Loading...
HomeMy WebLinkAbout2020/10/07 - Agenda Packet CITY OF RANCHO CUCAMONGA Mayor REGULAR MEETING AGENDA L. Dennis Michael October 7 2020 Mayor Pro Tem � Lynne B. Kennennedy 10500 Civic Center Drive Members of the Rancho Cucamonga CA 91730 City Council: Ryan A. Hutchison l Kristine D. Scott FIRE PROTECTION DISTRICT BOARD — CITY COUNCIL Sam Spagnolo HOUSING SUCCESSOR AGENCY- SUCCESSOR AGENCY — PUBLIC FINANCE AUTHORITY CLOSED SESSION TRI-COMMUNITIES ROOM 4:30 P.M. REGULAR MEETINGS COUNCIL CHAMBERS 7:00 P.M. The City Council meets regularly on the first and third Wednesday of the month at 7:00 p.m. in the Council Chambers located at 10500 Civic Center Drive. It Is the Intent to conclude the meeting by 10:00 p.m. unless extended by the concurrence of the City Council. Agendas, minutes, and recordings of meetings can be found at www.cityofrc.us or by contacting the City Clerk's Office at 909-774-2023. Live Broadcast available on Channel 3 (RCTV-3). In response to the Governor's Executive Orders, the San Bernardino County Department of Public Health requirements, and to ensure the health and safety of our residents by limiting contact that could spread the COVID-19 virus,there will be no members of the public in attendance at the City Council/Fire District Meetings. Members of the City Council/Fire District and staff may participate in this meeting via a teleconference. In place of in-,person attendance, members of the public are encouraged to watch from the safety of their homes in one of the following ways: Live Streaming on the City's website at https://www.cityofrc.us/your-government/city-council-agendas or Local Cable: RCTV3 Programming Members of the public wishing to speak during public communication may call at the start of the meeting by dialing (909)774-2751, if speaking on a Public Hearing item, please dial in when the Public Hearing is being heard at (909)774-2751 to be added to the queue for public comment. Calls will be answered in the order received. The City of Rancho Cucamonga thanks you in advance for taking all precautions to prevent spreading the COVID-19 virus. If you are an individual with a disability and need a reasonable modification or accommodation pursuant to the Americans with Disabilities Act("ADA"), please contact the City Clerk's Office at(909)774-2023, 24 hours prior to the meeting so that the City can make reasonable arrangements. CITY COUNCIL VISION STATEMENT "Our Vision is to build on our success as a world class community, to create an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive." Page 1 CLOSED SESSION - 4:30 P.M. TRI-COMMUNITIES ROOM ROLL CALL: Mayor Michael Mayor Pro Tern Kennedy Council Members Hutchison, Scott, and Spagnolo A. ANNOUNCEMENT OF CLOSED SESSION ITEM(S) B. PUBLIC COMMUNICATIONS ON CLOSED SESSION ITEM(S) C. CITY MANAGER ANNOUNCEMENTS D. CONDUCT OF CLOSED SESSION D1. CONFERENCE WITH LABOR NEGOTIATOR ROBERT NEIUBER, HUMAN RESOURCES DIRECTOR PER GOVERNMENT CODE SECTION 54954.2 REGARDING LABOR NEGOTIATIONS WITH THE RANCHO CUCAMONGA CITY EMPLOYEES ASSOCIATION (RCCEA), TEAMSTERS LOCAL 1932 AND EXECUTIVE MANAGEMENT GROUP - CITY D2. 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 D3. CONFERENCE WITH LEGAL COUNSEL ANTICIPATED LITIGATION: INITIATION OF LITIGATION PURSUANT TO PARAGRAPH (4) OF SUBDIVISION (D) OF SECTION 54956.9: (1 CASE) D4. CONFERENCE WITH LEGAL COUNSEL — EXISTING LITIGATION PURSUANT TO PARAGRAPH (1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE: HIMNEL USA, INC. d/b/a ST. MARY'S MONTESSORI SCHOOL AND GLOBAL PROPERTY HOLDINGS LLC VS. CITY OF RANCHO CUCAMONGA, SBSC CASE NO.: CIVDS 2014554- CITY CITY COUNCIL VISION STATEMENT "Our Vision is to build on our success as a world class community, to create an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive." Page 2 D5. CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION PURSUANT TO PARAGRAPH (1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE: CITY OF RANCHO CUCAMONGA V. DR LANDMARK, INC.; POWER MEDIC TECHNOLOGIES, INC.; HOFER PROPERTIES, LLC; AND DOES 1 THROUGH 5 INCLUSIVE, SBSC CASE NO.: CIVDS 1904713 - CITY E. RECESS — Closed Session to Recess to the Regular City Council Meeting at 7:00 P.M. in the Council Chambers at City Hall, 10500 Civic Center Drive, Rancho Cucamonga, California. CITY COUNCIL VISION STATEMENT "Our Vision is to build on our success as a world class community, to create an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive." Page 3 REGULAR MEETING - 7:00 P.M. COUNCIL CHAMBERS PLEDGE OF ALLEGIANCE ROLL CALL: Mayor Michael Mayor Pro Tern Kennedy Council Members Hutchison, Scott, and Spagnolo A. AMENDMENTS TO THE AGENDA B. ANNOUNCEMENT / PRESENTATIONS B1. Remembrance in Honor of K9 Deja. B2. Announcement of Fire Prevention Week by the Rancho Cucamonga Fire District. B3. Proclamation Declaring the Month of October as "Cybersecurity Awareness Month". --- B4. Recognition of Restaurants Participating in Great Plates. --- B5. Recognition of the Animal Center's Veterinary Services Team in support of National Veterinary Technician Week, October 11th to the 17tn B6. Presentation on the Fleet Inventory and Carbon Emission Reductions. B7. Recognition of Platinum Level Award for Energy Efficiency Leadership. B8. Mail Ballot Drop Box Locations - November 3, 2020 Presidential General Election. C. PUBLIC COMMUNICATIONS Members of the City Council also sit as the Fire Board, Housing Successor Agency,Successor Agency,and Public Finance Authority.This is the time and place for the general public to address the Fire Protection District, Housing Successor Agency, Successor Agency, Public Financing Authority Board, and City Council on any item listed or not listed on the agenda. State law prohibits the Fire Protection District, Housing Successor Agency, Successor Agency, Public Financing Authority Board, and City Council from addressing any issue not previously included on the Agenda. The Fire Protection District, Housing Successor Agency, Successor Agency, Public Financing Authority Board, and City Council may receive testimony and set the matter for a subsequent meeting. Comments are to be limited to five minutes per individual or less, as deemed necessary by the Mayor, depending upon the number of individuals desiring to speak. All communications are to be addressed directly to the Fire Board, Agencies, Successor Agency, Authority Board, or City Council not to the members of the audience. This is a professional business meeting and courtesy and decorum are expected. Please refrain from any debate between audience and speaker, making loud noises, or engaging in any activity which might be disruptive to the decorum of the meeting. The public communications period will not exceed one hour prior to the commencement of the business portion of the agenda. During this one hour period, all those who wish to speak on a topic contained in the business portion of the agenda will be given priority, and no further speaker cards for these business items (with the exception of public CITY COUNCIL VISION STATEMENT "Our Vision is to build on our success as a world class community, to create Page 4 an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive." hearing items) will be accepted once the business portion of the agenda commences. Any other public communications which have not concluded during this one hour period may resume after the regular business portion of the agenda has been completed. CONSENT CALENDARS: The following Consent Calendar items are expected to be routine and noncontroversial. They will be acted upon without discussion unless an item is removed by Council Member for discussion. Members of the City Council also sit as the Fire Board, Housing Successor Agency, Successor Agency, and Public Finance Authority. Due to the relatively few items typically pending before the Housing Successor Agency, Successor Agency, and Public Finance Authority, the City Council may act on the consent calendar for those bo.dies as part of a single motion with the City Council consent calendar. D. CONSENT CALENDAR - FIRE PROTECTION DISTRICT D1. Consideration of Meeting Minutes for the Regular Meetings of September 16, 2020. 9 D2. Consideration to Approve Bi-Weekly Payroll in the Amount of $1,963,805.37 and Weekly 17 Check Registers (Excluding Checks Issued to Southern California Gas Company) in the Amount of $1,407,721.71 Dated September 08, 2020 Through September 27, 2020. D3. Consideration to Approve Weekly Check Registers for Checks Issued to Southern 31 California Gas Company in the Amount of$530.97 Dated September 08, 2020 Through September 27, 2020. D4. Consideration to Award A Contract to Champion Fire Systems, Inc. for Fire Suppression 33 Systems Maintenance at Various Fire District Facilities in an Amount Not to Exceed $20,000 for FY 2020/2021 and an Estimated Total Contract Amount of$158,070 Over Seven Years. E. CONSENT CALENDAR - CITY COUNCIL 9 E1. Consideration of Meeting Minutes for the Regular Meetings of September 16, 2020. E2. Consideration to Approve Bi-Weekly Payroll in the Amount of $1,942,989.57 and Weekly 112 Check Registers (Excluding Checks Issued to Southern California Gas Company) in the Amount of $7,751,875.15 Dated September 08, 2020 Through September 27, 2020. E3. Consideration to Approve Weekly Check Registers for Checks Issued to Southern California Gas Company in the Amount of $4,053.63 Dated September 08, 2020 Through 126 September 27, 2020. CITY COUNCIL VISION STATEMENT "Our Vision is to build on our success as a world class community, to create an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive." Page 5 E4. Consideration of a Resolution Authorizing the Attestation of Veracity for the Rancho 128 Cucamonga Municipal Utility 2019 Power Source Disclosure Annual Report and Power Content Label. (RESOLUTION NO. 2020-105) E5. Consideration of a Cooperative Agreement with San Bernardino County Transportation 134 Authority (SBCTA) for the Design, Right-of-Way, and Construction Phases for the West Valley Connector Bus Rapid Transit Improvement Project - Phase 1. E6. Consideration to Award A Contract to Champion Fire Systems, Inc. for Fire Suppression 146 System Maintenance at Various City Facilities in an Amount Not to Exceed $45,000 for FY 2020/2021 and an Estimated Total Contract Amount of$355,510 Over Seven Years. E7. Consideration of Amendment No. 01 to the Agreement with Elecnor Belco Electric, Inc. 225 (CO18-144) in the amount of$236,500 for the Public Safety Facility Fiber Optic Line Extension. E8. Consideration to Award the Purchase of Irrigation Parts and Supplies on an "As Needed', 226 Basis from SiteOne Landscape Supply and Smith Pipe & Supply, Inc. in Accordance with Request for Bids (RFB) #20/21-109 in an Amount Not to Exceed $100,000 Annually to be Funded from Various City and Special Disticts Accounts. E9. Consideration of a Contract with All American Asphalt, Inc., in an Amount of $1,441,579 244 Plus 10% contingency, for the Foothill Boulevard Pavement Rehabilitation Project. E10. Consideration of a Contract with Norstar Plumbing & Engineering, Inc., in an Amount of 248 $62,700 Plus a 10% Contingency, and Authorization of an Appropriation in the Amount of $80,000 for the Almond Trail Slope Repair Project. El 1. Consideration of a Three-Year Professional Services Agreement with Central Square, Inc. 253 for Maintenance and Support in the Amount not to Exceed $425,785 from Account No. 1001209-5300 (DoIT Contract Services). E12. Consideration to Approve the Use of SirsiDynix to Provide Maintenance and Service for 255 the Rancho Cucamonga Public Library's Integrated Library System (ILS). E13. Consideration of Amendment No. 1 to the Reimbursement Agreement with Chaffey Joint 287 Union High School District for School Resource Officer Services. F. CONSENT CALENDAR ORDINANCE(S) SECOND READING/ADOPTION The following Ordinance(s) have been introduced for First Reading. Second Readings are expected to be routine and noncontroversial. 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. CITY COUNCIL VISION STATEMENT "Our Vision is to build on our success as a world class community, to create an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive." Page 6 F1. CONSIDERATION OF SECOND READING OF ORDINANCE NO. 974 AND 975, 291 DEVELOPMENT AGREEMENT AMENDMENT DRC2020-00124 AND SPECIFIC PLAN AMENDMENT DRC2020-00254 - CITY OF RANCHO CUCAMONGA - LOCATED NORTH OF 4TH STREET, SOUTH OF THE BURLINGTON NORTHERN SANTA FE (BNSF) RAILWAY, WEST OF MILLIKEN AVENUE, AND EAST OF UTICA/CLEVELAND AVENUES, WITHIN THE EMPIRE LAKES SPECIFIC PLAN. (ORDINANCE NO. 974 AND ORDINANCE NO. 975). G. ADMINISTRATIVE HEARING ITEM(S) H. ADVERTISED PUBLIC HEARING ITEM(S)—CITY/FIRE DISTRICT I. CITY MANAGER'S STAFF REPORT(S) J. COUNCIL BUSINESS J1. COUNCIL ANNOUNCEMENTS (Comments to be limited to three minutes per Council Member.) ,J2. INTERAGENCY UPDATES (Update by the City Council to the community on the meetings that were attended.) K. CITY ATTORNEY ITEMS: L. IDENTIFICATION OF ITEMS FOR NEXT MEETING M. ADJOURNMENT Adjournment in Memory of K9 Deja. --- CERTIFICATION I, Linda A. Troyan, MMC, City Clerk Services Director of the City of Rancho Cucamonga, or my designee, hereby certify under penalty of perjury that a true, accurate copy of the foregoing agenda was posted on at least Seventy- Two (72) hours prior to the meeting per Government Code 54954.2 at 10500 Civic Center Drive, Rancho Cucamonga, California and on the City's website. LINDA A. TROYAN, MMC CITY CLERK SERVICES DIRECTOR CITY COUNCIL VISION STATEMENT "Our Vision is to build on our success as a world class community, to create an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive." Page 7 If you need special assistance or accommodations to participate in this meeting, please contact the City Clerk's office at (909)477-2700. Notification of 48 hours prior to the meeting will enable the City to make reasonable arrangements to ensure accessibility. Listening devices are available for the hearing impaired. CITY COUNCIL VISION STATEMENT "Our Vision is to build on our success as a world class community, to create an equitable, sustainable, and vibrant city, rich in opportunity for all to thrive." Page 8 i • • played Honor • '�- :�1 I N M EMORY OF K9 DEJA = � � AUGUST 2011 — SEPTEMBER 2020 r rF lob CUCAMONGA t Fire Prevention Week Rancho Cucamonga Fire District Kitchen Fires are the #1 cause of ONO FIRE PREVENTION home fires and home injuries. Ng � WEEK 2 0 2 0 Safety videos and resources available on our website and , OCTOBER 4 - 10TH social media: • How to Use a Fire NF !7 Q Extinguisher Fire Safety IWO IN THE KITCHENF z oo� • Virtual Fire Station Tour + . x wTth care -- �� Kitchen Safety Tips (available in English, SPdY'n3 bdtlBmyl,l Mi W5• Mandarin and Spanish) For more information visit . . • FREE cookbook with kitchen safety tips RANCHO CUCAMONGA . DISTRICT ` . a A { RCFD Cookbook Take our Fire Safety Quiz ' online, then receive a link to # download our first ever RCFD cookbook with recipes from all seven fire stations and our & KITCHEN administrative staff! SAFETY TIPS . from the Rancho Cucamonga , www.RCFire.org Fire District RANCHO CUCAMONGA FIRE DISTRICT a Questions ? 00 CYBERSECURITY AWARENESS a ° 0 0 MONTH a 0 o 00 o � $ 0 YO . - . m ago . . . - - . . . �wG��,��&11YFRgsT�G NATIQNAL YBERSEC r��� i ALLIANCE OCTOBER IS CYBERSECURITY � AWARENESS J MONTH DO YOUR PART . # BECYBERSMART . berSmaC��C S1AYSp FEON LINE . O R G I dollabhbla., .�� C YBEHSECURITY - AWARENESS - MONTH " If „ RANCHO YouConnect �, J CUCAMONGA F10— - On a � ---q"-7A • �' nu es American homes will qualify as Connected IoT devices Once connected to the internet, "Smart" homes by 20221 by 20232 devices are attacked within 5 minutes3 1 Berginsight: http://www.be[ginsight.com/ReportPDF/ProductSheet/bi-sh6-ps.pdf2 3 NETSCOUT Threat Intelligence Report: https://www.netscout.com/sites/default/files/2019-02/SECR 001 EN-1901%20- DO Your Part. #BeC berSmart %20NETSCOUT%20Threat%201ntelligence%20Report%202H%202018.pdf y 2 Ericson: https://www.reuters.com/article/us-ericsson-mobility-report-idUSKBNlJ80PP Weekly Topics rrr,1 • • rvr ��� r October 1st Official Cybersecurity Awareness Month Kick-off Week of October 5 If You Connect It, Protect It Week of October 12 Securing Devices at Home & Work Week of October 19 Securing Wireless Devices on Public Wi-Fi Week of October 26 The Future of Connected Devices Facts and F Hackers attack every 39 seconds , on average 2 ,244 times a day' 46% of organizations got all of their malware via email2 How we've protected your organization from threats in last 7 days 5 �417 7 malware messages blocked phishing messages detected advanced phishing message's detected Protection from enown ma I rare threats using Pro section from ph isni n g th reats us i ng ant i- P rotes t:on from a cvanced i n7 p e rs o nati or a nd a n ti-ma Iowa re engine s a nd Off i re 3 5 4 fi le sparn fi Ite rs, anti-s p oof1 ng a nd Offi r e 365 U RL spea r phis h i ng threa is u si ng Office Adva n-ced reputation reputation lists Threat Protection 1) (University of Maryland) 2) (Verizon 2020 Data Breach Investigation Report) Do Your Part. #BeCyberSmart CYBERSECURITY IS EVERYONE ' S JOB . INC LUDING YOURS , CYBERSECURITY AWARENESS MONTH 5TAY5AFEONLINE . ORG1 CYBERSECURITY - AWARENESS - MONTH NATIONAL NCSA CYBERSECURITY Resources ALLIANCE Cybersecurity Awareness Month : https://staysafeonIine.org/cybersecurity-awareness-month/ aJ^r�ad imu ne 1p d saaery dduewur Ber_w.rK��W��7Fln e./1 e°i Ya tan M ne°den Oar CYBERSECURITY BASICS: SECURITY TIPS •►r `��'a�s a�ryn � w+Sye�Fxnn • SAFE ONLINE JOB HUNTING msmu 0 COVID- 19 Security Resource Library: . https://staysafeonline.org/covid-19-security-resource-library/ 1Mo1 M■OI�T,TI■OM R OYf TIPS TO PROTCOT YOURSELF (Avoiding cyber threats and scams) �r�Mniw�iti'dVEx.M'.N■Cen1 xa.urert pn ase� ,• � vu.e Gw W wn+id.erS.P.`�RN.i xui d�pn yeoi syemnw ^'� wwyNs wm aw exrap°oi d,_...oxeiepw�es n ce°w n exer.e rcE�.Cr-Ew.Ws4� kme�wno sd�e.Mnrn.pain v�°a°aaweean.caud me �� aOrcrN.y.1 atrMMY�l■a.°s wM-wadr.nra■merleai4rEwY..�rcwR�t[�G.Yr�d.1.pna i.�mEn u■f[Y.p nY[Dnr+f.wm-Mnv rnri.Mau✓n�pi0rrE0wa.a.nua Wm1W tmraYen[wsase rcrsam.a�m.a.p.v�..wYpia�o.,e[r..mewmw r�red—■aoc°"r�.Mr"baan�rsus- r mde���idrmma�«r�g.rm vr.n�+°ms.w,>n.e m«nvd.cd n a«mn.ac.y.x maua�,ana�mv�ma4a b. r. 71.b Security Awareness Videos : : https://staysafeonIine.orq/resource/security-awareness-episodes/ (Series of 8 training videos) roa � 1.LL- . Ak '& -A. , mill Access tip sheets, videos, infographics and more at https:Hstaysafeonline.org/resources/ Do Your Part. #BeCyberSmart y�'GJ��ZY&1NCISA ►�q�r�G n a Resources STOP. THINK. CONNECT. TM #Bq01114.MART httPs://www.cisa.gov/stol)thinkconnect WERED BY DHS s Be Cyber Smart The Campaign A #BeCyberSmart Campaign lec'.4 https://www.dhs.gov/be-cyber-smart/campaign BE CYBIR SMART ;I- -W Wine safety can be hare today L CISXs C ber Essentials and gone tomorrow when you y overshare. -- https://www.cisa.gov/cyber-essentials ---� r Telework Guidance & Resources https://www.cisa.gov/telework ❑ o 00 0 �o 8 Do Your Part. #BeCyberSmart Ways to Get Involved RANCHO CUCAMONGA Sign up as a Cybersecurity Awareness Champion! Join the conversations online #BeCyberSmart, #CyberSmartRC Browse the Cybersecurity Awareness Month Resource Library Take steps to #BeCyberSmartRC StaySafeOnline . org I& a a & ift jdi Do Your Part. #BeCyberSmart Cr RANCH O CUCAMONGA Great Plates Delivered : Home Meals for Seniors GREAT PLATES fa, DELIVERED SENIORS 0 0 RANCHO Background CUCAMONGA GREATPLATES OF EMERUNCTSMICES C 10ES for �, DELI �/ERED COUNTY SEIVIORS o • California's OES announced the program on April 24 , 2020 • Locally administered by the County of San Bernardino RANCHO Pur ose CUCAMONGAp • To support adults 65 and older and adults 60 - 64 who are at high - risk ji. from COVID - 19 • Economic stimulus to local businesses and workers strunnlingto stay afloat during the COVID crisis . �' RANCHO Participation CUCAMONGA • 3 , 379 County residents enrolled in the program • 286 Rancho Cucamonga residents are being served by the program . ZSAN BERNARDINO COUNTY .� . I AOL op r l R 00 00 wo AND � r � r � � I I • I • I • No wo ft" r 00 IAC i r1p c H E N 00 00 RANCHO Recognition CUCAMONGA 'lam a disabled 80 year old I live in Chino and want to express my gratitude for a "They are true Samaritans and restaurant in Rancho deserve allthe praise Ican Cucamonga , Citrus Kitchen give them for this kind I have was housebound generosity. THE CITYOF priorto Covid ..." RANCHO CUCAMONGA CAN BE VERYPROUD THEYHAVE THIS RESTAURANT IN YOUR "They bring me 3 meals a COMMUNITI'." day... they are very healthy REGARDS , nutritional and so S JENKINS d e lic io u s ." RANCHO Recognition CUCAMONGA Mayor Pro Tern Kennedy and the City Council to present Certificate of Recognition RANCHO Thank ou f CUCAMONGA I Y Amessage from Ryan Rhodes , Chef/ Co - Owner on Behalf of Citrus Kitchen Fleet RANCHO Inve nto ry CUCAMONGA & Ca rbo n Emission AlImAmerica City Reductions NATIONAL October 7, 2020 Presented by Albert Espinoza & Fabian Villenas2 � 1 fr r 2 rrf�r 1 r � �f City Fleet Vehicles 2020 • 188 Vehicles Total � „� � ;a 'M„'� C • 26 Clean Natural Gas(CNG ) Vehicles • 2 Electric Vehicles ( EV) • 29 Hybrid Vehicles (Gasoline/Electric) ��F:f Diesel Consumption in Gallons 70000 61036 60000 50000 �.............m _ .. 40000 30000 19978 20000 10695 10000 542 o ri- FY 05/06 FY 10/11 FY 15/16 Fly 19/ 0 - • • • • • • . • • • - - - I CITY OF RANCHO CUCAMONGA r S t�•l' V • j�+S''r .Y� C 192 Cement Trucks What _ This Mean ? CO2Emissions Reduced by *6 , 340 Tons since 2005. 10 ,272 55-Gallon Drums ('� *Source: https://www.epa.gov/energy/greenhouse-gases-equivalencies- . . and-references • - • • Ongoing Efforts 0014 Clean Transportation Funding from the MSR 20% Solid Waste Facilities Vehicle Fleet Street Lights&Traffic Signals Buildings & Facilities Employee Commute Electric Vehicle Charger Platinum Level Award for Energy Efficiency Leadership Clarence de Guzman Community Programs Coordinator Clry Manager's Office I healthy RC Background • San Bernardino Regional Energy Partnership • City Streetlight " 6 Retrofit Project with y. RCM U \ I;s Future Energy Efficiency Efforts at Central Park a c Kelly Lynne San Bernardino Council of Governments • I I I I • CITY OF RANCHO CUCAMONGA r QUESTIONS ? Announcing New Mail Ballot Drop Boxes ► ALL MAIL BALLOT ELECTION VOTE ► BALLOTS MAILED OCTOBER 5 ► VOTING OPTIONS: ► Vote Early at San Bernardino Registrar of Voters Office or Ear y Vote Site ► Surrender your mail in ballot and vote in person at a polling location - bring your ballot! ► By mail via the U.S. Postal Service ► Drop off your mail ballot at a secure 24-hour mail ballot drop box I • 0 1 0 rvCity of Rancho Cucamonga 24—HOUR zj MAIL BALLOT DROP BOX RANCHO CUCAMONGA AVAILABLE AT: CITY HALL 10500 Civic Center Dr Rancho Cucamonga BANYAN FIRE STATION unTi n.y:......:...... Banyan Ran VOTE Rancho Cucamonga 00 DAY CREEK FIRE STATION OFFICIAL 12270 Fire House Ct. • - Rancho Cucamonga MAIL BALL le DROP BOXov WEST VALLEY AMERICA'S JOB CENTER OF CALIFORNIA Cap 9650 9th St. I Rancho Cucamonga ALTA LOMA SQUARE 8760 19th St. Q Rancho Cucamonga 1 • j �d THANK YOU PUBLIC WORKS! MAILBAL - w �AOPgO� � VOTEJ:: ^•,^w 1 1 ff W-9 r i s ,k CITY OF RANCHO CUCAMONGA r �r r �� VOTING INFORMATION VOTE FOR INFORMATION ON VOTING AND LOCATIONS VOTE ► Registrar of Voters www.SBCountyElections.com ► Election Information on www.cityofrc.us September 16, 2020 CITY OF RANCHO CUCAMONGA CLOSED SESSION, FIRE PROTECTION DISTRICT, HOUSING SUCCESSOR AGENCY, SUCCESSOR AGENCY, PUBLIC FINANCE AUTHORITY AND CITY COUNCIL REGULAR MEETINGS MINUTES 4:30 P.M. - CLOSED SESSION CALL TO ORDER - TRI-COMMUNITIES CONFERENCE ROOM The City of Rancho Cucamonga City Council held a closed session on Wednesday, September 16, 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 Tern 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. A. ANNOUNCEMENT OF CLOSED SESSION ITEM(S) B. PUBLIC COMMUNICATIONS ON CLOSED SESSION ITEM(S) No public communications were made. C. CITY MANAGER ANNOUNCEMENTS No discussion or actions were taken. D. CONDUCT OF CLOSED SESSION D1. 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 D2. CONFERENCE WITH LEGAL COUNSEL ANTICIPATED LITIGATION: SIGNIFICANT EXPOSURE TO LITIGATION PURSUANT TO PARAGRAPH (2)OF SUBDIVISION (D)OF CALIFORNIA GOVERNMENT CODE SECTION 54956.9: (1 CASE) D3. CONFERENCE WITH LEGAL COUNSEL— EXISTING LITIGATION PURSUANT TO PARAGRAPH (1) OF SUBDIVISION (D) OF SECTION 54956.9; NAME OF CASE: HIMNEL USA, INC. d/b/a ST. MARY'S MONTESSORI SCHOOL AND GLOBAL PROPERTY HOLDINGS LLC VS. CITY OF RANCHO CUCAMONGA, SBSC CASE NO.: CIVDS 2014554- CITY D4. CONFERENCE WITH REAL PROPERTY NEGOTIATIONS PROPERTY: 8408 ROCHESTER AVENUE, RANCHO CUCAMONGA, CA AGENCY NEGOTIATORS: JENNIFER HUNT-GRACIA AND JOHN GILLISON NEGOTIATING PARTIES: CITY OF RANCHO CUCAMONGA AND GOALS SOCCER CENTERS, INC. UNDER NEGOTIATION: TERMS OF LEASE. - CITY September 16, 2020 1 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 1 of 8 Page 9 E. RECESS The closed session recessed at 6:33 p.m. REGULAR MEETING - 7:00 P.M. CALL TO ORDER - COUNCIL CHAMBERS The regular meetings of the Rancho Cucamonga Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and the City of Rancho Cucamonga City Council were held on September 16, 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 Tern Lynne Kennedy and Mayor L. Dennis Michael. Also present were: John Gillison, City Manager; Nicholas Ghirelli, Assistant City Attorney and Linda A. Troyan, MMC, City Clerk Services Director. Council Member Hutchison led the Pledge of Allegiance. Responding to the spread of the Coronavirus (COVID-19), and social distancing requirements, City Manager Gillison announced that due to recent changes in the Governor's Executive Orders, the San Bernardino County Department of Public Health requirements, and to ensure the health and safety of Rancho Cucamonga residents by limiting contact that could spread the COVID-19 virus, there will be no members of the public in attendance at the City Council/Fire District Meetings and in place of in person attendance, members of the public are encouraged to watch from the safety of their homes live from the City's website or on RCTV-3. He stated members of the public wishing to speak during public communication, or on a public hearing item will need to dial in to (909)774-2751 to be added to the queue for comment. Additional information on the Coronavirus pandemic and City resources and updates can be found at www.cityofrc.us/coronavirus. B. ANNOUNCEMENTS/PRESENTATIONS B1. Presentation of a Proclamation Declaring the Month of September 2020 as"National Senior Center Month". Ryan Samples, Community Services Supervisor and Jennelle Markel, Community Services Coordinator presented a PowerPoint highlighting new resources available such as the new Virtual Senior Center, Pen Pal Program, Senior Walk-A-Thon, Senior Book Reading Contest and a recently hosted Senior Drive-Thru BBQ sponsored by Humana, Cadence Living and the Rancho Cucamonga Fire Prevention Team. On behalf of the City Council, Mayor Michael thanked staff for their outstanding efforts with the senior community during the COVID-19 Pandemic and presented a proclamation declaring the month of September 2020 as"National Senior Center Month". B2. Presentation of American Heart Association Mission: Lifeline Bronze Plus Award to Rancho Cucamonga Fire District. Sandy Griffin, EMS Administrator and Gabrielle Costello, Community Affairs Sr. Coordinator/ P10 presented a PowerPoint and Video presentation of the Lifeline Bronze Plus Award presented to the Rancho Cucamonga Fire District by the American Heart Association. EMS Administrator Griffin spoke on the Fire District's efforts in improving cardiac arrest outcomes by encouraging by-stander CPR via the PulsePoint App, collaborating with community partners, staying current with best practices and preventative care. EMS Administrator Griffin reported that the Rancho Cucamonga Fire Protection District is the only Fire agency to be honored by the American Heart Association in San Bernardino County. She concluded by stating that partnerships with citizens and the Police Department have been instrumental in saving lives. September 16, 2020 1 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 2 of 8 Page 10 Mayor Pro Tern Kennedy asked staff to explain the PulsePoint Application. EMS Administrator Griffin stated that the PulsePoint Application is a 911-connected app that can immediately inform users of emergencies occurring in their community to request the users help when CPR is needed nearby as well as the location of the nearest AED machine. B3. Presentation on the Animal Center's Community Partners in Fiscal Year 2019 to 2020 who contributed to improving the quality of life of the Center's homeless pets and helping the pets find new homes. Veronica Fincher, Animal Care & Services Director, presented a PowerPoint and video showcasing the Animal Center's Community Partners in Fiscal Year 2019 to 2020 who contributed to improving the quality of life of the Center's homeless pets and helping the pets find new homes. B4. Recognition of Jessica Helgesen, Animal Services Officer II, for Earning her Certified Animal Control Officer Certificate from the California Animal Welfare Association (Cal Animals). Veronica Fincher, Animal Care & Services Director, proudly presented a Certificate of Recognition to Jessica Helgesen, Animal Services Officer II, for earning her Certified Animal Control Officer Certificate from the California Animal Welfare Association (Cal Animals). Items B5. and B6. will be presented concurrently. B5. Suicide Prevention Awareness Month Proclamation. B6. Healthy RC Youth Leaders Win 2nd Place in Directing Change Film Competition and Develop Teen Community Check-ins. Joanna Marrufo, Management Aide, City Manager's Office, presented a PowerPoint and video highlighting recent efforts by Healthy RC such as the "Your Mind Matters" campaign and resources for suicide prevention such as the National Suicide Prevention Lifeline (1-800-273-TALK) and suicideispreventable.org. Management Aide Marrufo then announced and displayed a video by the Healthy RC Youth Leaders titled "Los Hombres No Lloran" winning them 2nd place in the Directing Change State-wide Competition. She concluded by sharing the success of a four-part virtual discussion series titled "Teen Community Check-In" hosted by Heathy RC for community teens to have a safe place to talk and connect. Mayor Michael thanked Healthy RC staff and community partners in their collaborative work in important community topics and concluded by presenting the Suicide Prevention Awareness Month Proclamation to Healthy RC. C. PUBLIC COMMUNICATIONS Mayor Michael announced, due to COVID-19 and social distancing requirements, the Public Communications portion of the meeting will be conducted telephonically. Via Phone Call, Kathi Pryor, congratulated the City on the recent"All America City"designation and spoke about the growing popularity of a sport named Pickleball. She asked that the City Council consider adding more Pickleball Courts, exploring the idea of converting current Tennis courts into Pickleball courts and starting a Senior Pickle Ball Club. She spoke of the many health benefits of the sport for seniors and encouraged the City Council to consider the request. Via phone call, Jeff Pryor, resident of Rancho Cucamonga, advised the City to consider building better Human Relations by forming a Human Relations Commission. September 16, 2020 1 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 3 of 8 Page 11 Via phone call, Janet Walton, offered a prayer. CONSENT CALENDARS The following Consent Calendar items are expected to be routine and noncontroversial. They will be acted upon without discussion unless an item is removed by Council Member for discussion. Members of the City Council also sit as the Fire Board, Housing Successor Agency, Successor Agency, and Public Finance Authority. Due to the relatively few items typically pending before the Housing Successor Agency,Successor Agency, and Public Finance Authority, the City Council may act on the consent calendar for those bodies as part of a single motion with the City Council consent calendar. D. CONSENT CALENDAR— FIRE PROTECTION DISTRICT D1. Consideration of Meeting Minutes for the Special Meeting of August 26, 2020 and Regular Meetings of August 19, 2020 and September 2, 2020. D2. Consideration to Approve Bi-Weekly Payroll in the Amount of $817,494.45 and Weekly Check Registers (Excluding Checks Issued to Southern California Gas Company) in the Amount of $252,678.08 Dated August 24, 2020 Through September 07, 2020 and Electronic Debit Register for the Month of August in the Amount of$1,334,137.78. D3. Consideration to Approve Weekly Check Registers for Checks Issued to Southern California Gas Company in the Amount of$287.69 Dated August 24, 2020 Through September 07, 2020. D4. Consideration to Receive and File Current Investment Schedule as of August 31, 2020. MOTION: Moved by Board Member Spagnolo, seconded by Vice President Kennedy, to approve Consent Calendar Items D1 through D4 with Board Member Scott abstaining on item D3, due to her employment with Southern California Gas Company. Motion carried, 5-0. E. CONSENT CALENDAR — CITY COUNCIL E1. Consideration of Meeting Minutes for the Special Meeting of August 26, 2020 and Regular Meetings of August 19, 2020 and September 2, 2020. E2. Consideration to Approve Bi-Weekly Payroll in the Amount of $992,639.90 and Weekly Check Registers (Excluding Checks Issued to Southern California Gas Company) in the Amount of $2,289,273.41 Dated August 24, 2020 Through September 07,2020 and Electronic Debit Register for the Month of August in the Amount of$5,168,989.69. E3. Consideration to Approve Weekly Check Registers for Checks Issued to Southern California Gas Company in the Amount of$6,176.55 Dated August 24, 2020 Through September 07, 2020. E4. Consideration to Receive and File Current Investment Schedule as of August 31, 2020. E5. Consideration to Approve a Full Assignment Agreement and Authorize Release of Bonds for Tract 18960, Located at the Northeast Corner of Day Creek Boulevard and Wilson Avenue, Related to Case No. SUBTT18960. September 16, 2020 1 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 4 of 8 Page 12 E6. Consideration to Approve an Improvement Agreement, Improvement Securities, and Resolutions Ordering the Annexation into Landscape Maintenance District No. 3B, and into Street Lighting Maintenance Districts No.'s 1 and 6 Located East of Vineyard Avenue and North of 8th Street, Related to Case No. DRC2018-00430. (RESOLUTION NO.2020-100), (RESOLUTION NO.2020- 101), AND (RESOLUTION NO. 2020-102). E7. Consideration to Accept as Complete, File the Notice of Completion and Authorize Release of Retention, Bonds for the Fiscal Year 2019/20 Local Slurry Seal Pavement Rehabilitation Project. E8. Consideration of a Resolution Adopting the Measure"I" Five-Year Capital Project Needs Analysis covering Fiscal Years 2021/2026. (RESOLUTION NO. 2020-103). E9. Consideration to Approve a Sole Source Procurement of Traffic Signal Cabinets, Controllers and Related Equipment from Econolite of Anaheim, California. E10. Consideration to Award a Contract to Elecnor Belco Electric, Inc., in the Amount of $101,307, plus a 10%Contingency for the Vineyard Avenue at San Bernardino Road Traffic Signal Modification Project. El 1. Consideration of a Resolution Declaring that Real Property Owned by the City Located at the Southerly Terminus of Layton Street South of La Mesa Drive is Exempt Surplus Land and Not Necessary for the City's Use. (RESOLUTION NO. 2020-104) E12. Approval and Execution of a Purchase and Sale Agreement and Joint Escrow Instructions Between the City of Rancho Cucamonga and Jones Family Trust of 2010, Robert Bruce Stanford, Jr., William R. Rushing, and Bernell Hydraulics, Inc. for Purchase of the Fee Simple Interest, Business Goodwill and Relocation Assistance Benefits in the Real Property Located at 8810 Etiwanda Avenue and further identified as APN 0229-131-07 in Connection with the Construction of the Etiwanda Grade Separation Project. E13. Consideration to approve a Voluntary Collection Agreement with HomeAway.Com, Inc., for the collection of Transient Occupancy Taxes (TOT). E14. Consideration to Continue the Existing Local Emergency Due to the Novel Coronavirus (COVID19) Pandemic. MOTION: Moved by Mayor Pro Tern Kennedy, seconded by Council Member Spagnolo, to approve Consent Calendar Items E1 through E14 with Council Member Scott abstaining on item E3, due to her employment with Southern California Gas Company. Motion carried, 5-0. F. CONSENT ORDINANCES No items. G. ADMINISTRATIVE HEARING ITEM(S) No items. September 16, 2020 1 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 5 of 8 Page 13 H. ADVERTISED PUBLIC HEARING ITEM(S) - CITY/FIRE DISTRICT H.1. DEVELOPMENT AGREEMENT AMENDMENT DRC2020-00124 AND SPECIFIC PLAN AMENDMENT DRC2020-00254-CITY OF RANCHO CUCAMONGA-Located north of 41h Street, south of the Burlington Northern Santa Fe(BNSF) Railway,west of Milliken Avenue, and east of Utica/Cleveland Avenues,within the Empire Lakes Specific Plan. (ORDINANCE NO. 974 AND ORDINANCE NO. 975). City Manager Gillison introduced the item and Mike Smith, Principal Planner, who provided a PowerPoint presentation for item H1. Principal Planner Smith informed of the proposed amendment to an existing Development Agreement between the City and SC Rancho Development Corp./Empire Lakes Holding Company, LLC, that applies to The Resort (formerly referred to as the Empire Lakes Project) Planning Area 1, to revise some of the existing terms of the Agreement. He noted that the proposed amendment to the Specific Plan, that applies to The Resort (formerly referred to as the Empire Lakes Project) in Planning Area 1, to delete text from the Specific Plan relating to a street connection between 6th and 7th Streets. He concluded by stating that the Planning Commission reviewed the proposed amendments at a public hearing on August 12, 2020. Staff and the Planning Commission recommend the City Council adopt the two Ordinances approving: Development Agreement Amendment DRC2020-00124 and Specific Plan Amendment DRC2020-00254. Mayor Michael opened the Public Hearing. Mayor Michael announced, due to COVID-19 and social distancing requirements, Public Communications for Public Hearing item H1. will be conducted telephonically. Via phone call, Tim McGinnis, SC Rancho Development Corp. shared his appreciation for staff's support and recommendation. Capital G in name? check planning minutes Mayor Michael closed the Public Hearing. Discussion ensued on construction timeline. MOTION: Moved by Council Member Scott, seconded by Council Member Hutchison, to introduce first reading of Ordinances No's. 974 and 975 by title only and waive further readings. Linda Troyan, City Clerk Services Director, read Ordinances No's. 974 and 975. VOTES NOW CAST ON MOTION: Moved by Council Member Scott, seconded by Council Member Hutchison,to introduce first reading of Ordinances No's. 974 and 975 by title only and waive further readings. Motion carried, 5-0. September 16, 2020 1 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 6 of 8 Page 14 Mayor Michael announced that Items H2. and H3. Will be heard concurrently but acted upon separately as H2. pertains to the City and H3—Applies to the Fire Board. H2. Consideration of Biennial Review of Conflict of Interest Code and a Resolution Adopting By Reference the Standard Conflict of Interest Provisions of California Code of Regulations Title 2, Section 18730 and Approving an Amended Conflict of Interest Code, Appendix I and 11, to Account for the Addition, Deletion and Modification of Positions Listed as "Designated Positions" and Including Disclosure Categories for Designated Consultants. —CITY(RESOLUTION NO. 2020-099). H3. Consideration of Biennial Review of Conflict of Interest Code and a Resolution Adopting By Reference the Standard Conflict of Interest Provisions of California Code of Regulations Title 2, Section 18730 and Approving an Amended Conflict of Interest Code, Appendix I and 11, to Account for the Addition of a Position listed under "Designated Positions" and Including Disclosure Categories for Designated Consultants. — FIRE (RESOLUTION NO. FD 2020-018). City Manager Gillison introduced the item and Linda Troyan, City Clerk Services Director, who provided a verbal report for items H2 and H3. City Clerk Services Director Troyan recommended that the City Council and Fire Board adopt City Resolution No. 2020-099 and Fire Board Resolution No. FD2020-018 approving an amended Conflict of Interest Code, Appendix I and 11, to account for the addition, deletion, and modification of positions listed as "designated positions" and including disclosure categories for designated consultants. Appendix II in Resolution No. 2020-099 and Resolution FD2020-018 were updated to include disclosure requirements for designated consultants. Ms. Troyan stated that due to various changes in job classifications titles,job responsibilities and the deletion and addition of positions in several departments, it is necessary to amend the code to reflect these revisions in the list of designated positions, (Appendix 1). It has also been recommended by the City Attorney to include Public Art Committee and Community Parks and Landscape Citizens' Oversight Committee members in the list of designated positions. Mayor Michael opened the Public Hearing. Mayor Michael announced, due to COVID-19 and social distancing requirements, Public Communications for Public Hearing items H2 and H3 will be conducted telephonically. No public communications were made. Mayor Michael closed the Public Hearing. MOTION: Moved by Mayor Pro Tern Kennedy, seconded by Council Member Scott, to approve City Resolution No. 2020-099. Motion carried unanimously, 5-0. MOTION: Moved by Board Member Spagnolo, seconded by Vice President Kennedy, to approve Fire Board Resolution No. FD2020-018. Motion carried unanimously, 5-0. I. CITY MANAGERS STAFF REPORT(S) None. September 16, 2020 1 Fire Protection District, Housing Successor Agency, Successor Agency, Public Finance Authority and City Council Regular Meetings Minutes City of Rancho Cucamonga I Page 7 of 8 Page 15 J. COUNCIL BUSINESS J.1. COUNCIL ANNOUNCEMENTS None. J.2. INTER-AGENCY UPDATES None. K. CITY ATTORNEY ITEMS None. L. IDENTIFICATION OF ITEMS FOR NEXT MEETING None. M. ADJOURNMENT Mayor Michael adjourned the Council Meeting at 8:21 p.m. Respectfully submitted, Linda A. Troyan, MMC City Clerk Services Director Approved: September 16, 2020 1 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 8 Page 16 RANCHO CUCAMONGA FIRE DISTRICT v- DATE: October 7, 2020 TO: President and Members of the Board of Directors FROM: John R. Gillison, City Manager INITIATED BY: Veronica Lopez, Accounts Payable Supervisor SUBJECT: Consideration to Approve Bi-Weekly Payroll in the Amount of$1,963,805.37 and Weekly Check Registers (Excluding Checks Issued to Southern California Gas Company) in the Amount of $1,407,721.71 Dated September 08, 2020 Through September 27, 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: Attachment 1 - Weekly Check Registers Page 17 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Cu Fire Amount AP 00011244 09/09/2020 ABSOLUTE SECURITY INTERNATIONAL INC 3,379.00 0.00 3,379.00 AP 00011245 09/09/2020 BUREAU OF RECLAMATION 847.43 0.00 847.43 AP 00011246 09/09/2020 CALIF GOVERNMENT VEBA/RANCHO CUCAMONGA 23,491.61 0.00 23,491.61 AP 00011247 09/09/2020 RCCEA 1,798.25 0.00 1,798.25 AP 00011248 09/09/2020 RCPFA 12,449.29 0.00 12,449.29 AP 00011249 09/10/2020 AIRGAS USA LLC 1,513.54 0.00 1,513.54 AP 00011250 09/10/2020 APPLIED CONCEPTS INC 1,027.08 0.00 1,027.08 AP 00011251 09/10/2020 BRODART BOOKS CO 12,918.66 0.00 12,918.66 AP 00011252 09/10/2020 CARQUEST AUTO PARTS 383.68 0.00 383.68 AP 00011253 09/10/2020 CITRUS MOTORS ONTARIO INC 1,130.08 0.00 1,130.08 AP 00011254 09/10/2020 DIAMOND ENVIRONMENTAL SERVICES 1,104.20 0.00 1,104.20 AP 00011255 09/10/2020 ECS IMAGING INC 1,750.00 0.00 1,750.00 AP 00011256 09/10/2020 EMCOR SERVICES 4,375.00 0.00 4,375.00 AP 00011257 09/10/2020 HOSE MAN INC 33.20 277.58 310.78 *** AP 00011258 09/10/2020 MINUTEMAN PRESS 183.18 0.00 183.18 AP 00011260 09/10/2020 OFFICE DEPOT 4,507.36 1,871.36 6,378.72 *** AP 00011261 09/10/2020 PSA PRINT GROUP 88.36 0.00 88.36 AP 00011262 09/10/2020 SIEMENS MOBILITY INC 9,928.00 0.00 9,928.00 AP 00011263 09/10/2020 SOUTHERN CALIFORNIA NEWS GROUP 7,361.60 586.40 7,948.00 *** AP 00011264 09/10/2020 SUNRISE FORD 2,265.32 0.00 2,265.32 AP 00011265 09/16/2020 ABSOLUTE SECURITY INTERNATIONAL INC 13,115.40 0.00 13,115.40 AP 00011266 09/16/2020 CALPINE ENERGY SERVICES LP 102,000.00 0.00 102,000.00 AP 00011267 09/16/2020 ELECNOR BELCO ELECTRIC INC 8,729.74 0.00 8,729.74 AP 00011268 09/16/2020 FEHR&PEERS 2,290.00 0.00 2,290.00 AP 00011269 09/16/2020 RC CONSTRUCTION SERVICES INC 368,623.05 1,105,869.12 1,474,492.17 *** AP 00011270 09/16/2020 SAN BERNARDINO COUNTY 2,700.00 0.00 2,700.00 AP 00011271 09/16/2020 U S DEPARTMENT OF ENERGY 8,843.61 0.00 8,843.61 AP 00011272 09/16/2020 WESTERN RENEWABLE ENERGY GENERATION INFO 75.97 0.00 75.97 AP 00011273 09/23/2020 AHUMADA,ALEXANDER R 0.00 630.56 630.56 AP 00011274 09/23/2020 ALMAND,LLOYD 0.00 630.56 630.56 AP 00011275 09/23/2020 BANTAU,VICTORIA 0.00 539.86 539.86 AP 00011276 09/23/2020 BAZAL,SUSAN 0.00 743.03 743.03 AP 00011277 09/23/2020 BELL,MICHAEL L 0.00 1,723.24 1,723.24 AP 00011278 09/23/2020 BERRY,DAVID 0.00 864.82 864.82 AP 00011279 09/23/2020 BROCK,ROBIN 0.00 1,176.90 1,176.90 AP 00011280 09/23/2020 CAMPBELL,GERALD 0.00 864.82 864.82 AP 00011281 09/23/2020 CAMPBELL,STEVEN 0.00 1,189.23 1,189.23 AP 00011282 09/23/2020 CARNES,KENNETH 0.00 539.86 539.86 AP 00011283 09/23/2020 CLABBY,RICHARD 0.00 1,189.78 1,189.78 AP 00011284 09/23/2020 CLOUGHESY,DONALD R 0.00 2,281.91 2,281.91 AP 00011285 09/23/2020 CORCORAN,ROBERT ANTHONY 0.00 792.12 792.12 AP 00011286 09/23/2020 COSTELLO,DENNIS M 0.00 2,281.91 2,281.91 AP 00011287 09/23/2020 COX,KARL 0.00 630.56 630.56 AP 00011288 09/23/2020 CRANE,RALPH 0.00 630.56 630.56 AP 00011289 09/23/2020 CROSSLAND,WILBUR 0.00 539.86 539.86 AP 00011290 09/23/2020 CURATALO,JAMES 0.00 1,176.90 1,176.90 AP 00011291 09/23/2020 DAGUE,JAMES 0.00 1,127.81 1,127.81 User: VLOPEZ-VERONICA LOPEZ Page: 1 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page flne: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00011292 09/23/2020 DE ANTONIO,SUSAN 0.00 792.12 792.12 AP 00011293 09/23/2020 DEANS,JACKIE 0.00 245.78 245.78 AP 00011294 09/23/2020 DOMINICK,SAMUEL A. 0.00 1,176.90 1,176.90 AP 00011295 09/23/2020 EAGLESON,MICHAEL 0.00 1,723.24 1,723.24 AP 00011296 09/23/2020 EGGERS,BOB 0.00 1,735.57 1,735.57 AP 00011297 09/23/2020 FEJERAN,TIM 0.00 1,588.41 1,588.41 AP 00011298 09/23/2020 FRITCHEY,JOHN D. 0.00 539.86 539.86 AP 00011299 09/23/2020 INTERLICCHIA,ROSALYN 0.00 245.78 245.78 AP 00011300 09/23/2020 JERKINS,PATRICK 0.00 1,588.41 1,588.41 AP 00011301 09/23/2020 KILMER,STEPHEN 0.00 1,189.78 1,189.78 AP 00011302 09/23/2020 KIRKPATRICK,WILLIAM M 0.00 1,666.26 1,666.26 AP 00011303 09/23/2020 LANE,WILLIAM 0.00 630.56 630.56 AP 00011304 09/23/2020 LARKIN,DAVID W 0.00 1,588.41 1,588.41 AP 00011305 09/23/2020 LEE,ALLAN J. 0.00 1,127.81 1,127.81 AP 00011306 09/23/2020 LENZE,PAUL E 0.00 1,487.34 1,487.34 AP 00011307 09/23/2020 LONCAR,PHILIP 0.00 1,189.78 1,189.78 AP 00011308 09/23/2020 LONGO,JOE 0.00 200.43 200.43 AP 00011309 09/23/2020 LUTTRULL,DARRELL 0.00 539.86 539.86 AP 00011310 09/23/2020 MACKALL,BEVERLY 0.00 200.43 200.43 AP 00011311 09/23/2020 MAYFIELD,RON 0.00 630.56 630.56 AP 00011312 09/23/2020 MCKEE,JOHN 0.00 630.56 630.56 AP 00011313 09/23/2020 MCNEIL,KENNETH 0.00 630.56 630.56 AP 00011314 09/23/2020 MICHAEL,L.DENNIS 0.00 1,176.90 1,176.90 AP 00011315 09/23/2020 MORGAN,BYRON 0.00 1,792.73 1,792.73 AP 00011316 09/23/2020 MYSKOW,DENNIS 0.00 1,189.78 1,189.78 AP 00011317 09/23/2020 NAUMAN,MICHAEL 0.00 539.86 539.86 AP 00011318 09/23/2020 NEE,RON 0.00 743.03 743.03 AP 00011319 09/23/2020 O'BRIEN,TOM 0.00 1,281.58 1,281.58 AP 00011320 09/23/2020 PLOUNG,MICHAEL J 0.00 563.78 563.78 AP 00011321 09/23/2020 POST,MICHAEL R 0.00 1,280.32 1,280.32 AP 00011322 09/23/2020 PROULX,PATRICK 0.00 1,723.24 1,723.24 AP 00011323 09/23/2020 REDMOND,MIKE 0.00 630.56 630.56 AP 00011324 09/23/2020 ROBERTS,BRENT 0.00 792.12 792.12 AP 00011325 09/23/2020 ROBERTS,CHERYL L 0.00 2,281.91 2,281.91 AP 00011326 09/23/2020 ROEDER,JEFF 0.00 1,723.24 1,723.24 AP 00011327 09/23/2020 SALISBURY,THOMAS 0.00 630.56 630.56 AP 00011328 09/23/2020 SMITH,RONALD 0.00 539.86 539.86 AP 00011329 09/23/2020 SORENSEN,SCOTT D 0.00 1,625.06 1,625.06 AP 00011330 09/23/2020 SPAGNOLO,SAM 0.00 539.86 539.86 AP 00011331 09/23/2020 SPAIN,WILLIAM 0.00 864.82 864.82 AP 00011332 09/23/2020 SULLIVAN,JAMES 0.00 539.86 539.86 AP 00011333 09/23/2020 TAYLOR,STEVEN 0.00 1,975.24 1,975.24 AP 00011334 09/23/2020 TULEY,TERRY 0.00 1,723.24 1,723.24 AP 00011335 09/23/2020 VANDERKALLEN,FRANCIS 0.00 630.56 630.56 AP 00011336 09/23/2020 VARNEY,ANTHONY 0.00 1,176.90 1,176.90 AP 00011337 09/23/2020 WALTON,KEVIN 0.00 1,588.41 1,588.41 AP 00011338 09/23/2020 YOWELL,TIMOTHY A 0.00 630.56 630.56 User: VLOPEZ-VERONICA LOPEZ Page: 2 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page Wme: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00011339 09/23/2020 CALIF GOVERNMENT VEBA/RANCHO CUCAMONGA 23,491.61 0.00 23,491.61 AP 00011340 09/23/2020 MOFFATT&NICHOL 209,191.30 0.00 209,191.30 AP 00011341 09/23/2020 RCCEA 1,798.25 0.00 1,798.25 AP 00011342 09/23/2020 RCPFA 12,499.29 0.00 12,499.29 AP 00011343 09/23/2020 RE ASTORIA 2 LLC 113,101.39 0.00 113,101.39 AP 00011344 09/23/2020 RICHARDS WATSON AND GERSHON 44,301.16 23,063.48 67,364.64 *** AP 00011345 09/23/2020 RIVERSIDE,CITY OF 11,409.00 0.00 11,409.00 AP 00011346 09/23/2020 SAN BERNARDINO CTY SHERIFFS DEPT 3,372,746.09 0.00 3,372,746.09 AP 00011347 09/23/2020 SARGENT TOWN PLANNING INC 50,840.00 0.00 50,840.00 AP 00011348 09/23/2020 SHELL ENERGY NORTH AMERICA 380,129.56 0.00 380,129.56 AP 00011349 09/24/2020 ABC LOCKSMITHS INC 241.35 0.00 241.35 AP 00011350 09/24/2020 AIRGAS USA LLC 1,574.61 0.00 1,574.61 AP 00011351 09/24/2020 BRODART BOOKS CO 12.86 0.00 12.86 AP 00011352 09/24/2020 CARQUEST AUTO PARTS 130.82 0.00 130.82 AP 00011353 09/24/2020 DIAMOND ENVIRONMENTAL SERVICES 355.65 0.00 355.65 AP 00011354 09/24/2020 DUNN EDWARDS CORPORATION 72.58 0.00 72.58 AP 00011355 09/24/2020 EMCOR SERVICES 19,988.90 980.00 20,968.90 *** AP 00011356 09/24/2020 EWING IRRIGATION PRODUCTS 19.39 0.00 19.39 AP 00011357 09/24/2020 HOLLIDAY ROCK CO INC 16,609.79 0.00 16,609.79 AP 00011358 09/24/2020 HOSE MAN INC 0.00 72.55 72.55 AP 00011359 09/24/2020 MINUTEMAN PRESS 146.02 0.00 146.02 AP 00011362 09/24/2020 OFFICE DEPOT 7,688.02 795.37 8,483.39 *** AP 00011363 09/24/2020 PSA PRINT GROUP 38.79 0.00 38.79 AP 00011364 09/24/2020 SOUTHERN CALIFORNIA NEWS GROUP 7,108.84 0.00 7,108.84 AP 00011365 09/24/2020 SUNRISE FORD 9.20 0.00 9.20 AP 00011366 09/24/2020 THOMPSON PLUMBING SUPPLY INC 3,823.18 0.00 3,823.18 AP 00011367 09/24/2020 VISTA PAINT 416.65 0.00 416.65 AP 00412092 09/09/2020 ABLE BUILDING MAINTENANCE 4,193.75 0.00 4,193.75 AP 00412093 09/09/2020 ADAMSON,ELEANOR 72.00 0.00 72.00 AP 00412094 09/09/2020 AFLAC GROUP INSURANCE 24.58 0.00 24.58 AP 00412095 09/09/2020 ALLIANT INSURANCE SERVICES INC 367.00 0.00 367.00 AP 00412096 09/09/2020 AMTECH ELEVATOR SERVICES 51.00 0.00 51.00 AP 00412097 09/09/2020 AUTO&RV SPECIALISTS INC 17.67 0.00 17.67 AP 00412098 09/09/2020 AYALA,CHRISTA 504.00 0.00 504.00 AP 00412099 09/09/2020 BAKER&TAYLOR LLC 8,083.84 0.00 8,083.84 AP 00412100 09/09/2020 BERNELL HYDRAULICS INC 10.72 0.00 10.72 AP 00412101 09/09/2020 BMI 1,452.00 0.00 1,452.00 AP 00412102 09/09/2020 BRIGHTVIEW LANDSCAPE SERVICES INC 45,359.17 0.00 45,359.17 AP 00412103 09/09/2020 C V W D 0.00 317.75 317.75 AP 00412104 09/09/2020 C V W D 602.90 0.00 602.90 AP 00412109 09/09/2020 C V W D 112,497.77 612.56 113,110.33 *** AP 00412110 09/09/2020 CALIFORNIA,STATE OF 314.11 0.00 314.11 AP 00412111 09/09/2020 CALIFORNIA,STATE OF 127.52 0.00 127.52 AP 00412112 09/09/2020 CALIFORNIA,STATE OF 342.73 0.00 342.73 AP 00412113 09/09/2020 CALIX INC 14,048.75 0.00 14,048.75 AP 00412114 09/09/2020 CART RETRIEVAL INC 635.00 0.00 635.00 AP 00412115 09/09/2020 CCS ORANGE COUNTY JANITORIAL INC 72,880.38 0.00 72,880.38 User: VLOPEZ-VERONICA LOPEZ Page: 3 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page Wine: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412116 09/09/2020 CHARTER COMMUNICATIONS 4,529.39 6,414.96 10,944.35 *** AP 00412117 09/09/2020 CINTAS CORPORATION #150 2,276.49 0.00 2,276.49 AP 00412118 09/09/2020 CONCEPT POWDER COATING 188.00 0.00 188.00 AP 00412119 09/09/2020 CONOR CONSULTING LLC 187.50 0.00 187.50 AP 00412120 09/09/2020 DIG SAFE BOARD 101.69 0.00 101.69 AP 00412121 09/09/2020 DIG SAFE BOARD 101.69 0.00 101.69 AP 00412122 09/09/2020 ENGLISH,DENISE 929.28 0.00 929.28 AP 00412123 09/09/2020 EXPRESS BRAKE SUPPLY INC 433.19 0.00 433.19 AP 00412124 09/09/2020 FEDERAL EXPRESS CORP 30.15 0.00 30.15 AP 00412125 09/09/2020 FIRST LOAN 625.45 0.00 625.45 AP 00412126 09/09/2020 FOOTHILL FAMILY SHELTER 2,500.00 0.00 2,500.00 AP 00412127 09/09/2020 FOOTHILL FAMILY SHELTER 2,500.00 0.00 2,500.00 AP 00412128 09/09/2020 FRONTIER COMM 1,639.60 646.23 2,285.83 *** AP 00412129 09/09/2020 FUEL SERV 0.00 3,750.00 3,750.00 AP 00412130 09/09/2020 G&M BUSINESS INTERIORS 720.72 0.00 720.72 AP 00412131 09/09/2020 GARCIA,MELINDA 132.90 0.00 132.90 AP 00412132 09/09/2020 GLOBAL MUSIC RIGHTS LLC 2,000.00 0.00 2,000.00 AP 00412133 09/09/2020 GRAINGER 1,814.28 0.00 1,814.28 AP 00412134 09/09/2020 GRAPHICS FACTORY PRINTING INC 70.04 0.00 70.04 AP 00412135 09/09/2020 GRAYBAR ELECTRIC COMPANY INC 6,415.22 0.00 6,415.22 AP 00412136 09/09/2020 HARDY&HARPER INC 520,480.17 0.00 520,480.17 AP 00412137 09/09/2020 HELMRICH,PAMELA 88.00 0.00 88.00 AP 00412138 09/09/2020 HERITAGE EDUCATION GROUP 1,509.00 0.00 1,509.00 AP 00412139 09/09/2020 HR GREEN PACIFIC INC 840.00 0.00 840.00 AP 00412140 09/09/2020 HR GREEN PACIFIC INC 18,261.00 0.00 18,261.00 AP 00412141 09/09/2020 INTERSTATE BATTERIES 862.59 0.00 862.59 AP 00412142 09/09/2020 INTERSTATE BATTERIES 0.00 630.34 630.34 AP 00412143 09/09/2020 IRON MOUNTAIN OSDP 1,010.34 0.00 1,010.34 AP 00412144 09/09/2020 ITRON INC 13,448.80 0.00 13,448.80 AP 00412145 09/09/2020 LITTLE BEAR PRODUCTIONS 225.00 0.00 225.00 AP 00412147 09/09/2020 LOWES COMPANIES INC 5,319.18 1,739.41 7,058.59 *** AP 00412148 09/09/2020 MARIPOSA LANDSCAPES INC 49,066.31 2,428.71 51,495.02 *** AP 00412149 09/09/2020 MARK CHRISTOPHER INC 137.27 0.00 137.27 AP 00412150 09/09/2020 MARTINEZ,ERIK 129.40 0.00 129.40 AP 00412151 09/09/2020 MCMASTER-CARR SUPPLY COMPANY 172.26 0.00 172.26 AP 00412152 09/09/2020 MG PETROLEUM INC 200.00 0.00 200.00 AP 00412153 09/09/2020 MIDWEST TAPE 4,392.51 0.00 4,392.51 AP 00412154 09/09/2020 MIJAC ALARM COMPANY 108.00 0.00 108.00 AP 00412155 09/09/2020 MONTGOMERY HARDWARE CO 371.20 0.00 371.20 AP 00412156 09/09/2020 MOSCOSO,JAQUELINE 335.50 0.00 335.50 AP 00412157 09/09/2020 MUFG UNION BANK N.A. 9,710.00 0.00 9,710.00 AP 00412158 09/09/2020 MURILLO,CLARA 651.34 0.00 651.34 AP 00412159 09/09/2020 MUTUAL PROPANE 0.00 637.18 637.18 AP 00412160 09/09/2020 NEW HOME COMPANY,THE 41.92 0.00 41.92 AP 00412161 09/09/2020 ONWARD ENGINEERING 4,400.00 0.00 4,400.00 AP 00412162 09/09/2020 PACIFIC UTILITY INSTALLATION INC 170,297.50 0.00 170,297.50 AP 00412163 09/09/2020 PEP BOYS 8.61 0.00 8.61 User: VLOPEZ-VERONICA LOPEZ Page: 4 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page ilme: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412164 09/09/2020 PORAC 144.00 0.00 144.00 AP 00412165 09/09/2020 PORAC LEGAL DEFENSE FUND 270.00 0.00 270.00 AP 00412166 09/09/2020 PRE-PAID LEGAL SERVICES INC 60.17 0.00 60.17 AP 00412167 09/09/2020 PRISTINE UNIFORMS LLC 0.00 19.40 19.40 AP 00412168 09/09/2020 RANCHO SMOG CENTER 79.90 0.00 79.90 AP 00412169 09/09/2020 RDO EQUIPMENT COMPANY 200.48 0.00 200.48 AP 00412170 09/09/2020 SAFE-ENTRY TECHNICAL INC 0.00 120.00 120.00 AP 00412171 09/09/2020 SAN BERNARDINO COUNTY SHERIFFS DEPT 2.00 0.00 2.00 AP 00412172 09/09/2020 SAN BERNARDINO COUNTY 0.00 120.00 120.00 AP 00412173 09/09/2020 SAN BERNARDINO CTY AUDITOR CONTROLLER 26.00 0.00 26.00 AP 00412174 09/09/2020 SBPEA 2,379.63 0.00 2,379.63 AP 00412175 09/09/2020 SHERIFFS COURT SERVICES 100.00 0.00 100.00 AP 00412176 09/09/2020 SHRED PROS 68.00 0.00 68.00 AP 00412177 09/09/2020 SOCAL PPE 0.00 815.50 815.50 AP 00412182 09/09/2020 SOUTHERN CALIFORNIA EDISON 7,315.83 4,080.86 11,396.69 *** AP 00412183 09/09/2020 SOUTHERN CALIFORNIA EDISON 28,953.61 0.00 28,953.61 AP 00412184 09/09/2020 STADIUM PLAZA NORTH LLC 20.76 0.00 20.76 AP 00412185 09/09/2020 STOTZ EQUIPMENT 340.36 0.00 340.36 AP 00412186 09/09/2020 TEAM FITZ GRAPHICS LLC 1,982.61 0.00 1,982.61 AP 00412187 09/09/2020 TETRA TECH INC 1,334.50 0.00 1,334.50 AP 00412188 09/09/2020 TIREHUB LLC 730.09 0.00 730.09 AP 00412189 09/09/2020 TORO TOWING 250.00 0.00 250.00 AP 00412190 09/09/2020 UNDERGROUND SVC ALERT OF SO CAL 156.85 0.00 156.85 AP 00412191 09/09/2020 UNDERGROUND SVC ALERT OF SO CAL 151.90 0.00 151.90 AP 00412192 09/09/2020 UNITED WAY 50.00 0.00 50.00 AP 00412193 09/09/2020 UPS 215.42 0.00 215.42 AP 00412194 09/09/2020 UPSCO POWERSAFE SYSTEMS INC 8,640.00 0.00 8,640.00 AP 00412195 09/09/2020 UTILITY CRANE&EQUIPMENT INC 735.04 0.00 735.04 AP 00412196 09/09/2020 VAN DAELE HOMES CORPORATION 50.26 0.00 50.26 AP 00412197 09/09/2020 VINEY,CECI 155.52 0.00 155.52 AP 00412198 09/09/2020 VULCAN MATERIALS COMPANY 154.44 0.00 154.44 AP 00412199 09/09/2020 WAXIE SANITARY SUPPLY 8,116.86 63.71 8,180.57 *** AP 00412200 09/09/2020 WEST COAST SIDING&TRIM 153.78 0.00 153.78 AP 00412201 09/09/2020 ZHOU,XIAOLAN 538.48 0.00 538.48 AP 00412202 09/16/2020 360 DEEP CLEANING LLC 0.00 2,340.00 2,340.00 AP 00412203 09/16/2020 ADAPT CONSULTING INC 1,590.13 0.00 1,590.13 AP 00412204 09/16/2020 ADOBE ANIMAL HOSPITAL 100.00 0.00 100.00 AP 00412205 09/16/2020 ADVANCED CHEMICAL TRANSPORT INC 1,313.50 0.00 1,313.50 AP 00412206 09/16/2020 ADVANCED UTILITY SYSTEMS CORP 27,300.00 0.00 27,300.00 AP 00412207 09/16/2020 AMTECH ELEVATOR SERVICES 102.00 0.00 102.00 AP 00412208 09/16/2020 ANTECH DIAGNOSTICS 23.27 0.00 23.27 AP 00412209 09/16/2020 AQUABIO ENVIRONMENTAL TECHNOLOGIES INC 1,450.00 0.00 1,450.00 AP 00412210 09/16/2020 ARCHIBALD PET HOSPITAL 200.00 0.00 200.00 AP 00412211 09/16/2020 ASCENT ENVIRONMENTAL INC 8,407.50 0.00 8,407.50 AP 00412212 09/16/2020 ATLAS PLANNING SOLUTIONS 9,030.00 0.00 9,030.00 AP 00412213 09/16/2020 AUTO&RV SPECIALISTS INC 86.11 0.00 86.11 AP 00412214 09/16/2020 BAKER&TAYLOR LLC 524.01 0.00 524.01 User: VLOPEZ-VERONICA LOPEZ Page: 5 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page Wme: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412215 09/16/2020 BARBARA'S ANSWERING SERVICE 552.00 0.00 552.00 AP 00412216 09/16/2020 BERNELL HYDRAULICS INC 154.89 576.91 731.80 *** AP 00412218 09/16/2020 C V W D 29,039.74 0.00 29,039.74 AP 00412219 09/16/2020 CAL POLY POMONA FOUNDATION 6,650.00 0.00 6,650.00 AP 00412220 09/16/2020 CALIX INC 9,470.79 0.00 9,470.79 AP 00412221 09/16/2020 CAMERON-DANIEL PC 2,653.50 0.00 2,653.50 AP 00412222 09/16/2020 CARSON,DANIEL 0.00 129.28 129.28 AP 00412223 09/16/2020 CCS ORANGE COUNTY JANITORIAL INC 4,659.88 0.00 4,659.88 AP 00412224 09/16/2020 CINTAS CORPORATION #150 1,298.85 360.42 1,659.27 *** AP 00412225 09/16/2020 CIVIC SOLUTIONS INC 27,675.00 0.00 27,675.00 AP 00412226 09/16/2020 COVETRUS NORTH AMERICA 634.86 0.00 634.86 AP 00412227 09/16/2020 CRIME SCENE STERI-CLEAN LLC 540.00 0.00 540.00 AP 00412228 09/16/2020 CROWN CASTLE 1,500.00 0.00 1,500.00 AP 00412229 09/16/2020 D&K CONCRETE COMPANY 1,379.21 0.00 1,379.21 AP 00412230 09/16/2020 DIRECTV 174.99 0.00 174.99 AP 00412231 09/16/2020 DIRECTV 69.99 0.00 69.99 AP 00412232 09/16/2020 EDWARDS,ERIKA 112.00 0.00 112.00 AP 00412233 09/16/2020 EXPRESS BRAKE SUPPLY INC 59.41 0.00 59.41 AP 00412234 09/16/2020 FIREFIGHTERS'SAFETY CENTER 0.00 435.85 435.85 AP 00412235 09/16/2020 FIRSTCARBON SOLUTIONS 3,670.85 0.00 3,670.85 AP 00412236 09/16/2020 FLORES,BLANCA 100.00 0.00 100.00 AP 00412237 09/16/2020 FORTIN LAW GROUP 3,702.75 0.00 3,702.75 AP 00412238 09/16/2020 GATEWAY PET CEMETERY&CREMATORY 290.00 0.00 290.00 AP 00412239 09/16/2020 GEORGE HILLS COMPANY 1,425.00 0.00 1,425.00 AP 00412240 09/16/2020 GOLDEN OAKS VET HOSPITAL 100.00 0.00 100.00 AP 00412241 09/16/2020 GRAYBAR ELECTRIC COMPANY INC 696.86 0.00 696.86 AP 00412242 09/16/2020 HERITAGE EDUCATION GROUP 22.00 0.00 22.00 AP 00412243 09/16/2020 HIDALGO,DAVID 23.00 0.00 23.00 AP 00412244 09/16/2020 HOME DEPOT CREDIT SERVICES 1,463.08 0.00 1,463.08 AP 00412245 09/16/2020 HOME DEPOT CREDIT SERVICES 0.00 73.16 73.16 AP 00412246 09/16/2020 HUMANE SOCIETY OF SAN BERNARDINO VALLEY 105.00 0.00 105.00 AP 00412247 09/16/2020 INLAND VALLEY DAILY BULLETIN 531.88 0.00 531.88 AP 00412248 09/16/2020 JACKSON-HIRSH INC 222.63 0.00 222.63 AP 00412249 09/16/2020 JEMISON,DENISE 374.54 0.00 374.54 AP 00412250 09/16/2020 KB HOME 6,860.00 0.00 6,860.00 AP 00412251 09/16/2020 LEIGHTON CONSULTING INC 0.00 27,519.68 27,519.68 AP 00412252 09/16/2020 MARIPOSA LANDSCAPES INC 86,846.07 0.00 86,846.07 AP 00412253 09/16/2020 MARLINK SA INC 0.00 162.00 162.00 AP 00412254 09/16/2020 MCI 34.88 0.00 34.88 AP 00412255 09/16/2020 METROLINK 4,000.00 0.00 4,000.00 AP 00412256 09/16/2020 MIDWEST TAPE 2,405.15 0.00 2,405.15 AP 00412257 09/16/2020 MOUNTAIN VIEW SMALL ENG REPAIR 893.89 0.00 893.89 AP 00412258 09/16/2020 MUTUAL PROPANE 0.00 20.00 20.00 AP 00412259 09/16/2020 NAPA AUTO PARTS 42.60 0.00 42.60 AP 00412260 09/16/2020 NATIONAL COMMUNITY RENAISSANCE 300,000.00 0.00 300,000.00 AP 00412261 09/16/2020 NEW LATTITUDES INC 1,253.00 0.00 1,253.00 AP 00412262 09/16/2020 NOREGON SYSTEMS INC 1,999.00 0.00 1,999.00 User: VLOPEZ-VERONICA LOPEZ Page: 6 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page fine: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412263 09/16/2020 OCCUPATIONAL HEALTH CTRS OF CA 1,302.50 0.00 1,302.50 AP 00412264 09/16/2020 OIEN DESIGNS,BRIAN W 0.00 2,500.00 2,500.00 AP 00412265 09/16/2020 ONTRAC 107.91 0.00 107.91 AP 00412266 09/16/2020 ORKIN PEST CONTROL 660.10 0.00 660.10 AP 00412267 09/16/2020 OVERHOLT,ASTON 206.40 0.00 206.40 AP 00412268 09/16/2020 PACIFIC UTILITY INSTALLATION INC 1,125.00 0.00 1,125.00 AP 00412269 09/16/2020 PACIFIC WESTERN BANK 19,401.21 58,203.64 77,604.85 *** AP 00412270 09/16/2020 PRIVATE BRAND MFG 775.80 0.00 775.80 AP 00412271 09/16/2020 QUINN COMPANY 141.33 0.00 141.33 AP 00412272 09/16/2020 RANCHO SMOG CENTER 119.85 0.00 119.85 AP 00412273 09/16/2020 RIVAS,ANDREA 2,300.00 0.00 2,300.00 AP 00412274 09/16/2020 ROUGH,PETER 339.00 0.00 339.00 AP 00412275 09/16/2020 SAM'S CLUB/SYNCHRONY BANK 100.00 0.00 100.00 AP 00412276 09/16/2020 SHEAKLEY PENSION ADMINISTRATION 459.65 182.45 642.10 *** AP 00412280 09/16/2020 SOUTHERN CALIFORNIA EDISON 8,412.67 1,720.12 10,132.79 *** AP 00412281 09/16/2020 SOUTHERN CALIFORNIA EDISON 88,074.27 0.00 88,074.27 AP 00412282 09/16/2020 STREAMING MEDIA LIVE 6,000.00 0.00 6,000.00 AP 00412283 09/16/2020 SUCCESS EXPRESSED 1,600.00 0.00 1,600.00 AP 00412284 09/16/2020 THE COUNSELING TEAM INTERNATIONAL 0.00 1,050.00 1,050.00 AP 00412285 09/16/2020 THOMPSON BUILDING MATERIALS 253.13 0.00 253.13 AP 00412286 09/16/2020 TORTI GALLAS AND PARTNERS INC 1,500.00 0.00 1,500.00 AP 00412287 09/16/2020 TRAD,MOHAMOD 234.00 0.00 234.00 AP 00412288 09/16/2020 TRINITY EQUIPMENT INC 53.75 0.00 53.75 AP 00412289 09/16/2020 TUNGGALDJAJA,INGE 2,300.00 0.00 2,300.00 AP 00412290 09/16/2020 U.S.BANK PARS ACCT#6746022500 14,746.24 0.00 14,746.24 AP 00412291 09/16/2020 U.S.BANK PARS ACCT#6746022500 1,096.45 0.00 1,096.45 AP 00412292 09/16/2020 U.S.BANK PARS ACCT#6745033700 6,605.00 0.00 6,605.00 AP 00412293 09/16/2020 UC REGENTS 680.00 0.00 680.00 AP 00412294 09/16/2020 UPLAND ANIMAL HOSPITAL 4,955.62 0.00 4,955.62 AP 00412295 09/16/2020 VAN DAELE HOMES CORPORATION 13,118.82 0.00 13,118.82 AP 00412296 09/16/2020 VEGA,GINA 70.00 0.00 70.00 AP 00412297 09/16/2020 VELOCITY TRUCK CENTERS 396.36 0.00 396.36 AP 00412302 09/16/2020 VERIZON WIRELESS-LA 5,836.96 0.00 5,836.96 AP 00412303 09/16/2020 VERIZON WIRELESS-LA 69.33 0.00 69.33 AP 00412304 09/16/2020 VERIZON WIRELESS-LA 270.35 0.00 270.35 AP 00412305 09/16/2020 VERIZON WIRELESS-LA 5,226.20 0.00 5,226.20 AP 00412306 09/16/2020 VICTOR MEDICAL COMPANY 2,183.67 0.00 2,183.67 AP 00412307 09/16/2020 VICTORIA ANIMAL HOSPITAL 50.00 0.00 50.00 AP 00412308 09/16/2020 VIRTUAL PROJECT MANAGER LLC 500.00 0.00 500.00 AP 00412309 09/16/2020 VISION SERVICE PLAN CA 10,547.74 0.00 10,547.74 AP 00412310 09/16/2020 VOHNE LICHE KENNELS INC 125.00 0.00 125.00 AP 00412311 09/16/2020 WAXIE SANITARY SUPPLY 363.34 0.00 363.34 AP 00412312 09/16/2020 WEDGEWOOD PHARMACY 89.44 0.00 89.44 AP 00412313 09/16/2020 WEST COAST ARBORISTS INC 47,166.00 0.00 47,166.00 AP 00412314 09/16/2020 WHITE CAP CONSTRUCTION SUPPLY 1,061.10 0.00 1,061.10 AP 00412315 09/16/2020 WHITEHEAD CONSTRUCTION 29,991.50 0.00 29,991.50 AP 00412316 09/16/2020 WILLDAN ENGINEERING 18,908.00 0.00 18,908.00 User: VLOPEZ-VERONICA LOPEZ Page: 7 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page Wine: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412317 09/16/2020 XEROX CORPORATION 281.09 0.00 281.09 AP 00412318 09/16/2020 XEROX FINANCIAL SERVICES 298.38 0.00 298.38 AP 00412319 09/16/2020 ZOETIS US LLC 102.91 0.00 102.91 AP 00412320 09/16/2020 ZOHO CORPORATION 2,999.00 0.00 2,999.00 AP 00412321 09/23/2020 8977 FOOTHILL INVESTMENT LLC 2,180.00 0.00 2,180.00 AP 00412322 09/23/2020 ACCURATE MEDICAL BILLING AND AUDIT 2,500.00 0.00 2,500.00 AP 00412323 09/23/2020 ACUNA&CO 2,500.00 0.00 2,500.00 AP 00412324 09/23/2020 ACUPUNCTURE PLUS 2,500.00 0.00 2,500.00 AP 00412325 09/23/2020 AFZALI DENTAL CORPORATION 2,500.00 0.00 2,500.00 AP 00412326 09/23/2020 ALTA VISTA MOBILE HOME PARK 2,310.00 0.00 2,310.00 AP 00412327 09/23/2020 AMERICAN DWELLING GROUP INC. 2,500.00 0.00 2,500.00 AP 00412328 09/23/2020 AMINS INC DBA SUBWAY 26885 2,500.00 0.00 2,500.00 AP 00412329 09/23/2020 ARROW DENTAL ARTS 2,500.00 0.00 2,500.00 AP 00412330 09/23/2020 ASSISTANCE LEAGUE OF THE FOOTHILL COMMUNITIES 2,500.00 0.00 2,500.00 AP 00412331 09/23/2020 ATLAS BUYING GROUP INC 2,500.00 0.00 2,500.00 AP 00412332 09/23/2020 BAMBOO GARDEN 2,500.00 0.00 2,500.00 AP 00412333 09/23/2020 BEATRIZ HSIEH 3,600.00 0.00 3,600.00 AP 00412334 09/23/2020 CARL'S LIQUOR MARKET 2,500.00 0.00 2,500.00 AP 00412335 09/23/2020 CHARLES LOPEZ 3,600.00 0.00 3,600.00 AP 00412336 09/23/2020 CHUNG&IGNACIO LLP 2,500.00 0.00 2,500.00 AP 00412337 09/23/2020 CJ TAX CONSULTING 2,500.00 0.00 2,500.00 AP 00412338 09/23/2020 CREEKSIDE ALTA LOMA-PINNACLE LIVING 3,600.00 0.00 3,600.00 AP 00412339 09/23/2020 DH RC LLC 2,500.00 0.00 2,500.00 AP 00412340 09/23/2020 DH RC LLC 1,541.92 0.00 1,541.92 AP 00412341 09/23/2020 DJZ AUTOMOTIVE INC 2,500.00 0.00 2,500.00 AP 00412342 09/23/2020 EHA RACING LLC 2,500.00 0.00 2,500.00 AP 00412343 09/23/2020 EHU PROPERTIES LLC 3,600.00 0.00 3,600.00 AP 00412344 09/23/2020 EINSTEIN REALTY INC. 2,500.00 0.00 2,500.00 AP 00412345 09/23/2020 EL TIO ALEX MEXICAN RESTAURANT 2,000.00 0.00 2,000.00 AP 00412346 09/23/2020 ENGRAVE'N EMBROIDER THINGS 2,500.00 0.00 2,500.00 AP 00412347 09/23/2020 ENVAP BUENVIAJE-SMITH PC 2,500.00 0.00 2,500.00 AP 00412348 09/23/2020 ETIWANDA TRAVEL,LLC 2,500.00 0.00 2,500.00 AP 00412349 09/23/2020 FAIRMONT HOSPITALITY INC 2,500.00 0.00 2,500.00 AP 00412350 09/23/2020 FANFAVE INC 2,500.00 0.00 2,500.00 AP 00412351 09/23/2020 FDC MANAGEMENT INC 4,312.00 0.00 4,312.00 AP 00412352 09/23/2020 FORTITUDE AND VOLITION LLC 2,500.00 0.00 2,500.00 AP 00412353 09/23/2020 FRESH PEACHES SWIMWEAR 2,500.00 0.00 2,500.00 AP 00412354 09/23/2020 FRESHLIME MARKETING SOLUTIONS INC 2,500.00 0.00 2,500.00 AP 00412355 09/23/2020 FUSION PMC LLC 3,600.00 0.00 3,600.00 AP 00412356 09/23/2020 GE PROPERTY MANAGEMENT INC 2,787.74 0.00 2,787.74 AP 00412357 09/23/2020 GENE MILLIGAN 3,600.00 0.00 3,600.00 AP 00412358 09/23/2020 GOH HEALTHY LIFE INC. 2,500.00 0.00 2,500.00 AP 00412359 09/23/2020 HAPPINESS NAILS&SPA 2,500.00 0.00 2,500.00 AP 00412360 09/23/2020 JORGE A OSORIO DDS INC 2,500.00 0.00 2,500.00 AP 00412361 09/23/2020 KENNE BELL INC 2,500.00 0.00 2,500.00 AP 00412362 09/23/2020 KSJ ACUPUNCTURE CLINIC INC 2,500.00 0.00 2,500.00 AP 00412363 09/23/2020 LAW OFFICES OF JUSTIN H.KING 2,500.00 0.00 2,500.00 User: VLOPEZ-VERONICA LOPEZ Page: 8 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page ifme: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412364 09/23/2020 LCS BEHAVIORAL HEALTH INC 2,500.00 0.00 2,500.00 AP 00412365 09/23/2020 LMC 3,600.00 0.00 3,600.00 AP 00412366 09/23/2020 LMC 8,400.00 0.00 8,400.00 AP 00412367 09/23/2020 LMC 7,050.00 0.00 7,050.00 AP 00412368 09/23/2020 LMC 3,600.00 0.00 3,600.00 AP 00412369 09/23/2020 LMC 4,163.25 0.00 4,163.25 AP 00412370 09/23/2020 LMC 3,600.00 0.00 3,600.00 AP 00412371 09/23/2020 LMC 1,683.00 0.00 1,683.00 AP 00412372 09/23/2020 LOCK AND ROLL LOCKSMITH 2,500.00 0.00 2,500.00 AP 00412373 09/23/2020 MEZZATERRANEAN 2,500.00 0.00 2,500.00 AP 00412374 09/23/2020 MOUNTAIN VIEW INLAND POOLS 2,500.00 0.00 2,500.00 AP 00412375 09/23/2020 MOUNTAINSIDE 9,600.00 0.00 9,600.00 AP 00412376 09/23/2020 MRS.RIVAS'EARLY CHILD DEVELOPMENT PROGRAM 2,500.00 0.00 2,500.00 AP 00412377 09/23/2020 NEW COLOR SCREEN PRINTING 2,500.00 0.00 2,500.00 AP 00412378 09/23/2020 NEW LEAF BRIDAL SHOP 2,500.00 0.00 2,500.00 AP 00412379 09/23/2020 PEPPERWOOD APARTMENTS 2,001.00 0.00 2,001.00 AP 00412380 09/23/2020 RANCHO VILLAS APARTMENTS 4,095.00 0.00 4,095.00 AP 00412381 09/23/2020 REY REALTY SERVICES 2,500.00 0.00 2,500.00 AP 00412382 09/23/2020 ROBERT P.SHIVELY 3,600.00 0.00 3,600.00 AP 00412383 09/23/2020 SALON YOO INC 2,500.00 0.00 2,500.00 AP 00412384 09/23/2020 SAN SEVAINE VILLAS 2,751.00 0.00 2,751.00 AP 00412385 09/23/2020 SHADES OF J HAIR LOUNGE 2,500.00 0.00 2,500.00 AP 00412386 09/23/2020 SHEAR BRILLIANCE HAIR DESIGN 2,500.00 0.00 2,500.00 AP 00412387 09/23/2020 SOLAMONTE 4,800.00 0.00 4,800.00 AP 00412388 09/23/2020 STADIUM PLAZA NORTH LLC 1,621.31 0.00 1,621.31 AP 00412389 09/23/2020 STEFANIE LOCKHART-PETTAWAY 2,500.00 0.00 2,500.00 AP 00412390 09/23/2020 STUDIO 1 DISTINCTIVE PORTRAITURE 2,500.00 0.00 2,500.00 AP 00412391 09/23/2020 SUNFLOWER THERAPIES 2,500.00 0.00 2,500.00 AP 00412392 09/23/2020 SYCAMORE VILLA 2,941.17 0.00 2,941.17 AP 00412393 09/23/2020 TELOS ACADEMY 2,500.00 0.00 2,500.00 AP 00412394 09/23/2020 THE FREAKY COOKIE 2,500.00 0.00 2,500.00 AP 00412395 09/23/2020 THE HITCHING POST MODEST BRIDAL 2,500.00 0.00 2,500.00 AP 00412396 09/23/2020 THUY H TRAN OD INC 2,500.00 0.00 2,500.00 AP 00412397 09/23/2020 TRI-RAD INCORPORATED 2,500.00 0.00 2,500.00 AP 00412398 09/23/2020 TU ORGANICS SALON AND SPA 2,500.00 0.00 2,500.00 AP 00412399 09/23/2020 TURNER PLAZA 3,837.49 0.00 3,837.49 AP 00412400 09/23/2020 VALVERDE SCHOOL OF PERFORMING ARTS 2,500.00 0.00 2,500.00 AP 00412401 09/23/2020 VERANO RANCHO CUCAMONGA TOWN SQUARE 4,800.00 0.00 4,800.00 AP 00412402 09/23/2020 VICTORIA WOODS 3,600.00 0.00 3,600.00 AP 00412403 09/23/2020 WINERY CLEANERS 2,500.00 0.00 2,500.00 AP 00412404 09/23/2020 ZLU DESIGN&ASSOCIATES 2,500.00 0.00 2,500.00 AP 00412405 09/23/2020 ATLAS BUYING GROUP INC 2,500.00 0.00 2,500.00 AP 00412406 09/23/2020 CHUNG&IGNACIO LLP 2,500.00 0.00 2,500.00 AP 00412407 09/23/2020 FANFAVE INC 2,500.00 0.00 2,500.00 AP 00412408 09/23/2020 FDC MANAGEMENT INC 4,312.00 0.00 4,312.00 AP 00412409 09/23/2020 FRESHLIME MARKETING SOLUTIONS INC 2,500.00 0.00 2,500.00 AP 00412410 09/23/2020 FUSION PMC LLC 3,600.00 0.00 3,600.00 User: VLOPEZ-VERONICA LOPEZ Page: 9 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page Wine: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Cu Fire Amount AP 00412411 09/23/2020 GE PROPERTY MANAGEMENT INC 2,787.74 0.00 2,787.74 AP 00412412 09/23/2020 KSJ ACUPUNCTURE CLINIC INC 2,500.00 0.00 2,500.00 AP 00412413 09/23/2020 THUY H TRAN OD INC 2,500.00 0.00 2,500.00 AP 00412414 09/23/2020 HEYDE,DONALD 0.00 630.56 630.56 AP 00412415 09/23/2020 NELSON,MARY JANE 0.00 200.43 200.43 AP 00412416 09/23/2020 RODRIGUEZ,VICTOR 0.00 630.56 630.56 AP 00412417 09/23/2020 TOWNSEND,JAMES 0.00 2,281.91 2,281.91 AP 00412418 09/23/2020 WALKER,KENNETH 0.00 245.78 245.78 AP 00412419 09/23/2020 AFLAC GROUP INSURANCE 24.58 0.00 24.58 AP 00412420 09/23/2020 ALLSTAR FIRE EQUIPMENT INC 0.00 10,015.56 10,015.56 AP 00412421 09/23/2020 ALTA VISTA MOBILE HOME PARK 397.59 0.00 397.59 AP 00412422 09/23/2020 AMTECH ELEVATOR SERVICES 1,514.70 0.00 1,514.70 AP 00412423 09/23/2020 APEX IMAGING&PAINTING CO 5,000.00 0.00 5,000.00 AP 00412424 09/23/2020 ATLAS ENGINEERING WEST INC 291.00 0.00 291.00 AP 00412425 09/23/2020 BAKER&TAYLOR LLC 1,490.57 0.00 1,490.57 AP 00412426 09/23/2020 BISHOP COMPANY 241.42 0.00 241.42 AP 00412427 09/23/2020 BREMCO CONSTRUCTION INC 15,500.00 0.00 15,500.00 AP 00412428 09/23/2020 BRIGHTVIEW LANDSCAPE SERVICES INC 21,535.36 0.00 21,535.36 AP 00412429 09/23/2020 BW PRINTWORKS 0.00 548.13 548.13 AP 00412432 09/23/2020 C V W D 32,413.64 1,973.33 34,386.97 *** AP 00412433 09/23/2020 CA LLC-ALTA LAGUNA MHP 500.00 0.00 500.00 AP 00412434 09/23/2020 CAL PERS LONG-TERM CARE PROGRAM 164.48 0.00 164.48 AP 00412435 09/23/2020 CALIFORNIA,STATE OF 314.11 0.00 314.11 AP 00412436 09/23/2020 CALIFORNIA,STATE OF 127.52 0.00 127.52 AP 00412437 09/23/2020 CALIFORNIA,STATE OF 342.73 0.00 342.73 AP 00412438 09/23/2020 CART RETRIEVAL INC 330.00 0.00 330.00 AP 00412439 09/23/2020 CASA VOLANTE MOBILE HOME PARK 700.00 0.00 700.00 AP 00412440 09/23/2020 CHAPARRAL HEIGHTS MOBILE HOME PARK 474.35 0.00 474.35 AP 00412441 09/23/2020 CINTAS CORPORATION #150 0.00 456.89 456.89 AP 00412442 09/23/2020 COAST RECREATION INC 1,034.41 0.00 1,034.41 AP 00412443 09/23/2020 CONFIRE JPA 0.00 4,050.00 4,050.00 AP 00412444 09/23/2020 CONVERGEONE INC 87,841.80 0.00 87,841.80 AP 00412445 09/23/2020 CORODATA MEDIA STORAGE INC 62.55 0.00 62.55 AP 00412446 09/23/2020 CUMMINS SALES&SERVICE 0.00 21.94 21.94 AP 00412447 09/23/2020 D R HORTON LOS ANGELES HOLDING CO 810.72 0.00 810.72 AP 00412448 09/23/2020 DAISYECO INC 403.31 0.00 403.31 AP 00412449 09/23/2020 DAN GUERRA&ASSOCIATES 10,500.00 0.00 10,500.00 AP 00412450 09/23/2020 DANIELS TIRE SERVICE 0.00 8,682.62 8,682.62 AP 00412451 09/23/2020 DELTA DENTAL INSURANCE COMPANY 1,143.24 0.00 1,143.24 AP 00412452 09/23/2020 DELTA DENTAL INSURANCE COMPANY 40,990.11 0.00 40,990.11 AP 00412453 09/23/2020 DEPARTMENT OF JUSTICE 145.00 0.00 145.00 AP 00412454 09/23/2020 DEPENDABLE COMPANY INC 28.00 0.00 28.00 AP 00412455 09/23/2020 DIRECTV 84.54 0.00 84.54 AP 00412456 09/23/2020 EXECUTIVE AUTO DETAIL 0.00 1,170.00 1,170.00 AP 00412457 09/23/2020 EXPERIAN 52.00 0.00 52.00 AP 00412458 09/23/2020 FAIRVIEW FORD INC 1,109.91 0.00 1,109.91 AP 00412459 09/23/2020 FEDERAL EXPRESS CORP 12.05 0.00 12.05 User: VLOPEZ-VERONICA LOPEZ Page: 10 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page Wine: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412460 09/23/2020 FIRE APPARATUS SOLUTIONS 0.00 317.99 317.99 AP 00412461 09/23/2020 FIRST LOAN 625.45 0.00 625.45 AP 00412462 09/23/2020 FLEET SERVICES INC 0.00 16.56 16.56 AP 00412463 09/23/2020 FLEETPRIDE 0.00 108.03 108.03 AP 00412464 09/23/2020 FRANKLIN TRUCK PARTS INC 0.00 400.12 400.12 AP 00412465 09/23/2020 FRONTIER COMM 1,672.60 645.66 2,318.26 *** AP 00412466 09/23/2020 FRONTIER COMM 3,339.54 0.00 3,339.54 AP 00412467 09/23/2020 GEO PLASTICS INC 2,615.48 0.00 2,615.48 AP 00412468 09/23/2020 GONSALVES&SON,JOE A 3,000.00 0.00 3,000.00 AP 00412469 09/23/2020 GRAINGER 564.58 800.59 1,365.17 *** AP 00412470 09/23/2020 GRAPHICS FACTORY PRINTING INC 119.60 0.00 119.60 AP 00412471 09/23/2020 GRAYBAR ELECTRIC COMPANY INC 1,153.09 0.00 1,153.09 AP 00412472 09/23/2020 GROVES ON FOOTHILL,THE 200.00 0.00 200.00 AP 00412473 09/23/2020 HI-WAY SAFETY INC 395.98 0.00 395.98 AP 00412474 09/23/2020 HMC ARCHITECTS 0.00 13,604.58 13,604.58 AP 00412475 09/23/2020 HOMETOWN AMERICA RAMONA VILLA 500.00 0.00 500.00 AP 00412476 09/23/2020 HOYT LUMBER CO,S M 0.00 55.42 55.42 AP 00412477 09/23/2020 IDEXX DISTRIBUTION INC 298.74 0.00 298.74 AP 00412478 09/23/2020 INLAND PRESORT&MAILING SERVICES 253.13 0.00 253.13 AP 00412479 09/23/2020 INYO NETWORKS 6,394.50 0.00 6,394.50 AP 00412480 09/23/2020 JESSEN,CLIFFORD LEROY 1,200.00 0.00 1,200.00 AP 00412481 09/23/2020 KVAC ENVIRONMENTAL SERVICES INC 0.00 3,020.00 3,020.00 AP 00412482 09/23/2020 LEISURE COACHWORKS 590.62 0.00 590.62 AP 00412483 09/23/2020 LEVEL 3 COMMUNICATIONS LLC 5,460.19 0.00 5,460.19 AP 00412484 09/23/2020 LIEBERT CASSIDY WHITMORE 11,734.85 0.00 11,734.85 AP 00412485 09/23/2020 MARIPOSA LANDSCAPES INC 51,512.81 0.00 51,512.81 AP 00412486 09/23/2020 MARY MCGRATH ARCHITECTS 0.00 24,827.50 24,827.50 AP 00412487 09/23/2020 MCMASTER-CARR SUPPLY COMPANY 102.58 0.00 102.58 AP 00412488 09/23/2020 MCMURRAY STERN INC 941.00 0.00 941.00 AP 00412489 09/23/2020 MEDIWASTE DISPOSAL 46.44 0.00 46.44 AP 00412490 09/23/2020 MIDWEST TAPE 1,067.31 0.00 1,067.31 AP 00412491 09/23/2020 NAPA AUTO PARTS 0.00 2,738.24 2,738.24 AP 00412492 09/23/2020 NBS 10,155.00 2,725.00 12,880.00 *** AP 00412493 09/23/2020 NEW COLOR PRINTING 1,491.27 0.00 1,491.27 AP 00412494 09/23/2020 NINYO&MOORE 15,145.00 0.00 15,145.00 AP 00412495 09/23/2020 NV5INC 20,108.75 0.00 20,108.75 AP 00412496 09/23/2020 ONTARIO SPAY AND NEUTER INC 300.00 0.00 300.00 AP 00412497 09/23/2020 ONTRAC 68.19 0.00 68.19 AP 00412498 09/23/2020 ONWARD ENGINEERING 13,987.50 0.00 13,987.50 AP 00412499 09/23/2020 ORELLANA,YOHANA 103.00 0.00 103.00 AP 00412500 09/23/2020 PINES MOBILE HOME PARK,THE 200.00 0.00 200.00 AP 00412501 09/23/2020 PLACEWORKS 40,246.25 0.00 40,246.25 AP 00412502 09/23/2020 POSTAL PERFECT 30.00 0.00 30.00 AP 00412503 09/23/2020 PRE-PAID LEGAL SERVICES INC 60.17 0.00 60.17 AP 00412504 09/23/2020 QUILL LLC 94.71 0.00 94.71 AP 00412505 09/23/2020 R AND R AUTOMOTIVE 985.17 0.00 985.17 AP 00412506 09/23/2020 RANCHO CUCAMONGA CHAMBER OF COMMERCE 3,333.34 0.00 3,333.34 User: VLOPEZ-VERONICA LOPEZ Page: 11 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page Wne: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412507 09/23/2020 RANCHO CUCAMONGA TOWN SQUARE 5,687.22 0.00 5,687.22 AP 00412508 09/23/2020 REACH MEDIA NETWORK 2,000.00 0.00 2,000.00 AP 00412509 09/23/2020 REFRIGERATION SUPPLIES DISTRIBUTOR 647.59 0.00 647.59 AP 00412510 09/23/2020 ROADRUNNER PHARMACY 102.49 0.00 102.49 AP 00412511 09/23/2020 SAINT JUSTINA COPTIC ORTHODOX CHURCH 5,000.00 0.00 5,000.00 AP 00412512 09/23/2020 SBPEA 2,461.13 0.00 2,461.13 AP 00412513 09/23/2020 SC FUELS 0.00 1,665.60 1,665.60 AP 00412514 09/23/2020 SEYMOUR,RONALD 0.00 133.51 133.51 AP 00412515 09/23/2020 SHERIFFS COURT SERVICES 100.00 0.00 100.00 AP 00412516 09/23/2020 SHRED PROS 118.00 60.00 178.00 *** AP 00412518 09/23/2020 SOUTH COAST AQMD 978.44 1,387.52 2,365.96 *** AP 00412520 09/23/2020 SOUTHERN CALIFORNIA EDISON 7,345.13 0.00 7,345.13 AP 00412521 09/23/2020 STERLING COFFEE SERVICE 775.57 0.00 775.57 AP 00412522 09/23/2020 STILES ANIMAL REMOVAL INC 1,500.00 0.00 1,500.00 AP 00412523 09/23/2020 STOR'EM SELF STORAGE 575.00 0.00 575.00 AP 00412524 09/23/2020 STOTZ EQUIPMENT 192.76 0.00 192.76 AP 00412525 09/23/2020 STRATEGIC ECONOMICS INC 2,067.49 0.00 2,067.49 AP 00412526 09/23/2020 SYCAMORE VILLA MOBILE HOME PARK 400.00 0.00 400.00 AP 00412527 09/23/2020 TIREHUB LLC 0.00 907.79 907.79 AP 00412528 09/23/2020 TROOST AVENUE LOS ANGELES LLC 361.00 0.00 361.00 AP 00412529 09/23/2020 TUCKER SHOEMAN VENTURE 8,116.00 0.00 8,116.00 AP 00412530 09/23/2020 TUCKER,FRANKLIN 5,000.00 0.00 5,000.00 AP 00412531 09/23/2020 UNITED SITE SERVICES OF CA INC 301.45 0.00 301.45 AP 00412532 09/23/2020 UNITED WAY 50.00 0.00 50.00 AP 00412533 09/23/2020 UNIVERSAL FLEET SUPPLY 0.00 597.38 597.38 AP 00412534 09/23/2020 UPS 31.00 0.00 31.00 AP 00412535 09/23/2020 URIBE,JONATHAN 0.00 1,346.30 1,346.30 AP 00412536 09/23/2020 VELOCITY TRUCK CENTERS 0.00 765.01 765.01 AP 00412537 09/23/2020 VERIZON 29.82 0.00 29.82 AP 00412538 09/23/2020 VERIZON WIRELESS-LA 88.61 0.00 88.61 AP 00412539 09/23/2020 VERIZON WIRELESS-LA 486.42 0.00 486.42 AP 00412540 09/23/2020 VIRGIN PULSE INC 1,092.40 0.00 1,092.40 AP 00412541 09/23/2020 VOLGISTICS INC 8,184.00 0.00 8,184.00 AP 00412542 09/23/2020 VORTEX INDUSTRIES INC 415.60 0.00 415.60 AP 00412543 09/23/2020 VULCAN MATERIALS COMPANY 225.43 0.00 225.43 AP 00412544 09/23/2020 WALTERS WHOLESALE ELECTRIC CO 20.23 0.00 20.23 AP 00412545 09/23/2020 WAXIE SANITARY SUPPLY 1,854.58 0.00 1,854.58 AP 00412546 09/23/2020 WELLS FARGO BANK N A 3,500.00 0.00 3,500.00 AP 00412547 09/23/2020 WEST COAST ARBORISTS INC 20,116.00 0.00 20,116.00 AP 00412548 09/23/2020 WESTRUX INTERNATIONAL INC 0.00 61.96 61.96 AP 00412549 09/23/2020 WHITEHEAD CONSTRUCTION 29,991.50 0.00 29,991.50 AP 00412550 09/23/2020 YANG,SUIHONG 55.79 0.00 55.79 AP 00412551 09/23/2020 ZEP SALES AND SERVICE 0.00 356.58 356.58 AP 00412552 09/23/2020 ZUNIGA,JENNIFER 96.75 0.00 96.75 AP 00412553 09/24/2020 SOCAL OFFICE TECHNOLOGIES 57,157.94 0.00 57,157.94 User: VLOPEZ-VERONICA LOPEZ Page: 12 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page�me: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Citv Fire Amount Total City: $7,751,875.15 Total Fire: $19407,721.71 Grand Total: . Note: *** Check Number includes both City and Fire District expenditures User: VLOPEZ-VERONICA LOPEZ Page: 13 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page Sine: 07:26:03 RANCHO CUCAMONGA FIRE DISTRICT v- DATE: October 7, 2020 TO: President and Members of the Board of Directors FROM: John R. Gillison, City Manager INITIATED BY: Veronica Lopez, Accounts Payable Supervisor SUBJECT: Consideration to Approve Weekly Check Registers for Checks Issued to Southern California Gas Company in the Amount of $530.97 Dated September 08, 2020 Through September 27, 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: Attachment 1 - Weekly Check Registers Page 31 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT So Calif Gas Company Only. