HomeMy WebLinkAbout03-19-2025 Regular Meeting Agenda Packet.Mayor and City Council of the City of San Bernardino 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, MARCH 19, 2025
3:30 PM CLOSED SESSION 5:00 PM OPEN SESSION
NORMAN F. FELDHEYM CENTRAL LIBRARY • 555 W 6TH STREET • SAN BERNARDINO, CA 92410 • WWW.SBCITY.ORG
Theodore Sanchez Helen Tran Dr. Treasure Ortiz
COUNCIL MEMBER, WARD 1 COUNCIL MEMBER, WARD 7
MAYOR
Sandra Ibarra Bill Gallardo
COUNCIL MEMBER, WARD 2 INTERIM CITY MANAGER
Juan Figueroa Sonia Carvalho
MAYOR PRO TEM, WARD 3 CITY ATTORNEY
Fred Shorett Genoveva Rocha
COUNCIL MEMBER, WARD 4 CITY CLERK
Kim Knaus
COUNCIL MEMBER, WARD 5
Mario Flores
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.
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
Mayor Pro Tem, Ward 3 Juan Figueroa
Council Member, Ward 4 Fred Shorett
Council Member, Ward 5 Kim Knaus
Council Member, Ward 6 Mario Flores
Council Member, Ward 7 Dr. Treasure Ortiz
Mayor Helen Tran
Interim City Manager Bill Gallardo
City Attorney Sonia Carvalho
City Clerk Genoveva Rocha
3:30 P.M.
CLOSED SESSION PUBLIC COMMENT
CLOSED SESSION Pg.13
A) CONFERENCE WITH LEGAL COUNSEL EXISTING LITIGATION (Pursuant to
Government Code Section 54956.9(a) and (d)(1):
i. Jose Alvarado, et al. v. City of San Bernardino, et al., United States District Court Case
No. 5:24cv00088
ii. Dennis Houser v. City of San Bernardino, Workers’ Compensation Case
No.ADJ15488028
iii. Thomas Shank v. City of San Bernardino, Workers’ Compensation Case No.
ADJ15724149; ADJ15724051; ADJ16655896; ADJ15724050; ADJ13174538;
ADH11237727; ADJ39990589; ADJ1710432; ADJ39990589; ADJ153836; AND
ADJ4205384
iv. Sherry, Vasilis v. City of San Bernardino, Workers’ Compensation Case No.
ADJ18537573; ADJ18191924; ADJ14378758; and ADJ7270414
v. Michael Paluzzi v. City of San Bernardino, Workers’ Compensation Case No.
ADJ16428063; and ADJ16428064
vi. Ronel Newton v. City of San Bernardino, Workers’ Compensation Case No.
ADJ16142895; and ADJ12116625
vii. City of San Bernardino v. Arrowhead Lodge No. 896 et al., San Bernardino Superior Court,
Case No. CIVSB2221041.
B) CONFERENCE WITH LEGAL COUNSEL – ANTICIPATED LITIGATION SIGNIFICANT
EXPOSURE TO LITIGATION (Pursuant to Government Code Section 54956.9(d)(2)):
Two (2) Cases
Mayor and City Council of the City of San Bernardino Page 3
C) CONFERENCE WITH LEGAL COUNSEL – ANTICIPATED LITIGATION
Initiation of litigation pursuant to Government Code Section 54956.9(d)(4): One (1) Case
D) PUBLIC EMPLOYEE PERFORMANCE EVALUATION PROCESS (Pursuant to
Government Code Section 54957)
Titles: City Attorney, City Clerk
E) PUBLIC EMPLOYEE APPOINTMENT (Pursuant to Government Code Section
54957)
Titles: City Manager (Meet with Recruiter)
Appointment of Interim City Clerk
F) CONFERENCE WITH LABOR NEGOTIATOR (Pursuant to Government Code Section
54957.6):
Agency Designated Representative: City Manager or Designee
Employee Organization: General Unit – Teamsters Local 1932, Management Confidential
Group – SBCMA, Mid Management Unit – Teamsters Local 1932, Police Dispatch Unit –
SBPDA, San Bernardino Police Civilian Association – AFSCME Local 4710, Police
Management Unit – PMA and Police Safety Unit – SBPOA
5:00 P.M.
INVOCATION AND PLEDGE OF ALLEGIANCE
CLOSED SESSION REPORT
PRESENTATIONS
1. Proclamation for National Senior Games Week in the City of San Bernardino – March
1723, 2025 (All Wards) Pg.15
2. Certificate of Recognition for Aquinas Boys Basketball Division 3A CIF Champions
(Ward 4) Pg.17
3. Animal Services Department Projects and Programs Update (All Wards) Pg.18
CITY MANAGER UPDATE
PUBLIC COMMENTS FOR ITEMS LISTED AND NOT LISTED ON THE AGENDA
Mayor and City Council of the City of San Bernardino Page 4
CONSENT CALENDAR
4. Approval to allocate $600,000 from the General Fund for a Rapid Rehousing Program
in partnership with the Salvation Army (All Wards) Pg.19
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California:
1. Approve Resolution No. 2025265 to amend the FY 2024/2025
Operating Budget, authorizing the allocation of $600,000 from the General Fund’s fund balance for Rapid Rehousing Services. 2. Approve The Salvation Army as the singlesource provider for Rapid Rehousing Services, based on their expertise and established infrastructure. 3. Authorize the City Manager or designee to execute a Professional Services Agreement (PSA) with The Salvation Army for the Rapid Rehousing Program, including any necessary amendments, extensions, or related documents.
5. Right of Entry Agreement with BNSF Railway Company (Ward 1 and 6) Pg.160
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California,
approve a Right of Entry Agreement with BNSF Railway Company; and authorize the City
Manager to execute the Right of Entry Agreement in order to carry out certain maintenance
and improvement obligations related to the BNSF Ono Lead Track Extension Project
Completion Agreement.
6. Approval of Commercial and Payroll Disbursements and Purchase Card
Transactions for December 2024 (All Wards) Pg.309
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California approve the commercial and payroll disbursements for December 2024.
7. Receive and File the City’s Annual Comprehensive Financial Report (ACFR) and
Popular Annual Financial Report (PAFR) for the Year Ended June 30, 2024 (All Wards)
Recommendation: Pg.406
It is recommended that the Mayor and City Council of the City of San Bernardino, California, receive and file City’s Annual Comprehensive Financial Report (ACFR) and Popular Annual Financial Report (PAFR) for the Year Ended June 30, 2024.
8. Authorize a Lease Agreement with Mobile Modular Management Corporation for the
Verdemont Community Center for a Total Amount Not to Exceed $47,825.95 (Ward 5)
Recommendation: Pg.680
It is recommended that the Mayor and City Council of the City of San Bernardino, California:
1. Authorize the City Manager to enter into a new agreement with Mobile Modular
Management Services for the lease and extension of the Verdemont Community
Center (temporary) building for a period of 12 months at a monthly cost not to
exceed $1,944.47.
2. Authorize the Director of Finance and Management Services to issue an annual
purchase order to Mobile Modular Management Corporation in the amount of
$47,825.95 with four option years to be exercised at the City’s discretion for the
lease agreement. This amount includes $24,492.31 for payment of prioryear
monthly leasing fees incurred due to staff oversight resulting from personnel
turnover.
Mayor and City Council of the City of San Bernardino Page 5
9. Award an Agreement to Resource Environmental, Inc. to Demolish and Abate the property located at 796 E. 6th Street to prepare the site for construction of the future Navigation Center for a Total Amount Not to Exceed $177,200 (Ward 1) Pg.720
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 the award of an agreement
with Resource Environmental, Inc., in the amount of $177,200 for abatement of
hazardous materials and demolition of the existing School of Hope buildings; and,
2. Authorize the Director of Finance and Management Services to approve
contingencies in the amount of $35,440 for unforeseen conditions that may arise
during the abatement or demolition processes, for a total not to exceed budget
of $212,640.00; and,
3. Authorize the City Manager or designee to execute all documents with Resource
Environmental, Inc.; and,
4. Authorize the City Manager or designee to expend the contingency fund, if
necessary, to complete the project.
10. Award of Construction Agreement to Prestige Paving Company Inc., for the Re
Paving of the Ruben Campos Community Center Parking Lot for a Total Amount Not
to Exceed $292,993.27 (Ward 1) Pg.830
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino California;
1. Approve the award of a Construction Agreement with Prestige Paving
Company Inc., in the amount of $244,161.06 for the RePaving of the
Ruben Campos Community Center Parking Lot (Project); and
2. Authorize construction contingencies, construction management, and
administrative costs in the total amount of $48,832.21 for construction of the
project; and
3. Authorize the City Manager or designee to execute all documents with
Prestige Paving Company Inc.; and
4. Authorize the City Manager or designee to expend the contingency fund, if
necessary, to complete the project; and
5. Find the Project exempt from the California Environmental Quality Act
(“CEQA”) pursuant to State CEQA Guidelines § 15302 (“Replacement or
Reconstruction”).
Mayor and City Council of the City of San Bernardino Page 6
11. Approval of Task Order Number 002 to Rick Engineering for a total amount not to
exceed $70,260 for Design Services on the Pepper Street Storm Drain from
Lynwood Drive South to Piedmont Drive (Lynwood Drive Storm Drain) (Ward 4)
Recommendation: Pg.984
It is recommended that the Mayor and City Council of the City of San Bernardino, California,
adopt Resolution 2025266:
1. Approving Task Order Number 002 with Rick Engineering Company, Inc,. in the
amount of $58,550.00 for Storm Drain design services for Pepper Street
Storm Drain from Lynwood Drive South to Piedmont Drive (Lynwood Drive
Storm Drain) Project; and
2. Authorizing design contingencies, project management, and
administrative costs in the amount of $11,710.00; and
3. Authorizing the Director of Finance and Management Services to amend the
FY 2024/25 Capital Improvement Plan by reallocating $70,260.00 from the
Storm Drain Upgrade project to the Pepper Street Storm Drain from Lynwood
Drive South to Piedmont Drive (Lynwood Drive Storm Drain) Project; and
4. Authorizing the City Manager or designee to execute an all documents
necessary for the Task Order with Rick Engineering Company; and
5. Authorizing the City Manager or designee to expend the contingency fund, if
necessary, to complete the project.
12. Approval of Task Order Number 003 with Rick Engineering for Design Services for
Baldridge Canyon Drive Storm Improvements (Pleasant Hill Drive Storm Drain) from
Baldridge Canyon Drive to Drainage Channel for a Total Amount Not to Exceed
$126,060 (Ward 4) Pg.1002
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California
adopt Resolution 2025267:
1. Approving Task Order Number 003 with Rick Engineering Company, Inc,. in the
amount of $57,300.00 for design services for Baldridge Canyon Drive Storm
Improvements (Pleasant Hill Drive Storm Drain) from Baldridge Canyon Drive
to Drainage Channel (Project); and
2. Authorizing design contingencies, project management, and
administrative costs in the amount of $11,460.00; and
3. Authorizing the Interim Director of Finance and Management Services to
amend the FY 2024/25 Capital Improvement Plan by reallocating
$68,760.00 from the Storm Drain Upgrade project to the Baldridge Canyon
Drive Storm Improvements (Pleasant Hill Drive Storm Drain) from Baldridge
Canyon Drive to Drainage Channel project; and
4. Authorizing the City Manager or designee to execute an all documents
necessary for the Task Order with Rick Engineering Company; and
5. Authorizing the City Manager or designee to expend the contingency fund, if
necessary, to complete the project.
Mayor and City Council of the City of San Bernardino Page 7
DISCUSSION
13. Fiscal Year 2024/25 MidYear Financial Update (All Wards) Pg.1019
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino, California
receive and file the Fiscal Year 2024/25 MidYear Financial Update.
ITEMS TO BE CONSIDERED FOR FUTURE MEETINGS
14. Establishing a Homelessness Initiatives Community Committee (All Wards) Pg.1032
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 April 02, 2025 at
the Feldheym Central Library located at 555 West 6th Street, San Bernardino, California 92410.
Closed Session will begin at 4:00 p.m. and Open Session will begin at 5:00 p.m.
Mayor and City Council of the City of San Bernardino Page 8
CERTIFICATION OF POSTING AGENDA
I, Telicia Lopez, CMC, Chief Deputy City Clerk for the City of San Bernardino, California,
hereby certify that the agenda for the March 19, 2025, 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, 92410, at the Feldheym Central Library located at 555
West 6th Street, San Bernardino, California, and on the City's website sbcity.org on
Friday, March 14, 2025.
I declare under the penalty of perjury that the foregoing is true and correct.
Telicia Lopez
Telicia Lopez, CMC, Chief Deputy City Clerk
Mayor and City Council of the City of San Bernardino Page 9
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.
Mayor and City Council of the City of San Bernardino Page 10
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.
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.
Mayor and City Council of the City of San Bernardino Page 11
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:
Written comments can be emailed to publiccomments@sbcity.org. Written public comments
received up to 2:00 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 .
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 2:00 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.”
CITY OF SAN BERNARDINOAGENDAFOR THEREGULAR 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 SUCCESSORAGENCY TO THE REDEVELOPMENT AGENCY, MAYOR AND CITY COUNCIL OF THE CITY OF SANBERNARDINO ACTING AS THE SUCCESSOR HOUSING AGENCY TO THE REDEVELOPMENTAGENCY, AND MAYOR AND CITY COUNCIL OF THE CITY OF SAN BERNARDINO ACTING AS THEHOUSING AUTHORITY, AND MAYOR AND CITY COUNCIL OF THE CITY OF SAN BERNARDINOACTING AS THE SAN BERNARDINO JOINT POWERS FINANCING AUTHORITYWEDNESDAY, MARCH 19, 20253:30 PM CLOSED SESSION 5:00 PM OPEN SESSIONFELDHEYM CENTRAL LIBRARY • SAN BERNARDINO, CA 92410 • WWW.SBCITY.ORGTheodore SanchezCOUNCIL MEMBER, WARD 1 Helen TranMAYOR Dr. Treasure OrtizCOUNCIL MEMBER, WARD 7Sandra IbarraCOUNCIL MEMBER, WARD 2 Bill GallardoINTERIM CITY MANAGERJuan FigueroaMAYOR PRO TEM, WARD 3 Sonia CarvalhoCITY ATTORNEYFred ShorettCOUNCIL MEMBER, WARD 4 Genoveva RochaCITY CLERKKim KnausCOUNCIL MEMBER, WARD 5Mario FloresCOUNCIL MEMBER, WARD 6Welcome to a meeting of the Mayor and City Council of the City of San BernardinoPLEASE VIEW THE LAST PAGES OF THE AGENDA FOR PUBLICCOMMENT OPTIONS, OR CLICK ON THE FOLLOWINGLINK: TINYURL.COM/MCCPUBLICCOMMENTSPLEASE CONTACT THE CITY CLERK'S OFFICE (909) 3845002 TWOWORKING DAYS PRIOR TO THE MEETING FOR ANY REQUESTS FORREASONABLE ACCOMMODATIONSTo view PowerPoint presentations, written comments, or any reviseddocuments for this meeting date, use this link: tinyurl.com/agendabackup.Select the corresponding year and meeting date folders to view documents.CALL TO ORDERAttendee NameCouncil Member, Ward 1 Theodore SanchezCouncil Member, Ward 2 Sandra IbarraMayor Pro Tem, Ward 3 Juan FigueroaCouncil Member, Ward 4 Fred ShorettCouncil Member, Ward 5 Kim KnausCouncil Member, Ward 6 Mario FloresCouncil Member, Ward 7 Dr. Treasure OrtizMayor Helen TranInterim City Manager Bill GallardoCity Attorney Sonia CarvalhoCity Clerk Genoveva Rocha3:30 P.M.CLOSED SESSION PUBLIC COMMENT CLOSED SESSIONA) CONFERENCE WITH LEGAL COUNSEL EXISTING LITIGATION (Pursuant toGovernment Code Section 54956.9(a) and (d)(1):i. Jose Alvarado, et al. v. City of San Bernardino, et al., United States District Court CaseNo. 5:24cv00088ii. Dennis Houser v. City of San Bernardino, Workers’ Compensation Case No.ADJ15488028iii. Thomas Shank v. City of San Bernardino, Workers’ Compensation Case No.ADJ15724149; ADJ15724051; ADJ16655896; ADJ15724050; ADJ13174538;ADH11237727; ADJ39990589; ADJ1710432; ADJ39990589; ADJ153836; ANDADJ4205384iv. Sherry, Vasilis v. City of San Bernardino, Workers’ Compensation Case No.ADJ18537573; ADJ18191924; ADJ14378758; and ADJ7270414v. Michael Paluzzi v. City of San Bernardino, Workers’ Compensation Case No.ADJ16428063; and ADJ16428064vi. Ronel Newton v. City of San Bernardino, Workers’ Compensation Case No.ADJ16142895; and ADJ12116625vii. City of San Bernardino v. Arrowhead Lodge No. 896 et al., San Bernardino Superior Court,Case No. CIVSB2221041.B) CONFERENCE WITH LEGAL COUNSEL – ANTICIPATED LITIGATION SIGNIFICANTEXPOSURE TO LITIGATION (Pursuant to Government Code Section 54956.9(d)(2)): Two (2)CasesC) CONFERENCE WITH LEGAL COUNSEL – ANTICIPATED LITIGATIONInitiation of litigation pursuant to Government Code Section 54956.9(d)(4): One (1) CaseD) PUBLIC EMPLOYEE PERFORMANCE EVALUATION PROCESS (Pursuant toGovernment Code Section 54957) Titles: City Attorney, City ClerkE) PUBLIC EMPLOYEE APPOINTMENT (Pursuant to Government Code Section 54957)Titles: City Manager (Meet with Recruiter)Appointment of Interim City ClerkF) CONFERENCE WITH LABOR NEGOTIATOR (Pursuant to Government Code Section54957.6):Agency Designated Representative: City Manager or DesigneeEmployee Organization: General Unit – Teamsters Local 1932, Management Confidential Group– SBCMA, Mid Management Unit – Teamsters Local 1932, Police Dispatch Unit – SBPDA, SanBernardino Police Civilian Association – AFSCME Local 4710, Police Management Unit – PMAand Police Safety Unit – SBPOA5:00 P.M.INVOCATION AND PLEDGE OF ALLEGIANCECLOSED SESSION REPORTPRESENTATIONS1.Proclamation for National Senior Games Week in the City of San Bernardino – March1723, 2025 (All Wards)2.Certificate of Recognition for Aquinas Boys Basketball Division 3A CIF Champions(Ward 4)3.Animal Services Department Projects and Programs Update (All Wards)CITY MANAGER UPDATEPUBLIC COMMENTS FOR ITEMS LISTED AND NOT LISTED ON THE AGENDACONSENT CALENDAR4.Approval to allocate $600,000 from the General Fund for a Rapid Rehousing Programin partnership with the Salvation Army (All Wards)Recommendation:It is recommended that the Mayor and City Council of the City of San Bernardino,California:1. Approve Resolution No. 2025265 to amend the FY 2024/2025Operating Budget, authorizing the allocation of $600,000 from theGeneral Fund’s fund balance for Rapid Rehousing Services.2. Approve The Salvation Army as the singlesource provider for RapidRehousing Services, based on their expertise and establishedinfrastructure.3. Authorize the City Manager or designee to execute a ProfessionalServices Agreement (PSA) with The Salvation Army for the RapidRehousing Program, including any necessary amendments, extensions,or related documents.5.Right of Entry Agreement with BNSF Railway Company (Ward 1 and 6)Recommendation:It is recommended that the Mayor and City Council of the City of San Bernardino, California,approve a Right of Entry Agreement with BNSF Railway Company; and authorize the CityManager to execute the Right of Entry Agreement in order to carry out certain maintenanceand improvement obligations related to the BNSF Ono Lead Track Extension ProjectCompletion Agreement.6.Approval of Commercial and Payroll Disbursements and Purchase CardTransactions for December 2024 (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 December 2024.7.Receive and File the City’s Annual Comprehensive Financial Report (ACFR) andPopular Annual Financial Report (PAFR) for the Year Ended June 30, 2024 (All Wards)Recommendation:It is recommended that the Mayor and City Council of the City of San Bernardino,California, receive and file City’s Annual Comprehensive Financial Report (ACFR) andPopular Annual Financial Report (PAFR) for the Year Ended June 30, 2024.8.Authorize a Lease Agreement with Mobile Modular Management Corporation for theVerdemont Community Center for a Total Amount Not to Exceed $47,825.95 (Ward 5)Recommendation:It is recommended that the Mayor and City Council of the City of San Bernardino, California:1. Authorize the City Manager to enter into a new agreement with Mobile ModularManagement Services for the lease and extension of the Verdemont Community Center(temporary) building for a period of 12 months at a monthly cost not to exceed $1,944.47.2. Authorize the Director of Finance and Management Services to issue an annual purchaseorder to Mobile Modular Management Corporation in the amount of $47,825.95 with fouroption years to be exercised at the City’s discretion for the lease agreement. This amountincludes $24,492.31 for payment of prioryear monthly leasing fees incurred due to staffoversight resulting from personnel turnover.9.Award an Agreement to Resource Environmental, Inc. to Demolish and Abatethe property located at 796 E. 6th Street to prepare the site for construction ofthe future Navigation Center for a Total Amount Not to Exceed $177,200 (Ward1)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 the award of anagreement with Resource Environmental, Inc., in the amount of $177,200 forabatement of hazardous materials and demolition of the existing School ofHope buildings; and,2. Authorize the Director of Finance and Management Services to approvecontingencies in the amount of $35,440 for unforeseen conditions that mayarise during the abatement or demolition processes, for a total not toexceed budget of $212,640.00; and,3. Authorize the City Manager or designee to execute all documents withResource Environmental, Inc.; and,4. Authorize the City Manager or designee to expend the contingency fund, ifnecessary, to complete the project.10.Award of Construction Agreement to Prestige Paving Company Inc., for the RePaving of the Ruben Campos Community Center Parking Lot for a Total Amount Notto Exceed $292,993.27 (Ward 1)Recommendation:It is recommended that the Mayor and City Council of the City of San BernardinoCalifornia;1. Approve the award of a Construction Agreement with Prestige PavingCompany Inc., in the amount of $244,161.06 for the RePaving of theRuben Campos Community Center Parking Lot (Project); and2. Authorize construction contingencies, construction management, andadministrative costs in the total amount of $48,832.21 for constructionof the project; and3. Authorize the City Manager or designee to execute all documents withPrestige Paving Company Inc.; and4. Authorize the City Manager or designee to expend the contingencyfund, if necessary, to complete the project; and5. Find the Project exempt from the California Environmental Quality Act(“CEQA”) pursuant to State CEQA Guidelines § 15302 (“Replacementor Reconstruction”).11.Approval of Task Order Number 002 to Rick Engineering for a total amount not toexceed $70,260 for Design Services on the Pepper Street Storm Drain fromLynwood Drive South to Piedmont Drive (Lynwood Drive Storm Drain) (Ward 4)Recommendation:It is recommended that the Mayor and City Council of the City of San Bernardino,California, adopt Resolution 2025266:1. Approving Task Order Number 002 with Rick Engineering Company, Inc,.in the amount of $58,550.00 for Storm Drain design services for PepperStreet Storm Drain from Lynwood Drive South to Piedmont Drive(Lynwood Drive Storm Drain) Project; and2. Authorizing design contingencies, project management, andadministrative costs in the amount of $11,710.00; and3. Authorizing the Director of Finance and Management Services to amendthe FY 2024/25 Capital Improvement Plan by reallocating $70,260.00from the Storm Drain Upgrade project to the Pepper Street Storm Drainfrom Lynwood Drive South to Piedmont Drive (Lynwood Drive StormDrain) Project; and4. Authorizing the City Manager or designee to execute an all documentsnecessary for the Task Order with Rick Engineering Company; and5. Authorizing the City Manager or designee to expend the contingencyfund, if necessary, to complete the project.12.Approval of Task Order Number 003 with Rick Engineering for Design Services forBaldridge Canyon Drive Storm Improvements (Pleasant Hill Drive Storm Drain) fromBaldridge Canyon Drive to Drainage Channel for a Total Amount Not to Exceed$126,060 (Ward 4)Recommendation:It is recommended that the Mayor and City Council of the City of San Bernardino,California adopt Resolution 2025267:1. Approving Task Order Number 003 with Rick Engineering Company, Inc,.in the amount of $57,300.00 for design services for Baldridge CanyonDrive Storm Improvements (Pleasant Hill Drive Storm Drain) fromBaldridge Canyon Drive to Drainage Channel (Project); and2. Authorizing design contingencies, project management, andadministrative costs in the amount of $11,460.00; and3. Authorizing the Interim Director of Finance and Management Services toamend the FY 2024/25 Capital Improvement Plan by reallocating$68,760.00 from the Storm Drain Upgrade project to the BaldridgeCanyon Drive Storm Improvements (Pleasant Hill Drive Storm Drain)from Baldridge Canyon Drive to Drainage Channel project; and4. Authorizing the City Manager or designee to execute an all documentsnecessary for the Task Order with Rick Engineering Company; and5. Authorizing the City Manager or designee to expend the contingencyfund, if necessary, to complete the project.DISCUSSION13.Fiscal Year 2024/25 MidYear Financial Update (All Wards)Recommendation:It is recommended that the Mayor and City Council of the City of San Bernardino, Californiareceive and file the Fiscal Year 2024/25 MidYear Financial Update.ITEMS TO BE CONSIDERED FOR FUTURE MEETINGS14.Establishing a Homelessness Initiatives Community Committee (All Wards) MAYOR & CITY COUNCIL UPDATES/REPORTS ON CONFERENCES & MEETINGSADJOURNMENTThe next joint regular meeting of the Mayor and City Council and the Mayor and City CouncilActing as the Successor Agency to the Redevelopment Agency will be held on April 02, 2025 atthe Feldheym Central Library located at 555 West 6th Street, San Bernardino, California 92410.Closed Session will begin at 4:00 p.m. and Open Session will begin at 5:00 p.m.CERTIFICATION OF POSTING AGENDAI, Telicia Lopez, CMC, Chief Deputy City Clerk for the City of San Bernardino, California, herebycertify that the agenda for the (Month, Date, Year), Regular Meeting of the Mayor and CityCouncil and the Mayor and City Council acting as the Successor Agency to the RedevelopmentAgency 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 (Day, Month, Date, Year).I declare under the penalty of perjury that the foregoing is true and correct.Telicia LopezTelicia Lopez, CMC, Chief Deputy City ClerkNOTICE: Any member of the public desiring to speak to the Mayor and City Council and the Mayor and CityCouncil Acting as the Successor Agency to the Redevelopment Agency concerning any matteron the agenda, which is within the subject matter jurisdiction of the Mayor and City Council andthe Mayor and City Council Acting as the Successor Agency to the Redevelopment Agency mayaddress 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 presidingofficer determines that the meeting or hearing may be lengthy or complicated, the presidingofficer 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 cardand turn in the speaker reservation card to the City Clerk prior to the time designated on theagenda. Comments will be received in the order the cards are turned in to the City Clerk. Failureof a person to promptly respond when their time to speak is called shall result in the personforfeiting their right to address the Mayor and City Council.Rule 3. The presiding officer may request that a member of the public providing commentaudibly state into the microphone, if one is present, his or her name and address beforebeginningcomment. If that person is representing a group or organization the presiding officer may requestthat the speaker identify that group or organization, including that group or organization' sAddress.Rule 4. Notwithstanding the provisions of Rule 2 and 3 above, a person shall not be required toprovide 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 agendabut 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 ofthe public desiring to provide public testimony at a public hearing shall have areasonable time, not to exceed ( 3) minutes, to provide testimony during eachpublic hearing.Any member of the public desiring to speak to the Mayor and City Council and the Mayor and CityCouncil Acting as the Successor Agency to the Redevelopment Agency concerning any matternot on the agenda but which is within the subject matter jurisdiction of the Mayor and CityCouncil and the Mayor and City Council Acting as the Successor Agency to the RedevelopmentAgency may address the body at the end of the meeting, during the period reserved for publiccomments. Said total period for public comments shall not exceed 60 minutes, unless such timelimit is extended by the Mayor and City Council and the Mayor and City Council Acting as theSuccessor Agency to the Redevelopment Agency. A threeminute limitation shall apply to eachmember of the public, unless such time limit is extended by the Mayor and City Council and theMayor and City Council Acting as the Successor Agency to the Redevelopment Agency. Nomember of the public shall be permitted to "share" his/her three minutes with any other memberof the public.Speakers who wish to present documents to the governing body may hand the documents to theCity 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 tothe Redevelopment Agency may refer any item raised by the public to staff, or to anycommission, board, bureau, or committee for appropriate action or have the item placed on thenext agenda of the Mayor and City Council and the Mayor and City Council Acting as theSuccessor Agency to the Redevelopment Agency. However, no other action shall be taken nordiscussion held by the Mayor and City Council and the Mayor and City Council Acting as theSuccessor Agency to the Redevelopment Agency on any item which does not appear on theagenda unless the action is otherwise authorized in accordance with the provisions ofsubdivision (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 hasbeen conducted and closed.ALTERNATE MEETING VIEWING METHOD:If there are any technical issues with the live stream or recording from the main agenda portal or if yourequire an option with Closed Captioning, you may view the meeting from the following location (TV3).https://reflectsanbernardino.cablecast.tv/CablecastPublicSite/watch/1?channel=6PUBLIC COMMENT OPTIONSPlease use ONE of the following options to provide a public comment:Written comments can be emailed to publiccomments@sbcity.org. Written public commentsreceived up to 2:00 p.m. on the day of the meeting (or otherwise indicated on the agenda) will beprovided to the Mayor and City council and made part of the meeting record. Written publiccomments will not be read aloud by city staff. Written correspondence can be accessed by thepublic online at tinyurl.com/agendabackup .Attend the meeting in person and fill out a speaker slip. Please note that the meeting Chair decidesthe cutoff time for public comment, and the time may vary per meeting. If you wish to submit yourspeaker slip in advance of the meeting, please submit your request to speak using the form on thefollowing page: tinyurl.com/mccpubliccomments. Any requests to speak submitted electronically afterthe2:00 p.m. deadline will not be accepted.Please note: messages submitted via email and this page are only monitored from thepublication of the final agenda until the deadline to submit public comments. Please contact the CityClerk at 9093845002 or SBCityClerk@sbcity.org for assistance outside of this timeframe. Writtencorrespondence submitted after the deadline will be provided to the Mayor and City Council at the followingregularmeeting.MEETING TIMENOTE: 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 9:00P.M., the Mayor and City Council shall determine which of the remaining agenda items can beconsidered 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.”
