HomeMy WebLinkAbout07-03-2024 Agenda Packet Page 1
CITY OF SAN BERNARDINO
AGENDA
FOR THE
REGULAR MEETING OF THE MAYOR AND CITY COUNCIL OF THE CITY OF SAN BERNARDINO,
MAYOR AND CITY COUNCIL OF THE CITY OF SAN BERNARDINO ACTING AS THE SUCCESSOR
AGENCY TO THE REDEVELOPMENT AGENCY, MAYOR AND CITY COUNCIL OF THE CITY OF SAN
BERNARDINO ACTING AS THE SUCCESSOR HOUSING AGENCY TO THE REDEVELOPMENT
AGENCY, AND MAYOR AND CITY COUNCIL OF THE CITY OF SAN BERNARDINO ACTING AS THE
HOUSING AUTHORITY, AND MAYOR AND CITY COUNCIL OF THE CITY OF SAN BERNARDINO
ACTING AS THE SAN BERNARDINO JOINT POWERS FINANCING AUTHORITY
WEDNESDAY, JULY 03, 2024
3:00 PM CLOSED SESSION 5:00 PM OPEN SESSION
FELDHEYM CENTRAL LIBRARY 555 West 6th Street • SAN BERNARDINO, CA 92410 • WWW.SBCITY.ORG
Theodore Sanchez Helen Tran
Damon L. Alexander
COUNCIL MEMBER, WARD 1 COUNCIL MEMBER, WARD 7
MAYOR
Sandra Ibarra Rochelle Clayton
COUNCIL MEMBER, WARD 2 ACTING CITY MANAGER
Juan Figueroa Sonia Carvalho
COUNCIL MEMBER, WARD 3 CITY ATTORNEY
Fred Shorett Genoveva Rocha
MAYOR PRO TEM, WARD 4 CITY CLERK
Ben Reynoso
COUNCIL MEMBER, WARD 5
Kimberly Calvin
COUNCIL MEMBER, WARD 6
Welcome to a meeting of the Mayor and City Council of the City of San Bernardino
PLEASE VIEW THE LAST PAGES OF THE AGENDA FOR PUBLIC
COMMENT OPTIONS, OR CLICK ON THE FOLLOWING
LINK: TINYURL.COM/MCCPUBLICCOMMENTS
PLEASE CONTACT THE CITY CLERK'S OFFICE (909) 3845002 TWO
WORKING DAYS PRIOR TO THE MEETING FOR ANY REQUESTS FOR
REASONABLE ACCOMMODATIONS
To view PowerPoint presentations, written comments, or any revised
documents for this meeting date, use this link: tinyurl.com/agendabackup.
Select the corresponding year and meeting date folders to view documents.
Regular Meeting Agenda July 3, 2024
Mayor and City Council of the City of San Bernardino Page. 2
CALL TO ORDER
Attendee Name
Council Member, Ward 1 Theodore Sanchez
Council Member, Ward 2 Sandra Ibarra
Council Member, Ward 3 Juan Figueroa
Mayor Pro Tem, Ward 4 Fred Shorett
Council Member, Ward 5 Ben Reynoso
Council Member, Ward 6 Kimberly Calvin
Council Member, Ward 7 Damon L Alexander
Mayor Helen Tran
Acting City Manager Rochelle Clayton
City Attorney Sonia Carvalho
City Clerk Genoveva Rocha
3:00 P.M.
CLOSED SESSION PUBLIC COMMENT
CLOSED SESSION p. 11
Recommendation:
(A) CONFERENCE WITH LEGAL COUNSEL EXISTING LITIGATION (Pursuant to
Government Code Section 54956.9(a) and (d)(1):
i. Juanita Martinez v. The Home Depot, et al., San Bernardino Superior
Court, Case No. CIVDS1936862
ii. Gary Saenz, et al. v. City of San Bernardino, et al., San Bernardino
Superior Court, Case No. CIVDS2003802
iii. Tyson et al. v. City of San Bernardino, et al., United States District Court,
Central District Case No. 5:23cv01539 TJH (KKx)
iv. Sharon Bailey v. City of San Bernardino, et al., San Bernardino Superior
Court, Case No. CIVSB2216529
v. Steve Carrigan v. City of San Bernardino and Kimberly Calvin, Superior
Court of the County of San Bernardino Case No. CIV SB 2419810
(B) CONFERENCE WITH LEGAL COUNSEL – ANTICIPATED LITIGATION Significant
exposure to litigation (Pursuant to Government Code Section 54956.9(d)(2)):
i. Notice of Claim, Asa Carraway, dated January 12, 2024, Claim No.
GHC0066973
(C) CONFERENCE WITH REAL PROPERTY NEGOTIATORS
i. Property: 300 North E Street (Parcel Map 688, Parcel
12 Book 25 Page 47 Parcel Map 688 Parcel No. 12 formally known as
City PTN Blk 12 and PTN 3rd St VAC)
City Negotiator: City Manager or Designee
Negotiating Parties: El Corte Ingles
Under Negotiations: Price and Terms of Exclusive Negotiating
Agreement
ii. Property: Lutheran Social Services Site, 1354 N. G
Street, San Bernardino, CA 92405 (APN 014519307, 08, 10, and 22)
City Negotiator: City Manager or Designee
Negotiating Parties: Lutheran Social Services
Under Negotiations: Price and Terms of Easement
Regular Meeting Agenda July 3, 2024
Mayor and City Council of the City of San Bernardino Page. 3
5:00 P.M.
INVOCATION AND PLEDGE OF ALLEGIANCE
CLOSED SESSION REPORT
PUBLIC COMMENTS FOR ITEMS LISTED AND NOT LISTED ON THE AGENDA
CITY MANAGER UPDATE
PRESENTATIONS
1. Proclamation for Parks and Recreation Month in the City of San Bernardino – July
2024 (All Wards) p. 13
APPOINTMENTS
2. Parks, Recreation and Community Services Commission Appointment of Travon
Martin (Mayor’s Appointment) (All Wards) p. 16
PUBLIC HEARING
3. Appeal 2402 of Appeal 2401 for Development Permit TypeD 2118, 19, 20, and 21
(Ward 3) p. 25
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California
take the following action: adopt Resolution No. 2024145 denying Appeal 2402, thereby
upholding the Planning Commission’s denial of Appeal 2401 for Development Permit
TypeD 2118, 19, 20, and 21, which upholds the Development and Environmental Review
Committee’s (DERC) adoption of the Mitigated Negative Declaration in conjunction with the
approval of Development Permit TypeD 2118, 19, 20, and 21, allowing the development
and establishment of five (5) service commercial buildings totaling approximately 67,451
square feet on several APNs for a combined 5.81 acres within the Commercial Regional
(CR3) zone.
CONSENT CALENDAR
4. Approval of Various Mayor and City Council Meeting Minutes p. 429
Recommendation:
It is recommended that the City Council approve the minutes for the following meeting
dates:
1. May 18, 2022, Regular Meeting of the Mayor and City Council
2. May 15, 2024, Regular Meeting of the Mayor and City Council
5. Imposing Liens on Certain Real Property to Recover Costs for Code Enforcement
Abatements (All Wards) p. 464
Recommendation:
Adopt Resolution No. 2024144 of the Mayor and City Council of the City of San Bernardino,
California, imposing liens on certain real property located within the City San Bernardino for
the cost recovery of public nuisance abatements.
Regular Meeting Agenda July 3, 2024
Mayor and City Council of the City of San Bernardino Page. 4
6. Investment Portfolio Report for April 2024 (All Wards) p. 503
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California,
accept and file the Monthly Investment Portfolio Report for April 2024.
7. Approval of Commercial and Payroll Disbursements (All Wards) p. 535
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California
approve the commercial and payroll disbursements for May 2024.
8. Professional Services Agreements for Workers' Compensation Legal Services (All
Wards) p. 649
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California,
authorize the City Manager or designee to execute professional services agreements with
the Hanna, Brophy, MacLean, McAleer & Jensen, Black & Rose and Goldman, Magdalin &
Straatsma for Workers' Compensation Legal Services.
9. Agreement with Selman Chevrolet and West Coast Lights and Sirens for vehicle
purchase and build out (All Wards) p. 722
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California, authorize the following:
1. The City Manager or designee, to execute a Goods Purchasing Agreement with
Selman Chevrolet.
2. The Director of Finance and Management Services issue a purchase order to Selman
Chevrolet in an amount not to exceed $115,770.38.
3. The Director of Finance and Management Services issue a purchase order to West
Coast Lights and Sirens Inc., in an amount not to exceed $20,976.98.
10. Resolution List of Projects under SB1 2024/2025 Road Maintenance Program; and
Authorizing the Director of Finance to Amend the FY 2024/25 Capital Improvement
Plan, Recording Supplemental Appropriations (All Wards) p. 742
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California,
1. Adopt Resolution No. 2024146 approving the Road Maintenance and
Rehabilitation proposed project list for submittal to the California
Transportation Commission and adopting a list of projects for Fiscal
Year 2024/25 to be funded by Senate Bill 1: Road Repair and
Accountability Act of 2017; and
2. Adopt Resolution No. 2024147 authorizing the Director of Finance and
Management Services to amend the FY 2024/25 Capital Improvement
Plan, recording supplemental appropriations:
a. In the amount of $5,787,126.00 in SB1 Fund and $1,355,877.50 in
Gas Tax Fund, for a total additional appropriation of $7,143,003.50 for
Street Rehabilitation Phase 1 14 Locations Project (Project No.
13630).
Regular Meeting Agenda July 3, 2024
Mayor and City Council of the City of San Bernardino Page. 5
11. Award of Agreement for Construction of the Cross Street Bridge Replacement and
Fairfax Elementary School Playground Restoration (Ward 2) p. 755
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California
adopt Resolution 2024148:
1. Approving the award of an Agreement with Jilk Heavy Construction, Inc. in the
amount of $2,945,503.50 for Cross Street Bridge Replacement and Fairfax
Elementary School Playground Restoration (Project); and
2. Authorizing the construction contingencies, construction management, and
administrative costs in the total amount of $467,440.78 for construction of the
Project; and
3. Authorizing the Director of Finance and Management Services to amend the FY
2023/24 CIP budget with an additional $2,700,000 from the General Fund to bring
the total project budget to $3,412,944.28; and
4. Authorizing the City Manager or designee to execute all documents with Jilk
Heavy Construction, Inc.; and
5. Authorizing the City Manager or designee to expend the contingency fund, if
necessary, to complete the project.
6. Finding the Project exempt from the California Environmental Quality Act
(“CEQA”) pursuant to State CEQA Guidelines § 15302 (“Replacement or
Reconstruction”).
12. Award of Agreement for Construction of Speicher Park East Side Skate Park (Ward
2) p. 919
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California
adopt Resolution 2024149:
1. Approving the award of an Agreement with Grindline Skate Parks, Inc. in the
amount of $1,031,932.88 for Speicher Park East Side Skate Park (Project);
and
2. Authorizing the construction contingencies, construction management, and
administrative costs in the total amount of $155,847.12 for construction of the
Project; and
3. Authorizing the Director of Finance and Management Services to amend the FY
2024/25 CIP budget with an additional $415,000 from the AB 1600 Parkland and
Op Fund to bring the total project budget to $1,187,780.00; and
4. Authorizing the City Manager or designee to execute all documents with
Grindline Skate Parks Inc.; and
5. Authorizing the City Manager or designee to expend the contingency fund, if
necessary, to complete the project.
6. Finding the Project exempt from the California Environmental Quality Act
(“CEQA”) pursuant to State CEQA Guidelines § 15302 (“Replacement or
Reconstruction”).
Regular Meeting Agenda July 3, 2024
Mayor and City Council of the City of San Bernardino Page. 6
13. Relinquishment of Dement Street (Ward 5) p. 1091
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California
adopt Resolution No. 2024150, accepting title, control, and maintenance of a reconstructed
portion of Dement Street upon relinquishment by the State of California and receipt of
written notices from the State that work thereon has been completed.
DISCUSSION
14. Adopt Resolution Establishing the Homeless Initiatives Ad Hoc SubCommittee (All
Wards) p. 1111
Recommendation:
Adopt Resolution No. 2024141 of the Mayor and City Council of the City of San Bernardino,
California, establishing the Homeless Initiatives Ad Hoc SubCommittee.
15. Consideration of the Third Amendment to the City’s Exclusive Franchise Agreement
for Integrated Solid Waste Collection, Processing and Disposal Services with
Burrtec Waste Industries, Inc. (All Wards) p. 1120
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California,
adopt Resolution No. 2024111;
1. Approving the Third Amendment to the City’s Exclusive Franchise Agreement
for Integrated Solid Waste Collection, Processing and Disposal Services with
Burrtec Waste Industries, Inc.
MAYOR & CITY COUNCIL UPDATES/REPORTS ON CONFERENCES & MEETINGS
ADJOURNMENT
The next joint regular meeting of the Mayor and City Council and the Mayor and City Council
Acting as the Successor Agency to the Redevelopment Agency will be held on July 17, 2024, at
the Feldheym Central Library located at 555 West 6th Street, San Bernardino, California 92401.
Closed Session will begin at 4:00 p.m. and Open Session will begin at 5:00 p.m.
CERTIFICATION OF POSTING AGENDA
I, Genoveva Rocha, CMC, City Clerk for the City of San Bernardino, California, hereby certify that
the agenda for the July 3, 2024, Regular Meeting of the Mayor and City Council and the Mayor
and City Council acting as the Successor Agency to the Redevelopment Agency was posted on
the City's bulletin board located at 201 North "E" Street, San Bernardino, California, at the
Feldheym Central Library located at 555 West 6th Street, San Bernardino, California, and on the
City's website sbcity.org on Friday, June 28, 2024.
I declare under the penalty of perjury that the foregoing is true and correct.
Regular Meeting Agenda July 3, 2024
Mayor and City Council of the City of San Bernardino Page. 7
NOTICE:
Any member of the public desiring to speak to the Mayor and City Council and the Mayor and City
Council Acting as the Successor Agency to the Redevelopment Agency concerning any matter
on the agenda, which is within the subject matter jurisdiction of the Mayor and City Council and
the Mayor and City Council Acting as the Successor Agency to the Redevelopment Agency may
address the body during the period reserved for public comments.
In accordance with Resolution No. 201889 adopted by the Mayor and City Council on March 21,
2018, the following are the rules set forth for Public Comments and Testimony:
Public Comments and Testimony:
Rule 1. Public comment shall be received on a first come, first served basis. If the presiding
officer determines that the meeting or hearing may be lengthy or complicated, the presiding
officer may, in his or her discretion, modify these rules, including the time limits stated below.
Rule 2. All members of the public who wish to speak shall fill out a speaker' s reservation card
and turn in the speaker reservation card to the City Clerk prior to the time designated on the
agenda. Comments will be received in the order the cards are turned in to the City Clerk. Failure
of a person to promptly respond when their time to speak is called shall result in the person
forfeiting their right to address the Mayor and City Council.
Rule 3. The presiding officer may request that a member of the public providing comment
audibly state into the microphone, if one is present, his or her name and address before
beginning
comment. If that person is representing a group or organization the presiding officer may request
that the speaker identify that group or organization, including that group or organization' s
Address.
Rule 4. Notwithstanding the provisions of Rule 2 and 3 above, a person shall not be required to
provide their name or address as a condition of speaking.
Rule 5. Time Limits:
5. 01 Each member of the public shall have a reasonable time, not to exceed three ( 3)
minutes per meeting, to address items on the agenda and items not on the agenda
but within the subject matter jurisdiction of the Mayor and City Council.
5. 02 Notwithstanding the time limits set forth in subsection 5. 01 above, any member of
the public desiring to provide public testimony at a public hearing shall have a
reasonable time, not to exceed ( 3) minutes, to provide testimony during each
public hearing.
Regular Meeting Agenda July 3, 2024
Mayor and City Council of the City of San Bernardino Page. 8
Any member of the public desiring to speak to the Mayor and City Council and the Mayor and City
Council Acting as the Successor Agency to the Redevelopment Agency concerning any matter
not on the agenda but which is within the subject matter jurisdiction of the Mayor and City
Council and the Mayor and City Council Acting as the Successor Agency to the Redevelopment
Agency may address the body at the end of the meeting, during the period reserved for public
comments. Said total period for public comments shall not exceed 60 minutes, unless such time
limit is extended by the Mayor and City Council and the Mayor and City Council Acting as the
Successor Agency to the Redevelopment Agency. A threeminute limitation shall apply to each
member of the public, unless such time limit is extended by the Mayor and City Council and the
Mayor and City Council Acting as the Successor Agency to the Redevelopment Agency. No
member of the public shall be permitted to "share" his/her three minutes with any other member
of the public.
Speakers who wish to present documents to the governing body may hand the documents to the
City Clerk at the time the request to speak is made.
The Mayor and City Council and the Mayor and City Council Acting as the Successor Agency to
the Redevelopment Agency may refer any item raised by the public to staff, or to any
commission, board, bureau, or committee for appropriate action or have the item placed on the
next agenda of the Mayor and City Council and the Mayor and City Council Acting as the
Successor Agency to the Redevelopment Agency. However, no other action shall be taken nor
discussion held by the Mayor and City Council and the Mayor and City Council Acting as the
Successor Agency to the Redevelopment Agency on any item which does not appear on the
agenda unless the action is otherwise authorized in accordance with the provisions of
subdivision (b) of Section 54954.2 of the Government Code.
Public comments will not be received on any item on the agenda when a public hearing has
been conducted and closed.
Regular Meeting Agenda July 3, 2024
Mayor and City Council of the City of San Bernardino Page. 9
ALTERNATE MEETING VIEWING METHOD:
If there are any technical issues with the live stream or recording from the main agenda portal or if you require an option with Closed Captioning, you may view the meeting from the following location (TV3).
https://reflectsanbernardino.cablecast.tv/CablecastPublicSite/watch/1?channel=6
PUBLIC COMMENT OPTIONS
Please use ONE of the following options to provide a public comment:
1) Written comments can be emailed to publiccomments@sbcity.org. Written public comments
received up to 2:30 p.m. on the day of the meeting (or otherwise indicated on the agenda) will be
provided to the Mayor and City council and made part of the meeting record. Written public
comments will not be read aloud by city staff. Written correspondence can be accessed by
the public online at tinyurl.com/agendabackup .
2) Attend the meeting in person and fill out a speaker slip. Please note that the meeting Chair
decides the cutoff time for public comment, and the time may vary per meeting. If you wish to
submit your speaker slip in advance of the meeting, please submit your request to speak using
the form on the following page: tinyurl.com/mccpubliccomments. Any requests to speak submitted
electronically after the 2:30 p.m. deadline will not be accepted.
Please note: messages submitted via email and this page are only monitored from the
publication of the final agenda until the deadline to submit public comments. Please contact the
City Clerk at 9093845002 or SBCityClerk@sbcity.org for assistance outside of this timeframe.
Written correspondence submitted after the deadline will be provided to the Mayor and City Council at
the following regular meeting.
MEETING TIME:
NOTE: Pursuant to Resolution No. 2024029, adopted by the Mayor and City Council on February
21, 2024:
“Section 3. All meetings are scheduled to terminate at 10:00 P.M. on the same day it began. At
9:00 P.M., the Mayor and City Council shall determine which of the remaining agenda items can
be considered and acted upon prior to 10:00 P.M. and will continue all other items on which
additional time is required until a future Mayor and City Council meeting. A majority vote of the
Council is required to extend a meeting beyond 10:00 P.M. to discuss specified items.”
Regular Meeting Agenda July 3, 2024
Mayor and City Council of the City of San Bernardino Page. 10
This page was intentionally left blank.
2
2
2
0
CLOSED SESSION
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Rochelle Clayton, Acting City Manager
Sonia Carvalho, City Attorney
Department:City Attorney
Subject:CLOSED SESSION
Recommendation:
(A)CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION
(Pursuant to Government Code Section 54956.9(a) and (d)(1):
i. Juanita Martinez v. The Home Depot, et al., San Bernardino Superior
Court, Case No. CIVDS1936862
ii. Gary Saenz, et al. v. City of San Bernardino, et al., San Bernardino
Superior Court, Case No. CIVDS2003802
iii. Tyson et al. v. City of San Bernardino, et al., United States District Court,
Central District Case No. 5:23-cv-01539 TJH (KKx)
iv. Sharon Bailey v. City of San Bernardino, et al., San Bernardino Superior
Court, Case No. CIVSB2216529
v. Steve Carrigan v. City of San Bernardino and Kimberly Calvin, Superior
Court of the County of San Bernardino Case No. CIV SB 2419810
(B)CONFERENCE WITH LEGAL COUNSEL – ANTICIPATED LITIGATION
Significant exposure to litigation (Pursuant to Government Code Section
54956.9(d)(2)):
i. Notice of Claim, Asa Carraway, dated January 12, 2024, Claim No.
GHC0066973
(C)CONFERENCE WITH REAL PROPERTY NEGOTIATORS
i. Property: 300 North E Street (Parcel Map 688, Parcel 12
Book 25 Page 47 Parcel Map 688 Parcel No. 12 formally known as City
PTN Blk 12 and PTN 3rd St VAC)
City Negotiator: City Manager or Designee
Negotiating Parties: El Corte Ingles
Packet Page. 11
2
2
2
0
Under Negotiations: Price and Terms of Exclusive Negotiating
Agreement
ii. Property: Lutheran Social Services Site, 1354 N. G
Street, San Bernardino, CA 92405 (APN 0145-193-07, 08, 10, and 22)
City Negotiator: City Manager or Designee
Negotiating Parties: Lutheran Social Services
Under Negotiations: Price and Terms of Easement
Click or tap here to enter text.
Click or tap here to enter text.
Click or tap here to enter text.
Click or tap here to enter text.
Click or tap here to enter text.
Click or tap here to enter text.
Packet Page. 12
PRESENTATIONS
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Helen Tran, Mayor
Department:Mayor's Office
Subject:Proclamation for Parks and Recreation Month in the
City of San Bernardino – July 2024 (All Wards)
Packet Page. 13
4
9
4
6
A PROCLAMATION OF
THE MAYOR AND CITY COUNCIL
PROCLAIMING JULY 2024, AS
PARKS AND RECREATION MONTH
IN THE CITY OF SAN BERNARDINO
WHEREAS parks and recreation is an integral part of communities throughout this
country, including the City of San Bernardino; and
WHEREAS parks and recreation promotes health and wellness, improving the physical
and mental health of people who live near parks; and
WHEREAS parks and recreation promotes time spent in nature, which positively
impacts mental health by increasing cognitive performance and well-being, and
alleviating illnesses such as depression, attention deficit disorders, and Alzheimers; and
WHEREAS parks and recreation encourages physical activities by providing space for
popular sports, hiking trails, swimming pools and many other activities designed to
promote active lifestyles; and
WHEREAS parks and recreation is a leading provider of healthy meals, nutrition
services and education; and
WHEREAS park and recreation programming and education activities, such as out-of-
school time programming, youth sports and environmental education, are critical to
childhood development; and
WHEREAS parks and recreation increase a community’s economic prosperity through
increased property values, expansion of the local tax base, increased tourism, the
attraction and retention of businesses, and crime reduction; and
WHEREAS parks and recreation is fundamental to the environmental well-being of our
community; and
WHEREAS parks and recreation is essential and adaptable infrastructure that makes
our communities resilient in the face of natural disasters and climate change; and
WHEREAS our parks and natural recreation areas ensure the ecological beauty of our
community and provide a place for children and adults to connect with nature and
recreate outdoors; and
WHEREAS the U.S. House of Representatives has designated July as Parks and
Recreation Month; and
Packet Page. 14
4
9
4
6
WHEREAS the City of San Bernardino recognizes the benefits derived from parks and
recreation resources.
NOW, THEREFORE, BE IT RESOLVED THAT, by the Mayor and City Council of the
City of San Bernardino that July is recognized as Parks and Recreation Month in the
City of San Bernardino.
Presented on the 3rd day of July 2024
Packet Page. 15
APPOINTMENTS
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Helen Tran, Mayor
Department:Mayor's Office
Subject:Parks, Recreation and Community Services
Commission Appointment of Travon Martin (Mayor’s
Appointment) (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, approve the appointment of Travon R. Martin to the Parks, Recreation and
Community Services Commission representing the Mayor’s appointment. Travon R.
Martin will replace Nohemi Lopez with the term ending December 2026. Council Staff
has verified that appointee is a registered voter within the City.
Executive Summary
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, approve the appointment of Travon R. Martin to the Parks, Recreation and
Community Services Commission.
Background
The Parks, Recreation and Community Services Commission was established by
Resolution No. 2018-47 on February 21, 2018, and is charged with advising the Mayor,
City Council and City Staff on matters pertaining to pertaining to parks, recreation,
youth and senior affairs within the City. Appointees to the commission must have
relative experience or knowledge in the area of parks, recreation services, youth and
senior services or other areas which relate to the mission and purpose of the
Commission.
The commission is comprised of nine (9) members who serve at pleasure of the Mayor
and City Council. Pursuant to Chapter 2.17 of the Municipal Code, each City Council
member shall nominate one member who shall serve during and for the term of the
nominating Council Member, and the Mayor shall nominate two members who shall
serve during and for the term of the Mayor.
Packet Page. 16
2021-2025 Strategic Targets and Goals
The proposed commission appointment aligns with Key Target No. 2 Focused, Aligned
Leadership and Unified Community by building a culture that attracts, retains, and
motivates the highest quality talent.
Fiscal Impact
No fiscal impact to City.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, approve the appointment of Travon R. Martin to the Parks, Recreation and
Community Services Commission representing the Mayor’s appointment.
Attachments
Attachment 1 – Commission application – Travon R. Martin
Attachment 2 – Resolution No. 2018-47
Ward:
All Wards
Synopsis of Previous Council Actions:
February 21, 2018 Resolution No. 2018-47 establishing the Parks, Recreation
and Community Services Commission was adopted.
Packet Page. 17
Packet Page. 18
Packet Page. 19
Packet Page. 20
Packet Page. 21
Packet Page. 22
Packet Page. 23
Packet Page. 24
2
0
5
8
Public Hearing
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Rochelle Clayton, Acting City Manager;
Gabriel Elliott, Director of Community Development and
Housing
Department:Community Development & Housing
Subject:Appeal 24-02 of Appeal 24-01 for Development Permit
Type-D 21-18, 19, 20, and 21 (Ward 3)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California take the following action: adopt Resolution No. 2024-145 denying Appeal
24-02, thereby upholding the Planning Commission’s denial of Appeal 24-01 for
Development Permit Type-D 21-18, 19, 20, and 21, which upholds the Development
and Environmental Review Committee’s (DERC) adoption of the Mitigated Negative
Declaration in conjunction with the approval of Development Permit Type-D 21-18, 19,
20, and 21, allowing the development and establishment of five (5) service commercial
buildings totaling approximately 67,451 square feet on several APNs for a combined
5.81 acres within the Commercial Regional (CR-3) zone.
Executive Summary
Appeal 24-02 is an appeal of Appeal 24-01 appealing DERC Permit Type-D 21-18,
19, 20, and 21, approved at the regular meeting of the DERC on February 14, 2024.
The project is located within the Commercial Regional (CR-3) zone and consists of
the development and establishment of five (5) service commercial buildings totaling
approximately 67,451 square feet on several APNs for a combined 5.81 acres, along
with the adoption of the Mitigated Negative Declaration. Staff is recommending denial
of AP 24-02, thereby upholding the Planning Commission’s denial of AP 24-01 which
upholds the DERC’s adoption of the Mitigated Negative Declaration in conjunction with
the approval of Development Permit Type-D 21-08, 19, 20, and 21.
Packet Page. 25
2
0
5
8
Background
On March 16, 2023, Development Permit Type-D 21-08, 19, 20, and 21 was submitted
and received by staff for a request to allow the development and establishment of five
(5) service commercial buildings totaling approximately 67,451 square feet on several
APNs for a combined 5.81 acres (the project).
On February 14, 2024, pursuant to the requirements of Section 19.52.040 (Hearings
and Appeals - Hearing Procedures) of the City of San Bernardino Development Code,
the City of San Bernardino’s DERC held a duly noticed public hearing for Development
Permit Type-D 21-18, 19, 20, and 21 for the project in conjunction with the adoption
of an Initial Study/Mitigated Negative Declaration (IS/MND) per the State CEQA
guidelines.
During the duly noticed public hearing, staff presented the proposals for Development
Permit Type-D 21-18, 19, 20, and 21 to D/ERC, and read into the record the letter
received in opposition to the project as submitted by Supporters Alliance for
Environmental Responsibility (SAFER), opposing the Mitigated Negative Declaration
prepared for the project. Additionally, letters of opposition to the project were also
submitted by Melvin E. Norman of the Inland Empire Biking Alliance and Shawn
Smallwood, Biologist with SAFER.
After public testimony, the DERC voted to approve the project based on the Finding
of Facts, recommended Conditions of Approval, and CEQA determination. The motion
to approve was made by Mina Bishara and seconded by Ryan Castillo. The motion
carried the following vote:
Ayes: Bishara, Jabsheh, Sepulveda, Lindberg, Castro, Markloff
Nays: None
Abstain: None
Absent: None
On February 27, 2024, the appellant SAFER filed Appeal 24-01 appealing DERC’s
decision to the Planning Commission.
On April 9, 2024, the Planning Commission considered the request for Appeal of the
project including the adoption of the IS/MND per the State CEQA Guidelines. After
public testimony, the Planning Commission voted to adopt Resolution 2024-014
denying Appeal 24-01 and approving the project based on the Finding of Facts and
recommended Conditions of Approval and upheld the DERC’s approval of
Development Permit Type-D 21-18, 19, 20, and 21 and the MND.
The Motion to approve was made by Orlando Garcia and seconded by Ivan Garcia.
The motion carried by the following vote:
Ayes: Lopez, I. Garcia, Sherrick, O. Garcia
Nays: Armstead, Flores
Abstain: None
Packet Page. 26
2
0
5
8
Absent: Quiel, Lewis III
On April 22, 2024 the appellant SAFER filed Appeal 24-02 appealing the Planning
Commission’s denial of Appeal 24-01 to the City Council.
Discussion
Appeal Grounds:
The appeal is based on a perceived fair argument that the project may have adverse
environmental impacts that have not been analyzed and mitigated. Appellant’s Letter
dated December 13, 2023, is attached (Attachment E: Via hyperlink). The Appellant
requests that the City of San Bernardino withdraw the IS/MND and project approvals
and instead prepare an Environmental Impact Report for the project pursuant to the
California Environmental Quality Act (CEQA).
The Applicants Response to Appellants comments:
The project proponent, Hardt and Brier Business Park, provided a response to the
appeal. Hardt and Brier stated that the project underwent an environmental review
process as per the California Environmental Quality Act (CEQA), resulting in a
Mitigated Negative Declaration (MND) due to findings of less than significant
environmental impacts. They stated that substantial evidence, as defined by CEQA,
did not support significant environmental effects from the project, negating the need
for an Environmental Impact Report (EIR). Hernandez Environmental Services (HES),
representing the project proponent, responded to SAFER’s comments by noting that
the species listed in their study lacked specific location data, rendering the evidence
unreliable for the project site’s habitat assessment. Furthermore, the avian species
observed, including the California gull, Red-tailed hawk, and California horned lark, do
not hold official state or federal endangered statuses, and the proposed mitigation
measures were deemed sufficient to reduce potential impacts to a less than significant
level.
Project Analysis:
The Hardt and Brier Business Park Project proposes four buildings (A, B, C, D1-D2)
on a combined 4.81 acres of land. All buildings are single-story service commercial
buildings with varying footprints and total areas:
•Building A: Located in the northwest, it has a total area of 17,783 SF (including
1,269 SF mezzanine space) on 1.25 acres. It has a floor area ratio (FAR) of 0.33
and a maximum height of 40 feet.
•Building B: Located in the northeast, it has a total area of 17,586 SF (including
1,286 SF mezzanine space) on 1.30 acres. It has a FAR of 0.31 and a maximum
height of 38 feet 4 inches.
Packet Page. 27
2
0
5
8
•Building C: Located centrally, south of Hardt Street, it has a total area of 18,323
SF (including 1,275 SF of mezzanine space) on 1.24 acres. It has a FAR of 0.32
and a maximum height of 40 feet.
•Building D1 and D2: Located in the southeast, it has a total area of 13,759 SF on
1.02 acres. It has a FAR of 0.31 and a maximum height of 31 feet 8 inches.
The buildings are designed with an open campus concept to avoid an institutional
presence. The proposed Project would establish a quality architectural poise through
emphasis on building finish materials and consistent material usage and color
scheme. The proposed concrete tilt-up buildings would be beige and white with dark
gray accents. Cutouts and decorative window facades would be installed to create
variety in scale and texture. Each building is set back from the street and property
lines, with frontages oriented towards Hardt Street or East Brier Drive. The project is
designed to accommodate commercial service uses.
Buildings A, B, C, D1, and D2 in the Hardt and Brier Business Park Project will have
dedicated access drives and parking spaces, including ADA, clean air vehicle spaces,
and bicycle parking. Buildings A and B will share an access drive off Hardt Street,
while Buildings C, D1, and D2 will have their own access drives. The project will utilize
Assembly Bill 2097 to reduce parking requirements due to its proximity to public
transit.
A traffic study indicates that the project will not significantly impact key intersections
or vehicle miles traveled. Landscaping will cover approximately 24% of the site,
exceeding the 15% requirement, and will include various trees, shrubs, and
groundcover. Opaque screens and 6-foot tall screen walls will be installed for privacy
and spatial separation. The project is designed to be in compliance with the City of
San Bernardino Development Code.
Although Development Permit Type-D 21-18, 19, 20, and 21 were approved
separately, their abutting location raised concerns about cumulative impact. The
combined parcels triggered the need for an Initial Study under the California
Environmental Quality Act, and staff required this study due to the project’s substantial
size and potential impacts on the surrounding area.
The CEQA Document was prepared by a licensed professional consultant E.P.D.
Solutions and resulted in proper mitigation for the project. Being that the Mitigated
Negative Declaration was adopted for all four (4) of the projects, in the case the
Mitigated Negative Declaration is invalidated, then all four of the projects would also
be invalidated and the appeal upheld.
2021-2025 Strategic Targets and Goals
The proposed project aligns with the Mayor and City Council 2020-2025 Key Strategic
Targets and Goals as follows:
Economic Growth and Development
The proposed development will create an economic benefit to the surrounding
businesses by developing an underutilized parcel that has been designed to achieve
Packet Page. 28
2
0
5
8
visual interest and clean landscaping which will result in an attractive project that
compliments the surrounding commercial developments.
Fiscal Impact
There is no fiscal impact to the General Fund associated with this report.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California take the following action: adopt Resolution No. 2024-151 denying Appeal
24-02, thereby upholding the Planning Commission’s denial of Appeal 24-01 for
Development Permit Type-D 21-18, 19, 20, and 21, which upholds the Development
and Environmental Review Committee’s (DERC) adoption of the Mitigated Negative
Declaration in conjunction with the approval of Development Permit Type-D 21-18, 19,
20, and 21, allowing the development and establishment of five (5) service commercial
buildings totaling approximately 67,451 square feet on several APNs for a combined
5.81 acres within the Commercial Regional (CR-3) zone.
Attachments
Attachment 1 Resolution No. 2024-145 (Denial of AP 24-02)
Attachment 2 Resolution No. 2024-145 (Exhibit “A” Project Plans)
Attachment 3 Resolution No.2024-145 (Exhibit “B” Mitigation Monitoring
Reporting Program)
Attachment 4 Executed Planning Commission Resolution No. 2024-014
(Denial of Appeal 24-01)
Attachment 5 Executed Development and Environmental Review
Committee Resolution No. 2023-044 through 47
(Approval of Development Permit Type-D 21-18, 19, 20,
and 21.
Attachment 6 Presentation
Attachment 7 Newspaper Publication
Attachment 8 Appellant comments-applicants response to comments
Ward:
Third Ward
Synopsis of Previous Council Actions:
None
Packet Page. 29
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 1 of 28
RESOLUTION NO. 2024-145
A RESOLUTION OF THE MAYOR AND CITY COUNCIL OF
THE CITY OF SAN BERNARDINO CALIFORNIA DENYING
APPEAL 24-02, THEREBY UPHOLDING THE PLANNING
COMMISSION’S DENIAL OF APPEAL 24-01, THEREBY
UPHOLDING THE DEVELOPMENT AND
ENVIRONMENTAL REVIEW COMMITTEE’S ADOPTION
OF A MITIGATED NEGATIVE DECLARATION AND
MITIGATION AND MONIRORING REPORTING PROGRAM
AND APPROVAL OF DEVELOPMENT PERMIT TYPE-D 21-
18, 19, 20, AND 21 ALLOWING THE DEVELOPMENT AND
ESTABLISHMENT OF FIVE (5) SERVICE COMMERCIAL
BUILDINGS. TOTALING APPROXIMATELY 67,451 SQUARE
FEET ON SEVERAL APNS FOR A COMBINED 5.81 ACRES
LOCATED WITHIN THE COMMERCIAL REGIONAL (CR-3)
ZONE, WARD 3.
WHEREAS, on March 16, 2023, pursuant to the requirements of Section 19.44.020
(Administrative and Development Permits-Applications) of the City of San Bernardino
Development Code, an application for Development Permit Type-D 21-18, 19, 20, and 21 was
duly submitted by:
Property Owner: Michael D Gay Separate Property Trust
9747 Business park Avenue Ste 222
San Diego, CA 92131
Project Applicant: Hamann Construction
1000 Pioneer Way
El Cajon, CA 92020
Project Appellant: Supporters Alliance for Environmental Responsibility
1123 Park View Drive
Covina, CA 91724
APN: 0281-301-17 and 0281-311-06, 07, 08, 11, 12, 18, and 19
Lot Area: 5.81 acres combined
WHEREAS, on February 14, 2024, pursuant to the requirements of Sections 19.52.040
(Hearings and Appeals-Hearing Procedure) of the City of San Bernardino Development Code,
the Development and Environmental Review Committee held the duly noticed public hearing at
which interested persons had an opportunity to testify in support of, or opposition to
Development Permit Type-D 21-18, 19, 20, and 21, and at which meeting the Development and
Environmental Review Committee considered the Mitigated Negative Declaration and
Development Permit Type-D 21-18, 19, 20, and 21; and
Packet Page. 30
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 2 of 28
WHEREAS, during the said duly noticed public hearing, public SAFER expressed
comments in opposition of Development Permit Type-D 21-18, 19, 20, and 21; and
WHEREAS, pursuant to the requirements of Chapter 19.44 (Administrative and
Development Permits) of the City of San Bernardino Development Code, the Development and
Environmental review Committee has the authority to take action on Development Permit Type-
D 21-18, 19, 20, and 21 and approved Development Permit Type-D 21-18, 19, 20, and 21 to
allow for the development and establishment of five (5) service commercial buildings. totaling
approximately 67,451 square feet on several APNs for a combined acreage of 5.81; and
WHEREAS, at the duly noticed public hearing of the Development and Environmental
Review Committee held on February 14, 2024, the Development and Environmental Review
Committee approved Development Permit Type-D 21-18, 19, 20, and 21 to allow for the
development and establishment of five (5) service commercial buildings. totaling approximately
67,451 square feet on several APNs for a combined 5.81 acres; and
WHEREAS, on February 27, 2024, pursuant to the requirements of Section 19.52.100
(Filing of Appeals) of the City of San Bernardino Development Code, the City received an
application for Appeal 24-01 for the decision taken by the Development and Environmental
Review Committee approving Development Permit Type-D 21-18, 19, 20, and 21; and
WHEREAS, On April 9, 2024 the Planning Commission considered the request for
Appeal 24-01 of Development Permit Type-D 21-18, 19, 20, and 21, and the Initial
Study/Mitigated Negative Declaration per the State CEQA guidelines and approved the project
based on the Finding of Facts and recommended Conditions of Approval; and
WHEREAS, on April 24, 2024, pursuant to the requirements of Section 19.52.100
(Filing of Appeals) of the City of San Bernardino Development Code, the appellant SAFER
submitted an application for Appeal 24-02, appealing the decision made by the Planning
Commission to deny Appeal 24-01; and
WHEREAS, on June 20, 2024, pursuant to the requirements of Section 19.52.020
(Hearings and Appeals-Application Processing) of the City of San Bernardino Development
Code, the City gave public notice by advertising in the San Bernardino Sun, a newspaper of
general circulation within the City of San Bernardino, and mailed notices to property owners and
occupants of property within 1,000 feet of the project site of a public hearing at which Appeal
24-02 would be considered; and
WHEREAS, pursuant to the requirements of Chapter 19.44 (Administrative and
Development Permits) of the City of San Bernardino Development Code, the Mayor and City
Council has the authority to take action on Appeal 24-02.
NOW THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY
COUNCIL OF THE CITY OF SAN BERNARDINO, CALIFORNIA, AS FOLLOWS:
Packet Page. 31
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 3 of 28
SECTION 1.The above recitals are true and correct and are incorporated herein by this
reference.
SECTION 2.Compliance with the California Environmental Quality Act: As the
decision-making body for the project, the Mayor and City Council has reviewed and considered
the information contained in the administrative record for Appeal 24-02 of Appeal 24-01 for
Development Permit Type-D 21-18, 19, 20, and 21.
Based upon the facts and information contained in the administrative record, including all
written and oral evidence presented to the Mayor and City Council, the Mayor and City Council
finds, as follows:
(1) The environmental impacts of this project were previously analyzed in the Mitigated
Negative Declaration certified on November 1, 2023 in conjunction with the approval of
Development Permit Type-D-21-18, 19, 20, and 21 on December 13, 2023; and
(2) The Mitigated Negative Declaration contains a complete and accurate reporting of the
environmental impacts associated with the project; and
(3) The Mitigated Negative Declaration was completed in compliance with CEQA and the
Guidelines promulgated thereunder; and
(4) The Mitigated Negative Declaration reflects the independent judgment of the Mayor and
City Council; and
(5) The proposed project will introduce no new significant environmental impacts beyond those
previously analyzed within the Mitigated Negative Declaration, and all mitigation measures
previously certified with the Final Environmental Impact Report are incorporated herein by this
reference.
SECTION 3. Findings of Fact- Appeal 24-02 of Appeal 24-01 for Development Permit
Type-D 21-18, 19, 20, and 21: Pursuant to Section 19.44.040 (Findings) of the City of San
Bernardino Development Code Development Permit applications are required to meet certain
findings prior to the approval by the Mayor and City Council. Accordingly, the following
findings are provided in support of the approval of Development Permit Type-D 21-18, 19, 20,
and 21:
Finding No. 1:The proposed developments are permitted within the subject zoning
district and comply with all of the applicable provisions of the
Development Code, including prescribed development/site standards and
any/all applicable design guidelines;
Finding of Fact:Pursuant to Section 19.06.020 of the City of San Bernardino Development
Code, commercial buildings are permitted within the Commercial
Regional-3 (CR-3) zone subject to approval of a Development Permit with
the appropriate Conditions of Approval and CEQA determination. The
Packet Page. 32
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 4 of 28
proposed project consists of the development and establishment of five (5)
service commercial buildings. totaling approximately 67,451 square feet
on several APNs for a combined 5.81 acres, along with the construction of
the required on-site and off-site improvements within the Commercial
Regional (CR-3) zone is consistent with the permitted uses and the project
will be conditioned to meet all applicable development and site standards.
Finding No. 2:The proposed development is consistent with the General Plan.
Finding of Fact:General Plan Land Use Policy 2.4 actively seeks to “Enhance the quality
of life and economic vitality in San Bernardino by strategic infill of new
development and revitalization of existing development”.
General Plan Goal 4.1.1 “Encourages economic activity that proactively
seeks out and retains businesses that create jobs and generate sales tax
revenue”. the development and establishment of five (5) service
commercial buildings. totaling approximately 67,451 square feet on
several APNs for a combined 5.81 acres along with the construction of the
required on-site and off-site improvements would allot employment for
San Bernardino residents and create tax revenue from new businesses for
the City of San Bernardino.
Additionally, the proposed projects are permitted within the Commercial
Regional-3 (CR-3) zone, subject to the approval of a Development Permit
Type-D with the appropriate Conditions of Approval and CEQA
determination. The project is consistent with the Commercial land use
designation set forth by the General Plan Land Use Map.
Finding No. 3 The proposed development would be harmonious and compatible with
existing and future developments within the zone and general area, as well
as with the land uses presently on the subject property.
Finding of Fact:The proposed development and establishment of five (5) service
commercial buildings. totaling approximately 67,451 square feet on
several APNs for a combined 5.81 acres would be harmonious and
compatible with existing and future developments within the Commercial
Regional-3 (CR-3) zone and the surrounding area. The scale and density
of the proposed development is similar to that of the existing commercial
development in the area and it conforms to the development standards of
the commercial zone. Since the proposals are consistent with both the
General Plan and Development Code, no land use conflict is expected to
result from construction of the proposed commercial building.
Finding No. 4 The approval of the Administrative or Development Permit for the
proposed development is in compliance with the requirements of the
Packet Page. 33
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 5 of 28
California Environmental Quality Act and Section 19.20.030(6) of the
Development Code.
Finding of Fact:In accordance with Section 15074 of the California Environmental Quality
Act (CEQA), a Final Mitigated Negative Declaration with the appropriate
Mitigation Monitoring and Reporting Program (in order to ensure that the
Mitigation Measures are implemented to prevent potential environmental
impacts) was prepared in connection with Development Permit Type-D
21-18, 19, 20, and 21 for the development and establishment of five (5)
service commercial buildings totaling approximately 67,451 square feet on
several APNs for a combined 5.81 acres.
Finding No. 5:There will be no potential significant negative impacts upon
environmental quality and natural resources that could not be properly
mitigated and monitored.
Finding of Fact:In accordance with Section 15074 and Section 15097 of the State
California Environmental Quality Act (CEQA) Guidelines, a Final
Mitigated Negative Declaration with the appropriate Mitigation
Monitoring and Reporting Program (in order to ensure that the Mitigation
Measures are implemented to prevent potential environmental impacts)
was prepared in connection with Development Permit Type-D 21-18, 19,
20, and 21. The location and operating characteristics of the proposed
projects will be consistent with all provisions of the Development Code
and compatible with the existing and future commercial land uses within
the surrounding area. The proposals would not create conditions that may
be objectionable or detrimental to other permitted uses in the vicinity as
the proposal will be consistent with the Commercial Regional-3 (CR-3)
zone. Moreover, the projects will provide positive enhancement to the on-
site landscaping and parking lot, helping to revitalize the underused
property. Therefore, no land use conflict or adverse effects on public
health, safety or welfare are anticipated to result from establishment of the
proposed land uses.
Finding No. 6:The subject site is physically suitable for the type and density/intensity of
use being proposed.
Finding of Fact:The proposed projects will consist of the construction of five (5) new
speculative business park/service commercial buildings and related
improvements on eight (8) separate parcels that are abutting. Proposed
Building A will be centered on Lot 29 and Lot 30 and consists of 1.25
acres. Building A proposes a total of 17,783 square feet which is inclusive
of a 1,269 square foot mezzanine with an entry that faces Hardt Street.
Building “A” will be accessible via two 26-foot access drives which will
be provided via Hardt Street and provide 43 parking spaces.
Packet Page. 34
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 6 of 28
Building B proposes a total of 17,586 square feet which is inclusive of a
1,286 square foot mezzanine with an entry that faces Hardt Street.
Building B will be accessible via two 26-foot access drives which will be
provided via Hardt Street and provide 43 parking spaces. Building A and
B will share the second access drive off Hardt Street. Proposed Building C
will be centered on Lot 24 and Lot 25, which consists of 1.24 acres and
proposes a total of 18,323 square feet which is inclusive of a 1,275 square
foot mezzanine and an entry that faces Hardt Street.
Building C will be accessible via two (2) 30-foot access drives which will
be provided via Hardt Street and provide 46 parking spaces. Proposed
Buildings D1 and D2 will be centered on Lot 17 and Lot 18, which
consists of 1.02 acres with an entry that faces Hardt Street and will
provide 81 parking spaces.
All five (5) service commercial buildings will have a truck well (loading
space) that is proposed to the rear of the building and associated ADA
parking, clean air vehicle spaces, bicycle parking, and landscaping
throughout the site.
The project aims to use Assembly Bill 2097 which was approved in
September 2022 to reduce the number of parking spaces that are required
as the site is located within ½ mile of public transit as defined by the bill.
Finding No. 7:There are adequate provisions for public access, water, sanitation, and
public utilities and services to ensure that the proposed use would not be
detrimental to public health and safety.
Finding of Fact:There are existing commercial structures already served by a full range of
public services and utilities. Establishment of the proposed projects,
subject to Conditions of Approval, will not be detrimental to public
services or public health and safety.
Finding No. 8: The location, size, design, and operating characteristics of the proposed
development would not be detrimental to the public interest, health, safety,
convenience, or welfare of the City.
Finding of Fact:The proposed use is similar in nature and operating characteristics to the
existing uses in the surrounding area. Therefore, the design of the project,
in conjunction with the recommended Conditions of Approval and
Mitigation Measures contained within the Mitigation Monitoring and
Reporting Program, will ensure that the proposals will not create
significant noise, traffic, or other conditions or situations that may be
objectionable or detrimental to other permitted uses in the vicinity of the
site, nor will it be contrary to the public interest, health, safety,
convenience or welfare of the City. The location, size, design, and
Packet Page. 35
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 7 of 28
character of the proposed development will enhance the neighborhood to
the benefit of the public interest and general welfare of the City.
SECTION 4.Conditions of Approval for Development Permit Type-D 21-18, 19, 20,
and 21: The approval of Development Permit Type-D 21-18, 19, 20, and 21 shall be subject to
the following Conditions of Approval:
1. This approval is to allow the development and establishment of five (5) service
commercial buildings totaling approximately 67,451 square feet on several APNs for a
combined 5.81acres. Building “A” is located on the north side of E. Hardt Street 1,090
feet west of S. Tippecanoe Avenue at APNs: 0281-301-17 and 0281-311-08. Building's
“B” through “D2” are all located on the north side of E. Brier Drive and E. Hardt Street,
west of Tippecanoe Avenue, South of the BNSF Railroad and East of S Gifford Avenue
APNs: 0281-311-06, 07, 11, 12, 18, and 19 within the Commercial Regional (CR-3)
zone, Ward 3.
2. The project site shall be developed and maintained in accordance with the plans stamped
July 3, 2024 (EXHIBIT “A”), approved by the City, which includes a complete set of
plans on file in the Planning Division; the Conditions of Approval contained herein; and,
the City’s Municipal Code regulations.
3. Within two (2) years of the Development Permit approval, commencement of
construction shall have occurred, or the permit/approval shall become null and void. In
addition, if after commencement of construction, work is discontinued for a period of one
year, then the permit/approval shall become null and void.
However, approval of the Development Permit does not authorize commencement of
construction. All necessary permits must be obtained prior to commencement of specified
construction activities included in the Conditions of Approval.
EXPIRATION DATE: July 3, 2026
4. The review authority may, upon application being filed thirty (30) days prior to the
expiration date of Development Permit Type-D 21-18 and for good cause, grant a time
extension not to exceed twelve (12) months. The review authority shall ensure that the
project complies with all current Development Code provisions.
5. In the event this approval is legally challenged, the City will promptly notify the
applicant of any claim, action or proceeding and will cooperate fully in the defense of this
matter. Once notified, the applicant agrees to defend, indemnify, and hold harmless the
City of San Bernardino (City), any departments, agencies, divisions, boards, or
commission of the City as well as predecessors, successors, assigns, agents, directors,
elected officials, officers, employees, representatives, and attorneys of the City from any
claim, action or proceeding against any of the foregoing persons or entities. The applicant
further agrees to reimburse the City for any costs and attorneys’ fees which the City may
be required by a court to pay as a result of such action, but such participation shall not
relieve applicant of his or her obligation under this condition. The costs, salaries, and
Packet Page. 36
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 8 of 28
expenses of the City Attorney and employees of his office shall be considered as
“Attorney’s fees” for the purpose of this condition. As part of the consideration for
issuing this Development Permit, this condition shall remain in effect if the Development
Permit is rescinded or revoked, whether or not at the request of applicant.
6. Commercial and public parking areas abutting residentially designated property shall
have a 6-foot high solid architecturally treated decorative masonry wall approved by the
Director. All wall treatments shall occur on both sides.
7. Any proposed fencing with roll away gate shall provide access by means of gate key,
code, or remote.
8. Landscaping shall conform to that shown on final submitted landscape plans approved on
July 3, 2024. A landscape plan shall be submitted to the Planning Division and the Land
Development Division, prior to the issuance of grading permits.
9. All parking areas shall provide 25% permanent shading for parked vehicles. Any
reasonable combination of shading methods can be utilized. If trees are used, they may
not thereafter be trimmed so as to reduce the effectiveness of their shading ability.
10. The property owner(s), facility operator and property management will be responsible for
regular maintenance of the site. Vandalism, graffiti, trash, and other debris must be
removed within 24 hours of being reported.
11. Service and associated truck storage areas shall be completely screened from public view.
12. All vehicles associated with the business shall be parked or stored on-site and not in
adjoining streets and alleys.
13. The premises shall always be kept in a neat and orderly condition.
14. Schedule all grading activities to ensure that repeated grading will not be required, and
that implementation of the desired land use (e.g. planting, paving or construction) will
occur as soon as possible after grading.
15. It shall be unlawful for the driver, owner or operator of any commercial vehicle having a
manufacturer’s Gross Vehicle Weight rating (GVWR) exceeding 10,000 pounds to park,
or cause to be parked, except for the immediate loading and unloading of goods, any such
vehicle upon any public street, or alley, or on any residentially zoned property, within
any residential land use district in the City. This prohibition shall not apply to
construction sites during the construction process or to recreational vehicles.
16. No fence, wall, hedge, sign or other structure, shrubbery, mounds of earth, or other visual
obstruction over 36 inches in height above the nearest street curb elevation shall be
erected or placed within a Traffic Safety Sight Area. A Traffic Safety Sight Area is a
triangular portion of a lot formed by three distances measured along and/or perpendicular
to property lines at the intersection of two street rights-of-way or at intersections of
driveways, parking entrances, and alleys with a street right-of-way.
Packet Page. 37
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 9 of 28
17. All conditions of the Public Works Department shall be met to the satisfaction of the City
Engineer.
18. The applicant/property owner must sign and have notarized an affidavit acknowledging
acceptance of the conditions of approval and return it to the Planning Division within
thirty (30) days of the effective date of this approval.
19. The project shall comply with all applicable requirements of the Building and Safety
Division, Police Department, Municipal Water Department, Public Works Department,
and the City Clerk’s Office/Business Registration Division.
20. This approval shall comply with the requirements of other outside agencies (i.e. Caltrans,
San Bernardino County Health Department, Division of Environmental Health Services,
San Bernardino County Consolidated Fire District, and California Board of Equalization),
as applicable.
21. All Landscaping shall comply with the provisions set forth in Section 19.28 of the City of
San Bernardino Development Code.
22. The applicant/owner shall maintain all existing landscaping in the parking lot and
setbacks in a weed and disease-free condition at all times and any dead or missing
vegetation must be promptly replaced.
23. The landscaping plan shall provide for a variety of plant materials, with an emphasis on
drought tolerant species, appropriate for the local environment and shall include a legend
showing common names, sizes, quantities, location, dimensions of planted area, and
percentage of parking lot landscaping.
24. The minimum acceptable surface weight for a noise barrier is four pounds per square foot
(equivalent to ¾-inch plywood). The barrier shall be of a continuous material which is
resistant to sound including: Masonry block, 2. Precast concrete 3, earth berm or a
combination of earth berm with block concrete.
25. No use shall emit any obnoxious odor or fumes.
26. Any equipment, whether on the roof, side of structure, or ground, shall be screened. The
method of screening shall be architecturally compatible in terms of materials, color,
shape, and size. The screening design shall blend with the building design and include
landscaping when on the ground.
27. Signs are not approved as a part of this permit. Prior to establishing signs, the applicant
must submit an application for approval by the Planning Division. Banners, flags,
pennants, and similar signs are prohibited unless a Temporary Sign Permit is obtained.
Packet Page. 38
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 10 of 28
28. Construction-related activities may not occur between the hours of 8:00 pm and 7:00 am.
No construction vehicles, equipment, or employees may be delivered to, or arrive at, the
construction site before 7:00 am or leave the site after 8:00 pm. Construction activities
may only occur Monday through Friday.
29. The project shall comply with all applicable requirements of the City of San Bernardino
Community Development Department, Land Development and Building & Safety
Divisions, Fire Department, Police Department, Municipal Water Department, Public
Works Department, and the City Clerk’s Office/Business Registration Division.
30. Submittal requirements for permit applications with the Building and Safety Division
shall include all Conditions of Approval issued with this approval, printed on the plan
sheets.
31. No final Certificate of Occupancy will be issued until all conditions of approval have
been completed.
32. These are service commercial buildings, and all land uses shall be as such. All land uses
shall adhere to the standards for the Commercial Regional-3 (CR-3) zone found within
Chapter 19.06 Table 06.01 (Commercial Zones list of Permitted, Development Permitted,
and Conditionally Permitted Uses) Page 5 of the City of San Bernardino Development
Code.
Consolidated Public Works Division
33. Drainage and Flood Control
a. All drainage from the development shall be directed to an approved public
drainage facility. If not feasible, proper drainage facilities and easements shall be
provided to the satisfaction of the City Engineer.
b. If site drainage is to be discharged into the public street, the drainage shall be
conveyed through a parkway culvert constructed in accordance with City
Standard No. 400. Conveyance of site drainage over the Driveway approaches
will not be permitted.
c. A Preliminary Full-Categorical Water Quality Management Plan (WQMP) has
been approved.
d. A Final Full-Categorical Water Quality Management Plan (WQMP) is required
for this project. The applicant is directed to the County of San Bernardino’s Flood
Control web page for the template and Technical Guidance Document. The Land
Development Division, prior to issuance of any permit, shall approve the WQMP.
A CD copy of the approved WQMP is required prior to grading permit issuance.
e. A Storm Water Pollution Prevention Plan (SWPPP) will be required. The
applicant is directed to the State Water Resources Control Board (SWRCB)
Packet Page. 39
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 11 of 28
SMART Login system. The SWPPP shall be approved by the State and a CD
copy of the approved SWPPP shall be submitted to the City prior to grading
permit issuance.
f. A "Notice of Intent (NOI)" shall be filed with the State Water Resources Control
Board for construction disturbing 1 acre or more of land (including the project
area, construction yards, storage areas, etc.). A WDID number issued by the State
of California is required prior to the issuance of grading permit.
g. The Land Development Division, prior to grading plan approval, shall approve an
Erosion Control Plan. The plan shall be designed to control erosion due to water
and wind, including blowing dust, during all phases of construction, including
graded areas which are not proposed to be immediately built upon.
34. Grading and Landscaping
a. The grading and on-site improvement plan shall be signed by a Registered Civil
Engineer and a grading permit will be required. The grading plan shall be
prepared in strict accordance with the City's "Grading Policies and Procedures"
and the City's "Standard Drawings", unless otherwise approved by the Building
Official.
b. All existing fencing and walls shall be shown and detailed on the on-site
improvement plan.
c. Adequate lighting shall be provided for the Easterly and Southerly portion of the
project site.
d. If more than 50 cubic yards of earth is to be hauled on City Streets, then a special
hauling permit shall be obtained from the City Engineer. Additional conditions,
such as truck route approval, traffic controls, bonding, covering of loads, street
cleaning, etc. may be required by the City Engineer.
e. The site shall be paved with either ACC or PCC (Asphalt or Concrete).
f. The refuse enclosure(s) shall be constructed in accordance with City Standard
Drawing No. 508 with modification to provide ADA access. The minimum size
of the refuse enclosure shall be 8 feet x 15 feet, unless the Public Services
Department, Refuse Division, approves a smaller size, in writing. Where a refuse
enclosure is proposed to be constructed adjacent to spaces for parking passenger
vehicles, a 3’ wide by 6 “high concrete planter shall be provided to separate the
enclosure from the adjacent parking. The placement of the enclosure and design
of the planter shall preclude the enclosure doors from opening into drive aisles or
impacting against adjacent parked cars. The number and placement of refuse
enclosures shall conform to the location and number shown on the site plan as
approved by the Development Review Committee, Planning Commission or City
Council.
g. Wheel stops are not permitted by the Development Code, except at designated
accessible parking spaces. Continuous 6” high curb shall be used around planter
Packet Page. 40
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 12 of 28
areas and areas where head-in parking is adjacent to walkways. The parking
spaces may be 16.5’ deep and may overhang the landscaping or walkway by 2.5’.
Overhang into the setback area or into an ADA path of travel (minimum 4’ wide)
is not permitted.
h. The design of on-site improvements shall also comply with all requirements of
The California Building Code, Title 24, relating to accessible parking and
accessibility, including retrofitting of existing building access points for
accessibility, if applicable.
i. The public right-of-way, between the property line and top of curb (also known as
“parkway”) along adjoining streets shall be landscaped by the developer and
maintained in perpetuity by the property owner. Details of the parkway
landscaping shall be included in the project’s on-site landscape plan.
j. Continuous concrete curbing at least 6 inches high and 6 inches wide shall be
provided at least 3 feet from any wall, fence, property line, walkway, or structure
where parking and/or drive aisles are located adjacent thereto. Curbing may be
left out at structure access points. The space between the curb and wall, fence,
property line, walkway or structure shall be landscaped, except as allowed by the
Development Review Committee.
k. Retaining walls, block walls and all on-site fencing shall be designed and detailed
on the on-site improvement Plan. This work shall be part of the on-site
improvement permit issued by the Building Official. All masonry walls shall be
constructed of decorative block with architectural features acceptable to the City
Planner.
l. No construction on a site shall begin before a temporary/security fence is in place
and approved by the Building Official or his designee. Temporary/security
fencing may not be removed until approved by the Building Official or his
designee. The owner or owner’s agent shall immediately remove the
temporary/security fencing upon the approval of the Building Official or his
designee.
m. Sites that contain multiple buildings shall maintain the temporary/security fencing
around the portion of the site and buildings under construction as determined by
the Building Official or his designee. All temporary/security fencing for
construction sites shall include screening, emergency identification and safety
identification and shall be kept in neat and undamaged condition.
n. An accessible path of travel shall be provided from the public way to the building
entrance. All pathways shall be paved and shall provide a minimum clear width of
4 feet. Where parking overhangs the pathway, the minimum paved width shall be
6.5 feet.
o. A copy of the reciprocal easement shall be submitted to Land Development with
formal plan submittal.
Packet Page. 41
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 13 of 28
p. A Lot Merger is required for this project. The Lot Merger shall be recorded prior
to Building Permit issuance. The applicant is directed to the City’s web page at
www.sbcity.org– Departments – Public Works – Submittal Requirements for
submittal requirements.
q. The project Landscape Plan shall be reviewed and approved by the Land
Development Division prior to issuance of a grading permit. Submit 3 copies to
the Land Development Division for Checking.
r. Prior to occupancy of any building, the developer shall post a bond to guarantee
the maintenance and survival of project landscaping for a period of one year.
s. All electrical transformers located outdoors on the site shall be screened from
view with a solid wall or landscaping and shall not be located in any
setback/right-of-way area. If the transformer cannot be screened, it shall be
located in an underground vault unless approved by the City Engineer pursuant to
Section 19.30.110.
t. A liquefaction evaluation is required for the site. This evaluation must be
submitted and approved prior to issuance of a grading permit. Any grading
requirements recommended by the approved liquefaction evaluation shall be
incorporated in the grading plan.
u. The on-site improvement plan shall include details of on-site lighting, including
light location, type of poles and fixtures, foundation design with structural
calculations, conduit location, material and size, and Photometric plot shall be
provided which show that the proposed on-site lighting design will provide:
•1 foot-candle of illumination uniformly distributed over the surface of the
parking lot during hours of operation, and
•0.25 foot-candles security lighting during all other hours.
35. Utilities
a. Backflow preventers shall be installed for any building with the finished floor
elevation below the rim elevation of the nearest upstream utility access hole.
b. This project is located in the sewer service area maintained by the City of San
Bernardino therefore, any necessary sewer main extension shall be designed and
constructed in accordance with the City's "Sewer Policy and Procedures" and City
Standard Drawings.
c. Existing Utilities which interfere with new construction shall be relocated at the
Developer's expense as directed by the City Engineer, except overhead lines, if
required by provisions of the Development Code to be undergrounded. See
Development Code Section 19.20.030 (non-subdivisions) or Section 19.30.110
(subdivisions).
Packet Page. 42
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 14 of 28
d. The project site shall be provided with separate water and sewer facilities so the
City or the agency providing such services in the area can serve it.
36. Street Improvement and Dedications
a. For the streets listed below, dedication of adequate street right-of-way (R.W.) to
provide the distance from street centerline to property line and placement of the
curb line (C.L.) in relation to the street centerline shall be as follows:
Street Name Right of Way(ft.)
From Centerline
Curb Line(ft)
From Centerline
Hardt Street
(281-301-17, 0281-311-
06, 07, 08, 11, and 12)
27.5’ Existing
2.5’ Dedication for a total
½ width of 30’
“Local Continuous”
22’ Existing
None-Proposed per General
Plan
Brier Road
(Gould Street)
(281-311-18, 281-311-19)
40’ Existing
4’ Dedication for a total ½
width of 44’
“Secondary Arterial”
34’ Existing
None-Proposed per General
Plan
b. Hardt Street- T. I=7.5:
i. The street shall be rehabilitated to meet the requirements detailed in a soils
report based on the “R” value of the subgrade and the traffic Index. The
City’s has a minimum standard for new streets (4” AC over 8” Base)
except truck usage (9”AC over 12” Base); However, if the Soils Report is
obtained and indicates a thicker improvement, the thicker section shall be
used.
ii. The existing curb & gutter panels are in fair condition. If any curb &
gutter panels are lifted, cracked, each of the panels shall be replaced per
city standards.
iii. Construct Commercial Driveway Approach per City Standard No. 204,
Type II, including an accessible bypass around the top of the drive
approach. Minimum Width is 26’. No Driveways closer than 100’ from
BCR/ECR as directed by the City Engineer.
iv. When Replacing/Reconstructing Curb and Gutter panels, Construct 8"
Curb and Gutter per City Standard No. 200, type “B”.
v. When Replacing or reconstructing Sidewalk panels, Construct Sidewalk
per City Standard No. 202; Case "A" (6’ wide adjacent to curb).
Packet Page. 43
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 15 of 28
vi. Driveways in Commercial, Industrial, or multi-Family units, no gates shall
be placed closer or impede 40’ from back of sidewalk, as directed by the
Traffic Engineer
vii. Remove existing driveways that are not being used under the project plans
and replace with Curb Gutter and Sidewalk per city Standards.
viii. When Striping, use only thermoplastic paint per Section 84 of Caltrans
Specifications.
ix. For existing streetlights, Install Solar LED Street Light Heads in
accordance with City Standards. Also, when more than three (3)
streetlights a separate street light plan sheet shall be submitted in the
Improvement set in accordance with the City of San Bernardino Street
Lighting Design Policies. Install ID Plate on Street light pole. Supply one
(1) additional head for each solar head installed, As Directed by the City
Traffic Engineer.
x. Appropriate permits from the County of San Bernardino and any other
jurisdiction shall be required when adjacent, over, or under any of the
Municipalities.
xi. Install 2-3” Conduit 36” under the sidewalk with pull rope and pull boxes
for future Traffic connections.
xii. No Truck Parking will be allowed on Hardt Street, install/replace signs per
city standards.
xiii. Survey Monuments and ties shall be placed, replaced, tied out and
recorded at any corner or alignment changes that are adjacent to the
project area in accordance with California Land Surveyors Association –
Monument Preservation Guidelines, Copies of Recorded Monuments/Ties
shall be delivered to Public Works/Engineering.
*These Conditions are set for an estimated construction within two years. If
construction exceeds two years from DERC Approval these conditions shall be
reviewed and updated as needed.
c. Brier Road- T. I=7.5:
xiv. The street is in fair condition and no AC improvements are needed at this
time.
xv. The area’s damages shall be a full Remove and Replacement (R&R).
(including Curb and Asphalt lifted by trees).
xvi. When Replacing/Reconstructing Curb and Gutter panels, Construct 8"
Curb and Gutter per City Standard No. 200, type “B”.
Packet Page. 44
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 16 of 28
xvii. Construct Sidewalk per City Standard No. 202; Case "A" (6’ wide
adjacent to curb).
xviii. Driveways in Commercial, Industrial, or multi-Family units, no gates shall
be placed closer or impede 40’ from back of sidewalk, as directed by the
Traffic Engineer
xix. When Striping, use only thermoplastic paint per Section 84 of Caltrans
Specifications.
xx. For existing streetlights, Install Solar LED Street Light Heads in
accordance with City Standards. Also, when more than three (3)
streetlights a separate street light plan sheet shall be submitted in the
Improvement set in accordance with the City of San Bernardino Street
Lighting Design Policies.
xxi. Install ID Plate on Street light pole. Supply one (1) additional head for
each solar head installed, As Directed by the City Traffic Engineer.
xxii. Appropriate permits from the County of San Bernardino and any other
jurisdiction shall be required when adjacent, over, or under any of the
Municipalities.
xxiii. Install 2-3” Conduit 36” under the sidewalk with pull rope and pull boxes
for future Traffic connections.
xxiv. No Truck Parking will be allowed on Brier Road, install/replace signs per
city standards.
d. If a drainage report is required by Land Development, A second copy of the
drainage report will be delivered to public works, if offsite or overflow storm
drain systems are identified, all systems shall be identified on the street
improvement plans, and public storm drain shall be on a separate set of plans.
d. A Temporary construction encroachment permit from the Public Works
Department shall be required for utility cuts into existing streets or any work
within the City’s right-of-way.
Pavement restoration or trench repair shall be in conformance with City Standard
No. 310. Public facilities shall be restored or constructed back to Public Works
Department satisfaction.
e. Any pavement works affecting the traffic loop detectors shall be coordinated and
subjected to Public Works Traffic Division requirements.
f. The applicant must post a performance bond prior to issuance of the off-site
permit. The amount of the bond is to be determined by the Public Works
Department.
Packet Page. 45
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 17 of 28
g. The above conditions shall comply with current codes, policies, and standards at
the time of construction.
h. No Direct Connections to underground Storm Drain Systems or Catch Basins.
i. Prior to Certificate of Occupancy or Completion of Project all As-builts shall be
submitted to Public Works.
j. All off-site improvement plans submitted for plan check shall be prepared on the
City’s standard 24” x 36” sheets. A signature block satisfactory to the City
Engineer or his designee shall be provided.
k. After completion of plan checking, final Mylar drawings, stamped and signed by
the Registered Civil Engineer in charge, shall be submitted to the City Engineer
and/or Building Official for approval.
l. Copies of the City’s design policies and procedures and standard drawings are
available at the Public Works Counter for the cost of reproduction. They are also
available at no charge at the Public Works Web Site at http://www.sbcity.org.
37. Required Engineering Plans
i. A complete submittal for plan check shall consist of
▪Street improvement plans (may include streetlights or street lighting may
be separate plan).
▪Sewer plans (private sewers may be shown on on-site improvement plan;
public sewers must be on a separate plan with profile submitted to
SBMWD),
▪Storm drain plans (private storm drains may be shown on on-site
improvement plans; public storm drains must be on a separate plan with
profile),
▪Off-site improvement plans
▪Traffic control and ROW Permits
▪Signing and stripping plan (may be on sheets included in street
improvement plan),
▪Lighting (on-site lighting may be included in on-site improvement plan or
may be on a separate stand-alone plan),
▪Grading (may be incorporated into on-site improvement plan),
▪On-site improvement plan and on-site landscaping and irrigation,
▪Water plans (shall be submitted to San Bernardino Municipal Water
Department),
▪Other plans as required, piece mill of plans of various types will not be
accepted.
Packet Page. 46
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 18 of 28
▪All required calculations, studies and reports must be included in the
initial submittal (including but not limited to, soils report, drainage
studies, or structural calculations).
ii. All off-site improvement submitted for plan check shall be prepared on the City
standard 24” x 36” sheets with a signature block satisfactory to the City Engineer
and/or Building Official approval.
iii. After completion of the plan checking process, final Mylar drawings, stamped and
signed by the Registered Civil Engineer in charge, shall be submitted to the city
Engineer and/or Building Official for approval.
iv. Copies of the Cities design policies, procedures, and standard drawings are
available on the cities website at http://www. Sbcity.org no charge or via the front
counter at the Public Works Department for a nominal fee.
38. Required Engineering Permits
a. Grading permit.
b. On-site improvements construction permit (except buildings - see Development
Services-Building Division),
c. Off-site improvement construction permits.
39. Applicable Engineering Fees
a. All plan check; permits, inspection, and impact fees are outlined on the Public
Works Fee Schedule. A deposit in the amount of 100% of the estimated checking
fee for each set of plans will be required at time of application for plan check.
The amount of the fee is subject to adjustment if the construction cost estimate
varies more than 10% from the estimate submitted with the application for plan
checking.
b. The current fee schedule is available at the Public Works Counter and at
http://www.sbcity.org
40. Traffic Requirements
a. All roadway design, traffic signing and striping, traffic signal, street lighting, and
traffic control improvements relating to the proposed project should be
constructed in accordance with applicable engineering standards and to the
satisfaction of the City of San Bernardino Traffic Engineering Division.
b. In conjunction with standard City of San Bernardino development review
procedures, on‐site traffic signing and striping plans should be prepared in
accordance with applicable State and Federal standards.
c. The final grading, landscaping, and street improvement plans should demonstrate
that sight distance standards are met in accordance with applicable City of San
Bernardino /California Department of Transportation sight distance standards.
d. Payment of applicable of local and regional development impact fees shall be paid
to the City of San Bernardino.
Packet Page. 47
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 19 of 28
e.All Public Works offsite Mitigation Monitoring and Reporting Program items
shall be shown with the Conditions of Approval on the last pages of Public Works
Offsite Plans.
f. All roadway design, traffic signing and striping, traffic signal, street lighting, and
traffic control improvements relating to the proposed project should be
constructed in accordance with the applicable engineering standards and to the
satisfaction of the City of San Bernardino Traffic Engineering Division.
g. In conjunction with standard City of San Bernardino development review
procedure, on site traffic signing, and striping plans should be prepared in
accordance with the applicable State and Federal standards.
41. Integrated Solid Waste Management
a. During demolition and/or construction, services are to be provided through the
City of San Bernardino’s franchised hauler Burrtec Waste Industries, Inc.
b. The site plan dated 8/1/23 identifies the development and establishment of five (5)
service commercial buildings. The project site is located on the north side of E.
Hardt Street, west of Tippecanoe Avenue.
c. Burrtec Waste Comments:
Project Description:
•Building A- 17,783 square foot industrial building.
•Building B-17,586 square foot industrial building.
•Building C-18,323 square foot industrial building.
•Building D1 and D2-13,759 square foot industrial building combined.
Based upon the information provided, the projects meet or exceed Burrtec’s
minimum requirements for trash enclosure size, location, and accessibility.
Burrtec will therefore provide the project with standard commercial collection
services for trash and mixed recyclables. In the event that any tenant is involved
with the production or distribution of food products, they will be required to
participate in a food waste recycling program per AB1826.
Any changes to the overall project design, enclosure specifications or location, or
access may adversely impact Burrtec’s ability to service the project. Any design
modifications that could impact Burrtec’s service will be subject to review and
approval by Burrtec.
Burrtec’s review of this project is limited to determining whether it meets
Burrtec’s minimum standards for waste and recycling collection services. Any
comments or approvals by Burrtec are limited to these minimum standards as they
relate to our equipment and personnel and do not pertain to the project’s
compliance with applicable federal, state, and local land use and environmental
laws, building codes or other applicable government regulations. Any approvals
Packet Page. 48
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 20 of 28
by Burrtec do not warrant or represent that Burrtec accepts any liability relative to
the performance of waste and recycling collection services within this project.
End of Burrtec Waste Comments.
d. Refuse The Site Plan identifies two trash enclosures located on the north and west
sides of the building. They are served by a looped driveway with a minimum width of
26 feet. Enclosure details are provided on Sheet DD1.1. Based upon the information
provided, the project meets or exceeds Burrtec’s minimum requirements. Burrtec will
therefore provide the project with standard commercial collection services for trash
and mixed recyclables. In the event that any tenant is involved with the production or
distribution of food products, they will be required to participate in a food waste
recycling program per Assembly Bill 1826.
e. Refuse enclosures must meet or exceed City Standard Plan 508 Refuse Enclosure 8’-
0”x 15’-0” clear interior dimensions for the container storage area, unless a potential
tenant/business is involved in the production, manufacture, distribution, or sale of
food products.
f. If a potential tenant/business is involved in the production, manufacture, distribution,
or sale of food products, participation in a food waste recycling program is required
per Assembly Bill 1826. This will require additional space within refuse enclosures
for food waste containers. Therefore, enlarge (modify) the refuse enclosures interior
dimensions to accommodate the following:
Trash – One 4 cubic yard container
Mixed Recyclables – One 4 cubic yard container
Food Waste – One 2 cubic yard container
Modified refuse enclosures shall be reviewed and approved by the Public Works
Department, the Building and Safety Division, and Burrtec Waste.
g. Provide one refuse enclosure per each potential tenant.
h. Contact the Building & Safety Division to determine if any ADA accessibility
modifications must be made to the refuse enclosure. Modifications made to refuse
enclosures to meet ADA accessibility requirements shall not decrease the minimum
clear interior dimensions needed for the container storage area.
i. Site Plans shall display clear drive aisle widths.
j. Refuse enclosures within five (5) feet of combustible construction shall install an
automatic fire sprinkler as approved by the Building & Safety Division and the San
Bernardino County Fire Department. (See City Standard Plan 508)
Packet Page. 49
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 21 of 28
k. Refuse enclosure roofs shall be a minimum of eight (8) feet high interior at its lowest
point, with minimal front protrusions that can be damaged during container servicing
and must extend over any open side or the rear of the refuse enclosure by at least six
(6) inches or as approved by the City.
l. Burrtec Waste Truck Turning Radius – All corners and intersections on streets and
driveways leading to refuse enclosures shall have a turning radius adequate for a 35-
foot long, three-axle collection truck. Collection trucks require a minimum 23-foot
interior curb return radius to make a minimum 28-foot turn.
The minimum outside curb radius shall be at least 42 feet. All streets and driveways
shall comply with applicable City standards. Burrtec Waste’s Truck Turning Radius
template may be obtained from the Public Works Department in PDF and CAD.
m. Vertical and Horizontal Clearances – The minimum vertical clearance for collection
trucks along the entire route to the refuse enclosure is fifteen (15) feet. The minimum
vertical clearance in front of the refuse enclosure where the truck will empty the
container shall be twenty-six (26) feet. The clear height shall be free of building
overhangs, trees, and utility lines. The minimum horizontal clearance along the entire
route to an enclosure is 12 feet.
n. Hammerhead Turnarounds shall meet or exceed San Bernardino County Fire
Protection District Standard Number A-1 Diagram A-1.12: Hammerhead Turnaround
Detail dated July 1, 2021. San Bernardino County Hammerhead detail may be
obtained from the City Public Works Department.
o. Tenants/Businesses involved in the production, manufacture, distribution, or sale of
food products shall participate in a food waste recycling program per Assembly Bill
1826. This will require additional container(s) for food waste.
p. As specific tenant(s) have not been identified, consideration should also be given to
future tenant(s) waste and recycling needs. These may include trash compactors,
cardboard balers, and roll-off boxes. If the building is used for the production,
manufacture, distribution, or sale of food products, the tenant(s) shall participate in a
food waste recycling program per Assembly Bill 1826.
q. If gated, access shall be provided by means of a key, code, or remote.
r. Assembly Bill 341 Mandatory Commercial Recycling may apply.
s. Assembly Bill 1826 Mandatory Commercial Organics Recycling may apply.
t. Senate Bill 1383 Short-Lived Climate Pollutants Reduction Act may apply.
u. Upon completion, service is provided through the City of San Bernardino’s
franchised hauler Burrtec Waste Industries, Inc. 111 E. Mill Street, San Bernardino,
CA 92408 (909) 804-4222.
Packet Page. 50
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 22 of 28
Building and Safety Division
42.After the public hearing appeal period ends, applicant shall submit construction plans to
the Building and Safety Division for plan check in order to obtain the required building
permits.
43. The project shall comply with the California Building Codes as adopted and amended by
the City of San Bernardino Municipal Code, Title 15.3.
44. A geotechnical investigation report prepared by a qualified geotechnical engineer is
required. The applicant shall submit this report for review and approval prior to the
issuance of building permits.
45. The construction drawings require professional preparation. Submit plans and structural
calculations prepared by a California registered engineer or architect.
46. The project shall comply with state and federal disabled access requirements.
Consolidated County of San Bernardino Fire District
47. The development shall have a minimum of Two points of vehicular access. These are for
fire/emergency equipment access and for evacuation routes. a. Single Story Road Access
Width. All buildings shall have access provided by approved roads, alleys, and private
drives with a minimum twenty-six (26) foot unobstructed width and vertically to fourteen
(14) feet six (6) inches in height. Other recognized standards may be more restrictive by
requiring wider access provisions. b. Multi-Story Road Access Width. Buildings three (3)
stories in height or more shall have a minimum access of thirty (30) feet unobstructed
width and vertically to fourteen (14) feet six (6) inches in height.
48. The required fire fees shall be paid to the San Bernardino County Fire
Department/Community Safety Division.
49. Fire Condition Letters shall expire on the date determined by the Planning Division or
Building and Safety.
50. An automatic fire sprinkler system complying with NFPA Pamphlet #13 and Fire
Department standards is required. The applicant shall hire a licensed fire sprinkler
contractor. The fire sprinkler contractor shall submit plans with hydraulic calculations,
manufacturers specification sheets and a letter from a licensed structural (or truss)
engineer with a stamp verifying the roof is capable of accepting the point loads imposed
on the building by the fire sprinkler system design to the Fire Department for approval.
The contractor shall submit plans showing the type of storage and use with the applicable
protection system. The required fees shall be paid at the time of plan submittal.
51. A letter from a licensed structural (or truss) engineer shall be submitted with an original
wet stamp at time of fire sprinkler plan review, verifying the roof is capable of accepting
the point loads imposed on the building by the fire sprinkler system design.
Packet Page. 51
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 23 of 28
52. A manual, automatic or manual and automatic fire alarm system complying with the
California Fire Code, NFPA and all applicable codes is required. The applicant shall hire
a licensed fire alarm contractor. The fire alarm contractor shall submit detailed plans to
the Fire Department for review and approval. The required fees shall be paid at the time
of plan submittal.
53. Permission to occupy or use the building (Certification of Occupancy or Shell Release)
will not be granted until the Fire Department inspects, approves, and signs off on the
Building and Safety job card for “fire final”.
54. Building Plans shall be submitted to the Fire Department for review and approval. The
required fees shall be paid at the time of plan submittal.
55. Prior to combustibles being placed on the project site an approved all-weather fire
apparatus access surface and operable fire hydrants with acceptable fire flow shall be
installed. The topcoat of asphalt does not have to be installed until final inspection and
occupancy.
56. Combustible vegetation shall be removed as follows: a. Where the average slope of the
site is less than 15% -Combustible vegetation shall be removed a minimum distance of
thirty (30) feet from all structures or to the property line, whichever is less. b. Where the
average slope of the site is 15% or greater - Combustible vegetation shall be removed a
minimum one hundred (100) feet from all structures or to the property line, whichever is
less. The development shall have a minimum of one points of vehicular access. These are
for fire/emergency equipment access and for evacuation routes. a. Single Story Road
Access Width. All buildings shall have access provided by approved roads, alleys, and
private drives with a minimum twenty-six (26) foot unobstructed width and vertically to
fourteen (14) feet six (6) inches in height. b. Multi-Story Road Access Width. Buildings
three (3) stories in height or more shall have a minimum access of thirty (30) feet
unobstructed width and vertically to fourteen (14) feet six (6) inches in height. (County
Ordinance #3586.
57. Fire access roadways shall not exceed a maximum of twelve (12%) percent grade at any
point. Fire access roadways or driveways may be increased to fourteen (14%) percent
grade for a distance not to exceed five hundred (500) feet. Fire access roadways
providing access to no more than two (2) one or two-family dwellings may be increased
to a maximum of sixteen (16%) percent grade not to exceed five hundred (500) feet.
Grades across the width of a fire access roadway shall not exceed five (5%) percent. In
order to accommodate proper angles of approach and departure, gradient shall not exceed
five (5%) percent change along any ten (10) foot section.
58. Fire apparatus access roads shall be designed and maintained to support the imposed
loads of fire apparatus and shall be surfaced so as to provide all-weather driving
capabilities. Road surface shall meet the approval of the Fire Chief prior to installation.
All roads shall be designed to 85% compaction and/or paving and hold the weight of Fire
apparatus at a minimum of 80K pounds.
Packet Page. 52
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 24 of 28
59. Prior to building permits being issued to any new structure, the primary access road shall
be paved or on an all-weather surface and shall be installed as specified in the General
Requirement conditions including width, vertical clearance, and turnouts.
60. Prior to building permits being issued to any new structure, the secondary access road
shall be paved or an all-weather surface and shall be installed as specified in the General
Requirement conditions including width, vertical clearance, and turnouts.
61. The applicant shall submit a fire lane plan to the Fire Department for review and
approval. Fire lane curbs shall be painted red. "No Parking, Fire Lane" signs shall be
installed on public/private roads in accordance with the approved plan.
62. This project requires an approved street sign (temporary or permanent). The street sign
shall be installed on the nearest street corner to the project. Installation of the temporary
sign shall be prior to any combustible material being placed on the construction site. Prior
to final inspection and occupancy of the first structure, the permanent street sign shall be
installed.
63. Prior to any land disturbance the water systems shall be designed to meet the required fire
flow for this development and shall be approved by the Fire Department. The required
fire flow shall be determined by using the California Fire Code. The Fire Flow for this
project shall be: 1,750 GPM for a Two-hour duration at 20 psi residual operating
pressure. Fire Flow is based on a 16,514 sqrft. structure.
64. A water system approved and inspected by the Fire Department is required. The system
shall be operational, prior to any combustibles being stored on the site. Fire hydrants shall
be spaced no more than three hundred (300) feet apart (as measured along vehicular
travel-ways) and no more than three hundred (300) feet from any portion of a structure.
65. The applicant shall provide the Fire Department with a letter from the serving water
company, certifying that the required water improvements have been made or that the
existing fire hydrants and water system will meet distance and fire flow requirements.
Fire flow water supply shall be in place prior to placing combustible materials on the job
site.
66. The applicant shall submit a fire lane plan to the Fire Department for review and
approval. Fire lane curbs shall be painted red. The "No Parking, Fire Lane" signs shall be
installed on public/private roads in accordance with the approved plan.
67. An approved Fire Department key box is required. In commercial, industrial, and multi-
family complexes, all swing gates shall have an approved fire department Lock (Knox
®).
68. Blue reflective pavement markers indicating fire hydrant locations shall be installed as
specified by the Fire Department. In areas where snow removal occurs, or non-paved
roads exist, the blue reflective hydrant marker shall be posted on an approved post along
the side of the road, no more than three (3) feet from the hydrant and at least six (6) feet
high above the adjacent road.
Packet Page. 53
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 25 of 28
69. Hand portable fire extinguishers are required. The location, type, and cabinet design shall
be approved by the Fire Department.
70. The applicant shall install Fire Department approved material identification placards on
the outside of all buildings and/or storage tanks that store or plan to store hazardous or
flammable materials in all locations deemed appropriate by the Fire Department.
Additional placards shall be required inside the buildings when chemicals are segregated
into separate areas. Any business with an N.F.P.A. 704 rating of 2-3-3 or above shall be
required to install an approved key box vault on the premises, which shall contain
business access keys and a business plan.
71. Commercial and industrial developments of 100,000 sqrft or less shall have the street
address installed on the building with numbers that are a minimum eight (8) inches in
height and with a one (1) inch stroke. The street address shall be visible from the street.
During the hours of darkness, the numbers shall be electrically illuminated (internal or
external). Where the building is two hundred (200) feet or more from the roadway,
additional nonilluminated address identification shall be displayed on a monument, sign
or other approved means with numbers that are a minimum of six (6) inches in height and
three-quarter (¾) inch stroke.
72. The applicant shall contact the San Bernardino County Fire Department/Hazardous
Materials Division (909) 386-8401 for review and approval of building plans, where the
planned use of such buildings will or may use hazardous materials or generate hazardous
waste materials.
73. Permission to occupy or use the building (certificate of Occupancy or shell release) will
not be granted until the Fire Department inspects, approves, and signs off on the Building
and Safety job card for “fire final”.
74. The above referenced project is under the jurisdiction of the San Bernardino County Fire
Department herein “Fire Department”. Prior to any construction occurring on any parcel,
the applicant shall contact the Fire Department for verification of current fire protection
requirements. All new construction shall comply with the current California Fire Code
requirements and all applicable status, codes, ordinances, and standards of the Fire
Department.
75. Construction permits shall automatically expire and become invalid unless the work
authorized such permit is commenced within 180 days after its issuance, or if the work
authorized by such permit is suspended or abandoned for a period of 180 days after the
time the work is commenced. Suspension or abandonment shall mean that no inspection
by the Department has occurred within 180 days of any previous inspection.
76. After a construction permit becomes invalid and before such previously approved work
recommences, a new permit shall be first obtained and the fee to recommence work shall
be one-half the fee for the new permit for such work, provided no changes have been
made or will be made in the original construction documents for such work, and provided
further that such suspension or abandonment has not exceeded one year.
Packet Page. 54
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 26 of 28
77. A request to extend any permit may be made in writing PRIOR TO the expiration date
justifying the reason that the permit should be extended.
78. Roadways exceeding one hundred fifty (150) feet in length shall be approved by the Fire
Department.
79. Where the natural grade between the access road and building is in excess of thirty
percent (30%), an access road shall be provided within one hundred and fifty (150) feet
of all buildings. Where such access cannot be provided, a fire protection system shall be
installed. Plans shall be submitted to and approved by the Fire Department.
80. The applicant shall submit a letter to the Fire Department agreeing to and committing to
installation of a fire protection system prior to the building inspection for drywall and
insulation.
81. In addition to the Fire requirements stated herein, other onsite and off-site improvements
may be required which cannot be determined at this time and would have to be reviewed
after more complete improvement plans and profiles have been submitted to this office.
82. Any changes to this proposal shall require a new Fire Department condition letter.
SECTION 5. The documents and materials associated with this Resolution and that
constitute the record of proceedings on which these findings are based are located at 290 North D
Street, San Bernardino, CA 92401. The City Clerk is the custodian of the record of proceedings.
SECTION 6. Severability: If any section, subsection, subdivision, sentence, or clause or
phrase in this Resolution 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 Resolution or any part thereof. The Mayor and
City Council hereby declares that it would have adopted each section irrespective of the fact that
any one or more subsections, subdivisions, sentences, clauses, or phrases be declared
unconstitutional, invalid, or ineffective.
SECTION 7. Effective Date. This Resolution shall become effective immediately.
APPROVED and ADOPTED by the City Council and signed by the Mayor and attested
by the City Clerk this 3rd day of July, 2024
Helen Tran, Mayor
City of San Bernardino
Packet Page. 55
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 27 of 28
Attest:
Genoveva Rocha, CMC, City Clerk
Approved as to form:
Sonia Carvalho, City Attorney
Packet Page. 56
Resolution No. 2024-145
Resolution 2024-145
July 3, 2024
Page 28 of 28
CERTIFICATION
STATE OF CALIFORNIA )
COUNTY OF SAN BERNARDINO ) ss
CITY OF SAN BERNARDINO )
I, Genoveva Rocha, CMC, City Clerk, hereby certify that the attached is a true copy of
Resolution No. 2024-145, adopted at a regular meeting held on the 3rd day of July, 2024 by the
following vote:
Council Members: AYES NAYS ABSTAIN ABSENT
SANCHEZ ______ ______ _______ _______
IBARRA ______ ______ _______ _______
FIGUEROA ______ ______ _______ _______
SHORETT ______ ______ _______ _______
REYNOSO ______ ______ _______ _______
CALVIN ______ ______ _______ _______
ALEXANDER ______ ______ _______ _______
WITNESS my hand and official seal of the City of San Bernardino this _ day of__, 2024.
_____________________________
Genoveva Rocha, CMC, City Clerk
Packet Page. 57
KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
PLANTED
B33
PLANTED
A23
SITE
A16 A24 A31 A32 A35 A36 A43 B43 B42 B34 B23 PLANTEDA11A15
HARDT ST B22TRASH/ RECYCLEENCLOSURE
TRASH/ RECYCLEENCLOSURE 150' FIRE LANETRASH/ RECYCLEENCLOSURE
MARK FIRE LANESE GOULD ST PER FIRE DEPARTMENTREQUIREMENTS
E BRIER DR PLANTED PLANTEDELECTRICAL CABINET PLANTED TRUCK WELL ( LOADING SPACE)TRUCK WELL ( LOADING SPACE)"LONG TERM"BICYCLE PARKING
COULSTON ST ELECTRICALCABINETFIRST FLOORBUILDING B16300 SF
NOT A PART
"LONG TERM"BICYCLE PARKINGTRASH/ RECYCLE
FIRST FLOORBUILDING A16514 SF
B11150' FIRE LANEMARK FIRE LANESP R FIRE DEPARTMEREQUIREMENTS
A10 ENCLOSURE 500 FESLER ST. SUITE 102PLANTEDPLANTEDEL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
HARRIMAN PL A1 B1BICYCLEPARKING
19' - 0" TYP.PROPOSEDB, F-1, M, S-1 OCCUPANCY
BICYCLEPARKING
PROPOSEDB, F-1, M, S-1 OCCUPANCY
B12
I-10 BICYCLEPARKING
43 PARKING PROVIDED NOTINCLUDING PARKING EASEMENT ONADJACENT LOT 31 FOR BUILDING A
43 PARKING PROVIDED INCLUDINGPARKING EASEMENT FOR 8 CARSON THE ADJACENT LOT 31
BICYCLEPARKING150' FIRE LANEA5 A4 B4 B5MARK FIRE LANESVICINITY MAP
PLANTEDPER FIRE DEPARTMENTREQUIREMENTS
No. C25315
Ren. 2/28/19
n.t.s.
PLANTED PLANTED PLANTED C
NEW DRIVEWAYNEW DRIVEWAY TRANSFORMER NEW DRIVEWAY
S S SSSSS
NEW DRIVEWAY NEW DRIVEWAY
PLANTED
FIRST FLOORBUILDING C17048 SF
OVERALL SITEPLAN
STUB CONDUIT FORFUTURE CHARGINGSTATION PER
C1 C42CALGREEN 5.106.5.3.BICYCLEPARKING
BICYCLEPARKING
CLEAN AIR/VANPOOL/EV TRASH/ RECYCLEENCLOSURE
PROPOSEDB, F-1, M, S-1 OCCUPANCY
TRASH/ RECYCLEENCLOSURE
5-20-19Project NumberDRAWN BY: AuthorCHECKED BY:Checker
P1" =R30'-O0" JECT SCOPE
DATE:JOB NO:
CLEAN AIR/VANPOOL/EV
CLEAN AIR/VANPOOL/EV
46 PARKING PROVIDED ELECTRICALCABINET
5 NEW FREESTANDING TILT-UP SHELL BUILDINGS "LONG TERM"BICYCLE PARKING
30' - 0"C5 C38
C46
C45
C43
C44
Revision ScheduleNOT A PART NOT A PART NOT A PART #Date Description10' - 0".SIDE SETBACKC10C33
C11 C19 LOADINGSPACE
C25 C32
PLANTED
30
PLANTED
LOADINGSPACE
LOADINGSPACE13202129 21 20 13
TRASH/ RECYCLEENCLOSURE
TRASH/ RECYCLEENCLOSURE
3' - 0"121219' - 0" 8' - 0"
10' - 0"31 30 SETBACKELECTRICALCABINET SETBACK LINENOT A PART NOT A PART NOT A PART BUILDING D213759 SF
BUILDING D113759 SFPROPOSED PROPOSEDB, F-1, M, S-1 OCCUPANCY B, F-1, M, S-1 OCCUPANCY TRANSFORMER
19' - 0"
1
26' - 0"
41 40 1TRANSFORMER10' - 4"BICYCLEPARKING
PLANTED SCREENING WALL
DD0.2
NEW DRIVEWAY NEW DRIVEWAY NEW DRIVEWAY NEW DRIVEWAY "LONG TERM"BICYCLE PARKINGTRASH/ RECYCLEENCLOSURE
S S
Packet Page. 58
LEGAL DESCRIPTION
OWNER KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
PARCELS 29 & 30 OF PARCEL MAP NO. 5464FILED IN SAN BERNARDING COUNTY
OAK PROPERTIES1000 PIONEER WAYEL CAJON, CA. 92020Tel:(619) 440 7424Fax:(619) 440 8914Email:-
APN:0281-311-17 & 08
HARDT STREET
SHELL
ADDRESS:
USE:CONTACT:GREGG HAMANN ZONE:TOD CR-3
SITE INFORMATIONSITE AREA:54,315 SF16,514 SF15,030 SF22,771 SF
1.25 ACRESPROPOSED BUILDING COVERAGE:PROPOSED LANDSCAPE AREA:PROPOSED PAVING AREA:
30.4 %27.67 %41.92 %
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182
SHELLTYPE OF DEVELOPMENT:Fax / 619 442 2699SITEPARKING TABULATION No. C25315
Ren. 2/28/19
PARKING PROVIDED:37 STANDARD SPACES PROVIDED0114
COMPACT SPACES PROVIDEDVAN ACCESSIBLE SPACES PROVIDEDACCESSIBLE SPACES PROVIDEDCLEAN AIR VEHICLE SPACES PROVIDED ( 8% of AUTO SPACES MIN.)2 FUTURE E.V. CHARGING STATIONS
C
43 TOTAL AUTOMOBILE SPACES PROVIDED2 SHORT TERM BICYCLE SPACES w/ PERMANENTLY ANCHORED RACKS (5% of VISITOR AUTO SPACES MIN.1 LONG TERM BICYCLE SPACE IN LOCKABLE, PERMANENTLY ANCHORED LOCKER (5% ofTENANT/EMPLOYEE AUTO SPACES MIN.)
SITE LEGEND- EXISTING WATER SERVICE LINE- EXISTING SEWER SERVICE LATERAL
- EXISTING FIRE (WATER) SERVICE LINE
- EXISTING IRRIGATION (WATER) SERVICE LINE
- EXISTING ELECTRICAL SERVICE LINE
- EXISTING GAS SERVICE LINE
RAILROADVICINITY MAP N89°47'57"E 580.55'1" = 500'-0"
- EXISTING FIRE HYDRANT DATE:JOB NO:
9/31/202118017DRAWN BY: Ken
- PROPOSED FIRE HYDRANT- EXISTING POLE MOUNTED LIGHT STANDARD
- PROPOSED POLE MOUNTED LIGHT STANDARD
CHECKED BY:Checker
POST INDICATOR VALVE- POST INDICATOR VALVE
Revision Schedule4FIRE DEPARTMENT POINT OF CONNECTION- FIRE DEPARTMENT POINT OF CONNECTION
#Date Description15' - 0"SEWER EASEMENT
DD1.1 - REDUCED PRESSURE DETECTION ASSEMBLY(RPDA) or DOUBLE CHECK VALVE ASSEMBLY(DCVA) PER JURISDICTION1
- NUMBER OF PARKING- HANDICAP PARKING SYMBOLACCESSIBLE PATH OF TRAVEL
NEW PATH OF TRAVEL (P.O.T.) AS INDICATED IS A BARRIER FREE ACCESSROUTE WITHOUT ANY ABRUPT VERTICAL CHANGES EXCEEDING 1/2"BEVELED AT 1:2 MAXIMUM SLOPE, EXCEPT THAT LEVEL CHANGES DO NOTEXCEED 1/4" VERTICAL AND IS AT LEAST 48" WIDE. SURFACE IS SLIPRESISTANT, STABLE, FIRM, AND SMOOTH. CROSS-SLOPE DOES NOTEXCEED 2% AND SLOPE IN DIRECTION OF TRAVEL IS LESS THAT 5% UNLESSOTHERWISE INDICATED. P.O.T. SHALL BE MAINTAINED FREE OFOVERHANGING OBSTRUCTIONS TO 80" MINIMUM (11B-307.2) ANDPROTRUDING OBJECTS GREATER THAN 4" PROJECTION FROM A WALL ANDABOVE 27" AND LESS THAN 80" (11B-307.3).
4
DD1.1 BUILDING A
16' - 0"PROJECT SCOPE
A FREESTANDING SPRINKLERED TILT-UP SHELL BUILDINGTHAT WILL BE CAPABLE OF ACCOMMODATING A VARIETY OFUSES, ON APPROXIMATELY1.25 ACRES
ENTRY SHEET LIST DDBASINENTRY26' - 0"ENTRY SHEET #SHEET NAME
DD1.0 SITE PLANDD1.1DD2.1DD2.2DD2.3DD2.4
SITE DETAILSFLOOR PLANROOF PLANELEVATIONSELEVATIONS
N89°47'57"E 651.40'HARDT STREET SITEPLAN DD1.0
0'20'40'80'
1" = 20'-0"
Packet Page. 59
17' - 0"KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
3' - 0"5
BUILDING WALLPER PLAN
DD1.1 WHEEL STOP
9' - 0"
MIN.5 1/2" THICK CONC.TILT-UP END PANEL6"x6"CONC.CURB
4" WIDE STRIPINGPAINTED WHITEAT EDGE OF 9'- 0"
3C 3 A
DD1.1 3' - 0"DD1.1 ACCESSIBLESTALL STRIPING
NOTES:•USE 3,000 PSI CONC. w/A.S.T.M. A-615 GR. 60 STEELREINFORCING
CROSSHATCHED AREAINDICATED 8" MIN. CONC.PAVING w/ #4 @ 16" O.C.EACH WAY
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182
•ALL EXPOSED METALSHALL BE PRIMED &RECEIVE 2-COATS OFPAINT
Fax / 619 442 2699CORREGATED SOLIDMETAL GATES- INSTALLPER SUPPLIERSRECOMMENDATIONSCONC. - FILLED PIPE-(AS REQUIRED)
8' - 0 1/2"8' - 0 1/2"CURB
PER NOTE
ABOVE
3B
DD1.1
1 No. C25315
Ren. 2/28/19
DD1.1 41/4" = 1'-0"DD1.1 C3D JPEG VIEW 1/4" = 1'-0"STRIPING PAINTEDWIDTH PER NOTEABOVEFLOOR PLAN7'-3 1/2" HIGH CORREGATED SOLID METAL GATES w/L2x2x1/4 GATE FRAME and 20 GA. METAL DECK INFILL
'HSS' BEAM PER PLAN TYPICAL STALLw/ OVERHANG
METAL CLOSURE @PERIMETER OF ROOF
METALSTEEL DECKPER PLAN
METAL CLOSURE @PERIMETER OF ROOF
CLOSURE@ PERIMETEROF ROOF
METAL CLOSURE @ PERIMETER OF ROOF'HSS' BEAM PER PLAN
CONC. TILT-UPWALL PANEL
'HSS' POSTPER PLAN
WHEEL STOP'HSS' BEAMPER PLAN
PROVIDE CONT.ANGLE EMBEDFOR HINGES
BUILDING WALLPER PLAN
LENGTH
7'-3 1/2" HIGH CORREGATEDSOLID METAL GATES w/L2x2x1/4 GATE FRAME
CONC. TILT UPWALL PANEL
CONC. TILT-UPWALL PANEL
CONC. TILT-UPWALL PANEL
PER NOTE
ABOVEand 20 GA. METAL DECK INFILLSLOPE 1/8"PER FOOT
CONC. SLAB
DATE:JOB NO:DRAWN BY:
9/31/202118017Author
3/4" DIA. BOLTLATCH
STRIPING PAINTEDWIDTH PER NOTEABOVE
CONC. SLAB BOLLARDBOLLARDBOLLARDC5/8" DIA. CANEBOLT @ OPP. FACE
B A CHECKED BY:CheckerCONC. FOOTINGPER STRUCT'L.
NOTE:SEE EXT. ELEVATIONSFOR PAINT COLOR LEGEND
TYPICAL STALLSTRIPING
TRASH ENCLOSURE TOBE PAINTED TO MATCHMAIN BUILDING COLOR
Revision Schedule35DD1.1 DD1.1 #Date Description1/4" = 1'-0"1/4" = 1'-0"6ELEVATIONSSECTIONDD1.11/8" = 1'-0"PARKING
TYPICAL SCREENING WALLNOT TO SCALE DD1.1
Packet Page. 60
KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
DD2.4765 4 3 2 1
DD- NORTH- A 190' - 0"46' - 0"17' - 6 1/2"30' - 5 1/2"32' - 4 1/2"15' - 7 1/2"48' - 0"
FIRE RISER ROOF LADDER 500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
A
ELECTRICALCABINET FIRE RISER/TELEPHONE101 No. C25315
Ren. 2/28/19LONG TERM BIKE PARKING C
DD2.4
SHELL
100A
B
DATE:JOB NO:
9/31/202118017DRAWN BY: KenCHECKED BY:CheckerRevision ScheduleDD2.3 #Date Description
C
E
-
---
DD- SOUTH- A
DD2.3 2DD2.2 0'8'16'32'FIRSTFLOORPLAN
SQUARE FOOTAGENameAreaAreaNot Placed0 SF
Not Placed DD2.1
BUILDING A01 FIRST FLOOR
16,514 SF16,514 SF
1/8" = 1'-0"
Packet Page. 61
Packet Page. 62
E C B A KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
PARAPET35' - 0"ROOF28' - 11"PARAPET WALL ROOF MOUNTED HVAC EQUIPMENT
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
01 FIRST FLOOR 0"No. C25315
Ren. 2/28/19CSection 11/8" = 1'-0"0'8'16'32'
DD2.4765 4 3 2 1
190' - 0"
62' - 10"
DD- NORTH- A63' - 6 1/2"63' - 7 1/2"
28' - 11" BOT OF S HTG 29' - 11" T.O.W.A DATE:JOB NO:
9/31/202118017
28' - 11" T.O.W.DRAWN BY: KenCHECKED BY:Checker28' - 11" T.O.W.Revision Schedule#Date Description
33' - 4" T.O.W.
33' - 4" T.O.W.
35' - 0" T.O.W.
DD2.4
RIDGE RIDGE B
7' - 6 1/2"8' - 1 1/2"6' - 10"30' - 8" BOT OF S HTG 30' - 8" BOT OF S HTGTYP. U.O.N.
DD2.3
C
E
0'10'20'40'29' - 6 1/2" BOT OF S HTG
NOTE:ROOFTOP EQUIPMENT SHOWEN IS CONCEPTIAL.ACTUAL PLACMENT WILL VARY.ROOFPLANDD- SOUTH- A DD2.21" = 10'-0"DD2.3
Packet Page. 63
KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
No. C25315
Ren. 2/28/19C
GLASS SYSTEM CONCRETE TILT-UPWALL, PAINTED
2" REVEAL
DATE:JOB NO:
9/31/202118017DRAWN BY: Ken
TRASHENCLOSURE CHECKED BY:CheckerEXTERIOR PAINT :Revision Schedule#Date DescriptionCOLORS SHALL BE SHERWIN-WILLIAMS PAINT TO MATCHNUMBERS BELOW.
A SW 6203 SPARE WHITE
STOREFRONT GLAZING WINDOW METAL PERSONNEL DOOR
STEEL O.H. DOOR B
C
SW 7667 ZIRCONDD- EAST- A
SW 7669 SUMMIT GRAY1/8" = 1'-0"
GLASS SYSTEM GLASS SYSTEM CONCRETE TILT-UPWALL, PAINTED
GLASS SYSTEM
2" REVEAL
TRASH ENCLOSURE STOREFRONT GLAZING WINDOW 2" REVEALSAT 7" O.C.
STOREFRONTGLAZINGDD- SOUTH- A DD2.3
1/8" = 1'-0"
Packet Page. 64
KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
No. C25315
Ren. 2/28/19C
GLASS SYSTEM
CONCRETE TILT-UPWALL, PAINTED
GLASS SYSTEM
2" REVEAL
TRASHENCLOSURE
DATE:JOB NO:
9/31/202118017DRAWN BY: AuthorCHECKED BY:Checker
EXTERIOR PAINT :COLORS SHALL BE SHERWIN-WILLIAMS PAINT TO MATCHNUMBERS BELOW.Revision Schedule#Date DescriptionASW 6203 SPARE WHITE
B
C
SW 7667 ZIRCONELECTRICAL CABINET TRASH ENCLOSURE WINDOW STOREFRONT GLAZING STOREFRONT GLAZING
SW 7669 SUMMIT GRAYDD- WEST- A
1/8" = 1'-0"CONCRETE TILT-UPWALL, PAINTED
2" REVEAL
TRASHENCLOSURE
TRASH ENCLOSURE STEEL O.H. DOOR METAL PERSONNEL DOOR 2" REVEALS
ELECTRICALCABINET
DD- NORTH- A DD2.41/8" = 1'-0"
Packet Page. 65
LEGAL DESCRIPTION
OWNER KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
PARCELS 31 & 32 OF PARCEL MAP NO. 5464FILED IN SAN BERNARDING COUNTY
OAK PROPERTIES1000 PIONEER WAYEL CAJON, CA. 92020Tel:(619) 440 7424Fax:(619) 440 8914Email:-
APN:0281-311-07 & 06
HARDT STREET
SHELL
ADDRESS:
USE:CONTACT:GREGG HAMANN ZONE:TOD CR-3
SITE INFORMATIONSITE AREA:56,564 SF16,300 SF13,356 SF26,908 SF
1.30 ACRESPROPOSED BUILDING COVERAGE:PROPOSED LANDSCAPE AREA:PROPOSED PAVING AREA:
28.82 %23.61 %47.57 %
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182SHELLFax / 619 442 2699TYPE OF DEVELOPMENT:SITE PARKING TABULATIONPARKING PROVIDED:37 STANDARD SPACES PROVIDED No. C25315
Ren. 2/28/19
0114
COMPACT SPACES PROVIDEDVAN ACCESSIBLE SPACES PROVIDEDACCESSIBLE SPACES PROVIDEDCLEAN AIR VEHICLE SPACES PROVIDED ( 8% of AUTO SPACES MIN.)2 FUTURE E.V. CHARGING STATIONS C
43 TOTAL AUTOMOBILE SPACES PROVIDED2 SHORT TERM BICYCLE SPACES w/ PERMANENTLY ANCHORED RACKS (5% of VISITOR AUTO SPACES MIN.1 LONG TERM BICYCLE SPACE IN LOCKABLE, PERMANENTLY ANCHORED LOCKER (5% ofTENANT/EMPLOYEE AUTO SPACES MIN.)
SITE LEGENDVICINITY MAP - EXISTING WATER SERVICE LINE- EXISTING SEWER SERVICE LATERAL
- EXISTING FIRE (WATER) SERVICE LINE
- EXISTING IRRIGATION (WATER) SERVICE LINE
- EXISTING ELECTRICAL SERVICE LINE
- EXISTING GAS SERVICE LINE
1" = 500'-0"
- EXISTING FIRE HYDRANT9' - 0"- PROPOSED FIRE HYDRANT DATE:5-20-19- EXISTING POLE MOUNTED LIGHT STANDARD
- PROPOSED POLE MOUNTED LIGHT STANDARD
JOB NO:Project NumberDRAWN BY: AuthorCHECKED BY:Checker
4 4 POST INDICATOR VALVE- POST INDICATOR VALVE
DD1.1 DD1.1 FIRE DEPARTMENT POINT OF CONNECTION- FIRE DEPARTMENT POINT OF CONNECTION
15' - 0"SEWER EASEMENT
Revision Schedule- REDUCED PRESSURE DETECTION ASSEMBLY(RPDA) or DOUBLE CHECK VALVE ASSEMBLY(DCVA) PER JURISDICTION
#Date Description1
- NUMBER OF PARKING- HANDICAP PARKING SYMBOLACCESSIBLE PATH OF TRAVEL
NEW PATH OF TRAVEL (P.O.T.) AS INDICATED IS A BARRIER FREE ACCESSROUTE WITHOUT ANY ABRUPT VERTICAL CHANGES EXCEEDING 1/2"BEVELED AT 1:2 MAXIMUM SLOPE, EXCEPT THAT LEVEL CHANGES DO NOTEXCEED 1/4" VERTICAL AND IS AT LEAST 48" WIDE. SURFACE IS SLIPRESISTANT, STABLE, FIRM, AND SMOOTH. CROSS-SLOPE DOES NOTEXCEED 2% AND SLOPE IN DIRECTION OF TRAVEL IS LESS THAT 5% UNLESSOTHERWISE INDICATED. P.O.T. SHALL BE MAINTAINED FREE OFOVERHANGING OBSTRUCTIONS TO 80" MINIMUM (11B-307.2) ANDPROTRUDING OBJECTS GREATER THAN 4" PROJECTION FROM A WALL ANDABOVE 27" AND LESS THAN 80" (11B-307.3).
BUILDING B
16' - 0"8' - 0"
3' - 0"
16' - 0"PROJECT SCOPEOVERHANGA FREESTANDING SPRINKLERED TILT-UP SHELL BUILDINGTHAT WILL BE CAPABLE OF ACCOMMODATING A VARIETYOF USES, ON APPROXIMATELY1.30 ACRESENTRY10' - 0"SIDE SETBACK DD SHEET LIST
ENTRY SHEET #SHEET NAME
DD1.0DD1.1DD2.1DD2.2DD2.3DD2.4
SITESITE DETAILSFLOOR PLANROOF PLANELEVATIONSELEVATIONSSITEPLAN DD1.01" = 20'-0"0'20'40'80'
Packet Page. 66
17' - 0"
5 KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
BUILDING WALLPER PLAN
DD1.1 3' - 0"
WHEEL STOP5 1/2" THICK CONC.TILT-UP END PANEL
9' - 0"
MIN.6"x6"CONC.CURB3C 3 A 4" WIDE STRIPINGPAINTED WHITEAT EDGE OF 9'- 0"
DD1.1 3' - 0"DD1.1
NOTES:•USE 3,000 PSI CONC. w/A.S.T.M. A-615 GR. 60 STEELREINFORCINGALL EXPOSED METALSHALL BE PRIMED &RECEIVE 2-COATS OFPAINT
CROSSHATCHED AREAINDICATED 8" MIN. CONC.PAVING w/ #4 @ 16" O.C.EACH WAY
ACCESSIBLESTALL STRIPING
•500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182
CORREGATED SOLIDMETAL GATES- INSTALLPER SUPPLIERS Fax / 619 442 2699RECOMMENDATIONSCONC. - FILLED PIPE-(AS REQUIRED)1/2" HIGH CORREGATED SOLID METAL GATES w/L2x2x1/4 GATE FRAME and 20 GA. METAL DECK INFILL
8' - 0 1/2"8' - 0 1/2"3B
DD1.1METAL CLOSURE @PERIMETER OF ROOF METAL CLOSURE @PERIMETER OF ROOF
METAL CLOSURE @ PERIMETER OF ROOF CURB'HSS' BEAM PER PLAN PER NOTE
ABOVE
41'HSS' POSTPER PLAN
No. C25315
Ren. 2/28/19
DD1.1DD1.1 'HSS' BEAM1/4" =P1E'R-0P"LAN1/4" = 1'-0"CFLOOR PLAN3D JPEG VIEW STRIPING PAINTEDWIDTH PER NOTEABOVE
CONC. TILT UPWALL PANEL
CONC. TILT-UPWALL PANEL
CONC. TILT-UPWALL PANEL TYPICAL STALLw/ OVERHANG
'HSS' BEAM PER PLAN METALSTEEL DECKPER PLAN
CLOSURE@ PERIMETEROF ROOF
3/4" DIA. BOLTLATCH
CONC. SLAB BOLLARDBOLLARDBOLLARD WHEEL STOPCONC. TILT-UPWALL PANELC5/8" DIA. CANEBOLT @ OPP. FACE
B ANOTE:SEE EXT. ELEVATIONSFOR PAINT COLOR LEGEND
TRASH ENCLOSURE TOBE PAINTED TO MATCHMAIN BUILDING COLOR
PROVIDE CONT.ANGLE EMBEDFOR HINGES
LENGTH3BUILDING WALLPER PLANDD1.1 PER NOTE
ABOVE
7'-3 1/2" HIGH CORREGATEDSOLID METAL GATES w/L2x2x1/4 GATE FRAME
1/4" = 1'-0"ELEVATIONS and 20 GA. METAL DECK INFILLSLOPE 1/8"PER FOOT
CONC. SLAB DATE:5-20-19STRIPING PAINTEDWIDTH PER NOTEABOVE
JOB NO:Project NumberDRAWN BY: AuthorCHECKED BY:CheckerTYPICAL STALLSTRIPING
CONC. FOOTINGPER STRUCT'L.Revision Schedule5#Date DescriptionDD1.1 61/4" = 1'-0"DD1.1SECTION1/8" = 1'-0"PARKING
TYPICAL SCREENI NG WALLNOT TO SCALE DD1.1
Packet Page. 67
KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
DD2.4
DD-NORTH- B184' - 0"66' - 1"17' - 11 1/2"60' - 0"40' - 0"
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699A
B
FIRE RISERLONG TERM BICYCLE PARKINGFIRE RISER/TELEPHONE
ELECTRICAL CABINET
ROOF LADDER101 No. C25315
Ren. 2/28/19C
SHELL
100 B DD2.3 C DATE:5-20-19JOB NO:Project NumberDRAWN BY: AuthorCHECKED BY:CheckerDD2.4 Revision Schedule#Date Description
D
E
2DD2.2
DD-SOUTH- B543 2 1
DD2.3 0'8'16'32'
FIRSTFLOORPLAN
SQUARE FOOTAGENameArea DD2.1
BUILDING B01 FIRST FLOOR
16,300 SF16,300 SF 1/8" = 1'-0"
Packet Page. 68
Packet Page. 69
E D C B A
PARAPETT ROOF MOUNTED HVAC UNIT KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
PARAPET35' - 0"ROOF28' - 11"
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
01 FIRST FLOOR 0"No. C25315
Ren. 2/28/19Section 1
C
0'8'16'32'1/8" = 1'-0"5 4 3 2 1DD2.4
DD-NORTH- B
28' - 11" BOT OF S HTG29' - 11" T.O.W.A
DATE:5-20-1929' - 11" T.O.W.JOB NO:Project NumberDRAWN BY: AuthorCHECKED BY:CheckerB
Revision Schedule#Date Description33' - 4" T.O.W.
35' - 0" T.O.W.
33' - 4" T.O.W.
35' - 0" T.O.W.30' - 9" BOT OF S HTG
30' - 9" BOT OF S HTG DD2.3RIDGERIDGE C
8' - 0"DD2.4 TYP. U.O.N.
D
E
29' - 6 7/8" BOT OF S HTG 0'10'20'40'
NOTE:ROOFTOP EQUIPMENT SHOWEN IS CONCEPTIAL.ACTUAL PLACMENT WILL VARY.
28' - 11" BOT OF S HTG ROOFPLAN DD2.2
DD-SOUTH- B
1" = 10'-0"DD2.3
Packet Page. 70
KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
No. C25315
Ren. 2/28/19C
GLASS SYSTEM CONCRETE TILT-UPWALL, PAINTED
2" REVEAL
3/4" V GROVE DATE:5-20-19JOB NO:Project NumberDRAWN BY: AuthorCHECKED BY:Checker
EXTERIOR PAINT :COLORS SHALL BE SHERWIN-WILLIAMS PAINT TO MATCHNUMBERS BELOW.Revision Schedule#Date DescriptionASW 6203 SPARE WHITE
B
C
SW 7667 ZIRCON
SW 7669 SUMMIT GRAYMETAL PERSONNEL DOOR
ELECTRICAL CABINET
STOREFRONT GLAZING WINDOW TRASH ENCLOSURE
DD-EAST- B
1/8" = 1'-0"
GLASS SYSTEMGLASS SYSTEM CONCRETE TILT-UPWALL, PAINTED
GLASS SYSTEM
2" REVEAL
WINDOW DD-SOUTH- B
DD2.3
WINDOW 2" REVEALSAT 7" O.C.1/8" = 1'-0"
Packet Page. 71
KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
No. C25315
Ren. 2/28/19C
CONCRETE TILT-UPWALL, PAINTED
GLASS SYSTEM
2" REVEAL EXTERIOR PAINT :DATE:JOB NO:
5-20-19Project Number
COLORS SHALL BE SHERWIN-WILLIAMS PAINT TO MATCHNUMBERS BELOW.DRAWN BY: AuthorCHECKED BY:CheckerASW 6203 SPARE WHITE Revision ScheduleB
C
SW 7667 ZIRCON #Date DescriptionSW 7669 SUMMIT GRAY
TRASH ENCLOSURE ROLL-UP DOOR METAL PERSONNEL DOOR
WINDOW STOREFRONT GLAZING 2" REVEALSAT 7" O.C.DD-WEST- B
1/8" = 1'-0"CONCRETE TILT-UPWALL, PAINTED
2" REVEAL
TRASH ENCLOSURE ROLL-UP DOOR METAL PERSONNEL DOOR
DD-NORTH- B
DD2.41/8" = 1'-0"
Packet Page. 72
LEGAL DESCRIPTION
OWNER KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
PARCELS 24 & 25 OF PARCEL MAP NO. 5464FILED IN SAN BERNARDING COUNTY
OAK PROPERTIES1000 PIONEER WAYEL CAJON, CA. 92020Tel:(619) 440 7424Fax:(619) 440 8914Email:-
APN:0281-311-11 & 12
HARDT STREET
SHELL
ADDRESS:
USE:CONTACT:GREGG HAMANN ZONE:TOD CR-3
SITE INFORMATIONSITE AREA:54,041 SF17,048 SF13,367 SF23,626 SF
1.24 ACRES31.55 %24.73 %43.72 %
500 FESLER ST. SUITE 102PROPOSED BUILDING COVERAGE:PROPOSED LANDSCAPE AREA:PROPOSED PAVING AREA:
EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699SHELLTYPE OF DEVELOPMENT:
PARKING TABULATIONPARKING PROVIDED:No. C25315
Ren. 2/28/19
40 STANDARD SPACES PROVIDED0114
COMPACT SPACES PROVIDEDVAN ACCESSIBLE SPACES PROVIDEDACCESSIBLE SPACES PROVIDEDCLEAN AIR VEHICLE SPACES PROVIDED ( 8% of AUTO SPACES MIN.)2 FUTURE E.V. CHARGING STATIONS
C
46 TOTAL AUTOMOBILE SPACES PROVIDED2 SHORT TERM BICYCLE SPACES w/ PERMANENTLY ANCHORED RACKS (5% of VISITOR AUTO SPACES MIN.1 LONG TERM BICYCLE SPACE IN LOCKABLE, PERMANENTLY ANCHORED LOCKER (5% ofTENANT/EMPLOYEE AUTO SPACES MIN.)
SITE LEGEND- EXISTING WATER SERVICE LINESITE
- EXISTING SEWER SERVICE LATERAL
- EXISTING FIRE (WATER) SERVICE LINE
- EXISTING IRRIGATION (WATER) SERVICE LINE
- EXISTING ELECTRICAL SERVICE LINE
- EXISTING GAS SERVICE LINE
HARDT STREET - EXISTING FIRE HYDRANT DATE:JOB NO:
5-20-19Project Number
- PROPOSED FIRE HYDRANT DRAWN BY: AuthorCHECKED BY:Checker
- EXISTING POLE MOUNTED LIGHT STANDARD
- PROPOSED POLE MOUNTED LIGHT STANDARDPOST INDICATOR VALVE- POST INDICATOR VALVEFIRE DEPARTMENT POINT OF CONNECTION- FIRE DEPARTMENT POINT OF CONNECTION
Revision Schedule#Date Description- REDUCED PRESSURE DETECTION ASSEMBLY(RPDA) or DOUBLE CHECK VALVE ASSEMBLY(DCVA) PER JURISDICTION1ENTRY30' - 0"ENTRY BASIN30' - 0"- NUMBER OF PARKINGBASIN- HANDICAP PARKING SYMBOLVICINITY MAP ACCESSIBLE PATH OF TRAVEL1" = 500'-0"
NEW PATH OF TRAVEL (P.O.T.) AS INDICATED IS A BARRIER FREE ACCESSROUTE WITHOUT ANY ABRUPT VERTICAL CHANGES EXCEEDING 1/2"BEVELED AT 1:2 MAXIMUM SLOPE, EXCEPT THAT LEVEL CHANGES DO NOTEXCEED 1/4" VERTICAL AND IS AT LEAST 48" WIDE. SURFACE IS SLIPRESISTANT, STABLE, FIRM, AND SMOOTH. CROSS-SLOPE DOES NOTEXCEED 2% AND SLOPE IN DIRECTION OF TRAVEL IS LESS THAT 5% UNLESSOTHERWISE INDICATED. P.O.T. SHALL BE MAINTAINED FREE OFOVERHANGING OBSTRUCTIONS TO 80" MINIMUM (11B-307.2) ANDPROTRUDING OBJECTS GREATER THAN 4" PROJECTION FROM A WALL ANDABOVE 27" AND LESS THAN 80" (11B-307.3).
BUILDING C
4
DD1.14 PROJECT SCOPEDD1.1
A FREESTANDING SPRINKLERED TILT-UP SHELL BUILDINGTHAT WILL BE CAPABLE OF ACCOMMODATIING A VARIETYOF USES, ON APPROXIMATELY1.24 ACRES
8' - 0"19' - 0"
SHEET LIST DDGRADE LEVEL DOORS
SHEET #SHEET NAME9' - 0"
TYP.10' - 0"SIDE SETABCK
DD1.0DD1.1DD2.1DD2.2DD2.3DD2.4
SITESITE DETAILSFLOOR PLANROOF PLANELEVATIONSELEVATIONS
25
SITEPLAN DD1.00'20'40'80'
1" = 20'-0"
Packet Page. 73
17' - 0"KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
3' - 0"5
BUILDING WALLPER PLAN
DD1.1 WHEEL STOP
9' - 0"
MIN.5 1/2" THICK CONC.TILT-UP END PANEL6"x6"CONC.CURB
4" WIDE STRIPINGPAINTED WHITEAT EDGE OF 9'- 0"
3C 3 A
DD1.1 3' - 0"DD1.1 ACCESSIBLESTALL STRIPING
NOTES:•USE 3,000 PSI CONC. w/A.S.T.M. A-615 GR. 60 STEELREINFORCING
CROSSHATCHED AREAINDICATED 8" MIN. CONC.PAVING w/ #4 @ 16" O.C.EACH WAY
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182
•ALL EXPOSED METALSHALL BE PRIMED &RECEIVE 2-COATS OFPAINT
Fax / 619 442 2699CORREGATED SOLIDMETAL GATES- INSTALLPER SUPPLIERSRECOMMENDATIONSCONC. - FILLED PIPE-(AS REQUIRED)
8' - 0 1/2"8' - 0 1/2"3B
DD1.1
CURB
PER NOTE
ABOVE
1 7'-3 1/2" HIGH CORREGATED SOLID METAL GATES w/L2x2x1/4 GATE FRAME and 20 GA. METAL DECK INFILL
No. C25315
Ren. 2/28/19
METAL CLOSURE @PERIMETER OF ROOF
DD1.1 METAL CLOSURE @PERIMETER OF ROOF
4METAL CLOSURE @ PERIMETER OF ROOF1/4" = 1'-0"'HSS' BEAM PER PLAN DD1.1 C3D JPEG VIEW 1/4" = 1'-0"'HSS' POSTPER PLAN
STRIPING PAINTEDWIDTH PER NOTEABOVE
FLOOR PLAN 'HSS' BEAMPER PLAN'HSS' BEAM PER PLAN TYPICAL STALLw/ OVERHANG
METALSTEEL DECKPER PLAN
CLOSURE@ PERIMETEROF ROOF
CONC. TILT UPWALL PANEL
CONC. TILT-UPWALL PANEL
CONC. TILT-UPWALL PANEL CONC. TILT-UPWALL PANEL
WHEEL STOP
PROVIDE CONT.ANGLE EMBEDFOR HINGES
BUILDING WALLPER PLAN
LENGTH3/4" DIA. BOLTLATCH
CONC. SLAB BOLLARDBOLLARDBOLLARD 7'-3 1/2" HIGH CORREGATEDSOLID METAL GATES w/L2x2x1/4 GATE FRAME
C 5/8" DIA. CANEBOLT @ OPP. FACE
B A PER NOTE
ABOVE
NOTE:SEE EXT. ELEVATIONSFOR PAINT COLOR LEGEND
and 20 GA. METAL DECK INFILLTRASH ENCLOSURE TOBE PAINTED TO MATCHMAIN BUILDING COLOR
SLOPE 1/8"PER FOOT
3 CONC. SLABDD1.1 DATE:JOB NO:
5-20-19Project NumberDRAWN BY: AuthorCHECKED BY:Checker
1/4" = 1'-0"STRIPING PAINTEDWIDTH PER NOTEABOVE
ELEVATIONS CONC. FOOTINGPER STRUCT'L.TYPICAL STALLSTRIPING
Revision Schedule5DD1.1 #Date Description1/4" = 1'-0"6SECTIONDD1.11/8" = 1'-0"PARKING
TYPICAL SCREENING WALLNOT TO SCALE DD1.1
Packet Page. 74
KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.7 6 5 4 3 2 1
DD2.3
DD NORTH - C
164' - 0"35' - 0"13' - 11 1/2"33' - 0 1/2"35' - 0 1/2"13' - 11 1/2"33' - 0"500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
A
B
No. C25315
Ren. 2/28/19C
DATE:5-20-19JOB NO:Project NumberDRAWN BY: AuthorCHECKED BY:Checker
CSHELL100C Revision Schedule#Date DescriptionDD2.3
DD2.4
FIRE RISER/TELEPHONE101-
---
FIRE RISER
ELECTRICAL CABINET
ROOF LADDER
LONG TERM BIKE PARKING DSQUARE FOOTAGEName AreaBUILDING C 17,048 SF
E
DD SOUTH - C
DD2.4
0'8'16'32'FIRSTFLOOR2DD2.2 PLAN DD2.11/8" = 1'-0"
Packet Page. 75
Packet Page. 76
E D C B A KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
PARAPET36' - 0"ROOF30' - 9"ROOF MOUNTED HVAC EQUIPMENT PARAPET WALL
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
01 FIRST FLOOR 0"No. C25315
Ren. 2/28/19CSection 1 0'8'16'32'1/8" = 1'-0"7 6 5 4 3 2 1
DD2.3
DD NORTH - C 164' - 0"35' - 0"13' - 11 1/2"33' - 0 1/2"35' - 0 1/2"13' - 11 1/2"33' - 0"
AB
DATE:JOB NO:
5-20-19Project NumberDRAWN BY: AuthorCHECKED BY:CheckerRevision Schedule#Date Description
32' - 7" BOT OF S HTG 32' - 7" BOT OF S HTGRIDGE C
DD2.3
DD2.4
34' - 4" T.O.W.
3' - 0"1' - 0"NOTE:ROOFTOP EQUIPMENT SHOWEN IS CONCEPTIAL.ACTUAL PLACMENT WILL VARY.
8' - 0"
34' - 4" T.O.W.TYP. U.O.N.
D ROOFPLAN34' - 4" T.O.W.
1" = 10'-0"E DD2.234' - 4" T.O.W.
0'10'20'40'
Packet Page. 77
GLASS SYSTEM CONCRETE TILT-UPWALL, PAINTED
GLASS SYSTEM KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
2" REVEAL
EXTERIOR PAINT :COLORS SHALL BE SHERWIN-WILLIAMS PAINT TO MATCHNUMBERS BELOW.TRASHENCLOSURE A SW 6203 SPARE WHITE
B
C
SW 7667 ZIRCON 500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182SW 7669 SUMMIT GRAY Fax / 619 442 2699
TRASH ENCLOSURE STOREFRONT GLAZING SUSPENDED GALVANIZEDSTEEL CANOPY
WINDOW 2" REVEALSAT 7" O.C.
STOREFRONT GLAZING
No. C25315
Ren. 2/28/19DD NORTH - C
CGLASS SYSTEM GLASS SYSTEM CONCRETE TILT-UPWALL, PAINTED1/8" = 1'-0"
2" REVEAL
DATE:5-20-19JOB NO:Project NumberDRAWN BY: AuthorCHECKED BY:CheckerSTOREFRONT GLAZING SUSPENDED GALVANIZEDSTEEL CANOPY
WINDOW
TRASH ENCLOSURE
METAL PERSONNEL DOOR Revision Schedule#Date DescriptionDD WEST - C
1/8" = 1'-0"
DD2.3
Packet Page. 78
KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
No. C25315
Ren. 2/28/19C
CONCRETE TILT-UPWALL, PAINTED
GLASS SYSTEM GLASS SYSTEM
2" REVEAL
DATE:5-20-19JOB NO:Project NumberDRAWN BY: AuthorCHECKED BY:CheckerEXTERIOR PAINT :Revision ScheduleCOLORS SHALL BE SHERWIN-WILLIAMS PAINT TO MATCHNUMBERS BELOW.
#Date Description
A SW 6203 SPARE WHITE
B
C
SW 7667 ZIRCON
SW 7669 SUMMIT GRAY
ELECTRICAL CABINET TRASH ENCLOSURE SUSPENDED GALVANIZEDSTEEL CANOPY
WINDOW STOREFRONT GLAZING
DD EAST - C
1/8" = 1'-0"CONCRETE TILT-UPWALL, PAINTED
2" REVEAL
TRASH ENCLOSURE
ELECTRICAL CABINET
METAL PERSONNEL DOOR
STEEL O.H. DOORDD SOUTH - C DD2.4
1/8" = 1'-0"
Packet Page. 79
LEGAL DESCRIPTION
LEGAL DESCRIPTION
OWNER KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
PARCELS 17 OF PARCEL MAP NO. 5464FILED IN SAN BERNARDING COUNTY
PARCELS 18 OF PARCEL MAP NO. 5464FILED IN SAN BERNARDING COUNTY
OAK PROPERTIES1000 PIONEER WAYEL CAJON, CA. 92020Tel:(619) 440 7424Fax:(619) 440 8914Email:-
APN:281-311-19
HARDT STREET
SHELL
APN:281-311-18
HARDT STREET
SHELL
ADDRESS:
USE:
ADDRESS:
USE:
CONTACT:GREGG HAMANNZONE:TOD CR-3 ZONE:TOD CR-3 SITE LEGENDSITE INFORMATION
SITE INFORMATION - EXISTING WATER SERVICE LINESITE AREA:44,241 SF13,759 SF10,697 SF19,785 SF
1.02 ACRES31.1 %
SITE AREA:44,241 SF13,759 SF10,697 SF19,785 SF
1.02 ACRES31.1 %
PROPOSED BUILDING COVERAGE:PROPOSED LANDSCAPE AREA:PROPOSED PAVING AREA:
PROPOSED BUILDING COVERAGE:PROPOSED LANDSCAPE AREA:PROPOSED PAVING AREA:
- EXISTING SEWER SERVICE LATERAL
- EXISTING FIRE (WATER) SERVICE LINE
- EXISTING IRRIGATION (WATER) SERVICE LINE
- EXISTING ELECTRICAL SERVICE LINE
- EXISTING GAS SERVICE LINE
24.18 %44.72 %
24.18 %44.72 %500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182
SHELL SHELLTYPE OF DEVELOPMENT:TYPE OF DEVELOPMENT:PARKING TABULATION PARKING TABULATION Fax / 619 442 2699
PARKING PROVIDED:PARKING PROVIDED:36 STANDARD SPACES PROVIDED 36 STANDARD SPACES PROVIDED - EXISTING FIRE HYDRANT0114
COMPACT SPACES PROVIDEDVAN ACCESSIBLE SPACES PROVIDEDACCESSIBLE SPACES PROVIDEDCLEAN AIR VEHICLE SPACES PROVIDED ( 8% of AUTO SPACES MIN.)2 FUTURE E.V. CHARGING STATIONS
0114
COMPACT SPACES PROVIDEDVAN ACCESSIBLE SPACES PROVIDEDACCESSIBLE SPACES PROVIDEDCLEAN AIR VEHICLE SPACES PROVIDED ( 8% of AUTO SPACES MIN.)2 FUTURE E.V. CHARGING STATIONS
- PROPOSED FIRE HYDRANT- EXISTING POLE MOUNTED LIGHT STANDARD
- PROPOSED POLE MOUNTED LIGHT STANDARD
No. C25315
Ren. 2/28/19
42 TOTAL AUTOMOBILE SPACES PROVIDED 42 TOTAL AUTOMOBILE SPACES PROVIDED POST INDICATOR VALVE- POST INDICATOR VALVEFIRE DEPARTMENT POINT OF CONNECTION- FIRE DEPARTMENT POINT OF CONNECTION
2 SHORT TERM BICYCLE SPACES w/ PERMANENTLY ANCHORED RACKS (5% of VISITOR AUTO SPACES MIN.1 LONG TERM BICYCLE SPACE IN LOCKABLE, PERMANENTLY ANCHORED LOCKER (5% ofTENANT/EMPLOYEE AUTO SPACES MIN.)
2 SHORT TERM BICYCLE SPACES w/ PERMANENTLY ANCHORED RACKS (5% of VISITOR AUTO SPACES MIN.1 LONG TERM BICYCLE SPACE IN LOCKABLE, PERMANENTLY ANCHORED LOCKER (5% ofTENANT/EMPLOYEE AUTO SPACES MIN.)
C
- REDUCED PRESSURE DETECTION ASSEMBLY(RPDA) or DOUBLE CHECK VALVE ASSEMBLY(DCVA) PER JURISDICTION1
- NUMBER OF PARKING- HANDICAP PARKING SYMBOLACCESSIBLE PATH OF TRAVEL
NEW PATH OF TRAVEL (P.O.T.) AS INDICATED IS A BARRIER FREE ACCESSROUTE WITHOUT ANY ABRUPT VERTICAL CHANGES EXCEEDING 1/2"BEVELED AT 1:2 MAXIMUM SLOPE, EXCEPT THAT LEVEL CHANGES DO NOTEXCEED 1/4" VERTICAL AND IS AT LEAST 48" WIDE. SURFACE IS SLIPRESISTANT, STABLE, FIRM, AND SMOOTH. CROSS-SLOPE DOES NOTEXCEED 2% AND SLOPE IN DIRECTION OF TRAVEL IS LESS THAT 5% UNLESSOTHERWISE INDICATED. P.O.T. SHALL BE MAINTAINED FREE OFOVERHANGING OBSTRUCTIONS TO 80" MINIMUM (11B-307.2) ANDPROTRUDING OBJECTS GREATER THAN 4" PROJECTION FROM A WALL ANDABOVE 27" AND LESS THAN 80" (11B-307.3).
PROJECT SCOPE DATE:JOB NO:
5-20-19Project NumberDRAWN BY: AuthorCHECKED BY:Checker
FIRE LANE A FREESTANDING SPRINKLERED TILT-UP SHELLBUILDING THAN WILL BE CAPABLE OF ACCOMMODATINGA VARIETY OF USES, ON APPROXIMATELY2.10 ACRES
FIRE LANE
GRADE LEVEL DOORS 2
DD1.1GRADE LEVEL DOORS Revision Schedule25' - 7 1/4"25' - 6"26' - 0 3/4"33' - 5"
#Date Description3' - 0"SITE43' - 9"BUILDING D1 BUILDING D219' - 0"26' - 0"19' - 0"
SETBACK LINE410' - 0"DD1.1 64' - 5"
10' - 0"SIDE SETBACK VICINITY MAP
19' - 0"8' - 0"
1" = 500'-0"SHEET LIST DD57' - 6"SHEET #SHEET NAME
DD1.0 SITE PLANDD1.1DD2.1DD2.2DD2.3
SITE DETAILSFLOOR PLANROOF PLANELEVATION
BASIN
N89°46'30"E 933.58'BRIER STREET DD1.0SITE0'20'40'80'PLAN
Packet Page. 80
17' - 0"
5 KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
3' - 0"BUILDING WALLPER PLAN
DD1.1 WHEEL STOP9' - 0"
MIN.5 1/2" THICK CONC.TILT-UP END PANEL
4" WIDESTRIPING6"x6"CONC.CURB
TYPICAL ACCESSIBLESYMBOL BLUE FIELD ANDWHITE WHEELCHAIR
3C 3A
DD1.1 DD1.1 5' - 0" MIN.ACCESSIBLESTALL STRIPING
NOTES:3' - 0"•USE 3,000 PSI CONC. w/A.S.T.M. A-615 GR. 60 STEELREINFORCING
CROSSHATCHED AREAINDICATED 8" MIN. CONC.PAVING w/ #4 @ 16" O.C.EACH WAY
•ALL EXPOSED METALSHALL BE PRIMED &RECEIVE 2-COATS OFPAINT
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182
CORREGATED SOLIDMETAL GATES- INSTALLPER SUPPLIERS Fax / 619 442 26998' - 0 1/2"8' - 0 1/2"RECOMMENDATIONSCONC. - FILLED PIPE-(AS REQUIRED)CURB143B
DD1.1
3D JPEG VIEW FLOOR PLAN 9' - 0"DD1.1 DD1.1 MIN. TYP.1/4" = 1'-0"1/4" = 1'-0"No. C25315
Ren. 2/28/19
7'-3 1/2" HIGH CORREGATED SOLID METAL GATES w/L2x2x1/4 GATE FRAME and 20 GA. METAL DECK INFILL
'HSS' BEAM PER PLANMETAL CLOSURE @PERIMETER OF ROOF
METAL CSTEEL DECKPER PLAN
METAL CLOSURE @PERIMETER OF ROOF
CLOSURE@ PERIMETEROF ROOF
METAL CLOSURE @ PERIMETER OF ROOF 4" WIDE STRIPE'HSS' BEAM PER PLAN
TYPICAL STALLw/ OVERHANG
CONC. TILT-UPWALL PANEL
'HSS' POSTPER PLAN 'HSS' BEAMPER PLAN
PROVIDE CONT.ANGLE EMBEDFOR HINGES
BUILDING WALLPER PLAN WHEEL STOP7'-3 1/2" HIGH CORREGATEDSOLID METAL GATES w/
CONC. TILT UPWALL PANEL
CONC. TILT-UPWALL PANEL
CONC. TILT-UPWALL PANEL
L2x2x1/4 GATE FRAMEand 20 GA. METAL DECK INFILL LENGTHSLOPE 1/8"PER FOOT
CONC. SLAB
9' - 0"3/4" DIA. BOLTLATCH
CONC. SLAB BOLLARD MIN. TYP.BOLLARD BOLLARDC 5/8" DIA. CANEBOLT @ OPP. FACE
B A CONC. FOOTINGPER STRUCT'L.
NOTE:SEE EXT. ELEVATIONSFOR PAINT COLOR LEGEND
TRASH ENCLOSURE TOBE PAINTED TO MATCHMAIN BUILDING COLOR
3 5ELEVATIONSSECTION 5-20-19Project Number
DATE:JOB NO:
4" WIDE STRIPEDD1.1 DD1.1 DRAWN BY: AuthorCHECKED BY:Checker
1/4" = 1'-0"1/4" = 1'-0"TYPICAL STALLSTRIPING
617' - 0"PARKING Revision ScheduleDD1.10' - 6 1/2"15' - 11"0' - 6 1/2"#Date Description1/8" = 1'-0"7 D 87 1/4" THICK CONC.TILT-UP PANEL
DD1.1 DD1.1
5 1/2" THICK CONC.TILT-UP END PANEL6"x6"CONC.CURB7C 7ADD1.1DD1.1 3' - 0"
NOTES:•USE 3,000 PSI CONC. w/A.S.T.M. A-615 GR. 60 STEELREINFORCINGALL EXPOSED METALSHALL BE PRIMED &RECEIVE 2-COATS OFPAINT
CROSSHATCHED AREAINDICATED 8" MIN. CONC.PAVING w/ #4 @ 16" O.C.EACH WAY
•
CORREGATED SOLIDMETAL GATES- INSTALLPER SUPPLIERS9RECOMMENDATIONSCONC. - FILLED PIPE-(AS REQUIRED)
3D JPEG VIEW1 8' - 0 1/2"7 B 8' - 0 1/2"DD1.1 TYPICAL SCREENING WALL
DD1.1 2FLOOR PLAN11/4" = 1'-0"DD1.1 NOT TO SCALE1/4" = 1'-0"7'-3 1/2" HIGH CORREGATED SOLID METAL GATES w/L2x2x1/4 GATE FRAME and 20 GA. METAL DECK INFILL
METAL CLOSURE @PERIMETER OF ROOF
METAL CLOSURE @PERIMETER OF ROOF
METAL CLOSURE @PERIMETER OF ROOF
'HSS' BEAM PER PLANMETAL CLOSURE @ PERIMETER OF ROOF 1'- 0" MAX.1'- 0" MAX.METALSTEEL DECK PER PLAN 'HSS' BEAM PER PLAN STEEL DECKPER PLAN
CLOSURE@ PERIMETEROF ROOF
'HSS' POSTPER PLAN
CONC. TILT-UPWALL PANEL
'HSS' BEAMPER PLAN
'HSS' POSTPER PLAN
PROVIDE CONT.ANGLE EMBEDFOR HINGES PERCONC. TILT-UPWALL PANEL
CONC. TILT UPWALL PANEL
CONC. TILT-UPWALL PANEL
CONC. TILT-UPWALL PANEL
7'-3 1/2" HIGH CORREGATEDSOLID METAL GATES w/L2x2x1/4 GATE FRAMEand 20 GA. METAL DECK INFILLSLOPE 1/8"PER FOOT
CONC. SLAB
3/4" DIA. BOLTLATCH
CONC. SLAB BOLLARDBOLLARDDC5/8" DIA. CANEBOLT @ OPP. FACE
B NOTE:A 8 DD1.1
TRASH ENCLOSURE TOBE PAINTED TO MATCHMAIN BUILDING COLOR
SEE EXT. ELEVATIONSFOR PAINT COLOR LEGEND
7 SECTION1ELEVATIONS1 DD1.1DD1.1 1/4" = 1'-0"1/4" = 1'-0"
Packet Page. 81
KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
1 2
3
PARAPET31' - 8"ROOF26' - 8"02 SECONDFLOOR
15' - 0"
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
01 FIRST FLOOR00 FOUNDATION0"-1' - 0"
2DD2.11/16" = 1'-0"No. C25315
Ren. 2/28/19
Section 1120' - 5"
C2--DD2.1
Elevation 2 - aDD-NORTH - D - WEST SIDE
FIRE RISER
ELECTRICALCABINETS
ROOF LADDERLONG TERMBIKE PARKING
DATE:5-20-19JOB NO:Project NumberDRAWN BY: AuthorCHECKED BY:Checker
DD2.3 -DD2.3 -
Revision Schedule#Date Description
FIRSTFLOOR
TOTAL BUILDING WIDTH IS GREATER THAN 50% OF THE WIDTH OF THE SITE
BRIER STREET ELEVATIN PLANDD2.3
1/16" = 1'-0"
SQUARE FOOTAGEName Area
0'16'32'64'
BUILDING D1
BUILDING D2
13,759 SF
13,759 SF DD2.1
Packet Page. 82
KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
No. C25315
Ren. 2/28/19C
0'8'16'32'
D C B A
DD2.32 --DD2.1 DD-NORTH - D1 Elevation 2 - a 112' - 0"
DD-NORTH - D - WEST SIDE2 78' - 7"1 DATE:5-20-19JOB NO:Project NumberDRAWN BY: AuthorCHECKED BY:CheckerRevision Schedule#Date Description
DD2.3 -DD2.3RIDGE RIDGE-2
3
NOTE:ROOFTOP EQUIPMENT SHOWEN IS CONCEPTIAL.ACTUAL PLACMENT WILL VARY.ROOFPLAN0'16'32'64'DD2.2
1/16" = 1'-0"
Packet Page. 83
KENNETH D. SMI THARCHITECT& ASSOCIATES, INC.
500 FESLER ST. SUITE 102EL CAJON - CA - 92020PH / 619 444 2182Fax / 619 442 2699
No. C25315
Ren. 2/28/19C
CONCRETE TILT-UPWALL, PAINTED
2" REVEAL
METAL PERSONNEL DOOR
ROLL-UP DOOR ELECTRICAL CABINETDD-NORTH - D1
DATE:5-20-19JOB NO:Project NumberDRAWN BY: AuthorCHECKED BY:Checker
3/32" = 1'-0"5DD2.3 Revision ScheduleGLASS SYSTEM #Date DescriptionCONCRETE TILT-UPWALL, PAINTED
2" REVEAL CONCRETE TILT-UPWALL, PAINTED
ELECTRICAL CABINETSTOREFRONT GLAZING DD-WEST - D1
ROLL-UP DOOR METAL PERSONNEL DOORDD-EAST - D1
3/32" = 1'-0"
3/32" = 1'-0"19' - 9 1/2"7' - 10"37' - 2"
CONCRETE TILT-UPWALL, PAINTED
GLASS SYSTEM CONCRETE TILT-UPWALL, PAINTEDEXTERIOR PAINT :
GLASS SYSTEM 2" REVEAL
COLORS SHALL BE SHERWIN-WILLIAMS PAINT TO MATCHNUMBERS BELOW.
A SW 6203 SPARE WHITE
B
C
SW 7667 ZIRCON
SW 7669 SUMMIT GRAY
D2 ELEVATIONS ARE A FLOP OF D1DOUBLE DOOR AT MAIN ENTRY STOREFRONT SYSTEM STOREFRONT SYSTEMSTOREFRONT SYSTEMBRIER STREET ELEVATIN DD2.3
DOUBLE DOOR AT MAIN ENTRY
3/32" = 1'-0"
Packet Page. 84
VICINITY MAP KEY MAP
H A R D T S T R E E T
B R I E R S T R E E T NorthNTS
T
PROPOSED BUILDING 'A'
H A R D T S T R E E T
PARKING SPACES: 34 0 10'20'60'24' BOX TREES PROPOSED: 17RATIO: 1 TREE PER 2 SPACES North Scale 1" = 20'CITY OF SAN BERNARDINOr l a 2 6 8 1HO WARD
DEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXLandscape Concept Plan for:BUILDING 'A'
A S S O C I A T E Sl a n d s c a p e a r c h i t e c t u r e1 9 5 1 F o u r t h a v e n u e
12San Bernardino Business ParkS u i t e 3 0 2s a n d i e g o c a 9 2 1 01 619 718 9660 HARDT ST TO E BRIER DR
Packet Page. 85
GENERAL NOTES CITY OF SAN BERNARDINO MC G19.28.130(5)
1. WATER CONSERVATION CRITERIA
1. FINAL LANDSCAPE PLANS SHALL ACCURATELY SHOW PLACEMENT OF TREES, SHRUBS AND GROUNDCOVERS.Plant Legend2. ALL REQUIRED LANDSCAPE AREAS, INCLUDING THE ROW, SHALL BE MAINTAINED PER CITY OF SAN BERNARDINOREQUIREMENTS.
Compliance with the Water Conservation in Landscape Ordinance.
A. Landscape Technique Points20
3. AUTOMATIC IRRIGATION SHALL BE INSTALLED TO PROVIDE COVERAGE FOR ALL PLANTING AREAS SHOWN ON THE PLAN. LOWVOLUME EQUIPMENT SHALL PROVIDE SUFFICIENT WATER FOR PLANT GROWTH WITH MINIMUM WATER LOSS DUE TO WATERRUN-OFF. IRRIGATION SYSTEMS SHALL USE HIGH QUALITY, AUTOMATIC CONTROL VALVES, CONTROLLERS AND OTHERNECESSARY IRRIGATION EQUIPMENT. ALL COMPONENTS SHALL BE OF NON-CORROSIVE MATERIAL. ALL DRIP SYSTEMS SHALLBE ADEQUATELY FILTERED AND REGULATED PER THE MANUFACTURES RECOMMENDED DESIGN PARAMETERS. ALL IRRIGATIONIMPROVEMENTS SHALL FOLLOW THE CITY OF SAN BERNARDINO GUIDELINES AND WATER CONSERVATION ORDINANCE.
1. Water conserving plants used in 75 percent ormore of the total landscaped area.2. Turf limited as follows:
20
a. All other projects* - 30 percent of total landscaped area.4. THE SELECTION OF PLANT MATERIAL IS BASED ON AESTHETIC AND MAINTENANCE CONSIDERATIONS. ALL PLANTING AREASSHALL BE PREPARED WITH APPROPRIATE SOIL AMENDMENTS, FERTILIZERS, AND APPROPRIATE SUPPLEMENTS BASED UPON ASOILS REPORT FROM AN AGRICULTURAL SUITABILITY SOIL SAMPLE TAKEN FROM THE SITE. GROUND COVERS OR BARK MULCHSHALL FILL IN BETWEEN SHRUBS TO SHIELD THE SOIL FROM THE SUN, EVAPOTRANSPIRATION, AND RUN-OFF. ALL THE SHRUBBEDS SHALL BE MULCHED TO A 3" DEPTH TO HELP CONSERVE WATER, LOWER THE SOIL TEMPERATURE AND REDUCE WEEDGROWTH. THE SHRUBS SHALL BE ALLOWED TO GROW IN THEIR NATURAL FORMS. ALL LANDSCAPE IMPROVEMENTS SHALLFOLLOW THE CITY OF SAN BERNARDINO GUIDELINES.
3. Plants placed or grouped into hydrozonesaccording to their watering needs.
10
10
10
4. Polymers incorporated into the soil to improve water holding capacity in turf and ground cover areas.5. A maintenance program consisting of:a. Periodic irrigation system repair.TREES:6. STREET TREES AND OTHER TREES SHALL BE SPACED AS FOLLOWS:6.1. 8' FROM TRANSFORMERS, CABLE, AND PULL BOXES6.2. 5 FEET FROM MAIL BOXES6.3. 5 FEET FROM FIRE HYDRANTS (ALL SIDES)
b. Seasonal adjustments to the irrigation system.
c. Practices which foster long term landscape water conservation.6.4. 10 FEET FROM CENTERLINE OF ALL UTILITY LINES (WITHOUT EASEMENT)(SEWER, WATER, STORM DRAINS, DOUBLE CHECKDETECTOR VALVES, AIR RELIEF VALVES, AND GAS)6.5. 10 FEET FROM EASEMENT BOUNDARIES (SEWER, WATER, STORM DRAINS, ACCESS OR OTHER UTILITIES)6.6. 10 FEET FROM DRIVEWAYS (UNLESS A LINE OF SIGHT IS DETERMINED BY THE TRAFFIC DIVISION TO BE OTHERWISE)6.7. 10 FEET FROM TRAFFIC AND DIRECTIONAL SIGNS
6. Where no groundcover is used, utilize wood chips, bark, or other organic mulch,to a depth of three inches on top of exposed soil or landscaped fabric, such asunderneath shrubs.
5
57. Organic soil amendments to improve water holding capacity ofsoil, where soil conditions merit.
6.8. 15 FEET (MINIMUM) FROM STREETLIGHTS, OTHER UTILITY POLES, (DETERMINED BY SPECIFICATIONS)
6.9. STREET TREES SHALL BE PLANTED 3' OUTSIDE RIGHT-OF-WAY IF THE RIGHT-OF-WAY DOES NOT ALLOW SPACE, SUBJECT TOCITY ENGINEERS APPROVAL.
TOTAL: 80 POINTS6.10. LINE OF SIGHT AT ARTERIALS, COLLECTOR AND LOCAL STREETS SHALL BE REVIEWED AND DETERMINED BY THE TRAFFICENGINEER.6.11. MINIMUM FIFTEEN (15') STREETLIGHT AND STOP SIGN OR CLEARANCE DETERMINED BY SPECIFICATIONS.6.12. SCREEN ALL UTILITIES ACCORDING TO SPECIFIC AGENCY REQUIREMENTS.
B. Irrigation Technique1. Low gallonage irrigation system, or higher gallonage systems with automaticcontroller capable of repeat cycling, used for more than 75% of thetotal landscaped area. Turf areas must utilize "spray" coverage,
20
ROOT BARRIERS drip systems may not be used for turf.ROOT BARRIERS SHALL BE INSTALLED ADJACENT TO ALL PAVING SURFACES WHERE APAVING SURFACE IS LOCATED WITHIN 6 FEET OF A TREE TRUNK. ROOT BARRIERS SHALLEXTEND 10 FEET IN EACH DIRECTION FROM THE CENTERLINE OF THE TRUNK, FOR A TOTALDISTANCE OF 20 FEET. ROOT BARRIERS SHALL BE MINIMUM OF 24 INCHES IN DEPTH.INSTALLING A ROOT BARRIER AROUND THE TREE'S ROOT BALL IS UNACCEPTABLE.
2. Automatic controller for irrigation system.3. Irrigation system designed using hydrozones towater plants according to their water needs (i.e., landscapematerials which require different watering
2010
needs are irrigated by separate control valves).4. Rain sensors used in conjunction with an automatic controller.
IRRIGATION NOTES 10
5THE IRRIGATION SYSTEM WILL BE DESIGNED TO AFFORD OPTIMUM COVERAGE FOR THESUPPORT OF PLANT GROWTH. THE COVERAGE WILL MEET THE WATER REQUIREMENTS FORTHE SELECTED PLANT MATERIAL AND WITHIN THE GIVEN
5. Soil-moisture sensors used in conjunction with an automatic controller
6. In-head or in-line check valves are utilized 5PLANTING AREAS. THE DESIGN WILL TAKE INTO CONSIDERATION THE TYPE OF EXPOSURETHE SYSTEM WILL HAVE. THE IRRIGATION SYSTEM WILL BE DESIGNED WITH RESPECT TOWATER CONSERVATION. IRRIGATION HEADS SHALL BE CHOSEN FOR MAXIMUM COVERAGEWITH LOW-GALLONAGE AND PRECIPITATION QUALITIES. THE IRRIGATION SYSTEM SHALL BEA FULLY AUTOMATIC SYSTEM AND AS MAINTENANCE-FREE AS POSSIBLE. THE MATERIALSFOR THE SYSTEM WILL BE OF AN EXTREMELY DURABLE NATURE, AND WILL HAVE BEENSELECTED FOR WEAR RESISTANCE AND LONG LIFE. THE OVERALL SYSTEM SHALL BEDESIGNED FOR EASE OF MAINTENANCE. ALL LANDSCAPE AND IRRIGATION SHALLCONFORM TO THE STANDARDS OF THE CITYWIDE LANDSCAPE REGULATIONS AND THELANDSCAPE STANDARDS AND ALL OTHER LANDSCAPE RELATED CITY AND REGIONALSTANDARDS. ALL IRRIGATION SHALL UTILIZE A DESIGNATED SEPARATE IRRIGATION WATERMETER, AND SUBSURFACE DRIP OR ROTOR LOW PRECIPITATION RATE IRRIGATION WITH AWEATHER - BASED AUTOMATIC IRRIGATION SMART CONTROLLER.
(whenever the cross gradient is greater than three feet in elevation).
7. Irrigation schedule which varies by season, and developedthrough the use of Evapotranspiration data (ET).
5
TOTAL: 75 POINTS
T
NOTE:GRADING AND DRAINAGE 1. MINIMUM TREE SIZES SHALL BE AS FOLLOWS:15% 48" BOX15% 36" BOX20% 24" BOX50% 15 GAL.
ALL GRADES AND DRAINAGE SWALES SHALL BE PER CIVIL ENGINEER'S GRADING ANDDEVELOPMENT PLAN.
2. MINIMUM SHRUB SIZES SHALL BE AS FOLLOWS:NOTES:80% 5 GAL.20% 1 GAL.
North1"=40'
1. NO STRUCTURES HIGHER THAN 30" OR PLANT MATERIALHIGHER THAN 24" AT MATURITY SHALL BE ALLOWED WITHINTHE CLEAR SIGHT AREA.
3. GROUNDCOVERS SHALL ACHIEVE 100% COVERAGE WITHIN 1 YEAR.PARKING LOT CALCULATIONS:2. ALL LANDSCAPED AREAS SHALL BE MAINTAINED BY THEPROJECT OWNER, INCLUDING REGULAR WATERING,PRUNING, FERTILIZING, CLEARING OF DEBRIS AND WEEDS,REMOVAL AND REPLACEMENT OF DEAD PLANTS AND REPAIRAND REPLACEMENT OF IRRIGATION SYSTEM.
NET AREA OF ALL SURFACE PARKING AREA: 18,183 SQFT
LANDSCAPING WITHIN PARKING AREA: 2,890 SQFT
TOTAL: 16%
CITY OF SAN BERNARDINOr l a 2 6 8 1HO WARD
DEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXLandscape Concept Plan for:BUILDING 'A'
A S S O C I A T E Sl a n d s c a p e a r c h i t e c t u r e1 9 5 1 F o u r t h a v e n u e
2San Bernardino Business Park 2S u i t e 3 0 2s a n d i e g o c a 9 2 1 01 619 718 9660 HARDT ST TO E BRIER DR
Packet Page. 86
KEY MAPVICINITY MAP
H A R D T S T R E E T
B R I E R S T R E E T NorthNTS
PROPOSED BUILDING 'B'
H A R D T S T R E E T
PARKING SPACES: 5124' BOX TREES PROPOSED: 24 0 10'20'60'RATIO: 1 TREE PER 2.1 SPACES North Scale 1" = 20'CITY OF SAN BERNARDINOr l a 2 6 8 1HO WARD
DEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXLandscape Concept Plan for:BUILDING 'B'
A S S O C I A T E Sl a n d s c a p e a r c h i t e c t u r e1 9 5 1 F o u r t h a v e n u e
1San Bernardino Business Park 2S u i t e 3 0 2s a n d i e g o c a 9 2 1 01 619 718 9660 HARDT ST TO E BRIER DR
Packet Page. 87
GENERAL NOTES CITY OF SAN BERNARDINO MC G19.28.130(5)
1. WATER CONSERVATION CRITERIA
1. FINAL LANDSCAPE PLANS SHALL ACCURATELY SHOW PLACEMENT OF TREES, SHRUBS AND GROUNDCOVERS.Plant Legend2. ALL REQUIRED LANDSCAPE AREAS, INCLUDING THE ROW, SHALL BE MAINTAINED PER CITY OF SAN BERNARDINOREQUIREMENTS.
Compliance with the Water Conservation in Landscape Ordinance.
A. Landscape Technique Points20
3. AUTOMATIC IRRIGATION SHALL BE INSTALLED TO PROVIDE COVERAGE FOR ALL PLANTING AREAS SHOWN ON THE PLAN. LOWVOLUME EQUIPMENT SHALL PROVIDE SUFFICIENT WATER FOR PLANT GROWTH WITH MINIMUM WATER LOSS DUE TO WATERRUN-OFF. IRRIGATION SYSTEMS SHALL USE HIGH QUALITY, AUTOMATIC CONTROL VALVES, CONTROLLERS AND OTHERNECESSARY IRRIGATION EQUIPMENT. ALL COMPONENTS SHALL BE OF NON-CORROSIVE MATERIAL. ALL DRIP SYSTEMS SHALLBE ADEQUATELY FILTERED AND REGULATED PER THE MANUFACTURES RECOMMENDED DESIGN PARAMETERS. ALL IRRIGATIONIMPROVEMENTS SHALL FOLLOW THE CITY OF SAN BERNARDINO GUIDELINES AND WATER CONSERVATION ORDINANCE.
1. Water conserving plants used in 75 percent ormore of the total landscaped area.2. Turf limited as follows:
20
a. All other projects* - 30 percent of total landscaped area.4. THE SELECTION OF PLANT MATERIAL IS BASED ON AESTHETIC AND MAINTENANCE CONSIDERATIONS. ALL PLANTING AREASSHALL BE PREPARED WITH APPROPRIATE SOIL AMENDMENTS, FERTILIZERS, AND APPROPRIATE SUPPLEMENTS BASED UPON ASOILS REPORT FROM AN AGRICULTURAL SUITABILITY SOIL SAMPLE TAKEN FROM THE SITE. GROUND COVERS OR BARK MULCHSHALL FILL IN BETWEEN SHRUBS TO SHIELD THE SOIL FROM THE SUN, EVAPOTRANSPIRATION, AND RUN-OFF. ALL THE SHRUBBEDS SHALL BE MULCHED TO A 3" DEPTH TO HELP CONSERVE WATER, LOWER THE SOIL TEMPERATURE AND REDUCE WEEDGROWTH. THE SHRUBS SHALL BE ALLOWED TO GROW IN THEIR NATURAL FORMS. ALL LANDSCAPE IMPROVEMENTS SHALLFOLLOW THE CITY OF SAN BERNARDINO GUIDELINES.
3. Plants placed or grouped into hydrozonesaccording to their watering needs.
10
10
10
4. Polymers incorporated into the soil to improve water holding capacity in turf and ground cover areas.5. A maintenance program consisting of:a. Periodic irrigation system repair.TREES:6. STREET TREES AND OTHER TREES SHALL BE SPACED AS FOLLOWS:6.1. 8' FROM TRANSFORMERS, CABLE, AND PULL BOXES6.2. 5 FEET FROM MAIL BOXES6.3. 5 FEET FROM FIRE HYDRANTS (ALL SIDES)
b. Seasonal adjustments to the irrigation system.
c. Practices which foster long term landscape water conservation.6.4. 10 FEET FROM CENTERLINE OF ALL UTILITY LINES (WITHOUT EASEMENT)(SEWER, WATER, STORM DRAINS, DOUBLE CHECKDETECTOR VALVES, AIR RELIEF VALVES, AND GAS)6.5. 10 FEET FROM EASEMENT BOUNDARIES (SEWER, WATER, STORM DRAINS, ACCESS OR OTHER UTILITIES)6.6. 10 FEET FROM DRIVEWAYS (UNLESS A LINE OF SIGHT IS DETERMINED BY THE TRAFFIC DIVISION TO BE OTHERWISE)6.7. 10 FEET FROM TRAFFIC AND DIRECTIONAL SIGNS
6. Where no groundcover is used, utilize wood chips, bark, or other organic mulch,to a depth of three inches on top of exposed soil or landscaped fabric, such asunderneath shrubs.
5
57. Organic soil amendments to improve water holding capacity ofsoil, where soil conditions merit.
6.8. 15 FEET (MINIMUM) FROM STREETLIGHTS, OTHER UTILITY POLES, (DETERMINED BY SPECIFICATIONS)
6.9. STREET TREES SHALL BE PLANTED 3' OUTSIDE RIGHT-OF-WAY IF THE RIGHT-OF-WAY DOES NOT ALLOW SPACE, SUBJECT TOCITY ENGINEERS APPROVAL.
TOTAL: 80 POINTS6.10. LINE OF SIGHT AT ARTERIALS, COLLECTOR AND LOCAL STREETS SHALL BE REVIEWED AND DETERMINED BY THE TRAFFICENGINEER.6.11. MINIMUM FIFTEEN (15') STREETLIGHT AND STOP SIGN OR CLEARANCE DETERMINED BY SPECIFICATIONS.6.12. SCREEN ALL UTILITIES ACCORDING TO SPECIFIC AGENCY REQUIREMENTS.
B. Irrigation Technique1. Low gallonage irrigation system, or higher gallonage systems with automaticcontroller capable of repeat cycling, used for more than 75% of thetotal landscaped area. Turf areas must utilize "spray" coverage,
20
ROOT BARRIERS drip systems may not be used for turf.ROOT BARRIERS SHALL BE INSTALLED ADJACENT TO ALL PAVING SURFACES WHERE APAVING SURFACE IS LOCATED WITHIN 6 FEET OF A TREE TRUNK. ROOT BARRIERS SHALLEXTEND 10 FEET IN EACH DIRECTION FROM THE CENTERLINE OF THE TRUNK, FOR A TOTALDISTANCE OF 20 FEET. ROOT BARRIERS SHALL BE MINIMUM OF 24 INCHES IN DEPTH.INSTALLING A ROOT BARRIER AROUND THE TREE'S ROOT BALL IS UNACCEPTABLE.
2. Automatic controller for irrigation system.3. Irrigation system designed using hydrozones towater plants according to their water needs (i.e., landscapematerials which require different watering
2010
needs are irrigated by separate control valves).4. Rain sensors used in conjunction with an automatic controller.
IRRIGATION NOTES 10
5THE IRRIGATION SYSTEM WILL BE DESIGNED TO AFFORD OPTIMUM COVERAGE FOR THESUPPORT OF PLANT GROWTH. THE COVERAGE WILL MEET THE WATER REQUIREMENTS FORTHE SELECTED PLANT MATERIAL AND WITHIN THE GIVEN
5. Soil-moisture sensors used in conjunction with an automatic controller
6. In-head or in-line check valves are utilized 5PLANTING AREAS. THE DESIGN WILL TAKE INTO CONSIDERATION THE TYPE OF EXPOSURETHE SYSTEM WILL HAVE. THE IRRIGATION SYSTEM WILL BE DESIGNED WITH RESPECT TOWATER CONSERVATION. IRRIGATION HEADS SHALL BE CHOSEN FOR MAXIMUM COVERAGEWITH LOW-GALLONAGE AND PRECIPITATION QUALITIES. THE IRRIGATION SYSTEM SHALL BEA FULLY AUTOMATIC SYSTEM AND AS MAINTENANCE-FREE AS POSSIBLE. THE MATERIALSFOR THE SYSTEM WILL BE OF AN EXTREMELY DURABLE NATURE, AND WILL HAVE BEENSELECTED FOR WEAR RESISTANCE AND LONG LIFE. THE OVERALL SYSTEM SHALL BEDESIGNED FOR EASE OF MAINTENANCE. ALL LANDSCAPE AND IRRIGATION SHALLCONFORM TO THE STANDARDS OF THE CITYWIDE LANDSCAPE REGULATIONS AND THELANDSCAPE STANDARDS AND ALL OTHER LANDSCAPE RELATED CITY AND REGIONALSTANDARDS. ALL IRRIGATION SHALL UTILIZE A DESIGNATED SEPARATE IRRIGATION WATERMETER, AND SUBSURFACE DRIP OR ROTOR LOW PRECIPITATION RATE IRRIGATION WITH AWEATHER - BASED AUTOMATIC IRRIGATION SMART CONTROLLER.
(whenever the cross gradient is greater than three feet in elevation).
7. Irrigation schedule which varies by season, and developedthrough the use of Evapotranspiration data (ET).
5
TOTAL: 75 POINTS
T
NOTE:GRADING AND DRAINAGE 1. MINIMUM TREE SIZES SHALL BE AS FOLLOWS:ALL GRADES AND DRAINAGE SWALES SHALL BE PER CIVIL ENGINEER'S GRADING ANDDEVELOPMENT PLAN.
15% 48" BOX15% 36" BOX20% 24" BOX50% 15 GAL.
North1"=40'NOTES:2. MINIMUM SHRUB SIZES SHALL BE AS FOLLOWS:80% 5 GAL.20% 1 GAL.
PARKING LOT CALCULATIONS:1. NO STRUCTURES HIGHER THAN 30" OR PLANT MATERIALHIGHER THAN 24" AT MATURITY SHALL BE ALLOWED WITHINTHE CLEAR SIGHT AREA.
NET AREA OF ALL SURFACE PARKING AREA: 21,294 SQFT
LANDSCAPING WITHIN PARKING AREA: 3,215 SQFT
TOTAL: 15%
3. GROUNDCOVERS SHALL ACHIEVE 100% COVERAGE WITHIN 1 YEAR.2. ALL LANDSCAPED AREAS SHALL BE MAINTAINED BY THEPROJECT OWNER, INCLUDING REGULAR WATERING,PRUNING, FERTILIZING, CLEARING OF DEBRIS AND WEEDS,REMOVAL AND REPLACEMENT OF DEAD PLANTS AND REPAIRAND REPLACEMENT OF IRRIGATION SYSTEM.CITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERINGLandscape Concept Plan for:BUILDING 'B'
r l a 2 6 8 1HO WARD
XXXXA S S O C I A T E Sl a n d s c a p e a r c h i t e c t u r e1 9 5 1 F o u r t h a v e n u e
2San Bernardino Business Park 2S u i t e 3 0 2s a n d i e g o c a 9 2 1 01 619 718 9660 HARDT ST TO E BRIER DR
Packet Page. 88
KEY MAPVICINITY MAP
H A R D T S T R E E T
B R I E R S T R E E T NorthNTS
H A R D T S T R E E T
PROPOSED BUILDING 'C'
PARKING SPACES: 4524' BOX TREES PROPOSED: 22
0 10'20'60'
RATIO: 1 TREE PER 2 SPACES North Scale 1" = 20'CITY OF SAN BERNARDINOr l a 2 6 8 1HO WARD
DEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXLandscape Concept Plan for:BUILDING 'C'
A S S O C I A T E Sl a n d s c a p e a r c h i t e c t u r e1 9 5 1 F o u r t h a v e n u e
1San Bernardino Business Park 2S u i t e 3 0 2s a n d i e g o c a 9 2 1 01 619 718 9660 HARDT ST TO E BRIER DR
Packet Page. 89
GENERAL NOTES CITY OF SAN BERNARDINO MC G19.28.130(5)
1. WATER CONSERVATION CRITERIA
1. FINAL LANDSCAPE PLANS SHALL ACCURATELY SHOW PLACEMENT OF TREES, SHRUBS AND GROUNDCOVERS.Plant Legend2. ALL REQUIRED LANDSCAPE AREAS, INCLUDING THE ROW, SHALL BE MAINTAINED PER CITY OF SAN BERNARDINOREQUIREMENTS.
Compliance with the Water Conservation in Landscape Ordinance.
A. Landscape Technique Points20
3. AUTOMATIC IRRIGATION SHALL BE INSTALLED TO PROVIDE COVERAGE FOR ALL PLANTING AREAS SHOWN ON THE PLAN. LOWVOLUME EQUIPMENT SHALL PROVIDE SUFFICIENT WATER FOR PLANT GROWTH WITH MINIMUM WATER LOSS DUE TO WATERRUN-OFF. IRRIGATION SYSTEMS SHALL USE HIGH QUALITY, AUTOMATIC CONTROL VALVES, CONTROLLERS AND OTHERNECESSARY IRRIGATION EQUIPMENT. ALL COMPONENTS SHALL BE OF NON-CORROSIVE MATERIAL. ALL DRIP SYSTEMS SHALLBE ADEQUATELY FILTERED AND REGULATED PER THE MANUFACTURES RECOMMENDED DESIGN PARAMETERS. ALL IRRIGATIONIMPROVEMENTS SHALL FOLLOW THE CITY OF SAN BERNARDINO GUIDELINES AND WATER CONSERVATION ORDINANCE.
1. Water conserving plants used in 75 percent ormore of the total landscaped area.2. Turf limited as follows:
20
a. All other projects* - 30 percent of total landscaped area.4. THE SELECTION OF PLANT MATERIAL IS BASED ON AESTHETIC AND MAINTENANCE CONSIDERATIONS. ALL PLANTING AREASSHALL BE PREPARED WITH APPROPRIATE SOIL AMENDMENTS, FERTILIZERS, AND APPROPRIATE SUPPLEMENTS BASED UPON ASOILS REPORT FROM AN AGRICULTURAL SUITABILITY SOIL SAMPLE TAKEN FROM THE SITE. GROUND COVERS OR BARK MULCHSHALL FILL IN BETWEEN SHRUBS TO SHIELD THE SOIL FROM THE SUN, EVAPOTRANSPIRATION, AND RUN-OFF. ALL THE SHRUBBEDS SHALL BE MULCHED TO A 3" DEPTH TO HELP CONSERVE WATER, LOWER THE SOIL TEMPERATURE AND REDUCE WEEDGROWTH. THE SHRUBS SHALL BE ALLOWED TO GROW IN THEIR NATURAL FORMS. ALL LANDSCAPE IMPROVEMENTS SHALLFOLLOW THE CITY OF SAN BERNARDINO GUIDELINES.
3. Plants placed or grouped into hydrozonesaccording to their watering needs.
10
10
10
4. Polymers incorporated into the soil to improve water holding capacity in turf and ground cover areas.5. A maintenance program consisting of:a. Periodic irrigation system repair.TREES:6. STREET TREES AND OTHER TREES SHALL BE SPACED AS FOLLOWS:6.1. 8' FROM TRANSFORMERS, CABLE, AND PULL BOXES6.2. 5 FEET FROM MAIL BOXES6.3. 5 FEET FROM FIRE HYDRANTS (ALL SIDES)
b. Seasonal adjustments to the irrigation system.
c. Practices which foster long term landscape water conservation.6.4. 10 FEET FROM CENTERLINE OF ALL UTILITY LINES (WITHOUT EASEMENT)(SEWER, WATER, STORM DRAINS, DOUBLE CHECKDETECTOR VALVES, AIR RELIEF VALVES, AND GAS)6.5. 10 FEET FROM EASEMENT BOUNDARIES (SEWER, WATER, STORM DRAINS, ACCESS OR OTHER UTILITIES)6.6. 10 FEET FROM DRIVEWAYS (UNLESS A LINE OF SIGHT IS DETERMINED BY THE TRAFFIC DIVISION TO BE OTHERWISE)6.7. 10 FEET FROM TRAFFIC AND DIRECTIONAL SIGNS
6. Where no groundcover is used, utilize wood chips, bark, or other organic mulch,to a depth of three inches on top of exposed soil or landscaped fabric, such asunderneath shrubs.
5
57. Organic soil amendments to improve water holding capacity ofsoil, where soil conditions merit.
6.8. 15 FEET (MINIMUM) FROM STREETLIGHTS, OTHER UTILITY POLES, (DETERMINED BY SPECIFICATIONS)
6.9. STREET TREES SHALL BE PLANTED 3' OUTSIDE RIGHT-OF-WAY IF THE RIGHT-OF-WAY DOES NOT ALLOW SPACE, SUBJECT TOCITY ENGINEERS APPROVAL.
TOTAL: 80 POINTS6.10. LINE OF SIGHT AT ARTERIALS, COLLECTOR AND LOCAL STREETS SHALL BE REVIEWED AND DETERMINED BY THE TRAFFICENGINEER.6.11. MINIMUM FIFTEEN (15') STREETLIGHT AND STOP SIGN OR CLEARANCE DETERMINED BY SPECIFICATIONS.6.12. SCREEN ALL UTILITIES ACCORDING TO SPECIFIC AGENCY REQUIREMENTS.
B. Irrigation Technique1. Low gallonage irrigation system, or higher gallonage systems with automaticcontroller capable of repeat cycling, used for more than 75% of thetotal landscaped area. Turf areas must utilize "spray" coverage,
20
ROOT BARRIERS drip systems may not be used for turf.ROOT BARRIERS SHALL BE INSTALLED ADJACENT TO ALL PAVING SURFACES WHERE APAVING SURFACE IS LOCATED WITHIN 6 FEET OF A TREE TRUNK. ROOT BARRIERS SHALLEXTEND 10 FEET IN EACH DIRECTION FROM THE CENTERLINE OF THE TRUNK, FOR A TOTALDISTANCE OF 20 FEET. ROOT BARRIERS SHALL BE MINIMUM OF 24 INCHES IN DEPTH.INSTALLING A ROOT BARRIER AROUND THE TREE'S ROOT BALL IS UNACCEPTABLE.
2. Automatic controller for irrigation system.3. Irrigation system designed using hydrozones towater plants according to their water needs (i.e., landscapematerials which require different watering
2010
needs are irrigated by separate control valves).4. Rain sensors used in conjunction with an automatic controller.
IRRIGATION NOTES 10
5THE IRRIGATION SYSTEM WILL BE DESIGNED TO AFFORD OPTIMUM COVERAGE FOR THESUPPORT OF PLANT GROWTH. THE COVERAGE WILL MEET THE WATER REQUIREMENTS FORTHE SELECTED PLANT MATERIAL AND WITHIN THE GIVEN
5. Soil-moisture sensors used in conjunction with an automatic controller
6. In-head or in-line check valves are utilized 5PLANTING AREAS. THE DESIGN WILL TAKE INTO CONSIDERATION THE TYPE OF EXPOSURETHE SYSTEM WILL HAVE. THE IRRIGATION SYSTEM WILL BE DESIGNED WITH RESPECT TOWATER CONSERVATION. IRRIGATION HEADS SHALL BE CHOSEN FOR MAXIMUM COVERAGEWITH LOW-GALLONAGE AND PRECIPITATION QUALITIES. THE IRRIGATION SYSTEM SHALL BEA FULLY AUTOMATIC SYSTEM AND AS MAINTENANCE-FREE AS POSSIBLE. THE MATERIALSFOR THE SYSTEM WILL BE OF AN EXTREMELY DURABLE NATURE, AND WILL HAVE BEENSELECTED FOR WEAR RESISTANCE AND LONG LIFE. THE OVERALL SYSTEM SHALL BEDESIGNED FOR EASE OF MAINTENANCE. ALL LANDSCAPE AND IRRIGATION SHALLCONFORM TO THE STANDARDS OF THE CITYWIDE LANDSCAPE REGULATIONS AND THELANDSCAPE STANDARDS AND ALL OTHER LANDSCAPE RELATED CITY AND REGIONALSTANDARDS. ALL IRRIGATION SHALL UTILIZE A DESIGNATED SEPARATE IRRIGATION WATERMETER, AND SUBSURFACE DRIP OR ROTOR LOW PRECIPITATION RATE IRRIGATION WITH AWEATHER - BASED AUTOMATIC IRRIGATION SMART CONTROLLER.
(whenever the cross gradient is greater than three feet in elevation).
7. Irrigation schedule which varies by season, and developedthrough the use of Evapotranspiration data (ET).
5
TOTAL: 75 POINTS
NOTE:GRADING AND DRAINAGE 1. MINIMUM TREE SIZES SHALL BE AS FOLLOWS:ALL GRADES AND DRAINAGE SWALES SHALL BE PER CIVIL ENGINEER'S GRADING ANDDEVELOPMENT PLAN.
15% 48" BOX15% 36" BOX20% 24" BOX50% 15 GAL.
North1"=40'NOTES:2. MINIMUM SHRUB SIZES SHALL BE AS FOLLOWS:80% 5 GAL.20% 1 GAL.
PARKING LOT CALCULATIONS:1. NO STRUCTURES HIGHER THAN 30" OR PLANT MATERIALHIGHER THAN 24" AT MATURITY SHALL BE ALLOWED WITHINTHE CLEAR SIGHT AREA.
NET AREA OF ALL SURFACE PARKING AREA: 22,097 SQFT
LANDSCAPING WITHIN PARKING AREA: 3,440 SQFT
TOTAL 16%
3. GROUNDCOVERS SHALL ACHIEVE 100% COVERAGE WITHIN 1 YEAR.2. ALL LANDSCAPED AREAS SHALL BE MAINTAINED BY THEPROJECT OWNER, INCLUDING REGULAR WATERING,PRUNING, FERTILIZING, CLEARING OF DEBRIS AND WEEDS,REMOVAL AND REPLACEMENT OF DEAD PLANTS AND REPAIRAND REPLACEMENT OF IRRIGATION SYSTEM.CITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERINGLandscape Concept Plan for:BUILDING 'C'
r l a 2 6 8 1HO WARD
XXXXA S S O C I A T E Sl a n d s c a p e a r c h i t e c t u r e1 9 5 1 F o u r t h a v e n u e
2San Bernardino Business Park 2S u i t e 3 0 2s a n d i e g o c a 9 2 1 01 619 718 9660 HARDT ST TO E BRIER DR
Packet Page. 90
VICINITY MAP KEY MAP: D1
: D2
PARKING SPACES: 8124' BOX TREES PROPOSED: 39RATIO: 1 TREE PER 2.1 SPACES H A R D T S T R E E T
B R I E R S T R E E T NorthNTS
PROPOSED BUILDING 'D1'PROPOSED BUILDING 'D2'
B R I E R S T R E E T
0 10'20'60'
North Scale 1" = 20'CITY OF SAN BERNARDINOr l a 2 6 8 1HO WARD
DEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXLandscape Concept Plan for:BUILDING 'D'
A S S O C I A T E Sl a n d s c a p e a r c h i t e c t u r e1 9 5 1 F o u r t h a v e n u e
1San Bernardino Business Park 2S u i t e 3 0 2s a n d i e g o c a 9 2 1 01 619 718 9660 HARDT ST TO E BRIER DR
Packet Page. 91
GENERAL NOTES CITY OF SAN BERNARDINO MC G19.28.130(5)
1. WATER CONSERVATION CRITERIA
1. FINAL LANDSCAPE PLANS SHALL ACCURATELY SHOW PLACEMENT OF TREES, SHRUBS AND GROUNDCOVERS.Plant Legend2. ALL REQUIRED LANDSCAPE AREAS, INCLUDING THE ROW, SHALL BE MAINTAINED PER CITY OF SAN BERNARDINOREQUIREMENTS.
Compliance with the Water Conservation in Landscape Ordinance.
A. Landscape Technique Points20
3. AUTOMATIC IRRIGATION SHALL BE INSTALLED TO PROVIDE COVERAGE FOR ALL PLANTING AREAS SHOWN ON THE PLAN. LOWVOLUME EQUIPMENT SHALL PROVIDE SUFFICIENT WATER FOR PLANT GROWTH WITH MINIMUM WATER LOSS DUE TO WATERRUN-OFF. IRRIGATION SYSTEMS SHALL USE HIGH QUALITY, AUTOMATIC CONTROL VALVES, CONTROLLERS AND OTHERNECESSARY IRRIGATION EQUIPMENT. ALL COMPONENTS SHALL BE OF NON-CORROSIVE MATERIAL. ALL DRIP SYSTEMS SHALLBE ADEQUATELY FILTERED AND REGULATED PER THE MANUFACTURES RECOMMENDED DESIGN PARAMETERS. ALL IRRIGATIONIMPROVEMENTS SHALL FOLLOW THE CITY OF SAN BERNARDINO GUIDELINES AND WATER CONSERVATION ORDINANCE.
1. Water conserving plants used in 75 percent ormore of the total landscaped area.2. Turf limited as follows:
20
a. All other projects* - 30 percent of total landscaped area.4. THE SELECTION OF PLANT MATERIAL IS BASED ON AESTHETIC AND MAINTENANCE CONSIDERATIONS. ALL PLANTING AREASSHALL BE PREPARED WITH APPROPRIATE SOIL AMENDMENTS, FERTILIZERS, AND APPROPRIATE SUPPLEMENTS BASED UPON ASOILS REPORT FROM AN AGRICULTURAL SUITABILITY SOIL SAMPLE TAKEN FROM THE SITE. GROUND COVERS OR BARK MULCHSHALL FILL IN BETWEEN SHRUBS TO SHIELD THE SOIL FROM THE SUN, EVAPOTRANSPIRATION, AND RUN-OFF. ALL THE SHRUBBEDS SHALL BE MULCHED TO A 3" DEPTH TO HELP CONSERVE WATER, LOWER THE SOIL TEMPERATURE AND REDUCE WEEDGROWTH. THE SHRUBS SHALL BE ALLOWED TO GROW IN THEIR NATURAL FORMS. ALL LANDSCAPE IMPROVEMENTS SHALLFOLLOW THE CITY OF SAN BERNARDINO GUIDELINES.
3. Plants placed or grouped into hydrozonesaccording to their watering needs.
10
10
10
4. Polymers incorporated into the soil to improve water holding capacity in turf and ground cover areas.5. A maintenance program consisting of:a. Periodic irrigation system repair.TREES:6. STREET TREES AND OTHER TREES SHALL BE SPACED AS FOLLOWS:6.1. 8' FROM TRANSFORMERS, CABLE, AND PULL BOXES6.2. 5 FEET FROM MAIL BOXES6.3. 5 FEET FROM FIRE HYDRANTS (ALL SIDES)
b. Seasonal adjustments to the irrigation system.
c. Practices which foster long term landscape water conservation.6.4. 10 FEET FROM CENTERLINE OF ALL UTILITY LINES (WITHOUT EASEMENT)(SEWER, WATER, STORM DRAINS, DOUBLE CHECKDETECTOR VALVES, AIR RELIEF VALVES, AND GAS)6.5. 10 FEET FROM EASEMENT BOUNDARIES (SEWER, WATER, STORM DRAINS, ACCESS OR OTHER UTILITIES)6.6. 10 FEET FROM DRIVEWAYS (UNLESS A LINE OF SIGHT IS DETERMINED BY THE TRAFFIC DIVISION TO BE OTHERWISE)6.7. 10 FEET FROM TRAFFIC AND DIRECTIONAL SIGNS
6. Where no groundcover is used, utilize wood chips, bark, or other organic mulch,to a depth of three inches on top of exposed soil or landscaped fabric, such asunderneath shrubs.
5
57. Organic soil amendments to improve water holding capacity ofsoil, where soil conditions merit.
6.8. 15 FEET (MINIMUM) FROM STREETLIGHTS, OTHER UTILITY POLES, (DETERMINED BY SPECIFICATIONS)
6.9. STREET TREES SHALL BE PLANTED 3' OUTSIDE RIGHT-OF-WAY IF THE RIGHT-OF-WAY DOES NOT ALLOW SPACE, SUBJECT TOCITY ENGINEERS APPROVAL.
TOTAL: 80 POINTS6.10. LINE OF SIGHT AT ARTERIALS, COLLECTOR AND LOCAL STREETS SHALL BE REVIEWED AND DETERMINED BY THE TRAFFICENGINEER.6.11. MINIMUM FIFTEEN (15') STREETLIGHT AND STOP SIGN OR CLEARANCE DETERMINED BY SPECIFICATIONS.6.12. SCREEN ALL UTILITIES ACCORDING TO SPECIFIC AGENCY REQUIREMENTS.
B. Irrigation Technique1. Low gallonage irrigation system, or higher gallonage systems with automaticcontroller capable of repeat cycling, used for more than 75% of thetotal landscaped area. Turf areas must utilize "spray" coverage,
20
ROOT BARRIERS drip systems may not be used for turf.ROOT BARRIERS SHALL BE INSTALLED ADJACENT TO ALL PAVING SURFACES WHERE APAVING SURFACE IS LOCATED WITHIN 6 FEET OF A TREE TRUNK. ROOT BARRIERS SHALLEXTEND 10 FEET IN EACH DIRECTION FROM THE CENTERLINE OF THE TRUNK, FOR A TOTALDISTANCE OF 20 FEET. ROOT BARRIERS SHALL BE MINIMUM OF 24 INCHES IN DEPTH.INSTALLING A ROOT BARRIER AROUND THE TREE'S ROOT BALL IS UNACCEPTABLE.
2. Automatic controller for irrigation system.3. Irrigation system designed using hydrozones towater plants according to their water needs (i.e., landscapematerials which require different watering
2010
needs are irrigated by separate control valves).4. Rain sensors used in conjunction with an automatic controller.
IRRIGATION NOTES 10
5THE IRRIGATION SYSTEM WILL BE DESIGNED TO AFFORD OPTIMUM COVERAGE FOR THESUPPORT OF PLANT GROWTH. THE COVERAGE WILL MEET THE WATER REQUIREMENTS FORTHE SELECTED PLANT MATERIAL AND WITHIN THE GIVEN
5. Soil-moisture sensors used in conjunction with an automatic controller
6. In-head or in-line check valves are utilized 5PLANTING AREAS. THE DESIGN WILL TAKE INTO CONSIDERATION THE TYPE OF EXPOSURETHE SYSTEM WILL HAVE. THE IRRIGATION SYSTEM WILL BE DESIGNED WITH RESPECT TOWATER CONSERVATION. IRRIGATION HEADS SHALL BE CHOSEN FOR MAXIMUM COVERAGEWITH LOW-GALLONAGE AND PRECIPITATION QUALITIES. THE IRRIGATION SYSTEM SHALL BEA FULLY AUTOMATIC SYSTEM AND AS MAINTENANCE-FREE AS POSSIBLE. THE MATERIALSFOR THE SYSTEM WILL BE OF AN EXTREMELY DURABLE NATURE, AND WILL HAVE BEENSELECTED FOR WEAR RESISTANCE AND LONG LIFE. THE OVERALL SYSTEM SHALL BEDESIGNED FOR EASE OF MAINTENANCE. ALL LANDSCAPE AND IRRIGATION SHALLCONFORM TO THE STANDARDS OF THE CITYWIDE LANDSCAPE REGULATIONS AND THELANDSCAPE STANDARDS AND ALL OTHER LANDSCAPE RELATED CITY AND REGIONALSTANDARDS. ALL IRRIGATION SHALL UTILIZE A DESIGNATED SEPARATE IRRIGATION WATERMETER, AND SUBSURFACE DRIP OR ROTOR LOW PRECIPITATION RATE IRRIGATION WITH AWEATHER - BASED AUTOMATIC IRRIGATION SMART CONTROLLER.
(whenever the cross gradient is greater than three feet in elevation).
7. Irrigation schedule which varies by season, and developedthrough the use of Evapotranspiration data (ET).
5
TOTAL: 75 POINTS
NOTE:GRADING AND DRAINAGE 1. MINIMUM TREE SIZES SHALL BE AS FOLLOWS:ALL GRADES AND DRAINAGE SWALES SHALL BE PER CIVIL ENGINEER'S GRADING ANDDEVELOPMENT PLAN.
15% 48" BOX15% 36" BOX20% 24" BOX50% 15 GAL.
NOTES:2. MINIMUM SHRUB SIZES SHALL BE AS FOLLOWS:80% 5 GAL.20% 1 GAL.
1. NO STRUCTURES HIGHER THAN 30" OR PLANT MATERIALHIGHER THAN 24" AT MATURITY SHALL BE ALLOWED WITHINTHE CLEAR SIGHT AREA.
PARKING LOT CALCULATIONS:3. GROUNDCOVERS SHALL ACHIEVE 100% COVERAGE WITHIN 1 YEAR.2. ALL LANDSCAPED AREAS SHALL BE MAINTAINED BY THEPROJECT OWNER, INCLUDING REGULAR WATERING,PRUNING, FERTILIZING, CLEARING OF DEBRIS AND WEEDS,REMOVAL AND REPLACEMENT OF DEAD PLANTS AND REPAIRAND REPLACEMENT OF IRRIGATION SYSTEM.