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412517 09/23/2020 SO CALIF GAS COMPANY 4,053.63 530.97 4,584.60 *** Total City: $4,053.63 Total Fire: $530.97 Grand Total: . Note: *** Check Number includes both City and Fire District expenditures User: VLOPEZ-VERONICA LOPEZ Page: 1 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page dine: 07:28:36 Cls. 0i DATE: October 7, 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 Ruth Cain, CPPB, Procurement Manager SUBJECT: Consideration to Award A Contract to Champion Fire Systems, Inc. for Fire Suppression Systems Maintenance at Various Fire District Facilities in an Amount Not to Exceed $20,000 for FY 2020/2021 and an Estimated Total Contract Amount of$158,070 Over Seven Years. RECOMMENDATION: Staff recommends that the Fire Protection District award and authorize the execution of a contract with Champion Fire Systems, Inc. of Rancho Cucamonga for fire suppression system maintenance at various Fire District facilities, effective as of the date of mutual execution through June 30, 2021, with an option to renew in one year increments up to a total of six additional years through June 30, 2027, in an amount not to exceed $20,000 for FY 2020/2021 and an estimated total contract amount of$158,070 over seven years, and authorize the City Manager to renew the contract annually, contingent upon the approval of the FY 2021/2022 and future year budgets. BACKGROUND: The Public Works Services Department and the Procurement Division routinely issue requests for proposals to ensure vendor services remain competitive. Public Works staff updated the fire suppression system maintenance specifications to include new requirements and better compliance language. The scope of work for Fire Suppression System Maintenance includes, but is not limited to, testing, repair and preventative maintenance of water-based systems, fire extinguishers, fire/smoke doors, kitchen hood systems, fire hoses and clean agent suppression systems. Services are to be provided at all Fire District buildings to ensure compliance with NFPA 25, NFPA 10, NFPA 13, NFPA 72 and Title 19. The updated specifications were provided to the Procurement Division to prepare a formal Request for Proposals (RFP). The Procurement Division prepared and posted RFP 20/21-003 for Fire Suppression System Maintenance. There were four hundred eighty-two (482) notified vendors; twenty-one (21) prospective bidders downloaded or viewed the bid package, and there were four (4) responses received, of which zero (0) were non-responsive. ANALYSIS: An Evaluation Committee consisting of staff from various departments conducted a thorough analysis of the RFP responses and scored and ranked the four (4) responsive proposals in accordance with the evaluation criteria. Champion Fire Systems, Inc. received the highest overall rating and was deemed to be the most responsive contractor. Therefore, staff recommends the Board of Directors award a contract to Champion Fire Systems, Inc., effective from the date of mutual execution through June 30, 2021, with an option to renew in one year increments up to a total of six additional years through June 30, 2027, in an amount not to exceed $20,000 for FY 2020/2021. In anticipation of a possible request by the contractor for a rate adjustment in future years due to cost increases; staff has prepared the chart below Page 33 to show the estimated annual funding breakdown. Please note this is only an estimate and the amounts listed below could vary. Est. Annual Fiscal Year Prior Year Costs Increase (4%) Total Costs 2020/2021 $ 20,000 2021/2022 $ 20,000 $ 800 $ 20,800 2022/2023 $ 20,800 $ 840 $ 21,640 2023/2024 $ 21,640 $ 870 $ 22,510 2024/2025 $ 22,510 $ 910 $ 23,420 2025/2026 $ 23,420 $ 940 $ 24,360 2026/2027 $ 24,360 $ 980 $ 25,340 Grand Total $ 158,070 An additional $355,510 over seven years for Fire Suppression System Maintenance at City facilities will be considered separately by the City Council. FISCAL IMPACT: The contract price is within the contract services budget line items in the adopted budget for FY 2020/2021. COUNCIL GOAL(S) ADDRESSED: This item addresses the City Council Goals of Enhancing Premier Community Status and Public Safety by ensuring City and Fire District facilities are properly maintained. ATTACHMENTS: Attachment 1 — Champion Fire Systems, Inc. Contract Page 2 Page 34 CITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT 0 RANCHO CUCAMONGA CONTRACT CHAMPION FIRE SYSTEMS, INC. FIRE SUPPRESSION SYSTEMS MAINTENANCE (RFP 20/21-003) AWARD DATE: October 7, 2020 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this 7th day of October 2020, by and between the City of Rancho Cucamonga, a municipal corporation ("City"), the Rancho Cucamonga Fire Protection District ("RCFPD") and Champion Fire Systems, Inc., a fire suppression system maintenance contractor("Contractor"). RECITALS A. City and RCFPD has heretofore issued its request for proposals to perform the following services: Fire Suppression Systems Maintenance (RFP 20/21-003) ("the Project"). B. Contractor has submitted a proposal to perform the services described in Recital "A", above, necessary to complete the Project. C. City and RCFPD desires to engage Contractor to complete the Project in the manner set forth and more fully described herein. D. Contractor represents that it is fully qualified and licensed under the laws of the State of California to perform the services contemplated by this Agreement in a good and professional manner. AGREEMENT NOW, THEREFORE, in consideration of performance by the parties of the mutual promises, covenants, and conditions herein contained, the parties hereto agree as follows: 1. Contractor's Services. 1.1 Scope and Level of Services. Subject to the terms and conditions set forth in this Agreement, City and RCFPD hereby engages Contractor to perform all services described in Recitals "A" and "B" above, including, but not limited to Fire Alarm and Water Based Fire Protection System maintenance, testing, repair and preventative maintenance Per NFPA 25 & TITLE 19;all as more fully set forth in the RFP 20/21-003,attached hereto as Exhibit A,Contractor's proposal, dated May 8,2020 attached hereto as Exhibit B,and Schedule of Lump Sum and Unit Costs attached hereto as Exhibit C, hereinafter entitled "Scope of Work", and incorporated by reference herein. The nature, scope, and level of the services required to be performed by Contractor are set forth in the Scope of Work and are referred to herein as "the Services." In the event of any inconsistencies between the Scope of Work and this Agreement, the terms and provisions of this Agreement shall control. 1.2 Revisions to Scope of Work. Upon request of the City and RCFPD, the Contractor will promptly meet with City and RCFPD staff to discuss any revisions to the Project desired by the City and RCFPD. Contractor agrees that the Scope of Work may be amended based upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 % Q 36 revisions to Contractor's compensation based thereon. A revision pursuant to this Section that does not increase the total cost payable to Contractor by more than ten percent (10%) of the total compensation specified in Section 3, may be approved in writing by City's Manager without amendment. 1.3 Time for Performance. Contractor shall perform all services under this Agreement in a timely,regular basis consistent with industry standards for professional skill and care, and in accordance with any schedule of performance set forth in the Scope of Work, or as set forth in a"Schedule of Performance", if such Schedule is attached hereto as Exhibit"N/A". 1.4 Standard of Care. As a material inducement to City and RCFPD to enter into this Agreement, Contractor hereby represents that it has the experience necessary to undertake the services to be provided. In light of such status and experience, Contractor hereby covenants that it shall follow the customary professional standards in performing the Services. 1.5 Familiarity with Services. By executing this Agreement, Contractor represents that, to the extent required by the standard of practice, Contractor (a)has investigated and considered the scope of services to be performed, (b)has carefully considered how the services should be performed, and (c) understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Contractor represents that Contractor, to the extent required by the standard of practice, has investigated any areas of work, as applicable, and is reasonably acquainted with the conditions therein. Should Contractor discover any latent or unknown conditions, which will materially affect the performance of services, Contractor shall immediately inform City and RCFPD of such fact and shall not proceed except at Contractor's risk until written instructions are received from the City and RCFPD Representative. 2. Term of Agreement. The term of this Agreement shall become effective as of the date of the mutual execution by way of both parties' signature (the "Effective Date") through June 30, 2021. No work shall be conducted; service or goods will not be provided until this Agreement has been executed and requirements have been fulfilled. Parties to this Agreement shall have the option to renew in 1-year increments to a total of 7 years, unless sooner terminated as provided in Section 14 herein. Contractor may request a Cost of living Increase in an amount not to exceed the increase in the March index of the Consumer Price Index All Urban Consumers for the Riverside-San Bernardino-Ontario, California area published by the U.S. Department of Labor, Bureau of Labor Statistics. Options to renew are contingent upon the City Manager's approval, subject to pricing review, and in accordance to all Terms and Conditions stated herein unless otherwise provided in writing by the City and RCFPD. 3. Compensation. 3.1 Compensation. City and RCFPD shall compensate Contractor as set forth in Exhibit A, provided, however, that full, total and complete amount payable to Contractor shall not exceed forty-five thousand dollars ($45,000) for City facilities and twenty thousand dollars ($20,000) for RCFPD facilities for services during the City and RCFPD's fiscal year ending June 30,2021,including all out of pocket expenses,unless additional compensation is approved by the City Manager or City Council. City and RCFPD shall not withhold any federal, state or other taxes,or other PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 37 deductions. However, City and RCFPD shall withhold not more than ten percent (10%) of any invoice amount pending receipt of any deliverables reflected in such invoice. Under no circumstance shall Contractor be entitled to compensation for services not yet satisfactorily performed. The parties further agree that compensation may be adjusted in accordance with Section 1.2 to reflect subsequent changes to the Scope of Services. City and RCFPD shall compensate Contractor for any authorized extra services as set forth in Exhibit A. 4. Method of Payment. 4.1 Invoices. Contractor shall submit to City and RCFPD monthly invoices for the Services performed pursuant to this Agreement. The invoices shall describe in detail the Services rendered during the period and shall separately describe any authorized extra services. Any invoice claiming compensation for extra services shall include appropriate documentation of prior authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga, California. 4.2 City and RCFPD shall review such invoices and notify Contractor in writing within ten (10)business days of any disputed amounts. 4.3 City and RCFPD shall pay all undisputed portions of the invoice within thirty (30) calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in Section 3. 4.4 All records, invoices, time cards, cost control sheets and other records maintained by Contractor relating to services hereunder shall be available for review and audit by the City and RCFPD. 5. Representatives. 5.1 City and RCFPD Representative. For the purposes of this Agreement, the contract administrator and City and RCFPD's representative shall be William Wittkopf, Public Works Services Director, or such other person as designated in writing by the City and RCFPD ("City and RCFPD Representative"). It shall be Contractor's responsibility to assure that the City and RCFPD Representative is kept informed of the progress of the performance of the services, and Contractor shall refer any decisions that must be made by City and RCFPD to the City and RCFPD Representative. Unless otherwise specified herein, any approval of City and RCFPD required hereunder shall mean the approval of the City and RCFPD Representative. 5.2 Contractor Representative. For the purposes of this Agreement, Mike Vogel, Account Manager, is hereby designated as the principal and representative of Contractor authorized to act in its behalf with respect to the services specified herein and make all decisions in connection therewith("Contractor's Representative"). It is expressly understood that the experience, knowledge, capability and reputation of the Contractor's Representative were a substantial inducement for City and RCFPD to enter into this Agreement. Therefore, the Contractor's Representative shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 38 sufficient time to personally supervise the services hereunder. Contractor may not change the Responsible Principal without the prior written approval of City and RCFPD. 6. Contractor's Personnel. 6.1 All Services shall be performed by Contractor or under Contractor's direct supervision, and all personnel shall possess the qualifications, permits, and licenses required by State and local law to perform such Services, including, without limitation, a City and RCFPD business license as required by the City's Municipal Code. 6.2 Contractor shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services and compliance with the standard of care set forth in Section 1.4. 6.3 Contractor shall be responsible for payment of all employees' and subcontractors' wages and benefits and shall comply with all requirements pertaining to employer's liability, workers' compensation, unemployment insurance, and Social Security. By its execution of this Agreement, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code and agrees to comply with such provisions before commencing the performance of the Services. 6.4 Contractor shall indemnify, defend and hold harmless City and RCFPD and its elected officials, officers and employees, servants, designated volunteers, and agents serving as independent contractors in the role of City and RCFPD officials, from any and all liability, damages, claims,costs and expenses of any nature to the extent arising from Contractor's violations of personnel practices and/or any violation of the California Labor Code. City and RCFPD shall have the right to offset against the amount of any fees due to Contractor under this Agreement any amount due to City and RCFPD from Contractor as a result of Contractor's failure to promptly pay to City and RCFPD any reimbursement or indemnification arising under this Section 6. 7. Ownership of Work Product. 7.1 Ownership. All documents, ideas, concepts, electronic files, drawings, photographs and any and all other writings, including drafts thereof,prepared, created or provided by Contractor in the course of performing the Services, including any and all intellectual and proprietary rights arising from the creation of the same (collectively, "Work Product"), are considered to be "works made for hire" for the benefit of the City and RCFPD. Upon payment being made, and provided Contractor is not in breach of this Agreement, all Work Product shall be and remain the property of City and RCFPD without restriction or limitation upon its use or dissemination by City and RCFPD. Basic survey notes, sketches, charts, computations and similar data prepared or obtained by Contractor under this Agreement shall,upon request,be made available to City and RCFPD. None of the Work Product shall be the subject of any common law or statutory copyright or copyright application by Contractor. In the event of the return of any of the Work Product to Contractor or its representative, Contractor shall be responsible for its safe return to City and RCFPD. Under no circumstances shall Contractor fail to deliver any draft or PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 ��09�39 final designs, plans, drawings, reports or specifications to City and RCFPD upon written demand by City and RCFPD for their delivery, notwithstanding any disputes between Contractor and City and RCFPD concerning payment, performance of the contract, or otherwise. This covenant shall survive the termination of this Agreement. City and RCFPD's reuse of the Work Product for any purpose other than the Project, shall be at City and RCFPD's sole risk. 7.2. Assignment of Intellectual Property Interests: Upon execution of this Agreement and to the extent not otherwise conveyed to City and RCFPD by Section 7.1, above, the Contractor shall be deemed to grant and assign to City and RCFPD, and shall require all of its subcontractors to assign to City and RCFPD, all ownership rights, and all common law and statutory copyrights, trademarks, and other intellectual and proprietary property rights relating to the Work Product and the Project itself, and Contractor shall disclaim and retain no rights whatsoever as to any of the Work Product, to the maximum extent permitted by law. City and RCFPD shall be entitled to utilize the Work Product for any and all purposes, including but not limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and publicizing the Project or any aspect of the Project. 7.3 Title to Intellectual Property. Contractor warrants and represents that it has secured all necessary licenses, consents or approvals to use any instrumentality, thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the Services and the production of the Work Product and/or materials produced under this Agreement, and that City and RCFPD has full legal title to and the right to reproduce any of the Work Product. Contractor shall defend, indemnify and hold City and RCFPD, and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City and RCFPD officials, harmless from any loss, claim or liability in any way related to a claim that City and RCFPD's use is violating federal, state or local laws, or any contractual provisions, relating to trade names, licenses, franchises, patents or other means of protecting intellectual property rights and/or interests in products or inventions. Contractor shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials,software,equipment,devices or processes used or incorporated in the Services and materials produced under this Agreement. In the event City and RCFPD's use of any of the Work Product is held to constitute an infringement and any use thereof is enjoined, Contractor, at its expense, shall: (a) secure for City and RCFPD the right to continue using the Work Product by suspension of any injunction or by procuring a license or licenses for City and RCFPD; or(b)modify the Work Product so that it becomes non-infringing. This covenant shall survive the termination of this Agreement. 8. Status as Independent Contractor. Contractor is, and shall at all times, remain as to City and RCFPD, a wholly independent contractor. Contractor shall have no power to incur any debt, obligation, or liability on behalf of City and RCFPD or otherwise act as an agent of City and RCFPD. Neither City and RCFPD nor any of its agents shall have control over the conduct of Contractor or any of Contractor's employees, except as set forth in this Agreement. Contractor shall not, at any time, or in any manner, represent that it or any of its officers, agents or employees are in any manner employees of City and RCFPD. Contractor shall pay all required taxes on amounts paid to Contractor under this Agreement, and to defend, indemnify and hold City and RCFPD harmless from any and all taxes,assessments,penalties,and interest asserted against City and RCFPD by reason of the independent contractor relationship created by this Agreement. Contractor shall fully comply with the workers' compensation law regarding Contractor and Contractor's employees PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 Fie 40 9. Confidentiality. Contractor may have access to financial, accounting, statistical, and personnel data of individuals and City and RCFPD employees. Contractor covenants that all data, documents, discussion, or other information developed or received by Contractor or provided for performance of this Agreement are confidential and shall not be disclosed by Contractor without prior written authorization by City and RCFPD. City and RCFPD shall grant such authorization if applicable law requires disclosure. All City and RCFPD data shall be returned to City and RCFPD upon the termination of this Agreement. Contractor's covenant under this Section shall survive the termination of this Agreement. This provision shall not apply to information in whatever form that is in the public domain, nor shall it restrict the Contractor from giving notices required by law or complying with an order to provide information or data when such an order is issued by a court, administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law and reasonably necessary for the Contractor to defend itself from any legal action or claim. 10. Conflict of Interest. 10.1 Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the Services, or which would conflict in any manner with the performance of the Services. Contractor further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Contractor shall avoid the appearance of having any interest, which would conflict in any manner with the performance of the Services. Contractor shall not accept any employment or representation during the term of this Agreement which is or may likely make Contractor "financially interested" (as provided in California Government Code §§1090 and 87100)in any decision made by City and RCFPD on any matter in connection with which Contractor has been retained. 10.2 Contractor further represents that it has not employed or retained any person or entity, other than a bona fide employee working exclusively for Contractor, to solicit or obtain this Agreement. Contractor has not paid or agreed to pay any person or entity, other than a bona fide employee working exclusively for Contractor, any fee, commission, gift, percentage, or any other consideration contingent upon the execution of this Agreement. Upon any breach or violation of this warranty, City and RCFPD shall have the right, at its sole and absolute discretion, to terminate this Agreement without further liability, or to deduct from any sums payable to Contractor hereunder the full amount or value of any such fee, commission,percentage or gift. 10.3 Contractor has no knowledge that any officer or employee of City and RCFPD has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this transaction or in the business of Contractor, and that if any such interest comes to the knowledge of Contractor at any time during the term of this Agreement, Contractor shall immediately make a complete, written disclosure of such interest to City and RCFPD, even if such interest would not be deemed a prohibited"conflict of interest"under applicable laws as described in subsection 10.1. 11. Indemnification. 11.1 To the maximum extent permitted by law, the Contractor shall defend, indemnify and hold the City and RCFPD, and its elected officials, officers, employees, servants, PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 ��c��41 volunteers, and agents serving as independent contractors in the role of City officials and RCFPD, (collectively, "Indemnitees"),free and harmless with respect to any and all damages, liabilities, losses, reasonable defense costs or expenses (collectively, "Claims"), including but not limited to Claims relating to death or injury to any person and injury to any property, which arise out of,pertain to, or relate to the acts, omissions, activities or operations of Contractor or any of its officers, employees, subcontractors, Contractors, or agents in the performance of this Agreement. Contractor shall defend Indemnitees in any action or actions filed in connection with any such Claims with counsel of City and RCFPD's choice, and shall pay all costs and expenses, including actual attorney's fees and experts' costs incurred in connection with such defense. The indemnification obligation herein shall not in any way be limited by the insurance obligations contained in this Agreement provided, however, that the Contractor shall have no obligation to indemnify for Claims arising out of the sole negligence or willful misconduct of any of the Indemnitees. 11.2 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that they may possess against Contractor because of the acceptance by City and RCFPD, or the deposit with City and RCFPD, of any insurance policy or certificate required pursuant to this Agreement. 11.3 Waiver of Right of Subro ag tion. Except as otherwise expressly provided in this Agreement, Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the Contractor. 11.4 Survival. The provisions of this Section 11 shall survive the termination of the Agreement and are in addition to any other rights or remedies which Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover under this indemnity provision, and an entry of judgment against Contractor shall be conclusive in favor of the Indemnitee's right to recover under this indemnity provision. 12. Insurance. 12.1 Liability Insurance. Contractor shall procure and maintain in full force and effect for the duration of this Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the services hereunder by Contractor, and/or its agents, representatives, employees or subcontractors. 12.2 Minimum Scope of Insurance.Unless otherwise approved by City and RCFPD, coverage shall be at least as broad as: (1) Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). (2) Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). (3) Worker's Compensation insurance as required by the State of California, and Employer's Liability Insurance. PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 FfiVel 42 12.3 Minimum Limits of Insurance. Contractor shall maintain limits no less than: (1) Commercial General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. Commercial General Liability Insurance or other form with a general aggregate limit shall apply separately to this Agreement or the general limit shall be twice the required occurrence limit. (2) Automobile Liability: $2,000,000 per accident for bodily injury and property damage. (3) Employer's Liability: $1,000,000 per accident and in the aggregate for bodily injury or disease and Workers' Compensation Insurance in the amount required by law. (4) The Insurance obligations under this Agreement shall be the greater of (i) the Insurance coverages and limits carried by the Contractor; or (ii) the minimum Insurance coverages and limits shown in this Agreement. Any insurance proceeds in excess of the specified limits and coverage required which are applicable to a given loss, shall be available to the City and RCFPD. No representation is made that the minimum Insurance requirements of this Agreement are sufficient to cover the obligations of the Contractor under this agreement. 12.4 Deductibles and Self-Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City and RCFPD and shall not reduce the limits of coverage. City and RCFPD reserves the right to obtain a full certified copy of any required insurance policy and endorsements. 12.5 Other Insurance Provisions. (1) The commercial general liability and automobile liability policies are to contain the following provisions on a separate additionally insured endorsement naming the City, RCFPD, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City and RCFPD officials, as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; and/or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no limitations on the scope of protection afforded to City,RCFPD,its officers,officials,employees,designated volunteers or agents serving as independent contractors in the role of Cites RCFPD officials which are not also limitations applicable to the named insured. PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 ��c��43 (2) For any claims related to this Agreement, Contractor's insurance coverage shall be primary insurance as respects City, RCFPD, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City and RCFPD officials.Any insurance or self-insurance maintained by City, RCFPD, its officers, officials, employees, designated volunteers or agents serving as independent contractors in the role of City and RCFPD officials shall be in excess of Contractor's insurance and shall not contribute with it. (3) Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (4) Contractor shall provide immediate written notice if (1) any of the required insurance policies is terminated; (2) the limits of any of the required polices are reduced; (3) or the deductible or self-insured retention is increased. In the event of any cancellation or reduction in coverage or limits of any insurance, Contractor shall forthwith obtain and submit proof of substitute insurance. Should Contractor fail to immediately procure other insurance, as specified, to substitute for any canceled policy, the City and RCFPD may procure such insurance at Contractor's sole cost and expense. (5) Each insurance policy required by this clause shall expressly waive the insurer's right of subrogation against City and RCFPD, its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City and RCFPD officials. (6) Each policy shall be issued by an insurance company approved in writing by City and RCFPD, which is admitted and licensed to do business in the State of California and which is rated ANII or better according to the most recent A.M. Best Co. Rating Guide. (7) Each policy shall specify that any failure to comply with reporting or other provisions of the required policy, including breaches of warranty, shall not affect the coverage required to be provided. (8) Each policy shall specify that any and all costs of adjusting and/or defending any claim against any insured, including court costs and attorneys' fees, shall be paid in addition to and shall not deplete any policy limits. (9) Contractor shall provide any and all other insurance, endorsements, or exclusions as required by the City and RCFPD in any request for proposals applicable to this Agreement. PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 Fla 44 12.6 Evidence of coverage. Prior to commencing performance under this Agreement, the Contractor shall furnish the City and RCFPD with certificates and original endorsements, or copies of each required policy, effecting and evidencing the insurance coverage required by this Agreement including (1) Additional Insured Endorsement(s), (2) Worker's Compensation waiver of subrogation endorsement, and (3) General liability declarations or endorsement page listing all policy endorsements. The endorsements shall be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All endorsements or policies shall be received and approved by the City and RCFPD before Contractor commences performance. If performance of this Agreement shall extend beyond one year, Contractor shall provide City and RCFPD with the required policies or endorsements evidencing renewal of the required policies of insurance prior to the expiration of any required policies of insurance. 12.7 Contractor agrees to include in all contracts with all subcontractors performing work pursuant to this Agreement, the same requirements and provisions of this Agreement including the indemnity and insurance requirements to the extent they apply to the scope of any such subcontractor's work. Contractor shall require its subcontractors to be bound to Contractor and City and RCFPD in the same manner and to the same extent as Contractor is bound to City and RCFPD pursuant to this Agreement, and to require each of its subcontractors to include these same provisions in its contract with any sub-subcontractor. 13. Cooperation. In the event any claim or action is brought against City and RCFPD relating to Contractor's performance or services rendered under this Agreement, Contractor shall render any reasonable assistance and cooperation that City and RCFPD might require. City and RCFPD shall compensate Contractor for any litigation support services in an amount to be agreed upon by the parties. 14. Termination. City and RCFPD shall have the right to terminate this Agreement at any time for any or no reason on not less than ten(10) days prior written notice to Contractor. In the event City and RCFPD exercises its right to terminate this Agreement,City and RCFPD shall pay Contractor for any services satisfactorily rendered prior to the effective date of the termination, provided Contractor is not then in breach of this Agreement. Contractor shall have no other claim against City and RCFPD by reason of such termination, including any claim for compensation. City and RCFPD may terminate for cause following a default remaining uncured more than five (5)business days after service of a notice to cure on the breaching party. Contractor may terminate this Agreement for cause upon giving the City and RCFPD ten (10) business days prior written notice for any of the following: (1) uncured breach by the City and RCFPD of any material term of this Agreement, including but not limited to Payment Terms; (2) material changes in the conditions under which this Agreement was entered into, coupled with the failure of the parties to reach accord on the fees and charges for any Additional Services required because of such changes. 15. Notices. Any notices, bills, invoices, or reports authorized or required by this Agreement shall be in writing and shall be deemed received on(a)the day of delivery if delivered by hand or overnight courier service during Contractor's and City and RCFPD's regular business hours; PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 Fg p4(45 or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses set forth in this Section, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this Section. All notices shall be addressed as follows: If to City and RCFPD: William Wittkopf City of Rancho Cucamonga Public Works Services Department 8794 Lion Street Rancho Cucamonga, CA 91730 If to Contractor: Mike Vogel,Account Manager Champion Fire Systems,Inc. 12170 Santa Margarita Court Rancho Cucamonga, CA 91730 16. Non-Discrimination and Equal Employment Opportunity. In the performance of this Agreement, Contractor shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Contractor will take affirmative action to ensure that subcontractors and applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. 17. Assignment and Subcontracting. Contractor shall not assign or transfer any interest in this Agreement or subcontract the performance of any of Contractor's obligations hereunder without City and RCFPD's prior written consent. Except as provided herein, any attempt by Contractor to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. 18. Compliance with Laws. Contractor shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time Contractor performs the Services. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and compliance with other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or"maintenance"project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services, available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the Project site. Contractor shall defend, indemnify and hold the City and RCFPD, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 Fg pE4,46 19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City and RCFPD of any payment to Contractor constitute or be construed as a waiver by City and RCFPD of any breach of covenant, or any default which may then exist on the part of Contractor, and the making of any such payment by City and RCFPD shall in no way impair or prejudice any right or remedy available to City and RCFPD with regard to such breach or default. 20. Attorney's Fees. In the event that either party to this Agreement shall commence any legal action or proceeding to enforce or interpret the provisions of this Agreement,the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and costs of experts. 21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provisions of any document incorporated herein by reference,the provisions of this Agreement shall prevail. 22. Applicable Law and Venue. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California. Venue for any action relating to this Agreement shall be in the San Bernardino County Superior Court. 23. Construction. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein,the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. 24. Entire Agreement. This Agreement consists of this document, and any other documents, attachments and/or exhibits referenced herein and attached hereto, each of which is incorporated herein by such reference, and the same represents the entire and integrated agreement between Contractor and City and RCFPD. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 FQft7 IN WITNESS WHEREOF, the parties, through their respective authorized representatives, have executed this Agreement as of the date first written above. Contractor Name: Champion Fire Systems, Inc. City of Rancho Cucamonga By: By: Name Date Name Date Title Title Rancho Cucamonga Fire Protection District By: Name Date By: Name Date Title Title (two signatures required if corporation) PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 Fg pE4 48 ATTACHMENTS • Attachment A— Sample Additional Insured Endorsement, Ongoing Operations • Attachment B—Sample Additional Insured Endorsement, Completed Operations • Attachment C — Sample Waiver of Subrogation PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 F�gq,,49 Attachment A— Sample Additional Insured Endorsement, Ongoing Operations POLICY NUMBER:— COMMERCIAL GENERAL LIABILITY CG20101001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization:The City of Rancho Cucamonga and the Rancho Cucamonga Fire Protection District(RCFPD),Their Officers,Officials,Employees,designated Volunteers and agents serving as independent contractors in the role of City or RCFPD Officials. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II—Who Is An Insured is amended to (1) All work, including materials, parts or include as an insured the person or organization equipment furnished in connection with shown in the Schedule, but only with respect to such work, on the project (other than liability arising out of your ongoing operations per- service, maintenance or repairs) to be formed for that insured. performed by or on behalf of the addi- B. With respect to the insurance afforded to these tional insured(s) at the site of the cov- additional insureds, the following exclusion is ered operations has been completed, added: or 2. Exclusions (2) That portion of"your work"out of which the injury or damage arises has been This insurance does not apply to ''bodily in- put to its intended use by any person or jury"or''property damage"occurring after: organization other than another con- tractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 10 01 ©ISO Properties, Inc., 2000 Page 1 of 1 ❑ PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 F� pq_fDO Attachment B—Sample Additional Insured Endorsement, Completed Operations POLICY NUMBER:— COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization:The City of Rancho Cucamonga and the Rancho Cucamonga Fire Protection District(RCFPD),Their Officers,Officials,Employees,designated Volunteers and agents serving as independent contractors in the role of City or RCFPD Officials. Attn:Public Works 10600 Civic Center Dr. Rancho Cucamonga,CA 91730 Location And Description of Completed Operations: Additional Premium:Included (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II—Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of''your work"at the location designated and described in the schedule of this endorsement performed for that insured and included in the"products-completed operations ha- zard". CG 20 37 10 01 ©ISO Properties, Inc., 2000 Page 1 of 1 PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 FA ogE�(�1 Attachment C—Sample Waiver of Subrogation POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 24 04 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Rancho Cucamonga and the Rancho Cucamonga Fire Protection District,and their elected officials,officers,employees,servants,attorneys,designated volunteers,and agents serving as independent contractors in the role of City officials. (If no entry appears above,information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COM MERCIAL GENERAL LIABILITY CONDITIONS)is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work' done under a contract with that person or organization and included in the"products-completed operations hazard".This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 ❑ PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 FA c9EI�62 SCOPE OF WORK Scope of Work Contents: • Exhibit A—RFP 20/21-003 • Exhibit B—Contractor's proposal, dated May 8, 2020 • Exhibit C—Unit Costs PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 ��99,�53 ANC HO CUCAMONGA REQUEST FOR PROPOSAL ("RFP") #20/21-003 FOR FIRE SUPPRESSION SYSTEMS MAINTENANCE City of Rancho Cucamonga Procurement Division 10500 Civic Center Drive Rancho Cucamonga, California 91730 Page 54 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance Table of Contents 1. OVERVIEW..................................................................................................................................................4 1.1 GENERAL BACKGROUND ..........................................................................................................................4 1.2 PROPOSAL DELIVERY AND SCHEDULE OF EVENTS...........................................................................................4 1.3 DISCREPANCIES OR OMISSIONS .................................................................................................................S 1.4 CONTINGENCIES.....................................................................................................................................5 1.5 QUESTIONS AND CLARIFICATIONS ..............................................................................................................5 1.6 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION.................................................6 1.7 KNOWLEDGE OF REQUIREMENTS ...............................................................................................................6 1.8 BRAND NAMES......................................................................................................................................6 1.9 RESERVATION OF RIGHTS.........................................................................................................................6 1.10 CALIFORNIA'S PUBLIC RECORDS ACT...........................................................................................................7 2. MINIMUM REQUIREMENTS........................................................................................................................8 2.1 BUSINESS LICENSE .................................................................................................................................. 8 2.2 PREVAILING WAGES................................................................................................................................ 8 2.3 REPRESENTATIVES .................................................................................................................................. 8 2.4 EMPLOYEE CONDUCT..............................................................................................................................9 3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS...................................................................10 3.1 COVER LETTER/INTRODUCTION.............................................................................................................. 10 3.2 TABLE OF CONTENTS............................................................................................................................. 10 3.3 EXECUTIVE SUMMARY........................................................................................................................... 10 3.4 EXPERIENCE ........................................................................................................................................ 10 3.5 THIRD-PARTY SUBCONTRACTORS .......................................................................................................... 11 3.6 STAFF BIOGRAPHIES.............................................................................................................................. 11 3.7 PROPOSAL RESPONSE............................................................................................................................ 11 3.8 NON-DISCLOSURE CONFLICT OF INTEREST.................................................................................................. 11 3.9 PROFESSIONAL SERVICE AGREEMENT........................................................................................................ 12 3.10 ACKNOWLEDGEMENT OF INSURANCE........................................................................................................ 12 3.11 ADDENDUM ACKNOWLEDGEMENT........................................................................................................... 12 Page 2 of 29 Page 55 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 3.12 DEBARMENT AND SUSPENSION ............................................................................................................................12 3.13 PARTICIPATION CLAUSE......................................................................................................................................13 3.14 COMPANY REFERENCES ......................................................................................................................................13 3.15 SIGNATURE OF AUTHORITY..................................................................................................................................13 3.16 LINE ITEM PRICING ............................................................................................................................................13 4. SCOPE OF SERVICES................................................................................................................................................14 4.1 PROJECT DESCRIPTION........................................................................................................................................14 4.2 ANNUAL FIRE PROTECTION SYSTEM MAINTENANCE.................................................................................................14 4.3 SEMI-ANNUAL FIRE PROTECTION SYSTEM MAINTENANCE.........................................................................................15 4.4 FIVE YEAR FIRE SPRINKLER(WET)INSPECTIONS PER NFPA 25&TITLE 19....................................................................16 4.5 LABOR AND MATERIALS......................................................................................................................................17 4.6 WORKING HOURS .............................................................................................................................................17 4.7 LOCATIONS AND EQUIPMENT SCHEDULE................................................................................................................18 5. EVALUATION AND VENDOR SELECTION PROCESS..................................................................................................18 5.1 INITIAL SCREENING ............................................................................................................................................18 5.2 EVALUATION ACTIVITIES.....................................................................................................................................18 5.3 COST EVALUATION.............................................................................................................................................19 5.4 REFERENCE CHECKS............................................................................................................................................19 5.5 DEMONSTRATIONS/INTERVIEWS..........................................................................................................................19 5.6 FINANCIAL DOCUMENTATION ..............................................................................................................................19 5.7 BEST AND FINAL OFFER.......................................................................................................................................20 5.8 VENDOR SELECTION...........................................................................................................................................20 5.9 LETTER OF INTENT TO AWARD..............................................................................................................................20 "EXHIBIT A" CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT..........................21 "EXHIBIT B" PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY...............................................................22 "EXHIBIT C"ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO PROVIDE AND MAINTAIN COVERAGES SPECIFIED.................................................................................................................................23 „EXHIBIT D"ADDENDUM ACKNOWLEDGEMENT...........................................................................................................24 "EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM...............................................................................25 „EXHIBIT F" PARTICIPATION CLAUSE..............................................................................................................................26 „EXHIBIT G" REFERENCES WORKSHEET..........................................................................................................................27 „EXHIBIT H"SIGNATURE OF AUTHORITY .......................................................................................................................29 Page 3 of 29 Page 56 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 1. OVERVIEW 1.1 GENERAL BACKGROUND The City of Rancho Cucamonga (hereinafter "City") and The Rancho Cucamonga Fire Protection District (hereinafter "RCFPD") is inviting qualified Vendors to submit a proposal response for Request for Proposals ("RFP") #20/21-003 for Fire Suppression Systems Maintenance in accordance with the minimum Scope of Services indicated herein. Vendors wishing to participate in the RFP solicitation must be registered as a Vendor on the City Vendor List. Vendors wishing to participate in this RFP must be registered as a Vendor on the City's Prospective Bidders List, and there are no exceptions to this requirement. Vendor registration can be accomplished by visiting the City website at https://www.citVofrc.us/your-government/procurement. Only those responses received from registered Vendors will be accepted. Responses must be submitted by the named Vendor that has downloaded the RFP. This information is indicated in the Planet Bids system and provides the ability to tabulate the responses in accordance to the named Vendors. Submitting a response under a Vendor name that does not appear on the Prospective Bidders list will deem the submittal as non-responsive and disqualify said response from further consideration. 1.2 PROPOSAL DELIVERY AND SCHEDULE OF EVENTS Complete RFP responses must be received electronically via Planet Bids prior to the due date and time specified in the below Schedule of Events. Please note, there will be no paper responses accepted. The City and RCFPD shall not be responsible for any delays by transmission errors. Schedule of Events Event Description Date &Time Post RFP April 23, 2020 Questions Due May 18, 2020 by 9:00 am Addendum Issued May 26, 2020 RFP Response Due Date June 2, 2020 by 9:00 am (The City and RCFPD reserves the right to change schedule of events without prior notice or responsibility to Vendor.) Page 4 of 29 Page 57 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 1.3 DISCREPANCIES OR OMISSIONS Vendors finding discrepancies or omissions in the RFP or having any doubts as to the meaning or intent of any part thereof shall submit such questions or concerns in writing electronically via Planet Bids. The City and RCFPD bears no responsibility for oral instructions or representations. Addenda to this RFP shall be considered a part of this RFP and shall become part of any final Contract that may be derived from this RFP. 1.4 CONTINGENCIES This RFP should not be considered as a contract to purchase goods or services but is a Request for Proposal in accordance with the terms and conditions herein and will not necessarily give rise to a contract. However, RFP responses should be as detailed and complete as possible to facilitate the formation of a contract based on the RFP response(s) that are pursued should the City and RCFPD decide to do so. Completion of this RFP form and its associated appendices are a requirement. Failure to do so may disqualify your RFP response submittal. Vendors must submit signed RFP responses by the due date and time as specified herein. Vendors will be considered non-responsive if the above requirements are not submitted as requested. If only one RFP response is received, the City and RCFPD reserves the right to reject the response and re-bid the RFP. Any scope of services, contingencies, special instruction and/or terms and conditions applicable to this RFP and any purchase order derived thereafter shall be effective as of the issue date of purchase order (the "Effective Date"), and shall remain in full force and effect until sixty (60) days after the City and RCFPD has accepted the work in writing and has made final payment, unless sooner terminated by written agreement signed by both parties. 1.5 QUESTIONS AND CLARIFICATIONS All questions or clarification requests must be submitted directly through the Planet Bids system on or before the due date and time indicated in the above Schedule of Events. Answers and/or clarifications will be provided in the form of an Addendum and will be posted for download from the Planet Bids system in accordance with the above "Schedule of Events". From the issuance date of this RFP until a Vendor is awarded, Vendors are not permitted to communicate with any City and RCFPD staff or officials regarding this procurement, other than during interviews, demonstrations, and/or site visits, except at the direction of Ruth Cain, CPPB, Procurement Manager, the designated representative of the City of Rancho Cucamonga. Page 5 of 29 Page 58 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 1.6 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION All materials submitted in response to this RFP will become the property of the City and RCFPD and will be returned only at the City and RCFPD's option and at the expense of the Vendor submitting the RFP response. A copy of the RFP response will be retained for official files and become a public record.Any material that a Vendor considers as confidential but does not meet the disclosure exemption requirements of the California Public Records Act may be made available to the public, regardless of a notation or markings of confidentiality or otherwise. 1.7 KNOWLEDGE OF REQUIREMENTS The Vendor shall carefully review all documents referenced and made a part of the solicitation document to ensure that all information required to properly respond has been submitted or made available and all requirements are priced in the RFP response. Failure to examine any documents, drawings, specifications, or instructions will be at the Vendor's sole risk. Vendors shall be responsible for knowledge of all items and conditions contained in their RFP responses and in this RFP, including any City and RCFPD issued clarifications, modifications, amendments, or addenda. The City and RCFPD will provide notice of any changes and clarifications to perspective Vendors by way of addenda to Planet Bids; however, it is the Vendor's responsibility to ascertain that the RFP response includes all addenda issued prior to the RFP due date. 1.8 BRAND NAMES Any reference to brand names and/or numbers in the solicitation is intended to be descriptive, but not restrictive, unless otherwise specified. RFP responses offering equivalent items meeting the standards of quality specified may be considered, unless other specified, providing the RFP response clearly describes the article offered and how it differs from the referenced brand. Unless a Vendor specifies otherwise, it is understood that the Vendor is offering a referenced brand item as specified in the solicitation. The City and RCFPD reserves the right to determine whether a substitute offer is equivalent to and meets the standards of quality indicated by the brand name references, and the City and RCFPD may require the supply of additional descriptive material and a sample. 1.9 RESERVATION OF RIGHTS The issuance of this RFP does not constitute an agreement by the City and RCFPD that any contract will be entered by the City and RCFPD. The City and RCFPD expressly reserves the right at any time to: • Waive or correct any defect or informality in any response, RFP, or RFP procedure. • Reject any or all RFPs. Page 6 of 29 Page 59 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance • Reissue a Request for RFPs. • Prior to submission deadline for RFPs, modify all or any portion of the selection procedures, including deadlines for accepting responses, the specifications or requirements for any materials, equipment or services to be provided under this RFP, or the requirements for contents or format of the RFPs. • The City and RCFPD recognizes that price is only one of several criteria to be used in judging a product or service, and the City and RCFPD is not legally bound to accept the lowest RFP response. • The City and RCFPD reserves the right to conduct pre-award discussions and/or pre-Contract negotiations with any or all responsive and responsible Vendors who submit RFP responses. • Procure any materials, equipment or services specified in this RFP by any other means. • Determine that no project will be pursued. • The City and RCFPD reserves the right to inspect the Vendor's place of business prior to award or at any time during the contract term or any extension thereof, to determine the Vendor's capabilities and qualifications. 1.10 CALIFORNIA'S PUBLIC RECORDS ACT The City and RCFPD complies with the California Public Records Act, Government Code Section 6250 et seq. Public records are open to inspection always during the office hours of the state or local agency and every person has a right to inspect any public record, except as hereafter provided. Any reasonably segregable portion of a record shall be available for inspection by any person requesting the record after deletion of the portions that are exempted by law. Neither an RFP in its entirety, nor proposed prices shall be considered confidential and proprietary. Notwithstanding the foregoing, companies are hereby notified that all materials submitted in response to this RFP are subject to California's Public Records Act. The City and RCFPD's receipt, review, evaluation or any other act or omission concerning any such information shall not create an acceptance by the City and RCFPD or any obligation or duty to prevent the disclosure of any such information except as required by Government Code Section 6253. Companies who submit information they believe should be exempt from disclosure under the Public Records Act shall clearly mark each document as confidential, proprietary or exempt, and state the legal basis for the exemption with supporting citations to the California Code. Pursuant to California Law, if the information is requested under the Public Records Act, the City and RCFPD shall make a final determination if any exemption exists for the City and RCFPD to deny the request and prevent disclosure.The City and RCFPD will withhold such information from public disclosure under the Public Records Act only if the City and RCFPD determines, in its sole discretion, that there is a legal basis to do so. Page 7 of 29 Page 60 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 2. MINIMUM REQUIREMENTS 2.1 BUSINESS LICENSE A selected Vendor awarded a contract shall be required to obtain a Rancho Cucamonga Business License no later than five (5) business days from notification of award prior to being issued a Purchase Order. A selected Vendor must possess and maintain all appropriate licenses/certifications necessary in the performance of duties required under this RFP and will provide copies of licenses/certifications immediately upon request throughout the term of the Contract. 2.2 PREVAILING WAGES Where labor is required for a public work as a part of any requirement covered by this RFP, pursuant to the provisions of the Labor Code of the State of California and/or the federal Davis-Bacon Act, a selected Vendors) shall pay no less than those minimum wages unless an exemption applies. 2.3 REPRESENTATIVES Should the selected Vendor require the services of a third-party to complete the Scope of Services indicated in this RFP, the awarded Vendor will not assign, transfer, convey or otherwise dispose of the contract or its right, title or interest in or to the same, or any part thereof. Any attempt by the awarded Vendor to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. The awarded Vendor shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services including Vendors subcontractor. All Services shall be performed by the awarded Vendor or under the awarded Vendor's direct supervision, and all personnel shall possess the qualifications, permits, and licenses required by state and local law to perform such services. The awarded Vendor shall be responsible for payment of all employees' and subcontractors' wages and benefits and shall comply with all requirements pertaining to employer's liability, workers' compensation, unemployment insurance, and Social Security. By its execution of this Agreement, Vendor certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code and agrees to comply with such provisions before commencing the performance of the services. In case of default by the Vendor, the City and RCFPD may take the following actions which shall include but not be limited to; cancellation of any purchase order, procurement of the articles or service from other sources and may deduct from unpaid balance due to the Vendor, or may bill for excess costs so paid, and the prices paid by the City and RCFPD shall be considered the prevailing market prices paid at the time such purchase is made, Page 8 of 29 Page 61 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance withholding of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries, or Vendors for delivery, which do not meet specifications, will be for the account of the Vendor. City and RCFPD Representative: For the purposes of this Agreement, the contract administrator and City and RCFPD's representative shall be Neil Plummer, or such other person as designated in writing by City and RCFPD ("City and RCFPD's Representative"). It shall be the Vendor's responsibility to assure that City and RCFPD's Representative is kept informed of the progress of the performance of the services, and the Vendor shall refer any decisions that must be made by City and RCFPD to City and RCFPD Representative. Unless otherwise specified herein, any approval of City and RCFPD required hereunder shall mean the approval of the City and RCFPD Representative. Vendor Representative: The response to this RFP shall designate the representative of the Vendor authorized to act in its behalf with respect to the services specified herein and make all decisions in connection therewith ("Vendor's Representative"). It is expressly understood that the experience, knowledge, capability and reputation of the Vendor's Representative will be a substantial inducement for City and RCFPD to enter into an Agreement with the Vendor. Therefore, the Vendor's Representative shall be responsible during the term of any Agreement for directing all activities of Vendor and devoting sufficient time to personally supervise the services hereunder. The successful Vendor may not change the Vendor's Representative without the prior written approval of City and RCFPD's Representative. 