HomeMy WebLinkAbout071718 - Agenda - Regular Meeting
City Council Agenda
Tuesday, July 17, 2018
Closed Session – 6:00 p.m., Room CC-8
Regular Meeting - 6:30 p.m.
The Government Center
South Coast Air Quality Management District/
Main Auditorium
21865 Copley Drive, Diamond Bar, CA 91765
RUTH M. LOW
Mayor
CAROL HERRERA
Mayor Pro-Tem
JIMMY LIN
Council Member
NANCY A. LYONS
Council Member
STEVE TYE
Council Member
City Manager Dan Fox • City Attorney David DeBerry • City Clerk Tommye Cribbins
Copies of staff reports or other written documentation relating to agenda items are on file in the Office of the City Clerk, and are
available for public inspection. If requested, the agenda will be made available in an alternative format to a person with
disability as required by Section 202 of the Americans with Disabilities Act of 1990. If you have questions regarding an agenda
item, please contact the City Clerk at (909) 839-7010 during regular business hours.
In an effort to comply with the requirements of Title II of the Americans with Disabilities Act of 1990, the City of Diamond Bar
requires that any person in need of any type of special equipment, assistance or accommodation(s) in order to communicate at
a City public meeting, must inform the City Clerk a minimum of 72 hours prior to the scheduled meeting.
Have online access? City Council Agendas are now available on the City of Diamond Bar’s web site at
www.diamondbarca.gov
Please refrain from smoking, eating or drinking in the Council Chambers. The City of Diamond Bar uses recycled
paper and encourages you to do the same.
DIAMOND BAR CITY COUNCIL MEETING RULES
Welcome to the meeting of the Diamond Bar City Council. Meetings are open to the public and
are broadcast live on Spectrum Cable Channel 3 and Frontier FiOS television Channel 47. You
are invited to attend and participate.
PUBLIC INPUT
Members of the public may address the Council on any item of business on the agenda during
the time the item is taken up by the Council. In addition, members of the public may, during the
Public Comment period address the Council on any Consent Calendar item or any matter not on
the agenda and within the Council’s subject matter jurisdiction. Persons wishing to speak
should submit a speaker slip to the City Clerk. Any material to be submitted to the City Council
at the meeting should be submitted through the City Clerk.
Speakers are limited to five minutes per agenda item, unless the Mayor determines otherwise.
The Mayor may adjust this time limit depending on the number of people wishing to speak, the
complexity of the matter, the length of the agenda, the hour and any other relevant
consideration. Speakers may address the Council only once on an agenda item, except during
public hearings, when the applicant/appellant may be afforded a rebuttal.
Public comments must be directed to the City Council. Behavior that disrupts the orderly
conduct of the meeting may result in the speaker being removed from the Council chambers.
INFORMATION RELATING TO AGENDAS AND ACTIONS OF THE COUNCIL
Agendas for regular City Council meetings are available 72 hours prior to the meeting and are
posted in the City’s regular posting locations, on DBTV Channel 3, Spectrum Cable Channel 3,
Frontier FiOS television Channel 47 and on the City’s website at www.diamondbarca.gov. A full
agenda packet is available for review during the meeting, in the foyer just outside the Council
chambers. The City Council may take action on any item listed on the agenda.
ACCOMMODATIONS FOR THE DISABLED
A cordless microphone is available for those persons with mobility impairments who cannot
access the podium in order to make a public comment. Sign language interpretation is available
by providing the City Clerk three business days’ notice in advance of a meeting. Please
telephone (909) 839-7010 between 7:30 a.m. and 5:30 p.m. Monday through Thursday and 7:30
a.m. to 4:30 p.m. on Fridays.
HELPFUL PHONE NUMBERS
Copies of agendas, rules of the Council, Cassette/Video tapes of meetings: (909) 839-7010
Computer access to agendas: www.diamondbarca.gov
General information: (909) 839-7010
Written materials distributed to the City Council within 72 hours of the City Council meetin g are
available for public inspection immediately upon distribution in the City Clerk’s Office at 21810 Copley
Dr., Diamond Bar, California, during normal business hours.
THIS MEETING IS BEING BROADCAST LIVE FOR VIEWING ON
SPECTRUM CABLE CHANNEL 3 AND FRONTIER FiOS TELEVISION
CHANNEL 47, AS WELL AS BY STREAMING VIDEO OVER THE INTERNET
AND BY REMAINING IN THE ROOM, YOU ARE GIVING YOUR PERMISSION
TO BE TELEVISED. THIS MEETING WILL BE RE-BROADCAST EVERY
SATURDAY AND SUNDAY AT 9:00 A.M. AND ALTERNATE TUESDAYS AT
8:00 P.M. AND ARE ALSO AVAILABLE FOR LIVE AND ARCHIVED VIEWING
ON THE CITY’S WEB SITE AT WWW.DIAMONDBARCA.GOV.
CITY OF DIAMOND BAR
CITY COUNCIL AGENDA
July 17, 2018
Next Resolution No. 2018-33
Next Ordinance No. 03(2018)
CLOSED SESSION: 6:00 p.m., Room CC-8
PUBLIC COMMENTS ON CLOSED SESSION ITEMS:
Public Employee Performance Evaluation pursuant to
Government Code Section 54957.
Title: City Manager
CALL TO ORDER: 6:30 p.m.
PLEDGE OF ALLEGIANCE: Mayor
INVOCATION: Cantor Paul Buch
Temple Beth Israel
ROLL CALL: Lin, Lyons,Tye, Mayor Pro Tem
Herrera, Mayor Low
APPROVAL OF AGENDA: Mayor
1. SPECIAL PRESENTATIONS, CERTIFICATES, PROCLAMATIONS:
JULY 17, 2018 PAGE 2
NEW BUSINESS OF THE MONTH:
Presentation of Certificate Plaque to Rachel’s Corner Grill & Deli, 1241 Grand
Avenue, Suite D.
2. CITY MANAGER REPORTS AND RECOMMENDATIONS:
3. PUBLIC COMMENTS:
"Public Comments" is the time reserved on each regular meeting agenda to
provide an opportunity for members of the public to directly address the Council
on Consent Calendar items or matters of interest to the public that are not
already scheduled for consideration on this agenda. Although the City Council
values your comments, pursuant to the Brown Act, the Council generally cannot
take any action on items not listed on the posted agenda. Please complete a
Speaker's Card and give it to the City Clerk (completion of this form is voluntary).
There is a five-minute maximum time limit when addressing the City Council.
4. RESPONSE TO PUBLIC COMMENTS:
Under the Brown Act, members of the City Council may briefly respond to public
comments but no extended discussion and no action on such matters may take
place.
5. SCHEDULE OF FUTURE EVENTS:
5.1 Concerts in the Park/Movies Under the Stars – July 18, 2018 –
Guardians of the 70’s (70’s Music) – 6:30 p.m., 8:00 p.m., Enchanted –
Immediately following the Concert – Sycamore Canyon Park, 22930
Golden Springs Drive.
5.2 General Plan Advisory Committee Meeting – July 19, 2018 – 7:00 p.m.,
Windmill Community Room, 21810 Copley Drive. (Cancelled).
5.3 Planning Commission Meeting – July 24, 2018 – 7:00 p.m., Windmill
Community Room, 21810 Copley Drive.
5.4 Concerts in the Park/Movies Under the Stars – July 25, 2018 – House
Party (Dance Music) – 6:30 p.m., 8:00 p.m., Willy Wonka (1971)
Immediately following the Concert – Sycamore Canyon Park, 22930
Golden Springs Drive.
5.5 Parks and Recreation Commission Meeting – July 26, 2018 – 7:00 p.m.,
Windmill Community Room, 21810 Copley Drive. (Cancelled).
5.6 “Diamond Bar Night Out” - Concerts in the Park/Movies Under the Stars
– August 1, 2018 – Cold Duck (R&B/Variety) – 6:30 p.m., 8:00 p.m.,
Coco – Immediately following the Concert – Sycamore Canyon Park,
JULY 17, 2018 PAGE 3
22930 Golden Springs Drive. (Last Concert/Movies Under the Stars).
5.7 City Council Meeting – August 7, 2018 – 6:30 p.m., AQMD/Government
Center Auditorium, 21865 Copley Drive.
6. CONSENT CALENDAR:
All items listed on the Consent Calendar are considered by the City Council to be
routine and will be acted on by a single motion unless a Council Member or
member of the public request otherwise, in which case, the item will be removed
for separate consideration.
6.1 APPROVAL OF CITY COUNCIL MEETING MINUTES.
6.1.a Regular Meeting of June 19, 2018.
Recommended Action: Approve.
Requested by: City Clerk
6.2 PLANNING COMMISSION MEETING MINUTES.
6.2.a Regular Meeting Minutes of May 22, 2018.
Recommended Action: Receive and file.
Requested by: Community Development Department
6.3 TRAFFIC & TRANSPORTATION COMMISSION MEETING MINUTES.
6.3.a Regular Meeting of May 10, 2018.
Recommended Action: Receive and file.
Requested by: Public Works Department
6.4 RATIFICATION OF CHECK REGISTER DATED JUNE 14, 2018
THROUGH JULY 11, 2018 TOTALING $2,349,138.84.
Recommended Action: Ratify.
Requested by: Finance Department
6.5 TREASURER'S STATEMENT FOR MAY 2018.
Recommended Action: Approve.
Requested by: Finance Department
6.6 ADOPTION OF ORDINANCE NO. 02 (2018), PURCHASING
ORDINANCE.
Recommended Action: Approve for second reading by title only, waive full
reading and Adopt Ordinance No. 02(2018) - An Ordinance of the City
Council of the City of Diamond Bar Revising the City's Purchasing System
JULY 17, 2018 PAGE 4
Contained in Title 3 of the Diamond Bar Municipal Code by Amending
Chapter 3.24 Related to Purchasing and Adding a New Chapter 3.25
Related to Public Projects.
Requested by: Finance Department
6.7 THIRD AMENDMENT TO THE MAINTENANCE SERVICES
AGREEMENT TO PROVIDE GRAFFITI ABATEMENT SERVICES
THROUGH JUNE 30, 2019.
Recommended Action: Approve, and authorize the Mayor to sign, the
Third Amendment to Maintenance Services Agreement with Woods
Maintenance Systems, Inc., dba Graffiti Control Systems ("GCS") granting
a one-year extension to June 30, 2019, including a Consumer Price Index
increase of 3.9% for FY 2018-2019.
Requested by: Community Development Department
6.8 TRAFFIC MITIGATION AGREEMENT BETWEEN THE SUCCESSOR
AGENCY TO THE INDUSTRY URBAN-DEVELOPMENT AGENCY, THE
CITY OF INDUSTRY, AND THE CITY OF DIAMOND BAR REQUIRED
FOR THE ENVIRONMENTAL IMPACT REPORTS FOR THE GRAND
CROSSING DEVELOPMENT (INDUSTRY EAST) AND THE INDUSTRY
BUSINESS CENTER (IBC).
Recommended Action: Approve, and authorize the Mayor to sign, the
Traffic Mitigation Agreement.
Requested by: Public Works Department
6.9 FIRST AMENDMENT TO BETTERMENT AGREEMENT FOR THE
INSTALLATION OF NEW RAMPS AT LEMON AVENUE AND STATE
ROUTE 60 WITH THE CITY OF INDUSTRY AND THE ALAMEDA
CORRIDOR-EAST CONSTRUCTION AUTHORITY OF THE SAN
GABRIEL VALLEY COUNCIL OF GOVERNMENTS.
Recommended Action: Approve, and authorize the Mayor to sign, First
Amendment to the Betterment Agreement for the Installation of New
Ramps at Lemon Ave. and State Route 60 with the City of Industry and
the Alameda Corridor-East Construction Authority of the San Gabriel
Valley Council of Governments.
Requested by: Public Works Department
JULY 17, 2018 PAGE 5
6.10 CONTINUED PARTICIPATION IN THE NATIONAL
INTERGOVERNMENTAL PURCHASING ALLIANCE TO PURCHASE
JANITORIAL SUPPLIES FOR CITY FACILITIES FOR FISCAL YEAR
2018/2019.
Recommended Action: Adopt Resolution No. 2018-xx authorizing
participation in the National Intergovernmental purchasing alliance to
purchase janitorial supplies for City facilities in the amount not to exceed
$65,000 for Fiscal Year 2018/2019.
Requested by: Parks & Recreation Department
6.11 CONSULTING SERVICES AGREEMENT WITH TAIT & ASSOCIATES
FOR CONSTRUCTION ADMINISTRATION AND INSPECTION
SERVICES FOR THE CITY ENTRY MONUMENT SIGNS PROJECT AT
DIAMOND BAR BLVD./ TEMPLE AVE. & GOLDEN SPRINGS DRIVE/
CALBOURNE DRIVE.
Recommended Action: Approve, and authorize the Mayor to sign, the
Consulting Services Agreement with Tait & Associates in the amount of
$59,985.
Requested by: Public Works Department
6.12 APPROVAL OF THE DESIGN AND PLANS, AND AW ARD OF
CONSTRUCTION AGREEMENT TO CT&T CONCRETE PAVING, INC.
FOR THE COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) AREA
6 RESIDENTIAL ADA CURB RAMP IMPROVEMENTS PROJECT.
Recommended Action:
A. Appropriate $12,316 of Certified Access Specialist Program
(CASP) Fund to fully fund the CDBG Area 6 Residential ADA Curb Ramp
Improvements;
B. Adopt Resolution No. 2018-XX approving the design and plans,
and establishing a project payment account, for the CDBG Area 6
Residential ADA Curb Ramp Improvements; and,
C. Approve, and authorize the Mayor to sign, a Construction
Agreement with CT&T Concrete Paving, Inc. in the amount of $190,040,
plus a contingency amount of $9,502 for Contract Change Orders to be
approved by the City Manager, for a total authorization amount of
$199,542.
Requested by: Public Works Department
JULY 17, 2018 PAGE 6
6.13 CONSULTING SERVICES AGREEMENT WITH ONWARD
ENGINEERING, INC. FOR CONSTRUCTION ADMINISTRATION AND
INSPECTION SERVICES FOR THE COMMUNITY DEVELOPMENT
BLOCK GRANT (CDBG) AREA 6 RESIDENTIAL ADA CURB RAMP
IMPROVEMENTS PROJECT.
Recommended Action: Approve, and authorize the Mayor to sign, the
Consulting Services Agreement with Onward Engineering, Inc. in the
amount of $43,495 and authorize a contingency amount of $4,400 for
change orders to be approved by the City Manager for a total
authorization amount of $47,895.
Requested by: Public Works Department
7. PUBLIC HEARINGS: NONE.
8. COUNCIL CONSIDERATION: NONE.
9. COUNCIL SUB-COMMITTEE REPORTS AND MEETING ATTENDANCE
REPORTS/COUNCIL MEMBER COMMENTS:
10. ADJOURNMENT:
Agenda #: 6.1
Meeting Date: July 17, 2018
TO: Honorable Mayor and Members of the City Council
FROM: Daniel Fox, City Manager
TITLE: APPROVAL OF CITY COUNCIL MEETING MINUTES.
STRATEGIC
GOAL:
Open, Engaged & Responsive Government
RECOMMENDATION:
Approve.
PREPARED BY:
Attachments:
1. 6.1.a Regular Meeting of June 19, 2018.
6.1
Packet Pg. 9
MINUTES OF THE CITY COUNCIL
REGULAR MEETING OF THE CITY OF DIAMOND BAR
JUNE 19, 2018
CLOSED SESSION: 5:30 P.M., Room CC-8
Public Comments on Closed Session Items: None.
► Closed Session Pursuant to Government Code Section 54956.9
Conference with Legal Counsel – Existing Litigation
City of Diamond Bar v. City of Industry, et al., Los Angeles Superior Court
Case No. BS173224
City of Diamond Bar v. City of Industry, et al., Los Angeles Superior Court
Case Number BS171295
CALL TO ORDER: Mayor Low called the Regular City Council meeting to
order at 6:30 p.m. in the South Coast Air Quality Management District/Government
Center Auditorium, 21865 Copley Drive, Diamond Bar, CA.
CM/Fox stated there was no reportable action regarding the Closed Session agenda.
PLEDGE OF ALLEGIANCE: Mayor Pro Tem Herrera led the Pledge of Allegiance.
INVOCATION: Pastor Mark Hopper, Evangelical Free Church,
provided the Invocation.
ROLL CALL: Council Members Lin, Lyons, Tye, Mayor Pro Tem
Herrera and Mayor Low
Staff Present: Dan Fox, City Manager; David DeBerry, City Attorney; Ryan
McLean, Assistant City Manager; Ken Desforges, IS Director; David Liu, Public Works
Director; Greg Gubman, Community Development Director; Dianna Honeywell, Finance
Director; Amy Haug, Human Resources/Risk Manager; Anthony Santos, Assistant to
the City Manager; Kimberly Young, Senior Civil Engineer; Alfa Lopez, Sr. Management
Analyst; Jason Williams, Facilities and Asset Maintenance Technician; Shady Gergius,
IS Technician; Marsha Roa, Public Information Manager; and, Tommye Cribbins, City
Clerk.
APPROVAL OF AGENDA: As Presented.
1. SPECIAL PRESENTATIONS, CERTIFICATES, PROCLAMATIONS:
6.1.a
Packet Pg. 10
JUNE 19, 2018 PAGE 2 CITY COUNCIL
BUSINESS OF THE MONTH:
1.1 M/Low and Council Members presented a City Tile to Marwan Al Manni ni
and Mira Sairawan, owners, Jasmine Grill and Café, 21130 Golden
Springs Drive, as Business of the Month for June 2018.
2. CITY MANAGER REPORTS AND RECOMMENDATIONS: None.
3. PUBLIC COMMENTS:
Allen Wilson encouraged residents to attend the GPAC meeting on Thursday
evening. He spoke about environmental concerns and asked the City Council to
oppose the effort to break up California into three separate states.
Pui Ching Ho spoke about the summer programs and events offered by the
Diamond Bar Library. More information about programs and events can be
found on the Library website at www.lacountylibrary.org.
4. RESPONSE TO PUBLIC COMMENTS:
CM/Fox thanked Mr. Wilson for promoting the GPAC meeting.
5. SCHEDULE OF FUTURE EVENTS:
5.1 Concerts in the Park/Movies Under the Stars – June 20, 2018 –– Mark
Easterday (Country) - 6:30 p.m. to 8:00 p.m.; Despicable Me 3 –
immediately following the Concert - Sycamore Canyon Park, 22930
Golden Springs Drive.
5.2 Environmental Impact Report (EIR) Scoping Meeting – June 21, 2018 –
6:00 p.m., followed by the General Plan Advisory committee Meeting –
7:00 p.m., Windmill Community Room, 21810 Copley Drive.
5.3 Planning Commission Meeting – June 26, 2018 – 7:00 p.m., Windmill
Community Room, 21810 Copley Drive.
5.4 Concerts in the Park/Movies Under the Stars – June 27, 2018 – The
Answer (Classic Rock) – 6:30 p.m. to 8:00 p.m.; Angry Birds –
immediately following the Concert - Sycamore Canyon Park, 22930
Golden Springs Drive.
5.5 Parks and Recreation Commission Meeting – June 28, 2018 – 7:00 p.m.,
Windmill Community Room, 21810 Copley Drive.
5.6 City Council Meeting – July 3, 2018 – (Canceled).
6.1.a
Packet Pg. 11
JUNE 19, 2018 PAGE 3 CITY COUNCIL
5.7 4th of July Blast – July 4, 2018 – Cold Duck performs from 6:30 p.m. to
8:00 p.m. and fireworks begin at 9:00 p.m., Diamond Bar High School,
21400 Pathfinder Road.
5.8 Independence Day Holiday – July 4, 2018 – City Offices closed in
observance of the Independence Day Holiday. Offices reopen on
Thursday, July 5, 2018 at 7:30 a.m.
5.9 Planning Commission Meeting – July 10, 2018 - 7:00 p.m., City Hall
Windmill Room, 21810 Copley Drive.
5.10 Concerts in the Park/Movies Under the Stars – July 11, 2018 – The
Darden Sisters (Americana) – 6:30 p.m. to 8:00 p.m., Zootopia –
Immediately following the Concert - Sycamore Canyon Park, 22930
Golden Springs Drive.
5.11 Traffic and Transportation Commission Meeting – July 12, 2018 – 7:00
p.m., Windmill Community Room, 21810 Copley Drive (Canceled)
5.12 City Council Meeting – July 17, 2018 – 6:30 p.m., AQMD/Government
Center Auditorium, 21865 Copley Drive.
6. CONSENT CALENDAR: MPT/Herrera moved, C/Lyons seconded, to
approve the Consent Calendar as presented. Motion carried by the following Roll
Call vote:
AYES: COUNCIL MEMBERS: Lin, Lyons, Tye, MPT/Herrera, M/Low
NOES: COUNCIL MEMBERS: None
ABSENT: COUNCIL MEMBERS: None
6.1 APPROVED CITY COUNCIL MINUTES:
6.1a Regular Meeting Minutes of June 5, 2018 – As presented.
6.2 RATIFIED CHECK REGISTER DATED MAY 31, 2018 THROUGH JUNE
13, 2018 TOTALING $1,191,129.77.
6.3 APPROVED SECOND AMENDMENT TO THE CONSULTING SERVICES
AGREEMENT WITH DIANA CHO AND ASSOCIATES (DCA) TO
PROVIDE COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
LABOR AND CONTRACT COMPLIANCE SERVICES THROUGH JUNE
30, 2019.
6.4 APPROVED SECOND AMENDMENT TO THE CONSULTING SERVICES
AGREEMENT WITH DAVID EVANS AND ASSOCIATES, INC. (DEA) TO
PROVIDE LANDSCAPE PLAN CHECKING SERVICES THROUGH JUNE
30, 2019.
6.1.a
Packet Pg. 12
JUNE 19, 2018 PAGE 4 CITY COUNCIL
6.5 APPROVED FOURTH AMENDMENT TO THE TENNIS INSTRUCTION
SERVICE AGREEMENT WITH TENNIS ANYONE TO PROVIDE TENNIS
INSTRUCTION CLASSES THROUGH JUNE 30, 2019.
6.6 APPROVED FIRST AMENDMENT TO THE AGREEMENT WITH VET -
SEC PROTECTION AGENCY TO EXTEND THE CONTRACT FOR
SECURITY SERVICES AT THE DIAMOND BAR CENTER FOR THE
PERIOD JULY 1, 2018 THROUGH SEPTEMBER 30, 2018.
6.7 APPROVED FIRST AMENDMENT TO THE CONTRACTOR SERVICES
AGREEMENT WITH AMERICAN CAB CO. LLC, DBA YELLOW CAB, TO
PROVIDE SENIOR TRANSPORTATION SERVICES THROUGH JUNE
30, 2019.
6.8 APPROVED THIRD AMENDMENT TO CONSULTANT SERVICES
AGREEMENT WITH SIMPSON ADVERTISING, INC. FOR GRAPHIC
DESIGN SERVICES THROUGH JUNE 30, 2019.
6.9 APPROVED PURCHASE ORDER FOR NEWSLETTER AND
RECREATION GUIDE PRINTING AND MAILING SERVICES IN THE
AMOUNT OF $53,949 PLUS AN ADDITIONAL TEN PERCENT
CONTINGENCY OF $5,394.90, FOR A TOTAL NOT -TO-EXCEED
AMOUNT OF $59,343.90 TO BOSS LITHO FOR FY 2018-2019.
6.10 APPROVED FIRST AMENDMENT TO THE MAINTENANCE SERVICES
AGREEMENT WITH B & T CATTLE TO PROVIDE BRUSH CONTROL IN
LANDSCAPE AND LIGHTING ASSESSMENT DISTRICT #41 THROUGH
JUNE 30, 2019.
6.11 APPROVED FIRST AMENDMENT TO CROSSING GUARD
AGREEMENT WITH AMERICAN GUARD SERVICES, INC. TO
INCREASE THE SCOPE OF SERVICE.
6.12 APPROVED THIRD AMENDMENT TO MAINTENANCE SERVICES
AGREEMENT WITH GUARANTEED JANITORIAL SERVICE, INC. TO
PROVIDE JANITORIAL MAINTENANCE SERVICES AT CITY
FACILITIES THROUGH JUNE 30, 2019.
6.13 APPROVED FOURTH AMENDMENT TO CONSULTANT SERVICES
AGREEMENT WITH FEHR & PEERS FOR ON-CALL ENGINEERING
SERVICES THROUGH JUNE 30, 2019.
6.14 APPROVED STREET MAINTENANCE AND VEGETATION CONTROL
SERVICES AGREEMENT WITH MCE CORPORATION THROUGH JUNE
30, 2021.
6.1.a
Packet Pg. 13
JUNE 19, 2018 PAGE 5 CITY COUNCIL
6.15 ADOPTED RESOLUTION NO. 2018-23 APPROVING MAINTENANCE
SERVICES AGREEMENT WITH WEST COAST ARBORISTS, INC. TO
PROVIDE TREE CARE AND MAINTENANCE SERVICES THROUGH
JUNE 30, 2021 IN THE ANNUAL NOT -TO-EXCEED AMOUNT OF
$350,813.
6.16 APPROVED CONSULTING SERVICES AGREEMENT WITH JOHN L.
HUNTER & ASSOCIATES, INC. FOR MUNICIPAL NATIONAL
POLUTANT DISCHARGE ELIMINATION SYSTEM (NPDES)
PROFESSIONAL SERVICES THROUGH JUNE 30, 2021 IN AN ANNUAL
NOT-TO-EXCEED AMOUNT OF $71,460.
6.17 APPROVED THE DESIGN AND PLANS AND AWARD OF
CONSTRUCTION AGREEMENT TO ARAMEXX GROUP, INC. FOR THE
CITY ENTRY MONUMENT SIGNS PROJECT AT DIAMOND BAR
BOULEVARD/TEMPLE AVENUE & GOLDEN SPRINGS
DRIVE/CALBOURNE DRIVE:
A. ADOPTED RESOLUTION NO. 2018-24 APPROVING THE DESIGN
AND PLANS AND ESTABLISHING A PROJECT PAYMENT
ACCOUNT, FOR THE CITY ENTRY MONUMENT SIGNS PROJECT
AT DIAMOND BAR BOULEVARD/TEMPLE AVENUE & GOLDEN
SPRINGS DRIVE/CALBOURNE DRIVE;
B. APPROVED AND AUTHORIZED THE MAYOR TO SIGN, A
CONSTRUCTION AGREEMENT WITH ARAMEXX GROUP, INC. IN
THE AMOUNT OF $492,265 APPROVING BASE BID SCHEDULES
“A” AND “B”, ALTERNATE BID SCHEDULES “A3” AND “B3”; AND
ALTERNATE BID ITEMS (A-1.9, A-1.10, A-1.11, B-19, B-1.10, B-1.11)
PLUS, A CONTINGENCY AMOUNT OF $49,226.50 FOR
CONSTRCTION CHANGE ORDERS TO BE APPROVED BY THE
CITY MANAGER, FOR A TOTAL AUTHORIZATION AMOUNT OF
$541,491,50; AND, REJECTED ALTERNATE BID SCHEDULES “A2”
AND “B2”, AND ALTERNATE BID ITEMS (A-1.1 THROUGH A-1.8
AND B-11 THROUGH B-18) IN THE AMOUNT OF $145,540.
7. PULIC HEARINGS:
7.1 RESOLUTIONS LEVYING ASSESSMENTS ON LANDSCAPE AND
LIGHTING ASSESSMENT DISTRICTS (LLAD) NO’S 38, 39 & 41.
PWD/Liu presented the annual updates for the three landscape districts.
For District No. 38 the proposed levy rate of $15 per parcel will generate
$274,170 in assessment revenue. For Fiscal Year 2018-19 the District’s
budget totals $375,410 and as a result, $101,240 of General Fund
Subsidy is proposed to provide for the operation and maintenance costs.
6.1.a
Packet Pg. 14
JUNE 19, 2018 PAGE 6 CITY COUNCIL
For District No. 39 the proposed levy rate of $236 per parcel will generate
$294,764 in assessment revenue. For Fiscal Year 2018 -19, the District’s
budget totals $540,264 which results in a General Fund Subsidy amount
of $245,500 to provide the operation and maintenance costs.
For District No. 41, the levy rate of $220.50 per parcel will generate
$122,157 in assessment revenue. For Fiscal Year 2018 -19 the District’s
budget totals $266,067, resulting in a General Fund Subsidy amount of
$143,910 to subsidize the operation and maintenance costs.
Staff recommends that the City Council approve the assessment amounts.
C/Lin asked if there has been an increase in the assessments for the three
districts over the past five years.
PWD/Liu responded no, that the City has been maintaining those levels of
assessments since incorporation. The coming fiscal year the total
General Fund subsidy amount is $490,650.
C/Lin asked if it was the policy of the City Council to maintain that
assessment going forward without any increase or was this staff’s
decision.
PWD/Liu explained that the City Council has included in its Strategic Plan
to look at the financial feasibility of the continuous operation and
maintenance effort within each district. Currently, there is an ongoing
effort to look at District No. 41 to see if there are any opportunities to
reduce the General Fund subsidy that has been provided over many
years. However, for District No. 38 (citywide), based on pas t discussions,
it was made very clear that there are citywide benefits and that if the City
Council were to direct staff to consider all districts in terms of reducing the
subsidy amount, there would be a specific process involved and
provisions that would need to be followed.
CA/DeBerry further stated that the City is at the maximum amount of the
assessments that were previously approved by the property owners and in
order to increase the assessments it would have to go back to the
property owners and they would have to vote in favor of increasing the
assessment.
C/Lyons said it is a tough situation the City finds itself in because of the
amount of difference between what the City is collecting on property taxes
versus actual expenditures to keep the areas green . It will certainly not
get any cheaper because as everyone knows, the cost of water is getting
increasingly higher. She is glad that the City is looking at District No. 41
as part of the Council’s goal to see if that district can be turned back over
to the property owners who are benefiting.
6.1.a
Packet Pg. 15
JUNE 19, 2018 PAGE 7 CITY COUNCIL
MPT/Herrera asked for confirmation and clarification that in order to
change the assessment amount for District No. 38 it would take a vote of
all registered voters in the entire City.
CA/DeBerry responded that according to staff’s report there are 18,143
parcels and all of those property owners would have a vote regarding an
increase in the assessment. The dissolution or detachment of that district
is something the City Council could approve. However, if that were to
occur, it would be very difficult to find someone to maintain the property;
however, staff has been looking at that issue.
C/Tye said that Diamond Bar inherited these districts from LA County
when Diamond Bar became a City and inherited the amount that was
assessed by the County and unfortunately, there was no escalator that
could be applied at that time nor was there a cost -of-living consideration
so Diamond Bar is left with 1989 resources in 2018 and because it has to
be addressed he is eager to receive staff’s report to the City Council about
how this will be addressed going forward.
M/Low opened the Public Hearing.
Allen Wilson felt the City Council should turn the parcels in District No. 41
back to the residents and let them decide what they want to do instead of
putting the burden on the City and its General Fund.
M/Low closed the Public Hearing.
C/Lyons moved, MPT/Herrera seconded, to Adopt Resolution No’s 2018 -
25 (LLAD No. 38), 2018-26 (LLAD No. 39) and 2018-27 (LLAD No. 41).
Motion carried by the following Roll Call vote:
AYES: COUNCIL MEMBERS: Lin, Lyons, Tye, MPT/Herrera,
M/Low
NOES: COUNCIL MEMBERS: None
ABSENT: COUNCIL MEMBERS: None
8. COUNCIL CONSIDERATION:
8.1 RESOLUTIONS CALLING AND GIVING NOTICE OF GENERAL
MUNICIPAL ELECTIONS AND SUBMISSION OF A QUESTION
RELATED TO TRANSIENT OCCUPANCY TAX, CONSOLIDATING THE
GENERAL MUNICIPAL ELECTIONS WITH THE STATEWIDE GENERAL
ELECTIONS ON NOVEMBER 6, 2018, SETTING DEADLINES AND
PRIORITIES FOR FILING WRITTEN ARGUMENTS REGARDING THE
ADOPTING REGULATIONS RELATED TO CANDIDATE STATEMENTS.
6.1.a
Packet Pg. 16
JUNE 19, 2018 PAGE 8 CITY COUNCIL
ACM/McLean reported that the four resolutions before the City Council are
related to the General Municipal Election which will be held on November
6, 2018. Resolution No. 2018-28 would call an election for the selection of
three city council seats to four-year terms. The City Council has also
provided direction to proceed with placing a measure on the ballot to
increase the Transient Occupancy Tax (TOT) rate from 10 to 14 percent.
If approved, the measure would amend Section 3.16.030 of the Diamond
Bar Municipal Code to reflect that change. Resolution No. 2018-29
requests that the Los Angeles County Board of Supervisors consolidate
the General Municipal Election with the statewide General Election.
Resolution No. 2018-30 establishes the deadline for written arguments in
favor of and against the proposed TOT Measure and authorizes M/Low
and MPT/Herrera to file a single written a rgument in favor of the measure.
Resolution 2018-31 adopts regulations governing the candidates’
statements including requirements that the statement may include the
name, age and occupation of the candidate and a brief description of no
more than 200 words of the candidate’s education and qualifications
expressed by the candidate.
Staff recommends that the City Council adopt the four resolutions with one
motion.
MPT/Herrera asked for confirmation that Diamond Bar residents would not
pay the TOT tax, rather visitors to the City would pay when staying in its
hotels.
ACM/McLean confirmed that the Transient Occupancy rate is paid by
anyone who stays in a hotel within the City.
C/Lin explained that the City Council spent nearly a year considering
whether the TOT should be increased and during those discussions
looked at how much surrounding communities/agencies charge and found
that the rate charged, and that Diamond Bar was on the low side. This
measure, if adopted, would adjust the rate up to point that is more in line
with the surrounding communities which would increase the revenue for
the City’s operating budget.
MPT/Herrera moved, C/Lin seconded to Adopt Resolution No’s 2018 -28,
29, 30 and 31 as stated below:
A. ADOPT RESOLUTION NO. 2018-28 CALLING AND GIVING NOTICE
OF THE GENERAL MUNICIPAL ELECTIONS TO BE HELD ON
NOVEMBER 6, 2018 FOR THE ELECTION OF CERTAIN
MUNICIPAL OFFICERS AND FOR THE SUBMISSION TO THE
VOTERS OF A QUESTION RELATED TO TRANSIENT
OCCUPANCY TAX (AS AMENDED);
6.1.a
Packet Pg. 17
JUNE 19, 2018 PAGE 9 CITY COUNCIL
B. ADOPT RESOLUTION NO. 2018-29 REQUESTING THE LOS
ANGELES COUNTY BOARD OF SUPERVISORS TO
CONSOLIDATE THE GENERAL MUNICIPAL ELECTIONS W ITH
THE STATEWIDE GENERAL ELECTIONS;
C. ADOPT RESOLUTION NO. 2018-30 SETTING DEADLINES AND
PRIORITIES FOR FILING WRITTEN ARGUMENTS REGARDING
THE CITY INITIATED TRANSIENT OCCUPANCY TAX MEASURE;
AND,
D. ADOPT RESOLUTION NO. 2018-31 ADOPTING REGULATIONS
FOR CANDIDATES FOR ELECTIVE OFFICE RELATED TO
CANDIDATE STATEMENTS.
Motion carried by the following Roll Call vote:
AYES: COUNCIL MEMBERS: Lin, Lyons, Tye, MPT/Herrera,
M/Low
NOES: COUNCIL MEMBERS: None
ABSENT: COUNCIL MEMBERS: None
8.2 ORDINANCE NO. 02(2018) REVISING THE CITY’S PURCHASING
SYSTEM AND ELECTING TO BECOME SUBJECT TO THE
CALIFORNIA UNIFORM PUBLIC CONSTRUCTION COST
ACCOUNTING PROCEDURES BY AMENDING DIAMOND BAR
MUNICIPAL CODE CHAPTER 3.24 RELATED TO PURCHASING AND
ADDING A NEW CHAPTER 3.25 RELATED TO PUBLIC PROJECTS.
FD/Honeywell reported that this item is a follow up item from the Council’s
Study Session held on March 6, 2018 during which the Council discussed
the desire to participate in the California Uniform Public Construction Cost
Accounting Act (CUPCCAA). This provided an opportunity to review the
entire Purchasing Ordinance which led to splitting up the Ordinance into
two chapters. The proposed changes for Chapter 3.24 changes the
authority and purchasing limits of the City Manager from $40,000 to
$45,000 for non-public projects which coincides with the CUPCCAA. For
professional services, the change is to award a contract based on the
qualifications of the vendor and not solely on the lowest responsible
bidder. A new section has been added that is required by the United
States Office of Management and Budget for all entities receiving federal
funds that specific procedures be followed set forth in an administrative
policy on purchasing which is adopted administratively by t he City
Manager. Another new section is the promulgation of Rules and
Regulations by the City Manager which allows the City Manager to
implement rules and regulations for any issues that arise as long as they
are consistent with the purchasing ordinance. Another new chapter,
Chapter 3.25, was added which deals solely with public projects. These
6.1.a
Packet Pg. 18
JUNE 19, 2018 PAGE 10 CITY COUNCIL
rules were previously contained in Chapter 3.24.090 and is proposed that
the City, as discussed in the March 6, 2018 Study Session, adopt a
resolution to become subject to the CUPCCAA.
The code that the City currently follows is the Public Contract Law for
which the dollar limit of $5,000 was establish in 1982 meaning that any
project that exceeds $5,000 shall be contracted using the Public Contract
Law. CUPCCAA provides alternative bidding procedures for contracting
public projects. In order to participate, an agency opts into the Act which
is voluntary. The benefits of opting into the Act improves timeliness of
project completions (shorter amount of time required to comply with the
act) and expenditures under $45,000 are expedited which allows the City
to use its own workforce. Sets up a new information bidding procedure
where there previously was none for projects valued between $45,000 and
$175,000; and, the formal bid process is reserved for larger projects
requiring City Council approval for those above the $175,000 threshold
prior to the award of contract.
Staff recommends that the City Council schedule the second reading and
adoption of the revised purchasing ordinance at its next regularly
scheduled City Council meeting on July 17, 2018 and adopt the resolution
electing the City to become subject to CUPCCAA.
M/Low asked if there was a provision contained within CUPCCAA
regarding aggregation of the bids, the sale or the contract of one vendor.
Can a vendor avoid the formal bid process by submitting a series of
smaller bids that are just under the limit?
CM/Fox explained that it is pretty clear that splitting projects to avoid those
limits is prohibited. It would be within the authority of the Public Works
Director to make sure that when the plans and specs are put together that
it is a comprehensive package and that it is not being split up in order to
avoid compliance with those limits.
M/Low asked if there was anyone who wished to speak on this item.
With no one present who wished to speak on this matter, M/Low closed
the public comment portion.
C/Lin moved, C/Tye seconded, to a) introduce for First Reading by Title
Only, W aive full reading of Ordinance No. 02(2018), and schedule the
second reading and adoption at the next regularly scheduled City Council
meeting on July 17, 2018; and, b) Adopt Resolution No. 2018-32 electing
for the City of Diamond Bar to become subject to the Californi a Uniform
Public Construction Cost Accounting Procedures (Public Contract Code
Section 22000 et seq.). Motion carried by the following Roll Call vote:
6.1.a
Packet Pg. 19
JUNE 19, 2018 PAGE 11 CITY COUNCIL
AYES: COUNCIL MEMBERS: Lin, Lyons, Tye, MPT/Herrera,
M/Low
NOES: COUNCIL MEMBERS: None
ABSENT: COUNCIL MEMBERS: None
9. COUNCIL SUBCOMMITTEE REPORTS AND MEETING ATTENDANCE
REPORTS/COUNCIL MEMBER COMMENTS:
C/Tye encouraged everyone to attend the General Plan Advisory Committee
meeting and arrive early for the 6:00 p.m. discussion o n the EIR which will be
held in the Windmill Room at City Hall on Thursday, June 21st. He hoped to see
everyone at tomorrow night’s Concert in the Park and Movie s Under the Stars.
He thanked the Sheriff’s Department for what they accomplished today in
recovering 550 rifles and handguns. Diamond Bar appreciates everything the
Sheriff’s Department does every day, day in and day out, to keep residents safe.
MPT/Herrera wished CC/Cribbins a Happy Birthday, a belated Happy Birthday to
C/Lin and Happy Birthday to herself who will be celebrating her birthday in two
days.
C/Lyons echoed Happy Birthdays to all. She thanked CM/Fox, staff and Deputy
Scheller who made a presentation regarding social media to a group of San
Gabriel Valley Council Members and spoke about how cities use social media
and responded to questions. This week she represented the City Council at the
Grand Opening of a new Farmers Insurance Agency on Golden Springs.
Congratulations to staff for getting the Gentle Springs Lane repaved. She
understands it was a three-year project on a private road that staff coordinated
with the business owners. Everyone who uses the road will appreciate their
efforts. This afternoon she and MPT/Herrera met with staff on the Economic
Development Subcommittee and whenever she sees people, the most common
question she gets is “when are we going to get this restaurant, or that restaurant
or this store or that store” and people who inquire can rest assured that this
subject is a quarterly focus of the group. Things are happening; however, at this
time she cannot say anymore. She hopes to see everyone at the Concerts in the
Park tomorrow night and at the Diamond Bar High School 4 th of July Blast.
C/Lin wished a Happy Birthday to CC/Cribbins and MPT/Herrera.
Congratulations to Jasmine. He was contacted by a large and prominent
Chinese language TV media that is interested in the details of the SR57/60 and
Diamond Bar’s solution to it. Tomorrow morning they will interview him on the
site and he will point out the problems and proposed solutions which will
hopefully draw the attention of people in other regions. He invited Council
Members to join him at 9:00 a.m. for the interview. July 4 th is coming and he
hopes everyone has fun this summer.
6.1.a
Packet Pg. 20
JUNE 19, 2018 PAGE 12 CITY COUNCIL
M/Low thanked staff for the hard work in bringing all the contracts for the
upcoming year. She congratulated Kathy Whitaker and the Diamond Bar
Toastmasters “Diamonds in the Rough” who she was honored to be with recently
to help celebrate their 40th anniversary in the City. Tomorrow night is Concerts in
the Park. Last week attendees enjoyed jazz and this week will enjoy Country
music. She hopes to see everyone there. The Whole Enchilada will be selling
tacos, beans and rice, etc. at the event. And remember the July 4 th Blast at the
Diamond Bar High School where there will be music and fireworks and more. It
is a great family event. Arrive early to get a good parking and viewing spot.
ADJOURNMENT: With no further business to conduct, M/Low adjourned the
Regular City Council Meeting at 7:25 p.m. to July 17, 2018.
_____________________________________
TOMMYE CRIBBINS, CITY CLERK
The foregoing minutes are hereby approved this day of , 2018.
RUTH M. LOW , MAYOR
6.1.a
Packet Pg. 21
Agenda #: 6.2
Meeting Date: July 17, 2018
TO: Honorable Mayor and Members of the City Council
FROM: Daniel Fox, City Manager
TITLE: PLANNING COMMISSION MEETING MINUTES .
RECOMMENDATION:
Receive and file.
PREPARED BY:
Attachments:
1. 6.2.a Regular Meeting Minutes of May 22, 2018
6.2
Packet Pg. 22
6.2.a
Packet Pg. 23
6.2.a
Packet Pg. 24
6.2.a
Packet Pg. 25
Agenda #: 6.3
Meeting Date: July 17, 2018
TO: Honorable Mayor and Members of the City Council
FROM: Daniel Fox, City Manager
TITLE: TRAFFIC & TRANSPORTATION COMMISSION MEETING MINUTES.
RECOMMENDATION:
Receive and file.