Mayor and City Council of the City of San Bernardino Page 12
This page intentionally left blank.
CLOSED SESSION
City of San Bernardino
Request for Council Action
Date:March 19, 2025
Honorable Mayor and City Council Members
Sonia Carvalho, City Attorney
City Attorney
Closed Session
To:
From:
Department:
Subject:
A) CONFERENCE WITH LEGAL COUNSEL - EXISTING LITIGATION (Pursuant to
Government Code Section 54956.9(a) and (d)(1):
i) Jose Alvarado, et al. v. City of San Bernardino, et al., United States District Court
Case No. 5:24-cv-00088
ii) Dennis Houser v. City of San Bernardino, Workers’ Compensation Case No.
ADJ15488028
iii) Thomas Shank v. City of San Bernardino, Workers’ Compensation Case No.
ADJ15724149; ADJ15724051; ADJ16655896; ADJ15724050; ADJ13174538;
ADH11237727; ADJ39990589; ADJ1710432; ADJ39990589; ADJ153836; AND
ADJ4205384
iv) Sherry, Vasilis v. City of San Bernardino, Workers’ Compensation Case No.
ADJ18537573; ADJ18191924; ADJ14378758; and ADJ7270414
v) Michael Paluzzi v. City of San Bernardino, Workers’ Compensation Case No.
ADJ16428063; and ADJ16428064
vi) Ronel Newton v. City of San Bernardino, Workers’ Compensation Case No.
ADJ16142895; and ADJ12116625
vii) City of San Bernardino v. Arrowhead Lodge No. 896 et al., San Bernardino
Superior Court, Case No. CIVSB2221041.
B) CONFERENCE WITH LEGAL COUNSEL – ANTICIPATED LITIGATION
SIGNIFICANT EXPOSURE TO LITIGATION (Pursuant to Government Code
Section 54956.9(d)(2)): Two (2) Cases
C) CONFERENCE WITH LEGAL COUNSEL – ANTICIPATED LITIGATION
Initiation of litigation pursuant to Government Code Section 54956.9(d)(4): One (1)
Packet Page. 13
Case
D) PUBLIC EMPLOYEE PERFORMANCE EVALUATION PROCESS (Pursuant
to Government Code Section 54957)
Titles: City Attorney, City Clerk
E) PUBLIC EMPLOYEE APPOINTMENT (Pursuant to Government Code Section
54957)
Titles: City Manager (Meet with Recruiter)
Appointment of Interim City Clerk
F) CONFERENCE WITH LABOR NEGOTIATOR (Pursuant to Government Code
Section 54957.6):
Agency Designated Representative: City Manager or Designee
Employee Organization: General Unit – Teamsters Local 1932, Management
Confidential Group – SBCMA, Mid Management Unit – Teamsters Local 1932,
Police Dispatch Unit – SBPDA, San Bernardino Police Civilian Association –
AFSCME Local 4710, Police Management Unit – PMA and Police Safety Unit –
SBPOA
Packet Page. 14
PRESENTATIONS
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:Helen Tran, Mayor
Department:Mayor's Office
Subject:Proclamation for National Senior Games Week in the City
of San Bernardino – March 17-23, 2025 (All Wards)
Packet Page. 15
A PROCLAMATION OF
THE MAYOR AND CITY COUNCIL
PROCLAIMING MARCH 17 – 23, 2025, AS
NATIONAL SENIOR GAMES WEEK
IN THE CITY OF SAN BERNARDINO
WHEREAS, active aging and the promotion of health and well-being for our senior citizens are vital
components of a thriving community; and
WHEREAS, the National Senior Games provides an inspiring platform for individuals aged 50 and
older to engage in athletic competition, foster social connections, and showcase the benefits of
lifelong physical activity; and
WHEREAS, the 2025 National Senior Games will be held in Des Moines, Iowa, from July 24th to
August 4th, bringing together senior athletes from across the nation to celebrate fitness, competition,
and camaraderie; and
WHEREAS, every year, over 100,000 individuals aged 50 and older participate in Senior Games
events nationwide, challenging ageist stereotypes and demonstrating the physical, mental, and social
benefits of active aging; and
WHEREAS, Senior Games Month is a time to recognize and celebrate the dedication,
sportsmanship, and achievements of senior athletes who inspire our community to stay active and
healthy; and
WHEREAS, during National Senior Games Week, observed from March 17 - 23, 2025, communities
across the nation will highlight the importance of Senior Games and encourage more older adults to
engage in sports and physical activities suitable to their abilities;
NOW, THEREFORE, BE IT RESOLVED THAT the Mayor and the City Council of San Bernardino do
hereby proclaim March 17 – 23, 2025, as National Senior Games Week in the City of San Bernardino
and encourage all residents to celebrate the achievements of our senior athletes and consider
participating in the upcoming National Senior Games.
WE URGE THE COMMUNITY TO:
Join in the nationwide celebration of Senior Games athletes and events from March 17-23, 2025.
Support and cheer on our local senior athletes representing our community at the National Senior
Games.
Promote active aging by encouraging individuals aged 50 and older to stay physically active and
explore sports opportunities.
Spread awareness about the benefits of Senior Games and encourage participation in future events.
Recognize and honor the dedication, perseverance, and sportsmanship of senior athletes.
Presented on the 19th day of March 2025
Packet Page. 16
2
6
2
0
PRESENTATIONS
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:Council Member Dr. Treasure Ortiz
Department:Council Office
Subject:Certificate of Recognition for Aquinas Boys Basketball
Division 3A CIF Champions (Ward 4)
Packet Page. 17
2
6
2
5
PRESENTATIONS
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:Kris Watson, Director of Animal Services
Department:Animal Services
Subject:Animal Services Department Projects and Programs
Update (All Wards)
Packet Page. 18
2
5
3
0
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:Bill Gallardo, Interim City Manager
Gabriel Elliott, Director of Community Development &
Housing
Department:Community Development & Housing
Subject:Approval to allocate $600,000 from the General Fund
for a Rapid Rehousing Program in partnership with the
Salvation Army (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1. Approve Resolution No. 2025-265 to amend the FY 2024/2025 Operating
Budget, authorizing the allocation of $600,000 from the General Fund’s fund
balance for Rapid Rehousing Services.
2. Approve The Salvation Army as the single-source provider for Rapid
Rehousing Services, based on their expertise and established
infrastructure.
3. Authorize the City Manager or designee to execute a Professional Services
Agreement (PSA) with The Salvation Army for the Rapid Rehousing
Program, including any necessary amendments, extensions, or related
documents.
Executive Summary
Packet Page. 19
2
5
3
0
The City of San Bernardino proposes allocating $600,000 from the City’s General Fund
to establish a Rapid Rehousing Program in partnership with the Salvation Army. Rapid
Rehousing will provide financial assistance, housing navigation, and case management
services to at least 70 households experiencing homelessness. The initiative aims to
accelerate housing transitions and reduce the risk of individuals and families returning to
homelessness by leveraging the Salvation Army's expertise and established
infrastructure. The program aligns with the City’s strategic objectives to combat
homelessness, decrease reliance on temporary shelter programs, and support long-term
housing stability for unhoused residents.
Background
On September 4, 2024, the Mayor and City Council reaffirmed the Homelessness State
of Emergency, emphasizing the City’s commitment to addressing homelessness through
innovative and sustainable strategies. Subsequently, the City’s Motel Voucher Program
experienced increased participation due to the resumption of encampment clean-ups,
further straining temporary housing resources.
Staff have identified Rapid Rehousing as a best practice approach and critical intervention
tool to transition individuals and families from motels into permanent housing. The
Salvation Army was selected as the sole provider based on its proven track record,
existing outreach framework, and ability to deliver immediate results under the proposed
$600,000 allocation.
The funding allocation and service agreement will enable The Salvation Army to:
Provide direct financial assistance, including rental support, utility deposits, and
security deposits.
Deliver case management services focused on housing navigation and self-
sufficiency planning.
Maintain compliance with federal, state, and local regulations through robust
reporting and performance tracking systems.
Discussion
The City is establishing a new Rapid Rehousing (RRH) Program to address the urgent
need for permanent housing solutions and alleviate pressure on the City’s homelessness
resources. This citywide initiative is designed to enhance pathways to stable housing for
unhoused residents by providing rental assistance and supportive services that promote
long-term stability.
This Rapid Rehousing initiative will be solely funded by General Funds in the amount of
$600,000. Rapid rehousing represents a cost-effective, evidence-based approach to
transitioning individuals and families experiencing homelessness into permanent
housing while providing critical support services to ensure long-term stability.
The Salvation Army’s current role as the City’s sole homeless outreach provider uniquely
positions it to implement this program effectively and efficiently. Its established expertise
in Rapid Rehousing, demonstrated through successful partnerships in cities such as San
Diego, Moreno Valley, and Redlands, ensures seamless integration with the City’s
Packet Page. 20
2
5
3
0
existing homeless outreach services.
Additionally, their familiarity with the local unhoused population, particularly individuals
engaged in the City’s Motel Voucher Program, equips The Salvation Army to quickly
identify and support eligible participants. Without leveraging The Salvation Army’s
Packet Page. 21
2
5
3
0
established framework, individuals would face prolonged stays in motels, reduce
available resources for new participants, and exacerbate the City’s homelessness crisis.
The $600,000 in Rapid Rehousing Funds will go towards program administration and
implementation covering the following core components:
Administration (10% of Budget)
Administrative Costs
o Eligible Activities: Allowable costs for program administration, capped at 10%
of the total program budget.
o Required Documentation: Itemized records or invoices for administrative
expenditures.
o Billing Frequency: Monthly
Case Management and Support Services:
o Housing navigation, including landlord engagement and addressing rental
barriers.
o Individualized self-sufficiency planning to support long-term housing retention.
Program Metrics and Outcomes:
o Serve at least 70 households, prioritizing individuals and families currently
residing in motels or experiencing literal homelessness.
o Achieve a minimum 85% success rate in transitioning participants to
permanent housing.
o Reduce recidivism rates through targeted supportive services.
Reconciliation Reporting
o Required Reporting:
Services delivered during the billing period, including housing
placements, financial assistance, and supportive services provided to
participants.
Expenditures are categorized by eligible activities, such as rent,
security deposits, and utility assistance.
Implementation (90% of Budget)
Rental Assistance:
o Eligible Activities: Payments for rent on behalf of participants transitioning to
permanent housing for up to six months.
o Required Documentation: Copies of rental agreements, payment receipts, or
proof of direct payments to landlords.
o Billing Frequency: Monthly
o Funding to assist participants in meeting eligibility requirements for rental
agreements
Security Deposits
o Eligible Activities: One-time payments for security deposits to secure housing.
o Required Documentation: Proof of payment for deposits (e.g., receipts,
transaction records).
Packet Page. 22
2
5
3
0
o Billing Frequency: Monthly.
Utility Assistance
o Eligible Activities: Payments for utility deposits.
o Required Documentation: Invoices or payment receipts from utility companies.
o Billing Frequency: Monthly
Rapid rehousing will only be utilized for those with income (i.e., work, entitlements,
pensions, VA benefits) who can sustain themselves after rapid rehousing services have
ended. A Single Source Justification substantiated the Salvation Army’s expertise and
capacity to implement this program. Immediate action is essential to meet the City’s
obligations under the Homelessness State of Emergency and maintain motel room
availability for new participants. If approved by the Council, this program is set to
terminate on December 31, 2026, which is the sunset of the ARPA funding used to pay
the Salvation Army for Homeless Street Outreach. If the program proves successful,
staff will search for other available funds to renew the program.
The Agreement with The Salvation Army is being brought forward for the Mayor and City
Council’s approval in accordance with Section 3.04.010 D.3. of the City’s Municipal Code
(Attachment 3) and Section V (e) of the City’s Purchasing Policy (Attachment 4). As
outlined in both the Municipal Code and Purchasing Policy, a purchase that is otherwise
approved by the action of the Mayor and City Council in a public meeting is exempt from
the City’s Purchasing Policy.
2021-2025 Strategic Targets and Goals
This program directly supports Strategic Target No. 3: Improved Quality of Life by
reducing homelessness and its associated impacts, enhancing access to permanent
housing solutions, and promoting community well-being through targeted service
delivery.
Fiscal Impact
This initiative will allocate $600,000 from the General Fund for FY 2024/2025 to support
Rapid Rehousing Services, including rental subsidies, supportive services, case
management, and administrative costs.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1. Approve Resolution No. 2025-265 to amend the FY 2024/2025 Operating Budget,
authorizing the allocation of $600,000 from the General Fund, fund balance for
Rapid Rehousing Services.
2. Approve The Salvation Army as the single-source provider for Rapid Rehousing
Services, based on their expertise and established infrastructure.
3. Authorize the City Manager or designee to execute a Professional Services
Agreement (PSA) with The Salvation Army for the Rapid Rehousing Program,
including any necessary amendments, extensions, or related documents.
Packet Page. 23
2
5
3
0
Attachments
Attachment 1 Rapid Rehousing PSA with The Salvation Army
Attachment 2 Resolution No. 2025-265
Attachment 3 Municipal Code Chapter 3
Attachment 4 Purchasing Policy
Ward:
All Wards
Synopsis of Previous Council Actions:
February 1, 2023 Mayor and City Council approved a Homelessness
State of Emergency Declaration.
December 6, 2023 Mayor and City Council approved a Motel Voucher
Program and authorized Professional Service
Agreements with motel operators to provide interim
shelter.
September 4, 2024: The Mayor and City Council reaffirmed the
Homelessness State of Emergency, focusing on
addressing homelessness through innovative
strategies and expanding resources.
December 18, 2024 Mayor and City Council approved a Professional
Service Agreement with the Salvation Army for
homeless outreach services.
. .
Packet Page. 24
-1-
6
4
4
1
PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF SAN BERNARDINO
AND THE SALVATION ARMY
(RAPID REHOUSING/GENERAL FUND $600K)
This Agreement is made and entered into as of March 19, 2025, 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 The Salvation
Army, a California nonprofit corporation with its local place of business at 925 West 10th
Street, San Bernardino, CA (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:
RAPID REHOUSING SERVICES (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.
D. The Consultant agrees to assist individuals and families experiencing
homelessness or at risk of homelessness in accessing appropriate supportive services,
including but not limited to: rapid rehousing assistance, relocation and stabilization
services, temporary and permanent housing solutions, and other essential services that
promote housing stability and independent living. The Consultant will also facilitate
connections to available federal, state, local, and private resources for eligible individuals
within the City of San Bernardino, in accordance with the Scope of Work attached hereto
as Exhibit A and incorporated herein by this reference.
NOW, THEREFORE, IT IS AGREED AS FOLLOWS:
AGREEMENT
1.Incorporation of Recitals and Effective Date. The recitals above are true
and correct and are hereby incorporated herein by this reference. The Effective Date shall
be that date after this Agreement is both approved by the City Council and fully executed
by the Parties.
2.Services. Consultant shall provide the City with the services described in
the Scope of Services attached hereto as Exhibit “A” and incorporated herein by this
Packet Page. 25
-2-
6
4
4
1
reference.
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
in accordance with the Schedule of Charges set forth in Exhibit “B” attached hereto and
incorporated herein by this reference.
b. In no event shall the total amount paid for services rendered by
Consultant under this Agreement exceed the sum of Six Hundred Thousand Dollars
($600,000.) This amount is to cover all related costs, and the City will not pay any
additional fees or 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 the 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 provided for completion of tasks. Reimbursement
shall only be provided for those expenses identified in Exhibit “B”. 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.
c. The reimbursement process for the Rapid Rehousing program is
designed to ensure compliance with federal and state regulations, transparency in the
use of allocated funds, and alignment with the approved budget categories, as outlined
in 2 CFR Part 200. All expenses must adhere to the federal principles of allowability
(§200.403), allocability (§200.405), and reasonableness (§200.404), ensuring that costs
are necessary, directly benefit the program, and are justifiable based on prevailing market
conditions.
5.Method of Disbursement.
a. Requests for disbursements by Consultant shall be made by
Consultant sending to the City, not more frequently than monthly, commencing on
or before the 10th day of each month, a detailed invoice in a form specified and
approved by the City, attached hereto and incorporated herein as Exhibit “C”.
Such schedule may be modified with the approval of the City. The City shall
distribute funds in monthly installments, as requested by Consultant, in arrears, in
order to compensate Consultant for the provision of Consultant’s services under
this Agreement.
Packet Page. 26
-3-
6
4
4
1
b. Consultant has the ability to adjust line-item amounts in the Budget
with the prior written approval of the City’s Director of the Community
Development and Housing Department, so long as the total budget amount does
not increase.
3.Payment
a. Payment is subject to the receipt and approval of such invoices and
monthly activity reports, as hereinafter more fully set forth below under Level of
Accomplishments and Homeless Management Information System, with the final payment
being due and payable upon the receipt of an invoice and report for the last month of the
term of this AGREEMENT and the City’s approval thereof, which invoice and report shall
be due on or before the 15th day of the month following the expiration of the term of this
AGREEMENT. The City shall pay such invoices within forty-five (45) days after receipt
thereof, provided the City is satisfied that such expenses have been incurred within the
scope of this AGREEMENT and that the Consultant is in compliance with the terms and
conditions of this AGREEMENT. The forty-five (45) day period will discontinue if the
reimbursement request is determined to be incomplete and the forty-five timeline will
restart once the remaining required elements have been submitted.
b. Failure to provide any of the required documentation and reporting will
cause the City to withhold all or a portion of a request for reimbursement until such
documentation and reporting has been received and approved by the City.
4.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, and approved by the City Council.
5.Term. This Agreement shall commence on the Effective Date and continue
through December 31, 2026.
6.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.
Packet Page. 27
-4-
6
4
4
1
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.
7.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.
8.Levels of Accomplishment – Goals and Performance Measures
The Consultant shall be responsible for accomplishing the levels of performance
as set forth in the Scope of Work (Exhibit A) and report such measures monthly to
the City. If the Consultant estimates such goals will not be met, the Consultant is
to contact the City, at which time the City will determine if any adjustments to the
agreement is appropriate.
9.General Conditions.
a. The Consultant, in accordance with 24 CFR § 576.400(f), must
ensure that data on all persons served and all activities are entered into the
applicable community-wide HMIS in the area in which those persons and
activities are located, or with the express knowledge and written consent of the
CITY, a comparable database, in accordance with HUD’s standards on
participation, data collection, and reporting under a local HMIS.
1.HMIS Agency Agreement. The Consultant shall have an agreement in
place with the HMIS lead agency to participate in the regionally
established HMIS system. A copy of the Consultant agreement with the
HMIS lead agency shall be delivered to the CITY. In the case of
Domestic Violence service providers or other agencies prohibited from
entering data into HMIS, documentation from the HMIS lead agency
certifying that the Consultant is using a comparable database shall be
delivered to the CITY. The "HMIS lead agency" is the County of San
Bernardino Community Development and Housing Agency, which is
located at 385 N. Arrowhead Ave., 3rd Floor, San Bernardino, California
(909-387-4700).
2.HMIS Interagency Data Sharing Agreement. The Consultant shall
enter into an Interagency Data Sharing Agreement with the HMIS Lead
Agency where the Consultant agrees to share HMIS data with other
funded agencies regarding clients that are served, unless prohibited by
law. A copy of such agreement shall be delivered to the CITY.
3.HMIS Data Input. Consultant must enter data directly into the HMIS
system and adhere to all implementation guidelines developed under
Packet Page. 28
-5-
6
4
4
1
the Continuum of Care. HMIS Participation includes, but is not limited to, the input
of all programmatic and client data and the generation of all mandated monthly,
quarterly and close-out reports. Subrecipient must input client data no more than
forty-eight (48) hours after the date of program entry. Services rendered to clients
must be entered into HMIS within forty-eight (48) hours from date of services. All
clients who exit the program must have updated status in HMIS within forty-eight
(48) hours of the actual exit date.
b. The Consultant shall conduct initial evaluations to determine
the eligibility of individuals or families for homelessness assistance and the
types and amounts of assistance needed to regain stability in permanent
housing. These evaluations must comply with centralized or coordinated
assessment requirements, the CITY's written standards, and relevant County,
State, or Federal guidelines for homeless assistance programs. Re-evaluations
for homelessness prevention and rapid rehousing assistance must also adhere
to these standards. Evaluations and re-evaluations must be documented in
accordance with the CITY’s Homelessness Assistance Written Standards and
broader state and federal policies.
c. If a program participant violates program requirements, the
Consultant may terminate the assistance in accordance with a formal process
established by the CONSULTANT that recognizes the rights of individuals
affected, in accordance with 24 CFR § 576.402.
d. The Consultant certifies that shelters and housing supported
by homelessness-related funds and utilized by beneficiaries will conform to all
applicable County, State, and Federal standards, including those established
under 24 CFR § 576.403 and other relevant policies.
10.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,
Packet Page. 29
-6-
6
4
4
1
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.
