Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
10/07/2014 Agenda - Regular Meeting
City Ot Diamond City Council Agenda Tuesday, October 7, 2014 5:45 p.m. - Closed Session - Room CC -8 6:30 p.m. - Regular Meeting The Government Center South Coast Air Quality Management District/ Main Auditorium Carol Herrera Steve Tye Mayor Mayor Pro Tem Ling -Ling Chang Nancy A. Lyons Jack Tanaka Council Member Council Member Council Member City Manager James DeStefano • 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 you have questions regarding an agenda item, please contactthe City Clerk at (909) 839-7010 during regular business hours. In an effortto 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 orderto 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.CityofDiamondBar.com 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 some CITY OF DIAMOND BAR CITY COUNCIL AGENDA October 7. 2014 Next Resolution No. 2014-40 Next Ordinance No. 07 (2014) CLOSED SESSION: 5:45 p.m., Room CC -8 Public Comments on Closed Session Agenda ► Conference with Real Property Negotiators - Government Code Section 54956.8 Property: APN: 8719-003-900 and 903 Agency Negotiator: City Manager and City Attorney Negotiating Parties: City and State of California Under Negotiations: Price and terms of Payment IN. Government Code Section 54957 Public Employee - City Manager Performance Evaluation CALL TO ORDER: PLEDGE OF ALLEGIANCE: INVOCATION: ROLL CALL: 6:30 p.m. Mayor Monsignor James Loughnane St. Denis Catholic Church Council Members Chang, Lyons, Tanaka, Mayor Pro Tem Tye, Mayor Herrera Written materials distributed to the City Council within 72 hours of the City Council meeting 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. October 7, 2014 PAGE 2 APPROVAL OF AGENDA: Mayor 1. SPECIAL PRESENTATIONS, CERTIFICATES, PROCLAMATIONS: 1.1 Presentation of City Tile to Former Planning Commissioner Jack Shah. BUSINESS OF THE MONTH: 1.2 Presentation of City Tile to Paco's Tacos, 1131 Brea Canyon Road as Business of the Month, October, 2014. 2. CITY MANAGER REPORTS AND RECOMMENDATIONS: 2.1 Introduction of John Beshay, Associate Engineer. 2.2 Grand Avenue Beautification Project Update. 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 COMMENT: 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 Traffic and Transportation Commission Meeting — October 9, 2014 — 7:00 p.m., Windmill Community Room, 21810 Copley Drive. 5.2 Planning Commission Meeting — October 14, 2014 — 7:00 p.m., Windmill Community Room, 21810 Copley Drive. 5.3 City Council Meeting — October 21, 2014 — 6:30 p.m., AQMD/Government Center Auditorium, 21865 Copley Drive. 5.4 Time Capsule Dedication - Saturday, October 25, 2014 — 4:00 p.m. Diamond Bar City Hall, 21810 Copley Drive. 5.5 Halloween Haunted House — October 30 & 31, 2014 — 6:00 p.m. — 9:00 p.m., Heritage Park, 2900 S. Brea Canyon Road. October 7. 2014 PAGE 3 5.6 Fall Fun Festival — October 31, 2014 — 4:30 p.m. — 8:30 p.m., Heritage Park, 2900 S. Brea Canyon Road. 6. CONSENT CALENDAR: 6.1 City Council Minutes — Regular Meeting Minutes of September 16, 2014. Recommended Action: Approve as Submitted. Requested by: City Clerk 6.2 Parks and Recreation Commission Minutes - Regular Meeting Minutes of August 28, 2014. Recommended Action: Receive and File. Requested by: Community Services Department 6.3 Planning Commission Minutes — Regular Meeting Minutes of August 12, 2014. Recommended Action: Receive and File. Requested by: Community Development Department 6.4 Ratification of Check Register — Dated September 11, 2014 through September 30, 2014 totaling $2,709,889.51. Recommended Action: Ratify. Requested by: Finance Department 6.5 Treasurer's Statement — Month of August, 2014. Recommended Action: Approve. Requested by: Finance Department 6.6 Approve Contract Amendments for On -Call Traffic Engineering Services with (a) Advantec Consulting Engineers, (b) Iteris, (c) KOA Corporation, (d) Fehr & Peers, and (e) Sasaki Transportation Services for a Period of Two (2) Years. Recommended Action: Approve. Requested by: Public Works Department October 7, 2014 PAGE 4 6.7 Approve Contract Amendments for On -Call Soils and Geotechnical Engineering Services with (a) Leighton and Associates, Inc., (b) Willdan Geotechnical, and (c) Ninyo and Moore for a Period of Two (2) Years. Recommended Action: Approve. Requested by: Public Works Department 6.8 Award Professional Engineering Services. Contract for On -Call Civil Engineering with (a) Hall and Foreman, Inc. (b) Onward Engineering, (c) Penco Engineering, Inc., and (d) DMS Consultants for a Period of Three (3) Years. Recommended Action: Approve. Requested by: Public Works Department 6.9 Award a Design and Construction Administration Services Contract for Area 3 Residential and Collector Street Rehabilitation to Onward Engineering in the Amount of $109,003.00; and, Authorize a Contingency Amount of $10,900.00 for Change Orders to be Approved by the City Manager for a Total Authorization Amount of $119,903.00 Recommended Action: Award. Requested by: Public Works Department 6.10 Approve Notice of Completion for Median Modification Project on Diamond Bar Boulevard at Kiowa Crest Drive. Recommended Action: Approve. Requested by: Public Works Department PUBLIC HEARING: None. October 7, 2014 PAGE 5 8. COUNCIL CONSIDERATION: 8.1 Adopt Resolution No. 2014 -XX: Establishing a Travel, Expense and Reimbursement Policy in Accordance with California Government Code Sections 53232.2 and 53232.3 and Rescinding Resolution No. 2008-11 in Its Entirety. Recommended Action: Adopt. Requested by: Finance Department 8.2 First Reading of Ordinance XX (2014): Revising the City's Purchasing System, Amending the Diamond Bar Municipal Code and Rescinding Ordinance No. 05(2006) in its Entirety. Recommended Action: Receive Staff's Report, Discuss and Approve for First Reading by Title Only, Waive Full Reading of Ordinance No. OX (2014). Requested by: Finance Department 8.3 Appointment to the Planning Commission to fill the Unexpired Term of Jack Shah. Recommended Action: Appoint. Requested by: Mayor Herrera 9. COUNCIL SUB -COMMITTEE REPORTS AND MEETING ATTENDANCE REPORTSICOUNCIL MEMBER COMMENTS: 10. ADJOURNMENT: Agenda No. 6.1 MINUTES OF THE CITY COUNCIL REGULAR MEETING OF THE CITY OF DIAMONe SEPTEMBER 16, 2014 CALL TO ORDER: Mayor Pro Tem Tye 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. PLEDGE OF ALLEGIANCE: Council Member Lyons led the Pledge of Allegiance. INVOCATION: Sr. Pastor Tony Wong, Gateway Friends Church gave the invocation. ROLL CALL: Council Members Chang, Lyons, Tanaka, and. Mayor Pro Tem Tye. Absent: Mayor Herrera was excused. Staff Present: James DeStefano, City Manager; Ryan McLean, Deputy City Manager; David DeBerry, City Attorney; David Liu, Public Works Director; Bob Rose, Community Services Director; Dianna Honeywell, Finance Director; Greg Gubman, Community Development Director; Amy Haug, Human Resources Manager; Kimberly Young, Senior Civil Engineer; Cecilia Arellano, Public Information Coordinator; and, Tommye Cribbins, City Clerk. APPROVAL OF AGENDA: As Presented. 1. SPECIAL PRESENTATIONS, CERTIFICATES, PROCLAMATIONS: None 2. CITY MANAGER REPORT AND RECOMMENDATIONS: CM/DeStefano reported that it has been very hot for the last few days and that on Monday, the LA County Public Health Officer declared a health alert for the entire LA basin that will last through tomorrow. He stated that within a 10 minute drive there are 22 public facilities in this area designated as cooling centers. Most are in Los Angeles County from Claremont, Covina, Rowland Heights, Hacienda Heights, Pomona, LaVerne as well as in the cities of Chino, Chino Hills, Brea and Fullerton. Diamond Bar has one cooling station - the County Library which is open Monday through Saturday and possibly on Sunday if the County declares the center to be a cooling station. For more details residents can go online to the LA, Orange and San Bernardino County's website and search for "cooling centers" or call 211 within each of those counties for more information. 2.1 Award of $10 million grant for the SR57/60 Confluence Project — Transportation infrastructure Generating Economic Recovery Program (TIGER). SEPTEMBER 16, 2014 PAGE 2 CITY COUNCIL CM/DeStefano announced that last week staff was notified that Diamond Bar was the recipient of a $10 million Transportation Investment Generating Economic Recovery Program grant award (TIGER) for use during construction of the SR57/60 Confluence Project Improvements. PWD/Liu, staff and elected officials including M/Herrera visited with local representatives and legislators in Washington D.C., along with the City of Industry officials, Caltrans officials, Metro officials and others toward bringing these and many more resources to the City. CM/DeStefano then introduced PWD/Liu and asked that he report on this matter. PWD/Liu stated that on September 9 the City was notified that a Transportation Investment Generating Economic Recovery program grant (TIGER) was awarded in the amount of $10 million for the SR57/60 Confluence Project. This TIGER grant program was created by the 2009 Economic Stimulus Bill Grant Program that allows states and cities to apply for funding for transportation projects that have a significant impact on the nation, a metropolitan area, or region. The application process was an incredibly competitive process. This is the sixth year of the grant program and the City's second try at pursuing this grant. In this current grant cycle, $600 million dollars was appropriated. The U.S. Department of Transportation has awarded $600 million dollars worth of grants to 72 projects in 46 states and Washington DC. These 72 projects were selected from 797 eligible applications from 49 states with a grant request total of $9.5 billion. This grant award firmly establishes the confluence project as a national priority and validates all the hard work that both the City of Industry and Diamond Bar have put forth. The grant will be matched with $4.5 million of LA County MTA funds, $10.6 million of City of Industry funds, and $9.4 million of Federal funds, for a total of $34.5 million to be used toward the confluence project. While the overall SR57/60 Confluence Project is valued at a cost of $256.4 million, funds received to date will be used to implement the first three phases of the project to accelerate congestion relief. Slated to commence in 2016, the specific improvements include constructing both westbound on/off ramps at Grand Avenue and adding auxiliary lanes before and after the Grand Avenue interchange. Also noteworthy is that the last unfunded Phase IV of this confluence project will be the freeway mainline improvements and bypass connector improvements estimated at a cost of $205.4 million. This last phase, along with other missing components of the "Big Fix" improvements is programmed in Metro's long-range transportation plan slated for 2029. Vigorous efforts will continue to create funding strategies that may implement Phase IV sooner. The City Council has made this project a top transportation priority for the City to secure construction funding and completion of the "Big Fix" SEPTEMBER 16, 2014 PAGE 3 CITY COUNCIL improvements along the SR57/60 corridor. With the Council's leadership, this is an incredible accomplishment for both the cities of Industry and Diamond Bar through tireless work to bring this project to the awareness and level of national significance. 3. PUBLIC COMMENTS: Ruth Low spoke about the citywide program called "Read Together Diamond Bar" which will take place every Wednesday in October and sponsored by the Friends of the Library. It is designed for all ages. The idea behind the program which is focused on the youth is that "the city that opens a book together closes it in greater harmony". The book for this year, chosen by the popularity of the Diamond Bar Library voters is entitled True Notebooks by Mark Salzman. In addition, the Friends of the Library is holding an essay contest for kids ages 13 through 18 and the winners will receive prizes such as a Kindle Fire and a Kindle Paperwhite. On October 8th there will be an open -mike night for kids; October 15 there will be a special movie night and on October 18 David Mao, Law Librarian of Congress who will be speaking on "Serving Digital Natives in Libraries Today". On October 22 there will be a discussion group and completion of the Diamond Bar Capsule. Ms. Low stated that The Friends of the Library wished to thank the City of Diamond Bar, Council Members and the City Manager for their support of this project. The Friends also wish to thank the AAUW, Congressman Ed Royce, The Diamond Bar Foundation and the many personal supporters and community groups for bringing Mr. Mao to the Library. Cassandra Maclnnis said she was present this evening to talk about the responsibility the City has to the residents of "The Country Estates" Homeowners Association with respect to Tentative Tract Map 53430 and felt the matter needed to be revisited. Theresa Lee, 22379 Kicking Horse Drive, said she appreciated the Informational Meeting at the Diamond Bar Center regarding the Millennium project; however, she is still confused and has more questions and concerns about the project especially about the debris basin. Mae Lou thanked staff for the Informational Meeting on the Millennium Development. She said she and others submitted questions prior to the deadline which were not addressed during the meeting and asked if the City would be responding to the residents' questions. She also provided a letter to the Council. Athletes from Diamond Ranch High School invited Council Members and residents to attend the school's American Cancer Society Football Night on October 10 at 7:00 p.m. in the school stadium. The school will be playing against Charter Oak and would appreciate the City's support and invited cancer SEPTEMBER 16, 2014 PAGE 4 CITY COUNCIL survivors to attend the game at which time they will be honored for their courage and strength. 4. RESPONSE TO PUBLIC COMMENTS: MPT/Tye asked CM/DeStefano to respond to the comments made about certain areas of Diamond Bar being treated differently because it is important for residents to know that everyone in Diamond Bar is treated equally, that in no way did this or previous City Council's "hoodwink" anybody. He also requested a response to Ms. Lou's concern about the number of questions that were submitted and if folks who submitted questions via email would be answered. CM/DeStefano said that a couple of interesting "hot" words were used by the first speaker in order to generate a response. This project was processed over many years. It was noticed to 180 of the approximate 875 property owners in late 2005 and early 2006 within "The Country Estates" which represents all of the properties that were within 1000 feet of the 80 -acre Millennium site which is the City's standard. Additionally, signs were posted on the property as well as other types of required advertisement that took place prior to the Planning Commission considering the matter and forwarding its recommendation to the City Council. All of this was done prior to the City Council hearing and final determination of the matter. A thousand feet may or may not seem like the right number, but for the public's edification, it is more than three times the requirement of State law. The project was advertised and discussed in multiple public meetings. "The Country Estates" was aware of the project and what board members were in office at the time is unknown to him; however, the homeowner's association was notified of the project at that time and they were engaged in the process. The City has at least one piece of correspondence on file that indicates that in March or May of 2005 the General Manager acknowledged the access and the ability to travel the routes of "The Country Estates" roadways. Also, there has been reference in recent weeks to an annexation agreement that was apparently under negotiation between the same developer (Millennium) and "The Country Estates" either through the General Manager and/or through the then Board of Directors in the years 2007/2008. That annexation agreement has been referenced as recently as September 9, 2014 during the Tuesday evening Informational Meeting hosted by City staff. Whether or not the current board, the current management company and the current City Manager are aware, Diamond Bar cannot speak to that. Therefore, it seems clear that members of "The Country Estates" organization knew of the project from the beginning. There was a comment made about a proposed retaining wall adjacent to Alamo Heights and within proximity to a proposed debris basin with a suggestion that the wall height has changed. The retaining wall and debris basin were issues discussed during the public meetings in December 2005 and early January 2006 that entered into the Council's decision. At that time, the Planning Commission advised the City Council and the City Council agreed with the Planning SEPTEMBER 16, 2014 PAGE 5 CITY COUNCIL Commission's recommendation, that the wall height should not exceed 15 feet. The City Council ultimately approved it which means that the developer needs to re-engineer the area and redesign the walls so that they do not exceed the 15 foot height requirement which would allow for more than one wall to be built. The idea is that while moving earth in a manner that helps the development to move forward it allows for the size of the wall to be lessened, landscaping to be installed, and aesthetically, the wall to be diminished in its prominence over time. An example of this type of retaining wall is situated below the Vantage project which is the condominium and single family home project above Target. Also, there are a couple of walls that are being built at the Willow Heights/Site D/Lennar project which those walls will be landscaped and eventually covered with landscaping in the same manner the Vantage wall has been covered. Should the Millennium project proceed to construction, that wall would look similar with its landscaping. There are apparently one or two easements that have been agreed upon amongst private parties who own land on Kicking Horse for purposes of developing the debris basin adjacent to the future extension of Alamo Heights. Those are private party matters. Staff was asked at the public meeting last Tuesday night to inquire with "The Country Estates" as to whether or not an easement such as that between private parties would require any sort of approval from "The Country Estates". Staff was told today by the General Manager that it is not a requirement of "The Country Estates"; however, the debris basin is a structure that "The Country Estates" Architectural Committee must be allowed to review and must approve before construction can proceed. Another question had to do with the questions given to staff prior to the deadline before the meeting. As the City Council is aware, staff hosted an Informational Meeting for "The Country Estates" community for which all property owners within "The Country Estates" were notified. Staff sent out close to 900 notices. There were about 250 attendees and the purpose of the meeting was to provide information to help "The Country Estates" with factually supportable information, to help residents understand the project, to help alleviate concerns, and to help deal with rumor and innuendo about the project and its components. Staff responded to the areas of questions staff received weeks prior to the meeting as well as, to those questions submitted prior to the September 9 meeting deadline and attempted to answer questions posed on Tuesday night (September 9) as well. Staff is now looking at all of the questions it received in writing and will respond tc those questions that staff has not already responded to in writing or by referencing the meeting. The PowerPoint presentation that was provided on Tuesday night, September 9 is on the City's website as of September 10 and so too is the audio tape of the meeting on the City's website as of today, September 16. In a couple of weeks staff will have a written view of what occurred at that meeting. With respect to the public trail that was "never disclosed" the public trail system, as discussed Tuesday evening, has been in existence for many years. The SEPTEMBER 16, 2014 PAGE 6 61 a CITY COUNCIL easement for the trail has been "on the map" of the Millennium property as well as, other properties in the so-called back area of "The Country Estates" for many, many years. The prior subdivisions that were referenced at the last City Council meeting, at Tuesday night's meeting and again tonight — the Crystal Ridge project, Horizon Lane Jerry Yeh project, are all adjacent to or a part of this trail system. Again, the trail has been mapped for many years and the trail was realigned to work within and around those projects, which is the same type of alignment that would be taking place with the Millennium project. In 2006 the City Council, in its approval of the project, approved a draft of a new trail alignment that is different than what is actually mapped on the property today and there are residents who are concerned about the new proposed route. Staff is looking at that and has stated and stated again on September 9 that staff will work with the County and the developer to realign and attempt to alleviate the concerns "The Country Estates" residents have raised regarding the alignment of the trail through the Millennium project. The trail exists, can be hiked, and is a part of the Trails Master Plan system for LA County which was discussed again on Tuesday night along with a presentation of four slides showing the mapped trail as it currently exists. SCHEDULE OF FUTURE EVENTS: 5.1 Planning Commission Meeting — September 23, 2014 — 7:00 p.m., Windmill Community Room, 21810 Copley Drive — (may be canceled due to lack of quorum). 5.2 Parks and Recreation Commission Meeting — September 25, 2014 — 7:00 p.m., Windmill Community Room, 21810 Copley Drive. 5.3 City r"ouncil Meeting — October 7, 2014 - 6:30 p.m., SCAQMD Auditorium, 21865 Copley Drive. CONSENT CALENDAR: C/Lyons moved, C/Tanaka seconded, to approve the Consent Calendar as presented. Motion carried by the following Roll Call vote: AYES: COUNCIL MEMBERS: Chang, Lyons, Tanaka, MPT/Tye NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: M/Herrera 6.1 APPROVED CITY COUNCIL MINUTES: 6.1.1 Study Session of August 19, 2014. 6.1.2 Regular Meeting of August 19, 2014. 6.2 RECEIVED AND FILED PARKS AND RECREATION COMMISSION MINUTES — Regular Meeting of July 24, 2014. 6.3 RECEIVED AND FILED PLANNING COMMISSION MINUTES — Regular Meeting Minutes for July 22, 2014. SEPTEMBER 16, 2014 PAGE 7 CITY COUNCIL 6.4 RATIFIED CHECK REGISTER — Dated August 28, 2014 through September 10, 2014 totaling $694,926.20. 6.5 APPROVED TREASURER'S STATEMENT — Month of July 2014. 6.6 AWARDED CONTRACT TO TAMANG ELECTRIC, INC. FOR CONSTRUCTION OF THE GENERATOR ENCLOSURE PROJECT AT CITY HALL (21810 COPLEY DRIVE) IN THE AMOUNT OF $83,880 PLUS A CONTINGENCY AMOUNT OF $4,194 (5%); FOR A TOTAL AUTHORIZATION OF $88,074. 6.7 APPROVED AMENDMENT #1 TO THE CONSULTING SERVICES AGREEMENT WITH THE COMDYN GROUP, INC. DATED JULY 1, 2012, FOR AS -NEEDED INFORMATION TECHNOLOGY SERVICES FOR AN AMOUNT NOT -TO -EXCEED $110,000 TO AN AMOUNT NOT -TO - EXCEED $130,920.23, FOR THE PERIOD OF JULY 1, 2012 THROUGH JUNE 30, 2015. 6.8 AWARDED CONTRACT TO ICG, INC. IN AN AMOUNT NOT -TO - EXCEED $60,000 FOR THE CONCEPTUAL DESIGN FOR THE REHABILITATION OF HERITAGE PARK AND COMMUNITY CENTER; PLUS APPROPRIATED $10,000 OF PARK DEVELOPMENT FUNDS TO FULLY FUND THE CONCEPTUAL DESIGN OF THIS PROJECT. 6.9 FISCAL YEAR 2014-2015 APPROPRIATION ADJUSTMENTS FOR CARRY FORWARD EXPENDITURES, SPECIAL REVENUE FUNDS CARRYOVERS, CAPITAL PROJECT CARRYOVERS AND FISCAL YEAR 2013- 2014 FINAL ADJUSTMENTS. 6.10 AWARDED CONTRACT TO ELITE OFFICIALS TO OFFICIATE THE CITY OF DIAMOND BAR YOUTH AND ADULT BASKETBALL PROGRAMS FOR THE PERIOD OF SEPTEMBER 16, 2014 THROUGH JUNE 30, 2015 IN AN AMOUNT NOT -TO -EXCEED $35,000. 6.11 APPROVED NOTICE OF COMPLETION FOR THE CASTLE ROCK ROAD AND CROOKED CREEK DRIVE NEIGHBORHOOD TRAFFIC MANAGEMENT PROGRAM PROJECT. 6.12 a) APPROVED AMENDMENT NO. 1 TO THE RIGHT-OF-WAY COOPERATIVE AGREEMENT WITH THE CITY OF INDUSTRY AND STATE OF CALIFORNIA THROUGH THE DEPARTMENT OF TRANSPORTATION (CALTRANS) FOR THE CONSTRUCTION OF A NEW FREEWAY INTERCHANGE AT LEMON AVENUE ON STATE ROUTE 60. SEPTEMBER 16, 2014 PAGE 8 7 Irl CITY COUNCIL b) APPROVED ADVERTISE, AWARD AND ADMINISTER (AAA) COOPERATIVE AGREEMENT WITH THE SUCCESSOR AGENCY TO THE INDUSTRY URBAN DEVELOPMENT AGENCY AND THE STATE OF CALIFORNIA THROUGH THE DEPARTMENT OF TRANSPORTATION (CALTRANS) FOR THE CONSTRUCTION OF A NEW FREEWAY INTERCHANGE AT LEMON AVENUE ON STATE ROUTE 60. 6.13 ADOPTED RESOLUTION NO. 2014-39: APPROVING FINAL TRACT MAP NO. 72295, FOR THE SUBDIVISION OF A 30 -ACRE SITE INTO 182 RESIDENTIAL UNITS, LOCATED AT THE SOUTHEAST CORNER OF DIAMOND BAR BOULEVARD AND BREA CANYON ROAD (KNOWN AS THE WILLOW HEIGHTS RESIDENTIAL DEVELOPMENT) IN THE CITY OF DIAMOND BAR. PUBLIC HEARING: None COUNCIL CONSIDERATION: None COUNCIL SUBCOMMITTEE REPORTS AND MEETING ATTENDANCE REPORTS/COUNCIL MEMBER COMMENTS: C/Chang stated that residents can follow her on various social media sites. She then reported that she had attended the League of California Cities annual conference in Los Angeles. She congratulated Diamond Bar Community Heroes Eileen Ansari, Andy Shin and Serena Avila -Mott, all of whom were honored at the Diamond Bar Day at the Fair on September 11, 2014. She congratulated the cities of Diamond Bar and Industry for the $10 million TIGER grant. Every City Council Member has worked on this issue and the morning of September 9 she received texts from Congressman Royce's office and the City of Industry about the grant. This is a huge accomplishment for two cities to have won this grant. Congratulations and thank you to City staff for the hard work on the City's behalf. C/Tanaka reported that on Wednesday, August 20 he attended the Contract Cities Association's dinner meeting, a Neighborhood Watch meeting on Gold Rush on Monday, the LA County Fair Premier Fundraiser on August 28 and on Wednesday, September 3 he attended the Maple Hill Elementary School Grand Re -opening and Ribbon Cutting. On September 5 he attended the Wildlife Corridor Conservation meeting (teleconference) during which several items were discussed including an update on residential developments in Whittier and Chino Hills. He went on to report that on Sunday, September 7, he attended the Pacific Crest Youth Arts program 2014 awards luncheon where scholarships were presented. Last Thursday he attended Diamond Bar Day at the LA County Fair which began with a business expo, a kid's expo and reception honoring Sheriff's Deputies, Firefighters and a U.S. Army Captain. He congratulated Eileen Ansari, Serena Villa -Mott and Andy Shin on being recognized as community heroes. The event concluded with the community parade. SEPTEMBER 16, 2014 PAGE 9 CITY COUNCIL Last Sunday he attended an Eagle Scout Court of Honor for Troop 8888 during which six scouts were recognized. He congratulated Diamond Bar's two newest Eagle Scouts, Derek Hung and Jason Chien. C/Lyons said she too was excited to learn about the $10 million grant that would help move the SR57/60 Confluence forward. Although sheds the newest Council Member and has attended only a couple of meetings on this subject, she knows that Council Members who have preceded her have worked very hard, especially Mayor Herrera, CM/DeStefano and City staff. As residents what we will most appreciate about this project is that drivers will not only be able to get through the SR57/60 area more quickly, it will keep traffic on the freeway rather than spilling off onto the City streets. She attended the Maple Hill Elementary School Grand Re -opening. The school has always had great staff, great students and great parents and now it finally has a great facility to compliment it. Diamond Bar Day at the Fair was fabulous and she thanked the fair committee for its work and City staff for all of their hard work on the event. She thanked staff for holding the Informational Meeting on the Millennium project. 250-300 participants out of 890 residents indicate how interested the residents were to learn more about the development and its history. As one speaker said, the meeting went from a planned two-hour meeting to a three hour meeting. MPT/Tye said he did not believe there was any better news than being awarded the TIGER grant. It is very interesting that people in Washington are sending money back to the cities to fix this problem and that they have committees that come up with euphemisms like "TIGER." The folks that travel the area every day would most likely attest to the fact that it is the seventh most congested interchange in the United States and wondered how it did not make the top five. It will get worse before it gets better but now help is on the way and it is on the horizon to get better. Thanks to Congressman Royce for being instrumental in getting Representative Bill Shuster who heads the House Transportation and Infrastructure Committee and Secretary of Transportation Anthony Foxx to come to Diamond Bar and see the situation for themselves. Congressman Shuster said it was different to stand on this bridge and watch these semis and cars weave back and forth and listen to the noise. It is much different to see it in person and feel the bridge rumble than it is for him to see a report in Washington D.C. on a project about which he knew nothing. It was a great effort by everyone. When he accompanied M/Herrera in 2006/2007 to work with folks in Washington he realized M/Herrera had been at this for 10 years and staff had been at it diligently from the beginning. In 2006/2007 it was not that nothing had been accomplished it was that the City continued to make its case and continued to let Washington know about all of the goods that are coming through this area from Long Beach and Los Angeles Ports on the way to the Inland Empire and the rest of the United States. Everyone is glad that Washington finally realized that it is a national problem that deserves their attention and funding. He liked what PWD/Liu said, that it signifies that this project has national significance. He looks forward to the SEPTEMBER 16, 2014 PAGE 10 CITY COUNCIL day when he can wake up in the morning and know that the SR57/60 interchange is no longer a problem. ADJOURNMENT: With no further business to conduct, MPT/Tye adjourned the City Council Meeting at 7:25 p.m. Tommye Cribbins, City Clerk The foregoing minutes are hereby approved this day of 2014. Steve Tye, Mayor Pro Tem Agenda No.6,.2 CITY OF DIAMOND BAR MINUTES OF THE PARKS & RECREATION COMMISSION - DIAMOND BAR CITY HALL - THE WINDMILL ROOM 21810 COPLEY DRIVE, DIAMOND BAR, CA 91765 -- - -- AUGUST 28, 2014 CALL.TO.ORDER: _Chairman Owens called the Parks and Recreation Commission meeting to order at 7:00 p.m. in the City Hall Windmill Room, 21810 Copley Drive, Diamond Bar; CA 91765. PLEDGE OF ALLEGIANCE: Commissioner Hsieh led the Pledge of Allegiance. -- --ROLL CALL: — --- Present: Commissioners Dave Grundy, Kim Hsieh, Vice Chairman Benny Liang and Chairman Ted Owens Absent: Commissioner Lew Herndon was excused Staff Present: Bob Rose, Community Services Director; Jason Williams, Senior Facilities Maintenance Worker; Andee Tarazon, Community Services Coordinator; Crystal Knox, Community Services Coordinator, and Debbie Gonzales, Administrative Coordinator MATTERS FROM THE AUDIENCE: None CALENDAR OF EVENTS: As presented by CSD/Rose 1. CONSENT CALENDAR: 1.1 Approval of Minutes for the July 24, 2014 Regular Meeting. C/Grundy moved, VC/Liang seconded, to approve the July 24, 2014 Minutes as presented. Motion carried by the following Roll Call vote: AYES: COMMISSIONERS: NOES: COMMISSIONERS: ABSTAIN: COMMISSIONERS: ABSENT: COMMISSIONERS: 2. INFORMATIONAL ITEMS: Grundy, VC/Liang, Chair/Owens None Hsieh Herndon 2.1 Recreation Program Update —_ CSC/Tarazon C/Grundy said he noticed revenues were down across the board for all venues and asked why they went down and CSD/Rose said he believed it was not that revenues were down but when the money comes in, which is what is reported. Sometimes the money is paid months in advance and the report indicates the amount of money that actually came AUGUST 28, 2014 PAGE 2 P&R in during the month -in which it was received and not necessarily the Month of the actual space rental. As a result, the revenue fluctuates throughout the year and usually revenues are good overall and accordingly, he plans to provide the Commission a report next month that j shows that the revenue has been good for all facilities and venues. C/Grundy said he noticed that the revenue for -contract classes exceeded- =- -- _projections and congratulated staff on getting the numbersup. Apparently, more people are taking classes which does not necessarily equate to more revenue --CSD/Rose-said that CSC/Knox would address in her report this evening how staff is always looking for new classes and new experiences for the students. There is a solid core of classes for which people regularly sign up- such as tenniss and -hot button classes with good instructors that provide greater numbers. It is a time-consuming challenge for staff to keep up with what is available. Chair/Owens asked how this year's Concerts in the Park attendance compared to last year and CSC/Tarazon said that attendance was definitely up this year and staff received a rash of compliments on the band selection. 2.1.1 PowerPoint Presentation on Contract Class Summary — CSC/Knox Chair/Owens asked what percentage of participants are non- residents in the contract classes and CSC/Knox responded she did not have the information at hand but would look it up and get back to the Commission. Chair/Owens_ asked where tennis lessons are held and CSD/Knox responded that. most are held at Ronald Reagan. The tournament tennis program participants practice at Ronald Reagan and the tournaments are held at Ayala High School in Chino Hills or at Carbon Canyon Regional Park. There are several instructors who provide classes Monday through Thursday from 4:00 to 9:00 p.m. C/Hsieh asked if the City provided after-school tutoring classes. GSC/Knox explained that AGI offered such a program but it was not very successful. However, many of the schools offer such programs. This semester the City will offer a book club for children and over the summer the City provides math and science programs. AGI provides programs for computer use, science, writing, reading and SAT prep. C/Hsieh said she understood that some counties have book clubs and walking programs for adults and CSD/Rose said that reading programs are provided by the library. The City provides parks to walk in but to organize a program and have people pay a sufficient fee for an instructor would not be feasible. The City has taken people on hiking trails to initiate them and teach them where the trails are located. Once people learn the parks and trails system, they take advantage of these uses on their own so that they do not have to pay an AUGUST 28, 2014 PAGE 3 P&Ii COMMISSION instructor.. _ Chair/Owens asked if the tennis lesson instructor provides tennis racquets and CSC/Knox said that attendees provide their own racquets and tennis balls-. All instructors are certified which is one of the reasons that class is booked. 2.2 Parks Report — SFMWNVilliams 2.2.1 Power -Point Presentation on Grandview Trail and Grandview Trail Link — SFMWMiilliams C/Hsieh asked if there were plans to develop the Upper Sycamore Canyon area which is quite beautiful and serene. CSD/Rose said the area is fairly rustic and not in the 20 -year plan to develop. Certainly, a trail could be developed that would go all of the way to Diamond Bar Boulevard with access to Sycamore Canyon Park across Diamond Bar Boulevard; however, the Grandview Trail project is a $600,000 project for a 3,000 foot trail and the suggested Sycamore Canyon trail is much, much longer and difficult if not impossible to phase. In addition, such a trail would be very costly. C/Hsieh asked if staff was concerned about the wildlife in the area of the Grandview trail. SFMWIWilliams said there was a good chance that people would encounter wildlife along the trail. Staff has seen a lot of deer, rabbits, some bobcats, etc. For the most part, wildlife wants nothing to do with humans. The biggest irritation at the bottom of the trail wasthe angry bees that had resided in the area for a considerable amount of time and they were removed from the area and relocated by a beekeeper. 2.3 CIP Projects — CSD/Rose 2.3.1 Construction of Grandview Trail and Grandview Trail Link — Update provided by SFMWNVilliams under 2.2.1. CSD/Rose reported that this project should be completed by mid to late October and upon completion there will be the usual opening ceremony and public dedication. 2.3.2 Update on Status of Diamond Canyon Park — CSD/Rose said that Lennar Homes continues to work on the construction documents for this project. Staff is working with LA County Public Works about a trail easement along the Brea Canyon Channel (flood control channel) which would eventually lead to the LA County Schubarum Trail. AUGUST 28, 2014 2.3.3 PAGE4 P&R Design of Heritage Park Improvements - CSD/Rose stated that. staff completed its review and is -recommending a consultant to council for award of contract on September 16. At that point.the conceptual design process will begin for the improvement portion which will involve a significant amount of public input. - C/Hsieh-asked -when the steps from Pantera down to the dog park would be completed and CSD/Rose responded_ that this -would be part_of the Pantera Park project for which a design and RFP must be done to obtain - -- — a contractor. It is likely that if will be a year or so before the project -is ---- completed. 2.4 List of Pending Commission Requests: a) Silver Tip Park to. Pantera Park Trail — Staff has developed a grant request due October 1 to pay for better improvements at the trail head at Silver Tip Park. in order to use grant funds, a portion of the trail that is located on water district property must be moved about 15 to 20 feet off of that property. In the meantime, there is and will continue to be a walkable trail in operation. b) Staff met with Pomona Unified School District regarding future improvements at Lorbeer Middle School and other school district sites including Golden Springs Elementary/Middle Schools. CM/DeStefano is not interested in doing a non-binding MOU until it is determined whether or not a -new stadium will be coming to the area which will result in funds to the City. Staff believes that if the City of Industry stadium project is not approved by next spring it will not be forthcoming and Industry will move forward with its Business Park development. c), The special needs have been included in the Heritage Park RFP and discussions with the consultant. These discussions will continue through the RFP and public input segments of the process. Again, it is most likely that the stairs will be done in about a year. d) CSD/Rose said he was told there would be more programming listed on YouTube during the summer but he has not had an opportunity to look into whether or not that occurred. e) The matter of a description to be added to the bottom of each trail has been added to the multi-year CIP list. C/Hsieh complimented the Community Services staff on their hard work and said that as she was exploring the City and sitting on one of the park benches at Silver -Tip Park and round theTark to be in good order and very serene. She felt badly that not too many people were using the park because it is such a nice place. AUGUST 28, 2014 PAGE 5 P&R COBIMISSION 3. OLD BUSINESS: None 4. NEW BUSINESS: None 5. ANNOUNCEMENTS: C/Hsieh said she enjoyed the Concerts in the - Park series this year and especially the music of the 80's. -C/Grundy said he enjoyed teaching a referee class- at the Diamond Bar Center, on Saturday, August 16. The class was originally scheduled in a different venue that became unavailable, and staff was very accommodating by allowing the use of thePineRoom (at the Diamond Bar Center): Staff did "a great job setting up and taking care of the facility. _ Residents from Diamond Bar and other cities attended the class and everyone was impressed. Staff does a great job and their hard work pays off by making the City more attractive, clean and up-to-date for the residents and non-residents alike. He thanked staff for the reports this evening. As they always are, tonight's reports were very informative. VC/Liang said that as always, he appreciates staffs informative reports. He visited the Diamond Bar Center recently and noticed that all of the chairs had been replaced and that the new chairs look very nice. He asked if at the next meeting the Commission could be provided data regarding how many senior citizens use the parks. CSD/Rose said that staff knows the scheduled use of the parks but does not have ,information on drop -ins. Staff could speak to the various programs and number of participants which are facilitated by the seniors as well. VC/Liang said he would appreciate the information. C/Grundy recalled that the Parks Master Plan survey contained information that might be helpful with respect to park usage by seniors. Chair/Owens thanked staff for the reports and apologized to staff for not attending the baseball barbecue. He thanked staff for the summer programs and said he received a lot of positive feedback from attendees. ADJOURNMENT: With no one objecting and no further business before the Parks and Recreation Commission, upon motion by C/Grundy seconded by VC/Liang, Chair/Owens adjourned the meeting at 8:08 p.m. AUGUST 29, 2014 PAGE 6 P&R COMMISSION The foregoing minutes are hereby approved this 29tUay of September , 2014. MINUTES OF THE CITY OF DIAMOND BAR MEETING OF THE PLANNING COMMISSION AUGUST 12, 2014 CALL TO ORDER: Agenda No. 6.3 Chairman Frank Farago called the meeting to order at 7:01 p.m. in the City Hall Windmill Room, 21810 Copley Drive, Diamond Bar, CA 91765. PLEDGE OF ALLEGIANCE: Vice Chairman Shah led the Pledge of Allegiance. 1. ROLL CALL: Present: Commissioners Ruth Low, Peter Pirritano; Vice Chairman Jack Shah and Chairman Frank Farago Absent: Commissioner Jimmy Lin was excused Also present: Greg Gubman, Community Development Director; Grace Lee,. Senior Planner; Natalie T. Espinoza, Assistant Planner; Josue Espino, Assistant Planner; and Stella Marquez, Administrative Coordinator. 2. MATTERS FROM THE AUDIENCE/PUBLIC COMMENTS: None 3. APPROVAL OF AGENDA: As presented 4. CONSENT CALENDAR: 4.1 Minutes of the July 22 2014, Regular Meeting. C/Pirritano moved, C/Low seconded, to approve the July 22, 2014, regular meeting minutes as presented. Motion carried by the -following Roll Call vote: AYES: NOES: ABSTAIN: ABSENT: 5. OLD BUSINESS: 6. NEW BUSINESS: COMMISSIONERS: COMMISSIONERS: COMMISSIONERS: COMMISSIONERS: None arem- Low Pirritano, VC/Shaw, Chair/Farago None Lin AUGUST 12, 2014 PAGE 2 PLANNING COMMISSION 7. PUBLIC HEARING(S): 7.1 Development Review and Minor Conditional Use Permit No. PL2014-382 - Under the authority of Diamond Bar Municipal Code Section 22.48 and 22.56, the applicant and property owner requested Development Review approval to construct a two-story addition consisting of 1,690 square feet of floor area and 394 square feet of balcony/deck area to an existing 1,753 square foot single family residence with an attached 523 square foot garage on a 0.19 gross acre (8,450 square foot) lot. A Minor Conditional Use Permit was requested to allow a second -story addition to an existing nonconforming structure with a front setback of 13'-5" (20 feet is required), side setback of 5'-5" to the north and 5' to the south (10 feet on one side and 5 feet on the other side is required), and a nonconforming distance to the structures on the adjacent lots of 11'-10" to the north and 11'-6" to the south (15 feet is required). The subject property is zoned Low Medium Density Residential (RLM) with a consistent underlying General Plan land use designation of Low Medium Density Residential (RLM). PROJECT ADDRESS: 846 Adamsgrove Avenue Diamond Bar, CA 91765 PROPERTY OWNER: Julie Hsu 846 Adamsgrove Avenue Diamond Bar. CA 91765 APPLICANT: Helen Li 1120 S. Vignes Street #100 Los Angeles, CA 90012 AP/Espinoza presented staff's report and recommended Planning Commission approval of Development Review and Minor Conditional Use Permit No. PL2014-382 based on the Findings of Fact, and subject to the conditions of approval as listed within the resolution. Chair/Farago opened the public hearing. Darrin Cheng, 1130 Branham Street, Monterey Park, applicant, said he was present to answer Commission questions. VC/Shah asked the proposed height of the side yard fence and the rear fence. Mr. Cheng said the bamboo would be added to the current fence to AUGUST 12, 2014 PAGE 3 PLANNING COMMISSION provide privacy and the current height of five feet on the side and rear fences would be maintained. VC/Shah said that to him the renderings were nice but the drawings were out of proportion and misleading. Cruz Ortiz was concerned that the proposed project should remain a one - family residence and not be turned into a rental because in her opinion, once residences are rented out, the neighborhood changes. Chair/Farago closed the public hearing. CDD/Gubman responded to the speaker that the house must be used as a single family residence in accordance with the limitation on the land use for this zoning district. The City cannot prevent a property owner from renting the house to a different family; however, the house cannot be converted into a multiple family unit. C/Low asked if the property was currently occupied and AP/Espinoza responded that the owner resides at the property. VC/Shah moved, C/Low seconded, to approve Development Review and Minor Conditional Use Permit No. PL2014-332, based on the Findings of Fact, and subject to the conditions of approval as listed within the resolution. Motion carried by the following Roll Call vote: AYES: COMMISSIONERS: Low, Pirritano, VC/Shaw, Chair/Farago NOES: COMMISSIONERS: None ABSENT: COMMISSIONERS: Lin 7.2 Development Review No. PL2014-328 — Under the authority of Diamond Bar Municipal Code Section 22.48, the applicant/property owner requested approval to construct a 1,782 square foot, two-story addition to an existing 1,730 square foot, one-story single family residence on a 12,118 gross square foot (0.28 gross acre) lot. PROJECT ADDRESS PROPERTY OWNER/ APPLICANT: 1004 Park Spring Lane Diamond Bar, CA 91765 Kunal Kothari 1004 Park Spring Lane Diamond Bar, CA 91765 AUGUST 12, 2014 PAGE 4 PLANNING COMMISSION AP/Espino presented staff's report and recommended Planning Commission approval of Development Review No. PL2014-328, based on the Findings of Fact, and subject to the conditions of approval as listed within the resolution. Chair/Farago opened the public hearing. Jonathan Zane, Architect, 958 North La Cadena Drive, Colton, said that the owners could not be present this evening but were very excited about the addition. C/Low asked if the home was currently occupied by the owners and Mr. Zane responded yes, a family of four and they are hoping to bring grandpa and grandma into the residence which is why they need the extra bedrooms. C/Pirritano commented that it looked like a nice project. Doris Law, 23513 Silver Spring Lane, asked how this project and the Item 7.3 project which were very close together would impact traffic during construction. Mr. Zane responded to the speaker that during construction there will be a couple of pickups parked in the driveway and if they are pouring concrete, the truck will be at the site for about one. hour. This project does not anticipate a lot of traffic during construction because it is being done by a small contractor who does most of the work himself. Other than vans parked legally on the street there will not be a lot of activity. VC/Shah asked how long construction would take and Mr. Zane responded that it would take about 90 days from beginning to end and not everyone will be present at one time. Doris Law asked when construction would commence and Mr. Zane said the applicant was hoping to begin construction shortly after approval or about the end of August and conclude about Thanksgiving. VC/Shah said it was somewhat difficult to address the concurrent construction issues surrounding this project and the next project (Item 7.3) until the Commission receives a report and considers Item 7.3. He asked Mr. Zane if the permits had been pulled and whether plans were submitted to Building and Safety and Mr. Zane responded that plans were submitted to Building and Safety, corrections were received and he is resubmitting the AUGUST 12, 2014 PAGE 5 PLANNING COMMISSION plans and the owners signed a waiver in anticipation of tonight's approval so that the permit could be pulled in about two weeks. The project should be completed by Christmas: Chair/Farago closed the public hearing C/Low asked if the City had a vehicle in place for concurrent construction issues and CDD/Gubman responded no, but this is nota large scale project. They are room additions and the projects are a couple of streets apart from one another and workers will not be traveling the same residential street. It is not unusual for a couple of remodel projects to occur within close proximity to each other so he does not see a need .to coordinate the activities of the two projects. C/Low said that traffic and air quality concerns are not under the purview of the Planning Commission and CDD/Gubman responded that C/Low was correct. There is street sweeping and best management practices to keep dust and construction debris in check. There are requirements under the Clean Water Act and AQMD that they are intended to protect the community that is going to be living with this construction activity. C/Pirritano moved, Chair/Farago seconded, to approve Development Review No. PL2014-328, based on the Findings of Fact, and subject to the conditions of approval as listed within the resolution. Motion carried by the following Roll Call voter AYES: COMMISSIONERS: Low, Pirritano, VC/Shaw, Chair/Farago NOES: COMMISSIONERS: None ABSENT: COMMISSIONERS: Lin 7.3 Development Review No. PL2014-387 — Under the authority of Diamond Bar Municipal Code Sections 22.48, the applicant and property owners requested Development Review approval to construct a 1,736 square foot, two-story addition to an existing 1,724 square foot, one-story single family residence on a 9,120 gross square foot (0.21 gross acre) lot. The subject property is zoned Low -Medium Density Residential (RLM) with an underlying General Plan land use designation of Low Density Residential (RL). PROJECT ADDRESS: 23508 Grand Rim Court Diamond Bar, CA 91765 AUGUST 12, 2014 PAGE 6 PLANNING COMMISSION PROPERTY OWNER: APPLICANT: Mehul=and Alpha Sonawaia 23508 Grand Rim Court Diamond Bar, CA 91765 Edith Reginaldo 23502. Grand Rim Court Diamond Bar, CA 91765d AP/Espino presented staff's report: and recommended Planning Commission approval of Development Review No. PL2014-387, based on the Findings of Fact, and subject to the conditions of approval as listed within the resolution. Chair/Farago opened the public hearing: Edith Reginaldo, designer, said she was present to answer questions. Doris Law asked when the project would begin and when it would be completed. Angelo Reginaldo, signing engineer, said he believed construction would commence sometime in September•or October and construction will take about four to six months. The project is located on a cul-de-sac and the impact to traffic would be minimal since.'the project is contained within the immediate area. In addition, the applicant will comply with all City, NPDES, and AQMD rules and regulations with respect to parking and absolutely would not be parking or blocking driveways at any time. Offloading of materials will be staged during the construction period. Chair/Farago asked about the average day crew size and Mr. Reginaldo estimated four to six individuals in one or two trucks at the most at any given time. Vehicles will be parked in the driveway. VC/Shah said he believed there would be only one concrete pour that might take three or four hours and materials will be stored on-site and Mr. Reginaldo agreed. Chair/Farago closed the public hearing. AUGUST 12, 2014 PAGE 7 PLANNING COMMISSION C/Low moved, C/Pirritano seconded, to approve Development Review No. PL2014-387, based on the Findings of Fact; and subject to the conditions of approval as listed within the resolution. Motion carried by the following Roll Call vote: AYES:COMMISSIONERS: Low, Pirritano, VC/Shaw, Chair/Farago NOES: COMMISSIONERS: None ABSENT: COMMISSIONERS: Lin 7.4 Development Review and Tree Permit Permit No. PL2014-301 — Under the authority of Diamond Bar Municipal Code Sections 22.48, the applicant and property owners requested Development Review✓ approval to construct a new single family residence consisting of 10,730 square feet of livable area; 1,261 square feet of garage space; 2,254 square.feet of balcony and patio areas; and a 576 square foot gazebo on a 1.25 gross acre (54,450 gross square foot) lot. A Tree Permit was also requested to remove 12 protected trees to be replaced at a 3:1 ratio. The subject property is zoned Rural Residential (RR) with a consistent underlying General Plan land use designation of Rural Residential. PROJECT ADDRESS: PROPERTY OWNER: 2626 Wagon Train Lane Diamond_ Bar, CA 91765 Connie Kuo 2957 E. Sorano Place Brea, CA 92821 APPLICANT: Daniel Dascanio 17460 Drake Street Yorba Linda. CA 92886 SP/Lee presented staff's report and recommended Planning Commission approval of Development Review and Tree Permit No. PL2014-301, based on the Findings of Fact, and subject to the conditions of approval as listed within the resolution. C/Low asked if the discussion of projects going forward included discussion of water conservation and landscape requirements in light of the drought conditions. CDD/Gubman responded affirmatively and stated that in fact, in 2010 the City adopted the Water Efficient Landscape Ordinance, an adoption of local amendments of state law mandating that landscape for AUGUST 12, 2014 PAGE 8 PLANNING COMMISSION new development and additions exceeding a certain threshold must comply with "the water budget." There is a limit to the allowable water consumption that may be used to irrigate landscaping and the project landscape plan has to be designed to stay within that water budget, There are families of plant materials that are prescribed in the ordinance that have to abide by the water-efficient/water-wise principles. Among other things there are limits to the amount of natural turf that can be used in a new landscape plan. In addition, there are other requirements for water -harvesting on-site. The water budget calculations are very complicated and beyond the scope of in- house staffs capabilities. The City has a consultant on retainer (David Evans and Associates who recently merged:with Hall and Foreman, Inc.) with landscape architects who have the technical expertise and ongoing training to be able to review landscape plans to ensure that it is, in compliance with the WELO (Water Efficient Landscape Ordinance), as well as horticultural expertise and are able to review the plans to ensure that at maturity, the shrub and ground cover spacing and tree locations and ultimate canopy breadth will be accommodated for in the layout. C/Low asked if the consultants had reviewed this project's plans because she noticed that the vegetation is quite lush and there are two swimming pools on this large piece of property. CDD/Gubman stated that as part of the plan check process, as is true with the building, it must go through the technical review along with grading plans, geotechnical and other technical studies. David Evans has not yet done the plan check review for this project. The plans have been prepared by a licensed landscape architect and they have prepared those plans using the City's WELO ordinance as the basis for the preparation of that plan. He cannot provide confirmation that the project as submitted is what will ultimately be approved. The final landscape construction plan must be substantially in conformance with this concept and if not, depending on the amount of deviation, staff has the option of bringing a revised plan to the Planning Commission for further review. C/Low said that it is her understanding that when the Commission approves the plan it approves the entire project including landscaping, two pools, sports court and gazebo. As proposed, the water remaining in the water budget seems to be a material portion of this plan perhaps the Commission can make sure that the project is conditioned to provide for further deviation. CDD/Gubman pointed out that there is a condition of approval that re- emphasizes what is already statutorily required which is that the project must comply with the WELO ordinance. VC/Shah said he did not see a water retention pond or similar device on the plans and looking at the cut on the property and coverage of the property he assumes that there is a need to retain the water drainage coming off of AUGUST 12, 2014 PAGE 9 PLANNING COMMISSION the covered area and once this project goes through the plan check and permit process, it will be checked and approved. As mentioned by C/Low, it may be a good idea that it will come back to the Planning Commission should there be a need for additional amenities added to the site plan such a retention pond. Also, he did not see any mention about the quantity of cut and fill. SP/Lee responded to C/Low that the resolution includes the conditions requiring conformance with the water ordinance on Page 4 of the resolution, Condition 3. With respect to VC/Shah's concern about the hydraulics, that too is a condition of approval on Page 10 under the Public Works Department Condition of Approval a) 2. Regarding the cut and fill, that information is included in staff's report on Page 6 as follows: "they are proposing to cut 300 cubic yards of soil and fill 900 cubic yards to create a buildable pad at the rear of the property." Chair/Farago opened the public hearing. Daniel Dascanio, architect, said he was available for any questions. In essence his firm attempted to be sensitive to the context of surroundings and balance that with an appropriate size for the family. C/Low asked Mr. Dascanio to address the water conservation issues with the landscaping and two pools. Mr. Dascanio responded that the Commission is addressing the concepts and the technical aspects will be addressed in the construction document phase at which point the conditions of approval will be addressed including water conservation. There are several ways in which the project can comply with the water conservation requirements and one of the ways in which the project can meet those requirements is to include a holding tank to capture rain water as well as, installation of moisture sensors so that the sprinklers do not run after a rainstorm and water will be used only when necessary. C/Low asked.if Mr. Dascanio is familiar with the water budget allotted to this particular property and Mr. Dascanio responded that he is not but his landscape architect is. C/Low asked if the plans were developed without factoring in the water budget allotment and Mr. Dascanio responded that it would be. C/Low asked about the second elevation at the front of the property that contains laundry and at the end is situated a master closet which appeared to her to be a hall area and is labeled "closet." Mr. Dascanio said it is one massive closet as requested by his client. AUGUST 12, 2014 PAGE 10 PLANNING COMMISSION VC/Shah said that Mr. Dascanio provided a very impressive design and, beautiful renderings. Ron Everett, 2618 Rocky Trail Road, adjacent to the project said he was present to make sure the public system is working, the City's system is working and the community is working, This is a beautiful home that will be right next door to him and he looks forward to that. He stated that he has lived on his property for 37 years and at that time and in that community the lots each had 10 foot easements adjacent, which provides 20 feet of easement between his property and the project property. This easement was intended for equestrian that worked for awhile. Today there are not many horses remaining. About 25-30 years ago in the 20 foot easement between his house and the project site he planted a Jacaranda tree and it has grown and become more beautiful and is now 30 feet high and it is a special tree for him. Three to five years ago the HOA voted to change the CC&R's and within that action they returned the easement, 10 feet on each lot, to the property owner. So the tree he planted was in the middle of the equestrian trail which was typical to do so that as they grow horses can walk around them. Now there is no easement and that tree is on the property line. It has become fully engaged and even more beautiful this year and bloomed purple for six to eight weeks. Today he is present to witness the process and express his position because his tree is at risk. The tree is planned to be moved to make room for a six foot wall with which he has no problem. He is asking the applicant and anyone who is in a position to consider the issue and to contemplate one more time before the tree is removed to do something to compensate. If there is a creative way to move the wall he would ask for that consideration. The second option as discussed with the architect is to remove and replace the Jacaranda tree with two white Birch trees acceptable to the experts as a second choice to be installed on the opposite side of his house between his house and his neighbor's house on Rocky Trail Road. He wants to be a good neighbor and appreciates the exercise by the. Commission and staff in working. through this project. He respects the architect and looks forward to a relationship as neighbors with the owner. Mr. Dascanio explained that he and Mr.: Everett have exchanged emails and this is the first time meeting Mr. Everett in person. The surveyor discovered that the tree was right in the middle of the property line which made the decision about what to do with it a little easier. If it was one foot into his property it would have been difficult to work with it because there was a chance that by putting in the wall it would damage the root,system and would probably require consideration of wrought iron fencing. AUGUST 12, 2014 PAGE 11 PLANNING COMMISSION Mr. Dascanio's initial proposal was to remove and replace it with a new tree or series of trees to compensate for the size which could be located wherever Mr. Everett chose and would consist of any species he selected. Mr. Everett proposed two Birch trees which Mr. Dascanio included in his site plan and will become part of the construction documents. The landscape contractor will remove and replace the tree with a series of new trees. Mr. Everett said he was fine with that decision and the applicant is good with that solution as well. VC/Shah asked if there was any way to find a compromise to save the tree because Mr. Everett has said he would love to save the tree. Mr. Dascanio said that unfortunately there is a block wall that is going on the property line which gives privacy between the homes which will be afforded to both homeowners so short of not doing that portion of the wall that is not a solution. C/Low asked the height of the wall and Mr. Dascanio said that it would be a minimum of five feet and a maximum of six feet. C/Low asked the height of the structure and Mr. Dascanio responded that it is under the maximum of six feet. The wall will be on top of a bank which will help give privacy. C/Low asked if the tree would provide more privacy than the wall and Mr. Dascanio said it would not work with the plans. VC/Shah said that if Mr. Everett agreed to building the wall around the tree would that provide a solution and Mr. Dascanio said that the wall has to be substantially away from the root system of the tree. Otherwise, there would be a great risk that the tree could not survive. Chair/Farago said that of all of the trees named in the report the Jacaranda is the only tree deemed excellent. Mr. Dascanio said that Mr. Everett watered the tree regularly and a lot of the other trees are not in good health and they will be removed and replaced. Chair/Farago asked if it was feasible to relocate the Jacaranda and Mr. Dascanio responded that it is a massive tree and relocating the tree would be an extremely expensive endeavor. Frankly, since Mr. Everett gave Mr. Dascanio the verbal okay to plant a couple of fair-sized Birch trees wherever he wants them that seemed to be a reasonable conclusion. He has included this in his site plan per verbatim. Chair/Farago asked Mr. Everett if his comments were in agreement with that resolution and Mr. Everett acknowledged acceptance. Chair/Farago asked if the resolution needed to be amended accordingly and CDD/Gubman responded that the landscape plan reflects that compromise. Chair/Farago closed the public hearing. AUGUST 12, 2014 PAGE 12 PLANNING COMMISSION C/Low said that the house design is very beautiful but she noticed the one tree which she thought was beautiful which is the Jacaranda is not a protected tree which was, for her, a little heartbreaking even without Mr. Everett's comments. VC/Shah echoes C/Low's sentiments. Since the two parties agree there is little that can be done at this point. VC/Shah moved, C/Pirritano seconded, to approve Development Review and Tree Permit No. PL2014-301, based on the Findings of Fact, and subject to the conditions of approval as listed within the resolution. Motion carried by the following Roll Call vote: AYES: COMMISSIONERS: Low, Pirritano, VC/Shaw, Chair/Farago NOES: COMMISSIONERS: None ABSENT: COMMISSIONERS: Lin Mr. Dascanio thanked the Commission for SP/Lee who was exemplary in her work on this project. 