NET AREA OF ALL SURFACE PARKING AREA: 38,467 SQFT
LANDSCAPING WITHIN PARKING AREA: 5,801 SQFT
TOTAL: 15%
North1"=40'
CITY OF SAN BERNARDINOr l a 2 6 8 1HO WARD
DEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXLandscape Concept Plan for:BUILDING 'D'
A S S O C I A T E Sl a n d s c a p e a r c h i t e c t u r e1 9 5 1 F o u r t h a v e n u e
2San Bernardino Business Park 2S u i t e 3 0 2s a n d i e g o c a 9 2 1 01 619 718 9660 HARDT ST TO E BRIER DR
Packet Page. 92
VICINITY MAP KEY MAP
H A R D T S T R E E T
PARKING SPACES: 6724' BOX TREES PROPOSED: 31RATIO: 1 TREE PER 2.1 SPACES
B R I E R S T R E E T NorthNTS
T PROPOSED BUILDING 'E'
B R I E R S T R E E T 0 10'20'60'
North Scale 1" = 20'CITY OF SAN BERNARDINOr l a 2 6 8 1HO WARD
DEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXLandscape Concept Plan for:BUILDING 'E'
A S S O C I A T E Sl a n d s c a p e a r c h i t e c t u r e1 9 5 1 F o u r t h a v e n u e
1San Bernardino Business Park 2S u i t e 3 0 2s a n d i e g o c a 9 2 1 01 619 718 9660 HARDT ST TO E BRIER DR
Packet Page. 93
GENERAL NOTES CITY OF SAN BERNARDINO MC G19.28.130(5)
1. WATER CONSERVATION CRITERIA
1. FINAL LANDSCAPE PLANS SHALL ACCURATELY SHOW PLACEMENT OF TREES, SHRUBS AND GROUNDCOVERS.Plant Legend2. ALL REQUIRED LANDSCAPE AREAS, INCLUDING THE ROW, SHALL BE MAINTAINED PER CITY OF SAN BERNARDINOREQUIREMENTS.
Compliance with the Water Conservation in Landscape Ordinance.
A. Landscape Technique Points20
3. AUTOMATIC IRRIGATION SHALL BE INSTALLED TO PROVIDE COVERAGE FOR ALL PLANTING AREAS SHOWN ON THE PLAN. LOWVOLUME EQUIPMENT SHALL PROVIDE SUFFICIENT WATER FOR PLANT GROWTH WITH MINIMUM WATER LOSS DUE TO WATERRUN-OFF. IRRIGATION SYSTEMS SHALL USE HIGH QUALITY, AUTOMATIC CONTROL VALVES, CONTROLLERS AND OTHERNECESSARY IRRIGATION EQUIPMENT. ALL COMPONENTS SHALL BE OF NON-CORROSIVE MATERIAL. ALL DRIP SYSTEMS SHALLBE ADEQUATELY FILTERED AND REGULATED PER THE MANUFACTURES RECOMMENDED DESIGN PARAMETERS. ALL IRRIGATIONIMPROVEMENTS SHALL FOLLOW THE CITY OF SAN BERNARDINO GUIDELINES AND WATER CONSERVATION ORDINANCE.
1. Water conserving plants used in 75 percent ormore of the total landscaped area.2. Turf limited as follows:
20
a. All other projects* - 30 percent of total landscaped area.4. THE SELECTION OF PLANT MATERIAL IS BASED ON AESTHETIC AND MAINTENANCE CONSIDERATIONS. ALL PLANTING AREASSHALL BE PREPARED WITH APPROPRIATE SOIL AMENDMENTS, FERTILIZERS, AND APPROPRIATE SUPPLEMENTS BASED UPON ASOILS REPORT FROM AN AGRICULTURAL SUITABILITY SOIL SAMPLE TAKEN FROM THE SITE. GROUND COVERS OR BARK MULCHSHALL FILL IN BETWEEN SHRUBS TO SHIELD THE SOIL FROM THE SUN, EVAPOTRANSPIRATION, AND RUN-OFF. ALL THE SHRUBBEDS SHALL BE MULCHED TO A 3" DEPTH TO HELP CONSERVE WATER, LOWER THE SOIL TEMPERATURE AND REDUCE WEEDGROWTH. THE SHRUBS SHALL BE ALLOWED TO GROW IN THEIR NATURAL FORMS. ALL LANDSCAPE IMPROVEMENTS SHALLFOLLOW THE CITY OF SAN BERNARDINO GUIDELINES.
3. Plants placed or grouped into hydrozonesaccording to their watering needs.
10
10
10
4. Polymers incorporated into the soil to improve water holding capacity in turf and ground cover areas.5. A maintenance program consisting of:a. Periodic irrigation system repair.TREES:6. STREET TREES AND OTHER TREES SHALL BE SPACED AS FOLLOWS:6.1. 8' FROM TRANSFORMERS, CABLE, AND PULL BOXES6.2. 5 FEET FROM MAIL BOXES6.3. 5 FEET FROM FIRE HYDRANTS (ALL SIDES)
b. Seasonal adjustments to the irrigation system.
c. Practices which foster long term landscape water conservation.6.4. 10 FEET FROM CENTERLINE OF ALL UTILITY LINES (WITHOUT EASEMENT)(SEWER, WATER, STORM DRAINS, DOUBLE CHECKDETECTOR VALVES, AIR RELIEF VALVES, AND GAS)6.5. 10 FEET FROM EASEMENT BOUNDARIES (SEWER, WATER, STORM DRAINS, ACCESS OR OTHER UTILITIES)6.6. 10 FEET FROM DRIVEWAYS (UNLESS A LINE OF SIGHT IS DETERMINED BY THE TRAFFIC DIVISION TO BE OTHERWISE)6.7. 10 FEET FROM TRAFFIC AND DIRECTIONAL SIGNS
6. Where no groundcover is used, utilize wood chips, bark, or other organic mulch,to a depth of three inches on top of exposed soil or landscaped fabric, such asunderneath shrubs.
5
57. Organic soil amendments to improve water holding capacity ofsoil, where soil conditions merit.
6.8. 15 FEET (MINIMUM) FROM STREETLIGHTS, OTHER UTILITY POLES, (DETERMINED BY SPECIFICATIONS)
6.9. STREET TREES SHALL BE PLANTED 3' OUTSIDE RIGHT-OF-WAY IF THE RIGHT-OF-WAY DOES NOT ALLOW SPACE, SUBJECT TOCITY ENGINEERS APPROVAL.
TOTAL: 80 POINTS6.10. LINE OF SIGHT AT ARTERIALS, COLLECTOR AND LOCAL STREETS SHALL BE REVIEWED AND DETERMINED BY THE TRAFFICENGINEER.6.11. MINIMUM FIFTEEN (15') STREETLIGHT AND STOP SIGN OR CLEARANCE DETERMINED BY SPECIFICATIONS.6.12. SCREEN ALL UTILITIES ACCORDING TO SPECIFIC AGENCY REQUIREMENTS.
B. Irrigation Technique1. Low gallonage irrigation system, or higher gallonage systems with automaticcontroller capable of repeat cycling, used for more than 75% of thetotal landscaped area. Turf areas must utilize "spray" coverage,
20
ROOT BARRIERS drip systems may not be used for turf.ROOT BARRIERS SHALL BE INSTALLED ADJACENT TO ALL PAVING SURFACES WHERE APAVING SURFACE IS LOCATED WITHIN 6 FEET OF A TREE TRUNK. ROOT BARRIERS SHALLEXTEND 10 FEET IN EACH DIRECTION FROM THE CENTERLINE OF THE TRUNK, FOR A TOTALDISTANCE OF 20 FEET. ROOT BARRIERS SHALL BE MINIMUM OF 24 INCHES IN DEPTH.INSTALLING A ROOT BARRIER AROUND THE TREE'S ROOT BALL IS UNACCEPTABLE.
2. Automatic controller for irrigation system.3. Irrigation system designed using hydrozones towater plants according to their water needs (i.e., landscapematerials which require different watering
2010
needs are irrigated by separate control valves).4. Rain sensors used in conjunction with an automatic controller.
IRRIGATION NOTES 10
5THE IRRIGATION SYSTEM WILL BE DESIGNED TO AFFORD OPTIMUM COVERAGE FOR THESUPPORT OF PLANT GROWTH. THE COVERAGE WILL MEET THE WATER REQUIREMENTS FORTHE SELECTED PLANT MATERIAL AND WITHIN THE GIVEN
5. Soil-moisture sensors used in conjunction with an automatic controller
6. In-head or in-line check valves are utilized 5PLANTING AREAS. THE DESIGN WILL TAKE INTO CONSIDERATION THE TYPE OF EXPOSURETHE SYSTEM WILL HAVE. THE IRRIGATION SYSTEM WILL BE DESIGNED WITH RESPECT TOWATER CONSERVATION. IRRIGATION HEADS SHALL BE CHOSEN FOR MAXIMUM COVERAGEWITH LOW-GALLONAGE AND PRECIPITATION QUALITIES. THE IRRIGATION SYSTEM SHALL BEA FULLY AUTOMATIC SYSTEM AND AS MAINTENANCE-FREE AS POSSIBLE. THE MATERIALSFOR THE SYSTEM WILL BE OF AN EXTREMELY DURABLE NATURE, AND WILL HAVE BEENSELECTED FOR WEAR RESISTANCE AND LONG LIFE. THE OVERALL SYSTEM SHALL BEDESIGNED FOR EASE OF MAINTENANCE. ALL LANDSCAPE AND IRRIGATION SHALLCONFORM TO THE STANDARDS OF THE CITYWIDE LANDSCAPE REGULATIONS AND THELANDSCAPE STANDARDS AND ALL OTHER LANDSCAPE RELATED CITY AND REGIONALSTANDARDS. ALL IRRIGATION SHALL UTILIZE A DESIGNATED SEPARATE IRRIGATION WATERMETER, AND SUBSURFACE DRIP OR ROTOR LOW PRECIPITATION RATE IRRIGATION WITH AWEATHER - BASED AUTOMATIC IRRIGATION SMART CONTROLLER.
(whenever the cross gradient is greater than three feet in elevation).
7. Irrigation schedule which varies by season, and developedthrough the use of Evapotranspiration data (ET).
5
TOTAL: 75 POINTS
T
NOTE:GRADING AND DRAINAGE 1. MINIMUM TREE SIZES SHALL BE AS FOLLOWS:ALL GRADES AND DRAINAGE SWALES SHALL BE PER CIVIL ENGINEER'S GRADING ANDDEVELOPMENT PLAN.
15% 48" BOX15% 36" BOX20% 24" BOX50% 15 GAL.
NOTES:2. MINIMUM SHRUB SIZES SHALL BE AS FOLLOWS:80% 5 GAL.20% 1 GAL.
1. NO STRUCTURES HIGHER THAN 30" OR PLANT MATERIALHIGHER THAN 24" AT MATURITY SHALL BE ALLOWED WITHINTHE CLEAR SIGHT AREA.
PARKING LOT CALCULATIONS:3. GROUNDCOVERS SHALL ACHIEVE 100% COVERAGE WITHIN 1 YEAR.North1"=40'
2. ALL LANDSCAPED AREAS SHALL BE MAINTAINED BY THEPROJECT OWNER, INCLUDING REGULAR WATERING,PRUNING, FERTILIZING, CLEARING OF DEBRIS AND WEEDS,REMOVAL AND REPLACEMENT OF DEAD PLANTS AND REPAIRAND REPLACEMENT OF IRRIGATION SYSTEM.
NET AREA OF ALL SURFACE PARKING AREA: 28,145 SQFT
LANDSCAPING WITHIN PARKING AREA: 5,440 SQFT
TOTAL 19%
CITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERINGLandscape Concept Plan for:BUILDING 'E'
r l a 2 6 8 1HO WARD
XXXXA S S O C I A T E Sl a n d s c a p e a r c h i t e c t u r e1 9 5 1 F o u r t h a v e n u e
2San Bernardino Business Park 2S u i t e 3 0 2s a n d i e g o c a 9 2 1 01 619 718 9660 HARDT ST TO E BRIER DR
Packet Page. 94
LEGENDDIVISION IV GRADING NOTES DIVISION V TESTING AND INSPECTIONCITY OF SAN BERNARDINOGRADING PLAN FOR:
PROPOSED IMPROVEMENTS1. ALL WORK SHALL BE IN ACCORDANCE WITH TITLE 15 OF THE CITY OF SAN BERNARDINO MUNICIPAL CODE, THESTANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREEN BOOK) LATEST EDITION, AND ALLSUPPLEMENTS. THE PRELIMINARY SOILS REPORT DATED AND ANY SPECIAL REQUIREMENTS OF THE PERMIT.
TESTING AND INSPECTION ARE AS PER REQUIREMENTS OF THE UNIFORM BUILDING CODE ANDAPPLICABLE CITY CODES, IN ADDITION TO CODE REQUIREMENTS, THE FOLLOWING SHALL APPLYWHERE APPLICABLE:
IMPROVEMENT STANDARD DWGS.SYMBOLCURB (PVT)....................................................................................................................4” PCC SIDEWALK.........................................................................................................PERMEABLE PAVEMENT..............................................................................................PCC HARDSCAPE..........................................................................................................
HARDT & BRIER BUSINESS PARK
2. APPROVAL OF THIS PLAN BY THE CITY OF SAN BERNARDINO DOES NOT CONSTITUTE A REPRESENTATION AS TOTHE ACCURACY OF THE LOCATION OR OF THE EXISTENCE OR NON-EXISTENCE OF ANY UNDERGROUND UTILITYPIPE OR STRUCTURE WITHIN THE LIMITS OF THIS PROJECT. THE CONTRACTOR SHALL ASSUME FULLRESPONSIBILITY FOR THE PROTECTION OF ALL UTILITIES WITHIN THE LIMITS OF THIS PROJECT.
1. FILL TO BE COMPACTED TO NOT LESS THAN 90% OF MAXIMUM DENSITY AS DETERMINED BYASTM SOIL COMPACTION TEST D1557-70T.BIOFILTRATION BASIN..................................................................................................INFILTRATION BASIN.....................................................................................................
2. NOT LESS THAN ONE FIELD DENSITY TEST WILL BE MADE FOR EACH 2 FEET VERTICAL LIFT OFFILL, NOR LESS THAN ONE SUCH TEST FOR EACH 1,000 CUBIC YARDS OF MATERIAL PLACED.3. PROPOSED STARTING DATE___________ AND COMPLETION DATE ______________ OF GRADING.
4. CUT YARDAGE: 4,800 C.Y. FILL YARDAGE: 2,400 C.Y.
PRECAST CONCRETE CATCH BASIN (PVT-SIZE PER PLAN)...................................STORM DRAIN PIPE (PVT)............................................................................................
3. FIELD DENSITY WILL BE DETERMINED BY THE SAND-CONE METHOD ASTM D1556-64. INFINE-GRAINED, COHESIVE SOILS FIELD DENSITY MAY BE DETERMINED BY THE DRIVE-CYLINDERMETHOD. D9237-71 ASTM PROVIDED NOT LESS THAN 20% OF THE REQUIRED DENSITY TESTS.UNIFORMLY DISTRIBUTED, ARE BY THE SAND CONE METHOD. THE METHOD OF DETERMININGFIELD DENSITY SHALL BE SHOWN IN THE COMPACTION REPORT. OTHER METHODS MAY BE USEDIF RECOMMENDED BY THE SOILS ENGINEER AND APPROVED IN ADVANCE BY THE BUILDINGOFFICIAL.
SITE CURB CATCH BASIN......................................................................................................
MODULAR WETLAND SYSTEM....................................................................................
STORM MANHOLE........................................................................................................
5. DUST SHALL BE CONTROLLED BY WATERING.6. FINISH GRADING WILL BE COMPLETED AND APPROVED BEFORE OCCUPANCY OF BUILDINGS.HARDT STREET7. PUBLIC STREETS SHALL BE KEPT CLEAN AND FREE FROM DIRT AND/OR DEBRIS. THE GRADINGCONTRACTOR SHALL BE RESPONSIBLE FOR ALL COSTS INCURRED IN STREET CLEANING NECESSITATED BYHIS OPERATION.
4. DENSITY TESTS WILL BE MADE AT POINTS APPROXIMATELY ONE FOOT BELOW THE FILL SLOPESURFACE. ONE TEST WILL BE MADE FOR EACH 1.000 SQUARE FEET OF SLOPE SURFACE, BUT NOTLESS THAN ONE TEST FOR EACH 10-FOOT VERTICAL OF SLOPE HEIGHT.
TRENCH DRAIN..............................................................................................................RPDA BACKFLOW PREVENTOR...................................................................................GATE VALVE...................................................................................................................SANITARY SEWER.........................................................................................................DOMESTIC WATER........................................................................................................FIRE WATER...................................................................................................................
8. THE FACE OF ALL CUT AND FILL SLOPES SHALL BE PLANTED WITH A GROUND COVER APPROVED BY THE CITYENGINEER.
E BRIER DR 5. ALI PADS AT ROUGH GRADING WILL HAVE A MINIMUM SLOPE OF 1% TOWARD THE STREET ORDESIGNED DRAINAGE OUTLET.9. THE CIVIL ENGINEER RESPONSIBLE FOR PLAN PREPARATION SHALL SIGN THE FOLLOWING STATEMENT ON THEPLANS:
6. ENGINEER MUST SET GRADE STAKES FOR ALL DRAINAGE DEVICES AND INSPECTIONS MUST BEOBTAINED BEFORE POURING.
THRUST BLOCK.............................................................................................................
TRANSFORMER W/ PAD...............................................................................................
“I CERTIFY THAT I WILL BE RESPONSIBLE FOR THIS GRADING IN ACCORDANCE WITH SECTION 7014(C) OF THEBUILDING CODE TO INCLUDE INCORPORATING ALL RECOMMENDATIONS OF THE SOILS ENGINEER, REPORT ANDBE RESPONSIBLE FOR PROFESSIONAL INSPECTION AND APPROVAL OF THE GRADING. THIS SHALL INCLUDE, BUTNOT BE LIMITED TO, INSPECTION AND APPROVAL AS TO THE ESTABLISHMENT OF LINE GRADE AND DRAINAGE OFDEVELOPMENT AREA. I WILL ALSO BE RESPONSIBLE FOR THE PREPARATION OF REVISED PLANS AND THESUBMISSION OF 'AS GRADED' GRADING PLANS UPON THE COMPLETION OF THE WORK.
7. THE FINAL COMPACTION REPORT AND APPROVAL FROM THE SOIIS ENGINEER SHALL CONTAINTHE TYPE OF FIELD TESTING PERFORMED. EACH TEST SHALL BE IDENTIFIED WITH THE METHODOF OBTAINING THE IN-PLACE DENSITY. WHETHER SAND-CONE. DRIVE-RING, OR OTHERAPPROVED METHOD AND SHALL BE SO NOTED FOR EACH TEST. SUFFICIENT MAXIMUM DENSITYDETERMINATIONS SHALL BE PERFORMED TO VERIFY THE ACCURACY OF THE MAXIMUM DENSITYCURVES USED BY THE FIELD TECHNICIAN.
RIP RAP..........................................................................................................................SEWER MANHOLE.........................................................................................................FLOWLINE.......................................................................................................................RETAINING WALL...........................................................................................................BROW DITCH..................................................................................................................
VICINITY MAPN.T.S.8. ALL TRENCH BACKFILLS SHALL BE TESTED AND APPROVED BY THE SITE SOILS ENGINEER PERTHE GRADING CODE.
FIRE HYDRANT...............................................................................................................
TRASH ENCLOSURE.....................................................................................................
SAM BELLOMIOSUPERVISING CIVIL ENGINEER
90818R.C.E. NUMBER DATE C4.0 C4.1 9. THE PERMITTEE OR HIS AGENT SHALL NOTIFY THE CITY OF SAN BERNARDINO WHEN THEGRADING OPERATION (EXCEEDING 5000 CU. YDS.) IS READY FOR EACH OF THE FOLLOWINGINSPECTIONS:
10. THE SOILS ENGINEER SHALL SIGN THE FOLLOWING STATEMENT ON THE PLANS:EXISTING IMPROVEMENTS“I SHALL PROVIDE PROFESSIONAL INSPECTION AND APPROVAL CONCERNING THE PREPARATION OF GROUND TORECEIVE FILLS, TESTING FOR REQUIRED COMPACTION STABILITY OF ALL FINISHED SLOPES ANDINCORPORATING THE DATE SUPPLIED BY THE ENGINEERING GEOLOGIST AND THE PREPARATION OF THE SOILSGRADING REPORT.”
A) INITIAL INSPECTION. WHEN THE PERMITTEE IS READY TO BEGIN WORK. BUT NOT LESSTHAN TWO DAYS BEFORE ANY GRADING OR BRUSHING IS STARTED.
ITEM SYMBOLUTILITY VALVE......................................................................................................................C4.2 FIRE HYDRANT......................................................................................................................UTILITY BOX.........................................................................................................................SEWER MANHOLE..................................................................................................................STREET LIGHT.......................................................................................................................TREE....................................................................................................................................STORM DRAIN PIPE...............................................................................................................WATER LINE..........................................................................................................................SEWER LINE..........................................................................................................................OVERHEAD LINE....................................................................................................................CENTERLINE..........................................................................................................................
PROPERTY LINE....................................................................................................................EASEMENT LINE....................................................................................................................LOT LINE..............................................................................................................................EARTH SWALE.......................................................................................................................
B) TOE INSPECTION. AFTER THE NATURAL GROUND OR BEDROCK IS EXPOSED ANDPREPARED TO RECEIVE FILL, BUT BEFORE FILL IS PLACED.DHARMESH AMINSUPERVISING CIVIL ENGINEER(TO BE SIGNED PRIOR TO ISSUANCE OF GRADING PERMIT BY SOILS ENGINEER OF RECORD)
2553R.C.E. NUMBER DATE C) EXCAVATION INSPECTION. AFTER THE EXCAVATION IS STARTED, BUT BEFORE THEVERTICAL DEPTH OF THE EXCAVATION. EXCEEDS TEN FEET.
C4.3
C4.6
C4.4
C4.5
11. NO GRADING IN EXCESS OF 5000 CU. YDS. SHALL BE STARTED WITHOUT FIRST NOTIFYING THEENGINEER. A PRE-GRADING MEETING AT THE SITE IS REQUIRED BEFORE START OF GRADING WITH THEFOLLOWING PEOPLE PRESENT: OWNER, GRADING CONTRACTOR, SUPERVISING CIVIL ENGINEER, SOILSENGINEER AND/OR GEOLOGIST, CITY CONSTRUCTION INSPECTORS OR THEIR REPRESENTATIVES.
D) FILL INSPECTION. AFTER THE FILL PLACEMENT IS STARTED, BUT BEFORE THE VERTICALHEIGHT OF THE FILL EXCEEDS TEN FEET.E) DRAINAGE DEVICE INSPECTION. AFTER FORMING OF TERRACE DRAINS, DOWN DRAINSOR AFTER PLACEMENT OF PIPE IN SUB DRAINS, BUT BEFORE ANY CONCRETE OR FILLMATERIAL IS PLACED.
12. THE PERMITTEE OR HIS AGENT SHALL NOTIFY THE CITY OF SAN BERNARDINO W HEN THE GRADING OPERATION(EXCEEDING 5000 CU. YDS.) IS READY FOR REQUIRED INSPECTIONS AS SHOWN IN THE TESTING AND INSPECTIONREQUIREMENTS OF DIVISION V.
KEY MAP F) ROUGH GRADING . WHEN ALI ROUGH GRADING HAS BEEN COMPLETED. THIS INSPECTIONMAY BE CALLED FOR AT THE COMPLETION OF ROUGH GRADING WITHOUT THE NECESSITYOF THE BUILDING OFFICIAL HAVING PREVIOUSLY REVIEWED AND APPROVED THE REPORT.
SUPPLEMENTAL GRADING NOTES OWNER/APPLICANT(TO BE USED WHEN APPLICABLE)G) FINAL .WHEN ALL WORK, INCLUDING INSTALLATION OF ALL DRAINAGE STRUCTURES ANDOTHER PROTECTIVE DEVICES HAS BEEN COMPLETED AND THE AS-GRADED PLAN,PROFESSIONAL CERTIFICATIONS AND THE REQUIRED REPORTS HAVE BEEN SUBMITTED.
OAK PROPERTIES1000 PIONEER WAY, EL CAJON, CA 92020619-440-7424
1. NO FILL TO BE PLACED UNTIL STRIPPING OF VEGETATION, REMOVAL OF UNSUITABLE SOILS AND INSTALLATIONOF SUBDRAINS. IF ANY, HAS BEEN INSPECTED AND APPROVED BY THE SOILS ENGINEER.REQUEST FOR INSPECTIONS SHOULD BE MADE A MINIMUM OF 24 HOURS BEFORE THEINSPECTION IS REQUIRED.
CONTACT: GREGG HAMANN LEGAL DESCRIPTION2. NO ROCK OR SIMILAR MATERIAL GREATER THAN 8' IN DIAMETER WILL BE PLACED IN THE FILL UNLESSRECOMMENDATIONS FOR SUCH PLACEMENT HAVING BEEN SUBMITTED BY THE SOILS ENGINEER IN ADVANCE ANDAPPROVED BY THE BUILDING OFFICIAL.
SITE ADDRESS ARRANGEMENTS FOR INSPECTIONS ARE MADE BY CONTACTING (909)384-5166 BETWEEN THEHOURS OF 7:30 AND 4:30 P.M.
PARCEL 17, 18, 24, 25, 29, 30, 31, & 32 OF PARCEL MAP NO. 5464, FILED IN BOOK 60, PAGES 31-34 OF PARCELMAPS, NOV. 7, 1980 AND PARCELS 1,2 &3 OF PARCEL MAP NO. 8481, FILED IN BOOK 98, PAGES 47 & 48 OF PARCELMAPS, AUGUST 26, 1985, BOTH RECORDS OF SAN BERNARDINO COUNTY.
HARDT STREET & BRIER DRIVESAN BERNARDINO, CA 92408
3. ALL EXISTING FILLS SHALL BE APPROVED BY THE CITY DEPARTMENT OF PUBLIC WORKS OR REMOVED BEFOREANY ADDITIONAL FILLS ARE ADDED.NORMAL INSPECTION HOURS ARE 7:30 A.M. TO 4:30 P.M., MONDAY THROUGH FRIDAY. ANYREQUESTS FOR INSPECTIONS AT OTHER TIMES OR ON OTHER DAYS MUST BE SUBMITTED TO THEDEPARTMENT OF PUBLIC WORKS A MINIMUM OF 48 HOURS BEFORE THE INSPECTION ISREQUIRED. THE PERMITTEE MUST BEAR THE COST OF SUCH OVER-TIME INSPECTIONS AND WILLBE BILLED ACCORDINGLY. NORMAL OVER-TIME RATE IS 1.5 TIMES THE BASE RATE. OVER-TIMEINSPECTIONS MAY BE DISALLOWED DEPENDING ON STAFF AVAILABILITY.
ASSESSORS PARCEL NUMBER APN: 0281-301-17, 0281-311-06, 07, 08, 11, 12, 18, & 194. FILLS SHALL BE BENCHED IN COMPETENT MATERIAL AS REQUIRED IN SOILS REPORT.APN: 0281-301-17, 0281-311-06, 07, 08, 11, 12, 18, & 19 REFERENCE DRAWINGS5. AREAS TO RECEIVE FILL SHALL BE PROPERLY PREPARED AND APPROVED BY THE CITY DEPARTMENT OF PUBLICWORKS AND SAILS ENGINEER PRIOR TO THE PLACING OF FILL.SHEET INDEX6. PRIOR TO ISSUANCE OF BUILDING PERMITS, SUBMIT A SOIIS ENGINEER'S REPORT ON THE EXPANSIONPROPERTIES OF SOIL AS SUCH SOILS ARE DEFINED BY BUILDING CODE SECTION 2904(B) ON ALL BUILDING SITESIN THE PROPOSED SUBDIVISION.
INSPECTION ROUTES ARE PLANNED 24 HOURS IN ADVANCE AND ARE BASED ON EFFICIENT USEOF PERSONNEL. INSPECTION REQUESTS MADE WITH LESS THAN 24 HOURS NOTICE WILL BEPROCESSED ON AN AVAILABILITY BASIS ONLY AND NO GUARANTEE IS MADE THAT AN INSPECTIONCAN BE PERFORMED WITHOUT PRIOR ADVANCE NOTICE.
TOPOGRAPHY SOURCEC1.0C2.0
COVER SHEETDETAILS TOPOGRAPHIC DATA AND PLANIMETRICS SHOWN HEREIN WAS OBTAINED BY CONVENTIONAL SURVEYMETHODS. MAPPING DATA IS DETAILED AT 1"=20' SCALE FOR ENGINEERING USE.CONVENTIONAL SOURCE: TOPOGRAPHIC SURVEY PREPARED BY SPEAR & ASSOCIATES INC.DATE: APRIL 8, 2019
C3.0-C3.3 HORIZONTAL CONTROL PLANC4.0-C4.6 GRADING PLANC5.0-C5.2 UTILITY PLAN
7. IF ANY DEVELOPMENT IS SCHEDULED TO BE DONE BETWEEN OCTOBER 15, AND APRIL 15, THEENGINEER SHALL SUBMIT A DETAILED EROSION CONTROL PLAN INCLUDING DESILTING BASINS OR OTHERTEMPORARY DRAINAGE OR CONTROL MEASURES, OR BOTH, AS MAY BE NECESSARY TO PROTECT ADJOININGPUBLIC AND PRIVATE PROPERTY FROM DAMAGE BY EROSION, FLOODING OR THE DEPOSITION OF MUD OR DEBRISWHICH MAY ORIGINATE FROM THE SITE OR RESULT FROM SUCH DEVELOPMENT.
EVIDENCE OF BUSINESS LICENSE, INSURANCE AND PERMITS WILL BE CHECKED BY THEINSPECTION STAFF.
C6.0-C6.2 BMP PLANC6.3C7.0-C7.2 EROSION CONTROL PLANC7.3 EROSION CONTROL DETAILS
BMP DETAILS DIVISION VI GRADING PLAN CHECK LIST
GRADING PLAN CHECK LIST
1ST SUBMITTAL
BENCHMARK8. THE PERMITTEE SHALL COMPLY WITH THE GRADING CODE REQUIREMENTS WHEN AN EXCESS OF 1000 CUBICYARDS IS MOVED ON PUBLIC ROADWAYS FROM THE SITE OF AN EARTH GRADINGOPERATION. (15.04-210, 5.04.545, 15.38)
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED"L-523RS" AT INTERSECTION OF 3RD & TIPPICANOE
GRADING QUANTITIES
BUILDING A & B:
9 . SLOPES IN EXCESS OF 15 FEET MUST BE PROVIDED WITH AN APPROVED IRRIGATION SYSTEM.CUT: 2,000 CY
CUT: 2,800 CY
FILL: 600 CY
FILL: 1,800 CY
ELEV = 1068.52DATUM: NAVD88
2ND SUBMITTAL10. THE SOILS ENGINEER SHALL BE RESPONSIBLE FOR THE PROFESSIONAL INSPECTION AND APPROVALCONCERNING THE PREPARATION OF GROUND TO RECEIVE FILLS, TESTING FOR REQUIRED COMPACTION,STABILITY OF ALL FINISH SLOPES AND THE DESIGN OF BUTTRESS FILLS, WHERE REQUIRED, INCORPORATINGDATA SUPPLIED BY THE ENGINEERING GEOLOGIST AND INSURE COMPLIANCE WITH THE PLANS, SPECIFICATIONS,AND CODE WITHIN THEIR PURVIEW.
BUILDING C & D:PROJECT NAME
OWNER
DATE
CHECKED BY
PHONE
3RD SUBMITTALEARTHWORK TOTALS ARE APPROXIMATE AND ARE RAW COMPARISONBETWEEN EXISTING AND FINISHED GRADE ONLY. THE TOTALS LISTED DO NOTINCLUDE OVEREXCAVATION REQUIRED BY THE GEOTECHNICAL ENGINEER,UTILITY TRENCH SPOILS, SHRINKING AND SWELLING OF DISTURBED NATIVESOILS, PAVING SECTIONS, OR BUILDING AND RETAINING WALL FOUNDATIONS.
ENGINEER11. THE DESIGN CIVIL ENGINEER SHALL EXERCISE SUFFICIENT SUPERVISORY CONTROL DURING GRADING ANDCONSTRUCTION TO INSURE COMPLIANCE WITH THE PLANS, SPECIFICATIONS, AND CODE WITHIN HIS PURVIEW.GRADING QUANTITIES, I.E. CUT OR FILL SHOWN HEREON ARE FOR PERMITPURPOSES ONLY, DUE TO THE VARIATION IN SHRINKAGE SUBSIDENCE,OVEREXCATION, OR OTHER SPECIAL CONDITIONS THAT MAY EFFECT THESEQUANTITIES, ENGINEER DOES NOT WARRANT NOR MAKE ANYREPRESENTATION WHATSOEVER TO THEIR ACCURACY, ALL CONTRACTORSBIDDING ON THIS PROJECT SHOULD MAKE THEIR OWN DETERMINATION OFEARTHWORK QUANTITIES PRIOR TO SUBMITTING A BID, IRRESPECTIVE OF THEQUANTITIES SHOWN HEREON.
12. WHERE SUPPORT OF BUTTRESSING OF CUT AND NATURAL SLOPES IS DETERMINED TO BE NECESSARY BY THESOILS ENGINEER AND/OR GEOLOGIST, THE SOIIS ENGINEER WIII SUBMIT DESIGN, LOCATION AND CAICUIATIONS TOTHE CITY PRIOR TO CONSTRUCTION. THE SOILS ENGINEER AND/OR GEOLOGIST WILL INSPECT AND CONTROL THECONSTRUCTION OF THE BUTTRESSING AND CERTIFY APPROVAL TO THE STABILITY OF THE SLOPE AND ADJACENTSTRUCTURES UPON COMPLETION.
13. SANITARY FACILITIES SHALL BE MAINTAINED ON THE SITE.14. THE LOCATION AND PROTECTION OF ALL UTILITIES IS THE RESPONSIBILITY OF THE PERMITTEE.(ANY OTHER NOTES REQUIRED TO ADDRESS SPECIAL CIRCUMSTANCES OR CONDITIONS OF THE PROJECT)COVER SHEET FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C1.024
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 95
1'1'BEGIN SLOPE ROUNDING
2' MIN.3' MIN.CUT/FILL SLOPE 6"
OR A
R99 (CA)
R99C (CA)A 3" 2500 PSI AIR PLACED CONCRETEWITH 6 X 6 - W1.4 X W1.4 WWFCOLOR:R99B (CA)BORDER & LEGEND - WHITE (RETROREFLECTIVE)BACKGROUND - BLUE (RETROREFLECTIVE)
BROW DITCHSCALE: N.T.S.TRUNCATED DOMESACCESSIBLE SIGNS SCALE: N.T.S.SCALE: N.T.S.WHITE PAINT
PAINT BLUE EQUAL TOCOLOR No. 15090 INFEDERAL STANDARD599b
4" PCC
NOTES:CENTER SYMBOL INEACH DISABLEDACCESS STALL
SLAB SECTIONINSTALL SYMBOLFLUSH W/PAVING @ACCESSIBLE
R=1/2"
PARKING STALL PCC
2"2'-8"
3'-0"
2"1.0'6"
END CONDITION BROOKS 36"X36" PRECAST CATCH BASINACCESSIBLE STALL SYMBOL R=1/2"SCALE: N.T.S.SCALE: N.T.S.PCC USE ONLY DURASLOPE CLASS "C"GRATES WITH THIS APPLICATION.SECTION AT DURASLOPE CHANNEL
18"GENERAL NOTES:MIN. SAW CUT1. CONCRETE CLASS -520-C-2500.2. WEAKENED PLANE JOINTS TO MATCHCURB JOINT AS DIRECTED BY THEENGINEER.
6"6"NEW FELT EXPANSION JOINT
3. CURING COMPOUND SHALL BE SPRAYEDUNIFORMLY ON ALL EXPOSED SURFACESPRIOR TO THE EVAPORATION OFSURFACE WATER.
EXISTING ORNEW CONCRETESLAB
EXISTING ORNEW CONCRETESLAB.
END CONDITIONADJACENT TO CURB
NOTES:LANDSCAPE ANDPAVEMENT, WHEREOCCURS
1. PAINT DIRECTIONAL ARROWS ATCONCRETE CURB DRIVEWAY AND ENTRY PARKINGAS REQUIRED PER CITYSTANDARDS.
4'-0"MIN.4" THICK CONCRETE SIDEWALK
SLOPE DN8.33% MAX.
6"MIN.
6"MIN.
2. SEE PLAN FOR CURB RAMPORIENTATION.
SCALE: N.T.S.
0" CONCRETECURBCONCRETE WHEEL STOP CURB/EDGERESTRAINT
AREA WITHIN THE BLUE PCC PAVING PERGEOTECHNICAL ENGINEERRECOMMENDATIONS
BORDERLINES 4" WIDE STRIPEPAINTED SHALL BE 4" WIDE STRIPEPAINTED BLUE OR WHITE
PAVEMENTLAYER
EXISTINGSOIL
#3 OR #4 REBAR STAKE SUSPENSION METHOD. LENGTHOF STAKE WILL VARY WITH SLOPE OF DRAIN.
7.5" PCCPAVING
4" WIDE STRIPEPAINTED BLUE
SECTION PER THEGEOTECHNICAL ENGINEERRECOMMENDATIONS
SANDLAYER
#4 REBAR HORIZONTAL PLACE TOP & BTM. OFCONC. POUR 3" CLR @ BTM. (TYP)
SECTIONNOPARKINGWITHIN THE LOADINGAND UNLOADINGACCESS AISLE PAINTTHE WORD "NOPARKING" IN 12" HIGHLETTERS MIN.
BEDDINGLAYER NOTES:4" WIDE STRIPINGPAINTED WHITE,TYP.
SEE PLANREGULARSTALL
9'-0" MINACCESSIBLESTALL
5'-0"8'-0" @ VAN
1. CHANNELS TO BE INSTALLED WITH BLANK GRATE. GRATE TO BE PROTECTED FROMCONCRETE POUR (COVER HOLES WITH TAPE).2. INSTALLATION TO BE COMPLETED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS.3. DO NOT SCALE DRAWING.
12" RESERVOIRLAYER 4. THIS DRAWING IS INTENDED FOR USE BY ARCHITECTS, ENGINEERS, CONTRACTORS,CONSULTANTS AND DESIGN PROFESSIONALS FOR PLANNING PURPOSES ONLY.5. ALL INFORMATION CONTAINED HEREIN WAS CURRENT AT THE TIME OF DEVELOPMENT BUTMUST BE REVIEWED AND APPROVED BY THE PRODUCT MANUFACTURER TO BE CONSIDEREDACCURATE.
SUBGRADE(EXISTING SOIL)TYPICAL ADA PARKING STALLSSCALE: N.T.S.DURA SLOPE TRENCH DRAIN SYSTEMPERMEABLE PAVEMENT SECTION SCALE: N.T.S.SCALE: N.T.S.DETAILS FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:FORWARE MALCOMB3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
HARDT & BRIER BUSINESS PARK C2.024
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 96
CONSTRUCTION NOTESSITE NOTES ADA RAMP, STRIPING, & SIGNAGE PER DETAILS 1, 2, & 3,SHEET C2.0
1
2
3
4
5
1. CONTRACTOR TO FIELD-VERIFY EXISTINGCONDITIONS PRIOR TO CONSTRUCTION AND SHALLNOTIFY ENGINEER OF ANY DISCREPANCIES.ENGINEER WILL NOT BE LIABLE FOR ANY COSTSASSOCIATED WITH CHANGES TO THE DESIGNWITHOUT PROPER NOTIFICATION.2. SEE COVER SHEET FOR BENCHMARK, AND SURVEYINFORMATION.3. DIMENSIONS ARE TO FLOWLINE/BOTTOM OF CURBAND BUILDING FACE UNLESS OTHERWISE NOTED.4. PAVEMENT THICKNESS AND DESIGN ARE PER THEGEOTECHNICAL REPORT.5. ACCESSIBLE CURB RAMPS SHALL BE CONSTRUCTEDWITH DETECTIBLE WARNING PADS IF REQUIRED BYLOCAL CRITERIA.6. CONTRACTOR SHALL REMOVE AND REPLACE CURB,GUTTER, PAVING, LANDSCAPE, AND ANY OTHERITEMS DAMAGED DURING CONSTRUCTION.7. SEE SHEET C3.3 FOR CURB DATA TABLES
7" PCC PAVEMENT OVER CLASS 2 BASE PER GEOTECHRECOMMENDATIONS.8" PCC PAVEMENT OVER CLASS 2 BASE PER GEOTECHRECOMMENDATIONS.HARDT ST.CONSTRUCT 6" TYPE A PCC CURB PER CITY OF SANBERNARDINO STD. PLAN 200CONSTRUCT BROW DITCH PER DETAIL 7, SHEET C2.0
6 CONSTRUCT 0" CONCRETE CURB4" PCC SIDEWALK PER DETAIL 5, SHEET C2.07
8 PAINT 4" WIDE WHITE 90° PARKING STALLS.BRIER DR.9 TRASH ENCLOSURE PER ARCHITECTURAL PLANS.WARE MALCOMB assumes no responsibility for utility locations.The utilities shown on this drawing have been plotted from thebest available information. It is, however, the contractorsresponsibility to field verify the location of all utilities priorto the commencement of any construction.
KEY MAP CONSTRUCT COMMERCIAL DRIVEWAY PER CITY OF SANBERNARDINO STD. PLAN 204
10
11 3' PARKING OVERHANG
12 PERMEABLE PAVEMENT PER DETAIL 6, SHEET C2.0
13
14
TRUNCATED DOMES PER DETAIL 4, SHEET C2.0CONSTRUCT CURB OUTLET STRUCTURE PER COUNTYOF SAN BERNARDINO STD. PLAN 21015 STAIRS W/ HANDRAIL PER ARCHITECTURAL PLANS
16 3' WIDE CURB OPENING 0 10 20 40
17 BIOFILTRATION BASIN PER DETAIL 1, SHEET C6.3.
15.00' SEWER EASEMENTREC. 9/3/1980,DOC. NO. 80-198548 O.R.PROPERTY LINE
11
5 1111111111
4PAPAPA
L141L153L161 PA4
PLANTING AREA PERLANDSCAPE PLANS, TYP.L151 9.00'888PROPERTY LINE 8 TYP.8TYP.TYP.PA 8 TYP.TYP.113333444L170C85L173
PA
C84 PAL169 L177 2L171L175L172L1744999PA
3 9 LOADING DOCK PER ARCH PLANS LOADING DOCK PER ARCH PLANS
L184 7.50'15 PA 4 4 24PA
L211
L212
L183
15.00'
13 BUILDING AFF= 1051.00
BUILDING BFF = 1051.80
8116.00'
2
TYP.412L209L2038136.93'1
13
4 7PROPOSEDRIPRAP
2 8 13 5.00' PUBLIC UTILITY EASEMENTREC. 10/24/1980,
51DOC. NO. 80-243406 O.R.5.00' ELECTRIC AND COMMUNICATION EASEMENT
8.00'L128 PA8L186L1894REC. 1/5/1981,DOC. NO. 81-010125 O.R.716
PA8.00'17 BMP-1 17 BMP-2 5.00'7 PA77PA 7 4.50'
ROWROWROW
ROW 1414101010
C/L C/LC/L
SEE SHEET C3.1 HORIZONTAL CONTROL PLAN FORCITY OF SAN BERNARDINO
ENGINEER'S SEAL ENGINEER'SINFORMATION
DEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C3.024
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 97
SITE NOTES1. CONTRACTOR TO FIELD-VERIFY EXISTINGCONDITIONS PRIOR TO CONSTRUCTION AND SHALLNOTIFY ENGINEER OF ANY DISCREPANCIES.ENGINEER WILL NOT BE LIABLE FOR ANY COSTSASSOCIATED WITH CHANGES TO THE DESIGNWITHOUT PROPER NOTIFICATION.
HARDT ST.
2. SEE COVER SHEET FOR BENCHMARK, BASIS OFBEARINGS, AND SURVEY INFORMATION.3. DIMENSIONS ARE TO FLOWLINE/BOTTOM OF CURBAND BUILDING FACE UNLESS OTHERWISE NOTED.4. PAVEMENT THICKNESS AND DESIGN ARE PER THEGEOTECHNICAL REPORT.
5. ACCESSIBLE CURB RAMPS SHALL BE CONSTRUCTEDWITH DETECTIBLE WARNING PADS IF REQUIRED BYLOCAL CRITERIA.6. CONTRACTOR SHALL REMOVE AND REPLACE CURB,GUTTER, PAVING, LANDSCAPE, AND ANY OTHERITEMS DAMAGED DURING CONSTRUCTION.7. SEE SHEET C3.3 FOR CURB DATA TABLES
BRIER DR.KEY MAP
WARE MALCOMB assumes no responsibility for utility locations.The utilities shown on this drawing have been plotted from thebest available information. It is, however, the contractorsresponsibility to field verify the location of all utilities priorto the commencement of any construction.
SEE SHEET C3.0
C/L
CONSTRUCTION NOTESADA RAMP, STRIPING, & SIGNAGE PER DETAILS 1, 2, & 3,SHEET C2.0
1010 1
2
3
4
5
14 14 7" PCC PAVEMENT OVER CLASS 2 BASE PER GEOTECHRECOMMENDATIONS.ROW 8" PCC PAVEMENT OVER CLASS 2 BASE PER GEOTECHRECOMMENDATIONS.4 4 CONSTRUCT 6" TYPE A PCC CURB PER CITY OF SANBERNARDINO STD. PLAN 200
EX. TREE TO BE REMOVED.5.00'PA7PA 7 1717BMP-4
CONSTRUCT BROW DITCH PER DETAIL 7, SHEET C2.0BMP-6PROPOSEDRIPRAP
6 CONSTRUCT 0" CONCRETE CURB66.85'5.00' PUBLIC UTILITY EASEMENT PROPOSEDRIPRAP
REC. 10/24/1980,DOC. NO. 80-243406 O.R.5.00' ELECTRIC AND COMMUNICATION EASEMENTREC. 1/5/1981,
4" PCC SIDEWALK PER DETAIL 5, SHEET C2.07
8
16
PROPERTY LINE 41 PAINT 4" WIDE WHITE 90° PARKING STALLS.L213
L119
16
19.00'
L216
DOC. NO. 81-010125 O.R.13 9 TRASH ENCLOSURE PER ARCHITECTURAL PLANS.CONSTRUCT COMMERCIAL DRIVEWAY PER CITY OF SANBERNARDINO STD. PLAN 204
13 102BUILDING C1051.50
4 11 3' PARKING OVERHANG6.00'
C61
1 PROPERTY LINE211
12 PERMEABLE PAVEMENT PER DETAIL 6, SHEET C2.09811L96913
14
TRUNCATED DOMES PER DETAIL 4, SHEET C2.08C59L117CONSTRUCT CURB OUTLET STRUCTURE PER COUNTYOF SAN BERNARDINO STD. PLAN 2104C58515 STAIRS W/ HANDRAIL PER ARCHITECTURAL PLANS
16 3' WIDE CURB OPENING
L99 66.85'8
C62 18122828 17 BIOFILTRATION BASIN PER DETAIL 1, SHEET C6.3.
18 CONSTRUCT GRAVITY RETAINING WALL PER SD RSD C-9
12
16.00'411
8888C53C55 3.00'L109 C54 9.00'L110 C56 6.35'5
PA 4 PA
11 11PA11
SEE SHEET C3.2
0 10 20 40
HORIZONTAL CONTROL PLAN FORCITY OF SAN BERNARDINO
ENGINEER'S SEAL ENGINEER'SINFORMATION
DEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXGRADING PLANPREPARED BY:FORWARE MALCOMB3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
HARDT & BRIER BUSINESS PARK C3.124
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 98
SITE NOTES1. CONTRACTOR TO FIELD-VERIFY EXISTINGCONDITIONS PRIOR TO CONSTRUCTION AND SHALLNOTIFY ENGINEER OF ANY DISCREPANCIES.ENGINEER WILL NOT BE LIABLE FOR ANY COSTSASSOCIATED WITH CHANGES TO THE DESIGNWITHOUT PROPER NOTIFICATION.
HARDT ST.
2. SEE COVER SHEET FOR BENCHMARK, BASIS OFBEARINGS, AND SURVEY INFORMATION.3. DIMENSIONS ARE TO FLOWLINE/BOTTOM OF CURBAND BUILDING FACE UNLESS OTHERWISE NOTED.4. PAVEMENT THICKNESS AND DESIGN ARE PER THEGEOTECHNICAL REPORT.5. ACCESSIBLE CURB RAMPS SHALL BE CONSTRUCTEDWITH DETECTIBLE WARNING PADS IF REQUIRED BYLOCAL CRITERIA.
6. CONTRACTOR SHALL REMOVE AND REPLACE CURB,GUTTER, PAVING, LANDSCAPE, AND ANY OTHERITEMS DAMAGED DURING CONSTRUCTION.7. SEE SHEET C3.3 FOR CURB DATA TABLES
BRIER DR.KEY MAP WARE MALCOMB assumes no responsibility for utility locations.The utilities shown on this drawing have been plotted from thebest available information. It is, however, the contractorsresponsibility to field verify the location of all utilities priorto the commencement of any construction.
SEE SHEET C3.1
11 4 11 11411PA CONSTRUCTION NOTESPAL56L64ADA RAMP, STRIPING, & SIGNAGE PER DETAILS 1, 2, & 3,SHEET C2.0
L52 1
2
3
4
5
PAL60 7" PCC PAVEMENT OVER CLASS 2 BASE PER GEOTECHRECOMMENDATIONS.C29
9.00'
C35 L238
L66
8" PCC PAVEMENT OVER CLASS 2 BASE PER GEOTECHRECOMMENDATIONS.
L237 9.00'L54 89 8 988 CONSTRUCT 6" TYPE A PCC CURB PER CITY OF SANBERNARDINO STD. PLAN 200L509CONSTRUCT BROW DITCH PER DETAIL 7, SHEET C2.0L2289L49
8L92 6 CONSTRUCT 0" CONCRETE CURB.5
4 4" PCC SIDEWALK PER DETAIL 5, SHEET C2.07
81111 PAINT 4" WIDE WHITE 90° PARKING STALLS.4L729.58'9.58'9 TRASH ENCLOSURE PER ARCHITECTURAL PLANS.8 CONSTRUCT COMMERCIAL DRIVEWAY PER CITY OF SANBERNARDINO STD. PLAN 204
108C10415.00' SEWER EASEMENTREC. 9/3/1980,DOC. NO. 80-198548 O.R.
11 3' PARKING OVERHANGL224L86BUILDING D2FF = 1053.40
BUILDING D1FF = 1053.10
7 PERMEABLE PAVEMENT PER DETAIL 6, SHEET C2.012
13
14
119.44'TRUNCATED DOMES PER DETAIL 4, SHEET C2.0L232L233CONSTRUCT CURB OUTLET STRUCTURE PER COUNTYOF SAN BERNARDINO STD. PLAN 210
C108L234
8L231826.00'15 STAIRS W/ HANDRAIL PER ARCHITECTURAL PLANS26.00'8 C103L221C10911C44L235L2304PA
L84
4 7 L220 11
8.50'L70L774 413L69138
8 L218
PA
11 L79 1 L90C42115
PA
5.50'
PA4 7PA PA 47.00'EX. TREETO BE
4 6.00'7
REMOVED.ROWROWEX. TREETO BEREMOVED.
10 145.00' PUBLIC UTILITY EASEMENTREC. 10/24/1980,
1010 DOC. NO. 80-243406 O.R.5.00' ELECTRIC AND COMMUNICATION EASEMENTREC. 1/5/1981,DOC. NO. 81-010125 O.R.
15.00' PUBLIC SETBACK EASEMENTPER PARCEL MAP NO. 8481, BOOK 98,PAGES 47-48 OF PARCEL MAPS C/LC/L
0 10 20 40
HORIZONTAL CONTROL PLAN FORCITY OF SAN BERNARDINO
ENGINEER'S SEAL ENGINEER'SINFORMATION
DEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C3.224
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 99
BLDG A&B BLDG A&B BLDG A&B BLDG A&B BLDG A&BLINE TABLE LINE TABLE LINE TABLE CURVE TABLE CURVE TABLELINE # BEARING DISTANCE LINE # BEARING DISTANCE LINE # BEARING DISTANCE CURVE # DELTA RADIUS LENGTH CHORD DIRECTION CHORD LENGTH CURVE # DELTA RADIUS LENGTH CHORD DIRECTION CHORD LENGTHL127
L128
L129
L130
L131
L132
L133
L134
L135
L136
L137
L138
L139
L140
L141
L142
L143
L144
L145
L146
L147
L148
L149
L150
L151
L152
L153
L154
L155
L156
N00°12'03"W
S89°47'57"W
N00°12'03"W
S00°12'03"E
N89°47'57"E
N00°12'03"W
N89°47'57"E
N00°12'03"W
S89°47'57"W
N00°12'03"W
S89°47'57"W
S00°12'03"E
S89°47'57"W
N00°12'03"W
S89°47'57"W
S00°12'03"E
S89°47'57"W
N00°12'03"W
S89°47'57"W
S00°12'03"E
S89°47'57"W
N00°12'03"W
S89°47'57"W
S00°12'03"E
S90°00'00"W
N00°12'03"W
S89°47'57"W
S00°12'03"E
S89°47'57"W
N00°12'03"W
25.42'
16.00'
35.00'
19.28'
12.82'
48.42'
13.00'
99.00'
15.57'
16.00'
99.00'
13.00'
3.00'
L157
L158
L159
L160
L161
L162
L163
L164
L165
L166
L167
L168
L169
L170
L171
L172
L173
L174
L175
L176
L177
L178
L179
L180
L181
L182
L183
L184
L185
L186
S89°47'57"W
S00°12'03"E
S89°48'39"W
N00°12'03"W
S89°47'57"W
S00°12'03"E
N86°12'03"W
S03°47'57"W
S86°12'03"E
S00°12'03"E
N00°12'03"W
N03°47'57"E
S00°12'03"E
S89°52'20"W
N00°12'03"W
S00°12'03"E
S89°47'57"W
N00°12'03"W
S00°12'03"E
S89°47'57"W
N00°12'03"W
N89°47'57"E
S00°12'03"E
S89°47'57"W
N00°12'03"W
S00°12'03"E
S89°47'57"W
N89°47'57"E
N00°12'03"W
S89°47'57"W
72.00'
13.00'
2.05'
L187
L188
L189
L190
L203
L204
L205
L206
L207
L209
L210
L211
L212
N00°12'03"W
N00°12'03"W
N89°47'57"E
N00°12'03"W
N89°47'57"E
N00°12'03"W
S89°47'57"W
S89°47'57"W
S89°47'57"W
S89°47'57"W
S00°12'03"E
S00°12'03"E
N89°47'57"E
24.65'
24.65'
16.00'
26.00'
3.00'
C63
C64
C65
C66
C67
C68
C69
C70
C71
C72
C73
C74
C75
C76
C77
C78
C79
C80
C81
C82
90°00'00"
118°41'07"
54°25'21"
96°53'32"
90°00'00"
90°44'59"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°12'03"
89°47'57"
90°00'00"
90°00'00"
90°00'00"
89°08'27"
51°29'59"
99°20'48"
3.00'
3.00'
28.00'
3.00'
3.00'
2.98'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
54.12'
1.97'
4.71'
6.21'
26.60'
5.07'
4.71'
4.72'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
4.72'
4.70'
4.71'
4.71'
4.71'
4.67'
48.65'
3.42'
N45°12'03"W
S59°08'31"W
N34°18'15"W
N41°21'11"E
S44°47'57"W
S45°12'03"E
N44°47'57"E
S45°12'03"E
N44°47'57"E
S45°12'03"E
N44°47'57"E
S45°12'03"E
N44°53'58"E
S45°06'02"E
N44°47'57"E
S45°12'03"E
N44°47'57"E
S44°46'13"E
S16°37'47"W
N44°26'28"E
4.24'
5.16'
25.61'
4.49'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.25'
4.24'
4.24'
4.24'
4.24'
4.21'
47.03'
3.01'
C83
C84
C85
C86
C87
C88
C89
C90
C91
C92
C93
C94
C95
86°00'00"
88°42'36"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
3.00'
3.01'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
4.50'
4.67'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
N43°12'03"W
S44°15'51"W
N45°12'03"W
S44°47'57"W
N45°12'03"W
S44°47'57"W
N45°12'03"W
S45°12'03"E
S44°47'57"W
N45°12'03"W
N44°47'57"E
N45°12'03"W
S44°47'57"W
4.09'
4.21'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
13.00'
45.00'
32.26'
14.44'
62.00'
16.83'
18.55'
29.55'
36.43'
5.70'
36.00'
10.67'
60.00'
60.00'
3.00'
26.00'
18.00'
3.00'13.00'
81.00'
13.00'
3.00'
6.05'5.70'2.86'54.00'
2.86'13.00'
81.00'
13.00'
6.00'
2.86'54.00'
2.86'13.00'
36.00'
13.02'
3.00'
19.00'
7.00'13.00'
10.00'
10.00'
13.00'
19.00'
18.00'
16.00'
13.01'
72.00'
13.00'
3.00'13.00'BLDG C&D BLDG C&D BLDG C&D BLDG C&D BLDG C&DLINE TABLE LINE TABLE LINE TABLE CURVE TABLE CURVE TABLELINE # BEARING DISTANCE LINE # BEARING DISTANCE LINE # BEARING DISTANCE CURVE # DELTA RADIUS LENGTH CHORD DIRECTION CHORD LENGTH CURVE # DELTA RADIUS LENGTH CHORD DIRECTION CHORD LENGTHL49
L50
L51
L52
L53
L54
L55
L56
L57
L59
L60
L61
L62
L63
L64
L65
L66
L67
L68
L69
L70
L71
L72
L73
L74
L75
L76
L77
L78
L79
N00°12'03"W
S89°47'57"W
N00°12'03"W
N89°47'57"E
S00°12'03"E
N89°47'57"E
N00°12'03"W
N89°47'57"E
S00°12'03"E
N00°12'03"W
N89°47'57"E
S00°12'03"E
N89°47'57"E
N00°12'03"W
N89°47'57"E
S00°12'03"E
S89°47'57"W
N00°13'30"W
N00°12'03"W
N00°12'03"W
S89°47'57"W
N00°12'03"W
S89°47'57"W
N00°12'03"W
S00°12'03"E
N89°47'57"E
S00°12'03"E
N89°47'57"E
N00°12'03"W
N89°47'57"E
1.50'
3.55'
L80
L81
N00°12'03"W
S00°12'03"E
N89°47'57"E
S00°12'03"E
N89°47'57"E
S89°47'57"W
S00°12'03"E
S00°12'03"E
N89°47'57"E
S89°47'57"W
S89°47'57"W
N00°12'03"W
S00°12'03"E
S89°47'57"W
S00°12'03"E
N89°47'57"E
S00°12'03"E
S89°47'57"W
S00°12'03"E
N89°47'57"E
S00°12'03"E
N89°47'57"E
N00°12'03"W
S00°12'03"E
N89°47'57"E
N00°12'03"W
S00°12'03"E
N89°47'57"E
N89°47'57"E
N89°47'57"E
25.63'
26.42'
13.00'
9.00'
L112
L113
L114
L115
L116
L117
L118
L119
L120
L121
L122
L123
L124
L125
L126
L192
L213
L214
L215
L216
L217
L218
L219
L220
L221
L222
L223
L224
L225
L226
N00°12'03"W
N89°47'57"E
N00°12'03"W
S89°47'57"W
N00°12'03"W
N89°47'57"E
N00°12'03"W
N89°47'57"E
N00°12'03"W
S00°12'03"E
S00°12'03"E
S00°12'03"E
S89°47'57"W
S00°12'03"E
N89°47'57"E
N89°47'57"E
N89°47'57"E
S00°12'03"E
N00°12'03"W
S89°47'57"W
N89°47'57"E
N89°47'57"E
N00°12'03"W
S89°47'57"W
N00°12'03"W
N89°47'57"E
N00°12'03"W
S89°47'57"W
N89°47'57"E
N00°12'03"W
15.31'
19.66'
57.00'
13.00'
1.50'
C27
C28
C29
C30
C31
C32
C33
C34
C35
C36
C37
C38
C39
C40
C41
C42
C43
C44
C45
C46
C48
C49
C50
C51
C52
C53
C54
C55
C56
C57
90°00'00"
90°00'00"
90°00'00"
90°00'00"
95°30'36"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
85°29'04"
85°29'04"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
180°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
3.00'
3.00'
3.00'
3.00'
3.03'
3.00'
3.00'
3.00'
3.00'
3.50'
3.00'
10.00'
10.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
4.71'
4.71'
4.71'
4.71'
5.06'
4.71'
4.71'
4.71'
4.71'
5.50'
4.71'
14.92'
14.92'
4.71'
4.71'
4.71'
4.71'
4.71'
9.42'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
N45°12'03"W
N44°47'57"E
S45°12'03"E
N44°47'57"E
S42°05'45"E
N44°47'57"E
S45°12'03"E
N44°47'57"E
S45°12'03"E
S44°47'57"W
S45°12'03"E
S42°32'29"W
N42°56'35"W
N44°47'57"E
N45°12'03"W
N45°12'03"W
N44°47'57"E
N45°12'03"W
N00°12'03"W
S44°47'57"W
N44°47'57"E
N44°47'57"E
N45°12'03"W
N44°47'57"E
N45°12'03"W
S44°47'57"W
N45°12'03"W
S44°47'57"W
N45°12'03"W
S44°47'57"W
4.24'
4.24'
4.24'
4.24'
4.49'
4.24'
4.24'
4.24'
4.24'
4.95'
4.24'
13.57'
13.57'
4.24'
4.24'
4.24'
4.24'
4.24'
6.00'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
C58
C59
90°00'00"
90°00'00"
90°05'16"
90°00'00"
90°00'00"
90°01'27"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
90°00'00"
3.00'
3.00'
3.00'
3.00'
3.00'
3.00'
3.50'
3.50'
3.50'
3.50'
2.00'
2.00'
3.00'
3.00'
4.71'
4.71'
4.71'
4.71'
4.71'
4.71'
5.50'
5.50'
5.50'
5.50'
3.14'
3.14'
4.71'
4.71'
S45°12'03"E
S44°47'57"W
S45°12'03"E
S44°47'57"W
S45°12'03"E
S44°47'13"W
S45°12'03"E
S44°47'57"W
S44°47'57"W
S45°12'03"E
N44°47'57"E
N45°12'03"W
S44°47'57"W
S45°12'03"E
4.24'
4.24'
4.24'
4.24'
4.24'
4.24'
4.95'
4.95'
4.95'
4.95'
2.83'
2.83'
4.24'
4.24'
13.00'
87.00'
13.00'
1.00'
L82 C60
L83 C61
L84 13.00'
13.00'
36.00'
36.00'
16.00'
13.00'
13.00'
36.00'
38.46'
16.00'
18.00'
13.00'
7.00'
C62
L86 13.00'
27.00'
3.00'
C101
C102
C103
C104
C105
C106
C107
C108
C109
13.00'
90.00'
13.00'
13.00'
96.00'
13.00'
1.00'
L88
L89
L90 40.17'
71.13'
57.03'
15.70'
7.50'
L91
L92
L93
L94
13.00'
72.00'
13.11'
3.55'
L95 2.00'L96 7.50'BLDG C&DL976.00'LINE TABLEL9816.00'
17.00'
26.00'
3.00'
29.94'
25.62'
26.00'
3.00'
L99 13.00'
54.00'
25.76'
14.52'
72.00'
13.00'
13.00'
69.00'
13.00'
13.00'
1.00'
LINE # BEARING DISTANCEL100
L101
L102
L103
L104
L105
L106
L107
L108
L109
L110
L111
L227
L228
L229
L230
L231
L232
L233
L234
L235
L236
L237
L238
S89°47'57"W
N00°12'03"W
S00°12'03"E
N89°47'57"E
N00°12'03"W
S89°47'57"W
N89°47'57"E
N00°12'03"W
S89°47'57"W
S00°13'30"E
S89°47'57"W
N89°47'57"E
12.50'
1.50'
18.65'
8.00'
5.00'
8.00'
6.97'
3.00'
6.97'
18.78'
7.27'
3.55'
13.00'
13.00'
35.00'
12.50'
6.00'
81.00'
13.00'
7.60'7.60'13.00'
81.00'
3.00'
12.50'
19.93'
12.50'
12.50'
35.00'
26.00'
16.00'
1.00'HORIZONTAL CONTROL PLAN FORCITY OF SAN BERNARDINO
72.00'ENGINEER'S SEAL ENGINEER'SINFORMATION
DEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXGRADING PLANPREPARED BY:WARE MALCOMB3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
FORHARDT & BRIER BUSINESS PARK C3.324
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 100
N89°47'57"E 667.35'0.5%1051.60 TC1051.10 FS
1051.06 FL1051.04 TC1050.54 FS
1049.68 FL 1051.63 TC1051.13 FS
1051.10 TC1050.60 FS
1051.27 TC1050.77 FS
1051.22 TC1050.72 FS
1051.15 TC1050.65 FS
1050.82 TC1050.32 FS
1050.79 TC1050.29 FS
1051.01 TC1050.51 FS
1051.36 TC1050.86 FS1051.34 TC1050.84 FS
1050.84 TC1050.34 FS
1050.89 TC1050.39 FS
1050.96 TC1050.46 FS1051.08 TC1050.42 FL
1050.22 FS1051.32 TC1050.82 FL
1051.10 TC1050.43 FL
1050.50 TC1050.00 FL
1051.30 TC1050.80 FL
1050.80 TC1050.30 FL
1050.81 TC1050.31 FL
1050.42 TC1049.92 FS
0'' CURB1050.82 FS
1051.11 TC1050.61 FS
1051.34 TC1050.84 FS
0'' CURB1050.80 FS 1051.38 TC1050.88 FS
GENERAL NOTE 0'' CURB1050.88 FS0'' CURB 1051.12 TC1050.62 FS
UTILITIES SHOWN ON THIS PLAN FOR REFERENCE ONLY,REFER TO UTILITY PLAN SHEET C5.0-####.
1050.87 FS 1046.89 FS1051.00 HP 1051.15 TC1050.65 FS
1051.39 TC1050.89 FS
0'' CURB1051.00 FS
0'' CURB1051.00 FS
1051.00 FS 1051.00 FS1051.00 FS 1046.99 FS 1050.83 FS1050.99 FS HMP-1
TRUCK WELL LOADING SPACEPER ARCHITECTURAL PLANS
1051.00 FS 1050.50 TC1050.00 FS1050.28 TC1049.78 FS
1051.32 TC1050.82 FS
1050.26 TC1049.76 FL1050.14 TC1049.64 FS 1051.00 FS 1051.00 FS 1050.38 TC1049.88 FS1050.84 FS
1050.33 TC1049.83 FS
1050.47 TC1049.97 FS0510201050.77 FS 1.0%BUILDING AFF=1051.00
1051.02 FS 1050.34 TC1049.84 FS1050.72 FS
1050.89 FS
1051.00 FS 1050.41 TC1050.56 FS 1049.91 FS1050.88 FS1051.00 FS 1050.86 FS
1049.91 FS
1050.09 TC1049.59 FS 1050.28 TC1049.78 FS
1049.64 TC1049.14 FS
1050.09 FS 1050.83 FS
1050.03 FS
1050.83 FS 1050.20 TC1049.70 FS
BMP-1TOP OF BASIN: 1049.25 0.5%1049.81 TC1049.31 FL
1051.00 FS1051.00 FS1050.76 FSBOTTOM OF BASIN: 1048.50 4.1%1050.81 FS 1050.60 FS
1050.53 FS
1051.00 FS1049.80 TC1049.30 FS
1050.24 TC1049.74 FS
1051.00 FS1051BMP-2TOP OF BASIN: 1049.50BOTTOM OF BASIN: 1048.75
1050.39 FS1050.89 FS
SD SD1048.99 FL
BMP-3
10'X10' VISIBILITY TRIANGLE
1049.5± ME1049.4± ME 1050.5± ME1050.0± ME
10'X10' VISIBILITY TRIANGLE 1049.0± ME1049.0± ME
GRADING PLAN FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C4.024
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 101
1051.09 FL
1051.85 TC1051.35 FS
1051.80 TC1051.30 FS
1051.31 TC1050.81 FS
1052.76 HP1051.87 TC1051.37 FS
1051.80 TC1051.30 FS
1051.22 TC1050.72 FS 0.5%
0.5%
0.5%0.7%
1051.78 TC1051.28 FS
1051.74 TC1051.24 FS
1051.23 TC1050.73 FL
1051.67 TC1051.17 FS
1051.75 TC1051.25 FS
1051.51 HP 1051.28 TC1050.78 FL
1050.96 TC1050.46 FS 1051.67 TC1051.17 FS
1051.70 TC1051.20 FS
1051.75 TC1051.25 FL
1050.86 TC1050.36 FS
1051.74 TC1051.24 FL
1051.59 TC1051.09 FS
1052.04 TC1051.54 FS
1051.72 TC1051.22 FS
1051.80 TC1051.30 FS
1052.09 TC1051.59 FS 1051.81 TC1051.31 FS1051.76 TC1051.26 FS 1047.62 FS 1052.12 TC1051.62 FS
6.2%1051.80 HP1051.82 TC1051.32 FS
1051.80 FS1051.80 FS
1051.91 TC1051.41 FS
1051.53 TC1051.03 FS
1047.78 FS 1052.30 TC1051.80 FS
1051.78 FS1051.59 FS
1051.80 FS1051.80 FSTRUCK WELL LOADING SPACEPER ARCHITECTURAL PLANS
1051.58 TC1051.08 FS1051.73 TC1051.23 FS
1051.63 TC1051.13 FS
1052.18 TC1051.68 FS
T1051.52 TC1051.02 FS
1051.80 FS
1052.21 TC1051.71 FS
1051.72 TC1051.22 FS
1051.47 TC1050.97 FS
1051.69 FS1051.83 FSBUILDING BFF=1051.80
1051.50 TC1051.00 FS
1051.83 FS 1051.55 TC1051.05 FS 1050.99 TC1050.49 FS
1051.66 FS 1050.73 TC1050.23 FS
1051.58 TC1051.08 FS 2.0%
1051.80 FS 1050.66 TC1050.16 FL
1051.80 FS
1051.80 FS
1051.16 FS
0 5 10 20
1051.40 TC1050.90 FS
1051.11 TC1050.61 FS
1051.78 FS1051.52 FSTCFS1051.28 TC1050.78 FS 1051.80 FS1051.54 FS 1051.07 TC1050.57 FS
1051.75 FS 1051.49 FS1.4%1051.53 TC1051.03 FS
1051.80 FS 1051.20 FS1051.17 TC1050.67 FS
2.9%1051.47 FS 1051.80 FS1051.10 FS 1051.72 FS
1.5%10'X10' VISIBILITY TRIANGLE
1049.49 FL
10'X10' VISIBILITY TRIANGLE 10'X10' VISIBILITY TRIANGLE
1050.6± ME 1050.5± ME1050.4± ME1050.1± ME 1050.4± ME
GENERAL NOTE SEE SHEET C4.2UTILITIES SHOWN ON THIS PLAN FOR REFERENCE ONLY,REFER TO UTILITY PLAN SHEET C5.0-####.
GRADING PLAN FORENGINEER'S SEAL ENGINEER'SINFORMATION
CITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXGRADING PLANPREPARED BY:FORWARE MALCOMB3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
HARDT & BRIER BUSINESS PARK C4.124
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 102
SEE SHEET C4.1
ROW 1051.3± ME 1051.3± ME 1051.4± ME10'X10' VISIBILITY TRIANGLE
1050.24 FL
1050.2± ME 1050.9± ME 1051.66 FL1050.4± ME
10'X10' VISIBILITY TRIANGLE10'X10' VISIBILITY TRIANGLESD SD EX. TREE TOBE REMOVED1051.41 FS 1051.42 FS1051.10 FS
1051.50 FS
BMP-4TOP OF BASIN:1049.91
1051.49 FS1051.30 FS
BMP-6TOP OF BASIN:1050.00
BOTTOM OF BASIN:1049.16 1051.50 FS BOTTOM OF BASIN:1049.341051.50 FS1051.50 FS 1051.50 FS1051.16 FS1051.32 FS1050.59 TC1050.09 FS
1051.26 FS 1051.55 TC1051.05 FS
1050.66 TC1050.16 FS
1051.34 FS1051.34 FS
1051.50 FS
1051.50 FS
1051.34 TC1050.84 FS
1050.44 TC1049.94 FS
1050.52 TC1050.02 FS
1.7%1050.62 TC1050.12 FS
1051.39 FS 1050.90 TC1050.40 FS
1051.25 FS
1051.29 FS
1051.12 FS 1050.98 TC1050.48 FS1050.92 FS
1050.98 FS
1051.10 FS
1051.05 FS
1050.95 TC1050.45 FS
1051.32 FSBUILDING CFF=1051.50
1051.16 FS
1050.58 TC1050.08 FS
1051.72 TC1051.22 FS
1050.57 TC1050.07 FS
1051.26 FS0" CURB
1050.74 TC1050.24 FS
1051.09 TC1050.59 FS
1050.85 TC1050.35 FS
1050.74 TC1050.24 FS
0.5%1.9%1050.77 TC1050.27 FS
1050.80 TC1050.30 FSPROPERTYLINE
1051.98 TC1051.48 FS
1050.81 TC1050.31 FS
1050.80 TC1050.30 FS
1051.76 TC1051.26 FS
1050.74 TC1050.24 FS 1051.78 TW1051.13 BW
1051.69 TC1051.19 FS
1051.12 TC1050.62 FS
1050.89 TC1050.39 FS
0.5%1050.80 TC1050.30 FS
1051.50 FS1051.50 FS1051.68 TC1051.18 FS 1052.00 TC1051.50 FS
1051.75 TC1051.25 FS PROPERTYLINE
1051.50 HP
1051.50 FS1051.50 FS1051.50 FS 1051.50 FS
1051.69 TC1051.19 FS
1051.62 TC1051.12 FS
1051.63 TC1051.13 FS
1051.13 TC1050.63 FS1051.16 TC
1051.01 TC1050.51 FS
1051.13 TC1050.63 FS
1051.63 TC1051.13 FS
1051.62 TC1051.12 FS
1051.60 TC1051.10 FS
1051.64 TC1051.14 FS
0.6%1050.66 FS1051.64 TC1051.14 FS
PR. RETAINING WALLMAX HT: ~1.61'
1051.16 TC1050.66 FS
1051.36 HP
1051.28 HP
1053.31 TW1051.70 BW
1051.60 TC1051.10 FS 1051.58 TC1051.08 FS
1051.24 TC1050.74 FS
1054.79 TW1054.59 BW
1051.24 TC1050.74 FS
1051.58 TC1051.08 FS
0.5%0.5%
1051.62 TC1051.12 FS
1051.62 TC1051.12 FS
PROPERTYLINE
1055.10 HP1051.81 FL 1054.77 FL
0 5 10 20SEE SHEET C4.3GENERAL NOTE:UTILITIES SHOWN ON THIS PLAN FOR REFERENCE ONLY,REFER TO UTILITY PLAN SHEET C5.0-####
GRADING PLAN FORENGINEER'S SEAL ENGINEER'SINFORMATION
CITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C4.224
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 103
GRADING NOTES1. CONTRACTOR SHALL NOTIFY THE ENGINEER OF ANYDISCREPANCIES WITH THE ELEVATIONS SHOWN ONTHE PLANS. ENGINEER WILL NOT BE LIABLE FORANY COSTS ASSOCIATED WITH CHANGES TO THEDESIGN WITHOUT PROPER NOTIFICATION.2. SEE COVER SHEET FOR BENCHMARK, BASIS OFBEARINGS, AND SURVEY INFORMATION.3. ELEVATIONS ARE PER THE SURVEY DATUM, NOT PERARCHITECTURAL FLOOR ELEVATIONS.4. ELEVATIONS ARE AT FINISHED SURFACE UNLESSOTHERWISE NOTED.
5. CURB ELEVATIONS ARE AT FLOWLINE/BOTTOM OFCURB UNLESS OTHERWISE NOTED.6. EXISTING UTILITY STRUCTURES TO BE ADJUSTED ASNECESSARY FOR PROPOSED GRADING.
SEE SHEET C4.2 7. SIDEWALKS AND LANDINGS SHALL BE 2% MAXCROSS-SLOPE TOWARD ROADS, DRIVE LANES, ANDPARKING AREAS UNLESS OTHERWISE NOTED.8. ACCESSIBLE PARKING STALLS AND LOADING AREASTO BE 2% MAX SLOPE IN ANY DIRECTION.
PROPERTYLINE
1051.81 FL 9. REFER TO THE GEOTECH REPORT FORGROUNDWATER ELEVATIONS.10. GRADING OF LANDSCAPED AREAS AROUNDBUILDINGS TO COMPLY WITH GEOTECH. REPORT.11. PEDESTRIAN GUARDRAILS TO BE INSTALLED WHEREREQUIRED BY LOCAL, STATE, OR FEDERALREQUIREMENTS. RE: ARCHITECTURAL/LANDSCAPEPLANS.
1053.32 TC1052.82 FS1053.01 TC1052.51 FS
1053.44 TC1052.94 FS
1053.09 TC1052.59 FS
1053.06 TC1052.56 FS
WARE MALCOMB assumes no responsibility for utility locations.The utilities shown on this drawing have been plotted from thebest available information. It is, however, the contractorsresponsibility to field verify the location of all utilities priorto the commencement of any construction.
1053.18 TC1052.68 FS
1053.21 TC1052.71 FS
1052.75 TC1052.25 FS GENERAL NOTE:1052.27 FS UTILITIES SHOWN ON THIS PLAN FOR REFERENCE ONLY,REFER TO UTILITY PLAN SHEET C5.0-####
1053.14 TC1052.64 FS
1053.05 TC1052.55 FS
1.7%1052.67 TC1052.17 FS
1052.79 TC1052.29 FS
1052.65 HP1052.40 FG
1053.14 TC1052.64 FS1052.71 TC1052.21 FS 1052.64 TC1052.14 FS1052.56 TC1052.06 FS
1053.02 TC1052.52 FS HMP-21052.55 TC1052.05 FS
1052.30 FG
1053.10 HP1052.46 TC1051.96 FS
1052.52 TC1052.02 FS
1052.59 TC1052.09 FS
1053.10 FSPROPERTYLINE
1053.10 FS
1052.82 TC1052.32 FS 1052.55 TC1052.05 FS1052.59 TC1052.09 FS
BUILDING D1FF=1053.10
1052.28 TC1051.78 FS
1052.60 TC1052.10 FS1052.67 TC1052.17 FS
1053.10 FS 1053.10 FS
1053.05 FS
1052.72 TC1052.22 FS1053.10 FS1052.58 TC1052.08 FS
1052.25 TC1051.75 FS 1052.92 FS
1053.10 FS 1053.10 FS1053.40 TC1052.90 FS
1053.05 FS1053.60 TC1053.10 FS
1052.78 FS1053.31 TC1052.81 FS
1052.07 TC
SEE SHEET C4.6
0 5 10 20
GRADING PLAN FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:FORWARE MALCOMB3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
HARDT & BRIER BUSINESS PARK C4.324
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 104
SEE SHEET C4.2
1053.58 FL1053.52 TC1053.02 FS
1053.45 HP 1053.36 TC1052.86 FS
1053.67 TC1053.17 FS
1053.65 TC1053.15 FS
0.4%1053.06 TC1052.56 FS 1052.97 TC1052.47 FS
1053.26 TC1052.76 FS
1053.32 TC1052.82 FS
1053.13 HP 0.5%1053.35 TC1052.85 FS
1053.57 TC1053.07 FS
05 TC55 FS
1053.15 TC1052.65 FS
1053.26 TC1052.76 FS
5.1%1053.26 TC1052.76 FS 1053.75 TC1053.25 FS1053.40 TC1052.90 FS
1053.55 TC1053.05 FS4.2%1052.78 TC1052.28 FSHMP-2 1053.52 TC1053.02 FS 1052.78 TC1052.28 FS1052.86 TC
1053.40 FS1053.40 FS PROPERTYLINE1052.36 FSCS 1053.24 TC1052.74 FS1053.33 TC1052.83 FS
1053.33 TC1052.83 FS
1053.40 TC1052.90 FS
BUILDING D2FF=1053.40
2.0%1053.66 TC1053.16 FS
1053.06 TC1052.56 FS1052.69 TC1052.19 FS1053.40 FS1053.38 FS
1053.27 FS
1052.65 TC1052.15 FS
1053.03 TC1052.53 FS
1053.40 FS1053.33 FS
1053.57 TC1053.07 FS
1053.40 FS1053.90 TC1053.40 FS
4.1%1051.68 FL1053.40 FS 1053.48 TC1052.98 FS
1052.48 TC1051.98 FS
1053.19 FS 1053.90 TC
SEE SHEET C4.5
0 5 10 20GENERAL NOTE:UTILITIES SHOWN ON THIS PLAN FOR REFERENCE ONLY,REFER TO UTILITY PLAN SHEET C5.0-####GRADING PLAN FORENGINEER'S SEAL ENGINEER'SINFORMATION
CITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C4.424
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 105
SEE SHEET C4.4
1053.57 TC1053.07 FS
1053.40 FS1053.90 TC1053.40 FS
4.1%1051.68 FL1053.40 FS 1053.48 TC1052.98 FS
1052.48 TC1051.98 FS
1053.19 FS 1053.90 TC1053.40 FS1.9%1053.37 FS BUILDING D2FF=1053.40
1053.48 TC1052.98 FS
1053.16 FS 1052.85 TC1053.40 FS 1053.56 TC1053.06 FS
1052.35 FS1052.36 TC1051.86 FS1052.33 TC1051.83 FS 1052.79 TC1052.29 FS
1052.41 TC1051.91 FS
1052.96 FS 1053.11 FS PROPERTYLINE
1053.40 FS1052.80 TC1052.30 FS 1053.32 FS
1053.01 FS
1052.89FS
1052.82 TC1052.32 FS1052.27 FS 1053.40 FSP-2 1052.82 TC1052.32 FS 1053.40 FS1052.24 FS 1052.79 TC1052.29 FS1052.69 TC1052.19 FS1.8%
1052.40 TC1051.90 FS
1053.40 FS 1052.61 TC1052.11 FS
1052.22 TC1051.72 FS
1053.28 TC1052.78 FS
1052.04 TC1051.54 FS
1052.21 TC1051.71 FS
1053.40 FS1052.23 FS 1053.40 FF1052.74 TC1052.24 FS
1052.36 FS
SD 10'X10' VISIBILITY TRIANGLE 10'X10' VISIBILITY TRIANGLE
1051.18 FL
10'X10' VISIBILITY TRIANGLE
1051.2± ME
1051.3± ME
BMP-8
1051.4± ME
1051.1± ME 1051.2± MEROW 1051.1± ME 1051.6± ME
0 5 10 20
GRADING PLAN FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C4.524
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 106
SEE SHEET C4.3
1053.10 FS 1053.10 FS1053.40 TC1052.90 FS
1053.05 FS
2.9%
1053.60 TC1053.10 FS
1052.78 FS1053.31 TC1052.81 FS
1052.07 TC1051.57 FS
1053.60 TC1053.10 FS
1052.45 TC1051.95 FS
1053.31 TC1052.81 FS1052.53 TC1052.03 FS
1052.75 FS1053.39 TC1052.89 FS
2.9%BUILDING D1FF=1053.10
1053.10 FS
1052.50 TC1052.00 FS3.1%1052.60 FS
1052.80 FS
1051.99 TC1051.49 FS
1052.39 TC1051.89 FS
PROPERTYLINE
1053.10 FS 1052.40 TC1051.90 FS
1052.77 FS1053.01 FS 1052.41 TC1051.91 FS1052.95 FS
1052.88 FS 1051.86 FS1053.10 FS 1052.67 FS HMP-21052.45 TC1051.95 FS1053.10 FS 1052.35 TC1051.85 FS
1051.84 FS
1.0%
1053.10 FS1052.10 TC1051.60 FS
2.2%1053.10 FS1052.01 TC1051.51 FS
1052.12 TC1051.62 FS
1051.81 TC1051.31 FS
1053.10 FF1052.16 TC1051.66 FS
1052.28 TC1051.78 FS
1051.87 TC1051.37 FS
1050.87 FS 1051.33 FS
1051.18 FS10'X10' VISIBILITY TRIANGLE 1050.79 FS
1050.3± ME
ROW 10'X10' VISIBILITY TRIANGLE
1050.5± ME
1050.0± ME
10'X10' VISIBILITY TRIANGLE
1050.3± ME1050.1± ME
0 5 10 20
GRADING PLAN FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C4.624
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 107
STORM WATER CONSTRUCTION NOTES SANITARY SEWER KEY NOTES WM NOTES: UTILITY1
2
3
4
5
6
7
8
9
CONSTRUCT 36X36 BROOKS CATCH BASIN PER DETAIL 8, SHEET C2.0 CONNECT TO EXISTING SANITARY SEWER W/ 4' MANHOLE PERCITY OF SAN BERNARDINO STD. PLAN 301, 304
SS1
SS2
1. CONTRACTOR SHALL VERIFY THE ELEVATION OF ALL EXISTING UTILITIES WHERE NEWGRADING OR UTILITY WORK WILL OCCUR AND NOTIFY THE ENGINEER OF ANYDISCREPANCIES OR CONFLICTS. ENGINEER WILL NOT BE LIABLE FOR ANY COSTSASSOCIATED WITH CHANGES TO THE DESIGN WITHOUT PROPER NOTIFICATION.2. SEE COVER SHEET FOR BENCHMARK, BASIS OF BEARINGS, AND SURVEYINFORMATION.3. PROPOSED DRY UTILITIES ARE SHOWN FOR REFERENCE ONLY. REFER TO PLANS BYUTILITY PROVIDERS AND/OR MEP.4. EXISTING UTILITY STRUCTURES TO BE ADJUSTED AS NECESSARY FOR PROPOSEDGRADING.
INSTALL DURASLOPE TRENCH DRAIN SYSTEM W/ HS-20 TRAFFICRATED GRATE PER DETAIL 9, SHEET C2.0
INSTALL 6" PVC SDR-35 PRIVATE SANITARY SEWER LATERALPER CITY OF SAN BERNARDINO STD. PLAN 305, 306 & 310INSTALL 12" HDPE STORM DRAIN PIPEHARDT ST.DOMESTIC WATER SERVICE KEY NOTESCONSTRUCT BROW DITCH PER DETAIL 7, SHEET C2.0 PROVIDE NEW 2" DOMESTIC WATER SERVICE PER CITY OF SANBERNARDINO STD. PLAN W1.2
CONSTRUCT STORM DRAIN CLEAN OUT PER COUNTY OF SANBERNARDINO STD. PLAN 208
DW1
DW2
5. REFER TO THE GEOTECH REPORT FOR GROUNDWATER ELEVATIONS.6. ALL WORK IN THE PUBLIC RIGHT-OF-WAY' TO BE DONE PER IMPROVEMENT PLANS ANDASSOCIATED ENCROACHMENT PERMIT.
CONSTRUCT CURB INLET PER CITY OF SAN BERNARDINO STD. PLAN403
INSTALL REDUCED PRESSURE BACKFLOW PREVENTOR PERCITY OF SAN BERNARDINO STD. PLAN W4.1, W4.3 0 10 20 40FIRE SERVICE NOTE
INSTALL BIOCLEAN MODULAR WETLAND SYSTEM
INSTALL PSI STORM WATER LIFT STATION
DW3 CAP END FOR CONNECTION BY BUILDING PLUMBER
DW4 INSTALL 2" PVC SCH80 PRIVATE WATER LINE
1. FOR REFERENCE ONLY. UNDERGROUND FIRE SERVICE SHALL BE A DEFERREDSUBMITTAL. ANY APPROVAL OF THIS GRADING PLAN DOES NOT CONSTITUTE ANAPPROVAL OF ANY FIRE SERVICE WATER SUPPLY, UNDERGROUND, OR EQUIPMENT.
BRIER DR.INSTALL BIOCLEAN URBANPOND DETENTION SYSTEM FIRE SERVICE KEY NOTESKEY MAP 17 BIOFILTRATIN BASIN PER DETAIL 1, SHEET C6.4 CONNECT TO EXISTING 12" WATER MAIN PER CITY OF SANBERNARDINO STD. PLAN W3.5
FW1
FW2 INSTALL 8" AWWA PVC C-900 DR18 PRIVATE FIRE
INSTALL NEW 8" RPDA PER CITY OF SAN BERNARDINO STD.PLAN W1.14
FW3
INSTALL PRIVATE THRUST BLOCK PER CITY OF SANBERNARDINO STD. PLAN W6.4A, W6.11
FW4
FW5
INSTALL FIRE HYDRANT ASSEMBLY PER CITY OF SANBERNARDINO STD. PLAN W2.2
PROPERTY LINE
44
15.00' SEWER EASEMENTREC. 9/3/1980,DOC. NO. 80-198548 O.R.FW5 FW2FW2 FW48"X8"X6" TEEW/ T.B.
FW4 FW4PROPOSED TRANSFORMERPER ELECTRICAL PLANS
FW2 FW2
FW4FW5FW2
FW4
FW4 PROPOSED TRANSFORMERPER ELECTRICAL PLANS
FW2 8"X8"X6" TEEW/ T.B.PROPERTY LINE HMP-1
8"X8"X6" TEEW/ T.B.
FW4FW5 PROPERTY LINETFW2BUILDING A BUILDING B FW2FF=1051.00 FF=1051.80 FW4FW49SEE PLUMBING PLANSFOR CONTINUATION
FW2 FW25.00' PUBLIC UTILITY EASEMENTSEE PLUMBING PLANSFOR CONTINUATION
DW3REC. 10/24/1980,DOC. NO. 80-243406 O.R.5.00' ELECTRIC AND COMMUNICATION EASEMENTREC. 1/5/1981,
FW4
FW2
FW4 3FW2 617DW3 DOC. NO. 81-010125 O.R.67
3
BMP-1 5 3BMP-2 17 81 1049.00 TG1045.50 IE
1049.25 TG1045.75 IE
1 FW3DW2ROWDW4
DW2
SS2ROW3SDSD
SS2
SS1
DW4
DW1
FW3 282BMP-3DW4
DW1
PROPOSED CURBOUTLET STRUCTURE
EX. STREET LIGHTTO BE RELOCATED
FW1 FW1PROPOSED CURBOUTLET STRUCTURE
FW1PROPOSED CURBOUTLET STRUCTURE
PROPOSED CURBOUTLET STRUCTURE
SS1SSSS
SEE SHEET C5.1 UTILITY PLAN FORENGINEER'S SEAL ENGINEER'SINFORMATION
CITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXGRADING PLANPREPARED BY:FORWARE MALCOMB3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
HARDT & BRIER BUSINESS PARK C5.024
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 108
WM NOTES: UTILITY1. CONTRACTOR SHALL VERIFY THE ELEVATION OF ALL EXISTING UTILITIES WHERE NEWGRADING OR UTILITY WORK WILL OCCUR AND NOTIFY THE ENGINEER OF ANYDISCREPANCIES OR CONFLICTS. ENGINEER WILL NOT BE LIABLE FOR ANY COSTSASSOCIATED WITH CHANGES TO THE DESIGN WITHOUT PROPER NOTIFICATION.2. SEE COVER SHEET FOR BENCHMARK, BASIS OF BEARINGS, AND SURVEYINFORMATION.
HARDT ST.
3. PROPOSED DRY UTILITIES ARE SHOWN FOR REFERENCE ONLY. REFER TO PLANS BYUTILITY PROVIDERS AND/OR MEP.4. EXISTING UTILITY STRUCTURES TO BE ADJUSTED AS NECESSARY FOR PROPOSEDGRADING.5. REFER TO THE GEOTECH REPORT FOR GROUNDWATER ELEVATIONS.6. ALL WORK IN THE PUBLIC RIGHT-OF-WAY' TO BE DONE PER IMPROVEMENT PLANS ANDASSOCIATED ENCROACHMENT PERMIT.FIRE SERVICE NOTEBRIER DR.1. FOR REFERENCE ONLY. UNDERGROUND FIRE SERVICE SHALL BE A DEFERREDSUBMITTAL. ANY APPROVAL OF THIS GRADING PLAN DOES NOT CONSTITUTE ANAPPROVAL OF ANY FIRE SERVICE WATER SUPPLY, UNDERGROUND, OR EQUIPMENT.
KEY MAP SEE SHEET C5.0
DW1 FW1 SANITARY SEWER KEY NOTESDW1CONNECT TO EXISTING SANITARY SEWER W/ 4' MANHOLE PERCITY OF SAN BERNARDINO STD. PLAN 301, 304
FW1 SS1
SS2
SS1 INSTALL 6" PVC SDR-35 PRIVATE SANITARY SEWER LATERALPER CITY OF SAN BERNARDINO STD. PLAN 305, 306 & 310
SS
FW2
FW3
EX. ELECTRICALVAULT TO REMAIN
SS1
SS2
PROPOSED CURBOUTLET STRUCTURE
PROPOSED CURBOUTLET STRUCTURE
DW4 DOMESTIC WATER SERVICE KEY NOTESPROPOSED CURBOUTLET STRUCTURE
FW2 PROPOSED CURBOUTLET STRUCTURE ROW2 PROVIDE NEW 2" DOMESTIC WATER SERVICE PER CITY OF SANBERNARDINO STD. PLAN W1.2
DW1
DW2
8 38 INSTALL REDUCED PRESSURE BACKFLOW PREVENTOR PERCITY OF SAN BERNARDINO STD. PLAN W4.1, W4.3
SD SDFW3
FW4
DW23 1049.84 TG 146.34 IE
DW3 CAP END FOR CONNECTION BY BUILDING PLUMBER
DW4 INSTALL 2" PVC SCH80 PRIVATE WATER LINE
1 1049.66 TG46.16 IE
FW4 BMP-6
17
BMP-4
17
FW4 FW2FW2DW3FW2 FW2PROPOSED TRANSFORMERPER ELECTRICAL PLANS
FIRE SERVICE KEY NOTESSEE PLUMBING PLANSFOR CONTINUATION
CONNECT TO EXISTING 12" WATER MAIN PER CITY OF SANBERNARDINO STD. PLAN W3.5
5.00' PUBLIC UTILITY EASEMENTREC. 10/24/1980,
FW1DOC. NO. 80-243406 O.R.5.00' ELECTRIC AND COMMUNICATION EASEMENTREC. 1/5/1981,
FW2 INSTALL 8" AWWA PVC C-900 DR18 PRIVATE FIRE
INSTALL NEW 8" RPDA PER CITY OF SAN BERNARDINO STD.
BUILDING C DOC. NO. 81-010125 O.R.FW3 PLAN W1.14PROPERTY LINE FF=1051.50 INSTALL PRIVATE THRUST BLOCK PER CITY OF SANBERNARDINO STD. PLAN W6.4A, W6.11
FW4
FW5
PROPERTY LINE INSTALL FIRE HYDRANT ASSEMBLY PER CITY OF SANBERNARDINO STD. PLAN W2.2FW58"X8"X6" TEEW/ T.B.
8"X8"X6" TEEW/ T.B.
FW4FW5 FW4 STORM WATER CONSTRUCTION NOTES1
2
3
4
5
6
7
8
9
CONSTRUCT 36X36 BROOKS CATCH BASIN PER DETAIL 8, SHEET C2.0INSTALL DURASLOPE TRENCH DRAIN SYSTEM W/ HS-20 TRAFFICRATED GRATE PER DETAIL 9, SHEET C2.0
FW2 FW4 INSTALL 12" HDPE STORM DRAIN PIPE
FW4 CONSTRUCT BROW DITCH PER DETAIL 7, SHEET C2.0CONSTRUCT STORM DRAIN CLEAN OUT PER COUNTY OF SANBERNARDINO STD. PLAN 208
FW2FW2FW4FW4 CONSTRUCT CURB INLET PER CITY OF SAN BERNARDINO STD. PLAN403FW2INSTALL BIOCLEAN MODULAR WETLAND SYSTEM
INSTALL PSI STORM WATER LIFT STATIONINSTALL BIOCLEAN URBANPOND DETENTION SYSTEM44
17 BIOFILTRATION BASIN PER DETAIL 4, SHEET C6.4PROPERTY LINE PROPERTY LINE
SEE SHEET C5.2
0 10 20 40
UTILITY PLAN FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C5.124
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 109
WM NOTES: UTILITY1. CONTRACTOR SHALL VERIFY THE ELEVATION OF ALL EXISTING UTILITIES WHERE NEWGRADING OR UTILITY WORK WILL OCCUR AND NOTIFY THE ENGINEER OF ANYDISCREPANCIES OR CONFLICTS. ENGINEER WILL NOT BE LIABLE FOR ANY COSTSASSOCIATED WITH CHANGES TO THE DESIGN WITHOUT PROPER NOTIFICATION.2. SEE COVER SHEET FOR BENCHMARK, BASIS OF BEARINGS, AND SURVEYINFORMATION.
HARDT ST.
3. PROPOSED DRY UTILITIES ARE SHOWN FOR REFERENCE ONLY. REFER TO PLANS BYUTILITY PROVIDERS AND/OR MEP.4. EXISTING UTILITY STRUCTURES TO BE ADJUSTED AS NECESSARY FOR PROPOSEDGRADING.5. REFER TO THE GEOTECH REPORT FOR GROUNDWATER ELEVATIONS.6. ALL WORK IN THE PUBLIC RIGHT-OF-WAY' TO BE DONE PER IMPROVEMENT PLANS ANDASSOCIATED ENCROACHMENT PERMIT.FIRE SERVICE NOTEBRIER DR.1. FOR REFERENCE ONLY. UNDERGROUND FIRE SERVICE SHALL BE A DEFERREDSUBMITTAL. ANY APPROVAL OF THIS GRADING PLAN DOES NOT CONSTITUTE ANAPPROVAL OF ANY FIRE SERVICE WATER SUPPLY, UNDERGROUND, OR EQUIPMENT.
KEY MAP SEE SHEET C5.1
PROPERTY LINE SANITARY SEWER KEY NOTESPROPERTY LINE 4 CONNECT TO EXISTING SANITARY SEWER W/ 4' MANHOLE PERCITY OF SAN BERNARDINO STD. PLAN 301, 304
SS1
SS2
INSTALL 6" PVC SDR-35 PRIVATE SANITARY SEWER LATERALPER CITY OF SAN BERNARDINO STD. PLAN 305, 306 & 310FW4FW5
FW4
FW4 DOMESTIC WATER SERVICE KEY NOTES8"X8"X6" TEEW/ T.B.
FW2 PROVIDE NEW 2" DOMESTIC WATER SERVICE PER CITY OF SANBERNARDINO STD. PLAN W1.2
FW2 DW1
DW2
FW2 PROPERTY LINEFW5 INSTALL REDUCED PRESSURE BACKFLOW PREVENTOR PERCITY OF SAN BERNARDINO STD. PLAN W4.1, W4.3PROPERTY LINE DW3 CAP END FOR CONNECTION BY BUILDING PLUMBER
DW4 INSTALL 2" PVC SCH80 PRIVATE WATER LINE
8"X8"X6" TEEW/ T.B.
FW4FW4 FW4
FW2 FIRE SERVICE KEY NOTESFW5BUILDING D2 CONNECT TO EXISTING 12" WATER MAIN PER CITY OF SANBERNARDINO STD. PLAN W3.5BUILDING D1 FW1FF=1053.408"X8"X6" TEEW/ T.B.
FW2 FF=1053.10FW4 FW2 INSTALL 8" AWWA PVC C-900 DR18 PRIVATE FIRE
INSTALL NEW 8" RPDA PER CITY OF SAN BERNARDINO STD.
FW3 PLAN W1.14PROPOSED TRANSFORMERPER ELECTRICAL PLANS
INSTALL PRIVATE THRUST BLOCK PER CITY OF SANBERNARDINO STD. PLAN W6.4A, W6.11
FW4
FW5
INSTALL FIRE HYDRANT ASSEMBLY PER CITY OF SANBERNARDINO STD. PLAN W2.2
STORM WATER CONSTRUCTION NOTESHMP-21052.12 TOP1048.50 IE
1
2
3
4
5
6
7
8
9
CONSTRUCT 36X36 BROOKS CATCH BASIN PER DETAIL 8, SHEET C2.0FW2INSTALL DURASLOPE TRENCH DRAIN SYSTEM W/ HS-20 TRAFFICRATED GRATE PER DETAIL 9, SHEET C2.0
FW29FW4 INSTALL 12" HDPE STORM DRAIN PIPE
FW4 CONSTRUCT BROW DITCH PER DETAIL 7, SHEET C2.01SEE PLUMBING PLANSFOR CONTINUATION
FW4 SEE PLUMBING PLANSFOR CONTINUATION
CONSTRUCT STORM DRAIN CLEAN OUT PER COUNTY OF SANBERNARDINO STD. PLAN 2083333CONSTRUCT CURB INLET PER CITY OF SAN BERNARDINO STD. PLAN403
FW4
FW2
DW3 6DW3
DW2
5 5FW253 3 INSTALL BIOCLEAN MODULAR WETLAND SYSTEM
INSTALL PSI STORM WATER LIFT STATION
SD3DW2 FW3FW38
7 BMP-8 INSTALL BIOCLEAN URBANPOND DETENTION SYSTEM2
PROPOSED CURBOUTLET STRUCTURE
ROW 5.00' PUBLIC UTILITY EASEMENTREC. 10/24/1980,DOC. NO. 80-243406 O.R.5.00' ELECTRIC AND COMMUNICATION EASEMENTREC. 1/5/1981,
DW4 PROPOSED CURBOUTLET STRUCTURE
DW4SS2SS2
DOC. NO. 81-010125 O.R.
DW1 FW1DW1FW1
SSSS
SS1 SS1 0 10 20 40
UTILITY PLAN FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:FORWARE MALCOMB3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
HARDT & BRIER BUSINESS PARK C5.224
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 110
1A DA1
0.568AC.HMP-1
1C1.760976AC.1B0.282AC.
SD SD
BMP-1 BMP-2 BMP-3
LEGEND
IMPERVIOUS
ROOF
PROJECT SITE INFOUNDERLYING HYDROLOGIC SOIL GROUP: BEXISTING NATURAL HYDROLOGIC FEATURES: NONE DMA SUMMARY TABLE
CRITICAL COURSE SEDIMENT AREAS TO BE PROTECTED: NONEAPPROXIMATE DEPTH TO GROUNDWATER: 20 FT±MWSFEATURES TO MINIMIZE IMPERVIOUSNESS:PERVIOUSLANDSCAPEAREA (SF)
BASIN AREA TREATMENT VAULT VOLUMEPROVIDED (CF)
AREA(ACRES)
IMPERVIOUSAREA (SF)
IMPERVIOUSPERCENTAGE (%)
DRAINS SOIL UNDERGROUNDVAULT ID
DMA ID AREA (SF)METHOD OF TREATMENT BMP ID PROVIDED(SF)
VOLUMEPROVIDED(CF)
PAVEMENT WIDTHS ARE KEPT TO MINIMUM DESIGN STANDARDS TO TYPELANDSCAPE
BIO BASIN
RUNOFF IS TREATED BY BIOFILTRATION AND BY PROPRIETARY BIOFILTRATION
1A
1B
0.569
0.282
24,773
12,277
17,660
7,650
7,113
4,627
71.3%
62.3%
BIOFILTRATION
BIOFILTRATION
BMP-1
BMP-2
POC-1
POC-1
B
B
1,486
621
-
-
-
-
-
-DMA BOUNDARY
FLOW PATH
MODULAR WETLAND (MWS)AND UNDERGROUND VAULT
1C 1.696
2.546
73,869 53,972
79,282
19,897
31,637
73.1%
71.5%
BMP-3 POC-1 B -6,875 HMP 1 9,563
TOTAL 110,919
WARE MALCOMB assumes no responsibility for utility locations.The utilities shown on this drawing have been plotted from thebest available information. It is, however, the contractorsresponsibility to field verify the location of all utilities priorto the commencement of any construction.
0 10 20 40
BMP PLAN FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C6.024
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 111
SD SDBMP-4 BMP-6DA 2 2C0.286AC.
2A0.284AC.2B0.428AC.
2DBMP 5 0.242AC.
BMP-7
LEGEND
IMPERVIOUS
ROOF
PROJECT SITE INFO DMA SUMMARY TABLEUNDERLYING HYDROLOGIC SOIL GROUP: BEXISTING NATURAL HYDROLOGIC FEATURES: NONECRITICAL COURSE SEDIMENT AREAS TO BE PROTECTED: NONEAPPROXIMATE DEPTH TO GROUNDWATER: 20 FT±
PERVIOUSLANDSCAPEAREA (SF)
PERVIOUSPAVEMENTAREA (SF)
BASIN AREAPROVIDED(SF)
PERMEABLEAREA PROVIDED(SF)
AREA(ACRES)
IMPERVIOUSAREA (SF)
IMPERVIOUS DRAINS SOILDMA ID AREA (SF)METHOD OF TREATMENT BMP IDPERCENTAGE (%)TO TYPEFEATURES TO MINIMIZE IMPERVIOUSNESS:PAVEMENT WIDTHS ARE KEPT TO MINIMUM DESIGN STANDARDSRUNOFF IS TREATED BY BIOFILTRATION WITH PARTIAL RETENTION
LANDSCAPE
PERMEABLE CONCRETE
BIO BASIN
BIOFILTRATION W/PARTIAL RETENTION
2A
2B
0.284
0.428
12,373
18,652
8,790 3,583
3,542
-71.0%
64.2%
BMP-4
BMP-5
POC-2
POC-2
B
B
395
-
-
11,975 3,135 PERMEABLE PAVEMENT 3,135
BIOFILTRATION W/PARTIAL RETENTION
2C 0.286 12,469 8,693 3,776 -69.7%BMP-6
BMP-7
POC-2
POC-2
B
B
281
-
-
DMA BOUNDARY
FLOW PATH
2D 0.242
1.241
10,547
54,041
6,009 2,466 2,072 57.0%
65.6%
PERMEABLE PAVEMENT 2,072
TOTAL 35,467 13,367
0 10 20 40
BMP PLAN FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C6.124
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 112
DA 3
3A
HMP-2
3B1.123AC.
0.979AC.
SD
BMP-8
LEGEND
IMPERVIOUS
ROOF
DMA SUMMARY TABLE
PROJECT SITE INFOUNDERLYING HYDROLOGIC SOIL GROUP: BEXISTING NATURAL HYDROLOGIC FEATURES: NONECRITICAL COURSE SEDIMENT AREAS TO BE PROTECTED: NONEAPPROXIMATE DEPTH TO GROUNDWATER: 20 FT±
MWSTREATMENTVOLUME
PERVIOUSLANDSCAPEAREA (SF)
AREA(ACRES)
IMPERVIOUSAREAS (SF)
IMPERVIOUSPERCENTAGE (%)
DRAINS SOIL UNDERGROUNDVAULT ID
VAULT VOLUMEPROVIDED (CF)
DMA ID AREA (SF)METHOD OF TREATMENT BMP ID TO TYPE PROVIDE (CF)FEATURES TO MINIMIZE IMPERVIOUSNESS:PAVEMENT WIDTHS ARE KEPT TO MINIMUM DESIGN STANDARDSRUNOFF IS TREATED BY BIOFILTRATION AND BY PROPRIETARY BIOFILTRATION
LANDSCAPE
BIO BASIN
3A
3B
1.123
0.979
2.102
48,921
42,638
91,559
36,604
32,141
68,745
12,317
10,497
22,814
74.8%
75.4%
75%
MODULAR WETLAND (MWS)AND UNDERGROUND VAULT
BMP-8 POC-3 B 8,859 HMP-2 13,388
DMA BOUNDARY
FLOW PATH
TOTAL
WARE MALCOMB assumes no responsibility for utility locations.The utilities shown on this drawing have been plotted from thebest available information. It is, however, the contractorsresponsibility to field verify the location of all utilities priorto the commencement of any construction.
0 10 20 40
BMP PLAN FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:FORWARE MALCOMB3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
HARDT & BRIER BUSINESS PARK C6.224
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 113
*OVERFLOW STRUCTUREAND MAINTENANCEACCESS
*OVERFLOW STRUCTUREAND MAINTENANCEACCESS
LINING EDGEANCHOR
LINING EDGEANCHOR
*TOP OFWQ BASIN
*TOP OFWQ BASIN 3" WELL-AGED SHREDDEDHARDWOOD MULCH
3" WELL-AGED SHREDDEDHARDWOOD MULCH
*FREEBOARD CLEAN OUT*FREEBOARD CLEAN OUT FG ELEVPER PLAN
FG ELEVPER PLAN
APRON FORENERGY DISSIPATER
APRON FORENERGY DISSIPATER 18" THICK LAYEROF MEDIA WITHMIN. 5 IN/HR
18" THICK LAYEROF MEDIA WITHMIN. 5 IN/HR
FILTRATION RATEFILTRATION RATE 6" THICK CHOKERSTONE LAYER
6" THICK CHOKERSTONE LAYER
BOTTOM OF BASINBOTTOM OF BASIN 12" THICK OPENGRADED, STORAGELAYER
12" THICK OPENGRADED, STORAGELAYER
IMPERMEABLE LINER 6" DIAMETER PERFORATEDUNDER DRAIN
6" DIAMETER PERFORATEDUNDER DRAIN
3" MIN GRAVEL BELOWPERFORATED PIPE
3" MIN GRAVEL BELOWPERFORATED PIPE
(20-30 MIL POND LINER)*FINAL SIZING OF LINER PER SOILENGINEERS RECOMMENDATIONS
IMPERMEABLE LINER(20-30 MIL POND LINER)*FINAL SIZING OF LINER PER SOILENGINEERS RECOMMENDATIONS
UNDERDRAIN ORIFICEBMP-1 ORIFICE:BMP-2: ORIFICE:
COMPACTED SOIL UNDERDRAIN ORIFICEBMP-4 ORIFICE:BMP-6 ORIFICE:BMP-9 ORIFICE:BMP-11 ORIFICE:
BIOFILTER BASIN DETAIL - BMP-1 & BMP-2 BIOFILTRATION BASIN W/ PARTIAL RETENTION DETAIL -BMP-4 & BMP-6
SCALE: N.T.S.
SCALE: N.T.S.
CATCH BASINPER PLANAASHTONO. 57 STONE
SCH 40 PVC MALEADAPTER(MiTPxSoC)SCH 40 PVCTHREADED END CAP(FPT)
6" PVCSUBDRAIN DRILL ORIFICE HOLE ATFLOWLINE OF END CAP(SIZE PER BIO-BASIN DETAIL1 ON THIS SHEET)
MIN.3"
AASHTONO. 57 STONEUNDERDRAIN ORIFICE DETAILSCALE: N.T.S.
PROVIDE DETACHABLE GRATEDCAP FOR MAINTENANCE ANDWIRE MESH/TRASH RACK TOPROTECT WEIR AND ORIFICEFROM CLOGGING
WEIR ABOVE THE PONDBASE SIZE PER PLANPONDING DEPTHPER BMP DETAILS FG PERPLANMEDIA LAYERSEE BMP DETAILSGRAVEL LAYERSEE BMP DETAILS
CATCH BASIN DETAILSCALE: N.T.S.
WARE MALCOMB assumes no responsibility for utility locations.The utilities shown on this drawing have been plotted from thebest available information. It is, however, the contractorsresponsibility to field verify the location of all utilities priorto the commencement of any construction.
0 20 40 80
BMP DETAILS FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C6.324
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 114
SE-6PROPERTY LINE SE-6SE-6
SE-6 SE-6SE-6 SE-6
SE-6HARDT ST.SE-6 SE-6SE-6SE-6SE-6 SE-6SE-6
PROPERTY LINE
SE-6BRIER DR.
PROPERTY LINE
SE-6
T
SE-6BUILDING AFF=1051.00
BUILDING BFF=1051.80
SE-6
SE-6
SD SD
ROWROW
SEE SHEET C7.1CONSTRUCTION BMP LEGEND EROSION CONTROL NOTESBMP
EC-1
EC-3
SE-1
SE-6
SE-7
SE-10
TC-1
WE-1
TITLE SYMBOL QUANTITY 1. CONTRACTOR TO INSPECT AND MAINTAIN EROSIONCONTROL MEASURES THROUGHOUT THE COURSEOF CONSTRUCTION, INCLUDING INSTALLING,REPAIRING, REPLACING, RELOCATING, ANDMODIFYING AS NECESSARY FOR CONSTRUCTIONAND TO ENSURE THE SITE IS IN COMPLIANCE WITHSTATE AND LOCAL REQUIREMENTS.2. ADDITIONAL EROSION CONTROL MEASURES NOTSHOWN ON THIS PLAN MAY BE NECESSARY TOPREVENT EROSION AND SEDIMENTATION.3. AREAS THAT ARE TO REMAIN IN A DISTURBEDCONDITION FOR AN EXTENDED PERIOD SHALL BETEMPORARILY SEEDED IN ACCORDANCE WITH STATEAND LOCAL CRITERIA.4. REFER TO THE APPROVED LANDSCAPE PLAN FORFINAL STABILIZATION INFORMATION. AREAS NOTSTABILIZED BY PAVEMENT, BUILDING FOOTPRINT,PERMANENT LANDSCAPING, OR OTHER PERMANENTSTABILIZATION SHALL BE PERMANENTLY SEEDEDPER STATE AND LOCAL REQUIREMENTS.
SCHEDULING
BONDED FIBER MATRIX
SILT FENCE 848 LF
304 LF
GRAVEL BAG BERM
STREET SWEEPING AND VACUUMING
STORM DRAIN INLET PROTECTION
STABILIZED CONSTRUCTION ENTRANCE/EXIT
WIND EROSION CONTROL
5 EA
1000 SF
5. ALL INLETS WITHIN 100' OF SITE WILL BE PROTECTEDNS-(8-10) EQUIPMENT FUELING, CLEANING AND MAINTENANCEKEY MAP WM-1
WM-2
WM-3
WM-4
WM-5
WM-6
WM-8
WM-9
MATERIAL DELIVERY & STORAGE
MATERIAL USE
STOCKPILE AREA
SPILL PREVENTION AND CONTROL
SOLID WASTE MANAGEMENT
HAZARDOUS WASTE MANAGEMENT
CONCRETE WASTE MANAGEMENT
SANITARY/SEPTIC WASTE MANAGEMENT
PERMANENT BMP/BIOFILTRATION BASIN/MWS
0 10 20 40
WARE MALCOMB assumes no responsibility for utility locations.The utilities shown on this drawing have been plotted from thebest available information. It is, however, the contractorsresponsibility to field verify the location of all utilities priorto the commencement of any construction.
EROSION CONTROL PLAN FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C7.024
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 115
CONSTRUCTION BMP LEGENDBMP
EC-1
EC-3
SE-1
SE-6
SE-7
SE-10
TC-1
WE-1
NS-3
TITLE SYMBOL QUANTITYSEE SHEET C7.0 SCHEDULINGSSBONDED FIBER MATRIX
SILT FENCE 517 LF
203 LF
ROW GRAVEL BAG BERM
STREET SWEEPING AND VACUUMING
STORM DRAIN INLET PROTECTION
STABILIZED CONSTRUCTION ENTRANCE/EXIT
WIND EROSION CONTROL
SD SD 1 EA
1000 SF
PAVING, SEALING, SAWCUTTING & GRINDING OPERATIONS
NS-(8-10) EQUIPMENT FUELING, CLEANING AND MAINTENANCE
PROPERTY LINE
WM-1
WM-2
WM-3
WM-4
WM-5
WM-6
WM-8
WM-9
MATERIAL DELIVERY & STORAGE
MATERIAL USE
BUILDING CFF = 1051.50
TC-1
STOCKPILE AREASE-6 SE-6 SPILL PREVENTION AND CONTROL
SOLID WASTE MANAGEMENT
HAZARDOUS WASTE MANAGEMENT
CONCRETE WASTE MANAGEMENT
SANITARY/SEPTIC WASTE MANAGEMENT
PERMANENT INFILTRATION BASINEROSION CONTROL NOTES1. CONTRACTOR TO INSPECT AND MAINTAIN EROSIONCONTROL MEASURES THROUGHOUT THE COURSEOF CONSTRUCTION, INCLUDING INSTALLING,REPAIRING, REPLACING, RELOCATING, ANDMODIFYING AS NECESSARY FOR CONSTRUCTIONAND TO ENSURE THE SITE IS IN COMPLIANCE WITHSTATE AND LOCAL REQUIREMENTS.
PROPERTY LINE
WM-1 PROPERTY LINE 2. ADDITIONAL EROSION CONTROL MEASURES NOTSHOWN ON THIS PLAN MAY BE NECESSARY TOPREVENT EROSION AND SEDIMENTATION.3. AREAS THAT ARE TO REMAIN IN A DISTURBEDCONDITION FOR AN EXTENDED PERIOD SHALL BETEMPORARILY SEEDED IN ACCORDANCE WITH STATEAND LOCAL CRITERIA.
SE-6 SE-6SE-6
SE-6 4. REFER TO THE APPROVED LANDSCAPE PLAN FORFINAL STABILIZATION INFORMATION. AREAS NOTSTABILIZED BY PAVEMENT, BUILDING FOOTPRINT,PERMANENT LANDSCAPING, OR OTHER PERMANENTSTABILIZATION SHALL BE PERMANENTLY SEEDEDPER STATE AND LOCAL REQUIREMENTS.
SEE SHEET C7.2
5. ALL INLETS WITHIN 100' OF SITE WILL BE PROTECTED
HARDT ST.
BRIER DR.KEY MAP
WARE MALCOMB assumes no responsibility for utility locations.The utilities shown on this drawing have been plotted from thebest available information. It is, however, the contractorsresponsibility to field verify the location of all utilities priorto the commencement of any construction.
0 10 20 40
EROSION CONTROL PLAN FORCITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING
ENGINEER'S SEAL ENGINEER'SINFORMATION
XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C7.124
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 116
SEE SHEET C7.1 CONSTRUCTION BMP LEGENDBMP
EC-1
EC-3
SE-1
SE-6
SE-7
SE-10
TC-1
WE-1
NS-3
TITLE SYMBOL QUANTITY
SCHEDULING
BONDED FIBER MATRIX
SILT FENCE 450 LF
158 LF
GRAVEL BAG BERMWM-11053 STREET SWEEPING AND VACUUMING
STORM DRAIN INLET PROTECTION
STABILIZED CONSTRUCTION ENTRANCE/EXIT
WIND EROSION CONTROL
1 EA
1000 SF
SE-6BUILDING D2FF: 1053.40
BUILDING D1FF: 1053.10
PAVING, SEALING, SAWCUTTING & GRINDING OPERATIONS
NS-(8-10) EQUIPMENT FUELING, CLEANING AND MAINTENANCEWM-1
WM-2
WM-3
WM-4
WM-5
WM-6
WM-8
WM-9
MATERIAL DELIVERY & STORAGE
MATERIAL USEPROPERTY LINE STOCKPILE AREA
SPILL PREVENTION AND CONTROL
SOLID WASTE MANAGEMENT
HAZARDOUS WASTE MANAGEMENT
CONCRETE WASTE MANAGEMENT
SANITARY/SEPTIC WASTE MANAGEMENT
PROPERTY LINE
SE-10
SE-6 EROSION CONTROL NOTES1. CONTRACTOR TO INSPECT AND MAINTAIN EROSIONCONTROL MEASURES THROUGHOUT THE COURSEOF CONSTRUCTION, INCLUDING INSTALLING,REPAIRING, REPLACING, RELOCATING, ANDMODIFYING AS NECESSARY FOR CONSTRUCTIONAND TO ENSURE THE SITE IS IN COMPLIANCE WITHSTATE AND LOCAL REQUIREMENTS.
1053SD
2. ADDITIONAL EROSION CONTROL MEASURES NOTSHOWN ON THIS PLAN MAY BE NECESSARY TOPREVENT EROSION AND SEDIMENTATION.
ROW 3. AREAS THAT ARE TO REMAIN IN A DISTURBEDCONDITION FOR AN EXTENDED PERIOD SHALL BETEMPORARILY SEEDED IN ACCORDANCE WITH STATEAND LOCAL CRITERIA.
SE-7SE-7 4. REFER TO THE APPROVED LANDSCAPE PLAN FORFINAL STABILIZATION INFORMATION. AREAS NOTSTABILIZED BY PAVEMENT, BUILDING FOOTPRINT,PERMANENT LANDSCAPING, OR OTHER PERMANENTSTABILIZATION SHALL BE PERMANENTLY SEEDEDPER STATE AND LOCAL REQUIREMENTS.
5. ALL INLETS WITHIN 100' OF SITE WILL BE PROTECTED
SSSS
HARDT ST.
WARE MALCOMB assumes no responsibility for utility locations.The utilities shown on this drawing have been plotted from thebest available information. It is, however, the contractorsresponsibility to field verify the location of all utilities priorto the commencement of any construction.
0 10 20 40
BRIER DR.KEY MAP EROSION CONTROL PLAN FORENGINEER'S SEAL ENGINEER'SINFORMATION
CITY OF SAN BERNARDINODEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C7.224
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 117
EROSION CONTROL NOTES:BACK OFSIDEWALK 1. THE CONTRACTOR SHALL BE RESPONSIBLE TO INSTALL ALLEROSION CONTROL FACILITIES AS SHOWN ON THE APPROVEDEROSION CONTROL PLAN OR AS DIRECTED BY THE CITY ENGINEERAT THE END OF EACH WORKING DAY:
GRAVEL FILLED SANDBAGSARE STACKED TIGHTLY
BACK OFCURB
CATCHBASIN
ABSORBENTCLEANUPMATERIAL 2. THE CONTACT PERSON RESPONSIBLE FOR EROSION CONTROLIS THE OWNER INDICATED HERE: __________________________.24 HOUR CONTACT TELEPHONE NUMBER:
_____________________________.CONTAINMENT AREA 3. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANEMERGENCY WORK CREW AT ALL TIMES. THE CONTRACTORSHALL STOCKPILE THE NECESSARY EROSION CONTROLMATERIALS ON SITE TO FACILITATE RAPID INSTALLATION OFEROSION CONTROL FACILITIES.
NOTES:A SERIES OF STEELPLATES (3 OR MORE)WITHRUMBLE STRIPS OR MIN 4"COARSE AGGREGATE
1. LEAKING VEHICLES AND EQUIPMENT SHALL NOT BE ALLOWED ON-SITE. EQUIPMENT AND VEHICLES SHALL BE INSPECTEDFREQUENTLY FOR LEAKS AND SHALL BE REPAIRED IMMEDIATELY. CLEAN UP SPILLS AND LEAKS PROMPTLY WITH ABSORBENT; DONOT FLUSH WITH WATER.
4. THE CONTRACTOR SHALL CONSTRUCT DE-SILTING FACILITIESAS NECESSARY FOR THE DURATION OF THE PROJECT.PLAN VIEW 5. THE CONTRACTOR SHALL TAKE MEASURES TO PREVENTRUNOFF OVER THE TOP SLOPES.STABILIZED ENTRANCE/EXIT DETAIL
2. VEHICLES AND EQUIPMENT SHALL BE MAINTAINED AND REPAIRED ON-SITE ONLY IN DESIGNATED AREAS. PREVENT RUN-ON ANDRUN-OFF FROM DESIGNATED AREAS.CONTAINMENT DEVICES SHALL BE PROVIDED AND AREAS SHALL BE COVERED IF NECESSARY.
TC-1 PONDINGHEIGHT
SCALE: N.T.S.CURBINLET
6. AFTER RAINSTORM:3. DESIGNATE ON-SITE VEHICLE AND EQUIPMENT MAINTENANCE AREAS, WAY FROM STORM DRAIN INLETS AND WATERCOURSES.A. THE CONTRACTOR SHALL REMOVE ALL SILT, STANDINGWATER, AND DEBRIS FROM EROSION CONTROL FACILITIES;
SIDEWALK
NOTES:
4. ALWAYS USE SECONDARY CONTAINMENT, SUCH AS A DRAIN PAN OR DROP CLOTH, TO CATCH SPILLS AND LEAKS WHEN REMOVINGOR CHANGING FLUIDS.B. THE CONTRACTOR SHALL BE RESPONSIBLE TO PREVENTPUBLIC ACCESS INTO AREAS WHERE STANDING WATERPOSES A POTENTIAL HAZARD.
5. LEGALLY DISPOSE OF USED OILS, FLUIDS, AND LUBRICANTS.CATCH BASIN 6. PROVIDE SPILL CONTAINMENT DIKES OR SECONDARY CONTAINMENT AROUND STORED OIL, FUEL, AND CHEMICAL DRUMS.
7. MAINTAIN ON ADEQUATE SUPPLY OF ABSORBENT SPILL CLEANUP MATERIALS IN DESIGNATED AREA.
7. IN HIGH WIND AREA THE CONTRACTOR SHALL WATERSPRAY-GRADED AREAS ON A DAILY BASIS TO CONTROL DUSTDURING WINDY PERIODS. WHEN NECESSARY, THE CONTRACTORSHALL TAKE MEASURES TO CONTROL DUST OR WIND BLOWNDEBRIS BY INSTALLING DEBRIS FENCES, ADDITIONAL TRASHENCLOSURE, CHEMICAL TREATMENT, GEO-MATS, ETC. THECONTRACTOR SHALL IMPLEMENT LONG-TERM WIND EROSIONCONTROL MEASURES FOR ANY AREA THAT IS NOT IMPROVED IN ATIMELY MANNER FOLLOWING GRADING. LONG-TERM WINDEROSION CONTROL MEASURES INCLUDE BUT NOT LIMITED TO:PERIMETER WALLS, WIND BARRIERS, SOILS DUST PALLIATIVES,SOIL MATS, HYDRO-SEEDING AND IRRIGATION SYSTEM.
1. PLACE CURB TYPE SEDIMENT BARRIERS ONGENTLY SLOPING STREET SEGMENTSWHERE WATER CAN POND AND ALLOWSEDIMENT TO SEPARATE FROM RUNOFF.
2'-0" MIN HEIGHT OF FABRIC ABOVEGRADE FASTENED TO POST ANDWIRE TYPICAL OF EACH METHOD
SECTION A-A EQUIPMENT REPAIR & MAINTENANCE8" MIN DEPTH OF FABRIC BELOWGRADE WHEN SLICING METHOD ISUSED.
2. SANDBAGS, OF EITHER BURLAP OR WOVENGEOTEXTILE FABRIC, ARE FILLED WITH
NS-(8-10)SCALE: N.T.S.GRAVEL, LAYERED AND PACKED TIGHTLY.48" MIN. FENCE POSTS, DRIVEN MINIMUM 24"INTO GROUND. INSTALL POST BEFORECOMPACTING BACKFILL IF TRENCHINGMETHOD IS USED. POST INSTALLED AFTERCOMPACTION WHEN SLICING METHOD IS USED.
3. LEAVE ONE SANDBAG GAP IN THE TOP ROWTO PROVIDE A SPILLWAY FOR OVERFLOW.
SLICINGMETHOD
8. THE CITY ENGINEER RESERVES THE RIGHT TO REQUIREALTERNATIVE OR ADDITIONAL EROSION CONTROL FACILITIES, ASHE DEEMSNECESSARY.
4. INSPECT BARRIERS AND REMOVESEDIMENT AFTER EACH STORM EVENT.SEDIMENT AND GRAVEL MUST BEREMOVED FROM THE TRAVELED WAYIMMEDIATELY.
TRENCHING METHOD: FABRIC MATERIAL TO BEPLACED IN 6"x6" TRENCH WITH "L" SHAPEDDOGLEG BEFORE BACKFILLING ANDCOMPACTING THE SOIL
GRAVEL ORSANDBAGSCURB INLET/CATCH BASIN SEDIMENT BARRIER 8" TO 12" MIN. AT P.L. NEXTTO THE SIDEWALK
SE-10 9"±18"±SPECIFICATIONS SCALE: N.T.S.POSTS:FENCE:
STEEL EITHER "T" OR "U" TYPE OR 4" HARDWOODWOVEN WIRE, 14 1/2 GA. 6" MAX. MESH OPENINGFILTER CLOTH: FILTER X, MIRAFI 100X, OR APPROVED EQUALPREFAB UNIT:GEOFAB, ENVIROFENCE, OR APPROVED EQUAL TRENCHINGMETHODNOTES TWO BAG HIGHA. WOVEN WIRE FENCE TO BE FASTENED SECURELY TO FENCE POSTS W/ WIRE TIES OR STAPLES.B. FABRIC FASTENED SECURELY TO FENCE W/ TIES SPACED AT 24" AT TOP AND MID SECTION.C. OVERLAP FABRIC BY 6 INCHES.
CONCRETEWASHOUTAREA TYPICAL GRAVEL BAGGING DETAILSD. LOCATE POSTS DOWN SLOPE OF FABRIC FOR SUPPORT.E. MAINTENANCE SHALL BE PERFORMED AFTER EACH RAINFALL AND AS NEEDED. SEDIMENT TO BEREMOVED WHEN "BULGES" DEVELOP.SE-6SCALE: N.T.S.
SILT FENCE PER CASQA STD. SC-1 SC-1SCALE: N.T.S.
STOCKPILED MATERIAL BERMED CONTAINMENTNOTES:AREA
1. EXCESS AND WASTE CONCRETE SHALL NOT BE WASHED INTO STREET OR A DRAINAGE SYSTEM2. FOR WASHOUT OF CONCRETE AND MORTAR PRODUCTS, A DESIGNATED CONTAINMENT FACILITY OFSUFFICIENT CAPACITY TO RETAIN LIQUID AND SOLID WASTE SHALL PROVIDED ON SITE.3. SLURRY FROM CONCRETE AND ASPHALT SAW CUTTING SHALL BE VACUUMED OR CONTAINED, DRIED,PICKED UP AND DISPOSED OF PROPERTY.
CONCRETE WASTE MANAGEMENT WM-8SCALE: N.T.S.
SANDBAGS/GRAVEL BAGSPLACE TIGHTLY TOGETHERALL AROUND MATERIALMATERIAL STORAGEDIRT AND OTHER CONSTRUCTION RELATED MATERIALS PLACED IN THE STREET OR ON OTHERIMPERVIOUS SURFACES MUST BE CONTAINED WITH SANDBAGS OR OTHER MEASURES TO PREVENTTRANSPORT TO THE STORMDRAIN SYSTEM.WARE MALCOMB assumes no responsibility for utility locations.ANY CONSTRUCTION MATERIAL STORED OR STOCKPILED ON-SITE SHALL BE PROTECTED FROM BEINGTRANSPORTED BY THE FORCE OF WIND OR WATER.
The utilities shown on this drawing have been plotted from thebest available information. It is, however, the contractorsresponsibility to field verify the location of all utilities priorto the commencement of any construction.
0 20 40 80
MATERIAL STORAGE WM-1 EROSION CONTROL DETAILS FORCITY OF SAN BERNARDINO
SCALE: N.T.S.ENGINEER'S SEAL ENGINEER'SINFORMATION
DEVELOPMENT SERVICES~PUBLIC WORKS/ENGINEERING XXXXGRADING PLANPREPARED BY:WARE MALCOMB
FORHARDT & BRIER BUSINESS PARK C7.324
3391 SORRENTO VALLEY BLVD. SUITE 120SAN DIEGO, CA 92121
3391 sorrento valley blvd. suite 120 san diego, ca 92121p 858.638.7277 waremalcomb.com
CONTROL POINT NO. L-523RS, 3" BRASS DISC STAMPED "L-523RS" AT INTERSECTION OF3RD & TIPPICANOE FROMHARDT STREET TO BRIER DRIVESAMUEL BELLOMIOR.C.E. NO. 90818EXP. DATE: 12/31/2023
ELEV = 1068.52DATUM:NAVD88
Packet Page. 118
Mitigated Negative Declaration
City of San Bernadino Hardt and Brier Business Park Project
1
Mitigation Monitoring and Reporting Program
Introduction
The California Environmental Quality Act (CEQA) requires a lead or public agency that approves or carries
out a project for which an Mitigated Negative Declaration has been certified which identifies one or more
significant adverse environmental effects and where findings with respect to changes or alterations in the
project have been made, to adopt a “…reporting or monitoring program for the changes to the project
which it has adopted or made a condition of project approval in order to mitigate or avoid significant effects
on the environment” (CEQA, Public Resources Code Sections 21081, 21081.6).
A Mitigation Monitoring and Reporting Program (MMRP) is required to ensure that adopted mitigation
measures are successfully implemented for the Hardt and Brier Business Park Project (Project). The City of
San Bernardino is the Lead Agency for the project and is responsible for implementation of the MMRP. This
report describes the MMRP for the Project and identifies the parties that will be responsible for monitoring
implementation of the individual mitigation measures in the MMRP.
Mitigation Monitoring and Reporting Program
The MMRP for the Project will be active through all phases of the Project, including design, construction, and
operation. The attached table identifies the mitigation program required to be implemented by the City for
the Project. The table identifies mitigation measures required by the City to mitigate or avoid significant
impacts associated with the implementation of the Project, the timing of implementation, and the responsible
party or parties for monitoring compliance.
The MMRP also includes a column that will be used by the compliance monitor (individual responsible for
monitoring compliance) to document when implementation of the measure is completed. As individual Plan,
Program, Policies; and mitigation measures are completed, the compliance monitor will sign and date the
MMRP, indicating that the required actions have been completed.
Packet Page. 119
Mitigated Negative Declaration
City of San Bernadino Hardt and Brier Business Park Project
2
This page intentionally left blank.
Packet Page. 120
Mitigated Negative Declaration
City of San Bernadino Hardt and Brier Business Park Project
3
TABLE 1: MITIGATION MONITORING AND REPORTING PROGRAM
Mitigation Measures Action and Timing
Responsible for
Ensuring Compliance /
Verification
Date Completed
and Initials
AESTHETICS
PPP AES-1: Outdoor Lighting. All outdoor luminaires installed shall be
appropriately located and adequately shielded and directed such that no
direct light falls outside the parcel of origin, or onto the public right-of-way. In
addition, outdoor luminaires shall not blink, flash, or rotate and shall be shown
on electrical plans submitted to the Department of Building and Safety for plan
check approval and shall comply with the requirements of Municipal Code
Section 19.20.030
Submission of electrical
plans prior to plan check
approval.
Department of Building
and Safety.
AIR QUALITY
PPP AQ-1: Rule 402. The Project is required to comply with the provisions of
South Coast Air Quality Management District (SCAQMD) Rule 402. The Project
shall not discharge from any source whatsoever such quantities of air
contaminants or other material which cause injury, detriment, nuisance, or
annoyance to any considerable number of persons or to the public, or which
endanger the comfort, repose, health or safety of any such persons or the
public, or which cause, or have a natural tendency to cause, injury or damage
to business or property.
In construction plans and
specifications. During
Project operation. Prior
to grading and building
permits.
Department of Building
and Safety.
PPP AQ-2: Rule 403. The Project is required to comply with the provisions of
South Coast Air Quality Management District (SCAQMD) Rule 403, which
includes the following:
• All clearing, grading, earth-moving, or excavation activities shall cease
when winds exceed 25 mph per SCAQMD guidelines in order to limit
fugitive dust emissions.
• The contractor shall ensure that all disturbed unpaved roads and
disturbed areas within the project are watered, with complete
coverage of disturbed areas, at least 3 times daily during dry
weather; preferably in the mid-morning, afternoon, and after work is
done for the day.
In construction plans and
specifications. Prior to
building permits.
Department of Building
and Safety.
Packet Page. 121
Mitigated Negative Declaration
City of San Bernadino Hardt and Brier Business Park Project
4
Mitigation Measures Action and Timing
Responsible for
Ensuring Compliance /
Verification
Date Completed
and Initials
The contractor shall ensure that traffic speeds on unpaved roads and project
site areas are reduced to 15 miles per hour or less.
PPP AQ-3: Rule 1113. The Project is required to comply with the provisions of
South Coast Air Quality Management District Rule (SCAQMD) Rule 1113. Only
“Low-Volatile Organic Compounds” paints (no more than 50 gram/liter of
VOC) and/or High Pressure Low Volume (HPLV) applications shall be used.
Compliance with Rule
1113.
Department of Building
and Safety and
SCAQMD.
BIOLOGICAL RESOURCES
Mitigation Measure BIO-1: Nesting Bird Survey. Vegetation removal should
occur outside of the nesting bird season (generally between February 1 and
September 15). If vegetation removal is required during the nesting bird
season, the applicant must conduct take avoidance surveys for nesting birds
prior to initiating vegetation removal/clearing. Surveys will be conducted by
a qualified biologist(s) within three days of vegetation removal. If active nests
are observed, a qualified biologist will determine appropriate minimum
disturbance buffers and other adaptive mitigation techniques (e.g., biological
monitoring of active nests during construction-related activities, staggered
schedules, etc.) to ensure that impacts to nesting birds are avoided until the
nest is no longer active. At a minimum, construction activities will stay outside
of a 300-foot buffer around the active nests. For raptor species, the buffer is
to be expanded to 500 feet. The approved buffer zone shall be marked in
the field with construction fencing, within which no vegetation clearing or
ground disturbance shall commence until the qualified biologist and City of
San Bernardino Planning Division verify that the nests are no longer occupied,
and the juvenile birds can survive independently from the nests. Once the
young have fledged and left the nest, or the nest otherwise becomes inactive
under natural conditions, normal construction activities may occur.
Conduct take avoidance
surveys for nesting birds if
vegetation removal occurs
during nesting bird
season. Submittal of pre-
activity nesting bird field
survey results report
(during Feb 1 – Aug 31).
Three days prior to
initiating vegetation
removal/clearing.
Qualified biologist and
City of San Bernardino
Planning Division.
Mitigation Measure BIO-2: Nesting Bird Buffer. If nesting birds are
encountered, a qualified biologist must establish an avoidance buffer zone
around the nest (buffer zones vary according to species involved and shall be
determined by the qualified biologist). No activities that would adversely
affect the nest shall occur within the buffer zone until the qualified biologist
Establish an avoidance
buffer zone around nests,
if identified through
Mitigation Measure BIO-
1. Prior to and during
construction activities.
Qualified biologist and
City of San Bernardino
Planning Division
Packet Page. 122
Mitigated Negative Declaration
City of San Bernadino Hardt and Brier Business Park Project
5
Mitigation Measures Action and Timing
Responsible for
Ensuring Compliance /
Verification
Date Completed
and Initials
has determined the nest is no longer active and the young are no longer
dependent on the nest.
CULTURAL RESOURCES
PPP CUL-1: Human Remains. Should human remains or funerary objects be
discovered during project construction, the project would be required to
comply with State Health and Safety Code Section 7050.5, which states that
no further disturbance may occur in the vicinity of the body (within a 100-foot
buffer of the find) until the County Coroner has made a determination of origin
and disposition pursuant to Public Resources Code Section 5097.98. The
County Coroner must be notified of the find immediately. If the remains are
determined to be prehistoric, the Coroner will notify the Native American
Heritage Commission, which will determine the identity of and notify a Most
Likely Descendant (MLD). With the permission of the landowner or his/her
authorized representative, the MLD may inspect the site of the discovery. The
MLD must complete the inspection within 48 hours of being granted access to
the site.
In construction plans and
specifications. During
construction activities.
Compliance with State
Health and Safety
Code Section 7050.5
and 5097.98. Notify
NAHC and MLD.
County Coroner and
City of San Bernardino
Planning Division
GEOLOGY AND SOILS
PPP WQ-1: SWPPP. Prior to grading permit issuance, the project developer
shall have a Stormwater Pollution Prevention Plan (SWPPP) prepared by a
QSD (Qualified SWPPP Developer) pursuant to the Municipal Code Chapter
13.54. The SWPPP shall incorporate all necessary Best Management Practices
(BMPs) and other City requirements to comply with the National Pollutant
Discharge Elimination System (NPDES) requirements to limit the potential of
polluted runoff during construction activities. Project contractors shall be
required to ensure compliance with the SWPPP and permit periodic inspection
of the construction site by City of San Bernardino staff or its designee to
confirm compliance.
In construction plans and
specifications. Prior to
grading and building
permits.
City of San Bernardino
Planning Division
PPP WQ-2: WQMP. Prior to grading permit issuance, the project developer
shall have a Water Quality Management Plan (WQMP) approved by the City
for implementation. The project shall comply with the City’s Municipal Code
Section 13.54 and the Municipal Separate Storm Sewer System (MS4) permit
requirements in effect for the Regional Water Quality Control Board
In construction plans and
specifications. Prior to
grading and building
permits.
City of San Bernardino
Planning Division
Packet Page. 123
Mitigated Negative Declaration
City of San Bernadino Hardt and Brier Business Park Project
6
Mitigation Measures Action and Timing
Responsible for
Ensuring Compliance /
Verification
Date Completed
and Initials
(RWQCB) at the time of grading permit to control discharges of sediments and
other pollutants during operations of the Project.
HYDROLOGY AND WATER QUALITY
PPP WQ-1: SWPPP. As described above. As described above. As described above.
PPP WQ-2: WQMP. As described above. As described above. As described above.
HAZARDS AND HAZARDOUS MATERIALS
Mitigation Measure HAZ-1: Disposal of Illegally Dumped Materials. The
Project applicant is responsible for ensuring the proper disposal of any and
all illegally dumped materials currently on the Project site, in compliance with
the City of San Bernardino Municipal Code Chapter 8.24. Proper disposal of
all illegally dumped materials onsite must be completed before any
construction activities begin. Signs or fences shall be installed onsite to assist in
preventing future onsite dumping of potentially hazardous materials prior to
construction.
Disposal of all illegally
dumped materials
currently on the Project
site. Prior to start of
construction activities.
City of San Bernardino
Planning Division
TRIBAL CULTURAL RESOURCES
Mitigation Measure TCR-1: Retain a Native American Monitor Prior to
Commencement of Ground-Disturbing Activities.
A. The project applicant/lead agency shall retain a Native American Monitor
from or approved by the Gabrieleño Band of Mission Indians – Kizh Nation.
The monitor shall be retained prior to the commencement of any “ground-
disturbing activity” for the subject project at all project locations (i.e., both on-
site and any off-site locations that are included in the project
description/definition and/or required in connection with the project, such as
public improvement work). “Ground-disturbing activity” shall include, but is not
limited to, demolition, pavement removal, potholing, auguring, grubbing, tree
removal, boring, grading, excavation, drilling, and trenching.
B. A copy of the executed monitoring agreement shall be submitted to the lead
agency prior to the earlier of the commencement of any ground-disturbing
In construction plans and
specifications. Retain a
Native American Monitor
from or approved by the
Gabrieleño Band of
Mission Indians – Kizh
Nation. Prior to the
commencement of any
ground-disturbing activity
or the issuance of any
permit necessary to
City of San Bernardino
Planning Division and
Native American Monitor.
Packet Page. 124
Mitigated Negative Declaration
City of San Bernadino Hardt and Brier Business Park Project
7
Mitigation Measures Action and Timing
Responsible for
Ensuring Compliance /
Verification
Date Completed
and Initials
activity, or the issuance of any permit necessary to commence a ground-
disturbing activity.
C. The monitor will complete daily monitoring logs that will provide descriptions
of the relevant ground-disturbing activities, the type of construction activities
performed, locations of ground-disturbing activities, soil types, cultural-related
materials, and any other facts, conditions, materials, or discoveries of
significance to the Tribe. Monitor logs will identify and describe any
discovered TCRs, including but not limited to, Native American cultural and
historical artifacts, remains, places of significance, etc., (collectively, tribal
cultural resources, or “TCR”), as well as any discovered Native American
(ancestral) human remains and burial goods. Copies of monitor logs will be
provided to the project applicant/lead agency upon written request to the
Tribe.
D. On-site tribal monitoring shall conclude upon the latter of the following (1)
written confirmation to the Kizh from a designated point of contact for the
project applicant/lead agency that all ground-disturbing activities and phases
that may involve ground-disturbing activities on the project site or in connection
with the project are complete; or (2) a determination and written notification
by the Kizh to the project applicant/lead agency that no future, planned
construction activity and/or development/construction phase at the project site
possesses the potential to impact Kizh TCRs.
commence a ground-
disturbing activity.
On-site tribal monitoring
during ground-disturbing
activities.
Mitigation Measure TCR-2: Unanticipated Discovery of Tribal Cultural
Resource Objects (Non-Funerary/Non-Ceremonial). Upon discovery of any
TCRs, all construction activities in the immediate vicinity of the discovery shall
cease (i.e., not less than the surrounding 50 feet) and shall not resume until the
discovered TCR has been fully assessed by the Kizh monitor and/or Kizh
archaeologist. The Kizh will recover and retain all discovered TCRs in the form
and/or manner the Tribe deems appropriate, in the Tribe’s sole discretion, and
for any purpose the Tribe deems appropriate, including for educational,
cultural and/or historic purposes.
In construction plans and
specifications. Upon
discovery of any TCRs halt
construction activities until
resources are assessed
and retained by Kizh
Nation.
Qualified Professional
Archeologist/ City of San
Bernardino Planning
Division.
Mitigation Measure TCR-3: Unanticipated Discovery of Human Remains
and Associated Funerary or Ceremonial Objects In construction plans and
specifications. Upon
discovery of human
Qualified Professional
Archeologist/ City of San
Packet Page. 125
Mitigated Negative Declaration
City of San Bernadino Hardt and Brier Business Park Project
8
Mitigation Measures Action and Timing
Responsible for
Ensuring Compliance /
Verification
Date Completed
and Initials
A. Native American human remains are defined in PRC 5097.98 (d)(1) as an
inhumation or cremation, and in any state of decomposition or skeletal
completeness. Funerary objects, called associated grave goods in Public
Resources Code Section 5097.98, are also to be treated according to this
statute.
B. If Native American human remains and/or grave goods are discovered or
recognized on the project site, then Public Resource Code 5097.9 as well as
Health and Safety Code Section 7050.5 shall be followed.
C. Human remains and grave/burial goods shall be treated alike per
California Public Resources Code section 5097.98(d)(1) and (2).
D. Preservation in place (i.e., avoidance) is the preferred manner of treatment
for discovered human remains and/or burial goods.
E. Any discovery of human remains/burial goods shall be kept confidential to
prevent further disturbance.
remains during
construction activities,
follow Public Resource
Code 5097.9 as well as
Health and Safety Code
Section 7050.5.
Bernardino Planning
Division.
PPP CUL-1: Human Remains. As described above. As described above. As described above.
TRIBAL CULTURAL RESOURCES
PPP WQ-1: WQMP. As described above. As described above. As described above.
Packet Page. 126
Packet Page. 127
Packet Page. 128
Packet Page. 129
Packet Page. 130
Packet Page. 131
Packet Page. 132
Packet Page. 133
Packet Page. 134
Packet Page. 135
Packet Page. 136
Packet Page. 137
Packet Page. 138
Packet Page. 139
Packet Page. 140
Packet Page. 141
Packet Page. 142
Packet Page. 143
Packet Page. 144
Packet Page. 145
Packet Page. 146
Packet Page. 147
Packet Page. 148
Packet Page. 149
Packet Page. 150
Packet Page. 151
Packet Page. 152
Packet Page. 153
Packet Page. 154
Packet Page. 155
Packet Page. 156
Packet Page. 157
Packet Page. 158
Packet Page. 159
Packet Page. 160
Packet Page. 161
Packet Page. 162
Packet Page. 163
Packet Page. 164
Packet Page. 165
Packet Page. 166
Packet Page. 167
Packet Page. 168
Packet Page. 169
Packet Page. 170
Packet Page. 171
Packet Page. 172
Packet Page. 173
Packet Page. 174
Packet Page. 175
Packet Page. 176
Packet Page. 177
Packet Page. 178
Packet Page. 179
Packet Page. 180
Packet Page. 181
Packet Page. 182
Packet Page. 183
Packet Page. 184
Packet Page. 185
Packet Page. 186
Packet Page. 187
Packet Page. 188
Packet Page. 189
Packet Page. 190
Packet Page. 191
Packet Page. 192
Packet Page. 193
Packet Page. 194
Packet Page. 195
Packet Page. 196
Packet Page. 197
Packet Page. 198
Packet Page. 199
Packet Page. 200
Packet Page. 201
Packet Page. 202
Packet Page. 203
Packet Page. 204
Packet Page. 205
Packet Page. 206
Packet Page. 207
Packet Page. 208
Packet Page. 209
Packet Page. 210
Packet Page. 211
Packet Page. 212
Packet Page. 213
Packet Page. 214
Packet Page. 215
Packet Page. 216
Packet Page. 217
Packet Page. 218
Packet Page. 219
Packet Page. 220
Packet Page. 221
Packet Page. 222
Packet Page. 223
Packet Page. 224
Packet Page. 225
Packet Page. 226
Packet Page. 227
Packet Page. 228
Packet Page. 229
Packet Page. 230
Packet Page. 231
Packet Page. 232
Packet Page. 233
Packet Page. 234
Packet Page. 235
Packet Page. 236
Packet Page. 237
Packet Page. 238
Packet Page. 239
Packet Page. 240
Packet Page. 241
Packet Page. 242
Packet Page. 243
Packet Page. 244
Packet Page. 245
Packet Page. 246
Packet Page. 247
Packet Page. 248
Packet Page. 249
Packet Page. 250
Packet Page. 251
Packet Page. 252
Packet Page. 253
Packet Page. 254
Packet Page. 255
Packet Page. 256
Packet Page. 257
Packet Page. 258
Packet Page. 259
Packet Page. 260
Packet Page. 261
Packet Page. 262
Packet Page. 263
Packet Page. 264
Packet Page. 265
Packet Page. 266
Packet Page. 267
Packet Page. 268
Packet Page. 269
Packet Page. 270
Packet Page. 271
Packet Page. 272
Packet Page. 273
Packet Page. 274
Packet Page. 275
Packet Page. 276
Packet Page. 277
Packet Page. 278
Packet Page. 279
Packet Page. 280
Packet Page. 281
Packet Page. 282
Packet Page. 283
Packet Page. 284
Packet Page. 285
Packet Page. 286
Packet Page. 287
Packet Page. 288
Packet Page. 289
Packet Page. 290
Packet Page. 291
Packet Page. 292
Packet Page. 293
Packet Page. 294
Packet Page. 295
Packet Page. 296
Packet Page. 297
Packet Page. 298
Packet Page. 299
Packet Page. 300
Packet Page. 301
Packet Page. 302
Packet Page. 303
Packet Page. 304
Packet Page. 305
Packet Page. 306
Packet Page. 307
Packet Page. 308
Packet Page. 309
Packet Page. 310
Packet Page. 311
Packet Page. 312
Packet Page. 313
Packet Page. 314
Packet Page. 315
Packet Page. 316
Packet Page. 317
Packet Page. 318
Packet Page. 319
Packet Page. 320
Packet Page. 321
Packet Page. 322
Packet Page. 323
Packet Page. 324
Packet Page. 325
Packet Page. 326
Packet Page. 327
Packet Page. 328
Packet Page. 329
Packet Page. 330
Packet Page. 331
Packet Page. 332
Packet Page. 333
Packet Page. 334
Packet Page. 335
Packet Page. 336
Packet Page. 337
Packet Page. 338
Packet Page. 339
Packet Page. 340
Packet Page. 341
Packet Page. 342
Packet Page. 343
Packet Page. 344
Packet Page. 345
Packet Page. 346
Packet Page. 347
Packet Page. 348
Packet Page. 349
Packet Page. 350
Packet Page. 351
Packet Page. 352
Packet Page. 353
Packet Page. 354
Packet Page. 355
Packet Page. 356
Packet Page. 357
Packet Page. 358
Packet Page. 359
Packet Page. 360
Packet Page. 361
Packet Page. 362
Packet Page. 363
Packet Page. 364
Packet Page. 365
Packet Page. 366
Packet Page. 367
Packet Page. 368
Packet Page. 369
Packet Page. 370
Packet Page. 371
Packet Page. 372
Packet Page. 373
Packet Page. 374
Packet Page. 375
Packet Page. 376
Packet Page. 377
Packet Page. 378
Packet Page. 379
Packet Page. 380
Packet Page. 381
Packet Page. 382
Packet Page. 383
Packet Page. 384
Packet Page. 385
Packet Page. 386
Packet Page. 387
Packet Page. 388
Packet Page. 389
Packet Page. 390
Packet Page. 391
Packet Page. 392
Packet Page. 393
Packet Page. 394
Packet Page. 395
Packet Page. 396
Packet Page. 397
Packet Page. 398
Packet Page. 399
Packet Page. 400
Packet Page. 401
Packet Page. 402
Packet Page. 403
Packet Page. 404
Packet Page. 405
Packet Page. 406
Packet Page. 407
Packet Page. 408
Packet Page. 409
Packet Page. 410
Packet Page. 411
Packet Page. 412
Packet Page. 413
Packet Page. 414
Packet Page. 415
Packet Page. 416
Appeal 24-02 of Appeal 24-01 for Development Permit Type-D 21
-18, 19, 20, and 21
Presented by: Community Development and Housing Department
Packet Page. 417
Background
•Mar 16, 2023: Permit Type-D 21-08, 19, 20, and 21 submitted.
•Feb 14, 2024: D/ERC holds hearing, receives opposition, approves
project.
•Feb 27, 2024: SAFER files Appeal 24-01.
•Apr 9, 2024: Planning Commission denies Appeal 24-01, upholding
project.
•Apr 22, 2024: SAFER files Appeal 24-02.
Packet Page. 418
Aerial Map
F
l
o
r
e
s
S
t
r
e
e
t
Packet Page. 419
Location/Zoning Map
Packet Page. 420
Project Considerations
Hardt and Brier Business Park Project is proposed as five
(5) service commercial buildings.
The buildings are designed as an open campus concept as
to not incorporate an institutional presence.
Packet Page. 421
Project Considerations
•Access: Multiple buildings have driveways and parking spaces on
Hardt St, including ADA and bicycle parking.
•Traffic: Traffic impact from the projects is predicted to be minimal by
2025.
•Landscape: Projects will have diverse landscaping, exceeding code
requirements.
•CEQA: Proximity of projects led to a study and mitigation measures;
invalidation would affect all projects.
Packet Page. 422
Project Plans
Packet Page. 423
Conceptuals
A
D1-D2C
B
Packet Page. 424
Recommendation
1.Adopt a Resolution denying Appeal 24-02, thereby upholding
the Planning Commission’s denial of Appeal 24-01
The Mayor and City Council:
Packet Page. 425
Packet Page. 426
Packet Page. 427
Appellant Comments:
KENNETH SHAWN SMALLWOOD (civiclive.com)
Applicant Comments:
CH 2_Response to Comments.pdf (civiclive.com)
Packet Page. 428
2
2
1
9
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Genoveva Rocha, City Clerk
Department:City Clerk
Subject:Approval of Various Mayor and City Council Meeting
Minutes
Recommendation:
It is recommended that the City Council approve the minutes for the following meeting
dates:
1. May 18, 2022, Regular Meeting of the Mayor and City Council
2. May 15, 2024, Regular Meeting of the Mayor and City Council
Packet Page. 429
City of San Bernardino
201 North E Street
San Bernardino, CA 92401
http://www.sbcity.org
DRAFT MINUTES
FOR THE
REGULAR MEETING OF THE MAYOR AND CITY COUNCIL
OF THE CITY OF SAN BERNARDINO, MAYOR AND CITY COUNCIL OF THE CITY OF SAN BERNARDINO ACTING AS THE
SUCCESSOR AGENCY TO THE REDEVELOPMENT AGENCY, MAYOR AND CITY COUNCIL OF THE CITY OF SAN
BERNARDINO ACTING AS THE SUCCESSOR HOUSING AGENCY TO THE REDEVELOPMENT AGENCY, MAYOR AND
CITY COUNCIL OF THE CITY OF SAN BERNARDINO ACTING AS THE HOUSING AUTHORITY, AND MAYOR AND CITY
COUNCIL OF THE CITY OF SAN BERNARDINO ACTING AS THE SAN BERNARDINO JOINT POWERS FINANCING
AUTHORITY
WEDNESDAY, MAY 18, 2022
7:00 PM
The Regular Meeting of the Mayor and City Council of the City of San Bernardino was
called to order at 7:10 PM by Mayor Valdivia on Wednesday, May 18, 2022, via
Feldheym Central Library, San Bernardino, CA.
CALL TO ORDER
Attendee Name Title Status Arrived
Theodore Sanchez Council Member, Ward 1 Present
Sandra Ibarra Council Member, Ward 2 Present
Juan Figueroa Mayor Pro Tem, Ward 3 Present
Fred Shorett Council Member, Ward 4 Absent
Ben Reynoso Council Member, Ward 5 Absent
Kimberly Calvin Council Member, Ward 6 Present
Damon L. Alexander Council Member, Ward 7 Present
John Valdivia Mayor Present
Robert D. Field City Manager Present
Sonia Carvalho City Attorney Present
Courtney Bowen Deputy City Clerk Present
Mayor John Valdivia
Council Members
Theodore Sanchez
Sandra Ibarra
Juan Figueroa
Fred Shorett
Ben Reynoso
Kimberly Calvin
Damon L. Alexander
Packet Page. 430
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 2
7:00
INVOCATION AND PLEDGE OF ALLEGIANCE
Pastor Joshua Beckley from Ecclesia Christian Fellowship led the invocation and
Council Member Sanchez led the Pledge of Allegiance to the Flag.
CLOSED SESSION REPORT
City Attorney Sonia Carvalho informed that there was no reportable action.
CITY MANAGER UPDATE
At this time, City Manager Rob Field provided city-wide updates to the community and
the Mayor and City Council. Important topics included introducing new department
directors (Daniel Hernandez- Public Works; Nathan Freeman- Community and
Economic Development), Water Safety Month activities, and Memorial Day celebrations
in the City.
MAYOR & CITY COUNCIL UPDATES/REPORTS ON CONFERENCES/MEETINGS
At this time, the Mayor and City Council provided updates to the community. Highlights
included ADA accessible sidewalks, Neighborhood Association meetings, Council
Members Calvin and Alexander attended the Southern California Association of
Governments’ General Assembly. Council Member Alexander also attended the recent
California League of Cities event in Sacramento, along with staff from the City
Manager’s office.
PRESENTATIONS
1. Proclamation for National Kids to Parks Day, Saturday, May 21, 2022 (All
Wards)
Mayor Valdivia presented the proclamation to Parks and Recreation Director Lydie
Gutfeld.
2. FP-5 Presentation - San Bernardino County Fire (All Wards)
Bertral Washington, Deputy Fire Chief, provided an informational presentation regarding
San Bernardino County Fire District FP-5 funding.
PUBLIC COMMENTS FOR ITEMS LISTED AND NOT LISTED ON THE AGENDA
Allen Bartleman spoke in opposition of Council Member candidates Botello, Elliott, and
Parra-Craig. (Mr. Bartleman also provided written material to the City Clerk, which has
been included in the Agenda Backup from this meeting)
Treasure Ortiz commented about FP-5 tax for Fire Department funding. She believes
the tax should be repealed and the contract for fire services should be renegotiated.
She also stated that Mayor Valdivia has received contributions from demolition
companies.
John Shollenberger spoke in opposition of Mayoral Candidate Jim Penman.
Packet Page. 431
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 3
Russell Degnan, Operation New Hope, gave updates about the services his
organization provides to the community, including homeless services and life skills
classes.
Ray Culberson, Former Director of San Bernardino City Schools, announced
Entrepreneur High School’s upcoming graduation ceremony.
Harry Hatch spoke in support of Item No. 12, the fireworks ordinance. He also asked the
Mayor and City Council to get involved with preventing arson crimes.
James Albert, League of Women Voters, asked the City to adopt Ranked Choice Voting
for the next election.
Christian Casares also spoke in support of Ranked Choice Voting. He stated that it will
enhance democracy in the City.
Dolores Armstead asked that more office support staff be provided for the Council
Members. She also asked for more details regarding the housing development being
proposed near Seccombe Lake Park. She encouraged citizens to vote on June 7th in the
Primary Election.
Sandra Salazar advised citizens to register to vote in the upcoming election. She stated
that the City has a notoriously low voter turnout.
Gregory Taylor stated that he will not be voting for Mayor Valdivia again, and he
supports Treasure Ortiz for Mayor. He does not approve of the Mayor’s leadership.
Frank Audi expressed his disapproval of service from the police department.
Robert Porter, San Bernardino, encouraged people to vote in the upcoming election. He
also expressed concern over the housing being built at Seccombe Lake. He asked for
possible monetary compensation for commissioners.
Ronald Donis, 1st Ward Resident, stated that the city should enact a warehouse
moratorium due to harmful emissions. He also spoke about a report recently released
by the Auditor of the State of California regarding alleged bias in the City’s police
department.
Christopher Gonzalez, Civic Center Neighborhood Association President, expressed
concerns over Platinum Security’s services at the Carousel Mall and Renaissance
Building. He also announced the upcoming Downtown Art Walk and 5K Race.
At the conclusion of in-person public comments at 8:49 PM, Mayor Valdivia called
for a five-minute recess.
At this time, the following remote speakers were heard via Zoom:
Erick Marquez, Ward 4 Resident, expressed that he would like the Municipal Code
changed to allow bicycling and cycling in public parks. In addition, he does not believe
Packet Page. 432
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 4
the position of Mayor should be elected, and that there should be nine total Council
Members.
Tristan Pelayes spoke about the five current lawsuits against the Mayor. He stated that
the Mayor is paying his legal fees with campaign funds.
Gabriel Jaramillo announced that he is running for Mayor in June. He thanked staff for
the updates to the east side skate park. He would like the Carousel Mall demolished
due to vandalism.
Betsy Starbuck, League of Women Voters, spoke in support of Ranked Choice Voting.
She stated that the City will save money if they adopt this voting system.
DISCUSSION
3. Amendment to Stream, Kim, Hicks, Wrage & Alfaro Legal Service Agreement
Re: Miller II (All Wards)
Recommendation
It is recommended that the Mayor and City Council of the City of San
Bernardino, California, affirm its prior action on April 6, 2022 authorizing the City
Manager to execute the First Amendment to the Legal Services Agreement with
Stream, Kim, Hicks, Wrage & Alfaro for representation in the San Bernardino
Superior Court Case No. CIVDS2015337; and authorizing the Director of Finance
to amend the Purchase Order to Stream, Kim, Hicks, Wrage & Alfaro.
Council Member Ibarra announced that she would be recusing herself from this item
due to being named a defendant in the lawsuit.
This item was brought back by request of the City Council for reconsideration from the
April 6th, 2022, meeting. Human Resources Director Rene Anderson provided a
presentation and emphasized the importance of maintaining professional relationships
with vendors, including outside legal firms. City Attorney Carvalho announced that the
first consideration must be a motion to reconsider this item.
RESULT: APPROVED MOTION TO RECONSIDER THE VOTE TAKEN ON
APRIL 6, 2022, TO APPROVE AN AMENDMENT TO STREAM,
KIM, HICKS, WRAGE & ALFARO [3-1]
MOVER:Kimberly Calvin, Council Member, Ward 6
SECONDER:Damon L Alexander, Council Member, Ward 7
AYES:Figueroa, Calvin, Alexander
NAYS:Theodore Sanchez
ABSENT:Shorett, Reynoso
RECUSED:Sandra Ibarra
With the motion approved to reconsider the item, Council Members now had an
opportunity to discuss the item again. Council Member Sanchez voiced his support for
approving the amendment. City Manager Field advised the Mayor and City Council that
the staff report contained alternatives for approving the contract amendment.
Packet Page. 433
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 5
RESULT: APPROVED THE STAFF RECOMMENDATION TO AFFIRM ITS
PRIOR ACTION ON APRIL 6, 2022 [3-1]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Juan Figueroa, Council Member, Ward 3
AYES:Sanchez, Figueroa, Alexander
NAYS:Kimberly Calvin
ABSENT:Shorett, Reynoso
RECUSED:Sandra Ibarra
4. Amendment No. 2 to the ESG-CV2 Subrecipient Agreement with Lutheran
Social Services of Southern California (All Wards)
Recommendation
It is recommended that the Mayor and the City Council for the City of San
Bernardino, California,
1. Authorize the City Manager to execute the Second Amendment to the ESG-CV2
Subrecipient Agreement between the City of San Bernardino and the Lutheran
Social Services; and
2. Authorize the City Manager or designee to take any further actions and execute
any further documents and certifications as may be necessary to amend the
agreement.
City Manager Field provided a staff report for this item.
RESULT: APPROVED AMENDMENT TO AGREEMENT [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Kimberly Calvin, Council Member, Ward 6
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
PUBLIC HEARINGS
5. Imposing Liens on Parcels of Real Property for Uncollected Business
Registration Fees (All Wards)
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1. Conduct a public hearing to receive public comment on the matter; and
2. Adopt Resolution No. 2022-93 of the Mayor and City Council of the City of San
Bernardino, California, imposing liens on certain parcels of real property for
unpaid business registration taxes and penalties; and
Packet Page. 434
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 6
3. Direct the Director of Finance to remove any properties from the Business
Registration Lien List (Exhibit A to the Resolution) which are resolved prior to the
hearing.
Mayor Valdivia opened the public hearing. The time was not announced.
Business Registration Manager Minerva Berumen presented a staff report.
There were no requests to speak, or written communications received.
There were no written protests received.
RESULT: ADOPTED RESOLUTION NO. 2022-93 [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
6. Presentation of the Proposed Fiscal Year 2023 & Fiscal Year 2024 Budget
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino
receive the proposed budget for Fiscal Years 2023 & 2024 and the proposed
Capital Improvement Program for 2023-2027 and provide direction to staff.
Finance Department Director Barbara Whitehorn and Budget Division Manager Tanya
Williams presented the FY 2023/2024 budget and proposed Capital Improvement
Program for FY 2023-2027.
The Mayor directed staff to place the budget on the June 1, 2022, Mayor and City
Council meeting agenda for approval.
7. Public Hearing on Annexation No. 16 to Community Facilities District 2019-1
(Ward 5)
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1. Hold a Public Hearing; and
2. Adopt Resolution No. 2022-94 of the Mayor and City Council of the City of
San Bernardino, California, calling an election to submit to the qualified
electors the question of levying a special tax within the area proposed to be
annexed to Community Facilities District No. 2019-1 (Maintenance Services)
(Annexation No. 16); and
3. Hold a special landowner election and canvass the election; and
4. Adopt Resolution No. 2022-95 of the Mayor and City Council of the City of
San Bernardino, California, declaring election results for Community Facilities
District No. 2019-1 (Maintenance Services) (Annexation No. 16); and
Packet Page. 435
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 7
5. Introduce, read by title only, and waive further reading of Ordinance No. MC-
1580 of the Mayor and City Council of the City of San Bernardino, California,
amending Ordinance No. MC-1522 and levying special taxes to be collected
during Fiscal Year 2022-2023 to pay the annual costs of the maintenance and
servicing of landscaping, lighting, water quality improvements, graffiti, streets,
street sweeping, parks and trail maintenance, a reserve fund for capital
replacement, and administrative expenses with respect to City of San
Bernardino Community Facilities District No. 2019-1 (Maintenance Services);
and
6. Schedule the final reading and adoption of Ordinance No. MC-1580 for June
1, 2022.
Mayor Valdivia opened the public hearing at 10:22 p.m.
There were no requests to speak, or written communications received.
There were no written protests received.
Mayor Valdivia closed the public hearing at 10:24 p.m.
RESULT: ADOPTED RESOLUTION 2022-94 [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Juan Figueroa, Council Member, Ward 3
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
RESULT: ADOPTED RESOLUTION 2022-95 [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Juan Figueroa, Council Member, Ward 3
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
RESULT: INTRODUCED ORDINANCE NO. MC-1522 [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Juan Figueroa, Council Member, Ward 3
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
8. Public Hearing on Annexation No. 4 to Community Facilities District 2018-1
(Safety Services), (TR 20145), Adoption of Resolutions for Annexing into the
Community Facilities District (Ward 5)
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1. Hold a Public Hearing; and
Packet Page. 436
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 8
2. Adopt Resolution No. 2022-96 of the Mayor and City Council of the City of San
Bernardino, California, acting as the legislative body of the City of San
Bernardino Community Facilities District No. 2018-1 (Safety Services), annexing
territory to Community Facilities District No. 2018-1 (Safety Services), and calling
elections therein; and
3. Hold a special landowner election and canvass the election; and
4. Adopt Resolution No. 2022-97 of the Mayor and City Council of the City of San
Bernardino, California, acting as the legislative body of the City of San
Bernardino Community Facilities District No. 2018-1 (Safety Services) certifying
the results of the May 18, 2022, annexation and special tax election.
Mayor Valdivia opened the public hearing at 10:27 p.m.
There were no requests to speak, or written communications received.
There were no written protests received.
Mayor Valdivia closed the public hearing at 10:29 p.m.
RESULT: ADOPTED RESOLUTION 2022-96 [5-0]
MOVER:Juan Figueroa, Council Member, Ward 3
SECONDER:Theodore Sanchez, Council Member, Ward 1
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
RESULT: ADOPTED RESOLUTION 2022-97 [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Juan Figueroa, Council Member, Ward 3
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
9. Continue the Public Hearing on the Vacation of a Portion of “I” Street
Between Spruce Street and Olive Street, and a Portion of “J” Street at Its
Intersection with 17TH Street and 21ST Street and Reservation of Utilities
Therein Until June 1, 2022 at 7:00 P.M. (Ward 3)
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, continue the public hearing on the Vacation of a portion of “I” Street
between Spruce Street and Olive Street, and a portion of “J” Street at its
intersection with 17th Street and 21st Street and reservation of utilities therein until
June 1, 2022, at 7:00 p.m.
Packet Page. 437
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 9
RESULT: APPROVED STAFF RECOMMENDATION TO CONTINUE THE
PUBLIC HEARING TO JUNE 1, 2022 [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Sandra Ibarra, Council Member, Ward 2
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
CONSENT CALENDAR
Items on the Consent Calendar are considered routine and are voted on in a single
motion unless a council or staff member has pulled the item for more discussion.
RESULT: APPROVED THE CONSENT CALENDAR AND PULLED ITEMS 15
AND 20 FOR DISCUSSION [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
10. Animal Services Grant Funding Allocation (All Wards)
Recommendation
Adopt Resolution No. 2022-98 of the Mayor and City Council of the City of San
Bernardino, California, authorizing the Director of Finance to amend the FY 2021/22
Budget to appropriate $500,000 of the grant funding from The San Manuel Band of
Mission Indians for animal shelter programs and services.
RESULT: ADOPTED RESOLUTUON NO. 2022-98 [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
11. Approve Vendor for Closed Captioning Software (All Wards)
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, ratify the approval of the vendor, Municipal Captioning, Inc., approved to
provide English closed captioning software for viewers of all programming aired
through the City’s cable channel, as approved at the May 4, 2022, Mayor and City
Council meeting.
Packet Page. 438
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 10
RESULT: APPROVED CLOSED CAPTIONING VENDOR [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
12. Adopt Ordinance No. MC-1578 (Ordinance Amending Various Sections of
Chapter 8.60 and Adding Section 8.60.170 to Chapter 8.60 of the San
Bernardino Municipal Code Relating to Fireworks) (All Wards)
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, adopt Ordinance No. MC-1578, amending various sections of Chapter
8.60 and adding section 8.60.170 to Chapter 8.60 of the San Bernardino Municipal
Code relating to fireworks.
RESULT: ADOPTED ORDINANCE NO. MC-1578 [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
13. Agreement with San Bernardino International Airport Authority (All Wards)
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, authorize the City Manager to execute a Service Agreement between the
San Bernardino International Airport Authority and the City of San Bernardino for
Law Enforcement Services.
RESULT: APPROVED SERVICE AGREEMENT [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
14. Accept 2021 Californians for All Youth Workforce Development Program
Grant (All Wards)
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, authorize the City Manager to accept and administer the 2021
CaliforniansForAll Youth Workforce Development Program Grant in the amount of
$4,169,142 for the grant period July 1, 2022 through June 30, 2024; and authorize
the Director of Finance to amend the Fiscal Year 2021/22 Adopted Budget
appropriating $4,169,142 in both revenue and expenditures.
Packet Page. 439
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 11
RESULT: APPROVED PROGRAM GRANT [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
15. Approval of the Exclusive Negotiating Agreement (ENA) Between the City of
San Bernardino and the Richman Group, LLC for the Development of a 4-Acre
Portion of Seccombe Lake Park at the Northwest Corner of Sierra Way and
7Th Street; and Determine that the ENA is Categorically Exempt from CEQA
(Ward 1)
Recommendation
Approve the Exclusive Negotiating Agreement (“ENA”) between the City of San
Bernardino and The Richman Group, LLC for the development of a 4-acre portion of
Seccombe Lake Park at the northwest corner of Sierra Way and 7th Street; and
Determine that the ENA is categorically exempt from the California Environmental
Quality Act (“CEQA”).
Item 15 was initially approved under the consent calendar but was pulled for questions
by Councilmember Calvin. Councilmember Calvin then made a motion to continue the
item, for staff to be able to provide more information on the development project.
RESULT: CONTINUED ITEM TO A FUTURE MEETING [5-0]
MOVER:Kimberly Calvin, Council Member, Ward 6
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
16. Amendment No. 1 to the Lease Agreement with Inland Empire 66Ers Baseball
Club
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, authorize the City Manager to execute Amendment No. 1 to the Lease
Agreement with Inland Empire 66ers Baseball Club of San Bernardino, Inc.
RESULT: APPROVED AMENDMENT TO AGREEMENT [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
Packet Page. 440
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 12
17. City Board, Commission, and Citizen Advisory Committee Minutes Approved
in March/April 2022 (All Wards)
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California approve the commercial and payroll disbursements for March and April
2022.
RESULT: APPROVED MINUTES [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
18. Approval of Commercial and Payroll Disbursements (All Wards)
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California approve the commercial and payroll disbursements for April 2022.
RESULT: APPROVED DISBURSEMENTS [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
19. Side Letter Agreement Between the City and the General Unit Employees (All
Wards)
Recommendation
Adopt Resolution No. 2022-99 of the Mayor and City Council of the City of San
Bernardino, California, authorizing the City Manager to execute a Side Letter
Agreement to the Memorandum of Understanding (MOU) between the City of San
Bernardino and the General Unit Employees, amending Article III-Compensation,
Section 7: Shift Differential.
RESULT: ADOPTED RESOLUTION NO. 2022-99 [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
Packet Page. 441
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 13
20. Approving Job Classifications, Amending the Salary Schedule and the Fiscal
Year 2021/22 Budget (All Wards)
Recommendation
Adopt Resolution No. 2022-100 of the Mayor and City Council of the City of San
Bernardino, California, approving the following:
1. Agency Director (U) job classification;
2. Enterprise Resource Planning (ERP) Project Manager job classification;
3. Disadvantaged Business Enterprise (DBE) Specialist job classification;
4. Marketing and Media Specialist job classification;
5. Engineering Project Manager job classification;
6. Increase to the salary range for the classification of Deputy Director of Housing &
Homelessness (U);
7. Increase to the salary range for the classification of Code Enforcement Officer I;
and
8. Amendment of the City-wide salary schedule for full-time, part-time, temporary,
and seasonal positions.
Council Member Sanchez asked about the costs and duties associated with the Agency
Director job classification. City Manager Field clarified that this was a new position being
created to oversee administrative services in the city. Council Member Sanchez made a
motion to continue the entire item, which was seconded by Council Member Ibarra. A
substitute motion was made my Council Member Calvin to separate item one on the list
and approve items two through eight. The motion was seconded by Council Member
Alexander.
RESULT: APPROVED SUBSTITUTE MOTION TO REMOVE ITEM ONE
(AGENCY DIRECTOR) FROM THE LIST AND APPROVE ITEMS
TWO THROUGH EIGHT, ADOPTING RESOLUTION 2022-100 AS
SO AMENDED [5-0]
MOVER:Kimberly Calvin, Council Member, Ward 6
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
21. Purchase of Commercial Vehicle Enforcement Trucks (All Wards)
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, authorize the Director of Finance to issue a purchase order to UAG of
Cerritos in an amount not to exceed $110,000.
Packet Page. 442
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 14
RESULT: APPROVED PURCHASE ORDER [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
22. Authorize the Issuance of a Purchase Order for a Body Worn Camera Solution
Contract Extension (All Wards)
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, authorize the City Manager to execute the Second Amendment to the
Professional Services Agreement with Axon Enterprise, Inc., for body worn camera
services; and authorize the Director of Finance to issue a purchase order to Axon
Enterprise Inc., in an amount not to exceed $48,200.
RESULT: APPROVED PURCHASE ORDER [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
23. Adopt Ordinance MC-1579, Police Department Policy 705 (Military Equipment
Policy) in Accordance with Assembly Bill 481 (All Wards)
Recommendation
Adopt Ordinance No. MC-1579 of the Mayor and City Council of the City of San
Bernardino, California, adopting Police Department Policy 705 (Military Equipment
Policy) in accordance with Assembly Bill 481.
RESULT: ADOPTED ORDINANCE MC-1579 [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
24. Resolution Approving an Agreement with San Bernardino County to Provide
HHW Collection Service (All Wards)
Recommendation
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1. Adopt Resolution No. 2022-101, approving an agreement with the San
Bernardino County Fire Protection District Pursuant to Section 3.04.010 B-3 of
the Municipal Code for Household Hazardous Waste Collection Service and
Sharps Collection Service to the City; and
2. Authorizing the Director of Finance to issue a Purchase Order to the San
Packet Page. 443
Regular Meeting Agenda May 18, 2022
Mayor and City Council of the City of San Bernardino Page 15
Bernardino County Fire Protection District, in an annual amount not to exceed
$368,000.
RESULT: APPROVED [5-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon L. Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Calvin, Alexander
ABSENT:Shorett, Reynoso
ADJOURNMENT
The meeting of the Mayor and City Council was adjourned on Wednesday May 18,
2022, at 10:53 p.m. The meeting adjourned in memory of Bobbie Jean Johnson, as well
as the victims of the recent Buffalo, New York mass shooting.
The next joint regular meeting of the Mayor and City Council and the Mayor and City
Council Acting as the Successor Agency to the Redevelopment Agency will be held on
Wednesday, June 1, 2022, in the Council Chamber located at 555 West 6th Street, San
Bernardino, California 92401. Closed Session will begin at 5:30 p.m. and Open Session
will begin at 7:00 p.m.
By:_________________________
Genoveva Rocha, CMC
Packet Page. 444
City of San Bernardino
201 North E Street
San Bernardino, CA 92401
http://www.sbcity.org
Draft Minutes
For the
Regular Meeting of the Mayor and City Council
of the City of San Bernardino, Mayor and City Council of the City of San Bernardino
Acting as the Successor Agency to the Redevelopment Agency, Mayor and City Council
of the City of San Bernardino Acting as the Successor Housing Agency to the
Redevelopment Agency, Mayor and City Council of the City of San Bernardino Acting
as the Housing Authority, and Mayor and City Council of the City of San Bernardino
Acting as the San Bernardino Joint Powers Financing Authority
WEDNESDAY, MAY 15, 2024
4:00 PM
Closed Session was called to order at 4:01 PM by Mayor Helen Tran on Wednesday,
May 15, 2024, at Feldheym Central Library, San Bernardino, CA.
CALL TO ORDER
Attendee Name Title Status Arrived
Theodore Sanchez Council Member, Ward 1 Present
Sandra Ibarra Council Member, Ward 2 Present
Juan Figueroa Mayor Pro-Tem, Ward 3 Present 4:02 PM
Fred Shorett Council Member, Ward 4 Present
Ben Reynoso Council Member, Ward 5 Present 4:04 PM
Kimberly Calvin Council Member, Ward 6 Present 4:02 PM
Damon L Alexander Council Member, Ward 7 Present Via Zoom for Closed Session
Helen Tran Mayor Present
Charles A. Montoya City Manager Present
Sonia Carvalho City Attorney Present
Genoveva Rocha City Clerk Present
Courtney Bowen Deputy City Clerk Present
Mayor Helen Tran
Council Members
Theodore Sanchez
Sandra Ibarra
Juan Figueroa
Fred Shorett
Ben Reynoso
Kimberly Calvin
Damon L. Alexander
Packet Page. 445
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 2
4:00 P.M.
CLOSED SESSION PUBLIC COMMENT
There were no public comments for Closed Session.
CLOSED SESSION
A) CONFERENCE WITH LEGAL COUNSEL EXISTING LITIGATION
(Pursuant to Government Code Section 54956.9(a) and (d)(1)):
i. Promise Gracia, et al. v. City of San Bernardino, et al., San Bernardino
Superior Court Case No. Case No. CIVSB2301828
5:00 P.M.
The Regular Meeting was called to order at 5:01 PM by Mayor Pro Tem Fred Shorett on
Wednesday, May 15, 2024, at Feldheym Central Library, San Bernardino, CA
INVOCATION AND PLEDGE OF ALLEGIANCE
Pastor Steve Anderson of Spirit of our Savior Lutheran Church led the invocation, and
Charlie Martinez from Norton Elementary School led the Pledge of Allegiance to the
Flag.
CLOSED SESSION REPORT
City Attorney Sonia Carvalho advised that there was no reportable action from Closed
Session.
APPOINTMENTS
1. Animal Control Commission Appointment of Laura Mitchell (Ward 5)
City Clerk Genoveva Rocha administerewd the Oath of Office to Ms. Laura Mitchell.
RESULT: APPROVED THE APPOINTMENT [8-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Ben Reynoso, Council Member, Ward 5
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander, and
Mayor Tran
NOES: None
PRESENTATIONS
2. Proclamation for San Bernardino Festival Day in the City of San Bernardino –
May 4, 2024 (All Wards)
Mayor Tran presented the proclamation to various members of the community
involved in Festival, and Parks and Recreation Director Lydie Gutfeld.
Packet Page. 446
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 3
3. May 2024 Citizen(s) of Month San Bernardino- Symphony Orchestra; Donna
Marie Minano, President, San Bernardino Symphony Orchestra; Maestro
Anthony Parnther, Music Director, San Bernardino Symphony Orchestra;
Arrowhead Country Club; Michael Winn, General Manager/Owner, Arrowhead
Country Club; and Fariel Winn, General Manager/Owner, Arrowhead Country
Club
Council Member Alexander presented the Citizens of the Month.
At this time, the Agenda was re-ordered, and Public Comments for items listed
and not listed on the agenda were heard, followed by the Consent Calendar.
PUBLIC COMMENTS FOR ITEMS LISTED AND NOT LISTED ON THE AGENDA
Margaret Medrano spoke about her father’s grave at Pioneer Cemetery being vandalized.
Al Palazzo provided his ideas for development and growth in Downtown.
James Smith provided updates about the Native Sons of the Golden West society.
Selina Maldonado asked the Mayor and City Council to support animal advocates.
Dolores Armstead spoke about the City’s investigation regarding a City Manager
candidate. She also spoke in opposition to Item No. 30.
Luis Ojeda commented that he believes Code Enforcement is harassing business owners
in the City.
Treasure Ortiz spoke about ADA accommodations, the State of the City event, the
homeless situation, and City Hall financing.
James Penman reminded everyone about the Chamber of Commerce’s annual Law
Enforcement Dinner on May 22nd.
Sarah Torquato asked for more support for the animals at the animal shelter.
Barbara Whitehorn stated that she is the former Finance Director for the City, and her
employment was terminated that morning. She asked the Mayor and City Council to
review the financing and cost of the City Hall project.
Ben Salgado, Vice President of KKC Little League, requested repairs and maintenance at
the baseball fields.
Alan Stanly encouraged people to vote, and spoke about the City’s budget for the animal
shelter.
Anthony Palomino commented in support of Ben Salgado and the KKC Little League.
Packet Page. 447
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 4
Rikke Van Johnson asked that the Charter Review Committee be reinstated before the
new City Council members are elected in November 2024.
Mike Hartley spoke about abandoned vehicles, Code Enforcement, and licensing for
animals.
The following students and teachers from Akoma Unity Center’s “Drip’d Scholars” Water
Treatment Program spoke about the knowledge they have gained regarding water
pollution, purification, and distribution:
Jennifer Xicara, Teacher Lukee Thorpe Soleil Campo
Allan Campo Kiana Wilson Liliana Wilson
Ian Vargas Axel Vargas Caleb Zacarias
Alaysha Nash Amaya Barnes Emily Vasquez
“Ms. Butterfly”, Teacher
Ayajpae Singh stated that he has been harassed by Code Enforcement at his transport
business.
Abraham Cortinez also commented that his transport business has been harassed by
Code Enforcement.
Georgia Lykouretzos asked for support for the homeless and animal welfare crises.
Kim Knaus spoke about homelessness and asked for collaborative efforts.
CONSENT CALENDAR
Items on the Consent Calendar are considered routine and are voted on in a single
motion unless a council or staff member has pulled the item for more discussion.
Prior to hearing the Consent Calendar, City Manager Charles Montoya announced
that Items 8, 13, and 27 were being pulled from the agenda. He also announced at
this time that Item No. 28 would be pulled from the Discussion Calendar as well.
RESULT: APPROVED THE CONSENT CALENDAR AND PULLED ITEMS 7,
12, AND 25 FOR A SEPARATE VOTE. ITEMS 8, 13, AND 27 WERE
PULLED FROM THE AGENDA BY THE CITY MANAGER [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
Packet Page. 448
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 5
7. Authorize and Appropriate Funding for Animal Services for the Preparation of the
Regional Partnership Agreements (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, adopt Resolution No. 2024-096:
1. Authorizing the Director of Finance and Management Services to amend the FY
2023/24 operating budget by $350,000 to cover the cost of salary and benefits
of additional positions added as a result of the Regional Partnership
Agreements for Animal Services; and
2. Increase the Animal Services department authorized full-time position count from
40 to 71.
Council Member Sanchez asked that this item be continued to the next regular meeting,
to allow staff to provide either “Letters of Intent” or signed contracts from the Regional
Partners.
Council Member Alexander was not present at the dais for the vote on this item.
RESULT: ITEM CONTINUED TO THE NEXT REGULAR MEETING OF JUNE
5, 2024. DIRECTED STAFF TO PROVIDE SIGNED LETTERS OR
CONTRACTS FOR SERVICES FROM THE REGIONAL ANIMAL
SERVICES PARTNERS AT THAT TIME [6-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Sandra Ibarra, Council Member, Ward 2
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin
NOES:None
ABSENT:Alexander
8. Mayor and City Council After Action Report from the May 1, 2024, Meeting (All
Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, ratify the changes made to staff recommendations during the May 1st, 2024,
Mayor and City Council Meeting as documented in the attached After Action Report (All
Wards)
Although this item had previously been pulled by the City Manager, there was
discussion amongst the Mayor and City Council and staff regarding clarification of this
item.
City Manager Montoya advised that previous action by the Mayor and City Council on
Item No. 2 on the May 1, 2024 agenda, violated federal rules and HUD’s CDBG
guidelines, and therefore was being brought back before the Council to address the
incompatibilities.
Senior Management Analyst William Lampi gave an overview about Public Service
Programs related to CDBG funding for public facilities projects. He advised that this
Packet Page. 449
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 6
topic would be further discussed in depth as part the discussion for the Public Hearing
Item No. 5: Adopt Fiscal Year 2024-25 Annual Action Plan for the Community
Development Block Grant, HOME Investment Partnership and Emergency Solutions
Grant Programs.
The additional item mentioned in the “After Action Report” (Agenda Item No 18 from the
May 1, 2024 agenda: Peace Officer Housing Incentive Program), was not discussed by
the Mayor and City Council during this discussion.
RESULT: THIS ITEM WAS PULLED FROM THE AGENDA BY THE CITY
MANAGER.
9. Accept Donation Funds from Stater Bros. Charities for KFROG Public Service
Announcements (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, adopt Resolution No. 2024-097:
1. Accepting a donation in the amount of $42,500 from Stater Bros. Charities; and
2. Authorizing the Director of Finance and Management Services to amend the FY
2023/24 budget in both revenues and expenses and appropriate $42,500 to be
used towards animal shelter programs and services.
RESULT: ADOPTED RESOLUTION No. 2024-097 [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
10. Authorize Amendment No. 1 to Purchase Agreement with Victor Medical (All
Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, adopt Resolution No. 2024-098, authorizing:
1. The Director of Finance and Management Services to amend the FY 2023/24
Animal Services budget in the amount of $150,000, appropriated for expenses,
and;
2. The City Manager to execute Amendment No. 1 to the contract with Victor
Medical, increasing the annual contract amount by $150,000 for an annual total
of $300,000 for Veterinary Medical Supplies.
RESULT: ADOPTED RESOLUTION No. 2024-098 [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
Packet Page. 450
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 7
11. Approve Amendment #1 to the Community Action Partnership of San
Bernardino County (CAPSBC) Professional Services Agreement for the Mobile
Shower Program (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of San Bernardino, California,
approve Amendment No. 1 to the Vendor Services Agreement (VSA) with the
Community Action Partnership of San Bernardino County (CAPSBC) for a one (1) year
term extension to continue the Mobile Shower Program.
RESULT: APPROVED STAFF’S RECOMMENDATION [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
12. Development Code Amendment (Zoning Map Amendment) 2005 – Amazing 34
Project (Second Reading and Adoption of Ordinance No. MC1637)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California accept the final reading and adopt Ordinance No. MC-1637 of the Mayor and
City Council of the City of San Bernardino, California, approving Development Code
Amendment (Zoning Map Amendment) 20-05 changing the Zoning District
Classification from Office Industrial Park (OIP) to Industrial Light (IL) of two (2) parcels
containing a total of approximately 3.84 acres, pursuant to a Mitigated Negative
Declaration (Attachment 1).
Council Member Reynoso asked for more information on this item.
Community Development and Housing Director Gabriel Elliott clarified that this item
had been previously discussed during the introduction of the Ordinance on May 1,
2024. He stated that this warehouse was a replacement for one that had been burnt
down on the same property. It was previously used as office space and would now be
a warehouse.
RESULT: ADOPTED ORDINANCE No. MC-1637 [4-3]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Juan Figueroa, Council Member, Ward 3
AYES:Sanchez, Figueroa, Shorett, Alexander
NOES: Ibarra, Reynoso, Calvin
13. San Bernardino Soccer Complex Lease Assignment Agreement with World
Sports Solutions International, LLC (Ward 2)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, adopt Resolution No. 2024-099, authorizing the City Manager to execute the
Assignment and Consent to Assignment Lease Agreement with World Sports Solutions
Packet Page. 451
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 8
International, LLC, for 2500 Pacific Street, San Bernardino, California; assigning the
lease from San Bernardino Soccer, LLC, to World Sports Solutions International, LLC.
RESULT: THIS ITEM WAS PULLED FROM THE AGENDA BY THE CITY
MANAGER; NO ACTION TAKEN
14. Approval of Commercial and Payroll Disbursements (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California approve the commercial and payroll disbursements for April 2024.
RESULT: APPROVED STAFF’S RECOMMENDATION [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
15. Fiscal Year 202425 Assessment Levies for Previously Formed Assessment
Districts (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, adopt the following Resolutions, declaring intention to levy and collect
assessments for Fiscal Year 2024-25 within various assessment districts within the
City of San Bernardino, approving Engineer’s Reports for each assessment district and
providing notice of the time and place of the public hearing on July 17, 2024 on
proposed assessments in each assessment district:
1. Resolution No. 2024-100 for Assessment Districts Nos. 951 (Zone 1), 951
(Zone 2), 952 (Zones 1, 2 and 2A), 952 (Zone 3), 953, 956, 959 (Zone 1),
962, 963, 968, 974, 975, 976, 981, 982, 986, 989, 991, 993, 997, 1001,
1002, 1005, 1007, 1012 and 1016; and
2. Resolution No. 2024-101 for Assessment District Nos. 1017, 1019,
1020,1023, and 1024; and
3. Resolution No. 2024-102 for Assessment District No. 1022 and Zones 1,
2, and 3 thereof; and
4. Resolution No. 2024-103 for Assessment District Nos. 1025, and 1027;
and
5. Resolution No. 2024-104 for Assessment District Nos. 1028, 1029, 1030,
1031, 1032, 1035 (Zone 1), 1035 (Zone 2), 1036, 1037, 1038, 1039, 1040,
1041, 1042, 1043 (Zone 1), 1043 (Zone 2), 1045, 1046, 1047, 1048, 1050,
1052, 1054, 1055, 1056, 1057, 1059, 1060, 1063, 1064 and 1068.
Packet Page. 452
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 9
RESULT: ADOPTED RESOLUTION Nos. 2024-100, 2024-101, 2024-102,
2024-103, AND 2024-104 [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
16. Request to Update the Existing Travel Authority and Expense Policy (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, adopt Resolution No. 2024-105 revising the Travel Authority and Expense
Policy as recommended by the City Manager.
RESULT: ADOPTED RESOLUTION NO. 2024-105 [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
17. Library WiFi and Network Upgrade (All Wards)
Recommendation:
It is recommended the Mayor and City Council of the City of San Bernardino,
California:
1. Authorize the City Manager to execute a vendor services agreement with
Sehi Computer Products, Inc. to replace the Library’s Wi-Fi network at all
four library locations along with other network upgrades; and
2. Authorize the Director of Finance and Management Services to approve a
purchase order in the amount not to exceed $177,938 to replace the
Library’s Wi-Fi system, network switches and other hardware including
installation: and
3. Authorize the project contingencies in the total amount of $17,994 for
construction of the Project; and
4. Authorize the City Manager or designee to expend the contingency fund,
if necessary, to complete the project.
RESULT: APPROVED STAFF’S RECOMMENDATION [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
Packet Page. 453
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 10
18. Accept the California Drought, Water, Parks, Climate, Coastal Protection, and
Outdoors Access for All Act Per Capita Grant Award for Hernandez Community
Center Gymnasium Project (Ward 1)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California adopt resolution 2024-106:
1. Authorizing the City Manager or his designee to accept the award for
California Drought, Water, Parks, Climate, Coastal Protection, and Outdoors
Access for All Act Per Capita Grant Award for Hernandez Community Center
Gymnasium Project, for the amount of $177,952;
2. Authorizing the City Manager or his designee to conduct all negotiations,
signing, and submittals of necessary documents to receive Per Capita Grant
awards; and
3. Authorizing the Director of Finance and Management Services to amend
the FY 2023/24 Operating Budget in the amount of $177,952 in both revenue
and expenditures to appropriate the Per Capita Grant Award.
RESULT: ADOPTED RESOLUTION No. 2024-106 [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
19. 20222025 Retired and Senior Volunteer Program (RSVP) – Third year of a Three
Year Grant Award (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California adopt resolution No. 2024-107 to:
1. Authorize the City Manager to approve a continuation of submitted budget
application for year three of a three-year grant through the National and
Community Services Retired and Senior Volunteer Program;
2. Authorize the City Manager to accept the grant award in the amount of
$57,309;
3. Authorize the City Manager or their designee to conduct all negotiations,
signing
and submittals of necessary documents to receive grant awards; and
4. Authorize the Director of Finance and Management Services to
appropriate the grant funds for the period of April 1, 2024 ($14,327.25 in FY
23-24) through March 31, 2025 ($42,981.75 in FY 24-25)
RESULT: ADOPTED RESOLUTION No. 2024-107 [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
Packet Page. 454
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 11
20. Amendment to Increase Purchase Order with Law Enforcement Medical Services
(All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1. Authorize the City Manager to execute Amendment No.1 to the
Professional Services Agreement with Law Enforcement Medical Services
(LEMS), increasing the not to exceed amount by $30,000, for a total contract
amount of $130,000; and
2. Authorize the Director of Finance and Management Services to increase
the purchase order for Law Enforcement Medical Services to an amount not
to exceed $130,000.