11.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.
12.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 and meet the Key Performance
Indicators, attached hereto as Exhibit “B” and incorporated herein by this reference.
13.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.
14.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.
15.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
Packet Page. 30
-7-
6
4
4
1
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.
19.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.
20.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
(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
Packet Page. 31
-8-
6
4
4
1
(1)Premises/Operations Liability
(2)Products/Completed Operations Liability
(3)Aggregate Limits that Apply per Project
(4)Explosion, Collapse and Underground (UCX)
exclusion deleted
(5)Contractual Liability with respect to this Contract
(6)Broad Form Property Damage
(7)Independent Consultants Coverage
(i)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.
(ii)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.
(iii)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.
(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.
Packet Page. 32
-9-
6
4
4
1
(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.
b. 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.
c. 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
or spread of malicious software code, in a form and with insurance companies acceptable
to the City.
Agreement:
d. Minimum Policy Limits Required
(i)The following insurance limits are required for the
Combined Single Limit
Packet Page. 33
-10-
6
4
4
1
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 $250,000 per occurrence and
aggregate
(ii)Defense costs shall be payable in addition to the limits.
(iii)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.
e. 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.
f. 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.
(ii)The Commercial General Liability Policy and Automobile
Policy shall each contain a provision stating that Consultant’s policy is primary insurance
Packet Page. 34
-11-
6
4
4
1
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.
g. 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.
h. 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.
(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
Packet Page. 35
-12-
6
4
4
1
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.
i. 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.
16.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
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.
Packet Page. 36
-13-
6
4
4
1
17.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).
18.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.
19.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.
20.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
Packet Page. 37
-14-
6
4
4
1
event of substantial failure by City to perform in accordance with the terms of this
Agreement through no fault of Consultant.
26.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.
27.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.
28.Prohibited Employment. Consultant shall not employ any current employee
of City to perform the work under this Agreement while this Agreement is in effect.
29.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.
30.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.
31.Organization. Consultant shall assign Steven Pinckney as Project
Manager. The Project Manager shall not be removed from the Project or reassigned
without the prior written consent of the City.
32.Limitation of Agreement. This Agreement is limited to and includes only the
work included in the Project described above.
33.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:
Packet Page. 38
-15-
6
4
4
1
CITY:
City of San Bernardino
Vanir Tower
Attention: Cassandra Searcy
Deputy Director of Housing & Homelessness
290 North D Street
San Bernardino, CA 92401
With Copy To:
City of San Bernardino
Vanir Tower
Attention: City Attorney
290 North D Street
San Bernardino, CA 92401
CONSULTANT:
The Salvation Army San Bernardino
Attention: Steven Pinckney
Business Administrator
925 West 10th Street, San
Bernardino, CA, 92411
Packet Page. 39
-16-
6
4
4
1
21.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.
22.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.
23.Entire Agreement. This Agreement, including all exhibits attached hereto,
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.
24.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.
25.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.
26.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.
27.Time of Essence. Time is of the essence for each and every provision of
this Agreement.
Packet Page. 40
-17-
6
4
4
1
28.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.
29.Amendments. Only a writing executed by all of the Parties hereto or their
respective successors and assigns may amend this Agreement. The City Manager is
authorized to execute any amendments in order to extend the term and/or amend the
scope of this Agreement. Any proposed amendments to increase the amount of
compensation under this Agreement must be approved by the City Council.
30.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.
31.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 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.
32.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.
33.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.
34.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. 41
-18-
6
4
4
1
SIGNATURE PAGE FOR PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF SAN BERNARDINO
AND THE SALVATION ARMY
(RAPID REHOUSING SERVICES)
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the date
first written above.
CITY OF SAN BERNARDINO THE SALVATION ARMY
APPROVED BY:
Bill Gallardo
Interim City Manager
Date:
ATTESTED BY:
Signature
Steven Pinckney
Name
Business Administrator
Title
Date:
Genoveva Rocha, CMC
City Clerk
APPROVED AS TO FORM:
Best Best & Krieger LLP
Packet Page. 42
-19-
6
4
4
1
EXHIBIT A
SCOPE OF SERVICES
The Salvation Army Rapid Re-Housing (RRH) Program
Program Overview
The Salvation Army’s Rapid Re-Housing (RRH) Program is a critical intervention
designed to address and mitigate homelessness within the City of San Bernardino. The
program’s core mission is to provide immediate, targeted support to individuals and
families, enabling them to transition into permanent housing while fostering long-term
stability. By integrating financial assistance, intensive case management, and tailored
supportive services, the RRH Program not only reduces homelessness but also prevents
recidivism by addressing the root causes of instability.
The program operates in alignment with the City of San Bernardino’s broader
homelessness initiatives, ensuring that resources are leveraged effectively to create a
seamless and sustainable pathway to housing solutions.
Core Program Components
1.Financial Assistance
The program offers direct financial support to eligible participants to facilitate their
transition into stable housing. Assistance is provided on a case-by-case basis,
ensuring flexibility to meet diverse needs while adhering to program guidelines.
Financial assistance may include:
o Utility Deposits or Monthly Assistance: Payments are made directly to
utility providers to establish or maintain essential services, removing barriers
to housing access.
o Security Deposits and Move-In Costs: One-time payments are issued
directly to landlords to cover upfront costs associated with securing housing.
o Monthly Rental Support: Rent payments are provided directly to landlords
to assist participants in maintaining housing stability during their initial
transition period. Financial assistance is offered on a flexible basis, ranging
from one (1) to six (6) months, depending on the individual needs and
circumstances of each participant.
2.Case Management and Support Services
The RRH Program includes robust case management and supportive services to
address both immediate and long-term housing stability needs. Services include:
Packet Page. 43
-20-
6
4
4
1
c.Housing Navigation: Assist participants in identifying and securing suitable,
affordable housing options. This includes engaging landlords and
addressing barriers such as credit history or prior evictions.
d.Self-Sufficiency Planning: Working closely with participants to develop
individualized, long-term plans for financial independence and housing
retention. This includes employment support, financial literacy training, and
access to other supportive resources.
1.Program Integration
The RRH Program is designed to operate in close alignment with the City of San
Bernardino’s existing housing and homelessness initiatives. This integration
ensures a coordinated approach to homelessness prevention and reduction. Key
integration strategies include:
o Leveraging partnerships with local stakeholders, including landlords, service
providers, and community organizations.
o Utilizing the Homeless Management Information System (HMIS) to track
outcomes, ensure data-driven decision-making, and avoid duplication of
services.
o Adopting a Housing First approach, focusing on immediate housing
placement without preconditions, followed by supportive services tailored to
individual needs.
Metrics and Outcomes
1.Projected Reach
The RRH Program aims to assist at least 70 households within the City of San
Bernardino, prioritizing individuals and families experiencing literal homelessness
or fleeing unsafe living conditions.
2.Average Length of Support
The duration of financial and supportive assistance is designed to be flexible,
adapting to the unique needs of each participant. While assistance typically spans
a maximum of six (6) months, the program accommodates variations based on
participant progress and specific barriers to stability.
3.Program Success Metrics
o Percentage of participants who transition to permanent housing within the
support period.
o Percentage of households maintaining permanent housing after program
exit.
Packet Page. 44
-21-
6
4
4
1
e. Reduction in barriers to housing stability as identified during case
management.
Regular performance reviews and reporting through HMIS ensure accountability,
transparency, and continuous improvement.
Packet Page. 45
-22-
6
4
4
1
EXHIBIT B
SCHEDULE OF CHARGES
The Rapid Re-Housing program, supported by a $600,000 allocation, will strictly adhere
to all applicable federal laws, statutes, and regulations, including but not limited to the
Uniform Administrative Requirements, Cost Principles, and Audit Requirements for
Federal Awards (2 CFR Part 200). The approved budget categories and rate schedule
are structured to ensure the effective and efficient allocation of resources while
maintaining full compliance with federal regulatory requirements.
All expenses must align proportionally with the approved rate schedule and budget
categories to maintain compliance with federal guidelines and the specific terms of this
agreement. This ensures funds are utilized effectively for eligible activities supporting
Rapid Re-Housing outcomes.
Approved Budget Categories and Rate Schedule
1. Rental Assistance
o Eligible Activities: Payments for rent on behalf of participants transitioning to
permanent housing.
o Required Documentation: Copies of rental agreements, payment receipts, or
proof of direct payments to landlords.
o Billing Frequency: Monthly.
2. Security Deposits
o Eligible Activities: One-time payments for security deposits to secure
housing.
o Required Documentation: Proof of payment for deposits (e.g., receipts,
transaction records).
o Billing Frequency: Monthly.
3. Utility Assistance
o Eligible Activities: Payments for utility deposits.
o Required Documentation: Invoices or payment receipts from utility
companies.
o Billing Frequency: Monthly.
4. Administrative Costs
o Eligible Activities: Allowable costs for program administration, capped at
10% of the total program budget.
o Required Documentation: Itemized records or invoices for administrative
expenditures.
o Billing Frequency: Monthly.
5. Reconciliation Reporting
o Required Reporting:
Services delivered during the billing period, including housing
placements, financial assistance, and supportive services provided to
participants.
Expenditures categorized by eligible activities, such as rent, security
deposits, and utility assistance.
Packet Page. 46
-23-
6
4
4
1
(i)Cumulative grant expenditures to date, demonstrating alignment with
the approved budget and rate schedule.
j. Submission Requirements:
(i)Must be submitted in the format specified by the grantor agency.
(ii)Include a certification of accuracy and compliance as required under
§200.415.
(iii)Demonstrate adherence to all State and Federal policies governing
Rapid Re-Housing programs.
Federal and State Cost Principles Compliance
All expenditures must adhere to the following principles under 2 CFR Part 200:
Allowable Costs (§200.403): Costs must be necessary, reasonable, and explicitly
permitted under the grant agreement and applicable State and Federal policies for
Rapid Re-Housing.
Allocable Costs (§200.405): Expenditures must directly support the Rapid Re-
Housing program’s objectives and be proportional to the benefits received.
Reasonable Costs (§200.404): Costs must reflect prudent judgment, cost-
effectiveness, and alignment with program goals.
Reconciliation Reporting
To ensure transparency and compliance, monthly invoices must include a Reconciliation
Report detailing:
Services delivered during the billing period, including housing placements, financial
assistance, and supportive services provided to participants.
Expenditures categorized by eligible activities, such as rent, security deposits, and
utility assistance.
Cumulative grant expenditures to date, demonstrating alignment with the approved
budget and rate schedule.
Submission Requirements:
All invoices and reconciliation reports must:
Be submitted in the format specified by the grantor agency.
Include a certification of accuracy and compliance, as required under §200.415.
Demonstrate adherence to all State and Federal policies governing Rapid Re-
Housing programs.
Documentation and Retention Requirements
To maintain accountability and prepare for audits, the following documentation
requirements will be enforced:
1. Retention Period:
All financial records, supporting documentation, and program reports must be
retained for a minimum of 3-5 years, in accordance with the grant terms and
applicable regulations.
2. Internal Compliance Reviews:
Conduct periodic internal reviews to ensure adherence to 2 CFR Part 200, relevant
Packet Page. 47
-24-
6
4
4
1
State policies, and Rapid Re-Housing program requirements.
3. Audit Preparedness:
Maintain all records in an organized and accessible manner to facilitate potential
audits and ensure full compliance with State and Federal guidelines.
The Rapid Rehousing Program is designed to provide critical assistance to individuals
experiencing homelessness by facilitating their transition into stable, permanent housing.
The program emphasizes flexibility to accommodate the unique challenges and
circumstances faced by the clients it serves, acknowledging that each case requires tailored
solutions to ensure successful placement and sustained housing stability. By covering
essential costs such as rental assistance, security deposits, and utility support, the program
mitigates immediate financial barriers that often prevent individuals from exiting
homelessness.
Moreover, the inclusion of administrative costs, capped at 10%, ensures efficient program
management while maintaining accountability and compliance with funding requirements.
The program's Housing First approach prioritizes immediate housing placement without
preconditions, recognizing the foundational role of stable housing in addressing the broader
issues associated with homelessness. This flexibility and adaptability are key to meeting the
needs of diverse clients and achieving the overarching goal of long-term housing stability.
Packet Page. 48
-25-
6
4
4
1
EXHIBIT C
REIMBURSEMENT REQUEST
Exhibit C serves as the official reimbursement request framework for the Rapid Rehousing
Program for FY 2024-2025. It is designed to ensure compliance with federal, state, and
local regulations while maintaining alignment with the approved budget categories outlined
in Exhibit B (Rate Schedule). The exhibit includes the Reimbursement Coversheet, which
facilitates accurate monthly billing, detailed documentation, and transparent financial
reporting, ensuring that all reimbursement requests meet the program’s standards.
Reimbursement Coversheet
Each reimbursement request must include a completed reimbursement cover sheet
containing the following key details:
Consultant Name: The legal name of the organization requesting reimbursement.
Agreement Number: The unique contract number assigned by the CITY.
Reporting Period (Month/Year): The specific period for which reimbursement is being
requested.
Invoice Number: A unique identifier for tracking the reimbursement request.
Total Amount Requested: The total amount being requested for reimbursement.
Certification Statement: Signed by an authorized representative, certifying that all
submitted expenses comply with the agreement terms and federal regulations.
The Reimbursement Coversheet Template is included as part of this exhibit. Additionally,
the CITY will provide the Consultant with an Excel sheet preformatted with the required
fields. This Excel sheet should be used to document the requested reimbursement details
comprehensively and electronically.
Monthly Billing and Documentation Requirements
Reimbursement requests must be submitted on a monthly basis and must include
supporting documentation for all eligible activities. The documentation requirements are
as follows:
1. Supportive Services
o Receipts, invoices, or contracts for services provided.
2. Financial Assistance
o Rental Assistance: Copies of rental agreements, payment receipts, or proof
of direct payments to landlords.
o Security Deposits: Proof of payment for deposits (e.g., receipts, transaction
records).
o Utility Assistance: Invoices or payment receipts from utility companies.
3. Administrative Costs
o Itemized records or invoices for administrative expenditures, ensuring
adherence to the 10% cap on program administration.
4. Reconciliation Reporting
o Documentation must include a detailed Reconciliation Report that outlines:
Services delivered during the billing period, including housing
placements, financial assistance, and supportive services.
Packet Page. 49
-26-
6
4
4
1
(ii)Expenditures categorized by eligible activities to ensure alignment with
the approved budget.
(iii)Cumulative grant expenditures to date to demonstrate compliance with
federal and state guidelines.
Submission Requirements
Reimbursement requests and accompanying documentation must be submitted in
the format specified by the grantor agency.
Each submission must include a certification of accuracy and compliance, as
required under §200.415 of the Uniform Administrative Requirements.
All submitted expenses must adhere to the budget categories outlined in Exhibit B and
must include detailed supporting evidence such as payroll records, receipts, invoices, and
other relevant documentation.
Review and Approval Process
All reimbursement requests will be subject to review by the CITY to ensure accuracy,
alignment with budget categories, and compliance with program guidelines. Incomplete or
noncompliant submissions may result in delays or denial of reimbursement. It is the
Consultant’s responsibility to address any deficiencies in the submission promptly.
Packet Page. 50
-27-
6
4
4
1
CITY OF SAN BERNARDINO
RAPID REHOUSING PROGRAM FISCAL YEAR 2024-2025
SUBGRANTEE PAYMENT REQUEST
Agency Name:Date:
Address:Phone:909-888-4880
Invoice No.:Purchase Order:
Period Covered:Account #
Invoice Amount:
APPROVED
FUNDING
BUDGET AMOUNT
(AWARDED)
CURRENT AMOUNT
REQUESTED FOR
REIMBURSEMENT
TOTAL
REQUESTED
TO DATE - INCL
CURRENT
REMAINING
BALANCE
600,000.00$ -$ 600,000.00$
-$ -$
-$ -$
600,000.00$ -$ -$ -$ 600,000.00$
Rounding Error -
Signature of Preparer Email Date
Print Name of Authorized Supervisor, Executive Director, or Board Member
Signature of Authorized Supervisor, Executive Director, or Board Member Date
For City Use Only:Date Invoice Received Date Reviewed #1
Date Invoice Revised Date Reviewed #2
Review by:Date Reviewed - Final
Invoice Approved by:Invoice Amount Approved
The undersigned herby certified that the expenditures identified on the Subgrantee Payment Request are true and correct, and that said expenditures were incurred and paid within period stated
on this invoice, in accordance with the agreement identified herein. Evidence of all payments (bills and/or receipts and check copies) for each of the expenditures listed is attached hereto.
$ - TOTAL PAYMENT REQUEST THIS INVOICE
TOTAL
THE SALVATION ARMY
925 W. 10TH STREET SAN BERNARDINO, CA 92411
ELIGIBLE ACTIVITY
Rapid Rehousing and Supportive Services
Packet Page. 51
Resolution No. 2025-265
Resolution No. 2025-265
March 19, 2025
Page 1 of 3
6
7
1
9
RESOLUTION NO. 2025-265
RESOLUTION OF THE MAYOR AND CITY COUNCIL OF
THE CITY OF SAN BERNARDINO, CALIFORNIA,
AUTHORIZING THE CITY MANAGER TO AMEND THE
FISCAL YEAR 2024/2025 OPERATING BUDGET AND
ALLOCATE $600,000 IN GENERAL FUNDS TO BE USED
FOR RAPID REHOUSING
WHEREAS, San Bernardino Municipal Code Section 2.46.050(A) designates the City
Manager as the Director of Emergency Services ("Director"); and
WHEREAS, in conjunction with the State's directives to combat homelessness and
address the housing crisis, the City of San Bernardino ("City") has designated significant
resources to address homelessness in the City, but the threat to life and property remains at stake
beyond the control of the services, personnel, equipment, and facilities of this City, requiring the
combined forces of other political subdivisions to combat this crisis; and
WHEREAS, the City has, at any given time, approximately 1,417 people experiencing
homelessness Citywide; and
WHEREAS, the City has established homeless outreach services to assist unhoused
residents with comprehensive services designed to connect individuals to appropriate resources
and services; and
WHEREAS, the City has established a Motel Voucher Program to provide interim
housing for unhoused residents to safely recover and connect to community resources; and
WHEREAS, the City would like to expand its homeless outreach to include Rapid
Rehousing, which would assist those who have income but are experiencing homelessness and
residing in shelters or motels with financial assistance associated with the procurement of
housing.
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 Director of Finance and
Management Services to amend the FY 2024/2025 Operating Budget and allocate General Funds
for Rapid Rehousing in the amount not exceeding $600,000.
SECTION 3.CEQA. 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 to cause a significant
effect on the environment. Where it can be seen with certainty, as in this case, that there is no
Packet Page. 52
Resolution No. 2025-265
Resolution No. 2025-265
March 19, 2025
Page 2 of 3
6
7
1
9
possibility that the activity in question may significantly affect 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 19th day of March 2025.
Helen Tran, Mayor
City of San Bernardino
Attest:
Genoveva Rocha, CMC, City Clerk
Approved as to form:
Sonia Carvalho, City Attorney
Packet Page. 53
Resolution No. 2025-265
Resolution No. 2025-265
March 19, 2025
Page 3 of 3
6
7
1
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. 2025-265, adopted at a regular meeting held on the 19th day of March 2025 by
the following vote:
Council Members: AYES NAYS ABSTAIN ABSENT
SANCHEZ _____ _____ _______ _______
IBARRA _____ _____ _______ _______
FIGUEROA _____ _____ _______ _______
SHORETT _____ _____ _______ _______
KNAUS _____ _____ _______ _______
FLORES _____ _____ _______ _______
ORTIZ _____ _____ _______ _______
WITNESS my hand and official seal of the City of San Bernardino on this 19th day of March
2025.
Genoveva Rocha, CMC, City Clerk
Packet Page. 54
Packet Page. 55
Packet Page. 56
Packet Page. 57
Packet Page. 58
Packet Page. 59
Packet Page. 60
Packet Page. 61
Packet Page. 62
Packet Page. 63
Packet Page. 64
Packet Page. 65
Packet Page. 66
Packet Page. 67
Packet Page. 68
Packet Page. 69
Packet Page. 70
Packet Page. 71
Packet Page. 72
Packet Page. 73
Packet Page. 74
Packet Page. 75
Packet Page. 76
Packet Page. 77
Packet Page. 78
Packet Page. 79
Packet Page. 80
Packet Page. 81
Packet Page. 82
Packet Page. 83
Packet Page. 84
Packet Page. 85
Packet Page. 86
Packet Page. 87
Packet Page. 88
Packet Page. 89
Packet Page. 90
Packet Page. 91
Packet Page. 92
Packet Page. 93
Packet Page. 94
Packet Page. 95
Packet Page. 96
Packet Page. 97
Packet Page. 98
Packet Page. 99
Packet Page. 100
Packet Page. 101
Packet Page. 102
Packet Page. 103
Packet Page. 104
Packet Page. 105
Packet Page. 106
Packet Page. 107
Packet Page. 108
Packet Page. 109
Packet Page. 110
Packet Page. 111
Packet Page. 112
Packet Page. 113
Packet Page. 114
Packet Page. 115
Packet Page. 116
Packet Page. 117
Packet Page. 118
Packet Page. 119
Packet Page. 120
Packet Page. 121
Packet Page. 122
Packet Page. 123
Packet Page. 124
Packet Page. 125
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
2
5
7
9
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:Bill Gallardo, Interim City Manager;
Kenneth Chapa, Director of Economic Development
Department:Economic Development
Subject:Right of Entry Agreement with BNSF Railway Company
(Ward 1 and 6)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, approve a Right of Entry Agreement with BNSF Railway Company; and
authorize the City Manager to execute the Right of Entry Agreement in order to carry
out certain maintenance and improvement obligations related to the BNSF Ono Lead
Track Extension Project Completion Agreement.
Executive Summary
The Right of Entry Agreement will allow BNSF Railway Company to enter onto City-
owned property and public right-of-way for the purpose of fulfilling the terms of the Ono
Lead Track Extension Project Completion Agreement associated with Real Property
Street Vacation No. 15.30-434. The permitted uses will include access to and across
the various segments of land to allow for improvements to be completed as well as the
temporary storing of construction materials and equipment. The Agreement will
automatically terminate three years from the date of commencement.
Background
BNSF Railway Company intends to install a fourth lead track extending BNSF’s San
Bernardino Intermodal Facility lead track to the two existing Ono Storage Sidings.
Expanding the storage sidings involves the installation of track components and
facilities within and along approximately 4.3 miles of the existing corridor, generally
from the BNSF overpass at State Street/University Parkway to the Intermodal Facility
at W 5th Street on the south. These storage sidings are used to temporarily store freight
cars and trains, allowing for the loading and unloading of cargo while limiting
interruption of service from other trains accessing the same line. The City of San
Bernardino and BNSF Railway Company memorialized the future improvements
Packet Page. 160
2
5
7
9
associated with Street Vacation 15.30-434 via a Completion Agreement.
On June 1, 2022, the City certified the Environmental Impact Report, while also
approving the associated Mitigated Monitoring and Reporting Program. These actions
approved Resolution No. 2022-103, also known as Real Property Street Vacation No.
15.30-0434, which vacated portions of “I” and “J” Streets. The Right of Entry
Agreement will provide the mechanism for the completion of the required
improvements associated with Street Vacation No. 15.30-434; thus, satisfying the
terms and conditions of the Completion Agreement.
Discussion
The Lead Track Project is not intended to increase train capacity, but would close the
gap between the two existing Ono Storage Sidings, creating a continuous lead track
and improving the flow of trains in and out of the San Bernardino Intermodal Facility.
The impacted areas, attached herein as Exhibit A, consist of the following areas:
T101: Portions of Cajon Blvd south of Medical Center Drive to construct guard rail
T102: Portions of Cajon Blvd south of Mt Vernon Ave to construct guard rails and
to install storm drainage
T103: A portion of the southeast intersection of Cajon Blvd and Highland Ave to
install drainage
T104: A portion along Massachusetts Ave to construct security fencing and storm
drainage
T105: The corner of W 17th Street and N J Street to construct a sound wall
T106: Portions of W Evans Street, W 15th Street, Magnolia Ave West, W 14th
Street, and North I Street to install utilities and street realignment
T107: A portion along Baseline Street to construct security fencing and storm
drainage
T108: Portions of W 11th Street to install utilities and street realignment and
portions of W Olive Street and W 10th Street to install utilities and street realignment
T109: A portion of W 9th Street to construct security fencing and storm drain trench
and a portion of W 8th Street and W 7th Street to install utilities and street
realignment
T110: A portion from W 6th Street through W 5th Street to construct security fencing
These improvements are required to fulfill the terms of the Completion Agreement
(Exhibit B) associated with the City of San Bernardino Street Vacation No. 15.30-434,
also known as the ”I” Street BNSF Ono Lead Track Extension Project, approved by the
Mayor and City Council on July 27, 2022, via Resolution No. 2022-103.
2021-2025 Strategic Targets and Goals
Authorizing the Right of Entry Agreement with BNSF Railway Company aligns with
Key Target No. 2b: Evaluate operations and performance, investment in resources,
technology, and tools to continually improve organizational efficiency and
effectiveness. The improvements completed under the terms of the Completion
Packet Page. 161
2
5
7
9
Agreement will provide added safety measures for area residents, improve utility
infrastructure, and reduce noise pollution through the installation of sound barrier walls.
Fiscal Impact
There is no General Fund impact associated with this action.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, approve a Right of Entry Agreement with BNSF Railway Company; and
authorize the City Manager to execute the Right of Entry Agreement in order to carry
out certain maintenance and improvement obligations related to the BNSF Ono Lead
Track Extension Project Completion Agreement.
