Bid Amount(s) A proposal will not be considered if it does not include the Base Bid, the Alternate Bid and a[] the Additive Bids. 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 "C13" License (Fencing 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. 1-5 Page 193 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 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 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 $1,100.00 per day for each and every calendar day's delay in finishing the work in excess of 40 working days for either the Base Bid or Alternate Bid plus 5 working days for each Additive Bid item awarded. 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 MR Page 194 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, O. RELIEF OF BIDDERS Attention is directed to the provisions of Government Code Sections 14350 to 14355, inclusive, (State Contract Act) concerning relief of bidders and in particular to the requirement therein, that if the bidder claims a mistake was made in his bid, the bidder shall give the City written notice within five days after the opening of the bids of the alleged mistake, specifying in the notice in detail how the mistake occurred. P. PRE-BID MEETING A mandatory pre-bid meeting is scheduled on Tuesday, April 14, 2020, beginning at 9:00 am at the patio area on the south side of the Lions Community Center East building, 9191 Base Line Road, Rancho Cucamonga, CA 91730. The fencing at this location is Additive Bid item 31 on the Bid Proposal. After inspecting this location, attendees will proceed to the following locations in the order shown below. The below listed address are adjacent to the fence locations. Attendees should use their smart phone's or vehicle driving apps. (like Telenav GPS, Mapquest, etc.) to determine the most expedient route to each of the below listed subsequent locations. a) 6102 Sherry Court (Additive Bid item 22 and 30). b) 7316 Cascade Court (Base Bid item 2 and Alternate Bid item 9) c) 10872 Sundance Drive (Base Bid item 1 and Alternate Bid item 8) d) 10770 Essex Place (Additive Bid item 15 and Additive Bid item 23) e) 10720 Springfield Drive (Base Bid item 3 and Alternate Bid item 10) f) 7681 Barrington Court (Base Bid item 4 and Alternate Bid item 11) g) 7697 Gainey Court (Base Bid item 5 and Alternate Bid item 12) h) 7761 Cardiff Place (Additive Bid item 16 and Additive Bid item 24) i) 7765 Devonshire Court (Additive Bid item 17 and Additive Bid item 25) j) 11282 Corsica Court (Additive Bid item 21 and Additive Bid item 29) 1-7 Page 195 k) 11286 Alencon Drive(Additive Bid item 18 and Additive Bid item 26) I) 7709 Belpine Place (Base Bid item 6 and Alternate Bid item 13) m) 11598 Claridge Drive (Additive Bid 19 and Additive Bid item 27) n) 11598 Barrett Drive (Additive Bid item 20 and Additive Bid item 28) o) 7508 Hardy Avenue (Base Bid item 7 and Alternate Bid item 14) 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. W Page 196 BID DOCUMENTS 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 Subcontractors Declaration of Eligibility to Contract Certificate of NonDiscrimination by Contractors NonCollusion Affadavit Bid Bonds 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. Page 197 PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "LMD 4 FENCE REPLACEMENT 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. No. #� Descri tion No. Qty. Unit Unit Price Price Bidder 1 ►' Required Bid Proposal Forms Page 198 e • • Bidder 1 ►' Required Bid Proposal Forms Page 198 PROPOSAL SCHEDULE OF COST AND LUMP SLIM AMOUNTS "LMB 4 FENCE REPLACEMENT PROJECT" item Description No, Qty. Unit Unit Price Price TOTAL ALTERNATE BID AMOUNT 1N NUMBERS- $94,147.67 TOTAL ALTERNATE Sia AMOUNT IN WORDS: ninety four thousand one hundred forty seven doUars and sixty seven cents. AB FENCE COMPANY, INC. Bidder P-2 of 1Z - ... Required Bid Prop osa€ Farms Page 199 ALTERNATE BIOS 8 THRU 14. Fencing to be Bar Steel, Double Powder Coated, Semi -Gloss Black 8, Site Number TV -2 (43.33 LF, 6' High Fencing) 1 EA $11,016.05 $11,016.05 Nearest Address: 10872 Sundance Drive 9. Site Number TV -4 (88 LF, S' High Fencing) 1 EA $19,280.00 $19,280.00 Nearest Address: 7316 Cascade Court 10. Site Number TV -6 (39 LF, 611" High Fencing) 1 EA $10,215.00 $10,215.00 Nearest Address: 10720 Springfield Drive 11, Site NurnberTl-17 (106.5 LF, 5'10" High Fencing) 1 EA $22,702.50 $22,702.50 Nearest Address: 7681 Barrington Court 12. Site Number TV -17(45,671-F, 6'10" High Fencing) 1 EA $11,48995 $11,489.95 Nearest Address: 7697 Gainey Court 13, Site Number TV -17 (33 LF, 5' High Fencing) 1 EA 59,105.22 $9,105.22 Nearest Address: 7709 Belpine Place 14. Site. Number TV -18 (39.67 LF, 6'1" High Fencing) 1 EA $10,338.955 $10,338.95 Nearest Address 7508 Hardy Avenue TOTAL ALTERNATE BID AMOUNT 1N NUMBERS- $94,147.67 TOTAL ALTERNATE Sia AMOUNT IN WORDS: ninety four thousand one hundred forty seven doUars and sixty seven cents. AB FENCE COMPANY, INC. Bidder P-2 of 1Z - ... Required Bid Prop osa€ Farms Page 199 PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "LMD 4 FENCE REPLACEMENT PROJECT Item Description Qty. y. Unit Unit Price Price AB FENCE COMPANY, INC. Bidder io-3A /.I, Required Bid Proposal Forms Page 200 - � w w w• • ! l 1 1 AB FENCE COMPANY, INC. Bidder io-3A /.I, Required Bid Proposal Forms Page 200 PROPOSAL SCHEDULE OF COST AND LUMP SUM AMOUNTS "LMD 4 FENCE REPLACEMENT PROJECT" Item No. Description Qty. Unit Unit Price Price ADDITIVE BIDS 23 THRU 31: Fencing to be Bar Steel, Double Powder Coated, Semi -Gloss Black Site Number TV -6 (41.5 LF, 6' High Fencing) 1 EA $10,800.00 $10,800.00 23. Nearest Address: 10770 Essex Place - 24. Site Number TV -16 (57.17 LF, 6' High Fencing) 1 EA $13,600.00 $13,600.00 Nearest Address: 7761 Cardifs Place 25. Site Number TV -16 (63.5 LF, 6' High Fencing) 1 EA $14,800.00 $14,800.00 Nearest Address: 7765 Devonshire Court 26. Site Number TV -17 (32 LF, 62" High Fencing) 1 EA $9,000.00 $9,000.00 Nearest Address: 11286 Aliecon Drive 27, Site Number TV -18 (35 LF, 6'2" High Fencing) 1 EA $9,500.00 $9,500.00 Nearest Address: 11598 Claridoe Drive 28. Site Number TV -18 (35 LF, 6'2" High Fencing) 1 EA $9,500.0 $9,500.00 Nearest Address: 11598 Barrett Drive 29. Site Number TV -36 (60.53 LF, 66" High Fencing) 1 EA $14,300.00 $14,300.00 Nearest Address: 11282 Corsica Court 30. Mount New Fencing (29.58 LF, 4'6" High) on Top of Existing Retaining Wall through Existing Sleeves, Install Connecting Brackets on Adjacent Fencing 1 EA $$,574.00 $8,574.00 Nearest Address: 6102 Sherry Court -7 f4 A\AIA2AA4 d tAAI _r 4 16,47�Dof? �z l One 11undf'ed �,Jhf foiAr Thvvrsand Two 14W, one /0o AS FENCE COMPANY, INC. Bidder I�A c4 Required Bid Proposal Forms Page 201 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 40 working days for either the Base Bid or Alternate Bid plus 5 working days for each Additive Bid item awarded, if any, 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. 123101.1010 AB FENCE COMPANY, INC. 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 7 028.15." 995035 03/31/2021 California State Contractors License Number Expiration Date AB FENCE COMPANY, INC. Bidder A 4 ) �- Required Bid Proposal Forms Page 202 S Bidder Agreement (continued) Si nature Narne/Title Signature Signature Name/Title Date Date NameTitle Date Sig nature Namerritle 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. if 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. P-6 of 12 Required Bid Proposal Forms Page 203 BIDDER INFORMATION The bidder shall furnish the following information. Additional sheets may be attached if necessary. Name of Firm: AB FENCE COMPANY, INC. Type of Firm: X Corporation Individual Partnership Business Mailing Address: 1440 BEAUMONT AVE. STE.A2#324 BEAT MONT, CA -222,)3 - Place of Business: 1130 WELLWOOD AVE. BEAUMONT, CA 92223 Teiephone No.: {844}707-0007 Contractor's License: State: CA License No.: 995035 Public Works DIR No.: 1000044449 Names and titles of all members of the firm: ALBERTO BEDOLLA REYNA BEDOLLA PRESIDENT SECRETARY Number of years as a contractor in construction work of this type: 6 YEARS Three projects of this type recently completed: Date Owner's Name & Contract Amount Type of Proiect Completed Address c F F A IT A CHED Person who inspected site of the proposed work for your firm: Name, Inspection ALBERTO BEDOLLA Date: 04/15/2020 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. P-7 of 1E Required Bid Proposal Forms Page 204 wz, m N N N rn U M KZJ- Lr) N Cn O c C L() Q a 61 0 LLJ C) CD on Cm p m < CD u1 ( CJ Lo U.J p Q m f1S Z LL! 4t C) L. LL --j D Q Q LLJ m 0 ci d• c -I Page 205 CC) CD p r- C r LLI N N N O CD N O 00 r N r d a o c--• nr �f m N >- ( cLS Lli r 11.E r �- LU a ¢ w Q Z) LU ¢ D or p > C) -� m Q O Lu LU Z © u- 0 U � E Z O U) O U O O Ca UU) to K ( a LU Z U p o� � 00 o ai ZZ O O O U O O (7 C) u z m O Cf) U �! O Q ¢ d co So } �CD U N v C� m CSo nco (7m fir' mu) UN am �M ao M Srn Zco Qr- OD (� N U M T� F- C,4 F- Jam. �c �� Lti W QI in Lfl LU ^ L9 J CO UCa Z k7 0 n CDo N �O O(D O n �C QE �f) C) O Z o o 0 Q o 0 Q 0 c] 0 0 0 0 Lv 7 OD C2 co o C> L o Lo 00 m < to 64 84 to Kt d't 69 b9 d3 d3 Hi vi Z Z U aS Q CJA UZl la ©4 LU O O ¢ U Q Lu w 0N 55 .-mF K Q ra- coC6 z O=4 OU {(j z _) co C) E m oJz C7 2z uN7 W0 n3JCD SIO -O! JNQa U�a aw rnUO UC6 i N � 0 NILS <8 im�a N0 N¢a c6 rn CL SN M coCk i" 61❑0.0 [�'S 1 -ISS O? c+3 iY3)-(A J z? O O az nQ Q a z U z Qzo U fl z z �Oa �4- ?� m� 007) >- da uj �w a (D �2 � zU <� O OMS C)IL D�-J <C5W LL 0 Ota a© O ¢ s � Oz o w¢h .4WLLU dco W �zQ f- mQ co Y co OmU [ifO CJ LQL]wCL (AC�(rJ F -Q- O Qto - U w C-) LU o z Zz Q m� oU) �x ro~ =�ZD Qw ry m p UQ Q �: ❑ C� 20 O= Q� C7 ❑ � �L! u3 1— U U F- W LL L� Page 205 O O p O CA O C�i N N 0 NC\j O r N O r- r N N m w m fL' Q ¢ � e' Q U w Elf co z m z w ❑ ❑ LL Q -, LL1 U- 0 U to LE5 � �- O J U O OCri v +� (i3 (Ci CB : 0 F- IZ 0 U L) U U >(I5 N •(o r C -0O C.)Ccyy) (L)V VJ (1) c cy L r --Lo cu- V CC) r y- mm Lu C\f co N , M LC) lei N L?t 4 QCL9 Z N lti CL) Cj� Co J CV O Lo vN Co C q d i7-:03 f - r " r 0 �� W� [I) o� qa� 0 r .�©� CS 0 0 0 0 0 CO o 0 0 0 C\i 0 0 V U b °) (D OD mV cli N EH fPr 64 CR 69 fA Vf OZ � W Q ¢ J £]Q (oU = U ❑LSU 0 ¢ w ELZ� ��� moo- Z o <LD IrU LL a ¢ w LD �Lo � LO J J Uj f2.l� �' m}}� 4r Z}ern Q �QZ L) ct�tic 7 U67 -o Q N NQO7� m N> N 7Q�6� Q Q Q MUVU O } ¢ Q 0) to N CV r>- O N c CCcn C Z N NIDQCD WO ¢ Z p ¢ w Vn-CO w �0 z 0 oz -Q�� z ¢z pC)l- CL V Z�S- ¢u3U)� ¢ Z 0 U LL LL U O U QZUE tL < LL wW� a Ow �w Q�0O O 0: LL Ln } y� ¢ z�� ¢ U) 09M O 5- U) M } H tnM5 U U Q N LUCCl) �Lu 0O X� OC7 �� LLI❑ O0 Lll �Q QQ � Q O— LL❑ U? LLI O¢ w> Y ❑Q Cl)U CO ¢ � Page 206 SUBCONTRAGTORS 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 (112%) 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 o cone 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 Total % of the work to be performed by Subcontractors listed above: NIA % 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." Required raid Proposal Forms Page 207 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¢th day of MAY, 2020, at BEAUMONT, CA (place of execution), California. Y f/fx SignaturT' e Name: ALBERTO BEDOLLA Title: PRESIDENT Company: AB FENCE COMPANY, INC. Required Bid Proposal Forms Page 208 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. 3.To take affirmative steps to hire minority employees within the firm FIRM: AB FENCE COMPANY, INC. TITLE OF PERSON SIGNING: PRESIDENT SIGNATURE: DATE: 05/04/2420 Please include any additional information available regarding equal opportunity employment programs now in effect within your firm. Required Bid Proposal Forms Page 209 NON -COLLUSION DECLARATION The undersigned declares: I am the PRESIDENT of AB FENCE COMPAY, INC. , 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 andcorrect and that this declaration is executed on F`ri �?�' . (date), at (city), r }T (state). Signature P-11 of 12, Required Bid Proposal Forms Page 210 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 County of t t \V'U ..A(11_ On before me, Date personally appeared � W�A ere Insert Name and True of the Officer` who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) i/are subscribed to the within instrument and acknowledged to me that he/sie/they executed the same in his/,�&/their authorized capacity(ies), and that by hK/"r/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. KRIS Til LINDBERG M Notary Public - California - = _ r Riverside Coanty commission r 2208013 A4y Comm, hxpireS Ju! 3D.262i Place Notary Seal and/or Stamp Above I certify under PENALTY OF PE=RJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal-, '� r r Signature V _i Srgnotr)r cif o�ar}'i Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to on unintended document. Description of Attached D91C m nt 1 5 Title or Type of Document: ( m��, r i Document Date: Number of Pages:^...._ Signer(s) Other Than Named AbovPi Capacity(les) Claimed by Signer(s) Signer's Naiz�e: Signer's Name: ❑ CorporateOffice s): ❑ Corporate Officer - Title(s): 11 Partner - 11 Limited El Gen ElPart - Limited 13 General ❑ Individual ❑ Attorney in Fa ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian of Conservator ❑ r rdiari of Conservator ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: 02017 National Notary Association Page 211 Bond No., CMGS0007268 BID BOND KNOW ALL MEN BY THESE PRESENT. THAT AB Fence company, Inc. as Principals, and Argonaut Insurance Company , 85 Surety, are held and firmly bound unto THE CITY OF RANGHO CUCAMONGA, COUNTY OF SAN BERNARDINO hereinafter called the City, in the Stem of Ten Percent of their Greatest Amount Bid (10% of G.A.B.) 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: "LIVID 4 FENCE REPLACEMENT 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 u+ith said Specifications, enters into a wrltten contract on the form of agreement bound with said Speci:,cations 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 attomey's fee to be fixed by the court. SIGNED AND SEALED, thistrday of ri lNf 2020 . AB Fence Company, Inc. (Seal) Business Name of Bidder (Principal) Argonaut Insurance Company' Business Name of Surety (Seal) Signature} Y L- (Sic,}a-l' afore} T �f Tide: Stephanie Hope Shear, Attorney -in -Fact __1l;dividuaJ Partnership x Corporation Other, explain P-12 of IZ * c/o CMGiA 20335 Ventura Blvd., Ste 426 Woodland Hills, CA 91364 RegiAred Bid Proposal Forms Page 212 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 ofK+ Onbefore me, Date to \ _ Hese lnseit Name and Tit of the Officer personally appeared who proved to me on the basis of satisfactory evidence to be the person( whose names) is/arse sujDscribed to the within instrument and acknowledged to me that he/she/tq'�y executed the same in his/hef/tVeir authorized capacity(iesf, and that by his/hef/thpir signaturejsfon the instrument the persoW, or the entity upon behalf of which the persor*) acted, executed the instrument. a I certify under PENALTY OF PERJURY under the a 9.Rini urns as laws of the State of California that the foregoing _ No' aryPu6iic-caGornia paragraph is true and correct. —{c Riversid_ County `/ Commissionrzzoanlz - WITNESS my hand and official seal. My Comm. Expires M 34, 2621 Place Notary Seal and/or Stamp Above Signature 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 Pag Signer(s) Other Than Named Above`. Capacity(ies) Claimed by Signer(s) Signer's Name: Sig 's Name: ❑ Corporate Officer - ' e(s): ❑ Corpar Officer - Title(s): ❑ Partner - ❑ Limited ❑ Ge ❑ Partner - ❑ ited 13General ElIndividual ElAttorney in E01lndivldual Attorney in Fact E) Trustee ❑Guardian of Conservator ❑ n of Conservator ❑ Other: ❑ Other: Signer is Representing: Signer is Representing: 02017 National Notary Association Page 213 STATE OF CALIFORNIA DEPAR'T'MENT of INSURANCE No SAN FRANCISCO Amended Certificate of Authority THIS 1S TO CERTIFY THAT Purs faw ro the h?surcuire Cole of the State of Ccrlifcrrrricr. Argonaut Insurance Company of Illinois organized under ihc laws (rf Illinois srdbjecr to its Ar•1icles of Incorporation or rultrr fiuulcrnrrruul ort;ettri;ational dor•rrnu•rarx, isherrhv awhorkwel to transact within the State, subject if, fill provisions nftlrisci-rtifiirate.lhc•followingclasses o'incttrance_ Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, 'Team and Vehicle, Automobile, Aircraft, and Miscellaneous er.s .sc.u•li chisse,s erre• now or neer), hrreafler he defined in the Insurance Laws of the state of Califrrrtrier. THIS CERTIFICATF is f�vj7 rsslt• c•onditinned upon the holder hevwof n(mv card her-rcrfler hehlg in fill colliplicnlc•e• with erll, and not in violation of curt; of elle applirahle laws and lens, fttl re-quirenients nurrle under rtrrthoritt• of the heirs of the ,Stern, ofCalifornier cis long cis srrr•IT hilt's or requirernetu,s etre in cffrrl fill(/ erlplicahk, and els ,sne•h kers crrrel reyuilvinews now are, or nu{r hereerfier be change el or unreeled. IN WITNESS WHEREOF, oflfeciive cis a 'the 31st clan• of December 2006 l have her-runtri ser 1111, beard and cairsed nn• of ictl seal to he c�.ted this 13th Acte of December 2006 John Garamendi lrr.rrrrrmr•r Cunnrriscienuv 10 BY 455�", �', �,%0'1-ww Patricia K. Staggs for Richard D. Baum tkpxrxx NOTIM ' Qualification with Iltr Seeretar.