PREPARED BY:
Attachments:
1. 6.3.a Regular Meeting of May 10, 2018
6.3
Packet Pg. 26
6.3.a
Packet Pg. 27
6.3.a
Packet Pg. 28
6.3.a
Packet Pg. 29
6.3.a
Packet Pg. 30
6.3.a
Packet Pg. 31
6.3.a
Packet Pg. 32
Agenda #: 6.4
Meeting Date: July 17, 2018
TO: Honorable Mayor and Members of the City Council
FROM: Daniel Fox, City Manager
TITLE: RATIFICATION OF CHECK REGISTER DATED JUNE 14, 2018
THROUGH JULY 11, 2018 TOTALING $2,349,138.84.
STRATEGIC
GOAL:
Responsible Stewardship of Public Resources
RECOMMENDATION:
Ratify.
FINANCIAL IMPACT:
Expenditure of $2,349,138.84.
BACKGROUND:
The City has established the policy of issuing accounts payable checks on a weekly
basis with City Council ratification at the next scheduled City Council Meeting.
DISCUSSION:
The attached check register containing checks dated June 14, 2018 through July 11,
2018 for $2,349,138.84 is being presented for ratification. All payments have been
made in compliance with the City’s purchasing policies and procedures. Payme nts
have been reviewed and approved by the appropriate departmental staff and the
attached Affidavit affirms that the check register has been audited and deemed accurate
by the Finance Director.
PREPARED BY:
6.4
Packet Pg. 33
REVIEWED BY:
Attachments:
1. 6.4.a Check Register Affidavit 7-17-18
2. 6.4.b Check Register 7-17-18
6.4
Packet Pg. 34
6.4.a
Packet Pg. 35
SUNGARD PENTAMATION INC PAGE NUMBER: 1DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125608 06/20/18 4IMPRINT 4IMPRINT INC 1155515 PROMO ITEMS-BKMARKS 0.00 493.9310100 125609 06/20/18 ACEVESRI RICHARD ACEVES 001 RECREATION REFUND 0.00 195.0010100 125610 06/20/18 AMERICAB AMERICAN CAB LLC 1135553 DIAMOND RIDE SVCS-APR 0.00 22,847.5010100 125611 06/20/18 AMERICOM AMERICOMP GROUP 0014070 TONER FOR PRINTERS 0.00 175.0910100 125611 06/20/18 AMERICOM AMERICOMP GROUP 0014070 TONER FOR PRINTERS 0.00 1,773.86TOTAL CHECK 0.00 1,948.9510100 125612 06/20/18 BALDWINC CAROLE BALDWIN 0015350 CONTRACT CLASS-SPRING 0.00 231.0010100 125613 06/20/18 BARRETTT THOMAS BARRETT 0015350 CONTRACT CLASS-SPRING 0.00 60.0010100 125614 06/20/18 BEARSTAT BEAR STATE AIR CONDITION 0015556 MAINT SVCS-PANTERA PK 0.00 85.0010100 125614 06/20/18 BEARSTAT BEAR STATE AIR CONDITION 0015556 MAINT SVCS-HERITAGE 0.00 155.0010100 125614 06/20/18 BEARSTAT BEAR STATE AIR CONDITION 0015333 MAINT SVCS-DBC JUNE 0.00 623.00TOTAL CHECK 0.00 863.0010100 125615 06/20/18 BMI BMI 0015350 MOVIES-CONCERTS PK 0.00 694.0010100 125616 06/20/18 BOYLEJAM JAMES BOYLE 001 FACILITY REFUND-REAGA 0.00 100.0010100 125617 06/20/18 CABUDOLR RODOLFO CABUDOL 001 FACILITY REFUND-HRTGE 0.00 200.0010100 125618 06/20/18 CCCA CALIFORNIA CONTRACT CITI 0014030 MTG-CMGR 4/26/18 0.00 49.0010100 125619 06/20/18 CALUYAIM IMEE CALUYA 001 FACILITY REFUND-DBC 0.00 100.0010100 125620 06/20/18 CARDIACS CARDIAC SCIENCE CORP 0014440 PEDIATRIC ELECTRODES 0.00 768.9810100 125621 06/20/18 CAREFORT CARE FOR THE CHILDREN 001 REFUND-CURB PAINTING 0.00 1,000.0010100 125622 06/20/18 TONTHATC CAROLINE TONTHAT 001 RECREATION REFUND 0.00 345.0010100 125623 06/20/18 CARPZUCK CARPENTER, ZUCKERMAN & R 001 FACILITY REFUND-DBC 0.00 100.0010100 125624 06/20/18 CHARTER CHARTER OAK GYMNASTICS, 0015350 CONTRACT CLASS-SPRING 0.00 472.5010100 125625 06/20/18 CHINJANE JANE WANG CHIN 001 FACILITY REFUND-M/HLL 0.00 50.0010100 125626 06/20/18 CLARKMIR MIRIAM CLARK 001 RECREATION REFUND 0.00 195.0010100 125627 06/20/18 REINBERG CNC PRINTWERKS 0014030 PRINT SVCS-BUS CARDS 0.00 76.6510100 125628 06/20/18 COMPROOF COMPETITION ROOFING 001 REFUND-RECYCLING DEP 0.00 250.0010100 125629 06/20/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PL 2017-169 0.00 290.0010100 125629 06/20/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PL 2016-16 0.00 240.0010100 125629 06/20/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PL 2014-609 0.00 702.0010100 125629 06/20/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PL 2017-41 0.00 528.2210100 125629 06/20/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PL 2017-133 0.00 546.116.4.bPacket Pg. 36
SUNGARD PENTAMATION INC PAGE NUMBER: 2DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125629 06/20/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PL 2016-161 0.00 817.4810100 125629 06/20/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PL 2011-515 0.00 10.1810100 125629 06/20/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PL 2015-145 0.00 11.1110100 125629 06/20/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PL 2015-201 0.00 11.1410100 125629 06/20/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PL 2015-321 0.00 11.1410100 125629 06/20/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PL 2015-317 0.00 23.41TOTAL CHECK 0.00 3,190.7910100 125630 06/20/18 DENNISCA CAROL A DENNIS 0015210 PROF.SVCS-PLNG COMM 0.00 50.0010100 125631 06/20/18 DBBREAKF DIAMOND BAR BREAKFAST LI 0015350 PROCEEDS-SNOW FEST 0.00 440.0010100 125632 06/20/18 DISCOVER DISCOVERY SCIENCE CENTER 0015350 EXCURSION-DAY CAMP 0.00 1,092.0010100 125633 06/20/18 DUNNSFEN DUNN’S FENCE COMPANY 0015556 TEMP FENCING-LORBEER 0.00 2,132.5010100 125634 06/20/18 EASTERDA MARK EASTERDAY 0015350 BAND-CONCERTS IN PARK 0.00 1,200.0010100 125635 06/20/18 EXTERIOR EXTERIOR PRODUCTS INC 0015350 PRINT/INSTALL-BANNERS 0.00 8,069.8110100 125636 06/20/18 FARAGOFR FRANK A FARAGO 0015210 PLNG COMM MTG-5/22 0.00 65.0010100 125637 06/20/18 FEDEX FEDEX 0014030 EXPRESS MAIL-GENERAL 0.00 45.6410100 125637 06/20/18 FEDEX FEDEX 0014030 EXPRESS MAIL-GENERAL 0.00 79.0810100 125637 06/20/18 FEDEX FEDEX 001 EXPRESS MAIL-PL16-216 0.00 41.5310100 125637 06/20/18 FEDEX FEDEX 001 EXPRESS MAIL-PL15-321 0.00 41.5310100 125637 06/20/18 FEDEX FEDEX 001 EXPRESS MAIL-PL 17-14 0.00 41.7210100 125637 06/20/18 FEDEX FEDEX 001 EXPRESS MAIL-PL15-528 0.00 41.72TOTAL CHECK 0.00 291.2210100 125638 06/20/18 FOOTBUIL FOOTHILL BUILDING MATERI 0014440 SUPPLIES-SAND BAGS 0.00 442.9310100 125639 06/20/18 GARCIAVI VIRGINIA GARCIA 001 FACILITY REFUND-DBC 0.00 1,056.5010100 125640 06/20/18 GERGISPE PETER GERGIS 001 FACILITY REFUND-DBC 0.00 100.0010100 125641 06/20/18 HARKINST HARKINS INVESTMENTS LLC 0015350 EXCURSION-DAY CAMP 0.00 400.0010100 125642 06/20/18 HIRSCHPI HIRSCH PIPE AND SUPPLY I 0014093 SUPPLIES-CITY HALL 0.00 1,056.0610100 125643 06/20/18 HUAGARY GARY HUA 001 RECREATION REFUND 0.00 12.5010100 125644 06/20/18 IMEGCORP IMEG CORP 2505310 CONSULTANT SVCS-S/CYN 0.00 1,164.0010100 125645 06/20/18 IVDB INLAND VALLEY DAILY BULL 0014030 LEGAL ADS-NOTICE BIDS 0.00 223.6810100 125645 06/20/18 IVDB INLAND VALLEY DAILY BULL 0014030 LEGAL ADS-NOTICE BIDS 0.00 282.2010100 125645 06/20/18 IVDB INLAND VALLEY DAILY BULL 001 LEGAL ADS-PL 2018-10 0.00 467.00TOTAL CHECK 0.00 972.8810100 125646 06/20/18 ITERIS ITERIS INC 2505510 T/SIGNAL UPGRADES 0.00 55,746.9510100 125647 06/20/18 JIMEJUAN JUAN CARLOS JIMENEZ 1255215 CDBG HOME IMP PROJ 0.00 19,200.006.4.bPacket Pg. 37
SUNGARD PENTAMATION INC PAGE NUMBER: 3DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125647 06/20/18 JIMEJUAN JUAN CARLOS JIMENEZ 125 RETENTIONS PAYABLE 0.00 -960.00TOTAL CHECK 0.00 18,240.0010100 125648 06/20/18 JOHNLHUN JOHN L HUNTER & ASSOC. I 001 ADMIN FEE-PR 16-2446 0.00 -28.8010100 125648 06/20/18 JOHNLHUN JOHN L HUNTER & ASSOC. I 001 ADMIN FEE-PR 17-1063 0.00 -8.5510100 125648 06/20/18 JOHNLHUN JOHN L HUNTER & ASSOC. I 001 ADMIN FEE-PR 17-1063 0.00 8.5510100 125648 06/20/18 JOHNLHUN JOHN L HUNTER & ASSOC. I 0015510 PROF.SVCS-STORMWATER 0.00 1,533.7510100 125648 06/20/18 JOHNLHUN JOHN L HUNTER & ASSOC. I 001 ADMIN FEE-PR 16-2446 0.00 28.8010100 125648 06/20/18 JOHNLHUN JOHN L HUNTER & ASSOC. I 001 PROF.SVCS-PR 16-2446 0.00 160.0010100 125648 06/20/18 JOHNLHUN JOHN L HUNTER & ASSOC. I 001 PROF.SVCS-PR 17-1063 0.00 47.50TOTAL CHECK 0.00 1,741.2510100 125649 06/20/18 JONESKEV KEVIN D JONES 0015551 SR 57/60 FED CONFLUEN 0.00 3,600.0010100 125650 06/20/18 KASHSAME SAMEER KASHYAP 001 FACILITY REFUND-DBC 0.00 100.0010100 125651 06/20/18 KUSDONOM MARIE KUSDONO 001 FACILITY REFUND-DBC 0.00 100.0010100 125652 06/20/18 LEENAM NAM LEE 001 RECREATION REFUND 0.00 30.0010100 125653 06/20/18 LIANGGIN GINA LIANG 001 RECREATION REFUND 0.00 335.0010100 125654 06/20/18 LOOMIS LOOMIS 0014050 COURIER SVCS-FINANCE 0.00 613.9610100 125654 06/20/18 LOOMIS LOOMIS 0015333 COURIER SVCS-DBC 0.00 613.96TOTAL CHECK 0.00 1,227.9210100 125655 06/20/18 LACMTA LOS ANGELES COUNTY MTA 1125553 MTA PASSES-MAY 2018 0.00 528.0010100 125655 06/20/18 LACMTA LOS ANGELES COUNTY MTA 1125553 CITY SUBSIDY-MAY 2018 0.00 132.0010100 125655 06/20/18 LACMTA LOS ANGELES COUNTY MTA 1125553 MTA PASSES-MAY SR 0.00 63.0010100 125655 06/20/18 LACMTA LOS ANGELES COUNTY MTA 1125553 CITY SUBSIDY-MAY SR 0.00 63.00TOTAL CHECK 0.00 786.0010100 125656 06/20/18 THEKOSMO KOSMONT & ASSOCIATES, IN 0014096 CONSULTANT SVCS-ECO D 0.00 561.6010100 125657 06/20/18 MAMY MY MA 001 RECREATION REFUND 0.00 12.5010100 125658 06/20/18 MAGICALS MAGICAL STEPS ACADEMY 0015350 CONTRACT CLASS-SPRING 0.00 811.2010100 125659 06/20/18 MAGNUSIN MAGNUS INTERNATIONAL 0155210 INTERPRETER-GPAC MTG 0.00 720.0010100 125660 06/20/18 MAHLKEJE JENNIFER LYNN MAHLKE 0015210 PLNG COMM MTG-5/22 0.00 65.0010100 125661 06/20/18 MCDOJANE JANETTA MCDOWELL 001 FACILITY REFUND-S/CYN 0.00 100.0010100 125662 06/20/18 MOKKENNE KENNETH L MOK 0015510 PLNG COMM MTG-5/22 0.00 65.0010100 125663 06/20/18 KIDZLOVE NORTH AMERICAN YOUTH ACT 0015350 CONTRACT CLASS-SPRING 0.00 2,142.0010100 125664 06/20/18 OCHOAJES JESUS IVAN OCHOA 001 FACILITY REFUND-DBC 0.00 400.0010100 125665 06/20/18 PHOHAPLU PHO HA PLUS 001 REFUND-ADA DEPOSIT 0.00 4,100.006.4.bPacket Pg. 38
SUNGARD PENTAMATION INC PAGE NUMBER: 4DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125666 06/20/18 PSTINC PUBLIC SAFETY TECHNOLOGI 0014411 SHERIFF RADAR CERT 0.00 75.0010100 125667 06/20/18 RTSC REGIONAL TAP SERVICE CEN 1125553 TAP SVCS-MAY 18 SR 0.00 175.0010100 125667 06/20/18 RTSC REGIONAL TAP SERVICE CEN 1125553 CITY SUBSIDY-MAY SR 0.00 175.0010100 125667 06/20/18 RTSC REGIONAL TAP SERVICE CEN 1125553 TAP SVCS-MAY 2018 0.00 13,952.0010100 125667 06/20/18 RTSC REGIONAL TAP SERVICE CEN 1125553 CITY SUBSIDY-MAY 2018 0.00 3,488.0010100 125667 06/20/18 RTSC REGIONAL TAP SERVICE CEN 1125553 3% COMMISSION-MAY 0.00 -533.70TOTAL CHECK 0.00 17,256.3010100 125668 06/20/18 SIEMENS SIEMENS INDUSTRY INC 0015554 T/SIGNAL TESTING-RSNS 0.00 1,958.1510100 125668 06/20/18 SIEMENS SIEMENS INDUSTRY INC 0015554 T/SIGNAL MAINT-APR 18 0.00 4,554.0010100 125668 06/20/18 SIEMENS SIEMENS INDUSTRY INC 0015554 T/SIGNAL RESPONSE-APR 0.00 13,216.28TOTAL CHECK 0.00 19,728.4310100 125669 06/20/18 SINGHNOR NORBHAY SINGH 001 FACILITY REFUND-DBC 0.00 1,100.0010100 125670 06/20/18 SMOYERBR BRIAN SMOYER 001 RECREATION REFUND 0.00 345.0010100 125671 06/20/18 SOCIALVO SOCIAL VOCATIONAL SERVIC 0015558 LITTER REMOVAL-MAY 18 0.00 2,291.0010100 125672 06/20/18 SOSSURVI SOS SURVIVAL PRODUCTS IN 0014440 FY 17/18 EMER PREP FD 0.00 1,746.7910100 125673 06/20/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 873.0110100 125673 06/20/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 199.4110100 125673 06/20/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 460.0210100 125673 06/20/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 63.7910100 125673 06/20/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 82.32TOTAL CHECK 0.00 1,678.5510100 125674 06/20/18 SPARKLET SPARKLETTS 0014030 WATER SUPPLIES-JUNE 0.00 297.6010100 125674 06/20/18 SPARKLET SPARKLETTS 0014030 EQ RENTAL-CITY HALL 0.00 3.99TOTAL CHECK 0.00 301.5910100 125675 06/20/18 SUNKITTY KITTY SUN 001 RECREATION REFUND 0.00 94.0010100 125675 V 06/20/18 SUNKITTY KITTY SUN 001 RECREATION REFUND 0.00 -94.00TOTAL CHECK 0.00 0.0010100 125676 06/20/18 SWANKMOT SWANK MOTION PICTURES 0015350 MOVIE RENTALS-CONCERT 0.00 550.0010100 125677 06/20/18 TAMSIUKI SIU KI TAM 0015350 CONTRACT CLASS-WINTER 0.00 672.0010100 125678 06/20/18 TENNISAN TENNIS ANYONE INC 0015350 CONTRACT CLASS-SUMMER 0.00 1,069.6010100 125679 06/20/18 SGVT THE SAN GABRIEL VALLEY N 0014030 LEGAL ADS-NOTICE BIDS 0.00 322.0010100 125679 06/20/18 SGVT THE SAN GABRIEL VALLEY N 0014030 LEGAL ADS-NOTICE BIDS 0.00 358.0010100 125679 06/20/18 SGVT THE SAN GABRIEL VALLEY N 001 LEGAL ADS-PL 2018-10 0.00 562.00TOTAL CHECK 0.00 1,242.0010100 125680 06/20/18 THESAUCE THE SAUCE CREATIVE SERVI 0014095 PRINT SVCS-CONCERTS 0.00 125.0010100 125681 06/20/18 TAITDAVI THE TAIT GROUP INC 0015551 CONSULTANT SVCS-57/60 0.00 1,123.266.4.bPacket Pg. 39
SUNGARD PENTAMATION INC PAGE NUMBER: 5DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125682 06/20/18 WINDMILL THE WINDMILL 0014095 AD-SPL EVENTS MAR/AP 0.00 450.0010100 125683 06/20/18 TORRESSA SARA TORRES 001 RECREATION REFUND 0.00 12.5010100 125684 06/20/18 TELEPACI TPX COMMUNICATIONS 0014070 T1 INTERNET SVCS-JUNE 0.00 885.6510100 125685 06/20/18 TRANCHAR TRANSPORTATION CHARTER S 1125350 TRANS-SUMMER DAY CAMP 0.00 1,580.0010100 125685 06/20/18 TRANCHAR TRANSPORTATION CHARTER S 1125350 TRANS-SUMMER DAY CAMP 0.00 2,000.00TOTAL CHECK 0.00 3,580.0010100 125686 06/20/18 USHEALTH US HEALTHWORKS MEDICAL G 0014060 PRE-EMPLYMNT PHYSICAL 0.00 478.0010100 125687 06/20/18 WAXIESAN WAXIE SANITARY SUPPLY 0015333 SUPPLIES-DBC 0.00 652.6410100 125688 06/20/18 WCMEDIA WEST COAST MEDIA 0014095 AD-DBC MAY/JUNE 0.00 500.0010100 125689 06/20/18 ZHAOANNI ANNIE ZHAO 001 RECREATION REFUND 0.00 268.0010100 125690 06/27/18 AJILONST AJILON STAFFING SERVICES 0015510 FY 17-18: TEMPORARY A 0.00 500.0010100 125691 06/27/18 TARAZONA ANDREA WILLIAMS 001 ICMA LOAN REFUND-#3 0.00 1.7610100 125692 06/27/18 AVILAEDW EDWARD AVILA 001 FACILITY REFUND S/CYN 0.00 100.0010100 125693 06/27/18 BASHFORD BASHFORD ENTERPRISES 1255215 5% RETENTION 0.00 -892.2010100 125693 06/27/18 BASHFORD BASHFORD ENTERPRISES 1255215 CDBG HOME IMPROVEMENT 0.00 17,844.00TOTAL CHECK 0.00 16,951.8010100 125694 06/27/18 BENAGUAD GUADALUPE BENAVIDES 001 RECREATION REFUND 0.00 125.0010100 125695 06/27/18 BESHAYJO JOHN BESHAY 0014060 TUITION REIMB 0.00 525.0010100 125696 06/27/18 BESTLTG BEST LIGHTING PRODUCTS 0015556 MONTHLY MAINT-PARKS 0.00 1,190.1010100 125696 06/27/18 BESTLTG BEST LIGHTING PRODUCTS 1385538 MONTHLY MAINT-DIST 38 0.00 150.0010100 125696 06/27/18 BESTLTG BEST LIGHTING PRODUCTS 0015333 MONTHLY MAINT-DBC 0.00 253.7610100 125696 06/27/18 BESTLTG BEST LIGHTING PRODUCTS 0014093 MONTHLY MAINT-C/HALL 0.00 261.20TOTAL CHECK 0.00 1,855.0610100 125697 06/27/18 PLAYWELL TIMOTHY DANA BOWEN 0015350 CONTRACT CLASS INSTRUC 0.00 1,260.6010100 125698 06/27/18 VALLEYCR BRIGHTVIEW LANDSCAPE SER 0015556 ADDL MAINT WORK-PARKS 0.00 449.8410100 125698 06/27/18 VALLEYCR BRIGHTVIEW LANDSCAPE SER 0015556 ADDL MAINT-S/CYN TRL 0.00 467.3310100 125698 06/27/18 VALLEYCR BRIGHTVIEW LANDSCAPE SER 0015556 ADDL MAINT-LORBEER 0.00 635.07TOTAL CHECK 0.00 1,552.2410100 125699 06/27/18 CABUDOLR RODOLFO CABUDOL 001 FACILITY REFUND HRTGE 0.00 100.0010100 125700 06/27/18 CALDEROG ROGELIO CALDERON 001 FACILITY REFUND S/CYN 0.00 100.0010100 125701 06/27/18 CHANLILL LILLIAN CHAN 001 RECREATION REFUND 0.00 250.0010100 125702 06/27/18 CHENEDWA EDWARD CHEN 001 FACILITY REFUND REAGA 0.00 100.006.4.bPacket Pg. 40
SUNGARD PENTAMATION INC PAGE NUMBER: 6DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125703 06/27/18 COLLEYFO COLLEY FORD 5205556 VEH MAINT-P/WORKS 0.00 2,659.5310100 125704 06/27/18 CROWEDON DONNA CROWE 001 FACILITY REFUND DBC 0.00 100.0010100 125704 06/27/18 CROWEDON DONNA CROWE 001 FACILITY REFUND DBC 0.00 1,200.00TOTAL CHECK 0.00 1,300.0010100 125705 06/27/18 CRUZLOUR LOURDES CRUZ 001 RECREATION REFUND 0.00 125.0010100 125706 06/27/18 DAPEERRO DAPEER ROSENBLIT & LITVA 0014020 CITY PROSECUTOR - CODE 0.00 1,133.0510100 125707 06/27/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 2505510 ENG SVCS-GRAND/G/SPRN 0.00 3,085.6110100 125708 06/27/18 DAYNITEC DAY & NITE COPY CENTER 0015510 PRINT SVCS-PLNS/SPCS 0.00 124.4410100 125709 06/27/18 DEJESUSD DIANNE DE JESUS 001 FACILITY REFUND REAGA 0.00 100.0010100 125710 V 06/27/18 DELTADEN DELTA DENTAL 001 JUL 18-DENTAL PREMIUM 0.00 -4,258.9310100 125710 06/27/18 DELTADEN DELTA DENTAL 001 JUL 18-DENTAL PREMIUM 0.00 4,258.93TOTAL CHECK 0.00 0.0010100 125711 V 06/27/18 DELTACAR DELTA DENTAL INSURANCE C 001 JUL 18-HMO DENTAL PRM 0.00 -412.5210100 125711 06/27/18 DELTACAR DELTA DENTAL INSURANCE C 001 JUL 18-HMO DENTAL PRM 0.00 412.52TOTAL CHECK 0.00 0.0010100 125712 06/27/18 DENNISCA CAROL A DENNIS 0014030 PROF.SVCS-CNCL MTG 0.00 100.0010100 125713 06/27/18 EMERALD EMERALD LANDSCAPE SERVIC 0014093 FY 17-18: LANDSCAPE M 0.00 28.2010100 125714 06/27/18 EZAUTOMA EZ AUTOMATED SYSTEMS 0014093 BLDG MAINT-CITY HALL 0.00 910.7010100 125715 06/27/18 FABITOSH SHAINA FABITO 001 FACILITY REFUND HRTGE 0.00 65.0010100 125715 06/27/18 FABITOSH SHAINA FABITO 001 FACILITY REFUND HRTGE 0.00 300.00TOTAL CHECK 0.00 365.0010100 125716 06/27/18 FEDEX FEDEX 0014030 EXPRESS MAIL-GENERAL 0.00 31.5210100 125717 06/27/18 FEHRPEER FEHR & PEERS 0015551 CONSTRUCTION-LEMON AV 0.00 5,652.6810100 125717 06/27/18 FEHRPEER FEHR & PEERS 0015551 57/60 CONFLUENCE PROJ 0.00 2,862.05TOTAL CHECK 0.00 8,514.7310100 125718 06/27/18 GARGMAHE MAHENDRA GARG 0015510 T&T MTG 06/14/18 0.00 45.0010100 125719 06/27/18 GONZAROB ROBERT GONZALES 001 FACILITY REFUND S/CYN 0.00 100.0010100 125720 06/27/18 H2OPRESS H2O PRESSURE WASHING INC 0015556 GROUNDS MAINT-S/CYN 0.00 300.0010100 125721 06/27/18 HAWLEYTR TRAVIS HAWLEY 001 FACILITY REFUND DBC 0.00 100.0010100 125722 06/27/18 INSHISHI PHYLLIS INSHISHIAN 001 RECREATION REFUND 0.00 300.0010100 125723 06/27/18 JCLTRAFF JCL TRAFFIC SERVICES 0015554 SUPPLIES-RD MAINT 0.00 1,235.826.4.bPacket Pg. 41
SUNGARD PENTAMATION INC PAGE NUMBER: 7DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125724 06/27/18 JOHNINCR JOHN’S INCREDIBLE PIZZA 001 EXCURSION-DAY CAMP 0.00 1,560.2810100 125725 06/27/18 JUMPINGJ JUMPING JACKS INC 0015350 EXCURSION-DAY CAMP 0.00 990.0010100 125726 06/27/18 KENSHARD KENS HARDWARE 0015556 SUPPLIES-FACILITIES/P 0.00 165.6610100 125726 06/27/18 KENSHARD KENS HARDWARE 0014093 SUPPLIES-CITY HALL 0.00 26.6710100 125726 06/27/18 KENSHARD KENS HARDWARE 0015230 SUPPLIES-CODE ENFOR 0.00 31.0410100 125726 06/27/18 KENSHARD KENS HARDWARE 0015556 SUPPLIES-PARKS 0.00 59.0810100 125726 06/27/18 KENSHARD KENS HARDWARE 0015554 SUPPLIES-RD MAINT 0.00 78.71TOTAL CHECK 0.00 361.1610100 125727 06/27/18 KNOTTSBE KNOTT’S BERRY FARM 001 DAY CAMP EXCURSIONS - 0.00 3,795.0010100 125727 06/27/18 KNOTTSBE KNOTT’S BERRY FARM 001 DAY CAMP EXCURSIONS - 0.00 2,875.00TOTAL CHECK 0.00 6,670.0010100 125728 06/27/18 LISTKATH KATHLYN LIST 001 FACILITY REFUND DBC 0.00 100.0010100 125729 06/27/18 LIUYANGH YANG HONG LIU 001 RECREATION REFUND 0.00 70.0010100 125730 06/27/18 LACPUBWK LOS ANGELES COUNTY PUBLI 0015556 SUMP PUMP MAINT-MAY 0.00 253.2010100 125731 06/27/18 LASHERIF LOS ANGELES COUNTY SHERI 0014411 ST SWEEPER SVCS-MAY 0.00 695.3110100 125731 06/27/18 LASHERIF LOS ANGELES COUNTY SHERI 0014411 CALVARY CHAPEL-MAY 18 0.00 8,505.1910100 125731 06/27/18 LASHERIF LOS ANGELES COUNTY SHERI 0014411 STAR DEPUTY SVCS-MAY 0.00 11,378.0010100 125731 06/27/18 LASHERIF LOS ANGELES COUNTY SHERI 0014411 CONTRACT SVCS-MAY 18 0.00 523,153.56TOTAL CHECK 0.00 543,732.0610100 125732 06/27/18 LATIMES LOS ANGELES TIMES 0014030 RENEWAL THRU 9/14/18 0.00 124.0010100 125733 06/27/18 LOVIOBRI BRITTANY LOVIO 001 FACILITY REFUND REAGA 0.00 100.0010100 125734 06/27/18 MCECORPO MCE CORPORATION 0015554 CONTRACT SERVICES FOR 0.00 3,036.6410100 125734 06/27/18 MCECORPO MCE CORPORATION 0015554 CONTRACT SERVICES FOR 0.00 10,472.26TOTAL CHECK 0.00 13,508.9010100 125735 06/27/18 MEHTASUR SURENDRA MEHTA 0015510 T&T MTG 06/14/18 0.00 45.0010100 125736 06/27/18 METROLIN METROLINK 1125553 METRO PASS SR MAY 18 0.00 2,420.2510100 125736 06/27/18 METROLIN METROLINK 1125553 METRO PASS SR MAY 18 0.00 2,420.2510100 125736 06/27/18 METROLIN METROLINK 1125553 METRO PASS MAY 18 0.00 10,262.0010100 125736 06/27/18 METROLIN METROLINK 1125553 METRO PASS MAY 18 0.00 41,048.00TOTAL CHECK 0.00 56,150.5010100 125737 06/27/18 MIRACLER MIRACLE RECREATION EQUIP 0015556 SUPPLIES-EQ HERITAGE 0.00 13.8310100 125738 06/27/18 MCC MUNICIPAL CODE CORPORATI 0014030 ADMIN SPPRT FEE-18/19 0.00 475.0010100 125739 06/27/18 JIFFYLUB MY FLEET CENTER 5204093 OIL CHANGE FUSION 0.00 46.8610100 125740 06/27/18 PADILLAL ALINA PADILLA 001 FACILITY REFUND PTRSN 0.00 100.006.4.bPacket Pg. 42
SUNGARD PENTAMATION INC PAGE NUMBER: 8DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125741 06/27/18 PARRISHM MICHAEL PARRISH 001 FACILITY REFUND HRTGE 0.00 100.0010100 125742 06/27/18 PESHIRLE SHIRLEY PE 001 RECREATION REFUND 0.00 94.0010100 125743 06/27/18 PODOLSKI DENIS PODOLSKIY 0015350 CONTRACT CLASS-SPRING 0.00 352.8010100 125744 06/27/18 QUANCYNT CYNTHIA L QUAN 0015510 T&T MTG 06/14/18 0.00 45.0010100 125745 06/27/18 RAMSEYJE JESSICA RAMSEY 001 FACILITY REFUND PNTRA 0.00 100.0010100 125745 06/27/18 RAMSEYJE JESSICA RAMSEY 001 FACILITY REFUND PNTRA 0.00 100.00TOTAL CHECK 0.00 200.0010100 125746 06/27/18 SAFEWAYS SAFEWAY SIGN COMPANY 0015554 SUPPLIES-ROAD MAINT 0.00 2,332.5510100 125747 06/27/18 SALVADOR CHRISTINE SALVADOR 001 RECREATION REFUND 0.00 120.0010100 125748 06/27/18 SCFUELS SC FUELS 5205230 FUEL-CODE ENFORCE 0.00 89.9810100 125748 06/27/18 SCFUELS SC FUELS 5204093 FUEL-POOL VEH 0.00 72.7510100 125748 06/27/18 SCFUELS SC FUELS 5205556 FUEL-PKS & FACILITIES 0.00 896.4210100 125748 06/27/18 SCFUELS SC FUELS 5205556 FUEL-PK & FACILITIES 0.00 940.8210100 125748 06/27/18 SCFUELS SC FUELS 5205554 FUEL-RD MAINT 0.00 235.3010100 125748 06/27/18 SCFUELS SC FUELS 5205554 FUEL-RD MAINT 0.00 302.4010100 125748 06/27/18 SCFUELS SC FUELS 5205230 FUEL-CODE ENFORCE 0.00 148.4810100 125748 06/27/18 SCFUELS SC FUELS 5204093 FUEL-POOL VEH 0.00 156.17TOTAL CHECK 0.00 2,842.3210100 125749 06/27/18 SCICONSU SCI CONSULTING GROUP 1385538 CONSULTING SVCS-#38 0.00 2,500.0010100 125749 06/27/18 SCICONSU SCI CONSULTING GROUP 1395539 CONSULTING SVCS-#39 0.00 2,500.0010100 125749 06/27/18 SCICONSU SCI CONSULTING GROUP 1415541 CONSULTING SVCS-#41 0.00 2,500.0010100 125749 06/27/18 SCICONSU SCI CONSULTING GROUP 1385538 CONSULTING SVCS-#38 0.00 207.1310100 125749 06/27/18 SCICONSU SCI CONSULTING GROUP 1395539 CONSULTING SVCS-#39 0.00 207.1310100 125749 06/27/18 SCICONSU SCI CONSULTING GROUP 1415541 CONSULTING SVCS-#41 0.00 207.13TOTAL CHECK 0.00 8,121.3910100 125750 06/27/18 SIEMENS SIEMENS INDUSTRY INC 0015554 CITY-WIDE TRAFFIC SIGN 0.00 2,062.1310100 125751 06/27/18 SISONMAR MARISSA SISON 001 RECREATION REFUND 0.00 125.0010100 125752 06/27/18 SLOANWAR WARREN SLOAN 001 FACILITY REFUND DBC 0.00 100.0010100 125752 06/27/18 SLOANWAR WARREN SLOAN 001 FACILITY REFUND DBC 0.00 1,350.0010100 125752 06/27/18 SLOANWAR WARREN SLOAN 001 FACILITY REFUND DBC 0.00 720.00TOTAL CHECK 0.00 2,170.0010100 125753 06/27/18 SONGYUNG YUNGMI SONG 001 RECREATION REFUND 0.00 120.0010100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 1385538 ELECT SVCS-DIST 38 0.00 75.2510100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 1385538 ELECT SVCS-T/CONTROL 0.00 25.2210100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 1385538 ELECT SVCS-T/CONTROL 0.00 25.2410100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 1385538 ELECT SVCS-DIST 38 0.00 26.5110100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015556 ELECT SVCS-T/CONTROL 0.00 30.4110100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 1415541 ELECT SVCS-T/CONTROL 0.00 53.1710100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 70.246.4.bPacket Pg. 43
SUNGARD PENTAMATION INC PAGE NUMBER: 9DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 77.1510100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 82.9110100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 90.7310100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 90.9010100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 94.8010100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 51.4010100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 52.2410100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 59.9610100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 63.3510100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 102.8310100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 111.8410100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 114.3710100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECTRICITY 0.00 120.9510100 125754 06/27/18 SCE SOUTHERN CALIFORNIA EDIS 0014093 ELECT SVCS-CITY HALL 0.00 12,341.94TOTAL CHECK 0.00 13,761.4110100 125755 06/27/18 ADELPHIA SPECTRUM BUSINESS 0014070 100 MB DATA LINE - SOU 0.00 84.7210100 125755 06/27/18 ADELPHIA SPECTRUM BUSINESS 0014070 100 MB DATA LINE - SOU 0.00 583.1810100 125755 06/27/18 ADELPHIA SPECTRUM BUSINESS 0014070 INTERNET SVCS-C/HALL 0.00 1,040.00TOTAL CHECK 0.00 1,707.9010100 125756 06/27/18 SRINIVAS PRIYA SRINIVASAN 001 RECREATION REFUND 0.00 120.0010100 125757 V 06/27/18 STANDARD STANDARD INSURANCE COMPA 001 JUL 18-SUPP LIFE INS 0.00 -729.0010100 125757 V 06/27/18 STANDARD STANDARD INSURANCE COMPA 001 JUL 18-LIFE INS PREM 0.00 -1,009.8610100 125757 V 06/27/18 STANDARD STANDARD INSURANCE COMPA 001 JUL 18-LIFE INS PREM 0.00 -2,276.8010100 125757 06/27/18 STANDARD STANDARD INSURANCE COMPA 001 JUL 18-SUPP LIFE INS 0.00 729.0010100 125757 06/27/18 STANDARD STANDARD INSURANCE COMPA 001 JUL 18-LIFE INS PREM 0.00 1,009.8610100 125757 06/27/18 STANDARD STANDARD INSURANCE COMPA 001 JUL 18-LIFE INS PREM 0.00 2,276.80TOTAL CHECK 0.00 0.0010100 125758 06/27/18 SUZHIQIA ZHIQIANG SU 001 RECREATION REFUND 0.00 139.0010100 125759 06/27/18 SUNSSENI SUNSHINE SENIOR ASSOCIAT 001 FACILITY REFUND-DBC 0.00 110.0010100 125759 06/27/18 SUNSSENI SUNSHINE SENIOR ASSOCIAT 001 FACILITY REFUND-DBC 0.00 500.00TOTAL CHECK 0.00 610.0010100 125760 06/27/18 SWANKMOT SWANK MOTION PICTURES 0015350 MOVIE RENTALS-CONCERT 0.00 585.0010100 125761 06/27/18 TAYLORTI TAYLOR TIME & EQUIPMENT 0014030 MAINT-TIME CLOCKS 0.00 202.3710100 125762 06/27/18 TENNISAN TENNIS ANYONE INC 0015350 SPRING TENNIS 2018 0.00 1,295.0010100 125762 06/27/18 TENNISAN TENNIS ANYONE INC 0015350 SPRING TENNIS 2018 0.00 294.0010100 125762 06/27/18 TENNISAN TENNIS ANYONE INC 0015350 SPRING TENNIS 2018 0.00 322.7010100 125762 06/27/18 TENNISAN TENNIS ANYONE INC 0015350 SPRING TENNIS 2018 0.00 553.0010100 125762 06/27/18 TENNISAN TENNIS ANYONE INC 0015350 SPRING TENNIS 2018 0.00 645.40TOTAL CHECK 0.00 3,110.1010100 125763 06/27/18 THEANSWE THE ANSWERBAND INC 0015350 BAND-CONCERT IN PARK 0.00 1,300.0010100 125764 06/27/18 FLAGSHOP THE FLAG SHOP 0015350 USA FLAGS DB4YOUTH 0.00 140.906.4.bPacket Pg. 44
SUNGARD PENTAMATION INC PAGE NUMBER: 10DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125765 06/27/18 SCGAS THE GAS COMPANY 0015333 GAS SVCS-DBC 0.00 550.3310100 125765 06/27/18 SCGAS THE GAS COMPANY 0014093 GAS SVCS-CITY HALL 0.00 170.1010100 125765 06/27/18 SCGAS THE GAS COMPANY 0015556 GAS SVCS-HERITAGE 0.00 76.37TOTAL CHECK 0.00 796.8010100 125766 06/27/18 TUCKERRA RAYMOND MICHAEL TUCKER 0015350 CONTRACT CLASS-SPRING 0.00 780.0010100 125767 06/27/18 USDEPART U S DEPARTMENT OF EDUCAT 001 WITHHOLDING ORDER 0.00 263.3310100 125768 06/27/18 URMINC UNITED RECORDS MANAGEMEN 0014070 OFF-SITE STORAGE-TAPE 0.00 568.5010100 125769 06/27/18 USHEALTH US HEALTHWORKS MEDICAL G 0014060 PRE-EMPLYMNT PHYSICAL 0.00 478.0010100 125770 06/27/18 VERIZONW VERIZON WIRELESS 0014070 WIRELESS AIRTIME/EQ 0.00 1,280.4310100 125771 06/27/18 GRAINGER W.W. GRAINGER INC. 0015556 SUPPLIES-PARKS 0.00 51.2710100 125772 06/27/18 WVWATER WALNUT VALLEY WATER DIST 1415541 WATER SVCS-DIST 41 0.00 339.1010100 125772 06/27/18 WVWATER WALNUT VALLEY WATER DIST 0015333 WATER SVCS-DBC 0.00 407.4610100 125772 06/27/18 WVWATER WALNUT VALLEY WATER DIST 0014093 WATER SVCS-C/HALL 0.00 636.3110100 125772 06/27/18 WVWATER WALNUT VALLEY WATER DIST 1385538 RECYCLED WATER-MAY 18 0.00 1,215.7210100 125772 06/27/18 WVWATER WALNUT VALLEY WATER DIST 0015556 WATER SVCS-PARKS 0.00 28,437.7510100 125772 06/27/18 WVWATER WALNUT VALLEY WATER DIST 0015556 WATER SVCS-PARKS 0.00 2,840.0110100 125772 06/27/18 WVWATER WALNUT VALLEY WATER DIST 1415541 WATER SVCS-DIST 41 0.00 5,583.4210100 125772 06/27/18 WVWATER WALNUT VALLEY WATER DIST 1395539 WATER SVCS-DIST 39 0.00 7,870.9610100 125772 06/27/18 WVWATER WALNUT VALLEY WATER DIST 1385538 WATER SVCS-DIST 38 0.00 9,703.25TOTAL CHECK 0.00 57,033.9810100 125773 06/27/18 WASHINGL LISA WASHINGTON 0015510 T&T MTG 06/14/18 0.00 45.0010100 125774 06/27/18 WAXIESAN WAXIE SANITARY SUPPLY 0014093 SUPPLIES-CITY HALL 0.00 608.0210100 125774 06/27/18 WAXIESAN WAXIE SANITARY SUPPLY 0015333 MEMO CREDIT-DBC 0.00 -144.9210100 125774 06/27/18 WAXIESAN WAXIE SANITARY SUPPLY 0015556 SUPPLIES-PARKS 0.00 88.4810100 125774 06/27/18 WAXIESAN WAXIE SANITARY SUPPLY 0015333 SUPPLIES-DBC 0.00 144.9210100 125774 06/27/18 WAXIESAN WAXIE SANITARY SUPPLY 0015333 SUPPLIES-DBC 0.00 265.8710100 125774 06/27/18 WAXIESAN WAXIE SANITARY SUPPLY 0015556 SUPPLIES-PARKS 0.00 780.8110100 125774 06/27/18 WAXIESAN WAXIE SANITARY SUPPLY 0015333 SUPPLIES-DBC 0.00 4,379.04TOTAL CHECK 0.00 6,122.2210100 125775 06/27/18 WESTCOAS WEST COAST ARBORISTS INC 0015558 FY 17-18: CITYWIDE TR 0.00 738.0010100 125775 06/27/18 WESTCOAS WEST COAST ARBORISTS INC 0015558 FY 17-18: CITYWIDE TR 0.00 16,824.28TOTAL CHECK 0.00 17,562.2810100 125776 06/27/18 WRIGHTCO WRIGHT CONSTRUCTION ENGI 2505510 CITY WIDE DRAINAGE IM 0.00 78,761.1510100 125776 06/27/18 WRIGHTCO WRIGHT CONSTRUCTION ENGI 2505510 CITY WIDE DRAINAGE IM 0.00 96,477.0010100 125776 06/27/18 WRIGHTCO WRIGHT CONSTRUCTION ENGI 250 RETENTIONS PAYABLE 0.00 -4,823.8510100 125776 06/27/18 WRIGHTCO WRIGHT CONSTRUCTION ENGI 250 RETENTIONS PAYABLE 0.00 -3,938.06TOTAL CHECK 0.00 166,476.2410100 125777 06/27/18 WRIGHTP PAUL WRIGHT 0014030 A/V SVCS-CNCL MTG JUN 0.00 300.0010100 125778 06/27/18 XIAOALLY ALLY XIAO 001 FACILITY REFUND S/CYN 0.00 100.006.4.bPacket Pg. 45
SUNGARD PENTAMATION INC PAGE NUMBER: 11DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125779 06/27/18 XIAOLIME LIMEI XIAO 0015350 CONTRACT CLASS-SPRING 0.00 396.0010100 125779 06/27/18 XIAOLIME LIMEI XIAO 0015350 CONTRACT CLASS INSTRUC 0.00 1,430.40TOTAL CHECK 0.00 1,826.4010100 125780 06/27/18 YBANEZAN ANGELA YBANEZ 001 FACILITY REFUND HRTGE 0.00 100.0010100 125781 07/05/18 SUNTINGT TING TING SUN 001 RECREATION REFUND 0.00 94.0010100 125782 07/05/18 AARROWHE AARROWHEAD SECURITY INC 0015333 SECURITY GUARDS-DBC 0.00 1,116.6010100 125782 07/05/18 AARROWHE AARROWHEAD SECURITY INC 0015333 SECURITY GUARDS-DBC 0.00 1,237.5710100 125782 07/05/18 AARROWHE AARROWHEAD SECURITY INC 0015333 SECURITY GUARDS-DBC 0.00 1,944.75TOTAL CHECK 0.00 4,298.9210100 125783 07/05/18 AFLAC AFLAC 001 JUNE 18-SUPP INS PREM 0.00 2,565.5510100 125784 07/05/18 AGUIRREM MARTHA AGUIRRE 001 RECREATION REFUND 0.00 530.0010100 125785 07/05/18 AJILONST AJILON STAFFING SERVICES 0015510 TEMP SVCS-WK 6/24/18 0.00 200.0010100 125786 07/05/18 ALAMNAVU NAVUEN ALAMAWI 001 FACILITY REFUND-DBC 0.00 350.0010100 125787 07/05/18 ALAMEDAC ALAMEDA CORRIDOR-EAST (A 0014010 MARCH MTG-CMGR STAFF 0.00 56.8410100 125788 07/05/18 DRIVERAL ALLIANT INSURANCE SERVIC 5104081 CRIME INS RENEWAL 0.00 1,715.0010100 125789 07/05/18 ARCIMAGI ARC IMAGING RESOURCES 5304070 LASER PRINTER-B/SFTY 0.00 4,196.5810100 125790 07/05/18 EVERGREE ROBYN A BECKWITH 0015556 PLANT MAINT-PARKS 0.00 135.0010100 125790 07/05/18 EVERGREE ROBYN A BECKWITH 0015333 PLANT MAINT-DBC 0.00 200.0010100 125790 07/05/18 EVERGREE ROBYN A BECKWITH 0014093 PLANT MAINT-LIBRARY 0.00 107.0010100 125790 07/05/18 EVERGREE ROBYN A BECKWITH 0014093 PLANT MAINT-CITY HALL 0.00 325.00TOTAL CHECK 0.00 767.0010100 125791 07/05/18 BLAZECON BLAZE CONE COMPANY INC 0015554 SUPPLIES-RD MAINT 0.00 4,535.2010100 125792 07/05/18 VALLEYCR BRIGHTVIEW LANDSCAPE SER 0015333 LANDSCAPE MAINT-DBC 0.00 5,645.4710100 125792 07/05/18 VALLEYCR BRIGHTVIEW LANDSCAPE SER 0015556 LANDSCAPE MAINT-PARKS 0.00 29,261.53TOTAL CHECK 0.00 34,907.0010100 125793 07/05/18 CMTA CALIFORNIA MUNICIPAL TRE 0014050 MEMBERSHIP DUES-18/19 0.00 195.0010100 125794 07/05/18 CAPPOINC CAPPO INC 1155515 BUYER BASICS TRNG-AL 0.00 99.0010100 125795 07/05/18 CARDINAS HOLLY CARDINAS 001 RECREATION REFUND 0.00 154.0010100 125796 07/05/18 GOVPARTN CARTEGRAPH SYSTEMS, INC 0014070 REQ PRTNR SVCS-18/19 0.00 11,245.5010100 125797 07/05/18 CHASUNGB SUNGBIN CHA 001 RECREATION REFUND 0.00 75.0010100 125798 07/05/18 CHANGYIN YING CHANG 001 RECREATION REFUND 0.00 119.006.4.bPacket Pg. 46