Attachments
Attachment 1 - Right of Entry Agreement, Exhibits A & B
Attachment 2 - Resolution No. 2022-103 (Street Vacation No. 15.30-434)
Ward:
First Ward; Sixth Ward
Synopsis of Previous Council Actions:
June 1, 2022 The Mayor and City Council approved Street Vacation No. 15.30-
434, outlining the Completion Agreement terms associated with
the “I” Street BNSF Ono Lead Project Street Vacation.
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
2
4
3
2
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:Bill Gallardo, Interim City Manager
C. Jeannie Fortune, Interim Director of Finance & Management
Services
Department:Finance & Management Services
Subject:Approval of Commercial and Payroll Disbursements
and Purchase Card Transactions for December 2024
(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 December 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. 309
2
4
3
2
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 December 2024.
Attachments
Attachment 1 Payroll Summary Report for December 2024
Attachment 2 Commercial checks & Payroll Register #30
Attachment 3 Commercial checks & Payroll Register #31
Attachment 4 Commercial checks & Payroll Register #32
Attachment 5 Commercial checks & Payroll Register #33
Attachment 6 Commercial checks & Payroll Register #34
Attachment 7 Commercial checks & Payroll Register #35
Attachment 8 Commercial checks & Payroll Register #36
Attachment 9 Commercial EFT Registers #1730-1733
Attachment 10 Commercial EFT Registers #1734-1743
The following check registers are being presented for approval:
December 5, 2024 2024/25 (Register #30)$2,073,767.13
December 12, 2024 2024/25 (Register #31)$1,884,580.12
December 16, 2024 2024/25 (Register #32)$10,000.00
December 19, 2024 2024/25 (Register #33)$2,822,135.48
December 19, 2024 2024/25 (Register #34)$8,990.00
December 20, 2024 2024/25 (Register #35)$69,708.90
December 20, 2024 2024/25 (Register #36)$22,806.50
Total commercial check demands:$6,891,988.13
The following Electronic Funds Transfer (EFT) registers presented for approval:
December 26, 2024 2024/25 (Register #1730-1733)$10,999,467.00
Dec 6, 2024 - Dec 31, 2024 2024/25 (Register #1734-1743)$2,937,834.26
Total commercial EFT demands:$13,937,301.26
Purchasing Card Charges:
December 2024 $63,816.00
Total Purchasing Card Charges:$63,816.00
Packet Page. 310
2
4
3
2
Attachment 11 Purchasing Card Charges for December 2024
Ward:
All Wards
Synopsis of Previous Council Actions:
N/A
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
2
6
1
0
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:Bill Gallardo, Interim City Manager
C. Jeannie Fortune, Interim Director of Finance & Management
Services
Department:Finance & Management Services
Subject:Receive and File the City’s Annual Comprehensive
Financial Report (ACFR) and Popular Annual
Financial Report (PAFR) for the Year Ended June 30,
2024 (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, receive and file City’s Annual Comprehensive Financial Report (ACFR) and
Popular Annual Financial Report (PAFR) for the Year Ended June 30, 2024.
Executive Summary
Pursuant to California law, each year, the City has an independent audit conducted of
its financial statements and related internal control procedures. The audit for the fiscal
year ended June 30, 2024 has been completed and the Annual Financial Report issued
by the City’s auditor, Rogers, Anderson, Malody and Scott, LLP (RAMS).
Background
The information in the ACFR is designed to be used by potential investors and rating
agencies, and the language throughout is technical, making for dry reading material.
As a result, in an effort to provide the City of San Bernardino community with more
transparent and accessible financial information, the Finance department is completing
the City’s Popular Annual Financial Report (PAFR) for FY 2023/24. The PAFR is an
abbreviated version of the City’s annual report designed to communicate the financial
performance of the City more effectively to the community. The objective of the PAFR
is to simplify the information in the ACFR and better inform the public about the overall
financial condition of the City without the heavy use of technical accounting terms or
excessive detail. The FY2023/24 PAFR will be posted to the City’s website in both
Spanish and English. Copies will also be available at the libraries.
Packet Page. 406
2
6
1
0
Discussion
The ACFR contains three sections:
1. Introductory Section
2. Financial Section
a. Independent Auditor’s Report
b. Management’s Discussion and Analysis
c. Basic Financial Statements and Notes to the Basic Financial Statements
d. Required Supplementary Information
e. Combining Financial Statements and Schedules
3. Statistical Section
As the Financial Section comprises the majority of the report, each subsection is
detailed below:
a.) Independent Auditor’s Report
The auditor’s opinion for a financial statement is most typically an “Unmodified”
or “clean” opinion. This implies two things - 1) the auditors were able to perform
all the required tests of the accounts and, 2) the financial statements present
fairly, in all material respects, the financial position of the City’s opinion units. For
FY2023/24, all of the City’s funds received an Unmodified (“clean”) opinion.
b.) Management’s Discussion and Analysis
This section provides a narrative overview and analysis of the basic financial
statements and its components. Management’s Discussion and Analysis also
discusses financial highlights for the year ended June 30, 2024 for all major
funds, General Fund budgetary highlights, and summarized information on
capital assets and long-term debt.
c.) Basic Financial Statements
Within the Basic Financial Statement, there are three sections:
i. Government-wide Financial Statements
a. These statements are designed to provide readers with a broad
overview of the City’s finances, in a manner similar to a private-sector business.
The government-wide financial statements present information about (1) the
functions of the City that are principally supported by taxes and intergovernmental
revenues (governmental activities) and (2) activities that are intended to recover
all or a significant portion of their costs through user fees and charges (business-
type activities). The governmental activities of the City include general
government, public safety, streets, culture and recreation, community
Packet Page. 407
2
6
1
0
development, and community services. The business-type activities of the City
predominantly relate to the activity of the Water department.
ii. Fund Financial Statements
a. A fund is a grouping of related accounts used to maintain control over
resources that have been segregated for specific activities or objectives. The
City, like other state and local governments, uses fund accounting to ensure and
demonstrate compliance with finance-related legal requirements. All the funds of
the City can be divided into three categories: governmental funds, proprietary
funds, and fiduciary funds.
b. Governmental funds are used to account for essentially the same
functions reported as governmental activities in the government-wide financial
statements. However, unlike the government-wide financial statements,
governmental fund financial statements focus on near-term inflows and outflows
of spendable resources, as well as on balances of spendable resources available
at the end of the fiscal year. Such information may be useful in evaluating a
government’s near-term financing requirements.
c. The City maintains various enterprise funds to report the business-type
activities of the Water Fund, Sewer Fund, Sewer Collection Fund, and Integrated
Waste Fund. The City also maintains various internal service funds, which are an
accounting device used to accumulate and allocate costs internally among the
City’s various functions.
d. Fiduciary funds account for resources held for the benefit of parties
outside the government. Fiduciary funds are not included in the government-wide
financial statements because the resources of those funds are not available to
support the City’s programs.
iii. Notes to the Basic Financial Statements
a. The notes to the basic financial statements provide additional
information that is essential to a full understanding of the data provided in the
government-wide and fund financial statements.
d.) Required Supplementary Information (RSI). This section contains budgetary
information for the General Fund and other major governmental funds, schedules related
to changes in the City’s net pension liability and OPEB liability, and schedules of pension
and OPEB contributions.
e.) Combining Financial Statements and Schedules. This section contains combining
schedules for the Non-Major Governmental Funds and Internal Service Funds, as well
as budget to actual comparisons for all other governmental funds with an adopted budget
for FY 2023/24.
In addition to the Annual Comprehensive Financial Report (ACFR), the independent
Packet Page. 408
2
6
1
0
auditor issues other related documents, which are summarized below:
Audit Overview Letter (Attachment 2)
Discusses the auditor’s responsibilities under Government Auditing
Standards and any significant issues encountered during the audit that
warrant disclosure.
Although the auditors identified significant risks: management’s override of
internal controls over financial reporting, and revenue recognition, these risks
are presumptive in most audits. The auditors also noted no matters of
management override of controls or deviations from generally accepted
accounting principles.
None of the misstatements detected as a result of the audit procedures and
corrected by management were material, either individually or in the
aggregate, to the financial statements taken as a whole.
Internal Control & Compliance Report (Attachment 3)
The Internal Control & Compliance Report identifies any material internal
control deficiencies that impact the financial statements. The auditors did not
identify any deficiencies in internal control that were considered to be material
weaknesses.
The results of the tests performed on Compliance and Other Matters by the
City auditors resulted in an instance of noncompliance that is required to be
reported under Government Auditing Standards.
2024-001 – Credit Card Transaction Approvals is part of the Internal Control
and Compliance Report that lists the cause, effect and City management’s
response and corrective action to be taken.
Fiscal Year 2023/24 PAFR
As explained above, the PAFR provides an overview of the City’s financial position, the
results of select funds, significant assets, and outstanding debt structure in a manner
that is easy to understand. The PAFR is prepared primarily from detailed information
contained in the City’s audited ACFR and discusses the following areas: Overview of the
City and Government, About San Bernardino, Financial Highlights, the City’s Financial
Position, Assets, and Debt.
2021-2025 Strategic Targets and Goals
Receive and file the City’s Annual Comprehensive Financial Report (ACFR) for the Year
Ended June 30, 2024 aligns with Key Target No. 1: Improved Financial and Operational
Capacity. Financial.
Packet Page. 409
2
6
1
0
Fiscal Impact
There is no fiscal impact associated with the receiving and filing the City’s Annual
Comprehensive Financial Report (ACFR) for the year ended June 30, 2024.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, receive and file the City’s Annual Comprehensive Financial Report (ACFR) and
Popular Annual Financial Report (PAFR) for the Year Ended June 30, 2024.
Attachments
Attachment 1 – City of San Bernardino Annual Comprehensive Financial
Report (ACFR) for the Year Ended, June 30, 2024
Attachment 2 – Audit Overview Letter
Attachment 3 – Internal Control and Compliance Report
Attachment 4 - Popular Annual Financial Report (PAFR) for the Year Ended,
June 30, 2024
Ward:
All Wards
Synopsis of Previous Council Actions:
N/A
Packet Page. 410
Packet Page. 411
Packet Page. 412
Packet Page. 413
Packet Page. 414
Packet Page. 415
Packet Page. 416
Packet Page. 417
Packet Page. 418
Packet Page. 419
Packet Page. 420
Packet Page. 421
Packet Page. 422
Packet Page. 423
Packet Page. 424
Packet Page. 425
Packet Page. 426
Packet Page. 427
Packet Page. 428
Packet Page. 429
Packet Page. 430
Packet Page. 431
Packet Page. 432
Packet Page. 433
Packet Page. 434
Packet Page. 435
Packet Page. 436
Packet Page. 437
Packet Page. 438
Packet Page. 439
Packet Page. 440
Packet Page. 441
Packet Page. 442
Packet Page. 443
Packet Page. 444
Packet Page. 445
Packet Page. 446
Packet Page. 447
Packet Page. 448
Packet Page. 449
Packet Page. 450
Packet Page. 451
Packet Page. 452
Packet Page. 453
Packet Page. 454
Packet Page. 455
Packet Page. 456
Packet Page. 457
Packet Page. 458
Packet Page. 459
Packet Page. 460
Packet Page. 461
Packet Page. 462
Packet Page. 463
Packet Page. 464
Packet Page. 465
Packet Page. 466
Packet Page. 467
Packet Page. 468
Packet Page. 469
Packet Page. 470
Packet Page. 471
Packet Page. 472
Packet Page. 473
Packet Page. 474
Packet Page. 475
Packet Page. 476
Packet Page. 477
Packet Page. 478
Packet Page. 479
Packet Page. 480
Packet Page. 481
Packet Page. 482
Packet Page. 483
Packet Page. 484
Packet Page. 485
Packet Page. 486
Packet Page. 487
Packet Page. 488
Packet Page. 489
Packet Page. 490
Packet Page. 491
Packet Page. 492
Packet Page. 493
Packet Page. 494
Packet Page. 495
Packet Page. 496
Packet Page. 497
Packet Page. 498
Packet Page. 499
Packet Page. 500
Packet Page. 501
Packet Page. 502
Packet Page. 503
Packet Page. 504
Packet Page. 505
Packet Page. 506
Packet Page. 507
Packet Page. 508
Packet Page. 509
Packet Page. 510
Packet Page. 511
Packet Page. 512
Packet Page. 513
Packet Page. 514
Packet Page. 515
Packet Page. 516
Packet Page. 517
Packet Page. 518
Packet Page. 519
Packet Page. 520
Packet Page. 521
Packet Page. 522
Packet Page. 523
Packet Page. 524
Packet Page. 525
Packet Page. 526
Packet Page. 527
Packet Page. 528
Packet Page. 529
Packet Page. 530
Packet Page. 531
Packet Page. 532
Packet Page. 533
Packet Page. 534
Packet Page. 535
Packet Page. 536
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
Packet Page. 649
Packet Page. 650
Packet Page. 651
Packet Page. 652
Packet Page. 653
Packet Page. 654
Packet Page. 655
Packet Page. 656
Packet Page. 657
Packet Page. 658
Packet Page. 659
Packet Page. 660
Packet Page. 661
Packet Page. 662
Packet Page. 663
Packet Page. 664
Packet Page. 665
Packet Page. 666
Packet Page. 667
Packet Page. 668
Packet Page. 669
Packet Page. 670
Packet Page. 671
Packet Page. 672
Packet Page. 673
Packet Page. 674
Packet Page. 675
Packet Page. 676
Packet Page. 677
Packet Page. 678
Packet Page. 679
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:Bill Gallardo, Interim City Manager
Ernesto Salinas, Interim Director of Parks and Recreation &
Operations and Forestry
Department:Parks, Recreation & Community Services
Subject:Authorize a Lease Agreement with Mobile Modular
Management Corporation for the Verdemont Community
Center for a Total Amount Not to Exceed $47,825.95
(Ward 5)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1. Authorize the City Manager to enter into a new agreement with Mobile Modular
Management Services for the lease and extension of the Verdemont Community
Center (temporary) building for a period of 12 months at a monthly cost not to exceed
$1,944.47.
2. Authorize the Director of Finance and Management Services to issue an annual
purchase order to Mobile Modular Management Corporation in the amount of
$47,825.95 with four option years to be exercised at the City’s discretion for the lease
agreement. This amount includes $24,492.31 for payment of prior-year monthly
leasing fees incurred due to staff oversight resulting from personnel turnover.
Executive Summary
The Parks and Recreation Department is requesting approval to enter into a new
lease agreement with Mobile Modular for the modular building that currently serves
as the Verdemont Community Center for a period of one year with four optional
years. Additionally, a purchase order is requested to pay for the new lease and
overdue amounts that will keep the City’s account in good standing order. As a result
of high staff turnover, the previous lease agreement expired, and invoices remained
unpaid. Parks staff desires to correct these issues with the appropriate process of
Council notification and proper procurement and finance director approval. This
Packet Page. 680
lease agreement will be funded through Public Work’s Facilities.
Background
The Parks and Recreation Department focuses on community engagement and
provides services and programming to its residents city-wide through several
avenues. One of the main avenues of engaging our residents is through
programming, services, and outreach offered at our community and senior centers
which are located city wide. Annually, staff estimates participation rates of more than
32,000 attendees and/or participants for all (non-event) programs combined. These
participants include senior citizens and children along with those with adaptive
needs.
Located in the Fifth Ward at Al Guhin Park, the Verdemont Community center offers
programming for seniors, provides after school activities, hosts special events,
provides youth enrichment activities, outdoor recreation, and offers cooking classes
to list a few.
The current modular building was established in 2018 and is meant to serve as
temporary building until such time a permanent structure is erected as part of the
City’s capital improvement project program. It consists of four rooms along with a
restroom in a 60’ x 24’ structure that features an ADA access ramp.
Discussion
In late 2024, staff was alerted to overdue payments for the Verdemont Community
Center building from Mobile Modular. The notice was received as part of invoices
inadvertently forwarded to the Animal Shelter facilities’ modular rentals project. Upon
review, staff determined several of those invoices were not part of the Animal Shelter
modular project and collaborated with Finance to determine a course of action for
payment. During this process, staff discovered the lease agreement for the modular
building and ADA ramp at Verdemont Community center had lapsed and a proper
purchase order had not been established.
In consultation with Legal, staff determined that the proper course of action to correct
this oversight was to notify Council and seek their approval for the new lease with
four-year options as is required by the City’s procurement policies. It is important to
note that the original lease agreement was established in 2018 and set monthly
payments at approximately $1,604. A lease extension was then set in 2021 when the
original 2018 contract expired but the proper procurement process was not followed
as, cumulatively, the amount of the overall contract (entire timeframe) exceeded the
threshold for department-level approval. Additionally, a lease extension was not
pursued. Payments continued to be made monthly as the monthly threshold
appeared below the threshold for Council approval; however, current Parks and
Recreation staff recognized this error and is now seeking to correct it by notifying
Council and requesting approval for a new purchase order that pays the overdue
amount and the new lease agreement with four option years.
Packet Page. 681
In an effort to remain in good standing with Mobile Modular and to continue the use of
the Verdemont Community Center modular building, staff is requesting Council
approval of these actions. Approving them will allow for the uninterrupted
continuation of vital community programing and events for our residents in the Fifth
Ward. Should this not be approved, the City may be subjected to additional fees and
repossession of the facility. Establishing an alternative temporary facility in that area
will also create lengthy delays and disrupt programming.
The term of the proposed lease agreements shall be from April 1, 2025, to April 1,
2026 with four option years to be exercised at the City’s discretion at the expiration of
the first term.
2021-2025 Strategic Targets and Goals
This action aligns with Key Strategic Target and Goal #3: Improved Quality of Life by
ensuring consistent and stable community programing for our residents and youth. It
will ensure uninterrupted services at the center.
Fiscal Impact
Though the Verdemont Community Center is a Parks and Recreation facility, this
agreement is funded by Public Work’s Fleet and Facilities Division budget. There is
sufficient funding programmed in their current budget.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California:
1. Authorize the City Manager to enter into a new agreement with Mobile Modular
Management Services for the lease and extension of the Verdemont Community
Center (temporary) building for a period of 12 months at a monthly cost not to exceed
$1,944.47.
2. Authorize the Director of Finance and Management Services to issue an annual
purchase order to Mobile Modular Management Corporation in the amount of
$47,825.95 with four option years to be exercised at the City’s discretion for the lease
agreement. This amount includes $24,492.31 for payment of prior-year monthly
leasing fees incurred due to staff oversight resulting from personnel turnover.
Attachments
Attachment 1 Lease Agreement – City of SB * Mobile Modular
Attachment 2 Mobile Modular Original Lease Agreement and Extension 2021
Ward:
Ward 5
Synopsis of Previous Council Actions:
None.
Packet Page. 682
- 1 -
CITY OF SAN BERNARDINO
LEASE AGREEMENT
This Lease Agreement (“Lease”) is made and entered into on this 19th day of
March, 2025 by and between the CITY OF SAN BERNARDINO, a charter city and
municipal corporation (“City”), and MOBILE MODULAR, A corporation (“Lessor”). City
and Lessor may be referred to in this Lease individually as “Party” or collectively as
“Parties.”
RECITALS
A. Lessor is the owner of certain real property located at 3365
Little League Drive, in the City of San Bernardino, County of San Bernardino, State of
California (“the Property”), more particularly described in Exhibit “A”, attached hereto
and incorporated herein by reference.
B. Upon the terms and conditions set forth hereinafter, Lessor desires to
lease the Property (the “Leased Premises”) to City, and City desires to lease the Leased
Premises from Lessor for the purpose of serve as a temporary location for the
Verdemont Community Center.
AGREEMENT
1. Term. The term of this Lease shall commence on April 1st 2025
(“Commencement Date”).
The lease provided herein shall continue for a period of ONE year, ending on
April 1st 2026. After expiration of the term under this Lease, and in the case where City
has not vacated the Leased Premises prior to expiration, tenancy shall continue on a
month-to-month basis, under the same terms and conditions under this Lease, until
either party terminates this Lease in accordance with Section 20 herein.
1.1 Renewal Option. City has an option to extend this Lease for FOUR
additional term(s) of ONE YEAR (“Extended Term”). To exercise the option, City must
provide written notice to Lessor at least ninety (90) days before the end of the Initial
Term.
2. Payments.
2.1 Base Lease Payments. City shall pay to Lessor, as rent, a sum not
to exceed $1,944.47 per month (the “Base Lease Payment”). The first lease payment
shall be due on April 1st, 2025, and shall be prorated to reflect City’s occupancy for a
fractional calendar month. Subsequent lease payments shall be due and payable on
the first day of each calendar month.
2.2 Additional Rent. Commencing on the first anniversary of the date
Packet Page. 683
- 2 -
City is obligated to pay rent under this Lease, and continuing on each subsequent
anniversary during the term of this Lease, the Base Lease Payments may be increased
no more than ten percent (10%).
2.3 Base Lease Payment for Extended Term. The Base Lease
Payment for the first year of the Extended Term shall be equal to no more than ten
percent (10%) increase over the amount of the Base Lease Payment in the preceding
year. Each year thereafter throughout the Extended Term, the Base Lease Payment
shall increase by no more than ten (10%) over the Base Lease Payment amount in the
preceding year.
2.4 Overdue Payments for Prior Lease. The table below reflects
overdue payments which the City will pay in order to meet it’s prior obligations with the
vendor.
Doc#Date Total Due
UNKW 3/31/25 2,505.36 2,505.36
UNKW 2/28/25 2,505.36 2,505.36
2671337 01/29/25 2,505.36 2,505.36
2659622 12/30/24 2,505.36 2,505.36
2647278 11/30/24 2,505.36 2,505.36
2636380 10/31/24 2,505.36 2,505.36
2624271 10/01/24 2,505.36 2,505.36
2612918 09/01/24 2,505.36 2,505.36
2600043 08/02/24 2,505.36 2,505.36
2587918 07/03/24 1,944.07 1,944.07
Total 24,492.31
3. Use. City shall: i) observe and comply with all local, state, and federal
laws and regulations, including any City, County and State restrictions, laws and
ordinances affecting the Leased Premises or occupancy thereof; ii) not commit any
waste or suffer any waste to be committed on the Leased Premises; and iii) only use the
Leased Premises for one or more permitted uses, as defined herein.
3.1 Permitted Uses. For purposes of this Lease, only uses complying
with all local, state, and federal laws and regulations, including applicable zoning and
land use controls, shall be permitted uses.
4. Common Areas. Lessor shall use reasonable diligence to maintain or
cause to be maintained the Common Areas, Building Common Areas. Lessor shall
operate, manage, equip, light, repair and maintain the Common Areas for their intended
purpose. City, its agents, customers, employees and invitees shall have the non-
exclusive right in common with the Lessor and all others to whom Lessor has granted or
may hereafter grant rights to use the Common Areas subject to such reasonable rules
Packet Page. 684
- 3 -
and regulations as Lessor may from time to time impose.
5. Discrimination. City herein covenants by and for itself, its heirs, executors,
administrators, and assigns, and all persons claiming under or through it, and this Lease
is made and accepted upon and subject to the requirement that there shall be no
discrimination against or segregation of any person or group of persons, on account of
race, color, creed, religion, sex, marital status, national origin, or ancestry, in the
leasing, use, occupancy, tenure, or enjoyment of the premises, nor shall the City itself,
or any person claiming under or through it, establish or permit any such practice or
practices of discrimination or segregation with reference to the selection, location,
number, use, or occupancy, of City, lessees, sublessees, or vendees in the premises
herein leased.
6. Utilities. City shall make all arrangements for and pay for its own
telephone services, including all facsimile and internet services if required. All other
utilities, including but not limited to gas, electricity, water, heat, light, power, and trash
collection, and all connection charges for said utilities, other than for telephone service,
shall be paid by Lessor.
7. Possessory Interest Tax.
7.1 Lease Subject to Possessory Interest Tax. City hereby recognizes
and understands that this Lease may create a possessory interest subject to property
taxation, and that City may be subject to the payment of property taxes levied on such
interest. Any such imposition of a possessory interest tax shall be a tax liability of City
solely, notwithstanding any provision of this Lease to the contrary. In addition, City shall
pay any personal property taxes that may become due for equipment, fixtures,
inventory, or other personal property installed, maintained, or present in the Leased
Premises.
7.2 Payment of Possessory Interest Tax. City shall promptly notify
Lessor of any possessory interest tax imposed against City’s interest in the Leased
Premises, and shall provide Lessor with a copy of any bill or assessment imposing the
possessory interest tax. Lessor shall remit to the taxing agency the amount of the
possessory interest tax imposed against City, shall promptly notify City in writing of the
payment, and City shall pay Lessor the amount paid by Lessor within 45 days of
receiving Lessor’s notice. City’s failure to timely pay Lessor this amount shall constitute
a material breach of this Lease.
8. Repairs and Maintenance.
8.1 Obligations of City. City shall, at City’s expense, maintain, repair
and replace, and keep in good and safe condition, all portions of the Leased Premises
not required to be maintained, repaired or replaced by Lessor as provided in Section
8.2.
Packet Page. 685
- 4 -
8.2 Obligations of Lessor. Lessor shall, at Lessor’s expense, maintain,
repair and replace, and keep in a good and safe condition (i) the roof, foundation,
exterior walls and all structural components of the Property and the Leased Premises;
(ii) the plumbing, electrical wiring and systems, heating, ventilating and air conditioning
systems, except for routine maintenance or repair of such items solely within the
Leased Premises; and (iii) the Common Areas.
9. Disclaimer and Warranties. Lessor guarantees and warrants that: (1)
Lessor owns the Premises; (2) Lessor has full authority to execute and enter into this
Lease and consummate the transaction contemplated herein; (3) there are no leases,
licenses or occupancy agreements binding upon the Property; (4) the Property is not
subject to any pending litigation nor has Lessor received notice of any threatened
litigation, environmental or condemnation proceeding which would adversely affect the
Property or the transaction contemplated here; (5) to the best of Lessor’s actual
knowledge, the Property is free from environmental hazards and (6) the Leased
Premises and Common Areas comply with applicable covenants and restrictions of
record, building codes, ordinances, or statutes in effect at the Commencement Date of
this Lease.