RESULT: APPROVED STAFF’S RECOMMENDATION [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
21. Annual Military Equipment Report and Approve Future Purchases (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1. Receive and file the Department’s annual military equipment use report;
and
2. Approve the Department’s request to acquire additional life-saving
equipment in accordance with Assembly Bill 481.
RESULT: APPROVED STAFF’S RECOMMENDATION [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
22. Amendment No. 2 to Agreement with Anser Advisory Management, LLC (All
Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino
California:
1. Authorize the City Manager or designee to Approve Amendment No 2. to
the Professional Services Agreement with Anser Advisory Management,
LLC, for the project of Upgrade Various Signal Hardware at 224 Signalized
Intersections on Various Arterials, for construction management and
inspection services, as well as extending the agreement until December 30,
2024.
Packet Page. 455
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 12
RESULT: APPROVED STAFF’S RECOMMENDATION [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
23. Approve Stop Signs at Various Locations Wards (1,2, 3,4,5)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, Adopt Resolution No. 2024-108;
1. Authorizing the City Manager and or designee to amend Resolution No.
655 entitled, in part, “A Resolution... designating certain streets or portions
thereof as through highways...” and authorizing the establishment of stop
control at the following intersections:
i. Gardena St. & Vine St.
ii. Santolinas St. & Pampas Ave.
iii. Cherry St. & Pampas Ave.
iv. Morgan Rd. & Teton St.
v. Argyle Ave. & 18th St.
vi. Piedmont Dr. & Seine Ave.
vii. Acacia Ave. & 35th St.
viii. Dover St. & Louise St.
RESULT: ADOPTED RESOLUTION NO. 2024-108 [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
24. Award of Professional Services Agreement for Pavement Management Program
and Asset Inventory (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1. Approve the award of an Agreement with Nicols Consulting Engineers in
the amount of $820,300 for Pavement Management Program and Asset
Inventory (Project); and
2. Authorize the project contingencies and staff time in the total amount of
$123,045 for completion of the Project; and
3. Authorize the City Manager or designee to execute all documents with
Nicols Consulting Engineers; and
4. Authorize the City Manager or designee to expend the contingency fund, if
necessary, to complete the project.
Packet Page. 456
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 13
RESULT: APPROVED STAFF’S RECOMMENDATION [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
25. Award of Agreement for Construction of Clean California Grant 4th Street
Beautification and Landscape Project SS 22008 (Ward 1)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1. Approve the award of an Agreement with SDC Engineering, Inc. in the
amount of $340,617.30 for the Clean California Grant 4th Street Beautification
and Landscape (Project); and
2. Authorize the project construction, construction contingencies, and
construction management costs in the total amount of $40,000 for
construction of the Project; and
3. Authorize the City Manager or designee to execute all documents with
SDC Engineering, Inc.; and
4. Authorize the City Manager or designee to expend the contingency fund, if
necessary, to complete the project.
Council Member Sanchez asked for details regarding the bid, grant amount, and
changes in the Scope of Work. Council Member Alexander inquired about local vendor
preference for one of the bidders.
Deputy Director of Public Works/City Engineer Azzam Jabsheh clarified the budget and
the funding, including the plan for using the amount of excess grant funds. City Manager
Montoya stated that he did not know if the vendor received the local preference, but he
would check the requirements provided by the State for this particular grant because
they may preclude the City’s rules for local vendor preference.
RESULT: APPROVED STAFF’S RECOMMENDATION [7-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
26. Increase Annual Purchase Order for Fairview Ford (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino
California Adopt Resolution No. 2024-109
1. Authorizing the Director of Finance & Management Services to approve an
increase in the purchase order for Fairview Ford from $230,000 to a new not
to exceed amount of $300,000; and
Packet Page. 457
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 14
2. Authorizing the extension of the purchase order agreement with the option
for another five years of single year annual renewal, through fiscal year
2028/2029
RESULT: ADOPTED RESOLUTION NO. 2024-109 [7-0]
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
27. Approve Final Tract Map No. 173294 (Ward 5)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, Adopt Resolution No. 2024-110:
1. Approving Final Tract Map No. 17329-4 (Subdivision 05-40) involving the
subdivision of the parcel (APN 0348-111-51) containing 24.68 acres into
twenty (20) single family lots at the northwest corner of N. Little League Drive
and W. Ohio Avenue; and
2. Accepting the public dedications as set forth on said map; and
3. Authorizing execution of the standard form of agreement for the
subdivision improvements.
RESULT: This item was pulled by the City Manager; No action taken
At this time, Public Hearings (Items 4-6) were heard. Prior to the opening of Public
Hearings, City Attorney Sonia Carvalho made a statement regarding
“Whistleblower” protections and what it entails, in response to a former
employee that made a public comment earlier in the meeting.
PUBLIC HEARINGS
4. Presentation of the City Manager’s Proposed Fiscal Year 2024/25 and Fiscal
Year 2025/26 Budget (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino:
1.Conduct the Public Hearing on the proposed Fiscal Years 2024/25 and
2025/26 Operating Budget and Capital Improvement Plan;
2.Receive and file the proposed budget for Fiscal Years 2024/25 and
2025/26 Operating and Capital Improvement Plan presentation and
provide direction to staff.
Mayor Tran opened the public hearing at 7:10 PM.
Deputy Director of Finance, Jeannie Fortune, along with Budget Manager Zuyva Ruiz
and City Engineer Jabsheh, provided the presentation.
Packet Page. 458
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 15
There were two public speakers:
Treasure Ortiz asked the Mayor and City Council to not move forward with this
item at this time, due to the concerns from the council and public regarding the
City’s financial status and City Manager Montoya’s actions.
Al Palazzo asked the Mayor and City Council to work with him and listen to his
ideas for rebuilding the City.
Council Members discussed waiting to approve the budget, considering all of the
information that has been provided. Topics included cannabis revenue, increased hiring,
increased compensation for staff, and a status on the pending Strategic Initiatives that
the Mayor and City Council introduced in September 2023.
Council Member Sanchez asked that staff bring back an Employee Control Document
that shows all filled, vacant, and budgeted staff positions. He also asked that staff
provide a comparison of this year’s biennial budget to the proposed budget, so the
council can see what has changed. Council Member Shorett seconded the motion.
Council Member Reynoso asked that an update also be brought forward regarding the
details of the Strategic Plan approved by Council in 2023, and how those
recommendations correlate with the current proposed budget.
RESULT: CONTINUED PUBLIC HEARING TO JUNE 5, 2024, AND
PROVIDED DIRECTION TO STAFF TO RETURN AT THAT TIME
WITH: 1. AN “EMPLOYEE CONTROL DOCUMENT” THAT SHOWS
BUDGETED FULL-TIME POSITIONS VS. FILLED POSITIONS; 2. A
COMPARISON OF THE PROPOSED BUDGET WITH THE
‘STATUS QUO’ BUDGET; AND 3. PROVIDE AN UPDATE ON THE
PREVIOUS COUNCIL RECOMMENDATIONS MADE ACCORDING
TO THE STRATEGIC PLAN, IN COMPARISON TO THE
PROPOSED BIENNIAL BUDGET [7-0]
MOVER:Ben Reynoso, Council Member, Ward 5
SECONDER:Kimberly Calvin, Council Member, Ward 6
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
5. Adopt Fiscal Year 202425 Annual Action Plan for the Community Development
Block Grant, HOME Investment Partnership and Emergency Solutions Grant
Programs (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1.Approve and adopt the Fiscal Year 2024 -25 Annual Action Plan for
the Community Development Block Grant, HOME Investment
Partnership, and Emergency Solutions Grant Programs; and
2.Adopt Resolution No. 2024-094, authorizing the acceptance and
allocation of the Fiscal Year 2024-25 Annual Action Plan; and
3.Authorize the Director of Finance and Management to adjust the Fiscal
Packet Page. 459
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 16
Year 2024-2025 Budget appropriation to align with the Fiscal Year
2024-25 Annual Action Plan allocation; and
4.Authorize the City Manager or designee to take any further actions and
execute any further documents as necessary to effectuate the submittal
of the Fiscal Year 2024-2025 Annual Action Plan and certification to the
U.S. Department of Housing and Urban Development.
City Manager Montoya informed that this item would encompass discussion for Item No.
8.
Mayor Tran left the dais prior to the opening of the Public Hearing. Mayor Pro Tem
Shorett opened the public hearing at 8:17 PM.
Senior Management Analyst William Lampi provided a presentation. He clarified the
allocations previously recommended by the Mayor and City Council on May 1, 2024 for
CDBG funding for public facilities projects. He informed that some of the funds for
facilities are flexible in their spending options, but the funding for services or programs
are not. Staff made updates to the Annual Action Plan based on the recommendations
made by the Mayor and City Council, and pursuant to the Federal Code of Regulations
and H.U.D (Department of Housing and Urban Development) guidelines.
There were no public speakers.
The public hearing was closed by Mayor Pro Tem Shorett at 8:27 PM.
There was discussion amongst the City Council regarding the software and staffing
needs for the vendors, and distribution of the Public Facility funds being allocated as
needed.
RESULT: CDBG ANNUAL ACTION PLAN APPROVED AS PART OF
STAFF’S RECOMMENDATION; APPROVED STAFF
RECOMMENDATION AND ADOPTED RESOLUTION NO. 2024-094
[7-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Sandra Ibarra, Council Member, Ward 2
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
6. Imposing Liens on Certain Parcels of Real Property for Unpaid
Business Registration Taxes and Penalties (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1.Conduct a public hearing to receive public comment on the matter; and
2.Adopt Resolution No. 2024-095 of the Mayor and City Council of the City
of San Bernardino, California, imposing liens on certain parcels of real
property for unpaid business registration taxes and penalties; and
3.Authorize the Director of Finance and Management Services to remove
Packet Page. 460
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 17
any properties from the Business Registration Lien List (Exhibit A to the
Resolution) which are resolved prior to the hearing.
Mayor Pro Tem Shorett opened the public hearing at 8:33 PM.
Deputy Finance Director Jeannie Fortune and Business Registration Manager Minerva
Berumen provided a presentation.
There were five public speakers:
Robin Steele, Inocencio Rodriguez, and Hilal Boukansoul all inquired about the
status of their properties that were issued liens. Manager Berumen informed that
she would assist them at the close of the Public Hearing.
Alan Stanly commented that the process of imposing liens on businesses is not
beneficial to the City.
Luis Ojeda stated that this process is discouraging for local businesses.
The public hearing was closed at 8:49 PM.
Council Member Sanchez inquired as to whether liens can be removed if the business
complies. Manager Berumen confirmed that they can, as long as the owner contacts
the Business Registration department.
RESULT: APPROVED STAFF RECOMMENDATION AND ADOPTED
RESOLUTION NO. 2024-095 [7-0]
MOVER:Theodore Sanchez, Council Member, Ward 1
SECONDER:Damon Alexander, Council Member, Ward 7
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
CITY MANAGER UPDATE
There was no City Manager update, but City Manager Montoya announced at this
time that discussion items No. 29 and 30 would be removed from the agenda, in
addition to Item No. 28 that was pulled earlier in the meeting.
DISCUSSION
28. Consideration of the Third Amendment to the City’s Exclusive Franchise
Agreement for Integrated Solid Waste Collection, Processing and Disposal
Services with Burrtec Waste Industries, Inc. (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, adopt Resolution No. 2024-111 approving the Third Amendment to the
City’s Exclusive Franchise Agreement for Integrated Solid Waste Collection,
Processing and Disposal Services with Burrtec Waste Industries, Inc.
Packet Page. 461
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 18
RESULT: This item was pulled by the City Manager; No action taken
29. City Hall Renovation Project Step 1 (Ward 1)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino:
a. Authorize the City Manager to move forward with Step 1 of the San
Bernardino City Hall Renovation Project; and
b. Authorize the execution of the Joint Exercise Power Agreement
between the City of San Bernardino, and the San Bernardino City
Housing Authority; and
c. Adopt Resolution 2024-090; of the City of San Bernardino authorizing the
creation of the City of San Bernardino Financing Authority and certain
other matters pertaining thereto; and
d. Adopt Resolution 2024-091; declaring intent to issue tax exempt
obligations to be used to reimburse the City for expenditures it may
incur prior to the bond issuance.
RESULT: APPROVED TO REMOVE ITEM FROM AGENDA, PER THE CITY
MANAGER (7-0
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Kimberly Calvin, Council Member, Ward 6
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
DISCUSSION SAN BERNARDINO CITY HOUSING AUTHORITY ITEM
30. Authorizing the Execution of a Joint Exercise Powers Agreement with the
City of San Bernardino and Adopting Resolution No. SBHA/20241 of the San
Bernardino City Housing Authority Authorizing the City of San Bernardino
Financing Authority
Recommendation:
It is recommended that the San Bernardino City Housing Authority:
a. Authorize the execution of the Joint Exercise Power Agreement between
the San Bernardino City Housing Authority and the City of San
Bernardino; and
b.Adopt Resolution SBHA/2024-1 of the San Bernardino City Housing
Authority authorizing the creation of the City of San Bernardino
Financing Authority and certain other matters pertaining thereto.
Packet Page. 462
Regular Meeting Draft Minutes May 15, 2024
Mayor and City Council of the City of San Bernardino Page 19
RESULT: APPROVED TO REMOVE ITEM FROM AGENDA, PER THE CITY
MANAGER (7-0)
MOVER:Fred Shorett, Council Member, Ward 4
SECONDER:Kimberly Calvin, Council Member, Ward 6
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
ITEMS TO BE CONSIDERED FOR FUTURE MEETINGS
31. Taxpayer Protection Act (All Wards) – Council Member Alexander
Council Member Alexander stated that San Bernardino is the only City in the County
does not have a Taxpayer Protection Act, and he would like it to be considered.
RESULT: APPROVED FOR CONSIDERATION AT A FUTURE MEETING [7-0]
MOVER:Ben Reynoso, Council Member, Ward 5
SECONDER:Kimberly Calvin, Council Member, Ward 6
AYES:Sanchez, Ibarra, Figueroa, Shorett, Reynoso, Calvin, Alexander
NOES: None
MAYOR & CITY COUNCIL UPDATES/REPORTS ON CONFERENCES & MEETINGS
At this time the Mayor and City Council provided updates to the community. Highlights
included a Celebration of Life for community member Mike Gallo, the Police Chief’s
luncheon, the “Dodger Dream Fields” Grand Opening, and the recent State of the
County event.
ADJOURNMENT
The meeting of the Mayor and City Council was adjourned on Wednesday, May 15
2024, at 9:14 PM, in honor of Law Enforcement Memorial Day, as well as the passing of
community member Mike Gallo. The next Regular Meeting of the Mayor and City
Council and the Mayor and City Council Acting as the Successor Agency to the
Redevelopment Agency will be held on will be held on June 5, 2024, at the Feldheym
Central Library located at 555 West 6th Street, San Bernardino, California 92401.
Closed Session will begin at 4:00 PM and the Open Session will begin at 5:00 PM.
Genoveva Rocha, CMC, City Clerk
Packet Page. 463
2
1
8
0
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Rochelle Clayton, Acting City Manager;
Gabriel Elliott, Director of Community Development and Housing
Department:Community Development and Housing
Subject:Imposing Liens on Certain Real Property to Recover
Costs for Code Enforcement Abatements (All Wards)
Recommendation:
Adopt Resolution No. 2024-144 of the Mayor and City Council of the City of San
Bernardino, California, imposing liens on certain real property located within the City
San Bernardino for the cost recovery of public nuisance abatements.
Executive Summary
Chapter 8 of the San Bernardino Municipal Code requires Council approval to lien
unpaid costs associated with Code Enforcement abatement of hazardous conditions
in order to assess unpaid costs of abatement as liens upon the respective parcels of
land as they are shown upon the last available assessment roll.
The Abatement Assessments are for public nuisance abatements performed by the
Code Enforcement Division. The City initiated abatement and securing of properties,
followed up with proper billing provided to the owners and interested parties for costs
incurred by the City. The billing notices also included the right to appeal said costs in
the notices. The unpaid bills represent a General Fund impact in the amount of
$44,075.33. Approval of the Resolution to lien the unpaid costs associated with these
abatements is intended to recover the City costs paid for the abatement of the
properties.
Background
On October 5, 2015, the Mayor and Common Council adopted Ordinance MC-1418,
which repealed San Bernardino Municipal Code Chapters 3.68 and 8.27 and amended
Chapter 8.30. On September 18, 2019, the Mayor and City Council adopted Ordinance
MC-1521, which made further revisions to Chapter 8.30. These changes have
streamlined the process of abating public nuisances on properties and imposing liens
Packet Page. 464
2
1
8
0
to enable the City to recover costs for abating nuisances.
Discussion
San Bernardino Municipal Code Section 8.30.050 requires a Resolution be adopted in
order to assess unpaid costs of abatement as liens upon the respective parcels of land
as they are shown upon the last available assessment roll.
The Abatement Assessments are for public nuisance abatements performed by the
Code Enforcement Division which includes properties that were either secured and/or
cleaned via administrative inspection warrants or were deemed Unsafe for Occupancy
by the Code Enforcement Division or after fire suppression activities, when no
responsible parties could be reached.
All affected property owners identified on the Abatement Assessments list have been
notified through regular and certified mail of the respective abatement costs per SBMC
8.30.023. Further, affected property owners were also issued a Notice of Summary
Abatement with the option to schedule a hearing per SBMC 8.30.045 and have also
been advised of their right to appeal said costs within 10 (ten) days, or to pay the costs
within 45 days of notice per San Bernardino Municipal Code Section 8.30.030 and
8.30.040. To date, hearings have not been requested and the costs are currently
outstanding. As such, staff recommends adopting the Resolution to assess the unpaid
costs of the nuisance abatements.
The total of outstanding fees for Abatement Assessment, to include warrant
abatements, emergency abatements and demolitions, is $44,075.33. If property
owners come forward to pay their costs prior to the council meeting, their properties
will be removed from Attachment 2.
2021-2025 Strategic Targets and Goals
The request to impose liens to recover costs for Code Enforcement abatements aligns
with Key Target No. 1: Improved Operational & Financial Capacity and Key Target No.
4: Economic Growth & Development. Imposing liens to resolve public nuisances would
ensure the City receives revenue back into the Community & Economic Development
Department and that the City continues to strive towards being clean and attractive.
Fiscal Impact
The General Fund is projected to receive $44,075.33 from this item. This amount will
be collected incrementally through property sales, lien payments during escrow, or
through assessments added to the County tax roll.
Conclusion
Adopt Resolution No. 2024-144 of the Mayor and City Council of the City of San
Bernardino, California, imposing liens on certain real property located within the City
of San Bernardino for cost recovery of public nuisance abatements.
Packet Page. 465
2
1
8
0
Attachments
Attachment 1 Resolution No. 2024-144, Imposing Liens to Recover
Costs for Code Enforcement
Attachment 2 Resolution No. 2024-144, Exhibit A
Attachment 3 Ordinance MC - 1521
Ward:
All Wards
Synopsis of Previous Council Actions:
October 5, 2015, Mayor and City Council adopted Ordinance MC-1418, repealing San
Bernardino Municipal Code Chapters 3.68 and 8.27 and amended Chapter 8.30 of San
Bernardino Municipal Code regarding Public Nuisance Abatement.
April 18, 2018, Mayor and City Council adopted Resolution 2018-106, imposing liens
on certain real property located within the City of San Bernardino for the costs of public
nuisance.
August 1, 2018, Mayor and City Council adopted Resolution No. 2018-222, imposing
liens on certain real property located within the City of San Bernardino for the cost of
public nuisance abatements.
September 18, 2019, Mayor and City Council adopted Ordinance MC-1521, Amending
Chapters 2.45, 8.24, 8.30, 8.36, 9.92, 15.04, 15.05, 15.20, and 15.28 of the San
Bernardino Municipal Code, and adding Chapter 9.94 of the San Bernardino Municipal
Code, related to various Code Enforcement Procedures, including the City’s
administrative hearing procedures and appeals procedures.
Packet Page. 466
Resolution No. 2024-144
Resolution No. 2024-144
July 3, 2024
Page 1 of 3
4
9
5
4
RESOLUTION NO. 2024-144
RESOLUTION OF THE MAYOR AND CITY COUNCIL OF
THE CITY OF SAN BERNARDINO, CALIFORNIA,
IMPOSING LIENS ON CERTAIN REAL PROPERTY
LOCATED WITHIN THE CITY OF SAN BERNARDINO
FOR THE COSTS OF PUBLIC NUISANCE ABATEMENTS
WHEREAS, the City of San Bernardino, pursuant to its authority under Chapter 8.30 of
the San Bernardino Municipal Code, did lawfully cause public nuisances to be abated on the
properties described in the Abatement Assessments List, a copy of which is attached hereto and
incorporated herein as Exhibit A, in this Resolution; and
WHEREAS, notice of the abatement costs were given to the owners of record of said
properties, and any timely requested hearing has heretofore been held to hear protests of the costs
of said abatement before the Administrative Hearing Officer, who determined the owner of
record is responsible for the costs.
BE IT RESOLVED BY THE MAYOR AND CITY COUNCIL OF THE CITY OF
SAN BERNARDINO AS FOLLOWS:
SECTION 1. The above recitals are true and correct and are incorporated herein by this
reference.
SECTION 2. Said costs are found to have been incurred by the City pursuant to
proceedings under the San Bernardino Municipal Code, and the final statement of costs on file
with the City Clerk is hereby confirmed and adopted as special assessments against the
properties lists in Exhibit A.
SECTION 3. Said sum shall become a lien on said property pursuant to San Bernardino
Municipal Code 8.30.050 and shall be collected as a special assessment.
SECTION 4. The City Clerk is hereby directed to file a certified copy of this Resolution,
including Exhibit A, showing such sums as remained unpaid, to the Recorder and the Auditor of
the County of San Bernardino, State of California, directing that each sum be entered as a lien
charged against the property as it appears on the current assessment rolls, to be collected at the
said time and in the same manner, subject to the same penalties and interest upon delinquencies,
as the general taxes for the City of San Bernardino are collected.
SECTION 5. The City Council finds this Resolution is not subject to the California
Environmental Quality Act (CEQA) in that the activity is covered by the general rule that CEQA
applies only to projects which have the potential for causing a significant effect on the
environment. Where it can be seen with certainty, as in this case, that there is no possibility that
Packet Page. 467
Resolution No. 2024-144
Resolution No. 2024-144
July 3, 2024
Page 2 of 3
4
9
5
4
the activity in question may have a significant effect on the environment, the activity is not
subject to CEQA.
SECTION 6. Severability. If any provision of this Resolution or the application thereof
to any person or circumstance is held invalid, such invalidity shall not affect other provisions or
applications, and to this end the provisions of this Resolution are declared to be severable.
SECTION 7. Effective Date. This Resolution shall become effective immediately.
APPROVED and ADOPTED by the City Council and signed by the Mayor and attested
by the City Clerk this 3rd day of July 2024.
______________________________
Helen Tran, Mayor
City of San Bernardino
Attest:
__________________________________
Genoveva Rocha, CMC, City Clerk
Approved as to form:
___________________________________
Sonia Carvalho, City Attorney
Packet Page. 468
Resolution No. 2024-144
Resolution No. 2024-144
July 3, 2024
Page 3 of 3
4
9
5
4
CERTIFICATION
STATE OF CALIFORNIA )
COUNTY OF SAN BERNARDINO) ss
CITY OF SAN BERNARDINO )
I, Genoveva Rocha, CMC, City Clerk, hereby certify that the attached is a true copy of
Resolution No. 2024-144, adopted at a regular meeting held on the 5th day of June 2024 by the
following vote:
Council Members: AYES NAYS ABSTAIN ABSENT
SANCHEZ _____ _____ _______ _______
IBARRA _____ _____ _______ _______
FIGUEROA _____ _____ _______ _______
SHORETT _____ _____ _______ _______
REYNOSO _____ _____ _______ _______
CALVIN _____ _____ _______ _______
ALEXANDER _____ _____ _______ _______
WITNESS my hand and official seal of the City of San Bernardino this 6th day of July 2024.
______________________________
Genoveva Rocha, CMC, City Clerk
Packet Page. 469
EXHIBIT "A"
ABATEMENT ASSESSMENTS
ADDRESS OWNER DATE ABATED WARD COST
247 ENNIS ST.JAMA INVESTMENTS LLC 10/06/23 3 $32,934.11
1923 BELLE ST.RAMIREZ, JOSE I / RAMIREZ, OSTOLIA 1/3/2024 2 $11,141.22
Total:$44,075.33
Packet Page. 470
Ordinance No. MC-1521
– 1 of 32 –
ORDINANCE NO. MC-1521
AN ORDINANCE OF THE MAYOR AND CITY COUNCIL
OF THE CITY OF SAN BERNARDINO, CALIFORNIA
AMENDING CHAPTERS 2.45, 8.24, 8.30, 8.36, 9.92, 15.04,
15.05, 15.20, AND 15.28 OF THE SAN BERNARDINO
MUNICIPAL CODE, AND ADDING CHAPTER 9.94 OF
THE SAN BERNARDINO MUNICIPAL CODE, RELATED
TO VARIOUS CODE ENFORCEMENT PROCEDURES,
INCLUDING THE CITY’S ADMINISTRATIVE HEARING
PROCEDURES AND APPEALS PROCEDURES
WHEREAS, the City previously adopted Ordinance No. MC-1474, which established
the Building and Accessibility Appeals Board and dissolved the Board of Building
Commissioners, as permitted by Health and Safety Code section 19957.5(a); and
WHEREAS, this Ordinance amends Chapter 2.45 to dissolve the Building and
Accessibility Appeals Board and establish the Building Appeals Board in order to comply with
Health and Safety Code section 17920.5, ease the Board’s membership qualifications, and make
reaching a quorum easier; and
WHEREAS, this Ordinance also amends Chapter 2.45 to clarify and elaborate on the
procedures for appeals before the Building Appeals Board; and
WHEREAS, Ordinance No. MC-1474, when dissolving the Board of Building
Commissioners, did not eliminate lateral references to that board elsewhere in the San
Bernardino Municipal Code, and
WHEREAS, this Ordinance amends Chapters 8.24, 8.36, 8.69, 9.92, 15.04, 15.20, 15.26,
15.27, and 15.28, in part, to eliminate erroneous references to the defunct Board of Building
Commissioners; and
WHEREAS, this Ordinance adds Chapter 9.94 to the San Bernardino Municipal Code to
create a uniform process for the handling of administrative hearings and appeals where such
rights are granted in the San Bernardino Municipal Code; and
WHEREAS, this Ordinance amends the appeal procedures in Chapters 8.24, 8.30, 8.36,
9.92, 15.04, 15.05, 15.20, and 15.28 of the San Bernardino Municipal Code to clarify hearing
and appeal procedures and to refer hearings and appeals to the appropriate body, whether that be
the Building Appeals Board under Chapter 2.45 or a hearing officer under Chapter 9.94; and
WHEREAS, this Ordinance amends the San Bernardino Municipal Code and assigns
appeals to be heard by the Building Appeals Board consistent with the right granted under
California Building Code section 1.8.8.3; and
WHEREAS, this Ordinance amends the San Bernardino Municipal Code to refer all
other hearings and appeals to Chapter 9.94 of the San Bernardino Municipal Code; and
Packet Page. 471
Ordinance No. MC-1521
– 2 of 32 –
WHEREAS, this Ordinance amends Section 8.24.100(H) of Chapter 8.24, Solid Waste
Collection, Removal, Disposal, Processing and Recycling, to specify the appealable acts of the
City Manager and provide for appeals to a hearing officer under new Chapter 9.94; and
WHEREAS, this Ordinance amends Chapter 8.30, Public Nuisances, to clarify the
procedures for summary abatement and demolition procedures, including providing notice to
property owners, recovery of abatement costs, and procedures for hearings and appeals; and
WHEREAS, this Ordinance amends Chapter 8.36, Abandoned Vehicles, to clarify the
notice to be provided before abatement of a vehicle, eliminate the unique hearing procedures
therein, and instead provide for appeals to a hearing officer under Chapter 9.94; and
WHEREAS, this Ordinance amends Chapter 9.92, Administrative Citation Process, to
authorize the City to collect delinquent administrative citation fines via any legal means,
eliminate collection of delinquent administrative citation fines via liens, and eliminate the second
tier of administrative appeal before an appellant may seek judicial review of an administrative
citation; and
WHEREAS, this Ordinance amends Chapter 15.04, Building Codes, to adopt all parts of
the California Building Standards Code, to eliminate adoptions of other unnecessary uniform
codes, and to eliminate an erroneous reference to an impermissible method to calculate fees for
building permits; and
WHEREAS, this Ordinance amends Chapter 15.05, Property Maintenance Code, to
correct a reference to the current edition of the International Property Maintenance Code; and
WHEREAS, this Ordinance amends Chapter 15.20, Certificate of Occupancy, to provide
for appeals to a hearing officer under new Chapter 9.94; and
WHEREAS, this Ordinance amends Chapter 15.28, Dangerous Buildings, which amends
the 1997 Uniform Code for the Abatement of Dangerous Buildings adopted by reference in the
San Bernardino Municipal Code, to authorize the Code Enforcement Division to exercise the
authority granted to the building official, to clarify the authority of the building official to secure
buildings ordered vacated, to clarify the right to appeal orders under this code, and to clarify the
City’s authority to recover costs of abatements done under this code; and
WHEREAS, this Ordinance amends various tables of contents, the numbering of certain
sections, section titles, and substantive provisions in order to correct errors, clarify meaning, and
as otherwise required according to the foregoing amendments; and
WHEREAS, all other legal prerequisites to the adoption of this Ordinance have
occurred.
NOW, THEREFORE, THE MAYOR AND CITY COUNCIL OF THE CITY OF
SAN BERNARDINO, CALIFORNIA DO ORDAIN AS FOLLOWS:
SECTION 1. The above recitals are true and correct and are incorporated herein by this
reference.
Packet Page. 472
Ordinance No. MC-1521
– 3 of 32 –
SECTION 2. Chapter 2.45 of Title 2 of the San Bernardino Municipal Code is hereby
amended to state in full as follows:
“
Chapter 2.45
BUILDING APPEALS BOARD
Sections:
2.45.010 Members
2.45.020 [Reserved]
2.45.030 Duties
2.45.040 Review of the Board’s Decision
2.45.050 Oath of Office
2.45.060 Chair - Meetings
2.45.070 Quorum
2.45.080 Hearing Procedures
2.45.010 Members - Appointment
The Building Appeals Board shall be comprised of the members of the San Bernardino
Planning Commission, as defined in Section 2.22.010 of this Code. Members shall be appointed
on a basis of knowledge in the applicable building codes, regulations, and ordinances of the City,
and must be qualified by training and experience to pass on matters pertaining to building
construction.
2.45.020 [Reserved]
2.45.030 Duties
Pursuant to Section 1.8.8 of the California Building Code, the Board shall have the duty
to consider appeals of orders, decisions, and determinations of the City of San Bernardino
Building Official relating to the building standards of the California Building Standards Code.
The Board is authorized to establish policies and procedures necessary to carry out its duties.
2.45.040 Review of the Board’s Decision
The decision of the Board may be appealed to the City Council in accordance with
Chapter 2.64 of this Code. The City Council’s decision on an appeal from the Board’s decision is
final and binding. Pursuant to Code of Civil Procedure Section 1094.5 and 1094.6, any action to
review a decision of the City Council shall be commenced not later than the ninetieth (90th) day
after the date the City Council’s order is adopted.
2.45.050 Oath of Office
Prior to undertaking his or her duties as a member of the Board, the member shall
subscribe and file his or her official oath of office with the City Clerk.
Packet Page. 473
Ordinance No. MC-1521
– 4 of 32 –
2.45.060 Chair - Meetings
A. The Chairperson of the Board shall be the Chairperson of the Planning Commission, or his or
her designee. The Board shall meet only as required to consider an appeal within its
jurisdiction.
B. The Board shall meet at such times and dates, and in such places, as shall be designated by
the Chairperson of the Board.
C. Meetings of the Board shall be open to the public and shall be governed by the provisions of
the Ralph M. Brown Act, Sections 54950.5, et seq., California Government Code, except as
otherwise provided by law.
D. A member shall not hear an appeal in which that member has a personal, professional, or
financial interest.
2.45.070 Quorum
Any five members in attendance at any meeting shall constitute a quorum.
2.45.080 Hearing Procedures
A. The Board shall meet upon notice from the chairperson.
B. The appellant, the appellant’s representative, the Building Official, the Building Official’s
representative, and any person whose interests are affected shall be given an opportunity to
be heard.
C. The Board shall adopt and make available to the public procedures under which a hearing
will be conducted. The procedures shall not require compliance with strict rules of evidence,
but shall mandate that only relevant information be received.
D. A quorum of the Board shall hear an appeal.
E. The Board may modify or reverse the decision of the Building Official by a concurring vote
of a majority of its members. The authority of the Board to render a decision is limited to the
scope of authority of the Building Official in the first instance. The Board has no authority to
waive a requirement of the California Building Standards Code.
F. The Board must issue a written decision with findings within a reasonably prompt time after
filing of the appeal.
SECTION 3. Subdivision H of Section 8.24.100 of Chapter 8.24 of Title 8 of the San
Bernardino Municipal Code is hereby amended to state as follows (omitted provisions not
amended represented by ellipses […]):
“8.24.100 Construction and Demolition Debris Recycling Program
…
Packet Page. 474
Ordinance No. MC-1521
– 5 of 32 –
H. Appeal.
Any appellant aggrieved by the decision of the City Manager relating to a Security Deposit under
Section 8.24.100(D) or Section 8.24.100(E) may appeal the decision to the hearing officer in the
manner provided in Chapter 9.94 of this Code.
…”
SECTION 4. Various Sections of Chapter 8.30 of the San Bernardino Municipal Code
are hereby amended to state as follows (omitted provisions not amended represented by ellipses
[…]):
“
Chapter 8.30
PUBLIC NUISANCES
Sections:
8.30.010 Purpose
8.30.015 Definitions
8.30.020 Declaration of nuisances
8.30.021 Summary/Emergency Abatement
8.30.022 Summary/Emergency Abatement Post-Abatement Hearing
8.30.023 Method of giving notice
8.30.025 Determination of nuisance
8.30.026 Additional Requirements for Demolition of Buildings or Structures
8.30.030 Appeal
8.30.035 Time limit for compliance
8.30.040 Abatement by City
8.30.041 Invoice of abatement costs
8.30.042 Recovery of attorneys' fees and report of attorneys' fees
8.30.043 Treble damages
8.30.045 Hearing on nuisance abatement costs
8.30.050 Council action
8.30.055 Imposition of special assessment lien and notice
8.30.056 Recording of nuisance abatement lien
8.30.060 Collection of costs and attorney' s fees prior to hearing
8.30.065 Alternative remedies
8.30.070 Violation - Penalty
…
8.30.015 Definitions
For the purpose of this Chapter the following words and phrases shall have the meanings
given herein:
…
Packet Page. 475
Ordinance No. MC-1521
– 6 of 32 –
c) “Administrative Hearing Officer” or “Hearing Officer” shall mean any individual
appointed by the City Manager of the City of San Bernardino, or his/her designee, to hear the
appeal under this Chapter..
…
h) “Code Enforcement Director” shall mean the Chief of Police for the City of San
Bernardino, or his or her designee.
…
8.30.021 Summary/Emergency Abatement
Notwithstanding any other provision of this Chapter with reference to the abatement of
public nuisance, the Code Enforcement Director, Fire Chief, Chief of Police, City Engineer,
Director of Public Works, Building Official, or their designees, shall have the authority to
immediately cause the abatement of any public nuisance if it is determined that the nuisance
presents an immediate threat to public health or safety, or an imminent hazard to real or perso nal
property, in their sole discretion. Any such abatement activity may be conducted without
observance of any notice requirements described in this chapter. The City is entitled to recover
all abatement costs incurred in the abatement of an imminent threa t or hazard as set forth in this
chapter.
8.30.022 Summary/Emergency Abatement Post-Abatement Hearing
A. Within 10 business days, or as soon as reasonably possible under the circumstances,
following any summary abatement action by the City to abate an immediate threat to public
health or safety, or imminent hazard to real or personal property, the City must provide the
owner and any other responsible person with a “Notice of Summary Abatement.”
B. The Notice of Summary Abatement shall be served in accordance with Section 8.30.023 of
this Chapter and contain the following information:
1) A brief description of the condition and reasons why it constituted an imminent threat or
hazard;
2) A brief description of the law prohibiting or pertaining to the imminent threat or hazard;
3) A brief description of the actions the City took to abate the imminent threat or hazard;
and
4) An itemized invoice identifying all nuisance abatement costs related to the summary
abatement. The invoice shall further indicate that any unpaid amounts may become a lien
and special assessment against the property.
C. The City’s determination that a public nuisance constituted an imminent threat or hazard may
be appealed as set forth in Section 8.30.030. The invoice of abatement costs may be appealed
as set forth in Section 8.30.045. Any party to whom an invoice has been issued shall have 45
calendar days from the date of the invoice to remit full payment of the invoice to the City. If
the owner or other responsible person fails to make timely, full payment of the abatement
costs within 45 days of issuance of the Notice of Summary Abatement or as ordered by the
hearing officer after any appeal, the City may then proceed to collect its abatement costs in
any manner allowed by law, including as set forth in Section 8.30.055.
Packet Page. 476
Ordinance No. MC-1521
– 7 of 32 –
D. Omission of any of the foregoing provisions in a Notice of Summary Abatement, whether in
whole or in part, or the failure of an owner or responsible person to receive this document,
does not render it defective or render any proceeding or action pursuant to this chapter
invalid.
E. The decision of the Hearing Officer on the determination of nuisance is final. Any appeal of
the Hearing Officer's decision shall be governed by California Code of Civil Procedure
Section 1094.6 or such section as may be amended from time to time.
…
8.30.026 Additional Requirements for Demolition of Buildings or Structures
A. Whenever the Code Enforcement Director, or designee, intends to abate a public nuisance by
demolition of a building or structure, the City must comply with the following additional
requirements:
(1) The Notice to Abate must contain a statement that the City intends to abate the nuisance
with City personnel or contractors by demolition of a building or structure if the nuisance
conditions are not repaired, rehabilitated, removed, terminated, or demolished within the
compliance deadline set forth in the Notice to Abate.
(2) The City shall serve the Notice to Abate on all secured lienholders of record with the San
Bernardino County Recorder’s Office;
(3) Entry onto any real property to abate a public nuisance by demolition of a building or
structure must be pursuant to a warrant or other order issued by a court of competent
jurisdiction
B. The provisions of this section do not apply in cases involving summary or emergency
abatement under Section 8.30.021 of this Code.
8.30.030 Appeal
A. Within ten days from the date of giving notice to abate, the violator may file an appeal to the
determination of the nuisance with the City Clerk. Such appeal shall be in writing and shall
identify the property subject to the Notice to Abate. The City Clerk shall then cause the
matter to be set for hearing before a Hearing Officer contracted by the City to hear such
matters.
B. Notice of the date of hearing shall be given in writing. The date of the hearing shall be no
sooner than fifteen days from the date when notice of the hearing is given to the appellant
and to the Code Enforcement Division.
C. At the time fixed in the notice, the Administrative Hearing Officer shall hear the testimony of
all competent persons desiring to testify respecting the condition constituting the nuisance.
D. At the conclusion of the hearing, the Hearing Officer shall determine whether or not a
nuisance exists, and if the Hearing Officer so concludes, he may declare the conditions
existing to be a nuisance and direct the person owning the property upon which the nuisance
exists to abate it within ten days after the date of posting on the premises a notice of the
Hearing Officer's order. The Hearing Officer may amend time to abat e the nuisance, if in his
or her opinion, there exists good cause for the amendment of time to abate. If the City is the
Packet Page. 477
Ordinance No. MC-1521
– 8 of 32 –
prevailing party, the Hearing Officer’s decision shall order the responsible parties to pay the
confirmed nuisance abatement costs to the City within 30 calendar days, and shall specify
that any confirmed nuisance abatement costs not paid within 30 calendar days shall become a
lien and special assessment against the property.
E. The decision of the Hearing Officer on the determination of nuisance is final. Any appeal of
the Hearing Officer's decision shall be governed by California Code of Civil Procedure
Section 1094.6 or such section as may be amended from time to time.
8.30.035 Time limit for compliance
The violator must abate the nuisance within the period of time set forth in the Notice to
Abate, or, in case of an appeal, within ten days from the finding of the Hearing Officer or such
longer period as may be determined by the Administrative Hearing Officer.
Unless an emergency situation exists, the violator shall be given at least ten days to abate
the nuisance.
…
8.30.041 Invoice of abatement costs
A. In accordance with this Chapter, the City shall serve upon each responsible party and each
interested party an invoice identifying all nuisance abatement costs related to a nuisance
abatement action.
B. Any party to whom an invoice has been issued shall have 45 calendar days from the date of
the invoice to remit full payment of the invoice to the City. Payment shall be submitted to the
City as specified in the invoice. The invoice shall further indicate that any unpaid amounts
may become a lien and special assessment against the property.
C. The statement shall be accompanied by a notice to the owner that the cost of abatement may
be protested as set forth in Section 8.30.045. If the cost is not protested within 15 calendar
days after service, it shall be deemed final.
…
8.30.045 Hearing on nuisance abatement costs
A. Any responsible party or interested party to whom an invoice has been issued may, within 15
calendar days from the date of the invoice, request a hearing to protest the cost of abatement
by filing a written request for a hearing on the abatement costs with the City Clerk. The
request for hearing must contain the following information:
(1) The requestor’s full legal name;
(2) The requestor’s mailing address and telephone number;
(3) The amount of nuisance abatement costs disputed;
(4) The specific legal and factual grounds for all disputes of the invoice and nuisance
abatement costs.
B. The failure of any party to properly and timely request a hearing is a waiver of the right to
contest the invoice, a waiver of the right to a hearing, a failure to exhaust administrative
Packet Page. 478
Ordinance No. MC-1521
– 9 of 32 –
remedies, and a bar to any further challenge to the City’s invoice and nuisance abatemen t
costs.
C. If a hearing is timely and properly requested, the City Clerk shall cause a Hearing to be set
before the Hearing Officer. The City shall provide notice of the date, time, and location of
the hearing to all parties at least 10 calendar days before the hearing. At the time fixed for the
hearing, the Hearing Officer shall hold an informal hearing to consider the invoice and
protests or objections raised by the requestor.
D. At the conclusion of the hearing, or within 5 days thereafter, the Hearing Office r shall issue a
decision approving, denying, or modifying the amount of the nuisance abatement costs that
the City is entitled to recover.
E. The decision of the Hearing Officer shall be in writing and shall be served by mail. The
decision of the Hearing Officer on the abatement costs shall be final. If any cost recovery is
upheld, even in part, the City shall be the prevailing party. If cost recovery is entirely denied,
the requesting parties shall be the prevailing parties.
F. Any appeal of the Hearing Officer's decision shall be governed by California Code of Civil
Procedure Section 1094. 6 or such section as may be amended from time to time.
…”
SECTION 5. Various Sections of Chapter 8.36 of Title 8 of the San Bernardino
Municipal Code are hereby amended to state as follows (omitted provisions not amended
represented by ellipses […]):
“
Chapter 8.36
ABANDONED VEHICLES
Sections:
8.36.010 Findings
8.36.020 Definitions
8.36.030 Applicability
8.36.040 Chapter not exclusive
8.36.050 Administration and enforcement
8.36.060 Rights of franchisee to enter private property
8.36.070 Assessment of administrative costs
8.36.080 Abatement authority
8.36.090 Ten-day notice required
8.36.100 Public hearing
8.36.110 Hearings to be held before hearing officer
8.36.120 [Reserved]
8.36.130 Removal of vehicle to scrapyard
8.36.140 Notice to Department of Motor Vehicles of removed vehicles
8.36.150 Assessment of charges against land
8.36.160 Violation - Penalty
…
Packet Page. 479
Ordinance No. MC-1521
– 10 of 32 –
8.36.090 Ten-day notice required
A ten-day notice of intention to abate and remove the vehicle, or part thereof, as a public
nuisance shall be issued. Such ten-day notice of intention to abate shall be mailed by certified
mail or registered mail, return receipt requested, to the owner of the land, as shown on the last
equalized assessment roll, and to the last registered owner and/or legal owner of record of the
vehicle, unless the vehicle is in such condition that identification numbers are not available to
determine ownership. All notices must identify the vehicle. Notices mailed to the owner of land
must advise that failure to comply with the notice may result in abatement by the City, and costs
being assessed against the property. All notices must advise that an aggrieved party may appeal
and describe the procedures for filing an appeal.
8.36.100 Public hearing
A. The owner of the vehicle or owner of the land that is the subject of a ten-day notice issued
under this Chapter may appeal the notice to a hearing officer in the manner provided in
Chapter 9.94 of this Code.
B. The appeal must be filed within 10 days following issuance of the ten-day notice. If such a
request for hearing is not received by the City within said ten days after mailing of the notice
of intention to abate and remove, the City shall have the authority to abate and remove the
vehicle or parts thereof as a public nuisance without holding a public hearing.
8.36.110 Hearings to be held before hearing officer
A. The hearing officer may impose such conditions and take such other action as the hearing
officer deems appropriate under the circumstances to carry out the purpose of this Chapter.
The hearing officer may delay the time for removal of the vehicle or part thereof if, in the
hearing officer’s opinion, the circumstances justify it. At the conclusion of the public
hearing, the hearing officer may find that a vehicle or part thereof has been abandoned,
wrecked, dismantled, or is inoperative on private or public property, and may order the same
removed from the property as a public nuisance and disposed of as hereinafter provided, and
may determine the administrative costs and the cost of removal to be charged against the
owner of the parcel of land on which the vehicle or part thereof is located. The order
requiring removal shall include a description of the vehicle or part thereof and the correct
identification number and license number of the vehicle if available at the site.
B. If it is determined at the hearing that the vehicle was placed on the land without the consent
of the land owner and that he has not subsequently acquiesced in its presence, the hearing
officer shall not assess costs of administration or removal of the vehicle against the property
upon which the vehicle is located or otherwise attempt to collect such costs from such
landowner.
C. The decision of the hearing officer in an appeal under Chapter 9.94 of this Code is final.
8.36.120 [Reserved]
…”
Packet Page. 480
Ordinance No. MC-1521
– 11 of 32 –
SECTION 6. Various Sections of Chapter 9.92 of Title 9 of the San Bernardino
Municipal Code are hereby amended to state as follows (omitted provisions not amended
represented by ellipses […]):
“
Chapter 9.92
ADMINISTRATIVE CITATION PROCESS
Sections:
9.92.010 Legislative Findings and Statement of Purpose
9.92.020 Administrative Law Officer
9.92.030 Use of Administrative Citation
9.92.040 Violation; Authority; Fines
9.92.050 Service Procedures
9.92.060 Contents of Citation
9.92.070 Satisfaction of the Administrative Citation
9.92.080 Request for Hearing on an Administrative Citation
9.92.090 Failure to Pay Fines
9.92.100 Publication and Availability of Rules and Regulations
9.92.110 Representation at Hearings
9.92.120 Conduct of Hearings
9.92.130 Orders
9.92.140 Disposition of Fines
9.92.150 Punishment of Violations by Imprisonment
9.92.160 Administrative Adjudication Procedures Not Exclusive
9.92.170 Applicability of Administrative Adjudication Procedures
9.92.180 Right to Judicial Review
9.92.190 Severability
…
9.92.090 Failure to Pay Fines
A. Any person who fails to pay to the City any fine imposed pursuant to the provisions of this
Chapter on or before the date that fine is due is liable for the payment of any applicable
interest charges.
B. The delinquent obligation shall bear interest at a rate of 10 percent per year. Interest shall be
calculated on a prorated monthly basis from the date such obligation becomes delinquent to
the date it is paid.
C. The City may collect any delinquent administrative citation fines or interest charges by use of
all available legal means, including personal collection from the responsible parties.
D. The City also may recover all costs, expenses, and fees, including attorneys’ fees, associated
with the assessment, enforcement, processing, and collection of the fines associated with the
administrative citation in accordance with the provisions of this Code.
Packet Page. 481
Ordinance No. MC-1521
– 12 of 32 –
…
9.92.170 Applicability of Administrative Adjudication Procedures
A. Notwithstanding any other provision of the ordinances of the City or this Code, all provisions
of this Code or ordinances, may be enforced by instituting an administrative adjudication
hearing with the Administrative Law Officer as provided in this article.
B. Notwithstanding any other provision of the ordinances of the City or this Code, any
enforcement action, including but not limited to license or permit suspension or revocation,
which may be exercised by another department of the City may also be exercised by the
Administrative Law Officer as provided in this article.
9.92.180 Right to Judicial Review
Any decision of the Administrative Law Officer is final, subject to judicial review.
Within 20 days after service of the decision of the Administrative Law Officer upon the party to
the administrative adjudication hearing, that person may seek judicial review of the decision by
filing an appeal with the Superior Court of the State of California, in the County of San
Bernardino, in accordance with California Government Code section 53069.4. The appealing
party must serve upon the City Clerk, either in person or by first -class mail, a copy of the notice
of appeal. If the appealing party fails to timely file a notice of appeal, the hearing officer’s
decision is deemed confirmed.”
…”
SECTION 7. Chapter 9.94 of Title 9 of the San Bernardino Municipal Code is hereby
added to state in full as follows:
“
Chapter 9.94
ADMINISTRATIVE HEARINGS AND APPEALS
Sections:
9.94.010 Definitions
9.94.020 Purpose and Intent
9.94.030 Scope
9.94.040 Hearing Officer—Selection and Qualifications
9.94.050 Powers and Duties of Hearing Officer
9.94.060 Right to Appeal; Consequence of an Untimely or Incomplete Appeal
9.94.070 Administrative Hearings—Notice Procedures
9.94.080 Administrative Hearings—Conduct of Hearing
9.94.090 Decision of the Hearing Officer
9.94.100 Methods of Service
9.94.110 Costs
9.94.120 Judicial Review
9.94.130 Limitation on Jurisdiction
9.94.140 Severability
Packet Page. 482
Ordinance No. MC-1521
– 13 of 32 –
9.94.010 Definitions
The following definitions apply in the interpretation and enforcement of this Chapter.
A. “Action” means an act or decision by an administrative officer or administrative agency for
which a right to appeal under the provisions of this Chapter is granted in this Code.
B. “Administrative agency” means an organ of the city government other than the City Council
which under the direction of the City Manager has responsibility for carrying out or
enforcing the rules, regulations, and ordinances of the city, but not including boards and
commissions of the city.
C. “Administrative officer” means an officer of the city who is not a member of the legislative
body or appointed boards or commissions. Such officers include but are not limited to the
City Manager, chief of police, fire chief, director of planning and building, director of
transportation, director of public works, or similar officer.
D. “Aggrieved person” means any person whose personal, pecuniary or property right or interest
is directly and adversely affected, or upon whom a substantial burden or obligation is
imposed by the action or decision appealed from.
E. “Appellant” means any aggrieved person who files an appeal.
F. “Code” means the San Bernardino Municipal Code.
G. “Hearing officer” means any person duly qualified and authorized by this Chapter to hear and
review appeals under this Chapter.
H. “Respondent” means the administrative officer or agency which took the action appealed
from, and any other administrative officer or agency named as respondent in an appeal.
9.94.020 Purpose
It is the purpose and intent of the City Council to afford due process of law to any person
who is directly affected by an action or decision of an administrative agency or officer. These
procedures are also intended to establish a forum to efficiently and fairly resolve administrative
appeals.
9.94.030 Scope
The hearing officer hears appeals from actions taken by an administrative officer or
administrative agency when a right to appeal under the provisions of this Chapter is granted in
this Code. Except where this Code prescribes another procedure, the rules and procedures
pertaining to appeals are as stated herein. The rules and procedures pertaining to appeals under
this Chapter may be supplemented or modified as stated in the chapter that grants a right to
appeal under these provisions. The hearing officer has no authority to hear appeals of any action
taken by the City Council or any other board or commission of the City.
Packet Page. 483
Ordinance No. MC-1521
– 14 of 32 –
9.94.040 Hearing Officer—Selection and Qualifications
A. The City Manager must establish procedures for the selection of a qualified person to
serve as hearing officer for each matter appealed under this Chapter. Hearing officers
must be selected in a manner that avoids the potential for pecuniary or other bias.
B. For purposes of this section, “qualified person” includes an individual with a background
in the practice of law or with a background in local governance, that is particularly
experienced or knowledgeable about the subject matter at issue, or that is otherwise
deemed qualified by the City Manager.
9.94.050 Powers and Duties of Hearing Officer
A. As provided by Section 9.94.030, the hearing officer hears all appeals in accordance with the
procedures contained in this Chapter or as supplemented or modified in the chapter granting
a right to appeal hereunder.
B. The hearing officer is authorized to issue decisions and take all actions necessary and proper
to carry out the functions of the hearing officer in this Chapter, including:
(1) Hold conferences for settlement or simplification of the issues;
(2) Administer oaths and affirmations;
(3) Hear testimony;
(4) Rule upon motions, objections, and the admissibility of evidence;
(5) Preserve and authenticate the record of the hearing and all exhibits and evidence
introduced at the hearing;
(6) Regulate the course of the hearing in accordance with this Chapter or other applicable
law; and
(7) Issue a final order which includes findings of fact and conclusions of law.
C. The hearing officer may request information, services, facilities, or any other assistance for
the purpose of furthering the objectives of this Chapter.
D. At the hearing, the hearing officer must hear and consider the testimony of the appellant,
respondent, and their witnesses, as well as any documentary evidence presented by these
persons.
E. The hearing officer must ensure that parties receive a fair hearing and are afforded due
process in accordance with the applicable State and federal law governing such hearings.
Packet Page. 484
Ordinance No. MC-1521
– 15 of 32 –
9.94.060 Right to Appeal; Consequence of an Untimely or Incomplete Appeal
Except where this Code prescribes another procedure, the following hearing request procedures
apply to appeals under this Chapter.
A. Any aggrieved person may contest an action taken by an administrative officer of the City, as
provided in Section 9.94.030, by filing a written notice of appeal with the City Clerk within
15 calendar days. No fee shall be due for the filing of an appeal. The notice of appeal must
also include payment to the City Clerk of the appeal fee, as established or amended from
time to time by resolution of the City Council.
B. The notice required by Subsection (A) must be filed no later than 15 days following the date
of mailing to appellant of notice of the action from which the appeal is taken or, if there is no
such mailing or none is required, no later than 15 days following the date of the action that is
the subject of the appeal.
C. A written notice of appeal must contain the following information:
(1) The full name, mailing address, e-mail address, and telephone number of each appellant
who is appealing the action;
(2) A description of the specific action or decision being appealed, including the date of the
action;
(3) The grounds for appeal in sufficient detail to enable the hearing officer to understand the
nature of the controversy; and
(4) The signature of an appellant.
D. If the City Clerk does not receive a timely notice of appeal, if the notice of appeal is
incomplete, or if the notice of appeal does not comply with all of the requirements set forth in
this section, the right to appeal the action is waived. In this event, the action is final and
binding. A failure to file a timely or proper notice of appeal also constitutes a failure to
exhaust administrative remedies.
9.94.070 Administrative Hearings—Notice Procedures
Except where this Code prescribes another procedure, the following hearing notice procedures
apply to appeals under this Chapter:
A. No hearing before a hearing officer under this Chapter may be scheduled or held unless a
timely and proper notice of appeal has been submitted to the City Clerk as set forth in
Section 9.94.060.
B. The City Clerk must schedule the hearing no sooner than 15 days and no later than 60 days
from receipt of the notice of appeal, unless the parties waive such time limits. The failure to
hold the hearing within this time period does not invalidate any action of the hearing officer.
Packet Page. 485
Ordinance No. MC-1521
– 16 of 32 –
C. The City Clerk must provide a copy of the appeal to the respondent within five days after
filing.
D. The City Clerk must notify the appellant, respondent, and City Attorney in writing of the
date, time, and location of the hearing at least 15 days before the date of the hearing.
E. Failure to receive notice of the time and place of the hearing shall not dismiss any violation
at issue or invalidate any action of the hearing officer, if the notice was given in the manner
stated in Subsection (D) of this Section.
F. The notice of hearing may be served by any of the methods of service listed in Section
9.94.100 of this Chapter.
G. Unless the notice of appeal names some other respondent, the administrative officer or
administrative agency that took the action or made the decision being appealed is designated
the “respondent.”
9.94.080 Administrative Hearings—Conduct of Hearing
A. Participation. The hearing officer must be present at all times to preside over the hearing.
All hearings are open to the public. The respondent, or another City representative, is
required to participate in the hearing. The appellant is required to participate in the hearing.
B. Evidence, Witnesses, and Discovery. All parties have the right to present evidence and
cross-examine witnesses. The formal rules of evidence and discovery do not apply. The rules
of privilege are effective to the same extent that they are now or hereafter may be recognized
in civil actions. Irrelevant and unduly repetitious evidence may be excluded. Oral evidence
may be taken only on oath or affirmation. The appellant and respondent may represent
themselves or be represented by anyone of their choice.
C. Cross-Examination. No party shall have the right to cross-examine any other party or
witness except for good cause shown to the satisfaction of the hearing officer. Each party
may cross-examine witnesses.
D. Interpretation and Recordation. The appellant may bring an interpreter to the hearing at
his or her sole expense. The City may, at its discretion, record the hearing by stenographer,
court reporter, audio recording, or video recording.
E. Subpoenas. In any hearing conducted by the hearing officer, he or she has the power to
compel the attendance of witnesses for the production of evidence by subpoenas issued under
the authority of the City Council and attested by the City Clerk. Subpoenas may also be
issued at the request of the parties prior to the commencement of such hearing. No subpoena
may be issued for any reason without the concurrence of the City Attorney that there is good
cause for such subpoena to be issued, and such subpoena is approved by the City Council. It
is the duty of the Chief of Police to cause all such subpoenas to be served, and the refusal of
a person to attend or to testify in answer to such a subpoena subjects the person to
prosecution in the same manner set forth by law for failure to appear before the City Council
in response to a subpoena issued by the City Council.
Packet Page. 486
Ordinance No. MC-1521
– 17 of 32 –
F. Proof. The standard of proof applicable to the hearing and to be used by the hearing officer
in deciding the issue on appeal is proof by a preponderance of the evidence. The respondent
bears the burden of proof at the hearing. The hearing officer determines relevancy, weight,
and credibility of testimony and evidence.
G. Continuances. The hearing officer, before or during a hearing, may grant a request for a
continuance, in his or her discretion, for good cause; however, in no event may the hearing
be continued for more than 30 calendar days without stipulation by all parties.
H. Failure of Appellant to Appear. If the appellant fails to appear at the hearing, the hearing
officer may cancel the hearing and send a notice thereof to the appellant to the address stated
on the appeal form. A cancellation of a hearing due to non-appearance of the appellant
waives the right to appeal and is failure to exhaust all administrative remedies, provided that
proper notice of the hearing as required by this Chapter has been provided. In such instances,
the action is final and binding.
9.94.090 Decision of the Hearing Officer
A. The hearing officer must render his or her decision in accordance with the provisions of this
Chapter, applicable law, and all ordinances of this City.
B. The hearing officer’s decision must be in writing and must set forth the hearing officer’s
findings of fact and conclusions of law.
C. The hearing officer must render a decision within 15 days following the conclusion of the
hearing. Failure of the hearing officer to render a decision within this time period does not
invalidate any action of the hearing officer.
D. The hearing officer’s decision must be served on all parties in accordance with Section
9.94.100. Failure of a person to receive a properly-served decision does not affect the finality
or effectiveness of the decision.
E. The hearing officer’s decision is the final administrative decision of the City regarding the
action that is the subject of the appeal. The hearing officer’s decision is effective on the date
of service of the decision. The decision must contain the following statement: “The decision
of the hearing officer is final and binding. Judicial review of this decision is subject to the
provisions and time limits set forth in California Code of Civil Procedure section 1094.6 et
seq.”
9.94.100 Methods of Service
A. Except where this Code prescribes another procedure, any notice or document required to be
served under this Chapter must be served by personal service or first-class mail.
B. Service is deemed effective on the date it is personally delivered or mailed.
Packet Page. 487
Ordinance No. MC-1521
– 18 of 32 –
C. Failure of any person to receive a document properly served under this Chapter does not
affect the validity of the notice or document, service, or any action or proceeding under this
Chapter.
9.94.110 Costs
Nothing herein limits the City’s ability to seek recovery of its costs or fees incurred in
connection with the hearing if authorized by law. The City shall keep an accounting of the
hearing costs. If any portion of the action is upheld, even in part, the City is the prevailing party.
9.94.120 Judicial Review
The decision of the hearing officer is not subject to appeal to the City Council or any
board or commission of the City. Once the hearing officer’s decision becomes final as provided
in this Chapter, the appellant must both bring judicial action to contest such decision and provide
the City with a notice of the action within 90 days after the date of such decision of the hearing
officer, in accordance with the Code of Civil Procedure section 1094.6. Failure to do so means
all objections to the hearing officer’s decision are waived.
9.94.130 Limitation on Jurisdiction
The hearing officer shall not consider appeals of orders, decisions, and determinations of
the City of San Bernardino Building Official relating to the building standards of the California
Building Standards Code, which must be considered by the Building Appeals Board pursuant to
Section 2.45.030 of this Code.
9.94.140 Severability
The provisions of this Chapter are severable, and, if any sentence, section or other part of
this Chapter should be found to be invalid, such invalidity shall not affect the remaining
provisions, and the remaining provisions shall continue in full force and effect.”
SECTION 8. Various Sections of Chapter 15.04 of Title 15 of the San Bernardino
Municipal Code are hereby amended to state as follows (omitted provisions not amended
represented by ellipses […]):
“
Chapter 15.04
BUILDING CODES
Sections:
15.04.010 Citation
15.04.020 Adoption of Codes by Reference
15.04.030 Applicability
15.04.040 Definitions
15.04.050 CBC Chapter 1, Section 105.5.1 is added - Prima Facie Evidence of
Abandoned Work
Packet Page. 488
Ordinance No. MC-1521
– 19 of 32 –
15.04.060 CBC Chapter 1, Section 112.1.1 is added- Board of Appeals
Designated
15.04.070 CBC Chapter 1, Section 105.2, Item 2 is Amended Fences Not
Requiring a Building Permit
15.04.080 [Reserved]
15.04.090 CBC Section 2204.1.1 is added- Qualification of Welding Operators.
15.04.100 CBC Section 3109.1.1 is added- Barriers for Swimming Pools
15.04.110 CBC Appendix J, Section J101 .3 is added - Alquist-Priolo
Earthquake Fault Zones
15.04.120 CBC Appendix J, Section J101 .4 is added - Enforcement Authority
15.04.130 On-site Improvement Permit
15.04.140 Preparation of Grading Plans
15.04.150 On-Site Improvement Plans and Specifications
15.04.160 Information on On-Site Improvement Plans
15.04.170 On-site Improvement Plan Review and Permit Fees
15.04.180 Inspection of On-Site Improvements
15.04.190 Bonds Required
15.04.200 CBC Appendix J, Section J110.1 is added- Planting of Slopes
15.04.210 CBC Appendix J, Section J112 is added- Grading Operations
15.04.220 CBC Appendix J, Section J110.3 is added- Final Repots
15.04.230 Driveway Configurations
15.04.240 Location of Slopes
15.04.250 Automatic Fire Sprinkler Systems- Residential Additions
15.04.260 Stop Work Order
…
15.04.020 Adoption of Codes by Reference
A. Adoption of the California Building Standards Code by Reference
Those certain rules and regulations as set forth in the following codes are hereby adopted and
by this reference are made a part of this Code with the force and effect as though set out
herein in full, with the exception of those parts expressly excepted and deleted or as amended
by this Code, as the regulations governing the erection, construction, alteration, change of
occupancy, repair, removal, and maintenance of all buildings and other structures in the City:
1. The 2016 edition of the California Building Standards Code, known as the California
Code of Regulations, Title 24, incorporating those state adopted model codes listed
pursuant to Health and Safety Code Section 17922, and all state adopted amendments
thereon, and incorporating:
A. California Building Code (CBC), 2016 edition, and Appendix J thereto;
B. California Electrical Code (CEC), 2016 edition;
C. California Mechanical Code (CMC), 2016 edition;
Packet Page. 489
Ordinance No. MC-1521
– 20 of 32 –
D. California Plumbing Code (CPC), 2016 edition;
E. California Green Building Standards Code (CGBSC), 2016 edition; and
F. California Residential Code (CRC), 2016 edition;
G. California Energy Code, 2016 edition;
H. California Historical Building Code, 2016 edition;
I. California Fire Code, 2016 edition;
J. California Existing Building Code, 2016 edition.
B. Adoption of Other Codes by Reference
In addition to the California Building Standards Codes, those certain rules and regulations, as
set forth in the following codes, and appendices are hereby adopted by reference and shall
regulate the erection, construction, change of occupancy, alteration, repair, removal and
maintenance of all buildings and other structures in the City:
1. Uniform Code for the Abatement of Dangerous Buildings (UCADB), 1997 edition;
2. International Property Maintenance Code (IPMC), 2015 edition
C. Copies of all Codes listed above shall be on file in the Community Development Department
Office for inspection and reference and copies of each code shall be furnished to the Building
Official and each deputy.
15.04.030 Applicability
It shall be unlawful to erect, construct, change the occupancy, alter, repair, rehabilitate,
remove, move or maintain any building or structure, or grade or alter any land, in the City in
violation of, or without complying with the appropriate provisions of this Chapter.
The California Building Standards Code shall govern and prevail in the event of any
inconsistency or conflict between the building standards within the California Building
Standards Code, as adopted and amended by the City, and the building standards in any other
code.
…
15.04.050 CBC Chapter 1, Section 105.5.1 is added - Prima Facie Evidence of
Abandoned Work
Section 105.5.1 Prima Facie Evidence of Abandoned Work
Packet Page. 490
Ordinance No. MC-1521
– 21 of 32 –
Failure on the part of the permittee to obtain an inspection and to demonstrate substantial
progress to the satisfaction of the Building Official within any 365 day period shall be prima
facie evidence that the work has been abandoned and the permit shall have expired.
15.04.060 CBC Chapter 1, Section 113.1.1 is added Board of Appeals Designated
Section 113.1.1 Board of Appeals Designated
1. In order to hear and decide appeals of orders, decisions, or determinations made by the
Building Official relative to the application and interpretation of the building standards of
this code, the Building Appeals Board of the City of San Bernardino, established under
Chapter 2.45 of this Code, shall serve as the Board of Appeals. The Building Appeals
Board has such duties as are delegated to it by the California Building Standards Code and
Chapter 2.45 of the San Bernardino Municipal Code.
15.04.070 CBC Chapter 1, Section 105.2, Item 2 is Amended - Fences Not Requiring a
Building Permit
2. Fences not over 6 feet high, except concrete and masonry fences greater than three (3) feet
above grade. Masonry fences shall be constructed in accordance with the standard design
specifications approved by the Building Official, unless an alternate engineered design is
submitted and approved. Exemption from the permit requirements shall not be deemed as a
waiver of the design requirements contained in the San Bernardino Development Code as it
relates to the use or configuration of materials, or to the height of fences in front, side or
rear yards.
15.04.080 [Reserved]
…
15.04.120 CBC Appendix J, Section J101.4 is added - Enforcement Authority
J101.4 Enforcement Authority. The Building Official of the City of San Bernardino or his/ her
designee shall have the authority for the enforcement of CBC Appendix J and any amendments
thereto.
…”
SECTION 9. Chapter 15.05 of Title 15 of the San Bernardino Municipal Code is hereby
amended to state in full as follows:
“
Chapter 15.05
PROPERTY MAINTENANCE CODE
Sections:
15.05.010 Citation of Sections
Packet Page. 491
Ordinance No. MC-1521
– 22 of 32 –
15.05.020 Section 102.3 amended
15.05.030 Section 103.1 amended
15.05.040 Section 104.3 amended
15.05.050 Section 106.4 amended
15.05.060 Section 107.1 amended
15.05.070 Section 111 amended
15.05.080 Section 112.4 amended
15.05.090 Section 201.3 amended
15.05.100 Section 302.4 amended
15.05.110 Section 302.9 amended
15.05.120 Section 304.3 amended
15.05.130 Section 304.14 amended
15.05.140 Section 304.18 amended
15.05.150 Section 307 amended
15.05.160 Section 401.3 amended
15.05.170 Section 502.5 amended
15.05.180 Section 505.1 amended
15.05.190 Section 602.2 amended
15.05.200 Section 602.3 amended
15.05.210 Section 602.4 amended
15.05.220 Section 604.2 amended
15.05.230 Section 604.3.1.1 amended
15.05.240 Section 604.3.2.1 amended
15.05.250 Section 702.1 amended
15.05.260 Section 702.2 amended
15.05.270 Section 702.3 amended
15.05.280 Section 704.1 amended
15.05.290 Section 704.2 amended
15.05.010 Citation of Sections
The provisions of this chapter amend the International Property Maintenance Code, 2015
Edition, published by the International Code Conference, as adopted by reference by the City in
Chapter 15.04 of this Code.
15.05.020 Section 102.3 amended
International Property Maintenance Code Section 102.3 is amended to read as follows:
102.3 "Repairs, additions or alterations to a structure, or changes of occupancy, shall be
done in accordance with the procedures and provisions of the California Administrative Code,
California Building Code, California Energy Code, California Historical Building Code,
California Existing Building Code, California Fire Code, California Plumbing Code, California
Mechanical Code, and California Electrical Code. Nothing in this code shall be construed to
cancel, modify or set aside any provision of the San Bernardino Municipal Code."
Packet Page. 492
Ordinance No. MC-1521
– 23 of 32 –
15.05.030 Section 103.1 amended
International Property Maintenance Code Section 103. 1 is amended to read as follows:
103.1 "The Chief of Police or the Director of Community Development or their
authorized representatives shall be known as the code official as referenced in the International
Property Maintenance Code."
15.05.040 Section 104.3 amended
International Property Maintenance Code Section 104.3 is amended to add the following
phrase to the end of the last sentence: "including the warrant provisions of Section 1822.50 et
seq. of the Code of Civil Procedure of the State of California."
15.05.050 Section 106.4 amended
International Property Maintenance Code Section 106.4 is amended to read as follows:
106.4 "Violation penalties. Any person violating any of the provisions of this title,
including, but not limited to, adopted model codes, as amended in this title, shall be subject to
the penalty provisions of Chapters 1.12, 9.92 and 9.93 of the San Bernardino Municipal Code."
15.05.060 Section 107.1 amended
International Property Maintenance Code Section 107.1 is amended to read as follows:
107.1 "Notice to Person Responsible. Whenever the code official determines that there
has been a violation of this code or has grounds to believe that a violation has occurred, notice
shall be given in the manner prescribed in Sections 107.2 and 107.3, or in the manner provided
by San Bernardino Municipal Code Section 9.92.050, to the person responsible for the violation
as specified in this code. Notices for condemnation procedures shall also comply with Section
108.3."
15.05.070 Section 111 amended
International Property Maintenance Code Section 111 and subsections are amended to
read as follows:
111 "A party aggrieved by a notice or order issued under this code may appeal in the
manner set forth in Chapter 9.94 of the San Bernardino Municipal Code."
15.05.080 Section 112.4 amended
International Property Maintenance Code Section 112.4, Failure to comply, is amended to
read as follows:
112.4 Failure to Comply "Any person, firm or corporation who continues work on a building or
structure after a stop work order has been issued by any of the employees listed in [SBMC]
9.90.010 A(2, 3, 4, 5, 6 or 8) shall be guilty of a misdemeanor, except such work as that person is
Packet Page. 493
Ordinance No. MC-1521
– 24 of 32 –
directed to perform to remove a violation or unsafe condition, shall be liable to a fine of not less
than one hundred dollars ($100.00) and not more than one thousand dollars ($1,000.00) for each
day of the violation. Each day during any part of which the activity prohibited by subdivision
112. 1 of this section continues shall be a distinct and separate offense."
15.05.090 Section 201.3 amended
International Property Maintenance Code Section 201.3 is amended to read as follows:
201.3 Definitions. "Where terms are not defined in this code and are defined in the
California Administrative Code, California Building Code, California Residential Code,
California Green Building Standards Code, California Energy Code, California Historical
Building Code, California Existing Building Code, California Fire Code, California Plumbing
Code, California Mechanical Code, or California Electrical Code, or any code adopted by
reference under Chapter 15 of the San Bernardino Municipal Code, such terms shall have the
meanings ascribed to them as stated in those codes."
15.05.100 Section 302.4 amended
International Property Maintenance Code Section 302.4, paragraph number one, is
amended to read as follows:
302.4 Weeds "Weed and rubbish abatement shall be as set forth in the San Bernardino
Municipal Code, Chapter 8.30, Abatement of Public Nuisances."
15.05.110 Section 302.9 amended
International Property Maintenance Code Section 302.9, defacement of property, is
deleted.
15.05.120 Section 304.3 amended
International Property Maintenance Code Section 304.3 is amended to read as follows:
304.3 Premises Identification "Premises identification shall be as set forth in the San
Bernardino Municipal Code sections 12.32.030 and/or 15.16.126."
15.05.130 Section 304.14 amended
International Property Maintenance Code Section 304.14 is deleted.
15.05.140 Section 304.18 amended
International Property Maintenance Code Section 304.18 is deleted.
15.05.150 Section 307 amended
International Property Maintenance Code Section 307, Handrails and guardrails, is
amended to read as follows:
Packet Page. 494
Ordinance No. MC-1521
– 25 of 32 –
307 Handrails and Guardrails "Every exterior and interior flight of stairs shall have a
handrail and guard per the requirements of the adopting code at the time the building was
permitted. Handrails and guardrails shall be maintained in a safe and useful condition."
15.05.160 Section 401.3 amended
International Property Maintenance Code Section 401. 3 is amended to read as follows:
401.3 Alternative Devices "In lieu of the means for natural light and ventilation herein
prescribed, artificial light or mechanical ventilation complying with the California Building Code
or California Residential Code shall be permitted."
15.05.170 Section 502.5 amended
International Property Maintenance Code Section 502.5, Public toilet facilities, is
amended to read as follows:
502.5 Public Toilet Facilities "Public toilet facilities shall be maintained in a safe sanitary
and working condition in accordance with the California Plumbing Code. Except for periodic
maintenance or cleaning, public access and use shall be provided to the toilet facilities at all
times during occupancy of the premises."
15.05.180 Section 505.1 amended
International Property Maintenance Code Section 505. 1, Plumbing Fixture Connections,
is amended to read as follows:
505.1 Plumbing Fixture Connections "General. Every sink, lavatory, bathtub or shower,
drinking fountain, water closet or other plumbing fixture shall be properly connected to either a
public water system or to an approved private water system. All kitchen sinks, lavatories,
laundry facilities, bathtubs and showers shall be supplied with hot or tempered and cold running
water in accordance with the California Plumbing Code."
15.05.190 Section 602.2 amended
International Property Maintenance Code Section 602.2, Heating Facilities, is amended to
read as follows:
602.2 Heating Facilities "Residential occupancies. Interior spaces intended for human
occupancy shall be provided with permanently-installed heating facilities capable of maintaining
a room temperature of 68 degrees F (20 C) in all habitable rooms."
15.05.200 Section 602.3 amended
International Property Maintenance Code Section 602. 3, Heat supply, Exceptions #1 and
#2 are deleted.
Packet Page. 495
Ordinance No. MC-1521
– 26 of 32 –
15.05.210 Section 602.4 amended
International Property Maintenance Code Section 602.4, Occupiable work spaces, is
deleted.
15.05.220 Section 604.2 amended
International Property Maintenance Code Section 604.2, Service, is amended to read as
follows:
604.2 "Service. The size and usage of appliances and equipment shall serve as a basis for
determining the need for additional facilities in accordance with the California Electrical
Code. Dwelling units shall be served by a three- wire, 120/ 240 volt, single-phase
electrical service having a rating of not less than 60 amperes."
15.05.230 Section 604.3.1.1 amended
International Property Maintenance Code Section 604.3.1.1, Electrical equipment, is
amended to read as follows:
604.3.1.1 Electrical Equipment "Electrical equipment. Electrical distribution equipment,
motor circuits, power equipment, transformers, wire, cable, flexible cords, wiring devices,
ground fault circuit interrupters, arc fault circuit interruptors, surge protectors, molded case
circuit breakers, low-voltage fuses, luminaires, ballasts, motors and electronic control, signaling
and communication equipment that have been exposed to water shall be replaced in accordance
with the provisions of the California Electrical Code. The exception provisions of section
604.3.1.1 of the IPMC are hereby deleted."
15.05.240 Section 604.3.2.1 amended
International Property Maintenance Code Section 604.3.2.1, Electrical equipment, is
amended to read as follows:
604.3.2.1 Electrical Equipment "Electrical switches, receptacles and fixtures, including
furnace, waterheating, security system and power distribution circuits, that have been exposed to
fire, shall be replaced in accordance with the provisions of the California Building Code, or
California Electrical Code."
The exception provisions of section 604.3.2.1 of the IPMC are hereby deleted.
15.05.250 Section 702.1 amended
International Property Maintenance Code Section 702.1, General, is amended to read as
follows:
702.1 General "General. A safe, continuous and unobstructed path of travel shall be
provided from any point in a building or structure to the public way. Means of egress shall
Packet Page. 496
Ordinance No. MC-1521
– 27 of 32 –
comply with the California Fire Code, California Residential Code, or the California Building
Code, whichever is more restrictive."
15.05.260 Section 702.2 amended
International Property Maintenance Code Section 702.2, Aisles, is amended to read as
follows:
702.2 Aisles "Aisles. The required width of aisles in accordance with the California Fire
Code, California Residential Code, California Building Code, or Civil Code 304.18, whichever is
more restrictive, shall be unobstructed."
15.05.270 Section 702.3 amended
International Property Maintenance Code Section 702.3, Locked doors, is amended to
read as follows:
702.3 Locked Doors "Locked Doors. All means of egress doors shall be readily openable
from the side from which egress is to be made without the need for keys, special knowledge or
effort, except where the door hardware conforms to that permitted by the California Fire Code,
California Building Code, or California Residential Code, whichever is more restrictive."
15.05.280 Section 704.1 amended
International Property Maintenance Code Section 704.1, General, is amended to read as
follows:
704.1 Fire Protection Systems "General. All systems, devices and equipment to detect a
fire, actuate an alarm, or suppress or control a fire or any combination thereof shall be
maintained in an operable condition at all times in accordance with the California Fire Code."
15.05.290 Section 704.2 amended
International Property Maintenance Code Section 704.2, Smoke alarms, is amended to
read as follows:
704.2 Smoke Alarms "Smoke alarms. Smoke alarms shall be installed and maintained in
accordance with the California Fire Code, California Residential Code, or the California
Building Code, whichever is more restrictive."”
SECTION 10. Section 15.20.090 of Chapter 20 of Title 15 of the San Bernardino
Municipal Code is hereby amended to state as follows (omitted provisions not amended
represented by ellipses […]):
“…
Packet Page. 497
Ordinance No. MC-1521
– 28 of 32 –
15.20.090 Hearings
Any person aggrieved by the revocation of any certificate of occupancy by the Building
Official may appeal that decision in the manner set forth in Chapter 9.94 of this Code, as such
revocation is an administrative enforcement action. Any person aggrieved by the denial of a
certificate of occupancy may appeal that decision in the manner set forth in Chapter 2.45 of this
Code, as such denial is an order, decision, or determination of the Building Official relating to
the building standards of the California Building Standards Code.
…”
SECTION 11. Various Sections of Chapter 15.28 of Title 15 of the San
Bernardino Municipal Code are hereby amended to state as follows (omitted provisions not
amended represented by ellipses […]):
“
Chapter 15.28
DANGEROUS BUILDINGS
Sections:
15.28.010 Referenced Code
15.28.020 Uniform Code for the Abatement of Dangerous Buildings - Amended
15.28.030 [Reserved]
15.28.040 [Reserved]
15.28.050 [Reserved]
15.28.060 [Reserved]
15.28.070 [Reserved]
15.28.080 [Reserved]
15.28.090 [Reserved]
15.28.100 [Reserved]
15.28.110 [Reserved]
15.28.120 [Reserved]
15.28.130 [Reserved]
15.28.140 Securing dangerous buildings from entry
15.28.150 Recovery of costs of abatement of nuisance
15.28.160 Discontinuance of utilities
15.28.170 Filing of notice of pendency of administrative proceedings
15.28.180 [Reserved]
15.28.190 Post-disaster Safety Assessment Placards
15.28.200 Section 103 amended
15.28.210 Section 205 amended
15.28.220 Section 301 amended
…
Packet Page. 498
Ordinance No. MC-1521
– 29 of 32 –
15.28.020 Uniform Code for the Abatement of Dangerous Buildings - Amended
Chapters 5, 6, and 9 of the Uniform Code for the Abatement of Dangerous Buildings are
hereby deleted.
Procedures for appeals, hearings, enforcement of orders, and abatements related to the
administrative enforcement procedures in the UCADB shall be in accordance with Chapter 8.30
of the San Bernardino Municipal Code. Except for vacation orders made under Section 404 of
the UCADB, enforcement of any notice and order of the building official is stayed du ring the
pendency of an appeal therefrom that is properly and timely filed.
…
15.28.140 Securing dangerous buildings from entry
A. The building official is authorized to secure from entry any structure that is ordered vacated
in accordance with Chapter 4 of the Uniform Code for the Abatement of Dangerous
Buildings and where the building official determines, in his or her sole discretion, that
securing the structure is necessary to enforce the order to vacate. The enforcement official
may secure such structures using any method deemed appropriate under the circumstances in
his or her discretion.
B. It is unlawful to remove a notice to vacate posted in accordance with Chapter 4 of the
Uniform Code for the Abatement of Dangerous. Any person who removes a notice to vacate
without the express written consent of the City of San Bernardino Building Official is guilty
of a misdemeanor, which upon conviction thereof is punishable in accordance with the
provisions of Section 1.12.010 of the San Bernardino Municipal Code.
C. The building official’s decision to secure a structure may be appealed in the same manner as
the issuance of the underling notice to vacate and as provided in Section 15.28.020.
15.28.150 Recovery of costs of abatement of nuisance
Any costs incurred by the City in connection with the enforcement of the Uniform Code for the
Abatement of Dangerous Buildings may be collected by the City according to the procedures
specified in Chapter 8.30 of the San Bernardino Municipal Code.
…
15.28.170 Filing of notice of pendency of administrative proceedings
At any time after the Building Official has initiated action to locate and serve the owners
with the notice and order referred to in Section 401 of the Uniform Code for the Abatement of
Dangerous Buildings, the Building Official or the City Engineer may file with the county
recorder a notice of pendency of administrative proceedings which shall constitute notice to any
subsequent owner, purchaser, encumbrancer of the property described therein or involved in the
proceedings, beneficiary of a trust deed, lienholder, mortgagee, or any other person holding or
claiming any interest of any kind in the property described therein who shall be bound by the
Packet Page. 499
Ordinance No. MC-1521
– 30 of 32 –
administrative proceedings, including liability for all amounts and costs and expenses assessed
against the property as a lien for abatement in the same manner as if he had been the owner at the
time of commencement of the proceedings and had been properly served at that time.
…
15.28.200 Section 103 amended
Section 301 of the Uniform Code for the Abatement of Dangerous Buildings is amended
to read as follows:
"All buildings or structures which are required to be repaired under the provisions of this
code shall be subject to the provisions of the California Building Standards Code promulgated by
the California Building Standards Commission in Title 24 of the California Code of Regulations,
as adopted and amended by the City of San Bernardino."
15.28.210 Section 205 amended
Section 205 of the Uniform Code for the Abatement of Dangerous Buildings is amended
by deleting the section.
15.28.220 Section 205 amended
Section 301 of the Uniform Code for the Abatement of Dangerous Buildings is amended
to read as follows:
"For the purpose of this code, certain terms, phrases, words, and their derivatives shall be
construed as specified in either this chapter or as specified in the International Building Code.
Where terms are not defined, they shall have their ordinary accepted meanings within the context
with which they are used. Words used in the singular include the plural and plural the singular.
Words used in the masculine gender include the feminine and the feminine the masculine.
BUILDING CODE is the California Building Code, as adopted and amended by the City of San
Bernardino.
DANGEROUS BUILDING is any building or structure deemed to be dangerous under the
provisions of Section 302 of this code."”
SECTION 12. All existing provisions of the San Bernardino Municipal Code that are
repeated herein are repeated only to aid decision-makers and the public in understanding the
effect of the proposed changes. Restatement of existing provisions does not constitute a new
enactment.
SECTION 13. Severability. If any provision of this Ordinance or the application thereof
to any person or circumstance is held invalid, such invalidity shall not affect other provisions or
applications, and to this end, the provisions of this Ordinance are declared to be severable.
Packet Page. 500
Ordinance No. MC-1521
– 31 of 32 –
SECTION 14. The City Council finds this Ordinance is not subject to the California
Environmental Quality Act (CEQA) in that the activity is covered by the general rule that CEQA
applies only to projects which have the potential for causing a significant effect on the
environment. Where it can be seen with certainty, as in this case, that there is no possibility that
the activity in question may have a significant effect on the environment, the activity is not
subject to CEQA.
SECTION 15. Effective Date. This Ordinance shall become effective thirty (30) days
after the date of its adoption.
SECTION 16. Notice of Adoption. The City Clerk of the City of San Bernardino shall
certify to the adoption of this Ordinance and cause publication to occur in a newspaper of general
circulation and published and circulated in the City in a manner permitted under section 36933 of
the Government Code of the State of California.
APPROVED and ADOPTED by the City Council and signed by the Mayor and attested
by the City Clerk this ___ day of __________, 20 .
John Valdivia, Mayor
City of San Bernardino
Attest:
__________________________________
Georgeann Hanna, MMC, City Clerk
Approved as to form:
__________________________________
Gary D. Saenz, City Attorney
Packet Page. 501
Ordinance No. MC-1521
– 32 of 32 –
CERTIFICATION
STATE OF CALIFORNIA )
COUNTY OF SAN BERNARDINO) ss
CITY OF SAN BERNARDINO )
I, Georgeann Hanna, MMC, City Clerk, hereby certify that the attached is a true copy of
Ordinance No. MC-1521 introduced by the Mayor and City Council of the City of San
Bernardino, California, at a regular meeting held the 4th day of September, 2019. Ordinance No.
MC-1521 was approved, passed and adopted at a regular meeting held the 18th day of
September, 2019 by the following vote:
Council Members: AYES NAYS ABSTAIN ABSENT
SANCHEZ _____ _____ _______ _______
IBARRA _____ _____ _______ _______
FIGUEROA _______
SHORETT _____ _____ _______ _______
NICKEL _____ _____ _______ _______
RICHARD _____ _____ _______ _______
MULVIHILL _____ _____ _______ _______
WITNESS my hand and official seal of the City of San Bernardino this day of
____________, 20 .
______________________________
Georgeann Hanna, MMC, City Clerk
Packet Page. 502
2
1
7
9
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Rochelle Clayton, Acting City Manager
C. Jeannie Fortune, Interim Director of Finance and Management
Services
Department:Finance
Subject:Investment Portfolio Report for April 2024 (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, accept and file the Monthly Investment Portfolio Report for April 2024.
Executive Summary
This action is to approve the Investment Portfolio for the month of April 2024. This is
regular business of the Mayor and City Council ensuring that City investments are in
compliance with the Mayor and Council approved Investment Policy.
Background
The City’s Statement of Investment Policy requires that a monthly Investment Portfolio
Report be prepared and submitted to the Mayor and City Council. Section III, Chapter
N of the City’s approved 2023-24 Investment Policy reads as follows, “The Director of
Finance shall submit to the City Council, on a monthly basis, a report summarizing the
individual transactions executed within the month.” The Director of Finance will
prepare, review, and present the City’s Investment Portfolio Report and confirm that
the portfolio is in compliance with the City’s Investment Policy.
Discussion
The Investment Portfolio Report provides a synopsis of investment activity for the City’s
investment portfolio for the month ended April 2024.
The City’s Investment Portfolio is in full compliance with the City’s current Investment
Policy and California Government Code section 53601, and there is sufficient cash flow
from a combination of liquid and maturing securities, bank deposits, and income to
meet the City’s expenditure requirements.
Packet Page. 503
2
1
7
9
2021-2025 Strategic Targets and Goals
The acceptance and filing of the attached Investment Portfolio Report aligns with Key
Target No. 1: Improved Operational & Financial Capacity by implementing,
maintaining, and updating a fiscal accountability plan.
Fiscal Impact
There is no fiscal impact associated with receiving and filing the monthly investment
report.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, accept and file the Monthly Investment Portfolio Report for April 2024.
Attachments
Attachment 1 Investment Portfolio Management Summary Report, April 2024.
Attachment 2 Resolution 2023-118; Adopted Investment Policy
Ward:
All Wards
Synopsis of Previous Council Actions:
N/A
Packet Page. 504
CITY OF SAN BERNARDINO
Portfolio Management
April 30, 2024
CITY OF SAN BERNARDINO
FINANCE DEPARTMENT
290 N D. ST
SAN BERNARDINO, CA 92401
(909)384-5242Portfolio Summary
% of
Portfolio
Book
ValueInvestmentsMarket
Value
Par
Value
Days to
MaturityTerm
YTM
360 Equiv.
YTM
365 Equiv.
State Local Agency Investment Fund 80,220,762.62 122.52 0.200180,220,762.6280,220,762.62 0.203
Certificates of Deposit 994,000.00 1,8260.28 1.808459948,876.23994,000.00 1.833
Federal Agency Issues - Coupon 69,963,891.37 1,54719.64 0.82752065,992,395.0070,000,000.00 0.839
Money Market Funds 171,343,564.49 148.11 0.0101171,343,564.49171,343,564.49 0.010
Corporate Notes 29,114,717.90 1,6118.17 1.00951927,336,060.0029,125,000.00 1.023
Supranationals 4,509,779.47 1,5531.27 0.5944744,269,750.004,500,000.00 0.603
356,146,715.85 100.00%Investments 350,111,408.34356,183,327.11 461 153 0.307 0.312
Cash and Accrued Interest
(not included in yield calculations)
Passbook/Checking 656,352.00 1 0.0001656,352.00656,352.00 0.000
356,843,071.29Total Cash and Investments
696,355.44Subtotal
40,003.44
350,807,763.78356,839,679.11
696,355.44
40,003.44
461 153 0.307 0.312
Accrued Interest at Purchase
Current Year
April 30
92,992.95
Fiscal Year To Date
8,621,528.78
Average Daily Balance
Effective Rate of Return
349,474,672.30 333,203,665.62
3.10%0.32%
Total Earnings Month Ending
"I certify that this report accurately reflects all pooled investments and is in conformity with the Investment Policy Statement approved by the Mayor and City Council."
*Book Value is amortized Cost Basis
**Market Values provided by BNY Western Trust.
__________________________________________________ ____________________
CYNTHIA JEANNIE FORTUNE, INTERIM DIRECTOR OF FINANCE & MGMT
Portfolio CITY
AP
Reporting period 04/01/2024-04/30/2024
Run Date: 05/28/2024 - 14:38 IE (PRF_PM1) 7.3.11
Report Ver. 7.3.11
05-28-2024
Packet Page. 505
YTM
360
Page 1
Par Value Book Value
Maturity
Date
Stated
RateMarket Value
April 30, 2024
Portfolio Details - Investments
Average
BalanceIssuer
Portfolio Management
CITY OF SAN BERNARDINO
Days to
MaturityMoody'sCUSIPInvestment #
Purchase
Date
State Local Agency Investment Fund
0.200LOCAL AGENCY INVESTMENT FUND10001 39,117,940.52 39,117,940.52 0.20307/01/2022 39,117,940.52SYS 1
0.200LOCAL AGENCY INVESTMENT FUND10003 41,102,822.10 41,102,822.10 0.20307/01/2022 41,102,822.10SYS10003 1
80,220,762.6280,220,762.6280,220,762.6279,909,800.89Subtotal and Average 0.200 1
Certificates of Deposit
1.134STATE BANK OF INDIA80057 250,000.00 250,000.00 09/28/20261.15009/28/2021 228,710.25856285XL0 880
2.614CAPITAL ONE NATIONAL ASSOC80054 247,000.00 247,000.00 05/30/20242.65005/30/2019 246,430.3214042RLW9 29
2.564MORGAN STANLEY PRIVATE BANK80055 247,000.00 247,000.00 06/13/20242.60006/13/2019 246,153.0661760AG52 43
0.937UBS FINANCE COMMERCIAL PAPER80056 250,000.00 250,000.00 09/22/20260.95009/22/2021 227,582.6090348JT59 874
994,000.00948,876.23994,000.001,110,200.00Subtotal and Average 1.808 459
Managed Pool Accounts
0.158CALTRUST GOVT INVESTMENT FUND20008 0.00 0.00 0.16007/01/2022 0.0020008 1
0.000.000.000.00Subtotal and Average 0.000 0
Federal Agency Issues - Coupon
0.334FEDERAL FARM CREDIT BANK30605 1,000,000.00 999,854.69 02/10/20250.32002/10/2021 962,480.00 Aaa3133EMQG0 285
0.473FEDERAL FARM CREDIT BANK30608 2,000,000.00 2,000,000.00 03/03/20250.48003/03/2021 1,921,400.00 Aaa3133EMSC7 306
0.700FEDERAL FARM CREDIT BANK30613 1,000,000.00 1,000,000.00 04/01/20250.71004/01/2021 959,100.00 Aaa3133EMUP5 335
0.720FEDERAL FARM CREDIT BANK30630 1,000,000.00 1,000,000.00 05/19/20250.73005/19/2021 953,440.00 Aaa3133EMZW5 383
0.957FEDERAL FARM CREDIT BANK30634 1,000,000.00 999,586.11 05/26/20260.95005/26/2021 917,610.00 Aaa3133EMB76 755
0.641FEDERAL FARM CREDIT BANK30642 1,000,000.00 1,000,000.00 06/09/20250.65006/09/2021 951,410.00 Aaa3133EMF98 404
0.730FEDERAL FARM CREDIT BANK30655 1,000,000.00 1,000,000.00 07/21/20250.74007/21/2021 947,460.00 Aaa3133EMU91 446
0.594FEDERAL FARM CREDIT BANK30656 1,000,000.00 999,288.13 09/16/20250.55007/21/2021 939,220.00 Aaa3133EL7K4 503
0.502FEDERAL FARM CREDIT BANK30664 1,000,000.00 999,775.72 02/10/20250.48008/26/2021 963,670.00 Aaa3133EMZ70 285
0.888FEDERAL FARM CREDIT BANK30665 1,000,000.00 999,300.00 09/01/20260.87009/01/2021 907,040.00 Aaa3133EM3T7 853
0.581FEDERAL FARM CREDIT BANK30672 1,000,000.00 999,746.03 03/21/20250.56009/21/2021 959,050.00 Aaa3133EM5V0 324
0.716FEDERAL FARM CREDIT BANK30681 1,000,000.00 999,551.39 10/21/20240.63010/21/2021 977,330.00 Aaa3133ENBM1 173
1.312FEDERAL FARM CREDIT BANK30682 1,000,000.00 1,000,000.00 11/03/20261.33011/03/2021 913,150.00 Aaa3133ENDC1 916
1.152FEDERAL FARM CREDIT BANK30683 1,000,000.00 994,480.43 06/15/20260.90011/04/2021 914,620.00 Aaa3133EMH21 775
1.189FEDERAL FARM CREDIT BANK30689 1,000,000.00 993,717.81 06/15/20260.90011/22/2021 914,620.00 Aaa3133EMH21 775
1.519FEDERAL FARM CREDIT BANK30691 1,000,000.00 1,000,000.00 11/30/20261.54011/30/2021 913,810.00 Aaa3133ENFN5 943
1.302FEDERAL FARM CREDIT BANK30692 1,000,000.00 1,000,000.00 06/01/20261.32012/01/2021 926,220.00 Aaa3133ENGC8 761
1.371FEDERAL FARM CREDIT BANK30699 1,000,000.00 1,000,000.00 06/22/20261.39012/22/2021 923,770.00 Aaa3133ENHV5 782
1.272FEDERAL FARM CREDIT BANK30700 1,000,000.00 1,000,000.00 12/22/20261.29012/22/2021 905,800.00 Aaa3133ENJC5 965
Portfolio CITY
AP
Run Date: 06/04/2024 - 14:25 PM (PRF_PM2) 7.3.11
Report Ver. 7.3.11
Packet Page. 506
YTM
360
Page 2
Par Value Book Value
Maturity
Date
Stated
RateMarket Value
April 30, 2024
Portfolio Details - Investments
Average
BalanceIssuer
Portfolio Management
CITY OF SAN BERNARDINO
Days to
MaturityMoody'sCUSIPInvestment #
Purchase
Date
Federal Agency Issues - Coupon
1.450FEDERAL FARM CREDIT BANK30703 1,000,000.00 1,000,000.00 01/11/20271.47001/11/2022 912,480.00 Aaa3133ENKG4 985
0.542FEDERAL HOME LOAN BANK30606 2,000,000.00 2,000,000.00 02/26/20260.62502/26/2021 1,849,800.00 Aaa3130AL6L3 666
0.690FEDERAL HOME LOAN BANK30610 1,000,000.00 1,000,000.00 06/24/20250.70003/24/2021 951,630.00 Aaa3130ALLA0 419
0.592FEDERAL HOME LOAN BANK30614 1,000,000.00 1,000,000.00 11/29/20240.60003/29/2021 973,810.00 Aaa3130ALRM8 212
0.654FEDERAL HOME LOAN BANK30617 1,000,000.00 999,889.59 03/17/20250.65003/26/2021 960,230.00 Aaa3130ALLP7 320
1.016FEDERAL HOME LOAN BANK30620 1,000,000.00 1,000,000.00 03/30/20261.03003/30/2021 924,840.00 Aaa3130ALV68 698
0.740FEDERAL HOME LOAN BANK30623 1,000,000.00 1,000,000.00 04/28/20250.75004/28/2021 956,390.00 Aaa3130AM4D1 362
0.799FEDERAL HOME LOAN BANK30632 1,000,000.00 1,000,000.00 11/26/20250.81005/26/2021 933,790.00 Aaa3130AMLJ9 574
0.542FEDERAL HOME LOAN BANK30633 1,000,000.00 1,000,000.00 11/26/20240.55005/26/2021 973,910.00 Aaa3130AMK92 209
0.370FEDERAL HOME LOAN BANK30636 1,000,000.00 1,000,000.00 06/03/20240.37506/03/2021 995,410.00 Aaa3130AMMM1 33
0.404FEDERAL HOME LOAN BANK30639 1,000,000.00 1,000,000.00 08/01/20240.41006/01/2021 987,800.00 Aaa3130AMHH8 92
0.681FEDERAL HOME LOAN BANK30640 1,000,000.00 1,000,000.00 06/10/20250.69006/10/2021 953,140.00 Aaa3130AMMT6 405
0.370FEDERAL HOME LOAN BANK30641 1,000,000.00 1,000,000.00 06/24/20240.37506/24/2021 992,570.00 Aaa3130AMR38 54
0.789FEDERAL HOME LOAN BANK30643 1,000,000.00 1,000,000.00 09/29/20250.80006/29/2021 940,050.00 Aaa3130AMSY9 516
0.740FEDERAL HOME LOAN BANK30645 1,000,000.00 1,000,000.00 11/28/20250.75006/28/2021 932,680.00 Aaa3130AMTZ5 576
0.838FEDERAL HOME LOAN BANK30653 1,000,000.00 1,000,000.00 03/30/20260.85007/13/2021 921,610.00 Aaa3130AMUD2 698
0.690FEDERAL HOME LOAN BANK30654 1,000,000.00 1,000,000.00 04/29/20250.70007/29/2021 955,790.00 Aaa3130ANBU3 363
0.690FEDERAL HOME LOAN BANK30658 1,000,000.00 1,000,000.00 02/26/20260.70008/26/2021 924,210.00 Aaa3130ANJ35 666
0.986FEDERAL HOME LOAN BANK30659 1,000,000.00 1,000,000.00 08/27/20261.00008/27/2021 908,990.00 Aaa3130ANKG4 848
0.740FEDERAL HOME LOAN BANK30662 1,000,000.00 1,000,000.00 09/25/20250.75008/25/2021 939,930.00 Aaa3130ANQJ2 512
0.521FEDERAL HOME LOAN BANK30668 1,000,000.00 999,929.67 02/25/20250.52009/01/2021 962,050.00 Aaa3130ANJU5 300
0.725FEDERAL HOME LOAN BANK30669 1,000,000.00 996,881.34 01/20/20260.55009/10/2021 923,280.00 Aaa3130AKN85 629
0.493FEDERAL HOME LOAN BANK30671 1,000,000.00 1,000,000.00 09/30/20240.50009/30/2021 979,600.00 Aaa3130AP4R3 152
0.814FEDERAL HOME LOAN BANK30673 1,000,000.00 1,000,000.00 12/30/20250.82509/30/2021 930,050.00 Aaa3130AP4S1 608
0.986FEDERAL HOME LOAN BANK30674 1,000,000.00 1,000,000.00 09/30/20261.00009/30/2021 905,660.00 Aaa3130AP6D2 882
1.110FEDERAL HOME LOAN BANK30675 1,000,000.00 1,000,000.00 09/29/20261.12509/29/2021 908,550.00 Aaa3130APCH6 881
1.110FEDERAL HOME LOAN BANK30676 1,000,000.00 1,000,000.00 10/28/20261.25010/28/2021 911,760.00 Aaa3130APHA6 910
1.184FEDERAL HOME LOAN BANK30678 1,000,000.00 1,000,000.00 10/26/20261.20010/26/2021 907,620.00 Aaa3130APHT5 908
1.134FEDERAL HOME LOAN BANK30679 1,000,000.00 1,000,000.00 10/28/20261.15010/28/2021 906,270.00 Aaa3130APGP4 910
0.710FEDERAL HOME LOAN BANK30684 1,000,000.00 999,707.21 10/28/20240.66011/08/2021 977,570.00 Aaa3130APJ22 180
1.479FEDERAL HOME LOAN BANK30685 1,000,000.00 1,000,000.00 11/25/20261.50011/30/2021 912,030.00 Aaa3130APWE1 938
0.986FEDERAL HOME LOAN BANK30686 1,000,000.00 1,000,000.00 05/22/20251.00011/22/2021 958,380.00 Aaa3130APVB8 386
1.134FEDERAL HOME LOAN BANK30688 1,000,000.00 1,000,000.00 05/23/20251.15011/23/2021 959,800.00 Aaa3130APXP5 387
1.627FEDERAL HOME LOAN BANK30694 1,000,000.00 1,000,000.00 12/30/20261.65012/30/2021 910,390.00 Aaa3130AQBE2 973
1.085FEDERAL HOME LOAN BANK30695 1,000,000.00 1,000,000.00 09/30/20241.10012/30/2021 982,490.00 Aaa3130AQBH5 152
1.381FEDERAL HOME LOAN BANK30701 1,000,000.00 1,000,000.00 12/30/20261.40012/30/2021 904,230.00 Aaa3130AQET6 973
Portfolio CITY
AP
Run Date: 06/04/2024 - 14:25 PM (PRF_PM2) 7.3.11
Packet Page. 507
YTM
360
Page 3
Par Value Book Value
Maturity
Date
Stated
RateMarket Value
April 30, 2024
Portfolio Details - Investments
Average
BalanceIssuer
Portfolio Management
CITY OF SAN BERNARDINO
Days to
MaturityMoody'sCUSIPInvestment #
Purchase
Date
Federal Agency Issues - Coupon
0.641FEDERAL HOME LOAN MORTGAGE CRP30581 1,000,000.00 1,000,000.00 06/30/20250.65006/30/2020 948,540.00 Aaa3134GVT99 425
0.444FEDERAL HOME LOAN MORTGAGE CRP30584 1,000,000.00 1,000,000.00 07/22/20240.45007/22/2020 988,420.00 Aaa3134GWCB0 82
0.404FEDERAL HOME LOAN MORTGAGE CRP30594 1,000,000.00 1,000,000.00 05/13/20240.41008/13/2020 998,340.00 Aaa3134GWHR0 12
0.839FEDERAL HOME LOAN MORTGAGE CRP30615 1,000,000.00 997,575.19 12/23/20250.70003/24/2021 930,050.00 Aaa3134GXHD9 601
0.691FEDERAL HOME LOAN MORTGAGE CRP30663 500,000.00 499,487.80 09/15/20250.62508/19/2021 470,160.00 Aaa3134GWB70 502
0.670FARMER MAC30650 1,500,000.00 1,499,570.83 04/28/20250.65006/23/2021 1,436,655.00 Aaa31422BYS3 362
1.105FARMER MAC30690 1,000,000.00 995,425.48 05/19/20250.67511/23/2021 952,890.00 Aaa31422BA26 383
0.888FARMER MAC30693 1,000,000.00 999,235.56 12/06/20240.77012/06/2021 973,510.00 Aaa31422XQV7 219
0.592FEDERAL NATIONAL MORTGAGE ASSO30585 1,000,000.00 1,000,000.00 07/22/20250.60007/22/2020 947,350.00 Aaa3136G4ZF3 447
0.641FEDERAL NATIONAL MORTGAGE ASSO30588 1,000,000.00 1,000,000.00 08/14/20250.65008/14/2020 943,680.00 Aaa3136G4C43 470
0.533FEDERAL NATIONAL MORTGAGE ASSO30600 1,000,000.00 1,000,000.00 10/27/20250.54010/27/2020 934,210.00 Aaa3136G45C3 544
0.542FEDERAL NATIONAL MORTGAGE ASSO30602 1,000,000.00 1,000,000.00 11/04/20250.55011/04/2020 933,520.00 Aaa3135GA2N0 552
1.177FEDERAL NATIONAL MORTGAGE ASSO30697 1,000,000.00 990,888.39 10/22/20250.56012/15/2021 935,080.00 Aaa3135G06B4 539
69,963,891.3765,992,395.0070,000,000.0069,962,884.13Subtotal and Average 0.827 520
Money Market Funds
0.010WELLS FARGO GOVT MONEY MARKET20002 171,343,564.49 171,343,564.49 0.01007/01/2022 171,343,564.49SYS20002 1
171,343,564.49171,343,564.49171,343,564.49164,841,969.55Subtotal and Average 0.010 1
Corporate Notes
0.466AMAZON.COM INC30627 1,000,000.00 999,993.17 05/12/20240.45005/13/2021 998,430.00 A1023135BW5 11
1.051AMAZON.COM INC30628 1,000,000.00 998,715.98 05/12/20261.00005/13/2021 919,880.00 A1023135BX3 741
0.919AMAZON.COM INC30680 1,000,000.00 998,590.12 06/03/20250.80010/19/2021 953,710.00 A1023135BQ8 398
1.800APPLE INC30561 1,000,000.00 999,913.44 09/11/20241.80001/24/2020 987,040.00 Aa1037833DM9 133
0.810BANK OF AMERICA CORPORATION30603 2,000,000.00 1,998,325.79 12/23/20250.85001/25/2021 1,843,960.00 A206048WK66 601
1.354BANK OF AMERICA CORPORATION30622 1,500,000.00 1,482,088.41 01/26/20260.75004/14/2021 1,382,145.00 A206048WK82 635
0.641BANK OF AMERICA CORPORATION30626 1,500,000.00 1,500,000.00 05/14/20240.65005/14/2021 1,497,120.00 A206048WM23 13
1.233BANK OF AMERICA CORPORATION30637 1,000,000.00 1,000,000.00 05/28/20261.25005/28/2021 909,010.00 A206048WM31 757
0.691CATERPILLAR FINL SERVICE30624 1,000,000.00 1,014,659.46 12/01/20243.25004/26/2021 987,210.00 A214912L6G1 214
0.846CATERPILLAR FINL SERVICE30660 1,625,000.00 1,626,229.07 03/02/20260.90008/09/2021 1,500,525.00 A214913R2K2 670
1.003JOHN DEERE CAPITAL CORP30648 1,000,000.00 1,000,680.89 06/17/20261.05006/17/2021 915,570.00 A224422EVR7 777
1.277JOHN DEERE CAPITAL CORP30677 1,000,000.00 1,000,122.50 10/13/20261.30010/13/2021 909,290.00 A224422EVW6 895
1.361JOHN DEERE CAPITAL CORP30687 1,000,000.00 993,212.78 06/17/20261.05011/17/2021 915,570.00 A224422EVR7 777
1.381GOLDMAN SACHS GROUP INC.30646 1,000,000.00 1,000,000.00 06/16/20261.40006/16/2021 904,890.00 A238150AG82 776
0.690GOLDMAN SACHS GROUP INC.30647 1,000,000.00 1,000,000.00 06/17/20240.70006/17/2021 986,670.00 A238150AGA7 47
Portfolio CITY
AP
Run Date: 06/04/2024 - 14:25 PM (PRF_PM2) 7.3.11
Packet Page. 508
YTM
360
Page 4
Par Value Book Value
Maturity
Date
Stated
RateMarket Value
April 30, 2024
Portfolio Details - Investments
Average
BalanceIssuer
Portfolio Management
CITY OF SAN BERNARDINO
Days to
MaturityMoody'sCUSIPInvestment #
Purchase
Date
Corporate Notes
1.430GOLDMAN SACHS GROUP INC.30657 1,000,000.00 1,000,000.00 07/30/20261.45007/30/2021 905,770.00 A238150AGW9 820
0.986GOLDMAN SACHS GROUP INC.30666 1,000,000.00 1,000,000.00 08/30/20241.00008/30/2021 981,180.00 A238150AHG3 121
1.036J.P. MORGAN CHASE & CO30582 1,000,000.00 1,000,000.00 06/23/20251.05006/23/2020 937,990.00 A248128GU40 418
0.789J.P. MORGAN CHASE & CO30595 1,000,000.00 1,000,000.00 08/18/20250.80008/18/2020 924,330.00 A248128GV56 474
1.184J.P. MORGAN CHASE & CO30625 2,000,000.00 2,000,000.00 04/30/20261.20004/30/2021 1,835,740.00 A248128G3G3 729
1.134J.P. MORGAN CHASE & CO30661 1,000,000.00 1,000,000.00 08/17/20261.15008/17/2021 881,110.00 A248128G4R8 838
0.796TOYOTA MOTOR CREDIT CORP30607 1,000,000.00 999,899.52 10/16/20250.80002/24/2021 936,800.00 A189236THP3 533
0.623TOYOTA MOTOR CREDIT CORP30651 1,500,000.00 1,499,744.23 06/18/20240.50006/23/2021 1,490,340.00 A189236TJH9 48
1.086UNITEDHEALTH GROUP INC30629 1,000,000.00 1,000,973.21 05/15/20261.15005/20/2021 920,370.00 A391324PEC2 744
0.969WAL-MART STORES NOTE30670 1,000,000.00 1,001,569.33 09/17/20261.05009/17/2021 911,410.00 Aa2931142ER0 869
29,114,717.9027,336,060.0029,125,000.0029,115,054.78Subtotal and Average 1.009 519
Supranationals
0.434INTL BK RECON & DEVELOPMENT30609 1,500,000.00 1,512,487.30 01/15/20251.62502/26/2021 1,460,880.00 Aaa459058HT3 259
0.555INTL BK RECON & DEVELOPMENT30635 1,000,000.00 1,000,597.07 04/22/20250.62505/27/2021 955,580.00 Aaa459058JB0 356
0.829INTL BK RECON & DEVELOPMENT30667 1,000,000.00 996,695.10 02/10/20260.65008/31/2021 922,130.00 Aaa459058JS3 650
0.642INTL FINANCE CORP30631 1,000,000.00 1,000,000.00 05/15/20260.75005/28/2021 931,160.00 Aaa45950VPY6 744
4,509,779.474,269,750.004,500,000.004,510,428.25Subtotal and Average 0.594 474
349,474,672.30 356,183,327.11 0.307 153350,111,408.34 356,146,715.85Total and Average
Portfolio CITY
AP
Run Date: 06/04/2024 - 14:25 PM (PRF_PM2) 7.3.11
Packet Page. 509
YTM
360
Page 5
Par Value Book Value
Stated
RateMarket Value
April 30, 2024
Portfolio Details - Cash
Average
BalanceIssuer
Portfolio Management
CITY OF SAN BERNARDINO
Days to
MaturityMoody'sCUSIPInvestment #
Purchase
Date
Passbook/Checking Accounts
0.000WELLS FARGO BANK10002 656,352.00 656,352.0007/01/2022 656,352.00SYS10002 1
0.00
349,474,672.30 356,839,679.11 0.307 153
1
696,355.44
40,003.44
696,355.44
40,003.44
Subtotal
Accrued Interest at PurchaseAverage Balance
350,807,763.78 356,843,071.29Total Cash and Investments
Portfolio CITY
AP
Run Date: 06/04/2024 - 14:25 PM (PRF_PM2) 7.3.11
Packet Page. 510
Page 1
Stated
Rate
Transaction
Date
April 1, 2024 through April 30, 2024
Activity By Type
Balance
Portfolio Management
CITY OF SAN BERNARDINO
CUSIP Investment #Issuer
Purchases
or Deposits
Redemptions
or Withdrawals
State Local Agency Investment Fund (Monthly Summary)
LOCAL AGENCY INVESTMENT FUND10001 413,546.840.203 0.00SYS
LOCAL AGENCY INVESTMENT FUND10003 434,530.600.203 0.00SYS10003
0.00 80,220,762.62Subtotal848,077.44
Certificates of Deposit
COMENITY CAPITAL BANK80052 0.002.750 04/15/2024 249,000.0020033AU61
249,000.00 994,000.00Subtotal0.00
Managed Pool Accounts (Monthly Summary)
0.00Subtotal
Federal Agency Issues - Coupon
69,963,891.37Subtotal
Money Market Funds (Monthly Summary)
WELLS FARGO GOVT MONEY MARKET20002 18,472,911.860.010 11,747,123.99SYS20002
11,747,123.99 171,343,564.49Subtotal18,472,911.86
Passbook/Checking Accounts (Monthly Summary)
WELLS FARGO BANK10002 36,683,900.13 36,030,089.13SYS10002
36,030,089.13 0.00Subtotal36,683,900.13
Corporate Notes
29,114,717.90Subtotal
Supranationals
4,509,779.47Subtotal
356,146,715.85Total48,026,213.1256,004,889.43
Portfolio CITY
AP
Run Date: 06/04/2024 - 14:25 PM (PRF_PM3) 7.3.11
Report Ver. 7.3.11
Packet Page. 511
Page 1
April 2023 through April 2024
Activity Summary
Month
Portfolio Management
End Year
Number of
Securities
Total
Invested
360
Equivalent
365
Equivalent
Managed
Pool
Rate
Average
Term
Average
Days to Maturity
CITY OF SAN BERNARDINO
Number
of Investments
Purchased
Number
of Investments
Redeemed
Yield to Maturity
330,318,187.39April2023122 542 2880.371 0.376 0.203 0 0
354,101,086.74May2023122 502 2580.342 0.347 0.203 0 1
353,263,726.34June2023121 503 2490.343 0.347 0.203 0 0
324,159,293.07July2023121 549 2600.373 0.378 0.203 0 0
326,234,899.82August2023121 531 2480.357 0.362 0.203 0 3
321,937,855.76September2023118 538 2400.362 0.367 0.203 0 0
323,041,925.84October2023118 533 2290.360 0.365 0.203 0 1
320,178,429.38November2023117 534 2200.362 0.368 0.203 0 1
327,063,582.50December2023116 516 2050.348 0.353 0.203 0 3
342,446,651.22January2024113 489 1860.327 0.331 0.203 0 2
342,540,656.88February2024111 487 1770.324 0.329 0.203 0 1
348,821,805.89March2024110 472 1650.315 0.320 0.203 0 3
356,146,715.85April2024107 461 1530.307 0.312 0.203 0 1
Average 336,173,447.44 0.346%0.350%0.203 0 1 512 221117
Portfolio CITY
AP
Run Date: 06/04/2024 - 14:25 PM (PRF_PM4) 7.3.11
Report Ver. 7.3.11
Packet Page. 512
Page 1
April 30, 2024
Interest Earnings Summary
Month EndingApril 30 Fiscal Year To Date
Portfolio Management
CITY OF SAN BERNARDINO
CD/Coupon/Discount Investments:
87,500.78Interest Collected
Plus Accrued Interest at End of Period
Less Accrued Interest at Beginning of Period
349,976.02
( 359,216.25)
788,275.41
387,053.20
( 345,277.88)
Less Accrued Interest at Purchase During Period ( 0.00)( 0.00)
Interest Earned during Period
Adjusted by Premiums and Discounts
Adjusted by Capital Gains or Losses
Earnings during Periods
78,260.55
44.65
0.00
830,050.73
-73.84
193.40
78,305.20 830,170.29
Pass Through Securities:
0.00Interest Collected
Plus Accrued Interest at End of Period
Less Accrued Interest at Beginning of Period
0.00
( 0.00)
0.00
0.00
( 0.00)
Less Accrued Interest at Purchase During Period ( 0.00)( 0.00)
Interest Earned during Period
Adjusted by Premiums and Discounts
Adjusted by Capital Gains or Losses
Earnings during Periods
0.00
0.00
0.00
0.00
0.00
0.00
0.00 0.00
Cash/Checking Accounts:
1,550,749.54Interest Collected
Plus Accrued Interest at End of Period
Less Accrued Interest at Beginning of Period
-126,365.23
( 1,409,696.56)
9,588,559.56
-126,365.23
( 1,670,835.84)
Interest Earned during Period 14,687.75 7,791,358.49
Total Interest Earned during Period
Total Adjustments from Premiums and Discounts
Total Capital Gains or Losses
Total Earnings during Period
92,948.30
44.65
0.00
8,621,409.22
-73.84
193.40
92,992.95 8,621,528.78
Portfolio CITY
AP
Run Date: 06/04/2024 - 14:25 PM (PRF_PM6) 7.3.11
Report Ver. 7.3.11
Packet Page. 513
Packet Page. 514
Packet Page. 515
Packet Page. 516
CITY OF
SAN BERNARDINO
Investment Policy
Fiscal Year 2023-24
Adopted August 2, 2023
Barbara Whitehorn
Agency Director of Administrative Services
C. Jeannie Fortune
Deputy Director of Finance
3DFNHW 3J 137
Packet Page. 517
Exhibit A
- 2 -
I. PURPOSE
To establish guidelines for the prudent investment of public funds in a manner that will
protect City funds, meet daily cash flow expenditures, and comply with all federal, state,
and local laws and ordinances governing the investment of public funds.
II. POLICY & ADOPTION
t shall be the policy of the City of San Bernardino to annually review and adopt an
Investment Policy by resolution of the City Council. This Policy applies to all financial
assets and funds held by the City of San Bernardino and the Successor Agency to the San
Bernardino Redevelopment Agency. The funds covered by this policy include:
*General Fund
*Special Revenue Funds
*Capital Project Funds
*Proprietary Funds
*Other funds that may be created
Any modifications to the Policy must be approved by the City Council.
III. PROCEDURES
The Director of Finance shall annually review the City’s Investment Policy, and incorporate
any changes in state law, recommendations from the City’s Investment Advisor,
recommendations from the various national and state organizations of municipal finance
officers, or other changes recommended by City staff. The revised Investment Policy shall
be presented to the Finance Committee and the City Council for review and approval.
(A) Responsibilities
No person may engage in investment activities except as provided under the terms of
this Policy and the procedures established by the Director of Finance.
1. Responsibilities of the City Council
The City Council shall annually consider and adopt a written Investment Policy.
As provided in this Policy, the Council shall receive monthly Investment
Reports.
Packet Pg. 138
Packet Page. 518
Exhibit A
- 3 -
2. Responsibilities of the Director of Finance
The Director of Finance is appointed by and serves at the pleasure of the City
Manager and is subject to his/her direction and supervision. The Director of
Finance is charged with responsibility for the conduct of all Finance
Department operations. The City Charter places the “City Treasurer”
responsibilities amongst the duties of the Director of Finance. That individual
is charged with responsibility for carrying out all investment actions. He/she
may delegate the day-to-day investment activities to their designee(s) but not
the responsibility for the overall investment program. If authorized by the City
Council, the Director of Finance may also utilize the services of an external
investment advisor to assist with the investment program.
The Director of Finance, through supporting staff members, is responsible to
manage all public funds and securities belonging to or under the control of the
City and the Successor Agency, including the deposit and investment of those
funds in accordance with principles of sound treasury management and
applicable laws and ordinances. Appropriate internal controls designed to
ensure that assets of the City are protected from loss, theft, or misuse,
including but not limited to separation of duties and multiple approvers for
transactions, shall be maintained at all times in order to safeguard the City’s
assets.
3. Responsibilities of the City’s Investment Advisor (if applicable)
The City may engage in the services of outside professionals for evaluation and
advice regarding the City’s investment program. An authorized Investment
Advisor may provide investment management services, which may also
include facilitating trade executions under the direction of the Director of
Finance or designee. Any Investment Advisor shall be registered by the
Securities and Exchange Commission and licensed to do business in the State
of California. An authorized Investment Advisor shall invest the City’s funds in
investments that are in compliance with this policy and provide accurate and
timely reports of its investment activities to City staff. The Investment Advisor
shall never take possession of the City’s funds or assets.
Packet Pg. 139
Packet Page. 519
Exhibit A
- 4 -
4. Internal Controls
The Director of Finance is responsible for establishing and maintaining an
internal control structure designed to ensure that the assets of the City are
protected from loss, theft, fraud or misuse.
The City’s external independent auditing firm shall perform an annual analysis
and review of internal controls, account activity and compliance with policies
and procedures.
(B) Prudent Investor Rule
The standard of prudence to be used by the Director of Finance shall be the
“prudent investor” standard. This shall be applied in the context of managing an
overall portfolio.
The “Prudent Investor Rule” provides, pursuant to California Government Code
Section 53600.3, that investments shall be made with judgment and care—under
circumstances then prevailing—which persons of prudence, discretion and
intelligence exercise in the management of their own affairs, not for speculation,
but for investment, considering the probable safety of their capital as well as the
probable income to be derived. The Director of Finance and any designee of the
Director of Finance, as investment officers acting in accordance with written
procedures and the investment policy and exercising due diligence, shall be
relieved of personal responsibility for an individual security’s credit risk or market
price changes, provided deviations from expectations are reported to the City
Council in a timely fashion and appropriate action is taken to control adverse
developments.
(C) Ethics and Conflicts of Interest
In addition to state and local statutes relating to conflicts of interest, all persons
involved in the investment process shall refrain from personal business activity
that conflicts with proper execution of the investment program or impairs their
ability to make impartial investment decisions. Employees and investment
officers are required to annually file applicable financial disclosures as required
for “public officials who manage public investments” by the Fair Political Practices
Commission (FPPC) and are subject to California law relative to conflicts of
interest.
Packet Pg. 140
Packet Page. 520
Exhibit A
- 5 -
(D) Level of Investment
The City strives to maintain the level of investment of all investable cash as near
to 100 percent as possible through current and projected cash flow management.
The Director of Finance shall maintain a system to monitor and forecast revenues
and expenditures so that City funds can be invested to the fullest extent possible
while providing sufficient liquidity to meet the City’s reasonably anticipated cash
flow requirements. Maturities of investments will be selected to provide
necessary liquidity, manage interest rate risk, and optimize earnings. Because of
inherent difficulties in accurately forecasting cash flow requirements, a portion of
the portfolio should be continuously invested in readily available funds.
(E) Investment Objectives
The City seeks safety and liquidity in all of its investments followed by yield. Safety,
liquidity, and yield are defined as follows:
1.Safety. Safety of principal is the foremost objective of the investment
program. Investments shall be undertaken in a manner that seeks to
ensure the preservation of capital in the overall portfolio.
2. Liquidity. The investment portfolio shall remain sufficiently liquid to meet
operating requirements that may be reasonably anticipated. This is
accomplished by structuring the portfolio so that securities mature
concurrent with cash needs to meet anticipated demands.
3. Yield. The investment portfolio shall be designed with the objective of
attaining a market rate of return, taking into account the investment risk
constraints and liquidity needs. Return on investment is of secondary
importance compared to the safety and liquidity objectives described
above.
(F) Allowable Investments
The investments listed in this Policy are authorized investments pursuant to
Sections 53601 and 53635 of the California Government Code and are authorized
investments for the City subject, however, to the restrictions set forth in Section
“K” of this Investment Policy. In the event that an apparent discrepancy is found
between this Policy and the Government Code, the more restrictive parameters
will take precedence.
Packet Pg. 141
Packet Page. 521
Exhibit A
- 6 -
(G) Collateralization
If collateral is required for a particular investment type, it will be provided in
compliance with California Government Code requirements.
(H) Investment Pools/Mutual Funds
Prior to investing in any pooled investment program (e.g., LAIF, money market
funds), the Director of Finance will review the program’s documentation (e.g.,
investment policy, policies for participation, fees) to determine the
appropriateness of the pool for City funds. Whenever the City has funds invested
in a pooled investment program, the Director of Finance should periodically
review the pool’s investment holdings. The review shall, at a minimum, obtain the
following information:
•A description of eligible investment securities, and a written statement of
investment policy and objectives.
•A description of interest calculations and how it is distributed, and how
gains and losses are treated.
•A description of how the securities are safeguarded (including the
settlement processes), and how often the securities are priced and the
program audited.
•A description of who may invest in the program, how often, and what size
of deposits and withdrawals are allowed.
•A schedule for receiving statements and portfolio listings.
•A description of how the pool/fund utilizes reserves, retained earnings,
etc.
•A fee schedule, including when and how fees are assessed.
•The eligibility of the pool/fund to invest in bond proceeds and special
district funds, and a description of its practices
(I) Diversification
The City shall diversify the investments within the portfolio to avoid incurring
unreasonable risks inherent in over-investing in specific instruments, individual
financial institutions, or maturities. To promote diversification, no more than 5%
of the portfolio may be invested in the securities of any one issuer, regardless of
security type; excluding U.S. Treasuries, federal agencies, supranationals, and
pooled investments such as LAIF, money market funds, or local government
investment pools.
Packet Pg. 142
Packet Page. 522
Exhibit A
- 7 -
(J) Maximum Maturities
For those investment types for which this Policy does not specify a maturity limit,
no individual investment shall exceed a maturity of five years from the date of
purchase unless the City Council has granted express authority to make that
investment either specifically or as a part of an investment program approved by
the City Council no less than three months prior to the investment. The weighted
average duration of the investment portfolio shall not exceed 3.0 years.
(K) Authorized Investments of the City
The following types of investments are authorized by this Policy:
1. U.S. Treasury Instruments. United States Treasury notes, bonds, bills, or
certificates of indebtedness, or those for which the faith and credit of the
United States are pledged for the payment of principal and interest. There
is no limitation as to the percentage of the City’s portfolio that may be
invested in this category. The maximum maturity for this investment is five
years from the time of purchase.
2.State of California’s Local Agency Investment Fund (LAIF). A State of
California-managed investment pool. The maximum amount invested in
this category may not exceed the limit set by LAIF for operating accounts.
For 2023 that deposit limit is $75 million.
3.Local Government Investment Pools (“LGIP”). Shares of beneficial
interest issued by joint powers authority organized pursuant to Section
6509.7 that invests in the securities and obligations authorized in
Government Code (e.g. Cal Trust). The City will limit investments to LGIPs
that seek to maintain a stable net asset value. There is no limitation as to
the percentage of the City’s portfolio that may be invested in this category.
4.Municipal Bonds. Registered state warrants or treasury notes or bonds of
this state, including bonds payable solely out of the revenues from a
revenue-producing property owned, controlled, or operated by the state
or by a department, board, agency, or authority of the state.
Registered treasury notes or bonds of any of the other 49 states in addition
to California, including bonds payable solely out of the revenues from a
revenue-producing property owned, controlled, or operated by a state or
by a department, board, agency, or authority of any of the other 49 states,
in addition to California.
Packet Pg. 143
Packet Page. 523
Exhibit A
- 8 -
Bonds, notes, warrants, or other evidences of indebtedness of a local
agency within this state, including bonds payable solely out of the
revenues from a revenue-producing property owned, controlled, or
operated by the local agency, or by a department, board, agency, or
authority of the local agency.
Purchases are limited to securities rated in a rating category of “A” (long-
term) or “A-1” (short-term) or their equivalents or better by a Nationally
Recognized Statistical Rating Organization (NRSRO). A maximum of 30%
the City’s portfolio may be invested in this category. The maximum
maturity for this investment is five years from the time of purchase.
5.Federal Agency Securities. Federal agency or United States government-
sponsored enterprise obligations, participations, or other instruments,
including those issued by or fully guaranteed as to principal and interest
by federal agencies or United States government-sponsored enterprises.
There is no limitation as to the percentage of the City’s portfolio that may
be invested in this category. The maximum maturity for this investment is
five years from the time of purchase.
6.Negotiable Certificates of Deposit. Negotiable certificates of deposit
issued by a nationally or state-chartered bank, a savings association or a
federal association, a state or federal credit union, or by a federally
licensed or state-licensed branch of a foreign bank. Securities in this
category shall be limited to the maximum amount covered by federal
deposit insurance currently set at $250,000. A maximum of 30% of the
City’s portfolio may be invested in this category. The maximum maturity
for this investment is five years from the time of purchase.
7.Commercial Paper. Commercial paper of “prime” quality of the highest
ranking or of the highest letter and number rating as provided for by a
NRSRO. The entity that issues the commercial paper shall meet all of the
following conditions in either paragraph (1) or (2):
(1) The entity meets the following criteria: (A) Is organized and
operating in the United States as a general corporation; (B) Has
total assets in excess of five hundred million dollars
($500,000,000), and (C) Has debt other than commercial paper, if
any, that is rated in a rating category of “A” or its equivalent or
better by an NRSRO.
(2) The entity meets the following criteria: (A) Is organized within the
United States as a special purpose corporation, trust, or limited
liability company, (B) Has program-wide credit enhancements
Packet Pg. 144
Packet Page. 524
Exhibit A
- 9 -
including, but not limited to, overcollateralization, letters of credit,
or a surety bond, and (C) Has commercial paper that is rated “A-1”
or better, or the equivalent, by an NRSRO.
Purchases are limited to securities that have a maximum maturity of 270
days. A maximum of 25% the City’s portfolio may be invested in this
category with a maximum of 5% per issuer.
8. Corporate or Medium-Term Notes. Corporate or medium-term notes,
defined as all corporate and depository institution debt securities with a
maximum remaining maturity of five years or less, issued by corporations
organized and operating within the United States or by depository
institutions licensed by the United States or any state and operating within
the United States. Purchases are limited to securities rated in a rating
category of “A” or its equivalent or better by an NRSRO. A maximum of
30% the City’s portfolio may be invested in this category with a maximum
of 5% per issuer.
9. Money Market Funds (“MMF”). Purchases are restricted to Government
Money Market Funds. Furthermore, these Money Market Funds must have
met either of the following criteria: (A) Attained the highest ranking or the
highest letter and numerical rating provided by not less than two NRSROs,
or (B) Retained an investment advisor with not less than five years’
experience and registered or exempt from registration with the SEC, with
assets under management in excess of five hundred million dollars
($500,000,000). A maximum of 20% of the City’s portfolio may be invested
in this category.
10. Supranational Obligations. United States dollar denominated senior
unsecured unsubordinated obligations issued or unconditionally
guaranteed by the International Bank for Reconstruction and
Development, International Finance Corporation, or Inter-American
Development Bank, with a maximum remaining maturity of five years or
less, and eligible for purchase and sale within the United States.
Investments under this subdivision shall be rated in a rating category of
“AA” or its equivalent or better by a NRSRO. A maximum of 10% the City’s
portfolio may be invested in this category with a maximum of 5% per
issuer. State law limits the percentage to 30% of the portfolio.
11.Bankers Acceptances. Bankers’ acceptances are short-term debt
instruments issued by a company that is guaranteed by a commercial bank.
Packet Pg. 145
Packet Page. 525
Exhibit A
- 10 -
Bankers Acceptances are limited to institutions with short-term debt
obligations of A-1 or higher and have long term debt obligations rated “A”
or higher, or the equivalent by a NRSRO. The maturity shall not exceed
180 days and no more than 30 percent of the total portfolio may be
invested in banker’s acceptances and no more than 5% per issuer.
City of San Bernardino Authorized Investment Policy Table
Investment Type Maximum Term Maximum % of
Portfolio
Maximum per
Issuer
Minimum
Rating
US Treasury
Obligations 5 Years NONE NONE NONE
Local Agency
Investment Fund
(LAIF)N/A
The City may invest
up to the maximum
amount permitted by
California state law.
N/A NONE
Joint Powers/Local
Government
Investment Pool
N/A NONE N/A NONE
Municipal Debt 5 Years 30%A1, A
Federal Agency
Obligations 5 Years NONE NONE NONE
Certificate of
Deposits
5 Years 30%NONE
Securities in this
category shall be
limited to the
maximum amount
covered by federal
deposit insurance.
Commercial Paper 270 Days 25%5%A1/P1, A
Medium
Term/Corporate
Notes
5 Years 30%5%A
Money Market
Mutual Funds N/A 20%NONE AAA
Supranational
Obligations (IBRD,
IFC, IDB)
5 Years 10%5%M
Banker’s
Acceptances 180 Days 30%5%A1, A
Packet Pg. 146
Packet Page. 526
Exhibit A
- 11 -
(L) Prohibited Investments
Furthermore, the City will not invest in inverse floaters, range notes, mortgage-
derived, interest-only strips, or any security that could result in zero interest
accrual if held to maturity. In order to anticipate market changes and provide a
level of security for all funds, the collateralization level will 100% of market value
for Certificate of Deposits and 102% for reverse purchase agreements or principal
and accrued interest. Collateral will always be held by an independent third party
with whom the entity has a current custodial relationship
(M) Performance Standards
The investment portfolio shall be managed with the objective of obtaining a
market-average rate of return during budgetary and economic cycles, considering
the City’s investment risk constraints and the cash flow needs.
Investment return is a consideration only after the core investment portfolio
tenets of safety and liquidity have been met. The Director of Finance will adopt a
benchmark which best approximates the composition and weighted average
maturity of the City’s portfolio. The City will monitor the City’s portfolio yield
against the US Treasury Constant Maturity and the performance yield presented
by LAIF. However, the benchmark will be used only as a reference tool and does
not infer that the portfolio will be managed in an attempt to attain or exceed the
stated benchmark. Benchmarks may change over time based on changes in
market conditions or cash flow requirements. The selected performance
benchmarks shall be representative of the City’s overall investment objectives and
liquidity requirements.
(N) Investment Reporting
The Director of Finance shall submit to the City Council, on a monthly basis, a
report summarizing the individual transactions executed within the month. The
Director of Finance shall submit to the City Council on a quarterly basis a report
summarizing the status of the current investment portfolio and the individual
transactions executed over the last quarter. The report shall be prepared in a
manner which shall allow the City Council to ascertain whether investment
activities during the reporting period have conformed to the Investment Policy.
Packet Pg. 147
Packet Page. 527
Exhibit A
- 12 -
The report will include the following elements:
•Type of investment
•Institution/Issuer
•Purchase Date
•Date of maturity
•Amount of deposit or cost of the investment
•Face value of the investment
•Current market value of securities and source of valuation
•Rate of interest
•Interest earnings
•Statement relating the report to its compliance with the Statement of
Investment Policy or the manner in which the portfolio is not in compliance
•Statement on availability of funds to meet the next six month’s obligations
•Percentage of Portfolio by Investment Type
•Days to Maturity for all Investments
•Comparative report on Monthly Investment Balances & Interest Yields
•Monthly transactions
(O) Portfolio Review
The Director of Finance shall continually monitor portfolio performance to ensure
that the securities in the portfolio are in compliance with this Policy. The Director
of Finance shall report any issues of material non-compliance in the next monthly
Investment Report. Percentage holding limits and diversification requirements
listed in this Policy apply at the time a security is purchased. If a percentage
holding limit or diversification requirement is exceeded due to a subsequent
change in the portfolio, it is not a compliance violation, but no additional securities
may be purchased in that category or for that issuer until the holdings are back
under the Policy limits. Credit ratings, where shown, specify the minimum credit
rating category required at purchase. In the event a security held by the City is
subject to a credit rating change that brings it below the minimum credit ratings
specified in this Policy, the Director of Finance will notify the City Council of the
change in the next monthly Investment Report. The course of action to be
followed will then be decided on a case-by-case basis, considering such factors as
the reason for the change, prognosis for recovery or further rating downgrades,
and the market price of the security. If a security is determined to be out of
compliance with this Policy due to a subsequent change in this Policy or the
Government Code, it may be held to maturity unless there is a requirement that
the security be sold.
Packet Pg. 148
Packet Page. 528
Exhibit A
- 13 -
(P) Debt Proceeds
Debt proceeds and bond reserve funds are to be invested in accordance with their
respective bond indenture. If the indenture is silent as to the permitted
investments, the bond proceeds will be invested in the securities permitted by this
Policy. Notwithstanding the other provisions of this Policy, the percentage
limitations listed elsewhere in this Policy do not apply to bond proceeds and bond
proceeds may be invested beyond five years if the maturities of such investments
do not exceed the expected use of the funds, the investments are deemed
prudent in the opinion of the Director of Finance, and the investments are not
prohibited by the applicable bond documents. Tax and Revenue Anticipation
Notes or other temporary financing proceeds shall not be invested for a term that
exceeds the term of the debt.
(Q) Safekeeping
To protect against potential losses by collapse of individual securities dealers, all
deliverable securities owned by the City, including collateral on repurchase
agreements, shall be held in safekeeping by a third party bank trust department
acting as agent for the City under the terms of a custody agreement executed by
the bank and by the City. All deliverable securities will be received and delivered
using standard delivery-versus-payment procedures.
(R) Qualified Financial Institutions and Broker/Dealers
The Director of Finance shall maintain a list of approved financial institutions
authorized to provide investment related services to the City. In addition, the City
shall maintain a list of approved security broker/dealers selected by conducting a
process of due diligence. These may include ‘primary’ dealers or regional dealers
that qualify under Securities and Exchange Commission (“SEC”) Rule 15C3-1
(uniform net capital rule). A copy of this Investment Policy shall be sent annually
to all firms with which the City executes investments.
Additionally, all financial institutions and broker/dealers who desire to become
qualified bidders of investment transactions must provide the Director of Finance
with the following:
•Audited Financial Statements
•Proof of State Registration
•Copy of most recently filed Financial Industry Regulated Authority (FINRA)
documentation
•Certification of having read the Investment Policy and depository contracts
of the City of San Bernardino
Packet Pg. 149
Packet Page. 529
Exhibit A
- 14 -
The Director of Finance will review the existing list of either qualified
broker/dealers or qualified bidders for investment transactions on an annual
basis. At the discretion of the Director of Finance, and with the due diligence
noted above, add or delete either broker/dealers or qualified bidders.
(S) Continuing Education and Training
To ensure the highest level of professional standards for the execution of the
investment program, investment staff responsible for the day-to-day
management of the portfolio are encouraged to engage in continuing education
in the areas of cash and investment management.
Packet Pg. 150
Packet Page. 530
Exhibit A
- 15 -
GLOSSARY
AGENCIES: Federal agency securities.
BANKERS’ ACCEPTANCE (BA): A draft or bill or exchange accepted by a bank or trust company.
The accepting institution guarantees payment of the bill, as well as the issuer. The drafts are
drawn on a bank by an exporter or importer to obtain funds to pay for specific merchandise. An
acceptance is a high grade negotiable instrument.
BENCHMARK: A comparative base for measuring the performance or risk tolerance of the
investment portfolio. A benchmark should represent a close correlation to the level of risk and
the average duration of the portfolio’s investments.
BROKER: A broker brings buyers and sellers together for a commission. He/she does not take a
position.
CERTIFICATE OF DEPOSIT (CD): A time deposit with a specific maturity evidenced by a certificate.
Large-denomination CD’s are typically negotiable.
COLLATERAL: Securities, evidence of deposit or other property, which a borrower pledges to
secure repayment of a loan. Also refers to securities pledged by a bank to secure deposits of
public monies.
COMMERCIAL PAPER: Short term unsecured promissory note issued by a corporation (including
limited liability companies) to raise working capital. These negotiable instruments are purchased
at a discount to par value or at par value with interest bearing. Commercial paper is issued by
corporations such as General Motors Acceptance Corporation, IBM, Bank of America, etc.
COUPON: a) The annual rate of interest that a bond’s issuer promises to pay the bondholder on
the bond’s face value. b) A certificate attached to a bond evidencing interest due on a payment
date.
DEALER: A dealer, as opposed to a broker, acts as a principal in all transactions; buying and selling
for his/her own account.
DELIVERY VERSUS PAYMENT: There are two methods of delivery of securities: delivery versus
payment and delivery versus receipt. Delivery versus payment is delivery of securities with an
Packet Pg. 151
Packet Page. 531
Exhibit A
- 16 -
exchange of money for the securities. Delivery versus receipt is delivery of securities with an
exchange of a signed receipt for the securities.
DIVERSIFICATION: Dividing investment funds among a variety of securities offering independent
returns.
FEDERAL CREDIT AGENCIES: Agencies of the Federal government set up to supply credit to
various classes of institutions (e.g. S&L’s, Small business firms, students, farmers, farm
cooperatives, and exporters).
FEDERAL DEPOSIT INSURANCE CORPORATION (FDIC): A Federal agency
that insures bank deposits, currently up to $250,000 per deposit.
LIQUIDITY: A liquid asset is one that can be converted easily and rapidly into cash without a
substantial loss of value. In the money market, a security is said to be liquid if the spread between
bid and asked prices is narrow and a reasonable size can be done at those quotes.
LOCAL GOVERNMENT INVESTMENT POOL (LGIP): The aggregate of all funds from political
subdivisions that are placed in the custody of the State Treasurer for investment and
reinvestment.
MARKET VALUE: The price at which a security is trading and could presumably be purchased or
sold.
MATURITY: The date upon which the principal or stated value of an investment becomes due
and payable.
MONEY MARKET: The market in which short-term debt instruments (bills, commercial paper,
bankers’ acceptances, etc.) are issued and traded.
NATIONALLY RECOGNIZED STATISTICAL RATING ORGANIZATION
(“NRSRO”): Firms that review and assess the creditworthiness of an obligor as an entity or with
respect to specific securities or money market instruments and express their opinion in the form
of a letter rating. A credit rating agency may apply to the SEC for registration as a nationally
recognized statistical rating organization (“NRSRO”). The primary rating agencies are Standard &
Poor’s Corporation, Moody’s Investor Services, Inc. and Fitch, Inc.
Packet Pg. 152
Packet Page. 532
Exhibit A
- 17 -
NEGOTIABLE CERTIFICATES OF DEPOSIT: Generally, short-term debt instrument that usually pays
interest and is issued by a bank, savings or federal association, state or federal credit union, or
state-licensed branch of a foreign bank. Negotiable CDs are traded in a·secondary market and
are payable upon order to the bearer or initial depositor (investor). Negotiable CDs are insured
by FDIC up to $250,000, but they are not collateralized beyond that amount.
NON-NEGOTIABLE CERTIFICATES OF DEPOSIT: CDs that carry a penalty if redeemed prior to
maturity. Non-negotiable CDs issued by banks and savings and loans are insured by the Federal
Deposit Insurance Corporation up to the amount of $250,000, including principal and interest.
Amounts deposited above this amount may be secured with other forms of collateral through an
agreement between the investor and the issuer. Collateral may include other securities including
Treasuries or agency securities such as those issued by the Federal National Mortgage
Association.
PORTFOLIO: Collection of securities held by an investor.
PRIMARY DEALER: A group of government securities dealers who submit daily reports of market
activity and positions and monthly financial statements to the Federal Reserve Bank of New York
and are subject to its informal oversight. Primary dealers include Securities and Exchange
Commission (SEC)-registered securities broker/dealers, banks and a few unregulated firms.
PRUDENT PERSON RULE: An investment standard. In some states, the law requires that a
fiduciary, such as a trustee, may invest money only in a list of securities selected by the custody
state—the so-called “legal list”. In other states, the trustee may invest in a security if it is one
that would be bought by a prudent person of discretion and intelligence who is seeking a
reasonable income and preservation of capital.
RATE OF RETURN: The yield obtainable on a security based on its purchase price or its current
market price. This may be the amortized yield to maturity; on a bond, the current income return.
SAFEKEEPING: The service provided by banks and trust companies for clients when the bank or
trust company stores the securities, takes in coupon payments, and redeems issues at maturity.
SECURITIES & EXCHANGE COMMISSION: Agency created by Congress to protect investors in
securities transactions by administering securities legislation.
SEC RULE 150-1: See “Uniform Net Capital Rule”.
Packet Pg. 153
Packet Page. 533
Exhibit A
- 18 -
SUPRANATIONAL SECURITIES: United States dollar denominated senior unsecured
unsubordinated obligations issued or unconditionally guaranteed by the International Bank for
Reconstruction and Development (IBRD), International Finance Corporation (IFC), or Inter-
American Development Bank (IDB), with a maximum remaining maturity of five years or less, and
eligible for purchase and sale within the United States. Investments under this subdivision shall
be rated “AA” or better by an NRSRO and shall not exceed 10 percent of the agency’s moneys
that may be invested pursuant to this section.
TREASURY BILLS: A non-interest bearing discount security issued by the U.S. Treasury to finance
the national debt. Most bills are issued to mature in three months, six months, or one year.
TREASURY BOND: Long-term U.S. Treasury securities having initial maturities of more than 10
years.
TREASURY NOTES: Intermediate-term coupon bearing U.S. Treasury having initial maturities of
from one year to ten years.
UNIFORM NET CAPITAL RULE: Securities and Exchange Commission requirement that member
firms as well as nonmember broker/dealers in securities maintain a maximum ratio of
indebtedness to liquid capital of 15 to 1; also called net capital rule and net capital ratio.
Indebtedness covers all money owed to a firm, including margin loans and commitments to
purchase securities, one reason new public issues are spread among members of underwriting
syndicates. Liquid capital includes cash and assets easily converted into cash.
YIELD: The rate of annual income return on an investment, expressed as a percentage.
(a) Income Yield is obtained by dividing the current dollar income by the current market price
for the security. (b) Net Yield or Yield to Maturity is the current income yield minus any premium
above par or plus any discount from par in purchase price, with the adjustment spread over the
period from the date of purchase to the date of maturity of the bond.
Packet Pg. 154
Packet Page. 534
2
0
7
8
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Rochelle Clayton, Acting City Manager
C. Jeannie Fortune, Interim Director of Finance & Management
Services
Department:Finance
Subject:Approval of Commercial and Payroll Disbursements
(All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California approve the commercial and payroll disbursements for May 2024.
Executive Summary
This action is to approve the commercial and payroll disbursements. This is regular
business of the Mayor and City Council ensuring that the City pays vendors,
employees, and the retirement system timely, accurately and with full transparency for
the community.
Background
Completed commercial and payroll disbursement registers are submitted to the Mayor
and City Council for approval. This happens on a regular basis, typically every meeting
for the most recently completed disbursement registers.
The detailed warrant registers are available on the City Website and are updated
weekly by the Finance Department. The registers may be accessed by copying the
following link into an internet browser:
https://sbcity.org/city_hall/finance/warrant_register
Packet Page. 535
2
0
7
8
Discussion
2021-2025 Strategic Targets and Goals
Approval of the noted check and EFT registers for commercial and payroll
disbursements align with Key Target No. 1: Improved Operational & Financial Capacity
by creating a framework for spending decisions.
Fiscal Impact
Amounts noted in the disbursement registers have no further fiscal impact. Amounts
were paid consistent with existing budget authorization and no further budgetary
impact is required.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino
approve the commercial and payroll disbursements for May 2024.
Attachments
Attachment 1 Payroll Summary Report for May 2024
Attachment 2 Commercial checks & Payroll Register #54
Attachment 3 Commercial checks & Payroll Register #55
Attachment 4 Commercial checks & Payroll Register #56
Attachment 5 Commercial checks & Payroll Register #57
Attachment 6 Commercial checks & Payroll Register #58
Attachment 7 Commercial checks & Payroll Register #59
Attachment 8 Commercial EFT Registers #1625-1634
Attachment 9 Commercial EFT Registers #1635-1640
Gross Payroll
Bi-Weekly for May 9, 2024 $3,162,325.73
Bi-Weekly for May 23, 2024 $3,200,627.52
Monthly for May 15, 2024 $26,950.00
Total Payroll Demands: $6,389,903.25
The following check registers are being presented for approval:
May 2, 2024 2023/24 (Regi ster #54)$1,005,743.56
May 9, 2024 2023/24 (Regi ster #55)$1,917,718.87
May 16, 2024 2023/24 (Regi ster #56)$1,795,048.05
May 23, 2024 2023/24 (Regi ster #57)$636,267.13
May 30, 2024 2023/24 (Regi ster #58)$1,713,751.25
May 30, 2024 2023/24 (Regi ster #59)$14,744.28
Total commercial check demands:$7,083,273.14
The following Electroni c Funds Transfer (EFT) regi sters presented for approval:
April 3, 2024-April 25, 2024 2023/24 (Regi ster #1625-1634)$2,428,404.23
May 1, 2024-May 9, 2024 2023/24 (Regi ster #1635-1640)$1,760,885.12
Total commercial EFT demands:$4,189,289.35
Packet Page. 536
2
0
7
8
Ward:
All Wards
Synopsis of Previous Council Actions:
N/A
Packet Page. 537
Packet Page. 538
Packet Page. 539
Packet Page. 540
Packet Page. 541
Packet Page. 542
Packet Page. 543
Packet Page. 544
Packet Page. 545
Packet Page. 546
Packet Page. 547
Packet Page. 548
Packet Page. 549
Packet Page. 550
Packet Page. 551
Packet Page. 552
Packet Page. 553
Packet Page. 554
Packet Page. 555
Packet Page. 556
Packet Page. 557
Packet Page. 558
Packet Page. 559
Packet Page. 560
Packet Page. 561
Packet Page. 562
Packet Page. 563
Packet Page. 564
Packet Page. 565
Packet Page. 566
Packet Page. 567
Packet Page. 568
Packet Page. 569
Packet Page. 570
Packet Page. 571
Packet Page. 572
Packet Page. 573
Packet Page. 574
Packet Page. 575
Packet Page. 576
Packet Page. 577
Packet Page. 578
Packet Page. 579
Packet Page. 580
Packet Page. 581
Packet Page. 582
Packet Page. 583
Packet Page. 584
Packet Page. 585
Packet Page. 586
Packet Page. 587
Packet Page. 588
Packet Page. 589
Packet Page. 590
Packet Page. 591
Packet Page. 592
Packet Page. 593
Packet Page. 594
Packet Page. 595
Packet Page. 596
Packet Page. 597
Packet Page. 598
Packet Page. 599
Packet Page. 600
Packet Page. 601
Packet Page. 602
Packet Page. 603
Packet Page. 604
Packet Page. 605
Packet Page. 606
Packet Page. 607
Packet Page. 608
Packet Page. 609
Packet Page. 610
Packet Page. 611
Packet Page. 612
Packet Page. 613
Packet Page. 614
Packet Page. 615
Packet Page. 616
Packet Page. 617
Packet Page. 618
Packet Page. 619
Packet Page. 620
Packet Page. 621
Packet Page. 622
Packet Page. 623
Packet Page. 624
Packet Page. 625
Packet Page. 626
Packet Page. 627
Packet Page. 628
Packet Page. 629
Packet Page. 630
Packet Page. 631
Packet Page. 632
Packet Page. 633
Packet Page. 634
Packet Page. 635
Packet Page. 636
Packet Page. 637
Packet Page. 638
Packet Page. 639
Packet Page. 640
Packet Page. 641
Packet Page. 642
Packet Page. 643
Packet Page. 644
Packet Page. 645
Packet Page. 646
Packet Page. 647
Packet Page. 648
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Rochelle Clayton, Acting City Manager;
Andrea Russell, Director of Human Resources & Risk
Management
Department:Human Resources & Risk Management
Subject:Professional Services Agreements for Workers'
Compensation Legal Services (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, authorize the City Manager or designee to execute professional services
agreements with the Hanna, Brophy, MacLean, McAleer & Jensen, Black & Rose and
Goldman, Magdalin & Straatsma for Workers' Compensation Legal Services.
Executive Summary
Staff prepared a Request for Proposal (RFP) for workers’ compensation legal services
which garnered four responses. The proposals were evaluated, and Hanna, Brophy,
MacLean, McAleer & Jensen (Hanna Brophy), Black & Rose, and Goldman, Magdalin
& Straatsma (GMS) were selected as the most qualified respondents.
Background
On September 5, 2018, the Mayor and City Council authorized the City Manager to
execute the reinstated professional services agreement between Goldman, Magdalin
and Krikes (GMK), LLP and the City of San Bernardino in the amount of $300,000 for
workers’ compensation legal services.
Because the City’s current contract with GMS, formerly GMK, is due to sunset and all
contract extensions had been exhausted, Staff released an RFP that garnered four
proposals from the respondents listed below. The proposals were evaluated by staff
from the Human Resources & Risk Management Department. The quality of services
to be provided were considered in determining the most qualified respondent.
RFP Respondent Group Score
Packet Page. 649
Hanna, Brophy, MacLean, McAleer &
Jensen (Hanna Brophy)
105
Black & Rose 73
Goldman, Magdalin & Straatsma
(GMS)
97
Mullen & Filippi 72
Discussion
As the City continues to grow and face increasingly complex legal issues in the
workers‘ compensation realm, it has become beneficial to utilize a workers’
compensation legal panel as opposed to working with only one firm. A legal panel is a
group of law firms who are approved to provide legal services to the City. Using a panel
of workers’ compensation law firms can help the City get the best possible service and
value for money from external legal counsel. A panel arrangement will ensure that each
firm demonstrates their value and purpose. In addition, the perceived competitive
nature could lead to faster resolution of claims, decreasing overall costs in legal fees.
The proposed agreements with Hanna Brophy, Black & Rose and GMS will support
the City by providing strategic workers’ compensation claims handling to reduce
exposure and expenses efficiently and effectively.
The scope of services will include:
•Review and/prepare reports, resolutions, orders, agreements, forms, and
documents required for Workers’ Compensation matters.
•Research and interpret Workers’ Compensation laws, court decisions and other
legal authorities in order to prepare recommendations.
•Provide clear and concise legal advice and consultation on an as needed basis
as requested and required.
•Prepare, review and revise staff documents, including, but not limited to initiation
of memorandums concerning legal issues on Workers’ Compensation Claims
and recommended negotiated claim settlements.
•Attend City Council closed session meetings to present settlement
recommendations on claims.
•Make appearances at Workers’ Compensation Appeals Board (WCAB).
•Provide related Workers’ Compensation training to City staff.
•Provide expert knowledge in temporary disability, permanent
disability, indemnity and rating, industrial disability/causation, medical
consultation, rehabilitation Voucher, Agreed Medical Examiner (AME), Panel
Qualified Medical Examiner (PQME) and case settlement.
Hanna Brophy
With over 80 years of experience, Hanna Brophy specializes in representing
employers and insurance carriers throughout California, particularly in the defense of
public entities. Having established 15 offices across California, they are well
positioned to provide local representation at every Workers' Compensation Appeals
Packet Page. 650
Board and Office of Administrative Hearings venue in the state. Their team of 130
attorneys, who represent approximately 250 governmental entities, insurance
companies, self-insured employers, and third-party administrators, possesses
extensive experience in managing the defense of public entity claims.
Hanna Brophy has a proven track record of success, demonstrated by their expertise
in litigating the unique issues associated with claims filed by governmental employees
and peace officers. They are litigation specialists and expert trial attorneys who
prioritize early settlement negotiations while staying ahead of shifting industry trends.
They will offer legal representation to the City of San Bernardino for workers'
compensation claims, industrial disability retirement claims (including safety officers),
Labor Code §132(a) claims, serious and willful misconduct claims, and disability
retirement. In addition, they will provide advisory legal opinions, training, and
education on workers' compensation and industrial disability retirement topics.
Black & Rose
For over 20 years, Black and Rose has been representing employers and carriers at
WCABs across the state. In performing its legal services, their attorneys have
represented cities, counties, and numerous other public entities. Black and Rose will
focus on the reduction of workers‘ compensation claims and the costs associated
therewith so as to increase the funds available for the City.
The attorneys designated to the City’s litigation team are experts in temporary
disability/causation medical consultation, SJDB vouchers, AME’s, PQME’s, and case
settlement. The attorneys will conduct discovery which may include depositions of
claimants, interviews with witnesses, cross-examination of and consultation with
medical experts, permanent disability rating of medical reports, organizing and
reviewing video surveillance in connection with a fraud investigation, and making
appearances and taking cases and liens to trial on behalf of the City.
As a part of the Workers Compensation Legal Services program, the attorneys of
Black and Rose will work closely with City contacts and the third-party administrator
to control and reduce costs associated with workers’ compensation claims. The
attorneys will investigate claims so as to reduce medical treatment costs, minimize the
outflow of resources, reduce exposure for future medical costs and permanent
disability, and reduce reserves through case closures.
GMS
Since its founding in 1999, GMS has represented employers, businesses, public
entities and insurance companies in California and the United States. The expertise
gained by GMS in representing and partnering with their public agency clients have
allowed them to identify the best workers’ compensation practices in the public agency
sector.
GMS has demonstrated effective workers’ compensation legal services by strategizing
Packet Page. 651
cost savings opportunities through claim settlements and comprehensive claim
management review techniques.
They will provide detailed reviews of each case to devise a strategic plan to fit the
claim and organizational goals while reducing the City’s exposure in the most
professional, reasonable and expeditious manner with each claim. GMS Staff includes
highly skilled, experienced and trained attorneys, including lien resolution specialists,
in addition to experts in workers’ compensation law, subrogation, lien resolution,
mediation, public entities and disability retirement
If approved, all agreements will begin July 1, 2024, through June 30, 2027, with an
option for two, one-year extensions thereafter.
2021-2025 Strategic Targets and Goals
The proposed professional services agreements align with Goal No. 1: Financial
Stability. Each firm will provide Workers’ Compensation legal services to the City which
will help minimize risk and litigation exposure.
Fiscal Impact
There is no fiscal impact to the General Fund. There is sufficient budget in FY24/25
for this item.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, authorize the City Manager or designee to execute professional services
agreements with the Hanna, Brophy, MacLean, McAleer & Jensen, Black & Rose and
Goldman, Magdalin & Straatsma, LLP for Workers' Compensation Legal Services.
Attachments
Attachment 1 – Exhibit A - Professional Services Agreements - Hanna,
Brophy, MacLean, McAleer & Jensen
Attachment 2 – Exhibit B - Professional Services Agreements - Black &
Rose
Attachment 3 – Exhibit C - Professional Services Agreements - Goldman,
Magdalin & Straatsma
Ward:
All Wards
Synopsis of Previous Council Actions:
On September 8, 2015, the Mayor and City Council adopted Resolution No. 2015-198
authorizing the execution of a professional services agreement between Goldman,
Magdalin and Krikes (GMK), LLP, and the City of San Bernardino in the amount of
$300,000 for workers’ compensation legal services.
On September 5, 2018, the Mayor and City Council authorized the City Manager to
Packet Page. 652
execute the amended and restated professional services agreement between
Goldman, Magdalin and Krikes (GMK), LLP and the City of San Bernardino in the
amount of $300,000 for workers’ compensation legal services.
Packet Page. 653
EXHIBIT A
1
PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF SAN BERNARDINO
AND HANNA, BROPHY, MACLEAN, MCALEER AND JENSEN, LLP
This Agreement is made and entered into as of July 1, 2024 by and between the
City of San Bernardino, a charter city and municipal corporation organized and operating
under the laws of the State of California with its principal place of business at Vanir Tower,
290 North D Street, San Bernardino, CA 92401 (“City”), and Hanna, Brophy, MacLean,
McAleer and Jensen, a Limited Liability Partnership with its principal place of business at
180 Grand Avenue, Suite 720, Oakland, CA 94612 (hereinafter referred to as
“Consultant”). City and Consultant are hereinafter sometimes referred to individually as
“Party” and collectively as the “Parties.”
RECITALS
A. City is a public agency of the State of California and is in need of
professional services for the following project:
Provide workers’ compensation legal services, utilizing creative and effective litigation
strategies to resolve claims in a timely manner with minimal exposure to the City.
(hereinafter referred to as “the Project”).
B. Consultant is duly licensed and has the necessary qualifications to provide
such services.
C. The Parties desire by this Agreement to establish the terms for City to retain
Consultant to provide the services described herein.
NOW, THEREFORE, IT IS AGREED AS FOLLOWS:
AGREEMENT
1. Incorporation of Recitals. The recitals above are true and correct and are
hereby incorporated herein by this reference.
2. Services. Consultant shall provide the City with the services described in
the Scope of Services attached hereto as Exhibit “A.”
3. Professional Practices. All professional services to be provided by
Consultant pursuant to this Agreement shall be provided by personnel identified in their
proposal. Consultant warrants that Consultant is familiar with all laws that may affect its
performance of this Agreement and shall advise City of any changes in any laws that may
affect Consultant’s performance of this Agreement. Consultant further represents that no
City employee will provide any services under this Agreement.
4. Compensation.
Packet Page. 654
EXHIBIT A
2
a. Subject to paragraph 4(b) below, the City shall pay for such services
in accordance with the Schedule of Charges set forth in Exhibit “A.”
b. In no event shall the total amount paid for services rendered by
Consultant under this Agreement exceed the sum of one hundred thousand ($100,000)
annually. This amount is to cover all related costs, and the City will not pay any additional
fees for printing expenses. Consultant may submit invoices to City for approval. Said
invoice shall be based on the total of all Consultant’s services which have been completed
to City’s sole satisfaction. City shall pay Consultant’s invoice within forty-five (45) days
from the date City receives said invoice. The invoice shall describe in detail the services
performed and the associated time for completion. Any additional services approved and
performed pursuant to this Agreement shall be designated as “Additional Services” and
shall identify the number of the authorized change order, where applicable, on all
invoices.
5. Additional Work. If changes in the work seem merited by Consultant or the
City, and informal consultations with the other party indicate that a change is warranted,
it shall be processed in the following manner: a letter outlining the changes shall be
forwarded to the City by Consultant with a statement of estimated changes in fee or time
schedule. An amendment to this Agreement shall be prepared by the City and executed
by both Parties before performance of such services, or the City will not be required to
pay for the changes in the scope of work. Such amendment shall not render ineffective
or invalidate unaffected portions of this Agreement.
a. Adjustments. No retroactive price adjustments will be considered.
Additionally, no price increases will be permitted during the first year of this Agreement,
unless agreed to by City and Consultant in writing.
6. Term. This Agreement shall commence on the Effective Date and continue
through June 30, 2027, with the option of two (2), one (1) year extensions, unless the
Agreement is previously terminated as provided for herein (“Term”).
7. Maintenance of Records; Audits.
a. Records of Consultant’s services relating to this Agreement shall be
maintained in accordance with generally recognized accounting principles and shall be
made available to City for inspection and/or audit at mutually convenient times for a period
of four (4) years from the Effective Date.
b. Books, documents, papers, accounting records, and other evidence
pertaining to costs incurred shall be maintained by Consultant and made available at all
reasonable times during the contract period and for four (4) years from the date of final
payment under the contract for inspection by City.
8. Time of Performance. Consultant shall perform its services in a prompt and
timely manner and shall commence performance upon receipt of written notice from the
Packet Page. 655
EXHIBIT A
3
City to proceed. Consultant shall complete the services required hereunder within Term.
9. Delays in Performance.
a. Neither City nor Consultant shall be considered in default of this
Agreement for delays in performance caused by circumstances beyond the reasonable
control of the non-performing Party. For purposes of this Agreement, such circumstances
include a Force Majeure Event. A Force Majeure Event shall mean an event that
materially affects the Consultant’s performance and is one or more of the following: (1)
Acts of God or other natural disasters occurring at the project site; (2) terrorism or other
acts of a public enemy; (3) orders of governmental authorities (including, without
limitation, unreasonable and unforeseeable delay in the issuance of permits or approvals
by governmental authorities that are required for the services); and (4) pandemics,
epidemics or quarantine restrictions. For purposes of this section, “orders of
governmental authorities,” includes ordinances, emergency proclamations and orders,
rules to protect the public health, welfare and safety.
b. Should a Force Majeure Event occur, the non-performing Party shall,
within a reasonable time of being prevented from performing, give written notice to the
other Party describing the circumstances preventing continued performance and the
efforts being made to resume performance of this Agreement. Delays shall not entitle
Consultant to any additional compensation regardless of the Party responsible for the
delay.
c. Notwithstanding the foregoing, the City may still terminate this
Agreement in accordance with the termination provisions of this Agreement.
10. Compliance with Law.
a. Consultant shall comply with all applicable laws, ordinances, codes
and regulations of the federal, state and local government, including Cal/OSHA
requirements.
b. If required, Consultant shall assist the City, as requested, in obtaining
and maintaining all permits required of Consultant by federal, state and local regulatory
agencies.
c. If applicable, Consultant is responsible for all costs of clean up and/
or removal of hazardous and toxic substances spilled as a result of his or her services or
operations performed under this Agreement.
11. Standard of Care. Consultant’s services will be performed in accordance
with generally accepted professional practices and principles and in a manner consistent
with the level of care and skill ordinarily exercised by members of the profession currently
practicing under similar conditions. Consultant’s performance shall conform in all material
Packet Page. 656
EXHIBIT A
4
respects to the requirements of the Scope of Work.
12. Conflicts of Interest. During the term of this Agreement, Consultant shall at
all times maintain a duty of loyalty and a fiduciary duty to the City and shall not accept
payment from or employment with any person or entity which will constitute a conflict of
interest with the City.
13. City Business Certificate. Consultant shall, prior to execution of this
Agreement, obtain and maintain during the term of this Agreement a valid business
registration certificate from the City pursuant to Title 5 of the City’s Municipal Code and
any and all other licenses, permits, qualifications, insurance, and approvals of whatever
nature that are legally required of Consultant to practice his/her profession, skill, or
business.
14. Assignment and Subconsultant. Consultant shall not assign, sublet, or
transfer this Agreement or any rights under or interest in this Agreement without the
written consent of the City, which may be withheld for any reason. Any attempt to so
assign or so transfer without such consent shall be void and without legal effect and shall
constitute grounds for termination. Subcontracts, if any, shall contain a provision making
them subject to all provisions stipulated in this Agreement. Nothing contained herein shall
prevent Consultant from employing independent associates and subconsultants as
Consultant may deem appropriate to assist in the performance of services hereunder.
15. Independent Consultant. Consultant is retained as an independent
contractor and is not an employee of City. No employee or agent of Consultant shall
become an employee of City. The work to be performed shall be in accordance with the
work described in this Agreement, subject to such directions and amendments from City
as herein provided. Any personnel performing the work governed by this Agreement on
behalf of Consultant shall at all times be under Consultant’s exclusive direction and
control. Consultant shall pay all wages, salaries, and other amounts due such personnel
in connection with their performance under this Agreement and as required by law.
Consultant shall be responsible for all reports and obligations respecting such personnel,
including, but not limited to: social security taxes, income tax withholding, unemployment
insurance, and workers’ compensation insurance.
16. Insurance. Consultant shall not commence work for the City until it has
provided evidence satisfactory to the City it has secured all insurance required under this
section. In addition, Consultant shall not allow any subcontractor to commence work on
any subcontract until it has secured all insurance required under this section.
a. Additional Insured
The City of San Bernardino, its officials, officers, employees, agents, and
volunteers shall be named as additional insureds on Consultant’s and its subconsultants’
policies of commercial general liability and automobile liability insurance using the
endorsements and forms specified herein or exact equivalents.
Packet Page. 657
EXHIBIT A
5
b. Commercial General Liability
(i) The Consultant shall take out and maintain, during the
performance of all work under this Agreement, in amounts not less than specified herein,
Commercial General Liability Insurance, in a form and with insurance companies
acceptable to the City.
(ii) Coverage for Commercial General Liability insurance shall be
at least as broad as the following:
Insurance Services Office Commercial General Liability
coverage (Occurrence Form CG 00 01) or exact equivalent.
(iii) Commercial General Liability Insurance must include
coverage for the following:
(1) Bodily Injury and Property Damage
(2) Personal Injury/Advertising Injury
(3) Premises/Operations Liability
(4) Products/Completed Operations Liability
(5) Aggregate Limits that Apply per Project
(6) Explosion, Collapse and Underground (UCX)
exclusion deleted
(7) Contractual Liability with respect to this Contract
(8) Broad Form Property Damage
(9) Independent Consultants Coverage
(iv) The policy shall contain no endorsements or provisions
limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits
by one insured against another; (3) products/completed operations liability; or (4) contain
any other exclusion contrary to the Agreement.
(v) The policy shall give City, its elected and appointed officials,
officers, employees, agents, and City-designated volunteers additional insured status
using ISO endorsement forms CG 20 10 10 01 and 20 37 10 01, or endorsements
providing the exact same coverage.
(vi) The general liability program may utilize either deductibles
or provide coverage excess of a self-insured retention, subject to written approval by the
City, and provided that such deductibles shall not apply to the City as an additional
insured.
c. Automobile Liability
(i) At all times during the performance of the work under this
Agreement, the Consultant shall maintain Automobile Liability Insurance for bodily injury
Packet Page. 658
EXHIBIT A
6
and property damage including coverage for owned, non-owned and hired vehicles, in a
form and with insurance companies acceptable to the City.
(ii) Coverage for automobile liability insurance shall be at least
as broad as Insurance Services Office Form Number CA 00 01 covering automobile
liability (Coverage Symbol 1, any auto).
(iii) The policy shall give City, its elected and appointed officials,
officers, employees, agents and City designated volunteers additional insured status.
(iv) Subject to written approval by the City, the automobile liability
program may utilize deductibles, provided that such deductibles shall not apply to the City
as an additional insured, but not a self-insured retention.
d. Workers’ Compensation/Employer’s Liability
(i) Consultant certifies that he/she is aware of the provisions of
Section 3700 of the California Labor Code which requires every employer to be insured
against liability for workers’ compensation or to undertake self-insurance in accordance
with the provisions of that code, and he/she will comply with such provisions before
commencing work under this Agreement.
(ii) To the extent Consultant has employees at any time during
the term of this Agreement, at all times during the performance of the work under this
Agreement, the Consultant shall maintain full compensation insurance for all persons
employed directly by him/her to carry out the work contemplated under this Agreement,
all in accordance with the “Workers’ Compensation and Insurance Act,” Division IV of the
Labor Code of the State of California and any acts amendatory thereof, and Employer’s
Liability Coverage in amounts indicated herein. Consultant shall require all
subconsultants to obtain and maintain, for the period required by this Agreement, workers’
compensation coverage of the same type and limits as specified in this section.
e. Professional Liability (Errors and Omissions)
At all times during the performance of the work under this Agreement the
Consultant shall maintain professional liability or Errors and Omissions insurance
appropriate to its profession, in a form and with insurance companies acceptable to the
City and in an amount indicated herein. This insurance shall be endorsed to include
contractual liability applicable to this Agreement and shall be written on a policy form
coverage specifically designed to protect against acts, errors or omissions of the
Consultant. “Covered Professional Services” as designated in the policy must specifically
include work performed under this Agreement. The policy must “pay on behalf of” the
insured and must include a provision establishing the insurer's duty to defend.
f. Privacy/Network Security (Cyber)
Packet Page. 659
EXHIBIT A
7
At all times during the performance of the work under this Agreement, the
Consultant shall maintain privacy/network security insurance for: (1) privacy breaches,
(2) system breaches, (3) denial or loss of service, and the (4) introduction, implantation
or spread of malicious software code, in a form and with insurance companies acceptable
to the City.
g. Minimum Policy Limits Required
(i) The following insurance limits are required for the
Agreement:
Combined Single Limit
Commercial General Liability $2,000,000 per occurrence/$4,000,000
aggregate for bodily injury, personal
injury, and property damage
Automobile Liability $1,000,000 per occurrence for bodily
injury and property damage
Employer’s Liability $1,000,000 per occurrence
Professional Liability $1,000,000 per claim and aggregate
(errors and omissions)
Cyber Liability $1,000,000 per occurrence and
aggregate
h. Evidence Required
Prior to execution of the Agreement, the Consultant shall file with the City
evidence of insurance from an insurer or insurers certifying to the coverage of all
insurance required herein. Such evidence shall include original copies of the ISO CG
00 01 (or insurer’s equivalent) signed by the insurer’s representative and Certificate of
Insurance (Acord Form 25-S or equivalent), together with required endorsements. All
evidence of insurance shall be signed by a properly authorized officer, agent, or qualified
representative of the insurer and shall certify the names of the insured, any additional
insureds, where appropriate, the type and amount of the insurance, the location and
operations to which the insurance applies, and the expiration date of such insurance.
i. Policy Provisions Required
(i) Consultant shall provide the City at least thirty (30) days prior
written notice of cancellation of any policy required by this Agreement, except that the
Consultant shall provide at least ten (10) days prior written notice of cancellation of any
such policy due to non-payment of the premium. If any of the required coverage is
cancelled or expires during the term of this Agreement, the Consultant shall deliver
Packet Page. 660
EXHIBIT A
8
renewal certificate(s) including the General Liability Additional Insured Endorsement to
the City at least ten (10) days prior to the effective date of cancellation or expiration.
(ii) The Commercial General Liability Policy and Automobile
Policy shall each contain a provision stating that Consultant’s policy is primary insurance
and that any insurance, self-insurance or other coverage maintained by the City or any
named insureds shall not be called upon to contribute to any loss.
(iii) The retroactive date (if any) of each policy is to be no later
than the effective date of this Agreement. Consultant shall maintain such coverage
continuously for a period of at least three years after the completion of the work under
this Agreement. Consultant shall purchase a one (1) year extended reporting period A)
if the retroactive date is advanced past the effective date of this Agreement; B) if the
policy is cancelled or not renewed; or C) if the policy is replaced by another claims-made
policy with a retroactive date subsequent to the effective date of this Agreement.
(iv) All required insurance coverages, except for the professional
liability coverage, shall contain or be endorsed to provide waiver of subrogation in favor
of the City, its officials, officers, employees, agents, and volunteers or shall specifically
allow Consultant or others providing insurance evidence in compliance with these
specifications to waive their right of recovery prior to a loss. Consultant hereby waives
its own right of recovery against City, and shall require similar written express waivers
and insurance clauses from each of its subconsultants.
(v) The limits set forth herein shall apply separately to each
insured against whom claims are made or suits are brought, except with respect to the
limits of liability. Further the limits set forth herein shall not be construed to relieve the
Consultant from liability in excess of such coverage, nor shall it limit the Consultant’s
indemnification obligations to the City and shall not preclude the City from taking such
other actions available to the City under other provisions of the Agreement or law.
j. Qualifying Insurers
(i) All policies required shall be issued by acceptable insurance
companies, as determined by the City, which satisfy the following minimum
requirements:
(1) Each such policy shall be from a company or
companies with a current A.M. Best's rating of no less than A:VII and admitted to
transact in the business of insurance in the State of California, or otherwise allowed
to place insurance through surplus line brokers under applicable provisions of the
California Insurance Code or any federal law.
k. Additional Insurance Provisions
(i) The foregoing requirements as to the types and limits of
insurance coverage to be maintained by Consultant, and any approval of said insurance
Packet Page. 661
EXHIBIT A
9
by the City, is not intended to and shall not in any manner limit or qualify the liabilities
and obligations otherwise assumed by the Consultant pursuant to this Agreement,
including, but not limited to, the provisions concerning indemnification.
(ii) If at any time during the life of the Agreement, any policy of
insurance required under this Agreement does not comply with these specifications or is
canceled and not replaced, City has the right but not the duty to obtain the insurance it
deems necessary and any premium paid by City will be promptly reimbursed by
Consultant or City will withhold amounts sufficient to pay premium from Consultant
payments. In the alternative, City may cancel this Agreement.
(iii) The City may require the Consultant to provide complete
copies of all insurance policies in effect for the duration of the Project.
(iv) Neither the City nor the City Council, nor any member of the
City Council, nor any of the officials, officers, employees, agents or volunteers shall be
personally responsible for any liability arising under or by virtue of this Agreement.
l. Subconsultant Insurance Requirements. Consultant shall not allow
any subcontractors or subconsultants to commence work on any subcontract until they
have provided evidence satisfactory to the City that they have secured all insurance
required under this section. Policies of commercial general liability insurance provided
by such subcontractors or subconsultants shall be endorsed to name the City as an
additional insured using ISO form CG 20 38 04 13 or an endorsement providing the exact
same coverage. If requested by Consultant, City may approve different scopes or
minimum limits of insurance for particular subcontractors or subconsultants.
17. Indemnification.
a. To the fullest extent permitted by law, Consultant shall defend (with
counsel reasonably approved by the City), indemnify and hold the City, its elected and
appointed officials, officers, employees, agents, and authorized volunteers free and
harmless from any and all claims, demands, causes of action, suits, actions, proceedings,
costs, expenses, liability, judgments, awards, decrees, settlements, loss, damage or
injury of any kind, in law or equity, to property or persons, including wrongful death,
(collectively, “Claims”) in any manner arising out of, pertaining to, or incident to any
alleged acts, errors or omissions, or willful misconduct of Consultant, its officials, officers,
employees, subcontractors, consultants or agents in connection with the performance of
the Consultant’s services, the Project, or this Agreement, including without limitation the
payment of all damages, expert witness fees, attorneys’ fees and other related costs and
expenses. This indemnification clause excludes Claims arising from the sole negligence
or willful misconduct of the City. Consultant's obligation to indemnify shall not be
restricted to insurance proceeds, if any, received by the City, the City Council, members
of the City Council, its employees, or authorized volunteers. Consultant’s indemnification
obligation shall survive the expiration or earlier termination of this Agreement.
Packet Page. 662
EXHIBIT A
10
b. If Consultant’s obligation to defend, indemnify, and/or hold harmless
arises out of Consultant’s performance as a “design professional” (as that term is defined
under Civil Code section 2782.8), then, and only to the extent required by Civil Code
section 2782.8, which is fully incorporated herein, Consultant’s indemnification obligation
shall be limited to the extent which the Claims arise out of, pertain to, or relate to the
negligence, recklessness, or willful misconduct of the Consultant in the performance of
the services or this Agreement, and, upon Consultant obtaining a final adjudication by a
court of competent jurisdiction, Consultant’s liability for such claim, including the cost to
defend, shall not exceed the Consultant’s proportionate percentage of fault.
18. California Labor Code Requirements. Consultant is aware of the
requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., as well
as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage
Laws"), which require the payment of prevailing wage rates and the performance of other
requirements on certain “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, Consultant agrees to fully comply with such
Prevailing Wage Laws, if applicable. Consultant shall defend, indemnify and hold the
City, its elected officials, officers, employees and agents free and harmless from any
claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to
comply with the Prevailing Wage Laws. It shall be mandatory upon the Consultant and
all subcontractors to comply with all California Labor Code provisions, which include but
are not limited to prevailing wages (Labor Code Sections 1771, 1774 and 1775),
employment of apprentices (Labor Code Section 1777.5), certified payroll records (Labor
Code Sections 1771.4 and 1776), hours of labor (Labor Code Sections 1813 and 1815)
and debarment of contractors and subcontractors (Labor Code Section 1777.1).
If the Services are being performed as part of an applicable “public works” or
“maintenance” project, then pursuant to Labor Code Sections 1725.5 and 1771.1, the
Consultant and all subconsultants performing such Services must be registered with the
Department of Industrial Relations. Consultant shall maintain registration for the duration
of the Project and require the same of any subconsultants, as applicable. This Project
may also be subject to compliance monitoring and enforcement by the Department of
Industrial Relations. It shall be Consultant’s sole responsibility to comply with all
applicable registration and labor compliance requirements.
19. Verification of Employment Eligibility. By executing this Agreement,
Consultant verifies that it fully complies with all requirements and restrictions of state and
federal law respecting the employment of undocumented aliens, including, but not limited
to, the Immigration Reform and Control Act of 1986, as may be amended from time to
time, and shall require all subconsultants and sub-subconsultants to comply with the
same.
20. Laws and Venue. This Agreement shall be interpreted in accordance with
the laws of the State of California. If any action is brought to interpret or enforce any term
of this Agreement, the action shall be brought in a state or federal court situated in the
Packet Page. 663
EXHIBIT A
11
County of San Bernardino, State of California.
21. Termination or Abandonment
a. City has the right to terminate or abandon any portion or all of the
work under this Agreement by giving ten (10) calendar days’ written notice to Consultant.
In such event, City shall be immediately given title and possession to all original field
notes, drawings and specifications, written reports and other documents produced or
developed for that portion of the work completed and/or being abandoned. City shall pay
Consultant the reasonable value of services rendered for any portion of the work
completed prior to termination. If said termination occurs prior to completion of any task
for the Project for which a payment request has not been received, the charge for services
performed during such task shall be the reasonable value of such services, based on an
amount mutually agreed to by City and Consultant of the portion of such task completed
but not paid prior to said termination. City shall not be liable for any costs other than the
charges or portions thereof which are specified herein. Consultant shall not be entitled
to payment for unperformed services, and shall not be entitled to damages or
compensation for termination of work.
b. Consultant may terminate its obligation to provide further services
under this Agreement upon thirty (30) calendar days’ written notice to City only in the
event of substantial failure by City to perform in accordance with the terms of this
Agreement through no fault of Consultant.
22. Attorneys’ Fees. In the event that litigation is brought by any Party in
connection with this Agreement, the prevailing Party shall be entitled to recover from the
opposing Party all costs and expenses, including reasonable attorneys’ fees, incurred by
the prevailing Party in the exercise of any of its rights or remedies hereunder or the
enforcement of any of the terms, conditions, or provisions hereof. The costs, salary, and
expenses of the City Attorney’s Office in enforcing this Agreement on behalf of the City
shall be considered as “attorneys’ fees” for the purposes of this Agreement.
23. Responsibility for Errors. Consultant shall be responsible for its work and
results under this Agreement. Consultant, when requested, shall furnish clarification
and/or explanation as may be required by the City’s representative, regarding any
services rendered under this Agreement at no additional cost to City. In the event that an
error or omission attributable to Consultant’s professional services occurs, Consultant
shall, at no cost to City, provide all other services necessary to rectify and correct the
matter to the sole satisfaction of the City and to participate in any meeting required with
regard to the correction.
24. Prohibited Employment. Consultant shall not employ any current employee
of City to perform the work under this Agreement while this Agreement is in effect.
25. Costs. Each Party shall bear its own costs and fees incurred in the
preparation and negotiation of this Agreement and in the performance of its obligations
Packet Page. 664
EXHIBIT A
12
hereunder except as expressly provided herein.
26. Documents. Except as otherwise provided in “Termination or
Abandonment,” above, all original field notes, written reports, Drawings and
Specifications and other documents, produced or developed for the Project shall, upon
payment in full for the services described in this Agreement, be furnished to and become
the property of the City.
27. Organization. Consultant shall assign David Thomas as Project Manager.
The Project Manager shall not be removed from the Project or reassigned without the
prior written consent of the City.
28. Limitation of Agreement. This Agreement is limited to and includes only the
work included in the Project described above.
29. Notice. Any notice or instrument required to be given or delivered by this
Agreement may be given or delivered by depositing the same in any United States Post
Office, certified mail, return receipt requested, postage prepaid, addressed to the
following addresses and shall be effective upon receipt thereof:
CITY:
City of San Bernardino
Vanir Tower, 290 North D Street
San Bernardino, CA 92401
Attn: Andrea Russell, Director of
Human Resources &
Risk Management
With Copy To:
City of San Bernardino
Vanir Tower, 290 North D Street
San Bernardino, CA 92401
Attn: City Attorney
CONSULTANT:
Hanna, Brophy, MacLean, McAleer &
Jensen, LLP
180 Grand Avenue, Suite 720
Oakland, CA 94612
Attn: David Thomas, Office Managing
Partner
30. Third Party Rights. Nothing in this Agreement shall be construed to give
any rights or benefits to anyone other than the City and the Consultant.
31. Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and that it shall not discriminate against any employee or applicant
for employment because of race, religion, color, national origin, ancestry, sex, age or
other interests protected by the State or Federal Constitutions. Such non-discrimination
shall include, but not be limited to, all activities related to initial employment, upgrading,
demotion, transfer, recruitment or recruitment advertising, layoff or termination.
Packet Page. 665
EXHIBIT A
13
32. Entire Agreement. This Agreement, including Exhibit “A,” represents the
entire understanding of City and Consultant as to those matters contained herein, and
supersedes and cancels any prior or contemporaneous oral or written understanding,
promises or representations with respect to those matters covered hereunder. Each
Party acknowledges that no representations, inducements, promises, or agreements
have been made by any person which are not incorporated herein, and that any other
agreements shall be void. This is an integrated Agreement.
33. Severability. If any provision of this Agreement is determined by a court of
competent jurisdiction to be invalid, illegal, or unenforceable for any reason, such
determination shall not affect the validity or enforceability of the remaining terms and
provisions hereof or of the offending provision in any other circumstance, and the
remaining provisions of this Agreement shall remain in full force and effect.
34. Successors and Assigns. This Agreement shall be binding upon and shall
inure to the benefit of the successors in interest, executors, administrators and assigns
of each Party to this Agreement. However, Consultant shall not assign or transfer by
operation of law or otherwise any or all of its rights, burdens, duties or obligations without
the prior written consent of City. Any attempted assignment without such consent shall
be invalid and void.
35. Non-Waiver. The delay or failure of either Party at any time to require
performance or compliance by the other Party of any of its obligations or agreements shall
in no way be deemed a waiver of those rights to require such performance or compliance.
No waiver of any provision of this Agreement shall be effective unless in writing and
signed by a duly authorized representative of the Party against whom enforcement of a
waiver is sought. The waiver of any right or remedy with respect to any occurrence or
event shall not be deemed a waiver of any right or remedy with respect to any other
occurrence or event, nor shall any waiver constitute a continuing waiver.
36. Time of Essence. Time is of the essence for each and every provision of
this Agreement.
37. Headings. Paragraphs and subparagraph headings contained in this
Agreement are included solely for convenience and are not intended to modify, explain,
or to be a full or accurate description of the content thereof and shall not in any way affect
the meaning or interpretation of this Agreement.
38. Amendments. Only a writing executed by all of the Parties hereto or their
respective successors and assigns may amend this Agreement.
39. City’s Right to Employ Other Consultants. City reserves its right to employ
other consultants, including engineers, in connection with this Project or other projects.
40. Prohibited Interests. Consultant maintains and warrants that it has neither
employed nor retained any company or person, other than a bona fide employee working
Packet Page. 666
EXHIBIT A
14
solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants
that it has not paid nor has it agreed to pay any company or person, other than a bona
fide employee working solely for Consultant, any fee, commission, percentage, brokerage
fee, gift or other consideration contingent upon or resulting from the award or making of
this Agreement. For breach or violation of this warranty, City shall have the right to
rescind this Agreement without liability. For the term of this Agreement, no official, officer
or employee of City, during the term of his or her service with City, shall have any direct
interest in this Agreement, or obtain any present or anticipated material benefit arising
therefrom.
41. Counterparts. This Agreement may be executed in one or more
counterparts, each of which shall be deemed an original. All counterparts shall be
construed together and shall constitute one single Agreement.
42. Authority. The persons executing this Agreement on behalf of the Parties
hereto warrant that they are duly authorized to execute this Agreement on behalf of said
Parties and that by doing so, the Parties hereto are formally bound to the provisions of
this Agreement.
43. Electronic Signature. Each Party acknowledges and agrees that this
Agreement may be executed by electronic or digital signature, which shall be considered
as an original signature for all purposes and shall have the same force and effect as an
original signature.
[SIGNATURES ON FOLLOWING PAGE]
Packet Page. 667
EXHIBIT A
15
SIGNATURE PAGE FOR PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF SAN BERNARDINO
AND HANNA, BROPHY, MACLEAN, MCALEER AND JENSEN, LLP
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the date
first written above.
CITY OF SAN BERNARDINO
APPROVED BY:
Rochelle Clayton
Acting City Manager
ATTESTED BY:
Genoveva Rocha, CMC
City Clerk
APPROVED AS TO FORM:
Best Best & Krieger LLP
City Attorney
CONSULTANT
Signature
David Thomas
Name
Office Managing Partner _____
Title
Packet Page. 668
EXHIBIT A
16
EXHIBIT A
SCOPE OF WORK
WORKERS’ COMPENSATION LEGAL SERVICES
The scope of work includes completion of the services and deliverables listed below.
WORKERS’ COMPENSTION LEGAL SERVICES
I.PURPOSE
The City of San Bernardino’s Human Resources Department ("City'') desires to
retain a panel of attorneys who specialize in Workers’ Compensation litigation.
II.SPECIFICATIONS
A. The City would like to contract with “Best-in-Class” law firms to provide workers’
compensation litigation services. Vendors should demonstrate creative and
effective litigation strategies, has expertise in temporary disability/causation
medical consultation, rehabilitation/supplemental job displacement benefits
voucher (SJDB), Agreed Medical Examiner (AME), Panel Qualified Medical
Examiner (PQME), and case settlement.
1. Case Referrals
New case referrals will be assigned by the City’s Risk Management Division. Within
five (5) business days upon referral of new cases, the Consultant shall send an email
to the City’s Risk Management Division and the TPA acknowledging receipt of the file,
confirming the designated attorney(s) assigned to the file, and disclosure of any
conflicts of interest. The case acknowledgment email represents a non-billable event.
If available at the time of a new case referral, City’s Risk Management Division and/or
the TPA transmittal shall include:
•All Division of Workers’ Compensation notices and filings
•Personnel file
•Wage statement
•Job description or job analysis
•Claimant’s occupation, department, and supervisor contact information
•Summary of claim and status
•Medical reports for the injury
•Investigative reports
•Claim payment history (medical and indemnity)
•Legal notices or filings, including TPA responses
•Case file notes
•Specific issues requiring defense
•Related information from the City’s Risk Management Division regarding issues
Packet Page. 669
EXHIBIT A
17
that may impact strategy
2. Reporting Requirements
The retained Consultant(s) shall observe the following guidelines for reporting and
communication:
•Reports shall be as brief.
•Timely and pertinent status reports shall address only new development
following a brief history.
•Reports shall point out key information contained in any attachments with an
explanation of its significance to the case. Voluminous records only need be
summarized, unless requested by the City’s Risk Management Division, the
TPA or the City’s General Counsel.
•Email is the preferred method of communication.
•
Following the case acknowledgement, reporting requirements shall include:
•Initial Report - due within thirty (30) days of case referral
Report contents must include:
o Analysis - A written analysis of the case which provides the initial
evaluation of the case and identifies the strengths and weaknesses of
the case. It shall include:
a. Summary of the claim.
b. Legal opinion of compensability, whether the case should be tried
or settled.
c. Pertinent statutes and/or case law.
d. An estimated settlement range or verdict range.
o Investigation - The Consultant(s) shall identify any additional information
needed to establish defenses in the action. To the extent possible, this
investigation and information gathering shall be done by the TPA.
o Strategy – Consultant(s) shall define the strategy to be used in each
claim including:
a. The anticipated course of action to be taken.
b. The factors or elements which must be proved or disproved and
the necessary discovery to establish these defenses or proof.
c. The timing of discovery, filing of motions, negotiations, or other
objectives.
d. The tactics to be used in defending the case and the advantages
to be gained using these tactics.
e. If applicable, counsel will specifically address available defenses
under California statutes.
•Litigation Budget - due with the Initial Report and with Status Reports
o A litigation budget shall be provided with the initial report listing
Packet Page. 670
EXHIBIT A
18
Consultant(s) best estimate for costs associated with those activities
outlined in the initial report.
•Status Update – due bi-weekly
o Consultant(s) shall provide brief status updates to the City’s Risk
Management Division bi-weekly to include the most up to date
information pertaining to the case. Updates can be provided in written
format, via an in-person or virtual meeting.
•Status Reports - due every ninety (90) days
o Consultant(s) shall provide concise status updates to the TPA and the
City’s Risk Management Division whenever events change any fact,
judgment or opinion bearing on the case. Status updates should be
provided every ninety (90) days, even if there has been no
activity. Reports should not repeat previously reported events. Reports
shall include:
a. Discovery completed, including deposition summaries.
b. Current evaluation of the case.
c. Current estimate of medical and indemnity exposure.
d. Settlement demand and offer, if any.
e. Significant discovery planned for the next three months to include
recommended use of independent medical examinations,
utilization review, and expert medical advisors.
f. Suitability of dispositive motions.
g. Budget through current stage with explanation of budget
deviations.
h. Other significant changes.
i. Timeline for resolution.
•Pre-Settlement Conference/Mediation Report - due twenty-one (21) days in
advance
o Consultant(s) shall notify the TPA and the City’s Risk Management
Division of a settlement conference, mediation or trial as soon as the
date is set. Mediations may be attended by the City’s Risk Management
Division who must be contacted reasonably in advance of scheduling a
settlement conference or mediation to determine availability.
o Pre-mediation report to the City’s Risk Management Division and the
TPA should include:
a. A brief synopsis of the case
b. Consultant(s) opinion as to the strengths and weaknesses of the
case and associated exposure
c. Potential settlement range for the case
d. Consultant(s) opinion as to the outcome
e. Next steps should the case not settle
f. Updated litigation budget
•Pre-Hearing Report - due thirty (30) days before hearing
Packet Page. 671
EXHIBIT A
19
o Thirty (30) days prior to a hearing, Consultant(s) shall submit a detailed
pre-hearing report to the City’s Risk Management Division and the TPA
that should include an analysis of the issues, associated exposure,
chances of prevailing, comments regarding jurisdiction and the assigned
Judge of Compensation Claims, and possibility of resolving prior to a
hearing. If resolution is possible, the Consultant(s) shall confer with the
Consultant(s) Risk Management Division and the TPA to determine how
the case can be reasonably resolved without unnecessary costs.
•Post-Settlement Conference/Mediation/Hearing Report - due five (5) days after
o Five (5) days post settlement conference, mediation or hearing,
Consultant(s) shall submit a brief written summary or schedule a
conference call with the TPA and the City’s Risk Management Division
to discuss results and next steps.
3. General Litigation Guidelines
•Discovery
o The method of discovery utilized shall be that which obtains the
information required at the least cost and in the most efficient
manner. The Consultant(s) shall not schedule depositions without first
giving due consideration to the value of sworn or other recorded
testimony in lieu of a deposition. Unless special circumstances exist,
deposition transcripts other than that of the applicant shall not be
ordered unless or until it is reasonably certain that the case will be tried,
or they are needed for dispositive court filings such as motions for
summary judgment. Decisions to proceed with discovery shall be made
jointly by the Consultant(s), the City’s Risk Management Division and
the TPA, considering the purpose, value of information sought, cost of
proposed Discovery, and degree of potential for adverse
consequences. Direct contact with the Departmental Employees shall
be made with consent of and coordination through the City’s Risk
Management Division.