• «I'SJ:uc maul I,e aca•n1llhli0Cd as 1-Ccguired h -v the Califrimi❑ Corpnnations Cr,de liromluh• :(/ter 1-M"Ice <,I ilii, C crtilwall: of Authwily. Rlilure 11)do so n•ih i,e it vialatiusl of 11BLIMUC CMIC Sectio, 7111 and Will he ,noun N Cor wvokiiw this CCrlil irate of Aulirurile pursmurl Io the comcaauts made in the applicalinn Iherc•fos. nild Thr rnndilions i nrnaincd hcrcirf, Y11®URM --_ osrw wn Page 214 Bond No.: CMGB0007268 Argonaut Insurance Company Premium: $0.00 Deliveries Only: 225 W. Washington 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Sox 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company, a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook, Illinois does hereby nominate, constitute and appoint: Gabriella Grads. Shilo Lee Losino. Stephanie Hone Shear. Elizabeth ,Santos. L atanva Tavlor, Stacev Garcia Their true and lawful agent(s) and attomey(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on its behalf as surety, and as its act and deed any and all bonds, contracts, agreements of indemnity and other undertakings in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: S15.000.000.00 This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED, That the President, Senior Vice President, Vice President, Assistant Vice President, Secretary, Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of -facsimile signature, which may be attested or acknowledged by any officer or attorney, of the Company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the Argonaut Insurance Company, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Argonaut Insurance Company has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officer on the 8th by of May, 2017. STATE OF TEXAS COUNTY OF HARRIS SS: _¢ ' �aORtrE .LiO 0- SEAL: z'rLd,: 1948 ; 2_ by: '• �LL1HOi`:•' Y` .........+,",�� Argonaut Insurance Company Joshua C. Betz, Senior 'Vice President On this Sth day of May, 2017 A.D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICER OF THE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of same, and heing by me duly sworn, deposed and said that he is the officer of the said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution adopted by the Board of Directors of said Company, referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. (Notary Public) 1 I, the undersigned Officer of the Argonaut Insurance Company, Illinois Corporation, do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, I have hereunto set my hand, and affixed the Seal of said Company, on the 28th day of April , 2020 '- t°7:SEAL'a James Bluzard , Vice President -Surety x .. THIS DOCUMENT IS NOT VALID UNLESS THE: WORDS ARGO POWER OF ATTORNEY ARE IN BLUE. IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL (210) 321 - 8400, Page 215 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 APR 2 8 2020 Date personally appeared before me, SHIRLEY GIGGLES, NOTARY PUBLIC Here Insert Name and Title of the Officer STEPHANIE HOPE SHEAR Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. SHIRLEY GIGGLES - Notary Public - California Los Angeles County z Commission # 2163517 > 14 Comm. Expires Sep 7. 2020 Place Notary Seat Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my ha and official seal. Signatur �retary Public 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: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©2014 7kaiional Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 Page 216 CONTCTORS STATE LICENSE BOARD ` �•" `"p """'""" ACTIVE LICENSE 4 J) : H 995035 _- CORP A B FENCE COMPANY INC •:luSvh_ghyry�l k,;3 03/31/2021 wyvw.csib.ca.gov Page 217 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 AB FENCE COMPANY. 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 "LIVID 4 FENCE REPLACEMENT 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 "LIVID 4 FENCE REPLACEMENT 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 Eighty (80) working days - 40 working days (Alternate Bid items 8 thru 14) plus 5 working days for each of the 8 Additive Bid items (23 thru 30) awarded from the date specified in the Notice to Proceed. The bidder agrees further to the assessment of liquidated damages in the amount of $1,100.00 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 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 ...m_.....and maintain at all time--during--the--life--of -this--contract--the-following- policies- of -insurance:-.—......... _..._.. C-1 Page 218 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 orthrough 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 VIE 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: "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 ....__subparagrap h.4:c.--(-2)-hereof-to--be--listed-as-additional.insured.in-the.poIicy..of insurance ---....... .. .... ......... .— C-2 Page 219 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 4 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..." form(s) and in the "Waiver..." form(s) must be worded exactly as shown in the example. 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. 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-3 Page 220 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 1777.5 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 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 __.........._ons,--claims,,-dam age s-to--persons-or property; penalties -,--obligations," -or-liabilities arisirrg._.­..... C-4 Page 221 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. 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. 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. 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 0 Signature Print Name &Title Signature Print Name &Title C-5 Page 222 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 223 C0030aa:7_Z+ 1 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENT: THAT AB FENCE COMPANY, 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 One Hundred Eighty Four Thousand Two Hundred Twenty One and 671100 Dollars (Written) $ 1$4.221.67 (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 120—. 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 4 FENCE REPLACEMENT 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_ M Surety: Title: M Individual _ Partnership _ Corporation Other, explain SIGNATURES OF CONTRACTOR MUST BE ACKNOWLEDGED BEFORE A NOTARY PUBLIC. PLEASE ATTACH APPROPRIATE ACKNOWLEDGMENT FORMS (INDIVIDUAL, PARTNERSHIP, CORPORATION, ETC.). Page 224 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 AB FENCE COMPANY, INC. 1440 Beaumont Avenue Ste A2#324 Beaumont, CA 92223 (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: "LIVID 4 FENCE REPLACEMENT 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 One Hundred Eighty Four Thousand Two Hundred Twenty One and 671100 Dollars ($ 184,221.67 ), 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. Page 225 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" By: _ Its By: _ Its "Surety" By: _ Its By: _ 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. Page 226 CONTRACT WORKER'S COMPENSATION INSURANCE CERTIFICATE The Contractor shall execute the following form as required by the California Labor Code, Sections 1860 and 1861: I 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 Attest: By: (Signature (Title) (Contractor) (Signature) (Title) INS -1 Page 227 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 (794) 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 I — 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: Major Bid Item Substantial Completion: City of Rancho Cucamonga, San Bernardino County, California. A single Contract item constituting 10 percent or more of the original Contract Price. Means the project can be used for its intended purpose as determined by the Engineer. GP -1 Page 228 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 existing fencing at seven 7 locations. New fencing shall be either Galvanized, Square Tube Steel (Base Bid items 1 thru 7) or Bar Steel (Alternate Bid items 8 thru 14). There are also Additive Bid items for removing and replacing existing fencing at seven (7) additional locations with using either Galvanized, Square Tube Steel (Additive Bid items 15 thru 21) or Bar Steel (Additive Bid items 23 thru _2a._ Finally._there_ are two (2) more Additive Bid items for installing new fencing. 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 promp y riati y t eE ngEneer iri writ -ng of any suc discrepancy, error, or omission. If t h e Contractor --------- GP-2 Page 229 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. 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 GP -3 Page 230 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 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 231 SECTION 3 — CHANGES 1N 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 232 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. GP -6 Page 233 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 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 234 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. N12K., Page 235 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 3 for "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. G P-9 Page 236 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 $1,100.00 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 $1,100.00 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 237 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 be maintained in .._full..force_ and. effect.during.the.period-covered by.this.contract._... GP -11 Page 238 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: (2) 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; (3) 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 239 (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 4 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..." form(s) and in the "waiver..." form(s) must be worded exactly as shown on the example. The Contractor's insurance company or companies may charge an additional premium to include the City required exacting wording on these Certificates of insurance endorsement. The bidder's bid proposal shall include the cost of these premium(s), if any. 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 240 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. 7-9 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 irrigation systems 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. 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. GP -14 Page 241 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 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 -foreach day thereafter or any part thereof. _ GP -15 Page 242 E. Cones - $1.00 per cone for each day or any part thereof. 2. Replacement Charges A. Type 1 or II Barricades - $20.00 per Type I or Il barricade that is lost or damaged. B. Type I Il Barricades - $100.00 per Type 1I I 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 -16 Page 243 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 including 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 -17 Page 244 The following subsection shall be added: 7-10.6 STORAGE OF EQUIPMENT AND MATERIALS IN PUBLIC STREETS. Equipment and materials shall not be stored in streets, roads, or highways. All materials or equipment shall be stored elsewhere by the Contractor at their expense unless authorized additional storage time. Equipment and materials shall not be stored at the work site. Time necessary for repair or assembly of equipment may be authorized by the Engineer. The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 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 8.17.05018.19.051, 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 ail public works projects, whether new or ongoing, beginning January 1, 2016. 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 GP -18 Page 245 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 -19 Page 246 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 -2D Page 247 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 work day 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. GP -21 Page 248 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 and for all other work operations which must be performed or cost incurred on the project site. Re -mobilizations from fence location to fence location 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 costs as necessary by the scope of work shall be included in the other items of work. G P-22 Page 249 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 250 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 -2 Page 251 PART 3 CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.1 GENERAL. The following paragraph shall be added at the end of the section: Clearing and grubbing limits may extend to any areas of work outside the right-of-way that are shown on the plans. 300-1.3 REMOVAL AND DISPOSAL OF MATERIALS. 300-1.3.2 REQUIREMENTS c) Concrete Headers, Fence Post Footings, Etc. Add the following at the end of the paragraph: No section of concrete header to be replaced shall be less than 72 inches long, measured parallel to the flow line. If construction joints, score lines or fractures are present within 72 inches of the proposed removal area, measured parallel to the flow line, removals shall be extended to the nearest score line or joint, or to the nearest score line or joint beyond the fractured area. 300-1.2.8 PAYMENT. The following paragraph shall be added after the first paragraph: Costs for the removal and disposal of existing concrete headier, fence post footings, etc. shall be included in the bid price for each section of new fencing. Payment shall include full compensation forfurnishing 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. ML -1 Page 252 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. 303-5 CONCRETE HEADERS, FENCE POST FOOTINGS, ETC. 303-5.1 REQUIREMENTS 303-5.1.1 GENERAL. The second paragraph shall be deleted and replaced with the following paragraphs: The thickness of concrete headers, fence post footings, etc. shall be as shown on the City Standard Plans 608 and 534. Refer to Appendix item 5 for copies of these 2 Standard Plans. ML -2 Page 253 Page 254 LMD 4 FENCE DETAILS Page 255 LIVID 4 FENCE DETAILS General Fence Details: 1. Except for Additive Bid items 22, 30 and 31, scope of work involves removing existing fencing, posts, etc, then replacing with new fencing. 2. Refer to City Standard Plan 608 for details about fencing height; rail, post & picket sizing, dimensions, spacing, etc.; max panel lengths; footing requirements; etc. 3. Burn metal to remove any oil before powder coating fence 4. After "burning", all fencing components shall be sand blasted 5. Powder coat fencing components only after details 3. and 4. have been completed. 6. Color of fencing components shall be Semi -Gloss Black 7. After first powder coating and subsequent baking, fencing components shall be powder coated and baked a second time. 8. Refer to City Standard Plan 534 for details about concrete header to be installed below fencing. 9. Any gaps between concrete header and adjacent existing sidewalk shall be filled with concrete. NOT backfilled with dirt. Concrete shall be the same type as used for the concrete header and shall have a minimum thickness of 4 inches. Base Bid items 1 thru 7 Details: 10. Fencing material shall be Galvanized, Square Tube Steel. Alternate Bid items 8 thru 14 Details: 11. Fencing material shall be Bar Steel. Additive Bid items 15 thru 21 Details: 12. Fencing material shall be Galvanized, Square Tube Steel. Additive Bid item 22 Details: 13. Scope of work involves mounting new 4'6" fencing on top of existing retaining wall thru existing sleeves. 14. install brackets to connect to adjacent fencing. 