10.Delay in Possession. Lessor agrees to use its best commercially
reasonable efforts to deliver possession of the Leased Premises to City by the
commencement date of this Lease, as specified in Section 1 of this Lease. If, despite
these efforts, Lessor is unable to deliver possession as agreed, Lessor shall not be
subject to any liability therefor, nor shall such failure affect the validity of this Lease.
City shall not, however, be obligated to pay rent or perform its other obligations until it
receives possession of the Leased Premises. If possession is not delivered within sixty
(30) days after the Commencement Date, City may, at its option, by notice in writing
within ten (10) days after the end of such 30 day period, cancel this Lease, in which
event the parties shall be discharged from all obligations hereunder.
11. Damage or Destruction of Premises. If during the term of this Lease, any
portion of the Leased Premises shall be damaged by fire or other catastrophic cause, so
as to render such portion of the Leased Premises untenable, the obligations under this
Lease may be suspended while such portion of the Leased Premises remains
untenable. In the event of such damage, City shall give Lessor notice of such untenable
conditions and the Lessor shall elect in its sole discretion, whether to repair the Leased
Premises or to cancel this Lease with respect thereto. It shall notify City in writing of its
election within thirty (30) days after service of notice by City. In the event that Lessor
elects not to repair the Leased Premises or portion thereof, this Lease shall be deemed
canceled as of the date the damage occurred with respect to the applicable portion(s).
12. Alterations, Additions and Improvements. City may make alterations,
improvements or additions in, on or about any of the Leased Premises. City shall, at its
sole cost and expense, obtain all permits and entitlements required for such
improvements.
12.1 Any and all alterations which become fixtures under California law
Packet Page. 686
- 5 -
shall at once become a part of the realty and belong to Lessor. However, Lessor, at its
own expense, may require City to remove any alterations, fixtures, or other tenant
improvements prior to vacating the Leased Premises.
12.2 City shall keep the Leased Premises free from any liens arising out
of any work performed, materials furnished or obligations incurred by City, and City shall
be responsible for the removal of any such liens and all costs to remove same. Failure
to remove any such liens within thirty (30) calendar days of written request by Lessor
shall constitute a default of this Lease.
12.3 At its election, but without having any obligation to do so, Lessor
may pay such liens not so removed by City and City shall, within ten (10) days following
the receipt of written request from Lessor, reimburse Lessor for all such costs incurred
by Lessor with respect to the removal of such liens.
13. Access by Lessor. Lessor reserves for itself and any of its designated
Agents the right to enter the Leased Premises as follows:
(i) on an occasional basis, at all reasonable times after giving City 24 hours’
advance written or oral notice, to post notice of non-responsibility, to conduct any
environmental audit of City’s use of the Leased Premises, to repair, alter or improve any
part of the Property, building systems or Leased Premises, and or any other lawful
purpose; and
(ii) on an emergency basis without notice whenever Lessor believes that
emergency access is required. Lessor shall have the right to use any means that it
deems proper to open doors in an emergency in order to obtain access to any part of
the Leased Premises, and any such entry shall not be construed or deemed to be a
forcible or unlawful entry into or a detainer of, the Leased Premises, or an eviction,
actual or constructive, of City from the Premises or any portion thereof.
14. Indemnity. Lessor agrees to indemnify, defend and hold City, its elected
officials, and all other officers, employees, consultants and agents of City harmless from any
claims, judgments, damages, penalties, fines, costs, liabilities (including sums paid in settlement
of claims), or loss including attorneys' fees, consultant fees and expert witness fees which arise
as a result of any negligent acts or omissions or willful misconduct of Lessor in connection with
the Leased Premises
15. Hazardous Materials Prohibited. The use, generation, storage or disposal
of Hazardous Materials on the Leased Premises is strictly prohibited, and any such use,
generation, storage, or disposal shall result in a default and termination of this Lease.
For the purpose of this Section, Hazardous Materials shall include, without limitation,
substances defined as “hazardous substances”, “hazardous materials”, “toxic
substances”, “hazardous wastes”, “extremely hazardous wastes”, or “restricted
hazardous wastes”, or stated to be known to cause cancer or reproductive toxicity,
under the Comprehensive Environmental Response, Compensation and Liability Act of
1980, as amended, 42 U.S.C. sections 9601, et seq; the Hazardous Materials
Packet Page. 687
- 6 -
Transportation Act, 49 U.S.C. sections 1801, et seq; the Resource Conservation and
Recovery Act, 42 U.S.C. sections 6901, et seq; the Federal Water Pollution Control Act,
33 U.S.C. sections 1317, et seq; sections 25115, 25117, 25122.7, 25140, 25249.5,
25249.8, 25281, 25316 or 25501 of the California Health & Safety Code; or any
substances so defined or stated in any of the regulations adopted and publications
promulgated pursuant to said laws as they may be amended from time to time.
16. Insurance. Lessor and City shall comply with their respective insurance
obligations required by applicable law by means of self-insurance or insurance
deductibles.
17. Attorneys’ Fees. Should any action or proceeding be commenced to
enforce the provisions provided in this Lease, or should any litigation be commenced
between the parties to this Lease concerning the Property or the Leased Premises, this
Lease, or the rights and duties of either in relation thereto, the prevailing party in such
litigation shall be entitled, in addition to such other relief as may be granted as the result
of said litigation, to a reasonable sum for its attorneys’ fees.
18. Assignment and Subletting. City may sublet all or part of the Leased
Premises if sublessee’s use conforms to the allowed uses outlined in Section 3.1 of this
Lease.
19. Termination. Without limiting its ability to seek other remedies, either at
law or in equity, either party may terminate this Lease and all of the obligations herein,
at its option, upon the other party’s breach of any of its obligations under this Lease and
failure to cure such breach within thirty (30) days after receipt of written notice from the
non-breaching party or, if such cure cannot be completed within thirty (30) days, the
breaching party’s failure to commence such cure within thirty (30) days after its receipt
of written notice and thereafter failing to diligently prosecute such cure to completion.
In addition to the foregoing, upon expiration of the Lease term provided in
Section 1 of this Lease either party may terminate this Lease by providing the other
party with ninety (90) days’ prior written notice of said wish to terminate. Said notice
shall be sent via certified mail, return receipt requested, to the location specified in
Section 25 of this Lease, and shall be deemed accepted upon delivery.
20. Default.
20.1 Any of the following events or occurrences shall constitute a
material breach of this Lease by City, and shall constitute an event of default.
(a) A default by City in the payment when due of any rent or other sum
payable under this Lease and the continuation of this default for ten (10) or more
days after notice of the default from Lessor, provided that if City has failed two
(2) or more times in any twelve (12) months to pay any rent or other sum when
due and notice of this default has been given by Lessor in each instance, no
further notice shall be required after such instances until the expiration of twelve
(12) months in which all rental and other sums payable under this Lease have
Packet Page. 688
- 7 -
been paid on or before the date due;
(b) Abandonment, vacation, or surrender of the Leased Premises by
City without Lessor’s prior written consent (failure to occupy and/or operate the
Leased Premises for ten (10) consecutive days shall be deemed an
abandonment and vacation (unless at least ten (10) days before failing to occupy
or operate the Leased Premises City gives Lessor written notice that City intends
to continue using the Leased Premises and will continue maintaining the Leased
Premises while it is vacant), or the dispossession of City from the Leased
Premises (other than by Lessor by process of law or otherwise);
(c) The failure by City to perform any other obligation under this Lease,
if the failure has continued for a period of thirty (30) days after Lessor demands
in writing that City cure the failure. If, however, by its nature, the failure cannot
be cured within thirty (30) days, City may have a longer period as is necessary to
cure the failure, but this is conditioned upon City’s promptly commencing to cure
within the ten (10) day period and thereafter diligently completing the cure.
(d) The failure by Lessor to perform any other obligation under this
Lease, if the failure has continued for a period of thirty (30) days after City
demands in writing that Lessor cure the failure. If, however, by its nature, the
failure cannot be cured within thirty (30) days, Lessor may have a longer period
as is necessary to cure the failure, but this is conditioned upon Lessor’s promptly
commencing to cure within the ten (10) day period and thereafter diligently
completing the cure.
(e) The bankruptcy or insolvency of City, a transfer by City in fraud of
creditors, an assignment by City for the benefit of creditors, or the
commencement of proceedings of any kind by or against City under the Federal
Bankruptcy Act or under any other insolvency, bankruptcy, or reorganization act,
unless City is discharged from voluntary proceedings within ninety (90) days; or
(f) Notices given under this Section shall specify the alleged default
and the applicable Section(s), and shall demand performance as provided under
the applicable Section(s) or pay the amount that is in arrears, as the case may
be, within the applicable period of time, or quit the premises.
21. Notice. All notices or other communications required or permitted
hereunder shall be in writing, and shall be personally delivered or sent by registered or
certified mail, return receipt requested, telegraphed, delivered or sent by telex, telecopy
or cable and shall be deemed received upon the earlier of (i) if personally delivered, the
date of delivery to the address of the person to receive such notice, (ii) if mailed, three
(3) business days after the date of posting by the United States post office, (iii) if given
by telegraph or cable, one (1) business day after the date delivered to the telegraph
company with charges prepaid.
To City: City of San Bernardino
Packet Page. 689
- 8 -
Vanir Tower, 290 North D Street
San Bernardino, California 92401
Attn: Bill Gallardo, Interim City Manager
To Lessor Mobile Modular Management Corporation
11450 Mission Blvd
Mira Loma, CA 91752
Attn: Maira Munez
Notice of change of address shall be given by written notice in the manner
detailed in this Section. Rejection or other refusal to accept, or the inability to deliver
because of changed address of which no notice was given, shall be deemed to
constitute receipt of the notice, demand, request or communication sent.
22. Compliance with Laws. City shall comply with all applicable Federal, State
and local laws, regulations and standards that are or may become applicable to City’s
occupancy and/or activities on the Leased Premises. The judgment of any court of
competent jurisdiction, or the admission of City in a proceeding brought against it by any
governmental entity, that City has violated any such statute, ordinance, regulation, or
requirement shall be conclusive as between the Lessor and the City and shall constitute
grounds for declaration of default, material breach, forfeiture, and termination of this
Lease by Lessor.
23. Cumulative Remedies. No remedy or election contained herein shall be
deemed exclusive but shall, wherever possible, be cumulative with all other remedies at
law or in equity.
24. Signs. All signs and graphics of every kind visible from public view
corridors, or the exterior of the Property will be subject to Lessor’s prior written approval,
and will be subject to any applicable governmental laws, and ordinances and in
conformance with Lessor’s design standards.
25. Counterparts. This Lease may be executed in multiple counterparts, each
of which shall be deemed an original, but all of which, together, shall constitute one and
the same instrument.
26. Captions. Any captions to, or headings of, the sections or subsections of
this Lease are solely for the convenience of the parties hereto, are not a part of this
Lease, and shall not be used for the interpretation or determination of the validity of this
Lease or any provision hereof.
27. No Obligations to Third Parties. Except as otherwise expressly provided
herein, the execution and delivery of this Lease shall not be deemed to confer any rights
upon, nor obligate any of the parties thereto, to any person or entity other than the
parties hereto.
28. Amendment of Lease. The terms of this Lease may not be modified or
amended except by an instrument in writing executed by each of the parties hereto.
Packet Page. 690
- 9 -
29. Waiver. The waiver or failure to enforce any provision of this Lease shall
not operate as a waiver of any future breach of any such provision or any other
provision hereof.
30. Applicable Law. This Lease shall be governed by and construed in
accordance with the laws of the State of California. Venue shall be the County of San
Bernardino
31. Fees and Other Expenses. Except as otherwise provided herein, each of
the parties shall pay its own fees and expenses in connection with this Lease, including
any permit or license fees which City may be required to obtain pursuant to its
occupancy.
32. Authority to Execute Lease. Lessor and City warrant that the individuals
who have signed this Lease have the legal power, right and authority to enter into this
Lease so as to bind each party for whom they sign to perform as provided herein.
33. Successors and Assigns. This Lease shall be binding upon and shall
inure to the benefit of the successors and assigns of the parties hereto.
34. Incorporation of Recitals. Each and all of the Recitals to this Lease are
incorporated by reference as though fully set forth herein.
35. Entire Agreement. This Lease supersedes any prior agreements,
negotiations and communications, oral or written, and contains the entire agreement
between City and Lessor as to the subject matter hereof. No subsequent agreement,
representation, or promise made by either party hereto, or by or to any employees,
officer, agent or representative of either party shall be of any effect unless it is in writing
and executed by the party to be bound thereby.
36. Severability. If any portion of this Lease is declared by a court of
competent jurisdiction to be invalid or unenforceable, the remaining provisions of this
Lease shall continue in full force and effect.
37. 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.
Packet Page. 691
- 10 -
SIGNATURE PAGE TO LEASE AGREEMENT BETWEEN CITY OF SAN
BERNARDINO AND MOBILE MODULAR MANAGEMENT CORPORATION
IN WITNESS WHEREOF, the Parties have executed this Lease as of the date
first written above.
CITY OF SAN BERNARDINO
APPROVED BY:
Bill Gallardo
Interim City Manager
ATTESTED BY:
Genoveva Rocha, CMC
City Clerk
APPROVED AS TO FORM:
Best Best & Krieger LLP
City Attorney
LESSOR
Signature
Name
Title
Packet Page. 692
- 11 -
EXHIBIT A
LAYOUT OF MOBILE MODULAR UNITS
UNITS 4137-8 60’x24’ – Carpeting With ADA Restrooms
Packet Page. 693
Packet Page. 694
Packet Page. 695
Packet Page. 696
Packet Page. 697
Packet Page. 698
Packet Page. 699
Packet Page. 700
Packet Page. 701
Packet Page. 702
Packet Page. 703
Packet Page. 704
Packet Page. 705
Packet Page. 706
Packet Page. 707
Packet Page. 708
Packet Page. 709
Packet Page. 710
Packet Page. 711
Packet Page. 712
Packet Page. 713
Packet Page. 714
Packet Page. 715
Packet Page. 716
Packet Page. 717
Packet Page. 718
Packet Page. 719
2
5
1
8
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:William J. Gallardo, Interim City Manager
Lynn Merrill, Director of Public Works
Department:Public Works
Subject:Award an Agreement to Resource Environmental, Inc.
to Demolish and Abate the property located at 796 E.
6th Street to prepare the site for construction of the
future Navigation Center for a Total Amount Not to
Exceed $177,200 (Ward 1)
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 the award of an agreement
with Resource Environmental, Inc., in the amount of $177,200 for abatement of
hazardous materials and demolition of the existing School of Hope buildings; and,
2. Authorize the Director of Finance and Management Services to approve
contingencies in the amount of $35,440 for unforeseen conditions that may arise
during the abatement or demolition processes, for a total not to exceed budget of
$212,640.00; and,
3. Authorize the City Manager or designee to execute all documents with Resource
Environmental, Inc.; and,
4. Authorize the City Manager or designee to expend the contingency fund, if
necessary, to complete the project.
Packet Page. 720
2
5
1
8
Executive Summary
The city will be constructing a Homeless Navigation Center, to be located at the former
School of Hope site, located at 796 East 6th Street in San Bernardino. The Homeless
Navigation Center is designed to provide emergency shelter and wrap-around services
for the City’s unhoused population. The existing complex of buildings and hazardous
materials will need to be demolished and removed to prepare the site for the proposed
new construction. The City secured proposals from Resource Environmental, Inc., to
perform the abatement and demolition. Funds for this work will be available from the
existing fund balances within the Public Works Department FY24-25 budget.
Background
The School of Hope site is a formerly active school site that provided a variety of services
to special needs students from the mid-1980s until 2022. The property was deemed no
longer needed by the School District and was subsequently transferred to the City
Municipal Water Department in 2022. The site consists of a u-shaped complex of
classrooms and administrative buildings around a central internal courtyard area. Over
the last several years, the site has experienced increased vandalism and trespassing, as
well as a significant increase of graffiti and illegal dumping. To the west is Palm Field, an
active City Park site and to the east is Santa Clause Incorporated, a not-for-profit services
agency.
In 2022, the City, through the San Bernardino Municipal Water Department, contracted
with L. Y. Environmental, Inc., of Redlands, California to conduct a comprehensive
asbestos and lead base paint survey of the existing buildings as a precursor to demolition
of the site. Two surveys were completed, and asbestos was identified in various locations
within the building. Copies of the two reports are included as Attachment 3.
The City acquired the property from the Water Department in 2023 for use as the
Navigation Center site. Scoping and design work commenced in mid-September 2023,
resulting in the award of design and fabrication of the modular buildings for the Navigation
Center by Mandeville Modular, and general construction management and inspection by
CREDE Construction Advisory at the November 20, 2024 Mayor and City Council
meeting. The City anticipates the development and release of the actual construction bid
documents by June 2025.
Discussion
In order to expedite the site preparation, the City solicited abatement and demolition
proposals from Resource Environmental, Inc. on a selected source basis. Resource
Environmental previously conducted the demolition of the Carousel Mall, and ancillary
buildings for the City, and recently completed the demolition of the former County of San
Bernardino Hall of Records building on Third Street. Resource Environmental is
knowledgeable regarding the various requirements associated with lead and asbestos
(hazardous materials) abatement, as well as the efficient demolition of various structures.
Staff solicited and received two separate proposals for the abatement of the hazardous
materials on site in the amount of $94,700 and the physical demolition of the existing
Packet Page. 721
2
5
1
8
buildings down to the foundations in the amount of $82,500. The proposals were originally
solicited in November 2024 and were revised for January 13, 2025. Copies of the two
proposals dated January 13, 2025, are included as Attachment 2.
Staff requested that the City Attorney review the proposals in order to ensure that they
complied with the Homeless Emergency Order allowing the City to expedite the various
acquisition of goods and services and determined that the award of this agreement does
fall under the Emergency Order as it relates to the need to expedite the provision of
homeless services within the City. The City Manager, subsequently, determined that the
award of these two proposals to the same company exceeded their purchasing authority
and therefore requested that this be presented for award to the Mayor and City Council
for their consideration and approval. A Contract for Construction has been determined to
be the best agreement; the Contract is included as Attachment 1.
Because of the process of soliciting and awarding this Agreement, the City Attorney has
determined that restricted funds (i.e. Federal or State grant funds) may not be used for
these activities, therefore available fund balance within the Public Works Department will
be used to fund the $212,640.00 proposed. The initial cost for the abatement and
demolition provided by Resource Environmental, Inc. is $177,200. Staff is requesting
authorization of an additional 20% contingency in the amount of $35,440 to address an
undiscovered or unanticipated costs identified during the abatement and demolition
process that were not readily identifiable during either the site assessment or job walk.
2021-2025 Strategic Targets and Goals
This project is consistent with Key Target No. 3a: Improved Quality of Life – reduce the
burden of the unsheltered through engagement, collaboration, and partnerships with
other entities.
Fiscal Impact
Funds in the amount of $212,640 will be allocated from the existing General Fund balance
within the Public Works Department for this project. As previously stated, restricted grant
funds may not be used for this service, due to the process used for acquiring the services,
as determined by the City Attorney.
Conclusion
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 the award of an agreement
with Resource Environmental, Inc., in the amount of $177,200 for abatement of
hazardous materials and demolition of the existing School of Hope buildings;
and,
2. Authorize the Director of Finance and Management Services to approve
contingencies in the amount of $35,440 for unforeseen conditions that may arise
Packet Page. 722
2
5
1
8
during the abatement or demolition processes, for a total not to exceed budget of
$212,640.00; and,
1. Authorize the City Manager or designee to execute all documents with Resource
Environmental, Inc.; and,
2. Authorize the City Manager or designee to expend the contingency fund, if
necessary, to complete the project.
Attachments
Attachment 1 Contract for Construction with Resource Environmental, Inc.
Attachment 2 Resource Environmental, Inc., Proposals for Hazard Materials
Abatement and Demolition
Attachment 3 Comprehensive Asbestos and Lead Based Paint Surveys (Two Documents
Ward
Ward 1
Synopsis of Previous Council Actions
None
Packet Page. 723
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-1-GENERAL CONDITIONS
CONTRACT FOR CONSTRUCTION
This Contract for Construction (“Contract”), is made and entered into this 19th day of March,
2025 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 Resource Environmental, 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:
Abatement of Hazardous Materials and the Demolition of the former School of Hope
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.
Scope of Work shall be as set forth in Contractor’s Proposals for Abatement, dated January 13,
2025 and Demolition, dated January 13, 2025, and included as attachments 1 and 2 to this
Contract.
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 45 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 Hundred Seventy-Seven Thousand, Two Hundred
Dollars ($ 177,200.00). 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 $50.00 for each and every calendar day of delay beyond
Packet Page. 724
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-2-GENERAL CONDITIONS
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:
Contract for Construction
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.
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
Packet Page. 725
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-3-GENERAL CONDITIONS
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. 726
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-4-GENERAL CONDITIONS
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:
WILLIAM J. GALLARDO
Interim City Manager
ATTEST:
By:
Genoveva Roche City Clerk, CMC
APPROVED AS TO FORM:
By:
Best Best & Krieger LLP
City Attorney
Resource Environmental,
[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. 727
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-5-GENERAL CONDITIONS
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. 728
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-6-GENERAL CONDITIONS
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 Public Works Director, 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. 729
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-7-GENERAL CONDITIONS
GENERAL CONDITIONS
a. 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.
b. 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.
c. 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.
d. 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.
e. 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.
f. Contractor -- The individual or entity with which the City has contracted for performance of the
Work.
g. 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.
h. 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.
i. 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.
j. Day -- A calendar day of 24 hours measured from midnight to the next midnight.
k. 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. 730
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-8-GENERAL CONDITIONS
GENERAL CONDITIONS
inspection, reference standard, test, or approval referenced in the Contract
Documents.
l. Demobilization -- The complete dismantling and removal by the Contractor of all of the
Contractor’s temporary facilities, equipment, and personnel at the Site.
m. 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.
n. 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.
o. 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.
p. 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.
q. 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.
r. 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
Labor Day - First Monday in September
Veteran’s Day - November 11
Thanksgiving Day - Fourth Thursday in November
Packet Page. 731
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-9-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
s. 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.
t. Notice of Completion -- The form which may be executed by the City constituting final
acceptance of the Project.
u. 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.
v. Project -- The total construction of which the Work to be performed under the Contract
Documents may be the whole, or a part.
w. Record Drawings – The record set of as-builts prepared by the Contractor during the Work in
accordance with the requirements of the General Conditions.
x. 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.
y. Sample -- A physical example furnished by the Contractor to illustrate materials, equipment
or workmanship; to establish standards by which the Work will be judged.
z. 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.
aa. 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.
bb. 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.
cc. Specifications -- That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as
Packet Page. 732
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-10-GENERAL CONDITIONS
GENERAL CONDITIONS
applied to the Work, and certain administrative requirements and procedural
matters applicable thereto.
dd. Stop Payment Notice -- A written notice as defined in Civil Code section 8044.
ee. 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.
ff. Submittal -- Written and graphic information and physical samples prepared and supplied by
the Contractor demonstrating various portions of the Work.
gg. Successful Bidder -- The responsible Bidder submitting a responsive Bid to whom the City
makes an award.
hh. 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.
ii. 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.
jj. 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.
kk. 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.
ll. 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
to the Site (or some other specified location) ready for use or installation and in
usable or operable condition.
Packet Page. 733
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-11-GENERAL CONDITIONS
GENERAL CONDITIONS
mm. 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.
nn. 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.
oo. 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. Not applicable.
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
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
Packet Page. 734
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-12-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
B. Commencement of Contract Times; Notice to Proceed
1. 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.
C. Copies of Documents
1. 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.
D. Substitution Requests, Schedule of Submittals, and Schedule
1. 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.
2. 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.
3. 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.
E. Preconstruction Conference; Designation of Authorized Representatives.
1. 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.
2. 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.
Packet Page. 735
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-13-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
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.
Packet Page. 736
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-14-GENERAL CONDITIONS
GENERAL CONDITIONS
a. Developing and installing a construction water supply, as applicable.
b. 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.
c. Providing on-site sanitary facilities and potable water facilities as specified per Cal-OSHA and
these Contract Documents.
d. 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.
e. Arranging for and erection of Contractor’s work and storage yard.
f. Posting all OSHA required notices and establishment of safety programs per Cal-OSHA.
g. Full-time presence of Contractor’s superintendent at the job Site as required herein.
h. Submittal of construction schedule as required by the Contract Documents.
ARTICLE 2 -CONTRACT DOCUMENTS; INTENT
2.2 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,
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.
Packet Page. 737
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-15-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
2.3 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.
2.4 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,
Packet Page. 738
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-16-GENERAL CONDITIONS
members, partners, employees, agents, consultants, or subcontractors, any duty
or authority to supervise or direct the performance of the Work or any duty or
Packet Page. 739
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-16-GENERAL CONDITIONS
GENERAL CONDITIONS
authority to undertake responsibility inconsistent with the provisions of the Contract
Documents.
F. Reporting and Resolving Discrepancies; Order of Precedence.
1. Reporting Discrepancies.
a. 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.