SUNGARD PENTAMATION INC PAGE NUMBER: 12DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125799 07/05/18 CHEMPROL CHEM PRO LABORATORY INC 0014093 WATER TREATMNT-C/HALL 0.00 155.0010100 125800 07/05/18 CHENSHIH SHIHYI CHEN 001 RECREATION REFUND 0.00 55.0010100 125801 07/05/18 CCAC CITY CLERKS ASSOC. OF CA 0014030 C/CLERK TRNG-A LOPEZ 0.00 200.0010100 125802 07/05/18 COLDDUCK COLD DUCK PRODUCTIONS IN 0015350 BAND-JULY 4TH BLAST 0.00 4,200.0010100 125803 07/05/18 LACPUBWK COUNTY OF LOS ANGELES PU 0015556 ST LIGHT ASSESSMNT-PK 0.00 52.0010100 125804 07/05/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 ADMIN FEES-PR 16-2581 0.00 -55.6210100 125804 07/05/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 ADMIN FEES-PR 16-0511 0.00 -55.6210100 125804 07/05/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 ADMIN FEES-PR 16-2111 0.00 -52.2010100 125804 07/05/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 ADMIN FEES-PR 16-2111 0.00 52.2010100 125804 07/05/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 ADMIN FEES-PR 16-0511 0.00 55.6210100 125804 07/05/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 ADMIN FEES-PR 16-2581 0.00 55.6210100 125804 07/05/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PLAN CHECK 0.00 290.0010100 125804 07/05/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PLAN CHECK 0.00 309.0010100 125804 07/05/18 DAVIDEVA DAVID EVANS AND ASSOCIAT 001 PROF.SVCS-PLAN CHECK 0.00 309.00TOTAL CHECK 0.00 908.0010100 125805 07/05/18 DELTADEN DELTA DENTAL 001 JUL 18-DENTAL PREMIUM 0.00 4,258.9310100 125806 07/05/18 DELTACAR DELTA DENTAL INSURANCE C 001 JUL 18-HMO DENTAL PRE 0.00 412.5210100 125807 07/05/18 DENNISCA CAROL A DENNIS 0015510 PROF.SVCS-T&T COMM 0.00 75.0010100 125808 07/05/18 DISCOVER DISCOVERY SCIENCE CENTER 0015350 SUMMER DAY CAMP-WK 6 0.00 1,308.0010100 125809 07/05/18 DISNEYLA DISNEYLAND RESORT 0015350 SUMMER DAY CAMP-WK 10 0.00 11,200.0010100 125810 07/05/18 DMPR4LLC DMPR 4 LLC 0014030 STORAGE RENTAL-JUL 18 0.00 1,644.0010100 125811 07/05/18 DMSCONSU DMS CONSULTANTS CIVIL EN 0015551 DSGN SVCS-RES AREA 6 0.00 5,531.0010100 125812 07/05/18 DOGGIEWA DOGGIE WALK BAGS INC 1155515 DOGGIE BAGS-PARKS 0.00 1,119.1010100 125813 07/05/18 DRSAMIRB DR SAMIR BATNIJI 001 FACILITY REFUND-DBC 0.00 350.0010100 125814 07/05/18 DUVIVIAN VIVIAN DU 001 RECREATION REFUND 0.00 191.0010100 125815 07/05/18 DUNNSFEN DUNN’S FENCE COMPANY 0015556 TEMP FENCING-PANTERA 0.00 2,660.0010100 125816 07/05/18 DUVERNAY CHRISTINA DUVERNAY 001 FACILITY REFUND-DBC 0.00 130.2810100 125817 07/05/18 ECOFERTI ECOFERT INC 0015556 FERTIGATION SVCS-JUN 0.00 290.0010100 125818 07/05/18 EMERALD EMERALD LANDSCAPE SERVIC 0014093 LANDSCAPE SVCS-C/HALL 0.00 942.0010100 125819 07/05/18 EXTERMIN EXTERMINETICS OF SO CAL 0015333 PEST CONTROL-DBC 0.00 40.0010100 125819 07/05/18 EXTERMIN EXTERMINETICS OF SO CAL 0015556 PEST CONTROL-PARK 0.00 40.0010100 125819 07/05/18 EXTERMIN EXTERMINETICS OF SO CAL 0015556 PEST CONTROL-PARK 0.00 50.006.4.bPacket Pg. 47
SUNGARD PENTAMATION INC PAGE NUMBER: 13DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125819 07/05/18 EXTERMIN EXTERMINETICS OF SO CAL 0014093 PEST CONTROL-C/HALL 0.00 50.0010100 125819 07/05/18 EXTERMIN EXTERMINETICS OF SO CAL 0014093 PEST CONTROL-C/HALL 0.00 65.0010100 125819 07/05/18 EXTERMIN EXTERMINETICS OF SO CAL 0015333 PEST CONTROL-DBC 0.00 75.0010100 125819 07/05/18 EXTERMIN EXTERMINETICS OF SO CAL 0015556 PEST CONTROL-PARK 0.00 30.00TOTAL CHECK 0.00 350.0010100 125820 07/05/18 FEHRPEER FEHR & PEERS 0015554 CONSULTANT SVCS-APR 0.00 1,552.1610100 125820 07/05/18 FEHRPEER FEHR & PEERS 0015554 CONSULTANT SVCS-MAY 0.00 3,071.25TOTAL CHECK 0.00 4,623.4110100 125821 07/05/18 FRONTIER FRONTIER COMMUNICATIONS 0015333 PH.SVCS-DBC 0.00 357.0310100 125821 07/05/18 FRONTIER FRONTIER COMMUNICATIONS 0014070 PH.SVCS-ANALOG EMERG 0.00 156.0810100 125821 07/05/18 FRONTIER FRONTIER COMMUNICATIONS 0014070 PH.SVCS-HERITAGE 0.00 178.72TOTAL CHECK 0.00 691.8310100 125822 07/05/18 GATEWAYC GATEWAY CORPORATE CENTER 0014093 CAPITAL CONTRIBUTION 0.00 173.4210100 125822 07/05/18 GATEWAYC GATEWAY CORPORATE CENTER 0014093 ASSOCIATION DUES-JUL 0.00 1,551.18TOTAL CHECK 0.00 1,724.6010100 125823 07/05/18 GILLHARI HARINDERJIT GILL 001 RECREATION REFUND 0.00 175.0010100 125824 07/05/18 GOLIVETE GO LIVE TECHNOLOGY INC 0014070 CITY VIEW APP SVC-JUN 0.00 6,220.5010100 125824 07/05/18 GOLIVETE GO LIVE TECHNOLOGY INC 5304070 EVALUATION-REC SYS 0.00 3,000.00TOTAL CHECK 0.00 9,220.5010100 125825 07/05/18 GREENHAL GREEN HALO SYSTEMS INC 1155515 QUARTERLY BILLING-3RD 0.00 801.0010100 125825 07/05/18 GREENHAL GREEN HALO SYSTEMS INC 1155515 QUARTERLY BILLING-4TH 0.00 801.00TOTAL CHECK 0.00 1,602.0010100 125826 07/05/18 HARDYHAR HARDY & HARPER INC 0015554 SIDEWALK REPAIRS-JUN 0.00 10,302.1010100 125826 07/05/18 HARDYHAR HARDY & HARPER INC 0015554 SIDEWALK REPAIRS-JUN 0.00 62,570.50TOTAL CHECK 0.00 72,872.6010100 125827 07/05/18 HOFFMANS HOFFMAN SOUTHWEST CORP 0015333 MAINT SVCS-DBC 0.00 570.0010100 125828 07/05/18 AOS INTEGRUS LLC 0014070 RICOH COPY CHARGES 0.00 1,506.0910100 125829 07/05/18 ICSC INT’L COUNCIL OF SHOPPIN 0014030 MEMBERSHP RENEWAL 0.00 50.0010100 125830 07/05/18 ITERIS ITERIS INC 0015554 ENG TFFC SIGNAL-JUN 0.00 20,491.9110100 125831 07/05/18 JIMSROOF JIM’S ROOFING 001 REFUND-C/D DEPOSIT 0.00 250.0010100 125832 07/05/18 JOEBIKMA BIKMAN Y JOE 001 REFUND-PL 2013-221 0.00 985.6710100 125833 07/05/18 JOHNLHUN JOHN L HUNTER & ASSOC. I 0015510 PROF.SVCS-STORMWATER 0.00 2,860.3710100 125833 07/05/18 JOHNLHUN JOHN L HUNTER & ASSOC. I 0015510 PROF.SVCS-STORMWATER 0.00 2,221.3510100 125833 07/05/18 JOHNLHUN JOHN L HUNTER & ASSOC. I 001 PLANS REV-850 B/CYN 0.00 380.0010100 125833 07/05/18 JOHNLHUN JOHN L HUNTER & ASSOC. I 001 PLAN REV-850 B/CYN 0.00 67.50TOTAL CHECK 0.00 5,529.2210100 125834 07/05/18 JONESKEV KEVIN D JONES 0015551 CONSULTANT SVCS-57/60 0.00 4,000.006.4.bPacket Pg. 48
SUNGARD PENTAMATION INC PAGE NUMBER: 14DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125835 07/05/18 JONESJUS JUSTIN JONES 0015230 REIMB-CACEO 0.00 95.0010100 125836 07/05/18 KAPLANDE DENEAN KAPLAN 0015350 CONTRACT CLASS-SPRING 0.00 419.7010100 125837 07/05/18 KERTLAND KERTLAND ROOFING INC 001 REFUND-C/D DEPOSIT 0.00 250.0010100 125838 07/05/18 DRGALEKG KIDS KAN INC 0015350 SUMMER DAY CAMP-TRNG 0.00 240.0010100 125838 07/05/18 DRGALEKG KIDS KAN INC 0015350 SUMMER DAY CAMP-TRNG 0.00 760.00TOTAL CHECK 0.00 1,000.0010100 125839 07/05/18 KIMLEYHO KIMLEY HORN AND ASSOCIAT 2505510 T/CONTROL SYS-MAY 18 0.00 1,476.1710100 125839 07/05/18 KIMLEYHO KIMLEY HORN AND ASSOCIAT 0015551 ON CALL TRAFFIC SVCS 0.00 19,900.0010100 125839 07/05/18 KIMLEYHO KIMLEY HORN AND ASSOCIAT 001 PARKING STUDY-B/CYN 0.00 686.31TOTAL CHECK 0.00 22,062.4810100 125840 07/05/18 LASERQUE LASER QUEST FULLERTON 0015350 SUMMER DAY CAMP-WK 7 0.00 1,220.0010100 125841 07/05/18 LEWGRA GRACE LEW 001 RECREATION REFUND 0.00 140.0010100 125842 07/05/18 LIEBERTC LIEBERT CASSIDY WHITMORE 0014060 LCW MEMBERSHIP DUES 0.00 3,790.0010100 125843 07/05/18 LIUHEIDI HEIDI LIU 001 RECREATION REFUND 0.00 345.0010100 125844 07/05/18 LACASSES LOS ANGELES COUNTY ASSES 0014070 SBF ABSTRACT DATA-GIS 0.00 64.0010100 125845 07/05/18 LACFIRE LOS ANGELES COUNTY FIRE 0014421 FIRE PROTECTION-18/19 0.00 7,359.0010100 125846 07/05/18 POSTNET LW POSTNET INC 1155515 PRINT SVCS-POSTCARDS 0.00 165.4310100 125847 07/05/18 MANAGEDH MANAGED HEALTH NETWORK 001 JUL 18-EAP PREMIUMS 0.00 144.0010100 125848 07/05/18 MMASC MMASC 0014030 MEMBERSHIP DUES-18/19 0.00 210.0010100 125849 07/05/18 MOBILERE MOBILE RELAY ASSOCIATES 0014440 REPEATER SVCS-JULY 18 0.00 78.7510100 125850 07/05/18 NEOGOV NEOGOV 0014070 USER LICENSE-FY 18/19 0.00 3,501.7510100 125851 07/05/18 NEOPOST NEOPOST USA, INC 0014030 SUPPLIES-CARTRIDGE 0.00 153.3010100 125852 07/05/18 NICHOLSC NICHOLS CONSULTING ENGIN 0015551 PAVEMENT MNGMNT SVCS 0.00 4,465.0010100 125853 07/05/18 OILUMINA OILUMINATE & OIL STUFF E 001 FACILITY REFUND-DBC 0.00 100.0010100 125854 07/05/18 PAPERREC PAPER RECYCLING & SHREDD 1155515 RECYCLING-CITY HALL 0.00 55.0010100 125855 07/05/18 PASCHALS STEVE PASCHAL 001 REFUND-C/D DEPOSIT 0.00 250.0010100 125856 07/05/18 PCMALLGO PCMG INC 0014070 SUPPLIES-RD MAINT 0.00 268.2710100 125856 07/05/18 PCMALLGO PCMG INC 1125553 SUPPLIES-COMP HARDWR 0.00 1,119.89TOTAL CHECK 0.00 1,388.166.4.bPacket Pg. 49
SUNGARD PENTAMATION INC PAGE NUMBER: 15DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125857 07/05/18 PENCOENG PENCO ENGINEERING INC 001 PLAN REV-PLAN CHECK 0.00 700.0010100 125857 07/05/18 PENCOENG PENCO ENGINEERING INC 001 PLAN REV-PLAN CHECK 0.00 2,450.00TOTAL CHECK 0.00 3,150.0010100 125858 07/05/18 PEREZCAR CAROLINA PEREZ 001 RECREATION REFUND 0.00 145.0010100 125859 07/05/18 PONCEJEN JENNIFER PONCE 001 FACILITY REFUND-DBC 0.00 1,000.0010100 125860 07/05/18 POWERSTR TROY POWERS 001 RECREATION REFUND 0.00 160.0010100 125861 07/05/18 PSI PROTECTION ONE INC 0014093 ALARM SVCS-C/HALL 0.00 59.0810100 125862 07/05/18 PUBLICST PUBLIC STORAGE #23051 0014030 STORAGE RENTAL-JULY 0.00 384.0010100 125863 07/05/18 PYROSPEC PYRO SPECTACULARS INC 0015350 FIREWORK DISPLAY-4TH 0.00 20,000.0010100 125864 07/05/18 RANDHAWA NUPUR RANDHAWA 001 RECREATION REFUND 0.00 75.0010100 125865 07/05/18 REACHSPO REACH SPORTS MARKETING G 1354095 DIGITAL SIGNAGE-C/HLL 0.00 15,989.5110100 125866 07/05/18 RIVERARU RUBEN RIVERA 001 FACILITY REFUND-S/CYN 0.00 100.0010100 125867 07/05/18 RKACONSU RKA CONSULTING GROUP 0015220 BLDG & SFTY SVCS-MAY 0.00 85,542.8510100 125868 07/05/18 ROSSCREA ROSS CREATIONS 0015350 SOUND SYS-JULY 4TH 0.00 5,600.0010100 125869 07/05/18 RUIZSANT SANTANA RUIZ 001 RECREATION REFUND 0.00 120.0010100 125870 07/05/18 LOWRUTH RUTH M. LOW 0014010 REIMB-CONF WASHINGTON 0.00 882.5610100 125871 07/05/18 SANDRAQU RAQUEL SANDOVAL 001 FACILITY REFUND-DBC 0.00 400.0010100 125872 07/05/18 SANTMILA MILAGROS SANTOS 001 FACILITY REFUND-DBC 0.00 100.0010100 125872 07/05/18 SANTMILA MILAGROS SANTOS 001 FACILITY REFUND-DBC 0.00 100.00TOTAL CHECK 0.00 200.0010100 125873 07/05/18 SANTOSRA RAY SANTOS 001 RECREATION REFUND 0.00 99.0010100 125874 07/05/18 SCICONSU SCI CONSULTING GROUP 1385538 FY 17/18-LLAD #38 0.00 2,416.6610100 125874 07/05/18 SCICONSU SCI CONSULTING GROUP 1395539 FY 17/18-LLAD #39 0.00 2,416.6710100 125874 07/05/18 SCICONSU SCI CONSULTING GROUP 1415541 FY 17/18-LLAD #41 0.00 2,416.6710100 125874 07/05/18 SCICONSU SCI CONSULTING GROUP 1385538 FY 17/18-LLAD #38 0.00 195.0010100 125874 07/05/18 SCICONSU SCI CONSULTING GROUP 1395539 FY 17/18-LLAD #39 0.00 195.0010100 125874 07/05/18 SCICONSU SCI CONSULTING GROUP 1415541 FY 17/18-LLAD #41 0.00 195.00TOTAL CHECK 0.00 7,835.0010100 125875 07/05/18 SHAOJIE JIE SHAO 001 RECREATION REFUND 0.00 140.0010100 125876 07/05/18 SHENETHA ETHAN SHEN 001 RECREATION REFUND 0.00 140.0010100 125877 07/05/18 SHEPPARD SHEPPARD, MULLIN, RICHTE 0014020 LEGAL SVCS-T/HERMANOS 0.00 17,761.936.4.bPacket Pg. 50
SUNGARD PENTAMATION INC PAGE NUMBER: 16DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125878 07/05/18 SIEMENS SIEMENS INDUSTRY INC 0015554 PULL BOXES-DBB/S/XING 0.00 441.0010100 125878 07/05/18 SIEMENS SIEMENS INDUSTRY INC 0015554 T/SIGNAL-GRAND/LVNDR 0.00 5,108.15TOTAL CHECK 0.00 5,549.1510100 125879 07/05/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 2,401.4010100 125879 07/05/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 361.4910100 125879 07/05/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 122.3410100 125879 07/05/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 254.7710100 125879 07/05/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 203.6410100 125879 07/05/18 SCE SOUTHERN CALIFORNIA EDIS 1385538 ELECT SVCS-T/CONTROL 0.00 52.4610100 125879 07/05/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 353.21TOTAL CHECK 0.00 3,749.3110100 125880 07/05/18 SPARKLET SPARKLETTS 0015556 ENERGY SURCHARGE 0.00 4.6410100 125880 07/05/18 SPARKLET SPARKLETTS 0015556 EQ RENTAL-C/CYN PK 0.00 12.0010100 125880 07/05/18 SPARKLET SPARKLETTS 0015556 WATER SUPPLIES-C/CYN 0.00 19.98TOTAL CHECK 0.00 36.6210100 125881 07/05/18 SQBOXSOL SQBOX SOLUTIONS LTD 0014070 ANNL MAINT-INTRANET 0.00 3,100.0010100 125882 07/05/18 STANDARD STANDARD INSURANCE COMPA 001 JUL 18-LIFE INS PREM 0.00 2,276.8010100 125882 07/05/18 STANDARD STANDARD INSURANCE COMPA 001 JUL 18-LIFE INS PREM 0.00 1,009.8610100 125882 07/05/18 STANDARD STANDARD INSURANCE COMPA 001 JUL 18-SUPP LIFE INS 0.00 729.00TOTAL CHECK 0.00 4,015.6610100 125883 07/05/18 STANTECC STANTEC CONSULTING SERVI 0015551 ON CALL TRAFFIC SVCS 0.00 80.5010100 125883 07/05/18 STANTECC STANTEC CONSULTING SERVI 001 TFFC STUDY-850 B/CYN 0.00 1,230.5010100 125883 07/05/18 STANTECC STANTEC CONSULTING SERVI 001 ENG SVCS-B/CYN REV 0.00 1,995.25TOTAL CHECK 0.00 3,306.2510100 125884 07/05/18 STERICYC STERICYCLE INC 1155515 WASTE PICK UP-HERITAG 0.00 177.7910100 125885 07/05/18 STRODEHA HARVEY STRODE 001 RECREATION REFUND 0.00 120.0010100 125886 07/05/18 SUNSHINE SUNSHINE ROOFING 001 REFUND-C/D DEPOSIT 0.00 350.0010100 125887 07/05/18 SWANA SWANA 1155515 TRNG WORKSHOP-LOPEZ 0.00 49.0010100 125888 07/05/18 SWANKMOT SWANK MOTION PICTURES 0015350 MOVIE RENTAL-CONCERTS 0.00 550.0010100 125889 07/05/18 TAITANDA TAIT AND ASSOCIATES INC 2505510 DESGN SVCS-AREA 6 RES 0.00 3,357.5010100 125890 07/05/18 THECOMDY THE COMDYN GROUP INC 0014070 GIS SUPPORT SVCS-JUNE 0.00 3,038.8010100 125891 07/05/18 THESTANE THE STANLEY LOUIS COMPAN 0014093 YRLY MAINT SVCS-C/HLL 0.00 495.0010100 125891 07/05/18 THESTANE THE STANLEY LOUIS COMPAN 0015333 YRLY MAINT SVCS-DBC 0.00 495.00TOTAL CHECK 0.00 990.0010100 125892 07/05/18 TRANCHAR TRANSPORTATION CHARTER S 1125350 SUMMER DAY CAMP-WK 3 0.00 1,640.0010100 125893 07/05/18 USBANK US BANK 0014050 CITY CREDIT CARD-JUN 0.00 22,355.316.4.bPacket Pg. 51
SUNGARD PENTAMATION INC PAGE NUMBER: 17DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125894 07/05/18 USHEALTH US HEALTHWORKS MEDICAL G 0014060 EMPLYMNT PHYSICAL 0.00 658.0010100 125895 07/05/18 VERMONTS VERMONT SYSTEMS INC 0014070 ANNL MAINT SVCS-18/19 0.00 5,088.2310100 125896 07/05/18 VSP VISION SERVICE PLAN 001 JUL 18-VISION PREMIUM 0.00 1,834.0210100 125897 07/05/18 WANGMING MINGMING WANG 001 RECREATION REFUND 0.00 705.0010100 125898 07/05/18 WAXIESAN WAXIE SANITARY SUPPLY 0015333 SUPPLIES-DBC 0.00 135.6010100 125898 07/05/18 WAXIESAN WAXIE SANITARY SUPPLY 0015333 SUPPLIES-DBC 0.00 486.3110100 125898 07/05/18 WAXIESAN WAXIE SANITARY SUPPLY 0014093 SUPPLIES-CITY HALL 0.00 913.26TOTAL CHECK 0.00 1,535.1710100 125899 07/05/18 WESTCOAS WEST COAST ARBORISTS INC 0015558 WATERING SVCS-JUNE 0.00 738.0010100 125899 07/05/18 WESTCOAS WEST COAST ARBORISTS INC 0015558 TREE MAINT SVCS-JUNE 0.00 793.1010100 125899 07/05/18 WESTCOAS WEST COAST ARBORISTS INC 0015558 TREE MAINT SVCS-JUNE 0.00 4,494.60TOTAL CHECK 0.00 6,025.7010100 125900 07/05/18 WCMEDIA WEST COAST MEDIA 0014095 AD-DBC JU/JUL 0.00 500.0010100 125901 07/05/18 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-C/GARDENA 0.00 546.0010100 125901 07/05/18 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-COMM DEV 0.00 362.1010100 125901 07/05/18 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-GENERAL 0.00 447.3010100 125901 07/05/18 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-T/HERMANOS 0.00 553.8010100 125901 07/05/18 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-P/WORKS 0.00 1,469.7010100 125901 07/05/18 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-COUNCIL 0.00 1,661.4010100 125901 07/05/18 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-MILLENNIUM 0.00 14,502.0610100 125901 07/05/18 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-FINANCE 0.00 2,428.2010100 125901 07/05/18 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-CMGR 0.00 3,231.5210100 125901 07/05/18 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-H/R 0.00 85.2010100 125901 07/05/18 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-INFO SYS 0.00 85.2010100 125901 07/05/18 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-COMM SVCS 0.00 42.60TOTAL CHECK 0.00 25,415.0810100 125902 07/05/18 YOUNGTRO TROY YOUNG 001 RECREATION REFUND 0.00 308.0010100 125903 07/11/18 SUNTINGT TING TING SUN 001 RECREATION REFUND 0.00 10.0010100 125904 07/11/18 AARBF AARBF 0114010 TEE SPONSOR-RUCH FNDT 0.00 200.0010100 125905 07/11/18 ABFPRINT ABF PRINTING & MARKETING 0014096 PRINT SVCS-D/B RSTRNT 0.00 679.3810100 125905 07/11/18 ABFPRINT ABF PRINTING & MARKETING 1155515 PRINT/DESIGN-FREECYCL 0.00 263.80TOTAL CHECK 0.00 943.1810100 125906 07/11/18 AGGCOMWE AGRICULTURAL COM WGHTS & 1415541 WEED ABATEMENT-# 39 0.00 16,671.3510100 125906 07/11/18 AGGCOMWE AGRICULTURAL COM WGHTS & 1395539 WEED ABATEMENT-# 41 0.00 21,285.56TOTAL CHECK 0.00 37,956.9110100 125907 07/11/18 AIRRESOU AIR RESOURCES BOARD-PERP 0014093 GENERATOR CERT RENEWA 0.00 575.0010100 125908 07/11/18 AMERICOM AMERICOMP GROUP 0014070 TONER HP PLOTTER 0.00 96.356.4.bPacket Pg. 52
SUNGARD PENTAMATION INC PAGE NUMBER: 18DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125909 07/11/18 ARAMARK ARAMARK WORK APPAREL & U 0015556 SUPPLIES-P/WORKS 0.00 329.9610100 125909 07/11/18 ARAMARK ARAMARK WORK APPAREL & U 0015556 SUPPLIES-P/WORKS 0.00 887.81TOTAL CHECK 0.00 1,217.7710100 125910 07/11/18 BESTLTG BEST LIGHTING PRODUCTS 1385538 SUPPLIES-DIST 38 0.00 1,886.1410100 125910 07/11/18 BESTLTG BEST LIGHTING PRODUCTS 0014093 SUPPLIES-CITY HALL 0.00 1,927.03TOTAL CHECK 0.00 3,813.1710100 125911 07/11/18 BONEMAUV MAUVALINE BONE 001 FACILITY REFUND-S/CYN 0.00 100.0010100 125912 07/11/18 BONIDAMI HANI BONIDAMI 001 FACILITY REFUND-REAGA 0.00 100.0010100 125913 07/11/18 BREAUXKA KATHY BREAUX 0015350 CONTRACT CLASS-SUMMER 0.00 158.4010100 125914 07/11/18 VALLEYCR BRIGHTVIEW LANDSCAPE SER 0015556 ADDL MAINT-PANTERA 0.00 523.0910100 125914 07/11/18 VALLEYCR BRIGHTVIEW LANDSCAPE SER 0015556 ADDL MAINT-PANTERA PK 0.00 573.9610100 125914 07/11/18 VALLEYCR BRIGHTVIEW LANDSCAPE SER 0015556 ADDL MAINT-4TH JULY 0.00 870.00TOTAL CHECK 0.00 1,967.0510100 125915 07/11/18 CCCA CALIFORNIA CONTRACT CITI 0014030 ANNL MEMBERSHIP DUES 0.00 5,090.0010100 125916 07/11/18 CAPIO CAPIO 0014095 ANNL MEMBERSHIP-ROA 0.00 225.0010100 125917 07/11/18 CAPPOINC CAPPO INC 1155515 CONSTRUCTION CONTRACT 0.00 39.0010100 125918 07/11/18 CHANGROM ROMAY CHANG 001 FACILITY REFUND-PNTRA 0.00 87.5010100 125918 07/11/18 CHANGROM ROMAY CHANG 001 FACILITY REFUND-PNTRA 0.00 100.00TOTAL CHECK 0.00 187.5010100 125919 07/11/18 CHENSENW SEN WEN CHEN 001 RECREATION REFUND 0.00 345.0010100 125920 07/11/18 CIVICLLC CIVIC LLC 0014095 DB APP MAINT-JUL-SEPT 0.00 237.0010100 125920 07/11/18 CIVICLLC CIVIC LLC 0014095 DB APP MAINT-APR-JUNE 0.00 237.00TOTAL CHECK 0.00 474.0010100 125921 07/11/18 REINBERG CNC PRINTWERKS 0014030 PRINT SVCS-BUS CARDS 0.00 175.2010100 125922 07/11/18 CORREAJO JOSE CORREA 001 FACILITY REFUND-PTRSN 0.00 100.0010100 125923 07/11/18 CREATIVE CREATIVE SCREEN ART LLC 0014030 CITY LOGO/DECALS 0.00 1,489.7410100 125924 07/11/18 DARDENSE SELAH DARDEN 0015350 BAND-CONCERT 7/11 0.00 1,200.0010100 125925 07/11/18 DEPTOFJU DEPARTMENT OF JUSTICE 0014060 PROF.SVCS-H/R 0.00 384.0010100 125926 07/11/18 DFSFLOOR DFS FLOORING LP 0015333 CARPET CLEAN-DBC 0.00 210.0010100 125927 07/11/18 DBHANDCA DIAMOND BAR HAND CAR WAS 5205310 CAR WASH-PKS & REC 0.00 18.9910100 125927 07/11/18 DBHANDCA DIAMOND BAR HAND CAR WAS 5205554 CAR WASH-P/WORKS 0.00 56.4310100 125927 07/11/18 DBHANDCA DIAMOND BAR HAND CAR WAS 5205556 CAR WASH-PKS & FACILI 0.00 87.9910100 125927 07/11/18 DBHANDCA DIAMOND BAR HAND CAR WAS 5204093 CAR WASH-POOL VEH 0.00 133.9210100 125927 07/11/18 DBHANDCA DIAMOND BAR HAND CAR WAS 5205230 CAR WASH-CODE ENFOR 0.00 134.986.4.bPacket Pg. 53
SUNGARD PENTAMATION INC PAGE NUMBER: 19DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNTTOTAL CHECK 0.00 432.3110100 125928 07/11/18 DBHANDCA DIAMOND BAR HAND CAR WAS 5205554 CAR WASH-P/WORKS 0.00 93.4310100 125928 07/11/18 DBHANDCA DIAMOND BAR HAND CAR WAS 5205556 CAR WASH-PKS & FACILI 0.00 69.9810100 125928 07/11/18 DBHANDCA DIAMOND BAR HAND CAR WAS 5205310 CAR WASH-PKS & REC 0.00 72.9610100 125928 07/11/18 DBHANDCA DIAMOND BAR HAND CAR WAS 5204093 CAR WASH-POOL VEH 0.00 189.89TOTAL CHECK 0.00 426.2610100 125929 07/11/18 DIANACHO DIANA CHO & ASSOCIATES 1255215 CDBG ADMIN SVCS-MAY 0.00 328.0010100 125929 07/11/18 DIANACHO DIANA CHO & ASSOCIATES 2505310 CDBG ADMIN SVCS-MAY 0.00 328.0010100 125929 07/11/18 DIANACHO DIANA CHO & ASSOCIATES 2505510 CDBG ADMIN SVCS-MAY 0.00 410.0010100 125929 07/11/18 DIANACHO DIANA CHO & ASSOCIATES 1255215 CDBG ADMIN SVCS-MAY 0.00 1,200.00TOTAL CHECK 0.00 2,266.0010100 125930 07/11/18 DONGLYLE KYLE DONG 001 FACILITY REFUND-DBC 0.00 200.0010100 125930 07/11/18 DONGLYLE KYLE DONG 001 FACILITY REFUND-DBC 0.00 850.00TOTAL CHECK 0.00 1,050.0010100 125931 07/11/18 DUNNSFEN DUNN’S FENCE COMPANY 0015350 TEMP FENCING-4TH JULY 0.00 1,500.0010100 125932 07/11/18 DYETTBHA DYETT & BHATIA, URBAN & 0155210 GEN PLAN UPDATE-APR 0.00 20,652.5010100 125933 07/11/18 EZAUTOMA EZ AUTOMATED SYSTEMS 0014093 MAINT SVCS-CITY HALL 0.00 349.2610100 125934 07/11/18 FEDEX FEDEX 0014030 EXPRESS MAIL-GENERAL 0.00 94.5910100 125935 07/11/18 FEHRPEER FEHR & PEERS 0015554 CONSULTANT SVCS-JUNE 0.00 8,849.7310100 125935 07/11/18 FEHRPEER FEHR & PEERS 0015551 CONFLUENCE PROJ-57/60 0.00 175.50TOTAL CHECK 0.00 9,025.2310100 125936 07/11/18 FRONTIER FRONTIER COMMUNICATIONS 0014070 PH.SVCS-ANALOG EMERG 0.00 802.6810100 125936 07/11/18 FRONTIER FRONTIER COMMUNICATIONS 0015556 PH.SVCS-HERITAGE ALAR 0.00 57.6810100 125936 07/11/18 FRONTIER FRONTIER COMMUNICATIONS 0014030 PH.SVCS-CMGR FAX 0.00 89.5210100 125936 07/11/18 FRONTIER FRONTIER COMMUNICATIONS 0015556 PH.SVCS-HERITAGE FAX 0.00 96.3310100 125936 07/11/18 FRONTIER FRONTIER COMMUNICATIONS 0014030 PH.SVCS-C/H ALARM 0.00 162.12TOTAL CHECK 0.00 1,208.3310100 125937 07/11/18 GOMERGER GERALD L GOMER 0015350 DAY CAMP SHIRTS 0.00 1,727.3610100 125938 07/11/18 GUANJUST JUSTIN GUAN 001 FACILITY REFUND-S/CYN 0.00 119.0010100 125938 07/11/18 GUANJUST JUSTIN GUAN 001 FACILITY REFUND-S/CYN 0.00 100.0010100 125938 07/11/18 GUANJUST JUSTIN GUAN 001 FACILITY REFUND-S/CYN 0.00 50.00TOTAL CHECK 0.00 269.0010100 125939 07/11/18 GJSINC GUARANTEED JANITORIAL SE 0015556 JANITORIAL SVCS-PARKS 0.00 1,327.1010100 125939 07/11/18 GJSINC GUARANTEED JANITORIAL SE 0015333 JANITORIAL SVCS-DBC 0.00 3,777.5410100 125939 07/11/18 GJSINC GUARANTEED JANITORIAL SE 0014093 JANITORIAL SVCS-C/HLL 0.00 6,713.34TOTAL CHECK 0.00 11,817.9810100 125940 07/11/18 HARKINST HARKINS INVESTMENTS LLC 0015350 SUMMER DAY CAMP-WK 9 0.00 400.0010100 125941 07/11/18 HERNDIAN DIANA HERNANDEZ 001 FACILITY REFUND-HRTGE 0.00 100.006.4.bPacket Pg. 54
SUNGARD PENTAMATION INC PAGE NUMBER: 20DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125942 07/11/18 INSPERIT INSPERITY 001 FACILITY REFUND-S/CYN 0.00 300.0010100 125943 07/11/18 JOEGONSA JOE A. GONSALVES & SON I 0014030 LEGISLATIVE SVCS-JULY 0.00 3,000.0010100 125944 07/11/18 UBALDOJO JORDI UBALDO 0015350 REIMB-EXCURSION 7/3 0.00 131.1610100 125945 07/11/18 LAMIRADA LA MIRADA REGIONAL AQUAT 0015350 SUMMER DAY CAMP-WK 8 0.00 1,644.5010100 125946 07/11/18 LAORETTI RACHEL HUERTA LAORETTI 001 FACILITY REFUND-S/CYN 0.00 100.0010100 125947 07/11/18 LEAGUE LEAGUE OF CALIFORNIA CIT 0014030 MEMBERSHIP DUES-18/19 0.00 1,412.2510100 125948 07/11/18 LEGASPIA APRIL LEGASPI 001 FACILITY REFUND-PNTRA 0.00 100.0010100 125949 07/11/18 LEONGALA ALAN LEONG 001 FACILITY REFUND-PNTRA 0.00 100.0010100 125950 07/11/18 MARCSHOT MARC SHOT THIS PHOTOGRAP 0014010 PHOTO-MAYOR 0.00 30.0010100 125950 07/11/18 MARCSHOT MARC SHOT THIS PHOTOGRAP 0014095 PHOTOGRAPHY SVCS-C/PK 0.00 300.0010100 125950 07/11/18 MARCSHOT MARC SHOT THIS PHOTOGRAP 0014095 PHOTOGRAPHY SVCS-C/PK 0.00 300.0010100 125950 07/11/18 MARCSHOT MARC SHOT THIS PHOTOGRAP 0014095 PHOTOGRAPHY SVCS-C/PK 0.00 300.00TOTAL CHECK 0.00 930.0010100 125951 07/11/18 MATTIERI RICK RAYMOND MATTIE 0014095 VIDEO SVCS-CONCERTS 0.00 750.0010100 125952 07/11/18 MCECORPO MCE CORPORATION 1385538 LANDSCAPE MAINT-# 38 0.00 5,002.0010100 125952 07/11/18 MCECORPO MCE CORPORATION 1415541 LANDSCAPE MAINT- #41 0.00 5,673.0010100 125952 07/11/18 MCECORPO MCE CORPORATION 1395539 LANDSCAPE MAINT- # 39 0.00 17,373.00TOTAL CHECK 0.00 28,048.0010100 125953 07/11/18 MBCLLC MICHAEL BALLIET CONSULTI 1155515 CONSULTANT SVCS-JUNE 0.00 1,785.0010100 125954 07/11/18 MOBILEIN MOBILE INDUSTRIAL SUPPLY 0015556 CYLINDER ARGON 0.00 8.0010100 125954 07/11/18 MOBILEIN MOBILE INDUSTRIAL SUPPLY 0015350 SUPPLIES-HELIUM 0.00 93.00TOTAL CHECK 0.00 101.0010100 125955 07/11/18 NIELSENR ROBERT LEE NIELSEN 0014095 VIDEO SVCS-CONCERTS 0.00 750.0010100 125956 07/11/18 OFFICESO OFFICE SOLUTIONS 0015510 SUPPLIES-P/WORKS 0.00 854.8910100 125956 07/11/18 OFFICESO OFFICE SOLUTIONS 0015220 SUPPLIES-BLDG & SFTY 0.00 1,662.0910100 125956 07/11/18 OFFICESO OFFICE SOLUTIONS 0015210 SUPPLIES-PLNG 0.00 489.6710100 125956 07/11/18 OFFICESO OFFICE SOLUTIONS 0014050 SUPPLIES-FINANCE 0.00 499.1210100 125956 07/11/18 OFFICESO OFFICE SOLUTIONS 0014440 SUPPLIES-EMER PREP 0.00 603.6610100 125956 07/11/18 OFFICESO OFFICE SOLUTIONS 0015333 SUPPLIES-DBC 0.00 243.5110100 125956 07/11/18 OFFICESO OFFICE SOLUTIONS 0014060 SUPPLIES-H/R 0.00 83.5410100 125956 07/11/18 OFFICESO OFFICE SOLUTIONS 0014030 SUPPLIES-CMGR 0.00 1,418.8510100 125956 07/11/18 OFFICESO OFFICE SOLUTIONS 0014030 SUPPLIES-ELECTIONS 0.00 113.0710100 125956 07/11/18 OFFICESO OFFICE SOLUTIONS 0015230 SUPPLIES-CODE ENFOR 0.00 63.6510100 125956 07/11/18 OFFICESO OFFICE SOLUTIONS 0015350 SUPPLIES-REC 0.00 64.64TOTAL CHECK 0.00 6,096.6910100 125957 07/11/18 PANCHALD DHAVAL PANCHAL 001 FACILITY REFUND-DBC 0.00 1,200.006.4.bPacket Pg. 55
SUNGARD PENTAMATION INC PAGE NUMBER: 21DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125957 07/11/18 PANCHALD DHAVAL PANCHAL 001 FACILITY CHRGS-DBC 0.00 -450.0010100 125957 07/11/18 PANCHALD DHAVAL PANCHAL 001 FACILITY CHRGS-DBC 0.00 -50.00TOTAL CHECK 0.00 700.0010100 125958 07/11/18 PAREDESR REGGIE PAREDES 001 FACILITY REFUND-REAGA 0.00 100.0010100 125959 07/11/18 PEREZROS ROSE PEREZ 001 FACILITY REFUND-M/HLL 0.00 100.0010100 125960 07/11/18 PSI PROTECTION ONE INC 0015556 ALARM SVCS-HERITAGE 0.00 162.2110100 125961 07/11/18 PUBLICFI PUBLIC FINANCE STRATEGIE 0014030 CONSULTANT SVCS-ELECT 0.00 6,500.0010100 125962 07/11/18 PUNBEN BEN PUN 001 FACILITY REFUND-PTRSN 0.00 81.0010100 125963 07/11/18 QUINNREN QUINN RENTAL SERVICES 0014093 EQ RENTAL-CITY HALL 0.00 707.3810100 125964 07/11/18 RFDICKSO R F DICKSON COMPANY INC 0015554 ST SWEEPING SVCS-JUNE 0.00 11,765.9210100 125965 07/11/18 RAGINGWA RAGING WATERS SAN DIMAS 0015350 SUMMER DAY CAMP-WK 9 0.00 2,766.9010100 125966 07/11/18 RAJANIRA RAVI RAJANI 001 RECREATION REFUND 0.00 345.0010100 125967 07/11/18 ROSSCREA ROSS CREATIONS 0015350 SOUND SYS-CONCERTS 0.00 750.0010100 125968 07/11/18 SGVCG SAN GABRIEL VALLEY COUNC 0014030 ANNL MEMBERSHP DUES 0.00 5,342.8510100 125968 07/11/18 SGVCG SAN GABRIEL VALLEY COUNC 1125553 ANNL MEMBERSHP DUES 0.00 20,000.00TOTAL CHECK 0.00 25,342.8510100 125969 07/11/18 SCMAF SCMAF 0015350 CONTRACT CLASS-SPRING 0.00 351.7510100 125970 07/11/18 SHAOJIE JIE SHAO 001 FACILITY REFUND-REAGA 0.00 100.0010100 125971 07/11/18 SIGALABE BERNIE SIGALA 001 FACILITY REFUND-DBC 0.00 1,050.0010100 125972 07/11/18 SIMPSONA SIMPSON ADVERTISING INC 0014095 GRAPHIC DESIGN SVCS 0.00 1,765.0010100 125972 07/11/18 SIMPSONA SIMPSON ADVERTISING INC 0014095 GRAPHIC DESIGN SVCS 0.00 6,778.38TOTAL CHECK 0.00 8,543.3810100 125973 07/11/18 SCAG SOUTHERN CALIFORNIA ASSC 0014030 ASSESSMENT DUES-18/19 0.00 5,751.0010100 125974 07/11/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 69.1910100 125974 07/11/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 82.9410100 125974 07/11/18 SCE SOUTHERN CALIFORNIA EDIS 0015333 ELECT SVCS-DBC 0.00 9,271.2810100 125974 07/11/18 SCE SOUTHERN CALIFORNIA EDIS 1385538 ELECT SVCS-DIST 38 0.00 49.8810100 125974 07/11/18 SCE SOUTHERN CALIFORNIA EDIS 1415541 ELECT SVCS-DIST 41 0.00 243.3010100 125974 07/11/18 SCE SOUTHERN CALIFORNIA EDIS 1395539 ELECT SVCS-DIST 39 0.00 425.4410100 125974 07/11/18 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 794.4010100 125974 07/11/18 SCE SOUTHERN CALIFORNIA EDIS 1385538 ELECT SVCS-DIST 38 0.00 699.2210100 125974 07/11/18 SCE SOUTHERN CALIFORNIA EDIS 0015556 ELECT SVCS-PARKS 0.00 3,964.06TOTAL CHECK 0.00 15,599.7110100 125975 07/11/18 STERICYC STERICYCLE INC 1155515 RECYCLE-DBC 0.00 290.616.4.bPacket Pg. 56
SUNGARD PENTAMATION INC PAGE NUMBER: 22DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 125976 07/11/18 TAITANDA TAIT AND ASSOCIATES INC 2505510 ST REHAB-AREA 6 RESID 0.00 1,101.2510100 125977 07/11/18 WINDMILL THE WINDMILL 1155515 AD-SMART GARDENING 0.00 400.0010100 125977 07/11/18 WINDMILL THE WINDMILL 1615516 AD-BEV CONTAINER 0.00 400.0010100 125977 07/11/18 WINDMILL THE WINDMILL 0014095 AD-CONCERTS MAY/JUN 0.00 1,000.00TOTAL CHECK 0.00 1,800.0010100 125978 07/11/18 TRANCHAR TRANSPORTATION CHARTER S 1125350 SUMMER DAY CAMP-WK 4 0.00 2,550.0010100 125978 07/11/18 TRANCHAR TRANSPORTATION CHARTER S 1125350 SUMMER DAY CAMP BUS 0.00 2,120.00TOTAL CHECK 0.00 4,670.0010100 125979 07/11/18 USDEPART U S DEPARTMENT OF EDUCAT 001 MISC PAYABLE-VARGAS 0.00 263.3310100 125980 07/11/18 URMINC UNITED RECORDS MANAGEMEN 0014070 OFF-SITE STORAGE-JUN 0.00 594.0010100 125981 07/11/18 USPSBULK UNITED STATES POSTAL SER 0014095 BUS REPLY ANL RENEWAL 0.00 225.0010100 125982 07/11/18 USHEALTH US HEALTHWORKS MEDICAL G 0014060 PRE-EMPLYMNT PHYSICAL 0.00 239.0010100 125983 07/11/18 WESTCOAS WEST COAST ARBORISTS INC 0015558 TREE MAINT SVCS-D#41 0.00 3,225.0110100 125983 07/11/18 WESTCOAS WEST COAST ARBORISTS INC 1415541 TREE MAINT SVCS-JUN 0.00 11,497.62TOTAL CHECK 0.00 14,722.6310100 125984 07/11/18 PAETECCO WINDSTREAM 0014070 TRUNKLINE SVCS-C/HALL 0.00 1,960.5910100 125985 07/11/18 WONGJEFF JEFF WONG 001 FACILITY REFUND-PTRSN 0.00 100.0010100 6222018 06/22/18 CALPERS CA PUBLIC EMPL RETIREMEN 0209915 ANNL POST EMP BENEFITS 0.00 84,591.0010100 PC 6/28 06/28/18 PETTYCAS PETTY CASH/DIANNA HONEYW 0015350 SUPPLIES 0.00 43.3010100 PC 6/28 06/28/18 PETTYCAS PETTY CASH/DIANNA HONEYW 1155515 MEETINGS 0.00 25.0010100 PC 6/28 06/28/18 PETTYCAS PETTY CASH/DIANNA HONEYW 0014010 MEETINGS 0.00 25.0010100 PC 6/28 06/28/18 PETTYCAS PETTY CASH/DIANNA HONEYW 0014030 MEETINGS 0.00 45.0010100 PC 6/28 06/28/18 PETTYCAS PETTY CASH/DIANNA HONEYW 0014065 SUPPLIES 0.00 41.0610100 PC 6/28 06/28/18 PETTYCAS PETTY CASH/DIANNA HONEYW 0014065 SUPPLIES 0.00 14.4310100 PC 6/28 06/28/18 PETTYCAS PETTY CASH/DIANNA HONEYW 0015230 SUPPLIES 0.00 27.35TOTAL CHECK 0.00 221.1410100 PP11-12 06/27/18 PERSHEAL PERS HEALTH 001 JULY 18-HEALTH INS PRE 0.00 48,795.3710100 PP11-12 06/27/18 PERSHEAL PERS HEALTH 0204060 JULY 18-RETIREE HEALTH 0.00 1,197.0010100 PP11-12 06/27/18 PERSHEAL PERS HEALTH 0014060 JULY 18-HEALTH INS PRE 0.00 178.98TOTAL CHECK 0.00 50,171.3510100 PP13/18 06/28/18 PERSRET1 PERS RETIREMENT 001 RETIRE CONTRIB-PEPRA 0.00 190.7410100 PP13/18 06/28/18 PERSRET1 PERS RETIREMENT 001 RETIRE CONTRIB-EE 0.00 230.0410100 PP13/18 06/28/18 PERSRET1 PERS RETIREMENT 001 SURVIVOR BENEFIT 0.00 8.00TOTAL CHECK 0.00 428.7810100 13/18-PP 06/28/18 VANTAGEP VANTAGEPOINT TRNSFR AGNT 001 6/29/18-P/R DEDUCTIONS 0.00 6,920.6710100 13/18-PP 06/28/18 VANTAGEP VANTAGEPOINT TRNSFR AGNT 001 6/29/18-LOAN DEDUCTION 0.00 3,403.64TOTAL CHECK 0.00 10,324.316.4.bPacket Pg. 57
SUNGARD PENTAMATION INC PAGE NUMBER: 23DATE: 07/11/2018 CITY OF DIAMOND BAR ACCTPA21TIME: 11:59:59 CHECK REGISTER - DISBURSEMENT FUNDSELECTION CRITERIA: transact.ck_date between ’20180614 00:00:00.000’ and ’20180711 00:00:00.000’ACCOUNTING PERIOD: 1/19 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT10100 13-PP 18 06/28/18 PAYROLL PAYROLL TRANSFER 001 P/R TRANSFER-13/PP 18 0.00 198,264.0210100 13-PP 18 06/28/18 PAYROLL PAYROLL TRANSFER 112 P/R TRANSFER-13/PP 18 0.00 4,807.7010100 13-PP 18 06/28/18 PAYROLL PAYROLL TRANSFER 113 P/R TRANSFER-13/PP 18 0.00 4,182.4010100 13-PP 18 06/28/18 PAYROLL PAYROLL TRANSFER 115 P/R TRANSFER-13/PP 18 0.00 12,757.4010100 13-PP 18 06/28/18 PAYROLL PAYROLL TRANSFER 138 P/R TRANSFER-13/PP 18 0.00 1,171.5510100 13-PP 18 06/28/18 PAYROLL PAYROLL TRANSFER 139 P/R TRANSFER-13/PP 18 0.00 678.0710100 13-PP 18 06/28/18 PAYROLL PAYROLL TRANSFER 141 P/R TRANSFER-13/PP 18 0.00 567.29TOTAL CHECK 0.00 222,428.4310100 PP 13/18 06/28/18 PERSRETI PERS RETIREMENT FUND 001 RETIRE CONTRIB-PEPRA 0.00 2,327.5510100 PP 13/18 06/28/18 PERSRETI PERS RETIREMENT FUND 001 RETIRE CONTRIB-PEPRA 0.00 26,805.9210100 PP 13/18 06/28/18 PERSRETI PERS RETIREMENT FUND 001 RETIRE CONTRIB-PEPRA 0.00 51.15TOTAL CHECK 0.00 29,184.6210100 PP-10/18 06/28/18 PERSRET1 PERS RETIREMENT 001 RETIRE CONTRIB-PEPRA 0.00 95.3710100 PP-10/18 06/28/18 PERSRET1 PERS RETIREMENT 001 SURVIVOR BENEFIT 0.00 2.00TOTAL CHECK 0.00 97.3710100 PP-13/18 06/28/18 TASC TASC 001 6/29/18-P/R DEDUCTIONS 0.00 1,240.70TOTAL CASH ACCOUNT 0.00 2,349,138.84TOTAL FUND 0.00 2,349,138.84TOTAL REPORT 0.00 2,349,138.846.4.bPacket Pg. 58
Agenda #: 6.5
Meeting Date: July 17, 2018
TO: Honorable Mayor and Members of the City Council
FROM: Daniel Fox, City Manager
TITLE: TREASURER'S STATEMENT FOR MAY 2018.