15. Fencing material shall be Galvanized, Square Tube Steel. Additive Bid items 23 thru 29 Details: 16. Fencing material shall be Bar Steel. Additive Bid item 30 Details: 17. Scope of work involves mounting new 4'6" fencing on top of existing retaining wall thru existing sleeves. 18. install brackets to connect to adjacent fencing. 19. Fencing material shall be Bar Steel. Refer to Appendix ltem 2 -for Additive Bid -item -3.1 -Details: Page 256 APPENDIX ITEM 2 DETAILS FOR FENCING & GATES TO ENCLOSE LIONS EAST FACILITY PATIO (9191 BASE LINE ROAD) Page 257 ADDITIVE BID ITEM 31 DETAILS FOR FENCING AND GATES TO ENCLOSE LIONS EAST FACILITY PATIO Fenc&Details: I. roximate overall length is 76 Linear Feet (not including 2 gates) 2. Fe ng to match nearby existing fencing with 3"round rails top and botto/cing 3. 3" ro d spires will be attached on top of the existing parapet wall by meleast 18" into e top of the parapet wall 4. Core holes all be backfilled with Refinish 5000 concrete mix (color: Grarength, Compression rength: 5000 psi, UNSPSC 30111500, Set Time: 300 minue: 28 days) 5. Pickets between s ' es shall be %" square solid bar steel 6. Pickets shall be spac at 3 %z" on center 7. Spacing between build' and nearest new fence spire shall be 8. Overall combined height o fence/parapet wall shall be 7 feet su rfa ce 9. Note: Existing parapet wall hei ensure that the top of the new fe 10. Fence shall be powder coated 11. Fence color shall be black r�+� nor��j�• " or less e existing concrete patio varies so must measu parapet wall height at each corner to je is 7' above patio rface 12. There will be 2 Egress Exits (aka gates) 13. Both gates shall swing "outward" away om pati 14. Both gates shall have Von Duprin pa hardware d ices with keyed alarm and with self-closing exterior door closer 15. Gate 1 will be installed at the so thwest end of the patio a. Gate 1 shall be 4' wide a 7' high (from top of gate to do surface) b. When fully open, Gate shall be closest to adjacent para t wall c. The post containing e hinges for Gate 1 shall be installed s that when fully open, Gate 1 "lines -up" with th west edge of the existing handicapped acc ramp. d. To prevent una horized access to the patio area, install/weld m h panels along the entire surface of G 1 e. To further revent unauthorized access, install/weld a minimum 2' wi , approximately 7' high m panel along the fence pickets immediately east of Gate 1. f. For t same reason, install/weld a mesh panel among the pickets west of to 1(width de nds on actual spacing between the Gate 1 hinge post and next spire whi height shall approximately T) g. Also, west of Gate 1, where fence changes orientation from east/west to north/so , install/weld a minimum 2' wide mesh panel (height of mesh will depend on actual he t of new fence) starting from southernmost spire then proceeding northward Page 258 16. Gate 2 will be installed at the northeast end of the patio a. Gate 2 shall be approximately 3.5' wide and 7' high (from top of gate to patio surface) b\Colorof Field conditions and new gate posts may require that Gate 2 be narrower. However, Ga 2 ver be less than 3' wide fully open, Gate Z shall be closest to the south edge of the existing concrete th. vent unauthorized access to patio area, install/weld mesh panels along th entire e of Gate 2 her prevent unauthorized access, install/weld a 2' wide mesh panel st bf Gate 2 of mesh will depend on actual height of new fence) ll powder coated ates all be black Mesh Panel Details: 19. Product Line: Perforaetal 20. Hole Type: Round M 21, Primary Material: Stainless feel Vthep 22. Alloy, Grade or Type: Type 30 S 23, Hole Pattern: 3/16" Round on 1 24. Gage/Thickness: 20 -gauge (0.037 25. Mesh Panels are to be installed/whe fences and gates. 26. Mesh shall be powder coated 27. Color of mesh shall be black Page 259 APPENDIX ITEM 3 Page 260 CITY OF RANCHO CUCAMONGA WORKING DAY CALENDAR FOR 2020 JANUARY Sur Most Tc;c Wed Thal !-ri cn" MAY Sun Morn TFae Wed Thu 17 24 31� 437 438 11 442 112 443 18 �13 447 448 25 E126 6� 43917 4401 13 114 _ _4.44 445 20 _ 1?_1 _ 449 450 27 �28 453 454 Fri Sat 1 2 436 B �9 . 441 -.. 15 16 446 22 23 451 29 130 455 FEBRUARY Sun Marr Tum Wed Thu Fri Sat !* G 7 1,q 1 3731 3741 375 376 377 li 14 378 3791 380 38t 382 1 C 11'f Xi'�'{II 18 119 20 21 22 Hol aye 3831 384 3851 386 i 4$ 12`f 387126 388 26 127 1'2$ �29 389, 390, 391 � APRIL suii 13410ti 'lue UYeci lhu FI -i Sai ? ric!Ry 3 14 3521 3531 6 7 392 I I 1J 35411 3551, 3561' 3571+u 3581'` 12 13 14 15 1'163621 17 �112 18359 13 10 14 360 361 , 363 462 i� ,Ffio1ply, 2'i _.__.364 4641 22 3651 IG3 -366 124 14 25 26 27 28 17 29 30 31 19 20 20 368 3691 370 371 403 372 404 469 4051 MARCH 406 Nutt Mon Y"V Vvk;6 Lkku i'Ll L,.i MAY Sun Morn TFae Wed Thu 17 24 31� 437 438 11 442 112 443 18 �13 447 448 25 E126 6� 43917 4401 13 114 _ _4.44 445 20 _ 1?_1 _ 449 450 27 �28 453 454 Fri Sat 1 2 436 B �9 . 441 -.. 15 16 446 22 23 451 29 130 455 FEBRUARY Sun Marr Tum Wed Thu Fri Sat !* G 7 1,q 1 3731 3741 375 376 377 li 14 378 3791 380 38t 382 1 C 11'f Xi'�'{II 18 119 20 21 22 Hol aye 3831 384 3851 386 i 4$ 12`f 387126 388 26 127 1'2$ �29 389, 390, 391 � APRIL suii 13410ti 'lue UYeci lhu FI -i Sai ? T3 3 14 r, 6 7 392 393 394 395 396 9 6 10 7 11 8 �112 9 13 10 14 8 461 397 462 398 4631 399 4641 400 465 401 14 _.. 15 1G 16 17 17 18 18 19 19 20 20 21 466 402 467 403 468 404 469 4051 470 406 21 19 20 23 71 24 72 25 76 26 27 27 128 471 407 472 4081_409 4731 429 474 410 475 411 28 26 �27 30 28 29 29 30 31 412 476 413 477 433 4341 435 MAY Sun Morn TFae Wed Thu 17 24 31� 437 438 11 442 112 443 18 �13 447 448 25 E126 6� 43917 4401 13 114 _ _4.44 445 20 _ 1?_1 _ 449 450 27 �28 453 454 Fri Sat 1 2 436 B �9 . 441 -.. 15 16 446 22 23 451 29 130 455 FEBRUARY Sun Marr Tum Wed Thu Fri Sat !* G 7 1,q 1 3731 3741 375 376 377 li 14 378 3791 380 38t 382 1 C 11'f Xi'�'{II 18 119 20 21 22 Hol aye 3831 384 3851 386 i 4$ 12`f 387126 388 26 127 1'2$ �29 389, 390, 391 � APRIL suii 13410ti 'lue UYeci lhu FI -i Sai JUNE Ssin Mnn Tl3P_ Wed Thu Fri Sat 1 T3 2 1 7 3 ?. 456 457 414 415 416 5 6 7 7 10 8 11 9 12 10 13 11 461 417 462 418 4631 419 4641 420 465 421 14 12 13 16 14 17 15 18 16 19 17 20 18 466 422 467 423 468 424 469 4251 470 426 21 19 20 23 71 24 72 25 ?_3 26 ?-R 27 75 471 427 472 428 4731 429 474 430 475 431 28 26 �27 30 28 29 30 476 432 477 433 4341 435 JUNE Ssin Mnn Tl3P_ Wed Thu Fri Sat I:IENGDESGNIforms\CalendarslWorking Day Calendar 2020 Page 1 of 2 Page 261 1 T3 2 4 5 6 456 457 458 4S9 460 9 7 8 10 11 12 13 461 462 4631 4641 465 14 15 16 17 18 19 20 466 467 468 469 470 21 22 23 24 25 26 27 471 472 4731 474 475 28 29 30 476 477 I:IENGDESGNIforms\CalendarslWorking Day Calendar 2020 Page 1 of 2 Page 261 CITY OF RANCHO CUCAMONGA W()TWING DAY CALENDAR FOR 2020 JULY AUGUST Sz.t Sun Mon Tue Wed Thu Fri Sat 7 1 i j 478'1 Holiday} 4791 _ _�� _ ? E; 48D!7 4811 482 483 `O 484I�1 ��� SQOIf 501 5 502.6 503 7 504 8 12 13 1415 16 117 118 9 110 111 112 13 14 115 __15 4861 487 4881 4891 j 5051_ —506 507 508 509 91� 1?? 17� 1�� 1�5 1a 117 }1R 1g ?D 7.1 77 1 1 4901 4911 _4921 4931 4941 1 5101 5111112 513 514 7.3 1 s; 1:y' 7 27 2F 29 4951 496 497 4981 _ 4991 515 516 517 518 519 _ 30 ' IL 520 SEP'YLMBER OCTOBER Sun Man Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat e L .� 4 J 521, 5221• 523 5241 542 _ 543 ll 'i �oGiu 7Hoiday 525 526 527 5281' 544 545 546 _ _ 547 548 13 14 129115 29115 530 16 531 17 532 18 5111 19 11 12 _549 13 550 14 551 is 552 16 553 17 26 ,2i534�L 535 23 53624 11 138 538 26 18 19 554 29 555 21 556 22 557 23 558 24 2713 534 29 54D 30 541 25 26 559127 560128 56i 29 562 30 31 563 NOVEMBER DECEMBER Suri Mon Tue Wed Thu Fri Sat Sun Mon Tue Wed Thu Fri Sat 1 2 3 4 5 6 7 581 564 565 566 56_7 568 7 8 9 10 11 '�'. 12 13 14 586 569 569.Holi day 570 571 14 15 16 17 18 19 ?0 21 _ 22 T 572 2s _. _ 573 24T 574 5751 576_ 124 y 23 25 23 577 5781 579 146Ii HQ11" 597 29 _ 30 _.._.... 27 .__.. 580 I:IENGDESGNIforms%CalendarslWorking Day Calendar 2020 Page 2 of 2 Page 262 1 2 3 4 5 581 582 583 584 6 7 8 $ 10 11 12 S85 586 587 588 589 13 14 15 16 17 18 19 590 591 592 593 594 ?© 71 72 23 240 25 ?6 595 546 597 liolida Holiday _.._.... 27 .__.. _n.._.. _ closed closed closed Holiday Page 2 of 2 Page 262 APPENDIX ITEM 4 Ill 11111;;;illl "!� :i:j ff;7�� q�� li�!lllwl CERTIFICATES OF INSURANCE Page 263 GATEERMWefYm ACO CERTIFICATE OF LIABILITY INSURANCE 0126120SR THIS CERTIFICATE IS ISSUED AS A MATTER OF INI:ORMATIOM ONLY AND CONFERS I* RI(ii1TS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATEOES NOT ATIVELY OR V11 THE COVER -AGE AFFORDED By Tilt POLIC4ES BELOW. THIS CCR7 FICATE OAL F INSURANCE DOES OTCONSTITUT� A CONTRACT BE: wEEH THE tsSUING INSURER{Sj, AUTHORIZED REPRES£ffTATNE . OR PRODUCER, ANb THE CERTIFICATE E01 DER. moat have ADDITIONAL fHSURI D provlslons or be andors$d. ItdPORTANT: If the ceitlffcale hotdar is an ADDITIONAL IMMI150r the }volley(las j If SUBROGATION IS VIAIVEDt subject to the terms and conditions of the poilay, csrfefn p01[ctes may raqulrs an endorsement. A slatement on Ihls Oerifflc*16 does not eonfer rights 10 Ihs cer0fk21e holder In lieu ofsuch andoteement i , PRODUCER i - oISVRE S AriOROEErb OYERAOE _ EHlURf IflirssEuance Gam�a� nrSURN 1rfS 0.fJt6! {i0m an • INSURER C r ( ,once an / RKGRERrrs �/ HSVR Ef N4URER.F: RS is TO CERTIFY THAT TFC POLICIES OF INSUr INDICATED, i4OTVffTAr.TANOfh0 ANY RE4UIREME- CFRTIF[CATr= ffAY BE fSSUED OR MAY PERTAW. 5XaUSIONS AND CONDITIONS OF SUCH POLICIES. NUMBER: 49531644 fi;I_Vlzlwn nuenvcn. WC£ L[Sir D t3ELOY! HAVE MEN ISSUED 70 THE INSURED NA -*X -O ABOVE FOR THE POEJGY PERIOD T, TERM OR CONDITION OF ANY GONTitACT OR OTHER DodUMENT VATH RESPECT TO MICH THIS HEINSURANCE NRA NCE AFFORDED T BY THE UC PAID HMIN IS sUoXGT TO ALL THE TERMS, ( S AYHARP LU'Ars FhGHgCCURAE1rCE S �'� � si0o 0 s,[EnExr as sti040 PE:R54.'tALbAJWiNIURY O@NEILLLA[3AREtiA?E 62 QOO.OQO PrrooucTs.c4MWAOo s200D000 S 'BODILY INJURY (Plrfwt* aOMY INJURY (PC, r60 -C4 P PER . a Hired Ph ICA Da e s ODOAGVff 13 EACHOCCURREHE;E S 00 0 0 AaOREOATE s 10 000 000 OEDUCTISLE so M. E.L-EAIGUMMOENT 3 EA.OISFJLSE - EA FJIPLOYE S �L.OrSFASfl-POLEGYLivJr s 82,000.000 rlggJ$6,000 ped Each Pailutlon 0 Daductibla De UC ----- #i/wr-How: -- -- -- - - i0t28I2018 iof2$1201g A J topMERCIALCULRALLIA&MN V ■/ tEAWVMAV5 El occult .� BED J Professwai-UaWitY GEnA00RE0ATl2�tIM�fAPPUE FErE m= Q JEGT LOC OTH ifrl2812018 t0i2(i12014 f3 AUYOMOPR.ELuamnY J / AWAUTO Maw6OO ✓ J 0% on., J AVTOS ONLY Si000 J Co i i0T29120i8 i1u29T2619 $ J U3raREiLALEA9 �/ OCCUR 's Farm , DLGERSLtAe GLUSrg�.IALE ter• f; �. Yin Ell HIA A Contractors r#R L1aVIrIrT i0=20t8 101241201 A Conlramafa X11 10I2072CIlLf tO1291201 A Bvslness Personal ROPerly Oescap7toHbFOFW''nOHSiLOCAT(OI751vr:1ACLE$ (Ao0Rai0f,Addd`ort►1Q■rtrksSFhsdol+rn'>Y6etiVcLudlfmorarp■ulsrtgt�eldl ajaOL Gly of Rancho Cucamonga ees, dos*ated vdun[eais, and agents sarong as Independent eontractors in the Wo Of I Cho Cucamonga, Its OlfrCefe, Officla38 employ r[j [orms and cea it[ona Insuxanco Is City of agencyy officials are named as additional Insured es w ten contract and pailcy Primary and 4108-contfibulory. Waiver of submgallon appflas. Addl[lonei Insured Endorsement par sltaclmd fern. -30 day notice of cancellation except i0 day$ notice for non-paynten[ of premium. ✓� id 4T6 A�Wtojecf Cay or itancno>..ucauwrlya SHOULDARyof THEAROV5 DESCRIBED POLICIES EB CARCELLEO BEFOR8 City Of ItanchO CUCafT oMa TH8 EMRATIOH DATE THCRLOF, NOTICE VALL I3S DELIVERED Irl AM:ACCORDAHQE WITH THE POLICY PROVISIONS. '1€1606 C V C enter Drive f Rancho Cucamonga CA 917$f? AurxoRizeoREVA sExTArTRr 9=110M 91988.2016 ACOR[) CORi'OftA7i0t�. •Ali rifliila roseTVed. ACORD 26 (2016103) Tho AGORD nark'$ end iq go are registeTed tnarhs of ACORD 1153si1i r 1e-19 @L, Asrto, tab ECc-.^-aticl I LYA%its StsraLr■ 1 i125/2D79 5,16,19 Fa rFo" 14ag■ J of 20 Page 264 P�t.1GY l�E�lVli3ERt _ 60MMERGIAL GEMEARILITY RG 20 10 0104 " T Hl:5 ENDQRSF-MF-NT GHANGES 7'14,E Pal.ICY. PLEASE READ 1T CAREFULLY. ADDITIONAL INSURED - OWNERS, i E88 -EES -OR CONTRACTORS -- SCHEI MED PERSON OR ORGANIZATM This andomerttattt Modules insurance provided uadsr'tha Folfawing. Ct7mmF-RGIAL i 3SNERAL LIABILITY GOYkRAPi; PAM" fattte. 'OroAddltional rganlxlaEiortfs Person(s) of R1dccrraA► nfeGR t=nhamtta 11ryahonLu�tCrnalcec[aaarmsnnaantbpx9ataa, gIieant atzBlsceearrusnet,nd agttaidsndafnls[�io,iaerntrpiEdaeynttec ontradFtaasrs ins[ti E dorsaam st attached farm n $P� %So day noUm of cancellation e=pi 1 o days notice for na"ayment of pren1tum A. Sosotlon ll Wtto is An €ttsured la amanr306 to Include as art additional Insured Fits pmOn(O of organkallptt(s) sllct A In the SohWufe, but MY %!Alit respect to llabilky for "bodlfy €tyuY., "PT9 RY damagau of "persotml and adverllsing It> UEV' caused, in vahole or In psrt, by; 1, your -acts or omissloris', or 2. The acts or omisslons of prose acting an your behalf" in tits parformance of your ona&ng operations for tho additional Inau'sd(s) at the locattort(s) desig- nated above. PjalactGiv of Rancho oucamonga 5. a additional Insureds, ttlo the esumnGe f0904 3110 taddltidto ortai ex�u stops apply: 'rhis Insurance does not apply to'bcdlly IttW or "laropertydamaga" 90ct?tr{110 after. 4. All work, IrsoludIng Masada% parts nr stiuip- ment furnished its cottrteollon with suoh work, 011 U10 project (other than serylos, tmalnlAnanms or repaifs) to be pefforrned by or *n ltehWf of tile lsat U doh at r o�ersdoperaltsbt 2, That pgrtiott of °ynttt wow 401 of Which the lnjttry or damage arises has been til to its IR- t9l,tlad use by arty person it orga xa M other Ihm, another conlraotar or suboontmotor an - gaged in perforttsing ops Itom for a princlpat as a pati of file aams grojact, ' � r;l�.' 9.010 07 04 0ISO pmpariles, lao., 204page 1 of I Page 265 CoMhjt!RaEAL tGBNSRAE<t W31LITY •Pa3.lcY I•Et1t�B�Ft: �� 2a sT oh is TH[S 1=�tbORSi i�iE3NT PHANGES 'fHr= FQLICY. P1.19A$E: READ IT CAREFULLY. ADDI'TEGNAL ]NsuRC-U -OWNERS, L588I:ES OR CONTRACTORS - COMPLETED OPERAMONSL', / n& undarAMiartl modifies Inatiraltce provided under ihd (allaWi)!. caWE RGIAL GENERAL UABti ITT CGVER ►SE PART pR0DLj0T810()},JFLE=TED O.PERA'TIONS LIABILITY COVERAGE PART S0Hrzj3ULR s Hama of Arldillonal Inst1foo PdYson[s] or Orgmilzatlon(s) s Chyof Rancho auemiga, Its ol6Gers,affidah,ampioyees,daslgn Wyolanteamand agonls dlUonsflaas eie d aenlrantroorcintheroleafGt oragancyoiliclafsara nante�i L� Location And es4rllstiait Of omplslcct �tiarotlous �,ptoteelCltgofRanchoCocamonga f work Dauatribed kn VZU105 1A G31e 'uont:racl; V agreement or permft< • Lanat;.ori{at) act: tirttiat< XOir pexfoX"a, 4rark det=ibed in the WrJ btgr+ aantxa4t<< agreamestY, os' - pa=rn3.t io cOntplela this 'c5chaclule, If not shown above, VII be shown, laths DscYaratlalts. Inforrna[Iatt roqulred A, seatloti !i - Who is An Inanrad is Mend" to Ea a` %jh reaped to ilia insurance accorded la these adtlidonti. Insureds, tha (09MIn$ Ie Include as an eddluonal tnsurad the pe=Esj In Ilse sobedulo, bul addod t0'gsclitsn.III -hails 01 Insuranool or orgaidzaliti4s) rhown ordy +r8[h rasped ice lishlMy for "bodlty Irt• `pMP9rtY In wh*ta if covorage Provided to tics addlllanal Inuur€t s is ra ti}red by s contract or Ogre jury" or 48=96' cattssd, or to pate: Icy �yaur vmre at the Ioaaikm des• awst rra will pay an ballet{ of ft adailiotictt ignslad aril doecilbed In the 5cherlalo a'Clllis Instued is tha mount of I(ouranow. endarsament p9rlormed for Iliac addifimst q. Required by ilio oontraoi -or apraenlent; I Inatlfed aad lacluded In ft 'products -Cain- plated apaiz:tlotla ltozaar. or �, Avttilpble trndaf ft applItAbIO t.lratis Of Kawavnr: Inauranca alio= In the OSCIS'ralionsl i.. The insure to afforded to sttch addklotial whldievbr Is Igss. I"wed pati► applice -to the &AMA parral Thls andorsamant shall nal Irtefease tho ap- ted by teem oAd ocabia Iyiellts of Inmutnnre sttowa In tho EZeo- 2.� U eoirerage prtlytded ID the sddliMal In- lasalians� gure4 Is rogldf@d by B C008CI. Or 8grafl+ Marti, • d illloitfle 1>tsa ed tv�R oro ba broad s Ehnn that obiclt you era n4ulrad by Ilia conlrsicl or agrbeingat to ptavlda for such adoonal insured. g iitsllr8lte a s4tvlces Cl�[ca, Ina, 2412 Paged of •I GG 20 87 04'13 Page 266 COMMERCIAL GENERAL LIABILITY Rot.laY NUMB ISSUE DATE,! fol mm. iflt29f3019 THIS <;o6uEmEmT CHANGES THE POUCY, MEASE READ IT CAREFU LY. WAIVER OF TRANSFER OF RIGHTS OF RECO EXY AGAMT OTSIERS TO US t/ Pfils oridorsontent ir►o fiios dnsurostas ptaVlded "dOr lhn foll"'PO; C�Of�IF,iC.RGIA QZMERAL LIABII,lTy c0VEf GF -FART S HEDUt_E Nam of Parson or0mattilxaltolt: ii►e Caty of Ranciw Cuc�sEior�ga, ifaaffc ra, oil tk, ammoges, destgnated va&inteem and agents serving as Independant contraetars En the rola at C�iy orl+gensy ot<tdxts, {If no enhy appears above, Inf6malfon fegolrad to eompleta fht$ andof�anteni 11 be shaven In th$ DaCI }lon8 as applicsbla to this ondarsetaani,) Tho 7RANUER OF ittt3RTB OF REoOVERY do �apteo k d o hoar aur attaaf o o lira! an y r AGAINST OTHERS TO M Gandltlan ($DcUan tV• 'yo hlhii»ft�lAi #3Ff@Gfil�t t lA liY GQi�Qt ONS) or arUa�allon and Inrladsd In the `pwiluots- CDIt smart ad by iite addlllon'of iha following, co�Z�Qletod ap$r$lEans haza(da' Tbls ��1nlYer applies Wo vulva any (101a of (aaovoty W& may We against only to ahoprree`Sors of organl�aflon sltovlt► !n "lha IIm p$raorl at of-gani-laiion shown In the Schedula abova boaattso of paYmerdg We make for Injury or Ga tI - Fate -1 of �.Gt3-2��d-'lC 9�-�__ _............._�__ _�. � . � .E, IAsutgnce �ofvicas.t3llleo, ing.