2. Order of Precedence.
a. In case of conflicts between the Contract Documents, the order of precedence shall be as
follows:
i. Permits from other agencies as may be required by law
ii. Change Orders, most recent first
iii. Contract
iv. Addenda, most recent first
v. Special Conditions
vi. Specifications
vii. Construction Plans and Drawings(Contract Drawings)
viii.General Conditions
ix. Instructions to Bidders
x. Notice Inviting Bids
xi. Contractor’s Bid (Bid Forms)
Packet Page. 740
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-17-GENERAL CONDITIONS
GENERAL CONDITIONS
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
3. 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
4. Notwithstanding the orders of precedence established above, in the event of
conflicts, the higher standard, higher quality and most expensive shall always
apply.
2.6 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:
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.
2.7 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
Packet Page. 741
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-18-GENERAL CONDITIONS
GENERAL CONDITIONS
b. 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 3 -INDEMNIFICATION; INSURANCE
3.1 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
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.
Packet Page. 742
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-19-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
2.5 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
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.
Packet Page. 743
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-20-GENERAL CONDITIONS
GENERAL CONDITIONS
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
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.
Packet Page. 744
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-21-GENERAL CONDITIONS
GENERAL CONDITIONS
c. 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.
d. 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.
e. 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.
B.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.
C.Privacy/Network Security (Cyber). Not required.
D.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.
E.Contractor’s Pollution Liability Coverage. Contractor shall provide pollution
liability insurance in an amount not less than $1,000,000 per occurrence and
$2,000,000 aggregate.
F. 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
Packet Page. 745
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-22-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
3. 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.
4.Form and Proof of Carriage of Insurance
a. 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.
b. 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.
c. 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.
d. 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
Packet Page. 746
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-23-GENERAL CONDITIONS
GENERAL CONDITIONS
self-insured retentions or self-insured programs shall not be construed as
contributory.
e. 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.
f. 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.
g. 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 3 -CONTRACTOR RESPONSIBILITIES; REGULATORY REQUIREMENTS
3.2 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.
3.3 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. 747
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-24-GENERAL CONDITIONS
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 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.
Packet Page. 748
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-25-GENERAL CONDITIONS
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.
3.4 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. 749
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-26-GENERAL CONDITIONS
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.
G. Sanitary Facilities.
1. 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.
H. Dust Control
1. 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.
I. Air Pollution Control
1. 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.
2. 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. 750
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-27-GENERAL CONDITIONS
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. 751
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-28-GENERAL CONDITIONS
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.
3. 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.
4. 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.
5. 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.
6. 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.
3.5 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. 752
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-29-GENERAL CONDITIONS
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.
7. 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.
8. 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.
9. 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. 753
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-30-GENERAL CONDITIONS
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.
J. Excessive Noise
1. 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.
2. 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.
K. Diversion of Recyclable Waste Material
1. 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.
L. Inspector’s Field Office.
1. 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.
2. 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. 754
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-31-GENERAL CONDITIONS
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. 755
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-32-GENERAL CONDITIONS
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.
a. 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.
b. 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.
c. 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.
d. 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.
e. 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:
i. Powered Vehicles
ii. Construction Equipment
iii. Loading and Unloading Vehicles
iv. 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. 756
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-33-GENERAL CONDITIONS
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.
f. 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.
g. 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.
h. 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:
i. 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.
ii. A certified copy of all payroll records described herein shall be made available
for inspection or furnished upon request of the DIR.
i. 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.
j. 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. 757
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-34-GENERAL CONDITIONS
GENERAL CONDITIONS
k. 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.
l. 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. 758
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-35-GENERAL CONDITIONS
GENERAL CONDITIONS
m. 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. 759
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-36-GENERAL CONDITIONS
GENERAL CONDITIONS
of wages to workers of a debarred subcontractor who has been allowed to work
on the Project.
M. Subcontracts.
1. 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.
2. 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.
3. 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.
N. Work Site.
1. 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.
2. 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.
3. 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.
Packet Page. 760
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-37-GENERAL CONDITIONS
GENERAL CONDITIONS
5.22 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.
5.23 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:
Packet Page. 761
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-38-GENERAL CONDITIONS
GENERAL CONDITIONS
a. Enclose the working area with a substantial barricade, and arrange work to cause minimum
amount of inconvenience and danger to the public.
b. Provide substantial barricades around any shrubs or trees indicated to be preserved.
c. Deliver materials to the Site over a route designated by the City.
d. 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.
e. 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.
f. 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.
g. 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.
h. 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.
i. At the completion of work each day, leave the Work and the Site in a clean, safe condition.
j. 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.
H. 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.
I. 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.
Packet Page. 762
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-39-GENERAL CONDITIONS
GENERAL CONDITIONS
G. Contractor shall maintain all investigation documentation including video and/or
photographs for a minimum of four (4) years following completion of the Project.
3.6 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 4 -SUBSURFACE AND PHYSICAL CONDITIONS; UTILITIES
4.1 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.
4.2 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.
4.3 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.
Packet Page. 763
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-40-GENERAL CONDITIONS
GENERAL CONDITIONS
k. 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
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
Packet Page. 764
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-41-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
l. 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.
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
Packet Page. 765
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-42-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
m. 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.
n. 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.
4.4 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
Packet Page. 766
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-43-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
4. Excavations Deeper than Four Feet.
a. 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:
i. 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.
ii. Subsurface or latent physical conditions at the site differing from those
indicated.
iii. 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.
b. 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.
c. 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.
Packet Page. 767
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-44-GENERAL CONDITIONS
GENERAL CONDITIONS
ARTICLE 10. PROSECUTION OF THE WORK
A. Contractor’s Means and Methods.
1. 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.
B. Construction Schedule.
1. 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.
2. 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.
3. 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.
4. 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-
Packet Page. 768
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-45-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
5. 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.
6. Recovery Schedule.
a. 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:
i. 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;
ii. The schedule shows the Contractor to be thirty (30) or more days behind the
critical path at any time during construction;
iii. 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.
b. 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.
c. 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.
d. 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
Packet Page. 769
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-46-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
C. Time for Completion and Liquidated Damages
1. 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.
2. 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.
3. 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.
4. 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.
Packet Page. 770
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-47-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
3.7 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
Packet Page. 771
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-48-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
D. Occupancy.
1. 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.
E. Securities for Money Withheld
1. 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.
F. The City’s Right to Suspend/Terminate the Contract
1. Suspension of Work by the City
a. 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.
b. Upon receipt of any such notice, Contractor shall, unless the notice requires otherwise:
i. Immediately discontinue Work on the date and to the extent
specified in the notice;
ii. 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;
iii. 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
iv. Continue to protect and maintain the Work including those portions
on which Work has been suspended.
Packet Page. 772
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-49-GENERAL CONDITIONS
GENERAL CONDITIONS
c. 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, 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.
Packet Page. 773
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-50-GENERAL CONDITIONS
GENERAL CONDITIONS
d. 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.
e. 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:
i. Stop Work as specified in the Notice.
ii. 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.
iii. 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.
iv. Terminate all subcontracts to the extent that they relate to the
portions of the Work terminated.
v. Place no further subcontracts or orders, except as necessary to
complete the continued portion of the Contract.
vi. 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.
vii. 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.
Packet Page. 774
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-51-GENERAL CONDITIONS
GENERAL CONDITIONS
f. Termination of the Contract shall not relieve surety of its obligation for any just claims arising
out of or relating to the Work performed.
g. 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.
h. 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.
3.8 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.
3.9 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
Packet Page. 775
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-52-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
2. 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.
3. 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.
4. 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.
5. The Contractor shall remedy at its expense any damage to City-owned or controlled
real or personal property.
6. 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.
7. 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.
Packet Page. 776
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-53-GENERAL CONDITIONS
GENERAL CONDITIONS
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
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
Packet Page. 777
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-54-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
8. 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 4 -CHANGE ORDERS; DISPUTE RESOLUTION
4.2 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:
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
Packet Page. 778
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-55-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
i. 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.
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.
Packet Page. 779
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-56-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
b. 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.
c. 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.
d. Change Order Format
i. A Change Order signed by the Contractor indicates the Contractor's agreement
therewith, including any adjustment in compensation or extension of time, and
Packet Page. 780
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-57-GENERAL CONDITIONS
GENERAL CONDITIONS
the full and final settlement of all costs (direct, indirect and overhead) related
to the Work authorized by the Change Order.
ii. 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
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.
Packet Page. 781
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-58-GENERAL CONDITIONS
GENERAL CONDITIONS
e. 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:
i. 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.
ii. 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.
iii. 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.
1. 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.
2. 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.
3. 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.
4. 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.
Packet Page. 782
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-59-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
(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
Packet Page. 783
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-60-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
iv. 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:
1. 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;
2. Office Expenses. Expenses of Contractor’s principal and branch
offices;
3. 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;
4. 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;
5. Small Tools. Cost of small tools valued at less than $1,000 and that
remain the property of Contractor;
6. Administrative Costs. Costs associated with the preparation of Change
Orders (whether or not ultimately authorized), cost estimates, or the
preparation or filing of Claims;
7. 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;
8. 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;
Packet Page. 784
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-61-GENERAL CONDITIONS
9. Special Consultants and Attorneys. Costs of special consultants or
attorneys, whether or not in the direct employ of Contractor, employed
Packet Page. 785
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-61-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
10. 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.
11. 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.
4.3 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;
Packet Page. 786
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-62-GENERAL CONDITIONS
GENERAL CONDITIONS
f. 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
g. 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
5. Analysis of Claim cost, including calculations and supporting documents
Packet Page. 787
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-63-GENERAL CONDITIONS
GENERAL CONDITIONS
h. 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 after the
disputed portion of the Claim has been identified in writing, unless the parties agree
to select a mediator at a later time.
Packet Page. 788
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-64-GENERAL CONDITIONS
GENERAL CONDITIONS
i. 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.
j. 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.
k. 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.
l. 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
Packet Page. 789
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-65-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
9. Government Code Claim Procedures.
a. 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.
b. 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.
c. 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.
d.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.
10. 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 5 - MEASUREMENT; PAYMENT
5.2 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
Packet Page. 790
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-66-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
11. Unit Price Work.
a. 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.
b. 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.
c. 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:
i. 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
ii. there is no corresponding adjustment with respect to any other item
of Work; and
iii. 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.
5.3 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
Packet Page. 791
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-67-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
12. 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:
a. 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.
b. Defective work not remedied.
c. Failure of Contractor to make proper payments to his Subcontractor or for material or labor.
d. Completion of the Contract if there is a reasonable doubt that the Work can be completed for
balance then unpaid.
e. Damage to another contractor or a third party.
f. Amounts which may be due the Count for claims against Contractor.
g. Failure of Contractor to keep the Record Drawings up to date.
h. Failure to provide update on construction schedule as required herein.
i. Site cleanup.
j. Failure to comply with Contract Documents.
k. Liquidated damages.
l. Legally permitted penalties.
13. 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.
14. 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
Packet Page. 792
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-68-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
15. 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.
16. The City shall have the right to adjust any estimate of quantity and to subsequently
correct any error made in any estimate for payment.
5.4 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.
Packet Page. 793
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-69-GENERAL CONDITIONS
GENERAL CONDITIONS
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 6 - MISCELLANEOUS
6.2 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.
6.3 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.
6.4 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
Packet Page. 794
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-70-GENERAL CONDITIONS
GENERAL CONDITIONS
sent by first class mail, whichever is earlier. Notice given by facsimile shall not be
effective unless acknowledged in writing by the receiving party.
G. Notice of Third Party Claims
1. 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.
H. State License Board Notice
1. 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.
I. Assignment of Contract
1. 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.
J. Change In Name And Nature Of Contractor’s Legal Entity.
1. 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.
K. Prohibited Interests
1. 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.
Packet Page. 795
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-71-GENERAL CONDITIONS
GENERAL CONDITIONS
10.9 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.
10.10 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.
10.11 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.
10.12 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.
10.13 Headings.
A. Article and paragraph headings are inserted for convenience only and do not
constitute parts of these General Conditions.
10.14 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
Packet Page. 796
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-72-GENERAL CONDITIONS
GENERAL CONDITIONS
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.
a. This assignment must be made and become effective at the time the awarding body tenders
to Contractor, without further acknowledgment by the parties.
6.5 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 hereunder
Packet Page. 797
Abatement of Hazardous Materials and the Demolition
of the former School of Hope
-73-GENERAL CONDITIONS
GENERAL CONDITIONS
L. 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
ARTICLE 7 -– FLEET COMPLIANCE
7.2 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”).
7.3 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.
7.4 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. 798
[***INSERT PROJECT NAME***]74 PLANS AND DRAWINGS
Packet Page. 799
Packet Page. 800
Packet Page. 801
Packet Page. 802
Packet Page. 803
Packet Page. 804
Packet Page. 805
Packet Page. 806
Packet Page. 807
Packet Page. 808
Packet Page. 809
Packet Page. 810
Packet Page. 811
Packet Page. 812
Packet Page. 813
Packet Page. 814
Packet Page. 815
Packet Page. 816
Packet Page. 817
Packet Page. 818
Packet Page. 819
Packet Page. 820
Packet Page. 821
Packet Page. 822
Packet Page. 823
Packet Page. 824
Packet Page. 825
Packet Page. 826
Packet Page. 827
Packet Page. 828
Packet Page. 829
2
4
7
0
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:Bill Gallardo, Interim City Manager
Lynn Merrill, Director of Public Works
Department:Public Works
Subject:Award of Construction Agreement to Prestige Paving
Company Inc., for the Re-Paving of the Ruben Campos
Community Center Parking Lot for a Total Amount Not to
Exceed $292,993.27 (Ward 1)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino
California;
1. Approve the award of a Construction Agreement with Prestige Paving
Company Inc., in the amount of $244,161.06 for the Re-Paving of the
Ruben Campos Community Center Parking Lot (Project); and
2. Authorize construction contingencies, construction management, and
administrative costs in the total amount of $48,832.21 for construction of
the project; and
3. Authorize the City Manager or designee to execute all documents with
Prestige Paving Company Inc.; and
4. Authorize the City Manager or designee to expend the contingency fund,
if necessary, to complete the project; and
5. Find 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 the re-paving of the Ruben Campos Community Center
parking lot will ensure the continued usability and safety of the facility’s exterior
infrastructure. The agreement will allow the City to issue Prestige Paving Company
Inc., a Notice to Proceed, initiating the process for demolition and resurfacing of the
Packet Page. 830
2
4
7
0
parking lot. The scope of work includes demolition of existing pavement, grading,
repaving, striping, and improvements to ADA-compliant parking spaces and pathways.
The project will be funded from budget allocated under Measure S.
Background
The Ruben Campos Community Center, located at 1717 5th Street, San Bernardino,
CA 92411, serves as a cornerstone of community engagement, offering a variety of
programs and services that cater to residents of all ages. The facility includes a
spacious multi-purpose room, designated areas for senior citizens and recreational
activities, and provides programs such as Arts & Crafts, Nutrition Education, and
Homework Help. The center is a vital hub for the community, serving low- and
moderate-income individuals through various initiatives.
As part of ongoing improvements to the facility, the City has undertaken necessary
upgrades, including HVAC system replacements, restroom fixture upgrades, gym
flooring enhancements, and ADA-compliant access improvements. These facility
upgrades underscore the importance of maintaining the surrounding infrastructure,
particularly the parking lot, which has significantly deteriorated. The current state of the
parking lot poses accessibility challenges and safety concerns for visitors. The re-
paving of the parking lot is essential to complement the recent facility enhancements
and ensure compliance with ADA standards while improving usability for the
community.
On June 2, 2021 the Mayor and City Council reviewed and approved funding for this
project, which was adopted as part of the FY 2021-22 budget under Measure S, with
an allocated budget of $625,000. This funding was allocated to address the needed
improvements to the facility, including the Ruben Campos Community Center parking
lot.
Discussion
The proposed project includes the full demolition and resurfacing of the parking lot at
the Ruben Campos Community Center. The existing pavement has reached the end
of its useful life and requires reconstruction to restore proper functionality. The scope
of work involves removing the deteriorated pavement, grading and preparing the sub-
base, installing new asphalt paving, and striping parking spaces to meet current
standards, including designated ADA-compliant parking stalls. In addition,
improvements will be made to the accessibility pathways to better comply with ADA
requirements. Necessary drainage adjustments will also be incorporated to prevent
water pooling and ensure long-term durability of the pavement.
Staff recommends authorizing the City Manager or their designee to execute all
necessary documents with Prestige Paving Company and to manage the project,
including the expenditure of contingency funds if needed. These actions are
necessary to ensure the successful completion of Ruben Campos Community
Center asphalt paving project, which will provide valuable community engagement
opportunities at this park. The recommended actions are aimed at facilitating the
Packet Page. 831
2
4
7
0
timely and efficient progress of this project.
The project was advertised for public bidding on December 19, 2024, on PlanetBids.
Eleven sealed bids were received and opened on January 21, 2025. The total base bid
plus additive alternate prices are as follows:
Staff has reviewed all bid packages and determined that Prestige Paving Company
Inc., of La Mirada, CA, submitted the lowest responsible and responsive bid and met
all project requirements. The total cost for the project is estimated at $292,993.27,
including the construction contract, contingencies, and administrative costs.
Funding for this project was adopted on July 1, 2021, under Measure S as part of the
budget adoption process, with an allocated budget of $625,000. Of this amount,
$292,993.27 is needed for the construction and repaving of the asphalt, leaving a
remaining balance of $332,006.73 for future expenses or additional project needs.
Environmental Impact
The Project is categorically exempt from the California Environmental Quality Act
Budget
Ruben Campos Communtiy Center
Improvement Budget $625,000.00
Asphalt Paving Project Total Cost $292,993.27
Remaining Budget for Ruben Campos
Communtiy Center Improvements $332,006.73
Bid
Lowest Bid $244,161.06
Contingency & Administrative Cost $48,832.21
Total Construction Cost $292,993.27
Bidder City Bid
Prestige Paving Company La Mirada, CA $244,161.06
All American Asphalt Corona, CA $251,935.95
Onyx Paving Company Anaheim, CA $262,000.00
Century Paving La Mirada, CA $263,197.19
Matich Corporation San Bernardino, CA $281,976.00
NPG Inc.Perris, CA $286,483.01
DM Contracting Inc.Colton, CA $300,974.62
S. Christensen Engineering Apple Valley, CA $310,988.63
Pave West Inc.Artesia, CA $355,767.00
Hardy & Harper Inc.Lake Forest, CA $370,000.00
Asphalt Fabric and Engineering Signal Hill, CA $477,040.50
Packet Page. 832
2
4
7
0
(“CEQA”) pursuant to State CEQA Guidelines Section 15302, Replacement or
Reconstruction (“Class 2”). The Class 2 exemptions allow 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
minor improvements and reconstructing the park facilities located on the same site.
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 this agreement aligns with Key Target No. 3: Improved Quality of Life. The
completion of this project will improve safety, accessibility, and functionality of the
community center’s parking facilities, benefiting all visitors.
Fiscal Impact
Packet Page. 833
2
4
7
0
The project will be funded through Measure S, which was adopted as part of the City’s
budget on July 1, 2021, with an allocation of $625,000. There is sufficient budget within
the department’s FY24-25 CIP budget to fund this agreement.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino
California:
1. Approving the award of a Construction Agreement with Prestige Paving
Company Inc., in the amount of $244,161.06 for the Re-Paving of the
Ruben Campos Community Center Parking Lot (Project); and
2. Authorizing construction contingencies, construction management, and
administrative costs in the total amount of $48,832.21 for construction of
the project; and
3. Authorizing the City Manager or designee to execute all documents with
Prestige Paving Company Inc.; and
4. Authorizing the City Manager or designee to expend the contingency
fund, if necessary, to complete the project; and
5. Finding the Project exempt from the California Environmental Quality Act
(“CEQA”) pursuant to State CEQA Guidelines § 15302 (“Replacement or
Reconstruction”).
Attachments
Attachment 1 Agreement with Prestige Paving Company Inc.
Attachment 2 Bid Tabulation
Attachment 3 Bid Proposal
Attachment 4 Location Map
Ward:
Ward 1
Synopsis of Previous Council Actions:
June 2, 2021 Fiscal Year 2021/22 Budget Presentation (All Wards)
Packet Page. 834
Packet Page. 835
Packet Page. 836
Packet Page. 837
Packet Page. 838
Packet Page. 839
Packet Page. 840
Packet Page. 841
Packet Page. 842
Packet Page. 843
Packet Page. 844
Packet Page. 845
Packet Page. 846
Packet Page. 847
Packet Page. 848
Packet Page. 849
Packet Page. 850
Packet Page. 851
Packet Page. 852
Packet Page. 853
Packet Page. 854
Packet Page. 855
Packet Page. 856
Packet Page. 857
Packet Page. 858
Packet Page. 859
Packet Page. 860
Packet Page. 861
Packet Page. 862
Packet Page. 863
Packet Page. 864
Packet Page. 865
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
Packet Page. 918
Packet Page. 919
Packet Page. 920
Packet Page. 921
Packet Page. 922
Packet Page. 923
Packet Page. 924
Packet Page. 925
Packet Page. 926
Packet Page. 927
Packet Page. 928
Packet Page. 929
Packet Page. 930
Packet Page. 931
Packet Page. 932
Packet Page. 933
Packet Page. 934
Packet Page. 935
Packet Page. 936
Packet Page. 937
Packet Page. 938
Packet Page. 939
Packet Page. 940
Packet Page. 941
Packet Page. 942
Packet Page. 943
Packet Page. 944
Packet Page. 945
Packet Page. 946
Packet Page. 947
Packet Page. 948
Packet Page. 949
Packet Page. 950
Packet Page. 951
Packet Page. 952
Packet Page. 953
Packet Page. 954
Packet Page. 955
Packet Page. 956
Packet Page. 957
Packet Page. 958
Packet Page. 959
Packet Page. 960
Packet Page. 961
Packet Page. 962
Packet Page. 963
Packet Page. 964
Packet Page. 965
Packet Page. 966
Packet Page. 967
Packet Page. 968
Packet Page. 969
Packet Page. 970
Packet Page. 971
Packet Page. 972
Packet Page. 973
Packet Page. 974
Packet Page. 975
Packet Page. 976
Packet Page. 977
Packet Page. 978
Packet Page. 979
Packet Page. 980
Packet Page. 981
Packet Page. 982
Packet Page. 983
2
2
3
8
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:Bill Gallardo, Interim City Manager
Lynn Merrill, Director of Public Works
Department:Public Works
Subject:Approval of Task Order Number 002 to Rick
Engineering for a total amount not to exceed $70,260
for Design Services on the Pepper Street Storm Drain
from Lynwood Drive South to Piedmont Drive
(Lynwood Drive Storm Drain) (Ward 4)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California, adopt Resolution 2025-266:
1. Approving Task Order Number 002 with Rick Engineering Company, Inc,. in
the amount of $58,550.00 for Storm Drain design services for Pepper Street
Storm Drain from Lynwood Drive South to Piedmont Drive (Lynwood Drive
Storm Drain) Project; and
2. Authorizing design contingencies, project management, and administrative
costs in the amount of $11,710.00; and
3. Authorizing the Director of Finance and Management Services to amend the
FY 2024/25 Capital Improvement Plan by re-allocating $70,260.00 from the
Storm Drain Upgrade project to the Pepper Street Storm Drain from
Lynwood Drive South to Piedmont Drive (Lynwood Drive Storm Drain)
Project; and
4. Authorizing the City Manager or designee to execute an all documents
necessary for the Task Order with Rick Engineering Company; and
5. Authorizing the City Manager or designee to expend the contingency fund,
if necessary, to complete the project.
Packet Page. 984
2
2
3
8
Executive Summary:
Approving the task order with Rick Engineering for storm drain design services for
Pepper Street Storm Drain from Lynwood Drive South to Piedmont Drive will
address drainage issues, improve water flow management, and enhance the area’s
infrastructure. This task order aligns with the City’s commitment to maintaining and
upgrading essential infrastructure, ensuring the safety and well-being of residents,
and allowing the project to proceed on schedule as part of ongoing improvements
to the City's stormwater management system. This Task Order is being issued
through an existing pre-approved on-call list, and the design services will be funded
by the Storm Drain Construction fund.
Background
The Lynwood Drive Storm Drain project, located along the Pepper Street Storm
Drain, extends from Lynwood Drive South to Piedmont Drive. This project aims to
address critical stormwater management concerns in the affected area, which
includes portions of Lynwood Drive, Piedmont Drive, and surrounding
neighborhoods. The existing storm drain system along this corridor has been facing
operational challenges due to aging infrastructure, undersized drainage capacity,
and inadequate flow management, which have contributed to frequent flooding
issues during heavy rain events. The project’s design services will focus on updating
the storm drain system to ensure proper flow, improve drainage efficiency, and
mitigate flooding risks within this area. The project's scope includes detailed
engineering assessments and design services that will address the technical and
geographic constraints, including limited available space for infrastructure
improvements, and ensuring that the upgraded system meets both current and
future needs for the surrounding community.
For clarity and consistency, this report will refer to the project as the Lynwood Drive
Storm Drain project, which is the commonly recognized term in related
documentation and discussions.
The Storm Drain Upgrade is an ongoing initiative aimed at addressing various
stormwater management needs throughout the city. The project fund is used to
support the completion of storm drain improvements, upgrades, and maintenance,
including efforts such as the Lynwood Drive Storm Drain project. As of the current
period, the Storm Drain Upgrade project has an available balance of approximately
$1,853,580.84. This fund is utilized to support projects like the one being proposed,
ensuring the city's storm drain infrastructure is effectively managed and enhanced.
This project is funded with the use of Development Impact Fees (DIF). The fees are
charged on new development projects to fund the necessary infrastructure and
public services required by the growth. These fees are typically used for the
construction and improvement of roads, parks, schools, and other essential
facilities. However, DIF funds are restricted to being used only for the purposes for
which they were collected, ensuring they directly benefit from the development
areas that generate them.