STRATEGIC
GOAL:
Responsible Stewardship of Public Resources
RECOMMENDATION:
Approve.
FINANCIAL IMPACT:
No Fiscal Impact.
BACKGROUND:
Per City policy, the Finance Department presents the monthly Treasurer’s Statement for
the City Council’s review and approval. This statement shows the cash balances with a
breakdown of various investment accounts and the yield to maturi ty from investments.
This statement also includes an investment portfolio management report which details
the activities of investments. All investments have been made in accordance with the
City’s Investment Policy.
PREPARED BY:
6.5
Packet Pg. 59
REVIEWED BY:
Attachments:
1. 6.5.a May 2018 Treasurer's Report
2. 6.5.b May 2018 Investment Portfolio Summary
6.5
Packet Pg. 60
6.5.a
Packet Pg. 61
6.5.a
Packet Pg. 62
6.5.b
Packet Pg. 63
6.5.b
Packet Pg. 64
6.5.b
Packet Pg. 65
6.5.b
Packet Pg. 66
Agenda #: 6.6
Meeting Date: July 17, 2018
TO: Honorable Mayor and Members of the City Council
FROM: Daniel Fox, City Manager
TITLE: ADOPTION OF ORDINANCE NO. 02 (2018), PURCHASING
ORDINANCE.
STRATEGIC
GOAL:
Responsible Stewardship of Public Resources
RECOMMENDATION:
Approve for second reading by title only, waive full reading and Adopt Ordinance No.
02(2018) - An Ordinance of the City Council of the City of Diamond Bar Revising the
City's Purchasing System Contained in Title 3 of the Diamond Bar Municipal Code by
Amending Chapter 3.24 Related to Purchasing and Adding a New Chapter 3.25 Related
to Public Projects.
BACKGROUND/DISCUSSION:
Ordinance No. 02 (2018) was introduced by the City Council on June 19, 2018. At that
meeting, the City Council also adopted Resolution No. 2018 -32 electing to participate in
the California Uniform Construction Cost Accounting Act (CUPCCA). The proposed
Ordinance would make revisions to the current Purchasing System. Chapter 3.24
would be revised to address only the procurement of goods and services. A new
Chapter 3.25 would be added address the procurement of Public Works projects,
including the implementation of CUPCCA. No changes have been made to the
Ordinance since it was introduced at the June 19, 2018 meeting.
PREPARED BY:
6.6
Packet Pg. 67
REVIEWED BY:
Attachments:
1. 6.6.a Purchasing Ordinance 02 (2018)
6.6
Packet Pg. 68
1 Ordinance No. 02 (2018)
ORDINANCE 02 (2018)
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR
REVISING THE CITY’S PURCHASING SYSTEM CONTAINED IN TITLE 3 OF THE
DIAMOND BAR MUNICIPAL CODE BY AMENDING CHAPTER 3.24 RELATED TO
PURCHASING AND ADDING A NEW CHAPTER 3.25 RELATED TO
PUBLIC PROJECTS
WHEREAS, the City has established a purchasing system in Chapter 3.24 of the
Diamond Bar Municipal Code to provide an efficient and cost-effective process for the
purchase of supplies, services, personal property and equipment; and
WHEREAS, Chapter 3.24 of the Diamond Bar Municipal Code also includes
procurement requirements for professional services and public projects; and
WHEREAS, the City desires to revise and amend Chapter 3.24 of the Diamond
Bar Municipal Code to provide additional procedural efficiencies in the procurement of
supplies, services, personal property, equipment, and professional services; and
WHEREAS, the City desires to be subject to and utilize the informal and formal
bidding procedures for public projects as provided for in the voluntary Uniform Public
Construction Cost Accounting Act, Public Contract Code 22000 et seq., provisions for
such are contained in a new Chapter 3.25 of the Diamond Bar Municipal Code.
NOW THEREFORE, the City Council of the City of Diamond Bar does hereby
ordain as follows:
Section 1. Title 3, Chapter 3.24 of the Diamond Bar Municipal Code is repealed
in its entirety and is replaced to read as follows:
Chapter 3.24
Purchasing
Sections:
3.24.010 Establishment of a Purchasing System
3.24.020 Definitions
3.24.030 Decentralized Purchasing
3.24.040 Purchasing Manager
3.24.050 Authority and Purchasing Limitations
3.24.060 General Requirements
3.24.070 Professional Services
3.24.080 Amendments and Change Orders
3.24.090 Exceptions to Purchasing Procedures
3.24.100 Local Preference
6.6.a
Packet Pg. 69
2 Ordinance No. 02 (2018)
3.24.110 Use of Recycled Materials
3.24.120 Surplus Personal Property
3.24.130 Compliance With Federal Requirements
3.24.140 Promulgation of Rules and Regulations by City Manager
Sec. 3.24.010. Establishment of a Purchasing System.
To establish efficient procedures for the purchase of supplies, services, personal
property, equipment, and professional services; to secure for the City supplies, services,
and equipment at the lowest cost commensurate with the quality needed and with due
consideration to usability; to exercise positive financial control over purchases; to clearly
define authority for the purchasing functions; to assure the quality of purchases; and to
buy without favor or prejudice, a purchasing system is adopted and shall control the
procedures for all purchases except as otherwise provided by law.
Sec. 3.24.020. Definitions.
As used in this Chapter, the following words and terms shall be defined as follows
unless the context indicates that a different meaning is intended:
Bid means the response submitted by a bidder to an invitation for bids issued by
the City for goods, services or public projects.
Budget Authority means that with the exception of emergency procedures, no
purchase shall be made without prior approval and appropriation in the City’s annual
budget.
Capital Asset means land, improvements to land, easements, buildings, building
improvements, vehicles, machinery, equipment, infrastructure and all other tangible
assets that are used in operations, cost in excess of $5,000 and that have initial useful
lives extending beyond one year.
Competitive Bidding means the process whereby bids are solicited from potential
bidders in accordance with applicable law to foster cost effective competition within the
private sector providing goods, services, or public projects to the City.
Contract means an agreement, in writing, between two or more persons with the
requisite authority, which creates an obligation to provide supplies, services, personal
property, equipment or professional services.
Encumbrance means a contingent liability and reservation of a budget
appropriation incurred as a result of the issuance of a purchase order and/or contract.
6.6.a
Packet Pg. 70
3 Ordinance No. 02 (2018)
Informal Bid or Quotation means a competitive bid that is submitted by a bidder for
procurement of goods or services for which formal bidding is not requi red.
Local Bidder/Vendor means a business, firm, or enterprise with fixed offices and
locally taxable distribution points within the City, which holds a valid business license
issued by the City, and bearing a street address within the City.
Personal property means any tangible property not including land or real estate,
including any furniture, fixtures or equipment. This includes but is not limited to vehicles,
equipment, and supplies.
Professional services means, but is not limited to, any type of services that may
be lawfully rendered including those of architects, attorneys, auditors, consultants,
engineers, physicians, accountants, information technology professionals or other
individuals or organizations possessing a high degree of professional, unique,
specialized, technical skill or expertise.
Purchase Requisition shall mean the City’s written request submitted to initiate the
procurement process for specified goods, services or a public project. Includes the
procurement of supplies, equipment and personal property, including leases or rentals of
such items.
Purchase order means the City’s written documentation provided to a vendor
formalizing the terms and conditions associated with the ordering of the goods, services,
or public project required by the City.
Responsive bid means a bid which meets all of the specifications set forth in the
request for a bid proposal.
Responsible bidder shall mean a bidder who submits a responsive bid, and has
furnished, when requested, information and data to prove that the bidder has the financial
resources, production or service facilities, service reputation and experience necessary
to make satisfactory delivery of supplies, materials, equipment or contractual services on
which the bids are made, and who has not violated, or attempted to violate, any provision
of this Chapter.
Services shall mean any and all services, with the exception of Professional
services as defined above, including but not limited to equipment service contracts.
Splitting shall mean dividing a purchase or contract into two or more parts in order
to avoid the provisions of this Chapter requiring work to be done by contract after
competitive bidding.
Sole Source means a non-competitive procurement decision whereby acceptable
justification exists to support public works or non-public works related purchases provided
by one particular supplier or contractor.
6.6.a
Packet Pg. 71
4 Ordinance No. 02 (2018)
Surplus Personal Property means any personal property that is no longer needed
or useable by the City.
Use Tax means the tax on the use, storage or consumption of personal property
in California which was purchased out of state.
Sec. 3.24.030. Decentralized Purchasing.
The purchase of supplies, services, personal property, equipment and professional
services is the responsibility of the individual departments making such purchases. It is
the responsibility of the Purchasing Manager described in Section 3.24.040 (a) to ensure
the adherence to the provisions prescribed in this Chapter.
Sec. 3.24.040. Purchasing Manager.
(a) Creation of Position of Purchasing Manager. There is hereby created the
position of Purchasing Manager, who shall be the City Manager or
designee.
(b) Power and duties.
(1) Purchasing Manager. The Purchasing Manager shall direct and
supervise the acquisition of all goods and services under this
Chapter and may delegate any of the powers and duties conferred
upon him/her as provided herein.
(2) Purchasing Agents. The Purchasing Manager may delegate the
responsibility for administering purchasing policies and procedures
to one or more Purchasing Agents. The authorized Purchasing
Agents may include:
i. Assistant City Manager
ii. Finance Director
iii. Public Works Director
iv. Community Development Director
v. Parks & Recreation Director
vi. Information Services Director
(3) Purchasing Delegates. The Purchasing Manager may delegate
authority to the Purchasing Agents to delegate authority to additional
individuals within their supervision who shall be authorized to make
purchases. Individuals delegated purchasing authority hereunder
6.6.a
Packet Pg. 72
5 Ordinance No. 02 (2018)
are referred to as “Purchasing Delegates” in accordance with the
following requirements:
i. A written list of Purchasing Delegates must be submitted to
the Finance Director and include the name and maximum
dollar purchasing authority authorized for each individual.
ii. A written list of Purchasing Delegates must be approved on
an annual basis or upon changes in employment status,
whichever is more frequent, by the City Manager, the Finance
Director and the Department Director.
iii. The Finance Director must maintain a written record of all
approved Purchasing Delegates.
Sec. 3.24.050. Authority and Purchasing Limitations.
Provided there is adequate unencumbered appropriation s in the account against
which the expenditure is to be charged, purchases of supplies, services, personal
property and equipment shall be as specified in Table 3.24A and subject to the following
provisions:
(a) Public Projects. Procurement of Public Projects is provided for in Chapter
3.25 of this Code.
Table 3.24A – Authority and Purchasing Limitations;
Supplies, Services, Property and Equipment
Purchase
Amount
Less than
$5,000
$5,000 – less
than $10,000
$10,000 – less
than $45,000
$45,000 or
more
Purchasing
Authority
Purchasing
Manager,
Agent or
Delegate
Purchasing
Manager or
Agent
Purchasing
Manager City Council
Competitive
Bids
Required
No Yes Yes Formal
Bid Type Quote Informal * Informal * Formal
Purchase
Order
Required
No Yes Yes Yes
Note: * When Informal bids are required, the Purchasing Manager or Purchasing Agent shall determine
which competitive bid process shall be utilized that is in the best interest of the City.
6.6.a
Packet Pg. 73
6 Ordinance No. 02 (2018)
(b) Professional Services. Procurement of Professional Services is provided
for in Section 3.24.070.
(c) Purchase Orders. Purchased orders are required when:
(1) A single item or aggregate purchase with an estimated value of five
thousand dollars ($5,000) or greater.
(2) When the Purchasing Manager, Purchasing Agent or Purchasing
Delegate expects to make multiple purchases with a single vendor
and such purchases are expected to exceed five thousand dollars
($5,000) within a fiscal year.
(d) Purchase Amount. The following provisions apply in determining the
purchasing authority identified in Table 3.24A:
(1) Cumulative Amounts. The amount of multiple purchases or contracts
from the same vendor shall be aggregated on a department basis for
each fiscal year.
(2) The splitting of purchases to circumvent the purchasing authority
thresholds shall be prohibited.
(3) Multi-Year Contracts. The total not to exceed amount for the entire
term of a multi-year contract shall be used to determine the Purchase
Amount and Purchasing Authority.
(4) Out of State Purchases. Out of State purchases for goods that would
normally incur sales tax charges must accrue use tax (at the same
rate as the current sales tax charged within Diamond Bar) and be
included in the calculation to determine the lowest responsible bidder
and/or amount.
(e) Competitive Bids Required. The following provisions shall apply in soliciting
competitive bids when required in Table 3.24A:
(1) A minimum of three (3) bids or quotes shall be obtained unless an
exception is granted pursuant to Section 3.24.090.
(2) The lowest responsible bidder shall be selected unless an exception
is granted pursuant to Section 3.24.090.
(3) The City reserves the right to reject all bids with or without cause,
abandon the purchase process, and/or start a new procurement
6.6.a
Packet Pg. 74
7 Ordinance No. 02 (2018)
process for the same or substantially the same purchase at any time
during the solicitation period.
(4) When bids are not required, it shall be the responsibility of the
Purchasing Delegate or Purchasing Agent to ensure that purchases
are procured at competitive rates.
(5) Nothing in the section precludes the solicitation of bids or quotes for
purchases that would otherwise not be required.
(6) Informal Bids.
i. Three competitive informal bids or quotes may be solicited from
vendors. The solicitation may either be a verbal or written format.
ii. Bids received from the vendor must be in writing.
iii. Written documentation of all bids received and the selection of the
lowest responsible bidder shall be submitted in a format prescribed
by the Finance Department and attached to the requisition to issue
a Purchase Order.
(7) Formal Bids.
i. To initiate the formal bids process, a written scope of work, with
the product description, and specifications or a Request for
Proposal which adequately describes the intended purchase
shall be prepared.
ii. Such written documentation shall be made, advertised on the
City’s bid system to solicit bids or quotes from qualified vendors.
In addition, such written documentation may also be sent to
vendors directly soliciting bids or quotes at the discretion of the
Department making the purchase.
ii. All written bids received by the stated submittal deadline shall be
reviewed for conformance with the written documentation. Any
deviations from the specifications shall be evaluated for
suitability, performance, longevity or unique needs of the City to
meet its intended purpose. Any bids or quotes determined to not
comply with the specifications may be rejected.
iii. Written documentation of all bids received and the selection of
the lowest responsible bidder shall be submitted in a format
prescribed by the Finance Department and attached to the
requisition to issue a Purchase Order.
6.6.a
Packet Pg. 75
8 Ordinance No. 02 (2018)
iv. Formal bids are awarded by the City Council.
Sec. 3.24.060. General Requirements.
(a) W-9 Requirement. A completed IRS Form W-9 is required for any vendor
not previously used for City purchases. This information must be validated
by the Finance Department before any purchases can be made with the
new vendor.
(b) Business License. Vendors, other than those whose services or supplies
are being procured by Purchase Order, shall have a valid City business
license when required prior to the approval of any purchase.
Sec. 3.24.070. Professional Services.
Provided there is adequate unencumbered appropriations in the account against
which the expenditure is to be charged, the provisions contained in Table 3.24B shall also
apply to the procurement of professional services, and be subject to the following
provisions:
(a) Competitive Bids Required. The following provisions shall apply in soliciting
competitive bids as required in Table 3.24B:
(1) A minimum of three (3) bids or quotes shall be obtained unless an
exception is granted pursuant to Section 3.24.090.
Table 3.24B – Authority and Purchasing Limitations;
Professional Services
Purchase Amount Less than $45,000 $45,000 or more
Purchasing Authority Purchasing Manager City Council
Bids Required Informal or Formal* Formal
Purchase Order
Required Yes Yes
Note: * When Informal or Formal bids are required, the Purchasing Manager or Purchasing
Agent shall determine which competitive bid process shall be utilized that is in the best
interest of the City.
6.6.a
Packet Pg. 76
9 Ordinance No. 02 (2018)
(2) Contracts for professional services shall be awarded on the basis of
demonstrated competence and professional qualifications
necessary for the satisfactory performance of services at the best
overall value to the City, and shall not be awarded solely on the
lowest cost.
(3) The City reserves the right to reject all bids with or without cause,
abandon the purchase process, and/or start a new procurement
process for the same or substantially the same purchase at any time
during the solicitation period.
(4) Informal Bids.
i. Informal bids or quotes for a professional service may be solicited
from firms or individuals in either a verbal or written format. Bids
received from a firm or individual must be in writing.
ii. Bids or quotes may be solicited from firms or individuals at the
discretion of the Department needing such professional services.
iii. Written documentation of all bids received and justification for the
selection of the firm or individual selected shall be submitted in a
format prescribed by the Finance Department and attached to the
requisition to issue a Purchase Order.
iv. Informal bids are awarded by the Purchasing Manager.
(5) Formal Bids.
i. A written scope of work and/or a Request for Proposal which
adequately describes the intended professional services desired,
any required qualifications, and the evaluation criteria shall be
prepared. Such written documentation shall be made available
on the City’s bid system to solicit bids or quotes from qualified
firms or individuals. In addition, such written documentation may
also be sent to firms or individuals directly soliciting bids or quotes
at the discretion of the Department needing such professional
services.
ii. All written bids received by the stated submittal deadline shall be
reviewed for conformance with the written documentation.
Evaluation of proposals received may be conducted by either an
individual or a review committee. Interviews may be conducted,
at the discretion of the City. Any deviations from the requested
6.6.a
Packet Pg. 77
10 Ordinance No. 02 (2018)
services shall be evaluated for suitability, performance, or unique
needs of the City to meet its intended purpose. Any bids or
quotes determined to not comply with the requested services may
be rejected.
iii. Written documentation of all bids received and
justification for the selection of the firm or individual
selected shall be submitted in a format prescribed by the
Finance Department and attached to the requisition to
issue a Purchase Order.
iv. Formal bids are awarded by the City Council.
Sec. 3.24.080. Amendments and Change Orders.
(a) Any change to a contract or approved purchase which results in a cost in
excess of the award amount shall be documented in writing. If an increase
in the contract amount results in a cumulative total contract amount of more
than $45,000, substantially changes the terms of a contract approved by
the City Council, or results in a cost in excess of the City Council award
amount plus any City Council approved contingencies, the change order or
contract amendment must be approved by the City Council as soon as staff
becomes aware as to avoid any delays in the project.
(b) The Purchasing Manager may approve change orders or amendments to
contracts approved by the City Council in an amount up to 10% of the
contract amount or $45,000 whichever is less; or an amount otherwise
authorized by the City Council.
(c) No change order may exceed budgetary authorization without City Council
approval.
(d) The cumulative amount of any contract or purchase order, plus a ll
amendments and change orders are subject to the approval authority set
forth in section 3.24.050.
Sec. 3.24.090. Exceptions to Bidding.
The bidding requirements contained in this Chapter may be waived upon
authorization of the Purchasing Manager or City Council for the following:
(a) Where sufficient or satisfactory bids cannot be reasonably obtained making
competitive bidding impossible or impractical.
6.6.a
Packet Pg. 78
11 Ordinance No. 02 (2018)
(b) The amount of the purchase has a total estimated value of less than five
thousand dollars ($5,000).
(c) Where the commodity or service can be obtained from only one vendor
provided that appropriate Sole Source documentation is provided and
approved on forms as established by the Finance Department.
(d) Where the price of the commodity or service is controlled by law such that
bidding would be unlikely to result in any cost savings.
(e) Annual maintenance contracts for existing products, services, equipment
and software provided there is an adequate appropriation included in the
adopted budget for such expense.
(f) When supplies, personal property, services or equipment can be more
efficiently or more cost efficient obtained through a cooperative purchasing
program with a federal, state, county, local or other government purchasing
program. Such purchases through a cooperative purchasing program shall
be authorized by resolution of the City Council.
(g) The bidding requirements for any other reason are specifically waived by
the City Council.
(h) Purchases made necessary from an emergency situation that poses an
immediate threat to public health, welfare or safety as determined by the
Purchasing Manager for which no time exists to seek City Council action or
approval, if such action or approval were otherwise required , subject to the
following:
(1) An emergency situation includes, but is not limited to:
i. A public disaster.
ii. An immediate need to prepare for national or local defense.
iii. A breakdown of machinery or an essential service
immediately affecting public health, safety or welfare.
(2) A report of the circumstances constituting the emergency and the
related purchases made shall be submitted to the Purchasing
Manager as soon as possible. The report will be filed with the City
Council and will be entered in the minutes of the Council at its next
regular meeting.
6.6.a
Packet Pg. 79
12 Ordinance No. 02 (2018)
Sec. 3.24.100. Local Preference.
In order to promote the economic health of the City and to encourage local
participation in the procurement process, every attempt shall be made to purchase
supplies, services, personal property and equipment from businesses located within the
City of Diamond Bar to the greatest extent possible, subject to the following:
(a) Local Preference. In awarding purchase orders and contracts for supplies
and equipment, the City may grant a preference of one percent (1%) of
taxable sales to local bidder/vendors in determining the lowest responsible
bidder.
(b) Identical Bids. If after applying the preference provided for in subsection (a)
of this section, identical bids are submitted by a local bidder/vend or and a
bidder who is not local, the contract shall be awarded to the local
bidder/vendor. Identical bids by two or more local bidder/vendors shall be
determined by the toss of a coin. In the event City Council approval is
required for the bid, this provision shall not apply and the City Council shall
award the bid in its discretion.
(c) Exceptions. Notwithstanding the foregoing, the provisions of this section
shall not apply under any of the following circumstances:
(1)When application of the provisions of this section is prohibited by
state or federal law or the requirements of a state or federal grant.
(d) Good Faith Effort to Contact Local Merchants. The City shall make a good
faith effort when soliciting bids for supplies or equipment to solicit bids or
proposals from local merchants.
(e) Purchasing Manager Authorization. The Purchasing Manager, or his or her
designee, may promulgate rules and regulations to implement the
provisions of this section.
(f) Enforcement and Penalties. In the event that the Purchasing Manager, or
his or her designee, makes a finding that a bidder for a contract has made
an intentional misstatement in order to obtain a local merchant preference
under regulations adopted pursuant to this section, the bidder may be
subject to any remedy available to the City at law or equity.
(1)A finding by the Purchasing Manager, or his or her designee, that a
bidder for a contract has made an intentional misstatement in order
to obtain a local merchant preference shall be regarded by the City
Council or Purchasing Manager, as the case may be, as a basis for
6.6.a
Packet Pg. 80
13 Ordinance No. 02 (2018)
determining whether the bidder is a responsible bidder for the
present contract or for future contracts.
(2)A bidder who has been disqualified as a responsible bidder by a
determination of the City Council, based on a finding by the
Purchasing Manager, or his or her designee, that the bidder made
an intentional misstatement in order to obtain a local merchant
preference, shall be disqualified from bidding on all contracts with the
City for a period of one year from the date of the disqualification, as
determined by the City Council or Purchasing Manager.
Sec. 3.24.110. Use of Recycled Materials.
(a) All departments shall purchase and use recycled products and recycled
materials when available unless determined by the City Manager to be
financially infeasible.
(b) The City may at its option require its contractors and consultants to use
recycled products in fulfilling contractual obligations.
Sec. 3.24.120. Surplus Personal Property.
Each department shall periodically review its equipment and inventory and
complete a surplus property list for items deemed surplus or have become obsolete or
worn out. The completed list shall be submitted to the Purchasing Manager. Upon
approval, a copy of the list shall also be given to the Finance Department in order to
remove any items on the fixed asset inventory list.
(a) Trade in. The Purchasing Manager or designee shall have the authority to
exchange for or trade in on new equipment surplus personal property.
(b) Sale. The Purchasing Manager shall have the authority to dispose of
surplus personal property by auction, sealed bids, for scrap or negotiated
sale, whichever in the Purchasing Manager’s judgment will provide the
maximum return to the City.
(c) Disposed as trash. When the cost of locating a buyer exceeds the
estimated sale price of surplus personal property or the item is obsolete or
worn out or of minimal value, the Purchasing Manager may recycle, destroy
or dispose of the item as trash.
(d) Disposed as gifts. The Purchasing Manager subject to the approval of the
City Council may give surplus personal property to another public agency ,
6.6.a
Packet Pg. 81
14 Ordinance No. 02 (2018)
special district such as a school district or library, or not for profit
organization to the extent the gift does not constitute a gift of public funds.
3.24.130. Compliance With Federal Requirements.
In addition to the provisions of this Chapter, the procurement of all contracts for
public projects that are funded in whole or in part with federal grant funds shall be subject
to applicable Uniform Administrative Requirements, Cost Principles, and Audit
Requirements for Federal Awards promulgated by the United States Office of
Management and Budget, 2 U.S. Code of Federal Regulations part 200.
3.24.140. Promulgation of Rules and Regulations by City Manager.
The City Manager shall have the power and authority to make such rules,
regulations and criteria as may be necessary to effect the provisions of this Chapter, and
to make such other reasonable rules and regulations as he or she may deem proper to
implement the provisions of this Chapter and which shall not be inconsistent with the
terms and provisions of this Chapter.
6.6.a
Packet Pg. 82
15 Ordinance No. 02 (2018)
Section 2. A new Chapter 3.25 entitled Public Projects is hereby established
within Title 3 of the Diamond Bar Municipal Code to read as follows:
Chapter 3.25
Public Projects
3.25.010 Purpose - Uniform Public Construction Cost Accounting Act
3.25.011 Definitions
3.25.020 Authority and Purchasing Limitations for Public Projects
3.25.021 Dollar Thresholds
3.25.030 Informal Bidding Procedures
3.25.040 Formal Bidding Procedures
3.25.050 Award of Contracts/Change Order for Public Projects
3.25.060 Review of Plans and Specifications
3.25.070 Emergencies
3.25.080 Compliance With Federal Requirements
3.25.090 Promulgation of Rules and Regulations by City Manager
3.25.010. Purpose - Uniform Public Construction Cost Accounting Act.
Contracts for public projects in the City shall be governed by applicable state laws,
including California Public Contract Code, Division 2, Part 1, and Division 2, Part 3, Local
Agency Public Construction Act. In addition, the City has elected to become subject to
the Uniform Public Construction Cost Accounting Act (Public Contract Code Section
22000 et seq.) and the contracting procedures set forth in Article 3 of the Act. The City
may procure public projects by force account, negotiated contract, purchase order,
informal bidding or formal bidding in accordance with the alternative procedures
authorized by the Act and the applicable dollar amount limitations set forth in Section
22032 of the Act, as it may be amended from time to time. All procedures set forth in this
chapter shall be interpreted in a manner consistent with state law.
3.25.011. Definitions.
As used in this Chapter, the following words and terms shall be defined as follows
unless the context indicates that a different meaning is intended:
Act means the Uniform Public Construction Cost Accounting Act (California Public
Contract Code Section 22000 et seq.).
Bid means the response submitted by a bidder to an invitation for bids issued by
the City for goods, services or public projects.
6.6.a
Packet Pg. 83
16 Ordinance No. 02 (2018)
Commission means the California Uniform Public Construction Cost Accounting
Commission established pursuant to Public Contract Code Section 22010.
Competitive Bidding means the process whereby bids are solicited from potential
bidders in accordance with applicable law to foster cost effective competition within the
private sector providing goods, services, or public projects to the City.
Encumbrance means a contingent liability and reservation of a budget
appropriation incurred as a result of the issuance of a purchase order and/or contract.
Facility shall have the same meaning as set forth in Section 22002 of the Act and
includes any plant, building, structure, ground facility, utility system (subject to the
limitation found in Public Contract Code Section 22002), real property, streets and
highways, or other public work improvement.
Informal Bid or Quotation means a competitive bid that is submitted by a bidder for
procurement of goods or services for which formal bidding is not required.
Force Account means work performed on public projects using internal resources,
including but not limited to labor, equipment, materials, supplies, and subcontracts of the
public agency.
Local Vendor Preference means a business, firm, or enterprise with fixed offices
and locally taxable distribution points within the City, which holds a valid business license
issued by the City, and bearing a street address within the City.
Maintenance Work shall have the same meaning as set forth in Public Contract
Code Section 22002. For the purpose of this chapter, maintenance work is not
considered a public project. Maintenance work includes:
(a) The routine, recurring, and usual work for the preservation or protection of
any publicly owned or operated facility for its intended purposes.
(b) Minor repainting.
(c) Resurfacing of streets and highways at less than one inch.
(d) Landscape maintenance including mowing, watering, trimming, pruning,
planting, replacement of plants, and servicing of irrigation and sprinkler
systems.
Public Project shall have the same meaning as set forth in Public Contract Code
Section 22002 and includes the following:
6.6.a
Packet Pg. 84
17 Ordinance No. 02 (2018)
(a) Construction, reconstruction, erection, alteration, renovation, improvement,
demolition, and repair work involving any publicly owned, leased, or
operated facility.
(b) Painting or repainting of any publicly owned, leased, or operated facility.
“Public project” does not include maintenance work as defined above.
Purchase Order means the City’s written document provided to a vendor
formalizing the terms and conditions associated with the ordering of goods, services, or
public project required by the City.
Responsible Bidder means a bidder who has demonstrated the capacity, and
experience to satisfactorily perform the public works contract, and bid meets all of the
specifications set forth in the request for bid proposal.
Splitting means dividing a purchase order or contract into two or more parts in
order to avoid the provisions of this Chapter requiring work to be done by contract after
competitive bidding.
3.25.020. Authority and Purchasing Limitations for Public Projects.
Subject to the provisions of this Chapter, provided there is adequate
unencumbered appropriation in the account against which the expenditure is to be
charged, procurement of public projects shall be as specified in Table 3.25.03A:
Table 3.25.03A - Authority and Purchasing Limitations;
Public Projects
Project Costs* Less than
$45,000 $45,000 - $175,000 More than
$175,000
Contract
Approval/Award
Authority
City Manager,
Public Works
Director/City
Engineer
City Manager City Council
Type of Bids
Required
Negotiations/
Quotes Informal Bid Formal Bid
Approval of
Plans/Specifications
Public Works
Director/City
Engineer
Public Works
Director/City
Engineer
City Council
Note: * Project Cost Limits are intended to correspond to the dollar thresholds set forth in Section
3.25.040 and Public Contract Code Section 22030. The Project Cost Limits set forth in Table 3.25.03A
shall be automatically adjusted administratively to reflect any adjustments in the dollar thresholds set
forth in Section 3.25.040.
6.6.a
Packet Pg. 85
18 Ordinance No. 02 (2018)
3.25.021. Dollar Thresholds.
(a) Public Projects of forty-five thousand dollars ($45,000) or less (or the current
amount specified in Section 22032(a) of the Act) may be performed by the
employees of the City by force account, by negotiated contact, or by purchase
order.
(b) Public projects of one hundred seventy-five thousand dollars ($175,000) or less
(or the current amount specified in Section 22032(b ) of the Act) may be let to
contract by informal bidding procedures as set forth in this chapter.
(c) Public projects of more than one hundred seventy-five thousand dollars
($175,000) (or the current amount specified in Section 22032(c) of the Act)
shall, except as otherwise provided in this chapter, be let to contract by formal
bidding procedures in accordance with Section 22037 of the Act and as set
forth in this Chapter.
(d) Public projects shall not be split or separated into smaller work orders or
projects for the purpose of evading the provisions of this Chapter requiring work
to be done by contract after competitive bidding.
3.25.030. Informal Bidding Notice Procedures.
(a) Every notice inviting informal bids shall describe the project in general terms
and how to obtain more detailed information about the project, and state the
time and place for the submission of bids.
(b) Notice to contractors shall be provided in accordance with either paragraph (1)
or (2) below, or both.
(1) A list of qualified contractors, identified according to categories of work,
shall be developed and maintained in accordance with the provisions of
Public Contract Code Section 22034 and criteria promulgate d from time
to time by the Commission. All contractors on the list for the category of
work being bid shall be mailed, faxed, or emailed a notice inviting
informal bids, unless the product or service is proprietary in nature such
that it can be obtained only from a certain contractor or contractors, in
which case the notice inviting informal bids may be sent exclusively to
such contractor or contractors. All mailing of notices to contractors
pursuant to this subdivision shall be completed no less than 10 calendar
days before bids are due.
(2) In addition to, or in lieu of, providing notice as provided in paragraph (1),
a notice inviting informal bids may be mailed, faxed, or emailed to all
6.6.a
Packet Pg. 86
19 Ordinance No. 02 (2018)
construction trade journals as specified by the Commission in
accordance with Public Contract Code Section 22036.
(3) In addition to the notice required by this section, the City Manager or his
or her designee may notify such additional contractors and/or
construction trade journals as he or she deems proper.