2.4 EMPLOYEE CONDUCT All Vendor personnel must observe all City and RCFPD regulations in effect at the location where the Services are being conducted. While on City and RCFPD property,the Vendor's personnel shall be subject to oversight by City and RCFPD staff. Under no circumstances shall the Vendor's or Vendor's sub-contractor personnel be deemed as employees of the City and RCFPD. Vendor or Vendor's subcontractor personnel shall not represent themselves to be employees of the City and RCFPD. Vendor's personnel will always make their best efforts to be responsive, polite, and cooperative when interacting with representatives of the City and RCFPD, and City and RCFPD employees. The Vendor's personnel shall be required to work in a pleasant and professional manner with City and RCFPD employees, outside Vendors and the public. Nothing contained in this RFP shall be construed as granting the Vendor the sole right to supply personal or contractual services required by the City and RCFPD or without the proper City and RCFPD approval and the issuance of a Purchase Order. Page 9 of 29 Page 62 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS Completion of this RFP form and its associated Exhibits are a requirement. To be considered responsive and evaluate RFP responses fairly and completely Vendors must comply with the format and submission requirements set out in this RFP, and provide all information requested. Failure to comply with this instruction will deem said RFP response as non-responsive and will not receive further consideration in the evaluation process. If only one RFP response is received, the City and RCFPD reserves the right to discard the response, re-bid or proceed with an RFP review and negotiations. RFP submittals are due on the due date and time indicated in the above schedule of events. Submittals shall be submitted electronically via Planet Bids; no paper RFPs will be accepted. RFP responses must include the information required by this RFP. 3.1 COVER LETTER/INTRODUCTION RFP responses must include the complete name and address of Vendor and the name, mailing address, and telephone number of the contact person regarding the RFP response. A signature by an authorized representative must be included on each RFP response. Said signature will be considered confirmation of the Vendors ability and willingness to comply with all provisions stated herein. 3.2 TABLE OF CONTENTS The Table of Contents must be a comprehensive listing of the contents included in your RFP response.This section must include a clear definition of the material, exhibits and supplemental information identified by sequential page numbers and by section reference numbers. Each section of the RFP response will be separated by a title page at the beginning of each section. 3.3 EXECUTIVE SUMMARY The Executive Summary shall condense and highlight the contents of the Vendor's RFP response to provide the Evaluation Committee with a broad understanding of the Vendor's approach, Proposal, experience and staffing. 3.4 EXPERIENCE The Vendor shall provide a concise statement demonstrating the Vendor's Proposal, experience, expertise and capability to perform the requirements of this RFP. Provide a brief history of your company, including; • The number of years in business, • The firms service commitment to customers, • If the firm is involved in any pending litigation that may affect its ability to provide its proposed solution or ongoing maintenance or support of its products and services. Page 10 of 29 Page 63 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance • State whether your firm is an individual proprietorship, partnership, corporation, or private nonprofit firm, and the date your company was formed or incorporated. 3.5 THIRD-PARTY/SUBCONTRACTORS If the Vendor intends to subcontract, a detailed list of any sub-contractors, partners, or third-party Vendors who will be involved in the implementation of the proposed services including but not limited to: • Description of the Vendor's experience with each of the proposed subcontractors, • Three (3)customer references for each subcontractorto include references names, addresses, and telephone numbers, for products and services like those described in this RFP, • Describe the specific role of each. 3.6 STAFF BIOGRAPHIES Submit the resumes of the individuals who will be performing the services for the City and RCFPD. Resumes shall be formatted in the following order: • Position with the Company, • Length of time with the Company, • Licenses, registrations and certifications as required by law to perform the Scope of Work described herein, • Educational background, • Role in the Project, • Experience with the minimum requirements stated herein, • Work history on similar or like projects with the other municipalities. 3.7 PROPOSAL RESPONSE Under this section Vendors shall provide a full, detailed response to the City and RCFPD's Scope of Services listed herein. Vendors should be as thorough as possible in their response as it may be the only opportunity to convey information regarding your business, ability and qualifications to complete the services needed. 3.8 NON-DISCLOSURE CONFLICT OF INTEREST Specify any possible conflicts of interest with your current clients or staff members and the City and RCFPD. A signed "Exhibit A, Conflict of Interest and Non-Disclosure Agreement" included herein must be submitted in Planet Bids system under the Response Types tab "Exhibits A— H". Page 11 of 29 Page 64 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 3.9 PROFESSIONAL SERVICE AGREEMENT In addition to the acceptance of the City and RCFPD's Terms and Conditions, the successful Vendor will be required to enter into a Professional Services Agreement ("PSA") with the City and RCFPD, a "Sample" of which is attached in the Planet Bids for review. All requirements of said PSA must be completed by the successful Vendor and signed by both applicable parties prior to any services being rendered. This RFP sets forth some of the general provisions which may be included in the final PSA. In submitting a response to this RFP, Vendor will be deemed to have agreed to each clause unless otherwise indicated in "Exhibit B, Professional Services Agreement Exceptions Summary" and the City and RCFPD agrees to either accept the objection or deviation or change the PSA language in writing. Failure to raise any objections at the time of this RFP response submittal will result in a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception Summary must be submitted in Planet Bids system under the Response Types tab "Exhibits A— H". 3.10 ACKNOWLEDGEMENT OF INSURANCE Vendors must meet all insurance requirements as outlined in the Professional Services Agreement. Ability to comply with said requirements must be indicated with signature of "Exhibit C, Acknowledgement of Insurance Requirements and Certification of Ability to Provide and Maintain Coverages Specified", which must be submitted in Planet Bids system under the Response Types tab "Exhibits A — H". The awarded Vendor will be responsible for providing the required Certificates of Insurance and must be the Named Insured on the Certificates. Certificates of Insurance from any other entity other than the awarded Vendor, will not be accepted. 3.11 ADDENDUM ACKNOWLEDGEMENT The Vendor shall hereby acknowledge they have received all posted Addendums, if any. It is the Vendor's responsibility to log into Planet Bids to identify and download the number of addenda that have been posted. Addenda issued in correspondence to this RFP shall be considered a part of this RFP and shall become part of any final Contract that may be derived from this RFP. Vendors must indicate their acknowledgement of any Addendums by way of signature on "Exhibit D,Addendum Acknowledgement" and must be submitted in Planet Bids system under the Response Types tab "Exhibits A— H". 3.12 DEBARMENT AND SUSPENSION Bidding Vendors must verify by way of signature to "Exhibit E,Vendor Certification Form"that they are not listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Vendor nor any of its proposed subcontractors are tax delinquent with the State of California. The signed exhibit must be submitted in Planet Bids system under the Response Types tab "Exhibits A— H". Page 12 of 29 Page 65 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 3.13 PARTICIPATION CLAUSE Vendors shall provide a completed "Exhibit F, Participation Clause", submitted in Planet Bids system under the Response Types tab "Exhibits A— H". . This will indicate a Vendors agreement to or not to allow other entities to utilize the RFP response and awarded contract as a piggyback option. 3.14 COMPANY REFERENCES Provide a minimum of four(4) references, preferably with other municipalities in which similar services are being performed. References must be for work performed or completed within the past three (3) years. "Exhibit G, Reference Worksheet", must be complete and uploaded into the Planet Bids system under the "Response Type" section identified as "Exhibit G". While the Reference Worksheet accompanies your RFP response it is not to be discussed in any other area of the RFP response other than the "Response Type, Exhibits A- H" in Planet Bids. 3.15 SIGNATURE OF AUTHORITY "Exhibit H", Signature of Authority must be submitted in Planet Bids system under the Response Types tab "Exhibits A — H". Unsigned RFP responses will not be accepted. The Signature of Authority declares that the Vendor has carefully examined the instruction indicated herein including all terms and condition and specifications, and hereby proposes and agrees, if the Vendors RFP response is accepted, Vendor agrees to furnish all material in accordance with the instruction and specifications in the time and manner prescribed for the unit cost amounts set forth in the Vendors RFP response. 3.16 LINE ITEM PRICING Line item pricing for this RFP must be provided directly in the Planet Bids system under the "Line Items"tab. This pricing is not an estimate and is firm fixed price for each item listed. Vendors pricing quotes outside of the pricing listed in Planet Bids under the "Line Items"tab will not be accepted or considered for award. Any additional cost required should be noted in the additional cost line item and a summary of the cost provided in the notes section of the line item. While Line item pricing accompanies your RFP response it is not to be discussed in any other area of the RFP response other than the "Line Item" tab in Planet Bids. The City and RCFPD will not be obligated to any estimated pricing or pricing not identified in the "Line Item" tab in Planet Bids. Failure to provide the required Line Item pricing in the required format will cause Vendors RFP response to be considered as non- responsive and be eliminated from proceeding any further in the process. Any questions or clarifications regarding how to correctly submit Line Item pricing should be submitted by the "Questions Due" date and time indicated in the schedule of events. Page 13 of 29 Page 66 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 4. SCOPE OF SERVICES 4.1 PROJECT DESCRIPTION Fire Alarm and Water Based Fire Protection System maintenance, testing, repair and preventative maintenance Per NFPA 25 &TITLE 19. 4.2 ANNUAL FIRE PROTECTION SYSTEM MAINTENANCE 4.2.1 WATER BASED SYSTEMS Water Based Description: Operation of flow switches, water flow bells, electric bells, risers, tamper switches and all retard chambers. Pressure reducing and relief valves, fire department connections, main drains, water flow alarms, priming water, low air pressure alarms, quick opening devices. All devices being checked will be checked to be free of but not limited to damage and or leaks and to be in good working condition. All components shall be inspected, tested, cleaned, repaired, replaced and maintained in good working order in accordance with the manufacturer's instructions and as required by NFPA 25. 4.2.2 FIRE/SMOKE DOORS Fire/Smoke Doors are to be tested per NFPA 25 and Title 19 of the California Code of Regulations. 4.2.3 FIRE EXTINGUISHERS Fire Extinguishers scope of work includes but is not limited to the following: Provide inspection, testing, maintenance and repair services on all fire extinguishers per NFPA 10. Fire Extinguishers: • Type A • Type B • Type C • Type BC • Type CO2 • Type PW • Type Metal LX Class D • Type ABC • Type K Page 14 of 29 Page 67 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 4.2.4 FIRE HOSE MAINTENANCE Annual Fire Hose Maintenance per NFPA25: • Visually inspect the hoses, couplings and nozzle • Verify the hose is within its service test (if not, remove the hose for service hydrostatic testing). • Remove the nozzle and inspect for obstructions, damage to nozzle tip, broken or missing parts and the thread gasket is in good condition. • Inspect the couplings to identify and defects such as damage threads, corrosion, slippage on the hose, etc. • Inspect the couplings and nozzles to verify a tight fit and that they are not deteriorated. • Reinstall the nozzle (nozzles attached to in-service hose shall be kept in the closed position). • Remove the hose from the rack and visually inspect the hose for any damage. • Re-rack the hose so that folds do not occur at the same position on the hose. 4.3 SEMI-ANNUAL FIRE PROTECTION SYSTEM MAINTENANCE 4.3.1 KITCHEN HOOD SYSTEMS Kitchen Hood Systems (ANSUL) are to be tested and inspected per the requirements of NFPA 13: • Test and inspect 5 Ansul Hood Systems including test, report and tagging. • Inspect cabling, scissor linkage and conduit • Inspect pull stations and test for proper operation. • Inspect cylinder, control head, and firing cartridge. • Inspect accessible piping, hangers, seals, drops and nozzles. • Replace links, nozzle seals and nozzles. 4.3.2 CLEAN AGENT SUPPRESSION SYSTEMS Clean Agent Suppression Systems are to be tested and inspected per the requirements of NFPA 72: • Check to see if system is in service • Check control panel function for alarm and trouble conditions • Check batteries for charge and corrosion and leakage • Test all manual pull stations for operation • Test all detectors (heat, smoke, duct, radiant energy, air sampling) for operation per NFPA 72 • Test all abort stations for normal operation • Test all audio/visual devices for operation Page 15 of 29 Page 68 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance • Test time delays • Test all auxiliary functions (if possible) • Test cross zone operation • Visual inspection of protected area to ensure that have been no changes that can affect equipment performance. • Visual inspection of discharge piping, nozzles and brackets. • Visual inspection of the protected rooms to determine if any penetrations have been made which could lower the required concentration level of agents. • Check operation of releasing devices • Test all Pre-Action devices • Test discharge sequence for both main and reserve systems cylinder where applicable; • Tests supervision of all circuits • Check quantity or pressure of agent in storage container: record weight and pressure on inspection report • Inspect hoses for damage: test hose every (5) years. • Hydrostatically test and or visually inspect storage cylinders as required: record on inspection report. • Provide digital report for owner's files that detail any deficiencies 4.4 FIVE YEAR FIRE SPRINKLER(WET) INSPECTIONS PER NFPA 2S&TITLE 19 • Annual inspection of entire system, including test report and tagging • Main drain test; provide static and residual pressure • Inspectors test valve; must ring local bell within 90 seconds, must notify central station via alarm system • Lubricate and operate each system control valve • Inspect all visible piping, hangers, heads and signage • Annual inspection of entire system, including test report and tagging • Main drain test; provide static and residual pressure • Inspectors test valve; must ring local bell within 90 seconds, must notify central station via alarm system • Lubricate and operate each system control valve • Inspect all visible piping, hangers, heads and signage • Inspect all visible seismic bracing, flanges, system connections including FDC • Back flush fire department connections to remove all debris from piping, must remove or secure check valve. Page 16 of 29 Page 69 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 4.5 LABOR AND MATERIALS The fixed hourly rate shall be all-inclusive of all related costs that the Contractor will incur to provide repair services on an as needed basis, including, but not limited to: employee wages and benefits; clerical support; overhead; profit; licensing; insurance; materials; supplies; tools; equipment; telecommunications; document copying; etc. Prices shall be valid through June 30, 2021. Labor hours paid under this contract shall be only for productive hours at the job site. Time spent for transportation of workers, material acquisition, handling and delivery, or for movement of Contractor owned or rental equipment is not chargeable directly but is overhead and the cost shall be included in the hourly rate. The City and RCFPD shall accept no proposal with a minimum charge stipulated. After hours rates will be paid for work done at times other than regular working hours. Contractor must have prior verbal and/or written approval to work outside normal business hours. Holiday rates will be paid for work done on recognized City holidays only. Contractor must have prior verbal and/or written approval to work outside normal business hours. Contractor shall provide all necessary replacement parts and materials required to successfully complete each individual work order. Material specifications shall be approved by the Public Works Services Director or designated representative before being incorporated into the work. All replacement parts, equipment and materials supplied by the Contractor shall be new, undamaged, clean and in good condition. Replacement parts, equipment and materials shall be the same make and model of existing unless substitution has been approved in writing by the Public Works Services Director or designated representative. The markup for all parts, equipment and materials shall be fifteen (15) percent. Copies of all supplier invoices for parts, equipment and materials incorporated into the work shall be submitted with each request for payment. 4.6 WORKING HOURS Regular working hours are the City's normal business hours, 7:00 a.m. to 6:00 p.m., Monday through Friday, unless otherwise authorized by the City. Page 17 of 29 Page 70 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance Holiday hours are recognized City and RCFPD holidays only. After hours are all hours excluding regular hours and recognized City holidays. The Contractor shall be capable of dispatching work crews 24 hours/7 days a week including weekends and holidays. All work shall be scheduled at the convenience of the City and RCFPD as not to interfere with normal operations. 4.7 LOCATIONS AND EQUIPMENT SCHEDULE All location and equipment information can be found in Attachment A. S. EVALUATION AND VENDOR SELECTION PROCESS 5.1 INITIAL SCREENING All RFP responses will undergo an initial review to determine responsiveness to the instructions herein. Those RFP responses initially determined to be compliant by meeting the RFP requirement as indicated herein will proceed to the next phase of the evaluation process. 5.2 EVALUATION ACTIVITIES Compliant RFP responses proceeding to the next phase of the evaluation process are then evaluated by an Evaluation Committee. The RFP submittals are scored and assigned a ranking of one (1) through ten (10), ten being the highest possible score. The following criteria have been assigned percentages that the criteria will be scored against, based upon but not limited to the following evaluation criteria factors: Criteria Criteria Description Assigned Percentage Vendor Experience 10% Quality of proposed services or goods 25% Extent to which the Vendors services or goods 40% meet the City's and RCFPD's needs Length of time in business 10% Cost 15% Page 18 of 29 Page 71 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 5.3 COST EVALUATION Cost Proposals are evaluated and scored based on the following calculations; Score = Lowest Proposal Cost/Cost of Proposal being scored X Maximum Points Available (10) The score is then added to the spreadsheet criteria scores. 5.4 REFERENCE CHECKS If determined to be required reference checks are conducted by the Procurement Division and the requesting department may or may not be present during the process. The reference checks may be conducted by phone with the information being scribed or conducted by a written form, submitted to the Vendor's reference contact. Reference contacts will be asked several predetermined questions for response and to provide a score from one (1) to ten (10), ten being the highest. Scores are then tabulated and added to the spreadsheet with the criteria scores. It is imperative that Vendors provide up to date and accurate information regarding contact information for reference checks. All scores are then tabulated into the final Vendor ranking. Evaluators do not see the Vendor References or pricing line items. The proposed pricing is evaluated by the Procurement Division during the initial review of the RFP response, only to ensure that the proposed cost is not over the City's and RCFPD's budgeted amount or Not-to-Exceed amount for the project. 5.5 DEMONSTRATIONS/INTERVIEWS Upon completion of the RFP evaluations and data analysis, and only if necessary, selected top ranked Vendors will be provided an opportunity to interview and conduct a demonstration or presentation to further expand on their RFP response. Vendor interviews/demonstrations are scored and assigned a ranking of one (1) through ten (10), ten being the highest possible score, based upon but not limited to the evaluation criteria factors as stated within the RFP. 5.6 FINANCIAL DOCUMENTATION Vendors that proceed to the short-list may be required to submit financial documentation as proof of its firm's financial stability and strength. A financial review will be conducted by the City Finance Department. Should a Vendor wish for its financial documentation to be treated as proprietary or be returned upon completion of the review, the documentation must clearly be marked as such. The following documentation will be required of each Vendor on the short-list: • A copy of the Vendor's most recent annual report. • Audited (by a third party), balance sheets and income statements for the past three (3) years. Page 19 of 29 Page 72 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance • If audited data is not available, Vendor shall submit copies of complete tax returns for the past three (3) years. • Describe any regulatory censure and past or pending litigation related to services provided by the Vendor. • Indicate all applicable information regarding Vendor ownership changes in the last three (3) years. 5.7 BEST AND FINAL OFFER Upon completion of Vendor presentations, the City and RCFPD reserves the right to conduct pre-award discussions and/or pre-contract negotiations with all or only top ranked Vendors. At which time the City and RCFPD may request a Best and Final Offer to be submitted from one or all finalists. 5.8 VENDOR SELECTION The final Vendor selection is based on which Vendor is the most responsive, meeting the City's and RCFPD requirements, offering the best value at the most competitive price. The City and RCFPD is not obligated to award to the lowest price proposal. The City and RCFPD may conduct negotiations with several Vendors simultaneously. The City and RCFPD may also negotiate contract terms with the selected Vendors prior to award. The City and RCFPD, at its sole discretion, reserves the right, unless otherwise stated, to accept or reject all or any RFP responses, or any part thereof, either separately or to waive any informality and to split or make the award in any manner determined to be in the best interest of the City and RCFPD. 5.9 LETTER OF INTENT TO AWARD After a final Vendor selection is determined, a Letter of Intent to Award (LOI) will be posted for review by all participating, responsive Vendors. Negotiations shall be confidential and not subject to disclosure to competing Vendors unless an agreement is reached. If contract negotiations cannot be concluded successfully, City and RCFPD may negotiate a contract with the next highest scoring Vendor or withdraw the RFP entirely. Page 20 of 29 Page 73 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT A" CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT It is the policy of the City and RCFPD to prevent personal or organizational conflict of interest, or the appearance of such conflict of interest, in the award and administration of City and RCFPD Contracts, including, but not limited to Contracts for Professional Services Agreements ("PSA") with potential Vendors. I do not have specific knowledge of confidential information regarding RFP responses received in response to the Request for Proposal "RFP"#20/21-003 for Fire Suppression Systems Maintenance. I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any RFP response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any RFP response, or removal of same from designated areas. I, the undersigned, hereby certify that the following statements are true and correct and that I understand and agree to be bound by commitments contained herein. (Print Name) (Relationship to the City) (Relationship to the Vendors) (Signature) (Date) Must be included in final RFP submittal. Page 21 of 29 Page 74 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT B" PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY Mark the appropriate choice, below: Vendors accepts the PSA without exception. OR Vendors proposes exceptions to the PSA. Summarize all exceptions on a separate document. Enclose a written summary of each change and title as "Exception Summary", which shall include the Vendors' rationale for proposing each such exception. Each exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the submitted summary may deem the response as non-responsive. Signature Printed Name Title Date Must be included in final RFP submittal. Page 22 of 29 Page 75 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT C"ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO PROVIDE AND MAINTAIN COVERAGES SPECIFIED I, the (President, Secretary, Manager, Owner or Representative) of , certify that the (Name of Company, Corporation or Owner) Specifications and General Provisions regarding insurance requirements as stated within the Professional Services Agreement (PSA), for the Purchase Contract designated Request for Proposal ("RFP") for #20/21-003 for Fire Suppression Systems Maintenance have been read and understood and that our Vendors is able to provide and maintain the coverage as specified in the PSA. Failure to provide said coverage, upon request to finalize the PSA prior to award shall be sufficient cause for immediate disqualification of award. Failure to maintain said coverage shall result in termination of the contract. Signature Printed Name Title Date Must be included in final RFP submittal. Page 23 of 29 Page 76 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT D"ADDENDUM ACKNOWLEDGEMENT The Vendors hereby acknowledges the following Addenda Number(s) to this RFP have been received, if any. Vendors understands failure to acknowledge any addenda issued may cause the RFP response to be considered non-responsive. It is the Vendors' responsibility to log into the Planet Bids System to identify and download the number of addenda that have been posted. Signature Printed Name Title Date Must be included in final RFP submittal. Page 24 of 29 Page 77 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM I certify that neither (Vendor) nor any of its proposed subcontractors are not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Vendor nor any of its proposed subcontractors are tax delinquent with the State of California. I acknowledge that if Vendors or any of its subcontractors subsequently are placed under suspension or debarment by a local, state or federal government entity, or if Vendors or any of its subcontractors subsequently become delinquent in California taxes, our Proposal will be disqualified. Signature Printed Name Title Date Must be included in final RFP submittal. Page 25 of 29 Page 78 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT F" PARTICIPATION CLAUSE It is hereby understood that other government entities, such as cities, counties, and special/school districts may utilize this RFP response at their option for equipment or services at the RFP response price for a period of days. Said entities shall have the option to participate in any award made because of this solicitation. Any such piggy-back awards will be made independently by each agency, and the City and RCFPD is not an agent, partner or representative of these agencies and is not obligated or liable for any action of debts that may arise out of such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of its own order placement and payments of the Vendors. Successful Vendors will extend prices as proposed herein to other governmental agencies, please specify. YES NO Must be included in final RFP submittal. Page 26 of 29 Page 79 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT G" REFERENCES WORKSHEET The following References Worksheet must be complete, please do not mark "See Attached". This Exhibit must be complete and uploaded into the Planet Bid system under the applicable "Response Type" section. Provide a minimum of four (4) clients that are similar in size to the City and RCFPD that your company has conducted comparable or like services. Preferred references should be government agencies and be a current customer within the past three (3) years. Please verify accuracy of contact information. To be submitted as an attachment in the Planet Bid system under the "Response Type" section identified as "Exhibit H". 600=k�-- Reference 1 Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost (please be specific) Reference 2 Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost (please be specific) Page 27 of 29 Page 80 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance Reference 3 Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost (please be specific) Reference 4 Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost (please be specific) Page 28 of 29 Page 81 City of Rancho Cucamonga Request for Proposals("RFP")#19/20-006 for Fire Suppression Systems Maintenance "EXHIBIT H" SIGNATURE OF AUTHORITY The undersigned firm declares that he has carefully examined the specifications and read the above terms and conditions, and hereby proposes and agrees, if this RFP response is accepted, to furnish all material in accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost amounts set forth in the following RFP response. THE VENDORS IN SUBMITTING THIS RFP RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO DO SO MAY DEEM YOUR RFP RESPONSE AS NON-RESPONSIVE. Company Name: Address: (Street, Su. #City, State, Zip) Telephone#: Fax#: E-mail address: Web Address: Authorized Representative: (print) Title: Signature: Date: Must be included in final RFP submittal. Page 29 of 29 Page 82 Champion Fire Systems, Inc REQUEST FOR PROPOSAL ("RFP") #20/21-003 FOR FIRE SUPPRESSION SYSTEMS MAINTENANCE Champion Fire Systems, Inc. 12170 Santa Margarita Court Rancho Cucamonga, CA 91730 1 Page 83 Table of Content: CoverLetter: .........................................................................3 Executive Summary: ................................................................4 Experience: ...........................................................................6 Third-Party/Subcontractor: ....................................................... .7 StaffingBiography: ..................................................................8 ProposalResponse: ..................................................................9 Exhibits: ...............................................................................1 1 2 Page 84 Champion Fire Systems,Inc. 12170 Santa Margarita Court Rancho Cucamonga, CA 91730 Lic#710918 Champion Fire Systems has been in business since 1995 with its corporate office located here in Rancho Cucamonga. The owners, senior staff and field personnel have decades of fire protection experience. Our service includes all things fire protection including; fire alarm certifications, fire sprinkler certifications, fire extinguishers,NFPA 25 &Title 19 inspections,main drain tests, clean agent systems testing, special hazard system testing, fire pump testing, waterflow testing, Regulation 4 testing,24 hour central station monitoring, alarm troubleshooting, and emergency repairs. We value ourselves as customer service advocates and are highly educated in NFPA,Factory Mutual,UFC, CFC and fire department requirements with regards to the work we have completed over the last 25 years. The company's strongest asset is the eagerly motivated employees who are there to answer and assist with all questions. Everyone works diligently to complete projects in a timely and efficient manner. We have a firm understanding of the work that needs to be performed for the City of Rancho Cucamonga. It will be done professionally and with the understanding of the sensitivity of the environment that we will be in. The security,public image, clean environment and nature of work being done in this location has been considered with in this proposal. Prior experience with other sensitive government agencies would include John Wayne Airport, LAX(Los Angeles Airport), Superior Court of California, County of Orange and CalTrans. We carry a$10 Million in Insurance policy which is one of the highest in the industry. Champion Fire looks forward to working with the City of Rancho Cucamonga and providing services for the Fire Alarm and Water Based Fire Protection System maintenance, testing,repair and preventative maintenance Per NFPA 25 &TITLE 19. Contact Information: The point of contact on this project will be: Champion Fire Systems, Inc. Mike Vogel Account Manager 12170 Santa Margarita Court Rancho Cucamonga, CA 91730 Phone: (909)483-9789 Cell: (951)232-1499 Email: mikekchampionfiresystems.com Sincerely, Mike Vogel Champion Fir ems,Inc. 3 Page 85 Executive Summary Approach to providing services: We have been working with the City of Rancho Cucamonga for a very long time and are familiar with all the facilities within this contract. As required by the "Scope of Work", Champion Fire Systems, Inc. has a C-16 Fire Protection and C-10 Electrical license. All inspections will be done per the contract. Each test, inspection, or certification completed per day will include a handwritten form report left on the premises the same day. The reports will then be followed up with a computerized form sent to the Agency's Project Manager prior to the inspection due date. Champion Fire Systems, Inc. maintains a two- hour emergency response time. In the case of an unanticipated situation, the main business line (909) 483-9789 can dispatch 24 hours per day. Quotations on deficiencies found during testing will be completed and sent within 4 days following testing. We value ourselves as customer service advocates and are highly educated in National Fire Protection, Title 19, and City requirements with regards to work to be completed. The company's strongest asset is the eagerly motivated employees who are there to answer and assist with all questions. Everyone works diligently to complete projects in a timely and efficient manner. Your consideration and the opportunity to share our company background are greatly appreciated. Company overview: Champion Fire Systems, Inc. President: James Shehan 12170 Santa Margarita Court Vice President: Brian Klock Rancho Cucamonga, CA 91730 24/7 Phone#909-483-9789 Fax: 909-484-9670 California State License: C-16 & C-10 #710918 Years in Business: Celebrating our 25th year, Champion Fire Systems, Inc. is a Fire Protection Company with the corporate office located in Rancho Cucamonga, California. We started our business on May 15, 1995. The owners, senior staff and field personnel have decades of experience in the industry. 4 Page 86 Services includes: Title 19/NFPA 25 Inspections Five Year Certification Regulation 4 testing Annual Fire Alarm Certification Fire Extinguisher Testing Clean Agent Testing UL Listed Fire Alarm ServiceUL Central Station Monitoring Fire Pump Testing Kitchen Hood System Testing Standpipe Testing Fire Hydrant Testing NFPA 72 Alarm Testing Special Hazard Testing Hydro Testing 5 Page 87 Experience: Listed below are a variety of agencies we are currently contracted with: Los Angele World Airports(LAX): Testing, maintenance, and repairs of Fire Alarm, Fire Sprinkler, Standpipes, and Special Hazard systems throughout the airport. History: 2006 -present CalTrans (San Bernardino & Glendale locationsh Testing, maintenance, and repairs of Fire Alarm, Fire Sprinkler, Standpipes, and Pre-action systems. History: 2012 -present. Superior Court of California, County of Orange: Testing, maintenance, and repairs of Fire Alarm, Fire Sprinkler, Standpipes, and Pre-action systems. History: 2012 -present John Wayne Airport: Testing, maintenance, and repairs of Fire Alarm, Fire Sprinkler, Standpipes, and Special Hazard systems throughout the airport. History: 2008 -present California Department of Corrections Rehabilitation (multiple locationsh. Testing, maintenance, and repairs of Fire Alarm, Fire Sprinkler, Standpipes, and Special Hazard systems throughout the prisons. History: 2012 -present 6 Page 88 Third Party/ Subcontractor: A Plus Fire Protection Scott Bruce Smith Sole Owner 4654-B E. Ave. S, #118 Palmdale, CA 93552 Lic# 677587 Association Date: 9/22/1993 —C16 Note: A Plus Fire Protection will only be performing the fire door and roof hatch testing. Per NFPA 80. All other service will be done by Champion Fire Systems, Inc. 7 Page 89 Staff Biographies: Below is a list of Champion Fire Systems, Inc. employee/team members with brief resume that will handle your project. James Shehan 39 Years Fire Protection Professional Experience C-16 Lic #710918 C-10 Lic #710918 UL300 Certified Installer FM200 DuPont Certified Installer/Designer Regulation 4 Certified Tester#4066 California State Fire Marshall EE Lic #18711 Brain Klock 25 Years Fire Protection Professional Experience C-16 Lic #788711 California State Fire Marshall EE Lic #18712 Anthony Liuzzi 17 Years Fire Protection Professional Experience UL300 Buckeye Certified Installer FireTrace Automatic Fire Suppression Systems Certified California State Fire Marshall EE Lic. #19634 Skye Jacquet 22 Years Fire Alarm Professional Experience Ola Milbes, MBA 11 Years Division Manager— Service Department Mike Vogel, LEED AP 10 Years Account Manager Currently, Champion Fire Systems, Inc. has 20 field service employees. 8 Page 90 Proposal Response: Testing Procedures: Fire Extinguishers: Inspection, maintenance, Testing and recharge periods for portable fire extinguishers: Periodic inspection of fire extinguishers shall include a check of at least the following items: 1. Location in designated place. 2. No obstructions to access or visibility. 3. Operating instructions on nameplate legible and facing outward. 4. Safety seals and tamper indicators not broken or missing. 5. Fullness determined by weighing or"hefting." 6. Examinations for obvious physical damage, corrosion, leakage, or clogged nozzle. 7. Pressure gauge reading or indicator in the operable range or position. 8. Condition of tires, wheels, carriage, hose, and nozzle checked(for wheel units). 9. Label in place. Maintenance procedures shall include a thorough examination of the basic elements of a fire extinguisher: 1. Mechanical parts of all fire extinguishers. 2. Extinguishing agent of cartridge or cylinder-operated dry chemical stored chemical, stored pressure, loaded stream, and pump tank fire extinguishers. 3. Expelling means of all fire extinguishers. Internal examination during annual maintenance is not required for non-rechargeable fire extinguishers, carbon dioxide fire extinguishers, or stored pressure fire extinguishers, except for those types specified in 6.3.1.1. Maintenance is to be performed by a trained person who has undergone the instructions necessary to reliably perform maintenance and has the manufacturer's service manual. Maintenance, servicing, and recharging, are to be performed by trained persons having available the appropriate servicing manual(s), the proper types of tools, recharging materials, lubricants, and manufacturer's recommended replacement parts or parts specifically listed for use in the fire extinguishers. Maintenance is to be performed in full compliance with the maintenance requirements of NFPA-10. 9 Page 91 Waterflow Switches- Wet Pipe Systems: Vane Type There should be a valve downstream of the flow switch, preferably at the far end of the system, but it may be immediately after the flow switch. The valve should be marked Inspectors Test Valve per NFPA13. The valve should also have a reduced orifice equal to the smallest sprinkler on the system per NFPA 13. The output of the valve should be piped to a spot where it will not cause any water damage. Open the valve and allow the water to flow, after the retard time expires, the switch will trip. If the device does not operate check to make sure 10 gpm is flowing out of the test valve. If possible, place a 5-gallon bucket under the output of the valve. If the bucket can be filled in 30 seconds then the valve is flowing 10 gpm. If a hose needs to be connected to the test valve to prevent water damage, the hose should be 5/8" ID, and as short as possible to reduce friction loss. Pressure Type The preferred method is to open the inspectors test valve at the end of the system similar to the method for testing vane type flow switches. This test also causes the clapper of the alarm valve to open. Another test method is to open the normally closed alarm by-pass valve that connects the supply water directly to the pressure switch. This is usually a 1/2" or 3/4"ball valve. On most systems there will be two ball valves between the pressure switch and the alarm valve. One of these is the normally closed by-pass valve that is only opened for testing. The other valve is a normally open alarm shut off valve. It is used to either silence the pressure switch in an actual alarm or to disable it if water must be flowed into the system. The pressure switch should be installed on top of a retard chamber or a pressure switch with a built-in retard should be used. If the switch is installed on top of the retard chamber, it will activate as soon as the retard chamber fills. The time delay provided by a retard chamber will vary depending on the water supply pressure at the time. The time delay provided by a pressure switch with a built-in retard will remain constant. As long as the pressure at the switch is at least 6 psi, the switch will trip after the retard times expires. Sprinkler System Supervision Includes Water supply control valves shall be supervised to obtain a distinctive signal when in an off normal position, within 2 revolutions of the handwheel, or when the valve has moved 115 from its normal position. The switch shall not restore to a normal condition throughout the entire travel of the valve, until it is restored to a fully open position. When connected to a fire alarm panel, a Supervisory signal must be visually or audibly distinctive from both Alarm and Trouble signals. Water flow and supervisory devices cannot be connected on the same initiating circuit so that the closing of a valve is annunciated as a"trouble" condition. 10 Page 92 Exhibits: A-H 11 Page 93 i City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT A"CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT It is the policy of the City and RCFPD to prevent personal or organizational conflict of interest, or the appearance of such conflict of interest, in the award and administration of City and RCFPD Contracts, including, but not limited to Contracts for Professional Services Agreements ("PSA")with potential Vendors, I do not have specific knowledge of confidential information regarding RFP responses received in response to the Request for Proposal "RFP"#20/21-003 for Fire Suppression Systems Maintenance. I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any RFP response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any RFP response, or removal of same from designated areas. I, the undersigned, hereby certify that the following statements are true and correct and that I understand and agree to be bound by co mitments contained herein. (Print fume) (Relationship to the City) GGa�n ��HG (Relationship to the Vendors) (Signature) 5 (Date) i Must be included in final RFP submittal. Page 21 of 29 Page 94 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance j I "EXHIBIT B" PROFESSIONAL.SERVICES AGREEMENT EXCEPTIONS SUMMARY I, Mark the appropriate choice, below: Vendors accepts the PSA without exception. OR Vendors proposes exceptions to the PSA. Summarize all exceptions on a separate document. Enclose a written summary of each change and title as "Exception Summary", which shall include the Vendors' rationale for proposing each such exception. Each exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the submi a sunpmary may deem the response as non-responsive. G Signature Printed Name Title �lJ Date Must be included in final RFP submittal, i 1 i Page 22 of 29 i Page 95 E F City of Rancho Cucamonga E Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT C"ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO PROVIDE AND MAINTAIN COVERAGES SPECIFIED ow I, 2 /Oc'44— the lilj Q (President, Secretary, Manager, Owner or Representative) of �YJ i''C� S. . L• , certify that the (Name of Company, Corporation or ner) Specifications and General Provisions regarding insurance requirements as stated within the Professional Services Agreement (PSA), for the Purchase Contract designated Request for Proposal ("RFP") for#20/21-003 for Fire Suppression Systems Maintenance have been read and understood and that our Vendors is able to provide and maintain the coverage as specified in the PSA. Failure to provide said coverage, upon request to finalize the PSA prior to award shall be sufficient cause for immediate disqualification of award. Failure to main ain said coverage shall result in termination of the contract. Signature Printed Name Title J� Zv Date j Must be included in fina/RFP submittal. 3 i I 1 Page 23 of 29 Page 96 i City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance i "EXHIBIT D"ADDENDUM ACKNOWLEDGEMENT The Vendors hereby acknowledges the following Addenda Number(s) to this RFP have been received, if any. Vendors understands failure to acknowledge any addenda issued may cause the RFP response to be considered non-responsive. It is the Vendors' responsibility to log into the Planet Bids System to identify and download the number of addenda that have been posted. Ah • V Signature Printed Name Title Date i Must be included in final RFP submittal. i Page 24 of 29 Page 97 I I City of Rancho Cucamonga i :. Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance i "EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM I certify that neither Vor)nor any of its proposed subcontractors are not currently listed on the govern entwide exclugfons in the System for Award Management (SAM), in accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 Q CFR part 1989 Comp., p, 235), and that neither Vendor nor any of its proposed subcontractors are tax ,I delinquent with the State of California. I acknowledge that if Vendors or any of its subcontractors subsequently are placed under suspension or debarment by a local, state or federal government entity, or if Vendors or any of its subcontractors subsequently become delinquent in California taxes, our Proposal will be disqualified. Signature Printed Name Title V I CiCJ i Date Must be included in final RFP submittal. i Page 25 of 29 Page 98 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT F" PARTICIPATION CLAUSE jIt is hereby understood that other government entities, such as cities, counties, and special/school districts may utilize t is RFP response at their option for equipment or services at the RFP response price for a period of 1 days. Said entities shall have the option to participate in any award made because of this solicitation. i Any such piggy-back awards will be made independently by each agency, and the City and RCFPD is not an agent, I partner or representative of these agencies and is not obligated or liable for any action of debts that may arise out of such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of its own order placement and payments of the Vendors. Successful Vendors will extend prices as proposed herein to other governmental agencies,please specify. YES NO Must be included in final RFP submittal, i i' Page 26 of 29 I Page 99 a City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT G" REFERENCES WORKSHEET The following References Worksheet must be complete, please do not mark "See Attached". This Exhibit must k be complete and uploaded into the Planet Bid system under the applicable "Response Type" section. Provide a minimum of four (4) clients that are similar in size to the City and RCFPD that your company has conducted comparable or like services, Preferred references should be government agencies and be a current customer within the past three (3)years. Please verify accuracy of contact information. I To be submitted as an attachment in the Planet Bid system under the"Response Type" section identified as "Exhibit W. i Company Name Contact Name and Title L/y �O5S Company Address Contact Telephone Number V 6P3 Contact Email Description of Comparative Services and Project Cost (please be specific) �''�e1S�� i .� f �rh.► Company Name Contact Name and Title Company Address ..-Contact Telephone Number ber . ........... - _......�_��.-.�.-. .-.-.-..- V -...-_.............--................. �...__ �-; -3S3r -.-w �- -�--.-.-.-.--. .-. -.-.a-.. -s.-. .. ..................................._....... Contact Email / `� " r `j a fr.G --C�l R C.+�4 �01� Description of Comparative Services and Project Cost (please be specific) i J Page 27 of 29 Page 100 i City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance min= MEN= ! 1 3 Company Name OT Contact Name and Title Company Address /Oti iC/n� / f Contact Telephone Number516 Contact Email (� I Description of Comparative Services and Project Cost (please be specific) Company Name Contact Name and Title .. - -- .. � - .._Company-Address.---_--...................._.-...-_.-.-.-..--.--........_--.---.-_�/„�'7X� I -- Contact Telephone Number `7�7` �oc — •.. .3C�.�............ ......._..-.-..-.-.--.-.- .............-.-.-. Contact Email ( � � ve-1 • �� / U Description of Comparative Services and Project Cost(please be specific) i i i Page 28 of 29 Page 101 City of Rancho Cucamonga Request for Proposals("RFP")#19/20-006 for Fire Suppression Systems Maintenance "EXHIBIT H"SIGNATURE OF AUTHORITY The undersigned firm declares that he has carefully examined the specifications and read the above terms and conditions, and hereby proposes and agrees, if this RFP response is accepted, to furnish all material in I accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost amounts set forth in the following RFP response. THE VENDORS IN SUBMITTING THIS RFP RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO DO SO MAY DEEM YOUR RFP RESPONSE AS NON-RESPONSIVE. Company Name: Address: (Street,Su.#City,State,Zip) f /.0 comma» � Telephone#: �If3 Fax#: / q E-mail address: Web Address: Authorized Representative: (print) Title: i I Signat e: Date: 15 Z� I Must be included in final RFP submittaL I Page 29 of 29 Page 102 3 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 City Facilities Annual Fire Suppression System Maintenance Description Quantity Unit Unit Price Total Animal Care Center 11780 Arrow Route(5,500 sq.ft.) Fire Extinguisher-Type ABC- 5 Lbs 9 EA $ 18.00 $ 162.00 System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 857.00 Archibald Library 7368 Archibald Ave. (25,000 sq.ft.) Fire Extinguisher-Type ABC-5 Lbs 8 EA $ 18.00 $ 144.00 System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 839.00 Central Park 11200 Base Line Road (57,000 sq.ft.) Ansul Hood - R-102 (Semi-Annual Maintenance of Two Hood Systems) 4 EA $ 150.00 $ 600.00 Fire Extinguisher-Type ABC- 10 Lbs 3 EA $ 18.00 $ 54.00 Fire Extinguisher-Type ABC- 5 Lbs 11 EA $ 18.00 $ 198.00 Fire Extinguisher-Type ABC- 6 Lbs 15 EA $ 18.00 $ 270.00 Fire Extinguisher-Type K- 6 Litre 3 EA $ 18.00 $ 54.00 Rolling Drop Door 1 EA $ 540.00 $ 540.00 System Risers-Wet 2 EA $ 695.00 $ 1,390.00 Total $ 3,106.00 City Hall 10500 Civic Center Drive (100,000 sq.ft.) Fire Extinguisher-Type ABC-5 Lbs 60 EA $ 18.00 $ 1,080.00 Pre-Action Systems 3 EA $ 375.00 $ 1,125.00 Rolling Drop Door 1 EA $ 540.00 $ 540.00 System Risers -Wet 1 EA $ 660.00 $ 660.00 Total $ 3,405.00 Fleet Vehicles 9153 9th Street Fire Extinguisher-Type ABC- 10 Lbs 4 EA $ 18.00 $ 72.00 Fire Extinguisher-Type ABC- 2.5 Lbs 205 EA $ 18.00 $ 3,690.00 Fire Extinguisher-Type ABC-5 Lbs 65 EA $ 18.00 $ 1,170.00 Total $ 4,932.00 Page 1 of 9 8/12[2020, 3:08 PM Page 103 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 Household Hazardous Waste Facility 8,800 Hellman Ave. (4,000 sq.ft) Fire Extinguisher-Type ABC- 10 Lbs 1 EA $ 18.00 $ 18.00 Fire Extinguisher-Type ABC- 5 Lbs 3 EA $ 18.00 $ 54.00 System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 767.00 Lions Center East 9191 Base Line Road Fire Extinguisher-Type ABC-5 Lbs 10 EA $ 18.00 $ 180.00 Total $ 180.00 Lions Center West 9161 Base Line Road(10,000 sq.ft.) Fire Extinguisher-Type ABC- 5 Lbs 9 EA $ 18.00 $ 162.00 System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 857.00 Public Safety 10510 Civic Center Drive(40,000 sq.ft.) Fire Extinguisher-Type ABC- 10 Lbs 3 EA $ 18.00 $ 54.00 Fire Extinguisher-Type ABC- 20 Lbs 3 EA $ 18.00 $ 54.00 Fire Extinguisher-Type ABC- 5 Lbs 25 EA $ 18.00 $ 450.00 Fire Hoses 4 EA $ 100.00 $ 400.00 System Risers -Wet 1 EA $ 695.00 $ 695.00 Total $ 1,653.00 Public Works Admin/Fleet/Warehouse, 8794 Lion Street (45,000 sq.ft.) Fire Extinguisher-Type ABC- 10 Lbs 16 EA $ 18.00 $ 288.00 Fire Extinguisher-Type ABC- 5 Lbs 89 EA $ 18.00 $ 1,602.00 Fire Extinguisher-Type CO2 - 10 Lbs 1 EA $ 18.00 $ 18.00 System Risers-Wet 3 EA $ 430.00 $ 1,290.00 Total $ 3,198.00 R.C.M.U. Substation 8313 Rochester Ave. (1,200 sq.ft.) Fire Extinguisher-Type ABC-5 Lbs 1 EA $ 25.00 $ 25.00 Total 1 $ 25.00 $ 25.00 Page 2 of 9 8/12 2020, 3:08 PM age 104 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 RC Family Resource Center 9791 Arrow Route(11,000 sq.ft.) Fire Extinguisher-Type ABC- 5 Lbs 6 EA $ 18.00 $ 108.00 System Risers -Wet 1 EA $ 695.00 $ 695.00 Total 7 $ 713.00 $ 803.00 RC Sports Center 8303 Rochester Ave. (50,000 sq.ft.) Fire Extinguisher-Type ABC-5 Lbs 15 EA $ 18.00 $ 270.00 System Risers-Wet 2 EA $ 497.50 $ 995.00 Total 17 $ 515.50 $ 1,265.00 RC Sports Complex(Epicenter) 8408 Rochester Ave. (1,590+sq.ft.) Ansul Hood - R-102 (Semi-Annual Maintenance of Two Hood Systems) 4 EA $ 150.00 $ 600.00 Concession Drop Doors 5 EA $ 270.00 $ 1,350.00 Fire Extinguisher-Type ABC- 10 Lbs 10 EA $ 18.00 $ 180.00 Fire Extinguisher-Type ABC- 5 Lbs 48 EA $ 18.00 $ 864.00 System Risers -Wet 3 EA $ 695.00 $ 2,085.00 Total $ 5,079.00 Victoria Gardens Cultural Center 12505 Cultural Center Drive (67,000 sq.ft.) Ansul Hood - R-102 (Semi-Annual Maintenance of One Hood System) 2 EA $ 150.00 $ 300.00 Fire Extinguisher-Type ABC- 10 Lbs 8 EA $ 18.00 $ 144.00 Fire Extinguisher-Type ABC- 17 Lbs 2 EA $ 18.00 $ 36.00 Fire Extinguisher-Type ABC- 5 Lbs 43 EA $ 18.00 $ 774.00 Fire Extinguisher-Type BC-5 Lbs 1 EA $ 18.00 $ 18.00 Fire Extinguisher-Type K- 1.59 Gal 1 EA $ 18.00 $ 18.00 Fire Roof Hatches 8 EA $ 270.00 $ 2,160.00 Rolling Drop Door 3 EA $ 270.00 $ 810.00 System Risers-Wet 7 EA $ 355.00 $ 2,485.00 Total $ 6,745.00 Victoria Gardens Police Substation 7743 Kew Ave. Fire Extinguisher-Type ABC- 5 Lbs 4 EA $ 18.00 $ 72.00 Total $ 72.00 Total $ 33,783.00 Page 3 of 9 8/12 2020, 3:08 PM age 105 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 City Facilities Five Year Sprinkler Testing Description Quantity Unit Unit Price Total Animal Care Center 11780 Arrow Route(5,500 sq.ft.) System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 695.00 Archibald Library 7368 Archibald Ave. (25,000 sq.ft.) System Risers-Wet 8 EA $ 695.00 $ 5,560.00 Total $ 5,560.00 Central Park 11200 Base Line Road (57,000 sq.ft.) System Risers-Wet 2 EA $ 695.00 $ 1,390.00 Total $ 1,390.00 City Hall 10500 Civic Center Drive(100,000 sq.ft.) Pre-Action Systems 3 EA $ 375.00 $ 1,125.00 System Risers-Wet 1 EA $ 660.00 $ 660.00 Total $ 1,785.00 Household Hazardous Waste Facility 8,800 Hellman Ave. (4,000 sq.ft) System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 695.00 Lions Center West 9161 Base Line Road (10,000 sq. ft.) System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 695.00 Public Safety 10510 Civic Center Drive(40,000 sq.ft.) System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 695.00 Page 4 of 9 8/12 2020, 3:08 PM age 106 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 Public Works Admin/Fleet/Warehouse 8794 Lion Street(45,000 sq.ft.) System Risers-Wet 3 EA $ 430.00 $ 1,290.00 Total $ 1,290.00 RC Family Resource Center 9791 Arrow Route(11,000 sq.ft.) System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 695.00 RC Sports Center 8303 Rochester Ave. (50,000 sq.ft.) System Risers-Wet 2 EA $ 497.50 $ 995.00 Total $ 995.00 RC Sports Complex(Epicenter) 8408 Rochester Ave. (1,590+sq.ft.) System Risers-Wet 3 EA $ 695.00 $ 2,085.00 Total $ 2,085.00 Victoria Gardens Cultural Center 12505 Cultural Center Drive(67,000 sq.ft.) System Risers-Wet 7 EA $ 355.00 $ 2,485.00 Total $ 2,485.00 Total $ 19,065.00 Page 5 of 9 8/12 2020, 3:08 PM age 107 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 Fire Facilities Annual Fire Suppression System Maintenance Description Quantity Unit Unit Price Total Fire Station 171 6627 Amethyst Street(7,200 sq.ft.) Fire Extinguisher- 2-A:10-B:C 4 $ 18.00 $ 72.00 Fire Extinguisher-4-A:40-B:C 1 $ 18.00 $ 18.00 Total $ 90.00 Fire Station 172 162 San Bernardino Road (6,549 sq.ft.) Fire Extinguisher- 10 Lbs 2 $ 18.00 $ 36.00 Fire Extinguisher- 20 Lbs 1 $ 18.00 $ 18.00 Fire Extinguisher- 33 Lbs 1 $ 18.00 $ 18.00 Total $ 72.00 Fire Station 173 12270 Firehouse Court(11,787 sq.ft.) Fire Extinguisher-ABC- 10 Lbs 11 $ 18.00 $ 198.00 Fire Extinguisher-ABC- 20 Lbs 4 $ 18.00 $ 72.00 Fire Extinguisher- METAL-30 Lbs 3 $ 18.00 $ 54.00 Fire Extinguisher- PW- 2.5 Gal 9 $ 18.00 $ 162.00 System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 1,181.00 Fire Station 174 11297 Jersey Blvd. (19,200 sq.ft.) Fire Extinguisher- 10-A:60-B:C 2 $ 18.00 $ 36.00 Fire Extinguisher- 2-A:10-B:C 2 $ 18.00 $ 36.00 Fire Extinguisher-4-A:60-B:C 6 $ 18.00 $ 108.00 Fire Extinguisher- MET-L-X DRY 1 $ 18.00 $ 18.00 Fire Extinguisher-WATER-5 Gal 2 $ 18.00 $ 36.00 Gas Supression Systems 1 $ 795.00 $ 795.00 Pre-Action Systems 1 $ 695.00 $ 695.00 System Risers -Wet 1 $ 695.00 $ 695.00 Total $ 2,419.00 Page 6 of 9 8/12 2020, 3:08 PM age 108 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 Fire Station 175 111808 Banyan Street(14,817 sq.ft.) Fire Extinguisher- 10-A:60-B:C 3 $ 18.00 $ 54.00 Fire Extinguisher- 1-A:10-B:C 3 $ 18.00 $ 54.00 Fire Extinguisher-4-A:40B:C 2 $ 18.00 $ 36.00 Fire Extinguisher-4-A:60-B:C 9 $ 18.00 $ 162.00 Fire Extinguisher- CLASS 2A 3 $ 18.00 $ 54.00 Fire Extinguisher- CLASS D 1 $ 18.00 $ 18.00 System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 1,073.00 Fire Station 176 5840 East Avenue (9,594 sq.ft.) Fire Extinguisher- 20-A 120BC 1 $ 18.00 $ 18.00 Fire Extinguisher- 2A 1 $ 18.00 $ 18.00 Fire Extinguisher- 2-A:10-B:C 4 $ 18.00 $ 72.00 Fire Extinguisher-4-A:80-B:C 1 $ 18.00 $ 18.00 Fire Extinguisher- CLASS D 1 $ 18.00 $ 18.00 System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 839.00 Fire Station 177 9270 Rancho Street(8,330 sq.ft.) Fire Extinguisher-ABC- 17 Lbs 1 $ 18.00 $ 18.00 Fire Extinguisher-ABC- 20 Lbs 1 $ 18.00 $ 18.00 Fire Extinguisher-ABC- 5 Lbs 6 $ 18.00 $ 108.00 Fire Extinguisher- MET LX CLASS D 1 $ 18.00 $ 18.00 Fire Extinguisher- PW CLASS A 2 $ 18.00 $ 36.00 System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 893.00 Jersey Fire Shop 11297 Jersey Blvd. Fire Extinguisher-ABC 12 EA $ 18.00 $ 216.00 System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 911.00 Total $ 7,478.00 Page 7 of 9 8/12L2020, 3:08 PM Page 109 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 Fire Facilities Five Year Sprinkler Testing Description Quantity Unit Unit Price Total Fire Station 173 12270 Firehouse Court(11,787 sq.ft.) System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 695.00 Fire Station 174 11297 Jersey Blvd. (19,200 sq.ft.) Pre-Action Systems 1 $ 695.00 $ 695.00 System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 1,390.00 Fire Station 175 111808 Banyan Street(14,817 sq.ft.) System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 695.00 Fire Station 176 5840 East Avenue(9,594 sq.ft.) System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 695.00 Fire Station 177 9270 Rancho Street(8,330 sq.ft.) System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 695.00 Jersey Fire Shop 11297 Jersey Blvd. System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 695.00 Total $ 4,865.00 Page 8 of 9 8/12 2020, 3:08 PM age 110 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 Extra Work Labor Schedule Description Quantity Unit Unit Price Total After Hours 1 $ 235.00 $ 235.00 Holiday Hours 1 $ 255.00 $ 255.00 Regular Working Hours 1 $ 225.00 $ 225.00 Additional Charges Description Quantity Unit Unit Price Total 12-year hydro test per fire extinguisher bottle tested. 1 EA $ 38.00 $ 38.00 6-year tear down on ABC Fire Extinguishers 1 EA $ 25.00 $ 25.00 20% mark-up on list price for fire extinguisher parts. Page 9 of 9 8/12L2020, 3:08 PM I�2 ge 111 CITY OF RANCHO CUCAMONGA DATE: October 7, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Veronica Lopez, Accounts Payable Supervisor SUBJECT: Consideration to Approve Bi-Weekly Payroll in the Amount of$1,942,989.57 and Weekly Check Registers (Excluding Checks Issued to Southern California Gas Company) in the Amount of $7,751,875.15 Dated September 08, 2020 Through September 27, 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 MISSION /VISION / GOAL(S) ADDRESSED: N/A ATTACHMENTS: Attachment 1 - Weekly Check Registers Page 112 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Cu Fire Amount AP 00011244 09/09/2020 ABSOLUTE SECURITY INTERNATIONAL INC 3,379.00 0.00 3,379.00 AP 00011245 09/09/2020 BUREAU OF RECLAMATION 847.43 0.00 847.43 AP 00011246 09/09/2020 CALIF GOVERNMENT VEBA/RANCHO CUCAMONGA 23,491.61 0.00 23,491.61 AP 00011247 09/09/2020 RCCEA 1,798.25 0.00 1,798.25 AP 00011248 09/09/2020 RCPFA 12,449.29 0.00 12,449.29 AP 00011249 09/10/2020 AIRGAS USA LLC 1,513.54 0.00 1,513.54 AP 00011250 09/10/2020 APPLIED CONCEPTS INC 1,027.08 0.00 1,027.08 AP 00011251 09/10/2020 BRODART BOOKS CO 12,918.66 0.00 12,918.66 AP 00011252 09/10/2020 CARQUEST AUTO PARTS 383.68 0.00 383.68 AP 00011253 09/10/2020 CITRUS MOTORS ONTARIO INC 1,130.08 0.00 1,130.08 AP 00011254 09/10/2020 DIAMOND ENVIRONMENTAL SERVICES 1,104.20 0.00 1,104.20 AP 00011255 09/10/2020 ECS IMAGING INC 1,750.00 0.00 1,750.00 AP 00011256 09/10/2020 EMCOR SERVICES 4,375.00 0.00 4,375.00 AP 00011257 09/10/2020 HOSE MAN INC 33.20 277.58 310.78 *** AP 00011258 09/10/2020 MINUTEMAN PRESS 183.18 0.00 183.18 AP 00011260 09/10/2020 OFFICE DEPOT 4,507.36 1,871.36 6,378.72 *** AP 00011261 09/10/2020 PSA PRINT GROUP 88.36 0.00 88.36 AP 00011262 09/10/2020 SIEMENS MOBILITY INC 9,928.00 0.00 9,928.00 AP 00011263 09/10/2020 SOUTHERN CALIFORNIA NEWS GROUP 7,361.60 586.40 7,948.00 *** AP 00011264 09/10/2020 SUNRISE FORD 2,265.32 0.00 2,265.32 AP 00011265 09/16/2020 ABSOLUTE SECURITY INTERNATIONAL INC 13,115.40 0.00 13,115.40 AP 00011266 09/16/2020 CALPINE ENERGY SERVICES LP 102,000.00 0.00 102,000.00 AP 00011267 09/16/2020 ELECNOR BELCO ELECTRIC INC 8,729.74 0.00 8,729.74 AP 00011268 09/16/2020 FEHR&PEERS 2,290.00 0.00 2,290.00 AP 00011269 09/16/2020 RC CONSTRUCTION SERVICES INC 368,623.05 1,105,869.12 1,474,492.17 *** AP 00011270 09/16/2020 SAN BERNARDINO COUNTY 2,700.00 0.00 2,700.00 AP 00011271 09/16/2020 U S DEPARTMENT OF ENERGY 8,843.61 0.00 8,843.61 AP 00011272 09/16/2020 WESTERN RENEWABLE ENERGY GENERATION INFO 75.97 0.00 75.97 AP 00011273 09/23/2020 AHUMADA,ALEXANDER R 0.00 630.56 630.56 AP 00011274 09/23/2020 ALMAND,LLOYD 0.00 630.56 630.56 AP 00011275 09/23/2020 BANTAU,VICTORIA 0.00 539.86 539.86 AP 00011276 09/23/2020 BAZAL,SUSAN 0.00 743.03 743.03 AP 00011277 09/23/2020 BELL,MICHAEL L 0.00 1,723.24 1,723.24 AP 00011278 09/23/2020 BERRY,DAVID 0.00 864.82 864.82 AP 00011279 09/23/2020 BROCK,ROBIN 0.00 1,176.90 1,176.90 AP 00011280 09/23/2020 CAMPBELL,GERALD 0.00 864.82 864.82 AP 00011281 09/23/2020 CAMPBELL,STEVEN 0.00 1,189.23 1,189.23 AP 00011282 09/23/2020 CARNES,KENNETH 0.00 539.86 539.86 AP 00011283 09/23/2020 CLABBY,RICHARD 0.00 1,189.78 1,189.78 AP 00011284 09/23/2020 CLOUGHESY,DONALD R 0.00 2,281.91 2,281.91 AP 00011285 09/23/2020 CORCORAN,ROBERT ANTHONY 0.00 792.12 792.12 AP 00011286 09/23/2020 COSTELLO,DENNIS M 0.00 2,281.91 2,281.91 AP 00011287 09/23/2020 COX,KARL 0.00 630.56 630.56 AP 00011288 09/23/2020 CRANE,RALPH 0.00 630.56 630.56 AP 00011289 09/23/2020 CROSSLAND,WILBUR 0.00 539.86 539.86 AP 00011290 09/23/2020 CURATALO,JAMES 0.00 1,176.90 1,176.90 AP 00011291 09/23/2020 DAGUE,JAMES 0.00 1,127.81 1,127.81 User: VLOPEZ-VERONICA LOPEZ Page: 1 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 iine: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00011292 09/23/2020 DE ANTONIO,SUSAN 0.00 792.12 792.12 AP 00011293 09/23/2020 DEANS,JACKIE 0.00 245.78 245.78 AP 00011294 09/23/2020 DOMINICK,SAMUEL A. 0.00 1,176.90 1,176.90 AP 00011295 09/23/2020 EAGLESON,MICHAEL 0.00 1,723.24 1,723.24 AP 00011296 09/23/2020 EGGERS,BOB 0.00 1,735.57 1,735.57 AP 00011297 09/23/2020 FEJERAN,TIM 0.00 1,588.41 1,588.41 AP 00011298 09/23/2020 FRITCHEY,JOHN D. 0.00 539.86 539.86 AP 00011299 09/23/2020 INTERLICCHIA,ROSALYN 0.00 245.78 245.78 AP 00011300 09/23/2020 JERKINS,PATRICK 0.00 1,588.41 1,588.41 AP 00011301 09/23/2020 KILMER,STEPHEN 0.00 1,189.78 1,189.78 AP 00011302 09/23/2020 KIRKPATRICK,WILLIAM M 0.00 1,666.26 1,666.26 AP 00011303 09/23/2020 LANE,WILLIAM 0.00 630.56 630.56 AP 00011304 09/23/2020 LARKIN,DAVID W 0.00 1,588.41 1,588.41 AP 00011305 09/23/2020 LEE,ALLAN J. 0.00 1,127.81 1,127.81 AP 00011306 09/23/2020 LENZE,PAUL E 0.00 1,487.34 1,487.34 AP 00011307 09/23/2020 LONCAR,PHILIP 0.00 1,189.78 1,189.78 AP 00011308 09/23/2020 LONGO,JOE 0.00 200.43 200.43 AP 00011309 09/23/2020 LUTTRULL,DARRELL 0.00 539.86 539.86 AP 00011310 09/23/2020 MACKALL,BEVERLY 0.00 200.43 200.43 AP 00011311 09/23/2020 MAYFIELD,RON 0.00 630.56 630.56 AP 00011312 09/23/2020 MCKEE,JOHN 0.00 630.56 630.56 AP 00011313 09/23/2020 MCNEIL,KENNETH 0.00 630.56 630.56 AP 00011314 09/23/2020 MICHAEL,L.DENNIS 0.00 1,176.90 1,176.90 AP 00011315 09/23/2020 MORGAN,BYRON 0.00 1,792.73 1,792.73 AP 00011316 09/23/2020 MYSKOW,DENNIS 0.00 1,189.78 1,189.78 AP 00011317 09/23/2020 NAUMAN,MICHAEL 0.00 539.86 539.86 AP 00011318 09/23/2020 NEE,RON 0.00 743.03 743.03 AP 00011319 09/23/2020 O'BRIEN,TOM 0.00 1,281.58 1,281.58 AP 00011320 09/23/2020 PLOUNG,MICHAEL J 0.00 563.78 563.78 AP 00011321 09/23/2020 POST,MICHAEL R 0.00 1,280.32 1,280.32 AP 00011322 09/23/2020 PROULX,PATRICK 0.00 1,723.24 1,723.24 AP 00011323 09/23/2020 REDMOND,MIKE 0.00 630.56 630.56 AP 00011324 09/23/2020 ROBERTS,BRENT 0.00 792.12 792.12 AP 00011325 09/23/2020 ROBERTS,CHERYL L 0.00 2,281.91 2,281.91 AP 00011326 09/23/2020 ROEDER,JEFF 0.00 1,723.24 1,723.24 AP 00011327 09/23/2020 SALISBURY,THOMAS 0.00 630.56 630.56 AP 00011328 09/23/2020 SMITH,RONALD 0.00 539.86 539.86 AP 00011329 09/23/2020 SORENSEN,SCOTT D 0.00 1,625.06 1,625.06 AP 00011330 09/23/2020 SPAGNOLO,SAM 0.00 539.86 539.86 AP 00011331 09/23/2020 SPAIN,WILLIAM 0.00 864.82 864.82 AP 00011332 09/23/2020 SULLIVAN,JAMES 0.00 539.86 539.86 AP 00011333 09/23/2020 TAYLOR,STEVEN 0.00 1,975.24 1,975.24 AP 00011334 09/23/2020 TULEY,TERRY 0.00 1,723.24 1,723.24 AP 00011335 09/23/2020 VANDERKALLEN,FRANCIS 0.00 630.56 630.56 AP 00011336 09/23/2020 VARNEY,ANTHONY 0.00 1,176.90 1,176.90 AP 00011337 09/23/2020 WALTON,KEVIN 0.00 1,588.41 1,588.41 AP 00011338 09/23/2020 YOWELL,TIMOTHY A 0.00 630.56 630.56 User: VLOPEZ-VERONICA LOPEZ Page: 2 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 iime: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00011339 09/23/2020 CALIF GOVERNMENT VEBA/RANCHO CUCAMONGA 23,491.61 0.00 23,491.61 AP 00011340 09/23/2020 MOFFATT&NICHOL 209,191.30 0.00 209,191.30 AP 00011341 09/23/2020 RCCEA 1,798.25 0.00 1,798.25 AP 00011342 09/23/2020 RCPFA 12,499.29 0.00 12,499.29 AP 00011343 09/23/2020 RE ASTORIA 2 LLC 113,101.39 0.00 113,101.39 AP 00011344 09/23/2020 RICHARDS WATSON AND GERSHON 44,301.16 23,063.48 67,364.64 *** AP 00011345 09/23/2020 RIVERSIDE,CITY OF 11,409.00 0.00 11,409.00 AP 00011346 09/23/2020 SAN BERNARDINO CTY SHERIFFS DEPT 3,372,746.09 0.00 3,372,746.09 AP 00011347 09/23/2020 SARGENT TOWN PLANNING INC 50,840.00 0.00 50,840.00 AP 00011348 09/23/2020 SHELL ENERGY NORTH AMERICA 380,129.56 0.00 380,129.56 AP 00011349 09/24/2020 ABC LOCKSMITHS INC 241.35 0.00 241.35 AP 00011350 09/24/2020 AIRGAS USA LLC 1,574.61 0.00 1,574.61 AP 00011351 09/24/2020 BRODART BOOKS CO 12.86 0.00 12.86 AP 00011352 09/24/2020 CARQUEST AUTO PARTS 130.82 0.00 130.82 AP 00011353 09/24/2020 DIAMOND ENVIRONMENTAL SERVICES 355.65 0.00 355.65 AP 00011354 09/24/2020 DUNN EDWARDS CORPORATION 72.58 0.00 72.58 AP 00011355 09/24/2020 EMCOR SERVICES 19,988.90 980.00 20,968.90 *** AP 00011356 09/24/2020 EWING IRRIGATION PRODUCTS 19.39 0.00 19.39 AP 00011357 09/24/2020 HOLLIDAY ROCK CO INC 16,609.79 0.00 16,609.79 AP 00011358 09/24/2020 HOSE MAN INC 0.00 72.55 72.55 AP 00011359 09/24/2020 MINUTEMAN PRESS 146.02 0.00 146.02 AP 00011362 09/24/2020 OFFICE DEPOT 7,688.02 795.37 8,483.39 *** AP 00011363 09/24/2020 PSA PRINT GROUP 38.79 0.00 38.79 AP 00011364 09/24/2020 SOUTHERN CALIFORNIA NEWS GROUP 7,108.84 0.00 7,108.84 AP 00011365 09/24/2020 SUNRISE FORD 9.20 0.00 9.20 AP 00011366 09/24/2020 THOMPSON PLUMBING SUPPLY INC 3,823.18 0.00 3,823.18 AP 00011367 09/24/2020 VISTA PAINT 416.65 0.00 416.65 AP 00412092 09/09/2020 ABLE BUILDING MAINTENANCE 4,193.75 0.00 4,193.75 AP 00412093 09/09/2020 ADAMSON,ELEANOR 72.00 0.00 72.00 AP 00412094 09/09/2020 AFLAC GROUP INSURANCE 24.58 0.00 24.58 AP 00412095 09/09/2020 ALLIANT INSURANCE SERVICES INC 367.00 0.00 367.00 AP 00412096 09/09/2020 AMTECH ELEVATOR SERVICES 51.00 0.00 51.00 AP 00412097 09/09/2020 AUTO&RV SPECIALISTS INC 17.67 0.00 17.67 AP 00412098 09/09/2020 AYALA,CHRISTA 504.00 0.00 504.00 AP 00412099 09/09/2020 BAKER&TAYLOR LLC 8,083.84 0.00 8,083.84 AP 00412100 09/09/2020 BERNELL HYDRAULICS INC 10.72 0.00 10.72 AP 00412101 09/09/2020 BMI 1,452.00 0.00 1,452.00 AP 00412102 09/09/2020 BRIGHTVIEW LANDSCAPE SERVICES INC 45,359.17 0.00 45,359.17 AP 00412103 09/09/2020 C V W D 0.00 317.75 317.75 AP 00412104 09/09/2020 C V W D 602.90 0.00 602.90 AP 00412109 09/09/2020 C V W D 112,497.77 612.56 113,110.33 *** AP 00412110 09/09/2020 CALIFORNIA,STATE OF 314.11 0.00 314.11 AP 00412111 09/09/2020 CALIFORNIA,STATE OF 127.52 0.00 127.52 AP 00412112 09/09/2020 CALIFORNIA,STATE OF 342.73 0.00 342.73 AP 00412113 09/09/2020 CALIX INC 14,048.75 0.00 14,048.75 AP 00412114 09/09/2020 CART RETRIEVAL INC 635.00 0.00 635.00 AP 00412115 09/09/2020 CCS ORANGE COUNTY JANITORIAL INC 72,880.38 0.00 72,880.38 User: VLOPEZ-VERONICA LOPEZ Page: 3 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 ifme: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412116 09/09/2020 CHARTER COMMUNICATIONS 4,529.39 6,414.96 10,944.35 *** AP 00412117 09/09/2020 CINTAS CORPORATION #150 2,276.49 0.00 2,276.49 AP 00412118 09/09/2020 CONCEPT POWDER COATING 188.00 0.00 188.00 AP 00412119 09/09/2020 CONOR CONSULTING LLC 187.50 0.00 187.50 AP 00412120 09/09/2020 DIG SAFE BOARD 101.69 0.00 101.69 AP 00412121 09/09/2020 DIG SAFE BOARD 101.69 0.00 101.69 AP 00412122 09/09/2020 ENGLISH,DENISE 929.28 0.00 929.28 AP 00412123 09/09/2020 EXPRESS BRAKE SUPPLY INC 433.19 0.00 433.19 AP 00412124 09/09/2020 FEDERAL EXPRESS CORP 30.15 0.00 30.15 AP 00412125 09/09/2020 FIRST LOAN 625.45 0.00 625.45 AP 00412126 09/09/2020 FOOTHILL FAMILY SHELTER 2,500.00 0.00 2,500.00 AP 00412127 09/09/2020 FOOTHILL FAMILY SHELTER 2,500.00 0.00 2,500.00 AP 00412128 09/09/2020 FRONTIER COMM 1,639.60 646.23 2,285.83 *** AP 00412129 09/09/2020 FUEL SERV 0.00 3,750.00 3,750.00 AP 00412130 09/09/2020 G&M BUSINESS INTERIORS 720.72 0.00 720.72 AP 00412131 09/09/2020 GARCIA,MELINDA 132.90 0.00 132.90 AP 00412132 09/09/2020 GLOBAL MUSIC RIGHTS LLC 2,000.00 0.00 2,000.00 AP 00412133 09/09/2020 GRAINGER 1,814.28 0.00 1,814.28 AP 00412134 09/09/2020 GRAPHICS FACTORY PRINTING INC 70.04 0.00 70.04 AP 00412135 09/09/2020 GRAYBAR ELECTRIC COMPANY INC 6,415.22 0.00 6,415.22 AP 00412136 09/09/2020 HARDY&HARPER INC 520,480.17 0.00 520,480.17 AP 00412137 09/09/2020 HELMRICH,PAMELA 88.00 0.00 88.00 AP 00412138 09/09/2020 HERITAGE EDUCATION GROUP 1,509.00 0.00 1,509.00 AP 00412139 09/09/2020 HR GREEN PACIFIC INC 840.00 0.00 840.00 AP 00412140 09/09/2020 HR GREEN PACIFIC INC 18,261.00 0.00 18,261.00 AP 00412141 09/09/2020 INTERSTATE BATTERIES 862.59 0.00 862.59 AP 00412142 09/09/2020 INTERSTATE BATTERIES 0.00 630.34 630.34 AP 00412143 09/09/2020 IRON MOUNTAIN OSDP 1,010.34 0.00 1,010.34 AP 00412144 09/09/2020 ITRON INC 13,448.80 0.00 13,448.80 AP 00412145 09/09/2020 LITTLE BEAR PRODUCTIONS 225.00 0.00 225.00 AP 00412147 09/09/2020 LOWES COMPANIES INC 5,319.18 1,739.41 7,058.59 *** AP 00412148 09/09/2020 MARIPOSA LANDSCAPES INC 49,066.31 2,428.71 51,495.02 *** AP 00412149 09/09/2020 MARK CHRISTOPHER INC 137.27 0.00 137.27 AP 00412150 09/09/2020 MARTINEZ,ERIK 129.40 0.00 129.40 AP 00412151 09/09/2020 MCMASTER-CARR SUPPLY COMPANY 172.26 0.00 172.26 AP 00412152 09/09/2020 MG PETROLEUM INC 200.00 0.00 200.00 AP 00412153 09/09/2020 MIDWEST TAPE 4,392.51 0.00 4,392.51 AP 00412154 09/09/2020 MIJAC ALARM COMPANY 108.00 0.00 108.00 AP 00412155 09/09/2020 MONTGOMERY HARDWARE CO 371.20 0.00 371.20 AP 00412156 09/09/2020 MOSCOSO,JAQUELINE 335.50 0.00 335.50 AP 00412157 09/09/2020 MUFG UNION BANK N.A. 9,710.00 0.00 9,710.00 AP 00412158 09/09/2020 MURILLO,CLARA 651.34 0.00 651.34 AP 00412159 09/09/2020 MUTUAL PROPANE 0.00 637.18 637.18 AP 00412160 09/09/2020 NEW HOME COMPANY,THE 41.92 0.00 41.92 AP 00412161 09/09/2020 ONWARD ENGINEERING 4,400.00 0.00 4,400.00 AP 00412162 09/09/2020 PACIFIC UTILITY INSTALLATION INC 170,297.50 0.00 170,297.50 AP 00412163 09/09/2020 PEP BOYS 8.61 0.00 8.61 User: VLOPEZ-VERONICA LOPEZ Page: 4 