8. PLANNING COMMISSIONER COMMENTSIIN FORMATIONAL ITEMS: Chair/Farago noted that tonight is VC/Shah's last meeting with the Commission. VC/Shah resigned his position and his colleagues are sad to see him go. It has been an honor serving with him these past two years and Chair/Farago thanked VC/Shah for his service to the Commission and the community. I C/Low echoed Chair/Farago's comments. VC/Shah is an excellent asset to the Planning Commission and he will be sorely missed. C/Pirritano double echoed Chair/Farago and C/Low's comments. In the short time he has known VC/Shah, C/Pirritano said he has gained a great deal of respect for VC/Shah who has done a great job on the Commission on behalf of the community. C/Pirritano wished VC/Shah the very best. VC/Shah said that over the years he has had a great time working with the current and prior Commissioners. It is a great team and with an excellent staff, the job is easy although challenging. The Commission embraced the challenges and solved the challenge and 99 percent of the time the Commission has made the public happy. Even when it was difficult to satisfy the public, compromise was reached. He thanked staff and his colleagues for their support and kind words. AUGUST 12, 2014 PAGE 13 PLANNING COMMISSION 9. STAFF COMMENTS/INFORMATIONAL ITEMS: 9.1 Public Hearing dates for future projects. CDD/Gubman stated that the August 26 meeting will be dark due to lack of agenda items. The next scheduled meeting is September 9 and staff will advise the Commission whether there will be a meeting on that night. 10. SCHEDULE OF FUTURE EVENTS: As listed in tonight's agenda. ADJOURNMENT: With no further business before the Planning Commission, Chair/Farago adjourned the regular meeting at 8:15 p.m. The foregoing minutes are hereby approved this 9th day of September, 2014. Attest: Respectfully Submitted, Greg Gubman Community Development Director Agenda # 6.4 Meeting Date: October 7, 2014 CITY COUNCIL AGENDA REPORT ;i TO: Honorable Mayor and Members of the City Council FROM: James DeStefano, City Manager n TITLE: Ratification of Check Register dated September 11, 2014 through �N September 30, 2014 totaling $ 2,709,889.51 RECOMMENDATION: Ratify. FINANCIAL IMPACT: Expenditure of $ 2,709,889.51 in City funds. 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 September 11, 2014 through September 30, 2014 for $ 2,709,889.51 is being presented for ratification. All payments have been made in compliance with the City's purchasing policies and procedures. Payments 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: Luisa Allen Accounting Technician REVIEWED BY: /per Finance Director Attachments: Affidavit and Check Register — 09/11/14 through 09/30/14. CITY OF DIAMOND BAR The attached listings of demands, invoices, and claims in the form of a check register including checks dated September 11, 2014 through September 30, 2014 has been audited and is certified as accurate. Payments have been allowed from the following funds in these amounts: Description General Fund Prop A - Transit Fund Prop C - Transit Tax Fund Intergrated Waste Management Fund Traffic Improvement Fund Com Dev Block Grant Fund Ca Law Enf Equipment Fund LLAD 38 Fund LLAD 39 Fund LLAD 41 Fund Used Motor Oil Block Grant Fund Capital Improvement Projects Fund Computer Equipment Replacement Fund Signed: a"ttaj L' Dianna Honeywell Finance Director Amount $1,392,608.13 $25,343.15 $70,390.14 $24,713.12 $1,795.00 $1,027.20 $119.00 $16,368.79 $9,666.48 $23,435.04 $522.50 $1,136,282.51 $7,618.45 $2,709,889.51 SUNGARD PENTAMATION INC PAGE NUMBER: 1 DATE: 10/01/2014 CITY OF DIAMOND BAR ACCTPA21 TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: transa Ct.Ck_date between '20140911 00:00:00.000' and '20140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 FUND - 001 - GENERAL FUND TAX CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION 10100 109425 09/11/14 ACSI ACSI 001 10100 109426 09/11/14 ANKRAHRO ROSEMOND ANKRAH 001 10100 109426 09/11/14 ANKRAHRO ROSEMOND ANKRAH 001 10100 109426 09/11/14 ANKRAHRO ROSEMOND ANKRAH 001 TOTAL CHECK REFUND-PR13-1493 0.00 10100 - 109427 09/11/14 ANNETTCU CURTIS ANNETT 001 10100 109428 09/11/14 ARCADIAP ARCADIA PUBLISHING INC 0014095 10100 109429 09/11/14 BERNALMA MARTIN BERNAL 0014093 10100 109430 09/11/14 BISHOPJO JOHN E BISHOP 0015350 10100 109431 09/11/14 BREACANY BREA CANYON INVESTMENT L 001 10100 109432 09/11/14 CARRERAT TED A CARRERA 0015510 10100 109433 09/11/14 CHENNICO NICOLE CHEN 001 10100 109434 09/11/14 CHOKSHIK KETAN CHOKSHI 001 10100 109434 09/11/14 CHOKSHIK KETAN CHOKSHI 001 TOTAL CHECK 0.00 10100 109435 09/11/14 COMPUCOM COMPUCOM 0014070 10100 109436 09/11/14 LACFIRE COUNTY OF LOS ANGELES FI 0014010 10100 109437 09/11/14 GRUNDYDA DAVID J. GRUNDY 0015350 10100 109438 09/11/14 DELEONKA KAREN DE LEON 001 10100 109439 09/11/14 DENNISCA CAROL A DENNIS 0015310 10100 109439 09/11/14 DENNISCA CAROL A DENNIS 0015510 TOTAL CHECK 10100 109440 09/11/14 DESAIHIT HITESH DESAI 001 10100 109440 09/11/14 DESAIHIT HITESH DESAI 001 10100 109440 09/11/14 DESAIHIT HITESH DESAI 001 TOTAL CHECK 10100 109441 09/11/14 DHMAINTE DH MAINTENANCE 0015340 10100 109441 09/11/14 DHMAINTE DH MAINTENANCE 0014093 10100 109441 09/11/14 DHMAINTE DH MAINTENANCE 0015333 10100 109441 09/11/14 DBMAINTE DH MAINTENANCE 0015333 TOTAL CHECK 10100 109442 09/11/14 DBMOBIL DIAMOND BAR MOBIL 0015310 10100 109443 09/11/14 DOENJEAN JEANETTE DOEN 001 -----DESCRIPTION------ SALES TAX MISC PAYABLE-C.V. 0.00 FACILITY CHRGS-DBC 0.00 FACILITY REFUND -DBC 0.00 FACILITY REFUND -DBC 0.00 0.00 FACILITY REFUND-HERTG 0.00 HISTORY BOOKS-P/INFO 0.00 MAINT SVCS -CITY HALL 0.00 CONTRACT CLASS -SUMMER 0.00 REFUND-PR13-1493 0.00 T & T COMM -JULY 14 0.00 RECREATION REFUND 0.00 FACILITY REFUND -DBC 0.00 FACILITY REFUND -DBC 0.00 0.00 ANNL COMP MAINT-I.T. 0.00 CCCA MTG-COUNCIL 0.00 P & R COMM -AUG 28 0.00 FACILITY REFUND-S/CYN 0.00 PROF.SVCS-P&R MTG 0.00 PROF.SVCS-T&T MTG 0.00 0.00 REFUND -INSPECTION 0.00 REFUND -PLAN REVIEW 0.00 REFUND -RETENTION 0.00 0.00 JANITORIAL SVCS -PARKS 0.00 JANITORIAL SVCS-C/HLL 0.00 JANITORIAL SVCS -DBC 0.00 ADDL MAINT-DBC 0.00 0.00 VEH MAINT-COMM SVCS 0.00 RECREATION REFUND 0.00 GVM 90.44 -51.00 3.15 650.00 602.15 200.00 3,379.64 1,300.00 154.80 22,000.00 45.00 62.00 800.00 3.15 803.15 21,130.33 35.00 45.00 50.00 125.00 75.00 200.00 404.48 42.50 28.00 474.98 735.17 6,500.00 12,250.83 626.00 20,112.00 139.35 53.00 SUNGARI) PENTAMATION INC PAGE NUMBER: 2 DATE: 10/01/2014 CITY OF DIAMOND BAR ACCTPA21 TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: transact.ck_date between '20140911 00:00:00.000' and '20140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 FUND - 001 - GENERAL FUND TRFFC ENG-SR57/60 FWY 0.00 CASH ACCT CHECK NO ISSUE DT VENDOR NAME 0.00 FUND/DIVISION 10100 109444 09/11/14 DUANRACH RACHEL DUAN 0.00 001 10100 109445 09/11/14 EMERALD EMERALD LANDSCAPE SERVIC 0.00 0014093 10100 109446 09/11/14 FEHRPEER FEHR & PEERS 0.00 0015554 10100 109446 09/11/14 FEHRPEER FEHR & PEERS 0.00 0015551 10100 109446 09/11/14 FEHRPEER FEHR & PEERS 0.00 0015551 10100 109446 09/11/14 FEHRPEER FEHR & PEERS 0.00 0015551 TOTAL CHECK 0.00 CONSULTING SVCS-E/DEV 0.00 10100 109447 09/11/14 FRANCORU RUBEN FRANCO 0.00 001 10100 109448 09/11/14 GLENNSRE GLENN'S REFRIGERATION CO 0015333 10100 109449 09/11/14 GONZAMON MONIKA GONZALEZ 0.00 001 10100 109450 09/11/14 HARDYHAR HARDY & HARPER INC 0.00 250 10100 109450 09/11/14 HARDYHAR HARDY & HARPER INC 0.00 2505510 10100 109450 09/11/14 HARDYHAR HARDY & HARPER INC 0.00 2505510 TOTAL CHECK 0.00 ICAN RESEARCH -JULY 14 0.00 10100 109451 09/11/14 WHITECAP HDS WHITE CAP CONST SUPP 0014093 10100 109451 09/11/14 WHITECAP HIS WHITE CAP CONST SUPP 0015554 TOTAL CHECK 10100 109452 09/11/14 HIWAYSAF HI WAY SAFETY INC 0015554 10100 109453 09/11/14 HSIEHKIM KIM HSIEH 0015350 10100 109454 09/11/14 KEYSERMA KEYSER MARSTON ASSOCIATE 0014096 10100 109455 09/11/14 KNOWLTON SAMANTHA KNOWLTON 001 10100 109455 09/11/14 KNOWLTON SAMANTHA KNOWLTON 001 10100 109455 09/11/14 KNOWLTON SAMANTHA KNOWLTON 001 TOTAL CHECK 10100 109456 09/11/14 LIANGBEN BENNY LIANG 0015350 10100 109457 09/11/14 LOOMIS LOOMIS 0014090 10100 109458 09/11/14 LOPEJOSE JOSE LOPEZ 0015350 10100 109459 09/11/14 LASHERIF LOS ANGELES COUNTY SHERI 0014411 10100 109459 09/11/14 LASHERIF LOS ANGELES COUNTY SHERI 0014411 10100 109459 09/11/14 LASHERIF LOS ANGELES COUNTY SHERI 0014411 10100 109459 09/11/14 LASHERIF LOS ANGELES COUNTY SHERI 0014411 10100 109459 09/11/14 LASHERIF LOS ANGELES COUNTY SHERI 0014411 10100 109459 09/11/14 LASHERIF LOS ANGELES COUNTY SHERI 0014411 10100 109459 09/11/14 LASHERIF LOS ANGELES COUNTY SHERI 0014411 10100 109459 09/11/14 LASHERIF LOS ANGELES COUNTY SHERI 1125553 TOTAL CHECK --DESCRIPTION- -- SALES TAX RECREATION REFUND 0.00 MAINT SVCS -SEPT C/HL 0.00 TRFFC ENG-SR57/60 FWY 0.00 TRFFC ENG-SR57/60 FWY 0.00 TRFFC ENG-SR57/60 FWY 0.00 TRFFC ENG-SR57/60 FWY 0.00 0.00 FACILITY REFUND-S/CYN 0.00 MAINT SVCS -DBC 0.00 FACILITY REFUND-S/CYN 0.00 RETENTION PAYABLE 0.00 RD MAINT PROS -ZONE 1 0.00 RD MAINT PROS -AREA 2 0.00 0.00 SUPPLIES -CITY HALL 0.00 SUPPLIES -RD MAINT 0.00 0.00 SUPPLIES -RD MAINT 0.00 P & R COMM -AUG 26 0.00 CONSULTING SVCS-E/DEV 0.00 FACILITY REFUND -DBC 0.00 FACILITY REFUND -DBC 0.00 FACILITY REFUND -DBC 0.00 0.00 P & R COMM -AUG 28 0.00 COURIER SVCS -AUG 14 0.00 CONTRACT CLASS -SUMMER 0.00 ST SWEEPER-JUL 14 0.00 TEEN NIGH OUT -JULY 14 0.00 CONCERTS IN THE PARK 0.00 CALVARY CHAPEL-JUL 14 0.00 4TH OF JULY BLAST 0.00 CONTRACT SVCS -JULY 0.00 ICAN RESEARCH -JULY 14 0.00 TRANSIT SALES -JULY 14 0.00 0. 00 AMOUNT 139.00 888.00 216.60 399.57 588.71 1,736.11 2,940.99 50.00 290.00 50.00 -46,118.41 48,144.00 874,224.25 876,249.84 348.78 577.67 926.45 371.52 45.00 7,905.00 700.00 -34.00 3.15 669.15 45.00 836.38 175.20 462.61 588.06 3,200.81 7,950.39 8,342.36 447,341.72 250.44 140.92 468,277.31 SUNGARD PENTAMATION INC PAGE NUMBER: 3 DATE: 10/01/2014 CITY OF DIAMOND BAR ACCTPA21 TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: transa Ct.Ck_date between '20140911 00:00:00.000' and '20140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 -----DESCRIPTION---- SALES TAX T & T COMM -JULY 14 0.00 MEMBERSHIP DUES-J.G. 0.00 RIGHT OF WAY MAINT FUND - 001 - GENERAL FUND RIGHT OF WAY MAINT 0.00 CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION 10100 109460 09/11/14 MnUr KEJE JENNIFER LYNN MAHLKE 0015510 10100 109461 09/11/14 MSA MAINTENANCE SUPERINTENDE 0015510 10100 109462 09/11/14 MCECORPO MCT CORPORATION 0015350 10100 109462 09/11/14 MCECORPO MCE CORPORATION 0015554 10100 109462 09/11/14 MCECORPO MCE CORPORATION 0015558 TOTAL CHECK SURVIVOR BENEFIT 0.00 RETIRE CONTRIB-PEPRA 0.00 10100 109463 09/11/14 MERCMART MARTIN MERCADO 001 10100 109464 09/11/14 MINGSMAR MARCIA WINGS 001 10100 109465 09/11/14 MOKKENNE KENNETH MOK 0015510 10100 109466 09/11/14 MYWEDDIN MY WEDDING.COM 0014095 10100 109467 09/11/14 ONWARDEN ONWARD ENGINEERING 2505510 10100 109467 09/11/14 ONWARDEN ONWARD ENGINEERING 2505510 10100 109467 09/11/14 ONWARDEN ONWARD ENGINEERING 2505510 TOTAL CHECK 10100 109468 09/11/14 ORKININC ORKIN PEST CONTROL INC 1385538 10100 109468 09/11/14 ORKININC ORKIN PEST CONTROL INC 0015340 10100 109468 09/11/14 ORKININC ORKIN PEST CONTROL INC 0015340 TOTAL CHECK 10100 109469 09/11/14 OTISELEV OTIS ELEVATOR COMPANY 0014093 10100 109470 09/11/14 OWENSTED TED OWENS 0015350 10100 109471 09/11/14 PAETECCO PAETEC COMMUNICATIONS IN 0014090 10100 109472 09/11/14 PATENATO NATOO PATEL 001 10100 109473 09/11/14 PECHYEDW EDWARD PECHY 0015510 10100 109474 09/11/14 PERSRETI PERS RETIREMENT FUND 001 10100 109474 09/11/14 PERSRETI PERS RETIREMENT FUND 001 10100 109474 09/11/14 PERSRETI PERS RETIREMENT FUND 001 TOTAL CHECK 10100 109475 09/11/14 PUSD POMONA UNIFIED SCHOOL DI 0015340 10100 109476 09/11/14 PSI PROTECTION ONE INC 0014093 10100 109477 09/11/14 RFDICKSO R F DICKSON COMPANY INC 0015554 10100 109477 09/11/14 RFDICKSO R F DICKSON COMPANY INC 0015554 TOTAL CHECK 10100 109478 09/11/14 REUELGRE GREGORY C REUEL 0014096 -----DESCRIPTION---- SALES TAX T & T COMM -JULY 14 0.00 MEMBERSHIP DUES-J.G. 0.00 RIGHT OF WAY MAINT 0.00 RIGHT OF WAY MAINT 0.00 VEGETATION CNTRL-NL 0.00 0.00 FACILITY REFUND -DBC 0.00 FACILITY REFUND-HERTG 0.00 T & T COMM -JULY 14 0. co ONLINE AD -DBC 0.00 RD MAINT-ARTERIAL Z 1 0.00 RD MAINT-RES AREA 2 0.00 CNSTRCTN-MRNING CYN 0.00 0.00 GOPHER CONTROL AUG 0.00 GOPHER CONTROL-S/CYN 0.00 GOPHER CONTROL AUG 0.00 0.00 SVC CONTRACT -CITY ELL 0.00 P & R COMM -AUG 28 0.00 LONG DIST SVCS-AUG/SP 0.00 FACILITY REFUND -DBC 0.00 T & T COMM -JULY 14 0.00 SURVIVOR BENEFIT 0.00 RETIRE CONTRIB-PEPRA 0.00 RETIRE CONTRIB-EE 0.00 0.00 BALL FIELD LIGHTS -LRB 0.00 ALARM SVCS-C/HALL 0.00 ST SWEEPING SVCS-JUL 0.00 ST SWEEPING SVCS AUG 0.00 0.00 CONSULTANT SVCS -AUG 0.00 AMOUNT 45.00 75.00 1,178.40 1,540.96 11,995.24 14,714.60 500.00 200.00 45.00 3,960.00 6,731.55 15,706.95 3,227.50 25,666.00 63.37 66.06 89.23 218.66 4,612.08 45.00 650.17 220.00 45.00 49.29 13,446.32 825.40 14,321.01 1,109.38 25.55 8,593.93 8,593.93 17,187.86 1,500.00 SUNGARD PENTAMATION INC DATE: 10/01/2014 CITY OF DIAMOND BAR TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: tYansact.ck_date between '20140911 00:00:00.000' and '20140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 FUND - 001 - GENERAL FUND AMOUNT FACILITY REFUND-PRTSN CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION 10100 109479 09/11/14 ROJASCHR CHRISTIE ROJAS 001 10100 109480 09/11/14 ULTISTAF ROTH STAFFING COMPANIES 0015510 10100 109481 09/11/14 SCSIGNS S C SIGNS & SUPPLIES LLC 0015554 10100 109481 09/11/14 SCSIGNS S C SIGNS & SUPPLIES LLC 0015554 TOTAL CHECK 316.00 ELECT SVCS -DBC 10100 109482 09/11/14 SALUMBID JOSEPHINE SALUMBIDES 001 10100 109483 09/11/14 SIERRAER SIERRA ERGONOMICS INC 0014060 10100 109484 09/11/14 SCE SOUTHERN CALIFORNIA EDIS 0015333 10100 109485 09/11/14 STSS STATEWIDE TRAFFIC SAFETY 0015554 10100 109486 09/11/14 MARQUEZS STELLA MARQUEZ 0015210 10100 109487 09/11/14 SULAKHEM MANISHA SULAKHE 0015510 10100 109488 09/11/14 TENNISAN TENNIS ANYONE INC 0015350 10100 109489 09/11/14 THECOMDY THE COMDYN GROUP INC 0014070 10100 109489 09/11/14 THECOMDY THE COMDYN GROUP INC 0014070 10100 109489 09/11/14 THECOMDY THE COMDYN GROUP INC 0014070 TOTAL CHECK 194.70 EQ RENTAL-DBD/S/CYN 10100 109490 09/11/14 THESAUCE THE SAUCE CREATIVE SERVI 0015350 10100 109490 09/11/14 THESAUCE THE SAUCE CREATIVE SERVI 0015350 TOTAL CHECK CITY C/CARD-AUG 2014 0.00 10100 109491 09/11/14 ADELPHIA TIME WARNER CABLE 0014070 10100 109492 09/11/14 TRENCHPL TRENCH PLATE RENTAL CO 0015554 10100 109492 09/11/14 TRENCHPL TRENCH PLATE RENTAL CO 0015554 TOTAL CHECK 390.83 PH.SVCS-HERITAGE 10100 109493 09/11/14 USBANK US BANK 0014050 10100 109494 09/11/14 VANTAGEP VANTAGEPOINT TENSER AGNT 001 10100 109494 09/11/14 VANTAGEP VANTAGEPOINT TRNSFR AGNT 001 TOTAL CHECK AARP MATURE DRIVING 0.00 125.00 10100 109495 09/11/14 VERIZONC VERIZON CALIFORNIA 0015333 10100 109495 09/11/14 VERIZONC VERIZON CALIFORNIA 0014090 TOTAL CHECK 10100 109496 09/11/14 WCMEDIA WEST COAST MEDIA 0014095 10100 109497 09/18/14 909MLGAZ 909 MEDIA GROUP INC 0014095 10100 109498 09/18/14 AARP AARP 0015350 PAGE NUMBER: 4 ACCTPA21 -DESCRIPTION- -- SALES TAX AMOUNT FACILITY REFUND-PRTSN 0.00 50.00 TEMP SVCS-P/WORKS 0.00 189.04 SUPPLIES -RD MAINT 0.00 136.12 SUPPLIES -RD MAINT 0.00 2,152.75 0.00 2,288.87 FACILITY REFUND-PNTRA 0.00 100.00 ERGONOMIC WRKSTN-DSC 0.00 316.00 ELECT SVCS -DBC 0.00 10,314.85 SUPPLIES -RD MAINT 0.00 2,609.06 REIMB-MTG 0.00 58.45 T & T COMM -JULY 14 0.00 45.00 CONTRACT CLASS -SUMMER 0.00 4,996.60 CONSULTING SVCS -7/25 0.00 1,759.78 CONSULTING SVCS -8/22 0.00 2,411.86 CONSULTING SVCS -8/8 0.00 2,831.00 0.00 7,002.64 PRINT SVCS -COMM SVCS 0.00 650.00 PRINT SVCS -COMM SVCS 0.00 342.99 0.00 992.99 INTERNET SVCS-HERITGE 0.00 194.70 EQ RENTAL-DBD/S/CYN 0.00 225.00 EQ RENTAL-LBB/S/CYN 0.00 225.00 0.00 450.00 CITY C/CARD-AUG 2014 0.00 21,502.99 9/12/14 -LOAN DEDUC 0.00 2,760.61 9/12/14-P/R DEDUCTION 0.00 31,033.04 0.00 33,793.65 PH.SVCS-DBC EMERG 0.00 390.83 PH.SVCS-HERITAGE 0.00 166.64 0.00 557.47 AD -DBC SEPT 14 0.00 300.00 DISPLAY AD -OCT 0.00 600.00 AARP MATURE DRIVING 0.00 125.00 SUNGARD PENTAMATION INC PAGE NUMBER: 5 DATE: 10/01/2014 CITY OF DIAMOND BAR ACCTPA21 TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: tzansact.ck_date between '20140911. 00:00:00.000' and '20140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION --DESCRIPTION - ---- SALES TAX AMOUNT 10100 109499 09/18/14 ACCESSCO ACCESS CONTROL SECURITY 0015333 SECURITY SVCS AUG 14 0.00 1,454.85 10100 109500 09/18/14 AMERICOM AMERICOMP GROUP 0014070 PRINTER TONERS 0.00 294.14 10100 109501 09/18/14 ANKRAHLA LAUD ANKRAH 001 FACILITY REFUND -DBC 0.00 350.00 10100 109502 09/18/14 BEEREMOV BEE REMOVERS 0015554 MAINT-DBB/TEMPLE 0.00 145.00 10100 109503. 09/18/14 CMTA CALIFORNIA MUNICIPAL TRE 0014050 MEMBERSHIP DUES 0.00 195.00 10100 109504 09/18/14 CHAHALAU AUTAR CHAHAL 001 FACILITY REFUND -DBC 0.00 700.00 10100 109504 09/18/14 CHAHALAU AUTAR CHAHAL 001 FACILITY REFUND -DBC 0.00 -357.50 10100 109504 09/18/14 CHAHALAU AUTAR CHAHAL 001 FACILITY REFUND -DBC 0.00 3.15 TOTAL CHECK 0.00 345.65 10100 109505 09/18/14 REINBERG CNC PRINTWERKS - 0014090 BUSINESS CARDS 0.00 70.65 10100 109505 09/18/14 REINBERG CNC PRINTWERKS 0014090 BUSINESS CARDS 0.00 70.65 10100 109505 09/18/14 REINBERG CNC PRINTWERKS 0014090 BUSINESS CARDS 0.00 127.53 10100 109505 09/18/14 REIN13ERG CNC PRINTWERKS 0014090 CITY ENVELOPES 0.00 135.16 10100 109505 09/18/14 REINBERG CNC PRINTWERKS 0014090 CITY ENVELOPES 0.00 215.82 10100 109505 09/18/14 REINBERG CNC PRINTWERKS 0014090 BUSINESS CARDS 0.00 255.06 TOTAL CHECK 0.00 875.27 10100 109506 09/18/14 CPRSX CPRS DISTRICT X 0015350 MTG-REC STAFF 0.00 40.00 10100 109507 09/18/14 DFSFLOOR DFS FLOORING CORP 0014093 CARPET MAINT-C/HALL 0.00 550.00 10100 109507 09/18/14 DFSFLOOR DFS FLOORING CORP 0014093 CARPET MAINT-LIBRARY 0.00 1,860.00 10100 109507 09/18/14 DFSFLOOR DFS FLOORING CORP 0015340 CARPET MAINT-PANTERA 0.00 385.00 10100 109507 09/18/14 DFSFLOOR DFS FLOORING CORP 0015340 CARPET MAINT-HERITAGE 0.00 385.00 10100 109507 09/18/14 DFSFLOOR DFS FLOORING CORP 0015333 CARPET MAINT-DBC 0.00 1,200.00 TOTAL CHECK 0.00 4,380.00 10100 109508 09/18/14 EDUCATIO EDUCATION TO GO 0015350 CONTRACT CLASS -SUMMER 0.00 65.00 10100 109509 09/18/14 FUTUREPA FUTURE PACKAGING & PRESE 0014095 PLAQUE-TIMECAPSULE 0.00 2,960.32 10100 109510 09/18/14 GALLSTEP STEPHEN GALLOWAY 001 REFUND -T-SHIRT 0.00 10.00 10100 109511 09/18/14 HDLCOREN HDL COHEN & CONE 0014050 AUDIT SVCS -SALES TAX 0.00 6,377.48 10100 109511 09/18/14 HDLCOREN HDL COHEN & CONE 0014050 CONTRACT SVCS -3RD QTR 0.00 900.00 TOTAL CHECK 0'00 7'277'48 10100 109512 09/18/14 HIWAYSAF HI WAY SAFETY INC 0015350 SUPPLIES -RD MAINT 0.00 2,070.00 10100 109513 09/18/14 HOMEDEPO HOME DEPOT CREDIT SERVIC 0015333 SUPPLIES -DBC 0.00 179.92 10100 109514 09/18/14 IVHS HUMANE SOCIETY OF POMONA 0014431 ANIMAL CONTROL -OCT 0.00 10,083.33 10100 109515 09/18/14 AZIZISAA ISAAC AZIZ 0014070 REIMB-PROD MNGMT CRSE 0.00 354.92 10100 109516 09/18/14 JOEGONSA JOE A. GONSALVES & SON I 0014030 LEGISLATIVE SVCS -SEPT 0.00 3,000.00 SUNGARD PENTAMATION INC PAGE NUMBER: 6 DATE: 10/01/2014 CITY OF DIAMOND BAR ACCTPA21 TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: tzansact.ck_date between '20140911 00:00:00.000' and '20140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION 10100 109516 09/18/14 JOEGONSA JOE A. GONSALVES & SON I 0014030 TOTAL CHECK FACILITY REFUND -DBC 0.00 GEOTECH OBSERVTN-GD/V 10100 109517 09/18/14 LAMPALIL LILY LAMPA 001 10100 109518 09/18/14 LEIGHTON LEIGHTON & ASSOCIATES, I 2505310 10100 109518 09/18/14 LEIGHTON LEIGHTON & ASSOCIATES, I 2505310 TOTAL CHECK MTA PASSES -SEPT 14 0.00 10100 109519 09/18/14 LEWISENG LEWIS ENGRAVING INC. 0014090 10100 109519 09/18/14 LEWISENG LEWIS ENGRAVING INC. 0014090 TOTAL CHECK 0.00 FACILITY REFUND -DBC 0.00 10100 109520 09/18/14 LACMTA LOS ANGELES COUNTY MTA 1125553 10100 109520 09/18/14 LACMTA LOS ANGELES COUNTY MTA 1125553 TOTAL CHECK 0.00 RECREATION REFUND 10100 109521 09/18/14 LACPUBWK LOS ANGELES COUNTY PUBLI 0015510 10100 109522 09/18/14 LUXFERMA LUXFER MAGTECH INC 0014440 10100 109523 09/18/14 MELEJOHN JOHN MELENDEZ 001 10100 109524 09/18/14 MERCURYD MERCURY DISPOSAL SYSTEMS 1155515 10100 109524 09/18/14 MERCURYD MERCURY DISPOSAL SYSTEMS 1155515 10100 109524 09/18/14 MERCURYD MERCURY DISPOSAL SYSTEMS 1155515 TOTAL CHECK SUPPLIES -GENERAL 0.00 10100 109525 09/18/14 MIAOZHUA ZHUANG MIAO 001 10100 109526 09/18/14 NELSSTEV STEVE NELSON 001 10100 109527 09/18/14 NETWORKP NETWORK PARTNERS INC 0014070 10100 109528 09/16/14 NRSINC NRS INC. 0015333 10100 109529 09/18/14 OFFICEMA OFFTCEMAX INC 0014090 10100 109529 09/18/14 OFFICEMA OFFICEMAX INC 0014050 10100 109529 09/18/14 OFFICEMA OFFICEMAX INC 0014050 10100 109529 09/18/14 OFFICEHA OFFICEMAX INC 0014050 10100 109529 09/18/14 OFFICEMA OFFICEMAX INC 0014090 10100 109529 09/18/14 OFFICEMA OFFICEMAX INC 0014090 10100 109529 09/18/14 OFFICEMA OFFICEMAX INC 0014090 10100 109529 09/16/14 OFFICEMA OFFICEMAX INC 0014090 10100 109529 09/18/14 OFFICEMA OFFICEMAX INC 0014090 10100 109529 09/18/14 OFFICEMA OFFICEMAX INC 0014050 10100 109529 09/18/14 OFFICEMA OFFICEMAX INC 0014090 TOTAL CHECK 10100 109530 09/18/14 PSTINC PUBLIC SAFETY TECHNOLOGI 1284411 10100 109531 09/18/14 REGIONAL REGIONAL CHAMBER OF COMM 0014096 ---DESCRIPTION------ SALES TAX QUARTERLY FILING FEES 0.00 0.00 FACILITY REFUND -DBC 0.00 GEOTECH OBSERVTN-GD/V 0.00 GEOTECH OBSERVTN-GD/V 0.00 0.00 NAME BADGE-BESHAY 0.00 CITY TILE-ESPINOZA 0.00 0.00 MTA PASSES -SEPT 14 0.00 CITY SUBSIDY -SEPT 14 0.00 0.00 SEWER SYS MAINT-SUN 0.00 HEATER MEALS-EOC 0.00 FACILITY REFUND -DBC 0.00 RECYCLING FEES 0.00 RECYCLING FEES 0.00 RECYCLING FEES 0.00 0.00 RECREATION REFUND 0.00 FACILITY REFUND -DBC 0.00 VOIP PHONE SUPPORT 0.00 REPAIR SVCS -DBC 0.00 SUPPLIES -GENERAL 0.00 SUPPLIES -FINANCE 0.00 SUPPLIES -FINANCE 0.00 SUPPLIES -FINANCE 0.00 SUPPLIES -GENERAL 0.00 SUPPLIES -GENERAL 0.00 SUPPLIES -GENERAL 0.00 SUPPLIES -GENERAL 0.00 SUPPLIES -GENERAL 0.00 SUPPLIES -FINANCE 0.00 SUPPLIES -GENERAL 0.00 0.00 EQ REPAIR RADAR 0.00 SERVICE CONTRACT -SEPT 0.00 auk 45.00 3,045.00 100.00 1,438.00 3,170.50 4,608.50 10.08 19.62 29.70 2,393.25 669.25 3,062.50 717.21 707.61 100.00 387.23 542.31 814.40 1,743.94 527.00 408.73 437.50 1,085.00 411.05 155.98 124.19 56.86 13.23 13.54 16.48 10.62 5.26 38.36 55.78 901.35 119.00 1,000.00 SUNGARI) PENTAMATION INC PAGE NUMBER: 7 DATE: 10/01/2014 CITY OF DIAMOND BAR ACCTPA21 TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: transact.Ck_date between '20140911 00:00:00.000' and '20140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FOND/DIVISION -- -DESCRIPTION- SALES TAX AMOUNT 10100 109532 09/18/14 RICHDAVE DAVE RICH 001 FACILITY REFUND-PNTRA 0.00 100.00 10100 109532 09/18/14 RICHDAVE DAVE RICH 001 FACILITY REFUND-PNTRA 0.00 35.00 TOTAL CHECK 0.00 135.00 10100 109533 09/18/14 RKACONSU RKA CONSULTING GROUP 0015551 CONSULTING SVCS-JUL 0.00 8,925.00 10100 109533 09/18/14 RKACONSU RKA CONSULTING GROUP 0015510 FED FUNDING COMP-JUL 0.00 1,512.50 10100 109533 09/18/14 RKACONSU RKA CONSULTING GROUP 0015220 BLDG & SFTY SVCS-JUL 0.00 77,415.33 TOTAL CHECK 0.00 87,852.83 10100 109534 09/18/14 SIEMENS SIEMENS INDUSTRY INC 0015554 T/SIGNAL MAINT-JUL 0.00 4,102.00 10100 109534 09/18/14 SIEMENS SIEMENS INDUSTRY INC 0015554 T/SIGNAL MAINT-JUL 0.00 5,822.82 TOTAL CHECK 0.00 9,924.82 10100 109535 09/18/14 SMARTFIN SMART & FINAL 0015350 SUPPLIES -TINY TOTS 0.00 255.02 10100 109536 09/18/14 SOCALSAN SO CAL SANITATION 0015340 EQ RENTAL-JUL-SEPT 0.00 534.58 10100 109537 09/18/14 SCAQMD SO COAST AIR QUALITY MGT 0014090 FACILITY RENTAL-C/MTG 0.00 6,303.75 10100 109538 09/18/14 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 2,493.76 10100 109538 09/18/14 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 170.05 10100 109538 09/18/14 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 239.80 10100 109538 09/18/14 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 722.48 10100 109538 09/18/14 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 85.10 10100 109538 09/18/14 SCE SOUTHERN CALIFORNIA EDIS 0015510 ELECT SVCS-T/CONTROL 0.00 85.76 10100 109538 09/18/14 SCE SOUTHERN CALIFORNIA EDIS 1385538 ELECT SVCS -DIST 38 0.00 26.00 10100 109538 09/18/14 SCE SOUTHERN CALIFORNIA EDIS. 1385538 ELECT SVCS -DIST 38 0.00 26.35 10100 109538 09/18/14 SCE SOUTHERN CALIFORNIA EDIS 0015340 ELECT SVCS -PARKS 0.00 30.77 10100 109538 09/18/14 SCE SOUTHERN CALIFORNIA EDIS 1415541 ELECT SVCS -DIST 41 0.00 52.00 TOTAL CHECK 0.00 3,932.07 10100 109539 09/18/14 SPARKLET SPARKLETTS 0015340 EQ RENTAL-SYC CYN 0.00 12.00 10100 109540 09/18/14 SUSTAINA SUSTAINABLE ENVIRONMENTA 1155515 WASTE HAULER MGMT 0.00 687.50 10100 109541 09/18/14 LAREGIST THE LOS ANGELES REGISTER 0014090 SUBSCRIPTION SVCS 0.00 19.71 10100 109542 09/18/14 WINDMILL THE WINDMILL 0014095 AD -PHOTO CONTEST 0.00 1,200.00 10100 109543 09/18/14 ADELPHIA TIME WARNER CABLE 0014010 MODEM SVCS -COUNCIL 0.00. 105.99 10100 109544 09/18/14 TNTPRINT TNT PRINTING 0015350 PRINT SVCS-REC 0.00 462.64 10100 109545 09/18/14 VERIZONC VERIZON CALIFORNIA 0014090 PH SVCS -PARKS 0.00 770.42 10100 109545 09/18/14 VERIZONC VERIZON CALIFORNIA 0015340 PH SVCS -HERITAGE FAX 0.00 89.95 10100 109545 09/18/14 VERIZONC VERIZON CALIFORNIA 0014030 PH SVCS-CMGR FAX 0.00 81.78 10100 109545 09/18/14 VERIZONC VERIZON CALIFORNIA 0014090 PH SVCS-SRST CHI 0.00 157.17 10100 109545 09/18/14 VERIZONC VERIZON CALIFORNIA 0014093 PH SVCS -ELEVATOR ALM 0.00 149.04 10100 109545 09/18/14 VERIZONC VERIZON CALIFORNIA 0015340 PH SVCS -HERITAGE 0.00 51.33 TOTAL CHECK 0.00 1,299.69 SUNGARD PENTAMATION INC PAGE NUMBER: 8 DATE: 10/01/2014 CITY OF DIAMOND BAR ACCTPA21 TIME: 14:28:25 CHECK REGISTER DISBURSEMENT FUND SELECTION CRITERIA: transa Ct.Ck_date between '20140911 00:00:00.000' and 120140930 00:00:00.000' - ACCOUNTING PERIOD: 4/15 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION 10100 109546 09/18/14 WVWATER WALNUT VALLEY WATER DIST 0015333 10100 109546 09/18/14 WVWATER WALNUT VALLEY WATER DIST 1415541 10100 109546 09/18/14 WVWATER WALNUT VALLEY WATER DIST 1385538 10100 109546 09/18/14 WVWATER WALNUT VALLEY WATER DIST 1395539 10100 109546 09/18/14 WVWATER WALNUT VALLEY WATER DIST 1385538 10100 109546 09/18/14 WVWATER WALNUT VALLEY WATER DIST 0015340 10100 109546 09/18/14 WVWATER WALNUT VALLEY WATER DIST 0014093 TOTAL CHECK 0.00 10100 109547 09/18/14 WAXIESAN WAXIE SANITARY SUPPLY 0014093 10100 109547 09/18/14 WAXIESAN WAXIE SANITARY SUPPLY 0014093 TOTAL CHECK CONTRACT CLASS -SUMMER 0.00 10100 109548 09/18/14 WESTCOAS WEST COAST ARBORISTS INC 0015558 10100 109548 09/18/14 WESTCOAS WEST COAST ARBORISTS INC 0015558 TOTAL CHECK WAGE GARNISHMENT 0.00 10100 109549 09/18/14 WESTONDA DANIEL WESTON 0015350 10100 109550 09/18/14 YEHTONY TONY PER 001 10100 109550 09/18/14 YEHTONY TONY PER 001 TOTAL CHECK PR2014-2697 TCP REV 0.00 10100 109552 09/25/14 ACSI ACSI 001 10100 109553 09/25/14 ADVANTEC ADVANTEC CONSULTING ENGI 001 10100 109553 09/25/14 ADVANTEC ADVANTEC CONSULTING ENGI 001 10100 109553 09/25/14 ADVANTEC ADVANTEC CONSULTING ENGI 001 10100 109553 09/25/14 ADVANTEC ADVANTEC CONSULTING ENGI 001 10100 109553 09/25/14 ADVANTEC ADVANTEC CONSULTING ENGI 001 10100 109553 09/25/14 ADVANTEC ADVANTEC CONSULTING ENGI 001 10100 109553 09/25/14 ADVANTEC ADVANTEC CONSULTING ENGI 0015554 TOTAL CHECK 0.00 10100 109554 09/25/14 ALBANCVA VALERIE ALBANO 001 10100 109555 09/25/14 ALBERTSO ALBERTSONS LLC 0015350 10100 109556 09/25/14 AMERICOM AMERICOMP GROUP 0014070 10100 109556 09/25/14 AMERICOM AMERICOMP GROUP 0014070 TOTAL CHECK 10100 109557 09/25/14 AMERITEC AMERITECH BUSINESS SYSTE 0014090 10100 109558 09/25/14 ARCIMAGI ARC IMAGING RESOURCES 0014070 10100 109558 09/25/14 ARCIMAGI ARC IMAGING RESOURCES 0014070 TOTAL CHECK 10100 109559 09/25/14 BECERRAI ISRAEL BECERRA 001 10100 109560 09/25/14 EVERGREE ROBYN A BECKWITH 0014093 10100 109560 09/25/14 EVERGREE ROBYN A BECKWITH 0014093 DESCRIPTION------ SALES TAX WATER SVCS -DBC 0.00 WATER SVCS -DIST 41 0.00 WATER SVCS -DIST 38 0.00 WATER SVCS -DIST 39 0.00 WATER SVCS -DIST 38 0.00 WATER SVCS -PARRS 0.00 WATER SVCS-C/HALL 0.00 0.00 SUPPLIES -CITY HALL 0.00 SUPPLIES-C/HALL 0.00 0.00 WATERING SVCS -AUG 14 0.00 TREE MAINT-AUG 14 0.00 0.00 CONTRACT CLASS -SUMMER 0.00 FACILITY REFUND -DBC 0.00 FACILITY CHRGS-DBC 0.00 0.00 WAGE GARNISHMENT 0.00 PR2014-2697 ADM FEES 0.00 PR2014-3884 ADM FEES 0.00 SOILS/MISC 0.00 SOILS/MISC 0.00 PR2014-2697 TCP REV 0.00 PR2014-3884 TCP GRAND 0.00 AS -NEEDED ON-CALL ENGI 0.00 0.00 REFUND FOR CLASS 0.00 RECREATION SUPPLIES 0.00 PRINTER AND COPIER TON 0.00 PRINTER TONERS 0.00 0.00 COPIER MAINT-AUG 14 0.00 PAPER -PLOTTER PRINTER 0.00 PRINT SVCS-I.T. 0.00 0.00 FACILITY REFUND-S/CYN 0.00 MAINTENANCE OF PLANTS 0.00 MAINTENANCE OF PLANTS 0.00 AMOUNT 315.83 243.60 1,339.43 8,859.15 13,668.06 21,635.66 826.06 46,887.79 988.55 690.79 1,679.34 699.00 2,740.90 3,439.90 144.00 650.00 -60.00 590.00 90.44 28.80 40.50 -40.50 -28.80 160.00 225.00 600.00 985.00 67.00 113.79 99.19 709.57 808.76 1,267.17 959.83 16.44 976.27 50.00 270.00 107.00 SUNGARI) PENTAMATION INC DATE: 10/01/2014 CITY OF DIAMOND BAR TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: tYanSaCt.Ck_date between '20140911 00:00:00.000' and 120140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION 10100 109560 09/25/14 EVERGREE ROBYN A BECKWITH 0015340 10100 109560 09/25/14 EVERGREE ROBYN A BECKWITH 0015333 TOTAL CHECK 0.00 689.00 10100 109561 09/25/14 BENESYST BENESYST 0014060 10100 109562 09/25/14 CACOMMER CALIFORNIA COMMERCIAL LI 0015333 10100 109562 09/25/14 CACOMMER CALIFORNIA COMMERCIAL LI 0015333 10100 109562 09/25/14 CACOMMER CALIFORNIA COMMERCIAL LI 0015340 10100 109562 09/25/14 CACOMMER CALIFORNIA COMMERCIAL LI 0015333 TOTAL CHECK 0.00 9,350.00 COMP EQ-I.T. 10100 109563 09/25/14 GOVPARTN CARTEGRAPH SYSTEMS, INC 0014070 10100 109564 09/25/14 CDW-G CDW GOVERNMENT 5304070 10100 109564 09/25/14 CDW-G CDW GOVERNMENT 5304070 10100 109564 09/25/14 CDW-G CDW GOVERNMENT 0014070 10100 109564 09/25/14 CDW -G CDW GOVERNMENT 0014070 10100 109564 09/25/14 CDW-G CDW GOVERNMENT 5304070 10100 109564 09/25/14 CDW-G CDW GOVERNMENT 5304070 10100 109564 09/25/14 CDW -G CDW GOVERNMENT 5304070 10100 109564 09/25/14 CDW-G CDW GOVERNMENT 0014070 10100 109564 09/25/14 CDW-G CDW GOVERNMENT 0014070 10100 109564 09/25/14 CDW-G CDW GOVERNMENT 0014070 10100 109564 09/25/14 CDW-G CDW GOVERNMENT 0014070 TOTAL CHECK LEGAL SVCS-DECORAH 0.00 1,929.60 10100 109565 09/25/14 CHENYIYT YI YING CHEN 001 10100 109566 09/25/14 DAPEERRO DAPEER ROSENBLIT & LITVA 0014020 10100 109566 09/25/14 DAPEERRO DAPEER ROSENBLIT & LITVA 0014020 10100 109566 09/25/14 DAPEERRO DAPEER ROSENBLIT & LITVA 0014020 10100 109566 09/25/14 DAPEERRO DAPEER ROSENBLIT & LITVA 0014020 TOTAL CHECK CAR WASH -CODE ENFRCMT 0.00 13.99 10100 109567 09/25/14 DENNISCA CAROL A DENNIS 0014030 10100 109568 09/25/14 DEPTOFJU DEPARTMENT OF JUSTICE 0014060 10100 109569 09/25/14 DBHANDCA DIAMOND BAR HAND CAR WAS 0015554 10100 109569 09/25/14 DBHANDCA DIAMOND BAR HAND CAR WAS 0015310 10100 109569 09/25/14 DBHANDCA DIAMOND BAR HAND CAR WAS 0015230 10100 109569 09/25/14 DBHANDCA DIAMOND BAR HAND CAR WAS 0014090 TOTAL CHECK 10100 109570 09/25/14 DIVERSIF DIVERSIFIED TRANSPORTATI 1135553 10100 109571 09/25/14 DURHAMSC DURHAM SCHOOL SERVICES 1125350 10100 109572 09/25/14 EHARTBRE BRETT EHART 001 10100 109573 09/25/14 ESRIINC ESRI INC 1135553 PAGE NUMBER: 9 ACCTPA21 -----DESCRIPTION--- SALES TAX AMOUNT PLANT SERVICE @ HERITA 0.00 135.00 PLANT SERVICE @ HERITA 0.00 177.00 0.00 689.00 FLEX ADMIN SVCS -AUG 0.00 100.00 SUPPLIES -DBC 0.00 68.18 SUPPLIES -DBC 0.00 299.76 SUPPLIES-PANTERA 0.00 434.92 SUPPLIES -DBC 0.00 686.70 0.00 1,489.56 REQ PARTNER HOSTING 0.00 9,350.00 COMP EQ-I.T. 0.00 346.62 COMP EQ-I.T. 0.00 4,747.32 1 YR SUPPORT CONTRACT 0.00 1,236.74 SECURITY SOFTWARE 0.00 2,929.00 HP SERVERS AND ADDITIO 0.00 98.10 HP SERVERS AND ADDITIO 0.00 738.00 HP SERVERS AND ADDITIO 0.00 1,688.41 ANNI, SOFTWARE MAINT 0.00 6,978.71 COMP EQ-I.T. 0.00 142.23 COMP EQ-I.T. 0.00 38.15 SUPPLIES-I.T. 0.00 39.24 0.00 18,982.52 FACILITY REFUND-S/CYN 0.00 50.00 LEGAL SVCS -SHELL 0.00 214.56 LEGAL SVCS-MCCABE 0.00 369.00 LEGAL SVCS-DECORAH 0.00 1,929.60 LEGAL SVCS -GENERAL 0.00 7,176.90 0.00 9,690.06 PROF.SVCS-CNCL MTG 0.00 100.00 PROF.SVCS-H/R 0.00 128.00 CAR WASH -RD MAINT 0.00 110.48 CAR WASH -COMM SVCS 0.00 44.97 CAR WASH -CODE ENFRCMT 0.00 13.99 CAR WASH -POOL VER 0.00 192.86 0.00 362.30 DIAMOND RIDE SVCS -AUG 0.00 54,081.50 EXCURSIONS -DAY CAMP 0.00 17,352.69 CLASS REFUND 0.00 67.00 ANNUAL SOFTWARE MAINT 0.00 4,848.80 SUNGARD PENTAMATION INC DATE: 10/01/2014 CITY OF DIAMOND BAR TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: transact.ck_date between '20140911 00:00:00.000' and 120140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME 10100 109573, 09/25/14 ESRIINC ESRI INC TOTAL CHECK ANNUAL SOFTWARE MAINT 0.00 10100 109574 09/25/14 ESTRADJE JEANETTE ESTRADA 10100 109574 09/25/14 ESTRADJE JEANETTE ESTRADA TOTAL CHECK 001 INS REFUND 10100 109575 09/25/14 EXCELLAN EXCEL LANDSCAPE INC 10100 109575 09/25/14 EXCELLAN EXCEL LANDSCAPE INC 10100 109575 09/25/14 EXCELLAN EXCEL LANDSCAPE INC 10100 109575 09/25/14 EXCELLAN EXCEL LANDSCAPE INC 10100 109575 09/25/14 EXCELLAN EXCEL LANDSCAPE INC 10100 109575 09/25/14 EXCELLAN EXCEL LANDSCAPE INC 10100 109575 09/25/14 EXCELLAN EXCEL LANDSCAPE INC 10100 109575 09/25/14 EXCELLAN EXCEL LANDSCAPE INC 10100 109575 09/25/14 EXCELLAN EXCEL LANDSCAPE INC 10100 109575 09/25/14 EXCELLAN EXCEL LANDSCAPE INC 10100 109575 09/25/14 EXCELLAN EXCEL LANDSCAPE INC 10100 109575 09/25/14 EXCELLAN EXCEL LANDSCAPE INC 10100 109575 09/25/14 EXCELLAN EXCEL LANDSCAPE INC TOTAL CHECK 1395539 10100 109576 09/25/14 FEDEX FEDEX 10100 109576 09/25/14 FEDEX FEDEX TOTAL CHECK 0.00 0014090 10100 109577 09/25/14 FRANTONE FRAN TONE INC 10100 109578 09/25/14 GGONESOF GG ONE SOFTWARE INC 10100 109579 09/25/14 GOLIVETE GO LIVE TECHNOLOGY INC 10100 109580 09/25/14 GONZALSA SANDRA GONZALES 10100 109581 09/25/14 HARDYHA.R HARDY & HARPER INC 10100 109581 09/25/14 HARDYHAR HARDY & HARPER INC TOTAL CHECK 0.00 250 10100 109582 09/25/14 HERNJESS JESSE HERNANDEZ 10100 109583 09/25/14 HESHMATI RASHID HESHMATI 10100 109584 09/25/14 HIGANAOK NAOKO RIGA 10100 109585 09/25/14 HILDEBTR TRACI HILDEBRAND 10100 109566 09/25/14 INFOGROU INFOGROUP 10100 109587 09/25/14 INLAEMPI INLAND EMPIRE MAGAZINE 10100 109588 09/25/14 INLANDEM INLAND EMPIRE STAGES 10100 109588 09/25/14 TNLANDEM INLAND EMPIRE STAGES FUND/DIVISION -----DESCRIPTION--- SALES TAX 0014070 ANNUAL SOFTWARE MAINT 0.00 0.00 001 DEP REFUND 0.00 001 INS REFUND 0.00 0.00 0015340 ADDL MAINT-PARK 0.00 1415541 ADDL MAINT-DIST 41 0.00 1395539 ADDL MAINT-DIST 39 0.00 1385538 ADDL MAINT-DIST 38 0.00 1395539 ADDL MAINT-DIST 39 0.00 1395539 ADDL MAINT-DIST 39 0.00 1395539 ADDL MAINT-DIST 39 0.00 1395539 ADDL MAINT-DIST 39 0.00 1385536 ADDL MAINT-DIST 38 0.00 1385538 ADDL MAINT-DIST 38 0.00 1385538 ADDL MAINT-DIST 38 0.00 1385538 ADDL MAINT-DIST 38 0.00 1395539 ADDL MAINT-DIST 39 0.00 0.00 0014090 EXPRESS MAIL -GENERAL 0.00 0014090 EXPRESS MAIL -GENERAL 0.00 0.00 0015350 SR DANCE -9/25/2014 0.00 0014070 ANNUAL MAINT SUPPORT 0.00 0014070 PROF.SVCS-CITY VIEW 0.00 001 CLASS REFUND 0.00 2505510 RD MAINT-RES AREA 2 0.00 250 RETENTIONS PAYABLE 0.00 0.00 001 FACILITY REFUND-PTRSN 0.00 001 FACILITY REFUND-REAGN 0.00 001 CLASS REFUND 0.00 001 REFUND DEPOSIT 0.00 0014050 CAER INFO 0.00 0014095 AD FOR DEC 0.00 0015350 SR EXCURSION-V/CASINO 0.00 1125350 TRANS -EXCURSION 0.00 PAGE NUMBER: 10 ACCTPA21 ufr M 7,273.20 12,122.00 800.00 3.15 803.15 21.07 46.36 52.94 68.89 73.62 74.76 91.49 130.53 147.49 165.81 281.03 282.77 383.99 1,820.75 29.92 61.83 91.75 2,450.50 550.00 5,220.00 94.00 235,510.71 -11,775.54 223,735.17 50.00 50.00 130.00 500.00 327.00 995.00 299.15 665.85 SUNGARD PENTAMATION INC DATE: 10/01/2014 CITY OF DIAMOND BAR TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: transa Ct.Ck_date between 120140911 00:00:00.000' and '20140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 FUND - 001 - GENERAL FUND LEIGHTON LEIGHTON & ASSOCIATES, I CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION TOTAL CHECK 2505310 TOTAL CHECK 10100 109589 09/25/14 JORNSONK KEITH JOHNSON 0015350 10100 109590 09/25/14 JOVENPEN PENELOPE JOVEN 001 10100 109591 09/25/14 JUSTTIRE JUST TIRES 0015310 10100 109592 09/25/14 KENSHARD KENS HARDWARE 0014093 10100 109592 09/25/14 KENSHARD RENS HARDWARE 0015340 10100 109592 09/25/14 KENSHARD KENS HARDWARE 0015333 TOTAL CHECK 09/25/14 MATTIERI RICK RAYMOND MATTIE 10100 109593 09/25/14 KIENGSTA STACY KIENG 001 10100 109594 09/25/14 KIMJENNF JENNIFER KIM 001 10100 109595 09/25/14 KIMSEYBI BIANCA KIMSEY 001 10100 109595 09/25/14 KIMSEYBI BIANCA KIMSEY 001 TOTAL CHECK 109606 09/25/14 MILLANME MELISSA MILLANES 10100 109596 09/25/14 KATZOKIT KOA CORPORATION 1165510 10100 109596 09/25/14 KATZOKIT KOA CORPORATION 0015554 TOTAL CHECK 10100 109597 09/25/14 LEIGHTON LEIGHTON & ASSOCIATES, I 2505310 10100 109597 09/25/14 LEIGHTON LEIGHTON & ASSOCIATES, I 2505310 TOTAL CHECK VEH MAINT-COMM SVCS 0.00 10100 109598 09/25/14 LOPEZJOE JOEY LOPEZ 0015350 10100 109599 09/25/14 LACPUBWK LOS ANGELES COUNTY PUBLI 0015340 10100 109600 09/25/14 LOWES LOEB'S BUSINESS ACCOUNT 0014093 10100 109601 09/25/14 MARTANTO ANTONIO MARTINEZ 001 10100 109602 09/25/14 MATTIERI RICK RAYMOND MATTIE 0014095 10100 109603 09/25/14 MAWHORJU JULIE MAWHORTER 001 10100 109604 09/25/14 MCINTYCR CRYSTAL MCINTYRE 001 10100 109605 09/25/14 MEHTAACH ACHALA MEHTA 001 10100 109606 09/25/14 MILLANME MELISSA MILLANES 001 10100 109607 09/25/14 MUZAKLLC MUZAK LLC 0014070 10100 109608 09/25/14 NGUYENTR TRACY NGUYEN 001 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0015333 -DESCRIPTION------ SALES TAX 0.00 D.J. SVCS -SR DANCE 0.00 FACILITY REFUND-S/CYN 0.00 VEH MAINT-COMM SVCS 0.00 SUPPLIES-C/HAL L 0.00 SUPPLIES -PARKS 0.00 SUPPLIES -DBC 0.00 0.00 REFUND DEPOSIT 0.00 CLASS REFUND 0.00 FACILITY REFUND -DBC 0.00 FACILITY CHRGS-DBC 0.00 0.00 TMP REVIEW-DB/FAIRWY 0.00 ENG SVCS-JUL-AUG 14 0.00 0. 00 GEOTECHNICAL OBSERVATI 0.00 GEOTECHNICAL OBSERVATI 0.00 0.00 SKATEBOARDING CAMP 0.00 GENERAL SERVICES CONTE, 0.00 SUPPLIES -CITY HALL 0.00 FACILITY REFUND-M/BLL 0.00 CAMERA OPERATOR-CNCTS 0.00 CLASS REFUND 0.00 REFUND DEPOSIT 0.00 CLASS REFUND 0.00 REFUND DEPOSIT 0.00 SERVICE CALL & REPAIR 0.00 FACILITY REFUND -DBC 0.00 SUPPLIES -DBC 0.00 PAGE NUMBER: 11 ACCTPA21 AMOUNT 965.00 350.00 50.00 917.97 4.14 245.95 367.59 617.68 400.00 94.00 500.00 -34.00 466.00 1,795.00 3,642.50 5,437.50 855.31 1,885.19 2,740.50 175.20 3,857.05 153.88 50.00 750.00 75.00 50.00 130.00 50.00 2,296.25 400.00 325.18 SUNGARD PENTAMATION INC PAGE NUMBER: 12 DATE: 10/01/2014 CITY OF DIAMOND BAR ACCTPA21 TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: tlansact.ck_date between '20140911 00:00:00.000' and '20140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION ----- DESCRIPTION ------ SALES TAX AMOUNT 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0015340 SUPPLIES-REC 0.00 335.70 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0014050 SUPPLIES -FINANCE 0.00 170.02 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0015350 SUPPLIES-REC 0.00 171.54 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0014070 SUPPLIES-I.T. 0.00 186.85 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0015510 SUPPLIES-P/WORKS 0.00 181.56 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0015510 SUPPLIES-P/WORKS 0.00 109.84 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0014095 SUPPLIES-P/INFO 0.00 60.02 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0015210 SUPPLIES-PLNG 0.00 137.91 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 001 ANNI, REBATE CREDIT 0.00 -292.62 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0015310 SUPPLIES -COM SVCS 0.00 14.26 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0014440 SUPPLIES -ROC 0.00 49.39 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0014095 SUPPLIES-P/INFO 0.00 945.61 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0014440 OFFICE SUPPLIES 0.00 314.78 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0014090 OFFICE SUPPLIES 0.00 636.76 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0014090 OFFICE SUPPLIES 0.00 35.71 10100 109609 09/25/14 OFFICEMA OFFICEMAX INC 0014090 OFFICE SUPPLIES 0.00 38.50 TOTAL CHECK 0.00 3,421.01 10100 109610 09/25/14 ONWARDEN ONWARD ENGINEERING 2505510 DESIGN, CONSTRUCTION M 0.00 3,282.50 10100 109611 09/25/14 PTS PACIFIC TELEMANAGEMENT S 0015340 PARK PAY PHONES OCT 0.00 495.64 10100 109612 09/25/14 PERSRETI PERS RETIREMENT 001 RETIRE CONTRIB BE 0.00 156.66 10100 109612 09/25/14 PERSRETI PERS RETIREMENT 001 RETIRE CONTRIB PEPRA 0.00 93.26 10100 109612 09/25/14 PERSRETI PERS RETIREMENT 001 RETIRE BENEFIT. 0.00 8.00 TOTAL CHECK 0.00 257.92 10100 109613 09/25/14 PERSRETI PERS RETIREMENT FUND 001 SURVIVOR BENEFIT 0.00 50.22 10100 109613 09/25/14 PERSRETI PERS RETIREMENT FUND 001 RETIRE CONTRIB PEPRA 0.00 825.40 10100 109613 09/25/14 PERSRETI PERS RETIREMENT FUND 001 RETIRE CONTRIB BE 0.00 13,535.67 TOTAL CHECK 0.00 14,411.29 10100 109614 09/25/14 RANCETHR RANCE THRALL B & T CATTL 1415541 BRUSH REMOVAL -GOATS 0.00 18,540.00 10100 109615 09/25/14 REGINAED EDITH REGINALDO 001 REFUND DEPOSIT 0.00 50.00 10100 109615 09/25/14 REGINAED EDITH REGINALDO 001 REFUND INS 0.00 3.46 TOTAL CHECK 0.00 53.46 10100 109616 09/25/14 BOONE= KENNAN RONNEY 001 REFUND DEPOSIT 0.00 100.00 10100 109617 09/25/14 RU2SYSTE RU2 SYSTEMS INC 0015554 REPAIR -SPD RADAR TRL 0.00 101.55 10100 109618 09/25/14 SANCHEZI IGNACIO SANCHEZ 001 REFUND DEPOSIT 0.00 400.00 10100 109619 09/25/14 SIMPSONA SIMPSON ADVERTISING INC 0014095 DESIGN SVCS -CITY INFO 0.00 2,495.00 10100 109620 09/25/14 SCE SOUTHERN CALIFORNIA EDIS 0014093 ELECT SVCS-C/HALL 0.00 20,155.39 10100 109620 09/25/14 SCE SOUTHERN CALIFORNIA EDIS 1385538 ELECT SVCS -DIST 38 0.00 83.66 10100 109620 09/25/14 SCE SOUTHERN CALIFORNIA EDIS 1385538 ELECT SVCS -DIST 38 0.00 215.93 TOTAL CHECK 0.00 20,454.98 10100 109621 09/25/14 SPARKLET SPARKLETTS 0014090 WATER SUPPLIES FOR CIT 0.00 235.67 SUNGARD PENTAMATION INC PAGE NUMBER: 13 DATE: 10/01/2014 CITY OF DIAMOND BAR ACCTPA21 TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: transact.ck_date between 120140911 00:00:00.000' and '20140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION- -- SALES TAX AMOUNT 10100 109621 09/25/14 SPARKLET SPARKLETTS 0014090 COOLER RENTAL EQUIPMEN 0.00 10.75 TOTAL CHECK - 0.00 246.42 10100 109622 09/25/14 STEVENSA ALONDRA STEVENS 001 FACILITY REFUND -DBC 0.00 400.00 10100 109623 09/25/14 PENTAMAT SUNGARD PUBLIC SECTOR PE 0014070 ETS TRNG-I.T. 0.00 1,280.00 10100 109623 09/25/14 PENTAMAT SUNGARD PUBLIC SECTOR PE 0014070 BE TIMESHEET TRAINING 0.00 640.00 TOTAL CHECK 0.00 1,920.00 10100 109624 09/25/14 SUPERDIA SUPER DIAMOND AGE SENIOR 1255215 REIMB-LIABILITY INS 0.00 1,027.20 10100 109625 09/25/14 TELEPACI TELEPACIFIC COMMUNICATIO 0014070 T-1 INTERNET SVCS -SPT 0.00 856.03 10100 109626 09/25/14 THECOMDY THE COMDYN GROUP INC 0014070 CONSULTING SERVICES - 0.00 1,939.90 10100 109627 09/25/14 SCGAS THE GAS COMPANY 0014093 GAS SVCS -CITY HALL 0.00 428.43 10100 109627 09/25/14 SCGAS THE GAS COMPANY 0015333 GAS SVCS -DBC 0.00 168.23 10100 109627 09/25/14 SCGAS THE GAS COMPANY 0015340 GAS SVCS -HERITAGE 0.00 53.40 TOTAL CHECK 0.00 650.06 10100 109626 09/25/14 THESAUCE THE SAUCE CREATIVE SERVI 0015350 SUPPLIES-REC STAFF 0.00 959.20 10100 109629 09/25/14 ADELPHIA TIME WARNER CABLE 0014070 INTERNET SERVICE - RED 0.00 1,900.00 10100 109630 09/25/14 TUCKERRA RAYMOND MICHAEL TUCKER 0015350 CONTRACT CLASS INSTRUC 0.00 300.00 10100 109631 09/25/14 VALLEYCR VALLEY CREST LANDSCAPE M 0015333 LANDSCAPE MAINT-DBC 0.00 5,645.47 10100 109631 09/25/14 VALLEYCR VALLEY CREST LANDSCAPE M 0015340 LANDSCAPE MAINT-PARKS 0.00 25,504.11 TOTAL CHECK 0.00 31,149.58 10100 109632 09/25/14 VANTAGEP VANTAGEPOINT TRNSFR AGNT 001 PAYROLL CONTRIBUTIONS 0.00 5,604.60 10100 109632 09/25/14 VANTAGEP VANTAGEPOINT TRNSFR AGNT 001 LOAN DEDUCTIONS 0.00 2,760.61 TOTAL CHECK 0.00 8,365.21 10100 109633 09/25/14 WVWATER WALNUT VALLEY WATER DIST 1415541 WATER SVCS -DIST 41 0.00 4,553.08 10100 109633 09/25/14 WVWATER WALNUT VALLEY WATER DIST 0015340 WATER SVCS -PARKS 0.00 2,464.99 TOTAL CHECK 0.00 7,018.07 10100 109634 09/25/14 WANGHONG HONGZHE WANG 001 FACILITY REFUND-HRTGE 0.00 50.00 10100 109635 09/25/14 WASTEZER WASTE ZERO INC 0015340 RECYCLING BAGS -PARKS 0.00 129.50 10100 109636 09/25/14 WAXIESAN WAXIE SANITARY SUPPLY 0015333 SUPPLIES -DBC 0.00 172.56 10100 109636 09/25/14 WAXIESAN WAXIE SANITARY SUPPLY 0015340 SUPPLIES -HERITAGE 0.00 302.46 10100 109636 09/25/14 WAXIESAN WAXIE SANITARY SUPPLY 0015333 SUPPLIES -DBC 0.00 1,495.45 TOTAL CHECK 0.00 1,970.47 10100 109637 09/25/14 WESTCOAS WEST COAST ARBORISTS INC 0015558 TREE MAINT-GRAND AVE 0.00 208.20 10100 109638 09/25/14 WONGJOSE JOSEPH WONG 001 FACILITY REFUND -DBC 0.00 800.00 10100 109638 09/25/14 WONGJOSE JOSEPH WONG 001 FACILITY REFUND -DBC 0.00 545.50 TOTAL CHECK 0.00 1,345.50 SUNGARD PENTAMATION INC PAGE NUMBER: 14 DATE: 10/01/2014 CITY OF DIAMOND BAR ACCTPA21 TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: tTansa Ct.ck_date between '20140911 00:00:00.000' and '20140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 FUND - 001 - GENERAL FUND CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION ---DESCRIPTION------ SALES TAX AMOUNT 10100 109639 09/25/14 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS -COUNCIL 0.00 1,640.00 10100 109639 09/25/14 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-CMGR 0.00 1,312.00 10100 109639 09/25/14 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS -MD PATIENT 0..00 569.00 10100 109639 09/25/14 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS -GENERAL 0.00 266.50 10100 109639 09/25/14 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS -COM DEV 0.00 184.50 10100 109639. 09/25/14 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-P/WORKS 0.00 184.50 10100 109639 09/25/14 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS -COM SVCS 0.00 61.50 10100 109639 09/25/14 WOODRUFF WOODRUFF SPRADLING & SMA 0014020 LEGAL SVCS-I.T. 0.00 102.50 TOTAL CHECK 0.00 4,320.50 10100 109640 09/25/14 ZASTOUAD ADRIANA ZASTOUPIL 001 CLASS REFUND 0.00 47.00 10100 091114M 09/11/14 PETTYCAS PETTY CASH/DIANNA HONEYW 0014030 PARKING-C/CLERK 0.00 7.00 10100 091114M 09/11/14 PETTYCAS PETTY CASH/DIANNA HONEYW 0014060 MILEAGE-H/R 0.00 13.72 10100 091114M 09/11/14 PETTYCAS PETTY CASH/DIANNA HONEYW 0014070 MTG-I.T. 0.00 2000. 10100 091114M 09/11/14 PETTYCAS PETTY CASH/DIANNA HONEYW 0014090 SUPPLIES -GENERAL 0.00 8.71 10100 091114M 09/11/14 PETTYCAS PETTY CASH/DIANNA HONEYW 0015230 PARKING -CODE ENFORCEMN 0.00 8.00 10100 091114M 09/11/14 PETTYCAS PETTY CASH/DIANNA HONEYW 0015310 SUPPLIES -COMM SVCS 0.00 40.00 10100 091114M 09/11/14 PETTYCAS PETTY CASH/DIANNA HONEYW 0015350 SUPPLIESF-RECREATION 0.00 153.14 10100 091114M 09/11/14 PETTYCAS PETTY CASH/DTANNA HONEYW 0015350 PARKING -DAY CAMP 0.00 137.00 10100 091114M 09/11/14 PETTYCAS PETTY CASH/DIANNA HONEYW 0015350 MEMO CREDIT -RECON ITEM 0.00 -220.00 TOTAL CHECK 0.00 167.57 10100 19 -PP 14 09/11/14 PAYROLL PAYROLL TRANSFER 001 P/R TRANSFER-19/PP 14 0.00 168,800.69 10100 19 -PP 14 09/11/14 PAYROLL PAYROLL TRANSFER 112 P/R TRANSFER-19/PP 14 0.00 2,993.39 10100 19 -PP 14 09/11/14 PAYROLL PAYROLL TRANSFER 113 P/R TRANSFER-19/PP 14 0.00 6,266.96 10100 19 -PP 14 09/11/14 PAYROLL PAYROLL TRANSFER 115 P/R TRANSFER-19/PP 14 0.00 12,670.40 TOTAL CHECK 0.00 190,731.44 10100 20 PP 14 09/25/14 PAYROLL PAYROLL TRANSFER 001 P/R TRANSFER 20/PP 14 0.00 170,449.39 10100 20 PP 14 09/25/14 PAYROLL PAYROLL TRANSFER 112 P/R TRANSFER 20/PP 14 0.00 1,127.80 10100 20 PP 14 09/25/14 PAYROLL PAYROLL TRANSFER 115 P/R TRANSFER 20/PP 14 0.00 9,611.28 10100 20 PP 14 09/25/14 PAYROLL PAYROLL TRANSFER 113 P/R TRANSFER 20/PP 14 0.00 5,192.88 TOTAL CHECK 0.00 186,381.35 TOTAL CASH ACCOUNT 0.00 2,709,367.01 TOTAL FUND 0.00 2,709,367.01 SUNGARD PENTAMATION INC DATE: 10/01/2014 CITY OF DIAMOND BAR TIME: 14:28:25 CHECK REGISTER - DISBURSEMENT FUND SELECTION CRITERIA: transact.ck_date between '20140911 00:00:00.000' and '20140930 00:00:00.000' ACCOUNTING PERIOD: 4/15 FUND - 160 - USED MOTOR OIL BLK GRT CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION 10100 109551 09/18/14 SUSTAINA SUSTAINABLE ENVIRONMENTA 1605516 TOTAL CASH ACCOUNT TOTAL FUND TOTAL REPORT PAGE NUMBER: 15 ACCTPA21 -----DESCRIPTION----- SALES TAX AMOUNT USED OIL GRANT MGMT 0.00 522.50 0.00 522.50 0.00 522.50 0.00 2,709,889.51 Agenda 4 6 e 5 Meeting Date: Oct. 7, 2014 CITY COUNCIL AGENDA REPORT j989 TO: Honorable Mayor and Members of the City Council � �I VIA: James DeStefano, City Mana'g , f 4/' I TITLE: Treasurer's Statement —August 2014 RECOMMENDATION: Approve the August 2014 Treasurer's Statement. 