•Use of Experts
o The Consultant(s) must obtain authority and approval from the City’s
Risk Management Division of all experts, including those retained to
perform independent medical examinations or expert medical advisors,
to assist with the defense of the case. Experts shall be retained by the
Consultant(s) only after discussion with and approval of the City’s Risk
Management Division and the TPA. The discussion shall include the
objectives of retaining the expert, the expert’s qualifications and fees,
the anticipated benefits, and a determination of the point in time when
the expert’s use may be most effective.
•Settlements (Global)
Packet Page. 672
EXHIBIT A
20
o In all cases, the Consultant(s) shall provide realistic options including
compromise and settlement, and identify which option it believes to be
best, comment on the reasonableness of a settlement demand and
recommend a response. The Consultant(s) shall obtain authority for,
and approval of all settlement offers or advanced payments before they
are submitted to claimant’s counsel, the Division of Workers’
Compensation and/or its Appeals Board, or mediator, in accordance
with City’s Settlement Guidelines. Settlement demands made by
claimant or claimant’s counsel, and any counter offers, shall be
communicated to the City’s Risk Management Division and the TPA
immediately. The Consultant(s) is not authorized to act independently
of any delegation of authority provided through the City’s Risk
Management Division. The City’s Risk Management Division may
consider settlement negotiations outside of formal mediations or
settlement conferences but shall require up to thirty (30) days for the
delegation of authority process for approval of settlement evaluations.
o Upon case resolution, the Consultant(s) shall submit a brief final
summary in an email to the City’s Risk Management Division and the
TPA. This communication shall include copies of the signed settlement
agreement, general release and resignation, settlement check due date
with complete payable to and Tax ID information to include a copy of the
claimant’s law firm’s W-9, along with any other documents or information
that support resolution of an issue or the case in its entirety. Upon final
conclusion and receipt of the settlement check, and approved settlement
agreement, the Consultant(s) shall close its file and submit the final
billing for each case in the next billing period.
•Multi-Forum, Fraudulent, and Overlapping Claims
o Coordination and sharing of information from litigated liability claims with
the City’s Risk Management Division, the City’s general counsel and
workers’ compensation attorneys are expected in cases where there is
exposure to potential liability in other legal venues, such as EEOC
claims, disability retirement program, workers’ compensation claims
(overlapping), disability insurance, Medicare Set Aside, and Structured
Settlement companies. The Consultant(s) is expected to work
collaboratively with the City’s other defense counsel to develop
strategies to resolve liabilities globally.
o The Consultant(s) shall cooperate in the investigation of potentially
fraudulent claims reported to the California Department of Insurance
Fraud Division upon lawful request of this entity and in the recovery of
Workers’ Compensation monies.
•Appeals, Continuances, Waivers
o The Consultant(s) must obtain authority from the City’s Risk
Management Division before filing a petition for reconsideration with the
Packet Page. 673
EXHIBIT A
21
Appeals Board or filing a Writ of Review at the Appellate or Supreme
Court level.
o The Consultant(s) must obtain approval before waiving any rights of the
City, such as third-party recovery, causes of action against a third party,
restitution, settlement of liens and collateral benefits, such as the City’s
health, dental, and leave benefits. Under no circumstances may the
Consultant(s) make any agreement regarding retirement benefits.
o The Consultant(s) must coordinate requests for continuances or
extensions of timelines or deadlines, other than routine discovery, in
advance with the City’s Risk Management Division.
•Subrogation
o The Consultant(s) and the City’s Risk Management Division shall
consider the following factors in determining if subrogation shall be
utilized and, if so, the strategy to be employed:
a. In consultation with the City’s Risk Management Division, an
assessment of whether there are other business reasons or
relationships which might affect a decision to subrogate;
b. What the expected recovery amount is compared to the legal
costs to affect such recovery;
c. The effect on potential recovery of third-party liability and
comparative fault by employee and employer;
d. Legal action available to or taken by the injured party;
e. The possibility of a statute of limitations defense; and
f. The status and potential value of the workers’ compensation
case.
o Settlement of third-party cases fall within the same authorization
guidelines as all other workers’ compensation settlements. Non-
workers’ compensation recoverable losses shall be considered, such as
sick leave, Family Medical Leave Act (FMLA) salary continuation,
property damage, and other insurance.
Packet Page. 674
EXHIBIT A
22
Packet Page. 675
EXHIBIT A
23
Packet Page. 676
EXHIBIT B
1
PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF SAN BERNARDINO
AND BLACK AND ROSE LLP
This Agreement is made and entered into as of July 1, 2024 by and between the
City of San Bernardino, a charter city and municipal corporation organized and operating
under the laws of the State of California with its principal place of business at Vanir Tower,
290 North D Street, San Bernardino, CA 92401 (“City”), and Black and Rose, a Limited
Liability Partnership with its principal place of business at 18301 Von Karman Avenue,
Irvine, CA 92612 (hereinafter referred to as “Consultant”). City and Consultant are
hereinafter sometimes referred to individually as “Party” and collectively as the “Parties.”
RECITALS
A. City is a public agency of the State of California and is in need of
professional services for the following project:
Provide workers’ compensation legal services, utilizing creative and effective litigation
strategies to resolve claims in a timely manner with minimal exposure to the City.
(hereinafter referred to as “the Project”).
B. Consultant is duly licensed and has the necessary qualifications to provide
such services.
C. The Parties desire by this Agreement to establish the terms for City to retain
Consultant to provide the services described herein.
NOW, THEREFORE, IT IS AGREED AS FOLLOWS:
AGREEMENT
1. Incorporation of Recitals. The recitals above are true and correct and are
hereby incorporated herein by this reference.
2. Services. Consultant shall provide the City with the services described in
the Scope of Services attached hereto as Exhibit “A.”
3. Professional Practices. All professional services to be provided by
Consultant pursuant to this Agreement shall be provided by personnel identified in their
proposal. Consultant warrants that Consultant is familiar with all laws that may affect its
performance of this Agreement and shall advise City of any changes in any laws that may
affect Consultant’s performance of this Agreement. Consultant further represents that no
City employee will provide any services under this Agreement.
4. Compensation.
a. Subject to paragraph 4(b) below, the City shall pay for such services
Packet Page. 677
EXHIBIT B
2
in accordance with the Schedule of Charges set forth in Exhibit “A.”
b. In no event shall the total amount paid for services rendered by
Consultant under this Agreement exceed the sum of one hundred thousand ($100,000)
annually. This amount is to cover all related costs, and the City will not pay any additional
fees for printing expenses. Consultant may submit invoices to City for approval. Said
invoice shall be based on the total of all Consultant’s services which have been completed
to City’s sole satisfaction. City shall pay Consultant’s invoice within forty-five (45) days
from the date City receives said invoice. The invoice shall describe in detail the services
performed and the associated time for completion. Any additional services approved and
performed pursuant to this Agreement shall be designated as “Additional Services” and
shall identify the number of the authorized change order, where applicable, on all
invoices.
5. Additional Work. If changes in the work seem merited by Consultant or the
City, and informal consultations with the other party indicate that a change is warranted,
it shall be processed in the following manner: a letter outlining the changes shall be
forwarded to the City by Consultant with a statement of estimated changes in fee or time
schedule. An amendment to this Agreement shall be prepared by the City and executed
by both Parties before performance of such services, or the City will not be required to
pay for the changes in the scope of work. Such amendment shall not render ineffective
or invalidate unaffected portions of this Agreement.
a. Adjustments. No retroactive price adjustments will be considered.
Additionally, no price increases will be permitted during the first year of this Agreement,
unless agreed to by City and Consultant in writing.
6. Term. This Agreement shall commence on the Effective Date and continue
through June 30, 2027, with the option of two (2), one (1) year extensions, unless the
Agreement is previously terminated as provided for herein (“Term”).
7. Maintenance of Records; Audits.
a. Records of Consultant’s services relating to this Agreement shall be
maintained in accordance with generally recognized accounting principles and shall be
made available to City for inspection and/or audit at mutually convenient times for a period
of four (4) years from the Effective Date.
b. Books, documents, papers, accounting records, and other evidence
pertaining to costs incurred shall be maintained by Consultant and made available at all
reasonable times during the contract period and for four (4) years from the date of final
payment under the contract for inspection by City.
8. Time of Performance. Consultant shall perform its services in a prompt and
timely manner and shall commence performance upon receipt of written notice from the
City to proceed. Consultant shall complete the services required hereunder within Term.
Packet Page. 678
EXHIBIT B
3
9. Delays in Performance.
a. Neither City nor Consultant shall be considered in default of this
Agreement for delays in performance caused by circumstances beyond the reasonable
control of the non-performing Party. For purposes of this Agreement, such circumstances
include a Force Majeure Event. A Force Majeure Event shall mean an event that
materially affects the Consultant’s performance and is one or more of the following: (1)
Acts of God or other natural disasters occurring at the project site; (2) terrorism or other
acts of a public enemy; (3) orders of governmental authorities (including, without
limitation, unreasonable and unforeseeable delay in the issuance of permits or approvals
by governmental authorities that are required for the services); and (4) pandemics,
epidemics or quarantine restrictions. For purposes of this section, “orders of
governmental authorities,” includes ordinances, emergency proclamations and orders,
rules to protect the public health, welfare and safety.
b. Should a Force Majeure Event occur, the non-performing Party shall,
within a reasonable time of being prevented from performing, give written notice to the
other Party describing the circumstances preventing continued performance and the
efforts being made to resume performance of this Agreement. Delays shall not entitle
Consultant to any additional compensation regardless of the Party responsible for the
delay.
c. Notwithstanding the foregoing, the City may still terminate this
Agreement in accordance with the termination provisions of this Agreement.
10. Compliance with Law.
a. Consultant shall comply with all applicable laws, ordinances, codes
and regulations of the federal, state and local government, including Cal/OSHA
requirements.
b. If required, Consultant shall assist the City, as requested, in obtaining
and maintaining all permits required of Consultant by federal, state and local regulatory
agencies.
c. If applicable, Consultant is responsible for all costs of clean up and/
or removal of hazardous and toxic substances spilled as a result of his or her services or
operations performed under this Agreement.
11. Standard of Care. Consultant’s services will be performed in accordance
with generally accepted professional practices and principles and in a manner consistent
with the level of care and skill ordinarily exercised by members of the profession currently
practicing under similar conditions. Consultant’s performance shall conform in all material
respects to the requirements of the Scope of Work.
Packet Page. 679
EXHIBIT B
4
12. Conflicts of Interest. During the term of this Agreement, Consultant shall at
all times maintain a duty of loyalty and a fiduciary duty to the City and shall not accept
payment from or employment with any person or entity which will constitute a conflict of
interest with the City.
13. City Business Certificate. Consultant shall, prior to execution of this
Agreement, obtain and maintain during the term of this Agreement a valid business
registration certificate from the City pursuant to Title 5 of the City’s Municipal Code and
any and all other licenses, permits, qualifications, insurance, and approvals of whatever
nature that are legally required of Consultant to practice his/her profession, skill, or
business.
14. Assignment and Subconsultant. Consultant shall not assign, sublet, or
transfer this Agreement or any rights under or interest in this Agreement without the
written consent of the City, which may be withheld for any reason. Any attempt to so
assign or so transfer without such consent shall be void and without legal effect and shall
constitute grounds for termination. Subcontracts, if any, shall contain a provision making
them subject to all provisions stipulated in this Agreement. Nothing contained herein shall
prevent Consultant from employing independent associates and subconsultants as
Consultant may deem appropriate to assist in the performance of services hereunder.
15. Independent Consultant. Consultant is retained as an independent
contractor and is not an employee of City. No employee or agent of Consultant shall
become an employee of City. The work to be performed shall be in accordance with the
work described in this Agreement, subject to such directions and amendments from City
as herein provided. Any personnel performing the work governed by this Agreement on
behalf of Consultant shall at all times be under Consultant’s exclusive direction and
control. Consultant shall pay all wages, salaries, and other amounts due such personnel
in connection with their performance under this Agreement and as required by law.
Consultant shall be responsible for all reports and obligations respecting such personnel,
including, but not limited to: social security taxes, income tax withholding, unemployment
insurance, and workers’ compensation insurance.
16. Insurance. Consultant shall not commence work for the City until it has
provided evidence satisfactory to the City it has secured all insurance required under this
section. In addition, Consultant shall not allow any subcontractor to commence work on
any subcontract until it has secured all insurance required under this section.
a. Additional Insured
The City of San Bernardino, its officials, officers, employees, agents, and
volunteers shall be named as additional insureds on Consultant’s and its subconsultants’
policies of commercial general liability and automobile liability insurance using the
endorsements and forms specified herein or exact equivalents.
b. Commercial General Liability
Packet Page. 680
EXHIBIT B
5
(i) The Consultant shall take out and maintain, during the
performance of all work under this Agreement, in amounts not less than specified herein,
Commercial General Liability Insurance, in a form and with insurance companies
acceptable to the City.
(ii) Coverage for Commercial General Liability insurance shall be
at least as broad as the following:
Insurance Services Office Commercial General Liability
coverage (Occurrence Form CG 00 01) or exact equivalent.
(iii) Commercial General Liability Insurance must include
coverage for the following:
(1) Bodily Injury and Property Damage
(2) Personal Injury/Advertising Injury
(3) Premises/Operations Liability
(4) Products/Completed Operations Liability
(5) Aggregate Limits that Apply per Project
(6) Explosion, Collapse and Underground (UCX)
exclusion deleted
(7) Contractual Liability with respect to this Contract
(8) Broad Form Property Damage
(9) Independent Consultants Coverage
(iv) The policy shall contain no endorsements or provisions
limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits
by one insured against another; (3) products/completed operations liability; or (4) contain
any other exclusion contrary to the Agreement.
(v) The policy shall give City, its elected and appointed officials,
officers, employees, agents, and City-designated volunteers additional insured status
using ISO endorsement forms CG 20 10 10 01 and 20 37 10 01, or endorsements
providing the exact same coverage.
(vi) The general liability program may utilize either deductibles
or provide coverage excess of a self-insured retention, subject to written approval by the
City, and provided that such deductibles shall not apply to the City as an additional
insured.
c. Automobile Liability
(i) At all times during the performance of the work under this
Agreement, the Consultant shall maintain Automobile Liability Insurance for bodily injury
and property damage including coverage for owned, non-owned and hired vehicles, in a
form and with insurance companies acceptable to the City.
Packet Page. 681
EXHIBIT B
6
(ii) Coverage for automobile liability insurance shall be at least
as broad as Insurance Services Office Form Number CA 00 01 covering automobile
liability (Coverage Symbol 1, any auto).
(iii) The policy shall give City, its elected and appointed officials,
officers, employees, agents and City designated volunteers additional insured status.
(iv) Subject to written approval by the City, the automobile liability
program may utilize deductibles, provided that such deductibles shall not apply to the City
as an additional insured, but not a self-insured retention.
d. Workers’ Compensation/Employer’s Liability
(i) Consultant certifies that he/she is aware of the provisions of
Section 3700 of the California Labor Code which requires every employer to be insured
against liability for workers’ compensation or to undertake self-insurance in accordance
with the provisions of that code, and he/she will comply with such provisions before
commencing work under this Agreement.
(ii) To the extent Consultant has employees at any time during
the term of this Agreement, at all times during the performance of the work under this
Agreement, the Consultant shall maintain full compensation insurance for all persons
employed directly by him/her to carry out the work contemplated under this Agreement,
all in accordance with the “Workers’ Compensation and Insurance Act,” Division IV of the
Labor Code of the State of California and any acts amendatory thereof, and Employer’s
Liability Coverage in amounts indicated herein. Consultant shall require all
subconsultants to obtain and maintain, for the period required by this Agreement, workers’
compensation coverage of the same type and limits as specified in this section.
e. Professional Liability (Errors and Omissions)
At all times during the performance of the work under this Agreement the
Consultant shall maintain professional liability or Errors and Omissions insurance
appropriate to its profession, in a form and with insurance companies acceptable to the
City and in an amount indicated herein. This insurance shall be endorsed to include
contractual liability applicable to this Agreement and shall be written on a policy form
coverage specifically designed to protect against acts, errors or omissions of the
Consultant. “Covered Professional Services” as designated in the policy must specifically
include work performed under this Agreement. The policy must “pay on behalf of” the
insured and must include a provision establishing the insurer's duty to defend.
f. Privacy/Network Security (Cyber)
At all times during the performance of the work under this Agreement, the
Consultant shall maintain privacy/network security insurance for: (1) privacy breaches,
(2) system breaches, (3) denial or loss of service, and the (4) introduction, implantation
Packet Page. 682
EXHIBIT B
7
or spread of malicious software code, in a form and with insurance companies acceptable
to the City.
g. Minimum Policy Limits Required
(i) The following insurance limits are required for the
Agreement:
Combined Single Limit
Commercial General Liability $2,000,000 per occurrence/$4,000,000
aggregate for bodily injury, personal
injury, and property damage
Automobile Liability $1,000,000 per occurrence for bodily
injury and property damage
Employer’s Liability $1,000,000 per occurrence
Professional Liability $1,000,000 per claim and aggregate
(errors and omissions)
Cyber Liability $1,000,000 per occurrence and
aggregate
h. Evidence Required
Prior to execution of the Agreement, the Consultant shall file with the City
evidence of insurance from an insurer or insurers certifying to the coverage of all
insurance required herein. Such evidence shall include original copies of the ISO CG
00 01 (or insurer’s equivalent) signed by the insurer’s representative and Certificate of
Insurance (Acord Form 25-S or equivalent), together with required endorsements. All
evidence of insurance shall be signed by a properly authorized officer, agent, or qualified
representative of the insurer and shall certify the names of the insured, any additional
insureds, where appropriate, the type and amount of the insurance, the location and
operations to which the insurance applies, and the expiration date of such insurance.
i. Policy Provisions Required
(i) Consultant shall provide the City at least thirty (30) days prior
written notice of cancellation of any policy required by this Agreement, except that the
Consultant shall provide at least ten (10) days prior written notice of cancellation of any
such policy due to non-payment of the premium. If any of the required coverage is
cancelled or expires during the term of this Agreement, the Consultant shall deliver
renewal certificate(s) including the General Liability Additional Insured Endorsement to
the City at least ten (10) days prior to the effective date of cancellation or expiration.
Packet Page. 683
EXHIBIT B
8
(ii) The Commercial General Liability Policy and Automobile
Policy shall each contain a provision stating that Consultant’s policy is primary insurance
and that any insurance, self-insurance or other coverage maintained by the City or any
named insureds shall not be called upon to contribute to any loss.
(iii) The retroactive date (if any) of each policy is to be no later
than the effective date of this Agreement. Consultant shall maintain such coverage
continuously for a period of at least three years after the completion of the work under
this Agreement. Consultant shall purchase a one (1) year extended reporting period A)
if the retroactive date is advanced past the effective date of this Agreement; B) if the
policy is cancelled or not renewed; or C) if the policy is replaced by another claims-made
policy with a retroactive date subsequent to the effective date of this Agreement.
(iv) All required insurance coverages, except for the professional
liability coverage, shall contain or be endorsed to provide waiver of subrogation in favor
of the City, its officials, officers, employees, agents, and volunteers or shall specifically
allow Consultant or others providing insurance evidence in compliance with these
specifications to waive their right of recovery prior to a loss. Consultant hereby waives
its own right of recovery against City, and shall require similar written express waivers
and insurance clauses from each of its subconsultants.
(v) The limits set forth herein shall apply separately to each
insured against whom claims are made or suits are brought, except with respect to the
limits of liability. Further the limits set forth herein shall not be construed to relieve the
Consultant from liability in excess of such coverage, nor shall it limit the Consultant’s
indemnification obligations to the City and shall not preclude the City from taking such
other actions available to the City under other provisions of the Agreement or law.
j. Qualifying Insurers
(i) All policies required shall be issued by acceptable insurance
companies, as determined by the City, which satisfy the following minimum
requirements:
(1) Each such policy shall be from a company or
companies with a current A.M. Best's rating of no less than A:VII and admitted to
transact in the business of insurance in the State of California, or otherwise allowed
to place insurance through surplus line brokers under applicable provisions of the
California Insurance Code or any federal law.
k. Additional Insurance Provisions
(i) The foregoing requirements as to the types and limits of
insurance coverage to be maintained by Consultant, and any approval of said insurance
by the City, is not intended to and shall not in any manner limit or qualify the liabilities
and obligations otherwise assumed by the Consultant pursuant to this Agreement,
including, but not limited to, the provisions concerning indemnification.
Packet Page. 684
EXHIBIT B
9
(ii) If at any time during the life of the Agreement, any policy of
insurance required under this Agreement does not comply with these specifications or is
canceled and not replaced, City has the right but not the duty to obtain the insurance it
deems necessary and any premium paid by City will be promptly reimbursed by
Consultant or City will withhold amounts sufficient to pay premium from Consultant
payments. In the alternative, City may cancel this Agreement.
(iii) The City may require the Consultant to provide complete
copies of all insurance policies in effect for the duration of the Project.
(iv) Neither the City nor the City Council, nor any member of the
City Council, nor any of the officials, officers, employees, agents or volunteers shall be
personally responsible for any liability arising under or by virtue of this Agreement.
l. Subconsultant Insurance Requirements. Consultant shall not allow
any subcontractors or subconsultants to commence work on any subcontract until they
have provided evidence satisfactory to the City that they have secured all insurance
required under this section. Policies of commercial general liability insurance provided
by such subcontractors or subconsultants shall be endorsed to name the City as an
additional insured using ISO form CG 20 38 04 13 or an endorsement providing the exact
same coverage. If requested by Consultant, City may approve different scopes or
minimum limits of insurance for particular subcontractors or subconsultants.
17. Indemnification.
a. To the fullest extent permitted by law, Consultant shall defend (with
counsel reasonably approved by the City), indemnify and hold the City, its elected and
appointed officials, officers, employees, agents, and authorized volunteers free and
harmless from any and all claims, demands, causes of action, suits, actions, proceedings,
costs, expenses, liability, judgments, awards, decrees, settlements, loss, damage or
injury of any kind, in law or equity, to property or persons, including wrongful death,
(collectively, “Claims”) in any manner arising out of, pertaining to, or incident to any
alleged acts, errors or omissions, or willful misconduct of Consultant, its officials, officers,
employees, subcontractors, consultants or agents in connection with the performance of
the Consultant’s services, the Project, or this Agreement, including without limitation the
payment of all damages, expert witness fees, attorneys’ fees and other related costs and
expenses. This indemnification clause excludes Claims arising from the sole negligence
or willful misconduct of the City. Consultant's obligation to indemnify shall not be
restricted to insurance proceeds, if any, received by the City, the City Council, members
of the City Council, its employees, or authorized volunteers. Consultant’s indemnification
obligation shall survive the expiration or earlier termination of this Agreement.
b. If Consultant’s obligation to defend, indemnify, and/or hold harmless
arises out of Consultant’s performance as a “design professional” (as that term is defined
under Civil Code section 2782.8), then, and only to the extent required by Civil Code
section 2782.8, which is fully incorporated herein, Consultant’s indemnification obligation
Packet Page. 685
EXHIBIT B
10
shall be limited to the extent which the Claims arise out of, pertain to, or relate to the
negligence, recklessness, or willful misconduct of the Consultant in the performance of
the services or this Agreement, and, upon Consultant obtaining a final adjudication by a
court of competent jurisdiction, Consultant’s liability for such claim, including the cost to
defend, shall not exceed the Consultant’s proportionate percentage of fault.
18. California Labor Code Requirements. Consultant is aware of the
requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., as well
as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage
Laws"), which require the payment of prevailing wage rates and the performance of other
requirements on certain “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, Consultant agrees to fully comply with such
Prevailing Wage Laws, if applicable. Consultant shall defend, indemnify and hold the
City, its elected officials, officers, employees and agents free and harmless from any
claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to
comply with the Prevailing Wage Laws. It shall be mandatory upon the Consultant and
all subcontractors to comply with all California Labor Code provisions, which include but
are not limited to prevailing wages (Labor Code Sections 1771, 1774 and 1775),
employment of apprentices (Labor Code Section 1777.5), certified payroll records (Labor
Code Sections 1771.4 and 1776), hours of labor (Labor Code Sections 1813 and 1815)
and debarment of contractors and subcontractors (Labor Code Section 1777.1).
If the Services are being performed as part of an applicable “public works” or
“maintenance” project, then pursuant to Labor Code Sections 1725.5 and 1771.1, the
Consultant and all subconsultants performing such Services must be registered with the
Department of Industrial Relations. Consultant shall maintain registration for the duration
of the Project and require the same of any subconsultants, as applicable. This Project
may also be subject to compliance monitoring and enforcement by the Department of
Industrial Relations. It shall be Consultant’s sole responsibility to comply with all
applicable registration and labor compliance requirements.
19. Verification of Employment Eligibility. By executing this Agreement,
Consultant verifies that it fully complies with all requirements and restrictions of state and
federal law respecting the employment of undocumented aliens, including, but not limited
to, the Immigration Reform and Control Act of 1986, as may be amended from time to
time, and shall require all subconsultants and sub-subconsultants to comply with the
same.
20. Laws and Venue. This Agreement shall be interpreted in accordance with
the laws of the State of California. If any action is brought to interpret or enforce any term
of this Agreement, the action shall be brought in a state or federal court situated in the
County of San Bernardino, State of California.
21. Termination or Abandonment
Packet Page. 686
EXHIBIT B
11
a. City has the right to terminate or abandon any portion or all of the
work under this Agreement by giving ten (10) calendar days’ written notice to Consultant.
In such event, City shall be immediately given title and possession to all original field
notes, drawings and specifications, written reports and other documents produced or
developed for that portion of the work completed and/or being abandoned. City shall pay
Consultant the reasonable value of services rendered for any portion of the work
completed prior to termination. If said termination occurs prior to completion of any task
for the Project for which a payment request has not been received, the charge for services
performed during such task shall be the reasonable value of such services, based on an
amount mutually agreed to by City and Consultant of the portion of such task completed
but not paid prior to said termination. City shall not be liable for any costs other than the
charges or portions thereof which are specified herein. Consultant shall not be entitled
to payment for unperformed services, and shall not be entitled to damages or
compensation for termination of work.
b. Consultant may terminate its obligation to provide further services
under this Agreement upon thirty (30) calendar days’ written notice to City only in the
event of substantial failure by City to perform in accordance with the terms of this
Agreement through no fault of Consultant.
22. Attorneys’ Fees. In the event that litigation is brought by any Party in
connection with this Agreement, the prevailing Party shall be entitled to recover from the
opposing Party all costs and expenses, including reasonable attorneys’ fees, incurred by
the prevailing Party in the exercise of any of its rights or remedies hereunder or the
enforcement of any of the terms, conditions, or provisions hereof. The costs, salary, and
expenses of the City Attorney’s Office in enforcing this Agreement on behalf of the City
shall be considered as “attorneys’ fees” for the purposes of this Agreement.
23. Responsibility for Errors. Consultant shall be responsible for its work and
results under this Agreement. Consultant, when requested, shall furnish clarification
and/or explanation as may be required by the City’s representative, regarding any
services rendered under this Agreement at no additional cost to City. In the event that an
error or omission attributable to Consultant’s professional services occurs, Consultant
shall, at no cost to City, provide all other services necessary to rectify and correct the
matter to the sole satisfaction of the City and to participate in any meeting required with
regard to the correction.
24. Prohibited Employment. Consultant shall not employ any current employee
of City to perform the work under this Agreement while this Agreement is in effect.
25. Costs. Each Party shall bear its own costs and fees incurred in the
preparation and negotiation of this Agreement and in the performance of its obligations
hereunder except as expressly provided herein.
26. Documents. Except as otherwise provided in “Termination or
Abandonment,” above, all original field notes, written reports, Drawings and
Packet Page. 687
EXHIBIT B
12
Specifications and other documents, produced or developed for the Project shall, upon
payment in full for the services described in this Agreement, be furnished to and become
the property of the City.
27. Organization. Consultant shall assign Carl Ilg as Project Manager. The
Project Manager shall not be removed from the Project or reassigned without the prior
written consent of the City.
28. Limitation of Agreement. This Agreement is limited to and includes only the
work included in the Project described above.
29. Notice. Any notice or instrument required to be given or delivered by this
Agreement may be given or delivered by depositing the same in any United States Post
Office, certified mail, return receipt requested, postage prepaid, addressed to the
following addresses and shall be effective upon receipt thereof:
CITY:
City of San Bernardino
Vanir Tower, 290 North D Street
San Bernardino, CA 92401
Attn: Andrea Russell, Director of
Human Resources &
Risk Management
With Copy To:
City of San Bernardino
Vanir Tower, 290 North D Street
San Bernardino, CA 92401
Attn: City Attorney
CONSULTANT:
Black and Rose, LLP
8301 Von Karman Avenue, Ste. 300
Irvine, CA 92612
Attn: Carl Ilg, Partner
Attorney
30. Third Party Rights. Nothing in this Agreement shall be construed to give
any rights or benefits to anyone other than the City and the Consultant.
31. Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and that it shall not discriminate against any employee or applicant
for employment because of race, religion, color, national origin, ancestry, sex, age or
other interests protected by the State or Federal Constitutions. Such non-discrimination
shall include, but not be limited to, all activities related to initial employment, upgrading,
demotion, transfer, recruitment or recruitment advertising, layoff or termination.
32. Entire Agreement. This Agreement, including Exhibit “A,” represents the
entire understanding of City and Consultant as to those matters contained herein, and
supersedes and cancels any prior or contemporaneous oral or written understanding,
Packet Page. 688
EXHIBIT B
13
promises or representations with respect to those matters covered hereunder. Each
Party acknowledges that no representations, inducements, promises, or agreements
have been made by any person which are not incorporated herein, and that any other
agreements shall be void. This is an integrated Agreement.
33. Severability. If any provision of this Agreement is determined by a court of
competent jurisdiction to be invalid, illegal, or unenforceable for any reason, such
determination shall not affect the validity or enforceability of the remaining terms and
provisions hereof or of the offending provision in any other circumstance, and the
remaining provisions of this Agreement shall remain in full force and effect.
34. Successors and Assigns. This Agreement shall be binding upon and shall
inure to the benefit of the successors in interest, executors, administrators and assigns
of each Party to this Agreement. However, Consultant shall not assign or transfer by
operation of law or otherwise any or all of its rights, burdens, duties or obligations without
the prior written consent of City. Any attempted assignment without such consent shall
be invalid and void.
35. Non-Waiver. The delay or failure of either Party at any time to require
performance or compliance by the other Party of any of its obligations or agreements shall
in no way be deemed a waiver of those rights to require such performance or compliance.
No waiver of any provision of this Agreement shall be effective unless in writing and
signed by a duly authorized representative of the Party against whom enforcement of a
waiver is sought. The waiver of any right or remedy with respect to any occurrence or
event shall not be deemed a waiver of any right or remedy with respect to any other
occurrence or event, nor shall any waiver constitute a continuing waiver.
36. Time of Essence. Time is of the essence for each and every provision of
this Agreement.
37. Headings. Paragraphs and subparagraph headings contained in this
Agreement are included solely for convenience and are not intended to modify, explain,
or to be a full or accurate description of the content thereof and shall not in any way affect
the meaning or interpretation of this Agreement.
38. Amendments. Only a writing executed by all of the Parties hereto or their
respective successors and assigns may amend this Agreement.
39. City’s Right to Employ Other Consultants. City reserves its right to employ
other consultants, including engineers, in connection with this Project or other projects.
40. Prohibited Interests. Consultant maintains and warrants that it has neither
employed nor retained any company or person, other than a bona fide employee working
solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants
that it has not paid nor has it agreed to pay any company or person, other than a bona
fide employee working solely for Consultant, any fee, commission, percentage, brokerage
fee, gift or other consideration contingent upon or resulting from the award or making of
Packet Page. 689
EXHIBIT B
14
this Agreement. For breach or violation of this warranty, City shall have the right to
rescind this Agreement without liability. For the term of this Agreement, no official, officer
or employee of City, during the term of his or her service with City, shall have any direct
interest in this Agreement, or obtain any present or anticipated material benefit arising
therefrom.
41. Counterparts. This Agreement may be executed in one or more
counterparts, each of which shall be deemed an original. All counterparts shall be
construed together and shall constitute one single Agreement.
42. Authority. The persons executing this Agreement on behalf of the Parties
hereto warrant that they are duly authorized to execute this Agreement on behalf of said
Parties and that by doing so, the Parties hereto are formally bound to the provisions of
this Agreement.
43. Electronic Signature. Each Party acknowledges and agrees that this
Agreement may be executed by electronic or digital signature, which shall be considered
as an original signature for all purposes and shall have the same force and effect as an
original signature.
[SIGNATURES ON FOLLOWING PAGE]
Packet Page. 690
EXHIBIT B
15
SIGNATURE PAGE FOR PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF SAN BERNARDINO
AND BLACK AND ROSE, LLP
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the date
first written above.
CITY OF SAN BERNARDINO
APPROVED BY:
Rochelle Clayton
Acting City Manager
ATTESTED BY:
Genoveva Rocha, CMC
City Clerk
APPROVED AS TO FORM:
Best Best & Krieger LLP
City Attorney
CONSULTANT
Signature
Carl Ilg ___________
Name
Partner Attorney ___________
Title
Packet Page. 691
EXHIBIT B
16
EXHIBIT A
SCOPE OF WORK
WORKERS’ COMPENSATION LEGAL SERVICES
The scope of work includes completion of the services and deliverables listed below.
WORKERS’ COMPENSTION LEGAL SERVICES
I.PURPOSE
The City of San Bernardino’s Human Resources Department ("City'') desires to
retain a panel of attorneys who specialize in Workers’ Compensation litigation.
II.SPECIFICATIONS
A. The City would like to contract with “Best-in-Class” law firms to provide workers’
compensation litigation services. Vendors should demonstrate creative and
effective litigation strategies, has expertise in temporary disability/causation
medical consultation, rehabilitation/supplemental job displacement benefits
voucher (SJDB), Agreed Medical Examiner (AME), Panel Qualified Medical
Examiner (PQME), and case settlement.
1. Case Referrals
New case referrals will be assigned by the City’s Risk Management Division. Within
five (5) business days upon referral of new cases, the Consultant shall send an email
to the City’s Risk Management Division and the TPA acknowledging receipt of the file,
confirming the designated attorney(s) assigned to the file, and disclosure of any
conflicts of interest. The case acknowledgment email represents a non-billable event.
If available at the time of a new case referral, City’s Risk Management Division and/or
the TPA transmittal shall include:
•All Division of Workers’ Compensation notices and filings
•Personnel file
•Wage statement
•Job description or job analysis
•Claimant’s occupation, department, and supervisor contact information
•Summary of claim and status
•Medical reports for the injury
•Investigative reports
•Claim payment history (medical and indemnity)
•Legal notices or filings, including TPA responses
•Case file notes
•Specific issues requiring defense
•Related information from the City’s Risk Management Division regarding issues
that may impact strategy
Packet Page. 692
EXHIBIT B
17
2. Reporting Requirements
The retained Consultant(s) shall observe the following guidelines for reporting and
communication:
•Reports shall be as brief.
•Timely and pertinent status reports shall address only new development
following a brief history.
•Reports shall point out key information contained in any attachments with an
explanation of its significance to the case. Voluminous records only need be
summarized, unless requested by the City’s Risk Management Division, the
TPA or the City’s General Counsel.
•Email is the preferred method of communication.
•
Following the case acknowledgement, reporting requirements shall include:
•Initial Report - due within thirty (30) days of case referral
Report contents must include:
o Analysis - A written analysis of the case which provides the initial
evaluation of the case and identifies the strengths and weaknesses of
the case. It shall include:
a. Summary of the claim.
b. Legal opinion of compensability, whether the case should be tried
or settled.
c. Pertinent statutes and/or case law.
d. An estimated settlement range or verdict range.
o Investigation - The Consultant(s) shall identify any additional information
needed to establish defenses in the action. To the extent possible, this
investigation and information gathering shall be done by the TPA.
o Strategy – Consultant(s) shall define the strategy to be used in each
claim including:
a. The anticipated course of action to be taken.
b. The factors or elements which must be proved or disproved and
the necessary discovery to establish these defenses or proof.
c. The timing of discovery, filing of motions, negotiations, or other
objectives.
d. The tactics to be used in defending the case and the advantages
to be gained using these tactics.
e. If applicable, counsel will specifically address available defenses
under California statutes.
•Litigation Budget - due with the Initial Report and with Status Reports
o A litigation budget shall be provided with the initial report listing
Consultant(s) best estimate for costs associated with those activities
Packet Page. 693
EXHIBIT B
18
outlined in the initial report.
•Status Update – due bi-weekly
o Consultant(s) shall provide brief status updates to the City’s Risk
Management Division bi-weekly to include the most up to date
information pertaining to the case. Updates can be provided in written
format, via an in-person or virtual meeting.
•Status Reports - due every ninety (90) days
o Consultant(s) shall provide concise status updates to the TPA and the
City’s Risk Management Division whenever events change any fact,
judgment or opinion bearing on the case. Status updates should be
provided every ninety (90) days, even if there has been no
activity. Reports should not repeat previously reported events. Reports
shall include:
a. Discovery completed, including deposition summaries.
b. Current evaluation of the case.
c. Current estimate of medical and indemnity exposure.
d. Settlement demand and offer, if any.
e. Significant discovery planned for the next three months to include
recommended use of independent medical examinations,
utilization review, and expert medical advisors.
f. Suitability of dispositive motions.
g. Budget through current stage with explanation of budget
deviations.
h. Other significant changes.
i. Timeline for resolution.
•Pre-Settlement Conference/Mediation Report - due twenty-one (21) days in
advance
o Consultant(s) shall notify the TPA and the City’s Risk Management
Division of a settlement conference, mediation or trial as soon as the
date is set. Mediations may be attended by the City’s Risk Management
Division who must be contacted reasonably in advance of scheduling a
settlement conference or mediation to determine availability.
o Pre-mediation report to the City’s Risk Management Division and the
TPA should include:
a. A brief synopsis of the case
b. Consultant(s) opinion as to the strengths and weaknesses of the
case and associated exposure
c. Potential settlement range for the case
d. Consultant(s) opinion as to the outcome
e. Next steps should the case not settle
f. Updated litigation budget
•Pre-Hearing Report - due thirty (30) days before hearing
o Thirty (30) days prior to a hearing, Consultant(s) shall submit a detailed
Packet Page. 694
EXHIBIT B
19
pre-hearing report to the City’s Risk Management Division and the TPA
that should include an analysis of the issues, associated exposure,
chances of prevailing, comments regarding jurisdiction and the assigned
Judge of Compensation Claims, and possibility of resolving prior to a
hearing. If resolution is possible, the Consultant(s) shall confer with the
Consultant(s) Risk Management Division and the TPA to determine how
the case can be reasonably resolved without unnecessary costs.
•Post-Settlement Conference/Mediation/Hearing Report - due five (5) days after
o Five (5) days post settlement conference, mediation or hearing,
Consultant(s) shall submit a brief written summary or schedule a
conference call with the TPA and the City’s Risk Management Division
to discuss results and next steps.
3. General Litigation Guidelines
•Discovery
o The method of discovery utilized shall be that which obtains the
information required at the least cost and in the most efficient
manner. The Consultant(s) shall not schedule depositions without first
giving due consideration to the value of sworn or other recorded
testimony in lieu of a deposition. Unless special circumstances exist,
deposition transcripts other than that of the applicant shall not be
ordered unless or until it is reasonably certain that the case will be tried,
or they are needed for dispositive court filings such as motions for
summary judgment. Decisions to proceed with discovery shall be made
jointly by the Consultant(s), the City’s Risk Management Division and
the TPA, considering the purpose, value of information sought, cost of
proposed Discovery, and degree of potential for adverse
consequences. Direct contact with the Departmental Employees shall
be made with consent of and coordination through the City’s Risk
Management Division.
•Use of Experts
o The Consultant(s) must obtain authority and approval from the City’s
Risk Management Division of all experts, including those retained to
perform independent medical examinations or expert medical advisors,
to assist with the defense of the case. Experts shall be retained by the
Consultant(s) only after discussion with and approval of the City’s Risk
Management Division and the TPA. The discussion shall include the
objectives of retaining the expert, the expert’s qualifications and fees,
the anticipated benefits, and a determination of the point in time when
the expert’s use may be most effective.
•Settlements (Global)
o In all cases, the Consultant(s) shall provide realistic options including
Packet Page. 695
EXHIBIT B
20
compromise and settlement, and identify which option it believes to be
best, comment on the reasonableness of a settlement demand and
recommend a response. The Consultant(s) shall obtain authority for,
and approval of all settlement offers or advanced payments before they
are submitted to claimant’s counsel, the Division of Workers’
Compensation and/or its Appeals Board, or mediator, in accordance
with City’s Settlement Guidelines. Settlement demands made by
claimant or claimant’s counsel, and any counter offers, shall be
communicated to the City’s Risk Management Division and the TPA
immediately. The Consultant(s) is not authorized to act independently
of any delegation of authority provided through the City’s Risk
Management Division. The City’s Risk Management Division may
consider settlement negotiations outside of formal mediations or
settlement conferences but shall require up to thirty (30) days for the
delegation of authority process for approval of settlement evaluations.
o Upon case resolution, the Consultant(s) shall submit a brief final
summary in an email to the City’s Risk Management Division and the
TPA. This communication shall include copies of the signed settlement
agreement, general release and resignation, settlement check due date
with complete payable to and Tax ID information to include a copy of the
claimant’s law firm’s W-9, along with any other documents or information
that support resolution of an issue or the case in its entirety. Upon final
conclusion and receipt of the settlement check, and approved settlement
agreement, the Consultant(s) shall close its file and submit the final
billing for each case in the next billing period.
•Multi-Forum, Fraudulent, and Overlapping Claims
o Coordination and sharing of information from litigated liability claims with
the City’s Risk Management Division, the City’s general counsel and
workers’ compensation attorneys are expected in cases where there is
exposure to potential liability in other legal venues, such as EEOC
claims, disability retirement program, workers’ compensation claims
(overlapping), disability insurance, Medicare Set Aside, and Structured
Settlement companies. The Consultant(s) is expected to work
collaboratively with the City’s other defense counsel to develop
strategies to resolve liabilities globally.
o The Consultant(s) shall cooperate in the investigation of potentially
fraudulent claims reported to the California Department of Insurance
Fraud Division upon lawful request of this entity and in the recovery of
Workers’ Compensation monies.
•Appeals, Continuances, Waivers
o The Consultant(s) must obtain authority from the City’s Risk
Management Division before filing a petition for reconsideration with the
Appeals Board or filing a Writ of Review at the Appellate or Supreme
Packet Page. 696
EXHIBIT B
21
Court level.
o The Consultant(s) must obtain approval before waiving any rights of the
City, such as third-party recovery, causes of action against a third party,
restitution, settlement of liens and collateral benefits, such as the City’s
health, dental, and leave benefits. Under no circumstances may the
Consultant(s) make any agreement regarding retirement benefits.
o The Consultant(s) must coordinate requests for continuances or
extensions of timelines or deadlines, other than routine discovery, in
advance with the City’s Risk Management Division.
•Subrogation
o The Consultant(s) and the City’s Risk Management Division shall
consider the following factors in determining if subrogation shall be
utilized and, if so, the strategy to be employed:
a. In consultation with the City’s Risk Management Division, an
assessment of whether there are other business reasons or
relationships which might affect a decision to subrogate;
b. What the expected recovery amount is compared to the legal
costs to affect such recovery;
c. The effect on potential recovery of third-party liability and
comparative fault by employee and employer;
d. Legal action available to or taken by the injured party;
e. The possibility of a statute of limitations defense; and
f. The status and potential value of the workers’ compensation
case.
o Settlement of third-party cases fall within the same authorization
guidelines as all other workers’ compensation settlements. Non-
workers’ compensation recoverable losses shall be considered, such as
sick leave, Family Medical Leave Act (FMLA) salary continuation,
property damage, and other insurance.
Packet Page. 697
EXHIBIT B
22
Packet Page. 698
EXHIBIT B
23
Packet Page. 699
EXHIBIT C
1
PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF SAN BERNARDINO
AND GOLDMAN MAGDALIN STRAATSMA LLP
This Agreement is made and entered into as of July 1, 2024 by and between the
City of San Bernardino, a charter city and municipal corporation organized and operating
under the laws of the State of California with its principal place of business at Vanir Tower,
290 North D Street, San Bernardino, CA 92401 (“City”), and Goldman Magdalin
Straatsma, a Limited Liability Partnership with its principal place of business at One
Pointe Drive, Suite 200, Brea, CA 92821 (hereinafter referred to as “Consultant”). City
and Consultant are hereinafter sometimes referred to individually as “Party” and
collectively as the “Parties.”
RECITALS
A. City is a public agency of the State of California and is in need of
professional services for the following project:
Provide workers’ compensation legal services, utilizing creative and effective litigation
strategies to resolve claims in a timely manner with minimal exposure to the City.
(hereinafter referred to as “the Project”).
B. Consultant is duly licensed and has the necessary qualifications to provide
such services.
C. The Parties desire by this Agreement to establish the terms for City to retain
Consultant to provide the services described herein.
NOW, THEREFORE, IT IS AGREED AS FOLLOWS:
AGREEMENT
1. Incorporation of Recitals. The recitals above are true and correct and are
hereby incorporated herein by this reference.
2. Services. Consultant shall provide the City with the services described in
the Scope of Services attached hereto as Exhibit “A.”
3. Professional Practices. All professional services to be provided by
Consultant pursuant to this Agreement shall be provided by personnel identified in their
proposal. Consultant warrants that Consultant is familiar with all laws that may affect its
performance of this Agreement and shall advise City of any changes in any laws that may
affect Consultant’s performance of this Agreement. Consultant further represents that no
City employee will provide any services under this Agreement.
4. Compensation.
Packet Page. 700
EXHIBIT C
2
a. Subject to paragraph 4(b) below, the City shall pay for such services
in accordance with the Schedule of Charges set forth in Exhibit “A.”
b. In no event shall the total amount paid for services rendered by
Consultant under this Agreement exceed the sum of two hundred sixty-five thousand
dollars ($265,000) annually. This amount is to cover all related costs, and the City will not
pay any additional fees for printing expenses. Consultant may submit invoices to City for
approval. Said invoice shall be based on the total of all Consultant’s services which have
been completed to City’s sole satisfaction. City shall pay Consultant’s invoice within forty-
five (45) days from the date City receives said invoice. The invoice shall describe in detail
the services performed and the associated time for completion. Any additional services
approved and performed pursuant to this Agreement shall be designated as “Additional
Services” and shall identify the number of the authorized change order, where applicable,
on all invoices.
5. Additional Work. If changes in the work seem merited by Consultant or the
City, and informal consultations with the other party indicate that a change is warranted,
it shall be processed in the following manner: a letter outlining the changes shall be
forwarded to the City by Consultant with a statement of estimated changes in fee or time
schedule. An amendment to this Agreement shall be prepared by the City and executed
by both Parties before performance of such services, or the City will not be required to
pay for the changes in the scope of work. Such amendment shall not render ineffective
or invalidate unaffected portions of this Agreement.
a. Adjustments. No retroactive price adjustments will be considered.
Additionally, no price increases will be permitted during the first year of this Agreement,
unless agreed to by City and Consultant in writing.
6. Term. This Agreement shall commence on the Effective Date and continue
through June 30, 2027, with the option of two (2), one (1) year extensions, unless the
Agreement is previously terminated as provided for herein (“Term”).
7. Maintenance of Records; Audits.
a. Records of Consultant’s services relating to this Agreement shall be
maintained in accordance with generally recognized accounting principles and shall be
made available to City for inspection and/or audit at mutually convenient times for a period
of four (4) years from the Effective Date.
b. Books, documents, papers, accounting records, and other evidence
pertaining to costs incurred shall be maintained by Consultant and made available at all
reasonable times during the contract period and for four (4) years from the date of final
payment under the contract for inspection by City.
8. Time of Performance. Consultant shall perform its services in a prompt and
timely manner and shall commence performance upon receipt of written notice from the
City to proceed. Consultant shall complete the services required hereunder within Term.
Packet Page. 701
EXHIBIT C
3
9. Delays in Performance.
a. Neither City nor Consultant shall be considered in default of this
Agreement for delays in performance caused by circumstances beyond the reasonable
control of the non-performing Party. For purposes of this Agreement, such circumstances
include a Force Majeure Event. A Force Majeure Event shall mean an event that
materially affects the Consultant’s performance and is one or more of the following: (1)
Acts of God or other natural disasters occurring at the project site; (2) terrorism or other
acts of a public enemy; (3) orders of governmental authorities (including, without
limitation, unreasonable and unforeseeable delay in the issuance of permits or approvals
by governmental authorities that are required for the services); and (4) pandemics,
epidemics or quarantine restrictions. For purposes of this section, “orders of
governmental authorities,” includes ordinances, emergency proclamations and orders,
rules to protect the public health, welfare and safety.
b. Should a Force Majeure Event occur, the non-performing Party shall,
within a reasonable time of being prevented from performing, give written notice to the
other Party describing the circumstances preventing continued performance and the
efforts being made to resume performance of this Agreement. Delays shall not entitle
Consultant to any additional compensation regardless of the Party responsible for the
delay.
c. Notwithstanding the foregoing, the City may still terminate this
Agreement in accordance with the termination provisions of this Agreement.
10. Compliance with Law.
a. Consultant shall comply with all applicable laws, ordinances, codes
and regulations of the federal, state and local government, including Cal/OSHA
requirements.
b. If required, Consultant shall assist the City, as requested, in obtaining
and maintaining all permits required of Consultant by federal, state and local regulatory
agencies.
c. If applicable, Consultant is responsible for all costs of clean up and/
or removal of hazardous and toxic substances spilled as a result of his or her services or
operations performed under this Agreement.
11. Standard of Care. Consultant’s services will be performed in accordance
with generally accepted professional practices and principles and in a manner consistent
with the level of care and skill ordinarily exercised by members of the profession currently
practicing under similar conditions. Consultant’s performance shall conform in all material
respects to the requirements of the Scope of Work.
Packet Page. 702
EXHIBIT C
4
12. Conflicts of Interest. During the term of this Agreement, Consultant shall at
all times maintain a duty of loyalty and a fiduciary duty to the City and shall not accept
payment from or employment with any person or entity which will constitute a conflict of
interest with the City.
13. City Business Certificate. Consultant shall, prior to execution of this
Agreement, obtain and maintain during the term of this Agreement a valid business
registration certificate from the City pursuant to Title 5 of the City’s Municipal Code and
any and all other licenses, permits, qualifications, insurance, and approvals of whatever
nature that are legally required of Consultant to practice his/her profession, skill, or
business.
14. Assignment and Subconsultant. Consultant shall not assign, sublet, or
transfer this Agreement or any rights under or interest in this Agreement without the
written consent of the City, which may be withheld for any reason. Any attempt to so
assign or so transfer without such consent shall be void and without legal effect and shall
constitute grounds for termination. Subcontracts, if any, shall contain a provision making
them subject to all provisions stipulated in this Agreement. Nothing contained herein shall
prevent Consultant from employing independent associates and subconsultants as
Consultant may deem appropriate to assist in the performance of services hereunder.
15. Independent Consultant. Consultant is retained as an independent
contractor and is not an employee of City. No employee or agent of Consultant shall
become an employee of City. The work to be performed shall be in accordance with the
work described in this Agreement, subject to such directions and amendments from City
as herein provided. Any personnel performing the work governed by this Agreement on
behalf of Consultant shall at all times be under Consultant’s exclusive direction and
control. Consultant shall pay all wages, salaries, and other amounts due such personnel
in connection with their performance under this Agreement and as required by law.
Consultant shall be responsible for all reports and obligations respecting such personnel,
including, but not limited to: social security taxes, income tax withholding, unemployment
insurance, and workers’ compensation insurance.
16. Insurance. Consultant shall not commence work for the City until it has
provided evidence satisfactory to the City it has secured all insurance required under this
section. In addition, Consultant shall not allow any subcontractor to commence work on
any subcontract until it has secured all insurance required under this section.
a. Additional Insured
The City of San Bernardino, its officials, officers, employees, agents, and
volunteers shall be named as additional insureds on Consultant’s and its subconsultants’
policies of commercial general liability and automobile liability insurance using the
endorsements and forms specified herein or exact equivalents.
b. Commercial General Liability
Packet Page. 703
EXHIBIT C
5
(i) The Consultant shall take out and maintain, during the
performance of all work under this Agreement, in amounts not less than specified herein,
Commercial General Liability Insurance, in a form and with insurance companies
acceptable to the City.
(ii) Coverage for Commercial General Liability insurance shall be
at least as broad as the following:
Insurance Services Office Commercial General Liability
coverage (Occurrence Form CG 00 01) or exact equivalent.
(iii) Commercial General Liability Insurance must include
coverage for the following:
(1) Bodily Injury and Property Damage
(2) Personal Injury/Advertising Injury
(3) Premises/Operations Liability
(4) Products/Completed Operations Liability
(5) Aggregate Limits that Apply per Project
(6) Explosion, Collapse and Underground (UCX)
exclusion deleted
(7) Contractual Liability with respect to this Contract
(8) Broad Form Property Damage
(9) Independent Consultants Coverage
(iv) The policy shall contain no endorsements or provisions
limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits
by one insured against another; (3) products/completed operations liability; or (4) contain
any other exclusion contrary to the Agreement.
(v) The policy shall give City, its elected and appointed officials,
officers, employees, agents, and City-designated volunteers additional insured status
using ISO endorsement forms CG 20 10 10 01 and 20 37 10 01, or endorsements
providing the exact same coverage.
(vi) The general liability program may utilize either deductibles
or provide coverage excess of a self-insured retention, subject to written approval by the
City, and provided that such deductibles shall not apply to the City as an additional
insured.
c. Automobile Liability
(i) At all times during the performance of the work under this
Agreement, the Consultant shall maintain Automobile Liability Insurance for bodily injury
and property damage including coverage for owned, non-owned and hired vehicles, in a
form and with insurance companies acceptable to the City.
Packet Page. 704
EXHIBIT C
6
(ii) Coverage for automobile liability insurance shall be at least
as broad as Insurance Services Office Form Number CA 00 01 covering automobile
liability (Coverage Symbol 1, any auto).
(iii) The policy shall give City, its elected and appointed officials,
officers, employees, agents and City designated volunteers additional insured status.
(iv) Subject to written approval by the City, the automobile liability
program may utilize deductibles, provided that such deductibles shall not apply to the City
as an additional insured, but not a self-insured retention.
d. Workers’ Compensation/Employer’s Liability
(i) Consultant certifies that he/she is aware of the provisions of
Section 3700 of the California Labor Code which requires every employer to be insured
against liability for workers’ compensation or to undertake self-insurance in accordance
with the provisions of that code, and he/she will comply with such provisions before
commencing work under this Agreement.
(ii) To the extent Consultant has employees at any time during
the term of this Agreement, at all times during the performance of the work under this
Agreement, the Consultant shall maintain full compensation insurance for all persons
employed directly by him/her to carry out the work contemplated under this Agreement,
all in accordance with the “Workers’ Compensation and Insurance Act,” Division IV of the
Labor Code of the State of California and any acts amendatory thereof, and Employer’s
Liability Coverage in amounts indicated herein. Consultant shall require all
subconsultants to obtain and maintain, for the period required by this Agreement, workers’
compensation coverage of the same type and limits as specified in this section.
e. Professional Liability (Errors and Omissions)
At all times during the performance of the work under this Agreement the
Consultant shall maintain professional liability or Errors and Omissions insurance
appropriate to its profession, in a form and with insurance companies acceptable to the
City and in an amount indicated herein. This insurance shall be endorsed to include
contractual liability applicable to this Agreement and shall be written on a policy form
coverage specifically designed to protect against acts, errors or omissions of the
Consultant. “Covered Professional Services” as designated in the policy must specifically
include work performed under this Agreement. The policy must “pay on behalf of” the
insured and must include a provision establishing the insurer's duty to defend.
f. Privacy/Network Security (Cyber)
At all times during the performance of the work under this Agreement, the
Consultant shall maintain privacy/network security insurance for: (1) privacy breaches,
(2) system breaches, (3) denial or loss of service, and the (4) introduction, implantation
Packet Page. 705
EXHIBIT C
7
or spread of malicious software code, in a form and with insurance companies acceptable
to the City.
g. Minimum Policy Limits Required
(i) The following insurance limits are required for the
Agreement:
Combined Single Limit
Commercial General Liability $2,000,000 per occurrence/$4,000,000
aggregate for bodily injury, personal
injury, and property damage
Automobile Liability $1,000,000 per occurrence for bodily
injury and property damage
Employer’s Liability $1,000,000 per occurrence
Professional Liability $1,000,000 per claim and aggregate
(errors and omissions)
Cyber Liability $1,000,000 per occurrence and
aggregate
h. Evidence Required
Prior to execution of the Agreement, the Consultant shall file with the City
evidence of insurance from an insurer or insurers certifying to the coverage of all
insurance required herein. Such evidence shall include original copies of the ISO CG
00 01 (or insurer’s equivalent) signed by the insurer’s representative and Certificate of
Insurance (Acord Form 25-S or equivalent), together with required endorsements. All
evidence of insurance shall be signed by a properly authorized officer, agent, or qualified
representative of the insurer and shall certify the names of the insured, any additional
insureds, where appropriate, the type and amount of the insurance, the location and
operations to which the insurance applies, and the expiration date of such insurance.
i. Policy Provisions Required
(i) Consultant shall provide the City at least thirty (30) days prior
written notice of cancellation of any policy required by this Agreement, except that the
Consultant shall provide at least ten (10) days prior written notice of cancellation of any
such policy due to non-payment of the premium. If any of the required coverage is
cancelled or expires during the term of this Agreement, the Consultant shall deliver
renewal certificate(s) including the General Liability Additional Insured Endorsement to
the City at least ten (10) days prior to the effective date of cancellation or expiration.
Packet Page. 706
EXHIBIT C
8
(ii) The Commercial General Liability Policy and Automobile
Policy shall each contain a provision stating that Consultant’s policy is primary insurance
and that any insurance, self-insurance or other coverage maintained by the City or any
named insureds shall not be called upon to contribute to any loss.
(iii) The retroactive date (if any) of each policy is to be no later
than the effective date of this Agreement. Consultant shall maintain such coverage
continuously for a period of at least three years after the completion of the work under
this Agreement. Consultant shall purchase a one (1) year extended reporting period A)
if the retroactive date is advanced past the effective date of this Agreement; B) if the
policy is cancelled or not renewed; or C) if the policy is replaced by another claims-made
policy with a retroactive date subsequent to the effective date of this Agreement.
(iv) All required insurance coverages, except for the professional
liability coverage, shall contain or be endorsed to provide waiver of subrogation in favor
of the City, its officials, officers, employees, agents, and volunteers or shall specifically
allow Consultant or others providing insurance evidence in compliance with these
specifications to waive their right of recovery prior to a loss. Consultant hereby waives
its own right of recovery against City, and shall require similar written express waivers
and insurance clauses from each of its subconsultants.
(v) The limits set forth herein shall apply separately to each
insured against whom claims are made or suits are brought, except with respect to the
limits of liability. Further the limits set forth herein shall not be construed to relieve the
Consultant from liability in excess of such coverage, nor shall it limit the Consultant’s
indemnification obligations to the City and shall not preclude the City from taking such
other actions available to the City under other provisions of the Agreement or law.
j. Qualifying Insurers
(i) All policies required shall be issued by acceptable insurance
companies, as determined by the City, which satisfy the following minimum
requirements:
(1) Each such policy shall be from a company or
companies with a current A.M. Best's rating of no less than A:VII and admitted to
transact in the business of insurance in the State of California, or otherwise allowed
to place insurance through surplus line brokers under applicable provisions of the
California Insurance Code or any federal law.
k. Additional Insurance Provisions
(i) The foregoing requirements as to the types and limits of
insurance coverage to be maintained by Consultant, and any approval of said insurance
by the City, is not intended to and shall not in any manner limit or qualify the liabilities
and obligations otherwise assumed by the Consultant pursuant to this Agreement,
including, but not limited to, the provisions concerning indemnification.
Packet Page. 707
EXHIBIT C
9
(ii) If at any time during the life of the Agreement, any policy of
insurance required under this Agreement does not comply with these specifications or is
canceled and not replaced, City has the right but not the duty to obtain the insurance it
deems necessary and any premium paid by City will be promptly reimbursed by
Consultant or City will withhold amounts sufficient to pay premium from Consultant
payments. In the alternative, City may cancel this Agreement.
(iii) The City may require the Consultant to provide complete
copies of all insurance policies in effect for the duration of the Project.
(iv) Neither the City nor the City Council, nor any member of the
City Council, nor any of the officials, officers, employees, agents or volunteers shall be
personally responsible for any liability arising under or by virtue of this Agreement.
l. Subconsultant Insurance Requirements. Consultant shall not allow
any subcontractors or subconsultants to commence work on any subcontract until they
have provided evidence satisfactory to the City that they have secured all insurance
required under this section. Policies of commercial general liability insurance provided
by such subcontractors or subconsultants shall be endorsed to name the City as an
additional insured using ISO form CG 20 38 04 13 or an endorsement providing the exact
same coverage. If requested by Consultant, City may approve different scopes or
minimum limits of insurance for particular subcontractors or subconsultants.
17. Indemnification.
a. To the fullest extent permitted by law, Consultant shall defend (with
counsel reasonably approved by the City), indemnify and hold the City, its elected and
appointed officials, officers, employees, agents, and authorized volunteers free and
harmless from any and all claims, demands, causes of action, suits, actions, proceedings,
costs, expenses, liability, judgments, awards, decrees, settlements, loss, damage or
injury of any kind, in law or equity, to property or persons, including wrongful death,
(collectively, “Claims”) in any manner arising out of, pertaining to, or incident to any
alleged acts, errors or omissions, or willful misconduct of Consultant, its officials, officers,
employees, subcontractors, consultants or agents in connection with the performance of
the Consultant’s services, the Project, or this Agreement, including without limitation the
payment of all damages, expert witness fees, attorneys’ fees and other related costs and
expenses. This indemnification clause excludes Claims arising from the sole negligence
or willful misconduct of the City. Consultant's obligation to indemnify shall not be
restricted to insurance proceeds, if any, received by the City, the City Council, members
of the City Council, its employees, or authorized volunteers. Consultant’s indemnification
obligation shall survive the expiration or earlier termination of this Agreement.
b. If Consultant’s obligation to defend, indemnify, and/or hold harmless
arises out of Consultant’s performance as a “design professional” (as that term is defined
under Civil Code section 2782.8), then, and only to the extent required by Civil Code
section 2782.8, which is fully incorporated herein, Consultant’s indemnification obligation
Packet Page. 708
EXHIBIT C
10
shall be limited to the extent which the Claims arise out of, pertain to, or relate to the
negligence, recklessness, or willful misconduct of the Consultant in the performance of
the services or this Agreement, and, upon Consultant obtaining a final adjudication by a
court of competent jurisdiction, Consultant’s liability for such claim, including the cost to
defend, shall not exceed the Consultant’s proportionate percentage of fault.
18. California Labor Code Requirements. Consultant is aware of the
requirements of California Labor Code Sections 1720 et seq. and 1770 et seq., as well
as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage
Laws"), which require the payment of prevailing wage rates and the performance of other
requirements on certain “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, Consultant agrees to fully comply with such
Prevailing Wage Laws, if applicable. Consultant shall defend, indemnify and hold the
City, its elected officials, officers, employees and agents free and harmless from any
claims, liabilities, costs, penalties or interest arising out of any failure or alleged failure to
comply with the Prevailing Wage Laws. It shall be mandatory upon the Consultant and
all subcontractors to comply with all California Labor Code provisions, which include but
are not limited to prevailing wages (Labor Code Sections 1771, 1774 and 1775),
employment of apprentices (Labor Code Section 1777.5), certified payroll records (Labor
Code Sections 1771.4 and 1776), hours of labor (Labor Code Sections 1813 and 1815)
and debarment of contractors and subcontractors (Labor Code Section 1777.1).
If the Services are being performed as part of an applicable “public works” or
“maintenance” project, then pursuant to Labor Code Sections 1725.5 and 1771.1, the
Consultant and all subconsultants performing such Services must be registered with the
Department of Industrial Relations. Consultant shall maintain registration for the duration
of the Project and require the same of any subconsultants, as applicable. This Project
may also be subject to compliance monitoring and enforcement by the Department of
Industrial Relations. It shall be Consultant’s sole responsibility to comply with all
applicable registration and labor compliance requirements.
19. Verification of Employment Eligibility. By executing this Agreement,
Consultant verifies that it fully complies with all requirements and restrictions of state and
federal law respecting the employment of undocumented aliens, including, but not limited
to, the Immigration Reform and Control Act of 1986, as may be amended from time to
time, and shall require all subconsultants and sub-subconsultants to comply with the
same.
20. Laws and Venue. This Agreement shall be interpreted in accordance with
the laws of the State of California. If any action is brought to interpret or enforce any term
of this Agreement, the action shall be brought in a state or federal court situated in the
County of San Bernardino, State of California.
21. Termination or Abandonment
Packet Page. 709
EXHIBIT C
11
a. City has the right to terminate or abandon any portion or all of the
work under this Agreement by giving ten (10) calendar days’ written notice to Consultant.
In such event, City shall be immediately given title and possession to all original field
notes, drawings and specifications, written reports and other documents produced or
developed for that portion of the work completed and/or being abandoned. City shall pay
Consultant the reasonable value of services rendered for any portion of the work
completed prior to termination. If said termination occurs prior to completion of any task
for the Project for which a payment request has not been received, the charge for services
performed during such task shall be the reasonable value of such services, based on an
amount mutually agreed to by City and Consultant of the portion of such task completed
but not paid prior to said termination. City shall not be liable for any costs other than the
charges or portions thereof which are specified herein. Consultant shall not be entitled
to payment for unperformed services, and shall not be entitled to damages or
compensation for termination of work.
b. Consultant may terminate its obligation to provide further services
under this Agreement upon thirty (30) calendar days’ written notice to City only in the
event of substantial failure by City to perform in accordance with the terms of this
Agreement through no fault of Consultant.
22. Attorneys’ Fees. In the event that litigation is brought by any Party in
connection with this Agreement, the prevailing Party shall be entitled to recover from the
opposing Party all costs and expenses, including reasonable attorneys’ fees, incurred by
the prevailing Party in the exercise of any of its rights or remedies hereunder or the
enforcement of any of the terms, conditions, or provisions hereof. The costs, salary, and
expenses of the City Attorney’s Office in enforcing this Agreement on behalf of the City
shall be considered as “attorneys’ fees” for the purposes of this Agreement.
23. Responsibility for Errors. Consultant shall be responsible for its work and
results under this Agreement. Consultant, when requested, shall furnish clarification
and/or explanation as may be required by the City’s representative, regarding any
services rendered under this Agreement at no additional cost to City. In the event that an
error or omission attributable to Consultant’s professional services occurs, Consultant
shall, at no cost to City, provide all other services necessary to rectify and correct the
matter to the sole satisfaction of the City and to participate in any meeting required with
regard to the correction.
24. Prohibited Employment. Consultant shall not employ any current employee
of City to perform the work under this Agreement while this Agreement is in effect.
25. Costs. Each Party shall bear its own costs and fees incurred in the
preparation and negotiation of this Agreement and in the performance of its obligations
hereunder except as expressly provided herein.
26. Documents. Except as otherwise provided in “Termination or
Abandonment,” above, all original field notes, written reports, Drawings and
Packet Page. 710
EXHIBIT C
12
Specifications and other documents, produced or developed for the Project shall, upon
payment in full for the services described in this Agreement, be furnished to and become
the property of the City.
27. Organization. Consultant shall assign Robert Choi as Project Manager.
The Project Manager shall not be removed from the Project or reassigned without the
prior written consent of the City.
28. Limitation of Agreement. This Agreement is limited to and includes only the
work included in the Project described above.
29. Notice. Any notice or instrument required to be given or delivered by this
Agreement may be given or delivered by depositing the same in any United States Post
Office, certified mail, return receipt requested, postage prepaid, addressed to the
following addresses and shall be effective upon receipt thereof:
CITY:
City of San Bernardino
Vanir Tower, 290 North D Street
San Bernardino, CA 92401
Attn: Andrea Russell, Director of
Human Resources &
Risk Management
With Copy To:
City of San Bernardino
Vanir Tower, 290 North D Street
San Bernardino, CA 92401
Attn: City Attorney
CONSULTANT:
Goldman Magdalin Straatsma, LLP
One Pointe Drive, Ste. 200
Brea, CA 92821
Attn: Robert Choi, Managing Partner
30. Third Party Rights. Nothing in this Agreement shall be construed to give
any rights or benefits to anyone other than the City and the Consultant.
31. Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and that it shall not discriminate against any employee or applicant
for employment because of race, religion, color, national origin, ancestry, sex, age or
other interests protected by the State or Federal Constitutions. Such non-discrimination
shall include, but not be limited to, all activities related to initial employment, upgrading,
demotion, transfer, recruitment or recruitment advertising, layoff or termination.
32. Entire Agreement. This Agreement, including Exhibit “A,” represents the
entire understanding of City and Consultant as to those matters contained herein, and
supersedes and cancels any prior or contemporaneous oral or written understanding,
promises or representations with respect to those matters covered hereunder. Each
Packet Page. 711
EXHIBIT C
13
Party acknowledges that no representations, inducements, promises, or agreements
have been made by any person which are not incorporated herein, and that any other
agreements shall be void. This is an integrated Agreement.
33. Severability. If any provision of this Agreement is determined by a court of
competent jurisdiction to be invalid, illegal, or unenforceable for any reason, such
determination shall not affect the validity or enforceability of the remaining terms and
provisions hereof or of the offending provision in any other circumstance, and the
remaining provisions of this Agreement shall remain in full force and effect.
34. Successors and Assigns. This Agreement shall be binding upon and shall
inure to the benefit of the successors in interest, executors, administrators and assigns
of each Party to this Agreement. However, Consultant shall not assign or transfer by
operation of law or otherwise any or all of its rights, burdens, duties or obligations without
the prior written consent of City. Any attempted assignment without such consent shall
be invalid and void.
35. Non-Waiver. The delay or failure of either Party at any time to require
performance or compliance by the other Party of any of its obligations or agreements shall
in no way be deemed a waiver of those rights to require such performance or compliance.
No waiver of any provision of this Agreement shall be effective unless in writing and
signed by a duly authorized representative of the Party against whom enforcement of a
waiver is sought. The waiver of any right or remedy with respect to any occurrence or
event shall not be deemed a waiver of any right or remedy with respect to any other
occurrence or event, nor shall any waiver constitute a continuing waiver.
36. Time of Essence. Time is of the essence for each and every provision of
this Agreement.
37. Headings. Paragraphs and subparagraph headings contained in this
Agreement are included solely for convenience and are not intended to modify, explain,
or to be a full or accurate description of the content thereof and shall not in any way affect
the meaning or interpretation of this Agreement.
38. Amendments. Only a writing executed by all of the Parties hereto or their
respective successors and assigns may amend this Agreement.
39. City’s Right to Employ Other Consultants. City reserves its right to employ
other consultants, including engineers, in connection with this Project or other projects.
40. Prohibited Interests. Consultant maintains and warrants that it has neither
employed nor retained any company or person, other than a bona fide employee working
solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants
that it has not paid nor has it agreed to pay any company or person, other than a bona
fide employee working solely for Consultant, any fee, commission, percentage, brokerage
fee, gift or other consideration contingent upon or resulting from the award or making of
this Agreement. For breach or violation of this warranty, City shall have the right to
Packet Page. 712
EXHIBIT C
14
rescind this Agreement without liability. For the term of this Agreement, no official, officer
or employee of City, during the term of his or her service with City, shall have any direct
interest in this Agreement, or obtain any present or anticipated material benefit arising
therefrom.
41. Counterparts. This Agreement may be executed in one or more
counterparts, each of which shall be deemed an original. All counterparts shall be
construed together and shall constitute one single Agreement.
42. Authority. The persons executing this Agreement on behalf of the Parties
hereto warrant that they are duly authorized to execute this Agreement on behalf of said
Parties and that by doing so, the Parties hereto are formally bound to the provisions of
this Agreement.
43. Electronic Signature. Each Party acknowledges and agrees that this
Agreement may be executed by electronic or digital signature, which shall be considered
as an original signature for all purposes and shall have the same force and effect as an
original signature.
[SIGNATURES ON FOLLOWING PAGE]
Packet Page. 713
EXHIBIT C
15
SIGNATURE PAGE FOR PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF SAN BERNARDINO
AND GOLDMAN MAGDALIN STRAATSMA, LLP
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the date
first written above.
CITY OF SAN BERNARDINO
APPROVED BY:
Rochelle Clayton
Acting City Manager
ATTESTED BY:
Genoveva Rocha, CMC
City Clerk
APPROVED AS TO FORM:
Best Best & Krieger LLP
City Attorney
CONSULTANT
Signature
Robert Choi _____
Name
Managing Partner ________________
Title
Packet Page. 714
EXHIBIT C
16
EXHIBIT A
SCOPE OF WORK
WORKERS’ COMPENSATION LEGAL SERVICES
The scope of work includes completion of the services and deliverables listed below.
WORKERS’ COMPENSTION LEGAL SERVICES
I.PURPOSE
The City of San Bernardino’s Human Resources Department ("City'') desires to
retain a panel of attorneys who specialize in Workers’ Compensation litigation.
II.SPECIFICATIONS
A. The City would like to contract with “Best-in-Class” law firms to provide workers’
compensation litigation services. Vendors should demonstrate creative and
effective litigation strategies, has expertise in temporary disability/causation
medical consultation, rehabilitation/supplemental job displacement benefits
voucher (SJDB), Agreed Medical Examiner (AME), Panel Qualified Medical
Examiner (PQME), and case settlement.
1. Case Referrals
New case referrals will be assigned by the City’s Risk Management Division. Within
five (5) business days upon referral of new cases, the Consultant shall send an email
to the City’s Risk Management Division and the TPA acknowledging receipt of the file,
confirming the designated attorney(s) assigned to the file, and disclosure of any
conflicts of interest. The case acknowledgment email represents a non-billable event.
If available at the time of a new case referral, City’s Risk Management Division and/or
the TPA transmittal shall include:
•All Division of Workers’ Compensation notices and filings
•Personnel file
•Wage statement
•Job description or job analysis
•Claimant’s occupation, department, and supervisor contact information
•Summary of claim and status
•Medical reports for the injury
•Investigative reports
•Claim payment history (medical and indemnity)
•Legal notices or filings, including TPA responses
•Case file notes
•Specific issues requiring defense
•Related information from the City’s Risk Management Division regarding issues
that may impact strategy
Packet Page. 715
EXHIBIT C
17
2. Reporting Requirements
The retained Consultant(s) shall observe the following guidelines for reporting and
communication:
•Reports shall be as brief.
•Timely and pertinent status reports shall address only new development
following a brief history.
•Reports shall point out key information contained in any attachments with an
explanation of its significance to the case. Voluminous records only need be
summarized, unless requested by the City’s Risk Management Division, the
TPA or the City’s General Counsel.
•Email is the preferred method of communication.
•
Following the case acknowledgement, reporting requirements shall include:
•Initial Report - due within thirty (30) days of case referral
Report contents must include:
o Analysis - A written analysis of the case which provides the initial
evaluation of the case and identifies the strengths and weaknesses of
the case. It shall include:
a. Summary of the claim.
b. Legal opinion of compensability, whether the case should be tried
or settled.
c. Pertinent statutes and/or case law.
d. An estimated settlement range or verdict range.
o Investigation - The Consultant(s) shall identify any additional information
needed to establish defenses in the action. To the extent possible, this
investigation and information gathering shall be done by the TPA.
o Strategy – Consultant(s) shall define the strategy to be used in each
claim including:
a. The anticipated course of action to be taken.
b. The factors or elements which must be proved or disproved and
the necessary discovery to establish these defenses or proof.
c. The timing of discovery, filing of motions, negotiations, or other
objectives.
d. The tactics to be used in defending the case and the advantages
to be gained using these tactics.
e. If applicable, counsel will specifically address available defenses
under California statutes.
•Litigation Budget - due with the Initial Report and with Status Reports
o A litigation budget shall be provided with the initial report listing
Consultant(s) best estimate for costs associated with those activities
Packet Page. 716
EXHIBIT C
18
outlined in the initial report.
•Status Update – due bi-weekly
o Consultant(s) shall provide brief status updates to the City’s Risk
Management Division bi-weekly to include the most up to date
information pertaining to the case. Updates can be provided in written
format, via an in-person or virtual meeting.
•Status Reports - due every ninety (90) days
o Consultant(s) shall provide concise status updates to the TPA and the
City’s Risk Management Division whenever events change any fact,
judgment or opinion bearing on the case. Status updates should be
provided every ninety (90) days, even if there has been no
activity. Reports should not repeat previously reported events. Reports
shall include:
a. Discovery completed, including deposition summaries.
b. Current evaluation of the case.
c. Current estimate of medical and indemnity exposure.
d. Settlement demand and offer, if any.
e. Significant discovery planned for the next three months to include
recommended use of independent medical examinations,
utilization review, and expert medical advisors.
f. Suitability of dispositive motions.
g. Budget through current stage with explanation of budget
deviations.
h. Other significant changes.
i. Timeline for resolution.
•Pre-Settlement Conference/Mediation Report - due twenty-one (21) days in
advance
o Consultant(s) shall notify the TPA and the City’s Risk Management
Division of a settlement conference, mediation or trial as soon as the
date is set. Mediations may be attended by the City’s Risk Management
Division who must be contacted reasonably in advance of scheduling a
settlement conference or mediation to determine availability.
o Pre-mediation report to the City’s Risk Management Division and the
TPA should include:
a. A brief synopsis of the case
b. Consultant(s) opinion as to the strengths and weaknesses of the
case and associated exposure
c. Potential settlement range for the case
d. Consultant(s) opinion as to the outcome
e. Next steps should the case not settle
f. Updated litigation budget
•Pre-Hearing Report - due thirty (30) days before hearing
o Thirty (30) days prior to a hearing, Consultant(s) shall submit a detailed
Packet Page. 717
EXHIBIT C
19
pre-hearing report to the City’s Risk Management Division and the TPA
that should include an analysis of the issues, associated exposure,
chances of prevailing, comments regarding jurisdiction and the assigned
Judge of Compensation Claims, and possibility of resolving prior to a
hearing. If resolution is possible, the Consultant(s) shall confer with the
Consultant(s) Risk Management Division and the TPA to determine how
the case can be reasonably resolved without unnecessary costs.
•Post-Settlement Conference/Mediation/Hearing Report - due five (5) days after
o Five (5) days post settlement conference, mediation or hearing,
Consultant(s) shall submit a brief written summary or schedule a
conference call with the TPA and the City’s Risk Management Division
to discuss results and next steps.
3. General Litigation Guidelines
•Discovery
o The method of discovery utilized shall be that which obtains the
information required at the least cost and in the most efficient
manner. The Consultant(s) shall not schedule depositions without first
giving due consideration to the value of sworn or other recorded
testimony in lieu of a deposition. Unless special circumstances exist,
deposition transcripts other than that of the applicant shall not be
ordered unless or until it is reasonably certain that the case will be tried,
or they are needed for dispositive court filings such as motions for
summary judgment. Decisions to proceed with discovery shall be made
jointly by the Consultant(s), the City’s Risk Management Division and
the TPA, considering the purpose, value of information sought, cost of
proposed Discovery, and degree of potential for adverse
consequences. Direct contact with the Departmental Employees shall
be made with consent of and coordination through the City’s Risk
Management Division.
•Use of Experts
o The Consultant(s) must obtain authority and approval from the City’s
Risk Management Division of all experts, including those retained to
perform independent medical examinations or expert medical advisors,
to assist with the defense of the case. Experts shall be retained by the
Consultant(s) only after discussion with and approval of the City’s Risk
Management Division and the TPA. The discussion shall include the
objectives of retaining the expert, the expert’s qualifications and fees,
the anticipated benefits, and a determination of the point in time when
the expert’s use may be most effective.
•Settlements (Global)
o In all cases, the Consultant(s) shall provide realistic options including
Packet Page. 718
EXHIBIT C
20
compromise and settlement, and identify which option it believes to be
best, comment on the reasonableness of a settlement demand and
recommend a response. The Consultant(s) shall obtain authority for,
and approval of all settlement offers or advanced payments before they
are submitted to claimant’s counsel, the Division of Workers’
Compensation and/or its Appeals Board, or mediator, in accordance
with City’s Settlement Guidelines. Settlement demands made by
claimant or claimant’s counsel, and any counter offers, shall be
communicated to the City’s Risk Management Division and the TPA
immediately. The Consultant(s) is not authorized to act independently
of any delegation of authority provided through the City’s Risk
Management Division. The City’s Risk Management Division may
consider settlement negotiations outside of formal mediations or
settlement conferences but shall require up to thirty (30) days for the
delegation of authority process for approval of settlement evaluations.
o Upon case resolution, the Consultant(s) shall submit a brief final
summary in an email to the City’s Risk Management Division and the
TPA. This communication shall include copies of the signed settlement
agreement, general release and resignation, settlement check due date
with complete payable to and Tax ID information to include a copy of the
claimant’s law firm’s W-9, along with any other documents or information
that support resolution of an issue or the case in its entirety. Upon final
conclusion and receipt of the settlement check, and approved settlement
agreement, the Consultant(s) shall close its file and submit the final
billing for each case in the next billing period.
•Multi-Forum, Fraudulent, and Overlapping Claims
o Coordination and sharing of information from litigated liability claims with
the City’s Risk Management Division, the City’s general counsel and
workers’ compensation attorneys are expected in cases where there is
exposure to potential liability in other legal venues, such as EEOC
claims, disability retirement program, workers’ compensation claims
(overlapping), disability insurance, Medicare Set Aside, and Structured
Settlement companies. The Consultant(s) is expected to work
collaboratively with the City’s other defense counsel to develop
strategies to resolve liabilities globally.
o The Consultant(s) shall cooperate in the investigation of potentially
fraudulent claims reported to the California Department of Insurance
Fraud Division upon lawful request of this entity and in the recovery of
Workers’ Compensation monies.
•Appeals, Continuances, Waivers
o The Consultant(s) must obtain authority from the City’s Risk
Management Division before filing a petition for reconsideration with the
Appeals Board or filing a Writ of Review at the Appellate or Supreme
Packet Page. 719
EXHIBIT C
21
Court level.
o The Consultant(s) must obtain approval before waiving any rights of the
City, such as third-party recovery, causes of action against a third party,
restitution, settlement of liens and collateral benefits, such as the City’s
health, dental, and leave benefits. Under no circumstances may the
Consultant(s) make any agreement regarding retirement benefits.
o The Consultant(s) must coordinate requests for continuances or
extensions of timelines or deadlines, other than routine discovery, in
advance with the City’s Risk Management Division.
•Subrogation
o The Consultant(s) and the City’s Risk Management Division shall
consider the following factors in determining if subrogation shall be
utilized and, if so, the strategy to be employed:
a. In consultation with the City’s Risk Management Division, an
assessment of whether there are other business reasons or
relationships which might affect a decision to subrogate;
b. What the expected recovery amount is compared to the legal
costs to affect such recovery;
c. The effect on potential recovery of third-party liability and
comparative fault by employee and employer;
d. Legal action available to or taken by the injured party;
e. The possibility of a statute of limitations defense; and
f. The status and potential value of the workers’ compensation
case.
o Settlement of third-party cases fall within the same authorization
guidelines as all other workers’ compensation settlements. Non-
workers’ compensation recoverable losses shall be considered, such as
sick leave, Family Medical Leave Act (FMLA) salary continuation,
property damage, and other insurance.
Packet Page. 720
EXHIBIT C
22
Packet Page. 721
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Rochelle Clayton, Acting City Manager;
Darren Goodman, Chief of Police
Department:Police
Subject:Agreement with Selman Chevrolet and West Coast Lights
and Sirens for vehicle purchase and build out (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, authorize the following:
1. The City Manager or designee, to execute a Goods Purchasing Agreement with
Selman Chevrolet.
2. The Director of Finance and Management Services issue a purchase order to
Selman Chevrolet in an amount not to exceed $115,770.38.
3. The Director of Finance and Management Services issue a purchase order to
West Coast Lights and Sirens Inc., in an amount not to exceed $20,976.98.
Executive Summary
The City completed an RFP to select a vendor to purchase two vehicles to be used
for surveillance and enforcement related to illegal cannabis activity to further efforts
of the Regional Marijuana Enforcement Team and support the scope of the Prop 64
grant. The City requests the authorization to use Prop 64 grant funds to purchase the
vehicles.
Background
On June 22, 2023, the City of San Bernardino accepted the Proposition 64 Public
Health and Safety Grant, Cohort 3, in the amount of $3,000,000. The Board of State
and Community Corrections (BSCC) funded the grant based on tax revenue generated
by the sales of legal adult-use cannabis products. Included in the Prop 64 (BSCC)
grant budget proposal was $200,000 designated for the purchase of mobile
Packet Page. 722
surveillance equipment; a portion of which would be used for the purchase of two
unmarked police vehicles with the surveillance equipment. The vehicle purchase has
been approved by BSCC.
Discussion
The San Bernardino Police Department is entering into a memorandum of
understanding with the San Bernardino County Sheriff’s Department for a regional
marijuana enforcement team. This team will conduct illegal cannabis sales and
cultivation enforcement, along with public education. Two police officers will be
assigned to the regional team, bringing more personnel and assets for operations
inside the City of San Bernardino.
These assigned officers will need to be equipped with two unmarked police vehicles,
with accompanying equipment from West Coast Lights and Sirens Inc., for successful
enforcement investigations and operations. After completing a Request for Proposal
RFQ F-24-3000, Selman Chevrolet was identified as the vendor who met all bid
specifications. The two vehicles will be purchased from Selman Chevrolet and then
outfitted with appropriate police equipment at West Coast Lights and Siren, the city’s
existing contracted vendor for this type of work.
2021-2025 Strategic Targets and Goals
The request to approve this funding aligns with Key Target No. 3: Improve the Quality
of Life by securing two unmarked police vehicles for officers to conduct operations
surrounding the investigation of illegal cannabis sales and cultivation sites in the City
which are negatively impacting residents and business owners alike.
Fiscal Impact
There is no General Fund impact. The vehicles and surveillance equipment will be
purchased using the Prop 64 Public Health and Safety Grant funds.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, authorize the following:
1. The City Manager or designee, to execute a Goods Purchasing Agreement with
Selman Chevrolet.
2. The Director of Finance and Management Services issue a purchase order to
Selman Chevrolet in an amount not to exceed $115,770.38.
3. The Director of Finance and Management Services issue a purchase order to West
Coast Lights and Sirens Inc. in an amount not to exceed $20,976.98.
Attachments
Attachment 1 Selman Chevrolet proposal
Attachment 2 West Coast Lights and Siren Inc. proposal
Attachment 3 Goods Purchasing Agreement with Selman Chevrolet
Packet Page. 723
Ward:
All Wards
Synopsis of Previous Council Actions:
June 21, 2023 Mayor and City Council adopted Resolution 2023-088 and accepted
the Proposition 64 grant.
Packet Page. 724
Packet Page. 725
PROPOSAL
Date
4/25/2024
Estimate #
15042Name / Address
CITY OF SAN BERNARDINO
POLICE DEPT
710 NORTH D STREET
SAN BERNARDINO, CA 92401
W EST CO AST LIGHTS & SIREN S, IN C.
UNIT "B"
RIVERSIDE, CA 92507
Terms
Net 30
VEHICLE TYPE
SILVERADO
Phone # 951-779-9257
Fax # 951-779-9256
Info@wcls.us
WCLS.US
Total
Subtotal
Sales Tax (8.0%)
Item Description Qty Cost Total
>>TO INSTALL THE FOLLOWING IN A 2023 CHEVY
SILVERADO<<
115.00/HOUR LABOR TO INSTALL THE FOLLOWING 34 115.00 3,910.00T
>>LIGHTING & SIREN EQUIPMENT<<
MPS62U-RB MICROPULSE ULTRA 6, DUAL COLOR, CLEAR LENS,
SURFACE MOUNT- RED/BLUE
>>STEADY RED VISOR LIGHT<<
1 90.00 90.00T
MPS62U-RB MICROPULSE ULTRA 6, DUAL COLOR, CLEAR LENS,
SURFACE MOUNT- RED/BLUE
>> FLASHING RED/BLUE VISOR LIGHT<<
1 90.00 90.00T
MPSM6U-WIN ADHESIVE MOUNT KIT FOR (1) MPS6U LIGHT KIT
INCLUDES 90 , 67,46. & 30 DEGREES SHROUDS
2 40.04 80.08T
416900Z-BW CORNER LED,DUAL,INLINE FLASHER, HORIZ
OPTIC,BLUE/WHITE
>>PASS. SIDE HEADLIGHT<<
1 68.00 68.00T
416900Z-RW CORNER LED,DUAL,INLINE FLASHER, HORIZ OPTIC,
RED/WHITE
>>DR. SIDE HEADLIGHT<<
1 68.00 68.00T
PW100S4 PATHWAY SIREN/LIGHT CONTROLLER WITH
FOUR-BUTTON CONTROLLER, 100 W
1 480.00 480.00T
WCLS-ROTARY1 ROTARY SWITCH FOR PATHFINDER 1 225.00 225.00T
ES100C ES100C SPEAKER W/O BRACKET 1 215.00 215.00T
ESB-L BRACKET KIT, ES100C 1 28.03 28.03T
FHL-CHG FLASHER, HEADLIGHT 1 75.46 75.46T
Page 1
Packet Page. 726
PROPOSAL
Date
4/25/2024
Estimate #
15042Name / Address
CITY OF SAN BERNARDINO
POLICE DEPT
710 NORTH D STREET
SAN BERNARDINO, CA 92401
W EST CO AST LIGHTS & SIREN S, IN C.
UNIT "B"
RIVERSIDE, CA 92507
Terms
Net 30
VEHICLE TYPE
SILVERADO
Phone # 951-779-9257
Fax # 951-779-9256
Info@wcls.us
WCLS.US
Total
Subtotal
Sales Tax (8.0%)
Item Description Qty Cost Total
FHL-TAIL FLASHER,TAILLIGHT, UNIVERSAL APPLICATIONS , 18"
WIRE LEADS
1 69.78 69.78T
416900Z-BA CORNER LED,DUAL,INLINE FLASHER, HORIZ
OPTIC,BLUE/AMBER
>>REVERSE LIGHTS<<
2 68.00 136.00T
>>UNDER SEAT STORAGE<<
7126-7656 54"W X 13"D X 6-1/2"H (REAR) TO 9-1/2" (FRONT) STEEL
CONSTRUCTION T-HANDLE W/ SINGLE LOCK - 2020+
SILVERADO
1 1,150.00 1,150.00T
SHIPPING SHIPPING OF HAVIS BOX 1 150.00 150.00
>>REAR TONNEAU COVER<<
JOB MATERIALS SLIDING TONNEAU COVER 1 2,436.00 2,436.00T
>>ELECTRICAL<<
JOB MATERIALS ELECTRONICS BOARD WITH CARPET 1 65.00 65.00T
7185B 70 AMP CIRCUIT BREAKER 1 29.30 29.30T
U-CBB-BK UNIVERSAL CIRCUIT BREAKER BRACKET FROM BK
CUSTOMS
1 12.00 12.00T
5025B FUSE BLOCK STBLADE 6 CIRC W/GRND/CVR 1 25.31 25.31T
EVM-IDM308VS IGNITION DELAY MODULE 30 MIN TO 8HRS - VOLTAGE
SENSE
1 54.08 54.08T
90-201 75 AMP RELAY 1 37.55 37.55T
JOB MATERIALS MISC. PARTS, WIRE, ZIP TIES, CLAMPS, FASTENERS,
RELAYS, ETC.
1 150.00 150.00T
Page 2
*ESTIMATES ARE VALID FOR 30 DAYS.
*ORDERS WILL BE INVOICED UPON NOTIFICATION OF COMPLETION
*RETURNS/CANCELLATIONS ARE SUBJECT TO A 25% RESTOCKING FEE
AND SHIPPING CHARGES.
*PLEASE MAKE SURE YOU HAVE ALL CUSTOMER SUPPLIED PARTS WHEN
VEHICLE IS DROPPED OFF TO AVOID DELAYS. IF DELAYS CONTINUE, WE
WILL SUPPLY NEEDED PARTS AT CUSTOMERS EXPENSE.
*CALIFORNIA CERTIFIED SMALL BUSINESS #49878
*NOTE: SALES TAX WILL BE CHARGED ON INSTALLATION LABOR ON A
VEHICLE WITH 500 MILES OR LESS OR UNDER 6 MONTHS SINCE
REGISTRATION WITH THE DMV
$10,404.16
$9,644.59
$759.57
Packet Page. 727
1
4
9
5
3
CITY OF SAN BERNARDINO
GOODS PURCHASE AGREEMENT
This Goods Purchase Agreement (“Agreement”) is entered into this 3rd day of July, 2024, by and
between the City of San Bernardino, a charter city and municipal corporation organized under the laws of
the State of California with its principal place of business at Vanir Tower, 290 North D Street, San
Bernardino, California 92401, County of San Bernardino, State of California (“City”), and Selman Chevrolet
Company, a CORPORATION with its principal place of business at 1800 E Chapman Ave, Orange, CA
92867 (“Supplier”). City and Supplier are sometimes individually referred to as “Party” and collectively as
“Parties” in this Agreement.
Section 1. DEFINITIONS.
A. “Goods” means all machinery, equipment, supplies, items, parts, materials, labor or other
services, including design, engineering and installation services, provided by Supplier as specified in Exhibit
“A,” attached hereto and incorporated herein by reference.
B. “Delivery Date(s)” means that date or dates upon which the Goods is to be delivered to City,
ready for approval, testing and/or use as specified in Exhibit “B.”
Section 2. MATERIALS AND WORKMANSHIP.
When Exhibit “A” specifies machinery, equipment or material by manufacturer, model or trade name,
no substitution will be made without City’s written approval. Machinery, equipment or material installed in
the Goods without the approval required by this Section 2 will be deemed to be defective material for
purposes of Section 4. Where machinery, equipment or materials are referred to in Exhibit “A” as equal to
any particular standard, City will decide the question of equality. When requested by City, Supplier will
furnish City with the name of the manufacturer, the performance capabilities and other pertinent information
necessary to properly determine the quality and suitability of any machines, equipment and material to be
incorporated in the Goods. Material samples will be submitted at City’s request.
Section 3. INSPECTIONS AND TESTS.
City shall have the right to inspect and/or test the Goods prior to acceptance. If upon inspection or
testing the Goods or any portion thereof are found to be nonconforming, unsatisfactory, defective, of inferior
quality or workmanship, or fail to meet any requirements or specifications contained in Exhibit “A,” then
without prejudice to any other rights or remedies, City may reject the Goods or exercise any of its rights
under Section 4.C. The inspection, failure to make inspection, acceptance of goods, or payment for goods
shall not impair City’s right to reject nonconforming goods, irrespective of City’s failure to notify Supplier of
a rejection of nonconforming goods or revocation of acceptance thereof or to specify with particularity any
defect in nonconforming goods after rejection or acceptance thereof.
Section 4. WARRANTY.
A. Supplier warrants that the Goods will be of merchantable quality and free from defects in
design, engineering, material, and workmanship for a period of two (2) years, or such longer period as
provided by a manufacturer’s warranty or as agreed to by Supplier and City, from the date of final written
acceptance of the Goods by City as required for final payment under Section 7. Supplier further warrants
Packet Page. 728
2
4
9
5
3
that any services provided in connection with the Goods will be performed in a professional and workmanlike
manner and in accordance with the highest industry standards.
B. Supplier further warrants that all machinery, equipment, or process included in the Goods will
meet the performance requirements and specifications specified in Exhibit “A” and shall be fit for the purpose
intended. City’s inspection, testing, approval, or acceptance of any such machinery, equipment, or process
will not relieve Supplier of its obligations under this Section 4.B.
C. For any breach of the warranties contained in Section 4.A and Section 4.B, Supplier will,
immediately after receiving notice from City, at the option of City, and at Supplier’s own expense and without
cost to City:
1. Repair the defective Goods;
2. Replace the defective Goods with conforming Goods, F.O.B. City’s plant, office or other
location of City where the Goods was originally performed or delivered; or
3. Repay to City the purchase price of the defective Goods.
If City selects repair or replacement, any defects will be remedied without cost to City, including but
not limited to, the costs of removal, repair, and replacement of the defective Goods, and reinstallation of
new Goods. All such defective Goods that is so remedied will be similarly warranted as stated above. In
addition, Supplier will repair or replace other items of the Goods which may have been damaged by such
defects or the repairing of the same, all at its own expense and without cost to City.
D. Supplier also warrants that the Goods is free and clear of all liens and encumbrances
whatsoever, that Supplier has a good and marketable title to same, and that Supplier owns or has a valid
license for all of the proprietary technology and intellectual property incorporated within the Goods. Supplier
agrees to indemnify, defend, and hold City harmless against any and all third party claims resulting from
the breach or inaccuracy of any of the foregoing warranties.
E. In the event of a breach by Supplier of its obligations under this Section 4, City will not be
limited to the remedies set forth in this Section 4, but will have all the rights and remedies permitted by
applicable law, including without limitation, all of the rights and remedies afforded to City under the California
Commercial Code.
Section 5. PRICES.
Unless expressly provided otherwise, all prices and fees specified in Exhibit “C,” attached hereto and
incorporated herein by reference, are firm and shall not be subject to change without the written approval
of City. No extra charges of any kind will be allowed unless specifically agreed to in writing by City’s
authorized representative. The total price shall include (i) all federal, state and local sales, use, excise,
privilege, payroll, occupational and other taxes applicable to the Goods furnished to City hereunder; and (ii)
all charges for packing, freight and transportation to destination.
Section 6. CHANGES.
City, at any time, by a written order, and without notice to any surety, may make changes in the
Goods, including but not limited to, City’s requirements and specifications. If such changes affect the cost
Packet Page. 729
3
4
9
5
3
of the Goods or time required for its performance, an equitable adjustment will be made in the price or time
for performance or both. Any change in the price necessitated by such change will be agreed upon between
City and Supplier and such change will be authorized by a change order document signed by City and
accepted by Supplier.
Section 7. PAYMENTS.
A. Terms of payment are net thirty (30) days, less any applicable retention, after receipt of
invoice, or completion of applicable Progress Milestones. Final payment shall be made by City after
Supplier has satisfied all contractual requirements. Payment of invoices shall not constitute acceptance of
Goods.
B. If Progress Milestones have been specified in Exhibit “B,” then payments for the Goods will
be made as the requirements of such Progress Milestones are met. Progress payments for the Goods will
be made by City upon proper application by Supplier during the progress of the Goods and according to the
terms of payment as specified in Exhibit “B.” Supplier’s progress billing invoice will include progress
payments due for the original scope of work and changes. Each “Item for Payment” shown in Exhibit “B”
and each change order will be itemized on the invoice. Invoices for cost plus work, whether part of Exhibit
“B” or a change order, must have subcontractor and/or supplier invoices attached to Supplier’s invoice.
Other format and support documents for invoices will be determined by City in advance of the first invoice
cycle.
C. Payments otherwise due may be withheld by City on account of defective Goods not
remedied, liens or other claims filed, reasonable evidence indicating probable filing of liens or other claims,
failure of Supplier to make payments properly to its subcontractors or for material or labor, the failure of
Supplier to perform any of its other obligations under the Agreement, or to protect City against any liability
arising out of Supplier’s failure to pay or discharge other obligations. If the causes for which payment is
withheld are removed, the withheld payments will be made promptly. If the said causes are not removed
within a reasonable period after written notice, City may remove them at Supplier’s expense.
D. Payment of the final Progress Milestone payment or any retention will be made by City upon:
1. Submission of an invoice for satisfactory completion of the requirements of a Progress
Milestone as defined in Exhibit “B” and in the amount associated with the Progress Milestone;
2. Written acceptance of the Goods by City;
3. Delivery of all drawings and specifications, if required by City;
4. Delivery of executed full releases of any and all liens arising out of this Agreement; and
5. Delivery of an affidavit listing all persons who might otherwise be entitled to file, claim,
or maintain a lien of any kind or character, and containing an averment that all of the said persons have
been paid in full.
If any person refuses to furnish an actual release or receipt in full, Supplier may furnish a bond
satisfactory to City to indemnify City against any claim or lien at no cost to City.
Packet Page. 730
4
4
9
5
3
E. Acceptance by Supplier of payment of the final Progress Milestone payment pursuant to
Section 7.D will constitute a waiver, release and discharge of any and all claims and demands of any kind
or character which Supplier then has, or can subsequently acquire against City, its successors and assigns,
for or on account of any matter or thing arising out of, or in any manner connected with, the performance of
this Agreement. However, payment for the final Progress Milestone by City will not constitute a waiver,
release or discharge of any claims or demands which City then has, or can subsequently acquire, against
Supplier, its successors and assigns, for or on account of any matter or thing arising out of, or in any manner
connected with, the performance of this Agreement.
Section 8. SCHEDULE FOR DELIVERY.
A. The time of Supplier’s performance is of the essence for this Agreement. The Goods will be
delivered in accordance with the schedule set forth in Exhibit “B.” Supplier must immediately notify City in
writing any time delivery is behind schedule or may not be completed on schedule. In addition to any other
rights City may have under this Agreement or at law, Supplier shall pay City the sum of 10 % of the purchase
cost per item of Goods for each calendar day for which the item of Goods is unavailable beyond the
scheduled delivery date(s) specified in Exhibit “B.”
B. In the event that the Goods is part of a larger project or projects that require the coordination
of multiple contractors or suppliers, then Supplier will fully cooperate in scheduling the delivery so that City
can maximize the efficient completion of such project(s).
Section 9. TAXES.
A. Supplier agrees to timely pay all sales and use tax (including any value added or gross
receipts tax imposed similar to a sales and use tax) imposed by any federal, state or local taxing authority
on the ultimate purchase price of the Goods provided under this Agreement.
B. Supplier will withhold, and require its subcontractors, where applicable, to withhold all required
taxes and contributions of any federal, state or local taxing authority which is measured by wages, salaries
or other remuneration of its employees or the employees of its subcontractors. Supplier will deposit, or
cause to be deposited, in a timely manner with the appropriate taxing authorities all amounts required to be
withheld.
C. All other taxes, however denominated or measured, imposed upon the price of the Goods
provided hereunder, will be the responsibility of Supplier. In addition, all taxes assessed by any taxing
jurisdiction based on Supplier property used or consumed in the provision of the Goods such as and
including ad valorem, use, personal property and inventory taxes will be the responsibility of Supplier.
D. Supplier will, upon written request, submit to City written evidence of any filings or payments
of all taxes required to be paid by Supplier hereunder.
Section 10. INDEPENDENT CONTRACTOR.
Supplier enters into this Agreement as an independent contractor and not as an employee of City.
Supplier shall have no power or authority by this Agreement to bind City in any respect. Nothing in this
Agreement shall be construed to be inconsistent with this relationship or status. All employees, agents,
contractors or subcontractors hired or retained by the Supplier are employees, agents, contractors or
subcontractors of the Supplier and not of City. City shall not be obligated in any way to pay any wage claims
Packet Page. 731
5
4
9
5
3
or other claims made against Supplier by any such employees, agents, contractors or subcontractors or
any other person resulting from performance of this Agreement.
Section 11. SUBCONTRACTS.
Unless otherwise specified, Supplier must obtain City’s written permission before subcontracting any
portion of the Goods. Except for the insurance requirements in Section 13.A, all subcontracts and orders
for the purchase or rental of supplies, materials or equipment, or any other part of the Goods, will require
that the subcontractor be bound by and subject to all of the terms and conditions of the Agreement. No
subcontract or order will relieve Supplier from its obligations to City, including, but not limited to Supplier’s
insurance and indemnification obligations. No subcontract or order will bind City.
Section 12. TITLE AND RISK OF LOSS.
Unless otherwise agreed, City will have title to, and risk of loss of, all completed and partially
completed portions of the Goods upon delivery, as well as materials delivered to and stored on City property
which are intended to become a part of the Goods. However, Supplier will be liable for any loss or damage
to the Goods and/or the materials caused by Supplier or its subcontractors, their agents or employees, and
Supplier will replace or repair said Goods or materials at its own cost to the complete satisfaction of City.
Notwithstanding the foregoing, in the event that the City has paid Supplier for all or a portion of the Goods
which remains in the possession of Supplier, then City shall have title to, and the right to take possession
of, such Goods at any time following payment therefor. Risk of loss for any Goods which remains in the
possession of Supplier shall remain with Supplier until such Goods has been delivered or City has taken
possession thereof. Supplier will have risk of loss or damage to Supplier’s property used in the construction
of the Goods but which does not become a part of the Goods.
Section 13. INDEMNIFICATION.
A. Supplier shall defend, indemnify and hold the City, its officials, officers, employees, volunteers
and agents free and harmless from any and all claims, demands, causes of action, costs, expenses, liability,
loss, damage or injury, in law or equity, to property or persons, including wrongful death, in any manner
arising out of or incident to any alleged acts, omissions, negligence or willful misconduct of Supplier, its
officials, officers, employees, agents, subcontractors and subconsultants arising out of or in connection with
the Goods or the performance of this Agreement, including without limitation the payment of all
consequential damages and attorneys’ fees and other related costs and expenses except such loss or
damage which was caused by the sole negligence or willful misconduct of the City.
B. Supplier’s defense obligation for any and all such aforesaid suits, actions or other legal
proceedings of every kind that may be brought or instituted against the City, its officials, officers, employees,
agents, or volunteers shall be at Supplier’s own cost, expense, and risk. Supplier shall pay and satisfy any
judgment, award, or decree that may be rendered against City or its officials, officers, employees, agents,
or volunteers, in any such suit, action, or other legal proceeding. Supplier shall reimburse City and its
officials, officers, employees, agents, and/or volunteers, for any and all legal expenses and costs incurred
by each of them in connection therewith or in enforcing the indemnity herein provided.
C. Supplier’s obligation to indemnify shall not be restricted to insurance proceeds, if any, received
by the City, its officials, officers, employees, agents or volunteers.
Packet Page. 732
6
4
9
5
3
Section 14. INSURANCE.
A. General. Supplier shall take out and maintain:
1. Commercial General Liability Insurance, of at least $2,000,000 per occurrence/
$4,000,000 aggregate for bodily injury, personal injury and property damage, at least as broad as
Insurance Services Office Commercial General Liability most recent Occurrence Form CG 00 01;
2. Automobile Liability Insurance for bodily injury and property damage including
coverage for owned, non-owned and hired vehicles, of at least $1,000,000 per accident for bodily injury
and property damage, at least as broad as most recent Insurance Services Office Form Number CA 00
01 covering automobile liability, Code 1 (any auto);
3. Workers’ Compensation in compliance with applicable statutory requirements and
Employer's Liability Coverage of at least $1,000,000 per occurrence; and
4. Pollution Liability Insurance of at least $1,000,000 per occurrence and $2,000,000
aggregate shall be provided by the Supplier if transporting hazardous materials.
5. If Supplier is also the manufacturer of any equipment included in the Goods, Supplier
shall carry Product Liability and/or Errors and Omissions Insurance which covers said equipment with
limits of not less than $1,000,000.
6. Privacy/Network Security (Cyber Liability), of at least $1,000,000 per occurrence and
aggregate for: (1) privacy breaches, (2) system breaches, (3) denial or loss of service, and (4) the
introduction, implantation or spread of malicious software code, in a form and with insurance companies
acceptable to the City.
B. Additional Insured; Primary; Waiver of Subrogation; No Limitation on Coverage. The policies
required under this Section shall give City, its officials, officers, employees, agents or volunteers additional
insured status. Such policies shall contain a provision stating that Supplier’s policy is primary insurance
and that any insurance, self-insurance or other coverage maintained by the City or any additional insureds
shall not be called upon to contribute to any loss, and shall contain or be endorsed with a waiver of
subrogation in favor of the City, its officials, officers, employees, agents, and volunteers. The limits set forth
herein shall apply separately to each insured against whom claims are made or suits are brought, except
with respect to the limits of liability. Requirements of specific coverage or limits contained in this section
are not intended as a limitation on coverage, limits, or other requirement, or a waiver of any coverage
normally provided by any insurance. Any available coverage shall be provided to the parties required to be
named as additional insured pursuant to this Agreement.
C. Insurance Carrier. All insurance required under this Section is to be placed with insurers with
a current A.M. Best’s rating no less than A-:VII, licensed to do business in California, and satisfactory to the
City.
D. Evidence of Insurance. Supplier shall furnish City with original certificates of insurance and
endorsements effecting coverage required by the Agreement. The certificates and endorsements for each
insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf and
shall be on forms supplied or approved by the City. All certificates and endorsements must be received
Packet Page. 733
7
4
9
5
3
and approved by the City before delivery commences. The City reserves the right to require complete,
certified copies of all required insurance policies, at any time.
E. Subcontractors. All subcontractors shall meet the requirements of this Section before
commencing work. In addition, Supplier shall include all subcontractors as insureds under its policies or
shall furnish separate certificates and endorsements for each subcontractor. All coverages for
subcontractors shall be subject to all of the requirements stated herein.
F. Freight. Supplier shall ensure that third party shippers contracted by Supplier have adequate
insurance coverage for the shipped Goods.
Section 15. LIENS.
A. Supplier, subcontractors and suppliers will not make, file or maintain a mechanic’s or other
lien or claim of any kind or character against the Goods, for or on account of any labor, materials, fixtures,
tools, machinery, equipment, or any other things furnished, or any other work done or performance given
under, arising out of, or in any manner connected with the Agreement (such liens or claims referred to as
“Claims”); and Supplier, subcontractor and suppliers expressly waive and relinquish any and all rights which
they now have, or may subsequently acquire, to file or maintain any Claim and Supplier, subcontractor and
suppliers agree that this provision waiving the right of Claims will be an independent covenant.
B. Supplier will save and hold City harmless from and against any and all Claims that may be
filed by a subcontractor, supplier or any other person or entity and Supplier will, at its own expense, defend
any and all actions based upon such Claims and will pay all charges of attorneys and all costs and other
expenses arising from such Claims.
Section 16. TERMINATION OF AGREEMENT BY CITY.
A. Should Supplier at any time refuse or fail to deliver the Goods with promptness and diligence,
or to perform any of its other obligations under the Agreement, City may terminate Supplier’s right to proceed
with the delivery of the Goods by written notice to Supplier. In such event City may obtain the Goods by
whatever method it may deem expedient, including the hiring of another contractor or other contractors and,
for that purpose, may take possession of all materials, machinery, equipment, tools and appliances and
exercise all rights, options and privileges of Supplier. In such case Supplier will not be entitled to receive
any further payments until the Goods is delivered. If City’s cost of obtaining the Goods, including
compensation for additional managerial and administrative services, will exceed the unpaid balance of the
Agreement, Supplier will be liable for and will pay the difference to City.
B. City may, for its own convenience, terminate Supplier’s right to proceed with the delivery of
any portion or all of the Goods by written notice to Supplier. Such termination will be effective in the manner
specified in such notice, will be without prejudice to any claims which City may have against Supplier, and
will not affect the obligations and duties of Supplier under the Agreement with respect to portions of the
Goods not terminated.
C. On receipt of notice under Section 16.B, Supplier will, with respect to the portion of the Goods
terminated, unless the notice states otherwise,
1. Immediately discontinue such portion of the Goods and the placing of orders for
materials, facilities, and supplies in connection with the Goods,
Packet Page. 734
8
4
9
5
3
2. Unless otherwise directed by City, make every reasonable effort to procure cancellation
of all existing orders or contracts upon terms satisfactory to City; and
3. Deliver only such portions of the Goods which City deems necessary to preserve and
protect those portions of the Goods already in progress and to protect material, plant and equipment at
the Goods site or in transit to the Goods site.
D. Upon termination pursuant to Section 16.B, Supplier will be paid a pro rata portion of the
compensation in the Agreement for any portion of the terminated Goods already delivered, including
material and services for which it has made firm contracts which are not canceled, it being understood that
City will be entitled to such material and services. Upon determination of the amount of said pro rata
compensation, City will promptly pay such amount to Supplier upon delivery by Supplier of the releases of
liens and affidavit, pursuant to Section 7.C.
Section 17. FORCE MAJEURE
A. Supplier shall not be held responsible for failure or delay in shipping nor City for failure or
delay in accepting goods described herein if such failure or delay is due to a Force Majeure Event.
B. A Force Majeure Event shall mean an event that materially affects a Party’s performance and
is one or more of the following: (1) Acts of God or other natural disasters occurring at the project site; (2)
terrorism or other acts of a public enemy; (3) orders of governmental authorities (including, without limitation,
unreasonable and unforeseeable delay in the issuance of permits or approvals by governmental authorities
that are required for the work); (4) pandemics, epidemics or quarantine restrictions; and (5) strikes and other
organized labor action occurring at the project site and the effects thereof on the work, only to the extent
such strikes and other organized labor action are beyond the control of Supplier and its subcontractors, of
every tier, and to the extent the effects thereof cannot be avoided by use of replacement workers. For
purposes of this section, “orders of governmental authorities,” includes ordinances, emergency
proclamations and orders, rules to protect the public health, welfare and safety, and other actions of the
City in its capacity as a municipal authority.
C. In the event of any such excused interference with shipments, City shall have the option either
to reduce the quantity provided for in the order accordingly or to exercise its right of cancellation as set forth
in this Agreement.
Section 18. MISCELLANEOUS PROVISIONS.
A. Delivery of Notices. All notices permitted or required under this Agreement shall be given to
the respective parties at the following address or at such other address as the respective parties may
provide in writing for this purpose:
CITY:
City of San Bernardino
Vanir Tower, 290 North D Street
San Bernardino, CA 92401
Attn: Nick Oldendorf, Lieutenant
Selman Chevrolet Company
1800 E. Chapman Ave
Orange, CA 92867
Attn: Vincent Eible
Packet Page. 735
9
4
9
5
3
With Copy To:
City of San Bernardino
Vanir Tower, 290 North D Street
San Bernardino, CA 92401
Attn: City Attorney
Such notice shall be deemed made when personally delivered or when mailed, forty-eight (48) hours
after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at its applicable
address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of
the method of service.
B. Assignment or Transfer. Supplier shall not assign or transfer any interest in this Agreement
whether by assignment or novation, without the prior written consent of the City, which will not be
unreasonably withheld. Provided, however, that claims for money due or to become due Supplier from the
City under this Agreement may be assigned to a financial institution or to a trustee in bankruptcy, without
such approval. Notice of any assignment or transfer, whether voluntary or involuntary, shall be furnished
promptly to the City.
C. Successors and Assigns. This Agreement shall be binding on the successors and assigns of
the Parties.
D. Amendment; Modification. No supplement, modification, or amendment of this Agreement
shall be binding unless executed in writing and signed by both Parties.
E. Waiver. No waiver of any default shall constitute a waiver of any other default or breach,
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.
F. Governing Law. This Agreement shall be governed by the laws of the State of California.
Venue shall be in San Bernardino County.
G. Attorneys’ Fees and Costs. If any action in law or equity, including an action for declaratory
relief, is brought to enforce or interpret the provisions of this Agreement, each Party shall pay its own
attorneys’ fees.
H. Interpretation. Since the Parties or their agents have participated fully in the preparation of
this Agreement, the language of this Agreement shall be construed simply, according to its fair meaning,
and not strictly for or against any Party.
I. No Third Party Beneficiaries. There are no intended third party beneficiaries of any right or
obligation assumed by the Parties.
Packet Page. 736
10
4
9
5
3
J. Authority to Enter Agreement. Each Party warrants that the individuals who have signed this
Agreement have the legal power, right and authority to make this Agreement and bind each respective
Party.
K. Invalidity; Severability. If any portion of this Agreement is declared invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions shall continue in full force and
effect.
L. Counterparts. This Agreement may be signed in counterparts, each of which shall constitute
an original.
M. City’s Right to Employ Other Suppliers. City reserves its right to employ other contractors in
connection with the Goods.
N. Entire Agreement. This Agreement constitutes the entire agreement between the Parties
relative to the Goods specified herein. There are no understandings, agreements, conditions,
representations, warranties or promises with respect to this Agreement, except those contained in or
referred to in the writing.
O. Electronic Signature. Each Party acknowledges and agrees that this Agreement may be
executed by electronic or digital signature, which shall be considered as an original signature for all
purposes and shall have the same force and effect as an original signature.
[SIGNATURES ON FOLLOWING PAGE]
Packet Page. 737
11
4
9
5
3
SIGNATURE PAGE TO GOODS PURCHASE AGREEMENT
BETWEEN THE CITY OF SAN BERNARDINO
AND SELMAN CHEVROLET COMPANY
IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the date first above
written.
CITY OF SAN BERNARDINO
APPROVED BY:
Rochelle Clayton
Acting City Manager
ATTESTED BY:
Genoveva Rocha
City Clerk CMC
APPROVED AS TO FORM:
Best Best & Krieger LLP
City Attorney
SELMAN CHEVROLET COMPANY
Signature
Name
Title
Packet Page. 738
12
4
9
5
3
Exhibit A
Goods Specifications
Requirements
1. Vehicle Type and Size:
The vehicle should have the following characteristics:
a) Full size half ton pickup truck
b) Full size passenger cab with four doors
c) Power windows
d) Cloth seats
e) Two or more USB charging ports
f) At least one interior 120 volt power outlet
g) Tinted glass on rear passenger windows
h) Full size underbody mount spare tire
i) V8 engine with automatic transmission
j) Backup camera and blind spot monitoring
k) Remote keyless entry
l) Must include a tow package
m) Must be 4 wheel drive
n) Must be equipped with all terrain tires
2. Vehicle Warranty:
All proposals should include the cost of an extended warranty that will cover bumper to bumper
service for 5 years or 100,000 miles, or the most similar warranty option available.
3. Delivery Period:
Vendor must be able to deliver the vehicle within 30 days.
Packet Page. 739
13
4
9
5
3
Exhibit B
Delivery Schedule
The vehicle must be deliverable within 30 days of the completion of purchase contract.
Packet Page. 740
14
4
9
5
3
Exhibit C
Fee Schedule
See attached Vendor Quote Form
Packet Page. 741
2
1
7
3
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Rochelle Clayton, Acting City Manager;
Lynn Merrill, Director of Public Works, Operations, and
Maintenance.
Department:Public Works
Subject:Resolution List of Projects under SB1 2024/2025 Road
Maintenance Program; and Authorizing the Director of
Finance to Amend the FY 2024/25 Capital Improvement
Plan, Recording Supplemental Appropriations (All
Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California,
1.Adopt Resolution No. 2024-146 approving the Road Maintenance and
Rehabilitation proposed project list for submittal to the California
Transportation Commission and adopting a list of projects for Fiscal Year
2024/25 to be funded by Senate Bill 1: Road Repair and Accountability
Act of 2017; and
2. Adopt Resolution No. 2024-147 authorizing the Director of Finance and
Management Services to amend the FY 2024/25 Capital Improvement
Plan, recording supplemental appropriations:
a.In the amount of $5,787,126.00 in SB1 Fund and $1,355,877.50 in
Gas Tax Fund, for a total additional appropriation of $7,143,003.50
for Street Rehabilitation Phase 1- 14 Locations Project (Project No.
13630).
Executive Summary:
The City of San Bernardino is poised to enhance its road infrastructure under the
provisions of Senate Bill 1 (SB1), the Road Repair and Accountability Act of 2017. For
Fiscal Year 2024/25, the City anticipates receiving $5,787,126 in SB1 funds, which,
combined with $1,355,877.50 from Gas Tax funds, will total $7,143,003.50 allocated
for street rehabilitation projects at 14 locations. The City must allocate $1,167,244
Packet Page. 742
2
1
7
3
annually from its Gas Tax to maintain eligibility for these SB1 funds. Staff recommends
adopting these two resolutions to approve the project list and authorize the necessary
financial appropriations for the identified street rehabilitation projects. This strategic
initiative will ensure the City's roads are well-maintained, safe, and compliant with
state requirements.
Background
Senate Bill (SB) 1
On April 28, 2017, the Governor signed Senate Bill (SB) 1 (Beall, Chapter 5, Statute
2017), which is known as the Road Repair and Accountability Act of 2017 to address
basic road maintenance, rehabilitation, and critical safety needs on both the state
highway and local streets and road system. SB1 increases per gallon fuel excise
taxes; increases diesel fuel sales taxes and vehicle registration fees; and provides for
inflationary adjustments to tax rates in future years.
On November 1, 2017, the State Controller deposited various portions of new funding
into the newly created Road Maintenance and Rehabilitation Account (RMRA). A
percentage of the new RMRA funding was apportioned by formula to eligible cities
and counties pursuant to Streets and Highways Code (SHC) Section 2032 (h) for
basic road maintenance, rehabilitation, and critical safety projects on the local streets
and road systems.
•Annually, on July 1st, the City of San Bernardino, along with all other eligible
California agencies, submits a work plan to the California Transportation
Commission (CTC) committing the following fiscal years RMRA funding to a
specific pavement preservation project in the coming year or in a future year if
the City so desires. The submission of the work plan maintains the City's
eligibility to garner RMRA funding during the forthcoming fiscal year. Without
this commitment of RMRA funds the City loses its eligibility to collect RMRA
funding through the State Controller's Office (SCO).
The City used a Pavement Management System to develop the SB1 project list to
ensure revenues are being used on the most high-priority and cost-effective projects
that also meet the communities’ priorities for transportation investment.
On May 15th, 2024, the Public Works Department issued a contract for a new
Pavement Management Program and Asset Inventory. This new Pavement
Management Program will help establish streets in need of repair in the coming
years.
Discussion
The City anticipates receiving an estimated $5,787,126 in SB1 funds in FY 2024/25,
which will be used to support the repair, rehabilitation, and improvement of the City
street segments identified on the SB1 FY 2024/25 project list. In order to remain
eligible to receive such funds through RMRA program, the City, through its general
funds, is required to allocate $1,167,244.00 on an annual basis.
Packet Page. 743
2
1
7
3
Every year on July 1st, the City is required to adopt a resolution identifying projects
using RMRA allocation and submit this list of adopted projects to the State to meet
the eligibility requirement to receive RMRA funds. If this is not done by July 1, the
City loses its eligibility to collect RMRA funding.
The City's required local Maintenance of Effort (MOE) amount to be applied to the
project under SB1 is estimated to be $1,167,244.00, as shown on the table below.
Staff recommends adding the following list of projects to the SB1/RMRA funded
projects list so that they can be funded in-part or solely with Fiscal Year 2024-25
Road Maintenance and Rehabilitation Account revenues. These projects involve
asphalt roadway maintenance and rehabilitation (mill and overlay, slurry seal),
concrete improvements, striping and related work.
New Proiects which are proposed for the City Council Approval to be listed under
SB1/RMRA funding:
Projects in City's FY2024/25 CIP Program to be listed under SB1 Road
Maintenance Program:
Below is a list of all locations for projects listed under SB1 Road Maintenance Program:
•Street Rehabilitation Phase 1 - 1 4 locations (Project No: 13630)
•N. Mayfield between W. 8th and 9th
•N. Western between W. 8th and Union
•E. Gilbert between N. Waterman and Cedar
•W. 14th between N. G. and F.
•E. Hardt between S. Tippecanoe and Richardson
•E. Drake Drive (off of Foisy)/ E. Holden Drive
•N. Orange between E. Highland and 210 Freeway
•N. Electric Ave. between W. 40th and 48th
•N. Varsity Ave. between W. 48th and North Grand
Packet Page. 744
2
1
7
3
•W. College between University Parkway and North Grand
•W. Roosevelt Ave. west from N. State St.
•W. Washington Ave. from California west bound to Emma Road
•E. 34th Street between N. Mountain View and N. Sierra Way
•N. Mountain View between W. 30th and Parkdale
Staff recommends appropriating funds in the amount of $7,143,003.50. Of this,
$5,787,126.00 would come from SB1 funds and $1,355,877.50 (Maintenance of
Effort $1,167,244.00 plus $188,633.50) from Gas Tax funds.
Staff recommends approval of the attached Resolutions listing proposed projects to
be funded under SB1 2024/2025 Road Maintenance Program.
2021-2025 Strategic Targets and Goals
This project is consistent with Key Target No. 1d. Create a framework for spending
decisions and 1f. Create an asset management plan. Approval of the proposed project
list will allow staff to move forward in addressing deferred street maintenance needs
identified in the pavement management plan, and help secure project funding
resources available through SB1/RMRA.
Fiscal Impact
There is no General Fund impact associated with this item. The required funding to
meet the MOE requirement is $1,167,244.00 plus $188,633.50, funded by the Gas
Tax Funds.
Conclusion
It is recommended that that the Mayor and City Council of the City of San
Bernardino, California, adopt:
1. Adopt Resolution No. 2024-146 approving the Road Maintenance and
Rehabilitation proposed project list for submittal to the California
Transportation Commission and adopting a list of projects for Fiscal Year
2024/25 to be funded by Senate Bill 1: Road Repair and Accountability Act
of 2017; and
2. Adopt Resolution No. 2024-147 authorizing the Director of Finance and
Management Services to amend the FY 2024/25 Capital Improvement
Plan, recording supplemental appropriations:
a.In the amount of $5,787,126.00 in SB1 Fund and $1,355,877.50
in Gas Tax Fund, for a total additional appropriation of
$7,143,003.50 for Street Rehabilitation Phase 1- 14 Locations
Project (Project No. 13630).
Packet Page. 745
2
1
7
3
Attachments
Attachment 1 Resolution No. 2024-146 Approving SB1 Project List for
Submittal
Attachment 2 Resolution No. 2024-147 Amending FY 2024/25 Capital
Improvement Plan
Ward:
All Wards
Synopsis of Previous Council Actions:
June 26, 2023 Resolution 2023-091 approving the Road Maintenance and
Rehabilitation proposed project list for submittal to the California
Transportation Commission and adopting a list of projects for
Fiscal Year 2023/24 to be funded by Senate Bill 1: Road Repair
and Accountability Act of 2017.
June 1, 2022 Resolution 2022-110 Approving the Road Maintenance and
Rehabilitation Proposed Projects list for Submittal to the California
Transportation Commission: Adopting a list of projects for Fiscal
Year 2022/2023 to be funded by Senate Bill 1: Road Repair and
Accountability Act 2017
May 19, 2021 Resolution 2021-119 Approving the Road Maintenance and
Rehabilitation Proposed Projects list for Submittal to the California
Transportation Commission: Adopting a list of projects for Fiscal
Year 2021/2022 to be funded by Senate Bill 1: Road Repair and
Accountability Act 2017
April 15, 2020 Resolution 2020-67 Adopting a list of projects for Fiscal Year
2020/21 to be funded by Senate Bill 1: The Road Repair and
Accountability Act of 2017.
May 1, 2019 Resolution 2019-063 Adopting a list of projects for Fiscal Year
2019/20 Funded by Senate Bill 1 (SB1): The Road Repair and
Accountability Act of 2017.
May 16, 2018 Resolution 2018-143 Approving a list of projects to receive Road
Maintenance and Rehabilitation Account Funding.
December 20, 2017 Resolution 2017-242 Approving a list of projects to receive Road
Maintenance and Rehabilitation Account Funding.
Packet Page. 746
Resolution No. 2024-146
Resolution 2024-146
July 3, 2024
Page 1 of 4
4
9
9
8
RESOLUTION NO. 2024-146
RESOLUTION OF THE MAYOR AND CITY COUNCIL OF
THE CITY OF SAN BERNARDINO, CALIFORNIA,
APPROVING THE ROAD MAINTENANCE AND
REHABILITATION PROPOSED PROJECT LIST FOR
SUBMITTAL TO THE CALIFORNIA TRANSPORTATION
COMMISSION; AND ADOPTING A LIST OF PROJECTS
FOR FISCAL YEAR 2024/25 TO BE FUNDED BY SENATE
BILL 1: ROAD REPAIR AND ACCOUNTABILITY ACT OF
2017
WHEREAS, Senate Bill 1 (SB 1), the Road Repair and Accountability Act of 2017
(Chapter 5, Statutes of 2017) was passed by the Legislature and Signed into law by the Governor
in April 2017 to address the significant multi-modal transportation funding shortfalls statewide;
and
WHEREAS, SB 1 includes accountability and transparency provisions that will ensure the
residents of our City are aware of the projects proposed for funding in our community and which
projects have been completed each fiscal year; and
WHEREAS, the City must adopt by resolution a list of projects proposed to receive fiscal
year funding from the Road Maintenance and Rehabilitation Account (RMRA), created by SB 1,
which must include a description and the location of each proposed project, a proposed schedule
for the project's completion, and the estimated useful life of the improvement; and
WHEREAS, the City, will receive an estimated $5,787,1264 in RMRA funding in Fiscal
Year 2024-25 from SB 1; and
WHEREAS, this is the 8th year in which the City is receiving SB 1 funding and will enable
the City to continue essential road maintenance and rehabilitation projects, safety improvements,
and increasing access and mobility options for the traveling public that would not have otherwise
been possible without SB 1; and
WHEREAS, the City has undergone a robust public process to ensure public input into
our community's transportation priorities/the project list; and
WHEREAS, the City used a Pavement Management System to develop the SB 1 project
list to ensure revenues are being used on the most high-priority and cost-effective projects that also
meet the community’s priorities for transportation investment; and
WHEREAS, the funding from SB 1 will help the City maintain and rehabilitate 14 streets
and roads, add active transportation infrastructure throughout the City this year and 21of similar
projects into the future; and
WHEREAS, the 2023 California Statewide Local Streets and Roads Needs Assessment
found that the City's streets and roads are in an "at-risk" condition and this revenue will help us
Packet Page. 747
Resolution No. 2024-146
Resolution 2024-146
July 3, 2024
Page 2 of 4
4
9
9
8
increase the overall quality of our road system and over the next decade will bring our streets and
roads into a better condition; and
WHEREAS, the SB 1 project list and overall investment in our local streets and roads
infrastructure with a focus on basic maintenance and safety, investing in complete streets
infrastructure, and using cutting-edge technology, materials and practices, will have significant
positive co-benefits statewide.
BE IT RESOLVED BY THE MAYOR AND CITY COUNCIL OF THE CITY OF
SAN BERNARDINO AS FOLLOWS:
SECTION 1.The foregoing recitals are true and correct.
SECTION 2.The following list of newly proposed projects will be funded in-part or
solely with Fiscal Year 2024-25 Road Maintenance and Rehabilitation Account revenues:
Project Title: Street Rehabilitation Phase I - 14 locations (Project No: 13630)
Project Description: Asphalt coldmill and overlay, and striping improvements.
Project Location: Mayfield Ave, Western Ave, Gilbert St, 14th St, Hardt St, Drake Dr,
Orange St, Electric Ave, Varsity Ave, College Ave, Roosevelt Ave, Washington Ave, 34th
St, Mountain View Ave.
Estimated Project Schedule: Start (12/2024)- Completion (6/2025)
Estimated Project Useful Life: 12-15 years
SECTION 3.The following previously proposed and adopted projects may also utilize
Fiscal Year 2024-25 Road Maintenance and Rehabilitation Account revenues in their delivery.
With the relisting of these projects in the adopted fiscal year resolution, the City is reaffirming to
the public and the State our intent to fund these projects with Road Maintenance and Rehabilitation
Account revenues:
No previous projects will utilize FY2024/25 Road Maintenance and Rehabilitation
Funding.
SECTION 4. As the decision-making body for the project, the City Council has reviewed
and considered the information contained in the administrative record for the proposed project.
Based upon the facts and information contained in the administrative record, including all written
and oral evidence presented to the City Council, the City Council finds, as follows:
(1) The administrative record has been completed in compliance with CEQA, the State
CEQA Guidelines, and the City's Local CEQA Guidelines;
(2) The proposed project is exempt from the requirements of the California
Environmental Quality Act pursuant to Section 15301 (Class 1 -Existing Facilities) of the CEQA
Guidelines because it involves street rehabilitation. Additionally, the City Council finds this
Resolution is not subject to the California Environmental Quality Act (CEQA) in that the activity
is covered by the general rule that CEQA applies only to projects which have the potential for
causing a significant effect on the environment. Where it can be seen with certainty, as in this case,
Packet Page. 748
Resolution No. 2024-146
Resolution 2024-146
July 3, 2024
Page 3 of 4
4
9
9
8
that there is no possibility that the activity in question may have a significant effect on the
environment, the activity is not subject to CEQA.
(3) The application of the Class 1 categorical exemption is not barred by one of the
exceptions set forth in the CEQA Guidelines Section 15300.2 because Pavement Rehabilitation
Resolution No. 2024-XXX does not present any unusual circumstances; would not damage scenic
resources, including any resources in the area of a Scenic Highway; would not be utilized on a
hazardous waste site; and would not impact historic resources of any kind; and
(4) The determination of CEQA exemption reflects the independent judgment of the
City Council.
SECTION 5.Severability. If any provision of this Resolution or the application thereof
to any person or circumstance is held invalid, such invalidity shall not affect other provisions or
applications, and to this end the provisions of this Resolution are declared to be severable.
SECTION 6. Effective Date. This Resolution shall become effective immediately.
APPROVED and ADOPTED by the City Council and signed by the Mayor and attested
by the City Clerk this 3rd day of July 2024.
Helen Tran, Mayor
City of San Bernardino
Attest:
Genoveva Rocha, CMC, City Clerk
Approved as to form:
Sonia Carvalho, City Attorney
Packet Page. 749
Resolution No. 2024-146
Resolution 2024-146
July 3, 2024
Page 4 of 4
4
9
9
8
CERTIFICATION
STATE OF CALIFORNIA )
COUNTY OF SAN BERNARDINO) ss
CITY OF SAN BERNARDINO )
I, Genoveva Rocha, CMC, City Clerk, hereby certify that the attached is a true copy of
Resolution No. 2024-146, adopted at a regular meeting held on the 3rd day of July 2024 by the
following vote:
Council Members: AYES NAYS ABSTAIN ABSENT
SANCHEZ _____ _____ _______ _______
IBARRA _____ _____ _______ _______
FIGUEROA _____ _____ _______ _______
SHORETT _____ _____ _______ _______
REYNOSO _____ _____ _______ _______
CALVIN _____ _____ _______ _______
ALEXANDER _____ _____ _______ _______
WITNESS my hand and official seal of the City of San Bernardino this ___ day of July 2024.
Genoveva Rocha, CMC, City Clerk
Packet Page. 750
Resolution No. 2024-147
Resolution 2024-147
July 3, 2024
Page 1 of 4
4
9
9
9
RESOLUTION NO. 2024-147
RESOLUTION OF THE MAYOR AND CITY COUNCIL OF
THE CITY OF SAN BERNARDINO, CALIFORNIA,
AUTHORIZING THE DIRECTOR OF FINANCE TO
AMEND THE FY 2024/25 CAPITAL IMPROVEMENT
PLAN RECORDING SUPPLEMENTAL APPROPRIATIONS
FOR VARIOUS PROJECTS
WHEREAS, on April 28, 2017, the Governor signed Senate Bill (SB) 1 (Beall, Chapter
5, Statute 2017), which is known as the Road Repair and Accountability Act of 2017 to address
basic road maintenance, rehabilitation, and critical safety needs on both the state highway and
local streets and road system. SB1 increases per gallon fuel excise taxes; increases diesel fuel
sales taxes and vehicle registration fees; and provides for inflationary adjustments to tax rates in
future years; and
WHEREAS, the City of San Bernardino (“City”) developed a Five-Year Capital
Improvement Program (CIP) consistent with the 2021-2025 Key Strategic Targets and Goals
established by the Mayor and City Council; and
WHEREAS, this CIP is a five-year program that links the planning of capital
improvements to realistic, reliable funding sources. This ensures that the planning and
implementation of such projects are balanced within available resources; and
WHEREAS, projects included in the CIP are based on an assessment of community
needs, Mayor and City Council priorities and available funding. Capital projects relate to new
construction, major improvements or rehabilitation of assets, or acquisition of a structure.
WHEREAS, CIP projects are reviewed and updated annually. Consideration is given to
potential sources of funding, financing opportunities, and the value of the project using criteria
including the protection of public health and safety, adherence to legal requirements,
environmental quality, level of public support, return on investment, availability of financing,
and relationship to Mayor and City Council Goals and Objectives; and
WHEREAS, the City developed its FY 2024/25 Capital Improvement Plan; and
WHEREAS, the FY 2045/25 Capital Improvement Plan requires a supplementation
appropriation in the amount of $5,787,126 in SBl Funds and $1,355,877.50 in Gas Tax
(Maintenance of Effort) to fully fund Street Rehabilitation- 14 locations (Project No: 13630).
BE IT RESOLVED BY THE MAYOR AND CITY COUNCIL OF THE CITY OF
SAN BERNARDINO AS FOLLOWS:
SECTION 1.The above recitals are true and correct and are incorporated herein by this
reference.
Packet Page. 751
Resolution No. 2024-147
Resolution 2024-147
July 3, 2024
Page 2 of 4
4
9
9
9
SECTION 2.Mayor and City Council hereby authorize the Agency Director of Finance
and Management Services to amend the FY 2024/25 Capital Improvement Plan, recording a
supplemental appropriation in the amount of $5,787,126 in SBl Fund and $1,355,877.50 in Gas
Tax Fund, for a total additional contribution of $7,143,003.50 for Street Rehabilitation-14
locations (Project No: 13630) Project.
SECTION 3.As the decision-making body for the project, the City Council has
reviewed and considered the information contained in the administrative record for the proposed
project. Based upon the facts and information contained in the administrative record, including
all written and oral evidence presented to the City Council, the City Council finds, as follows:
(1) The administrative record has been completed in compliance with CEQA, the
State CEQA Guidelines, and the City's Local CEQA Guidelines;
(2) The proposed project is exempt from the requirements of the California
Environmental Quality Act pursuant to Section 15301 (Class I -Existing Facilities) of the CEQA
Guidelines because it involves street rehabilitation. Additionally, the City Council finds this
Resolution is not subject to the California Environmental Quality Act (CEQA) in that the activity
is covered by the general rule that CEQA applies only to projects which have the potential for
causing a significant effect on the environment. Where it can be seen with certainty, as in this
case, that there is no possibility that the activity in question may have a significant effect on the
environment, the activity is not subject to CEQA.
(3) The application of the Class 1 categorical exemption is not barred by one of the
exceptions set forth in the CEQA Guidelines Section 15300.2 because Pavement Rehabilitation
does not present any unusual circumstances; would not damage scenic resources, including any
resources in the area of a Scenic Highway; would not be utilized on a hazardous waste site; and
would not impact historic resources of any kind; and
(4) The determination of CEQA exemption reflects the independent judgment of the
City Council.
SECTION 4.Severability. If any provision of this Resolution or the application thereof
to any person or circumstance is held invalid, such invalidity shall not affect other provisions or
applications, and to this end the provisions of this Resolution are declared to be severable.
SECTION 5. Effective Date. This Resolution shall become effective immediately.
APPROVED and ADOPTED by the City Council and signed by the Mayor and attested
by the City Clerk this 3rd day of July 2024.
Helen Tran, Mayor
City of San Bernardino
Packet Page. 752
Resolution No. 2024-147
Resolution 2024-147
July 3, 2024
Page 3 of 4
4
9
9
9
Attest:
Genoveva Rocha, CMC, City Clerk
Approved as to form:
Sonia Carvalho, City Attorney
Packet Page. 753
Resolution No. 2024-147
Resolution 2024-147
July 3, 2024
Page 4 of 4
4
9
9
9
CERTIFICATION
STATE OF CALIFORNIA )
COUNTY OF SAN BERNARDINO) ss
CITY OF SAN BERNARDINO )
I, Genoveva Rocha, CMC, City Clerk, hereby certify that the attached is a true copy of
Resolution No. 2024-147, adopted at a regular meeting held on the 3rd day of July 2024 by the
following vote:
Council Members: AYES NAYS ABSTAIN ABSENT
SANCHEZ _____ _____ _______ _______
IBARRA _____ _____ _______ _______
FIGUEROA _____ _____ _______ _______
SHORETT _____ _____ _______ _______
REYNOSO _____ _____ _______ _______
CALVIN _____ _____ _______ _______
ALEXANDER _____ _____ _______ _______
WITNESS my hand and official seal of the City of San Bernardino this ___ day of July 2024.
Genoveva Rocha, CMC, City Clerk
Packet Page. 754
2
0
2
9
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Rochelle Clayton, Acting City Manager;
Lynn Merrill, Director of Public Works, Operations and
Maintenance
Department:Public Works
Subject:Award of Agreement for Construction of the Cross
Street Bridge Replacement and Fairfax Elementary
School Playground Restoration (Ward 2)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California adopt Resolution 2024-148:
1. Approving the award of an Agreement with Jilk Heavy Construction, Inc. in
the amount of $2,945,503.50 for Cross Street Bridge Replacement and
Fairfax Elementary School Playground Restoration (Project); and
2. Authorizing the construction contingencies, construction management, and
administrative costs in the total amount of $467,440.78 for construction of
the Project; and
3. Authorizing the Director of Finance and Management Services to amend the
FY 2023/24 CIP budget with an additional $2,700,000 from the General Fund
to bring the total project budget to $3,412,944.28; and
4. Authorizing the City Manager or designee to execute all documents with Jilk
Heavy Construction, Inc.; and
5. Authorizing the City Manager or designee to expend the contingency fund,
if necessary, to complete the project.
6. Finding the Project exempt from the California Environmental Quality Act
(“CEQA”) pursuant to State CEQA Guidelines § 15302 (“Replacement or
Reconstruction”).
Packet Page. 755
2
0
2
9
Executive Summary:
The Agreement would allow the City to issue Jilk Heavy Construction, Inc. a Notice to
Proceed, initiating the process to construct the Cross Street Bridge Replacement and
Fairfax Elementary School Playground. The agreement will include Jilk Heavy
Construction, Inc.’s Base Bid and Additive Alternate construction cost of $2,945,503.50.
Additional funds are recommended for construction contingencies and construction
management costs for a total of $467,440.78 The total cost of construction, construction
management, and construction contingencies is $3,412,944.28. Approving an additional
$2,700,000 from the General Fund will fund the project.
Background
The Cross Street bridge is located at 1367 Cross Street, and it spans over a San
Bernardino County Flood Control District (SBCFCD) flood control channel. It serves as
the sole access point to a residential neighborhood. The bridge was condemned in late
February 2023 following a fire incident that resulted in the complete loss of access,
including emergency services access to this neighborhood, and was subsequently
closed for both vehicular and pedestrian traffic.
In response to these emergency conditions, the City evaluated available options and
determined that the open field within the northeastern part of the adjacent school
property, Fairfax Elementary School, could be utilized to establish a temporary access
route from East 17th Street to North Fairfax Drive. On April 19th, 2023, the City Council
officially approved an MOU with the San Bernardino City Unified School District
(SBCUSD) to allow temporary access thru the school until the restoration of the bridge
was completed. With the cooperation of the SBCUSD, an access road that connects
North Fairfax Drive to East 17th Street through the school property was built to restore
temporary access.
Given the emergency nature of the situation, the City's on-call consultant, IMEG, was
promptly issued a task order in the amount of $88,750 to conduct structural
assessments and preliminary design work, in accordance with City Municipal Code,
Section 3.04.030. The assessment revealed that it would be more cost effective to
replace the bridge than attempting to restore it. Since time was of the essence on
October 18, 2023, the Mayor and City Council approved an amendment to IMEG’s
scope of work for a new total of $190,190 for bridge replacement design. Amendment
No. 1 to the memorandum of understanding for a temporary license between the City,
SBCUSD, and Southern California Gas Company was also approved on October 18,
2023.
Discussion
The Project was advertised for public bidding on April 18, 2024, on PlanetBids,
Two sealed bids were received, and opened on May 14, 2024, as follows:
Bidder City Base Bid
Jilk Heavy Construction, Inc. Brea, CA $2,747,417.50
Riverside Construction Company, Inc Riverside, CA $3,760,576.50
Packet Page. 756
2
0
2
9
Staff has reviewed all bid packages and determined that Jilk Heavy Construction Inc.
of Brea, California, is the lowest responsible and responsive bidder with a total Base
Bid amount of $2,747,417.50. Staff also recommend award of Additive Alternate No.
1 & 2, which includes street improvements on Fairfax and Cross Street for a cost of
$198,086.00. The total construction cost of the Base Bid and Additive Alternate No. 1
is $2,945,503.50.
Additional funding is also recommended for construction contingencies, construction
management, and administrative costs in the amount of $467,440.78. The total cost
of construction, construction contingencies, construction management, and
administrative costs is $3,412,944.28.
Due to the emergency nature of the bridge closure, Public Works established a budget
from the department funds in the amount of $309,197.91. On June 26, 2023, Resolution
2023-090 was adopted and increased the project budget in the amount of $1,000,000
from the Capital Contingency Fund. The current project balance is approximately
$712,944.28. An additional $2,700,000 is requested from the General Fund to complete
the project.
Please see breakdown of all project funding details:
Detail Amount Funding
PW Department Funds $309,197.91 General Fund
CIP Funds $1,000,000.00 Capital Contingency
Total Project Budget $1,309,197.91
Design Service - IMEG $190,190.00
Paving - ONYX $274,377.74
Staff Augmentation Services-
Transtech $80,080.00
Third Party Plan Review - NV5 $45,180.00
Permits & Advertisement, etc. $6,375.89
Total Project Budget $712,994.28
Construction Base Bid & Add Alter.$2,945,503.50
Construction Contingencies & CMCI $467,440.78
Total Needed for Project $3,412,944.28
Total Needed for Project $3,412,944.28
Current Total Project Budget $712,944.28
Total Project Shortfall $2,700,000.00 General Fund
Project construction is expected to last approximately six months and will be contingent
upon school classroom operations.
Packet Page. 757
2
0
2
9
Environmental Analysis
The Project is categorically exempt from the California Environmental Quality Act
(“CEQA”) pursuant to State CEQA Guidelines Section 15302, Replacement or
Reconstruction (“Class 2”). The Class 2 exemption allows for the replacement or
reconstruction of existing structures or facilities where the new structure will be located
on the same site as the structure replaced and will have substantially the same
purpose and capacity as the structure replaced. Here, the Project involves replacing
the previously fire-damaged bridge with a new bridge located on the same site that will
serve the same purpose of providing access to the residential neighborhood and
replace the elementary school ground that was damaged from the temporary access
road.
The City has also considered whether the proposed Project is subject to any exception
to the Class 2 exemption, as set forth in State CEQA Guidelines section 15300.2. No
exception applies for the following reasons:
a) The location exception only applies to Class 3, 4, 5, 6, and 11 exemptions,
none of which are being utilized here.
b) The proposed Project would not result in any significant cumulative impacts on
the environment. The cumulative impacts exception does not apply because
the Project has no incrementally significant impacts on the environment.
c) A categorical exemption may be subject to an exception where there is a
reasonable possibility that the activity will have a significant effect on the
environment due to unusual circumstances. The proposed Project does not
involve any unusual circumstances and has no potential to result in a significant
impact on the environment.
d) Under the “scenic highways” exception, a categorical exemption may be
subject to an exception where the project may result in damage to scenic
resources within a highway officially designated as a state scenic highway. The
exception does not apply here as the Project would not damage any scenic
resources within a state scenic highway.
e) The Project is not located on a site which is included on any list compiled
pursuant to Section 65962.5 of the Government Code.
f)The Project site does not contain a historical resource.
2021-2025 Strategic Targets and Goals
Authorizing the execution of this agreement aligns with Key Target No. 3: Improved
Quality of Life. The completion of this project will improve the community’s quality of
life by restoring bridge access to the community, improving local streets, and
improving the Fairfax Elementary School Playground.
Packet Page. 758
2
0
2
9
Fiscal Impact
An additional $2,700,000 from the General Fund is requested for the construction
of this project.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California Adopt Resolution 2024-148:
1. Approving the award of an Agreement with Jilk Heavy Construction, Inc. in
the amount of $2,945,503.50 for Cross Street Bridge Replacement and
Fairfax Elementary School Playground Restoration (Project); and
2. Authorizing the construction contingencies, construction management, and
administrative costs in the total amount of $467,440.78 for construction of
the Project; and
3. Authorizing the Director of Finance and Management Services to amend the
FY 2023/24 CIP budget with an additional $2,700,000 from the General Fund
to bring the total project budget to $3,412,944.28; and
4. Authorizing the City Manager or designee to execute all documents with Jilk
Heavy Construction, Inc.; and
5. Authorizing the City Manager or designee to expend the contingency fund,
if necessary, to complete the project.
6. Finding the Project exempt from the California Environmental Quality Act
(“CEQA”) pursuant to State CEQA Guidelines § 15302 (“Replacement or
Reconstruction”).
Attachments
Attachment 1 Resolution No. 2024-148
Attachment 2 Agreement with Jilk Heavy Construction
Attachment 3 Bid Tabulation
Attachment 4 Bid Proposal
Attachment 5 Location Map
Ward:
Ward 2
Synopsis of Previous Council Actions:
April 19, 2023 Ratify Memorandum of Understanding for Temporary License
between the City of San Bernardino and the San Bernardino
City Unified School District and Southern California Gas
Company
June 26, 2023 Adopt Resolution 2023-090 authorizing the Agency Director Of
Administrative Services to amend the FY 2023/24 Capital
Packet Page. 759
2
0
2
9
Improvement Plan, recording supplemental appropriations in
the amount of $1,000,000 from the Capital Contingency
Reserve Fund for the Cross Street Bridge Project; and
$1,040,258 from Measure S for the Genevieve Circuit Lighting
Project; and $1,243,294 from Measure S for the Ralston Circuit
Lighting Project.
October 18, 2023 Amendment No. 1 to Memorandum of Understanding for
Temporary License between the City of San Bernardino and the
San Bernardino City Unified School District and Southern
California Gas Company, and Approve a Task Order for Design
Services for Cross Street Bridge Emergency Replacement.
Packet Page. 760
Resolution No. 2024-148
Resolution 2024-148
July 3, 2024
Page 1 of 4
4
9
9
6
RESOLUTION NO. 2024-148
APPROVING THE AWARD OF AN AGREEMENT WITH
JILK HEAVY CONSTRUCTION, INC. IN THE AMOUNT OF
$2,945,503.50 FOR CROSS STREET BRIDGE
REPLACEMENT AND FAIRFAX ELEMENTARY SCHOOL
PLAYGROUND RESTORATION (RESTORATION
PROJECT); AND AUTHORIZING THE CONSTRUCTION
CONTINGENCIES, CONSTRUCTION MANAGEMENT,
AND ADMINISTRATIVE COSTS IN THE TOTAL AMOUNT
OF $467,440.78 FOR CONSTRUCTION OF THE PROJECT;
AUTHORIZING THE DIRECTOR OF FINANCE AND
MANAGEMENT SERVICES TO AMEND THE FY 2023/24
CIP BUDGET WITH AN ADDITIONAL $2,700,000 FROM
THE GENERAL FUND TO BRING THE TOTAL PROJECT
BUDGET TO $3,412,944.28; AUTHORIZING THE CITY
MANAGER OR DESIGNEE TO EXECUTE ALL
DOCUMENTS WITH JILK HEAVY CONSTRUCTION,
INC.; AUTHORIZING THE CITY MANAGER OR
DESIGNEE TO EXPEND THE CONTINGENCY FUND, IF
NECESSARY, TO COMPLETE THE PROJECT; AND
FINDING THE PROJECT EXEMPT FROM THE
CALIFORNIA ENVIRONMENTAL QUALITY ACT
PURSUANT TO STATE CEQA GUIDELINES SECTION
15302 (“REPLACEMENT OR RECONSTRUCTION”)
WHEREAS, the City desires to reconstruct the Cross Street Bridge to restore access to the
local neighborhood, and to restore the portion of Fairfax Elementary School playground used as
an emergency access road (the “Restoration Project”); and
WHEREAS, on April 19, 2023, the Mayor, and City Council ratified a Memorandum of
Understanding for Temporary License between the City of San Bernardino and the San Bernardino
City Unified School District and Southern California Gas Company; and
WHEREAS, on October 18, 2023, the Mayor, and City Council Approved Amendment
No. 1 to Memorandum of Understanding for Temporary License between the City of San
Bernardino and the San Bernardino City Unified School District and Southern California Gas
Company, and Approved a Task Order for Design Services for Cross Street Bridge Emergency
Replacement; and
WHEREAS, the Restoration Project was advertised for public bidding on April 18, 2024
on PlanetBids with the City receiving two sealed bids; and
WHEREAS, City staff reviewed the bid packages and determined that Jilk Heavy
Construction Inc. was the lowest responsible and responsive bidder.
Packet Page. 761
Resolution No. 2024-148
Resolution 2024-148
July 3, 2024
Page 2 of 4
4
9
9
6
BE IT RESOLVED BY THE MAYOR AND CITY COUNCIL OF THE CITY OF
SAN BERNARDINO AS FOLLOWS:
SECTION 1.The above recitals are true and correct and are incorporated herein by this
reference.
SECTION 2. The Mayor and City Council hereby authorize the City Manager to approve
the award of an Agreement with Jilk Heavy Construction, Inc. in the amount of $2,945,503.50 for
Cross Street Bridge Replacement and Fairfax Elementary School Playground Restoration
(Project); and
SECTION 3. The Mayor and City Council hereby authorize the construction
contingencies, construction management, and administrative costs in the total amount of
$467,440.78 for construction of the Project; and
SECTION 4. The Mayor and City Council hereby authorize the Director of Finance and
Management Services to amend the FY 2023/24 CIP budget with an additional $2,700,000 from
the General Fund to bring the total project budget to $3,412,944.28; and
SECTION 5. The Mayor and City Council hereby authorize the City Manager or
designee to execute all documents with Jilk Heavy Construction, Inc.; and
SECTION 6. The Mayor and City Council hereby authorize the City Manager or designee
to expend the contingency fund, if necessary, to complete the project.
SECTION 7.The Mayor and City Council finds this Resolution is categorically exempt
from the California Environmental Quality Act (“CEQA”) pursuant to State CEQA Guidelines
Section 15302, Replacement or Reconstruction (“Class 2”). The Class 2 exemption allows for the
replacement or reconstruction of existing structures or facilities where the new structure will be
located on the same site as the structure replaced and will have substantially the same purpose and
capacity as the structure replaced. Here, the Project involves replacement of the previously fire-
damaged bridge with a new bridge located on the same site that will serve the same purpose of
providing access to the residential neighborhood and replace the elementary school ground that
was damaged from the temporary access road. The Mayor and City Council also find this
Resolution is also not subject to any exception to the Class 2 exemption, as set forth in State CEQA
Guidelines section 15300.2. .
SECTION 8.Severability. If any provision of this Resolution or the application thereof
to any person or circumstance is held invalid, such invalidity shall not affect other provisions or
applications, and to this end the provisions of this Resolution are declared to be severable.
SECTION 9. Effective Date. This Resolution shall become effective immediately.
Packet Page. 762
Resolution No. 2024-148
Resolution 2024-148
July 3, 2024
Page 3 of 4
4
9
9
6
APPROVED and ADOPTED by the City Council and signed by the Mayor and attested
by the City Clerk this 3rd day of July 2024.
Helen Tran, Mayor
City of San Bernardino
Attest:
Genoveva Rocha, CMC, City Clerk
Approved as to form:
Sonia Carvalho, City Attorney
Packet Page. 763
Resolution No. 2024-148
Resolution 2024-148
July 3, 2024
Page 4 of 4
4
9
9
6
CERTIFICATION
STATE OF CALIFORNIA )
COUNTY OF SAN BERNARDINO) ss
CITY OF SAN BERNARDINO )
I, Genoveva Rocha, CMC, City Clerk, hereby certify that the attached is a true copy of
Resolution No. 2024-148, adopted at a regular meeting held on the 3rd day of July 2024 by the
following vote:
Council Members: AYES NAYS ABSTAIN ABSENT
SANCHEZ _____ _____ _______ _______
IBARRA _____ _____ _______ _______
FIGUEROA _____ _____ _______ _______
SHORETT _____ _____ _______ _______
REYNOSO _____ _____ _______ _______
CALVIN _____ _____ _______ _______
ALEXANDER _____ _____ _______ _______
WITNESS my hand and official seal of the City of San Bernardino this ___ day of ____________
2024.
Genoveva Rocha, CMC, City Clerk
Packet Page. 764
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-1-00 52 13 – CONTRACT FOR CONSTRUCTION
00 52 13 – CONTRACT FOR CONSTRUCTION
This Contract for Construction (“Contract”), No. SS 23-020 is made and entered into this Third
day of July, 2024 by and between the City of San Bernardino , with its principal place of
business at Vanir Tower, 290 North D Street, San Bernardino, California 92401, sometimes
hereinafter called the “City” and Jilk Heavy Construction Inc., sometimes hereinafter called
“Contractor.”
WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these
presents do covenant and agree with each other as follows:
ARTICLE 1. SCOPE OF WORK.
The Contractor shall perform all Work within the time stipulated in the Contract, and shall provide
all labor, materials, equipment, tools, utility services, and transportation to complete all of the
Work required in strict compliance with the Contract Documents as specified in Article 5, below,
for the following Project:
FOR CONSTRUCTION ON
CROSS STREET BRIDGE REPLACEMENT@ DEL ROSA CHANNEL (PHASE1)
AND FAIRFAX ELEMENTARY SCHOOL PLAYGROUND RESTOREATION (PHASE2)
Contractor is an independent contractor and not an agent of the City. The Contractor and its
surety shall be liable to the City for any damages arising as a result of the Contractor’s failure to
comply with this obligation.
ARTICLE 2. TIME FOR COMPLETION.
Time is of the essence in the performance of the Work. The Work shall be commenced on the
date stated in the City’s Notice to Proceed. The Contractor shall complete all Work required by
the Contract Documents within 135 days for PHASE1 (NTP2) And Fifty (20) working days for
Phase 2 (NTP3) from the commencement date stated in the Notice to Proceed NTP2 and NTP 3
By its signature hereunder, Contractor agrees the time for completion set forth above is adequate
and reasonable to complete the Work. NTP 1 will be issue for material procurement of long lead
items without delay after preconstruction meeting. Additionally, shall one or both options be
awarded the working days for Phase 1 (NTP2) will be extended administratively accordingly.
ARTICLE 3. CONTRACT PRICE.
The City shall pay to the Contractor as full compensation for the performance of the Contract,
subject to any additions or deductions as provided in the Contract Documents, and including all
applicable taxes and costs, the sum of Two Million Nine Hundred Forty-Five Thousand Five-
Hundred Three Dollars and Fifty Cents ($2,945,503.50). Payment shall be made as set forth in
the General Conditions. The City will pay to Contractor compensation based upon the prices set
forth in the Bid Schedule.
Packet Page. 765
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-2-00 52 13 – CONTRACT FOR CONSTRUCTION
ARTICLE 4. LIQUIDATED DAMAGES.
Contractor acknowledges that the City will sustain actual damages for each and everyday
completion of the Project is delayed beyond the Contract Time. Because of the nature of the
Project, it would be impracticable or extremely difficult to determine the City’s actual damages.
Accordingly, in accordance with Government Code section 53069.85, it is agreed that the
Contractor will pay the City the sum of $1,500 for each and every calendar day of delay beyond
the time prescribed in the Contract Documents for finishing the Work, as Liquidated Damages
and not as a penalty or forfeiture. In the event this is not paid, the Contractor agrees the City may
deduct that amount from any money due or that may become due the Contractor under the
Contract. This Section does not exclude recovery of other damages specified in the Contract
Documents. Liquidated damages may be deducted from progress payments due Contractor,
Project retention or may be collected directly from Contractor, or from Contractor's surety. These
provisions for liquidated damages shall not prevent the City, in case of Contractor's default, from
terminating the Contractor.
ARTICLE 5. COMPONENT PARTS OF THE CONTRACT.
The “Contract Documents” include the following:
Notice Inviting Bids
Instructions to Bidders
Bid Forms
Bid Acknowledgement
Bid Schedule
Bid Guarantee
Designation of Subcontractors
Information Required of Bidders
Non-Collusion Declaration Form
Iran Contracting Act Certification
Public Works Contractor DIR Registration Certification
Performance Bond
Payment (Labor and Materials) Bond
Contract for Construction
General Conditions
Special Conditions
Specifications
Addenda
Construction Plans and Drawings
Standard Specifications for Public Works Construction “Greenbook”, latest edition, Except
Sections 1-9
Applicable Local Agency Standards and Specifications, as last revised
Reference Specifications
Approved and fully executed Change Orders
Permits
Any other documents contained in or incorporated into the Contract.
The Contractor shall complete the Work in strict accordance with all of the Contract Documents.
Packet Page. 766
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-3-00 52 13 – CONTRACT FOR CONSTRUCTION
All of the Contract Documents are intended to be complementary. Work required by one of the
Contract Documents and not by others shall be done as if required by all. In the event of conflict,
the various Contract Documents will be given effect in the order set forth in the General
Conditions. This Contract shall supersede any prior agreement of the parties.
ARTICLE 6. PROVISIONS REQUIRED BY LAW AND CONTRACTOR COMPLIANCE.
Each and every provision of law required to be included in these Contract Documents shall be
deemed to be included in these Contract Documents. The Contractor shall comply with all
requirements of applicable federal, state and local laws, rules and regulations, including, but not
limited to, the provisions of the California Labor Code and California Public Contract Code which
are applicable to this Work.
ARTICLE 7. INDEMNIFICATION.
Contractor shall provide indemnification and defense as set forth in the General Conditions.
ARTICLE 8. PREVAILING WAGES.
Contractor shall be required to pay the prevailing rate of wages in accordance with the Labor
Code which such rates shall be made available at the City’s Office or may be obtained online at
http://www.dir.ca.gov and which must be posted at the job site.
ARTICLE 9. FALSE CLAIMS.
Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud
and Contractor may be subject to criminal prosecution. Contractor acknowledges that the False
Claims Act, California Government Code sections 12650, et seq., provides for civil penalties
where a person knowingly submits a false claim to a public entity. These provisions include within
their scope false claims made with deliberate ignorance of the false information or in reckless
disregard of the truth or falsity of the information. In the event the City seeks to recover penalties
pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorneys’
fees. Contractor hereby acknowledges that the filing of a false claim may the Contractor to an
administrative debarment proceeding wherein Contractor may be prevented from further bidding
on public contracts for a period of up to five (5) years.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK]
Packet Page. 767
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-4-00 52 13 – CONTRACT FOR CONSTRUCTION
IN WITNESS WHEREOF, this Contract has been duly executed by the above-named parties, on
the day and year above written.
CITY OF SAN BERNARDINO
By:
Rochelle Clayton
Acting City Manger
ATTEST:
By:
Genoveva Rocha, CMC, City Clerk
APPROVED AS TO FORM:
By:
Best Best & Krieger LLP
City Attorney
JILK HEAVY CONSTRUCTION, INC.
[IF CORPORATION, TWO SIGNATURES,
PRESIDENT OR VICE PRESIDENT AND
SECRETARY OR TREASURER REQUIRED]
By:
Its:
Printed Name:
By:
Its:
Printed Name:
____________________________________
Contractor’s License Number and
Classification
____________________________________
DIR Registration Number
(CONTRACTOR’S SIGNATURE MUST BE
NOTARIZED AND CORPORATE
SEAL AFFIXED, IF APPLICABLE)
END OF CONTRACT
Packet Page. 768
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-5-00 52 13 – CONTRACT FOR CONSTRUCTION
Notary Acknowledgment
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF ______________
On , 20___, before me, _______________________________, 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 of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER
Individual
DESCRIPTION OF ATTACHED DOCUMENT
Corporate Officer
Title(s)Title or Type of Document
Partner(s)Limited
General Number of Pages
Attorney-In-Fact
Trustee(s)
Guardian/Conservator Date of Document
Other:
Signer is representing:
Name Of Person(s) Or Entity(ies)
Signer(s) Other Than Named Above
Packet Page. 769
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-6-00 61 13 – BOND FORMS
00 61 13 – BOND FORMS
Performance Bond
KNOW ALL PERSONS BY THESE PRESENTS:
THAT WHEREAS, the CITY OF SAN BERNARDINO , with its principal place of business at
Vanir Tower, 290 North D Street, San Bernardino, California 92401, (hereinafter referred to as
the “City”) has awarded to _________________________, (hereinafter referred to as the
“Contractor”) an agreement for Contract No._________, (hereinafter referred to as the
“Project”).
WHEREAS, the work to be performed by the Contractor is more particularly set forth in the
Contract Documents for the Project dated ________________, (hereinafter referred to as
“Contract Documents”), the terms and conditions of which are expressly incorporated herein by
reference; and
WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof
and to furnish a bond for the faithful performance of said Contract Documents.
NOW, THEREFORE, we, ______________________, the undersigned Contractor and
________________________________________________ as Surety, a corporation organized
and duly authorized to transact business under the laws of the State of California, are held and
firmly bound unto the City in the sum of ___________________________ DOLLARS,
($____________), said sum being not less than one hundred percent (100%) of the total
amount of the Contract, for which amount well and truly to be made, we bind ourselves, our
heirs, executors and administrators, successors and assigns, jointly and severally, firmly by
these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, his or its heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and
well and truly keep and perform the covenants, conditions and agreements in the Contract
Documents and any alteration thereof made as therein provided, on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to their
intent and meaning; and shall faithfully fulfill all obligations including the one (1) year guarantee
of all materials and workmanship; and shall indemnify and save harmless the City, its officials,
officers, employees, and authorized volunteers, as stipulated in said Contract Documents, then
this obligation shall become null and void; otherwise it shall be and remain in full force and
effect.
As a part of the obligation secured hereby and in addition to the face amount specified
therefore, there shall be included costs and reasonable expenses and fees including reasonable
attorney’s fees, incurred by the City in enforcing such obligation.
As a condition precedent to the satisfactory completion of the Contract Documents, unless
otherwise provided for in the Contract Documents, the above obligation shall hold good for a
period of one (1) year after the acceptance of the work by the City, during which time if
Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally
protect the City from loss or damage resulting from or caused by defective materials or faulty
workmanship. The obligations of Surety hereunder shall continue so long as any obligation of
Packet Page. 770
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-7-00 61 13 – BOND FORMS
Contractor remains. Nothing herein shall limit the City’s rights or the Contractor or Surety’s
obligations under the Contract, law or equity, including, but not limited to, California Code of
Civil Procedure Section 337.15.
Whenever Contractor shall be, and is declared by the City to be, in default under the Contract
Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall
promptly, at the City’s option:
i. Take over and complete the Project in accordance with all terms and conditions in
the Contract Documents; or
ii. Obtain a bid or bids for completing the Project in accordance with all terms and
conditions in the Contract Documents and upon determination by Surety of the
lowest responsive and responsible bidder, arrange for a Contract between such
bidder, the Surety and the City, and make available as work progresses sufficient
funds to pay the cost of completion of the Project, less the balance of the contract
price, including other costs and damages for which Surety may be liable. The term
“balance of the contract price” as used in this paragraph shall mean the total
amount payable to Contractor by the City under the Contract and any modification
thereto, less any amount previously paid by the City to the Contractor and any
other set offs pursuant to the Contract Documents.
iii. Permit the City to complete the Project in any manner consistent with California
law and make available as work progresses sufficient funds to pay the cost of
completion of the Project, less the balance of the contract price, including other
costs and damages for which Surety may be liable. The term “balance of the
contract price” as used in this paragraph shall mean the total amount payable to
Contractor by the City under the Contract and any modification thereto, less any
amount previously paid by the City to the Contractor and any other set offs
pursuant to the Contract Documents.
Surety expressly agrees that the City may reject any contractor or subcontractor which may be
proposed by Surety in fulfillment of its obligations in the event of default by the Contractor.
Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from
Contractor for completion of the Project if the City, when declaring the Contractor in default,
notifies Surety of the City’s objection to Contractor’s further participation in the completion of the
Project.
The Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract Documents or to the Project to be performed
thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to the terms of the Contract
Documents or to the Project.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK]
Packet Page. 771
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-8-00 61 13 – BOND FORMS
IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of
______________, 20___.
(Corporate Seal)
Contractor/ Principal
By
Title
(Corporate Seal)
Surety
By
Attorney-in-Fact
(Attach Attorney-in-Fact Certificate) Title
The rate of premium on this bond is ____________ per thousand. The total amount of premium
charges is $_______________________________.
(The above must be filled in by corporate attorney.)
THIS IS A REQUIRED FORM
Any claims under this bond may be addressed to:
(Name and Address of Surety) ___________________________________________
___________________________________________
___________________________________________
(Name and Address of Agent or ___________________________________________
Representative for service of ___________________________________________
process in California, if different ___________________________________________
from above)
(Telephone number of Surety ___________________________________________
and Agent or Representative for
service of process in California)
Packet Page. 772
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-9-00 61 13 – BOND FORMS
Notary Acknowledgment
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF ______________
On , 20___, before me, _______________________________, 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 of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER
Individual
DESCRIPTION OF ATTACHED DOCUMENT
Corporate Officer
Title(s)Title or Type of Document
Partner(s)Limited
General Number of Pages
Attorney-In-Fact
Trustee(s)
Guardian/Conservator Date of Document
Other:
Signer is representing:
Name Of Person(s) Or Entity(ies)
Signer(s) Other Than Named Above
NOTE: This acknowledgment is to be completed for Contractor/Principal.
Packet Page. 773
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-10-00 61 13 – BOND FORMS
Notary Acknowledgment
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF ______________
On , 20___, before me, _______________________________, 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 of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER
Individual
DESCRIPTION OF ATTACHED DOCUMENT
Corporate Officer
Title(s)Title or Type of Document
Partner(s)Limited
General Number of Pages
Attorney-In-Fact
Trustee(s)
Guardian/Conservator Date of Document
Other:
Signer is representing:
Name Of Person(s) Or Entity(ies)
Signer(s) Other Than Named Above
NOTE: This acknowledgment is to be completed for the Attorney-in-Fact. The Power-of Attorney to
local representatives of the bonding company must also be attached.
END OF PERFORMANCE BOND
Packet Page. 774
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-11-00 61 13 – BOND FORMS
Payment Bond (Labor and Materials).
KNOW ALL MEN BY THESE PRESENTS That
WHEREAS, the CITY OF SAN BERNARDINO , with its principal place of business at Vanir
Tower, 290 North D Street, San Bernardino, California 92401 (hereinafter designated as the
“City”), by action taken or a resolution passed ___________________ , 20_____, has awarded
to ________________________ hereinafter designated as the “Principal,” a contract for the
work described as follows: Contract No.____________ (the “Project”); and
WHEREAS, the work to be performed by the Contractor is more particularly set forth in the
Contract Documents for the Project dated ________________, (hereinafter referred to as
“Contract Documents”), the terms and conditions of which are expressly incorporated herein by
reference; and
WHEREAS, said Principal is required to furnish a bond in connection with said contract;
providing that if said Principal or any of its Subcontractors shall fail to pay for any materials,
provisions, provender, equipment, or other supplies used in, upon, for or about the performance
of the work contracted to be done, or for any work or labor done thereon of any kind, or for
amounts due under the Unemployment Insurance Code or for any amounts required to be
deducted, withheld, and paid over to the Employment Development Department from the wages
of employees of said Principal and its Subcontractors with respect to such work or labor the
Surety on this bond will pay for the same to the extent hereinafter set forth.
NOW THEREFORE, we, the Principal and __________________________ as Surety, are held
and firmly bound unto the City in the penal sum of ______________ Dollars ($___________)
lawful money of the United States of America, for the payment of which sum well and truly to be
made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its
subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay any of
the persons named in Civil Code Section 9100, fail to pay for any materials, provisions or other
supplies, used in, upon, for or about the performance of the work contracted to be done, or for
any work or labor thereon of any kind, or amounts due under the Unemployment Insurance
Code with respect to work or labor performed under the contract, or for any amounts required to
be deducted, withheld, and paid over to the Employment Development Department or Franchise
Tax Board from the wages of employees of the contractor and his subcontractors pursuant to
Revenue and Taxation Code Section 18663, with respect to such work and labor the Surety or
Sureties will pay for the same, in an amount not exceeding the sum herein above specified, and
also, in case suit is brought upon this bond, all litigation expenses incurred by the City in such
suit, including reasonable attorneys’ fees, court costs, expert witness fees and investigation
expenses.
This bond shall inure to the benefit of any of the persons named in Civil Code Section 9100 so
as to give a right of action to such persons or their assigns in any suit brought upon this bond.
It is further stipulated and agreed that the Surety on this bond shall not be exonerated or
released from the obligation of this bond by any change, extension of time for performance,
addition, alteration or modification in, to, or of any contract, plans, specifications, or agreement
Packet Page. 775
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-12-00 61 13 – BOND FORMS
pertaining or relating to any scheme or work of improvement herein above described, or
pertaining or relating to the furnishing of labor, materials, or equipment therefore, nor by any
change or modification of any terms of payment or extension of the time for any payment
pertaining or relating to any scheme or work of improvement herein above described, nor by any
rescission or attempted rescission or attempted rescission of the contract, agreement or bond,
nor by any conditions precedent or subsequent in the bond attempting to limit the right of
recovery of claimants otherwise entitled to recover under any such contract or agreement or
under the bond, nor by any fraud practiced by any person other than the claimant seeking to
recover on the bond and that this bond be construed most strongly against the Surety and in
favor of all persons for whose benefit such bond is given, and under no circumstances shall
Surety be released from liability to those for whose benefit such bond has been given, by
reason of any breach of contract between the owner or the City and original contractor or on the
part of any obligee named in such bond, but the sole conditions of recovery shall be that
claimant is a person described in Civil Code Section 9100, and has not been paid the full
amount of his claim.
The Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract to be performed thereunder, shall in any way
affect its obligations on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of Contract, including but not limited to, the
provisions of Sections 2819 and 2845 of the California Civil Code.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of
______________, 20__.
(Corporate Seal)
Contractor/ Principal
By
Title
(Corporate Seal)
Surety
By
Attorney-in-Fact
(Attach Attorney-in-Fact Certificate) Title
Packet Page. 776
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-13-00 61 13 – BOND FORMS
Notary Acknowledgment
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF ______________
On , 20___, before me, _______________________________, 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 of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER
Individual
DESCRIPTION OF ATTACHED DOCUMENT
Corporate Officer
Title(s)Title or Type of Document
Partner(s)Limited
General Number of Pages
Attorney-In-Fact
Trustee(s)
Guardian/Conservator Date of Document
Other:
Signer is representing:
Name Of Person(s) Or Entity(ies)
Signer(s) Other Than Named Above
NOTE: This acknowledgment is to be completed for Contractor/Principal.
Packet Page. 777
CROSS STREET BRIDGE
SCHOOL PLAYGROUND RESTORATION
-14-00 61 13 – BOND FORMS
Notary Acknowledgment
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF ______________
On , 20___, before me, _______________________________, 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 of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER
Individual
DESCRIPTION OF ATTACHED DOCUMENT
Corporate Officer
Title(s)Title or Type of Document
Partner(s)Limited
General Number of Pages
Attorney-In-Fact
Trustee(s)
Guardian/Conservator Date of Document
Other:
Signer is representing:
Name Of Person(s) Or Entity(ies)
Signer(s) Other Than Named Above
NOTE: This acknowledgment is to be completed for the Attorney-in-Fact. The Power-of-Attorney to local
representatives of the bonding company must also be attached.
END OF PAYMENT BOND
Packet Page. 778
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-15-00 72 00 – GENERAL CONDITIONS
00 72 00 – GENERAL CONDITIONS
ARTICLE 1 -TERMS; DEFINITIONS
1.1 Defined Terms
A. Whenever used in the Contract Documents and printed with initial capital letters, the
terms listed below will have the meanings indicated which are applicable to both the
singular and plural thereof. In addition to terms specifically defined below, terms with
initial capital letters in the Contract Documents include references to identified
articles and paragraphs, and the titles of other documents or forms.
1. Act of God – An earthquake of magnitude of 3.5 or higher on the Richter scale or
a tidal wave.
2. Addenda -- Written or graphic instruments issued prior to the submission of Bids
which clarify, correct, or change the Contract Documents.
3. Additional Work -- New or unforeseen work will be classified as “Additional Work”
when the Engineer determines that it is not covered by the Contract.
4. Applicable Laws -- The laws, statutes, ordinances, rules, codes, regulations,
permits, and licenses of any kind, issued by local, state or federal governmental
authorities or private authorities with jurisdiction (including utilities), to the extent
they apply to the Work.
5. Bid -- The offer or proposal of a Bidder submitted on the prescribed form setting
forth the prices and other terms for the Work to be performed.
6. Bid Guarantee -- The Bid Bond, cashier’s check, or certified check to be made by
the Bidder, which is to accompany the Bid as a guaranty of good faith to enter into
a written contract.
7. Bidder -- The individual or entity who submits a Bid directly to the City.
8. Change Order (“CO”) -- A document that authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Times,
issued on or after the Effective Date of the Contract, in accordance with the
Contract Documents and in the form contained in the Contract Documents.
9. Change Order Request (“COR”) -- A request made by the Contractor for an
adjustment in the Contract Price and/or Contract Times as the result of a
Contractor-claimed change to the Work. This term may also be referred to as a
Change Order Proposal (“COP”), or Request for Change (“RFC”).
10. City’s Representative – The City Engineer, and acting through properly authorized
agents, such as the Engineer or such other agents acting within the scope of the
particular duties entrusted to them. Also sometimes referred to as the “City’s
Representative” or “Representative” in the Contract Documents. The terms the
City and Owner may be used interchangeably
Packet Page. 779
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-16-00 72 00 – GENERAL CONDITIONS
11. Claim -- A demand or assertion by the City or Contractor seeking an adjustment of
Contract Price or Contract Times, or both, or other relief with respect to the terms
of the Contract. A demand for money or services by a third party is not a Claim.
12. Contract -- The entire integrated written agreement between the City and
Contractor concerning the Work. “Contract” may be used interchangeably with
“Agreement” in the Contract Documents. The Contract supersedes prior
negotiations, representations, or agreements, whether written or oral, and includes
all Contract Documents.
13. Contract Documents -- The documents listed in Section 00 52 13, Article 5 of the
Contract for Construction. Some documents provided by the City to the Bidders
and Contractor, including but not limited to reports and drawings of subsurface and
physical conditions are not Contract Documents.
14. Contract Price -- Amount to be paid by the City to the Contractor as full
compensation for the performance of the Contract and completion of the Work,
subject to any additions or deductions as provided in the Contract Documents, and
including all applicable taxes and costs.
15. Contract Time -- The number of days or the dates stated in the Contract
Documents to: achieve defined milestones, if any; and to complete the Work so
that it is ready for final payment.
16. Contractor -- The individual or entity with which the City has contracted for
performance of the Work.
17. Contractor’s Designated On-Site Representative -- The Contractor’s Designated
On-Site Representative will be identified by the Contractor and shall not be
changed without prior written consent of the City.
18. Critical Supply Shortage -- An unusual shortage in materials that is (a) supported
by documented proof that Contractor made every effort to obtain such materials
from all available sources; (b) such shortage is due to the fact that such materials
are not physically available from single or multiple sources or could have been
obtained only at exorbitant prices entirely inconsistent with current and standard
rates taking into account the quantities involved and the usual industry practices
in obtaining such quantities; and (c) such shortages and the difficulties in obtaining
alternate sources of materials could not have been known or anticipated by
Contractor at the time it submitted its bid or entered the Contract. Market
fluctuations in prices of materials, whether or not resulting from a Force Majeure
Event, does not constitute a Critical Supply Shortage.
19. Daily Rate -- The Daily Rate stipulated in the Contract Documents as full
compensation to the Contractor due to the City’s unreasonable delay to the Project
that was not contemplated by the parties.
20. Day -- A calendar day of 24 hours measured from midnight to the next midnight.
21. Defective Work -- Work that is unsatisfactory, faulty, or deficient; or that does not
conform to the Contract Documents; or that does not meet the requirements of any
Packet Page. 780
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-17-00 72 00 – GENERAL CONDITIONS
inspection, reference standard, test, or approval referenced in the Contract
Documents.
22. Demobilization -- The complete dismantling and removal by the Contractor of all
of the Contractor’s temporary facilities, equipment, and personnel at the Site.
23. Drawings -- That part of the Contract Documents prepared by of the Engineer of
Record which graphically shows the scope, extent, and character of the Work to
be performed by Contractor. Shop Drawings and other Contractor Submittals are
not Drawings as so defined.
24. Effective Date of the Contract -- The date indicated in the Contract on which it
becomes effective, but if no such date is indicated, it means the date on which the
Contract is signed and delivered by the last of the two parties to sign and deliver.
25. Engineer -- Whenever not qualified, shall mean the City Engineer or the Engineer
authorized to act for and in behalf of the City, acting either directly or through
properly authorized agents, such agents acting severally within the scope of the
particular duties entrusted to them.
26. Force Majeure Event -- An event that materially affects a party’s performance and
is one or more of the following: (1) Acts of God or other natural disasters occurring
at the Site; (2) terrorism or other acts of a public enemy; (3) orders of governmental
authorities (including, without limitation, unreasonable and unforeseeable delay in
the issuance of permits or approvals by governmental authorities that are required
for the Work); (4) pandemics, epidemics or quarantine restrictions; (5) strikes and
other organized labor action occurring at the Site and the effects thereof on the
Work, only to the extent such strikes and other organized labor action are beyond
the control of Contractor and its Subcontractors, of every Tier, and to the extent
the effects thereof cannot be avoided by use of replacement workers; and (6) a
Critical Supply Shortage. For purposes of this section, “orders of governmental
authorities,” includes ordinances, emergency proclamations and orders, rules to
protect the public health, welfare and safety, and other actions of the City in its
capacity as a municipal authority.
27. Hazardous Waste -- The term “Hazardous Waste” shall have the meaning provided
in Section 104 of the Solid Waste Disposal Act (42 U.S.C. § 6903) as amended
from time to time, or any substance or material identified as hazardous under any
state or federal statute governing handling, disposal and/or cleanup of any such
substance or material, whichever is more restrictive.
28. Holiday – Holidays occur on:
New Year’s Day - January 1
Martin Luther King, Jr. Birthday – Third Monday in January
President’s Day – Third Monday in February
Memorial Day - Last Monday in May
Independence Day - July 4
Labor Day - First Monday in September
Veteran’s Day - November 11
Packet Page. 781
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-18-00 72 00 – GENERAL CONDITIONS
Thanksgiving Day - Fourth Thursday in November
Friday after Thanksgiving
Christmas Eve – December 24
Christmas Day - December 25
Day After Christmas – December 26
New Year’s Eve – December 31
If any Holiday listed above falls on a Saturday, Saturday and the preceding Friday are
both Holidays. If the Holiday should fall on a Sunday, Sunday and the following Monday
are both Holidays.
29. Notice of Award -- The written notice by the City to the Successful Bidder stating
that upon timely compliance by the Successful Bidder with the conditions
precedent listed therein, the City will sign and deliver the Contract.
30. Notice of Completion -- The form which may be executed by the City constituting
final acceptance of the Project.
31. Notice to Proceed -- A written notice given by the City to Contractor fixing the date
on which the Contractor may proceed with the Work and when Contract Times will
commence to run.
32. Project -- The total construction of which the Work to be performed under the
Contract Documents may be the whole, or a part.
33. Record Drawings – The record set of as-builts prepared by the Contractor during
the Work in accordance with the requirements of the General Conditions.
34. Recyclable Waste Materials -- Materials removed from the Site which are required
to be diverted to a recycling center rather than an area landfill. Recyclable Waste
Materials include, but are not limited to, asphalt, concrete, brick, concrete block,
and rock.
35. Sample -- A physical example furnished by the Contractor to illustrate materials,
equipment or workmanship; to establish standards by which the Work will be
judged.
36. Schedule of Submittals -- A schedule, prepared and maintained by Contractor, of
required submittals and the time requirements to facilitate scheduled performance
of related construction activities.
37. Shop Drawings -- All drawings, diagrams, illustrations, schedules, and other data
or information which are specifically prepared or assembled by or for Contractor
and submitted by Contractor to illustrate some portion of the Work.
38. Site -- Lands or areas indicated in the Contract Documents as being furnished by
the City upon which the Work is to be performed, including rights-of-way and
easements for access thereto, and such other lands furnished by the City which
are designated for the use of Contractor.
Packet Page. 782
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-19-00 72 00 – GENERAL CONDITIONS
39. Specifications -- That part of the Contract Documents consisting of written
requirements for materials, equipment, systems, standards and workmanship as
applied to the Work, and certain administrative requirements and procedural
matters applicable thereto.
40. Stop Payment Notice -- A written notice as defined in Civil Code section 8044.
41. Subcontractor -- An individual or entity other than a Contractor having a contract
with any other entity than the City for performance of any portion of the Work at
the Site.
42. Submittal -- Written and graphic information and physical samples prepared and
supplied by the Contractor demonstrating various portions of the Work.
43. Successful Bidder -- The responsible Bidder submitting a responsive Bid to whom
the City makes an award.
44. Supplier -- A manufacturer, fabricator, supplier, distributor, material man, or vendor
having a direct contract with Contractor or with any Subcontractor to furnish
materials or equipment used in the performance of the Work or to be incorporated
in the Work.
45. Underground Facilities -- All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including those that convey electricity,
gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or
traffic or other control systems.
46. Unit Price Work -- Work to be paid for on the basis of unit prices as provided by
the Contractor in its Bid or as adjusted in accordance with the Contract Documents.
47. Warranty -- A guarantee provided to the City by the Contractor that the Work will
remain free of defects and suitable for its intended use for the period required by
the Contract Documents or the longest period permitted by the law of this state,
whichever is longer.
48. Work -- The entire construction or the various separately identifiable parts thereof
required to be provided under the Contract Documents. Work includes and is the
result of performing or providing all labor, services, and documentation necessary
to produce such construction, and furnishing, installing, and incorporating all
materials and equipment into such construction, all as required by the Contract
Documents.
1.2 Terminology.
A. The words and terms below are not defined but, when used in the Contract
Documents, have the indicated meaning.
1. The word “furnish,” when used in connection with services, materials, or
equipment, shall mean to supply and deliver said services, materials, or equipment
Packet Page. 783
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-20-00 72 00 – GENERAL CONDITIONS
to the Site (or some other specified location) ready for use or installation and in
usable or operable condition.
2. The word “install,” when used in connection with services, materials, or equipment,
shall mean to put into use or place in final position said services, materials, or
equipment complete and ready for intended use.
3. The words “perform” or “provide,” when used in connection with services,
materials, or equipment, shall mean to furnish and install said services, materials,
or equipment complete and ready for intended use.
4. Regardless of whether “furnish,” “install,” “perform,” or “provide” is used in
connection with services, materials, or equipment, an obligation of Contractor is
implied.
B. Unless stated otherwise in the Contract Documents, words or phrases that have a
well-known technical or construction industry or trade meaning are used in the
Contract Documents in accordance with such recognized meaning.
ARTICLE 2 -PRELIMINARY MATTERS
2.1 Delivery of Contract Documents
A. Within ten (10) Days after receipt of the Notice of Award and before the City will
execute the Contract, the Contractor shall furnish and file with the City a signed
Contract and the necessary Performance Bond, Payment Bond, and Certificates of
Insurance and Endorsements, as well as any other documents specified in the
Contract Documents.
2.2 Bonds
A. Contractor shall submit the bonds on the forms provided with the Contract
Documents, duly executed by a responsible corporate surety admitted to transact
surety business in the State of California, as defined in Code of Civil Procedure
section 995.120, and listed in the United States Department of the Treasury circular
entitled "Companies Holding Certificates of Authority as Acceptable Sureties on
Federal Bonds and as Acceptable Reinsuring Companies," authorized to do
business in the State of California and acceptable to the City conditioned upon the
faithful performance by the Contractor of all requirements of the Contract
Documents. Each of the bonds shall be in a sum no less than one hundred percent
(100%) of the Contract Price. Bonds shall be delivered to the City within ten (10)
Days after receipt of the Notice of Award and before execution of the Contract by
the City.
2.3 Evidence of Insurance
A. Prior to commencing any Work but no later than ten (10) Days after receipt of the
Notice of Award, the Contractor shall submit or cause to be submitted any and all
Certificates of Insurance and Endorsements, showing that the Contractor has the
required insurance, to the attention of the City. Such insurance is to be provided at
Packet Page. 784
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-21-00 72 00 – GENERAL CONDITIONS
the sole cost and expense of the Contractor. No Work shall be performed until all of
the required insurance has been received and approved.
2.4 Execution of the Contract
A. Upon receipt of the required Contract Documents, the City will execute the Contract,
establishing the Effective Date of the Contract.
2.5 Contractor’s Failure to Perform
A. Should Contractor fail to comply with timelines provided above, the City shall retain
the right to enforce and collect on the Contractor’s Bid Guarantee, rescind award to
the Contractor and award the Contract to the next lowest responsive, responsible
bidder as determined by the City. If the City elects to accept bonds and insurance
submitted late, the Contract Times will begin to run as of the date stated in the Notice
to Proceed. However, the number of days beyond the original ten (10) Days it took
to receive the properly executed Contract and related items may be deducted from
the Contract Times.
2.6 Commencement of Contract Times; Notice to Proceed
A. The City will not issue a Notice to Proceed until after the Effective Date of the
Contract. Work shall commence within ten (10) Days of the date stated in the Notice
to Proceed. The Contract Times begin to run on the date specified in the Notice to
Proceed. No Work shall be done at the Site prior to the issuance of the Notice to
Proceed.
2.7 Copies of Documents
A. Contractor will be furnished, free of charge, five (5) copies of the Contract
Documents. Additional copies may be obtained at cost of reproduction. Contractor
shall maintain a clean, undamaged set of Contract Documents, including Submittals,
at the Project site.
2.8 Substitution Requests, Schedule of Submittals, and Schedule
A. Substitution Requests. Within fifteen (15) Days after Notice of Award (unless
otherwise specified in the Contract Documents), Contractor shall provide all
substitution requests as further described in Section 00 72 00, Article 6.5.
B. Schedule of Submittals. Within five (5) Days after the issuance of the Notice of
Proceed (unless otherwise specified in the Contract Documents), Contractor shall
submit to the City a Schedule of Submittals that conforms with the requirements of
Section 00 72 00, Article 5.21.
C. Schedule. Within ten (10) days after the issuance of the Notice of Proceed (unless
otherwise specified in the Contract Documents), the Contractor shall submit a
construction schedule that conforms with the requirements of Section 00 72 00,
Article 8.2.
Packet Page. 785
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-22-00 72 00 – GENERAL CONDITIONS
2.9 Preconstruction Conference; Designation of Authorized Representatives.
A. Before any Work at the Site is started, a conference attended by the City, Contractor,
Engineer, and others as appropriate will be held to establish a working
understanding among the parties as to the Work and to discuss the schedules
referred to herein, procedures for handling Submittals and Shop Drawings,
processing applications for payment, and maintaining required records.
B. At this conference the City and Contractor each shall designate, in writing, a specific
individual to act as its authorized representative with respect to the services and
responsibilities under the Contract. Such individuals shall have the authority to
transmit instructions, receive information, render decisions relative to the Contract,
and otherwise act on behalf of each respective party.
2.10 Subcontractor Mobilization Meeting.
A. Prior to the start of each major Subcontractor’s Site Work, the Contractor, the
involved Subcontractor, and Engineer shall attend a pre-start meeting to discuss the
schedule, coordination, procedures, and other administrative issues.
2.11 Authority of Board; Engineer
A. The Board has the final authority in all matters affecting the Work. Within the scope
of the Contract, the Engineer has the authority to enforce compliance with the
Contract Documents. The Contractor shall promptly comply with instructions from
the Engineer.
B. The decision of the Engineer is final and binding on all questions relating to:
1. quantities;
2. acceptability of material, equipment, or work;
3. execution, progress or sequence of work;
4. interpretation of the Plans, Specifications, or other Contract Documents; and
5. Any other areas specifically identified in the Contract Documents or under the law.
C. Compliance with instructions from the Engineer shall be a condition precedent to any
payment under the Contract, unless otherwise ordered by the Board.
2.12 Mobilization
A. When a Bid item is included in the Bid Schedule for mobilization, the costs of Work
in advance of construction operations and not directly attributable to any specific bid
item will be included in the progress estimate. When no bid item is provided for
mobilization payment for such costs will be deemed to be included in the other items
of the Work.
Packet Page. 786
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-23-00 72 00 – GENERAL CONDITIONS
B. Payment for mobilization based on the lump sum provided in the Bid Schedule, shall
constitute full compensation for all such Work. No payment for mobilization will be
made until all of the listed items have been completed to the satisfaction of the
Engineer. The scope of the Work included under mobilization shall include, but shall
not be limited to, the following principal items:
1. Obtaining and paying for all bonds, insurance, and permits.
2. Moving on to the Project Site of all Contractor’s plant and equipment required for
the first month’s operations.
3. Installing temporary construction power, wiring, and lighting facilities, as
applicable.
4. Establishing fire protection system, as applicable.
5. Developing and installing a construction water supply, as applicable.
6. Providing and maintaining the field office trailers for the Contractor, if necessary,
and the Engineer (if specified), complete, with all specified furnishings and utility
services.
7. Providing on-site sanitary facilities and potable water facilities as specified per Cal-
OSHA and these Contract Documents.
8. Furnishing, installing, and maintaining all storage buildings or sheds required for
temporary storage of products, equipment, or materials that have not yet been
installed in the Work. All such storage shall meet manufacturer’s specified storage
requirements, and the specific provisions of the specifications, including
temperature and humidity control, if recommended by the manufacturer, and for
all security.
9. Arranging for and erection of Contractor’s work and storage yard.
10. Posting all OSHA required notices and establishment of safety programs per Cal-
OSHA.
11. Full-time presence of Contractor’s superintendent at the job Site as required
herein.
12. Submittal of construction schedule as required by the Contract Documents.
ARTICLE 3 -CONTRACT DOCUMENTS; INTENT
3.1 Examination of Drawings, Specifications, and Site of Work
A. Examination of Contract Documents; Site. Before commencing any portion of the
Work, Contractor shall again carefully examine all applicable Contract Documents,
the Project Site, and other information given to Contractor as to materials and
methods of construction and other Project requirements. Contractor shall
immediately notify the Engineer of any potential error, inconsistency, ambiguity,
Packet Page. 787
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-24-00 72 00 – GENERAL CONDITIONS
conflict, or lack of detail or explanation. If Contractor performs, permits, or causes
the performance of any Work which is in error, inconsistent or ambiguous, or not
sufficiently detailed or explained, Contractor shall bear any and all resulting costs,
including, without limitation, the cost of correction. In no case shall the Contractor
or any Subcontractor proceed with Work if uncertain as to the applicable
requirements.
B. Additional Instructions. After notification of any error, inconsistency, ambiguity,
conflict, or lack of detail or explanation, the Engineer will provide any required
additional instructions, by means of drawings or other written direction, necessary
for proper execution of Work.
C. Quality of Parts, Construction and Finish. All parts of the Work shall be of the best
quality of their respective kinds and the Contractor must use all diligence to inform
itself fully as to the required construction and finish.