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 f3ne: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412164 09/09/2020 PORAC 144.00 0.00 144.00 AP 00412165 09/09/2020 PORAC LEGAL DEFENSE FUND 270.00 0.00 270.00 AP 00412166 09/09/2020 PRE-PAID LEGAL SERVICES INC 60.17 0.00 60.17 AP 00412167 09/09/2020 PRISTINE UNIFORMS LLC 0.00 19.40 19.40 AP 00412168 09/09/2020 RANCHO SMOG CENTER 79.90 0.00 79.90 AP 00412169 09/09/2020 RDO EQUIPMENT COMPANY 200.48 0.00 200.48 AP 00412170 09/09/2020 SAFE-ENTRY TECHNICAL INC 0.00 120.00 120.00 AP 00412171 09/09/2020 SAN BERNARDINO COUNTY SHERIFFS DEPT 2.00 0.00 2.00 AP 00412172 09/09/2020 SAN BERNARDINO COUNTY 0.00 120.00 120.00 AP 00412173 09/09/2020 SAN BERNARDINO CTY AUDITOR CONTROLLER 26.00 0.00 26.00 AP 00412174 09/09/2020 SBPEA 2,379.63 0.00 2,379.63 AP 00412175 09/09/2020 SHERIFFS COURT SERVICES 100.00 0.00 100.00 AP 00412176 09/09/2020 SHRED PROS 68.00 0.00 68.00 AP 00412177 09/09/2020 SOCAL PPE 0.00 815.50 815.50 AP 00412182 09/09/2020 SOUTHERN CALIFORNIA EDISON 7,315.83 4,080.86 11,396.69 *** AP 00412183 09/09/2020 SOUTHERN CALIFORNIA EDISON 28,953.61 0.00 28,953.61 AP 00412184 09/09/2020 STADIUM PLAZA NORTH LLC 20.76 0.00 20.76 AP 00412185 09/09/2020 STOTZ EQUIPMENT 340.36 0.00 340.36 AP 00412186 09/09/2020 TEAM FITZ GRAPHICS LLC 1,982.61 0.00 1,982.61 AP 00412187 09/09/2020 TETRA TECH INC 1,334.50 0.00 1,334.50 AP 00412188 09/09/2020 TIREHUB LLC 730.09 0.00 730.09 AP 00412189 09/09/2020 TORO TOWING 250.00 0.00 250.00 AP 00412190 09/09/2020 UNDERGROUND SVC ALERT OF SO CAL 156.85 0.00 156.85 AP 00412191 09/09/2020 UNDERGROUND SVC ALERT OF SO CAL 151.90 0.00 151.90 AP 00412192 09/09/2020 UNITED WAY 50.00 0.00 50.00 AP 00412193 09/09/2020 UPS 215.42 0.00 215.42 AP 00412194 09/09/2020 UPSCO POWERSAFE SYSTEMS INC 8,640.00 0.00 8,640.00 AP 00412195 09/09/2020 UTILITY CRANE&EQUIPMENT INC 735.04 0.00 735.04 AP 00412196 09/09/2020 VAN DAELE HOMES CORPORATION 50.26 0.00 50.26 AP 00412197 09/09/2020 VINEY,CECI 155.52 0.00 155.52 AP 00412198 09/09/2020 VULCAN MATERIALS COMPANY 154.44 0.00 154.44 AP 00412199 09/09/2020 WAXIE SANITARY SUPPLY 8,116.86 63.71 8,180.57 *** AP 00412200 09/09/2020 WEST COAST SIDING&TRIM 153.78 0.00 153.78 AP 00412201 09/09/2020 ZHOU,XIAOLAN 538.48 0.00 538.48 AP 00412202 09/16/2020 360 DEEP CLEANING LLC 0.00 2,340.00 2,340.00 AP 00412203 09/16/2020 ADAPT CONSULTING INC 1,590.13 0.00 1,590.13 AP 00412204 09/16/2020 ADOBE ANIMAL HOSPITAL 100.00 0.00 100.00 AP 00412205 09/16/2020 ADVANCED CHEMICAL TRANSPORT INC 1,313.50 0.00 1,313.50 AP 00412206 09/16/2020 ADVANCED UTILITY SYSTEMS CORP 27,300.00 0.00 27,300.00 AP 00412207 09/16/2020 AMTECH ELEVATOR SERVICES 102.00 0.00 102.00 AP 00412208 09/16/2020 ANTECH DIAGNOSTICS 23.27 0.00 23.27 AP 00412209 09/16/2020 AQUABIO ENVIRONMENTAL TECHNOLOGIES INC 1,450.00 0.00 1,450.00 AP 00412210 09/16/2020 ARCHIBALD PET HOSPITAL 200.00 0.00 200.00 AP 00412211 09/16/2020 ASCENT ENVIRONMENTAL INC 8,407.50 0.00 8,407.50 AP 00412212 09/16/2020 ATLAS PLANNING SOLUTIONS 9,030.00 0.00 9,030.00 AP 00412213 09/16/2020 AUTO&RV SPECIALISTS INC 86.11 0.00 86.11 AP 00412214 09/16/2020 BAKER&TAYLOR LLC 524.01 0.00 524.01 User: VLOPEZ-VERONICA LOPEZ Page: 5 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 ffrne: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412215 09/16/2020 BARBARA'S ANSWERING SERVICE 552.00 0.00 552.00 AP 00412216 09/16/2020 BERNELL HYDRAULICS INC 154.89 576.91 731.80 *** AP 00412218 09/16/2020 C V W D 29,039.74 0.00 29,039.74 AP 00412219 09/16/2020 CAL POLY POMONA FOUNDATION 6,650.00 0.00 6,650.00 AP 00412220 09/16/2020 CALIX INC 9,470.79 0.00 9,470.79 AP 00412221 09/16/2020 CAMERON-DANIEL PC 2,653.50 0.00 2,653.50 AP 00412222 09/16/2020 CARSON,DANIEL 0.00 129.28 129.28 AP 00412223 09/16/2020 CCS ORANGE COUNTY JANITORIAL INC 4,659.88 0.00 4,659.88 AP 00412224 09/16/2020 CINTAS CORPORATION #150 1,298.85 360.42 1,659.27 *** AP 00412225 09/16/2020 CIVIC SOLUTIONS INC 27,675.00 0.00 27,675.00 AP 00412226 09/16/2020 COVETRUS NORTH AMERICA 634.86 0.00 634.86 AP 00412227 09/16/2020 CRIME SCENE STERI-CLEAN LLC 540.00 0.00 540.00 AP 00412228 09/16/2020 CROWN CASTLE 1,500.00 0.00 1,500.00 AP 00412229 09/16/2020 D&K CONCRETE COMPANY 1,379.21 0.00 1,379.21 AP 00412230 09/16/2020 DIRECTV 174.99 0.00 174.99 AP 00412231 09/16/2020 DIRECTV 69.99 0.00 69.99 AP 00412232 09/16/2020 EDWARDS,ERIKA 112.00 0.00 112.00 AP 00412233 09/16/2020 EXPRESS BRAKE SUPPLY INC 59.41 0.00 59.41 AP 00412234 09/16/2020 FIREFIGHTERS'SAFETY CENTER 0.00 435.85 435.85 AP 00412235 09/16/2020 FIRSTCARBON SOLUTIONS 3,670.85 0.00 3,670.85 AP 00412236 09/16/2020 FLORES,BLANCA 100.00 0.00 100.00 AP 00412237 09/16/2020 FORTIN LAW GROUP 3,702.75 0.00 3,702.75 AP 00412238 09/16/2020 GATEWAY PET CEMETERY&CREMATORY 290.00 0.00 290.00 AP 00412239 09/16/2020 GEORGE HILLS COMPANY 1,425.00 0.00 1,425.00 AP 00412240 09/16/2020 GOLDEN OAKS VET HOSPITAL 100.00 0.00 100.00 AP 00412241 09/16/2020 GRAYBAR ELECTRIC COMPANY INC 696.86 0.00 696.86 AP 00412242 09/16/2020 HERITAGE EDUCATION GROUP 22.00 0.00 22.00 AP 00412243 09/16/2020 HIDALGO,DAVID 23.00 0.00 23.00 AP 00412244 09/16/2020 HOME DEPOT CREDIT SERVICES 1,463.08 0.00 1,463.08 AP 00412245 09/16/2020 HOME DEPOT CREDIT SERVICES 0.00 73.16 73.16 AP 00412246 09/16/2020 HUMANE SOCIETY OF SAN BERNARDINO VALLEY 105.00 0.00 105.00 AP 00412247 09/16/2020 INLAND VALLEY DAILY BULLETIN 531.88 0.00 531.88 AP 00412248 09/16/2020 JACKSON-HIRSH INC 222.63 0.00 222.63 AP 00412249 09/16/2020 JEMISON,DENISE 374.54 0.00 374.54 AP 00412250 09/16/2020 KB HOME 6,860.00 0.00 6,860.00 AP 00412251 09/16/2020 LEIGHTON CONSULTING INC 0.00 27,519.68 27,519.68 AP 00412252 09/16/2020 MARIPOSA LANDSCAPES INC 86,846.07 0.00 86,846.07 AP 00412253 09/16/2020 MARLINK SA INC 0.00 162.00 162.00 AP 00412254 09/16/2020 MCI 34.88 0.00 34.88 AP 00412255 09/16/2020 METROLINK 4,000.00 0.00 4,000.00 AP 00412256 09/16/2020 MIDWEST TAPE 2,405.15 0.00 2,405.15 AP 00412257 09/16/2020 MOUNTAIN VIEW SMALL ENG REPAIR 893.89 0.00 893.89 AP 00412258 09/16/2020 MUTUAL PROPANE 0.00 20.00 20.00 AP 00412259 09/16/2020 NAPA AUTO PARTS 42.60 0.00 42.60 AP 00412260 09/16/2020 NATIONAL COMMUNITY RENAISSANCE 300,000.00 0.00 300,000.00 AP 00412261 09/16/2020 NEW LATTITUDES INC 1,253.00 0.00 1,253.00 AP 00412262 09/16/2020 NOREGON SYSTEMS INC 1,999.00 0.00 1,999.00 User: VLOPEZ-VERONICA LOPEZ Page: 6 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 flne: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412263 09/16/2020 OCCUPATIONAL HEALTH CTRS OF CA 1,302.50 0.00 1,302.50 AP 00412264 09/16/2020 OIEN DESIGNS,BRIAN W 0.00 2,500.00 2,500.00 AP 00412265 09/16/2020 ONTRAC 107.91 0.00 107.91 AP 00412266 09/16/2020 ORKIN PEST CONTROL 660.10 0.00 660.10 AP 00412267 09/16/2020 OVERHOLT,ASTON 206.40 0.00 206.40 AP 00412268 09/16/2020 PACIFIC UTILITY INSTALLATION INC 1,125.00 0.00 1,125.00 AP 00412269 09/16/2020 PACIFIC WESTERN BANK 19,401.21 58,203.64 77,604.85 *** AP 00412270 09/16/2020 PRIVATE BRAND MFG 775.80 0.00 775.80 AP 00412271 09/16/2020 QUINN COMPANY 141.33 0.00 141.33 AP 00412272 09/16/2020 RANCHO SMOG CENTER 119.85 0.00 119.85 AP 00412273 09/16/2020 RIVAS,ANDREA 2,300.00 0.00 2,300.00 AP 00412274 09/16/2020 ROUGH,PETER 339.00 0.00 339.00 AP 00412275 09/16/2020 SAM'S CLUB/SYNCHRONY BANK 100.00 0.00 100.00 AP 00412276 09/16/2020 SHEAKLEY PENSION ADMINISTRATION 459.65 182.45 642.10 *** AP 00412280 09/16/2020 SOUTHERN CALIFORNIA EDISON 8,412.67 1,720.12 10,132.79 *** AP 00412281 09/16/2020 SOUTHERN CALIFORNIA EDISON 88,074.27 0.00 88,074.27 AP 00412282 09/16/2020 STREAMING MEDIA LIVE 6,000.00 0.00 6,000.00 AP 00412283 09/16/2020 SUCCESS EXPRESSED 1,600.00 0.00 1,600.00 AP 00412284 09/16/2020 THE COUNSELING TEAM INTERNATIONAL 0.00 1,050.00 1,050.00 AP 00412285 09/16/2020 THOMPSON BUILDING MATERIALS 253.13 0.00 253.13 AP 00412286 09/16/2020 TORTI GALLAS AND PARTNERS INC 1,500.00 0.00 1,500.00 AP 00412287 09/16/2020 TRAD,MOHAMOD 234.00 0.00 234.00 AP 00412288 09/16/2020 TRINITY EQUIPMENT INC 53.75 0.00 53.75 AP 00412289 09/16/2020 TUNGGALDJAJA,INGE 2,300.00 0.00 2,300.00 AP 00412290 09/16/2020 U.S.BANK PARS ACCT#6746022500 14,746.24 0.00 14,746.24 AP 00412291 09/16/2020 U.S.BANK PARS ACCT#6746022500 1,096.45 0.00 1,096.45 AP 00412292 09/16/2020 U.S.BANK PARS ACCT#6745033700 6,605.00 0.00 6,605.00 AP 00412293 09/16/2020 UC REGENTS 680.00 0.00 680.00 AP 00412294 09/16/2020 UPLAND ANIMAL HOSPITAL 4,955.62 0.00 4,955.62 AP 00412295 09/16/2020 VAN DAELE HOMES CORPORATION 13,118.82 0.00 13,118.82 AP 00412296 09/16/2020 VEGA,GINA 70.00 0.00 70.00 AP 00412297 09/16/2020 VELOCITY TRUCK CENTERS 396.36 0.00 396.36 AP 00412302 09/16/2020 VERIZON WIRELESS-LA 5,836.96 0.00 5,836.96 AP 00412303 09/16/2020 VERIZON WIRELESS-LA 69.33 0.00 69.33 AP 00412304 09/16/2020 VERIZON WIRELESS-LA 270.35 0.00 270.35 AP 00412305 09/16/2020 VERIZON WIRELESS-LA 5,226.20 0.00 5,226.20 AP 00412306 09/16/2020 VICTOR MEDICAL COMPANY 2,183.67 0.00 2,183.67 AP 00412307 09/16/2020 VICTORIA ANIMAL HOSPITAL 50.00 0.00 50.00 AP 00412308 09/16/2020 VIRTUAL PROJECT MANAGER LLC 500.00 0.00 500.00 AP 00412309 09/16/2020 VISION SERVICE PLAN CA 10,547.74 0.00 10,547.74 AP 00412310 09/16/2020 VOHNE LICHE KENNELS INC 125.00 0.00 125.00 AP 00412311 09/16/2020 WAXIE SANITARY SUPPLY 363.34 0.00 363.34 AP 00412312 09/16/2020 WEDGEWOOD PHARMACY 89.44 0.00 89.44 AP 00412313 09/16/2020 WEST COAST ARBORISTS INC 47,166.00 0.00 47,166.00 AP 00412314 09/16/2020 WHITE CAP CONSTRUCTION SUPPLY 1,061.10 0.00 1,061.10 AP 00412315 09/16/2020 WHITEHEAD CONSTRUCTION 29,991.50 0.00 29,991.50 AP 00412316 09/16/2020 WILLDAN ENGINEERING 18,908.00 0.00 18,908.00 User: VLOPEZ-VERONICA LOPEZ Page: 7 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 Wme: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412317 09/16/2020 XEROX CORPORATION 281.09 0.00 281.09 AP 00412318 09/16/2020 XEROX FINANCIAL SERVICES 298.38 0.00 298.38 AP 00412319 09/16/2020 ZOETIS US LLC 102.91 0.00 102.91 AP 00412320 09/16/2020 ZOHO CORPORATION 2,999.00 0.00 2,999.00 AP 00412321 09/23/2020 8977 FOOTHILL INVESTMENT LLC 2,180.00 0.00 2,180.00 AP 00412322 09/23/2020 ACCURATE MEDICAL BILLING AND AUDIT 2,500.00 0.00 2,500.00 AP 00412323 09/23/2020 ACUNA&CO 2,500.00 0.00 2,500.00 AP 00412324 09/23/2020 ACUPUNCTURE PLUS 2,500.00 0.00 2,500.00 AP 00412325 09/23/2020 AFZALI DENTAL CORPORATION 2,500.00 0.00 2,500.00 AP 00412326 09/23/2020 ALTA VISTA MOBILE HOME PARK 2,310.00 0.00 2,310.00 AP 00412327 09/23/2020 AMERICAN DWELLING GROUP INC. 2,500.00 0.00 2,500.00 AP 00412328 09/23/2020 AMINS INC DBA SUBWAY 26885 2,500.00 0.00 2,500.00 AP 00412329 09/23/2020 ARROW DENTAL ARTS 2,500.00 0.00 2,500.00 AP 00412330 09/23/2020 ASSISTANCE LEAGUE OF THE FOOTHILL COMMUNITIES 2,500.00 0.00 2,500.00 AP 00412331 09/23/2020 ATLAS BUYING GROUP INC 2,500.00 0.00 2,500.00 AP 00412332 09/23/2020 BAMBOO GARDEN 2,500.00 0.00 2,500.00 AP 00412333 09/23/2020 BEATRIZ HSIEH 3,600.00 0.00 3,600.00 AP 00412334 09/23/2020 CARL'S LIQUOR MARKET 2,500.00 0.00 2,500.00 AP 00412335 09/23/2020 CHARLES LOPEZ 3,600.00 0.00 3,600.00 AP 00412336 09/23/2020 CHUNG&IGNACIO LLP 2,500.00 0.00 2,500.00 AP 00412337 09/23/2020 CJ TAX CONSULTING 2,500.00 0.00 2,500.00 AP 00412338 09/23/2020 CREEKSIDE ALTA LOMA-PINNACLE LIVING 3,600.00 0.00 3,600.00 AP 00412339 09/23/2020 DH RC LLC 2,500.00 0.00 2,500.00 AP 00412340 09/23/2020 DH RC LLC 1,541.92 0.00 1,541.92 AP 00412341 09/23/2020 DJZ AUTOMOTIVE INC 2,500.00 0.00 2,500.00 AP 00412342 09/23/2020 EHA RACING LLC 2,500.00 0.00 2,500.00 AP 00412343 09/23/2020 EHU PROPERTIES LLC 3,600.00 0.00 3,600.00 AP 00412344 09/23/2020 EINSTEIN REALTY INC. 2,500.00 0.00 2,500.00 AP 00412345 09/23/2020 EL TIO ALEX MEXICAN RESTAURANT 2,000.00 0.00 2,000.00 AP 00412346 09/23/2020 ENGRAVE'N EMBROIDER THINGS 2,500.00 0.00 2,500.00 AP 00412347 09/23/2020 ENVAP BUENVIAJE-SMITH PC 2,500.00 0.00 2,500.00 AP 00412348 09/23/2020 ETIWANDA TRAVEL,LLC 2,500.00 0.00 2,500.00 AP 00412349 09/23/2020 FAIRMONT HOSPITALITY INC 2,500.00 0.00 2,500.00 AP 00412350 09/23/2020 FANFAVE INC 2,500.00 0.00 2,500.00 AP 00412351 09/23/2020 FDC MANAGEMENT INC 4,312.00 0.00 4,312.00 AP 00412352 09/23/2020 FORTITUDE AND VOLITION LLC 2,500.00 0.00 2,500.00 AP 00412353 09/23/2020 FRESH PEACHES SWIMWEAR 2,500.00 0.00 2,500.00 AP 00412354 09/23/2020 FRESHLIME MARKETING SOLUTIONS INC 2,500.00 0.00 2,500.00 AP 00412355 09/23/2020 FUSION PMC LLC 3,600.00 0.00 3,600.00 AP 00412356 09/23/2020 GE PROPERTY MANAGEMENT INC 2,787.74 0.00 2,787.74 AP 00412357 09/23/2020 GENE MILLIGAN 3,600.00 0.00 3,600.00 AP 00412358 09/23/2020 GOH HEALTHY LIFE INC. 2,500.00 0.00 2,500.00 AP 00412359 09/23/2020 HAPPINESS NAILS&SPA 2,500.00 0.00 2,500.00 AP 00412360 09/23/2020 JORGE A OSORIO DDS INC 2,500.00 0.00 2,500.00 AP 00412361 09/23/2020 KENNE BELL INC 2,500.00 0.00 2,500.00 AP 00412362 09/23/2020 KSJ ACUPUNCTURE CLINIC INC 2,500.00 0.00 2,500.00 AP 00412363 09/23/2020 LAW OFFICES OF JUSTIN H.KING 2,500.00 0.00 2,500.00 User: VLOPEZ-VERONICA LOPEZ Page: 8 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 Wine: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412364 09/23/2020 LCS BEHAVIORAL HEALTH INC 2,500.00 0.00 2,500.00 AP 00412365 09/23/2020 LMC 3,600.00 0.00 3,600.00 AP 00412366 09/23/2020 LMC 8,400.00 0.00 8,400.00 AP 00412367 09/23/2020 LMC 7,050.00 0.00 7,050.00 AP 00412368 09/23/2020 LMC 3,600.00 0.00 3,600.00 AP 00412369 09/23/2020 LMC 4,163.25 0.00 4,163.25 AP 00412370 09/23/2020 LMC 3,600.00 0.00 3,600.00 AP 00412371 09/23/2020 LMC 1,683.00 0.00 1,683.00 AP 00412372 09/23/2020 LOCK AND ROLL LOCKSMITH 2,500.00 0.00 2,500.00 AP 00412373 09/23/2020 MEZZATERRANEAN 2,500.00 0.00 2,500.00 AP 00412374 09/23/2020 MOUNTAIN VIEW INLAND POOLS 2,500.00 0.00 2,500.00 AP 00412375 09/23/2020 MOUNTAINSIDE 9,600.00 0.00 9,600.00 AP 00412376 09/23/2020 MRS.RIVAS'EARLY CHILD DEVELOPMENT PROGRAM 2,500.00 0.00 2,500.00 AP 00412377 09/23/2020 NEW COLOR SCREEN PRINTING 2,500.00 0.00 2,500.00 AP 00412378 09/23/2020 NEW LEAF BRIDAL SHOP 2,500.00 0.00 2,500.00 AP 00412379 09/23/2020 PEPPERWOOD APARTMENTS 2,001.00 0.00 2,001.00 AP 00412380 09/23/2020 RANCHO VILLAS APARTMENTS 4,095.00 0.00 4,095.00 AP 00412381 09/23/2020 REY REALTY SERVICES 2,500.00 0.00 2,500.00 AP 00412382 09/23/2020 ROBERT P.SHIVELY 3,600.00 0.00 3,600.00 AP 00412383 09/23/2020 SALON YOO INC 2,500.00 0.00 2,500.00 AP 00412384 09/23/2020 SAN SEVAINE VILLAS 2,751.00 0.00 2,751.00 AP 00412385 09/23/2020 SHADES OF J HAIR LOUNGE 2,500.00 0.00 2,500.00 AP 00412386 09/23/2020 SHEAR BRILLIANCE HAIR DESIGN 2,500.00 0.00 2,500.00 AP 00412387 09/23/2020 SOLAMONTE 4,800.00 0.00 4,800.00 AP 00412388 09/23/2020 STADIUM PLAZA NORTH LLC 1,621.31 0.00 1,621.31 AP 00412389 09/23/2020 STEFANIE LOCKHART-PETTAWAY 2,500.00 0.00 2,500.00 AP 00412390 09/23/2020 STUDIO 1 DISTINCTIVE PORTRAITURE 2,500.00 0.00 2,500.00 AP 00412391 09/23/2020 SUNFLOWER THERAPIES 2,500.00 0.00 2,500.00 AP 00412392 09/23/2020 SYCAMORE VILLA 2,941.17 0.00 2,941.17 AP 00412393 09/23/2020 TELOS ACADEMY 2,500.00 0.00 2,500.00 AP 00412394 09/23/2020 THE FREAKY COOKIE 2,500.00 0.00 2,500.00 AP 00412395 09/23/2020 THE HITCHING POST MODEST BRIDAL 2,500.00 0.00 2,500.00 AP 00412396 09/23/2020 THUY H TRAN OD INC 2,500.00 0.00 2,500.00 AP 00412397 09/23/2020 TRI-RAD INCORPORATED 2,500.00 0.00 2,500.00 AP 00412398 09/23/2020 TU ORGANICS SALON AND SPA 2,500.00 0.00 2,500.00 AP 00412399 09/23/2020 TURNER PLAZA 3,837.49 0.00 3,837.49 AP 00412400 09/23/2020 VALVERDE SCHOOL OF PERFORMING ARTS 2,500.00 0.00 2,500.00 AP 00412401 09/23/2020 VERANO RANCHO CUCAMONGA TOWN SQUARE 4,800.00 0.00 4,800.00 AP 00412402 09/23/2020 VICTORIA WOODS 3,600.00 0.00 3,600.00 AP 00412403 09/23/2020 WINERY CLEANERS 2,500.00 0.00 2,500.00 AP 00412404 09/23/2020 ZLU DESIGN&ASSOCIATES 2,500.00 0.00 2,500.00 AP 00412405 09/23/2020 ATLAS BUYING GROUP INC 2,500.00 0.00 2,500.00 AP 00412406 09/23/2020 CHUNG&IGNACIO LLP 2,500.00 0.00 2,500.00 AP 00412407 09/23/2020 FANFAVE INC 2,500.00 0.00 2,500.00 AP 00412408 09/23/2020 FDC MANAGEMENT INC 4,312.00 0.00 4,312.00 AP 00412409 09/23/2020 FRESHLIME MARKETING SOLUTIONS INC 2,500.00 0.00 2,500.00 AP 00412410 09/23/2020 FUSION PMC LLC 3,600.00 0.00 3,600.00 User: VLOPEZ-VERONICA LOPEZ Page: 9 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 ilme: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Cu Fire Amount AP 00412411 09/23/2020 GE PROPERTY MANAGEMENT INC 2,787.74 0.00 2,787.74 AP 00412412 09/23/2020 KSJ ACUPUNCTURE CLINIC INC 2,500.00 0.00 2,500.00 AP 00412413 09/23/2020 THUY H TRAN OD INC 2,500.00 0.00 2,500.00 AP 00412414 09/23/2020 HEYDE,DONALD 0.00 630.56 630.56 AP 00412415 09/23/2020 NELSON,MARY JANE 0.00 200.43 200.43 AP 00412416 09/23/2020 RODRIGUEZ,VICTOR 0.00 630.56 630.56 AP 00412417 09/23/2020 TOWNSEND,JAMES 0.00 2,281.91 2,281.91 AP 00412418 09/23/2020 WALKER,KENNETH 0.00 245.78 245.78 AP 00412419 09/23/2020 AFLAC GROUP INSURANCE 24.58 0.00 24.58 AP 00412420 09/23/2020 ALLSTAR FIRE EQUIPMENT INC 0.00 10,015.56 10,015.56 AP 00412421 09/23/2020 ALTA VISTA MOBILE HOME PARK 397.59 0.00 397.59 AP 00412422 09/23/2020 AMTECH ELEVATOR SERVICES 1,514.70 0.00 1,514.70 AP 00412423 09/23/2020 APEX IMAGING&PAINTING CO 5,000.00 0.00 5,000.00 AP 00412424 09/23/2020 ATLAS ENGINEERING WEST INC 291.00 0.00 291.00 AP 00412425 09/23/2020 BAKER&TAYLOR LLC 1,490.57 0.00 1,490.57 AP 00412426 09/23/2020 BISHOP COMPANY 241.42 0.00 241.42 AP 00412427 09/23/2020 BREMCO CONSTRUCTION INC 15,500.00 0.00 15,500.00 AP 00412428 09/23/2020 BRIGHTVIEW LANDSCAPE SERVICES INC 21,535.36 0.00 21,535.36 AP 00412429 09/23/2020 BW PRINTWORKS 0.00 548.13 548.13 AP 00412432 09/23/2020 C V W D 32,413.64 1,973.33 34,386.97 *** AP 00412433 09/23/2020 CA LLC-ALTA LAGUNA MHP 500.00 0.00 500.00 AP 00412434 09/23/2020 CAL PERS LONG-TERM CARE PROGRAM 164.48 0.00 164.48 AP 00412435 09/23/2020 CALIFORNIA,STATE OF 314.11 0.00 314.11 AP 00412436 09/23/2020 CALIFORNIA,STATE OF 127.52 0.00 127.52 AP 00412437 09/23/2020 CALIFORNIA,STATE OF 342.73 0.00 342.73 AP 00412438 09/23/2020 CART RETRIEVAL INC 330.00 0.00 330.00 AP 00412439 09/23/2020 CASA VOLANTE MOBILE HOME PARK 700.00 0.00 700.00 AP 00412440 09/23/2020 CHAPARRAL HEIGHTS MOBILE HOME PARK 474.35 0.00 474.35 AP 00412441 09/23/2020 CINTAS CORPORATION #150 0.00 456.89 456.89 AP 00412442 09/23/2020 COAST RECREATION INC 1,034.41 0.00 1,034.41 AP 00412443 09/23/2020 CONFIRE JPA 0.00 4,050.00 4,050.00 AP 00412444 09/23/2020 CONVERGEONE INC 87,841.80 0.00 87,841.80 AP 00412445 09/23/2020 CORODATA MEDIA STORAGE INC 62.55 0.00 62.55 AP 00412446 09/23/2020 CUMMINS SALES&SERVICE 0.00 21.94 21.94 AP 00412447 09/23/2020 D R HORTON LOS ANGELES HOLDING CO 810.72 0.00 810.72 AP 00412448 09/23/2020 DAISYECO INC 403.31 0.00 403.31 AP 00412449 09/23/2020 DAN GUERRA&ASSOCIATES 10,500.00 0.00 10,500.00 AP 00412450 09/23/2020 DANIELS TIRE SERVICE 0.00 8,682.62 8,682.62 AP 00412451 09/23/2020 DELTA DENTAL INSURANCE COMPANY 1,143.24 0.00 1,143.24 AP 00412452 09/23/2020 DELTA DENTAL INSURANCE COMPANY 40,990.11 0.00 40,990.11 AP 00412453 09/23/2020 DEPARTMENT OF JUSTICE 145.00 0.00 145.00 AP 00412454 09/23/2020 DEPENDABLE COMPANY INC 28.00 0.00 28.00 AP 00412455 09/23/2020 DIRECTV 84.54 0.00 84.54 AP 00412456 09/23/2020 EXECUTIVE AUTO DETAIL 0.00 1,170.00 1,170.00 AP 00412457 09/23/2020 EXPERIAN 52.00 0.00 52.00 AP 00412458 09/23/2020 FAIRVIEW FORD INC 1,109.91 0.00 1,109.91 AP 00412459 09/23/2020 FEDERAL EXPRESS CORP 12.05 0.00 12.05 User: VLOPEZ-VERONICA LOPEZ Page: 10 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 Wme: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412460 09/23/2020 FIRE APPARATUS SOLUTIONS 0.00 317.99 317.99 AP 00412461 09/23/2020 FIRST LOAN 625.45 0.00 625.45 AP 00412462 09/23/2020 FLEET SERVICES INC 0.00 16.56 16.56 AP 00412463 09/23/2020 FLEETPRIDE 0.00 108.03 108.03 AP 00412464 09/23/2020 FRANKLIN TRUCK PARTS INC 0.00 400.12 400.12 AP 00412465 09/23/2020 FRONTIER COMM 1,672.60 645.66 2,318.26 *** AP 00412466 09/23/2020 FRONTIER COMM 3,339.54 0.00 3,339.54 AP 00412467 09/23/2020 GEO PLASTICS INC 2,615.48 0.00 2,615.48 AP 00412468 09/23/2020 GONSALVES&SON,JOE A 3,000.00 0.00 3,000.00 AP 00412469 09/23/2020 GRAINGER 564.58 800.59 1,365.17 *** AP 00412470 09/23/2020 GRAPHICS FACTORY PRINTING INC 119.60 0.00 119.60 AP 00412471 09/23/2020 GRAYBAR ELECTRIC COMPANY INC 1,153.09 0.00 1,153.09 AP 00412472 09/23/2020 GROVES ON FOOTHILL,THE 200.00 0.00 200.00 AP 00412473 09/23/2020 HI-WAY SAFETY INC 395.98 0.00 395.98 AP 00412474 09/23/2020 HMC ARCHITECTS 0.00 13,604.58 13,604.58 AP 00412475 09/23/2020 HOMETOWN AMERICA RAMONA VILLA 500.00 0.00 500.00 AP 00412476 09/23/2020 HOYT LUMBER CO,S M 0.00 55.42 55.42 AP 00412477 09/23/2020 IDEXX DISTRIBUTION INC 298.74 0.00 298.74 AP 00412478 09/23/2020 INLAND PRESORT&MAILING SERVICES 253.13 0.00 253.13 AP 00412479 09/23/2020 INYO NETWORKS 6,394.50 0.00 6,394.50 AP 00412480 09/23/2020 JESSEN,CLIFFORD LEROY 1,200.00 0.00 1,200.00 AP 00412481 09/23/2020 KVAC ENVIRONMENTAL SERVICES INC 0.00 3,020.00 3,020.00 AP 00412482 09/23/2020 LEISURE COACHWORKS 590.62 0.00 590.62 AP 00412483 09/23/2020 LEVEL 3 COMMUNICATIONS LLC 5,460.19 0.00 5,460.19 AP 00412484 09/23/2020 LIEBERT CASSIDY WHITMORE 11,734.85 0.00 11,734.85 AP 00412485 09/23/2020 MARIPOSA LANDSCAPES INC 51,512.81 0.00 51,512.81 AP 00412486 09/23/2020 MARY MCGRATH ARCHITECTS 0.00 24,827.50 24,827.50 AP 00412487 09/23/2020 MCMASTER-CARR SUPPLY COMPANY 102.58 0.00 102.58 AP 00412488 09/23/2020 MCMURRAY STERN INC 941.00 0.00 941.00 AP 00412489 09/23/2020 MEDIWASTE DISPOSAL 46.44 0.00 46.44 AP 00412490 09/23/2020 MIDWEST TAPE 1,067.31 0.00 1,067.31 AP 00412491 09/23/2020 NAPA AUTO PARTS 0.00 2,738.24 2,738.24 AP 00412492 09/23/2020 NBS 10,155.00 2,725.00 12,880.00 *** AP 00412493 09/23/2020 NEW COLOR PRINTING 1,491.27 0.00 1,491.27 AP 00412494 09/23/2020 NINYO&MOORE 15,145.00 0.00 15,145.00 AP 00412495 09/23/2020 NV5INC 20,108.75 0.00 20,108.75 AP 00412496 09/23/2020 ONTARIO SPAY AND NEUTER INC 300.00 0.00 300.00 AP 00412497 09/23/2020 ONTRAC 68.19 0.00 68.19 AP 00412498 09/23/2020 ONWARD ENGINEERING 13,987.50 0.00 13,987.50 AP 00412499 09/23/2020 ORELLANA,YOHANA 103.00 0.00 103.00 AP 00412500 09/23/2020 PINES MOBILE HOME PARK,THE 200.00 0.00 200.00 AP 00412501 09/23/2020 PLACEWORKS 40,246.25 0.00 40,246.25 AP 00412502 09/23/2020 POSTAL PERFECT 30.00 0.00 30.00 AP 00412503 09/23/2020 PRE-PAID LEGAL SERVICES INC 60.17 0.00 60.17 AP 00412504 09/23/2020 QUILL LLC 94.71 0.00 94.71 AP 00412505 09/23/2020 R AND R AUTOMOTIVE 985.17 0.00 985.17 AP 00412506 09/23/2020 RANCHO CUCAMONGA CHAMBER OF COMMERCE 3,333.34 0.00 3,333.34 User: VLOPEZ-VERONICA LOPEZ Page: 11 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 iine: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412507 09/23/2020 RANCHO CUCAMONGA TOWN SQUARE 5,687.22 0.00 5,687.22 AP 00412508 09/23/2020 REACH MEDIA NETWORK 2,000.00 0.00 2,000.00 AP 00412509 09/23/2020 REFRIGERATION SUPPLIES DISTRIBUTOR 647.59 0.00 647.59 AP 00412510 09/23/2020 ROADRUNNER PHARMACY 102.49 0.00 102.49 AP 00412511 09/23/2020 SAINT JUSTINA COPTIC ORTHODOX CHURCH 5,000.00 0.00 5,000.00 AP 00412512 09/23/2020 SBPEA 2,461.13 0.00 2,461.13 AP 00412513 09/23/2020 SC FUELS 0.00 1,665.60 1,665.60 AP 00412514 09/23/2020 SEYMOUR,RONALD 0.00 133.51 133.51 AP 00412515 09/23/2020 SHERIFFS COURT SERVICES 100.00 0.00 100.00 AP 00412516 09/23/2020 SHRED PROS 118.00 60.00 178.00 *** AP 00412518 09/23/2020 SOUTH COAST AQMD 978.44 1,387.52 2,365.96 *** AP 00412520 09/23/2020 SOUTHERN CALIFORNIA EDISON 7,345.13 0.00 7,345.13 AP 00412521 09/23/2020 STERLING COFFEE SERVICE 775.57 0.00 775.57 AP 00412522 09/23/2020 STILES ANIMAL REMOVAL INC 1,500.00 0.00 1,500.00 AP 00412523 09/23/2020 STOR'EM SELF STORAGE 575.00 0.00 575.00 AP 00412524 09/23/2020 STOTZ EQUIPMENT 192.76 0.00 192.76 AP 00412525 09/23/2020 STRATEGIC ECONOMICS INC 2,067.49 0.00 2,067.49 AP 00412526 09/23/2020 SYCAMORE VILLA MOBILE HOME PARK 400.00 0.00 400.00 AP 00412527 09/23/2020 TIREHUB LLC 0.00 907.79 907.79 AP 00412528 09/23/2020 TROOST AVENUE LOS ANGELES LLC 361.00 0.00 361.00 AP 00412529 09/23/2020 TUCKER SHOEMAN VENTURE 8,116.00 0.00 8,116.00 AP 00412530 09/23/2020 TUCKER,FRANKLIN 5,000.00 0.00 5,000.00 AP 00412531 09/23/2020 UNITED SITE SERVICES OF CA INC 301.45 0.00 301.45 AP 00412532 09/23/2020 UNITED WAY 50.00 0.00 50.00 AP 00412533 09/23/2020 UNIVERSAL FLEET SUPPLY 0.00 597.38 597.38 AP 00412534 09/23/2020 UPS 31.00 0.00 31.00 AP 00412535 09/23/2020 URIBE,JONATHAN 0.00 1,346.30 1,346.30 AP 00412536 09/23/2020 VELOCITY TRUCK CENTERS 0.00 765.01 765.01 AP 00412537 09/23/2020 VERIZON 29.82 0.00 29.82 AP 00412538 09/23/2020 VERIZON WIRELESS-LA 88.61 0.00 88.61 AP 00412539 09/23/2020 VERIZON WIRELESS-LA 486.42 0.00 486.42 AP 00412540 09/23/2020 VIRGIN PULSE INC 1,092.40 0.00 1,092.40 AP 00412541 09/23/2020 VOLGISTICS INC 8,184.00 0.00 8,184.00 AP 00412542 09/23/2020 VORTEX INDUSTRIES INC 415.60 0.00 415.60 AP 00412543 09/23/2020 VULCAN MATERIALS COMPANY 225.43 0.00 225.43 AP 00412544 09/23/2020 WALTERS WHOLESALE ELECTRIC CO 20.23 0.00 20.23 AP 00412545 09/23/2020 WAXIE SANITARY SUPPLY 1,854.58 0.00 1,854.58 AP 00412546 09/23/2020 WELLS FARGO BANK N A 3,500.00 0.00 3,500.00 AP 00412547 09/23/2020 WEST COAST ARBORISTS INC 20,116.00 0.00 20,116.00 AP 00412548 09/23/2020 WESTRUX INTERNATIONAL INC 0.00 61.96 61.96 AP 00412549 09/23/2020 WHITEHEAD CONSTRUCTION 29,991.50 0.00 29,991.50 AP 00412550 09/23/2020 YANG,SUIHONG 55.79 0.00 55.79 AP 00412551 09/23/2020 ZEP SALES AND SERVICE 0.00 356.58 356.58 AP 00412552 09/23/2020 ZUNIGA,JENNIFER 96.75 0.00 96.75 AP 00412553 09/24/2020 SOCAL OFFICE TECHNOLOGIES 57,157.94 0.00 57,157.94 User: VLOPEZ-VERONICA LOPEZ Page: 12 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 fime: 07:26:03 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT Excluding So Calif Gas Company. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Citv Fire Amount Total City: $7,751,875.15 Total Fire: $19407,721.71 Grand Total: . Note: *** Check Number includes both City and Fire District expenditures User: VLOPEZ-VERONICA LOPEZ Page: 13 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 ifme: 07:26:03 01 -Pip CITY OF RANCHO CUCAMONGA DATE: October 7, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Veronica Lopez, Accounts Payable Supervisor SUBJECT: Consideration to Approve Weekly Check Registers for Checks Issued to Southern California Gas Company in the Amount of$4,053.63 Dated September 08, 2020 Through September 27, 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 MISSION /VISION / GOAL(S) ADDRESSED: N/A ATTACHMENTS: Attachment 1 - Weekly Check Registers Page 126 CITY OF RANCHO CUCAMONGA AND RANCHO CUCAMONGA FIRE PROTECTION DISTRICT So Calif Gas Company Only. Agenda Check Register 9/8/2020 through 9/27/2020 Check No. Check Date Vendor Name Ca Fire Amount AP 00412517 09/23/2020 SO CALIF GAS COMPANY 4,053.63 530.97 4,584.60 *** Total City: $4,053.63 Total Fire: $530.97 Grand Total: . Note: *** Check Number includes both City and Fire District expenditures User: VLOPEZ-VERONICA LOPEZ Page: 1 Current Date: 09/28/2020 Report:CK_AGENDA REG_PORTRAIT_CONSOLIDATED-CK:Agenda Check Register Portrait Layout Page 1 ilme: 07:28:36 Olt, i I DATE: October 7, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Jason C. Welday, Director of Engineering Services/City Engineer Trina Valdez, Utilities Operations Supervisor SUBJECT: Consideration of a Resolution Authorizing the Attestation of Veracity for the Rancho Cucamonga Municipal Utility 2019 Power Source Disclosure Annual Report and Power Content Label. (RESOLUTION NO. 2020-105) RECOMMENDATION: Staff recommends that the City Council adopt the attached resolution authorizing the attestation of veracity for the Rancho Cucamonga Municipal Utility (RCMU) 2019 Power Source Disclosure Annual Report and Power Content Label. BACKGROUND: In 1997, the California Legislature adopted Senate Bill 1305, Article 5, amended by Assembly Bill 162 (2009), requiring retail suppliers of electricity to disclose sources of energy being used to the California Energy Commission (CEC) and to consumers in the form of the Power Source Disclosure Annual Report and Annual Power Content Label. The legislation also requires that the information used to calculate the Power Content Label for each calendar year be independently audited. In lieu of an independent audit and verification, an authorized agent of the City may submit to the CEC, under penalty of perjury, an attestation confirming the accuracy of the report. The CEC requires that the submission of the attestation be approved by the City Council at a public meeting. ANALYSIS: RCMU submitted the 2019 Power Source Disclosure Annual Report and Power Content Label to the CEC on July 27, 2020, including the staff attestation, and provided the required information to its customers by posting the 2019 Power Content Label on the City's website (https://www.CityofRC.us/rcmu). Approval of the attached resolution satisfies the statutory requirement for approval by the City Council. FISCAL IMPACT: Not Applicable. COUNCIL MISSION /VISION / GOAL(S) ADDRESSED: This item addresses the City Council's vision for the City by ensuring compliance to State regulations and building on our success as a world class and sustainable community. ATTACHMENTS: Attachment 1 - PSD Report Attachment 2 — Resolution No. 2020-105 Page 128 ANNUAL REPORT TO THE CALIFORNIA ENERGY COMMISSION:Power Source Disclosure SCHEDULE 1:PROCUREMENTS AND RETAIL SALES For the Year Ending December 31,2019 City of Rancho Cucamonga (ELECTRICITY PORTFOLIO NAME) Retail Sales(MWh) • Net Specified Procurement (MWh) Urepecified Power(MWh) •r r Procurement to be adjusted Net Natural Gas Net Coal&Other Fossil Fuels Net Nuclear,Large Hydro& Renewables WABLES State or Gross MWh Net MWh Adjusted Net Facility Name Fuel Type Province WREGIS ID RIPS ID N/A EIA ID Procured MWh Resold Procured MWh Procured N/A 13 ME EIA ID of EIA ID of Eligible for State or REC Substitute Gross MWh Net MWh Adjusted Net Grandfathered Facility Name Fuel Type Province WREGIS ID RIPS ID Source Power Procured MWh Resold Procured MWh Procured Emissions? IF S State or Gross MWh Net MWh Adjusted Net Facility Name Fuel Type Province N/A N/A N/A EIA ID Procured MWh Resold Procured MWh Procured NIA Boulder Canyon Pro act low- Gross MWh Net MWh Adjusted Net Facility Name Fuel Type N/A N/A N/A N/A EIA ID Procured MWh Resold Procured MWh Procured N/A Version: May 8, 2020 * .. ANNUAL REPORT TO THE CALIFORNIA ENERGY COMMISSION: Power Source SCHEDULE 3: ANNUAL POWER CONTENT LABEL DATA for the year ending December 31, 2019 Instructions: No data input is needed on this schedule. Retail suppliers should use these auto-populated calculations to fill out their Power Content Labels. City of Rancho Cucamonga (ELECTRICITY PORTFOLIO NAME) Adjusted Net Percent of Total Procured (MWh) Retail Sales • Biomass & Biowaste 1 1'. Geothermal 1 1' Eligible Hydroelectric 1 1', Solar18,795 Wind 1 1', Coal 1 1' Large Hydroelectric 1 ' Natural gas 1 1' Nuclear 1 1' Other 1 1' Unspecified Power55,600 70.0% Total79,428 100.0% Total Retail Sales (MWh) 79,428 Percentage of Retail Sales Covered by Retired Unbundled RECs Page 130 Version: May 8, 2020 CONTROLLINGto ASSET • CALCULATOR Instructions: Enter total net specified procurement of ACS system resources into cell A8, A23, or A38. In Column E, the calculator will determine quantities of resource-specific net procurement for entry on Schedule 1. Powerex Resource Mix Resource-Specific ,Net MWH Procured N/A Resource Type Factors Procurements from ACS Biomass& biowaste - Geothermal - Eligible hydroelectric - Solar Wind - Coal - Large hydroelectric 0.915 - Natural gas 0.013 - Nuclear 0.006 - Other 0.032 - Unspecified Power 0.034 - Bonneville Power Administration Resource Mix Resource-Specific ,Net MWH Procured N/A Resource Type Factors Procurements from ACS Biomass& biowaste - Geothermal - Eligible hydroelectric - Solar - Wind - Coal - Large hydroelectric 0.85 - Natural gas - Nuclear 0.11 - Other - Unspecified Power 0.04 - PowerTacoma Resource Mix Resource-Specific ,Net MWH Procured N/A Resource Type Factors Procurements from ACS Biomass& biowaste - Geothermal - Eligible hydroelectric - Solar - Wind - Coal - Large hydroelectric 0.896 - Natural gas - Nuclear 0.064 - Other - Unspecified Power 0.04 - Page 131 Version: May 8, 2020 REPORTANNUAL • THE CALIFORNIA • • ATTESTATION FORM for the year ending December 31, 2019 (RETAIL SUPPLIER NAME) PORTFOLIO I, (print name) Fred Lyn Deputy Director of Engineering-Utilities , declare under penalty of perjury, that the statements contained in this report including Schedules 1 and 3 are true and correct and that I, as an authorized agent of City of Rancho Cucamonga, have authority to submit this report on the company's behalf. I further declare that the megawatt-hours claimed as specified purchases as shown in these Schedules were, to the best of my knowledge,sold once and only once to retail customers. Name: Fred Lyn Representing (Retail Supplier): City of Rancho Cucamonga Signature:_llv-A Dated: July 27, 2020 Executed at: Rancho Cucamonga Page 132 ATTACHMENT 2 RESOLUTION NO. 20- A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, AUTHORIZING THE ATTESTATION OF VERACITY FOR THE RANCHO CUCAMONGA MUNICIPAL UTILITY 2019 POWER SOURCE DISCLOSURE ANNUAL REPORT AND POWER CONTENT LABEL WHEREAS, the Rancho Cucamonga Municipal Utility (RCMU) is a publicly-owned utility in the state of California and is therefore subject to Senate Bill 1305, as amended by Assembly Bill 162, requiring retail suppliers of electricity to disclose sources of energy being used to the California Energy Commission (CEC) and to consumers in the form of the Power Source Disclosure Annual Report and the Annual Power Content Label; and WHEREAS, the 2019 Power Source Disclosure Annual Report and Annual Power Content Label has been submitted to the CEC, and the Annual Power Content Label has been posted on the City's website for customers to review; and WHEREAS, the 2019 Power Source Disclosure Annual Report includes an attestation from an authorized agent of the City, under penalty of perjury, confirming the accuracy of the information provided. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, HEREBY RESOLVES, Section 1.: The City Council hereby certifies the 2019 Power Source Disclosure Program Report and Annual Power Content Label. Section 2.: The City Clerk shall certify to the adoption of this Resolution. Section 3.: This Resolution shall take effect immediately upon its adoption. PASSED, APPROVED, AND ADOPTED this 7th day of October 2020. Page133 Olt, i I DATE: October 7, 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 SUBJECT: Consideration of a Cooperative Agreement with San Bernardino County Transportation Authority (SBCTA) for the Design, Right-of-Way, and Construction Phases for the West Valley Connector Bus Rapid Transit Improvement Project - Phase 1. RECOMMENDATION: Staff recommends that the City Council approve the attached cooperative agreement with SBCTA for the West Valley Connector Bus Rapid Transit Improvement Project — Phase 1 (Attachment 1) and authorize the Mayor and City Clerk to sign the agreement. BACKGROUND: The West Valley Connector Bus Rapid Transit Improvement Project(West Valley Connector) is the second of ten planned bus rapid transit (BRT) lines laid out by Omnitrans in its 2010 System-wide Transit Corridor Plan for the San Bernardino Valley. This project would serve the Cities of Pomona, Montclair, Ontario, Rancho Cucamonga, and Fontana (see Figure 1 below). The County's first BRT line, the Green Line, runs along E Street in the Cities of San Bernardino and Loma Linda and began operations in 2014. � Phase 11Milllkan A ignmenl BRT Sfatlons � Phaae 2Ma Rlignmem BATIransfav - Metrolink Rall Ulm 0 SIAM 1 � o Figure 1 - West Valley Connector Route Map Due to local funding constraints the project has been split into two separate phases. Phase 1 is represented by the blue line in Figure 1 above and runs from the Pomona Transit Center to a terminus in Rancho Cucamonga serving major destinations including the Ontario International Airport (ONT), Ontario Mills, the Rancho Cucamonga Metrolink Station, and Victoria Gardens along the way. A future Phase 2, shown in green, is planned to begin at the ONT and generally run along Haven Avenue, Foothill Boulevard, and Sierra Avenue with a terminus in the City of Fontana. In the timeframe between the implementation of Phases 1 and 2, SBCTA and Omnitrans have agreed to increase local transit frequency to 15 minute peak and 30 minute off-peak service along Haven Avenue (existing Route 81) to better serve mixed use developments anticipated to be constructed in the area. Page134 The cost for development and construction of Phase 1 is currently estimated at $265,837,623 and has been reduced by just over$21 million from previous estimates based on project refinements including the deferral of a planned maintenance facility. Funding for the project is anticipated to include a combination Federal, State, and Local funding. SBCTA is in the process of applying for funding through applicable Federal and State grant programs and anticipates receiving funding determinations for those grant applications by Spring 2021. Environmental clearance for the project was achieved in May 2020 with the certification of the project's Final Environmental Impact Report by the SBCTA Board of Directors and the Federal Transit Administration's approval of the Finding of No Significant Impact. The project is in the design phase with 65% plans currently being developed. Right-of-way acquisition (primarily in the City of Ontario) will begin in October 2020 and the two-year construction phase is anticipated to begin in March 2022. ANALYSIS: The attached cooperative agreement formalizes the continued collaboration between the City and SBCTA that began several years ago on the West Valley Connector Project. The agreement sets forth the roles and responsibilities for each agency with respect to the design and construction of the project. In general, SBCTA will be responsible for the design, right-of-way acquisition, construction, public outreach, and administration of the project at no cost to the City. In turn, the City would be responsible to collaborate with SBCTA and its representatives; provide design standards; provide in-kind services at no cost to SBCTA for coordination, plan check, permitting, and inspections; exercise its rights under utility franchise agreements; and support right-of-way acquisition activities within the City. It should be noted that at this time minimal right-of-way is anticipated to be needed within the City. While this agreement covers cooperation between the City and SBCTA through construction of the project, a separate agreement with Omnitrans to detail responsibilities for maintenance and operation of the West Valley Connector will be needed. Staff will work with Omnitrans to negotiate this maintenance and operation agreement and present it to the City Council for consideration at a later date. FISCAL IMPACT: Funding for Phase 1 of the West Valley Connector is anticipated to come from a combination of Federal, State, and Local sources. Under this cooperative agreement, the City would have no direct financial obligations for the development and construction of the project. However, the City would participate in supporting the project by providing in-kind services at no cost to SBCTA such as staff coordination with SBCTA and its consultants and contractors, performance of plan check and inspection services, and issuance of permits. COUNCIL MISSION /VISION / GOAL(S) ADDRESSED: This item aligns with the City Council's vision to build on the City's success as a world class community by furthering an equitable, sustainable, and vibrant city through continued collaboration with SBCTA to develop high-quality transit to serve the City's residents and businesses. ATTACHMENTS: Attachment 1 - Cooperative Agreement with SBCTA Page 2 Page 135 ATTACHMENT 1 COOPERATIVE AGREEMENT NO. 20-1002423 BETWEEN SAN BERNARDINO COUNTY TRANSPORTATION AUTHORITY AND CITY OF RANCHO CUCAMONGA FOR THE DESIGN, RIGHT-OF-WAY AND CONSTRUCTION PHASES FOR THE WEST VALLEY CONNECTOR BUS RAPID TRANSIT IMPROVEMENT PROJECT-PHASE 1 IN THE CITY OF RANCHO CUCAMONGA 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 herein as a"Parry" and collectively as "Parties". WHEREAS, SBCTA proposes Phase I construction of the West Valley Connector Project ("PROJECT"), a bus rapid transit (`BRT") project that would decrease travel times and improve the existing public transit system within the corridor; and WHEREAS, the Phase I improvements consist of a 19 mile-long Milliken Avenue alignment,from the eastern boundary limit in Pomona to Victoria Gardens in Rancho Cucamonga. Within the planned PROJECT limit, approximately 3.5 miles of dedicated BRT lanes will be implemented along Holt Blvd. in the City of Ontario. In addition, Transit Signal Priority (TSP) and other transportation systems management improvements would also be included; and WHEREAS, PROJECT areas within the City of Rancho Cucamonga are at the Rancho Cucamonga Metrolink Station, along Foothill Boulevard at Milliken Avenue and Rochester Avenue, and adjacent to Victoria Gardens on Day Creek Boulevard between North Mainstreet and South Mainstreet; and WHEREAS, the Parties wish to enter into this Agreement to delineate roles and responsibilities; and WHEREAS, SBCTA will continue as the lead agency for Environmental, Design, Right- of-Way (ROW), and Construction of the PROJECT; and WHEREAS, SBCTA certified the environmental impact report under the California Environmental Quality Act and obtained Environmental Clearance from the Federal Transit Administration (FTA) and will be obtaining revalidation of the Environmental Clearance, if required, during final design; and 1114573.1 Page 136 WHEREAS, SBCTA is responsible for obtaining Environmental Certification and providing the required permits and final Plans, Specifications and Estimate (PS&E); and WHEREAS, Final Design, ROW and Construction will start after SBCTA's receipt of Environmental approval by FTA; and WHEREAS, Local (non-City), State and/or Federal funds are anticipated to be used to fund the PROJECT; and WHEREAS, SBCTA had previously procured the services of Parsons Transportation Group (CONSULTANT) for Preliminary Engineering, Environmental Clearances and Technical Reports, Final Design, Construction Bidding and Award Support and Design Support during Construction for the PROJECT; and NOW, THEREFORE, in consideration of the foregoing recitals and the mutual promises herein, the Parties agree as follows: I. SBCTA RESPONSIBILITIES SBCTA agrees: A. To be the sponsor and funding agency, including managing and administering the PROJECT. B. To design, perform ROW acquisition services, and advertise, award, and administer the construction contract for the PROJECT, adhering to the CITY standards and requirements for work within the jurisdictional boundaries of the CITY, at no cost to the CITY. C. SBCTA and its consultants shall apply for, and CITY shall issue at no cost to SBCTA or its consultants, encroachment permits authorizing entry of SBCTA and its consultants onto CITY right of way to perform investigative activities, including surveying and geotechnical borings, required by the PROJECT. D. To coordinate with CITY on a proposed TSP system during the design, construction/installation, testing and start-up of the TSP system. SBCTA shall be responsible for the relocation of existing CITY traffic control equipment that must be relocated as a result of the PROJECT and all costs associated therewith. If additional equipment is needed to implement TSP system on existing CITY traffic signals, SBCTA shall purchase and install all TSP equipment necessary to develop a TSP system. SBCTA will coordinate with CITY to design and implement a TSP system compatible with the CITY's existing equipment and traffic operations to the satisfaction of the CITY. SBCTA shall be responsible for the installation and testing of the TSP system during the Construction Phase,which includes testing, start-up, and commissioning. CITY shall provide SBCTA and its contractor access to the traffic signal equipment via a separate encroachment permit during the Construction Phase for the purpose of TSP implementation. SBCTA will ensure that contractor meets all requirements of the encroachment permit. Maintenance and reporting will be detailed in a separate Operations and Maintenance (O&M) agreement between Omnitrans and CITY, which must be executed prior 20-1002423 Page 137 to installation of TSP. The CITY will cooperate with the mutual goal of executing the maintenance agreement prior to award of the contract for construction of the project. CITY will not implement TSP until substantial completion and final acceptance by the CITY. E. To prepare a Transportation Management Plan (TMP) and submit to CITY for review and acceptance, in regards to construction-related impacts to CITY. The TMP will address construction-related impacts to existing CITY street traffic, and will include normal traffic handling requirements during PROJECT construction, including staging, driveway closures, lane closures, re-striping, detours, and signalization, and will specify requirements for communicating with the public and local agencies during construction. F. To coordinate development and construction of the PROJECT with CITY and hold monthly technical, traffic management, public relations, and various other project meetings to brief CITY on the status of the PROJECT; to solicit input from CITY staff and to provide a forum to resolve PROJECT and local agency issues. G. In coordination with CITY's public outreach staff,to implement a Public Awareness Campaign (PAC) during design and construction of the PROJECT, that advises CITY, local CITY businesses, residents, elected officials, motorists, and media of construction status, and lane closures. The PAC shall be approved by the CITY prior to implementation. H. To preserve and reuse existing bus stop shelters within the City, which are identified as BRT Stations. I. To work with Omnitrans to implement the proposed additional frequency(15 minute peak and 30 minute off-peak) service along existing Route 81 in the City of Rancho Cucamonga between Ontario Mills and Chaffey College at such a time agreed to by the CITY and SBCTA, contingent on available funding for this level of service. Changes in frequency of Route 81 may be adjusted by SBCTA and Omnitrans, with the consent of the City based on ridership. J. To identify all necessary ROW acquisition and provide the CITY a list of properties that are required for the PROJECT prior to sending offers to property owners. K. To implement a Quality Management Plan in all phases of the PROJECT according to FTA guidelines. II. CITY RESPONSIBILITIES CITY agrees: A. To collaborate and cooperate with SBCTA staff, consultants, employees, agents, and contractors during design and construction of PROJECT, including CITY staff participation in the PROJECT's partnering program. B. To designate a responsible staff member that will be CITY's representative in attending the PROJECT meetings and receiving day-to-day communications for coordination with various CITY Departments and PROJECT team. 20-1002423 Page 138 C. To make available to SBCTA all necessary CITY regulations, policies, procedures, manuals, standard plans and specifications and other standards required for the design and construction of the PROJECT. D. To agree on the specific engineering standards to be used/referenced as required for design and construction of the PROJECT (Greenbook, Caltrans, CITY Standards, etc.) during the early design phase. E. To agree on the version or year of publication for standards and manuals to be used during design of the PROJECT. CITY shall agree that no design changes shall be made after completion of 65%Design Submittal, even revisions of referenced standards and manuals that may be issued during the course of the PROJECT, unless such update relates to safety or any other advancements or improvements mandated by federal, state or local government outside of CITY's control. F. To contribute in-kind services to the PROJECT provided at CITY's own costs, including but not limited to, all plan reviews,processing construction permits, and construction inspections. G. To provide project management support, including but not limited to, plan and specifications review and approval, which includes aesthetics review, public and business outreach and construction inspection. Construction inspection includes the inspection deemed necessary by the CITY and is above and beyond the inspection services provided by SBCTA. H. To issue no-fee permits to SBCTA or its consultants, including construction, encroachment permits for CITY right-of-way and other permits necessary to complete the PROJECT. I. To issue no-fee temporary construction easements for CITY-owned parcels. J. To complete review and provide comments on PROJECT submittals to SBCTA within 30 calendar days after the submittal is received by the CITY so as to not cause delay to the PROJECT schedule. The 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. K. To coordinate with SBCTA on a proposed TSP system during the design, construction/installation, testing and start-up of the TSP system. SBCTA shall be responsible for the relocation of existing CITY traffic control equipment that must be relocated as a result of the PROJECT and all costs associated therewith. If additional equipment is needed to implement TSP system on existing CITY traffic signals, SBCTA shall purchase and install all TSP equipment necessary to develop a TSP system. SBCTA will coordinate with CITY to design and implement a TSP system compatible with the CITY's existing equipment and traffic operations to the satisfaction of the CITY. SBCTA shall be responsible for the installation and testing of the TSP system during the Construction Phase,which includes testing, start-up, and commissioning. CITY shall provide SBCTA and its contractor access to the traffic signal equipment via a separate encroachment permit during the Construction Phase for the purpose 20-1002423 Page 139 of TSP implementation. SBCTA shall ensure that its contractor meets all requirements of the encroachment permit. Maintenance and reporting will be detailed in a separate Operations and Maintenance (O&M) agreement between Omnitrans and CITY, which must be executed prior to installation of TSP. The CITY will cooperate with the mutual goal of executing the maintenance agreement prior to award of the contract for construction of the project. CITY will not implement TSP until substantial completion and final acceptance by the CITY. L. To work with SBCTA on review and acceptance of TMP for work within the jurisdictional boundaries of the CITY. M. CITY shall cause each public utility to rearrange or relocate its public utility facilities that may be determined by SBCTA and CITY to conflict with the PROJECT. CITY hereby agrees to exercise and invoke its rights under any applicable state franchise laws or under any applicable franchise agreements that it has with utilities,to effectuate such rearrangement or relocation at the expense of the affected utility, as necessary to allow completion of the PROJECT. CITY shall cooperate with SBCTA and provide all appropriate and necessary support to achieve this result. In the event the public utility fails to make the rearrangement or relocation or fails to agree to make the rearrangement or relocation in a timely manner,CITY shall,to the full extent allowed by law,assign its rights under any applicable franchise or other agreements to SBCTA to permit SBCTA to rearrange or relocate in a timely manner. CITY shall cooperate with SBCTA,provide assistance to SBCTA as needed, and shall join with SBCTA as a party in the prosecution or defense of CITY and SBCTA's rights under the laws of the State of California to cause such rearrangements or relocations. Wherever reasonably feasible. any relocation of a public utility shall be made to an area covered by a state franchise or local franchise. SBCTA shall indemnify and hold harmless the CITY and reimburse all CITY costs, including attorney's fees, related to invoking and exercising the CITY's rights under this paragraph. N. To cooperate with SBCTA for the relocation, protection, and construction of CITY-owned utilities. CITY will not be responsible for cost of CITY-owned utility relocation that are impacted by the PROJECT. O. To enter into a separate O&M agreement with Omnitrans. The O&M agreement will establish the responsibilities of each Party relating to the operation and maintenance of facilities within the limits of the PROJECT, including the maintenance and operation of the TSP. P. Upon completion and prior to CITY's final acceptance of the facilities constructed within the boundaries of the CITY, CITY shall be responsible for entering into maintenance agreements for all facilities and shall release SBCTA from any obligations thereof. Q. To allow SBCTA to install a pylon or a similar signage consistent with the WVC BRT branding, including amenities attached to the pylon including electronic signage, lighting, and security systems. R. To allow SBCTA to install electric charging facilities/stations at the Victoria Gardens Station on Day Creek Boulevard between North Mainstreet and South Mainstreet, which will allow Omnitrans to charge electric buses upon CITY's approval of final design. 20-1002423 Page 140 S. To incorporate the WVC Project as a component of the specific plan that is under development at the Metrolink Rancho Cucamonga Station,if a specific plan is eventually approved to ensure the operational requirements of the WVC Project. T. To support SBCTA property acquisition activities for acquisitions in the City of Rancho Cucamonga deemed necessary for the PROJECT in accordance with SBCTA's Real Estate Acquisition and Management Plan developed for the PROJECT. U. Upon concurrence from City Council, to accept title to properties acquired for the PROJECT and assets determined by SBCTA that would typically fall under the CITY's jurisdiction including, but not limited to, roadway widening, sidewalk improvements and storm drain system, no later than sixty (60) days after SBCTA requests the CITY to accept such acquired right-of-way and assets but no sooner than the CITY's acceptance of the PROJECT improvements. The Use and Control of Project Properties only apply to properties and assets accepted by the CITY. Use and control of PROJECT properties i. In General - Omnitrans shall have the right to exercise satisfactory continuing control over the PROJECT Property (defined as all assets funded by West Valley Connector PROJECT funding, including those assets that go under the ownership of the CITY upon completion of the PROJECT) in accordance with FTA requirements and grant conditions. ii. Period of Control — Omnitrans' right to exercise control over the PROJECT Property shall continue as long as the PROJECT Property is needed, in the judgment of Omnitrans,for the appropriate PROJECT purposes for the duration of the useful life of that property, as required by the FTA, and shall include any time period necessary to dispose of the PROJECT Property under FTA requirements and procedures. iii. Use — Upon transfer of property title to the City, CITY agrees to use the PROJECT Property for appropriate PROJECT purposes to support public transportation activities. The CITY agrees to notify Omnitrans prior to withdrawal of any PROJECT Property from PROJECT use or when any PROJECT Property is used in a manner substantially different from the representation the CITY agrees to under this Agreement or any other agreement the CITY enters into related to the PROJECT. iv. Maintenance - CITY agrees to maintain its PROJECT Property in good operating order, in compliance with any applicable Federal laws and regulations, and in accordance with applicable Federal directives, except to the extent that FTA determines otherwise in writing. v. Records - CITY agrees to keep satisfactory records pertaining to the use of the PROJECT Property and submit to Omnitrans upon request such information as may be required by the FTA to assure compliance with FTA's Master Agreement. Such records include the current condition of the assets(PROJECT Property), for the purpose of tracking whether the PROJECT Property has met 20-1002423 Page 141 its useful life and whether the PROJECT Property remains in use for its intended transit use for the duration of its useful life. vi. Incidental Use - Any incidental use of PROJECT Property will not exceed that permitted under applicable Federal laws or regulations in accordance with applicable Federal directives. Any incidental use must be submitted to Omnitrans for submission to and approval of FTA. (Incidental Use is defined in FTA Circular C5010 E as the limited authorized non-transit use of project property. FTA may approve an incidental use that does not affect a property's transit capacity or use). vii. Transfer or Lease of Property - CITY shall not transfer any obligation pertaining to the PROJECT Property that would affect Omnitrans', on behalf of the FTA, continuing interest in the PROJECT Property. Any transfer or lease must be approved by Omnitrans. III. MUTUAL RESPONSIBILITIES AND AGREEMENT The Parties agree: A. To abide by all applicable Federal, State and Local laws, regulations,policies,procedures and standards pertaining to the PROJECT. B. 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 and 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 or its officers, directors, employees, agents,volunteers and contractors under or in connection with any work, authority or jurisdiction delegated to CITY under this Agreement. C. Neither CITY 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 SBCTA under or in connection with any work, authority or 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 and 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 or its officers, directors, employees, agents,volunteers and contractors under or in connection with any work, authority or jurisdiction delegated to SBCTA under this Agreement. D. This Agreement will terminate upon completion of PROJECT Close Out as determined by SBCTA, unless otherwise extended by agreement, except that the indemnification provisions shall remain in effect until terminated or modified, in writing,by mutual agreement. 20-1002423 Page 142 E. Should any claims arising out of this 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. F. Notwithstanding any other provision herein, to the extent consistent with the terms and obligations hereof, any Party may terminate this Agreement at any time,with or without cause, by giving thirty(30) calendar days written notice to all the other Parties. G. All signatories hereto warrant that they are duly authorized to execute this Agreement on behalf of said Parties and that by executing this Agreement, the Parties hereto are formally bound to this Agreement. H. Except on subjects preempted by federal law, this Agreement shall be governed by 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. I. 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 business hours to examine all Parties' financial books and records relating 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. J. If any clause or provision of this Agreement is fully and finally determined by a court of competent jurisdiction to be illegal,invalid or unenforceable under applicable present or future laws, then it is the intention of the Parties that the illegal, invalid or unenforceable clause or provision shall be deemed severed from this Agreement and the remainder of this Agreement shall not be affected but shall remain in full force and effect. K. This Agreement cannot be amended or modified in any way except in writing, signed by all Parties hereto. L. Neither this Agreement, nor any of the Parties' rights, obligations, duties, or authority hereunder,may be assigned in whole or in part by either Parry without the prior written consent of the other Party in its sole, and absolute, discretion. Any such attempt of assignment shall be deemed void and of no force and effect. M. No waiver of any default shall constitute a waiver of any other default whether of the same or other covenant or condition. No waiver, benefit, privilege, or service voluntarily given or performed by a Party shall give the other Party any contractual rights by custom, estoppel, or otherwise. N. In the event of litigation arising from this Agreement, each Parry 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 B and C of this Section and paragraph M of Section II. O. This Agreement may be signed in counterparts, each of which shall constitute an original. 20-1002423 Page143 P. CITY and SBCTA represent that they have sufficient insurance coverage for purposes of Professional Liability, General Liability, Automobile Liability and Workers' Compensation, and warrant that through their respective insurance programs they have adequate coverage or resources to protect against liabilities arising out of the performance of the terms, conditions or obligations of this Agreement. Q. The Recitals are incorporated into and made a part of this Agreement. R. Any notice required, authorized or permitted 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 facsimile addressed to the relevant party at the address/fax number stated below: If to SBCTA: Victor Lopez, P.E. Chief of Transit and Rail Programs 1170 West Third Street, Second Floor San Bernardino, CA 92410-1715 Telephone: (909) 884-8276 If to CITY: Jason Welday, P.E. Director of Engineering Services/City Engineer City of Rancho Cucamonga 10500 Civic Center Drive Rancho Cucamonga, CA 91730 Telephone: (909) 774-4011 --------------------SIGNATURES ON FOLLOWING PAGE-------------------- 20-1002423 Page 144 IN WITNESS THEREOF,this Agreement has been executed by the Parties hereto and is effective on the date signed by SBCTA. SAN BERNARDINO COUNTY CITY OF RANCHO TRANSPORTATION AUTHORITY CUCAMONGA By: By: Frank J. Navarro, President L. Dennis Michael Board of Directors Mayor Date: Date: APPROVED AS TO FORM: APPROVED AS TO FORM: By: By: Julianna K. Tillquist James L. Markman SBCTA General Counsel City Attorney CONCURRENCE: By: Jeffery Hill Procurement Manager 20-1002423 Page145 CITY OF RANCHO CUCAMONGA DATE: October 7, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: William Wittkopf, Public Works Services Director Neil Plummer, Facilities Superintendent Paul Fisher, Management Analyst II Ruth Cain, CPPB, Procurement Manager SUBJECT: Consideration to Award A Contract to Champion Fire Systems, Inc. for Fire Suppression System Maintenance at Various City Facilities in an Amount Not to Exceed $45,000 for FY 2020/2021 and an Estimated Total Contract Amount of $355,510 Over Seven Years. RECOMMENDATION: Staff recommends that the City Council award and authorize the execution of a contract with Champion Fire Systems, Inc. of Rancho Cucamonga for fire suppression system maintenance at various City facilities, effective as of the date of mutual execution through June 30, 2021, with an option to renew in one year increments up to a total of six additional years through June 30, 2027, in an amount not to exceed $45,000 for FY 2020/2021 and an estimated total contract amount of$355,510 over seven years, and authorize the City Manager to renew the contract annually, contingent upon the approval of the FY 2021/2022 and future year budgets. BACKGROUND: The Public Works Services Department and the Procurement Division routinely issue requests for proposals to ensure vendor services remain competitive. Public Works staff updated the fire suppression system maintenance specifications to include new requirements and better compliance language. The scope of work for Fire Suppression System Maintenance includes, but is not limited to, testing, repair and preventative maintenance of water-based systems, fire extinguishers, fire/smoke doors, kitchen hood systems, fire hose and clean agent suppression systems Services are to be provided City Buildings to ensure compliance with NFPA 25, NFPA 10, NFPA 13, NFPA 72 and Title 19. The updated specifications were provided to the Procurement Division to prepare a formal Request for Proposals (RFP). The Procurement Division prepared and posted RFP 20/21-003 for Fire Suppression System Maintenance. There were four hundred eighty-two (482) notified vendors; twenty-one (21) prospective bidders downloaded or viewed the bid package, and there were four (4) responses received, of which zero (0) were non-responsive. ANALYSIS: An Evaluation Committee consisting of staff from various departments conducted a thorough analysis of the RFP responses and scored and ranked the four (4) responsive proposals in accordance with the evaluation criteria. Champion Fire Systems, Inc. received the highest overall rating and was deemed to be the most responsive contractor. Therefore, staff recommends the City Council award a contract to Champion Fire Systems, Inc., effective from the date of mutual execution through June 30, 2021, with an option to renew in one year increments up to a total of six additional years through June 30, 2027, in an amount not to exceed $45,000 for FY 2020/2021. In anticipation of a possible request by the contractor for a rate adjustment in future years due to cost increases; 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 146 Est. Annual Fiscal Year Prior Year Costs Increase (4%) Total Costs 2020/2021 $ 45,000 2021/2022 $ 45,000 $ 1,800 $ 46,800 2022/2023 $ 46,800 $ 1,880 $ 48,680 2023/2024 $ 48,680 $ 1,950 $ 50,630 2024/2025 $ 50,630 $ 2,030 $ 52,660 2025/2026 $ 52,660 $ 2,110 $ 54,770 2026/2027 $ 54,770 $ 2,200 $ 56,970 Grand Total $ 355,510 An additional $158,070 over seven years for Fire Suppression System Maintenance at Fire District facilities 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 adopted budget for FY 2020/2021. COUNCIL MISSION /VISION / GOAL(S) ADDRESSED: This item addresses the City Council's goal of Enhancing Premier Community Status and Public Safety by ensuring City and Fire District facilities are properly maintained. ATTACHMENTS: Attachment 1 — Champion Fire Systems, Inc. Contract Page 2 Page 147 CITY OF RANCHO CUCAMONGA PUBLIC WORKS SERVICES DEPARTMENT 0 RANCHO CUCAMONGA CONTRACT CHAMPION FIRE SYSTEMS, INC. FIRE SUPPRESSION SYSTEMS MAINTENANCE (RFP 20/21-003) AWARD DATE: October 7, 2020 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this 7th day of October 2020, by and between the City of Rancho Cucamonga, a municipal corporation ("City"), the Rancho Cucamonga Fire Protection District ("RCFPD") and Champion Fire Systems, Inc., a fire suppression system maintenance contractor("Contractor"). RECITALS A. City and RCFPD has heretofore issued its request for proposals to perform the following services: Fire Suppression Systems Maintenance (RFP 20/21-003) ("the Project"). B. Contractor has submitted a proposal to perform the services described in Recital "A", above, necessary to complete the Project. C. City and RCFPD desires to engage Contractor to complete the Project in the manner set forth and more fully described herein. D. Contractor represents that it is fully qualified and licensed under the laws of the State of California to perform the services contemplated by this Agreement in a good and professional manner. AGREEMENT NOW, THEREFORE, in consideration of performance by the parties of the mutual promises, covenants, and conditions herein contained, the parties hereto agree as follows: 1. Contractor's Services. 1.1 Scope and Level of Services. Subject to the terms and conditions set forth in this Agreement, City and RCFPD hereby engages Contractor to perform all services described in Recitals "A" and "B" above, including, but not limited to Fire Alarm and Water Based Fire Protection System maintenance, testing, repair and preventative maintenance Per NFPA 25 & TITLE 19;all as more fully set forth in the RFP 20/21-003,attached hereto as Exhibit A,Contractor's proposal, dated May 8,2020 attached hereto as Exhibit B,and Schedule of Lump Sum and Unit Costs attached hereto as Exhibit C, hereinafter entitled "Scope of Work", and incorporated by reference herein. The nature, scope, and level of the services required to be performed by Contractor are set forth in the Scope of Work and are referred to herein as "the Services." In the event of any inconsistencies between the Scope of Work and this Agreement, the terms and provisions of this Agreement shall control. 1.2 Revisions to Scope of Work. Upon request of the City and RCFPD, the Contractor will promptly meet with City and RCFPD staff to discuss any revisions to the Project desired by the City and RCFPD. Contractor agrees that the Scope of Work may be amended based upon said meetings, and, by amendment to this Agreement, the parties may agree on a revision or PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?%149 revisions to Contractor's compensation based thereon. A revision pursuant to this Section that does not increase the total cost payable to Contractor by more than ten percent (10%) of the total compensation specified in Section 3, may be approved in writing by City's Manager without amendment. 1.3 Time for Performance. Contractor shall perform all services under this Agreement in a timely,regular basis consistent with industry standards for professional skill and care, and in accordance with any schedule of performance set forth in the Scope of Work, or as set forth in a"Schedule of Performance", if such Schedule is attached hereto as Exhibit"N/A". 1.4 Standard of Care. As a material inducement to City and RCFPD to enter into this Agreement, Contractor hereby represents that it has the experience necessary to undertake the services to be provided. In light of such status and experience, Contractor hereby covenants that it shall follow the customary professional standards in performing the Services. 1.5 Familiarity with Services. By executing this Agreement, Contractor represents that, to the extent required by the standard of practice, Contractor (a)has investigated and considered the scope of services to be performed, (b)has carefully considered how the services should be performed, and (c) understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Contractor represents that Contractor, to the extent required by the standard of practice, has investigated any areas of work, as applicable, and is reasonably acquainted with the conditions therein. Should Contractor discover any latent or unknown conditions, which will materially affect the performance of services, Contractor shall immediately inform City and RCFPD of such fact and shall not proceed except at Contractor's risk until written instructions are received from the City and RCFPD Representative. 2. Term of Agreement. The term of this Agreement shall become effective as of the date of the mutual execution by way of both parties' signature (the "Effective Date") through June 30, 2021. No work shall be conducted; service or goods will not be provided until this Agreement has been executed and requirements have been fulfilled. Parties to this Agreement shall have the option to renew in 1-year increments to a total of 7 years, unless sooner terminated as provided in Section 14 herein. Contractor may request a Cost of living Increase in an amount not to exceed the increase in the March index of the Consumer Price Index All Urban Consumers for the Riverside-San Bernardino-Ontario, California area published by the U.S. Department of Labor, Bureau of Labor Statistics. Options to renew are contingent upon the City Manager's approval, subject to pricing review, and in accordance to all Terms and Conditions stated herein unless otherwise provided in writing by the City and RCFPD. 3. Compensation. 3.1 Compensation. City and RCFPD shall compensate Contractor as set forth in Exhibit A, provided, however, that full, total and complete amount payable to Contractor shall not exceed forty-five thousand dollars ($45,000) for City facilities and twenty thousand dollars ($20,000) for RCFPD facilities for services during the City and RCFPD's fiscal year ending June 30,2021,including all out of pocket expenses,unless additional compensation is approved by the City Manager or City Council. City and RCFPD shall not withhold any federal, state or other taxes,or other PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?IW,J 50 deductions. However, City and RCFPD shall withhold not more than ten percent (10%) of any invoice amount pending receipt of any deliverables reflected in such invoice. Under no circumstance shall Contractor be entitled to compensation for services not yet satisfactorily performed. The parties further agree that compensation may be adjusted in accordance with Section 1.2 to reflect subsequent changes to the Scope of Services. City and RCFPD shall compensate Contractor for any authorized extra services as set forth in Exhibit A. 4. Method of Payment. 4.1 Invoices. Contractor shall submit to City and RCFPD monthly invoices for the Services performed pursuant to this Agreement. The invoices shall describe in detail the Services rendered during the period and shall separately describe any authorized extra services. Any invoice claiming compensation for extra services shall include appropriate documentation of prior authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga, California. 4.2 City and RCFPD shall review such invoices and notify Contractor in writing within ten (10)business days of any disputed amounts. 4.3 City and RCFPD shall pay all undisputed portions of the invoice within thirty (30) calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in Section 3. 4.4 All records, invoices, time cards, cost control sheets and other records maintained by Contractor relating to services hereunder shall be available for review and audit by the City and RCFPD. 5. Representatives. 