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 maturity 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: Susan Full, Senior Accountant REVIEWED BY: l Dianna Honeywell, Finance Dir for Attachments: Treasurer's Statement, Investment Portfolio Report CITY OF DIAMOND BAR - CITY TREASURER'S REPORT CASH BALANCE AS OF AUGUST 31, 2014 BEGINNING CASH BALANCE $26,821,618.46 CASH RECEIVED Cash Receipts $1,488,808.32 Total Cash Received $1,488,808.32 $28,310,426.78 EXPENDITURES Checks Written ($1,397,667.32) Payroll Transfers (556,045.17) Wire Transfers (2,346.87) Returned Checks (106.37) Charge Card Fees & Other Adjustments (7,827.34) Total Expenditures ($1,963,993.07) CASH BALANCE AS OF: AUGUST 31, 2014 $26,346,433.71 TOTAL CASH BREAKDOWN Active Funds General Account ($142,369.63) Payroll Account $50,097.28 Change Fund $1,000.00 Petty Cash Account $500.00 Cash With Fiscal Agent $3.79 Unamortized Discount on Investments $26,503.11 Total Active Funds ($64,265.45) Investment Funds: Local Agency Investment Fund $6,738,800.85 Federal Agency Callable $11,224,197.69 Bank Negotiable CDs $7,934,299.20 Wells Fargo Advantage Money Market Fund $513,401.42 Total Investment Funds $26,410,699.16 CASH BALANCE AS OF: AUGUST 31, 2014 $26,346,433.71 Average Yield to Maturity 0.911% FY2014-15 Year -To -Date Interest Earnings $47,611.43 FY2014-15 Budgeted Annual Interest Earnings $177,200.00 CITY OF DIAMOND BAR INVESTMENT PORTFOLIO SUMMARY REPORT for the Month of August 31, 2014 INVESTMENTS BOOK VALUE PERCENT OF PORTFOLIO TERM DAYS TO MATURITY YIELD TO MATURITY Local Agency Investment Fund $6,738,800.65 25.52% 1 1 0.260 Federal Agency Issues - Callable $11,224,197.69 42.50% 1,621 877 1.090 Negotiable CD's - Banks $7,934,299.20 30.04% 1,512 1,220 1.344 Wells Fargo Sweep Account $513,401.42 1.94% 1 1 0.010 Total Investments and Averages $26,410,699.16 100.00% 1143 739 0.933 TOTALS $26,410,699.16 100.00% N/A N/A N/A TOTAL INTEREST EARNED 4rmes DeStefa0 City Treasurer Date MONTH ENDING August 31, 2014 $23,043.69 FISCAL YEAR-TO-DATE 2014-15 $47,611.43 I certify that this report accurately reflects all City pooled investments and is in conformity with the investment policy of the City of Diamond Bar approved by City Council and on file in the City Clerk's office. The investment program herein provides sufficient cash flow liquidity to meet the next six months estimated expenditures. Page 1 Par Investments Value Local Agency Investment Funds Federal Agency Callable Negotiable CD Wells Fargo Sweep Account Investments Total Earnings Current Year Average Daily Balance Effective Rate of Return 6,738,800.85 11,250,000.00 7,935,000.00 513,401.42 26,437,202.27 31 Month Ending 23,043.69 26,418,946.41 1.03% City of Diamond Bar City of Diamond Bar 21810 Copley Drive Diamond Bar, CA Portfolio Management (909)839-7053 Portfolio Summary August 31, 2014 Market Book % of Daysto YTM/C Value Value Portfolio Term Maturity 6,740,814.07 11,174,758.50 7,936,739.40 513,401.42 26,365,713.39 Fiscal Year To Date 47,611.43 27,333,592.10 1.03% 6,738,800.85 25.52 1 11,224,197.69 42.50 1,621 7,934,299.20 30.04 1,512 513,401.42 1.94 1 26,410,699.16 100.00% 1,143 1 0.260 877 1.090 1,220 1.344 1 0.010 739 0.933 Reporting period 08/01/2014-08/31/2014 Portfolio POOL AP Run Date09/29/2014-16'59 PM (PRF_PM1) 7.3.0 Report Ver. 7.3.3b City of Diamond Bar Portfolio Management Page 1 Portfolio Details - Investments August 31, 2014 CUSIP Average Investment# Issuer Balance Purchase Date Par Value Market Value Book Value Stated Rate Days to Term Maturity YTM/C Maturity Date Local Agency Investment Funds LAIF 10028 Local Agency Investment Fund 6,738,800.85 6,740,814.07 6,738,800.85 0.260 - 1 1 0.260 Subtotal and Average 6,851,704.08 6,738,800.85 6,740,814.07 6,738,800.85 1 1 0.260 Federal Agency Callable 3133EA5V6 10041 Federal Farm Credit Bank 10/26/2012 500,000.00 497,234.50 499,865.61 0.620 1,459 784 0.633 10/24/2016 3133EC7A6 10043 Federal Farm Credit Bank 12/12/2012 1,000,000.00 992,951.00 999,343.89 0.820 1,826 1,198 0.840 12/12/2017 3133EC784 10044 Federal Farm Credit Bank 12/13/2012 500,000.00 496,720.00 499,835.83 0.840 1,826 1,199 0.850 12/13/2017 3133ECJL9 10049 Federal Farm Credit Bank 04/02/2013 500,000.00 499,394.50 500,000.00 0.600 1,263 746 0.600 09/16/2016 3133ECMZ4 10051 Federal Farm Credit Bank 05/01/2013 500,000.00 499,245.50 500,000.00 0.690 1,461 973 0.690 05/01/2017 3133ECNY6 10056 Federal Farm Credit Bank 05/08/2013 500,000.00 495,118.50 499,815.69 0.950 1,826 1,345 0.960 05/08/2018 3133ECP40 10060 Federal Farm Credit Bank 05/09/2013 500,000.00 494,351.50 499,495.83 0.640 1,461 981 0.678 05/09/2017 313382HDS 10047 Federal Home Loan Bank 03/27/2013 500,000.00 499,276.00 500,000.00 0.700 1,371 848 0.700 12/27/2016 313382F65 10048 Federal Home Loan Bank 03/27/2013 500,000.00 499,820.50 500,000.00 0.750 1,826 26 0.600 03/27/2018 313382Y98 10057 Federal Home Loan Bank 05/16/2013 500,000.00 493,366.50 500,000.00 1.000 1,826 1,353 1.000 05/16/201B 3133834Y4 10059 Federal Home Loan Bank 05/29/2013 500,000.00 493,327.50 500,000.00 1.040 1,826 1,366 1.040 05/29/2018 313379EE5 10083 Federal Home Loan Bank 06/19/2014 500,000.00 496,255.50 496,400.42 1.625 1,821 1,747 1.783 06/14/2019 3130A2BQ8 10086 Federal Home Loan Bank 06/30/2014 500,000.00 499,698.00 500,000.00 1.500 1,460 28 1.500 06/29/2018 313OA2B62 10087 Federal Home Loan Bank 06/26/2014 500,000.00 500,463.50 500,000.00 1.500 1,826 1,759 1.817 06/26/2019 3134G3S50 10040 Federal Home Loan Mtg Corp 10/26/2012 500,000.00 499,657.50 499,865.06 0.625 1,467 792 0.638 11/01/2016 3134G47G7 10064 Federal Home Loan Mtg Corp 06/26/2013 500,000.00 497,601.00 500,000.00 1.400 1,826 25 1.400 06/26/2016 3137EADN6 10084 Federal Home Loan Mtg Corp 06/19/2014 500,000.00 491,048.50 491,977.01 0.750 1,303 1,229 1.239 01/12/2018 3135GONF6 10031 Federal National Mtg Assn 08/21/2012 500,000.00 498,431.00 499,643.33 1.000 1,826 20 1.049 08/21/2017 3036GO4MO 10042 Federal National Mtg Assn 11/21/2012 500,000.00 498,203.00 500,000.00 0.750 1,461 812 0.750 11/21/2016 3135GOTP8 10079 Federal National Mtg Assn 03/19/2014 500,000.00 488,748.50 493,361.36 1.250 1,778 59 3.201 01/30/2019 3135GOPQO 10085 Federal National Mtg Assn 06/19/2014 500,000.00 495,951.00 496,144.57 0.875 1,225 1,151 1.125.10/26/2017 3136G1DG1 10090 Federal National Mtg Assn 07/01/2014 250,000.00 247,895.00 248,449.09 1.050 1,337 179 1.232 02/27/2018 Subtotal and Average 11,223,915.62 11,250,000.00 11,174,758.50 11,224,197.69 1,621 877 1.090 Negotiable CID 02005QVND 10005 Ally Bank UT 10/05/2011 248,000.00 248,221.46 248,000.00 1.300 1,097 35 1.119 10/06/2014 02567DMV7 10052 American Express Centurion Bk 05/02/2013 248,000.00 246,498.11 248,000.00 1.100 1,826 1,339 1.101 05/02/2018 02587CAWO 10098 American Express Centurion Bk 08/21/2014 248,000.00 246,377.58 248,000.00 2.100 1,826 - 1,815 2.101 08/21/2019 06740KHB6 10091 Barclays Bank 07/02/2014 248,000.00 247,109.93 248,000.00 2.050 1,826 1,765 2.051 07/02/2019 05573JVR2 10072 BMO HARRIS 01/30/2014 248,000.00 248,601.65 248,000.00 1.250 1,826 1,612 1.251 01/30/2019 05568P7A9 10081 BMW Bank 04/25/2014 248,000.00 247,948.91 248,000.00 1.900 1,826 1,697 1.901 04/25/2019 Run Dale: 0929/2014 -16:59 Portfolio POOL AP PM (PRF_PM2) 7.3.0 Report Ver. 7.3.3b City of Diamond Bar Portfolio Management Portfolio Details - Investments August 31, 2014 Page 2 Wells Fargo Sweep Account SWEEP Run Date: 09/29/2014 -16:59 Subtotal and Average 7,886,071.51 7,935,000.00 7,936,739.40 7,934,299.20 1,512 1,220 1.344 10036 Wells Fargo 07/01/2012 513,401.42 513,401.42 513,401.42 0.010 1 1 0.010 Subtotal and Average 457,255.21 513,401.42 513,401.42 513,401.42 1 1 0.010 Portfolio POOL AP PM (PRF_PM2) TU Average Purchase Stated Days to YTM/C Maturity CUSIP Investment # Issuer Balance Date Par Value Market Value Book Value Rate Term Maturity Date Negotiable CD 17284CKN3 10067 CIT Bank 08/14/2013 248,000.00 250,419.49 248,000.00 1.900 1,826 1,443 1.901 08/14/2018 20033AFK7 10092 Comenity Capital Bank 07/14/2014 248,000.00 247,682.31 248,000.00 0.450 365 316 0.452 07/14/2015 20451PBV7 10066 Compass Bank 08/07/2013 248,000.00 250,393.70 248,000.00 1.750 1,826 1,436 1.751 08/07/2018 23204HBHO 10089 Customers Bank 06/30/2014 248,000.00 246,883.75 247,299.20 0.950 1,085 1,022 0.764 06/19/2017 254671G53 10075 Discover Bank 02/20/2014 248,000.00 248,787.40 248,000.00 1.850 1,826 1,633 1.851 02/20/2019 33764JEH4 10012 First Bank Puerto Rico 06/08/2012 249,000.00 251,854.79 249,000.00 1.250 1,461 646 1.251 06/08/2016 32082BCY3 10078 First Merchants Bank 03/21/2014 248,000.00 248,182.03 248,000.00 1.000 1,280 1,116 1.002 09/21/2017 32114LAF6 10093 First National Bank 07/16/2014 248,000.00 247,088.60 248,000.00 0.800 916 869 0.803 01/17/2017 3616OWK57 10026 GE Capital Financial Inc. 05/04/2012 248,000.00 250,931.61 248,000.00 1.750 1,826 976 1.751 05/04/2017 36160KZK4 10073 GE Capital Retail Bank 01/31/2014 248,000.00 249,231.82 248,000.00 1.900 1,826 1,613 1.901 01/31/2019 38147JSY9 10074 Goldman Sachs Bank 02/05/2014 248,000.00 248,782.94 248,000.00 1.900 1,826 1,618 1.901 02/05/2019 45383UPJB 10077 Independent Bank CD 03/14/2014 248,000.00 248,238.58 248,000.00 0.900 1,280 1,109 0.902 09/14/2017 856284X58 10094 State Bank of India 07/22/2014 248,000.00 246,705.19 248,000.00 2.000 1,826 1,785 2.001 07/22/2019 464209BR5 10054 Isabella Bank &Trust Company 05/30/2013 248,000.00 246,853.74 248,000.00 0.750 1,826 1,367 0.750 05/30/2018 48124JAHI 10023 JP Morgan Chase 03/29/2012 246,000.00 246,108.98 246,000.00 1.250 1,826 940 1.175 03/29/2017 49306SRT5 10053 Key Bank U SA, NA 05/08/2013 248,000.00 248,352.41 248,000.00 0.450 915 434 0.376 11/09/2015 51210SITY6 10061 Lakeside Bank 05/17/2013 248,000.00 248,010.17 248,000.00 0.750 1,461 989 0.750 05/17/2017 58403BK62 10080 Medallion Bank 03/28/2014 248,000.00 248,074.90 248,000.00 1.250 1,461 1,304 1.254 03/28/2018 686184TKS 10055 Oriental Bank &Trust 05/16/2013 248,000.00 248,034.22 248,000.00 0.650 1,096 623 0.651 05/16/2016 70153RHEl 10076 Parkway Bank &Trust 03/19/2014 248,000.00 248,552.54 248,000.00 1.650 1,826 1,660 1.651 03/19/2019 74267GUN5 10082 Privatebank & Trust Co - CD 05/21/2014 248,000.00 247,862.36 248,000.00 1.650 1,645 1,542 1.653 11/21/2018 78658QDS9 10095 Safra National Bank 07/30/2014 248,000.00 245,026.98 248,000.00 1.350 1,461 1,428 1.641 07/30/2018 795450SF3 10097 Sallie Mae Bank 08/06/2014 248,000.00 247,174.66 248,000.00 2.050 1,826 1,800 2.051 08/06/2019 80928EJC5 10063 Scotiabank De Puerto Rico 06/07/2013 248,000.00 248,411.68 248,000.00 0.700 1,096 645 0.701 06/07/2016 87482VAA3 10096 Telmer Bank & Trust 08/06/2014 248,000.00 247,342.30 248,000.00 0.700 733 707 0.701 08/08/2016 94768NJU9 10088 Webster Bank 07/02/2014 248,000.00 246,994.61 248,000.00 1.900 1,826 1,765 1.901 07/02/2019 Wells Fargo Sweep Account SWEEP Run Date: 09/29/2014 -16:59 Subtotal and Average 7,886,071.51 7,935,000.00 7,936,739.40 7,934,299.20 1,512 1,220 1.344 10036 Wells Fargo 07/01/2012 513,401.42 513,401.42 513,401.42 0.010 1 1 0.010 Subtotal and Average 457,255.21 513,401.42 513,401.42 513,401.42 1 1 0.010 Portfolio POOL AP PM (PRF_PM2) TU City of Diamond Bar Portfolio Management Portfolio Details - Investments August 31, 2014 Average Purchase Stated Days to YTM/C CUSIP Investment # Issuer Balance Date Par Value Market Value Book Value Rate Term Maturity Total and Average 26,418,946.41 26,437,202.27 26,365,713.39 26,410,699.16 1,143 739 0.933 Run Date: 09/29/2014 -16:59 Page 3 Portfolio POOL AP PM (PRF_PM2) 7,3,0 CITY COUNCIL Agenda # 6.6 Meeting Date :October 7, 2014 AGENDA REPORT TO: Honorable Mayor and Members of the City Council VIA: James DeStefano, City Mangy t; .. TITLE: APPROVE CONTRACT AMENDMENTS FOR ON-CALL TRAFFIC ENGINEERING SERVICES WITH (a.) ADVANTEC CONSULTING ENGINEERS, (b.) ITERIS, (c.) KOA CORPORATION, (d.) FEHR & PEERS, AND (e.) SASAKI TRANSPORTATION SERVICES FOR A PERIOD OF TWO (2) YEARS RECOMMENDATION: Approve. FINANCIAL IMPACT: For development related projects, funding will be provided through developer fees and deposits paid by the applicant prior to the plan/report review stage. For specific traffic and transportation engineering services needed by the Public Works Department, the 2014/2015 Fiscal Year budget includes $90,000 for these services. Y�L�if�3:Z�1�1► I X717 6���I [�7 � A To supplement the City's professional capabilities, traffic and transportation engineering services have been utilized by the City on an as -needed basis. The current consultant service agreements are set to expire on October 18, 2014. Due to the specialized services within the traffic and transportation engineering field, it is beneficial to retain multiple firms because collectively these firms are able to provide the full range of desired services. A two (2) year additional contract extension period was included in the original On -Call Traffic Engineering Services contract dated October 18, 2011. Each of the consultants has worked successfully to deliver projects on time and staff has been pleased with the overall performance of these consultants. Each consultant has submitted a letter of intent which indicates their commitment to meet all of the terms and conditions of the original agreement and expresses their desire to continue providing services to the city for the two (2) year extension period. The scope of services to be provided include: geometric and traffic signal design, review of various environmental and traffic impact studies, conducting studies and preparing reports, preparing data for the congestion management program, preparing traffic signal operation and coordination studies, and other related services as requested by the City. Christian Malpica, Associate Engineer REVIEWED BY: David G.6u, Director of Public Works Attachments: (a.) Amendment No. 2 (b.) Amendment No. 1 (c) Amendment No. 6 (d.) Amendment No. 1 (e.) Amendment No. 1 Date Prepared: September 29, 2014 Advantec Consulting Engineers Iteris KOA Corporation Fehr & Peers Sasaki Transportation Services This Amendment No. 2 to Consultant Services Agreement ("Amendment No. 2") is made and entered into as of October 18, 2014, by and between the City of Diamond Bar, a municipal corporation ( "City"), and ADVANTEC CONSULTING ENGINEERS, (herein referred to as the "Consultant") with reference to the following: A. The City and the Consultant entered into that certain Consultant Services Agreement dated as of October 18, 2011, which is incorporated herein by this reference (the "Original Agreement'); and B. The City and the Consultant desire to amend the Original Agreement to modify, amend and supplement certain portions of the Original Agreement. 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 Original Agreement. 2. Revised Term of Original Agreement. The term of the Original Agreement is amended for an additional two-year period up to and including October 18, 2016, unless earlier terminated pursuant to the provisions herein 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the schedule set forth or as referenced in Exhibit A. 4. Integration. This Amendment No. 2 and all attachments hereto (if any) integrate all of the terms and conditions mentioned herein, and supersede all negotiations with respect hereto. This Amendment No. 2 amends, as set forth herein, the Original Agreement and except as specifically amended hereby, the Original 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 Amendment No. 2 and the terms and provisions of the Original Agreement, the terms and provisions of this Amendment No. 2 shall control. IN WITNESS hereof, the parties enter into this Amendment No. 2 on the year and day first above written. "CONSULTANT" ADVANTEC CONSULTING ENGINEERS By: Printed Name: Title: Bv: Printed Name: Title: "CITY" CITY OF DIAMOND BAR Carol Herrera, Mayor ATTEST: Tommye A. Cribbins, City Clerk APPROVED AS TO FORM: David DeBerry, City Attorney ADVANTEC CansultingEngineers September 25, 2014 Mr. David Liu, P.E. Director of Public Works City of Diamond Bar 21810 E. Copley Drive Diamond Bar, CA 91765 SUBJECT: Request for Contract Extension for Traffic Engineering Services Dear David: EXHIBIT "A" ADVANTEC Consulting Engineers, Inc. (ADVANTEC) has been pleased to provide traffic engineering services to the City of Diamond Bar for the past several years. Based on the terms on the Consulting Services Agreement dated October 18, 2011, our current contract with the City is due to expire on October 18, 2014, with an option of a two-year extension, to be approved by the City. We, therefore, respectfully request the City of Diamond Bar to approve an extension to our agreement for another (2) year period, until October 18, 2016. Enclosed please find a copy of our fee schedule, to be effective on the first day of the contract extension. The rates will be maintained for a minimum of one year from the contract extension date. As always, we are committed to continue providing exemplary traffic engineering services to the City of Diamond Bar. Our branch office in Diamond Bar currently employs 6 full-time staff. Therefore, we have ample resources to assist the city in many different types of engineering projects. I will remain to be the main point of contact for the City. It has been a pleasure working with you and your staff, and providing our services to the City of Diamond Bar. I look forward to continuing this mutually rewarding relationship with the City. If you have any questions, please do not hesitate to contact me. Sincerely, racy Mor' Principal 217001 Copley Drive e Suite 350 • Diamond Bar - CA 91765 Tel: (909) 860-6222 , Fax: (909) 860-6722 , www.advantee-usa.com Because We Cave! FEE SCHEDULE Effective October 2014 — October 2016 The following hourly rates are applicable as of October 2014, and these rates are to be maintained for a minimum of one year from the date of contract award. Classification Rate Project Director III $260 / hour Project Director II $220 / hour Project Manager VI $200 / hour Project Manager V $180 / hour Engineer/ Planner VII $140 / hour Engineer / Planner VI $130 / hour Engineer / Planner V $120 I hour Engineer/ Planner IV $110 / hour Engineer/ Planner III $100 / hour Engineer/ Planner II $ 95 /hour Assistant Engineer 1 $ 75 / hour Technician II $ 65/ hour Administrative VI $ 90 /hour Administrative 1 $ 75/ hour Direct Costs Mileage In House Plotting (Mylar) In House Plotting (Bond) Other Direct Costs IRS Current Rate $20.00 per D -size sheet $10.00 per D -size sheet At Cost + 10% admin 21700 Copley Drive • Suite 350 o Diamond Bar m CA 91765 Tel: (909) 860-6222 ^ Fax: (909) 860-6722 • www.advaiitee-usa.corn Because We Carel This Amendment No. 1 to Consultant Services Agreement ("Amendment No. 1°) is made and entered into as of October 18, 2014, by and between the City of Diamond Bar, a municipal corporation ( "City"), and ITERIS, (herein referred to as the "Consultant') with reference to the following: A. The City and the Consultant entered into that certain Consultant Services Agreement dated as of October 18, 2011, which is incorporated herein by this reference (the "Original Agreement'); and B. The City and the Consultant desire to amend the Original Agreement to modify, amend and supplement certain portions of the Original Agreement. 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 Original Agreement. 2. Revised Term of Original Agreement. The term of the Original Agreement is amended for an additional two-year period up to and including October 18, 2016, unless earlier terminated pursuant to the provisions herein 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the schedule set forth or as referenced in Exhibit A. 4. Integration, This Amendment No. 1 and all attachments hereto (if any) integrate all of the terms and conditions mentioned herein, and supersede all negotiations with respect hereto. This Amendment No. 1 amends, as set forth herein, the Original Agreement and except as specifically amended hereby, the Original 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 Amendment No. 1 and the terms and provisions of the Original Agreement, the terms and provisions of this Amendment No. 1 shall control. IN WITNESS hereof, the parties enter into this Amendment No. 1 on the year and day first above written. "CONSULTANT" ITERIS By: Printed Name: Title: By: Printed Name: Title: M 11104110111 CITY OF DIAMOND BAR Carol Herrera, Mayor r_INNrSR11111 Tommye A. Cribbins, City Clerk APPROVED AS TO FORM: David DeBerry, City Attorney EXHIBIT "A" ITERISf.' �.'° September 25, 2014 Mr. Christian Malpica City of Diamond Bar 21810 Copley Drive, 2"d Floor Diamond Bar, CA 91765 RE: Request for Contract Extension — On-call Traffic Engineering Dear Christian, Iteris, Inc. (Iteris) has been pleased to provide on-call traffic engineering services to the City of Diamond Bar (City) since October 2011. According to the "Consulting Services Agreement' dated October 18, 2011, our contract is going to expire on October 18, 2014. Therefore, I am writing to request for additional two (2) years contract extension, so that we can continue to provide quality traffic engineering services to the City. If this request is approved, please send me an official approval letter or Contract Amendment for our records. Thank you very much for the opportunity to serve the City on various traffic engineering tasks. Please feel free to call me at 949-270-9633 should you have any questions. Sincerely, Iteris, Inc. K"' Bernard K. Li, PE, PTOE Associate Vice President Transportation Systems 1700 Carnegie Avenue I Suite 100 1 Santa Ana I CAI 92705-5551 1 tel. 949.270.9400 1 fax949.270.9401 I w .Iteris corn EXHIBIT "A" Lrnnooaxinn fo bvae,n,obda, Fee Proposal for Diamond Bar On -Call Traffic and Transportation Engineering Services Year 2014 thru 2016 Table 1 below provides the detailed rates of key personnel that will be assigned to this project. Table I — Hourly Fee Schedule Scott Carlson, P.E. Senior Advisor $260.00 Bernard Li, P.E., PTOE Project Manager/Traffic Engineer $240.00 Erlan Gomez Senior Systems Engineer $190.00 Alicia Yang Senior Transportation Engineer $155.00 Paul Frislie, P.E. Senior Transportation Engineer $155.00 Naree Kim, P.E. Transportation Engineer $135.00 Michael Plotnik Transportation Engineer $135.00 Braulio Ramirez Associate Transportation Engineer $115.00 Should additional staff be required other than those already identified, the rates will be based our Standard Fee Schedule shown on the next page. 1700 Carnegie Avenue I Suite 100 1 Santa Ana I CA 1 92705-5551 1 tel. 949.270.9400 1 fax 949.270.9401 1 w Jteris.com Iteris, Inc. STANDARD FEE SCHEDULE STAFF LEVEL 'r m - yraeu.in�eaai� HOURLY RATE Senior Vice President / Vice President / Principal / Director $ 180- 270 Associate Principal / Associate Vice President $ 150- 250 Senior Systems Engineer / Senior Transportation Engineer $ 130- 245 Senior Software Engineer / Senior Modeler / Senior Software Developer $ 120- 235 Senior Transportation Planner / Senior Analytics Consultant $ 120- 225 Chief Scientist / Chief Technical Officer / ITS Designer $ 120- 225 Senior Meteorologist / Senior Program Manager / Senior Analyst $ 120- 210 Transportation Engineer/ Transportation Planner / Systems Engineer $ 105- 160 Program Manager / Scientist / Technician $ 100- 160 Software Engineer / Application Technician / Software Developer $ 90- 140 Associate Transportation Engineer/ Associate Transportation Planner $ 85- 135 Assistant Transportation Engineer/ Assistant Transportation Planner $ 85- 125 Project Administration / Senior Administration /Analytics Consultant $ 85- 125 Systems Integrator / Applications Developer $ 80- 105 Technical Support/ Graphics Support / Editing / Applications Developer $ 45- 105 Administrative Support / Forecast Meteorologist / Road Weather Specialist $ 45- 100 Standard Terms and Conditions • Categories and Rates listed are for estimating purposes. Billings will be monthly at the individual Categories and Rates for the persons actually performing the work during the performance period and are subject to annual adjustment. Expenses will be billed at cost plus 10 percent for service and handling. Expenses include project -related costs, such as subcontractor services, traffic counts, postage/delivery service, reproduction, transportation, and subsistence. Effective through March 27, 2015. • CONSULTANT SERVICES AGREEMENT This Amendment No. 6 to Consultant Services Agreement ("Amendment No. 6") is made and entered into as of October 18, 2014, by and between the City of Diamond Bar, a municipal corporation ( "City"), and KOA CORPORATION, (herein referred to as the "Consultant") with reference to the following: A. The City and the Consultant entered into that certain Consultant Services Agreement dated as of October 18, 2011, which is incorporated herein by this reference (the "Original Agreement'); and B. The City and the Consultant desire to amend the Original Agreement to modify, amend and supplement certain portions of the Original Agreement. 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 Original Agreement. 2._ _ Revised Term of Original Agreement. The term of the Original Agreement is amended for an additional two-year period up to and including October 18, 2016, unless earlier terminated pursuant to the provisions herein 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the schedule set forth or as referenced in Exhibit A. 4. Integration. This Amendment No. 6 and all attachments hereto (if any) integrate all of the terms and conditions mentioned herein, and supersede all negotiations with respect hereto. This Amendment No. 6 amends, as set forth herein, the Original Agreement and except as specifically amended hereby, the Original 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 Amendment No. 6 and the terms and provisions of the Original Agreement, the terms and provisions of this Amendment No. 6 shall control. IN WITNESS hereof, the parties enter into this Amendment No. 6 on the year and day first above written. "CONSULTANT" Bv: Printed Name: Title: By: Printed Name: Title: "CITY" CITY OF DIAMOND BAR By: Carol Herrera, Mayor ATTEST: Tommye A. Cribbins, City Clerk APPROVED AS TO FORM: David DeBerry, City Attorney EXHIBIT "A" r E� September 29, 2014 Mr. David Liu, PE Public Works Director Department of Public Works City of Diamond Bar 21810 Copley Drive, Diamond Bar. CA 91765 Subject: LETTER OF INTENT to Extend the Contract for On -Call Services for the City of Diamond Bar Dear Mr. Liu: KOA Corporation (KOA) is pleased to submit this Letter of Intent to Extend the Contract for On -Call Services in your City for two additional years. We wish to make the following statements: • KOA is committed to continue providing services under the terms of the original contract for two years beginning October 18, 2014. • KOA has the ability to obtain additional resources from other company offices, if necessary to meet special needs or tight deadlines. • KOA is available to provide additional services outlined below: o Traffic Impacts Studies, Parking Studies, Neighborhood Traffic Calming Studies, Pedestrian Safety Studies, and Bikeway Feasibility Studies. o Traffic Engineering Design (PS&E) and Traffic Operations Project. o Civil Engineering Design, Project Management, Construction Management and Observation, Staff Assistance, Grant Application Processing and Nation Pollutant Discharge Elimination System (NPDES) Program Implementation. The primary contact for this contract continues to be Mr. Benjamin Chan, Project Manager. Mr. Chan's email and phone number are - bchanakoacorp com and (323)260-4703. We also provide the fee schedule, which is listed in the following page, for the on-call contract extension. The fee schedule will be fixed for the duration of the contract extension. LCIS ANGELES ONTARIO ORANGE SAN DIEGO SOUTH HAY CEO / President $280/hour Firm Principal / Vice President $220/hour Senior Transportation Engineer/ProjectManager $166/hour Senior Designer $161/hour Senior Transportation Planner $140/hour Associate Engineer / Planner $130/hour Video Engineering Specialist $120/hour Assistant Transportation Engineer / Planner/Signal Comm. Specialist $84/hour CAD Technician $74/hour Administrative Assistant $57/hour Messeneer/Intern $51 /hour If you have any questions or comments, please contact me at (714) 573-0317; 1 am authorized to bind the firm to any contracts and agreements. Sincerely, Min Zhou, P.E. Principal LOS ANGELES ONTARIO ORANGE SAN DIEGO SOUTH BAY AMENDMENT NO. 1 TO CONSULTANT SERVICES AGREEMENT This Amendment No. 1 to Consultant Services Agreement ("Amendment No. 1") is made and entered into as of October 18, 2014, by and between the City of Diamond Bar, a municipal corporation ( "City"), and FEHR & PEERS, (herein referred to as the "Consultant") with reference to the following: A. The City and the Consultant entered into that certain Consultant Services Agreement dated as of October 18, 2011, which is incorporated herein by this reference (the "Original Agreement'); and B. The City and the Consultant desire to amend the Original Agreement to modify, amend and supplement certain portions of the Original Agreement. 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 Original Agreement. 2. Revised Term of Original Agreement. The term of the Original Agreement is amended for an additional two-year period up to and including October 18, 2016, unless earlier terminated pursuant to the provisions herein 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the schedule set forth or as referenced in Exhibit A. 4. Integration. This Amendment No. 1 and all attachments hereto (if any) integrate all of the terms and conditions mentioned herein, and supersede all negotiations with respect hereto. This Amendment No. 1 amends, as set forth herein, the Original Agreement and except as specifically amended hereby, the Original 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 Amendment No. 1 and the terms and provisions of the Original Agreement, the terms and provisions of this Amendment No. 1 shall control. IN WITNESS hereof, the parties enter into this Amendment No. 1 on the year and day first above written. "CONSULTANT" FEHR & PEERS By: Printed Name: Title: By: Printed Name: Title: "CITY" CITY OF DIAMOND BAR By: Carol Herrera, Mayor ATTEST: Tommye A. Cribbins, City Clerk APPROVED AS TO FORM: David DeBerry, City Attorney EXHIBIT "A" FEHRtPEERS 4:111a CA1►I14►11 TO PROVIDE ON-CALL SUPPORT TO CITY OF DIAMOND BAR Fehr & Peers is very pleased to continue to support the City of Diamond Bar in providing on-call transportation planning/engineering services and renew our current on-call contract with the City for next two years (2015 and 2016). Similar to the services we provided to the City previously, we will respond to City's requests and provide transportation services on a time and materials basis. We assume the on-call services will include but are not limited to the following tasks: • Represent the City's interest in reviewing/guiding the Grand Avenue Confluence Project. This may include reviewing the traffic studies and design plans and participating in project -related meetings per City's request. • Provide peer review of the Lemon Avenue Interchange Project. This may include reviewing the PSE plans focusing on ROW impacts to City's streets and compliance with design standards and attending meetings with Caltrans and/or Industry's consultants. • Provide peer review of other studies including the "Big Fix" improvements, Grand Crossing Industrial Park EIR, etc. to make sure the identified improvements are meeting City's near-term and long-term needs. • Prepare a Report Card to monitor the changes in transportation system performance for the City of Diamond Bar streets. • Provide assistance at City Council Study Session meetings as needed. This may include preparing presentation materials and attending the meetings. Anna Luo, P.E. Associate Fehr & Peers September 15, 2014 8141 E. Kaiser Boulevard I Suite 110 ( Anaheim, CA 92808 1 (714) 941-8800 I Fax (949) 859-3209 www.fehrandpeers.com EXHIBIT "A" City of Diamond Bar On -Call Fee Schedule Classification Hourly Rate Principal $195.00 - $320.00 Senior Associate $180.00 - $240.00 Associate $145.00 - $200.00 Senior Engineer/Planner $125.00 - $185.00 Engineer/Planner $100.00 - $135.00 Senior Technical Support $125.00 - $170.00 Senior Administrative Support $105.00 - $135.00 Administrative Support $95.00 - $125.00 Technician $95.00 - $135.00 Intern $80.00 - $95.00 • Other Direct Costs/ Reimbursable expenses are invoiced at cost plus 10% for handling. • Personal auto mileage is reimbursed at the then current IRS approved rate (56 cents per mile as of Jan 2014). • Voice & Data Communications (Telephone, fax, computer, e-mail, etc.) are invoiced at cost as a percentage of project labor. AMENDMENT NO. 1 TO CONSULTANT SERVICES AGREEMENT This Amendment No. 1 to Consultant Services Agreement ("Amendment No. 1") is made and entered into as of October 18, 2014, by and between the City of Diamond Bar, a municipal corporation ( "City"), and SASAKI TRANSPORTATION SERVICES, (herein referred to as the "Consultant') with reference to the following: A. The City and the Consultant entered into that certain Consultant Services Agreement dated as of October 18, 2011, which is incorporated herein by this reference (the "Original Agreement'); and B. The City and the Consultant desire to amend the Original Agreement to modify, amend and supplement certain portions of the Original Agreement. 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 Original Agreement. 2. Revised Term of Original Agreement. The term of the Original Agreement is amended for an additional two-year period up to and including October 18, 2016, unless earlier terminated pursuant to the provisions herein 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the schedule set forth or as referenced in Exhibit A. 4. Integration. This Amendment No. 1 and all attachments hereto (if any) integrate all of the terms and conditions mentioned herein, and supersede all negotiations with respect hereto. This Amendment No. 1 amends, as set forth herein, the Original Agreement and except as specifically amended hereby, the Original 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 Amendment No. 1 and the terms and provisions of the Original Agreement, the terms and provisions of this Amendment No. 1 shall control. IN WITNESS hereof, the parties enter into this Amendment No. 1 on the year and day first above written. "CONSULTANT" [,Yl&f 1''Ii�':l_A1i, &j:[ -4f 1�fi7.+lC��:7�Jfi�T .t Printed Name: Title: By: Printed Name: Title: -02 "CITY" CITY OF DIAMOND BAR Carol Herrera, Mayor ATTEST: Tommye A. Cribbins, City Clerk ,CZS]T1117_1RE101:1tLVii David DeBerry, City Attorney EXHIBIT "A" September 29, 2014 Mr. David G. Liu, PE Director of Public Works City of Diamond Bar 21810 Copley Drize Diamond Bar, CA 91765 SUBJECT: Letter of Intent for a Two -Year Extension of Professional On -Call, Traffic Engineering Services Agreement Dear Mr. Liu: This letter has been prepared in response to the September 29, 2009 e-mail request, related to an extension of our on-call professional Traffic Engineering services agreement. We have enjoyed providing professional Traffic Engineering services to the City of Diamond Bar, and are very pleased the City is considering a contract extension with our firm. We look forward to continuing our working relationship. We understand the current contract is set to expire on October 18, 2014. Please let this letter serve as our Letter of Intent to renew our on-call services for an added two (2) years: - Our firm is corn mitted to providing continuing service, if an extension is granted, under the terms of the original contract and RFP. - Our staff is available to the same or greater extent, to provide the required services, and we will maintain this availability throughout the contract extension. - Please see the attached fee schedule. The STS hourly fees are identified in the attached Rate Schedule, however; the fee for work completed by Steve Sasaki (our firm principal) will be at a reduced rate of $150 per hour (lower than the standard rate of $190 per hour). - We a one-person firm, so most of the work identified in this proposal will be conducted by Mr. Sasaki, with only occasional assistance from sub -contractors, for specific tasks requested by you and/or your representative. P.O. BOX 5159 LACUNA BEACH, CA 92652 (.94W376-1178 We appreciate the opportunity to be of continuing service to you and the City of Diamond Bar. Respectfully submitted, SASAKI TRANSPORItATIOAT SP+�RVTCES, INC. Steven S. Sasaki, P.E., PTOE Principal SASAKI TRANSPOIRTATION SERVICES, INC. DB�Contmet Extend -2014 Contract Extension SASAKI TRANSPORTATION SERVICES, INC. Effective January 1, 2007 PROFESSIONAL STAFF HOURLY RATES - Firm Principal $190.00 - Senior Engineer/ Planner $150.00 - Associate Engineer / Planner $120.00 - Assistant Engineer/ Planner/ Sr. Draftsperson $ 95.00 SUPPORT STAFF - Draftsperson $ 80.00 - Administrative S60,00 - Field Staff $ 60.00 GENERAL 1). The designated hourly rates are applicable to travel time for personnel_ Direct costs will he billed at 110 percent and automobile mileage will be billed at a rate of $0.45 per mile. 2) Invoices shall be submitted monthly or upon completion of the work, at our option.. The invoices shall be due and payable upon receipt. If unpaid for 60 days; invoices may have a 1.5 percent; per month, service change added. We may halt work on projeots when invoices are not fully paid and/or. overdue, at our option; unless mutual agreement is achieved. 3) Compensation for services performed will not be .contingent upon the necessity of the client to .receive payment from other parties. P.O. EOY 5159 LAGUNA BEACH, CA 92652 (949) 376-6613 Agenda # 6 . 7 Meeting Date : October 7, 2014 CITY COUNCIL / AGENDA REPORT �\'�ttPoti9� res � TO: Honorable Mayor and Members of the City Council x VIA: James DeStefano, City Manag TITLE: APPROVE CONTRACT AMEN MENTS FOR ON-CALL SOILS AND GEOTECHNICAL ENGINEERING SERVICES WITH (a.) LEIGHTON AND ASSOCIATES, INC. (b.) WILLDAN GEOTECHNICAL, AND (c.) NINYO AND MOORE FOR A PERIOD OF TWO (2) YEARS RECOMMENDATION: Approve. I[MIMT41 F -11111111M, I f For development related projects, funding will be provided through developer fees and deposits paid by the applicant prior to the plan/report review stage. For soils and geotechnical engineering services, the Fiscal Year 2014-2015 budget includes $25,000 for these services. BACKGROUND/DISCUSSION: To supplement the City's professional capabilities, soils and geotechnical engineering services have been utilized by the City on an as -needed basis. The current consultant service agreements are set to expire on October 18, 2014. The original Request for Proposals (RFP) was issued in August 2011. Based on the consultant selection process, Leighton & Associates, Inc., Willdan Geotechnical, and Ninyo and Moore were selected for a three (3) year contract, with an option for a two-year contract extension, to provide on-call soils and geotechnical engineering. In order to provide timely and responsive review of development projects, it is beneficial to retain multiple firms to provide the desired services. During the contract term, each of the consultants has worked successfully to deliver projects on time and staff has been pleased with overall performance of these consultants. Each consultant has submitted a letter of intent which indicates their commitment to meet all of the terms and conditions of the original agreement and expresses their desire to continue providing services to the City for the two (2) year extension period. The scope of services to be provided include: review and recommendation of various soils investigations, geotechnical, engineering geology, and environmental remediation reports which pertain to development and capital projects, pavement testing and analysis, soils investigation and compaction testing, and other related services as requested by the City. Compensation will be in accordance with Fiscal Year 2014-2015 City Fee Schedule and the appropriate classification of service provided pursuant to each consultant's fee schedule referenced in their respective letters of intent. Deposits are received at the time of project submittal and consultant fees are drawn from the deposit account on an actual cost basis for geotechnical services. PREPARED BY: Kimberly M. Young, Senior Civil Engineer DATE PREPARED: September 29, 2014 REVIEWED BY: avid G. Liu,°D est r of Pt'c Works i Attachments: Exhibit A Amendment No. 1 —Leighton &Associates Exhibit B Amendment No. 1 — Willdan Geotechincal Exhibit C Amendment No. 1 — Ninyo & Moore 2 Exhibit A, Page 1 AMENDMENT NO. 1 TO CONSULTANT SERVICES AGREEMENT This Amendment No. 1 to Consultant Services Agreement ("Amendment No. 1") is made and entered into as of October 18, 2014, by and between the City of Diamond Bar, a municipal corporation ( "City"), and Leighton and Associates, Inc., (herein referred to as the "Consultant") with reference to the following: A. The City and the Consultant entered into that certain Consultant Services Agreement dated as of October 18, 2011, which is incorporated herein by this reference (the "Original Agreement'); and B. The City and the Consultant desire to amend the Original Agreement to modify, amend and supplement certain portions of the Original Agreement. 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 Original Agreement. 2. Revised Term of Original Agreement. The term of the Original Agreement is amended for an additional two-year period up to and including October 18, 2016, unless earlier terminated pursuant to the provisions herein 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the schedule set forth or as referenced in Exhibit A. 4. Integration. This Amendment No. 1 and all attachments hereto (if any) integrate all of the terms and conditions mentioned herein, and supersede all negotiations with respect hereto. This Amendment No. 1 amends, as set forth herein, the Original Agreement and except as specifically amended hereby, the Original 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 Amendment No. 1 and the terms and provisions of the Original Agreement, the terms and provisions of this Amendment No. 1 shall control. 973895.] Exhibit A, Page 2 IN WITNESS hereof, the parties enter into this Amendment No. 1 on the year and day first above written. "CONSULTANT" LEIGHTON & ASSOCIATES, INC. By: Printed Name: Title: By: Printed Name: Title: "CITY" CITY OF DIAMOND BAR in Carol Herrera, Mayor ATTEST: Tommye A. Cribbins, City Clerk APPROVED AS TO FORM: David DeBerry, City Attorney [Type here] [Type here] [Type here] Leighton and Associates, Inc. A LEIGHTON GROUP COMPANY September 25, 2014 Project No, 10313.000 To: City of Diamond Bar Public Works Department 21810 Copley Drive Diamond Bar, California 91765 Attention: Ms. Kimberly M. Young, P.E. Subject: Contract Extension to Provide On -Call Geotechnical Services to the City of Diamond Bar, California In response to your request, Leighton and Associates, Inc. (Leighton) is pleased to present this request to extend our existing contract with the City of Diamond Bar for an additional two-year term. Leighton has been providing geotechnical (soils and geology) consultation to the City continuously since October 1991. We appreciate the opportunity to continue our long professional relationship with the City of Diamond Bar. If you have any questions regarding our services, please call us at your convenience. PB/rsm Distribution: (1) Addressee Respectfully submitted, LEIGHTON ANDA CIATES, INC. Philip A. Buchiarelli Principal Geologist 10:132 Acacia Street, Suite B-6 - Rancho Cu(:,amonp, CA 91730-5455 90J 4£,4.2;2.05 = 909.484,2170 I=ax ;q Leighton 2014 PROFESSIONAL FEE SCHEDULE CLASSIFICATION Project Administrator /Word Processor Dispatcher Technician 1 Technician 11 / Special Inspector Senior Technician/ Inspector Information Specialist Prevailing Wage (Building r construction Inspector) ' Prevailing Wage (Field Soils Tester)' System Operation & Maintenance Specialist CAD Operator See Prevailing Wages in Terms and Conditions $IHR 72 72 76 81 85 99 112 112 117 103 CLASSIFICATION Deputy Grading Inspector Field/Laboratory Supervisor GIS Specialist Staff Engineer/Geologist/Scientist Senior Staff Engineer/Geologist/Scientist Operations/Laboratory Manager Project Engineer/Geologist/Scientist Senior Project Engineer/Geologist/Scientist Associate Principal Senior Principal $IHR 117 117 117 117 130 148 148 171 189 202 243 GEOTECHNICAL LABORATORY TESTING METHOD $/TEST METHOD $/TEST CLASSIFICATION & INDEX PROPERTIES PAVEMENT SUBGRADE TESTS Photograph of sample 10 California bearing ratio (ASTM D 1883) Moisture content (ASTM D 2216) 20 -3 point 500 Moisture & density (ASTM o 2937) ring samples 30 -1 point 185 Moisture & density (ASTM D 2937) Shelby tube or cutting 40 R -Value (CTM 301) untreated 310 Atterberg limits (ASTM D 4318) 3 points: 150 R -Value (CTM 301) lime or cement treated soils 340 -Single point, non -plastic 85 SOIL CHEMISTRY & CORROSIVITY -Organic soils (ASTM D2487/4318) 180 pH Method A (ASTM 4972 or CTM 643) 45 -Visual Classification as non -plastic (ASTM D 2488) 10 Electrical resistivity -single point - as received moisture 45 Particle size -Sieve only 1 %z to #200, (ASTM D 6913/CTM 202) 135 Minimum resistivity 3 moisture content points 90 -Large sieve 6" to #200 (ASTM D 6913/CTM 202) 175 643) ASTM i 187/CTM um re isti pH +minimum resistivity (crM 643) 130 -Hydrometer only (ASTM D 422) 110 Sulfate content -gravimetric (CTM 417 e Part II) 70 -Sieve + hydrometer (_Y sieve, ASTM D 422) 185 Sulfate screen (Hach (D) 30 -Percent passing #200 sieve, wash only (ASTM D 1140) 70 Chloride content (AASHTO T291ICTM 422) 70 Specific gravity -fine (passing #4, ASTM D 854/CTM 207) 125 Corrosion suite: minimum resistivity, sulfate, 245 Specific gravity -coarse (ASTM C 127/CTM 206) > #4 100 chloride, pH (CTM 643) _Total porosity - on Shelby tube sample 165 Organic matter content (ASTM 2974) 65 (calculated from density & specific gravity) -Total porosity - on other sample 155 SHEAR STRENGTH Shrinkage limits (wax method, ASTM D 4943) 126 Pocket penetrometer 15 Pinhole dispersion (ASTM D 4647) 210 Direct shear (ASTM D 3080, mod., 3 points) Dispersive characteristics of clay 90 -Consolidated undrained - 0.05 inch/min (CU) 285 (double hydrometer ASTM D 4221) -Consolidated drained - <0.05 inch/min (CD) 345 As -received moisture & density (chunk/carved samples) 60 -Residual shear EM 11 10-2-1906-1)(A 50 Sand Equivalent (SE - ASTM D 2419/CTM 217) 105 (price per each additional pass after shear) COMPACTION Remolding or hand trimming of specimens (3 points) 90 Standard proctor compaction, (ASTM D 698) 4 points: Oriented or block hand trimming (per hour) 65 -4 inch diameter mold (Methods A & B) 180 Single point shear 105 -6 inch diameter mold (Method C) 215 Torsional shear (ASTM D 6467 / ASTM D 7608) 820 Modified proctor compaction (ASTM D 1557) 4 points CONSOLIDATION & EXPANSION/SWELL TESTS -4 inch diameter mold (Methods A & B) 220 Consolidation (ASTM D 2435) 195 -6 inch diameter mold (Method C) 245 -Each additional time curve 45 Check point (per point) 65 -Each additional load/unload w/o time reading 40 Relative compaction of untreated & treated soils & 250 Expansion index (ASTM D 4829) 130 aggregates (CTM 216) Swell/collapse - Method A 290 Relative density (o.1 ft' mold, ASTM D 4253, D 4254) 235 (ASTM D 4546-A, up to 10 load/unloads w/o time curves) 2014 R2R -10% - PAGE 1 OF 4 www. l e i g h to ri g ro u p. co m METHOD Single load swell/collapse - Method B (ASTM D 4546-B, seat, load & inundate only) Unconfined compression strength of cohesive soil (with stress/strain plot, ASTM D 2166) Unconsolidated undrained triaxial compression test on cohesive soils (USACE Q test, ASTM D 2850, per confining stress) Consolidated undrained triaxial compression test for cohesive soils, with back pressure saturation & pore water pressure measurement (ASTM D 4767, CU, USACE R -bar test per confining stress) Consolidated drained triaxial compression test, with volume change measurement (CD, USACE S test) Price per soil type below EM 1110-2-1906(X): -Sand or silty sand soils (per confining stress) -Silt or clayey sand soils (per confining stress) -Clay soils (per confining stress) -Three-stage triaxial (sand or silty sand soils) -Three-stage triaxial (silt or clayey sand soils) -Three-stage triaxial (clay soils) Remolding of test specimens WEST 105 135 170 375 375 500 705 655 875 1,235 65 Leighton ( Fee Schedule METHOD HYDRAULIC CONDUCTIVITY TESTS Triaxial permeability in flexible -wall permeameter with backpressure saturation at one effective stress (EPA 9100/ASTM D 5084, falling head Method C) -Each additional effective stress -Hand trimming of soil samples for horizontal K Remolding of test specimens Permeability of granular soils (ASTM D 2434) SOIL -CEMENT Moisture -density curve for soil -cement mixtures (ASTM D 558) Wet -dry durability of soil -cement mixtures (ASTM D 559)' Compressive strength of molded soil -cement cylinders (ASTM D 1633) per cylinder' Soil -cement remolded specimen (for shear strength, consolidation, etc.) ' ' Compaction (ASTM D 558 maximum density) should also be performed - not included in above price CONSTRUCTION MATERIALS LABORATORY TESTING SAMPLETRANSPORT Pick-up & delivery- (weekdays, per trip, <50 mile radius from Leighton office) iriL d0Lei CONCRETE STRENGTH CHARACTERISTICS Concrete cylinders compression (ASTM C 39) (6" x 12") Compression, concrete or masonry cores (testing only) s6" diameter (ASTM C 42) Trimming concrete cores (per core) Flexural strength of concrete (simple beam with 3rd pt. loading, ASTM C 78/CTM 523) Flexural strength of concrete (simple beam w/ center pt. loading, ASTM C 293/CTM 523) Non -shrink grout cubes (2 -inch -square, 3 cubes, ASTM C 109/C 1107) Drying shrinkage (four readings, up to 90 days, 3 bars, ASTM C 157) ASPHALT CONCRETE (HMA) Extraction by ignition oven, percent asphalt (ASTM D 6307/CTM 382) Ignition oven correction/correlation values Extraction by centrifuge, percent asphalt (ASTM D 2172) Gradation of extracted aggregate (ASTM D 5444/CTM 202) Stabilometer value (CTM 366) Bituminous mixture preparation (CTM 304) Moisture content of asphalt (CTM 370) Bulk specific gravity- molded specimen or cores (ASTM D 1188/ CTM 308) Maximum density- Hveem (CTM 308) $/TEST grill] 120 60 65 135 240 1,205 60 235 $/TRIP METHOD $/TEST 85 Theoretical maximum density and specific gravity 130 of HMA (CTM 309) $/TEST Thickness or height of compacted bituminous 40 paving mixture specimens (ASTM D 3549) Rubberized asphalt (add to above rates) +25% 25 AGGREGATE PROPERTIES 40 Sieve analysis 135 -fine & coarse aggregate (ASTM C 136/ CTM 202) 20 -with finer than #200 wash (ASTM C117) 85 LA Rattler -smaller coarse aggregate <1.5" 200 (ASTM C 131) 85 LA Rattler -larger coarse aggregate 1-3" 250 (ASTM C 535) 25 Durability index (CTM 229) 200 Cleanness value of coarse aggregate (CTM 227) 210 400 Unit weight of aggregate (CTM 212) 50 Soundness magnesium (ASTM C 88) 225 Soundness sodium 650 Uncompacted void content - fine aggregate 130 150 CTM 234) Flat & elongated particles in coarse aggregate 215 quote (CTM 235) 150 Percent of crushed particles (CTM 205) 135 Organic impurities in concrete sand (CTM 213) 60 135 Specific gravity - coarse aggregate (CTM 206) 100 265 Specific gravity- fine aggregate (CTM 207) 125 80 Apparent specific gravity of fine aggregate 130 60 (CTM 208) Moisture content of aggregates by oven drying 40 55 CTM 226) Clay lumps, friable particles (ASTM C 142) 175 200 2014 R2:4 -10% PAGE 2 OF 4 wvvw.leig hto ng ro a p. com Other specialized geotechnical and environmental testing & monitoring equipment are available, and priced per site 2014 R2:4 -10% PAGE 3 OF 4 www.leiglitongroup.com Leighton I Fee Schedule METHOD $/TEST METHOD $/TEST MASONRY SLAB -ON -GRADE MOISTURE EMISSION KIT Mortar cylinders (2" by 4", ASTM c 780) 25 Moisture test kit 60 Grout prisms (3" by 6", ASTM C 1019) 25 (excludes labor to perform test, ASTM E 1907) Masonry cores compression, :56" diameter 40 REINFORCING STEEL (testing only, ASTM C 42) Rebar tensile test, up to No. 10 (ASTM A 370) 45 CMU compression to size 8" x 8" x 16" 45 Rebar tensile test, NO. 11 & over (ASTM A 370) 100 (3 required, ASTM C 140) CMU moisture content, absorption & unit weight 40 Rebar bend test, up to No. 11 (ASTM A 370) 45 (6 required, ASTM C 140) STEEL CMU linear drying shrinkage (ASTM C 426) 175 Tensile strength, <_100,000 pounds axial load 45 CMU grouted prisms 180 (ASTM A370) (compression test 58" x 8" x 16", ASTM E 447 C 1314) Prestressing wire, tension (ASTM A 416) 150 CMU grouted prisms 250 Sample preparation (cutting) 50 (compression test> 8" x 8" x 16", ASTM E 447 C 1314) Masonry core -shear, Title 24 (test only) 70 SPRAY APPLIED FIREPROOFING BRICK Unit weight (Density, ASTM E 605) 60 Compression (cost for each, 5 required, ASTM C 67) 40 EQUIPMENT, SUPPLIES & MATERIALS $/UNIT $/UNIT 1/4" Grab plates 5 each Magnahelic gauge 15 day 1/4" Tubing (bonded) 0.55 foot Manometer 25 day 1/4" Tubing (single) 0.35 foot Mileage 0.56 mile 3/8" Tubing, clear vinyl 0.55 foot Nitrile gloves 20 pair 4 -Gas meter (RKI Eagle or similar) 120 day Nuclear moisture and density gauge 88 day Air flow meter and purge pump (200 cc/min) 50 day Pachometer 25 day Box of 10 soil drive -sample rings 25 day pH/Conductivity/Temperature meter 55 day Brass sample tubes 10 each Photo -Ionization Detector (PID) 110 day Caution tape (1000 -toot roll) 20 each Pump, Typhoon 2 or 4 stage 50 day Combination lock or padlock 11 each QED bladder pump w/QED control box 160 day Compressed air tank and regulator 50 day Resistivity field meter & pins 50 day Concrete coring machine (6-inch-dia) 150 day Slip/threaded cap (2 -inch or 4 -inch diameter) 15 each Consumables (gloves, rope, soap, tape, etc.) 35 day PVC Schedule 40 Core sample boxes 11 each Slope inclinometer 50 day Crack monitor 25 each Soil sampling T -handle (Encore) 10 day Cutoff saws, reciprocating, electric 75 day Soil sampling tripod 35 day (saws all) Stainless steel bailer 40 day Disposable bailers 12 each Submersible pump, 10 gpm, high powered 160 day Disposable bladders 10 each Grunfos 2 -inch with controller Dissolved oxygen meter 45 day Submersible pump/transfer pump 50 day DOT 55 -gallon containment drum with lid 65 each 10-25 gpm Double -ring infiltrometer 125 day Survey/fence stakes 8 each Dual -stage interface probe 80 day Tedlar® bags 18 each GEM 2000 130 day Traffic cones (s25)/barricades (single lane) 50 day Generator, portable gasoline fueled 90 day Turbidity meter 70 day (3,500 watts) Tyvek@ suit (each) 18 each Global Positioning System (GPS) 80 day Vapor sampling box 45 day Hand auger set 90 day Vehicle usage 20 hour HDPE safety fence (sloo feet) 40 roll VelociCalc 35 day Horiba U-51 water quality meter 135 day Visqueen (20'x 100') 100 roll In-situ level troll 500 (each) 90 day Water level indicator (electronic well sounder) 60 day In-situ troll 9500, low flow water sampling 150 day <300 feet deep well Lockable equipment box 15 day Well service truck usage 200 day Other specialized geotechnical and environmental testing & monitoring equipment are available, and priced per site 2014 R2:4 -10% PAGE 3 OF 4 www.leiglitongroup.com TERMS & CONDITIONS Expiration: For all classifications except those subject to prevailing wage, this fee schedule is effective through December 31, 2014 after which remaining work will be billed at then -current rates. Proposal Expiration: Proposals are valid for at least 30 days, subject to change after 30 days; unless otherwise stated in the attached proposal. ■ Prevailing Wages: Our fees for prevailing wage work are subject to change at any time based upon the project advertised date, and changes in California prevailing wage laws or wage rates. Prevailing wage time accrued will include portal to portal travel time. a Overtime: Overtime for field personnel will be charged at 1.5 times basic hourly rates when exceeding 8 hours up to 12 hours per 24 hour interval, and 2 times basic hourly rates when exceeding 12 hours in 24 hours or on Sunday, and 3 times basic hourly rates on California official holidays. ■ Expert Witness Time: Expert witness deposition and testimony will be charged at 2 times hourly rates listed on the previous pages, with a minimum charge of four hours per day. IN Minimum Field Hourly Charges: For Field Technician Special Inspectors or Material Testing Services: 4 hours: Cancellation of inspections not canceled by 4:00 p.m. on preceding day (No charge if cancellation is made before 4:00 p.m. of the preceding work day.) 8 hours: Over 4 -hour working day, or begins before noon and extends into afternoon ® .Outside Direct Costs: Heavy equipment, subcontractor fees and expenses, project -specific permits and/or licenses, project -specific supplemental insurance, travel, subsistence, project -specific parking charges, shipping, reproduction, and other reimbursable expenses will be invoiced at cost plus 20%, unless billed directly to and paid by client. �XHISIT At M61E } Leighton i Fee Schedule ® Insurance & Limitation of Liability: These rates are predicated on standard insurance coverage and a limit of Leighton's liability equal to our total fees for a given project. Invoicing: Invoices are rendered monthly, payable upon receipt in United States dollars. A service charge of 1'/ -percent per month will be charged for late payment. IN Client Disclosures: Client agrees to provide all information in Client's possession about actual or possible presence of buried utilities and hazardous materials on the project site, prior to fieldwork, and agrees to reimburse Leighton for all costs related to unanticipated discovery of utilities and/or hazardous materials. Client is also responsible for providing safe and legal access to the project site for all Leighton field personnel. III Earth Material Samples: Quoted testing unit rates are for soil and/or rock (earth) samples free of hazardous materials. Additional costs will accrue beyond these standard testing unit rates for handling, testing and/or disposing of soil and/or rock containing hazardous materials. Hazardous materials will be returned to the site or the site owner's designated representative at additional cost not included in listed unit rates. Standard turn -around time for geotechnical - laboratory test results is 10 working days. Samples will be stored for 2 months, after which they will be discarded. Prior documented notification is required if samples need to be stored for a longer time. A monthly storage fee of $10 per bag and $5 per sleeve or tube will be applied. Quoted unit rates are only for earth materials sampled in the United States. There may be additional cost for handling imported samples. Construction Material Samples: After all designated 28 -day breaks for a given sample set meet specified compressive or other client - designated strength, all "hold" cylinders or specimens will be automatically disposed of, unless specified in writing prior to the 28 -day break. All other construction materials will be disposed of after completion of testing and reporting. 2014 R2:4 -10% PAGE 4 OF 4 www.leightongroLip.com Exhibit B, Page 1 AMENDMENT NO. 1 TO CONSULTANT SERVICES AGREEMENT This Amendment No. 1 to Consultant Services Agreement ("Amendment No. 1") is made and entered into as of October 18, 2014, by and between the City of Diamond Bar, a municipal corporation ( "City"), and Willdan Geotechnical., (herein referred to as the "Consultant") with reference to the following: A. The City and the Consultant entered into that certain Consultant Services Agreement dated as of October 18, 2011, which is incorporated herein by this reference (the "Original Agreement'); and B. The City and the Consultant desire to amend the Original Agreement to modify, amend and supplement certain portions of the Original Agreement. 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 Original Agreement. 2. Revised Term of Original Agreement. The term of the Original Agreement is amended for an additional two-year period up to and including October 18, 2016, unless earlier terminated pursuant to the provisions herein 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the schedule set forth or as referenced in Exhibit A. 4. Integration. This Amendment No. 1 and all attachments hereto (if any) integrate all of the terms and conditions mentioned herein, and supersede all negotiations with respect hereto. This Amendment No. 1 amends, as set forth herein, the Original Agreement and except as specifically amended hereby, the Original 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 Amendment No. 1 and the terms and provisions of the Original Agreement, the terms and provisions of this Amendment No. 1 shall control. 973895.1 Exhibit B, Page 2 IN WITNESS hereof, the parties enter into this Amendment No. 1 on the year and day first above written. "CONSULTANT" WILLDAN GEOTECHNICAL By: Printed Name: Title: By: Printed Name: Title: "CITY" WSKOINDITTITITRIDDIFS. WE In Carol Herrera, Mayor ATTEST: Tommye A. Cribbins, City Clerk APPROVED AS TO FORM: David DeBerry, City Attorney WILLDAN I yending Geotechnical reach September 25, 2014 City of Diamond Bar Department of Public Works 21810 Copley Drive Diamond Bar, CA 91765-4178 Attention: Kimberly M. Young, RE Subject: Letter of Commitment, Extension of On -Call Contract for Professional Geotechnical Engineering Services Dear Mrs. Young Willdan Geotechnical, a division of Willdan Engineering, ("Willdan") is pleased to accept the opportunity to continue providing Professional Geotechnical Engineering Services to the City of Diamond Bar ("City") on an on-call basis for additional 2 year beyond the expiration date of our existing contract on October 18, 2014. We assure the City that we will make necessary professional engineering resources available to meet and exceed City's expectations and needs. We propose to provide our services on a time -and -material basis per the attached 2014 Professional Fee Schedule. We appreciate this opportunity to be of continued services to the City. Please call me if you have any questions. Respectfully Submitted, WILLDAN GEOTECHNICAL Ross Khiabani, PE, GE Principal Engineer C 37156, GE 2202 Attachment: Fee Schedule Distribution: Addressee (via e-mail) Engineering I Geotechnical I Environmental I Sustainability I Financial I Homeland Security Phone 714.634.3318 1 fax: 714.634.3372 11515 South Sunkist Street, Suite E, Anaheim, CA 92806 1 w .willdan.com FEE SCHEDULE Geotechnical June 2014 Personnel — Prevailing Wage Technician Services WILLDAN Geotechnical Soil / Asphalt Technician................................................................................... $ 80.00 per hour Asphalt Batch Plant Technician........................................................................ $ 80.00 per hour Concrete Technician.........................................................................................$ hour 80.00 per hour Moisture Testing Technician.............................................................................$ Senior Geotechnical Engineer/ Geologist........................................................ 80.00 per hour Laboratory Technician......................................................................................$ 200.00 60.00 per hour Professional Services Scheduling / Supervision..................................................................................$ 110.00 per hour Staff Engineer/ Geologist .................................................................................$ 120.00 per hour Sr. Staff Engineer/ Sr. Geologist......................................................................$ 130.00 per hour Project Engineer / Geologist............................................................................. $ 160.00 per hour Senior Geotechnical Engineer/ Geologist........................................................ $ 180.00 per hour Principal Engineer/ Geologist ..........................................................................$ 200.00 per hour Expert Witness by Principal Engineer / Geologist ............................................ $ 350.00 per hour Administrative Clerical..............................................................................................................$ 75.00 per hour Computer Data Entry ........................................................................................$ 75.00 per hour Word Processing...............................................................................................