D. Contractor’s Variation from Contract Document Requirements. If it is found that the
Contractor has varied from the requirements of the Contract Documents including
the requirement to comply with all Applicable Laws, the Engineer may at any time,
before or after completion of the Work, order the improper Work removed, remade
or replaced by the Contractor at the Contractor’s expense.
3.2 Intent of Contract Documents
A. The Contract Documents are complementary; what is required by any one will be
binding as if required by all. It is the intent of the Contract Documents to describe a
functionally complete Project (or part thereof) to be constructed in accordance with
the Contract Documents. Any labor, documentation, services, materials, or
equipment that reasonably may be inferred from the Contract Documents or from
prevailing custom or trade usage as being required to produce the indicated result
will be provided whether or not specifically called for, at no additional cost to the City.
B. The Contractor shall furnish, unless otherwise provided in the Contract Documents,
all materials, implements, machinery, equipment, tools, supplies and labor
necessary to the prosecution and completion of the Project.
C. Clarifications and interpretations of the Contract Documents shall be issued by the
Engineer as provided in these General Conditions.
D. If utilities to equipment/fixtures are not shown but are necessary to operate the
equipment/fixtures, the utilities service installation is considered to be part of the
Work. The implied Work will conform to the appropriate sections of the Contract
Documents.
E. Organization of the Contract Documents into divisions, sections, and articles, and
arrangement of drawings shall not control the Contractor in dividing Work among
Subcontractors or in establishing the extent of Work to be performed by any trade.
Packet Page. 788
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-25-00 72 00 – GENERAL CONDITIONS
3.3 Reference Standards.
A. Standards, Specifications, Codes, Laws, and Regulations.
1. Reference to federal specifications, federal standards, other standards,
specifications, manuals, or codes of any technical society, organization, or
association, or to Applicable Laws, whether such reference be specific or by
implication, shall mean the standard, specification, manual, code, or Applicable
Laws in effect at the time of opening of Bids (or on the Effective Date of the
Contract if there were no Bids), except as may be otherwise specifically stated in
the Contract Documents.
2. No provision of any such standard, specification, manual, or code, or any
instruction of a Supplier, shall be effective to change the duties or responsibilities
of the City, Contractor, or any of their Subcontractors, consultants, agents, or
employees, from those set forth in the Contract Documents. No such provision or
instruction shall be effective to assign to the City, or any of their officers, directors,
members, partners, employees, agents, consultants, or subcontractors, any duty
or authority to supervise or direct the performance of the Work or any duty or
authority to undertake responsibility inconsistent with the provisions of the Contract
Documents.
3.4 Reporting and Resolving Discrepancies; Order of Precedence.
A. Reporting Discrepancies.
1. The Contract Documents are intended to be fully cooperative and complementary.
Before undertaking each part of the Work, Contractor shall carefully study and
compare the Contract Documents and check and verify pertinent figures therein
and all applicable field measurements. Contractor shall promptly report in writing
to the City any conflict, error, ambiguity, or discrepancy which Contractor
discovers, should have discovered, or has actual knowledge of, and shall obtain a
written interpretation or clarification from the City before proceeding with any Work
affected thereby. If, during the performance of the Work, Contractor discovers any
conflict, error, ambiguity, or discrepancy within the Contract Documents, or
between the Contract Documents and (i) any Applicable Law, (ii) any standard,
specification, manual, or code, or (iii) any instruction of any Supplier, then
Contractor shall promptly submit a written Request for Information (RFI) to the City.
Contractor shall not proceed with the Work affected thereby (except in an
emergency) until an amendment or supplement to the Contract Documents has
been issued by one of the methods indicated in the Contract Documents, and any
Work performed by Contractor before receipt of an amendment or supplement
shall be at Contractor’s own risk.
B. Order of Precedence.
1. In case of conflicts between the Contract Documents, the order of precedence
shall be as follows:
a. Permits from other agencies as may be required by law.
Packet Page. 789
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-26-00 72 00 – GENERAL CONDITIONS
b. Change Orders, most recent first.
c. Contract
d. Addenda, most recent first
e. Special Conditions
f. Specifications
g. Construction Plans and Drawings (Contract Drawings)
h. General Conditions
i. Instructions to Bidders
j. Notice Inviting Bids
k. Contractor’s Bid (Bid Forms)
l. Standard Specifications for Public Works Construction “Greenbook” latest
edition (Sections 1-9 Excluded)
m. Applicable Local Agency Standards and Specifications
n. Standard Drawings
o. Reference Documents
2. With reference to the Drawings the order of precedence shall be as follows:
a. Figures govern over scaled dimensions.
b. Detail drawings govern over general drawings.
c. Addenda/Change Order drawings govern over Drawings.
d. Contract Drawings govern over Standard Drawings
e. Contract Drawings govern over Shop Drawings
3. Notwithstanding the orders of precedence established above, in the event of
conflicts, the higher standard, higher quality and most expensive shall always
apply.
3.5 Amending and Supplementing Contract Documents.
A. The Contract Documents may be amended to provide for additions, deletions, and
revisions in the Work or to modify the terms and conditions thereof only by Change
Order or written amendment to the Contract duly executed by the parties.
B. The requirements of the Contract Documents may be supplemented, and minor
variations and deviations in the Work may be authorized at no cost to the City, by
one or more of the following ways:
Packet Page. 790
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-27-00 72 00 – GENERAL CONDITIONS
1. The City’s review of a Submittal, Shop Drawing, Sample or substitution request
without exception (subject to the provisions of the Contract Documents); or
2. The City’s issuance of a response to an RFI.
C. However, no review or RFI response will reduce or modify the Contractor’s obligation
to fully satisfy and comply with the requirements of the Contract Documents.
3.6 Reuse of Documents.
A. Contractor and any Subcontractor or Supplier shall not:
1. have or acquire any title to or ownership rights in any of the Drawings,
Specifications, or other documents (or copies of any thereof) prepared by or
bearing the seal of Engineer of Record or its consultants, including electronic
media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on
extensions of the Project or any other project without written consent of the City
and Engineer of Record and specific written verification or adaptation by Engineer
of Record.
B. The prohibitions of this Article will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the
Contract Documents for record purposes.
ARTICLE 4 -INDEMNIFICATION; INSURANCE
4.1 Indemnification
A. To the fullest extent permitted by law, Contractor shall immediately defend (with
counsel of the City’s choosing), indemnify and hold harmless the City, its officials,
officers, agents, employees, and representatives, and each of them from and
against:
1. Any and all claims, demands, causes of action, costs, expenses, injuries, losses
or liabilities, in law or in equity, of every kind or nature whatsoever, but not limited
to, injury to or death, including wrongful death, of any person, and damages to or
destruction of property of any person, arising out of, related to, or in any manner
directly or indirectly connected with the Work or this Contract, including claims
made by subcontractors for nonpayment, including without limitation the payment
of all consequential damages and attorney’s fees and other related costs and
expenses, however caused, regardless of whether the allegations are false,
fraudulent, or groundless, and regardless of any negligence of the City or its
officers, employees, or authorized volunteers (including passive negligence),
except the sole negligence or willful misconduct or active negligence of the City or
its officials, officers, employees, or authorized volunteers.
2. Contractor’s defense and indemnity obligation herein includes, but is not limited to
damages, fines, penalties, attorney’s fees and costs arising from claims under the
Americans with Disabilities Act (ADA) or other federal or state disability access or
Packet Page. 791
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-28-00 72 00 – GENERAL CONDITIONS
discrimination laws arising from Contractor’s Work during the course of
construction of the improvements or after the Work is complete, as the result of
defects or negligence in Contractor’s construction of the improvements.
3. Any and all actions, proceedings, damages, costs, expenses, fines, penalties or
liabilities, in law or equity, of every kind or nature whatsoever, arising out of,
resulting from, or on account of the violation of any governmental law or regulation,
compliance with which is the responsibility of Contractor;
4. Any and all losses, expenses, damages (including damages to the Work itself),
attorney’s fees, and other costs, including all costs of defense which any of them
may incur with respect to the failure, neglect, or refusal of Contractor to faithfully
perform the Work and all of Contractor’s obligations under Contract. Such costs,
expenses, and damages shall include all costs, including attorney’s fees, incurred
by the indemnified parties in any lawsuit to which they are a party.
B. Contractor shall immediately defend, at Contractor’s own cost, expense and risk,
with the counsel of the City choosing, any and all such aforesaid suits, actions or
other legal proceedings of every kind that may be brought or instituted against the
City, its officials, officers, agents, employees and representatives. Contractor shall
pay and satisfy any judgment, award or decree that may be rendered against the
City, its officials, officers, employees, agents, employees and representatives, in any
such suit, action or other legal proceeding. Contractor shall reimburse the City, its
officials, officers, agents, employees and representatives for any and all legal
expenses and costs incurred by each of them in connection therewith or in enforcing
the indemnity herein provided. The only limitations on this provision shall be those
imposed by Civil Code section 2782.
C. The provisions of this Article shall survive the termination of this Contract howsoever
caused, and no payment, partial payment, or acceptance of occupancy in whole or
part of the Work shall waive or release any of the provisions of this Article.
4.2 Insurance
The Contractor shall obtain, and at all times during performance of the Work of Contract, maintain
all of the insurance described in this Article. Contractor shall not commence Work under this
Contract until it has provided evidence satisfactory to the City that it has secured all insurance
required hereunder. Contractor shall not allow any Subcontractor to commence work on any
subcontract until it has provided evidence satisfactory to the City that the subcontractor has
secured all insurance required under this Article. Failure to provide and maintain all required
insurance shall be grounds for the City to terminate this Contract for cause. Contractor shall
furnish the City with original certificates of insurance and endorsements effective coverage
required by this Contract on forms satisfactory to the City. The certificates and endorsements for
each insurance policy shall be signed by a person authorized by that insurer to bind coverage on
its behalf and shall be on forms acceptable to the City. All certificates and endorsements must
be received and approved by the City before Work commences.
A.Additional Insureds; Waiver of Subrogation. The City, its officials, officers,
employees, agents and authorized volunteers shall be named as Additional Insureds
on Contractor’s All Risk policy and on Contractor’s and its subcontractors’ policies
Packet Page. 792
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-29-00 72 00 – GENERAL CONDITIONS
of Commercial General Liability and Automobile Liability insurance using, for
Contractor’s policy/ies of Commercial General Liability insurance, ISO CG forms 20
10 and 20 37 (or endorsements providing the exact same coverage, including
completed operations), and, for subcontractors’ policies of Commercial General
Liability insurance, ISO CG form 20 38 (or endorsements providing the exact same
coverage). Notwithstanding the minimum limits set forth in this Contract for any type
of insurance coverage, all available insurance proceeds in excess of the specified
minimum limits of coverage shall be available to the parties required to be named as
Additional Insureds hereunder. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against the City, its
officers, officials, agents, employees or volunteers or shall specifically allow
Contractor - or others providing insurance evidence in compliance with these
specifications - to waive their right of recovery prior to a loss. Contractor hereby
waives its own right of recovery against the City, and shall require similar written
express waivers and insurance clauses from each of its subcontractors. Copies of
these waivers shall be submitted to the City prior to commencement of work.
B.Workers’ Compensation Insurance. The Contractor shall provide workers’
compensation insurance for all of the employees engaged in Work under this
Contract, on or at the Site, and, in case of any sublet Work, the Contractor shall
require the subcontractor similarly to provide workers’ compensation insurance for
all the latter’s employees as prescribed by State law. Any class of employee or
employees not covered by a subcontractor’s insurance shall be covered by the
Contractor’s insurance. In case any class of employees engaged in work under this
Contract, on or at the Site, is not protected under the Workers’ Compensation
Statutes, the Contractor shall provide or shall cause a subcontractor to provide,
adequate insurance coverage for the protection of such employees not otherwise
protected. The Contractor is required to secure payment of compensation to his
employees in accordance with the provisions of section 3700 of the Labor Code.
The Contractor shall file with the City certificates of his insurance protecting workers.
Company or companies providing insurance coverage shall be acceptable to the
City, if in the form and coverage as set forth in the Contract Documents.
C.Employer’s Liability Insurance. Contractor shall provide Employer’s Liability
Insurance, including Occupational Disease, in the amount of at least one million
dollars ($1,000,000.00) per person per accident. Contractor shall provide the City
with a certificate of Employer’s Liability Insurance. Such insurance shall comply with
the provisions of the Contract Documents. The policy shall be endorsed, if
applicable, to provide a Borrowed Servant/Alternate Employer Endorsement and
contain a Waiver of Subrogation in favor of the City.
D.Commercial General Liability Insurance. Contractor shall provide “occurrence”
form Commercial General Liability insurance coverage at least as broad as the most
current ISO CGL Form 00 01, including but not limited to, premises liability,
contractual liability, products/completed operations, personal and advertising injury
which may arise from or out of Contractor’s operations, use, and management of the
Site, or the performance of its obligations hereunder. The policy shall not contain
any exclusion contrary to this Contract including but not limited to endorsements or
provisions limiting coverage for (1) contractual liability (including but not limited to
ISO CG 24 26 or 21 39); or (2) cross-liability for claims or suits against one insured
Packet Page. 793
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-30-00 72 00 – GENERAL CONDITIONS
against another. Policy limits shall not be less than $2,000,000 per occurrence for
bodily injury, personal injury and property damage. If Commercial General Liability
Insurance or other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to this project/location or the general
aggregate limit shall be twice the required occurrence limit. Defense costs shall be
paid in addition to the limits.
1. Such policy shall comply with all the requirements of this Article. The limits set forth
herein shall apply separately to each insured against whom claims are made or
suits are brought, except with respect to the limits of liability. Further the limits set
forth herein shall not be construed to relieve the Contractor from liability in excess
of such coverage, nor shall it limit Contractor’s indemnification obligations to the
City and shall not preclude the City from taking such other actions available to the
City under other provisions of the Contract Documents or law.
2. All general liability policies provided pursuant to the provisions of this Article shall
comply with the provisions of the Contract Documents.
3. All general liability policies shall be written to apply to all bodily injury, including
death, property damage, personal injury, owned and non-owned equipment,
blanket contractual liability, completed operations liability, explosion, collapse,
under-ground excavation, removal of lateral support, and other covered loss,
however occasioned, occurring during the policy term, and shall specifically insure
the performance by Contractor of that part of the indemnification contained in these
General Conditions relating to liability for injury to or death of persons and damage
to property.
4. If the coverage contains one or more aggregate limits, a minimum of 50% of any
such aggregate limit must remain available at all times; if over 50% of any
aggregate limit has been paid or reserved, the City may require additional
coverage to be purchased by Contractor to restore the required limits. Contractor
may combine primary, umbrella, and as broad as possible excess liability coverage
to achieve the total limits indicated above. Any umbrella or excess liability policy
shall include the additional insured endorsement described in the Contract
Documents.
5. All policies of general liability insurance shall permit and Contractor does hereby
waive any right of subrogation which any insurer of Contractor may acquire from
Contractor by virtue of the payment of any loss.
E.Automobile Liability Insurance. Contractor shall provide Automobile Liability
Insurance at least as broad as ISO CA 00 01 (Any Auto) in the amount of, at least,
one million dollars ($1,000,000) per accident for bodily injury and property damage.
Such insurance shall provide coverage with respect to the ownership, operation,
maintenance, use, loading or unloading of any auto owned, leased, hired or
borrowed by Contractor or for which Contractor is responsible, in a form and with
insurance companies acceptable to the City. All policies of automobile insurance
shall permit, and Contractor does hereby waive any right of subrogation which any
insurer of Contractor may acquire from Contractor by virtue of the payment of any
loss.
Packet Page. 794
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-31-00 72 00 – GENERAL CONDITIONS
F.Builder’s Risk [“All Risk”]
1. It is the Contractor’s responsibility to maintain or cause to be maintained Builder’s
Risk [“All Risk”] extended coverage insurance on all work, material, equipment,
appliances, tools, and structures that are or will become part of the Work and
subject to loss or damage by fire, and vandalism and malicious mischief, in an
amount to cover 100% of the replacement cost. The City accepts no responsibility
for the Work until the Work is formally accepted by the City. The Contractor shall
provide a certificate evidencing this coverage before commencing performance of
the Work.
2. The named insureds shall be Contractor, all Subcontractors of any tier (excluding
those solely responsible for design work), suppliers, and the City, its elected
officials, officers, employees, agents and authorized volunteers, as their interests
may appear. Contractor shall not be required to maintain property insurance for
any portion of the Work following acceptance by the City.
3. Policy shall be provided for replacement value on an “all risk” basis. There shall
be no coinsurance penalty provision in any such policy. Policy must include: (1)
coverage for any ensuing loss from faulty workmanship, nonconforming work,
omission or deficiency in design or specifications; (2) coverage against machinery
accidents and operational testing; (3) coverage for removal of debris, and insuring
the buildings, structures, machinery, equipment, materials, facilities, fixtures and
all other properties constituting a part of the Project; (4) transit coverage, including
ocean marine coverage (unless insured by the supplier), with sub-limits sufficient
to insure the full replacement value of any key equipment item; and (5) coverage
with sub-limits sufficient to insure the full replacement value of any property or
equipment stored either on or off the Site. Such insurance shall be on a form
acceptable to the City to ensure adequacy and sublimit.
4. In addition, the policy shall meet the following requirements:
a. Insurance policies shall be so conditioned as to cover the performance of any
extra work performed under the Contract.
b. Coverage shall include all materials stored on site and in transit.
c. Coverage shall include Contractor’s tools and equipment.
d. Insurance shall include boiler, machinery and material hoist coverage.
G. NOT USED.
H. Contractor shall require all tiers of Subcontractors working under this Contract to
provide the insurance required under this Article unless otherwise agreed to in
writing by the City. Contractor shall make certain that any and all Subcontractors
hired by Contractor are insured in accordance with this Contract. If any
Subcontractor’s coverage does not comply with the foregoing provisions, Contractor
shall indemnify and hold the City harmless from any damage, loss, cost, or expense,
including attorneys’ fees, incurred by the City as a result thereof.
Packet Page. 795
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-32-00 72 00 – GENERAL CONDITIONS
I. Notwithstanding the minimum limits set forth in this Contract for any type of
insurance coverage, if Contractor maintains higher limits than the minimums shown
above, the City requires and shall be entitled to coverage for the higher limits
maintained by the Contractor. Any available insurance proceeds in excess of the
specified minimum limits of insurance and coverage shall be available to the City.
J.Form and Proof of Carriage of Insurance
1. Any insurance carrier providing insurance coverage required by the Contract
Documents shall be admitted to and authorized to do business in the State of
California unless waived, in writing, by the City’s Risk Manager. Carrier(s) shall
have an A.M. Best rating of not less than an A:VII. Insurance deductibles or self-
insured retentions must be declared by the Contractor. At the election of the City
the Contractor shall either 1) reduce or eliminate such deductibles or self-insured
retentions, or 2) procure a bond which guarantees payment of losses and related
investigations, claims administration, and defense costs and expenses. If umbrella
or excess liability coverage is used to meet any required limit(s) specified herein,
the Contractor shall provide a “follow form” endorsement satisfactory to the City
indicating that such coverage is subject to the same terms and conditions as the
underlying liability policy.
2. Each insurance policy required by this Contract shall be endorsed to state that: (1)
coverage shall not be suspended, voided, reduced or cancelled except after thirty
(30) days prior written notice by certified mail, return receipt requested, has been
given to the City; and (2) any failure to comply with reporting or other provisions of
the policies, including breaches of warranties, shall not affect coverage provided
to the City, its officials, officers, agents, employees, and volunteers.
3. The Certificates(s) and policies of insurance shall contain or shall be endorsed to
contain the covenant of the insurance carrier(s) that it shall provide no less than
thirty (30) days written notice be given to the City prior to any material modification
or cancellation of such insurance. In the event of a material modification or
cancellation of coverage, the City may terminate the Contract or stop the Work in
accordance with the Contract Documents, unless the City receives, prior to such
effective date, another properly executed original Certificate of Insurance and
original copies of endorsements or certified original policies, including all
endorsements and attachments thereto evidencing coverage’s set forth herein and
the insurance required herein is in full force and effect. Contractor shall not take
possession, or use the Site, or commence operations under this Contract until the
City has been furnished original Certificate(s) of Insurance and certified original
copies of endorsements or policies of insurance including all endorsements and
any and all other attachments as required in this Article. The original
endorsements for each policy and the Certificate of Insurance shall be signed by
an individual authorized by the insurance carrier to do so on its behalf.
4. The Certificate(s) of Insurance, policies and endorsements shall so covenant and
shall be construed as primary, and the City’s insurance and/or deductibles and/or
self-insured retentions or self-insured programs shall not be construed as
contributory.
Packet Page. 796
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-33-00 72 00 – GENERAL CONDITIONS
5. The City reserves the right to adjust the monetary limits and types of insurance
coverages during the term of this Contract including any extension thereof if, in the
City’s reasonable judgment, the amount or type of insurance carried by the
Contractor becomes inadequate.
6. Contractor shall report to the City, in addition to the Contractor’s insurer, any and
all insurance claims submitted by the Contractor in connection with the Work under
this Contract.
7. Products/completed operations coverage shall extend a minimum of three years
after the project completion. Coverage shall be included on behalf of the insured
for covered claims arising out of the actions of independent contractors. If the
insured is using subcontractors, the policy must include work performed “by or on
behalf” of the insured. Policy shall contain no language that would invalidate or
remove the insurer’s duty to defend or indemnify for claims or suits expressly
excluded from coverage. Policy shall specifically provide for a duty to defend on
the part of the insurer. The City, its officers, officials, agents employees, and
volunteers shall be included as insureds under the policy.
ARTICLE 5 -CONTRACTOR RESPONSIBILITIES; REGULATORY REQUIREMENTS
5.1 Applicable Laws
A. Contractor shall give all notices required by and shall comply with all Applicable Laws
applicable to the performance of the Work. Except where otherwise expressly
required by Applicable Laws, neither the City nor the City’s Representative shall be
responsible for monitoring Contractor’s compliance with any Applicable Laws. If
Contractor performs any Work knowing or having reason to know that it is contrary
to Applicable Laws, Contractor shall bear all claims, costs, losses, and damages
(including but not limited to all fees and charges of engineers, architects, attorneys,
and other professionals and all court or arbitration or other dispute resolution costs)
arising out of or relating to such Work.
5.2 Permits and Licenses
A. Permits and licenses necessary for prosecution of the Work shall be secured and
paid for by Contractor, including, but not limited to, excavation permit, for plumbing,
mechanical and electrical work and for operations in or over public streets or right of
way under jurisdiction of public agencies other than the City, unless otherwise
specified in the Contract Documents.
B. The Contractor shall arrange and pay for all off-site inspection of the Work related to
permits and licenses, including certification, required by the specifications, drawings,
or by governing authorities, except for such off-site inspections delineated as the
City’s responsibility pursuant to the Contract Documents.
C. Before acceptance of the Work, the Contractor shall submit all licenses, permits,
certificates of inspection and required approvals to the City.
Packet Page. 797
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-34-00 72 00 – GENERAL CONDITIONS
5.3 Taxes
A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be
paid in accordance with the Applicable Laws of the place of the Project which are
applicable during the performance of the Work. In accordance with Revenue and
Taxation Code section 107.6, the Contract Documents may create a possessory
interest subject to personal property taxation for which Contractor will be
responsible.
5.4 Traffic Control
A. Traffic control plans, if required, shall be prepared at Contractor’s expense. Traffic
control shall be performed at Contractor’s expense in accordance with the
requirements of the City and/or the local agency with jurisdiction. Costs for traffic
control plans, implementation of traffic control, or traffic signal services required by
the City shall be included in the Contractor’s Bid.
B. All warning signs and safety devices used by the Contractor to perform the Work
shall conform to the requirements contained in the State of California, Department
of Transportation’s current edition of “Manual of Traffic Controls for Construction and
Maintenance Work Zones” or to the requirements of the local agency. The Contractor
shall also be responsible for all traffic control required by the agency having
jurisdiction over the Project on the intersecting streets. Contractor must submit a
traffic control plan to the agency having jurisdiction over the Project for approval prior
to starting Work.
C. The Contractor’s representative on the site responsible for traffic control shall
produce evidence that he/she has completed training acceptable to the California
Department of Transportation for safety through construction zones. All of the streets
in which the Work will occur shall remain open to traffic and one lane of traffic
maintained at all times unless otherwise directed by the agency of jurisdiction.
Businesses and residences adjacent to the Work shall be notified forty-eight (48)
hours in advance of closing of driveways. The Contractor shall make every effort to
minimize the amount of public parking temporarily eliminated due to construction in
areas fronting businesses. No stockpiles of pipe or other material will be allowed in
traveled rights-of-way after working hours unless otherwise approved by the
Engineer.
5.5 Safety
A. Contractor shall be solely responsible for all safety precautions and programs in
connection with the Work. Such responsibility does not relieve Subcontractors of
their responsibility for the safety of persons or property in the performance of their
work, nor for compliance with applicable safety laws. Contractor shall comply with
all Applicable Laws relating to the safety of persons or property, or to the protection
of persons or property from damage, injury, or loss; and shall erect and maintain all
necessary safeguards for such safety and protection. Contractor shall notify owners
of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the
protection, removal, relocation, and replacement of their property.
Packet Page. 798
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-35-00 72 00 – GENERAL CONDITIONS
B. The Contractor shall maintain emergency first aid treatment for his employees which
complies with the Federal Occupational Safety and Health Act of 1970 (29 U.S.C. §
651 et seq.), and California Code of Regulations, Title 8, Industrial Relations Division
1, Department of Industrial Relations, Chapter 4. The Contractor shall ensure the
availability of emergency medical services for its employees in accordance with
California Code of Regulations, Title 8, Section 1512. The Contractor shall submit
an Illness and Injury Prevention Program and a Project Site specific safety program
to the City prior to beginning Work. Contractor shall maintain a confined space
program that meets or exceeds the City’s standards. Contractor needs to make
themselves aware of the City’s safety policies and procedures and shall meet or
exceed all City standards in areas where the City must enter to perform inspections.
C. Hazard Communication Programs. Contractor shall be responsible for coordinating
any exchange of material safety data sheets or other hazard communication
information required to be made available to or exchanged between or among
employers at the Site in accordance with Applicable Laws.
5.6 Hazardous Materials
A. The City shall not be responsible for any Hazardous Waste brought to the site by the
Contractor. If the Contractor: (i) introduces and/or discharges a Hazardous Waste
onto the site in a manner not specified by the Contract Documents; and/or (ii)
disturbs a Hazardous Material identified in the Contract Documents, the Contractor
shall hire a qualified remediation contractor at Contractor’s sole cost to eliminate the
condition as soon as possible. Under no circumstance shall the Contractor perform
Work for which it is not qualified. The City, in its sole discretion, may require the
Contractor to retain at Contractor’s cost an independent testing laboratory.
B. If the Contractor encounters a Hazardous Waste which may cause foreseeable injury
or damage, Contractor shall immediately: (i) secure or otherwise isolate such
condition; (ii) stop all Work in connection with such material or substance (except in
an emergency situation); and (iii) notify the City (and promptly thereafter confirm
such notice in writing).
C. Subject to Contractor’s compliance with this Article 5.6(B), the City shall verify the
presence or absence of the Hazardous Waste reported by the Contractor, except as
qualified under Article 5.6(A) and Article 5.6(B) in the event such material or
substance is found to be present, verify that the levels of the hazardous material are
below OSHA Permissible Exposure Levels and below levels which would classify
the material as a state of California or federal hazardous waste. When the material
falls below such levels, Work in the affected area shall resume upon direction by the
City.
D. Contractor shall indemnify and hold harmless the City from and against claims,
damages, losses and expenses, arising from a Hazardous Waste on the Project Site,
if such Hazardous Waste exceeded OSHA Permissible Exposure Levels or levels
which would classify the material as a state of California or federal hazardous waste,
and was either i) shown on the Contract Documents or information available to
bidders; or (ii) brought to the site by Contractor. Nothing in this paragraph shall
Packet Page. 799
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-36-00 72 00 – GENERAL CONDITIONS
obligate the Contractor to indemnify the City in the event of the sole or active
negligence or willful misconduct of the City, its officers, agents, or employees.
5.7 Sanitary Facilities.
A. Contractor shall provide sanitary temporary toilet buildings and hand washing
facilities for the use of all workers. All toilets and hand washing facilities shall comply
with local codes and ordinances. Toilets shall be placed inside sealed secondary
containment devices installed on a flat, level surface. Accumulated liquids in the
secondary containment devices shall be properly removed and legally disposed
without spillage onto the ground. Toilets shall be kept supplied with toilet paper and
shall have workable door fasteners. Toilets and hand washing facilities shall be
serviced no less than once weekly and shall be present in a quantity of not less than
1 per 20 workers as required by Cal/OSHA regulations. The toilets and hand
washing facilities shall be always maintained in a sanitary condition. Use of toilet
and hand washing facilities in the Work under construction shall not be permitted.
Any other sanitary facilities required by Cal/OSHA shall be the responsibility of the
Contractor.
5.8 Dust Control
A. Contractor, at its expense, shall maintain all excavations, embankments, haul roads,
permanent access roads, plant sites, waste disposal areas, borrow areas, and all
other work areas free from dust. Industry accepted methods of dust control suitable
for the area involved, such as sprinkling, chemical treatment, light bituminous
treatment or similar methods, will be permitted.
5.9 Air Pollution Control
A. Contractor shall comply with all air pollution control rules, regulations, ordinances
and statutes. All containers of paint, thinner, curing compound, solvent or liquid
asphalt shall be labeled to indicate that the contents fully comply with the applicable
material requirements.
B. Without limiting the foregoing, Contractor must fully comply with all applicable laws,
rules and regulations in furnishing or using equipment and/or providing services,
including, but not limited to, emissions limits and permitting requirements imposed
by the Air Quality Management District with jurisdiction over the Project and/or
California Air Resources Board (CARB). Contractor shall specifically be aware of
the application of these limits and requirements to "portable equipment", which
definition includes any item of equipment with a fuel-powered engine. Contractor
shall indemnify the City against any fines or penalties imposed by the air quality
management district, CARB, or any other governmental or regulatory agency for its
violations of Applicable Laws as well as those of its subcontractors or others for
whom Contractor is responsible under its indemnity obligations provided for in the
Contract Documents.
Packet Page. 800
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-37-00 72 00 – GENERAL CONDITIONS
5.10 Water Quality Management and Compliance
A. Storm, surface, ground, nuisance, or other waters may be encountered at various
times during construction of the Work. The Contractor hereby acknowledges that it
has investigated the risk arising from such waters, has prepared its Bid accordingly,
and assumes any and all risks and liabilities arising therefrom.
B. Contractor shall keep itself and all subcontractors, staff, and employees fully
informed of and in compliance with all local, state and federal laws, rules and
regulations that may impact, or be implicated by the performance of the Work
including, without limitation, all applicable provisions regulating discharges of storm
water; the Federal Water Pollution Control Act (33 U.S.C. § 13000 et seq.); the
California Porter-Cologne Water Quality Control Act (Cal Water Code §§ 13000-
14950); and any and all regulations, policies, or permits issued pursuant to any such
authority. These include, but are not limited to California State Water Resources
Control Board Order Number 2009-0009-DWQ (NPDES Permit No. CAS000002),
as amended by Order Numbers 2010-0014-DWQ, 2012-0006-DWQ, and any
subsequent amendment to or renewal thereof, State Water Resources Control
Board Order No. 2013-0001-DWQ (NPDES Order No. CAS000004), Santa Ana
Regional Water Quality Control Board No. R8-2010-0036 (NPDES No. CAS618036),
and any amendment or renewal thereof.
C. Contractor shall comply with all conditions of the State Water Resources Control
Board (“State Water Board”) National Pollutant Discharge Elimination System
General Permit for Waste Discharge Requirements for Discharges of Storm Water
Runoff Associated with Construction Activity (“Construction General Permit”) for all
construction activity which results in the disturbance of in excess of one acre of total
land area or which is part of a larger common area of development or sale.
Contractor shall comply with the lawful requirements of the City, and any other
applicable municipality, drainage district, or other local agency with jurisdiction over
the location where the Work is to be conducted, regarding discharges of storm water
to separate storm drain systems or other watercourses under their jurisdiction,
including applicable requirements in municipal storm water management programs.
D. Unless otherwise specified in the Special Conditions or other portion of the Contract
Documents, the City has not prepared a Storm Water Pollution Prevention Plan
(“SWPPP”) or other storm water compliance plan for the Project Site. Contractor
shall be responsible for filing the Notice of Intent (“NOI”) and for obtaining coverage
under the Construction General Permit. This includes filing all necessary
documentation including the Permit Registration Documents (“PRDs”) through the
Stormwater Multiple Applications and Report Tracking System (“SMARTS”);
preparing and implementing a SWPPP for the Work site; implementing all other
provisions, and monitoring and reporting requirements required by the Construction
General Permit; and providing a Qualified SWPPP Developer (“QSD”) and Qualified
SWPPP Practitioner (“QSP”), as necessary for all Work site activities, including but
not limited to preparation and submittal of all reports, plans, inspections, and
monitoring information in compliance with the Construction General Permit. All
submittals shall be coordinated with the City’s Legally Responsible Person and
Authorized Signatory as those terms are defined in the Construction General Permit.
Before any NOI, PRD, SWPPP, or other Construction General Permit-related
Packet Page. 801
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-38-00 72 00 – GENERAL CONDITIONS
document may be submitted to the State Water Board or implemented on the Project
site, it must first be reviewed and approved by the City and/or City’s designee.
Contractor shall include all costs of compliance with specified requirements in the
Contract Price.
E. The City retains the right to develop its own documentation for the Project site,
including but not limited to the SWPPP, and in the alternative may require Contractor
to adopt and implement portions of the City developed SWPPP. The City expressly
reserves the right to procure coverage under the Construction General Permit for
the Work site if Contractor fails to draft satisfactory PRDs or SWPPP or otherwise
fails to proceed in a manner that complies with the requirements of the Construction
General Permit. The City additionally reserves the right to hire additional contractors
to maintain compliance at the Work site. Whether Contractor has adequately
maintained compliance with the Construction General Permit shall be the City’s sole
determination. Any costs incurred by the City in procuring coverage under the
Construction General Permit, or drafting and/or implementing a SWPPP for the Work
site shall be paid by Contractor.
F. Notwithstanding the above, for those Work sites where construction activity results
in the disturbance of less than one acre of total land area and/or do not need
coverage under the Construction General Permit, the Contractor shall be
responsible for preparing and implementing an Erosion and Sediment Control Plan
in accordance with State Water Resources Control Board Order No. 2013-0001-
DWQ (NPDES Order No. CAS000004) and any amendment to or renewal thereof.
G. Failure to comply with the Construction General Permit, laws, regulations, and
ordinances listed in this Article is a violation of federal and state law.
Notwithstanding any other indemnity contained in these Contract Documents,
Contractor agrees to indemnify and hold harmless the City, its officials, officers,
agents, employees and authorized volunteers from and against any and all claims,
demands, fees, costs, expenses, or losses or liabilities of any kind or nature which
the City, its officials, officers, agents, employees and authorized volunteers may
sustain or incur for noncompliance with the Permit, laws, regulations, and ordinances
listed above, arising out of or in connection with the Work, except for liability resulting
from the sole established negligence, willful misconduct or active negligence of the
City, its officials, officers, agents, employees or authorized volunteers.
H. The City reserves the right to defend any enforcement action or civil action brought
against the City for Contractor’s failure to comply with any applicable water quality
law, regulation, or policy. Contractor hereby agrees to be bound by, and to
reimburse the City for the costs associated with, any settlement reached between
the City and any relevant enforcement entity.
5.11 Environmental Quality Protection
A. The Contractor shall comply with all requirements of applicable federal, state, and
local environmental rules and regulations. Any infractions of said rules and
regulations by the Contractor during the term of the Contract, which result in
penalties, will be the responsibility of the Contractor. The City operates under a
number of environmental permits issued by various agencies. If due to an action,
Packet Page. 802
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-39-00 72 00 – GENERAL CONDITIONS
inaction, or negligence by the Contractor, the City becomes subject to non-
compliance penalties, the cost of such penalties shall be borne by the Contractor.
B. The Contractor shall exercise care to preserve the natural landscape and
vegetation and shall conduct operations so as to prevent unnecessary destruction,
scarring, or defacing of the natural surroundings in the vicinity of the Work.
Movement of crews and equipment within the rights-of-way and over routes provided
for access to the Work shall be performed in a manner to prevent damage to
property. When no longer required, construction roads shall be restored to original
contours. Upon completion of the Work, and following removal of construction
facilities and required cleanup, land used for construction purposes and not required
for the completed installation shall be scarified and regraded, as required, so that all
surfaces are left in a condition that will facilitate natural revegetation, provide for
proper drainage, and prevent erosion.
C. If, in the performance of the Work, evidence of the possible occurrence of any
Federally listed threatened or endangered plant or animal is discovered, the
Contractor shall notify the City Representative immediately, giving the location and
nature of the findings. Written confirmation of the evidence, location and nature of
the findings shall be forwarded to City within two (2) Days. The Contractor shall
immediately cease all construction activities in the immediate area of the discovery
to the extent necessary to protect the endangered plant or animal. If directed by the
City Representative, Contractor will refrain from working in the immediate area,
suspend the Work in its entirety, or alter its performance to ensure full compliance
with all applicable permits, laws and regulations. Any City directed changes to the
Work as a result of a siting will be pursuant to the Contract Documents. Any costs
or delays incurred by City or the Contractor due to unreasonable or false notification
of an endangered plant or animal will be borne by the Contractor.
D. If, in the performance of the Work, Contractor should unearth cultural resources (for
example, human remains, animal bones, stone tools, artifacts and/or midden
deposits) through excavation, grading, watering or other means, the Contractor shall
notify the construction/archeological monitor and/or the City Representative
immediately, giving the location and nature of the findings. Written confirmation of
the evidence, location and nature of the findings shall be forwarded to the
construction/archeological monitor and/or City within two (2) Days. The Contractor
shall immediately cease all construction activities in the immediate area of the
discovery to the extent necessary to protect the cultural resource. If directed by the
City Representative, Contractor will refrain from working in the immediate area,
suspend the Work in its entirety, or re-sequence and/or alter its performance to
ensure full compliance with all applicable permits, laws, and regulations. Should the
presence of cultural resources be confirmed, the Contractor will assist the City
Representative and the construction/archeological monitor in the preparation and
implementation of a data recovery plan. The Contractor shall provide such
cooperation and assistance as may be necessary to preserve the cultural resources
for removal or other disposition. Any City directed changes to the Work as a result
of the cultural resource will be pursuant to the Contract Documents. Should
Contractor, without permission, injure, destroy, excavate, appropriate, or remove
any cultural resource on or adjacent to the Site, it will be subject to disciplinary action,
arrest and penalty under applicable law. The Contractor shall be principally
Packet Page. 803
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-40-00 72 00 – GENERAL CONDITIONS
responsible for all costs of mitigation and/or restoration of cultural resources related
to the unauthorized actions identified above. Contractor shall be required to pay for
unauthorized damage and mitigation costs to cultural resources (historical and
archeological resources) as a result of unauthorized activities that damage cultural
resources and shall indemnify City pursuant to the Contract Documents.
5.12 Excessive Noise
A. Contractor shall use only such equipment on the Work and in such state of repair so
that the emission of sound therefrom is within the noise tolerance level of that
equipment as established by Cal/OSHA. Contractor shall comply with the most
restrictive of the following: (1) local sound control and noise level rules, regulations,
and ordinances and (2) the requirements contained in these Contract Documents,
including hours of operation requirements.
B. No internal combustion engine shall be operated on the Project without a muffler of
the type recommended by the manufacturer. Should any muffler or other control
device sustain damage or be determined to be ineffective or defective, the
Contractor shall promptly remove the equipment and shall not return said equipment
to the job until the device is repaired or replaced. Said noise and vibration level
requirements shall apply to all equipment on the job or related to the job, including
but not limited to, trucks, transit mixers or transit equipment that may or may not be
owned by the Contractor.
5.13 Diversion of Recyclable Waste Material
A. In compliance with the applicable City’s waste reduction and recycling efforts,
Contractor shall divert all Recyclable Waste Materials to appropriate recycling
centers as required for compliance with the local jurisdiction’s waste diversion
ordinances. Contractor will be required to submit weight tickets and written proof of
diversion with its monthly progress payment requests. Contractor shall complete
and execute any certification forms required by the City or other applicable agencies
to document Contractor’s compliance with these diversion requirements. All costs
incurred for these waste diversion efforts shall be the responsibility of the Contractor.
5.14 Inspector’s Field Office.
A. If required by the City, the Contractor shall be responsible for providing the
inspector’s field office. The office shall be a substantial waterproof construction with
adequate natural light and ventilation by means of stock design windows. Door shall
have a key type of lock or padlock clasp. The office shall have heating and air
conditioning and shall be equipped with a telephone, a telephone answering
machine, an ability to connect to the internet, and a fax machine at Contractor’s
expense. The field office shall be provided within 20 Days of the Notice to Proceed.
B. A table satisfactory for the study of plans and two chairs shall be provided by
Contractor. Contractor shall provide and pay for adequate electric lights, local
telephone service, and adequate heat and air conditioning for the field office until
authorized removal.
Packet Page. 804
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-41-00 72 00 – GENERAL CONDITIONS
5.15 Contractor’s Supervision.
A. Contractor shall continuously keep at the Project site, a competent and experienced
full-time Project superintendent acceptable to the City. Superintendent must be able
to proficiently speak, read and write in English and shall have the authority to make
decisions on behalf of the Contractor. Contractor shall continuously provide efficient
supervision of the Project.
5.16 Workers.
A. Contractor shall at all times enforce strict discipline and good order among its
employees. Contractor shall not employ on the Project any unfit person or any one
not skilled in the Work assigned to him or her.
B. Any person in the employ of the Contractor whom the City may deem incompetent
or unfit shall be dismissed from the Work and shall not be employed on this Project.
5.17 Independent Contractors.
A. Contractor shall be an independent contractor for the City and not an employee.
Contractor understands and agrees that it and all of its employees shall not be
considered officers, employees, or agents of the City and are not entitled to benefits
of any kind normally provided employees of the City, including but not limited to,
state unemployment compensation or workers’ compensation. Contractor assumes
full responsibility for the acts and omissions of its employees or agents related to the
Work.
5.18 Verification of Employment Eligibility.
A. By executing the Contract, Contractor verifies that it fully complies with all
requirements and restrictions of state and federal law respecting the employment of
undocumented aliens, including, but not limited to, the Immigration Reform and
Control Act of 1986, as may be amended from time to time, and shall require all
subcontractors, sub-subcontractors and consultants to comply with the same. Each
person executing this Contract on behalf of Contractor verifies that he or she is a
duly authorized officer of Contractor and that any of the following shall be grounds
for the City to terminate the Contract for cause: (1) failure of the Contractor or its
Subcontractors, sub-subcontractors or consultants to meet any of the requirements
provided for in this Article; (2) any misrepresentation or material omission concerning
compliance with such requirements; or (3) failure to immediately remove from the
Work any person found not to be in compliance with such requirements.
5.19 Labor.
A. Hours of Work
1. As provided in Article 3 (commencing at section 1810), Chapter 1, Part 7, Division
2 of the Labor Code, Contractor stipulates that eight (8) hours of labor shall
constitute a legal day’s work. The time of service of any worker employed at any
time by the Contractor or by any subcontractor on any subcontract under this
Contract upon the Work or upon any part of the Work contemplated by this
Packet Page. 805
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-42-00 72 00 – GENERAL CONDITIONS
Contract is limited and restricted to eight (8) hours during any one calendar day
and 40 hours during any one calendar week, except as hereinafter provided.
Notwithstanding the provisions herein above set forth, work performed by
employees of Contractor in excess of eight (8) hours per day, and 40 hours during
any one week, shall be permitted upon this public work upon compensation for all
hours worked in excess of eight (8) hours per day at not less than one and one-
half times the basic rate of pay.
2. The Contractor and every Subcontractor shall keep an accurate record showing
the name of and actual hours worked each calendar day and each calendar week
by each worker employed in connection with the Work or any part of the Work
contemplated by this Contract. The record shall be kept open at all reasonable
hours to the inspection of the City and to the Division of Labor Law Enforcement,
Department of Industrial Relations of the State of California.
3. The Contractor shall pay to the City a penalty of twenty-five dollars ($25.00) for
each worker employed in the execution of this Contract by the Contractor or by
any subcontractor for each calendar day during which such worker is required or
permitted to work more than eight (8) hours in any calendar day and 40 hours in
any one calendar week in violation of the provisions of Article 3 (commencing at
section 1810), Chapter 1, Part 7, Division 2 of the Labor Code.
4. Any work necessary to be performed after regular working hours, or on Saturdays
and Sundays or other holidays, shall be performed without additional expense to
the City.
5. If Contractor gives notice of an inspection pursuant to the Contract Documents,
the City will provide inspection during normal working hours from 7:00 a.m. to 3:30
p.m. Monday through Friday. Requested inspections before or after this time will
be charged to the Contractor as reimbursable inspection time. Inspections on
weekends requires two (2) Days’ notice for review and approval. Upon written
request and approval the 8.5 hour working day may be changed to other limits
subject to city/county ordinance.
6. It shall be unlawful for any person to operate, permit, use, or cause to operate any
of the following at the Project Site, other than between the hours of 7:00 a.m. to
5:00 p.m., Monday through Friday, with no Work allowed on City-observed
Holidays, unless otherwise approved by the City:
a. Powered Vehicles
b. Construction Equipment
c. Loading and Unloading Vehicles
d. Domestic Power Tools
B. Payroll Records; Labor Compliance
1. Pursuant to Labor Code section 1776, Contractor and all subcontractors shall
maintain weekly certified payroll records, showing the names, addresses, Social
Packet Page. 806
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-43-00 72 00 – GENERAL CONDITIONS
Security numbers, work classifications, straight time and overtime hours worked
each day and week, and the actual per diem wages paid to each journeyman,
apprentice, worker, or other employee employed by them in connection with the
Work under this Contract. Contractor shall certify under penalty of perjury that
records maintained and submitted by Contractor are true and accurate. Contractor
shall also require Subcontractor(s) to certify weekly payroll records under penalty
of perjury.
2. In accordance with Labor Code section 1771.4, the Contractor and each
Subcontractor shall furnish the certified payroll records directly to the Department
of Industrial Relations (“DIR”) on the specified interval and format prescribed by
the DIR, which may include electronic submission. Contractor shall comply with
all requirements and regulations from the DIR relating to labor compliance
monitoring and enforcement. The requirement to submit certified payroll records
directly to the Labor Commissioner under Labor Code section 1771.4 shall not
apply to work performed on a public works project that is exempt pursuant to the
small project exemption specified in Labor Code Section 1771.4.
3. Any stop orders issued by the DIR against Contractor or any Subcontractor that
affect Contractor’s performance of Work, including any delay, shall be Contractor’s
sole responsibility. Any delay arising out of or resulting from such stop orders shall
be considered Contractor caused delay subject to any applicable liquidated
damages and shall not be compensable by the City. Contractor shall defend,
indemnify and hold the City, its officials, officers, employees and agents free and
harmless from any claim or liability arising out of stop orders issued by the DIR
against Contractor or any Subcontractor.
4. The payroll records described herein shall be certified and submitted by the
Contractor at a time designated by the City. The Contractor shall also provide the
following:
a. A certified copy of the employee’s payroll records shall be made available for
inspection or furnished to such employee or his or her authorized representative
on request.
b. A certified copy of all payroll records described herein shall be made available
for inspection or furnished upon request of the DIR.
5. Unless submitted electronically, the certified payroll records shall be on forms
provided by the Division of Labor Standards Enforcement (“DLSE”) of the DIR or
shall contain the same information as the forms provided by the DLSE.
6. Any copy of records made available for inspection as copies and furnished upon
request to the public or any public agency, the City, the Division of Apprenticeship
Standards or the Division of Labor Standards Enforcement shall be marked or
obliterated in such a manner as to prevent disclosure of an individual's name,
address and social security number. The name and address of the Contractor
awarded the Contract or performing the Contract shall not be marked or
obliterated.
Packet Page. 807
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-44-00 72 00 – GENERAL CONDITIONS
7. In the event of noncompliance with the requirements of this Article, the Contractor
shall have ten (10) Days in which to comply subsequent to receipt of written notice
specifying in what respects the Contractor must comply with this Article. Should
noncompliance still be evident after such 10-day period, the Contractor shall pay
a penalty of one hundred dollars ($100.00) to the City for each calendar day, or
portion thereof, for each worker, until strict compliance is effectuated. Upon the
request of the Division of Apprenticeship Standards or the Division of Labor
Standards Enforcement, such penalties shall be withheld from progress payment
then due.
8. The responsibility for compliance with this Article shall rest upon the Contractor.
C. Prevailing Rates of Wages
1. The Contractor is aware of the requirements of Labor Code sections 1720 et seq.
and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000
et seq. (“Prevailing Wage Laws”), which require the payment of prevailing wage
rates and the performance of other requirements on certain “public works” and
“maintenance” projects. Since this Project involves an applicable “public works” or
“maintenance” project, as defined by the Prevailing Wage Laws, and since the total
compensation is $1,000 or more, Contractor agrees to fully comply with such
Prevailing Wage Laws. The Contractor shall obtain a copy of the prevailing rates
of per diem wages at the commencement of this Contract from the website of the
Division of Labor Statistics and Research of the Department of Industrial Relations
located at www.dir.ca.gov. In the alternative, the Contractor may view a copy of
the prevailing rate of per diem wages which are on file at the City’s Administration
Office and shall be made available to interested parties upon request. Contractor
shall make copies of the prevailing rates of per diem wages for each craft,
classification, or type of worker needed to perform work on the Project 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 officials, officers, employees and authorized volunteers free and
harmless from any claims, liabilities, costs, penalties or interest arising out of any
failure or allege failure to comply with the Prevailing Wage Laws.
2. The Contractor shall forfeit as a penalty to the City not more than Two Hundred
Dollars ($200.00), pursuant to Labor Code section 1775, for each calendar day, or
portion thereof, for each worker paid less than the prevailing wage rate as
determined by the Director of the DIR for such work or craft in which such worker
is employed for any public work done under the Contract by it or by any
Subcontractor under it. The difference between such prevailing wage rate and the
amount paid to each worker for each calendar day or portion thereof, for which
each worker was paid less than the prevailing wage rate, shall be paid to each
worker by the Contractor.
3. Contractor shall post, at appropriate conspicuous points on the Project Site, a
schedule showing all determined general prevailing wage rates and all authorized
deductions, if any, from unpaid wages actually earned.
D. Public Works Contractor Registration
Packet Page. 808
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-45-00 72 00 – GENERAL CONDITIONS
1. Pursuant to Labor Code sections 1725.5 and 1771.1, the Contractor and its
Subcontractors must be registered with the DIR prior to the execution of a contract
to perform public works. By entering into this Contract, Contractor represents that
it is aware of the registration requirement and is currently registered with the DIR.
Contractor shall maintain a current registration for the duration of the Project.
Contractor shall further include the requirements of Labor Code sections 1725.5
and 1771.1 in any subcontract and ensure that all Subcontractors are registered
at the time this Contract is entered into and maintain registration for the duration
of the Project. Notwithstanding the foregoing, the contractor registration
requirements mandated by Labor Code Sections 1725.5 and 1771.1 shall not
apply to work performed on a public works project that is exempt pursuant to the
small project exemption specified in Labor Code Sections 1725.5 and 1771.1.
E. Employment of Apprentices
1. Contractor and all Subcontractors shall comply with the requirements of Labor
Code sections 1777.5 and 1777.6 in the employment of apprentices.
2. Information relative to apprenticeship standards, wage schedules, and other
requirements may be obtained from the Director of Industrial Relations, ex officio
the Administrator of Apprenticeship, San Francisco, California, or from the Division
of Apprenticeship Standards and its branch offices.
3. Knowing violations of Labor Code section 1777.5 will result in forfeiture not to
exceed one hundred dollars ($100.00) for each calendar day of non-compliance
pursuant to Labor Code section 1777.7.
F. Nondiscrimination/Equal Employment Opportunity
1. Pursuant to Labor Code section 1735 and other applicable provisions of law, the
Contractor and its Subcontractors shall not discriminate against any employee or
applicant for employment because of race, religious creed, color, national origin,
ancestry, physical disability, mental disability, medical condition, marital status,
sex, age, sexual orientation, or any other classifications protected by law on this
Project. The Contractor will take affirmative action to insure that employees are
treated during employment or training without regard to their race, religious creed,
color, national origin, ancestry, physical disability, mental disability, medical
condition, marital status, sex, age, sexual orientation, or any other classifications
protected by law.
G. Debarment of Contractors and Subcontractors
1. Contractors or Subcontractors may not perform work on a public works project with
a subcontractor who is ineligible to perform work on a public project pursuant to
Labor Code section 1777.1 or 1777.7. Any contract on a public works project
entered into between a contractor and a debarred subcontractor is void as a matter
of law. A debarred subcontractor may not receive any public money for performing
work as a subcontractor on a public works contract. Any public money that is paid,
or may have been paid to a debarred subcontractor by a contractor on the project
shall be returned to the City. The Contractor shall be responsible for the payment
Packet Page. 809
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-46-00 72 00 – GENERAL CONDITIONS
of wages to workers of a debarred subcontractor who has been allowed to work
on the Project.
5.20 Subcontracts.
A. Contractor agrees to bind every Subcontractor to the terms of the Contract
Documents as far as such terms are applicable to Subcontractor’s portion of the
Work. Contractor shall be as fully responsible to the City for the acts and omissions
of its subcontractors and of persons either directly or indirectly employed by its
subcontractors, as Contractor is for acts and omissions of persons directly employed
by Contractor. Nothing contained in these Contract Documents shall create any
contractual relationship between any subcontractor and the City.
B. The City reserves the right to accept all subcontractors. The City’s acceptance of
any Subcontractor under this Contract shall not in any way relieve Contractor of its
obligations in the Contract Documents.
C. Prior to substituting any Subcontractor listed in the Bid Forms, Contractor must
comply with the requirements of the Subletting and Subcontracting Fair Practices
Act pursuant to California Public Contract Code section 4100 et seq.
5.21 Progress Meetings
A. The Contractor shall schedule and hold regular progress meetings at least weekly
and at other times as requested by Engineer or as required by progress of the Work.
The Contractor, City, and all Subcontractors active on the Site shall attend each
meeting. Contractor may at its discretion request attendance by representatives of
its Suppliers, manufacturers, and other Subcontractors. The City will preside at the
progress meetings and will arrange for keeping and distributing the minutes. The
purpose of the meetings is to review the progress of the Work, maintain coordination
of efforts, discuss changes in scheduling, and resolve other problems which may
develop. During each meeting, the Contractor shall present any issues which may
impact its progress with a view to resolve these issues expeditiously.
5.22 Submittals
A. Schedule of Submittals. Within five (5) Days after the Notice to Proceed (unless
otherwise specified in the Contract Documents), Contractor will prepare and deliver
a Schedule of Submittals to the City that has been fully integrated with the progress
schedule and identifies each Submittal required by the Contract Documents as well
as the date on which Contractor will deliver each Submittal to the City. Each
Submittal must be delivered to the City at least thirty (30) Days prior to the date the
material or equipment is scheduled to be incorporated into the Work. The Contractor
is responsible for any schedule delays resulting from the Submittal process.
B. Submittal Procedures.
1. Contractor will follow the following procedures for each Submittal, Shop Drawing
and Sample required by the Contract Documents:
a. Submittals must be transmitted electronically.
Packet Page. 810
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-47-00 72 00 – GENERAL CONDITIONS
b. Transmittals will be sequentially numbered. Contractor to mark revised
Submittals with original number and sequential alphabetic suffix.
c. Each Submittal will identify the Project, Contractor, Subcontractor and
Supplier, pertinent Drawing and detail number, and Specification Section
number appropriate to Submittal.
d. By transmitting a Submittal, Contractor certifies it has reviewed and approved
each Submittal, verified products required, field dimensions, adjacent
construction Work, and that coordination of information is according to
requirements of the Work and Contract Documents.
e. Identify variations in Contract Documents and product or system limitations
that may differ and/or be detrimental to successful performance of completed
Work.
f. When Submittal is revised for resubmission, Contractor shall promptly address
the City’s comments and resubmit. Contractor shall identify changes made
since previous submission.
g. The City’s review of Shop Drawings shall not relieve Contractor from
responsibility for deviations from the Contract Documents unless Contractor
has, in writing, called the City’s attention to such deviations at time of
submission and the City has taken no exception to the deviation. The City’s
review of Shop Drawings shall not relieve Contractor from responsibility for
errors in Shop Drawings.
h. Submittals not required by the Contract Documents or requested by the City
will not be acknowledged or processed.
i. Incomplete Submittals will not be reviewed by the City. Delays resulting from
incomplete Submittals are not the responsibility of the City.
j. Contractor shall not be entitled to any extension of the Contract Times as a
result of the Submittal process.
k. Contractor shall allow a minimum of 20 working days for review of Submittals
unless otherwise specified in the Contract Documents.
2. Where a Submittal, Shop Drawing or Sample is required by the Contract
Documents or the Schedule of Submittals, any related Work performed prior to the
City review and approval of the pertinent submittal will be performed at the sole
risk and expense and responsibility of Contractor.
C. Schedule Milestone for Submittals. Contractor must submit all Submittals required
by the Contract Documents in accordance with the Schedule of Submittals. If
Contractor fails to submit the Submittals in accordance with the Schedule of
Submittals, Contractor will be solely liable for any delays or impacts caused by the
delayed Submittal, whether direct or indirect. Contractor will be liable for the time
calculated from the date the Submittal is due until the date a compliant Submittal is
Packet Page. 811
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-48-00 72 00 – GENERAL CONDITIONS
made. A compliant Submittal will be one that is complete and satisfies the
requirements of the Contract Documents.
5.23 Shop Drawings and Sample Submittal Procedures.
A. Before submitting each Shop Drawing or Sample, Contractor shall have:
1. Reviewed and coordinated each Shop Drawing or Sample with other Shop
Drawings and Samples and with the requirements of the Work and the Contract
Documents;
2. Determined and verified all field measurements, quantities, dimensions, specified
performance and design criteria, installation requirements, materials, catalog
numbers, and similar information with respect thereto;
3. Determined and verified the suitability of all materials offered with respect to the
indicated application, fabrication, shipping, handling, storage, assembly, and
installation pertaining to the performance of the Work; and
4. Determined and verified all information relative to Contractor’s responsibilities for
means, methods, techniques, sequences, and procedures of construction, and
safety precautions and programs incident thereto.
B. With each Submittal, Contractor shall give the City specific written notice of any
variations that the Shop Drawing or Sample may have from the requirements of the
Contract Documents. This notice shall be both a written communication separate
from the Shop Drawings or Sample Submittal and, in addition, a specific notation
made on each Shop Drawing or Sample submitted to the City for review and
approval of each such variation.
C. Shop Drawings.
1. Data shown on the Shop Drawings will be complete with respect to quantities,
dimensions, specified performance and design criteria, materials, and similar data
to show the City the services, materials, and equipment Contractor proposes to
provide and to enable the City to review the information for assessing conformance
with information given and design concept expressed in Contract Documents.
2. When required by individual Specification sections, provide Shop Drawings signed
and sealed by a professional engineer responsible for designing components
shown on Shop Drawings. Shop Drawings must include signed and sealed
calculations to support design in a form suitable for submission to and approval by
authorities having jurisdiction.
3. Shop Drawings for steel structures shall consist of shop details, erection and other
working Drawings showing details, dimensions, sizes of members and other
information necessary for the complete fabrication and erection of the metal work.
4. Shop Drawings of concrete structures shall consist of such detailed drawings as
may reasonably be required for the successful prosecution of the Work and which
are not included in the Drawings furnished by the Engineer. These may include
Packet Page. 812
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-49-00 72 00 – GENERAL CONDITIONS
drawings for false work, bracing, centering and form work, masonry layout
diagrams, and diagrams for bent reinforcement.
5. Contractor shall make revisions and provide additional information when required
by authorities having jurisdiction.
D. Samples. Clearly identify each Sample as to material, Supplier, pertinent data such
as catalog numbers, the use for which intended and other data as required to enable
the City to review the submittal for assessing conformance with information given
and design concept expressed in Contract Documents. Samples should be of
appropriate size and detail to assess functional, aesthetic, color, texture, patterns
and finish selection.
E. City’s Review.
1. The City will review Shop Drawings and Samples in accordance with the Schedule
of Submittals. The City’s review and acceptance will be only to determine if the
items covered by the Submittals will, after installation or incorporation in the Work,
conform to the information given in the Contract Documents and be compatible
with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents.
2. The City review and approval will not extend to means, methods, techniques,
sequences, or procedures of construction (except where a particular means,
method, technique, sequence, or procedure of construction is specifically and
expressly called for by the Contract Documents) or to safety precautions or
programs incident thereto. The review and approval of a separate item as such
will not indicate approval of the assembly in which the item functions.
3. The City’s review and acceptance shall not relieve Contractor from responsibility
for any variation from the requirements of the Contract Documents unless the City
has given written approval of each such variation by specific written notation
thereof incorporated in or accompanying the Shop Drawing or Sample.
F. Resubmittal Procedures. Contractor shall make corrections required by the City and
shall return corrected Shop Drawings and submit, as required, new Samples for
review and approval. Contractor shall direct specific attention in writing to revisions
other than the corrections called for by the City on previous Submittals.
5.24 Record (“As-Built”) Drawings.
A. The Contractor shall maintain one record set of Contract Documents at the Site or
digitally in an acceptable format. On these, it shall mark all Project conditions,
locations, configurations, and any other changes or deviations which may vary from
the information represented in the original Contract Documents, including buried or
concealed construction and utility features which are revealed during the course of
construction. Special attention shall be given to recording the horizontal and vertical
location of all buried utilities that differ from the locations indicated, or which were
not indicated on the Drawings. For all Projects involving the installation of any
pipeline, Contractor shall survey and record the top of the pipe at a minimum of every
100 linear feet, and at each bend, recording both the horizontal and vertical
Packet Page. 813
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-50-00 72 00 – GENERAL CONDITIONS
locations. Said Drawings shall be supplemented by any detailed sketches as
necessary or directed to fully indicate the Work as actually constructed. Any required
as-built drawings of civil engineering elements of the Work shall be prepared by a
registered civil engineer.
B. These master Record Drawings of the as-built conditions, including all revisions
made necessary by Addenda and Change Orders, shall be maintained up-to-date
during the progress of the Project. Red ink shall be used for alterations and notes.
Notes shall identify relevant Change Orders by number and date. Record Drawings
shall be accessible to the Engineer at all times during the construction period.
Failure on the Contractor’s part to keep Record Drawings current could result in
withholding partial payment.
C. Upon completion of the Project and as a condition of final acceptance, the Contractor
shall finalize and deliver a complete set of Record Drawings to the Engineers. The
information submitted by the Contractor will be assumed to be correct, and the
Contractor shall be responsible for, and liable to the City, for the accuracy of such
information, and for any errors or omissions which may or may not appear on the
Record Drawings.
D. Unless otherwise called for by the Contract Documents, the cost of all material,
equipment, and labor required to complete the Record Drawings shall be included in
Contractor’s bid and distributed in the Bid Schedule. No additional compensation
shall be made to the Contractor for this Work.
5.25 Layout and Field Engineering.
A. The Contractor shall utilize a properly licensed surveyor to perform all layout surveys
required for the control and completion of the Work, and all necessary surveys to
compute quantities of Work performed.
5.26 Separate Contracts and Cooperation.
A. Separate Contracts. The City reserves the right to let other contracts in connection
with this Work or on the Project site. Contractor shall permit other contractors
reasonable access and storage of their materials and execution of their work and
shall properly connect and coordinate its Work with theirs. To ensure proper
execution of its subsequent Work, Contractor shall immediately inspect work already
in place and shall at once report to the Engineer any problems with the Work in place
or discrepancies with the Contract Documents.
B. Cooperation. Contractor shall ascertain to its own satisfaction the scope of the
Project and nature of any other contracts that have been or may be awarded by the
City in prosecution of the Project to the end that Contractor may perform this
Contract in the light of such other contracts, if any. Nothing herein contained shall
be interpreted as granting to Contractor exclusive occupancy at site of the Project.
Contractor shall not cause any unnecessary hindrance or delay to any other
contractor working on the Project. If simultaneous execution of any contract for the
Project is likely to cause interference with performance of some other contract or
contracts, the Engineer shall decide which Contractor shall cease Work temporarily
Packet Page. 814
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-51-00 72 00 – GENERAL CONDITIONS
and which contractor shall continue or whether work can be coordinated so that
contractors may proceed simultaneously. The City shall not be responsible for any
damages suffered or for extra costs incurred by Contractor resulting directly or
indirectly from award, performance, or attempted performance of any other contract
or contracts on the Project Site.
5.27 Work Site.
A. Limitation of Use of Site and Other Areas. Rights-of-way, easements, or rights-of-
entry for the Work will be provided by the City. Unless otherwise specified in the
Special Provisions, the Contractor shall make arrangements, pay for, and assume
all responsibility for acquiring, using, and disposing of additional work areas and
facilities temporarily required. The Contractor shall indemnify and hold the City
harmless from all claims for damages caused by such actions. Contractor shall
confine construction equipment, the storage of materials and equipment, and the
operations of workers to the Site and other areas permitted by Applicable Laws, and
shall not unreasonably encumber the Site and other areas with construction
equipment or other materials or equipment. Contractor shall assume full
responsibility for any damage to any such land or area, or to City or occupant thereof,
or of any adjacent land or areas resulting from the performance of the Work.
B. Site Maintenance. During the progress of the Work, Contractor shall keep the Site
and other areas free from accumulations of waste materials, rubbish, and other
debris. Removal and disposal of such waste materials, rubbish, and other debris
shall conform to Applicable Laws. The Contractor shall furnish trash bins for all
debris from construction. All debris shall be placed in trash bins daily. Forms and
false-work that are to be re-used shall be stacked neatly concurrently with their
removal. Forms and false-work that are not to be re-used shall be disposed of
concurrently with their removal.
C. Cleaning. Prior to Completion of the Work, Contractor shall clean the Site and make
it ready for utilization by the City. At the completion of the Work Contractor shall
remove from the Site all tools, appliances, construction equipment and machinery,
and surplus materials and shall restore to original condition all property not
designated for alteration by the Contract Documents.
5.28 Utility Usage.
A. All temporary utilities, including but not limited to electricity, water, gas, and
telephone, used on the Work shall be furnished and paid for by Contractor.
Contractor shall provide necessary temporary distribution systems, including meters,
if necessary, from distribution points to points on the Work where the utility is
needed. Upon completion of the Work, Contractor shall remove all temporary
distribution systems. Contractor shall provide necessary and adequate utilities and
pay all costs for water, electricity, gas, oil, and sewer charges required for completion
of the Work, including but not limited to startup and testing required in the Contract
Documents. All permanent meters installed shall be listed in the Contractor’s name
until the Work is accepted. For Work to be performed in existing City facilities,
Contractor may use the City’s existing utilities, provided such use is reasonable
under the circumstances. If Contractor uses the City utilities, it will not need to
Packet Page. 815
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-52-00 72 00 – GENERAL CONDITIONS
compensate the City for reasonably consumption of utilities, but Contractor will be
responsible for any excessive, unreasonable, or wasteful utility usage. Amounts due
the City under this section may be deducted from progress payments.
5.29 Protection of Work and Property.
A. The Contractor shall digitally record video and take photographs of the Project site
and adjacent improvements in a manner and quality that clearly depicts the existing
condition of the Project Site and adjacent improvements immediately prior to the
start of Work (minimum 1080p video and 4MP photo). All videos and photographs
shall be date and time stamped. The Contractor shall submit the video and photos
in digital format on a memory stick before the commencement of Work, along with a
map outlining the route and locations of the videos and/or photographs. The
Contractor shall be responsible for all damages to persons or property that occur as
a result of the Work. Contractor shall be responsible for the proper care and
protection of all materials delivered and Work performed until completion and final
acceptance by the City. All Work shall be solely at the Contractor’s risk.
B. Contractor shall adequately protect adjacent property from settlement or loss of
lateral support as necessary. Contractor shall comply with all applicable safety laws
and building codes to prevent accidents or injury to persons on, about, or adjacent
to the Project site where Work is being performed. Contractor shall erect and
properly maintain at all times, as required by field conditions and progress of work,
all necessary safeguards, signs, barriers, lights, and watchmen for protection of
workers and the public, and shall post danger signs warning against hazards created
in the course of construction.
C. Contractor shall provide such heat, covering, and enclosures as are necessary to
protect all Work, materials, equipment, appliances, and tools against damage by
weather conditions.
D. Contractor shall take adequate precautions to protect existing sidewalks, curbs,
pavements, utilities, and other adjoining property and structures, and to avoid
damage thereto, and Contractor shall repair any damage thereto caused by the Work
operations. Contractor shall:
1. Enclose the working area with a substantial barricade and arrange work to cause
minimum amount of inconvenience and danger to the public.
2. Provide substantial barricades around any shrubs or trees indicated to be
preserved.
3. Deliver materials to the Site over a route designated by the City.
4. Provide any and all dust control required and follow the applicable air quality
regulations as appropriate. If the Contractor does not comply immediately with a
notice from the City or a public agency responsible for air quality, the City shall
have the authority to provide dust control and deduct the cost from payments to
the Contractor.
Packet Page. 816
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-53-00 72 00 – GENERAL CONDITIONS
5. Confine Contractor’s apparatus, the storage of materials, and the operations of its
workers to limits required by law, ordinances, permits, or directions of the City.
Contractor shall not unreasonably encumber the Site with its materials.
6. Take care to prevent disturbing or covering any survey markers, monuments, or
other devices marking property boundaries or corners. If such markers are
disturbed by accident, they shall be replaced by a civil engineer or land surveyor
acceptable to the City, at no cost to the City.
7. Ensure that existing facilities, fences, and other structures are all adequately
protected and that, upon completion of all Work, all facilities that may have been
damaged are restored to a condition acceptable to the City.
8. Preserve and protect from injury all buildings, pole lines and all directional, warning
and mileage signs that have been placed within the right-of-way.
9. At the completion of work each day, leave the Work and the Site in a clean, safe
condition.
10. Comply with any stage construction and/or traffic handling plans. Access to
residences and businesses shall be maintained at all times, except with the City’s
written approval. Any request for approval to reduce or restrict access to
residences and business must be submitted to the City at least seven (7) Days in
advance, and the City may issue or withhold approval in its sole discretion.
E. These precautionary measures will apply continuously and not be limited to normal
working hours. Full compensation for the work involved in the protection and
preservation of life, safety and property as above specified shall be considered as
included in the prices paid for the various contract items of Work, and no additional
allowance will be made therefor.
F. Should damage to persons or property occur as a result of the Work, Contractor shall
promptly notify the City, in writing. Contractor shall be responsible for proper
investigation, documentation, including video or photography, to adequately
memorialize and make a record of what transpired. The City shall be entitled to
inspect and copy any such documentation, video, or photographs.
G. Contractor shall maintain all investigation documentation including video and/or
photographs for a minimum of four (4) years following completion of the Project.
5.30 Emergencies.
A. In emergencies affecting the safety or protection of persons or the Work or Property
at the Site or adjacent thereto, the Contractor, without special instruction or
authorization from the City or the Engineer, is obligated to act to prevent threatened
damage, injury or loss. The Contractor shall give the Engineer prompt written notice
if the Contractor believes that any significant changes in the Work or variations from
the Contract Documents have been caused thereby.
Packet Page. 817
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-54-00 72 00 – GENERAL CONDITIONS
ARTICLE 6 -MATERIALS; INSPECTION
6.1 Access to Work.
A. The City, Engineer, their consultants and other representatives and personnel,
independent testing laboratories, and governmental agencies with jurisdictional
interests will have access to the Site and the Work at reasonable times for their
observation, inspection, and testing. Contractor shall provide them proper and safe
conditions for such access and advise them of Contractor’s safety procedures and
programs.
6.2 Materials.
A. Except as otherwise specifically stated in the Contract Documents, Contractor shall
provide and pay for all materials, labor, tools, equipment, water, lights, power,
transportation, superintendence, temporary constructions of every nature, and all
other services and facilities whatsoever necessary to execute and complete this
Contract within the Contract Time. Unless otherwise specified, all materials, parts,
and equipment furnished by the Contractor in the Work shall be new, the best of their
respective kinds and grades as noted and/or specified, and workmanship shall be of
good quality.
B. No materials, supplies, or equipment for Work under this Contract shall be
purchased subject to any chattel mortgage or under a conditional sale or other
agreement by which an interest therein or in any part thereof is retained by the seller
or supplier. Contractor warrants good title to all material, supplies, and equipment
installed or incorporated in the Work and agrees upon completion of all work to
deliver the Project, to the City free from any claims, liens, or charges.
C. Materials shall be furnished in ample quantities and at such times as to ensure
uninterrupted progress of the Work and shall be stored properly and protected as
required by the Contract Documents. Contractor shall be entirely responsible for
damage or loss by weather or other causes to materials or Work. Materials shall be
stored on the Project Site in such manner so as not to interfere with any operations
of the City or any independent contractor.
D. Contractor shall verify all measurements, dimensions, elevations, and quantities
before ordering any materials or performing any Work, and the City shall not be liable
for Contractor’s failure to so. Except for an adjustment to Unit Price Work for item
overruns and underruns in accordance with the Contract Documents, no additional
compensation, over and above payment for the actual quantities at the prices set
out in the Bid Schedule, will be allowed because of differences between actual
measurements, dimension, elevations and quantities and those indicated on the
Plans and in the Specifications. Any difference therein shall be submitted to the
Engineer for consideration before proceeding with the Work.
6.3 Test and Inspections.
A. Inspection and Testing of Work and Materials
Packet Page. 818
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-55-00 72 00 – GENERAL CONDITIONS
1. If the Contract Documents, the Engineer, or any instructions, laws, ordinances, or
public authority requires any part of the Work to be tested or approved, Contractor
shall provide the Engineer at least two (2) working days’ notice of its readiness for
observation or inspection. If inspection is by a public authority other than the City,
Contractor shall promptly inform the City of the date fixed for such inspection.
Required certificates of inspection (or similar) shall be secured by Contractor.
Costs for City testing, and inspection shall be paid by the City. Costs of tests for
Work found not to be in compliance shall be paid by the Contractor.
2. The Contractor shall pay for the cost of any minimum “show up” costs of a materials
testing technician that was called for by the Contractor but ultimately the Contractor
work was not ready for the inspection. Any such costs shall be deducted from any
amounts due to the Contractor.
3. If any Work is done or covered up without the required testing or approval, the
Contractor shall uncover or deconstruct the Work, and the Work shall be redone
after completion of the testing at the Contractor’s cost in compliance with the
Contract Documents.
4. Where inspection and testing are to be conducted by an independent laboratory
or agency, materials or samples of materials to be inspected or tested shall be
selected by such laboratory or agency, or by the City, and not by Contractor.
Unless otherwise stated and as provided by the Contract Documents, the City shall
employ and pay for the services of an independent testing laboratory to perform
all inspections, tests, or approvals required by the Contract Documents. All tests
or inspections of materials shall be made in accordance with the commonly
recognized standards of national organizations.
5. Reexamination of Work may be ordered by the City. If so ordered, Work must be
uncovered or deconstructed by Contractor. If Work is found to be in accordance
with the Contract Documents, the City shall pay the costs of reexamination and
reconstruction. If such work is found not to be in accordance with the Contract
Documents, Contractor shall pay all costs.
B. Testing of Materials
1. In advance of manufacture of materials to be supplied by Contractor which must
be tested or inspected, Contractor shall notify the City so that the City may arrange
for testing at the source of supply. Any materials which have not satisfactorily
passed such testing and inspection shall not be incorporated into the Work.
2. If the manufacture of materials to be inspected or tested will occur in a plant or
location greater than sixty (60) miles from the City, the Contractor shall pay for any
excessive or unusual costs associated with such testing or inspection, including
but not limited to excessive travel time, standby time and required lodging.
3. Unless otherwise specified in the Special Provisions, all initial testing and a
reasonable amount of retesting will be performed under the direction of the
Engineer, and at no expense to the Contractor. The Contractor shall notify the
Engineer in writing, at least 15 days in advance, of its intention to use materials for
Packet Page. 819
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-56-00 72 00 – GENERAL CONDITIONS
which tests are specified, to allow sufficient time to perform the tests. The notice
shall name the proposed supplier and source of material. If the notice of intent to
use is sent before the materials are available for testing or inspection, or is sent so
far in advance that the materials on hand at the time will not last but will be replaced
by a new lot prior to use on the Work, it will be the Contractor's responsibility to re-
notify the Engineer when samples which are representative may be obtained.
4. A Certificate of Compliance shall be furnished to the Engineer prior to the use of
any material or assembled material for which these Specifications so require or if
so required by the Engineer. The Engineer may waive the materials testing
requirements and accept a Certificate of Compliance. Material test data may be
required by the Engineer to be included with the submittal. Materials used on the
basis of a Certificate of Compliance may be sampled and tested at any time. The
submission of a Certificate of Compliance shall not relieve the Contractor of
responsibility for incorporating material into the Work which conforms to the
requirements of the Contract Documents, and any material not conforming to the
requirements will be subject to rejection by the Engineer whether in place or not.
5. Copies of mill certificates of composition and quality of all component materials
(reinforcing steel, structural steel, lumber, etc.) incorporated in the construction of
the Work shall be provided to the City at the time of delivery. City shall retain the
right to reject any raw material not provided with a mill certificate at the time of
delivery.
6. If, after incorporating such materials into the Work, it is found that sources of supply
that have been approved do not furnish a uniform product, or if the product from
any source proves unacceptable at any time, the Contractor shall furnish approved
material from other approved sources. If any product proves unacceptable after
improper storage, handling or for any other reason it shall be rejected, not
incorporated into the Work, and shall be removed from the Project Site all at the
Contractor’s expense.
6.4 Requests for Substitutions.
A. For the purposes of this provision, the term “substitution” shall mean the substitution
of any material, method, or service substantially equal to or better in every respect
to that indicated in the Standard Specifications or otherwise referenced herein.
B. Pursuant to Public Contract Code section 3400(b), the City may make a finding that
is described in the Notice Inviting Bids that designates certain products, things, or
services by specific brand or trade name.
C. Unless specifically designated in the Special Conditions, whenever any material,
process, or article is indicated or specified by grade, patent, or proprietary name or
by name of manufacturer, such specifications shall be deemed to be used for the
purpose of facilitating the description of the material, process, or article desired and
shall be deemed to be followed by the words “or equal.” Contractor may, unless
otherwise stated, offer for substitution any material, process, or article which may be
substantially equal to or better in every respect to that so indicated or specified in
Packet Page. 820
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-57-00 72 00 – GENERAL CONDITIONS
the Contract Documents. However, the City has adopted uniform standards for
certain materials, processes, and articles.
D. The Contractor shall submit substitution requests, together with substantiating data,
for substitution of any “or equal” material, process, or article no later than thirty-five
(35) calendar days after award of Contract. Provisions regarding submission of
substitution requests shall not in any way authorize an extension of time for the
performance of this Contract. If a substitution request is rejected by the City, the
Contractor shall provide the material, method or service specified herein. The City
shall not be responsible for any costs incurred by the Contractor associated with
substitution requests. The burden of proof as to the equality of any material,
process, or article shall rest with the Contractor. The Engineer has the complete
and sole discretion to determine if a material, process, or article is substantially equal
to or better than that specified and to approve or reject all substitution requests.
E. Substantiating data as described above shall include, at a minimum, the following
information:
1. A signed affidavit from the Contractor stating that the material, process, or article
proposed as a substitution is substantially equal to or better than that specified in
every way except as may be listed on the affidavit.
2. Illustrations, specifications, catalog cut sheets, and any other relevant data
required to prove that the material, process, or article is substantially equal to or
better than that specified.
3. A statement of the cost implications of the substitution being requested, indicating
whether and why the proposed substitution will reduce or increase the amount of
the contract.
4. Information detailing the durability and lifecycle costs of the proposed substitution.
F. Failure to submit all the required substantiating data detailed above in a timely
manner so that the substitution request can be adequately reviewed may result in
rejection of the substitution request. The Engineer is not obligated to review multiple
submittals related the same substitution request resulting from the Contractor’s
failure to initially submit a complete package.
G. Time limitations within this Article shall be strictly complied with and in no case will
an extension of time for completion of the contract be granted because of
Contractor’s failure to provide substitution requests at the time and in the manner
described herein.
H. The Contractor shall bear the costs of all the City work associated with the review of
substitution requests.
I. If substitution requests approved by the Engineer require that Contractor furnish
materials, methods or services more expensive than that specified, the increased
costs shall be borne by Contractor.
Packet Page. 821
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-58-00 72 00 – GENERAL CONDITIONS
ARTICLE 7 -SUBSURFACE AND PHYSICAL CONDITIONS; UTILITIES
7.1 Soils Investigations.
A. When a soils investigation report for the Site is available, such report is provided for
informational purposes only. Any information obtained from such report as to
subsurface soil condition, or to elevations of existing grades or elevations of
underlying rock, is approximate only and is not guaranteed. Contractor
acknowledges that any soils investigation report (including any borings) was
prepared for purposes of design only and Contractor is required to examine the Site
before submitting its Bid and must make whatever tests it deems appropriate to
determine the condition of the soil.
7.2 Ownership of Site Materials Found.
A. The title to water, soil, rock, gravel, sand, minerals, timber and any other materials
developed or obtained in the excavation or other operations of Contractor or any of
its Subcontractors in the performance of the Contract, and the right to use said items
in carrying out the Contract, or to dispose of same, is hereby expressly reserved by
the City. Neither Contractor nor any of its Subcontractors nor any of their
representatives or employees shall have any right, title, or interest in said materials,
nor shall they assert or make any claim thereto. Contractor will, as determined by
the City’s Representative, be permitted to use in the Work without charge, any such
materials which meet the requirements of the Contract Documents, provided the City
shall have the right to use or consume these materials without payment to a third
party.
7.3 Existence of Utilities at the Work Site.
A. Existing Utilities
1. The location of known existing utilities and pipelines are shown on the Plans in
their approximate locations. However, nothing herein shall be deemed to require
the City to indicate the presence of existing service laterals or appurtenances
whenever the presence of such utilities on the site of the project can be inferred
from the presence of other visible facilities, such as buildings, cleanouts, meter
and junction boxes, on or adjacent to the Site of the Project.
2. The City will assume the responsibility for the timely removal, relocation, or
protection of existing main or trunk line utility facilities located on the Project site if
such utilities are not identified by the City in the Contract Documents, or which
cannot reasonably be inferred from the presence of other visible facilities.
B. Utility Location
1. It shall be the Contractor’s responsibility to determine the exact location and depth
of all utilities, including service connections, which have been marked by the
respective utility owners and which the Contractor believes may affect or be
affected by the Contractor’s operations. The Contractor shall not be entitled to
additional compensation nor time extensions for work necessary to avoid
Packet Page. 822
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-59-00 72 00 – GENERAL CONDITIONS
interferences nor for repair to damaged utilities if the Contractor does not expose
all such existing utilities as required by this Article.
2. The locating of utilities shall be in conformance with Government Code Section
4216 et seq. except for the City’s utilities located on the City’s property and not on
public right-of-way.
3. A “High Priority Subsurface Installation” is defined in Government Code Section
4216 (j) as “high-pressure natural gas pipelines with normal operating pressures
greater than 415kPA gauge (60psig) or greater than six inches nominal pipe
diameter, petroleum pipelines, pressurized sewage pipelines, high-voltage electric
supply lines, conductors, or cables that have a potential to ground of greater than
or equal to 60kv, or hazardous materials pipelines that are potentially hazardous
to workers or the public if damaged.”
4. A “Subsurface Installation” is defined in Government Code Section 4216 (s) as
“any underground pipeline, conduit, duct, wire, or other structure, except
nonpressurized sewer lines, nonpressurized storm drains, or other nonpressurized
drain lines.”
5. Pursuant to Government Code Section 4216.2 the Contractor shall contact the
appropriate regional notification center at least two (2) working days but not more
than 14 Days before performing any excavation. The date of the notification shall
not count as part of the two-working-day notice. Before notifying the appropriate
regional notification center, the Contractor shall delineate the area to be
excavated. The Contractor shall request that the utility owners conduct a utility
survey and mark or otherwise indicate the location of their service. The Contractor
shall furnish to the Engineer written documentation of its contact(s) with the
regional notification center prior to commencing excavation at such locations.
6. After the utility survey is completed, the Contractor shall commence “potholing” or
hand digging to determine the actual location of the pipe, duct, or conduit and in
accordance with Government Code Section 4216.4 if the excavation within the
“tolerance zone” of a subsurface installation. The Engineer shall be given notice
prior to commencing potholing operations. The Contractor shall uncover all piping
and conduits, to a point one (1) foot below the pipe, where crossings, interferences,
or connections are shown on the Drawings, prior to trenching or excavating for any
pipe or structures, to determine actual elevations. New pipelines shall be laid to
such grade as to clear all existing facilities, which are to remain in service for any
period subsequent to the construction of the run of pipe involved.
7. The Contractor's attention is directed to the requirements of Government Code
Section 4216.2 (c) which provides: “When the excavation is proposed within 10
feet of a high priority subsurface installation, the operator of the high priority
subsurface installation shall notify the excavator of the existence of the high priority
subsurface installation to set up an onsite meeting prior to the legal excavation
start date and time or at a mutually agreed upon time to determine actions or
activities required to verify the location and prevent damage to the high priority
subsurface installation. As part of the meeting, the excavator shall discuss with the
operator the method and tools that will be used during the excavation and the
Packet Page. 823
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-60-00 72 00 – GENERAL CONDITIONS
information the operator will provide to assist in verifying the location of the
subsurface installation. The excavator shall not begin excavating until after the
completion of the onsite meeting.” The Contractor shall notify the Engineer in
advance of this meeting.
C. Utility Relocation and Repair
1. If interferences occur at locations other than those indicated in the Contract
Documents with reasonable accuracy, the Contractor shall notify the Engineer in
writing. The Engineer will supply a method for correcting said interferences in
accordance with the responsibilities of this section and Government Code Section
4215. To the extent any delay is caused thereby, Contractor shall submit a notice
of delay within five (5) Days of discovery of the circumstances giving rise to the
delay in accordance with Article 9.1 Change Orders and Time Extensions.
2. Care shall be exercised by the Contractor to prevent damage to adjacent existing
facilities and public or private works; where equipment will pass over these
obstructions, suitable planking shall be placed. If high priority subsurface
installations are damaged and the operator cannot be contacted, the Contractor
shall call 911 emergency services.
3. The City will compensate the Contractor for the costs of locating and repairing
damage not due to the failure of the Contractor to exercise reasonable care, and
for removing or relocating such main or trunk line utility facilities not indicated in
the Contract Documents with reasonable accuracy, and for the cost of equipment
on the Project necessarily idled during such work. The payment for such costs will
be made as provided in Article 9.1 Change Orders and Time Extensions. The
Contractor shall not be assessed liquidated damages for delay in completion of the
Project, when such delay is caused by the failure of the City or utility company to
provide for removal or relocation of such utility facilities. Requests for extensions
of time arising out of utility relocation or repair delays shall be filed in accordance
with Article 9.1 Change Orders and Time Extensions and Article 9.3 Time for
Completion and Liquidated Damages.
4. The public utility, where it is the owner of the affected utility, shall have the sole
discretion to perform repairs or relocation work or permit the Contractor to do such
repairs or relocation work at a reasonable price. The right is reserved to the City
and the owners of utilities or their authorized agents to enter upon the Work area
for the purpose of making such changes as are necessary for the rearrangement
of their facilities or for making necessary connections or repairs to their properties.
The Contractor shall cooperate with forces engaged in such work and shall
conduct its operations in such a manner as to avoid any unnecessary delay or
hindrance to the work being performed by such forces and shall allow the
respective utilities time to relocate their facility.
5. When the Contract Documents indicate that a utility is to be relocated, altered or
constructed by others, the City will conduct all negotiations with the utility company
and the work will be done at no cost to the Contractor, unless otherwise stipulated
in the Contract Documents.
Packet Page. 824
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-61-00 72 00 – GENERAL CONDITIONS
6. Temporary or permanent relocation or alteration of utilities desired by the
Contractor for its own convenience shall be the Contractor’s responsibility and it
shall make arrangements and bear all costs for such work.
D. Construction at Existing Utilities
1. Where the Work to be performed crosses or otherwise interferes with water, sewer,
gas, or oil pipelines; buried cable; or other public or private utilities, the Contractor
shall perform construction in such a manner so that no damage will result to either
public or private utilities. It shall be the responsibility of the Contractor to determine
the actual locations of, and make accommodates to maintain, all utilities.
2. Before any utility is taken out of service, permission shall be obtained by the
Contractor from the owner. The owner, any impacted resident or business owner
and the City Representative will be advised of the nature and duration of the utility
outage as well as the Contractor’s plan for providing temporary utilities if required
by the owner. The Contractor shall be liable for all damage which may result from
its failure to maintain utilities during the progress of the Work, and the Contractor
shall indemnify City as required by the Contract Documents from all claims arising
out of or connected with damage to utilities encountered during construction;
damages resulting from disruption of service; and injury to persons or damage to
property resulting from the negligent, accidental, or intentional breaching of
utilities.
3. Unless otherwise called for by the Contract Documents, the cost of all material,
equipment, and labor required to complete this work, shall be included in
Contractor’s bid and distributed in the schedule of pay Items. No additional
compensation shall be made to the Contractor for this work.
7.4 Trenches
A. Trenches Five Feet or More in Depth.
1. Contractor shall submit to the Engineer at the preconstruction meeting, a detailed
plan showing the design of shoring, bracing, sloping or other provisions to be made
for worker protection from hazards of caving ground during the excavation of any
trench or trenches five feet or more in depth. If such plan varies from shoring
system standards established by the Construction Safety Orders of the California
Code of Regulations, Department of Industrial Relations, the plan shall be
prepared by a California registered civil or structural engineer. The plan shall not
be less effective than the shoring, bracing, sloping, or other provisions of the
Construction Safety Orders, as defined in the California Code of Regulations. The
Contractor shall designate in writing the “competent person” as defined in Title 8,
California Code of Regulations, who shall be present at the Work Site each day
that trenching/excavation is in progress. The “competent person” shall prepare
and provide daily trenching/excavation inspection reports to the Engineer.
Contractor shall also submit a copy of its annual California Occupational Safety
and Health Administration (Cal/OSHA) trench/excavation permit.
B. Excavations Deeper than Four Feet.
Packet Page. 825
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-62-00 72 00 – GENERAL CONDITIONS
1. If the Work involves excavating trenches or other excavations that extend deeper
than four (4) feet below the surface, Contractor shall promptly within three (3)
Days, and before the excavation is further disturbed, notify the City in writing of
any of the following conditions:
a. Material that the Contractor believes may be material that is hazardous waste,
as defined in section 25117 of the Health and Safety Code, that is required to
be removed to a Class I, Class II, or Class III disposal site in accordance with
provisions of existing law.
b. Subsurface or latent physical conditions at the site differing from those
indicated.
c. Unknown physical conditions at the site of any unusual nature, different
materially from those ordinarily encountered and generally recognized as
inherent in work of the character provided for in the Contract.
2. The City shall promptly investigate the conditions, and if it finds that the conditions
do so materially differ, or do involve hazardous waste, and cause a decrease or
increase in Contractor’s cost of, or the time required for, performance of any part
of the Work, shall issue a Change Order under the procedures described in Article
9.1 Change Orders and Time Extensions.
3. In the event that a dispute arises between the City and the Contractor as to whether
the conditions materially differ, or involve hazardous waste, or cause a decrease
or increase in the Contractor’s cost of, or time required for, performance of any
part of the Work, the Contractor shall not be excused from any scheduled
completion date provided for by the Contract, but shall proceed with all Work to be
performed under the Contract. Contractor shall retain any and all rights provided
either by contract or by law which pertain to the resolution of disputes and protests
between the parties.
ARTICLE 8 -PROSECUTION OF THE WORK
8.1 Contractor’s Means and Methods.
A. Contractor is solely responsible for the means and methods utilized to perform the
Work. In no case shall the Contractor’s means and methods deviate from commonly
used industry standards.
8.2 Construction Schedule.
A. General Requirements. The schedule shall be prepared in a Critical Path Method
(“CPM”) format and in an electronic scheduling program acceptable to the City and
as specified in the Contract Documents. Contractor shall deliver the schedule and
all updates to the City in both paper and electronic form. The electronic versions
shall be in the format and include all data used to prepare the schedule. Copies are
not acceptable.
B. Schedule. The receipt or approval of any schedules by the City shall not in any way
relieve the Contractor of its obligations under the Contract Documents. The
Packet Page. 826
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-63-00 72 00 – GENERAL CONDITIONS
Contractor is fully responsible to determine and provide for any and all staffing and
resources at levels which allow for good quality and timely completion of the Project.
Contractor’s failure to incorporate all elements of Work required for the performance
of the Contract or any inaccuracy in the schedule shall not excuse the Contractor
from performing all Work required for a completed Project within the specified
Contract Time. If the required schedule is not received by the time the first payment
under the Contract is due, Contractor shall not be paid until the schedule is received,
reviewed and accepted by the City.
C. Schedule Contents. The schedule shall allow enough time for inclement weather.
The schedule shall indicate the beginning and completion dates of all phases of
construction; critical path for all critical, sequential time related activities; and “float
time” for all “slack” or “gaps” in the non-critical activities. The schedule shall include
appropriate time allowances and constraints for submittals, items of interface with
Work performed by others, and specified construction, start-up and performance
tests. All float shall be owned by the Project. Schedules indicating early or late
completion shall not modify or have any effect on the Contract Time, regardless of
whether the schedules are reviewed and/or accepted by the City. For purposes of
determining Liquidated Damages, the Contract Time shall control and may only be
altered by a duly authorized Change Order.
D. Schedule Updates. Contractor shall continuously update its construction schedule.
Contractor shall submit an updated and accurate construction schedule to the City:
(1) prior to the start of construction, if there are any changes to the initial schedule;
(2) with each progress payment request; and (3) whenever requested to do so by
the City. The City may withhold progress payments or other amounts due under the
Contract Documents if Contractor fails to submit an updated and accurate
construction schedule. Upon the City’s request, Contractor shall submit any
schedules or updates to the City in the native electronic format of the software used
to create the schedule. Contractor shall also submit schedules showing a two-week
detailed look-ahead at weekly meetings conducted with the City. The two-week look-
ahead schedule shall clearly identify all staffing and other resources which in the
Contractor’s judgment are needed to complete the Work within the Contract Time,
and it shall clearly state the number of staff to be used on each daily segment of the
Work.
E. Acceptance. Acceptance of the schedules by the City will not impose on
responsibility for accuracy, for sequencing, scheduling, or progress of the Work, or
compliance with the Contract Documents. Acceptance will not interfere with or
relieve Contractor from Contractor’s full responsibility therefor.
F. Recovery Schedule.
1. Should any of the following conditions exist, City may require Contractor to
prepare, at no extra cost to City, a plan of action and a recovery schedule for
completing the Work and achieving all contractual milestones within the allotted
Contract Time:
Packet Page. 827
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-64-00 72 00 – GENERAL CONDITIONS
a. The Contractor's monthly progress report indicates delays that are, in the
opinion of City, of sufficient magnitude that City questions the Contractor's
ability to complete the Work;
b. The schedule shows the Contractor to be thirty (30) or more days behind the
critical path at any time during construction;
c. The Contractor desires to make changes in the logic or the planned duration
of future activities of the schedule which, in the opinion of City, are major in
nature.
2. The recovery schedule shall include proposed revisions to the Construction
Schedule, demonstrating how Contractor intends to achieve all contractual
milestones including Contract completion within the allotted Contract Time. The
submittal shall include a narrative describing the actions planned by the Contractor
to recover the schedule.
3. Contractor shall submit the Recovery Schedule within seven (7) Days of City’s
request. If Contractor asserts that City is responsible for the delay, failure to submit
the recovery schedule within seven (7) Days of City’s request, will be considered
a concurrent delay event attributable to Contractor, and Contractor shall only be
entitled to non-compensable adjustments to Contract Times. If Contractor is
responsible for the delay, this provision will not limit or affect Contractor's liability
and failure to submit the recovery schedule with seven (7) Days of City’s request
may result in City withholding progress payments or other amounts due under the
Contract Documents.
4. Contractor is responsible for all costs associated with the preparation and
execution of the recovery schedule, including any necessary recovery actions,
which may include, but are not limited to, assignment of additional labor, and/or
equipment, shift or overtime work, expediting of submittals or deliveries,
overlapping of activities or sequencing changes to increase activity concurrence.
Regardless of whether City directs Contractor to prepare a recovery schedule
pursuant to this Section, Contractor shall promptly undertake appropriate action at
no additional cost to City to recover the schedule whenever the current
construction schedule shows that the Contractor will not achieve a milestone
and/or complete the Work within the allotted Contract Time.
8.3 Time for Completion and Liquidated Damages
A. Time for Completion. The time for completion set forth in Article 2 of the Contract
for Construction shall commence: (1) on the date stated in the Notice to Proceed, or
(2) if the Notice to Proceed does not specify a commencement date, then on the
date of the Notice to Proceed and shall be completed by Contractor in the time
specified in the Contract Documents. The City is under no obligation to consider
early completion of the Project; and the Contract completion date shall not be
amended by the City’s receipt or acceptance of the Contractor’s proposed earlier
completion date. Any difference in time between the Contractor’s early completion
and the Contract Time shall be considered a part of the Project float. Contractor
shall not be entitled to compensation, and the City will not compensate Contractor,
Packet Page. 828
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-65-00 72 00 – GENERAL CONDITIONS
for delays which impact early completion. Contractor shall not, under any
circumstances, receive additional compensation from the City (including but not
limited to indirect, general, administrative, or other forms of overhead costs) for the
period between the time of earlier completion proposed by the Contractor and the
Contract completion date.
B. Liquidated Damages. If the Work is not completed within the Contract Time(s), it is
understood that the City will suffer damage. In accordance with Government Code
section 53069.85 and Public Contract Code section 7102, being impractical and
infeasible to determine the amount of actual damage, it is agreed that Contractor
shall pay to the City as fixed and liquidated damages, and not as a penalty, the sum
stipulated in the Contract for each calendar day of delay until the Work is fully
completed. Contractor and its surety shall be liable for any liquidated damages. Any
money due or to become due the Contractor may be retained to cover liquidated
damages.
C. Inclement Weather. Contractor shall abide by the Engineer’s determination of what
constitutes inclement weather. Time extensions for inclement weather shall only be
granted when the Work stopped during inclement weather is on the critical path of
the Project schedule. Contractor shall not be entitled to reverse liquidated damages
for time extensions resulting from inclement weather.
D. Extension of Time. Contractor’s entitlement to an extension of the Contract Time is
limited to a City-caused extension of the critical path, reduced by the Contractor’s
concurrent delays, and established by a proper time impact analysis. Contractor
shall not be charged liquidated damages because of any delays in completion of the
Work due to unforeseeable causes beyond the control and without the fault or
negligence of Contractor (or its Subcontractors or Suppliers). The City shall
ascertain the facts and extent of delay and grant extension of time for completing
the Work when, in its judgment, the facts justify such an extension. Contractor shall
not be entitled to an adjustment in the Contract Times for delays within the control
of Contractor. Delays attributable to and within the control of a Subcontractor or
Supplier shall be deemed to be delays within the control of Contractor.
E. Reverse Liquidated Damages. Consistent with Public Contract Code Section 7102,
Contractor will be compensated for damages incurred due to unreasonable delays
to the critical path for which the City is responsible. The parties agree that
determining Contractor’s exact delay damages are and will continue to be
impracticable and extremely difficult. As such, for each calendar day in excess of
the time for completion set forth in Article 2 of the Contract for Construction, the City
shall pay to the Contractor the sum stipulated in the Contract per day. Such amount
shall constitute the only payment allowed for any City-caused delays and shall
necessarily include all overhead, all profits, all administrative costs, all bond costs,
all labor, materials, equipment and rental costs and any other costs, expenses and
fees incurred or sustained as a result of such delays. Contractor shall not be entitled
to reverse liquidated damages for any change in the Work in which Contractor is
compensated for overhead and profit through a change in Unit Price Work or a
Change Order resulting in a lump sum or allowed mark-up for the additional Work.
The amount of reverse liquidated damages shall be reduced by Contractor’s
concurrent delays.
Packet Page. 829
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-66-00 72 00 – GENERAL CONDITIONS
F. Force Majeure. In accordance with subparagraphs “D” and “E” above, the
Contractor shall not be charged liquidated damages, and the City shall not be
responsible, for any delays resulting from a Force Majeure Event. If a delay to the
critical path results from a Force Majeure Event, the Contractor will be entitled to a
time extension but will not receive an adjustment to the Contract Price or any other
compensation. Such a non-compensable adjustment shall be Contractor’s sole and
exclusive remedy for such delays.
G. No Damages for Reasonable Delay. The City’s liability to Contractor for delays for
which the City is responsible shall be limited to only an extension of time unless such
delays were unreasonable under the circumstances. In no case shall the City be
liable for any costs which are borne by the Contractor in the regular course of
business, including, but not limited to, home office overhead and other ongoing
costs. Damages caused by unreasonable City delay shall be based on actual costs
only, no proportions or formulas shall be used to calculate any delay damages.
H. Procedure for Time Extensions and Delay Damages. Contractor shall not be entitled
to any extension of time or any reverse liquidated damages unless Contractor
properly notices the delay and adjustment to compensation and requests a Change
Order in accordance with Article 9.1 Change Orders and Time Extensions.
Contractor’s failure to timely and fully comply with the Change Order procedures in
the Contract Documents shall constitute a waiver of Contractor’s right to a time
extension or reverse liquidated damages.
8.4 Contractor’s Responsibility for Work.
A. Until the acceptance of the Work by the Engineer as evidenced in writing, it shall be
under the charge and care of the Contractor. The Contractor shall take every
necessary precaution against injury or damage to any part thereof by the action of
the elements or from any cause whether arising from the execution or non-execution
of the Work. The Contractor shall rebuild, repair, restore and make good at its own
expense all injuries or damages to any portion of the Work before its completion and
acceptance. In the event of damage proximately caused by an Act of God, as
defined by Section 7105 of the Public Contract Code, the City will pay for repair or
restoration to damaged Work in excess of 5% of the total Bid.
8.5 Occupancy.
A. The City reserves the right to occupy or utilize any portion of the Work at any time
before completion, and such occupancy or use shall not constitute acceptance of
any part of Work covered by this Contract. This use shall not relieve the Contractor
of its responsibilities under the Contract.
8.6 Securities for Money Withheld
A. Pursuant to section 22300 of the Public Contract Code of the State of California,
Contractor may request the City to make retention payments directly to an escrow
agent or may substitute securities for any money withheld by the City to ensure
performance under the contract. At the request and expense of Contractor,
securities equivalent to the amount withheld shall be deposited with the City or with
Packet Page. 830
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-67-00 72 00 – GENERAL CONDITIONS
a state or federally chartered bank as the escrow agent who shall return such
securities to Contractor upon satisfactory completion of the contract. Deposit of
securities with an escrow agent shall be subject to a written agreement substantially
in the form provided in section 22300 of the Public Contract Code.
8.7 The City’s Right to Suspend/Terminate the Contract
A. Suspension of Work by the City
1. The City may, at its sole option, decide to suspend at any time the performance of
all or any portion of the Work by notice in writing to Contractor. Such notice of
suspension of Work will designate the amount and type of plant, labor, and
equipment to be committed to the Project during the period of suspension.
Contractor shall use its best efforts to utilize its plant, labor, and equipment in such
a manner as to minimize costs associated with suspension.
2. Upon receipt of any such notice, Contractor shall, unless the notice requires
otherwise:
a. Immediately discontinue Work on the date and to the extent
specified in the notice;
b. Place no further orders or subcontracts for material, services, or
facilities with respect to suspended Work other than to the extent required
in the notice;
c. Promptly make every reasonable effort to obtain suspension upon
terms satisfactory to the City’s Representative of all orders, subcontracts,
and rental agreements to the extent they relate to performance of Work
suspended; and
d. Continue to protect and maintain the Work including those portions
on which Work has been suspended.
3. Except as provided by this Article, as full and complete compensation for such
suspension, Contractor shall be granted an adjustment in the Contract Price based
on a negotiated daily rate that reflects the Contractor’s actual costs associated with
the demobilized condition of the Site and an extension of the Contract Times equal
to the number of days performance of Work is suspended; provided, however, that
no adjustment of Contract Price or extension of Contract Times shall be granted if
the suspension results from Contractor's non-compliance with the requirements of
the Contract.
B. Termination for Cause by the City:
1. In the sole estimation of the City, if the Contractor refuses or fails to prosecute the
Work or any separable part thereof with such diligence as will insure its completion
within the time specified by the Contract Documents, or any extension thereof, or
fails to complete such Work within such time, or if the Contractor should be
adjudged a bankrupt, or if it should make a general assignment for the benefit of
its creditors, or if a receiver should be appointed on account of its insolvency, or
Packet Page. 831
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-68-00 72 00 – GENERAL CONDITIONS
the Contractor or any of its subcontractors should violate any of the provisions of
this Contract, the City may serve written notice upon the Contractor and its surety
of the City's intention to terminate this Contract. This notice of intent to terminate
shall contain the reasons for such intention to terminate this Contract, and a
statement to the effect that the Contractor's right to perform this Contract shall
cease and terminate upon the expiration of ten (10) Days unless such violations
have ceased and arrangements satisfactory to the City have been made for
correction of said violations.
2. After expiration of the ten (10) Day period, the City may terminate the Contract by
providing a Notice of Termination to the Contractor. The City may take over and
complete the Work by any method it may deem appropriate, including enforcement
of the Project performance bond. Contractor and its surety shall be liable to the
City for any excess costs or other damages incurred by the City to complete the
Work. If the City takes over the Work, the City may, without liability for so doing,
take possession of and utilize in completing the Work such materials, appliances,
plant, and other property belonging to the Contractor as may be on the Site.
3. Upon termination, Contractor shall not be entitled to receive any further payment
from the City, except for Work which was duly performed prior to the effective date
of the Notice of Termination. Contractor shall submit an invoice for final payment
within thirty (30) Days of the effective date of the Notice of Termination. The City
may withhold from final payment up to 150% of any disputed amounts, including
any amounts which may be necessary to repair defective Work, complete
unfinished Work, or are otherwise occasioned by Contractor’s failure to perform its
duties under the Contract.
C. Termination for Convenience by the City:
1. The City may terminate performance of the Work called for by the Contract
Documents in whole or, from time to time, in part, upon ten (10) Days written notice
if the City determines that a termination is in the City's interest.
2. The Contractor shall terminate all or any part of the Work upon delivery to the
Contractor of a Notice of Termination specifying that the termination is for the
convenience of the City, the extent of termination, and the effective date of such
termination.
3. After receipt of Notice of Termination, and except as directed by the City's
Representative, the Contractor shall, regardless of any delay in determining or
adjusting any amounts due under this termination for convenience clause,
immediately proceed with the following obligations:
a. Stop Work as specified in the Notice.
b. Complete any Work specified in the Notice of Termination in a least
cost/shortest time manner while still maintaining the quality called for under
the Contract Documents.
Packet Page. 832
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-69-00 72 00 – GENERAL CONDITIONS
c. Leave the property upon which the Contractor was working and
upon which the facility (or facilities) forming the basis of the Contract
Document is situated in a safe and sanitary manner such that it does not
pose any threat to the public health or safety.
d. Terminate all subcontracts to the extent that they relate to the
portions of the Work terminated.
e. Place no further subcontracts or orders, except as necessary to
complete the continued portion of the Contract.
f. Submit to the City's Representative, within ten (10) Days from the
effective date of the Notice of Termination, all of the usual documentation
called for by the Contract Documents to substantiate all costs incurred by
the Contractor for labor, materials and equipment through the effective date
of the Notice of Termination. Any documentation substantiating costs
incurred by the Contractor solely as a result of the City's exercise of its right
to terminate this Contract pursuant to this clause, which costs the
contractor is authorized under the Contract documents to incur, shall: (1)
be submitted to and received by the Engineer no later than 30 Days after
the effective date of the Notice of Termination; (2) describe the costs
incurred with particularity; and (3) be conspicuously identified as
“Termination Costs occasioned by the City's Termination for Convenience.”
If the City rejects any costs, Contractor shall be deemed to waive the
rejected costs unless Contractor files a Claim within thirty (30) Days of the
rejection pursuant to Article 9.2.
g. Contractor shall be entitled to receive only the amounts payable
under this Article, and Contractor specifically waives any claim for any other
amounts or damages, including, but not limited to, any claim for
consequential damages or lost profits. The provisions in this Article are in
addition to and not in limitation of any other rights or remedies available to
the City.
4. Termination of the Contract shall not relieve surety of its obligation for any just
claims arising out of or relating to the Work performed.
5. Notwithstanding any other provision of this Article, when immediate action is
necessary to protect life and safety or to reduce significant exposure or liability, the
City may immediately order Contractor to cease Work on the Project until such
safety or liability issues are addressed to the satisfaction of the City or the Contract
is terminated.
6. If the City terminates Contractor for cause, and if it is later determined that the
termination was wrongful, such default termination shall automatically be
converted to and treated as a termination for convenience. In such event,
Contractor shall be entitled to receive only the amounts payable under this section,
and Contractor specifically waives any claim for any other amounts or damages,
including, but not limited to, any claim for consequential damages or lost profits.
Packet Page. 833
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-70-00 72 00 – GENERAL CONDITIONS
8.8 Completion and Acceptance of Work
A. Final Inspection. Upon written notice from Contractor that the entire Work is
complete, the Engineer will promptly make a final inspection with the City and
Contractor and will notify Contractor in writing of all particulars in which this
inspection reveals that the Work is incomplete or defective. Contractor shall
immediately take such measures as are necessary to complete such Work or
remedy such deficiencies.
B. Final Acceptance. The acceptance of the Work on behalf of the City will be made
by the Engineer. Such acceptance by the City shall not constitute a waiver of
defects. After Contractor has, in the opinion of the Engineer, satisfactorily completed
all corrections identified during the final inspection and has delivered, in accordance
with the Contract Documents, all maintenance and operating instructions,
schedules, guarantees, bonds, certificates or other evidence of insurance,
certificates of inspection, Record Documents, and other documents required by the
Contract Documents, the City shall execute a Notice of Completion, constituting final
acceptance and completion of the Project, except as may be expressly noted.
8.9 Warranty and Guaranty of Work.
A. Contractor hereby warrants that materials and Work shall be completed in
conformance with the Contract Documents and that the materials and Work provided
will fulfill the requirements of this Warranty. Contractor hereby agrees to repair or
replace, at the discretion of the City, any or all Work that may prove to be defective
in its workmanship, materials furnished, methods of installation or fail to conform to
the Contract Document requirements together with any other Work which may be
damaged or displaced by such defect(s) within a period of one (1) year (or as
otherwise indicated in the Contract Documents or in any guarantee or warranty
provided by any manufacturer or supplier of equipment or materials incorporated into
the Work, whichever is later) from the date of the Notice of Completion of the Project
without any expense whatever to the City, ordinary wear and tear and unusual abuse
and neglect excepted. Contractor shall be required to promptly repair or replace
defective equipment or materials, at Contractor’s option. All costs associated with
such corrective actions and testing, including the removal, replacement, and
reinstitution of equipment and materials necessary to gain access, shall be the sole
responsibility of the Contractor.
B. For any Work so corrected, Contractor’s obligation hereunder to correct defective
Work shall be reinstated for an additional one (1) year period, commencing with the
date of acceptance of such corrected Work. The reinstatement of the one (1) year
warranty shall apply only to that portion of work that was corrected. Contractor shall
perform such tests as the City may require to verify that any corrective actions,
including, without limitation, redesign, repairs, and replacements comply with the
requirements of the Contract. In the event of Contractor’s failure to comply with the
above-mentioned conditions within ten (10) Days after being notified in writing of
required repairs, to the reasonable satisfaction of the City, the City shall have the
right to correct and replace any defective or non-conforming Work and any work
damaged by such work or the replacement or correction thereof at Contractor’s sole
Packet Page. 834
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-71-00 72 00 – GENERAL CONDITIONS
expense. Contractor shall be obligated to fully reimburse the City for any expenses
incurred hereunder immediately upon demand.
C. In addition to the warranty set forth in this Article, Contractor shall obtain for the City
all warranties that would be given in normal commercial practice and assign to the
City any and all manufacturer’s or installer’s warranties for equipment or materials
not manufactured by Contractor and provided as part of the Work, to the extent that
such third-party warranties are assignable and extend beyond the warranty period
set forth in this Article. Contractor shall furnish the City with all warranty and
guarantee documents prior to final acceptance of the Project by the City as required.
D. When specifically indicated in the Contract Documents or when directed by the
Engineer, the City may furnish materials or products to the Contractor for installation.
In the event any act or failure to act by Contractor shall cause a warranty applicable
to any materials or products purchased by the City for installation by the Contractor
to be voided or reduced, Contractor shall indemnify the City from and against any
cost, expense, or other liability arising therefrom, and shall be responsible to the City
for the cost of any repairs, replacement or other costs that would have been covered
by the warranty but for such act or failure to act by Contractor.
E. The Contractor shall remedy at its expense any damage to City-owned or controlled
real or personal property.
F. The City shall notify the Contractor, in writing, within a reasonable time after the
discovery of any failure, defect, or damage. The Contractor shall within ten (10)
Days after being notified commence and perform with due diligence all necessary
Work. If the Contractor fails to promptly remedy any defect or damage, the City shall
have the right to replace, repair or otherwise remedy the defect, or damage at the
Contractor’s expense.
G. In the event of any emergency constituting an immediate hazard to health, safety,
property, or licensees, when caused by Work of the Contractor not in accordance
with the Contract requirements, the City may undertake at Contractor’s expense,
and without prior notice, all Work necessary to correct such condition.
H. Acceptance of Defective Work.
1. If, instead of requiring correction or removal and replacement of defective Work,
the City prefers to accept it, the City may do so. Contractor shall pay all claims,
costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or arbitration
or other dispute resolution costs) attributable to the City’s evaluation of and
determination to accept such defective Work and for the diminished value of the
Work. If any acceptance of Defective Work occurs prior to release of the Project
retention, a Change Order will be issued incorporating the necessary revisions in
the Contract Documents with respect to the Work, and the City shall be entitled to
an appropriate decrease in the Contract Price, reflecting the diminished value of
Work and all costs incurred by the City. If the acceptance of defective occurs after
release of the Project retention, an appropriate amount will be paid by Contractor
to the City.
Packet Page. 835
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-72-00 72 00 – GENERAL CONDITIONS
I. The City May Correct Defective Work
1. If Contractor fails within a reasonable time after written notice from the City to
correct Defective Work, or to remove and replace rejected Work as required by the
City, or if Contractor fails to perform the Work in accordance with the Contract
Documents, or if Contractor fails to comply with any other provision of the Contract
Documents, the City may, after seven (7) Days written notice to Contractor,
correct, or remedy any such deficiency.
2. In connection with such corrective or remedial action, the City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work
and suspend Contractor’s services related thereto, take possession of Contractor’s
tools, appliances, construction equipment and machinery at the Site, and
incorporate in the Work all materials and equipment stored at the Site or for which
the City has paid Contractor but which are stored elsewhere. Contractor shall allow
the City, and the agents, employees, other contractors, and consultants of each of
them, access to the Site to enable the City to exercise the rights and remedies to
correct the Defective Work.
3. All claims, costs, losses, and damages (including but not limited to all fees and
charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) incurred or sustained by the City
correcting the Defective Work will be charged against Contractor, and a Change
Order will be issued incorporating the necessary revisions in the Contract
Documents with respect to the Work; and the City shall be entitled to an
appropriate decrease in the Contract Price. Such claims, costs, losses and
damages will include but not be limited to all costs of repair, or replacement of work
of others destroyed or damaged by correction, removal, or replacement of
defective Work.
4. If the Change Order is executed after all payments under the Contract have been
paid by the City and the Project Retention is held in an escrow account as
permitted by the Contract Documents, Contractor will promptly alert the escrow
holder, in writing, of the amount of Retention to be paid to the City. If the Change
Order is executed after release of the Project retention, an appropriate amount will
be paid by Contractor to the City. Contractor shall not be allowed an extension of
the Contract Times because of any delay in the performance of the Work
attributable to the City correcting Defective Work.
J. Nothing in the warranty or in the Contract Documents shall be construed to limit the
rights and remedies available to the City at law or in equity, including, but not limited
to, Code of Civil Procedure section 337.15.
ARTICLE 9 -CHANGE ORDERS; DISPUTE RESOLUTION
9.1 Change Orders and Time Extensions
All changes to the Contract, including compensation increases and time extensions, shall be
through a written Change Order in accordance with this Article. The City, without invalidating the
Contract, may order changes in the Work consisting of additions, deletions or other revisions, and
Packet Page. 836
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-73-00 72 00 – GENERAL CONDITIONS
Contractor’s compensation and the time for completion shall be adjusted accordingly. Whenever
any change is made as provided for herein, such change shall be considered and treated as
though originally included in the Contract, and shall be subject to all terms, conditions, and
provisions of the original Contract. Contractor shall not be entitled to claim or bring suit for
damages, whether for loss of profits or otherwise, on account of any decrease or omission of any
item or portion of Work to be done. No dispute, disagreement, or failure of the parties to reach
agreement on the terms of the Change Order shall relieve the Contractor from the obligation to
proceed with performance of the Work, including Additional Work, promptly and expeditiously.
Any alterations, extensions of time, Additional Work, or any other changes may be made without
securing consent of the Contractor’s surety or sureties.
A. Change in Contract Procedures
1. City Directive. The City may direct changes in the Work by delivering a written
directive. To the extent the work directive results in a change to compensation or
time, Contractor must timely request a Change Order and comply with all Change
Order procedures in accordance with this Article. Notwithstanding issuance of a
work directive, Contractor’s failure to timely request a Change Order shall
constitute a waiver by Contractor of any adjustment to compensation or time
extension for Work performed under the directive. The City shall not be liable to
Contractor for Work performed or omitted by Contractor in reliance on verbal
orders.
2. Contractor’s Notice of Change/Delay. If Contractor intends to initiate a Change
Order Request, then Contractor shall provide the City with written notice of the
underlying facts and circumstances that gave rise to the proposed change within
the following times:
a. If due to unknown subsurface or latent physical conditions, within three (3) days
from the discovery date or prior to the alterations of the conditions, whichever
is earlier.
b. If due to a Force Majeure Event, as soon as reasonably practicable under the
conditions, which shall be no longer than three (3) days from the date the
Contractor discovers that the Force Majeure Event gives rise to a change,
unless that the conditions are such that notice within three (3) days is not
possible or practicable.
c. If due to any other matter that may involve an adjustment to the Contract Time
or the Contract Price, within seven (7) days from the discovery date.
To be considered valid and complete, the notice of change/delay shall include
a general statement of the circumstances giving rise to the notice of
change/delay and a reasonable order of magnitude estimate of the additional
costs and/or time. If the circumstances give rise to both a cost adjustment and
time extension, Contractor shall submit the notice of change and notice of delay
concurrently.
3. Request for Change in Compensation and/or Extension of Time. Contractor shall
submit a Change Order Request for any adjustment to Contractor’s compensation
Packet Page. 837
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-74-00 72 00 – GENERAL CONDITIONS
and/or any extension of time. The Change Order Request shall be made prior to
incurring any expense and within fourteen (14) Days from either Contractor’s
notice of change/delay or the City’s directive ordering the change. The Change
Order Request shall include all of the following information (unless inapplicable to
the change):
a. A detailed description of the circumstances giving rise to the
request;
b. A complete itemized cost proposal, including itemized pricing for
first tier Subcontractors;
c. Supporting documentation for all costs;
d. A time impact analysis showing the impact of the delay to the critical
path to completion;
e. If any added costs or information cannot be determined at the time
of the Change Order Request, the reason the costs or information cannot
be determined at the time; and
f. Certification to the accuracy of the Change Order Request under
penalty of perjury.
The time impact analysis shall be in the critical path method format
and shall show the sequencing of all critical and non-critical new
activities and/or activity revisions affected by the delay, with logic
ties to all affected existing activities noted on the schedule.
The City may demand, and Contractor shall provide, any additional
information supporting the Change Order Request, including but
not limited to native electronic format version of schedules and time
impact analyses. Contractor shall provide the requested additional
information within five (5) Days of the request.
For any costs or information that cannot be determined at the time
Contractor submits the Change Order Request, Contractor shall
submit to the City notice of the costs or information and all
supporting documentation within five (5) Days of when the costs or
other information become subject to determination.
4. City’s Final Decision on Change Order; Ordered Changes. If the City denies the
Change Order Request or disagrees with the proposal submitted by Contractor, it
will notify the Contractor, and the City will provide its opinion of the appropriate
price and/or time extension. If no agreement can be reached, the City shall have
the right to order the Work performed on a time and materials basis or to issue a
unilateral Change Order setting forth the City’s determination of the reasonable
additions or savings in costs and time attributable to the extra or deleted work. The
City shall also have the right to order changes in the Work to be performed
promptly by the Contractor on a time and materials basis or to issue a unilateral
Change Order setting forth the City’s determination of the reasonable additions or
Packet Page. 838
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-75-00 72 00 – GENERAL CONDITIONS
savings in costs and time attributable to the extra or deleted work. The City’s
determination shall become final and binding if the Contractor fails to submit a
Claim in writing to the City within fourteen (14) Days of the issuance of the
unilateral Change Order, disputing the terms of the unilateral Change Order and
providing such supporting documentation for its position as the City may
reasonably require.
5. Contractor’s Waiver of Further Relief. CONTRACTOR’S FAILURE TO PROVIDE
A COMPLETE AND TIMELY NOTICE OF CHANGE/DELAY AND/OR CHANGE
ORDER REQUEST, OR TO COMPLY WITH ANY OTHER REQUIREMENT OF
THIS ARTICLE, SHALL CONSTITUTE A WAIVER BY CONTRACTOR OF THE
RIGHT TO A CONTRACT ADJUSTMENT ON ACCOUNT OF SUCH
CIRCUMSTANCES AND A WAIVER OF ANY RIGHT TO FURTHER RECOURSE
OR RECOVERY BY REASON OF OR RELATED TO SUCH CHANGE BY
MEANS OF THE CLAIMS DISPUTE RESOLUTION PROCESS OR BY ANY
OTHER LEGAL PROCESS OTHERWISE PROVIDED FOR UNDER
APPLICABLE LAWS.
Contractor recognizes and acknowledges that timely submission of a formal written
notice of change/delay and Change Order Request, whether or not the
circumstances of the change may be known to the City or available to the City
through other means, is not a mere formality but is of crucial importance to the
ability of the City to promptly identify, prioritize, evaluate and mitigate the potential
effects of changes. Any form of informal notice, whether verbal or written
(including, without limitation, statements in requests for information, statements in
Submittals, statements at any job meeting or entries on monthly reports, daily logs
or job meeting minutes), that does not strictly comply with the formal requirements
of this Article, shall accordingly be insufficient.
6. Change Order Format
a. A Change Order signed by the Contractor indicates the Contractor's agreement
therewith, including any adjustment in compensation or extension of time, and
the full and final settlement of all costs (direct, indirect and overhead) related
to the Work authorized by the Change Order.
b. The City may designate the forms to be used for notices, requests, and Change
Orders. If so designated, Contractor may only use such forms. Contractor
shall not reserve a right to assert impact costs, extended job site costs,
extended overhead, constructive acceleration and/or actual acceleration
beyond what is stated in the Change Order. No Claims shall be allowed for
impact, extended overhead costs, constructive acceleration and/or actual
acceleration due to a multiplicity of changes and/or clarifications. The
Contractor may not change or modify the City’s Change Order form in an
attempt to reserve additional rights.
B. Determining Adjustments to Compensation.
1. Limitation on Costs. Contractor shall not be entitled to any compensation for Work
subject to a Change Order except as expressly set forth in this Article. The mark-
Packet Page. 839
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-76-00 72 00 – GENERAL CONDITIONS
up added in instances of Additional Work shall constitute the entire amount of
profit, any mark-ups, any field or home office overhead costs, including personnel,
equipment or office space, any materials, or any costs of equipment idle time for
such Work.
2. Unit Price Change Orders. When the actual quantity of a Unit Price Work item
varies from the Bid Schedule, compensation for the change in quantity will be
calculated by multiplying the actual quantity by the unit price. This calculation may
result in either an additive or deductive Change Order. Bid items included on the
Bid Schedule may be deducted from the Work in their entirety without any
negotiated extra costs. Because Unit Price Work includes overhead and profit as
determined by Contractor at the time of its Bid submission, no mark up or deduction
for overhead and profit will be allowed.
3. Lump Sum Change Orders. Whenever possible, any changes affecting
compensation shall be in a lump sum mutually agreed by the Contractor and the
City.
4. Time and Materials Change Orders. The City may direct the Contractor to proceed
with the Additional Work with payment to be made on the basis of actual cost of
the labor and materials required to complete the Additional Work. If the Project is
federally funded, a time and materials Change Order shall only be issued after a
determination that no other Change Order is suitable and the Change Order shall
include a ceiling price that the Contractor exceeds at its own risk.
5. Federally Funded Projects. For any change in price to the Contract, general and
administrative expenses shall be negotiated and must conform to the cost
principles set forth under at 2 C.F.R. Part 200, subpart E, and profit shall be
negotiated as a separate element of the cost. To establish a fair and reasonable
profit, consideration must be given to the complexity of the Additional Work to be
performed, the risk borne by the Contractor, the Contractor's investment, the
amount of subcontracting, the quality of its record of past performance, and
industry profit rates in the surrounding geographical area for similar work.
6. Allowed Costs. Estimates for lump sum quotations and accounting for time-and-
material work shall be limited to direct expenditures necessitated specifically by
the change and shall be segregated as follows:
a. Labor. The costs of labor will be the actual cost for wages prevailing locally for
each craft or type of worker at the time the Additional Work is done, plus
employer payments of payroll taxes and insurance, health and welfare,
pension, vacation, apprenticeship funds, and other direct costs resulting from
federal, state or local laws, as well as assessment or benefits required by lawful
collective bargaining agreements. The use of a labor classification which
would increase the Additional Work cost will not be permitted unless the
Contractor establishes the necessity for such additional costs. Labor costs for
equipment operators and helpers shall be reported only when such costs are
not included in the invoice for equipment rental.
Packet Page. 840
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-77-00 72 00 – GENERAL CONDITIONS
b. Materials. The cost of materials reported shall be at the lowest current price at
which such materials are locally available in the quantities involved, plus sales
tax, freight and delivery. Materials costs shall be based upon supplier or
manufacturer’s invoice.
c. Tool and Equipment Use. Regardless of ownership, the rates to be used in
determining equipment use shall not exceed listed rates prevailing locally at
equipment rental agencies, or distributors, at the time the work is performed.
The Contractor shall furnish cost data supporting the establishment of the
rental rate. The rental rate to be applied for use of each items of equipment
shall be the rate resulting in the least total cost to the City for the total period
of use. The City shall the make the final determination as to an equitable rental
rate for the equipment. No payment will be made for the use of small tools,
which have a replacement value of $1,000 or less.
(i) The rental time to be paid for equipment shall be the time the equipment
is in productive operation on the Additional Work being performed.
Rental time will not be allowed while equipment is inoperative due to
breakdowns.
(ii) All equipment shall, in the opinion of the City, be in good working
condition and suitable for the purpose for which the equipment is to be
used. Equipment with no direct power unit shall be powered by a unit
of at least the minimum rating recommended by the manufacturer.
(iii) Before construction equipment is used on any Additional Work, the
Contractor shall plainly stencil or stamp an identifying number thereon
at a conspicuous location, and shall furnish to the City, in duplicate, a
description of the equipment and its identifying number.
(iv) When hourly rates are listed, any part of an hour less than 30 minutes
of operation shall be considered to be 1/2-hour of operation, and any
part of an hour greater than 30 minutes will be considered one hour of
operation. When daily rates are listed, any part of a day less than 4
hours operation shall be considered to be 1/2-day of operation.
d. Allowed Mark-up. The allowed mark-up for any and all overhead (including
supervision and home and field office costs) and profit on work added to the
Contract shall be determined in accordance with the following provisions:
(i) “Net Cost” is defined as the actual costs of labor, materials and tools
and equipment only, excluding overhead and profit. The costs of
applicable insurance and bond premium will be reimbursed to the
Contractor and Subcontractors at cost only, without mark-up.
Contractor shall provide the City with documentation of the costs,
including but not limited to payroll records, invoices, and such other
information as the City may reasonably request.
(ii) For Work performed by the Contractor’s forces the allowed mark-up
shall not exceed fifteen (15%) percent of labor costs, ten percent (10%)
Packet Page. 841
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-78-00 72 00 – GENERAL CONDITIONS
of material costs, and ten percent (10%) of the cost of tools and
equipment use.
(iii) For Work performed by a Subcontractor, the added cost for overhead
and profit shall not exceed fifteen percent (15%) of the Subcontractor’s
Net Cost of the Work to which the Contractor may add up to five percent
(5%) of the Subcontractor’s Net Cost.
(iv) For Work performed by a sub-subcontractor, the added cost for
overhead and profit shall not exceed fifteen percent (15%) of the sub-
subcontractor’s Net Cost for Work to which the Subcontractor and
Contractor may each add up to an additional five percent (5%) of the
Net Cost of the lower tier subcontractor.
(v) No additional mark-up will be allowed for lower tier subcontractors, and
in no case shall the added cost for overhead and profit payable by the
City exceed twenty-five percent (25%) of the Net Cost as defined
herein, of the party that performs the Work.
(vi) Calculation of the mark-up will be subject to the limitations above and
to calculation as further detailed in (b)(B)(5) above.
e. Documentation of Time-and-Material Costs.
(i) T&M Daily Sheets. Contractor must submit timesheets, materials
invoices, records of equipment hours, and records of rental equipment
hours to the City’s for an approval signature each day that Work is
performed on a time-and-material basis. The Engineer’s signature on
time sheets only serves as verification that the Work was performed
and is not indicative of the City’s agreement to Contractor’s entitlement
to the cost.
(ii) T&M Summary Sheet. Contractor shall submit a T&M Summary Sheet,
which shall include total actual costs, within five (5) Days following
completion of Additional Work on a time-and-material basis.
Contractor’s total actual cost shall be presented in a summary table in
an electronic spreadsheet file by labor, material, equipment, and any
other costs, along with documentation supporting the costs.
Contractor’s failure to submit the T&M Summary Sheet within five (5)
Days of completion of the Additional Work will result in Contractor’s
waiver for any reimbursement of any costs associated with the
Additional Work.
f. Excluded Costs. The following costs or any other home or field office overhead
costs, all of which are to be considered administrative costs covered by the
Contractor’s mark-up, shall not be allowed costs and shall not be included in
any lump sum proposals or time-and-materials invoices:
(i) Overhead Cost. Payroll costs and other compensation of Contractor’s
officers, executives, principals, general managers, engineers,
Packet Page. 842
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-79-00 72 00 – GENERAL CONDITIONS
architects, estimators, attorneys, auditors, accountants, purchasing
and contracting agents, timekeepers, clerks, and other personnel
employed by Contractor whether at the Site or in Contractor’s principal
office or any branch office, material yard, or shop for general
administration of the Work;
(ii) Office Expenses. Expenses of Contractor’s principal and branch
offices;
(iii) Capital Expenses. Any part of Contractor’s capital expenses, including
interest on Contractor’s capital employed for the Additional Work and
charges against Contractor for delinquent payments;
(iv) Negligence. Costs due to the negligence of Contractor or any
Subcontractor or Supplier, or anyone directly or indirectly employed by
any of them or for whose acts any of them may be liable, including
without limitation the correction of Defective Work, disposal of materials
or equipment wrongly supplied, and making good any damage to
property;
(v) Small Tools. Cost of small tools valued at less than $1,000 and that
remain the property of Contractor;
(vi) Administrative Costs. Costs associated with the preparation of Change
Orders (whether or not ultimately authorized), cost estimates, or the
preparation or filing of Claims;
(vii)Anticipated Lost Profits. Expenses of Contractor associated with
anticipated lost profits or lost revenues, lost income or earnings, lost
interest on earnings, or unpaid retention;
(viii) Home Office Overhead. Costs derived from the computation of a
“home office overhead” rate by application of the Eichleay, Allegheny,
burden fluctuation, or other similar methods;
(ix) Special Consultants and Attorneys. Costs of special consultants or
attorneys, whether or not in the direct employ of Contractor, employed
for services specifically related to the resolution of a Claim, dispute, or
other matter arising out of or relating to the performance of the
Additional Work.
(x) Other. Other overhead or general expense costs of any kind and the
cost of any item not specifically and expressly included in the Contract
Documents; including but not limited to: submittals, drawings, field
drawings, shop drawings, including submissions of drawings; field
inspection; general superintendence; computer services; reproduction
services; salaries of project engineer, superintendent, timekeeper,
storekeeper, and secretaries; janitorial services; small tools, incidentals
and consumables; temporary on-site facilities (offices, telephones, high
speed internet access, plumbing, electrical power, lighting; platforms,
Packet Page. 843
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-80-00 72 00 – GENERAL CONDITIONS
fencing, water); surveying; estimating; protection of work; handling and
disposal fees; final cleanup; other incidental work; related warranties;
insurance and bond premiums.
(xi) Compliance with Federal Cost Principles. If the Project is federally
funded, any costs that are not allowable, reasonable and allocable to
the Project, under generally accepted accounting principles and the
applicable federal requirements.
9.2 Procedure for Resolving Claims.
Contractor shall timely comply with any and all requirement of the Contract Documents pertaining
to notices and requests for changes to the Contract Time or Contract Price, including but not
limited to all requirements of Article 9.1, as a prerequisite to filing any claim governed by this
Article. The failure to timely submit a notice of delay or notice of change, or to timely request a
change to the time for completion or Contractor’s compensation, or to timely provide any other
notice or request required herein shall constitute a waiver of the right to further pursue the claim
under the Contract or at law.
A. Intent. Effective January 1, 1991, Section 20104 et seq., of the California Public
Contract Code prescribes a process utilizing informal conferences, non-binding
judicial supervised mediation, and judicial arbitration to resolve disputes on
construction claims of $375,000 or less. Effective January 1, 2017, Section 9204 of
the Public Contract Code prescribes a process for negotiation and mediation to
resolve disputes on construction claims. The intent of this Article is to implement
Sections 20104 et seq. and Section 9204 of the California Public Contract Code.
This Article shall be construed to be consistent with all applicable law, including but
not limited to these statutes.
B. Claims. For purposes of this Article, “Claim” means a separate demand by the
Contractor for:
1. An adjustment to the time for completion including, without limitation, for relief from
damages or penalties for delay assessed by the City;
2. Payment by the City of money or damages arising from Work done by or on behalf
of the Contractor pursuant to the Contract, payment for which is not otherwise
expressly provided or to which the Contractor is not otherwise entitled; or
3. An amount the payment of which is disputed by the City.
A “Claim” does not include any demand for payment for which the Contractor has
failed to provide notice, request a Change Order, or otherwise failed to follow any
procedures contained in the Contract Documents.
C. Filing Claims. Claims governed by this Article may not be filed unless and until the
Contractor completes any and all requirements of the Contract Documents
pertaining to notices and requests for changes to the Contract Time or Contract
Price, and Contractor’s request for a change has been denied in whole or in part.
Claims governed by this Article must be filed no later than thirty (30) Days after a
request for change has been denied in whole or in part or after any other event giving
Packet Page. 844
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-81-00 72 00 – GENERAL CONDITIONS
rise to the Claim. The Claim shall be submitted in writing to the City and shall include
on its first page the following words in 16 point capital font: “THIS IS A CLAIM.” The
Claim shall include the all information and documents necessary to substantiate the
Claim, including but not limited to those identified below. Nothing in this Article is
intended to extend the time limit or supersede notice requirements otherwise
provided by Contract Documents. Failure to follow such contractual requirements
shall bar any Claims or subsequent proceedings for compensation or payment
thereon.
D.Documentation. The Contractor shall submit all Claims in the following format:
1. Summary description of Claim including basis of entitlement, merit and amount of
time or money requested, with specific reference to the Contract Document
provisions pursuant to which the Claim is made
2. List of documents relating to Claim:
a. Specifications
b. Drawings
c. Clarifications (Requests for Information)
d. Schedules
e. Other
3. Chronology of events and correspondence
4. Narrative analysis of Claim merit
5. Analysis of Claim cost, including calculations and supporting documents
6. Time impact analysis in the form required by the Contract Documents or, if the
Contract Documents do not require a particular format, CPM format, if an
adjustment of the Contract Time is requested
E. City’s Response. Upon receipt of a Claim pursuant to this Article, the City shall
conduct a reasonable review of the Claim and, within a period not to exceed 45 Days,
shall provide the Contractor a written statement identifying what portion of the Claim
is disputed and what portion is undisputed. Any payment due on an undisputed
portion of the Claim will be processed and made within 60 Days after the City issues
its written statement.
1. If the City needs approval from its governing body to provide the Contractor a
written statement identifying the disputed portion and the undisputed portion of the
Claim, and the City’s governing body does not meet within the 45 Days or within
the mutually agreed to extension of time following receipt of a Claim sent by
registered mail or certified mail, return receipt requested, the City shall have up to
three (3) Days following the next duly publicly noticed meeting of the City’s
governing body after the 45-Day period, or extension, expires to provide the
Packet Page. 845
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-82-00 72 00 – GENERAL CONDITIONS
Contractor a written statement identifying the disputed portion and the undisputed
portion.
2. Within 30 Days of receipt of a Claim, the City may request in writing additional
documentation supporting the Claim or relating to defenses or Claims the City may
have against the Contractor. If additional information is thereafter required, it shall
be requested and provided pursuant to this subdivision, upon mutual agreement
of the City and the Contractor. The City’s written response to the Claim, as further
documented, shall be submitted to the Contractor within 30 Days (if the Claim is
less than $50,000, within 15 Days) after receipt of the further documentation, or
within a period of time no greater than that taken by the Contractor in producing
the additional information or requested documentation, whichever is greater.
F. Meet and Confer. If the Contractor disputes the City’s written response, or the City
fails to respond within the time prescribed, the Contractor may so notify the City, in
writing, either within 15 Days of receipt of the City’s response or within 15 Days of
the City’s failure to respond within the time prescribed, respectively, and demand in
writing an informal conference to meet and confer for settlement of the issues in
dispute. Upon receipt of a demand, the City shall schedule a meet and confer
conference within 30 Days for settlement of the dispute.
G. Mediation. Within 10 business days following the conclusion of the meet and confer
conference, if the Claim or any portion of the Claim remains in dispute, the City shall
provide the Contractor a written statement identifying the portion of the Claim that
remains in dispute and the portion that is undisputed. Any payment due on an
undisputed portion of the Claim shall be processed and made within 60 Days after
the City issues its written statement. Any disputed portion of the Claim, as identified
by the Contractor in writing, shall be submitted to nonbinding mediation, with the City
and the Contractor sharing the associated costs equally. The public entity and
Contractor shall mutually agree to a mediator within 10 business days after the
disputed portion of the Claim has been identified in writing, unless the parties agree
to select a mediator at a later time.
1. If the parties cannot agree upon a mediator, each party shall select a mediator and
those mediators shall select a qualified neutral third party to mediate with regard
to the disputed portion of the Claim. Each party shall bear the fees and costs
charged by its respective mediator in connection with the selection of the neutral
mediator.
2. For purposes of this Article, mediation includes any nonbinding process, including,
but not limited to, neutral evaluation or a dispute review board, in which an
independent third party or board assists the parties in dispute resolution through
negotiation or by issuance of an evaluation. Any mediation utilized shall conform
to the timeframes in this Article.
3. Unless otherwise agreed to by the City and the Contractor in writing, the mediation
conducted pursuant to this section shall excuse any further obligation under
Section 20104.4 to mediate after litigation has been commenced.
Packet Page. 846
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-83-00 72 00 – GENERAL CONDITIONS
4. The mediation shall be held no earlier than the date the Contractor completes the
Work or the date that the Contractor last performs Work, whichever is earlier. All
unresolved Claims shall be considered jointly in a single mediation, unless a new
unrelated Claim arises after mediation is completed.
H. Procedures After Mediation. If following the mediation, the Claim or any portion
remains in dispute, the Contractor must file a Claim pursuant to Chapter 1
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of
Part 3 of Division 3.6 of Title 1 of the Government Code prior to initiating litigation.
For purposes of those provisions, the running of the period of time within which a
Claim must be filed shall be tolled from the time the Contractor submits his or her
written Claim pursuant to subdivision (a) until the time the Claim is denied, including
any period of time utilized by the meet and confer conference.
I. Civil Actions. The following procedures are established for all civil actions filed to
resolve Claims of $375,000 or less:
1. Within 60 Days, but no earlier than 30 Days, following the filing or responsive
pleadings, the court shall submit the matter to non-binding mediation unless
waived by mutual stipulation of both parties or unless mediation was held prior to
commencement of the action in accordance with Public Contract Code section
9204 and the terms of this Contract. The mediation process shall provide for the
selection within 15 Days by both parties of a disinterested third person as mediator,
shall be commenced within 30 Days of the submittal, and shall be concluded within
15 Days from the commencement of the mediation unless a time requirement is
extended upon a good cause showing to the court.
2. If the matter remains in dispute, the case shall be submitted to judicial arbitration
pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of
the Code of Civil Procedure, notwithstanding Section 1114.11 of that code. The
Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter
3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding
brought under this subdivision consistent with the rules pertaining to judicial
arbitration. In addition to Chapter 2.5 (commencing with Section 1141.10) of Title
3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be
experienced in construction law, and (B) any party appealing an arbitration award
who does not obtain a more favorable judgment shall, in addition to payment of
costs and fees under that chapter, also pay the attorney’s fees on appeal of the
other party.
J. Government Code Claim Procedures.
1. This Article does not apply to tort claims and nothing in this Article is intended nor
shall be construed to change the time periods for filing tort claims or actions
specified by Chapter 1 (commending with Section 900) and Chapter 2
(commencing with Section 910) of Part 3 of Division 3.5 of Title 1 of the
Government Code.
2. In addition to any and all requirements of the Contract Documents pertaining to
notices of and requests for adjustment to the Contract Time, Contract Price, or
Packet Page. 847
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-84-00 72 00 – GENERAL CONDITIONS
compensation or payment for Additional Work, disputed Work, construction claims
and/or changed conditions, the Contractor must comply with the claim procedures
set forth in Government Code Section 900, et seq. prior to filing any lawsuit against
the City.
3. Such Government Code claims and any subsequent lawsuit based upon the
Government Code claims shall be limited to those matters that remain unresolved
after all procedures pertaining to adjustment of the Contract Time or Contract Price
for Additional Work, disputed Work, construction claims, and/or changed
conditions have been followed by Contractor. If Contractor does not comply with
the Government Code claim procedure or the prerequisite contractual
requirements, Contractor may not file any action against the City.
4.A Government Code claim must be filed no earlier than the date the Work is
completed or the date the Contractor last performs Work on the Project,
whichever occurs first. A Government Code claim shall be inclusive of all
unresolved Claims known to Contractor or that should reasonably by known
to Contractor excepting only new unrelated Claims that arise after the
Government Code claim is submitted.
K. Non-Waiver. The City’s failure to respond to a Claim from the Contractor within the
time periods described in this Article or to otherwise meet the time requirements of
this Article shall result in the Claim being deemed rejected in its entirety, and shall
not constitute a waiver of any rights under this Article.
ARTICLE 10 - MEASUREMENT; PAYMENT
10.1 Cost Breakdown.
A. Lump Sum Work.
1. Contractor shall furnish on forms approved by the City within ten (10) Days of the
Notice to Proceed, a schedule of values allocating the entire Contract Price to the
various portions of the Work and prepared in such a form and supported by such
data to substantiate its accuracy as the Engineer may require. This schedule of
values, unless objected to by the Engineer, shall be used as a basis for reviewing
the Contractor’s applications for payment. Contractor shall submit the schedule of
values prior to submitting its first application for payment, and the City will not issue
any payment until it receives and approves the schedule of values.
B. Unit Price Work.
1. Where the Contract Documents provide that all or part of the Work is to be Unit
Price Work, initially the Contract Price will be deemed to include for all Unit Price
Work an amount equal to the sum of the unit price for each separately identified
item of Unit Price Work multiplied by the estimated quantity of each item as
indicated in the Contract. The estimated quantities of items of Unit Price Work are
not guaranteed and are solely for the purpose of comparison of Bids and
determining an initial Contract Price. Each unit price will be deemed to include an
Packet Page. 848
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-85-00 72 00 – GENERAL CONDITIONS
amount considered by Contractor to be adequate to cover Contractor’s overhead
and or profit for each separately identified item.
2. Unless otherwise specified, payment will be based on the actual quantities of Work
as verified and approved by the Engineer, based on the price per unit as set forth
in the Bid.
3. The City or Contractor may initiate a Change Order or Change Order Request to
adjust the Contract Price in accordance with Contractor Documents based on
actual quantities of Unit Price Work. The City or Contractor may make a claim for
an adjustment in the Unit Price in accordance with the Contract Documents if:
a. the quantity of any item of Unit Price Work performed by Contractor
differs by twenty-five percent (25%) or more from the estimated quantity of
such item indicated in the Contract; and
b. there is no corresponding adjustment with respect to any other item
of Work; and
c. Contractor believes that Contractor is entitled to an increase in unit
price as a result of having incurred additional expense or the City believes
that the City is entitled to a decrease in unit price and the parties are unable
to agree as to the amount of any such increase or decrease.
10.2 Progress Estimates and Payment.
A. By the tenth (10th) Day of the following calendar month, Contractor shall submit to
Engineer a payment request which shall set forth in detail the value of the Work done
for the period beginning with the date Work was first commenced and ending on the
end of the calendar month for which the payment request is prepared. Contractor
shall include an adjusted list of actual quantities, verified by the Engineer, for unit
price items listed, if any, in the Bid. Contractor shall include any amount earned for
authorized Additional Work. Contractor shall certify under penalty of perjury, that all
cost breakdowns and periodic estimates accurately reflect the Work on the Project.
B. From the total thus computed, a deduction shall be made in the amount of five
percent (5%) for retention, except where the City has adopted a finding that the Work
done under the Contract is substantially complex, and then the amount withheld as
retention shall be the percentage specified in the Notice Inviting Bids. From the
remainder a further deduction may be made in accordance with Section C below.
The amount computed, less the amount withheld for retention and any amounts
withheld as set forth below, shall be the amount of the Contractor’s payment request.
C. The City may withhold a sufficient amount or amounts of any payment or payments
otherwise due to Contractor, as in its judgment may be necessary to cover:
1. Payments which may be past due and payable for just claims against Contractor
or any Subcontractors for labor or materials furnished in and about the
performance of work on the Project under this Contract.
2. Defective work not remedied.
Packet Page. 849
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-86-00 72 00 – GENERAL CONDITIONS
3. Failure of Contractor to make proper payments to his Subcontractor or for material
or labor.
4. Completion of the Contract if there is a reasonable doubt that the Work can be
completed for balance then unpaid.
5. Damage to another contractor or a third party.
6. Amounts which may be due the Count for claims against Contractor.
7. Failure of Contractor to keep the Record Drawings up to date.
8. Failure to provide update on construction schedule as required herein.
9. Site cleanup.
10. Failure to comply with Contract Documents.
11. Liquidated damages.
12. Legally permitted penalties.
D. The City may apply such withheld amount or amounts to payment of such claims or
obligations at its discretion with the exception of subsections (C)(1), (3), and (5) of
this Article, which must be retained or applied in accordance with applicable law. In
so doing, the City shall be deemed the agent of Contractor and any payment so
made by the City shall be considered as a payment made under contract by the City
to Contractor and the City shall not be liable to Contractor for such payments made
in good faith. Such payments may be made without prior judicial determination of
claim or obligations. The City will render Contractor a proper accounting of such
funds disbursed on behalf of Contractor.
E. Upon receipt, the Engineer shall review the payment request to determine whether
it is undisputed and suitable for payment. If the payment request is determined to
be unsuitable for payment, it shall be returned to Contractor as soon as practicable
but not later than seven (7) Days after receipt, accompanied by a document setting
forth in writing the reasons why the payment request is not proper. The City shall
make the progress payment within 30 Days after the receipt of an undisputed and
properly submitted payment request from Contractor, provided that a release of liens
and claims has been received from the Contractor pursuant to Civil Code section
8132. The number of days available to the City to make a payment without incurring
interest pursuant to this paragraph shall be reduced by the number of Days by which
the Engineer exceeds the seven (7) Day requirement.
F. A payment request shall be considered properly executed if funds are available for
payment of the payment request and payment is not delayed due to an audit inquiry
by the financial officer of the City.
G. The City shall have the right to adjust any estimate of quantity and to subsequently
correct any error made in any estimate for payment.
Packet Page. 850
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-87-00 72 00 – GENERAL CONDITIONS
10.3 Final Acceptance and Payment
A. Following the City’s acceptance of the Work, the Contractor shall submit to the City
a written statement of the final quantities of unit price items for inclusion in the final
payment request. The City shall have the right to adjust any estimate of quantity
and to correct any error made in any estimate for payment.
B. When the Work has been accepted there shall be paid to Contractor a sum equal to
the Contract Price less any amounts previously paid Contractor and less any
amounts withheld by the City from Contractor under the terms of the Contract. The
final five percent (5%), or the percentage specified in the Notice Inviting Bids where
the City has adopted a finding of substantially complete, shall not become due and
payable until as required by Public Contract Code section 7107. If the Contractor
has placed securities with the City as described herein, the Contractor shall be paid
a sum equal to one hundred percent (100%) of the Contract Price less any amounts
due the City under the terms of the Contract.
C. Unless Contractor advises the City in writing prior to acceptance of the final five
percent (5%) or the percentage specified in the Notice Inviting Bids where the City
has adopted a finding of completion, or the return of securities held as described
herein, said acceptance shall operate as a release to the City of all claims and all
liability to Contractor for all things done or furnished in connection with this Work and
for every act of negligence of the City and for all other claims relating to or arising
out of this Work. If Contractor advises the City in writing prior to acceptance of final
payment or return of the securities that there is a dispute regarding the amount due
the Contractor, the City may pay the undisputed amount contingent upon the
Contractor furnishing a release of all undisputed claims against the City with the
disputed claims in stated amounts being specifically excluded by Contractor from the
operation of the release. No payments, however, final or otherwise, shall operate to
release Contractor or its sureties from the Faithful Performance Bond, Labor and
Material Payment Bond, or from any other obligation under this Contract.
D. In case of suspension of the Contract any unpaid balance shall be and become the
sole and absolute property of the City to the extent necessary to repay the City any
excess in the cost of the Work above the Contract Price.
E. Final payment shall be made no later than 60 Days after the date of acceptance of
the Work by the City or the date of occupation, beneficial use and enjoyment of the
Work by the City including any operation only for testing, start-up or commissioning
accompanied by cessation of labor on the Work, provided that a release of liens and
claims has been received from the Contractor pursuant to Civil Code section 8136.
In the event of a dispute between the City and the Contractor, the City may withhold
from the final payment an amount not to exceed 150% of the disputed amount.
F. Within ten (10) Days from the time that all or any portion of the retention proceeds
are received by Contractor, Contractor shall pay each of its Subcontractors from
whom retention has been withheld each Subcontractor’s share of the retention
received. However, if a retention payment received by Contractor is specifically
designated for a particular Subcontractor, payment of the retention shall be made to
Packet Page. 851
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-88-00 72 00 – GENERAL CONDITIONS
the designated Subcontractor if the payment is consistent with the terms of the
subcontract.
ARTICLE 11 - MISCELLANEOUS
11.1 Patents.
A. Contractor shall hold and save the City, officials, officers, employees, and authorized
volunteers harmless from liability of any nature or kind of claim therefrom including
costs and expenses for or on account of any patented or unpatented invention,
article or appliance manufactured, furnished or used by Contractor in the
performance of this Contract.
11.2 Document Retention & Examination
A. In accordance with Government Code section 8546.7, records of both the City and
the Contractor shall be subject to examination and audit by the State Auditor General
for a period of three (3) years after final payment.
B. Contractor shall make available to the City any of the Contractor’s other documents
related to the Project immediately upon request of the City.
C. In addition to the State Auditor rights above, the City shall have the right to examine
and audit all books, estimates, records, contracts, documents, bid documents,
subcontracts, and other data of the Contractor (including computations and
projections) related to negotiating, pricing, or performing the modification in order to
evaluate the accuracy and completeness of the cost or pricing data at no additional
cost to the City, for a period of four (4) years after final payment.
11.3 Notice.
A. All notices shall be in writing and either served by personal delivery or mailed to the
other party. Written notice to the Contractor shall be addressed to Contractor’s
principal place of business unless Contractor designates another address in writing
for service of notice. Notice to the City shall be addressed to the City as designated
in the Notice Inviting Bids unless the City designates another address in writing for
service of notice. Notice shall be effective upon receipt or five (5) Days after being
sent by first class mail, whichever is earlier. Notice given by facsimile shall not be
effective unless acknowledged in writing by the receiving party.
11.4 Notice of Third-Party Claims
A. Pursuant to Public Contract Code section 9201, the City shall provide the Contractor
with timely notification of the receipt of any third-party claims relating to the Contract.
The City is entitled to recover reasonable costs incurred in providing such
notification.
11.5 State License Board Notice
A. Contractors are required by law to be licensed and regulated by the Contractors’
State License Board which has jurisdiction to investigate complaints against
Packet Page. 852
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-89-00 72 00 – GENERAL CONDITIONS
contractors if a complaint regarding a patent act or omission is filed within four (4)
years of the date of the alleged violation. A complaint regarding a latent act or
omission pertaining to structural defects must be filed within ten (10) years of the
date of the alleged violation. Any questions concerning a contractor may be referred
to the Registrar, Contractors’ State License Board, P.O. Box 26000, Sacramento,
California 95826.
11.6 Assignment of Contract
A. Contractor shall not assign, transfer, convey, sublet, or otherwise dispose of the
rights or title of interest of any or all of this contract without the prior written consent
of the City. Any assignment or change of Contractor’s name of legal entity without
the written consent of the City shall be void. Any assignment of money due or to
become due under this Contract shall be subject to a prior lien for services rendered
or material supplied for performance of Work called for under the Contract
Documents in favor of all persons, firms, or corporations rendering such services or
supplying such materials to the extent that claims are filed pursuant to the Civil Code,
the Code of Civil Procedure or the Government Code.
11.7 Change In Name And Nature Of Contractor’s Legal Entity.
A. Should a change be contemplated in the name or nature of the Contractor’s legal
entity, the Contractor shall first notify the City in order that proper steps may be taken
to have the change reflected on the Contract and all related documents. No change
of Contractor’s name or nature will affect the City’s rights under the Contract,
including but not limited to the bonds.
11.8 Prohibited Interests
A. No City official or representative who is authorized in such capacity and on behalf of
City to negotiate, supervise, make, accept, or approve, or to take part in negotiating,
supervising, making, accepting, or approving any engineering, inspection,
construction or material supply contract or any subcontract in connection with
construction of the project, shall be or become directly or indirectly interested
financially in the Contract.
11.9 Controlling Law
A. Notwithstanding any subcontract or other contract with any subcontractor, supplier,
or other person or organization performing any part of the Work, this Contract shall
be governed by the law of the State of California excluding any choice of law
provisions.
11.10 Jurisdiction; Venue
A. Contractor and any subcontractor, supplier, or other person or organization
performing any part of the Work agrees that any action or suits at law or in equity
arising out of or related to the bidding, award, or performance of the Work shall be
maintained in the Superior Court of San Bernardino County, California, and
expressly consent to the jurisdiction of said court, regardless of residence or
domicile, and agree that said court shall be a proper venue for any such action.
Packet Page. 853
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-90-00 72 00 – GENERAL CONDITIONS
11.11 Cumulative Remedies.
A. The duties and obligations imposed by these General Conditions and the rights and
remedies available hereunder to the parties hereto are in addition to and are not to
be construed in any way as a limitation of, any rights and remedies available to any
or all of them which are otherwise imposed or available by Applicable Laws, by
special warranty or guarantee, or by other provisions of the Contract Documents.
The provisions of this Article will be as effective as if repeated specifically in the
Contract Documents in connection with each particular duty, obligation, right, and
remedy to which they apply.
11.12 Survival of Obligations.
A. All representations, indemnifications, warranties, and guarantees made in, required
by, or given in accordance with the Contract Documents, as well as all continuing
obligations indicated in the Contract Documents, will survive final payment,
completion, and acceptance of the Work or termination or completion of the Contract
or termination of the services of Contractor.
11.13 Headings.
A. Article and paragraph headings are inserted for convenience only and do not
constitute parts of these General Conditions.
11.14 Assignment of Antitrust Actions
A. In accordance with §7103.5(b) of the California Public Contract Code, Contractor
and Subcontractors must conform to the following requirements:
1. In entering into a public works contract or a subcontract to supply goods, services,
or materials pursuant to a public works contract, Contractor or Subcontractor offer
and agree to assign to the awarding body all rights, title, and interest in and to all
causes of action it may have under §4 of the Clayton Act (15 U.S.C. Sec. 15) or
under the Cartwright Act (Chapter 2 (commencing with §16700) of Part 2 of
Division 7 of the Business and Professions Code) arising from purchases of goods,
services, or materials pursuant to the public works contract or the subcontract.
2. This assignment must be made and become effective at the time the awarding
body tenders to Contractor, without further acknowledgment by the parties.
11.15 All Legal Provisions Included
A. Contractor shall give all notices and comply with all federal, state, and local laws,
ordinances, rules and regulations bearing on conduct of work as indicated and
specified by their terms. References to specific laws, rules or regulations in this
Contract are for reference purposes only and shall not limit or affect the applicability
of provisions not specifically mentioned. If Contractor observes that drawings and
specifications are at variance therewith, he shall promptly notify City in writing and
any necessary changes shall be adjusted as provided for in this Contract for changes
in Work. If Contractor performs any Work knowing it to be contrary to such laws,
Packet Page. 854
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
-91-00 72 00 – GENERAL CONDITIONS
ordinances, rules and regulations, and without such notice to City, he shall bear all
costs arising therefrom.
B. Contractor shall be responsible for familiarity with the Americans with Disabilities Act
(“ADA”) (42 U.S.C. § 12101 et seq.). The Work will be performed in compliance with
ADA laws, rules, and regulations. Contractor shall comply with the Historic Building
Code, including, but not limited to, as it relates to the ADA, whenever applicable.
C. Contractor acknowledges and understands that pursuant to Public Contract Code
section 20676, sellers of "mined material" must be on an approved list of sellers
published pursuant to Public Resources Code section 2717(b) in order to supply
mined material for this Contract.
D. No City official or representative who is authorized in such capacity and on behalf of
City to negotiate, supervise, make, accept, or approve, or to take part in negotiating,
supervising, making, accepting, or approving any engineering, inspection,
construction or material supply contract or any subcontract in connection with
construction of the Work, shall be or become directly or indirectly interested
financially in the Contract.
E. All provisions of law required to be inserted in the Contract or Contract Documents
pursuant to any Applicable Laws shall be and are inserted herein. If through mistake,
neglect, oversight, or otherwise, any such provision is not herein inserted or inserted
in improper form, upon the application of either party, the Contract or Contract
Documents shall be changed by City, at no increase in Contract Price or extension
in Contract Times, so as to strictly comply with the Applicable Laws and without
prejudice to the rights of either party hereunder.
Packet Page. 855
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
92 00 73 13 – SPECIAL CONDITIONS
00 73 13 – SPECIAL CONDITIONS
NOT USED.
END OF SPECIAL CONDITIONS
Packet Page. 856
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
93 PLANS, DRAWINGS, AND SPECIFICATIONS
PROJECT PLANS, DRAWINGS, AND SPECIFICATIONS
The following documents are incorporated herein by reference as if set forth in their entirety.
1. Del Rosa Channel Cros Street Bridge Replacement
2. Technical Special Provisions (Civil) for Construction on Cross Street Bridge Replacement
@ Del Rosa Channel (Phase 1) and Fairfax Elementary School Playground Restoration
(Phase 2)
Packet Page. 857
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
94 APPENDICIES
APPENDICIES
Packet Page. 858
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
95 APPENDICIES
APPENDIX A – PROJECT LOCATION
Packet Page. 859
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
96 APPENDICIES
APPENDIX B – STANDARD DRAWINGS
The following documents are incorporated herein by reference as if set forth in their entirety.
1. CoSB Standard DWG
2. Standard Block Wall
Packet Page. 860
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
97 APPENDICIES
APPENDIX C – CITY OF SAN BERNARDINO BUSINESS LICENSE FORM
Packet Page. 861
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
98 APPENDICIES
APPENDIX D – AS BUILT PLANS
The following documents are incorporated herein by reference as if set forth in their entirety.
1. Fairfax ES Gate, Fence
2. Fairfax ES – Irrigation
3. Fairfax ES Electrical 100578 1999
4. Fairfax ES Utilities
5. Street Imp 17th, Cross, Fairfax
6. Street Imp Conejo, Cross
Packet Page. 862
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
99 APPENDICIES
APPENDIX E – ADD ALT LOCATION MAP
STREET REHAB AND REMOVAL OF TEMP ROAD
Packet Page. 863
CROSS STREET BRIDGE
AND FAIRFAX PLAYGROUND RESTORATION
100 APPENDICIES
APPENDIX F – SCHOOL CALENDAR
Packet Page. 864
Quantity Unit Unit Price Total Price Unit Price Total Price
1 4" THICK AGGREGATE BASE CY 28 580.00$ 16,240.00$ 835.00$ 23,380.00$
2 4" THICK ASPHALT PAVEMENT TON 57 490.00$ 27,930.00$ 405.00$ 23,085.00$
3 6' HIGH CHAIN LINK FENCE L.F.4 1,700.00$ 6,800.00$ 2,000.00$ 8,000.00$
4 4' WIDE CHAIN LINK GATE EA.1 6,250.00$ 6,250.00$ 6,000.00$ 6,000.00$
5 REINFORCED CONCRETE DROP MAINTENANCE HOLE E.A.1 15,000.00$ 15,000.00$ 40,000.00$ 40,000.00$
6 8" VCP SEWER LINE L.F.13 850.00$ 11,050.00$ 2,000.00$ 26,000.00$
7 14" STEEL PIPE ENCASEMENT AS REQUIRED BY THE SBMWD L.F.5 1,760.00$ 8,800.00$ 3,000.00$ 15,000.00$
8 12" CONCRETE ENCASEMENT AS REQUIRED BY THE SBMWD LF 2 1,600.00$ 3,200.00$ 1,000.00$ 2,000.00$
9 MINOR CONCRETE SIDEWALK CY 7 1,350.00$ 9,450.00$ 1,200.00$ 8,400.00$
10 ROLLED CURB (AC EDGE CONDITION)CY 3 2,425.00$ 7,275.00$ 1,300.00$ 3,900.00$
11 MINOR CONCRETE (CURB AND GUTTER)CY 6 1,850.00$ 11,100.00$ 2,000.00$ 12,000.00$
12 REINFORCED CONCRETE RETAINING WALL S.F.234 182.50$ 42,705.00$ 215.00$ 50,310.00$
13 8" C151 CML D.I.P. CLASS 350 L.F.121 838.00$ 101,398.00$ 505.00$ 61,105.00$
14 8" C151 CML D.I.P.CLASS 350 ENCASED IN 16 IN PIPE PER SBMWD DETAIL W 6.17 L.F.60 887.00$ 53,220.00$ 755.00$ 45,300.00$
15 45 DEGREE D.I. ELL M.J.EA.6 1,720.00$ 10,320.00$ 1,225.00$ 7,350.00$
16 8" FORCE-BALANCED FLEXIBLE EXPANSION JOINT EA.2 3,772.00$ 7,544.00$ 15,000.00$ 30,000.00$
17 TEMPORARY CHLORINATION AND FLUSHING PORT EA.2 9,690.00$ 19,380.00$ 6,000.00$ 12,000.00$
18 2" AIR RELEASE /VACUUM VALVE EA.1 3,985.00$ 3,985.00$ 13,000.00$ 13,000.00$
19 ROADSIDE SIGN - ONE POST EA.2 1,335.00$ 2,670.00$ 1,200.00$ 2,400.00$
20 ROADWAY EXCAVATION CY 0.5 800.00$ 400.00$ 8,000.00$ 4,000.00$
21 LOCAL BORROW CY 74 138.00$ 10,212.00$ 800.00$ 59,200.00$
22 REMOVE ASPHALT PAVEMENT S.F.2,549 6.00$ 15,294.00$ 3.00$ 7,647.00$
23 REMOVE METAL FENCE L.F.10 75.00$ 750.00$ 145.00$ 1,450.00$
24 REMOVE 8" SANITARY SEWER L.F.11 295.00$ 3,245.00$ 175.00$ 1,925.00$
25 REMOVE CHAIN LINK FENCE L.F.21 50.00$ 1,050.00$ 145.00$ 3,045.00$
26 REMOVE SEWER MANHOLE EA 1 5,000.00$ 5,000.00$ 6,700.00$ 6,700.00$
27 REMOVE 8" D.I.P WATER LINE L.F.81 105.00$ 8,505.00$ 115.00$ 9,315.00$
28 ASPHALT CONCRETE DIKE L.F.35 165.00$ 5,775.00$ 150.00$ 5,250.00$
29 CLEAR AND GRUB LANDSCAPING S.F.1,437 4.00$ 5,748.00$ 15.00$ 21,555.00$
30 TEMPORARY TRAFFIC CONTROL LS 1 13,600.00$ 13,600.00$ 40,000.00$ 40,000.00$
31 EROSION CONTROL LS 1 35,320.00$ 35,320.00$ 35,000.00$ 35,000.00$
32 STRUCTURE EXCAVATION (BRIDGE)CY 846 540.00$ 456,840.00$ 650.00$ 549,900.00$
33 STRUCTURE BACKFILL (BRIDGE)CY 204 199.25$ 40,647.00$ 750.00$ 153,000.00$
34 LIGHTWEIGHT FILL (EXPANDED POLYSTYRENE BLOCK)CY 415 275.00$ 114,125.00$ 540.00$ 224,100.00$
35 GASOLINE RESISTANT GEOMEMBRANE SY 152 88.00$ 13,376.00$ 55.00$ 8,360.00$
36 36" CAST-IN-DRILLED-HOLE CONCRETE PILING LF 172 837.00$ 143,964.00$ 1,200.00$ 206,400.00$
37 STRUCTURAL CONCRETE, BRIDGE FOOTING CY 124 2,520.00$ 312,480.00$ 3,620.00$ 448,880.00$
38 STRUCTURAL CONCRETE, APPROACH SLAB (TYPE EQ)CY 25 1,620.00$ 40,500.00$ 2,500.00$ 62,500.00$
39 FURNISH PRECAST PRESTRESSED CONCRETE SLAB (TYPE SIII)SF 1280 143.50$ 183,680.00$ 110.00$ 140,800.00$
40 ERECT PRECAST PRESTRESSED CONCRETE DECK UNIT EA 8 3,200.00$ 25,600.00$ 8,200.00$ 65,600.00$
41 JOINT SEAL (TYPE A MR)LF 70 97.00$ 6,790.00$ 200.00$ 14,000.00$
42 BAR REINFORCING STEEL (BRIDGE)LB 23400 2.72$ 63,648.00$ 3.00$ 70,200.00$
43 FURNISH POLYESTER CONCRETE OVERLAY CF 120 143.75$ 17,250.00$ 275.00$ 33,000.00$
44 PLACE POLYESTER CONCRETE OVERLAY SF 960 142.50$ 136,800.00$ 35.00$ 33,600.00$
45 BRIDGE REMOVAL LS 1 59,000.00$ 59,000.00$ 80,000.00$ 80,000.00$
46 MISCELLANEOUS METAL (TIE ROD)LB 1300 11.50$ 14,950.00$ 5.00$ 6,500.00$
47 CHAIN LINK RAILING TYPE 7 LF 200 332.00$ 66,400.00$ 265.00$ 53,000.00$
48 CONCRETE BARRIER (TYPE 732SW MODIFIED)LF 60 925.00$ 55,500.00$ 700.00$ 42,000.00$
49 CONCRETE BARRIER (TYPE 836)LF 60 807.00$ 48,420.00$ 700.00$ 42,000.00$
50 PRESTRESSING (TRANSVERSE TIE ROD)LS 1 21,200.00$ 21,200.00$ 30,000.00$ 30,000.00$
51 MOBILIZATION LS 1 149,600.00$ 149,600.00$ 590,000.00$ 590,000.00$
2,439,986.00$ 3,438,157.00$
BID TABULATION
BID SCHEDULE 1
Total BASE BID (BID ITEMS # 1-51)
1. BID TABULATION
PROJECT NAME: CROSS STREET BRIDGE REPLACEMENT AND FAIRFAX ELEMENTARY SCHOOL PLAYGROUND RESTORATION
PROJECT NO: SS 23-020 RFQ F-24-4003
Bid Item and Description
Jilk Heavy Construction Inc.
Brea, CA
Riverside Construction Company
Inc.
Riverside, CA
S:\ENGINEERING\RFCA's\2024 All\7.3.24\Cross Street Bridge\Cross Street Bridge. BID ANALYSISBID TABULATION 1 of 2
Packet Page. 865
Quantity Unit Unit Price Total Price Unit Price Total Price
BID TABULATION
1. BID TABULATION
PROJECT NAME: CROSS STREET BRIDGE REPLACEMENT AND FAIRFAX ELEMENTARY SCHOOL PLAYGROUND RESTORATION
PROJECT NO: SS 23-020 RFQ F-24-4003
Bid Item and Description
Jilk Heavy Construction Inc.
Brea, CA
Riverside Construction Company
Inc.
Riverside, CA
1 Mobilization LS 1 8,500.00$ 8,500.00$ 15,000.00$ 15,000.00$
2 Traffic Control LS 1 17,000.00$ 17,000.00$ 8,000.00$ 8,000.00$
3 Stormwater pollution prevention and NPDES compliance LS 1 15,200.00$ 15,200.00$ 2,500.00$ 2,500.00$
4 Remove and dispose of 3”/4” base Temp Asphalt Concrete section without damaging the AC below the Temp AC.SF 9856 7.25$ 71,456.00$ 4.50$ 44,352.00$
5 Remove, Salvage and Re-install Chain-link single gate and install second gate to be provided by the SBCUSD and per plans LS 2 4,165.00$ 8,330.00$ 7,500.00$ 15,000.00$
6 Hydroseed per limits provided and protect existing irrigation.SF 58714 0.25$ 14,678.50$ 0.25$ 14,678.50$
7 Remove existing temporary K-Rail, fence, and TS- 11 Barrels. Contractor to call Onix to pick up and pay for additional 6 months of rental need to check with Onyx LS 1 30,700.00$ 30,700.00$ 60,000.00$ 60,000.00$
8 Remove and Salvage solar Street Lights re- install per exhibit or per engineers’ direction.EA 3 2,475.00$ 7,425.00$ 20,000.00$ 60,000.00$
9 Install 6-foot chain-link fence per details provided.LF 20 464.00$ 9,280.00$ 250.00$ 5,000.00$
10 Install 6-FT, 20 wide Drive Gates details provided. One gate will be provided by the SBCUSD EA 2 12,600.00$ 25,200.00$ 6,500.00$ 13,000.00$
11 Install 6-foot masonry wall with mortar cap per detail included. Match existing block, foundation, and color.LF 32 1,015.00$ 32,480.00$ 650.00$ 20,800.00$
12 Install blue dot at FH SBMWD std. W6.3 (17th street)EA 1 115.00$ 115.00$ 100.00$ 100.00$
13 Apply Seal Coat to existing AC per limits on the plans.SF 60,540 0.55$ 33,297.00$ 0.35$ 21,189.00$
14 Relocate Existing fence per details provide and per plan LF 67 310.00$ 20,770.00$ 400.00$ 26,800.00$
15 Re-stripe playground in kind LF 2000 6.50$ 13,000.00$ 8.00$ 16,000.00$
307,431.50$ 322,419.50$
Jilk Heavy
Construction Inc.
Riverside Construction
Company Inc.
$2,747,417.50 $3,760,576.50
$2,747,417.50 $3,760,576.50
$0.00 $0.00
A1.1 MOBILIZATION LS 1 9,000.00$ 9,000.00$ 15,000.00$ 15,000.00$
A1.2 Traffic Control LS 1 9,500.00$ 9,500.00$ 5,000.00$ 5,000.00$
A1.3 COLD MILL 1.5” AND CONSTRUCT 1.5” AC OVERLAY UNIFORM DEPTH EXISTING AC – FULL STREET WIDTH on Cross street SF 8000 6.35$ 50,800.00$ 6.00$ 48,000.00$
A1.4 Construct concrete gutter. remove existing AC as needed and construct cross gutter.SF 72 284.00$ 20,448.00$ 100.00$ 7,200.00$
89,748.00$ 75,200.00$
A2.1 Mobilization LS 1 9,000.00$ 9,000.00$ 15,000.00$ 15,000.00$
A2.2 Traffic Control LS 1 9,500.00$ 9,500.00$ 5,000.00$ 5,000.00$
A2.3 COLD MILL 1.5” AND CONSTRUCT 1.5” AC OVERLAY UNIFORM DEPTH EXISTING AC – FULL STREET WIDTH on N Fairfax Dr.SF 15624 5.75$ 89,838.00$ 6.00$ 93,744.00$
108,338.00$ 113,744.00$
$198,086.00 $188,944.00
$2,945,503.50 $3,949,520.50
BID RANKING
TOTAL BID AMOUNT INDICATED BY BIDDER
BID SCHEDULE 2
Total BASE BID (BID ITEMS # 1-15)
TOTAL ADDITIVE ALTERNATE #1
CALCULATION CORRECTIONS TO BID AMOUNT SUBMITTED BY CONTRACTOR BASED ON CALCULATED BID AMOUNT
ADDITIVE ALTERNATE #1 & #2 TOTAL
BASE BID + ADDITIVE ALTERNATVE #1 & #2 TOTAL
TOTAL ADDITIVE ALTERNATE #2
ADDITIVE ALTERNATE #2
ADDITIVE ALTERNATE #1
TOTAL BID AMOUNT CALCULATED BASED ON UNIT PRICES
S:\ENGINEERING\RFCA's\2024 All\7.3.24\Cross Street Bridge\Cross Street Bridge. BID ANALYSISBID TABULATION 2 of 2
Packet Page. 866
Packet Page. 867
Packet Page. 868
Packet Page. 869
Packet Page. 870
Packet Page. 871
Packet Page. 872
Packet Page. 873
Packet Page. 874
Packet Page. 875
Packet Page. 876
Packet Page. 877
Packet Page. 878
Packet Page. 879
Packet Page. 880
Packet Page. 881
Packet Page. 882
Packet Page. 883
Packet Page. 884
Packet Page. 885
Packet Page. 886
Packet Page. 887
Packet Page. 888
Packet Page. 889
Packet Page. 890
Packet Page. 891
Packet Page. 892
Packet Page. 893
Packet Page. 894
Packet Page. 895
Packet Page. 896
Packet Page. 897
Packet Page. 898
Packet Page. 899
Packet Page. 900
Packet Page. 901
Packet Page. 902
Packet Page. 903
Packet Page. 904
Packet Page. 905
Packet Page. 906
Packet Page. 907
Packet Page. 908
Packet Page. 909
Packet Page. 910
Packet Page. 911
Packet Page. 912
Packet Page. 913
Packet Page. 914
Packet Page. 915
Packet Page. 916
Packet Page. 917
Attachment 5
Location Map
800 ft
N
Cross Street Bridge
Restora�on Area
Packet Page. 918
2
0
2
2
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Rochelle Clayton, Acting City Manager;
Lynn Merrill, Director of Public Works, Operations and
Maintenance
Department:Public Works
Subject:Award of Agreement for Construction of Speicher
Park- East Side Skate Park (Ward 2)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California adopt Resolution 2024-149:
1. Approving the award of an Agreement with Grindline Skate Parks, Inc. in the
amount of $1,031,932.88 for Speicher Park- East Side Skate Park (Project);
and
2. Authorizing the construction contingencies, construction management, and
administrative costs in the total amount of $155,847.12 for construction of
the Project; and
3. Authorizing the Director of Finance and Management Services to amend the
FY 2024/25 CIP budget with an additional $415,000 from the AB 1600
Parkland and Op Fund to bring the total project budget to $1,187,780.00; and
4. Authorizing the City Manager or designee to execute all documents with
Grindline Skate Parks Inc.; and
5. Authorizing the City Manager or designee to expend the contingency fund,
if necessary, to complete the project.
6. Finding the Project exempt from the California Environmental Quality Act
(“CEQA”) pursuant to State CEQA Guidelines § 15302 (“Replacement or
Reconstruction”).
Executive Summary:
Awarding the Agreement for construction of the Speicher Park- East Side Skate
Packet Page. 919
2
0
2
2
Park Project would allow the construction of park amenities, returning the park to a
safe and an attractive condition. The Agreement would allow the City to issue
Grindline Skate Parks Inc. a Notice to Proceed, initiating the process to construct
the East Side Skate Park. The agreement will include Grindline Skate Parks’ Base
Bid and Additive Alternate construction cost of $1,031,932.88. Additional funds are
recommended for construction contingencies and construction management costs
for a total of $155,847.12 The total cost of construction, construction management,
and construction contingencies is $1,187,780.00. Approving an additional $415,000
from the AB 1600 Parkland and Op Fund will fund the project.
Background
The Speicher Park eastside skate park located at Speicher Memorial Park was
vandalized on two different occasions. A fire destroyed most of the skate park
amenities and as a result, Public Works staff removed the remaining pieces of the
skate park and closed it to the public in March 2022.
On November 2, 2022, a design services agreement was awarded to New Line
Skateparks FL, INC to redesign the skate park at Speicher Park with an amount of
$106,500.00.
As part of the concept design phase, staff coordinated two community outreach
meetings in November 2022 and January 2023 to receive community feedback
regarding the proposed improvements. Furthermore, additional surveys were
published online in December 2022 and January 2023 seeking community input. The
community outreach helped staff determine the key design parameters for the
proposed facility.
Additional funding for the project was later approved by the Mayor and City Council on
May 17, 2023, in the amount of $230,000 from the AB 1600 Parkland and Op Fund. It
was stated that a final budget would be presented to the Mayor and City Council at a
later date after the construction bids are received.
Discussion
The Project was advertised for public bidding on March 27, 2024, on PlanetBids,
Three sealed bids were received, and opened on April 23, 2024, as follows:
Bidder City Base Bid
Grindline Skate Parks FL, Inc.Seattle, WA $896,009.99
California Skate Parks Upland, CA $1,087,450.00
C.S. Legacy Construction, Inc.Walnut, CA $,1,272,059.93
Staff has reviewed all bid packages and determined that Grindline Skate Parks Inc. of
Seattle, Washington, is the lowest responsible and responsive bidder with a total Base
Bid amount of $896,009.99. Staff also recommend award of Additive Alternate No. 1,
which includes an entry plaza with seating, a shade structure, and additional skateable
feature for a cost of $135,922.89. The total construction cost of the Base Bid and
Additive Alternate No. 1 is $1,031,932.88.
Packet Page. 920
2
0
2
2
Additional funding is also recommended for construction contingencies, construction
management, and administrative costs in the amount of $155,847.12.
The total cost of construction, construction contingencies, construction management,
and administrative costs is $1,187,780.00.
Funding for the Project was previously established in FY 2023/24 CIP budget through
a combination of Measure S and AB 1600 Park and Op funds. An additional $415,000
is requested from available AB 1600 Parkland and Op funds to complete the project.
Please see below for breakdown of funding and expenses:
Detail Amount Funding
Project Budget Adopted $650,000.00 Measure S
Design Services to Newline
Skateparks LLC. -$106,500.00
Concept Plan & Add Alternate $230,000.00
AB 1600 Parkland
Op
New Total $773,500.00
Project Advertisement -$750.00
Current Total Project Budget $772,780.00
Construction Base Bid & Add Alter.$1,031,932.88
Construction Contingencies &
CMCI $155,847.12
Total Needed for Project $1,187,780.00
Total Needed for Project $1,187,780.00
Current Total Project Budget $772,780.00
Total Project Shortfall $415,000.00
AB 1600 Parkland
Op
Environmental Impact
The Project is categorically exempt from the California Environmental Quality Act
(“CEQA”) pursuant to State CEQA Guidelines Section 15302, Replacement or
Reconstruction (“Class 2”). The Class 2 exemptions allows for the replacement or
reconstruction of existing structures or facilities where the new structure will be
located on the same site as the structure replaced and will have substantially the
same purpose and capacity as the structure replaced. Here, the Project involves
reconstructing the previously fire-damaged skate park with new structures located
on the same site that will serve as the new skate park.
The City has also considered whether the proposed Project is subject to any
Packet Page. 921
2
0
2
2
exception to the Class 2 exemption, as set forth in State CEQA Guidelines section
15300.2. No exception applies for the following reasons:
a) The location exception only applies to Class 3, 4, 5, 6, and 11
exemptions, none of which are being utilized here.
b) The proposed Project would not result in any significant
cumulative impacts on the environment. The cumulative impacts
exception does not apply because the Project has no
incrementally significant impacts on the environment.
c) A categorical exemption may be subject to an exception where
there is a reasonable possibility that the activity will have a
significant effect on the environment due to unusual
circumstances. The proposed Project does not involve any
unusual circumstances and has no potential to result in a
significant impact on the environment.
d) Under the “scenic highways” exception, a categorical exemption
may be subject to an exception where the project may result in
damage to scenic resources within a highway officially
designated as a state scenic highway. The exception does not
apply here as the Project would not damage any scenic
resources within a state scenic highway.
e) The Project is not located on a site which is included on any list
compiled pursuant to Section 65962.5 of the Government Code.
f) The Project site does not contain a historical resource.
2021-2025 Strategic Targets and Goals
Authorizing the execution of this agreement aligns with Key Target No. 3: Improved
Quality of Life. The completion of this project will improve the community’s quality of
life by providing safe and well-maintained skate park facilities.
Fiscal Impact
There is no General Fund impact associated with this action. Fund balance for the
AB 1600 Parkland and Op fund is currently $4.4 million.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California adopt Resolution 2024-149:
1. Approving the award of an Agreement with Grindline Skate Parks, Inc. in the
amount of $1,031,932.88 for Speicher Park- East Side Skate Park (Project);
and
Packet Page. 922
2
0
2
2
2. Authorizing the construction contingencies, construction management, and
administrative costs in the total amount of $155,847.12 for construction of
the Project; and
3. Authorizing the Director of Finance and Management Services to amend the
FY 2024/25 CIP budget with an additional $415,000 from the AB 1600
Parkland and Op Fund to bring the total project budget to $1,187,780.00; and
4. Authorizing the City Manager or designee to execute all documents with
Grindline Skate Parks Inc.; and
5. Authorizing the City Manager or designee to expend the contingency fund,
if necessary, to complete the project.
6. Finding the Project exempt from the California Environmental Quality Act
(“CEQA”) pursuant to State CEQA Guidelines § 15302 (“Replacement or
Reconstruction”).
Attachments
Attachment 1 Resolution No. 2024-149
Attachment 2 Agreement with Grindline Skate Parks Inc.
Attachment 3 Bid Tabulation
Attachment 4 Bid Proposal
Attachment 5 Location Map
Ward:
Ward 2
Synopsis of Previous Council Actions:
June 1, 2022, Mayor, and City Council adopted Resolution No. 2022-102
approving the FY 2023 and 2024 Operating Budget and Capital
Improvement Program FY 2023-2027
November 2, 2022, Mayor, and City Council awarded a Design Services Agreement
with New Line Skate Parks FL, Inc. for Skate Park design at
Speicher Park
May 17, 2023 Mayor, and City Council adopted resolution 2023-072 authorizing
the Agency Director of Administrative Services to amend the FY
2022/23 Capital Improvement Plan to record a supplemental
appropriation in the amount of $230,000.00 from the AB 1600
Parkland and Op (Fund 268) for the Skate Park Improvements at
Speicher Park.
Packet Page. 923
Resolution No. 2024-149
Resolution 2024-149
July 3, 2024
Page 1 of 4
4
9
3
5
RESOLUTION NO. 2024-149
APPROVING THE AWARD OF AN AGREEMENT WITH
GRINDLINE SKATE PARKS INC. IN THE AMOUNT OF
$1,031,932.88 FOR SPEICHER PARK- EAST SIDE SKATE
PARK (PROJECT); AUTHORIZING THE
CONSTRUCTION CONTINGENCIES, CONSTRUCTION
MANAGEMENT, AND ADMINISTRATIVE COSTS IN THE
TOTAL AMOUNT OF $155,847.12 FOR CONSTRUCTION
OF THE PROJECT; AUTHORIZING THE DIRECTOR OF
FINANCE AND MANAGEMENT SERVICES TO AMEND
THE FY 2024/25 CIP BUDGET WITH AN ADDITIONAL
$415,000 FROM THE AB 1600 PARKLAND AND OP FUND
TO BRING THE TOTAL PROJECT BUDGET TO
$1,187,780.00; AUTHORIZING THE CITY MANAGER OR
DESIGNEE TO EXECUTE ALL DOCUMENTS WITH
GRINDLINE SKATE PARKS INC.; AUTHORIZING THE
CITY MANAGER OR DESIGNEE TO EXPEND THE
CONTINGENCY FUND, IF NECESSARY, TO COMPLETE
THE PROJECT; AND FINDING THE PROJECT EXEMPT
FROM THE CALIFORNIA ENVIRONMENTAL QUALITY
ACT PURSUANT TO STATE CEQA GUIDELINES
SECTION 15302 (“REPLACEMENT OR
RECONSTRUCTION”).
WHEREAS, the City desires to improve the Speicher Park East Side Skate Park amenities
to improve community engagement, physical activity, and social interaction (the “Speicher
Project”; and
WHEREAS, on June 1, 2022, the Mayor, and City Council adopted Resolution No. 2022-
102 approving the FY 2023 and 2024 Operating Budget and Capital Improvement Program FY
2023-2027; and
WHEREAS, on November 2, 2022, the Mayor, and City Council awarded a Design
Services Agreement with New Line Skate Parks FL, Inc. for Skate Park design at Speicher Park;
and
WHEREAS, on May 17, 2023, the Mayor, and City Council adopted resolution 2023-072
authorizing the Agency Director of Administrative Services to amend the FY 2022/23 Capital
Improvement Plan to record a supplemental appropriation in the amount of $230,000.00 from the
AB 1600 Parkland and Op (Fund 268) for the Skate Park Improvements at Speicher Park awarded
a Design Services Agreement with New Line Skate Parks FL, Inc. for Skate Park design at
Speicher Park; and
Packet Page. 924
Resolution No. 2024-149
Resolution 2024-149
July 3, 2024
Page 2 of 4
4
9
3
5
WHEREAS, the Speicher Project was advertised for public bidding on March 27, 2024, on
PlanetBids with the City receiving three sealed bids; and
WHEREAS, City staff reviewed all bid packages and determined that Grindline Skate
Parks Inc. was the lowest responsible and responsive bidder. BE IT RESOLVED BY THE
MAYOR AND CITY COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS:
SECTION 1.The above recitals are true and correct and are incorporated herein by this
reference.
SECTION 2. The Mayor and City Council hereby authorize the City Manager to approve
the award of an Agreement with Grindline Skate Parks Inc. in the amount of $1,031,932.88 for
Speicher Park- East Side Skate Park (Project); and
SECTION 3. The Mayor and City Council hereby authorize the construction
contingencies, construction management, and administrative costs in the total amount of
$155,847.12 for construction of the Project; and
SECTION 4. The Mayor and City Council hereby authorize the Director of Finance and
Management Services to amend the FY 2024/25 CIP budget with an additional $415,000 from the
AB 1600 Parkland and Op Fund to bring the total project budget to $1,187,780.00; and
SECTION 5. The Mayor and City Council hereby authorize the City Manager or
designee to execute all documents with Grindline Skate Parks Inc.; and
SECTION 6. The Mayor and City Council hereby authorize the City Manager or designee
to expend the contingency fund, if necessary, to complete the project.
SECTION 7.The Mayor and City Council finds this Resolution is categorically exempt
from the California Environmental Quality Act (“CEQA”) pursuant to State CEQA Guidelines
Section 15302, Replacement or Reconstruction (“Class 2”). The Class 2 exemptions allows for
the replacement or reconstruction of existing structures or facilities where the new structure will
be located on the same site as the structure replaced and will have substantially the same purpose
and capacity as the structure replaced. Here, the Project involves reconstructing the previously
fire-damaged skate park with new structures located on the same site that will serve as the new
skate park. The Mayor and City Council also find this Resolution is also not subject to any
exception to the Class 2 exemption, as set forth in State CEQA Guidelines section 15300.2. .
SECTION 8.Severability. If any provision of this Resolution or the application thereof
to any person or circumstance is held invalid, such invalidity shall not affect other provisions or
applications, and to this end the provisions of this Resolution are declared to be severable.
SECTION 9. Effective Date. This Resolution shall become effective immediately.
Packet Page. 925
Resolution No. 2024-149
Resolution 2024-149
July 3, 2024
Page 3 of 4
4
9
3
5
APPROVED and ADOPTED by the City Council and signed by the Mayor and attested
by the City Clerk this 3rd day of July 2024.
Helen Tran, Mayor
City of San Bernardino
Attest:
Genoveva Rocha, CMC, City Clerk
Approved as to form:
Sonia Carvalho, City Attorney
Packet Page. 926
Resolution No. 2024-149
Resolution 2024-149
July 3, 2024
Page 4 of 4
4
9
3
5
CERTIFICATION
STATE OF CALIFORNIA )
COUNTY OF SAN BERNARDINO) ss
CITY OF SAN BERNARDINO )
I, Genoveva Rocha, CMC, City Clerk, hereby certify that the attached is a true copy of
Resolution No. 2024-149, adopted at a regular meeting held on the 3rd day of July 2024 by the
following vote:
Council Members: AYES NAYS ABSTAIN ABSENT
SANCHEZ _____ _____ _______ _______
IBARRA _____ _____ _______ _______
FIGUEROA _____ _____ _______ _______
SHORETT _____ _____ _______ _______
REYNOSO _____ _____ _______ _______
CALVIN _____ _____ _______ _______
ALEXANDER _____ _____ _______ _______
WITNESS my hand and official seal of the City of San Bernardino this ___ day of ____________
2024.
Genoveva Rocha, CMC, City Clerk
Packet Page. 927
Speicher Park – East Side Skate Park -1-00 52 13 – CONTRACT FOR CONSTRUCTION
00 52 13 – CONTRACT FOR CONSTRUCTION
This Contract for Construction (“Contract”), No. PR 23-003 is made and entered into this Third
day of July, 2024 by and between the CITY OF SAN BERNARDINO , with its principal place of
business at Vanir Tower, 290 North D Street, San Bernardino, California 92401, sometimes
hereinafter called the “City” and Grindline Skate Park, Inc., sometimes hereinafter called
“Contractor.”
WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these
presents do covenant and agree with each other as follows:
ARTICLE 1. SCOPE OF WORK.
The Contractor shall perform all Work within the time stipulated in the Contract, and shall
provide all labor, materials, equipment, tools, utility services, and transportation to complete all
of the Work required in strict compliance with the Contract Documents as specified in Article 5,
below, for the following Project:
Speicher Park – East Side Skate Park
Contractor is an independent contractor and not an agent of the City. The Contractor and its
surety shall be liable to the City for any damages arising as a result of the Contractor’s failure to
comply with this obligation.
ARTICLE 2. TIME FOR COMPLETION.
Time is of the essence in the performance of the Work. The Work shall be commenced on the
date stated in the City’s Notice to Proceed. The Contractor shall complete all Work required by
the Contract Documents within 180 CALENDAR DAYS from the commencement date stated in
the Notice to Proceed. By its signature hereunder, Contractor agrees the time for completion set
forth above is adequate and reasonable to complete the Work.
ARTICLE 3. CONTRACT PRICE.
The City shall pay to the Contractor as full compensation for the performance of the Contract,
subject to any additions or deductions as provided in the Contract Documents, and including all
applicable taxes and costs, the sum of One Million Thirty-One Thousand Nine Hundred Thirty-
Two Dollars and Eighty-Eight Cents ($1,031,932.88). Payment shall be made as set forth in the
General Conditions. The City will pay to Contractor compensation based upon the prices set
forth in the Bid Schedule.
ARTICLE 4. LIQUIDATED DAMAGES.
Contractor acknowledges that the City will sustain actual damages for each and every Day
completion of the Project is delayed beyond the Contract Time. Because of the nature of the
Project, it would be impracticable or extremely difficult to determine the City’s actual damages.
Accordingly, in accordance with Government Code section 53069.85, it is agreed that the
Contractor will pay the City the sum of $1,500 for each and every calendar day of delay beyond
the time prescribed in the Contract Documents for finishing the Work, as Liquidated Damages
and not as a penalty or forfeiture. In the event this is not paid, the Contractor agrees the City
may deduct that amount from any money due or that may become due the Contractor under the
Packet Page. 928
Speicher Park – East Side Skate Park -2-00 52 13 – CONTRACT FOR CONSTRUCTION
Contract. This Section does not exclude recovery of other damages specified in the Contract
Documents. Liquidated damages may be deducted from progress payments due Contractor,
Project retention or may be collected directly from Contractor, or from Contractor's surety.
These provisions for liquidated damages shall not prevent the City, in case of Contractor's
default, from terminating the Contractor.
ARTICLE 5. COMPONENT PARTS OF THE CONTRACT.
The “Contract Documents” include the following WITH APPENDICES:
Notice Inviting Bids
Instructions to Bidders
Bid Forms
Bid Acknowledgement
Bid Schedule
Bid Guarantee
Designation of Subcontractors
Information Required of Bidders
Non-Collusion Declaration Form
Iran Contracting Act Certification
Public Works Contractor DIR Registration Certification
Performance Bond
Payment (Labor and Materials) Bond
Contract for Construction
General Conditions
Special Conditions
Specifications
Addenda
Construction Plans and Drawings
Standard Specifications for Public Works Construction “Greenbook”, latest edition,
Except Sections 1-9
Applicable Local Agency Standards and Specifications, as last revised
Reference Specifications
Approved and fully executed Change Orders
Permits
Any other documents contained in or incorporated into the Contract
Appendix A – City of San Bernardino Business Registration Application Form
Appendix B – Construction 4’ X 8’ Project Signs
Appendix C – Location Map
The Contractor shall complete the Work in strict accordance with all of the Contract Documents.