(c) If all bids received are in excess of $175,000, the City Council may, by adoption
of resolution by a four-fifths vote, award the contract, at $187,500 or less (or
the current amount specified in Section 22034(d) of the Act), to the lowest
responsible bidder, if it determines that the original cost estimate of the City
was reasonable.
3.25.040 Formal Bidding Notice Procedures.
(a) Every notice inviting formal bids shall state the time and place for the receiving
and opening of sealed bids and distinctly describe the project.
(b) The notice shall be published at least 14 calendar days before bid opening in
accordance with the requirements of Section 22037 of the Act.
(c) The notice inviting formal bids shall also be sent electronically, by either
facsimile or electronic mail and mailed to all construction traded journals as
specified by the Commission pursuant to Section 22036 of the Act. The notice
shall be sent at least 15 calendar days before the bid opening date.
(d) In addition to the notice required by this Section, the City Manager or his or her
designee may give such other notice as he or she deems proper.
(e) Formal sealed bids shall be submitted to the City Clerk with the bid number
written on the envelope where they will be date and time stamped. All bids
must be received and date and time stamped by the City Clerk’s clock on or
before the date and time due; late bids will be returned unopened. The City
Clerk shall publicly open all bids at the time and place stated in the public
notice. A tabulation of all bids shall be available for public inspection in the City
Clerk’s Office during regular business hours for a period of one year after bid
opening.
3.25.050. Award of Contracts/Change Orders for Public Projects.
(a) If a contract is awarded pursuant to the informal or formal bidding procedures,
it shall be awarded to the lowest responsible bidder. If two or more bids are
the same and the lowest, the City may accept the one it chooses.
6.6.a
Packet Pg. 87
20 Ordinance No. 02 (2018)
(b) The City Manager or his or her designee shall have the authority to award
contracts for public projects of one hundred seventy-five thousand dollars
($175,000) or less (or the current amount specified in Section 22032(b) of the
Act).
(c) Contracts for public projects of more than one hundred seventy-five thousand
dollars ($175,000) (or the current amount specified in Section 22032(c) of the
Act) shall be awarded by the City Council.
(d) The City Manager or his or her designee shall have the a uthority to approve
change orders to contracts for public projects up to and including ten percent
(10%) or $45,000, of the awarded contract amount, whichever is less.
(e) In its discretion, the City may reject any and all bids presented. Prior to
rejecting all bids, the City Manager or his or her designee shall first furnish a
written notice to the apparent low bidder informing the bidder of the City’s
intention to reject the bid. The notice shall be mailed at least two (2) business
days before the date in which the City intends to reject the bid. If after the first
invitation for bids all bids are rejected, after reevaluating its cost estimates of
the project, the City shall have the option of either of the following:
1. Abandoning the project or re-advertising for bids in the manner
described by this Chapter; or
2. By passage of a resolution by a four-fifths vote of the City Council
declaring the project can be performed more economically by the
employees of the City, having the project done by employees of
the City by force account without further complying with the Act.
(f) If no bids are received through either the formal or informal bidding procedure,
the project may be performed by the employees of the City by force account or
through a negotiated contract without further complying with this chapter.
3.25.060 Review of Plans and Specifications.
(a) The City Council shall adopt the plans, specifications, and working details for
all public projects of more than one hundred seventy-five thousand dollars
($175,000) (or the current amount specified in Section 22032(c) of the Act).
(b) The Public Works Director/City Engineer is authorized to and may adopt the
plans, specifications, and working details prepared for public projects of
$175,000 or less (or the current amount specified in Section 22032(b) of the
Act).
6.6.a
Packet Pg. 88
21 Ordinance No. 02 (2018)
3.25.070. Emergencies.
(a) In cases of emergency when repair or replacement are necessary, the City
may proceed at once to replace or repair any public facility without adopting
plans, specifications, or working details, or giving notice for bids to let contracts.
(b) In case of an emergency, it notice for bids to let contracts will not be given, the
City shall comply with Public Contract Code Section 22050.
3.25.080. Compliance With Federal Requirements.
In addition to the provisions of this chapter, the procurement of all contracts for
public projects that are funded in whole or in part with federal grant funds shall be subject
to applicable Uniform Administrative Requirements, Cost Principles, and Audit
Requirements for Federal Awards promulgated by the United States Office of
Management and Budget, 2 U.S. Code of Federal Regulations part 200.
3.25.09. Promulgation of Rules and Regulations by City Manager.
The City Manager shall have the power and authority to make such rules,
regulations and criteria as may be necessary to effect the provisions of this Chapter, and
to make such other reasonable rules and regulations as he or she may deem proper to
implement the provisions of this Chapter and which shall not be inconsistent with the
terms and provisions of this Chapter.
Section 3. If any section, clause, phrase, word or portion of this Ordinance is,
for any reason, held to be invalid or unconstitutional by the decision of any court of
competent jurisdiction, such decision shall not affect the validity of the remaining portions
of this Ordinance. The City Council hereby declares that it would have adopted this
Ordinance and each other section, clause, phrase, word or portion thereof, irrespective
of the fact that any one or more sections, subsections, subdivisions, clauses, phrases,
words, or portions thereof be declared invalid or unconstitutional.
Section 4. The City Clerk shall certify to the adoption of this Ordinance and shall
cause the same to be published as required by law.
__________________________
Ruth M. Low, Mayor
6.6.a
Packet Pg. 89
22 Ordinance No. 02 (2018)
ATTEST:
I, Tommye Cribbins, City Clerk of the City of Diamond Bar, California, do hereby
certify that the foregoing Ordinance was introduced at the regular meeting of the City
Council held on the 19th day of June 2018, and was duly passed, approved and adopted
at the regular meeting of the City Council held on the 17th day of July 2018, by the
following votes, to wit:
AYES: COUNCILMEMBERS:
NOES: COUNCILMEMBERS:
ABSENT: COUNCILMEMBERS:
ABSTAIN: COUNCILMEMBERS:
_______________________
Tommye Cribbins, City Clerk
6.6.a
Packet Pg. 90
Agenda #: 6.7
Meeting Date: July 17, 2018
TO: Honorable Mayor and Members of the City Council
FROM: Daniel Fox, City Manager
TITLE: THIRD AMENDMENT TO THE MAINTENANCE SERVICES
AGREEMENT TO PROVIDE GRAFFITI ABATEMENT SERVICES
THROUGH JUNE 30, 2019.
STRATEGIC
GOAL:
Safe, Sustainable & Healthy Community
RECOMMENDATION:
Approve, and authorize the Mayor to sign, the Third Amendment to Maintenance
Services Agreement with Woods Maintenance Systems, Inc., dba Graffiti Control
Systems ("GCS") granting a one-year extension to June 30, 2019, including a
Consumer Price Index increase of 3.9% for FY 2018-2019.
FINANCIAL IMPACT:
The total not-to-exceed amount set forth in the Third Amendment for FY 2018-2019 is
$36,300. Sufficient funds are included in the adopted FY 2018/2019 Budget for graffiti
removal services.
BACKGROUND/DISCUSSION:
On April 6, 1993, the City Council adopted Ordinance 02(1993) adding Chapter 8.20 to
the Diamond Bar Municipal Code authorizing the use of public funds to combat graffiti.
On July 1, 2015, the City entered into a Maintenance Services Agreement with GCS to
provide graffiti abatement services for FY 15/16 for a not-to-exceed amount of $34,944
and includes one-year extension options. The City thus far has exercised two extension
options, extending the agreement through FY 17/18 at the same not-to-exceed annual
fee set forth in the original Agreement.
For FY 18/19, GCS is requesting an annual compensation increase of $1,356 (i.e., $113
per month), for a total annual amount of $36,300. The requested increase is equivalent
to the current fiscal year’s published CPI of 3.9% for the L.A. region, which is the
maximum permissible annual increase under the terms of the Agreement.
6.7
Packet Pg. 91
Staff believes that the proposed amendment serves the public’s interests in a prudent
and fiscally responsible manner. GCS has provided consistently exemplary service to
citizens of Diamond Bar. GCS’s service technicians know where the City’s “hot spots”
are, and they often proactively remove all traces of a tagging incident before it is seen
by our residents. The requested compensation increase is the first since the current
Agreement was executed in July 2015, and conforms to the agreed-upon terms of the
Agreement. Based on their successful performance, it is recommended that the City
Council grant the one-year extension through June 30, 2019, including the requested
CPI increase.
LEGAL REVIEW:
The City Attorney has reviewed and approved the attached draft Third Amendment to
the Maintenance Services Agreement.
PREPARED BY:
Attachments:
1. 6.7.a GCS Third Amendment to Maintenance Services Agreement (2018)
2. 6.7.b Woods Maintenance Services FY 2018/19 fee increase request
6.7
Packet Pg. 92
C:\users\tommyec\appdata\roaming\iqm2\minutetraq\diamondbarca@diamondbarca.iqm2.com\work\attachments\2429.docx
THIRD AMENDMENT
TO
MAINTENANCE SERVICES AGREEMENT
This Third Amendment to Maintenance Services Agreement (“Third Amendment”) is
made and entered into as of July 1, 2018 by and between the City of Diamond Bar, a
municipal corporation (“City”), and Woods Maintenance Systems, Inc, a California
corporation, doing business as Graffiti Control Systems (“Contractor”), with reference to the
following:
A. The City and the Contractor entered into that certain Maintenance Services
Agreement dated as of July 1, 2015, which is incorporated herein by this reference (the
“Original Agreement”); and
B. The City and the Contractor entered into that certain First Amendment dated
as of July 1, 2016, which is incorporated herein by this reference (“First Amendment”); and
C. The City and the Contractor entered into that certain Second Amendment dated
as of July 1, 2017, which is incorporated herein by this reference (“Second Amendment”),
which Second Amendment, First Amendment and Original Agreement collectively are
referred to herein as the “Agreement;” and
D. The City and the Contractor desire to amend the Agreement as provided
herein.
NOW, THEREFORE, the parties hereby agree as follows:
1. Defined Terms. Except as otherwise defined herein, all capitalized terms used
herein shall have the meanings set forth for such terms in the Agreement.
2. Term. The term of the Original Agreement as set forth in Section 16.A therein
is from July 1, 2015 to June 30, 2016. The First Amendment extended the term of Original
Agreement to June 30, 2017. The Second Amendment extended the term of the Original
Agreement to June 30, 2018. This Third Amendment extends the term up to and including
June 30, 2019.
3. Compensation. The total not-to-exceed compensation set forth in Section 3
of the Original Agreement was the sum of THIRTY FOUR THOUSAND NINE HUNDRED
FORTY FOUR DOLLARS ($34,944). The First Amendment amended Section 3 of the
Original Agreement to provide for an increase of THIRTY FOUR THOUSAND NINE
HUNDRED FORTY FOUR DOLLARS ($34,944) so that the total not-to-exceed
compensation, as amended by the First Amendment, was increased to SIXTY NINE
THOUSAND EIGHT HUNDRED EIGHTY EIGHT ($69,888). The Second Amendment
amended Section 3 of the Original Agreement to provide for an increase of THIRTY FOUR
THOUSAND NINE HUNDRED FORTY FOUR DOLLARS ($34,944) so that the total not-to-
exceed compensation, as amended by the Second Amendment was increased to ONE
HUNDRED FOUR THOUSAND EIGHT HUNDRED THIRTY TWO DOLLARS ($104,832).
Section 3 of the Original Agreement is hereby amended to provide for an inc rease of THIRTY
SIX THOUSAND THREE HUNDRED Dollars ($36,300) so that the total compensation, as
6.7.a
Packet Pg. 93
amended by this Third Amendment shall not exceed ONE HUNDRED FORTY ONE
THOUSAND ONE HUNDRED THIRTY TWO Dollars ($141,132) without the prior
authorization of the City.
4. Integration. This Third Amendment and all attachments hereto (if any)
integrate all of the terms and conditions mentioned herein, and supersede all negotiations
between the parties with respect hereto. This Third Amendment amends, as set forth herein,
the Agreement and except as specifically amended hereby, the Agreement shall remain in
full force and effect. To the extent that there is any conflict or inconsistency between the
terms and provisions of this Third Amendment and the terms and provisions of the
Agreement, the terms and provisions of this Third Amendment shall control.
IN WITNESS hereof, the parties enter into this Third Amendment on the year and day
first written above.
“CONTRACTOR” “CITY”
WOODS MAINTENANCE SERVICES, INC. CITY OF DIAMOND BAR
dba GRAFFITI CONTROL SYSTEMS
*By: By:
Ruth M. Low, Mayor
Printed Name:
Title:
*By: ATTEST:
Printed Name:
Title:
City Clerk
APPROVED AS TO FORM:
City Attorney
*NOTE: If Consultant is a corporation, the City requires the following signature(s):
-- (1) The Chairman of the Board, the President or a Vice -President, AND (2) the Secretary, the
Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only
one corporate officer exists or one corporate officer holds more than one corporate office,
please so indicate. OR
-- The corporate officer named in a corporate resolution as authorized to enter into this
Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the
execution of the Agreement, must be provided to the City.
6.7.a
Packet Pg. 94
W
y
t
S
WOODS CA 741322
MAINTENANCE NV 58462
SERVICES, INC. AZ 282667
(0) 800.794.7384 7260 ATOLL AVENUE
(F) 818.764.2516 NORTH HOLLYWOOD, CA
www.graffiticontrol.com 91605
March 14, 2018
Ms. Stella Marquez
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765
Stella -
After considering the increase costs for salary, insurance, paint and other expenses over the
past 3 years, and keeping in mind you are a long time client, we have raised your monthly, 2-day
per week coverage, to $3,025 per month.
I trust that this nominal increase will be acceptable.
Thank you in advance.
Sincerely,
Jeff Woods
General Manager
6.7.b
Packet Pg. 95
Agenda #: 6.8
Meeting Date: July 17, 2018
TO: Honorable Mayor and Members of the City Council
FROM: Daniel Fox, City Manager
TITLE: TRAFFIC MITIGATION AGREEMENT BETWEEN THE SUCCESSOR
AGENCY TO THE INDUSTRY URBAN-DEVELOPMENT AGENCY,
THE CITY OF INDUSTRY, AND THE CITY OF DIAMOND BAR
REQUIRED FOR THE ENVIRONMENTAL IMPACT REPORTS FOR
THE GRAND CROSSING DEVELOPMENT (INDUSTRY EAST) AND
THE INDUSTRY BUSINESS CENTER (IBC).
STRATEGIC
GOAL:
Open, Engaged & Responsive Government
RECOMMENDATION:
Approve, and authorize the Mayor to sign, the Traffic Mitigation Agreement.
FINANCIAL IMPACT:
Upon full execution of the agreement and approval by the California Department of
Finance, the lump sum payment of $6,551,544 will be made to the City by the
Successor Agency to the Industry Urban-Development Agency (Successor Agency).
The lump sum fair share payment will be used to make improvements to inter sections
identified within the Agreement and will be programed in future Capital Improvement
Program (CIP) Budgets.
BACKGROUND/DISCUSSION:
The Successor Agency is the owner of the property located at Grand Ave. and the
intersections of State Route 57 and 60 in the City of Industry as depicted in Attachment
1 of the Traffic Mitigation Agreement (Agreement). In 2000 the City of Industry
(Industry) certified an Environmental Impact Report (EIR) and adopted a Mitigation
Monitoring Program (MMP) for the Industry East (IE) Project for the development of an
Industrial Park on the property owned by the Successor Agency. In 2004 Industry
certified an EIR and adopted an MMP for the Industry Business Center (IBC) for the
development of industrial, retail and office space also located on the property.
6.8
Packet Pg. 96
Industry, as the lead agency of the EIR, is responsible for making sure the measure s
identified to mitigate the traffic impacts are implemented through construction of the
projects identified in the Agreement or a fair share payment. As the owner of the IBC
and IE properties the Successor Agency is responsible to comply with the MMP
adopted by Industry.
The MMP for both the IE and the IBC Projects identified various traffic improvements
within the City to mitigate traffic impacts by the two developments. The fair share cost
percentages were also identified for payment by the IE and IBC Projects for the
proposed mitigation measures at thirty (30) intersections. Attachment 2 of the
Agreement identifies the full list of mitigation measures at each impacted intersection.
Some intersections were identified to have impacts by both Projects. Refer to Exhibit
“A” for locations of intersections within the City.
Engineering cost estimates were prepared for each of the mitigation measures identified
in the respective Project EIR’s and the fair share percentages identified in the certified
EIR’s were applied to the estimates. The final financial obligation of the Successor
Agency to the City for the identified m itigation measures is $6,551,544. In addition to
the lump sum fair share payment, the Successor Agency is also contributing significant
funds towards freeway improvement projects to meet mitigation requirements for the IE
and IBC Projects. The projects by the Successor Agency to mitigate traffic impacts are:
SR 60 Partial Diamond Interchange at Lemon Ave. (Currently under construction)
SR60 WB On-Ramp at Grand Ave. (SR 57/60 Confluence Project-Phase I and
currently under construction)
SR 60 WB Off-Ramp and Auxiliary Lane at Grand Ave. (SR57/60 Confluence
Project Phase IIB Construction Completed)
Grand Ave. at Golden Springs Drive Intersection Improvements (SR 57/60
Confluence Project Phase IIA and under final design with construction to
commence in 2019)
The City of Industry and its Successor Agency approved the Agreement at a joint
meeting of June 21, 2018. Staff recommends approval of the Agreement and the
payment of $6,551,544 as a fair share payment for traffic mitigation measures required
by the IE and IBC Projects.
LEGAL REVIEW
The City Attorney has reviewed and approved the proposed Traffic Mitigation
Agreement.
PREPARED BY:
6.8
Packet Pg. 97
Attachments:
1. 6.8.a Traffic Mitigation Agreement
2. 6.8.b Exhibit "A"
6.8
Packet Pg. 98
1303784.1
TRAFFIC MITIGATION AGREEMENT BETWEEN THE
SUCCESSOR AGENCY TO THE INDUSTRY URBAN-DEVELOPMENT AGENCY, THE
CITY OF INDUSTRY, AND THE CITY OF DIAMOND BAR
This TRAFFIC MITIGATION AGREEMENT (“Agreement”), is made and effective
as of June______ , 2018 (“Effective Date”), between the Successor Agency to the
Industry Urban-Development Agency, a public body (“Agency”), the City of Industry, a
municipal corporation (“Industry”), and the City of Diamond Bar, a municipal corporation
(“Diamond Bar”). Agency, Industry and Diamond Bar are hereinafter collectively referred
to as the “Parties”, and individually as “Party”.
RECITALS
WHEREAS, the Agency is the owner of certain real property generally located at
Grand Avenue and the intersections of State Routes 60 and 57, in the City of Industry
and as depicted in Attachment 1, which is incorporated herein by reference (“Property”);
and
WHEREAS, in or about 2000, Industry certified an Environmental Impact Report
(“IE EIR”) pursuant to the California Environmental Quality Act (Cal. Pub. Resources Code
§§ 21000, et seq.) (“CEQA”) for the Industry East (“IE”) Project, for the development of an
industrial park at the Property; and
WHEREAS, as part of the IE EIR, in or about 2000, Industry adopted a Mitigation
Monitoring Program (“IE MMP”) for the IE Project to ensure the implementation of
measures to mitigate the environmental impacts of the IE Project; and
WHEREAS, in or about 2004, Industry certified an Environmental Impact Report
(“IBC EIR”) pursuant to CEQA for the Industry Business Center East (“IBC”) Project, for the
development of industrial, retail and office space at the Property; and
WHEREAS, in or about 2004, Industry adopted a Mitigation Monitoring Program
(“IBC MMP”) for the IBC Project, to ensure the implementation of measures to mitigate
the environmental impacts of the IBC Project; and
WHEREAS, in or about April 2005, the Agency entered into a lease agreement
with Industry East Land, LLC. (“Lease”) for the Property, which permits Industry East
Land, LLC to manage and develop the IE and IBC Projects at the Property; and
WHEREAS, pursuant to the terms of the Lease, the Agency is required to provide
the mitigation identified in the IE and IBC EIRs, to satisfy the requirements of CEQA, the
EIRs and the MMPs; and
WHEREAS, the IE and IBC EIRs set forth various traffic improvements to be
constructed within Diamond Bar and the fair share cost percentages to be paid by the IE
and IBC Projects for the construction of other traffic improvements ("Projects' Traffic
Mitigation"), which Projects' Traffic Mitigation is set forth in Attachment 2, entitled "List of
Traffic Mitigation Measures", and is hereby incorporated herein by reference; and
6.8.a
Packet Pg. 99
1303784.1
WHEREAS, Attachment 2 sets forth the fair share payments to be made by the IE
and IBC Projects for implementation of the Projects' Traffic Mitigation , which payments
total $6,551,544 (hereafter, “Projects' Mitigation Payment"); and
WHEREAS, the Parties desire to enter into this Agreement to fulfill the Projects'
Traffic Mitigation requirements, through a lump sum payment to Diamond Bar of the
Projects' Mitigation Payment, and completion of those traffic improvement projects by the
Agency in Section 3 below.
NOW, THEREFORE, for and in consideration of the mutual covenants and
conditions herein contained, Agency, Industry and Diamond Bar agree as follows:
1. TERM
This Agreement shall commence on the Effective Date, and shall remain and continue
in effect until tasks described herein are completed, unless sooner terminated pursuant to the
provisions of this Agreement.
2. AGENCY’S RESPONSIBILITIES
As fulfillment of its percentage of mitigation responsibilities located in Diamond Bar
for the IE and IBC Projects, Agency is responsible for the following items:
(a) Agency shall pay to Diamond Bar the Projects' Mitigation Payment within 30
days following the approval of this Agreement by the California Department of Finance.
The Projects' Mitigation Payment shall serve as full satisfaction of all payments required
by the IE and IBC EIRs and as further identified in Attachment 2.
(b) Construction of the following projects shall satisfy the Agency's
corresponding required Projects' Traffic Mitigation set forth in Attachment 2:
i. Lemon Avenue Ramps Project (currently under construction ) shall
satisfy the following Projects' Traffic Mitigation -- Nos. 5, 22 and 23 of
IBC and Nos. 5, 6 and 7 of IE.
ii. Grand Avenue at SR-60 WB Off-ramp Project (currently under
construction) shall satisfy the following Projects' Traffic Mitigation --
Nos. 9 and 10 of IE and Nos. 30 and 31 of IBC.
iii. Grand Avenue at SR-60 WB On-ramp Project (currently under
construction) shall satisfy the following Projects' Traffic Mitigation --
Nos. 9 and 10 of IE and Nos. 30 and 31 of IBC.
iv. Grand Avenue at Golden Springs Road (Currently under final design
as an early phase of SR 57/60 Confluence Project) shall satisfy the
following Projects' Traffic Mitigation -- No. 19 of IBC and No. 8 of IE.
6.8.a
Packet Pg. 100
1303784.1
3. DIAMOND BAR’S RESPONSIBILITIES
(a) By signing this Agreement Diamond Bar agrees that upon payment of the
Projects' Mitigation Payment and construction of the projects identified in Section 3 above,
that the Projects' Traffic Mitigation as set forth in the IE and IBC EIRs is fully satisfied and
Agency and Industry shall then be relieved of any further CEQA mitigation obligations located
in Diamond Bar related to the IE and IBC Projects.
(b) Upon acceptance of the Projects' Mitigation Payment, Diamond Bar shall be
responsible for the planning, design, and construction of all projects listed in Attachment No.
2 which identify a fair share project obligation.
4. FULFILLMENT OF OBLIGATIONS UNDER CEQA
The Parties hereby acknowledge and agree that upon receipt of the Projects Mitigation
Payment and the Agency’s construction of the Construction Projects identified in Section 3
above, Agency and Industry shall be deemed to have fully satisfied, and completed, all of its
mitigation measures located in Diamond Bar for the IE and IBC projects, as memorialized
in Attachment 1. Agency and Industry shall then be relieved of any further CEQA mitigation
obligations located in Diamond Bar related to the IE and IBC Projects.
5. TIME OF PERFORMANCE; TERMINATION
(a) In the event that any Party defaults in the performance of any of its obligations
under this Agreement or materially breaches any of the provisions of this Agreement, the non-
defaulting Party shall have the option to terminate this Agreement upon 30 days written notice
or exercise any other remedy it may have under applicable law, including specific
performance.
6. RELEASE OF CLAIMS
In consideration of this Agreement, the Parties, which includes their respective officials,
employees and agents, hereby release and forever discharge each other from any and all
claims, losses, liabilities, damages, fines, penalties, actions, causes of action, judgments,
costs and expenses (including, without limitation, attorneys’ fees and costs) (collectively
“Claims”) the Parties may have under CEQA or any other legal theory relating to fulfillment
of the Projects' Traffic Mitigation. The Parties expre ssly agree that this Agreement fulfills
and fairly mitigates all traffic impacts from the IE and IBC Projects within Diamond Bar and
any mitigation measures located in Diamond Bar and that they shall not assert or encourage
any third parties to assert any Claims to the contrary; provided that Diamond Bar does not
waive any Claims it may have if the IE or IBC Projects are modified in a manner that creates
additional significant traffic impacts to Diamond Bar not addressed in the IE and/or IBC EIRs
or MMPs. To the extent applicable, each of the Parties expressly waives any rights or
benefits under Civil Code § 1542, which provides as follows:
6.8.a
Packet Pg. 101
1303784.1
“A general release does not extend to claims which the creditor does
not know or suspect to exist in his or her favor at the time of executing the
release, which if known by him or her must have materially affected his or her
settlement with the debtor.”
In connection with this waiver, each of the Parties acknowledges that Claims and
facts in addition to or different from those which are now known or believed to exist may
hereafter be discovered with respect to the subject matter of this Agreement or the other
Parties hereto.
7. INDEMNIFICATION
Diamond Bar shall indemnify, protect, defend and hold harmless the Agency and Industry,
and any and all of their officials, employees and agents (“Indemnified Parties”) from and
against any and all claims, losses, liabilities, damages, fines, penalties, actions, causes of
action, judgments, costs and expenses (including, without limitation, attorneys’ fees and
costs) (collectively “Claims”) arising out of or relating to the Projects Mitigation Payment. If
any action or proceeding is brought against the Agency and/or Industry arising out of or
relating to the Projects Mitigation Payment, Diamond Bar, upon notice from the Agency
and/or Industry, must defend the Agency and Industry at Diamond Bar’s expense by counsel
acceptable to the Agency and Industry, such acceptance not to be unreasonably withheld ,
provided that the indemnity and defense obligations shall not apply to any claim that the
Projects Mitigation Payment was unlawful. The indemnity obligations of Diamond Bar in this
Section 7 will survive the expiration or termination of this Agreement.
8. NOTICES
Any notices which any Party may desire to give to the other Party under this Agreement
must be in writing and may be given either by (i) personal service, (ii) delivery by a reputable
document delivery service, such as but not limited to, Federal Express, which provides a
receipt showing date and time of delivery, or (iii) mailing in the United States Mail, certified
mail, postage prepaid, return receipt requested, addressed to the address of the party as set
forth below or at any other address as that party may later designate by notice:
To Agency/Industry: Successor Agency to the Industry Urban
Development Agency
15625 E. Stafford, Suite 100
City of Industry, CA 91744
Attention: Executive
Director/City Manager
With a Copy To: James M. Casso, City Attorney
Casso & Sparks, LLP
13200 Crossroads Parkway North, Suite 345
City of Industry, CA 91746
To Diamond Bar: City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765
Attention: City Clerk
6.8.a
Packet Pg. 102
1303784.1
With a Copy To: David DeBerry, City Attorney
Woodruff, Spradlin & Smart
555 Anton Boulevard, Suite 1200
Costa Mesa, CA 92626
9. ASSIGNMENT
The rights and obligations of the Parties under this Agreement may not be assigned or
transferred without the prior written consent of the other party or Parties, which consent may
be withheld in such Party’s reasonable discretion due to the unique, personal rights and
obligations under this Agreement.
10. GOVERNING LAW/ATTORNEYS’ FEES
The Parties understand and agree that the laws of the State of California shall govern
the rights, obligations, duties, and liabilities of the parties to this Agreement and also govern
the interpretation of this Agreement. Any litigation concerning this Agreement shall take place
in the municipal, superior, or federal district court in Los Angeles County, California. If any
action at law or suit in equity is brought to enforce or interpret the provisions of this Agreement,
or arising out of this Agreement, the prevailing party shall be entitled to reasonable attorneys'
fees and all related costs, including costs of expert witnesses and consultants, as well as
costs on appeal, in addition to any other relief to which it may be entitled.
11. ENTIRE AGREEMENT
This Agreement contains the entire understanding between the Parties relating to the
obligations of the Parties described in this Agreement. All prior or contemporaneous
agreements, understandings, representations, and statements, oral or written and pertaining
to the subject of this Agreement or with respect to the terms and conditions of this Agreement,
are merged into this Agreement and shall be of no further force or effect. Each Party is
entering into this Agreement based solely upon the representations set forth herein and upon
each Party's own independent investigation of any and all facts such Party deems material.
12. SEVERABILITY
If any term or provision of this Agreement or the application thereof to any person
or circumstance shall, to any extent, be invalid or unenforceable, then such term or
provision shall be amended to, and solely to, the extent necessary to cure such invalidity
or unenforceability, and in its amended form shall be enforceable. In such event, the
remainder of this Agreement, or the application of such term or provision to persons or
circumstances other than those as to which it is held invalid or unenforceable, shall not
be affected thereby, and each term and provision of this Agreement shall be valid and be
enforced to the fullest extent permitted by law.
13. COUNTERPARTS
This Agreement may be executed in multiple counterparts, each of which shall be
deemed an original, but all of which taken together shall constitute one and the same
6.8.a
Packet Pg. 103
1303784.1
instrument.
14. CAPTIONS
The captions appearing at the commencement of the sections hereof, and in any
paragraph thereof, are descriptive only and shall have no significance in the interpretation
of this Agreement.
15. WAIVER
The waiver by Agency, Industry or Diamond Bar of any breach of any term,
covenant or condition herein contained shall not be deemed to be a waiver of such term,
covenant or condition or of any subsequent breach of the same or any other term,
covenant or condition herein contained. No term, covenant or condition of this Agreement
shall be deemed to have been waived by Agency, Industry or Diamond Bar unless in
writing.
16. REMEDIES
Each right, power and remedy provided for herein or now or hereafter existing at
law, in equity, by statute, or otherwise shall be cumulative and shall be in addition to every
other right, power, or remedy provided for herein or now or hereafter existing at law, in
equity, by statute, or otherwise. The exercise, the commencement of the exercise, or the
forbearance of the exercise by any Party of any one or more of such rights, powers or
remedies shall not preclude the simultaneous or later exercise by such Party of any of all
of such other rights, powers or remedies.
17. AUTHORITY TO EXECUTE THIS AGREEMENT
The person or persons executing this Agreement represent and warrant that he/she
has the authority to execute this Agreement on behalf of his/her respective party, and has the
authority to bind his/her respective party to the performance of its obligations hereunder.
(SIGNATURES ON FOLLOWING PAGE)
6.8.a
Packet Pg. 104
1276115.11303784.1
IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be
executed as of the Effective Date.
“AGENCY”
Successor Agency to the Industry Urban-
Development Agency
By:
Mark D. Radecki, Chairman
“DIAMOND BAR”
City of Diamond Bar
By:
Ruth M. Low, Mayor
Attest:
By:
Diane M. Schlichting, Agency
Secretary
Attest:
By:
Tommye A. Cribbins, City Clerk
Approved as to form:
By:
James M. Casso, Agency General
Counsel
Approved as to form:
By:
David A. DeBerry, City Attorney
“INDUSTRY”
City of Industry
By: _______________________________
Mark D. Radecki, Mayor
Attest:
By: ________________________________
Diane M. Schlicting, City Clerk
Approved as to form:
By: _______________________________
James M. Casso, City Attorney
6.8.a
Packet Pg. 105
6.8.a
Packet Pg. 106
1 of 9
ATTACHMENT 2
LIST OF TRAFFIC MITIGATION MEASURES
Traffic Mitigation as part of Industry East (IE):
1) Grand Avenue at Diamond Bar Boulevard
• Synchronize with adjacent signals.
• Add 1 NB thru, right turn overlap phasing on Grand Avenue.
• Add 2 SB thru lanes with right turn overlap on Grand Avenue, 1 EB thru, free
right turn on Diamond Bar Boulevard.
• Add 1 WB thru lane with right turn overlap phasing on Diamond Bar Boulevard.
• Total Project Cost: $13,221,000.00
• Project Obligation: 8.24%=$1,089,410.40.
2) Brea Canyon Road at Lycoming Road
• Install protected phasing and synchronize with adjacent signals.
• Add 1 NB left turn, 1 thru lane on Brea Canyon Road.
• Add 1 SB thru lanes on Brea Canyon Road.
• Add 1 WB left turn lane on Lycoming Road.
• Add 1 EB right turn lane on Lycoming Road.
• Total Project Cost: $4,616,000.00
• Project Obligation: 48.85%=$2,254,916.00.
3) Brea Canyon Road at Pathfinder Road
• Add 1 EB left turn Lane on Pathfinder Road.
• North/South Split Phase.
• Total Project Cost: $398,000.00
• Project Obligation: 15.05%=$59,899.00.
4) Brea Canyon Road at Washington Street
• Add 1 NB right turn overlap phasing on Brea Canyon Road.
• Add 1 SB thru on Brea Canyon Road.
• Add 1 WB left turn lane and right turn overlap phasing on Washington
North/South protected phasing and signal coordination.
• Project Obligation: Grade separated as part of Brea Canyon Road Grade
Separation Project.
5) Brea Canyon Road at SR-60 Westbound Ramps
• Add 1 SB thru, 1 free right turn lane on Brea Canyon Road.
• Add 1 WB free right turn lane on the WB Ramp.
• Signal Coordination.
• Project Obligation: Mitigated by the Lemon Avenue Ramps project.
6.8.a
Packet Pg. 107
2 of 9
6) SR-60 Eastbound Ramps at Golden Springs Drive
• Add SB left turn on EB ramp, 1 EB left turn lane on Golden Springs Drive.
• Add 1 WB thru, 1 right turn lane with right turn overlap on Golden Springs
Drive.
• Signal Coordination.
• Project Obligation: Mitigated by the Lemon Avenue Ramps project.
7) Brea Canyon Road at Golden Springs Drive
• Add 1 NB left turn, right turn overlap phasing, add 1 SB right turn overlap
phasing on Brea Canyon Road.
• Add 1 EB thru lane on Golden Springs Drive.
• Add 1 WB left turn, 1 thru, 1 right turn with overlap phasing on Golden Springs
North/South Protected Phasing.
• Project Obligation: Mitigated by the Lemon Avenue Ramps project.
8) Grand Avenue at Golden Springs Drive
• Add 1 NB thru, 1 right turn lane on Grand Avenue*.
• Add 1 SB thru*, 1 right turn lane on Grand Avenue*.
• Add 1 EB left turn, 1 thru lane*, 1 right turn lane with right turn overlap on
Golden Springs Road.
• Add 1 WB left turn*, 1 thru, 1 right turn lane with right turn overlap on Golden
Springs Road.
• Signal Coordination.
• Project Obligation: Mitigated by the SR 57/60 Confluence Project and the
Grand Avenue at Golden Springs Road Construction Project. *Italicized and
starred items were determined to not be needed due to the construction of the
full SR57/60 Confluence Project
9+10) Grand Avenue at SR-60 WB Ramps
• Add 2 NB thru lane on Grand Avenue with signal coordination.
• Add 1 SB thru, 1 right turn lane on Grand Avenue.
• Add 1 EB right turn, right turn overlap phasing.
• Add 1 WB left turn, 1 thru, 1 right turn on WB off ramps.
Grand Avenue at SR-60 EB Ramps
• Add 2 NB thru, 1 right turn lane on Grand Avenue.
• Add 1 SB left turn, 1 thru lane on Grand Avenue.
• Add 1 EB left turn, 1 right turn lane on SR-60 EB off ramp.
• Signal Coordination.
• Project Obligation: These two intersection mitigations would require the
widening of the Grand Avenue bridge over the SR 57/60. This widening is not
technically feasible until the full SR 57/60 Confluence Project is constructed.
6.8.a
Packet Pg. 108
3 of 9
So the alternative mitigation is for the Agency to pay for the design and
construction of the construction projects noted in Section 3 (b) of this
Agreement using bond proceeds and available grant funds. Any remaining
bond proceeds will be used to further the design of the SR 57/60 Confluence
Project.
Traffic Mitigation as part of Industry Business Center (IBC):
1) Diamond Bar Boulevard at Grand Avenue
• 2015: Restripe the NB approach to provide two left-turn lanes, three through
lanes, and one free-flow right-turn lane. Widen the EB departure to
accommodate the NB free-flow right-turn lane. Additional ROW (11 feet) is
required from the existing parking lot on the south side of Grand Avenue.
• 2025: None.
• Total Project Cost: $79,000.00.
• Project Obligation: 9.2%=$7,268.00.
2) Brea Canyon Road West at Pathfinder Road
• 2015: None.
• 2025: Widen the WB approach to provide a second right-turn lane. Additional
ROW (11 feet) is required from the existing parking lot on the north side of
Pathfinder Road.
• Total Project Cost: $575,000.00.
• Project Obligation: 49.6%=$285,200.00.
3) SR-57 Southbound Ramps at Sunset Crossing Road
• 2015: Install traffic signal.
• 2025: Install traffic signal.
• Total Project Cost: $390,000.00.
• Project Obligation: 5.7%=$22,230.00.
4) Diamond Bar Boulevard at Golden Springs Drive
• 2015: Restripe the NB approach to provide a second left-turn lane, and modify
the median. Widen the WB approach to provide an exclusive right-turn lane.
Widen on the EB approach to provide an exclusive right-turn lane. Widen on
the EB approach to provide a second left-turn lane. Additional ROW (7 feet) is
required from the existing gas station on the north side of Golden Springs Drive.
Additional ROW (9 feet) is required from the existing middle school on the south
side of Golden Springs Drive.
• 2025: Restripe the NB approach to provide a second left-turn lane, and modify
the median. Widen on the SB approach to provide a second right-turn lane.
Widen the EB approach to provide a second left-turn lane. Additional ROW (15
feet) is required from the existing middle school on the south side of Golden
6.8.a
Packet Pg. 109
4 of 9
Springs Drive. Additional ROW (9 feet) is required from the existing
landscaping on the west side of Diamond Bar.
• Total Project Cost: $2,472,000.00
• Project Obligation: 12.2%=$301,584.00.
5) Brea Canyon Road at Golden Springs Drive
• 2015: Widen the WB approach to provide an exclusive right-turn lane. Widen
the EB approach to provide a third left-turn lane and exclusive right-turn lane.
Additional ROW (11 feet) is required from the existing gas station on the north
side of Golden Springs Drive. Additional ROW (21 feet) is required from the
existing landscaping on the south side of Golden Springs Drive.
• 2025: Widen the NB approach and departure to provide a third through lane.
Widen the WB approach to provide a second right-turn lane. Widen the EB
approach to provide an exclusive right-turn lane. Additional ROW (11 feet) is
required on the existing gas station on the east side of Brea Canyon Road.
Additional ROW (11 feet) is required from the existing gas station on the north
side of Golden Springs Drive. Additional ROW (11 feet) is required from the
existing landscaping on the south side of Golden Springs Drive.
• Project Obligation: Mitigated by the Lemon Avenue Ramps project.
6) Grand Avenue at Diamond Bar Villas (Lavender Drive)
• 2015: Convert the NB and SB right-turn lanes to provide a third through lane in
each direction. Restripe the NB and SB departures to receive the third through
lane.
• 2025: Same as 2015.
• Total Project Cost: $384,000.00
• Project Obligation: 51.1%=$196,224.00.
7) Montefino Avenue at Grand Avenue
• 2015: Restripe the WB approach and departure to provide a third through lane.
Convert the EB right-turn lane to a shared through/right-turn lane. Restripe the
EB departure to receive the third through lane.
• 2025: Same as 2015.
• Total Project Cost: $26,000.00
• Project Obligation: 61.6%=$16,016.00.
8) Rolling Knoll Road at Grand Avenue
• 2015: Restripe the WB approach and departure to provide a third through lane.
Convert the EB right-turn lane to a shared through/right-turn lane. Restripe the
EB departure to receive the third through lane.
• 2025: Same as 2015.
• Total Project Cost: $233,000.00
• Project Obligation: 32.9%=$76,657.00.
6.8.a
Packet Pg. 110
5 of 9
9) Shotgun Lane at Grand Avenue
• 2015: Restripe the EB and WB approaches and departures to provide a third
through lane in each direction, and modify the median.
• 2025: Same as 2015.
• Total Project Cost: $452,000.00
• Project Obligation: 32%=$144,640.00.
10) Summitridge Drive at Grand Avenue
• 2015: Restripe the EB and WB approaches and departures to provide a third
through lane in each direction, and modify the median.
• 2025: Same as 2015.
• Total Project Cost: $434,000.00
• Project Obligation: 34.2%=$148,428.00.
11) Diamond Bar Boulevard at Montefino Avenue
• 2015: Restripe the EB approach to provide an exclusive right-turn lane, and
remove on-street parking.
• 2025: Same as 2015.
• Total Project Cost: $26,000.00
• Project Obligation: 6.9%=$1,794.00.
12) Diamond Bar Boulevard at Quail Summit Drive
• 2015: Restripe the NB approach to convert the exclusive right-turn lane to a
shared through/right-turn lane. Restripe the NB departure to accommodate the
third through lane. Restripe the SB approach and departure to provide a third
through lane, and remove the bike lane.
• 2025: Same as 2015.
• Total Project Cost: $299,000.00
• Project Obligation: 6.5%=$19,435.00.
13) Diamond Bar Boulevard at Mountain Laurel
• 2015: Convert the NB right-turn lane to a shared through/right-turn lane.
Restripe the NB departure to accommodate the third through lane. Restripe the
SB approach and departure to provide a third through lane, and remove the
bike lane.
• 2025: Same as 2015.
• Total Project Cost: $851,000.00
• Project Obligation: 6.7%=$57,017.00.
14) Diamond Bar Boulevard at Kiowa Crest Drive
• 2015: Restripe the EB approach to provide an exclusive left-turn lane and a
shared through/right-turn lane. Remove on-street parking.
• 2025: Same as 2015.
• Total Project Cost: $554,000.00
• Project Obligation: 3.4%=$18,836.00.
6.8.a
Packet Pg. 111
6 of 9
15) Diamond Bar Boulevard at Pathfinder Road
• 2015: Restripe the NB approach and departure to provide a third through lane.
Remove the bike lane. Restripe the WB approach to provide a shared left-
turn/through lane, and an exclusive right-turn lane.
• 2025: Same as 2015.
• Total Project Cost: $573,000.00
• Project Obligation: 19.2%=$110,016.00.
16) Brea Canyon Road at Diamond Bar Boulevard
• 2015: Restripe the EB approach to provide an exclusive right-turn lane, and
remove the bike lane.
• 2025: Restripe the SB approach to provide a second left-turn lane. Restripe the
EB approach to provide and exclusive right-turn lane, and remove the bike lane.
• Total Project Cost: $1,280,000.00
• Project Obligation: 3.8%=$48,640.00.
17) Brea Canyon Road at Silver Bullet Drive
• 2015: Restripe the NB and WB approaches to provide an exclusive right-turn
lane. Remove on-street parking.
• 2025: Same as 2015.
• Total Project Cost: $26,000.00
• Project Obligation: 5.2%=$1,352.00.
18) Brea Canyon Road at Washington Street
• 2015: Convert the NB right-turn lane to a shared through/right-turn lane.
Restripe the NB departure to receive the third through lane.
• 2025: Same as 2015.
• Project Obligation: Mitigation completed.
19) Grand Avenue at Golden Springs Drive (DB)
• 2015: Widen the NB approach and departure to provide a fourth and fifth
through lane. Widen the SB approach and departure to provide a fourth through
lane and a free-flow right-turn lane. Widen the WB approach to provide two
right-turn lanes. Widen the EB approach to provide a second right-turn lane.