$ 60.00 per hour ComputerTime................................................................................................. $ 15.00 per hour CADOperator................................................................................................... $ 100.00 per hour Staff assignments depend on availability of personnel, site location, and the level of experience that will satisfy the technical requirements of the project and meet the prevailing standard of professional care. The above schedule is for straight time. Overtime and Saturdays will be charged at 1.5 times, and Sundays and holidays at 2.0 times the standard rates. Travel time to and from the job site will be charged at the hourly rates for the appropriate personnel. Blueprinting, reproduction, messenger services, and printing will be invoiced at cost plus fifteen percent (15%). A subconsultant management fee of fifteen percent (15%) will be added to the direct cost of all subconsultant services to provide for the cost of administration, consultation, and coordination. Mileage/Field Vehicle usage will be charged at the rate of $.50/mile or $5 per hour, subject to negotiation. The rates will be subjected to a 4% annual escalation and will be automatically adjusted in the invoices. Page 1 of 3 FEE SCHEDULE Geotechnical June 2014 Laboratory Testing Identification and Index Properties In-situ Moisture and Density (ASTM D2937) .......................... Grain Size Analysis - Sieve Only (ASTM D422) .................... Grain Size Analysis - Sieve and Hydrometer (ASTM D422) . Percent Passive #200 Sieve (ASTM D1140) .......................... Atterberg Limits - Multi Point (ASTM D4318) ......................... Atterberg Limits - One Point (ASTM D4318) ......................... Specific Gravity (ASTM D854) ................................................ Sand Equivalent (ASTM D2419) ............................................. Compaction and Bearina Strenath A,.. WILLDAN Geotechnical .............. I...................... $ 20.00 each 11 ................................... $ 70.00 each ..................................... $ 120.00 each ........................ ... I ..... .... $ 50.00 each ..................................... $ 110.00 each ..................................... $ 75.00 each ..................................... $ 75.00 each ..............1...................... $ 75.00 each Modified Proctor Compaction - Method A or B (ASTM D1557) ................................... $ 165.00 each Modified Proctor Compaction -Method C (ASTM D1557) .......................................... $ 175.00 each Compaction (CT 216).................................................................................................... $ 180.00 each California Bearing Ratio, CBR - 3 Points (ASTM D1883) ............................................ $ 450.00 each R-Value......................................................................................................................... $ 250.00 each Shear Strenath Torvane / Pocket Penetrometer.................................................................................... $ 15.00 each Direct Shear, Consolidated Drained - per Point (ASTM D3080) ................................. $ 85.00 each Direct Shear, Residual - per Point (ASTM D3080) ...................................................... $ 120.00 each Unconfined Compression (ASTM D2166).................................................................... $ 120.00 each Unconsolidated-Undrained(UU)................................................................................... $ 150.00 each Consolidation / Collapse and Swell Consolidation - 8 Load Increments w/ One Time Rate (ASTM D2435) ...................... $ 160.00 each Consolidation -Additional Load Increment (ASTM D2435) ......................................... $ 25.00 each Consolidation -Additional Time Rate per Load Increment (ASTM D2435) ................. $ 50.00 each Collapse Test - Single Point. .............. ...... ........ ......................................................... $ 50.00 each Single Load Swell Test- Ring Sample, Field Moisture (ASTM D4546) ...................... $ 70.00 each Single Load Swell Test- Ring Sample, Air Dried (ASTM D4546) ............................... $ 70.00 each Remolded Sample per Specimen...... ........................................................................... $ 50.00 each Expansion Index (ASTM D4829 / UBC 29-2)............................................................... $ 125.00 each Laboratory Permeabilit Constant Head (ASTM D2434)..................................................................................... $ 235.00 each Falling Head Flexible Wall (ASTM D5084)................................................................... $ 285.00 each Triaxial Permeability (EPA 9100).................................................................................. $ 330.00 each Chemical Tests Corrosivity (pH, Resistivity, Sulfates, Chlorides).......................................................... $ 165.00 each Organic Contents (ASTM D2974)................................................................................. $ 70.00 each Asphalt Tests Extraction / Asphalt....................................................................................................... $ 185.00 each Hveem / Marshall Maximum Density............................................................................ $ 220.00 each WashGradation............................................................................................................ $ T00.00 each Page 1 of 3 01 WILLDAN Geotechnical Construction Material Testin 6" x 12" Cylinder Compression Test (ASTM C39) ........................................................ $ 25.00 each 2", 4" and 6" Diameter Cores Compression Test.......................................................... $ 25.00 each Sample Pick up from Field............................................................................................ $ 45.00 1 trip Mix Design Review........................................................................................................ $ 150.00 each Mortar and Grout Cylinder and Cube Compression Test ............................................. $ 15.00 each Reinforcing Steel Tensile or Bend Test, up to #8 (ASTM A370) .................................. $ 45.00 each Reinforcing Steel Tensile or Bend Test, #9 to #11 (ASTM A370) ................................ $ 80.00 each Reinforcing Steel Tensile or Bend Test, #14 (ASTM A370)... ........................... .......... $ 275.00 each Page 1 of 3 Exhibit C, Page 1 AMENDMENT NO. 1 TO CONSULTANT SERVICES AGREEMENT This Amendment No. 1 to Consultant Services Agreement ("Amendment No. 1") is made and entered into as of October 18, 2014, by and between the City of Diamond Bar, a municipal corporation ( "City"), and Ninvo & Moore (herein referred to as the "Consultant') with reference to the following: A. The City and the Consultant entered into that certain Consultant Services Agreement dated as of October 18, 2011, which is incorporated herein by this reference (the "Original Agreement'); and B. The City and the Consultant desire to amend the Original Agreement to modify, amend and supplement certain portions of the Original Agreement. 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 Original Agreement. 2. Revised Term of Original Agreement. The term of the Original Agreement is amended for an additional two-year period up to and including October 18, 2016, unless earlier terminated pursuant to the provisions herein 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the schedule set forth or as referenced in Exhibit A. 4. Integration, This Amendment No. 1 and all attachments hereto (if any) integrate all of the terms and conditions mentioned herein, and supersede all negotiations with respect hereto. This Amendment No. 1 amends, as set forth herein, the Original Agreement and except as specifically amended hereby, the Original 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 Amendment No. 1 and the terms and provisions of the Original Agreement, the terms and provisions of this Amendment No. 1 shall control. 973895.1 Exhibit C, Page 2 IN WITNESS hereof, the parties enter into this Amendment No. 1 on the year and day first above written. "CONSULTANT" NINYO & MOORE By: Printed Name: Title: By: Printed Name: Title: "CITY" CITY OF DIAMOND BAR in Carol Herrera, Mayor ATTEST: Tommye A. Cribbins, City Clerk APPROVED AS TO FORM: David DeBerry, City Attorney September 22, 2014 Project No. 208460001 Ms. Kimberly M. Young, P.E. City of Diamond Bar Public Works Department 21810 Copley Drive Diamond Bar, California 91765 Subject: Request for Contract Extension Agreement for Professional Soils and Geotechnical Engineering Services City of Diamond Bar Diamond Bar, California Reference: City of Diamond Bar, 2011, Consulting Services Agreement between the City of Diamond Bar and Ninyo & Moore, dated October 18. Dear Ms. Young: As you are aware, our referenced contract for on-call services with the City of Diamond Bar (City) will expire in October 2014. We respectfully request that the City extend our contract for two years in accordance with the terms of the contract. During the past three years, Ninyo & Moore has maintained our rates even though there have been mandatory increases in rates subject to the State of California Prevailing Wages (PW) Requirements. As you may know, the State of California, Department of Industrial Relations (DIR) determines the PW rates each year. Since the inception of our contract with the DIR has increased the PW rates as follows: Effective Date Mandatory PW Rate Increase July 1, 2012 $1.70 July 1, 2013 $2.00 July 7, 2014 $2.00 We have included an updated Schedule of Fees for this contract extension for the City's consideration. For your reference we have included the PW rate determinations for the subject years that reflect the stated increases. 475(Md,ird, SoWZ0 Rvmk ,,Vom 92&18 - iMrrkj949) 753 70N ax O49I 75-7071 c 11,i( LG5MJ t9 Pz10'o ;cemrnga 0,0 16 ,on Fetrrw &�7rr runenYP ct�Yns fl whi% 1 u i h<t^.iab try Lb'tev" �1}lbi9Y) Professional Soils and Geotechnical Engineering Services City of Diamond Bar, California September 22, 2014 Project No. 208460001 We appreciate your consideration to extend our agreement and provide geotechnical services to the City of Diamond Bar. Sincerely, NINYO & MOORE ames J. Bartoln P� ePrincipal;gineer E, GE' Senior Geologist JJB/KSY/mlc Attachments: Schedule of Fees Schedule of Fees for Laboratory Testing Prevailing Wage Determinations Distribution: (1) Addressee (via e-mail) 208860001 La contract EAenslon.doc /ff o ®®C@ E)CRIBrC Professional Soils and Geotechnical Engineering Services September 22, 2014 City of Diamond Bar, California Project No. 208460001 SCHEDULE OF FEES IVUKLT I MAMMrO 1 -UM YCKJUNNCL Principal Engineer/Geologist/Environmental Scientist.......................................................................................... $ 168 Senior Engineer/Geologist/Environmental Scientist...................... ........... ............................ ...... ........................... $ 164 Senior Project Engineer/Geologist/Environmental Scientist................................................................................. $ 160 Project Engineer/Geologist/Environmental Scientist............................................................................................. $ 156 Senior Staff Engineer/Geologist/Environmental Scientist .............................. ..-.................................. ................. $ 141 Staff Engineer/Geologist/Environmental Scientist.......... ................................ ................................ ....................... $ 128 GISAnalyst............................................................................................................................................................ $ 114 FieldOperations Manager..................................................................................................................................... $ 104 SupervisoryTechnician*........................................................................................................................................ $ 92 Nondestructive Examination Technician, UT, MT, LP*......................................................................................... $ 91 Pull Test Technician and Equipment*- ....................................................... ............................. --......................... $ 89 Senior Field/Laboratory Technician*..................................................................................................................... $ 85 Field/Laboratory Technician*................................................................................................................................. $ 85 ACIConcrete Technician* . ... ................................ ...................... ........................................................... --........... $ 85 Concrete/Asphalt Batch Plant Inspector*.............................................................................................................. $ 85 Special Inspector, Reinforced Concrete*.............................................................................................................. $ 85 Special Inspector, Pre -stressed Concrete*........................................................................................................... $ 85 Special Inspector, Reinforced Masonry*............................................................................................................... $ 85 Special Inspector, Structural Steel* ............................. .................. .............................-......................................... $ 85 SpecialInspector, Welding, AWS* ........................................................................................................................ $ 85 Special Inspector, Fireproofing*............................................................................................................................. $ 85 Technical Illustrator/CAD Operator........................... ........... ........... ....... ............................................ ................ .... $ 86 Geotechnical/Environmental/Laboratory Assistant............................................................................................... $ 73 InformationSpecialist...................... ........... .................................................................................... ........................ $ 73 Data Processing, Technical Editing, or Reproduction........................................................................................... $ 64 OTHER CHARGES ExpertWitness Testimony............................................................................................................................ $ 400/hr Concrete Coring Equipment (includes one technician)............................................................................... $ 160 /hr Special Preparation of Standard Test Specimens....................................................................................... $ 64 /hr InclinometerUsage...................................................................................................................................... $ 32 /hr Vapor Emission Kits. ...... $ 30 /kit RebarLocator(Pachometer)........................................................................................................................ $ 10/hr NuclearDensity Gauge Usage..................................................................................................................... $ 0 /hr FieldVehicle Usage...................................................................................................................................... $ 0 /hr Direct Project Expenses... .......................... ......... ................... . . .................................. Cost plus 15 % Laboratory testing, equipment, and otherspecial equipment rovided upon request. NOTES (Field Services) For field and laboratory technicians and special inspectors, regular hourly rates are charged during normal weekday construction hours. Overtime rates at 1.5 times the regular rates will be charged for work performed outside normal construction hours and all day on Saturdays. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day or on Sundays and holidays. Lead time for any requested service is 24 hours. Field Technician rates are based on a 2 -hour minimum. Special inspection rates are based on a 4 -hour minimum for the first 4 hours and an 8 - hour minimum for hours exceeding 4 hours. Field personnel are charged portal to portal. *Indicates rates that are based on Prevailing Wage Determination made by the State of California, Director of Industrial Relations on a semiannual basis. Our rates will be adjusted in conjunction with the increase in the Prevailing Wage Determination during the life of the project. INVOICES Invoices will be submitted monthly and are due upon receipt. A service charge of 1.0 percent per month may be charged on accounts not paid within 30 days. TERMS AND CONDITIONS The terms and conditions of providing our consulting services include our limitation of liability and indemnities as presented in Ninyo & Moore's Work Authorization and Agreement. 208860001 L3 Contract EMension.doc `jam®�.. ®®r.� PRJ X,F9 fI 1T' C ' PAyE � Professional Soils and Geotechnical Engineering Services September 22, 2014 City of Diamond Bar, California Project No. 208460001 SCHEDULE OF FEES FOR LABORATORY TESTING Laboratory Test, Test Designation, and Price Per Test Soils 35 Concrete 45 Atterberg Limits, D 4318, CT 204 ..........................................—S .$ 145 Cement Analysis Chemical and Physical, C 109................................$ $ 1,650 California Bearing Ratio (CBR), D 1883. ........................ .......... $ 440 Compression Tests, 6x12 Cylinder, C 39 ..... _................ ...... ..... ....—S $ 22 Chloride and Sulfate Content, CT 417 & CT 422 ...................... $ 135 Concrete Mix Design Review, Job Spec ...... —.... - .............................. $ 140 Consolidation, D 2435, CT 219 .................................................. $ 275 Concrete Mix Design, per Trial Batch, 6 cylinder, ACI........................ $ 750 Consolidation—Time Rate, D2435, CT 219.._ ........................$ $ 70 Concrete Cones, Compression ( excludes sampling), C 42 ... ............$ 55 Direct Shear— Remolded, D 3080 .......................................... -S 290 Drying Shrinkage, C157 ...................................................... .._...........$ 250 Direct Shear—Undisturbed, D3080 .................... ...................... $ 250 Flexural Test,C78...................................... —............................. ........ $ 50 Durability Index, CT 229 ..... _...................................................... $ 150 Flexural Test, C293 ..................... ......................... .............................. $ 55 Expansion Index, D 4829, UBC 18-2 ........................................$ $ 165 Flexural Test, CT 523 .......................................... ................ .---- ....... $ 60 Expansion Potential (Method A), D 4546 ..................................$ $ 145 Gunite/Shotcrete, Panels, 3 cut cores per panel and test, ACI ..... ....$ 250 Expansive Pressure (Method C), D 4546 ..................................$ 145 Jobsite Testing Laboratory... .............................. ..... _.......... ...... ......... Quote Geofabric Tensile and Elongation Test, D 4632 ........................$ 165 Lightweight Concrete Fill, Compression, C 495..................................$ 40 Hydraulic Conductivity, D 5084 ..................................................$ 300 Petrographic Analysis, C 856 .......................................... ....--- ......... $ 1,100 HydrometerAnalysis,D422, CT203................... .— ................ $ 190 Splitting Tensile Strength, C496 .......................... ............................... $ 80 Moisture, Ash, & Organic Matter of Peat/Organic Soils ............ $ 110 Masonry Prism, half size, compression, UBC 21-17 ....... ......... $ 110 Moisture Only, D 2216, CT 226 .................................................$ 30 Reinforcing and Structural Steel Moisture and Density, D2937 ............................. .--- .............. $ 39 Fireproofing Density Test, UBC 7-6 ................... ..................._............ $ 55 Permeability,CH, D 2434, CT 220..... ..................................... .$ . 230 Hardness Test, Rockwell, A-370 .......................... ..........._.................. $ 50 pH and Resistivity, CT 643 ........................................................ $140 High Strength Bolt, Nut &Washer Conformance, set, A-325.. .... ....... $ 120 Proctor Density D 1557, D 698, CT 216, &....... .--- ..................$ 180 Mechanically Spliced Reinforcing Tensile Test, ACI ....... ................... $ 95 AASHTO T-180 (Rock corrections add $80) Pre -Stress Strand (7 wire), A 416 .......................... ..-......................... $ 140 R -value, D 2844, CT 301 ..... ���� $ 250 Chemical Analysis, A-36, A-615..........................................................$ 120 Sand Equivalent, D 2419, CT 217 ...........................—........-.....$ 7 ............................................. 90 Reinforcing Tensile or Bend up to No. 11, A 615 & A 706................$ 50 Sieve Analysis, 202 ..................2. 110 Structural Steel Tensile Test: U to 200,000 Ibs. P 200 Wash, -.....--...............$ Sieve Analysis, 20o Wash, D 1140, CT 202 .............................$ 90 (machining extra), A 370 ........ ....... _._...._.................................... ....$ 70 Specific Gravity, D 854 ...................... ................ ...—.................$ 90 Welded Reinforcing Tensile Test: Up to No. 11 bars, ACI ................. $ 55 Thermal Resistivity (ASTM 5334, IEEE 442) ......... ......... .- ...... $ 800 Triaxial Shear, C.D, D4767, T297 ............................................$ 390 Asphalt Concrete Triaxial Shear, C.U., w/pore pressure, D 4767, T 2297 per pt..$ 330 Asphalt Mix Design, Caltrans ... --- .................-..................................$ 2,200 Triaxial Shear, C.U., w/o pore pressure, D 4767, T 2297 per pt. $ 190 Asphalt Mix Design Review, Job Spec.... ........ ............................... -S 150 Triaxial Shear, U.U., D 2850 .......................... .................... ....... $ 140 Extraction, %Asphalt, including Gradation, D 2172, CT 382.............$ 215 Unconfined Compression, D2166,T208.................................$ 100 Film Stripping, CT 302.._. ........ _............ ..................... ......................... $ 100 Wax Density, D 1188.................................................................$ 90 Hveem Stability and Unit Weight CTM or ASTM, CT 366.................$ 195 Marshall Stability, Flow and Unit Weight, T-245 ........... ................ .--$ 215 Roofing Maximum Theoretical Unit Weight, D 2041 ........................................$ 120 Built-up Roofing, cut-out samples, D 2829 ......................_........$ 165 Swell, CT 305 ........ ............... ....................... ................... — .... .............. $ 165 Roofing Materials Analysis, D2829 ...........................................$ 500 Unit Weight sample or core, D2726, CT 308.....................................$ 90 Roofing Tile Absorption, (set of 5), UBC 15-5 .............. --- ...... $ 190 Roofing Tile Strength Test, (set of 5), UBC 15-5 .......................$ 190 Aggregates Absorption, Coarse, C 12Z .................................. ................. ...._.......$ 35 Masonry Absorption, Fine, C 128.......................................................................$ 35 Brick Absorption, 24-hour submersion, G67_ ..............._..........$ 45 Clay Lumps and Friable Particles, C 142 ............ ............... ............... .$ 100 Brick Absorption, 5 -hour boiling, C67..- ..... ............................. $ 55 Cleanness Value, CT 227 ..... .............................. .................... - ......... $ 120 Brick Absorption, 7 -day, C 67 ...................... ............................ $ 60 Crushed Particles, CT 205 .... ........................................................... ..$ 140 Brick Compression TestC67..................................................$ 45 Durability,Coarse, CT229.............._........................................_........$ 130 Brick Efflorescence, C 67...........................................................$ 45 Durability, Fine, CT 229 ...... ........................................................ ......... $ 130 Brick Modulus of Rupture, C67 ... ...... --- ... ..............................$ 40 Los Angeles Abrasion, C 131 or 535 .............. _-- ......................... $ 180 Brick Moisture as received, C67.- ........ _..................................$ 35 Mortar making properties offne aggregate, C87 ......... ..................... $ 275 Brick Saturation Coefficient, C 67 ..... --- ........................... ...... $ 50 Organic Impurities, C40 ...... ........ ............................................ ............ $ 55 Concrete Block Compression Test, 8x8xl6, C 140 ..................$ 60 Potential Reactivity of Aggregate (Chemical Method), C 289............ $ 390 Concrete Block Conformance Package, C 90 ........... ............... $ 440 Sand Equivalent, CT 217 ....................................... ............................. $ 90 Concrete Block Linear Shrinkage,C426..... _........ .................. $ 120 Sieve Analysis, Coarse Aggregate,C136-......_...._..........................$ 105 Concrete Block Unit Weight and Absorption, C 140 .................$ 55 Sieve Analysis, Fine Aggregate (including wash), C 136...................$ 105 Cores, Compression or Shear Bond,- CA Code ...................--$ 55 Sodium Sulfate Soundness (per size fraction), C 88..........................$ 160 Masonry Grout, 3x3x6 prism compression, UBC 21-18 ......... ..$ 30 Specific Gravity, Coarse, C 127..........................................................$ 75 Masonry Mortar, 2x4 cylinder compression, UBC 21-16 ...... _..$ 30 Specific Gravity, Fine, C 128 ........ ....................................................... $ 85 Masonry Prism, half size, compression, UBC 21-17 ....... ......... $ 110 Special preparation of standard test specimens wit be charged at the technician's hourly rate. Ninyo & Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures. 208860001 L3 Contract Exlenalon.doc jry®s. ®®O,Q PRJ GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER DETERMINATION: SC -23-63-2-2011-1D ISSUE DATE: February 22, 2011 EXPIRATION DATE OF DETERMINATION: June 30, 2011** The rate to be paid for work performed after this date has been determined. Jfwork will extend past this date, the new rate most be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703- 4774. LOCALITY: All localities within Imperial, love, Kam, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Employer Payments Straight—Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Healthand pension Vacation/ Training Other Hours Total Daily Saturday Sunday/ Houmeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (b) (c) Holiday 11/2X I1/2X 2X Classification Groups Group 1 $36.61 $10.70 $5.55 52.82 $0.65 $0.24 8 $56.57 $74.875 $74.875 $93.18 Group $38.39 $10.70 $5.55 $2.82 $0.65 $024 8 $58.35 $77.545 $77.545 $96.74 Group $40.39 $10.70 $5.55 $2.82 $0.65 $0.24 8 $60.35 $50.545 $80.545 $100.74 # Indicates an apprenticeable craft. Effective as of July 1, 2008, the issuance and publication of the prevailing wage apprentice schedules/apprentice wage rates have been reassigned by the Department of Industrial Relations from the Division of Labor Statistics and Research to the Division ofApprentieeship Standards. To obtain any apprentice schedules/apprentice wage rates, please contact the Division of Apprenticeship Standards or refer to the Division ofApprentieeship Standards' website at hftp://www.dir.ca.gov/du/das.html. a Includes an amount withheld for supplemental dues. Rate applies to the fast 4 overtime hours. All other daily overtime is paid at the Sunday rate. "Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or Type of worker employed on the project, which is on file with the Director of Industrial Relations, If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at huv //www.dir_ca gov/DF SR/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415)703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Intemetathtto://www.dircaaovIDI-SRIPWI). Travel and/or subsistence provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703-4774. CLASSIFICATIONS: GROUPI Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Procter GROUPII AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry DOE Group III Nondestructive Testing (NDT) GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (SPECIAL SHIFT) DETERMINATION: SC -23-63-2-2011-11)1 ISSUE DATE: Febmary 22, 2011 EXPIRATION DATE OF DETERMINATION: June 30, 2011** The rate to be paid for work performad after this date has been determined. If work will extend past this date, the new rate most be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703- 4774. LOCALITY: All localities within Imperial, Ingo, lien, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Straight—Time Overtime Hourly Rate Hours Total Daily Saturday Sunday/ Hourly Rate (b) (c) Holiday 11/2X I1/2X 2X $57.07 $75.625 $75.625 $94.18 $58.85 578.295 $78.295 $97.74 $60.85 581.295 $81295 $101.74 4Indicates an apprentieeable craft. Effective as of July 1, 2008, the issuance and publication of the prevailing wage apprentice schedules/apprentice wage rates have been reassigned by the Department of Industrial Relations from the Division of Labor Statistics and Research to the Division of Apprenticeship Standards. To obtain any apprentice schedules/apprentice wage rates, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.c&gov/dm/das.html. a Includes an amount withheld for supplemental dues. s Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. "Rate applies to the first 12 hours worked All other time is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement applicable to the particular craft classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hqn.//wtivw.dir ca eov/DLSR/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at httol/www.dir.ca.gov/DLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earhwork (Grading Excavation and Filling) Roof Inspector Water Ponder GROUP 11 AWS-CWI Welding Inspector Building/ Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry IOG Group HI Nondestructive Testing (NET) Emolover Payments CLASSIFICATION Basic Hourly Health and Pension Vacation/ Training Other (Joumeyperson) Rate Welfare Holiday (a) Payments Classification Groups Group 1 $37.11 $10.70 $5.55 $2.82 $0.65 $0.24 Group $38.89 $10.70 $5.55 $2.82 $0.65 $0.24 Group $40.89 $10.70 $5.55 $2.82 $0.65 $0.24 Straight—Time Overtime Hourly Rate Hours Total Daily Saturday Sunday/ Hourly Rate (b) (c) Holiday 11/2X I1/2X 2X $57.07 $75.625 $75.625 $94.18 $58.85 578.295 $78.295 $97.74 $60.85 581.295 $81295 $101.74 4Indicates an apprentieeable craft. Effective as of July 1, 2008, the issuance and publication of the prevailing wage apprentice schedules/apprentice wage rates have been reassigned by the Department of Industrial Relations from the Division of Labor Statistics and Research to the Division of Apprenticeship Standards. To obtain any apprentice schedules/apprentice wage rates, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.c&gov/dm/das.html. a Includes an amount withheld for supplemental dues. s Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. "Rate applies to the first 12 hours worked All other time is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement applicable to the particular craft classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hqn.//wtivw.dir ca eov/DLSR/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at httol/www.dir.ca.gov/DLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earhwork (Grading Excavation and Filling) Roof Inspector Water Ponder GROUP 11 AWS-CWI Welding Inspector Building/ Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry IOG Group HI Nondestructive Testing (NET) G.Wl BrT- C / PA4W 9 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (MULTI -SHIFT) DETERMINATION: SC -23-63-2-2011-1D2 Issue Date: February 22, 2011 EXPIRATION DATE OF DETERMINATION: June 30, 2011** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703- 4774. LOCALITY: All localities within Imperial, myo, Kern, Los Angeles, Mono, Orange, Riverside, San Bermudian, San Luis Obispo, Santa Barbara, and Ventura counties. # Indicates an apprenticeable craft. Effective as of July 1, 2008, the issuance and publication of the prevailing wage apprentice schedules/apprentice wage rates have been reassigned by the Department of Industrial Relations from the Division of Labor Statistics and Research to the Division of Apprenticeship Standards To obtain any apprentice schedules/apprentice wage rates, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://vnvw.dir,c& gov/dm/dw.htrnl. 'Includes an amount withheld for supplemental dues. b Rate applies to the first 4 overtime hours. All other daily overnme is paid at the Sunday rate. `Rate applies to the fust 12 hours worked, All other time is paid at the Sunday rate. d The Third Shift shall work 6.5 hours, exclusive of meal period, for which 8 hours straight -time shall be paid at the non -shift rate, Monday thoragh Friday. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular oral, classification, or type of worker employed on the project which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hltn.//www.dir cagov/DLSR/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415)703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or Type of worker may be obtained from the Prevailing Wage Unit at (415) 703.4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Intemet at http://www.dir ca.eov/DLS'R/PWD. Travel and/or subsistence provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703-4774. CLASSIFICATIONS: GROUPI Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Prather GROUP II AWS-CWI Welding Inspector Building/ Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction ShearWall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry tOH Group III Nondestructive Testing (NDT) Emolover Pevments Straight—Time Overtime Hourly Rate CLASSIFICATION BesieHomly Healthand Pension Vacation/ Training Other Hours FE Total Daily Saturday Sunday/ (Jeumeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (b) (c) Holiday 11/2X 11/2X 2X Classification Groups Group 1 $37.61 $10.70 $5.55 $2.82 $0.65 $024 8 $5757 $76.375 $76.375 $95.18 Group 2 $39.39 $10,70 $5.55 52.82 $0.65 $024 8 $59.35 $79.045 $79.045 $9874 Group $41.39 $10.70 $5.55 $2.82 $0.65 $024 8 $61.35 $82.045 $82.045 $102.74 # Indicates an apprenticeable craft. Effective as of July 1, 2008, the issuance and publication of the prevailing wage apprentice schedules/apprentice wage rates have been reassigned by the Department of Industrial Relations from the Division of Labor Statistics and Research to the Division of Apprenticeship Standards To obtain any apprentice schedules/apprentice wage rates, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://vnvw.dir,c& gov/dm/dw.htrnl. 'Includes an amount withheld for supplemental dues. b Rate applies to the first 4 overtime hours. All other daily overnme is paid at the Sunday rate. `Rate applies to the fust 12 hours worked, All other time is paid at the Sunday rate. d The Third Shift shall work 6.5 hours, exclusive of meal period, for which 8 hours straight -time shall be paid at the non -shift rate, Monday thoragh Friday. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular oral, classification, or type of worker employed on the project which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hltn.//www.dir cagov/DLSR/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415)703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or Type of worker may be obtained from the Prevailing Wage Unit at (415) 703.4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Intemet at http://www.dir ca.eov/DLS'R/PWD. Travel and/or subsistence provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703-4774. CLASSIFICATIONS: GROUPI Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Prather GROUP II AWS-CWI Welding Inspector Building/ Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction ShearWall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry tOH Group III Nondestructive Testing (NDT) GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER DETERMINATION: SC -23-63-2-2011-2D ISSUE DATE: August 22, 2011 EXPIRATION DATE OF DETERMINATION: June 30,2012** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703- 4774. LOCALITY: All localities within Imperial, Ingo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Employer Pavments Straight—Time Overtime Hourly Rale CLASSIFICATION Basic Hourly Health and Pension Vacation/ Training Other Hours Total Daily Saturday Sunday/ (Joumeyperson) Rate Welfare Holiday (a) Payments Newly Rate (b) (c) Holiday 1 WX l 1/2X 2X Classification Groups Group $36.91 $11.20 $5.95 $2.82 $0.80 $0.29 8 $57.97 $76.425 $76.425 $94.88 Group $38.69 $1120 $5.95 $2.82 $0.80 $0.29 8 $59.75 $79.095 $79.095 $98.44 Group $40.69 $11.20 $5.95 $2.82 $0.80 $0.29 8 $6175 $82.095 $82.095 $102.44 # Indicates an apprentieeable craft. Effective as of July L 2008, the issuance and publication ofthe prevailing wage apprentice schedules/apprentice wage rates have been reassigned by the Department of Industrial Relations from the Division of Labor Statistics and Research to the Division of Apprenticeship Standards. To obtain any apprentice schedules/apprentice wage rates, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http:l/www.dir,eigov/dm/dw.htnd. " Includes an amount withheld for supplemental dues. Ir Rate applies to the fust 4 overtime hours All other daily overtime is paid at the Sunday rate. 'Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in tN collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 ofthe Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httE//www dir ea gov/DLSRTWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or Type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at http7/www.dir.ca.cov/DLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. CLASSIFICATIONS: GROUPI Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Proofer GROUP 11 AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry l0E Group III Nondestructive Testing (NDT) GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAP: 4BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (SPECIAL SHIFT) DETERMINATION: SC -23-63-2-2011-2D1 ISSUE DATE: August 22, 2011 EXPIRATION DATE OF DETERMINATION: June 30, 2012** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rotes at (415) 703- 4774. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernadine, San Luis Obispo, Santa Barbara, and Ventura counties. Straight — Time Overtime Hourly Rate Hours Total Daily Saturday Sunday/ Hourly Rate (b) (c) Holiday 11/2X I 2X 2X $58.47 $77.175 577.175 $95.88 $60.25 $79,845 579.845 $99.44 $62.25 $82.845 582.845 $103,44 4Indicates an apprentieeable craft. Effective as of July 1, 2008, the issuance and publication of the prevailing wage apprentice schedules/apprentice wage rates have been reassigned by the Department of Industrial Relations from the Division of Labor Statistics and Research to the Division of Apprenticeship Standards. To obtain any apprentice schedules/apprentice wage rates, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://w .dir.ca.gov/das/das.httnl, ° Includes an amount withheld for supplemental dues. Rate applies to the first 4 overtire hours. All other daily overtime is paid at the Sunday rate. Rate applies to the fust 12 hours worked. All other ime is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httis 1AvwwArrea.gov/D1,51UPWR Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at uff Wwww.dicca.eov/DLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703-4774. - CLASSIFICATIONS: GROUPI Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Procter GROUP II AWS-CWI Welding Inspector Building/ Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry 10G Group III Nondestructive Testing (NDT) Emnlove, Pavments CLASSIFICATION Basic Hourly Health and Pension Vacation/ 'raining Other (Joumeyperson) Rate Welfare Holiday (a) Payments Classification Groups Group 1 $37.41 $11.20. $5.95 $2.82 $0.80 $029 Group $39.19 $11.20 $5.95 $2.82 $0.80 $0.29 Croup 3 $41.19 $1120 $5.95 $2.82 $0.80 $029 Straight — Time Overtime Hourly Rate Hours Total Daily Saturday Sunday/ Hourly Rate (b) (c) Holiday 11/2X I 2X 2X $58.47 $77.175 577.175 $95.88 $60.25 $79,845 579.845 $99.44 $62.25 $82.845 582.845 $103,44 4Indicates an apprentieeable craft. Effective as of July 1, 2008, the issuance and publication of the prevailing wage apprentice schedules/apprentice wage rates have been reassigned by the Department of Industrial Relations from the Division of Labor Statistics and Research to the Division of Apprenticeship Standards. To obtain any apprentice schedules/apprentice wage rates, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://w .dir.ca.gov/das/das.httnl, ° Includes an amount withheld for supplemental dues. Rate applies to the first 4 overtire hours. All other daily overtime is paid at the Sunday rate. Rate applies to the fust 12 hours worked. All other ime is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httis 1AvwwArrea.gov/D1,51UPWR Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at uff Wwww.dicca.eov/DLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703-4774. - CLASSIFICATIONS: GROUPI Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Procter GROUP II AWS-CWI Welding Inspector Building/ Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry 10G Group III Nondestructive Testing (NDT) GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (MULTI -SHIFT DETERMINATION: SC -23-63-2-2011-2D2 Issue Date.: August 22, 2011 EXPIRATION DATE OF DETERVINATION: Lune 30, 2012** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703- 4774. LOCALITY: All localities within Imperial, mov, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Employer Payments Straight—Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Healthand Pension Vacation/ Training Other Hours (d) Total Daily Saturday Suaday/ (Joumeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (b) (c) Holiday 11/2X 11/2X 2X Classification Groups Group 1 $3791 $11.20 $5.95 52.82 $0.80 $0.29 8 $58.97 $77.925 $77.925 $96.88 Group $3969 $11.20 $5,95 $2.82 $0.80 $0.29 8 $60.75 $80.595 $80.595 $100.44 Group $41.69 $1120 $5,95 $2.82 $0.80 $0.29 8 $62.75 $83.595 $83.595 $104.44 n Indicates an apprenticeable craft. Effective as of July 1, 2008, the issuance and publication of the prevailing wage apprentice schedules/apprentice wage rates have been reassigned by the Department of Industrial Relations from the Division of Labor Statistics and Research to the Division of Apprenticeship Standards. To obtain any apprentice schedules/apprentice wage rates, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www,dir.ca.gov/das/du,btrnl. ° Includes an meant withheld for supplemental dues. b Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. ° Rate applies to the fust 12 hours worked All other time is paid at the Sunday rate. ° The Third Shift shall work 6.5 hours, exclusive of meal period, for which 8 hours straight -time shall be paid at the non -shift rate, Monday through Friday. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http.Hwww dir ea 2ov/DLSR/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415)703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703-4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Intemet at htto://www.dir ea.aov/DLSR/I'WD. Travel and/or subsistence provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703-4774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Procter GROUP H AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and [mss Joints Truss -Type Joint Contraction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry 10H Group III Nondestructive Testing (NET) r GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER DETERMINATION: SC -23 -63 -2 -2012 -ID ISSUE DATE: August 22, 2012 EXPIRATION DATE OF DETERMINATION: June 30, 2013* Effective until superseded by a new determination issued by the Director of ]ndustrial Relations. Contact the Office ofthe Director—Research Unit at (415) 703-4774 for the new rates after ten days after the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern. Los Angeles, Mono, Orange, Riverside, San Pannonian, San Luis Obispo, Santa Barbara, and Ventura counties. Employer Payments Straorm—Time Overtime HoulvRate CLASSIFICATION Basic Hourly Healthand Pension Vacation/ Training Other Hours Total Daily Saturday Sunday/ (loancypersin) Rate Welfare Holiday (a) Payments HourlyRate (b) (c) Holiday 1 1/2X I WX 2X Classification Groups Group 1 $38.18 $11.20 $635 $2.85 $0.80 $029 8 $59.67 $78960 $78.760 $97.85 Group 2 $39.96 $17 20 $6.35 $2.85 $0.80 $0.29 8 $61,45 $81.430 $81.430 $101.41 Group 3 $41.96 $11,20 $6.35 $2.85 $0.80 $0.29 8 $63,45 $84.430 $84.430 $105.41 0 Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWage/PWAppWageStart.up. To obtain any apprentice wage rates as ofluly I, 2008 and prior to September 1, 2012, please contact the Division ofApprentieeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/das/das.html, Includes an amount withheld for supplemental dues. "Rate applies to the first 4 overtone hours. All other daily overtime is paid at the Sunday rate- ' Rate applies to the fust 12 hours worked. All ether time is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type ofworker employed on the project, which is on file with the Director oflndustrial Relations. Ifthe prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://w ..dir.ca.gov/OPRL/PWD. Holiday provisions for content or superseded determinations may be obtained by contacting the Office ofthe Director—Research Unit at (415) 7034774. TTRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773 9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at httpl/w .dir.ca.gov/OPRL/PWD. Travel and/or subsistence requirements for current or superseded determinations maybe obtained by contacting the Offence of the Director — Research Unit at (4 15) 703-4774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Proofer GROUP II AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used i s diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry WE Group III Nondestructive Testing (NITO GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUILDING/CONSTRUCTION INSPECTORAND FIELD SOILS AND MATERIAL TESTER (SPECIAL SHIFT) DETERMINATION: SC-23-63-2-2012-1DI ISSUE DATE: August22, 2012 EXPIRATION DATE OF DETERMINATION: June 30, 2013* Effective until superseded by anew determination issued by the Director oflndustrial Relations. Contact the Office of the Director — Research Unit at (415) 703-4774 for the new rates after ten days after the expiration date ifno subsequent determination is issued. LOCALITY: All localities within Imperial, layor, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Emolover Payments CLASSIFICATION Basic Hourly Healthand Pension Vacation/ Training Other (Jomneyperson) Rate Welfare Holiday (a) Payments Classification Groups Group 1 $38.68 $11.20 $6.35 $2.85 $0.80 $0.29 Group $40.46 $1120 $6.35 $2.85 $0.80 $0.29 Group $42.46 ULM $635 $2.85 $0.80 $0.29 Straight—Time Overtime Hourly Rate Hours Total Daily Saturday Sunday/ Hourly Rat. (b) (c) Holiday I V2X I WX 2X 8 $60.17 $79.510 $79.510 $98.85 8 $61.95 $82.180 $82.180 $102.41 8 $63.95 $85.180 $85.180 $106.41 6 Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://www.dir.ca.gov/OPRL/PWAppWagc/PWAppWageS=.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 1, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards website at http://w ..dir.ca.gov/das/dm,htrnl. "Includes an amount withheld for supplemental dues. n Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. c Rate applies to the Cost 12 hours worked All other time is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director—Research Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://vnvwdir.ca.gov/OPRL/PWD, Travel and/or subsistence requirements for current or superseded determinations maybe obtained by contacting the Office of the Director—Research Unit at (415) 703-4774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Proofer GROUP 11 AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Ism and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry IOG Group 111 Nondestructive Testing (NDT) PAS 14 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (MULTI -SHIFT) DETERMINATION: SC-23-63-2-2012-lD2 Issue Date: August 22, 2012 EXPIRATION DATE OF DETERMINATION: June 30, 2013" Effective until superseded by a new determination issued by the Director of Industrial Relations Contact the Office eftheDirector —Research Unit at (415) 703-4774 for the new rates after ten days after the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, ho o, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. � Indicates an apprenticeable craft The current apprentice wage rates are available on the Internet@http://wwW.dir.ea.gov/OPRLPWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 1, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.c&gov/dw/dm.htnl. Includes an amount withheld for supplemental dues. Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. 'The Third Shift shall work 6.5 hours, exclusive ofmind period, for which 8 hours straight -time shall be paid at the non -shift rate, Monday thomgh Friday. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is an file with the Director oflndustrial Relations. If the prevailing rate isnot based on a collectively bargained rate, the holidays upon which the prevailing rate shell be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://wwwdir.ca.gov/OPRL/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Office of the Director —Research Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker o execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://w .diT.c&gov/OPRL/P WD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director—Research Unit at (415) 703-4774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Proofer GROUP II AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Sn'nGtnral Steel and Welding Inspector Glue -Lam and truss Joints Truss -'type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry 10H Group III Nondestructive Testing (NDT) Employer Payments Straight—Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Health and Pension Vacation/ Training Other Hours (d) Total Daily Saturday Sunday/ Toumeypeorm) Rate Welfare Holiday (a) Payments Hour] Rate y (b) (c) Holiday 11/2X 11/2X 2X Classification Groups Group 1 $39.18 $11.20 $6.35 $2.85 $0.80 $0.29 8 $60.67 $80.260 $80.260 $99.85 Group $40.96 $1120 $6.35 $2.85 50.80 $0.29 8 $62.45 $82,930 $82.930 $103.41 Group $4296 $11.20 $6.35 $2.85 $0.80 $0.29 8 $64.45 $85.930 $85.930 $10741 � Indicates an apprenticeable craft The current apprentice wage rates are available on the Internet@http://wwW.dir.ea.gov/OPRLPWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 1, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.c&gov/dw/dm.htnl. Includes an amount withheld for supplemental dues. Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. 'The Third Shift shall work 6.5 hours, exclusive ofmind period, for which 8 hours straight -time shall be paid at the non -shift rate, Monday thomgh Friday. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is an file with the Director oflndustrial Relations. If the prevailing rate isnot based on a collectively bargained rate, the holidays upon which the prevailing rate shell be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://wwwdir.ca.gov/OPRL/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Office of the Director —Research Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker o execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://w .diT.c&gov/OPRL/P WD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director—Research Unit at (415) 703-4774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Proofer GROUP II AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Sn'nGtnral Steel and Welding Inspector Glue -Lam and truss Joints Truss -'type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry 10H Group III Nondestructive Testing (NDT) GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER DETERMINATION: SC-23-63-2-2013AD ISSUE DATE: August 22, 2013 EXPIRATION DATE OF DETERMINATION: July 6, 2014** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Office of the Director —ResearehUnit for specific rates at (415) 703-4774. LOCALITY: All localities within Imperial, Joyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Emolover Pavrnents Slrsieht—Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Healthand Pension Vacation/ Training Other Hours Total Daily Saturday Sunday/ Coumeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (b) (e) Holiday 11/2X I 112 2X Classification Groups Group 1 $38.98 $11.20 $7.45 $2.95 $0.80 $0.29 8 $61.67 $81.160 $81,160 $100.65 Croup $40.76 $11.20 $7.45 $2.95 $0.80 $0.29 8 $63.45 $83.830 $83.830 $104.21 Group $42.76 $11.20 $7.45 $2.95 $0.80 $0.29 8 $65,45 $86.830 $86.830 $108.21 # Indicates an apprenticeable craft. The current apprentice wage rates me available on the Internet@hnp://www.du.mgov/OPRL/PWAppWage/PWAppWageSwrt.mp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://w ..dir.ca.gov/das/das.html, a Includes an amount withheld for supplemental dues. Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular crag classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 ofthe Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httpl/www.dir.ca,gov/OPRL/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Office ofthe Director—Research Firm at (415) 703-4774. TTRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You maty obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office ofthe Director—Research Unit at (415) 703-4774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Proofer GROUPH AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry ]OE Grouu III Nondestructive Testing (NDT) GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: NBUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (SPECIAL SHIFT) DETERMINATION: SC -23 -63 -2 -2013 -IDI ISSUE DATE: August 22,2013 EXPIRATION DATE OF DETERMINATION: July 6, 2014** The rate to be paid for work performed after this date has been determined. Kwork will extend past this date, the new rate most be paid and should be incorporated in contacts entered into now. Contact the Office of the Director —Research Unit for specific rates at (415) 703-4774. LOCALITY: All localities within Imperial, myo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Employer Payments Straight—Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Health and Pension Vacation, Training Other Hours Total Daily Saturday Sunday/ (Joumeyperson) Rate Welfare Holiday (a) Payments HourlyRate (b) (c) Holiday I1/2X 11/2X 2X Classification Groups Group 1 $39.48 $11.20 $7.45 $2.95 $0.80 $0.29 8 $62.17 $81.910 $81.910 $101,65 Croup $41.26 $11.20 $7.45 $2.95 $0.80 $0.29 8 $63.95 $84.580 $84.580 $105.21 Group $43.26 $11.20 $7.45 $295 $0.80 $0.29 8 $65.95 $87.580 $87.580 $109.21 # Indicates an apprentieeable craft The current apprentice wage rates are available on the Internet@http://www.dicea.gov/OPRL/PWAppWage/PWAppWageStart.asp. To obtain any apprentice wage rates as affray 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://w ..dir.ca.gov/das/das.html. "Includes an amount withheld for supplemental dues. "Rate applies to the fust 4 overtime hours. All other daily overtime is paid at the Sunday rate. `Rate applies to the first 12 hours worked All other time is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular cook classification, or type of worker employed on the project, which is on file with the Director offfidustrial Relations. If the prevailing one is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 ofthe Government Cade. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.cagov/OPRLPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Office ofthe Director—Research Unit at (415) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773 9, contractors shall make travel and/or subsistence payments to each worker to execute the work You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://w .dir.ca.gov/OPRL/PWD. Travel and/or subsistence requirements for current or superseded determinations maybe obtained by contacting the Office ofthe Director—Research Unit at (415)703-4774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Proofer GROUP H AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry IOG Group III Nondestructive Testing (NDT) 1 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (MULTI -SHIFT) DETERMINATION: SC -23-63-2-2013-1D2 Issue Date: August 22, 2013 EXPIRATION DATE OF DETERMINATION: July 6, 2014** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now Contact the Office of the Director—Research Unit for specific rates at (415) 703-4774. LOCALITY: All localities within Imperial, Ingo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Bmolover Payments Shaieht—Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Health and Pension Vacation/ Training Other Hours (d) Total Daily Saturday Sunday/ (Joumeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (b)(c) Holiday I 1/2X 1112X 2X Classification Groups Group 1 $39.98 $11.20 $7.45 $2.95 $0.80 $029 8 $6267 $82,660 $82.660 $102.65' Group $41.76 $11.20 $7.45 $2.95 $0.80 $029 8 $64.45 $85,330 $85.330 $106.21 Group 3 $4396 $11.20 $7.45 $2.95 $0.80 $0.29 8 $66.45 $88.330 $88.330 $110.21 # Indicates an apprenticeable craft. The current apprentice wage rates me available on the Internet@http,//www.dir.ea.gov/OPRL/PWAppWage/PWAppWagoStartnp, To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.dir.ca.gov/dos/das.html. ° includes an amount withheld for supplemental dues. ° Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. ° Rate applies to the fust 12 hours worked. All other time is paid at the Sunday rate. ° The Third Shift shall work 6.5 hours, exclusive of meal period, for which 8 hours straight -time shall be paid at the non -shift rate, Monday through Friday. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement applicable to the particularcrafb classification. or type of worker employed on the project, which is on file with the Director of Industrial Relations. ifthe prevailing rate is not based on a collectively burgained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 ofthe Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httpJ/www.direa.gov/OPRI/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Office ofthe Director —Research Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://% w .dirca.gov/OPRL/PWD, Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office ofthe Director—Research Unit at (415) 7034774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Proofer GROUP 11 AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry 1014 Group III Nondestructive Testing (NOT) !, 9 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER DETERMINATION: SC -23-63-2-2014-2D ISSUE DATE: August 22, 2014 EXPIRATION DATE OF DETERMINATION: July 5, 2015** The rate to be paid for work performed after Us date has been determined. Ifwork will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Office ofthe Director—Research Unit for specific rates at (415) 7034774. LOCALITY: All localities within Imperial, Ingo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. # Indicates an apprentieeable craft. The current apprentice wage rates are available on the Internet ® http://w,dir.ca.gov/OPRL/PWAppWage/PWAppwageStart.asp, To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at httpl/www.dir.ca.gov/das/das.html. "Includes an amount withheld for supplemental dues. "Rate applies to the first overtime hours. All other daily overtime is paid at the Sunday rate. 