�'l99?..�_....._...................�....._......_.............�.........._......................................_._._........._�.._..�...........__. Page 267 Policy inn; C©NERCIAL AUTO Namedrnstircd- i6t29ri8- f0r28ris TM FND0 ffMtNT CHMOB3 THB PoLloy' P€,EASS READ IT CAREWULt,Y. "DITIC NAL SNSURBI) - DESIONATF0 IMI RSON 4R oRGAMZkTION $US i SS` UTf RAGE FOS �tauxe aiPersff►x txr Qcgani2ai�t: C!!y tdf eho Ctxamnngs Ga aiifcars, afFcfals, EmPluyaes dssIgnied vdU*nerc, and *gens sunt anm dAdWowdhimmd. tli8roiaafCitparagancynlC aitate VH0 JS AN ii~ISUM (8=60n I0 is 8Mea(1W to'Boludo at sa ius"red Elle "t raon. or oxgatizatlon shown in fte Schedule but only tt►itt X%poot to liability arising ottl office 0XVA011 �}y fi 1l3 Eli li��F �f` t SS Oma£ 'I t'�QVG•'d stAUW'. ��x POLICY NUMBER: COMMERCIAL AUTO GA 04 44 0310 TH[S JrNPORSFNiENT CHANGES THE POLICY, PLEASE READ 1T GAP4FULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement t7iodilles Insurance provided under the €olloviing 8C?SIPIESS AUTO COVERAGE FORM L/ BUSINESS AUTO PHY51CAL DAMAGE COVERAGE FORM GARAGE COVERAGE -FORM MOTOR CARRIERCOVERAGE FORM TRUCKERS COVERAGE FORM . Mh respeot to coverage Provided by this endorsement, the pro slons of the Cove¢age Form apPly W8ss m019- Fted by the endorsement, TMs ertctorsenlent changas the polloy effective on ttie Inception date of fie polioy uriess another date is €rd0ated belcal. htatmed Insured, Endorsenmit Sfft4lve Date: iorsar2ois SGREDULE Mame(s) Of Parson(s) or orgatihaflon(s): n � The City cf FtsnchD Cucamonga, its oiigcer�, offidals, V ernppddoyees, designated valunlears and ageldr seeing as lndepandent eoniraclom In the Or of City or Agany ofndels. 'Thi Transfer Of Rights*Of Peravery RgalnA Oth- ers To Us CondHion does not apply to the pemon(s) or orgatllzaUon(s) shown In the Schedule; but only to tK-- extant that subrogation is vaatved Prior do 1118 "W- oldeltE" or the "losses under a conlraol vilth that person or organ€zatlom CA 64 44 03 1-0 0Insurance setvices Office, ino., 2mg ........................... ...... .. rage 1 of 1 13 Page 269 CERTIFICATE OF LIABILITY INSURANCE Ac-t208P2G2 �: B"' oK'°O ;' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOTAFFIRMATiVELY OR NEGATIVELY AMEND, EXTEND OR AI_TERTHS 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 poliicy(ies) must have ADDITIONAL. INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subteatto the terms and conditions afthe policy. Certain policies may require an endorsement. A statement on this certificate does not confer rights to the rertifc"ata-holder in lieu of such endorsement(s). PRODUCER one CD ACr PNONE FAX l E AArL IFISIIRER S AFFOIRDWGCOVERAGE RAIC0 L INSURER A n5 nea Co. ' 7 PEOL USURER a. INSURED � Lf/ INSURERC, INSURER p INSURER E- [[ UISURER F- k 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 INDICATED. 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 HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF 01SURANCE rNSb UB RI POLICY NUMBER LAaiilIDIYYYY€ tIWM�I Mrs CO&NERCtAL GENERAL UABt TY MLAWrL EloccuR EACH OCCURRENCE S OAAIAGET'ORErfI£D S lAEOEKP An ananemon S Pr3LSONAL &ADV INATRY S G=_NERALAGGREGA7E S G3CLAGCxt.F'['ELI_►�ISsi'.{.PPLIES� I �,•_, PRODU=S-COMPIOP AGG S L—! S A15014002 -E, LJAHL`nY SINULES s ANY AUTO BO WLY RRJURY (Pa[ Parson} S OWNM SGHEIMM AUTOS ONLY ALTOS SOO4YIIiJURY{ParaxSdan!} S kCRED NON -OWNED ALROSONLY ALMOS ONLY PROPERTY DAMAGE S S OCCUR EAC;HOCCUR!UaI.F S EXGF^.•5 LUcH CLAIMS4dADE I AGGREGATE S S WORKERS COUPENSA-PIONt1 A pYg2� Lfe.�[J]Y iH- A OER �TFFK' a.tEAE9Ek E=I.U70W. *rn'E u x '1Uf0IM9113 IOMV2049 CHACCIDENTH -1 non nnn rELEA DISEASE-EAEUPLOFSCBIFFrLLVQFOP£T.ATIO.NSSdoa- OIS'15E-POGCYLEIf(r $ 1r[{09.060 v DFSCRIIPMR OF CWERATIO145 f LDCATIONS l VEHICLES (ACORD lot. Addrtbiml Remarks ScNednle. may 6e atlachedif mom space Is mgolmd) NOW lRGJ= =Y OF RANCHO CUCAHANGA. AM OF SUBROGATM IN FAVOR OF CRY OF RANCUO CUGINONGA , ITS MWERS.OFFCWS. MMMYEES. CESM.NM® VOLWFMMS. Alio UOM SERNAM AS DOEFEW09T COMiXTORS MTHEROLE OF CITY MACE= OFFM' -1zVA*N ILEQSg n BYVfRR'M CORMACL I CITY OF RANCHO CUCAMON GA ATTN:$MN00 1950DD CIVIC CENTER DRIVE RANCHO CUCAMONGA, CA 95786 ACORD 25 (2096103) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE E031RATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUDIORIZED REPREMWUTM QD The ACORD name and Jago are registered marks of ACORD All riahts Page 270 Workers' CommensafFon and Emalouersl I_inhllav R�n— Named Insured / Endorsement Number Policy Number 5ymbal: RWC Number. Effectye Date of Endorsement PortyPedod iofomois TO iotw2oig 06fl112019 Issued By (Name of Insurance Company) Ace Arnertcan Insurance CQ_ insertihs porky number The remaindarni the information is to be completed antywhen this end semen! Is issued subsequen4to the preparaflon of the pa6oy. CALIFORNIA WAIVER OF OUR RIGHT TO REGOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because California is shown in Item &A. of the Information Page_ We have the right to recover our payments from anyone liable for an injury covered by this policy. Vele 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 ROLE OF CITY OR AGENCY OFFICIALS 10500 CMC 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: PRO.IECT CITY OF RANCHO CUCAMONGA 3. Premium: The premium charge for this endorsement shall be INCLUDED percent of the Califomia premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. - 4- Mnimum Premium : INCLUDED Authorized Papresentafnre LNC 99 03 22 Page 271 Page 272 WELD 0.188" FLAT CAPON POST TOP OF PANEL TO BE FLUSH WITH TOP OF POST 36" 12" i --- TYPICAL FENCE ELEVATION 314" SQ. SOLID PICKE 3 HEAVY DUTY SELF CLOSING HINGES TAPER TOP OF FOOTI AT POST LOCATIONS 10 0 Cl Y N ILo APPROVED BY, CITY R.C.E. TYPICAL WALK GATE 2" SQ. X. I 88" TOP RAIL 2" SQ. X .188" POST 314" SQ. SOLID PICKETS 2" SO. X .188" BOTTOM RAIL CONCRETE HEADER PER CITY STANDARD FINISH SOIL GRADE iR TOP OF FOOTING )ST LOCATIONS !" SQ. X.1 88" ALL SIDES X .2S' DIAGONAL, LACK WELD TO EACH PICKET iEAVY DUTY HASP LATCH CONCRETE HEADER PER CITY STANDARD 4" CLEAR (fYP.) FINISH SOIL GRADE P.C.C. NOTES: 1. ALL FENCE MEMBERS SHALL BE TUBULAR OR SOLID STEEL STOCK OR AS NOTED ABOVE, 2. FABRICATE PANELS AS A UNIT, WELD AND GRIND SMOOTH ALL JOINTS, 3. APPLY ZINC -RICH PRIME COAT AFTER WELDING PANELS TO POSTS, CLEAN AND GRIND SMOOTH TOUCH UP PRIME COAT. 4. APPLY 2 COATS SEMI -GLOSS RUST RESISTANT ENAMEL AFTER FENCE OR GATE ERECTION. COLOR PER PROJECT PLANS. OF RANCHO CUCAMO'NGA; CALIFORNIA STANDARD PLAN -21 TUBULAR STEEL FENCE 608 Z DATE USE WITH STANDARD SPECIFICATIONS FOR PU$LIC WORKS CONSTRUCTION 24553 SHEET 1 OF 1 e 273 1" IN LAWN 2" IN PLANT BED 6" OR 8" SEE NOTE 2 T CONCRETE HEADER — 112" RADIUS EXPOSED EDGES AND FINISH PER PLAN (INSTALL AT GRADE LEVEL AT SWALE CROSSINGS) FINISH GRADE FOR DG OR COBBLESTONE F.S. SHALL BE FLUSH WITH TOP OF CONCRETE HEADER #3 RE—BAR CONTINUOUS (UNLESS OTHERWISE INSTRUCTED) co NOTES: 1. PROVIDE SCORE JOINTS AT 10'-0" O.C. AND 318" EXPANSION JOINTS AT 20'-0" O.C. 2. 8" WIDE CONCRETE HEADER TO BE USED ONLY WHEN ADJACENT TO CITY -MAINTAINED TURF, 3. CONCRETE TO BE 520-C-2500 MIN. 4. HEADERS TO BE USED AS EDGE TREATMENTS TO ALL COBBLE AREAS, AS AN EDGE TREATMENT TO ALL NON-HARDSCAPE LIMITS OF WORK, AND BETWEEN ALL TURF AND GROUNDCOVER AREAS, APPROVED $YL CONCRETE HEADER s•!3 in CsINEER DATE USE W[TH STANDARD SPECIFICAT30NS FOR PUBLIC WORKS CONSTRUCTION R.C.E. _53:e72' STANDARD 534 SHEET 1 OF I / Page 274 APPENDIX ITEM 6 1:1410-Nmv Page 275 MINOR IMPROVEMENT(S) CONSTRUC770M PERMIT APPLICA 7700 CITY OF RANCHO CUCAMONGA, ENGINEER11m DIVISIOm Fax (9 019) ¢77-Z741 LOCATION: I ADDRESS: MAJOR CROSS STREETS (2) NIO: SID: EIO: W/O: ESTIMATED DATES: If address is same as owners check this box ❑ START: FINISH: CONTRACTOR CONTRACTDR CIT Y LICENSE 9: LICENSE# : EXPIRES: EXPIRES,.— XPIRES;ADDRESS ADDRESS(Contracfor's) TELEPHONE, CONTACT PERSOt+I: FAX NO: Phone No: CONTRACTOR CONTRACTOR Ci-Ii Y LICENSE * LICENSE# I=XPIRES, EXPIRES: ADDRESS (contracfor's) TELEPHONE: CONTACT PERSON: FAX NO: Phona No: PROPERTY OWNER DR DEVELOPER NAME TELEPHONE CELL H©MEIWORK ADDRESS (Owner`s t Developer's} E-MAIL: Drive Approach `'°2"d Drive Approach Appikaflons itaqulre Englnewing and Planning Department Approval Dempster I Rall Off I Utility Trench if trenching, how many linear feet? Curb Core Other Insurance Requirements on the Back Instructions i Provide (Z) Sets of Plans I Drawings with application (please make note of existing 1 proposing Improvements and label which direction North is) can be hand drawn on & x 113 paper Allow a Minimum of (2) Two Full Working Flays for Processing Contractor(s) Must Provide UabllM Insurance Certificate Naming the City as Additional Insured (City of Rancho Guc:artonga, Affn: Engineering Dept., 10500 Civic Cenfer Dr., Rancho Cucamonga, Ca 91734) with an Additional Insured Endorsement and Workman's Comaensatiar� Print Owner I Developer Rep's Name Print Contractors Rep's Marne I Company _ Print Contractors Rep's Name I Company Ownsr's SIGNATURE DATE Contractor's SIGNATURE DATE Contractor's SIGNATURE DATE Page 276 PERMIT APPLICATION FOR TEMPORARY STREET AND LANE CLOSURES AhvcFac� CALIFORNIA\OU\IEngineering Division Phone: (909) 477-2740 FAX., (909) 477-2741 NOTE: ALLOW 24 HOURS MINIMUM FOR PROCESSING MINOR CLOSURES (LASTING i OR 2 DAYS) ALLOW 7 TO 90 DAYS FOR PROCESSING MAJOR CLOSURES (LASTING 3 DAYS OR MORE Engineering Construction ROW Permit No. (Required): Location: Proposed Start Date: Proposed Working Hours: Description of Work: Company: Address 1: Address 2: Contact: CHECK ALL THAT APPLY: Completion Date: Work Duration: Phone: Emergency Phone: C ity: State Contact Phone: Fax: Zip. 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 NLY. Construction Area Traffic Control Plan Required? Advance Notification Signs Required? Comments/Conditions: Received by: Approved by Inspector: Advance Notification Signs Approved: Rev. 4106 Yes No _ Yes No Date: Date: Date: ©ate Lame Closure Permit App.doc Page 277 Page 278 DATE: TO: FROM: INITIATED BY: SUBJECT: June 3, 2020 Mayor and Members of the City Council John R. Gillison, City Manager Linda A. Troyan, MMC, City Clerk Services Director CONSIDERATION TO ADOPT RESOLUTIONS PERTAINING TO THE NOVEMBER 3, 2020 GENERAL MUNICIPAL ELECTION. RECOMMENDATION: Staff recommends the City Council adopt Resolutions pertaining to the November 3, 2020 election: • Resolution No. 2020-042, Calling and giving Notice of a General Municipal Election on November 3, 2020 for the purpose of electing one (1) Member of the City Council from District 1; one (1) Member of the City Council from District 4; one (1) City Clerk elected at large; and one (1) City Treasurer elected at large, each for the full term of four years, and to consolidate said election with the County of San Bernardino. • Resolution No. 2020-043, Adopting Regulations for Candidates for Elective Office pertaining to the preparation of materials submitted to the electorate and the costs of the Candidate Statement for the November 3, 2020 election. BACKGROUND: The City of Rancho Cucamonga is scheduled to conduct a General Municipal Election on November 3, 2020 for the purpose of electing one (1) Member of the City Council from District 1; one (1) Member of the City Council from District 4; one (1) City Clerk elected at large; and one (1) City Treasurer elected at large, each for the full term of four years. The nomination period begins on Monday, July 13, 2020 and will close on Friday, August 7, 2020 at 5:00 p.m. If an incumbent does not file, the period is extended to Wednesday, August 12, 2020 for candidates other than the incumbent to file for that office. ANALYSIS: The City contracts with the County of San Bernardino Registrar of Voters Office for election services and it is required that the City request consolidation of the Municipal Election with the Presidential General Election. The Resolution calling and giving notice of the November 3, 2020 election and requesting the County to consolidate the City General Municipal Election with the Presidential General Election is provided for consideration. The Resolution also includes language pertaining to tie votes, which would be determined by lot. Also included is a Resolution establishing regulations for candidates for elective office pertaining to Candidate Statements submitted to the voters. Only candidates wishing to submit a Candidate Statement will be required to pay a deposit at the time of filing to cover the cost of printing the statement in the sample ballots. Estimated costs for candidate statements are calculated by per registered voter Page 279 in each district or at large (citywide). The actual costs of inclusion will be determined after the election, and participating candidates will either receive a refund or be responsible for paying additional costs at that time. Adoption of the Resolutions is required to begin the election process and consolidate with the Presidential General Election to be held on November 3, 2020. FISCAL IMPACT: Sufficient funds have been included in the proposed FY 2020-2021 budget. ATTACHMENTS: Description Attachment 1 - Resolution No. 2020-042 Attachment 2 - Resolution No. 2020-043 Page 280 RESOLUTION NO. 2020-042 A RESOLUTION OF THE CITY COUNCIL OF THE C IT Y OF RANCHO CUCAMONGA, CALIFORNIA, CALLING AND GIVING NOTICE OF THE HOLDING OF A GENERAL MUNICIPAL ELECTION ON TUESDAY, NOVEMBER 3, 2020, FOR THE ELECTION OF CERTAIN OFFICERS AND REQUESTING THE BOARD OF SUPERVISORS OF THE COUNTY OF SAN BERNARDINO TO CONSOLIDATE THE GENERAL MUNICIPAL ELECTION WITH THE STATEWIDE GENERAL ELECTION TO BE HELD PURSUANT TO ELECTIONS CODE SECTION 10403 RELATING TO GENERAL LAW CITIES WHEREAS, under the provisions of the laws relating to general law cities in the State of California, a Regular Municipal Election shall be held on November 3, 2020, for the election of municipal officers; and WHEREAS, it is desirable that the General Municipal Election be consolidated with the Statewide General Election to be held on the same date and that within the city, the precincts, polling places and election officers of the two elections be the same, and that the County Election Department of the County of San Bernardino canvass the returns of the General Municipal Election and that the election be held on all respects as if there were only one election; and NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, DOES RESOLVE, DECLARE, DETERMINE AND ORDER AS FOLLOWS: SECTION 1. Pursuant to the requirements of the laws of the State of C a I i f o r n i a relating to General Law cities, there is called and ordered to be held in the City of Rancho Cucamonga, California, on Tuesday, November 3, 2020, a General Municipal Election for the purpose of electing one (1) Member of the City Council from District 1; one (1) Member of the City Council from District 4; one (1) City Clerk elected at large; and one (1) City Treasurer elected at large, each for the full term of four years. SECTION 2. The ballots to be used at the election shall be in the form and content as required by the law. SECTION 3. The City Clerk is authorized, instructed and directed to procure and furnish any and all official ballots, notices, printed matter and all supplies, equipment a n d paraphernalia that may be necessary in order to properly and lawfully conduct the election. SECTION 4. The polls for the election shall be open at seven o'clock a.m. the day of the election and shall remain open continuously from that time until eight o'clock p.m. of the same day when the polls shall be closed, except as provided in Section 14401 of the elections code. SECTION 5. In all particulars not recited in this Resolution, the election shall be held and conducted as provided by law for holding municipal elections. Resolution No. 2020-042— Page 1 of 3 Page 281 SECTION 6. That pursuant to