5.1 City and RCFPD Representative. For the purposes of this Agreement, the contract administrator and City and RCFPD's representative shall be William Wittkopf, Public Works Services Director, or such other person as designated in writing by the City and RCFPD ("City and RCFPD Representative"). It shall be Contractor's responsibility to assure that the City and RCFPD Representative is kept informed of the progress of the performance of the services, and Contractor shall refer any decisions that must be made by City and RCFPD to the City and RCFPD Representative. Unless otherwise specified herein, any approval of City and RCFPD required hereunder shall mean the approval of the City and RCFPD Representative. 5.2 Contractor Representative. For the purposes of this Agreement, Mike Vogel, Account Manager, is hereby designated as the principal and representative of Contractor authorized to act in its behalf with respect to the services specified herein and make all decisions in connection therewith("Contractor's Representative"). It is expressly understood that the experience, knowledge, capability and reputation of the Contractor's Representative were a substantial inducement for City and RCFPD to enter into this Agreement. Therefore, the Contractor's Representative shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 POSP J51 sufficient time to personally supervise the services hereunder. Contractor may not change the Responsible Principal without the prior written approval of City and RCFPD. 6. Contractor's Personnel. 6.1 All Services shall be performed by Contractor or under Contractor's direct supervision, and all personnel shall possess the qualifications, permits, and licenses required by State and local law to perform such Services, including, without limitation, a City and RCFPD business license as required by the City's Municipal Code. 6.2 Contractor shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services and compliance with the standard of care set forth in Section 1.4. 6.3 Contractor shall be responsible for payment of all employees' and subcontractors' wages and benefits and shall comply with all requirements pertaining to employer's liability, workers' compensation, unemployment insurance, and Social Security. By its execution of this Agreement, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code and agrees to comply with such provisions before commencing the performance of the Services. 6.4 Contractor shall indemnify, defend and hold harmless City and RCFPD and its elected officials, officers and employees, servants, designated volunteers, and agents serving as independent contractors in the role of City and RCFPD officials, from any and all liability, damages, claims,costs and expenses of any nature to the extent arising from Contractor's violations of personnel practices and/or any violation of the California Labor Code. City and RCFPD shall have the right to offset against the amount of any fees due to Contractor under this Agreement any amount due to City and RCFPD from Contractor as a result of Contractor's failure to promptly pay to City and RCFPD any reimbursement or indemnification arising under this Section 6. 7. Ownership of Work Product. 7.1 Ownership. All documents, ideas, concepts, electronic files, drawings, photographs and any and all other writings, including drafts thereof,prepared, created or provided by Contractor in the course of performing the Services, including any and all intellectual and proprietary rights arising from the creation of the same (collectively, "Work Product"), are considered to be "works made for hire" for the benefit of the City and RCFPD. Upon payment being made, and provided Contractor is not in breach of this Agreement, all Work Product shall be and remain the property of City and RCFPD without restriction or limitation upon its use or dissemination by City and RCFPD. Basic survey notes, sketches, charts, computations and similar data prepared or obtained by Contractor under this Agreement shall,upon request,be made available to City and RCFPD. None of the Work Product shall be the subject of any common law or statutory copyright or copyright application by Contractor. In the event of the return of any of the Work Product to Contractor or its representative, Contractor shall be responsible for its safe return to City and RCFPD. Under no circumstances shall Contractor fail to deliver any draft or PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?%J 52 final designs, plans, drawings, reports or specifications to City and RCFPD upon written demand by City and RCFPD for their delivery, notwithstanding any disputes between Contractor and City and RCFPD concerning payment, performance of the contract, or otherwise. This covenant shall survive the termination of this Agreement. City and RCFPD's reuse of the Work Product for any purpose other than the Project, shall be at City and RCFPD's sole risk. 7.2. Assignment of Intellectual Property Interests: Upon execution of this Agreement and to the extent not otherwise conveyed to City and RCFPD by Section 7.1, above, the Contractor shall be deemed to grant and assign to City and RCFPD, and shall require all of its subcontractors to assign to City and RCFPD, all ownership rights, and all common law and statutory copyrights, trademarks, and other intellectual and proprietary property rights relating to the Work Product and the Project itself, and Contractor shall disclaim and retain no rights whatsoever as to any of the Work Product, to the maximum extent permitted by law. City and RCFPD shall be entitled to utilize the Work Product for any and all purposes, including but not limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and publicizing the Project or any aspect of the Project. 7.3 Title to Intellectual Property. Contractor warrants and represents that it has secured all necessary licenses, consents or approvals to use any instrumentality, thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the Services and the production of the Work Product and/or materials produced under this Agreement, and that City and RCFPD has full legal title to and the right to reproduce any of the Work Product. Contractor shall defend, indemnify and hold City and RCFPD, and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City and RCFPD officials, harmless from any loss, claim or liability in any way related to a claim that City and RCFPD's use is violating federal, state or local laws, or any contractual provisions, relating to trade names, licenses, franchises, patents or other means of protecting intellectual property rights and/or interests in products or inventions. Contractor shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials,software,equipment,devices or processes used or incorporated in the Services and materials produced under this Agreement. In the event City and RCFPD's use of any of the Work Product is held to constitute an infringement and any use thereof is enjoined, Contractor, at its expense, shall: (a) secure for City and RCFPD the right to continue using the Work Product by suspension of any injunction or by procuring a license or licenses for City and RCFPD; or(b)modify the Work Product so that it becomes non-infringing. This covenant shall survive the termination of this Agreement. 8. Status as Independent Contractor. Contractor is, and shall at all times, remain as to City and RCFPD, a wholly independent contractor. Contractor shall have no power to incur any debt, obligation, or liability on behalf of City and RCFPD or otherwise act as an agent of City and RCFPD. Neither City and RCFPD nor any of its agents shall have control over the conduct of Contractor or any of Contractor's employees, except as set forth in this Agreement. Contractor shall not, at any time, or in any manner, represent that it or any of its officers, agents or employees are in any manner employees of City and RCFPD. Contractor shall pay all required taxes on amounts paid to Contractor under this Agreement, and to defend, indemnify and hold City and RCFPD harmless from any and all taxes,assessments,penalties,and interest asserted against City and RCFPD by reason of the independent contractor relationship created by this Agreement. Contractor shall fully comply with the workers' compensation law regarding Contractor and Contractor's employees PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?%J 53 9. Confidentiality. Contractor may have access to financial, accounting, statistical, and personnel data of individuals and City and RCFPD employees. Contractor covenants that all data, documents, discussion, or other information developed or received by Contractor or provided for performance of this Agreement are confidential and shall not be disclosed by Contractor without prior written authorization by City and RCFPD. City and RCFPD shall grant such authorization if applicable law requires disclosure. All City and RCFPD data shall be returned to City and RCFPD upon the termination of this Agreement. Contractor's covenant under this Section shall survive the termination of this Agreement. This provision shall not apply to information in whatever form that is in the public domain, nor shall it restrict the Contractor from giving notices required by law or complying with an order to provide information or data when such an order is issued by a court, administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law and reasonably necessary for the Contractor to defend itself from any legal action or claim. 10. Conflict of Interest. 10.1 Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the Services, or which would conflict in any manner with the performance of the Services. Contractor further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Contractor shall avoid the appearance of having any interest, which would conflict in any manner with the performance of the Services. Contractor shall not accept any employment or representation during the term of this Agreement which is or may likely make Contractor "financially interested" (as provided in California Government Code §§1090 and 87100)in any decision made by City and RCFPD on any matter in connection with which Contractor has been retained. 10.2 Contractor further represents that it has not employed or retained any person or entity, other than a bona fide employee working exclusively for Contractor, to solicit or obtain this Agreement. Contractor has not paid or agreed to pay any person or entity, other than a bona fide employee working exclusively for Contractor, any fee, commission, gift, percentage, or any other consideration contingent upon the execution of this Agreement. Upon any breach or violation of this warranty, City and RCFPD shall have the right, at its sole and absolute discretion, to terminate this Agreement without further liability, or to deduct from any sums payable to Contractor hereunder the full amount or value of any such fee, commission,percentage or gift. 10.3 Contractor has no knowledge that any officer or employee of City and RCFPD has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this transaction or in the business of Contractor, and that if any such interest comes to the knowledge of Contractor at any time during the term of this Agreement, Contractor shall immediately make a complete, written disclosure of such interest to City and RCFPD, even if such interest would not be deemed a prohibited"conflict of interest"under applicable laws as described in subsection 10.1. 11. Indemnification. 11.1 To the maximum extent permitted by law, the Contractor shall defend, indemnify and hold the City and RCFPD, and its elected officials, officers, employees, servants, PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?%a 54 volunteers, and agents serving as independent contractors in the role of City officials and RCFPD, (collectively, "Indemnitees"),free and harmless with respect to any and all damages, liabilities, losses, reasonable defense costs or expenses (collectively, "Claims"), including but not limited to Claims relating to death or injury to any person and injury to any property, which arise out of,pertain to, or relate to the acts, omissions, activities or operations of Contractor or any of its officers, employees, subcontractors, Contractors, or agents in the performance of this Agreement. Contractor shall defend Indemnitees in any action or actions filed in connection with any such Claims with counsel of City and RCFPD's choice, and shall pay all costs and expenses, including actual attorney's fees and experts' costs incurred in connection with such defense. The indemnification obligation herein shall not in any way be limited by the insurance obligations contained in this Agreement provided, however, that the Contractor shall have no obligation to indemnify for Claims arising out of the sole negligence or willful misconduct of any of the Indemnitees. 11.2 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that they may possess against Contractor because of the acceptance by City and RCFPD, or the deposit with City and RCFPD, of any insurance policy or certificate required pursuant to this Agreement. 11.3 Waiver of Right of Subro ag tion. Except as otherwise expressly provided in this Agreement, Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the Contractor. 11.4 Survival. The provisions of this Section 11 shall survive the termination of the Agreement and are in addition to any other rights or remedies which Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover under this indemnity provision, and an entry of judgment against Contractor shall be conclusive in favor of the Indemnitee's right to recover under this indemnity provision. 12. Insurance. 12.1 Liability Insurance. Contractor shall procure and maintain in full force and effect for the duration of this Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the services hereunder by Contractor, and/or its agents, representatives, employees or subcontractors. 12.2 Minimum Scope of Insurance.Unless otherwise approved by City and RCFPD, coverage shall be at least as broad as: (1) Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). (2) Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). (3) Worker's Compensation insurance as required by the State of California, and Employer's Liability Insurance. PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?IW,155 12.3 Minimum Limits of Insurance. Contractor shall maintain limits no less than: (1) Commercial General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. Commercial General Liability Insurance or other form with a general aggregate limit shall apply separately to this Agreement or the general limit shall be twice the required occurrence limit. (2) Automobile Liability: $2,000,000 per accident for bodily injury and property damage. (3) Employer's Liability: $1,000,000 per accident and in the aggregate for bodily injury or disease and Workers' Compensation Insurance in the amount required by law. (4) The Insurance obligations under this Agreement shall be the greater of (i) the Insurance coverages and limits carried by the Contractor; or (ii) the minimum Insurance coverages and limits shown in this Agreement. Any insurance proceeds in excess of the specified limits and coverage required which are applicable to a given loss, shall be available to the City and RCFPD. No representation is made that the minimum Insurance requirements of this Agreement are sufficient to cover the obligations of the Contractor under this agreement. 12.4 Deductibles and Self-Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City and RCFPD and shall not reduce the limits of coverage. City and RCFPD reserves the right to obtain a full certified copy of any required insurance policy and endorsements. 12.5 Other Insurance Provisions. (1) The commercial general liability and automobile liability policies are to contain the following provisions on a separate additionally insured endorsement naming the City, RCFPD, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City and RCFPD officials, as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; and/or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no limitations on the scope of protection afforded to City,RCFPD,its officers,officials,employees,designated volunteers or agents serving as independent contractors in the role of Cites RCFPD officials which are not also limitations applicable to the named insured. PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?%4 56 (2) For any claims related to this Agreement, Contractor's insurance coverage shall be primary insurance as respects City, RCFPD, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City and RCFPD officials.Any insurance or self-insurance maintained by City, RCFPD, its officers, officials, employees, designated volunteers or agents serving as independent contractors in the role of City and RCFPD officials shall be in excess of Contractor's insurance and shall not contribute with it. (3) Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (4) Contractor shall provide immediate written notice if (1) any of the required insurance policies is terminated; (2) the limits of any of the required polices are reduced; (3) or the deductible or self-insured retention is increased. In the event of any cancellation or reduction in coverage or limits of any insurance, Contractor shall forthwith obtain and submit proof of substitute insurance. Should Contractor fail to immediately procure other insurance, as specified, to substitute for any canceled policy, the City and RCFPD may procure such insurance at Contractor's sole cost and expense. (5) Each insurance policy required by this clause shall expressly waive the insurer's right of subrogation against City and RCFPD, its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City and RCFPD officials. (6) Each policy shall be issued by an insurance company approved in writing by City and RCFPD, which is admitted and licensed to do business in the State of California and which is rated ANII or better according to the most recent A.M. Best Co. Rating Guide. (7) Each policy shall specify that any failure to comply with reporting or other provisions of the required policy, including breaches of warranty, shall not affect the coverage required to be provided. (8) Each policy shall specify that any and all costs of adjusting and/or defending any claim against any insured, including court costs and attorneys' fees, shall be paid in addition to and shall not deplete any policy limits. (9) Contractor shall provide any and all other insurance, endorsements, or exclusions as required by the City and RCFPD in any request for proposals applicable to this Agreement. PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?%4 57 12.6 Evidence of coverage. Prior to commencing performance under this Agreement, the Contractor shall furnish the City and RCFPD with certificates and original endorsements, or copies of each required policy, effecting and evidencing the insurance coverage required by this Agreement including (1) Additional Insured Endorsement(s), (2) Worker's Compensation waiver of subrogation endorsement, and (3) General liability declarations or endorsement page listing all policy endorsements. The endorsements shall be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All endorsements or policies shall be received and approved by the City and RCFPD before Contractor commences performance. If performance of this Agreement shall extend beyond one year, Contractor shall provide City and RCFPD with the required policies or endorsements evidencing renewal of the required policies of insurance prior to the expiration of any required policies of insurance. 12.7 Contractor agrees to include in all contracts with all subcontractors performing work pursuant to this Agreement, the same requirements and provisions of this Agreement including the indemnity and insurance requirements to the extent they apply to the scope of any such subcontractor's work. Contractor shall require its subcontractors to be bound to Contractor and City and RCFPD in the same manner and to the same extent as Contractor is bound to City and RCFPD pursuant to this Agreement, and to require each of its subcontractors to include these same provisions in its contract with any sub-subcontractor. 13. Cooperation. In the event any claim or action is brought against City and RCFPD relating to Contractor's performance or services rendered under this Agreement, Contractor shall render any reasonable assistance and cooperation that City and RCFPD might require. City and RCFPD shall compensate Contractor for any litigation support services in an amount to be agreed upon by the parties. 14. Termination. City and RCFPD shall have the right to terminate this Agreement at any time for any or no reason on not less than ten(10) days prior written notice to Contractor. In the event City and RCFPD exercises its right to terminate this Agreement,City and RCFPD shall pay Contractor for any services satisfactorily rendered prior to the effective date of the termination, provided Contractor is not then in breach of this Agreement. Contractor shall have no other claim against City and RCFPD by reason of such termination, including any claim for compensation. City and RCFPD may terminate for cause following a default remaining uncured more than five (5)business days after service of a notice to cure on the breaching party. Contractor may terminate this Agreement for cause upon giving the City and RCFPD ten (10) business days prior written notice for any of the following: (1) uncured breach by the City and RCFPD of any material term of this Agreement, including but not limited to Payment Terms; (2) material changes in the conditions under which this Agreement was entered into, coupled with the failure of the parties to reach accord on the fees and charges for any Additional Services required because of such changes. 15. Notices. Any notices, bills, invoices, or reports authorized or required by this Agreement shall be in writing and shall be deemed received on(a)the day of delivery if delivered by hand or overnight courier service during Contractor's and City and RCFPD's regular business hours; PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?%08 or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses set forth in this Section, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this Section. All notices shall be addressed as follows: If to City and RCFPD: William Wittkopf City of Rancho Cucamonga Public Works Services Department 8794 Lion Street Rancho Cucamonga, CA 91730 If to Contractor: Mike Vogel,Account Manager Champion Fire Systems,Inc. 12170 Santa Margarita Court Rancho Cucamonga, CA 91730 16. Non-Discrimination and Equal Employment Opportunity. In the performance of this Agreement, Contractor shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Contractor will take affirmative action to ensure that subcontractors and applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. 17. Assignment and Subcontracting. Contractor shall not assign or transfer any interest in this Agreement or subcontract the performance of any of Contractor's obligations hereunder without City and RCFPD's prior written consent. Except as provided herein, any attempt by Contractor to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. 18. Compliance with Laws. Contractor shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time Contractor performs the Services. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and compliance with other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or"maintenance"project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can be found at http://www.dir.ca.gov/dlsr/DPreWageDetermination.htm Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services, available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the Project site. Contractor shall defend, indemnify and hold the City and RCFPD, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?IW,Jf9 19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City and RCFPD of any payment to Contractor constitute or be construed as a waiver by City and RCFPD of any breach of covenant, or any default which may then exist on the part of Contractor, and the making of any such payment by City and RCFPD shall in no way impair or prejudice any right or remedy available to City and RCFPD with regard to such breach or default. 20. Attorney's Fees. In the event that either party to this Agreement shall commence any legal action or proceeding to enforce or interpret the provisions of this Agreement,the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and costs of experts. 21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provisions of any document incorporated herein by reference,the provisions of this Agreement shall prevail. 22. Applicable Law and Venue. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California. Venue for any action relating to this Agreement shall be in the San Bernardino County Superior Court. 23. Construction. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein,the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. 24. Entire Agreement. This Agreement consists of this document, and any other documents, attachments and/or exhibits referenced herein and attached hereto, each of which is incorporated herein by such reference, and the same represents the entire and integrated agreement between Contractor and City and RCFPD. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?IW,)fD0 IN WITNESS WHEREOF, the parties, through their respective authorized representatives, have executed this Agreement as of the date first written above. Contractor Name: Champion Fire Systems, Inc. City of Rancho Cucamonga By: By: Name Date Name Date Title Title Rancho Cucamonga Fire Protection District By: Name Date By: Name Date Title Title (two signatures required if corporation) PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 ATTACHMENTS • Attachment A— Sample Additional Insured Endorsement, Ongoing Operations • Attachment B—Sample Additional Insured Endorsement, Completed Operations • Attachment C — Sample Waiver of Subrogation PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 PpW,JJ62 Attachment A— Sample Additional Insured Endorsement, Ongoing Operations POLICY NUMBER:— COMMERCIAL GENERAL LIABILITY CG20101001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization:The City of Rancho Cucamonga and the Rancho Cucamonga Fire Protection District(RCFPD),Their Officers,Officials,Employees,designated Volunteers and agents serving as independent contractors in the role of City or RCFPD Officials. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II—Who Is An Insured is amended to (1) All work, including materials, parts or include as an insured the person or organization equipment furnished in connection with shown in the Schedule, but only with respect to such work, on the project (other than liability arising out of your ongoing operations per- service, maintenance or repairs) to be formed for that insured. performed by or on behalf of the addi- B. With respect to the insurance afforded to these tional insured(s) at the site of the cov- additional insureds, the following exclusion is ered operations has been completed, added: or 2. Exclusions (2) That portion of"your work"out of which the injury or damage arises has been This insurance does not apply to ''bodily in- put to its intended use by any person or jury"or''property damage"occurring after: organization other than another con- tractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 10 01 ©ISO Properties, Inc., 2000 Page 1 of 1 ❑ PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 PpW,JA3 Attachment B—Sample Additional Insured Endorsement, Completed Operations POLICY NUMBER:— COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization:The City of Rancho Cucamonga and the Rancho Cucamonga Fire Protection District(RCFPD),Their Officers,Officials,Employees,designated Volunteers and agents serving as independent contractors in the role of City or RCFPD Officials. Attn:Public Works 10600 Civic Center Dr. Rancho Cucamonga,CA 91730 Location And Description of Completed Operations: Additional Premium:Included (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II—Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of''your work"at the location designated and described in the schedule of this endorsement performed for that insured and included in the"products-completed operations ha- zard". CG 20 37 10 01 ©ISO Properties, Inc., 2000 Page 1 of 1 PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?%)t6, 4 Attachment C—Sample Waiver of Subrogation POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 24 04 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Rancho Cucamonga and the Rancho Cucamonga Fire Protection District,and their elected officials,officers,employees,servants,attorneys,designated volunteers,and agents serving as independent contractors in the role of City officials. (If no entry appears above,information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COM MERCIAL GENERAL LIABILITY CONDITIONS)is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work' done under a contract with that person or organization and included in the"products-completed operations hazard".This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 ❑ PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?%Jj65 SCOPE OF WORK Scope of Work Contents: • Exhibit A—RFP 20/21-003 • Exhibit B—Contractor's proposal, dated May 8, 2020 • Exhibit C—Unit Costs PSA without professional liability insurance(contractor) Vendor Initials Last Revised:10102113 P?%)A6 ANC HO CUCAMONGA REQUEST FOR PROPOSAL ("RFP") #20/21-003 FOR FIRE SUPPRESSION SYSTEMS MAINTENANCE City of Rancho Cucamonga Procurement Division 10500 Civic Center Drive Rancho Cucamonga, California 91730 Page 167 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance Table of Contents 1. OVERVIEW..................................................................................................................................................4 1.1 GENERAL BACKGROUND ..........................................................................................................................4 1.2 PROPOSAL DELIVERY AND SCHEDULE OF EVENTS...........................................................................................4 1.3 DISCREPANCIES OR OMISSIONS .................................................................................................................S 1.4 CONTINGENCIES.....................................................................................................................................5 1.5 QUESTIONS AND CLARIFICATIONS ..............................................................................................................5 1.6 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION.................................................6 1.7 KNOWLEDGE OF REQUIREMENTS ...............................................................................................................6 1.8 BRAND NAMES......................................................................................................................................6 1.9 RESERVATION OF RIGHTS.........................................................................................................................6 1.10 CALIFORNIA'S PUBLIC RECORDS ACT...........................................................................................................7 2. MINIMUM REQUIREMENTS........................................................................................................................8 2.1 BUSINESS LICENSE .................................................................................................................................. 8 2.2 PREVAILING WAGES................................................................................................................................ 8 2.3 REPRESENTATIVES .................................................................................................................................. 8 2.4 EMPLOYEE CONDUCT..............................................................................................................................9 3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS...................................................................10 3.1 COVER LETTER/INTRODUCTION.............................................................................................................. 10 3.2 TABLE OF CONTENTS............................................................................................................................. 10 3.3 EXECUTIVE SUMMARY........................................................................................................................... 10 3.4 EXPERIENCE ........................................................................................................................................ 10 3.5 THIRD-PARTY SUBCONTRACTORS .......................................................................................................... 11 3.6 STAFF BIOGRAPHIES.............................................................................................................................. 11 3.7 PROPOSAL RESPONSE............................................................................................................................ 11 3.8 NON-DISCLOSURE CONFLICT OF INTEREST.................................................................................................. 11 3.9 PROFESSIONAL SERVICE AGREEMENT........................................................................................................ 12 3.10 ACKNOWLEDGEMENT OF INSURANCE........................................................................................................ 12 3.11 ADDENDUM ACKNOWLEDGEMENT........................................................................................................... 12 Page 2 of 29 Page 168 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 3.12 DEBARMENT AND SUSPENSION ............................................................................................................................12 3.13 PARTICIPATION CLAUSE......................................................................................................................................13 3.14 COMPANY REFERENCES ......................................................................................................................................13 3.15 SIGNATURE OF AUTHORITY..................................................................................................................................13 3.16 LINE ITEM PRICING ............................................................................................................................................13 4. SCOPE OF SERVICES................................................................................................................................................14 4.1 PROJECT DESCRIPTION........................................................................................................................................14 4.2 ANNUAL FIRE PROTECTION SYSTEM MAINTENANCE.................................................................................................14 4.3 SEMI-ANNUAL FIRE PROTECTION SYSTEM MAINTENANCE.........................................................................................15 4.4 FIVE YEAR FIRE SPRINKLER(WET)INSPECTIONS PER NFPA 25&TITLE 19....................................................................16 4.5 LABOR AND MATERIALS......................................................................................................................................17 4.6 WORKING HOURS .............................................................................................................................................17 4.7 LOCATIONS AND EQUIPMENT SCHEDULE................................................................................................................18 5. EVALUATION AND VENDOR SELECTION PROCESS..................................................................................................18 5.1 INITIAL SCREENING ............................................................................................................................................18 5.2 EVALUATION ACTIVITIES.....................................................................................................................................18 5.3 COST EVALUATION.............................................................................................................................................19 5.4 REFERENCE CHECKS............................................................................................................................................19 5.5 DEMONSTRATIONS/INTERVIEWS..........................................................................................................................19 5.6 FINANCIAL DOCUMENTATION ..............................................................................................................................19 5.7 BEST AND FINAL OFFER.......................................................................................................................................20 5.8 VENDOR SELECTION...........................................................................................................................................20 5.9 LETTER OF INTENT TO AWARD..............................................................................................................................20 "EXHIBIT A" CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT..........................21 "EXHIBIT B" PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY...............................................................22 "EXHIBIT C"ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO PROVIDE AND MAINTAIN COVERAGES SPECIFIED.................................................................................................................................23 „EXHIBIT D"ADDENDUM ACKNOWLEDGEMENT...........................................................................................................24 "EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM...............................................................................25 „EXHIBIT F" PARTICIPATION CLAUSE..............................................................................................................................26 „EXHIBIT G" REFERENCES WORKSHEET..........................................................................................................................27 „EXHIBIT H"SIGNATURE OF AUTHORITY .......................................................................................................................29 Page 3 of 29 Page 169 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 1. OVERVIEW 1.1 GENERAL BACKGROUND The City of Rancho Cucamonga (hereinafter "City") and The Rancho Cucamonga Fire Protection District (hereinafter "RCFPD") is inviting qualified Vendors to submit a proposal response for Request for Proposals ("RFP") #20/21-003 for Fire Suppression Systems Maintenance in accordance with the minimum Scope of Services indicated herein. Vendors wishing to participate in the RFP solicitation must be registered as a Vendor on the City Vendor List. Vendors wishing to participate in this RFP must be registered as a Vendor on the City's Prospective Bidders List, and there are no exceptions to this requirement. Vendor registration can be accomplished by visiting the City website at https://www.citVofrc.us/your-government/procurement. Only those responses received from registered Vendors will be accepted. Responses must be submitted by the named Vendor that has downloaded the RFP. This information is indicated in the Planet Bids system and provides the ability to tabulate the responses in accordance to the named Vendors. Submitting a response under a Vendor name that does not appear on the Prospective Bidders list will deem the submittal as non-responsive and disqualify said response from further consideration. 1.2 PROPOSAL DELIVERY AND SCHEDULE OF EVENTS Complete RFP responses must be received electronically via Planet Bids prior to the due date and time specified in the below Schedule of Events. Please note, there will be no paper responses accepted. The City and RCFPD shall not be responsible for any delays by transmission errors. Schedule of Events Event Description Date &Time Post RFP April 23, 2020 Questions Due May 18, 2020 by 9:00 am Addendum Issued May 26, 2020 RFP Response Due Date June 2, 2020 by 9:00 am (The City and RCFPD reserves the right to change schedule of events without prior notice or responsibility to Vendor.) Page 4 of 29 Page 170 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 1.3 DISCREPANCIES OR OMISSIONS Vendors finding discrepancies or omissions in the RFP or having any doubts as to the meaning or intent of any part thereof shall submit such questions or concerns in writing electronically via Planet Bids. The City and RCFPD bears no responsibility for oral instructions or representations. Addenda to this RFP shall be considered a part of this RFP and shall become part of any final Contract that may be derived from this RFP. 1.4 CONTINGENCIES This RFP should not be considered as a contract to purchase goods or services but is a Request for Proposal in accordance with the terms and conditions herein and will not necessarily give rise to a contract. However, RFP responses should be as detailed and complete as possible to facilitate the formation of a contract based on the RFP response(s) that are pursued should the City and RCFPD decide to do so. Completion of this RFP form and its associated appendices are a requirement. Failure to do so may disqualify your RFP response submittal. Vendors must submit signed RFP responses by the due date and time as specified herein. Vendors will be considered non-responsive if the above requirements are not submitted as requested. If only one RFP response is received, the City and RCFPD reserves the right to reject the response and re-bid the RFP. Any scope of services, contingencies, special instruction and/or terms and conditions applicable to this RFP and any purchase order derived thereafter shall be effective as of the issue date of purchase order (the "Effective Date"), and shall remain in full force and effect until sixty (60) days after the City and RCFPD has accepted the work in writing and has made final payment, unless sooner terminated by written agreement signed by both parties. 1.5 QUESTIONS AND CLARIFICATIONS All questions or clarification requests must be submitted directly through the Planet Bids system on or before the due date and time indicated in the above Schedule of Events. Answers and/or clarifications will be provided in the form of an Addendum and will be posted for download from the Planet Bids system in accordance with the above "Schedule of Events". From the issuance date of this RFP until a Vendor is awarded, Vendors are not permitted to communicate with any City and RCFPD staff or officials regarding this procurement, other than during interviews, demonstrations, and/or site visits, except at the direction of Ruth Cain, CPPB, Procurement Manager, the designated representative of the City of Rancho Cucamonga. Page 5 of 29 Page 171 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 1.6 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION All materials submitted in response to this RFP will become the property of the City and RCFPD and will be returned only at the City and RCFPD's option and at the expense of the Vendor submitting the RFP response. A copy of the RFP response will be retained for official files and become a public record.Any material that a Vendor considers as confidential but does not meet the disclosure exemption requirements of the California Public Records Act may be made available to the public, regardless of a notation or markings of confidentiality or otherwise. 1.7 KNOWLEDGE OF REQUIREMENTS The Vendor shall carefully review all documents referenced and made a part of the solicitation document to ensure that all information required to properly respond has been submitted or made available and all requirements are priced in the RFP response. Failure to examine any documents, drawings, specifications, or instructions will be at the Vendor's sole risk. Vendors shall be responsible for knowledge of all items and conditions contained in their RFP responses and in this RFP, including any City and RCFPD issued clarifications, modifications, amendments, or addenda. The City and RCFPD will provide notice of any changes and clarifications to perspective Vendors by way of addenda to Planet Bids; however, it is the Vendor's responsibility to ascertain that the RFP response includes all addenda issued prior to the RFP due date. 1.8 BRAND NAMES Any reference to brand names and/or numbers in the solicitation is intended to be descriptive, but not restrictive, unless otherwise specified. RFP responses offering equivalent items meeting the standards of quality specified may be considered, unless other specified, providing the RFP response clearly describes the article offered and how it differs from the referenced brand. Unless a Vendor specifies otherwise, it is understood that the Vendor is offering a referenced brand item as specified in the solicitation. The City and RCFPD reserves the right to determine whether a substitute offer is equivalent to and meets the standards of quality indicated by the brand name references, and the City and RCFPD may require the supply of additional descriptive material and a sample. 1.9 RESERVATION OF RIGHTS The issuance of this RFP does not constitute an agreement by the City and RCFPD that any contract will be entered by the City and RCFPD. The City and RCFPD expressly reserves the right at any time to: • Waive or correct any defect or informality in any response, RFP, or RFP procedure. • Reject any or all RFPs. Page 6 of 29 Page 172 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance • Reissue a Request for RFPs. • Prior to submission deadline for RFPs, modify all or any portion of the selection procedures, including deadlines for accepting responses, the specifications or requirements for any materials, equipment or services to be provided under this RFP, or the requirements for contents or format of the RFPs. • The City and RCFPD recognizes that price is only one of several criteria to be used in judging a product or service, and the City and RCFPD is not legally bound to accept the lowest RFP response. • The City and RCFPD reserves the right to conduct pre-award discussions and/or pre-Contract negotiations with any or all responsive and responsible Vendors who submit RFP responses. • Procure any materials, equipment or services specified in this RFP by any other means. • Determine that no project will be pursued. • The City and RCFPD reserves the right to inspect the Vendor's place of business prior to award or at any time during the contract term or any extension thereof, to determine the Vendor's capabilities and qualifications. 1.10 CALIFORNIA'S PUBLIC RECORDS ACT The City and RCFPD complies with the California Public Records Act, Government Code Section 6250 et seq. Public records are open to inspection always during the office hours of the state or local agency and every person has a right to inspect any public record, except as hereafter provided. Any reasonably segregable portion of a record shall be available for inspection by any person requesting the record after deletion of the portions that are exempted by law. Neither an RFP in its entirety, nor proposed prices shall be considered confidential and proprietary. Notwithstanding the foregoing, companies are hereby notified that all materials submitted in response to this RFP are subject to California's Public Records Act. The City and RCFPD's receipt, review, evaluation or any other act or omission concerning any such information shall not create an acceptance by the City and RCFPD or any obligation or duty to prevent the disclosure of any such information except as required by Government Code Section 6253. Companies who submit information they believe should be exempt from disclosure under the Public Records Act shall clearly mark each document as confidential, proprietary or exempt, and state the legal basis for the exemption with supporting citations to the California Code. Pursuant to California Law, if the information is requested under the Public Records Act, the City and RCFPD shall make a final determination if any exemption exists for the City and RCFPD to deny the request and prevent disclosure.The City and RCFPD will withhold such information from public disclosure under the Public Records Act only if the City and RCFPD determines, in its sole discretion, that there is a legal basis to do so. Page 7 of 29 Page 173 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 2. MINIMUM REQUIREMENTS 2.1 BUSINESS LICENSE A selected Vendor awarded a contract shall be required to obtain a Rancho Cucamonga Business License no later than five (5) business days from notification of award prior to being issued a Purchase Order. A selected Vendor must possess and maintain all appropriate licenses/certifications necessary in the performance of duties required under this RFP and will provide copies of licenses/certifications immediately upon request throughout the term of the Contract. 2.2 PREVAILING WAGES Where labor is required for a public work as a part of any requirement covered by this RFP, pursuant to the provisions of the Labor Code of the State of California and/or the federal Davis-Bacon Act, a selected Vendors) shall pay no less than those minimum wages unless an exemption applies. 2.3 REPRESENTATIVES Should the selected Vendor require the services of a third-party to complete the Scope of Services indicated in this RFP, the awarded Vendor will not assign, transfer, convey or otherwise dispose of the contract or its right, title or interest in or to the same, or any part thereof. Any attempt by the awarded Vendor to so assign, transfer, or subcontract any rights, duties, or obligations arising hereunder shall be null, void and of no effect. The awarded Vendor shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services including Vendors subcontractor. All Services shall be performed by the awarded Vendor or under the awarded Vendor's direct supervision, and all personnel shall possess the qualifications, permits, and licenses required by state and local law to perform such services. The awarded Vendor shall be responsible for payment of all employees' and subcontractors' wages and benefits and shall comply with all requirements pertaining to employer's liability, workers' compensation, unemployment insurance, and Social Security. By its execution of this Agreement, Vendor certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code and agrees to comply with such provisions before commencing the performance of the services. In case of default by the Vendor, the City and RCFPD may take the following actions which shall include but not be limited to; cancellation of any purchase order, procurement of the articles or service from other sources and may deduct from unpaid balance due to the Vendor, or may bill for excess costs so paid, and the prices paid by the City and RCFPD shall be considered the prevailing market prices paid at the time such purchase is made, Page 8 of 29 Page 174 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance withholding of payment until final resolution. Cost of transportation, handling, and/or inspection on deliveries, or Vendors for delivery, which do not meet specifications, will be for the account of the Vendor. City and RCFPD Representative: For the purposes of this Agreement, the contract administrator and City and RCFPD's representative shall be Neil Plummer, or such other person as designated in writing by City and RCFPD ("City and RCFPD's Representative"). It shall be the Vendor's responsibility to assure that City and RCFPD's Representative is kept informed of the progress of the performance of the services, and the Vendor shall refer any decisions that must be made by City and RCFPD to City and RCFPD Representative. Unless otherwise specified herein, any approval of City and RCFPD required hereunder shall mean the approval of the City and RCFPD Representative. Vendor Representative: The response to this RFP shall designate the representative of the Vendor authorized to act in its behalf with respect to the services specified herein and make all decisions in connection therewith ("Vendor's Representative"). It is expressly understood that the experience, knowledge, capability and reputation of the Vendor's Representative will be a substantial inducement for City and RCFPD to enter into an Agreement with the Vendor. Therefore, the Vendor's Representative shall be responsible during the term of any Agreement for directing all activities of Vendor and devoting sufficient time to personally supervise the services hereunder. The successful Vendor may not change the Vendor's Representative without the prior written approval of City and RCFPD's Representative. 2.4 EMPLOYEE CONDUCT All Vendor personnel must observe all City and RCFPD regulations in effect at the location where the Services are being conducted. While on City and RCFPD property,the Vendor's personnel shall be subject to oversight by City and RCFPD staff. Under no circumstances shall the Vendor's or Vendor's sub-contractor personnel be deemed as employees of the City and RCFPD. Vendor or Vendor's subcontractor personnel shall not represent themselves to be employees of the City and RCFPD. Vendor's personnel will always make their best efforts to be responsive, polite, and cooperative when interacting with representatives of the City and RCFPD, and City and RCFPD employees. The Vendor's personnel shall be required to work in a pleasant and professional manner with City and RCFPD employees, outside Vendors and the public. Nothing contained in this RFP shall be construed as granting the Vendor the sole right to supply personal or contractual services required by the City and RCFPD or without the proper City and RCFPD approval and the issuance of a Purchase Order. Page 9 of 29 Page 175 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 3. RFP RESPONSE FORMAT AND SUBMISSION REQUIREMENTS Completion of this RFP form and its associated Exhibits are a requirement. To be considered responsive and evaluate RFP responses fairly and completely Vendors must comply with the format and submission requirements set out in this RFP, and provide all information requested. Failure to comply with this instruction will deem said RFP response as non-responsive and will not receive further consideration in the evaluation process. If only one RFP response is received, the City and RCFPD reserves the right to discard the response, re-bid or proceed with an RFP review and negotiations. RFP submittals are due on the due date and time indicated in the above schedule of events. Submittals shall be submitted electronically via Planet Bids; no paper RFPs will be accepted. RFP responses must include the information required by this RFP. 3.1 COVER LETTER/INTRODUCTION RFP responses must include the complete name and address of Vendor and the name, mailing address, and telephone number of the contact person regarding the RFP response. A signature by an authorized representative must be included on each RFP response. Said signature will be considered confirmation of the Vendors ability and willingness to comply with all provisions stated herein. 3.2 TABLE OF CONTENTS The Table of Contents must be a comprehensive listing of the contents included in your RFP response.This section must include a clear definition of the material, exhibits and supplemental information identified by sequential page numbers and by section reference numbers. Each section of the RFP response will be separated by a title page at the beginning of each section. 3.3 EXECUTIVE SUMMARY The Executive Summary shall condense and highlight the contents of the Vendor's RFP response to provide the Evaluation Committee with a broad understanding of the Vendor's approach, Proposal, experience and staffing. 3.4 EXPERIENCE The Vendor shall provide a concise statement demonstrating the Vendor's Proposal, experience, expertise and capability to perform the requirements of this RFP. Provide a brief history of your company, including; • The number of years in business, • The firms service commitment to customers, • If the firm is involved in any pending litigation that may affect its ability to provide its proposed solution or ongoing maintenance or support of its products and services. Page 10 of 29 Page 176 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance • State whether your firm is an individual proprietorship, partnership, corporation, or private nonprofit firm, and the date your company was formed or incorporated. 3.5 THIRD-PARTY/SUBCONTRACTORS If the Vendor intends to subcontract, a detailed list of any sub-contractors, partners, or third-party Vendors who will be involved in the implementation of the proposed services including but not limited to: • Description of the Vendor's experience with each of the proposed subcontractors, • Three (3)customer references for each subcontractorto include references names, addresses, and telephone numbers, for products and services like those described in this RFP, • Describe the specific role of each. 3.6 STAFF BIOGRAPHIES Submit the resumes of the individuals who will be performing the services for the City and RCFPD. Resumes shall be formatted in the following order: • Position with the Company, • Length of time with the Company, • Licenses, registrations and certifications as required by law to perform the Scope of Work described herein, • Educational background, • Role in the Project, • Experience with the minimum requirements stated herein, • Work history on similar or like projects with the other municipalities. 3.7 PROPOSAL RESPONSE Under this section Vendors shall provide a full, detailed response to the City and RCFPD's Scope of Services listed herein. Vendors should be as thorough as possible in their response as it may be the only opportunity to convey information regarding your business, ability and qualifications to complete the services needed. 3.8 NON-DISCLOSURE CONFLICT OF INTEREST Specify any possible conflicts of interest with your current clients or staff members and the City and RCFPD. A signed "Exhibit A, Conflict of Interest and Non-Disclosure Agreement" included herein must be submitted in Planet Bids system under the Response Types tab "Exhibits A— H". Page 11 of 29 Page 177 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 3.9 PROFESSIONAL SERVICE AGREEMENT In addition to the acceptance of the City and RCFPD's Terms and Conditions, the successful Vendor will be required to enter into a Professional Services Agreement ("PSA") with the City and RCFPD, a "Sample" of which is attached in the Planet Bids for review. All requirements of said PSA must be completed by the successful Vendor and signed by both applicable parties prior to any services being rendered. This RFP sets forth some of the general provisions which may be included in the final PSA. In submitting a response to this RFP, Vendor will be deemed to have agreed to each clause unless otherwise indicated in "Exhibit B, Professional Services Agreement Exceptions Summary" and the City and RCFPD agrees to either accept the objection or deviation or change the PSA language in writing. Failure to raise any objections at the time of this RFP response submittal will result in a waiver of objection to any of the contractual language in the PSA at any other time. The signed Exception Summary must be submitted in Planet Bids system under the Response Types tab "Exhibits A— H". 3.10 ACKNOWLEDGEMENT OF INSURANCE Vendors must meet all insurance requirements as outlined in the Professional Services Agreement. Ability to comply with said requirements must be indicated with signature of "Exhibit C, Acknowledgement of Insurance Requirements and Certification of Ability to Provide and Maintain Coverages Specified", which must be submitted in Planet Bids system under the Response Types tab "Exhibits A — H". The awarded Vendor will be responsible for providing the required Certificates of Insurance and must be the Named Insured on the Certificates. Certificates of Insurance from any other entity other than the awarded Vendor, will not be accepted. 3.11 ADDENDUM ACKNOWLEDGEMENT The Vendor shall hereby acknowledge they have received all posted Addendums, if any. It is the Vendor's responsibility to log into Planet Bids to identify and download the number of addenda that have been posted. Addenda issued in correspondence to this RFP shall be considered a part of this RFP and shall become part of any final Contract that may be derived from this RFP. Vendors must indicate their acknowledgement of any Addendums by way of signature on "Exhibit D,Addendum Acknowledgement" and must be submitted in Planet Bids system under the Response Types tab "Exhibits A— H". 3.12 DEBARMENT AND SUSPENSION Bidding Vendors must verify by way of signature to "Exhibit E,Vendor Certification Form"that they are not listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Vendor nor any of its proposed subcontractors are tax delinquent with the State of California. The signed exhibit must be submitted in Planet Bids system under the Response Types tab "Exhibits A— H". Page 12 of 29 Page 178 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 3.13 PARTICIPATION CLAUSE Vendors shall provide a completed "Exhibit F, Participation Clause", submitted in Planet Bids system under the Response Types tab "Exhibits A— H". . This will indicate a Vendors agreement to or not to allow other entities to utilize the RFP response and awarded contract as a piggyback option. 3.14 COMPANY REFERENCES Provide a minimum of four(4) references, preferably with other municipalities in which similar services are being performed. References must be for work performed or completed within the past three (3) years. "Exhibit G, Reference Worksheet", must be complete and uploaded into the Planet Bids system under the "Response Type" section identified as "Exhibit G". While the Reference Worksheet accompanies your RFP response it is not to be discussed in any other area of the RFP response other than the "Response Type, Exhibits A- H" in Planet Bids. 3.15 SIGNATURE OF AUTHORITY "Exhibit H", Signature of Authority must be submitted in Planet Bids system under the Response Types tab "Exhibits A — H". Unsigned RFP responses will not be accepted. The Signature of Authority declares that the Vendor has carefully examined the instruction indicated herein including all terms and condition and specifications, and hereby proposes and agrees, if the Vendors RFP response is accepted, Vendor agrees to furnish all material in accordance with the instruction and specifications in the time and manner prescribed for the unit cost amounts set forth in the Vendors RFP response. 3.16 LINE ITEM PRICING Line item pricing for this RFP must be provided directly in the Planet Bids system under the "Line Items"tab. This pricing is not an estimate and is firm fixed price for each item listed. Vendors pricing quotes outside of the pricing listed in Planet Bids under the "Line Items"tab will not be accepted or considered for award. Any additional cost required should be noted in the additional cost line item and a summary of the cost provided in the notes section of the line item. While Line item pricing accompanies your RFP response it is not to be discussed in any other area of the RFP response other than the "Line Item" tab in Planet Bids. The City and RCFPD will not be obligated to any estimated pricing or pricing not identified in the "Line Item" tab in Planet Bids. Failure to provide the required Line Item pricing in the required format will cause Vendors RFP response to be considered as non- responsive and be eliminated from proceeding any further in the process. Any questions or clarifications regarding how to correctly submit Line Item pricing should be submitted by the "Questions Due" date and time indicated in the schedule of events. Page 13 of 29 Page 179 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 4. SCOPE OF SERVICES 4.1 PROJECT DESCRIPTION Fire Alarm and Water Based Fire Protection System maintenance, testing, repair and preventative maintenance Per NFPA 25 &TITLE 19. 4.2 ANNUAL FIRE PROTECTION SYSTEM MAINTENANCE 4.2.1 WATER BASED SYSTEMS Water Based Description: Operation of flow switches, water flow bells, electric bells, risers, tamper switches and all retard chambers. Pressure reducing and relief valves, fire department connections, main drains, water flow alarms, priming water, low air pressure alarms, quick opening devices. All devices being checked will be checked to be free of but not limited to damage and or leaks and to be in good working condition. All components shall be inspected, tested, cleaned, repaired, replaced and maintained in good working order in accordance with the manufacturer's instructions and as required by NFPA 25. 4.2.2 FIRE/SMOKE DOORS Fire/Smoke Doors are to be tested per NFPA 25 and Title 19 of the California Code of Regulations. 4.2.3 FIRE EXTINGUISHERS Fire Extinguishers scope of work includes but is not limited to the following: Provide inspection, testing, maintenance and repair services on all fire extinguishers per NFPA 10. Fire Extinguishers: • Type A • Type B • Type C • Type BC • Type CO2 • Type PW • Type Metal LX Class D • Type ABC • Type K Page 14 of 29 Page 180 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 4.2.4 FIRE HOSE MAINTENANCE Annual Fire Hose Maintenance per NFPA25: • Visually inspect the hoses, couplings and nozzle • Verify the hose is within its service test (if not, remove the hose for service hydrostatic testing). • Remove the nozzle and inspect for obstructions, damage to nozzle tip, broken or missing parts and the thread gasket is in good condition. • Inspect the couplings to identify and defects such as damage threads, corrosion, slippage on the hose, etc. • Inspect the couplings and nozzles to verify a tight fit and that they are not deteriorated. • Reinstall the nozzle (nozzles attached to in-service hose shall be kept in the closed position). • Remove the hose from the rack and visually inspect the hose for any damage. • Re-rack the hose so that folds do not occur at the same position on the hose. 4.3 SEMI-ANNUAL FIRE PROTECTION SYSTEM MAINTENANCE 4.3.1 KITCHEN HOOD SYSTEMS Kitchen Hood Systems (ANSUL) are to be tested and inspected per the requirements of NFPA 13: • Test and inspect 5 Ansul Hood Systems including test, report and tagging. • Inspect cabling, scissor linkage and conduit • Inspect pull stations and test for proper operation. • Inspect cylinder, control head, and firing cartridge. • Inspect accessible piping, hangers, seals, drops and nozzles. • Replace links, nozzle seals and nozzles. 4.3.2 CLEAN AGENT SUPPRESSION SYSTEMS Clean Agent Suppression Systems are to be tested and inspected per the requirements of NFPA 72: • Check to see if system is in service • Check control panel function for alarm and trouble conditions • Check batteries for charge and corrosion and leakage • Test all manual pull stations for operation • Test all detectors (heat, smoke, duct, radiant energy, air sampling) for operation per NFPA 72 • Test all abort stations for normal operation • Test all audio/visual devices for operation Page 15 of 29 Page 181 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance • Test time delays • Test all auxiliary functions (if possible) • Test cross zone operation • Visual inspection of protected area to ensure that have been no changes that can affect equipment performance. • Visual inspection of discharge piping, nozzles and brackets. • Visual inspection of the protected rooms to determine if any penetrations have been made which could lower the required concentration level of agents. • Check operation of releasing devices • Test all Pre-Action devices • Test discharge sequence for both main and reserve systems cylinder where applicable; • Tests supervision of all circuits • Check quantity or pressure of agent in storage container: record weight and pressure on inspection report • Inspect hoses for damage: test hose every (5) years. • Hydrostatically test and or visually inspect storage cylinders as required: record on inspection report. • Provide digital report for owner's files that detail any deficiencies 4.4 FIVE YEAR FIRE SPRINKLER(WET) INSPECTIONS PER NFPA 2S&TITLE 19 • Annual inspection of entire system, including test report and tagging • Main drain test; provide static and residual pressure • Inspectors test valve; must ring local bell within 90 seconds, must notify central station via alarm system • Lubricate and operate each system control valve • Inspect all visible piping, hangers, heads and signage • Annual inspection of entire system, including test report and tagging • Main drain test; provide static and residual pressure • Inspectors test valve; must ring local bell within 90 seconds, must notify central station via alarm system • Lubricate and operate each system control valve • Inspect all visible piping, hangers, heads and signage • Inspect all visible seismic bracing, flanges, system connections including FDC • Back flush fire department connections to remove all debris from piping, must remove or secure check valve. Page 16 of 29 Page 182 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 4.5 LABOR AND MATERIALS The fixed hourly rate shall be all-inclusive of all related costs that the Contractor will incur to provide repair services on an as needed basis, including, but not limited to: employee wages and benefits; clerical support; overhead; profit; licensing; insurance; materials; supplies; tools; equipment; telecommunications; document copying; etc. Prices shall be valid through June 30, 2021. Labor hours paid under this contract shall be only for productive hours at the job site. Time spent for transportation of workers, material acquisition, handling and delivery, or for movement of Contractor owned or rental equipment is not chargeable directly but is overhead and the cost shall be included in the hourly rate. The City and RCFPD shall accept no proposal with a minimum charge stipulated. After hours rates will be paid for work done at times other than regular working hours. Contractor must have prior verbal and/or written approval to work outside normal business hours. Holiday rates will be paid for work done on recognized City holidays only. Contractor must have prior verbal and/or written approval to work outside normal business hours. Contractor shall provide all necessary replacement parts and materials required to successfully complete each individual work order. Material specifications shall be approved by the Public Works Services Director or designated representative before being incorporated into the work. All replacement parts, equipment and materials supplied by the Contractor shall be new, undamaged, clean and in good condition. Replacement parts, equipment and materials shall be the same make and model of existing unless substitution has been approved in writing by the Public Works Services Director or designated representative. The markup for all parts, equipment and materials shall be fifteen (15) percent. Copies of all supplier invoices for parts, equipment and materials incorporated into the work shall be submitted with each request for payment. 4.6 WORKING HOURS Regular working hours are the City's normal business hours, 7:00 a.m. to 6:00 p.m., Monday through Friday, unless otherwise authorized by the City. Page 17 of 29 Page 183 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance Holiday hours are recognized City and RCFPD holidays only. After hours are all hours excluding regular hours and recognized City holidays. The Contractor shall be capable of dispatching work crews 24 hours/7 days a week including weekends and holidays. All work shall be scheduled at the convenience of the City and RCFPD as not to interfere with normal operations. 4.7 LOCATIONS AND EQUIPMENT SCHEDULE All location and equipment information can be found in Attachment A. S. EVALUATION AND VENDOR SELECTION PROCESS 5.1 INITIAL SCREENING All RFP responses will undergo an initial review to determine responsiveness to the instructions herein. Those RFP responses initially determined to be compliant by meeting the RFP requirement as indicated herein will proceed to the next phase of the evaluation process. 5.2 EVALUATION ACTIVITIES Compliant RFP responses proceeding to the next phase of the evaluation process are then evaluated by an Evaluation Committee. The RFP submittals are scored and assigned a ranking of one (1) through ten (10), ten being the highest possible score. The following criteria have been assigned percentages that the criteria will be scored against, based upon but not limited to the following evaluation criteria factors: Criteria Criteria Description Assigned Percentage Vendor Experience 10% Quality of proposed services or goods 25% Extent to which the Vendors services or goods 40% meet the City's and RCFPD's needs Length of time in business 10% Cost 15% Page 18 of 29 Page 184 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance 5.3 COST EVALUATION Cost Proposals are evaluated and scored based on the following calculations; Score = Lowest Proposal Cost/Cost of Proposal being scored X Maximum Points Available (10) The score is then added to the spreadsheet criteria scores. 