All of the Contract Documents are intended to be complementary. Work required by one of the
Contract Documents and not by others shall be done as if required by all. In the event of
conflict, the various Contract Documents will be given effect in the order set forth in the General
Conditions. This Contract shall supersede any prior agreement of the parties.
Packet Page. 929
Speicher Park – East Side Skate Park -3-00 52 13 – CONTRACT FOR CONSTRUCTION
ARTICLE 6. PROVISIONS REQUIRED BY LAW AND CONTRACTOR COMPLIANCE.
Each and every provision of law required to be included in these Contract Documents shall be
deemed to be included in these Contract Documents. The Contractor shall comply with all
requirements of applicable federal, state and local laws, rules and regulations, including, but not
limited to, the provisions of the California Labor Code and California Public Contract Code which
are applicable to this Work.
ARTICLE 7. INDEMNIFICATION.
Contractor shall provide indemnification and defense as set forth in the General Conditions.
ARTICLE 8. PREVAILING WAGES.
Contractor shall be required to pay the prevailing rate of wages in accordance with the Labor
Code which such rates shall be made available at the City’s Office or may be obtained online at
http://www.dir.ca.gov and which must be posted at the job site.
ARTICLE 9. FALSE CLAIMS.
Contractor acknowledges that if a false claim is submitted to the City, it may be considered
fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that the
False Claims Act, California Government Code sections 12650, et seq., provides for civil
penalties where a person knowingly submits a false claim to a public entity. These provisions
include within their scope false claims made with deliberate ignorance of the false information or
in reckless disregard of the truth or falsity of the information. In the event the City seeks to
recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs,
including attorneys’ fees. Contractor hereby acknowledges that the filing of a false claim may
the Contractor to an administrative debarment proceeding wherein Contractor may be
prevented from further bidding on public contracts for a period of up to five (5) years.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK]
Packet Page. 930
Speicher Park – East Side Skate Park -4-00 52 13 – CONTRACT FOR CONSTRUCTION
IN WITNESS WHEREOF, this Contract has been duly executed by the above-named parties,
on the day and year above written.
CITY OF SAN BERNARDINO
By:
Rochelle Clayton
Acting City Manger
ATTEST:
By:
Genoveva Rocha, CMC, City Clerk
APPROVED AS TO FORM:
By:
Best Best & Krieger LLP
City Attorney
GRINDLINE SKATE PARKS, INC.
[IF CORPORATION, TWO SIGNATURES,
PRESIDENT OR VICE PRESIDENT AND
SECRETARY OR TREASURER REQUIRED]
By:
Its:
Printed Name:
By:
Its:
Printed Name:
____________________________________
Contractor’s License Number and
Classification
____________________________________
DIR Registration Number
(CONTRACTOR’S SIGNATURE MUST BE
NOTARIZED AND CORPORATE
SEAL AFFIXED, IF APPLICABLE)
END OF CONTRACT
Packet Page. 931
Speicher Park – East Side Skate Park -5-00 52 13 – CONTRACT FOR CONSTRUCTION
Notary Acknowledgment
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF ______________
On , 20___, before me, _______________________________, Notary Public, personally
Date Name And Title Of Officer (e.g. “Jane Doe, Notary Public”)
appeared , who proved to me on the basis of satisfactory
Name(s) of Signer(s)
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.
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER
Individual
DESCRIPTION OF ATTACHED DOCUMENT
Corporate Officer
Title(s)Title or Type of Document
Partner(s)Limited
General Number of Pages
Attorney-In-Fact
Trustee(s)
Guardian/Conservator Date of Document
Other:
Signer is representing:
Name Of Person(s) Or Entity(ies)
Signer(s) Other Than Named Above
Packet Page. 932
Speicher Park – East Side Skate Park -6-00 61 13 – BOND FORMS
00 61 13 – BOND FORMS
Performance Bond
KNOW ALL PERSONS BY THESE PRESENTS:
THAT WHEREAS, the CITY OF SAN BERNARDINO , with its principal place of business at
Vanir Tower, 290 North D Street, San Bernardino, California 92401, (hereinafter referred to as
the “City”) has awarded to _________________________, (hereinafter referred to as the
“Contractor”) an agreement for Contract No._________, (hereinafter referred to as the
“Project”).
WHEREAS, the work to be performed by the Contractor is more particularly set forth in the
Contract Documents for the Project dated ________________, (hereinafter referred to as
“Contract Documents”), the terms and conditions of which are expressly incorporated herein by
reference; and
WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof
and to furnish a bond for the faithful performance of said Contract Documents.
NOW, THEREFORE, we, ______________________, the undersigned Contractor and
________________________________________________ as Surety, a corporation organized
and duly authorized to transact business under the laws of the State of California, are held and
firmly bound unto the City in the sum of ___________________________ DOLLARS,
($____________), said sum being not less than one hundred percent (100%) of the total
amount of the Contract, for which amount well and truly to be made, we bind ourselves, our
heirs, executors and administrators, successors and assigns, jointly and severally, firmly by
these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, his or its heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and
well and truly keep and perform the covenants, conditions and agreements in the Contract
Documents and any alteration thereof made as therein provided, on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to their
intent and meaning; and shall faithfully fulfill all obligations including the one (1) year guarantee
of all materials and workmanship; and shall indemnify and save harmless the City, its officials,
officers, employees, and authorized volunteers, as stipulated in said Contract Documents, then
this obligation shall become null and void; otherwise it shall be and remain in full force and
effect.
As a part of the obligation secured hereby and in addition to the face amount specified
therefore, there shall be included costs and reasonable expenses and fees including reasonable
attorney’s fees, incurred by the City in enforcing such obligation.
As a condition precedent to the satisfactory completion of the Contract Documents, unless
otherwise provided for in the Contract Documents, the above obligation shall hold good for a
period of one (1) year after the acceptance of the work by the City, during which time if
Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally
protect the City from loss or damage resulting from or caused by defective materials or faulty
workmanship. The obligations of Surety hereunder shall continue so long as any obligation of
Contractor remains. Nothing herein shall limit the City’s rights or the Contractor or Surety’s
Packet Page. 933
Speicher Park – East Side Skate Park -7-00 61 13 – BOND FORMS
obligations under the Contract, law or equity, including, but not limited to, California Code of
Civil Procedure Section 337.15.
Whenever Contractor shall be, and is declared by the City to be, in default under the Contract
Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall
promptly, at the City’s option:
i. Take over and complete the Project in accordance with all terms and conditions
in the Contract Documents; or
ii. Obtain a bid or bids for completing the Project in accordance with all terms and
conditions in the Contract Documents and upon determination by Surety of the
lowest responsive and responsible bidder, arrange for a Contract between such
bidder, the Surety and the City, and make available as work progresses sufficient
funds to pay the cost of completion of the Project, less the balance of the
contract price, including other costs and damages for which Surety may be liable.
The term “balance of the contract price” as used in this paragraph shall mean the
total amount payable to Contractor by the City under the Contract and any
modification thereto, less any amount previously paid by the City to the
Contractor and any other set offs pursuant to the Contract Documents.
iii. Permit the City to complete the Project in any manner consistent with California
law and make available as work progresses sufficient funds to pay the cost of
completion of the Project, less the balance of the contract price, including other
costs and damages for which Surety may be liable. The term “balance of the
contract price” as used in this paragraph shall mean the total amount payable to
Contractor by the City under the Contract and any modification thereto, less any
amount previously paid by the City to the Contractor and any other set offs
pursuant to the Contract Documents.
Surety expressly agrees that the City may reject any contractor or subcontractor which may be
proposed by Surety in fulfillment of its obligations in the event of default by the Contractor.
Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from
Contractor for completion of the Project if the City, when declaring the Contractor in default,
notifies Surety of the City’s objection to Contractor’s further participation in the completion of the
Project.
The Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract Documents or to the Project to be performed
thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to the terms of the Contract
Documents or to the Project.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK]
Packet Page. 934
Speicher Park – East Side Skate Park -8-00 61 13 – BOND FORMS
IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of
______________, 20___.
(Corporate Seal)
Contractor/ Principal
By
Title
(Corporate Seal)
Surety
By
Attorney-in-Fact
(Attach Attorney-in-Fact Certificate) Title
The rate of premium on this bond is ____________ per thousand. The total amount of premium
charges is $_______________________________.
(The above must be filled in by corporate attorney.)
THIS IS A REQUIRED FORM
Any claims under this bond may be addressed to:
(Name and Address of Surety) ___________________________________________
___________________________________________
___________________________________________
(Name and Address of Agent or ___________________________________________
Representative for service of ___________________________________________
process in California, if different ___________________________________________
from above)
(Telephone number of Surety ___________________________________________
and Agent or Representative for
service of process in California)
Packet Page. 935
Speicher Park – East Side Skate Park -9-00 61 13 – BOND FORMS
Notary Acknowledgment
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF ______________
On , 20___, before me, _______________________________, Notary Public, personally
Date Name And Title Of Officer (e.g. “Jane Doe, Notary Public”)
appeared , who proved to me on the basis of satisfactory
Name(s) of Signer(s)
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.
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER
Individual
DESCRIPTION OF ATTACHED DOCUMENT
Corporate Officer
Title(s)Title or Type of Document
Partner(s)Limited
General Number of Pages
Attorney-In-Fact
Trustee(s)
Guardian/Conservator Date of Document
Other:
Signer is representing:
Name Of Person(s) Or Entity(ies)
Signer(s) Other Than Named Above
NOTE: This acknowledgment is to be completed for Contractor/Principal.
Packet Page. 936
Speicher Park – East Side Skate Park -10-00 61 13 – BOND FORMS
Notary Acknowledgment
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF ______________
On , 20___, before me, _______________________________, Notary Public, personally
Date Name And Title Of Officer (e.g. “Jane Doe, Notary Public”)
appeared , who proved to me on the basis of satisfactory
Name(s) of Signer(s)
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.
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER
Individual
DESCRIPTION OF ATTACHED DOCUMENT
Corporate Officer
Title(s)Title or Type of Document
Partner(s)Limited
General Number of Pages
Attorney-In-Fact
Trustee(s)
Guardian/Conservator Date of Document
Other:
Signer is representing:
Name Of Person(s) Or Entity(ies)
Signer(s) Other Than Named Above
NOTE: This acknowledgment is to be completed for the Attorney-in-Fact. The Power-of Attorney to
local representatives of the bonding company must also be attached.
END OF PERFORMANCE BOND
Packet Page. 937
Speicher Park – East Side Skate Park -11-00 61 13 – BOND FORMS
Payment Bond (Labor and Materials).
KNOW ALL MEN BY THESE PRESENTS That
WHEREAS, the CITY OF SAN BERNARDINO , with its principal place of business at Vanir
Tower, 290 North D Street, San Bernardino, California 92401 (hereinafter designated as the
“City”), by action taken or a resolution passed ___________________ , 20_____, has awarded
to ________________________ hereinafter designated as the “Principal,” a contract for the
work described as follows: Contract No.____________ (the “Project”); and
WHEREAS, the work to be performed by the Contractor is more particularly set forth in the
Contract Documents for the Project dated ________________, (hereinafter referred to as
“Contract Documents”), the terms and conditions of which are expressly incorporated herein by
reference; and
WHEREAS, said Principal is required to furnish a bond in connection with said contract;
providing that if said Principal or any of its Subcontractors shall fail to pay for any materials,
provisions, provender, equipment, or other supplies used in, upon, for or about the performance
of the work contracted to be done, or for any work or labor done thereon of any kind, or for
amounts due under the Unemployment Insurance Code or for any amounts required to be
deducted, withheld, and paid over to the Employment Development Department from the wages
of employees of said Principal and its Subcontractors with respect to such work or labor the
Surety on this bond will pay for the same to the extent hereinafter set forth.
NOW THEREFORE, we, the Principal and __________________________ as Surety, are held
and firmly bound unto the City in the penal sum of ______________ Dollars ($___________)
lawful money of the United States of America, for the payment of which sum well and truly to be
made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its
subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay any of
the persons named in Civil Code Section 9100, fail to pay for any materials, provisions or other
supplies, used in, upon, for or about the performance of the work contracted to be done, or for
any work or labor thereon of any kind, or amounts due under the Unemployment Insurance
Code with respect to work or labor performed under the contract, or for any amounts required to
be deducted, withheld, and paid over to the Employment Development Department or Franchise
Tax Board from the wages of employees of the contractor and his subcontractors pursuant to
Revenue and Taxation Code Section 18663, with respect to such work and labor the Surety or
Sureties will pay for the same, in an amount not exceeding the sum herein above specified, and
also, in case suit is brought upon this bond, all litigation expenses incurred by the City in such
suit, including reasonable attorneys’ fees, court costs, expert witness fees and investigation
expenses.
This bond shall inure to the benefit of any of the persons named in Civil Code Section 9100 so
as to give a right of action to such persons or their assigns in any suit brought upon this bond.
It is further stipulated and agreed that the Surety on this bond shall not be exonerated or
released from the obligation of this bond by any change, extension of time for performance,
addition, alteration or modification in, to, or of any contract, plans, specifications, or agreement
pertaining or relating to any scheme or work of improvement herein above described, or
Packet Page. 938
Speicher Park – East Side Skate Park -12-00 61 13 – BOND FORMS
pertaining or relating to the furnishing of labor, materials, or equipment therefore, nor by any
change or modification of any terms of payment or extension of the time for any payment
pertaining or relating to any scheme or work of improvement herein above described, nor by any
rescission or attempted rescission or attempted rescission of the contract, agreement or bond,
nor by any conditions precedent or subsequent in the bond attempting to limit the right of
recovery of claimants otherwise entitled to recover under any such contract or agreement or
under the bond, nor by any fraud practiced by any person other than the claimant seeking to
recover on the bond and that this bond be construed most strongly against the Surety and in
favor of all persons for whose benefit such bond is given, and under no circumstances shall
Surety be released from liability to those for whose benefit such bond has been given, by
reason of any breach of contract between the owner or the City and original contractor or on the
part of any obligee named in such bond, but the sole conditions of recovery shall be that
claimant is a person described in Civil Code Section 9100, and has not been paid the full
amount of his claim.
The Surety, for value received, hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract to be performed thereunder, shall in any way
affect its obligations on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of Contract, including but not limited to, the
provisions of Sections 2819 and 2845 of the California Civil Code.
IN WITNESS WHEREOF, we have hereunto set our hands and seals this _______ day of
______________, 20__.
(Corporate Seal)
Contractor/ Principal
By
Title
(Corporate Seal)
Surety
By
Attorney-in-Fact
(Attach Attorney-in-Fact Certificate) Title
Packet Page. 939
Speicher Park – East Side Skate Park -13-00 61 13 – BOND FORMS
Notary Acknowledgment
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF ______________
On , 20___, before me, _______________________________, Notary Public, personally
Date Name And Title Of Officer (e.g. “Jane Doe, Notary Public”)
appeared , who proved to me on the basis of satisfactory
Name(s) of Signer(s)
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.
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER
Individual
DESCRIPTION OF ATTACHED DOCUMENT
Corporate Officer
Title(s)Title or Type of Document
Partner(s)Limited
General Number of Pages
Attorney-In-Fact
Trustee(s)
Guardian/Conservator Date of Document
Other:
Signer is representing:
Name Of Person(s) Or Entity(ies)
Signer(s) Other Than Named Above
NOTE: This acknowledgment is to be completed for Contractor/Principal.
Packet Page. 940
Speicher Park – East Side Skate Park -14-00 61 13 – BOND FORMS
Notary Acknowledgment
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
COUNTY OF ______________
On , 20___, before me, _______________________________, Notary Public, personally
Date Name And Title Of Officer (e.g. “Jane Doe, Notary Public”)
appeared , who proved to me on the basis of satisfactory
Name(s) of Signer(s)
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.
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
CAPACITY CLAIMED BY SIGNER
Individual
DESCRIPTION OF ATTACHED DOCUMENT
Corporate Officer
Title(s)Title or Type of Document
Partner(s)Limited
General Number of Pages
Attorney-In-Fact
Trustee(s)
Guardian/Conservator Date of Document
Other:
Signer is representing:
Name Of Person(s) Or Entity(ies)
Signer(s) Other Than Named Above
NOTE: This acknowledgment is to be completed for the Attorney-in-Fact. The Power-of-Attorney to
local representatives of the bonding company must also be attached.
END OF PAYMENT BOND
Packet Page. 941
Speicher Park – East Side Skate Park -15-00 72 00 – GENERAL CONDITIONS
00 72 00 – GENERAL CONDITIONS
ARTICLE 1 -TERMS; DEFINITIONS
1.1 Defined Terms
A. Whenever used in the Contract Documents and printed with initial capital letters,
the terms listed below will have the meanings indicated which are applicable to
both the singular and plural thereof. In addition to terms specifically defined below,
terms with initial capital letters in the Contract Documents include references to
identified articles and paragraphs, and the titles of other documents or forms.
1. Act of God – An earthquake of magnitude of 3.5 or higher on the Richter scale or
a tidal wave.
2. Addenda -- Written or graphic instruments issued prior to the submission of Bids
which clarify, correct, or change the Contract Documents.
3. Additional Work -- New or unforeseen work will be classified as “Additional Work”
when the Engineer determines that it is not covered by the Contract.
4. Applicable Laws -- The laws, statutes, ordinances, rules, codes, regulations,
permits, and licenses of any kind, issued by local, state or federal governmental
authorities or private authorities with jurisdiction (including utilities), to the extent
they apply to the Work.
5. Bid -- The offer or proposal of a Bidder submitted on the prescribed form setting
forth the prices and other terms for the Work to be performed.
6. Bid Guarantee -- The Bid Bond, cashier’s check, or certified check to be made by
the Bidder, which is to accompany the Bid as a guaranty of good faith to enter
into a written contract.
7. Bidder -- The individual or entity who submits a Bid directly to the City.
8. Change Order (“CO”) -- A document that authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract
Times, issued on or after the Effective Date of the Contract, in accordance with
the Contract Documents and in the form contained in the Contract Documents.
9. Change Order Request (“COR”) -- A request made by the Contractor for an
adjustment in the Contract Price and/or Contract Times as the result of a
Contractor-claimed change to the Work. This term may also be referred to as a
Change Order Proposal (“COP”), or Request for Change (“RFC”).
10. City’s Representative – The City Engineer, and acting through properly
authorized agents, such as the Engineer or such other agents acting within the
scope of the particular duties entrusted to them. Also sometimes referred to as
the “City’s Representative” or “Representative” in the Contract Documents. The
terms the City and Owner may be used interchangeably.
Packet Page. 942
Speicher Park – East Side Skate Park -16-00 72 00 – GENERAL CONDITIONS
11. Claim -- A demand or assertion by the City or Contractor seeking an adjustment
of Contract Price or Contract Times, or both, or other relief with respect to the
terms of the Contract. A demand for money or services by a third party is not a
Claim.
12. Contract -- The entire integrated written agreement between the City and
Contractor concerning the Work. “Contract” may be used interchangeably with
“Agreement” in the Contract Documents. The Contract supersedes prior
negotiations, representations, or agreements, whether written or oral, and
includes all Contract Documents.
13. Contract Documents -- The documents listed in Section 00 52 13, Article 5 of the
Contract for Construction. Some documents provided by the City to the Bidders
and Contractor, including but not limited to reports and drawings of subsurface
and physical conditions are not Contract Documents.
14. Contract Price -- Amount to be paid by the City to the Contractor as full
compensation for the performance of the Contract and completion of the Work,
subject to any additions or deductions as provided in the Contract Documents,
and including all applicable taxes and costs.
15. Contract Time -- The number of days or the dates stated in the Contract
Documents to: achieve defined milestones, if any; and to complete the Work so
that it is ready for final payment.
16. Contractor -- The individual or entity with which the City has contracted for
performance of the Work.
17. Contractor’s Designated On-Site Representative -- The Contractor’s Designated
On-Site Representative will be identified by the Contractor and shall not be
changed without prior written consent of the City.
18. Critical Supply Shortage -- An unusual shortage in materials that is (a) supported
by documented proof that Contractor made every effort to obtain such materials
from all available sources; (b) such shortage is due to the fact that such materials
are not physically available from single or multiple sources or could have been
obtained only at exorbitant prices entirely inconsistent with current and standard
rates taking into account the quantities involved and the usual industry practices
in obtaining such quantities; and (c) such shortages and the difficulties in
obtaining alternate sources of materials could not have been known or
anticipated by Contractor at the time it submitted its bid or entered the Contract.
Market fluctuations in prices of materials, whether or not resulting from a Force
Majeure Event, does not constitute a Critical Supply Shortage.
19. Daily Rate -- The Daily Rate stipulated in the Contract Documents as full
compensation to the Contractor due to the City’s unreasonable delay to the
Project that was not contemplated by the parties.
20. Day -- A calendar day of 24 hours measured from midnight to the next midnight.
Packet Page. 943
Speicher Park – East Side Skate Park -17-00 72 00 – GENERAL CONDITIONS
21. Defective Work -- Work that is unsatisfactory, faulty, or deficient; or that does not
conform to the Contract Documents; or that does not meet the requirements of
any inspection, reference standard, test, or approval referenced in the Contract
Documents.
22. Demobilization -- The complete dismantling and removal by the Contractor of all
of the Contractor’s temporary facilities, equipment, and personnel at the Site.
23. Drawings -- That part of the Contract Documents prepared by of the Engineer of
Record which graphically shows the scope, extent, and character of the Work to
be performed by Contractor. Shop Drawings and other Contractor Submittals are
not Drawings as so defined.
24. Effective Date of the Contract -- The date indicated in the Contract on which it
becomes effective, but if no such date is indicated, it means the date on which
the Contract is signed and delivered by the last of the two parties to sign and
deliver.
25. Engineer -- Whenever not qualified, shall mean the City Engineer or the Engineer
authorized to act for and in behalf of the City, acting either directly or through
properly authorized agents, such agents acting severally within the scope of the
particular duties entrusted to them.
26. Force Majeure Event -- An event that materially affects a party’s performance
and is one or more of the following: (1) Acts of God or other natural disasters
occurring at the Site; (2) terrorism or other acts of a public enemy; (3) orders of
governmental authorities (including, without limitation, unreasonable and
unforeseeable delay in the issuance of permits or approvals by governmental
authorities that are required for the Work); (4) pandemics, epidemics or
quarantine restrictions; (5) strikes and other organized labor action occurring at
the Site and the effects thereof on the Work, only to the extent such strikes and
other organized labor action are beyond the control of Contractor and its
Subcontractors, of every Tier, and to the extent the effects thereof cannot be
avoided by use of replacement workers; and (6) a Critical Supply Shortage. For
purposes of this section, “orders of governmental authorities,” includes
ordinances, emergency proclamations and orders, rules to protect the public
health, welfare and safety, and other actions of the City in its capacity as a
municipal authority.
27. Hazardous Waste -- The term “Hazardous Waste” shall have the meaning
provided in Section 104 of the Solid Waste Disposal Act (42 U.S.C. § 6903) as
amended from time to time, or any substance or material identified as hazardous
under any state or federal statute governing handling, disposal and/or cleanup of
any such substance or material, whichever is more restrictive.
28. Holiday – Holidays occur on:
New Year’s Day - January 1
President’s Day – Third Monday in February
Memorial Day - Last Monday in May
Independence Day - July 4
Packet Page. 944
Speicher Park – East Side Skate Park -18-00 72 00 – GENERAL CONDITIONS
Labor Day - First Monday in September
Veteran’s Day - November 11
Thanksgiving Day - Fourth Thursday in November
Friday after Thanksgiving
Christmas Eve – December 24
Christmas Day - December 25
Day After Christmas – December 26
New Year’s Eve – December 31
If any Holiday listed above falls on a Saturday, Saturday and the preceding Friday are
both Holidays. If the Holiday should fall on a Sunday, Sunday and the following Monday
are both Holidays.
29. Notice of Award -- The written notice by the City to the Successful Bidder stating
that upon timely compliance by the Successful Bidder with the conditions
precedent listed therein, the City will sign and deliver the Contract.
30. Notice of Completion -- The form which may be executed by the City constituting
final acceptance of the Project.
31. Notice to Proceed -- A written notice given by the City to Contractor fixing the
date on which the Contractor may proceed with the Work and when Contract
Times will commence to run.
32. Project -- The total construction of which the Work to be performed under the
Contract Documents may be the whole, or a part.
33. Record Drawings – The record set of as-builts prepared by the Contractor during
the Work in accordance with the requirements of the General Conditions.
34. Recyclable Waste Materials -- Materials removed from the Site which are
required to be diverted to a recycling center rather than an area landfill.
Recyclable Waste Materials include, but are not limited to, asphalt, concrete,
brick, concrete block, and rock.
35. Sample -- A physical example furnished by the Contractor to illustrate materials,
equipment or workmanship; to establish standards by which the Work will be
judged.
36. Schedule of Submittals -- A schedule, prepared and maintained by Contractor, of
required submittals and the time requirements to facilitate scheduled
performance of related construction activities.
37. Shop Drawings -- All drawings, diagrams, illustrations, schedules, and other data
or information which are specifically prepared or assembled by or for Contractor
and submitted by Contractor to illustrate some portion of the Work.
38. Site -- Lands or areas indicated in the Contract Documents as being furnished by
the City upon which the Work is to be performed, including rights-of-way and
easements for access thereto, and such other lands furnished by the City which
are designated for the use of Contractor.
Packet Page. 945
Speicher Park – East Side Skate Park -19-00 72 00 – GENERAL CONDITIONS
39. Specifications -- That part of the Contract Documents consisting of written
requirements for materials, equipment, systems, standards and workmanship as
applied to the Work, and certain administrative requirements and procedural
matters applicable thereto.
40. Stop Payment Notice -- A written notice as defined in Civil Code section 8044.
41. Subcontractor -- An individual or entity other than a Contractor having a contract
with any other entity than the City for performance of any portion of the Work at
the Site.
42. Submittal -- Written and graphic information and physical samples prepared and
supplied by the Contractor demonstrating various portions of the Work.
43. Successful Bidder -- The responsible Bidder submitting a responsive Bid to
whom the City makes an award.
44. Supplier -- A manufacturer, fabricator, supplier, distributor, material man, or
vendor having a direct contract with Contractor or with any Subcontractor to
furnish materials or equipment used in the performance of the Work or to be
incorporated in the Work.
45. Underground Facilities -- All underground pipelines, conduits, ducts, cables,
wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments,
and any encasements containing such facilities, including those that convey
electricity, gases, steam, liquid petroleum products, telephone or other
communications, cable television, water, wastewater, storm water, other liquids
or chemicals, or traffic or other control systems.
46. Unit Price Work -- Work to be paid for on the basis of unit prices as provided by
the Contractor in its Bid or as adjusted in accordance with the Contract
Documents.
47. Warranty -- A guarantee provided to the City by the Contractor that the Work will
remain free of defects and suitable for its intended use for the period required by
the Contract Documents or the longest period permitted by the law of this state,
whichever is longer.
48. Work -- The entire construction or the various separately identifiable parts thereof
required to be provided under the Contract Documents. Work includes and is the
result of performing or providing all labor, services, and documentation
necessary to produce such construction, and furnishing, installing, and
incorporating all materials and equipment into such construction, all as required
by the Contract Documents.
1.2 Terminology.
A. The words and terms below are not defined but, when used in the Contract
Documents, have the indicated meaning.
Packet Page. 946
Speicher Park – East Side Skate Park -20-00 72 00 – GENERAL CONDITIONS
1. The word “furnish,” when used in connection with services, materials, or
equipment, shall mean to supply and deliver said services, materials, or
equipment to the Site (or some other specified location) ready for use or
installation and in usable or operable condition.
2. The word “install,” when used in connection with services, materials, or
equipment, shall mean to put into use or place in final position said services,
materials, or equipment complete and ready for intended use.
3. The words “perform” or “provide,” when used in connection with services,
materials, or equipment, shall mean to furnish and install said services, materials,
or equipment complete and ready for intended use.
4. Regardless of whether “furnish,” “install,” “perform,” or “provide” is used in
connection with services, materials, or equipment, an obligation of Contractor is
implied.
B. Unless stated otherwise in the Contract Documents, words or phrases that have a
well-known technical or construction industry or trade meaning are used in the
Contract Documents in accordance with such recognized meaning.
ARTICLE 2 -PRELIMINARY MATTERS
2.1 Delivery of Contract Documents
A. Within ten (10) Days after receipt of the Notice of Award and before the City will
execute the Contract, the Contractor shall furnish and file with the City a signed
Contract and the necessary Performance Bond, Payment Bond, and Certificates of
Insurance and Endorsements, as well as any other documents specified in the
Contract Documents.
2.2 Bonds
A. Contractor shall submit the bonds on the forms provided with the Contract
Documents, duly executed by a responsible corporate surety admitted to transact
surety business in the State of California, as defined in Code of Civil Procedure
section 995.120, and listed in the United States Department of the Treasury
circular entitled "Companies Holding Certificates of Authority as Acceptable
Sureties on Federal Bonds and as Acceptable Reinsuring Companies," authorized
to do business in the State of California and acceptable to the City conditioned
upon the faithful performance by the Contractor of all requirements of the Contract
Documents. Each of the bonds shall be in a sum no less than one hundred
percent (100%) of the Contract Price. Bonds shall be delivered to the City within
ten (10) Days after receipt of the Notice of Award and before execution of the
Contract by the City.
2.3 Evidence of Insurance
A. Prior to commencing any Work but no later than ten (10) Days after receipt of the
Notice of Award, the Contractor shall submit or cause to be submitted any and all
Certificates of Insurance and Endorsements, showing that the Contractor has the
Packet Page. 947
Speicher Park – East Side Skate Park -21-00 72 00 – GENERAL CONDITIONS
required insurance, to the attention of the City. Such insurance is to be provided at
the sole cost and expense of the Contractor. No Work shall be performed until all
of the required insurance has been received and approved.
2.4 Execution of the Contract
A. Upon receipt of the required Contract Documents, the City will execute the
Contract, establishing the Effective Date of the Contract.
2.5 Contractor’s Failure to Perform
A. Should Contractor fail to comply with timelines provided above, the City shall retain
the right to enforce and collect on the Contractor’s Bid Guarantee, rescind award to
the Contractor and award the Contract to the next lowest responsive, responsible
bidder as determined by the City. If the City elects to accept bonds and insurance
submitted late, the Contract Times will begin to run as of the date stated in the
Notice to Proceed. However, the number of days beyond the original ten (10)
Days it took to receive the properly executed Contract and related items may be
deducted from the Contract Times.
2.6 Commencement of Contract Times; Notice to Proceed
A. The City will not issue a Notice to Proceed until after the Effective Date of the
Contract. Work shall commence within ten (10) Days of the date stated in the Notice
to Proceed. The Contract Times begin to run on the date specified in the Notice to
Proceed. No Work shall be done at the Site prior to the issuance of the Notice to
Proceed.
2.7 Copies of Documents
A. Contractor will be furnished, free of charge, five (5) copies of the Contract
Documents. Additional copies may be obtained at cost of reproduction. Contractor
shall maintain a clean, undamaged set of Contract Documents, including
Submittals, at the Project site.
2.8 Substitution Requests, Schedule of Submittals, and Schedule
A. Substitution Requests. Within fifteen (15) Days after Notice of Award (unless
otherwise specified in the Contract Documents), Contractor shall provide all
substitution requests as further described in Section 00 72 00, Article 6.5.
B. Schedule of Submittals. Within five (5) Days after the issuance of the Notice of
Proceed (unless otherwise specified in the Contract Documents), Contractor shall
submit to the City a Schedule of Submittals that conforms with the requirements of
Section 00 72 00, Article 5.21.
C. Schedule. Within ten (10) days after the issuance of the Notice of Proceed (unless
otherwise specified in the Contract Documents), the Contractor shall submit a
construction schedule that conforms with the requirements of Section 00 72 00,
Article 8.2.
Packet Page. 948
Speicher Park – East Side Skate Park -22-00 72 00 – GENERAL CONDITIONS
2.9 Preconstruction Conference; Designation of Authorized Representatives.
A. Before any Work at the Site is started, a conference attended by the City,
Contractor, Engineer, and others as appropriate will be held to establish a working
understanding among the parties as to the Work and to discuss the schedules
referred to herein, procedures for handling Submittals and Shop Drawings,
processing applications for payment, and maintaining required records.
B. At this conference the City and Contractor each shall designate, in writing, a
specific individual to act as its authorized representative with respect to the
services and responsibilities under the Contract. Such individuals shall have the
authority to transmit instructions, receive information, render decisions relative to
the Contract, and otherwise act on behalf of each respective party.
2.10 Subcontractor Mobilization Meeting.
A. Prior to the start of each major Subcontractor’s Site Work, the Contractor, the
involved Subcontractor, and Engineer shall attend a pre-start meeting to discuss
the schedule, coordination, procedures, and other administrative issues.
2.11 Authority of Board; Engineer
A. The Board has the final authority in all matters affecting the Work. Within the scope
of the Contract, the Engineer has the authority to enforce compliance with the
Contract Documents. The Contractor shall promptly comply with instructions from
the Engineer.
B. The decision of the Engineer is final and binding on all questions relating to:
1. quantities;
2. acceptability of material, equipment, or work;
3. execution, progress or sequence of work;
4. interpretation of the Plans, Specifications, or other Contract Documents; and
5. Any other areas specifically identified in the Contract Documents or under the
law.
C. Compliance with instructions from the Engineer shall be a condition precedent to
any payment under the Contract, unless otherwise ordered by the Board.
2.12 Mobilization
A. When a Bid item is included in the Bid Schedule for mobilization, the costs of Work
in advance of construction operations and not directly attributable to any specific
bid item will be included in the progress estimate. When no bid item is provided for
mobilization payment for such costs will be deemed to be included in the other
items of the Work.
Packet Page. 949
Speicher Park – East Side Skate Park -23-00 72 00 – GENERAL CONDITIONS
B. Payment for mobilization based on the lump sum provided in the Bid Schedule,
shall constitute full compensation for all such Work. No payment for mobilization
will be made until all of the listed items have been completed to the satisfaction of
the Engineer. The scope of the Work included under mobilization shall include, but
shall not be limited to, the following principal items:
1. Obtaining and paying for all bonds, insurance, and permits.
2. Moving on to the Project Site of all Contractor’s plant and equipment required for
the first month’s operations.
3. Installing temporary construction power, wiring, and lighting facilities, as
applicable.
4. Establishing fire protection system, as applicable.
5. Developing and installing a construction water supply, as applicable.
6. Providing and maintaining the field office trailers for the Contractor, if necessary,
and the Engineer (if specified), complete, with all specified furnishings and utility
services.
7. Providing on-site sanitary facilities and potable water facilities as specified per
Cal-OSHA and these Contract Documents.
8. Furnishing, installing, and maintaining all storage buildings or sheds required for
temporary storage of products, equipment, or materials that have not yet been
installed in the Work. All such storage shall meet manufacturer’s specified
storage requirements, and the specific provisions of the specifications, including
temperature and humidity control, if recommended by the manufacturer, and for
all security.
9. Arranging for and erection of Contractor’s work and storage yard.
10. Posting all OSHA required notices and establishment of safety programs per Cal-
OSHA.
11. Full-time presence of Contractor’s superintendent at the job Site as required
herein.
12. Submittal of construction schedule as required by the Contract Documents.
ARTICLE 3 -CONTRACT DOCUMENTS; INTENT
3.1 Examination of Drawings, Specifications, and Site of Work
A. Examination of Contract Documents; Site. Before commencing any portion of the
Work, Contractor shall again carefully examine all applicable Contract Documents,
the Project Site, and other information given to Contractor as to materials and
methods of construction and other Project requirements. Contractor shall
immediately notify the Engineer of any potential error, inconsistency, ambiguity,
Packet Page. 950
Speicher Park – East Side Skate Park -24-00 72 00 – GENERAL CONDITIONS
conflict, or lack of detail or explanation. If Contractor performs, permits, or causes
the performance of any Work which is in error, inconsistent or ambiguous, or not
sufficiently detailed or explained, Contractor shall bear any and all resulting costs,
including, without limitation, the cost of correction. In no case shall the Contractor
or any Subcontractor proceed with Work if uncertain as to the applicable
requirements.
B. Additional Instructions. After notification of any error, inconsistency, ambiguity,
conflict, or lack of detail or explanation, the Engineer will provide any required
additional instructions, by means of drawings or other written direction, necessary
for proper execution of Work.
C. Quality of Parts, Construction and Finish. All parts of the Work shall be of the best
quality of their respective kinds and the Contractor must use all diligence to inform
itself fully as to the required construction and finish.
D. Contractor’s Variation from Contract Document Requirements. If it is found that
the Contractor has varied from the requirements of the Contract Documents
including the requirement to comply with all Applicable Laws, the Engineer may at
any time, before or after completion of the Work, order the improper Work
removed, remade or replaced by the Contractor at the Contractor’s expense.
3.2 Intent of Contract Documents
A. The Contract Documents are complementary; what is required by any one will be
binding as if required by all. It is the intent of the Contract Documents to describe
a functionally complete Project (or part thereof) to be constructed in accordance
with the Contract Documents. Any labor, documentation, services, materials, or
equipment that reasonably may be inferred from the Contract Documents or from
prevailing custom or trade usage as being required to produce the indicated result
will be provided whether or not specifically called for, at no additional cost to the
City.
B. The Contractor shall furnish, unless otherwise provided in the Contract Documents,
all materials, implements, machinery, equipment, tools, supplies and labor
necessary to the prosecution and completion of the Project.
C. Clarifications and interpretations of the Contract Documents shall be issued by the
Engineer as provided in these General Conditions.
D. If utilities to equipment/fixtures are not shown but are necessary to operate the
equipment/fixtures, the utilities service installation is considered to be part of the
Work. The implied Work will conform to the appropriate sections of the Contract
Documents.
E. Organization of the Contract Documents into divisions, sections, and articles, and
arrangement of drawings shall not control the Contractor in dividing Work among
Subcontractors or in establishing the extent of Work to be performed by any trade.
Packet Page. 951
Speicher Park – East Side Skate Park -25-00 72 00 – GENERAL CONDITIONS
3.3 Reference Standards.
A. Standards, Specifications, Codes, Laws, and Regulations.
1. Reference to federal specifications, federal standards, other standards,
specifications, manuals, or codes of any technical society, organization, or
association, or to Applicable Laws, whether such reference be specific or by
implication, shall mean the standard, specification, manual, code, or Applicable
Laws in effect at the time of opening of Bids (or on the Effective Date of the
Contract if there were no Bids), except as may be otherwise specifically stated in
the Contract Documents.
2. No provision of any such standard, specification, manual, or code, or any
instruction of a Supplier, shall be effective to change the duties or responsibilities
of the City, Contractor, or any of their Subcontractors, consultants, agents, or
employees, from those set forth in the Contract Documents. No such provision
or instruction shall be effective to assign to the City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors,
any duty or authority to supervise or direct the performance of the Work or any
duty or authority to undertake responsibility inconsistent with the provisions of the
Contract Documents.
3.4 Reporting and Resolving Discrepancies; Order of Precedence.
A. Reporting Discrepancies.
1. The Contract Documents are intended to be fully cooperative and
complementary. Before undertaking each part of the Work, Contractor shall
carefully study and compare the Contract Documents and check and verify
pertinent figures therein and all applicable field measurements. Contractor shall
promptly report in writing to the City any conflict, error, ambiguity, or discrepancy
which Contractor discovers, should have discovered, or has actual knowledge of,
and shall obtain a written interpretation or clarification from the City before
proceeding with any Work affected thereby. If, during the performance of the
Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within
the Contract Documents, or between the Contract Documents and (i) any
Applicable Law, (ii) any standard, specification, manual, or code, or (iii) any
instruction of any Supplier, then Contractor shall promptly submit a written
Request for Information (RFI) to the City. Contractor shall not proceed with the
Work affected thereby (except in an emergency) until an amendment or
supplement to the Contract Documents has been issued by one of the methods
indicated in the Contract Documents, and any Work performed by Contractor
before receipt of an amendment or supplement shall be at Contractor’s own risk.
B. Order of Precedence.
1. In case of conflicts between the Contract Documents, the order of precedence
shall be as follows:
a. Permits from other agencies as may be required by law
Packet Page. 952
Speicher Park – East Side Skate Park -26-00 72 00 – GENERAL CONDITIONS
b. Change Orders, most recent first
c. Contract
d. Addenda, most recent first
e. Special Conditions
f. Specifications
g. Construction Plans and Drawings(Contract Drawings)
h. General Conditions
i. Instructions to Bidders
j. Notice Inviting Bids
k. Contractor’s Bid (Bid Forms)
l. Standard Specifications for Public Works Construction “Greenbook” latest
edition (Sections 1-9 Excluded)
m. Applicable Local Agency Standards and Specifications
n. Standard Drawings
o. Reference Documents
2. With reference to the Drawings the order of precedence shall be as follows:
a. Figures govern over scaled dimensions
b. Detail drawings govern over general drawings
c. Addenda/Change Order drawings govern over Drawings
d. Contract Drawings govern over Standard Drawings
e. Contract Drawings govern over Shop Drawings
3. Notwithstanding the orders of precedence established above, in the event of
conflicts, the higher standard, higher quality and most expensive shall always
apply.
3.5 Amending and Supplementing Contract Documents.
A. The Contract Documents may be amended to provide for additions, deletions, and
revisions in the Work or to modify the terms and conditions thereof only by Change
Order or written amendment to the Contract duly executed by the parties.
B. The requirements of the Contract Documents may be supplemented, and minor
variations and deviations in the Work may be authorized at no cost to the City, by
one or more of the following ways:
Packet Page. 953
Speicher Park – East Side Skate Park -27-00 72 00 – GENERAL CONDITIONS
1. The City’s review of a Submittal, Shop Drawing, Sample or substitution request
without exception (subject to the provisions of the Contract Documents); or
2. The City’s issuance of a response to an RFI.
C. However, no review or RFI response will reduce or modify the Contractor’s
obligation to fully satisfy and comply with the requirements of the Contract
Documents.
3.6 Reuse of Documents.
A. Contractor and any Subcontractor or Supplier shall not:
1. have or acquire any title to or ownership rights in any of the Drawings,
Specifications, or other documents (or copies of any thereof) prepared by or
bearing the seal of Engineer of Record or its consultants, including electronic
media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on
extensions of the Project or any other project without written consent of the City
and Engineer of Record and specific written verification or adaptation by
Engineer of Record.
B. The prohibitions of this Article will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the
Contract Documents for record purposes.
ARTICLE 4 -INDEMNIFICATION; INSURANCE
4.1 Indemnification
A. To the fullest extent permitted by law, Contractor shall immediately defend (with
counsel of the City’s choosing), indemnify and hold harmless the City, its officials,
officers, agents, employees, and representatives, and each of them from and
against:
1. Any and all claims, demands, causes of action, costs, expenses, injuries, losses
or liabilities, in law or in equity, of every kind or nature whatsoever, but not limited
to, injury to or death, including wrongful death, of any person, and damages to or
destruction of property of any person, arising out of, related to, or in any manner
directly or indirectly connected with the Work or this Contract, including claims
made by subcontractors for nonpayment, including without limitation the payment
of all consequential damages and attorney’s fees and other related costs and
expenses, however caused, regardless of whether the allegations are false,
fraudulent, or groundless, and regardless of any negligence of the City or its
officers, employees, or authorized volunteers (including passive negligence),
except the sole negligence or willful misconduct or active negligence of the City
or its officials, officers, employees, or authorized volunteers.
2. Contractor’s defense and indemnity obligation herein includes, but is not limited
to damages, fines, penalties, attorney’s fees and costs arising from claims under
Packet Page. 954
Speicher Park – East Side Skate Park -28-00 72 00 – GENERAL CONDITIONS
the Americans with Disabilities Act (ADA) or other federal or state disability
access or discrimination laws arising from Contractor’s Work during the course of
construction of the improvements or after the Work is complete, as the result of
defects or negligence in Contractor’s construction of the improvements.
3. Any and all actions, proceedings, damages, costs, expenses, fines, penalties or
liabilities, in law or equity, of every kind or nature whatsoever, arising out of,
resulting from, or on account of the violation of any governmental law or
regulation, compliance with which is the responsibility of Contractor;
4. Any and all losses, expenses, damages (including damages to the Work itself),
attorney’s fees, and other costs, including all costs of defense which any of them
may incur with respect to the failure, neglect, or refusal of Contractor to faithfully
perform the Work and all of Contractor’s obligations under Contract. Such costs,
expenses, and damages shall include all costs, including attorney’s fees,
incurred by the indemnified parties in any lawsuit to which they are a party.
B. Contractor shall immediately defend, at Contractor’s own cost, expense and risk,
with the counsel of the City choosing, any and all such aforesaid suits, actions or
other legal proceedings of every kind that may be brought or instituted against the
City, its officials, officers, agents, employees and representatives. Contractor shall
pay and satisfy any judgment, award or decree that may be rendered against the
City, its officials, officers, employees, agents, employees and representatives, in
any such suit, action or other legal proceeding. Contractor shall reimburse the City,
its officials, officers, agents, employees and representatives for any and all legal
expenses and costs incurred by each of them in connection therewith or in
enforcing the indemnity herein provided. The only limitations on this provision shall
be those imposed by Civil Code section 2782.
C. The provisions of this Article shall survive the termination of this Contract
howsoever caused, and no payment, partial payment, or acceptance of occupancy
in whole or part of the Work shall waive or release any of the provisions of this
Article.
4.2 Insurance
The Contractor shall obtain, and at all times during performance of the Work of Contract,
maintain all of the insurance described in this Article. Contractor shall not commence Work
under this Contract until it has provided evidence satisfactory to the City that it has secured all
insurance required hereunder. Contractor shall not allow any Subcontractor to commence work
on any subcontract until it has provided evidence satisfactory to the City that the subcontractor
has secured all insurance required under this Article. Failure to provide and maintain all
required insurance shall be grounds for the City to terminate this Contract for cause. Contractor
shall furnish the City with original certificates of insurance and endorsements effective coverage
required by this Contract on forms satisfactory to the City. The certificates and endorsements
for each insurance policy shall be signed by a person authorized by that insurer to bind
coverage on its behalf, and shall be on forms acceptable to the City. All certificates and
endorsements must be received and approved by the City before Work commences.
A.Additional Insureds; Waiver of Subrogation. The City, its officials, officers,
employees, agents and authorized volunteers shall be named as Additional
Packet Page. 955
Speicher Park – East Side Skate Park -29-00 72 00 – GENERAL CONDITIONS
Insureds on Contractor’s All Risk policy and on Contractor’s and its subcontractors’
policies of Commercial General Liability and Automobile Liability insurance using,
for Contractor’s policy/ies of Commercial General Liability insurance, ISO CG
forms 20 10 and 20 37 (or endorsements providing the exact same coverage,
including completed operations), and, for subcontractors’ policies of Commercial
General Liability insurance, ISO CG form 20 38 (or endorsements providing the
exact same coverage). Notwithstanding the minimum limits set forth in this
Contract for any type of insurance coverage, all available insurance proceeds in
excess of the specified minimum limits of coverage shall be available to the parties
required to be named as Additional Insureds hereunder. All insurance coverage
maintained or procured pursuant to this Contract shall be endorsed to waive
subrogation against the City, its officers, officials, agents, employees or volunteers
or shall specifically allow Contractor - or others providing insurance evidence in
compliance with these specifications - to waive their right of recovery prior to a
loss. Contractor hereby waives its own right of recovery against the City, and shall
require similar written express waivers and insurance clauses from each of its
subcontractors. Copies of these waivers shall be submitted to the City prior to
commencement of work.
B.Workers’ Compensation Insurance. The Contractor shall provide workers’
compensation insurance for all of the employees engaged in Work under this
Contract, on or at the Site, and, in case of any sublet Work, the Contractor shall
require the subcontractor similarly to provide workers’ compensation insurance for
all the latter’s employees as prescribed by State law. Any class of employee or
employees not covered by a subcontractor’s insurance shall be covered by the
Contractor’s insurance. In case any class of employees engaged in work under this
Contract, on or at the Site, is not protected under the Workers’ Compensation
Statutes, the Contractor shall provide or shall cause a subcontractor to provide,
adequate insurance coverage for the protection of such employees not otherwise
protected. The Contractor is required to secure payment of compensation to his
employees in accordance with the provisions of section 3700 of the Labor Code.
The Contractor shall file with the City certificates of his insurance protecting
workers. Company or companies providing insurance coverage shall be acceptable
to the City, if in the form and coverage as set forth in the Contract Documents.
C.Employer’s Liability Insurance. Contractor shall provide Employer’s Liability
Insurance, including Occupational Disease, in the amount of at least one million
dollars ($1,000,000.00) per person per accident. Contractor shall provide the City
with a certificate of Employer’s Liability Insurance. Such insurance shall comply
with the provisions of the Contract Documents. The policy shall be endorsed, if
applicable, to provide a Borrowed Servant/Alternate Employer Endorsement and
contain a Waiver of Subrogation in favor of the City.
D.Commercial General Liability Insurance. Contractor shall provide “occurrence”
form Commercial General Liability insurance coverage at least as broad as the
most current ISO CGL Form 00 01, including but not limited to, premises liability,
contractual liability, products/completed operations, personal and advertising injury
which may arise from or out of Contractor’s operations, use, and management of
the Site, or the performance of its obligations hereunder. The policy shall not
contain any exclusion contrary to this Contract including but not limited to
endorsements or provisions limiting coverage for (1) contractual liability (including
Packet Page. 956
Speicher Park – East Side Skate Park -30-00 72 00 – GENERAL CONDITIONS
but not limited to ISO CG 24 26 or 21 39); or (2) cross-liability for claims or suits
against one insured against another. Policy limits shall not be less than
$2,000,000 per occurrence for bodily injury, personal injury and property damage.
If Commercial General Liability Insurance or other form with a general aggregate
limit is used, either the general aggregate limit shall apply separately to this
project/location or the general aggregate limit shall be twice the required
occurrence limit. Defense costs shall be paid in addition to the limits.
1. Such policy shall comply with all the requirements of this Article. The limits set
forth herein shall apply separately to each insured against whom claims are
made or suits are brought, except with respect to the limits of liability. Further the
limits set forth herein shall not be construed to relieve the Contractor from liability
in excess of such coverage, nor shall it limit Contractor’s indemnification
obligations to the City, and shall not preclude the City from taking such other
actions available to the City under other provisions of the Contract Documents or
law.
2. All general liability policies provided pursuant to the provisions of this Article shall
comply with the provisions of the Contract Documents.
3. All general liability policies shall be written to apply to all bodily injury, including
death, property damage, personal injury, owned and non-owned equipment,
blanket contractual liability, completed operations liability, explosion, collapse,
under-ground excavation, removal of lateral support, and other covered loss,
however occasioned, occurring during the policy term, and shall specifically
insure the performance by Contractor of that part of the indemnification contained
in these General Conditions relating to liability for injury to or death of persons
and damage to property.
4. If the coverage contains one or more aggregate limits, a minimum of 50% of any
such aggregate limit must remain available at all times; if over 50% of any
aggregate limit has been paid or reserved, the City may require additional
coverage to be purchased by Contractor to restore the required limits. Contractor
may combine primary, umbrella, and as broad as possible excess liability
coverage to achieve the total limits indicated above. Any umbrella or excess
liability policy shall include the additional insured endorsement described in the
Contract Documents.
5. All policies of general liability insurance shall permit and Contractor does hereby
waive any right of subrogation which any insurer of Contractor may acquire from
Contractor by virtue of the payment of any loss.
E.Automobile Liability Insurance. Contractor shall provide Automobile Liability
Insurance at least as broad as ISO CA 00 01 (Any Auto) in the amount of, at least,
one million dollars ($1,000,000) per accident for bodily injury and property damage.
Such insurance shall provide coverage with respect to the ownership, operation,
maintenance, use, loading or unloading of any auto owned, leased, hired or
borrowed by Contractor or for which Contractor is responsible, in a form and with
insurance companies acceptable to the City. All policies of automobile insurance
shall permit and Contractor does hereby waive any right of subrogation which any
Packet Page. 957
Speicher Park – East Side Skate Park -31-00 72 00 – GENERAL CONDITIONS
insurer of Contractor may acquire from Contractor by virtue of the payment of any
loss.
F.Privacy/Network Security (Cyber). Contractor shall provide Cyber Liability
Insurance, in a form and with insurance companies acceptable to City, in the amount
of, at least, one million dollars ($1,000,000) per occurrence and aggregate. Such
insurance shall provide coverage for: (1) privacy breaches, (2) system breaches, (3)
denial or loss of service, and (4) the introduction, implantation or spread of malicious
software code.
G.Aviation and/or Drone Liability. If Contractor shall utilize drones as part of the
Work, Contractor shall provide Aviation and/or Drone Liability Insurance, in a form
and with insurance companies acceptable to City, in the amount of, at least, one
million dollars ($1,000,000) per occurrence limit. Such insurance shall provide
coverage for bodily injury and property damage.
H. Contractor shall require all tiers of Subcontractors working under this Contract to
provide the insurance required under this Article unless otherwise agreed to in
writing by the City. Contractor shall make certain that any and all Subcontractors
hired by Contractor are insured in accordance with this Contract. If any
Subcontractor’s coverage does not comply with the foregoing provisions, Contractor
shall indemnify and hold the City harmless from any damage, loss, cost, or expense,
including attorneys’ fees, incurred by the City as a result thereof.
I. Notwithstanding the minimum limits set forth in this Contract for any type of
insurance coverage, if Contractor maintains higher limits than the minimums shown
above, the City requires and shall be entitled to coverage for the higher limits
maintained by the Contractor. Any available insurance proceeds in excess of the
specified minimum limits of insurance and coverage shall be available to the City.
J.Form and Proof of Carriage of Insurance
1. Any insurance carrier providing insurance coverage required by the Contract
Documents shall be admitted to and authorized to do business in the State of
California unless waived, in writing, by the City’s Risk Manager. Carrier(s) shall
have an A.M. Best rating of not less than an A:VII. Insurance deductibles or self-
insured retentions must be declared by the Contractor. At the election of the City
the Contractor shall either 1) reduce or eliminate such deductibles or self-insured
retentions, or 2) procure a bond which guarantees payment of losses and related
investigations, claims administration, and defense costs and expenses. If
umbrella or excess liability coverage is used to meet any required limit(s)
specified herein, the Contractor shall provide a “follow form” endorsement
satisfactory to the City indicating that such coverage is subject to the same terms
and conditions as the underlying liability policy.
2. Each insurance policy required by this Contract shall be endorsed to state that:
(1) coverage shall not be suspended, voided, reduced or cancelled except after
thirty (30) days prior written notice by certified mail, return receipt requested, has
been given to the City; and (2) any failure to comply with reporting or other
provisions of the policies, including breaches of warranties, shall not affect
Packet Page. 958
Speicher Park – East Side Skate Park -32-00 72 00 – GENERAL CONDITIONS
coverage provided to the City, its officials, officers, agents, employees, and
volunteers.
3. The Certificates(s) and policies of insurance shall contain or shall be endorsed to
contain the covenant of the insurance carrier(s) that it shall provide no less than
thirty (30) days written notice be given to the City prior to any material
modification or cancellation of such insurance. In the event of a material
modification or cancellation of coverage, the City may terminate the Contract or
stop the Work in accordance with the Contract Documents, unless the City
receives, prior to such effective date, another properly executed original
Certificate of Insurance and original copies of endorsements or certified original
policies, including all endorsements and attachments thereto evidencing
coverage’s set forth herein and the insurance required herein is in full force and
effect. Contractor shall not take possession, or use the Site, or commence
operations under this Contract until the City has been furnished original
Certificate(s) of Insurance and certified original copies of endorsements or
policies of insurance including all endorsements and any and all other
attachments as required in this Article. The original endorsements for each
policy and the Certificate of Insurance shall be signed by an individual authorized
by the insurance carrier to do so on its behalf.
4. The Certificate(s) of Insurance, policies and endorsements shall so covenant and
shall be construed as primary, and the City’s insurance and/or deductibles and/or
self-insured retentions or self-insured programs shall not be construed as
contributory.
5. The City reserves the right to adjust the monetary limits and types of insurance
coverages during the term of this Contract including any extension thereof if, in
the City’s reasonable judgment, the amount or type of insurance carried by the
Contractor becomes inadequate.
6. Contractor shall report to the City, in addition to the Contractor’s insurer, any and
all insurance claims submitted by the Contractor in connection with the Work
under this Contract.
7. Products/completed operations coverage shall extend a minimum of three years
after the project completion. Coverage shall be included on behalf of the insured
for covered claims arising out of the actions of independent contractors. If the
insured is using subcontractors, the policy must include work performed “by or on
behalf” of the insured. Policy shall contain no language that would invalidate or
remove the insurer’s duty to defend or indemnify for claims or suits expressly
excluded from coverage. Policy shall specifically provide for a duty to defend on
the part of the insurer. The City, its officers, officials, agents employees, and
volunteers shall be included as insureds under the policy.
ARTICLE 5 -CONTRACTOR RESPONSIBILITIES; REGULATORY REQUIREMENTS
5.1 Applicable Laws
A. Contractor shall give all notices required by and shall comply with all Applicable
Laws applicable to the performance of the Work. Except where otherwise
Packet Page. 959
Speicher Park – East Side Skate Park -33-00 72 00 – GENERAL CONDITIONS
expressly required by Applicable Laws, neither the City nor the City’s
Representative shall be responsible for monitoring Contractor’s compliance with
any Applicable Laws. If Contractor performs any Work knowing or having reason
to know that it is contrary to Applicable Laws, Contractor shall bear all claims,
costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or arbitration
or other dispute resolution costs) arising out of or relating to such Work.
5.2 Permits and Licenses
A. Permits and licenses necessary for prosecution of the Work shall be secured and
paid for by Contractor, including, but not limited to, excavation permit, for plumbing,
mechanical and electrical work and for operations in or over public streets or right
of way under jurisdiction of public agencies other than the City, unless otherwise
specified in the Contract Documents.
B. The Contractor shall arrange and pay for all off-site inspection of the Work related
to permits and licenses, including certification, required by the specifications,
drawings, or by governing authorities, except for such off-site
inspections delineated as the City’s responsibility pursuant to the Contract
Documents.
C. Before acceptance of the Work, the Contractor shall submit all licenses, permits,
certificates of inspection and required approvals to the City.
5.3 Taxes
A. Contractor shall pay all sales, consumer, use, and other similar taxes required to
be paid in accordance with the Applicable Laws of the place of the Project which
are applicable during the performance of the Work. In accordance with Revenue
and Taxation Code section 107.6, the Contract Documents may create a
possessory interest subject to personal property taxation for which Contractor will
be responsible.
5.4 Traffic Control
A. Traffic control plans, if required, shall be prepared at Contractor’s expense. Traffic
control shall be performed at Contractor’s expense in accordance with the
requirements of the City and/or the local agency with jurisdiction. Costs for traffic
control plans, implementation of traffic control, or traffic signal services required by
the City shall be included in the Contractor’s Bid.
B. All warning signs and safety devices used by the Contractor to perform the Work
shall conform to the requirements contained in the State of California, Department
of Transportation’s current edition of “Manual of Traffic Controls for Construction
and Maintenance Work Zones” or to the requirements of the local agency. The
Contractor shall also be responsible for all traffic control required by the agency
having jurisdiction over the Project on the intersecting streets. Contractor must
submit a traffic control plan to the agency having jurisdiction over the Project for
approval prior to starting Work.
Packet Page. 960
Speicher Park – East Side Skate Park -34-00 72 00 – GENERAL CONDITIONS
C. The Contractor’s representative on the site responsible for traffic control shall
produce evidence that he/she has completed training acceptable to the California
Department of Transportation for safety through construction zones. All of the
streets in which the Work will occur shall remain open to traffic and one lane of
traffic maintained at all times unless otherwise directed by the agency of
jurisdiction. Businesses and residences adjacent to the Work shall be notified forty-
eight (48) hours in advance of closing of driveways. The Contractor shall make
every effort to minimize the amount of public parking temporarily eliminated due to
construction in areas fronting businesses. No stockpiles of pipe or other material
will be allowed in traveled right-of-ways after working hours unless otherwise
approved by the Engineer.
5.5 Safety
A. Contractor shall be solely responsible for all safety precautions and programs in
connection with the Work. Such responsibility does not relieve Subcontractors of
their responsibility for the safety of persons or property in the performance of their
work, nor for compliance with applicable safety laws. Contractor shall comply with
all Applicable Laws relating to the safety of persons or property, or to the protection
of persons or property from damage, injury, or loss; and shall erect and maintain all
necessary safeguards for such safety and protection. Contractor shall notify
owners of adjacent property and of Underground Facilities and other utility owners
when prosecution of the Work may affect them, and shall cooperate with them in
the protection, removal, relocation, and replacement of their property.
B. The Contractor shall maintain emergency first aid treatment for his employees
which complies with the Federal Occupational Safety and Health Act of 1970 (29
U.S.C. § 651 et seq.), and California Code of Regulations, Title 8, Industrial
Relations Division 1, Department of Industrial Relations, Chapter 4. The
Contractor shall ensure the availability of emergency medical services for its
employees in accordance with California Code of Regulations, Title 8, Section
1512. The Contractor shall submit an Illness and Injury Prevention Program and a
Project Site specific safety program to the City prior to beginning Work. Contractor
shall maintain a confined space program that meets or exceeds the City’s
standards. Contractor needs to make themselves aware of the City’s safety
policies and procedures, and shall meet or exceed all City standards in areas
where the City must enter to perform inspections.
C. Hazard Communication Programs. Contractor shall be responsible for
coordinating any exchange of material safety data sheets or other hazard
communication information required to be made available to or exchanged
between or among employers at the Site in accordance with Applicable Laws.
5.6 Hazardous Materials
A. The City shall not be responsible for any Hazardous Waste brought to the site by
the Contractor. If the Contractor: (i) introduces and/or discharges a Hazardous
Waste onto the site in a manner not specified by the Contract Documents; and/or
(ii) disturbs a Hazardous Material identified in the Contract Documents, the
Contractor shall hire a qualified remediation contractor at Contractor’s sole cost to
eliminate the condition as soon as possible. Under no circumstance shall the
Packet Page. 961
Speicher Park – East Side Skate Park -35-00 72 00 – GENERAL CONDITIONS
Contractor perform Work for which it is not qualified. The City, in its sole discretion,
may require the Contractor to retain at Contractor’s cost an independent testing
laboratory.
B. If the Contractor encounters a Hazardous Waste which may cause foreseeable
injury or damage, Contractor shall immediately: (i) secure or otherwise isolate
such condition; (ii) stop all Work in connection with such material or substance
(except in an emergency situation); and (iii) notify the City (and promptly thereafter
confirm such notice in writing).
C. Subject to Contractor’s compliance with this Article 5.6(B), the City shall verify the
presence or absence of the Hazardous Waste reported by the Contractor, except
as qualified under Article 5.6(A) and Article 5.6(B) in the event such material or
substance is found to be present, verify that the levels of the hazardous material
are below OSHA Permissible Exposure Levels and below levels which would
classify the material as a state of California or federal hazardous waste. When the
material falls below such levels, Work in the affected area shall resume upon
direction by the City.
D. Contractor shall indemnify and hold harmless the City from and against claims,
damages, losses and expenses, arising from a Hazardous Waste on the Project
Site, if such Hazardous Waste exceeded OSHA Permissible Exposure Levels or
levels which would classify the material as a state of California or federal
hazardous waste, and was either i) shown on the Contract Documents or
information available to bidders; or (ii) brought to the site by Contractor. Nothing in
this paragraph shall obligate the Contractor to indemnify the City in the event of the
sole or active negligence or willful misconduct of the City, its officers, agents, or
employees.
5.7 Sanitary Facilities.
A. Contractor shall provide sanitary temporary toilet buildings and hand washing
facilities for the use of all workers. All toilets and hand washing facilities shall
comply with local codes and ordinances. Toilets shall be placed inside sealed
secondary containment devices installed on a flat, level surface. Accumulated
liquids in the secondary containment devices shall be properly removed and legally
disposed without spillage onto the ground. Toilets shall be kept supplied with toilet
paper and shall have workable door fasteners. Toilets and hand washing facilities
shall be serviced no less than once weekly and shall be present in a quantity of not
less than 1 per 20 workers as required by Cal/OSHA regulations. The toilets and
hand washing facilities shall be maintained in a sanitary condition at all times. Use
of toilet and hand washing facilities in the Work under construction shall not be
permitted. Any other sanitary facilities required by Cal/OSHA shall be the
responsibility of the Contractor.
5.8 Dust Control
A. Contractor, at its expense, shall maintain all excavations, embankments, haul
roads, permanent access roads, plant sites, waste disposal areas, borrow areas,
and all other work areas free from dust. Industry accepted methods of dust control
Packet Page. 962
Speicher Park – East Side Skate Park -36-00 72 00 – GENERAL CONDITIONS
suitable for the area involved, such as sprinkling, chemical treatment, light
bituminous treatment or similar methods, will be permitted.
5.9 Air Pollution Control
A. Contractor shall comply with all air pollution control rules, regulations, ordinances
and statutes. All containers of paint, thinner, curing compound, solvent or liquid
asphalt shall be labeled to indicate that the contents fully comply with the
applicable material requirements.
B. Without limiting the foregoing, Contractor must fully comply with all applicable laws,
rules and regulations in furnishing or using equipment and/or providing services,
including, but not limited to, emissions limits and permitting requirements imposed
by the Air Quality Management District with jurisdiction over the Project and/or
California Air Resources Board (CARB). Contractor shall specifically be aware of
the application of these limits and requirements to "portable equipment", which
definition includes any item of equipment with a fuel-powered engine. Contractor
shall indemnify the City against any fines or penalties imposed by the air quality
management district, CARB, or any other governmental or regulatory agency for its
violations of Applicable Laws as well as those of its subcontractors or others for
whom Contractor is responsible under its indemnity obligations provided for in the
Contract Documents.
5.10 Water Quality Management and Compliance
A. Storm, surface, ground, nuisance, or other waters may be encountered at various
times during construction of the Work. The Contractor hereby acknowledges that it
has investigated the risk arising from such waters, has prepared its Bid
accordingly, and assumes any and all risks and liabilities arising therefrom.
B. Contractor shall keep itself and all subcontractors, staff, and employees fully
informed of and in compliance with all local, state and federal laws, rules and
regulations that may impact, or be implicated by the performance of the Work
including, without limitation, all applicable provisions regulating discharges of storm
water; the Federal Water Pollution Control Act (33 U.S.C. § 13000 et seq.); the
California Porter-Cologne Water Quality Control Act (Cal Water Code §§ 13000-
14950); and any and all regulations, policies, or permits issued pursuant to any
such authority. These include, but are not limited to California State Water
Resources Control Board Order Number 2009-0009-DWQ (NPDES Permit No.
CAS000002), as amended by Order Numbers 2010-0014-DWQ, 2012-0006-DWQ,
and any subsequent amendment to or renewal thereof, State Water Resources
Control Board Order No. 2013-0001-DWQ (NPDES Order No. CAS000004), Santa
Ana Regional Water Quality Control Board No. R8-2010-0036 (NPDES No.
CAS618036), and any amendment or renewal thereof.
C. Contractor shall comply with all conditions of the State Water Resources Control
Board (“State Water Board”) National Pollutant Discharge Elimination System
General Permit for Waste Discharge Requirements for Discharges of Storm Water
Runoff Associated with Construction Activity (“Construction General Permit”) for all
construction activity which results in the disturbance of in excess of one acre of
total land area or which is part of a larger common area of development or sale.
Packet Page. 963
Speicher Park – East Side Skate Park -37-00 72 00 – GENERAL CONDITIONS
Contractor shall comply with the lawful requirements of the City, and any other
applicable municipality, drainage district, or other local agency with jurisdiction over
the location where the Work is to be conducted, regarding discharges of storm
water to separate storm drain systems or other watercourses under their
jurisdiction, including applicable requirements in municipal storm water
management programs.
D. Unless otherwise specified in the Special Conditions or other portion of the
Contract Documents, the City has not prepared a Storm Water Pollution Prevention
Plan (“SWPPP”) or other storm water compliance plan for the Project Site.
Contractor shall be responsible for filing the Notice of Intent (“NOI”) and for
obtaining coverage under the Construction General Permit. This includes filing all
necessary documentation including the Permit Registration Documents (“PRDs”)
through the Stormwater Multiple Applications and Report Tracking System
(“SMARTS”); preparing and implementing a SWPPP for the Work site;
implementing all other provisions, and monitoring and reporting requirements
required by the Construction General Permit; and providing a Qualified SWPPP
Developer (“QSD”) and Qualified SWPPP Practitioner (“QSP”), as necessary for all
Work site activities, including but not limited to preparation and submittal of all
reports, plans, inspections, and monitoring information in compliance with the
Construction General Permit. All submittals shall be coordinated with the City’s
Legally Responsible Person and Authorized Signatory as those terms are defined
in the Construction General Permit. Before any NOI, PRD, SWPPP, or other
Construction General Permit-related document may be submitted to the State
Water Board or implemented on the Project site, it must first be reviewed and
approved by the City and/or City’s designee. Contractor shall include all costs of
compliance with specified requirements in the Contract Price.
E. The City retains the right to develop its own documentation for the Project site,
including but not limited to the SWPPP, and in the alternative may require
Contractor to adopt and implement portions of the City developed SWPPP. The
City expressly reserves the right to procure coverage under the Construction
General Permit for the Work site if Contractor fails to draft satisfactory PRDs or
SWPPP or otherwise fails to proceed in a manner that complies with the
requirements of the Construction General Permit. The City additionally reserves
the right to hire additional contractors to maintain compliance at the Work site.
Whether Contractor has adequately maintained compliance with the Construction
General Permit shall be the City’s sole determination. Any costs incurred by the
City in procuring coverage under the Construction General Permit, or drafting
and/or implementing a SWPPP for the Work site shall be paid by Contractor.
F. Notwithstanding the above, for those Work sites where construction activity results
in the disturbance of less than one acre of total land area and/or do not need
coverage under the Construction General Permit, the Contractor shall be
responsible for preparing and implementing an Erosion and Sediment Control Plan
in accordance with State Water Resources Control Board Order No. 2013-0001-
DWQ (NPDES Order No. CAS000004) and any amendment to or renewal thereof.
G. Failure to comply with the Construction General Permit, laws, regulations, and
ordinances listed in this Article is a violation of federal and state law.
Notwithstanding any other indemnity contained in these Contract Documents,
Packet Page. 964
Speicher Park – East Side Skate Park -38-00 72 00 – GENERAL CONDITIONS
Contractor agrees to indemnify and hold harmless the City, its officials, officers,
agents, employees and authorized volunteers from and against any and all claims,
demands, fees, costs, expenses, or losses or liabilities of any kind or nature which
the City, its officials, officers, agents, employees and authorized volunteers may
sustain or incur for noncompliance with the Permit, laws, regulations, and
ordinances listed above, arising out of or in connection with the Work, except for
liability resulting from the sole established negligence, willful misconduct or active
negligence of the City, its officials, officers, agents, employees or authorized
volunteers.
H. The City reserves the right to defend any enforcement action or civil action brought
against the City for Contractor’s failure to comply with any applicable water quality
law, regulation, or policy. Contractor hereby agrees to be bound by, and to
reimburse the City for the costs associated with, any settlement reached between
the City and any relevant enforcement entity.
5.11 Environmental Quality Protection
A. The Contractor shall comply with all requirements of applicable federal, state, and
local environmental rules and regulations. Any infractions of said rules and
regulations by the Contractor during the term of the Contract, which result in
penalties, will be the responsibility of the Contractor. The City operates under a
number of environmental permits issued by various agencies. If due to an action,
inaction, or negligence by the Contractor, the City becomes subject to non-
compliance penalties, the cost of such penalties shall be borne by the Contractor.
B. The Contractor shall exercise care to preserve the natural landscape and
vegetation, and shall conduct operations so as to prevent unnecessary
destruction, scarring, or defacing of the natural surroundings in the vicinity of the
Work. Movement of crews and equipment within the rights-of-way and over routes
provided for access to the Work shall be performed in a manner to prevent
damage to property. When no longer required, construction roads shall be
restored to original contours. Upon completion of the Work, and following
removal of construction facilities and required cleanup, land used for construction
purposes and not required for the completed installation shall be scarified and
regraded, as required, so that all surfaces are left in a condition that will facilitate
natural revegetation, provide for proper drainage, and prevent erosion.
C. If, in the performance of the Work, evidence of the possible occurrence of any
Federally listed threatened or endangered plant or animal is discovered, the
Contractor shall notify the City Representative immediately, giving the location and
nature of the findings. Written confirmation of the evidence, location and nature of
the findings shall be forwarded to City within two (2) Days. The Contractor shall
immediately cease all construction activities in the immediate area of the discovery
to the extent necessary to protect the endangered plant or animal. If directed by
the City Representative, Contractor will refrain from working in the immediate area,
suspend the Work in its entirety, or alter its performance to ensure full compliance
with all applicable permits, laws and regulations. Any City directed changes to the
Work as a result of a siting will be pursuant to the Contract Documents. Any costs
or delays incurred by City or the Contractor due to unreasonable or false
notification of an endangered plant or animal will be borne by the Contractor.
Packet Page. 965
Speicher Park – East Side Skate Park -39-00 72 00 – GENERAL CONDITIONS
D. If, in the performance of the Work, Contractor should unearth cultural resources
(for example, human remains, animal bones, stone tools, artifacts and/or midden
deposits) through excavation, grading, watering or other means, the Contractor
shall notify the construction/archeological monitor and/or the City Representative
immediately, giving the location and nature of the findings. Written confirmation of
the evidence, location and nature of the findings shall be forwarded to the
construction/archeological monitor and/or City within two (2) Days. The Contractor
shall immediately cease all construction activities in the immediate area of the
discovery to the extent necessary to protect the cultural resource. If directed by
the City Representative, Contractor will refrain from working in the immediate area,
suspend the Work in its entirety, or re-sequence and/or alter its performance to
ensure full compliance with all applicable permits, laws and regulations. Should
the presence of cultural resources be confirmed, the Contractor will assist the City
Representative and the construction/archeological monitor in the preparation and
implementation of a data recovery plan. The Contractor shall provide such
cooperation and assistance as may be necessary to preserve the cultural
resources for removal or other disposition. Any City directed changes to the Work
as a result of the cultural resource will be pursuant to the Contract Documents.
Should Contractor, without permission, injure, destroy, excavate, appropriate, or
remove any cultural resource on or adjacent to the Site, it will be subject to
disciplinary action, arrest and penalty under applicable law. The Contractor shall
be principally responsible for all costs of mitigation and/or restoration of cultural
resources related to the unauthorized actions identified above. Contractor shall be
required to pay for unauthorized damage and mitigation costs to cultural resources
(historical and archeological resources) as a result of unauthorized activities that
damage cultural resources and shall indemnify City pursuant to the Contract
Documents.
5.12 Excessive Noise
A. Contractor shall use only such equipment on the Work and in such state of repair
so that the emission of sound therefrom is within the noise tolerance level of that
equipment as established by Cal/OSHA. Contractor shall comply with the most
restrictive of the following: (1) local sound control and noise level rules, regulations
and ordinances and (2) the requirements contained in these Contract Documents,
including hours of operation requirements.
B. No internal combustion engine shall be operated on the Project without a muffler of
the type recommended by the manufacturer. Should any muffler or other control
device sustain damage or be determined to be ineffective or defective, the
Contractor shall promptly remove the equipment and shall not return said
equipment to the job until the device is repaired or replaced. Said noise and
vibration level requirements shall apply to all equipment on the job or related to the
job, including but not limited to, trucks, transit mixers or transit equipment that may
or may not be owned by the Contractor.
5.13 Diversion of Recyclable Waste Material
A. In compliance with the applicable City’s waste reduction and recycling efforts,
Contractor shall divert all Recyclable Waste Materials to appropriate recycling
centers as required for compliance with the local jurisdiction’s waste diversion
Packet Page. 966
Speicher Park – East Side Skate Park -40-00 72 00 – GENERAL CONDITIONS
ordinances. Contractor will be required to submit weight tickets and written proof
of diversion with its monthly progress payment requests. Contractor shall complete
and execute any certification forms required by the City or other applicable
agencies to document Contractor’s compliance with these diversion requirements.
All costs incurred for these waste diversion efforts shall be the responsibility of the
Contractor.
5.14 Inspector’s Field Office.
A. If required by the City, the Contractor shall be responsible for providing the
inspector’s field office. The office shall be a substantial waterproof construction
with adequate natural light and ventilation by means of stock design windows.
Door shall have a key type lock or padlock clasp. The office shall have heating
and air conditioning and shall be equipped with a telephone, a telephone
answering machine, an ability to connect to the internet, and a fax machine at
Contractor’s expense. The field office shall be provided within 20 Days of the
Notice to Proceed.
B. A table satisfactory for the study of plans and two chairs shall be provided by
Contractor. Contractor shall provide and pay for adequate electric lights, local
telephone service, and adequate heat and air conditioning for the field office until
authorized removal.
5.15 Contractor’s Supervision.
A. Contractor shall continuously keep at the Project site, a competent and
experienced full-time Project superintendent acceptable to the City.
Superintendent must be able to proficiently speak, read and write in English and
shall have the authority to make decisions on behalf of the Contractor. Contractor
shall continuously provide efficient supervision of the Project.
5.16 Workers.
A. Contractor shall at all times enforce strict discipline and good order among its
employees. Contractor shall not employ on the Project any unfit person or any one
not skilled in the Work assigned to him or her.
B. Any person in the employ of the Contractor whom the City may deem incompetent
or unfit shall be dismissed from the Work and shall not be employed on this
Project.
5.17 Independent Contractors.
A. Contractor shall be an independent contractor for the City and not an employee.
Contractor understands and agrees that it and all of its employees shall not be
considered officers, employees, or agents of the City and are not entitled to
benefits of any kind normally provided employees of the City, including but not
limited to, state unemployment compensation or workers’ compensation.
Contractor assumes full responsibility for the acts and omissions of its employees
or agents related to the Work.
Packet Page. 967
Speicher Park – East Side Skate Park -41-00 72 00 – GENERAL CONDITIONS
5.18 Verification of Employment Eligibility.
A. By executing the Contract, Contractor verifies that it fully complies with all
requirements and restrictions of state and federal law respecting the employment
of undocumented aliens, including, but not limited to, the Immigration Reform and
Control Act of 1986, as may be amended from time to time, and shall require all
subcontractors, sub-subcontractors and consultants to comply with the same.
Each person executing this Contract on behalf of Contractor verifies that he or she
is a duly authorized officer of Contractor and that any of the following shall be
grounds for the City to terminate the Contract for cause: (1) failure of the
Contractor or its Subcontractors, sub-subcontractors or consultants to meet any of
the requirements provided for in this Article; (2) any misrepresentation or material
omission concerning compliance with such requirements; or (3) failure to
immediately remove from the Work any person found not to be in compliance with
such requirements.
5.19 Labor.
A. Hours of Work
1. As provided in Article 3 (commencing at section 1810), Chapter 1, Part 7,
Division 2 of the Labor Code, Contractor stipulates that eight (8) hours of labor
shall constitute a legal day’s work. The time of service of any worker employed
at any time by the Contractor or by any subcontractor on any subcontract under
this Contract upon the Work or upon any part of the Work contemplated by this
Contract is limited and restricted to eight (8) hours during any one calendar day
and 40 hours during any one calendar week, except as hereinafter provided.
Notwithstanding the provisions herein above set forth, work performed by
employees of Contractor in excess of eight (8) hours per day, and 40 hours
during any one week, shall be permitted upon this public work upon
compensation for all hours worked in excess of eight (8) hours per day at not less
than one and one-half times the basic rate of pay.
2. The Contractor and every Subcontractor shall keep an accurate record showing
the name of and actual hours worked each calendar day and each calendar
week by each worker employed in connection with the Work or any part of the
Work contemplated by this Contract. The record shall be kept open at all
reasonable hours to the inspection of the City and to the Division of Labor Law
Enforcement, Department of Industrial Relations of the State of California.
3. The Contractor shall pay to the City a penalty of twenty-five dollars ($25.00) for
each worker employed in the execution of this Contract by the Contractor or by
any subcontractor for each calendar day during which such worker is required or
permitted to work more than eight (8) hours in any calendar day and 40 hours in
any one calendar week in violation of the provisions of Article 3 (commencing at
section 1810), Chapter 1, Part 7, Division 2 of the Labor Code.
4. Any work necessary to be performed after regular working hours, or on
Saturdays and Sundays or other holidays, shall be performed without additional
expense to the City.
Packet Page. 968
Speicher Park – East Side Skate Park -42-00 72 00 – GENERAL CONDITIONS
5. If Contractor gives notice of an inspection pursuant to the Contract Documents,
the City will provide inspection during normal working hours from 7:00 a.m. to
3:30 p.m. Monday through Friday. Requested inspections before or after this time
will be charged to the Contractor as reimbursable inspection time. Inspections on
weekends requires two (2) Days’ notice for review and approval. Upon written
request and approval the 8.5 hour working day may be changed to other limits
subject to city/county ordinance.
6. It shall be unlawful for any person to operate, permit, use, or cause to operate
any of the following at the Project Site, other than between the hours of 7:00 a.m.
to 5:00 p.m., Monday through Friday, with no Work allowed on City-observed
Holidays, unless otherwise approved by the City:
a. Powered Vehicles
b. Construction Equipment
c. Loading and Unloading Vehicles
d. Domestic Power Tools
B. Payroll Records; Labor Compliance
1. Pursuant to Labor Code section 1776, Contractor and all subcontractors shall
maintain weekly certified payroll records, showing the names, addresses, Social
Security numbers, work classifications, straight time and overtime hours worked
each day and week, and the actual per diem wages paid to each journeyman,
apprentice, worker, or other employee employed by them in connection with the
Work under this Contract. Contractor shall certify under penalty of perjury that
records maintained and submitted by Contractor are true and accurate.
Contractor shall also require Subcontractor(s) to certify weekly payroll records
under penalty of perjury.
2. In accordance with Labor Code section 1771.4, the Contractor and each
Subcontractor shall furnish the certified payroll records directly to the Department
of Industrial Relations (“DIR”) on the specified interval and format prescribed by
the DIR, which may include electronic submission. Contractor shall comply with
all requirements and regulations from the DIR relating to labor compliance
monitoring and enforcement. The requirement to submit certified payroll records
directly to the Labor Commissioner under Labor Code section 1771.4 shall not
apply to work performed on a public works project that is exempt pursuant to the
small project exemption specified in Labor Code Section 1771.4.
3. Any stop orders issued by the DIR against Contractor or any Subcontractor that
affect Contractor’s performance of Work, including any delay, shall be
Contractor’s sole responsibility. Any delay arising out of or resulting from such
stop orders shall be considered Contractor caused delay subject to any
applicable liquidated damages and shall not be compensable by the City.
Contractor shall defend, indemnify and hold the City, its officials, officers,
employees and agents free and harmless from any claim or liability arising out of
stop orders issued by the DIR against Contractor or any Subcontractor.
Packet Page. 969
Speicher Park – East Side Skate Park -43-00 72 00 – GENERAL CONDITIONS
4. The payroll records described herein shall be certified and submitted by the
Contractor at a time designated by the City. The Contractor shall also provide
the following:
a. A certified copy of the employee’s payroll records shall be made available for
inspection or furnished to such employee or his or her authorized representative
on request.
b. A certified copy of all payroll records described herein shall be made
available for inspection or furnished upon request of the DIR.
5. Unless submitted electronically, the certified payroll records shall be on forms
provided by the Division of Labor Standards Enforcement (“DLSE”) of the DIR or
shall contain the same information as the forms provided by the DLSE.
6. Any copy of records made available for inspection as copies and furnished upon
request to the public or any public agency, the City, the Division of
Apprenticeship Standards or the Division of Labor Standards Enforcement shall
be marked or obliterated in such a manner as to prevent disclosure of an
individual's name, address and social security number. The name and address
of the Contractor awarded the Contract or performing the Contract shall not be
marked or obliterated.
7. In the event of noncompliance with the requirements of this Article, the
Contractor shall have ten (10) Days in which to comply subsequent to receipt of
written notice specifying in what respects the Contractor must comply with this
Article. Should noncompliance still be evident after such 10-day period, the
Contractor shall pay a penalty of one hundred dollars ($100.00) to the City for
each calendar day, or portion thereof, for each worker, until strict compliance is
effectuated. Upon the request of the Division of Apprenticeship Standards or the
Division of Labor Standards Enforcement, such penalties shall be withheld from
progress payment then due.
8. The responsibility for compliance with this Article shall rest upon the Contractor.
C. Prevailing Rates of Wages
1. The Contractor is aware of the requirements of Labor Code sections 1720 et seq.
and 1770 et seq., as well as California Code of Regulations, Title 8, Section
16000 et seq. (“Prevailing Wage Laws”), which require the payment of prevailing
wage rates and the performance of other requirements on certain “public works”
and “maintenance” projects. Since this Project involves an applicable “public
works” or “maintenance” project, as defined by the Prevailing Wage Laws, and
since the total compensation is $1,000 or more, Contractor agrees to fully comply
with such Prevailing Wage Laws. The Contractor shall obtain a copy of the
prevailing rates of per diem wages at the commencement of this Contract from
the website of the Division of Labor Statistics and Research of the Department of
Industrial Relations located at www.dir.ca.gov. In the alternative, the Contractor
may view a copy of the prevailing rate of per diem wages which are on file at the
City’s Administration Office and shall be made available to interested parties
upon request. Contractor shall make copies of the prevailing rates of per diem
Packet Page. 970
Speicher Park – East Side Skate Park -44-00 72 00 – GENERAL CONDITIONS
wages for each craft, classification, or type of worker needed to perform work on
the Project 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 officials, officers, employees and
authorized volunteers free and harmless from any claims, liabilities, costs,
penalties or interest arising out of any failure or allege failure to comply with the
Prevailing Wage Laws.
2. The Contractor shall forfeit as a penalty to the City not more than Two Hundred
Dollars ($200.00), pursuant to Labor Code section 1775, for each calendar day,
or portion thereof, for each worker paid less than the prevailing wage rate as
determined by the Director of the DIR for such work or craft in which such worker
is employed for any public work done under the Contract by it or by any
Subcontractor under it. The difference between such prevailing wage rate and
the amount paid to each worker for each calendar day or portion thereof, for
which each worker was paid less than the prevailing wage rate, shall be paid to
each worker by the Contractor.
3. Contractor shall post, at appropriate conspicuous points on the Project Site, a
schedule showing all determined general prevailing wage rates and all
authorized deductions, if any, from unpaid wages actually earned.
D. Public Works Contractor Registration
1. Pursuant to Labor Code sections 1725.5 and 1771.1, the Contractor and its
Subcontractors must be registered with the DIR prior to the execution of a
contract to perform public works. By entering into this Contract, Contractor
represents that it is aware of the registration requirement and is currently
registered with the DIR. Contractor shall maintain a current registration for the
duration of the Project. Contractor shall further include the requirements of Labor
Code sections 1725.5 and 1771.1 in any subcontract and ensure that all
Subcontractors are registered at the time this Contract is entered into and
maintain registration for the duration of the Project. Notwithstanding the
foregoing, the contractor registration requirements mandated by Labor Code
Sections 1725.5 and 1771.1 shall not apply to work performed on a public works
project that is exempt pursuant to the small project exemption specified in Labor
Code Sections 1725.5 and 1771.1.
E. Employment of Apprentices
1. Contractor and all Subcontractors shall comply with the requirements of Labor
Code sections 1777.5 and 1777.6 in the employment of apprentices.
2. Information relative to apprenticeship standards, wage schedules, and other
requirements may be obtained from the Director of Industrial Relations, ex officio
the Administrator of Apprenticeship, San Francisco, California, or from the
Division of Apprenticeship Standards and its branch offices.
3. Knowing violations of Labor Code section 1777.5 will result in forfeiture not to
exceed one hundred dollars ($100.00) for each calendar day of non-compliance
pursuant to Labor Code section 1777.7.
Packet Page. 971
Speicher Park – East Side Skate Park -45-00 72 00 – GENERAL CONDITIONS
F. Nondiscrimination/Equal Employment Opportunity
1. Pursuant to Labor Code section 1735 and other applicable provisions of law, the
Contractor and its Subcontractors shall not discriminate against any employee or
applicant for employment because of race, religious creed, color, national origin,
ancestry, physical disability, mental disability, medical condition, marital status,
sex, age, sexual orientation, or any other classifications protected by law on this
Project. The Contractor will take affirmative action to insure that employees are
treated during employment or training without regard to their race, religious
creed, color, national origin, ancestry, physical disability, mental disability,
medical condition, marital status, sex, age, sexual orientation, or any other
classifications protected by law.
G. Debarment of Contractors and Subcontractors
1. Contractors or Subcontractors may not perform work on a public works project
with a subcontractor who is ineligible to perform work on a public project
pursuant to Labor Code section 1777.1 or 1777.7. Any contract on a public
works project entered into between a contractor and a debarred subcontractor is
void as a matter of law. A debarred subcontractor may not receive any public
money for performing work as a subcontractor on a public works contract. Any
public money that is paid, or may have been paid to a debarred subcontractor by
a contractor on the project shall be returned to the City. The Contractor shall be
responsible for the payment of wages to workers of a debarred subcontractor
who has been allowed to work on the Project.
5.20 Subcontracts.
A. Contractor agrees to bind every Subcontractor to the terms of the Contract
Documents as far as such terms are applicable to Subcontractor’s portion of the
Work. Contractor shall be as fully responsible to the City for the acts and
omissions of its subcontractors and of persons either directly or indirectly employed
by its subcontractors, as Contractor is for acts and omissions of persons directly
employed by Contractor. Nothing contained in these Contract Documents shall
create any contractual relationship between any subcontractor and the City.
B. The City reserves the right to accept all subcontractors. The City’s acceptance of
any Subcontractor under this Contract shall not in any way relieve Contractor of its
obligations in the Contract Documents.
C. Prior to substituting any Subcontractor listed in the Bid Forms, Contractor must
comply with the requirements of the Subletting and Subcontracting Fair Practices
Act pursuant to California Public Contract Code section 4100 et seq.
5.21 Progress Meetings
A. The Contractor shall schedule and hold regular progress meetings at least weekly
and at other times as requested by Engineer or as required by progress of the
Work. The Contractor, City, and all Subcontractors active on the Site shall attend
each meeting. Contractor may at its discretion request attendance by
representatives of its Suppliers, manufacturers, and other Subcontractors. The
Packet Page. 972
Speicher Park – East Side Skate Park -46-00 72 00 – GENERAL CONDITIONS
City will preside at the progress meetings and will arrange for keeping and
distributing the minutes. The purpose of the meetings is to review the progress of
the Work, maintain coordination of efforts, discuss changes in scheduling, and
resolve other problems which may develop. During each meeting, the Contractor
shall present any issues which may impact its progress with a view to resolve
these issues expeditiously.
5.22 Submittals
A. Schedule of Submittals. Within five (5) Days after the Notice to Proceed (unless
otherwise specified in the Contract Documents), Contractor will prepare and deliver
a Schedule of Submittals to the City that has been fully integrated with the
progress schedule and identifies each Submittal required by the Contract
Documents as well as the date on which Contractor will deliver each Submittal to
the City. Each Submittal must be delivered to the City at least thirty (30) Days prior
to the date the material or equipment is scheduled to be incorporated into the
Work. The Contractor is responsible for any schedule delays resulting from the
Submittal process.
B. Submittal Procedures.
1. Contractor will follow the following procedures for each Submittal, Shop Drawing
and Sample required by the Contract Documents:
a. Submittals must be transmitted electronically.
b. Transmittals will be sequentially numbered. Contractor to mark revised
Submittals with original number and sequential alphabetic suffix.
c. Each Submittal will identify the Project, Contractor, Subcontractor and
Supplier, pertinent Drawing and detail number, and Specification Section
number appropriate to Submittal.
d. By transmitting a Submittal, Contractor certifies it has reviewed and approved
each Submittal, verified products required, field dimensions, adjacent
construction Work, and that coordination of information is according to
requirements of the Work and Contract Documents.
e. Identify variations in Contract Documents and product or system limitations
that may differ and/or be detrimental to successful performance of completed
Work.
f. When Submittal is revised for resubmission, Contractor shall promptly
address the City’s comments and resubmit. Contractor shall identify changes
made since previous submission.
g. The City’s review of Shop Drawings shall not relieve Contractor from
responsibility for deviations from the Contract Documents unless Contractor
has, in writing, called the City’s attention to such deviations at time of
submission and the City has taken no exception to the deviation. The City’s
Packet Page. 973
Speicher Park – East Side Skate Park -47-00 72 00 – GENERAL CONDITIONS
review of Shop Drawings shall not relieve Contractor from responsibility for
errors in Shop Drawings.
h. Submittals not required by the Contract Documents or requested by the City
will not be acknowledged or processed.
i. Incomplete Submittals will not be reviewed by the City. Delays resulting from
incomplete Submittals are not the responsibility of the City.
j. Contractor shall not be entitled to any extension of the Contract Times as a
result of the Submittal process.
k. Contractor shall allow a minimum of 20 working days for review of Submittals
unless otherwise specified in the Contract Documents.
2. Where a Submittal, Shop Drawing or Sample is required by the Contract
Documents or the Schedule of Submittals, any related Work performed prior to
the City review and approval of the pertinent submittal will be performed at the
sole risk and expense and responsibility of Contractor.
C. Schedule Milestone for Submittals. Contractor must submit all Submittals required
by the Contract Documents in accordance with the Schedule of Submittals. If
Contractor fails to submit the Submittals in accordance with the Schedule of
Submittals, Contractor will be solely liable for any delays or impacts caused by the
delayed Submittal, whether direct or indirect. Contractor will be liable for the time
calculated from the date the Submittal is due until the date a compliant Submittal is
made. A compliant Submittal will be one that is complete and satisfies the
requirements of the Contract Documents.
5.23 Shop Drawings and Sample Submittal Procedures.
A. Before submitting each Shop Drawing or Sample, Contractor shall have:
1. Reviewed and coordinated each Shop Drawing or Sample with other Shop
Drawings and Samples and with the requirements of the Work and the Contract
Documents;
2. Determined and verified all field measurements, quantities, dimensions, specified
performance and design criteria, installation requirements, materials, catalog
numbers, and similar information with respect thereto;
3. Determined and verified the suitability of all materials offered with respect to the
indicated application, fabrication, shipping, handling, storage, assembly, and
installation pertaining to the performance of the Work; and
4. Determined and verified all information relative to Contractor’s responsibilities for
means, methods, techniques, sequences, and procedures of construction, and
safety precautions and programs incident thereto.
B. With each Submittal, Contractor shall give the City specific written notice of any
variations that the Shop Drawing or Sample may have from the requirements of the
Packet Page. 974
Speicher Park – East Side Skate Park -48-00 72 00 – GENERAL CONDITIONS
Contract Documents. This notice shall be both a written communication separate
from the Shop Drawings or Sample Submittal and, in addition, a specific notation
made on each Shop Drawing or Sample submitted to the City for review and
approval of each such variation.
C. Shop Drawings.
1. Data shown on the Shop Drawings will be complete with respect to quantities,
dimensions, specified performance and design criteria, materials, and similar
data to show the City the services, materials, and equipment Contractor
proposes to provide and to enable the City to review the information for
assessing conformance with information given and design concept expressed in
Contract Documents.
2. When required by individual Specification sections, provide Shop Drawings
signed and sealed by a professional engineer responsible for designing
components shown on Shop Drawings. Shop Drawings must include signed and
sealed calculations to support design in a form suitable for submission to and
approval by authorities having jurisdiction.
3. Shop Drawings for steel structures shall consist of shop details, erection and
other working Drawings showing details, dimensions, sizes of members and
other information necessary for the complete fabrication and erection of the metal
work.
4. Shop Drawings of concrete structures shall consist of such detailed drawings as
may reasonably be required for the successful prosecution of the Work and
which are not included in the Drawings furnished by the Engineer. These may
include drawings for false work, bracing, centering and form work, masonry
layout diagrams, and diagrams for bent reinforcement.
5. Contractor shall make revisions and provide additional information when required
by authorities having jurisdiction.
D. Samples. Clearly identify each Sample as to material, Supplier, pertinent data
such as catalog numbers, the use for which intended and other data as required to
enable the City to review the submittal for assessing conformance with information
given and design concept expressed in Contract Documents. Samples should be
of appropriate size and detail to assess functional, aesthetic, color, texture,
patterns and finish selection.
E. City’s Review.
1. The City will review Shop Drawings and Samples in accordance with the
Schedule of Submittals. The City’s review and acceptance will be only to
determine if the items covered by the Submittals will, after installation or
incorporation in the Work, conform to the information given in the Contract
Documents and be compatible with the design concept of the completed Project
as a functioning whole as indicated by the Contract Documents.
2. The City review and approval will not extend to means, methods, techniques,
sequences, or procedures of construction (except where a particular means,
Packet Page. 975
Speicher Park – East Side Skate Park -49-00 72 00 – GENERAL CONDITIONS
method, technique, sequence, or procedure of construction is specifically and
expressly called for by the Contract Documents) or to safety precautions or
programs incident thereto. The review and approval of a separate item as such
will not indicate approval of the assembly in which the item functions.
3. The City’s review and acceptance shall not relieve Contractor from responsibility
for any variation from the requirements of the Contract Documents unless the
City has given written approval of each such variation by specific written notation
thereof incorporated in or accompanying the Shop Drawing or Sample.
F. Resubmittal Procedures. Contractor shall make corrections required by the City
and shall return corrected Shop Drawings and submit, as required, new Samples
for review and approval. Contractor shall direct specific attention in writing to
revisions other than the corrections called for by the City on previous Submittals.
5.24 Record (“As-Built”) Drawings.
A. The Contractor shall maintain one record set of Contract Documents at the Site or
digitally in an acceptable format. On these, it shall mark all Project conditions,
locations, configurations, and any other changes or deviations which may vary
from the information represented in the original Contract Documents, including
buried or concealed construction and utility features which are revealed during the
course of construction. Special attention shall be given to recording the horizontal
and vertical location of all buried utilities that differ from the locations indicated, or
which were not indicated on the Drawings. For all Projects involving the installation
of any pipeline, Contractor shall survey and record the top of the pipe at a
minimum of every 100 linear feet, and at each bend, recording both the horizontal
and vertical locations. Said Drawings shall be supplemented by any detailed
sketches as necessary or directed to fully indicate the Work as actually
constructed. Any required as-built drawings of civil engineering elements of the
Work shall be prepared by a registered civil engineer.
B. These master Record Drawings of the as-built conditions, including all revisions
made necessary by Addenda and Change Orders, shall be maintained up-to-date
during the progress of the Project. Red ink shall be used for alterations and notes.
Notes shall identify relevant Change Orders by number and date. Record
Drawings shall be accessible to the Engineer at all times during the construction
period. Failure on the Contractor’s part to keep Record Drawings current could
result in withholding partial payment.
C. Upon completion of the Project and as a condition of final acceptance, the
Contractor shall finalize and deliver a complete set of Record Drawings to the
Engineers. The information submitted by the Contractor will be assumed to be
correct, and the Contractor shall be responsible for, and liable to the City, for the
accuracy of such information, and for any errors or omissions which may or may
not appear on the Record Drawings.
D. Unless otherwise called for by the Contract Documents, the cost of all material,
equipment, and labor required to complete the Record Drawings shall be included
in Contractor’s bid and distributed in the Bid Schedule. No additional
compensation shall be made to the Contractor for this Work.
Packet Page. 976
Speicher Park – East Side Skate Park -50-00 72 00 – GENERAL CONDITIONS
5.25 Layout and Field Engineering.
A. The Contractor shall utilize a properly licensed surveyor to perform all layout
surveys required for the control and completion of the Work, and all necessary
surveys to compute quantities of Work performed.
5.26 Separate Contracts and Cooperation.
A. Separate Contracts. The City reserves the right to let other contracts in connection
with this Work or on the Project site. Contractor shall permit other contractors
reasonable access and storage of their materials and execution of their work and
shall properly connect and coordinate its Work with theirs. To ensure proper
execution of its subsequent Work, Contractor shall immediately inspect work
already in place and shall at once report to the Engineer any problems with the
Work in place or discrepancies with the Contract Documents.
B. Cooperation. Contractor shall ascertain to its own satisfaction the scope of the
Project and nature of any other contracts that have been or may be awarded by the
City in prosecution of the Project to the end that Contractor may perform this
Contract in the light of such other contracts, if any. Nothing herein contained shall
be interpreted as granting to Contractor exclusive occupancy at site of the Project.
Contractor shall not cause any unnecessary hindrance or delay to any other
contractor working on the Project. If simultaneous execution of any contract for the
Project is likely to cause interference with performance of some other contract or
contracts, the Engineer shall decide which Contractor shall cease Work temporarily
and which contractor shall continue or whether work can be coordinated so that
contractors may proceed simultaneously. The City shall not be responsible for any
damages suffered or for extra costs incurred by Contractor resulting directly or
indirectly from award, performance, or attempted performance of any other
contract or contracts on the Project Site.
5.27 Work Site.
A. Limitation of Use of Site and Other Areas. Rights-of-way, easements, or rights-of-
entry for the Work will be provided by the City. Unless otherwise specified in the
Special Provisions, the Contractor shall make arrangements, pay for, and assume
all responsibility for acquiring, using, and disposing of additional work areas and
facilities temporarily required. The Contractor shall indemnify and hold the City
harmless from all claims for damages caused by such actions. Contractor shall
confine construction equipment, the storage of materials and equipment, and the
operations of workers to the Site and other areas permitted by Applicable Laws,
and shall not unreasonably encumber the Site and other areas with construction
equipment or other materials or equipment. Contractor shall assume full
responsibility for any damage to any such land or area, or to City or occupant
thereof, or of any adjacent land or areas resulting from the performance of the
Work.
B. Site Maintenance. During the progress of the Work, Contractor shall keep the Site
and other areas free from accumulations of waste materials, rubbish, and other
debris. Removal and disposal of such waste materials, rubbish, and other debris
shall conform to Applicable Laws. The Contractor shall furnish trash bins for all
Packet Page. 977
Speicher Park – East Side Skate Park -51-00 72 00 – GENERAL CONDITIONS
debris from construction. All debris shall be placed in trash bins daily. Forms and
false-work that are to be re-used shall be stacked neatly concurrently with their
removal. Forms and false-work that are not to be re-used shall be disposed of
concurrently with their removal.
C. Cleaning. Prior to Completion of the Work, Contractor shall clean the Site and
make it ready for utilization by the City. At the completion of the Work Contractor
shall remove from the Site all tools, appliances, construction equipment and
machinery, and surplus materials and shall restore to original condition all property
not designated for alteration by the Contract Documents.
5.28 Utility Usage.
A. All temporary utilities, including but not limited to electricity, water, gas, and
telephone, used on the Work shall be furnished and paid for by Contractor.
Contractor shall provide necessary temporary distribution systems, including
meters, if necessary, from distribution points to points on the Work where the utility
is needed. Upon completion of the Work, Contractor shall remove all temporary
distribution systems. Contractor shall provide necessary and adequate utilities and
pay all costs for water, electricity, gas, oil, and sewer charges required for
completion of the Work, including but not limited to startup and testing required in
the Contract Documents. All permanent meters installed shall be listed in the
Contractor’s name until the Work is accepted. For Work to be performed in
existing City facilities, Contractor may use the City’s existing utilities, provided such
use is reasonable under the circumstances. If Contractor uses the City utilities, it
will not need to compensate the City for reasonably consumption of utilities, but
Contractor will be responsible for any excessive, unreasonable or wasteful utility
usage. Amounts due the City under this section may be deducted from progress
payments.
5.29 Protection of Work and Property.
A. The Contractor shall digitally record video and take photographs of the Project site
and adjacent improvements in a manner and quality that clearly depicts the
existing condition of the Project Site and adjacent improvements immediately prior
to the start of Work (minimum 1080p video and 4MP photo). All videos and
photographs shall be date and time stamped. The Contractor shall submit the
video and photos in digital format on a memory stick before the commencement of
Work, along with a map outlining the route and locations of the videos and/or
photographs. The Contractor shall be responsible for all damages to persons or
property that occur as a result of the Work. Contractor shall be responsible for the
proper care and protection of all materials delivered and Work performed until
completion and final acceptance by the City. All Work shall be solely at the
Contractor’s risk.
B. Contractor shall adequately protect adjacent property from settlement or loss of
lateral support as necessary. Contractor shall comply with all applicable safety
laws and building codes to prevent accidents or injury to persons on, about, or
adjacent to the Project site where Work is being performed. Contractor shall erect
and properly maintain at all times, as required by field conditions and progress of
work, all necessary safeguards, signs, barriers, lights, and watchmen for protection
Packet Page. 978
Speicher Park – East Side Skate Park -52-00 72 00 – GENERAL CONDITIONS
of workers and the public, and shall post danger signs warning against hazards
created in the course of construction.
C. Contractor shall provide such heat, covering, and enclosures as are necessary to
protect all Work, materials, equipment, appliances, and tools against damage by
weather conditions.
D. Contractor shall take adequate precautions to protect existing sidewalks, curbs,
pavements, utilities, and other adjoining property and structures, and to avoid
damage thereto, and Contractor shall repair any damage thereto caused by the
Work operations. Contractor shall:
1. Enclose the working area with a substantial barricade, and arrange work to
cause minimum amount of inconvenience and danger to the public.
2. Provide substantial barricades around any shrubs or trees indicated to be
preserved.
3. Deliver materials to the Site over a route designated by the City.
4. Provide any and all dust control required and follow the applicable air quality
regulations as appropriate. If the Contractor does not comply immediately with a
notice from the City or a public agency responsible for air quality, the City shall
have the authority to provide dust control and deduct the cost from payments to
the Contractor.
5. Confine Contractor’s apparatus, the storage of materials, and the operations of
its workers to limits required by law, ordinances, permits, or directions of the City.
Contractor shall not unreasonably encumber the Site with its materials.
6. Take care to prevent disturbing or covering any survey markers, monuments, or
other devices marking property boundaries or corners. If such markers are
disturbed by accident, they shall be replaced by a civil engineer or land surveyor
acceptable to the City, at no cost to the City.
7. Ensure that existing facilities, fences and other structures are all adequately
protected and that, upon completion of all Work, all facilities that may have been
damaged are restored to a condition acceptable to the City.
8. Preserve and protect from injury all buildings, pole lines and all directional,
warning and mileage signs that have been placed within the right-of-way.
9. At the completion of work each day, leave the Work and the Site in a clean, safe
condition.
10. Comply with any stage construction and/or traffic handling plans. Access to
residences and businesses shall be maintained at all times, except with the City’s
written approval. Any request for approval to reduce or restrict access to
residences and business must be submitted to the City at least seven (7) Days in
advance, and the City may issue or withhold approval in its sole discretion.
Packet Page. 979
Speicher Park – East Side Skate Park -53-00 72 00 – GENERAL CONDITIONS
E. These precautionary measures will apply continuously and not be limited to normal
working hours. Full compensation for the work involved in the protection and
preservation of life, safety and property as above specified shall be considered as
included in the prices paid for the various contract items of Work, and no additional
allowance will be made therefor.
F. Should damage to persons or property occur as a result of the Work, Contractor
shall promptly notify the City, in writing. Contractor shall be responsible for proper
investigation, documentation, including video or photography, to adequately
memorialize and make a record of what transpired. The City shall be entitled to
inspect and copy any such documentation, video, or photographs.
G. Contractor shall maintain all investigation documentation including video and/or
photographs for a minimum of four (4) years following completion of the Project.
5.30 Emergencies.
A. In emergencies affecting the safety or protection of persons or the Work or
Property at the Site or adjacent thereto, the Contractor, without special instruction
or authorization from the City or the Engineer, is obligated to act to prevent
threatened damage, injury or loss. The Contractor shall give the Engineer prompt
written notice if the Contractor believes that any significant changes in the Work or
variations from the Contract Documents have been caused thereby.
ARTICLE 6 -MATERIALS; INSPECTION
6.1 Access to Work.
A. The City, Engineer, their consultants and other representatives and personnel,
independent testing laboratories, and governmental agencies with jurisdictional
interests will have access to the Site and the Work at reasonable times for their
observation, inspection, and testing. Contractor shall provide them proper and safe
conditions for such access and advise them of Contractor’s safety procedures and
programs.
6.2 Materials.
A. Except as otherwise specifically stated in the Contract Documents, Contractor shall
provide and pay for all materials, labor, tools, equipment, water, lights, power,
transportation, superintendence, temporary constructions of every nature, and all
other services and facilities whatsoever necessary to execute and complete this
Contract within the Contract Time. Unless otherwise specified, all materials, parts,
and equipment furnished by the Contractor in the Work shall be new, the best of
their respective kinds and grades as noted and/or specified, and workmanship
shall be of good quality.
B. No materials, supplies, or equipment for Work under this Contract shall be
purchased subject to any chattel mortgage or under a conditional sale or other
agreement by which an interest therein or in any part thereof is retained by the
seller or supplier. Contractor warrants good title to all material, supplies, and
Packet Page. 980
Speicher Park – East Side Skate Park -54-00 72 00 – GENERAL CONDITIONS
equipment installed or incorporated in the Work and agrees upon completion of all
work to deliver the Project, to the City free from any claims, liens, or charges.
C. Materials shall be furnished in ample quantities and at such times as to ensure
uninterrupted progress of the Work and shall be stored properly and protected as
required by the Contract Documents. Contractor shall be entirely responsible for
damage or loss by weather or other causes to materials or Work. Materials shall
be stored on the Project Site in such manner so as not to interfere with any
operations of the City or any independent contractor.
D. Contractor shall verify all measurements, dimensions, elevations, and quantities
before ordering any materials or performing any Work, and the City shall not be
liable for Contractor’s failure to so. Except for an adjustment to Unit Price Work for
item overruns and underruns in accordance with the Contract Documents, no
additional compensation, over and above payment for the actual quantities at the
prices set out in the Bid Schedule, will be allowed because of differences between
actual measurements, dimension, elevations and quantities and those indicated on
the Plans and in the Specifications. Any difference therein shall be submitted to
the Engineer for consideration before proceeding with the Work.
6.3 Test and Inspections.
A. Inspection and Testing of Work and Materials
1. If the Contract Documents, the Engineer, or any instructions, laws, ordinances, or
public authority requires any part of the Work to be tested or approved,
Contractor shall provide the Engineer at least two (2) working days’ notice of its
readiness for observation or inspection. If inspection is by a public authority
other than the City, Contractor shall promptly inform the City of the date fixed for
such inspection. Required certificates of inspection (or similar) shall be secured
by Contractor. Costs for City testing and inspection shall be paid by the City.
Costs of tests for Work found not to be in compliance shall be paid by the
Contractor.
2. The Contractor shall pay for the cost of any minimum “show up” costs of a
materials testing technician that was called for by the Contractor but ultimately
the Contractor work was not ready for the inspection. Any such costs shall be
deducted from any amounts due to the Contractor.
3. If any Work is done or covered up without the required testing or approval, the
Contractor shall uncover or deconstruct the Work, and the Work shall be redone
after completion of the testing at the Contractor’s cost in compliance with the
Contract Documents.
4. Where inspection and testing are to be conducted by an independent laboratory
or agency, materials or samples of materials to be inspected or tested shall be
selected by such laboratory or agency, or by the City, and not by Contractor.
Unless otherwise stated and as provided by the Contract Documents, the City
shall employ and pay for the services of an independent testing laboratory to
perform all inspections, tests, or approvals required by the Contract Documents.
Packet Page. 981
Speicher Park – East Side Skate Park -55-00 72 00 – GENERAL CONDITIONS
All tests or inspections of materials shall be made in accordance with the
commonly recognized standards of national organizations.
5. Reexamination of Work may be ordered by the City. If so ordered, Work must be
uncovered or deconstructed by Contractor. If Work is found to be in accordance
with the Contract Documents, the City shall pay the costs of reexamination and
reconstruction. If such work is found not to be in accordance with the Contract
Documents, Contractor shall pay all costs.
B. Testing of Materials
1. In advance of manufacture of materials to be supplied by Contractor which must
be tested or inspected, Contractor shall notify the City so that the City may
arrange for testing at the source of supply. Any materials which have not
satisfactorily passed such testing and inspection shall not be incorporated into
the Work.
2. If the manufacture of materials to be inspected or tested will occur in a plant or
location greater than sixty (60) miles from the City, the Contractor shall pay for
any excessive or unusual costs associated with such testing or inspection,
including but not limited to excessive travel time, standby time and required
lodging.
3. Unless otherwise specified in the Special Provisions, all initial testing and a
reasonable amount of retesting will be performed under the direction of the
Engineer, and at no expense to the Contractor. The Contractor shall notify the
Engineer in writing, at least 15 days in advance, of its intention to use materials
for which tests are specified, to allow sufficient time to perform the tests. The
notice shall name the proposed supplier and source of material. If the notice of
intent to use is sent before the materials are available for testing or inspection, or
is sent so far in advance that the materials on hand at the time will not last but
will be replaced by a new lot prior to use on the Work, it will be the Contractor's
responsibility to re-notify the Engineer when samples which are representative
may be obtained.
4. A Certificate of Compliance shall be furnished to the Engineer prior to the use of
any material or assembled material for which these Specifications so require or if
so required by the Engineer. The Engineer may waive the materials testing
requirements and accept a Certificate of Compliance. Material test data may be
required by the Engineer to be included with the submittal. Materials used on the
basis of a Certificate of Compliance may be sampled and tested at any time. The
submission of a Certificate of Compliance shall not relieve the Contractor of
responsibility for incorporating material into the Work which conforms to the
requirements of the Contract Documents, and any material not conforming to the
requirements will be subject to rejection by the Engineer whether in place or not.
5. Copies of mill certificates of composition and quality of all component materials
(reinforcing steel, structural steel, lumber, etc.) incorporated in the construction of
the Work shall be provided to the City at the time of delivery. City shall retain the
right to reject any raw material not provided with a mill certificate at the time of
delivery.
Packet Page. 982
Speicher Park – East Side Skate Park -56-00 72 00 – GENERAL CONDITIONS
6. If, after incorporating such materials into the Work, it is found that sources of
supply that have been approved do not furnish a uniform product, or if the
product from any source proves unacceptable at any time, the Contractor shall
furnish approved material from other approved sources. If any product proves
unacceptable after improper storage, handling or for any other reason it shall be
rejected, not incorporated into the Work, and shall be removed from the Project
Site all at the Contractor’s expense.
6.4 Requests for Substitutions.
A. For the purposes of this provision, the term “substitution” shall mean the
substitution of any material, method or service substantially equal to or better in
every respect to that indicated in the Standard Specifications or otherwise
referenced herein.
B. Pursuant to Public Contract Code section 3400(b), the City may make a finding
that is described in the Notice Inviting Bids that designates certain products, things,
or services by specific brand or trade name.
C. Unless specifically designated in the Special Conditions, whenever any material,
process, or article is indicated or specified by grade, patent, or proprietary name or
by name of manufacturer, such specifications shall be deemed to be used for the
purpose of facilitating the description of the material, process, or article desired and
shall be deemed to be followed by the words “or equal.” Contractor may, unless
otherwise stated, offer for substitution any material, process, or article which may
be substantially equal to or better in every respect to that so indicated or specified
in the Contract Documents. However, the City has adopted uniform standards for
certain materials, processes, and articles.
D. The Contractor shall submit substitution requests, together with substantiating
data, for substitution of any “or equal” material, process, or article no later than
thirty-five (35) calendar days after award of Contract. Provisions regarding
submission of substitution requests shall not in any way authorize an extension of
time for the performance of this Contract. If a substitution request is rejected by
the City, the Contractor shall provide the material, method or service specified
herein. The City shall not be responsible for any costs incurred by the Contractor
associated with substitution requests. The burden of proof as to the equality of any
material, process, or article shall rest with the Contractor. The Engineer has the
complete and sole discretion to determine if a material, process, or article is
substantially equal to or better than that specified and to approve or reject all
substitution requests.
E. Substantiating data as described above shall include, at a minimum, the following
information:
1. A signed affidavit from the Contractor stating that the material, process, or article
proposed as a substitution is substantially equal to or better than that specified in
every way except as may be listed on the affidavit.
Packet Page. 983
Speicher Park – East Side Skate Park -57-00 72 00 – GENERAL CONDITIONS
2. Illustrations, specifications, catalog cut sheets, and any other relevant data
required to prove that the material, process, or article is substantially equal to or
better than that specified.
3. A statement of the cost implications of the substitution being requested,
indicating whether and why the proposed substitution will reduce or increase the
amount of the contract.
4. Information detailing the durability and lifecycle costs of the proposed
substitution.
F. Failure to submit all the required substantiating data detailed above in a timely
manner so that the substitution request can be adequately reviewed may result in
rejection of the substitution request. The Engineer is not obligated to review
multiple submittals related the same substitution request resulting from the
Contractor’s failure to initially submit a complete package.
G. Time limitations within this Article shall be strictly complied with and in no case will
an extension of time for completion of the contract be granted because of
Contractor’s failure to provide substitution requests at the time and in the manner
described herein.
H. The Contractor shall bear the costs of all the City work associated with the review
of substitution requests.
I. If substitution requests approved by the Engineer require that Contractor furnish
materials, methods or services more expensive than that specified, the increased
costs shall be borne by Contractor.
ARTICLE 7 -SUBSURFACE AND PHYSICAL CONDITIONS; UTILITIES
7.1 Soils Investigations.
A. When a soils investigation report for the Site is available, such report is provided
for informational purposes only. Any information obtained from such report as to
subsurface soil condition, or to elevations of existing grades or elevations of
underlying rock, is approximate only and is not guaranteed. Contractor
acknowledges that any soils investigation report (including any borings) was
prepared for purposes of design only and Contractor is required to examine the
Site before submitting its Bid and must make whatever tests it deems appropriate
to determine the condition of the soil.
7.2 Ownership of Site Materials Found.
A. The title to water, soil, rock, gravel, sand, minerals, timber and any other materials
developed or obtained in the excavation or other operations of Contractor or any of
its Subcontractors in the performance of the Contract, and the right to use said
items in carrying out the Contract, or to dispose of same, is hereby expressly
reserved by the City. Neither Contractor nor any of its Subcontractors nor any of
their representatives or employees shall have any right, title, or interest in said
materials, nor shall they assert or make any claim thereto. Contractor will, as
Packet Page. 984
Speicher Park – East Side Skate Park -58-00 72 00 – GENERAL CONDITIONS
determined by the City’s Representative, be permitted to use in the Work without
charge, any such materials which meet the requirements of the Contract
Documents, provided the City shall have the right to use or consume these
materials without payment to a third party.
7.3 Existence of Utilities at the Work Site.
A. Existing Utilities
1. The location of known existing utilities and pipelines are shown on the Plans in
their approximate locations. However, nothing herein shall be deemed to require
the City to indicate the presence of existing service laterals or appurtenances
whenever the presence of such utilities on the site of the project can be inferred
from the presence of other visible facilities, such as buildings, cleanouts, meter
and junction boxes, on or adjacent to the Site of the Project.
2. The City will assume the responsibility for the timely removal, relocation, or
protection of existing main or trunk line utility facilities located on the Project site
if such utilities are not identified by the City in the Contract Documents or which
cannot reasonably be inferred from the presence of other visible facilities.
B. Utility Location
1. It shall be the Contractor’s responsibility to determine the exact location and
depth of all utilities, including service connections, which have been marked by
the respective utility owners and which the Contractor believes may affect or be
affected by the Contractor’s operations. The Contractor shall not be entitled to
additional compensation nor time extensions for work necessary to avoid
interferences nor for repair to damaged utilities if the Contractor does not expose
all such existing utilities as required by this Article.
2. The locating of utilities shall be in conformance with Government Code Section
4216 et seq. except for the City’s utilities located on the City’s property and not
on public right-of-way.
3. A “High Priority Subsurface Installation” is defined in Government Code Section
4216 (j) as “high-pressure natural gas pipelines with normal operating pressures
greater than 415kPA gauge (60psig) or greater than six inches nominal pipe
diameter, petroleum pipelines, pressurized sewage pipelines, high-voltage
electric supply lines, conductors, or cables that have a potential to ground of
greater than or equal to 60kv, or hazardous materials pipelines that are
potentially hazardous to workers or the public if damaged.”
4. A “Subsurface Installation” is defined in Government Code Section 4216 (s) as
“any underground pipeline, conduit, duct, wire, or other structure, except
nonpressurized sewer lines, nonpressurized storm drains, or other
nonpressurized drain lines.”
5. Pursuant to Government Code Section 4216.2 the Contractor shall contact the
appropriate regional notification center at least two (2) working days but not more
than 14 Days before performing any excavation. The date of the notification shall
Packet Page. 985
Speicher Park – East Side Skate Park -59-00 72 00 – GENERAL CONDITIONS
not count as part of the two-working-day notice. Before notifying the appropriate
regional notification center, the Contractor shall delineate the area to be
excavated. The Contractor shall request that the utility owners conduct a utility
survey and mark or otherwise indicate the location of their service. The
Contractor shall furnish to the Engineer written documentation of its contact(s)
with the regional notification center prior to commencing excavation at such
locations.
6. After the utility survey is completed, the Contractor shall commence “potholing”
or hand digging to determine the actual location of the pipe, duct, or conduit and
in accordance with Government Code Section 4216.4 if the excavation within the
“tolerance zone” of a subsurface installation. The Engineer shall be given notice
prior to commencing potholing operations. The Contractor shall uncover all
piping and conduits, to a point one (1) foot below the pipe, where crossings,
interferences, or connections are shown on the Drawings, prior to trenching or
excavating for any pipe or structures, to determine actual elevations. New
pipelines shall be laid to such grade as to clear all existing facilities, which are to
remain in service for any period subsequent to the construction of the run of pipe
involved.
7. The Contractor's attention is directed to the requirements of Government Code
Section 4216.2 (c) which provides: “When the excavation is proposed within 10
feet of a high priority subsurface installation, the operator of the high priority
subsurface installation shall notify the excavator of the existence of the high
priority subsurface installation to set up an onsite meeting prior to the legal
excavation start date and time or at a mutually agreed upon time to determine
actions or activities required to verify the location and prevent damage to the high
priority subsurface installation. As part of the meeting, the excavator shall
discuss with the operator the method and tools that will be used during the
excavation and the information the operator will provide to assist in verifying the
location of the subsurface installation. The excavator shall not begin excavating
until after the completion of the onsite meeting.” The Contractor shall notify the
Engineer in advance of this meeting.
C. Utility Relocation and Repair
1. If interferences occur at locations other than those indicated in the Contract
Documents with reasonable accuracy, the Contractor shall notify the Engineer in
writing. The Engineer will supply a method for correcting said interferences in
accordance with the responsibilities of this section and Government Code
Section 4215. To the extent any delay is caused thereby, Contractor shall submit
a notice of delay within five (5) Days of discovery of the circumstances giving rise
to the delay in accordance with Article 9.1 Change Orders and Time Extensions.
2. Care shall be exercised by the Contractor to prevent damage to adjacent existing
facilities and public or private works; where equipment will pass over these
obstructions, suitable planking shall be placed. If high priority subsurface
installations are damaged and the operator cannot be contacted, the Contractor
shall call 911 emergency services.
Packet Page. 986
Speicher Park – East Side Skate Park -60-00 72 00 – GENERAL CONDITIONS
3. The City will compensate the Contractor for the costs of locating and repairing
damage not due to the failure of the Contractor to exercise reasonable care, and
for removing or relocating such main or trunk line utility facilities not indicated in
the Contract Documents with reasonable accuracy, and for the cost of equipment
on the Project necessarily idled during such work. The payment for such costs
will be made as provided in Article 9.1 Change Orders and Time Extensions.
The Contractor shall not be assessed liquidated damages for delay in completion
of the Project, when such delay is caused by the failure of the City or utility
company to provide for removal or relocation of such utility facilities. Requests
for extensions of time arising out of utility relocation or repair delays shall be filed
in accordance with Article 9.1 Change Orders and Time Extensions and Article
9.3 Time for Completion and Liquidated Damages.
4. The public utility, where it is the owner of the affected utility, shall have the sole
discretion to perform repairs or relocation work or permit the Contractor to do
such repairs or relocation work at a reasonable price. The right is reserved to the
City and the owners of utilities or their authorized agents to enter upon the Work
area for the purpose of making such changes as are necessary for the
rearrangement of their facilities or for making necessary connections or repairs to
their properties. The Contractor shall cooperate with forces engaged in such
work and shall conduct its operations in such a manner as to avoid any
unnecessary delay or hindrance to the work being performed by such forces and
shall allow the respective utilities time to relocate their facility.
5. When the Contract Documents indicate that a utility is to be relocated, altered or
constructed by others, the City will conduct all negotiations with the utility
company and the work will be done at no cost to the Contractor, unless otherwise
stipulated in the Contract Documents.
6. Temporary or permanent relocation or alteration of utilities desired by the
Contractor for its own convenience shall be the Contractor’s responsibility and it
shall make arrangements and bear all costs for such work.
D. Construction at Existing Utilities
1. Where the Work to be performed crosses or otherwise interferes with water,
sewer, gas, or oil pipelines; buried cable; or other public or private utilities, the
Contractor shall perform construction in such a manner so that no damage will
result to either public or private utilities. It shall be the responsibility of the
Contractor to determine the actual locations of, and make accommodates to
maintain, all utilities.
2. Before any utility is taken out of service, permission shall be obtained by the
Contractor from the owner. The owner, any impacted resident or business owner
and the City Representative will be advised of the nature and duration of the
utility outage as well as the Contractor’s plan for providing temporary utilities if
required by the owner. The Contractor shall be liable for all damage which may
result from its failure to maintain utilities during the progress of the Work, and the
Contractor shall indemnify City as required by the Contract Documents from all
claims arising out of or connected with damage to utilities encountered during
construction; damages resulting from disruption of service; and injury to persons
Packet Page. 987
Speicher Park – East Side Skate Park -61-00 72 00 – GENERAL CONDITIONS
or damage to property resulting from the negligent, accidental, or intentional
breaching of utilities.
3. Unless otherwise called for by the Contract Documents, the cost of all material,
equipment, and labor required to complete this work, shall be included in
Contractor’s bid and distributed in the schedule of pay Items. No additional
compensation shall be made to the Contractor for this work.
7.4 Trenches
A. Trenches Five Feet or More in Depth.
1. Contractor shall submit to the Engineer at the preconstruction meeting, a detailed
plan showing the design of shoring, bracing, sloping or other provisions to be
made for worker protection from hazards of caving ground during the excavation
of any trench or trenches five feet or more in depth. If such plan varies from
shoring system standards established by the Construction Safety Orders of the
California Code of Regulations, Department of Industrial Relations, the plan shall
be prepared by a California registered civil or structural engineer. The plan shall
not be less effective than the shoring, bracing, sloping, or other provisions of the
Construction Safety Orders, as defined in the California Code of Regulations.
The Contractor shall designate in writing the “competent person” as defined in
Title 8, California Code of Regulations, who shall be present at the Work Site
each day that trenching/excavation is in progress. The “competent person” shall
prepare and provide daily trenching/excavation inspection reports to the
Engineer. Contractor shall also submit a copy of its annual California
Occupational Safety and Health Administration (Cal/OSHA) trench/excavation
permit.
B. Excavations Deeper than Four Feet.
1. If the Work involves excavating trenches or other excavations that extend
deeper than four (4) feet below the surface, Contractor shall promptly within three
(3) Days, and before the excavation is further disturbed, notify the City in writing
of any of the following conditions:
a. Material that the Contractor believes may be material that is hazardous
waste, as defined in section 25117 of the Health and Safety Code, that is
required to be removed to a Class I, Class II, or Class III disposal site in
accordance with provisions of existing law.
b. Subsurface or latent physical conditions at the site differing from those
indicated.
c. Unknown physical conditions at the site of any unusual nature, different
materially from those ordinarily encountered and generally recognized as
inherent in work of the character provided for in the Contract.
2. The City shall promptly investigate the conditions, and if it finds that the
conditions do so materially differ, or do involve hazardous waste, and cause a
decrease or increase in Contractor’s cost of, or the time required for,
Packet Page. 988
Speicher Park – East Side Skate Park -62-00 72 00 – GENERAL CONDITIONS
performance of any part of the Work, shall issue a Change Order under the
procedures described in Article 9.1 Change Orders and Time Extensions.
3. In the event that a dispute arises between the City and the Contractor as to
whether the conditions materially differ, or involve hazardous waste, or cause a
decrease or increase in the Contractor’s cost of, or time required for,
performance of any part of the Work, the Contractor shall not be excused from
any scheduled completion date provided for by the Contract, but shall proceed
with all Work to be performed under the Contract. Contractor shall retain any and
all rights provided either by contract or by law which pertain to the resolution of
disputes and protests between the parties.
ARTICLE 8 -PROSECUTION OF THE WORK
8.1 Contractor’s Means and Methods.
A. Contractor is solely responsible for the means and methods utilized to perform the
Work. In no case shall the Contractor’s means and methods deviate from
commonly used industry standards.
8.2 Construction Schedule.
A. General Requirements. The schedule shall be prepared in a Critical Path Method
(“CPM”) format and in an electronic scheduling program acceptable to the City and
as specified in the Contract Documents. Contractor shall deliver the schedule and
all updates to the City in both paper and electronic form. The electronic versions
shall be in the format and include all data used to prepare the schedule. Copies
are not acceptable.
B. Schedule. The receipt or approval of any schedules by the City shall not in any
way relieve the Contractor of its obligations under the Contract Documents. The
Contractor is fully responsible to determine and provide for any and all staffing and
resources at levels which allow for good quality and timely completion of the
Project. Contractor’s failure to incorporate all elements of Work required for the
performance of the Contract or any inaccuracy in the schedule shall not excuse the
Contractor from performing all Work required for a completed Project within the
specified Contract Time. If the required schedule is not received by the time the
first payment under the Contract is due, Contractor shall not be paid until the
schedule is received, reviewed and accepted by the City.
C. Schedule Contents. The schedule shall allow enough time for inclement weather.
The schedule shall indicate the beginning and completion dates of all phases of
construction; critical path for all critical, sequential time related activities; and “float
time” for all “slack” or “gaps” in the non-critical activities. The schedule shall
include appropriate time allowances and constraints for submittals, items of
interface with Work performed by others, and specified construction, start-up and
performance tests. All float shall be owned by the Project. Schedules indicating
early or late completion shall not modify or have any effect on the Contract Time,
regardless of whether the schedules are reviewed and/or accepted by the City. For
purposes of determining Liquidated Damages, the Contract Time shall control and
may only be altered by a duly authorized Change Order.
Packet Page. 989
Speicher Park – East Side Skate Park -63-00 72 00 – GENERAL CONDITIONS
D. Schedule Updates. Contractor shall continuously update its construction schedule.
Contractor shall submit an updated and accurate construction schedule to the City:
(1) prior to the start of construction, if there are any changes to the initial schedule;
(2) with each progress payment request; and (3) whenever requested to do so by
the City. The City may withhold progress payments or other amounts due under
the Contract Documents if Contractor fails to submit an updated and accurate
construction schedule. Upon the City’s request, Contractor shall submit any
schedules or updates to the City in the native electronic format of the software
used to create the schedule. Contractor shall also submit schedules showing a
two-week detailed look-ahead at weekly meetings conducted with the City. The
two-week look-ahead schedule shall clearly identify all staffing and other resources
which in the Contractor’s judgment are needed to complete the Work within the
Contract Time, and it shall clearly state the number of staff to be used on each
daily segment of the Work.
E. Acceptance. Acceptance of the schedules by the City will not impose on
responsibility for accuracy, for sequencing, scheduling, or progress of the Work, or
compliance with the Contract Documents. Acceptance will not interfere with or
relieve Contractor from Contractor’s full responsibility therefor.
F. Recovery Schedule.
1. Should any of the following conditions exist, City may require Contractor to
prepare, at no extra cost to City, a plan of action and a recovery schedule for
completing the Work and achieving all contractual milestones within the allotted
Contract Time:
a. The Contractor's monthly progress report indicates delays that are, in the
opinion of City, of sufficient magnitude that City questions the Contractor's
ability to complete the Work;
b. The schedule shows the Contractor to be thirty (30) or more days behind the
critical path at any time during construction;
c. The Contractor desires to make changes in the logic or the planned duration
of future activities of the schedule which, in the opinion of City, are major in
nature.
2. The recovery schedule shall include proposed revisions to the Construction
Schedule, demonstrating how Contractor intends to achieve all contractual
milestones including Contract completion within the allotted Contract Time. The
submittal shall include a narrative describing the actions planned by the
Contractor to recover the schedule.
3. Contractor shall submit the Recovery Schedule within seven (7) Days of City’s
request. If Contractor asserts that City is responsible for the delay, failure to
submit the recovery schedule within seven (7) Days of City’s request, will be
considered a concurrent delay event attributable to Contractor, and Contractor
shall only be entitled to non-compensable adjustments to Contract Times. If
Contractor is responsible for the delay, this provision will not limit or affect
Contractor's liability and failure to submit the recovery schedule with seven (7)
Packet Page. 990
Speicher Park – East Side Skate Park -64-00 72 00 – GENERAL CONDITIONS
Days of City’s request may result in City withholding progress payments or other
amounts due under the Contract Documents.
4. Contractor is responsible for all costs associated with the preparation and
execution of the recovery schedule, including any necessary recovery actions,
which may include, but are not limited to, assignment of additional labor, and/or
equipment, shift or overtime work, expediting of submittals or deliveries,
overlapping of activities or sequencing changes to increase activity concurrence.
Regardless of whether City directs Contractor to prepare a recovery schedule
pursuant to this Section, Contractor shall promptly undertake appropriate action
at no additional cost to City to recover the schedule whenever the current
construction schedule shows that the Contractor will not achieve a milestone
and/or complete the Work within the allotted Contract Time.
8.3 Time for Completion and Liquidated Damages
A. Time for Completion. The time for completion set forth in Article 2 of the Contract
for Construction shall commence: (1) on the date stated in the Notice to Proceed,
or (2) if the Notice to Proceed does not specify a commencement date, then on the
date of the Notice to Proceed and shall be completed by Contractor in the time
specified in the Contract Documents. The City is under no obligation to consider
early completion of the Project; and the Contract completion date shall not be
amended by the City’s receipt or acceptance of the Contractor’s proposed earlier
completion date. Any difference in time between the Contractor’s early completion
and the Contract Time shall be considered a part of the Project float. Contractor
shall not be entitled to compensation, and the City will not compensate Contractor,
for delays which impact early completion. Contractor shall not, under any
circumstances, receive additional compensation from the City (including but not
limited to indirect, general, administrative or other forms of overhead costs) for the
period between the time of earlier completion proposed by the Contractor and the
Contract completion date.
B. Liquidated Damages. If the Work is not completed within the Contract Time(s), it is
understood that the City will suffer damage. In accordance with Government Code
section 53069.85 and Public Contract Code section 7102, being impractical and
infeasible to determine the amount of actual damage, it is agreed that Contractor
shall pay to the City as fixed and liquidated damages, and not as a penalty, the
sum stipulated in the Contract for each calendar day of delay until the Work is fully
completed. Contractor and its surety shall be liable for any liquidated damages.
Any money due or to become due the Contractor may be retained to cover
liquidated damages.
C. Inclement Weather. Contractor shall abide by the Engineer’s determination of what
constitutes inclement weather. Time extensions for inclement weather shall only
be granted when the Work stopped during inclement weather is on the critical path
of the Project schedule. Contractor shall not be entitled to reverse liquidated
damages for time extensions resulting from inclement weather.
D. Extension of Time. Contractor’s entitlement to an extension of the Contract Time is
limited to a City-caused extension of the critical path, reduced by the Contractor’s
concurrent delays, and established by a proper time impact analysis. Contractor
Packet Page. 991
Speicher Park – East Side Skate Park -65-00 72 00 – GENERAL CONDITIONS
shall not be charged liquidated damages because of any delays in completion of
the Work due to unforeseeable causes beyond the control and without the fault or
negligence of Contractor (or its Subcontractors or Suppliers). The City shall
ascertain the facts and extent of delay and grant extension of time for completing
the Work when, in its judgment, the facts justify such an extension. Contractor
shall not be entitled to an adjustment in the Contract Times for delays within the
control of Contractor. Delays attributable to and within the control of a
Subcontractor or Supplier shall be deemed to be delays within the control of
Contractor.
E. Reverse Liquidated Damages. Consistent with Public Contract Code Section
7102, Contractor will be compensated for damages incurred due to unreasonable
delays to the critical path for which the City is responsible. The parties agree that
determining Contractor’s exact delay damages are and will continue to be
impracticable and extremely difficult. As such, for each calendar day in excess of
the time for completion set forth in Article 2 of the Contract for Construction, the
City shall pay to the Contractor the sum stipulated in the Contract per day. Such
amount shall constitute the only payment allowed for any City-caused delays and
shall necessarily include all overhead, all profits, all administrative costs, all bond
costs, all labor, materials, equipment and rental costs and any other costs,
expenses and fees incurred or sustained as a result of such delays. Contractor
shall not be entitled to reverse liquidated damages for any change in the Work in
which Contractor is compensated for overhead and profit through a change in Unit
Price Work or a Change Order resulting in a lump sum or allowed mark-up for the
additional Work. The amount of reverse liquidated damages shall be reduced by
Contractor’s concurrent delays.
F. Force Majeure. In accordance with subparagraphs “D” and “E” above, the
Contractor shall not be charged liquidated damages, and the City shall not be
responsible, for any delays resulting from a Force Majeure Event. If a delay to the
critical path results from a Force Majeure Event, the Contractor will be entitled to a
time extension but will not receive an adjustment to the Contract Price or any other
compensation. Such a non-compensable adjustment shall be Contractor’s sole
and exclusive remedy for such delays.
G. No Damages for Reasonable Delay. The City’s liability to Contractor for delays for
which the City is responsible shall be limited to only an extension of time unless
such delays were unreasonable under the circumstances. In no case shall the City
be liable for any costs which are borne by the Contractor in the regular course of
business, including, but not limited to, home office overhead and other ongoing
costs. Damages caused by unreasonable City delay shall be based on actual
costs only, no proportions or formulas shall be used to calculate any delay
damages.
H. Procedure for Time Extensions and Delay Damages. Contractor shall not be
entitled to any extension of time or any reverse liquidated damages unless
Contractor properly notices the delay and adjustment to compensation and
requests a Change Order in accordance with Article 9.1 Change Orders and Time
Extensions. Contractor’s failure to timely and fully comply with the Change Order
procedures in the Contract Documents shall constitute a waiver of Contractor’s
right to a time extension or reverse liquidated damages.
Packet Page. 992
Speicher Park – East Side Skate Park -66-00 72 00 – GENERAL CONDITIONS
8.4 Contractor’s Responsibility for Work.
A. Until the acceptance of the Work by the Engineer as evidenced in writing, it shall
be under the charge and care of the Contractor. The Contractor shall take every
necessary precaution against injury or damage to any part thereof by the action of
the elements or from any cause whether arising from the execution or non-
execution of the Work. The Contractor shall rebuild, repair, restore and make good
at its own expense all injuries or damages to any portion of the Work before its
completion and acceptance. In the event of damage proximately caused by an Act
of God, as defined by Section 7105 of the Public Contract Code, the City will pay
for repair or restoration to damaged Work in excess of 5% of the total Bid.
8.5 Occupancy.
A. The City reserves the right to occupy or utilize any portion of the Work at any time
before completion, and such occupancy or use shall not constitute acceptance of
any part of Work covered by this Contract. This use shall not relieve the
Contractor of its responsibilities under the Contract.
8.6 Securities for Money Withheld
A. Pursuant to section 22300 of the Public Contract Code of the State of California,
Contractor may request the City to make retention payments directly to an escrow
agent or may substitute securities for any money withheld by the City to ensure
performance under the contract. At the request and expense of Contractor,
securities equivalent to the amount withheld shall be deposited with the City or with
a state or federally chartered bank as the escrow agent who shall return such
securities to Contractor upon satisfactory completion of the contract. Deposit of
securities with an escrow agent shall be subject to a written agreement
substantially in the form provided in section 22300 of the Public Contract Code.
8.7 The City’s Right to Suspend/Terminate the Contract
A. Suspension of Work by the City
1. The City may, at its sole option, decide to suspend at any time the performance
of all or any portion of the Work by notice in writing to Contractor. Such notice of
suspension of Work will designate the amount and type of plant, labor, and
equipment to be committed to the Project during the period of suspension.
Contractor shall use its best efforts to utilize its plant, labor, and equipment in
such a manner as to minimize costs associated with suspension.
2. Upon receipt of any such notice, Contractor shall, unless the notice requires
otherwise:
a. Immediately discontinue Work on the date and to the extent
specified in the notice;
b. Place no further orders or subcontracts for material, services, or
facilities with respect to suspended Work other than to the extent required
in the notice;
Packet Page. 993
Speicher Park – East Side Skate Park -67-00 72 00 – GENERAL CONDITIONS
c. Promptly make every reasonable effort to obtain suspension upon
terms satisfactory to the City’s Representative of all orders, subcontracts,
and rental agreements to the extent they relate to performance of Work
suspended; and
d. Continue to protect and maintain the Work including those
portions on which Work has been suspended.
3. Except as provided by this Article, as full and complete compensation for such
suspension, Contractor shall be granted an adjustment in the Contract Price
based on a negotiated daily rate that reflects the Contractor’s actual costs
associated with the demobilized condition of the Site and an extension of the
Contract Times equal to the number of days performance of Work is suspended;
provided, however, that no adjustment of Contract Price or extension of Contract
Times shall be granted if the suspension results from Contractor's non-
compliance with the requirements of the Contract.
B. Termination for Cause by the City:
1. In the sole estimation of the City, if the Contractor refuses or fails to prosecute
the Work or any separable part thereof with such diligence as will insure its
completion within the time specified by the Contract Documents, or any
extension thereof, or fails to complete such Work within such time, or if the
Contractor should be adjudged a bankrupt, or if it should make a general
assignment for the benefit of its creditors, or if a receiver should be appointed on
account of its insolvency, or the Contractor or any of its subcontractors should
violate any of the provisions of this Contract, the City may serve written notice
upon the Contractor and its surety of the City's intention to terminate this
Contract. This notice of intent to terminate shall contain the reasons for such
intention to terminate this Contract, and a statement to the effect that the
Contractor's right to perform this Contract shall cease and terminate upon the
expiration of ten (10) Days unless such violations have ceased and
arrangements satisfactory to the City have been made for correction of said
violations.
2. After expiration of the ten (10) Day period, the City may terminate the Contract by
providing a Notice of Termination to the Contractor. The City may take over and
complete the Work by any method it may deem appropriate, including
enforcement of the Project performance bond. Contractor and its surety shall be
liable to the City for any excess costs or other damages incurred by the City to
complete the Work. If the City takes over the Work, the City may, without liability
for so doing, take possession of and utilize in completing the Work such
materials, appliances, plant, and other property belonging to the Contractor as
may be on the Site.
3. Upon termination, Contractor shall not be entitled to receive any further payment
from the City, except for Work which was duly performed prior to the effective
date of the Notice of Termination. Contractor shall submit an invoice for final
payment within thirty (30) Days of the effective date of the Notice of Termination.
The City may withhold from final payment up to 150% of any disputed amounts,
including any amounts which may be necessary to repair defective Work,
Packet Page. 994
Speicher Park – East Side Skate Park -68-00 72 00 – GENERAL CONDITIONS
complete unfinished Work, or are otherwise occasioned by Contractor’s failure to
perform its duties under the Contract.
C. Termination for Convenience by the City:
1. The City may terminate performance of the Work called for by the Contract
Documents in whole or, from time to time, in part, upon ten (10) Days written
notice if the City determines that a termination is in the City's interest.
2. The Contractor shall terminate all or any part of the Work upon delivery to the
Contractor of a Notice of Termination specifying that the termination is for the
convenience of the City, the extent of termination, and the effective date of such
termination.
3. After receipt of Notice of Termination, and except as directed by the City's
Representative, the Contractor shall, regardless of any delay in determining or
adjusting any amounts due under this termination for convenience clause,
immediately proceed with the following obligations:
a. Stop Work as specified in the Notice.
b. Complete any Work specified in the Notice of Termination in a
least cost/shortest time manner while still maintaining the quality called
for under the Contract Documents.
c. Leave the property upon which the Contractor was working and
upon which the facility (or facilities) forming the basis of the Contract
Document is situated in a safe and sanitary manner such that it does not
pose any threat to the public health or safety.
d. Terminate all subcontracts to the extent that they relate to the
portions of the Work terminated.
e. Place no further subcontracts or orders, except as necessary to
complete the continued portion of the Contract.
f. Submit to the City's Representative, within ten (10) Days from the
effective date of the Notice of Termination, all of the usual documentation
called for by the Contract Documents to substantiate all costs incurred by
the Contractor for labor, materials and equipment through the effective
date of the Notice of Termination. Any documentation substantiating
costs incurred by the Contractor solely as a result of the City's exercise of
its right to terminate this Contract pursuant to this clause, which costs the
contractor is authorized under the Contract documents to incur, shall: (1)
be submitted to and received by the Engineer no later than 30 Days after
the effective date of the Notice of Termination; (2) describe the costs
incurred with particularity; and (3) be conspicuously identified as
“Termination Costs occasioned by the City's Termination for
Convenience.” If the City rejects any costs, Contractor shall be deemed to
waive the rejected costs unless Contractor files a Claim within thirty (30)
Days of the rejection pursuant to Article 9.2.
Packet Page. 995
Speicher Park – East Side Skate Park -69-00 72 00 – GENERAL CONDITIONS
g. Contractor shall be entitled to receive only the amounts payable
under this Article, and Contractor specifically waives any claim for any
other amounts or damages, including, but not limited to, any claim for
consequential damages or lost profits. The provisions in this Article are in
addition to and not in limitation of any other rights or remedies available to
the City.
4. Termination of the Contract shall not relieve surety of its obligation for any just
claims arising out of or relating to the Work performed.
5. Notwithstanding any other provision of this Article, when immediate action is
necessary to protect life and safety or to reduce significant exposure or liability,
the City may immediately order Contractor to cease Work on the Project until
such safety or liability issues are addressed to the satisfaction of the City or the
Contract is terminated.
6. If the City terminates Contractor for cause, and if it is later determined that the
termination was wrongful, such default termination shall automatically be
converted to and treated as a termination for convenience. In such event,
Contractor shall be entitled to receive only the amounts payable under this
section, and Contractor specifically waives any claim for any other amounts or
damages, including, but not limited to, any claim for consequential damages or
lost profits.
8.8 Completion and Acceptance of Work
A. Final Inspection. Upon written notice from Contractor that the entire Work is
complete, the Engineer will promptly make a final inspection with the City and
Contractor and will notify Contractor in writing of all particulars in which this
inspection reveals that the Work is incomplete or defective. Contractor shall
immediately take such measures as are necessary to complete such Work or
remedy such deficiencies.
B. Final Acceptance. The acceptance of the Work on behalf of the City will be made
by the Engineer. Such acceptance by the City shall not constitute a waiver of
defects. After Contractor has, in the opinion of the Engineer, satisfactorily
completed all corrections identified during the final inspection and has delivered, in
accordance with the Contract Documents, all maintenance and operating
instructions, schedules, guarantees, bonds, certificates or other evidence of
insurance, certificates of inspection, Record Documents, and other documents
required by the Contract Documents, the City shall execute a Notice of Completion,
constituting final acceptance and completion of the Project, except as may be
expressly noted.
8.9 Warranty and Guaranty of Work.
A. Contractor hereby warrants that materials and Work shall be completed in
conformance with the Contract Documents and that the materials and Work
provided will fulfill the requirements of this Warranty. Contractor hereby agrees to
repair or replace, at the discretion of the City, any or all Work that may prove to be
defective in its workmanship, materials furnished, methods of installation or fail to
Packet Page. 996
Speicher Park – East Side Skate Park -70-00 72 00 – GENERAL CONDITIONS
conform to the Contract Document requirements together with any other Work
which may be damaged or displaced by such defect(s) within a period of one (1)
year (or as otherwise indicated in the Contract Documents or in any guarantee or
warranty provided by any manufacturer or supplier of equipment or materials
incorporated into the Work, whichever is later) from the date of the Notice of
Completion of the Project without any expense whatever to the City, ordinary wear
and tear and unusual abuse and neglect excepted. Contractor shall be required to
promptly repair or replace defective equipment or materials, at Contractor’s option.
All costs associated with such corrective actions and testing, including the removal,
replacement, and reinstitution of equipment and materials necessary to gain
access, shall be the sole responsibility of the Contractor.
B. For any Work so corrected, Contractor’s obligation hereunder to correct defective
Work shall be reinstated for an additional one (1) year period, commencing with the
date of acceptance of such corrected Work. The reinstatement of the one (1) year
warranty shall apply only to that portion of work that was corrected. Contractor
shall perform such tests as the City may require to verify that any corrective
actions, including, without limitation, redesign, repairs, and replacements comply
with the requirements of the Contract. In the event of Contractor’s failure to comply
with the above-mentioned conditions within ten (10) Days after being notified in
writing of required repairs, to the reasonable satisfaction of the City, the City shall
have the right to correct and replace any defective or non-conforming Work and
any work damaged by such work or the replacement or correction thereof at
Contractor’s sole expense. Contractor shall be obligated to fully reimburse the City
for any expenses incurred hereunder immediately upon demand.
C. In addition to the warranty set forth in this Article, Contractor shall obtain for the
City all warranties that would be given in normal commercial practice and assign to
the City any and all manufacturer’s or installer’s warranties for equipment or
materials not manufactured by Contractor and provided as part of the Work, to the
extent that such third-party warranties are assignable and extend beyond the
warranty period set forth in this Article. Contractor shall furnish the City with all
warranty and guarantee documents prior to final acceptance of the Project by the
City as required.
D. When specifically indicated in the Contract Documents or when directed by the
Engineer, the City may furnish materials or products to the Contractor for
installation. In the event any act or failure to act by Contractor shall cause a
warranty applicable to any materials or products purchased by the City for
installation by the Contractor to be voided or reduced, Contractor shall indemnify
the City from and against any cost, expense, or other liability arising therefrom, and
shall be responsible to the City for the cost of any repairs, replacement or other
costs that would have been covered by the warranty but for such act or failure to
act by Contractor.
E. The Contractor shall remedy at its expense any damage to City-owned or
controlled real or personal property.
F. The City shall notify the Contractor, in writing, within a reasonable time after the
discovery of any failure, defect, or damage. The Contractor shall within ten (10)
Days after being notified commence and perform with due diligence all necessary
Packet Page. 997
Speicher Park – East Side Skate Park -71-00 72 00 – GENERAL CONDITIONS
Work. If the Contractor fails to promptly remedy any defect or damage, the City
shall have the right to replace, repair or otherwise remedy the defect, or damage at
the Contractor’s expense.
G. In the event of any emergency constituting an immediate hazard to health, safety,
property, or licensees, when caused by Work of the Contractor not in accordance
with the Contract requirements, the City may undertake at Contractor’s expense,
and without prior notice, all Work necessary to correct such condition.
H. Acceptance of Defective Work.
1. If, instead of requiring correction or removal and replacement of defective Work,
the City prefers to accept it, the City may do so. Contractor shall pay all claims,
costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) attributable to the City’s evaluation of
and determination to accept such defective Work and for the diminished value of
the Work. If any acceptance of Defective Work occurs prior to release of the
Project retention, a Change Order will be issued incorporating the necessary
revisions in the Contract Documents with respect to the Work, and the City shall
be entitled to an appropriate decrease in the Contract Price, reflecting the
diminished value of Work and all costs incurred by the City. If the acceptance of
defective occurs after release of the Project retention, an appropriate amount will
be paid by Contractor to the City.
I. The City May Correct Defective Work
1. If Contractor fails within a reasonable time after written notice from the City to
correct Defective Work, or to remove and replace rejected Work as required by
the City, or if Contractor fails to perform the Work in accordance with the
Contract Documents, or if Contractor fails to comply with any other provision of
the Contract Documents, the City may, after seven (7) Days written notice to
Contractor, correct, or remedy any such deficiency.
2. In connection with such corrective or remedial action, the City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work
and suspend Contractor’s services related thereto, take possession of
Contractor’s tools, appliances, construction equipment and machinery at the Site,
and incorporate in the Work all materials and equipment stored at the Site or for
which the City has paid Contractor but which are stored elsewhere. Contractor
shall allow the City, and the agents, employees, other contractors, and
consultants of each of them, access to the Site to enable the City to exercise the
rights and remedies to correct the Defective Work.
3. All claims, costs, losses, and damages (including but not limited to all fees and
charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) incurred or sustained by the City
correcting the Defective Work will be charged against Contractor, and a Change
Order will be issued incorporating the necessary revisions in the Contract
Documents with respect to the Work; and the City shall be entitled to an
appropriate decrease in the Contract Price. Such claims, costs, losses and
Packet Page. 998
Speicher Park – East Side Skate Park -72-00 72 00 – GENERAL CONDITIONS
damages will include but not be limited to all costs of repair, or replacement of
work of others destroyed or damaged by correction, removal, or replacement of
defective Work.
4. If the Change Order is executed after all payments under the Contract have been
paid by the City and the Project Retention is held in an escrow account as
permitted by the Contract Documents, Contractor will promptly alert the escrow
holder, in writing, of the amount of Retention to be paid to the City. If the Change
Order is executed after release of the Project retention, an appropriate amount
will be paid by Contractor to the City. Contractor shall not be allowed an
extension of the Contract Times because of any delay in the performance of the
Work attributable to the City correcting Defective Work.
J. Nothing in the warranty or in the Contract Documents shall be construed to limit the
rights and remedies available to the City at law or in equity, including, but not
limited to, Code of Civil Procedure section 337.15.
ARTICLE 9 -CHANGE ORDERS; DISPUTE RESOLUTION
9.1 Change Orders and Time Extensions
All changes to the Contract, including compensation increases and time extensions, shall be
through a written Change Order in accordance with this Article. The City, without invalidating the
Contract, may order changes in the Work consisting of additions, deletions or other revisions,
and Contractor’s compensation and the time for completion shall be adjusted accordingly.
Whenever any change is made as provided for herein, such change shall be considered and
treated as though originally included in the Contract, and shall be subject to all terms,
conditions, and provisions of the original Contract. Contractor shall not be entitled to claim or
bring suit for damages, whether for loss of profits or otherwise, on account of any decrease or
omission of any item or portion of Work to be done. No dispute, disagreement, or failure of the
parties to reach agreement on the terms of the Change Order shall relieve the Contractor from
the obligation to proceed with performance of the Work, including Additional Work, promptly and
expeditiously. Any alterations, extensions of time, Additional Work, or any other changes may
be made without securing consent of the Contractor’s surety or sureties.
A. Change in Contract Procedures
1. City Directive. The City may direct changes in the Work by delivering a written
directive. To the extent the work directive results in a change to compensation or
time, Contractor must timely request a Change Order and comply with all
Change Order procedures in accordance with this Article. Notwithstanding
issuance of a work directive, Contractor’s failure to timely request a Change
Order shall constitute a waiver by Contractor of any adjustment to compensation
or time extension for Work performed under the directive. The City shall not be
liable to Contractor for Work performed or omitted by Contractor in reliance on
verbal orders.
2. Contractor’s Notice of Change/Delay. If Contractor intends to initiate a Change
Order Request, then Contractor shall provide the City with written notice of the
underlying facts and circumstances that gave rise to the proposed change within
the following times:
Packet Page. 999
Speicher Park – East Side Skate Park -73-00 72 00 – GENERAL CONDITIONS
a. If due to unknown subsurface or latent physical conditions, within three (3)
days from the discovery date or prior to the alterations of the conditions,
whichever is earlier.
b. If due to a Force Majeure Event, as soon as reasonably practicable under the
conditions, which shall be no longer than three (3) days from the date the
Contractor discovers that the Force Majeure Event gives rise to a change,
unless that the conditions are such that notice within three (3) days is not
possible or practicable.
c. If due to any other matter that may involve an adjustment to the Contract
Time or the Contract Price, within seven (7) days from the discovery date.
To be considered valid and complete, the notice of change/delay shall include
a general statement of the circumstances giving rise to the notice of
change/delay and a reasonable order of magnitude estimate of the additional
costs and/or time. If the circumstances give rise to both a cost adjustment
and time extension, Contractor shall submit the notice of change and notice
of delay concurrently.
3. Request for Change in Compensation and/or Extension of Time. Contractor shall
submit a Change Order Request for any adjustment to Contractor’s
compensation and/or any extension of time. The Change Order Request shall be
made prior to incurring any expense and within fourteen (14) Days from either
Contractor’s notice of change/delay or the City’s directive ordering the change.
The Change Order Request shall include all of the following information (unless
inapplicable to the change):
a. A detailed description of the circumstances giving rise to the
request;
b. A complete itemized cost proposal, including itemized pricing for
first tier Subcontractors;
c. Supporting documentation for all costs;
d. A time impact analysis showing the impact of the delay to the
critical path to completion;
e. If any added costs or information cannot be determined at the time
of the Change Order Request, the reason the costs or information cannot
be determined at the time; and
f. Certification to the accuracy of the Change Order Request under
penalty of perjury.
The time impact analysis shall be in the critical path method
format and shall show the sequencing of all critical and non-critical
new activities and/or activity revisions affected by the delay, with
logic ties to all affected existing activities noted on the schedule.
Packet Page. 1000
Speicher Park – East Side Skate Park -74-00 72 00 – GENERAL CONDITIONS
The City may demand, and Contractor shall provide, any
additional information supporting the Change Order Request,
including but not limited to native electronic format version of
schedules and time impact analyses. Contractor shall provide the
requested additional information within five (5) Days of the
request.
For any costs or information that cannot be determined at the time
Contractor submits the Change Order Request, Contractor shall
submit to the City notice of the costs or information and all
supporting documentation within five (5) Days of when the costs
or other information become subject to determination.
4. City’s Final Decision on Change Order; Ordered Changes. If the City denies the
Change Order Request or disagrees with the proposal submitted by Contractor, it
will notify the Contractor, and the City will provide its opinion of the appropriate
price and/or time extension. If no agreement can be reached, the City shall have
the right to order the Work performed on a time and materials basis or to issue a
unilateral Change Order setting forth the City’s determination of the reasonable
additions or savings in costs and time attributable to the extra or deleted work.
The City shall also have the right to order changes in the Work to be performed
promptly by the Contractor on a time and materials basis or to issue a unilateral
Change Order setting forth the City’s determination of the reasonable additions
or savings in costs and time attributable to the extra or deleted work. The City’s
determination shall become final and binding if the Contractor fails to submit a
Claim in writing to the City within fourteen (14) Days of the issuance of the
unilateral Change Order, disputing the terms of the unilateral Change Order and
providing such supporting documentation for its position as the City may
reasonably require.
5. Contractor’s Waiver of Further Relief. CONTRACTOR’S FAILURE TO
PROVIDE A COMPLETE AND TIMELY NOTICE OF CHANGE/DELAY AND/OR
CHANGE ORDER REQUEST, OR TO COMPLY WITH ANY OTHER
REQUIREMENT OF THIS ARTICLE, SHALL CONSTITUTE A WAIVER BY
CONTRACTOR OF THE RIGHT TO A CONTRACT ADJUSTMENT ON
ACCOUNT OF SUCH CIRCUMSTANCES AND A WAIVER OF ANY RIGHT TO
FURTHER RECOURSE OR RECOVERY BY REASON OF OR RELATED TO
SUCH CHANGE BY MEANS OF THE CLAIMS DISPUTE RESOLUTION
PROCESS OR BY ANY OTHER LEGAL PROCESS OTHERWISE PROVIDED
FOR UNDER APPLICABLE LAWS.
Contractor recognizes and acknowledges that timely submission of a formal
written notice of change/delay and Change Order Request, whether or not the
circumstances of the change may be known to the City or available to the City
through other means, is not a mere formality but is of crucial importance to the
ability of the City to promptly identify, prioritize, evaluate and mitigate the
potential effects of changes. Any form of informal notice, whether verbal or
written (including, without limitation, statements in requests for information,
statements in Submittals, statements at any job meeting or entries on monthly
reports, daily logs or job meeting minutes), that does not strictly comply with the
formal requirements of this Article, shall accordingly be insufficient.
Packet Page. 1001
Speicher Park – East Side Skate Park -75-00 72 00 – GENERAL CONDITIONS
6. Change Order Format
a. A Change Order signed by the Contractor indicates the Contractor's
agreement therewith, including any adjustment in compensation or extension
of time, and the full and final settlement of all costs (direct, indirect and
overhead) related to the Work authorized by the Change Order.
b. The City may designate the forms to be used for notices, requests, and
Change Orders. If so designated, Contractor may only use such forms.
Contractor shall not reserve a right to assert impact costs, extended job site
costs, extended overhead, constructive acceleration and/or actual
acceleration beyond what is stated in the Change Order. No Claims shall be
allowed for impact, extended overhead costs, constructive acceleration
and/or actual acceleration due to a multiplicity of changes and/or
clarifications. The Contractor may not change or modify the City’s Change
Order form in an attempt to reserve additional rights.
B. Determining Adjustments to Compensation.
1. Limitation on Costs. Contractor shall not be entitled to any compensation for
Work subject to a Change Order except as expressly set forth in this Article. The
mark-up added in instances of Additional Work shall constitute the entire amount
of profit, any mark-ups, any field or home office overhead costs, including
personnel, equipment or office space, any materials, or any costs of equipment
idle time for such Work.
2. Unit Price Change Orders. When the actual quantity of a Unit Price Work item
varies from the Bid Schedule, compensation for the change in quantity will be
calculated by multiplying the actual quantity by the unit price. This calculation
may result in either an additive or deductive Change Order. Bid items included
on the Bid Schedule may be deducted from the Work in their entirety without any
negotiated extra costs. Because Unit Price Work includes overhead and profit as
determined by Contractor at the time of its Bid submission, no mark up or
deduction for overhead and profit will be allowed.
3. Lump Sum Change Orders. Whenever possible, any changes affecting
compensation shall be in a lump sum mutually agreed by the Contractor and the
City.
4. Time and Materials Change Orders. The City may direct the Contractor to
proceed with the Additional Work with payment to be made on the basis of actual
cost of the labor and materials required to complete the Additional Work. If the
Project is federally funded, a time and materials Change Order shall only be
issued after a determination that no other Change Order is suitable and the
Change Order shall include a ceiling price that the Contractor exceeds at its own
risk.
5. Federally Funded Projects. For any change in price to the Contract, general and
administrative expenses shall be negotiated and must conform to the cost
principles set forth under at 2 C.F.R. Part 200, subpart E, and profit shall be
negotiated as a separate element of the cost. To establish a fair and reasonable
Packet Page. 1002
Speicher Park – East Side Skate Park -76-00 72 00 – GENERAL CONDITIONS
profit, consideration must be given to the complexity of the Additional Work to be
performed, the risk borne by the Contractor, the Contractor's investment, the
amount of subcontracting, the quality of its record of past performance, and
industry profit rates in the surrounding geographical area for similar work.
6. Allowed Costs. Estimates for lump sum quotations and accounting for time-and-
material work shall be limited to direct expenditures necessitated specifically by
the change and shall be segregated as follows:
a. Labor. The costs of labor will be the actual cost for wages prevailing locally
for each craft or type of worker at the time the Additional Work is done, plus
employer payments of payroll taxes and insurance, health and welfare,
pension, vacation, apprenticeship funds, and other direct costs resulting from
federal, state or local laws, as well as assessment or benefits required by
lawful collective bargaining agreements. The use of a labor classification
which would increase the Additional Work cost will not be permitted unless
the Contractor establishes the necessity for such additional costs. Labor
costs for equipment operators and helpers shall be reported only when such
costs are not included in the invoice for equipment rental.
b. Materials. The cost of materials reported shall be at the lowest current price
at which such materials are locally available in the quantities involved, plus
sales tax, freight and delivery. Materials costs shall be based upon supplier
or manufacturer’s invoice.
c. Tool and Equipment Use. Regardless of ownership, the rates to be used in
determining equipment use shall not exceed listed rates prevailing locally at
equipment rental agencies, or distributors, at the time the work is performed.
The Contractor shall furnish cost data supporting the establishment of the
rental rate. The rental rate to be applied for use of each items of equipment
shall be the rate resulting in the least total cost to the City for the total period
of use. The City shall the make the final determination as to an equitable
rental rate for the equipment. No payment will be made for the use of small
tools, which have a replacement value of $1,000 or less.
(i) The rental time to be paid for equipment shall be the time the
equipment is in productive operation on the Additional Work being
performed. Rental time will not be allowed while equipment is
inoperative due to breakdowns.
(ii) All equipment shall, in the opinion of the City, be in good working
condition and suitable for the purpose for which the equipment is to be
used. Equipment with no direct power unit shall be powered by a unit
of at least the minimum rating recommended by the manufacturer.
(iii) Before construction equipment is used on any Additional Work, the
Contractor shall plainly stencil or stamp an identifying number thereon
at a conspicuous location, and shall furnish to the City, in duplicate, a
description of the equipment and its identifying number.
Packet Page. 1003
Speicher Park – East Side Skate Park -77-00 72 00 – GENERAL CONDITIONS
(iv) When hourly rates are listed, any part of an hour less than 30 minutes
of operation shall be considered to be 1/2-hour of operation, and any
part of an hour greater than 30 minutes will be considered one hour of
operation. When daily rates are listed, any part of a day less than 4
hours operation shall be considered to be 1/2-day of operation.
d. Allowed Mark-up. The allowed mark-up for any and all overhead (including
supervision and home and field office costs) and profit on work added to the
Contract shall be determined in accordance with the following provisions:
(i) “Net Cost” is defined as the actual costs of labor, materials and tools
and equipment only, excluding overhead and profit. The costs of
applicable insurance and bond premium will be reimbursed to the
Contractor and Subcontractors at cost only, without mark-up.
Contractor shall provide the City with documentation of the costs,
including but not limited to payroll records, invoices, and such other
information as the City may reasonably request.
(ii) For Work performed by the Contractor’s forces the allowed mark-up
shall not exceed fifteen (15%) percent of labor costs, ten percent
(10%) of material costs, and ten percent (10%) of the cost of tools and
equipment use.
(iii) For Work performed by a Subcontractor, the added cost for overhead
and profit shall not exceed fifteen percent (15%) of the
Subcontractor’s Net Cost of the Work to which the Contractor may
add up to five percent (5%) of the Subcontractor’s Net Cost.
(iv) For Work performed by a sub-subcontractor, the added cost for
overhead and profit shall not exceed fifteen percent (15%) of the sub-
subcontractor’s Net Cost for Work to which the Subcontractor and
Contractor may each add up to an additional five percent (5%) of the
Net Cost of the lower tier subcontractor.
(v) No additional mark-up will be allowed for lower tier subcontractors,
and in no case shall the added cost for overhead and profit payable
by the City exceed twenty-five percent (25%) of the Net Cost as
defined herein, of the party that performs the Work.
(vi) Calculation of the mark-up will be subject to the limitations above and
to calculation as further detailed in (b)(B)(5) above.
e. Documentation of Time-and-Material Costs.
(i) T&M Daily Sheets. Contractor must submit timesheets, materials
invoices, records of equipment hours, and records of rental equipment
hours to the City’s for an approval signature each day that Work is
performed on a time-and-material basis. The Engineer’s signature on
time sheets only serves as verification that the Work was performed
and is not indicative of the City’s agreement to Contractor’s
entitlement to the cost.
Packet Page. 1004
Speicher Park – East Side Skate Park -78-00 72 00 – GENERAL CONDITIONS
(ii) T&M Summary Sheet. Contractor shall submit a T&M Summary
Sheet, which shall include total actual costs, within five (5) Days
following completion of Additional Work on a time-and-material basis.
Contractor’s total actual cost shall be presented in a summary table in
an electronic spreadsheet file by labor, material, equipment, and any
other costs, along with documentation supporting the costs.
Contractor’s failure to submit the T&M Summary Sheet within five (5)
Days of completion of the Additional Work will result in Contractor’s
waiver for any reimbursement of any costs associated with the
Additional Work.
f. Excluded Costs. The following costs or any other home or field office
overhead costs, all of which are to be considered administrative costs
covered by the Contractor’s mark-up, shall not be allowed costs and shall not
be included in any lump sum proposals or time-and-materials invoices:
(i) Overhead Cost. Payroll costs and other compensation of Contractor’s
officers, executives, principals, general managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasing
and contracting agents, timekeepers, clerks, and other personnel
employed by Contractor whether at the Site or in Contractor’s
principal office or any branch office, material yard, or shop for general
administration of the Work;
(ii) Office Expenses. Expenses of Contractor’s principal and branch
offices;
(iii) Capital Expenses. Any part of Contractor’s capital expenses,
including interest on Contractor’s capital employed for the Additional
Work and charges against Contractor for delinquent payments;
(iv) Negligence. Costs due to the negligence of Contractor or any
Subcontractor or Supplier, or anyone directly or indirectly employed
by any of them or for whose acts any of them may be liable, including
without limitation the correction of Defective Work, disposal of
materials or equipment wrongly supplied, and making good any
damage to property;
(v) Small Tools. Cost of small tools valued at less than $1,000 and that
remain the property of Contractor;
(vi) Administrative Costs. Costs associated with the preparation of
Change Orders (whether or not ultimately authorized), cost estimates,
or the preparation or filing of Claims;
(vii)Anticipated Lost Profits. Expenses of Contractor associated with
anticipated lost profits or lost revenues, lost income or earnings, lost
interest on earnings, or unpaid retention;
Packet Page. 1005
Speicher Park – East Side Skate Park -79-00 72 00 – GENERAL CONDITIONS
(viii) Home Office Overhead. Costs derived from the computation of a
“home office overhead” rate by application of the Eichleay, Allegheny,
burden fluctuation, or other similar methods;
(ix) Special Consultants and Attorneys. Costs of special consultants or
attorneys, whether or not in the direct employ of Contractor, employed
for services specifically related to the resolution of a Claim, dispute, or
other matter arising out of or relating to the performance of the
Additional Work.
(x) Other. Other overhead or general expense costs of any kind and the
cost of any item not specifically and expressly included in the Contract
Documents; including but not limited to: submittals, drawings, field
drawings, shop drawings, including submissions of drawings; field
inspection; general superintendence; computer services; reproduction
services; salaries of project engineer, superintendent, timekeeper,
storekeeper, and secretaries; janitorial services; small tools,
incidentals and consumables; temporary on-site facilities (offices,
telephones, high speed internet access, plumbing, electrical power,
lighting; platforms, fencing, water); surveying; estimating; protection of
work; handling and disposal fees; final cleanup; other incidental work;
related warranties; insurance and bond premiums.
(xi) Compliance with Federal Cost Principles. If the Project is federally
funded, any costs that are not allowable, reasonable and allocable to
the Project, under generally accepted accounting principles and the
applicable federal requirements.
9.2 Procedure for Resolving Claims.
Contractor shall timely comply with any and all requirement of the Contract Documents
pertaining to notices and requests for changes to the Contract Time or Contract Price, including
but not limited to all requirements of Article 9.1, as a prerequisite to filing any claim governed by
this Article. The failure to timely submit a notice of delay or notice of change, or to timely request
a change to the time for completion or Contractor’s compensation, or to timely provide any other
notice or request required herein shall constitute a waiver of the right to further pursue the claim
under the Contract or at law.
A. Intent. Effective January 1, 1991, Section 20104 et seq., of the California Public
Contract Code prescribes a process utilizing informal conferences, non-binding
judicial supervised mediation, and judicial arbitration to resolve disputes on
construction claims of $375,000 or less. Effective January 1, 2017, Section 9204
of the Public Contract Code prescribes a process for negotiation and mediation to
resolve disputes on construction claims. The intent of this Article is to implement
Sections 20104 et seq. and Section 9204 of the California Public Contract Code.
This Article shall be construed to be consistent with all applicable law, including but
not limited to these statutes.
B. Claims. For purposes of this Article, “Claim” means a separate demand by the
Contractor for:
Packet Page. 1006
Speicher Park – East Side Skate Park -80-00 72 00 – GENERAL CONDITIONS
1. An adjustment to the time for completion including, without limitation, for relief
from damages or penalties for delay assessed by the City;
2. Payment by the City of money or damages arising from Work done by or on
behalf of the Contractor pursuant to the Contract, payment for which is not
otherwise expressly provided or to which the Contractor is not otherwise entitled;
or
3. An amount the payment of which is disputed by the City.
A “Claim” does not include any demand for payment for which the Contractor has
failed to provide notice, request a Change Order, or otherwise failed to follow any
procedures contained in the Contract Documents.
C. Filing Claims. Claims governed by this Article may not be filed unless and until the
Contractor completes any and all requirements of the Contract Documents
pertaining to notices and requests for changes to the Contract Time or Contract
Price, and Contractor’s request for a change has been denied in whole or in part.
Claims governed by this Article must be filed no later than thirty (30) Days after a
request for change has been denied in whole or in part or after any other event
giving rise to the Claim. The Claim shall be submitted in writing to the City and
shall include on its first page the following words in 16 point capital font: “THIS IS A
CLAIM.” The Claim shall include the all information and documents necessary to
substantiate the Claim, including but not limited to those identified below. Nothing
in this Article is intended to extend the time limit or supersede notice requirements
otherwise provided by Contract Documents. Failure to follow such contractual
requirements shall bar any Claims or subsequent proceedings for compensation or
payment thereon.
D.Documentation. The Contractor shall submit all Claims in the following format:
1. Summary description of Claim including basis of entitlement, merit and amount of
time or money requested, with specific reference to the Contract Document
provisions pursuant to which the Claim is made
2. List of documents relating to Claim:
a. Specifications
b. Drawings
c. Clarifications (Requests for Information)
d. Schedules
e. Other
3. Chronology of events and correspondence
4. Narrative analysis of Claim merit
Packet Page. 1007
Speicher Park – East Side Skate Park -81-00 72 00 – GENERAL CONDITIONS
5. Analysis of Claim cost, including calculations and supporting documents
6. Time impact analysis in the form required by the Contract Documents or, if the
Contract Documents do not require a particular format, CPM format, if an
adjustment of the Contract Time is requested
E. City’s Response. Upon receipt of a Claim pursuant to this Article, the City shall
conduct a reasonable review of the Claim and, within a period not to exceed 45
Days, shall provide the Contractor a written statement identifying what portion of
the Claim is disputed and what portion is undisputed. Any payment due on an
undisputed portion of the Claim will be processed and made within 60 Days after
the City issues its written statement.
1. If the City needs approval from its governing body to provide the Contractor a
written statement identifying the disputed portion and the undisputed portion of
the Claim, and the City’s governing body does not meet within the 45 Days or
within the mutually agreed to extension of time following receipt of a Claim sent
by registered mail or certified mail, return receipt requested, the City shall have
up to three (3) Days following the next duly publicly noticed meeting of the City’s
governing body after the 45-Day period, or extension, expires to provide the
Contractor a written statement identifying the disputed portion and the
undisputed portion.
2. Within 30 Days of receipt of a Claim, the City may request in writing additional
documentation supporting the Claim or relating to defenses or Claims the City
may have against the Contractor. If additional information is thereafter required, it
shall be requested and provided pursuant to this subdivision, upon mutual
agreement of the City and the Contractor. The City’s written response to the
Claim, as further documented, shall be submitted to the Contractor within 30
Days (if the Claim is less than $50,000, within 15 Days) after receipt of the further
documentation, or within a period of time no greater than that taken by the
Contractor in producing the additional information or requested documentation,
whichever is greater.
F. Meet and Confer. If the Contractor disputes the City’s written response, or the City
fails to respond within the time prescribed, the Contractor may so notify the City, in
writing, either within 15 Days of receipt of the City’s response or within 15 Days of
the City’s failure to respond within the time prescribed, respectively, and demand in
writing an informal conference to meet and confer for settlement of the issues in
dispute. Upon receipt of a demand, the City shall schedule a meet and confer
conference within 30 Days for settlement of the dispute.
G. Mediation. Within 10 business days following the conclusion of the meet and
confer conference, if the Claim or any portion of the Claim remains in dispute, the
City shall provide the Contractor a written statement identifying the portion of the
Claim that remains in dispute and the portion that is undisputed. Any payment due
on an undisputed portion of the Claim shall be processed and made within 60 Days
after the City issues its written statement. Any disputed portion of the Claim, as
identified by the Contractor in writing, shall be submitted to nonbinding mediation,
with the City and the Contractor sharing the associated costs equally. The public
entity and Contractor shall mutually agree to a mediator within 10 business days
Packet Page. 1008
Speicher Park – East Side Skate Park -82-00 72 00 – GENERAL CONDITIONS
after the disputed portion of the Claim has been identified in writing, unless the
parties agree to select a mediator at a later time.
1. If the parties cannot agree upon a mediator, each party shall select a mediator
and those mediators shall select a qualified neutral third party to mediate with
regard to the disputed portion of the Claim. Each party shall bear the fees and
costs charged by its respective mediator in connection with the selection of the
neutral mediator.
2. For purposes of this Article, mediation includes any nonbinding process,
including, but not limited to, neutral evaluation or a dispute review board, in which
an independent third party or board assists the parties in dispute resolution
through negotiation or by issuance of an evaluation. Any mediation utilized shall
conform to the timeframes in this Article.
3. Unless otherwise agreed to by the City and the Contractor in writing, the
mediation conducted pursuant to this section shall excuse any further obligation
under Section 20104.4 to mediate after litigation has been commenced.
4. The mediation shall be held no earlier than the date the Contractor completes the
Work or the date that the Contractor last performs Work, whichever is earlier. All
unresolved Claims shall be considered jointly in a single mediation, unless a new
unrelated Claim arises after mediation is completed.
H. Procedures After Mediation. If following the mediation, the Claim or any portion
remains in dispute, the Contractor must file a Claim pursuant to Chapter 1
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of
Part 3 of Division 3.6 of Title 1 of the Government Code prior to initiating litigation.
For purposes of those provisions, the running of the period of time within which a
Claim must be filed shall be tolled from the time the Contractor submits his or her
written Claim pursuant to subdivision (a) until the time the Claim is denied,
including any period of time utilized by the meet and confer conference.
I. Civil Actions. The following procedures are established for all civil actions filed to
resolve Claims of $375,000 or less:
1. Within 60 Days, but no earlier than 30 Days, following the filing or responsive
pleadings, the court shall submit the matter to non-binding mediation unless
waived by mutual stipulation of both parties or unless mediation was held prior to
commencement of the action in accordance with Public Contract Code section
9204 and the terms of this Contract. The mediation process shall provide for the
selection within 15 Days by both parties of a disinterested third person as
mediator, shall be commenced within 30 Days of the submittal, and shall be
concluded within 15 Days from the commencement of the mediation unless a
time requirement is extended upon a good cause showing to the court.
2. If the matter remains in dispute, the case shall be submitted to judicial arbitration
pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of
the Code of Civil Procedure, notwithstanding Section 1114.11 of that code. The
Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter
3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding
Packet Page. 1009
Speicher Park – East Side Skate Park -83-00 72 00 – GENERAL CONDITIONS
brought under this subdivision consistent with the rules pertaining to judicial
arbitration. In addition to Chapter 2.5 (commencing with Section 1141.10) of Title
3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be
experienced in construction law, and (B) any party appealing an arbitration award
who does not obtain a more favorable judgment shall, in addition to payment of
costs and fees under that chapter, also pay the attorney’s fees on appeal of the
other party.
J. Government Code Claim Procedures.
1. This Article does not apply to tort claims and nothing in this Article is intended nor
shall be construed to change the time periods for filing tort claims or actions
specified by Chapter 1 (commending with Section 900) and Chapter 2
(commencing with Section 910) of Part 3 of Division 3.5 of Title 1 of the
Government Code.
2. In addition to any and all requirements of the Contract Documents pertaining to
notices of and requests for adjustment to the Contract Time, Contract Price, or
compensation or payment for Additional Work, disputed Work, construction
claims and/or changed conditions, the Contractor must comply with the claim
procedures set forth in Government Code Section 900, et seq. prior to filing any
lawsuit against the City.
3. Such Government Code claims and any subsequent lawsuit based upon the
Government Code claims shall be limited to those matters that remain
unresolved after all procedures pertaining to adjustment of the Contract Time or
Contract Price for Additional Work, disputed Work, construction claims, and/or
changed conditions have been followed by Contractor. If Contractor does not
comply with the Government Code claim procedure or the prerequisite
contractual requirements, Contractor may not file any action against the City.
4.A Government Code claim must be filed no earlier than the date the Work is
completed or the date the Contractor last performs Work on the Project,
whichever occurs first. A Government Code claim shall be inclusive of all
unresolved Claims known to Contractor or that should reasonably by
known to Contractor excepting only new unrelated Claims that arise after
the Government Code claim is submitted.
K. Non-Waiver. The City’s failure to respond to a Claim from the Contractor within the
time periods described in this Article or to otherwise meet the time requirements of
this Article shall result in the Claim being deemed rejected in its entirety, and shall
not constitute a waiver of any rights under this Article.
ARTICLE 10 - MEASUREMENT; PAYMENT
10.1 Cost Breakdown.
A. Lump Sum Work.
1. Contractor shall furnish on forms approved by the City within ten (10) Days of the
Notice to Proceed, a schedule of values allocating the entire Contract Price to the
Packet Page. 1010
Speicher Park – East Side Skate Park -84-00 72 00 – GENERAL CONDITIONS
various portions of the Work and prepared in such a form and supported by such
data to substantiate its accuracy as the Engineer may require. This schedule of
values, unless objected to by the Engineer, shall be used as a basis for reviewing
the Contractor’s applications for payment. Contractor shall submit the schedule
of values prior to submitting its first application for payment, and the City will not
issue any payment until it receives and approves the schedule of values.
B. Unit Price Work.
1. Where the Contract Documents provide that all or part of the Work is to be Unit
Price Work, initially the Contract Price will be deemed to include for all Unit Price
Work an amount equal to the sum of the unit price for each separately identified
item of Unit Price Work multiplied by the estimated quantity of each item as
indicated in the Contract. The estimated quantities of items of Unit Price Work
are not guaranteed and are solely for the purpose of comparison of Bids and
determining an initial Contract Price. Each unit price will be deemed to include
an amount considered by Contractor to be adequate to cover Contractor’s
overhead and or profit for each separately identified item.
2. Unless otherwise specified, payment will be based on the actual quantities of
Work as verified and approved by the Engineer, based on the price per unit as
set forth in the Bid.
3. The City or Contractor may initiate a Change Order or Change Order Request to
adjust the Contract Price in accordance with Contractor Documents based on
actual quantities of Unit Price Work. The City or Contractor may make a claim
for an adjustment in the Unit Price in accordance with the Contract Documents if:
a. the quantity of any item of Unit Price Work performed by
Contractor differs by twenty-five percent (25%) or more from the
estimated quantity of such item indicated in the Contract; and
b. there is no corresponding adjustment with respect to any other
item of Work; and
c. Contractor believes that Contractor is entitled to an increase in
unit price as a result of having incurred additional expense or the City
believes that the City is entitled to a decrease in unit price and the parties
are unable to agree as to the amount of any such increase or decrease.
10.2 Progress Estimates and Payment.
A. By the tenth (10th) Day of the following calendar month, Contractor shall submit to
Engineer a payment request which shall set forth in detail the value of the Work
done for the period beginning with the date Work was first commenced and ending
on the end of the calendar month for which the payment request is prepared.
Contractor shall include an adjusted list of actual quantities, verified by the
Engineer, for unit price items listed, if any, in the Bid. Contractor shall include any
amount earned for authorized Additional Work. Contractor shall certify under
penalty of perjury, that all cost breakdowns and periodic estimates accurately
reflect the Work on the Project.
Packet Page. 1011
Speicher Park – East Side Skate Park -85-00 72 00 – GENERAL CONDITIONS
B. From the total thus computed, a deduction shall be made in the amount of five
percent (5%) for retention, except where the City has adopted a finding that the
Work done under the Contract is substantially complex, and then the amount
withheld as retention shall be the percentage specified in the Notice Inviting Bids.
From the remainder a further deduction may be made in accordance with Section
C below. The amount computed, less the amount withheld for retention and any
amounts withheld as set forth below, shall be the amount of the Contractor’s
payment request.
C. The City may withhold a sufficient amount or amounts of any payment or payments
otherwise due to Contractor, as in its judgment may be necessary to cover:
1. Payments which may be past due and payable for just claims against Contractor
or any Subcontractors for labor or materials furnished in and about the
performance of work on the Project under this Contract.
2. Defective work not remedied.
3. Failure of Contractor to make proper payments to his Subcontractor or for
material or labor.
4. Completion of the Contract if there is a reasonable doubt that the Work can be
completed for balance then unpaid.
5. Damage to another contractor or a third party.
6. Amounts which may be due the Count for claims against Contractor.
7. Failure of Contractor to keep the Record Drawings up to date.
8. Failure to provide update on construction schedule as required herein.
9. Site cleanup.
10. Failure to comply with Contract Documents.
11. Liquidated damages.
12. Legally permitted penalties.
D. The City may apply such withheld amount or amounts to payment of such claims or
obligations at its discretion with the exception of subsections (C)(1), (3), and (5) of
this Article, which must be retained or applied in accordance with applicable law.
In so doing, the City shall be deemed the agent of Contractor and any payment so
made by the City shall be considered as a payment made under contract by the
City to Contractor and the City shall not be liable to Contractor for such payments
made in good faith. Such payments may be made without prior judicial
determination of claim or obligations. The City will render Contractor a proper
accounting of such funds disbursed on behalf of Contractor.
Packet Page. 1012
Speicher Park – East Side Skate Park -86-00 72 00 – GENERAL CONDITIONS
E. Upon receipt, the Engineer shall review the payment request to determine whether
it is undisputed and suitable for payment. If the payment request is determined to
be unsuitable for payment, it shall be returned to Contractor as soon as practicable
but not later than seven (7) Days after receipt, accompanied by a document setting
forth in writing the reasons why the payment request is not proper. The City shall
make the progress payment within 30 Days after the receipt of an undisputed and
properly submitted payment request from Contractor, provided that a release of
liens and claims has been received from the Contractor pursuant to Civil Code
section 8132. The number of days available to the City to make a payment without
incurring interest pursuant to this paragraph shall be reduced by the number of
Days by which the Engineer exceeds the seven (7) Day requirement.
F. A payment request shall be considered properly executed if funds are available for
payment of the payment request and payment is not delayed due to an audit
inquiry by the financial officer of the City.
G. The City shall have the right to adjust any estimate of quantity and to subsequently
correct any error made in any estimate for payment.
10.3 Final Acceptance and Payment
A. Following the City’s acceptance of the Work, the Contractor shall submit to the City
a written statement of the final quantities of unit price items for inclusion in the final
payment request. The City shall have the right to adjust any estimate of quantity
and to correct any error made in any estimate for payment.
B. When the Work has been accepted there shall be paid to Contractor a sum equal
to the Contract Price less any amounts previously paid Contractor and less any
amounts withheld by the City from Contractor under the terms of the Contract. The
final five percent (5%), or the percentage specified in the Notice Inviting Bids where
the City has adopted a finding of substantially complete, shall not become due and
payable until as required by Public Contract Code section 7107. If the Contractor
has placed securities with the City as described herein, the Contractor shall be
paid a sum equal to one hundred percent (100%) of the Contract Price less any
amounts due the City under the terms of the Contract.
C. Unless Contractor advises the City in writing prior to acceptance of the final five
percent (5%) or the percentage specified in the Notice Inviting Bids where the City
has adopted a finding of completion, or the return of securities held as described
herein, said acceptance shall operate as a release to the City of all claims and all
liability to Contractor for all things done or furnished in connection with this Work
and for every act of negligence of the City and for all other claims relating to or
arising out of this Work. If Contractor advises the City in writing prior to
acceptance of final payment or return of the securities that there is a dispute
regarding the amount due the Contractor, the City may pay the undisputed amount
contingent upon the Contractor furnishing a release of all undisputed claims
against the City with the disputed claims in stated amounts being specifically
excluded by Contractor from the operation of the release. No payments, however,
final or otherwise, shall operate to release Contractor or its sureties from the
Faithful Performance Bond, Labor and Material Payment Bond, or from any other
obligation under this Contract.
Packet Page. 1013
Speicher Park – East Side Skate Park -87-00 72 00 – GENERAL CONDITIONS
D. In case of suspension of the Contract any unpaid balance shall be and become the
sole and absolute property of the City to the extent necessary to repay the City any
excess in the cost of the Work above the Contract Price.
E. Final payment shall be made no later than 60 Days after the date of acceptance of
the Work by the City or the date of occupation, beneficial use and enjoyment of the
Work by the City including any operation only for testing, start-up or commissioning
accompanied by cessation of labor on the Work, provided that a release of liens
and claims has been received from the Contractor pursuant to Civil Code section
8136. In the event of a dispute between the City and the Contractor, the City may
withhold from the final payment an amount not to exceed 150% of the disputed
amount.
F. Within ten (10) Days from the time that all or any portion of the retention proceeds
are received by Contractor, Contractor shall pay each of its Subcontractors from
whom retention has been withheld each Subcontractor’s share of the retention
received. However, if a retention payment received by Contractor is specifically
designated for a particular Subcontractor, payment of the retention shall be made
to the designated Subcontractor if the payment is consistent with the terms of the
subcontract.
ARTICLE 11 - MISCELLANEOUS
11.1 Patents.
A. Contractor shall hold and save the City, officials, officers, employees, and
authorized volunteers harmless from liability of any nature or kind of claim
therefrom including costs and expenses for or on account of any patented or
unpatented invention, article or appliance manufactured, furnished or used by
Contractor in the performance of this Contract.
11.2 Document Retention & Examination
A. In accordance with Government Code section 8546.7, records of both the City and
the Contractor shall be subject to examination and audit by the State Auditor
General for a period of three (3) years after final payment.
B. Contractor shall make available to the City any of the Contractor’s other documents
related to the Project immediately upon request of the City.
C. In addition to the State Auditor rights above, the City shall have the right to
examine and audit all books, estimates, records, contracts, documents, bid
documents, subcontracts, and other data of the Contractor (including computations
and projections) related to negotiating, pricing, or performing the modification in
order to evaluate the accuracy and completeness of the cost or pricing data at no
additional cost to the City, for a period of four (4) years after final payment.
11.3 Notice.
A. All notices shall be in writing and either served by personal delivery or mailed to
the other party. Written notice to the Contractor shall be addressed to Contractor’s
Packet Page. 1014
Speicher Park – East Side Skate Park -88-00 72 00 – GENERAL CONDITIONS
principal place of business unless Contractor designates another address in writing
for service of notice. Notice to the City shall be addressed to the City as
designated in the Notice Inviting Bids unless the City designates another address
in writing for service of notice. Notice shall be effective upon receipt or five (5)
Days after being sent by first class mail, whichever is earlier. Notice given by
facsimile shall not be effective unless acknowledged in writing by the receiving
party.
11.4 Notice of Third Party Claims
A. Pursuant to Public Contract Code section 9201, the City shall provide the
Contractor with timely notification of the receipt of any third-party claims relating to
the Contract. The City is entitled to recover reasonable costs incurred in providing
such notification.
11.5 State License Board Notice
A. Contractors are required by law to be licensed and regulated by the Contractors’
State License Board which has jurisdiction to investigate complaints against
contractors if a complaint regarding a patent act or omission is filed within four (4)
years of the date of the alleged violation. A complaint regarding a latent act or
omission pertaining to structural defects must be filed within ten (10) years of the
date of the alleged violation. Any questions concerning a contractor may be
referred to the Registrar, Contractors’ State License Board, P.O. Box 26000,
Sacramento, California 95826.
11.6 Assignment of Contract
A. Contractor shall not assign, transfer, convey, sublet or otherwise dispose of the
rights or title of interest of any or all of this contract without the prior written consent
of the City. Any assignment or change of Contractor’s name of legal entity without
the written consent of the City shall be void. Any assignment of money due or to
become due under this Contract shall be subject to a prior lien for services
rendered or material supplied for performance of Work called for under the
Contract Documents in favor of all persons, firms, or corporations rendering such
services or supplying such materials to the extent that claims are filed pursuant to
the Civil Code, the Code of Civil Procedure or the Government Code.
11.7 Change In Name And Nature Of Contractor’s Legal Entity.
A. Should a change be contemplated in the name or nature of the Contractor’s legal
entity, the Contractor shall first notify the City in order that proper steps may be
taken to have the change reflected on the Contract and all related documents. No
change of Contractor’s name or nature will affect the City’s rights under the
Contract, including but not limited to the bonds.
11.8 Prohibited Interests
A. No City official or representative who is authorized in such capacity and on behalf
of City to negotiate, supervise, make, accept, or approve, or to take part in
negotiating, supervising, making, accepting or approving any engineering,
Packet Page. 1015
Speicher Park – East Side Skate Park -89-00 72 00 – GENERAL CONDITIONS
inspection, construction or material supply contract or any subcontract in
connection with construction of the project, shall be or become directly or indirectly
interested financially in the Contract.
11.9 Controlling Law
A. Notwithstanding any subcontract or other contract with any subcontractor, supplier,
or other person or organization performing any part of the Work, this Contract shall
be governed by the law of the State of California excluding any choice of law
provisions.
11.10 Jurisdiction; Venue
A. Contractor and any subcontractor, supplier, or other person or organization
performing any part of the Work agrees that any action or suits at law or in equity
arising out of or related to the bidding, award, or performance of the Work shall be
maintained in the Superior Court of San Bernardino County, California, and
expressly consent to the jurisdiction of said court, regardless of residence or
domicile, and agree that said court shall be a proper venue for any such action.
11.11 Cumulative Remedies.
A. The duties and obligations imposed by these General Conditions and the rights
and remedies available hereunder to the parties hereto are in addition to, and are
not to be construed in any way as a limitation of, any rights and remedies available
to any or all of them which are otherwise imposed or available by Applicable Laws,
by special warranty or guarantee, or by other provisions of the Contract
Documents. The provisions of this Article will be as effective as if repeated
specifically in the Contract Documents in connection with each particular duty,
obligation, right, and remedy to which they apply.
11.12 Survival of Obligations.
A. All representations, indemnifications, warranties, and guarantees made in, required
by, or given in accordance with the Contract Documents, as well as all continuing
obligations indicated in the Contract Documents, will survive final payment,
completion, and acceptance of the Work or termination or completion of the
Contract or termination of the services of Contractor.
11.13 Headings.
A. Article and paragraph headings are inserted for convenience only and do not
constitute parts of these General Conditions.
11.14 Assignment of Antitrust Actions
A. In accordance with §7103.5(b) of the California Public Contract Code, Contractor
and Subcontractors must conform to the following requirements:
1. In entering into a public works contract or a subcontract to supply goods,
services, or materials pursuant to a public works contract, Contractor or
Packet Page. 1016
Speicher Park – East Side Skate Park -90-00 72 00 – GENERAL CONDITIONS
Subcontractor offer and agree to assign to the awarding body all rights, title, and
interest in and to all causes of action it may have under §4 of the Clayton Act (15
U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with
§16700) of Part 2 of Division 7 of the Business and Professions Code) arising
from purchases of goods, services, or materials pursuant to the public works
contract or the subcontract.