the requirements of Section 10403 of the Elections Code, the Board of Supervisors of the County of San Bernardino is hereby requested to consent and agree to the consolidation of a General Municipal Election with the Statewide General Election on Tuesday, November 3, 2020, for the purpose of electing one (1) Member of the City Council from District 1; one (1) Member of the City Council from District 4; one (1) City Clerk elected at large; and one (1) City Treasurer elected at large, each for the full term of four years. SECTION 7. The County Registrar of Voters is authorized to canvass the returns of the Regular Municipal Election. The election shall be held in all steps necessary for the holding of the consolidated election. SECTION 8. The Board of Supervisors is requested to issue instructions to the County Registrar of Voters to take any and all steps necessary for the holding of the consolidated election. SECTION 9. The City of Rancho Cucamonga recognizes that additional costs will be incurred by the County by reason of this consolidation and agrees to reimburse the County for any costs. SECTION 10. Notice of the time and place of holding the election is given and the City Clerk is authorized, instructed and directed to give further or additional notice of the election, in time, form and manner as required by law. Notwithstanding the generality of the foregoing, the City Clerk is hereby instructed to act in conformance with California Elections Code Section 10403 and to file this Resolution with the Board of Supervisors of San Bernardino County and to transmit a copy of the same to the San Bernardino County elections official. SECTION 11. That in the event of a tie vote (if any two or more persons receive an equal and the highest number of votes for an office) as certified by the Election Official, the City Council, in accordance with Elections Code §15651 (a) shall set a date and time and place and summon the candidates who have received the tie votes to appear and will determine the tie by lot. SECTION 12. The City Clerk shall certify the adoption of this Resolution and enter it into the Book of original Resolutions. Resolution No. 2020-042— Page 2 of 3 Page 282 PASSED, APPROVED, AND ADOPTED this 3rd day of June 2020. L. Dennis Michael, Mayor ATTEST: Janice C. Reynolds, City Clerk STATE OF CALIFORNIA ) COUNTY OF SAN BERNARDINO ) ss CITY OF RANCHO CUCAMONGA ) I, Janice C. Reynolds, City Clerk of the City of Rancho Cucamonga, do hereby certify that the foregoing Resolution was duly passed, approved, and adopted by the City Council of the City of Rancho Cucamonga, at a Regular Meeting of said Council held on the 3rd day of June, 2020. AYES: NOES: ABSENT: ABSTAINED: Executed this 4t" day of June 2020 at Rancho Cucamonga, California. Janice C. Reynolds, Clerk Resolution No. 2020-042— Page 3 of 3 Page 283 RESOLUTION NO. 2020-043 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, ADOPTING REGULATIONS FOR CANDIDATES FOR ELECTIVE OFFICE PERTAINING TO CANDIDATE STATEMENTS SUBMITTED TO THE VOTERS FOR THE NOVEMBER 3, 2020 ELECTION. WHEREAS, Section 13307 of the Elections Code of the State of California provides that the governing body of any city may adopt a charge against candidates pertaining to materials prepared by any candidate for municipal election, including costs of the candidates' statement. NOW THEREFORE, the City Council of the City of Rancho Cucamonga does hereby resolve, declare, determine and order as follows: SECTION 1. General Provisions. That pursuant to Section 13307 of the Elections Code of the State of California, each candidate for elective office to be voted for at the General Municipal Election to be held in the City of Rancho Cucamonga on November 3, 2020, may prepare a candidate statement on an appropriate form provided by the City Clerk. Such statement may include the name, age and occupation of the candidate and a brief description of no more than 200 words of the candidate's education and qualifications expressed by the candidate himself or herself. Such statement shall not include party affiliation of the candidate, nor membership or activity in partisan political organizations. Such statement shall be filed in the Office of the City Clerk at the time the candidate's nomination papers are filed. Such statement may be withdrawn, but not changed, during the period for filing nomination papers and until 5:00 p.m. of the next working day after the close of the nomination period. SECTION 2: Additional Materials. No candidate will be permitted to include additional materials in the voter information guide. SECTION 3. FOREIGN LANGUAGE POLICY. Pursuant to the Federal Voting Rights Act, candidate statements will be translated into all languages required by the County of San Bernardino. The County will mail separate sample ballots and candidate statements in the required languages to only those voters who are on the county voter file as having requested a sample ballot in a particular language. The County will make the sample ballots and candidates statements in the required languages available at all polling places, on the County's website, and in the Election Official's office. SECTION 4. Payment. The City Clerk shall estimate the total cost of printing, handling, translating and mailing the candidate's statements filed pursuant to the Elections Code, including costs incurred as a result of complying with the Voting Rights Act of 1965 (as amended), and require each candidate filing a statement to pay in advance his or her pro rata share as a condition of having his or her statement included in the voter's pamphlet. The estimate is just an approximation of the actual cost that varies from one election to another election and may be significantly more or less than the estimate, depending upon the actual number of candidates filing statements. Accordingly, the Clerk is not bound by the estimate and may, on a pro rata basis, bill the candidate for additional actual expense or refund any excess paid depending on the final cost. In the event of underpayment, the Clerk may require the Resolution No. 2020-043 — Page 1 of 2 Page 284 candidate to pay the balance of the cost incurred. In the event of overpayment, the Clerk shall prorate the excess amount among the candidates and refund the excess amount paid. SECTION 5. That the City Clerk shall provide each candidate or the candidate's representative a copy of this Resolution at the time nominating petitions are issued. SECTION 6. That all previous Resolutions establishing Council policy on payment for candidate's statements are repealed. SECTION 7. That this Resolution shall apply only to the election to be held on November 3, 2020 and shall then be repealed. PASSED, APPROVED, AND ADOPTED this 3rd day of June, 2020. L. Dennis Michael, Mayor ATTEST: Janice C. Reynolds, City Clerk STATE OF CALIFORNIA ) COUNTY OF SAN BERNARDINO ) ss CITY OF RANCHO CUCAMONGA ) I, Janice C. Reynolds, City Clerk of the City of Rancho Cucamonga, do hereby certify that the foregoing Resolution was duly passed, approved, and adopted by the City Council of the City of Rancho Cucamonga, at a Regular Meeting of said Council held on the 3rd day of June, 2020. AYES: NOES: ABSENT: ABSTAINED: Executed this 4th day of June 2020 at Rancho Cucamonga, California. Janice C. Reynolds, Clerk Resolution No. 2020-043 — Page 2 of 2 Page 285 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Julie A. Sowles, Library Director Cara Vera, Library Services Manager Ruth Cain, Procurement Manager SUBJECT: CONSIDERATION TO APPROVE THE USE OF BAKER & TAYLOR TO PROVIDE MATERIALS ACQUISITION SERVICES TO THE RANCHO CUCAMONGA PUBLIC LIBRARY. RECOMMENDATION: Staff recommends City Council approve the use of Baker & Taylor services for the acquisition of physical materials for the Library's collections. BACKGROUND: Baker & Taylor is a long-standing materials vendor and a full-service library materials supplier, providing books, audiobooks and other material formats to libraries for more than 80 years. Baker & Taylor specializes in offering customized services to libraries including cataloging, processing, selection ordering lists, curating of specialty collections and more. While most other other Library materials vendors have experienced significant interruptions to service and order fulfillment during the COVID-19 pandemic, Baker & Taylor has been able to continue providing services without interruption due their home state's guidelines deeming them an essential business. This access and availability to materials through a fully operational materials vendor is vital to the Library's ability to continue to offer residents contemporary, in -demand collections. The Library has used Baker & Taylor as a secondary materials vendor since 2018, supplementing acquisition services as product availability and shipping timelines demanded. Due to Baker & Taylor's fulfillment rates during the months of March, April and May, staff are confident in the company's ability to maintain a high level of customer service and order fulfillment amid the current environment and in the foreseeable future. ANALYSIS: A primary component to Baker & Taylor's scope of services is to provide the Library with pre- processed and shelf -ready library materials. As businesses across the nation were impacted by COVID-19 and employee stay at home orders, the majority of the Library's vendors and suppliers were temporarily closed, suspending their operations. These disruptions in cataloging and processing services impacted the Library's supply chain of both print and audiovisual materials, leaving pending Page 286 orders unfilled and halting orders of current and forthcoming publications; however, while other vendors suspended operations, Baker & Taylor's warehouses and processing plants remained open when their state of residence declared them an essential resource due to their role in the education community as a primary supplier of school library materials. Based on the availability and open status of Baker & Taylor's warehouses and processing plants, a Single Source Memo was submitted to and approved by the Procurement Manager. Staff requests that the City Council accept this single source bid as the most efficient way in the coming months to ensure library patrons continue to receive the benefits of a high quality, up-to-date collection that meets the community's educational and entertainment needs. FISCAL IMPACT: The expenses related to Baker & Taylor materials acquisitions and cataloging and processing services is budgeted for Fiscal Year 2020-2021. The amount funded is not to exceed $75,000 for annual collection development costs. Funding for this service will come from Library Fund objects 1290601- 5200 and 1290601-5300. COUNCIL GOAL(S) ADDRESSED: Providing superior library services to the citizens of Rancho Cucamonga enhances the overall quality of life in Rancho Cucamonga. It also directly enhances the City's position as the premier community in our region and fully supports other city-wide initiatives such as Healthy RC. ATTACHMENTS: Description Baker & Taylor Sgl Source Memo Page 287 DATE: May 20, 2020 TO: Ruth Cain, Purchasing Manager FROM: Julie A. Sowles, Library Director BY: Cara Vera, Library Services Manager MEMORANDUM Library Services Department SUBJECT: SINGLE SOURCE JUSTIFICATION FOR BAKER & TAYLOR FOR THE PURCHASE, PROCESSING AND CATALOGING OF LIBRARY MATERIALS RECOMMENDATION: To accept a single source procurement for scope of services to the Rancho Cucamonga Public Library for purchase of library materials from Baker & Taylor, that will include "shelf -ready" cataloging and processing of books. BACKGROUND Baker & Taylor is a full-service library materials supplier, providing books, DVDs, CDs, audiobooks and other formats to libraries for many years. Baker & Taylor specializes in offering customized services to libraries including cataloging, processing, selection ordering lists, curating of specialty collections and more. Staff of the Rancho Cucamonga Public Library have worked with Baker & Taylor since 2018 as a secondary material vendor, supplementing purchases due to product availability and shipping timelines as needed. A primary component to Baker & Taylor's scope of services is to provide the Library with pre- processed and shelf -ready library materials. As of March 2020, due to the COVID-19 crisis, many vendors and suppliers with which the Library conducts business were shut down and suspended operations. This impacted the Library's supply chain of print and audiovisual materials, leaving pending orders unfilled and future orders without a means for fulfillment. During this time, however, Baker & Taylor's warehouses and processing plants remained open and their state declared them an essential resource due to their role as a school library supplier and their connection to the educational community. ANALYSIS: Staff requests that the City bypass the standard procurement process and use a single source procurement of Baker & Taylor's scope of services to provide the Library with pre-processed and shelf -ready materials. One critical reason exists for this request: Baker & Taylor remains the most well stocked, reliable and expedient materials vendor available to the Library due to the COVID-19 business lockdown. Their warehouses and processing plants remain operational and they offer timely and efficient processing and order fulfillment. Page 1 of 2 Page 288 Staff requests that the City accept this single source request based on Baker and Taylor's unique ability to fill materials orders and ensure that library patrons receive the benefits of a high quality, up-to-date collection that meets the community's educational and entertainment needs. FISCAL IMPACT: Not to exceed $75,000 annually for library materials and shelf -ready processing. Will be funded by Library Fund 1290601-5200 and 1290601-5300. COUNCIL GOAL(S) ADDRESSED: Not applicable. ATTACHMENTS: Attachment 1 — Baker & Taylor Updated Terms and Conditions of Sale Attachment 2 — Baker & Taylor Single Source Form Page 2 of 2 Page 289 fir[BAKE R &TAYLOR the future delivered May 7, 2020 Ms. Cara Vera Collection Manager Rancho Cucamonga Public Library 7368 Archibald Avenue Rancho Cucamonga, CA 91730 RE: Updated Terms and Conditions of Sale — Rancho Cucamonga Public Library Dear Cara: We are pleased to offer the attached updated terms and conditions of sale. This includes discounts for AV and print material, as well as basic cataloging and processing prices, valid until June 30, 2021. Title Source 360, our premier database, including as many user IDs as needed and the grids module, is in place at no charge. If the library needs customized shelf -ready cataloging and processing services, this can be priced once we gather all of the specifications. Please complete and return the Notice of Proposal Acceptance form (final page), and we will update all of your accounts with these new terms. Thank you, and I look forward to our continued business together. Warm regards, Jane E. Herb Business Development Manager, Public Libraries Western Region M. 503-507-6940 T.F. 800-775-7930, ext 1008 E. iane.herb@baker-taylor.com Skype. jane.herbl www.baker-taVlor.com Page 290 Terms and Conditions of Sale Please see the following Attachments, outlining discount and service terms: Attachment A Discount Schedule and Terms of Sale Attachment B Material Category Definitions Attachment C Description of Enhanced Services Program Attachment D Cataloging and Processing — Print Material Attachment E Cataloging and Processing — DVD/ B10 -Ray Material Attachment F Title Source 360 (bibliographic database and on-line selection / ordering tool) Attachment G Return Policies Ordering Orders may be placed by mail, toll free telephone, toll free fax, or electronically via our websites or the ordering library's ILS. Book / Spoken Word Baker & Taylor Ordering Department Commerce Service Center 3584 Old Maysville Road Commerce, GA 30529 Toll Free Telephone: 800-775-1100 Toll Free Fax: 800-775-7480 Website: Title Source DVD / Blu-Ray Baker & Taylor Ordering Department 875 Greentree Road, Ste. 678 Seven Parkway Center Pittsburgh, PA 15220 Toll Free Telephone: 800-775-2600 Toll Free Fax: 888-285-8922 Website: Title Source Shipping Orders will be delivered FOB Destination, with Free Shipping from your primary service center in Momence, IL. For print and spoken -word audio materials, a transportation surcharge of 1.0% per invoice total (excluding cataloging and processing fees) will appear as a separate line item on each invoice. The