Additional ROW (22 feet) is required on the east side of Grand Avenue from
the existing gas station. Additional ROW (22 feet) is required on the west side
of Grand Avenue from the existing landscaping. Additional ROW (22 feet) is
required from the existing parking lot on the north side of Golden Springs Drive.
Additional ROW (11 feet) is required from the existing landscaping on the south
side of Golden Springs Drive.
• 2025: Same as 2015, plus widen the NB approach to provide an exclusive right-
turn lane. Additional ROW (11 feet) is required from the existing gas station on
the east side of Grand Avenue.
• Project Obligation: Mitigated by SR 57/60 Confluence Project and the Grand
Avenue at Golden Springs Road Construction Project.
6.8.a
Packet Pg. 112
7 of 9
20) Diamond Bar Boulevard at Sunset Crossing Road
• 2015: Restripe the NB approach and departure to provide a third through lane.
Remove the bike lane on the NB departure.
• 2025: Same as 2015.
• Total Project Cost: $299,000.00
• Project Obligation: 49.5%=$148,005.00.
21) Diamond Bar Boulevard at Gentle Springs Lane Palomino Drive
• 2015: None.
• 2025: Restripe the WB approach to provide an exclusive right-turn lane, and
remove on street parking.
• Total Project Cost: $26,000.00
• Project Obligation: 60.2%=$15,652.00.
22) Lemon Avenue at Golden Springs Drive
• 2015: None.
• 2025: Convert WB right-turn lane to a shared through/right-turn lane, and
remove the bike lane.
• Project Obligation: Mitigated by the Lemon Avenue ramps project.
23) SR-60 EB Ramps at Golden Springs Drive
• 2015: None.
• 2025: Convert the EB right-turn lane to a shared through/right-turn lane. Widen
the EB departure to receive the fourth through lane. Additional ROW (11 feet)
is required from the existing parking lot on the south side of Golden Springs
Drive.
• Project Obligation: Mitigated by the Lemon Avenue ramps project.
24) Longview Drive at Grand Avenue
• 2015: None.
• 2025: Restripe the WB approach to provide a third through lane.
• Total Project Cost: $26,000.00
• Project Obligation: 34.2%=$8,892.00.
25) Brea Canyon Road at Lycoming Street
• 2015: Convert the SB right-turn lane to a shared through/right-turn lane. Widen
the SB departure to receive the fourth through lane. Additional ROW (11 feet)
is required from the existing landscaping on the west side of Brea Canyon
Road.
• 2025: Same as 2015.
• Total Project Cost: $1,503,000.00
• Project Obligation: 44.1%=$662,823.00
26) Diamond Bar Boulevard at SR-57 NB Ramps
• 2015: None.
• 2025: Restripe the SB approach and departure to provide a third through lane.
Remove the bike lane on the SB departure.
6.8.a
Packet Pg. 113
8 of 9
• Total Project Cost: $26,000.00
• Project Obligation: 46.1%=$11,986.00
27) Diamond Bar Boulevard at SR-60 WB Ramps
• 2015: None.
• 2025: Restripe the NB approach and departure to provide a third through lane,
and remove the bike lane. Widen the WB approach to provide a second right-
turn lane. Additional ROW (11 feet) is required on the north side of the SR-60
WB off-ramps.
• Total Project Cost: $589,000.00
• Project Obligation: 56.9%=$335,141.00
28) Diamond Bar Boulevard at SR-60 EB Ramps
• 2015: Restripe the SB approach to provide a second left-turn lane, and remove
the bike lane.
• 2025: Same as 2015.
• Total Project Cost: $26,000.00
• Project Obligation: 60.2%=$15,652.00
29) Brea Canyon Road at SR-60 WB Ramps
• 2015: Widen the NB approach and departure to provide a third through lane.
Additional ROW (11 feet) is required on the east side of the SR-60 WB ramps.
• 2025: Same as 2015.
• Total Project Cost: $930,000.00
• Project Obligation: 53.1%=$493,830.00
30&31) Grand Avenue at SR-60 WB Ramps
• 2015: Widen the NB approach to provide a second left-turn lane. Convert the
SB right-turn lane to provide a fourth through lane. Widen the SB departure to
receive the fourth through lane. Widen the WB approach to provide a third left-
turn lane. Widen the EB approach to provide a second left-turn lane and a free-
flow right-turn lane. Widen the SB departure further to accommodate the EB
free-flow right-turn lane. Additional ROW (10 feet) is required on the east side
of Grand Avenue. Additional ROW (22 feet) is required on the west side of
Grand Avenue. Additional ROW (10 feet) is required on the north side of the
SR-60 WB ramps. Additional ROW (21 feet) is required on the south side of
Old Brea Canyon/Grand Crossing.
• 2025: Widen the NB approach to provide a second left-turn lane. Convert the
NB right-turn lane to provide a fifth through lane. Widen the NB departure to
receive the fifth through lane. Convert the SB right-turn lane to provide a fourth
through lane. Widen the SB departure to receive the fourth through lane. Widen
the EB approach to provide a second left-turn lane, second through lanes, and
a free-flow right-turn lane. Widen the WB approach to provide a third left-turn
lane. Widen the SB departure further to accommodate the EB free-flow right-
6.8.a
Packet Pg. 114
9 of 9
turn lane. Additional ROW (10 feet) is required on the east side of Grand
Avenue. Additional ROW (22 feet) is required on the west side of Grand
Avenue. Additional (10 feet) is required on the north side of the SR-60 WB
ramps. Additional ROW (21 feet) is required on the south side of Old Brea
Canyon/Grand Crossing.
Grand Avenue at SR-60 EB Ramps
• 2015: Widen the SB approach to provide a third left-turn lane. Widen the EB
departure to receive the third SB left-turn lane. Restripe the EB approach to
provide three left-turn lanes and one right-turn lane. Additional ROW (11 feet)
is required on the SR-60 EB on-ramp.
• 2025: Restripe the EB approach to provide three left-turn lanes and one right-
turn lane.
• Project Obligation: These two intersection mitigations would require the
widening of the Grand Avenue bridge over the SR 57/60. This widening is not
technically feasible until the full SR 57/60 Confluence Project is constructed.
So the alternative mitigation is for the Agency to pay for the design and
construction of the construction projects noted in Section 3 (b) of this
Agreement using bond proceeds and available grant funds. Any remaining
bond proceeds will be used to further the design of the SR 57/60 Confluence
Project.
6.8.a
Packet Pg. 115
6.8.b
Packet Pg. 116
Agenda #: 6.9
Meeting Date: July 17, 2018
TO: Honorable Mayor and Members of the City Council
FROM: Daniel Fox, City Manager
TITLE: FIRST AMENDMENT TO BETTERMENT AGREEMENT FOR THE
INSTALLATION OF NEW RAMPS AT LEMON AVENUE AND STATE
ROUTE 60 WITH THE CITY OF INDUSTRY AND THE ALAMEDA
CORRIDOR-EAST CONSTRUCTION AUTHORITY OF THE SAN
GABRIEL VALLEY COUNCIL OF GOVERNMENTS.
STRATEGIC
GOAL:
Open, Engaged & Responsive Government
RECOMMENDATION:
Approve, and authorize the Mayor to sign, First Amendment to the Betterment
Agreement for the Installation of New Ramps at Lemon Ave. and State Route 60 with
the City of Industry and the Alameda Corridor-East Construction Authority of the San
Gabriel Valley Council of Governments.
FINANCIAL IMPACT:
Approving this First Amendment will relieve Diamond Bar from the financial
responsibility for the construction of the Project since project sponsorship was
transferred to the City of Industry (“Industry”) on March 6, 2018.
BACKGROUND/DISCUSSION:
On August 16, 2016 Diamond Bar approved a three -way Betterment Agreement with
ACE and the City of Industry to allow ACE to construct and manage the Project as part
of a change order to the Fairway Drive Grade Separation Project. The Betterment
Agreement defined the improvements of the Project as well as the terms in wh ich each
city (Diamond Bar and Industry) would be required to reimburse ACE for the
construction and construction management costs. Approving the Betterment
Agreement allowed the Project to move forward in a timely manner under ACE’s
management. Construction of the Project began in September 2016 and on May 1,
2018, the westbound on-ramp and eastbound off -ramp were opened to the public.
Construction continues on the eastbound on -ramp and closure of the existing
eastbound on and off-ramps at Brea Canyon Road. Full Project completion is
6.9
Packet Pg. 117
scheduled for Fall 2018.
To maintain efficiency in delivering the Project required under the various funding
agreements, and given the large dollar amount of $9,345,828 in Los Angeles County
Metropolitan Transportation Authority (“Metro”) funding, it was agreed by Metro, Industry
and Diamond Bar that it would be appropriate to transfer the sponsorship of the Project
from Diamond Bar to Industry. This would allow Industry to administer the construction
of the Project and be fully responsible for implementing all activities.
On March 6, 2018 Council approved agreements with the City of Industry and Metro to
formally transfer the project sponsorship and the grant funding to Industry. An
amendment to the Betterment Agreement is necessary to reflect the project sponsorship
transfer to Industry. Additionally, the original Agreement identified a funding shortfa ll for
the second phase of the Project consisting of the eastbound on-ramp and the
associated improvements to Golden Springs Drive with the closure of the existing
eastbound ramps at Brea Canyon Road. Since the execution of the original
Agreement, additional funding has been secured through Metro’s Measure M funds that
were granted to Industry for the Project. Finally, the Amendment is necessary to modify
the obligations of Diamond Bar now that the funding and sponsorship was transferred to
Industry.
The First Amendment revisions include:
- ACE will invoice Industry for actual costs associated with construction and
Diamond Bar’s obligations for payment of invoices submitted by ACE have been
removed from the Agreement.
- Industry will pay ACE 100% of the costs up to a not to exceed amount of
$20,416,000.
- Funds have been identified to make up the funding shortf all identified in the
original Agreement and ACE will construct the Project in its entirety.
On June 28, 2018, the City of Industry City Council approved the First Amendment to
the Betterment Agreement. Staff recommends the City Council approve the First
Amendment to the Betterment Agreement with the City of Industry and ACE identifying
Industry as the project sponsor and their responsibly for payment of invoices for the
construction of the Lemon Avenue Interchange Project.
PREPARED BY:
6.9
Packet Pg. 118
Attachments:
1. 6.9.a First Amendment to ACE Betterment Agreement
6.9
Packet Pg. 119
Page 1 of 5
1184323.3
FIRST AMENDMENT TO BETTERMENT AGREEMENT FOR
INSTALLATION OF NEW RAMPS AT LEMON AVENUE AND
STATE ROUTE 60 BY AND BETWEEN THE CITY OF DIAMOND
BAR, THE CITY OF INDUSTRY AND THE ALAMEDA CORRIDOR-
EAST CONSTRUCTION AUTHORITY OF THE SAN GABRIEL
VALLEY COUNCIL OF GOVERNMENTS
This First Amendment to Betterment Agreement (“First Amendment”) is effective this
day of , 2018, by and between the CITY OF INDUSTRY, a
municipal corporation (“INDUSTRY”), the CITY OF DIAMOND BAR, a municipal corporation
("DIAMOND BAR"), and the SAN GABRIEL VALLEY COUNCIL OF GOVERNMENTS a California
Joint Powers Authority (“SGVCOG”), in furtherance of the Alameda Corridor-East Construction
Project . INDUSTRY, DIAMOND BAR and SGVCOG may each individually be referred to herein
as “PARTY” and collectively as "PARTIES".
RECITALS
WHEREAS, INDUSTRY, DIAMOND BAR and the Alameda Corridor-East Construction
Authority of the San Gabriel Valley Council of Governments (“ACE”) entered into that certain
Betterment Agreement dated August 22, 2016 (“Betterment Agreement”), wherein ACE agreed, in
conjunction with ACE’s construction of the Fairway Drive Grade Separation Project, to construct
and provide construction management for the BETTERMENT, which as set forth in the Betterment
Agreement, consists of new on and off ramps at Lemon Avenue and State Route 60 ; and
WHEREAS, the Betterment Agreement sets forth the relative obligations of INDUSTRY,
DIAMOND BAR and ACE, including the work to be performed by ACE, in constructing the
BETTERMENT and the cost obligations of INDUSTRY and DIAMOND BAR for such work; and
WHEREAS, due to the existence of a funding shortfall at the time, the Betterment
Agreement divided the construction work into a Phase 1 and Phase 2 , with Phase 2 to be
constructed if funds were subsequently made available; and
WHEREAS, on December 19, 2017, SGVCOG formally adopted a Fourth Amended and
Restated Joint Powers Agreement and Ninth Amend ed and Restated Bylaws which eliminated
ACE as a separate administrative entity of the SGVCOG and fully integrated ACE into the
operations of the SGVCOG; and
WHEREAS, pursuant to Section 27 of the Fourth Amended and Restated Joint Powers
Agreement, SGVCOG assumed all responsibilities of ACE and pursuant to Article IV, Section D of
the Ninth Amended and Restated Bylaws SGVCOG created a Capital Projects and Construction
Committee to oversee the remainder of the Alameda Corridor-East Construction Project; and
WHEREAS, SGVCOG therefore assumed by operation of law all duties and responsibilities
of ACE under the Betterment Agreement; and
WHEREAS, INDUSTRY and DIAMOND BAR entered into a First Amendment to the
6.9.a
Packet Pg. 120
Page 2 of 5
1184323.3
Memorandum of Understanding for the Lemon Avenue Partial Diamond Interchange Project
(“MOU Amendment”), wherein, in pertinent part, DIAMOND BAR transferred BETTERMENT
sponsorship and funds to INDUSTRY, and INDUSTRY agreed to process, review and pay
invoices from the State of California (“Caltrans”) and ACE for work related to BETTERMENT right
of way acquisition, construction and construction management; and
WHEREAS, the PARTIES desire to amend the Betterment Agreement to reflect that funds
have been identified to construct Phase 2 and to reflect the modification to the obligations of
INDUSTRY and DIAMOND BAR as set out in the MOU Amendment, to the extent they pertain to
the Betterment Agreement.
NOW, THEREFORE, in consideration of the promises and mutual covenants contained
herein, the PARTIES hereby agree as follows:
1. Defined Terms/Exhibits. Unless otherwise defined, all capitalized terms used herein shall
have the meanings set forth for such terms in the Betterment Agreement and any
referenced exhibit herein shall refer to the exhibit attached to the Betterment Agreement.
2. All references to “ACE” as an organization or entity in the Betterment Agreement shall be
deemed to be references to “SGVCOG” for purposes of this First Amendment and any
future amendments.
3. SECTION I, subsection 7 of the Betterment Agreement, is deleted in its entirety and
replaced with the following:
“7. To invoice INDUSTRY in adequate detail describing the work completed for the actual
costs associated with construction of the BETTERMENT as shown in Exhibit A.”
4. SECTION II, subsection 4 of the Betterment Agreement, is deleted in its entirety and
replaced with the following:
“INDUSTRY shall pay to SGVCOG One Hundred Percent (100%) of the BETTERMENT
environmental documentation, construction, construction management and administration
costs up to a not to exceed amount of $20,416,000 as shown in Exhibit A. This not to
exceed amount may be adjusted to account for changes in the scope of work due to
change orders during the BETTERMENT construction if prior to such change in scope of
work the PARTIES mutually agree in writing to the change in scope of work and the cost
thereof. SGVCOG costs shall be calculated based on the Caltrans-approved indirect cost
rate applied to direct expenses. INDUSTRY will make all necessary efforts to pay properly
documented SGVCOG invoices within 30 days of receipt of such invoices."
5. SECTION III, subsection 2 of the Betterment Agreement, is deleted in its entirety and
replaced with the following:
“SGVCOG shall construct both Phase 1 and Phase 2 of the BETTERMENT and invoice
INDUSTRY for eligible costs related thereto in accordance with Section I, subsection 7.”
6. SECTION III, subjection 13 of the Betterment Agreement, is amended to modify the
6.9.a
Packet Pg. 121
Page 3 of 5
1184323.3
addresses as follows:
“To INDUSTRY: City of Industry
15625 E. Stafford Street
City of Industry, CA 91744
Attention: City Manager
“To DIAMOND BAR: City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765
Attention: Daniel Fox, City Manager”
7. Integration. This First Amendment integrate s all of the terms and conditions mentioned
herein, and supersedes all negotiations with respect hereto. This First A mendment
amends, as set forth herein, the Betterment Agreement and except as specifically
amended hereby, the Betterment Agreement shall remain in full force and effect. To the
extent that there is any conflict or inconsistency between the terms and provisions of this
First Amendment and the terms and provisions of the Betterment Agreement, the terms
and provisions of this First Amendment shall control.
6. This First Amendment may be executed and delivered in any number of counterparts, each
of which, when executed and delivered shall be deemed an original and all of which
together shall constitute the same First Amendment. Electronic signatures are permitted.
[Signatures on the following page]
6.9.a
Packet Pg. 122
Page 4 of 5
1184323.3
IN WITNESS WHEREOF, the Parties hereto have caused this First Amendment to be executed
by their respective officers as of the date first written above.
CITY OF DIAMOND BAR
__________________________________
Ruth M. Low, Mayor
ATTEST:
__________________________________
Tommye Cribbins, City Clerk
APPROVED AS TO FORM:
__________________________________
David DeBerry, City Attorney
CITY OF INDUSTRY
Mark Radecki, Mayor
ATTEST:
Diane M. Schlichting, City Clerk
SGVCOG
__________________________________
Mark Christoffels, Chief Engineer
ATTEST:
__________________________________
Secretary
APPROVED AS TO FORM:
__________________________________
Gregory Murphy, SGVCOG General Counsel
APPROVED AS TO FORM:
James M. Casso, City Attorney
6.9.a
Packet Pg. 123
Page 5 of 5
1184323.3
Exhibit A
Revised with the First Amendment
The INDUSTRY and DIAMOND BAR requested improvements (BETTERMENT) consist of the
construction of new on and off ramps from State Route 60 to Lemon Avenue as put forth in Caltrans
Permit No. 716.AOP.1261 and all the plans and specifications associated with said permit.
The estimated cost for construction of these improvements including all required construction oversight
is:
Phase 1: Construction of the westbound on ramp and eastbound off ramp including all required
signalization, striping and signage - $14,250,000.
Phase 2: Construction of the eastbound on ramp including all required signalization, striping and
signage and associated improvements and ramp removals at Brea Canyon Road -
$4,750,000.
All amounts to be billed and paid will be based on actual costs. SGVCOG shall not exceed the costs
shown above without the written consent of INDUSTRY and DIAMOND BAR.
Additional estimated costs associated with the project include:
Due to Caltrans:
Remaining Utility Costs - $1,300,000
Caltrans AAA Oversight Engineering - $376,000
Due to SGVCOG:
Current Construction Claims - $916,000
Allowance for Contingency - $500,000
Estimated total project cost is $22,092,000.
SR 60 Freeway Interchange at Lemon Ave. Available Funding
Local Funds provided by Metro's Exchange program
(Transferred to Industry by Diamond Bar)
$ 7,242,435
Metro Call for Projects (Transferred to Industry by
Diamond Bar)
$ 2,103,393
Early Allocation of Measure M granted to Industry $ 5,300,000
Industry Successor Agency Bond Proceeds $ 7,258,526
Metro Admin fee for exchange covered by SGVCOG $ 223,992
Total Available Funding $ 22,128,346
6.9.a
Packet Pg. 124
Agenda #: 6.10
Meeting Date: July 17, 2018
TO: Honorable Mayor and Members of the City Council
FROM: Daniel Fox, City Manager
TITLE: CONTINUED PARTICIPATION IN THE NATIONAL
INTERGOVERNMENTAL PURCHASING ALLIANCE TO PURCHASE
JANITORIAL SUPPLIES FOR CITY FACILITIES FOR FISCAL YEAR
2018/2019.
STRATEGIC
GOAL:
Safe, Sustainable & Healthy Community
RECOMMENDATION:
Adopt Resolution No. 2018-xx authorizing participation in the National
Intergovernmental purchasing alliance to purchase janitorial supplies for City facilities in
the amount not to exceed $65,000 for Fiscal Year 2018/2019.
FINANCIAL IMPACT:
Sufficient funds for these supplies are included in the adopted FY 18/19 Budget for the
Civic Center, Diamond Bar Center, and Parks.
BACKGROUND/DISCUSSION:
The City has been using Waxie Sanitary Supply for over ten years to supply janitorial
items for City facilities. Waxie provides high quality products and years of responsive
customer service that staff has come to rely on. On February 17, 2015 the City Council
authorized the use of the National Intergovernmental Purchasing Alliance (NIPA) for
purchases of Waxie products for FY 14/15. The City Council has subsequently
authorized the use of the NIPA for purchases of Waxie products for the FYs 15/16,
16/17 and 17/18. When comparing last year’s NIPA prices to this year’s there have
been very minor price increases. Staff is seeking authorization for continued use of the
NIPA for purchases of Waxie products for FY 18/19.
The City’s purchasing ordinance, codified in Chapter 3.24 of the Diamon d Bar Municipal
Code, generally requires the use of formal bidding procedures for procurement of goods
and services that cost in excess of $40,000. Section 3.24.070(b)(4) provides an
exception as follows: “When in the opinion of the Purchasing Manager or Purchasing
6.10
Packet Pg. 125
Agent supplies, materials, personal property or equipment can be more efficiently or
more cheaply obtained if acquired on behalf the City by the State Department of
General Services or other government purchasing program, the Purchasing Manager or
Purchasing Agent shall so advise the City Council. Acquisition of any such supplies,
materials, personal property or equipment by the State Department of General Services
or other government purchasing program may be authorized by resolution of the Cit y
Council.”
It is recommended that the City forgo its separate bidding process and utilize the
bidding process conducted by the City of Tucson, Arizona, which served as the
Principal Procurement Agency (lead agency) for the NIPA and negotiated a contract
with Network Services Company to obtain discounted pricing for about 1,400 Waxie
products. These products may be purchased under the agreement by members of the
NIPA, including the City of Diamond Bar, from Waxie Sanitary Supply as the local
distributor for the Network Services Company. The NIPA is an intergovernmental
cooperative purchasing alliance that procures contracted goods and services thorough
a Request for Proposal (RFP) competitive solicitation process conducted by a public
agency/governmental entity. The procurement process employed by the NIPA includes
the following:
1. The lead agency prepares a competitive solicitation, incorporating language to
make the agreement accessible nationally to agencies in states that allow
intergovernmental (i.e.: “piggyback”) contract usage.
2. The lead agency issues the solicitation and any required amendments and
notifications‚ and conducts pre–proposal conferences/meetings.
3. Interested suppliers respond to the solicitation.
4. The lead agency evaluates the responses, negotiates the final terms and
conditions and ultimately awards the master agreement.
The NIPA procurement process is similar to the City's formal bidding procedures, which
makes master agreements appropriate for "piggybacking" for purchase s of Waxie
products included in the City of Tucson and Network Services Company master
agreement. As a participant, the City will receive the “NIPA” prices shown on the
attached Waxie Price List, as opposed to the “Current” prices shown on the same Price
List.
Per the City’s Purchasing Ordinance, participation in a governmental purchasing
program must be authorized by resolution of the City Council. The Purchasing
Ordinance also requires City Council approval for purchases from a single vendor in a
fiscal year in excess $40,000. Staff anticipates expenditures of $65,000 for Waxie
products during FY 18/19.
PREPARED BY:
6.10
Packet Pg. 126
Attachments:
1. 6.10.a Waxie Resolution No. 2018-XX
2. 6.10.b Waxie Price Comparison List - Current Prices, FY 17.18 and FY 18.19
3. 6.10.c Janitorial & Sanitation Supplies Executive Summary
4. 6.10.d Renewal Amendment extending the contract from 8.2.18-8.1.19
6.10
Packet Pg. 127
1
RESOLUTION NO. 2018-XX
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR
AUTHORIZING PARTICIPATION IN THE NATIONAL INTERGOVERNMENTAL
PURCHASING ALLIANCE TO PURCHASE JANITORIAL SUPPLIES FOR CITY
FACILITIES FROM WAXIE SANITARY SUPPLY AS DISTRIBUTOR FOR THE
NETWORK SERVICES COMPANY IN THE AMOUNT NOT TO EXCEED $65,000
DURING FISCAL YEAR 2018/2019
WHEREAS, the City Council has established a purchasing system for the efficient
purchase of supplies, services, personal property and equipment at the lowest cost
commensurate with the quality needed and to buy without favor or prejudice;
WHEREAS, the City Manager, acting in the role of Purchasing Manager, directs
and supervises the acquisition of all goods and services under the authority of Diamond
Bar Municipal Code Section 3.24.040 (a);
WHEREAS, Diamond Bar Municipal Code Section 3.24.070(b)(4) authorizes the
Purchasing Manager to dispense with formal bidding when, in the opinion of the
Purchasing Manager, supplies, personal property, services or equipment can be more
efficiently or more cost efficient obtained if acquired on behalf of the city by the state
department of general services or other government purchasing program, and the City
Council authorizes the "piggyback" procurement by resolution;
WHEREAS, the Purchasing Manager has determined that certain supplies,
materials, personal property and equipment can be more efficiently and more cheaply
obtained if acquired on behalf the City as a participant of the National Intergovernmental
Purchasing Alliance, an intergovernmental cooperative purchasing alliance that procures
contracted goods and services thorough a request for proposal competitive solicitation
process conducted by a public agency/governmental entity;
WHEREAS, acquisition of any such supplies, materials, personal property or
equipment as a participant of a government purchasing program must be authorized by
resolution of the City Council; and
WHEREAS, the Purchasing Agent and Purchasing Delegates have evaluated the
janitorial products provided by Waxie Sanitary Supply as the local distributor pursuant to
a master contract between the City of Tucson, the Network Services Company, and the
National Intergovernmental Purchasing Alliance, and have determine d that Waxie
provides high quality product and responsive customer service, and recommends Waxie
Sanitary Supply as the provider of janitorial supplies for city facilities.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of
Diamond Bar does hereby:
6.10.a
Packet Pg. 128
2
1. Recognizes that certain supplies, materials, personal property and equipment can
be more efficiently and more cheaply obtained if acquired on behalf the City as a
participant of a government purchasing program.
2. Authorizes participation of the City in the National Intergovernmental Purchasing
Alliance.
3. Appoints the City Manager of the City of Diamond Bar to direct and supervise the
acquisition of all goods and services as a participant in the National
Intergovernmental Purchasing Alliance.
4. Authorizes the City Manager to purchase janitorial supplies for City facilities from
Waxie Sanitary Supply as a participant in the National Intergovernmental
Purchasing Alliance in the amount not to exceed $65,000 during Fiscal Year
2018/2019.
PAST, APPROVED AND ADOPTED this 17th day of July, 2018.
Ruth M. Low, Mayor
ATTEST:
I, Tommye Cribbins, City Clerk of the City of Diamond Bar, do hereby certify that the
foregoing Resolution was passed, approved and adopted at a regular meeting of the City
Council of the City of Diamond Bar held on the 17th day of July, 2018, by the following
vote:
AYES: COUNCIL MEMBERS:
NOES: COUNCIL MEMBERS:
ABSENT: COUNCIL MEMBERS:
ABSTAINED: COUNCIL MEMBERS:
Tommye Cribbins, City Clerk
City of Diamond Bar
6.10.a
Packet Pg. 129
146239
Purchase Order:Ordered by:
Item Number Description U/M Regular
Price
NIPA Price
Last Year
NIPA
Price
1030400 WAXIE-Green SolSta Nonacid Bathroom Cleaner 4/3L CS 76.99$ 57.42$ 58.86$
1030837 WAXIE Drainzyme HD Drain Maintainer quarts QT 7.00$ 4.60$ 4.74$
1070400 Folex Spotter Quart CS 79.99$ 59.35$ 59.94$
1070451 WAXIE Gum Away II 6oz CS 49.99$ 43.55$ 43.70$
1070663 WAXIE-Green Encapsulating Pre-Spray gallons CS 105.99$ 87.79$ 89.38$
160161 Aim Deod Screen w/ Block CS 75.00$ 45.55$ 45.55$
160911 WAXIE Time Metered Mango Air Freshener 6.8oz BX 27.40$ 22.41$ 23.08$
160980 WAXIE 9000-Shot Clean & Fresh Refill CS 45.00$ 39.39$ 39.78$
164011 WAXIE Mango Dry Air Freshener 10-oz net CS 59.99$ 47.38$ 47.85$
164012 Timemist Mango Premium Hand-Held Air Freshener 12/10oz CS 77.99$ 70.77$ 71.48$
170018 WAXIE Germicidal Ultra Bleach gallons CS 10.25$ 6.89$ 8.89$
170200 SolSta 320 Disinfectant Bathroom Cleaner CS 82.76$ 58.21$ 59.66$
170700 SolSta 764 Lemon Quat Disinfectant Cleaner 3L CS 74.98$ 51.87$ 53.16$
180020 4600 Feather Duster-12"EA 7.86$ 6.60$ 6.80$
180060 4603 Feather Duster-23"EA 10.40$ 8.88$ 9.15$
180105 Round Wall Duster Brush Head Only EA 4.50$ 3.61$ 3.93$
290060 16" Brass Channel w/ Rubber EA 8.50$ 7.28$ 7.35$
290120 4" Brass Squeegee Handle EA 6.99$ 6.01$ 6.07$
290430 18" Refill Squeegee Rubber EA 3.13$ 2.45$ 2.47$
320200 SolSta 210 Neutral Cleaner CS 67.99$ 52.10$ 53.39$
350474 WAXIE W74 Medium Duty Scrubbing Sponge CS 26.54$ 18.54$ 18.73$
350632 Mr. Clean Magic Eraser CS 33.53$ 28.75$ 29.04$
380395 11280 KC In Counter Kleenex Luxury Foam Skin Cleanser w/ Moist 1500mlCS 52.01$ 34.77$ 35.08$
380397 11331 KC Kleenex Counter Mount Skin Care Dispenser EA -$ 8.33$ 8.41$
381663 2120 Space Saver Dispenser 1000ml EA -$ 0.01$ 0.01$
381680 Purell Instant Hand Sanitizer 1000ml CS 56.70$ 31.65$ 31.65$
385905 WAXIE Grand Touch 1000 ml Dispenser Black EA -$ 13.46$ 13.59$
388084 White Lanolin Hand Soap CS 28.00$ 20.32$ 20.83$
573130 ProTeam Antimicrobial Micro Filter Bags for Super Coach Vac PK 23.99$ 20.80$ 21.01$
573765 Windsor 12' Vacuum & Solution Hose EA 233.00$ 199.35$ 215.49$
574140 16-1919 Belt EA 1.75$ 1.19$ 1.20$
574355 Paper Filter Bags & Pre-Filter for Spectrum 12P and 15P PK 14.05$ 11.16$ 13.20$
574820 886A Sanitaire EA 251.65$ 226.55$ 236.15$
577261 3M 4500 Floor Sweeper EA 250.00$ 138.74$ 138.74$
650350 WAXIE Blue Wonder Wet Mop Janitor CS 141.62$ 124.69$ 125.94$
650821 Big Mo #524 Dust Mop Head CS 122.61$ 94.17$ 95.11$
650822 WAXIE Dust Mop Frame 524 EA 5.45$ 4.35$ 4.39$
651171 60” Wood Snap-On Handle EA 10.93$ 8.74$ 8.83$
703084 40 x 47 1.5 mil Black Max Liner, 100/cs CS 37.89$ 24.11$ 26.03$
704525 30 x 37 10N Coreless Roll Liner CS 32.00$ 21.95$ 21.95$
750016 WAXIE-Green Bar Top Furniture Polish 16-oz CS 51.79$ 45.92$ 46.38$
750321 WAXIE-Green Metal Brite Stainless Steel Cleaner Polish 16oz CS 55.20$ 49.34$ 49.83$
750860 3M SS Cleaner & Polish 21oz CS 180.00$ 101.30$ 101.30$
770080 New Polishing Diapers Clothes CS 130.18$ 100.67$ 101.68$
770100 New White Bar Towels CS 54.33$ 35.26$ 37.69$
770166 WAXIE NewGold Striped Cln Towels Conv Pack BX 55.53$ 51.51$ 52.03$
770186 WAXIE New Blue Striped Cln Towels Conv Pack BX 57.45$ 53.53$ 54.07$
770325 Green Microfiber Dusting Sleeve 3 per pk CS 47.75$ 34.26$ 35.23$
PLEASE FAX YOUR ORDER TO: 714-545-0569
City of Diamond Bar
Account Number:
Guy Fiandaca
Account Executive
909-938-9416
6/27/2018 1 of 2
AJA
6.10.b
Packet Pg. 130
146239
Purchase Order:Ordered by:
Item Number Description U/M Regular
Price
NIPA Price
Last Year
NIPA
Price
PLEASE FAX YOUR ORDER TO: 714-545-0569
City of Diamond Bar
Account Number:
Guy Fiandaca
Account Executive
909-938-9416
791255 8644 Nitrile Disposable Powder Free GP Gloves - Blue- Medium CS 94.00$ 81.08$ 81.08$
791320 ProGuard 8606 GP Vinyl Powdered Gloves M CS 49.99$ 44.66$ 44.66$
791325 ProGuard 8606 GP Vinyl Powdered Gloves L CS 49.99$ 44.66$ 44.66$
791855 ProGuard 8625 Powder free Latex GP Gloves Medium CS 74.10$ 71.61$ 71.61$
791860 ProGuard 8625 Powder free Latex GP Gloves Large CS 74.10$ 71.61$ 71.61$
792362 Disposable Dust and Mist Respirator CS 155.23$ 121.61$ 125.31$
820765 Waxed Kraft Liners for Wall Unit CS 26.91$ 15.86$ 15.86$
850232 2001 Clean & Soft White Mlt-fold Towel CS 28.45$ 21.90$ 22.12$
850235 21000 Signature Premium Multifold Towel CS 27.55$ 16.96$ 17.56$
850572 3600 Clean & Soft White Roll Towels CS 59.99$ 48.13$ 48.61$
851127 18280/01 Preference White 2-Ply Toilet Tiss CS 49.50$ 40.36$ 41.79$
851178 1855 Clean & Soft White 2-ply Toilet Tissue CS 49.00$ 39.37$ 39.76$
851530 041 WAXIE Seat Cover CS 46.99$ 36.00$ 38.19$
851900 283-604 Theft Resistant Spindle EA 6.35$ 4.98$ 5.30$
851915 283-504 Chrome Standard Spindle EA 3.03$ 1.61$ 1.64$
870530 Speedball 2000 Cleaner quarts CS 52.30$ 42.82$ 43.45$
890040 Trigger Sprayer 22-32oz EA 1.01$ 0.52$ 0.54$
890050 WAXIE Spray Bottle - 32oz EA 1.25$ 0.67$ 0.87$
932294 Speedtrack Clean/Burnish Fragrance Free CS 67.99$ 55.18$ 57.39$
950110 SolSta 543 WAXIE-Green Glass and Surface Cleaner CS 74.87$ 48.31$ 49.54$
950144 WAXIE Sparkle Liquid Glass & Surface Cleaner CS 20.78$ 15.05$ 15.42$
950151 WAXIE Sparkle Glass Cleaner Aero 19oz CS 41.04$ 33.78$ 34.12$
6/27/2018 2 of 2
AJA
6.10.b
Packet Pg. 131
Page 1 of 2
Janitorial and Sanitation Supplies, Equipment and Related Services
Executive Summary
Lead Agency: City of Tucson, Arizona Solicitation: 151148
RFP Issued: January 23, 2015 Pre‐Proposal Date: February 5, 2015
Response Due Date: February 20, 2015 Proposals Received: 3
Awarded to:
The City of Tucson, Arizona Department of Procurement issued Request for Proposal # 151148 on January 23,
2015, to establish a national contract for janitorial and sanitation supplies, equipment and related services.
Notice of the solicitation was sent to potential offerors, as well as advertised in the following:
City of Tucson, AZ website
Hawaii Tribune–Herald, HI
Daily Journal of Commerce, OR
The State, SC
The Olympian, WA
Times Union, NY
National IPA website
On February 20, 2015 proposals were received from the following offerors:
Office Depot
SMA
Network Services Company
The proposals were evaluated by an evaluation committee. Using the evaluation criteria established in the RFP,
the committee elected to enter into negotiations with Network Services Company and proceeding with contract
award upon successful completion of negotiations.
The City of Tucson, AZ, National IPA and Network Services Company successfully negotiated a contract and the
City of Tucson executed the agreement with a contract effective date of August 3, 2015.
Contract Includes:
6.10.c
Packet Pg. 132
Page 2 of 2
All janitorial and sanitation product and supply needs are available via the City of Tucson, AZ national
cooperative award.
Term:
Initial two‐year agreement from August 3, 2015 through August 2, 2017 with the option to renew for
three (3) additional one‐year periods through August 2, 2020.
Pricing/Discount:
The National Core List of items represent the high use items nationwide offered by Network
Services Company at a discounted net price. This is NOT the complete list of janitorial and
sanitation products available under the contract.
Agency‐Specific Custom Core Lists are available to accommodate the diverse specific products
needs of agencies nationwide. Each agency has the opportunity to build a list of their most
highly utilized items and brands. These items are priced based on regional market conditions in
order to drive additional savings.
Large volume discounts are available. Your agency’s local Network Services distributor will work
with you to ensure your savings are maximized via the cooperative contract.
6.10.c
Packet Pg. 133
6.10.d
Packet Pg. 134
Agenda #: 6.11
Meeting Date: July 17, 2018
TO: Honorable Mayor and Members of the City Council
FROM: Daniel Fox, City Manager
TITLE: CONSULTING SERVICES AGREEMENT WITH TAIT & ASSOCIATES
FOR CONSTRUCTION ADMINISTRATION AND INSPECTION
SERVICES FOR THE CITY ENTRY MONUMENT SIGNS PROJECT AT
DIAMOND BAR BLVD./ TEMPLE AVE. & GOLDEN SPRINGS DRIVE/
CALBOURNE DRIVE.
STRATEGIC
GOAL:
Safe, Sustainable & Healthy Community
RECOMMENDATION:
Approve, and authorize the Mayor to sign, the Consulting Services Agreement with Tait
& Associates in the amount of $59,985.
FISCAL IMPACT:
FY 2018-2019 Capital Improvement Program available budget for this project, including
construction, construction management/inspection services, and contingencies is as
follows:
City Entry Monument Signs Project
Project No. 26516 Budget Encumbrance Balance
FY 18-19 Available Budget 602,000.00$ 602,000.00$
Construction 492,265.00$ 109,735.00$
Construction Contingency (10%)49,226.50$ 60,508.50$
CM/ inspections Services 59,985.00$ 523.50$
BACKGROUND/ DISCUSSION:
The proposed project will provide new City entry monuments and landscaping
enhancements at the north entrance to the City along Diamond Bar Blvd. at Temple
Ave. and at the west entrance to the City along Golden Springs Drive at Calbourne
Drive. The entry sign design reflects the community’s early ranch days with the current
6.11
Packet Pg. 135
modern day character of the City and will compliment all of the components on the
recently installed entry monument sign at Grand Avenue/Longview Drive. The new City
entry monument signs at the two proposed locations will include stone veneer, ledge
stone, precast concrete accent walls, decorative steel panels, letters, and accent
lighting. The landscape median improvements will include modifications and additions
to existing irrigation and electrical systems, landscape plants, canyon clay angular
rocks, median concrete post and wooden rails with decorative steel panels and accent
boulders. The construction of these two new entry monument signs are consistent with
the Strategic Plan that identifies the implementation of design features of the City-wide
Streetscape Design Guidelines at City entry points.
The construction contract was awarded at the June 19, 2018 City Council Meeting to
Aramexx Construction, Inc. in the amount of $492,265, plus a contingency amount of
$49,226.50, for unforeseen circumstances that will warrant a contract change order , for
a total authorization amount of $541,491.50 .
A Request for Proposal (RFP) was sent out to four (4) on -call consulting firms for the
Construction Administration/ Inspection Services for the City entry monuments and
landscaping enhancements at the north entrance to the City along Diamond Bar Blvd. at
Temple Ave. and at the west entrance to the City along Golden Springs Drive at
Calbourne Drive.
Two (2) consulting firms submitted proposals and their fees are follows:
No. Consulting Firm Cost Based on 30 Working Days
1. Onward Engineering $49,495
2. Tait & Associates $59,985
The two (2) proposals were reviewed and evaluated by staff using a selection p rocess
that included the evaluation of the consulting firms’ work methodology, estimated project
completion time, past experience, and cost.
Upon evaluation of the proposals by staff, Tait & Associates was deemed as the most
qualified to meet or exceed the City’s requirements and expectations due to their
qualifications as well as their approach and methodology that best fits the City’s needs.
Additionally, due to the unique and significant streetscape elements incorporated into
the project, Tait & Associates assigned a senior architect with broad architectural
experiences for any field architectural reviews.
Tait & Associates retained LAE Associates to provide the construction inspection
services as a sub-consultant. Staff verified that the proposed inspector for the project is
an employee of LAE Associates and will be receiving the current prevailing hourly rate
in the amount of $72.60 for Public Works Inspections. Furthermore, staff confirmed that
Tait & Associates and LAE Associates is registered with the Department of Industrial
Relations pursuant to Labor Code Section 1725.5.
6.11
Packet Pg. 136
The contract agreement Section 16 “Prevailing Wage” for this project states that the
Contractor (Tait & Associates) is required to pay not less than the general prevailing
rate of per diem wages for work of a similar character in the locality in which the public
works is performed in accordance with the provisions of California Labor Code, Division
2, Part 7, Chapter 1, Articles 1 and 2. As reflected in the attached fee proposal by Tait
& Associates, the proposed inspector hourly rate is $110.
Construction will be completed within thirty (30) working days after the Notice of
Proceed is issued. The project schedule is tentatively set as follows:
Task Tentative Schedule
Award of Contract July 17, 2018
Pre-construction Meeting July 25, 2018
Start of Construction July 30, 2018
Completion of Construction
September 2018
PREPARED BY:
REVIEWED BY:
Attachments:
1. 6.11.a Contract Agreement for Tait and Associates 7.17.2018
2. 6.11.b Location Map
6.11
Packet Pg. 137
1 of 8
AGREEMENT
The following agreement ("AGREEMENT") is made and entered into, in duplicate, as of the
date executed by the Mayor and attested to by the City Clerk, by and between Tait &
Associates, Inc. hereinafter referred to as the "Contractor" and the City of Diamond Bar,
California, hereinafter referred to as "CITY”.
1. Contractor's Services. Subject to the terms and conditions set forth in this
Agreement Contractor shall provide to the reasonable satisfaction of the City the Construction
Administration/ Inspection Services for the City Entry Monument Signs project at
Diamond Bar Blvd/ Temple Ave & Golden Springs Drive/ Calbourne Drive set forth in the
attached Exhibit "A", which is incorporated herein by this reference. As a material inducement
to the City to enter into this Agreement, Contractor represents and warrants that it has
thoroughly investigated the work and fully understands the difficulties and restrictions in
performing the work. Contractor represents that it is fully qualified to perform such consulting
services by virtue of its experience and the training, education and expertise of its principals
and employees.
David G. Liu, Director of Public Works and/or his designee shall be the person to whom
the Contractor will report for the performance of services hereunder. It is understood that
Contractor shall coordinate its services hereunder with the City’s Project Manager to the extent
required by the City’s Project Manager, and that all performances required hereunder by
Contractor shall be performed to the satisfaction of the City’s Project Manager and the City
Manager
2. Term of Agreement. This Agreement shall take effect July 17, 2018, and shall
continue unless earlier terminated pursuant to the provisions herein.