'Rate applies to the first 12 hours worked. All other time is paid G the Sunday role. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement applicable to the particular craft classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir,ca.gov/OPRL/PWD, Holidayprovisions for current or superseded determinations maybe obtained by contacting the Office of the Director— Research Unit at (415) 7034774. TTRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://wwwdirxa.gov/OPRL/P WD. Travel and/or subsistence requirements for current or superseded determinations maybe obtained by contacting the Office of the Director— Research Unit at (415) 703-4774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Procter GROUP II AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry 10E Group DI Nondestructive Testing (NDT) Emolover Pavments Straight—Time Overtime Hourlvicate CLASSIFICATION Basie Hourly Healthand Pension Vacation/ Training Other Hours Total Daily Saturday Sunday/ (Joumeyperson) Rate Welfare Holiday (a) Payments Hourly Rate Co (c) Holiday I L2X 11/2X 2X Classification Groups Group 1 $39.83 $11.20 $8.55 $3.00 $0.80 $0.29 8 $63.67 583.585 $83.585 $103.50 Group $41.61 $11.20 $8.55 $3.00 $0.80 $0.29 8 $65.45 $86.255 $86.255 $10206 Group $43.61 $1 L20 $8.55 $3.00 $0.80 $0.29 8 $67.45 $89.255 $89.255 $111.06 # Indicates an apprentieeable craft. The current apprentice wage rates are available on the Internet ® http://w,dir.ca.gov/OPRL/PWAppWage/PWAppwageStart.asp, To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at httpl/www.dir.ca.gov/das/das.html. "Includes an amount withheld for supplemental dues. "Rate applies to the first overtime hours. All other daily overtime is paid at the Sunday rate. 'Rate applies to the first 12 hours worked. All other time is paid G the Sunday role. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement applicable to the particular craft classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir,ca.gov/OPRL/PWD, Holidayprovisions for current or superseded determinations maybe obtained by contacting the Office of the Director— Research Unit at (415) 7034774. TTRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://wwwdirxa.gov/OPRL/P WD. Travel and/or subsistence requirements for current or superseded determinations maybe obtained by contacting the Office of the Director— Research Unit at (415) 703-4774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Procter GROUP II AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry 10E Group DI Nondestructive Testing (NDT) GENERAL PREVAIIdNG WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (SPECIAL SHIFT) DETERMINATION: SC-23-63-2-2014-2DI ISSUE DATE: August 22, 2014 EXPIRATION DATE OF DETERMINATION: July 5, 2015** The rate to be paid for work performed after this date has been determined. Tfwork will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Office ofthe Director —Research Unit for specific rates at (415) 703-4774. LOCALITY: All localities within Imperial, Inyo, Kent, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. ff Indicates an apprentieeable craft. The current apprentice wage rates are available on the Internet©http://www.dim.ca.gov/OPRI,/PWAppWage/PWAppWageStwt.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.diT,cagov/das/dw,htmi. `Includes an amcoal withheld for supplemental dues. 11 Rate applies to the first 4 overtime hours. All other daily overtlme is paid at the Sunday rate. `Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project which is on file with the Director ofindustrial Relations. Ifthe prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 ofthe Govermaent Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPAL/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Office ofthe Director—Research Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 17739, contractors shall make travel and/or subsistence payments to each worker to execute the work You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ea.gov/OPRL/PWD. Travel and/or subsistence requirements for current or superseded determinations maybe obtained by contacting the Office of the Director—Research Unit at (4 15) 703-4774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Sols and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Proofer GROUP II AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spry -Applied Fireproofing Structural masonry LOG Group III Nondestructive Testing (NDT) Emnlover Payments Straight—Time Overtime Hourly Rate CLASSIFICATION Basic Hourly Healthand Pension Vacation/ Training Other Hours Total Daily Saturday Sunday/ Ooumeyperson) Rate Welfare Holiday (a) Payments HcurlyRate (b) (o) Holiday 1 1/2X I 1/2X 2X Classification Groups Group i $40.33 $11,20 $8.55 $3.00 $0.80 $0.29 8 $64.17 $84.335 $84.335 $104.50 Group $42.11 $11.20 $8.55 $3.00 $0.80 $0.29 8 $65.95 $87005 $87.005 $108D6 Group $44.11 $11.20 $8.55 $3.00 $0.80 $0.29 8 $6795 $90.005 $90.005 $112.06 ff Indicates an apprentieeable craft. The current apprentice wage rates are available on the Internet©http://www.dim.ca.gov/OPRI,/PWAppWage/PWAppWageStwt.asp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at http://www.diT,cagov/das/dw,htmi. `Includes an amcoal withheld for supplemental dues. 11 Rate applies to the first 4 overtime hours. All other daily overtlme is paid at the Sunday rate. `Rate applies to the first 12 hours worked. All other time is paid at the Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project which is on file with the Director ofindustrial Relations. Ifthe prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 ofthe Govermaent Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPAL/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Office ofthe Director—Research Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 17739, contractors shall make travel and/or subsistence payments to each worker to execute the work You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ea.gov/OPRL/PWD. Travel and/or subsistence requirements for current or superseded determinations maybe obtained by contacting the Office of the Director—Research Unit at (4 15) 703-4774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Sols and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Proofer GROUP II AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spry -Applied Fireproofing Structural masonry LOG Group III Nondestructive Testing (NDT) GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #BLILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (MULTI -SHIFT) DETERMINATION: SC -23-63-2-2014-2D2 Issue Date: August 22, 2014 EXPIRATION DATE OF DETERMINATION: July 5, 2015** The rate to be paid for work performed after this date has been determined. Twork will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Office ofthe Director—Research Unit for specific rates at (415) 703-4774. LOCALITY: All localities within Imperial, myo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. # Indicates an apprentieeable craft. The current apprentice wage rates are available on the Internet @http://www.diT.cagov/OPRL/PWAppWage/PWAppWageStart.wp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website athttp://m w.dir,c&gov/das/du,html. Includes an amount withheld for supplemental dues. Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. 'Rate applies to the fust 12 hours worked All other time is paid at the Sunday rate. 'The Third Shift shall work 6.5 hours, exclusive of meal period, for which 8 hours straight -time shall be paid at the non -shift rate, Monday thorugh Friday. RECOGffiZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate small be paid shall be as provided to Section 6700 ofthe Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://wwwdir.ca.gov/OPRL/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director—Research Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker m execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office ofthe Director — Research Unit at (415) 703-0774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Procter GROUP 11 AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss-TypeJoint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry 10H Group III Nondestructive Testing (NOT) Truelove, Payments Straieht—Time Overtime Hourly Rate CLASSIFICATION BasieHourly Hardihood Pension Vacation/ Training Other Hours (it) Total Daily Saturday Sunday/ (Journeyperson) Rate Welfare Holiday (a) Payments Hourly Rate (b) (e) Holiday 11/2X I WX 2X Classification Groups Group 1 $40.83 $11.20 $8.55 $3.00 $0.80 $0.29 8 $64.67 $85.085 585.085 $105.50 Group $42.61 $7720 $8.55 $3.00 $0.80 $0.29 8 $66.45 $87.755 $87.755 $109.06 Group $44.61 $11.20 $8.55 $3.00 $0.80 $029 8 $68.45 $90.755 $90.755 $113.06 # Indicates an apprentieeable craft. The current apprentice wage rates are available on the Internet @http://www.diT.cagov/OPRL/PWAppWage/PWAppWageStart.wp. To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website athttp://m w.dir,c&gov/das/du,html. Includes an amount withheld for supplemental dues. Rate applies to the first 4 overtime hours. All other daily overtime is paid at the Sunday rate. 'Rate applies to the fust 12 hours worked All other time is paid at the Sunday rate. 'The Third Shift shall work 6.5 hours, exclusive of meal period, for which 8 hours straight -time shall be paid at the non -shift rate, Monday thorugh Friday. RECOGffiZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate small be paid shall be as provided to Section 6700 ofthe Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://wwwdir.ca.gov/OPRL/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director—Research Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker m execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gov/OPRL/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office ofthe Director — Research Unit at (415) 703-0774. CLASSIFICATIONS: GROUP Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Roof Inspector Water Procter GROUP 11 AWS-CWI Welding Inspector Building / Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre -Tension Concrete Post -Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss-TypeJoint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray -Applied Fireproofing Structural masonry 10H Group III Nondestructive Testing (NOT) CITY COUNCIL Agenda # 6 . 8 Meeting Date : October 7, 2014 AGENDA REPORT TO: Honorable Mayor and Members of the City Council r J VIA: James DeStefano, City Manageri �. 7 TITLE: AWARD PROFESSIONAL ENGINEERING SERVICES CONTRACT FOR ON- CALL CIVIL ENGINEERING WITH (a.) HALL AND FOREMAN, INC., (b.) ONWARD ENGINEERING, (c.) PENCO ENGINEERING, INC., AND (d.) DMS CONSULTANTS FOR A PERIOD OF THREE (3) YEARS RECOMMENDATION: Approve. FINANCIAL IMPACT: Funding for these services will be provided through developer fees and deposits associated with the respective development projects. In Fiscal year 2014/2015 a total of $73,800 has been budgeted for engineering plan check and inspection services. BACKGROUND/DISCUSSION: To supplement the City's professional capabilities, consultant engineering plan check and inspection services have been utilized by the City on an as -needed basis. The current consultant service agreements are set to expire on October 18, 2014. A Request for Proposals (RFP) was issued in August 2014 and a total of four (4) proposals were received which are available in the City Clerks' office. City staff independently reviewed each proposal and then collaborated to determine the most qualified consultants. Due to the specialized services within the civil engineering field and in order to provide timely and responsive review of development projects, it is beneficial to retain all four firms to provide the desired services. As a result, Hall and Foreman, Inc., Onward Engineering, PENCO Engineering, Inc., and DMS Consultants were recommended for three (3) year contracts to provide on-call engineering, plan check, and inspection services with the option to extend by two (2) additional years upon mutual consent. With the exception of PENCO Engineering, Inc., each worked for Diamond Bar to successfully deliver projects Inc. has demonstrated relevant experience and expertise area municipalities. Each consultant will bring a level of is beneficial to the City. of these consultants has previously and services. PENCO Engineering, with similar projects in several local experience and professionalism that The scope of services to be provided include: 1) Preparation of and monitoring the implementation of project conditions of approval; 2) Review and approval of site plans and grading plans for development projects; 3) Review and approval of various subdivision maps and related improvement plans; 4) Inspection and monitoring of grading activities and construction of public improvements; and 5) Provision of other engineering/development related services as requested by City staff. For development related projects, the consultants will be compensated at 82 percent of the fees outlined in City's FY14-15 Fee Schedule for the first three (3) plan checks and the first inspection. Compensation for reviews exceeding three (3) plan checks will be billed to the project applicant at designated rates for appropriate classifications. The fee for any re- inspection will also be based on the established rate for all consultants. Compensation for all other engineering services will be billed in accordance with the appropriate classification of service provided pursuant to each consultant's fee schedule. PREPARED BY: DATE PREPARED: Kimberly M. Young, Senior Civil Engineer September 26, 2014 REVIEWED BY: �r avid G. Liu, D edo i of P is Works f Attachments: Consultant Services Agreement — Hall and Foreman, Inc. Consultant Services Agreement — Onward Engineering Consultant Services Agreement — PENCO Engineering, Inc. Consultant Services Agreement — DMS Consultants 2 CONSULTING SERVICES AGREEMENT THIS AGREEMENT is made as of October 7, 2014 by and between the City of Diamond Bar, a municipal corporation ("City") and Hall & Foreman, Inc., ("Consultant"). RECITALS A. City desires to utilize the services of Consultant as an independent contractor to provide consulting services to City as set forth in Exhibit "A", the City's Request for Proposals dated July 16, 2014. B. Consultant 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. NOW, THEREFORE, in consideration of performance by the parties of the covenants and conditions herein contained, the parties hereto agree as follows: 1. Consultant's Services. A. Scope of Services. The nature and scope of the specific services to be performed by Consultant are as described in Exhibit "B" the Consultant's Proposal, dated August 18, 2014 to the City's Request for Proposals. B. Level of Services/Time of Performance. The level of and time of the specific services to be performed by Consultant are as set forth in Exhibit "B." 2. Term of Agreement. This Agreement shall take effect October 18, 2014, and shall continue until October 18. 2017 unless earlier terminated pursuant to the provisions herein. 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the schedule set forth in Exhibit "B". Payment will be made only after submission of proper invoices in the form specified by City. 4. General Terms and Conditions. In the event of any inconsistency between the provisions of this Agreement and Consultant's proposal, the provisions of this Agreement shall control. 5. Addresses. City: James DeStefano, City Manager City of Diamond Bar 21810 Copley Drive Diamond Bar, CA 91765-4178 Consultant: Yazdan T. Emrani, P.E. Hall & Foreman, Inc 17782 1711 Street, Suite 200 Tustin, CA 92780 6. Status as Independent Contractor. A. Consultant is, and shall at all times remain as to City, a wholly independent contractor. Consultant 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. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant's employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its agents or employees are in any manner agents or employees of City. B. Consultant agrees to pay all required taxes on amounts paid to Consultant 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 Agreement. In the event that City is audited by any Federal or State agency regarding the independent contractor status of Consultant and the audit in any way fails to sustain the validity of a wholly independent contractor relationship between City and Consultant, then Consultant agrees to reimburse City for all costs, including accounting and attorney's fees, arising out of such audit and any appeals relating thereto. C. Consultant shall fully comply with the workers' compensation law regarding Consultant and Consultant's employees. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with applicable worker's compensation laws. City shall have the right to offset against the amount of any fees due to Consultant under this Agreement any amount due to City from Consultant as a result of Consultant's failure to promptly pay to City any reimbursement or indemnification arising under this Section 6. D. Consultant shall, at Consultant'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. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with the requirements in Section 6. Additionally, the City shall have the right to offset against the amount of any fees due to Consultant under this Agreement for any amount or penalty levied against the City for Consultant's failure to comply with Section 6. 7. Standard of Performance. Consultant shall perform all work at the standard of care and skill ordinarily exercised by members of the profession under similar conditions. 8. Indemnification. Consultant shall indemnify, defend with counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers 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 Consultant 's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to Oil comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole active negligence or willful misconduct of the City (meaning that Consultant shall indemnify and defend City notwithstanding any alleged or actual passive negligence of City which may have contributed to the claims, damages, costs or liability). Should City in its sole discretion find Consultant's legal counsel unacceptable, then Consultant 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 Consultant shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Consultant's negligence, recklessness or willful misconduct. 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. 9. Insurance. Consultant shall at all times during the term of this Agreement carry, maintain, and keep in full force and effect, with an insurance company authorized to do business in the State of California and approved by the City (1) a policy or policies of broad -form comprehensive general liability insurance 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 Consultant, 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; (3) automotive liability insurance, with minimum combined single limits coverage of $500,000.00; (4) professional liability insurance (errors and omissions) to cover or partially cover damages that may be the result of errors, omissions, or negligent acts of Consultant, in an amount of not less than $1,000,000 per occurrence and at least $1,000,000 aggregate; and (5) worker's compensation insurance with a minimum limit of $500,000.00 or the amount required by law, whichever is greater. City, its officers, employees, attorneys, and volunteers shall be named as additional insureds on the policy(ies) as to comprehensive general liability, property damage, and automotive liability. The policy (ies) as to comprehensive general liability, property damage, and automobile liability shall provide that they are primary, and that any insurance maintained by the City shall be excess insurance only. A. 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 thirty (30) day's prior written notice thereof. Consultant agrees that it will not cancel, reduce or otherwise modify the insurance coverage. B. All policies of insurance shall cover the obligations of Consultant pursuant to the terms of this Agreement; 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 with a current A.M. Best's rating of no less than A-, VII. C. Consultant shall submit to City (1) insurance certificates indicating compliance with the minimum worker's compensation insurance requirements above, M and (2) insurance policy endorsements indicating compliance with all other minimum insurance requirements above, not less that one (1) day prior to beginning of performance under this Agreement. Endorsements shall be executed on City's appropriate standard forms entitled "Additional Insured Endorsement", or a substantially similar form which the City has agreed in writing to accept. D. Self Insured Retention/Deductibles. All policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention ("SIR") and/or deductible of the policy in lieu of the Owner (as the named insured) should Owner fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Owner understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Owner as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Owner's behalf upon the Owner's failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Owner for breach of this Agreement in addition to any other damages incurred by City due to the breach. 10. Confidentiality. Consultant in the course of its duties may have access to confidential data of City, private individuals, or employees of the City. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Consultant without written authorization by City. City shall grant such authorization if disclosure is required by law. All City data shall be returned to City upon the termination of this Agreement. Consultant's covenant under this section shall survive the termination of this Agreement. Notwithstanding the foregoing, to the extent Consultant prepares reports of a proprietary nature specifically for and in connection with certain projects, the City shall not, except with Consultant's prior written consent, use the same for other unrelated projects. 11. Ownership of Materials. All materials provided by Consultant in the performance of this Agreement shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. Consultant may, however, make and retain such copies of said documents and materials as Consultant may desire. 12. Conflict of Interest. A. Consultant 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 Consultant under this Agreement, or which would conflict in any manner with the performance of its services hereunder. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid the appearance of having any interest which 0 would conflict in any manner with the performance of its services pursuant to this Agreement. B. Consultant covenants not to give or receive any compensation, monetary or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the performance of this Agreement. Consultant's covenant under this section shall survive the termination of this Agreement. 13. Termination. Either party may terminate this Agreement with or without cause upon fifteen (15) days' written notice to the other party. However, Consultant shall not terminate this Agreement during the provision of services on a particular project. 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 fifteenth (15th) day following delivery of the notice. In the event of such termination, City agrees to pay Consultant for services satisfactorily rendered prior to the effective date of termination. Immediately upon receiving written notice of termination, Consultant shall discontinue performing services. 14. Personnel. Consultant 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 Consultant or under it supervision, and all personnel engaged in the work shall be qualified to perform such services. Consultant reserves the right to determine the assignment of its own employees to the performance of Consultant's services under this Agreement, but City reserves the right, for good cause, to require Consultant to exclude any employee from performing services on City's premises. 15. Non -Discrimination and Equal Employment Opportunity. A. Consultant 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. Consultant will, in all solicitations or advertisements for employees placed by or on behalf of Consultant 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 or mental handicap, medical condition, or sexual orientation. C. Consultant 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. li 16. Assignment. Consultant shall not assign or transfer any interest in this Agreement nor the performance of any of Consultant's obligations hereunder, without the prior written consent of City, and any attempt by Consultant to so assign this Agreement or any rights, duties, or obligations arising hereunder shall be void and of no effect. 17. Compliance with Laws. Consultant shall comply with all applicable laws, ordinances, codes and regulations of the federal, state, and local governments. 18. 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 Consultant 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 Consultant, 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. 19. Attorney's Fees. In the event that either party to this Agreement shall commence any legal or equitable action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and costs, including costs of expert witnesses and consultants. 20. Mediation. Any dispute or controversy arising under this Agreement, or in connection with any of the terms and conditions hereof, shall 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. In the event the parties are unable to mutually agree upon the mediator to be selected hereunder, the City Council shall select such a neutral, third party mediation service and the City Council's decision shall be final. 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 referral of any such dispute or controversy, and mutual good faith efforts to resolve the same thereby, shall be conditions precedent to the institution of any action or proceeding, whether at law or in equity with respect to any such dispute or controversy. 21. 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 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. 22. Governing Law. This Contract shall be interpreted, construed and enforced in accordance with the laws of the State of California. C 23. 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. 24. Entire Agreement. This Agreement, and any other documents incorporated herein by specific reference, represent the entire and integrated agreement between Consultant 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 the City Manager or the Mayor and attested by the City Clerk. 25. Exhibits. All exhibits referred to in this Agreement are incorporated herein by this reference. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first written above. "City" ATTEST: in By: Tommye Cribbins, City Clerk Carol Herrera, Mayor Approved as to form: M City Attorney "CONSULTANT" 0 Its: 7 Carol Herrera Mayor Steve Tye Mayor Pro Tem Ling -Ling Chang Council Member Nancy A. Lyons Council Member Jack Tanaka Council Member July 16, 2014 21810 Conley Drive -Diamond Bar, CA 91765-4178 (909) 839-7000 o Fax (909) 861-3117 www.DiamondBarCA.gov To Interested Civil Engineering Firms: SUBJECT: On Call Civil Engineering/Plan Checking/ Public Works Inspection Services The City of Diamond Bar (City) Public Works Department is inviting qualified Civil Engineering firms to submit proposals for professional civil engineering services on an as -needed basis for a period of three (3) years commencing October 1, 2014 with the possibility of two (2) additional annual renewals. The City plans to contract with multiple firms in order to augment the City's professional capabilities and to provide high quality, very timely expertise where needed. The scope of work includes, but is not limited to: ® Review and recommend approval of various grading plans, National Pollutant Discharge Elimination System/Low Impact Development (LID) Reports (NPDES/SUSMPs) to be in compliance with the 2012 LA County MS4 Permit (Order No. R4-2012-0175), street plans, sanitary sewer plans, storm drain plans, and hydrology studies for both public and private developments. m Provide preliminary design review of site/grading, storm drain, sewer and street plans and any associated technical reports for proposed private development projects and attend City design review meetings as necessary. ® Plan check easements, lot line adjustments, dedications, vacations, parcel and tract maps. ® Provide inspection services for grading activities, NPDES/LID compliance, street, sanitary sewer and storm drain installation associated with private developments, public improvements and capital improvement program projects. ® Provide survey, preliminary engineering and civil engineering design services that may include the preparation of plans, structural Page 1 calculations, technical studies and technical specifications for storm drain, sewer and street improvement plans in accordance with the design policies and Standard Plans (APWA) for Public Works Construction. ® Provide information regarding any additional services that may benefit the City. All improvement plan check services shall be performed by or under the responsible charge of a California Licensed Professional Engineer (and/or California Licensed Land Surveyor as applicable) eligible to prepare and sign such plans. The successful firm (Consultant) will serve as an independent contractor to the City and will be prohibited from concurrently providing services to any other public or private client doing business with the City during the life of the Agreement and for six months following completion thereof. Exceptions may be granted on a project by project basis if the City determines that there is no conflict of interest by the parties involved. The firm will be required to disclose to the City a list of all of its clients for the past three (3) years for purposes of allowing the City to review potential conflict of interest issues. In addition, the firm will be required to disclose any litigation in which it has been a party to in the last five (5) years. At a minimum, plan check services shall be provided in conformance with the most current version of the following documents and standards: - California Building Code - Low Impact Development Ordinance No. 11(2013). Enclosed as Attachment 3 - City of Diamond Bar Grading Plan Check Requirements. Enclosed as Attachment 4 - City of Diamond Bar Grading Ordinance and Hillside Management Ordinance. Enclosed as Attachment 5 - Approved Specific Plans, Site Plans, Environmental Documents, and/or Tentative and Final Maps - Traverse, Lot, and Tract Boundary Closures for final or parcel maps - Grants, easements, or vacations as applicable - Conditions of Approval - Title Reports For land development projects, prior to completion of the first plan check, the Consultant shall research existing City engineering records including, but not limited to the documents described above for consistency with the proposed improvements. The Consultant shall also visit the project site to Page 2 verify the proposed improvements are consistent with the physical constraints in the field. The Consultant shall pick up plan check submittals from the City within 24 hours of notification by the City. The first plan check shall be completed within ten (10) working days unless otherwise directed by the City. Each subsequent plan check shall be completed within 10 working days unless otherwise directed by the City. Each specific assignment under an on-call engineering services contract will be compensated on either lump sum or time -and -materials basis. The method of compensation will be specified in writing by the City at the time the assignment is given. For private development plan check services the City's FY 2014-2015 Fee Schedule is enclosed as Attachment 2. Note that the fees listed are to cover three (3) plan check submittals. Any additional submittals required thereon can be charged on a time and materials (hourly) rate. PROPOSAL CONTENTS: Firms responding shall submit three (3) sets of proposals on standard paper, limited to fifteen (15) pages, which shall include the items listed below: • A brief background of your firm, including a general description of the range of relevant activities performed. • Description of Consultant team including the names, resumes and qualifications of your principals and other key project team members to be assigned to the City. • Provide an explanation of the approach and methodology used to perform the scope of work outlined in the Proposal. Include a description of required plan -check list and expected turn -around time for plan -check. • Provide a list describing comparable work performed for other public agencies. Include scope, cost, and the names, phone numbers and addresses of contact person(s). • Three (3) public agency references including contact person, the public agency, address and phone number. • Provide a statement that all terms and conditions outlined in the attached Consulting Services Agreement (Attachment 1) are acceptable. Page 3 ® Provide a statement that the required insurance coverage will be obtained by the consultants, and that the Consultant understands said coverage is a prerequisite for entering into an agreement with the City. ® Provide a statement regarding the availability of staff to provide the required plan check services. ® Provide a fee proposal included in a separate sealed envelope. The fee proposal shall include: 1) For Land Development Projects, Consultant fees for grading plan check, map checks, and inspections which cannot exceed 82% of the applicable fees as established in the City's current Public Works Fee Schedule (Attachment 2). It should be assumed that, on average, the fees will cover up to three (3) plan checks. It can be anticipated that the City will annually adjust the Public Works Fee Schedule by the Consumer Price Index for the region. Therefore, Consultant fees for these services will be adjusted in accordance with the change to the Public Works Fee Schedule. 2) Consultant fees based on an hourly rate schedule for all other services. SELECTION PROCEDURE: Criteria for evaluation of proposals may include, but need not be limited to, the following: 1. Responsiveness and comprehensiveness of proposal. 2. Firm/assigned personnel's experience with the City of Diamond Bar and other public agencies. 3. Quality of previous work performed by the firm. 4. Resources and fee required to perform the requested services. 5. The Consultant's comments on the attached Consulting Services Agreement, 6. References. A "Short List" of firms will be selected for further consideration and may be contacted to arrange an interview. Should a firm be asked to participate in an interview, a principal and personnel assigned to the City should be available to discuss the following: 1. Major elements of the proposal and be prepared to answer detailed questions. 2. Satisfactory performance on similar work and description of related experience. Page 4 The selected firm will be required to identify a member of the firm authorized to assign work to the firm's employees who will serve as the contact person for communications and inquiries from the City. The individual must be accessible to City employees during regular business hours. The City reserves the right to request the services of personnel other than those designated by the selected firm. All personnel named in the proposal to work on the City's behalf shall be used unless replacements are approved, in writing, by the City. The Consultant shall maintain a close relationship with other City departments, and other agencies, to ensure the requirements of those departments/agencies are incorporated and adhered to. The City reserves the right to reject any proposal and may elect to make a decision without further discussion or negotiation. This solicitation is not to be construed as a contract of any kind. The City is not liable for any costs or expenses incurred in the preparation of the proposals. The right to issue supplementary information or guidelines relating to this request is also reserved by the City. The interested firms must submit the Proposals to the City of Diamond Bar no later than 4:00 p.m. Monday, August 18, 2014. All proposals should be addressed to: City of Diamond Bar Public Works Department Attn: Kimberly M. Young, P.E. 21810 Copley Drive Diamond Bar, CA 91765-4178 Enclosed is a copy of the sample Consulting Services Agreement for your information. If you have any questions regarding this request, please contact Ms. Kimberly M. Young, Senior Civil Engineer, at (909) 839-7044 or via email at kyoung@diamondbarca.gov. Sincer , David G. Liu, P.E. Director of Public Works/City Engineer Attachments Page 5 un -Can eivn tngn 11an Chrr.Yina/Pn l' ill i f D1�1116: d' lnaust 18.274 ,...: -, v 1778217th,Street,;Suite 200 .. ,.'I Tustin, CA 92780 714.665.4500 714.665.4501 jbourgeois@hfinc.com BIi1:'iIOSD B,1R August 18, 2014 Ms. Kimberly Young, P.E. Senior Civil Engineer City of Diamond Bar Public Works Department 21810 Copley Drive Diamond Bar, CA 91765 at, w PROPUSA x Subject: Proposal to Provide On -Call Civil Engineering / Plan Checking / Public Works Inspection Services Dear Ms. Young: Hall & Foreman Inc. (HFI) is eager to renew its contract with the City of Diamond Bar (City) for On -Call Civil Engineering, Plan Checking and Public Works Inspection. The Project Manager and Daily Point of Contact for the City's projects is: Jon E. Bourgeois, P.E. 17782 1 1*^ Street, Suite 200, Tustin, C4 92780 Phone: (714) 665.4518, Fax- (714) 665 4501 E-mail. Ibouroeoisna hfinc, com By selecting the HFI team, the City will continue to receive a number of benefits. Highlights of those benefits include: Proven On -Call Engineering, Plan Check, and Public Works Inspection Services: HFI is currently providing these services for the City and has developed a reliable work flow process. Our familiarity with the City's expectations, ordinances, policies, and procedures means there will be no learning curve. This ensures that City projects will proceed smoothly with minimal staff involvement. ® Experienced Project Team: Our proposed team is currently working with the City. This continuity will ensure consistency in plan check comments and feedback given during inspections. The Project Manager, Jon Bourgeois, P.E., has been integral with the City staff since 1998. Eddy Oune, P.E., QSD, and Dick Bowman, P.E., are currently providing plan check and inspection services. Both have been instrumental with Tract 53430 plan checking and inspection services. The project team members available for service to the City, as outlined in Section B, bring over 115 years of public works experience to the City. Choosing HFI for this project will ensure that the City is working with a consultant team that has the experience to complete the project within budget and on schedule. We appreciate the opportunity to be of continued service. If you have any questions, please do not hesitate to call me directly at (714) 665-4500, ext. 522. Sincerely, Hall & Foreman, Inc. Yazdan T. Emrani, P.E. Senior Vice President/Principal 150058.0000 r m Engineenng • Planning - Surveying /Plan CWecking7 n►; Bio nsax RaPnSAu �:; Inspection Public Works FIRM PROFILE.......................................................................................3 SECTION : PROJECTTEAM ORGANIZATION CHART............................................................................4 PROJECT TEAM RESUMES.........................................................................5 SECTION C: PROJECT APPROACH & METHODOLOGY PROJECT APPROACH...............................................................................9 SCOPEOF WORK...................................................................................9 SECTION D: FIRM'S EXPERIENCE AND REFERENCES RELEVANT PROJECT EXPERIENCE W/REFERENCES......................................... 13 SECTION E: STATEMENTS OF COMPLIANCE STATEMENT OF ACCEPTANCE OF CONSULTING SERVICES AGREEMENT.. .............. 15 STATEMENT OF AVAILABILITY OF STAFF ..................................................... 15 STATEMENT CERTIFYING INSURANCE COVERAGE .......................................... 15 SCHEDULE OF HOURLY BILLING RATES ........... SUBMITTED UNDER SEPARATE COVER 150058.0000 2 Engineering • Planning • Surveying Em PRaP)sA 4' K , iH I b174 Firm Profile HFI was established in 1961 by engineering and surveying professionals from the public works sector, and that practice continues today as we maintain former public sector officials on our staff. During the past 53 years the firm has worked with numerous public agencies and municipalities throughout southern California. An abbreviated list includes: Santa Clarita, Brea, Corona, Dana Point, Diamond Bar, Fontana, Glendale, Hesperia, Inglewood, Irvine, Murrieta, Ontario, Orange, Pomona, Rialto, Ridgecrest, San Bernardino, San Juan Capistrano, Simi Valley, Stanton, Orange, Los Angeles, Riverside, San Bernardino, and Ventura Caltrans, Cucamonga Valley Water District, Long Beach Water District, Los Angeles World Airport, Orange County ® Public Works, Rancho Mission Viejo, Riverside County Flood Control District, Victor Valley Wastewater Reclamation Authoritv, and Yorba Linda Water District. HFI has experience and technical expertise in the fields of public works design, land development engineering, land survey and mapping, GIS, traffic engineering, hydrology and hydraulic engineering, WQMP and SWPPP preparation, and construction management. It is our philosophy to serve as an extension of agency staff. Our goal is to assist in all elements of a project - from the initial planning stages through completion of construction. As part of a public agency team, we understand the importance of project communication, coordination, and working with the financial considerations of each project to make it a success. The leadership of HFI promotes professional development through dedicated training programs, resource management, and programs for staff advancement. Our project managers and team members are selected for each project assignment based on their expertise. This provides our Clients with an experienced team that has been selected to provide the required technical and practical solutions for the project which benefits the Client. HE has recently announced that it is joining forces with David Evans and Associates, ® ® Inc. (DEA). Since this will occur during the contract time period, the City will have „ access to an expanded pool of resources and talent. For more than 35 years, DEA has provided clients with unique and innovative design services for water, transportation, DAVID EVANS energy and land development infrastructure systems. The firm's staff includes .".ASSOCIATES ��c. engineers, surveyors, planners, landscape architects and natural resources scientists. DEA has 20 offices in eight states and employs more than 750 people. They consistently rank among ENR's (Engineering News Record's) "Top 100 Pure Design Firms" in the United States. The City's point of contact and project team will not change, nor will the office from which the City's project is managed. The venture between the two firms means the City has access to a wider range of HFI in-house resources. 150058.0000 Engineering • Planning . Surveying Organization Chart PROPOSA 150058.0000 Engineering • Planning • Surveying im Proiect Team Resumes Education & Registrations Northern Arizona University, B.S. — Civil Engineering Professional Civil Engineer, CA — #30242 PROROS Professional Experience Mr. Bourgeois' career spans over 35 years in the field of public works engineering. His responsibilities entail project management, design, and plan checking activities for diverse public works projects. Mr. Bourgeois has broad-based experience in project management, design of public works projects, preparation of project specifications and bid documents, cost estimates, right-of-way engineering, contract administration and inspection. This experience allows him to function with technical hands-on leadership. His extensive experience more specifically includes streets, highways, storm drains, sewer and water facilities, and other public works infrastructure components. On -Call Plan Review & Inspection Services, City of Verizon Fiber Optic Installation Inspection/Plan Diamond Bar (QA/QC) Checking, City of Diamond Bar (Principal in Charge) On -Call Engineering Services and Plan Review, City of On -Call Plan Review Services County of Orange Tustin (Principal in Charge) (Principal in Charge) Orange County Public Works / Flood Control Division Infrastructure Guidance, Yorba Linda Water District, On -Call Services County of Orange (Principal in Charge) Yorba Linda (Principal in Charge) On -Call Plan Check Review, San Bernardino (QA/QC) On -Call WQMP Review, City of San Bernardino (Principal in Charge, QA/QC) Education & Registrations Professional Civil Engineer, CA — #61184 Syracuse University, New York, B.S - Civil Engineering University of Maryland at College Park, M.S. - Civil Engineering Professional UPerience Mr. Emrani has over 27 years of civil engineering and GIS experience in both the public and private sectors. Mr. Emrani has a strong background in planning, design, and construction management of infrastructure improvements for various public and private clients. He has been responsible for the planning, design, and construction management of roads, buildings, water distribution systems, water well, water storage tanks, wastewater collection systems, wastewater pumping stations, wastewater treatment plants, and storm drainage systems. Prior to joining Hall & Foreman, Mr. Emrani was the Director of Public Works for Monterey County where he was responsible for managing and directing a staff of 180 and 10 divisions. He oversaw all aspects of plan check for grading, street improvement plans, drainage plans, site plans, traffic control plans and signal plans. Country Estates Drainage Study, City of Diamond Bar (Principal in Charge) On -Call Plan Review Services County of Orange (Lead Coordinator Plan Check Transportation and Development Services Traffic Signal and Intersection Improvements, City of Division, Monterey County (Director of Public Works) Irvine (Project Director) Parking and Transportation Improvement Program, University of California Irvine (Project Director) 150058.0000 Engineering • Planning - Surveying DLOHN BAR Education & Registrations California State University Long Beach, B.S. — Civil Engineering Registered Professional Engineer, CA - #73632 Qualified SWPPP Developer/Preparer— QSD/P, #01057 Qt'o Professional Experience Mr. Oune has over 13 years of experience providing civil engineering services for the industry including providing coordination and permitting through public agencies. His broad range of experience includes street design, storm drain & flood control facilities, sewer, water, signage & striping, grading, erosion control, precise grading, wall/fencing & retaining wall, retaining wall calculations, earthwork quantity calculations, sewer and water calculations, and hydraulic and hydrology studies. He has created and updated numerous SWPPP, WQMP and SUSMP reports. He provides plan checking services to various agencies, conducts inspection/observation for grading and utility installations and offers quality control review of project design and construction drawings. His engineering experience and water quality expertise combine to make him an asset to each project team. Plan Checking & Grading Inspection, City of Diamond Plan Checking & Grading Inspection, Verizon Fiber Bar: (Project Manager, Project Coordinator, Plan Checker & Optics, City of Diamond Bar: (Project Manager, Project Grading Inspector) Coordinator Plan Checker & Inspector) On Call Plan Checking & Counter Support Services, SWPPP Plan Checking, Cerritos College Expansion: County of Orange: Lead Plan Checker (Project Manager & Plan Checker SWPPP Plan Checking, Fullerton College Expansion: On -Call Plan Check and WQMP Review, City of San Project Engineer & Plan Checker Bernardino: Project Manager) Education & Registrations Professional Licensed Land Surveyor, CA — #8686 University of Hawaii - Civil Engineering Coursework GPS trained in static observations, RTK (real time kinematics) staking, GPS data- post processing (w/StarNet and Trimble Geomatics Office) Certified in Global Positioning System Technology Professional Experience Mr. Okubo has nearly 20 years of field and office experience in the survey industry. He has worked on many public infrastructure, municipal, educational, commercial, and residential projects. He supervises multiple survey crews and all boundary, topographic, construction staking, and field support functions. He corresponds with HFI's Clients, schedules field survey crews, puts together fee estimates and budgets, and visits the field when necessary to perform project research or act as an additional party chief. He is trained in the use of all current field equipment, Land Development Desktop, Foresight, StarNet, Trimble Geomatics Office, SurveyLink, and TDS. On -Call Victor Valley Wastewater Reclamation Authority: Director of Surve in On -Call Surveying Services, County of San Bernardino:(Survey Director Surveying Services for Capital Improvement Program On -Call Surveying for the City of Ontario, Ontario Management, Hesperia: (Survey Manager) Redevelopment Agency, & Ontario Housing Authority, Ontario: (Project Surveyor) Surveying Services, City of Dana Point: (Director of Orange County Public Works / Flood Control Division Surve in On -Call Services County of Orange:(Survey Manager) 150058.0000 Engineering • Planning • Surveying Em Education & Registrations Phoenix Institute of Technology, Phoenix, AZ Delta Community College, Stockton, CA California State University Fresno, Fresno CA — Land Surveying Westech College, Pomona CA — Microstation, GIS, ArcCAD (ESRI) Professional Licensed Land Surveyor, CA #6685 i'I�41POS>� ' r r- r Professional Experience Mr. Hoff is a licensed land surveyor with 35 years of experience in engineering and land surveying. He is responsible for surveying and mapping oversight and quality assurance. He has performed all types of surveys in the field and office. Projects include surveying and mapping of infrastructure improvements, transportation, water, sewer, storm drain, municipal projects, educational, commercial and residential developments. Providing surveys for Boundary, Control, topographic, design surveys and right-of-way engineering. He has extensive experience in deed interpretation and preparation of legal descriptions. He has provided calculation and mapping services on many American Land Title Association (ALTA) projects. He has California Department of Transportation (Caltrans) experience and global positioning system (GPS) survey experience. He also has a diverse background in engineering design and mapping. On -Call Map Checking for the County of San On -Call Map Checking for the City of San Bernardino, Bernardino Surveyors' Office(Project Surveyor) Engineering Department Pro'ect Surveyor) District 08 On -Call Surveying Services, San State Route 57, Orange County (Project Surveyor) Bernardino and Riverside County (Project Surveyor) I-15/Ranchero Road Interchange, Hesperia (Project Anaheim Regional Transportation Intermodal Center Surveyor) ARTIC Anaheim Project Surveyor) State Route 74 Riverside County Project Surveyor) Apache Trail Interchange, Cabazon (Project Surveyor) Education & Registrations University of Michigan, B.S. — Civil Engineering California State University Long Beach, M.S. — Civil Engineering Professional Licensed Civil Engineer, CA — #24573 Qualified SWPPP Developer — QSD #21776 Professional Experience Mr. Bowman has over 33 years of extensive experience in public works and land development projects. He has prepared plans, specifications and estimates (PS&E) for over a dozen cities and public agencies and improvement and grading plans for state, city, and private sectors. He has created hillside and flatland grading plans and feasibility studies and supervised preparation of a wide variety of plans from freeways, highways, streets, storm drains, sewers, park sites, landfills, large mass grading, commercial, educational and industrial development. His experience includes plan check of improvement plans and implementation of NPDES Plans. Plan Checking City of Diamond Bar (Lead Plan Checker) Plan Check Engineer West Covina (Lead Plan Checker) Plan Check Private Company (Internal A/ C) Plan Checking Services, Murrieta (Lead Plan Checker) Plan Checking City of Barstow (Lead Plan Checker) 01 ME= 150058.0000 Engineering • Planning , Surveying �i�1:}(Oil B.1R Education & Registrations California State Polytechnic University, Pomona, B.S. — Civil Engineering Registered Professional Engineer #46907 Qualified SWPPP Developer/Preparer — QSD/QSP #20878 RROPUSA� r Rrofessional Experience: Ms. Wilson has nearly 25 years working in the field of civil engineering. She has extensive experience working on the public agency side of land development engineering. She specializes in plan review and storm water reports such as WQMP's and SWPPP's, as well as, capital improvements. Having worked on a wide range of projects including commercial and residential, she knows how to move projects through the development process while balancing the public agency's needs with the developer's project objectives. City of Victorville (Associate Civil Engineer) During her 20+ year tenure with the City, Ms. Wilson served as the Associate Civil Engineer for the land development section of the Engineering Department. The duties included supervising and participating in the plan check, review and processing of plans for private developments, commercial developments, streets, sewer, storm drain, and utilities that Education & Registrations California State University Fullerton, BS Engineering Professional Civil Engineer, CA #47886 U.S. Army Corps of Engineers, Los Angeles: (Civil Engineer) Professional Experience Mr. Stuetzel has over 28 years experience in the management and design of public works infrastructure rehabilitation and new construction contracts. He has strong technical skills in the design of public works improvements and has excellent communication and inter -relational skills with Clients, public agencies, utility companies, and subconsultants. Mr. Stuetzel possesses a key understanding of the project development process and issues required to work within the schedule, budgets, and scope of the project to meet and satisfy the needs of the Client. Country Estates Drainage, Diamond Bar (Project Engineer) Plan Checking Services, Orange (Project Manager) Orange County Public Works / Flood Control Division Plan Checking Services, Los Angeles Unified School On -Call Services County of Orange Project Engineer) District Project Manager Lead Plan Checker Program Management Services, County of Orange On -Call Engineering for the City of Ontario, Ontario (Project Manager) Redevelopment Agency, & Ontario Housing Authority, Ontario Project Manager) 150058.0000 Engineenng • Planning • Surveying DL1:jI1)b'D 8.1R Education & Registrations BIA Construction Storm Water Training International Erosion Control Association (LECA) - Storm Water Training Sessions Certified Erosion, Sediment, and Storm Water Inspector — CESSWI # 0408 Qualified SWPPP Preparer —QSP #00157 RopISA, Professional Experience Mr. Zucker has over 14 years of experience in the preparation of site specific SWPPPs, WQMPs, field sampling and conducting inspections for municipal, educational, utility, commercial, and residential projects. He has created training programs for inspectors, public agencies and staff at builders, developers and general contractors. Mr. Zucker is an expert on the current Statewide NPDES storm water permit requirements along with a clear understanding of the Porter- Cologne WQCA, Low Impact Development and Regional MS4 Permits. He is experienced with compliance requirements of the various Water Boards in Southern California (4, 7, 8 and 9.) He has represented clients to State and Local Regulatory Agencies on non-compliance enforcement ranging from Notices of Violations to Clean-up and Abatement Orders since March of 2002. Proiect Exoerience Post Construction Storm Water Operations and On -Call Engineering for the City of Ontario, Ontario Management Plan, 45 LAUSD Active Sites: (Water Redevelopment Agency, & Ontario Housing Authority, Quality Specialist) Ontario: Water Quality S ecialist NPDES and WDR Clean Water Act Regulation As- Anaheim Regional Transportation Intermodal Center Needed Services — Anaheim: (Inspector & Trainer ARTIC Anaheim: Water Quality Specialist / SP SWPPP Preparation and Water Sampling, Los Angeles SWPPP Preparation for SR -55 / MacArthur Valley College, Van Nuys: Water Quality S ecialist Interchange, Santa Ana: Water Quality S ecialist SECTION C: PROJECT UNDERSTANDING Project Understanding It is HFI's plan to assign a plan checker who is a California Licensed Professional Engineer to work with the City and coordinate reviews between various City departments and HFI project team members. This individual will maintain HFI's submittal log record, inspection report log, and daily reports and along with other team members, will be available to meet with applicants and their engineers to discuss and resolve design issues. This individual will also coordinate with City staff to obtain project guidelines and requirements such as current Conditions of Approval for private development project(s) assigned to HFI's project team. HFI's Project Manager and other team members will be made available to provide expedited reviews upon request from the City. It is HFI's goal to provide the requested Plan Checking Services to meet the City's needs. With HFI's team of qualified engineers and surveyors available to the City, HFI's goal will be to pick up or have delivered submittals within 24 hours of notification by the City, and complete all first check reviews within a ten working day turnaround time period. Depending on the complexity and number of comments from earlier reviews, a ten working day review turnaround goal will be established for all additional reviews. HFI's Plan Check Process Scope of Work HFI will review and recommend approval of various plans, NPDES/SUSMPs, street plans, sanitary sewer plans, storm drain plans, and hydrology studies for both public and private developments. HFI will provide preliminary design review of site/grading plans and attend City design review meetings as necessary. r ni p i 150058.0000 Engineering • Planning , Surveying Dlt31(13 HFI will plan check easements, lot line adjustments, dedications, vacations, parcel and tract maps. R4R MA, HFI will provide inspection services for grading activities, NPDES/SUSMP compliance, street, sanitary sewer and storm drain installation. It is HFI's goal to have the plans ready for approval by the third check. To accomplish this, HFI encourages the engineer to meet or speak with the plan checker during the initial submittal to review the submittal for completeness and to gather information from each other to understand the nuances of the project and to eliminate misunderstandings. In working together with the engineer, HFI has minimized delays in the approval process. HFI will use a logging system to keep track of the quantity and type of plans that have been reviewed in house. The logging system records the date when the plans are received and the date when the plans are submitted back to the City. HFI will also create correspondence letters for each review and document major issues that appear as redlines on the plans. HFI's logging system allows the firm to answer any questions regarding status and comments on the plans immediately. It is readily available within HFI's computer system. HFI will be able to respond to any issue regarding the plan check promptly and accurately. Detailed explanations of various City, County, and State requirements will be provided with each plan check review. HFI's approach to providing City requested plan -checking services involves the following procedures and methodology: • Screen check first submittal for compliance to City/County and project submittal requirements and any Conditions of Approval for the project. • Communicate with the City representative and/or the Designer regarding any deficiencies or missing documentation. • Complete first check review and prepare written plan check comments along with providing redlined plans or reports. • Maintain the City's interest in terms of safety, potential liability, operation, maintenance and durability of the proposed improvements. • Keep up-to-date with the County Codes, Standards, and Procedures. • Maintain up-to-date Plan Check records of correspondence and project documents. • As part of our review efforts, a Quality Control review will be conducted to avoid unneeded and unnecessary minor comments and engineering opinions. Additional services provided by HFI to the City include review of tentative maps, field survey, preliminary engineering and civil engineering design services. These services are provided by senior staff familiar with the City's/County's requirements. At the request of the City, HFI will provide resources to support the City's review of Development Applications including Tentative Tract Parcel Maps and Site Plans for compliance with the County's planning and building codes and ordinances with regards to grading, public improvements, and water quality requirements. HFI will meet with City staff to evaluate and review the submittal for completeness. HFI will prepare comments to be included in the Staff Report to the Planning Commission. A sample Plan Preparation Check List created by HFI and used as a guide for providing plan check services is provided below. 