maximum fee will be $25.00 per invoice. Staff accounts (for personal use) are available; orders for these accounts will be taxed appropriately and will be In voiced for any shipping costs. Invoicing Invoices are generated with each shipment and will be sent directly to the ordering Library or billing entity as designated. Payment terms are net 30 days from the date of invoice. Returns Baker & Taylor will accept the authorized return of items that are damaged, defective (i.e. publisher's defects), or incorrectly shipped. The enclosed Baker & Taylor Return Policies (Attachment G) provide detailed information on credits and returns. Customer Service/ On -Line Support Your Customer Service representative is available to assist with any questions or special requirements. Contact information is listed below. Book or Spoken Word Audio Material Donna Elam 800-775-1200, ext. 2746 Donna.elam@baker-taylor.com DVD/ B/u-ray Heidi Metro 800-775-2600, ext. 2135 heidi.metro@baker-taylor.com You may view the status of any order, at any time, on-line, via our On -Line Customer Support website. On-line Customer Support (OCS) is available to Libraries via our website at http://www.baker-taylor.com. OCS is Baker & Taylor's free web -based account management system. OCS's sophisticated search options include the ability to query orders by Purchase Order Number, B&T Number, ISBN, and Order Date Range. You can also view detailed information, including order and account status, warehouse location, quantities and prices, and shipping details. Page 291 Attachment A Baker & Taylor Discount Terms and Conditions of Sale Firm Order Print Book / Spoken Word Audio Material Rancho Cucamonga Public Library (CA) Baker & Taylor is pleased to offer the discount terms and conditions contained in this Attachment A. The pricing grid below provides discounts for each product category offered by Baker & Taylor. Product Category Definition * Price Indicator Category Discount I. Adult Trade Hardcover Editions 0 (zero) (Hardcover Trade Editions) (Popular Fiction & Non -Fiction) C (Hardcover Computer Books) 44.0 II. Juvenile Trade Hardcover Editions J (Popular Fiction & Non -Fiction) 44.0% III. Adult Quality Paperback Editions B (Paperback Trade Editions) (Popular Fiction & Non -Fiction) C (Paperback Computer Books) 40.0% IV. Juvenile Quality Paperback Editions G (Popular Fiction & Non -Fiction) 40.0% V. Mass Market Paperback Editions P 40.0% VI. Single Edition Reinforced (Juvenile) R 30.0 % VII. Publisher Library Edition (Juvenile) Z 30.0 % VIII. University Press Trade Editions A 10.0% IX. Text, Technical, Reference, Professional S/X/N - (Text, Technical, or Reference Editions) S = 5.0 % 4 = 5.0 % Medical, Small Press, some University Press X = 5.0 % titles (excluding University Press Trade L - (Hardcover Editions from Small Press and N = 0.0 %(b) Editions) and/or Titles of Limited Demand Hardcover Titles of Limited Demand -primarily Letter 0 = 0.0% (may be of any binding and include some Adult) L = 30.0 % spoken word audio) (c)(d) 5 = 0.0 % 7 - (Hardcover Titles of Limited Demand- 6 = 0.0 % primarily Juvenile) 7 = 30.0 % (d) 8 = 0.0 % M - (Paperback Editions from Small Press and M = 5.0 % Paperback Titles of Limited Demand -primarily (c)(d) Adult) 1 = 5.0 %(d) 1 - (Paperback Titles of Limited Demand- T = 0.0 % primarily Juvenile) U = 0.0 V=0.0% T/U/V/W/4/Letter 0 - (Specialty Textbooks) W = 0.0 5/6/8 - (Professional Medical Titles) Imported English and Non-English Language F = 0.0% X. Editions F/K/ 3 K = 0.0% 3 = 0.0% XI. Enhanced Service Program Y / Q 0.0 % + $ 4.95 / unit (e) XII. Spoken Word Audio H 45.0% XIII. Board Books I 30.0 % XIV. Novelty Items/Activity Books XV. Special Programs, such as: PawPrints and Follett Bound Editions D D = 0.0% Turtleback Editions E E = 15.00 1 oft (Continued on the following page) Page 292 Attachment A (Continued) Baker & Taylor Discount Terms and Conditions of Sale (a) Please see Attachment B for full category definitions, which are attached hereto and incorporated herein by reference. Materials produced for TextStream print -on -demand services may fall into any category. (b) Titles which receive minimal publisher discount will be invoiced at publisher's list price. (c) Represents publishers with limited sales volume, based upon a semi-annual review. These titles may be of any binding type or publisher of origin. (d) Represents individual titles which do not qualify for preferred stock status (based upon a quarterly review) and individual titles which qualify for preferred stock status, but have limited demand (calculated over a rolling 12 month period). These titles may be of any binding type or publisher of origin. (e) Titles where Baker & Taylor receives no discount from the publisher or prepayment is required by the publisher or publishers whose titles have limited demand and/or non-commercial publishers will be invoiced at list price plus $4.95/unit service charge. Also, please note that: • Publisher's list price is subject to change without notice. • Except where otherwise noted, book discounts are applied to current publisher's list price at the time of shipment. • Baker & Taylor reserves the sole right to be the final determinant of product categories, category definitions and price indicators. The discounts vary based on this determination. • Titles are categorized by Baker & Taylor for pricing purposes by considering the binding, general marketing categories, demand for certain titles, preferred stock status, cost of acquisition, cost of distribution, and the size or type of publisher, as well as factors related to relationships with publishers such as shipping terms, payment terms, publisher's discount, returnability to publishers and other factors. • Product categories, category definitions and price indicators are subject to change at Baker & Taylor's sole discretion, without notice, based upon the above-described factors for categorizing titles. • For domestic titles where no publisher list price is assigned by the publisher, Baker & Taylor will assign such titles a price in its electronic catalog which is based upon Baker & Taylor's estimate of market conditions. • For imported titles where no publisher list price is assigned by the publisher for the U.S. market, Baker & Taylor will assign such titles a U.S. dollar price in its electronic catalog which is based upon Baker & Taylor's estimate of market conditions. • For PawPrints and Follett Bound editions, Baker & Taylor will assign such titles a price in its electronic catalog which is based upon Baker & Taylor's estimate of market conditions. • Titles of limited demand or from small or specialty publishers generally are included in Product Category IX or Product Category XI. • The discount terms and conditions in this Attachment A do not apply to Baker & Taylor's Continuation Services or Approval Programs. • Baker & Taylor provides an invoice that identifies the publisher's current list price, the discount offered, and the exact price charged for each title ordered. Page 293 Attachment A -Z DVD / B/u-ray Discount from Manufacturer's Current List Price DVD/ Blu-ray................................................................................................... 29.0% List prices are manufacturers' suggested list prices, where available. Where no list price is supplied by the manufacturer, a list price will be assigned by Baker & Taylor. Page 294 Attachment B Category Definitions I. Adult Trade Hardcover Editions (0, c) (may include some spoken word audio materials) High demand materials from widely distributed publishers designed for the general consumer, usually dealing with a subject matter having broad mass appeal. These titles are typically released in hardback and can be either fiction or current non-fiction. Publisher promotional/media expenditures and print runs are customarily higher for these titles than for most others. Inventory is maintained with preferred stock status (regularly stocked in three to four major warehouses). An example of a trade edition would be: 14th Deadly Sin by James Patterson, ISBN: 9780316404021. II. Juvenile Trade Hardcover Editions (J) High demand, juvenile materials from widely distributed publishers designed for the general consumer, usually dealing with a subject matter having broad mass appeal. These titles are typically released in hardback and can be either fiction or current non-fiction. Publisher promotional/media expenditures and print runs are customarily higher for these titles than for most others. Inventory is maintained with preferred stock status (regularly stocked in three to four major warehouses). An example of a trade edition would be: Are You Ready to Play Outside by Mo Willems, ISBN: 9781423113478. III. Adult Ouality Paperback Editions (B, C) High demand paperback materials from widely distributed publishers, other than the standard rack size paperback, typically found in bookstores and other retail outlets. Inventory is maintained with preferred stock status (regularly stocked in three to four major warehouses). An example of a quality paperback would be: The Boys in the Boat by Daniel Brown, ISBN 9780143125471. IV. Juvenile Quality Paperback Editions (G) High demand, juvenile paperback materials from widely distributed publishers, other than the standard rack size paperback, typically found in bookstores and other retail outlets. Inventory is maintained with preferred stock status (regularly stocked in three to four major warehouses). An example of a quality paperback would be: Tuck Everlasting by Natalie Babbitt, ISBN: 9780312369811. V. Mass Market Paperback Editions (P) A standard rack size paperback typically found in bookstores or other retail outlets. An example of a mass market paperback would be: The City of Ember by Jeanne Duprau, ISBN: 9780375822742. VI. Sinale Edition Reinforced (R) A high quality binding designed to provide a long shelf life in a heavy use environment. Although the binding is fanned and glued it may not be sewn, which is typically found in the publisher library edition. Subject content can include both fictional and non-fiction works appealing to juveniles as well as adults. These bindings are identified by the publisher to Baker & Taylor. An example of a single edition reinforced binding would be: Because of Winn Dixie by Kate DiCamillo, ISBN 9780763650070. VII. Publisher Library Editions (Z) Fiction as well as non-fiction materials appealing to both juveniles and adults, designed with the rugged durability required of the environment typically found in a library setting. Publisher Library Editions are traditionally of the highest quality, usually fanned, sewn and glued to provide the greatest possible shelf life of any binding. These bindings are identified by the publisher to Baker & Taylor. An example of a publisher library edition would be: Curious George Visits the Library by Margaret Rey, ISBN: 9781599614199. VIII. University Press Trade Editions (A)(may include some spoken word audio materials) This category would include any University Press Trade Editions, both adult and juvenile, and are subject to publisher reclassification. An example of a university press trade edition would be: Alexander McQueen: Savage Beauty by Andrew Bolton, ISBN: 9780300169782. IX. Text, Technical, Reference, Small Press, and/or Titles of Limited Demand (S, X, N, L, M, V, T, U, W, Letter O, 1, 4, 5, 6, 7, 8) Category of materials includes, but is not limited to, text, technical, reference, professional medical, small press, and some university press titles (excluding University Press Trade Editions). It includes titles purchased from publishers on a non -returnable basis, those publishers that extend little discount to Baker & Taylor, and publishers whose titles have limited sales volume based upon a semi-annual review. It includes individual titles which do not qualify for preferred stock status (based upon a quarterly review) and individual titles which qualify for preferred stock status, but have limited demand (calculated over a rolling 12 month period). Additionally, any publisher which is not in compliance with some of Baker & Taylor's purchasing requirements could be in this category. Materials in this category are both adult and juvenile, may be of any binding and may include some spoken word audio materials. Examples within this category would be: The Merck Index, ISBN: 9781849736701, Strategies That Work, ISBN: 9781571104816, Beauty and the East ISBN: 9781566563871, Generals of the Bulge: Leadership in the U.S. Army's Greatest Battle ISBN 9780811711999, and Floods, ISBN 9781624030031 X. Imported Enalish and Non-English Language Editions (F,K,3) Titles produced and distributed outside of the domestic US. These titles may be of any binding type and represent various publishers. An example would be EI Angel Caido by Nalini Singh, ISBN 9788490625224. XI. Enhanced Service Program Titles (Y/Q) This category includes materials where Baker & Taylor receives no discount from the publisher, or prepayment is required by the publisher, or publishers which have restrictions on returns, or books of small or non-commercial publishers with limited sales volume based upon a semi-annual review. Any publisher which is not in compliance with Baker & Taylor's purchasing requirements would be in this category. Materials in this category may be of any binding. These titles will receive no discount and are subject to a service charge. An example within this category would be: Business Income Coverage Guide ISBN: 9781941627532. XII. Spoken Word Audio (H) Materials designed for the general consumer, usually dealing with a subject matter having broad mass appeal. These titles can be either fiction or current non- fiction. An example of a spoken word audio edition would be: The Complete Sherlock Holmes by Sir Arthur Conan Doyle ISBN: 9781491542286. XIII. Board Books (I) Durable materials from widely distributed domestic publishers designed for young children; pages are manufactured of heavy gauge cardboard to prevent tearing. These editions typically feature few pages, simple themes and colorful illustrations or photographs. An example of a board book would be: Runaway Bunny by Margaret Wise Brown, ISBN: 9780061074295. XIV. Novelty Items/Activity Books (I) Specially packaged gift set or novelty item related to a book product or attached as an accessory to a book product. These items would include a book with toy, rag books, washable cloth books, books with accessories or kits, electronic sound books, sticker books, tracing books or coloring books. This category also includes any non -book merchandise such as model kits, hobby kits, flash cards or jigsaw puzzles. An example of an item in this category would be: Very Hungry Caterpillar Cookbook & Cookie Cutters Kit by Lara Starr, ISBN 9781452125527. XV. Special Programs (D and E as indicated in Attachment A) Programs, formats, or editions offered only by Baker & Taylor or not included in any other category. These programs include but may not be limited to PawPrints, Follett Bound, and Turtleback editions. Examples of items in this category would be: Clifford's Valentines Day by Norman Bridwell, ISBN 9781435201736 (PawPrints prebound edition), Judy Moody and the Bucket List by Megan McDonald, ISBN 9781537973166 (Follett Bound), and Junie B. Jones is Captain Field Day by Barbara Park, ISBN 9780613337670 (Turtleback prebound edition) Page 295 Attachment C Enhanced Services Program Baker & Taylor is pleased to provide a service that will save the library time and money when procuring titles from small or hard to find publishers. By utilizing B&T's vast publisher and title database, the library can purchase a wide variety of low demand and small print run titles from associations and limited edition, prepayment, and non -returnable publishers. Baker & Taylor's Enhanced Services Program provides libraries with access to millions of active book titles representing over 75,000 imprints. This breadth of coverage is greater than that of any other book industry wholesaler. The Enhanced Services Program program builds on B&T's already outstanding publisher relations by: ♦ Expanding our vendor relations team responsible for the follow-up of all publisher orders, thereby improving the speed of delivery of all titles to the library. ♦ Widening our publisher base to include hundreds of small non-commercial publishers formerly considered "Apply Direct" by the book industry. ♦ Increasing our reporting capabilities by providing order status for 100% of all title not yet published and by supplying