3. Compensation. City agrees to compensate Contractor for each service which
Contractor performs to the satisfaction of City in compliance with the scope of services set
forth in Exhibit "A". Payment will be made only after submission of proper invoices in the form
specified by City. Total payment to Contractor pursuant to this Agreement shall not exceed
Fifty Nine Thousand Nine Hundred Eighty Five Dollars ($59,985) without the prior written
consent of the City. The above not to exceed amount shall include all costs, inclu ding, but not
limited to, all clerical, administrative, overhead, telephone, travel and all related expenses.
4. Payment.
A. As scheduled services are completed, Contractor shall submit to City an invoice
for the services completed, authorized expenses and authorized extra work actually performed
or incurred.
B. All such invoices shall state the basis for the amount invoiced, including services
completed, the number of hours spent and any extra work performed.
C. City will pay Contractor the amount invoiced the City will pay Contractor the
amount properly invoiced within 35 days of receipt.
6.11.a
Packet Pg. 138
2 of 8
D. Payment shall constitute payment in full for all services, authorized costs and
authorized extra work covered by that invoice.
5. Change Orders. No payment for extra services caused by a change in the
scope or complexity of work, or for any other reason, shall be made unless and until such extra
services and a price therefore have been previously authorized in writing and approved by the
City Manager or his designee as an amendment to this Agreement. The amendment shall set
forth the changes of work, extension of time, if any, and adjustment of the fee to be paid by
City to Contractor.
6. Priority of Documents. In the event of any inconsistency between the
provisions of this Agreement and any attached exhibits, the provisions of this Agreement shall
control
7. Status as Independent Contractor.
A. Contractor is, and shall at all times remain as to City, a wholly independent
contractor. Contractor shall have no power to incur any debt, obligation, or liability on behalf of
City or otherwise act on behalf of City as an agent, except as specifically provided herein.
Neither City nor any of its agents shall have control over the conduct of Contractor or any of
Contractor's employees, except as set forth in this Agreement. Contractor shall not, at any
time, or in any manner, represent that it or any of its agents or employees are in any manner
employees of City.
B. Contractor agrees to pay all required taxes on amounts paid to Contractor under
this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments,
penalties, and interest asserted against City by reason of the independent contractor
relationship created by this Agreeme nt. In the event that City is audited by any Federal or
State agency regarding the independent contractor status of Contractor and the audit in any
way fails to sustain the validity of a wholly independent contractor relationship between City
and Contractor, then Contractor agrees to reimburse City for all costs, including accounting
and attorney's fees, arising out of such audit and any appeals relating thereto.
C. Contractor shall fully comply with Workers' Compensation laws regarding
Contractor and Contractor's employees. Contractor further agrees to indemnify and hold City
harmless from any failure of Contractor to comply with applicable Worker's Compensation
laws.
D. Contractor shall, at Contractor’s sole cost and expense fully secure and comply
with all federal, state and local governmental permit or licensing requirements, including but
not limited to the City of Diamond Bar, South Coast Air Quality Management District, and
California Air Resources Board.
E. In addition to any other remedies it may have, City shall have the right to offset
against the amount of any fees due to Contractor under this Agreement any amount due to
City from Contractor as a result of Contractor's failure to promptly pay to City any
reimbursement or indemnification required by this Agreement or for any amount or penalty
levied against the City for Contractor’s failure to comply with this Section.
6.11.a
Packet Pg. 139
3 of 8
8. Standard of Performance. Contractor shall perform all work at the standard of
care and skill ordinarily exercised by members of the profession under similar conditions and
represents that it and any subcontractors it may engage, possess any and all licenses which
are required to perform the work contemplated by this Agreement and shall maintain all
appropriate licenses during the performance of the work.
9. Indemnification.
Contractor shall indemnify, and hold harmless City, its officers, officials, employees and
volunteers ("Indemnitees") from and against all liability, loss, damage, expense, cost (including
without limitation reasonable attorneys' fees, expert fees and all other costs and fees of
litigation) of every nature arising out of or in connection with:
(1) Any and all claims under Worker’s Compensation acts and other employee
benefit acts with respect to Contractor’s employees or Contractor’s contractor’s
employees arising out of Contractor’s work under this Agreement; and
(2) Any and all claims arising out of Contractor's performance of work hereunder
or its failure to comply with any of its obligations contained in this Agreement,
regardless of City’s passive negligence, but excepting such loss or damage which is
caused by the sole active negligence or willful misconduct of the C ity. Should City in its
sole discretion find Contractor’s legal counsel unacceptable, then Contractor shall
reimburse the City its costs of defense, including without limitation reasonable attorneys'
fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly
pay any final judgment rendered against the Indemnitees. It is expressly understood
and agreed that the foregoing provisions are intended to be as broad and inclusive as is
permitted by the law of the State of California and will survive termination of this
Agreement. Except for the Indemnitees, this Agreement shall not be construed to
extend to any third party indemnification rights of any kind.
10. Insurance.
A. Contractor shall at all times during the term of this Agreement carry, maintain,
and keep in full force and effect, with an i nsurance company authorized to do business in the
State of California and approved by the City the following insurance:
(1) a policy or policies of broad-form comprehensive general liability insurance
written on an occurrence basis with minimum limits of $1,000,000.00 combined single
limit coverage against any injury, death, loss or damage as a result of wrongful or
negligent acts by Contractor, its officers, employees, agents, and independent
contractors in performance of services under this Agreement;
(2) property damage insurance with a minimum limit of $500,000.00 per
occurrence;
(3) automotive liability insurance written on an occurrence basis covering all
owned, non-owned and hired automobiles, with minimum combined single limits
coverage of $1,000,000.00; and
6.11.a
Packet Pg. 140
4 of 8
(4) Worker's Compensation insurance when required by law, with a minimum
limit of $500,000.00 or the amount required by law, whichever is greater.
B. The City, its officers, employees, agents, and volunteers shall be named as
additional insureds on the policies as to comprehensive general liability, property damage, and
automotive liability. The policies as to comprehensive general liability, property damage, and
automobile liability shall provide that they are primary, and that any insu rance maintained by
the City shall be excess insurance only.
C. All insurance policies shall provide that the insurance coverage shall not be non -
renewed, canceled, reduced, or otherwise modified (except through the addition of additional
insureds to the policy) by the insurance carrier without the insurance carrier giving City at least
ten (10) day's prior written notice thereof. Contractor agrees that it will not cancel, reduce or
otherwise modify the insurance coverage and in the event of any of the same by the insurer to
immediately notify the City.
D. All policies of insurance shall cover the obligations of Contractor pursuant to the
terms of this Agreement and shall be issued by an insurance company which is authorized to
do business in the State of California or which is approved in writing by the City; and shall be
placed have a current A.M. Best's rating of no less than A -, VII.
E. Contractor shall submit to City (1) insurance certificates indicating compliance
with the minimum insurance requirements above, and (2) insurance policy endorsements or a
copy of the insurance policy evidencing the additional insured requirements in this Agreement,
in a form acceptable to the City.
F. Self-Insured Retention/Deductibles. All policies required by th is Agreement shall
allow City, as additional insured, to satisfy the self -insured retention (“SIR”) and/or deductible
of the policy in lieu of the Contractor (as the named insured) should Contractor fail to pay the
SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the
approval of the City. Contractor understands and agrees that satisfaction of this requirement is
an express condition precedent to the effectiveness of this Agreement. Failure by Contractor
as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement.
Should City pay the SIR or deductible on Contractor’s due to such failure in order to secure
defense and indemnification as an additional insured under the policy, City m ay include such
amounts as damages in any action against Contractor for breach of this Agreement in addition
to any other damages incurred by City due to the breach.
G. Subrogation. With respect to any Workers' Compensation Insurance or
Employer's Liability Insurance, the insurer shall waive all rights of subrogation and contribution
it may have against the Indemnitees.
H. Failure to Maintain Insurance. If Contractor fails to keep the insurance required
under this Agreement in full force and effect, Cit y may take out the necessary insurance and
any premiums paid, plus 10% administrative overhead, shall be paid by Contractor, which
amounts may be deducted from any payments due Contractor.
I. Contractor shall include all subcontractors, if any, as insureds under its policies
or shall furnish separate certificates and endorsements for each subcontractor to the City for
6.11.a
Packet Pg. 141
5 of 8
review and approval. All insurance for subcontractors shall be subject to all of the
requirements stated herein.
11. Confidentiality. Contractor in the course of its duties may have access to
confidential data of City, private individuals, or employees of the City. Contractor covenants
that all data, documents, discussion, or other information developed or received by Contractor
or provided for performance of this Agreement are deemed confidential and shall not be
disclosed by Contractor without written authorization by City. City shall grant such
authorization if disclosure is required by law. All City data shall be returned to City up on the
termination of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement. Notwithstanding the foregoing, to the extent Contractor
prepares reports of a proprietary nature specifically for and in conne ction with certain projects,
the City shall not, except with Contractor's prior written consent, use the same for other
unrelated projects.
12. Maintenance and Inspection of Records. In accordance with generally
accepted accounting principles, Contractor and its subcontractors shall maintain reasonably
full and complete books, documents, papers, accounting records, and other information
(collectively, the “records”) pertaining to the costs of and completion of services performed
under this Agreement. The City and any of their authorized representatives shall have access
to and the right to audit and reproduce any of Contractor's records regarding the services
provided under this Agreement. Contractor shall maintain all such records for a period of at
least three (3) years after termination or completion of this Agreement. Contractor agrees to
make available all such records for inspection or audit at its offices during normal business
hours and upon three (3) days' notice from the City, and copies thereo f shall be furnished if
requested.
13. Conflict of Interest.
A. Contractor covenants that it presently has no interest and shall not acquire any
interest, direct or indirect, which may be affected by the services to be performed by
Contractor under this Agreement, or which would conflict in any manner with the performance
of its services hereunder. Contractor further covenants that, in performance of this Agreement,
no person having any such interest shall be employed by it. Furthermore, Contractor shall
avoid the appearance of having any interest which would conflict in any manner with the
performance of its services pursuant to this Agreement.
B. Contractor covenants not to give or receive any compensation, monetary or
otherwise, to or from the ultima te vendor(s) of hardware or software to City as a result of the
performance of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement.
14. Termination. The City may terminate this Agreement with or without cause
upon thirty (30) days' written notice to Contractor. The effective date of termination shall be
upon the date specified in the notice of termination, or, in the event no date is specified, upon
the thirtieth (30th) day following delivery of the notice. In the event of such termination, City
agrees to pay Contractor for services satisfactorily rendered prior to the effective date of
termination. Immediately upon receiving written notice of termination, Contractor shall
discontinue performing services, unless the notice provides otherwise, except those services
6.11.a
Packet Pg. 142
6 of 8
reasonably necessary to effectuate the termination. The City shall be not liable for any claim
of lost profits.
15. Personnel. Contractor represents that it has, or will secure at its own expense,
all personnel required to perform the services under this Agreement. All of the services
required under this Agreement will be performed by Contractor or under it supervision, and all
personnel engaged in the work shall be qualified to perform s uch services. Contractor
reserves the right to determine the assignment of its own employees to the performance of
Contractor's services under this Agreement, but City reserves the right, for good cause, to
require Contractor to exclude any employee from performing services on City's premises.
16. Prevailing Wage. Notice is hereby given that in accordance with the provisions
of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is
required to pay not less than the gen eral prevailing rate of per diem wages for work of a similar
character in the locality in which the public works is performed, and not less than the general
prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of
the Department of Industrial Relations of the State of California is required to and has
determined such general prevailing rates of per diem wages. Copies of such prevailing rates
of per diem wages are on file in the Office of the City Clerk of the City o f Diamond Bar, 21810
Copley Drive, Diamond Bar, California, and are available to any interested party on request.
City also shall cause a copy of such determinations to be posted at the job site.
The Contractor shall forfeit, as penalty to City, not more than twenty-five dollars
($25.00) for each laborer, workman or mechanic employed for each calendar day or portion
thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of
wages hereinbefore stipulated for any work done under this Agreement, by him or by any
subcontractor under him.
The Contractor and any of its subcontractors that will be performing work subject to
prevailing wages, must be registered with the Department of Industrial Relations pursuant to
Labor Code section 1725.5, which precludes the award of a contract for a public work on any
public works project awarded after April 1, 2015. This Agreement is subject to compliance
monitoring and enforcement by the Department of Industrial Relations.
17. Non-Discrimination and Equal Employment Opportunity.
A. Contractor shall not discriminate as to race, color, creed, religion, sex, marital
status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual
orientation, in the performance of its services and duties pursuant to this Agreement, and will
comply with all rules and regulations of City relating thereto. Such nondiscrimination shall
include but not be limited to the following: employment, upgrading, demotion, transfers,
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
B. Contractor will, in all solicitations or advertisements for employees placed by or
on behalf of Contractor state either that it is an equal opportunity employer or that all qualified
applicants will receive consideration for employment without regard to race, color, creed,
religion, sex, marital status, national origin, ancestry, age, physical o r mental handicap,
medical condition, or sexual orientation.
6.11.a
Packet Pg. 143
7 of 8
C. Contractor will cause the foregoing provisions to be inserted in all subcontracts
for any work covered by this Agreement except contracts or subcontracts for standard
commercial supplies or raw materials.
18. Time Is of the Essence. Time is of the essence in this Agreement. Contractor
shall do all things necessary and incidental to the prosecution of Contractor's work.
19 Delays and Extensions of Time. Contractor's sole remedy for delays outside
its control shall be an extension of time. No matter what the cause of the delay, Contractor
must document any delay and request an extension of time in writing at the time of the delay to
the satisfaction of City. Any extensions granted shall be limited to the length of the delay
outside Contractor’s control. If Contractor believes that delays caused by the City will cause it
to incur additional costs, it must specify, in writing, why the delay has caused additional costs
to be incurred and the exact amount of such cost within 10 days of the time the delay occurs.
No additional costs can be paid that exceed the not to exceed amount absent a written
amendment to this Agreement. In no event shall the Contractor be entitled to any claim for lost
profits due to any delay, whether caused by the City or due to some other cause.
20. Assignment. Contractor shall not assign or transfer any interest in this
Agreement nor the performance of any of Contractor's obligations hereunder, without the prior
written consent of City, and any attempt by Contractor to so assign this Agreement or any
rights, duties, or obligations arising hereunder shall be void and of no effect.
21. Compliance with Laws. Contractor shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
22. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any
one or more of the conditions of performance under this Agreement shall not be a waiver of
any other condition of performance under this Agreement. In no event shall the making by City
of any payment to Contractor constitute or be construed as a waiver by City of any breach of
covenant, or any default which may then exist on the part of Contractor, and the making of any
such payment by City shall in no way impair or prejudice any right or remedy available to City
with regard to such breach or default.
23. Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, which cannot be resolved by the
parties, may be referred by the parties hereto for mediation. A third party, neutral mediation
service shall be selected, as agreed upon by the parties and the costs and expenses thereof
shall be borne equally by the parties hereto. The parties agree to utilize their good faith efforts
to resolve any such dispute or controversy so submitted to mediation. It is specifically
understood and agreed by the parties hereto that mutual good faith efforts to resolve the same
any dispute or controversy as provided herein , shall be a condition precedent to the institution
of any action or proceeding, whether at law or in equity with respect to any such dispute or
controversy.
24. Notices. Any notices, bills, invoices, or reports required by this Agreement shall
be deemed received on (a) the day of delivery if delivered by hand during regular business
hours or by facsimile before or during regular business hours; or (b) on the third business day
6.11.a
Packet Pg. 144
8 of 8
following deposit in the United States mail, postage prepaid, to the addresses heretofore set
forth in the Agreement, or to such other addresses as the parties may, from time to time,
designate in writing pursuant to the provisions of this section.
“CONTRACTOR” “CITY”
Tait & Associates, Inc. City of Diamond Bar
701 Parkcenter Drive 21810 Copley Drive
Santa Ana, CA 92705 Diamond Bar, CA 91765-4178
Attn.: ________________ Attn.: David G. Liu, P.E.
Phone: _______________ Phone: (909)839-7040
E-Mail: ________________ E-mail: DLiu@DiamondBarCA.Gov
25. Governing Law. This Agreement shall be interpreted, construed and enforced
in accordance with the laws of the State of California.
26. Counterparts. This Agreement may be executed in any number of counterparts,
each of which shall be deemed to be the original, and all of which together shall constitute one
and the same instrument.
27. Entire Agreement. This Agreement, and any other documents incorporated
herein by reference, represent the entire and integrated agreement between Contractor and
City. This Agreement supersedes all prior oral or written negotiations, representations or
agreements. This Agreement may not be amended, nor any provision or breach hereof
waived, except in a writing signed by the parties which expressly refers to this Agreement.
Amendments on behalf of the City will only be valid if signed by a person duly authorized to do
so under the City's Purchasing Ordinance.
IN WITNESS of this Agreement, the parties have executed th is Agreement as of the
date first written above.
"Contractor" "City"
Tait & Associates, Inc. CITY OF DIAMOND BAR
By: ______ By: ____
Printed Name: RUTH M. LOW, MAYOR
Title:
By: ATTEST:
Printed Name:
Title:
TOMMYE A. CRIBBINS, CITY CLERK
Approved as to form:
By:____
DAVID A. DEBERRY, CITY ATTORNEY
6.11.a
Packet Pg. 145
Page | i
June 18, 2018
Mr. John Beshay.
Associate Engineer
City of Diamond Bar
Public Works Department
21810 Copley Drive
Diamond Bar, CA 91765
RE: Request for Proposal for the City Entry Monument Signs Project, Construction Administration/
Inspection Services
Dear Mr. Beshay,
TAIT & Associates, Inc. (TAIT) is pleased to submit the enclosed proposal in response to your Request for Proposals
(RFP) for providing Drainage Improvement Design and Construction Management Services at Three Locations for
the City of Diamond Bar (City).
TAIT at a Glance. At TAIT, we have provided innovative engineering and construction management solutions to
our clients for more than 50 years. We understand that public projects have their own specific issues, and with
150 associates, we have the right blend of professional engineers, surveyors, environmental assessors, and
construction personnel with the experience necessary to address critical and big picture concerns. Since TAIT was
founded in 1964 in Orange County, we have built mature relationships with state and local agencies throughout
Southern California and consistently create successful partnerships with the agencies for which we work.
Experience and Expertise. With a diverse engineering staff, our firm has expertise in the many facets of civil
engineering and construction management, both on and off site, planning, and design services including:
roadways, pavement and parking rehabilitation, storm drains, water quality, water and waste water, utilities, site
development and remediation, surveying, and mapping. In addition to engineering services, our company also
has architecture, entitlements, and environmental groups which are ready to serve the City should the
opportunity arise. TAIT has recently designed and completed construction management for multiple City of
Diamond Bar Projects, and TAIT’s construction manager is very familiar with the City’s operations and needs
during construction. Our project experience is vast and includes other recent projects such as the; FY17-18
Drainage Improvement Project and the Reagan and Peterson Park Parking Lot Rehabilitation Design and
Construction Management Project for the City of Diamond Bar, the Tustin Metrolink Station drainage
improvements for City of Tustin/OCTA, and the Overly, Alley Reconstruction, and Cerritos Ave. Widening Design
for City of Stanton, to name a few.
Project Team. As part of our project approach, we have reviewed the project needs and site requirements in order
to propose the most effective staff. With over 30 years of experience, Jacob Vandervis, PE, will act as Principal in
Charge and will personally lead the team to success.
David Sloan, PE, will serve as the Construction Manager on this contract. David has worked with the City of
Diamond Bar as Project Manager, Construction Manager, and Project Engineer on multiple previous projects,
including the design and construction of FY 17/18 Citywide Drainage Improvement Project and the Reagan and
Peterson Park Parking Lot Rehabilitation Project. His local knowledge and familiarity with City officials and
methodologies will ensure speedy and efficient completion. David’s career has been rooted exclusively in public
roadway design and construction. His background and experience of local street rehabilitation projects will be
invaluable to the City on this contract.
6.11.a
Packet Pg. 146
Page | ii
Construction Inspection services on this contract will be provided by LAE associates. LAE has assigned expert and
seasoned construction inspector James Long to this contract. James’s career and experience has been rooted in
with a career working for the City and Port of Los Angeles inspecting multiple public infrastructure improvements.
James’ diverse inspection experience with roadway, landscaping, and structure related inspections will be a
perfect fit for the construction scope required on this contract.
Quality and Cost Effectiveness. TAIT will work with the City on budget limits and always ensure quality services
are provided at the most efficient cost possible. We have successfully met all past budgets on similar projects,
creating lasting relationships with other agencies and earning repeated success and referrals.
We understand that TAIT will have contractual obligation with the City of Diamond Bar with regard to this project.
We aim to act as an extension of the City’s staff and will place an emphasis on Customer Service which has been
and will remain one of TAIT’s Corporate Goals “To Completely Satisfy our Customers”. We are excited to have this
opportunity to start a successful relationship with the City of Diamond Bar and serve on this project.
I will be the legal contact person for this procurement and can be reached
at (714) 560-8200 at any time should you have any questions regarding
our proposal. We thank you for this opportunity to submit to you on this
contract and look forward to further discussing with you on our
qualifications and commitment to working with the City of Diamond Bar.
Very truly yours,
TAIT & ASSOCIATES, INC.
Jacob Vandervis, P.E.
Chief Operations Officer and Vice President
TAIT’s legal name is Tait &
Associates, Inc., and we are a
California Corporation
(C0495510) headquartered at
701 Parkcenter Drive in the
city of Santa Ana, CA, phone
number 714-560-8200.
6.11.a
Packet Pg. 147
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | iii
TABLE OF CONTENTS
1. Project Team 1
Organization Chart 1
Sub Consultant Information: LAE Associates 2
Qualifications of TAIT Construction Manager 2
2. Firm’s Experience 4
FY17/18 Citywide Drainage Improvement Project 4
Reagan & Peterson Park Parking Lot Expansion Project 5
Overlay, Alley Reconstruction, and Cerritos Ave. Widening Project 6
TAIT Company References 7
LAE Associates Company References: 7
3. Construction Administration And Inspection 8
PROJECT UNDERSTANDING 8
WORK PLAN/SCOPE OF WORK 9
ALTERNATE WORK ITEMS 14
4. Resource Requirements 15
5. Fee Schedule 16
6. Fee Proposal 16
7. Agreement 16
8. Insurance 16
Appendix A - Resumes 1
Resumes of Key Personnel 2
6.11.a
Packet Pg. 148
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 1
1. PROJECT TEAM
TAIT & Associates, Inc. (TAIT) has reviewed the City’s RFP, discuss the project with City staff, and has conducted
team meetings in order to propose the best project team for the City of Diamond Bar on this project. We have
tailored our team to include design and construction staff who are familiar with the City of Diamond Bar and who
understand pavement rehabilitation and construction issues.
The following table summarized our proposed key staff’s titles, license numbers and experience, and following
the table is an organization chart for the proposed project team:
Organization Chart
Name
Classification/
Designation
Licenses/Certifications
Registrations
Years of
Experience
Time with
Firm
David Sloan, P.E.
Project/Construction
Manager CA No. C82595 11 4
Jacob Vandervis, P.E. Principal-In-Charge CA No. C46301 32 20
LAE Associates
James Long Construction Inspector -- 45 --
Construction Manager
David Sloan, P.E.
Carl Sutherland, EIT
LAE Associates
Construction Inspection
James Long
TAIT Engineering & Surveying Support Staff
Senior Architect
Tim Virus, AIC.
6.11.a
Packet Pg. 149
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 2
Sub Consultant Information: LAE Associates
LAE Associates, Inc. (LAE) is a provider of professional
engineering services to public agencies all across
Southern California, with an objective of bettering the
communities we live in and ensuring the satisfaction of our
clients. In 2007, LAE was found ed on the premise of
enhancing the processes, outcomes, and nature of
municipal projects. LAE is a Small Business Enterprise
(SBE) firm and being a California corporation, LAE's
clients include California cities, counties, and other public
agencies.
Our firm specializes in Construction, Program, and Project
Management services for public agencies. In addition,
LAE's services include: Construction Observation, City
Services, Staff Augmentation, Capital Project Planning,
Transportation Funding Strategies, full spectrum of
Caltrans Local Assistance Services Training and
Consulting to individual Cities, Counties, Councils of
Governments, and other Public Agencies.
Qualifications of TAIT Construction Manager
David Sloan, PE is the proposed TAIT Construction Manager on this contract. He is the ideal candidate for the
City of Diamond Bar for the successful design of the contract due to his:
Dedicated design and management experience in the public roadway design sector over the past 11 years
Extensive prior Construction Management experience with the City of Diamond Bar
Commitment to client satisfaction and clear correspondence on each of his projects
David has worked closely with the City of Diamond Bar over the past 7 years and understands the City’s needs and
preferences for design and construction management. David’s experience includes the design of 6 projects and
the construction management of 7 projects in the City of Diamond Bar, design and construction management of
over 50% of the City of Placentia’s residential and collector streets, and the design and construction management
of multiple public roadway rehabilitation projects throughout the Southern California Region.
Company Profile:
Organization
California Corporation
Small Business Enterprise
Location
Placentia, CA
Insurance Coverage
General Liability
Professional Liability
Worker’s Compensation
Automotive
6.11.a
Packet Pg. 150
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 3
Public Works Experience:
David is TAIT’s public infrastructure project manager and serves as the project coordinator and lead for public
projects at TAIT. David comes with a wealth of relevant experience, including six prior projects within the City of
Diamond Bar. David has performed and coordinated detailed designs on arterial roadways, public sewer mains,
conducted utility coordination for major relocations on high profile projects, and coordinated project
management efforts on multiple projects throughout the Southern California region. A sampling of recent
projects completed by David include: FY17/18 Citywide Drainage Project, Reagan & Peterson Park Parking Lot
Rehabilitation Project for the City of Diamond Bar, Citywide Drainage Improvement Project for the City of Diamond
Bar, STPL Portola Parkway Resurfacing Project in the City of Lake Forest, FY13/14 Major Street Rehabilitation
Project for the City of Pomona, and Design and Construction Management of the Citywide Residential Roadway
Rehabilitation Project in the City of Placentia. David’s wealth of local roadway maintenance design and
construction management experience will be a great asset to the City on this Contract.
City of Diamond Bar Experience
In addition to the two recently completed projects in the City, David has served as Project Manager, Construction
Manager, or Project Engineer on five prior City of Diamond Bar design and construction management contracts.
David understands the City’s design and construction needs and offers superb familiarity and local knowledge to
take on the City’s needs on this contract. His ability to carry over the design phase knowledge to the Construction
phase will also be a great asset to the City during the course of this project.
Client Satisfaction & Correspondence
Finally, David is committed to client satisfaction and will actively correspond with the City staff and stakeholders
on this contract. David understands the importance of clear and effective communication on public design and
construction management contracts, and is committed to providing regular updates and correspondence with
City staff during the life of the project.
***Per RFP requirements, resumes have been included in appendix A, including
information for the three most recently completed projects by the individual.
6.11.a
Packet Pg. 151
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 4
2. FIRM’S EXPERIENCE
FY17/18 Citywide Drainage Improvement Project
Diamond Bar, CA
TAIT was hired by the City of Diamond Bar to analyze, design, and provide
construction management and inspection services for drainage improvement
located throughout the City of Diamond Bar. The project limits included three
separate locations on Golden Springs Drive, Brea Canyon Road, and Hipass
Design and construction on this project included construction of sub drain
systems for the removal of high ground water, construction of storm drain
systems to discharge the sub drain waters, construction of new curb and gutter,
sidewalk, AC overlay, slurry seal, replacement of cross gutters and tree wells, as
well as the construction of a modified tree well system to wick high ground water
to the existing curb face via use of a rock sub drain and a curb drain.
TAIT provide design engineering services at each of the three locations and
conducted field investigation, topographic survey, base mapping, preliminary
and final design as well as construction estimating and specifications. Critical
items of design included utility crossing estimation, provide property impact
avoidance, and design of the drainage system in such a manner to minimize
permitting impacts.
TAIT is also in the final stages of providing construction management and
inspection services on this contract which are slated to be completed at the end
of June, 2018. The construction of this contract included an accelerated 30
working day period to complete all three locations. TAIT met with the contractor and coordinated early in the job
in order to ensure the construction project was able to start and complete within the required construction
duration. TAIT was able to provide quick field engineering and consulting to the City of Diam ond Bar during the
project in order to avoid utility conflicts and adjust to the design as needed to ensure the project schedule was
maintained.
The design of this contract was completed in April, 2018, and the construction will be completed in June, 2018.
Reference Contact:
John Beshay
(909) 839-7043
Client:
City of Diamond Bar
Construction Cost:
$400 K
Project Dates
Design: 2017-2018
Construction: 2018
Project Team:
PIC: Jacob Vandervis
PM/CM: David Sloan
IOR: Michael Delagarza
QA/QC: Todd Schmieder
6.11.a
Packet Pg. 152
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 5
Reagan & Peterson Park Parking Lot Expansion Project
Diamond Bar, CA
TAIT was hired by the City of Diamond Bar to analyze, design, and provide construction management and
inspection services for the expansion of two public park parking lots. The design services included topographic
survey, geotechnical investigation, water quality management design, Los
Angeles County Flood Control District storm drain permit processing, and the
preparation of detailed PS&E for the construction of the park improvements.
Design analysis included addition of handicapped parking stalls, design of
optimal cross and longitudinal grades and the installation of retaining curbs to
optimize the parking stall configuration.
Careful attention was required while designing the parking lot expansion in order
to ensure full ADA access is provided to the park while avoiding damage or
impact to the existing facilities. Design of low flow and high flow diversion
systems were required in order to ensure proper drainage for the site.
Due to soft subgrade soils, the design also included the analysis and coordination
of subgrade stabilization. The final design included the installation of stabilizing
geogrids under the crushed base layer which helped provide structural stability
for the pavement structure.
Extensive coordination between the City’s public works and Park Maintenance
Division was required in order to ensure the design was both in compliance with
public works standards as well as the park division’s ultimate master plan.
During the construction phase, TAIT coordinated and managed the construction
activities of this contract by scheduling pre-construction meetings, reviewing and
approving submittals, and providing full time construction management and inspection services. Extensive
coordination was required with the City’s contractor in order to ensure contract compliance for scheduling and
quality of construction. TAIT was a strong advocate for the City during the construction phase and was able to
identify field deficiencies observed by the inspector in order to require the Contractor to replace any and all non-
compliant items. The design of this contract was completed in June, 2015, and the construction was completed
in December, 2016.
Reference Contact:
John Beshay
(909) 839-7043
Client:
City of Diamond Bar
Construction Cost:
$575 K
Project Dates
Design: 2014-2015
Construction: 2015
Project Team:
PIC: Jacob Vandervis
PM/CM: David Sloan
IOR: Michael Delagarza
QA/QC: Todd Schmieder
6.11.a
Packet Pg. 153
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 6
Overlay, Alley Reconstruction, and Cerritos Ave. Widening Project
Stanton, CA
TAIT & Associates was selected by the City of Stanton to provide drainage and
roadway design services on three separate project areas.
1. Cerritos Avenue Widening & Drainage Improvement Project
2. Palais Alley Reconstruction Project
3. Bradford Community and Rutledge Avenue Rehabilitation Project
Cerritos avenue widening project required the widening of Cerritos avenue from
Rose Ave to Flower Street which included removal and reconstruction of existing
parkway improvements, relocation of power poles, fire hydrant, water meter,
and roadway signs, construction of new curb and gutter, curb ramps, and alley
approach, and the relocation and construction of a new storm drain catch basin
and lateral. The existing storm drain lateral was discovered to be extremely
shallow which required special design and consideration for the relocated
condition. TAIT checked the capacity and flows of the existing inlets to ensure
proposed conditions were not constrained.
Palais Alley reconstruction required the full removal of existing AC paved alley
surface and construction of a new PCC paved alley surface to ultimate flowline.
Design of this alley segment included checking joins at driveways, design of alley
approaches, and joining of existing drainage channel/course at the project limits
to ensure storm water flows were conveyed adequately.
Bradford Community and Rutledge Avenue Rehabilitation Project included the grind and overlay of Rutledge
avenue from Western Avenue to Bradford Street, as well as the full depth reconstruction of all internal
development streets to repair severely damaged roadway conditions. Design of this project segment also included
removal and replacement of existing curb ramps, adjustment of utilities to grade, and the replacement of custom
storm drain plate covers for an existing catch basin in order to provide an ADA compliant path of travel.
Construction for Bradford and Palais Alley projects are scheduled for summer of 2017, with the construction of
the Cerritos Avenue Widening and Drainage Improvement Project being scheduled for winder of 2017 after the
SCE relocations have been designed and approved.
Reference Contact:
Allan Rigg
(714)890-4203
Client:
City of Stanton
Construction Cost:
$1.3 M
Project Dates
Design: Jan-May, 2017
Construction: Summer, 2017
Project Team:
PIC: Jacob Vandervis
PM: David Sloan
QA/QC: Todd Schmieder
6.11.a
Packet Pg. 154
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 7
TAIT Company References
City of Lake Forest
Doug Erdman, PE
(949) 282-5233
25550 Commercentre Drive
Lake Forest, CA 92630
City of Newport Beach
Mr. Frank Tran, PE
(949) 644-3340
100 Civic Center Dr.
Newport Beach, CA 92660
County of Orange – OC Facilities Division
Mr. Steve Johsz
(714) 567-7742
1152 E. Fruit Street, Blvd. 1
Santa Ana, CA 92701
City of Garden Grove
Mr. Bill Murray, PE
(714) 741-5379
11222 Acacia Pkwy,
Garden Grove, CA 92840
City of Tustin
Mr. Doug Stack, PE
(714) 573-3163
300 Centennial Way,
Tustin, CA 92780
Orange County Transportation Authority
Ms. Lora Cross
(714) 560-5788
600 South Main Street
Orange, CA 92868
LAE Associates Company References:
Agency Address Contact Name Telephone Number/
E-Mail Address
City of
Compton
205 South Willowbrook Avenue
Compton, CA 90220
John Strickland
Project Manager
310.605.5505
Jstrickland@comptoncity.org
City of San
Dimas
245 East Bonita Avenue San
Dimas, CA 91773
Krishna Patel
Director of Public Works
909.394.6240
kpatel@ci.san-dimas.ca.us
City of
Arcadia
240 West Huntington Drive
Arcadia, CA 91066-6021
Philip A. Wray, P.E.
Deputy Director of Development
Services/City Engineer
626.574-5488
pwray@ci.arcadia.ca.us
6.11.a
Packet Pg. 155
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 8
3. CONSTRUCTION ADMINISTRATION AND INSPECTION
PROJECT UNDERSTANDING
The City of Diamond Bar is seeking a civil engineering firm to provide construction management, and
construction inspection services for the installation of city monument signs at two project locations as outlined
below:
1) Diamond Bar Blvd. at South of Temple Ave.
2) Golden Springs Drive at West of Coulbourne Drive
It is also understood that base bid schedule A & B as well as Alternate bid schedule A3 and B3 are included in the
baseline scope of work for the contract which includes the construction of median post and wooden railes as wlel
as accent lighting and boulders. Based on review of the bid documents, it is understood that the apparent low
bidder for this project is Aramexx Construction with a total base bid amount of $291,044
It is understood that the contractor has expressed concern with regard to maintaining the project schedule. This
will be a critical item for the construction management team to coordinate and stay on top of during construction.
Though the CM and Inspector do not have control over the operations in the field, we are able to suggest to the
contractor best methods for achieving their goals and, most importantly, protect the City’s interest if and when
the Contractor’s schedule begins to slip. As these projects are located on arterial roadway segments, completion
of the construction activities prior to peak traffic periods will be critical in the positive public perception for this
project.
Based on TAIT’s understanding of prior similar projects, the following are believed to be critical on this contract:
CITY NEEDS A CONSULTANT WITH… TAIT HAS…
Full Understandings of the Project Intent and Needs In house Engineering and architectural staff that
are able to review and provide input on the plans
and submittals.
Expertise in managing a Contractor that may not
have the resources to keep the project schedule
Communication and follow-through is the key to
maintaining the project schedule. Based on TAIT’s
project approach, schedule and submittal review
will be initiated early in the project. During
construction, TAIT team will be in regular contact
with the Contractor to review any slippage and
discuss corrective measures.
A cohesive project team able to work together with
the City and the Contractor to construct a
SUCCESSFUL and TIMELY project
TAIT & LAE have successfully worked together on
multiple recent contracts. Our project team will
be sure to communicate and coordinate early with
the contractor and the City to encourage a
successful completion of the project.
In order for this contract to be successful, it will be critical that the selected construction manager and
inspector communicate CLEARLY and REGULARLY with the contractor to maintain the City’s goals.
6.11.a
Packet Pg. 156
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 9
WORK PLAN/SCOPE OF WORK
TAIT takes no exceptions to the City’s proposed scope of work. Based on our review of the City’s RFP, project site
and existing records, the following is our proposed final scope of work for the City’s design contract:
A. Construction Kickoff Meeting
This task is a suggested task that is recommended by TAIT in order to ensure a successful project.
Prior to the pre-construction meeting, TAIT will schedule a meeting with City staff to discuss the construction
phase and to align our team to the City’s desired project schedule and intentions. TAIT’s construction manager
and construction inspector will be present at this meeting. Items of discussion at this meeting will include review
of the Contractor’s bid, review of the desired project schedule, discussion of critical work items, and identification
of construction phase contact lists for the City and TAIT team members. Upon completion of the construction
coordination meeting, TAIT will schedule the pre-construction meeting described below.
B. Pre-Construction Meeting & Coordination
This task includes the scope required under task 1 of the RFP.
The next item of work will be to schedule and coordinate the pre-construction meeting with the contractor, City,
Utilities and Stakeholder. TAIT will be responsible for preparing the meeting agenda, chairing the meeting and
preparing and distributing the meeting minutes. In addition to scheduling the preconstruction meeting, TAIT will
coordinate with known utilities and the contractor to ensure that all necessary information is being transmitted
to the appropriate parties.
Deliverables:
Meeting Agenda & Minutes
C. Submittal & Schedule Review
This task includes the preparatory scope for tasks 2 through 11 of the RFP during the preconstruction stage.
TAIT will work closely with the selected contractor to encourage early submittal of all construction submittals in
order to aid in the timely start of the construction contract. TAIT will review, stamp, and distribute all submittals
provided by the contractor and will ensure that all items installed in the field have been reviewed prior to
installation. TAIT will also be responsible for reviewing the contractor proposed schedule and phasing operations
to ensure they are in compliance with the project specification requirements. This work item also includes the
hours necessary for our construction inspector to review the contract documents and prepare all necessary field
binders. It is critical that the inspector be fully aware of the contract requirements on public contracts in order to
ensure that the project is a success.
Deliverables:
Signed & Stamped Construction Submittals
6.11.a
Packet Pg. 157
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 10
D. Construction Management & Inspection Services
This task includes the scope required for tasks 2 through 11 of the RFP.
Per RFP requirements, a total of 30 working days for the construction working days on this contract. Our proposed
scope of work has assumes a full time inspector at 8 hours per day and a part time construction manager at 4
hours per day. TAIT will only bill the actual hours incurred for the construction management services. Our
construction management & inspection services scope includes, but is not limited to the following items:
Monument Preservation:
It is our policy that no physical construction work is allowed on any of our jobs until the monument preservations
has been conducted and verified by the Construction Manager. TAIT will coordinate with the Contractor to ensure
that their surveyor conducts an adequate monument research and tie out prior to the start of construction. All
observed monuments will be tied out and corner records will be filed at the County recorder’s office. Upon
construction completion, all demolished monuments will be re-set and a new corner record will be filed at the
county recorder’s office. All monument preservation documentation will be included in the construction binder
for the City’s records.
Construction Staking (Item 2)
It is understood that elevation based design has not been included on the design plans and that construction
staking will not be required on this contract. TAIT will review contractor forms in the field in conjunction with any
field monuments and hubs that have been set by their surveyor or crew, however, no physical construction staking
is anticipated.
Construction Inspection (Item 3, 4, 5 & 10)
Tait will provide full time construction inspection services during the life of this contract. Our inspector will keep
a close eye on the working hours, traffic control, construction phasing, and material and will actively coordinate
with the materials lab to ensure adequate testing is enacted throughout the life of the contract. The inspector
will compile a daily construction log and photo log for each day’s work and will provide signed copies of each day’s
report to the City. The daily inspection log will include the date, weather and wind conditions for the day’s work,
the names of all construction workers on the project site, total hours worked on a daily basis for each employee,
the identification of each piece of equipment on the project site for each work day, and a diary of the construction
activities noted on site for the day’s work.
Field inspection will be conducted by the LAE Construction Inspector. It will be ensured that the Inspector:
o Has detail compression of plans/specs, field condition, project schedule, traffic control/staging
plans, and permits
o Attend all meetings
o Confirm compliance with Americans with Disabilities Act (ADA)
requirements and contract guidelines
o Verify contractor’s construction stakes
o Coordinate and schedule sampling and testing of construction materials
o Retain delivery tickets
6.11.a
Packet Pg. 158
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 11
o Ensure that all existing survey monuments on all pavement areas and hardscape areas disturbed
by the contractor are restored by the contractor
o Record construction changes to use for the preparation of the record drawings
o Report to City violations to any applicable regulations by Contractor and sub-contractors
o Have a copy of the contract documents and construction-related documents at the construction
site
o Take and maintain project site photos
o Communicate with utility companies and other agencies
o Prepare Daily Reports, on a City approved format, which will consist of:
Contractors working hours on the jobsite.
Contractor/sub-contractor personnel and equipment on the jobsite.
Weather conditions and impact on the progress of the work.
Tasks or instructions given to the contractor.
Daily use of the contractor and sub-contractor equipment.
Observations relevant to the work progress, including deficiencies or violations of
contract by the contractor.
Delivery of materials to the project site.
Observed or foreseen delays and reasons as to why, and what contractor will do as a
response.
Claims, additions, removals pertaining to contract items.
Visitors who come to the job site with interest in the project.
Work activities
Construction progress
Quantities measurements
Construction Management (Item 5, 7 & 9)
TAIT will provide construction management services during the life of this contract. Our construction manager
will be available 24/7 to the City and Contractor to ensure that the construction of this project proceeds smoothly.
The construction manager will be responsible for reviewing the inspector’s daily construction report, reviewing
construction submittals and RFI’s, coordinating with the Contractor regarding construction scheduling, reviewing
and approving progress payments, reviewing and filing labor compliance documentation, and corresponding with
any residents or stakeholders during the life of the contract.
Public Coordination (Item 6)
This project has the potential to garner questions and concerns from the public due to its high visibility
construction limits. Our construction manager will provide his cell phone number to the City and the field crew
in order to ensure that he is always available to answer questions and keep the project moving. Any complaints
received will be documented and will be circulated to the City for initial review and then responded to in a timely
manner. Public perception of a project is critical to its success and TAIT will work tirelessly to ensure public
coordination has been conducted adequately.
Review & Respond to RFIs (Item 7):
Our construction manager will be responsible for documenting, reviewing, and responding to all RFIs received
from the contractor during the life of the construction project. Tait will document and respond to all RFIs on an
6.11.a
Packet Pg. 159
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 12
accelerated basis in order to ensure that the construction project remains on schedule. All responses will be
forwarded to the City prior to distribution to verify the information and ensure the response is in line with the
City’s intent on the contract.
Change Orders (Item 9):
It is our goal to avoid change orders. We accomplish this through effective communication with the contractor,
reviewing the contract documents with the contractor in advance of the work to construction in order to
anticipate potential problem areas, and being willing to work with the contractor in order to create a team building
atmosphere on the project site. If a change order is deemed necessary, Tait will prepare a cost estimate and
change order documentation for the City’s review. No additional work will be authorized prior to the approval of
the City’s project manager.
Progress Payments:
TAIT will review and provide backup for each of the progress payments on this contract. Prior to submittal of the
progress payment, the Contractor will review the quantities with the construction inspector in order to ensure
the progress payment is accurate and acceptable. Based on the construction duration, it is anticipated that two
progress payments (#1 & Final) will be needed on this contract. Each progress payment will include the contractor
original invoice along with a spread sheet prepared by Tait calculating and verifying the quantities, unit prices and
total cost of the invoice. All progress payments will be signed by the construction manager and forwarded to the
City for review and processing.