5.4 REFERENCE CHECKS If determined to be required reference checks are conducted by the Procurement Division and the requesting department may or may not be present during the process. The reference checks may be conducted by phone with the information being scribed or conducted by a written form, submitted to the Vendor's reference contact. Reference contacts will be asked several predetermined questions for response and to provide a score from one (1) to ten (10), ten being the highest. Scores are then tabulated and added to the spreadsheet with the criteria scores. It is imperative that Vendors provide up to date and accurate information regarding contact information for reference checks. All scores are then tabulated into the final Vendor ranking. Evaluators do not see the Vendor References or pricing line items. The proposed pricing is evaluated by the Procurement Division during the initial review of the RFP response, only to ensure that the proposed cost is not over the City's and RCFPD's budgeted amount or Not-to-Exceed amount for the project. 5.5 DEMONSTRATIONS/INTERVIEWS Upon completion of the RFP evaluations and data analysis, and only if necessary, selected top ranked Vendors will be provided an opportunity to interview and conduct a demonstration or presentation to further expand on their RFP response. Vendor interviews/demonstrations are scored and assigned a ranking of one (1) through ten (10), ten being the highest possible score, based upon but not limited to the evaluation criteria factors as stated within the RFP. 5.6 FINANCIAL DOCUMENTATION Vendors that proceed to the short-list may be required to submit financial documentation as proof of its firm's financial stability and strength. A financial review will be conducted by the City Finance Department. Should a Vendor wish for its financial documentation to be treated as proprietary or be returned upon completion of the review, the documentation must clearly be marked as such. The following documentation will be required of each Vendor on the short-list: • A copy of the Vendor's most recent annual report. • Audited (by a third party), balance sheets and income statements for the past three (3) years. Page 19 of 29 Page 185 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance • If audited data is not available, Vendor shall submit copies of complete tax returns for the past three (3) years. • Describe any regulatory censure and past or pending litigation related to services provided by the Vendor. • Indicate all applicable information regarding Vendor ownership changes in the last three (3) years. 5.7 BEST AND FINAL OFFER Upon completion of Vendor presentations, the City and RCFPD reserves the right to conduct pre-award discussions and/or pre-contract negotiations with all or only top ranked Vendors. At which time the City and RCFPD may request a Best and Final Offer to be submitted from one or all finalists. 5.8 VENDOR SELECTION The final Vendor selection is based on which Vendor is the most responsive, meeting the City's and RCFPD requirements, offering the best value at the most competitive price. The City and RCFPD is not obligated to award to the lowest price proposal. The City and RCFPD may conduct negotiations with several Vendors simultaneously. The City and RCFPD may also negotiate contract terms with the selected Vendors prior to award. The City and RCFPD, at its sole discretion, reserves the right, unless otherwise stated, to accept or reject all or any RFP responses, or any part thereof, either separately or to waive any informality and to split or make the award in any manner determined to be in the best interest of the City and RCFPD. 5.9 LETTER OF INTENT TO AWARD After a final Vendor selection is determined, a Letter of Intent to Award (LOI) will be posted for review by all participating, responsive Vendors. Negotiations shall be confidential and not subject to disclosure to competing Vendors unless an agreement is reached. If contract negotiations cannot be concluded successfully, City and RCFPD may negotiate a contract with the next highest scoring Vendor or withdraw the RFP entirely. Page 20 of 29 Page 186 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT A" CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT It is the policy of the City and RCFPD to prevent personal or organizational conflict of interest, or the appearance of such conflict of interest, in the award and administration of City and RCFPD Contracts, including, but not limited to Contracts for Professional Services Agreements ("PSA") with potential Vendors. I do not have specific knowledge of confidential information regarding RFP responses received in response to the Request for Proposal "RFP"#20/21-003 for Fire Suppression Systems Maintenance. I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any RFP response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any RFP response, or removal of same from designated areas. I, the undersigned, hereby certify that the following statements are true and correct and that I understand and agree to be bound by commitments contained herein. (Print Name) (Relationship to the City) (Relationship to the Vendors) (Signature) (Date) Must be included in final RFP submittal. Page 21 of 29 Page 187 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT B" PROFESSIONAL SERVICES AGREEMENT EXCEPTIONS SUMMARY Mark the appropriate choice, below: Vendors accepts the PSA without exception. OR Vendors proposes exceptions to the PSA. Summarize all exceptions on a separate document. Enclose a written summary of each change and title as "Exception Summary", which shall include the Vendors' rationale for proposing each such exception. Each exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the submitted summary may deem the response as non-responsive. Signature Printed Name Title Date Must be included in final RFP submittal. Page 22 of 29 Page 188 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT C"ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO PROVIDE AND MAINTAIN COVERAGES SPECIFIED I, the (President, Secretary, Manager, Owner or Representative) of , certify that the (Name of Company, Corporation or Owner) Specifications and General Provisions regarding insurance requirements as stated within the Professional Services Agreement (PSA), for the Purchase Contract designated Request for Proposal ("RFP") for #20/21-003 for Fire Suppression Systems Maintenance have been read and understood and that our Vendors is able to provide and maintain the coverage as specified in the PSA. Failure to provide said coverage, upon request to finalize the PSA prior to award shall be sufficient cause for immediate disqualification of award. Failure to maintain said coverage shall result in termination of the contract. Signature Printed Name Title Date Must be included in final RFP submittal. Page 23 of 29 Page 189 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT D"ADDENDUM ACKNOWLEDGEMENT The Vendors hereby acknowledges the following Addenda Number(s) to this RFP have been received, if any. Vendors understands failure to acknowledge any addenda issued may cause the RFP response to be considered non-responsive. It is the Vendors' responsibility to log into the Planet Bids System to identify and download the number of addenda that have been posted. Signature Printed Name Title Date Must be included in final RFP submittal. Page 24 of 29 Page 190 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM I certify that neither (Vendor) nor any of its proposed subcontractors are not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Vendor nor any of its proposed subcontractors are tax delinquent with the State of California. I acknowledge that if Vendors or any of its subcontractors subsequently are placed under suspension or debarment by a local, state or federal government entity, or if Vendors or any of its subcontractors subsequently become delinquent in California taxes, our Proposal will be disqualified. Signature Printed Name Title Date Must be included in final RFP submittal. Page 25 of 29 Page 191 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT F" PARTICIPATION CLAUSE It is hereby understood that other government entities, such as cities, counties, and special/school districts may utilize this RFP response at their option for equipment or services at the RFP response price for a period of days. Said entities shall have the option to participate in any award made because of this solicitation. Any such piggy-back awards will be made independently by each agency, and the City and RCFPD is not an agent, partner or representative of these agencies and is not obligated or liable for any action of debts that may arise out of such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of its own order placement and payments of the Vendors. Successful Vendors will extend prices as proposed herein to other governmental agencies, please specify. YES NO Must be included in final RFP submittal. Page 26 of 29 Page 192 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT G" REFERENCES WORKSHEET The following References Worksheet must be complete, please do not mark "See Attached". This Exhibit must be complete and uploaded into the Planet Bid system under the applicable "Response Type" section. Provide a minimum of four (4) clients that are similar in size to the City and RCFPD that your company has conducted comparable or like services. Preferred references should be government agencies and be a current customer within the past three (3) years. Please verify accuracy of contact information. To be submitted as an attachment in the Planet Bid system under the "Response Type" section identified as "Exhibit H". 600=k�-- Reference 1 Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost (please be specific) Reference 2 Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost (please be specific) Page 27 of 29 Page 193 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance Reference 3 Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost (please be specific) Reference 4 Company Name Contact Name and Title Company Address Contact Telephone Number Contact Email Description of Comparative Services and Project Cost (please be specific) Page 28 of 29 Page 194 City of Rancho Cucamonga Request for Proposals("RFP")#19/20-006 for Fire Suppression Systems Maintenance "EXHIBIT H" SIGNATURE OF AUTHORITY The undersigned firm declares that he has carefully examined the specifications and read the above terms and conditions, and hereby proposes and agrees, if this RFP response is accepted, to furnish all material in accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost amounts set forth in the following RFP response. THE VENDORS IN SUBMITTING THIS RFP RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO DO SO MAY DEEM YOUR RFP RESPONSE AS NON-RESPONSIVE. Company Name: Address: (Street, Su. #City, State, Zip) Telephone#: Fax#: E-mail address: Web Address: Authorized Representative: (print) Title: Signature: Date: Must be included in final RFP submittal. Page 29 of 29 Page195 Champion Fire Systems, Inc REQUEST FOR PROPOSAL ("RFP") #20/21-003 FOR FIRE SUPPRESSION SYSTEMS MAINTENANCE Champion Fire Systems, Inc. 12170 Santa Margarita Court Rancho Cucamonga, CA 91730 1 Page 196 Table of Content: CoverLetter: .........................................................................3 Executive Summary: ................................................................4 Experience: ...........................................................................6 Third-Party/Subcontractor: ....................................................... .7 StaffingBiography: ..................................................................8 ProposalResponse: ..................................................................9 Exhibits: ...............................................................................1 1 2 Page 197 Champion Fire Systems,Inc. 12170 Santa Margarita Court Rancho Cucamonga, CA 91730 Lic#710918 Champion Fire Systems has been in business since 1995 with its corporate office located here in Rancho Cucamonga. The owners, senior staff and field personnel have decades of fire protection experience. Our service includes all things fire protection including; fire alarm certifications, fire sprinkler certifications, fire extinguishers,NFPA 25 &Title 19 inspections,main drain tests, clean agent systems testing, special hazard system testing, fire pump testing, waterflow testing, Regulation 4 testing,24 hour central station monitoring, alarm troubleshooting, and emergency repairs. We value ourselves as customer service advocates and are highly educated in NFPA,Factory Mutual,UFC, CFC and fire department requirements with regards to the work we have completed over the last 25 years. The company's strongest asset is the eagerly motivated employees who are there to answer and assist with all questions. Everyone works diligently to complete projects in a timely and efficient manner. We have a firm understanding of the work that needs to be performed for the City of Rancho Cucamonga. It will be done professionally and with the understanding of the sensitivity of the environment that we will be in. The security,public image, clean environment and nature of work being done in this location has been considered with in this proposal. Prior experience with other sensitive government agencies would include John Wayne Airport, LAX(Los Angeles Airport), Superior Court of California, County of Orange and CalTrans. We carry a$10 Million in Insurance policy which is one of the highest in the industry. Champion Fire looks forward to working with the City of Rancho Cucamonga and providing services for the Fire Alarm and Water Based Fire Protection System maintenance, testing,repair and preventative maintenance Per NFPA 25 &TITLE 19. Contact Information: The point of contact on this project will be: Champion Fire Systems, Inc. Mike Vogel Account Manager 12170 Santa Margarita Court Rancho Cucamonga, CA 91730 Phone: (909)483-9789 Cell: (951)232-1499 Email: mikekchampionfiresystems.com Sincerely, Mike Vogel Champion Fir ems,Inc. 3 Page 198 Executive Summary Approach to providing services: We have been working with the City of Rancho Cucamonga for a very long time and are familiar with all the facilities within this contract. As required by the "Scope of Work", Champion Fire Systems, Inc. has a C-16 Fire Protection and C-10 Electrical license. All inspections will be done per the contract. Each test, inspection, or certification completed per day will include a handwritten form report left on the premises the same day. The reports will then be followed up with a computerized form sent to the Agency's Project Manager prior to the inspection due date. Champion Fire Systems, Inc. maintains a two- hour emergency response time. In the case of an unanticipated situation, the main business line (909) 483-9789 can dispatch 24 hours per day. Quotations on deficiencies found during testing will be completed and sent within 4 days following testing. We value ourselves as customer service advocates and are highly educated in National Fire Protection, Title 19, and City requirements with regards to work to be completed. The company's strongest asset is the eagerly motivated employees who are there to answer and assist with all questions. Everyone works diligently to complete projects in a timely and efficient manner. Your consideration and the opportunity to share our company background are greatly appreciated. Company overview: Champion Fire Systems, Inc. President: James Shehan 12170 Santa Margarita Court Vice President: Brian Klock Rancho Cucamonga, CA 91730 24/7 Phone#909-483-9789 Fax: 909-484-9670 California State License: C-16 & C-10 #710918 Years in Business: Celebrating our 25th year, Champion Fire Systems, Inc. is a Fire Protection Company with the corporate office located in Rancho Cucamonga, California. We started our business on May 15, 1995. The owners, senior staff and field personnel have decades of experience in the industry. 4 Page 199 Services includes: Title 19/NFPA 25 Inspections Five Year Certification Regulation 4 testing Annual Fire Alarm Certification Fire Extinguisher Testing Clean Agent Testing UL Listed Fire Alarm ServiceUL Central Station Monitoring Fire Pump Testing Kitchen Hood System Testing Standpipe Testing Fire Hydrant Testing NFPA 72 Alarm Testing Special Hazard Testing Hydro Testing 5 Page 200 Experience: Listed below are a variety of agencies we are currently contracted with: Los Angele World Airports(LAX): Testing, maintenance, and repairs of Fire Alarm, Fire Sprinkler, Standpipes, and Special Hazard systems throughout the airport. History: 2006 -present CalTrans (San Bernardino & Glendale locationsh Testing, maintenance, and repairs of Fire Alarm, Fire Sprinkler, Standpipes, and Pre-action systems. History: 2012 -present. Superior Court of California, County of Orange: Testing, maintenance, and repairs of Fire Alarm, Fire Sprinkler, Standpipes, and Pre-action systems. History: 2012 -present John Wayne Airport: Testing, maintenance, and repairs of Fire Alarm, Fire Sprinkler, Standpipes, and Special Hazard systems throughout the airport. History: 2008 -present California Department of Corrections Rehabilitation (multiple locationsh. Testing, maintenance, and repairs of Fire Alarm, Fire Sprinkler, Standpipes, and Special Hazard systems throughout the prisons. History: 2012 -present 6 Page 201 Third Party/ Subcontractor: A Plus Fire Protection Scott Bruce Smith Sole Owner 4654-B E. Ave. S, #118 Palmdale, CA 93552 Lic# 677587 Association Date: 9/22/1993 —C16 Note: A Plus Fire Protection will only be performing the fire door and roof hatch testing. Per NFPA 80. All other service will be done by Champion Fire Systems, Inc. 7 Page 202 Staff Biographies: Below is a list of Champion Fire Systems, Inc. employee/team members with brief resume that will handle your project. James Shehan 39 Years Fire Protection Professional Experience C-16 Lic #710918 C-10 Lic #710918 UL300 Certified Installer FM200 DuPont Certified Installer/Designer Regulation 4 Certified Tester#4066 California State Fire Marshall EE Lic #18711 Brain Klock 25 Years Fire Protection Professional Experience C-16 Lic #788711 California State Fire Marshall EE Lic #18712 Anthony Liuzzi 17 Years Fire Protection Professional Experience UL300 Buckeye Certified Installer FireTrace Automatic Fire Suppression Systems Certified California State Fire Marshall EE Lic. #19634 Skye Jacquet 22 Years Fire Alarm Professional Experience Ola Milbes, MBA 11 Years Division Manager— Service Department Mike Vogel, LEED AP 10 Years Account Manager Currently, Champion Fire Systems, Inc. has 20 field service employees. 8 Page 203 Proposal Response: Testing Procedures: Fire Extinguishers: Inspection, maintenance, Testing and recharge periods for portable fire extinguishers: Periodic inspection of fire extinguishers shall include a check of at least the following items: 1. Location in designated place. 2. No obstructions to access or visibility. 3. Operating instructions on nameplate legible and facing outward. 4. Safety seals and tamper indicators not broken or missing. 5. Fullness determined by weighing or"hefting." 6. Examinations for obvious physical damage, corrosion, leakage, or clogged nozzle. 7. Pressure gauge reading or indicator in the operable range or position. 8. Condition of tires, wheels, carriage, hose, and nozzle checked(for wheel units). 9. Label in place. Maintenance procedures shall include a thorough examination of the basic elements of a fire extinguisher: 1. Mechanical parts of all fire extinguishers. 2. Extinguishing agent of cartridge or cylinder-operated dry chemical stored chemical, stored pressure, loaded stream, and pump tank fire extinguishers. 3. Expelling means of all fire extinguishers. Internal examination during annual maintenance is not required for non-rechargeable fire extinguishers, carbon dioxide fire extinguishers, or stored pressure fire extinguishers, except for those types specified in 6.3.1.1. Maintenance is to be performed by a trained person who has undergone the instructions necessary to reliably perform maintenance and has the manufacturer's service manual. Maintenance, servicing, and recharging, are to be performed by trained persons having available the appropriate servicing manual(s), the proper types of tools, recharging materials, lubricants, and manufacturer's recommended replacement parts or parts specifically listed for use in the fire extinguishers. Maintenance is to be performed in full compliance with the maintenance requirements of NFPA-10. 9 Page 204 Waterflow Switches- Wet Pipe Systems: Vane Type There should be a valve downstream of the flow switch, preferably at the far end of the system, but it may be immediately after the flow switch. The valve should be marked Inspectors Test Valve per NFPA13. The valve should also have a reduced orifice equal to the smallest sprinkler on the system per NFPA 13. The output of the valve should be piped to a spot where it will not cause any water damage. Open the valve and allow the water to flow, after the retard time expires, the switch will trip. If the device does not operate check to make sure 10 gpm is flowing out of the test valve. If possible, place a 5-gallon bucket under the output of the valve. If the bucket can be filled in 30 seconds then the valve is flowing 10 gpm. If a hose needs to be connected to the test valve to prevent water damage, the hose should be 5/8" ID, and as short as possible to reduce friction loss. Pressure Type The preferred method is to open the inspectors test valve at the end of the system similar to the method for testing vane type flow switches. This test also causes the clapper of the alarm valve to open. Another test method is to open the normally closed alarm by-pass valve that connects the supply water directly to the pressure switch. This is usually a 1/2" or 3/4"ball valve. On most systems there will be two ball valves between the pressure switch and the alarm valve. One of these is the normally closed by-pass valve that is only opened for testing. The other valve is a normally open alarm shut off valve. It is used to either silence the pressure switch in an actual alarm or to disable it if water must be flowed into the system. The pressure switch should be installed on top of a retard chamber or a pressure switch with a built-in retard should be used. If the switch is installed on top of the retard chamber, it will activate as soon as the retard chamber fills. The time delay provided by a retard chamber will vary depending on the water supply pressure at the time. The time delay provided by a pressure switch with a built-in retard will remain constant. As long as the pressure at the switch is at least 6 psi, the switch will trip after the retard times expires. Sprinkler System Supervision Includes Water supply control valves shall be supervised to obtain a distinctive signal when in an off normal position, within 2 revolutions of the handwheel, or when the valve has moved 115 from its normal position. The switch shall not restore to a normal condition throughout the entire travel of the valve, until it is restored to a fully open position. When connected to a fire alarm panel, a Supervisory signal must be visually or audibly distinctive from both Alarm and Trouble signals. Water flow and supervisory devices cannot be connected on the same initiating circuit so that the closing of a valve is annunciated as a"trouble" condition. 10 Page 205 Exhibits: A-H 11 Page 206 i City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT A"CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT It is the policy of the City and RCFPD to prevent personal or organizational conflict of interest, or the appearance of such conflict of interest, in the award and administration of City and RCFPD Contracts, including, but not limited to Contracts for Professional Services Agreements ("PSA")with potential Vendors, I do not have specific knowledge of confidential information regarding RFP responses received in response to the Request for Proposal "RFP"#20/21-003 for Fire Suppression Systems Maintenance. I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any RFP response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any RFP response, or removal of same from designated areas. I, the undersigned, hereby certify that the following statements are true and correct and that I understand and agree to be bound by co mitments contained herein. (Print fume) (Relationship to the City) GGa�n ��HG (Relationship to the Vendors) (Signature) 5 (Date) i Must be included in final RFP submittal. Page 21 of 29 Page 207 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance j I "EXHIBIT B" PROFESSIONAL.SERVICES AGREEMENT EXCEPTIONS SUMMARY I, Mark the appropriate choice, below: Vendors accepts the PSA without exception. OR Vendors proposes exceptions to the PSA. Summarize all exceptions on a separate document. Enclose a written summary of each change and title as "Exception Summary", which shall include the Vendors' rationale for proposing each such exception. Each exception must be labeled with the Section number in the PSA. Failure to properly reference exceptions in the submi a sunpmary may deem the response as non-responsive. G Signature Printed Name Title �lJ Date Must be included in final RFP submittal, i 1 i Page 22 of 29 i Page 208 E F City of Rancho Cucamonga E Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT C"ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS AND CERTIFICATION OF ABILITY TO PROVIDE AND MAINTAIN COVERAGES SPECIFIED ow I, 2 /Oc'44— the lilj Q (President, Secretary, Manager, Owner or Representative) of �YJ i''C� S. . L• , certify that the (Name of Company, Corporation or ner) Specifications and General Provisions regarding insurance requirements as stated within the Professional Services Agreement (PSA), for the Purchase Contract designated Request for Proposal ("RFP") for#20/21-003 for Fire Suppression Systems Maintenance have been read and understood and that our Vendors is able to provide and maintain the coverage as specified in the PSA. Failure to provide said coverage, upon request to finalize the PSA prior to award shall be sufficient cause for immediate disqualification of award. Failure to main ain said coverage shall result in termination of the contract. Signature Printed Name Title J� Zv Date j Must be included in fina/RFP submittal. 3 i I 1 Page 23 of 29 Page 209 I City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance i "EXHIBIT D"ADDENDUM ACKNOWLEDGEMENT The Vendors hereby acknowledges the following Addenda Number(s) to this RFP have been received, if any. Vendors understands failure to acknowledge any addenda issued may cause the RFP response to be considered non-responsive. It is the Vendors' responsibility to log into the Planet Bids System to identify and download the number of addenda that have been posted. Ah • V Signature Printed Name Title Date i Must be included in final RFP submittal. i Page 24 of 29 Page 210 I I City of Rancho Cucamonga i :. Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance i "EXHIBIT E" DEBARMENT and SUSPENSION CERTIFICATION FORM I certify that neither Vor)nor any of its proposed subcontractors are not currently listed on the govern entwide exclugfons in the System for Award Management (SAM), in accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 Q CFR part 1989 Comp., p, 235), and that neither Vendor nor any of its proposed subcontractors are tax ,I delinquent with the State of California. I acknowledge that if Vendors or any of its subcontractors subsequently are placed under suspension or debarment by a local, state or federal government entity, or if Vendors or any of its subcontractors subsequently become delinquent in California taxes, our Proposal will be disqualified. Signature Printed Name Title V I CiCJ i Date Must be included in final RFP submittal. i Page 25 of 29 Page 211 City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT F" PARTICIPATION CLAUSE jIt is hereby understood that other government entities, such as cities, counties, and special/school districts may utilize t is RFP response at their option for equipment or services at the RFP response price for a period of 1 days. Said entities shall have the option to participate in any award made because of this solicitation. i Any such piggy-back awards will be made independently by each agency, and the City and RCFPD is not an agent, I partner or representative of these agencies and is not obligated or liable for any action of debts that may arise out of such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of its own order placement and payments of the Vendors. Successful Vendors will extend prices as proposed herein to other governmental agencies,please specify. YES NO Must be included in final RFP submittal, i i' Page 26 of 29 I Page 212 I City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance "EXHIBIT G" REFERENCES WORKSHEET The following References Worksheet must be complete, please do not mark "See Attached". This Exhibit must k be complete and uploaded into the Planet Bid system under the applicable "Response Type" section. Provide a minimum of four (4) clients that are similar in size to the City and RCFPD that your company has conducted comparable or like services, Preferred references should be government agencies and be a current customer within the past three (3)years. Please verify accuracy of contact information. I To be submitted as an attachment in the Planet Bid system under the"Response Type" section identified as "Exhibit W. i Company Name Contact Name and Title L/y �O5S Company Address Contact Telephone Number V 6P3 Contact Email Description of Comparative Services and Project Cost (please be specific) �''�e1S�� i .� f �rh.► Company Name Contact Name and Title Company Address ..-Contact Telephone Number ber . ........... - _......�_��.-.�.-. .-.-.-..- V -...-_.............--................. �...__ �-; -3S3r -.-w �- -�--.-.-.-.--. .-. -.-.a-.. -s.-. .. ..................................._....... Contact Email / `� " r `j a fr.G --C�l R C.+�4 �01� Description of Comparative Services and Project Cost (please be specific) i J Page 27 of 29 Page 213 i City of Rancho Cucamonga Request for Proposals("RFP")#20/21-003 for Fire Suppression Systems Maintenance min= MEN= ! 1 3 Company Name OT Contact Name and Title Company Address /Oti iC/n� / f Contact Telephone Number516 Contact Email (� I Description of Comparative Services and Project Cost (please be specific) Company Name Contact Name and Title .. - -- .. � - .._Company-Address.---_--...................._.-...-_.-.-.-..--.--........_--.---.-_�/„�'7X� I -- Contact Telephone Number `7�7` �oc — •.. .3C�.�............ ......._..-.-..-.-.--.-.- .............-.-.-. Contact Email ( � � ve-1 • �� / U Description of Comparative Services and Project Cost(please be specific) i i i Page 28 of 29 Page 214 City of Rancho Cucamonga Request for Proposals("RFP")#19/20-006 for Fire Suppression Systems Maintenance "EXHIBIT H"SIGNATURE OF AUTHORITY The undersigned firm declares that he has carefully examined the specifications and read the above terms and conditions, and hereby proposes and agrees, if this RFP response is accepted, to furnish all material in I accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost amounts set forth in the following RFP response. THE VENDORS IN SUBMITTING THIS RFP RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO DO SO MAY DEEM YOUR RFP RESPONSE AS NON-RESPONSIVE. Company Name: Address: (Street,Su.#City,State,Zip) f /.0 comma» � Telephone#: �If3 Fax#: / q E-mail address: Web Address: Authorized Representative: (print) Title: i I Signat e: Date: 15 Z� I Must be included in final RFP submittaL I Page 29 of 29 Page 215 3 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 City Facilities Annual Fire Suppression System Maintenance Description Quantity Unit Unit Price Total Animal Care Center 11780 Arrow Route(5,500 sq.ft.) Fire Extinguisher-Type ABC- 5 Lbs 9 EA $ 18.00 $ 162.00 System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 857.00 Archibald Library 7368 Archibald Ave. (25,000 sq.ft.) Fire Extinguisher-Type ABC-5 Lbs 8 EA $ 18.00 $ 144.00 System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 839.00 Central Park 11200 Base Line Road (57,000 sq.ft.) Ansul Hood - R-102 (Semi-Annual Maintenance of Two Hood Systems) 4 EA $ 150.00 $ 600.00 Fire Extinguisher-Type ABC- 10 Lbs 3 EA $ 18.00 $ 54.00 Fire Extinguisher-Type ABC- 5 Lbs 11 EA $ 18.00 $ 198.00 Fire Extinguisher-Type ABC- 6 Lbs 15 EA $ 18.00 $ 270.00 Fire Extinguisher-Type K- 6 Litre 3 EA $ 18.00 $ 54.00 Rolling Drop Door 1 EA $ 540.00 $ 540.00 System Risers-Wet 2 EA $ 695.00 $ 1,390.00 Total $ 3,106.00 City Hall 10500 Civic Center Drive (100,000 sq.ft.) Fire Extinguisher-Type ABC-5 Lbs 60 EA $ 18.00 $ 1,080.00 Pre-Action Systems 3 EA $ 375.00 $ 1,125.00 Rolling Drop Door 1 EA $ 540.00 $ 540.00 System Risers -Wet 1 EA $ 660.00 $ 660.00 Total $ 3,405.00 Fleet Vehicles 9153 9th Street Fire Extinguisher-Type ABC- 10 Lbs 4 EA $ 18.00 $ 72.00 Fire Extinguisher-Type ABC- 2.5 Lbs 205 EA $ 18.00 $ 3,690.00 Fire Extinguisher-Type ABC-5 Lbs 65 EA $ 18.00 $ 1,170.00 Total $ 4,932.00 Page 1 of 9 8/120age,3:8 PM Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 Household Hazardous Waste Facility 8,800 Hellman Ave. (4,000 sq.ft) Fire Extinguisher-Type ABC- 10 Lbs 1 EA $ 18.00 $ 18.00 Fire Extinguisher-Type ABC- 5 Lbs 3 EA $ 18.00 $ 54.00 System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 767.00 Lions Center East 9191 Base Line Road Fire Extinguisher-Type ABC-5 Lbs 10 EA $ 18.00 $ 180.00 Total $ 180.00 Lions Center West 9161 Base Line Road(10,000 sq.ft.) Fire Extinguisher-Type ABC- 5 Lbs 9 EA $ 18.00 $ 162.00 System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 857.00 Public Safety 10510 Civic Center Drive(40,000 sq.ft.) Fire Extinguisher-Type ABC- 10 Lbs 3 EA $ 18.00 $ 54.00 Fire Extinguisher-Type ABC- 20 Lbs 3 EA $ 18.00 $ 54.00 Fire Extinguisher-Type ABC- 5 Lbs 25 EA $ 18.00 $ 450.00 Fire Hoses 4 EA $ 100.00 $ 400.00 System Risers -Wet 1 EA $ 695.00 $ 695.00 Total $ 1,653.00 Public Works Admin/Fleet/Warehouse, 8794 Lion Street (45,000 sq.ft.) Fire Extinguisher-Type ABC- 10 Lbs 16 EA $ 18.00 $ 288.00 Fire Extinguisher-Type ABC- 5 Lbs 89 EA $ 18.00 $ 1,602.00 Fire Extinguisher-Type CO2 - 10 Lbs 1 EA $ 18.00 $ 18.00 System Risers-Wet 3 EA $ 430.00 $ 1,290.00 Total $ 3,198.00 R.C.M.U. Substation 8313 Rochester Ave. (1,200 sq.ft.) Fire Extinguisher-Type ABC-5 Lbs 1 EA $ 25.00 $ 25.00 Total 1 $ 25.00 $ 25.00 Page 2 of 9 8/12 2020 3:08 PM age 217 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 RC Family Resource Center 9791 Arrow Route(11,000 sq.ft.) Fire Extinguisher-Type ABC- 5 Lbs 6 EA $ 18.00 $ 108.00 System Risers -Wet 1 EA $ 695.00 $ 695.00 Total 7 $ 713.00 $ 803.00 RC Sports Center 8303 Rochester Ave. (50,000 sq.ft.) Fire Extinguisher-Type ABC-5 Lbs 15 EA $ 18.00 $ 270.00 System Risers-Wet 2 EA $ 497.50 $ 995.00 Total 17 $ 515.50 $ 1,265.00 RC Sports Complex(Epicenter) 8408 Rochester Ave. (1,590+sq.ft.) Ansul Hood - R-102 (Semi-Annual Maintenance of Two Hood Systems) 4 EA $ 150.00 $ 600.00 Concession Drop Doors 5 EA $ 270.00 $ 1,350.00 Fire Extinguisher-Type ABC- 10 Lbs 10 EA $ 18.00 $ 180.00 Fire Extinguisher-Type ABC- 5 Lbs 48 EA $ 18.00 $ 864.00 System Risers -Wet 3 EA $ 695.00 $ 2,085.00 Total $ 5,079.00 Victoria Gardens Cultural Center 12505 Cultural Center Drive (67,000 sq.ft.) Ansul Hood - R-102 (Semi-Annual Maintenance of One Hood System) 2 EA $ 150.00 $ 300.00 Fire Extinguisher-Type ABC- 10 Lbs 8 EA $ 18.00 $ 144.00 Fire Extinguisher-Type ABC- 17 Lbs 2 EA $ 18.00 $ 36.00 Fire Extinguisher-Type ABC- 5 Lbs 43 EA $ 18.00 $ 774.00 Fire Extinguisher-Type BC-5 Lbs 1 EA $ 18.00 $ 18.00 Fire Extinguisher-Type K- 1.59 Gal 1 EA $ 18.00 $ 18.00 Fire Roof Hatches 8 EA $ 270.00 $ 2,160.00 Rolling Drop Door 3 EA $ 270.00 $ 810.00 System Risers-Wet 7 EA $ 355.00 $ 2,485.00 Total $ 6,745.00 Victoria Gardens Police Substation 7743 Kew Ave. Fire Extinguisher-Type ABC- 5 Lbs 4 EA $ 18.00 $ 72.00 Total $ 72.00 Total $ 33,783.00 Page 3 of 9 8/12 2020 3:08 PM age 218 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 City Facilities Five Year Sprinkler Testing Description Quantity Unit Unit Price Total Animal Care Center 11780 Arrow Route(5,500 sq.ft.) System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 695.00 Archibald Library 7368 Archibald Ave. (25,000 sq.ft.) System Risers-Wet 8 EA $ 695.00 $ 5,560.00 Total $ 5,560.00 Central Park 11200 Base Line Road (57,000 sq.ft.) System Risers-Wet 2 EA $ 695.00 $ 1,390.00 Total $ 1,390.00 City Hall 10500 Civic Center Drive(100,000 sq.ft.) Pre-Action Systems 3 EA $ 375.00 $ 1,125.00 System Risers-Wet 1 EA $ 660.00 $ 660.00 Total $ 1,785.00 Household Hazardous Waste Facility 8,800 Hellman Ave. (4,000 sq.ft) System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 695.00 Lions Center West 9161 Base Line Road (10,000 sq. ft.) System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 695.00 Public Safety 10510 Civic Center Drive(40,000 sq.ft.) System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 695.00 Page 4 of 9 8/12 2020 3:08 PM age 219 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 Public Works Admin/Fleet/Warehouse 8794 Lion Street(45,000 sq.ft.) System Risers-Wet 3 EA $ 430.00 $ 1,290.00 Total $ 1,290.00 RC Family Resource Center 9791 Arrow Route(11,000 sq.ft.) System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 695.00 RC Sports Center 8303 Rochester Ave. (50,000 sq.ft.) System Risers-Wet 2 EA $ 497.50 $ 995.00 Total $ 995.00 RC Sports Complex(Epicenter) 8408 Rochester Ave. (1,590+sq.ft.) System Risers-Wet 3 EA $ 695.00 $ 2,085.00 Total $ 2,085.00 Victoria Gardens Cultural Center 12505 Cultural Center Drive(67,000 sq.ft.) System Risers-Wet 7 EA $ 355.00 $ 2,485.00 Total $ 2,485.00 Total $ 19,065.00 Page 5 of 9 8/12 2020 3:08 PM age 220 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 Fire Facilities Annual Fire Suppression System Maintenance Description Quantity Unit Unit Price Total Fire Station 171 6627 Amethyst Street(7,200 sq.ft.) Fire Extinguisher- 2-A:10-B:C 4 $ 18.00 $ 72.00 Fire Extinguisher-4-A:40-B:C 1 $ 18.00 $ 18.00 Total $ 90.00 Fire Station 172 162 San Bernardino Road (6,549 sq.ft.) Fire Extinguisher- 10 Lbs 2 $ 18.00 $ 36.00 Fire Extinguisher- 20 Lbs 1 $ 18.00 $ 18.00 Fire Extinguisher- 33 Lbs 1 $ 18.00 $ 18.00 Total $ 72.00 Fire Station 173 12270 Firehouse Court(11,787 sq.ft.) Fire Extinguisher-ABC- 10 Lbs 11 $ 18.00 $ 198.00 Fire Extinguisher-ABC- 20 Lbs 4 $ 18.00 $ 72.00 Fire Extinguisher- METAL-30 Lbs 3 $ 18.00 $ 54.00 Fire Extinguisher- PW- 2.5 Gal 9 $ 18.00 $ 162.00 System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 1,181.00 Fire Station 174 11297 Jersey Blvd. (19,200 sq.ft.) Fire Extinguisher- 10-A:60-B:C 2 $ 18.00 $ 36.00 Fire Extinguisher- 2-A:10-B:C 2 $ 18.00 $ 36.00 Fire Extinguisher-4-A:60-B:C 6 $ 18.00 $ 108.00 Fire Extinguisher- MET-L-X DRY 1 $ 18.00 $ 18.00 Fire Extinguisher-WATER-5 Gal 2 $ 18.00 $ 36.00 Gas Supression Systems 1 $ 795.00 $ 795.00 Pre-Action Systems 1 $ 695.00 $ 695.00 System Risers -Wet 1 $ 695.00 $ 695.00 Total $ 2,419.00 Page 6 of 9 8/12 2020 3:08 PM age 221 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 Fire Station 175 111808 Banyan Street(14,817 sq.ft.) Fire Extinguisher- 10-A:60-B:C 3 $ 18.00 $ 54.00 Fire Extinguisher- 1-A:10-B:C 3 $ 18.00 $ 54.00 Fire Extinguisher-4-A:40B:C 2 $ 18.00 $ 36.00 Fire Extinguisher-4-A:60-B:C 9 $ 18.00 $ 162.00 Fire Extinguisher- CLASS 2A 3 $ 18.00 $ 54.00 Fire Extinguisher- CLASS D 1 $ 18.00 $ 18.00 System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 1,073.00 Fire Station 176 5840 East Avenue (9,594 sq.ft.) Fire Extinguisher- 20-A 120BC 1 $ 18.00 $ 18.00 Fire Extinguisher- 2A 1 $ 18.00 $ 18.00 Fire Extinguisher- 2-A:10-B:C 4 $ 18.00 $ 72.00 Fire Extinguisher-4-A:80-B:C 1 $ 18.00 $ 18.00 Fire Extinguisher- CLASS D 1 $ 18.00 $ 18.00 System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 839.00 Fire Station 177 9270 Rancho Street(8,330 sq.ft.) Fire Extinguisher-ABC- 17 Lbs 1 $ 18.00 $ 18.00 Fire Extinguisher-ABC- 20 Lbs 1 $ 18.00 $ 18.00 Fire Extinguisher-ABC- 5 Lbs 6 $ 18.00 $ 108.00 Fire Extinguisher- MET LX CLASS D 1 $ 18.00 $ 18.00 Fire Extinguisher- PW CLASS A 2 $ 18.00 $ 36.00 System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 893.00 Jersey Fire Shop 11297 Jersey Blvd. Fire Extinguisher-ABC 12 EA $ 18.00 $ 216.00 System Risers-Wet 1 EA $ 695.00 $ 695.00 Total $ 911.00 Total $ 7,478.00 Page 7 of 9 8/12L2a002e0, 08 PM Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 Fire Facilities Five Year Sprinkler Testing Description Quantity Unit Unit Price Total Fire Station 173 12270 Firehouse Court(11,787 sq.ft.) System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 695.00 Fire Station 174 11297 Jersey Blvd. (19,200 sq.ft.) Pre-Action Systems 1 $ 695.00 $ 695.00 System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 1,390.00 Fire Station 175 111808 Banyan Street(14,817 sq.ft.) System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 695.00 Fire Station 176 5840 East Avenue(9,594 sq.ft.) System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 695.00 Fire Station 177 9270 Rancho Street(8,330 sq.ft.) System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 695.00 Jersey Fire Shop 11297 Jersey Blvd. System Risers-Wet 1 $ 695.00 $ 695.00 Total $ 695.00 Total $ 4,865.00 Page 8 of 9 8/12 2020 3:08 PM age 223 Fire Suppression System Maintenance - RFP 20/21-003 Lump Sum and Unit Costs Through June 30, 2021 Extra Work Labor Schedule Description Quantity Unit Unit Price Total After Hours 1 $ 235.00 $ 235.00 Holiday Hours 1 $ 255.00 $ 255.00 Regular Working Hours 1 $ 225.00 $ 225.00 Additional Charges Description Quantity Unit Unit Price Total 12-year hydro test per fire extinguisher bottle tested. 1 EA $ 38.00 $ 38.00 6-year tear down on ABC Fire Extinguishers 1 EA $ 25.00 $ 25.00 20% mark-up on list price for fire extinguisher parts. Page 9 of 9 8/12 2020 3:08 PM age 224 CITY OF RANCHO CUCAMONGA DATE: October 7, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Jason C. Welday, Director of Engineering Services/City Engineer Trina Valdez, Utilities Operations Supervisor SUBJECT: Consideration of Amendment No. 01 to the Agreement with Elecnor Belco Electric, Inc. (CO18-144) in the amount of$236,500 for the Public Safety Facility Fiber Optic Line Extension. RECOMMENDATION: Staff recommends that the City Council approve and authorize Amendment No. 01 in the amount of $236,500 to the Agreement with Elecnor Belco Electric, Inc. (CO18-144). BACKGROUND: In 2018, the City of Rancho Cucamonga and Elecnor Belco Electric, Inc. entered into an Agreement (CO#18-144) for the RCMU Fiber-Outside Plant Fiber Optic Network/Fiber Conduit Construction. As part of the City's Fiber Optic Master Plan, the project consists of construction of approximately 22 miles of single mode fiber within a mix of existing traffic and electrical conduit and new construction as proposed in the plan. ANALYSIS: In conjunction with the building of the new Public Safety Facility located on 8870 San Bernardino Road, the building will require that it be connected to the City's network via the Rancho Fiber backbone. A new backbone 432 strand fiber cable will need to be extended from the existing interconnection point at the Haven Avenue and Foothill Boulevard intersection to the new facility via existing city-owned dark fiber conduit along Foothill Boulevard. This fiber cable extension will have multiple benefits, including the connection of the Station Alerting System and the San Bernardino County Sheriff Department's network, the extension of the Rancho Fiber project backbone footprint to the westside of the City for future growth and expansion opportunities, as well as fiber connections to eight signalized intersections along Foothill Blvd for the City's Advanced Traffic Management System (ATMS) project. A copy of Amendment No. 01 to the Agreement with Elecnor Belco Electric is on file with the City Clerk's Office. FISCAL IMPACT: The funding of$236,500 has been budgeted in Fiscal Year 2020/21 from the following funds: Fire Protection Capital Fund (Fund 288) — $165,550 Fiber Optic Network Fund (Fund 711) — $47,300 Transportation Fund (Fund 124) — $23,650 COUNCIL MISSION /VISION / GOAL(S) ADDRESSED: The implementation of the Fiber Optics Master plan will enhance the City's position to embrace and anticipate the future of the community through an enhanced 21st century infrastructure that is critical for economic development and public safety. ATTACHMENTS: N/A Page 225 CITY OF RANCHO CUCAMONGA DATE: October 7, 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 Maintenance Superintendent Ruth Cain, CPPB, Procurement Manager SUBJECT: Consideration to Award the Purchase of Irrigation Parts and Supplies on an "As Needed" Basis from SiteOne Landscape Supply and Smith Pipe & Supply, Inc. in Accordance with Request for Bids (RFB)#20/21-109 in an Amount Not to Exceed $100,000 Annually to be Funded from Various City and Special Disticts Accounts. RECOMMENDATION: It is recommended that the City Council award the purchase of irrigation parts and supplies from SiteOne Landscape Supply and Smith Pipe & Supply Inc., in accordance with Request for Bids (RFB) #20/21-109 in an amount not to exceed $100,000 annually to be funded from various City and Special District accounts. BACKGROUND: Irrigation parts and supplies are a vital part of the City's landscape maintenance program and are very important to the proper operation and longevity of the irrigation network. The quick repair of broken lines, leaky valves, and other irrigation components are imperative to save water and preserve the City's extensive landscape infrastructure. ANALYSIS: The Public Works Services Department provided the Purchasing Division with specifications for review and to determine the best method of procurement. The Purchasing Division prepared and posted a formal Request for Bid (RFB) #20/21-109 for "Irrigation Parts and Supplies on an As Needed Basis" for one (1) year firm fixed pricing to the City's automated procurement system. This bid was solicited as a split award in order to provide the greatest flexibility in staff's ability to find the parts needed at the best price. There was a total of three hundred eighty-one (381) vendors that were notified and eleven (11) prospective bidders that downloaded the solicitation documentation. Two (2) bid responses were received. All applicable bid documentation is on file in the City's electronic bidding system and can be accessed through the City's web page. FISCAL IMPACT: While the bid process provides the best pricing available, staff will continue to operate within the limits set in the approved General and Special Fund budgets. COUNCIL MISSION /VISION / GOAL(S) ADDRESSED: This item addresses the City Council's goal of Enhancing Public Safety and the City's Premiere Community Status in ensuring well-maintained parks and landscaped areas. ATTACHMENTS: Attachment 1- RFB Page 226 I RANCHO CUCAMONGA REQUEST FOR BIDS ("RFB") #20/21-109 FOR IRRIGATION SUPPLIES ON AN AS NEEDED BASIS City of Rancho Cucamonga Procurement Division 10500 Civic Center Drive Rancho Cucamonga, California 91730 Page 227 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis Table of Contents 1. GENERAL INFORMATION...........................................................................................................................3 1.1 Introduction.....................................................................................................................................3 1.2 BID RESPONSE DELIVERY AND SCHEDULE OF EVENTS.....................................................................................3 1.3 DISCREPANCIES OR OMISSIONS................................................................................................................3 1.4 CONTINGENCIES ...................................................................................................................................4 1.5 QUESTIONS AND CLARIFICATIONS.............................................................................................................4 1.6 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION................................................4 1.7 BRAND NAMES ....................................................................................................................................5 1.8 KNOWLEDGE OF REQUIREMENTS..............................................................................................................5 1.9 RESERVATION OF RIGHTS........................................................................................................................5 1.10 BUSINESS LICENSE.................................................................................................................................6 1.1. PREVAILING WAGES..............................................................................................................................6 1.11 CALIFORNIA'S PUBLIC RECORDS ACT.........................................................................................................6 2. RFB RESPONSE SUBMISSION REQUIREMENTS ..........................................................................................7 2.1 Exhibits A through G........................................................................................................................7 2.1.1 NON-DISCLOSURE CONFLICT OF INTEREST ..............................................................................................7 2.1.2 SPECIFICATIONS................................................................................................................................7 2.1.3 ADDENDUM ACKNOWLEDGEMENT........................................................................................................ 8 2.1.4 STANDARD TERMS AND CONDITION...................................................................................................... 8 2.1.5 PARTICIPATION CLAUSE...................................................................................................................... 8 2.1.6 DEBARMENT AND SUSPENSION............................................................................................................ 8 2.1.7 SIGNATURE OF AUTHORITY .................................................................................................................9 "EXHIBIT A, CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT"......... 10 "EXHIBIT B, SPECIFICATIONS WORKSHEET,..................................................................................................... 11 "EXHIBIT C, ADDENDUM ACKNOWLEDGEMENT"............................................................................................ 13 "EXHIBIT D, CITY OF RANCHO CUCAMONGA STANDARD TERMS AND CONDITIONS EXCEPTIONS SUMMARY" ........................................................................................................................................................................ 14 „EXHIBIT E, PARTICIPATION CLAUSE" ............................................................................................................. 15 "EXHIBIT F, DEBARMENT and SUSPENSION CERTIFICATION FORM"............................................................... 16 „EXHIBIT G, SIGNATURE OF AUTHORITY" ....................................................................................................... 17 Page 228 Page 2 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis 1. GENERAL INFORMATION 1.1 Introduction The City of Rancho Cucamonga (hereinafter "City") and is inviting qualified Vendors (hereinafter "Vendor") to submit a bid response for Request for Bid ("RFB") #20/21-109 for Irrigation Supplies on an As Needed Basis in accordance with the minimum Specifications indicated herein. The City's intent is to make multiple awards to vendors with the lowest line item cost. Vendors wishing to participate in the RFB solicitation must be registered as a Consultant on Planet Bids through the City's website at https://www.cityofrc.us/your-government/procurement. Only those responses received from registered Consultants will be accepted. Responses must be submitted by the named Consultant that has downloaded the RFB, this information is indicated in the bid system and provides the ability to tabulate the responses in accordance to the named Consultants. Submitting a response under a Consultant name that does not appear to be on the Prospective Bidders list will be deemed as non-responsive and disqualify said response from further consideration. 1.2 BID RESPONSE DELIVERY AND SCHEDULE OF EVENTS RFB responses must be received electronically via Planet Bids prior to the due date and time specified in the below Schedule of Events. Please note, there will be no paper responses accepted. The City shall not be responsible for any delays by transmission errors. Schedule of Events Event Description Date&Time Post RFB August 11,2020 Questions Due August 24,2020 by 9:00 am Addendum Issued August 27,2020 RFB Response Due Date September 1, 2020 by 9:00 am (The City reserves the right to change schedule of events without prior notice or responsibility to Vendor.) 1.3 DISCREPANCIES OR OMISSIONS Vendors finding discrepancies or omissions in the RFB or having any doubts as to the meaning or intent of any part thereof shall submit such questions or concerns in writing electronically via Planet Bids. The City bears no responsibility for oral instructions or representations. Addenda to this RFB shall be considered a part of this RFB and shall become part of any final Contract that may be derived from this RFB. Page 229 Page 3 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis 1.4 CONTINGENCIES This RFB should not be considered as a contract to purchase goods or services but is a Request for Bid in accordance with the terms and conditions herein and will not necessarily give rise to a contract. However, RFB responses should be as detailed and complete as possible to facilitate the formation of a contract based on the RFB response(s) that are pursued should the City decide to do so. Completion of this RFB form and its associated Appendices are a requirement. Failure to do so may disqualify your RFB response submittal. Vendors must submit signed, RFB responses by the due date and time as specified herein. Vendors will be considered non-responsive if the above requirements are not submitted as requested. If only one RFB response is received, the City reserves the right to discard the response and rebid the RFB. Any scope of work, contingencies, special instruction and/or terms and conditions applicable to this RFB and any purchase order derived thereafter shall be effective as of the issue date of a purchase order for the requested work (the "Effective Date"), and shall remain in full force and effect until sixty (60) days after the City has accepted the work in writing and has made final payment, unless sooner terminated by written agreement signed by both parties. 1.5 QUESTIONS AND CLARIFICATIONS All questions or clarification requests must be submitted directly through the bid system by the due date and time indicated in the above Schedule of Events. Answers and/or clarifications will be provided in the form of an Addendum and will be posted for download from the City's bid system in accordance with the above "Schedule of Events". From the issuance date of this Request for Bid until a Vendor is awarded, Vendors are not permitted to communicate with any City staff or officials regarding this procurement, other than during interviews, demonstrations, and/or site visits, except at the direction of Ruth Cain, CPPB, Procurement Manager, or Hector Velazquez, Procurement Technician, the designated representatives of the City of Rancho Cucamonga. 1.6 DISPOSITION OF MATERIAL AND CONFIDENTIAL OR PROPRIETARY INFORMATION All materials submitted in response to this RFB will become the property of the City and will be returned only at the City's option and at the expense of the Vendor submitting the RFB response. A copy of the RFB response will be retained for official files and become a public record.Any material that a Vendor considers as confidential but does not meet the disclosure exemption requirements of the California Public Records Act may be made available to the public, regardless of a notation or markings of confidentiality or otherwise. Page 230 Page 4 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis 1.7 BRAND NAMES Any reference to brand names and/or numbers in the solicitation is intended to be descriptive, but not restrictive, unless otherwise specified. RFB responses offering equivalent items meeting the standards of quality specified may be considered, unless other specified, providing the RFB response clearly describes the article offered and how it differs from the referenced brand. Unless a Vendor specifies otherwise, it is understood that the Vendor is offering a referenced brand item as specified in the solicitation. The City reserves the right to determine whether a substitute offer is equivalent to and meets the standards of quality indicated by the brand name references, and the City may require the supply of additional descriptive material and a sample. 1.8 KNOWLEDGE OF REQUIREMENTS The vendor shall carefully review all documents referenced and made a part of the solicitation document to ensure that all information required to properly respond has been submitted or made available and all requirements are priced in the RFB response. Failure to examine any documents, drawings, specifications, or instructions will be at the Vendor's sole risk. Vendors shall be responsible for knowledge of all items and conditions contained in their RFB responses and in this RFB, including any City issued clarifications, modifications, amendments, or addenda. The City will provide notice of any changes and clarifications to perspective Vendors by way of addenda to the City website; however, it is the Vendor's responsibility to ascertain that the RFB response includes all addenda issued prior to the RFB Due Date. 1.9 RESERVATION OF RIGHTS The issuance of this RFB does not constitute an agreement by the City that any contract will be entered by the City. The City expressly reserves the right at any time to: • Waive or correct any defect or informality in any response, RFB, or RFB procedure. • Reject any or all RFBs. • Reissue a Request for Bids. • Prior to submission deadline for RFBs, modify all or any portion of the selection procedures, including deadlines for accepting responses, the specifications or requirements for any materials, equipment or services to be provided under this RFB, or the requirements for contents or format of the RFBs. • The City recognizes that price is only one of several criteria to be used in judging a product or service, and the City is not legally bound to accept the lowest RFB response. • The City reserves the right to conduct pre-award discussions and/or pre-Contract negotiations with any or all responsive and responsible Vendors who submit RFB responses. Page 231 Page 5 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis • Procure any materials, equipment or services specified in this RFB by any other means. • Determine that no project will be pursued. • The City reserves the right to inspect the Vendor's place of business prior to award or at any time during the contract term or any extension thereof, to determine the Vendor's capabilities and qualifications. 1.10 BUSINESS LICENSE A selected Vendor awarded a contract shall be required to obtain a Rancho Cucamonga Business License no later than five (5) business days from notification of award prior to being issued a Purchase Order. A selected Vendor must possess and maintain all appropriate licenses/certifications necessary in the performance of duties required under this RFB and will provide copies of licenses/certifications immediately upon request throughout the term of the Contract. Vendors shall be responsible for knowledge of all items and conditions contained in their RFB responses and in this RFB, including any City issued clarifications, modifications, amendments, or addenda. The City will provide notice of any changes and clarifications to prospective Vendors by way of addenda to the City Planet Bids; however, it is the Vendor's responsibility to ascertain that the RFB includes all addenda issued prior to the RFB due date. 1.11 PREVAILING WAGES Where labor is required for a public work as a part of any requirement covered by this RFB, pursuant to the provisions of the Labor Code of the State of California and/or the federal Davis-Bacon Act, a selected Vendors) shall pay no less than those minimum wages unless an exemption applies. Please note that much of the work procured through this RFB involves improvements to single-family homes. Accordingly, in certain cases an exemption from the prevailing wage requirement may apply to the scope of work. (See Cal. Labor Code § 1720(c)(1), (5); 42 USC § 5310(a). However, the City makes no representations in this RFB that such an exemption will apply or that prevailing wages will not be required for a scope of work covered by this RFB. 1.12 CALIFORNIA'S PUBLIC RECORDS ACT The City of Rancho Cucamonga complies with the California Public Records Act, Government Code Section 6250 et seq. Public records are open to inspection always during the office hours of the state or local agency and every person has a right to inspect any public record, except as hereafter provided. Any reasonably segregable portion of a record shall be available for inspection by any person requesting the record after deletion of the portions that are exempted by law. Neither an RFB in its entirety, nor proposed prices shall be considered confidential and proprietary. Notwithstanding the foregoing, companies are hereby notified that all materials submitted in response to this Page 232 Page 6 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis RFB are subject to California's Public Records Act. The City 's receipt, review, evaluation or any other act or omission concerning any such information shall not create an acceptance by the City or any obligation or duty to prevent the disclosure of any such information except as required by Government Code Section 6253. Companies who submit information they believe should be exempt from disclosure under the Public Records Act shall clearly mark each document as confidential, proprietary or exempt, and state the legal basis for the exemption with supporting citations to the California Code. Pursuant to California Law, if the information is requested under the Public Records Act, the City shall make a final determination if any exemption exists for the City to deny the request and prevent disclosure. The City will withhold such information from public disclosure under the Public Records Act only if the City determines, in its sole discretion, that there is a legal basis to do so. 2. RFB RESPONSE SUBMISSION REQUIREMENTS The following must be received no later than the due date and time specified in the Schedule of Events. RFB responses and associated documents must be submitted electronically through the bid system. The Vendor is solely responsible for ensuring that the full RFB response is received by the City in accordance with the solicitation requirements, prior to the date and time specified in the solicitation. 2.1 Exhibits A through G The following named Exhibits A through F are a requirement and must be complete and signed where required. Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A —G. Failure to comply with this instruction will deem your RFB submittal as non-responsive. 2.1.1 NON-DISCLOSURE CONFLICT OF INTEREST Specify any possible conflicts of interest with your current clients or staff members and the City. A signed "Exhibit A, Conflict of Interest and Non-Disclosure Agreement," included herein must be submitted under the Planet Bid Response Types, Exhibits A—G. 2.1.2 SPECIFICATIONS Vendor shall review and complete "Exhibit B,Standard Specification Form". Vendors must indicate compliance with specifications by a check mark or initials in the "MEETS", "EXCEEDS", "NO" or "N/A". Indicating "MEETS" to a specification will mean full compliance;indicating"NO"will mean an exception is being taken.All exceptions must be fully explained on a separate page titled "EXCEPTIONS", giving reference to the page and specification where the exception is being taken. Failure to comply with this requirement will result in the response being rejected. Page 233 Page 7 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis 2.1.3 ADDENDUM ACKNOWLEDGEMENT The Vendor shall hereby acknowledge they have received all posted Addendums, if any. The Vendor understands failure to acknowledge any addenda issued may cause the response to be considered non- responsive. It is the Vendor's responsibility to log into the Bid System to identify, download and review the number of addenda that have been posted. Addenda issued in correspondence to this RFB shall be considered a part of this RFB and shall become part of any final Contract that may be derived from this RFB. Vendors must indicate their acknowledgement of any Addendums by way of signature on "Exhibit C, Addendum Acknowledgement Form", and must be submitted under the Planet Bid Response Types, Exhibits A—G. 2.1.4 STANDARD TERMS AND CONDITION The City's Standard Terms and Conditions must be downloaded from the bid system and can be found under the "Documents and Attachments" tab. It is the Vendors responsibility for downloading and reviewing the Terms and Conditions and responding accordingly with signature of agreement or summary of exceptions. In submitting a response to this RFB, Vendor will be deemed to have agreed to each clause in the City's Terms and Conditions unless otherwise indicated in the "Exhibit D, City of Rancho Cucamonga Terms and Conditions Exceptions Summary". The City has the sole right to accept any exceptions or move forward without further negotiation. Failure to raise any objections at the time of this RFB response submittal will result in a waiver of objection to any of the contractual language in the City's Standard Terms and Conditions at any other time.The signed Exception Summary must be submitted in Planet Bids system under the Response Types tab "Exhibits A —G". 2.1.5 PARTICIPATION CLAUSE It is hereby understood that other governmental entities, such as cities, counties, and special school districts may utilize this RFB response at their option for equipment or services at the RFB response price. Said entities shall have the option to participate in any award made because of this solicitation. Any such piggy-back awards will be made independently by each agency, and the City is not an agent, partner or representative of these agencies and is not obligated or liable for any action of debts that may arise out of such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of its own order placement and payments to the Vendor. A signed "Exhibit E, Participation Clause", must be submitted under the Planet Bid Response Types, Exhibits A—G. 2.1.6 DEBARMENT AND SUSPENSION Bidding Vendors must verify by way of signature to "Exhibit F, Vendor Certification Form" that they are not listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Vendor nor any of its proposed subcontractors are tax Page 234 Page 8 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis delinquent with the State of California. The signed exhibit must be submitted under the Planet Bid Response Types, Exhibits A—G. 2.1.7 SIGNATURE OF AUTHORITY Completion of this RFB form and its associated Exhibits are a requirement. Failure to do so may disqualify your RFB response submittal. Vendors must submit responses by the due date and time as specified herein. Vendors will be considered non-responsive if the above requirements are not submitted as requested. If only one RFB response is received, the City reserves the right to return the RFB to the Vendor. An "Exhibit G, Signature of Authority", must be submitted under the Planet Bid Response Types, Exhibits A—G. Page 235 Page 9 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis "EXHIBIT A, CITY OF RANCHO CUCAMONGA CONFLICT OF INTEREST/NON-DISCLOSURE STATEMENT" It is the policy of the City of Rancho Cucamonga to prevent personal or organizational conflict of interest, or the appearance of such conflict of interest, in the award and administration of City Contracts, including, but not limited to Contracts for Professional Services Agreements ("PSA") with potential Vendors. I do not have specific knowledge of confidential information regarding RFB responses received in response to the Request for Bid RFB#20/21-109 for Irrigation Supplies on an As Needed Basis. I agree not to disclose or otherwise divulge any information pertaining to the contents, status, or ranking of any RFB response to anyone. I understand the terms and "disclose or otherwise divulge" to include, but are not limited to, verbal conversations, written correspondence, reproduction of any part or any portion of any RFB response, or removal of same from designated areas. I, the undersigned, hereby certify that the following statements are true and correct and that I understand and agree to be bound by commitments contained herein. (Print Name) (Relationship to the City) (Relationship to the Consultant) (Signature) (Date) Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A —G. Page 236 Page 10 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis "EXHIBIT B, SPECIFICATIONS WORKSHEET, Vendors must indicate compliance with specifications by check mark or initials in the "MEETS", "EXCEEDS" or "NO". Indicating "MEETS" to a specification will mean full compliance; indicating "NO" will mean an exception is being taken. All exceptions must be fully explained on a separate page titled "EXCEPTIONS", giving reference to the page and specification where the exception is being taken. Failure to comply with this requirement will result in the RFB response being rejected. N LU SPECIFICATIONS CW W z z COMMENTS c W PRODUCT AVAILABILITY All specified products must be readily available for pick-up or delivery at the City's discretion within three (3) business days from placement of the order. Product must be readily available for delivery or customer pick up at any of the Vendor locations within the above- mentioned timeframe. DELIVERY When Delivery is required, deliver to: City of Rancho Cucamonga Corporate Yard, 9153 9th St., Rancho Cucamonga, CA 91730 Receiving hours are between the hours of 6:30am and 3:30pm Mon—Thu. ADDITIONAL BID INFORMATION/INSTRUCTION The products listed may or may not be procured during the 20/21 fiscal year. Order quantities are not guaranteed, and purchases are made on an as needed basis only. All parts must be specific to the irrigation landscape industry, including PVC products. Items listed without brand names can be referenced on the City of Rancho Page 237 Page 11 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis Cucamonga "Landscape & Irrigation" Standard Drawings". MANUFACTURER INFORMATION The manufacturer of all items must be listed in the bid system on the "Line Item" tab under the "MFR" column. PRICING Pricing must be firm fixed through June 30, 2021. Price increases will be not be accepted or considered from the inception of the Purchase Oder through June 30, 2021. Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A —G. Page 238 Page 12 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis "EXHIBIT C, ADDENDUM ACKNOWLEDGEMENT" The Vendor hereby acknowledges the following Addenda Number(s) to this RFB have been received, if any. Vendor understands failure to acknowledge any addenda issued may cause the RFB response to be considered non-responsive. It is the Vendor's responsibility to log into the Bid system to identify and download the number of addenda that have been posted. Signature Printed Name Title Date Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A —G. Page 239 Page 13 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis "EXHIBIT D, CITY OF RANCHO CUCAMONGA STANDARD TERMS AND CONDITIONS EXCEPTIONS SUMMARY" Mark the appropriate choice, below: Vendors accepts the Standard Terms and Conditions without exception. Submit a signed signature page of the Standard Terms and Conditions as Exhibit D, to show full agreement with all clauses and indicating you have no exceptions. OR Vendors proposes exceptions to the Standard Terms and Conditions. Summarize all exceptions on a separate document. Enclose a written summary of each change and title as "Exception Summary", which shall include the Vendors' rationale for proposing each such exception. Each exception must be labeled with the Section number listed in the Standard Terms and Conditions. Failure to properly reference exceptions in the submitted summary may deem the response as non-responsive. Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A—G. Page 240 Page 14 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis "EXHIBIT E, PARTICIPATION CLAUSE" It is hereby understood that other government entities, such as cities, counties, and special/school districts may utilize this RFB response at their option for equipment or services at the RFB response price for a period of days. Said entities shall have the option to participate in any award made because of this solicitation. Any such piggy-back awards will be made independently by each agency, and the City of Rancho Cucamonga is not an agent, partner or representative of these agencies and is not obligated or liable for any action of debts that may arise out of such independently negotiated piggy-back procurement. Each public agency shall accept sole responsibility of its own order placement and payments of the Vendor. Successful Vendor will extend prices as proposed herein to other governmental agencies, please specify. YES NO Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A —G. Page 241 Page 15 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis "EXHIBIT F, DEBARMENT and SUSPENSION CERTIFICATION FORM" I certify that neither (Vendor) nor any of its proposed subcontractors are not currently listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the guidelines under 2 CFR 200 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), and that neither Vendor nor any of its proposed subcontractors are tax delinquent with the State of California. I acknowledge that if Vendors or any of its subcontractors subsequently are placed under suspension or debarment by a local, state or federal government entity, or if Vendors or any of its subcontractors subsequently become delinquent in California taxes, our Bid will be disqualified. Signature Printed Name Title Date Exhibits are not to be included in your bid response. All referenced Exhibits must be submitted in Planet Bids system under the Response Types, Exhibits A —G. Page 242 Page 16 of 17 Request for Bids ("RFB")#20/21-109 For Irrigation Supplies on an As Needed Basis "EXHIBIT G, SIGNATURE OF AUTHORITY" The undersigned firm declares that he has carefully examined the specifications and read the above terms and conditions, and hereby proposes and agrees, if this RFB response is accepted, to furnish all material in accordance with the specifications and instructions, in the time and manner therein prescribed for the unit cost amounts set forth in the following RFB response. THE VENDORS IN SUBMITTING THIS RFB RESPONSE MUST FILL IN THE FOLLOWING INFORMATION. FAILURE TO DO SO MAY DEEM YOUR RFB RESPONSE AS NON-RESPONSIVE. Company Name: Address: (Street,City,State,Zip) Telephone#: Fax#: E-mail address: Web Address: Authorized Representative:(print) Title: Signature: Date: Page 243 Page 17 of 17 Olt, i I DATE: October 7, 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 All American Asphalt, Inc., in an Amount of $1,441,579 Plus 10% contingency, for the Foothill Boulevard Pavement Rehabilitation Project. RECOMMENDATION: Staff recommends that the City Council: 1. Approve the plans and specifications for the Foothill Boulevard Pavement Rehabilitation (Project); 2. Accept the bids received for the Project; 3. Award and authorize the execution of a contract in the amount of $1,441,579 to the lowest responsive bidder, All American Asphalt, Inc., for the total Alternate bid 3 (Base Bid plus Additive Bid A and Additive Bid B); 4. Authorize the expenditure of a 10% contingency in the amount of$144,158; 5. Authorize a Purchase Order in the amount$37,400 to Onward Engineering for on-call construction inspection services; 6. Authorize a Purchase Order in the amount of $51,831 to Leighton Consulting, Inc. for on-call materials testing services; and 7. Authorize a Purchase Order in the amount of $11,535 to Westland, Inc. for survey monuments restoration. BACKGROUND: Existing asphalt pavement conditions for sections along Foothill Boulevard from Milliken Avenue to Interstate 15 Freeway have deteriorated to the point that resurfacing is required to extend the life of pavement and improve rideability. While there is less vehicular traffic on Foothill Boulevard, as a result of the COVID-19 pandemic, staff recommended accelerating the civil design with a goal to start and end construction before the holidays. The Foothill Boulevard resurfacing project has been included in the Capital Improvement Program budget for Fiscal Year 2020/21. A Vicinity Map illustrating the limits of the project location for asphalt rubber hot mix overlay 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, adjusting existing manholes and valves to new grade, restriping and installation of pavement markings, handicap ramps, video detection and green bike lane thermoplastic striping. The contract documents call for forty (40)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 August 25 and September 1, 2020. The City Clerk's Office facilitated the formal solicitation for bidding the project. Page 244 On September 8, 2020, the City Clerk's office received six (6) construction bids. The Engineer's estimate for the project was $1,680,300. The apparent low bidder All American Asphalt, Inc., submitted a bid for Alternate Bid 3 in the amount of$1,441,579. Staff compared the engineer's estimate to the bid submitted and identified the bid item costs for asphalt rubber hot mix, thermo plastic green bike lane, handicap ramps, traffic control and mobilization as being lower than the costs projected in the engineer's estimate. 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, All American Asphalt, 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 California Environmental Quality Act (CEQA). FISCAL IMPACT: Anticipated construction costs are estimated to be as follows: Expenditure Category Amount Construction Contract $1,441,579 Construction Contract Contingency (10%) $144,158 Construction Inspection Services $37,400 Construction Materials Testing $51,831 Construction Survey Services $11,535 Estimated Construction Costs $1,686,503 A total of $1,850,000 has been budgeted in Fiscal Year 2020/21 from the Road Maintenance and Rehabilitation Account (RMRA) (Fund 179) fund to cover the anticipated project construction costs. Funding for this project, all of which is identified under Capital Improvement Project Account No. and in the amount listed below is available in the Fiscal Year 2020/21 Budget in the following: Account No. Funding Source Description Amount 11793035650/1985179-0 RMRA Fund (Fund179) Foothill Boulevard Rehab $1,686,503 Total Project Funding $1,686,503 COUNCIL MISSION /VISION / GOAL(S) ADDRESSED: This item addresses the City Council's vision for the City by ensuring the construction of high quality public improvements that promote a world class community. ATTACHMENTS: Attachment 1 —Vicinity Map Attachment 2 — Bid Summary Page 2 Page 245 ATTACHMENT 1 PROJECT: FOOTHILL BOULEVARD PAVEMENT REHABILITATION Vicinity Map NOT TO SCALE 14TT s..i I� s� :r`-k t sf.).r+ -11TNW�t�*'f■ �� 4 J �r �t r Wi� S N I � 3r3 ■ Alrrrono Si beer Creek i chdnnef i } Hillside Rd Hlllslde Rd 14 INside Rff 4 y I I Creyy� } r yd;t5on Ave I Wilson Ave ■ Thero-r,q}�pred`' y Chaffe ■ College Schaol • r fi Banyan St Banyan St 13�anyvj5t ' M catch `• Leman Ave Lemon Ave linta9 4r vlt? > 8usin r n �dr ¢ �! n Alta Loma C+r • Ala Loma LA • d us +0 rt Victoria Sr Grapeiand > Etiwanda 4 m m 4i m D 4 Q = a F a in C Upland Hills ��+ ° w `P Country CIuh Base Line Rd a a a t .r w w o ro .f.� C c E ` I41h St U§ tJ ' Project Site . m J , tt�� 15 y Rancha Q ; a Cucamonga .� row Hwy y { Arrow Rte Arrow Rte { a M m rp m 9th St m North Jersey Blvd Whittratn Ave u Kaiser E 8th?p . . . . 8th St Cucamonga �t �f'►gda5t E 7th St y a i z ❑ 16 E 6th St ° �° < 6th St I s 9t■ 4 San Bernardino Ave Project Site N Page 246 ATTACHMENT 2 BID SUMMARY FOR BID OPENING SEPTEMBER 8,2020 APPARENT LOW BIDDER 2 J d 5 6 FOOTHILL BOULEVARD PAVEMENT REHABILITATION PROJECT ENGINEER'S ESTIMATE All American Asphalt R.J.Noble Company Har0y&Harper,1- Match Corporation Moreno Valley Construction Onyx Paving Company,Inc. BASE BID UNIT UNIT BID UNIT BID UNIT BID UNIT BID UNIT BID UNIT BID NO QTY UNI DESCRIPTION COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT 1 1 LS MOBILIZATION 65.625.00$ 65.625.00 $ 30.000.00 $ 30.000.00 $ 50.000.00 $ 50.000.00 $ 21.200.00 $ 21.200.00 $ 82.000.00 $ 82000.00 $ 45.000.00 $ 45.000.00 $ 128.600.00 $ 128.600.00 2 1 LS CLEARING&GRUBBING AND REMOVALS INCLUDING HAUL&DISPOSAL OF MATERIAL 21000.00 S 21000.00 S 25000.00 S 25000.00 S 35000.00 S 35000.00 42500.00 S 42500.00 S 80000.00 80000.00 22500.00 S 22500.00 S 69500.00 69500.00 3 80,000 BY 2'COLD PLANE 2.00$ 160.000.00 $ 1.95 $ 156.000.00 $ 1.65 $ 132,000.00 $ 2.00 $ 160.000.00 $ 1.94 $ 155.200.00 $ 1.70 $ 136.000.00 $ 1.72 $ 137.600.00 4 9300 TN 2'ASPHALT RUBBER HOT MIX OVERLAY ARHM 88.00 818400.00 83.00 771900.00 85.00 790,500.00 5 &6.00 799800.00 93.25 867225.00 91.50 850950.00 88.00 818400.00 5 GUTTER,RETAINING CURB,CROSS-GUTTER/SPANDREL,ASPHALT CONCRETE PAVEMENT,SAWCUT AND REMOVAL OF ALL EXISTING PCC/AC,TRUCATED 20 EA DTECTABLE WARNING SURFACES PER PLANS AND SPECIFICATIONS,COMPLETE IN 7.500.001 S 150000.00 7100.00 142000.00 8000.00 160000.00 6340.00 166800.00 5215.00 104300.00 15400.00 308000.00 6900.00 138000.00 61 75 1 SF I INSTALL ROCKSCAPE PER CITY STD.DWG.NO.542 75,001 S 5625.00 &4.00 1 S 6300.00 S 80.00 1 S 6000.00 80.00 S 6000.00 S 14.00 1050.00 $ 30.00 S 2250.00 S 100.00 s 7500.00 7 1 LS I RESTORE LANDSCAPE AND IRRIGATION SYSTEM 7500.00 S 7500.00 7900.00 7%0.00 8000.00 8000.00 14900.00 14900.00 5000.00 5000.00 22500.00 22500.00 13000.00 13000.00 8 19 EA ADJUST EXISTING PULLBOX TO FINISH GRADE 250.00$ 4,750.00 $ 200.00 $ 3.800.00 $ 500.00 $ 9,500.00 $ 630.00 $ 11.970.00 $ 265.00 $ 5,035.00 $ 200.00 $ 3.800AD $ 800.00 $ 15.200.00 9 1 EA ADJUST EXISTING VALVE CAN AND COVER TO FINISH GRADE 250.00 250.00 300.00 300.00 500.00 500.00 1000.00 1000.00 380.00 380.00 $ 500.00 $ 500.00 1,000.00 1000.00 10 1 EA ADJUST/RELOCATE EXISTING SIGN(AT ACCESS RAMP) 250.00$ 250.00 $ 255.00 $ 255.00 $ 225.00 $ 225.00 $ 500.00 $ 500.00 $ 208.00 $ 208.00 $ 125.00 $ 125.00 $ 1,000.00 $ 1,000.00 INSTALL NEW PEDESTRIAN PEDESTAL POLE,PUSH BUTTON,CONDUIT AND WIRING 11 PER CALTRANS STD.DWG.NO.ES-5C AND ES-TA,INCLUDING REMOVING AND 15 EA CAPPING OF EXISTING PUSH BUTTON.COMPLETE IN PLACE 4.500.001$ 67500.00 4000.00 60000.00 3800.00 57000.00 4100.00 61500.00 4060.00 60900.00 4400.00 66000.00 5000.00 75000.00 12 1 LS CONSTRUCTION STAKING(FOR RAMPS ONLY) 10.000.00$ 10,000.00 $ 10.200.00 $ 10.200.00 S 10,000.00 $ 10.000.00 $ 4.240.00 $ 4.240.00 $ 14,560.00 $ 14.560.00 $ 7.850.00 $ 7.850.00 $ 13.000.00 $ 13.0D0.00 13 2 EA INSTALL CONSTRUCTION NOTIFICATION SIGN 1.000.00$ 2,000.00 $ 1.240.00 $ 2.480.00 S 500.00 $ 1,000.00 $ 700.00 $ 1.400.00 $ 1,226.00 $ 2.450.00 $ 2.500.00 $ 5.000.00 $ 1,500.00 $ 3.000.00 14 TRAFFIC STRIPING,SIGNAGE,MARKINGS,AND MARKERS PER SIGNING AND STRIPING 1 LB PLAN COMPLETE IN PLACE EXCLUDING GREEN BIKE TREATMENT 62500.00 62500.00 610D0.00 61000.00 50000.00 50000.00 49600.00 49600.00 61800.00 61800.00 71300.00 71300.00 69000.00 69000.00 15 213 EA INSTALL LOOP DETECTORS 300.00$ 63,900.00 $ 275.00 $ 58.575.00 $ 265.00 $ 56,445.00 $ 286.00 $ 60.918.00 $ 285.00 $ 60,705.00 $ 320.00 $ 68.160.00 $ 400.00 $ 85,200.00 16 1 LS TRAFFIC CONTROL 42,500.00$ 42,500.00 $ 35,504.00 $ 35,504.00 $ 55,000.00 $ 55,000.00 $ 148,SD0.00 $ 148,500.00 $ 72,800.00 $ 72800.00 $ 65,000.00 $ 65,000.00 $ 142,000.00 $ 142,00000 TOTAL BASE BID AMOUNT $ 1181600.00 E 1371214.00 $ 1421170.00 E 1550826.00 $ 1573613.00 $ 167 935.00 $ 1717000.00 UNIT UNIT BID UNIT BID UNIT BID UNIT BID UNIT BID UNIT BID NO QTY UNIT DESCRIPTION COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT A 4550 SF GREENBIKETREATMENT STRIPING PER DETAILS $ 10.00 $ 45.500.00 $ 6.80 $ 30,940.00 $ 8.00 $ 36.400.00 $ 8.00 $ 36,400.00 $ 6.86 $ 31213.00 $ 8.00 $ 36.400.00 $ 8.00 $ 36.400.00 B INSTALL VIDEO DETECTION SYSTEM IN LIEU OF BID ITEM#15:'INSTALL LOOP 2 EA DETECTORS' 40 000.00 80 000.00 49 000.00 98 000.00 52 000.00 104 000.00 48 800.00 97 600.00 51 000.00 102 000.00 56 000.00 112 000.00 55 300.00 110 600.00 TOTAL ADDITIVE BID AMOUNT 125500.00 126940.00 140/00.00 134000.00 133213.00 148400.00 147000.00 ALTERNATE BID 1: UNIT UNIT BID UNIT BID UNIT BID UNIT BID UNIT BID UNIT BID NO CITY UNI DESCRIPTION COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT BASE BID 1481 800.00 1481 800.00 1,371,214.00 1,371 1421 170.00 1421 170.00 1,550,828.00 1,550,828.00 1573 613.00 1573 613.00 1,674,935.00 1,674,935.00 1717 000.00 1,717,000.00 4550 SF GREEN BIKE TREATMENT STRIPING PER DETAILS $ 10.00 $ 45,500.00 $ 6.80 $ 30.940.00 $ 8.00 $ 36,400.00 $ 8.00 $ 36.400.00 $ 6.86 $ 31,213.00 1$ 8.00 1$ 36.400A0 1$ 8.00 $ 36.400.00 TOTAL BASE BID+ADDITIVE BID A AMOUNT 1527300.00 1402154.00 1457570.00 1587226.00 1604826.00 1,711,335.001 1$ 1753400.00 ALTERNATE BID 2: UNIT I UNIT BID UNIT BID UNIT BID UNIT BID UNIT BID UNIT BID NO OTY UNIT DESCRIPTION COST I AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT COST AMOUNT BASE BID $1.481.800.00 $ 1.481,800.00 $1.371214.00 $ 1.371.214.00 $1A21.170.00 $ 1.421,170.00 $1.550,828.00 $ 1S50.828.00 $1.573.613.00 $ 1.573.613.00 $1S74.935'00 $ 1.674.935.00 $1.717.000.00 $ 1.717.000.00 ADDITIVE BID S:INSTALL VIDEO DETECTION SYSTEM IN LIEU OF BID ITEM#15:'INSTALL 2 EA LOOP DETECTORS" 40 000.00 80 000.00 49 000.00 96 000.00 52 000.00 104 000.00 48 800.00 97 600.00 51 000.00 102 000.00 56 000.00 112 000.00 55 300.00 110 600.00 -213 EA REMOVE BID REM#15:'INSTALL LOOP DETECTORS' $ 300.00 $ (63,900.00)$ 275.00 $ (58.575.00)S 265.00 $ (56.445.001$ 286.00 $ (60,918.001$ 285.00 $ 160,705.001$ 320.00 $ (68,i60A0)$ 400.00 $ (85,200.00) TOTAL BASE BID*ADDITIVE B-BID ITEM#15 AMOUNT 1.497.900.00 1,410.639.00 1.468.725.00 1.587.510.00 1.14.908.001 is 1.718,775.00-1 1$ 1.717.000.00 ALTERNATE BID 3: UNIT UNIT BID UNIT BID UNITM(60.918+OO) UNIT BID UNIT BID UNIT BID NO CITY UNI DESCRIPTION COST AMOUNT COST AMOUNT COST AMOUNT COSTCOST AMOUNT COST AMOUNT COST AMOUNT BASE BID $1,481.800.00 $ 1,481,800.00 $1,371.214.00 $ 1,371.214.00 $1,421,170.00 $ 1.421,170.00 $1,550.828.00 1.573,613.00 $ 1.573,613.00 $1,674.935.00 $ 1,674.935.00 $1.717.000.00 $ 1,717.000.00 4550 SF ADDITIVE BID A:GREEN BIKE TREATMENT STRIPING PER DETAILS $ 12.00 $ 54.600.00 $ 6.80 $ 30,940.00 S 8.00 $ 36.400.00 $ 8.00 6.86 $ 31213.00 $ 8.00 $ 36.400.00 $ 8.00 $ 36.400.00 ADDITIVE BID B:INSTALL VIDEO DETECTION SYSTEM IN LIEU OF BID ITEM#15:'INSTALL 2 EA LOOP DETECTORS" 40 000.00 80 000.00 49 000.00 98 000.00 52 000.00 104 000.00 48 800.0051 000.00 102 000.00 56 000.00 112 000.00 55 300.00 110 600.00 -213 EA REMOVE BID REM#15:'INSTALL LOOP DETECTORS' $ 300.00 63900.00 275.00 $ (58575.00 265.00 56445.00 $ 286.00 285.00 60705.00)$ 320.00 68160+00 400.00 $ 85200+00 TOTAL BASE BID+ADDITIVE BID A i ADDITIVE BID B-BID REM#15 $ 1,fi80,300.00 $ 1,441,579.00 $ 1,505,125.00 $ 1,623,910.00 E 1,646,121.00 $ 1,755,175.00 E 1,778,800.00 Page 247 Olt, i I DATE: October 7, 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 Contract with Norstar Plumbing & Engineering, Inc., in an Amount of $62,700 Plus a 10% Contingency, and Authorization of an Appropriation in the Amount of$80,000 for the Almond Trail Slope Repair Project. RECOMMENDATION: Staff recommends that the City Council: 1. Approve the plans and specifications for the Almond Trail Slope Repair Project (Project); 2. Accept the proposals received for the Project; 3. Award and authorize the execution of a contract in the amount of$62,700; to the lowest responsive bidder Norstar Plumbing & Engineering, Inc., for the Base and Alternate bids; 4. Authorize the expenditure of a 10% contingency in the amount of$6,270; 5. Authorize a Purchase Order in the amount of$11,000 to Ninyo and Moore for on-call soil compaction testing services; 6. Authorize an appropriation in the amount of$80,000 from the Landscape Maintenance District No. 1 (Fund 130) fund balance; and 7. Authorize an appropriation of revenue in the amount of$10,000 from a Cucamonga Valley Water District reimbursement into the Landscape Maintenance District No. 1 (Fund 130) fund balance. BACKGROUND: In early 2019 sections along the Almond Trail eroded due to significant rainfall in the area. The erosion caused Public Works Services Department staff to close the community trail, placing trail closed signs, until it could be restored to a safe condition. Engineering staff reviewed record documents and determined the Almond Trail lies within a 20-foot easement granted to the City by the Davis Estate, in January 1994 for community trail purposes. A vicinity map is included as Attachment 1. In March 2019, Engineering staff retained on-call geotechnical firm Ninyo & Moore to perform a slope stability study. The study included a site reconnaissance that identified areas susceptible to further erosion and slope failure along the Almond Trail. In addition, the study described short-term and long-term mitigation improvements for future consideration. Using the study, Engineering staff developed conceptual plans and preliminary estimates for the areas that eroded along the Almond Trail. Staff determined improvements such as regrading, slope reconstruction, and drainage inlets would be necessary to fully restore the community trail. The estimates for short-term improvements totaled $360,000 and long-term improvements totaled $640,000. Given the nature and source of the trail damage, Engineering staff coordinated with Risk Management to submit an insurance claim to restore the Almond Trail. The insurance claim adjuster performed a site walkthrough, analyzed the claim, and ultimately denied the claim. Staff submitted an appeal for review, Page 248 which was denied as well. Recognizing that the rainy season is approaching, staff needs to repair the slope failure to avoid further erosion. ANALYSIS: Cucamonga Valley Water District (CVWD) contacted Engineering staff to discuss making minor repairs to the slope to avoid potentially exposing one of CVWD's water line adjacent to the washed out area. Staff discussed the possibility of partnering to reconstruct and stabilize the slope toward further erosion. It was determined that CVWD had soil material to contribute. While CVWD staff's initial proposal included the use of in-house (City and District) labor resources to complete the work, it was ultimately determined that selecting a qualified Contractor was necessary due to limited in-house resources. Between the months of July and September, there were three separate field meetings with contractors who have either worked with CVWD or the City on past projects. A brief summary of scope of work anticipated and future timeline to complete the work was announced. Three proposals were received as follows: 1. Norstar Plumbing & Engineering, Inc., in the amount of$62,700 2. CP Construction Company, Inc., in the amount of$78,500 3. Schuler Constructors in the amount of$158,000 Engineering staff has reviewed all the proposals and performed the required background investigation and finds that Norstar Plumbing & Engineering, Inc., is qualified to perform the work. The work would backfill the exposed water line and reconstruct the failed slope. An exhibit illustrating the slope reconstruction detail is included as Attachment 2. A tentative schedule has been prepared which anticipates construction to begin in mid-October and would be completed by the end of the month. While work is in progress the Almond Trail will remain closed though after construction has been completed the community trail will be reopened to the public. ENVIRONMENTAL: Staff has determined that the project is Categorically Exempt per Section 15304 "Minor Alterations to Land" subsection (c), Class 4 of the California Environmental Quality Act (CEQA). FISCAL IMPACT: Anticipated construction costs for this project are estimated to be as follows: Expenditure Category Amount Construction Contract $62,700 Construction Contract Contingency $6,270 Compaction Testing Services $11,000 Estimated Construction Costs $79,970 No budget has been identified in the Fiscal Year 2020/21 to perform the required repairs for the Almond Trail slope repair. CVWD has agreed to contribute $10,000 for the proposed work, in addition to, supplying 900 cubic yards of soil materials. At this time, an appropriation in the amount of$80,000 from Landscape Maintenance District No. 1 (Fund 130) fund balance is required to proceed with construction. Funding is available in Fund 130 reserves and would need to be appropriated to the following account. Page 2 Page 249 Account No. I Funding Source Description Amount 11303035650/2052130-0 LMD #1 I Almond Trail $80,000 Total Project Appropriation $80,000 When the project is completed, CVWD will reimburse the City a portion of the construction costs totaling $10,000. This revenue fund will need to be appropriated into the Landscape Maintenance District No. 1 (Fund 130) fund balance. The account number is as follows. Account No. Funding Source Description Amount 113000000-4901 LMD #1 Other Revenue $10,000 Total Project Revenue $10,000 COUNCIL MISSION /VISION / 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: Attachment 1 —Vicinity Map Attachment 2 — Slope Reconstruction Detail Page 3 Page 250 ATTACHMENT 1 ALMOND TRAIL SLOPE REPAIR PROJECT Vicinity Map NOT TO SCALE La Cvllna Dr m C � _ 4 Almnnd St z C 6 O a Hidden farm Rd Hidden Farm Rd Carrari A,t Carrirl Ci Carry rJ Ct 7 a Whirla.4y St Cp tCI7 r BRSff1 SVhlrlaway St en a Stanford Dr Cinch Ring Ln e\ti ra �1 Norbrook Ave Walley Yiew St Y y a Flying Malle l-R HUISide Rd r` c s � 6 Hillside Rd c A � P—cho Sl — 5 C 2 ro [ 14 Beldon Cc 10amosa Ct Aw r 4 � 4 e � Y Project Site N Page 251 ATTACHMENT 2 FILL SLOPE PROJECTED PLANE COMPACTED / FILL 1 TO 1 MAXIMUM FROM TOE OF / _- SLOPE TO APPROVED GROUND / REMOVE NATURAL / / UNSUITABLE HEIGHT GROUND !!; _, BENCH MATERIAL \ / / 4'MIN. VARIES 2%MIN. /_ BENCH INCLINED OUTLET PIPE 1____- -___ -_- __, SLIGHTLY INTO - SLOPE(TYPICAL) 2'MIN. 15'MIN. 2%MIN. KEY DEPTH LOWEST BENCH (KEY) SUBDRAIN DETAIL 3/4-INCH OPEN-GRADED GRAVEL WRAPPED IN AN APPROVED GEOFABRIC�� GEOFABRIC T-CONNECTION (SEE DETAIL) / 12 INCHES OR MORE NON-PERFORATED PIPE,4 INCHES OR LARGER SCHEDULE 40 PVC OR EQUAL ` OUTLET PIPE 4 INCHES OR MORE 2'/-OR M T-CONNECTION DETAIL PERFORATED PIPE,4 INCHES OR LARGER SCHEDULE 40 PVC OR EQUAL,INSTALLED WITH PERFORATIONS DOWN,SLOPED AT 1%OR MORE TOWARD OUTLET PIPE a �CAP 0 N v 0 0 m NON-PERFORATED 3 OUTLET PIPE a 0 0] Y �I 0 0 V r N NOTE: AS AN ALTERNATIVE, AN APPROVED GEOCOMPOSITE DRAIN SYSTEM MAY BE USED. KEYING AND BENCHING DETAIL /�/inyv&/�oore COMMUNITY EQUESTRIAN TRAIL, DAVIS PROPERTY Geotechnical&Environmental Sciences Consultants RANCHO CUCAMONGA, CALIFORNIA Page?193�4008 1 9/19 CITY OF RANCHO CUCAMONGA DATE: October 7, 2020 MEMORANDUM TO: Mayor and Members of the City Council Engineering Services Department John R. Gillison, City Manager FROM: Jason C. Welday, Director of Engineering Services/City Engineer BY: Gianfranco Laurie, Acting Principal Civil Engineer SUBJECT: Almond Trail Slope Repair Project (Agenda Item E.10) The Engineering Services Department has furnished and delivered a Temporary Right- of-Entry letter to the property owners of Canyon Creek Ranch; the property adjacent to the Almond Trail. This letter requests temporary access across the property which is needed to perform the proposed trail and slope repairs outlined in Agenda Item E.10. Engineering staff continues to work directly with the property owners to obtain temporary access across the property. Because access has not yet been secured, Engineering staff is providing a modification to the staff recommendation in Agenda Item E.10 to the following: Approve a Contract, Contingent on Gaining Legal Access to the Property Adjacent to the Almond Trail, with Norstar Plumbing & Engineering Inc., in an Amount of $62,700 Plus a 10% Contingency, and Authorize an Appropriation in the Amount of $80,000 for the Almond Trail Slope Repair Project. ATTACHMENT Temporary Right-of-Entry Letter Page 1 of 1 Elm, 10500 Civic Center Drive I Rancho Cucamonga,CA 91730 909.477.2700 www.CityofRC.us =J September 30, 2020 Property Owner(s) Canyon Creek Ranch 9400 Almond Street Alta Loma, CA 91737 Subject: Almond Trail Slope Repair Project—Temporary Right of Entry Dear Property Owner(s), The City of Rancho Cucamonga (City) is considering a construction contact to Norstar Plumbing & Engineering, Inc. (Norstar) at the October 7th City Council meeting to repair the eroded area of the Almond Trail. Norstar will reconstruct the failed slope by backfilling and recompacting the hillside along with regrading the top of community trail and installing permanent drainage inlets.This work is expected to protect and stabilize the slope from further erosion. To expedite the construction, the City is requesting a temporary right-of-entry access through your property. The temporary access will serve as a direct connection for Norstar to haul equipment and material to the work area. Norstar would transport one (1) excavator, one (1) loader, and one (1)water truck across your property and stage the equipment onsite along the community trail. Additionally, Norstar would need to haul imported soil material across your property using two (2) dump trucks,two (2)times per day(mornings),for a total of 10 working days until the project is completed. An exhibit of the temporary access and work/staging area is shown herein. Construction is projected to start on October 19th and end October 30th. Noise from construction activity such as backup alarms, vibrations, and tailgates will be experienced Monday through Friday between the working hours of 7:00 a.m. to 4:00 p.m. Any damages to your private driveway access will be repaired in kind by Norstar as a condition of the construction contract. Enclosed is a form granting permission to the City's General Contractor to enter onto your property as part of the Almond Trail Slope Repair Project. Please print, sign, date and return the form electronically to me. If you require further information, do not hesitate to call me at(909) 774-4037 or email at Gianfranco.Laurie@cityofrc.us Sincerely, ENGINEERING SERVICES DEPARTMENT Z_ Gianfranco Laurie Senior Civil Engineer Enclosure lk WORKiSTAGING AREA a V�' � �' ! ,r ram.�$ �' � t'x.r►. �" �, _ TEMPORARY ACCESS ROUTE ,�17 .e �� of •+s r i �l Ya JL r :._. Temporary Rig • Exhibit 01 Q10500 Civic Center Drive I Rancho Cucamonga,CA 91730 1909.477.2700 1 www.CityofRC.us (�' =J September 30, 2020 Mr. Jason Welday Director Engineering Services/City Engineer 10500 Civic Center Dr. Rancho Cucamonga, CA 91701 Dear Mr. Welday, Permission is hereby granted the City, or its authorized agent, to enter upon my property as shown on the attached map (Exhibit) for purposes of reconstructing the Almond Trail Slope Repair Project. This permission shall terminate upon completion of the project known as ALMOND TRAIL SLOPE REPAIR PROJECT. This permission is granted in consideration of the location, improvement, and construction of such roadway improvements and incidents thereto, which it is understood is required by the City of Rancho Cucamonga. PROPERTY OWNER(S) ACCEPTED: ADDRESS: 9400 Almond Street APN: 1061-49-101 CITY OF RANCHO CUCAMONGA Signature Date By Jason Welday Date Name Date Director Engineering Services/ City Engineer Signature Date Name Date CITY OF RANCHO CUCAMONGA 0100. DATE: October 7, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Darryl Polk, Director of Innovation and Technology SUBJECT: Consideration of a Three-Year Professional Services Agreement with Central Square, Inc. for Maintenance and Support in the Amount not to Exceed $425,785 from Account No. 1001209-5300 (DoIT Contract Services). RECOMMENDATION: Staff recommends that the City Council approve a three-year agreement with Central Square, Inc. covering maintenance and support of the City's OneSolution financials and human resource management software platform with a not-to-exceed amount of$425,785 over the life of the agreement. BACKGROUND: Based upon a competitive bid process conducted in 1999, the City selected OneSolution (then Sunguard IFAS) to provide on-premise hosted software to manage financial, procurement, human resources and payroll functions. In order to ensure continued uninterrupted operations, an annual license and support agreement is required to obtain necessary product updates, maintenance, and technical support. ANALYSIS: OneSolution is a core mission-critical platform used to conduct daily operations across all Departments and Divisions. Working with the Finance Department and Human Resources, the Department of Innovation and Technology regularly evaluates the state of other enterprise resource management (ERP) software platforms and hosted services to determine if OneSolution still effectively meets the needs of the City. Based on these discussions, staff recommends the City continue utilizing OneSolution under a three-year licensing, maintenance and support agreement to manage future costs and ensure continued support. Upcoming enhancements to the OneSolution platform include an upgrade to a completely web-based user interface, replacing legacy client installations with a secure HTML-5 architecture, and the implementation of Cognos on-demand reporting to allow for self-service development of customized user reports. Recent updates include automated P-Card and purchase requisition functions, reducing processing time and improving accuracy for these key tasks. Due to the proprietary nature of the OneSolution platform, Central Square, Inc. is the sole-source provider for maintenance and technical support for this product. Copies of the agreement and supporting procurement documentation are on file with the City Clerk Services Department and Procurement Division. FISCAL IMPACT: Funding for maintenance and support is included in the current FY 2020/21 annual budget under account no. 1001209-5300 (DoIT Contract Services). DoIT has historically included a 5% contingency for inflation as part of the annual budget development process. Based on the current annual cost of $112,552 and factoring in a maximum projected 5% annual cost increase over the life of the three-year agreement and including a 20% margin for additional modules and projects, the total not-to-exceed amount requested is $425,785. Annual maintenance and support costs calculations are broken down as follows: Page 253 Fiscal Year 2020/21: $112,552 Fiscal Year 2021/22: $118,179 Fiscal Year 2022/23: $124,088 Contingency funding for the life of the agreement is calculated at $70,966. COUNCIL MISSION /VISION / GOAL(S) ADDRESSED: Establishing a multi-year agreement for continued licensing and support for OneSolution meets Council's core values by anticipating and embracing the future and maintaining continuous improvement. ATTACHMENTS: None. Page 2 Page 254 Olt, i I DATE: October 7, 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 SirsiDynix to Provide Maintenance and Service for the Rancho Cucamonga Public Library's Integrated Library System (ILS). RECOMMENDATION: Staff recommends the City Council approve the use of SirsiDynix for the service and maintenance of the Library's Integrated Library System (ILS). BACKGROUND: SirsiDynix is a long-standing service vendor for the Library Services Department which has maintained and serviced crucial library hardware and software since 2005. SirsiDynix specializes in offering customized services to libraries including Integrated Library Systems, the core technology that maintains the Library's database of items in the collection, manages borrowers' accounts, provides a discovery layer for users, and tracks acquisitions. SirsiDynix currently provides these services to the Rancho Cucamonga Public Library, and the Library relies on the ILS to track every transaction between library users and items in the Library's collection. ANALYSIS: A primary component to SirsiDynix's scope of services is to maintain the Library's Integrated Library System, an extensive and multi-faceted database that combines borrowing, materials cataloging, acquisitions, and inventory features. A long-standing technical setup exists between SirsiDynix and the City's hardware and software systems. This ongoing technical setup creates efficiencies for the Library as it manages all transactions between library materials and borrowers; offers online self-registration for new library users; and facilitates the discovery of the collection's materials through its digital indexing and organizing of data elements. Furthermore, Library users expect these efficiencies to be maintained, ensuring their borrower account information is up-to-date and that the Library's catalog reflects the daily addition of new titles. Maintaining the Library's existing relationship with SirsiDynix creates significant savings with both the ILS and the personnel expenses related to the established technical specifications, profiles and integration of the Library's Horizon software, and the system's public facing web portal discovery layer. Based on the services SirsiDynix has previously provided for the 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. Due to SirsiDynix's experience and familiarity with the Library's ILS, a single source justification process will be the most efficient way to ensure library users continue to receive the excellent service they expect as well as the benefits provided to them through a well-maintained and up-to-date user interface. Page 255 FISCAL IMPACT: The cost for maintenance and services from SirsiDynix was budgeted and approved for Fiscal Year 2020- 2021. The amount funded for the current Fiscal Year is $54,020. With a total contract term of five (5)years, the full funding amount is not to exceed $270,000. Funding for this service will come from Library Fund object 1290601-5300. COUNCIL MISSION /VISION / GOAL(S) ADDRESSED: Providing superior Library Services to residents 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: Attachment 1 — SirsiDynix Professional Services Agreement Attachment 2 — Memorandum, Library Services Department Page 2 Page 256 AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT is made and entered into this 18th day of September, 2020, by and between the City of Rancho Cucamonga, a municipal corporation("City") and Sirsi Corporation dba SirsiDynix, a Contractor ("Contractor"). RECITALS A. City has heretofore issued its request for proposals to perform the following services: Continued maintenance of Library's existing integrated library (automation) system("the Project"). B. Contractor has submitted a proposal to perform the services described in Recital "A", above, necessary to complete the Project. C. City desires to engage Contractor to complete the Project in the manner set forth and more fully described herein. D. Contractor represents that it is fully qualified and licensed under the laws of the State of California to perform the services contemplated by this Agreement in a good and professional manner. AGREEMENT NOW, THEREFORE, in consideration of performance by the parties of the mutual promises, covenants, and conditions herein contained, the parties hereto agree as follows: 1. Contractor's Services. 1.1 Scope and Level of Services. Subject to the terms and conditions set forth in this Agreement, City hereby engages Contractor to perform all services described in Recitals "A" and `B" above, including, but not limited to continuing to provide all support and maintenance for all SirsiDynix software related to the Rancho Cucamonga Public Library's "Horizon" integrated library (automation) system, all as more fully set forth in the Contractor's proposal,dated September 17,2020 and entitled"Scope of Work", attached hereto as Exhibit "A", and incorporated by reference herein. The nature, scope, and level of the services required to be performed by Contractor are set forth in the Scope of Work and are referred to herein as "the Services." In the event of any inconsistencies between the Scope of Work and this Agreement, the terms and provisions of this Agreement shall control. 1.2 Revisions to Scope of Work.Upon request of the City the Contractor will promptly meet with City staff to discuss any revisions to the Project desired by the City. Contractor agrees that the Scope of Work may be amended based upon said meetings, and, by amendment to this Agreement, the parties may agree on a Vendor Initials PSA without professional liability insurance(contractor) Page 1 Last Revised:05122114 Page 257 revision or revisions to Contractor's compensation based thereon. A revision pursuant to this Section that does not increase the total cost payable to Contractor by more than ten percent(10%)of the total compensation specified in Section 3,may be approved in writing by City's Manager without amendment. 1.3 Time for Performance. Contractor shall perform all services under this Agreement in a timely,regular basis consistent with industry standards for professional skill and care, and in accordance with any schedule of performance set forth in the Scope of Work,or as set forth in a"Schedule of Performance",if such Schedule is attached hereto as Exhibit"N/A". 1.4 Standard of Care. As a material inducement to City to enter into this Agreement, Contractor hereby represents that it has the experience necessary to undertake the services to be provided. In light of such status and experience, Contractor hereby covenants that it shall follow the customary professional standards in performing the Services. 1.5 Familiarity with Services. By executing this Agreement, Contractor represents that, to the extent required by the standard of practice, Contractor (a)has investigated and considered the scope of services to be performed, (b)has carefully considered how the services should be performed, and (c) understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Contractor represents that Contractor,to the extent required by the standard of practice,has investigated any areas of work, as applicable, and is reasonably acquainted with the conditions therein. Should Contractor discover any latent or unknown conditions, which will materially affect the performance of services, Contractor shall immediately inform City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the City Representative. 2. Term of Agreement. The term of this Agreement shall be three (3)year(s) and shall become effective as of the date of the mutual execution by way of both parties' signature (the "Effective Date"). No work shall be conducted; service or goods will not be provided until this Agreement has been executed and requirements have been fulfilled. Parties to this Agreement shall have the option to renew in one (1) year increments to a total of five (5) years, unless sooner terminated as provided in Section 14 herein. Options to renew are contingent upon the City Manager's approval, subject to pricing review, and in accordance to all Terms and Conditions stated herein unless otherwise provided in writing by the City. 3. Compensation. 3.1 Compensation. City shall compensate Contractor as set forth in Exhibit A, provided, however, that full, total and complete amount payable to Contractor shall not exceed$270,000(two hundred seventy thousand dollars)during the complete five (5) year term, including all out of pocket expenses, unless additional compensation is approved by the City Manager or City Council. City shall not withhold any federal, state or other taxes, or other deductions. However, City shall withhold not more than ten percent(10%) of any invoice amount pending receipt of any deliverables reflected in such invoice. Under no Vendor Initials PSA without professional liability insurance(contractor) Page 2 Last Revised:05122114 Page 258 circumstance shall Contractor be entitled to compensation for services not yet satisfactorily performed. The parties further agree that compensation may be adjusted in accordance with Section 1.2 to reflect subsequent changes to the Scope of Services. City shall compensate Contractor for any authorized extra services as set forth in Exhibit A. 4. Method of Payment. 4.1 Invoices. Contractor shall submit to City monthly invoices for the Services performed pursuant to this Agreement. The invoices shall describe in detail the Services rendered during the period and shall separately describe any authorized extra services. Any invoice claiming compensation for extra services shall include appropriate documentation of prior authorization of such services. All invoices shall be remitted to the City of Rancho Cucamonga, California. 4.2 City shall review such invoices and notify Contractor in writing within ten (10)business days of any disputed amounts. 4.3 City shall pay all undisputed portions of the invoice within thirty (30) calendar days after receipt of the invoice up to the not-to-exceed amounts set forth in Section 3. 4.4 All records, invoices, time cards, cost control sheets and other records maintained by Contractor relating to services hereunder shall be available for review and audit by the City. 5. Representatives. 5.1 City Representative. For the purposes of this Agreement, the contract administrator and City representative shall be Julie A. Sowles, Library Director, or such other person as designated in writing by the City ("City Representative"). It shall be Contractor's responsibility to assure that the City Representative is kept informed of the progress of the performance of the services, and Contractor shall refer any decisions that must be made by City to the City Representative. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the City Representative. 5.2 Contractor Representative. For the purposes of this Agreement, is hereby designated as the principal and representative of Contractor authorized to act in its behalf with respect to the services specified herein and make all decisions in connection therewith ("Contractor's Representative"). It is expressly understood that the experience, knowledge, capability and reputation of the Contractor's Representative were a substantial inducement for City to enter into this Agreement. Therefore, the Contractor's Representative shall be responsible during the term of this Agreement for Vendor Initials PSA without professional liability insurance(contractor) Page 3 Last Revised:05122114 Page 259 directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. Contractor may not change the Responsible Principal without the prior written approval of City. 6. Contractor's Personnel. 6.1 All Services shall be performed by Contractor or under Contractor's direct supervision, and all personnel shall possess the qualifications, permits, and licenses required by State and local law to perform such Services, including, without limitation, a City business license as required by the City's Municipal Code. 6.2 Contractor shall be solely responsible for the satisfactory work performance of all personnel engaged in performing the Services and compliance with the standard of care set forth in Section 1.4. 6.3 Contractor shall be responsible for payment of all employees' and subcontractors' wages and benefits, and shall comply with all requirements pertaining to employer's liability, workers' compensation, unemployment insurance, and Social Security. By its execution of this Agreement, Contractor certifies that it is aware of the provisions of Section 3700 of the California Labor Code that require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Services. 6.4 Contractor shall indemnify, defend and hold harmless City and its elected officials, officers and employees, servants, designated volunteers, and agents serving as independent contractors in the role of City officials, from any and all liability, damages, claims, costs and expenses of any nature to the extent arising from Contractor's violations of personnel practices and/or any violation of the California Labor Code. City shall have the right to offset against the amount of any fees due to Contractor under this Agreement any amount due to City from Contractor as a result of Contractor's failure to promptly pay to City any reimbursement or indemnification arising under this Section 6. 7. Ownership of Work Product. 7.1 Ownership. All documents, ideas, concepts, electronic files, drawings, photographs and any and all other writings, including drafts thereof, prepared, created or provided by Contractor in the course of performing the Services, including any and all intellectual and proprietary rights arising from the creation of the same(collectively, "Work Product"), are considered to be "works made for hire" for the benefit of the City. Upon payment being made, and provided Contractor is not in breach of this Agreement, all Work Product shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. Basic survey notes, sketches, charts, computations and similar data prepared or obtained by Contractor under this Agreement shall, upon request, be made available to City. None of the Work Product shall be the subject of any common law or statutory copyright or copyright application by Contractor. In the event of the return of any of the Work Product to Contractor or its representative, Contractor shall be responsible for its safe return to City. Under no Vendor Initials PSA without professional liability insurance(contractor) Page 4 Last Revised:05122114 Page 260 circumstances shall Contractor fail to deliver any draft or final designs, plans, drawings, reports or specifications to City upon written demand by City for their delivery, notwithstanding any disputes between Contractor and City concerning payment, performance of the contract, or otherwise. This covenant shall survive the termination of this Agreement. City's reuse of the Work Product for any purpose other than the Project, shall be at City's sole risk. 7.2. Assignment of Intellectual Property Interests: Upon execution of this Agreement and to the extent not otherwise conveyed to City by Section 7.1, above, the Contractor shall be deemed to grant and assign to City , and shall require all of its subcontractors to assign to City , all ownership rights, and all common law and statutory copyrights,trademarks,and other intellectual and proprietary property rights relating to the Work Product and the Project itself, and Contractor shall disclaim and retain no rights whatsoever as to any of the Work Product, to the maximum extent permitted by law. City shall be entitled to utilize the Work Product for any and all purposes, including but not limited to constructing, using, maintaining, altering, adding to, restoring, rebuilding and publicizing the Project or any aspect of the Project. 7.3 Title to Intellectual Property. Contractor warrants and represents that it has secured all necessary licenses,consents or approvals to use any instrumentality,thing or component as to which any intellectual property right exists, including computer software, used in the rendering of the Services and the production of the Work Product and/or materials produced under this Agreement, and that City has full legal title to and the right to reproduce any of the Work Product. Contractor shall defend, indemnify and hold City, and its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City officials, harmless from any loss, claim or liability in any way related to a claim that City's use is violating federal, state or local laws, or any contractual provisions,relating to trade names, licenses, franchises,patents or other means of protecting intellectual property rights and/or interests in products or inventions. Contractor shall bear all costs arising from the use of patented, copyrighted, trade secret or trademarked documents, materials, software, equipment, devices or processes used or incorporated in the Services and materials produced under this Agreement. In the event City's use of any of the Work Product is held to constitute an infringement and any use thereof is enjoined, Contractor, at its expense, shall: (a)secure for City the right to continue using the Work Product by suspension of any injunction or by procuring a license or licenses for City; or (b) modify the Work Product so that it becomes non- infringing. This covenant shall survive the termination of this Agreement. 8. Status as Independent Contractor. Contractor is, and shall at all times remain as to City,a wholly independent contractor. Contractor shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act as an agent of City. Neither City nor any of its agents shall have control over the conduct of Contractor or any of Contractor's employees, except as set forth in this Agreement. Contractor shall not, at any time, or in any manner, represent that it or any of its officers, agents or employees are in any manner employees of City. Contractor shall pay all required taxes on amounts paid to Contractor under this Agreement, and to defend, indemnify and hold Vendor Initials PSA without professional liability insurance(contractor) Page 5 Last Revised:05122114 Page 261 City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. Contractor shall fully comply with the workers' compensation law regarding Contractor and Contractor's employees 9. Confidentiality. Contractor may have access to financial, accounting, statistical,and personnel data of individuals and City employees. Contractor covenants that all data, documents, discussion, or other information developed or received by Contractor or provided for performance of this Agreement are confidential and shall not be disclosed by Contractor without prior written authorization by City. City shall grant such authorization if applicable law requires disclosure. All City data shall be returned to City upon the termination of this Agreement. Contractor's covenant under this Section shall survive the termination of this Agreement. This provision shall not apply to information in whatever form that is in the public domain, nor shall it restrict the Contractor from giving notices required by law or complying with an order to provide information or data when such an order is issued by a court, administrative agency or other legitimate authority, or if disclosure is otherwise permitted by law and reasonably necessary for the Contractor to defend itself from any legal action or claim. 10. Conflict of Interest. 10.1 Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the Services, or which would conflict in any manner with the performance of the Services. Contractor further covenants that, in performance of this Agreement,no person having any such interest shall be employed by it. Furthermore, Contractor shall avoid the appearance of having any interest, which would conflict in any manner with the performance of the Services. Contractor shall not accept any employment or representation during the term of this Agreement which is or may likely make Contractor"financially interested"(as provided in California Government Code §§1090 and 87100) in any decision made by City on any matter in connection with which Contractor has been retained. 10.2 Contractor further represents that it has not employed or retained any person or entity, other than a bona fide employee working exclusively for Contractor, to solicit or obtain this Agreement. Contractor has not paid or agreed to pay any person or entity, other than a bona fide employee working exclusively for Contractor, any fee, commission, gift, percentage, or any other consideration contingent upon the execution of this Agreement. Upon any breach or violation of this warranty, City shall have the right, at its sole and absolute discretion, to terminate this Agreement without further liability, or to deduct from any sums payable to Contractor hereunder the full amount or value of any such fee, commission, percentage or gift. 10.3 Contractor has no knowledge that any officer or employee of City has any interest, whether contractual, noncontractual, financial, proprietary, or otherwise, in this transaction or in the business of Contractor, and that if any such interest comes to the knowledge of Contractor at any time during the term of this Agreement, Contractor shall immediately make a complete, written disclosure of such interest to City, even if Vendor Initials PSA without professional liability insurance(contractor) Page 6 Last Revised:05122114 Page 262 such interest would not be deemed a prohibited"conflict of interest"under applicable laws as described in subsection 10.1. 11. Indemnification. 11.1 To the maximum extent permitted by law, the Contractor shall defend,indemnify and hold the City,and its elected officials,officers,employees, servants, volunteers, and agents serving as independent contractors in the role of City officials, (collectively, "Indemnitees"), free and harmless with respect to any and all damages, liabilities, losses, reasonable defense costs or expenses (collectively, "Claims"), including but not limited to Claims relating to death or injury to any person and injury to any property, which arise out of, pertain to, or relate to the acts, omissions, activities or operations of Contractor or any of its officers, employees, subcontractors, Contractors, or agents in the performance of this Agreement. Contractor shall defend Indemnitees in any action or actions filed in connection with any such Claims with counsel of City's choice, and shall pay all costs and expenses, including actual attorney's fees and experts' costs incurred in connection with such defense. The indemnification obligation herein shall not in any way be limited by the insurance obligations contained in this Agreement provided, however, that the Contractor shall have no obligation to indemnify for Claims arising out of the sole negligence or willful misconduct of any of the Indemnitees. 11.2 Nonwaiver of Rights. Indemnitees do not, and shall not, waive any rights that they may possess against Contractor because of the acceptance by City, or the deposit with City, of any insurance policy or certificate required pursuant to this Agreement. 11.3 Waiver of Right of Subrogation._ Except as otherwise expressly provided in this Agreement, Contractor, on behalf of itself and all parties claiming under or through it,hereby waives all rights of subrogation against the Indemnitees,while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the Contractor. 11.4 Survival. The provisions of this Section 11 shall survive the termination of the Agreement and are in addition to any other rights or remedies which Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover under this indemnity provision, and an entry of judgment against Contractor shall be conclusive in favor of the Indemnitee's right to recover under this indemnity provision. Vendor Initials PSA without professional liability insurance(contractor) Page 7 Last Revised:05122114 Page 263 12. Insurance. 12.1 Liability Insurance. Contractor shall procure and maintain in full force and effect for the duration of this Agreement, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the services hereunder by Contractor, and/or its agents, representatives, employees or subcontractors. 12.2 Minimum Scope of Insurance. Unless otherwise approved by City, coverage shall be at least as broad as: (1) Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). (2) Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). (3) Worker's Compensation insurance as required by the State of California, and Employer's Liability Insurance. 12.3 Minimum Limits of Insurance. Contractor shall maintain limits no less than: (1) Commercial General Liability: $2,000,000 per occurrence for bodily injury, personal injury and property damage. Commercial General Liability Insurance or other form with a general aggregate limit shall apply separately to this Agreement or the general limit shall be twice the required occurrence limit. (2) Automobile Liability: $2,000,000 per accident for bodily injury and property damage. (3) Employer's Liability: $1,000,000 per accident and in the aggregate for bodily injury or disease and Workers' Compensation Insurance in the amount required by law. (4) The Insurance obligations under this Agreement shall be the greater of(i) the Insurance coverages and limits carried by the Contractor; or(ii)the minimum Insurance coverages and limits shown in this Agreement. Any insurance proceeds in excess of the specified limits and coverage required which are applicable to a given loss, shall be available to the City. No representation is made that the minimum Insurance requirements of this Agreement are sufficient to cover the obligations of the Contractor under this agreement. Vendor Initials PSA without professional liability insurance(contractor) Page 8 Last Revised:05122114 Page 264 12.4 Deductibles and Self-Insured Retentions. Any deductibles or self- insured retentions must be declared to and approved by the City and shall not reduce the limits of coverage. City reserves the right to obtain a full certified copy of any required insurance policy and endorsements. 12.5 Other Insurance Provisions. (1) The commercial general liability and automobile liability policies are to contain the following provisions on a separate additionally insured endorsement naming the City, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City officials, as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; and/or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no limitations on the scope of protection afforded to City, its officers, officials, employees, designated volunteers or aizents serving as independent contractors in the role of City officials which are not also limitations applicable to the named insured. (2) For any claims related to this Agreement, Contractor's insurance coverage shall be primary insurance as respects City, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City officials.Any insurance or self-insurance maintained by City, its officers, officials, employees, designated volunteers or agents serving as independent contractors in the role of City officials shall be in excess of Contractor's insurance and shall not contribute with it. (3) Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (4) Contractor shall provide immediate written notice if(1) any of the required insurance policies is terminated; (2)the limits of any of the required polices are reduced; (3) or the deductible or self-insured retention is increased. In the event of any cancellation or reduction in coverage or limits of any insurance, Contractor shall forthwith obtain and submit proof of substitute insurance. Vendor Initials PSA without professional liability insurance(contractor) Page 9 Last Revised:05122114 Page 265 (5) Each insurance policy required by this clause shall expressly waive the insurer's right of subrogation against City, its elected officials, officers, employees, servants, attorneys, designated volunteers, and agents serving as independent contractors in the role of City officials. (6) Each policy shall be issued by an insurance company approved in writing by City, which is admitted and licensed to do business in the State of California and which is rated A:VII or better according to the most recent A.M. Best Co. Rating Guide. (7) Each policy shall specify that any failure to comply with reporting or other provisions of the required policy, including breaches of warranty, shall not affect the coverage required to be provided. (8) Each policy shall specify that any and all costs of adjusting and/or defending any claim against any insured, including court costs and attorneys' fees, shall be paid in addition to and shall not deplete any policy limits. (9) Contractor shall provide any and all other insurance, endorsements, or exclusions as required by the City in any request for proposals applicable to this Agreement. 12.6 Evidence of coverage.Prior to commencing performance under this Agreement, the Contractor shall furnish the City with certificates and original endorsements, or copies of each required policy, effecting and evidencing the insurance coverage required by this Agreement including (1) Additional Insured Endorsement(s), (2) Worker's Compensation waiver of subrogation endorsement, and (3) General liability declarations or endorsement page listing all policy endorsements. The endorsements shall be signed by a person authorized by the insurer(s) to bind coverage on its behalf. All endorsements or policies shall be received and approved by the City before Contractor commences performance. If performance of this Agreement shall extend beyond one year, Contractor shall provide City with the required policies or endorsements evidencing renewal of the required policies of insurance prior to the expiration of any required policies of insurance. 12.7 Contractor agrees to include in all contracts with all subcontractors performing work pursuant to this Agreement,the same requirements and provisions of this Agreement including the indemnity and insurance requirements to the extent they apply to the scope of any such subcontractor's work. Contractor shall require its subcontractors to be bound to Contractor and City in the same manner and to the same extent as Contractor is bound to City pursuant to this Agreement, and to require each of its subcontractors to Vendor Initials PSA without professional liability insurance(contractor) Page 10 Last Revised:05122114 Page 266 include these same provisions in its contract with any sub-subcontractor. 13. Cooperation. In the event any claim or action is brought against City relating to Contractor's performance or services rendered under this Agreement,Contractor shall render any reasonable assistance and cooperation that City might require. City shall compensate Contractor for any litigation support services in an amount to be agreed upon by the parties. 14. Termination. City shall have the right to terminate this Agreement at any time for any or no reason on not less than ten(10) days prior written notice to Contractor. In the event City exercises its right to terminate this Agreement, City shall pay Contractor for any services satisfactorily rendered prior to the effective date of the termination, provided Contractor is not then in breach of this Agreement. Contractor shall have no other claim against City by reason of such termination, including any claim for compensation. City may terminate for cause following a default remaining uncured more than five (5) business days after service of a notice to cure on the breaching parry. Contractor may terminate this Agreement for cause upon giving the City D ten (10) business days prior written notice for any of the following: (1)uncured breach by the City of any material term of this Agreement, including but not limited to Payment Terms; (2) material changes in the conditions under which this Agreement was entered into, coupled with the failure of the parties to reach accord on the fees and charges for any Additional Services required because of such changes. 15. Notices. Any notices, bills, invoices, or reports authorized or required by this Agreement shall be in writing and shall be deemed received on(a) the day of delivery if delivered by hand or overnight courier service during Contractor's and City's regular business hours; or(b)on the third business day following deposit in the United States mail, postage prepaid, to the addresses set forth in this Section, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this Section. All notices shall be addressed as follows: If to City: Julie A. Sowles, Library Director Rancho Cucamonga Public Library 12505 Cultural Center Drive Rancho Cucamonga, CA 91739 If to Contractor: SirsiDynix, Legal Department 3300 N. Ashton Blvd., Suite 500 Lehi UT 84043 Vendor Initials PSA without professional liability insurance(contractor) Page 11 Last Revised:05122114 Page 267 16. Non-Discrimination and Equal Employment Opportunity. In the performance of this Agreement, Contractor shall not discriminate against any employee, subcontractor, or applicant for employment because of race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. Contractor will take affirmative action to ensure that subcontractors and applicants are employed, and that employees are treated during employment,without regard to their race,color,creed,religion,sex,marital status,national origin, ancestry, age,physical or mental handicap,medical condition,or sexual orientation. 17. Assignment and Subcontracting. Contractor shall not assign or transfer any interest in this Agreement or subcontract the performance of any of Contractor's obligations hereunder without City's prior written consent. Except as provided herein, any attempt by Contractor to so assign,transfer,or subcontract any rights,duties,or obligations arising hereunder shall be null, void and of no effect. 18. Compliance with Laws. Contractor shall comply with all applicable federal, state and local laws, ordinances, codes and regulations in force at the time Contractor performs the Services. Contractor is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and compliance with other requirements on "public works" and "maintenance" projects. If the Services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws. The applicable prevailing wage rate determinations can be found at http://www.dir.ca.gov/dlsr/DPreWageDetennination.htm Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services, available to interested parties upon request, and shall post copies at the Contractor's principal place of business and at the Project site. Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. 19. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Contractor constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Contractor,and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 20. Attorney's Fees. In the event that either party to this Agreement shall commence any legal action or proceeding to enforce or interpret the provisions of this Agreement,the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and costs of experts. Vendor Initials PSA without professional liability insurance(contractor) Page 12 Last Revised:05122114 Page 268 21. Exhibits; Precedence. All documents referenced as exhibits in this Agreement are hereby incorporated in this Agreement. In the event of any material discrepancy between the express provisions of this Agreement and the provisions of any document incorporated herein by reference,the provisions of this Agreement shall prevail. 22. Applicable Law and Venue. The validity, interpretation, and performance of this Agreement shall be controlled by and construed under the laws of the State of California. Venue for any action relating to this Agreement shall be in the San Bernardino County Superior Court. 23. Construction. In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter herein, the interpretation of this Agreement shall not be resolved by any rules of interpretation providing for interpretation against the party who causes the uncertainty to exist or against the party who drafted the Agreement or who drafted that portion of the Agreement. 24. Entire Agreement. This Agreement consists of this document, and any other documents, attachments and/or exhibits referenced herein and attached hereto, each of which is incorporated herein by such reference, and the same represents the entire and integrated agreement between Contractor and City. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. IN WITNESS WHEREOF, the parties, through their respective authorized representatives, have executed this Agreement as of the date first written above. Contractor Name: Sirsi Corporation dba City of Rancho Cucamonga SirsiDynix By: By: Name Date Name Date Title Title By: Name Date Title (two signatures required if corporation) Vendor Initials PSA without professional liability insurance(contractor) Page 13 Last Revised:05122114 Page 269 EXHIBIT A SCOPE OF SERVICES Vendor Initials PSA without professional liability insurance(contractor) Page 14 Last Revised:05122114 Page 270 Attachment A— Sample Waiver of Subrogation (Sample Only—Not all forms will look identical to this Sample) T5"'1 !/�A �,1' �ti��� WORKERS COMPENSATION PP[[A V L F AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 00 03 13 (00)-nt POLICY NUMBER, WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover Our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. SCHEDULE DESIGNATED PERSON: The City of Rancho Cucamonga, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City or officials. DESIGNATED ORGANIZATION: Vendor Initials PSA without professional liability insurance(contractor) Page 15 Last Revised:05122114 Page 271 Attachment B — Sample Additional Insured for On-going Projects POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization s: Locations Of Covered Operations The City of Rancho Cucamonga, its officers, officials, employees, designated volunteers and agents serving as independent contractors in the role of City or officials. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. A. Section 11 —Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the persons) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for"bodily injury","property This insurance does not apply to"bodily injury"or damage" or "personal and advertising injury" "property damage"occurring after: caused,in whole or in part,by: 1. All work, including materials, parts or equip- 1. Your acts or omissions;or ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project(other than service,maintenance behalf; or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the iocation(s) desig- covered operations has been completed;or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 ©ISO Properties,Inc,2004 Page 1 of 1 ❑ Vendor Initials PSA without professional liability insurance(contractor) Page 16 Last Revised:05122114 Page 272 ADDENDUM NO. 001 to Professional Services Agreement Whereas; Sirsi Corporation dba SirsiDynix (hereinafter "Contractor") and the City of Rancho Cucamonga (hereinafter the "City") intend to enter into a Professional Services Agreement (hereinafter "Agreement"), and Whereas; City has identified the following exceptions to the Agreement; Section 11. INSURANCE: 11.2. AUTOMOBILE LIABILITY: Shall be waived. Now therefore: Sirsi Corporation dba SirsiDynix and the City desire to incorporate the above exceptions to the attached Professional Services Agreement. Please indicate your agreement by way of signature to this Addendum No. 001 and the attached Professional Services Agreement. Please return two (2) original signed copies to the City no later than September 30, 2020 The City will process for signature and provide Sirsi Corporation dba SirsiDynix with one (1) fully executed copy of the Professional Services Agreement and Addendum No. 001. SirsiDynix, Legal Department 3300 N. Ashton City of Rancho Cucamonga Blvd., Suite 500 Lehi UT 84043 By: By: Name Date Name Date Title Title By: By: Name Date Name Date Title Title (two signatures required if corporation) Last Revised: 11104113 Page of CITY OF RANCHO CUCAMONGA MEMORANDUM DATE: October 7, 2020 Library Services TO: Ruth Cain, Purchasing Manager FROM: Julie A. Sowles, Library Director BY: Cara Vera, Library Services Manager SUBJECT: Sole Source Request to Maintain a Service Contract for the Integrated Library System Software Maintenance through SirsiDynix. RECOMMENDATION: Approve a request to use SirsiDynix as a sole source for maintaining and servicing the Rancho Cucamonga Public Library's integrated library system (ILS). BACKGROUND: SirsiDynix has been used as the Library's ILS provider since the merger of two ILS competitors, Sirsi and Dynix in 2005. The Library has been annually renewing the system maintenance contract to ensure that this software functions correctly and provides satisfactory service to the citizens of Rancho Cucamonga. ANALYSIS: The Library's maintenance and service contract for SirsiDynix is exclusive to that company's software, and it would not be effective to obtain a different system maintenance vendor, as SirsiDynix is the sole company that provides comprehensive annual service and support for its products. It would also not be cost effective at this moment to explore a separate RFP process for a new ILS, with the goal of changing the annual ILS service contract. FISCAL IMPACT: The cost of maintenance and services from SirsiDynix was budgeted and approved for Fiscal Year 2020-2021. The amount funded is $54,020. With a total contract term of five (5) years, the complete funding amount is not to exceed $270,000. Funding for this service will come from Library Fund object 1290601-5300. COUNCIL GOAL(S) ADDRESSED: Not applicable. ATTACHMENTS: Attachment 1 — SirsiDynix BC Analytics Plus & Acquisitions Quote Attachment 2 — SirsiDynix Single/Sole Source Justification Page 1 of 1 Page 274 Quote for City of Rancho Cucamonga EXHIBIT A Quote Number 103746 4W Am SirsiDynix Technology Center 3300 N.Ashton Boulevard, Suite 500 SirsiDynix" Lehi, LIT 84043 Phone:800-288-8020 QUOTE Quote 103746 for: 441k City of Rancho Cucamonga BC Analytics Plus & Acquisitions Quote valid until: October 15, 2020 Prepared by: Tina Beecroft, Executive Account Manager This Quote is hereby fully incorporated into the current Agreement executed between SirsiDynix and Customer,if any.The above information is a trade secret, proprietary and confidential and is only for use by the library named above and not to be released. Copyright 2020 Sirsi Corporation-All Rights Reserved li 51r'""op 1Xr Page 1 of 10 Page 275 Quote for City of Rancho Cucamonga Quote Number 103746 Quote Information General Estimated Totals: Year 2 - $49,991 Year 3 - $49,991 Year 4 - $49,991 Year 5 - $49,991 This Quote is hereby fully incorporated into the current Agreement executed between SirsiDynix and Customer,if any.The above information is a trade secret, proprietary and confidential and is only for use by the library named above and not to be released. Copyright 2020 Sirsi Corporation-All Rights Reserved li 51r'""op 1Xr Page 2 of 10 Page 276 Quote for City of Rancho Cucamonga Quote Number 103746 Purchase Details All prices are in U.S. dollars ($) and are exclusive of taxes unless otherwise noted. Estimated Estimated Estimated Estimated Year 2 Year 3 Year 4 Year 5 SirsiDynix Products 24,760 360 360 360 360 SirsiDynix Services 1,490 - - - - Discount (24,700.14) - - - - Subtotal L 1,549.86 360 360 360 Active Products 1 1,146.25 ENRICH CONT PUB SNGL COV IMGE 1 620.63 Microsoft SQL Server Standard 2000 Runtime Lic and updates 1 2,645.07 MS SQL Server Database Support 2 2,116.06 SIP LIC SITE ENHANCED ADD PROD 1 17,163.99 HORZN MAINT SUITE PUBLIC 2 1,866.33 SIP SVC ENHANCED UPGR 1 382.77 Horizon SIP2 Responder Per Certified Vendor 1 3,000 SirsiDynix SMS Notification for Horizon, Annual Subscription - Upgrade to 100K Message Package 1 0 Enhanced SIP license for Telephone Messaging v3.0 1 2,069.58 Telephone Messaging v3.0 Maintenance, SW 4-lines 1 8,553.78 SirsiDynix Enterprise, SaaS Annual Subscription 1 0 Web Services, Basic for SirsiDynix Enterprise 1 3,496.09 SirsiDynix eResource Central Gateway Services-Annual Subscription 1 0 SirsiDynix eRC Connector for OverDrive -Annual Subscription This Quote is hereby fully incorporated into the current Agreement executed between SirsiDynix and Customer,if any.The above information is a trade secret, proprietary and confidential and is only for use by the library named above and not to be released. Copyright 2020 Sirsi Corporation-All Rights Reserved @ 5irsiDynix° Page 3 of 10 Page 277 Quote for City of Rancho Cucamonga Quote Number 103746 1 209.76 SaaS SSL Security Certificate Subscription 1 0 SirsiDynix eRC Connector for Recorded Books OneClickDigital -Annual Subscription 1 5,360.69 Horizon Universal SIP2 Responder 1 0 Horizon SIP2 Responder Per Certified Vendor 1 1,000 SirsiDynix eRC Connector for Bibliotheca cloudLibrary,Annual Subscription Ac1tve Products Subtotal: $49,631 Initial Term: Three (3)Years with two optional One (1)Year terms for a total of Five (5)Years Initial Term Annual Price Increase Cap for SirsiDynix Products/Services: 0% until Term renewal The Initial Term and the Initial Term Annual Price Increase Cap set forth above shall apply to Active Products and new purchased Products/Services. Customer's usage is subject to limitations that can be found in the Terms and Conditions section at the end of the Quote. SirsiDynix reserves the right to adjust Initial Term pricing for Third Party/integrated products/services if a Third Party vendor increases pricing for Third Party/integrated products/services. Any applicable discount shall be applied on final payment.Any and all pre-printed terms and conditions on Customer's Purchase Order(s) submitted to SirsiDynix are hereby rejected and shall be superseded by the current Master Agreement, unless such additional terms are statutorily required of the Customer. This Purchase Details section may not include pre-existing obligations for ongoing Products not listed in the Quote. This Quote is hereby fully incorporated into the current Agreement executed between SirsiDynix and Customer,if any.The above information is a trade secret, proprietary and confidential and is only for use by the library named above and not to be released. Copyright 2020 Sirsi Corporation-All Rights Reserved u 5irsiDynix° Page 4 of 10 Page 278 Quote for City of Rancho Cucamonga Quote Number 103746 Detailed Pricing All prices are in U.S. dollars ($) and are exclusive of taxes unless otherwise noted. • '• m • . - SirsiDynix Products 41. 