anticipated release dates for all out of stock items. Titles supplied from small non-commercial publishers which require prepayment or where B&T receives no discount from the publisher will be invoiced at list price plus a $4.95/unit surcharge. In order to provide these enhanced title acquisition services, B&T will apply a service charge to qualifying titles. If you would like to determine whether a specific title belongs to this program, you may check the Title Source title database. These titles will appear with a Y or Q in the discount code field. You may also telephone your Customer Service or Order Entry Representative to determine program titles before placing an order. As a convenience to the library, B&T can exclude these titles from all orders by adjusting the library's account profile. Please contact Customer Service at 800-775-1200 for additional information. Page 296 Attachment D Firm Order Print Book and Spoken Word Audio Materials Cataloging and Processing Services/Pricing For the Rancho Cucamonga Library, CA BOOK MATERIALS Mylar Jacket (Taped or Glued) $0.69/unit MARC $0.30/record B&T-supplied Barcode $0.20/label Library -supplied Barcode $0.25/label Spine Label $0.25/label Ownership Label $0.25/label Traditional Laminate Covering on Paperbacks — 10 mil $2.09/unit Poly Laminate Covering on Paperbacks (Shiny Finish) 8 mil $1.29/unit Theft Detection (3M or Checkpoint) $0.59/unit RFID - B&T-supplied universal tag, linked and applied $0.69/tag Spoken Word Audio with Digital Media Processing ("DMP") with artwork, any case and fixed data labels. Additional variable labels: $0.15/label. Hub labels (any amount): $0.99/unit $5.79/unit Page 297 Attachment E Baker & Taylor Scene & Heard AV TechXpress Services for DVD/Blu-ray Cataloging /Processing Baker & Taylor is pleased to offer video cataloging and processing service for your consideration. This service provides 100% cataloging of new, annotated, advertised, and recommended DVD and Blu-ray titles listed in our monthly publication, The ALERT. Each monthly issue lists from 250 to 400 new release and sell -through titles for which cataloging is available on "street date ". Cataloging Baker & Taylor offers standard MARC records that meet national standards for DVD and Blu-ray products. Each record contains a Dewey and Library of Congress call number and Library of Congress subject headings. All records conform to AACRII or RDA rules. Standard, unedited record................................................................................................................................. $ .75 / record Standard, edited record..................................................................................................................................... $ 1.50 / record Processing Remove shrink-wrap and security seals............................................................................................................ $ .55 / unit Remove shrink-wrap and re -package in standard plastic case.......................................................................... $ 1.00 / unit Digital Media Processing (single disc releases)................................................................................................ $ 1.99 / unit (Includes removal of shrink-wrap and security devices, re package in upgraded case, insertion of scanned publisher artwork, and two embedded labels) Additional Embedded Labels.............................................................................................................. $ .25/ label HandApplied Labels.......................................................................................................................... $ .25 / label DVD/Blu-ray bundles....................................................................................................................................... $3.89 / bundle (Includes removal of shrink-wrap and security devices, re package in upgraded DVD / Blu-ray cases as appropriate, insertion of scanned vendor cover artwork, two embedded labels per cover, and the editing of incorrect format information from cover front. Additional component charges as noted below.) Component Options BarcodeLabel................................................................................................................................................... $ .20 / label DiscHub Label................................................................................................................................................. $ .25 / label CustomLabel.................................................................................................................................................... $ .25 / label DateDue Slip.................................................................................................................................................... $ .20 / label Pocket................................................................................................................................................................ $ .35/unit LabelProtectors................................................................................................................................................ Free OwnershipLabel............................................................................................................................................... $ .20 / label SpineLabel....................................................................................................................................................... $ .20 / label Library Supplied Stamp or Label...................................................................................................................... $ .20 / location Theft Detection Device (select one) 3M: DCD-2 (DVD, single sided)....................................................................................................... $ 1.50 / unit CheckPoint: Plain Label.................................................................................................................................... $ .59 / unit CheckPoint: Date Due Label............................................................................................................................. $ .59 / unit CheckPoint: Simulated Barcode Label............................................................................................................. $ .59 / unit RFID: B&T-supplied universal tag, linked and affixed................................................................................... $ .75 / tag Stingray............................................................................................................................................................. $1.50/unit PLEASE NOTE: CATALOGING/PROCESSING SERVICES ARE NOT AVAILABLE FOR PRODUCT ISSUED BY BUENA VISTA HOME ENTERTAINMENT, AKA WALT DISNEY STUDIOS HOME ENTERTAINMENT (BVHE) A V 1 nfo(&Baker-Taylor.com 800-775-2600 x2097 Page 298 Attachment F Collection Development/ Management Tools Title Source 360, our bibliographic database and on-line selection tool, is designed to support library workflows and is integrated with Baker & Taylor's collection development service FirstLook""and your integrated library system (ILS), Baker & Taylor's Title Source 360 is a revolutionary new way to order product from one trusted source. Through the latest innovative technology, Title Source 360 provides users with fast, accurate and personalized search results, and makes ordering easier than ever. Find the products you need and order them quickly and easily with a streamlined checkout process. Baker & Taylor's Title Source is the most extensive database of bibliographic acquisitions information for U.S. publications. This database includes book, e -book, spoken word audio, and DVD titles. Each record gives current print status (i.e. Not -Yet -Published, Out -of -Print), in -stock availability, and latest list price. Title information is updated daily. Title Source 360 Benefits: -Largest database of book titles and media products -Fast, customized search results based on prior searches or user profile -Intuitive interface -Inventory view and title searching within cart -Product release calendar -Special offers and promotions -Live customer support -Customized profiles -Streamlined order management -Simple batch entry upload and ordering process Customized Search and Browse Capabilities Title Source 360's enhanced search capabilities include type -ahead and spell -checking to aid in your search. Wealth of data at your fingertips Each view provides publisher status, inventory level, estimated discounted price, cart and order duplication indication—without a single click of a button. Enhanced MARC profiler This feature makes integration with your ILS easy and efficient. Output customized, best available, MARC records with your required ILS data including, but not limited to, notes, location codes, fund codes, and collection codes, to create on -order records. On -order records can be used in the acquisitions process and to enable patrons to place holds on pre -pub titles. Easy Cart Management The innovative cart drawer is easily accessible on every page, so you can keep your lists and carts organized. Choose from multiple batch entry options: basic data entry, copy and paste and file import— multiple formats are supported. Innovative Shared Cart Workflow Share your cart with multiple users and control each step of the process, including selecting who can perform which function and assigning completion deadlines. Title Source 360 makes it faster and easier to order books, or movie products — now you can have millions of products at your fingertips with one easy-to-use ordering system. Page 299 The Title Source 360 database contains detailed, comprehensive, up-to-date information on over 8 mil/ion book titles, and 265,000 DVD titles Data elements also include: 45 key search indices (including LC and Dewey classes), eleven filter criteria (including stock status, publication date, binding, format, and grade level), and duplicate checking between orders and selection carts. Key Features of Title Source 3607m are: • Updated daily to insure accurate and current information, including in -stock titles, pre- publication, and new release titles • Real-time inventory data • Rich bibliographic information, including over 4.8 million cover images in full color, first chapters, annotations, and tables of contents, as well as standard bibliographic data such as author, ISBN, price, publisher, and publication • Fully searchable Tables of Contents (1.3 million) and Annotations (4.1 Million). Approximately 900,000 full -text reviews, including Kirkus, Library Journal, Publishers Weekly, School Library Journal, Horn Book, Choice, VOYA, BookPage, Book List, Foreword, AudioFile and E -Streams • Automatically access titles by review publication date • Over 45 search indices, including BISAC, LC and Dewey classes • Create, merge, copy, export and transfer selection carts. Carts can even be emailed to other users • Download MARC records into your ILS system with 9XX tags • Duplicate checking between orders and selection carts • Ordering grid capabilities for the library to track multiple branch distribution of title copies as well as three other user defined fields • Order grid information may be downloaded to the library's ILS system for ordering and/or transmitted to Baker & Taylor in the electronic order file sent from Title Source 360 • Access to Lease Pre -publication lists and Quick Call • Access to lookup ISBNs in library OPAC with one click • Administrator determines levels of access for user IDs Shared Cart Functionality: • Simultaneous Access to or Sharing of a single cart by multiple users within single TS360 account Enhanced Duplicate Checking allows a user to perform a duplicate check for a single title before and/or after placing the title in the cart. Those customers using our Grid Distribution system will see appropriate Grid information displayed in the printable popup window alongside previously provided duplicate information. An Inline Grid Distribution Table is incorporated within the Detailed Title Display to give users the ability to enter multiple rows without having to go to a separate grid screen. It is also available as a popup read-only window for shared grid carts. Page 300 A Requisition Table for shared non -grid carts displays the requisition information supplied by all users and is viewable within the Detailed Title Display or from a popup window when using the Multiple Title Display. Information collected and displayed for each user includes: quantity, notes, and any Grid entries. • Administrators and Cart Owners can find and replace Grid entries that may be obsolete. System Requirements: • Internet Explorer (version 5.0 or higher) • An internet connection (56K or higher recommended) Title Source 360, including as many user IDs as needed, custom marc profiler, full -text reviews, and the grids module, is in place at no charge. We will be pleased to provide ongoing training and workflow analysis for Library staff (avai/able on-site and via webinar). Please contact your Sales Consultant for further information. Page 301 lir[BAKER&TAYLOR the future delivered Attachment G Institutional Returns Policy (Revised July 2015) The following guidelines are required to ensure prompt handling of your return. All product returns (excluding Book Leasing programs) require prior authorization from a Customer Service Representative. You may contact your appropriate representative via the toll-free number listed on your packing list. How to Obtain Return Authorization Please use the Return Authorization Form from your shipment's packing list to make all returns. Contact your Customer Service Representative for return authorization. All claims must be made within 45 days from the date of invoice. When calling for return authorization, please have the following information available: A. Return Authorization Form B. Your account number and ATS# from the shipment's packing list (located mid -page under the Return Authorization Form explanation) C. Reason for the claim/return D. Action being requested - 1 . Replacement of product 2. Credit to your account; no replacement product necessary 2. Your Customer Service Representative will assign your return an authorization number (RTA#). To expedite the process, please clearly mark the RTA# on the Return Authorization Form and on the outside of the carton in the upper right corner from the shipping label. 3. Make your return via an insured and traceable carrier; Baker & Taylor is not liable for returns lost in transit. 4. Products incorrectly shipped by Baker & Taylor may be returned with authorization within 45 days of the product's date of invoice. Product(s) meeting the definition of Publisher defective may be returned with prior authorization within six months of the product's date of invoice. Products purchased with value-added processing services which have been shipped as ordered are considered non -returnable. DAMAGED SHIPMENTS: If you receive a damaged carton(s) which resulted in damaged product(s), please hold the product(s) and save the carton for Carrier inspection. If the damage is visible at the time of delivery, bring it to the Carrier's attention and note it on the Bill of Lading. Then, contact your Baker & Taylor Customer Service Representative via the toll-free number listed on the packing list. CLAIMING SHORTAGES: Please check your packing list or invoice before claiming shortages. All claims must be made within 45 days from the product's invoice date. Please ensure you have received all cartons of a shipment prior to signing for receipt from the Carrier. Cartons you have signed for as received from the Carrier are not claimable as shortages from Baker & Taylor. INTERNATIONAL CUSTOMERS ONLY: For information on making returns of damaged, defective, or incorrect products, please contact your local International Sales Office or our International Customer Service Department (internationaIIibra rycustomerserviceCa)baker-taylor.com). You may also refer to the website htta://www.btol.com/international libraries details.cfm?sideMenu=Contact%2OUs&home=home hel o details.cfm&ctx=1 All returns should be sent to: Baker & Taylor Returns Center Department R 251 Mt. Olive Church Road Commerce, GA 30599 Page 302 Attachment G [[[[BAKER TAYLOR (Revised October 2011) Library & Education Account Audio/Video Product Returns Policy (Updated July 2015) The following guidelines are required to ensure the prompt handling of your Audio / Video (AV) returns; Music CD, DVD and Blu-ray product. All AV product returns (excluding DVD lease return product - please contact AV Customer Service for separate return procedures for your DVD Lease program product) require prior return authorization from an AV Customer Service Representative. Please contact your AV Customer Service Rep at 800-775-1700. How to Obtain Return Authorization Contact your AV Customer Service Representative for return authorization numbers. All claims must be made within 45 days of invoice date. 1. When calling for return authorization, please have the following information available: A. Your account number and invoice #s B. Reason for the claim/return C. Action being requested - 1. Replacement of product (defective return will receive a replacement of the same title) 2. Credit to your account; no replacement product necessary for mis-ships 3. Overstock return credit requires Customer Service Mgr and Sales Mgr approval 2. Your AV Customer Service Representative will assign your return an authorization number (RA#). To expedite the process, please clearly mark the RA# on the outside of the carton in the upper right corner from the shipping label and on inserted documents. 