Labor Compliance (Item 8):
Another key duty of the construction management phase will be the documentation and filing of the required
labor compliance documentation. Tait will coordinate with the Contractor labor compliance officer in order to
obtain the fringe benefit statements and certified payrolls for each of the employees on site. The payrolls will be
compared to the daily inspection logs to ensure that the number of and names of the employees on site correlate
with the field conditions. TAIT will compile all labor compliance documentation in the construction binder and
will submit all documents to the City at the completion of the project. Our scope will include:
o Ensure the prime contractor and sub-contractors attend the pre-construction meetings, submit
Certified Payrolls and other related documents. Review the labor compliance administration and
interview process with Contractor/sub-contractors.
o Interview contractor/sub-contractor(s) workers as required
o Ensure proper posting of the appropriate Federal and State Wage Determinations and Federal Labor
Compliance posters on the project site.
o Review the Certified Payroll records, fringe benefit statements/other documents, interview forms,
daily logs, and compare for accuracy. Prepare reports of any deficiencies.
o Request Contractor to turn in back up documents for the contractor, subcontractors, second tier
subcontractors, and unlisted subcontractors (contracts less than $10,000) working on the project.
6.11.a
Packet Pg. 160
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 13
Construction Punch List (Item 11)
TAIT will compile an ongoing list of punch list items during the life of the contract. It is our goal to ensure these
items get taken care of during the course of the contract so that there is not a long list of punch list items remaining
at the end of the contract. TAIT will work closely with the contractor to ensure that as many of the punch list
items are taken care of prior to compilation of the final punch list. Upon completion of the construction project,
Tait will conduct a final construction job walk to review and add any miscellaneous items to the punch list for the
contractor action. TAIT will also request City input on the final punch list in order to ensure all work items are
captured in this list. Upon completion of all punch list items, TAIT will schedule a punch list walk with the City and
Contractor to field review and verify the completion of the punch list items.
Deliverables:
Construction Correspondence Records, Daily Inspection Logs and Photo Logs, Response to RFIs, Contract
Change Orders, Signed and Reviewed Progress Payments, & Labor Compliance Documentation
E. Architectural Support Services
This task includes a total of 6 hours of architectural support hours for any necessary architectural submittal review
(if not provided by the designer), field architectural reviews, and any other architectural element. This task is
assumed to be a time and material task and will be billed on an as needed basis with the City prior approval.
F. Plant Establishment Inspections
This task includes the scope required for tasks 4 of the RFP.
Upon completion of construction, TAIT will conduct three additional one day inspections to review the plant
establishment for the proposed landscaping improvements. Each inspection will include site photos and a written
memo/log of the findings and any issues observed. It is assumed that the City’s will also conduct regular field
inspections for the planting should intermediate problem occur in between the three designated reviews.
G. Construction Closeout
This task includes the post construction scope required to close out activities from tasks 2 through 11 of the RFP as
well as the work required in task 12 of the RFP.
As-Built Records:
As this project has considerable architectural details, TAIT will compile and coordinate the preparation of the As-
built Drawings with the design landscape architect for this project. It is assumed that TAIT will compile the TAIT
and Contractor Redlines and will submit to the landscape architect for their review, drafting, and return to TAIT
for verification prior to submittal to the City. Should the City elect to have TAIT prepare the as-built plans, TIAT
will markup the provide project PDF’s in Bluebeam and provide a cleaned up version of the plans in PDF format
for the City’s records. CAD design/revisions are not assumed as part of this task.
Construction Closeout
Upon completion of the construction contract, TAIT will work with the contractor to obtain the final progress
payment and all outstanding labor compliance documentation. All final construction documents and records will
be compiled in construction binders and will be submitted to the City for their records and keeping. TAIT’s contract
6.11.a
Packet Pg. 161
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 14
will be complete upon the acceptance of the final construction binder and the filing of the notice of completion
by City staff.
Deliverables:
As-Built Plans (PDF Format)
Field Red-Line Documentation
ALTERNATE WORK ITEMS
A. Additional Construction Inspectoin Hours (15 Working days)
Based on our correspondence with the City, it is understood that the Contractor has expressed concern with the
construction duration and that there is a likelihood that the overall construction duration may be extended. As a
result, TAIT has included this alternate work item to extend the construction duration from 30 working days to 45
working days (additional 15 working days). This additional scope assumes a similar level of effort of 8 hours per
day of inspection activities and 4 hours per day for construction management activities. The scope and level of
service for this task will be the same as described above.
6.11.a
Packet Pg. 162
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 15
4. RESOURCE REQUIREMENTS
Per the RFP requirements, the following table has been prepared to present the resource requirements that have been anticipated for this project.
.
WORK TASK PM/Asst.Senior TAIT LAE ITEM TOTALS
TASK #CM CM Architect Admin Inspector HOURS
CONSTRUCTION ADMINISTRATION & INSPECTION SERVICES
Construction Kickoff Meeting A 2 2 1 4 9
Pre-Construction Meeting B 2 2 1 4 9
Submittal & Schedule Review C 8 8 2 12 30
Construction Management & Inspection Services D 40 80 6 240 366
Architectural Support Services E 6 6
Plant Establishment Inspections F 2 12 2 16
Construction Closeout Documentation G 8 12 2 10 32
SUBTOTAL 62 116 6 14 270 468
ALTERNATE WORK ITEMS
Additional Construction Inspection Hours (15 Working Days)A 20 40 2 120 182
SUBTOTAL 20 40 0 2 120 182
Assumptoins:
1) Total of 30 working days are assumed for the construction duration. Should the Contractor exceed the allowable working days additional fees may be requested based on
the status of the CM/IOR hours.
2) Inspection hours are assumed at full time (8 hr/day) including daily report office preparation hours. Construction Management hours are assumed at part time (4hr/day) with
hours split between the CM & Assistant CM.
3) Material Testing & Surveying are assumed to not be needed or provided by others.
6.11.a
Packet Pg. 163
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Page | 16
5. FEE SCHEDULE
The proposed rates for the individuals assigned to the project have been included in the fee proposal noted in
section 6. A current fee schedule has also been included as an attachment to outline TAIT rates for all other
disciplines as it may pertain to additional work on this contract.
6. FEE PROPOSAL
Per RFP requirements, a not to exceed fee proposal has been included in a separately sealed envelope for the
City’s review and consideration.
7. AGREEMENT
TAIT accepts the City’s agreement with the exception of one minor clarification to section 12 of the Agreement
which has been suggested below. Please review the suggested addition and provide us with comment on
whether this is acceptable to the City.
8. INSURANCE
Per RFP requirements, TAIT certifies that it has in place the required insurance coverage per the City’s contract
requirements and will provide all insurance documentation upon notification of award for this contract. .
6.11.a
Packet Pg. 164
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Appendix Page | 1
APPENDIX A - RESUMES
Resumes of Key Personnel
6.11.a
Packet Pg. 165
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Appendix Page | 2
Resumes of Key Personnel
David Sloan, PE
CONSTRUCTION MANAGER
As a Project Manager, David has performed and coordinated detailed designs on arterial
roadways, conducted utility coordination for major relocations on high profile projects and
assisted in coordination and project management efforts on multiple projects throughout
the Southern California region. David has acted as community coordinator for high profile
projects and has coordinated presentations of the project scope, intent and impact in front
of the affected stakeholders and local communities. David is an effective communicator and
actively stays in contact with his clients throughout the life of his projects. David has also
been responsible for multiple public work construction management projects, which brings
value to design projects by fully understanding the methods and costs of construction
projects. David is also responsible for supervising staff at TAIT on the preparation of public
and private development projects throughout the Southern California region.
Citywide Comprehensive Drainage Analysis, City of Diamond Bar, Project Manager, 2014
David was the Project Manager to the City of Diamond Bar for the analysis and preparation
of a report recommending the design solutions for 11 locations throughout the City that
currently experience roadway or parkway nuisance flows resulting from constant
groundwater intrusion. The project includes the geotechnical analysis of each location,
review of the site for pre and post rain conditions, preparation of preliminary design
scenarios for each design location, the preparation of construction and design budgets for
each project locations for use in future CIP project budgets, and the compilation of existing
geotechnical, engineering and utility records for each location for use in future detailed
design.
Reagan & Peterson Parking Lot Rehabilitation for the City of Diamond Bar, Project
Manager, 2015
David served as the Project Manager and Construction Manager to the City of Diamond Bar
for expansion and reconstruction of two public park parking lots. The design included the analysis of traffic flow,
preparation of a geotechnical investigation, design of water quality management plan and hydrology, and the
preparation of detail PS&E for the construction of the proposed improvements. Analysis, removal, and
replacement of park trees were required as part of this contract.
Portola Parkway Resurfacing Project, Project Manager, 2015
David is currently serving as the Project Manager to the City of Lake Forest on this federally funded arterial
pavement rehabilitation project which included design engineering, geotechnical engineering, surveying, and
federal documentation/ approvals. The project included the rehabilitation of the arterial roadway as well as the
identification and replacement of non-ADA compliant or non-functional PCC sidewalk, curb ramp, curb and gutter
and other improvements. The design also included the replacement and updating of the roadway and bike lane
striping throughout the project limits. The project also included the relocation and reconstruction of an existing
median at Bake parkway in order to construct an additional left turn pocket.
Education
BS Civil Engineering –
Tau Beta Pi Honor
Society & Chi Epsilon,
University of Southern
California
BS Physical Science,
Biola
Year of TAIT Team
Enlistment
2014
Total Experience
10
Certifications
Professional Engineer
California No. 82595
6.11.a
Packet Pg. 166
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Appendix Page | 3
Jeffrey Road Drainage Modification Project, Irvine Project Engineer, 2013
David served as project engineer for the City of Irvine’s Jeffrey Road Drainage Modification Project which included
the design and removal and replacement of two existing CSP drop inlets and sedimentation inlets, as well as two
maintenance walkways, a retaining wall and drainage channel modifications. David was responsible for
coordinating and transferring design data between engineering firms, preparing the design plans and preparing
the project specifications and estimates. This project was directly adjacent to the recently completed Jeffrey Road
railroad undercrossing and required careful analysis of existing utilities, right of way lines and stakeholders.
FY13/14 Major Street Rehabilitation, City of Pomona, Project Manager, 2015
David served as the Project Manager to the City of Pomona for their annual major street rehabilitation project.
The project includes the rehabilitation of eight arterial and collector segments of roadway throughout the City.
The project required analysis of the existing pavement conditions, recommendation of alternate rehabilitation
methods by use of recycled pavement options, obtaining an SCRRA railroad encroachment permits, upgrading of
4 roadway segments in add new bike lanes and the analysis and replacement of all curb ramps along the project
limits.
2012 Citywide Street Rehab. Project, City of Placentia, Project Engineer/CM, 2013
David served as Project Engineer and Construction Manager for the City of Placentia on the 2012 City-wide
Residential Street Rehabilitation Project. The project was funded by a variety of sources including Gas Tax,
Proposition 1B, Measure M1, and Measure M2. Our analysis included 75 miles of roadway and the actual design
spanned 35 miles. The scope of work included rehabilitating the roadway using primarily Type II Slurry Seal, chip
seal, and portions of full R&R. The final design included rehabilitating 41% of the City’s residential roadways,
including 109 new ADA compliant curb ramps, 5,445 tons of slurry, 105,050 square yards of chip seal, grind and
overlay with 235,070 tons of AC paving, adjusting 209 manholes and 369 water valve, and 2,363 LF of curb and
gutter.
Residential Area 7 & Arterial Zone 5 Road Maintenance Project – Diamond Bar, Project Engineer/CM, 2012
David served as Project Engineer and Construction Manager to the City of Diamond Bar on their Area 7 and Arterial
Zone 5 Road Maintenance Project. The limits of this project include a total of 19.5 centerline miles of residential,
collector and arterial streets. The scope of work included rehabilitating the roadway using primarily slurry seal
and chip seal methods. In areas of extreme degradation, an asphalt overlay or full width grind and replacement
was recommended depending on funding availability. To provide a complete and accurate design, David and the
team individually walked each proposed roadway to note necessary localized AC remove and replace patches,
damaged curb & gutter and uplifted or non-ADA compliant sidewalks.
Residential Area 6 Roadway Rehabilitation Project: City Of Diamond Bar, Construction Manager, 2011
David served as Construction Manager to the City of Diamond Bar on this 11.8 mile residential road rehabilitation
project. The scope of work included localized R&R patching, grind and overlay, cape and slurry seal, traffic loops,
adjusting 120 manholes and 220 valves, and required heavy strict phasing and traffic control. At the onset of this
project David provided a constructability review, allowing the designer to incorporate comments from our
construction team. Our management team actively reviewed all submittals and schedules to suggest expediting
certain work items or switching the order David actively responded to all resident questions and addressed needs
of the community and City, as well.
190th Street Rehabilitation Project, City of Torrance, Project Engineer, 2014
6.11.a
Packet Pg. 167
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Appendix Page | 4
David acted as the Project Engineer and Project Coordinator to the City of T orrance for the 190th Street
Rehabilitation Project. The project included the rehabilitation of 190th Street from Hawthorne Boulevard to Prairie
Avenue and included localized pavement reconstructions, pavement grind and overlay, PCC removal and
replacements, traffic signal upgrades and replacement of existing signing and striping. The PS&E included design
plan and profile, signing and striping plans and traffic control plans. Careful coordination was conducted with City
staff during the design phase to ensure traffic control methods were prepared in accordance with City
requirements.
Residential Street Rehabilitation for I-94, City of Torrance, Project Engineer, 2013
David served as Project Engineer to the City of Torrance to rehabilitate streets in residential Areas A & C. Project
limits included 30,000 LF of primarily residential roadways with several main arterials. David conducted a
comprehensive site assessment and designed a custom rolled swale with colored concrete for Zone A, preserving
the traditional quality of the neighborhood, while capturing surface runoff and preventing erosion and ponding.
David also served as community coordinator on this contract and presented the design to the Zone A at a
community meeting.
Jamboree Road Roadway Rehabilitation Project, City of Irvine, Project Engineer, 2013
David served as Project Engineer for the City of Irvine to rehabilitate Jamboree Road, from MacArthur to Camp.
The project was located in the City of Irvine as well as the City of Newport Beach which required extensive
correspondence with both agencies during the design phase. Funding deadlines required an expedited design,
and the design was modified mid-way through to eliminate anticipated median island improvements on this 119-
foot-wide major arterial. The design included grind and ARHM overlay, 2,232 tons of 10-inch FDR, upgrading 9
ramps to meet ADA compliance, loop installation, and video detection at 2 intersections.
STPL Woodruff Ave. & Palo Verde Ave. Rehab. Project, City of Bellflower, Project Engineer, 2013
As Project Engineer, David provided Design engineering and Federal Aid Documentation services to the City of
Bellflower for this STPL-funded project. The project spanned 5,200 LF of arterial roadway, along Woodruff
Avenue, from Alondra Boulevard to Somerset Boulevard and Palo Verdes Avenue, from the South City Limits to
Artesia Boulevard. The project was designed as a single project, but split for construction. The scope included
full-width grind and ARHM overlay, localized full-depth reconstruction, PCC sidewalk, curb & gutter, driveway,
installing 16 ADA-compliant curb ramps, as well as extensive traffic control to allow access to open businesses
during construction. David prepared an E-76 Construction Authorization Package to obtain Caltrans approval on
the project and to secure funding. David continued to coordinate with Caltrans for the duration of this contract.
Abridged List of Additional Project Experience by David:
Area 2 & Zone 1 Roadway Maintenance Project, City of Diamond Bar, Project Engineer
Rosini & Rosewood Neighborhood Rehabilitation Phase II, Commerce, Project Engineer, 2013
Harbor Blvd. & Gisler Avenue Intersection Improvement Project, Costa Mesa, Project Engineer, 2014
STPL Bellflower Blvd. & Woodruff Ave. Rehabilitation, City of Bellflower, Project Engineer, 2011
Irvine Center Drive Rehabilitation Project – City of Irvine, Project Engineer, 2009
6.11.a
Packet Pg. 168
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Appendix Page | 5
Jacob Vandervis, PE
PRINCIPAL-IN-CHARGE
Mr. Vandervis currently serves as a Vice President/Chief Operations Officer in TAIT’s
Corporate Office in Santa Ana. In addition to his management duties, he acts as the
primary point of contact for several national retail and residential developers. Mr.
Vandervis is a licensed civil engineer with over 31 years of experience with land
development projects in the western United States. He has been a member of the TAIT
team for the past 20 years. His areas of expertise include site design, grading design,
drainage studies, water pollution control plans, erosion & sediment control plans, as well
as street improvement plans. He is experienced in site design of all sizes for commercial
development, involved in preliminary design to develop cost estimates & due diligence
packages, as well as experienced in the entitlement phase of projects. His surveying
experience includes the preparation of ALTA and topographic surveys, parcel maps,
record of survey, and legal descriptions. He is a certified Qualified SWPP Developer (QSD),
Certified Development, Design & Construction Professional (CDP), and Certified Retail
Property Executive (CRX)
Harbor Blvd. Street Reconfiguration, Water Main Replacement & Utility Relocations,
City of Garden Grove, Principal-in-Charge, 2013
Principal-in-Charge of the work being conducted by all TAIT staff to provide Design
Engineering Service for then $500 K water main replacement and utility relocation project
and the $ 1 M Street Reconfiguration Project in the City of Garden Grove. Primary
responsibilities were to ensure the project was properly staffed and that the work was
completed to the satisfaction of both TAIT & Associates as well as the City of Garden
Grove.
On-Call Engineering Services, Orange County Public Works, Principal-In-Charge, 2010 – Present
Principal-in-Charge of the work being conducted by all TAIT staff and sub-consultants to provide Plan Check and
On-Call Engineering Services for the County of Orange Planned Communities. Primary responsibilities were to
ensure the project is properly staffed and that the work is completed to the satisfaction of both TAIT & Associates
as well as the County of Orange.
100 Acre Parcel Development El Toro Marine Base, Orange County Public Works, Project Director, 2009 - Present
Services provided to the County have included a study of the existing and planned infrastructure for the
redevelopment of several County of Orange parcels. Additional infrastructure assessment and cost studies have
been prepared for the placement of a potential waterpark with the County’s parcels. TAIT also conducted an
assessment of five existing warehouse structures for a potential interim reuse. These projects required an
extensive site review and assessment of existing conditions including the review of existing and future sewer,
water, gas, electrical, telephone and drainage infrastructure available for redevelopment and the preparation of
potential costs for redevelopment of the County property.
Education
B.S. -- Civil Engineering
California State
University, Long Beach
Year of TAIT Team
Enlistment
1997
Total Experience
31
Certifications
Registered Professional
Engineer, Civil –
California, Oregon,
Arizona, Utah, Nevada,
and Alaska
6.11.a
Packet Pg. 169
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Appendix Page | 6
City Hall Underground Fuel Storage Tank Removal and Replacement, City of Irvine, Principal-In-Charge, 2013
As Principal-In-Charge Mr. Vandervis made sure that the project was completed to the satisfaction of the City of
Irvine Project Manager. He also made sure that we had qualified staff and resources working the project to be
sure that all the deliverables were to a standard that was expected by both TAIT as well as the City of Irvine.
Columbus Square Community, Tustin, CA, Principal-In-Charge, 2008
Working closely with Lennar Homes, the City of Tustin and Irvine Ranch Water District, Mr. Vandervis was able to
direct the preparation of planning studies and final design for the development of infrastructure improvements
to provided underground wet and dry utilities, public and private streets, storm drain systems and site grading for
this 110–acre planned residential development on the former USMC Tustin Air Station. His efforts included review
and coordination with Southern California Edison for design of the backbone electrical services.
FBI Training Center, Orange County Public Works, Principal-In-Charge/Structural Engineer, 2007 -2008
Provided structural design for a 1,480 square foot masonry block structure to be constructed at new FBI training
facility on the former El Toro Marine Base. The site improvements were to include the construction of a new
classroom and a covered training area adjacent to an existing structure. The site was a former USMC shooting
range and was being upgraded by the FBI. To help minimize the overall construction cost and to speed up
construction, the use of a pre-manufactured roof truss for the structure was proposed. The design/build
construction of the facility was completed in August 2008.
Tuscany Senior Apartments – Los Angeles, CA 2004-2007 (Principal-In-Charge)
Supervised civil engineering design services for a new 315-unit, 13-acre senior care facility constructed in
collaboration with Shapell Industries and the City of Los Angeles. ADA access required consideration in developing
the ultimate arrangement of and improvements to the seniors’ complex. In addition to preparing grading,
drainage, and utility plans for the project, our services included the preparation and processing of tentative map
and final parcel maps. Public street improvements along the project frontages were designed and plans were
processed through the City of Los Angeles, Bureau of Engineering.
Boeing Harbor Gateway Center, Los Angeles, CA, Senior Project Manager, 1997-2000
The development of the Harbor Gateway Center, a 170-acre site located in the heart of the dynamic South Bay
Area in Los Angeles. Major tasks include the demolition (nearly 2.4 million square feet) of the existing site,
infrastructure design and coordination of all consultants. Overview of public improvement activities of nearly two
miles of city streets containing storm drain, sanitary sewer, public water, electricity, gas, telephone, cable
television, railroad crossings, and fiber optics. The Harbor Gateway was one of the largest land development
projects within the City of Los Angeles.
Abridged List of Additional Project Experience by Jake:
Foothill Crossing, City of Rancho Cucamonga (Principal-In-Charge)
Columbus Square Infrastructure Improvements, City of Tustin, (Principal-In-Charge)
Entertainment Park, City of Anaheim (Senior Project Manager)
Chino Hill Center, City of Chino Hills (Senior Project Manager)
6.11.a
Packet Pg. 170
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Appendix Page | 7
Tim Virus, AIA
PROJECT ARCHITECT
Mr. Virus has over 36 years of overall industry experience in the design and planning of
retail fueling facilities’, commercial retail centers, industrial process, multi-family and
custom residential projects throughout California. An Orange County third generation
native with roots back to the original Anaheim Colony, Timothy grew up in a
development – construction family that was involved in creation of several County
landmarks. As Senior Architect with the TAIT Companies he is in charge of supervising
the comprehensive development of all projects within the architectural services
division. His responsibilities include the management of the majority of the Albertson’s
and Bristol Farms work in Southern California, reviewing and supervising work for
Kroger (Ralph’s & Fry’s) and Petco in California and Arizona. He has also supervised
Architectural design projects for the Lennar Design Development Center at El Toro,
administering and coordinating document and specification preparation, directing
responses to permit approval comments and performing construction contract
administration. Mr. Virus has broad experience with accessibility compliance issues, has
conducted numerous facility evaluations, made recommendation for improvements.
Hall of Administration Benefits Consolidation Relocation, County of Orange, Project
Architect, 2013
The project provided for the space planning and remodel of the existing office space on
the first floor of the Hall of Administration (HOA) for the relocation of the HRS staff from
the second floor of the HOA.
County of Orange Juvenile Hall Security Doors, County of Orange, Project Architect,
2013
The performance of this project involved architectural services to provide plans and
specifications to design and engineer the replacement of interior and exterior security
doors, including institutional detention hardware and locking systems in Units M and O
and the Control Area at Juvenile Hall. The project required completion of plans and
specifications in time to bid and award a construction contract before December 31,
2013.
Prado Demolition at 5 Facility Sites, County of Orange Flood Control District, Project
Architect, 2014- Present
The project consists of clearing and demolition of approximately 80.45 acres consisting
of existing structures, partially demolished, from a previous dairy farm. The project is to
clear away all the buildings, site walls, misc. structures, elevated slabs (above 4” from
adjacent grade), stem walls, fencing and all trees and shrubs in the designated parcel.
The work also includes destroying and capping existing water wells, filling in an existing
swimming pool and removing abandoned septic systems.
Education
Bachelor of Architecture
California Polytechnic State
University, San Luis Obispo,
1982
Year of Tait Team
Enlistment
1990
Total Experience
36
Certifications
Licensed / Registered
Architect - Arizona,
California, Colorado, Hawaii,
Idaho, Montana, Nevada,
New Mexico, Oregon,
Pennsylvania, Texas, Utah,
Washington and Wyoming
Licensed Architect
California No. C17342
Building Plans Examiner
ICBO/ICC - 0848188
NCARB Certification
Construction Contractor –
California – Class B ‘General’
#476,079
Certificate of Participation
Architecture / Fine Arts
Program, Ecole de’Art
de’Americanes,
Fountainebleau, France
6.11.a
Packet Pg. 171
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Appendix Page | 8
Alameda Corridor East (ACE) San Gabriel Trench Grade Separation, Paragon Partners, Ltd, Project Architect,
2013-Present
TAIT is currently involved with three separate projects associated with the Alameda Corridor East (ACE) San
Gabriel Trench grade separation project. Remodel of existing building and expansion to add a temporary metal
building structure as a dust mitigation measure due to the existing business impaction by the ACE constructions.
Located in City of San Gabriel. Project start July 2014, still ongoing. Design cost: $45,000. Building and site
modification to provide new internal driveway access to the facility impacted by the long-term temporary
closure of the existing internal driveway access due to ACE constructions. Located in City of Walnut. Project start
June 2014, still ongoing. Design cost: $50,000. New site and building design for replacement of the existing
facility that will be raised to accommodate street widening for the grade separation. Located in City of Industry.
Project start March 2013, still ongoing. Design cost: $175,000.
Silverado Campus Conversion, County of Orange, Project Architect, 2013-Present
TAIT’s current task order assignment with OC Parks includes preparing plans for the demolition of several
existing campus structures with the conversion of the former classrooms and office space into a County Library,
offices for County Parks staff, and community meeting rooms that cover 3500 square feet of usable enclosed
space. Site work in the initial phase will consist of implementing Code-required ADA improvements for public
access at the campus and for public restrooms, upgrading of the existing parking lot, and provisions to provide
security lighting for night-time use of the facility. Construction is scheduled to commence in spring of 2015 with
an opening date for the Library by the end of 2015.
El Toro Marine Base 140 Acre Infrastructure Redevelopment, County of Orange, Project Architect, 2003-
Present
Services provided to the County have included a study of the existing and planned infrastructure for the
redevelopment of several County of Orange parcels. Additional infrastructure assessment and cost studies have
been prepared for the placement of a potential waterpark with the County’s parcels. TAIT also conducted an
assessment of five existing warehouse structures for a potential interim reuse. These projects required an
extensive site review and assessment of existing conditions including the review of existing and future sewer,
water, gas, electrical, telephone and drainage infrastructure available for redevelopment and the preparation of
potential costs for redevelopment of the County property.
Main Beach & Crescent Bay Facilities, Laguna Beach, CA, Project Architect, 2002
This project, in three phases, involved a structural analysis of the City of Laguna Beach facilities at Main Beach
and replacement of the restroom facilities at Crescent Bay beach. The most visible aspect of this project was the
structural evaluation and renovation of the historical Lifeguard Tower at Main Beach. Other phases of this
project involved the demolition and reconstruction of a new community restroom structure at the Crescent Bay
Beach – this structure is adjacent and connected to a vital community sewage pumping station, subject to storm
surges and wave action, and required expansion to achieve disabled accessibility. The third phase involved the
structural analysis of the main beach lifeguard headquarter facility – ultimately it was determined that this
structure exhibited significant termite infestation and damage and could not be salvaged. Based upon
anticipated program criteria it was recommended that the operation be relocated to another location and a new
community restroom structure be constructed at this location, upon this sewer pump station.
6.11.a
Packet Pg. 172
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Appendix Page | 9
Carl Sutherland, E.I.T.
ASST. CONSTRUCTION MANAGER
Mr. Sutherland has professional experience in the field of Civil Engineering design,
construction inspection, and construction survey. He has inspected Storm water
pollution prevention plan, Electrical, Landscape/Irrigation, and Local Street paving
projects throughout Southern California. His technical background and areas of
expertise includes the design of Utilities and precise and rough grading. In addition to
serving as the firm’s Design Engineer, Mr. Sutherland also provides survey services such
as construction staking and topographic survey.
Carson Street Master Plan, City of Carson, Inspector, 2015 – 2017
The responsibilities of the QSP for this project is to provide site weekly, pre-storm, post-
storm, and during storm inspections for Construction General Permit compliance. As
part of the inspection process, the weekly and rain event inspection reports provided
recommended corrective measures to the contractor to comply with the Construction
General Permit.
The responsibilities of Street light/ Traffic signal and Landscape/Irrigation inspector for
this project was to make sure the corresponding work was done per plan and city
specifications, and provide daily inspection reports of the progress of the subcontractor
to the General construction manager and inspector. As well as coordinate field activities
with the City of Carson.
Local Streets Improvement, City of Gardena, Designer and Inspector, 2016-2017
A City of Gardena public works street improvement project which included; Field Survey
and identifying and locating of Street Monuments and utilities affected. Street design
Improvements which included site visits for assessment of pavement conditions.
Inspection as City of Gardena’s representor for AC paving and Traffic striping.
Pedestrian safety, City of Gardena, Construction management and Inspector, 2016-
2017
The responsibilities of Construction inspector and management including the oversight
of the construction of ADA curb ramp and removal and replacement of local streets
curb, gutter, sidewalk, and street trees.
Abridged List of Construction Survey Experience by Carl:
Monterey Park Retail Center, Monterey Park, Surveyor
Mission Viejo Medical Office Building, Mission Viejo , Surveyor
La Habra homes development , La Habra, Surveyor
Education
B.S. -- Civil Engineering,
Cal State University Long
Beach, 2015
Year of Tait Team
Enlistment
2017
Total Experience
2
Certifications
Engineer-In-Training –
Certificate No. 160992
California, 2017
NASSCO- LACP, MACP,
and PACP. Certificate No.
U-0517-070R03697
6.11.a
Packet Pg. 173
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Appendix Page | 10
6.11.a
Packet Pg. 174
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Appendix Page | 11
6.11.a
Packet Pg. 175
TAIT & Associates, Inc.
City Entry Monument Signs Project, Construction Administration/ Inspection Services
Appendix Page | 12
6.11.a
Packet Pg. 176
TAIT & ASSOCIATES PROPOSAL FORTAIT & ASSOCIATES PROPOSAL FOR
CITY ENTRY MONUMENT SIGNS PROJECT CM/IORCITY ENTRY MONUMENT SIGNS PROJECT CM/IOR Total Estimated Fee:59,985$
PROJECT FINANCIAL SUMMARYPROJECT FINANCIAL SUMMARY Total Estimated Fee + Alternate Items:81,655$
BILLING RATES 195 110 195 85 110 TOTAL PROJET COSTS
WORK TASK PM/Asst.Senior TAIT LAE LAE ITEM TOTALS
TASK #CM CM Architect Admin Inspector Management HOURS BILLABLE
CONSTRUCTION ADMINISTRATION & INSPECTION SERVICES
Construction Kickoff Meeting A 2 2 1 4 -$ 9 1,135$
Pre-Construction Meeting B 2 2 1 4 -$ 9 1,135$
Submittal & Schedule Review C 8 8 2 12 -$ 30 3,930$
Construction Management & Inspection Services D 40 80 6 240 2,625$ 366 46,135$
Architectural Support Services E 6 -$ 6 1,170$
Plant Establishment Inspections F 2 12 2 -$ 16 1,880$
Construction Closeout Documentation G 8 12 2 10 -$ 32 4,150$
SUBTOTAL 62 116 6 14 270 2,625$ 468 59,535$
REIMBURSABLES (Reprographics , Design Mileage, CM & IOR Mileage, etc.)450$
TOTAL NOT TO EXCEED BASE FEE 59,985$
ALTERNATE WORK ITEMS
Additional Construction Inspection Hours (15 Working Days)A 20 40 2 120 -$ 182 21,670$
SUBTOTAL 20 40 0 2 120 -$ 182 21,670$
Assumptoins:
CLIENT: City of Diamond Bar
PROJECT: City Entry Monument Signs Project, Construction Administration/ Inspection Services
PREPARED BY:DS 2018.07.09
1) Total of 30 working days are assumed for the construction duration. Should the Contractor exceed the allowable working days additional fees may be requested based on the status of the CM/IOR
hours.
2) Inspection hours are assumed at full time (8 hr/day) including daily report office preparation hours. Construction Management hours are assumed at part time (4hr/day) with hours split between the CM
& Assistant CM.
3) Material Testing & Surveying are assumed to not be needed or provided by others.
Page 1
6.11.a
Packet Pg. 177
Locations Map
Diamond Bar Blvd./
Temple Avenue
Golden Springs Drive/
Calbourne Drive
6.11.b
Packet Pg. 178
Agenda #: 6.12
Meeting Date: July 17, 2018
TO: Honorable Mayor and Members of the City Council
FROM: Daniel Fox, City Manager
TITLE: APPROVAL OF THE DESIGN AND PLANS, AND AW ARD OF
CONSTRUCTION AGREEMENT TO CT&T CONCRETE PAVING, INC.
FOR THE COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG)
AREA 6 RESIDENTIAL ADA CURB RAMP IMPROVEMENTS
PROJECT.
STRATEGIC
GOAL:
Safe, Sustainable & Healthy Community
RECOMMENDATION:
A. Appropriate $12,316 of Certified Access Specialist Program (CASP) Fund to fully
fund the CDBG Area 6 Residential ADA Curb Ramp Improvem ents;
B. Adopt Resolution No. 2018-XX approving the design and plans, and establishing
a project payment account, for the CDBG Area 6 Residential ADA Curb Ramp
Improvements; and,
C. Approve, and authorize the Mayor to sign, a Construction Agreement wi th CT&T
Concrete Paving, Inc. in the amount of $190,040, plus a contingency amount of $9,502
for Contract Change Orders to be approved by the City Manager, for a total
authorization amount of $199,542.
FINANCIAL IMPACT:
The Fiscal Year 2018-2019 Capital Improvement Program (CIP) Budget has $208,026
of Community Development Block Grant (CDBG) funds for the Area 6 Residential ADA
Curb Ramp Improvements project. The City receives CDBG Funds on a reimbursement
basis. As shown in the following table, the appropriation of $12,316 of CASP Fund will
be necessary to fully fund the project.
6.12
Packet Pg. 179
Area 6 Residential ADA Curb Ramp
Improvement Project
Project #601968-18
Available Funds Charge Balance
CDBG Program
Budget FY 2018-2019 $208,026.00 $208,026.00
CDBG Administration Cost ($20,800.00)$187,226.00
Construction Contract ($190,040.00)($2,814.00)
Construction Contingency (5%)($9,502.00)($12,316.00)
CASP Fund (Appropriation)$12,316.00 $0.00
The purpose or use of CASP Fund is to increase disability access and compliance with
construction related accessibility. The total contingency amount of $9,502 for CT&T
Concrete Paving, Inc. will only be used in the event of unforeseen circumstances that
will warrant a contract change order.
BACKGROUND/DISCUSSION:
As shown on the attached Vicinity Map, the Area 6 residential neighborhood is located
east of the SR- 57 freeway and north of the SR- 60 freeway. The purpose of this project
is to provide ADA accessibility to existing sidewalks with the construction of ADA
compliant curb ramps at various locations where no curb ramps or substandard curb
ramps exist. Sixty-four (64) new and/or upgraded curb ramps will be constructed.
With the completion of the plans and specifications, the project was advertised for bids
on May 24, 2018 with a bid opening on June 14, 2018. Three (3) bid proposals were
received. CT&T Concrete Paving, Inc. was the lowest responsible bidder with a total
base bid amount of $190,040.
The results for the bids submitted are shown below:
Company Bid Amount
1. CT&T Concrete Paving, Inc. $ 190,040
2. Hardy & Harper, Inc. $ 276,000
3. Gentry General Engineering, Inc. $ 441,000
The engineer’s estimate for the project was $195,000. Staff has verified the contractor
state license for CT&T Concrete Paving, Inc. to be valid. References were also checked
and excellent comments were given about the work completed. All work will be
completed within thirty (30) working days after the Notice of Proceed is issued. The
project schedule is tentatively set as follows:
Award of Contract July 17, 2018
Start of Construction August 2018
Completion of Construction September 2018
PREPARED BY:
6.12
Packet Pg. 180
REVIEWED BY:
Attachments:
1. 6.12.a Resolution 2018-XX
2. 6.12.b Contract Agreement for CT&T Concrete Paving
3. 6.12.c Vicinity Map
6.12
Packet Pg. 181
1
RESOLUTION NO. 2018-XX
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND
BAR APPROVING THE DESIGN AND PLANS FOR CDBG AREA 6
RESIDENTIAL ADA CURB RAMP IMPROVEMENTS
PROJECTPURSUANT TO GOVERNMENT CODE SECTION 830.6 AND
ESTABLISHING A PROJECT PAYMENT ACCOUNT.
The City Council of the City of Diamond Bar does resolve as follows:
SECTION 1: The City Council finds and declares as follows:
A. The City retained DMS Consultants, Inc. (“Consultant”) as the engineer to
design and prepare the plans for the CDBG Area 6 Residential ADA Curb
Ramps Improvements;
B. The Consultant informed the City Engineer that these plans are complete
and that construction of the Project may begin;
C. The City Engineer reviewed the completed design and plans for the
Project and agrees with the Consultant that the plans are complete and
the Project may be constructed;
D. The City Council wishes to obtain the immunities set forth in Government
Code § 830.6 with regard to the plans and construction of the Project.
SECTION 2: Design Immunity; Authorization.
A. The design and plans for the Project are determined to be consistent with
the City’s standards and are approved.
B. The design approval set forth in this Resolution occurred before actual
work on the Project construction commenced.
C. The approval granted by this Resolution conforms with the City’s General
Plan.
D. The City Engineer, or designee, is authorized to act on the City’s behalf in
approving any alterations or modifications of the design and plans
approved by this Resolution.
E. The approval and authorization granted by this Resolution is intended to
avail the City of the immunities set forth in Government Code § 830.6.
SECTION 3: Project Payment Account. For purposes of the Contract Documents
administering the Project, the City Council directs the City Manager, or
designee, to establish a fund containing sufficient monies from the current
6.12.a
Packet Pg. 182
2
fiscal year budget to pay for the Project (“Project Payment Account”).
The Project Payment Account is the sole source of funds available for the
Contract Sum, as defined in the Contract Document administering the
Project.
SECTION 4: The City Clerk is directed to certify the adoption of this Resolution.
SECTION 5: This Resolution will become effective immediately upon adoption.
PASSED, APPROVED, AND ADOPTED this 17th day of July, 2018.
________________________
Ruth M. Low, Mayor
I, Tommye A. Cribbins, City Clerk of the City of Diamond Bar, California, do hereby
certify that the foregoing Resolution was duly and regularly passed and adopted by the
City Council of the City of Diamond Bar, California, at its regular meeting held on the
17th day of July, 2018, by the following vote:
AYES: COUNCILMEMBERS:
NOES: COUNCILMEMBERS:
ABSENT: COUNCILMEMBERS:
ABSTAIN: COUNCILMEMBERS:
____________________________________
Tommye A. Cribbins, City Clerk
6.12.a
Packet Pg. 183
6.12.b
Packet Pg. 184
6.12.b
Packet Pg. 185
6.12.b
Packet Pg. 186
6.12.b
Packet Pg. 187
6.12.b
Packet Pg. 188
6.12.b
Packet Pg. 189
6.12.b
Packet Pg. 190
6.12.b
Packet Pg. 191
6.12.b
Packet Pg. 192
6.12.b
Packet Pg. 193
6.12.c
Packet Pg. 194
Agenda #: 6.13
Meeting Date: July 17, 2018
TO: Honorable Mayor and Members of the City Council
FROM: Daniel Fox, City Manager
TITLE: CONSULTING SERVICES AGREEMENT WITH ONWARD
ENGINEERING, INC. FOR CONSTRUCTION ADMINISTRATION AND
INSPECTION SERVICES FOR THE COMMUNITY DEVELOPMENT
BLOCK GRANT (CDBG) AREA 6 RESIDENTIAL ADA CURB RAMP
IMPROVEMENTS PROJECT.
STRATEGIC
GOAL:
Safe, Sustainable & Healthy Community
RECOMMENDATION:
Approve, and authorize the Mayor to sign, the Consulting Services Agreement with
Onward Engineering, Inc. in the amount of $43,495 and authorize a contingency
amount of $4,400 for change orders to be approved by the City Manager for a total
authorization amount of $47,895.
FINANCIAL IMPACT:
Sufficient funds are included in the FY 2018-2019 Public Works, Professional
Engineering Services Budget for the Construction Administration / Inspection Services
for the CDBG Area 6 Residential ADA Curb Ramp Improvements Project.
BACKGROUND/DISCUSSION:
As shown on the attached Vicinity Map, the Area 6 residential neighborhood is located
east of the SR-57 freeway and north of the SR-60 freeway. The purpose of project is to
provide ADA accessibility to existing sidewalks with the construction of ADA compliance
curb ramps at various locations where no curb ramps or substandard curb ramps exist.
Sixty-four (64) new and/or upgraded curb ramps will be constructed.
A Request for Proposal (RFP) was sent out to four (4) on -call consulting firms for the
Construction Administration/Inspection Services the CDBG Area 6 Residential ADA
Curb Ramp Improvements Project.
6.13
Packet Pg. 195
Two (2) consulting firms submitted proposals and their fees are follows:
No. Consulting Firm Cost Based on 30 Working
Days
1. Onward Engineering $43,495
2. Tait & Associates $77,040
The two (2) proposals were reviewed and evaluated by staff using a selection process
that included the evaluation of the consulting firms’ work methodology, estimated project
completion time, past experience, and cost.
Upon evaluation of the proposals by staff, Onward Engineering was deemed as the
most qualified to meet or exceed the City’s requirements and expectations with their
various levels of qualification as well as their approach and methodology that best
suited the City’s needs.
Staff verified that the proposed inspector for the CDBG Area 6 Residential ADA Curb
Ramp Improvements Project is an employee of Onward Engineering, Inc. and will be
receiving the current prevailing hourly rate in the amount of $72.60 for Public Works
Inspections. Furthermore, staff confirmed that Onward Engineering, Inc. is registered
with the Department of Industrial Relations pursuant to Labor Code Section 1725.5.
The contract agreement Section 16 “Prevailing Wage” for this project states that the
Contractor (Onward Engineering, Inc.) is required to pay not less than the general
prevailing rate of per diem wages for work of a similar character in the locality in which
the public works is performed in accordance with the provisions of California Labor
Code, Division 2, Part 7, Chapter 1, Articles 1 and 2. As reflected in the attached fee
proposal by Onward Engineering, the proposed inspector hourly rate is $95.
Construction will be completed within thirty (30) working days after the Notice of
Proceed is issued. The project schedule is tentatively set as follo ws:
Task Tentative Schedule
Award of Contract July 17, 2018
Start of Construction August 2018
Completion of Construction September 2018
PREPARED BY:
6.13
Packet Pg. 196
REVIEWED BY:
Attachments:
1. 6.13.a Contract Agreement for Onward Engineering _ 7.17.2018
2. 6.13.b Vicinity Map
6.13
Packet Pg. 197
6.13.a
Packet Pg. 198
6.13.a
Packet Pg. 199
6.13.a
Packet Pg. 200
6.13.a
Packet Pg. 201
6.13.a
Packet Pg. 202
6.13.a
Packet Pg. 203
6.13.a
Packet Pg. 204
6.13.a
Packet Pg. 205
6.13.a
Packet Pg. 206
6.13.a
Packet Pg. 207
6.13.aPacket Pg. 208
6.13.a
Packet Pg. 209
6.13.a
Packet Pg. 210
6.13.a
Packet Pg. 211
6.13.aPacket Pg. 212
6.13.a
Packet Pg. 213
Area 6
Area 6
6.13.b
Packet Pg. 214