150058.0000 to Engineering , Planning • Surveying FINITTORNMRAMUR PLAN REVIEW PREPARATION CHECKLIST I. Plan Requirements A. Plans conform to public agency conditions of approval (if not, return plans without further review). B. Verify requirements of Public Agency (title block, scale, etc.) C. All sheets are signed and properly sealed by the responsible engineer in charge. D. All sheets are prepared in ink on sheets of standard size, as determined by the agency. E. All sheets are numbered consecutively, "Sheet of," etc. in the lower right corner. F. All plans are drawn to Agency scale, or other approved scales. Graphic scale shall be placed in all sheets. G. All lettering to 1/10" at the minimum. H. North arrows should point to top or right of sheet, if possible. I. All stationing shall refer to centerline of street unless otherwise noted, shall increase left to right, and run upstation from south to north or west to east. No negative stationing allowed. 1. Stationing has preference over north arrow. 2. All streets have continuous stationing and shall be consistent with, or continue, prior (existing) street stationing, if applicable. 3. Public Agency project number shown in lower right hand corner of all sheets. J. Construction notes shall be designated by circles. K. Curve data shall be designated by hexagons. L. Construction removals shall be designated by squares. M. Plan revision indicated by triangle with cloud around revision. H. Title Sheet Requirements: A. Project location on vicinity map. B. Index map showing the following: 1. Street configuration within project limits. 2. Lot configurations. 3. Tract boundary. 4. Street names/street signs. 5. Index of sheets. 6. City limit lines, if contiguous to tract. 7. North arrow. 8. Scale. 9. Street lights, if requested. 10. Sewer, water and storm drain improvements (existing and proposed), if requested. C. Basis of bearings. D. Benchmark - Los Angeles County BM description, date (year of adjustment), and full elevation to three decimal places. E. Engineering firm name, address, telephone number, date plans prepared, seal, signature, registration number and expiration date of responsible engineer registered by the State of California. F. Soils engineer firm name, address, telephone. G. Archeologist/Paleontologist firm name, address and telephone number, if applicable. H. Public agency name, address telephone number and contact name. I. Developer/owner name, address and telephone number. J. Title block containing tract number and tentative tract number, if applicable; otherwise, give address and limits of improvements. K. Water district approval, if applicable. L. Sewer district approval, if applicable. M. Fire marshal approval, if applicable. N. Other agency approvals as may be requested. " 150058.0000 11 Engineering • Planning , Surveying ntlnocn ssx O. Utility company contracts and phone numbers. P. Revision Block. Q. General notes. R. Separate individual sheet index listing all sheet descriptions. S. Underground Service Alert (USA) statement. III. Detail Sheet Requirements For Improvement Plans P12DPf3Si ; mm A. Typical sections showing: 1. All geometric dimensions. 2. Existing pavement to be joined or removed. 3. Level line from centerline crown to top of curb with vertical dimension. Crossfall rates shall also be shown. 4. Structural section to be determined in accordance with public agency Standards. However, figures should be omitted until recommendation in the soils report has been accepted. 5. Parkway and sidewalk widths in accordance with public agency Standards. 6. Rough grading lines, if applicable. B. Listing of construction notes. C. Construction details not included in standard drawings. D. Street intersection details at Agency scale, or other approved scales. Showing foot design elevations at a grid at on center with contours. E. Street name sign schedule, if applicable. F. Summary of quantities. G. Miscellaneous details as needed to delineate construction. VI. Requirements for Grading Plan HFI has extensive knowledge on what the City's requirements are for grading plan check. As outlined below, the following is a listing of what each grading plan shall include. • City of Diamond Bar's grading general notes. • Title block in lower right hand corner showing Lot #, Tract #, Site address, owners name, address, and phone number. • Vicinity Map indicating the site location. • Existing land use and zoning. • Details of all drainage devices. • Civil Engineer's name, address, phone number, signature and stamp. • Soil Engineer's name, address, phone number, signature and stamp. • Engineering Geologist's name, address, phone number, signature and stamp. • Estimated earthwork quantities including amount of export or import (in cubic yards). • Legend • Location and depth of maximum cut and fill. • Boundary lines, with distances and bearings, of the property on which the work is proposed. • Existing contour lines shown dashed and a reference made as to the source of the topo. • Existing structures and topography on or within 15 feet of the boundary line. • Tops and toes of proposed slopes. T.C. elevations on proposed streets. Grades on streets slope ratios. • Clearly indicate runoff pattern on building pads with arrows. IN Rate of grade on graded swales (1% min. - 4% max.). Rate of grade on concrete swales (1/2 % minimum). • Maximum grade on streets 12% and driveways 15%. • North arrow and scale. • Seal of Reg. Civil Engineer, including expiration date on the original tracing. (Seal is to be sprayed with affixitive to prevent smearing.) • Wet signatures of soils engineer, geologist and civil engineer on the original tracing. • Expos site identified (if any). 150058.0000 12 Engineering . Planning • Surveying Di1JIbi�11 R.tiR PiOPC+SA ® Signature approval block for City Engineer and City consultant • Existing utilities in project area. is An erosion control plan is required prior to issuing a grading permit between October 1st and April 15th. (The grading plans are to note this requirement.) ® If lot is accepting natural drainage from the adjacent property then block walls must be constructed with head joints in first course above high grade omitted (minimum 1" gap between blocks). Quality Control Methods HFI's Companywide Quality Assurance Plan is closely monitored and includes the following elements: • A Project Director and/or Principal of the firm responsible for Quality Assurance/Quality Control (QA/QC). • A thorough evaluation of the project's scope of work prior to commencing technical work to establish a work plan, thus eliminating any "surprises" during the course of the contract. IN Meeting with City staff at scheduled intervals to review the status of the projects and address issues identified in the survey process. sl Frequent technical review sessions with principals to evaluate the quality of the work products. 111 Utilizing current software to prepare work products and map out the work flow for timely completion of services. Utilizing an in-house computer cost control system providing project team members with weekly updates on the status of percent complete and labor costs and expenses. SECTION D: FIRM'S EXPERIENCE 4WOn -Call Plan Checking & Inspection Services City of Diamond Bar Description: HFI has provided on-callplan review checking & inspection services for various projects throughout the City since 1998• Plan reviews include single and multi -family home and tract improvements as well as commercial development, which include sewer, water, storm drain, street, grading, erosion control, SWPPP, SUSMP, and map checking. HFI works closely with City engineers and developers to incorporate all of the sensitive community environmental and geotechnical issues, to ensure conformance with the tentative map and conditions of approval requirements, and to assist in keeping the projects on track. HFI has developed City policy for plan check and approval processes in accordance with the NPDES program. This effort has entailed development of SWPPP and SUSMP submitted guidelines and template for applicants. HFI's inspection services follow the plan check services in most cases. HFI will schedule a pre -construction meeting with the owner or contractor to identify the work schedule and inspection needs. HFI provides all necessary inspection services for site improvements and HFI provides detailed inspection reports with each visit to assist the contractor and City staff address specific issues. Contact• David G. Liu, Director of Public Works, City of Diamond Bar, 21825 E. Copley Drive, Diamond Bar, CA 91765, (909) 860-2489, david.liu@ci.diamond-bar.ca.us Plan Check Services for Engineering Plan & Study Review and Map Review City of Hesperia Description: HFI was selected by the City's Engineering Division to provide plan checking services for development projects. HFI will review all studies, tentative maps, and preliminary engineering plans required to approve the land use application and prepare a list of conditions for the development of the projects. The scope includes reviewing plans for streets, sewer facilities, potable water facilities, recycled water facilities and storm drain facilities. Elements reviewed also include hydrology/hydraulic reports, tract and parcel maps, right-of-way and easements, and traffic signal and g 150058.0000 13 Engineering • Planning • Surveying so PROPflS '' studies. Included in the scope of services is that each project will be reviewed for compliance with applicable jurisdictional standards and requirements. Tract 17980 Phase I & II This subdivision proposes approximately 100 residential units. HFI is currently providing plan check services for the final map, improvement plans and geotechnical report. Contact., John Leveillee, City Engineer, 9700 Seventh Avenue, Hesperia, CA 92345, (760) 947-1451, jleveillee@cityofhesperia.us .. On Call Plan Checking & Counter Support Services County of Orange Description: HFI provided plan check review and counter support services for the County's Public Works Division. Plan checking services encompass street improvements, grading, • drainage, WQMPs, and code enforcement reviews. Typical project types include commercial, single family estates, residential tracts, apartments, and parks. The firm is responsible for reviewing, providing corrective comments and recommending approvals of plans and reports in accordance with County adopted Standard Plans and applicable regulations. HFI's counter support activities include interaction with plan holders and coordinating with various County staff members. Contact., Hadi Tabatabaee, P.E., Building Official, OC Public Works/OC Planning, 300 N. Flower Street, Santa Ana, CA 92703, (714) 667-8843, hadi.tabatabaee@ocpw.ocgov.com Infrastructure Guidance, Master Plan Updates and Development of Sub -Area Master Plans 49 Yorba Linda Water District Description: As the District Engineer, HFI is responsible for reviewing ail proposed sewer infrastructure for development in the District's sphere of influence. H FI developed and updated Yorba Linda Water District's Sewer Master to evaluate system performance and impacts of new development beginning in the 1960's and continuing to the present. The District's sewer system includes four lift stations and approximately 150,000 linear feet of sewers. The latest sub -area master plan updates evaluated a flow diversion concept and the impacts of new flows from developments eligible for District annexation. Contact: Ariel Bacani, Engineering Technician, Yorba Linda Water District, 1717 E. Miraloma Ave., Placentia, CA, 92870 (714) 701-3100, abacani@ylwd.com fDOn -Call Engineering and Plan Checking Services City of Tustin Description: HFI has provided on-call engineering services for the Public Works/ Engineering Division sincelune of 1996. Services provided include project reviews, development of the conditions of approval, and plan checking services including coordination with the City's various engineering departments. Typical project assignments have included residential and commercial public improvements, public park improvements and bike/horse trail expansions. Plan checking services include roadway grading and street improvements, sewer and water improvements, hydrology and hydraulics, storm drains improvements, grading and earthwork, water quality basins, and WQMPs. Surveying and mapping services include tentative and final tract maps, parcel maps, legal descriptions and plats, deeds, and subdivision report reviews. HFI is also responsible for ensuring all proposed public and private property development designs meet Federal, State, and Local Agency requirements including ADA, NPDES, and City 150058.0000 14 Engineenng• Planning • Surveying D1111OiD RSI NNNNR©PASA Public Y ...: policies. HE was also involved in the technical support and review of the transfer of federal property of the Tustin Marine Air Station (TMAS) to the City for private development. Contact.• Robert Chavez, City of Tustin, 300 Centennial Way, Tustin, CA 92680, (714) 573-3131, rchavez@tustinca.org SECTION E: STATEMENTS OF COMPLICANCE Statement of Acceptance of Consulting Services Agreement HFI has executed several contracts with the City in our continuous working relationship, and have no exceptions to the City's Consulting Services Agreement at this time. Statement Certifying Insurance Coverage HFI has executed contracts with the City of Diamond Bar, and has been successful in meeting the City's insurance requirements. Statement of Availability of Staff HFI's workload will allow full commitment to each of the City's projects on a first -priority basis. HFI's team is 100% committed and available to provide the services for the City's projects on a first -priority basis at the time the contract is executed. HFI has the resources, experience, knowledge, and staff available to meet the project deadlines and milestones. Our depth of resources allows us the ability to cross -platform work to meet and/or beat deadline commitments. m 150058.0000 15 Engineering • Planning • Surveying 0 M �WSi9°1 ��� Tull & Foxemala,Talc August 18, 2014 Ms. Kimberly Young, P.E. Senior Civil Engineer City of Diamond Bar Public Works Department 21810 Copley Drive Diamond Bar, CA 91765 Subject: Fee Proposal to Provide On -Call Civil Engineering / Plan Checking / Public Works Inspection Services Dear Ms. Young: Hall & Foreman, Inc. (HFI) hereby proposes to provide On Call Civil Engineering / Plan Checking / Public Works Inspection Services for the City of Diamond Bar as outlined in our Proposal dated August 18, 2014 for the fees listed herein. We understand that for land development projects, consultant fees for grading plan check, map checks, and inspections cannot exceed 82% of the applicable fees as established in the City's current Public Works Fee Schedule (Attachment 2 of the RFP). It is assumed that, on average, the fees will cover up to three (3) plan checks. It is anticipated that the City will annually adjust the Public Works Fee Schedule by the Consumer Price Index for the region. Therefore, Consultant fees for these services will be adjusted in accordance with the change to the Public Works Fee Schedule. We understand that consultant fees will be based on an hourly rate schedule for all other services. Thank you for the opportunity to be of continued service. Respectfully, Hall & Foreman, Inc. Yazdan T. Emrani, P.E. Senior Vice President/Principal Enclosure Tustin Los Angeles Santa Clarity Temecula Wctorville 177021]" Street, Suite 2D0 811 Wilshire Blvd., Suite 1450 25152 Springfield Court, Suite 350 41951 Remington Avenue, Suite 130 14297 Cajon Avenue, Suite 101 Tustin, CA 92780-1947 Los Angeles, CA 90017-2606 Santa Clarity, CA 91355-1096 Temecula, CA 92590-2553 V ctorv➢le, CA 92392-2335 Tel 714,665,4500 • Fax 714.665.4501 Tel 213.705.7887 Tel 661.284.7400 • Fax 661.284.7401 Tel 951.294.9300. 951.294.9301 Tel 760.524.9100 • 760.524.9101 OFFICE: $155.00/Hour Principal $215.00/Hour Project Management (VP/Sr. Proj. Dir./Proj. Dir./Proj. & Survey Mgr) $190.00/Hour Senior`Engr./Proj. Eng./Prcj. Surveyor/Sr. Designer/Principal Planner $150.00/Hour GIS Programmer $140.00/Hour Staff Engineer $125.00/Hour Designer/Assist. Proj. Mgr/Planner/Survey Analyst $115.00/Hour Assistant Engineer $100.00/Hour GIS Analyst $100.00/Hour Project Assistant/Expeditor $ 90.00/Hour Administrative $ 72.00/Hour EXPERT WITNESS: Preparation for Depositions/Court Appearances $255.00/Hour Depositions/Court Appearances $450.00/Hour 1 -Person Survey Crew $155.00/Hour 2 -Person Survey Crew $205.00/Hour 3 -Person Survey Crew $250.00/Hour 2 -Person High Definition Survey Crew $230.00/Hour CONSTRUCTION: Resident Engineer $135.00/Hour Inspector $115.00/Hour Note 1_ Client shall pay the cost, plus 15%, for any applicable governmental fees, title company charges, well monuments, outside vendor reproduction costs, in-house reproduction cost, plotting costs, mileage, and delivery or messenger services incurred on Client's behalf. If requested, HFI will provide a computer printout, which details these costs. HFI does not typically provide any additional back up for these generally nominal expenses as part of our fee. Note 2: In the event Consultant's fee schedule changes due to any increase of costs such as the granting of wage increases and/or other employee benefits to field or office employees due to the terms of any labor agreement, or increase in the cost of living, during the lifetime of this agreement, a percentage increase shall be applied to all remaining fees and charges to reflect the increased costs. Note 3: The fee stated herein does not include any sales or use tax. In the event that a sales and/or use tax is imposed by local, state, or federal authority, upon the services rendered hereunder, such sales and/or use tax shall be in addition to said fee herein, and shall be the full responsibility of the Client. Note 4: Depositions and Court Appearances shall be billed at the above noted rate, with a four (4) hour minimum. CONSULTING SERVICES AGREEMENT THIS AGREEMENT is made as of October 7, 2014 by and between the City of Diamond Bar, a municipal corporation ("City") and Onward Engineering, ("Consultant"). RECITALS A. City desires to utilize the services of Consultant as an independent contractor to provide consulting services to City as set forth in Exhibit "A", the City's Request for Proposals dated July 16, 2014. B. Consultant 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. NOW, THEREFORE, in consideration of performance by the parties of the covenants and conditions herein contained, the parties hereto agree as follows: 1. Consultant's Services. A. Scope of Services. The nature and scope of the specific services to be performed by Consultant are as described in Exhibit "B" the Consultant's Proposal, dated August 18, 2014 to the City's Request for Proposals. B. Level of Services/Time of Performance. The level of and time of the specific services to be performed by Consultant are as set forth in Exhibit "B." 2. Term of Agreement. This Agreement shall take effect October 18, 2014, and shall continue until October 18, 2017 unless earlier terminated pursuant to the provisions herein. 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the schedule set forth in Exhibit "B". Payment will be made only after submission of proper invoices in the form specified by City. 4. General Terms and Conditions. In the event of any inconsistency between the provisions of this Agreement and Consultant's proposal, the provisions of this Agreement shall control. 5. Addresses City: James DeStefano, City Manager Consultant: Maldi Ataya, P.E. City of Diamond Bar Onward Engineering 21810 Copley Drive 300 S. Harbor Blvd., Suite 814 Diamond Bar, CA 91765-4178 Anaheim, CA 92805 1 6. Status as Independent Contractor. A. Consultant is, and shall at all times remain as to City, a wholly independent contractor. Consultant 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. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant's employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its agents or employees are in any manner agents or employees of City. B. Consultant agrees to pay all required taxes on amounts paid to Consultant 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 Agreement. In the event that City is audited by any Federal or State agency regarding the independent contractor status of Consultant and the audit in any way fails to sustain the validity of a wholly independent contractor relationship between City and Consultant, then Consultant agrees to reimburse City for all costs, including accounting and attorney's fees, arising out of such audit and any appeals relating thereto. C. Consultant shall fully comply with the workers' compensation law regarding Consultant and Consultant's employees. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with applicable worker's compensation laws. City shall have the right to offset against the amount of any fees due to Consultant under this Agreement any amount due to City from Consultant as a result of Consultant's failure to promptly pay to City any reimbursement or indemnification arising under this Section 6. D. Consultant shall, at Consultant'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. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with the requirements in Section 6. Additionally, the City shall have the right to offset against the amount of any fees due to Consultant under this Agreement for any amount or penalty levied against the City for Consultant's failure to comply with Section 6. 7. Standard of Performance. Consultant shall perform all work at the standard of care and skill ordinarily exercised by members of the profession under similar conditions. 8. Indemnification. Consultant shall indemnify, defend with counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers 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 Consultant 's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to E comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole active negligence or willful misconduct of the City (meaning that Consultant shall indemnify and defend City notwithstanding any alleged or actual passive negligence of City which may have contributed to the claims, damages, costs or liability). Should City in its sole discretion find Consultant's legal counsel unacceptable, then Consultant 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 Consultant shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Consultant's negligence, recklessness or willful misconduct. 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. 9. Insurance. Consultant shall at all times during the term of this Agreement carry, maintain, and keep in full force and effect, with an insurance company authorized to do business in the State of California and approved by the City (1) a policy or policies of broad -form comprehensive general liability insurance 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 Consultant, 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; (3) automotive liability insurance, with minimum combined single limits coverage of $500,000.00; (4) professional liability insurance (errors and omissions) to cover or partially cover damages that may be the result of errors, omissions, or negligent acts of Consultant, in an amount of not less than $1,000,000 per occurrence and at least $1,000,000 aggregate; and (5) worker's compensation insurance with a minimum limit of $500,000.00 or the amount required by law, whichever is greater. City, its officers, employees, attorneys, and volunteers shall be named as additional insureds on the policy(ies) as to comprehensive general liability, property damage, and automotive liability. The policy (ies) as to comprehensive general liability, property damage, and automobile liability shall provide that they are primary, and that any insurance maintained by the City shall be excess insurance only. A. 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 thirty (30) day's prior written notice thereof. Consultant agrees that it will not cancel, reduce or otherwise modify the insurance coverage. B. All policies of insurance shall cover the obligations of Consultant pursuant to the terms of this Agreement; 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 with a current A.M. Best's rating of no less than A-, VII. C. Consultant shall submit to City (1) insurance certificates indicating compliance with the minimum worker's compensation insurance requirements above, N and (2) insurance policy endorsements indicating compliance with all other minimum insurance requirements above, not less that one (1) day prior to beginning of performance under this Agreement. Endorsements shall be executed on City's appropriate standard forms entitled "Additional Insured Endorsement", or a substantially similar form which the City has agreed in writing to accept. D. Self Insured Retention/Deductibles. All policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention ("SIR") and/or deductible of the policy in lieu of the Owner (as the named insured) should Owner fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Owner understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Owner as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Owner's behalf upon the Owner's failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Owner for breach of this Agreement in addition to any other damages incurred by City due to the breach. 10. Confidentiality. Consultant in the course of its duties may have access to confidential data of City, private individuals, or employees of the City. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Consultant without written authorization by City. City shall grant such authorization if disclosure is required by law. All City data shall be returned to City upon the termination of this Agreement. Consultant's covenant under this section shall survive the termination of this Agreement. Notwithstanding the foregoing, to the extent Consultant prepares reports of a proprietary nature specifically for and in connection with certain projects, the City shall not, except with Consultant's prior written consent, use the same for other unrelated projects. 11. Ownership of Materials. All materials provided by Consultant in the performance of this Agreement shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. Consultant may, however, make and retain such copies of said documents and materials as Consultant may desire. 12. Conflict of Interest. A. Consultant 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 Consultant under this Agreement, or which would conflict in any manner with the performance of its services hereunder. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid the appearance of having any interest which Z would conflict in any manner with the performance of its services pursuant to this Agreement. B. Consultant covenants not to give or receive any compensation, monetary or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the performance of this Agreement. Consultant's covenant under this section shall survive the termination of this Agreement. 13. Termination. Either party may terminate this Agreement with or without cause upon fifteen (15) days' written notice to the other party. However, Consultant shall not terminate this Agreement during the provision of services on a particular project. 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 fifteenth (15th) day following delivery of the notice. In the event of such termination, City agrees to pay Consultant for services satisfactorily rendered prior to the effective date of termination. Immediately upon receiving written notice of termination, Consultant shall discontinue performing services. 14. Personnel. Consultant 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 Consultant or under it supervision, and all personnel engaged in the work shall be qualified to perform such services. Consultant reserves the right to determine the assignment of its own employees to the performance of Consultant's services under this Agreement, but City reserves the right, for good cause, to require Consultant to exclude any employee from performing services on City's premises. 15. Non -Discrimination and Equal Employment Opportunity. A. Consultant 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. Consultant will, in all solicitations or advertisements for employees placed by or on behalf of Consultant 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 or mental handicap, medical condition, or sexual orientation. C. Consultant 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. 5 16. Assignment. Consultant shall not assign or transfer any interest in this Agreement nor the performance of any of Consultant's obligations hereunder, without the prior written consent of City, and any attempt by Consultant to so assign this Agreement or any rights, duties, or obligations arising hereunder shall be void and of no effect. 17. Compliance with Laws. Consultant shall comply with all applicable laws, ordinances, codes and regulations of the federal, state, and local governments. 18. 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 Consultant 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 Consultant, 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. 19. Attorney's Fees. In the event that either party to this Agreement shall commence any legal or equitable action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and costs, including costs of expert witnesses and consultants. 20. Mediation. Any dispute or controversy arising under this Agreement, or in connection with any of the terms and conditions hereof, shall 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. In the event the parties are unable to mutually agree upon the mediator to be selected hereunder, the City Council shall select such a neutral, third party mediation service and the City Council's decision shall be final. 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 referral of any such dispute or controversy, and mutual good faith efforts to resolve the same thereby, shall be conditions precedent to the institution of any action or proceeding, whether at law or in equity with respect to any such dispute or controversy. 21. 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 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. 22. Governing Law. This Contract shall be interpreted, construed and enforced in accordance with the laws of the State of California. 9 23. 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. 24. Entire Agreement. This Agreement, and any other documents incorporated herein by specific reference, represent the entire and integrated agreement between Consultant 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 the City Manager or the Mayor and attested by the City Clerk. 25. Exhibits. All exhibits referred to in this Agreement are incorporated herein by this reference. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first written above. "City" ATTEST: 0 CITY OF DIAMOND BAR By: Tommye Cribbins, City Clerk Carol Herrera, Mayor Approved as to form: By: City Attorney "CONSULTANT" M 7 Carol Herrera Mayor Steve Tye Mayor Pro Tem Ling -Ling Chang Council Member Nancy A. Lyons Council Member Jack Tanaka Council Member July 16, 2014 21810 Copley Drive - Diamond Bar, CA 91765-4178 (909) 839-7000 a Fax (909) 861-3117 www. D iamondBa rCA.gov To Interested Civil Engineering Firms: SUBJECT: On Call Civil Engineering/Plan Checking / Public Works Inspection Services The City of Diamond Bar (City) Public Works Department is inviting qualified Civil Engineering firms to submit proposals for professional civil engineering services on an as -needed basis for a period of three (3) years commencing October 1, 2014 with the possibility of two (2) additional annual renewals. The City plans to contract with multiple firms in order to augment the City's professional capabilities and to provide high quality, very timely expertise where needed. The scope of work ,includes, but is not limited to: ® Review and recommend approval of various grading plans, National Pollutant Discharge Elimination System/Low Impact Development (LID) Reports (NPDES/SUSMPs) to be in compliance with the 2012 LA County MS4 Permit (Order No. R4-2012-0175), street plans, sanitary sewer plans, storm drain plans, and hydrology studies for both public and private developments- • Provide preliminary design review of site/grading, storm drain, sewer and street plans and any associated technical reports for proposed private development projects and attend City design review meetings as necessary. ® Plan check easements, lot line adjustments, dedications, vacations, parcel and tract maps. ® Provide inspection services for grading activities, NPDES/LID compliance, street, sanitary sewer and storm drain installation associated with private developments, public improvements and capital improvement program projects. • Provide survey, preliminary engineering and civil engineering design services that may include the preparation of plans, structural Page 1 calculations, technical studies and technical specifications for storm drain, sewer and street improvement plans in accordance with the design policies and Standard Plans (APWA) for Public Works Construction. ® Provide information regarding any additional services that may benefit the City. All improvement plan check services shall be performed by or under the responsible charge of a California Licensed Professional Engineer (and/or California Licensed Land Surveyor as applicable) eligible to prepare and sign such plans. The successful firm (Consultant) will serve as an independent contractor to the City and will be prohibited from concurrently providing services to any other public or private client doing business with the City during the life of the Agreement and for six months following completion thereof. Exceptions may be granted on a project by project basis if the City determines that there is no conflict of interest by the parties involved. The firm will be required to disclose to the City a list of all of its clients for the past three (3) years for purposes of allowing the City to review potential conflict of interest issues. In addition, the firm will be required to disclose any litigation in which it has been a party to in the last five (5) years. At a minimum, plan check services shall be provided in conformance with the most current version of the following documents and standards: - California Building Code - Low Impact Development Ordinance No. 11(2013). Enclosed as Attachment 3 - City of Diamond Bar Grading Plan Check Requirements. Enclosed as Attachment 4 - City of Diamond Bar Grading Ordinance and Hillside Management Ordinance. Enclosed as Attachment 5 - Approved Specific Plans, Site Plans, Environmental Documents, and/or Tentative and Final Maps - Traverse, Lot, and Tract Boundary Closures for final or parcel maps - Grants, easements, or vacations as applicable - Conditions of Approval - Title Reports For land development projects, prior to completion of the first plan check, the Consultant shall research existing City engineering records including, but not limited to the documents described above for consistency with the proposed improvements. The Consultant shall also visit the project site to Page 2 verify the proposed improvements are consistent with the physical constraints in the field. The Consultant shallicp k up plan check submittals from the City within 24 hours of notification by the City. The first plan check shall be completed within ten (10) working days unless otherwise directed by the City. Each subsequent plan check shall be completed within 10 working days unless otherwise directed by the City. Each specific assignment under an on-call engineering services contract will be compensated on either lump sum or time -and -materials basis. The method of compensation will be specified in writing by the City at the time the assignment is given. For private development plan check services the City's FY 2014-2015 Fee Schedule is enclosed as Attachment 2. Note that the fees listed are to cover three (3) plan check submittals. Any additional submittals required thereon can be charged on a time and materials (hourly) rate. 7diNSUMIT131 111111r1 Firms responding shall submit three (3) sets of proposals on standard paper, limited to fifteen (15) pages, which shall include the items listed below: ® A brief background of your firm, including a ger.aral description of the range of relevant activities performed. Description of Consultant team including the names, resumes and qualifications of your principals and other key project team members to be assigned to the City. Provide an explanation of the approach and methodology used to perform the scope of work outlined in the Proposal. Include a description of required plan -check list and expected turn -around time for plan -check. ® Provide a list describing comparable work performed for other public agencies. Include scope, cost, and the names, phone numbers and addresses of contact person(s). Three (3) public agency references including contact person, the public agency, address and phone number. ® Provide a statement that all terms and conditions outlined in the attached Consulting Services Agreement (Attachment 1) are acceptable. Page 3 ® Provide a statement that the required insurance coverage will be obtained by the consultants, and that the Consultant understands said coverage is a prerequisite for entering into an agreement with the City. ® Provide a statement regarding the availability of staff to provide the required plan check services. ® Provide a fee proposal included in a separate sealed envelope. The fee proposal shall include: 1) For Land Development Projects, Consultant fees for grading plan check, map checks, and inspections which cannot exceed 82% of the applicable fees as established in the City's current Public Works Fee Schedule (Attachment 2). It should be assumed that, on average, the fees will cover up to three (3) plan checks. It can be anticipated that the City will annually adjust the Public Works Fee Schedule by the Consumer Price Index for the region. Therefore, Consultant fees for these services will be adjusted in accordance with the change to the Public Works Fee Schedule. 2) Consultant fees based on an hourly rate schedule for all other services. IORXXii 9-JOSI+73i1117 i Criteria for evaluation of proposals may include, but need not be limited to, the following: 1. Responsiveness and comprehensiveness of proposal. 2. Firm/assigned personnel's experience with the City of Diamond Bar and other public agencies. 3. Quality of previous work performed by the firm. 4. Resources and fee required to perform the requested services. 5. The Consultant's comments on the attached Consulting Services Agreement. 6. References. A "Short List" of firms will be selected for further consideration and may be contacted to arrange an interview. Should a firm be asked to participate in an interview, a principal and personnel assigned to the City should be available to discuss the following: 1. Major elements of the proposal and be prepared to answer detailed questions. 2. Satisfactory performance on similar work and description of related experience. Page 4 The selected firm will be required to identify a member of the firm authorized to assign work to the firm's employees who will serve as the contact person for communications and inquiries from the City. The individual must be accessible to City employees during regular business hours. The City reserves the right to request the services of personnel other than those designated by the selected firm. All personnel named in the proposal to work on the City's behalf shall be used unless replacements are approved, in writing, by the City. The Consultant shall maintain a close relationship with other City departments, and other agencies, to ensure the requirements of those departments/agencies are incorporated and adhered to. The City reserves the right to reject any proposal and may elect to make a decision without further discussion or negotiation. This solicitation is not to be construed as a contract of any kind. The City is not liable for any costs or expenses incurred in the preparation of the proposals. The right to issue supplementary information or guidelines relating to this request is also reserved by the City. The interested firms must submit the Proposals to the City of Diamond Bar no later than 4:00 p.m. Monday, August 18, 2014. All proposals should be addressed to: City of Diamond Bar Public Works Department Attn: Kimberly M. Young, P.E. 21810 Copley Drive Diamond Bar, CA 91765-4178 Enclosed is a copy of the sample Consulting Services Agreement for your information. If you have any questions regarding this request, please contact Ms. Kimberly M. Young, Senior Civil Engineer, at (909) 839-7044 or via email at kyoung@diamondbarca.gov. Sincer r David G. Liu, P.E. Director of Public Works/City Engineer Attachments Page 5 0 PM t b oueR.. d7v , Camh.rdge Garden 7ati}ei - a ,r T"ra Fd _. LN nle Lai the Hi0, cf Diamond Bar - Diarwrd E'.ar Vil(ege Ap rrm€nes L- da Engineering, Plan Checking, a Public iiWorks www.oe-eng.com o'lestemI-tills City of Diamond Bar August 18, 2014 Public Works Department Attn: Kimberly M. Young, P.E. 21810 Copley Drive Diamond Bar, CA 91765-4178 Subject: Proposal for On -Call Civil Engineering, Plan Checking, & Public Works Inspection Services Onward Engineering (OE) is pleased to submit our proposal to provide On -Call Services in the City of Diamond Bar. Since we opened our doors in downtown Anaheim, we have been raising the bar in providing engineering services to public agencies. In utilizing CE's services, you will be receiving unparalleled responsiveness. The lines of communication will remain open throughout each project, and the team we propose will in fact be the team you will get. We do not over -allocate our staff, because we believe in making your projects our priority, this means that for the life of a project, our resources are allocated appropriately. Our PS&E submittals will go through levels of review prior to each submittal which allows for error mitigation on three separate levels of detail: ground level (drafting, calculations, and document formatting), project management level (design and project intent compliance) and quality assurance level (completeness of documents and ensuring "biddable' plans). By instituting this three -tiered approach, we ensure that plans are consistent, clear, correct, constructible, and complete (5 C's). OE has provided the City with a deep bench of Inspectors which we are certain can deliver as the City's field advocate. Our Inspectors place a heavy emphasis on document control and cost control. They also understand the games Contractors play and will remain committed to serving as the City's advocate, ensuring that the Contractor remains on schedule and within budget. This starts and ends with detailed reporting and a trained eye in the field. You need Inspectors who can stay focused and aware, to avoid any miscommunication. We make sure the projects we work on are at a level of quality that is required of our industry and expected by you. Onward Engineering thanks the City of Diamond Bar for the opportunity to submit this proposal. Majdi Ataya will be the contact person for this proposal and the person who will assign work to the OE team. If you have any questions or require any additional information, please feel free to contact me at any time on my mobile phone at (714) 533-3050 or by email at muataya(fte-en_g com. We look forward to becoming your consultant of choice. Thank you, Majdi Ataya, PE President . .. 0 0 ... Phone 714-533-3050 www. OnwardEngineering.com Fax 714-948-8978 300 S Harbor Blvd., Suite 814, Anaheim, CA 92805 City of Diamond Bar August 18, 2014 Public Works Department Attn: Kimberly M. Young, P.E. 21810 Copley Drive Diamond Bar, CA 91765-4178 Subject: Proposal for On -Call Civil Engineering, Plan Checking, & Public Works Inspection Services Onward Engineering (OE) is pleased to submit our proposal to provide On -Call Services in the City of Diamond Bar. Since we opened our doors in downtown Anaheim, we have been raising the bar in providing engineering services to public agencies. In utilizing CE's services, you will be receiving unparalleled responsiveness. The lines of communication will remain open throughout each project, and the team we propose will in fact be the team you will get. We do not over -allocate our staff, because we believe in making your projects our priority, this means that for the life of a project, our resources are allocated appropriately. Our PS&E submittals will go through levels of review prior to each submittal which allows for error mitigation on three separate levels of detail: ground level (drafting, calculations, and document formatting), project management level (design and project intent compliance) and quality assurance level (completeness of documents and ensuring "biddable' plans). By instituting this three -tiered approach, we ensure that plans are consistent, clear, correct, constructible, and complete (5 C's). OE has provided the City with a deep bench of Inspectors which we are certain can deliver as the City's field advocate. Our Inspectors place a heavy emphasis on document control and cost control. They also understand the games Contractors play and will remain committed to serving as the City's advocate, ensuring that the Contractor remains on schedule and within budget. This starts and ends with detailed reporting and a trained eye in the field. You need Inspectors who can stay focused and aware, to avoid any miscommunication. We make sure the projects we work on are at a level of quality that is required of our industry and expected by you. Onward Engineering thanks the City of Diamond Bar for the opportunity to submit this proposal. Majdi Ataya will be the contact person for this proposal and the person who will assign work to the OE team. If you have any questions or require any additional information, please feel free to contact me at any time on my mobile phone at (714) 533-3050 or by email at muataya(fte-en_g com. We look forward to becoming your consultant of choice. Thank you, Majdi Ataya, PE President . .. 0 0 ... Phone 714-533-3050 www. OnwardEngineering.com Fax 714-948-8978 '' �.. • l ■ "Our mission is to provide the very best engineering and construction management services to public agencies by being a leader in innovation, efficiency, quality, and customer service; in doing so, we wish to improve the quality of life in the communities we serve." Legal Name of Firm: Onward Engineering Type of Corporation: "C" Corporation Year Founded: 2004 Address: 300 South Harbor Boulevard, Suite 814, Anaheim, CA 92805 Phone Number: (714) 533-3050 Number of Employees: 25 Onward Engineering (OE) is a full-service civil engineering firm established in 2004 with the primary purpose of providing engineering services to public agencies including municipal, state, and federal government clients. Our office is located in downtown Anaheim, at the corner of Harbor and Broadway. Our goal of providing superb civil design engineering services, construction management, construction inspection, project management, staff augmentation, and plan checking is aided by our commitment to responsiveness, quality assurance, quality control, and longstanding relationships with our sub -consultants. Our firm and team are proven, and our track record of continually providing excessively successful services covers multiple cities including: the City of Irvine, City of Brea, City of Placentia, City of Torrance, City of Fullerton, City of Newport Beach, City of La Habra, City of La Habra Heights, and the County of Orange—to name a few. Our experience also includes providing design engineering, construction management, and inspection to the City of Diamond Bar on multiple projects. OE is familiar with level of services expected by the City and can exceed those expectations. OF has, since 2004, delivered infrastructure to public agencies. We do this by providing customized solutions to each project and client, for both design engineering, program management, and construction management and inspection services. Our firm understands the technical side of our industry, but we also understand the human element. We believe that infrastructure breathes vitality into entire communities, by establishing the framework in which they need to function. Waterlines deliver water to you while sewerlines take waste away. Storm drain systems keep you safe when the unexpected happens. Roadways provide access to the places you want to go. Bridges make it possible to transverse over geographical obstacles. Buildings, like community centers, give you a place to share memories. We keep residents happy, businesses thriving, and clients proud. Whether the work is neighborhood rehabilitation, arterial rehabilitation, reconstruction, intersection or street widening, realignment, traffic calming, parkway improvements, waterline, sewer, storm drain, or facilities improvements, we put forth a team and strategy that is tailored to that type of work. AddedValue Services OE utilizes highly trained staff and promises to provide ingenuity in its engineering solutions. As a firm, we also believe in offering clients' beneficial tools and resources which make their experience with OE remarkable. A partial list of services we provide as a value added service without an additional charge include: 1. Box Enterprise for Document Control: OE has a document filing system that will be used on all documents and folders to ensure proper documentation. We map all of the City's standards, folder structure, and document formats to our cloud -based Box Enterprise account for implementation. This cloud -based account allows for secure, remote access and review of our entire filing system by City staff, to ensure that documentation and filing is done in compliance with the project requirements. Each City staff member attached to a project will be able to select a password which will allow access to view, upload, or download any of the project files without having to change the City's existing IT framework. Additionally, this flexibility allows the City staff access to the project files anywhere, and the City can provide access to select files (like photos) to City Council and media outlets. 2. Project Hotlines: OE establishes project hotlines to provide businesses, residents, and City staff 24/7 access to project personnel. This number can be used for general distribution. Callers will be greeted by a short, pre-recorded introduction requesting they dial an extension to gain insightful project information (street closures, schedule changes, street parking, etc.) prior to routing them to a specific project staff member. All calls are addressed by an actual person. This system is completely customizable and can change throughout the course of a project (contact person, disseminated information, etc. can be altered). This means that residents, businesses, visitors, and the like all stay informed over the course of any project. It is our belief that an informed public is a happy public. 3. Project Maps: OE has the tools to build complex and dynamic maps for online access to stakeholders affected by a project. These maps can include project information important to affected stakeholders. We can update this map in real-time to keep the public informed. Phasing, detours, temporary parking, street closures, and basic project limit information can be shown on this map. By providing information through this medium, we are truly giving the City options and alternatives for the dissemination of information. 4. Resource Allocation & Billing: Our billing system is all about transparency. We use BillQuick software to prepare invoices and reports to the City. This technology allows the City to request OE send billing statements at any time in the billing cycle, in addition to a report of the hours and expenses at any point in time. Utilizing technology, we can easily compare proposed hours and expenses versus actual hours and expenses to ensure that the budget remains intact. S. Reprographics & Scanning: OE utilizes its own cutting edge plotterfor plan printing and scanning. Our office can scan in color copies of plans to show plan check comments to the City. This allows us to be extremely responsive to the City's needs. Additionally, it offers us the flexibility to decrease our turnaround time and to truly work round-the-clock to deliver ahead of schedule. PROJECT MANAGERS Ted Rigoni, PE, PMP Justin Smeets, PE, QSD Douglas Benash, PE, QSD PROJECT ENGINEERS David Akers, PE Dayton Lowe Steve MacBride Joseph De Peralta, PE EERING, '.'