Packet Page. 985
2
2
3
8
On November 16, 2022, the Mayor and City Council approved the award of five-
year On-Call Services Agreements with various engineering firms to provide a broad
range of professional services to the city. These agreements allow the City to
streamline procurement processes and efficiently engage qualified firms as needed
for specific projects. Rick Engineering is one of the approved on-call services
providers.
On June 26, 2024, the Mayor and City Council adopted Resolution No. 2024-142,
approving and adopting the City of San Bernardino’s Operating Budget and Capital
Improvement Plan for Fiscal Years 2024/25 and 2025/26. This resolution sets the
framework for the City’s strategic priorities, which include enhancing infrastructure
and addressing critical needs within the community. The approval of the Capital
Improvement Plan ensures that necessary projects, such as the storm drain
improvements at Lynwood Drive, receive the appropriate funding and resources to
proceed in alignment with the City’s long-term planning goals.
Discussion
The project aims to address the management of natural spring water in the area while
maintaining the integrity of existing stormwater flows. The spring water, which begins
on the west side of Pepper Street, approximately 200 feet north of Lynwood Drive and
North Pepper Street intersection, has created challenges for the local drainage system.
To mitigate this, the project involves constructing about 500 linear feet of storm drain
along Pepper Street to divert the spring water into an existing catch basin at the end
of the Pepper Street cul-de-sac. The design will include a drop inlet system and
potentially reconstructing an under-sidewalk curb drain to effectively manage the
additional flow. City staff requested proposals from pre-approved on-call engineering
consultants to provide a solution for this diversion. The proposal request outlined the
need for a comprehensive plan, including engineering design, surveys, and
coordination with utility providers to ensure that the design avoids conflicts and is
appropriately sized for the increased flow. Proposals were evaluated based on
technical approach, experience, and cost to identify the most qualified vendor for the
project.
City staff requested design proposals from on-call engineering consultants for the
project. The City received one proposal included in the table below.
In the proposal request, vendors were asked to provide a detailed plan to divert the
existing water flow from the spring water. The scope of work outlined in the proposal
included all necessary engineering and design efforts to manage the diversion of this
water flow, with the expectation that all relevant information for the project would be
Proposals
Rick Engineering Riverside, CA
IMEG Pasadena, CA
Hernandez, Kroone & Associates San Bernardino, CA
Packet Page. 986
2
2
3
8
provided in the attached documentation. The proposals received are evaluated based
on their technical approach, experience, and cost to ensure the selection of the best-
suited vendor for the task.
Staff have reviewed the proposals and recommend Rick Engineering Company of
Riverside, California to complete the design for this project. The proposal
demonstrated a clear understanding of the project needs and includes a competitive
price of $58,550.00. Additional funds are recommended for design contingencies,
project management, and administrative costs in the amount of $11,710.00 The total
cost of design, design contingencies, project management, and administrative costs
is $70,260.00.
At the close of the last fiscal year, the funding balance for the Storm Drain Upgrade
project was $1,548,098.54. After allocating funds for the Hill & Acacia Storm Drain and
19th Street Storm Drain projects, the remaining balance for the Storm Drain Upgrade
was $1,346,188.54. This fiscal year, the funding balance for the project has increased
to $1,853,580.84, due to an additional budget allocation of $500,000.00 approved
during the fiscal year budget adoption.
The Storm Drain Upgrade project typically funds similar drainage improvement
projects, and creating a separate capital improvement project will streamline project
management and administrative processes. This proposed allocation will not impact
any other ongoing storm drain projects. The current balance of $1,853,580.84 reflects
the increased budget, with $70,260.00 designated for the Lynwood Drive Storm Drain
project and $68,760.00 allocated for the Pleasant Hill Storm Improvements project,
leaving a total remaining balance of $1,714,560.84 in the Storm Drain Upgrade. Please
note that this balance is pending approval by the Mayor and City Council (MCC) on
March 19, 2025.
The table below shows the project balance after both storm drain projects are adopted:
Design Cost
Design Fee $58,550.00
Contingency $11,710.00
Total Design Cost $70,260.00
Project Balance
Storm Drain Upgrade $1,853,580.84
Lynwood Drive Storm Drain $70,260.00
Pleasant Hill Storm Improvements $68,760.00
Remaining Budget for Storm Drain Upgrade $1,714,560.84
*Pending March 19, 2025 MCC Approval
Packet Page. 987
2
2
3
8
2021-2025 Strategic Targets and Goals
This project is consistent with Key Strategic Target and Goal No. 1: Improved
Operational & Financial Capacity – Minimize risk and litigation exposure. Approval of
this design services will result in public improvements being constructed that minimize
property damage and health risks through upgrading the existing drainage system.
Fiscal Impact
There is no General Fund impact associated with this action. The fiscal impact for
this item is $70,260.00. Fiscal Year 2024/25 CIP Budget will be amended by
transferring $70,260.00 from the Storm Drain Upgrade project to the Lynwood Drive
Storm Drain Project.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California adopt Resolution 2025-266:
1. Approving Task Order Number 002 with Rick Engineering Company, Inc,. in
the amount of $58,550.00 for Storm Drain design services for Pepper Street
Storm Drain from Lynwood Drive South to Piedmont Drive (Lynwood Drive
Storm Drain) Project; and
2. Authorizing design contingencies, project management, and administrative
costs in the amount of $11,710.00; and
3. Authorizing the Director of Finance and Management Services to amend the
FY 2024/25 Capital Improvement Plan by re-allocating $70,260.00 from the
Storm Drain Upgrade project to the Pepper Street Storm Drain from
Lynwood Drive South to Piedmont Drive (Lynwood Drive Storm Drain)
project; and
4. Authorizing the City Manager or designee to execute all documents
necessary for the Task Order with Rick Engineering Company; and
5. Authorizing the City Manager or designee to expend the contingency fund,
if necessary, to complete the project.
Attachments
Attachment 1 Resolution 2025-266
Attachment 2 Task Order Number 002 with Rick Engineering Company
Attachment 3 Location Map
Ward:
Fourth Ward
Packet Page. 988
2
2
3
8
Synopsis of Previous Council Actions:
June 26, 2024 Mayor and City Council adopted Resolution No. 2024-142
approving and adopting the City of San Bernardino’s Operating
Budget and Capital Improvement Plan for Fisal Years 2024/25
and 2025/26.
November 16, 2022 Mayor and City Council approved award of a five-year On-Call
Services Agreements with various engineering firms.
Packet Page. 989
Resolution No. 2025-266
Resolution 2025-266
March 19, 2025
Page 1 of 4
6
6
0
0
RESOLUTION NO. 2025-266
A RESOLUTION OF THE MAYOR AND CITY COUNCIL
OF THE CITY OF SAN BERNARDINO, CALIFORNIA,
APPROVING TASK ORDER NUMBER 002 WITH RICK
ENGINEERING COMPANY, INC,. IN THE AMOUNT OF
$58,550.00 FOR DESIGN SERVICES FOR PEPPER STREET
STORM DRAIN FROM LYNWOOD DRIVE SOUTH TO
PIEDMONT DRIVE (LYNWOOD DRIVE STORM DRAIN)
(PROJECT); AUTHORIZING DESIGN CONTINGENCIES,
PROJECT MANAGEMENT, AND ADMINISTRATIVE
COSTS IN THE AMOUNT OF $11,710.00; AND
AUTHORIZING THE DIRECTOR OF FINANCE AND
MANAGEMENT SERVICES TO AMEND THE FY 2024/25
CAPITAL IMPROVEMENT PLAN, AND RECORD A
SUPPLEMENTAL APPROPRIATION IN THE AMOUNT OF
$70,260.00 FROM THE STORM DRAIN UPGRADE
PROJECT FOR THE PEPPER STREET STORM DRAIN
FROM LYNWOOD DRIVE SOUTH TO PIEDMONT DRIVE
(LYNWOOD DRIVE STORM DRAIN) PROJECT;
AUTHORIZING THE CITY MANAGER OR DESIGNEE TO
EXECUTE ALL DOCUMENTS NECESSARY FOR THE
TASK ORDER WITH RICK ENGINEERING COMPANY;
AND AUTHORIZING THE CITY MANAGER OR
DESIGNEE TO EXPEND THE CONTINGENCY FUND, IF
NECESSARY, TO COMPLETE THE PROJECT.
WHEREAS, the City of San Bernardino (“City”) desires to design storm drain
improvements at Pepper Street Storm Drain from Lynwood Drive South to Piedmont Drive
(Lynwood Drive Storm Drain) to address drainage issues, improve water flow management, and
enhance the area’s infrastructure (the “Project”); and
WHEREAS, on November 16, 2022, the Mayor, and City Council awarded five-year On-
Call Professional Services Agreements with various engineering firms.
WHEREAS, the City desires to utilize Rick Engineering Company to perform engineering
work for the Project; and
WHEREAS, Rick Engineering Company is on the approved on-call engineering
consultants list; and
WHEREAS, on June 26, 2024 Mayor and City Council adopted Resolution No. 2024-142
approving and adopting the City of San Bernardino’s Operating Budget and Capital Improvement
Plan for Fiscal Years 2024/25 and 2025/26.
Packet Page. 990
Resolution No. 2025-266
Resolution 2025-266
March 19, 2025
Page 2 of 4
6
6
0
0
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
Task Order Number 002 with Consultants Rick Engineering Company, Inc. in the amount of
$58,550.00 for Lynwood Drive Storm Drain (Project); and
SECTION 3. The Mayor and City Council hereby authorize the project design
contingencies, project management, and administrative costs in the total amount of $11,710.00 for
design 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 Capital Improvement Plan, and record a
supplemental appropriation in the amount of $70,260.00 from the Storm Drain Upgrades project
for the Lynwood Drive Storm Drain project; and
SECTION 5. The Mayor and City Council hereby authorize the City Manager or
designee to execute all documents necessary for the Task Order with Rick Engineering Group,
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 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 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.
APPROVED and ADOPTED by the City Council and signed by the Mayor and attested
by the City Clerk this 19th day of March 2025.
Helen Tran, Mayor
City of San Bernardino
Packet Page. 991
Resolution No. 2025-266
Resolution 2025-266
March 19, 2025
Page 3 of 4
6
6
0
0
Attest:
Genoveva Rocha, CMC, City Clerk
Approved as to form:
Sonia Carvalho, City Attorney
Packet Page. 992
Resolution No. 2025-266
Resolution 2025-266
March 19, 2025
Page 4 of 4
6
6
0
0
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. 2025-266, adopted at a regular meeting held on the 19th day of March 2025 by the
following vote:
Council Members: AYES NAYS ABSTAIN ABSENT
SANCHEZ _____ _____ _______ _______
IBARRA _____ _____ _______ _______
FIGUEROA _____ _____ _______ _______
SHORETT _____ _____ _______ _______
KNAUS _____ _____ _______ _______
FLORES _____ _____ _______ _______
ORTIZ _____ _____ _______ _______
WITNESS my hand and official seal of the City of San Bernardino this ___ day of ________ 2025.
Genoveva Rocha, CMC, City Clerk
Packet Page. 993
Packet Page. 994
Packet Page. 995
Packet Page. 996
Packet Page. 997
Packet Page. 998
Packet Page. 999
Packet Page. 1000
Packet Page. 1001
2
2
3
8
CONSENT CALENDAR
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:Bill Gallardo, Interim City Manager
Lynn Merrill, Director of Public Works
Department:Public Works
Subject:Approval of Task Order Number 003 with Rick
Engineering for Design Services for Baldridge Canyon
Drive Storm Improvements (Pleasant Hill Drive Storm
Drain) from Baldridge Canyon Drive to Drainage
Channel for a Total Amount Not to Exceed $126,060
(Ward 4)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California adopt Resolution 2025-267:
1. Approving Task Order Number 003 with Rick Engineering Company, Inc,. in
the amount of $57,300.00 for design services for Baldridge Canyon Drive
Storm Improvements (Pleasant Hill Drive Storm Drain) from Baldridge
Canyon Drive to Drainage Channel (Project); and
2. Authorizing design contingencies, project management, and administrative
costs in the amount of $11,460.00; and
3. Authorizing the Interim Director of Finance and Management Services to
amend the FY 2024/25 Capital Improvement Plan by re-allocating
$68,760.00 from the Storm Drain Upgrade project to the Baldridge Canyon
Drive Storm Improvements (Pleasant Hill Drive Storm Drain) from Baldridge
Canyon Drive to Drainage Channel project; and
4. Authorizing the City Manager or designee to execute an all documents
necessary for the Task Order with Rick Engineering Company; and
5. Authorizing the City Manager or designee to expend the contingency fund,
if necessary, to complete the project.
Packet Page. 1002
2
2
3
8
Executive Summary:
Approving the task order for design services for Pleasant Hill Drive Storm Drain will
address drainage issues resulting from the erosion affecting the property at 3480
Pleasant Hill Drive. This task order aligns with the City’s commitment to maintaining
and upgrading essential infrastructure, ensuring the safety and well-being of
residents, and allowing the project to proceed on schedule as part of ongoing
improvements to the City's stormwater management system. This Task Order is
being issued through an existing pre-approved on-call list, and the design services
will be funded by the Storm Drain Construction fund.
Background
The project is located within an existing easement situated between Baldridge
Canyon Drive and a Flood Control channel to the west. It specifically addresses
erosion concerns that have been impacting the property at 3480 Pleasant Hill Drive.
This initiative aims to mitigate erosion risks and improve the drainage capacity in
the area to prevent further property damage. For consistency and clarity throughout
this staff report, the project will be referred to as the "Pleasant Hill Drive Storm Drain"
project.
The Storm Drain Upgrade is an ongoing initiative aimed at addressing various
stormwater management needs throughout the city. The project fund is used to
support the completion of storm drain improvements, upgrades, and maintenance,
including efforts such as the Lynwood Drive Storm Drain project. As of the current
period, the Storm Drain Upgrade project has an available balance of approximately
$1,853,580.84. This fund is utilized to support projects like the one being proposed,
ensuring the city's storm drain infrastructure is effectively managed and enhanced.
This project is funded with the use of Development Impact Fees (DIF). The fees are
charged on new development projects to fund the necessary infrastructure and
public services required by the growth. These fees are typically used for the
construction and improvement of roads, parks, schools, and other essential
facilities. However, DIF funds are restricted to being used only for the purposes for
which they were collected, ensuring they directly benefit the development areas that
generate them.
On November 16, 2022, the Mayor and City Council approved the award of five-
year On-Call Services Agreements with various engineering firms to provide a broad
range of professional services to the city. These agreements allow the City to
streamline procurement processes and efficiently engage qualified firms as needed
for specific projects. Rick Engineering is one of the approved on-call services
providers.
On June 26, 2024, the Mayor and City Council adopted Resolution No. 2024-142,
approving and adopting the City of San Bernardino’s Operating Budget and Capital
Improvement Plan for Fiscal Years 2024/25 and 2025/26. This resolution sets the
framework for the City’s strategic priorities, which include enhancing infrastructure
and addressing critical needs within the community. The approval of the Capital
Packet Page. 1003
2
2
3
8
Improvement Plan ensures that necessary projects, such as the storm drain
improvements at Pleasant Hill Drive, receive the appropriate funding and resources
to proceed in alignment with the City’s long-term planning goals.
Discussion
The Pleasant Hill Drive Storm Drain project aims to address the ongoing erosion and
drainage issues within the easement between Baldridge Canyon Drive and the
adjacent Flood Control channel. This area has been impacted by the flow of
stormwater, which has caused significant erosion at the property located at 3480
Pleasant Hill Drive. The project involves replacing approximately 250 linear feet of
deteriorated concrete and corrugated metal pipe storm drain and implementing a
design solution to prevent further erosion damage. The design will include the
installation of a new headwall, rip rap, and grading to repair the eroded slope within
the City’s storm drain easement.
City staff sought proposals from pre-approved on-call engineering consultants to
assess the current drainage system, perform the necessary hydrological analysis, and
develop a comprehensive design solution. Proposals were evaluated based on the
technical approach, the consultant's experience, and cost, to select the most suitable
vendor to complete the project.
The City received three proposals included in the table below.
In the proposal request, vendors were asked to provide a detailed plan to address the
erosion and drainage issue affecting the property at 3480 Pleasant Hill Drive, as well
as the surrounding areas. The scope of work outlined in the proposal included all
necessary engineering and design efforts to resolve the drainage problems caused by
the erosion within the easement between Baldridge Canyon Drive and the Flood
Control channel to the west. The proposals received were evaluated based on their
technical approach, experience, and cost to ensure the selection of the best-suited
vendor for the task. The expectation was that all relevant information for the project
would be provided in the attached documentation, including detailed plans for
mitigating the drainage concerns and preventing further damage to the affected
property.
Staff has reviewed the proposals and recommend Rick Engineering Company of
Riverside, California to complete the design for this project. The proposal
demonstrated a clear understanding of the project needs and includes a competitive
price of $57,300.00. Additional funds are recommended for design contingencies,
project management, and administrative costs in the amount of $11,460.00 The total
Proposals
Rick Engineering Riverside, CA
IMEG Pasadena, CA
Hernandez, Kroone & Associates San Bernardino, CA
Packet Page. 1004
2
2
3
8
cost of design, design contingencies, project management, and administrative costs
is $68,760.00.
At the close of the last fiscal year, the funding balance for the Storm Drain Upgrade
project was $1,548,098.54. After allocating funds for the Hill & Acacia Storm Drain and
19th Street Storm Drain projects, the remaining balance for the Storm Drain Upgrade
was $1,346,188.54. This fiscal year, the funding balance for the project has increased
to $1,853,580.84, due to an additional budget allocation of $500,000.00 approved
during the fiscal year budget adoption.
The Storm Drain Upgrade project typically funds similar drainage improvement
projects, and creating a separate capital improvement project will streamline project
management and administrative processes. This proposed allocation will not impact
any other ongoing storm drain projects. The current balance of $1,853,580.84 reflects
the increased budget, with $70,260.00 designated for the Lynwood Drive Storm Drain
project and $68,760.00 allocated for the Pleasant Hill Storm Improvements project,
leaving a total remaining balance of $1,714,560.84 in the Storm Drain Upgrade. Please
note that this balance is pending approval by the Mayor and City Council (MCC) on
March 19, 2025.
The table below shows the project balance after both storm drain projects are adopted:
2021-2025 Strategic Targets and Goals
This project is consistent with Key Strategic Target and Goal No. 1: Improved
Operational & Financial Capacity – Minimize risk and litigation exposure. Approval of
this design services will result in public improvements being constructed that minimize
property damage and health risks through upgrading the existing drainage system.
Fiscal Impact
There is no General Fund impact associated with this action. The fiscal impact for
this item is $68,760.00. Fiscal Year 2024/25 CIP Budget will be amended to
reallocate $68,760.00 from the Storm Drain Upgrade project to the Pleasant Hill
Drive Storm Drain project.
Design Cost
Design Fee $57,300.00
Contingency $11,460.00
Total Design Cost $68,760.00
Project Balance
Storm Drain Upgrade $1,853,580.84
Lynwood Drive Storm Drain $70,260.00
Pleasant Hill Storm Improvements $68,760.00
Remaining Budget for Storm Drain Upgrade $1,714,560.84
*Pending March 19, 2025 MCC Approval
Packet Page. 1005
2
2
3
8
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California adopt Resolution 2025-267:
1. Approving Task Order Number 003 with Rick Engineering Company, Inc,. in
the amount of $57,300.00 for design services for Baldridge Canyon Drive
Storm Improvements (Pleasant Hill Drive Storm Drain) from Baldridge
Canyon Drive to Drainage Channel (Project); and
2. Authorizing design contingencies, project management, and administrative
costs in the amount of $11,460.00; and
3. Authorizing the Interim Director of Finance and Management Services to
amend the FY 2024/25 Capital Improvement Plan by re-allocating
$68,760.00 from the Storm Drain Upgrade project to the Baldridge Canyon
Drive Storm Improvements (Pleasant Hill Drive Storm Drain) from Baldridge
Canyon Drive to Drainage Channel project; and
4. Authorizing the City Manager or designee to execute all documents
necessary for the Task Order with Rick Engineering Company; and
5. Authorizing the City Manager or designee to expend the contingency fund,
if necessary, to complete the project.
Attachments
Attachment 1 Resolution 2025-267
Attachment 2 Task Order Number 003 – Rick Engineering Company
Attachment 3 Location Map
Ward:
Fourth Ward
Synopsis of Previous Council Actions:
June 26, 2024 Mayor and City Council adopted Resolution No. 2024-142
approving and adopting the City of San Bernardino’s Operating
Budget and Capital Improvement Plan for Fisal Years 2024/25
and 2025/26.
November 16, 2022 Mayor and City Council approved award of a five-year On-Call
Services Agreements with various engineering firms.
Packet Page. 1006
Resolution No. 2025-267
Resolution 2025-267
March 19, 2025
Page 1 of 4
6
6
0
2
RESOLUTION NO. 2025-267
A RESOLUTION OF THE MAYOR AND CITY COUNCIL
OF THE CITY OF SAN BERNARDINO, CALIFORNIA,
APPROVING TASK ORDER NUMBER 003 WITH RICK
ENGINEERING COMPANY, INC,. IN THE AMOUNT OF
$57,300.00 FOR DESIGN SERVICES FOR BALDRIDGE
CANYON DRIVE STORM IMPROVEMENTS (PLEASANT
HILL DRIVE STORM DRAIN) FROM BALDRIDGE
CANYON DRIVE TO DRAINAGE CHANNEL (PROJECT);
AUTHORIZING DESIGN CONTINGENCIES, PROJECT
MANAGEMENT, AND ADMINISTRATIVE COSTS IN THE
AMOUNT OF $11,460.00; AUTHORIZING THE INTERIM
DIRECTOR OF FINANCE AND MANAGEMENT SERVICES
TO AMEND THE FY 2024/25 CAPITAL IMPROVEMENT
PLAN, AND RECORD AN APPROPRIATION IN THE
AMOUNT OF $68,760.00 FROM THE STORM DRAIN
UPGRADE PROJECT FOR THE BALDRIDGE CANYON
DRIVE STORM IMPROVEMENTS (PLEASANT HILL
DRIVE STORM DRAIN) FROM BALDRIDGE CANYON
DRIVE TO DRAINAGE CHANNEL PROJECT;
AUTHORIZING THE CITY MANAGER OR DESIGNEE TO
EXECUTE ALL DOCUMENTS NECESSARY FOR THE
TASK ORDER WITH RICK ENGINEERING COMPANY;
AND AUTHORIZING THE CITY MANAGER OR
DESIGNEE TO EXPEND THE CONTINGENCY FUND, IF
NECESSARY, TO COMPLETE THE PROJECT.
WHEREAS, the City of San Bernardino (“City”) desires to design storm drain
improvements at Baldridge Canyon Drive Storm Improvements (Pleasant Hill Drive Storm Drain)
from Baldridge Canyon Drive to Drainage Channel to address drainage issues the ongoing erosion
and drainage issues within the easement between Baldridge Canyon Drive and the adjacent Flood
Control channel (the “Project”); and
WHEREAS, on November 16, 2022, the Mayor, and City Council awarded five-year On-
Call Professional Services Agreements with various engineering firms.
WHEREAS, the City desires to utilize Rick Engineering Company to perform engineering
work for the Project; and
WHEREAS, Rick Engineering Company is on the approved on-call engineering
consultants list; and
Packet Page. 1007
Resolution No. 2025-267
Resolution 2025-267
March 19, 2025
Page 2 of 4
6
6
0
2
WHEREAS, on June 26, 2024 Mayor and City Council adopted Resolution No. 2024-142
approving and adopting the City of San Bernardino’s Operating Budget and Capital Improvement
Plan for Fiscal Years 2024/25 and 2025/26.
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
Task Order Number 003 with Consultants Rick Engineering Company, Inc. in the amount of
$57,300.00 for Pleasant Hill Drive Storm Drain (Project); and
SECTION 3. The Mayor and City Council hereby authorize the project design
contingencies, project management, and administrative costs in the total amount of $11,460.00 for
design of the Project; and
SECTION 4. The Mayor and City Council hereby authorize the Interim Director of
Finance and Management Services to amend the FY 2024/25 Capital Improvement Plan, and
record an appropriation in the amount of $68,760.00 from the Storm Drain Upgrades project for
the Pleasant Hill Drive Storm Drain project; and
SECTION 5. The Mayor and City Council hereby authorize the City Manager or
designee to execute all documents necessary for the Task Order with Rick Engineering Group,
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 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 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. 1008
Resolution No. 2025-267
Resolution 2025-267
March 19, 2025
Page 3 of 4
6
6
0
2
APPROVED and ADOPTED by the City Council and signed by the Mayor and attested
by the City Clerk this 19th day of March 2025.
Helen Tran, Mayor
City of San Bernardino
Attest:
Genoveva Rocha, CMC, City Clerk
Approved as to form:
Sonia Carvalho, City Attorney
Packet Page. 1009
Resolution No. 2025-267
Resolution 2025-267
March 19, 2025
Page 4 of 4
6
6
0
2
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. 2025-267, adopted at a regular meeting held on the 19th day of March 2025 by the
following vote:
Council Members: AYES NAYS ABSTAIN ABSENT
SANCHEZ _____ _____ _______ _______
IBARRA _____ _____ _______ _______
FIGUEROA _____ _____ _______ _______
SHORETT _____ _____ _______ _______
KNAUS _____ _____ _______ _______
FLORES _____ _____ _______ _______
ORTIZ _____ _____ _______ _______
WITNESS my hand and official seal of the City of San Bernardino this ___ day of ________ 2025.