3. Ship your return via an insured and traceable carrier; Baker & Taylor is not liable for returns lost in transit. 4. Products incorrectly shipped by Baker & Taylor require an authorization to be returned. Product should be returned within seven days of invoice date; must be returned within 45 days of the product's invoice date. Product(s) meeting the definition of a Manufacturer's defective may be returned with a prior authorization. Products purchased with value- added processing services which have been shipped as ordered are considered non -returnable, unless disc is defective. In this case, a replacement of same title will be sent (multi disc sets require all discs to be returned). DAMAGED SHIPMENTS: If you receive a damaged carton(s) which resulted in damaged Audio/Video product(s), please hold the product(s) and save the carton for Carrier inspection. If the damage is visible at the time of delivery, bring it to the Carrier's attention and note it on the Bill of Lading. Then, contact your Baker & Taylor AV Customer Service Rep via the toll-free number above. CLAIMING SHORTAGES: Please check your packing list or invoice before claiming shortages. All claims must be made within 15 days from the product's invoice date. Please ensure you have received all cartons of a shipment prior to signing for receipt from the Carrier. Cartons you have signed for as received from the Carrier are not claimable as shortages from Baker & Taylor. All returns with RA# should be sent promptly to: Baker &Taylor Returns Center Dept. R 251 Mt. Olive Church Road Commerce, GA 30599 Questions? Contact your B&T AV Customer Service Rep (800.775-1700) Email via AVInfo(i0aker-Tavlor.com or LibraryAlVcustomerservice(bbaker-taylor.com Page 303 it[BAKER&TAYLOR the future delivered NOTICE OF PROPOSAL ACCEPTANCE Accepted on behalf of Rancho Cucamonga Library Authorized Representative: Julie A. Sowles Title: Library Director Signature: Phone. 9-477-2720 Date: 05/20/2020 Please sign this notice and forward it directly to my attention at the address or fax number indicated below: Baker & Taylor Jennifer Rhyne, Pricing Services 2550 W. Tyvola Road; Suite 300 Charlotte, NC 28217 Fax: 704-998-3260 Email: Jennifer.RhyneC@baker-taylor.com RE: Proposal May 7, 2020 Page 304 CITY OF RANCHO CUCAMONGA SINGLE/SOLE SOURCE JUSTIFICATION FOR PURCHASES $5,000 AND ABOVE RANCHO CLICANIONGA CALIFORNIA The below information is provided in support of my Department requesting approval for a single/sole source. Outside of a duly declared emergency, the time to develop a statement of work or specifications is not in itself justification for single or sole source. Vendor: Baker & Taylor Date: May 20, 2020 Commodity/Service: Purchasing, processing and cataloging of library materials Estimated expenditure: $40,000.00 Your Name: Cara Vera Extent of market search conducted: Baker & Taylor is a long established vendor that can provide shelf -ready processing and cataloging of ni irlinvici iol onrl nrint mnfcrinlc /nand orirlifinnnl %AinnAinn Price Reasonableness: Fair Does moving forward on this product/service further obligate the City to future similar contract actual arrangements? Potentially DEFINITIONS: SINGLE SOURCE — a transaction with a business entity that is chosen, without competition, from among two or more business entities capable of supplying or providing the goods or services that meet the specified need. SOLE SOURCE - A transaction with the only business entity capable of supplying or providing the goods or services that meet the specified need. Initial all entries below that apply to the proposed purchase (more than one entry will apply to most single/sole source products/services requested). If needed, attach a memorandum containing complete justification and support documentation as directed in initial entry. THIS IS A SINGLE SOURCE ✓❑ THIS IS A SOLE SOURCE PURCHASE (check one). 1. SINGLE/SOLE SOURCE REQUEST IS FOR THE ORIGINAL MANUFACTURER, THERE ARE NO REGIONAL DISTRIBUTORS. (Item no. 3 also must also be completed). 2. THE PARTS/EQUIPMENT ARE NOT INTERCHANGEABLE WITH SIMILAR PARTS OF ANOTHER MANUFACTURER. (Explain in separate memorandum). DATemnFile-ffemnorary Internet Files+OLK21 C Sole Source Justification Form (3).doc Page 305 Single/Sole Source Justification Form Page 2 3. THIS IS THE ONLY KNOWN ITEM OR SERVICE THAT WILL MEET THE SPECIALIZED NEEDS OF THIS DEPARTMENT OR PERFORM THE INTENDED FUNCTION. (Attach memorandum with details of specialized function or application). 4. UNIQUE FEATURES OF THE SUPPLY/SERVICE BEING REQUESTED. THERE IS NO ALTERNATIVE SUPPLIER. (Attach memorandum with reasons why these unique features are and what benefit the City will accrue.) 5. THE PARTS/EQUIPMENT ARE REQUIRED FROM THIS SOURCE TO PERMIT STANDARDIZATION (Attach memorandum describing basis for standardization request). 6. NONE OF THE ABOVE APPLY. A DETAILED EXPLANATION AND JUSTIFICATION FOR THIS SINGLE/SOLE SOURCE REQUEST IS CONTAINED IN ATTACHED MEMORANDUM. The undersigned requests that competitive procurement be waived and that the vendor identified as the supplier of the service or material described in this single/sole source justification be authorized as a single/sole source for the service or material. Department Head: :Y*/' Q' Department: Library Services • • • • • *,,� • • • Purchasing Department APPROVED APPROVED WITH CONDITION/S a DISAPPROVE Comments: $5,000 - $50,000 APPROVED BY PURCHASING MANAGER: $50,000 —100,000 APPROVED BY CITY MANAGER: • • • • • • • • • • $100,000 AND OVER See comments above by Purchasing Division, attach to Council Request Date: Date: CITY COUNCIL ACTION: Date: D:1TempFiles\Temporary Internet Files10LK2IC\Sole Source Justification Form (3).doc "'Nae 306 DATE: June 3, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Julie A. Sowles, Library Director Cara Vera, Library Services Manager Ruth Cain, Procurement Manager SUBJECT: CONSIDERATION TO APPROVE THE USE OF BIBLIOTHECA, LLC. TO PROVIDE E -BOOK AND E-AUDIOBOOK LENDING SERVICES TO THE RANCHO CUCAMONGA PUBLIC LIBRARY USING THE CLOUDLIBRARYTM PLATFORM. RECOMMENDATION: Staff recommends City Council approve the use of Bibliotheca cloudLibraryTm as an online platform for lending e -books and e-audiobooks that utilize a proprietary, shared content system with approximately 20 other library jurisdictions across California. BACKGROUND: CloudLibrary is an e -book and e-audiobook lending system from Bibliotheca, a leading provider of equipment and services to public libraries around the world. CloudLibrary is currently being used by major library systems across the United States, including the San Diego Public Library, Salt Lake City Public Library and the Hennepin County Public Library. CloudLibrary enables patrons to locate, check out, and utilize a wide selection of e -books and e-audiobooks from the Rancho Cucamonga Public Library website using a "reader app" that can be downloaded on all major software platforms including iOS, Android, Mac OS and Windows operating systems. ANALYSIS: CloudLibrary provides users with an opportunity to borrow digital library content at no cost. Digital items return automatically, and there are no overdue fines or fees associated with using the cloudLibrary service. This service is unique in terms of patron privacy, only requiring a library barcode to check out items without providing personal information to a third party vendor. Unlike other cloud -based lending platforms, cloudLibrary integrates fully with the Library's Bibliotheca model 500 self -check stations, giving staff the capability to promote content, and patrons the ability to check out digital materials directly from the Library's self -check machines. Bibliotheca is also the only vendor offering the cloudLinkTM interlibrary loan feature that allows individual libraries in California to share content with other library jurisdictions using the cloudLibrary platform. This service has greatly enhanced the Rancho Cucamonga Public Library's digital collection and provides access to more the 88,000 titles in the digital collections of approximately 20 other libraries Page 307 throughout California. As a result, it is in the City's best interest to continue working with Bibliotheca, LLC. for e -book and e-audiobook lending services. Based on the materials lending services previous provided by Bibliotheca, LLC. to Rancho Cucamonga Public Library, a Single Source Memo was submitted to and approved by the Procurement Manager. Staff requests that the City Council accept this single source bid. Based on their institutional knowledge, experience and familiarity with the e -book and e-audiobook platforms, Bibliotheca, LLC. will prove to be the most cost efficient and provide the best value to the City. FISCAL IMPACT: The cost for the cloudLibrary platform is budgeted for FY 2020-2021. The amount funded is not to exceed $150,000 for annual collection development costs. Funding for this service will come from Library Fund object 1290601-5200. COUNCIL GOAL(S) ADDRESSED: Providing superior library services to the citizens of Rancho Cucamonga enhances the overall quality of life in Rancho Cucamonga. It also directly enhances the City's position as the premier community in our region and fully supports other city-wide initiatives such as Healthy RC. ATTACHMENTS: Description Bibliotheca cloudLibrary 2020-21 Quote Bibliotecha cloudLibrary Sgl Source Page 308 SII bibliothecoo Customer Official System Quote Customer Bill To: City Of Rancho Cucamonga - Main Cara Vera Finance Dept, PO Box 807 Rancho Cucamonga CA 91729 United States of America Cara.Vera@cityofrc.us Tel: 909.477.2720 x3966 Quote Details cloudLibrary cloudLibrary Subscription Dates 11 /3/20 - 11/2/21 transforming libraries Quote Date: 05/13/2020 Quote Number: QUO-141593-C2V1, Rev: 0 Location Information: Rancho Cucamonga Public Library (CA) - Main - Archibald Library Cara Vera 7368 Archibald Ave. Rancho Cucamonga CA 91730-1401 United States of America Sales Contact: Brett Ward Sales Phone: 651-200-9917 Sales Email: b.ward@bibliotheca.com Prices are in US Dollars Quote expires (60) days from Quote Date above. If applicable, the hardware and software includes 12 -month warranty, set-up and configuration Item ID Item Type Quantity Sale Price Sub Total DIG000003-000-US cloudLibrary Annual Subscription Annual cloudLibrary subscription dates 11 /3/20 - 11/2/2 DIG000010-000-US cloudLibrary cloudLink Fee Annual cloudLink Fee DIG000001-000-US Bibliotheca cloudLibrary eBook/audiobook Licenses annual cloudLibrary Content purchases, both eBook or eAudiobooks SHP000001-000-US SHIPPING AND ADMINISTRATION Shipping is estimated on one receiving location, unless otherwise noted, and on current rates and proposal. Additional Details $4,000.000 $1,000.000 $145,000.000 $0.000 Total (Less Sales Tax): $4,000.00 $1,000.00 $145,000.00 $0.00 $150,000.00 All prices including Service and Maintenance do not include any applicable sales tax. If tax exempt, A copy of Tax Exemption Certificate is required with purchase order for all tax-exempt customers. Terms are NET 30 Days from Date of Invoice. Invoice is generated at the time of Shipment. Quotations are good for 60 days. All dates are based on ship dates. Order must ship within the 60 -day window. After 60 days, quotation expires. Contact Bibliotheca for a New Quotation. A 20% restocking fee, in addition to in -bound and out -bound shipping, will be charged for all returns. GST/HST N° 859257321RT0001 Bibliotheca, LLC 3169 Holcomb Bridge Road, NK Suite 200, Norcross, GA 30071, USA Page 1 of 2 Phone No - 877-207-3127 Fax No - 1-877 689 2269 www.bibliotheca.com Page 309 SII bibliothecoo transforming libraries Customer Official System Quote Submit Purchase Order by fax to 877-689-2269 or by email to orders-us@bibliotheca.com. Accepted By: Accepted Date: Customer Purchase Order Number: Bibliotheca, LLC 3169 Holcomb Bridge Road, NW, Suite 200, Norcross, GA 30071, USA Page 2 of 2 Phone No - 877-207-3127 Fax No - 1-877 689 2269 www.bibliotheca.com Page 310 CITY OF RANCHO CUCAMONGA SINGLE/SOLE SOURCE JUSTIFICATION FOR PURCHASES $5,000 AND ABOVE RANCHO CUCAMON GA C%1'11011-%1\ The below information is provided in support of my Department requesting approval for a single/sole source. Outside of a duly declared emergency, the time to develop a statement of work or specifications is not in itself justification for single or sole source. Vendor: Bibliotheca Date: May 20, 2020 Commodity/Service: CloudLibrary Estimated expenditure: $150,000.00 Your Name: Cara Vera Extent of market search conducted: Extensive (including market search and query of other libraries who use e-book/e-audiob000k lending systems). Price Reasonableness: Good Does moving forward on this product/service further obligate the City to future similar contract actual arrangements? Possibly. DEFINITIONS: SINGLE SOURCE — a transaction with a business entity that is chosen, without competition, from among two or more business entities capable of supplying or providing the goods or services that meet the specified need. SOLE SOURCE - A transaction with the only business entity capable of supplying or providing the goods or services that meet the specified need. Initial all entries below that apply to the Proposed purchase (more than one entry will apply to most single/sole source products/services requested). If needed, attach a memorandum containing complete justification and support documentation as directed in initial entry. THIS IS A SINGLE SOURCE ✓❑ THIS IS A SOLE SOURCE PURCHASE (check one). 1. SINGLE/SOLE SOURCE REQUEST IS FOR THE ORIGINAL MANUFACTURER, THERE ARE NO REGIONAL DISTRIBUTORS. (Item no. 3 also must also be completed) 2. THE PARTS/EQUIPMENT ARE NOT INTERCHANGEABLE WITH SIMILAR PARTS OF ANOTHER MANUFACTURER. (Explain in separate memorandum). D-1TemnFileslTemnorary Internet Files 01,1(21C''.Snle Source .Justification Form (3) doc Page 311 Single/Sole Source Justification Form Page 2 3. THIS IS THE ONLY KNOWN ITEM OR SERVICE THAT WILL MEET THE SPECIALIZED NEEDS OF THIS DEPARTMENT OR PERFORM THE INTENDED FUNCTION. (Attach memorandum with details of specialized function or application). 4. UNIQUE FEATURES OF THE SUPPLY/SERVICE BEING REQUESTED. THERE IS NO ALTERNATIVE SUPPLIER. (Attach memorandum with reasons why these unique features are and what benefit the City will accrue.) 5. THE PARTS/EQUIPMENT ARE REQUIRED FROM THIS SOURCE TO PERMIT STANDARDIZATION (Attach memorandum describing basis for standardization request). 6. NONE OF THE ABOVE APPLY. A DETAILED EXPLANATION AND JUSTIFICATION FOR THIS SINGLE/SOLE SOURCE REQUEST IS CONTAINED IN ATTACHED MEMORANDUM. The undersigned requests that competitive procurement be waived and that the vendor identified as the supplier of the service or material described in this single/sole source justification be authorized as a single/sole source for the service or material. Department Head: C344 Q ' ,/ // 1,,2Z Department: Library Services • • • • • • • • Purchasing Department APPROVED APPROVED WITH CONDITION/S DISAPPROVE Comments: $5,000 - $50,000 APPROVED BY PURCHASING MANAGER: $50,000 —100,000 APPROVED BY CITY MANAGER: . . . . . . . . . . $100,000 AND OVER See comments above by Purchasing Division, attach to Council Request CITY COUNCIL ACTION: D:1TempFileslTemporary Internet Files\OLK2ICISole Source Justification Form (3).doc Date: Date: Date: Ulf'9je 312