. V OF DIAMOND BAR City of Diamond Bar Majdi Ataya, PE QA/QC Manager PLAN -CHECKERS Ted Rigoni, PE, PMP Justin Smeets, PE, QSD Daniel Reyes CONSTRUCTION MANAGERS Douglas Benash, PE Justin Smeets, PE, QSD Frank Sanchez, PE MJ Gestine, PE CONSTRUCTION INSPECTORS Timothy Stanley Robert Parsons Rocky Hale Chris Boren Bill Fernandez Carlos Lopez 4 -32 years of experience Majdi Ataya -BS Civil Engineering, CSULB & MPA Coursework; CSULB QA/QC Manager -Registered Civil Engineer -Former Deputy 'Director of PW & City Engineer -31 years of experience -BS Civil Engineering, CSULB & BS in Soils Science, Cal Poly SLO Ted Rigoni Registered Civil Engineer Project Manager -Certified Project Management Professional (PMP) -Former Countyof Orange Road Section Manager Justin Smeets 10 years of experience Project Manager & BS Civil Engineering, CSUF Construction Manager -Registered Civil Engineer QSD (Qualified SWPPP Developer) Douglas Benash -24 years of experience -BS Civil Engineering, Cal Poly Pomona Project Manager & -Registered Professional Engineer Construction Manager -Qualified SWPPP Developer (#C53935) 20 years of experience Frank Sanchez BS in Civil Engineering, CSULB MS in Civil Engineering, CSULB Construction iManager Registered Civil Engineer (RCE) AutoCAD 2014 knowledge -36 years of experience W.J." Gestine -BS Engineering, Penn State Construction Manager -Registered Civil Engineer -Caltrans Resident Engineers Academy -42 years of experience David Akers Registered Professional Engineer #26815 BS Civil Engineering, San Diego State University Project Engineer Concrete Expert (published and features lecturer) Fellow, ASCE & ACI -23 years of experience Dayton Lowe -AA in Drafting Technology Project Engineer -Civil 3D Certificate of Completion (USCAD Inc.) -27 years of experience Joseph De Peralta -BS Civil Engineering Project Engineer Registered Civil Engineer QSD (Qualified SWPPP Developer) -30 years of experience -Public Works Inspector, Business Admin, and Computer Tech Coursework Tim Stanley -Caltrans Certified CTM-375 AC Pavement In-Place Density Sr. Construction Inspector -Caltrans Certified CTM-201 Sample Preparation -Caltrans Certified CTM-539 Concrete Sampling -Caltrans Certified CTM-533 Ball Penetration 4 Rocky Hale30 years of experience Sr. Construction Inspector -Grading and Excavation (ICBG Certified) -32 years of experience Bill Fernandez -Deputy Grading Inspector & Deputy Asphalt Inspector -Caltrans HC -1 for Test Methods (201, 202, 216, 217, 231) The culture within OE demands that all team members take responsibility for their assignments and work as an integrated team with our sub -consultants. OE strives to be highly responsive to our clients' needs. We listen carefully to your needs and tailor our scope, staffing resources, and priorities in order to exceed your expectations. We will keep you informed on the project's status and project issues. We will respond promptly to your inquiries and requests. We know that it is important to provide cities with timely information when needed because we understand that they in turn, usually need to respond to managers, supervisors, commissioners, City Council, the public, and other stakeholders. Majdi Ataya, Designated Firm Representative Majdi Ataya is a Registered Civil Engineer (39392) with over 32 years of solid and diversified work experience, utilizing strong technical and interpersonal capabilities. He obtained his BS in Civil Engineering and all coursework leading up to a Masters in Public Administration from California State University Long Beach. Between 1989 and 2004, Majdi began the transition into the public sector as the Deputy Director of Public Works and City Engineer for the City of La Habra. Majdi possesses the perfect balance of private sector experience and public sector familiarity; and he genuinely knows the inner workings of public agencies at the City, County, State, and Federal levels. Majdi is an excellent communicator and will always work diligently to uphold the standards that OF set in 2004; to provide tailored approaches to each project, and complete projects on time and within budget. Majdi places a high level of importance on clear and efficient communication and guarantees his availability throughout the duration of the contract. He has extensive experience working with many public agencies including OCTA, Caltrans, FHWA, Los Angeles County, MTA, and dozens of Cities. - IRVINE CENTER DRIVE REHABILITATION PROJECT, Irvine - CULVER DRIVE PAVEMENT REHABILITATION PROJECT, Irvine - WOODRUFF AVENUE & PALO VERDE AVENUE REHABILITATION PROJECT (STPL), Bellflower - HACIENDA ROAD STIMULUS PROJECT: CITY OF LA HABRA HEIGHTS - ELM STREET RESURFACING AND WATERLINE REPLACEMENT PROJECT, City of Brea - RESIDENTIAL STREET REHABILITATION I-94, Torrance Ted Rigoni, Project Manager _...... Ted possesses over 31 years of extensive experience in design, project and program management, and leadership of professional and support staff in the development, funding, planning, design and delivery of Orange County and more recently, City of Santa Fe Springs & San Bernardino, roadway and drainage infrastructure projects. His work experience covers the full range of drainage and roadway—related projects including management and the design of road widening, gap closures, intersection reconfiguration, roadway rehabilitation, reconstruction, retaining walls, block walls, pedestrian bridges, seismic retrofit of bridges, bike trail facilities, storm drain and inlet systems, cross culverts, regional flood control and drainage facilities, hydrology and hydraulics, preparation and certification of environmental documents, right of way acquisition, utility facility modifications, and traffic safety and operational improvements. He has functioned as the Road Section Manager, Traffic Engineering -Road Program Manager, Senior Project Manager, staff Engineer, and engineering support during his successful career at the County of Orange, and as a Principal Engineer at the City of San Bernardino. He believes in securing community support and consensus for the implementation of project improvements and has worked closely with project stakeholders in the delivery of the County's Road Program. - KATELLA AVENUE SMART STREET WIDENING, STANTON CHANNEL TO JEAN STREET, Co unty of Orange - ALTON PARKWAY GAP CLOSURE, IRVINE BLVD, TO COMM ERCENTRE DRIVE, County of Orange - MOULTON PKWY SMART STREET WIDENING, (VIA CAMPO VERDE & EL PACIFICO), County of Orange PHASES I AND II MIDWAY CITY STREETS AND STORM DRAIN IMPROVEMENTS, County of Orange - IRVINE AVENUE WIDENING, SOUTHERLY OF MESA DRIVE TO BRISTOL STREET, County of Orange - NEWPORT AVE. SIDEWALK & RETAINING WALL GAP CLOSURE, AT GREENBRIER RD., County of Orange - NEWPORT AVENUE PAVEMENT REHABILITATION, WASS STREET TO HYDE PARK DR., County of Orange - BRENAN WAY STREET AND STORM DRAIN IMPROVEMENTS, AT 17TH STREET, County of Orange - BROWNING AVE. SIDEWALK GAP CLOSURE PROJECT, (BRYAN TO IRVINE BLVD.,) County of Orange - MAINTENANCE OF VARIOUS ORANGE COUNTY BRIDGES, County of Orange Justin Smeets, Project Manager & Construction Manager Justin has 10 years of experience in Civil Engineering design, municipal engineering and facilities design, construction management, and construction administration. Utilizing AutoCAD Civil 3D Justin is responsible for managing and developing engineering plans and specifications, mapping, executing land development and grading design projects, conducting earthwork calculations, and incorporating typical designs, as well as providing engineering quantities and calculations. He is proficient in federally funded projects, and is very familiar with the Caltrans Local Assistance Procedures Manual (LAPM). Justin has successfully taken multiple projects from the initial federal funding application, to the Preliminary Environmental Study, to E-76 approval, and all the way through construction of audited federally funded construction projects. He is experienced in managing construction project and is responsible for planning and running the kick-off meeting with the contractor, reviewing project submittals, RFPs, CCO's, and checking the contractor invoices against the field quantities as detailed on the daily work reports, as well as coordinating daily construction details with the contractor and inspector. Justin has completed multiple SWPPP's and erosion and sediment control plans per the latest Construction General Permit. Justin is continuously increasing his skills in modern design software, and his knowledge of industry design standards. BALL RD. AND SUNKIST ST. WIDENING PROJECT, Anaheim HARBOR BOULEVARD AND GISLER AVENUE INTERSECTION WIDENING PROJECT, Costa Mesa ARRA SANTIAGO BOULEVARD & LEMON STREET REHABILITATION, Villa Park TOWNE CENTRE & SANTIAGO BLVD. WIDENING PROJECT, Villa Park SAN GABRIEL BLVD INTERSECTION IMPROVEMENTS PROJECT, San Gabriel CENTER DRIVE SR2S IMPROVEMENTS PROJECT, Villa Park TAFT AVE. MEDIAN IMPROVEMENTS PROJECT, Villa Park I-5 FREEWAY WATER MAIN RELOCATION FOR THE ALONDRA SEGMENT, Santa Fe Springs VIOLETTA, JUAN AND ELAINE WATER MAIN REPLACEMENT, Hawaiian Gardens BELLFLOWER BOULEVARD REHABILITATION PROJECT, Bellflower CITYWIDE CURB RAMP IMPROVMENTS PHASE III, Redondo Beach AVIATION BOULEVARD RESURFACING PROJECT (FEDERAL STPL FUNDING), Redondo Beach AVENIDA DEL NORTE AND RIVIERA PARKING LOT RESURFACING, Redondo Beach Douglas Benash, Project Manager & Construction Manager Douglas has harnessed over 24 years of municipal engineering, construction management, contract administration, design experience, and regulatory compliance. In working with small jurisdictions, as a City Engineer, he was involved in all aspects of the projects that the City designed and constructed. This included coordinating with the local, county, state and federal agencies, and various utilities to ensure successful project completion. Douglas understands the level of detail and problem solving skills required to complete high profile projects on time and within budget. He brings this level of expertise as projects are developed, designed and constructed. Douglas also manages Capital Improvements to provide quality design and management of public works projects to our client cities. He oversees and reviews the design, studies, investigations, plan checks, surveys, funding requirements for projects. He also facilitates and assist agencies in the bidding process, award of contract, initiation of construction, construction and project closeout; including proper file documentation, labor compliance, funding administration and project acceptance and provides full construction management. A partial list of projects include: - 2013-2014 STREET REHABILITATION PROJECT, La Mirada - OCEAN & MARGUERITE RECONSTRUCTION PROJECT, Newport Beach ALTON PARKWAY LEFT -TURN LANE, Irvine - PLACENTIA AVENUE MEDIAN BEAUTIFICATION PROJECT, Costa Mesa - BEVERLY BOULEVARD PARKWAY & STREET IMPROVEMENTS, Pico Rivera - ROSEMEAD-MINES STREET & PEDESTRIAN ACCESS IMPROVEMENTS, Pico Rivera GRAN PLAZA 2ND STREET & PEDESTRIAN ACCESS IMPROVEMENTS, Calexico - HANDICAP RAMP CONSTRUCTION, Diamond Bar - CITY ENGINEER/DEPUTY DIRECTOR OF PUBLIC WORKS (2000-2009), Monrovia GOLD LINE FOOTHILL EXTENSION, Monrovia - TRANSIT VILLAGE — 80 ACRE TRANSIT ORIENTATED REDEVELOPMENT PROJECT, Monrovia - STREET RESURFACING AND REHABILITATION PROJECTS, Monrovia - TRAFFIC SIGNAL AND STREET LIGHT PROJECTS, Monrovia Frank Sanchez, Construction Manager Frank has over 20 years of civil engineering design and construction management experience, working directly with public agencies. He has extensive experience in the design of diversified civil engineering projects such as street, sewer, water, grading, flood control projects, backbone utility layout and utility relocation. Frank has demonstrated management level experience in public works department infrastructure improvement and maintenance programs. His responsibilities included providing project management for federally funded projects as well as the $6 million dollar Measure "R" bond funded local street rehabilitation program for the City of Lynwood. He programmed and implemented a citywide unit price based "as needed" repairs and minor public works improvements contract in response to resident and organizational demands to address emergency sidewalk, roadway, facility improvements and repairs. Frank also combined the design and administration of multiple Proposition "C" funded collector street segments with a $1.9 million dollar budget into one unit price based contract, resulting in economy of scale cost savings and overall simplification of staff administration efforts. He successfully administered ISTEA and SAFETEA federal projects in accordance with the Caltrans local assistance procedures manual (LAPM). Frank managed the design, funding and construction of public works capital improvement projects for street, park, storm water and other public facilities projects, this includes construction management services for multiple projects. Frank is no stranger to high-profile projects requiring heavy community coordination, he managed the Cesar Chavez Park and Community Center Project (Phase I and Phase II) in the City of Long Beach. Finally, Frank strengthened department/ resident relationships by utilizing communication & bilingual skills to clarify miscommunications to the public. MJ Gestine, Construction Manager M.J. possesses over 36 years of solid experience in the public works sector. She places emphasis in exceeding our clients' expectations by developing a thorough scope of work prior to contract execution. As Project Manager, M.J. has gained effective leadership and communication skills in leading projects from inception to completion. M.J. also has extensive experience working with Caltrans and managing project involving multiple stakeholders. As a Project Manager, M.J. continues to utilize her diversified experience in delivering small and large Capital Improvement Projects. MJ has also completed the Resident Engineers Academy through Caltrans. MACARTHUR BLVD. WIDENING & REHAB, Fed., State, County of Orange and Caltrans CULVER DRIVE & WALNUT AVENUE RESURFACING AT THE I-5 FREEWAY: State (Caltrans) HARVARD/WARNER TRAFFIC SIGNAL MODIFICATIONS: The Irvine Company & City of Irvine BARRANCA ROAD WIDENING (AHFP, SLTPP, OCTA, CALTRANS): City of Irvine & City of Tustin SAND CANYON BRIDGE WIDENING & BIKE TRAIL ACROSS SAN DIEGO CREEK: City of Irvine CULVER DRIVE & WALNUT AVENUE RESURFACING AT THE I-5 FREEWAY, STATE (CALTRANS) MAIN ST. LAND ACQUISITION, WIDENING AND REHAB, Fed., State, County of Orange and Caltrans MEADOWBROOK TO LAKE CONNECTION ROAD: Irvine Unified School District WESTPARK, PHASE I & II - 880 ACRE DEVELOPMENT: Irvine Company & City of Irvine SAN DIEGO CREEK OPEN SPACE- 11 ACRE CHANNEL HABITAT RESTORATION SEWER LINE CONSTRUCTION IN ARTERIAL ROADWAY OF CITY HALL, City of Irvine LAMBERT ROAD REHABILITATION PROJECT (PHASE I&II), City of Brea Mr APPROACH & METHODOLOGY SECTION OE uses a 5 -step approach for public works projects which correlates to the Project Management Institute (PMI) standards for project management. By implementing this approach, we feel that we are proactively ensuring quality and the successful design of any given project. Our Quality Policy states that OE is committed to understanding and meeting the City's needs and complying with statutory and regulatory obligations at all times. Therefore, all projects will be executed in a manner that emphasizes safety, quality, schedule and maximum cost effectiveness. Our team prides itself on the quality of the engineering and construction management services it provides. As a matter of fact, members of our project teams make great efforts to assure that each project is of the highest possible quality, meeting or exceeding the needs and expectations of our valued Clients. OE's Quality System consists of three integrated and coordinated components; these are: 1. The Quality Assurance/Quality Control Manual (Design and Construction Projects) 2. The Standard Operating Procedures 3. The Project Quality Control Plan. This is the Project/Site specific QC plan. Achieving design quality is the foundation for keeping costs under control during construction. Nothing is more important than design quality. It must be stressed during all stages of project design, including concept development, preliminary design, detailed design, and bid and award. Effective Construction Management (CM) begins during design because the costs of CM, including change orders and claims, are largely determined by the design quality. Nothing provides a better return on investment than focusing resources to produce a quality design. Emphasizing design quality and design clarity is the surest way to minimize the amount of change orders and construction costs. There is no better or more effective way to control total project costs than producing well-documented, well designed plans and specifications. Quality assurance is a proactive measure taken to ensure the systems and procedures are in conformance with the City's requirements and expectations. Plans and specifications must be of high quality, which means they must be clear and understandable, complete, accurate, consistent, and constructible. The Contractor receiving these plans should know exactly what to bid thus minimizing areas of interpretation to a minimum. The requirement for public bidding puts additional pressure on the design engineering team to achieve both quality and clarity in plans and specifications. Accuracy and consistency among the calculations, drawings, specifications, and all project documents are essential to achieving the desired project quality. Emphasizing design quality and design clarity is the surest way to minimize the amount of change orders and construction costs. There is no better or more effective way to control total project costs than producing well- documented, well designed plans and specifications. Plans and specifications must be of high quality. Plan Review: Our submitted documents will go through three levels of review prior to each submittal: Initial Peer Review, Project Manager Review, and QA/QC Review. This three tiered review allows for error mitigation on three separated levels of detail: ground level (drafting, calculations, and document formatting), project management level (design and project intent compliance) and quality assurance level (completeness of document and ensure "biddable" plans). Plan checks will ensure that the plans meet the 5 C's: consistent, clear, correct, constructible, and complete. All project engineers and project managers must recognize that quality is the result of several processes. It requires many individuals performing many appropriate activities at the right time during the plans development process. Quality Control does not solely consist of a review after a product is completed. It is an approach and a realization that quality is something that occurs throughout the design process. QC means performing all activities in conformance with valid requirements, no matter how large or small their overall contribution to the design process. Good CAD techniques, attention to detail, and ensuring the plans are correct and useful to the contractor are also essential to quality. The design team follows OE's established design policies, procedures, standards and guidelines in the preparation and review of all design products for compliance and good engineering practice as directed by the Project QC Plan. The elements of the QC Plan are as follows: 1. Project Info (title, number, location, description, plan scope, plan overview) 2. Project Organization (key personnel, responsibilities, and authority) 3. Project Communications Plan (chain of communications outlined) 4. Contract Review and Submittals (submittal schedule & log, review & approval) 5. Design Control (design plan, design reviews) 6. Project Specifications (PS&E, industry quality standards, OE quality standards, other specs) 7. Sub -consultant Qualifications (prequalification of sub -consultant, qualification of testing labs) 8. Process Control (listing of quality controlled tasks, process coordination and communication) 9. Required QC Inspections 10. Control of Nonconformance (identifying, recording, and reporting nonconformance) 11. Corrective & Preventive Action 12. Document Control Plan 13. Project Closeout (closeout checklist/report, lessons learned) 14. Additional QC Requirements (client specifics) OE understands the typical work items associated with design engineering. The following scope of work outline indicates typical work items necessaryto provide full design engineering services. OE will submit a separate scope of work tailored to each and every project with a description of each work item. 1. SITE RESEARCH 1.1. Project Pre -Design Meeting 1.2. Research & Review Available Data 1.3. Utility Research & Notification 1.4. Site Evaluation 2. PRELIMINARY DESIGN 2.1. Design Topographic Survey (if necessary) 2.2. Utility Potholing (if necessary) 2.3. Preparation of Base Sheets 2.4. Agency Coordination & Permitting 2.5. Traffic Study (if necessary) 2.6. Materials Testing & Geotechnical Project Schedule Review Investigation (if necessary) 2.7. Environmental Documentation (if necessary) 2.8. Right -of -Way Engineering (if necessary) 2.9. Conceptual Design 3. FINAL DESIGN 3.1. Prepare 65% and 90% PS&E Submittals 3.2. Progress Meetings 3.3. Prepare 100% PS&E Submittal 3.4. Prepare Final PS&E Submittal 4. PROJECT COORDINATION 4.1. Public Meetings 4.2. Schedule Control 4.3. Bid Phase/Construction Assistance CONSTRUCTION MANAGEMENT Our team of seasoned Construction Managers can provide the City with Construction Management services as necessary. The key to a successful construction project is a CM who will manage cost, schedule, and quality. OE's team of construction managers have provided such services on a multitude of projects for many clients. This includes roadway rehabilitation and reconstruction, street widening, traffic signal improvements, storm drain, waterline, sewerline, landscaping, and facilities improvements. This also includes working on projects funded through a variety of methods including ARRA, FEMA, FHWA, CDBG, Measure M, Proposition 1B and others. A listing of typical work items required by the CM during a CIP project include but are not limited to, 1. Bid Assistance & Pre -Construction 7. Job Safety Compliance 2. RFI Coordination 8. CCO Preparation and Recommendation 3. Submittal Review 9. Progress Payment Review and Processing 4. Project Schedule Review 10. As -Built Plan Maintenance 5. Community Coordination 11. Punch -List & Non-compliance Item Oversight 6. Traffic Control Review 12. Maintain and Submit Project Files ® CAPITAL IMPROVEMENT PROJECT INSPECTION OE has a team of inspectors to take on any Capital Improvement Project. Our Inspector will be the City's feet on the ground, advocating the best interest of the City while keeping the Contractor on task to ensure safety, quality, and compliance with the contract documents. This ensures active monitoring and documentation ofjobsite and project progress. It also provides notes on labor, weather, progress, key items, and field observations and paves the way for clear documentation of existing condition, progress of construction, and final field conditions. 1. Pre -Construction: The Inspector will review PS&E and become familiar with the Contractor's preliminary schedule while making suggestions to the CM. The Inspector will also attend pre - construction meeting and answer questions as necessary. 2. Construction Inspection: Our team can provide continuous inspections so that a project is constructed according to specifications. Our Inspectors will also prepare Daily Construction Reports and Weekly Statement of Working Days, monitor compliance with City's Construction Demolition & Recycling Ordinance, review soil compaction and materials testing certifications of compliance, and coordinate with City regarding quality of work completed. Our inspectors will take photos and video prior, during, and after construction and will prepare a Daily Photo Diary which will be available with the Daily Report in real-time to the City. Additionally, the inspectors will assist in monthly progress payment recommendations. 3. Project Closeout: Inspector shall prepare in -progress punch lists at completion of each project phase until completion. The Inspector will direct and notify contractors about non-compliance and correct compliance problems as discovered. At the end of the project, the Inspector must confirm final field quantities to CM and will provide complete measurements and calculations to administer progress payments and make recommendations for payments. CM ._ . rk OE has the resources to provide plan -checking for grading, street plans, sewer plans, storm drain plans, and NPDES report. Our staff includes people who are QSD certified and who understand the MS4 permitting and NPDES requirements. OE has reviewed the City's plan -check turnaround schedule (pickup within 24 hours and turnaround within 10 working days). OE also understands the plan checking process, as we developed the plan check handbook and checklist for the County of Orange. OE has reviewed the City's terms and conditions outlined in the Consulting Services Agreement (Attachment 1) and we have no exceptions or deviations from the aforementioned Consulting Services Agreement. OE is currently providing services to the City of Diamond Bar. We are aware of the City's insurance requirements and we currently have the required coverages. D QUALIFICATIONS 1,REFERENCES i SECTION In response to the City's RFP, we have included some recent contracts with other agencies for which we provided design engineering, construction management, and inspection services on projects relevant to the City of Diamond Bar's needs. This is in addition to the extensive work we have done for the City of Diamond Bar. References for three of these contracts can be found on the following pages. CITY OF LA HABRA HEIGHTS ON-CALL ENGINEERING & MANAGEMENT (2007-2009) OE provided a City Engineer and Engineering, Construction Management, and Inspection Support services to the City of La Habra Heights, from 2007 to 2009. In this capacity, OE was responsible for developing standard drawings, ensuring quality on all CIP projects, public coordination, presenting at City Council meetings, program management, project management, and procuring ARRA, FHWA, and FEMA funding for various CIP projects. Support services included design, construction and project management services, public works inspection, CIP inspection, full service plan check, and counter review services. A partial listing of CIP projects included: - Las Palomas Drive Street Reconstruction Project (Prop 1B) $600,000 - Hacienda Road & East Road Stimulus Street Restoration Project (ARRA) $531,000 - Annual Roadway Maintenance Projects (2007, 2008, 2009) $387,000; $505,000; $448,000 - Hacienda Rd. Realignment, Drainage & Slope Stabilization (FHWA) $1.8 Million - City of La Habra Heights Sewer System Management Plan (SSMP) - Building Official, Planning, Grading, and Building Plan Check & Inspections CITY OF IRVINE PROGRAM/PROJECT MANAGEMENT & ENGINEERING SERVICES OE provided full service engineering services which included the management of CIP projects, including design and project management services to the City of Irvine. OE's responsibilities included: public coordination; effective project management with an emphasis on maintaining schedules; and implementing cost control. We have included a partial list of those CIP projects below: - Red Hill Avenue Pavement Rehabilitation Project (ARRA) $2.4 Million - Irvine Center Drive Pavement Rehabilitation Project, $3.7 Million - Culver Drive Pavement Rehabilitation Project, $900,000 - Campus Drive Bikeway Construction Project, $370,000 - Jamboree and I-5 Widening Project, $7.3 Million - Jeffrey Road Drainage Inlet Project, $33,000 - Alton Parkway Left -Turn Lane, $147,000 CITY OF BREA ENGINEERING SERVICES FOR VARIOUS PROJECTS OE provided full service engineering services which included the management of CIP projects, including design, project management services, and construction inspection services for the City of Brea. OE was heavily involved in several large-scale high-profile development projects requiring extensive coordination. OE's responsibilities included: public coordination; effective project management with an emphasis on maintaining schedules; and implementing cost control. We have included a partial list of projects below: Elm Street Resurfacing and Waterline Replacement Project, $1.2 Million - Cinnamon Tract Rehabilitation Project, $843,000 - Lambert Road Rehabilitation (Phase I) Project, $550,000 - Master Plan Sewer Upgrades (Phase V) Cherry & Alder Street Project, $650,000 - State College Blvd. Rehabilitation Project, $851,000 - Rails to Trails Project, $350,000 - Public Works Inspectors (2) providing inspection for permit and public works construction - Capital Improvement Project Inspectors (4) providing inspection on City CIP projects CITY OF PLACENTIA ON-CALL PROJECT MANAGEMENT & ENGINEERING SERVICES OE currently serves the City of Placentia by providing project management, design engineering, construction management, and inspection on projects that are part of the City's Capital Improvement Program. Some of the projects they are working on include: - Placentia Citywide Pavement Rehabilitation Project, $3 Million - Placentia Avenue Rehabilitation Project, $1.3 Million - Bastanchury Rehabilitation Project - Pedestrian Accessibility Improvement Project (CDBG) $900,000 COUNTY OF ORANGE PROJECT MANAGEMENT, DESIGN, CM, & INSPECTION SERVICES OE was tasked to analyze the roadway improvement CIP funds for the County of Orange in an effort to most efficiently expend all available funds in the allotted time frames. Due to restrictions placed on State and Federal funds and the County's inability to physically complete all required work within the expenditure time frames, OE suggested and assisted the County of Orange to set up a 35 year CIP plan which allocated extra funds to local agencies in an effort to maximize the benefit of all available roadway improvement grants. OF was also contracted by the Orange County Public Works Department to provide an analysis of staff resources, process, and other factors which may be limiting the Orange County's Construction Management and Inspection Division's ability to provide optimal support in the Capital Improvement Project delivery process. This includes analyzing the organizational structure, staffing and training programs, the process of negotiating change orders, claims/disputes resolution, project delivery, the effectiveness of the PS&E peer review process, the decision-making process, completeness of plans and specifications, relationships with other agencies, and the equipment and facilities. OE was also contracted to prepare the Subdivision and Infrastructure Handbook for the County of Orange. The Handbook updated the protocol used for the review of subdivision and infrastructure plans for consistency with the Subdivision Map Act, Government Code, County Subdivision Manual, and various State and Federal Manuals. This included preparing checklists for hydrology and hydraulics, storm drains, streets, signing and striping, traffic, street lighting and landscape review. In addition, OE worked diligently to prepare a Handbook for the subdivision approval process to be used by the County of Orange from tentative maps through recordation. OE has provided design, construction management, and inspection services to the County of Orange on projects which include: - Preparation of Orange County Plan Check Handbook & Checklists - Edinger Bridge Widening Project, $20 Million - Antonio Parkway Bridge Widening, $25 Million - Justice Center Way Rehabilitation Project, $130,000 - 35 Year Road Revenue Expenditure Plans - County of Orange Public Works Department Review & Assessment CITY OF FULLERTON STAFF TRAINING & PLAN CHECKING OE provided Plan Check and Staff Training services for the City of Fullerton Public Works Department, from 2005 to 2007. OE plan -checked 52 private development and CIP projects. Projects included St Jude Medical Building Phase 2, CVS Drug Store, Home Depot, Sam's Club, SoCo District Improvements, and 47 additional projects. OE staff also developed plan -checking standards and trained City staff on the new plan check methods and procedures. BREA Delfino Consunji Director of Public Works (714) 990-7657 1 Civic and Cultural Center Brea, CA 92821 COUNTY OF ORANGE Harry Persaud Manager of Planned Communities (714) 834-2694 300 N. Flower St., Rm. 130 Santa Ana, CA 92703-5000 PLACENTIA Michael McConaha Sr. Management Analyst (714) 993-8131 401 East Chapman Avenue Placentia, CA 92870 wl� FEE SCHEDULF The following rates are fully burdened and include all mileage and reimbursable expenses. These rates are good for the duration of our contract with the City of Diamond Bar. Classification Hourly Rate QA/QC Manager $110 Project Manager $100 Construction Manager $100 Sr. Plan Checker $95 Project Engineer $90 Sr. Construction Inspectors $85 Designers/Drafters $75 As for Land Development Projects (grading plan check, map plan check, and inspection) our fee is 70% of the City's Public Works Fee Schedule. CONSULTING SERVICES AGREEMENT THIS AGREEMENT is made as of October 7, 2014 by and between the City of Diamond Bar, a municipal corporation ("City") and Penco Engineering, Inc., ("Consultant"). RECITALS A. City desires to utilize the services of Consultant as an independent contractor to provide consulting services to City as set forth in Exhibit "A", the City's Request for Proposals dated July 16, 2014. B. Consultant 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. NOW, THEREFORE, in consideration of performance by the parties of the covenants and conditions herein contained, the parties hereto agree as follows: 1. Consultant's Services. A. Scope of Services. The nature and scope of the specific services to be performed by Consultant are as described in Exhibit "B" the Consultant's Proposal, dated August 18, 2014 to the City's Request for Proposals. B. Level of Services/Time of Performance. The level of and time of the specific services to be performed by Consultant are as set forth in Exhibit "B." 2. Term of Agreement. This Agreement shall take effect October 18, 2014, and shall continue until October 18, 2017 unless earlier terminated pursuant to the provisions herein. 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the schedule set forth in Exhibit "B". Payment will be made only after submission of proper invoices in the form specified by City. 4. General Terms and Conditions. In the event of any inconsistency between the provisions of this Agreement and Consultant's proposal, the provisions of this Agreement shall control. 5. Addresses, City: James DeStefano, City Manager Consultant: Jeffrey M. Cooper, P.E. City of Diamond Bar Penco Engineering, Inc. 21810 Copley Drive 16842 Von Karman Ave., Suite 150 Diamond Bar, CA 91765-4178 Irvine, CA 92606 1 6. Status as Independent Contractor. A. Consultant is, and shall at all times remain as to City, a wholly independent contractor. Consultant 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. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant's employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its agents or employees are in any manner agents or employees of City. B. Consultant agrees to pay all required taxes on amounts paid to Consultant 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 Agreement. In the event that City is audited by any Federal or State agency regarding the independent contractor status of Consultant and the audit in any way fails to sustain the validity of a wholly independent contractor relationship between City and Consultant, then Consultant agrees to reimburse City for all costs, including accounting and attorney's fees, arising out of such audit and any appeals relating thereto. C. Consultant shall fully comply with the workers' compensation law regarding Consultant and Consultant's employees. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with applicable worker's compensation laws. City shall have the right to offset against the amount of any fees due to Consultant under this Agreement any amount due to City from Consultant as a result of Consultant's failure to promptly pay to City any reimbursement or indemnification arising under this Section 6. D. Consultant shall, at Consultant'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. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with the requirements in Section 6. Additionally, the City shall have the right to offset against the amount of any fees due to Consultant under this Agreement for any amount or penalty levied against the City for Consultant's failure to comply with Section 6. 7. Standard of Performance. Consultant shall perform all work at the standard of care and skill ordinarily exercised by members of the profession under similar conditions. 8. Indemnification. Consultant shall indemnify, defend with counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers 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 Consultant 's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to 2 comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole active negligence or willful misconduct of the City (meaning that Consultant shall indemnify and defend City notwithstanding any alleged or actual passive negligence of City which may have contributed to the claims, damages, costs or liability). Should City in its sole discretion find Consultant's legal counsel unacceptable, then Consultant 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 Consultant shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Consultant's negligence, recklessness or willful misconduct. 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. 9. Insurance. Consultant shall at all times during the term of this Agreement carry, maintain, and keep in full force and effect, with an insurance company authorized to do business in the State of California and approved by the City (1) a policy or policies of broad -form comprehensive general liability insurance 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 Consultant, 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; (3) automotive liability insurance, with minimum combined single limits coverage of $500,000.00; (4) professional liability insurance (errors and omissions) to cover or partially cover damages that may be the result of errors, omissions, or negligent acts of Consultant, in an amount of not less than $1,000,000 per occurrence and at least $1,000,000 aggregate; and (5) worker's compensation insurance with a minimum limit of $500,000.00 or the amount required by law, whichever is greater. City, its officers, employees, attorneys, and volunteers shall be named as additional insureds on the policy(ies) as to comprehensive general liability, property damage, and automotive liability. The policy (ies) as to comprehensive general liability, property damage, and automobile liability shall provide that they are primary, and that any insurance maintained by the City shall be excess insurance only. A. 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 thirty (30) day's prior written notice thereof. Consultant agrees that it will not cancel, reduce or otherwise modify the insurance coverage. B. All policies of insurance shall cover the obligations of Consultant pursuant to the terms of this Agreement; 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 with a current A.M. Best's rating of no less than A-, VII. C. Consultant shall submit to City (1) insurance certificates indicating compliance with the minimum worker's compensation insurance requirements above, 3 and (2) insurance policy endorsements indicating compliance with all other minimum insurance requirements above, not less that one (1) day prior to beginning of performance under this Agreement. Endorsements shall be executed on City's appropriate standard forms entitled "Additional Insured Endorsement", or a substantially similar form which the City has agreed in writing to accept. D. Self Insured Retention/Deductibles. All policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention ("SIR") and/or deductible of the policy in lieu of the Owner (as the named insured) should Owner fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Owner understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Owner as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Owner's behalf upon the Owner's failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Owner for breach of this Agreement in addition to any other damages incurred by City due to the breach. 10. Confidentiality. Consultant in the course of its duties may have access to confidential data of City, private individuals, or employees of the City. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Consultant without written authorization by City. City shall grant such authorization if disclosure is required by law. All City data shall be returned to City upon the termination of this Agreement. Consultant's covenant under this section shall survive the termination of this Agreement. Notwithstanding the foregoing, to the extent Consultant prepares reports of a proprietary nature specifically for and in connection with certain projects, the City shall not, except with Consultant's prior written consent, use the same for other unrelated projects. 11. Ownership of Materials. All materials provided by Consultant in the performance of this Agreement shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. Consultant may, however, make and retain such copies of said documents and materials as Consultant may desire. 12. Conflict of Interest. A. Consultant 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 Consultant under this Agreement, or which would conflict in any manner with the performance of its services hereunder. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid the appearance of having any interest which 4 would conflict in any manner with the performance of its services pursuant to this Agreement. B. Consultant covenants not to give or receive any compensation, monetary or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the performance of this Agreement. Consultant's covenant under this section shall survive the termination of this Agreement. 13. Termination. Either party may terminate this Agreement with or without cause upon fifteen (15) days' written notice to the other party. However, Consultant shall not terminate this Agreement during the provision of services on a particular project. 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 fifteenth (15th) day following delivery of the notice. In the event of such termination, City agrees to pay Consultant for services satisfactorily rendered prior to the effective date of termination. Immediately upon receiving written notice of termination, Consultant shall discontinue performing services. 14. Personnel. Consultant 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 Consultant or under it supervision, and all personnel engaged in the work shall be qualified to perform such services. Consultant reserves the right to determine the assignment of its own employees to the performance of Consultant's services under this Agreement, but City reserves the right, for good cause, to require Consultant to exclude any employee from performing services on City's premises. 15. Non -Discrimination and Equal Employment Opportunity. A. Consultant 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. Consultant will, in all solicitations or advertisements for employees placed by or on behalf of Consultant 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 or mental handicap, medical condition, or sexual orientation. C. Consultant 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. 5 16. Assignment. Consultant shall not assign or transfer any interest in this Agreement nor the performance of any of Consultant's obligations hereunder, without the prior written consent of City, and any attempt by Consultant to so assign this Agreement or any rights, duties, or obligations arising hereunder shall be void and of no effect. 17. Compliance with Laws. Consultant shall comply with all applicable laws, ordinances, codes and regulations of the federal, state, and local governments. 18. 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 Consultant 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 Consultant, 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. 19. Attorney's Fees. In the event that either party to this Agreement shall commence any legal or equitable action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and costs, including costs of expert witnesses and consultants. 20. Mediation. Any dispute or controversy arising under this Agreement, or in connection with any of the terms and conditions hereof, shall 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. In the event the parties are unable to mutually agree upon the mediator to be selected hereunder, the City Council shall select such a neutral, third party mediation service and the City Council's decision shall be final. 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 referral of any such dispute or controversy, and mutual good faith efforts to resolve the same thereby, shall be conditions precedent to the institution of any action or proceeding, whether at law or in equity with respect to any such dispute or controversy. 21. 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 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. 22. Governing Law. This Contract shall be interpreted, construed and enforced in accordance with the laws of the State of California. Ll 23. 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. 24. Entire Agreement. This Agreement, and any other documents incorporated herein by specific reference, represent the entire and integrated agreement between Consultant 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 the City Manager or the Mayor and attested by the City Clerk. 25. Exhibits. All exhibits referred to in this Agreement are incorporated herein by this reference. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first written above. "City" ATTEST: CITY OF DIAMOND BAR By: By Tommye Cribbins, City Clerk Approved as to form: City Attorney "CONSULTANT" By: Its: 7 Carol Herrera, Mayor Carol Herrera Mayor Steve Tye Mayor Pro Tern Ling -Ling Chang Council Member Nancy A. Lyons Council Member Jack Tanaka Council Member July 16, 2014 21810 Copley Drive > Diamond Bar, CA 91765-4178 (909) 839-7000 - Fax (909) 861-3117 www. DiamondBarCA.00v To Interested Civil Engineering Firms: SUBJECT: On Call Civil Engineering/Plan Checking / Public Works Inspection Services The City of Diamond Bar (City) Public Works Department Is inviting qualified Civil Engineering firms to submit proposals for professional civil engineering services on an as -needed basis for a period of three (3) years commencing October 1, 2014 with the possibility of two (2) additional annual renewals. The City plans to contract with multiple firms in order to augment the City's professional capabilities and to provide high quality, very timely expertise where needed. The scope of work includes, but is not limited to: ® Review and recommend approval of various grading plans, National Pollutant Discharge Elimination System/Low Impact Development (LID) Reports (NPDES/SUSMPs) to be in compliance with the 2012 LA County MS4 Permit (Order No. R4-2012-0175), street plans, sanitary sewer plans, storm drain plans, and hydrology studies for both public and private developments- ® Provide preliminary design review of site/grading, storm drain, sewer and street plans and any associated technical reports for proposed private development projects and attend City design review meetings as necessary. ® Plan check easements, lot line adjustments, dedications, vacations, parcel and tract maps. ® Provide inspection services for grading activities, NPDES/LID compliance, street, sanitary sewer and storm drain installation associated with private developments, public improvements and capital improvement program projects. ® Provide survey, preliminary engineering and civil engineering design services that may include the preparation of plans, structural Page 1 calculations, technical studies and technical specifications for storm drain, sewer and street improvement plans in accordance with the design policies and Standard Plans (APWA) for Public Works Construction. ® Provide information regarding any additional services that may benefit the City. All improvement plan check services shall be performed by or under the responsible charge of a California Licensed Professional Engineer (and/or California Licensed Land Surveyor as applicable) eligible to prepare and sign such plans. The successful firm (Consultant) will serve as an independent contractor to the City and will be prohibited from concurrently providing services to any other public or private client doing business with the City during the life of the Agreement and for six months following completion thereof. Exceptions may be granted on a project by project basis if the City determines that there is no conflict of interest by the parties involved. The firm will be required to disclose to the City a list of all of its clients for the past three (3) years for purposes of allowing the City to review potential conflict of interest issues. In addition, the firm will be required to disclose any litigation in which it has been a party to in the last five (5) years. At a minimum, plan check services shall be provided in conformance with the most current version of the following documents and standards: - California Building Code - Low Impact Development Ordinance No. 11(2013). Enclosed as Attachment 3 - City of Diamond Bar Grading Plan Check Requirements. Enclosed as Attachment 4 - City of Diamond Bar Grading Ordinance and Hillside Management Ordinance. Enclosed as Attachment 5 - Approved Specific Plans, Site Plans, Environmental Documents, and/or Tentative and Final Maps - Traverse, Lot, and Tract Boundary Closures for final or parcel maps - Grants, easements, or vacations as applicable - Conditions of Approval - Title Reports For land development projects, prior to completion of the first plan check, the Consultant shall research existing City engineering records including, but not limited to the documents described above for consistency with the proposed improvements. The Consultant shall also visit the project site to Page 2 verify the proposed improvements are consistent with the physical constraints in the field. The Consultant shallicp k up plan check submittals from the City within 24 hours of notification by the City. The first plan check shall be completed within ten (10) working days unless otherwise directed by the City. Each subsequent plan check shall be completed within 10 working days unless otherwise directed by the City. Each specific assignment under an on-call engineering services contract will be compensated on either lump sum or time -and -materials basis. The method of compensation will be specified in writing by the City at the time the assignment is given. For private development plan check services the City's FY 2014-2015 Fee Schedule is enclosed as Attachment 2. Note that the fees listed are to cover three (3) plan check submittals. Any additional submittals required thereon can be charged on a time and materials (hourly) rate. .� � Firms responding shall submit three (3) sets of proposals on standard paper, limited to fifteen (15) pages, which shall include the items listed below A brief background of your firm, including a general description of the range of relevant activities performed. ® Description of Consultant team including the names, resumes and qualifications of your principals and other key project team members to be assigned to the City. ® Provide an explanation of the approach and methodology used to perform the scope of work outlined in the Proposal. Include a description of required plan -check list and expected turn -around time for plan -check. ® Provide a list describing comparable work performed for other public agencies. Include scope, cost, and the names, phone numbers and addresses of contact person(s). • Three (3) public agency references including contact person, the public agency, address and phone number. ® Provide a statement that all terms and conditions outlined in the attached Consulting Services Agreement (Attachment 1) are acceptable. Page 3 ® Provide a statement that the required insurance coverage will be obtained by the consultants, and that the Consultant understands said coverage is a prerequisite for entering into an agreement with the City. ® Provide a statement regarding the availability of staff to provide the required plan check services. Provide a fee proposal included in a separate sealed envelope. The fee proposal shall include: 1) For Land Development Projects, Consultant fees for grading plan check, map checks, and inspections which cannot exceed 82% of the applicable fees as established in the City's current Public Works Fee Schedule (Attachment 2). It should be assumed that, on average, the fees will cover up to three (3) plan checks. It can be anticipated that the City will annually adjust the Public Works Fee Schedule by the Consumer Price Index for the region. Therefore, Consultant fees for these services will be adjusted in accordance with the change to the Public Works Fee Schedule. 2) Consultant fees based on an hourly rate schedule for all other services. SELECTION PROCEDURE: Criteria for evaluation of proposals may include, but need not be limited to, the following: 1. Responsiveness and comprehensiveness of proposal. 2. Firm/assigned personnel's experience with the City of Diamond Bar and other public agencies. 3. Quality of previous work performed by the firm. 4. Resources and fee required to perform the requested services. 5. The Consultant's comments on the attached Consulting Services Agreement, 6. References. A "Short List" of firms will be selected for further consideration and may be contacted to arrange an interview. Should a firm be asked to participate in an interview, a principal and personnel assigned to the City should be available to discuss the following: 1. Major elements of the proposal and be prepared to answer detailed questions. 2. Satisfactory performance on similar work and description of related experience. Page 4 The selected firm will be required to identify a member of the firm authorized to assign work to the firm's employees who will serve as the contact person for communications and inquiries from the City. The individual must be accessible to City employees during regular business hours. The City reserves the right to request the services of personnel other than those designated by the selected firm. All personnel named in the proposal to work on the City's behalf shall be used unless replacements are approved, in writing, by the City. The Consultant shall maintain a close relationship with other City departments, and other agencies, to ensure the requirements of those departments/agencies are incorporated and adhered to. The City reserves the right to reject any proposal and may elect to make a decision without further discussion or negotiation. This solicitation is not to be construed as a contract of any kind. The City is not liable for any costs or expenses incurred in the preparation of the proposals. The right to issue supplementary information or guidelines relating to this request is also reserved by the City. The interested firms must submit the Proposals to the City of Diamond Bar no later than 4:00 p.m. Monday, August 18, 2014. All proposals should be addressed to: City of Diamond Bar Public Works Department Attn: Kimberly M. Young, P.E. 21810 Copley Drive Diamond Bar, CA 91765-4178 Enclosed is a copy of the sample Consulting Services Agreement for your information. If you have any questions regarding this request, please contact Ms. Kimberly M. Young, Senior Civil Engineer, at (909) 839-7044 or via email at kyoung@diamondbarca.gov. Sincer David G. Liu, P.E. Director of Public Works/City Engineer Attachments Page 5 Statement of Qualifications by PENCO Engineering, Inc. Respectively Submitted to the City of Diamond Bar 171750 HT for On Call Civil Engineering /Plan Checking/ Public Works Inspection Services August 18, 2014 PENCO Proposal # 94433.00 PENCO Engineering, Inc. Civil Engineering pluuung Surveying "Client Success is Our Success" Irvine I Corona I San Diego 16842 Von Karman Ave., Ste. 150, Irvine, CA 92606 T (949) 753-8111 F (949) 753-0775 www.pencoeng.com PENCO Engineering, Inc. Ci W1 Engineering Plnnnir,g Snw'dn, "Client Success a Our Success" August 18, 2014 Kimberly M. Young, PE City of Diamond Bar, Public Works Department 21810 Copley Dr. Diamond Bar, CA 91765 RE: On Call Civil Engineering / Plan Checking / Public Works Inspection Services Dear Ms. Young, CONTENTS Firm Backgrounds — 1 Org Chart — 2 Resumes — 3 Project Understanding — 6 Approach & Methodology — 7 Relevant Project List— 10 References & Statements — 15 PENCO Engineering Inc. (PENCO) is pleased to submit this Statement of Qualifications for the City of Diamond Bar. This SOQ presents our qualifications to perform the specific civil engineering items described in your Request for Proposals. In addition, our firm is teamed with three different sub -consultants, (AQ Engineering Consultants, Inc., D.R. Bechter Consulting, Inc. and Cho Design Associates, Inc.) who will be assisting PENCO with inspection services and structural engineering when needed. PENCO's Irvine office is only 26 miles from Diamond Bar. PENCO will have zero issues with getting to your City in a timely manner, especially when you require it the most for time sensitive projects including plan checking services. During the past 26 years PENCO has had more than 50 On -Call contracts with various agencies; 18 of which are current and are listed on the following page. PENCO has completed over 35 As -Needed or On -Call contracts with the following agencies: Cities of Menifee, Pomona, Santa Ana, Stanton, Irvine, Anaheim, Orange County Public Works for Transportation and Flood Control, and the Port of Long Beach. PENCO has a proven track record of successfully being responsive and collaborative engineering partners to provide professional engineering services to Public Works agencies as indicated in our proposal by projects completed and staff experience working with Public Agencies. To attain successful completion of any project, a responsive and collaborative engineering partner is necessary to provide the services, be it on a regular schedule or on a short notice basis. To provide you with the diversity of resources, skills, and qualifications that your projects might require, we have organized a team of professionals with extensive experiences resources. This team is characterized by deep resources in all technical areas, the ability to carry projects through to completion, and a proven track record for delivering services on time and within budget. We look forward to providing civil engineering services to the City of Diamond Bar Should you have any questions regarding the contents of this SOQ or require additional information, please do not hesitate to contact us. You may reach me directly on my cell at (949) 289-5414 or via email at jcooper@pencoeng. com. Respectfully submitted, PENCO Engineering, Inc. Je 'ey M. Cooper, PE Vice President Diamond Bar RFP—On Call Civil Engineering /Plan Checking / Public Works Inspection Services Irvine I Corona I San Diego 16842 Von Karmen Ave., Ste. 150, Irvine, CA 92606 I T (949) 753-8111 P (949) 753-0775 w pencoeng.com PENCO Engineering, Inc. NEW ' G gEnpmrering PV g S ria "Client Succevs is Our Su.'e Firm Background PENCO Engineering, Inc. (PENCO) has been providing civil engineering and surveying services in Southern California for the past 26 years. We provide comprehensive civil, public works, land surveying, and infrastructure engineering services for public and private entities. PENCO is a certified Small Business Enterprise (SBE) who is committed to sustainable design. In that regard, 25% of our technical staff is LEED Accredited Professionals and 35% of our staff are Registered Professional Engineers and/or Professional Land Surveyors. We are committed to sustainable design and have offices in Irvine, Corona and San Diego to support our clients throughout Southern California. Our technical capabilities include providing civil engineering, surveying services, entitlement services and plan checking services. PENCO has had 50 On -Call contracts since 1988, and currently has 18 On -Call contracts with the following cities, counties, agencies & school districts: • City of Anaheim Long Beach Unified School District • City of Garden Grove Los Angeles Community College District • City of Glendora Los Angeles Unified School District • City of Irvine Orange County Public Works • City of Moreno Valley Port of Long Beach • City of Newport Beach Rancho Santiago Community College District • City of Orange South Orange County Community College • City of Pomona District • City of Santa Ana Torrance Unified School District • City of Stanton PENCO's engineering and survey services are listed below. We look forward to discussing these in further detail with you. Civil Engineering Services Public Works/Infrastructure Engineering • Storm Drain Design • Master Drainage Study • Street Alignment Studies • Roadway Rehabilitation • Highway/ Arterial Road Design • Right -of -Way Engineering • Traffic Signal Design • Open Channel Design • Detention / Retention Basins • Hydraulic Modeling • Hydrology / Hydraulic Studies/Reports • Levee Design • Pump Stations • Sewer Line Design • Sewer Rehabilitation Design • Water Network Analysis • Water Transmission Main Design Surveying Services • Boundary Surveys • Research • Boundary Analysis • Subdivision Mapping • Centerline Ties • Flood Zone Certificates • Dedications and Abandonment • Parcel / Tract Maps • Topographic Surveys • Aerial Maps • GPS Surveys • ALTA Surveys • Monumentation • Legal Description Preparation • Land Area Calculations • Lot Line Determination Diamond Bar RFP— On Call Civil Engineering /Plan Checking/ Public Works Inspection Services Page 1 Irvine I Corona I San Diego 16842 Von Karman Ave., Ste. 150, Imine, CA 92606 I T (949) 753-8111 F (949) 753-0775 w vpencoeng.com PENCO Engineering, Inc. c' dE.,p enu„ N 5 nom, "Client Surcrss is Oar Succvu" Sub -Consultants' Firin Backgrounds A.Q. Engineering Consultants, Inc. (AQE) is a California Corporation dedicated to providing efficient, high-quality Municipal Engineering Services using highly experienced professionals who are sensitive to the unique requirements of local governments. AQE was established in 2009 to serve the needs of public agencies primarily in the Inland Empire. Our team is led by Amad Qattan, P.E. who has over 29 years of experience. AQE has established alliances with carefully selected local firms that can provide engineering and construction support for our clients. AQE can manage these extended services for our clients or alternatively can assist clients in the solicitation process to hire professional firms. Our main emphasis is to take the guesswork out of the consulting business provided to municipal governments by utilizing professionals who have been in the trenches and are knowledgeable of the processes of agencies. D.R. Bechter Consulting, Inc. After 22 years with the City of Poway as a construction inspector, construction program coordinator, and NPDES coordinator, as well as two years as the Director of Stormwater Compliance with Ground Service Technology in Escondido, Danis Bechter formed D.R. Bechter Consulting, Inc., a California Corporation, in February 2014. Our firm has been providing construction and stormwater inspection services for the City of Menifee and stormwater inspection and annual reports for a CIP project in the City of Santee. In addition to Danis Bechter, we utilize a team of highly qualified sub -consultants to provide an excellent level of service to our clients. The services that we offer include: stormwater program management, SWPPP preparation, CIP and development construction inspections, and construction management. Cho Design Associates, Inc. (CDA) is a multi -disciplined engineering firm that can provide a variety of engineering services. Our capabilities are focused in three major areas. These areas include Transportation Facilities/Bridges/Public Works Engineering; Industrial/Petrochemical/Energy related facilities; and Public Agency Assistance. Specific for this proposal, CDA's experience in the area of Public Agency Assistance includes plan checking, peer reviews and multi -agency negotiations. Our plan checking experience includes public works projects and capital improvement projects. CDA has also been involved in multi - agency negotiations to clarify requirements, responsibilities, design criteria and coordinate concurrent projects. STRUCTURAL Cho Design Associates, Inc. Organizational Chart AQEnghmdng D.R Bechter consulting, Inc consulting, Inc. Diamond Bar RFP— On Call Civil Engineering/ Plan Checking/ Public Works Inspection Services Page 2 Irvine I Corona I San Diego 16842 Von KarmanAve., Ste. 150, Irvine, CA 92606 I T (949) 753-8111 F (949) 753-0775 w pencoeng.com PENCO Engineering, Inc. Ci.il Enpnecnng Plan Surve�ny -- "Client Succus is Dur Sucrecc" George A. Jurica, PE Principal -in -Charge EDUCATION MBA, Construction Management University of Denver, 1983 BS, Engineering University of California, Los Angeles, 1972 LICENSES Professional Civil Engineer CA No. 26564 (also AZ, CO & TX) AFFILIATIONS American Public Works Association American Society of Civil Engineers American Council of Engineering Companies Jeffrey M. Cooper, PE Senior Project Manager EDUCATION MS, Civil Engineering University of Califomia, Berkeley, 1977 BS, Civil Engineering University of California, Berkeley, 1976 BA, Economics Washington State University, 1973 LICENSES Professional Civil Engineer CA No. 31572 (also AZ, NV & WA) AFFILIATIONS American Public Works Association American Council of Engineering Companies American Society of Civil Engineers Construction Management Association of America Consultant Team Resumes George Jurica is a Registered Civil Engineer with over 40 years of experience in. As President of PENCO and your Principal -in -Charge, his experience is vast and includes the planning, design, and construction of major Public Works infrastructure and facility projects. During this time Mr. Jurica has worked with numerous public works agencies all over Southern California creating reports and constructions plans. He has wide-ranging understanding in the preparation of master plans, land development and transportation construction documents, specifications and cost estimates. He is a hands-on Principal and is available to PENCO's clients whenever needed. Mr. Cooper has more than 37 years of extensive professional consulting engineering experience providing the management of planning, design, construction, and inspection services for transportation and municipal road projects, park projects, master plans and designs for drainage, sewers, and water projects which have included extensive inventorywork and condition assessment. He has also provided oversight for numerous municipal engineering contracts, including those for building and safety services, civil plan check services and staff augmentation. Since 1986, Mr. Cooper has been managing technical groups, offices and regions that include design, project management, construction management and program management assignments. Additional work includes 28 years of experience in project management and public finance. Miguel Hernandez, PE, PLS, QSP/QSD QA/QC Manager EDUCATION BS Civil Engineering, Cal Poly San Luis Obispo, 1996 LICENSES Professional Civil Engineer: CA No. 61378 Professional Land Surveyor: CA No. 8735 Qualified SWPPP Developer & Practitioner/CA No. 22312 AFFILIATIONS American Society of Civil Engineers Society of Hispanic Professional Engineers SHPE Mr. Hernandez is a Registered Civil Engineer with 18 years of experience in design, planning, construction and surveying of civil engineering infrastructures. His experience also includes land allocation review against master/regional plans, grading, highways, storm drain, domestic/ reclaimed water, sewer, street improvements, signing/striping, and report writing to satisfy requirements in hydrology/hydraulics, WQMP, and SWPPP. Mr. Hernandez is familiar with AASHTO, Caltrans Manuals, Green Book, ACI, and other local design standards. He is experienced in managing multi-million dollar projects, and leading multi -discipline contractors and employee design teams in the production of the plans, reports and specifications. Diamond Bar RFP— On Call Civil Engineering / Plan Checking / Public Works Inspection Services Page 3 Irvine I Corona I San Diego 16842 Von Karman Ave., Ste. 150, Irvine, CA 92606 I T (949) 753-8111 F (949) 753-0775 www.peneoeng.eom PENCO Engineering, Inc. Cbl[Enpn 'ng PI.