Genoveva Rocha, CMC, City Clerk
Packet Page. 1010
Packet Page. 1011
Packet Page. 1012
Packet Page. 1013
Packet Page. 1014
Packet Page. 1015
Packet Page. 1016
Packet Page. 1017
Packet Page. 1018
2
5
8
5
DISCUSSION
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:Bill Gallardo, Interim City Manager
C. Jeannie Fortune, Interim Director of Finance & Management
Services
Zuyva Ruiz, Budget Division Manager
Department:Finance & Management Services
Subject:Fiscal Year 2024/25 Mid-Year Financial Update (All Wards)
Recommendation:
It is recommended that the Mayor and City Council of the City of San Bernardino,
California receive and file the Fiscal Year 2024/25 Mid-Year Financial Update.
Executive Summary
The Fiscal Year (FY) 2024/25 Mid-Year Financial Update provides a clear and
accessible overview of the City's financial position and economic conditions at the
national, state, and county levels that influence the City’s fiscal health. The City is
adjusting its revenue and expenditure projections based on economic trends to
maintain long-term fiscal stability. Projected year-end revenues are now estimated at
$222.6 million, compared to the originally adopted budget of $236.6 million, due to
shifts in sales tax revenue, business activity, and permit fees. For expenditures, cost-
saving measures were implemented to reduce year-end projections to $224.3 million,
down from the originally budgeted $237.5 million. By aligning expenditures with
realistic revenue expectations, the City remains in a healthy financial position while
ensuring that essential services and capital improvement projects continue without
disruption. These adjustments reflect responsible financial management, ensuring that
the City can navigate shifting economic conditions while preserving the integrity of its
fund balance.
Background
On January 15, 2025, the Mayor and City Council received the unaudited FY 2023/24
year-end General Fund financial update. The Mid-Year Financial Report allows the
Budget Division to assess revenues and expenditures, ensuring that financial
allocations align with the City's needs while maintaining long-term fiscal stability. This
Packet Page. 1019
2
5
8
5
update provides insights into how national, state, and county-level economic conditions
are impacting the City's finances. It also outlines necessary adjustments to ensure the
City remains on track for responsible financial planning.
National Economic and Financial Trends
Broader economic trends influence local revenue streams, including sales and property
taxes, development activity, and municipal investments. While the U.S. economy
experienced moderate growth in the 3rd and 4th quarters of 2024, there are concerns
about long-term stability. The following national trends are particularly relevant to the
City’s financial planning:
Real Growth Domestic Product (GDP) Growth: Real GDP trends are
important to the City because it directly impacts the local economy by
influencing job creation, business investment, and overall economic activity
within the City. The U.S. real GDP grew at an annualized rate of 3.1% in Q3
2024 and 2.3% in Q4 2024. The difference in Q3 2024 vs. Q3 2023 reflects the
slowdown from the post-pandemic economic surge. This slowdown is likely to
reduce consumer spending and impact sales tax revenue in San Bernardino.
Interest Rates and Debt: The Federal Reserve has kept interest rates elevated
at 5.25-5.50 %, which has tempered borrowing and reduced investment in real
estate and business expansion, impacting the City’s development-related fees.
Labor Market: According to the U.S. Bureau of Labor Statistics, the national
unemployment rate fluctuated between 3.8% and 4.1%, indicating that the labor
market is cooling slightly. However, jobless claims remain well below
recessionary thresholds.
Consumer Confidence and Spending: Consumer spending remains strong at
the national level, with inflation-adjusted retail sales at a record high in Q4 2024.
However, the U.S. Census Bureau announced that advance estimates of U.S.
retail and food services for January 2025 are down 0.9% from the previous
month. This means that after accounting for holidays, trading days, and other
seasonal factors, consumer spending seems to be gradually decreasing,
affecting sales tax collections.
California Economic Trends
Economic trends in California shape local revenue streams, employment levels, and
Packet Page. 1020
2
5
8
5
housing markets. The state is currently facing budget deficits, labor market shifts,
housing shortages, and trade policy changes, resulting in cities needing to proactively
adapt to this changing economic landscape while remaining fiscally sustainable and
minimizing service disruption. Key statewide trends include:
State Budget Deficit: According to the report released in November 2024 from
the Legislative Analyst’s Office, the projected deficit for California’s FY 2025/26
budget is estimated to be $2 billion, meaning that the budget is considered
roughly balanced given the large scale and unpredictability of state finances.
Though the immediate budget is relatively balanced, the concern is that
California faces significant long-term budget challenges in the future. The annual
operating deficits are expected to grow from $20 billion to $30 billion in the
coming years due to higher-than-expected spending growth outpacing revenue
growth. To address this proactively, the state may implement spending
reductions and revenue increases or solicit policy adjustments to address future
fiscal imbalances, a reality that most cities must begin preparing for now.
Labor Market: The U.S. Bureau of Labor Statistics reported that the state’s
unemployment rate remained at 5.4% as of December 2024. This rate remains
above the national average, and the ratio of unemployed workers to available
job openings has doubled over the past two years, impacting local business
activity and sales tax revenue.
Housing Market: California’s median house prices are projected to rise 4.6% in
2025, meaning that the moderate rise in property values allows for additional
revenue in property taxes. However, this does not directly boost the City’s
General Fund since property tax in San Bernardino comes largely from Vehicle
License Fee (VLF) revenue.
Trade and Tariffs: Proposed tariffs on imports from China and Mexico may
increase costs for goods and services, affecting local businesses and
consumers. This could lead to higher retail prices, reducing disposable income
and, in turn, impacting sales tax revenue for the City.
Consumer Price Index (CPI): The Department of Industrial Relations reported
that California’s CPI annual average decreased from 3.9% in 2023 to 3.1% in
2024. This indicates moderating inflationary pressures and suggests that price
increases for goods and services are stabilizing, which eases financial
pressures on households. Housing, transportation, and food costs may still be
high, but a slower inflation rate means that costs are rising at a more
manageable rate.
County Economic Trends
San Bernardino County’s current economic landscape reflects both statewide
pressures and regional strengths. The County continues to experience strong job
growth and steady retail activity. However, challenges like housing affordability and
limited new construction could shape the City of San Bernardino’s future revenue and
service demands. Key countywide trends in consideration of the FY 2024/25 Mid-Year
Report include:
Job Market Resilience: The Inland Empire, including San Bernardino County,
has some of the strongest job growth in California at 3% year-over-year,
Packet Page. 1021
2
5
8
5
outpacing Los Angeles and Orange County.
Housing Affordability: The Riverside-San Bernardino-Ontario metropolitan
area is among the most overvalued housing markets in the U.S., with mortgage
payments consuming approximately 67.8% of the per capita income. This
significant burden highlights the challenge of housing affordability for residents
and the limited disposable income for non-housing expenditures.
Consumer Price Index (CPI): The Inland Empire saw a CPI decline from 4.7%
to 2.6%, meaning inflation is cooling, but costs for essential goods and services
remain high. This directly affects City expenses, particularly for infrastructure
projects and public service contracts.
Discussion
City of San Bernardino’s Financial Condition
With the broader economic landscape in mind—spanning national, state, and county
trends—it's crucial to assess how these factors impact the City of San Bernardino’s
financial standing. At the midpoint of the fiscal year, a thorough review of the City's
revenues, expenditures, and overall financial health provides valuable insight into the
City’s ability to maintain fiscal sustainability while delivering essential services. Key City
trends observed at the midpoint of the FY 2024/25 include:
Rising Unemployment and Business Closures: California’s 5.4%
unemployment rate and business closures in the region are driving down license
Packet Page. 1022
2
5
8
5
and permit revenues, reducing the economic activity and City revenue streams.
Development and Investment Slowdown: Rising interest rates and inflation
are slowing development, reducing building permits, impact fees, and
investment in the City’s growth.
Federal and Trade Policy Uncertainty: Federal policy shifts could increase
costs. The proposed 25% import tariffs may increase prices for businesses and
residents, while potential EV credit cuts could hinder energy and transportation
projects.
CPI: Increased costs for goods, utilities, and services could increase the
demand for City support programs.
Rising Labor Costs and Fiscal Sustainability: To remain competitive with
surrounding jurisdictions, the City has made some wage and compensation
adjustment considerations as the City embarks on a Classification and
Compensation study and prepares for labor negotiations with all bargaining
units. However, rising labor costs present ongoing financial obligations that must
be carefully managed. The City added over 100 full-time positions in FY
2023/24, contributing to increased personnel expenditures. While these
additions were made during improved financial conditions, it is imperative to
recognize that fund balance should be reserved for one-time expenditures, not
ongoing costs such as personnel. The long-term sustainability of these positions
must be evaluated as financial conditions evolve and an economic landscape of
reduced resources presents itself.
General Fund Revenues
Year-end projections show that the City’s General Fund revenues are declining and will
likely fall short of the budgeted amounts. While revenue grew by 3% in early FY
2024/25, growth is estimated to slow down to 2% throughout the remainder of the fiscal
year. Current revenues are $4.9 million lower compared to the same period last year,
signaling the need for a cautious financial approach.
As of January 2025, the 7-month cumulative General Fund revenue is down from last
year by $4.9 million. Staff believes this downward trend will continue to total revenues
Revenue Category FY 2022-23
Actuals
FY 2023-24
Actuals
FY 2024-25
Adopted
FY 2024-25
YTD Actuals
as of 1/31/25
FY 2024-25
Projected
Year-End Total
% Change
from
Adopted
Charges for Services $9,107,888 $6,829,807 $10,319,801 $3,175,537 $6,275,538 -39%
Fines & Forefeitures $1,082,037 $766,079 $1,593,262 $476,142 $876,142 -45%
Franchise Tax $12,692,337 $14,328,378 $14,939,265 $3,956,639 $14,402,938 -4%
Intergovernmental $2,225,143 $6,708,044 $2,949,651 $2,449,830 $5,506,961 87%
Investment Income $963,828 $3,373,049 $999,900 $635,949 $2,635,949 164%
Licenses & Permits $15,740,360 $16,059,891 $16,989,168 $7,783,412 $14,083,412 -17%
Measure S Sales Tax $52,124,592 $51,259,760 $53,550,000 $20,357,375 $50,159,000 -6%
Miscellaneous $3,304,140 $7,737,244 $4,238,229 $835,144 $5,335,144 26%
Other Taxes $11,173,774 $12,414,954 $15,060,480 $4,859,440 $11,259,440 -25%
Property Taxes in Lieu if VLF $21,312,883 $23,604,046 $25,806,000 $12,730,179 $24,180,179 -6%
Sales & Use Tax $55,651,769 $55,612,168 $58,623,667 $22,172,986 $52,796,986 -10%
Use of Money & Property $3,158,026 $5,273,844 $2,640,627 $2,727,459 $4,887,459 85%
Utility User Tax $31,208,992 $28,671,310 $28,893,750 $16,133,179 $30,229,505 5%
General Fund Revenue Total $219,745,769 $232,638,574 $236,603,800 $98,293,269 $222,628,654 -6%
Packet Page. 1023
2
5
8
5
for FY 2024/25 at $222.6 million versus FY 2023/24 revenues at $232.6 million (a
reduction of approximately $10.0 million in actuals).
Sales & Use Tax and Measure S Sales Tax
Sales & Use Tax is the City’s largest revenue source, accounting for 47% of total
revenues when combined with Measure S. The City contracts with HdL Companies to
advise and project Sales and Use Tax and Measure S Sales Tax. Based on HdL’s
updated forecasts, the City is revising Measure S revenue projections downward by
6% and Sales & Use Tax projections downward by 10%. These adjustments align with
realistic revenue expectations and ensure the City maintains a conservative approach
to budgeting while carefully reassessing expenditures to match anticipated revenues.
HdL’s latest projections indicate that Sales and Use Tax is expected to total $52.8
million by the end of the year and Measure S is expected to total $50.2 million resulting
in a $4.6 million decline from the last fiscal year. HdL reports that major decreases for
Sales & Use Tax are seen in General Consumer Goods (-7.3%), Autos &
Transportation (-5.6%), and Business & Industry (-1.6%), with minor offsets from
Restaurant & Hotels (+2.0%) and State & County Pools (+2.5%). Measure S Sales Tax
is also reported to decrease and those can be seen in Autos & Transportation (-8.9%)
and Building & Construction (-6.2%), with small gains in Business & Industry (+2.1%)
and Restaurant & Hotels (+1.3%).
Packet Page. 1024
2
5
8
5
Charges for Services
The City of San Bernardino’s charges for services revenue category is projected to end
the year 39% below the adopted budget, with a decrease totaling $554k in FY 2024/25
compared to FY 2023/24 actuals. This decline is driven by key revenue sources such
as plan check fees, cannabis permit fees, and enforcement-related charges. Plan
check fees are a major revenue source tied to development activity. The decrease
signals a slowdown in new construction and permitting, which reflect the higher
borrowing cost trends seen at the national and state level, economic uncertainty, or
delays in large-scale projects. Fewer plan check fees impact the City's General Fund,
as these fees help cover staffing and operational costs for processing permits. Overall,
development-related revenue in this category is down by $283k as of January 2025.
The Cannabis Permit Regulatory Fee is also currently down by $55k in FY 2024/25 as
compared to prior year. This may suggest fewer businesses applying for or renewing
permits, indicating market saturation, regulatory shifts, or operational challenges for
cannabis businesses. Another notable revenue source, the NPDES Storm Drain Utility
Fee, is down by $11k as of January 2025. This decline is also tied to reduced
development activity at the county and state levels, further reinforcing the broader
slowdown in construction and permitting.
Intergovernmental
The City has revised its year-end projections for intergovernmental revenues upward
by 87% from the FY 2024/25 adopted budget, incorporating updated forecasts and
necessary revenue classification adjustments. Despite this positive revision,
intergovernmental revenues will still fall short of FY 2023/24 actuals by approximately
$1.2 million. This variance is primarily due to timing differences in revenue collection,
accounting adjustments, and temporary delays in finalizing renewed cost-recovery
agreements. While some reductions reflect structural changes, key cost-recovery
agreements—including those with San Manuel, Dignity Health, and special event
Packet Page. 1025
2
5
8
5
reimbursements—are expected to be fully collected by year-end, aligning with
projections.
Investment Income & Use of Money and Property
The City’s higher-than-expected investment income and revenues from use of money
& property reflect broader economic trends at the national, state, and county levels.
While these revenue sources provide a short-term financial boost, they remain highly
volatile and dependent on external economic conditions, reinforcing the importance of
prudent fiscal planning. The Federal Reserve’s elevated interest rates have contributed
to higher investment earnings and increased interest income on the City’s idle cash.
However, as the Federal Reserve considers future adjustments, potential declines in
interest earnings must be factored into future revenue projections. Staff will continue to
monitor Federal Reserve actions closely to anticipate financial impacts and adjust
projections accordingly.
Other Taxes
The City of San Bernardino’s Other Taxes revenue category is projected to end FY
2024/25 approximately 25% below the adopted budget and $1.1 million lower than FY
2023/24 actuals. This decline is attributed to weaker consumer spending, slowing real
estate transactions, and industry-specific challenges in sectors such as hospitality and
cannabis. As of January 2025, as compared to FY 2023/24 during the same period,
Transient Occupancy Tax (TOT) is down by $648k, possibly indicating reduced
business travel; Property Transfer Tax is down by $100k, possibly reflecting a
slowdown in property transactions; and Cannabis Tax is down by $277k, indicating that
the overall cannabis industry is falling below expectations.
General Fund Expenditures
With General Fund revenues now projected to come in $14 million below the adopted
budget, the City is proactively adjusting expenditure projections to reflect current
economic conditions. While FY 2024/25 expenditures are currently $17.4 million higher
than the previous year, the year-end projections remain 6.9% below the adopted
budget. The addition of the 100 full-time positions in FY 2023/24, although the Human
Resources Department is continuously recruiting to fill these approved positions and
other vacancies that may occur, has taken time.
Packet Page. 1026
2
5
8
5
Looking ahead, the City will continue to closely monitor economic trends, refine
forecasts, and make informed financial decisions that prioritize community needs while
preserving the City's fiscal health. This approach ensures that residents continue to
receive quality services, even in times of economic uncertainty.
Department FY 2022-23
Actuals
FY 2023-24
Actuals
FY 2024-25
Adopted
FY 2024-25
YTD Actuals
as of 1/31/25
FY 2024-25
Projected
Year-End
Total
% Change
from
Adopted
Mayor $306,227 $279,481 $298,025 $177,726 $298,025 0.0%
City Council $1,015,993 $1,061,509 $1,156,448 $730,210 $1,156,448 0.0%
City Clerk $1,300,833 $1,391,383 $1,942,869 $798,606 $1,571,500 -19.1%
City Attorney $4,559,283 $4,795,033 $5,181,587 $1,637,565 $5,181,587 0.0%
General Government $32,886,990 $19,370,893 $17,967,471 $4,873,298 $18,227,743 1.4%
City Manager $2,103,300 $3,424,979 $5,156,385 $1,726,588 $3,635,811 -29.5%
Human Resource & Risk Management $2,055,421 $2,390,082 $2,784,522 $1,411,816 $2,772,510 -0.4%
Finance & Management Services $5,163,873 $5,044,637 $6,612,496 $3,507,801 $5,947,838 -10.1%
Economic Development $0 $237,278 $1,785,363 $967,317 $1,814,730 1.6%
Special Assessment District $115,996 $114,321 $150,000 $0 $120,000 -20.0%
Capital Improvement Projects $89,235 $320,505 $0 $0 $3,715 0.0%
Community Development & Housing $9,040,721 $9,341,981 $15,004,584 $6,067,124 $10,721,947 -28.5%
Police $103,840,116 $114,176,196 $132,847,479 $84,800,743 $124,951,642 -5.9%
Parks, Recreation & Community $4,132,108 $5,109,685 $6,000,401 $2,808,982 $5,936,896 -1.1%
Public Works $21,764,427 $26,606,218 $35,591,030 $18,591,892 $29,008,952 -18.5%
Library $2,610,050 $2,601,058 $4,975,030 $3,333,843 $4,221,603 -15.1%
General Operating Expenditures $190,984,572 $196,265,240 $237,453,690 $131,433,512 $215,570,946 -9.2%
Capital Improvement Projects $11,803,164 $7,314,997 $3,565,500 $4,421,262 $6,062,651 70.0%
Parks, Recreation & Community $3,000 $0 $0 $0 $0 0.0%
MCC Fund Balance Use - Street Segment Imp.$0 $0 $0 $0 $2,650,000 0.0%
Measure S Expenditures $11,806,164 $7,314,997 $3,565,500 $4,421,262 $8,712,651
GENERAL FUND TOTAL EXPENDITURES $202,790,736 $203,580,237 $241,019,190 $135,854,774 $224,283,597 -6.9%
Packet Page. 1027
2
5
8
5
Library Department
The Library Department received a significant increase in funding for operations and
staffing in the FY 2024/25 budget to address long-overdue maintenance needs and
enhance customer service across all library branches. The department has used 67%
of its budget due to necessary upfront investments in network and hardware upgrades
following a cybersecurity breach. With these critical improvements now in place,
spending has stabilized, and the department is on track to close the fiscal year 15.1%
($753K) under budget.
Police Department
As of January 2025, the Police Department accounts for 64% of the total year-to-date
General Fund expenditures. The department has maintained strong financial
management and cost-recovery efforts. Through reimbursement agreements with
partners such as San Manuel, Dignity Health, SBIAA, COPs grants, and other
reimbursable overtime arrangements, the department is projected to end the fiscal year
5.9% ($7.9 million) under budget.
Community Development & Housing Department
The Community Development & Housing Department has utilized 40% of its budget
and is projected to close the year 28.5% ($4.2 million) under budget due to ongoing
staffing vacancies. Many of these vacancies are tied to positions added as part of the
Strategic Initiatives in October 2023, and despite multiple recruitment efforts, these
roles have yet to be successfully filled. The department continues to prioritize hiring
and remains focused on securing qualified candidates to support its long-term
objectives.
Public Works Department
The Public Works Department has utilized 52% of its budget and is projected to close
the fiscal year 18.5% ($6.6 million) under budget due to ongoing staffing vacancies.
Many of these vacancies are tied to positions added as part of the Strategic Initiatives
in October 2023. Despite multiple recruitment efforts, these positions have not yet been
successfully filled. The department remains focused on attracting and retaining
qualified talent to support its operational and infrastructure needs.
Fund Balance
As the City proactively adjusts its year-end revenue and expenditure projections to
reflect current economic conditions, it remains in a strong financial position with a
healthy fund balance. The FY 2024/25 ending fund balance is estimated at $200.9
million, a slight decrease from $202.5 million in FY 2023/24. This modest reduction is
primarily attributed to the City’s approved use of $2.65 million for street segment
repairs, which has been partially offset by a $995K surplus being restored to fund
balance due to existing staffing vacancies. For FY 2024/25, the City’s General Fund
fund balance will remain in a healthy financial position and continue to preserve its
emergency reserves, with:
$33.2 million in the 15% Emergency Reserve
$22.1 million in the 10% Economic Contingency Reserve
$91.3 million in Measure S Capital Project Funding
Packet Page. 1028
2
5
8
5
In addition, staff is attaching a chart that provides a synopsis of the City’s revenue,
expense, and fund balance activities for the last 20 years. All data was derived from
the City’s audited Annual Comprehensive Financial Reports (ACFR) from Fiscal Years
2005/06 through 2023/24, with projections for FY 2024/25.
Summary
As the City moves forward with preparing its FY 2025/26 Proposed Budget, the City
will be taking into consideration the following:
The City’s current year-end revenue projections show an overall decrease of
approximately $10m from prior year actuals;
The decreases in revenue will most likely continue for the next few months;
The State’s economy is showing resilience despite the decline in local and sales
tax receipts during the 1st quarter of the 2024/25 fiscal year;
A modest growth is projected for FY 2025/26 with the following economic
drivers:
1. Autos/Transportation is expected to increase by 3.5%, but the recovery
is likely to be gradual;
2. Building/Construction is expected to increase by 2.6% due to lumber and
roofing supply holding steady;
3. Business/Industry is expected to increase by 1.8% E-commerce
Category
FY 2021/22
Actuals
(audited)
FY 2022/23
Actuals
(audited)
FY 2023/24
Actuals
(unaudited)
FY 2024/25
Estimated
Beginning Fund Balance, as of June 30th 110,742,632$ 156,449,095$ 173,462,555$ 202,520,892$
Revenues 208,775,374$ 221,320,505$ 232,638,574$ 222,628,653$
Expenditures (includes CIP Expenditures)(163,068,911)$ (204,307,045)$ (203,580,237)$ (221,633,597)$
Net Surplus/Deficit - Use of Fund Balance)45,706,463$ 17,013,460$ 29,058,337$ 995,057$
Approved Use of Fund Balance - Street Segment Repair (2,650,000)$
Ending Fund Balance 156,449,095$ 173,462,555$ 202,520,892$ 200,865,949$
ACFR 2021-22 ACFR 2022-23
Category
FUND BALANCE
06-30-2022
FUND BALANCE
06-30-2023
FUND BALANCE
06-30-2024
(unaudited)
FUND BALANCE
06-30-2025
(estimated)
Nonspendable 40,204,687 41,421,536 40,806,497 41,000,000
Restricted 2,107,208 2,086,366 2,099,574 2,100,000
Committed
Animal Services -68,387 --
General Plan Update 100,000 142,877 551,312 600,000
Measure S - Capital Projects 63,342,854 81,762,949 86,330,036 91,293,692
15% Emergency Reserve 24,460,337 28,788,264 35,618,054 33,245,039
10% Economic Contingency Reserve 16,306,891 19,192,176 23,745,369 22,163,360
Assigned 6,669,342 -13,370,050 10,463,858
Unassigned 3,257,776 ---
TOTAL FUND BALANCE 156,449,095 173,462,555 202,520,892 200,865,949
CALCULATION OF FUND BALANCE
FUND BALANCE DESIGNATION
Packet Page. 1029
2
5
8
5
continues to rule; the convenience of shopping online is slowly being embraced by
consumers;
4. Fuel/Service Stations anticipate a slow recovery in 2025/26 with mild
growth of 3.7%;
5. General Consumer Goods is expected to remain flat with little growth of
1.4% as brick-and-mortar stores compete with online shopping;
6. Restaurants/Hotels is experiencing moderate growth, a 3.7% increase;
the outlook for room rates and occupancy in the coming year is positive.
To maintain the City’s fund balance integrity, while still providing essential
services to the community, City staff will be proposing alternatives, solutions,
and may consider reductions in operating expenditures for the City’s proposed
FY 2025/26 budget that will align with the overall decrease in revenues and mild
growth for the upcoming fiscal year.
2021-2025 Strategic Targets and Goals
Receiving and Filing the FY 2024/25 Mid-Year Financial Update Report aligns with
Key Target No. 1: Improved Operational & Financial Capacity. Updated revenue and
expenditure projections provide the Mayor and City Council with important information
and analysis needed to make financial decisions impacting the City.
Fiscal Impact
There is no fiscal impact with receiving and filing this report. This report serves as a
financial update.
Conclusion
It is recommended that the Mayor and City Council of the City of San Bernardino,
California receive and file the Fiscal Year 2024/25 Mid-Year Financial Update.
Attachments
Attachment 1 - City’s 20-year Revenue, Expense and Fund Balance History
Ward:
All Wards
Synopsis of Previous Council Actions:
June 26, 2024 The Mayor and City Council adopted Resolution No. 2024-
142 approving the City of San Bernardino’s Operating Budget
and Capital Improvement Program (CIP) for Fiscal Year
2024/25.
Packet Page. 1030
Packet Page. 1031
2
6
2
1
ITEM TO BE CONSIDERED FOR A FUTURE MEETING
City of San Bernardino
Request for Council Action
Date:March 19, 2025
To:Honorable Mayor and City Council Members
From:Dr. Treasure Ortiz, Council Member, 7th Ward
Department:Council Office
Subject:Establishing a Homelessness Initiatives Community
Committee (All Wards)
Packet Page. 1032