2. This assignment must be made and become effective at the time the awarding
body tenders to Contractor, without further acknowledgment by the parties.
11.15 All Legal Provisions Included
A. Contractor shall give all notices and comply with all federal, state and local laws,
ordinances, rules and regulations bearing on conduct of work as indicated and
specified by their terms. References to specific laws, rules or regulations in this
Contract are for reference purposes only, and shall not limit or affect the
applicability of provisions not specifically mentioned. If Contractor observes that
drawings and specifications are at variance therewith, he shall promptly notify City
in writing and any necessary changes shall be adjusted as provided for in this
Contract for changes in Work. If Contractor performs any Work knowing it to be
contrary to such laws, ordinances, rules and regulations, and without such notice to
City, he shall bear all costs arising therefrom.
B. Contractor shall be responsible for familiarity with the Americans with Disabilities
Act (“ADA”) (42 U.S.C. § 12101 et seq.). The Work will be performed in
compliance with ADA laws, rules and regulations. Contractor shall comply with the
Historic Building Code, including, but not limited to, as it relates to the ADA,
whenever applicable.
C. Contractor acknowledges and understands that, pursuant to Public Contract Code
section 20676, sellers of "mined material" must be on an approved list of sellers
published pursuant to Public Resources Code section 2717(b) in order to supply
mined material for this Contract.
D. No City official or representative who is authorized in such capacity and on behalf
of City to negotiate, supervise, make, accept, or approve, or to take part in
negotiating, supervising, making, accepting or approving any engineering,
inspection, construction or material supply contract or any subcontract in
connection with construction of the Work, shall be or become directly or indirectly
interested financially in the Contract.
E. All provisions of law required to be inserted in the Contract or Contract Documents
pursuant to any Applicable Laws shall be and are inserted herein. If through
mistake, neglect, oversight, or otherwise, any such provision is not herein inserted
or inserted in improper form, upon the application of either party, the Contract or
Contract Documents shall be changed by City, at no increase in Contract Price or
extension in Contract Times, so as to strictly comply with the Applicable Laws and
without prejudice to the rights of either party here under
11.16 Electronic Signature. Each Party acknowledges and agrees that this Agreement may be
executed by electronic or digital signature, which shall be considered as an original
Packet Page. 1017
Speicher Park – East Side Skate Park -91-00 72 00 – GENERAL CONDITIONS
signature for all purposes and shall have the same force and effect as an original
signature
ARTICLE 12 -– FLEET COMPLIANCE
12.1 To the extent applicable, Contractor, shall comply, and shall ensure all subcontractors
comply, with all requirements of the most current version of the California Air Resources
Board (“CARB”) including, without limitation, all applicable terms of Title 13, California
Code of Regulations Division 3, Chapter 9 and all pending amendments (“Regulation”).
12.2 Throughout Project, and for three (3) years thereafter, Contractor shall make available
for inspection and copying any and all documents or information associated with
Contractor’s and subcontractors’ fleet including, without limitation, the CRCs,
fuel/refueling records, maintenance records, emissions records, and any other
information the Contractor is required to produce, keep or maintain pursuant to the
Regulation upon two (2) calendar days’ notice from the City.
12.3 Contractor shall be solely liable for any and all costs associated with complying with the
Regulation as well as for any and all penalties, fines, damages, or costs associated with
any and all violations, or failures to comply with the Regulation. Contractor shall defend,
indemnify and hold harmless the City, its officials, officers, employees and authorized
volunteers free and harmless from any claims, liabilities, costs, penalties or interest
arising out of any failure or alleged failure to comply with the Regulation.
Packet Page. 1018
Speicher Park – East Side Skate Park 92 00 73 13 - SPECIAL CONDITIONS
00 73 13 – SPECIAL CONDITIONS
ARTICLE 1 -SCOPE OF WORK
1.1 Location of the Project
1. Speicher Park – East Side Skate Park
1535 Arden Ave, San Bernardino, CA 92404
1.2 Scope of Work.
The Scope of Work consists of: The work to be done consists of the demolition and
disposal of the current concrete skate park. Construction consists of a new skate park
with elements to include surveying & staking, walls, ledges, footings, shotcrete, stairs,
flatworks, metals & coping, topsoil, irrigation, site furnishings, and plantings.
1.3 Prime Submitting General Contractor or Specialty Sub-Contractor
Skate Park Construction Qualification Statement
The intent of the City of San Bernardino and Skate Park Designer is to qualify skate
park builders (PRIME SUBMITTING GENERAL CONTRACTOR OR SPECIALTY SUB-
CONTRACTOR) for this project WHO MUST HAVE prior specialty skate park
construction experience. This qualification is required for specialty skate park items
only. Other work normally performed by a general contractor (site grading, drainage,
paving, concrete flatwork, landscaping, irrigation, site lighting, building construction,
etc.) that is considered site work does not require qualification. This statement will
determine the prime submitting general contractor or specialty contractor’s qualification
for this project. In addition to skate park construction experience, firms must also
demonstrate an ability to meet minimum guidelines as set in the SPECIAL
PROVISIONS of the Contract Documents. Submission of this questionnaire does not
constitute qualification. Qualification may be denied for any reason the City of San
Bernardino deems necessary for the successful completion of the project.
Packet Page. 1019
Speicher Park – East Side Skate Park 93 00 73 13 - SPECIAL CONDITIONS
PRIME SUBMITTING GENERAL CONTRACTOR OR
SPECIALTY SUB-CONTRACTOR INFORMATION
COMPANY NAME (Full Legal Name)
STREET ADDRESS
MAILING ADDRESS (If Different Than Above)
CITY STATE ZIP PHONE #
CONTACT PERSON E-MAIL FAX #
FEDERAL TAX ID NO.
APPLICATION SUBMITTED BY TITLE
SPECIALTY SUB-CONTRACTOR INFORMATION
If the Specialty Sub-Contractor is a corporation, please provide the following:
•State & Date of Incorporation
_____________________________________________
•Contractor License # and Classification
_____________________________________________
•Secretary / Treasurer’s Name
_____________________________________________
If the Specialty Sub-Contractor is a partnership, please provide the following:
•State & Date of Partnership
_____________________________________________
•Contractor License #
_____________________________________________
•General Partner(s) Names
_____________________________________________
Packet Page. 1020
Speicher Park – East Side Skate Park 94 00 73 13 - SPECIAL CONDITIONS
If the Specialty Sub-Contractor is sole proprietor, or individually owned, please provide the
following:
•State, & Date of Ownership
_____________________________________________
•Primary Owner’s Name& License #
_____________________________________________
Please Check
YES NO
1. How many years has your organization been in business under your present name?
____yrs.
Have you ever operated under any other names in the past?
If so, name of organization
____________________________________________
2. Has any owner, officer or partner of your organization ever been an owner,
officer or partner of this or any other organization that failed to complete a
construction contract or been charged liquidated damages? If yes, please
provide additional information on a separate sheet.
3. Has your organization ever been denied, debarred, or suspended by a
government agency regarding licensing or award of contracts? If yes, please
provide additional information on a separate sheet. Does the organization owe
back taxes to the IRS? If so, how much?
____________________________________________
4. Has your organization ever failed to qualify as a Specialty Contractor of any
project? If yes, please provide additional information on a separate sheet.
5. Does your organization meet the following minimum requirements:
The successful Specialty Contractor must be able to provide valid and in
good standing the following insurance coverage for the entire duration of
the project, naming your firm and the Owner as additionally insured. A
sample certificate with the following minimum coverage’s must be
submitted with this statement:
❖Commercial General Liability $1,000,000 Each Occurrence /
$2,000,000 General Aggregate
❖Automobile Liability Insurance $1,000,000 Minimum
❖Workman’s Compensation Insurance State Minimum Coverage
as Required by Law.
Attach 3 Letters of Reference from a past public agency giving
recommendation of your organization’s ability to perform quality skate park
Packet Page. 1021
Speicher Park – East Side Skate Park 95 00 73 13 - SPECIAL CONDITIONS
construction.
The successful Specialty Contractor must be able to provide valid and in
good standing the following insurance coverage for the entire duration of
the project, naming your firm and the Owner as additionally insured. A
sample certificate with the following minimum coverage’s must be
submitted with this statement:
❖Commercial General Liability $1,000,000 Each Occurrence /
$2,000,000 General Aggregate
❖Automobile Liability Insurance $1,000,000 Minimum
❖Workman’s Compensation Insurance State Minimum Coverage
as Required by Law.
CURRENT SKATE PARK PROJECT EXPERIENCE
Please provide a list of all concrete skate park construction projects that are in progress by your
organization, or which are complete but have not been open and in operation for a period of at
least ONE (1) year. The projects listed must have a construction agreement.
PROJECT INFORMATION REQUIRED – Please provide all information requested and utilize
additional sheets, as necessary.
Name and Location of Project
_____________________________________________________________________
Owner’s Name________________________________
Address__________________________________________
Phone Number________________________________
Email ___________________________________________
Project Size (Skating area only)_______sq ft Construction Value $_________
% Complete_____ Completion Date________
Designer and Architect
_________________________________________________________
Project Description and Scope of Work
___________________________________________________________
Name and Location of Project
_____________________________________________________________________
Owner’s Name________________________________
Address__________________________________________
Phone Number________________________________
Email ___________________________________________
Project Size (Skating area only)_______sq ft Construction Value $_________
% Complete_____ Completion Date________
Designer and Architect
_________________________________________________________
Packet Page. 1022
Speicher Park – East Side Skate Park 96 00 73 13 - SPECIAL CONDITIONS
Project Description and Scope of Work
___________________________________________________________
Name and Location of Project
_____________________________________________________________________
Owner’s Name________________________________
Address__________________________________________
Phone Number________________________________
Email ___________________________________________
Project Size (Skating area only)_______sq ft Construction Value $_________
% Complete_____ Completion Date________
Designer and Architect
_________________________________________________________
Project Description and Scope of Work
___________________________________________________________
Name and Location of Project
_____________________________________________________________________
Owner’s Name________________________________
Address__________________________________________
Phone Number________________________________
Email ___________________________________________
Project Size (Skating area only)_______sq ft Construction Value $_________
% Complete_____ Completion Date________
Designer and Architect
_________________________________________________________
Project Description and Scope of Work
___________________________________________________________
Name and Location of Project
_____________________________________________________________________
Owner’s Name________________________________
Address__________________________________________
Phone Number________________________________
Email ___________________________________________
Project Size (Skating area only)_______sq ft Construction Value $_________
% Complete_____ Completion Date________
Designer and Architect
_________________________________________________________
Project Description and Scope of Work
___________________________________________________________
Packet Page. 1023
Speicher Park – East Side Skate Park 97 00 73 13 - SPECIAL CONDITIONS
PAST COMPLETED SKATE PARK PROJECT EXPERIENCE
The prime submitting firm or its specialty contractor, to be qualified for this project must have
completed THREE (3) public concrete skate park facilities with a minimum skating area of
10,000 square feet in the last FIVE (5) years. These skate parks must be open and in good
operating condition for at least ONE (1) year. Only those projects where the complete
construction of the facility has been the sole responsibility of your firm can be included. Please
provide detailed project information and verifiable references for each of these qualifying skate
park facilities. If the prime submitting firm will not be performing the specialty items listed on the
plans but will have these items constructed by a specialty subcontractor, only the subcontractor
will be required to be qualified for the specialty bid items.
No exceptions will be made to these requirements.
PROJECT INFORMATION REQUIRED – Please provide all information requested and utilize
additional sheets, as necessary.
PROJECT PHOTO REQUIRED – Please provide at least one (1) photo of each completed
construction.
Name and Location of Project
_____________________________________________________________________
Owner’s Name________________________________
Address__________________________________________
Phone Number________________________________
Email ___________________________________________
Project Size (skating area only)_______sq ft Construction Value $_________
% Complete_____ Completion Date________
Designer and Architect
_________________________________________________________
Project Description and Scope of Work
___________________________________________________________
Name and Location of Project
_____________________________________________________________________
Owner’s Name________________________________
Address__________________________________________
Phone Number________________________________
Email ___________________________________________
Project Size (skating area only)_______sq ft Construction Value $_________
% Complete_____ Completion Date________
Designer and Architect
_________________________________________________________
Project Description and Scope of Work
___________________________________________________________
Packet Page. 1024
Speicher Park – East Side Skate Park 98 00 73 13 - SPECIAL CONDITIONS
Name and Location of Project
_____________________________________________________________________
Owner’s Name________________________________
Address__________________________________________
Phone Number________________________________
Email ___________________________________________
Project Size (skating area only)_______sq ft Construction Value $_________
% Complete_____ Completion Date________
Designer and Architect
_________________________________________________________
Project Description and Scope of Work
___________________________________________________________
ADDITIONAL QUESTIONNAIRE & REQUIREMENTS
Please accurately answer & provide for all the information requested utilizing a separate sheet,
as necessary.
Please Check
YES NO
A. Has your firm excavated a below ground skate park structures and prepared it
for shotcrete application?
B. Has your firm placed transitional and radial shotcrete sculptures using
approved methods including a smooth trowel finish?
C. Does your firm possess all the necessary equipment, labor forces, and material
suppliers to complete this project per plans and specifications within the given
schedule?
D. Has your firm fabricated, galvanized, and installed rolled/bent ornamental metal
coping?
E. Has your firm installed standard pool coping and tile?
F. Has your firm constructed custom concrete skate park features like: (mark
those that apply)
Stamped Brick Integral Color Sculptural artistic elements
G. Has your firm performed any concrete skate park construction with
workmanship issues, defects, or warranty problems, including having to repair
or replace portions of work?
H. Can your firm provide shop drawings and submittals for all the required and
specified materials on this project?
SCHEDULE & SKATE PARK MANAGEMENT EXPERIENCE
Please provide a schedule identifying key tasks and milestones your project
team has identified to demonstrate your ability to coordinate the entire job. This
Packet Page. 1025
Speicher Park – East Side Skate Park 99 00 73 13 - SPECIAL CONDITIONS
will be for evaluation purposes only and is not intended to be submitted as a
working schedule.
Please provide a detailed list identifying your firm’s key personnel and
management team that is responsible for the
aforementioned skate park experience. Please include any
owners, officers, managers, construction supervisors, or any
other employee with the identified experience for the
listed qualifying projects. Show that the individual directly responsible
for the construction management of these projects will be the same
individual utilized on this project.
This document must be notarized. This qualification statement will not be considered
responsive or valid unless it is completed in its entirety and signed, dated, and
notarized. The City of San Bernardino and Skate Park Designer reserve the right to
disqualify any firm for any reason deemed necessary for the successful completion of
this project.
The PRIME SUBMITTING GENERAL CONTRACTOR OR SPECIALTY SUB-
CONTRACTOR (undersigned) hereby certifies and that all the information contained in
this document is true and correct to the best of their knowledge. I declare under penalty
of perjury that the foregoing is correct.
_____________________________________________________________________
Legal Business Name of Submitting Individual, Partnership, Limited Liability Company,
or Corporation & Contractor License Number
_________________________________________________
Printed Name of Prime Submitting General Contractor or Specialty Sub-contractor or Authorized
Agent.
_________________________________________________
Signature of Prime Submitting General Contractor or Specialty Sub-contractor or Authorized
Agent.
ALL SIGNATURES MUST BE
Packet Page. 1026
Speicher Park – East Side Skate Park 100 00 73 13 - SPECIAL CONDITIONS
WITNESSED BY NOTARY
(ATTACH JURAT)
ARTICLE 2 -MODIFICATIONS TO THE GENERAL CONDITIONS
SPECIAL PROVISIONS
1.0 GENERAL
The Contractor shall furnish, in accordance with the plans and specifications, all labor,
equipment, and materials required for all work as necessary for Project No PR 23-003:
Speicher Park – East Side Skate Park.
Contractor shall provide all construction surveying, staking and
monument/centerline ties at no extra cost. Compensation for construction
surveying and staking shall be considered as included in various bid items. No
additional compensations will be allowed.
1.1 Description of Work:
The work to be done consists of the demolition and disposal of the current
concrete skate park. Construction consists of a new skate park with elements to include
surveying & staking, walls, ledges, footings, shotcrete, stairs, flatworks, metals &
coping, topsoil, irrigation, site furnishings, and plantings.; NPDES and SWPPP
requirements; traffic control; survey marking and such other items or details, not
mentioned above, that are required by the Plans, Standard Specifications, or these
Special Provisions.
1.2 Approved Materials:
Whenever the expression “or approved equal” is used, it shall be taken to mean the
approval by the City Engineer of any substitution of material or material specified herein.
All substitution requests shall state the reason for the request and the difference in price
between the item specified and the requested substitution. All substitution requests shall
be submitted to the City Engineer in writing five (5) working days prior to the bid
opening. No requests for substitutions will be considered by telephone. The Contractor
shall submit to the Engineer for review and approval six (6) copies of all shop drawings.
The Contractor shall make any corrections to shop drawings required by the Engineer.
1.3 Pre-Bid Inquiries:
NO ORAL representations or interpretations will be made to any Bidder as to the
meaning of the Special Provisions, Plans, or other Contract Documents. Written
requests for an interpretation, or to identify a potential omission, discrepancy, or
Packet Page. 1027
Speicher Park – East Side Skate Park 101 00 73 13 - SPECIAL CONDITIONS
misunderstanding will be accepted if submitted to PlanetBids by 3:00 p.m. on March 27,
2024.
If there are any questions regarding this project, please contact:
City Engineer’s Office
San Bernardino City Hall
201 North “E” Street, 2nd Floor
San Bernardino, CA 92401
SUBJECT:
SPEICHER PARK – EAST SIDE SKATE PARK
PR 23-003
Attention: Saul Guerrero
Tel: (909) 384-5226; Fax: (909) 384-5190
E-mail: Guerrero_sa@sbcity.org
2.0 UTILITY LOCATION
The following list of individuals or entities, which are known to have facilities in the area
to be improved is merely for the Contractor's information and may or may not be
complete or inclusive:
City of San Bernardino (Engineering) ............................................(909) 384-5019
Southern California Edison, Ben Murguia......................................(909) 307-6788
Southern California Gas Company, Devry Jennings......................(909) 335-7772
San Bernardino Municipal Water Department, Ted Brunson.........(909) 384-5092
Verizon Communications, Control Desk ........................................(909) 784-6655
AT&T, Rosemary Hamill.................................................................(916) 799-4642
Underground Service Alert.............................................................(800) 227-2600
California Department of Transportation………………………………..(909) 383-6920
2.1 Compensation for Damage or Relocation
In accordance with Section 4215 of the California Government Code, the Contractor
shall be compensated for the cost of locating and repairing damage to main or trunk line
utility facilities located on the job site, not due to the failure of the Contractor to exercise
reasonable care; for costs of removing or relocating such utility facilities not indicated in
the Contract Documents with reasonable accuracy; and for the operating costs for
equipment on the project necessarily idled during such work.
Existing utilities have been carefully located and shown on the plans based on available
records and surface features along with the aid of input from the utility companies and
office records. However, the City assumes no responsibility for having completely and
Packet Page. 1028
Speicher Park – East Side Skate Park 102 00 73 13 - SPECIAL CONDITIONS
precisely shown all such existing utilities. The Contractor shall notify the several utility
companies and agencies listed above before beginning excavation and shall coordinate
his work with them.
The Contractor's attention is directed to the utility notification service provided by the
Underground Service Alert (USA). USA member utilities will provide the Contractor with
the location of their substructures in the construction area when the Contractor gives at
least 48 hours’ notice to the Underground Service Alert by calling 1-800-227-2600.
3.0 COMPLETION AND ACCEPTANCE
3.1 Guarantee of Work and Materials
The Contractor shall guarantee that all work performed by him under this contract fully
meets the requirements thereof as to quality of workmanship and materials furnished. If
any defects in materials or workmanship become evident within a period of one (1) year
from the date of acceptance of the work by the City Council or designee, the Contractor
shall, at his own expense, make any repair or replacement necessary to restore the
work to full compliance with these Special Provisions, including repair of settled backfill
and resurfacing.
Such repair and replacement shall be made promptly upon receipt of written notice from
the City. If the Contractor fails to make such repair and replacement promptly, the City
may cause the work to be done and the costs incurred thereby shall become the liability
of the Contractor and his surety.
If, in the opinion of the Engineer, defective work creates a dangerous condition or
requires immediate correction or attention to prevent further loss to the City or to
prevent interruption of operations of the City, the City will attempt to give the notice
required by this article.
If the Contractor cannot be contacted or does not comply with the Engineer's request for
correction within a reasonable time as determined by the Engineer, the City may,
notwithstanding the provisions of this article, proceed to make such correction and the
costs of such correction shall be charged against the Contractor. Such action by the
City will not relieve the Contractor of the guarantees provided in this article or elsewhere
in the contract.
The foregoing obligations shall be secured by a surety bond in a form approved by the
Engineer in an amount not less than ten percent (10%) of the final Contract price, and
shall be delivered to the Engineer prior to final acceptance of the work.
Payment for fulfilling the requirements of this section shall be considered as included in
the prices for the various Contract items of work and no additional compensation will be
allowed
Packet Page. 1029
Speicher Park – East Side Skate Park 103 00 73 13 - SPECIAL CONDITIONS
3.2 Liquidated Damages
Liquidated damages shall be in the amount of One Thousand Five Hundred Dollars
($1,500.00) per working day in excess of the time allowed under this Contract for the
completion of the work, as adjusted by Change Order.
In the event that construction does not commence within the specified time following the
issuance of notice to proceed, liquidated damages in the amount of One Thousand
Five Hundred Dollars ($1,500.00) per working day shall be deducted from
compensation due the Contractor.
The Contractor will not be assessed liquidated damages for delay in completion of the
project, when such delay was caused by the failure of the City or the owner of a utility to
provide for removal or relocation of an existing or unknown facility.
4.0 TIME OF COMPLETION
The Contractor shall begin work within ten (10) working days after the date of the
"Notice to Proceed," and shall diligently prosecute the same to completion by One
Hundred and Eighty (180) Calendar days after date in said Notice.
5.0 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
Further to Section 6.1 of the Standard Specifications, the Contractor shall submit
construction schedule(s) as specified below:
5.1 INITIAL SCHEDULE
Within 48 hours after the Notice to Proceed has been given, and prior to the
start of any work, the Contractor shall submit to the Engineer for approval three (3) copies
of its proposed construction schedule in Critical Path Method format with sub schedules
of related activity.
An electronic copy of the schedule shall also be submitted to the City for its
use. If the Engineer notifies the Contractor that the schedule is unacceptable, the
Contractor shall submit a revised schedule within five (5) working days thereafter.
Unless otherwise required, the construction schedule shall be in the form of
bar charts with major activities of the project listed in chronological order showing the
dates for beginning and completion of each activity. The Schedule shall also show Critical
Path items.
The construction schedule shall also contain:
Packet Page. 1030
Speicher Park – East Side Skate Park 104 00 73 13 - SPECIAL CONDITIONS
An economic component showing the cost of each activity, the anticipated
monthly earnings and a cash flow diagram.
A products availability schedule, which shall show the availability dates for
Contractor furnished equipment affecting the progress of the work, indicate the required
delivery dates for City furnished materials and equipment and indicate the required
installation date for utility-furnished equipment.
5.2 REVISED SCHEDULES
After start of the work, the Contractor shall submit revised construction
schedules every two weeks on a Monday thereafter until completion of the contract.
Said schedules shall clearly indicate “in detail” all work to be procured within
the following two weeks.
The revised schedules should show any significant changes in activities
since submission of the previous schedule with revised projections of progress and
completion. It should also provide a narrative report of problem areas, anticipated delays
and the impact on the schedule, corrective action recommended and its effect, and the
effect of changes on schedules of other contractors involved with the work.
In the event that the revised schedules are not submitted in accordance with the above
conditions, the City reserves the right to suspend all work until a revised schedule is
submitted. The Contractor shall not be entitled to any claims or contract time adjustment
associated with said work suspension.
5.3 PROGRESS MEETINGS
Contractor shall also conduct Bi-weekly construction progress meetings at the job site
or at the owners’ construction office. Contractor shall prepare meeting notes and
distribute them to the meeting attendees within 5 working days of the meeting date.
The progress meeting shall be conducted to the level of detail necessary to address all
issues and work elements that affect the construction schedule, impact to the public and
project costs including potential claims and whatever work elements deemed necessary
by the owner.
10.0 ORDER OF WORK
As required by these specifications, the Contractor shall submit a detailed
construction schedule to the Engineer for approval prior to the preconstruction
meeting. This schedule should be prepared with the following items in mind:
Contractor shall maintain access to all businesses during construction. All
excavations shall be backfilled, compacted and all damaged private improvements are
Packet Page. 1031
Speicher Park – East Side Skate Park 105 00 73 13 - SPECIAL CONDITIONS
to
be restored immediately after installation of improvements in that area. If, in the opinion
of the Engineer, the Contractor is not conforming to these requirements, the Engineer
may order the job to be made safe and all other work halted until a meeting can be held
to determine the reasons for noncompliance and to resolve the situation. Contractor is
advised that gravel, cobbles and boulders will be encountered during excavation of the
project. Contractor is responsible for the removal and proper disposal of all such
material. Compensation for said removal shall be considered as included in various bid
items. Additional compensation will not be provided therefore.
10.2 Protection of Utilities
The Contractor’s attention is directed to the Standard Specifications. The Contractor
shall verify the existence and location of any underground utility pipes or structures that
may be affected during the course of work. The Contractor will take due precautionary
measures to protect the utilities shown and other utilities or structures not shown on the
plans that might be discovered during the process of the job.
The Contractor shall determine the exact location of all utilities prior to beginning
construction of the reclaimed water main, potable water, sanitary storm drain,
electrical conduits/substructures, and other Contract Work which have potential
conflicts with underground utilities. If conflicts are discovered, the Contractor
shall notify the Engineer immediately. The cost of potholing shall be included in
the various bid items, and no additional compensation will be paid.
The Contractor shall protect the existing water services and meters in place.
Care shall be taken by the Contractor not to disturb the services or meters during
excavation and/or tree and root removal operations. Meter boxes shall be raised to
grade where parkway improvements are reconstructed as shown on the plans.
Where water valve boxes, bollards or other utility facilities are encountered in
areas designated for removals and reconstruction, the Contractor shall protect those
boxes and facilities in place, remove or adjust to grade as necessary. Payment for
protection of utilities and/or adjustment shall be considered to be included in other items
of work and no additional compensation will be allowed.
In the event that a water service is damaged, the Contractor shall notify Water
Operations and the Engineering Division immediately. The Contractor shall also
arrange for the immediate repair of the water service by a licensed plumbing contractor,
at no cost to the City. In certain circumstances, the Contractor may encounter water
services that are entangled in roots. In these circumstances, it may be necessary to
replace the water service. Qualified personnel shall make all such replacements. In
order to receive compensation for this repair, the City Landscape Inspector shall be
contacted prior to any further root removals.
In certain circumstances, the Contractor may encounter water services that are
entangled in roots. In these circumstances, it may be necessary to replace the water
Packet Page. 1032
Speicher Park – East Side Skate Park 106 00 73 13 - SPECIAL CONDITIONS
service. Qualified personnel shall make all such replacements. In order to receive
compensation for this repair, the City Landscape Inspector shall be contacted prior to
any further root removals.
10.3 Equipment and Material Storage
No storage of equipment or materials will be allowed on private property or in
street right-of-way unless written permission has been provided to City.
10.4 Joining Existing Facilities
All construction of items in this contract shall join existing improvements with a smooth
transition. Portland cement concrete shall neatly join existing features.
10.5 Protection of Work
The provisions that is for “Materials and Workmanship” of the Standard Specifications
shall apply except as modified and supplemented below:
The Contractor shall provide sufficient barricades, delineators and ribbon at each
location to adequately protect the new and fresh concrete surfaces from vandalism and
unauthorized markings. Newly poured and finished concrete areas shall be delineated
or cordoned off with tape to inhibit and discourage pedestrians, bikers and skateboards
from tracking across the fresh sidewalk surfaces.
Unauthorized markings (i.e. graffiti, footprints, bike tire marks, scuff marks) in the new
sidewalk surfaces are not acceptable and may be cause for rejection. All such areas
rejected due to such cause shall be removed and replaced at the Contractor’s expense.
All costs for protecting the new concrete surfaces and any graffiti removal shall be
considered as incidental to the cost of the work and no additional compensation will be
allowed therefore.
10.6 Cooperation and Collateral Work
A minimum of forty-eight (48) hours prior to construction, the Contractor will expose all
known utility crossings in order to provide for grade and alignment adjustments, if
necessary.
The Contractor shall be responsible for ascertaining the nature and extent of any
simultaneous, collateral, and essential work by others. The City, its workers,
contractors and others shall have the right to operate within or adjacent to the Work site
during the performance of such work. The Contractor shall include in its bid all costs
involved as a result of coordinating its work with others.
The Contractor shall not be entitled to additional compensation or Contract Time
Packet Page. 1033
Speicher Park – East Side Skate Park 107 00 73 13 - SPECIAL CONDITIONS
extension from the City for damages resulting from such simultaneous, collateral and
essential work. The Contractor shall redeploy its work force to other parts of the project
site, if necessary to avoid or minimize such damage or delay. The
Contractor shall take due precautions to protect all improvements placed by others in
the vicinity of their operations.
10.7 Construction Water
The Contractor will furnish all water necessary for compactions, cleaning,
flushing, dust control, etc. The Contractor shall comply with all the requirements of the
City of San Bernardino Water Department.
The cost of delivering, furnishing, and applying all water will be considered as
included in the various items of work, and no additional compensation will be
allowed.
10.8 Parkway Trees:
THERE ARE EXISTING TREES AT THE LOCATIONS AS SHOWN AND NOTED ON
THE BID SCHEDULE TO BE REMOVED.
The provisions of section 300-1 “Clearing and Grubbing” of the Standard
specifications shall apply except as modified and supplemented below:
When tree roots are encountered, the roots shall be removed that are within the
future locations of the Street or drainage improvements. The roots shall be removed to
a depth of 1’ below subgrade as directed by the Engineer. Limits of tree root removal
shall extend to 1’ outside of the street or storm drainage improvements. The roots shall
be cut so that the remaining root ends have a neat, smooth surface. Contractor shall
not backfill behind curb until the above mentioned root treatment has been inspected by
inspector.
10.9 Safety
All construction will be performed in compliance with the standards as
established by OSHA and in accordance with the appropriate State of California
regulations. It will be the Contractor's responsibility to acquaint him and abide by these
regulations during all phases of construction. The contractor will hold harmless and
indemnify the City and its agents for any damages caused by failure to abide by said
regulations.
10.10 Night, Sunday and Holiday Work
Unless otherwise specified in the Contract Special Provisions, no work shall be performed
at night, Sunday, or the eleven (11) legal holidays: New Year’s Day, Martin Luther King,
Jr. Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Veteran’s
Day, Thanksgiving Day, Friday following Thanksgiving Day, Christmas Eve and
Packet Page. 1034
Speicher Park – East Side Skate Park 108 00 73 13 - SPECIAL CONDITIONS
Christmas Day, except work pertaining to the public safety or with the permission of the
Engineer, and accordance with such regulations as he/she shall furnish in writing.
Before performing any work at said times, except work pertaining to the public safety, the
Contractor shall give written notice to the Engineer so that proper inspection may be
provided. “Night” as used in this paragraph shall be deemed to include the hours from
7:00 P.M. to 6:00 A.M. of the next succeeding day.
11.0 ENGINEER'S ESTIMATE
The quantities of work to be done and materials to be furnished are approximate as
shown on the plans and/or proposal and are given as a basis of comparison of bids
only. The City does not expressly or by implication agree that the actual amount of
work will correspond therewith.
12.0 FINAL CLEANUP
Prior to final acceptance, the Contractor shall restore the entire project site to a
condition equal or better than the pre-construction condition as evidenced by film, notes,
sketches and other construction records.
12.1 Cleaning and Dust Control
Clean up and dust control shall conform to the Standard Specifications. During
execution of work, the Contractor shall clean the site, adjacent properties, and public
access roads, and dispose of waste materials, debris, and rubbish to assure that all
affected properties are maintained free from accumulations of water, materials and
rubbish.
Contractor will provide for collection and for disposal of waste materials, spoils, debris,
and rubbish.
Contractor will cover all loads of excavated material leaving the site or of material being
imported, to prevent excessive dust from being created.
12.2 Protection and Restoration of Existing Improvements
The City anticipates and the Contractor shall, if necessary, repair all existing
improvements, which are not designated for removal, which are damaged or removed
as result of the Contractor’s operations in accordance with the Standard Specifications.
In particular, areas designated by the Contractor for haul routes shall be subject to a
joint inspection by the City and Contractor prior to any work occurring in order to reveal
any deficiencies of the existing improvements. All existing improvements subject to
repair and/or replacement due to the Contractor’s operations shall be repaired and/or
replaced in accordance with the applicable jurisdictional Agency’s requirements. Items
subject to repair and/or replacement include but are not limited to asphalt paving/base
Packet Page. 1035
Speicher Park – East Side Skate Park 109 00 73 13 - SPECIAL CONDITIONS
and subgrade sections, curbs and gutters, sidewalks, drives, culverts, utilities,
landscaping turfs and hardscaping, etc.
The Contractor will be required to obtain a no-fee Construction Permit the City.
14.0 PERMITS
The Contractor will be required to obtain a no-fee Construction Permit and a no-fee
Street Closure Permit from the City.
15.0 CONTRACT PAYMENTS
Payment will be made at the price for each item listed on the bidding form or as extra
work as provided in the General Provisions.
Initial progress payment will not be made prior to approval by the Engineer of the
Schedule of Values (breakdown of lump sum contract costs), the Construction Progress
Schedule, and the Schedule of Submittals.
No subsequent progress payment will be made until the Engineer receives the monthly
revision of the Construction Progress Schedule and Progress Record Drawings.
15.1 Schedule of Values for Payments
The Contractor shall submit to the Engineer, within ten (10) working days after Notice to
Proceed, three (3) copies of a Schedule of Values. The Schedule of Values shall consist
of a detailed breakdown of the Contract Lump Sum or designated Lump Sum bid items.
The Schedule of Values shall include an allocation of the major work task items required
to perform and complete the work. In the event that the “Schedule of Values” is not
submitted in accordance with the Specifications contained herein, the Contractor shall not
be permitted to commence with lump sum work items. The Contractor shall not be
entitled to contract time adjustments.
The total of the Schedule of Values shall agree with the total or lump sum price bid. The
price breakdown shall, as a minimum, show the cost of each item of the Construction
Progress Schedule. Any additional breakdown of the Schedule of Values, by quantities
and prices of work and materials, considered necessary by the Engineer will be as
determined by the Engineer. The price breakdown shall not be unbalanced, shall be
subject to adjustment between the Engineer and the Contractor, and will be used as a
basis for progress payments. Acceptance of the Schedule of Values by the Engineer shall
not relieve the Contractor of the responsibility of performing all the work needed to
complete the projects at the total or lump sum price bid.
Packet Page. 1036
Speicher Park – East Side Skate Park 110 00 73 13 - SPECIAL CONDITIONS
15.2 Progress Payments
Determination by Engineer: The Engineer will make an approximate
measurement of all approved materials delivered to the job site and work performed by
the Contractor through the last working day of each calendar month for the purpose of
making a progress payment.
No payment will be made for the fabrication or production of materials off
the job site, or for materials stored off the job site. The Engineer will classify the work
according to items listed on the Bid Form and will estimate the approval is given and
submitted to the City’s Finance Division.
Additional Retention: In addition to the retention mentioned above, the whole or part of
any payment of the estimated amount due the Contractor may be withheld as an
additional retention if such course be deemed necessary to protect the City from loss due
to the Contractor's failure to protect any of the following: (1) meet his/her obligations; (2)
expedite the work; (3) correct rejected work; (4) settle damages as provided; or (5)
produce substantial evidence that no claims will or have been filed, and/or if it has been
determined that unpaid balance may be insufficient to complete the work.
Effect of Progress Payment: All materials and work covered by progress payments
thereupon become the sole property of the City, but this provision shall not be construed
as relieving the Contractor from sole responsibility for all materials and work upon which
payments have been made or the restoration of any damaged work as a waiver of the
City's right to require fulfillment of all terms of the Contract.
15.3 Final Payment and Release of Claims
Notice of Completion and final payment: A Notice of Completion will be prepared by the
Engineer and recorded with the office of the County Registrar-Recorder, within ten (10)
days after acceptance of the work by the City Council or designee.
Final payment will be made not sooner than thirty-five (35) calendar days following the
date of recording of the Notice of Completion. Final payment shall include the remaining
amount due the Contractor, less all prior payments and advances whatsoever to or for the
account of the Contractor for supplies, materials, services, damages, or otherwise
deductible under the terms of the Contract. All prior estimates and payments including
those relating to extra work shall be subject to correction by this payment, which
throughout this Contract is called "final payment."
Packet Page. 1037
Speicher Park – East Side Skate Park 111 00 73 13 - SPECIAL CONDITIONS
CONSTRUCTION BID ITEMS
PROJECT NO. PROJECT NO. 13622
SPEICHER PARK – EAST SIDE SKATE PARK PR 23-003
Each respective bid item and bid schedule as shown on the proposal form shall comply
with all respective sections of the most current edition of Standard Specifications for
Public Works Construction (Green Book), its supplements, and any other publications
as specified. If there is a conflict between these inclusions and the Standard
Specifications, these inclusions shall have precedence.
Contractor shall provide all construction surveying, staking and
monument/centerline ties at no extra cost. Compensation for construction
surveying and staking shall be considered as included in various bid items. No
additional compensations will be allowed.
BASE BID SCHEDULE
BID ITEM 1 : MOBILIZATION:
This bid item shall comply with the requirements of Section 7-3.4, "Mobilization", of the
Standard Specifications.
Mobilization may include, but not be limited to, the following principal items:
1. Submittal and modification, as required, of the Construction Schedule.
2. Providing a Project Office (if needed)
3. Review of the Site.
4. Obtaining all required Transportation Permits.
5. Submittal of all required insurance certificates and bonds as required by these
Specifications
6. Moving onto the site, including, but not limited to:
A. Equipment
B. Arranging for and erection of Contractor’s work and storage areas.
7. Installing construction fencing and temporary construction power and wiring.
8. Providing a minimum of one restroom facility for each twenty-five (25) workers
occupying the site. Facilities may include existing functioning restrooms, or
portable chemical facilities, or any combination thereof, and shall count as one
for each urinal or one for each water closet (as required).
9. Installing all temporary utilities (as required).
Packet Page. 1038
Speicher Park – East Side Skate Park 112 00 73 13 - SPECIAL CONDITIONS
10.Establishing required fire protection provisions.
11.Posting all OSHA required notices and establishment of safety programs.
12.Posting of all Department of Labor notices.
13.Having the Contractor’s superintendent at the job site full-time and responding 24
hours per day.
14.Air and water quality protective measures, as necessary, and without limitation.
15.Potholing and other research and review as necessary to verify site conditions
and utility locations.
16.Demobilization of the Site.
17.Any other item as specified.
18.Relocate mailboxes/gang boxes
The cost of bonds, insurance, move in and move out costs, preparation and submission
of submittals, obtaining encroachment permits, and miscellaneous incidental costs, shall
be included in the Bid Item provided for mobilization and demobilization and incidental
project costs as a lump sum item, for which 75 percent (75%) will be eligible for
inclusion in the first progress payment, with the remaining 25 percent (25%) not eligible
for inclusion until 100 percent (100%) of the work has been completed and if progress of
the work is satisfactory. No work shall be started without prior approval of the
submittals. Failure to comply with the preceding requirement will be sufficient ground
for the Engineer to stop all work on the project until the requirements are met.
Payment for this bid item shall be paid per Lump Sum (LS) and shall be considered as
full compensation for furnishing all labor, materials, tools, equipment, and incidentals for
doing all work involved in Mobilization per project plans and specifications; no additional
compensation will be allowed therefor.
BID ITEM 2: STORM WATER POLLUTION AND PREVENTION PLAN AND NPDES
COMPLIANCE:
Storm Water Pollution Prevention shall include preparation of Storm Water Pollution
Prevention and erosion control plans, control of all waters entering the project sites,
erosion control, and any dewatering in accordance with California Regional Water
Quality Control Board, Santa Ana River Region requirements.
Storm, surface and/or nuisance water may be encountered at various times and
locations during performance of the Work. Such waters may interfere with Contractor’s
operation and may cause damage to adjacent or downstream private and/or public
property by flooding, lateral erosion, sedimentation or pollution if not properly controlled
by Contractor. Contractor, by entering into the Contract, assumes all risk and
responsibility for water control. Contractor’s responsibility includes, at a minimum,
handling any nuisance and/or storm waters that may result during the term of the
Contract in a manner which will protect construction throughout the various stages of
work up to the point of final acceptance by Owner.
Packet Page. 1039
Speicher Park – East Side Skate Park 113 00 73 13 - SPECIAL CONDITIONS
Contractor shall conduct its work in accordance with all rules and regulations set forth
by the Governing Jurisdiction(s). Contractor shall conduct and schedule operations so
as to avoid effects of erosion on adjacent work and property.
Contractor is responsible for and the Contract Price includes the erosion control related
to the Work, including but not limited to devices shown on the drawings and additional
dikes, basins, ditches, gravel bags, sand bags and silt fences which might become
necessary as a result of operations. Contractor shall be responsible for pumping water
and desilting waters after each storm event. Contractor is also aware that storm water
from adjacent sites may be transported to the Project site and it is Contractor’s
responsibility to maintain any previously installed erosion control facilities. The cost of
all such work plus that required to repair damage resulting from any erosion is part of
the Contract Price and no additional compensation shall be paid to Contractor for same.
The Contractor shall install and maintain all required or necessary erosion control
measures to cover the entire duration of the term of the Contract.
The Contractor is responsible to protect the Project site from erosion damage at all
times by utilizing Interim Erosion Control measures which, due to the site’s ever-
changing condition during construction, is achieved by implementing Best Management
Practices (BMPs). Part of these responsibilities shall include that the Contractor have
available for Owner’s review on-site at all times, a copy of the Project SWPPP and the
Project erosion control plans. This Erosion Control Plan shall be updated on a
continuous basis as required to assure its accuracy.
All construction shall be conducted with provisions for the control of sand, silt and debris
originating at the construction site. Appropriate areas shall be contained with berms,
desilting basins or similar structures to prevent runoff during construction operation.
During construction, the Contractor shall check and maintain berms and desilting basins
prior to, during, and after all rainfall events.
If construction of the project improvements necessitates removal of any erosion control
device(s) this device shall be replaced at the end of each working day when the five-day
rain probability forecast exceeds 40% or prior to the start of a weekend or holiday.
Contractor shall prepare an emergency flood plan that includes monitoring of weather
forecasts.
The Contractor shall provide to the Owner a plan depicting interim erosion control
desilting basin locations and sizes prior to the start of construction. The Contractor shall
provide to the Owner supporting calculations for the desilting basin sizes.
All contractor-dewatering activities shall comply with most current permit, Waste
Discharge Requirements, “California Regional Water Quality Control Board, Santa Ana
Region (CRWQCB) and these specifications. Contractor shall notify the City and
CRWQCB a minimum of thirty (30) calendar days in advance of any dewatering activity
and shall complete all permit application documentation, supply all testing services and
Packet Page. 1040
Speicher Park – East Side Skate Park 114 00 73 13 - SPECIAL CONDITIONS
make all reporting required by the permit. In the event that Contractor fails to comply
with said permit’s requirements, Contractor shall be responsible for all costs, fines
and/or penalties assessed against Contractor, the City or any affiliate of the City by
CRWQCB and any other applicable agencies.
It is agreed among the parties that added construction costs incurred by the Contractor,
due to weather related damage or delay, shall be the Contractor’s responsibility.
The Contractor is notified that the approved Erosion Control Plan must be amended
from time to time during construction to reflect actual construction practices, and that
each amendment must be made by, or under the direction of, the Professional Engineer
who prepared the Erosion Control Plan.
The price paid for erosion control shall include full compensation for preparation and
implementing the Erosion Control Plan and for amending the Erosion Control Plan to
conform to Contractor’s actual construction practices during construction. The total
price bid for completing and submitting the Erosion Control Plan, and for amending and
administering the Erosion Control Plan shall include the cost of all documentation and
administration for the entire contract period and shall be included in the lump sum
contract price paid for the contract item of work, “Storm Water Pollution Prevention Plan
(SWPPP)” and no additional compensation will be allowed therefore.
Payment for this bid item shall be paid per Lump Sum (LS) and shall be considered as
full compensation for furnishing all labor, materials, tools, equipment, and incidentals for
doing all work involved in Stormwater Pollution and Prevention Plan and NPDES
Compliance per project plans and specifications; no additional compensation will be
allowed therefor.
BID ITEM 3: TREE / STUMP REMOVAL:
Unless otherwise shown, all trees are to be protected in place. Demolition and
destruction of trees and tree parts, including trunks, branches and foliage, shall be
limited to tree removals as shown on the Plans. Root pruning and removals shall be
limited to the minimum required to construct new improvements where trees are to be
conserved. Prior to removal or pruning of any tree or shrubs the City Arborist shall
inspect the trees and shrubs at the contractors request for final approval.
Streetscape shall place a visible removable “tag” on each tree proposed to be removed
at least five (5) workdays and no earlier than ten (10) workdays prior to removal. Said
“tag” is intended to give adjacent residents proof of trees to be removed or saved.
Tags shall be on the sidewalk side of trees and located at least five feet (5’) above
ground.
The Contractor shall remove only trees that have been marked by Streetscape for
removal. Trees shall be removed in a workmanlike manner so as not to injure other
standing trees, plants, and improvements which are to be preserved.
Packet Page. 1041
Speicher Park – East Side Skate Park 115 00 73 13 - SPECIAL CONDITIONS
Stumps shall be ground down three feet (3’) below ground surface within five (5) feet of
the center of the stump. All surface roots shall be removed within the parkway.
The Contractor shall conform to the following requirements:
1) The cutting down or removal of trees is prohibited after the
prescribed working hours unless permission is granted by the
Engineer.
2) All debris from pruning or removing a tree shall be cleaned up
and hauled away from the Work site on the same day that the
tree is cut or pruned. Firewood-size logs may be left neatly
piled for residents to pick up for no longer than three (3) days.
3) All holes created from removal of tree stumps shall be
backfilled and graded to finish level by the end of the workday.
This bid item also includes all work involved in tagging, cutting and complete removal of
trunks, branches, stumps and roots; hauling, disposal, restoration and replanting of
removal areas; and incidentals. Notes for removals are considered to be typical. In the
event that there is not a specific note indicated for a tree or other removal that is in
conflict with the new improvements, it shall be considered to be removed and the
payment for such removals shall be considered to be within the unit price bid for the
various removals and no additional payment will be made therefor. There shall be no
separate payment for tree conservation efforts, and all costs thereof shall be absorbed
in the bid prices.
PAYMENT—Tree and Tree Stump Removals-- Payment for tree and stump removals
shall be included in the Contract Unit Price for “Tree / Stump Removal” per Each (EA)
and shall include all work involved in tagging, cutting and complete removal of trunks,
branches, stumps and roots; hauling, disposal, restoration and replanting of removal
areas; and incidentals. Notes for removals are considered to be typical. In the event
that there is not a specific note indicated for a tree or other removal that is in conflict
with the new improvements, it shall be considered to be removed and the payment for
such removals shall be considered to be within the unit price bid for the various
removals and no additional payment will be made therefor. There shall be no separate
payment for tree conservation efforts, and all costs thereof shall be absorbed in the bid
prices.
BID ITEMS 16: CONSTRUCTION PROJECT SIGN:
Packet Page. 1042
Speicher Park – East Side Skate Park 116 00 73 13 - SPECIAL CONDITIONS
Work specified in this section includes providing all materials and performing all
operations to fabricate, install, modify and/or relocate Project Information Sign, and as
specified in these Special Provisions. Submit a shop drawing for all sign panels, and the
Manufacturer’s data for the Sign Panels.
MATERIALS
A. Project Information Signs shall be constructed per Caltrans specifications for ½”
Plywood single sheet and laminated panel signs.
B. Color of signs, panels and lettering shall be as indicated on the drawing in
Appendix B of these specifications.
C. Sign Posts shall be constructed of wood and shall conform to the provisions of
section 56-2.02B, Caltrans.
D. Mounting Hardware shall be furnished by the Contractor and shall conform to the
provisions of section 56-2.02D, Caltrans.
INSTALLATION
A. For this contract, one (2) Project Information Sign shall be installed, relocated or
modified for each location as directed by the City Engineer and shall conform to
the provisions of sections 56-2.03, and 56-2.04, Caltrans.
B. Signs to be removed and/or relocated as directed by the City Engineer shall be
installed at the new location on the same day the said sign is removed from its
previous location.
C. The location of each sign shall be as directed by the City Engineer or his
designee. Project information sign should be installed in a way to have bottom of
sign at least 7ft above the ground. The project information signs shall be erected
five (5) working days prior to the start of work. The Contractor shall revise all
misspellings and any other corrections on the sign at no extra cost to the City.
Upon completion of the project, City shall keep all of the Project Information
Signs.
Signs shall be 4’x8’, and shall be installed at locations determined by the Engineer. Sign
shall be installed with two 4”x4” wooden posts embedded into the ground 36” minimum.
The bottom of signs shall be at least 84” above ground. Prior to ordering the sign, the
contractor shall obtain from the Engineer the information that will appear on each sign
such as text, emblems, colors, fonts, and size.
The contractor shall be responsible for the signs during construction and will replace
lost or stolen signs at his expense. Vandalized or damaged signs shall be repaired,
cleaned, or replaced by the contractor at the contractor’s expense to the satisfaction of
the Engineer. At the completion of construction, the contractor shall remove and deliver
the signs to THE CITY.
Payment for this bid item shall be paid per EACH (EA) and shall be considered as full
compensation for furnishing all labor, materials, tools, equipment, and incidentals for
doing all work involved in PROJECT SIGN per project plans and specifications; no
Packet Page. 1043
Speicher Park – East Side Skate Park 117 00 73 13 - SPECIAL CONDITIONS
additional compensation will be allowed.
END OF SPECIAL CONDITIONS
Packet Page. 1044
Speicher Park – East Side Skate Park 118 Appendices
SPECIFICATIONS
THE FOLLOWING SPECIFICATIONS ARE INCORPORATED HEREIN BY REFERENCE AS
IF SET FORTH IN THEIR ENTIRETY:
•Specifications for City of San Bernardino Parks Improvement Plan For Speicher Park –
East Side Skate Park (Attached in separate Packet)
•Speicher Park – East Side Skate Park Specifications (Attached in separate Packet)
Packet Page. 1045
Speicher Park – East Side Skate Park 119 Appendices
PLANS AND DRAWINGS
THE FOLLOWING PLANS AND DRAWINGS ARE INCORPORATED HEREIN BY REFERENCE AS IF SET FORTH IN THEIR
ENTIRETY:
1. Speicher Park – Eat Side Skate Park Plans (Attached in separate packet)
Packet Page. 1046
Speicher Park – East Side Skate Park 120 Appendices
APPENDIX “A”
CITY OF SAN BERNARDINO
BUISNESS REGISTRATION CERTIFICATE APPLICATION FORM
Packet Page. 1047
Speicher Park – East Side Skate Park 121 Appendices
Packet Page. 1048
Speicher Park – East Side Skate Park 122 Appendices
APPENDIX “B”
CONSTRUCTION 4’ X 8’ PROJECT SIGNS
Packet Page. 1049
Speicher Park – East Side Skate Park 123 Appendices
CITY OF SAN BERNARDINO
Building a Better San Bernardino
SPEICHER PARK – EAST SIDE SKATE PARK
PROJECT No. PR 23-003
Estimated Completion: December 2024
Funding Provided By: Measure S, AB 1600
Council Ward: 2
Helen Tran, Mayor
Council Members: Theodore Sanchez, Sandra Ibarra, Juan
Figueroa, Fred Shorett, Ben Reynoso, Kimberly Calvin, Damon
Alexander
Charles A. Montoya, City Manager
For more information, please call the Engineering Department (909) 384-5019
Size: 4’ Vertical by 8’ horizontal. Material: ½” Plywood with graffiti laminate. Colors: White background, blue and black graphics, full
color logo.
Packet Page. 1050
Speicher Park – East Side Skate Park 124 Appendices
APPENDIX “C”
LOCATION MAP
Packet Page. 1051
Speicher Park – East Side Skate Park 125 Appendices
Packet Page. 1052
BID TABULATION FOR
PR 23-003, PROJECT NO. 13622 : SPEICHER PARK - EAST SIDE SKATE PARK
BID OPENING: 04/23/24 @ 3:00PM
Item No.BID ITEM DESCRIPTION Estimated
Quantity Unit
BID SCHEDULE Unit Price Total Unit Price Total Unit Price Total
SCHEDULE NO. 1 Speicher Park - East Side Skate Park PR 23-003
1.1 Mobilization 1 LS 63,343.66$ 63,343.66$ 170,000.00$ 170,000.00$ 107,000.00$ 107,000.00$
1.2 Stormwater Pollution and Prevention Plan and NDPES Compliance Per Plans and Specifications 1 LS 11,156.63$ 11,156.63$ 14,000.00$ 14,000.00$ 7,958.00$ 7,958.00$
1.3 Remove Existing Tree and Root Ball, Dispose 1 LS 19,789.16$ 19,789.16$ 5,000.00$ 5,000.00$ 3,319.38$ 3,319.38$
1.4 Sawcut and Remove Existing Mow Curb and Dispose Per Plans and Specifications 1 LS 3,101.20$ 3,101.20$ 1,300.00$ 1,300.00$ 1,472.00$ 1,472.00$
1.5 Remove Existing Fence/Gate, Associated Posts, Footings, ETC. and Dispose Per Plans and
Specifications 1 LS 4,724.70$ 4,724.70$ 12,000.00$ 12,000.00$ 8,843.50$ 8,843.50$
1.6 Sawcut and Completely Remove Existing Concrete Pad, Base, ETC. and Dispose Per Plans and
Specifications 1 LS 54,833.73$ 54,833.73$ 58,700.00$ 58,700.00$ 46,000.00$ 46,000.00$
1.7 Pothole and Locate Existing Underground Utility Lines to Protect in Place as Required Per Plans and
Specifications 1 LS 1,148.19$ 1,148.19$ 6,600.00$ 6,600.00$ 6,426.00$ 6,426.00$
1.8 Remove Existing Landscape/Irrigation and Cap at Limits of Demolition, Dispose Removed Items Per
Plans and Specifications 1 LS 4,590.36$ 4,590.36$ 6,700.00$ 6,700.00$ 3,248.75$ 3,248.75$
1.9
Construct Skate Park. All work to include Surveying and Staking Services, Base material, Concrete
Work (Formwork, Reinforcement, Finishing and Curing), and Metal Work (Fabrication,
Installation/welding, Painting, Signage and Drain Inlets), required for the construction of an
approximate 12,270 SF. Concrete Skate Park. Per Plans and Specifications.1 LS 616,544.58$ 616,544.58$ 727,000.00$ 727,000.00$ 959,698.00$ 959,698.00$
1.10 Construct Concrete Walk (Approx 1,200 SF.) Per Plans and Specifications 1 LS 30,559.04$ 30,559.04$ 13,500.00$ 13,500.00$ 17,112.00$ 17,112.00$
1.11 Construct and Install 42” Steel Tube Fencing Per Plans and Specifications 1 LS 67,831.33$ 67,831.33$ 48,900.00$ 48,900.00$ 55,200.00$ 55,200.00$
1.12 Install “No Dumping – Drains to Ocean” Medallion on Existing Catch Basins 2 EA 72.30$ 144.60$ 275.00$ 550.00$ 109.25$ 218.50$
1.13 Install Flogard +Plus Catch Basin Insert Filter (Or Approved Equal) per Plans and Specifications 2 EA 497.59$ 995.18$ 5,000.00$ 10,000.00$ 207.00$ 414.00$
1.14 COLD MILL 5" UNIFORM DEPTH - FULL STREET WIDTH PER PROJECT PLANS AND
SPECIFICATIONS 1 LS 6,154.22$ 6,154.22$ 6,300.00$ 6,300.00$ 8,496.20$ 8,496.20$
1.15
Install Landscape. Complete and in accordance with Contract Documents, including all plant
materials (Marina Strawberry Tree, Agave Vilmoriniana Octopus Agave, Lantana X ‘New Gold’,
Senecio Mandraliscae ‘Blue Chalk Sticks’) 1 LS 2,572.29$ 2,572.29$ 3,000.00$ 3,000.00$ 25,194.20$ 25,194.20$
1.16 Construct Raised Concrete Curb 6"-8" per detail C/PP2.01 120 LF 59.24$ 7,108.43$ 25.00$ 3,000.00$ 90.47$ 10,856.40$
1.17 Project Construction Sign 1 LS 1,412.69$ 1,412.69$ 900.00$ 900.00$ 10,603.00$ 10,603.00$ Total Base Bid
896,009.99$ 1,087,450.00$ 1,272,059.93$
Actual Amount - Recorded Amount -$ (0.20)$
ADDITIVE ALTERNATE NO. 1 -$
2.1 Slappy Curb Per Skate Park Plans 1 LS 4,265.06$ 4,265.06$ 3,000.00$ 3,000.00$ 5,875.00$ 5,875.00$
2.2 Entry Plaza w/ Decorative Paving (Approx. 930 SF.) & Seating Entry Plaza Planting & Irrigation 1 LS 60,518.07$ 60,518.07$ 53,750.00$ 53,750.00$ 82,248.00$ 82,248.00$
2.3 Shade Structure 1 LS 71,139.76$ 71,139.76$ 86,250.00$ 86,250.00$ 92,726.00$ 92,726.00$
Additive Alternate No. 1 SUBTOTAL 135,922.89$ 143,000.00$ 180,849.00$
TOTAL BID SCHEDULE 1,230,450.00$ 1,031,932.88$
APPARENT LOW BIDDER
GRINDLINE SKATE PARKS INC.
3RD LOW
C.S. LEGACY CONSTRUCTION,
INC.
2ND LOW
CALIFORNIA SKATE PARKS
1,452,908.93$
Packet Page. 1053
Packet Page. 1054
Packet Page. 1055
Packet Page. 1056
Packet Page. 1057
Packet Page. 1058
Packet Page. 1059
Packet Page. 1060
Packet Page. 1061
Packet Page. 1062
Packet Page. 1063
Packet Page. 1064
Packet Page. 1065
Packet Page. 1066
Packet Page. 1067
Packet Page. 1068
Packet Page. 1069
Packet Page. 1070
Packet Page. 1071
Packet Page. 1072
Packet Page. 1073
Packet Page. 1074
Packet Page. 1075
Packet Page. 1076
Packet Page. 1077
Packet Page. 1078
Packet Page. 1079
Packet Page. 1080
Packet Page. 1081
Packet Page. 1082
Packet Page. 1083
Packet Page. 1084
Packet Page. 1085
Packet Page. 1086
Packet Page. 1087
Packet Page. 1088
Packet Page. 1089
Attachment 5
Location Map
600 ft
N
➤➤
N
Packet Page. 1090
2
1
0
9
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Rochelle Clayton, Acting City Manager;
Lynn Merrill, Director of Public Works Operations and
Maintenance
Department:Public Works
Subject:Relinquishment of Dement Street (Ward 5)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, adopt Resolution No. 2024-150, accepting title, control, and maintenance of
a reconstructed portion of Dement Street upon relinquishment by the State of
California, and receipt of written notices from the State that the work thereon has
been completed.
Executive Summary
The relinquishment of Dement Street will enhance efficiency in documentation
verification, expediting decision-making processes, and ensuring compliance with legal
and regulatory requirements. Additionally, the relinquishment of Dement Street will
contribute to the City’s overall organizational effectiveness and risk management. The
relinquishment of a street means the transfer of ownership and maintenance
responsibility of the street from one government entity (such as a state or county) to
another, typically a city. This resolution means the City will take over control and
maintenance of Dement Street from the current governing body.
Background
This item requests that the Mayor and City Council accept title to portions of State
Route (SR) 15 and I-215, between Cajon Boulevard and Greenwood Avenue, in the
unincorporated community of Devore, in addition to certain “collateral facilities” upon
relinquishment by the State. These collateral facilities include relinquished right-of-way
of frontage, service roads, or outer highway that were constructed as part of the State
highway project. On May 19, 2014, the City allowed the State to perform certain work
on portion of Dement Street from Post Mile 16.9 to Post Mile 17.1.
Packet Page. 1091
2
1
0
9
On November 15th, 2017, the Mayor and City Council entered into Freeway Agreement
No. 08-SBD—215-PM5.0/14.9 (“Freeway Agreement”) with the State, consenting to
the State’s realignment, improvement, or closure of portions of certain City roads
affected by the State’s realigning of the SR 15/215 in the Devore area. The Freeway
Agreement also included provisions where the City will accept control and
maintenance over each of the relocated City roads, any frontage roads, and other local
roads constructed as part of the State’s project, on receipt of written confirmation that
the work performed therein has been completed, except for any portion which is
adopted by the State as a part of the freeway proper. If acquired by the State, the City
will accept title to the portions of such roads lying outside the freeway limits, upon
relinquishment by the State.
Discussion
The State has notified the City that work on the subject portion of SR 15/215 is
complete and has provided the City with the Environmental Disclosure Memorandum
(EDM DOC) Rel 503-S. Once the Mayor and the City Council accept the EDM DOC
and the proposed Resolution, the State will present a Resolution of Relinquishment to
the California Transportation Commission (CTC) for consideration. After the
recordation of the CTC’s Resolution of Relinquishment, the City will be fully responsible
for any present and future remediation of hazardous materials, noted in the
environmental documents, and will be responsible for the operation and maintenance
of all roads included in Exhibits A and B (Attachments 1 & 2). City staff has reviewed
the EDM DOC, and has determined that any contaminants present on or near the
relinquished facilities are under acceptable thresholds and do not require remediation.
Pursuant to the Freeway Agreement and California Streets and Highways Code
Section 73, the City agrees to control, operate, and maintain roads identified in the
Freeway Agreement upon receipt of notification from the State that work related to the
SR 15/215 project is complete. Upon approval of this agenda item, the City will resume
as the responsible agency for roads affected by the State’s interchange project, as
shown on Exhibits A & B. City staff has evaluated the subject roads and recommends
adoption of the proposed Resolution.
The State’s relinquishment includes Dement Street from Post Mile 16.9 to Post Mile
17.1. This item meets the City’s standards for roadway design and pavement
conditions by working with the State in completing all required documents necessary
to close out the SR 15/215 project relevant to the City.
2021-2025 Strategic Targets and Goals
Adoption of this Resolution aligns with Key Target No.3 Reduce the burden of
unsheltered engagement, collaboration, and partnership with other entities. The
relinquishment of Dement Street will enhance efficiency in documentation verification,
expediting decision-making processes, and ensuring compliance with legal and
regulatory requirements.
Packet Page. 1092
2
1
0
9
Fiscal Impact
There is no General Fund impact for the relinquishment of this street. The cost of
maintenance is included in the City’s budget.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California adopt Resolution No. 2024-150, accepting title, control, and maintenance of
a reconstructed portion of Dement Street upon relinquishment by the State of
California and receipt of written notices from the State that work thereon has
been completed.
Attachments
1. Attachment 1 - Resolution 2024-150
2. Attachment 2 - Exhibit A
3. Attachment 3 - Exhibit B
4. Attachment 4 - Exhibit C-0k710 HMDD-D
5. Attachment 5 - Exhibit D-EDM Doc (Rel 503-S)
Ward:
Fifth Ward
Synopsis of Previous Council Actions:
None
Packet Page. 1093
Resolution No. 2024-150
Resolution 2024-150
July 3, 2024
Page 1 of 4
4
7
7
3
RESOLUTION NO. 2024-150
RESOLUTION OF THE MAYOR AND CITY COUNCIL OF
THE CITY OF SAN BERNARDINO, CALIFORNIA,
ACCEPTING TITLE, CONTROL, AND MAINTENANCE
OBLIGATIONS OF A RECONSTRUCTED PORTION OF
DEMENT STREET UPON RELINQUISHMENT BY THE
STATE OF CALIFORNIA AND RECEIPT OF WRITTEN
NOTICE FROM THE STATE THAT THE WORK THEREON
HAS BEEN COMPLETED
WHEREAS, pursuant to “Off-Site Street Construction Permit “No. E 1400631” and plans
approved by the City on May 19, 2014, the city allowed the State to perform work on a certain
portion of Dement Street, from Post Mile 16.19 to Post Mile 17.1; and
WHEREAS, October 23, 2015, the City approved Resolution 2015-232, pursuant to which
the City took over the operations and maintenance of Dement Street; and
WHEREAS, the State has requested that the City accept title, control, and maintenance
obligations of said portion of Dement Street as shown in Exhibit “A” and Exhibit “B”, attached
and incorporated herein, upon relinquishment by the State and receipt of written notice from the
State that the work has been completed, except for any portion which is adopted by the State as a
part of the freeway proper; and
WHEREAS, the State has requested that the City waive the 90-day notice of “Intention to
Relinquish” requirement, set forth in Section 73 of the California Streets and Highways Code; and
WHEREAS, the State has requested that the City acknowledge receipt and review of
Initial Site Assessment Document EA 0K710, dated October 16, 2023 (“ISA DOC EA 0K710”), and
agrees that no dangerous conditions exist on said portion of Dement Street; and
WHEREAS, the State has requested that the City accept relinquishment of said portion of
Dement Street in its current environmental condition and setting, including, but not limited to, the
presence of hazardous materials, as described in ISA DOC EA 0K710; and
WHEREAS, the State has requested that the City agree that, within one (1) year of the CTC
date of approval of the resolution of relinquishment, the State will conduct a review of the above-
referenced ISA DOC EA 0K710, and if the State determines that there is a substantive or potentially
substantive adverse change to the environment that did not exist at the time of the above-referenced
ISA DOC EA 0K710, the State will immediately notify the City of said changes, and if no
substantive or potentially substantive adverse change to the environment is found to exist, then
acceptance of this relinquishment in its current environmental condition shall remain in effect; and
WHEREAS, the State has requested to be held harmless from and not responsible for any present
or future remediation of said hazardous materials upon recordation of the CTC Resolution of
Packet Page. 1094
Resolution No. 2024-150
Resolution 2024-150
July 3, 2024
Page 2 of 4
4
7
7
3
Relinquishment. Upon said recordation, the City will have all right, title, or interest to said portion
of Dement Street shown as proposed Relinquishment No. 498-S on Exhibit “A” and reconstructed
Dement Street on Exhibit “B.”
BE IT RESOLVED BY THE MAYOR AND CITY COUNCIL OF THE CITY OF
SAN BERNARDINO AS FOLLOWS:
SECTION 1. The Mayor and City Council hereby agree to accept title, control and
maintenance of said portion of Dement Street upon both relinquishment by the State and receipt of
written notice from the State that the work has been completed; and
SECTION 2. The Mayor and City Council hereby waive the 90-day
Notice of Intent to Relinquish a right of way from the State; and
SECTION 3. The Mayor and City Council hereby acknowledge receipt and review of the
Initial Site Assessment Document EA 0K710, dated October 16, 2023, and agree that no dangerous
conditions exist on said portion of Dement Street; and
SECTION 4. The Mayor and City Council accept relinquishment of said portion of Dement
Street in its current environmental condition including, but not limited to, the presence of hazardous
materials as described in the above ISA DOC EA 0K710; and
SECTION 5. The Mayor and City Council agree that within one (1) year of the CTC date of
approval of the resolution of relinquishment, the State will conduct a review of the above-referenced
ISA DOC EA 0K710, and if the State determines that there is a substantive or potentially substantive
adverse change to the environment that did not exist at the time of the above-referenced ISA DOC
EA 0K710, the State will immediately notify the City of said changes, and if no substantive or
potentially substantive adverse change to the environment is found to exist, then acceptance of this
relinquishment in its current environmental condition shall remain in effect; and
SECTION 6. The Mayor and City Council agree the State shall be held harmless from and
not responsible for any present or future remediation of said hazardous materials upon recordation
of the CTC Resolution of Relinquishment. Upon said recordation, City will have all right, title, or
interest to the said portion of Dement Street shown as proposed Relinquishment No. 498-S on
Exhibit “A” and reconstructed Dement Street on Exhibit “B”.
SECTION 7. Effective Date. This Resolution shall become effective immediately.
APPROVED and ADOPTED by the City Council and signed by the Mayor and attested
by the City Clerk this 3rd day of July 2024.
Helen Tran, Mayor
City of San Bernardino
Packet Page. 1095
Resolution No. 2024-150
Resolution 2024-150
July 3, 2024
Page 3 of 4
4
7
7
3
Attest:
Genoveva Rocha, CMC, City Clerk
Approved as to form:
Best Best & Krieger LLP, City Attorney
Packet Page. 1096
Resolution No. 2024-150
Resolution 2024-150
July 3, 2024
Page 4 of 4
4
7
7
3
CERTIFICATION
STATE OF CALIFORNIA )
COUNTY OF SAN BERNARDINO) ss
CITY OF SAN BERNARDINO )
I, Genoveva Rocha, CMC, City Clerk, hereby certify that the attached is a true copy of
Resolution No. 2024-150, adopted at a regular meeting held on the 3rd day of July 2024 by the
following vote:
Council Members: AYES NAYS ABSTAIN ABSENT
SANCHEZ _____ _____ _______ _______
IBARRA _____ _____ _______ _______
FIGUEROA _____ _____ _______ _______
SHORETT _____ _____ _______ _______
REYNOSO _____ _____ _______ _______
CALVIN _____ _____ _______ _______
ALEXANDER _____ _____ _______ _______
WITNESS my hand and official seal of the City of San Bernardino this __ day of July 2024.
Genoveva Rocha, CMC, City Clerk
Packet Page. 1097
EXHIBIT "A"
SHEET 1 OF 1
CITY LIMIT LINE
THE CITY OF SAN BERNARDINO
BY THE STATE OF CALIFORNIA TO
PROPOSED RELINQUISHMENT 498-S
RANCHO MUSCUBIABE
RW
RW
RW
RW
T
O
VI
CT
O
R
VILLE
TO RIVERSIDE
ACCESS CONTROL
CITY OF SAN BERNARDINO
SAN BERNARDINO
COUNTY OF
DEMENT STREETSTATE ROUTE 215
CITY LIMIT
PORTION TO BE RELINQUISHED
N 44^33'34" W 477.84'445.97'N 44^30'08" E
50.09'
N15^43'33"E
66.08'
N 48^18'25"
W
N45^29'52"W TO BE RELINQUISHED
PORTION OF DEMENT STREET
FOR SPECIFIC R/W DATA.
2. SEE CALTRANS RIGHT-OF-WAY MAP NO. RW000150-06
RESOLUTION
UNTIL THE RECORDATION OF THE RELATED CTC
NOTES: 1. RELINQUISHMENT NO. 498-S IS NOT COMPLETED
COMMUNITY OF DEVORE
UNINCORPORATED
NO SCALE
Packet Page. 1098
Packet Page. 1099
STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION
HAZARDOUS MATERIALS DISCLOSURE DOCUMENT - DISPOSAL
ENV-0001-D ( NEW 03/2009)
Page 1 of 3
This document provides written disclosure that the referenced property, as shown on the map(s) attached, has been reviewed by the District Hazardous
Waste Technical Staff (located in Environmental or Environmental Engineering) and provides direction regarding property disposal based upon that review.
DATE
APPRAISAL MAP NO.
MAP DATE
DIST/CO/RTE/PM (KP)
EA
PROJECT NAME OR DESCRIPTION
04/01/22 08/SBD/15 PM 14-R16.4/215 PM 16-17.8
503S 08-0K710
n/a I-15/I-215 DEVORE INTERCHANGE IMPROVE
RW PARCEL NUMBER(S):
RW PARCEL NUMBER(S):
Segment 1, Segment 2, Segment 3, Segment 4, Segment 5, Segment 6
RW PARCEL NUMBER(S):
See subsequent pages for detailed information regarding property condition and status.
Form Prepared By:
Approved by District Hazardous Waste Supervisor Date
These Parcels Can NOT Currently Be Sold or Exchanged:
These Parcels Can Be Sold or Exchanged With Full Information Disclosure:
These Parcels Can Be Sold or Exchanged:
ACTION SUMMARY
04/05/2022
Packet Page. 1100
STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION
HAZARDOUS MATERIALS DISCLOSURE DOCUMENT - DISPOSAL
ENV-0001-D ( NEW 03/2009)
Page 2 of 3
HAZARDOUS MATERIALS DISCLOSURE DOCUMENT- DISPOSAL
DETAIL
Parcel #s
( )1. Based upon an Initial Site Assessment, the referenced parcel(s) are considered free of significant
hazardous materials (describe potential sources of minor contamination in the Comments section).
Subject parcel(s) can be sold or exchanged.
2. The referenced parcel(s) do not require cleanup cost estimates, but have been identified as having:
( )(a) minor soil contamination. A hazardous waste Site investigation [ ] been
performed on the referenced parcel(s) (if not performed explain the source of knowledge in the
Comments section). Subject parcel(s) can be sold or exchanged.;
has not has /
( )(b) contaminated groundwater under the property. A hazardous waste Site investigation
[ ] been performed on the referenced parcel(s) (if not performed explain the
source of knowledge in the Comments section). The source of contamination has been determined not
to be attributed to the Caltrans property or operations (an indemnification letter from the local, state or
federal regulatory authority [ ] attached). Subject parcel(s) can be sold or
exchanged.;
has not has /
is not is /
( )(c) contaminated groundwater under the property. A hazardous waste Site investigation
[ ] been performed on the referenced parcel(s) (if not performed explain the
source of knowledge in the Comments section). However, the source of contamination has been
removed or remediated to regulatory cleanup levels (attach closure letter). Subject parcel(s) can be
sold or exchanged with full information disclosure.;
has not has /
see above( )(d) lead soil contamination, probably as a result of aerial deposition of vehicular gasoline emissions. A
project specific hazardous waste Site Investigation [ ] been performed on the
referenced parcel(s) (if not performed explain the source of knowledge in the Comments section).
Subject parcel(s) can be sold or exchanged with full information disclosure.;
has not has /
( )(e) hazardous materials previously present on the referenced parcel(s) that have been sufficiently
remediated. A hazardous waste Site Investigation [ ] been performed on the
referenced parcel(s) (if not performed explain the source of knowledge in the Comments section). A
regulatory closure letter, if appropriate, is attached. The subject parcel(s) can be sold or exchanged
with appropriate and full information disclosure and/or deed restrictions.
has not has /
Packet Page. 1101
STATE OF CALIFORNIA • DEPARTMENT OF TRANSPORTATION
HAZARDOUS MATERIALS DISCLOSURE DOCUMENT - DISPOSAL
ENV-0001-D ( NEW 03/2009)
Page 3 of 3
( )3. This document includes, as an attachment, a hazardous waste Site Investigation report stating the
nature and extent of contamination and cleanup cost estimates for the referenced parcel(s). However,
cleanup is not required pursuant to state or federal law. The subject parcel(s) can be sold or
exchanged with appropriate and full information disclosure and/or deed restrictions..
( )4. This document includes the hazardous waste Site Investigation work schedule or cleanup plans,
schedule, and current status for the referenced parcel(s), as an attachment. The work will be
completed by [ ]. The subject parcel(s) can not be sold or
exchanged until remediation is complete The District must request a Category 2D Environmental Hold
on the subject parcel(s). (Note: Attach this Hazardous Materials Disclosure Document - Disposal to
the Application to Hold Excess Land request form - RW 16-3).
a responsible party Caltrans /
( )5. The referenced parcel(s) have been identified as containing or potentially containing, hazardous
materials and can not be sold or exchanged. The District must request a Category 2D Environmental
Hold on the subject parcel(s). (Note: Attach this Hazardous Materials Disclosure Document - Disposal
to the Application to Hold Excess Land request form - RW 16-3). The Hazardous Materials Disclosure
Document - Disposal will be updated when the parcel can be sold or exchanged. In addition:
( )(a) an appropriate hazardous waste Site Investigation must be performed to determine the nature and
extent of contamination, and remedial cost estimates. Proper charging codes and expenditure
authorization (EA) need to be provided to the District Hazardous Waste Technical Specialist. Site
Investigation is anticipated to be completed by (date).;
Comments
ADL is present on site and must be appropriately handled.
( )(b) a hazardous waste Site Investigation, for potentially contaminated adjacent property, will be
scheduled by the District Hazardous Waste Technical Specialist when a permit to enter is obtained by
the District/Region Right of Way Office. The permit request was submitted on (date) and
the Site Investigation is anticipated to be completed by (date).;
( )(c) hazardous waste Site Investigation studies are complete and either a regulatory case closure is
being obtained or the site requires cleanup or long-term monitoring. Resolution is expected by
(date).;
( )Other: Explain in the Comments section below. (NOTE: Disposal of property without adequate
investigation is an unacceptable risk. If adequate investigation has not been completed, use #4 or #5
above).
6.
ADA Notice For individuals with sensory disabilities, this document is available in alternate formats. For alternate format information, contact the Forms Managem
Unit at (279) 234-2284, TTY 711, or write to Records and Forms Management, 1120 N Street, MS-89, Sacramento, CA 95814.
Packet Page. 1102
State of California California State Transportation Agency
DEPARTMENT OF TRANSPORTATION
“Provide a safe, sustainable, integrated and efficient transportation system to enhance California’s economy and livability”
M e m o r a n d u m Making Conservation
a California Way of Life.
This memo presents an assessment of known or likely hazardous materials and waste related
concerns pertaining to relinquishment REL - #503S located at route 15 at postmiles
R13.8/R14.08, R14.14/R14.43 and route 215 at postmiles 17.04/17.26, 17.19/17.55 in the City
of San Bernardino.
Site Description
REL- #503S consists of a 6 segments relinquishing the following streets: Cajon Blvd., Dement
St., Cajon Ct., Devore Rd., Nedlee Ave. as identified on the attached KMZ drawing
(Attachment 503-S_SHT 01_INDEX_ENV, 503-S_SHT 02_ENV, 503-S_SHT 03_ENV, 503-
S_SHT 04_ENV, 503-S_SHT 05_ENV)
See Attachment Relinquishment Map for a site location map.
Current Site Use
The site is presently state highway system.
Use Prior to Acquisition by Caltrans
Based on record search with maintenance, no prior usages with regards to the properties of
relinquishment were provided prior to acquisition by Caltrans.
Utility Easements and Pipelines
Based on Caltrans records, no easements and pipelines that may exist on the parcel were
provided.
Geotracker/Envirostor Data
The regulatory databases Geotracker and Envirostor maintained by the California State Water
Resources Control Board and the California Department of Toxic Substances Control (DTSC),
respectively. Caltrans on March 10, 2022, reviewed these regulatory databases and identified
3 regulated properties within 2,640 feet (0.5 mile) of the relinquishment area.
Regulatory No Further Action notices have been issued for the following properties, identified
as:
To: NAME Thomas Oatman
Title DEPARTMENT OF TRANSPORTATION
Area District 8 Right of Way
Date:
April 18, 2022
File: 503S
From: NAME Olufemi Odufalu
Title DEPARTMENT OF TRANSPORTATION
Area District 8 Environmental Engineering
Subject: ENVIRONMENTAL DISCLOSURE MEMO: RELINQUISHMENT REL-# 503S
Packet Page. 1103
NAME
April 18, 2022
Page 2 of 8
“Provide a safe, sustainable, integrated and efficient transportation system to enhance California’s economy and livability”
1. Glen Helen Parkway Bridge Project (T10000006459)
Glen Helen Parkway
Devore, CA 92407
2. Glen Helen Regional Park (T0607100575)
2555 Glen Helen Parkway
San Bernardino, CA 92407
There is one active investigation/mitigation sites adjacent to the relinquishment area identified
as:
1. Fedex - BNSF Rail Derailment (T10000012364)
7250 Cajon Boulevard
San Bernardino, CA 92407
No permitted underground storage tanks (UST) properties are located adjacent to the
relinquishment area.
It is unknown whether any of these sites have impacted the relinquishment area.
Attachment 2 provides a screenshot from Geotracker with the Envirostor layer turned on
illustrating the relinquishment parcel and surrounding area.
Based on the CUPA search findings no underground storage records were found near 1677
Devore Rd. which is a site with past underground storage tank history. According to Assessor
records available, APN 0349-137-24 has an address of 18345 Cajon Blvd., for which records
exist. Past inactive permits/non permits includes the following:
1. Young, Kim
Former International Machine 18345 Cajon Blvd.
San Bernardino
2. Cajon Services
Former Wagon Train Towing 18345 Cajon Blvd.
Devore
3. Wilson's Auto Repair 18345 Cajon Blvd. San Bernardino
Past permits to install, modify, or recover 3 UST’s include the following location:
Kim, Yon Chung 18291/18345 Cajon Blvd. Devore
Sludge discharge occurred on 18345 Cajon Blvd. Devore in 1991 and no site remediation or
cleanup records were found.
Aerially Deposited Lead
Tetraethyl lead was first added to gasoline, as an anti-knock additive, in the early 1920s.
California ended the use of leaded fuel for any on-road motor vehicles in 1994, with the
Packet Page. 1104
NAME
April 18, 2022
Page 3 of 8
“Provide a safe, sustainable, integrated and efficient transportation system to enhance California’s economy and livability”
remainder of the United States banning use in 1996. Lead is still an additive to aviation fuels.
Particulate lead was discharged in vehicle exhaust settling on and along California’s
highways. The lead discharged from motor vehicles that accumulated in roadside soil is
referred to as aerially-deposited lead (ADL). Elevated concentrations of ADL are present in
roadside soils throughout California.
Due the use history of the relinquishment area and surrounding area, ADL is present within the
area to be relinquished. The areas within the vicinity of the I-15/I-215 Interchange was sampled
for ADL which is near the relinquishment area. The Aerially Deposited Lead Investigation and
Environmental Evaluation Report dated March 10, 2011, provides the results of this sampling.
This report may be accessed upon request at Caltrans District 8 at 464 W. 4th St. San
Bernardino, CA 92401. Soil with elevated ADL must be appropriately managed.
The EDR section of the ADL report on pages 457 to 468 references the findings of past usages
of the area with regards to the properties on Cajon Blvd and Devore Road as well as adjoining
properties. The full report is available from this office. See the full report for details.
Striping/Pavement Markings
Lead chromate was a constituent of striping paint and pavement marking materials but has
been phased out by Caltrans. However, older striping and pavement marking materials
having elevated concentration of lead may still be present. Caltrans did not test these
materials to determine if they contain lead chromate. These materials must be appropriately
managed if they contain elevated lead chromate.
California Geologic Survey Mineral Hazard Database Review
The California Geologic Survey has compiled maps identifying mineral hazards within
California, including petroleum, lithologic units and structures containing naturally occurring
asbestos, mercury, asbestos and other mineral hazards. Attachment 3 provides a screenshot
of this mapping within the relinquishment area.
These maps indicate that the relinquishment area is not located within a geologic unit known
to contain naturally-occurring asbestos or other hazardous minerals.
There are faults mapped on the CGS maps within the relinquishment areas where naturally-
occurring asbestos may be present on the slip faces.
There are no known gas wells, oil wells, or seeps identified on the Division of Oil, Gas, and
Geothermal Resources (DOGGR) maps within or adjacent to the relinquishment area.
Asbestos Containing Materials/Naturally Occurring Asbestos
Asbestos containing materials (ACM) were frequently used on Caltrans structures in the form
of shims, additives to mastics and transite pipe. Materials used in concrete comprising
structural elements including bridge decks, buttresses and approaches may contain sand and
gravel that may have naturally occurring asbestos. Structures within the relinquishment area
may have ACM materials. Caltrans has tested these materials for the presence of asbestos
on structures within the relinquishment area to determine if they contain ACM. The report:
Packet Page. 1105
NAME
April 18, 2022
Page 4 of 8
“Provide a safe, sustainable, integrated and efficient transportation system to enhance California’s economy and livability”
Asbestos Containing Materials Survey Report, April 4, 2011, provides the results of this
sampling. This report may be accessed upon request at Caltrans District 8 at 464 W. 4th St.
San Bernardino, CA 92401.
Lead Based Paint
Lead-based paint (LBP) was used by Caltrans on many structures. Structures within the
relinquishment area may be painted with LBP. In addition, weathered LBP may have fallen
into soils beneath structures and be present in elevated concentrations. Caltrans has not
tested these materials to determine if they consist of lead-based paint.
Chemically-Treated Wood
Wood products, such as sign posts, are commonly treated with chemical preservatives to
protect the wood from insects, microorganisms, fungi, and other environmental conditions that
can cause wood decay. Treated wood contains elevated concentrations of hazardous
chemicals, once these wood products are removed from service they must be managed under
Health & Safety Code §25230 et seq
Spills and Accidental Releases
The Caltrans Maintenance program has no records of spills or accidental releases of
hazardous materials within the area of relinquishment.
Visual Observations
Caltrans did not conduct a visual survey of the relinquishment area.
It is unknown whether the identified commercial/industrial uses adjacent to the relinquishment
area may have released hazardous materials that could have entered the parcel being
relinquished.
Electronic Waste
No electronic wastes were found in the parcel areas.
Site Investigations
The following site investigation reports addressing parcels being relinquished are available in
electronic format. These reports may be accessed upon request at Caltrans District 8 at 464
W. 4 th St. San Bernardino, CA 92401.
Preliminary Site Investigation Report Former Agricultural Areas within Highway Improvement
Zone, dated December 27, 2011
Preliminary Site Investigation Report Former Mobile Service Station, dated December 27,
2011
Preliminary Site Investigation Report Railroad Area Highway Improvements, dated December
27, 2011.
Packet Page. 1106
NAME
April 18, 2022
Page 5 of 8
“Provide a safe, sustainable, integrated and efficient transportation system to enhance California’s economy and livability”
Attachment 1. Map of Relinquishment
Attachment 2. Geotracker and Envirostor Screen Capture
Attachment 3. Naturally Occurring Asbestos Map
Attachment 1. Map shows the 6 segments being relinquished to the County of San
Bernardino.
Packet Page. 1107
NAME
April 18, 2022
Page 6 of 8
“Provide a safe, sustainable, integrated and efficient transportation system to enhance California’s economy and livability”
Attachment 2. Geotracker and Envirostor Screenshot showing RWQCB cases in the
vicinity of the project site taken on March 10, 2022.
Packet Page. 1108
NAME
April 18, 2022
Page 7 of 8
“Provide a safe, sustainable, integrated and efficient transportation system to enhance California’s economy and livability”
Attachment 3. Naturally occurring asbestos map.
Packet Page. 1109
NAME
April 18, 2022
Page 8 of 8
“Provide a safe, sustainable, integrated and efficient transportation system to enhance California’s economy and livability”
Packet Page. 1110
2
1
6
1
DISCUSSION
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Rochelle Clayton, Acting City Manager
Department:City Manager’s Office
Subject:Adopt Resolution Establishing the Homeless
Initiatives Ad Hoc Sub-Committee (All Wards)
Recommendation:
Adopt Resolution No. 2024-141 of the Mayor and City Council of the City of San
Bernardino, California, establishing the Homeless Initiatives Ad Hoc Sub-Committee.
Executive Summary
The Homeless Initiatives Ad Hoc Sub-Committee would be a committee composed of
less than a quorum of council members and would meet as needed between July 3,
2024, and June 30, 2025. The purpose of the ad hoc sub-committee will be to review
and advise staff on policy, program, and project proposals specifically related to the
City’s short-term and long-term homeless strategies. This will assist staff in developing
future recommendations for addressing the City’s homeless crisis, helping to ensure
they are fully vetted and better aligned with Council’s direction.
Background
Chapter 2.76 of the San Bernardino Municipal Code and Section 600 of the City
Charter allow the Mayor and City Council to establish sub-committees. These sub-
committees must be comprised of less than a majority of Council members, and the
sub committees have the power to study, research, and make appropriate
recommendations to the Mayor and City Council concerning any matter referred to
such committee by the Mayor and City Council.
The power to appoint Council members to sub-committees is established in Section
303 of the City Charter, where it is a power and duty of the Mayor. Specifically, Section
303 (d) of the City Charter states:
Appoint the members and officers of Council committees
(committees made up wholly of less than a majority of City Council
members), and perform other duties as specified by the Council.
Packet Page. 1111
2
1
6
1
The Mayor’s appointment power to sub-committees is also affirmed in Section 2.76.040
of the San Bernardino Municipal Code, whereby the Mayor shall also have the
responsibility to designate a chairperson of the sub-committee:
It shall be the responsibility and duty of the Mayor to assign City
Council Members to all standing committees and ad hoc sub-
committees of the City Council. It shall also be the responsibility and
duty of the Mayor to designate chairpersons of all standing sub-
committees and ad hoc sub-committees of the City Council.
Discussion
On April 10, 2024, staff presented the Mayor and City Council with an update on the
City’s short-term and long-term strategies for addressing the City’s homeless crisis. To
ensure that the policies, programs, and projects related to these strategies are properly
aligned with Council direction, it is recommended that a Homeless Initiatives Ad Hoc
Sub-Committee is established. The proposed Ad Hoc Sub-Committee will review the
issues and proposals that are directly related to the implementation of the City’s short-
term and long-term homeless strategies and will assist staff in developing
recommendations that are to be brought forward for the full consideration of the entire
Mayor and City Council. To function as a true “ad hoc” sub-committee, and not a
standing committee subject to the Brown Act, the Homeless Initiatives Ad Hoc Sub-
Committee would be comprised solely of less than a quorum of council members, have
a limited purpose, and have a limited duration. Additionally, the proposed ad hoc sub-
committee would be advisory only; the Mayor and City Council cannot delegate any
decision-making authority to the sub-committee.
As proposed, the Homeless Initiatives Ad Hoc Sub-Committee would be composed of
up to three (3) Council members. The Homeless Initiatives Ad Hoc Sub-Committee
would be tasked with the limited purpose of reviewing and vetting policy, program, and
project proposals related to the City’s short-term and long-term strategies for
addressing the homeless crisis. This includes, but is not limited to, the implementation
of the Motel Voucher Program and the development of emergency shelters such as the
City’s Navigation Center. The establishment of the Homeless Ad Hoc Sub-Committee
would have a set duration, where it would meet as needed between July 3, 2024, and
June 30, 2025, at which time it will automatically dissolve.
2021-2025 Strategic Targets and Goals
Establishing the Homeless Ad Hoc Sub-Committee relates to Key Target No 1a:
Establish clear policy direction and predictable organization structures, and Key Target
No 3: Improved Quality of Life.
Fiscal Impact
There is no fiscal impact associated with establishing the Homeless Ad Hoc Sub-
Committee.
Packet Page. 1112
2
1
6
1
Conclusion
Adopt Resolution No. 2024-141 of the Mayor and City Council of the City of San
Bernardino, California, establishing the Homeless Initiatives Ad Hoc Sub-Committee.
Attachments
Attachment 1 – Resolution No. 2024-141
Attachment 2 – Section 303 of the City Charter
Attachment 3 – Section 600 of the City Charter
Attachment 4 – Chapter 2.76 of the Municipal Code
Ward:
All Wards
Synopsis of Previous Council Actions:
N/A
Packet Page. 1113
Resolution No. 2024-141
Resolution 2024-141
July 3, 2024
Page 1 of 3
4
8
8
5
RESOLUTION NO. 2024-141
RESOLUTION OF THE MAYOR AND CITY COUNCIL OF
THE CITY OF SAN BERNARDINO, CALIFORNIA,
ESTABLISHING THE HOMELESS INITIATIVES AD HOC
SUB-COMMITTEE
WHEREAS, under Section 600 of the City Charter and Chapter 2.76 of the San Bernardino
Municipal Code, the Mayor and City Council may establish sub-committees to study, research, and
make appropriate recommendations to the Mayor and City Council concerning any matter referred
by the Mayor and City Council; and
WHEREAS, Section 303(d) of the City Charter states that the Mayor is to appoint the
members and officers of Council committees made up of less than a majority of the City Council
members; and
WHEREAS, on February 1, 2023, the Mayor and City Council declared a Homelessness
State of Emergency; and
WHEREAS, on April 10, 2024, the Mayor and City Council held a study session where
staff presented an update on the City’s short-term and long-term strategies for addressing the City’s
homeless crisis; and
WHEREAS, the Mayor and City Council now wish to establish an Ad Hoc Sub-
Committee to meet as needed until June 30, 2025, to study, research, and make appropriate
recommendations to the Mayor and City Council concerning the City’s homeless initiatives.
BE IT RESOLVED BY THE MAYOR AND CITY COUNCIL OF THE CITY OF
SAN BERNARDINO AS FOLLOWS:
SECTION 1.The above recitals are true and correct and are incorporated herein by this
reference.
SECTION 2. The Homeless Initiatives Ad Hoc Sub-Committee is hereby established to
meet as needed with the limited purpose of reviewing and vetting policy, program, and project
proposals related to the City’s short-term and long-term strategies for addressing the homeless
crisis. The Homeless Initiatives Ad Hoc Sub-Committee shall be composed of no more than three
(3) City Council members, to be appointed by the Mayor in accordance with Section 303 (d) of
the City Charter. The Homeless Initiatives Ad Hoc Sub-Committee may meet as needed between
July 3, 2024, and June 30, 2025, at which time it will automatically dissolve.
SECTION 3.The Mayor and City Council finds this Resolution is not subject to the
California Environmental Quality Act (CEQA) in that the activity is covered by the general rule
that CEQA applies only to projects which have the potential for causing a significant effect on the
environment. Where it can be seen with certainty, as in this case, that there is no possibility that
Packet Page. 1114
Resolution No. 2024-141
Resolution 2024-141
July 3, 2024
Page 2 of 3
4
8
8
5
the activity in question may have a significant effect on the environment, the activity is not subject
to CEQA.
SECTION 4.Severability. If any provision of this Resolution or the application thereof
to any person or circumstance is held invalid, such invalidity shall not affect other provisions or
applications, and to this end the provisions of this Resolution are declared to be severable.
SECTION 5. Effective Date. This Resolution shall become effective immediately.
APPROVED and ADOPTED by the City Council and signed by the Mayor and attested
by the City Clerk this 3rd day of July, 2024.
Helen Tran, Mayor
City of San Bernardino
Attest:
Genoveva Rocha, CMC, City Clerk
Approved as to form:
Sonia Carvalho, City Attorney
Packet Page. 1115
Resolution No. 2024-141
Resolution 2024-141
July 3, 2024
Page 3 of 3
4
8
8
5
CERTIFICATION
STATE OF CALIFORNIA )
COUNTY OF SAN BERNARDINO) ss
CITY OF SAN BERNARDINO )
I, Genoveva Rocha, CMC, City Clerk, hereby certify that the attached is a true copy of
Resolution No. 2024-141, adopted at a regular meeting held on the 3rd day of July 2024 by the
following vote:
Council Members: AYES NAYS ABSTAIN ABSENT
SANCHEZ _____ _____ _______ _______
IBARRA _____ _____ _______ _______
FIGUEROA _____ _____ _______ _______
SHORETT _____ _____ _______ _______
REYNOSO _____ _____ _______ _______
CALVIN _____ _____ _______ _______
ALEXANDER _____ _____ _______ _______
WITNESS my hand and official seal of the City of San Bernardino this ___ day of ____________
2024.
Genoveva Rocha, CMC, City Clerk
Packet Page. 1116
Section 303. Powers and Duties of the Mayor
The Mayor shall have the following powers and perform the following duties, in addition to others as specified in this
Charter:
(a) Attend and preside at meetings of the Council and may participate fully in all discussions, but shall not be entitled to
vote except in the event of a tie, to veto a matter, and as otherwise provided in this Charter;
(b) Have the authority to veto any Council action approved by fewer than five (5) members of the Council;
(c) Shall participate in the vote (1) to appoint or remove the City Manager, City Attorney and City Clerk and fix their
compensation and (2) to appoint or remove members of boards, commissions or committees, except committees made up
wholly of less than a majority of City Council members;
(d) Appoint the members and officers of Council committees (committees made up wholly of less than a majority of City
Council members), and perform other duties as specified by the Council;
(e) Be recognized as the head of the City government for all ceremonial purposes and by the governor for purposes of
military law;
(f) Be the chief spokesperson for the City; and
(g) Represent the City in intergovernmental relations and establish and maintain partnerships and regional leadership
roles to advance the City's interest; and may delegate such roles to other members of the Council; and
(h) Execute all ordinances, resolutions and contracts approved by the City Council except as otherwise authorized by the
City Council.
The Mayor shall have no administrative, appointment or removal powers except as otherwise provided in this Charter.
The office of Mayor shall be a full-time position and the incumbent shall not engage in any business, professional or
occupational activities that interfere with the discharge of the duties of the office.
Packet Page. 1117
Section 600. General Provisions
Each board, commission and committee established prior to the adoption of this Charter shall continue to exist, exercise the
powers and perform the duties assigned to it upon adoption of this Charter. However, the Council may alter the structure,
membership, powers and duties of boards, commissions and committees. The Council also may abolish or create particular
boards, commissions and committees, provided that the Council may not abolish the Commissions or Boards specifically
provided for in this Charter. The Council may grant powers and duties to boards, commissions and committees that are
consistent with the provisions of this Charter.
Packet Page. 1118
Chapter 2.76
COUNCIL COMMITTEES
Sections:
2.76.010 Powers of City Council Sub-Committees
2.76.020 Notice of meetings
2.76.030 Information from City personnel
2.76.040 Assignment of Sub-Committee Members and Designation of Sub-Committee Chairpersons
2.76.010 Powers of City Council Sub-Committees
Any committee appointed by the Mayor from among the City Council membership shall have power to study, research and
make appropriate recommendations to the Mayor and City Council concerning any matter referred to such committee by the
Mayor and City Council. The scope and function of any such Council Sub-Committee shall be as directed by the Mayor and
City Council, which shall provide specific direction as to the purposes and actions of the Council Sub-Committee.
(Ord. MC-1455, 2-07-18; Ord. MC-362, 4-17-84; Ord. MC-345, 3-07-84)
2.76.020 Notice of meetings
Each City Council Sub-Committee shall give reasonable notice of time and place of its meetings and shall provide a copy of
its agenda, attachments and minutes, to the Mayor, City Council, City Manager, City Attorney and such other City officials as
it may deem advisable.
(Ord. MC-1455, 2-07-18; Ord. MC-362, 4-17-84; Ord. MC-345, 3-07-84)
2.76.030 Information from City personnel
Upon the referral of any matter by the Mayor and City Council, such City Council Sub-Committee, whether standing,
permanent or temporary, shall have power to request, upon giving reasonable notice, the City Manager to provide or cause
to be provided to the Sub-Committee such data reasonably required by the City Council Sub-Committee to carry out its
direction.
(Ord. MC-1455, 2-07-18; Ord. MC-362, 4-17-84; Ord. MC-345, 3-07-84)
2.76.040 Assignment of Sub-Committee Members and Designation of Sub- Committee Chairpersons
It shall be the responsibility and duty of the Mayor to assign City Council Members to all standing committees and ad hoc
sub-committees of the City Council. It shall also be the responsibility and duty of the Mayor to designate chairpersons of all
standing sub- committees and ad hoc sub-committees of the City Council.
(Ord. MC-1455, 2-07-18; Ord. MC-1289, 11-04-08)
Packet Page. 1119
DISCUSSION
City of San Bernardino
Request for Council Action
Date:July 3, 2024
To:Honorable Mayor and City Council Members
From:Rochelle Clayton, Acting City Manager
Lynn Merrill, Director of Public Works, Operations &
Maintenance
Department:Public Works
Subject:Consideration of the Third Amendment to the City’s
Exclusive Franchise Agreement for Integrated Solid
Waste Collection, Processing and Disposal Services
with Burrtec Waste Industries, Inc. (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, adopt Resolution No. 2024-111;
1. Approving the Third Amendment to the City’s Exclusive Franchise Agreement
for Integrated Solid Waste Collection, Processing and Disposal Services with
Burrtec Waste Industries, Inc.
Executive Summary
Consideration of approval of the Third Amendment to the Franchise agreement between
the City of San Bernardino and Burrtec Waste Industries, Inc. to continue the current
$26.42 per month rate for Single Family and Multi-Family Dwelling units and all other per
month rates as currently set forth; implementing the SB 1383 Regulations to require
residential and commercial waste generators to participate in organic recycling
programs, and extending the existing franchise agreement from March 31, 2026 to
March 31, 2031.
Background
The City of San Bernardino has an exclusive Franchise Agreement (Agreement) with
Burrtec Waste Industries, Inc., (Burrtec) to provide waste and recycling services to all
residents and businesses in the City, effective April 1, 2016 through March 31, 2026.
The initial rate set forth for Single or Multi-Family Dwellings for the period April 1, 2016
through June 30, 2017 was $22.84 per month. The original Franchise Agreement has
Packet Page. 1120
been amended twice. The First Amendment to the Agreement made adjustments to the
list of City-owned vehicles, including those that were originally purchased by Burrtec. The
Second Amendment to the Agreement further revised the list of City-owned vehicles to
account for vehicles that had been disposed of by the City. Both the First and Second
Amendments were approved in January of 2016.
Under Section 21.1.3 of the Franchise Agreement, Burrtec is allowed to submit a
proposed annual Consumer Price Index (CPI) inflationary rate adjustment and rate
schedule to the City Manager for review by March 1 each year. The Agreement also
caps the annual CPI rate adjustment at 5%, with any amount above 5% or below 0%
carried forward and applied in subsequent years. These rate adjustments would take
effect July 1st of each year.
Senate Bill (SB) 1383, (Lara, Chapter 395, Statutes of 2016), was passed by the
Legislature to reduce greenhouse gases produced by organic material in the waste
stream. The California Department of Resources Recycling and Recovery (CalRecycle)
adopted regulations to implement SB 1383 (SB 1383 Regulations) and has a large
impact on solid waste services the City was required to provide to its residents and
businesses beginning January 2022. Because these mandated services are not
included in the current Agreement, an amendment is now required to incorporate them.
In 2021, the annual CPI adjustment increased the Single Family and Multi-Family
Dwelling rate from $22.84 to $26.42 per month. In 2022, the annual CPI adjustment was
deferred due to negotiations with Burrtec. In late 2022, the City and Burrtec commenced
negotiations relating to the implementation of the SB 1383 Residential Program and a
subsequent rate adjustment as a result of changes in law which required the provision
of organic waste programs due to the SB 1383 Regulations. An initial public hearing
was scheduled for February 15, 2023 and the Proposition 218 notice was mailed 45
days before the February 2023 hearing. Staff prepared a Third Amendment to the
Agreement to include required changes due to the SB 1383 Regulations. However, the
City scheduled a subsequent public hearing on May 17, 2023 to provide for adequate
notice.
The proposed rate for Single Family and Multi-family dwelling units was $37.97. At the
May 17, 2023 Council meeting, Council directed staff to continue the Public Hearing to
June 21, 2023 and conduct additional negotiations with Burrtec for a lower rate. On
June 31, 2023, staff requested that the Public Hearing be again continued to July
19, 2023. On September 6, 2023, staff again requested that the Public Hearing be
continued to January 17, 2024 and staff advised that they had retained R3 Consulting
Group (R3 Consulting), a nationally recognized solid waste consulting firm, to conduct
the rate analysis and provide draft language for a Third Amendment to the Agreement.
At the January 17, 2024, Council meeting, staff requested that the Public Hearing
process be terminated, and that a new rate proposal be brought forward by May 1, 2024.
Over the last eight months, R3 Consulting has assisted the City in negotiations. Staff
has worked with R3 Consulting to complete a thorough review of the Agreement, identify
Packet Page. 1121
changes that needed to be made to implement the SB 1383 Regulations, and negotiate
revisions to the Third Amendment to incorporate these changes.
Section 4.3 of the Agreement “Term Extensions” permits the City to negotiate at its
discretion, one five-year extension to the Agreement, which would extend the term
from March 31, 2026, to March 31, 2031. Pursuant to Section 4.3, the City negotiated
with Burrtec between April 1, 2023 and ended March 31, 2024.
At the January 17, 2024, Council meeting, staff advised the Council that it was expecting
to request proposals for new solid waste and recycling services prior to expiration of the
existing Agreement on March 31, 2026. Based on business considerations, on
March 29, 2024, Burrtec submitted a proposal to retain the existing rates in exchange
for the City extending the term by five years. Staff and R3 reviewed this revised
proposal. The key elements of the proposal are set forth in the Discussion section
below.
Discussion
SOLID WASTE RATES – Burrtec has proposed to hold the residential solid waste rates
to the current monthly rate of $26.42 through June 30, 2025. This means that the City of
San Bernardino will have the lowest residential monthly rates of any of the cities within
the County. Staff conducted a survey of solid waste rates in the larger San Bernardino
and Riverside metropolitan areas, and the result of the survey are shown in the table in
Exhibit 1. As shown in Exhibit 1, Residential rates for Single Family dwellings currently
range from $28.08 for Loma Linda to $40.77 per month for Redlands. The average
residential solid waste rate among the 18 cities is $34.51.
The proposed rate set forth by Burrtec at $26.42 per month for FY 24-25 would place
the City at the absolute lowest rate in the Inland Empire among the 18 surveyed cities.
This rate would also serve as the base rate for additional rate increases, starting in July
2025.
SB1383 IMPLEMENTATION – Burrtec proposes to implement the SB1383 Residential
and Small Commercial Generator Program, effective July 1, 2024. This will bring the
City into compliance with State requirements and will prevent any potential enforcement
efforts by CalRecycle, including, but not limited to, possible $10,000 per day fines against
the City.
STREET SWEEPING SERVICE ISSUES – Burrtec has retained a new street sweeping
contractor who is fully compliant with the requirements of the street sweeping program,
and uses Global Position System. This will allow the City to better monitor the sweeping
program, including complaint resolution.
PERIOD OF PERFORMANCE – Burrtec is requesting that the City extend the term end
date of the Agreement by five years, from March 31, 2026 to March 31, 2031.
Packet Page. 1122
Staff and R3 have reviewed Burrtec’s proposal, which is set forth in the attached Third
Amendment. Staff recommends Council adopt the Third Amendment as it offers the
best value to the City’s rate payers, makes more staff resources available to achieve
high priority goals, avoids costly processing and ensures immediate legal compliance
with state laws that could otherwise result in costly fines to the City.
If the Third Amendment is approved, there will be no need to hold a Public Hearing in
2024 to adopt rates, because the rates would remain the same. A Public Hearing would
be necessary in May 2025, if Burrtec seeks a rate increase for its annual CPI increase.
This item was originally scheduled for consideration by the City Council at the May 15,
2024, meeting; however, it was determined that additional language changes needed
to be negotiated between the City and Burrtec to address, correct and clarify some
aspects of the Third Amendment. As a result of final negotiations between the City and
Burrtec, the following additional language/changes were agreed to between both
parties:
1) Deletion of proposed changes to the Term Extension;
2) Revisions to the “Procurement of Recovered Organic Waste” section to revise the
quantity of recovered compost and mulch Burrtec procures on behalf of the City to 30%
of the City’s annual recovered organic waste target and to add appropriate language for
Burrtec to act as the City’s direct service provider for delivering additional compost and
mulch quantities to third parties. Currently, the State requires cities and counties to
acquire more recovered organic waste than can be used by the jurisdiction. These
additional quantities are being shipped to third party farmers so the City can meet 100%
of its annual recovered organic waste target, as required by the SB 1383 Regulations. This
language ensures that Burrtec will assist the city in facilitating those third-party deliveries
as the City’s direct service provider.
3) The addition of SB1383 requirements for Multi Family and Commercial, including
new definitions, review of containers for contamination of materials and the
implementation of the edible food recovery program.
4) Expands Burrtec’s responsibilities for Outreach and Education to include both the
residential and business communities.
5) Deletes proposed revisions to the “Maximum Permitted Service Rates” section. The
current process to adjust rates will remain the same.
6) The “Liquidated Damages” section will be updated to include a new liquidated
damages schedule
Packet Page. 1123
2021-2025 Strategic Targets and Goals
Adoption of the proposed Third Amendment to the Franchise Agreement aligns with
Key Target No. 3c: Improve Quality of Life by evaluating and enhancing the quality of
public safety services and Key Target No. 3d: Improve Quality of Life by improving the
City’s appearance, cleanliness, and attractiveness.
Fiscal Impact
There will be no impact on the General Fund. Revenues to the General Fund shall
remain the same.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California adopt Resolution No. 2024-111;
1. Approving the Third Amendment to the City’s Exclusive Franchise Agreement
for Integrated Solid Waste Collection, Processing and Disposal Services with
Burrtec Waste Industries, Inc.
Attachments
Attachment 1 Resolution No. 2024-111
Attachment 2 Table of Solid Waste Rates
Attachment 3 Third Amendment to the Exclusive Franchise Agreement
Attachment 4 Exhibit 1 – City of San Bernardino Maximum Permitted Rates 2024
Attachment 5 Original Burrtec Franchise Agreement
Ward:
All Wards
Synopsis of Previous Council Actions:
January 25, 2016 – Resolution of the Mayor and City Council of San
Bernardino approving a ten-year Exclusive Franchise Agreement for
Integrated Solid Waste Collection, Processing and Disposal Services with
Burrtec Waste Industries, Inc.
December 7, 2022 - Notice of Intent to Conduct a Public Hearing on
December 7, 2022, to Consider Adjusting the Maximum Permitted Service Rates
for Integrated Solid Waste Collection, and Organic Waste Collection, Processing
and Disposal Services, Street Sweeping, and Right-of-Way Cleanup Service.
February 15, 2023 - Public Hearing Regarding Solid Waste Rate Increases and
Packet Page. 1124
Resolution Adopting Rates for Solid Waste Services, Approving Third Amendment
to the City’s Exclusive Franchise Agreement for Integrated Solid Waste Collection,
Processing and Disposal Services with Burrtec Waste Industries, Inc., and Finding
the Action Exempt from the California Environmental Quality Act (All Wards).
May 17, 2023 - Public Hearing Regarding Solid Waste Rate Increases and
Resolution Adopting Rates for Solid Waste Services, Approving Third Amendment
to the City’s Exclusive Franchise Agreement for Integrated Solid Waste Collection,
Processing and Disposal Services with Burrtec Waste Industries, Inc., and Finding
the Action Exempt from the California Environmental Quality Act (All Wards)
June 21, 2023 - Continuation, to July 19, 2023, of Public Hearing Regarding
Solid Waste Rate Increases and Resolution Adopting Rates for Solid Waste
Services, Approving Third Amendment to the City’s Exclusive Franchise Agreement
for Integrated Solid Waste Collection, Processing and Disposal Services with Burrtec
Waste Industries, Inc., and Finding the Action Exempt from the California
Environmental Quality Act.
July 19, 2023 – Continuation to September 6, 2023, of Public Hearing
Regarding Solid Waste Rate Increases and Resolution Adopting Rates for Solid
Waste Services, Approving Third Amendment to the City’s Exclusive Franchise
Agreement for Integrated Solid Waste Collection, Processing and Disposal Services
with Burrtec Waste Industries, Inc., and Finding the Action Exempt from the California
Environmental Quality Act.
September 6, 2023 - Continuation, to January 17, 2024, of Public Hearing
Regarding Solid Waste Rate Increases and Resolution Adopting Rates for Solid
Waste Services, Approving Third Amendment to the City’s Exclusive Franchise
Agreement for Integrated Solid Waste Collection, Processing and Disposal
Services with Burrtec Waste Industries, Inc., and Finding the Action Exempt from
the California Environmental Quality Act.
January 17, 2024 - Cancellation of January 17, 2024, Public Hearing Regarding
Solid Waste Rate Increases and Resolution Adopting Rates for Solid Waste
Services, Approving Third Amendment to the City’s Exclusive Franchise Agreement
for Integrated Solid Waste Collection, Processing and Disposal Services with
Burrtec Waste Industries, Inc., and Finding the Action Exempt from the California
Environmental Quality Act.
Packet Page. 1125
Resolution No. 2024-111
Resolution 2024-111
July 3, 2024
Page 1 of 3
5
0
2
3
RESOLUTION NO. 2024-111
RESOLUTION OF THE MAYOR AND CITY COUNCIL OF
THE CITY OF SAN BERNARDINO, CALIFORNIA,
APPROVING THIRD AMENDMENT TO THE EXCLUSIVE
FRANCHISE AGREEMENT FOR INTEGRATED SOLID
WASTE COLLECTION, PROCESSING, AND DISPOSAL
SERVICES WITH BURRTEC WASTE INDUSTRIES, INC.,
AND FINDING THIS ACTION EXEMPT FROM THE
CALIFORNIA ENVIRONMENTAL QUALITY ACT
WHEREAS, Burrtec Waste Industries, Inc. (“Burrtec”) provides refuse, recycling, and
organic waste collection, procession and disposal, street sweeping, and right-of-way clean up
services are provided to the City of San Bernardino (“City”) pursuant to an exclusive franchise
agreement with the City (“Agreement”); and,
WHEREAS, Burrtec is required to provide such solid waste services (“Services”) as set
forth in the Agreement; and
WHEREAS, since the approval of the Agreement, California law changed to now require
the City to implement additional solid waste diversion programs; and
WHEREAS, Burrtec will continue to provide Services that comply with regulations to
implement SB 1383 (Chapter 395, Statutes of 2016) (“SB 1383 Regulations”), to the City; and
WHEREAS, pursuant to Section 33.8 of the Agreement, the Agreement may only be
amended by written agreement signed by both the City and Contractor; and
WHEREAS, the SB 1383 Short-Lived Climate Pollutants Act of 2016, Public Resources
Code Sections 42652, et seq. and any regulations adopted by CalRecycle to implement it as they
may be amended to require residential and commercial waste generators to participate in organic
recycling programs; and
WHEREAS, the SB 1383 Regulations require the City to implement Collection programs,
meet Processing facility requirements, conduct contamination monitoring, provide education,
maintain records, submit reports, monitor compliance, conduct enforcement, and fulfill other
requirements; and, the City has chosen to delegate some of its responsibilities to Contractor, acting
as the City’s designee, and Contractor desires to take on these responsibilities; and
WHEREAS, The Parties heretofore desire to extend the Term of Agreement from March
31, 2026, to March 31, 2031; and,
WHEREAS, the Parties now desire to modify the Agreement to implement changes
required by the SB 1383 Regulations and Term of Agreement.
Packet Page. 1126
Resolution No. 2024-111
Resolution 2024-111
July 3, 2024
Page 2 of 3
5
0
2
3
BE IT RESOLVED BY THE MAYOR AND CITY COUNCIL OF THE CITY OF
SAN BERNARDINO AS FOLLOWS:
SECTION 1. That the foregoing Recitals are true and correct and are incorporated herein by this
reference.
SECTION 2. The City Council hereby approves the Third Amendment to the City of San
Bernardino’s Exclusive Franchise Agreement for Integrated Solid Waste Collection, Processing, and
Disposal Services with Burrtec Waste Industries, Inc., attached hereto as Exhibit A and incorporated herein
by this reference.
SECTION 3. This Resolution is not subject to the requirements of California Environmental
Quality Act (“CEQA”). The approval of Amendment No. 1 is not a “project” within the meaning of Section
15378 of Title 14 of the California Code of Regulations (“State CEQA Guidelines”) because it has no
potential for resulting in direct or indirect physical change in the environment. The documents and
materials that constitute the record of proceedings on which these findings have been based are located at
215 North “D” Street, San Bernardino, CA 92401. The custodian for these records is the City Clerk of the
City.
SECTION 4. If any section, subsection, subdivision, sentence, clause, or phrase in this Resolution
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 Resolution or any part thereof. The City Council hereby declares that it would have adopted each
section irrespective of the fact that any one or more subsections, subdivisions, sentences, clauses, or phrases
be declared unconstitutional, invalid, or ineffective.
SECTION 5. This Resolution shall take effect immediately upon adoption.
SECTION 6. The City Clerk shall attest and certify to the passage and adoption thereof.
APPROVED and ADOPTED by the City Council and signed by the Mayor and attested
by the City Clerk this 3rd day of July, 2024.
Helen Tran, Mayor
City of San Bernardino
Attest:
Genoveva Rocha, CMC, City Clerk
Approved as to form:
Sonia Carvalho, City Attorney
Packet Page. 1127
Resolution No. 2024-111
Resolution 2024-111
July 3, 2024
Page 3 of 3
5
0
2
3
CERTIFICATION
STATE OF CALIFORNIA )
COUNTY OF SAN BERNARDINO) ss
CITY OF SAN BERNARDINO )
I, Genoveva Rocha, CMC, City Clerk, hereby certify that the attached is a true copy of
Resolution No. 2024-111, adopted at a regular meeting held on the 3rd day of July 2024 by the
following vote:
Council Members: AYES NAYS ABSTAIN ABSENT
SANCHEZ _____ _____ _______ _______
IBARRA _____ _____ _______ _______
FIGUEROA _____ _____ _______ _______
SHORETT _____ _____ _______ _______
REYNOSO _____ _____ _______ _______
CALVIN _____ _____ _______ _______
ALEXANDER _____ _____ _______ _______
WITNESS my hand and official seal of the City of San Bernardino this ___ day of July 2024.
Genoveva Rocha, CMC, City Clerk
Packet Page. 1128
Attachment 2
Table of Refuse Rates
6/27/2024
Jurisdiction Hauler Current
Residential
(proposed
2024-2025)
LINKAGE TO SOURCE OF RATE INFORMATION NOTES
San Bernardino Burrtec 26.42$ 26.42$
Loma Linda CR&R 28.08$ TBD
https://www.lomalinda-ca.gov/services/utility_services/utility_services_charges
This rate is the Bi-
monthly 96-gal charge
/2. Bi-monthly 64-gal
charge is
$53 90/2=$26 95Rancho Cucamonga Burrtec 30.57$ 33.44$ https://www.cityofrc.us/sites/default/files/2023-10/City%20of%20RC%20Rate%20Resolution%202023-062.pdf
Moreno Valley Waste Mangement 32.19$ TBD https://www.moval.org/resident_services/waste/trash-rates.html
Colton CR&R 32.44$ TBD https://coltonca.gov/1088/Refuse-and-Trash
Highland Burrtec 33.95$ 33.95$
https://www.cityofhighland.org/197/Trash-Services
There was no resource
(public notice or
otherwise) verifying
proposed rates for 2024-
2025Grand Terrace Burrtec 34.05$ 35.58$ https://www.grandterrace-ca.gov/departments/public_works/trash_recycling
Rialto Burrtec 34.55$ 34.55$ Unable to verify.Unable to verify
Yucaipa Burrtec 34.58$ 42.23$ https://yucaipa.gov/trash-recycling/60-gal barrel rate.
Riverside City of Riverside / Athens Disposal 34.72$ 37.32$ https://riversideca.gov/publicworks/trash-recycling/trash/residential-trash-rate Effective July 1, 2024 rate
is $37.32.
Pomona City of Pomona 35.50$ TBD https://www.pomonaca.gov/government/departments/public-works/solid-waste/solid-waste-rates?locale=es
Chino Waste Management 35.55$ 37.32$ https://www.cityofchino.org/440/Trash-Street-Sweeping Effective July 1, 2024
$37.32
Fontana Burrtec 36.15$ 36.15$ https://www.fontanaca.gov/541/Trash-and-Recycling-Services
No proposed rate
schedule (Public Notice
or otherwise) to verify.Upland Burrtec 36.58$ 38.09$ https://www.uplandca.gov/trash
Montclair Burrtec 37.64$ 38.71$ https://www.cityofmontclair.org/billing-making-a-payment/
No proposed rate
schedule (Public Notice
or otherwise) to verify.San Bernardino County Burrtec 38.40$ 40.28$ County has individual agreements for each Community Service District with different rates.
Ontario City of Ontario 39.78$ 43.81$ https://www.ontarioca.gov/IntegratedWaste
No proposed rate
schedule (Public Notice
or otherwise) to verify.
Redlands City of Redlands 40.77$ TBD https://www.cityofredlands.org/pod/current-water-wastewater-and-solid-waste-rates 1 90-gallon refuse rate.
Average Rate All Jurisdictions 34.55$
Packet Page. 1129
Page 1 of 16
THIRD AMENDMENT TO THE CITY OF SAN BERNARDINO’S EXCLUSIVE
FRANCHISE AGREEMENT FOR INTEGRATED SOLID WASTE COLLECTION,
PROCESSING, AND DISPOSAL SERVICES WITH BURRTEC WASTE INDUSTRIES, INC.
This Third Amendment to the City of San Bernardino’s Exclusive Franchise Agreement for
Integrated Solid Waste Collection, Processing, and Disposal Services with Burrtec Waste
Industries, Inc. (“Third Amendment”) is made and entered into as of ________________, 2024
(“Effective Date”) by and between the City of San Bernardino, a charter city and municipal
corporation (“City”) and Burrtec Waste Industries, Inc. a California corporation organized under
the laws of the State of California (“Contractor”). City and Contractor are sometimes referred to
herein individually as a “Party” and collectively as “Parties.”
RECITALS
A. WHEREAS, the City and Contractor entered into an Exclusive Franchise Agreement for
Integrated Solid Waste Collection, Processing, and Disposal Services dated January 25, 2016,
as amended by the First Amendment to Exclusive Franchise Agreement for Integrated Solid
Waste Collection, Processing, and Disposal Services and the Second Amendment to Exclusive
Franchise Agreement for Integrated Solid Waste Collection, Processing, and Disposal Services
(“Agreement”), for the purpose of providing the collection, recycling, diversion and disposal
of Solid Waste from Service Units in the City of San Bernardino; and
B. WHEREAS, pursuant to Section 33.8 of the Agreement, the Agreement may only be amended
by written agreement signed by both the City and Contractor; and
C. WHEREAS, SB 1383 (Chapter 395, Statutes of 2016) and the regulations adopted by the
California Department of Resources Recycling and Recovery (“CalRecycle”) to implement it,
require residential and commercial waste generators to participate in organic recycling
programs; and
D. WHEREAS, the SB 1383 Regulations require the City to implement Collection programs, meet
Processing facility requirements, conduct contamination monitoring, provide education,
maintain records, submit reports, monitor compliance, conduct enforcement, and fulfill other
requirements; and, the City has chosen to delegate some of its responsibilities to Contractor,
acting as the City’s designee, and Contractor desires to take on these responsibilities; and
E. WHEREAS, the Parties now desire to modify the Agreement to implement changes required
by the SB 1383 Regulations.
NOW, THEREFORE, in consideration of the above recitals and the mutual covenants,
conditions, and promises contained in this Third Amendment and the Agreement, the Parties
mutually agree as follows:
1. Incorporation of Recitals. The recitals listed above are true and correct and are hereby
incorporated herein by this reference.
Packet Page. 1130
Page 2 of 16
2. Definitions. The Definitions as stated in Section 1 shall be amended or added to read as
follows, and the numbering within Section 1 for each definition shall be deleted:
a. “Compost” has the same meaning as in 14 CCR Section 17896.2(a)(4), as may be
amended from time to time.
b. “Consumer Price Index or CPI” means the twelve (12) month annual average
percentage change the All Urban Consumers Index (CPI-U), Not Seasonally
Adjusted, All Items, Riverside-San Bernardino-Ontario, CA (Series ID:
CUURS49CSA0), as published by the U.S. Department of Labor, Bureau of Labor
Statistics, for the most calendar year, compared to the prior calendar year.
c. “Edible Food” means food intended for human consumption. For the purposes of
this Agreement, Edible Food is not Solid Waste if it is recovered and not discarded.
Nothing in this Agreement requires or authorizes the recovery of Edible Food that
does not meet the food safety requirements of the California Retail Food Code. If
the definition in 14 CCR Section 18982(a)(18) for Edible Food differs from this
definition, the definition in 14 CCR Section 18982(a)(18) shall apply to this
Agreement
d. “Excluded Waste” means hazardous substances, Hazardous Waste, infectious
waste, designated waste, volatile, corrosive, medical waste, infectious, regulated
radioactive waste, and toxic substances or material that facility operator(s), which
receive materials from the City and its generators, reasonably believe(s) would, as
a result of or upon acceptance, transfer, processing, or disposal, be a violation of
local, State, or Federal law, regulation, or ordinance, including: land use
restrictions or conditions, waste that cannot be disposed of in Class III Landfills or
accepted at the facility by permit conditions, waste that in the City’s reasonable
opinion would present a significant risk to human health or the environment,
cause a nuisance or otherwise create or expose Contractor or City to potential
liability:, but not including de minimis volumes or concentrations of waste of a
type and amount normally found in Single-Family or Multi-Family Solid Waste after
implementation of programs for the safe collection, processing, recycling,
treatment, and disposal of batteries and paint in compliance with Sections 41500
and 41802 of the California Public Resources Code.
e. “Food Recovery Organization” is as defined in 14 CCR Section 18982(a)(25).
f. “Food-Soiled Paper” means compostable paper material that has come in contact
with food or liquid, such as, but not limited to, compostable paper plates, paper
coffee cups, napkins, pizza boxes, and milk cartons.
g. “Food Scraps” means all food such as, but not limited to, fruits, vegetables, meat,
poultry, seafood, shellfish, bones, rice, beans, pasta, bread, cheese, and eggshells.
Food Scraps excludes liquids, fats, oils, and grease when such materials are Source
Separated from other Food Scraps.
Packet Page. 1131
Page 3 of 16
h. “Food Waste” means Source Separated Food Scraps and Food Soiled Paper. Edible
Food separated for food recovery shall not be considered Food Waste.
i. “Hauler Route(s)” means the designated itinerary or sequence of stops for each
segment of the City’s collection service area, or as otherwise defined in 14 CCR
Section 18982(a)(31.5).
j. “Organic Waste” means Solid Wastes containing material originated from living
organisms and their metabolic waste products including, but not limited, to, Food
Waste , yard trimmings, organic textiles and carpets, lumber, wood, paper
products, printing and writing paper, manure, biosolids, digestate, and sludges, or
as otherwise defined in 14 CCR Section 18982(a)(46). Biosolids and digestate are
as defined in 14 CCR Section 18982(a).
k. “Prohibited Container Contaminants” means the following: (i) discarded materials
placed in the Recyclable Materials Container that are not identified as acceptable
Source Separated Recyclable Materials for the Recyclable Materials Container; (ii)
discarded materials placed in the Organic Waste Container that are not identified
as acceptable Source Separated Organic Waste for the Organic Waste Container;
(iii) discarded materials placed in the Solid Waste Container that are acceptable
Source Separated Recyclable Materials and/or Source Separated Organic Waste to
be placed in Organic Waste Container and/or Recyclable Materials Container; and
(iv) Excluded Waste placed in any Container.
l. “Source Separated” means materials, including commingled Recyclable Materials,
and Organic Waste, that have been separated or kept separate from the Solid
Waste stream, at the point of generation, for the purpose of additional sorting or
Processing of those materials for recycling or reuse in order to return them to the
economic mainstream in the form of raw material for new, reused, or
reconstituted products which meet the quality standards necessary to be used in
the marketplace, or as otherwise defined in 14 CCR Section 17402.5(b)(4). Source
Separated shall include separation of Recyclable Materials, Organic Waste, and
Solid Waste by the generator into different Containers for the purpose of collection
and processing.
m. “Term” means the operative life of this Agreement as stated in Section 4.2.
n. ““SB 1383” means Senate Bill 1383 (Chapter 395, Statutes of 2016), and the SB
1383 Regulations adopted by CalRecycle to implement it.
o. “Tier One Commercial Edible Food Generator” means a commercial edible food
generator that is one of the following, each as defined in 14 CCR Section 18982:
A. Supermarket.
B. Grocery Store with a total facility size equal to or greater than 10,000
Packet Page. 1132
Page 4 of 16
square feet.
C. Food service provider.
D. Food Distributor.
E. Wholesale food vendor.
If the definition in 14 CCR Section 18982(a)(73) of Tier One Commercial Edible Food
Generator differs from this definition, the definition in 14 CCR Section 18982(a)(73)
shall apply to this Agreement.
p. “Tier Two Commercial Edible Food Generator” means a commercial edible food
generator that is one of the following, each as defined in 14 CCR Section 18982:
A. Restaurant with 250 or more seats, or a total facility size equal to or
greater than 5,000 square feet.
B. Hotel with an on-site food facility and 200 or more rooms.
C. Health facility with an on-site food facility and 100 or more beds.
D. Large venue .
E. Large Event.
F. A state agency with a cafeteria with 250 or more seats or total cafeteria
facility size equal to or greater than 5,000 square feet.
G. A local education agency with an on-site food facility.
If the definition in 14 CCR Section 18982(a)(74) of Tier Two Commercial Edible Food
Generator differs from this definition, the definition in 14 CCR Section 18982(a)(74)
shall apply to this Agreement
3. Self-Hauling. Section 2.9 shall be amended in its entirety to read as follows:
2.9 Self-Hauling. Self-hauling is allowed as specified in the San Bernardino Municipal
Code. This Agreement does not prohibit such materials which are removed from any
Service Unit in the City and which are transported personally by the owner or occupant
of such premises to a processing or disposal facility pursuant to the San Bernardino
Municipal Code. This Agreement shall not prohibit gardeners and landscapers from
collecting, transporting and composting or disposing of Green Waste, as long as they
transport such Green Waste to an Organic Processing Facility, or other site permitted
(or exempt from permitting) by CalRecycle, or its successor agency, in accordance with
all governing laws and regulations and submit reports required by City. “Self-hauling”
shall have the same definition as in Section 8.24.010 of the San Bernardino Municipal
Packet Page. 1133
Page 5 of 16
Code.
4. Monthly Franchise Fee Payment. The following sentence shall be added to the end of
Section 3.4.8:
“The Franchise Fee Payment may be decreased by the City during the Term of this
Agreement without Contractor’s prior written consent, and if the Franchise Fee is adjusted,
City shall provide written notice to the Contractor.”
5. Term . Section 4.2 shall be amended in its entirety to read as follows:
4.2.1 Term of Agreement. The term of this Agreement shall expire on March 31, 2031,
subject to early termination or extension.
6. Container Contamination Minimization. Section 6.9.1 is hereby added to read as follows:
6.9.1 Container Contamination Minimization. Contractor shall assist in minimizing
contamination by helping to educate customers on acceptable and non-acceptable
materials, by monitoring the contents of collection Containers, and by refusing to collect
containers with visible Prohibited Container Contaminants. Contractor shall, at its sole
expense conduct hauler route reviews each calendar year for Prohibited Container
Contaminants in Containers in a manner that is deemed safe by the Contractor, is
approved by the City, and is conducted in a manner that results in all hauler routes being
reviewed, in accordance with 14 CCR Section 18984.5(b).
6.9.1.1 Number of Containers to Review. Contractor shall visually inspect the
contents of all Solid Waste, Recyclable Materials, and Organic Waste Containers for a
sufficient number of residential and commercial accounts to fully comply with the
associated SB 1383 requirements per hauler route to search for Prohibited Container
Contaminants. At a minimum, the Contractor shall inspect, 3% of all residential Solid
Waste, Recyclable Materials, and Organic Waste Containers, and 10% of all commercial
businesses, including multi-family units. The Containers shall be randomly selected by a
method approved by the City.
6.9.1.2 Route Review Methodology. Contractor shall develop a hauler route
review methodology that complies with the requirements of 14 CCR Sections 18984.5(b).
Contractor shall submit its proposed hauler route review methodology for the coming
contract year (July – June) to the City no later than July 1 of each year, describing its
proposed methodology for the calendar year and schedule for performance of each hauler
route review. Company’s proposed hauler route review methodology shall include its plan
for container inspections and shall also include its plan for prioritizing the inspection of
customers that are more likely to be out of compliance. City shall review, comment on,
and approve the proposed methodology. Contractor may commence with the proposed
methodology upon approval. If the City notifies the Contractor that the methodology is
inadequate to meet the requirements of SB 1383, Contractor shall, at its sole expense,
revise the methodology and, after obtaining City approval, conduct additional hauler
Packet Page. 1134
Page 6 of 16
route reviews, increased container inspections, or implement other changes using the
revised procedure. Contractor shall implement and perform route reviews per the
approved methodology beginning July 1, 2024.
6.9.1.3 Scheduling. The City may request, and Contractor shall accept,
modifications to the schedule to permit observation by the City subject to reasonable
safety protocols. In addition, Contractor shall provide email notice to the City no less than
ten (10) working days prior to each scheduled hauler route review that includes the
specific time(s), which shall be within the City’s normal business hours, and location(s).
6.9.1.4 Documentation. Contractor shall document contamination with still
pictures or video, and will notify the customer of the contamination and recycling
requirements. Contractor may, at its discretion, collect the Container as Recyclable
Materials, Organic Waste, or as Solid Waste.
6.9.1.5 Reporting Requirements. Contractor shall maintain records and report to
the City on contamination monitoring activities and actions taken. Contractor shall
collaborate with the City to obtain records and submit the AB 939/SB 1383 Electronic
Annual Report (EAR) on behalf of the City to CalRecycle by August 1st of each year starting
in 2024. The submitted EAR shall meet the requirements per 14 CCR Section 18794.0.
6.9.1.6 SB 1383 Monitoring and Inspections. Contractor shall perform customer
compliance reviews described in this subsection annually, as of the Effective Date, unless
otherwise noted.
6.9.1.7 Commercial Generator Compliance Reviews. Contractor shall complete a
compliance review of all commercial businesses that generate two (2) cubic yards or more
per week of solid waste, including organic waste, to determine their compliance with: (i)
generator requirements under the City Code and this Agreement; and, (ii) if applicable for
the customer, self-hauling requirements per 14 CCR Section 18988.3. The compliance
review shall mean a “desk” review of records to determine customers’ compliance with
the above requirements and does not necessarily require on-site observation of service.
6.9.1.8 Compliance Review Process. Contractor shall conduct inspections and/or
contact non-compliant entities described in Section 6.9.1.7 at a minimum of once per year
or as directed by City to adequately determine the entities’ overall compliance with SB
1383. City may require the Contractor to prioritize inspections of entities that the City
determines are more likely to be out of compliance.
6.9.1.9 Non-Compliant Entities. When compliance reviews are performed by
Contractor pursuant to this subsection, Contractor shall provide City-approved
educational materials, in response to violations. Contractor shall provide these
educational materials to the non-compliant customers by mail or immediately upon
determination of non-compliance if such non-compliance is determined during an
inspection or hauler route review. Contractor shall document the non-compliant
customers and the date and type of education materials provided and report such
Packet Page. 1135
Page 7 of 16
information to the City. Beginning January 1, 2024, the Contractor shall document non-
compliant customers determined through Contractor’s compliance reviews, and shall
report all customers with SB 1383 violations to the City. The City shall be responsible for
subsequent enforcement action.
6.9.1.10 Tier 1 and Tier 2 Edible Food Generators and Food Recovery
Organizations. Contractor shall inspect each Tier 1 and Tier 2 edible food generator and
food recovery organization within the City annually to determine their compliance with
SB 1383 and take reasonable steps to ensure generators are educated on their compliance
requirements with regulations and the City is notified of non-compliant entities.
6.9.1.11. Documentation of Inspection Actions. The Contractor shall generate a
written or electronic record and maintain documentation for each inspection, including
Tier 1 and Tier 2 edible food generators and food recovery organizations, hauler route
review, and compliance review conducted. Contractor shall provide a copy of that
documentation to the City as part of its Annual Report.
6.9.1.12 Documentation of SB 1383 Non-Compliant Complaints. Contractor shall
maintain a computer database of all oral and written SB 1383-related non-compliant
complaints reported to Contractor from customers or other persons. Contractor shall
provide a copy of the Recyclist Program information collected to the City as part of its
Annual Report.
6.9.1.12.1 Reports of SB 1383-Noncompliant Complaints. For reports
received in which customers or other persons allege that an entity is in violation of SB
1383 requirements, Contractor shall document such complaint investigations. Contractor
shall provide this information in a brief complaint report to the City for each SB 1383-
noncompliant complaints within five (5) working days of receipt of such complaint, and a
quarterly summary report of SB 1383-noncompliant complaints.
6.9.1.12.2 Investigation of SB 1383-Noncompliant Complaints. Contractor
shall assist City in meeting its obligation to investigate non-compliant complaints by
commencing an investigation within thirty (30) days of receiving notice of a complaint in
the following circumstances: (i) upon Contractor receipt of a complaint that an entity may
not be compliant with SB 1383 and if City determines that the allegations against the
entity, if true, would constitute a violation of SB 1383; and, (ii) upon City request to
investigate a complaint received by City, in which City determines that the allegations
against the entity, if true, would constitute a violation of SB 1383. Contractor is required
to investigate complaints against customers and generators, including Tier One and Tier
Two Commercial Edible Food Generators, against Edible Food recovery organizations,
Edible Food recovery services, and other entities regulated by SB 1383. Contractor shall
investigate the complaint by:
i. Reviewing the service level of the customer (if the entity is
a customer of the Contractor);
Packet Page. 1136
Page 8 of 16
ii. Reviewing the waiver list, if applicable, to determine if the
entity has a valid, City-approved de minimis or physical space constraint waiver;
iii. Reviewing the self-haul registration list, if applicable, to
determine if the entity has registered and reviewing the entities reported self-haul
information;
iv. Inspecting premises of the entity identified in the complaint
notice, if warranted;
v. Contacting the entity to gather more information, if
warranted; and
vi. Affixing a City-approved notice of non-compliant complaint
report on the customer’s container that includes SB 1383 generator requirements and, if
applicable, provides a City-approved deadline for correction.
6.9.1.11.3 Reporting. Within ten (10) days of completing an investigation
of an SB 1383-noncompliant complaint, Contractor shall submit to City an investigation
complaint report that documents the customer account in question, the nature of the
complaint, the investigation performed, and recommends to City whether or not the
entity investigated is in violation of SB 1383 based on the Contractor’s investigation. The
City shall make a final determination of the allegations against the entity.
Contractor shall provide to City in its reports a list of all customer non-compliant complaint
notices that have not been resolved by Contractor within thirty (30) days of receiving such
notice. The Contractor complaint list shall include the customer’s account information,
including customer’s then-current service level, the nature of the complaint, and
Contractor’s efforts to resolve the complaint. City, or its designee, shall be responsible for
investigating such outstanding complaints received by Contractor.
Within three (3) business days of the City’s or its designee’s request, Contractor shall
provide City or its designee with customer account information and other documentation
that may be useful in the investigation such as records of the customer’s most recent
change(s) in service level and other customer service records.
7. Procurement of Recovered Organic Waste. Section 6.15 is hereby added to read as follows:
6.15 Procurement of Recovered Organic Waste. Contractor shall purchase or procure
Compost and or mulch necessary to meet 30% of the City’s annual target amount as
specified in SB 1383 Regulations, 14 CCR Section 18993.1. Contractor agrees to act as a
direct service provider on behalf of the City for additional quantities of Recovered Organic
Waste Products to help the City meet its annual target amount at the City’s expense.
Recovered Organic Waste Products shall comply with 14 CCR 18993.1(f). Contractor shall
comply with the recordkeeping and verification requirements of 14 CCR 18993.2.
Packet Page. 1137
Page 9 of 16
8. Conditions of Service. Section 7.1 is hereby amended to read as follows:
7.1 Conditions of Service. Contractor shall provide SFD collection service to all SFD Service
Units whose Solid Waste, Recycle Materials, or Organic Waste are properly placed in Carts.
Except as set forth in Section 7.8, Contractor shall offer Carts for Solid Waste, Recycle
Materials, and Organic Waste in 35-, 64-, and 96-gallon sizes. Contractor shall provide, at
its sole expense, a senior discount of ten percent (10%) for 35-gallon Solid Waste Cart
service at no cost to the City or other customers. Contractor may offer alternative services
to recipients receiving on-premise service. If collection in Carts is not sufficient to
accommodate the amount of Solid Waste generated, Contractor may offer Bins or Roll-
offs in sizes as allowed under this Agreement.
9. SFD Food Waste Collection Services. Section 7.7.5 (SFD Food Waste Collection Services) is
hereby deleted it its entirety and replaced with the following:
7.7.5 SFD Organic Waste Collection Services. No later than September 1, 2024, Contractor
shall provide all SFD accounts with Organic Waste Collection Services, including the
collection of food waste.
10. MFD Organic Waste Collection Services. Section 8.2 is hereby amended to read as follows:
8.2 MFD Organic Waste Collection Service. For MFD Service Units utilizing Bins or Roll-
offs for collection, Contractor shall implement any required MFD Organic Waste Program in
accordance with the schedule established under AB 1826 and SB 1383.
11. Commercial Organic Waste Collection Service. Conditions of Service. Section 9.4.1 is hereby
amended to read as follows:
9.4.1 Conditions of Service. In accordance with the schedule established under AB 1826 and
SB 1383, Contractor shall provide Commercial Organic Waste Collection Service to all
Commercial Service Units in the service area who have subscribed for service and whose
Commercial Organic Waste materials are properly placed in Containers except as set forth
below, where the Containers are accessible. Commercial Organic Waste Collection Service
will occur Monday – Friday, and on Saturdays upon request and as necessary.
12. Street Sweeping. A new subsection 11.25 is to be added to Section 11 Street Sweeping
and read as follows:
11.25 Review of GPS Data. Contractor shall no less than weekly review GPS data from
each street sweeping route to determine if all required street sweeping services have been
fully provided. Contractor shall include a written confirmation in each Quarterly Report
that the Contractor has reviewed the daily GPS data for all Street Sweeping routes and
verified that all routes have been fully completed, as scheduled. If that is not the case,
Contractor shall provide a list of any and all exceptions.
Packet Page. 1138
Page 10 of 16
13. SB 1383 Outreach and Education. Section 14.9 is hereby added to read as follows:
14.9 SB 1383 Outreach and Education. The Contractor shall conduct a public information
program, as directed and approved by the City and meeting the SB 1383 requirements ,
to inform and remind residents and businesses of the recycling and organic waste
programs and their operation. Such program shall include media releases,
advertisements, public appearances, community involvement programs to encourage
participation in recycling efforts. A program plan shall be submitted to the City prior to
July 1 of each contract year for approval. Contractor shall, consistent with 14 CCR Section
18985.1, provide generators with information on properly separating materials, organic
waste prevention, on-site recycling, composting, methane reduction benefits, how to
recycle organic waste, approved haulers, public health and environmental impacts
associated with landfilling organic waste, self-haul requirements, and edible food
donation. Contractor shall prepare and distribute public education and outreach materials
in non-English languages spoken by a substantial number of the public that are provided
organic waste collection services, consistent with the requirements of Government Code
section 7295.
Annually Contractor shall provide Tier One and Tier Two Commercial Edible Food
Generators with information on the City’s Edible Food Recovery Program, generator
requirements, and food recovery.
Contractor shall cooperate and coordinate with the City Manager or his or her designee
on public education activities to minimize duplicative, inconsistent, or inappropriately
timed education campaigns. Contractor shall obtain approval from the City Manager or
his or her designee on all Contractor -provided public education materials including, but
not limited to: print, radio, television, or internet media before publication, distribution,
and/or release. City shall have the right to request that Contractor include City
identification and contact information on public education materials and approval of such
requests shall not be unreasonably withheld. Contractor shall provide access to the
Recyclist Program during the term of the agreement and will provide the records for up to
two years after the agreement ends upon request.
14. Container Labeling. A new Section 15.17.9 shall be added and read as follow:
15.17.19 Container labeling. All new and replacement Containers shall be SB 1383
compliant as of the Effective Date of this Amendment.
15. Submission of Reports. Section 24.4 shall be amended to read as follows:
24.4 Submission of Reports. Reports shall be submitted to:
Director of Public Works
City of San Bernardino
290 North D Street
San Bernardino, CA 92401
Packet Page. 1139
Page 11 of 16
16. Liquidated Damages. Section 30.5.5 shall be deleted in its entirety and replaced with the
following:
LIQUIDATED DAMAGES
Item Amount
a. Failure or neglect to address each
complaint by the close of the next
working day.
$100 per incident per Service
Recipient
b. Failure to address concerns regarding
maintaining the collection equipment
in a clean, and sanitary manner.
$100 per incident per day.
c. Failure to have a vehicle operator
properly licensed.
$100 per incident per day.
d. Failure to maintain office hours as
required by this Agreement.
$100 per incident per day.
e. Failure to maintain or timely submit to
City all documents and reports
required under the provisions of this
Agreement.
$100 per incident per day.
f. Failure to display Contractor's name
and customer service phone number
on collection vehicles.
$100 per incident per day.
g. Failure to collect a missed collection by
close of the next work day upon notice
to Contractor
$100 per incident per day.
h. Failure to repair or replace damaged
Carts or Bins within the time required
by this Agreement.
$100 per incident per day.
i. Failure to deliver or exchange Carts or
Bins within the time required by this
Agreement.
$100 per incident per day.
Packet Page. 1140
Page 12 of 16
LIQUIDATED DAMAGES
Item Amount
j. Failure to meet vehicle noise
requirements.
$100 per incident per day.
k. Failure to maintain collection hours as
required by this Agreement without
prior City approval.
$250 per incident per day.
l. Failure to offer and provide adequate
facility processing capacity of
Recyclable Materials and Organic
Waste.
$250 per incident per day.
m. Failure to have field personnel in
company/contractor uniform.
$250 per incident per day.
n. Failure to repair damage to customer
property caused.
$500 per incident per location.
o. Failure to repair damage to City
property caused by Contractor or its
personnel.
$500 per incident.
p. Failure to clean up spillage or litter
caused by Contractor.
$500 per incident per location.
q. Failure to properly cover materials in
roll-off containers during transport.
$500 per incident.
r. Changing residential collection days
without property notification to the
City Representative.
$500 per incident per day.
s. Commingled Solid Waste with
Recyclable Materials or Organic Waste,
with the exception of contaminated
recyclables.
$500 per incident.
t. Disposal of Recyclable Materials or
Organic Waste in the landfill without
first obtaining the required permission
$500 per load.
Packet Page. 1141
Page 13 of 16
LIQUIDATED DAMAGES
Item Amount
of the City.
u. Failure to deliver any collected
materials to a permitted Disposal
Facility, Materials Recovery Facility, or
Organic Processing Facility, as
appropriate, except as otherwise
expressly provided in this Agreement.
$5,000 each failure
v. Commingling of materials collected
inside and outside the City of San
Bernardino.
$1,000 per incident.
w. Failure to meet and maintain minimum
annual Diversion Guarantee for two
consecutive years.
$50 per ton for each ton under the
minimum requirement
x. Failure to remove graffiti as specified in
Section 6.10.
$100 per Container per day.
y. Failure to sweep a street after
notification by City that street had not
been swept in accordance with
established schedule or sweeping did
not meet generally accepted industry
standards for sweeping.
$500 per block or lot.
z. Failure to provide Containers for SB
1383 Collection service to all
customers by July 1, 2025 unless
customer is waiting for waiver approval
or has been granted a waiver.
$500 each week.
aa. Failure to complete annual outreach
and education requirements in
accordance with this Agreement and
SB 1383 by July 1, 2025, and each July
1st thereafter
$500 per Agreement Year.
Packet Page. 1142
Page 14 of 16
LIQUIDATED DAMAGES
Item Amount
bb. Failure to complete annual SB 1383
monitoring requirements by July 1,
2025, and each July 1st thereafter, in
accordance with this Agreement and
SB 1383.
$500 per year.
cc. Failure to complete annual calendar
reporting requirements by July 1, 2025,
and each July 1st thereafter, in
accordance with this Agreement and
SB 1383.
$500 per year.
dd. Failure to contact Customers in
response to complaints within one (1)
business day or to resolve or remedy a
Complaint within seven (7) calendar
days of receiving such Complaint.
$100 per incident
ee. Failure to issue contamination notices
in accordance with this Agreement and
SB 1383.
$50 per incident
ff. Failure to conduct compliance tasks
(i.e., perform route reviews or waste
audits) in accordance with this
Agreement and SB 1383.
$100 per incident
gg. Failure to perform re-inspections in
accordance with this Agreement and
SB 1383.
$50 per incident
hh. Submission of a late report required by
the SB 1383.
$500 per incident.
17. Compliance with Laws. The following sentence shall be added to the end of Section 25.6
“Nothing contained herein shall prohibit Contractor from meeting its compliance
requirements by any alternative methods or procedures, provided it complies with SB
1383, and/or any other applicable law, as may be amended from time to time.”
Packet Page. 1143
Page 15 of 16
18. Notices. Section 33.9 shall be amended to read as follows:
33.9 Notices. All notices required or permitted to be given under this Agreement shall be
in writing and shall be personally delivered or sent by United States certified mail, postage
prepaid, return receipt requested, and by email, addressed as follows:
To City: Rochelle Clayton, Acting City Manager
City of San Bernardino
290 North D Street
San Bernardino, CA 92401 Email:
Clayton_Ro@sbcity.org
Copy to: Sonia Carvalho, City Attorney
City of San Bernardino
Best Best & Krieger LLP 18101 Von
Karman Ave., Suite 1000 Irvine,
CA 92612
Email: Sonia.Carvalho@bbklaw.com
And to: Lynn Merrill, Director of Public Works
City of San Bernardino
290 North D Street
San Bernardino, CA 92401 Email:
Merrill_Ly@sbcity.org
To Contractor: Cole Burr, President
Burrtec Waste Industries, Inc.
9890 Cherry Ave.
Fontana, CA 92335
19. Public Records. The heading of Section 33.12 shall be renamed to “33.12 Public Records.”
20. Replacement of Exhibit 1. Exhibit 1 of the Agreement is hereby replaced with the Exhibit
1 attached to this Third Amendment and incorporated by reference herein.
21. Contractor understands and agrees that it shall comply with any changes to the San
Bernardino Municipal Code adopted by City necessary or advisable to ensure compliance
with SB 1383 and which are not inconsistent with the terms of this Agreement.
22. Whenever the words “AB 1826” appear in the Agreement, “and SB 1383 ” shall follow.
23. This Third Amendment may be executed in any number of counterparts, each of which
shall be deemed an original, but all of which together shall constitute one and the same
instrument.
24. This Third Amendment shall affect only the items specifically set forth herein, and all other
Packet Page. 1144
Page 16 of 16
terms and conditions of the Agreement shall remain in full force and effect.
IN WITNESS WHEREOF, the Parties hereto have executed this Third Amendment on the
Effective date first herein above written.
CITY CONTRACTOR
CITY OF SAN BERNARDINO BURRTEC WASTE INDUSTRIES, INC.
APPROVED BY:
___________________________ ___________________________
Rochelle Clayton Cole Burr
Acting City Manager President
APPROVED AS TO FORM:
___________________________
Best Best & Krieger LLP
City Attorney
Packet Page. 1145
Exhibit 1
Maximum Permitted Service Rates
Packet Page. 1146
Page 16 of 16
Exhibit 1
Maximum Permitted Service Rates
Packet Page. 1147
Burrtec Waste Industries, Inc
City of San Bernardino
EXHIBIT 1
Current Current
Rates Rates
Residential/MF Barrel 26.42$ Commercial Barrel 26.42$
Residential 35 Gal Barrel n/a (incl Trash & Recycling Barrel)
Residential 35 Gal Barrel Sr n/a
Mobile Home - 3 Barrel Service $ 17.73 Commercial Compactors
Mobile Home Complex - 2 Barrel n/a Size Freq
2 cu. yrd. 1 x Wk $ 152.41
Residential Trash Bins 2 cu. yrd. 2 x Wk $ 285.57
Size Freq 2 cu. yrd. 3 x Wk $ 420.12
1 cu. yrd. 1 x Wk $ 128.28 2 cu. yrd. 4 x Wk $ 553.86
1 cu. yrd. 2 x Wk $ 235.06 2 cu. yrd. 5 x Wk $ 687.86
1 cu. yrd. 3 x Wk $ 348.56 2 cu. yrd. 6 x Wk $ 914.95
1 cu. yrd. 4 x Wk $ 459.37 3 cu. yrd. 1 x Wk $ 179.87
1 cu. yrd. 5 x Wk $ 567.48 3 cu. yrd. 2 x Wk $ 335.00
1 cu. yrd. 6 x Wk $ 757.61 3 cu. yrd. 3 x Wk $ 492.89
2 cu. yrd. 1 x Wk $ 128.87 3 cu. yrd. 4 x Wk $ 643.92
2 cu. yrd. 2 x Wk $ 236.22 3 cu. yrd. 5 x Wk $ 805.93
2 cu. yrd. 3 x Wk $ 350.32 3 cu. yrd. 6 x Wk 1,076.39$
2 cu. yrd. 4 x Wk $ 461.70 4 cu. yrd. 1 x Wk $ 179.87
2 cu. yrd. 5 x Wk $ 570.42 4 cu. yrd. 2 x Wk $ 335.00
2 cu. yrd. 6 x Wk $ 761.10 4 cu. yrd. 3 x Wk $ 492.89
3 cu. yrd. 1 x Wk $ 137.52 4 cu. yrd. 4 x Wk $ 643.92
3 cu. yrd. 2 x Wk $ 260.45 4 cu. yrd. 5 x Wk $ 805.93
3 cu. yrd. 3 x Wk $ 387.00 4 cu. yrd. 6 x Wk 1,076.39$
3 cu. yrd. 4 x Wk $ 508.39
3 cu. yrd. 5 x Wk $ 632.44 Commercial/MF/Resi GW Bins
3 cu. yrd. 6 x Wk $ 967.58 Size Freq
4 cu. yrd. 1 x Wk $ 151.54 1 cu. yrd. 1 x Wk $ 123.20
4 cu. yrd. 2 x Wk $ 286.96 1 cu. yrd. 2 x Wk $ 227.60
4 cu. yrd. 3 x Wk $ 422.35 1 cu. yrd. 3 x Wk $ 334.68
4 cu. yrd. 4 x Wk $ 556.44 1 cu. yrd. 4 x Wk $ 441.75
4 cu. yrd. 5 x Wk $ 690.50 1 cu. yrd. 5 x Wk $ 547.45
4 cu. yrd. 6 x Wk 1,194.23$ 2 cu. yrd. 1 x Wk $ 124.09
6 cu. yrd. 1 x Wk $ 219.94 2 cu. yrd. 2 x Wk $ 229.37
6 cu. yrd. 2 x Wk $ 419.68 2 cu. yrd. 3 x Wk $ 337.33
6 cu. yrd. 3 x Wk $ 620.77 2 cu. yrd. 4 x Wk $ 445.28
6 cu. yrd. 4 x Wk $ 827.26 2 cu. yrd. 5 x Wk $ 551.88
6 cu. yrd. 5 x Wk 1,016.26$ 3 cu. yrd. 1 x Wk $ 133.05
6 cu. yrd. 6 x Wk 1,207.95$ 3 cu. yrd. 2 x Wk $ 251.25
3 cu. yrd. 3 x Wk $ 367.95
Commercial/MF Trash Bins 3 cu. yrd. 4 x Wk $ 484.67
Size Freq 3 cu. yrd. 5 x Wk $ 599.99
1 cu. yrd. 1 x Wk $ 145.42 4 cu. yrd. 1 x Wk $ 145.54
1 cu. yrd. 2 x Wk $ 266.44 4 cu. yrd. 2 x Wk $ 270.47
1 cu. yrd. 3 x Wk $ 395.11 4 cu. yrd. 3 x Wk $ 396.78
1 cu. yrd. 4 x Wk $ 520.70 4 cu. yrd. 4 x Wk $ 524.47
1 cu. yrd. 5 x Wk $ 643.27 4 cu. yrd. 5 x Wk $ 649.41
1 cu. yrd. 6 x Wk $ 858.77 6 cu. yrd. 1 x Wk $ 167.50
2 cu. yrd. 1 x Wk $ 146.08 6 cu. yrd. 2 x Wk $ 311.65
2 cu. yrd. 2 x Wk $ 267.76 6 cu. yrd. 3 x Wk $ 458.56
2 cu. yrd. 3 x Wk $ 397.10 6 cu. yrd. 4 x Wk $ 587.64
2 cu. yrd. 4 x Wk $ 523.35 6 cu. yrd. 5 x Wk $ 746.87
2 cu. yrd. 5 x Wk $ 646.58 35Gal Barrel 1 x Wk n/a
2 cu. yrd. 6 x Wk $ 862.73 35Gal Barrel 2 x Wk n/a
3 cu. yrd. 1 x Wk $ 155.88 35Gal Barrel 3 x Wk n/a
3 cu. yrd. 2 x Wk $ 295.24 35Gal Barrel 4 x Wk n/a
3 cu. yrd. 3 x Wk $ 438.67 35Gal Barrel 5 x Wk n/a
3 cu. yrd. 4 x Wk $ 576.27 65Gal Barrel 1 x Wk n/a
3 cu. yrd. 5 x Wk $ 716.89 65Gal Barrel 2 x Wk n/a
3 cu. yrd. 6 x Wk 1,096.78$ 65Gal Barrel 3 x Wk n/a
4 cu. yrd. 1 x Wk $ 171.77 65Gal Barrel 4 x Wk n/a
4 cu. yrd. 2 x Wk $ 325.27 65Gal Barrel 5 x Wk n/a
4 cu. yrd. 3 x Wk $ 478.75
4 cu. yrd. 4 x Wk $ 630.74 Commercial Food Waste
4 cu. yrd. 5 x Wk $ 782.71 Size Freq
4 cu. yrd. 6 x Wk 1,353.70$ 2 cu. yrd. 1 x Wk $ 263.53
6 cu. yrd. 1 x Wk $ 249.30 2 cu. yrd. 2 x Wk $ 475.26
6 cu. yrd. 2 x Wk $ 475.72 2 cu. yrd. 3 x Wk $ 670.32
6 cu. yrd. 3 x Wk $ 703.65 2 cu. yrd. 4 x Wk $ 866.88
6 cu. yrd. 4 x Wk $ 937.71 2 cu. yrd. 5 x Wk 1,095.40$
6 cu. yrd. 5 x Wk 1,151.95$ 2 cu. yrd. 6 x Wk 1,257.62$
6 cu. yrd. 6 x Wk 1,369.23$ 35Gal Barrel 1 x Wk n/a
35Gal Barrel 2 x Wk n/a
Commercial/MF/Resi Recycling Bins 35Gal Barrel 3 x Wk n/a
Size Freq 35Gal Barrel 4 x Wk n/a
All Sizes 1 x Wk $ 53.59 35Gal Barrel 5 x Wk n/a
All Sizes 2 x Wk $ 107.17 35Gal Barrel 6 x Wk n/a
All Sizes 3 x Wk $ 160.76 65Gal Barrel 1 x Wk $ 78.46
All Sizes 4 x Wk $ 215.00 65Gal Barrel 2 x Wk $ 143.25
All Sizes 5 x Wk $ 268.58 65Gal Barrel 3 x Wk $ 203.65
All Sizes 6 x Wk $ 322.17 65Gal Barrel 4 x Wk $ 264.40
65Gal Barrel 5 x Wk $ 333.63
65Gal Barrel 6 x Wk $ 385.35
Exhibit 1
Packet Page. 1148
Burrtec Waste Industries, Inc
City of San Bernardino
EXHIBIT 1
Current
Rates
Roll-Off - Service Only
- All Refuse Permanent - Plus Disposal 381.73$
- All Refuse Temporary 615.90$
incl Disp
- All Recycling (Different Materials) - Plus Disposal 381.73$
- Waste to Energy - Plus Disposal n/a
Roll Off Retractable Lid Monthly Rental Fee n/a
Receiver n/a
Compactor Box n/a
Water Reclamation 131.00$
Miscellaneous RO Compactor Repair (per hour) 76.21$
Compactor Cleaning (each/single occurrence) 151.90$
Dry Run / Relocate Roll Offs (Perm & Temp) 85.44$
Roll Off Daily Rental Fee (Perm & Temp) 42.03$
Stand By / Roll-Back Roll Offs (Perm & Temp) 154.58$
per occurrence in excess of 15 min
End Dump Service (per Hour) n/a
Certificate of Destruction 127.03$
Residential/Commercial
- Barrel Exchange (first Exchange free) charge does not apply to graffiti 17.24$
or damaged barrels
Commercial
- Barrel Replacement comml-lost or stolen 85.16$
Bin Services
- Bin Exchange (first Exchange free) charge does not apply to graffiti 86.22$
or damaged bins
- Bin Replacement + actual cost of bin comml-lost or stolen 93.98$
Bin Enclosure Cleaning (each/single occurrence) 42.33$
Bin Steam Cleaning (each/single occurrence) 42.33$
Pull Out Service - Backyard Barrel Frail/Handicap (Resi/MH/MF) N/C
Extra Trash Barrel (Resi/MF/MH/Commercial) 14.77$
Extra Recycling Barrel (Resi/MF/MH/) N/C
Extra Recycling Barrel (Com) 26.98$
Extra Green Waste Barrel (Resi/MF only) 12.93$
Pull Out Service - Bin (1-6 Yard) x1 76.63$
Temporary Bin (3 Yrd) - 7 Day use 78.60$
Temp Bin Dump and Return 78.60$
Clean-Up Service (per 15 min) 41.27$
Recycling Contamination Barrel n/a
Recycling Contamination (each bin) 67.20$
Extra Pick-Ups Bins - On Service Day
1 & 2 Yard (Trash/Recyc)28.80$
3 Yard (Trash/Recyc) 31.32$
4 Yard (Trash/Recyc) 34.31$
6 Yard (Trash/Recyc) 40.65$
Extra Pick-Ups All Bins - On Non-Service Day (Trash) 51.25$
Extra Pick-Ups All Bins - On Non-Service Day (Recyc) 39.87$
Extra Pick-Ups Compactors (Trash)
2 Yard 31.32$
3 & 4 Yard 34.31$
Extra Pick-Up Barrel - Residential/Mobile Home $ 1 0.56
Extra Pick-Ups FW Bins $ 9 9.73
Extra Pick-Ups Barrel - FW $ 2 9.69
Tilhopper (3 yd) $ 3 4.18
Lock $ 2 0.16
Late set-out fee $ 3 2.74
Late Fee 1.5%
Shopping cart retrieval $ 2 5.00
Additional Services
Exhibit 1
Packet Page. 1149
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 1 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
By and Between
THE CITY OF SAN BERNARDINO
and
BURRTEC WASTE INDUSTRIES, INC.
Packet Page. 1150
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 2 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
This page intentionally left blank.
Packet Page. 1151
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 3 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
TABLE OF CONTENTS
RECITALS 5
Section 1. Definitions 7
Section 2. Grant of Franchise 14
Section 3. Contractor’s Payments, Reimbursements, and Additional Revenues to City 17
Section 4. Term and Term Extensions 21
Section 5. Warranties and Representations 22
Section 6. Types and Frequency of Service 25
Section 7. SFD Collection Service 31
Section 8. MFD Collection Services 35
Section 9. Commercial Collection Service 36
Section 10. Collection Service for City Service Units 39
Section 11. Street Sweeping 41
Section 12. Right-of-Way Clean-Up Service 46
Section 13. Collection Routes 49
Section 14. Public Outreach Services. 50
Section 15. Collection Equipment 52
Section 16. Hiring of Displaced City Employees and Local Recruiting 57
Section 17. Privacy 58
Section 18. Service Exceptions; Hazardous Waste 58
Section 19. Customer Service 59
Section 20. Ownership of Solid Waste, Recyclable Materials, Organic Waste and
Construction and Demolition Materials 60
Packet Page. 1152
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 4 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Section 21. Customer Rates and Billing Procedures 60
Section 22. Contractor’s Books and Records; Audits 65
Section 23. Integrated Waste Management Act; Reporting Requirements 65
Section 24. Activities and Financial Reports; Adverse Information 66
Section 25. Indemnification and Insurance 71
Section 26. Performance Bonds 75
Section 27. Emergency Service 76
Section 28. Administrative Remedies; Imposition of Damages; Termination 77
Section 29. Referral to Referee; Hearing Procedures 80
Section 30. City’s Additional Remedies 83
Section 31. Billing Audit and Performance Reviews 87
Section 32. Franchise Transfer; City Consent; Fees 89
Section 33. General Provisions 90
Exhibit 1 Maximum Permitted Service Rates 95
Exhibit 2 City Facilities 99
Exhibit 3 Contractor’s Facilities 103
Exhibit 4 City Sponsored Events 105
Exhibit 5 Transition Plan 107
Exhibit 6 Public Education & Outreach Plan 111
Exhibit 7 Diversion Plan 113
Exhibit 8 Customer Service Plan 117
Exhibit 10 Displaced City Employee Compensation Minimum Requirements 123
Exhibit 11 Contractor’s Subcontractors 125
Packet Page. 1153
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 5 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
This Exclusive Franchise Agreement for Integrated Solid Waste Collection, Processing, and
Disposal Services (“Agreement”) is hereby entered into by and between the City of San
Bernardino, a California Charter City and a municipal corporation organized under the
Constitution and laws of the State of California (“City”), and Burrtec Waste Industries, Inc. a
California corporation organized under the laws of the State of California (“Contractor”), and is
made on the terms and conditions provided below:
RECITALS
WHEREAS, Article XI, § 7 of the California Constitution authorizes cities to protect public
health and safety by taking measures in furtherance of their authority over police and sanitary
matters; and
WHEREAS, the Legislature of the State of California, by enactment of the California
Integrated Waste Management Act of 1989, (“AB 939” or the “Act”) established a Solid Waste
management process which requires cities and other local jurisdictions to implement plans for
source reduction, reuse and recycling as integrated waste management practices for Solid
Waste attributed to sources within their respective jurisdictions; and
WHEREAS, the Legislature of the State of California, by enactment of its California
Global Warming Solutions Act of 2006 (“AB 32”), requires that commercial generators statewide
participate in recycling programs; and
WHEREAS, the Legislature of the State of California, by enactment of Assembly Bill 341
(“AB 341”) adopted a goal that seventy-five percent of solid waste generated state-wide be
diverted from landfill by the year 2020. Furthermore, AB 341 requires that each commercial
solid waste generator, including multi-family dwellings of five or more units, provide for recycling
programs, and each City or County implement recycling programs for commercial solid waste
generators, including multi-family dwellings of five or more units; and
WHEREAS, the Legislature of the State of California, by enactment of Assembly Bill
1594 (“AB 1594”) eliminates cities and counties from receiving landfill diversion credit from
green waste used being used as Alternative Daily Cover effective January 1, 2020; and
WHEREAS, the Legislature of the State of California, by enactment of Assembly Bill
1826 (“AB 1826”) adopted requirements for each commercial solid waste generator, including
multi-family dwellings of five or more units, to provide for organics recycling programs, and for
each City or County to implement organics recycling programs for commercial solid waste
generators, including multi-family dwellings of five or more units by April 1, 2016; and
Packet Page. 1154
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 6 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
WHEREAS, California Public Resources Code § 40059 provides that aspects of Solid
Waste handling of local concern include but are not limited to frequency of collection, means of
collection and transportation, level of services, charges and fees, and nature, location and
extent of providing solid waste services, and whether the services are to be provided by means
of nonexclusive, partially exclusive or wholly exclusive franchise, contract, license or otherwise
which may be granted by local government under terms and conditions prescribed by the
governing body of the local agency; and
WHEREAS, City is obligated to protect the public health and safety of the residents and
businesses of the City of San Bernardino and arrangements made by solid waste enterprises
and recyclers for the collection of residential and commercial Solid Wastes should be made in a
manner consistent with the exercise of the City’s police power for the protection of public health
and safety; and
WHEREAS, City and Contractor are mindful of the provisions of the laws governing the
safe collection, transport, recycling and disposal of residential and commercial Solid Waste,
including AB 939, the Resource Conservation and Recovery Act (“RCRA”), 42 U.S.C. §§ 6901
et seq., the Comprehensive Environmental Response, Compensation and Liability Act
(“CERCLA”), 42 U.S.C. §§ 9601 et seq.; the Electronic Waste Recycling Act of 2003 (SB 20,
Sher, Chapter 526, Statutes of 2003; SB 50, Sher, Chapter 863, Statutes of 2004; AB 575,
Wolke, Chapter 59, Statutes of 2011), laws governing Universal Waste, including, but not limited
to, Universal Waste Electronics Devices (“UWED”), non-empty aerosol cans, fluorescent tubes,
high intensity discharge lamps, sodium vapor lamps, and any other lamp exhibiting a
characteristic of a hazardous waste, batteries (rechargeable nickel-cadmium batteries, silver
button batteries, mercury batteries, small sealed lead acid batteries [burglar alarm and
emergency light batteries] alkaline batteries, carbon-zinc batteries and any other batteries which
exhibit the characteristic of a hazardous waste), mercury thermometers, mercury-containing
switches; and
WHEREAS, City and Contractor desire to leave no doubts as to their respective roles
and to make it clear that by entering into this Agreement, City is not thereby becoming a
“generator” or an “arranger” as those terms are used in the context of CERCLA § 107(a)(3) and
that it is Contractor, an independent entity, not City, which will arrange to collect Solid Waste
from SFD, MFD, City and Commercial Service Units in the City, transport for recycling and
disposal and dispose of Solid Wastes which may contain small amounts of household products
with the characteristics of hazardous wastes, collect and compost Organic Waste and collect
and recycle Recyclable Materials from SFD, MFD, City, and Commercial Service Units in the
City, and collect and recycle or dispose of Construction and Demolition Materials; and
Packet Page. 1155
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 7 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
WHEREAS, there are no places within the City limits of the City of San Bernardino
where active landfills for disposal are located, or which are suitable for the siting of a landfill and
therefore Solid Waste must be exported from the City; and
WHEREAS, City and Contractor agree that Contractor, not City, will select the landfill or
transformation facility destination of the non-recyclable residential and commercial Solid Waste
and Construction and Demolition Materials which Contractor will arrange to collect, that City has
not, and by this Agreement does not, instruct Contractor on its collection methods, nor
supervise Contractor in the collection of waste and nothing in this Agreement or other action of
the City shall be construed to give rise to any inference that the City has any title, ownership or
right of possession of such Solid Waste; and
WHEREAS, Contractor represents and warrants to City that Contractor has the
experience and qualifications to conduct recycling and waste diversion programs, to provide
City with information sufficient to meet the City’s reporting requirements to CalRecycle and other
agencies under the Act, to meet City’s other requirements under the Act, to arrange with
persons in charge of day-to-day activities of Service Units in the City for the collection, safe
transport and disposal of Solid Wastes which may contain small amounts of household products
with the characteristics of Hazardous Wastes, in a safe manner which shall minimize the
adverse effects of collection vehicles on air quality and traffic, and that Contractor has the ability
to indemnify City in accordance with this Agreement; and
WHEREAS, the City Council of the City of San Bernardino determines and finds
pursuant to California Public Resources Code § 40059(a)(1) that the public interest, health,
safety and well-being, including the minimization of adverse impacts on air quality and traffic
from excessive numbers of collection vehicles, the implementation of measures consistent with
the City’s Source Reduction and Recycling Component, and in an effort to reduce the City’s
potential CERCLA liability, would be served if Contractor were to be awarded an exclusive
Franchise for collection, recycling, diversion and disposal of Solid Waste from Service Units in
the City of San Bernardino.
NOW, THEREFORE, the City and Contractor, agree as follows:
Section 1. Definitions
Whenever any term used in this Agreement has been defined by the Municipal Code of
the City of San Bernardino (“Municipal Code”) or Division 30, Part 1, Chapter 2 of the California
Public Resources Code, the definitions in the Municipal Code or Public Resources Code shall
apply unless the term is otherwise defined in this Agreement. For purposes of this Agreement
the following definitions apply:
Packet Page. 1156
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 8 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
1.1 “AB 341” means State of California Assembly Bill No. 341 approved October 5,
2011. AB 341 requires businesses, defined to include commercial or public entities that
generate more than 4 cubic yards of commercial solid waste per week or multifamily
residential dwellings of 5 units or more to arrange for recycling services, on and after
July 1, 2012. AB 341 requires jurisdictions, on and after July 1, 2012, to implement a
commercial solid waste recycling program.
1.2 “Act” or “AB 939” means the California Integrated Waste Management Act of
1989, codified in part at Public Resources Code §§ 40000 et seq., as it may be amended
and as implemented by the regulations of the California Department of Resources
Recycling and Recovery (CalRecycle), or its successor agency.
1.3 “AB 1594” means State of California Assembly Bill No. 1594 approved September
28, 2014. AB 1594 provides that the use of green material as Alternative Daily Cover
does not constitute diversion through recycling and would be considered disposal.
1.4 “AB 1826” means State of California Assembly Bill No. 1826 approved September
28, 2014. AB 1826 requires each jurisdiction, on and after January 1, 2016, to implement
an organic waste recycling program to divert organic waste from businesses. Each
business meeting specific organic waste or solid waste generation thresholds phased in
from April 1, 2016 to January 1, 2020 is required to arrange for organic waste recycling
services.
1.5 “ADC” or “Alternative Daily Cover” means cover material used to cover
compacted Solid Waste in a Disposal Site, other than at least six (6) inches of earthen
material, placed on the surface of the active face of the Solid Waste fill area at the end of
each operating day to control vectors, fires, odors, blowing litter, and scavenging, as
defined in Section 20164 of the California Code of Regulations as may be amended from
time to time
1.6 “Agreement” or “Franchise Agreement” means this written Agreement between
the City and Contractor, and all exhibits. See Section 2, below.
1.7 “Agreement Year” means each twelve (12) month period from April 1st to March
31st of each year beginning on the Service Commencement Date.
1.8 “Bin” or “Bins” means those 2, 3, 4, and 6 cubic yard containers provided by
Contractor for the collection of Solid Waste, Recyclable Material and Organic Waste.
1.9 “Bulky Waste” means large and small household appliances, furniture, carpet,
mattresses, white goods, brown goods, clothing, automobile tires, and oversized yard
waste such as tree trunks and large branches if no larger than two feet in diameter and
four feet in length and similar large items discarded by residential Service Recipients.
Bulky Waste is a form of Solid Waste when discarded by the generator into the waste
Packet Page. 1157
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 9 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
stream. The term “Bulky Waste” does not include consumer electronics, such as
televisions, radios, computers, monitors, and the like, which are regarded as Universal
Waste Electronic Devices, the disposal of which is governed by regulation of the
Department of Toxic Substances Control.
1.10 “Business Days” means Monday through Friday, during the hours of 8:00 a.m.,
through 5:00 p.m., except for holidays recognized by City.
1.11 “Cart” or “Carts” means those wheeled containers up to 96-gallon capacity
provided by Contractor for the collection of Organic Waste, Recyclable Materials, and
Solid Waste.
1.12 “City” means the City of San Bernardino, California.
1.13 “City Representative” means the City Manager, or the City Manager’s designee,
authorized to administer and monitor the provisions of this Agreement.
1.14 “City Service Unit” means those City properties or locations as set forth in Exhibit
2, “City Facilities”, which is attached to and included in this Agreement.
1.15 “Commercial Service Unit” means, premises in the City, other than SFD, MFD
and City Service Units, where Solid Waste, Recyclable Materials, and Organic Waste
are generated or accumulated. The term “Commercial Service Unit” includes, but is not
limited to, stores; offices; restaurants; rooming houses; hotels; motels; industrial and
manufacturing, processing, or assembly shops or plants; hospitals, clinics, convalescent
centers and nursing homes (non-medical waste).
1.16 “Commercial Organic Waste” means Green Waste and Food Waste separated at
the source of generation for inclusion in the Commercial Organic Waste Collection
Service program.
1.17 “Integrated Solid Waste Collection, Processing and Disposal Services” means
the collection, transportation, processing, recycling, composting, conversion, retention
and disposal of all Solid Waste, Organic Waste, (including Commercial Organic Waste,
Food Waste, and Green Waste), Recyclable Materials, Construction and Demolition
Materials, Bulky Waste, all as defined in this Agreement, produced, generated and/or
accumulated within the City.
1.18 “Construction and Demolition Materials” or “C&D Materials” means discarded
building materials, “inert wastes” as defined in Public Resources Code § 41821.3(a)(1)
(rock, concrete, brick, sand, soil ceramics and cured asphalt), recyclable construction
and demolition materials, packaging, plaster, drywall, rubble resulting from construction,
remodeling, repair and demolition operations, but does not include asbestos-containing
materials. Construction and Demolition Materials, but not asbestos-containing materials,
Packet Page. 1158
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 10 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
are within the scope of this Agreement, subject to the licensed contractor exception in
Section 2.9, below.
1.19 “Consumer Price Index” or “CPI” means the twelve (12) month annual average
percentage change for the most recent period of January 1st through December 31st,
versus the prior most recent period of January 1st through December 31st, as published
the U.S. Department of Labor, Bureau of Labor Statistics, Series ID: “CUURA421SA0,
Not Seasonally Adjusted, All Items, Los Angeles-Riverside-Orange County, CA.”
1.20 “Container” means Cart, Bin, or Roll-off.
1.21 “Contractor” means Burrtec Waste Industries, Inc. a California corporation, a party
to this Agreement.
1.22 “Displaced City Employee” means an employee of the City as of the Service
Commencement Date who was principally employed in the operation or support of City’s
refuse enterprise (such as drivers, motor sweeper operators, maintenance workers,
customer service representatives, and administrative support) and who would otherwise
be discharged or laid-off as a result of City’s grant of the Franchise to Contractor, or who
has waived their bumping rights under the applicable collective bargaining agreement
and decided to pursue a position offered by Contractor.
1.23 “Disposal Facility” means such place or places specifically designated by the
Contractor as listed in Exhibit 3 for the disposal, or processing as appropriate, of Solid
Waste and other materials as appropriate.
1.24 “Effective Date” means the date by which Contractor and City have approved the
Franchise Agreement (including all attachments) and their respective authorized
representatives have executed the Franchise.
1.25 “Franchise” means the exclusive right and privilege granted by this Agreement.
1.26 “Payments to the City ” means the negotiated payments as listed in Section 3 of
this Agreement that are agreed upon by the City and Contractor in consideration of
City’s grant of the Franchise to Contractor and which, inter alia, is intended to offset the
City’s expenses in administering this Franchise and to compensate City for damage to
its streets, sidewalks, curbs and gutters and other infrastructure resulting from
Contractor’s exercise of this Franchise, the expenses of administering the program for
the Solid Waste stream, reporting requirements under the Act and other related
expenses.
1.27 “Food Waste” means food scraps and trimmings from food preparation, including
but not limited to: meat, fish and dairy waste, fruit and vegetable waste, grain waste,
incidental food packaging and food soiled paper products. Food Waste is synonymous
Packet Page. 1159
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 11 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
with “garbage” as that term is defined by Section 17225.30 of Title 14, California Code of
Regulations.
1.28 “Gross Receipts” means all monies, fees, charges, consideration received or
imputed to Contractor and any Affiliate of Contractor, in connection with, arising from, or
in any way attributable to the services set forth in this Agreement, including services
carried out by any permissible subcontractor hereunder. Gross Receipts include, without
limitation, any franchise fee imposed and collected pursuant to this Agreement. For
purposes of calculating Monthly Franchise Fee Payments, Gross Receipts does not
include revenue from the sale of Recyclable Materials.
1.29 “Green Waste” means leaves, grass clippings, brush, branches and other forms of
organic materials generated from maintenance or alteration of landscapes or gardens
including, but not limited to, yard clippings, leaves, tree trimmings, prunings, brush and
weeds and incidental pieces of scrap lumber, separated from the Solid Waste Stream.
“Green Waste” includes holiday trees (except such trees which are frosted, flocked or
which contain tinsel or metal), but does not include stumps or branches exceeding four
inches (4”) in diameter or four feet (4’) in length, or palm fronds, or yucca, which are not
suitable for composting. “Green Waste” is not a “Recyclable Material” but may be a form
of Solid Waste if discarded into the waste stream.
1.30 “Hazardous Waste” means any waste materials or mixture of wastes defined as a
“hazardous substance” or “hazardous waste” pursuant to the Resource Conservation
and Recovery Act (“RCRA”), 42 U.S.C. §§ 6901 et seq., the Comprehensive
Environmental Response, Compensation and Liability Act (“CERCLA”), 42 U.S.C. §§
9601 et seq., the Carpenter-Presley-Tanner Hazardous Substance Account Act
(“HSAA”), codified at California Health & Safety Code §§ 25300 et seq.; the Electronic
Waste Recycling Act of 2003 (SB 20, Sher, Chapter 526, Statutes of 2003; SB 50, Sher,
Chapter 863, Statutes of 2004; AB 575, Wolke, Chapter 59, Statutes of 2011), laws
governing Universal Waste, including, but not limited to, Universal Waste Electronics
Devices (“UWED”), non-empty aerosol cans, fluorescent tubes, high intensity discharge
lamps, sodium vapor lamps, and any other lamp exhibiting a characteristic of a
hazardous waste, batteries (rechargeable nickel-cadmium batteries, silver button
batteries, mercury batteries, small sealed lead acid batteries [burglar alarm and
emergency light batteries] alkaline batteries, carbon-zinc batteries and any other
batteries which exhibit the characteristic of a hazardous waste), mercury thermometers,
mercury-containing switches, and all future amendments to any of them, or as defined
by CalRecycle or the Department of Toxic Substances Control, or by their respective
successor agencies. If there is a conflict in the definitions employed by two or more
agencies having jurisdiction over hazardous or Solid Waste, the term “Hazardous
Waste” shall be construed to have the broader, more encompassing definition.
Packet Page. 1160
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 12 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
1.31 “Household Hazardous Waste” means dry cell household batteries, cell phones
and PDAs; used motor oil; used oil filters when contained in a sealed plastic bag;
cooking oil; compact fluorescent light bulbs contained in a sealed plastic bag; E-Waste;
cleaning products, pesticides, herbicides, insecticides, painting supplies, automotive
products, solvents, stripes, and adhesives, auto batteries; and Universal Waste
generated at a SFD or MFD Service Unit.
1.32 “Material Recovery Facility” means any facility, selected by the Contractor as
listed in Exhibit 3, designed, operated, and legally permitted for the purpose of
receiving, sorting, processing, storing, or preparing Recyclable Materials for sale.
1.33 “Multi-Family Dwelling Service Unit” or “MFD Service Unit” means a multi-
family dwelling unit such as mobile home parks, apartments, condominiums and town
homes, which utilize Carts, Bins or Roll-offs for the accumulation and collection of Solid
Waste, Recyclable Material, and Organic Waste.
1.34 “Organic Waste” means Green Waste and Food Waste. Organic Waste is a form
of Solid Waste when discarded into the waste stream. The following list may be
modified, by the mutual agreement of City and Contractor memorialized in writing
executed by both Parties. As of the date of execution of this Agreement, Organic Waste
includes, but is not limited to the following:
1.34.1 Plant material (branches, grass clippings, natural Christmas trees, palm
fronds, leaves, shrubbery, tree trimmings, weeds);
1.34.2 Wood (non-toxic wood products without paint and foreign objects of
appropriate size for the container); and,
1.34.3 Food Waste (cooked and uncooked food matter, incidental food
packaging and food soiled paper products for commercial customers).
1.35 “Organic Waste Processing Facility” means any facility selected by the
Contractor as listed in Exhibit 3 that is designed, operated and legally permitted for the
purpose of receiving and processing Organic Waste.
1.36 “Parties” means the City and the Contractor.
1.37 "Residence" or "Residential" means any and all dwelling units, as defined in the
"Land Use Zoning Ordinance" of the City of San Bernardino, and other buildings used for
residential or dwelling purposes.
1.38 “Recyclable Materials” is a part of the waste stream that can be reused or
processed into a form suitable for reuse through reprocessing or remanufacture,
consistent with the requirements of AB 939. The following list may be modified, by the
mutual agreement of City and Contractor memorialized in writing executed by both
Packet Page. 1161
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 13 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Parties. As of the date of execution of this Agreement, Recyclable Materials includes,
but is not limited to the following:
1.38.1 Plastics (all numbered plastics);
1.38.2 Metals (aluminum cans, aluminum foil, empty aerosol cans, pie tins, tin
cans);
1.38.3 Fiber materials (cardboard, cereal boxes, envelopes, file folders, frozen
food boxes, junk mail, magazines, mixed paper, office paper, newspaper,
telephone books, white paper); and,
1.38.4 Glass (all colors of glass jars and bottles, except light bulbs, mirror and
window glass).
1.39 “Roll-off” means those 10 to 40 cubic yard containers that are normally loaded
onto a motor vehicle and transported to an appropriate facility.
1.40 “SB 20” means the Electronic Waste Recycling Act of 2003.
1.41 “Scavenging” means the unauthorized removal of Recyclable Materials from
designated containers and/or place of collection. Scavenging is prohibited by Public
Resources Code § 41950.
1.42 “Service Commencement Date” means April 1, 2016, the date upon which
Contractor becomes solely responsible for providing Integrated Solid Waste Collection,
Processing and Disposal Services to City and within City’s boundaries.
1.43 “Service Recipient” means SFD Service Unit, MFD Service Unit, City Service Unit,
or Commercial Service Unit receiving service by the Contractor as specified by the
Agreement.
1.44 “Service Unit” means SFD Service Units, MFD Service Units, City Service Units,
and Commercial Service Units.
1.45 “Single-Family Dwelling Service Unit” or “SFD Service Unit” generally means a
detached dwelling, or each dwelling unit of a duplex, triplex, or quadplex, a townhouse, a
condominium unit or a mobile home which utilizes Carts, or a Bin or Roll-off for the
accumulation and collection of Solid Waste, Recyclable Material, and Organic Waste.
1.46 “Solid Waste” means and includes any materials defined as “solid waste” by
Section 40191 of the California Public Resources Code, and specifically includes,
without limitation, Construction and Demolition Materials, Recyclable Materials, Organic
Waste, Bulky Waste, and all other non-hazardous materials, excluding Universal Waste,
that are discarded into the waste stream by the generator, or collected in exchange for a
fee or any other consideration, regardless of form or amount.
Packet Page. 1162
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 14 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
1.47 “Temporary Bin or Roll-off Container Collection Service” means collection of a
three (3) cubic yard Bin or ten (10) to forty (40) cubic yard Roll-off container placed in
service by Contractor on a temporary basis for no more than seven (7) days between
collections.
1.48 “Term” means the operative life of this Agreement as stated in Section 4.2, which
is ten (10) years beginning 12:01 am on April 1, 2016 ending 11.59 pm on March 31,
2026.
1.49 “Transition Period” means the period of time between the Effective Date and the
Service Commencement Date.
1.50 “Universal Waste” means and includes, but is not limited to, Universal Waste
Electronic Devices” or “UWEDs,” (i.e., electronic devices subject to the regulation of the
Department of Toxic Substances Control, 23 CCR §§ 66273.1, et seq.), and other
Universal Wastes, including, but not limited to non-empty aerosol cans, fluorescent
tubes, high intensity discharge lamps, sodium vapor lamps, and any other lamp
exhibiting a characteristic of a hazardous waste, batteries (rechargeable nickel-cadmium
batteries, silver button batteries, mercury batteries, small sealed lead acid batteries
[burglar alarm and emergency light batteries] alkaline batteries, carbon-zinc batteries
and any other batteries which exhibit the characteristic of a hazardous waste), mercury
thermometers, mercury-containing switches.
1.51 “Work Days” mean the days Monday through Saturday, during the hours of 5:00
a.m., to 6:00 p.m., which is the general period Contractor provides regular collection
services.
Section 2. Grant of Franchise
2.1 Binding Agreement. In consideration of mutual promises and agreements
made by the Parties and contained in this Agreement the Parties agree to be bound by
the terms and conditions of this Agreement and that this Agreement shall be binding
upon their successors-in-interest.
2.2 Prior Agreements.
2.2.1 Contractor agrees that the agreement between the City and Contractor
titled “Professional Services Agreement For The Processing of Organic
Materials, Recycling Materials and Municipal Non-Recyclable Solid Waste
Between The City Of San Bernardino And Burrtec Waste Industries, Inc.”
dated January 1, 2013 regarding delivery of approximately one half of all City
collected Organic Waste, Recyclable Materials, and non-recyclable Solid Waste
delivered to Contractor’s East Valley Recycling & Transfer Station located at
1150 & 1250 South Tippecanoe Avenue, San Bernardino, CA 92408 is
Packet Page. 1163
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 15 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
terminated and superseded on the Service Commencement date of this
Agreement.
2.2.2 Contractor agrees that the agreement between the City and Jack’s
Disposal Inc. “Agreement Between The City Of San Bernardino And Jack’s
Disposal, Inc. For The Collection, Transportation, And Disposal Of Solid
Waste And Construction Debris And For Provide Temporary Bin/Roll-off
Services” dated May 25, 1995 is terminated and superseded on the Service
Commencement date of this Agreement
2.2.3 Contractor agrees to abide by the tonnage delivery and payment
provisions terms and conditions as required in the agreement between the City
and Republic Services of Southern California, LLC, d.b.a. Inland Regional
Material Recovery Facility (IRMRF”) titled “Professional Services Agreement
For The Processing Of Organic Materials, Recycling Materials And
Municipal Non-Recyclable Solid Waste Between The City Of San
Bernardino And Republic Services of Southern California, LLC.” dated
January 1, 2013 regarding delivery of approximately one half of all City collected
Organic Waste, Recyclable Materials, and non-recyclable Solid Waste delivered
to the IRMRF located at 2059 E. Steel Road, Colton, CA 92324. Until such time
that the agreement between the City and Republic Services of Southern
California, LLC is terminated, Contractor is responsible for all payments due to
Republic Services of Southern California LLC for Organic Waste, Recyclable
Materials, and non-recyclable Solid Waste delivered by Contractor to the IRMRF.
After such time that the agreement between the City and Republic Services of
Southern California, LLC, is terminated, Contractor shall direct all Organic Waste,
Recyclable Materials and Solid Waste collected by Contractor to permitted
facilities as designated by Contractor. Contractor shall not be entitled to any
additional compensation by the City or the City’s rate payers for Organic Waste,
Recyclable Materials, and non-recyclable Solid Waste delivered by Contractor to
the IRMRF, except as may be provided in Section 21.1 of this Agreement.
2.3 Grant of Franchise; Exclusions. Except as expressly called out in this
Agreement, Contractor is hereby granted the exclusive franchise, duty, right and
privilege to control and direct all Solid Waste collected by the Contractor, including
transfer, transport, recycling, processing and disposal of Solid Waste Organic Waste and
Recyclable Materials generated within the boundaries of City subject to the terms and
conditions set forth in this Agreement.
2.4 Exclusive Franchise. Contractor agrees that this Agreement is an “exclusive
franchise” as that term is used in Public Resources Code § 40059.
Packet Page. 1164
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 16 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
2.5 Waiver of Rights. Contractor waives any right it may have to challenge the
terms of this Agreement under federal, state or local law, or administrative regulation,
except as provided in the dispute resolution provisions of Section 28 and Section 29 of
this Agreement.
2.6 Recycling Agent. Contractor is hereby designated the City’s authorized
recycling agent as that term is used in Public Resources Code § 41950.
2.7 C&D Materials. The collection and disposal of Construction and Demolition
Materials from Service Units through the use of Roll-offs or other Bins is within the scope
of this Agreement. Accumulation, collection and recycling or disposal of Construction
and Demolition Materials by a licensed contractor utilizing its own employees and
equipment at its job site is permissible in accordance with the Municipal Code.
2.8 Sale or Gift of Recyclable Materials. This Agreement does not prohibit any
person from selling Recyclable Materials or giving Recyclable Materials away to persons
or entities other than Contractor; however, in either instance: (1) the Recyclable
Materials must be segregated from and not mixed with Solid Waste; and (2) the
seller/donor may not pay the buyer/donee any consideration for collecting, processing or
transporting such Recyclable Materials, or as a consultation or broker’s fee for recycling
services. A discount or reduction in price for collection, disposal and/or recycling
services for any form of unsegregated or segregated Solid Waste is not a sale or
donation of Recyclable Materials and such Solid Waste does not qualify for this
exception.
2.9 Self-Hauling. City Ordinance MC-1346, which modified Section 8.24.285 of the
City’s Municipal Code, permits that a construction contractor may self-haul recyclables
or C&D waste generated by the construction contractor at the job site, utilizing its own
employees and equipment, with the exception of roll-offs or other bins per the Municipal
Code. In addition, San Bernardino Municipal Code section 8.24.010(B) provides that the
City does not limit the right of an individual person, organization, or other entity from
donating, selling or otherwise disposing of recyclable materials, provided that any such
donation, sale or disposal is in accordance with the provisions of Chapter 8.24. In
addition, San Bernardino Municipal Code section 8.24.050(E) provides that any person
in the lawful possession of any property, other than a place of business, is not prevented
from collecting and removing therefrom and, in a vehicle owned or lawfully possessed by
him or her, from transporting any refuse, recyclable discards or green waste naturally
accumulated upon such property so owned or lawfully possessed by him or her. As
such, this Agreement does not prohibit such materials which are removed from any
Service Unit in the City and which are transported personally by the owner or occupant
of such premises to a processing or disposal facility pursuant to the City’s Municipal
Code. This Agreement shall not prohibit gardeners and landscapers from collecting,
Packet Page. 1165
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 17 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
transporting and composting or disposing of Green Waste, as long as they transport
such Green Waste to an Organic Waste Processing Facility, or other site permitted (or
exempt from permitting) by CalRecycle, or its successor agency, in accordance with all
governing laws and regulations and submit reports required by City.
2.10 Annexation. Territory annexed to the City and which is zoned or rezoned for
residential or commercial use and which is not within the service area of another Solid
Waste enterprise which qualifies under Public Resources Code § 49521 to continue to
provide Solid Waste services shall be added to the Service Area covered by this
Agreement. In the event that an annexed area is added to the Service Area, City and
Contractor agree that this Agreement shall supersede any previous franchise
agreement, permit, or license granted to Contractor by another public entity with respect
to the collection of Solid Waste Recyclable Materials, Bulky Waste and Organic Waste
within the annexed area. In the event that an annexed area is within the service area of
another Solid Waste enterprise which qualifies under Public Resources Code § 49521,
City shall, within 30 calendar days of the effective date of annexation or at such time as
may otherwise be required by law, mail a certified return receipt letter to the current Solid
Waste enterprise informing them of the commencement of the five (5) year wind down
notification per Public Resources Code § 49521.
2.11 Other Services; Niche Recycling Services. City reserves the right to enter into
agreements with other entities for other collection, diversion and recycling services not
provided for in this Agreement, including, but not limited to catch basin clean-outs,
contract services and “niche” recycling services which Contractor does not currently
provide. In the event the City wishes, to provide a niche recycling service, e.g., collection
of water heaters, in residential or commercial areas, Contractor shall have the initial
opportunity to provide such niche recycling service at an agreed upon rate by the City
and the Contractor.
Section 3. Contractor’s Payments, Reimbursements, and Additional Revenues to City
3.1 Contractor’s Payments to City. In consideration of City’s grant of the
Franchise, Contractor shall pay and/or reimburse, as the case may be as provided in this
Section 3, City in good and immediately available funds in United States Dollars.