24,760 BLUEcloud Analytics Platform Plus, Annual Subscription 1 3,780 Horizon Acquisitions 1 20,980 SirsiDynix Services 1,490 BLUEcloud Analytics Q and A, Distance, Annual Subscription 1 Included BLUEcloud Analytics SureStart-1, Distance 1 Included Product Delivery: Horizon Add-On Module Software Installation 1 250 Project Management: Project Management for all products in this Quote 1 300 Training: BLUEcloud Analytics Package of courses, Self-Paced 1 Included HZN506 Horizon Acquisitions: Basics, Group 1 340 HZN540 Horizon Acquisitions: Management, Group 1 340 HZN542 Horizon Acquisitions: Intermediate, Group 1 260 Discount (24,700.14) CSA VIP (24,400.14) Services Discount (300) Quote Total Ad 1,549.86 This Quote is hereby fully incorporated into the current Agreement executed between SirsiDynix and Customer,if any.The above information is a trade secret, proprietary and confidential and is only for use by the library named above and not to be released. Copyright 2020 Sirsi Corporation-All Rights Reserved @ 5irsiDynix° Page 5 of 10 Page 279 Quote for City of Rancho Cucamonga Quote Number 103746 Component Descriptions Each description below relates to a quantity of one for the component. There may be more than one in this Quote. ProductsSirsiDynix BLUEcloud Analytics Platform Plus, Annual Subscription The BLUEcloud Analytics Platform provides a web-based, cloud-hosted suite of data-mining and OLAP tools with the following functionality: • Unique view of data warehouse for analysis of your institution, collections, and users • Supports advanced and predictive analysis to establish trends and patterns • Presentations for effectively communicating to boards and administrators • Drill anywhere capabilities, users can view summary-to-detail-level data • Robust security, flexible information distribution/collaboration, and easy self-service analysis • Ability to print, download, and e-mail data and graphs in a variety of formats (Microsoft Excel®and PowerPoint@) This Plus package provides 3 years of transaction data, 8 Reporter accounts, 2 Creator accounts and 10 Premium Feature Credits. These Credits expire at the end of each subscription year. Storage of Custom Data is an optional extra. Minimum requirements: Symphony 3.4.1 SP3 (MS SQL Server or Oracle databases only) or Horizon 7.5.2 Horizon Acquisitions SirsiDynix Services BLUEcloud Analytics Q and A, Distance, Annual Subscription The BLUEcloud Analytics Q and A Subscription provides unlimited access to Consultant led Q and A sessions. Two sessions per month are offered. Attendees are encouraged to bring their questions, projects and issues to the each session. Consultants will address issues presented by customers. BLUEcloud Analytics SureStart-1, Distance SureStart is a layer of consulting support designed to smoothly transition sites into using BLUEcloud Analytics. Through one private, online session a member of the Consulting Services team will "jump start" BLUEcloud Analytics by creating two report templates for the site, providing instruction and answering staff questions. SureStart addresses issues outside the scope of training by focusing on the site's individual needs. Product Delivery Horizon Add-On Module Software Installation Activation of Horizon add-on module as per specified. Price is per module. Project Management This Quote is hereby fully incorporated into the current Agreement executed between SirsiDynix and Customer,if any.The above information is a trade secret, proprietary and confidential and is only for use by the library named above and not to be released. Copyright 2020 Sirsi Corporation-All Rights Reserved @ 5irsiDynix° Page 6 of 10 Page 280 Quote for City of Rancho Cucamonga Quote Number 103746 Project Management includes the services of a Project Manager. The Project Manager is your primary point of contact during the implementation. You will work with your project manager to plan timeframes, schedule resources from the professional services team, and coordinate with other departments at SirsiDynix to deliver products and services outlined in this quote. Depending on the type of implementation, the Project Manager will do the following: - Act as your primary SirsiDynix contact during your implementation - Identify customer needs and key tasks to be accomplished by both the customer and SirsiDynix to ensure a successful implementation - Organize meetings with you and appropriate SirsiDynix staff to kick off your implementation project - Work with SirsiDynix global operations staff to develop, communicate, and manage the overall implementation schedule - Bring key SirsiDynix staff onto the project to ensure proper resources are available to meet critical milestones of your schedule - Report to you regularly via phone and email status reports to keep everyone apprised of project progress - Monitor quality control checks at critical intervals in your project - Assist with the transition from Implementation phase to Customer Support Training HZN506 Horizon Acquisitions: Basics, Group One seat in a group distance instructor-led course for Horizon Basic Acquisitions. This course covers the basics of Acquisitions, including the following: -Basic Workflow -Basic Ordering -Receiving and Invoicing -Introduction to Edifact" HZN542 Horizon Acquisitions: Intermediate, Group One seat in a group distance instructor-led course for Horizon Intermediate Acquisitions. This course covers additional acquisitions functionality, including the following: -Standing Orders -Subscriptions -Non Title Statements" HZN540 Horizon Acquisitions: Management, Group One seat in a group distance instructor-led course for Horizon Acquisitions Management. This course covers the basics of Acquisitions Setup and Maintenance: -Creating Budgets -Creating Vendor Records -Managing Acquisitions Reports -Setting Acquisition Parameters (Workslips) -Setting up Selection Lists -Reviewing Acquisitions Mapping for Title Source 2 -Edifact Setup" BLUEcloud Analytics Package of courses, Self-Paced This Quote is hereby fully incorporated into the current Agreement executed between SirsiDynix and Customer,if any.The above information is a trade secret, proprietary and confidential and is only for use by the library named above and not to be released. Copyright 2020 Sirsi Corporation-All Rights Reserved @ 5irsiDynix° Page 7 of 10 Page 281 Quote for City of Rancho Cucamonga Quote Number 103746 Terms and Conditions Current Contract License Limits: SirsiDynix software is licensed based upon annual circulation. You are licensed for up to 1,310,000 annually circulated items; an increase in circulation beyond the number noted requires additional license fees. SirsiDynix Professional Services performed by way of remote network access require ssh (Unix/Linux), Remote Desktop (Windows) or unattended Logmein Rescue (Windows) access for the duration of the project. The library may limit connectivity to the SirsiDynix Corporate IP address or implement a Cisco AnyConnect VPN tunnel. Other remote connectivity options may incur additional fees, onsite travel fees or void the ability of SirsiDynix to perform the project. A full description can be found in the Access Requirement for Support Guide on our customer support website. Maintenance must be ordered for all copies of the Software and for all elements of the Software which are used conjunctively by Customer. Customer's System shall remain within two (2) previously released software versions of the most recent version of the software at all times or an additional maintenance surcharge service charge will be added to the maintenance renewal. Customer shall not integrate products offered by third parties into Software, Subscriptions or Subscription Software without additional license from SirsiDynix. SirsiDynix shall have the right to aggregate and retain non-personally identifiable data. Payment Terms The term of any quoted products is for no less than the Initial Term and shall automatically renew for the length of the Initial Term. Subsequent years' Maintenance and Subscription fees are to be paid annually in advance. Following the first year of System operation, Maintenance and Subscription fees will be subject to annual increases. Unless otherwise specifically stated in writing, products and/or services purchased at promotional prices or with promotional discounts do not qualify for such discounts or limitations on price increases for subsequent years. SirsiDynix Products and Services • 100% due upon delivery of the first of any quoted SirsiDynix Products and Services Any reference to license metrics and/or licensed amounts included in this quote shall be applicable only to the Products and/or services mentioned in this quote. This document and any software or professional services associated with this document are hereby fully incorporated into the current Agreement executed between SirsiDynix and Customer. If there is no current agreement between the parties, the terms and conditions of the current SirsiDynix Master Software License and Services Agreement shall be deemed the controlling Agreement between the parties, a copy of which shall be furnished upon Customer's request. Any and all pre-printed terms and conditions on Customer's Purchase Order(s) submitted to SirsiDynix are hereby rejected and shall be superseded by the current Agreement, unless such additional terms are statutorily required of the Customer. In the event of a conflict, the terms, payment terms, discounts, product lists and/or statement of work contained within this This Quote is hereby fully incorporated into the current Agreement executed between SirsiDynix and Customer,if any.The above information is a trade secret, proprietary and confidential and is only for use by the library named above and not to be released. Copyright 2020 Sirsi Corporation-All Rights Reserved @ 5irsiDynix° Page 8 of 10 Page 282 Quote for City of Rancho Cucamonga Quote Number 103746 document shall take precedence over the current Agreement between the parties. In the event Customer desires or requires updated terms and conditions for the continuing business relationship with SirsiDynix, please contact your regional Sales Representative. This Quote is hereby fully incorporated into the current Agreement executed between SirsiDynix and Customer,if any.The above information is a trade secret, proprietary and confidential and is only for use by the library named above and not to be released. Copyright 2020 Sirsi Corporation-All Rights Reserved u 5irsiDynix° Page 9 of 10 Page 283 Quote for City of Rancho Cucamonga Quote Number 103746 Signature(s) Customer Signature: Sirsi Corporation dba SirsiDynix Signature: City of Rancho Cucamonga By: By: (Authorized Signature) (Authorized Signature) Name: Name: (Printed) (Printed) Job Title: Job Title: Date: Date: Billing Address: City of Rancho Cucamonga 10500 Civic Center Drive Rancho Cucamonga California 91730 United States This Quote is hereby fully incorporated into the current Agreement executed between SirsiDynix and Customer,if any.The above information is a trade secret, proprietary and confidential and is only for use by the library named above and not to be released. Copyright 2020 Sirsi Corporation-All Rights Reserved u 5irsiDynix° Page 10 of 10 Page 284 i CITY OF RANCHO CUCAMONGA SINGLEISOLE SOURCE JUSTIFICATION FOR PURCHASES $5,000 AND ABOVE RANCHO ,�1ANIONOA .1I c1tti 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: Sirsi Dynix Date: September 18, 2020 Commodity/Service:Maintenance and service for Library's Integrate Library System(ILS) Estimated expenditure: $270,000 ($54,000/yr) Your Name: Cara Vera o Extent of market search conducted: SirsiDynix is the single vendor authorized to provide maintenance and service for their proprietary Horizon enfhivaro Tho I ihrnm hoc wnrkorl with Qircin%,niv cinro 0 Price Reasonableness: Fair Does moving forward on this product/service further obligate the City to future similar contract actual arrangements? No 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 a (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). DATempFiles Temporary Internet Files,OLK2IC Sole Source Justification Form(3).doc &nbsp; &nbsp; Page 285 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 singlelsole source justification be authorized as a singlelsole source for the service or material. Department Head: Julie A. Sowles Department: Library • • • • • • • • • • Purchasing Department • • • • • • • • • • 0 APPROVED ❑ APPROVED WITH CONDITIONIS 71 DISAPPROVE Comments: $5,000-$50,000 APPROVED BY PURCHASING MANAGER: Date: $50,000—100,000 APPROVED BY CITY MANAGER: Date: $100,000 AND OVER See comments above by Purchasing Division,attach to Council Request CITY COUNCIL ACTION: Date: D:TempFiles Temporary Internet Files.OLK21OSole Source Justification Form(3).doc 11107 &nbsp; &nbsp; Page 286 CITY OF RANCHO CUCAMONGA LSTIMJ DATE: October 7, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Lori Sassoon, Deputy City Manager, Administrative Services SUBJECT: Consideration of Amendment No. 1 to the Reimbursement Agreement with Chaffey Joint Union High School District for School Resource Officer Services. RECOMMENDATION: Staff recommends that the City Council approve Amendment No. 1 to the Reimbursement Agreement with Chaffey Joint Union High School District for School Resource Officer Services. BACKGROUND: The City has traditionally funded School Resources Officer (SRO) positions on high school campuses in the City. SRO's are Sheriff's Deputies who are primarily stationed on campus, where they build collaborative working relationships with students, faculty, and staff. These officers are able to quickly respond to and handle public safety matters that arise on campus. In 2018, Chaffey Joint Union High School District desired to begin funding a higher level of SRO services in the City. In October 2018, the City and the District entered into a cost-sharing agreement that resulted in the placement of an SRO on every high school campus in the City. A second agreement was executed on November 6, 2019, modifying the original agreement to address compensation to the City for the FY 2019/2020 school year and beyond. ANALYSIS: As a result of the COVID-19 pandemic's impact on school operations, the City and the District recognize that SRO services are not being utilized as long as distance learning is being required by State and County regulations. During this interim time, the SRO's are assigned to other public safety duties here in Rancho Cucamonga. However, given the training, experience, and campus relationships built by the SRO's at their respective school sites, both parties recognize the benefit of continuing to fund these specific Deputies and retain them at the Rancho Sheriff's Station so that they can return to SRO duties as soon as it is feasible. To that end, the City and District staffs are recommending approval of Amendment No. 1 of the November 2019 SRO Funding Agreement (Attachment 1). The amendment will modify the funding arrangement for the FY 2020/21 school year, reducing the District's share of SRO services from 73% of costs to 36.5% of costs, which is a 50% reduction in costs to the District. All other terms remain unchanged. The proposed amendment recognizes the District's diminished need for SRO services and the reassignment of the deputies to other Rancho Cucamonga public safety needs at this time, while also ensuring that the SRO's remain ready should the schools resume in-person instruction. FISCAL IMPACT: The proposed agreement will reduce the City's SRO reimbursement in FY 2020/21 by 50%, which is a revenue loss of$122,265 for the current fiscal year. Page 287 COUNCIL MISSION /VISION / GOAL(S) ADDRESSED: This action is keeping with the City's core value of working together cooperatively and respectfully with each other, staff, and all stakeholders, and also the core value of promoting and enhancing a safe and healthy community for all. ATTACHMENTS: Attachment— SRO Funding Agreement Amendment No. 1 Page 2 Page 288 AMENDMENT NO. 1 TO THE REIMBURSEMENT AGREEMENT FOR SCHOOL RESOURCE OFFICER SERVICES This Amendment No. 1 is made and entered into this day of 2020, by and between the City of Rancho Cucamonga (hereinafter referred to as CITY) and the Chaffey Joint Union High School District (hereinafter referred to as DISTRICT), both of whom understand as follows: WITNESSETH WHEREAS, the CITY has traditionally funded School Resource Officer positions, through its law enforcement contract with the San Bernardino County Sheriff's Department; and WHEREAS, with DISTRICT desiring to fund a higher level of school resource officer services for its high school facilities located in CITY, CITY and DISTRICT entered into a cost sharing agreement on October 17, 2018; and WHEREAS, CITY and DISTRICT entered into a second agreement on November 6, 2019, modifying the original agreement to address compensation for the FY 2019/20 and FY 2020/21 years and beyond; and WHEREAS, with the DISTRICT's school operations impacted by the COVID-19 pandemic, CITY and DISTRICT recognize the need to address the diminished utilization of school resource officers at the current time, while having these same trained officers remain readily available upon the resumption of traditional school operations; WHEREAS, CITY and DISTRICT now mutually desire to modify the November 6, 2019 agreement to address the impacts of the COVID-19 pandemic; NOW, THEREFORE in consideration of these services and mutual conditions hereinafter provided, the parties agree to amend the November 6, 2019 agreement as follows. A. Section D is hereby amended to read as follows: "D. In consideration for providing these services, the DISTRICT will compensate the CITY a total of$230,692 for the FY 2019/20 school year. Beginning in FY 2020/21, the DISTRICT will annually compensate the CITY the DISTRICT share of one School Resource Officer position, in two equal amounts, the first during January and the second in June of that fiscal year. CITY agrees to provide to DISTRICT no later than December of each fiscal year a detailed breakdown of costs for one school resource officer for that fiscal year and that detailed breakdown of costs will serve as an invoice for that fiscal year. For FY 2020/21 only, the DISTRICT share shall be 36.5%. Beginning in FY 2021/22 for each successive fiscal year during which this agreement remains in effect, the DISTRICT share shall be 73% (38 weeks per year) of total costs." B. All other terms of the November 6, 2019 remain unchanged. Page 289 IN WITNESS WHEREOF, the parties have executed this Amendment No. 1 as of the date hereinabove written: CHAFFEY JOINT UNION CITY OF RANCHO CUCAMONGA SCHOOL DISTRICT Dr. Mathew Holton John R. Gillison Superintendent City Manager ATTEST: Janice C. Reynolds City Clerk Page 290 CITY OF RANCHO CUCAMONGA DATE: October 7, 2020 TO: Mayor and Members of the City Council FROM: John R. Gillison, City Manager INITIATED BY: Anne McIntosh, AICP, Planning Director Mike Smith, Principal Planner SUBJECT: CONSIDERATION OF SECOND READING OF ORDINANCE NO. 974 AND 975, DEVELOPMENT AGREEMENT AMENDMENT DRC2020-00124 AND SPECIFIC PLAN AMENDMENT DRC2020-00254 - CITY OF RANCHO CUCAMONGA - LOCATED NORTH OF 4T" STREET, SOUTH OF THE BURLINGTON NORTHERN SANTA FE (BNSF) RAILWAY, WEST OF MILLIKEN AVENUE, AND EAST OF UTICA/CLEVELAND AVENUES, WITHIN THE EMPIRE LAKES SPECIFIC PLAN. (ORDINANCE NO. 974 AND ORDINANCE NO. 975). RECOMMENDATION: Staff recommends that the City Council conduct a second reading, by title only, and adopt Ordinance No. 974 approving Development Agreement Amendment DRC2020-00124 revising the terms of Development Agreement DRC2015-00118 and Ordinance No. 975 approving Specific Plan Amendment DRC2020- 00254 deleting text describing the details of a required temporary connection between 6th and 7th Streets. BACKGROUND: The introduction and first reading of the above-entitled Ordinances was conducted at the Regular City Council Meeting of September 16, 2020. Vote at first reading: AYES: Michael, Kennedy, Hutchison, Scott, and Spagnolo. ANALYSIS: Please refer to the September 16, 2020 City Council Staff Report. FISCAL IMPACT: Please refer to the September 16, 2020 City Council Staff Report. COUNCIL MISSION /VISION / GOAL(S) ADDRESSED: Please refer to the September 16, 2020 City Council Staff Report. ATTACHMENTS: Attachment 1 — Ordinance No. 974 Attachment 2 — Ordinance No. 975 Page 291 ORDINANCE NO. 974 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, APPROVING DEVELOPMENT AGREEMENT AMENDMENT DRC2020-00124 AMENDING DEVELOPMENT AGREEMENT DRC2015-00118 BETWEEN THE CITY OF RANCHO CUCAMONGA AND SC RANCHO DEVELOPMENT CORP. AND EMPIRE LAKES HOLDING COMPANY, LLC, FOR PROPERTIES NORTH OF 4TH STREET, SOUTH OF THE BURLINGTON NORTHERN SANTA FE RAILWAY, WEST OF MILLIKEN AVENUE, AND EAST OF UTICA/CLEVELAND AVENUES, WITHIN THE EMPIRE LAKES SPECIFIC PLAN. A. Recitals. a. The City of Rancho Cucamonga and SC Rancho Development Corp. and Empire Lakes Holding Company, LLC filed an Application for Development Agreement Amendment DRC2020-00124 as described in the title of this ORDINANCE. Hereinafter in this Ordinance, the subject Development Agreement Amendment is referred to as "the Application." SC Rancho Development Corp. and Empire Lakes Holding Company, LLC, are the "Applicant." b. On August 12, 2020, the Planning Commission conducted a duly noticed public hearing on the Application and adopted Resolution No. 20-41 recommending approval of the Application. C. On September 16, 2020, the City Council conducted a duly noticed public hearing on the Application and concluded said hearing on that date. d. All legal prerequisites prior to the adoption of this Ordinance have occurred. B. Ordinance. NOW, THEREFORE, the City Council of the City of Rancho Cucamonga does ordain as follows: SECTION 1. The City Council hereby specifically finds that all of the facts set forth in the Recitals, Part A, of this Ordinance are true and correct. SECTION 2. Based upon the substantial evidence presented to the City Council during the above-referenced public hearing on July 18, 2018, including written and oral staff reports, together with public testimony, this City Council hereby specifically finds as follows: a. The Application was originally reviewed by the Planning Commission during a public hearing on August 12, 2020. The Planning Commission made a recommendation of approval to the City Council by adopting Resolution No. 20-40. Page 292 b. The application applies to a property that is currently in various phases of development and construction by the master developer (SC Rancho Development Corp. and Empire Lakes Holding Company, LLC) and their merchant builders; C. Development of the subject property is governed by the Empire Lakes Specific Plan, the City's Development Code, and the City's General Plan; d. The Specific Plan, as it was amended in 2016, consists of several "Planning Areas". The subject properties are within "Planning Area 1" of the Specific Plan; e. The subject properties are within a project site of 160-acres located in the Specific Plan. The Specific Plan has an overall area of 347-acres and is generally bound by 4th Street to the south, Milliken Avenue to the east, Cleveland Avenue and Utica Avenue to the west, and 8th Street and the BNSF/Metrolink rail line to the north. The subject property is generally located at the center of the Specific Plan. Both the Specific Plan and the project site are bisected into south and north halves by 6th Street; f. The City Council approved General Plan Amendment DRC2015-00114 on May 18, 2016, and Specific Plan Amendment DRC2015-00040 and Development Code Amendment DRC2015-00115 on June 1, 2016. These amendments enabled the property owner (master developer), SC Rancho Development Corp. and Empire Lakes Holding Company, LLC, and subsequent merchant builders to develop a new mixed use and transit-oriented project ("Empire Lakes/The Resort"; hereafter referred to as "the Project"); g. The purpose of the subject application is to amend several terms that are in the original Development Agreement (DRC2015-00118) that the City Council adopted on September 5, 2018. The Development Agreement became effective on October 8, 2018 and it was recorded with the County of San Bernardino on November 26, 2018; h. Concurrent with this application is an application for Specific Plan Amendment DRC2020-0254. The purpose of that application is to delete text describing the details of the required temporary connection between 6t" and 71" Streets; i. Per Section 17.22.060 of the Development Code, Development Agreements have been determined by the City Council to be beneficial to the public in that: ■ Development Agreements increase the certainty in the approval of development projects, thereby preventing the waste of resources, reducing the cost of development to the consumer, and encouraging investment in and commitment to comprehensive planning, all leading to the maximum efficient utilization of resources at the least economic cost to the public. ■ Development Agreements provide assurance to the applicant for a development project that upon approval of the project, the applicant may proceed with the project in accordance with existing policies, rules and regulations, and subject to conditions of approval, thereby strengthening the public planning process, Page 293 encouraging private participation in comprehensive planning, and reducing the economic costs of development. ■ Development Agreements enable the City to plan for and finance public facilities, including, but not limited to, streets, sewerage, transportation, drinking water, school, and utility facilities, thereby removing a serious impediment to the development of new housing." j. The original Development Agreement was made and entered into for the Project to ensure that the above three goals are fulfilled. The proposed amendment to the Development Agreement will continue to ensure these goals are fulfilled. SECTION 3. Based upon the substantial evidence presented to the City Council during the above-referenced public hearing and upon the specific findings of facts set forth in Paragraphs 1 and 2 above, this City Council hereby finds and concludes as follows: a. The Application is consistent with the objectives, policies, and general land uses specified in the General Plan and any applicable Specific Plans. The proposed Development Agreement amendment enables the construction of the overall project within the project site consistent with the amendments to the General Plan, Empire Lakes Specific Plan, and Development Code (General Plan Amendment DRC2015-00114, Specific Plan Amendment DRC2015-00040, and Development Code Amendment DRC2015-00115, respectively) and approved by the City Council in 2016. b. The Application is compatible and in conformity with public convenience, general welfare, and good land use and zoning practice. The proposed Development Agreement amendment will increase certainty and provide assurances for subsequent development projects within the overall project and enable the City to plan for and finance public facilities. C. The Application will not be detrimental to the health, safety, and general welfare of the City. The proposed Development Agreement amendment does not substantially change the overall project, does not introduce new or more severe environmental impacts that were not already analyzed in the Environmental Impact Report (EIR) (SCH No. 20150410083)that was certified by the City on May 18, 2016 in connection with the City's approval of General Plan Amendment DRC2015-00114, Specific Plan Amendment DRC2015-00040, and Development Code Amendment DRC2015-00115. d. The Application will not adversely affect the orderly development of property or the preservation of property values. The proposed Development Agreement amendment will prevent the inefficient use of resources, reduce the public cost of development, and encourage comprehensive planning. SECTION 4. Based upon the facts and information contained in the Application, together with all written and oral reports included for the environmental assessment for the Application, the City Council finds that no subsequent or supplemental environmental document is required pursuant to the California Environmental Quality Act (CEQA) in connection with the review and approval of this Application based upon the following findings and determinations: Page 294 a. Pursuant to the California Environmental Quality Act (CEQA}, the City certified an Environmental Impact Report (EIR) (SCH No. 20150410083) on May 18, 2016 in connection with the City's approval of General Plan Amendment DRC2015-00114, Specific Plan Amendment DRC2015-00040, and Development Code Amendment DRC2015-00115. Pursuant to CECA Guidelines Section 15162, no subsequent or supplemental EIR or Negative Declaration is required in connection with subsequent discretionary approvals of the same project as there have been a) no substantial changes proposed to the project that indicate new or more severe impacts on the environment; b) no substantial changes have occurred in the circumstances under which the project was previously reviewed that indicates new or more severe environmental impacts; c) no new important information shows the project will have new or more severe impacts than previously considered; and(d)no additional mitigation measures are now feasible to reduce impacts or different mitigation measures can be imposed to substantially reduce impacts. b. The City Council finds, in connection with the proposed Development Agreement, that substantial changes to the project or the circumstances surrounding the overall project have not occurred which would create new or more severe impacts than those evaluated in the previously certified EIR. The purpose of the original Development Agreement is to increase certainty and provide assurances for subsequent development projects within the overall project and enable the City to plan for and finance publicfacilities. C. The City Council further finds that the overall project will not have one or more significant effects not discussed in the previously certified EIR, not have more severe effects than previously analyzed, and that additional or different mitigation measures are not required to reduce the impacts of the project to a level of less than significant. The purpose of the original Development Agreement is to increase certainty and provide assurances for subsequent development projects within the overall project and enable the City to plan for and finance public facilities. d. The City Council further finds that no additional environmental review is required pursuant to CEQA in connection with the City's consideration of the proposed Development Agreement amendment . SECTION 5. On the basis of the foregoing, and the totality of the administrative record before it, the City Council hereby approves Development Agreement Amendment DRC2020-00124 as shown in Attachment A. SECTION 6. If any section, subsection, subdivision, paragraph, sentence, clause or phrase in this Ordinance or any part thereof is for any reason held to be unconstitutional, invalid, or ineffective by any court of competent jurisdiction, such decision shall not affect the validity or effectiveness of the remaining portions of this Ordinance or any part thereof. The City Council hereby declares that it would have passed each section, subsection, subdivision, paragraph, sentence, clause or phrase thereof irrespective of the fact that any one or more sections, subsections, subdivisions, paragraphs, sentences, clauses or phrases be declared unconstitutional, invalid, or ineffective. SECTION 7. The City Clerk shall certify to the adoption of this Ordinance and shall cause the same to be published in the manner prescribed by law. Page 295 PASSED, APPROVED, AND ADOPTED this 7th day of October 2020. Dennis Michael Mayor I, JANICE REYNOLDS, City Clerk of the City of Rancho Cucamonga, do hereby certify that the foregoing Ordinance was introduced at a regular meeting of the City Council of the City of Rancho Cucamonga held on the 7th day of October 2020, and was finally passed at a regular meeting of the City Council of the City of Rancho Cucamonga held on the 7th day of October 2020, by the following vote: AYES: COUNCILMEMBERS: NOES: COUNCILMEMBERS: ABSTAIN: COUNCILMEMBERS: ABSENT: COUNCILMEMBERS: Page 296 RECORDED AT THE REQUEST OF AND WHEN RECORDED, PLEASE RETURN TO: City of Rancho Cucamonga P. 0. Box 807 Rancho Cucamonga, CA 91729 Attn: City Clerk (Exempt from Recording Fee Per Government Code 6103) FIRST AMENDMENT TO DEVELOPMENT AGREEMENT NO. DRC 2015-00118 REGARDING THE EMPIRE LAKES SPECIFIC PLAN, RANCHO CUCAMONGA, CALIFORNIA This First Amendment to Development Agreement No. DRC 2015-00118 ("First Amendment") is entered into as of , 2020 by and between the City of Rancho Cucamonga, a California municipal corporation ("City"), and SC Rancho Development Corp., a California corporation and Empire Lakes Holding Company, LLC, a Delaware limited liability company (each a"Property Owner"and, collectively, "Property Owners"). RECITALS A. The Parties entered into that certain Development Agreement No. DRC 2015-00118 effective as of October 8, 2018 and recorded on November 26,2018 in the Official Records, County of San Bernardino as Document No.2018-0438838 (the "Original Agreement") with respect to the Subject Property described in Exhibit A to the Original Agreement, and restated for convenience in Exhibit A to this First Amendment(the"Subject Property"). B. The City would like to be assured there are adequate residential occupancies within the Project to utilize the Joint Use Public Facility ("JUPF") so the City does not incur unnecessary operating and maintenance costs. Therefore, the City has asked that the Property Owners permit the Original Agreement to be amended to extend the time period in Section 11.1) of the Original Agreement for the City's commencement of construction of the JUPF to a point when certificates of occupancy have been issued for not less than 2,000 residential units within the Subject Property. C. Section 7.0 of Appendix A to the Specific Plan requires Property Owners to construct an interim access connection across Phases 2 and 3 of the Project to Anaheim Place and 71h Street near the Metrolink station prior to the 4001' certificate of occupancy in Phase 1 of the Project (the "Interim Access Condition"). Given the development constraints of construction of Phases 2 and 3 of the Project, construction of an interim access connection is impractical and creates an undue financial burden on the Project as a throw away cost. To date, Property Owners have completed construction of The Resort Parkway from 4th Street to 01, Street as well as improvements to 6t' Street. These improvements provide access for residents of Phase 1 of the Attachment A 1 11231-000112419679v4.doc Page 297 Project to the Metrolink station via 6" street and Milliken Ave. Given the development constraints of Phases 2 and 3 of the Project, the undue financial burden of the interim access connection , and adequate access being provided by the existing Resort Parkway and 6th Street to the Metrolink station, the City is satisfied this interim access connection is no longer necessary. Therefore, Property Owners request City remove the Interim Access Condition in Section 7.0 of Appendix A to the Specific Plan requiring construction of an interim access connection prior to the 400'h certificate of occupancy in Phase I of the Project. D. The Parties have initiated discussions regarding an amendment. to the Specific Plan's street network, alignments, and connections within Planning Area 1 (the "Framework Plan") to improve the Specific Plan's development potential and circulation. Exhibit B, attached hereto and incorporated herein by reference, is a conceptual representation of the Framework Plan. The Parties jointly desire to implement the Framework Plan by incorporating it into the Specific Plan, and the City is preparing a Specific Plan amendment in order to do so. The Parties wish to set forth the process for implementing the Framework Plan should the City Council adopt the proposed Specific Plan amendment. Further, the City acknowledges that the implementation of the Framework Plan would eliminate the available location and need for the Camp under Section 13.A of the Original Agreement; therefore, City acknowledges that Sections 13.A, 13.0 and clause (iii) of Section 13.13 in the Original Agreement related to the Camp should terminate if the Framework Plan is approved by the City. E. City has purchased certain real property located adjacent to the Subject Property and described in Exhibit C of this First Amendment (the "City Property"). The City Property is burdened by a restrictive covenant agreement dated December 17, 2002, and identified as document number 2002-0701459 in the Official Records of San Bernardino County (the "Restrictive Covenant") in favor of certain real property currently owned by Property Owner Empire Lakes Holding Company, LLC and described in Exhibit D (the `Benefitted Property"). Among other things, the Restrictive Covenant prohibits the owner of the City Property (also referred to in the Restrictive Covenant as the "Fairway Land") from constructing any improvements on the City Property except in accordance with a conceptual land use plan approved by the owner of the Benefitted Property (also referred to in the Restrictive Covenant as the "GDP Land"). City desires that future development of the City Property is not impeded by the Restrictive Covenant and Property Owner is willing to terminate the Restrictive Covenant as provided herein . F. The Parties now intend to amend the Original Agreement as set forth herein. AGREEMENT NOW, THEREFORE, the Parties agree as follows: ARTICLE I DEFINITIONS 1.1. Definitions. Capitalized terms not otherwise defined in, or amended by, this First Amendment shall have the meaning ascribed to them in the Original Agreement. 2 11231-000112419679v4.doc Page 298 ARTICLE II AMENDMENTS 2.1. JUPF Construction Schedule. Section I LD of the Original Agreement is deleted in its entirety and replaced with the following : "D. Construction Schedule. City shall commence development of the JUPF within eighteen (18) months of Property Owners' irrevocable offer of dedication of the Parcel and full payment of the Outstanding Full Amount, provided the City has issued certificates of occupancy for at least 22,500 square feet of non-residential building space and 2,000 residential dwelling units within the Subject Property. City's delay or failure to commence construction as of that date shall neither delay nor hinder development of the Project." 2.2. Specific Plan Amendments. A. Interim Access Condition. City agrees to process an amendment to the Specific Plan in order to modify Section 7.0 of Appendix A to the Specific Plan to delete the Interim Access Condition requirement for construction of an interim access connection between 4th Street and the existing intersection of Anaheim Place and 7th Street prior to the issuance of the 400th certificate of occupancy in Phase 1 of the Project. If the City Council approves that Specific PIan amendment, then the Project Approvals, as defined in the Original Agreement, shall be deemed to incorporate that Specific Plan amendment as of said amendment's effective date and the term Project, as defined in the Original Agreement, shall then mean the development of the Subject Property in accordance with the Project Approvals as amended by that Specific Plan amendment. B. Street Framework. If the City Council approves a Specific Plan amendment, which will be processed separately from the Specific Plan amendment in Section 2.2 above, relating to the street network, alignments, and connections within Planning Area 1 that substantially complies with the Framework Plan attached as Exhibit B, then (i) the Project Approvals, as defined in the Original Agreement, shall be deemed to incorporate that Specific Plan amendment as of said amendment's effective date, (ii) the term Project, as defined in the Original Agreement, shall then mean the development of the Subject Property in accordance with the Project Approvals as amended by that Specific Plan amendment, and (iii) Sections 13.A, 13.0 and clause (iii) of Section 133 in the Original Agreement related to the Camp shall terminate and the Camp shall cease to be a part of the Project. The City Council may only approve that Specific Plan amendment and implement the Framework Plan after completing further environmental review under the California Environmental Quality Act (CEQA) and retains the discretion to decline to proceed with the Framework Plan entirely. 3 11231-000112419679v4.doc Page 299 2.3. Termination of Restrictive Covenant. If the.City Council approves the Specific Plan Amendment to delete the Interim Access Condition in accordance with Section 2.2 A (the "SPA Approval"), and concurrent with the recordation of this First Amendment, but no later than thirty (30 days after the SPA Approval, Property Owner shall execute and record, in the Official Records of San Bernardino County, a notice in the form of Exhibit E attached terminating the Restrictive Covenant. 2.4. Effect of Amendment. Except for the changes specifically set forth in this First Amendment, all other terms and conditions of the Original Agreement shall remain in full force and effect. (Signature Page Follows] 4 11231-000112419679v4.doe Page 300 The Parties hereto have executed this First Amendment on , 2020 in Rancho Cucamonga, California. CITY OF RANCHO CUCAMONGA, a SC RANCHO DEVELOPMENT CORP., a Municipal Corporation California corporation Dated: By: Name: Its: Authorized Agent Dennis L. Michael Mayor EMPIRE LAKES HOLDING COMPANY, ATTEST: LLC, a Delaware limited liability company By: North Mountain Corporation, a California corporation, its Manager Janice C. Reynolds City Clerk By: Name: Approved as to form: Its: Authorized Agent Dated: James L. Markman City Attorney 5 11231-400112419679v4,doc Page 301 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy,or validity of that document. State of California } County of San Bernardino ) On ,before me, , (insert name and title of the officer) Notary Public,personally appeared 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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) 6 11231-000112419679v4.doc Page 302 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy,or validity of that document. State of California } County of San Bernardino } On , before me, , (insert name and title of the officer) Notary Public, personally appeared , 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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) 7 11231-000112419679v4.doc Page 303 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy,or validity of that document. State of California ) County of San Bernardino ) On , before me, , (insert name and title of the officer) Notary Public,personally appeared , 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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) Page 304 EXHIBIT A LEGAL DESCRIPTION OF SUBJECT PROPERTY A. PROPERTY OF SC RANCHO DEVELOPMENT CORP. PARCEL B OF LOT LINE ADJUSTMENT NO. LLA2017-00002 RECORDED ON .TUNE 22, 2017 AS DOCUMENT NO. 2017-0256645 IN THE OFFICIAL RECORDS OF SAN BERNARDINO COUNTY, CALIFORNIA.MORE PARTICULARLY DESCRIBED AS FOLLOWS: THOSE PORTIONS OF PARCEL 1 AND PARCEL 12,IN THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO, STATE OF CALIFORNIA, BOTH OF PARCEL MAP NO. 14647, AS PER MAP FILED IN BOOK 177, PAGES 90 THROUGH 96 OF PARCEL MAPS, IN THE OFFICE OF THE COUNTY RECORDER OF SAID COUNTY;BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCING AT THE NORTHWEST CORNER OF SAID PARCEL 12, SAID POINT ALSO BEING ON THE SOUTHERLY RIGHT-OF-WAY OF SIXTH STREET,AS SHOWN ON SAID PARCEL MAP; THENCE ALONG SAID SOUTHERLY RIGHT-OF-WAY, SOUTH 89°31'48" EAST 609.96 FEET TO THE TRUE POINT OF BEGINNING, THENCE CONTINUING ALONG SAID :SOUTHERLY RIGHT-OF-WAY, SOUTH 89031'48" EAST 607.85 FEET TO THE NORTHEAST CORNER OF SAID PARCEL 1; THENCE LEAVING SAID SOUTHERLY RIGHT-OF-WAY SOUTH 0005'22" EAST 384.51 FEET AND ALONG THE EASTERLY LINE OF SAID PARCEL 1 THE FOLLOWING EIGHT(8)COURSES: SOUTH 5020'33" WEST 599.94 FEET TO THE BEGINNING OF A TANGENT CURVE, CONCAVE NORTHWESTERLY AND HAVING A RADIUS OF 250.00 FEET; SOUTHWESTERLY ALONG SAID CURVE, THROUGH A CENTRAL ANGLE OF 29°36'46", AN ARC LENGTH OF 129.21 FEET; SOUTH 34057'19" WEST 893.24 FEET TO THE BEGINNING OF A TANGENT CURVE, CONCAVE NORTHWESTERLY AND HAVING A RADIUS OF 180.00 FEET; SOUTHWESTERLY ALONG SAID CURVE, THROUGH A CENTRAL ANGLE OF 39°30'42", AN ARC LENGTH OF 124.13 FEET; SOUTH 74028'00" WEST 207.22 FEET TO THE BEGINNING OF A TANGENT CURVE, CONCAVE SOUTHEASTERLY AND HAVING A RADIUS OF 250.00 FEET; SOUTHWESTERLY ALONG SAID CURVE, THROUGH A CENTRAL ANGLE OF 32-44-26", AN ARC LENGTH OF 142.86 FEET; SOUTH 41°43'34"WEST 449.75 FEET; SOUTH 0037'21" WEST 154.21 FEET, TO A POINT ON THE NORTHERLY RIGHT-OF-WAY OF FOURTH STREET,AS SHOWN ON SAID PARCEL MAP; THENCE, ALONG SAID NORTHERLY RIGHT-OF-WAY, NORTH 89°22'39" WEST 40.84 FEET TO THE BEGINNING OF A TANGENT CURVE, CONCAVE NORTHERLY AND HAVING A RADIUS OF 339.00 FEET; A-2 Page 305 THENCE NORTHWESTERLY ALONG SAID CURVE, THROUGH A CENTRAL ANGLE OF 4-0I'lI", AN ARC LENGTH OF 23.78 FEET; THENCE,LEAVING SAID NORTHERLY RIGHT-OF-WAY NORTH 0°37'21"EAST 360.30 FEET; THENCE SOUTH 89053'31" WEST 372.27 FEET TO A POINT ON THE EASTERLY LINE OF THAT CERTAIN PARCEL OF LAND DESCRIBED IN RESOLUTION NO. 94-225 RECORDED FEBRUARY 28, I995 AS INSTRUMENT NO. 1995-0060621 OFFICIAL RECORDS; THENCE ALONG SAID EASTERLY LINE NORTH 0006'32"WEST 738.67 FEET; THENCE LEAVING SAID EASTERLY LINE NORTH 89045'13"EAST 342.95 FEET; THENCE SOUTH 49010'44"EAST 275.70 FEET; THENCE NORTH 40"49'16"EAST 694.51 FEET TO THE BEGINNING OF A TANGENT CURVE,CONCAVE NORTHWESTERLY AND HAVING A RADIUS OF 600.00 FEET; THENCE NORTHERLY ALONG SAID CURVE, THROUGH A CENTRAL ANGLE OF 40°21'04", AN ARC LENGTH OF 422.55 FEET; THENCE NORTH 0028'12"EAST 695.14 FEET TO THE TRUE POINT OF BEGINNING. A-3 Page 306 B. PROPERTY OF EMPIRE LAKES HOLDING COMPANY PARCEL A: PARCEL 13 OF PARCEL MAP NO. 14647, IN THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO, STATE OF CALIFORNIA,AS PER MAP RECORDED IN BOOK 177,PAGES 90 THROUGH 96, INCLUSIVE OF MAPS, IN THE OFFICE OF THE COUNTY RECORDER OF SAID COUNTY, AND AS AMENDED BY CERTIFICATE OF CORRECTION RECORDED OCTOBER 25, 1995 AS INSTRUMENT NO. 95-369354 OF OFFICIAL RECORDS. PARCEL B: PARCEL A OF LOT LINE ADJUSTMENT NO. LLA2017-00002 RECORDED ON JUNE 22, 2017 AS DOCUMENT NO. 20I7-0256645 IN THE OFFICIAL RECORDS OF SAN BERNARDINO COUNTY, CALIFORNIA,MORE PARTICULARLY DESCRIBED AS FOLLOWS: THOSE PORTIONS OF PARCEL 1 AND PARCEL 12, BOTH OF PARCEL MAP NO. 14647, AS PER MAP FILED IN BOOK 177, PAGES 90 THROUGH 96 OF PARCEL MAPS, AND ALL OF PARCEL 'B" OF CERTIFICATE OF COMPLIANCE FOR LOT LINE ADJUSTMENT NO. 400, RECORDED SEPTEMBER 18, 1997, AS INSTRUMENT NO. 97-0344260, ALL IN THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO, STATE OF CALIFORNIA, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEGINNING AT THE NORTHWESTERLY CORNER OF SAID PARCEL "B", SAID POINT ALSO BEING THE BEGINNING OF A CURVE, CONCAVE SOUTHEASTERLY AND HAVING A RADIUS OF 24.00 FEET, A RADIAL BEARING TO SAID POINT BEARS SOUTH 89°53'28"WEST; THENCE NORTHEASTERLY ALONG SAID CURVE, THROUGH A CENTRAL ANGLE OF 90°34'44", AN ARC LENGTH OF 37.94 FEET TO A POINT ON THE NORTHERLY LINE OF SAID PARCEL "B", SAID POINT ALSO BEING ON THE SOUTHERLY RIGHT-OF-WAY OF SIXTH STREET, AS SHOWN ON SAID MAP; THENCE ALONG SAID SOUTHERLY RIGHT-OF-WAY, SOUTH 89-31-48" EAST 303.28 FEET TO THE BEGINNING OF A TANGENT CURVE, CONCAVE SOUTHERLY AND HAVING A RADIUS OF 406.25 FEET; THENCE EASTERLY ALONG SAID CURVE, THROUGH A CENTRAL ANGLE OF 6-21-35", AN ARC LENGTH OF 45.09 FEET TO THE BEGINNING OF A REVERSE CURVE, CONCAVE NORTHERLY AND HAVING A RADIUS OF 406.25 FEET, A RADIAL BEARING TO SAID POINT BEARS NORTH 6-49,47" EAST; THENCE EASTERLY ALONG SAID CURVE, THROUGH A CENTRAL ANGLE OF 6-21'35", AN ARC LENGTH OF 4.5.09 FEET; THENCE, CONTINUING ALONG SAID SOUTHERLY RIGHT-OF-WAY, SOUTH 89-31-48" EAST 132.55 FEET TO THE NORTHEASTERLY CORNER OF SAID PARCEL"B'; THENCE NORTH 0006'32"WEST 5.00 FEET TO THE NORTHWEST CORNER OF SAID PARCEL 12; THENCE, CONTINUING ALONG SAID SOUTHERLY RIGHT-OF-WAY, SOUTH 89°31'48" EAST 609.96 FEET; THENCE LEAVING SAID SOUTHERLY RIGHT-OF-WAY, SOUTH 00°28'12" WEST 695.14 FEET TO THE BEGINNING OF A TANGENT CURVE, CONCAVE NORTHWESTERLY AND HAVING A RADIUS OF 600.00 FEET; A-4 Page 307 THENCE SOUTHWESTERLY ALONG SAID CURVE, THROUGH A CENTRAL ANGLE OF 40°21'04", AN ARC LENGTH OF 422.55 FEET; THENCE SOUTH 40"49'16"WEST 694.5I FEET; THENCE NORTH 49°10'44"WEST 275.70 FEET; THENCE SOUTH 89°45'13" WEST 342.95 FEET TO A POINT ON THE EASTERLY LINE OF THAT CERTAIN PARCEL OF LAND DESCRIBED INRESOLUTION NO. 94-225 RECORDED FEBRUARY 28, 1995 AS INSTRUMENT NO. 1995-0060621 OFFICIAL RECORDS; THENCE NORTH 0006'32" WEST, ALONG SAID EASTERLY LINE, 1414.52 FEET, TO THE POINT OF BEGINNING. PARCEL C: PARCEL C OF LOT LINE ADJUSTMENT NO. LLA2017-00002 RECORDED ON RUNE 22, 2017 AS DOCUMENT NO. 2017-0256645 IN THE OFFICIAL RECORDS OF SAN BERNARDINO COUNTY, CALIFORNIA,MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEING A PORTION OF PARCEL 1 OF PARCEL MAP NO. 14647, IN THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO, STATE OF CALIFORNIA, AS PER MAP FILED IN BOOK 177, PAGES 90 THROUGH 96 OF PARCEL MAPS, IN THE OFFICE OF THE COUNTY RECORDER OF SAID COUNTY;BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEGINNING AT THE SOUTHWEST CORNER OF PARCEL 1, SAID POINT BEING ON THE EASTERLY LINE OF THAT CERTAIN PARCEL OF LAND DESCRIBED IN RESOLUTION NO. 94-225 RECORDED FEBRUARY 28, 1995 AS INSTRUMENT NO. 1995-0060621 OFFICIAL RECORDS; THENCE ALONG THE WEST LINE OF SAID PARCEL 1,NORTH 0006'32"WEST 328.42 FEET; THENCE,LEAVING SAID WEST LINE,NORTH 89°53'31"EAST 372.27 FEET; THENCE SOUTH 0037'21" WEST 360.30 FEET TO THE BEGINNING OF A NON-TANGENT CURVE, CONCAVE NORTHERLY AND HAVING A RADIUS OF 339.00 FEET, A. RADIAL BEARING TO SAID POINT BEARS SOUTH 4038'32" WEST, SAID BEGINNING ALSO BEING A POINT ON THE NORTHERLY RIGHT-OF-WAY OF FOURTH STREET, AS SHOWN ON SAID PARCEL MAP; THENCE WESTERLY ALONG SAID CURVE,THROUGH A CENTRAL ANGLE OF 3.36-31",AN ARC LENGTH OF 21.35 FEET TO THE BEGINNING OF A REVERSE CURVE,CONCAVE SOUTHERLY AND HAVING A RADIUS OF 339.00 FEET,A RADIAL BEARING TO SAID POINT BEARS NORTH 8'15'02"EAST; THENCE WESTERLY ALONG SAID CURVE, THROUGH A CENTRAL ANGLE OF 7°37'4I", AN ARC LENGTH OF 45.13 FEET; THENCE NORTH 89022'39"WEST 281.79 FEET; THENCE, LEAVING SAID NORTHERLY RIGHT-OF-WAY, NORTH 41°41'31" WEST 29.75 FEET TO THE POINT OF BEGINNING; SAID LAND IS ALSO SHOWN AS PARCEL C, PURSUANT TO LOT LINE ADJUSTMENT NO. LLA2017- 00002 RECORDED ON JUNE 22,2017 AS DOCUMENT NO.2017-0256645 IN THE OFFICIAL RECORDS OF SAN BERNARDINO COUNTY,CALIFORNIA. A-5 Page 308 M x 00 Framework Plan Metralink Station .9 .A ' 2.9 Af - 3.1 A{ Street Types Overlaid on TGP+STP Plan I-Al Vine A rsAC A;. e Vine B and 7th Street Neighborhood Street Cycle Track Street N11 N-f0 I1 „0.9 dC E9At� Sloping Cycle Track Street 7 h Street _— • Pedestrian lane �u Street with MWD Easement Greenway NE9 Frontage Road 6tF St re e Page 309 EXHIBIT C LEGAL DESCRIPTION OF CITY PROPERTY All that certain real property located in the City of Rancho Cucamonga,County of San Bernardino,State of California more fully described.as follows: PARCEL 14 OF PARCEL MAP NO.14647 IN THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDI[NO,STATE OF CALIFORNIA,AS PER PLAT RECORDED IN BOOK 177 OF THE PARCEL MAPS,PAGES 90&96,INCLUSIVE,OF THE RECORDS OF SAID COUNTY;AND AS AMENDED BY CERTIFICATE OF CORRECTION RECORDED OCTOBER 25,1995,INSTRUMENT NO.95-369354, OFFICIAL RECORDS. Page 310 EXHIBIT D LEGAL DESCRIPTION OF BENEFITTED PROPERTY All that certain real property located in the City of Rancho Cucamonga,County of San Bernardino, State of California as more fully described as follows: PARCEL 13 OF PARCEL MAP NO. 14647,IN THE CITY OF RANCHO CUCAMONGA,COUNTY OF SAN BERNARDINO, STATE OF CALIFORNIA,AS PER MAP RECORDED IN BOOK 177,PAGES 90 THROUGH 96,INCLUSIVE OF MAPS,IN THE OFFICE OF THE COUNTY RECORDER OF SAID COUNTY,AND AS AMENDED BY CERTIFICATE OF CORRECTION RECORDED OCTOBER 25, 1995 AS INSTRUMENT NO, 95-369354 OF OFFICIAL RECORDS 1 Page 311 EXHIBIT E NOTICE OF TERMINATION OF RESTRICTIVE COVENANT Recording Requested By and When Recorded Mail to: City of Rancho Cucamonga P. O. Box 807 Rancho Cucamonga, CA 91729 Attn: City Clerk SPACE ABOVE THIS LINE FOR RECORDER'S USE TERMINATION OF RESTRICTIVE COVENANT AGREEMENT This TERMINATION OF RESTRICTIVE COVENANT AGREEMENT ("Termination') is dated as of , 2020 for reference purposes only, and is entered into by and between EMPIRE LAKES HOLDING COMPANY, LLC, a Delaware limited liability company ("ELH") and the CITY OF RANCHO CUCAMONGA, a California municipal corporation ("City")with reference to the following facts: RECITALS A. ELH is the owner of that certain real property located in the City of Rancho Cucamonga, California described on ExhibitA attached hereto (the "ELH Property"). B. City is the owner of that certain real property located in the City of Rancho Cucamonga, California described on Exhibit B attached hereto (the"City Property"). C. The City Property is burdened by that certain Restrictive Covenant Agreement dated December 17, 2002, and identified as document number 2002-0701459 in the Official Records of San Bernardino County (the"Restrictive Covenant") in favor of the ELH Property. B. ELH and City have agreed, in accordance with the terms of that certain First Amendment to Development Agreement No. DRC 2015-00.118 between ELH and the City dated 2020 ("First Amendment"), to terminate the Restrictive Covenant. NOW THEREFORE, ELH and City agree as follows: 1. Termination/Release.ELH and City hereby terminate, release, and eliminate in whole the Restrictive Covenant from the City Property. From and after the date hereof, ELH and the ELH Property shall cease to have any right, title or interest in the City Property under the Restrictive Covenant and neither ELH nor City shall have any rights, obligations or Liability under the Restrictive Covenant. 2 Page 312 2. Successors/Assigns. This Termination shall be binding on the successors, assigns and successors-in-interest of ELH and the City to the ELH Property and the City Property, respectively. 3. Counterparts. This Termination may be executed by each party on a separate signature page, and when the executed signature pages are combined, shall constitute one single document. (All signatures are on the next page) 3 Page 313 IN WITNESS WHEREOF, ELH and the City have executed this Termination as of the date first written above. ELH EMPIRE LAKES HOLDING COMPANY,LLC, a Delaware limited liability company By: North Mountain Corporation, a California corporation, its Manager By: Name: Its: Authorized Agent Dated: CITY CITY OF RANCHO CUCAMONGA, a Municipal Corporation Dennis L.Michael Mayor Dated: ATTEST: Janice C. Reynolds City Clerk Approved as to form: James L. Markman City Attorney 4 Page 314 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 ) ) SS. COUNTY OF ) On 20 before me, , personally appeared 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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) Page 315 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 ) ) SS. COUNTY OF ) On 20 before me, , personally appeared 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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) Page 316 EXHIBIT A LEGAL DESCRIPTION OF ELH PROPERTY THE LAND REFERRED TO HEREIN BELOW IS SITUATED IN THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO, STATE OF CALIFORNIA, AND IS DESCRIBED AS FOLLOWS: PARCEL 13 OF PARCEL MAP NO. 14647, IN THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO; STATE OF CALIFORNIA, AS PER MAP RECORDED IN BOOK 177, PAGES 90 THROUGH 96, INCLUSIVE OF MAPS, IN THE OFFICE OF THE COUNTY RECORDER OF SAID COUNTY, AND AS AMENDED BY CERTIFICATE OF CORRECTION RECORDED OCTOBER 25, 1995 AS INSTRUMENT NO. 95-369354 OF OFFICIAL RECORDS. Page 317 EXHIBIT B LEGAL DESCRIPTION OF CITY PROPERTY THE LAND REFERRED TO HEREIN BELOW IS SITUATED IN THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO, STATE OF CALIFORNIA, AND IS DESCRIBED AS FOLLOWS: PARCEL 14 OF PARCEL MAP NO. 14647, IN THE CITY OF RANCHO CUCAMONGA, COUNTY OF SAN BERNARDINO, STATE OF CALIFORNIA, AS PER MAP RECORDED IN BOOK 177, PAGES 90 THROUGH 96, INCLUSIVE OF MAPS, IN THE OFFICE OF THE COUNTY RECORDER OF SAID COUNTY, AND AS AMENDED BY CERTIFICATE OF CORRECTION RECORDED OCTOBER 25, 1995 AS INSTRUMENT NO. 95-369354 OF OFFICIAL RECORDS. Page 318 ORDINANCE NO. 975 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF RANCHO CUCAMONGA, CALIFORNIA, RECOMMENDING APPROVING SPECIFIC PLAN AMENDMENT DRC2020-00254, TO AMEND THE EMPIRE LAKES SPECIFIC PLAN, A SPECIFIC PLAN THAT APPLIES TO PROPERTIES LOCATED NORTH OF 4TH STREET, SOUTH OF THE BNSF/METROLINK RAIL LINE, WEST OF MILLIKEN AVENUE, AND EAST OF UTICA/CLEVELAND AVENUES, TO DELETE TEXT WITHIN THE SPECIFIC PLAN DOCUMENT RELATING TO STREET INFRASTRUCTURE AND PRIVATE OPEN SPACE AREAS. A. Recitals. 1. The City of Rancho Cucamonga initiated an application for Specific Plan Amendment DRC2020-00254 as described in the title of this ORDINANCE. Hereinafter in this Ordinance, the subject Specific Plan Amendment is referred to as "the Application." 2. On August 12, 2020, the Planning Commission conducted a duly noticed public hearing on the Application and adopted Resolution No. 20-40 recommending approval of the Application. 3. On September 16, 2020, the City Council conducted a duly noticed public hearing on the Application and concluded said hearing on that date. 4. All legal prerequisites prior to the adoption of this Ordinance have occurred. B. Ordinance. NOW, THEREFORE, the City Council of the City of Rancho Cucamonga does ordain as follows: SECTION 1. The City Council hereby specifically finds that all of the facts set forth in the Recitals, Part A, of this Ordinance are true and correct. SECTION 2. Based upon the substantial evidence presented to the City Council during the above-referenced public hearing on July 18, 2018, including written and oral staff reports, together with public testimony, this City Council hereby specifically finds as follows: a. The Application was originally reviewed by the Planning Commission during a public hearing on August 12, 2020. The Planning Commission made a recommendation of approval to the City Council by adopting Resolution No. 20-40. b. The application applies to a property that is currently in various phases of development and construction by the master developer (SC Rancho Development Corp. and Empire Lakes Holding Company, LLC) and their merchant builders; Page 319 C. Development of the subject property is governed by the Empire Lakes Specific Plan, the City's Development Code, and the City's General Plan; d. The Specific Plan, as it was amended in 2016, consists of several "Planning Areas". The subject properties are within "Planning Area 1" of the Specific Plan; e. The subject properties are within a project site of 160-acres located in the Specific Plan. The Specific Plan has an overall area of 347-acres and is generally bound by 4th Street to the south, Milliken Avenue to the east, Cleveland Avenue and Utica Avenue to the west, and 8th Street and the BNSF/Metrolink rail line to the north. The subject property is generally located at the center of the Specific Plan. Both the Specific Plan and the project site are bisected into south and north halves by 6th Street; f. The City Council approved General Plan Amendment DRC2015- 00114 on May 18, 2016, and Specific Plan Amendment DRC2015-00040 and Development Code Amendment DRC2015-00115 on June 1, 2016. These amendments enabled the property owner (master developer) SC Rancho Development Corp. and Empire Lakes Holding Company, LLC, and subsequent merchant builders to develop a new mixed use and transit-oriented project ("Empire Lakes/The Resort"; hereafter referred to as "the Project"); g. Concurrent with this application is an application for Development Agreement Amendment DRC2020-00124. The purpose of that application is to amend several terms that are in the original Development Agreement (DRC2015-00118) that the City Council adopted on September 5, 2018 (hereafter referred to as "the Agreement"). The Agreement became effective on October 8, 2018 and it was recorded with the County of San Bernardino on November 26, 2018; h. The proposed amendment to the Specific Plan is in response to the above-noted proposed amendment to the Agreement (specifically, Amendment #2). The amendment to the Specific Plan deletes text describing the details of the required temporary connection between 6th and 7th Streets as shown in Attachment A. i. This will provide the City the flexibility to implement the conceptual street framework that has been developed by the City. It also removes any impediment to the completion of the area of the Project located south of 6th Street, by the master developer and their merchant builders, while the City incorporates the street framework via the City's separate amendment to the Specific Plan (DRC2020-00164). The location of the text that will be deleted is Appendix A, Section 7.0, on pages A-32 and -36. SECTION 3. Based upon the substantial evidence presented to the City Council during the above-referenced public hearing and upon the specific findings of facts set forth in Paragraphs 1 and 2 above, this City Council hereby finds and concludes as follows: a. The Application is consistent with the objectives, policies, and general land uses specified in the General Plan and any applicable Specific Plans. The proposed Specific Plan Amendment enables the construction of the overall project within the project site consistent with the amendments to the General Plan, Empire Lakes Specific Plan, and Development Code (General Plan Amendment DRC2015-00114, Specific Plan Amendment DRC2015-00040, and Development Code Amendment DRC2015-00115, Page 320 respectively) and approved by the City Council in 2016. b. The Application is compatible and in conformity with public convenience, general welfare, and good land use and zoning practice. The proposed Specific Plan Amendment will increase certainty and provide assurances for subsequent development projects within the overall project and enable the City to plan for and finance public facilities. C. The Application will not be detrimental to the health, safety, and general welfare of the City. The proposed Specific Plan Amendment does not substantially change the overall project, does not introduce new or more severe environmental impacts that were not already analyzed in the Environmental Impact Report (EIR) (SCH No. 20150410083) that was certified by the City on May 18, 2016 in connection with the City's approval of General Plan Amendment DRC2015-00114, Specific Plan Amendment DRC2015-00040, and Development Code Amendment DRC2015-00115. d. The Application will not adversely affect the orderly development of property or the preservation of property values. The proposed Specific Plan Amendment will prevent the inefficient use of resources, reduce the public cost of development, and encourage comprehensive planning. SECTION 4. Based upon the facts and information contained in the Application, together with all written and oral reports included for the environmental assessment for the Application, the City Council finds that no subsequent or supplemental environmental document is required pursuant to the California Environmental Quality Act (CEQA) in connection with the review and approval of this Application based upon the following findings and determinations: a. Pursuant to the California Environmental Quality Act (CEQA), the City certified an Environmental Impact Report (EIR) (SCH No. 20150410083) on May 18, 2016 in connection with the City's approval of General Plan Amendment DRC2015-00114, Specific Plan Amendment DRC2015-00040, and Development Code Amendment DRC2015-00115. Pursuant to CECA Guidelines Section 15162, no subsequent or supplemental EIR or Negative Declaration is required in connection with subsequent discretionary approvals of the same project as there have been a) no substantial changes proposed to the project that indicate new or more severe impacts on the environment; b) no substantial changes have occurred in the circumstances under which the project was previously reviewed that indicates new or more severe environmental impacts; c) no new important information shows the project will have new or more severe impacts than previously considered; and(d)no additional mitigation measures are now feasible to reduce impacts or different mitigation measures can be imposed to substantially reduce impacts. b. The City Council finds, in connection with the proposed Specific Plan Amendment, that substantial changes to the project or the circumstances surrounding the overall project have not occurred which would create new or more severe impacts than those evaluated in the previously certified EIR. The purpose of the Specific Plan amendment is to delete text describing the details of the required temporary connection between 6th and 7th Streets that is no longer required. C. The City Council further finds that the overall project will not have one or more significant effects not discussed in the previously certified EIR, not have more Page 321 severe effects than previously analyzed, and that additional or different mitigation measures are not required to reduce the impacts of the project to a level of less than significant. The purpose of the Specific Plan amendment is to delete text describing the details of the required temporary connection between 6t" and 7t" Streets that is no longer required; d. The City Council further finds that no additional environmental review is required pursuant to CEQA in connection with the City's consideration of the proposed Development Agreement. SECTION 5. On the basis of the foregoing, and the totality of the administrative record before it, the City Council hereby approves Specific Plan Amendment DRC2020- 00254 as shown in Attachment A. SECTION 6. If any section, subsection, subdivision, paragraph, sentence, clause or phrase in this Ordinance or any part thereof is for any reason held to be unconstitutional, invalid, or ineffective by any court of competent jurisdiction, such decision shall not affect the validity or effectiveness of the remaining portions of this Ordinance or any part thereof. The City Council hereby declares that it would have passed each section, subsection, subdivision, paragraph, sentence, clause or phrase thereof irrespective of the fact that any one or more sections, subsections, subdivisions, paragraphs, sentences, clauses or phrases be declared unconstitutional, invalid, or ineffective. SECTION 7. The City Clerk shall certify to the adoption of this Ordinance and shall cause the same to be published in the manner prescribed by law. PASSED, APPROVED, AND ADOPTED this 7th day of October 2020. L. Dennis Michael, Mayor I, JANICE REYNOLDS, City Clerk of the City of Rancho Cucamonga, do hereby certify that the foregoing Ordinance was introduced at a regular meeting of the City Council of the City of Rancho Cucamonga held on the 7th day of October 2020, and was finally passed at a regular meeting of the City Council of the City of Rancho Cucamonga held on the 7th day of October 2020, by the following vote: AYES: COUNCILMEMBERS: NOES: COUNCILMEMBERS: ABSTAIN: COUNCILMEMBERS: ABSENT: COUNCILMEMBERS: Page 322 70 St�reeC Improvement Development of PAI will include street improvements to 4th Street and 6th Street, as well as the construction of the Vine and other Secondary roads. The street improvements will be constructed in three j3) phases. Phase 1 will include the following: • Reconstruction of 4th Street median to provide for left turn movements into the Vine and the construction of the new intersection at the Vine; • Construction of the Vine, full width, between 4th Street and 6th Street;and • Reconstruction of 6th Street median to allow for left turn movements into the Vine and the construction of the new intersection at the Vine Phase 2 will include the following- • Full width construction of the Vine between 6th Street and 7th Street East, and • Construction of 7th Street East and West, including the reconstruction of existing knuckle designs at 7th Street and Cleveland Avenue and 7th Street and Anaheim Place. It should be noted that additional right-of-way will be required from APN 0209-272-17 to extend 7th Street from Anaheim Place to the project boundary. Phase 3 will include the following: • Extension of the Vine northerly from 7th Street East to Planning Area N-3; and • The Secondary road along the frontage of Planning Area N-3 All Phases of the project should have connectivity to the Metrolink station in S-PECIFIC PLAN AMENDMENT order to fulfill the intent of the project. To ensure access to the station from i)RC2020-00254 Phase 1 (while either Phases 2 and 3 are being graded and/or under construction, or are dormant due to market conditions] the construction,of on access connection between 4th Street and the existing intersection of Anaheim TEXT TO BE DELETED----O-- Place and 7th Street near the Metrolink station, shall be completed prior to the 400th certificate of occupancy in Phase 1 to the satisfaction of the City This requirement may be satisfied north of 6th street with a temporary rood condition with the following minimum features 26-foot wide roadway with 3-inch AC over compacted native soil, asphalt curb and gutter, a 6.5-foot wide asphalt sidewalk on one side, temporary street lights (i e. non City or -32 Em ire Lakes p ATTACHMENa eA3 stondardj, and no landscaping in the alignment, all generally depicted on the Figure A-22: Conceptual Phase 2 Street Improvement Facilities Plan "Interim Access Connection." The access connection shall have chain link fencing on both sides to protect against trespassing and vandalism on the adjacent property. The City shall accept a temporary easement and be responsible for liability The Applicant shall SPECIFIC PLAN AMENDMENT be responsible for the ongoing operation and maintenance of the pavement and DRC2020-00254 street lights. The City, to the extent allowed by law, shall restrict vehicles over 3-tons along the temporary access. TEXT TO BE DELETED----* It is acknowledged by the City that the access connection may not be available during periods of construction of the permanent segments of the Vine and 7th Street, grading operations, and maintenance and repoir of the access connector. Applicant and City will coordinate traffic control functions to insure delays are minimized No additional alternative access facility will be required of Applicant during these down times. Traffic Control signs will direct traffic via detours to the next shortest available route off-site between Phase I (South of 6thj and the Rancho Cucamonga Metrolink Station 8.0 Dry UbItles PAI is within the service areas of the following utility purveyors: Electricity: Rancho Cucamonga Municipal Utility(RCMU)will be the primary electric service provider. Natural Gas: Southern California Gas Company Telephone Verizon Cable Television: Charter Communications Southern California Edison, Southern California Gas, Verizon, and Charter Communications have indicated that they have sufficient backbone facilities in place to provide for the phosed and ultimate utility service demands of the project Minor to moderate main line facility extensions will be required by the utility purveyors to ensure adequate service. Charter Communications has a duct bank system along the south side of East 6th Street that has capacity to serve the development. In addition, high-speed internet services may be available from RCMU. Empire Lakes Page 324