3.2 Purchase of City-Owned Equipment/Personal Property. Contractor shall
purchase all of City’s equipment/personal property utilized in City’s provision of
Comprehensive Solid Wastes Services, as specified on the “List of City’s
Equipment/Property” attached to this Agreement as Exhibit 9 for Twelve Million Two
Hundred Twenty Five Thousand Dollars ($12,225,000) which represents the
Contractor’s value of the specific equipment/personal property. Conveyance of and
Packet Page. 1166
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 18 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
transfer of title to the personal property shall be effectuated by a Bill of Sale and title
document deposited by City into an escrow and by Contractor’s deposit of the Property
Payment into the escrow. The Parties shall deposit their respective items into escrow
within thirty (30) Business Days after the Effective Date of this Agreement. Escrow shall
close on or before the Service Commencement Date. City represents that, as the date of
conveyance of the equipment/personal property to Contractor, such equipment/personal
property shall be free and clear of liens, encumbrances and of adverse claims of any
kind. In addition, as of the date of conveyance, possession of equipment/personal
property shall be deemed as being transferred to Contractor.
3.3 Procurement-Related Costs Reimbursement. Within twenty (20) days after
the Service Commencement Date of this Agreement, Contractor shall pay City a
maximum amount not to exceed of Two Hundred Fifty Thousand Dollars
($250,000) as reimbursement for City’s actual procurement-related costs in undertaking
the request for proposal process and for the costs it will incur in transitioning
Comprehensive Solid Waste Service to Contractor. Within ten (10) days after the
Service Commencement Date of this Agreement, the City shall provide an invoice to
Contractor specifying the dollar amount incurred by the City for this procurement.
Contractor’s reimbursement payment to the City shall be reduced by the amount of any
payments made directly by Contractor to City authorized consultants assisting with this
procurement.
3.4 Payments to City. For the privileges granted to and conferred upon Contractor
by City under the Agreement, Contractor shall pay to City the amounts set forth below
(“City Payments”), over the Term of this Agreement, unless the Agreement is earlier
terminated or specifically amended to require otherwise:
3.4.1 One-Time, Up-Front Franchise Payment. No later than five (5) business
days prior to Service Commencement Date of this Agreement, Contractor shall
pay City Five Million Dollars ($5,000,000) for the right to assume City services.
If the Five Million Dollars ($5,000,000) payment is not received by March 25,
2016, this Agreement shall be null and void and the City may exercise its rights
for the value of the Performance Bond is Section 26 of this Agreement.
3.4.2 Displaced City Employee Payments. Within 30 days of the Service
Commencement Date, Contractor shall pay Five Hundred Thousand Dollars
($500,000) to Displaced City Employees in a method to be determined by the
City.
3.4.3 Annual Value Added Franchise Payment. Beginning in Agreement
Year 2, Contractor shall pay to City Five Hundred Thousand Dollars
($500,000) each Agreement Year, with the first annual payment due on April 1,
Packet Page. 1167
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 19 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
2017, and each succeeding installment payment due on April 1st of each year
thereafter, with a final payment due on April 1, 2025. The total amount of all
Annual Value Added Franchise Payments shall be Four Million Five Hundred
Thousand Dollars ($4,500,000).
3.4.4 Host Fee Payment. Contractor shall pay the City a Host Fee as follows:
a) Contractor shall make quarterly payments in the amounts as
specified in Sections 3.4.4.c, 3.4.4.d, and 3.4.4.e covering the
periods January 1st – March 31st, April 1st – June 30th, July 1st –
September 30th, and October 1st – December 1st.
b) The Host Fee Payment is due on the last calendar day of the
month following the prior quarter for services rendered, unless
such day is a weekend or holiday, then the Host Fee Payment is
due the next Business Day.
c) For the period covering July 1, 2017 through December 31, 2017,
the Host Fee Payment shall be Eighty One Thousand Two
Hundred Fifty Dollars ($81,250).
d) For the period covering January 1, 2018 through March 31, 2018,
the Host Fee Payment shall be Eighty One Thousand Two
Hundred Fifty Dollars ($81,250).
e) Beginning April 1, 2018 and thereafter, Contractor shall pay to City
Three Hundred Twenty Five Thousand Dollars ($325,000) each
Agreement Year during the Term of this Agreement, and as the
Term may be extended.
f) The Host Fee payment is based on an initial Two Dollars ($2.00)
per ton applicable on City Solid Waste and Green Waste tonnage
delivered to the East Valley Recycling & Transfer Station. The
dollar amounts specified in Sections 3.4.4.c, 3.4.4.d, and 3.4.4.e
are the amounts to be paid by Contractor. In addition, Contractor
shall pay the City a higher amount if the actual annual tonnage
delivered to the East Valley Recycling & Transfer Station when
multiplied by a City approved per ton Host Fee results in a higher
dollar amount. Contractor shall also pay the City a Host Fee for
non-City Solid Waste and Green Waste tonnages delivered to the
East Valley Recycling & Transfer Station that may be subject to an
Packet Page. 1168
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 20 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
approved City Host Fee, provided that the non-City jurisdictions
have agreed to pay the Host Fee amount. Reconciliation of actual
tons received and any increased payments to be made to the City
for the prior calendar year will be on the subsequent April 1st
payment period. The Host Fee Payment will increase in the same
amount as any change to the Maximum Permissible Service
Rates, and/ or in a percentage amount equivalent to any City
approved Host Fee increase above the initial $2.00 per ton.
3.4.5 Landfill Maintenance Cost Avoidance Payment. Contractor shall pay
to City Five Hundred Thousand Dollars ($500,000) each Agreement Year
during the Term of this Agreement, and as the Term may be extended, in
quarterly payments being due on July 1st, October 1st, January 1st, and April 1st,
with the first quarterly payment being due by July 1, 2016. The Annual Landfill
Maintenance Cost Avoidance Payment will increase in the same amount as any
change to the Maximum Permissible Service Rates.
3.4.6 BioCNG Biofueling Station Payment. Contractor shall pay to City Five
Hundred Thousand Dollars ($500,000) each Agreement Year during the Term
of this Agreement, and as the Term may be extended, in quarterly payments
being due on July 1st, October 1st, January 1st, and April 1st, with the first quarterly
payment being due on July 1, 2016. The BioCNG Biofueling Station Payment will
be a concession payment for Contractor’s use of City owned Biofuel station. If
Contractor wishes to purchase BioFuel, Contractor and City shall enter into a
separate agreement for the purchase of BioFuel.
3.4.7 Infrastructure Repair Fee Payment. Contractor shall pay to City Two
Hundred Fifty Thousand Dollars ($250,000) each Agreement Year during the
Term of this Agreement, and as the Term may be extended, with the first annual
payment due on April 1, 2016, and each succeeding payment due on April 1st of
each year thereafter. The Annual Infrastructure Repair Fee Payment will increase
at the same amount as any change to the Maximum Permissible Service Rates.
3.4.8 Monthly Franchise Fee Payment. Contractor shall pay City the Twenty
Percent (20%) of the total Gross Receipts received by the Contractor for services
provided by the Contractor under the terms of this Agreement. The Monthly
Franchise Fee Payment is due on the last calendar day of the month for services
rendered during the prior month, unless such day is a weekend or holiday, then
the Monthly Franchise Payment is due the next Business Day.
3.4.9 Annual Recyclables Revenue Share Payment. Contractor shall pay
City an amount equal to fifty percent (50%) of net revenue from the sale of
Packet Page. 1169
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 21 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
recyclable materials each calendar year during the Term of this Agreement, and
as the Term may be extended, with the first annual payment due on April 1,
2017, and each succeeding payment due on April 1st of each year thereafter. For
purposes of calculating the Annual Recyclables Share Payments, “net revenue”
shall be the total dollar amount during each agreement Year from the sale of
Recyclable Materials collected and processed by Contractor under the terms of
this Agreement less Contractor’s cost for processing and marketing Recyclable
Materials, and Contractor’s cost for disposal of residual from processing
Recyclable Materials. Contractor shall provide documentation accordance with
Section 24.1.1. to allow the City to verify the amount of the Recyclables Revenue
Share Payments
3.4.10 Final Payments. Any Contractor payments due to the City after March
31, 2016, or March 31, 2031 if this Agreement is extended, shall be made on the
required scheduled day (April 1st for Sections 3.4.4, 3.4.5, 3.4.6, 3.4.7, and 3.4.9,
or last calendar day of the month for Section 3.4.8).
Section 4. Term and Term Extensions
4.1 Effective Date. The Effective Date of this Agreement shall be the date entered
on the first page of this Agreement which is the date by which Contractor and City have
approved the Franchise Agreement (with all exhibits attached) and their respective
authorized representatives have executed the Franchise Agreement.
4.2 Term of Agreement. The term of this Agreement shall begin on April 1, 2016
and shall expire on March 31, 2026, subject to early termination or extension as may
occur pursuant to this Agreement.
4.3 Term Extension. At City’s sole option, City may invite Contractor to meet,
confer, and negotiate regarding one 5-Year extension to this Agreement, provided the
Term has not been earlier terminated or has already been set for early termination, and
Contractor is not then in material breach of the Agreement. The time period to negotiate
any term extension shall commence April 1, 2023, and end no later than March 31,
2024, (“Exclusive Negotiating Period”) All terms and conditions of the Agreement shall
be open to negotiation, but neither Party shall be obligated to agree to an extension of
the Term nor to any modification of the terms and conditions of the Agreement. In the
event, the Parties have not mutually approved an agreement extending the Term by the
end of the Exclusive Negotiating Period, then there shall be no further obligation to meet,
confer, or negotiate with regard to such extension, and City shall have the right to
conduct any solicitation process, negotiate with any other service providers, or to award
or approve a contract to any other service provider or to recommence its own Integrated
Packet Page. 1170
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 22 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Solid Waste Collection, Processing and Disposal Services, as it may deem appropriate
in its sole and absolute discretion.
4.4 Continued Reporting. Section 23, Section 25, and Section 33 of this
Agreement also require Contractor to provide services (e.g., access to landfill destination
information, insurance and indemnification and an insurance policy repository) beyond
the period during which collection services are to be provided pursuant to this
Agreement.
Section 5. Warranties and Representations
Contractor warrants that it shall comply with all applicable laws, including implementing
regulations, as they may be amended, specifically including, but not limited to RCRA, CERCLA,
the AB 939, SB 20, AB 341, AB 1594, AB 1826, laws governing Universal Waste, including, but
not limited to, Universal Waste Electronics Devices (“UWED”), non-empty aerosol cans,
fluorescent tubes, high intensity discharge lamps, sodium vapor lamps, and any other lamp
exhibiting a characteristic of a hazardous waste, batteries (rechargeable nickel-cadmium
batteries, silver button batteries, mercury batteries, small sealed lead acid batteries [burglar
alarm and emergency light batteries] alkaline batteries, carbon-zinc batteries and any other
batteries which exhibit the characteristic of a hazardous waste), mercury thermometers,
mercury-containing switches, regulations and orders of the California Department of Toxic
Substances Control, the California Air Resources Board, CalRecycle, and their respective
successor agencies, and all other applicable laws of the United States, the State of California,
the County of San Bernardino, ordinances of the City, the requirements of Local Enforcement
Agencies and all other agencies with jurisdiction.
5.1 Minimum Diversion Requirements. The continued privilege of Contractor to
provide Integrated Solid Waste Collection, Processing and Disposal Services to City and
within City’s boundaries is subject to the satisfaction of each and all of the conditions set
below, each of which may be waived in whole or in part by City. The Contractor must
achieve all of the following Minimum Requirements. Failure to meet one or more of
these requirements is a material breach of this Agreement and subject Contractor to the
assessment of liquidated damages, early termination, or other remedies provided for
under this Agreement.
5.1.1 Diversion Guarantee. Contractor must achieve a diversion from landfill
rate of thirty-one percent (31%) by December 31, 2016; forty percent (40%) by
December 31, 2020, and fifty-five percent (55%) by December 31, 2025.
5.1.2 The Maximum Permissible Customer Rates contemplates these Diversion
requirements. Should the law change subsequent to the Effective Date of this
Agreement and require higher Diversion rates than provided herein, then
Packet Page. 1171
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 23 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Contractor shall comply with such legally required Diversion rates and may adjust
the Maximum Permissible Customer Rates as provided under Section 21.1.3(c)
“Adjustment Due to Change In Law.” The diversion rate will be calculated as the
tons of materials collected by Contractor from the provision of collection services
that are sold or delivered to a Material Recovery Facility or Organic Waste
Processing Facility, recycler or re-user, net of all residue, as required by this
Agreement, divided by the total tons of materials collected under this Agreement
by Contractor in each 12-month calendar year (January 1st – December 31st).
City may also consider documented third party non-franchised recycling
programs conducted within the City in determining compliance with the Minimum
Diversion Requirements. In calculating the diversion rate, Contractor may include
documentation of Recyclable Materials, Organics, or C&D Materials collected or
backhauled by customers for delivery to an end-use market, re-seller, food bank,
or processing facility. Documentation may include reports, receipts or other
written materials that lists the type of materials and tonnage diverted from the
customers’ place of business that would otherwise have been collected by the
Contractor as ether Solid Waste, Recyclable Materials, Organics, or C&D
Materials.
5.1.3 Failure to Meet Minimum Requirements. Contractor’s failure to meet the
minimum requirements set forth in this Section 5 may result in the imposition of
liquidated damages as specified in Section 30.5 or denial of an extension to this
Agreement as specified in Section 4.3 and City’s exercise of the remedies
provided in Section 28 and Section 30.3. In determining the appropriate remedy,
City will consider the efforts put forth by the Contractor in implementing the
required programs to meet the minimum diversion requirements and the
methods, the level of effort of the Contractor to fully implement the work plans
attached to and included in this Agreement as Exhibits 5 – 8 and the City’s
current Per Capita rate as determined by CalRecycle.
5.1.4 Warranties and Representations. Contractor warrants and represents
that it is aware of and familiar with City's waste stream, and that it has the ability
to and will provide sufficient programs and services to ensure City will meet or
exceed the diversion requirements as set forth in Contractor’s Diversion
Guarantee, as well as the diversion requirements of the Applicable Laws
(including, without limitation, amounts of Solid Waste to be diverted, time frames
for diversion, and any other requirements) governing this Agreement (including
AB 341, AB 939, AB 1594, AB 1826, SB 1016 and all amendments and related
subsequent legislation), and that it shall do so without imposing any costs or fees
other than those set forth in Exhibit 1 (including if new programs are
implemented which are not called out herein). The programs identified herein
Packet Page. 1172
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 24 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
are minimum requirements that must be met, and Contractor shall be responsible
for implementing any other programs that may be necessary to achieve the
forgoing.
5.1.5 Guarantee and Indemnification. Contractor warrants and guarantees that
it will carry out its obligations under this Agreement in a manner consistent with
Applicable Laws including specifically AB 939, AB 341, AB 1594, AB 1826 and
SB 1016, and Contractor’s actions will provide for the City to meet or exceed the
diversion requirements (including, without limitation, amounts of Solid Waste to
be diverted, time frames for diversion, and any other requirements) set forth in
Contractor’s Diversion Guarantee and the Applicable Laws including AB 939, AB
341, AB 1594, AB 1826, and SB 1016 and all amendments thereto. In this
regard Contractor agrees that it will, in addition to any other requirement
contained herein, at its sole cost and expense:
a) To the extent legally permitted, defend, with counsel approved by
City, indemnify, and hold harmless City and City's officials,
employees, and agents from and against all fines and/or penalties
and other liabilities which may be imposed by CalRecycle or any
other regulatory agency if: (1) Contractor fails or refuses to timely
provide information relating to its operations which is required
pursuant to this Agreement or the Applicable Laws and such
failure or refusal prevents or delays City from submitting reports
required by the Applicable Laws including AB 939, AB 341, AB
1594, and AB 1826 in a timely manner; or (2) the source reduction
and Recycling goals, diversion goals, program implementation
requirements, or any other requirements of the Applicable Laws,
including AB 939, AB 341, AB 1594, and AB 1826, are not met
with respect to the waste stream collected under this Agreement;
b) Assist City in responding to inquiries from CalRecycle or any other
regulatory agency;
c) Assist City in preparing for, and participating in, the CalRecycle’s
biannual review of City's SRRE pursuant to Public Resources
Code Section 41825;
d) Assist City in applying for any extension, including under Public
Resources Code Section 41820, if so directed by City;
e) Assist City in any hearing conducted by CalRecycle, or any other
Packet Page. 1173
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 25 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
regulatory agency, relating to City's compliance with the
Applicable Laws including AB 939, AB 341, AB 1594, and AB
1826;
f) Assist City with the development of and implement a public
awareness and education program that is consistent with the
City's SRRE and Household Hazardous Waste Element, as well
as any related requirements of the Applicable Laws;
g) Provide City with Recycling, source reduction, and other technical
assistance as may be needed to comply with the Applicable Laws
including AB 939, AB 341, AB, 1594, and AB 1826;
h) Defend, with counsel acceptable to City, City and City's officials,
employees, and agents against the imposition of fines and/or
penalties, or any other liabilities, issued by CalRecycle pursuant to
the Applicable Laws including AB 939, AB 341, AB 1594 and AB
1826;
i) Be responsible for and pay, any fees, penalties or other costs
imposed against the City by CalRecycle, and indemnify and hold
harmless City from and against any fines, penalties, or other
liabilities, levied against it for violation of the diversion
requirements, set forth in the Applicable Laws for services
provided by Contractor under the terms of this Agreement,
including AB 939, AB 341, AB 1594 and AB 1826, or for violation
of any other provision of the Applicable Laws, including AB 939,
AB 341, AB 1594 and AB 1826, arising from or in any way related
to Contractor's performance of its obligations under this
Agreement.
Section 6. Types and Frequency of Service
6.1 Public Health and Safety - General. In order to protect the public health and
safety, arrangements made by Contractor with its Service Recipients within the City for
the collection of Solid Waste shall provide for the collection of such waste generated or
accumulated in Service Units within the City at least once per week, on the regular
collection day, or more frequently as Contractor and its customers may agree.
6.2 Hours of Collection. Subject to the exceptions in Section 6.5, Contractor
agrees that, in order to protect the quiet enjoyment of residents of the City, Contractor’s
Packet Page. 1174
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 26 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
collection of Solid Waste, Recyclable Material, and Organic Waste from SFD Service
Units shall take place Mondays through Fridays and shall be made between the hours of
5 a.m. and 6 p.m. SFD collection may occur on Saturdays following an observed holiday.
MFD and Commercial/Industrial Solid Waste, Recyclable Material, and Organic Waste
collection shall take place Monday through Saturday between the hours of 5 a.m. and
6 p.m. City collection service shall be provided between the hours of 5 a.m. and 6 p.m.,
Monday through Saturday. The hours, days, or both of collection may be extended with
the prior written consent of the City Representative.
6.2.1 Restricted Hours. The City may direct Contractor to restrict the
collection hours in areas around schools and in high traffic areas during peak
commute hours. When the City is conducting road overlay or slurry projects, the
City reserves the right to temporarily redirect or restrict Contractor from collection
in the affected areas or temporarily change the collection hours if needed. The
hours of collection may be extended due to extraordinary circumstances or
conditions with the prior written consent of the City Representative.
6.3 Service Units. Service Units shall include all the following categories of
premises which are in the service area as of the Service Commencement Date, and all
such premises which may be added to the service area by means of annexation, new
construction, or as otherwise set forth in this Agreement during term of this Agreement:
6.3.1 SFD Service Units
6.3.2 MFD Service Units
6.3.3 Commercial Service Units
6.3.4 City Service Units
Any question as to whether a premises falls within one of these categories shall be
determined by the City Representative and the determination of the City Representative
shall be final.
6.4 Service Unit Changes. City and Contractor acknowledge that during the Term
of this Agreement it may be necessary or desirable to add or delete Service Units for
which Contractor will provide collection services.
6.4.1 Additions and Deletions. Contractor shall provide services described in
this Agreement to new Service Units within five (5) work days of receipt of notice
from City or new Service Unit to begin such service.
6.5 Holiday Service. Contractor observes January 1st, Memorial Day, 4th of July,
Labor Day, Thanksgiving Day, and December 25th as legal holidays. Contractor shall not
provide collection service on these designated holidays. In any week in which one of
Packet Page. 1175
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 27 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
these holidays falls on a work day, Service Unit collection service for the holiday and
each work day thereafter will be delayed one work day for the remainder of the week
with normally scheduled Friday collection services being performed on Saturday. MFD,
commercial and City collection service shall be adjusted as agreed between the
Contractor and the Service Recipient.
6.6 Processing and Disposal.
6.6.1 Compliance with Regulations. All materials collected under this
Agreement shall be delivered to facilities that comply with the Department of
Resources Recycling and Recovery regulations under Title 14, Chapter 3,
Minimum Standards for Solid Waste, Recyclable Material, and Organic Waste
Handling and Disposal (Article 5.9 – Sections 17380-17386). Contractor, and not
the City, must assure that all disposal, transfer, and processing facilities are
properly permitted to receive material collected under this Agreement. Failure to
comply with this provision is a material breach of the Agreement and may result
in the imposition of liquidated damages as specified in Section 30.5 of this
Agreement, and subject Contractor to the remedies provided in Section 28 and
Section 30.
6.6.2 Permits and Approvals. Contractor must assure that all facilities selected
by Contractor shall possess all permits and approvals by local enforcement
agencies to be in full compliance with all regulatory agencies to conduct all
operations at the approved location. Contractor shall, upon written request from
the City, arrange for the facilities selected by the Contractor to provide copies of
facility permits, notices of violations, inspection areas or concerns, or
administrative action to correct deficiencies related to the operation. Failure to
provide facility information is a material breach of this Agreement and may result
in the imposition of liquidated damages as specified in Section 30.5 and subject
Contractor to the remedies provided in Section 28 and Section 30.
6.6.3 Disposal Facility. Beginning on the Service Commencement Date, except
as set forth below, all Solid Waste collected as a result of performing collection
services shall be timely transported to a fully permitted Disposal Facility as
designated by Contractor, in accordance with applicable law. In the event the
Disposal Facility is closed on a work day, the Contractor shall transport and
dispose of the Solid Waste at such other legally permitted disposal facility.
Failure to comply with this provision is a material breach of this Agreement and
may result in the imposition of liquidated damages as specified in Section 30.5 of
this Agreement and may subject Contractor to the remedies provided in Section
28 and Section 30.
Packet Page. 1176
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 28 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
6.6.4 Organic Waste Processing Facility. Beginning on the Service
Commencement Date, Contractor shall timely deliver all collected Organic Waste
to a fully permitted Organic Waste Processing Facility as designated by
Contractor, in accordance with applicable law. In the event the facility is closed
on a Work Day, the Contractor shall transport and deliver the Organic Waste to
such other legally permitted facility. Contractor shall ensure that all Organic
Waste collected pursuant to this Agreement, except residue resulting from
processing, is delivered to an Organic Waste Processing Facility that operates in
compliance with diversion and recycling legislation and regulations. Failure to
comply with this provision is a material breach of this Agreement may result in
the imposition of liquidated damages as specified in Section 30.5 of this
Agreement and may subject Contractor to the remedies provided in Section 28
and Section 30.
6.6.5 Material Recovery Facility. Beginning on the Service Commencement
Date all Recyclable Materials collected as a result of performing collections shall
be delivered to a legally permitted Material Recovery Facility (MRF). In the event
the MRF is closed on a work day, the Contractor shall transport and deliver the
Recyclable Material to such other legally permitted MRF. Failure to comply with
this provision may is a material breach of this Agreement and may result in the
imposition of liquidated damages as specified in Section 30.5 of this Agreement
and may subject Contractor to the remedies provided in Section 28 and Section
30.
6.6.6 Transformation Facility. At Contractor’s option, Contractor may direct up
to 10% of the City’s total waste stream to a waste-to-energy facility for diversion
purposes provided that such diversion is allowable and deemed to be diversion
by CalRecycle. Contractor is not entitled to any additional compensation
associated with Contractor’s use of any Transformation Facility unless the City
specifically directs Contractor to use a Transformation Facility.
6.6.7 Use of ADC (ADC). Contractor may utilize ADC for diversion of Green
Waste provided that such diversion is allowable and deemed to be diversion by
CalRecycle and higher use of Green Waste is not feasible.
6.7 Inspections. The City shall have the right to inspect the Contractor’s facilities or
collection vehicles and their contents at any time while operating inside or outside the
City.
6.8 Commingling of Materials.
6.8.1 Source Separated Organic Waste and Recyclable Materials. Contractor
shall not at any time collect source separated Organic Waste or source
Packet Page. 1177
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 29 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
separated Recyclable Materials with any Solid Waste collected pursuant to this
Agreement, without the express prior written authorization of the City
Representative.
6.8.2 Organic Waste, Recyclable Material or Solid Waste Collected in City.
Contractor shall not at any time collect any Organics, Recyclable Materials, or
Solid Waste collected pursuant to this Agreement, with any other material
collected by Contractor outside the City without the express prior written
authorization of the City Representative.
6.9 Contamination. Contractor shall only be required to collect Recyclable
Materials if they have been separated by the Service recipient from Solid Waste and
Organic Waste, and shall only be required to collect Organic Waste if it has been
separated by the Service Recipient from Solid Waste and Recyclable Materials. If
Recyclable Materials are commingled with Solid Waste or Organic Waste, or Organic
Waste is commingled with Solid Waste or Recyclables, to the extent that renders the
entire Recyclable Materials or Organic Waste container contaminated, then Contractor
will leave the container unemptied along with a non-collection notice which contains
instructions on the proper procedures for setting out Recyclable Materials or Organic
Waste. The Service Recipient has the option of removing the contaminated materials
and the Contractor shall collect the Recyclables Materials or Organic Waste at the next
scheduled collection day for no additional charge. If, however, the Service Recipient
does not remove the contaminated materials, then the Contractor shall collect the
contaminated Recyclable Materials or Organic Waste as Solid Waste on the Service
Recipient’s next regularly scheduled Solid Waste collection day. Contractor may charge
for this service at the applicable Solid Waste collection rate for the type of customer and
size of container as specific in EXHIBIT 1.
6.10 Graffiti Removal
6.10.1 Graffiti Removal from Carts or Bins. If Carts or Bins have been
marked or tagged with graffiti, within 48 hours of being identified by the
Contractor or City, Contractor shall either remove the graffiti or replace any and
all Carts or Bins that have been marked or tagged with graffiti. Contractor shall
not deliver a Cart or Bin with any graffiti visible on the Cart Bin.
6.10.2 Graffiti Removal from Temporary Bins and Roll-offs. If Temporary
Bins or Roll-offs have been marked or tagged with graffiti, by the next regular
scheduled collection day, but no longer than seven (7) calendar days of being
identified by the Contractor or City, Contractor shall either remove the graffiti or
replace any and all Temporary Bins or Roll-offs that have been marked or tagged
Packet Page. 1178
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 30 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
with graffiti. Contractor shall not deliver a Temporary Bin or Roll-off with any
graffiti visible on the Roll-off.
6.11 Spillage and Litter. The Contractor shall use its best efforts to not litter
premises in the process of providing collection service or while its vehicles are on the
road. The Contractor shall transport all materials collected under the terms of this
Agreement in such a manner as to prevent the spilling or blowing of such materials from
a Contractor’s vehicle. The Contractor shall exercise all reasonable care and diligence
in providing collection service so as to prevent spilling or dropping of Solid Waste,
Organic Waste, or Recyclable Materials and shall immediately, at the time of
occurrence, clean up such spilled or dropped materials.
6.11.1 Carelessness of Service Recipient. The Contractor shall not be
responsible for cleaning up unsanitary conditions caused by the carelessness of
the Service Recipient; however, the Contractor shall clean up any material or
residue that are spilled or scattered by the Contractor or its employees.
6.11.2 Liquids from Operations. Equipment oil, hydraulic fluids, spilled paint, or
any other liquid or debris resulting from the Contractor’s operations or equipment
repair shall be covered immediately with an absorptive material and removed
from the surface. When necessary, Contractor shall apply a suitable cleaning
agent to the street surface to provide adequate cleaning. Contractor’s vehicles
shall at all times carry sufficient quantities of petroleum absorbent materials
along with a broom and shovel.
6.11.3 Spillage and Litter from Operations. The above paragraphs
notwithstanding, Contractor shall clean up any spillage or litter caused by
Contractor within two (2) hours upon notice from the City.
6.12 Hazardous Waste.
6.12.1 Hazardous Waste. Under no circumstances shall Contractor’s employees
knowingly collect Hazardous Waste, or remove unsafe or poorly placed
Hazardous Waste, from a collection Container. If Contractor determines that
material placed in any Container for collection is Hazardous Waste, or other
material that may not legally be accepted at the Disposal Facility or one of the
processing facilities, or presents a hazard to Contractor's employees, the
Contractor shall have the right to refuse to accept such material. The generator
shall be contacted by the Contractor and requested to arrange for proper
disposal service. If the generator cannot be reached immediately, the Contractor
shall, before leaving the premises, leave a non-collection notice, which indicates
the reason for refusing to collect the material, and how the Hazardous Waste can
be properly disposed or recycled.
Packet Page. 1179
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 31 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
6.12.2 Notification of City. If Hazardous Waste is found in a collection Container
that poses an imminent danger to people or property, the Contractor shall
immediately notify the City Representative and the City’s Public Safety (Police)
Department. The Contractor shall immediately notify the City of any Hazardous
Waste that has been identified.
6.12.3 Disposal. If Hazardous Waste is identified at the time of delivery to the
Disposal Facility, or one of the processing facilities and the generator cannot be
identified, Contractor shall be solely responsible for handling and arranging
transport and disposition of the Hazardous Waste.
6.13 Regulations and Record Keeping. Contractor shall comply with emergency
notification procedures required by applicable laws and regulatory requirements. All
records required by regulations shall be maintained at the Contractor’s facility. These
records shall include waste manifests, waste inventories, waste characterization records,
inspection records, incident reports, and training records.
6.14 Transition. Contractor understands and agrees that the Transition Period is
intended to provide the Contractor with ample and sufficient time to, among other things,
order equipment, prepare necessary routing schedules and route maps, obtain any
permits and licenses, establish/build facilities, and begin the public awareness campaign
as part of the Contractor’s transition program as specified in Exhibit 5 which is attached
to and included in this Agreement. Contractor shall be responsible for the provision of all
collection services beginning on the Service Commencement Date.
Section 7. SFD Collection Service
In addition to the general requirements in Section 6, these services shall be governed by the
following terms and conditions:
7.1 Conditions of Service. The Contractor shall provide SFD collection service to
all SFD Service Units whose Solid Waste, Organics, or Recyclable Materials are
properly placed in Carts, except as set forth in Section 7.8, Contractor shall offer Solid
Waste Carts in 64 and 96-gallon sizes, and Recyclables Materials and Organic Waste
Carts in 64 or 96-gallon sizes. Contractor may offer alternative services to recipients
receiving on-premise service. If collection in Carts is not sufficient to accommodate the
amount of Solid Waste generated, Contractor may offer Bins or Roll-offs in sizes as
allowable under this Agreement.
7.2 Collection Service. SFD collection shall be done where Solid Waste,
Recyclable Materials, and Organic Waste Carts are placed within two (2) feet of the
curb, swale, or at edge of street pavement for streets without curbs. This shall apply to
Packet Page. 1180
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 32 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
both public and private streets. Contractor may charge for collection at the rates as set
forth in Exhibit 1.
7.2.1 On-Premise Collection Service – Physical Disability. A SFD Service
Recipient, and all other adults living at the Service Unit residing therein, who
have disabilities that prevent him/her from being physically unable to place Carts
at the curb for collection shall receive on-premise collection service where all
Carts are collected from a side-yard, backyard, or other off-street location agreed
on between the Contractor and the Service Recipient. Contractor shall provide
this service at the collection rates as set forth in Exhibit 1.
7.3 Frequency and Scheduling of Service. SFD Solid Waste, Recyclable
Materials and Organic Waste shall be provided one (1) time per week on a scheduled
route basis. SFD collection services shall be scheduled so that a SFD Service Unit
receives SFD Solid Waste collection service and SFD Recyclable Materials collection
service, and SFD Organic Waste collection service on the same Work Day.
7.4 Non-collection. Contractor shall not be required to collect any Solid Waste,
Recyclable Material, or Organic Waste that is not placed in a Cart. In the event of non-
collection, Contractor shall affix to the Cart a non-collection notice explaining why
collection was not made. Contractor shall maintain a copy of such notices during the
term of this Agreement.
7.5 SFD Solid Waste Collection Service. This service will be governed by the
additional following terms and conditions:
7.5.1 Additional Carts. Contractor shall provide additional Carts to SFD Service
Recipients within five (5) working days of request at rates per Exhibit 1, provided
that additional Carts are used by Service Recipients for the purposes of setting
out additional Solid Waste Materials for regular Solid Waste Material collection
service.
7.5.2 Solid Waste - Changes to Work. Should changes in law arise that
necessitate any additions or deletions to the work described herein including the
type of items included as Solid Waste Materials, the parties shall negotiate any
necessary cost changes and shall enter into an Agreement amendment covering
such modifications to the work to be performed and the compensation to be paid
before undertaking any changes or revisions to such work.
7.6 SFD Recyclable Materials Collection Service. This service will be governed by
the additional following terms and conditions:
7.6.1 Additional Carts. Contractor shall provide additional Carts to SFD Service
Recipients within five (5) working days of request at no additional cost provided
Packet Page. 1181
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 33 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
that additional Carts are used by Service Recipients for the purposes of setting
out additional Recyclable Materials for regular Recyclable Material collection
service.
7.6.2 Recycling - Changes to Work. Should changes in law arise that
necessitate any additions or deletions to the work described herein including the
type of items included as Recyclable Materials, the parties shall negotiate any
necessary cost changes and shall enter into an Agreement amendment covering
such modifications to the work to be performed and the compensation to be paid
before undertaking any changes or revisions to such work.
7.7 SFD Organic Waste Collection Service. In addition to the requirements of
Section 6, this service will be governed by the following terms and conditions:
7.7.1 Organic Waste Processing Services. Contractor shall ensure that all
Organic Waste collected pursuant to this Agreement are diverted from the landfill
in accordance with AB 939 and any subsequent or other applicable legislation
and regulations. Contractor reserves the right to dispose, rather than divert, any
Organic Waste that is contaminated to an extent it is not suitable for processing.
7.7.2 Organic Waste Disposal. Contractor shall ensure that the Organic Waste
collected pursuant to this Agreement is not disposed of in a landfill, except as a
residue resulting from processing. For purposes of this Agreement, the
application of Organic Waste as Alternative Daily Cover (“ADC”) shall not
constitute disposal, so long as, it is applied in accordance with standards
adopted by the State of California and is allowable under AB 1594.
7.7.3 Additional Organic Waste Carts. Contractor shall provide additional SFD
Organic Waste Carts to SFD Service Recipients within five (5) working days of
request. Contractor shall be compensated for the cost of additional Organic
Waste Carts in accordance with the “Additional Organic Waste Cart” Service
Rate as set forth in Exhibit 1 or as may be adjusted under the terms of this
Agreement.
7.7.4 Holiday Tree Collection Service. Contractor shall collect Holiday Trees
from all SFD Service Units as part of the SFD Organic Waste collection services.
Contractor shall provide this service beginning on the first work day after
December 25 until the end of the second collection week in January, or dates
approved by the City.
a) Contaminated Holiday Trees. Holiday trees that are flocked contain tinsel
or other decorations or that do not have their stands removed may be
delivered to the Disposal Facility at the discretion of the Contractor.
Packet Page. 1182
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 34 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
b) Trees must be no taller than six (6) feet in length. Trees taller than six (6)
feet in length must be cut in half for safe collection.
7.7.5 SFD Food Waste Collection Service. At such time as State Law
mandates a separate residential Food Waste Program, Contractor and City shall
negotiate the specific program requirements and costs to implement such Food
Waste Program.
7.7.6 Non-collection. Contractor shall not be required to collect any Organic
Waste that is mixed with either Solid Waste, or Recyclable Materials. In the
event of non-collection, Contractor shall affix to the Organic Waste Cart a non-
collection notice explaining why collection was not made. Contractor shall
maintain a copy of such notices during the term of this Agreement.
7.8 On-Call Bulky Waste Collection Service. This service will be governed by the
following terms and conditions:
7.8.1 Conditions of Service. The Contractor shall provide On-Call SFD Bulky
Waste collection service to all SFD Service Units in the service area whose Bulky
Waste have been placed within two (2) feet of the curb, swale, paved surface of
the public or private roadway, closest accessible roadway, or other such location
agreed to by the Contractor and Service Recipient, that will provide safe and
efficient accessibility to the Contractor's collection crew and vehicle. Each SFD
Service Unit in the service area shall be entitled to receive free Bulky Waste
collection service a maximum of two (2) collection times per calendar year, five
(5) items per collection such as a TV, couch, or water heater. Automobile tires
will be limited to two (2) tires per collection request. In accordance with the
“Special Collection” service rate as set in Exhibit 1, Contractor shall be
compensated for the cost of collecting Bulky Waste in excess of two (2) Bulky
Waste collections per year, or more than five (5) items per collection during any
single Bulky Waste collection.
7.8.2 Frequency of Service. SFD Service Recipients must call at least forty-
eight (48) hours in advance to schedule SFD Bulky Waste collection service.
Collection will occur on customer’s next scheduled service collection day.
7.8.3 Bulky Waste Containing Freon. In the event Contractor collects Bulky
Waste that contains Freon, Contractor shall handle such Bulky Waste in a
manner such that the Bulky Waste is not subject to regulation as Hazardous
Waste under applicable state and federal laws or regulations.
7.9 SFD Temporary Collection Service. Upon forty-eight (48) hours request by a
SFD Service Unit, Contractor shall provide a 3 cubic yard Bin or Roll-off at the Service
Unit. Such SFD temporary collection service shall be on a temporary basis not to
Packet Page. 1183
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 35 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
exceed seven (7) days without collection, emptying, and replacement of the Bin or Roll-
off.
7.9.1 Bins or Roll-offs shall be transported by Contractor to an approved
processing facility to achieve maximum diversion.
7.9.2 Charges for temporary Bins Roll-offs shall be in accordance with Exhibit
1 of this Agreement.
7.9.3 The Contractor shall provide SFD temporary collection services with as
little disturbance as possible and shall leave any Bins or Roll-off at a location
without obstructing alleys, roadways, driveways, sidewalks, or mail boxes.
Contractor shall only place Bins or Roll-offs in strict adherence with the City’s
right-of-way requirements and Municipal Code.
Section 8. MFD Collection Services
8.1 MFD collection services for MFD premises utilizing Carts will be governed by all
conditions of service as specified in Section 7 of this Agreement and those MFD
premises utilizing Bins or Roll-offs will be governed by all conditions of service as
specified in this agreement. Contractor may charge for collection at the rates as set
forth in Exhibit 1. In addition, the following additional services shall apply:
8.2 MFD Organic Waste Collection Service. For MFD Service Units utilizing Bins
or Roll-offs for collection, Contractor shall implement any required MFD Organic Waste
Program in accordance with the schedule established under AB 1826.
8.3 On-Call MFD Bulky Waste Collection Service. The Contractor shall provide
on-call MFD Bulky Waste collection service to all MFD Service Units in the service area
whose Bulky Waste have been placed within five (5) feet of the curb, swale, paved
surface of the public or private roadway, closest accessible roadway, or other such
location agreed to by the Contractor and Service Recipient or property manager, that will
provide safe and efficient accessibility to the Contractor's collection crew and vehicle. In
accordance with the “Bulky Waste Collection” service rate as set in Exhibit 1, Contractor
shall be compensated for the cost of collecting MFD Bulky Waste.
8.4 MFD Temporary Collection Service. Upon forty-eight (48) hours request by a
MFD Service Unit, Contractor shall provide a 3 cubic yard Bin or Roll-off at the Service
Unit. Such MFD temporary collection service shall be on a temporary basis not to
exceed seven (7) days without collection, emptying, and replacement of the Bin or Roll-
off.
8.4.1 Bins or Roll-offs shall be transported by Contractor to an approved
processing facility to achieve maximum diversion.
Packet Page. 1184
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 36 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
8.4.2 Charges for temporary Bins Roll-offs shall be in accordance with Exhibit
1 of this Agreement.
8.4.3 The Contractor shall provide MFD temporary collection services with as
little disturbance as possible and shall leave any Bins or Roll-off at a location
without obstructing alleys, roadways, driveways, sidewalks, or mail boxes.
Contractor shall only place Bins or Roll-offs in strict adherence with the City’s
right-of-way requirements and Municipal Code.
Section 9. Commercial Collection Service
9.1 Conditions of Service. The Contractor shall provide commercial Solid Waste
collection service, commercial Recyclable Material collection service, Commercial
Organic Waste collection service, and Commercial Roll-off collection service to all
Commercial Service Units in the service area pursuant to the requirements of Section 6
and this Section 9. Contractor may charge for collection at the rates as set forth in
Exhibit 1. For new customers, and any change in service, Contractor shall have a
written service agreement with each Commercial Service Unit that specifies the services
to be provided and the Maximum Permitted Rates to be charged for the agreed on
services. The service agreement shall reflect any change in services as requested by
the Commercial Service Unit.
9.1.1 Required Container Sizes. Contractor shall offer Solid Waste Carts in 64
and 96-gallon cart sizes, and Recyclable Materials and Organic Waste Carts in
64 or 96-gallon cart sizes. Contractor shall offer Bins in 2, 3, 4, and 6 cubic yard
sizes. Contractor shall offer Roll-offs in 10, 20, and 40 cubic yard sizes.
9.1.2 Required Capacity. Contractor shall provide commercial Recyclable
Materials collection service to all Commercial Service Units in the service area at
no additional cost and Commercial Organic Waste collection service shall be
provided upon subscription. For each Service Unit, Contractor shall offer a
minimum capacity of commercial Recyclable Material collection as requested by
the Service Recipient. The maximum capacity offered shall be measured as the
total cubic yards collected weekly for commercial Solid Waste collection service.
9.1.3 Accessibility. Contractor shall collect all Containers that are readily
accessible to the Contractor's crew and vehicles and not blocked. However,
Contractor shall provide “pull-out services” as necessary during the provision of
commercial collection services. Pull-out services shall include, but not be limited
to moving manually or by a specialized “scout” truck the Containers from their
storage location for collection and returning the Containers to their storage
location and will be charged as outlined in Exhibit 1.
Packet Page. 1185
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 37 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
9.1.4 Manner of Collection. The Contractor shall provide commercial collection
service with as little disturbance as possible and shall leave any Container at the
same point it was originally located without obstructing alleys, roadways,
driveways, sidewalks or mail boxes.
9.1.5 Size and Frequency. The size of the Container and the frequency
(above the minimum) of collection shall be determined between the Service
Recipient and the Contractor provided it meets the City’s development and
permitting requirements. However, the size and frequency shall be sufficient to
provide that no Solid Waste, Recyclable Material, or Organic Waste need be
placed outside the Container. Commercial collection service shall be provided as
deemed necessary and as determined between the Contractor and the customer,
but such service shall be received no less than one (1) time per week with no
exception for holiday(s) as set forth herein, except that collection service
scheduled to fall on a holiday may be rescheduled as determined between the
customer and the Contractor as long as the minimum frequency requirement is
met. Service may be provided by Bin, Cart or Roll-off at the option of the
customer. The Contractor shall provide Solid Waste, Organics Waste, or
Recyclable Materials Containers as part of the commercial collection service
rates set forth in Exhibit 1; however, customers may own their compactor
provided that the customer is completely responsible for its proper maintenance
and such compactor shall be of a type that can be serviced by the Contractor's
equipment.
9.2 Commercial Solid Waste Collection Service. This service shall be governed
by the following additional terms and conditions:
9.2.1 Commercial Solid Waste Overflow. Where Contractor identifies instances
of overfilling of Container, it will document the overfilling through verbal or written
reports and/or digital photography. Contractor will meet with the customer to
review evidence of the overfilling of containers. Where such evidence was
presented to the commercial/industrial account and Contractor documents
another instance of overfilling within one (1) month of such presentation,
Contractor is authorized to charge an overage fee as outlined on Exhibit 1. In
addition, Contractor will contact the customer to discuss the option of delivering a
next larger-sized Container to the commercial/industrial premises.
9.2.2 Non-collection. Contractor shall not be required to collect any commercial
Solid Waste that is not placed in a Cart, Bin, or Roll-off. In the event of non-
collection or material overflow, Contractor shall affix to Cart, Bin, or Roll-off a
non-collection notice explaining why collection was not made.
Packet Page. 1186
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 38 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
9.3 Commercial Recyclable Material Collection Service. This service will be
governed by the following terms and conditions:
9.3.1 Additional Bins or Carts. Contractor shall provide additional Cart, Bin, or
Roll-off to commercial Service Recipients within five (5) days of request provided
that additional Bins and Carts are used by commercial Service Recipients for the
purposes of setting out additional Recyclable Materials for regular weekly
Recyclable Materials collection service. Contractor may charge for additional
Bins or Carts in accordance with EXHIBIT 1.
9.3.2 Recycling - Changes to Work. Should changes in law arise that
necessitate any additions or deletions to the work described herein including the
type of items included as Recyclable Materials, the parties shall negotiate any
necessary cost changes and shall enter into an Agreement amendment covering
such modifications to the work to be performed and the compensation to be paid
before undertaking any changes or revisions to such work.
9.4 Commercial Organic Waste Collection Service. This service shall be provided
on a customer subscription basis and will be governed by the following terms and
conditions:
9.4.1 Conditions of Service. In accordance with the schedule established
under AB 1826, Contractor shall provide Commercial Organic Waste Collection
Service to all Commercial Service Units in the service area who have subscribed
for service and whose Commercial Organic Waste materials are properly placed
in Containers except as set forth below, where the Containers are accessible.
Commercial Organic Waste Collection Service will occur Monday – Friday, and
on Saturdays upon request and as necessary.
9.4.2 Commercial Organic Waste - Changes to Work. Should changes in law
arise that necessitate any additions or deletions to the work described herein
including the types of items included as Organic Waste, the parties shall
negotiate any necessary cost changes and shall enter into an Agreement
amendment covering such modifications to the work to be performed and the
compensation to be paid.
9.5 Commercial Roll-off Collection Service. Upon request of a Commercial
Service Unit, Contractor shall provide a commercial Roll-off collection service on a
temporary basis or permanent basis.
9.5.1 Roll-offs shall be transported by Contractor to an approved processing
facility to achieve maximum diversion.
Packet Page. 1187
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 39 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
9.5.2 Charges for Roll-offs shall be in accordance with Exhibit 1 of this
Agreement.
9.5.3 The Contractor shall provide commercial Roll-off collection services
without obstructing alleys, roadways, driveways, sidewalks, or mail boxes.
Contractor shall only place Roll-offs in strict adherence with the City’s right-of-
way requirements and Municipal Code.
Section 10. Collection Service for City Service Units
10.1 General. Contractor shall provide Solid Waste, Recyclable Material, and
Organic Waste collection services, and Roll-off collection service to City Service Units as
deemed necessary and as determined between the Contractor and the City, but such
service shall be received no less than one (1) time per week. Contractor Service may be
provided by Bin, Cart or Roll-off at the option of the City. Contractor shall offer Solid
Waste Carts in 64 and 96-gallon cart sizes and Bins in 2, 3, 4, and 6 cubic yard sizes,
and Recyclables Materials and Organic Waste Carts in 64 and 96-gallon cart sizes and
Bins in 2, 3, 4, and 6 cubic yard sizes. Contractor shall offer Roll-offs in 10, 20, and 40
cubic yard sizes. The size of the Container and the frequency (above the minimum) of
collection shall be determined between the City and the Contractor. However, size and
frequency shall be sufficient to provide that no Solid Waste, Recyclable Materials, or
Organic Waste needs to be placed outside the Container. City Service Units are listed in
Exhibit 2. Contractor shall not charge for collection of Solid Waste, Recyclable
Materials or Organic Waste generated within the normal course of business.
10.2 Public Containers Collection. Contractor shall provide collection, transportation
and disposal or processing service to those public Solid Waste, Organic Waste or
Recycling Containers in place or placed by the City, or as designated by the City, and
other City properties during the term of this Agreement. Frequency of collection shall be
a maximum of six (6) days per week per Container.
10.3 Accessibility. Contractor shall collect all Carts, Bins and Roll-offs that are
readily accessible to the Contractor's crew and vehicles and not blocked. However,
Contractor shall provide “pull-out services” as necessary during the provision of City
collection services. Pull-out services shall include, but not be limited to, dismounting
from the collection vehicle, moving the Bins or Carts from their enclosure location for
collection and returning the Bins or Carts to their enclosure location.
10.4 Contractor Additional Services. Contractor will provide the following additional
services at no cost to the City:
10.4.1 City Sponsored Events. Contractor shall provide collections services at
City-sponsored events as requested by City. Such services shall be provided in
Packet Page. 1188
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 40 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
such a manner that all collection, processing and disposal needs for the event
are adequately and properly provided for by Contractor. City Sponsored Events
are set forth on Exhibit 4, attached to and included in this Agreement. Contractor
agrees to establish a program under which it will donate free or reduced cost
services as a gesture of corporate good will to charitable or other non-profit
community groups for events sponsored by such groups within the City’s
boundaries.
10.4.2 Neighborhood Watch Program. Contractor shall implement a
neighborhood watch program in cooperation with the City Representative and
City’s Police Chief. The purpose of the program is to enhance the standard of
living in City’s neighborhoods by utilizing Contractor’s drivers and supervisors to
keep a watchful eye out for flagged activities or circumstances. Contractor will
work with City to identify preferred reporting methodologies as well as the
identification of certain problem areas or flagged actives or circumstances.
Contractor will train drivers on how to safely report potential incidents of crime,
vandalism or child safety.
10.4.3 Local Purchase Preference Program. Contractor shall make good faith
efforts to purchase goods and services from businesses located within City’s
boundaries (“San Bernardino Business”) that are reasonably cost effectively able
to supply parts, services or support to Contractor in performing its obligations
under this Agreement.
10.5 Community Development Department Reviews. Contractor, upon City’s
request, shall assist the City in the review of applicants’ plans for projects covered by
Public Resources Code § 42911, including commercial and multi-family projects, to
provide for effective and economical accumulation and collection of Organic Waste,
Recyclable Materials and Solid Waste.
10.6 Enforcement. Contractor and City will take reasonable measures, including, but
not limited to, legal actions (e.g., actions seeking to enjoin scavengers) to discourage
Scavenging of Recyclable Materials from the Solid Waste, Recyclable Material, and
Organic Waste Stream. Contractor agrees to assist the City to further develop or
implement Anti-Scavenging Ordinances, Construction & Demolition Ordinances, and
Mandatory Commercial and Multi-Family Recycling Ordinances to assist in meeting
CalRecycle diversion program requirements, maximize the Exclusive Franchise
provisions of this agreement, and to deter illegal hauling from occurring in the City.
Packet Page. 1189
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 41 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Section 11. Street Sweeping
11.1 Street Sweeping Services. Beginning on the Service Commencement Date,
and continuing until the expiration or termination of this Agreement, Contractor or
Contractor’s subcontractor as listed in Exhibit 11, shall provide street sweeping services
at no additional cost in accordance with the terms and conditions of this Agreement.
11.2 Manner of Service. Contractor shall provide a complete sweep of all publicly
maintained City Streets. Within any curb mile, Contractor shall be responsible for
sweeping all curbs including median islands and the corners from any cross street
intersecting the subject street. Contractor shall obey all laws governing the operation of
the sweepers on a public street, and shall perform its operations so that sweepers are
traversing their routes in the normal direction of traffic.
11.3 Water. Contractor may obtain water from City designed facilities at rates set by
the City for the water necessary in the street sweeping operation within City.
Alternatively, Contractor may make arrangements to obtain water from other water
purveyors within the area at Contractor’s sole cost and expense. To the extent possible,
Contractor shall use reclaimed or recycled water.
11.4 Sweeper Speed. Contractor shall operate the sweepers at a speed of not more
than six (6) miles per hour when sweeping or when the sweeper brooms are down,
unless Contractor can demonstrate that the sweeper can operate efficiently and safely at
a higher speed. City will use NPDES Permits requirements, Environmental Protection
Agency information, generally accepted industry standards, and the sweeper
manufacturer's recommendation on the speed of sweepers when considering speeds
greater than six (6) miles per hour.
11.5 Width of Sweeper Path. Contractor shall sweep a path, with all brooms down,
with a width of not less than eight (8) feet unless parked vehicles, structures, or other
objects prohibit the safe sweeping of this path width. The path shall begin at the face of
the curb, and include the flow line of the gutter. Unless blocked by parked cars or
Containers the face of the curb and gutter shall always be included within the sweeper
path. On those residential streets with no curb, the width of the sweeper path shall be
not less than eight (8) feet measured from the edge of the pavement toward the center
of the street.
11.6 Noise. To protect peace and quiet in service areas, the noise level generated by
street sweepers during normal sweeping shall not exceed a single-event noise level of
eighty-five (85) decibels (dBA) at a distance of twenty-five (25) feet from the street
sweeper measured at an elevation of five (5) feet above ground level. Contractor shall,
upon request, submit to City a certificate of vehicle noise level testing by an independent
Packet Page. 1190
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 42 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
testing entity of any street sweepers used by Contractor in the City, which has been the
subject of more than one noise complaint within any twelve-month period.
11.7 Global Positioning Systems (GPS). Contractor shall provide street sweeping
vehicles with fully functioning on-board GPS systems.
11.8 Frequency and Day of Service.
11.8.1 Residential Streets. Contractor shall provide street sweeping service for
each curb mile of residential streets in the City twice per month on a scheduled
route basis. However, in those instances where the scheduled street sweeping
service day falls on a holiday, Contractor shall provide street sweeping services
on the following scheduled sweeping service day.
11.8.2 Major Arterial Streets. Contractor shall provide street sweeping service
for each curb mile of major arterial streets in the City twice per month on a
scheduled route basis. However, in those instances where the scheduled street
sweeping service day falls on a holiday, Contractor shall provide street sweeping
services on the following scheduled sweeping service day.
11.8.3 Downtown Area Streets. Contractor shall provide street sweeping service
for each curb mile of the downtown area streets in the City twice per month on a
scheduled route basis. However, in those instances where the scheduled street
sweeping service day falls on a holiday, Contractor shall provide street sweeping
services on the following scheduled sweeping service day.
11.8.4 City Owned Parks Parking Lots. Contractor shall provide street sweeping
service for each City owned parks parking lots in the City once monthly on a
scheduled route basis. Parks parking lots shall be swept on the same day of the
month that routine sweeping of the adjoining residential neighborhood takes
place. However, in those instances where the scheduled street sweeping service
day falls on a holiday, Contractor shall provide street sweeping services on the
following scheduled sweeping service day.
11.9 Hours of Service. Contractor shall provide street sweeping service on major
arterial streets commencing no earlier than 4:00 a.m. and terminating no later than 7:00
p.m., Monday through Friday with no service on Saturday (except for holiday service as
set forth in Section 6.5 of this Agreement in which case normal collection hours may be
utilized or as set forth in this Section) or Sunday. The hours, days, or both of service
may be extended due to extraordinary circumstances or conditions with the prior verbal
consent of the City Representative. Sweeping in residential areas shall be coordinated
with collection services to ensure that sweeping occurs after collection of all Carts has
been completed on a specific street.
Packet Page. 1191
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 43 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
11.10 Street Changes. City and Contractor acknowledge that during the term of this
Agreement it may be necessary or desirable to add or delete City streets for which
Contractor will provide street sweeping service. City will provide notification of changes
to Contractor through the customer service system. Conditions which may cause the
City Representative to order a street or an area to be bypassed temporarily include the
following:
11.10.1 Construction or development on or along a street.
11.10.2 Pavement maintenance activities, including the chip seal program or the
slurry seal program.
11.10.3 Inclement weather when running water is in the gutter or street such
that sweeping is ineffective.
11.10.4 Special sweeping on alternative schedule.
11.10.5 Consistent non-compliance of citizens to remove parked cars during
sweep days.
11.10.6 Other legitimate reasons that make sweeping impractical as determined
by the City Representative.
11.11 Street Additions. As new streets are constructed and accepted by City, City
may, at City’s sole option, designate such streets as part of the service area for the
purposes of street sweeping service. If the City Representative designates such streets
as part of the service area (after final cap has been laid down) Contractor shall provide
street sweeping service on such streets under the terms and conditions of this
Agreement within fifteen (15) work days of receipt of notice from the City Representative
to begin service.
11.12 Street Deletions. City may require some City streets to be temporarily or
permanently removed from the list of scheduled streets for which Contractor provides
street sweeping service under this Agreement. Contractor shall immediately cease
providing street sweeping service to any City street upon receipt of notice from the City
Representative to stop such service. When a City street has been temporarily removed
from the list of scheduled streets, Contractor shall resume street sweeping service on
such street in the next regularly scheduled cycle following notification from the City
Representative that normal street conditions exist in order to resume service.
11.13 Revised Maps. Contractor shall revise the street sweeping service route maps
to show the addition or deletion of City streets as provided above and shall provide such
revised maps to the City Representative as requested. The maps shall be provided in a
format that can be posted to the City website.
Packet Page. 1192
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 44 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
11.14 Temporary Changes in Sweeping Schedule. In the event that the City
Representative notifies Contractor not to sweep on a temporary basis, no liquidated
damages will be assessed for failure to sweep such streets. The City Representative
shall notify Contractor of the temporary suspension of service at least one day prior to
the scheduled sweep, except that in the case where the reason for not performing
service is because of inclement weather, the City Representative may notify Contractor
at any time.
11.15 Parking Restrictions. The City shall also notify Contractor of any streets when
permit parking may impact scheduled street sweeping service. Contractor may be
required to adjust sweeping schedule to sweep prior to the parking permit hours’
restrictions.
11.16 Signage. Should the City change street sweeping days, or add street sweeping
signage Contractor shall be responsible for the cost and installation of any such modified
or new signs as directed by the City.
11.17 Hazardous Waste. Contractor shall not be required to remove any Hazardous
Waste from the street surface. If in the course of performing street sweeping services,
any suspected Hazardous Wastes are encountered, Contractor shall immediately report
the location to the San Bernardino Fire Department or any other responsible agency and
to the City Representative.
11.18 Disposal of Sweeper Waste. Contractor shall transport and deliver all sweeper
waste and debris collected as a result of performing street sweeping services to a facility
as listed in Exhibit 3.
11.19 Spillage. During hauling, all sweep waste shall be contained, covered or
enclosed so that leaking, spilling and blowing of the sweep waste is prevented.
Contractor shall be responsible for the immediate cleanup of any spillage caused by
Contractor.
11.20 Street Sweeping Service Routes. Within ten (10) days of the Effective Date of
this Agreement, City shall provide Contractor with a street sweeping database for use in
developing routes and maps. Contractor shall develop the routes and maps using this
data. Within thirty (30) days of receiving City provided route maps, Contractor shall
submit to the City Representative, service area maps, precisely defining the sweeper
routes for review and approval by the City Representative. The route maps shall include
the days of the month sweeping shall occur, the portions of the City to be swept, and any
special needs such as early starts, and late finishes. The City Representative may
provide written comments on the preliminary maps to Contractor no later than ten (10)
work days after receipt of the maps from Contractor. Contractor shall revise the maps to
reflect such comments and return them to the City Representative within ten (10) work
Packet Page. 1193
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 45 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
days after receipt of the City Representative’s comments for City corroboration. Upon
approval by the City Representative of the final sweeper route maps, Contractor shall
develop and maintain the sweeping routes on a computerized mapping system that is
compatible with City’s mapping system to the extent possible. Street sweeping maps
provided to the City shall be in a format that is suitable for posting to the City website.
11.21 Addition or Deletion of City Streets. Changes in maps due to addition and
deletion of certain City streets shall be provided by City, and Contractor shall update the
maps in Contractor’s system every month. Such changes shall also be reflected in
Contractor’s printed route maps.
11.22 Service Route Changes. Contractor shall submit to the City Representative, in
writing, any proposed route change (including maps thereof) not less than forty-five (45)
calendar days prior to the proposed date of implementation. The City Representative
may provide written comments to Contractor on such proposed change no later than ten
(10) work days after receipt of the proposal from Contractor, and Contractor shall revise
the routes to reflect such comments and return them to the City Representative within
ten (10) work days of receipt of such comments, for City corroboration. Contractor shall
not implement any route changes without the prior approval of the City Representative.
If the approved route change will change the day on which street sweeping service will
occur, Contractor shall notify the affected Service Recipients of route changes not less
than thirty (30) work days before the proposed date of implementation in a manner
approved by the City Representative.
11.23 Other City Street Sweeping Service. If during the Term of this Agreement,
circumstances exist which require work associated with the street sweeping service
program that are not specifically provided for in this Agreement, the City Representative
may require Contractor to perform such other associated work (OAW). When Contractor
performs OAW, the labor, materials, and equipment used in the performance of such
work shall be subject to the prior written approval of the City Representative and
charged at an amount agreed to between the City and Contractor. Examples of OAW
that Contractor may be required to perform include: flood clean-up and, construction
clean up services caused private contractors, City requested clean-up services and any
contingency where sweeper and supporting sweeper equipment could assist in a
particular instance.
11.24 Street Sweeping Quality of Work. The standards of performance, which
Contractor is obligated to meet, are those good street sweeping practices, which leave
the serviced area in a debris and dirt free condition.
Packet Page. 1194
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 46 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Section 12. Right-of-Way Clean-Up Service
12.1 Approach. Contractor will perform a proactive and comprehensive Right-of-Way
Clean-Up Services at a high level of cleanliness at the gateway entry points of the City,
Downtown and Civic Center District as well as other designated areas identified by the
City.
12.1.1 Contractor’s Right-of-Way Clean-Up Services will consist of seven (7)
components:
a) Removal of litter, vegetation and accumulated roll-off from City
gateways, alleys, major thoroughfares (including center islands
and landscape medians), and the Downtown District;
b) Removal of memorials
c) Removal of waste generated at homeless/transient encampments;
d) Shopping cart, and tire removal;
e) Storm channel and storm drain cleaning;
f) Metrolink clean-up; and,
g) Warrant abatements, vacant lot clean-ups and illegal dumping
clean-ups.
12.2 Personnel. Contractor will deploy ten (10) maintenance workers and one (1)
maintenance supervisor fulltime to perform Right-of-Way Clean-Up Services. The
workweek of the Right-of-Way Clean-Up crewmembers will be assigned so as to provide
coverage from 6:00 AM to 6:00 PM, Monday through Friday and 6:00 AM to 2:00 PM on
Saturdays.
12.3 Equipment. At a minimum, Contractor will perform this work with no less than
four (4) vehicles, each equipped with a two-way radio, a flashing arrow sign (FAS), ten
(10) 28-inch orange cones with reflective bands, two (2) “Roadwork Ahead” signs, each
equipped with a caution light, and necessary commercial hand tools, including but not
limited to, clippers, hand saws, chainsaw, rakes, brooms, shovels, pitch forks, weed
eaters and personal safety equipment consisting of reflective garments, protective
chainsaw chaps, gloves, helmets and eye and ear protection.
12.4 City Work Orders. Contractor will respond to the City’s written Work Orders for
Right-of-Way Clean-Up Services within two (2) business days. Emergency notifications
Packet Page. 1195
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 47 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
may be directed to Contractor’s division office, which shall then dispatch Contractor’s
Right-of-Way Maintenance Supervisor to the scene for assessment and resolution.
12.5 Diversion. To the extent practical, Contractor will divert from disposal the
materials collected.
12.6 Compensation. Work for components (a) through (f) will be performed at no
additional cost to the City. Work for component (g) will be performed in response to a
duly noticed code enforcement action with the expectation that the property owner will
bear the cost of the service and that if payment is not made, the City will process the
collection as a debt utilizing the County tax bill lien procedure available to it with
compensation due to Contractor when collected by the City.
12.7 Scope of Services for Right-of-Way Clean-Ups
12.7.1 Routine Patrol. Contractor’s Right-of-Way maintenance crews will
complete routine patrols removing all litter, vegetation and accumulated roll-off
from:
a) City gateway entry points and the Downtown and Civic Center
District, once weekly; and,
b) Assigned Right-of-Way routes for major thoroughfares, center
islands and landscaped medians from the centerline of the
roadway in both directions to ten (10) feet off of the road edge,
once every twenty (20) business days; and
c) Any public alley from the centerline in both directions to the
property line as determined by fences, landscaping, changes in
surface material, or line of sight once every twenty (20) business
days.
12.7.2 Removal of Memorials. Within two (2) business days following written
notification from City, Contractor will remove and dispose of memorials, which
shall include but not be limited to trash, bedding and personal effects.
12.7.3 Removal of Homeless Encampments. Subject to the following provisions,
within two (2) business days following written notification from the City,
Contractor will remove and dispose of materials from homeless or transient
encampments, which shall include but not be limited to trash, bedding and
personal effects. In each such case, City will make its Police force available to
Contractor to coordinate the removal of such materials in a lawful manner and in
a manner, which ensures the safety of Contactor’s employees. City will be
responsible for complying with all applicable laws related to the removal of such
Packet Page. 1196
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 48 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
materials. In addition, City agrees to indemnify, defend, protect and hold
harmless Contractor, its officers, employees and assigns from and against all
losses, liabilities, claims, actual damages (including but not limited to special and
consequential damages) and expenses (including but not limited to attorneys’
and expert witness fees and costs incurred in connection with defending against
any of the foregoing or enforcing this indemnity) of any kind whatsoever paid,
incurred or suffered by, or asserted against, Contractor or its officers, employees
or agents arising from or attributable to any act or omission of City or Contractor
or Contractor’s officers, employees or agents in the removal of such materials,
and/or any failure to fully comply with all applicable laws in connection with the
same.
12.7.4 Shopping Cart Removal. Contractor’s Right-of-Way Maintenance Crews
shall remove shopping carts as a part of its routine patrol and upon the written
direction of the City. Contractor will transport shopping carts to its facility and will
attempt to contact the retail outlet from which shopping carts bearing
identification originated. Retail outlets will be given five (5) business days after
notification to retrieve their shopping carts subject to a recovery costs of $25.00
per shopping cart. Unclaimed shopping carts will be recycled.
12.7.5 Storm Channels and Storm Drains. Storm channels identified in a listing
to be provided by City will be cleaned once annually not later than September
1st. Storm drains and drain easements identified in a listing to be provided and
maintained by the City will be cleaned once annually between October 1st and
December 1st.
12.7.6 Metrolink. The Contractor Right-of-Way maintenance crew will visit the
Metrolink Station located at 1204 W. 3rd Street once each week to remove litter
and accumulated debris from the grounds and parking lot. Twice annually, the
Contractor Right-of-Way maintenance crew will patrol the Metrolink rail line within
the City in coordination with Metrolink maintenance services.
12.7.7 Warrant Abatements, Vacant Lot Clean-Ups, Illegal Dumping Clean-Ups.
Within two (2) business days of receipt of a written order of the City’s code
enforcement officer delivered by the City’s Contract Administrator, the Contractor
Right-of-Way maintenance crew will respond to perform clean-up on private
property as part of an enforcement action. Contractor will maintain a record of
hours worked, personnel and equipment utilized, and disposal expenses and
shall issue a bill to the City for the services performed. The City shall follow its
usual collection procedures, which may include causing a lien to be assessed
against the property on the County property tax bill. The City will then
compensate Contractor when the City collects payment.
Packet Page. 1197
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 49 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
12.8 Exceptions. Hazardous or toxic substances, motor vehicles, motor vehicle parts
and objects larger than seven (7) feet in length or weighing more than two hundred (200)
pounds are excluded from the Scope of Services for Right-of-Way Clean-Up.
12.9 Lease of Contractor’s Vehicles. Contractor agrees that after the Service
Commencement Date, the City may lease vehicle numbers 08223 and 739 as listed in
Exhibit 9 for an amount of One Dollar ($1.00) per Agreement Year. In the event that
City leases vehicle numbers 08223 and 739, the City shall be responsible for the
associated insurance, vehicle licensing, maintenance and fueling costs of vehicle
numbers 08223 and 739 during the time these vehicles are leased by the City. The
terms and conditions of any vehicle lease agreement shall be negotiated between the
City and Contractor.
Section 13. Collection Routes
13.1 Collection Routes. During the Transition Period, but before the Service
Commencement Date, Contractor shall coordinate with City staff to define the existing
collection routes. Any proposed changes to current routing shall be reviewed and
approved by the City prior to any notification or implementation with the customers.
13.2 Subsequent Collection Route Changes. During the first four to six months, no
changes will be made to residential service route days. The Contractor shall submit to
the City, in writing, any proposed route change (including maps thereof) not less than
sixty (60) calendar days prior to the proposed date of implementation, except for route
changes agreed to by City and Contractor. To the extent possible, Contractor will
provide the map data in a GIS format that is compatible with the format used by the City.
The Contractor shall not implement any route changes without the prior review of the
City Representative. If the route change will change the collection day for a Service
Recipient, the Contractor shall notify those Service Recipients in writing of route
changes not less than ten (10) days before the proposed date of implementation.
13.3 Collection Route Audits. The City reserves the right to conduct audits of
Contractor’s collection routes. The Contractor shall cooperate with the City in connection
therewith, including permitting City employees or agents, designated by the City
Representative, to follow behind the collection vehicles in order to conduct the audits.
The Contractor shall have no responsibility or liability for the salary, wages, benefits or
worker compensation claims of any person designated by the City Representative to
conduct such audits.
Packet Page. 1198
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 50 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Section 14. Public Outreach Services
14.1 General. Contractor, at its own expense, shall prepare, submit and implement
an annual Public Education and Outreach Plan that incorporates key feature of
Contractor’s Public Education Program (Exhibit 6). The proposed action plans must be
submitted annually for City approval no later than sixty (60) days following the Service
Commencement Date and each year thereafter. The program must include specific
steps designed to increase diversion and participation, for the City’s residents and
businesses. A minimum of two (2) annual campaigns should target certain diverted
materials or “problem” areas of the Contractor’s service area where improvements can
be maximized. Targets of outreach should be based on local trends and recycling
patterns based on information obtained by both the City Representative and Contractor
staff. The Contractor shall provide space in Contractor’s public outreach materials, such
as mailers, flyers and newsletters, for the City to include announcements, community
information, articles, and photographs such that it does not impact the current mailing
cost components.
14.2 Transition. Contractor will provide transition activities, during the Transition
Period, including, at minimum, conducting eight (8) (one in each ward and one general
at a location to be determined) community workshops and meetings outlining the
transition to the services provided by the Contractor’s services and how billing will be
done. Contractor shall also provide information on proper how to participate in recycling
and organics services, and where to take HHW materials for proper recycling or
disposal, how to arrange for Bulky Waste Collection, and the days and hours that
collection and Street Sweeping will occur.
14.3 Recycling Coordination Support. Contractor will provide staff resources to
serve as recycling coordination support to promote Contractor’s public education,
recycling and waste diversion, waste prevention, and grant application and coordination
programs provided to the City.
14.4 Annual Collection Service Notice. Each Agreement Year the Contractor shall
publish and distribute notices to all Service Units regarding the types of services
available. The notice can be in the form of a separate mailer, one of the quarterly
newsletters distributed by Contractor, or as a billing insert. To the extent appropriate,
based on the category of customer receiving the notice, it shall contain at a minimum:
definitions of the materials to be collected, procedures for setting out the materials,
collection and disposal options for unacceptable materials such as Hazardous Waste,
and the Contractor customer service phone number and website address. The notice
shall be provided in English, and in Spanish if requested by City, and shall be distributed
by the Contractor each Year.
Packet Page. 1199
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 51 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
14.5 Additional Public Outreach Programs and Services. Contractor shall provide
additional Public Outreach Programs and Services as requested by City at a price to be
mutually agreed upon between the Contractor and the City within the City Manager’s
contract signing authority. In the event the Contractor and the City cannot reach a
mutually agreed upon price for the requested service or program, City shall have the
right to procure the service of other vendors or contractors to provide the requested
service.
14.6 News Media Relations. Contractor shall notify the City Representative by Fax,
e-mail or phone of all requests for news media interviews related to the collection service
program within twenty-four (24) hours of Contractor’s receipt of the request. Before
responding to any inquiries involving controversial issues or any issues likely to affect
participation or Service Recipient perception of services, Contractor will discuss
Contractor’s proposed response with the City Representative.
14.6.1 Copies of draft news releases or proposed trade journal articles shall be
submitted to City for prior review and approval at least five (5) work days in
advance of release, except where Contractor is required by any law or regulation
to submit materials to any regulatory agency in a shorter period of time, in which
case Contractor shall submit such materials to City simultaneously with
Contractor’s submittal to such regulatory agency.
14.6.2 Copies of articles resulting from media interviews or news releases shall
be provided to the City within five (5) Business Days after publication.
14.7 Website. Contractor shall develop and maintain a state-of-the-art website
accessible to the public, dedicated to services provided in the City that is accessible by
the public. The web site shall include answers to frequently asked questions, list of
Recyclable Materials and Organic Waste, and other related topics. The Contractor’s
website shall provide the public the ability to e-mail complaints to Contractor and request
services or service changes. Contractor’s website shall also promote reuse and
recycling, graphics and statistic illustrating the City progress toward meeting City’s
diversion goals, other City’s environmental programs, and other materials as requested
by the City. The City shall review and approve Contractor’s website as it relates to the
City of San Bernardino’s page(s).
14.8 Waste Generation and Characterization Studies. Contractor acknowledges
that City must perform Solid Waste generation and characterization studies periodically
to comply with AB 939 requirements. Contractor agrees to participate and cooperate
with City and its agents and to perform studies and data collection exercises, as needed,
to determine weights, volumes and composition of Solid Waste generated, disposed,
transformed, diverted or otherwise processed to comply with AB 939.
Packet Page. 1200
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 52 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Section 15. Collection Equipment
15.1 General. Contractor warrants that it shall provide adequate numbers of vehicles
and equipment for the collection, transportation, recycling and disposal services for
which it is responsible under this Agreement. All collection vehicles used by Contractor
in the performance of services under this Agreement shall be of a high quality. At the
start of this Agreement, all collection vehicles utilized by Contractor pursuant to this
Agreement shall be those outlined below in conjunction with vehicles owned by the
Contractor.
15.2 Use of Purchased City Equipment. In accordance with this Agreement,
Contractor shall purchase the City’s personal property used as listed in Exhibit 9.
15.3 Vehicle Transition Plan. Contractor shall re-brand all previously owned City of
San Bernardino vehicles as outlined in the Transition Plan attached in Exhibit 5.
15.4 Temporary Access to and Use of City Corporation Yard. Contractor
contemplates requiring access to and use of City’s Corporate Yard for up to ninety (90)
days after the Service Commencement Date for temporary storage of Containers and
collection vehicles. City and Contractor will separately meet and confer with regard to
the scope and terms of conditions of such temporary use after the Effective Date of the
Agreement, but City will not unreasonably refuse such access and use provided
Contractor does not undertake any maintenance, repair, cleaning, or fueling of any
vehicles, nor refurbishment or maintenance of Containers, does not store nor dispose of
any Solid Waste, Hazardous Waste or Universal Waste at the Corporate Yard, maintains
insurance acceptable to City, and repairs any damages caused by Contractor’s use.
15.5 Long Term Use of City Corporation Yard. In the event that City wishes to
provide long-term use or purchase of the City’s Corporate Yard to Contractor, any such
agreement will be done separately from this Agreement.
15.6 Noise. To protect peace and quiet in service areas, the noise level generated by
compaction vehicles using compaction mechanisms during the stationary compaction
process shall not exceed a single-event noise level of eighty-five (85) decibels (dBA) at a
distance of twenty-five (25) feet from the collection vehicle measured at an elevation of
five (5) feet above ground level. Contractor shall, upon request, submit to City a
certificate of vehicle noise level testing by an independent testing entity of any collection
vehicles used by Contractor in the City, which has been the subject of more than one
noise complaint within any twelve-month period.
15.7 Compliance. Contractor warrants that it will comply with all measures and
procedures promulgated by all agencies with jurisdiction over the safe and sanitary
operation of all its equipment.
Packet Page. 1201
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 53 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
15.8 Private Streets, Alleys and Parking Lots. Contractor agrees to use its best
efforts to prevent damage to private streets, alleys and parking lots over which its
collection equipment may be operated, to obtain all required approvals for operation of
its collection vehicles on private streets, alleys and parking lots.
15.9 Vehicle Registration, Licensing and Inspection. Upon City request during the
term of this Agreement, Contractor shall submit documentation to the City
Representative to verify that each of the Contractor’s collection vehicles is in compliance
with all registration, licensing and inspection requirements of the California Highway
Patrol, the California Department of Motor Vehicles, and any other applicable laws or
regulations. Contractor shall not use any vehicle to perform collection service that is not
in compliance with applicable registration, licensing and inspection requirements. Each
vehicle shall comply, at all times, with all applicable statutes, laws or ordinances of any
public agency. Collection vehicles will be subject to routine inspections by the California
Highway Patrol and will be subject to bi-annual inspections. Certificates for said
inspection shall be filed with the City upon request.
15.10 Clean Air Vehicles. During the term of this Agreement, to the extent required by
law, Contractor shall provide its collection vehicles to be in full compliance with local,
State and federal clean air requirements that were adopted including, but not limited to,
California Air Resources Board and South Coast Air Quality Management District.
15.11 Safety Equipment. All collection equipment used by Contractor shall have
appropriate safety markings including, but not limited to, highway lighting, flashing and
warning lights, clearance lights, and warning flags. All such safety markings shall be in
accordance with the requirements of the California Vehicle Code, as may be amended
from time to time. All collection vehicles shall be equipped with audible back-up warning
devices.
15.12 Vehicle Signage and Painting. Collection vehicles shall have with the
Contractor's name, Contractor’s customer service telephone number, and the number of
the vehicle. No advertising shall be permitted other than the name of the Contractor
except promotional advertisement of the Recyclable Materials and Organic Waste
programs. Contractor shall repaint all vehicles (including vehicles striping) during the
term of this Agreement on a frequency as necessary to maintain a positive public image
as reasonably determined by the City Representative.
15.13 Vehicle Maintenance. Contractor shall maintain collection vehicles in a clean
condition and in good repair at all times and ensure that no collected materials, oil,
grease, or other substances will blow, fall out, escape or leak out of the vehicle, with the
exceptions of vehicle emission. All parts and systems of the collection vehicles shall
Packet Page. 1202
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 54 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
operate properly and be maintained in a condition satisfactory to City. Contractor shall
wash all collection vehicles at least once a week.
15.14 Maintenance Log. Contractor shall maintain a maintenance log for each
collection vehicles. The log shall at all times be accessible to City upon request of City
Representative, and shall show, at a minimum, each vehicle’s Contractor-assigned
identification number, dates of performance of routine maintenance, dates of
performance of any additional maintenance, and description of additional maintenance
performed.
15.15 Equipment Inventory. Upon City’s request, Contractor shall provide to City an
inventory of collection vehicles and major equipment used by Contractor for collection or
transportation and performance of services under this Agreement. The inventory shall
indicate each collection vehicle by Contractor assigned identification number, DMV
license number, the age of the chassis, type of fuel used, the type and capacity of each
vehicle, the number of vehicles by type, and the maintenance status. Upon City request,
Contractor shall submit to the City Representative, either by Fax or e-mail, an updated
inventory annually to the City or more often at the request of the City Representative.
Each vehicle inventory shall be accompanied by a certification signed by Contractor that
all collection vehicles meet the requirements of this Agreement.
15.16 Reserve Equipment. The Contractor shall have available to it, at all times,
reserve collection equipment which can be put into service and operation in the event
the disabled vehicle cannot return to service that day. Such reserve equipment shall
correspond in size and capacity to the equipment used by the Contractor to perform the
contractual duties.
15.17 Containers.
15.17.1 Carts. Carts may be new, existing or refurbished as of the Service
Commencement Date, and are to be hot-stamped, embossed, or laminated, and
in-molded with the type of materials to be collected (i.e., Solid Waste, Organic
Waste, Recyclable Materials). In-molding on the Carts shall be on the lids.
Contractor’s name and/or logo shall be included on the body of Carts. Labeling
and graphics of the Carts shall be approved by the City.
15.17.2 Bins. Bins may be new, existing, or refurbished at the start of the
Agreement. Bins are to be painted and be labeled with either the type of
materials to be collected (i.e., Solid Waste, Organic Waste, Recyclable Materials)
or the type of material prohibited from being disposed in the Bin.
15.17.3 Roll-offs. Roll-off containers may be used, provided they are newly
painted, properly marked and in good working order. The City retains the right to
Packet Page. 1203
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 55 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
inspect any such used Roll-off and direct the Contractor to replace such a used
Roll-off if it is deemed to be not acceptable.
15.17.4 Purchase and Distribution of Carts and Bins. The Contractor shall be
responsible for the purchase and distribution of fully assembled and functional
Carts and Bins to Service Units in the Service Area throughout the term of this
agreement. Contractor shall also distribute Carts and Bins to new Service Units
that are added to Contractor’s service area during the Term of this Agreement as
required. The delivery of containers shall be completed within five (5) Work Days.
15.17.5 Replacement of Carts and Bins. Contractor’s employees shall take
care to prevent damage to Carts or Bins by unnecessary rough treatment.
However, any Cart or Bin damaged by the Contractor shall be replaced by the
Contractor, at the Contractor's expense, within five (5) Work Days at no cost or
inconvenience to the Service Recipient.
a) Upon notification to the Contractor by the City or a Service
Recipient that the Service Recipient’s Cart(s) and Bin(s) have
been stolen or damaged beyond repair through no fault of the
Contractor, the Contractor shall deliver a replacement Cart(s) and
Bin(s) to such Service Recipient within five (5) Work Days. The
Contractor shall maintain records documenting all Cart and Bin
replacements occurring on a monthly basis.
b) Where such Cart is lost, stolen or damaged beyond repair through
no fault of the Contractor, each SFD Service Unit shall be entitled
to the replacement of one (1) lost, destroyed, or stolen Solid
Waste Cart, one (1) lost, destroyed, or stolen Recyclable Materials
Cart, and one (1) lost, destroyed, or stolen Organic Waste Cart,
during each of the ten (10) Agreement Years at no cost to the
Service Unit.
c) Where such Cart or Bin is lost, stolen or damaged beyond repair
through no fault of the Contractor, each MFD Service Unit shall be
entitled to the replacement of one (1) lost, destroyed, or stolen
Solid Waste Cart or Bin, one (1) lost, destroyed, or stolen
Recyclable Materials Cart or Bin, and one (1) lost, destroyed, or
stolen Organic Waste Cart or Bin during each of the ten (10)
Agreement Years at no cost to the Service Unit.
Packet Page. 1204
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 56 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
d) Where such Cart or Bin is lost, stolen or damaged beyond repair
through no fault of the Contractor, each Commercial and City
Service Unit shall be entitled to the replacement of one (1) lost,
destroyed, or stolen Solid Waste Cart or Bin, one (1) lost,
destroyed, or stolen Recyclable Materials Cart or Bin, and one (1)
lost, destroyed, or stolen Organic Waste Cart or Bin during each
of the ten (10) Agreement Years at no cost to the Service Unit.
e) Where such Bin or Cart replacement occurs through no fault of the
Contractor, Contractor shall be compensated for the cost of those
replacements in excess of the requirements set forth above in
accordance with the “Cart or Bin” Service Rate, as appropriate, as
initially set by the City or as may be adjusted by the City as
provided under the terms of this Agreement.
15.17.6 Repair of Carts and Bins. Contractor shall be responsible for repair of
Carts in the areas to include but not be limited to, hinged lids, wheels and axles.
Within five (5) Work Days of notification by the City or a Service Recipient of the
need for such repairs, the Contractor shall repair the Cart or Bin or if necessary,
remove the Cart or Bin for repairs and deliver a replacement Cart or Bin to the
Service Recipient.
15.17.7 Cart or Bin Exchange. Upon notification to the Contractor by the City
or a Service Recipient that a change in the size or number of Carts or Bins is
required, the Contractor shall deliver such Carts or Bins to such Service
Recipient within seven calendar days to allow for the exchange to occur on the
regular scheduled collection day. At no charge, each SFD, MFD, Commercial,
and City Service Unit shall be entitled to receive one (1) Solid Waste Cart,
Recyclable Materials, or Organic Waste Carts exchange, per Agreement Year
during the term of this Agreement. Contractor shall be compensated for the cost
exchanges in excess of one (1) per Agreement year, in accordance with the “Cart
or Bin Exchange” service rate as Set forth in Exhibit 1.
15.17.8 Ownership of Carts, Bins and Roll-Off Containers. Ownership of
Carts, Bins and Roll-Off Containers on the Service Commencement Date, and
Carts, Bins and Roll-Off Containers distributed by the Contractor after April 1,
2016 shall rest with the Contractor. However, in the case of the termination of the
Agreement prior to the expiration of the Term, or optional Term Extension, the
City shall have the right to take possession of the Carts, Bins and Roll-Off
Containers and shall retain such possession until satisfactory arrangements can
be made to provide collection services using other equipment. Such time of
Packet Page. 1205
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 57 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
possession shall be limited to twelve months, and no monies will be owed to the
Contractor from the City for the use of the equipment. Upon the receipt of written
notice from the City, Contractor shall submit to the City Representative an
inventory of Carts, Bins and Roll-Off Containers, including their locations.
Section 16. Hiring of Displaced City Employees and Local Recruiting
16.1 CONTACTOR shall offer employment to all “qualified” Displaced City Employees
and shall hire such Displaced City Employees if they timely accept the offer of
employment. An applicant is deemed “qualified” where he or she has undergone and
passed the Contractor’s required standard pre-employment physical, background check
and drug screening. Displaced City Employees shall be hired in accordance the
following and the provisions of Exhibit 10.
16.1.1 Contractor shall maintain all Displaced City Employees at the same level
of pay as was paid to the displaced employee by the City as of the Service
Commencement Date.
16.1.2 Displaced City Employees will be eligible for annual reviews.
16.1.3 In determining the rate of accrual for paid vacation and sick days for
Displaced City Employees, Contractor agrees to apply each Displaced City
Employee’s years of service with City as if they were years of service with
Contractor.
16.1.4 Contractor shall pay a total of Five Hundred Thousand Dollars
($500,000) as a hiring bonus distributed to Displaced City Employees who are
hired by the Contractor within 30 days of Service Commencement Date. The
allocation method for distributing the hiring bonus paid to Displaced City
Employees will be determined by the City.
16.1.5 Contractor shall not discharge any Displaced City Employee hired by
Contractor for at least one hundred eighty (180) days after the Service
Commencement Date, except “for cause” as that term is defined in the employee
personnel policies of Contractor effective as of the Effective Date of this
Agreement. Thereafter, the continued employment of Displaced City Employees
shall be under the terms and conditions established for all Contractor’s workers
in the particular classification.
16.2 Local Recruiting. Contractor’s Human Resources Department will attempt to fill
job openings with City residents through the following means:
Packet Page. 1206
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 58 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
16.2.1 All Contractor employees residing in the City will be advised of
Contractor’s job openings in advance of general postings and announcements
and will be encouraged to refer friends and family residing in the City;
16.2.2 City publications will be included in any media job postings;
16.2.3 For special recruitments, Contractor will utilize a job fair;
16.2.4 Flyers and promotions for events sponsored by Contractor within the City
will carry a message inviting residents to consider employment with Contractor;
and,
16.2.5 When two or more equally qualified job candidates are considered for
employment with Contractor in the City, preference will be shown to the
candidate residing in the City.
Section 17. Privacy
17.1 General. Contractor shall observe and protect the rights of privacy of Service
Recipients. Information identifying individual Service Recipients, or the composition or
contents of a Service Recipient’s Solid Waste, Recyclable Materials, or Organic Waste
shall not be revealed to any person, governmental unit, private agency or company,
unless upon the authority of a court of law, by statute, or upon valid authorization of the
Service Recipient. This provision shall not be construed to preclude Contractor from
preparing, participating in, or assisting in the preparation of waste characterization
studies or waste stream analyses which may be required by the Act, or preparing and
distributing public awareness materials to Service Recipients.
17.2 Mailing Lists. Contractor shall not market or distribute mailing lists with the
names and addresses of Service Recipients.
17.3 Privacy Rights Cumulative. The rights accorded Service Recipients pursuant to
this Section shall be in addition to any other privacy rights accorded Service Recipients
pursuant to federal or state law.
Section 18. Service Exceptions; Hazardous Waste
18.1 Hazardous Waste Inspection, Diversion and Reporting. Contractor reserves
the right and has the duty under law, to inspect Solid Waste put out for collection and to
reject Solid Waste observed to be contaminated with Hazardous Waste. Should
Contractor find or observe reportable quantities of Hazardous Waste put out for
collection with Solid Waste, Contractor shall notify all agencies with jurisdiction, including
the California Department of Toxic Substances Control and Local Emergency Response
Providers and, if appropriate, the National Response Center, of reportable quantities of
Packet Page. 1207
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 59 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Hazardous Waste, found or observed in Solid Waste observed or collected anywhere
within the City. In addition to other required notifications, if Contractor observes any
substances which it or its employees reasonably believe or suspect to contain
Hazardous Wastes unlawfully disposed of or released on City property, including storm
drains, streets or other public rights of way, Contractor shall notify the City Manager, or
the City Manager’s designee immediately.
Section 19. Customer Service
19.1 Office Hours. Contractor must maintain an office accessible by a local or toll
free telephone number each Business Day.
19.2 Service Recipient Calls. At Contractor’s expense, its regular telephone
numbers shall be listed in San Bernardino-area telephone directories under Contractor’s
name. Contractor shall maintain a telephone answering system capable of accepting at
least ten (10) incoming calls at once.
19.3 Emergency / After Hours Telephone Number.
19.3.1 For City. Contractor will provide cell phone numbers and/or other
required contact information to City Staff to be used in case of an emergency.
These emergency numbers can be used outside normal business hours and will
be kept confidential.
19.3.2 For Service Recipients. Contractor shall have an after-hours message
center where customers can leave messages. Contractor will also provide and
maintain a website where customers may leave messages by e-mail. Contractor
will retrieve all voice and email messages the following business day.
19.4 Multilingual. Contractor shall at all times maintain the capability of responding
to all telephone calls in English, Spanish and such other languages City reasonably
determines to be necessary for communication with service recipients.
19.5 Customer Service and Complaint Logs. Contractor shall update customer
records with any inquiries, service requests and complaints into a customer data base
which shall be maintained in a manner that it is reasonably available for inspection and
review by City upon request. All calls shall be logged in the account record. Contractor
shall note the name and address of the complainant, the date and time of the complaint,
the nature of the complaint, the name of the Contractor’s employee taking the complaint,
and the nature and date of Contractor’s resolution of the complaint. Contractor shall
inform all Service Recipients that all complaints shall be directed to Contractor. The
Complaint Log shall be maintained on a computerized data base format. The Complaint
Log shall be available for inspection and review by City upon request. Contractor shall
Packet Page. 1208
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 60 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
provide a summary of the Complaint Log to City monthly during the first (1st) year of
service and then quarterly thereafter for the duration of the Term.
19.6 Response to Calls. Contractor will use its best efforts to answer all incoming
calls within five (5) rings. Any call “,on-hold” will be placed in a queue and answered in
the order in which it was received.
19.7 Service Responses. City and Contractor agree that the protection of public
health, safety and well-being require that service complaints be acted on promptly.
Contractor shall be responsible for the prompt and courteous attention to, and prompt
and reasonable resolution of, all Service Recipient complaints.
19.7.1 Missed Pick-Ups. In the case of a complaint of a missed collection,
Contractor shall make the collection no later than the following collection day
19.7.2 Other Complaints. Contractor will respond to all complaints from Service
Recipients, other than missed-pickups, within one (1) Working Day of receiving
the complaint.
Section 20. Ownership of Solid Waste, Recyclable Materials, Organic Waste and
Construction and Demolition Materials
Ownership of Solid Waste, Organic Waste, and Recyclable Materials shall pass, by operation of
law, to Contractor at such time as said materials are placed for collection in Containers for
collection by Contractor. Ownership and the right to possession of Solid Waste, Recyclable
Material, Organic Waste and Construction and Demolition Materials placed for collection shall
transfer directly from the Service Recipient to Contractor, by operation of law and not by virtue
of this Agreement. At no time does the City obtain any right of ownership or possession of Solid
Waste or any Hazardous Waste illicitly placed for collection in a Solid Waste Container, and
nothing in this Agreement shall be construed as giving rise to any inference that City has any
such rights.
Section 21. Customer Rates and Billing Procedures
21.1 Rates for Service.
21.1.1 Maximum Permitted Service Rates. Contractor shall not charge rates (or
additional charges, fees, or penalties) in excess of the Maximum Permitted
Service Rates specified on Exhibit 1 attached to this Agreement.
21.1.2 City Service Units. Contractor shall not charge or bill City for services to
City Service Units, Street Sweeping, or abandoned waste Collection and Right-
of-Way Clean-Ups.
Packet Page. 1209
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 61 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
21.1.3 Adjustments To Maximum Permitted Service Rates. The adjustments to
Maximum Permissible Customer Rates shall be calculated as follows:
a) Annual Adjustment. July 1, 2017, and each July 1st thereafter,
Contractor may increase the Maximum Permitted Service Rates
for all Service Recipients by CPI.
Any City Approved Host Fees shall be considered as pass-
through cost and added to the CPI adjustment to the Maximum
Permitted Service Rates.
Contractor shall send the proposed rate adjustment calculations
and full rate schedule to the City Manager for review by March 1st
of each Agreement year, or no adjustment shall be made for that
Agreement Year. The City Manager shall respond to Contactor
within thirty days (30) after receipt of Contractor’s proposed
changes to the Maximum Permitted Service Rates if the proposed
percentage increase is calculated correctly in accordance with this
Agreement. If the proposed Maximum Permitted Service Rates
are correctly calculated, the new rates will be implemented by
Contractor beginning July 1st of the Agreement Year.
If the City Manager finds that Contractor’s proposed changes to
the Maximum Permitted Service Rates are not correctly
calculated, Contactor shall have thirty days (30) days to correct
and resubmit proposed changes to the Maximum Permitted
Service Rates. If Contractor does not resubmit corrected
Maximum Permitted Service Rates within 30 days of notice by the
City Manager, no adjustment to the rates shall be made.
b) Maximum Annual Increase. In no event may the increase in
Maximum Permissible Service Rates increase by more than five
percent (5%) during any July 1st – June 30th period regardless of
the amount increase in the CPI. If, however, the changes to the
CPI result in an increase above five percent (5%) or a negative
number, any amount above five percent (5%) or below zero
percent (0%), shall be carried forward or applied in subsequent
years.
c) Adjustment Due to Change In Law. As used herein, “Change in
Law” means the enactment, issuance, adoption, repeal,
Packet Page. 1210
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 62 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
amendment or modification of any federal, state or local statute,
ordinance or regulation, or a regulatory agency or other
administrative agency interpreting a regulation or statute, or a
judicial decision interpreting a law, statute, ordinance or
regulation, in a manner different than relied upon by municipalities
and the solid waste and collection industry. Contractor may adjust
the Maximum Permissible Service Rates by an amount equal to
the increase or incremental increase, as the case may be, in the
costs (i.e. on any direct or indirect cost, whether fixed or variable)
of Contractor’s provision of services under this Agreement that are
caused by the Change in Law and that have been demonstrated
to the City Council.
d) The City Council shall not unreasonably refuse to approve rate
adjustments, nor shall the City Council unreasonably delay review
and approve of any such adjustment.
21.1.4 Rounding. Calculation of rates and determination of any annual
adjustments shall be made only in units of one cent ($0.01) and shall not result in
a decrease to the rates currently in effect. Fractions of less than one cent
($0.01) shall not be considered in making adjustments. The indices shall be
truncated at four (4) decimal places for the adjustment calculations.
21.2 Contractor Billing. The Contractor shall be solely responsible for the billing and
collection of payments for all Integrated Solid Waste Collection, Processing and Disposal
Services to Service Recipients, except as provided in the Transition Plan. The City’s
Representative may review the initial format for all Service Recipient bills.
21.3 Partial Month Service. If, during a month, a Service Unit is added to or deleted
from Contractor’s service area, the Contractor’s billing shall be pro-rated based on the
daily rate (monthly rate multiplied by 12 months and then divided by 365 days). The daily
rate is assessed for the actual number of days the account was serviced.
21.4 Production of Invoices for Service Units Utilizing Cart Service. The
Contractor shall produce an invoice for Service Recipients utilizing Carts received under
this Agreement bi-monthly in arrears. The Contractor’s invoice shall be remitted to the
Service Recipient no earlier than the last day of the 2nd month of the period for which
service is being billed. The payment due date will be the 15th day of the month following
the close of the billing period. Contractor shall provide notice to affected customers of a
proposed rate increase one full billing cycle in advance of implementing the rate
increase. Where the exact amount of the increase proposed is not known a billing cycle
in advance, Contractor may satisfy this requirement by referring to a measure by which
Packet Page. 1211
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 63 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
the rate will increase (e.g. by reference to the CPI or by reference to an increase caused
by a Change in Law).
21.5 Production of Invoices for Service Units Utilizing Bin Service. The
Contractor shall produce an invoice for Service Recipients utilizing Bins received under
this Agreement in arrears but no fewer than twelve (12) times per year. The Contractor
may invoice the Service Recipient no earlier than the last day of the month for which
service is being billed.
21.6 Production of Invoices for Roll-off Collection Service. The Contractor shall
produce an invoice for Roll-off collection services received under this Agreement in
arrears for services during the prior month. Service recipients utilizing Roll-off collection
services may be invoiced upon completion of the service.
21.7 Production of Invoices for Temporary Bin or Roll-off Collection Service.
The Contractor may bill for temporary Bin or Roll-off Collection Services in advance on a
Cash on Delivery basis (COD), or another billing arrangement mutually agreed on
between Contractor and Service Recipient requesting Temporary Bin or Roll-off
Collection Service. Contractor may also bill for collected tonnage in arrears based on the
actual weight of materials by material type.
21.8 City Provided Billing Inserts. City may provide educational and other material
to Contractor for inclusion in the invoices mailed by Contractor to SFD, MFD and
Commercial Service Units for collection services. Contractor shall not charge the City for
the inclusion of additional educational or other materials in the invoices provided the
inclusion of such City requested materials does not exceed the cost for standard
postage for any mailing. City shall be responsible for the additional postage costs if
applicable.
21.9 Methods of Payment. Contractor shall provide the means for Service
Recipients to pay bills through the following methods: cash, checks, credit cards, internet
payment service or automatic withdrawal from bank account. On-line (E-Pay) bill
methods shall be password protected and comply with federal regulations protecting the
privacy of customer credit information. Contractor shall provide evidence of such security
certifications and advise the City of Contractor’s security measures implemented for on-
line payment.
21.10 Remitting Receivables. Contractor shall remit to City any payments received
from service units for services provided by City prior to the Service Commencement
Date, and City shall remit to Contractor any payments received from service units for
services provided by Contractor after the Service Commencement Date. Such
remittance shall be made within fifteen (15) days of receipt of payment.
Packet Page. 1212
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 64 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
21.11 Delinquent Service Accounts.
21.11.1 Residential Accounts. Contractor agrees not to discontinue
service to residential SFD and MFD (5 or fewer units) cart customers. Contractor
may recover any and all payments in accordance with Section 21.11.3 below.
21.11.2 Commercial Accounts. Contractor agrees to not permanently
discontinue service to a commercial or Roll-off customer for non-payment.
Contractor may temporarily suspend services for maximum of fourteen calendar
days if customer’s account has been delinquent in payment for a period of at
least forty-five (45) days. If Contractor temporarily suspends service to any non-
paying person, corporation or entity, such person, corporation, or entity as a
condition precedent to re-establishment of regular service, shall comply fully with
all of the then billing policies and practices of the Contractor, including, but not
limited to, requirement of payment by cash or cash equivalent, prepayment of
one full billing cycle, a security deposit, payment of all costs of collection of
monies owed to Contractor, and payment of a reinstatement fee. In addition,
delinquent accounts shall be charged a 1.5% monthly late fee. If the Contractor
temporarily suspends service for non-payment of the customer’s account,
Contractor shall, upon City request, give written notice to the City Manager of any
suspension of service for nonpayment of account, giving the name and address
of the customer(s). If payment is not received after the temporary suspension of
services, Contractor shall resume regular services and shall be entitled to
recover any and all payments in accordance with Section 21.11.3 below.
21.11.3 Non-Payment. Customers (Owners or tenants) who have not
remitted required payment within forty-five (45) days after the date of billing shall
be notified by Contractor on forms that contain a statement that if payment is not
received within fifteen (15) days from the date of the notice, the delinquent and
unpaid charges, including a 10% penalty and 1.5% monthly interest, as well as
all direct and indirect costs incurred by City and Contractor may be placed on the
San Bernardino County annual secured property tax rolls and that any amount
owing would then become a lien on the property. Contractor shall provide such
notice to customers as is legally required, including notification via U.S. Mail to
the current billing address on file. The City agrees to annually levy delinquent
charges for the prior calendar year for collection with property taxes. The parties
intend that while the City will elect in accordance with State Law to place
delinquent and unpaid solid waste assessments on the secured property tax
rolls, Contractor understands and agrees that the City has no obligation to
foreclose on any tax bill. Contractor shall pay all fees charged by San Bernardino
County in connection with the establishment of this secured tax roll billing and
Packet Page. 1213
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 65 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
collection program and shall pay all direct and indirect costs incurred by the City
in processing delinquent and unpaid assessments through the secured property
tax roll procedure.
Section 22. Contractor’s Books and Records; Audits
22.1 Contractor shall maintain all records relating to the services provided hereunder,
including, but not limited to, all costs of collection and disposal, customer lists, billing
records, maps, records substantiating the information furnished by Contractor to City
pursuant to Section 24 of this Agreement and Service Recipient complaints for the
period during which collection services are to be provided pursuant to this Agreement
and an additional period of not less than three years, or any longer period required by
law. The City shall have the right, upon fifteen business days advance notice, to inspect,
copy and audit all records relating to this Agreement, including, but not limited to,
Service Recipient lists, billing records, maps, and customer complaints. Such records
shall be made available to City at Contractor’s regular place of business, or other place
agreed to by City and Contractor, within the County of San Bernardino.
22.2 Should any examination or audit of Contractor records reveal an underpayment
of any payment required to be paid to City under this Agreement, the amount of such
underpayment, plus interest at the maximum rate permitted under California law, shall
become due and payable to City not later than thirty days after written notice of such
underpayment is provided to Contractor by City. Should an underpayment of more than
five percent (5%) be discovered, Contractor shall bear the entire cost of the examination
or audit.
Section 23. Integrated Waste Management Act; Reporting Requirements
23.1 Contractor-City Cooperation. Contractor shall cooperate with City in Solid
Waste Disposal Characterization Studies and waste stream audits and shall implement
measures adequate to achieve the diversion goals set forth in this Agreement. (See also
Section 5, and Section 30.3 below.) During the Term of this Agreement, Contractor, at
no expense to City, shall submit to City all relevant information and reports required to
meet the reporting obligations imposed by CalRecycle under the Act, as amended.
Contractor agrees to submit such reports and information by email or on computer discs,
in a format acceptable to City at no additional charge, if requested by City.
23.2 Change in AB 939, RCRA, CERCLA and Related Laws. This Agreement is
part of City’s efforts to comply with the provisions of the Act as it may be amended and
as implemented by the regulations of CalRecycle, or its successor agency, as they may
be amended, and the City’s Source Reduction and Recycling Component, as it may be
Packet Page. 1214
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 66 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
amended. In the event that the Act or other state or federal laws (including, but not
limited to CERCLA and RCRA) or regulations enacted or amended after this Agreement
has been executed, prevent or preclude compliance with one or more provisions of this
Agreement, or significantly increase or decrease Contractor costs, such provisions of
this Agreement shall be modified or suspended as may be necessary to comply with
such state or federal laws or regulations.
23.3 Changes in Other Laws. In the case of changes in the laws other than
amendments to the Act, which increase or decrease the cost of Contractor’s service,
Contractor or City may seek a rate increase or decrease to reflect the increase or
decrease in costs directly attributable to the amended or newly enacted provision of law
or regulations, specifying, in writing, the law to which the additional costs or savings are
attributed, and how they would result in increased costs. City Council must approve any
changes in the Maximum Permitted Service Rates resulting from any Change in Law.
Section 24. Activities and Financial Reports; Adverse Information
24.1 Reports. Contractor, at no additional expense, shall submit to the City such
information or reports in such forms and at such times as the City reasonably may
request or require, including, but not limited to the following, submitted not less often
than as indicated:
24.1.1 Format and Type of Reports. Reports shall be submitted to City,
transmitted in a format acceptable to City, as an attachment to e-mail. The
following reports shall be submitted to City Monthly until the first anniversary of
the Service Commencement Date and then Quarterly thereafter. Reports shall
include the following:
a) Summary of Contractor Payments to the City. A summary of all
payments made to the City under this Agreement for the reporting
period.
b) Summary of Contractor Gross Receipts Received. A summary of
all Contractor Gross Receipts received for services provided
under the terms of this Agreement broken down by Residential,
Commercial and Construction and Demolition Services.
c) Disposal and Diversion Summary. A summary table showing the
total tonnage of Solid Waste, Recyclable Materials, Organic
Waste, Construction and Demolition Materials, Bulky Waste
collected, processed or disposed, and the percentage of total
diversion achieved as measured in accordance with Section 5.1.2
Packet Page. 1215
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 67 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
for each month during the reporting period.
d) Solid Waste Data.
(1) The report shall show (a) the number of tons collected
each month broken down by Residential, Commercial, and City
Service Units and (b) the total Solid Waste tonnage delivered to
Disposal Facilities.
(2) All tonnage data should be compared to the corresponding
tonnage data from the prior year comparable period
e) Recyclable Materials Data.
(1) The report shall show (a) the number of tons collected
each month broken down by Residential, Commercial, and City
Service Units, (b) the tonnage delivered to Material Recovery
Facilities (c) total tonnage by type of Recyclable Materials
processed and marketed during each month and (d) total tonnage
of Recyclable Materials’ residual disposed at landfill, and (e) the
revenue received from the sale of recyclables minus the cost for
processing the Recyclable Materials and residual disposal.
(2) All tonnage data should be compared to the corresponding
tonnage data from the prior year comparable period.
(3) A narrative description of problems encountered and
actions taken, including efforts to deter and prevent Scavenging. A
report of recycling program promotional activities, including
materials distributed by Contractor to its Service Recipients.
f) Organic Waste Data.
(1) The report shall show (a) the number of tons collected
each month broken down by Residential, Commercial, and City
Service Units, (b) the tonnage delivered to Organic Waste
Processing Facilities, (c) total tonnage by type of Organic Waste
processed and marketed during each month, and (d) total tonnage
of Organic Wastes residual disposed at the disposal facility.
(2) All tonnage data should be compared to the
corresponding tonnage data from the prior year comparable
Packet Page. 1216
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 68 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
period.
g) Street Sweeping Data. The quarterly report shall show the total
curb miles swept, gallons of water used, and tonnage of street
sweeping fines collected and taken to a Disposal Facility or
Organic Waste Processing Facility.
h) Bulky Waste Data. The number of Bulky Waste collections made,
the tonnage delivered to the disposal facilities used for processing
or disposal of Bulky Waste.
i) Construction and Demolition Materials Data.
(1) The total tonnage of C&D collections made, the type of
C&D Materials collected, and the facilities used for processing or
disposal of C&D Materials.
j) Local Purchase Preference Program Data. The dollar value, of
purchases made from businesses that are located within the City.
k) Service Complaints. A summary of the type, number and
disposition of complaints received during the reporting period. A
copy of the customer complaint log may, upon City request, be
submitted with the report not later than fifteen days after the close
of the reporting period.
l) Certification. Contractor will provide a certification statement, to
the best of their knowledge the report is true and correct.
24.2 Annual Report. By March 1st, beginning in 2017 and each year thereafter that
collection services are provided pursuant to this Agreement, Contractor shall submit to
City a written year-end Annual Report in a form approved by the City. The Annual Report
shall include the following information for the year ending on the preceding December
31st.
24.2.1 General Information. General information about Contractor, including a
list of Contractor’s officers and members of its board of directors.
24.2.2 Prior Year’s Activities. A cumulative summary of the Quarterly Reports
and information and statistics with respect to City’s compliance with AB 341, AB
939, AB 1594, and AB 1826.
Packet Page. 1217
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 69 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
24.2.3 Account Service Data. A table summary of the total number Residential,
Commercial, Roll-off and City Service Units. The summary shall also show the
net change in Service Units both as compared to the number of Service Units as
of the Service Commencement Date and as compared to the prior Agreement
Year. City recognizes that the data used to determine Service Date
Commencement information will be generated in conjunction with City data
bases. Contractor will work with the City to provide this information in a timely
basis in order to comply with this initial reporting requirement.
24.2.4 Vehicle and Container Replacement Data.
a) The number, type, fuel type used and date placed in service of
new collection vehicles purchased to service in the City.
b) The number, type, fuel type used and date returned to service of
used collection vehicles refurbished to provide service within the
City.
c) The number, type, fuel type used, date removed from service of
collection vehicles permanently removed from providing service
within the City.
d) The total number and type of new containers placed in service
during the prior year of service.
24.2.5 Recommendations. Changes in integrated waste management, including
projections and proposed implementation dates and costs, recommended by
Contractor and recommended amendments to the City’s Source Reduction and
Recycling Element or this Agreement, based on developments in applicable law
or technology. Contractor’s recommendations with respect to compliance with AB
341, AB 939, AB 1594, and AB 1826 and shall state the specific requirement that
the implementation of the recommendation is intended to satisfy.
24.3 Reporting Additional Matters. Contractor shall provide to the City Manager all
correspondence, reports, pleadings, applications, notifications, notices of violation,
communications or other material relating specifically to Contractor’s performance of
services pursuant to this Agreement, submitted by Contractor to, or received by
Contractor from, the United States or California Environmental Protection Agency,
CalRecycle, or its successor agency, the California Department of Toxic Substances
Control, or its successor, the Fair Political Practices Commission, the cognizant Local
Enforcement Agency, or its successor, the Securities and Exchange Commission or any
other federal, state or county agency, including any federal or state court. Copies shall
Packet Page. 1218
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 70 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
be submitted to City within a reasonable time subsequent to Contractor’s filing or
submission of such matters with said agencies. Contractor’s routine correspondence to
said agencies need not be routinely submitted to City, but shall be made available to City
upon written request.
24.4 Submission of Reports. Reports shall be submitted to:
Director of Public Works
City of San Bernardino
300 North “D” Street, 5th Floor
San Bernardino, CA 92418
24.5 Failure to Report. The refusal or failure of Contractor to file any required
reports, or to provide required information to City, or the inclusion of any materially false
or misleading statement or representation by Contractor in such report shall be deemed
a material breach of the Agreement and shall subject Contractor to all remedies which
are available to the City under the Agreement; provided, that the City must follow the
dispute resolution provisions of Section 28 of this Agreement before declaring any
material breach.
24.6 Costs. All reports and records required under this Agreement shall be furnished
at the sole expense of Contractor
24.7 City’s Right to Request Information. The City believes and Contractor agrees
that cooperation between City and Contractor is critical to the success of this program.
City reserves the right to request, and Contractor agrees to provide, additional
information reasonably and directly pertaining to this Agreement on an “as-needed”
basis.
24.8 CERCLA Defense Records. City views the ability to defend against CERCLA
and related litigation as a matter of great importance. For this reason, the City regards
the ability to prove where its Solid Waste was taken, as well as where it was not taken,
to be matters of concern. Contractor shall maintain data retention and preservation
systems, which can establish where Solid Waste collected in the City was landfilled (and
therefore establish where it was not landfilled) and a copy or summary of the landfill
disposal reports required by Section 24 for twenty (20) years after the term during which
collection services are to be provided pursuant to this Agreement and to notify City’s
Risk Manager and City Attorney before destroying such records. This provision shall
survive the expiration of the period during which collection services are to be provided
under this Agreement.
Packet Page. 1219
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 71 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Section 25. Indemnification and Insurance
25.1 Indemnification re Certain Challenges to Agreement. Contractor, upon
demand of the City, made by and through the City Attorney, shall indemnify, hold
harmless, protect City and appear in and defend the City and its elected officials,
officers, employees and agents, in any claims or actions by third parties, whether
judicial, administrative or otherwise, including, but not limited to disputes and litigation
over the definitions of “Solid Waste” or “Recyclable Materials”, asserting rights under the
dormant Commerce Clause or any other federal or state law, including, but not limited to
the anti-trust laws with respect to the provision of Integrated Solid Waste Collection,
Processing and Disposal Services in the City, and challenges to the certification or
implementation, imposition, adjustment or collection of any rate, interest, penalty or
other fee under the Agreement. This provision shall survive the expiration of the period
during which collection services are to be provided under this Agreement. City and
Contractor agree to confer following any trial to decide jointly whether to appeal or to
oppose any appeal. In the event City and Contractor agree to appeal, or to oppose any
appeal, City and Contractor agree to share equally the costs of appeals. Should either
City or Contractor decide to appeal, or to oppose an appeal, and the other decide not to
appeal, or to oppose an appeal, the party which decides to appeal, or to oppose an
appeal, shall bear all fees and costs of the appeal or the opposition to the appeal.
25.1.1 Mutual Defense Regarding Certain Challenges to Agreement. In the
event this Agreement, its approval, or its implementation, or the limits of City’s
authority with respect to the grant of the Franchise is challenged on the basis that
it, or any of the payments made by Contractor to City, whether individually or
collectively, is invalid or is otherwise contrary to the law as an impermissible
general tax, special tax, assessment, or fee requiring compliance with any
provision of Article XIII of the California Constitution, the various enabling and
implementing statutes related to that Article, or any of the judicial decisions
interpreting that Article and the enabling and implementing statutes, the Parties
agree to conduct a joint and coordinated defense of such action making
collective decisions regarding litigation strategy including decisions regarding
motions, discovery, settlement, and trial. Each Parties agrees to bear its own
costs of defense and shall have the right to choice their own independent legal
counsel, provided that nothing herein prohibits the Parties from agreeing to retain
one or more legal counsel to jointly represent and defend the Parties. In the
event of an adverse legal determination or settlement of such action, the parties
agree to cooperate and work in good faith to prepare such amendments or
alternatives to the Agreement that will implement the original intent of the Parties
while complying with any adverse legal determination or settlement.
Packet Page. 1220
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 72 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
25.2 Environmental Indemnification and Compliance. Contractor shall indemnify,
defend, protect and hold harmless City, its elected officials, officers, employees,
volunteers, agents, assigns and any successor or successors to City’s interest from and
against all claims, actual damages (including but not limited to special and consequential
damages), natural resources damages, punitive damages, injuries, costs, response,
remediation and removal costs, losses, demands, debts, liens, liabilities, causes of
action, suits, legal or administrative proceedings, interest, fines, charges, penalties and
expenses (including but not limited to attorneys’ and expert witness fees and costs
incurred in connection with defending against any of the foregoing or in enforcing this
indemnity) of any kind whatsoever paid, incurred or suffered by, or asserted against, City
or its elected officials, officers, employees, volunteers or agents arising from or
attributable to any repair, cleanup or detoxification, or preparation and implementation of
any removal, remedial, response, closure or other plan (regardless of whether
undertaken due to governmental action) concerning any Hazardous Waste (including
Household Hazardous Waste and Universal Waste) in any Solid Waste, Recyclable
Material or Organic Waste collected by Contractor pursuant to this Agreement, which is
or has been transported, transferred, processed, stored, disposed of or which has
otherwise come to be located by Contractor, or its activities pursuant to this Agreement
result in a release of a Hazardous Waste (including Household Hazardous Waste and
Universal Waste)into the environment.
25.3 General Indemnification. Except in those cases when this Agreement requires
City to indemnity, defend and hold harmless Contractor and it officers, employees and
agents, Contractor further agrees to indemnify, defend, protect and hold harmless City,
its elected officials, officers, employees, volunteers, agents, assigns and any successor
or successors to City’s interest from and against all losses, liabilities, claims, actual
damages (including but not limited to special and consequential damages), demands,
debts, liens, causes of action, suits, legal or administrative proceedings, interest, fines,
charges, penalties and expenses (including but not limited to attorneys’ and expert
witness fees and costs incurred in connection with defending against any of the
foregoing or in enforcing this indemnity) of any kind whatsoever paid, incurred or
suffered by, or asserted against, City or its elected officials, officers, employees,
volunteers or agents arising from or attributable to any act or omission of Contractor or
its officer, employees or agents in the performance or failure to perform the services
required under this Agreement, and/or failure by Contractor to fully comply with all
applicable laws and regulations with respect to the operation of its collection vehicles,
including, but not limited to applicable rules governing clean-burning and alternative fuel
vehicles.
25.4 Effect of Environmental Indemnification. This indemnity is intended to
operate as an agreement pursuant to § 107(e) of the Comprehensive Environmental
Packet Page. 1221
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 73 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Response, Compensation and Liability Act, “CERCLA,” 42 U.S.C. § 9607(e), and
California Health and Safety Code § 25364, to defend, protect, hold harmless and
indemnify City from all forms of liability under CERCLA, RCRA, other statutes or
common law for any and all matters addressed in paragraph B. This provision shall
survive the expiration of the period during which collection services are to be provided
under this Agreement.
25.5 Prospective Application of Indemnities. The indemnities and obligations to
protect, defend and hold harmless provided by Contractor to City under Sections 25.1,
25.2, 25.3, and 25.4 are prospective to the Effective Date of this Agreement. The
indemnities and obligations to protect, defend and hold harmless City shall not be
interpreted to apply to City’s own acts and omissions in the provision of Comprehensive
Solid Waste Service but solely to the acts and omissions of Contractor, its owners,
directors, officers, agents and employees.
25.6 Compliance with Laws. Contractor warrants that it will comply with all
applicable laws and implementing regulations, as they may be amended, specifically
including, but not limited to RCRA, CERCLA, AB 341, AB 575, AB 939, AB 1594, AB
1826, SB 20, and SB 50, and all other applicable laws and regulations of the U.S.
Environmental Protection Agency, the State of California, the County of San Bernardino,
the California Air Resources Board, CalRecycle, the California Department of Toxic
Substances Control, ordinances of the City and the requirements of Local Enforcement
Agencies and all other agencies with jurisdiction.
25.7 Workers’ Compensation Insurance. Contractor shall obtain and maintain in full
force and effect throughout the entire Term of this Agreement full workers’ compensation
insurance in accord with the provisions and requirements of the Labor Code of the State
of California. Copies of policies and endorsements that implement the required coverage
shall be filed and maintained with the City Clerk throughout the term of this Agreement.
Should any of the above described policies be cancelled before the expiration date
thereof, notice will be delivered in accordance with the policy provisions. The policy shall
also be amended to waive all rights of subrogation against the City, its elected or
appointed officials, employees, or agents for losses that arise from work performed by
the named insured for the City.
25.8 Liability and Vehicle Insurance. Contractor shall obtain and maintain in full
force and effect throughout the entire Term of this Agreement a Broad Form
Comprehensive General Liability (occurrence) policy (form CG 0001) and an Insurance
Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1
(any auto) policy with minimum limits of Twenty Million Dollars ($20,000,000)
aggregate and Five Million Dollars ($5,000,000) per occurrence, per year. Said
insurance shall protect Contractor and City from any claims for damages for bodily
Packet Page. 1222
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 74 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
injury, including accidental death, as well as from any claims for property damage which
may arise from this Agreement. Copies of the policies and endorsements evidencing the
above required insurance coverage shall be filed with the City Clerk.
25.9 Required Language In Policies. The following language is required to be made
a part of all of the insurance policies (except for Workers Compensation Insurance)
required by this Section:
“The City of San Bernardino, its employees, agents, franchisees and
officers, are hereby added as additional insured’s as respects to liability
arising out of activities performed by or on behalf of Contractor “This policy
shall be considered primary insurance as respects any other valid and
collectible insurance the City may possess including any self-insured
retention the City may have and any other insurance the City does possess
shall be considered excess insurance and shall not contribute with it.”
“This policy shall act for each insured, as though a separate policy had
been written for each. This, however, will not act to increase the limit of
liability of the insuring company.”
25.10 Pollution and/or Environmental Impairment Liability Insurance. Contractor
shall obtain and maintain in full force and effect for the entire Term of this Agreement, a
Pollution and/or Environmental Impairment Liability policy covering liability arising from
the release of Hazardous Waste, or other contaminants, pollutants or irritants with
minimum limits of Six Million Dollars ($6,000,000) aggregate and Six Million Dollars
($6,000,000) per occurrence, per year. Contractor shall ensure that such coverage shall
automatically broaden in its form of coverage to include legislated changes in the
definition of Hazardous Waste. The policy shall stipulate that this insurance is primary
and no other insurance carried by City will be called upon to contribute to a loss suffered
by Contractor hereunder and shall waive subrogation against City and other additional
insureds.
25.11 Required Rating. The insurance required by this Agreement shall be with
insurers which are Best A: VII-rated and which are California-admitted. The limits of such
insurance coverage, and companies, shall be subject to review and approval by the
City’s Risk Manager every year and may be increased at that time and match the
coverage provided by the City’s own liability insurance policy. The City shall be included
as a named insured on each of the policies. The insurance required by this Agreement is
in addition to and not in lieu or limitation of the indemnification provisions in Section 25.1,
25.2, 25.3 and 25.4 above.
25.12 Evidence of Insurance Coverage; Insurance Repository.
Contemporaneously with the execution of this Agreement, Contractor shall file copies of
Packet Page. 1223
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 75 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
the policies or executed endorsements evidencing the above required insurance
coverage with the City Clerk. In addition, City shall have the right of inspection of all
insurance policies required by this Agreement. Contractor also agrees to maintain copies
of insurance policies required pursuant to this Agreement for seven (7 years) after the
end of the term during which collection services were provided pursuant to this
Agreement. Contractor shall notify City’s Risk Manager and City Attorney before
destroying copies of such policies. This provision shall survive the expiration of the
period during which collection services are to be provided under this Agreement.
25.13 Self-Insurance. To the extent provided by law, all or any part of any required
insurance may be provided under a plan of self-insurance approved by the State of
California.
25.14 Reduction of CERCLA and Other Liability. City and Contractor agree to meet
annually in the fourth calendar quarter of each year to discuss ways to reduce potential
CERCLA and other liabilities to third parties.
Section 26. Performance Bonds
Concurrent with the execution of this Agreement, Contractor shall deposit with City a
Performance Bond or an irrevocable letter of credit or other such document (Performance
Bond), from an institution satisfactory to City, in a form satisfactory to City’s Risk Manager and
City Attorney, evidencing an irrevocable commitment to City guaranteeing Contractor’s faithful
performance of the terms of this Agreement. The amount of the Performance Bond shall be
Four Millions Dollars ($4,000,000) during the first Agreement Year, and shall be Two Million
Dollars ($2,000,000) each year thereafter for the term of this Agreement City. Such
Performance Bond shall be maintained in effect throughout the period during which collection
services are to be provided pursuant to this Agreement.
26.1 Upon Contractor’s failure to pay the City an amount owing under this Agreement,
the Performance Bond may be assessed by the City, for purposes including, but not
limited to:
26.1.1 Failure of Contractor to pay the City sums due under the terms of the
Agreement;
26.1.2 Reimbursement of costs borne by the City to correct breaches not
corrected by Contractor, after due notice;
26.1.3 Monetary remedies or damages assessed against Contractor due to
breach of this Agreement; or
26.1.4 To satisfy an order of the referee
Packet Page. 1224
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 76 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
26.2 Contractor shall deposit a sum of money or a replacement instrument sufficient to
restore the Performance Bond to the original amount within thirty days after notice from
the City that any amount has been withdrawn from the Performance Bond.
26.3 All of City’s costs of collection and enforcement of the provisions relating to the
Performance Bond called for by this Section, including City’s attorneys’ fees and costs,
shall be paid by Contractor
Section 27. Emergency Service
27.1 Should Contractor, for any reason whatsoever, except the occurrence or
existence of any of the events or conditions set forth in Section 33.1, “Force Majeure,”
below, refuse or be unable for a period of more than forty-eight (48) hours, to collect a
material portion or all of the Solid Waste which it is obligated under this Agreement to
collect, and as a result, Solid Waste should accumulate in City to such an extent, in such
a manner, or for such a time that the City Manager, in the exercise of the City Manager’s
sole discretion, should find that such accumulation results in any imminent and
substantial threat to the public health, safety or welfare, then City shall have the right to
contract with another solid waste enterprise to collect and transport any or all Solid
Waste which Contractor is obligated to collect and transport pursuant to this Agreement.
City shall provide twenty-four (24) hours prior written notice to Contractor during the
period of such emergency, before contracting with another solid waste enterprise to
collect and transport any or all Solid Waste which Contractor would otherwise collect and
transport pursuant to this Agreement, for the duration of period during which Contractor
is unable to provide such services. In such event Contractor shall identify sources from
which such substitute Solid Waste services are immediately available, and shall
reimburse City for all of its expenses for such substitute services during period in which
Contractor is unable to provide collection and transportation services required by this
Agreement. See also Section 33.1, below.
27.2 Contractor shall assist City in the event of terrorist attack or major disaster, such
as an earthquake, storm, tsunami, riot or civil disturbance, by providing collection
vehicles and drivers normally assigned to the City, at Contractor’s actual costs. Disputes
with respect to Contractor’s emergency services or the costs of those services shall be
resolved according to the dispute resolution provisions of Section 28 and Section 29 of
this Agreement. Contractor shall cooperate with City, county, state and federal officials in
filing information related to a regional, state or federally-declared state of emergency or
disaster or terrorist attack as to which Contractor has provided equipment and drivers
pursuant to this Agreement.
Packet Page. 1225
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 77 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Section 28. Administrative Remedies; Imposition of Damages; Termination
28.1 Notice; Response; Resolution; Appeal.
28.1.1 Notice of Deficiencies; Response. If City’s Representative determines that
Contractor’s performance pursuant to this Agreement may not be in conformity
with the provisions of this Agreement, the California Integrated Waste
Management Act (including, but not limited to, requirements for diversion, source
reduction and recycling as to the waste stream subject to this Agreement) or any
other applicable federal, state or local law or regulation, including but not limited
to, the laws governing transfer, storage or disposal of solid and Hazardous
Waste, the City Representative may advise Contractor in writing of such
suspected deficiencies, specifying the deficiency in reasonable detail. The City
Representative, in any written notification of deficiencies, shall set a reasonable
time within which Contractor is to respond. Unless the circumstances necessitate
correction and response within a shorter period of time, Contractor shall correct
any deficiencies it agrees have occurred and in any event shall respond to the
written notification of deficiencies within thirty days from the receipt by Contractor
of such written notice. Contractor may request additional time to correct
deficiencies. City shall approve reasonable requests for additional time.
28.1.2 Review by City Representative; Notice of Appeal.
a) The City Representative shall review any written response from
Contractor and decide the matter. If the City Representative’s
decision is adverse to Contractor, the City Representative may
order remedial actions to cure any deficiencies, assess the
Performance Bond or invoke any other remedy in accordance with
this Agreement and, in the event the City Representative
determines that there has been a material breach and that
termination is the appropriate remedy, terminate the Agreement.
The City Representative shall promptly inform Contractor of the
City Representative’s decision. In the event the decision is
adverse to Contractor, the City Representative shall inform
Contractor, in writing, of the specific facts found and evidence
relied on, and the legal basis in provisions of the Agreement or
other laws for the City Representative’s decision and any remedial
action taken or ordered. An adverse decision by the City
Representative shall be final and conclusive unless Contractor
files a “Notice of Appeal” with the City Clerk (with copies to the
Packet Page. 1226
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 78 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
City Manager and City Attorney) within 30 days of receipt of the
notification of the adverse decision by the City Representative.
b) In any “Notice of Appeal” Contractor shall state its factual
contentions and include all relevant affidavits, documents,
photographs and videotapes which Contractor desires to have
considered by City. In addition, Contractor shall include all of its
legal contentions, citing provisions of the Agreement or other laws
to support its contentions.
28.1.3 Review by City Manager; Appeal.
a) Within thirty days of receipt by the City Clerk of a Notice of
Appeal, the City Manager shall decide the matter. If the City
Manager’s decision is adverse to Contractor, the City Manager
may order remedial actions to cure any deficiencies, assess the
Performance Bond or invoke any other remedy in accordance with
this Agreement and, in the event the City Manager determines
that there has been a material breach and that termination is the
appropriate remedy, terminate the Agreement. In addition to the
foregoing actions, the City Manager may refer the matter to the
City Council for proceedings in accordance with Section 28.2 and
Section 28.3, below. The City Manager shall promptly inform
Contractor of the City Manager’s decision. In the event the City
Manager’s decision is adverse to Contractor, the City Manager
shall inform Contractor, in writing, of the specific facts found and
evidence relied on, and the legal basis in provisions of the
Agreement or other laws for the City Manager’s decision and any
remedial action taken or ordered.
b) An adverse decision by the City Manager shall be final and
conclusive unless Contractor files a “Notice of Appeal to the City
Council” with the City Clerk (and serves a copy, by mail, on the
City Manager and the City Attorney) within 10 calendar days of
receipt of the decision of the City Manager. A “Notice of Appeal to
the City Council” shall state the factual basis, the evidence relied
on and all legal contentions that Contractor may choose to submit.
No new evidence not previously submitted in accordance with
Section 28.1.2b) may be submitted.
Packet Page. 1227
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 79 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
28.2 City Council Hearing. If a matter is referred by the City Manager to the City
Council, or an adverse decision of the City Manager is appealed to the City Council by
Contractor, the City Council will set the matter for an administrative hearing and act on
the matter. The City Clerk shall give Contractor fourteen (14) days written notice of the
time and place of the administrative hearing. At the hearing, the City Council shall
consider the administrative record, consisting of the following:
28.2.1 A Staff Report by the City Manager, summarizing the proceedings to date
and outlining the City Council’s options;
28.2.2 The City Representative’s written Notification of Deficiencies;
28.2.3 Contractor’s response to the Notification of Deficiencies;
28.2.4 The City Representative’s written notification to Contractor of adverse
decision;
28.2.5 Contractor’s Notice of Appeal to the City Manager;
28.2.6 The City Manager’s written notification to Contractor of adverse decision;
and
28.2.7 Contractor’s Notice of Appeal to the City Council.
No new legal issues may be raised, nor may new evidence be submitted by Contractor
at this or at any further point in the proceedings, absent a showing of good cause.
Contractor’s representatives and other interested persons shall have a reasonable
opportunity to be heard.
28.3 City Council Determination. Based on the administrative record, the Council
shall determine by resolution whether the decision or order of the City Manager should
be upheld. If, based upon the administrative record, the City Council determines that
Contractor is in breach of any term of this Agreement or any provision of any applicable
federal, state or local statute or regulation, the City Council, in the exercise of its
discretion, may order Contractor to take remedial actions to cure the breach or impose
any other remedy in accordance with this Agreement. The City Council may not
terminate the Agreement unless it determines that Contractor is in material breach of a
material term of this Agreement or any material provision of any applicable federal, state
or local statute or regulation. Contractor’s performance under the Agreement is not
excused during the period of time prior to a final determination as to whether or not
Contractor’s performance is in material breach of this Agreement, or the time set by City
for Contractor to discontinue a portion or all of its services pursuant to this Agreement.
The decision or order of the City Council shall be final and conclusive unless Contractor
files a “Notice of Appeal to Referee” with the City Clerk (and serves copies, by mail, on
Packet Page. 1228
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 80 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
the City Manager and the City Attorney) within 10 business days of receipt of the
decision or order of the City Council. With the exception of draws on the Performance
Bond, the execution of City’s remedies shall be stayed until Contractor has exhausted its
appeals under Section 28 and Section 29 of this Agreement.
28.4 Notice of Appeal to Referee. Except as otherwise provided in this Agreement,
Contractor may appeal any decision, order or action by the City Council or City Manager
under this Section 28, as provided in Section 29, below, by filing a Notice of Appeal to
Referee with the City Clerk within ten business days of receipt of the decision by the City
Manager or City Council and following the procedures set forth in Section 29, below. In
the case of a rate adjustment request made pursuant to Section 21, but not approved by
the City, Contractor’s sole remedy shall be as specified in Section 21.
28.5 Reservation of Rights by City. City further reserves the right to terminate this
Agreement in the event of any material breach of this Agreement, including, but not
limited to any of the following:
28.5.1 If Contractor practices, or attempts to practice, any fraud or deceit upon
the City, or practiced any fraud or deceit or made any intentional
misrepresentations in the negotiations which preceded the execution of this
Agreement provided that City has provided Contractor with written notice of the
alleged fraud or deceit and afforded Contractor a reasonable opportunity to refute
and defend itself against such charge or claim;
28.5.2 If Contractor is convicted of, or pleads guilty, no contest, or nolo
contender to a felony related to this Agreement.
28.5.3 As used in this Section, the term “Contractor” shall mean only the
following: (a) the owner(s) of Contractor (whether shareholders, partners, or
otherwise), (b) the members of Contractor’s Board of Directors; and (c)
Contractor’s President, Chief Executive Officer, Chief Financial Officer, Chief
Operations Officer, and/or the Secretary.
28.6 Cumulative Rights. City’s rights of termination are in addition to any other rights
of City upon a failure of Contractor to perform its obligations under this Agreement.
Section 29. Referral to Referee; Hearing Procedures
Either party to this Agreement at any time after exhaustion of administrative remedies,
and following the appeal procedure set forth in Section 28, if applicable, may refer a disputed
matter for resolution under this Section 29 in the following manner.
29.1 Applicability. If either the City Manager or the City Council refers a matter to a
referee, or Contractor appeals or refers a matter to a referee, the provisions of this
Packet Page. 1229
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 81 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Section shall apply in order to obtain prompt and expeditious resolution of any and all
disputes arising out of this Agreement.
29.2 Reference of Dispute. Any dispute seeking damages and any dispute seeking
equitable relief, such as but not limited to specific enforcement of any provision hereof,
shall be heard and determined by a referee pursuant to California Code of Civil
Procedure §§ 638-645.1. The venue of any proceeding hereunder shall be in San
Bernardino County, California.
29.2.1 Procedure for Appointment. The party seeking to resolve the dispute
shall file in court and serve on the other party a complaint describing the matters
in dispute. Service of the complaint shall be as prescribed by law. Within not
more than fifteen business days after the date of service, the parties shall apply
to the Judicial Arbitration and Mediation Service (“JAMS”) of San Bernardino
County to nominate a minimum of five prospective referees. If the parties are
unable to approve a referee from the JAMS panel within ten business days after
written request to do so by any party, then the parties, starting with City, shall
alternate in striking one prospective referee at a time until only one referee
remains.
29.2.2 Ex Parte Communications Prohibited. Neither party may communicate
separately with the referee after the referee has been selected. All subsequent
communications between a party and a referee shall be delivered simultaneously
to the other party. This provision shall not apply to communications made to
schedule a hearing or request a continuance or to confidential mediation or
settlement briefs that the parties have agreed to submit to the referee.
29.2.3 Cooperation. The parties shall cooperate diligently with one another and
the referee and shall perform such acts as may be necessary to obtain a prompt
and expeditious resolution of the dispute. If either party refuses to cooperate
diligently, and the other party, after first giving notice of its intent to rely on the
provisions of this Section 29, incurs additional expenses or attorneys’ fees solely
as a result of such failure to diligently cooperate, or incurs expenses or attorney’s
fees and costs as a result of the other party’s violation of Code of Civil Procedure
§ 128.5, the referee may award such additional expenses and attorneys’ fee to
the party giving such notice, even if such party is not the prevailing party in the
dispute.
29.2.4 Discovery. The referee shall set a discovery schedule and shall schedule
the matter for hearing within 60 days of filing, unless City and Contractor agree
otherwise, or unless the referee shall determine otherwise. Any party to the
hearing may issue a request to compel reasonable document production from the
Packet Page. 1230
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 82 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
other party, subject to the limitations of Section 22, limiting evidence to the
administrative record. Disputes concerning the scope of document production
and enforcement of document requests shall be subject to agreement by the
parties, or if agreement is not reached within twenty (20) days of a document
request, then by disposition by order of the referee. Any document request shall
be subject to the proprietary rights and rights of privilege of the parties, and the
referee shall adopt procedures to protect such rights. Except as may be agreed
by the parties, or ordered by the referee, no other form of discovery shall be
available to the parties.
29.2.5 Standards for Decision. The provisions of California Code of Civil
Procedure, §§ 640, 641, 642, 643, 644 and 645 shall be applicable to dispute
resolution by a referee hereunder. In an effort to clarify and amplify the provisions
of California Code of Civil Procedure, §§ 644 and 645, the parties agree that the
referee shall decide issues of fact and law submitted by the parties for decision in
the same manner as required for a trial by court as set forth in California Code of
Civil Procedure, §§ 631.8 and 632, and California Rules of Court, Rule 232. The
referee shall try and decide the dispute according to all of the substantive and
procedural law of the state of California, unless the parties stipulate to the
contrary.
29.2.6 Evidence and Findings. The referee shall consider the administrative
record, including the Notice of Deficiencies, Contractor’s response to the Notice
of Deficiencies, the decision of the City Representative, the Notice of Appeal, the
decision of the City Manager, the Notice of Appeal to the City Council, and the
decision of the City Council, in addition to other relevant evidence. Before issuing
findings, the Referee shall submit a proposed ruling, setting forth proposed
findings of fact and conclusions of law, to counsel for the Parties, for comment.
When the referee has decided the dispute, the referee shall also cause the
preparation of a judgment based on said decision.
29.2.7 Remedial Authority. A referee to whom a matter is referred shall have the
authority to (i) order either party to undertake remedial action to cure the breach
and to prevent occurrence of similar breaches in the future; (ii) assess damages
and/or levy a penalty consistent with the terms of this Agreement or (iii) find there
has been no breach.
29.2.8 Stay Pending Entry of Final Judgment. Except as provided in Section
26.3 with respect to draws on a Performance Bond, until final judgment is
entered from the referee proceeding under the foregoing provisions and the time
for appeal or other post-judgment petition has expired, the imposition or
enforcement of any penalties or sanctions provided in this Agreement and related
Packet Page. 1231
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 83 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
to the subject matter of the hearing shall be stayed. The referee may modify or
cancel any proposed penalties or sanctions upon a finding that the party subject
thereto acted with substantial justification, or if the interests of justice so require.
29.2.9 Allocation of Referee’s Costs. The referee’s costs for the proceeding
shall be apportioned by the referee. The costs of the proceeding shall be borne
equally by the parties to the dispute initially, but the prevailing party in such
proceeding shall be entitled to recover reasonable costs of the referee as
apportioned by the referee. If either party refuses to pay its share of the costs of
the proceeding, at the time(s) required, the other party may do so, in which event
that party will be entitled to recover (or offset) the amount advanced, with interest
at the maximum rate permitted by law, even if that party is not the prevailing
party. The referee shall include such costs in the judgment or award.
29.3 Decision. The decision of the referee may be excepted to in accordance with
Code of Civil Procedure § 645.
Section 30. City’s Additional Remedies
In addition to the remedies set forth above. City shall have the following rights:
30.1 Contracts with Others. The right to contract with others to perform the services
otherwise to be performed by Contractor, in the event Contractor should be in material
breach of its duties to provide those services, or is otherwise unable to provide the
services addressed by this Agreement.
30.2 Damages and/or Injunctive Relief. Both parties recognize and agree that in
the event of a breach under the terms of this Agreement by Contractor, City may suffer
irreparable injury and incalculable damages sufficient to support injunctive relief to
enforce the provisions of this Agreement and to enjoin the breach.
30.3 City’s Damages for Failure to Achieve Diversion Requirements. Contractor
agrees that its failure to achieve the diversion requirements set forth in Section 5, arising
from failure to make reasonable efforts to maximize diversion in accordance with the
terms and conditions of this Agreement, or its breach of the requirements of Section
5.1.1 related to waste diversion, shall be a material breach of this Agreement. If
CalRecycle, or its successor agency, were to impose administrative civil penalties
against City, then the City’s damages for Contractor’s material breach in its failure to
achieve the diversion goals for the City as required by this Agreement, shall include, but
not be limited to such administrative civil penalties, attorneys’ costs and fees and City’s
staff time devoted to the resolution of the administrative civil penalties against City.
Packet Page. 1232
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 84 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
30.4 Liquidated Damages. The parties further acknowledge that consistent and
reliable collection service is of utmost importance to City and that City has considered
and relied on Contractor's representations as to its quality of service commitment in
awarding the Agreement to it. The parties further recognize that some quantified
standards of performance are necessary and appropriate to ensure consistent and
reliable service and performance. The parties further recognize that if Contractor fails to
achieve the performance standards, or fails to submit required documents in a timely
manner, City, and City’s residents and businesses will suffer damages and that it is and
will be impractical and extremely difficult to ascertain and determine the exact amount of
damages. Therefore, in addition to City’s right to treat such non-performance as a
breach of this Agreement, the parties agree that the liquidated damages amount defined
in this Section may represent reasonable estimates of the amount of such damages
considering all of the circumstances existing on the effective date of this Agreement,
including the relationship of the sums to the range of harm to City, customers and the
community as a whole that reasonably could be anticipated and the anticipation that
proof of actual damages would be costly or impractical. In placing their initials at the
places provided, each party specifically confirms the accuracy of the statements made
above and the fact that each party has had ample opportunity to consult with legal
counsel and obtain an explanation of the liquidated damage provisions at the time that
the Agreement was made.
30.5 Procedure for Review of Liquidated Damages. If the City elects not to
terminate this Agreement for breach, the City Representative may assess liquidated
damages pursuant to this Section on a monthly basis. At the end of each month during
the term of this Agreement, the City Representative shall issue a written notice to
Contractor (“Notice of Assessment”) of the liquidated damages assessed and the basis
for each assessment.
30.5.1 The assessment shall become final unless, within ten (10) calendar days
of the date of the notice of assessment, Contractor provides a written request for
a meeting with the City Manager to present evidence that the assessment should
not be made.
30.5.2 The City Representative shall schedule a meeting between Contractor
and the City Manager or the Manager’s designee as soon as reasonably possible
after timely receipt of Contractor’s request.
30.5.3 The City Manager or the Manager’s designee shall review Contractor’s
evidence and render a decision sustaining or reversing the liquidated damages
as soon as reasonably possible after the meeting. Written notice of the decision
shall be provided to Contractor.
Packet Page. 1233
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 85 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
30.5.4 In the event Contractor does not submit a written request for a meeting
within ten (10) calendar days of the date of the Notice of Assessment, the City
Representative’s determination shall be final and Contractor shall submit
payment to City no later than that tenth (10th) day
30.5.5 City’s assessment or collection of liquidated damages shall not prevent
City from exercising any other right or remedy, including the right to terminate
this Agreement, for Contractor’s failure to perform the work and services in the
manner set forth in this Agreement.
Contractor agrees to pay (as liquidated damages and not as penalty) the following amounts:
LIQUIDATED DAMAGES
Item Amount
a. Failure or neglect to address each complaint by the
close of the next working day.
$100 per incident per
Service Recipient.
b. Failure to address concerns regarding maintaining the
collection equipment in a clean, and sanitary manner.
$100 per incident per
day.
c. Failure to have a vehicle operator properly licensed. $100 per incident per
day.
d. Failure to maintain office hours as required by this
Agreement.
$100 per incident per
day.
e. Failure to maintain or timely submit to City all
documents and reports required under the provisions
of this Agreement.
$100 per incident per
day.
f. Failure to display Contractor’s name and customer
service phone number on collection vehicles.
$100 per incident per
day.
g. Failure to collect a missed collection by close of the
next work day upon notice to Contractor.
$100 per incident per
day.
h. Failure to repair or replace damaged Carts or Bins
within the time required by this Agreement.
$100 per incident per
day.
i. Failure to deliver or exchange Carts or Bins within the
time required by this Agreement.
$100 per incident per
day.
j. Failure to meet vehicle noise requirements. $100 per incident per
day.
k. Failure to maintain collection hours as required by this
Agreement without prior City approval.
$250 per incident per
day.
Packet Page. 1234
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 86 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
LIQUIDATED DAMAGES
Item Amount
l. Failure to offer and provide adequate facility
processing capacity of Recyclable Materials and
Organic Waste.
$250 per incident per
day.
m. Failure to have field personnel in company/contractor
uniform.
$250 per incident per
day.
n. Failure to repair damage to customer property caused
by Contractor or its personnel.
$500 per incident per
location.
o. Failure to repair damage to City property caused by
Contractor or its personnel.
$500 per incident.
p. Failure to clean up spillage or litter caused by
Contractor.
$500 per incident per
location.
q. Failure to properly cover materials in roll-off containers
during transport.
$500 per incident.
r. Changing residential collection days without proper
notification to the City Representative.
$500 per incident per
day.
r. Commingling Solid Waste with Recyclable Materials,
with the exception of contaminated recyclables
$500 per incident.
s. Disposal of Recyclable Materials or Organic Waste in
the landfill without first obtaining the required
permission of the City.
$500 per load.
t. Failure to deliver any collected materials to a non-
permitted Disposal Facility, Materials Recovery
Facility, or Organic Waste Processing Facility, as
appropriate, except as otherwise expressly provided in
this Agreement.
$5,000 each failure.
u. Commingling of materials collected inside and outside
the City of San Bernardino.
$1,000 per incident.
v. Failure to meet and maintain minimum annual
Diversion Guarantee for two consecutive years.
$50 per ton for each
ton under the minimum
requirements.
w. Failure to remove graffiti as specified in Section 6.10. $100 per Container per
day.
x. Failure to sweep a street after notification by City that
street had not been swept in accordance with
established schedule or sweeping did not meet
generally accepted industry standards for sweeping.
$500 per block or lot.
Packet Page. 1235
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 87 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Section 31. Billing Audit and Performance Reviews
31.1 Selection and Cost. The City may conduct billing audit and performance reviews
(“reviews”) of the Contractor’s performance during the term of this Agreement, but not
more often than one every 3 calendar years. The reviews, if performed, will be by a
qualified firm under contract to the City. The City shall have the final responsibility for
the selection of the firm but shall seek and accept comments and recommendations from
the Contractor. The Contractor shall be responsible for the cost of one (1) review up to a
maximum of Seventy Thousand Dollars ($70,000.00), with the exception of reviews
required in accordance with Section 31.3, the cost for additional Billing Audits and
Performance Reviews will be the responsibility of the City.
31.1.1 Purpose. The review shall be designed to verify that customer billing
rates have been properly calculated and they correspond to the level of service
received by the customer, verify that Franchise Fees, and other fees required
under this Agreement have been properly calculated and paid to the City, verify
Contractor’s compliance with the reporting requirements and performance
standards of the Collection Service Agreement, and verify the diversion
percentages reported by the Contractor. The City (or its designated consultant)
may utilize a variety of methods in the execution of the performance review and
billing audit, including analysis of relevant documents, on-site and field
observations, and interviews. The City (or its designated consultant) will review
and document the items in the Agreement that require the Contractor to meet
specific performance standards, submit information or reports, perform additional
services, or document operating procedures, that can be objectively evaluated.
This information will be formatted in a “compliance checklist” with supporting
documentation and findings tracked for each of the identified items. The review
will specifically include a determination of the Contractor’s compliance with the
diversion requirements of Section 5 and Exhibit 7, and the public outreach and
education requirements of Section 14 and Exhibit 6. The City (or its designated
consultant) may review the customer service functions and structure utilized by
the Contractor. This may include the Contractor’s protocol for addressing
customer complaints and service interruption procedures. Complaint logs may be
reviewed, along with procedures and systems for tracking and addressing
complaints. On-site and field observations by the City (or its designated
consultant) may include, but are not necessarily limited to:
a) Interviews and discussions with Contractor’s administration and
management personnel;
Packet Page. 1236
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 88 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
b) Review and observation of Contractor’s customer service
functions and structure;
c) Review of public education and outreach materials;
d) Interviews and discussions with Contractor’s financial and
accounting personnel;
e) Interviews with route dispatchers, field supervisors and managers;
f) Interviews with route drivers;
g) Interviews with vehicle maintenance staff and observation of
maintenance practices; and
h) Review of on-route collection services, including observation of
driver performance and collection productivity and visual
inspection of residential routes before and after collection to
evaluate cart placement and cleanliness of streets
31.2 Contractor’s Cooperation. Contractor shall cooperate fully with the review and
provide all requested data, including operational data, financial data and other data
requested by the City within thirty (30) Work Days. Failure of the Contractor to cooperate
or provide the requested documents in the required time shall be considered an event of
default.
31.3 Additional Contractor Paid Billing Audit and Performance Review. In the event
that the Billing Audit and Performance Review concludes that Contractor is not in
compliance with all terms and conditions of this Agreement and such non-compliance is
material, the City may conduct an Additional Billing Audit and Performance Review to
ensure that Contractor has cured any such area of non-compliance. Contractor shall be
responsible for the cost of any such Additional Billing Audit and Performance Review.
31.4 City Requested Program Review. The City reserves the right to require the
Contractor to periodically conduct reviews of the SFD and MFD and Commercial
collection programs to assess one or more of the following performance indicators:
average volume of recyclable materials per setout per customer, average volume of
organics per setout per customer, participation level, contamination levels, etc. Prior to
the program evaluation review, City and Contractor shall meet and discuss the purpose
of the review and agree on the method, scope, and date to be provided by the
Contractor.
Packet Page. 1237
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 89 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
31.5 Cooperation with Other Program Reviews. If the City wants to collect program
data, perform field work, conduct route audits to investigate customer participation levels
and setout volumes and/or evaluate and monitor program results related to Solid Waste
Recyclable Materials and Organic Waste collected in the City by the Contractor, the
Contractor shall cooperate with the City or its agent(s). Contractor shall also cooperate
with any waste generation studies conducted by the City or its agent(s).
Section 32. Franchise Transfer; City Consent; Fees
32.1 Contractor may not convey, assign, sublet, license, hypothecate, encumber of
otherwise transfer or dispose of (collectively “Transfer”), this Agreement, the Franchise
granted under it or any rights or duties under it, in whole or in part, whether voluntarily or
involuntarily, without the City’s prior written consent as expressed by written resolution of
the City Council. Any dissolution, merger, consolidation, or other reorganization of
Contractor, except as provided in Section 32.3, below, any sale or other transfer or
change in ownership or control of any of the capital stock or other capital or equity
interests, or any sale or transfer of fifty percent (50%) or more of the value of the assets
shall be deemed a Transfer of this Agreement, the Franchise granted under it or any
rights or duties under it. Any Transfer or attempted Transfer of this Agreement, the
Franchise granted under it or any rights or duties under it made without the City’s
consent will be a material breach of this Agreement and, at the City’s option, may be
voided.
32.2 The City will not unreasonably withhold its consent to a Transfer of the Franchise
granted by this Agreement. The prospective transferee shall have the burden of
demonstrating that it has the financial and technical ability to provide the services
required under this Agreement. The City may also require the prospective transferee to
demonstrate that it, and its officers and managers do not have criminal records for
environmental or public integrity offenses. If the City gives its consent, it may impose
conditions, including, without limitation, requiring acceptance of amendments to this
Agreement. Without obligating the City to give its consent, the proposed transferee must
demonstrate to the City’s satisfaction that it has the operational and financial ability to
perform the terms of this Agreement.
32.3 Contractor’s internal reorganization shall not constitute a Transfer provided that
City consent to the reorganization is sought and received prior to any internal
reorganization. An internal reorganization includes any change in control of any of the
voting stock through its conveyance to an affiliate of Contractor, or by operation of law.
Any request for an internal reorganization must be submitted in writing to the City
Manager, no less than one hundred and twenty days prior to the proposed effective date
of the internal reorganization. Contractor shall reimburse City for all of its costs to review
Packet Page. 1238
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 90 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
the request and to determine if it is an internal reorganization. City’s expenses may
include, but are not limited to, Staff, City Attorney’s and Special Counsel’s fees and
costs and Accountants’ fees and costs. Determination by the City Manager shall be final.
Any attempt to implement an internal reorganization without the consent of City shall
constitute a material breach of this Agreement.
32.4 Fees. Any application for a Franchise Transfer shall be made in a manner
prescribed by the City Manager. The application shall include a deposit of Five Hundred
Thousand Dollars ($500,000) to cover the estimated cost of all direct and indirect
expenses, including City staff, consultants’ and attorneys’ fees, incurred by City to
adequately analyze the application and the qualifications of the prospective transferee.
Any costs incurred by the City in excess of $500,000 shall be reimbursed by the
Contractor prior to submission of the proposed transfer to the City Council. In the event
that the City’s costs are less than $500,000, City shall retain any unused monies.
Section 33. General Provisions
33.1 Force Majeure. Contractor shall not be in breach of this Agreement in the event
that the collection, transportation and/or disposal services of Contractor are interrupted
temporarily or permanently for any of the following reasons: riots; war or national
emergency declared by the President or Congress and affecting the City of San
Bernardino; acts of terrorists, sabotage; civil disturbance; insurrection; explosion; natural
disasters such as floods, earthquakes, landslides and fires; or other catastrophic events
which are beyond the reasonable control of Contractor “Other catastrophic events” does
not include the financial inability of Contractor to perform or failure of Contractor to
obtain any necessary permits or licenses from other governmental agencies or the right
to use the facilities of any public agency where such failure occurs despite the exercise
of reasonable diligence by Contractor In the event a labor disturbance interrupts
collection and transportation of Solid Waste and/or disposal of Solid Waste by
Contractor as required under this Agreement, City may elect to exercise its rights under
Section 28 and Section 30 of this Agreement. Failure by City to exercise its rights under
this Section shall not be deemed a waiver of its rights under Section 28.5
33.2 Extraordinary Circumstances. Notwithstanding any other term or provision
hereof, nothing in this Agreement is intended, nor shall it be interpreted, to prevent or
preclude Contractor from contacting City’s officials, officers and representatives to
request an amendment to, or other modification of, this Agreement due to the
occurrence of an event or circumstance that substantially increases Contractor’s cost of
service, or otherwise substantially and negatively impacts Contractor’s provision of
services, under this Agreement.
Packet Page. 1239
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 91 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
33.3 Independent Status. Contractor is an independent entity and not an officer,
agent, servant or employee of City. Contractor is solely responsible for the acts and
omissions of its officers, agents, employees, contractors and subcontractors, if any.
Nothing in this Agreement shall be construed as creating a partnership or joint venture
between City and Contractor nor an arrangement for the disposal of Hazardous Wastes.
Neither Contractor nor its officers, employees, agents or subcontractors shall obtain any
rights to retirement or other benefits, which accrue, to City employees.
33.4 Pavement Damage. In the event where damage to City streets is caused by
Contractor’s equipment, Contractor shall be responsible for all repairs to return the street
to the same condition prior to the street damage. Repairs shall be performed in a
manner satisfactory to the City Representative and at no cost to the City. Disputes
between Contractor and its Service Recipients as to damage to private pavement are
civil matters and complaints of damage will be referred to Contractor as matters within its
sole responsibility and as a matter within the scope of this Agreement.
33.5 Property Damage. Any physical damage caused by the negligent or willful acts
or omissions of employees of Contractor to City or private property shall be repaired or
replaced by Contractor, at Contractor’s sole expense. Except as provided in Section 25
above, this Agreement does not purport to relieve, diminish, reduce, create or increase
in any way, Contractor’s civil liability to any third parties.
33.6 Law to Govern; Venue. The law of the State of California shall govern this
Agreement without regard to any otherwise governing principles of conflicts or choice of
laws. In the event of litigation between the parties, venue in state trial courts shall lie
exclusively in the County of San Bernardino. In the event of litigation in a U.S. District
Court exclusive venue shall lie in the Central District of California.
33.7 Fees and Gratuities. Contractor shall not permit any officer, agent or employee
to request, solicit, or demand, either directly or indirectly, any gratuity for the collection of
Solid Waste, Recyclable Materials, or Organic Waste otherwise required to be collected
under this Agreement.
33.8 Amendments. Except as otherwise provided in this Agreement, no other
amendment of this Agreement shall be valid unless in writing duly executed by the
parties, approved by the City Council by written resolution. Purported oral amendments
shall be void and of no force or effect.
33.9 Notices. All notices required or permitted to be given under this Agreement shall
be in writing and shall be personally delivered or sent by United States certified mail,
postage prepaid, return receipt requested, and by email, addressed as follows:
Packet Page. 1240
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 92 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
To City: City Manager
City of San Bernardino
300 N. “D” Street, 6th Floor
San Bernardino, CA 92418
Copy to: City Attorney
City of San Bernardino
300 N. “D” Street, 6th Floor
San Bernardino, CA 92418
And to: Director of Public Works
City of San Bernardino
300 N. “D” Street, 5th Floor
San Bernardino, CA 92418
To Contractor: Cole Burr, President
Burrtec Waste Industries, Inc.
9890 Cherry Ave
Fontana, CA 92335
And by email to: cole@burrtec.com]
or to such other address as either party may from time to time designate by notice to the
other given in accordance with this Section. Notice shall be deemed effective on the date
personally served or sent by email, or, if mailed, three (3) business days from the date
such notice is deposited in the United States mail.
33.10 Savings Clause and Entirety. If any non-material provision of this Agreement
for any reason shall be held to be invalid or unenforceable, the invalidity or
unenforceability of such provision shall not affect the validity and enforceability of any of
the remaining provisions of this Agreement.
33.11 Construction. The language in all part of this Agreement shall be in all cases
construed simply according to the fair meaning thereof and not strictly for or against any
of the Parties hereto.
33.12 Pubic Records. All information received by City concerning this Agreement,
including the Agreement itself, may be treated as public information subject to disclosure
under the provisions of the California Public Records Act, Government Code Section
6250 et seq. (the “Public Records Act”). The Parties understand that although all
materials received in connection with this Agreement are intended for the exclusive use
of the Parties, they are potentially subject to disclosure under the provisions of the Public
Records Act at the sole discretion of the City.
33.13 Transition to Next Solid Waste Enterprise. If in the final 12 months of the
period during which Contractor is to provide collection services under this Agreement,
Packet Page. 1241
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 93 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Contractor and City have not entered into a succeeding agreement, Contractor shall
cooperate fully with City and all prospective subsequent Solid Waste enterprise(s),
franchisee(s), licensee(s), permittee(s) or other Person seeking to provide services
similar to the Services so as to assure an efficient, orderly, timely and effective
transition. In that regard, Contractor agrees to make available to City and to prospective
proposers in any competitive process used by the City to select a successor, route
maps, customer lists, and all other records requested by City.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first above
written.
CITY OF SAN BERNARDINO
a California Charter City and Municipal Corporation
___________________________________
Jarrod Burguan
Interim City Manager
ATTEST:
___________________________________
Georgeann "Gigi" Hanna
City Clerk
APPROVED AS TO FORM:
Gary D. Saenz, City Attorney
By:___________________________________
CONTRACTOR
BURRTEC WASTE INDUSTRIES, INC.
By: ________________________________
Cole Burr
President
Packet Page. 1242
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 94 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
This page intentionally left blank.
Packet Page. 1243
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 95 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 1
Maximum Permitted Service Rates
April 1, 2016 – June 30, 2017
SFD/MFD/Commercial Cart
Services
Service Level/Frequency Monthly
Rate
Single or Multi-Family Dwelling
1 – 64 or 96 gallon Solid Waste Cart
1 –96 gallon Organic Waste Cart
1 –96 gallon Recyclable Materials Cart
$22.84
Mobile Home
1 – 64 or 96 gallon Solid Waste Cart
1 – 96 gallon Organic Waste Cart
1 –96 gallon Recyclable Materials Cart
$15.24
Commercial Unit
1 – 64 or 96 gallon Solid Waste Cart
1 – 96 gallon Organic Waste Cart
1 – 96 gallon Recyclable Materials Cart
$22.84
Each Additional Solid Waste Cart 64-96 gallon carts $12.96
Each Additional Extra Organic
Waste Cart 96 gallon cart $11.35
Additional Recyclable Materials
Cart 96 gallon cart $0.00
Solid Waste
Bin Services Collection Frequency/Monthly Rate
Bin Size 1/week 2/week 3/week 4/week 5/week 6/week Extra
Pickup
1-2 CY 112.10 205.31 304.44 401.20 495.60 661.98 25.28
3 CY 119.18 225.56 335.11 440.14 547.51 840.16 27.50
4 CY 130.98 247.80 364.61 480.26 595.90 1,036.04 30.11
6 CY 189.98 362.26 535.71 713.90 876.74 1,014.94 35.68
Packet Page. 1244
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 96 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 1
Maximum Permitted Service Rates
April 1, 2016 – June 30, 2017
Compactor
Services Collection Frequency/Monthly Rate
Compactor
Size 1/week 2/week 3/week 4/week 5/week 6/week Extra
Pickup
2 CY 130.98 245.43 361.08 476.71 591.18 786.35 27.50
3-4 CY 154.58 287.91 423.61 553.41 692.65 925.11 30.11
Recycling Bin
Services Collection Frequency/Monthly Rate
Bin Size 1/week 2/week 3/week 4/week 5/week 6/week
2 - 6 CY Bin $41.50 $83.00 $124.50 $166.50 $208.00 $249.50
Green
Waste/Organics Bin
Services
Collection Frequency/Monthly Rate
Bin Size 1/week 2/week 3/week 4/week 5/week Extra
Pickup
1-2 CY 107.38 198.24 291.46 384.68 476.71 25.28
3 CY 114.46 215.94 316.24 416.54 515.66 27.50
4 CY 125.08 232.46 341.01 450.76 558.14 30.11
6 CY 143.96 267.86 394.11 505.04 641.91 35.68
Roll-off Services Rate/How Charged
Service/Item Rate How Charged
10 – 40 CY Roll-off $335.11 Rate Per Pull
Packet Page. 1245
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 97 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 1
Maximum Permitted Service Rates
April 1, 2016 – June 30, 2017
Recycling Compactor $142.00 Rate Per Pull
Water Reclamation Site $115.00 Rate Per Pull
Temporary Roll-off $335.11
Rate Per Pull – plus 4 tons of
applicable disposal
Temporary Green Waste Roll-off $335.11
Rate Per Pull – plus 6 tons of
applicable disposal
Temporary C&D Roll-off $335.11
Rate Per Pull – plus 6 tons of
applicable disposal
Temporary Inert Roll-off $335.11
Rate Per Pull – plus 6 tons of
applicable disposal
Standby-Roll Back $135.70
Per Occurrence (in excess of 15
minutes)
Dry Run/Relocate $75.00 Per Occurrence
Roll-off Wood (Treated) $102.88 Per Ton
Disposal Per Ton $49.05 Per Ton
Green Waste Per Ton $48.29 Per Ton
Wood Waste Per Ton $42.50 Per Ton
Inerts (Clean) $100.00 Per Load
Dry Wall $40.28 Per Ton
Carpet $50.00 Per Ton
Overweight Penalty $12.00 Per Ton
Miscellaneous Compactor Repairs $66.91 Per Hour
Temporary Bin Services Rate/How Charged
Item/Service Rate How Charged
7-day Bin $69.00 Each Occurrence
Extra Pick-up 7 Day $69.00 Each Occurrence
Packet Page. 1246
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 98 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 1
Maximum Permitted Service Rates
April 1, 2016 – June 30, 2017
7-day Bin Extension $69.00 Each Occurrence
Misc. Services Rate/How Charged
Item/Service Rate How Charged
Clean-Up Service $36.23 Per each 15 minutes
Temporary Bin $69.00 1/month for 3 Cubic Yard
Late Set Out (Barrel) $28.75 Per trip
On-Call Refuse Pickup $45.00 Each Occurrence 2 - 4 Cubic Yard
On-Call Recycling Pickup $35.00 Each Occurrence 2 – 3 Cubic Yard
Cart Replacement $74.75 Each Cart/Each Occurrence
Lock $17.70 Each Lock/Each Occurrence
Bin Enclosure Cleaning $37.16 Each Enclosure/Each Occurrence
Bin Roll Out Service $67.26 Monthly
Bin Steam Cleaning $37.16 Each Bin/Each Occurrence
Rent 2, 3, or 4 CY Bin On-call $69.00 Each Bin/Each Occurrence
Rent 3 Yard Tilt Hopper $30.00 Each Tilt Hopper/Each Occurrence
Compactor Cleaning $133.34 Each Compactor/Each Occurrence
Recycling Contamination $59.00 Each Bin
Late Fee 1.5% Per month
Packet Page. 1247
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 99 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 2
City Facilities
Location Address
Fire Department
Fire Station #221 200 E. 3rd St
Fire Station #222 1201 W 9th St
Fire Station #223 2121 Medical Center Dr
Fire Station #224 2641 N E St
Fire Station #225 1640 W Kendall Dr
Fire Station #226 1920 N Del Rosa Ave
Fire Station #227 282 W 40th St
Fire Station #228 3398 E Highland Ave
Fire Station #229 202 N Meridian Ave
Fire Station #230 502 S Arrowhead Ave
Fire Station #231 450 E. Vanderbilt Way
Fire Station #232 6065 N Palm Ave
Fire Department Automotive Shop 120 D St
Police Department
Police Department 710 N D St
Police Pistol Ranch 1100 E Highland Ave
Animal Control 333 W Chandler Pl
Parks Department
Park & Recreation 1494 E Art Townsend Dr
Parks Dept – T 234 S Mtn View Ave
CID, TT, Parks Dept 8088 N Palm Ln
Lytle Creek Park 300 S. K St
Meadowbrook Park 2nd & Mt View Ave
Perris Hill Park 1100 E Highland Ave
Rio Vista Park 1399 N California St
San RI Fields/Nicolson Park 2nd & Meridian
Seccombe Park 5th & Belle
Hernandez Community Center 222 N Lugo Ave
Antil Garden Project 868 E 6th St
Packet Page. 1248
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 100 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 2
City Facilities
Location Address
Meadow Nutrition Center 123 N Mtn View Ave
Ruben Campos 1717 W 5th St
Senior Citizens Ser Center 600 W 5th St
Warner-Hodgedon Field 200 E 7th St
Al Guhin Park 3650 Little League Dr
Little League
Doty Field 40th & Waterman Ave
Melton Field 300 E 40th St
Del Road Little League Park Marshall/Mountain Ave
Carl Karper Field #39 3900 Severence Ave
Guiterrez Field 1291 W 14th St
Palm Field 790 E 6th St
Porterfield Little League 226 E 7th St
Blair Park 1466 W Marshall Blvd
Highland Fields North 1535 Arden Ave
Highland Fields South Pacific & Arden
Nicholson Community Center 2750 W 2nd St
Guadalupe Field 8th & Western
Ann Shirrells Park 1367 N California St
Ballard Field 1700 W 5th St
Mill Community Center 503 E Central Ave
Nunez Park 1717 W 5th St
Delman Heights Center 2969 N Flores St
Speicher Park 1535 Arden Ave
Wildwood Elks Field 500 E 40th St
Post 777 Little League Marshall/Little Mtn
City Yard
Central Store/Yards 181 S Pershing Ave
Electrical Shop-T 182 S Sierra Way
City Garage 182 S Sierra Way
Packet Page. 1249
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 101 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 2
City Facilities
Location Address
Paint Shop-T 231 S Pershing Ave
Public Works Bldg 231 S Pershing Ave
Refuse Yard/Warehouse-R 180 S. Sierra Ave
Library
Feldheym Central Library 555 W 6th St
Rowe Branch Library 108 E Marshall Blvd
Villasenor Branch Library 525 N Mt Vernon Blvd
Soccer
Blast Soccer Field 3500 W Little League Dr
Arrowhead Stadium 280 S E St
City Hall 300 N D St
Pioneer Cemetery 7th & Sierra Way
Miscellaneous
Norton Air Force Base Gym 1554 E Art Townsend Dr
Roosevelt Bowl 1001 E Highland Ave
Sturgis Auditorium 780 N E St
Homeless Access Center 247 E 7th St
Urban Conservation Corp 378 E Orange Show Rd
1291 W 14th St
Packet Page. 1250
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 102 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
This page intentionally left blank.
Packet Page. 1251
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 103 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 3
Contractor’s Facilities
Primary Facilities:
• San Bernardino Landfill System (Contractor’s preferred disposal site)
• Burrtec East Valley Recycling & Transfer Facility
• Riverside County Waste System
• Salton City Landfill System
Backup Facilities:
• Burrtec West Valley MRF
• Robert A. Nelson MRF/Transfer Station (Agua Mansa MRF)
• Other additional facilities upon written notice to the City
Packet Page. 1252
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 104 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
This page intentionally left blank.
Packet Page. 1253
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 105 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 4
City Sponsored Events
• City Hall Food truck event held every Third Thursday.
• Movie in the Park held in June/July held every Wednesday night.
• San Bernardino Air and Car Show (October).
• Turkey Trot (November).
• Hoho Parade (December).
• Perris Hill Park Christmas in the Park (December)).
• Dump Days (11 days per Agreement Year).
• Café Tuesdays.
• Downtown Farm Share Market.
• Rendezvous Route 66.
• Dump Days (11 days per Agreement Year).
• Other City Sponsored Events as requested by the City.
Packet Page. 1254
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 106 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
This page intentionally left blank.
Packet Page. 1255
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 107 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 5
Transition Plan
SOLID WASTE COLLECTION SERVICES
1. EMPLOYMENT ACTIVITIES
Contractor proposes to initiate the recruitment process immediately following award of
contract by the City Council.
(1) Recruitment. Upon award of the contract, Contractor representatives will distribute
an Employment Announcement to City employees who will be displaced by the
outsourcing of Solid Waste Collection Services, Street Sweeping Services and Right-
Of-Way Clean-Up Services to Contractor. The announcement will detail pay and
benefits and describe the employment process.
(2) Hiring and Orientation. Following the award of contract to Contractor, all eligible City
employees will be offered employment upon successful completion of the following
items:
a. Criminal and driving background check
b. Post offer physical exam
c. Drug screening
(3) Job Fair. Contractor will host a job fair in San Bernardino for employees and their
family. The job fair will provide additional information on Contractor, such as the
employee manual, benefit information and give employees and opportunity to talk
with management, supervisors and Contractor employees.
New hire orientation will be held 7-10 days prior to the contract start date.
(4) Start Date as Contractor Employees. On Service Commencement Date, the City’s
former IWMD employees will report for work as employees of Contractor retaining
their seniority from their original dates of hire with the City.
2. TRANSITION ACTIVITIES
The transition period begins with the award of contract and ends thirty (30) days after
services have been implemented.
(1) Transition Planning. Within five (5) calendar days following contract award,
Contractor will meet with the City Staff to discuss the Implementation Plan.
(2) Ongoing Transition Team Meetings. Contractor’s transition team liaison will meet
with City Staff as needed to report on the progress, activities, and issues that may
have surfaced and how the issues have or will be addressed.
Packet Page. 1256
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 108 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 5
Transition Plan
(3) After-Action Meeting. At the conclusion of the transition period, City and Contractor
will meet to review the success of the transition as well as plans to address any
unresolved matters.
3. OUTREACH ACTIVITIES
Contractor currently operates a local office within the City at 5455 Industrial Parkway,
909-889-1969, which shall be utilized in the interim for customer service activities.
(1) Contractor Website. The Contractor website (www.burrtec.com) will be updated to
provide customers with information about Contractor services, programs and events.
(2) Community Meeting. In the month prior to the Service Commencement Date,
Contractor will conduct community meetings for purposes of outlining services and
answering questions from residents and businesses.
(3) Residential Service Brochure. Prior to the Service Commencement Date, Contractor
will distribute a service brochure to each residential dwelling receiving individual
collection to introduce them to services and promote recycling and organic material
diversion.
(4) Chamber of Commerce Presentations. In the month prior to the Service
Commencement Date, Contractor will contact a local Chamber of Commerce to
schedule a presentation on the transition and commercial services offered.
(5) Media Advertising. One (1) week prior to the Service Commencement Date,
Contractor will publish a print media advertisement to alert the community to the
upcoming transition in service providers.
4. CUSTOMER SERVICE ACTIVITIES
During the transition, Contractor will utilize its existing, in-City facility located at 5455
Industrial Parkway, San Bernardino, 909-889-1969, empire@burrtec.com as its local
customer service office.
(1) CSR Orientation/Training. Following the award of contract, all Contractor personnel
having direct contact with the public will participate in an orientation session to
familiarize them with the transition process and services offered in San Bernardino.
This training will ensure that all Contractor customer service personnel are familiar
with the upcoming services the company will render and can respond intelligently to
any inquiry received.
(2) Account Information. Contractor will identify all customers and the services rendered
to each.
a. City Record Upload. Within ten (10) working days of executing the agreement,
City will provide and Contractor will upload City’s Customer Management Record
Packet Page. 1257
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 109 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 5
Transition Plan
with the name, service address, billing address, subscribed services, including
but not limited to, container size, pick up frequency, and account history.
b. Create Contractor CMR. Following the upload of the City’s Customer
Management Record, Contractor will create a Contractor Customer Management
Record and perform a desktop audit of the records.
c. Field Verification. Contractor will visit each Commercial customer service location
to verify the presence of containers, inspect container locations including
enclosures and note the presence of containers for Recyclable Materials and
Organic Materials collection services.
5. OPERATIONAL ACTIVITIES
Operational activities are to include all services dealing with collection operations.
(1) Collection Vehicles
a. Evaluation. Contractor will evaluate City-owned collection vehicle for immediate
use and long-term use in the City.
b. Vehicle Signage. Contractor will rebrand each vehicle acquired from the City.
(2) Containers.
a. Residential Carts.
i. Labeling. Within the first four (4) weeks following the Service Commencement
Date, Contractor personnel will re-brand every BLACK, BLUE and GREEN
cart in service by affixing a Contractor identification sticker, with Contractor’s
name, website address and telephone number, so as to cover the City’s
identification. Additionally, stickers displaying acceptable materials will also
be affixed to the lid of each BLUE and GREEN cart.
ii. Replacement. Any cart found to be in disrepair will be replaced with a cart
employing the same BLACK-BLUE-GREEN color scheme.
b. Commercial Bins.
i. Labeling. Within the first four (4) weeks following the Service Commencement
Date, Contractor personnel will label every bin in service by affixing a
Contractor identification sticker, with Contractor’s name, website address and
telephone number, so as to cover the City’s identification. Additionally,
stickers displaying acceptable materials will also be affixed to front of bins
used for collecting Recyclable Materials and Organic Materials.
ii. Short-Term Replacement Program. Any bin found to be in disrepair, will be
repaired in the field or replaced with a clean and freshly rehabilitated bin.
c. Roll-off Boxes and Compactors.
Packet Page. 1258
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 110 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 5
Transition Plan
i. Re-Branding. Within the first four (4) weeks following the Service
Commencement Date, Contractor personnel will re-brand every roll-off box by
painting and stenciling, and compactors by affixing a Contractor identification
sticker, with Contractor’s name and telephone number, so as to cover the
City’s identification. Additionally, stickers displaying acceptable materials will
also be affixed to front of compactors used for exclusively collecting
Recyclable Materials and Organic Materials.
ii. Refurbishing. Any roll-off box or Contractor-owned compactor found to be in
disrepair will be repaired or replaced with a clean and freshly rehabilitated
replacement unit.
(3) Routing.
i. City Route Lists & Maps. Within ten (10) days of executing the agreement,
City IWMD will provide Contractor with its complete route lists and route map.
Packet Page. 1259
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 111 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 6
Public Education & Outreach Plan
1. PRE-STARTUP PROGRAMS
The following public education and outreach activities will be performed prior to the
Service Commencement Date.
(1) Contractor Website. The Contractor website (www.burrtec.com) will be updated to
provide customers with information about Contractor services, programs and events.
(2) Chamber of Commerce. In the month prior to the Service Commencement Date,
Contractor will contact a local Chamber of Commerce to schedule a presentation on
the transition and commercial services offered.
(3) City Council Update(s). At the City’s request, Contractor will provide periodic service
updates to the City Council.
(4) Community Meeting. In the month prior to the Service Commencement Date,
Contractor will conduct community meetings for purposes of outlining services and
answering questions from residents and businesses.
(5) Media Advertising. One (1) week prior to the Service Commencement Date,
Contractor will publish a print media advertisement to alert the community to the
upcoming service transition.
(6) Residential Brochure. Prior to the Service Commencement Date, Contractor will
distribute a brochure to each residential dwelling receiving individual collection to
introduce residents to the services and to promote recycling and organic material
recycling.
2. POST-STARTUP PROGRAMS
The following public education and outreach activities will be performed following the
Service Commencement Date.
(1) Acceptable Materials Labels. Commencing with the Service Commencement Date,
as a part of the container rebranding procedure, labels describing the materials
accepted for recycling will be affixed to every container (carts and bins) used for
collecting Recyclable Materials and Organic Materials.
3. ONGOING PROGRAMS
The following public education and outreach activities will be performed on an ongoing
basis throughout the term of the contract.
(1) Community Events. Contractor will provide the personnel, equipment, collection
services, promotional items, and cardboard trash and recycling boxes, at no charge,
in a continuing effort to support City programs and events and to promote recycling
Packet Page. 1260
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 112 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 6
Public Education & Outreach Plan
awareness to the public. Community events include those as listed in Exhibit 4.
(2) City’s Program and Grant Funding. Public education and outreach activities which
focus on beverage container recycling, used motor oil recycling, household
hazardous waste disposal and waste tire collection, and are centered around such
events as residential community clean-up days, Earth Day events, Public Works
Week and the Orange Show Festival.
(3) School Outreach. School programs will be contingent on subscribing to City services.
(4) Customer Feedback. Information regarding disposal and diversion efforts will be
used to give feedback to residential neighborhood organizations and commercial
customers about rates of participation, contamination, waste generation and
diversion.
(5) Product Stewardship. Contractor will encourage residents to donate or exchange
reusable items to local thrift stores and/or second hand establishments rather than
discarding them.
(6) Residential Newsletters. Newsletters will be mailed to residents on a quarterly basis.
The newsletters will remind residents what is accepted for recycling, advise them of
holiday schedules, bulky waste pickup, waste and recycling events, community
events, and special waste handling topics like sharps, used motor oil and electronic
waste.
(7) Key Accounts. As a part of Mandatory Commercial Recycling (AB 341) and
Mandatory Commercial Organics Recycling (AB 1826) programs, Contractor staff will
identify key accounts such as property managers, multi-family site managers, and
major commercial and industrial properties and develop outreach efforts designed to
engage greater participation in these State-mandated programs.
(8) Other Education & Outreach Efforts. Throughout the term of the contract, Contractor
staff will work cooperatively with the City to monitor the effectiveness of existing
public education and outreach programs and to identify and develop new public
education and outreach programs as might be necessary to meet diversion targets.
4. SCHEDULE & QUANTITY OF MATERIAL
(1) Brochures. Contractor will distribute brochures describing services, proper use of
carts, and acceptable materials to all residential cart before the Service
Commencement Date. Brochures will also be distributed to new customers when a
change in occupancy is noted.
(2) Newsletters. Contractor will distribute newsletters to Residential customers on a
quarterly basis. Commercial newsletters will be distributed to coincide with special
program notices such as AB 341 and AB 1826 on a semi-annual basis.
Packet Page. 1261
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 113 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 7
Diversion Plan
This Diversion Plan describes Contractor’s the strategic approach to increase the
City’s overall diversion rate.
RESIDENTIAL SECTOR
Current residential programs will be augmented by:
(1) Brochures/Newsletters. Re-energizing the programs by re-introducing the
concepts of single-stream recycling and green waste diversion through full
color bilingual brochures distributed to every residential customer.
(2) Move-In Service. Collection of recyclable materials such as flattened
cardboard and packing paper that would exceed the capacity of the
recycling cart.
(3) Public Education/Outreach. The following activities will be performed on
an ongoing basis throughout the term of the agreement:
a. Community Events. Contractor will provide the personnel, equipment,
collection services, promotional items, and cardboard trash and
recycling boxes, at no charge, in a continuing effort to support City
programs and events and to promote recycling awareness to the
public. Examples of events include, but are not limited to Café
Tuesdays, Third Thursday Food Fest, Downtown Farm Share Market,
Movie Night in the Park and Rendezvous Route 66.
b. City’s Program and Grant Funding. Public education and outreach
activities which focus on beverage container recycling, used motor oil
recycling, household hazardous waste disposal and waste tire
collection, and are centered around such events as residential
community clean-up days, Earth Day events, Public Works Week and
the Orange Show Festival.
c. School Outreach. School programs will be contingent on subscribing
to City services.
d. Customer Feedback. Information regarding disposal and diversion
efforts will be used to give feedback to residential neighborhood
organizations and commercial customers about rates of participation,
contamination, waste generation and diversion.
e. Product Stewardship. Contractor will encourage residents to donate or
exchange reusable items to local thrift stores and/or second hand
establishments rather than discarding them.
f. Residential Newsletters. Newsletters will be mailed to residents on a
quarterly basis. The newsletters will remind residents what is accepted
Packet Page. 1262
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 114 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 7
Diversion Plan
for recycling, advise them of holiday schedules, bulky waste pickup,
waste and recycling events, community events, and special waste
handling topics like sharps, used motor oil and electronic waste.
g. Key Accounts. As a part of Mandatory Commercial Recycling (AB 341)
and Mandatory Commercial Organics Recycling (AB 1826) programs,
Contractor staff will identify key accounts such as property managers,
multi-family site managers, and major commercial and industrial
properties and develop outreach efforts designed to engage greater
participation in these State-mandated programs.
h. Other Education & Outreach Efforts. Throughout the term of the
contract, Contractor staff will work cooperatively with the City to
monitor the effectiveness of existing public education and outreach
programs and to identify and develop new public education and
outreach programs as might be necessary to meet diversion targets.
COMMERCIAL SECTOR
Contractor proposes to increase diversion from Commercial sources by:
(1) AB 341 Recycling Programs. Contractor will identify and report to the City
annually on the AB 341 compliance status of each business. Contractor’s
recycling coordinator will work with each non-compliant business to
establish programs. (AB 341 defines “business” as any commercial entity,
public entity such as a school or hospital, and multi-family dwelling of five
(5) units or more.)
(2) Recycling Rebates. Commercial establishments that generate large
quantities of source-separated Recyclable Materials may be offered
rebates based on the net value of the commodity.
(3) Organic Materials / AB 1826 Compliance. Contractor will identify and
report to the City on the businesses impacted by AB 1826. Contractor’s
recycling coordinator will work with affected businesses to establish
services that comply with the law.
INDUSTRIAL SECTOR
Contractor will to increase diversion from the Industrial sector by:
(1) AB 341 Recycling Programs. (Previously described.)
(2) Recycling Rebates. (Previously described.)
(3) Organic Materials / Mandatory Commercial Organics Recycling Law.
(Previously described.)
(4) Construction & Demolition Waste.
Packet Page. 1263
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 115 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 7
Diversion Plan
a. Source-Separated Collection. Contractor will provide multiple
containers on large job sites to enable developer/contractors to
source-separate materials. Job sites with limited space might also
source-separate material using containers phased to match the
construction progress, i.e., rock, inerts, concrete & wood for demolition
and flatwork phases, wood for framing phases, plastics & metals for
plumbing, electrical & ducting phases, drywall for wall phases, carpet
remnants, cardboard for HVAC, appliance and finish phases.
b. Mixed C&D Processing. Contractor will provide containers for mixed
construction & demolition roll-off processing.
Below are Contractor’s diversion targets by service sector and date
Year
Refuse
Disposal
Target
Green Waste
Diversion
Target
Recyclables
Diversion
Target
Total Solid
Waste
Generated
Diversion
Rate
Target
Current 150,000 30,600 21,000 201,600 26%
2016 138,100 38,500 25,000 201,600 31%
2020 120,600 48,000 33,000 201,600 40%
2025 91,600 63,000 47,000 201,600 55%
Packet Page. 1264
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 116 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
This page intentionally left blank.
Packet Page. 1265
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 117 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 8
Customer Service Plan
Customer Service Representatives will work from local division offices, not a
regional call center. This localized customer service system promotes a better
understanding of local programs and customer needs.
1. LOCATION
The customer service center for the City of San Bernardino will be initially located
at Contractor’s existing San Bernardino Division Office at 5455 Industrial
Parkway.
2. STAFFING
Will consist of nine (9) fulltime Customer Service Representatives will be
available to answer and process all incoming telephone calls from City residents
and commercial enterprises.
Customer Service Representatives will receive in-house training on the programs
and services to be provided.
3. CALL HANDLING
Customer Service Department will be accessible via a local, toll free telephone
number, which will be listed under Contractor’s name in the white pages directory
servicing San Bernardino. Customer Service Department hours are 8:00 AM -
5:00 PM Monday through Friday and on Saturdays after recognized holidays.
Customer phone calls and customer issues will be recorded in a computerized
log, including the date and time, customer’s name and address, nature of
concern, and resolution. Phone calls received via the message center will be
recorded in the log and responded to no later than the following workday. The log
will be available for review by City representatives during normal office hours.
Contractor will provide ongoing dispatch communications between drivers, route
supervisors and customer service to address issues such as locked gates,
equipment malfunctions, or missed collections.
Packet Page. 1266
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 118 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
This page intentionally left blank.
Packet Page. 1267
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 119 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 9
List of City’s Equipment/Personal Property
Vehicle # Description Odometer Year
Sweepers/Equipment
0492-03 BROOMSWEEPER 71,163 2003
7468 AIRSWEEPER CNG 34,476 2007
7469 AIRSWEEPER CNG 34,476 2007
7476 BROOMSWEEPER CNG 45,866 2007
7478 BROOMSWEEPER CNG 48,040 2007
9490 BROOM SWEEPER 38,690 2009
9491 CNG SWEEPER 22,639 2009
483 COMPACT TRUCK 90,375 1995
Right of Way Vehicles/Equipment
1557 - 1975
1556 MOWER FIELD & BRUSH - 2007
1555 MOUNTED PUMP 1,555 1996
1553 3/4T PU W/SRVC.BDY 132,383 2001
1552 3/4T PU W/SRVC.BDY 78,000 2001
1551 VAN PASS-15 1-TON 76,717 2003
1550 VAN PASS-15 1-TON 68,170 2003
1549 TRAILER 10 FT - 1989
1548 TILT BED TRLR 58,292 1989
1547 3/4 T PICKUP 119,237 2002
1546 PRESSURE WASHER 100 1989
1544 3/4 T PICKUP 41,249 1997
1543 TRAILER 1 AXLE 2 1984
1542 TRAILER 10 FT - 1984
1541 FLATBED 115,349 2002
1540 1 T FLTBED DUMP 164,949 1992
1539 TRAILER 15 FT - 1988
1536 ARROW BOARD TRLR - 2003
813 O STEER MOWER 846 2007
802 3/4T PU W/SRVC.BDY 116,004 1998
768 TRAILER 20 FT. 2 AXL - 2007
764 MOWER 3 DECK 4,750 2005
758 TRAILER 10 FT - 1979
739 1 T FLTBED DUMP 35,750 2006
732 1/2 T PICKUP 113,856 2002
724 1/2 T PICKUP 121,296 2002
720 1/2 T PICKUP 87,742 2002
719 3/4 T PICKUP 122,586 2002
716 1/2 T PICKUP 98,867 2002
703 1 TON PICK UP 55,280 2008
577 TRAILER 10 FT - 1990
576 CARRIER TRL 16' - 1996
Packet Page. 1268
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 120 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 9
List of City’s Equipment/Personal Property
Vehicle # Description Odometer Year
530 - 2010
529 75 2010
528 PRESSURE WASHER - 2009
527 - 2008
526 PAINT SPRAYER 687 2008
525 PAINT SPRAYER 3 2008
524 PAINT SPRAYER - 2008
523 PAINT SPRAYER - 2008
517 - 2010
515 PAINT SPRAYER - 2011
511 GENERATOR PORTABLE - 2000
505 COMPACT PU REG.CAB 86,167 2007
487 TRAILER 10 FT - 1980
485 TRAILER 15 FT - 1973
472 VIBROPLATE - 2011
308 MOWER-RIDING 72" RIGHT OF WAY" 2,201 2007
Refuse Collection/Equipment
Vehicle # Description Odometer Year
01107-02 SIDELOADER AUTOMATED 104,095
01114-02 SIDELOADER AUTOMATED 82,853
129 PRESSURE WASHER 659
0155-87 REAR LOADER 252,804
161 FORKLIFT 1,151
224 SMALL REF. TRUCK 81,146
225 SMALL REF. TRUCK 86,339
7140 SIDELOADER AUTO 48,305
7141 SIDELOADER AUTO 70,288
7142 SIDELOADER AUTO 78,896
7143 SIDELOADER AUTO 53,129
7144 SIDELOADER AUTO 66,680
7145 SIDELOADER AUTO 65,182
7146 SIDELOADER AUTO 79,921
7147 SIDELOADER AUTO 75,363
7148 SIDELOADER AUTO 80,951
7149 SIDELOADER AUTO 66,483
7150 SIDELOADER AUTO 64,845
7151 SIDELOADER-AUTO 67,814
7152 SIDELOADER-AUTO 62,359
8100 SIDELOADER AUTO 73,432
8101 SIDELOADER AUTO 46,442
8102 SIDELOADER AUTO 62,928
8103 SIDELOADER AUTO 67,243
8104 SIDELOADER AUTO 64,691
8105 SIDELOADER AUTO 67,033
Packet Page. 1269
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 121 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 9
List of City’s Equipment/Personal Property
Vehicle # Description Odometer Year
8106 SIDELOADER AUTO 77,856
8107 SIDELOADER AUTO 76,008
8108 SIDELOADER AUTO 79,437
8109 SIDELOADER AUTO 73,679
8223 REAR LOADER LNG 60,337
9110 LNG SIDE LOADER 58,133
9111 LNG SIDE LOADER 68,039
9112 LNG SIDE LOADER 57,233
9113 LNG SIDELOADER 61,554
9114 LNG SIDELOADER 61,213
9115 LNG SIDE LOADER 59,537
9116 LNG SIDE LOADER 59,912
9222 REAR LOADER 71,018
10112 LNG SIDELOADER 41,169
10113 LNG SIDE LOADER 40,425
10114 LNG SIDE LOADER 7,600
10115 LNG SIDE LOADER 45,184
10117 LNG AUTO RES 49,480
10119 LNG AUTO RES 44,606
10120 LNG SIDELOADER 42,522
12104 LNG SIDELOADER 40,217
12116 LNG SIDELOADER 43,831
12151 STAKEBED 23,174
12152 STAKEBED 22,387
200 1/2 T PICKUP CNG 51,081
201 1/2 T PICKUP CNG 100,273
209 1/2 T PICKUP CNG 65,440
220 3/4 T PICKUP 108,320
226 COMPACT SEDAN 45,348
1101 FUEL ONLY 59,155
1136 FUEL ONLY -
1507-02 4DR MED SEDAN 50,887
RES OIL MISC. OIL CHRGS,ETC. 5,535
145 BIN BUGGY 103,640
206 STEAM CLEANER -
208 STEAM CLEANER -
221 TRAILER UTIL 15' -
1200 ROLL OFF 231,028
1201 ROLL OFF 235,374
1203 ROLL OFF 255,563
1204 ROLL OFF 244,637
154 BIN BUGGY 153,074
2170 FR. END LOADER 150,787
2171 FR. END LOADER 161,902
2172 FR. END LOADER 150,217
Packet Page. 1270
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 122 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 9
List of City’s Equipment/Personal Property
Vehicle # Description Odometer Year
2173 FR. END LOADER 33,373
2174 FR. END LOADER 45,485
2175 FR. END LOADER 4,473
7176 FRONTLOADER AUTO 55,820
7182 FRONTLOADER AUTO 67,888
7188 FRONTLOADER AUTO 79,563
7198 ROLL OFF LNG 120,653
7202 ROLL OFF LNG 131,908
7203 ROLL OFF LNG 238,304
7204 ROLL OFF LNG 149,960
8177 FRONTLOADER AUTO 181,143
8178 FRONTLOADER AUTO 1,827
8179 FRONTLOADER LNG 30
8199 ROLL OFF LNG 130,000
8200 ROLL OFF LNG 113,971
9180 FRONT LOADER LNG 63,441
9181 FRONT LOADER LNG 66,387
9183 FRONT LOADER LNG 61,887
9205 ROLLOFF LNG 117,568
10191 LNG FRONT LOADER 54,956
10193 LNG FRONT LOADER 59,353
10196 LNG ROLL OFF 80,292
12153 BIN CARRIER HREM 25,252
12174 LNG FRONT LOADER 44,426
12194 LNG FRONT LOADER 43,880
12202 LNG ROLL OFF 52,523
205 1/2 T PICKUP CNG 100,427
207 4DR STD. SEDAN 113,796
414 COMPACT SEDAN 54,786
1505 COMPACT SEDAN 51,599
202 WELDER WIRE FEED -
1130 BIN REPAIR 87,807
234 VAN CARGO 1/2 TON 23,473
1941 CLASSIC PICKUP 1,194
COM OIL MISC. OIL CHRGS,ETC. 1
Packet Page. 1271
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 123 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 10
Displaced City Employee Compensation Minimum Requirements
BENEFITS. Displaced City Employees (“employees”) employed by Contractor will receive the
exact same benefits as all other Contractor employees:
Health Insurance. Comprehensive medical plan paid by company for employee only
and weekly premium payroll deduction for family coverage.
Retirement.
Employees will have the opportunity to join Contractor’s 401k retirement plan the first of
the month following three months of service. Contractor will make a matching contribution in an
amount equal to 50% of the portion of elective deferrals up to 6% of compensation and
employee will become 100% vested when you enter the plan.
Vacation. Vacation is accrued based upon length of employment:
Years of Service Weeks Weekly Accrual
Ø 1 1 0.77 x 52 = 40.04
Ø 2 2 1.54 x 52 = 80.08
Ø 8-15 3 2.31 x 52 = 120.12
Ø 16 3 + 1 day 2.46 x 52 = 128.0
Ø 17 3 + 2 days 2.62 x 52 = 136.0
Ø 18 3 + 3 days 2.77 x 52 = 144.0
Ø 19 3 + 4 days 2.92 x 52 = 152.0
Ø 20 4 3.08 x 52 = 160.0
Paid Holidays. Contractor’s employees receive six paid holidays.
• Paid Sick Leave – Employees will be granted 32 hours of Paid Sick Leave on every
anniversary hire date. Upon successfully completing 90 days of employment
employees may begin to use their 32 hours.
• Birthday Pay- Contractor employees receive their Birthday as a floating holiday
Other. Service Awards-Contractor values employee’s commitment to company and will
recognize employee’s anniversary milestones with a service award.
Packet Page. 1272
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 124 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
This page intentionally left blank.
Packet Page. 1273
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 125 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
Exhibit 11
Contractor’s Subcontractors
Contractor will use only one subcontractor who will perform street sweeping services:
CleanStreet, Inc.
Jere Costello, CEO and Founder
1937 W. 169th Street
Gardena, CA 90247
(800) 538-8015
info@cleanstreet.com
Federal Tax Identification Number: 95-4147708
Packet Page. 1274
City of San Bernardino Exclusive Franchise Agreement for Integrated Solid Waste
Collection, Processing, and Disposal Services With Burrtec Waste Industries, Inc.
Page 126 of 126
Franchise Agreement Term April 1, 2016 – March 31, 2026
This page intentionally left blank.
Packet Page. 1275