—mg S'rv"o'- "Client Success u on, Success" Brent Chamberlain, PE, LEED AP, QSD/QSP Project Engineer EDUCATION BS, Engineering, California State University, Fullerton, 1983 Engineering, United States Military Academy at West Point New York, 1980 REGISTRATIONS/LICENSES Professional Civil Engineer CA No. 41889 LEED AP Certificate — QSD/QSP. #21275 AFFILIATIONS American Council of Engineering Companies Sung Chang, EIT Design Engineer Consultant Team Resumes Mr. Chamberlain is a Project Manager with over 30 years of experience. His experience demonstrates an emphasis on street improvement projects including pavement design, storm drain design, hydrology and hydraulics studies, sewer and water design, erosion control and striping for public works. He also provides site development skills for institutional and land development projects including precise grading, drainage, detention/ retention basins, erosion control, horizontal control, sewer and water design. Brent is a Qualified SWPPP Developer (QSD) and Practitioner (QSP) and prepares SWPPP and WQMP/SUSMP reports. Brent writes project specifications, prepares cost estimates, provides construction administration, plan checking and is familiar with ADA requirements, permit processing and coordination with various government agencies, utility purveyors, architects and sub -consultants. EDUCATION Mr. Chang has more than seven years of experience in the design of B.S. Civil Engineering grading, street and underground utility improvements for commercial, University of California, Irvine, 2003 residential, schools and mixed-use projects and has just over two years in REGISTRATIONS project management experience. He is also knowledgeable in engineering Engineer in Training design calculations and the preparation of engineering reports including CA#118357 WQMPs, SWPPPs, hydrology/hydraulics, sewer capacity studies and fire flow modeling. Mr. Chang started his engineering career in 2003. William Snow, PLS, LEED AP Survey Project Manager EDUCATION Mr. Snow is a Professional Land Surveyor with over 44 years of A.A., Civil Engineering, experience in surveying and mapping. His experience demonstrates an Fullerton College, 1968 emphasis on the successful management of multiple field survey crews LICENSES performing complex boundary analysis and resolutions, engineering Professional Land Surveyor: and construction surveys on major public works and land development CA No. 4725 projects throughout Southern California. J Braley, PLS Field Survey Supervisor EDUCATION All courses Land Survey related, Santa Ana College, CA, 1975-1978 Land Surveying Fundamentals, CSU Fresno, CA 1993 Global Positioning Survey Class, Los Rios CC, CA, 2010 GIS class, Sierra College, CA, 2010 LICENSES Professional Land Surveyor: CA No. 8446 Mr. Braley has over40 years of experience as a Land Surveyor in Southern and Northern California, Oregon, Washington, Nevada, and Virginia. He has a strong background in boundary and title related issues. In this regard, he was the lead surveyor on several large projects in the Mojave Desert and in Northern California. These projects included mapping for over 100 sections and resolving the boundaries on over 1800 parcels within those sections. He also mapped and resolved boundaries for 30 miles of the Los Angeles Aqueduct, which had not been mapped since construction in the 1920s. As a Field Survey Manager in Southern California, Mr. Braley has staked many medium to large size subdivisions. Diamond Bar RFP— On Call Civil Engineering / Plan Checking / Public Works Inspection Services Page 4 Irvine I Corona I San Diego 16842 Von Kaman Ave., Ste. 150, Irvine, CA 926061 T (949) 753-8111 F (949) 753-0775 w ..pencoeng.com PENCO Engineering, Inc. Civil En,m. ing Plan iivg S—offi; "Cliew Sucrrss is Our Succus" Sub -Consultant Team Resumes Amad Qattan, PE President, AQ Engineering Consultants, Inc. Mr. Qattan offers over 29 years of comprehensive experience in program and project management of multi-million dollar design and construction projects. Prior to founding AQE, he served as the Public Works Director/City Engineerforthe City of Corona, responsible for interfacing with RCTC, WRCOG, Caltrans and regional transportation issues, including planning solutions for freeway congestion in the Corona area. As a Land Development Principal Engineer, and later as the City Engineer for the City of Corona, Amad was responsible for the plan check and processing of land development improvement plans, grading plans, tentative maps, record maps and entitlement documents, and conditions of approval. Amad's firm, AQ Engineering Consultants, is currently providing land development plan check and inspection services for the City of Menifee. Mr. Qattan has his BS in Engineering from Cal State Los Angeles, and is a California state licensed civil engineer (#C61930). Danis Bechter, CESSWI, QSP President/CEO, D.R. Bechter Consulting, Inc. As founder and president of D.R. Bechter Consulting, Mr. Bechter has over 25 years' experience. Currently he is providing as -needed construction management, inspection, and stormwater management services for the City of Menifee and for a City of Santee CIP project. Before starting his firm earlier this year, he worked at Ground Service Technology as Director of Stormwater Compliance. He managed staff to perform the required stormwater inspections for city and private projects, which included up to 35 projects. Managed staff for the required sampling of the stormwater for compliance with the RWQCB permit. Mr. Bechter coordinated training of company and client staff. The training included the annual permit report as well as other reports that are required by the permit. Prior to this Mr. Bechter worked at the City of Poway as Engineering Inspection Supervisor/NPDES Coordinator/Construction Program Supervisor. Mr. Bechter reviewed for accuracy all CIP and private land development plans. Issued all encroachment (Right -of -Way) permits for the city for any work within the public ROW. Major private development projects inspected under Mr. Bechter's direction include The Heritage, The Heights and Poway Business Park. He is a member of American Public Works Association. Wilbert Cho, P.E. Principal Engineer, Cho Design Associates, Inc. Wilbert Cho has over 34 years of professional engineering experience in the design of bridges, park and recreational facilities, flood control structures, transportation structures, industrial / petrochemical facilities and buildings. His recent professional focus has been on the design and management of bridge, transportation and other Public Works projects. He has been involved in over 70 bridge projects that range from plan checking to the design of major railroad underpasses. Mr. Cho's project experience includes the preparation of plans, specifications, estimates, project management and construction engineering. Mr. Cho has his BSCE-Building Science from the University of Southern California, and is a California state licensed civil engineer (#C36266). He is also licensed in Arizona and Washington DC. Mr. Cho is also a Qualified Bridge Inspector by the U. S. Dept. of Transportation, Federal Highway Administration. He is a member of the American Society of Civil Engineers and the American Concrete Institute. Diamond Bar RFP— On Call Civil Engineering/ Plan Checking/ Public Works Inspection Services Page i Irvine I Corona I San Diego 16842 Von Kacman Ave., Ste. 150, Irvine, CA 92606 1 T (949) 753-8111 F (949) 753-0775 www pencoeng com PENCO Engineering, Inc. CivilEni,in iin, pl—ing Snn "m "Client Success is Our Succeu" Project Understanding PENCO has read the entire RFP issued on July 16, 2014 for On Call Civil Engineering / Plan Checking / Public Works Inspection Services, and understands what the City of Diamond Bar is requiring. PENCO will provide the City with our high quality and very timely expertise when needed. PENCO understands that the Scope of Work includes, but is not limited to the below. • Review and recommend approval of various grading plans, National Pollutant Discharge Elimination System/Low Impact Development (LID) Reports (NPDES/SUSMPs) to be in compliance with the 2012 LA County MS4 Permit (Order No. R4-2012-0175), street plans, sanitary sewer plans, storm drain plans, and hydrology studies for both public and private developments. PENCO will be performing the duties to complete these task orders. • Provide preliminary design review of site/grading, storm drain, sewer and street plans and any associated technical reports for proposed private development projects and attend City design review meetings as necessary. PENCO will be performing the duties to complete these task orders. • Plan check easements, lot line adjustments, dedications, vacations, parcel and tract maps. PENCO will be performing the duties to complete these task orders. • Provide inspection services for grading activities, NPDES/LID compliance, street, sanitary sewer and storm drain installation associated with private developments, public improvements and capital improvement program projects. PENCO will be working with our sub -consultants AQ Engineering Consultants, Inc. and D.R. Bechter Consulting, Inc to perform this scope of work. • Provide survey, preliminary engineering and civil engineering design services that may include the preparation of plans, structural calculations, technical studies and technical specifications for storm drain, sewer and street improvement plans in accordance with the design policies and Standard Plans (APWA) for Public Works Construction. PENCO will be working with our sub -consultant Cho Design Associates, Inc. to perform this scope of work. • Additional services that may benefit the City that PENCO can provide are our Infrastructure Financing Strategy services. PENCO can help research current funding mechanisms for public infrastructure Costs utilized by the City including taxes, grants, public infrastructure financing and development impact fees. PENCO can help determine which of these funding mechanisms may be appropriate for City of Diamond Bar projects and determine which should be studied in detail as part of a work plan and next steps to determine feasibility. • Another additional service PENCO can provide that can benefit the City is our Assessment Engineering services. PENCO understands that all improvement plan check services shall be performed by or under the responsible charge of a California Licensed Professional Engineer (and/or California Licensed Land Surveyor as applicable) eligible to prepare and sign such plans. PENCO also understands that a minimum, plan check services shall be provided in conformance with the most current version of the following documents and standards: California Building Code Approved Specific Plans, Site Plans, Environmental Low Impact Development Ordinance No. 11 (2013) Documents, and/or Tentative and Final Maps City of Diamond Bar Grading Plan Check Traverse, Lot, and Tract Boundary Closures for Requirements. final or parcel maps City of Diamond Bar Grading Ordinance and Grants, easements, or vacations as applicable Hillside Conditions of Approval and Title Reports Management Ordinance. PENCO understands that for land development projects, prior to completion of the first plan check, PENCO shall research existing City engineering records including, but not limited to the documents described above for consistency with the proposed improvements. PENCO shall also visit the project site to verify the proposed improvements are consistent with the physical constraints in the field. PENCO understands that we shall pick up plan check submittals from the City within 24 hours of notification by the City. The first plan check shall be completed within ten (10) working days unless otherwise directed by the City. Each subsequent plan check per Diamond Bar shall be completed within 10 working days unless otherwise directed by the City. However PENCO will aim to have subsequent plan checks completed within five (5) working days. Diamond Bar RFP— On Call Civil Engineering / Plan Checking / Public Works Inspection Services Page 6 Irvine I Corona I San Diego 16842 Von Karman Ave., Ste. 150, Irvine, CA 92606 11 (949) 753-8111 P (949) 753-0775 w vpencoeng.com PENCO Engineering, Inc. Civil En�jncering '. Plannivg ,, Snrvevin, "Client Success is on, Success" Approach & Methodology The following general approach describes PENCO's typical approach to defining scopes and executing a civil engineering design for any project. At this time, each task has been simplified, but once provided with a specific project, a more detailed description of each task will be provided. When PENCO is asked to propose on a specific project, we will prepare detailed project scopes, which will be customized to meet the City's specific goals on a specific schedule. At that time, we will also prepare a specific list of deliverables and permits or approvals required by other agencies. Our scope of the Design Stage usually consists of the following phases: Data Collection and Base Plan Preparation Preliminary Engineering • Construction Documents — Final Engineering Bidding and Construction Assistance Phase I — Data Collection and Base Plan Preparation During this phase, PENCO will meet with the City staff and hold a kickoff meeting to identify project goals, schedule, criteria, and constraints, obtain city records, and establish the lines of communication. Also during this phase, PENCO will identify all utility companies, permitting agencies, and required environmental clearances needed for the project. In addition, PENCO will proceed to conduct specific Topographic Surveys of the project site and, in some cases, obtain aerial topographic map. The scope of the survey will depend on the Project. In some cases, cross sections will be obtained in order to aid in the design of the proposed improvements. We will also include Right -of -Way information based on record maps and proceed to prepare Base Plans using the City standard format. The base plans will be the standard 24" x 36" size sheets and will include topographic surveys, right-of-way, and underground utility information. Phase 11— Preliminary Engineering Preliminary Engineering. During this phase of the Project, PENCO will apply general information obtained for the project will proceed to present detailed recommendations and alternative designs. We will also perform a detailed field review of the Project Site to verify the accuracy of the base plan and to identify any additional constraints that may affect the design. PENCO will then proceed to develop alternative conceptual designs to meet the City's Project goals. This will include preparing additional studies (alignments, hydrology, and hydraulics) required to develop such alternatives and will then evaluate the alternatives based on cost and constructability. To complete this phase, PENCO will meet with the City and present the alternatives and provide our recommendations based on the pros and cons of each of the alternatives presented. We will then incorporate City comments and obtain approval before proceeding in the preparation of the Construction Documents. PENCO is aware that the projects may range from the preparation of improvement plans for street rehabilitation, widening, realignment, or other related street improvements; upgrades, modifications, extensions and/or replacement of water, wastewater, and storm drain facilities; to the preparation of studies and supporting documentation for the areas listed, including hydrology and hydraulic analysis, water and sewer studies, and network analysis, and/or the preparation of NPDES, WQMP, and SWPPP Reports. PENCO has prepared all of the above for not only city and county agencies, but for architects and other engineering firms. The team we are presenting is extremely experienced in the design of streets and roadways, storm drainages systems and channels, sewer systems, and water systems. Phase III — Construction Documents — Final Engineering PENCO will prepare the Construction Documents in compliance with the City requirements and specific funding guideline requirements. The Construction Plans will typically include a title sheet, quantity and index plan sheet, plan and profile sheets, detail sheets, erosion control sheet, signing and striping, and traffic control sheets, etc., as needed. The plans will be prepared on our previously prepared base plans, clearly defining the limits of work, limits of removals, and clearly defining the new construction items. PENCO will prepare the Project Specifications in the City's required format, using the City "Boiler Plate," the "Green Book," or Caltrans Standard Specifications. Project Specifications will be prepared and submitted to the City using Microsoft Word. We will also prepare a detailed Engineer's Construction Cost Estimate for the Project. The estimate will be prepared using all funding and location breakdowns, and will serve as the basis of the bid sheet for the Project. During this phase of the Project, PENCO will coordinate with all Utility Companies, Caltrans, Railroad Companies, and other Cities and obtain the required permits for the specific projects. In addition, during this Construction Document phase, all Environmental clearances and NPDES applications will be processed and secured. Submittals of the Construction Plans, Specifications, and Estimates to the City are anticipated at the submittal requirements. Diamond Bar RFP— On Call Civil Engineering/ Plan Checking/ Public Works Inspection Services Page 7 Irvine I Corona I San Diego 16842 Von KannanAve., Ste. 150, Irvine, CA 92606 IT (949) 753-8111 F(949)753-0775 wwwpencoeng.com PENCO Engineering, Inc. Civil Fn&e'in- Phnning So.v . , "Client &&cess is Our Succen" Approach & Methodology Phase IV — Bidding and Construction During the bidding phase, PENCO will attend the pre-bid meeting, answer bidder questions, attend job walks, assist in the preparation of the addenda, analyze bids, and recommend award. PENCO could also provide construction staking for the Project, and for this item, we will coordinate with the City staff and the selected Contractor. Once the project is awarded, PENCO will attend the preconstruction meeting, visit the site, as required by the City staff, review shop drawings and submittals, respond to RFI's, to interpret plans or to provide resolutions to changed field conditions. Once construction is completed, PENCO will utilize redlines provided by the Contractor and any other available information to prepare "As -Built" drawings. The following is a general outline of the Survey Scope of Work that may be requested. Once the City identifies the specific project(s), we will meet with the City staff to obtain the parameters of the project, so we can prepare a project - specific scope of work. Topographic Survey Mapping - PENCO has extensive experience providing Topographic Survey Maps to our public works, institutional, home builders and general contracting clients in the local area. In accordance with Industry Standards, City's standards and the PENCO standards, we incorporate horizontal control, based upon the California Coordinate System, NAD'83, Zone VI, 2007 Epoch, and vertical control based, upon NAVD'88 datum. PENCO utilizes that latest GPS and total station technology to prepare detailed project topography. A typical topo survey, if there is such a thing, would normally be a combination of aerial topography and ground specific topography. Our electronic data and drawing files are created within AutoCAD Civil3D software and established to be consistent with the City mapping standards. Once again, if there is such a thing as a typical topographic survey, it would include a combination of aerial topography and ground specific topography to ensure that precise elevations would be available for existing features of building finish floor elevations or maybe ADA path of travel compliance rates of grade. A project of this magnitude would typically be delivered in twenty (20) working days from the notice to proceed. Street Center Line Ties - PENCO will provide both Pre -Construction Ties and Post -Construction Ties for centerline and right-of-way monumentation that is likely to be damaged or destroyed during the project construction phase. The Pre -Construction Ties will be field measured and recorded on a Corner Record Certificate filed with the County. For any monumentation damaged or destroyed during construction, a Post -Construction set of ties and monument replacement shall take place and, once again, a set of Corner Record Certificates will be recorded with the County. The Corner Record Certificates would be completed in a matter of hours not days. As -Built Surveys - As -Built Surveys are quickly becoming a more common request in the construction industry. This has much to do with the cost of materials and time loss on construction projects that are forced to remove curbs, gutters, utilities, and sometimes building footings and walls due to being constructed incorrectly. Upon receipt of a notice to proceed from the City, we would request hard copy plans and electronic CAD files of the construction project and prepare a Staking Plot that depicts boundary, easements of record, along with the proposed construction features (i.e., utilities, public improvements, hardscaping, buildings, etc.). This Staking Plan is used by the field surveyors to complete their daily staking tasks and two copies are left at the site for the project superintendent. This plan will identify the current staking that was placed for the contractors use, along with stake identifications being point numbers, coordinate values, point description, and stake offsets. The Staking Plan is to be utilized in conjunction with the daily grade sheets, and the plan standard is to have field survey verification, horizontal and vertical, of particular construction components throughout the construction project. PENCO would respond to a City request, determine exact scope of "As -Built" limits needed, determine control that was utilized for construction of said facilities, collect field data, prepare field notes, obtain site photographs of pertinent objects, transmit to the PENCO office, and have the office prepare mapping exhibits, along with a summary explanation report of findings. Benchmark Verification / Establishment - PENCO maintains the finest survey equipment in the County and repeatedly is determining the relationship of one benchmark to another throughout the County. Our standard field process is to incorporate a minimum of three (3) benchmarks in a project assessment. We will provide benchmark verification level notes, along with any adjustments that may be required. If necessary, a project specific secondary site benchmark will be established for project construction utilization. This benchmark could be set/verified utilizing a couple of differing methods, depending on the critical path of the project data and the intended use. The degree of accuracy needed would be predetermined by the City and the project requirements. Diamond Bar RFP— On Call Civil Engineering /Plan Checking /Public Works inspection Services Page 8 Irvine I Corona I San Diego 16842 Von KarmanAve., Ste. 150, Irvine, CA 92606 IT (949) 753-8111 F(949)753-0775 wwwpencoeng.com PENCO Engineering, Inc. canra„w,reoa�s ing Sl ,i „Myi,,; "Clirnt Suess k Our Success" Approach & Methodology Monument Preservation -Due to the number of ALTA Surveys, Public Works Strip Topographic Surveys, and Institutional Aerial Topographic Survey Maps prepared by PENCO, we are very often preparing both Pre -Construction Corner Record Certificates and Post -Construction Corner Record Certificates in accordance with the California Land Surveyor's Act, Section 8771. This process allows for the verification of existing monuments and centerline ties, along with the replacement of centerline monuments and reference ties. Horizontal and Vertical Control - The PENCO survey crews establish or verify horizontal and vertical control, on a daily basis, for all of our design topo projects, boundary mapping projects, public works projects, and land development projects. We utilize the California Coordinate System of 1983, Zone VI, 2007 Epoch for horizontal control network, and the North American Datum of 1988 for our vertical datum. All control establishments are documented with daily field notes, depicting specific equipment utilized, field measurements, staff, weather conditions, etc. Office Map Preparation - PENCO has three (3) Professional Land Surveyors on staff, with an accumulative ninety (90) years of experience. PENCO's experience with the preparation of Final Maps (Tract Maps, Parcel Maps) and Records of Surveys allows us to prepare these final maps in a manner that will provide for a minimum number of plan checks. Atypical Final Map is prepared and submitted for 1 st plan check in approximately sixty (60) man hours and would be expected to undergo two (2) to three (3) plan checks by the local agency. Construction Staking - PENCO has been providing construction staking with our staff of field and office surveyor's who have been working together for over ten (10) years. The value of this extensive working relationship is that we perform many services to our clients without wasting efforts or costs. We have developed a strong staking expertise based on our own in-house civil design plans and working exclusively with a select group of General Contractors. Our typical response time for our field crews is forty-eight (48) hours. We would provide the crew with CAD files and pre -calculated data points on the "to be" constructed items; the actual offsets and stake intervals would be determined by the City project manager at the time of staking. All of our field crews are fully equipped with GPS and total station robotic survey instruments, data collectors, lap top computers, and scanners. This equipment allows a direct flow of data from your office to our field crews and back again at the completion of any project large or small. Overall General Services and Scope of Work Responding to the RFP Plan Check Services General plan checking services include review of the conditions of approval, review of reference material, review of City standard plans and plan check requirements, accessibility, constructability/clarity, maintenance and general design. Extensive coordination is required between the different City departments and engineer of record to ensure quick turnaround times and minimal delay in construction if applicable. Project Management Plan (PMP) for All Projects Successful completion of the project will require a well -conceived management and control plan, based on past successful strategies. Mr. Jeffrey Cooper, PE, Senior Project Manager, will have responsibility for project management activities to meet the specifics for this project. The PENCO team's PMP will be the summation of PENCO's past successful strategies and Mr. Cooper's role as Project Manager. PENCO's PMP will include special emphasis on project communications procedures, preparation of Scope of Work, and the submittal process. Upon Notice -to -proceed (NTP), and before initiating any work, our team will prepare and submit a PMP for the City's review and approval. The specific elements of the PMP can be categorized into three key areas: Progress Report Systems, Cost/Design Schedule Control, and QA/QC. All of these we will be happy to discuss in further detail with the City. Project Delivery Process - A successful project begins with an effective Scoping Meeting to establish project expectations, assumptions, scope, schedule, and budget. PENCO's staff will meet with City Staff early in the process to determine project criteria such as design criteria, engineering standards, project constraints, schedule requirements, and potential coordination with other projects within the area. This information will be used by the PENCO team to develop a concise and detailed scope of work, schedule, and budget for the project. Again, we will further discuss this with the City before work commences. Diamond Bar REP — On Call Civil Engineering / Plan Checking / Public Works Inspection Services Page 9 Irvine i Corona I San Diego 16842 Von Karman Ave., Ste. 150, Irvine, CA 92606 11 (949) 753-8111 P (949) 753-0775 w vpencoengxom PENCO Engineering, Inc. Civil Engmve nng Planning �_.: "Gvnt57¢cefs is Our Succevs" Relevant Project List City of Menifee Civil Plan Check Services - Riverside County, California Construction Cost: N/A Proiect Highlights Scope: Civil Engineering Plan Checking Services - Review of Infrastructure Plans Contact: City of Menifee • Review Construction Docu- ment Preparation for Extensive Jonathan Smith - (951) 723-7594 Infrastructure Improvements PENCO is currently performing plan checking duties for the City of - Review Design and Reloca- Menifee. Project types include commercial, residential, industrial and tions of Underground Utilities arks. Standards utilized include the City's, the County of Riverside's, and ` Review Plans, Specifications P Y � tY and Cost Estimates the American Public Works Association's, where applicable. With the City being short staffed, PENCO has been able to provide quick turnaround times and responses to the City's needs. Notable projects include Menifee Heights which includes off-site/on-site street improvements, precise grading for over 360 lots, open space areas, on-site storm drain, signing/striping and street lighting plans. The City has commended PENCO on their quick turnaround times. 2013 Slurry Seal and Rehabilitation Program & 2014 Roadway Rehabilitation Program Long Beach, California Construction Cost: $992,000 for 2013 / In Design for 2014 Scope: Civil Engineering Contact: Port of Long Beach (POLB) Jeremy Groves - (562) 283-7868 PENCO was selected to provide Civil Engineering and Traffic Engineering to prepare construction documents for the Port of Long Beach (POLB) for these two different projects - 2013 Slurry Seal and Pavement Rehabilitation Program and 2014 Roadway Rehabilitation Program. The 2013 project consists of 19 street segments, located throughout the Major Street Rehabilitation Major Traffic Detouring and Traffic Control Civil Engineering Design, Survey Services Plans, Specifications and Cost Estimates Coordination with adjacent owners, City of Long Beach, City of Los Angeles and Port of Long Beach Harbor District. The combined segments are approximately 38,140 lineal feet, with approximately 1,520,000 square feet of asphalt. The 2014 project consists of four street segments, that combined are roughly 7,825 lineal feet, with about 440,000 square feet of asphalt. Street rehabilitation included pavement reconstruction, grind and overlay and slurry seal. Traffic design consisted of detailed traffic detour plans. The plans included traffic phasing for each street and, in some cases, included driveway closures and street closures during construction. Foothill Transit Parking Structure - City of Industry, California Construction Cost: $9.5 Million Scope: Civil Engineering Contact: Foothill Transit Sharlane Bailey - (626) 931-7253 PENCO provided site visits, review of topography, and geotechnical reports, attended kick-off meetings, provided coordination and management, provided preliminary grading and drainage plans, and prepared a Stormwater Pollution Preparation Plan (SWPPP) for use Civil Engineering Design Topography Review Geotechnical Reports Coordination and Management Preliminary Grading Drainage Plans SWPPP for Construction Phase Assisted City of Industry with the Filing of NOI and NOT during the construction phase. PENCO also assisted the City of Industry in filing a Notice of Intent (NOI) with the State Water Resources Control Board (SWRCB) prior to start of construction and also assisted the City with filing a Notice of Termination (NOT) at the completion of construction. Diamond Bar RFP— On Call Civil Engineering /Plan Checking / Public Works Inspection Services Page 10 Irvine I Corona � San Diego 16842 Von Karman Ave., Ste. 150, Irvine, CA 92606 I T (949) 753-8 t I I F (949) 753-0775 w ..pencoeng.com PENCO Engineering, Inc. 04 En&,,gria- Pl n mK S„ 'ai, "Client Suess is Our Succus" Jeffrey Road Infrastructure Improvements - Irvine, California Construction Cost: $18.8 Million Scope: Civil Engineering & Surveying Contact: City of Irvine Mark Carroll - (949) 720-6000 Design began August, 2006, and Street Improvement Plan approved June, 2012. Construction began October, 2012. Project is 99% complete as of July 2014. PENCO was retained to provide civil engineering design and survey services for the preparation of infrastructure plans, including roadway rehabilitation, storm drain, sewer line, water line, reclaimed water, Edison electrical conduits, Cox cable and telephone improvements, right-of-way engineering, potholing and grading for realignment of 1.5 -miles of Jeffrey Road, from a four -lane to a six -lane roadway, and improvement of 1.0 -mile of Portola Parkway. Both Jeffrey Road and Portola Parkway include realignments and street design, from a four - lane to a six -lane highway, with raised medians, curbs, sidewalks, ADA com liant ram s and edestrian undercrossin Jeffre Road included Relevant Project List Civil Engineering Design & Survey Services Construction Document Preparation for Extensive Infrastructure Improvements Design and Relocations of Underground Utilities Plans, Specifications, and Cost Estimates Horizontal and Vertical Control GPS -Based Aerial Strip Topographic Map & Base Maps Traffic Control Pians and Traffic Detour Plans Office Survey Mapping SwPPP Bid Assistance Construction Staking Construction Support P P P 9 Y pavement reconstruction with full use of asphalt material for base replacement. Portola Parkway included grind and overlay for pavement construction. PENCO services included design and relocations of 8 -inch sewer; 12 -inch domestic water; 12 -inch reclaimed water; new 18 -inch to 72 -inch storm drain; new 36 -inch reclaimed water; new 16 -inch reclaimed water; 8 -inch medium pressure gas line; undergrounding of 2x66 kV and 12 kV electrical overhead lines; joint trench cable telephone; and 12 kV SCE line, CACI line. The plans, specifications, and cost estimates were prepared into three separate construction phase packages. Improvement plans were processed and approved by the City of Irvine and Irvine Ranch Water District (IRWD). The project included three new traffic signal designs and four traffic signal modifications. PENCO prepared traffic detour plans for four phases of construction. PENCO's survey group provided horizontal and vertical control; design survey with GPS -based aerial strip topographic map; 25 -foot cross sections; and prepared base maps for civil engineering design. Office survey mapping included new street right- of-way and street vacations. In addition, the project is 99% complete, with no significant revisions to the design, and with less than 2% in construction change orders. Hermosa Beach Sewer Service Charge Study - Hermosa Beach, California Construction Cost: N/A Scope: Civil Engineering Proiect Hiahliahts Contact: City of Hermosa Beach - Sewer Charge Study Frank Senteno • Database Preparation (310) 918-3430 - City Council Workshops PENCO was responsible for the analysis of the potential annexation of the City's sewer system to the County of Los Angeles. PENCO interviewed cities currently utilizing the County for maintenance of sewers through the Consolidated Sewer Maintenance District (CSMD). PENCO reviewed sewer charges of cities near or adjacent to Hermosa Beach, then met with the County to discuss details of annexing into the CSMD. PENCO determined a rate and method for a City Sewer Service Charge for the City of Hermosa Beach. They also determined revenues generated at different rates for the City and determined revenue to the County if the City annexed to the CSMD. A Summary Report was delivered and presented at the City Council Workshop. Diamond Bar RFP— On Call Civil Engineering / Plan Checking / Public Works Inspection Services Page 11 Irvine I Corona I San Diego 16842 Von Kamran Ave., Ste. 150, hvine, CA 92606 I T(949) 753-8111 F (949) 753-0775 wwwpenooeng.com PENCO Engineering, Inc. c i e�ane<d�s Planning S—enng "C4wf 57,mesa fs Our Success" City of Anaheim Group 5, Sewer System Construction Cost: $1.2 Million Scope: Civil Engineering Contact: City of Anaheim Mark Vukojevic (714)765-5176 Design -Anaheim, California PENCO was retained by the City of Anaheim to analyze the adequacy of existing sewer pipes within Lincoln Avenue, between Gilbert Street and Magnolia Avenue (Model System 38), for current and ultimate development conditions. PENCO then recommended improvements to meet the City of Anaheim's Master Plan design criteria and prepared Plans, Specifications and Estimates for the implementation of the improvements. The analysis resulted in: the realignment and upsizing of the main sewer trunk to 12 -inches to 18 -inches in diameter and 2 800 Relevant Project List Analysis of Existing Sewer Pipes Plans, Specifications and Estimates Sewer Manhole Additions Realignment and Upsizing of Main Sewer Trunk Replacement of Several Sewer Laterals Addition of Sewer manholes Reconstruction of a Sewer Manhole at the OCSD Trunk feet long or 3,800 feet long; the replacement of several sewer laterals; the addition of sewer manholes; and the reconstruction of a sewer manhole at the connection with an Orange County Sanitation District (OCSD) Trunk line. The Project Manager utilized project progress meetings and scheduled updates on a monthly basis, to keep the project on track. Alley Inventory and Rehabilitation - Pomona, California Construction Cost: $1.8 Million Scope: Civil Engineering Contact: City of Pomona Brian Henslee (909)620-2236 PENCO provided the City of Pomona with a complete inventory of the its alleys. The compilation of data was completed and submitted to the City in 2003. In 2008, PENCO was awarded the Citywide Alley Improvement Project based upon the initial inventory. PENCO then proceeded to work in conjunction with the City to complete this extensive improvement project that included the rehabilitation of 45 alleys totaling 24,000 -linear feet throughout the City. PENCO also assisted the City in obtaining rights of entries from residents whose properties needed to be accessed in order to accomplish the survey and construction of the alleys. Design Services included: preparation of plan and profile sheets for all of the alleys; geotechnical investigation reports; environmental documentation Rehabilitation of 45 Alleys Rights of Entries from Residents Community Outreach and Individual Meetings with Property Owners Topographic Surveys, Utility Coordination, Plans and Profile Sheets Relocation of Six Power Poles and Telephone and Cable Lines Geotechnical Investigation Reports Environmental Documentation Fulfilling CEOA Requirements SUSMP and SWPPP Reports Potholing, Bid Support and Construction Support supporting California Environmental Quality Act (CEQA) requirements; preparation of a Standard Urban Management Plan (SUSMP); Stormwater Pollution Prevention Plan (SWPPP) reports; potholing of existing utilities; bid support; and construction support. PENCO also coordinated the relocation of six power poles, and telephone and cable lines. Diamond Bar RFP — On Call Civil Engineering / Plan Checking / Public Works Inspection Services Page 12 Irvine I Corona I San Diego 16842 Von Karman Ave., Ste. 150, Irvine, CA 92606 I T (949) 753-8111 F (949) 753-0775 w .pencoengxora PENCO Engineering, Inc. Cmtl EnRiii-nng Planning Sn.o n„a "C7i,ra Success is Onr Sucrvss" Relevant Project List County of Orange, Public Works - Various Projects under On -Call Contract Orange County, California Crystal Canyon Road Drainage & Pavement Rehabilitation Project OCPWD Contact: Nader Ghobrial (714) 245-4582 The project site, a 78 -lot subdivision located in the foothills of eastern Orange County, is experiencing groundwater seeping through the pavement in the public streets within the subdivision during heavy storms. The County staff requested PENCO to prepare a set of drawings to install a subdrain system within the streets to intercept the flow and convey the flow to the catch basins located within the subdivision. In addition to the subdrain system, the project included removing and replacing the existing pavement section that has been damaged by the groundwater seepage on three of the streets (a total length of about 2,200 lineal feet). Preparation of Infrastructure Plans Street and Drainage Civil Engineering Design, Survey Services Roadway Improvements Drainage Improvements Design and Relocations of Underground Utilities Channel Improvements Plans, Specifications and Cost Estimates Coordination with local residents La Vereda Drainage Study OCPWD Contact: Hany Ahmed (714) 245-4567 The County of Orange received complaints from residents living on La Vereda Drive claiming that for decades La Vereda Drive has received runoff from Skyline Drive to the east and La Cuesta Drive to the south, resulting in flooding and mud/debris depositing onto their private street. The PENCO team met with County staff and together developed an understanding of the purpose of the study, which is to evaluate the current drainage pattern and provide design alternatives on County road(s) to mitigate the issue. The scope of the study included a drainage study to quantify the amount of water runoff and the flow amount "Q" onto La Vereda Drive, develop three design alternatives to mitigate the problem and a recommendation of the preferred alternative including exhibits, including cost estimates and construction schedules for each alternative. Orange County Flood Control Channels OCPWD Contact: Rowell Castro (714) 955-0269 PENCO provided preliminary studies for four channels (Aliso Creek, Bolsa Chica, Carbon Creek and Moody Creek) for erosion control and slope stabilization, and final design for two concrete channels (Carbon Creek and Moody Creek) where we prepared plans and specifications for rehabilitation of damage to concrete lined channel. This was a spot concrete replacement throughout the channel area. Tiffany Road Storm Drain OCPWD Contact: Tran Vinh (714) 955-0210 A 13 -inch x 22 -inch Corrugated Metal Pipe (CMP) connects two curb opening catch basins (one on each side of the street) in front of the lot at 1612 Tiffany Place (Lot 5 of Tract 3131 — AP 103-411-01). From the southerly catch basin, two 18 -inch x 29 -inch CMPs convey storm flows thru the side yard at 1612 Tiffany Place and outlet into a County -owned trapezoidal concrete lined channel (La Colina -Red Hill Storm Channel) located behind the lot. The two 18 -inch x 29 -inch CMPs are in poor condition, have deteriorated over the years, and have resulted in some settlement issues near the southerly catch basin. The scope of work for this project includes preparing improvement plans, specifications, and an estimate (PS&E) to slurry seal the 18 -inch x 29 -inch CMP closest to the house; remove the remaining 18 -inch x 29 -inch CMP in the side yard; and install a single concrete conduit of equivalent hydraulic capacity as the existing system that connects the southerly catch basin on Tiffany Place to the La Colina -Red Hill Storm Channel. The existing 13 -inch x 22 -inch CMP connecting the 2 catch basins in Tiffany Place will be protected in place. Diamond Bar RFP— On Call Civil Engineering /Plan Checking /Public Works Inspection Services Page 13 Irvine I Corona I San Diego 16842 Von Karman Ave.,Ste_ 150, Irvine, CA 92606 I T(949) 753-8111 F(949)753-0775 w opencoeng.com ft PENCO Engineering, Inc. plan Civil Gvq„eeciny PlS"ina "Client Success is Our Success" Relevant Project List Artesia Blvd Rehabilitation and Stanton Ave Reconstruction - Buena Park, California Construction Cost: $3.3 Million PENCO provided civil engineering design and survey services for the rehabilitation improvement of approximately 1.1 -miles of Artesia Boulevard, an arterial in the City of Buena Park. The City's goal was to provide pavement rehabilitation, improve sidewalks, access ramps, and alleviate flooding problems in this residential neighborhood. The project involved conducting the testing of pavement samples to design adequate AC overlays; the removal and replacement of curbs and gutters; the construction of new ADA access ramps; and the design of a new storm drain system (dual 60 -inch RCP, 72 -inch RCP, 60 -inch RCP, 54 -inch RCP, dual 36 -inch RCP, and dual 36 -inch elliptical concrete pipe) that discharged to an existing Orange County Channel. Improvements Civil Engineering Design and Survey Services Testing of Pavement Samples Replacement of Curbs and Gutters New ADA Access Ramps New Storm Drain System Extensive Potholing Relocation of a Sanitary Sewer Line Permits from the City of Buena Park and the OCFCD Western Avenue Rehabilitation - Torrance and Gardena, California Construction Cost: $1.5 Million PENCO was selected to provide civil engineering design and survey services for over one mile of arterial highway rehabilitation. This project was part of a combined effort by the Cities of Torrance and Gardena to improve Western Avenue, an important arterial highway that serves a heavy commercial area within the two Cities. Improvements included widening the arterial highway to provide right -turn lanes; reconstruction of curbs, gutters, sidewalks, and driveways to comply with ADA requirements; and pavement rehabilitation. Street rehabilitation included grind and overlay, slurry seal, curb and gutter repair, and sidewalk and driveways. Sidewalks/ADA Improvements - Lake Forest, California Construction Cost: $500,000 The City of Lake Forest identified 48 ramps at 32 locations within the City right-of-way and 2 locations within Caltrans right-of-way that needed to be re -constructed to comply with the recent State of California Building Code (Title 24) requirements and Americans with Disability Act requirements. This project included the reconstruction of sidewalk access ramps that are heavily damaged. PENCO Engineering provided field survey, ramp design and Caltrans permitting. Project was completed on time with no change orders. Civil Engineering Design and Survey Services Street Rehabilitation Traffic Signal Modifications Coordination with Utilities of Torrance, Gardena and Los Angeles Plans, Specifications and Cost Improvements • Civil Engineering Design and Survey Services • Permitting with Caltrans (two ramps) • Plans, Specifications and Cost Estimates Diamond Bar RFP— On Call Civil Engineering / Plan Checking / Public Works Inspection Services Page 14 Irvine, Corona I San Diego 16842 Von Karman Ave., Ste. 150, Irvine, CA 92606 ; T (949) 753-8111 F (949) 753-0775 w pencoeng.com PENCO Engineering, Inc. PI ffio s >ne References & Statements "CGvnt Success is 0.rSucr " References for PENCO Engineering, Inc. References for D.R. Bechter Consulting, Inc. Mr. Jeremy Groves Mr. Jonathan Smith, PE Port of Long Beach City of Menifee 4801 Airport Plaza Drive 29714 Haun Road Long Beach, CA 90815 Menifee, CA 92586 (562) 283-7868 (951) 723-7594 Mr. Jonathan Smith City of Menifee 29714 Haun Road Menifee, CA 92586 (951) 723-7594 Mr. Frank Senteno City of Hermosa Beach 1315 Valley Drive Hermosa Beach, CA 90254 (310) 918-3430 Mr. Scott Johnson, PE City of Santee 10601 Magnolia Ave. Santee, CA 92071 (619) 258-4100 Mr. James Howell City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008 (858)922-8050 References for AQ Engineering Consultants References for Cho Design Associates, Inc. Ms. Shauna Clark Mr. Ed Fernandez City of La Habra Heights City of Anaheim, Department of Public Works 1245 North Hacienda Road 200 S. Anaheim Boulevard, Suite 276 La Habra Heights, CA 90631 Anaheim, CA 92805 (562) 694-6302 (714) 765-4414 Mr. Juan Perez County of Riverside 4080 Lemon St. Riverside, CA 92501 (951) 955-6740 Mr. Jonathan Smith, City of Menifee 29714 Haun Road Menifee, CA 92586 (951) 723-7594 Mr. Kevin Burton, PE Irvine Ranch Water District 15600 Sand Canyon Road Irvine, CA 92619 (949) 453-5594 PE Mr. Mark Carroll, PE City of Irvine 1 Civic Center Plaza Irvine, CA 92623 (949) 724-6410 Statements 1. PENCO Engineering, Inc. states that all terms and conditions outlined in the Consulting Services Agreement are acceptable. 2. PENCO Engineering, Inc. states that the required insurance coverage is already obtained and will be maintained current, and PENCO understands said coverage is a prerequisite for entering into an agreement with the City. 3. PENCO Engineering, Inc. states that we have the adequate staff available to the City of Diamond Bar to provide the required plan check services. Diamond Bar RFP— On Call Civil Engineering/ Plan Checking /Public Works Inspection Services Page 15 Irvine I Corona I San Diego 16842 Von Kannan Ave., Ste_ 150, Irvine, CA 92606 I T (949) 7538111 F (949) 753-0775 w vpencoeng.com PENCO Engineering, 6u. Gail rnernccens PL:n "Grenl Succeec h Our Success" August 18, 2014 PN: 94433.0 Kimberly M. Young, PE City of Diamond Bar, Public Works Department 21810 Copley Dr. Diamond Bar, CA 91765 RE: On Call Civil Engineering/ Plan Checking/ Public Works Inspection Services Dear Ms. Young, Thank you for inviting PENCO Engineering, Inc. (PENCO) to submit this proposal forthe services you require for on call professional civil engineering services on an as -needed basis for three years beginning October 1, 2014. We understand that you expect the selected firms to provide high quality, very timely expertise where needed, and we are prepared to deliver that to the City of Diamond Bar. For Land Development Projects, PENCO's fees for grading plan check, map checks and inspections will not exceed 82% of the applicable fees as established in the City's current Public Works Fee Schedule (which we thoroughly reviewed Attachment 2 in the RFP package). PENCO assumes that, on average, the fees will cover up to three (3) plan checks. It is anticipated that the City will annually adjust the Public Works Fee Schedule by the Consumer Price Index for the region. PENCO fees for these services will be adjusted in accordance with the change to the Public Works Fee Schedule. PENCO's and our Sub -Consultants' fees are based on an hourly rate schedule for all other services as shown attached. Please feel free to contact me at (949) 753-8111 or icooper@pencoeng.com should you have any questions regarding this proposal. Once again, thank you forthis opportunity. PENCO looks forward to hearing from the City of Diamond Bar and discussing future work. Sincerely, PENCO Engineering, Inc. Jeffrey Cooper, P.E. Vice President Irvine I Corona 19-n Diego 16842 Von Kaman Ave., Ste, 150,1rvine, CA 92606 I T (949) 753-8111 F (949) 753-0775 www.pencoeno.com 11 PENCO Engineering, Inc. Ci,d Ensincninc P6nidng " ww Secces- is OurSvec'en'" PERSONNEL HOURLY RATE Assessment Engineer $ 225.00 Principal $ 195.00 Engineering Manager $ 175.00 Senior Project Manager $ 175.00 Project Manager $ 160.00 Survey Mapping Manager $ 155.00 Senior Project Engineer $ 150.00 Project Engineer $ 140.00 Senior Design Engineer $ 125.00 Design Engineer $ 115.00 Associate Engineer $ 95.00 Engineering Technician $ 85.00 Project Assistant $ 85.00 Processor $ 95.00 Senior Project Surveyor $ 148.00 Project Surveyor $ 125.00 Senior Survey Technician $ 105.00 Survey Technician $ 85.00 3 -Man Survey Crew $ 240.00 2 -Man Survey Crew w/ GPS $ 245.00 2 -Man Survey Crew $ 210.00 1 -Man Survey Crew $ 165.00 REIMBURSABLE COSTS Reproductions; deliveries; facsimiles; models, renderings and photos; Mylars; and CDs. Mileage shall be billed at $0.555/mile. All accounts are due net 30 days from the date of invoice. Outstanding accounts shall be charged 1.0% per month. Lcvine Corona; San Diego 16842 Von Kar m Ave., Ste_ 150,1rvine, CA 92606 I T(949) 753-8111 F(949) 753-0775 www.pencoeng.com 12 AOW ENGINEERING CONSULTANTS Municipal Engineering Services Fee Schedule (2014) STANDARD HOURLY BILLING RATES Proarams Management Services Principal/Program Manager $150.00 Program/Projects Coordinator $140.00 Program/Project Engineer $126.00 Office/Project Engineer $115.00 Administrative Assistant $55.00 Plan Check Services Principal (Land Development) $140.00 Senior Plan Checker $115.00 Sr. Office/Project Engineer $126.00 Plan Checker $110.00 Designer/GIS Tech $75.00 Administrative Assistant $55.00 Inspection Services Principal (Inspection) $140.00 Construction Engineer (P.E.) $126.00 Senior Inspector $110.00 Inspector $105.00 Administrative Assistant $55.00 DIRECT EXPENSES Direct expenses will be billed at 115% of actual cost. Examples of direct expenses include the following: purchase or rental of project materials and specials supplies, reproduction, printing and photographic costs, postage, delivery, telephone and other communication costs to third parties when requested or approved by the client, project -related mileage directly incurred. Fees to other agencies will be billed at cost. Fees will be invoiced monthly based on actual time expended. Payment will be based on actual time expended in furnishing authorized professional services during the preceding calendar month and will include an hourly cost breakdown of assigned project. 26759 Chamomile Street — Murrieta CA 92562 — Tel: 951.232.1790 Email: amadq@agengineeringconsultants.com SCHEDULE OF FEES D.R. Bechter Consulting, Inc. August 18, 2014 CHO DESIGN ASSOCIATES, INC. 3001 Red Hill Avenue, Suite 6-206 o Costa Mesa, CA 92626 > (714) 427-0680 ^ Pax: (714) 427-0681 FEE SCHEDULE Effective January 1, 2014 Principal Engineer/Project Manager.............................................................................. $ 200.00/Hr Project/Design Engineer................................................................................................ $ 175.00/Hr CARD Technician/Draftsperson.................................................................................... $ 125.00/Hr Word Processing/Clerical................................................................................................ $ 75.00/Hr Bluelines, reproductions, deliveries and other reimbursable items will be billed at our cost plus 15%. CDA fila N, fe thM,doc CONSULTING SERVICES AGREEMENT THIS AGREEMENT is made as of October 7, 2014 by and between the City of Diamond Bar, a municipal corporation ("City") and DMS Consultants, Inc., ("Consultant"). RECITALS A. City desires to utilize the services of Consultant as an independent contractor to provide consulting services to City as set forth in Exhibit "A", the City's Request for Proposals dated July 16, 2014. B. Consultant 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. NOW, THEREFORE, in consideration of performance by the parties of the covenants and conditions herein contained, the parties hereto agree as follows: 1. Consultant's Services. A. Scope of Services. The nature and scope of the specific services to be performed by Consultant are as described in Exhibit "B" the Consultant's Proposal, dated August 18, 2014 to the City's Request for Proposals. B. Level of Services/Time of Performance. The level of and time of the specific services to be performed by Consultant are as set forth in Exhibit "B." 2. Term of Agreement. This Agreement shall take effect October 18, 2014, and shall continue until October 18, 2017 unless earlier terminated pursuant to the provisions herein. 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the schedule set forth in Exhibit "B". Payment will be made only after submission of proper invoices in the form specified by City. 4. General Terms and Conditions. In the event of any inconsistency between the provisions of this Agreement and Consultant's proposal, the provisions of this Agreement shall control. 5. Addresses. City: James DeStefano, City Manager Consultant: Surender Dewar, P.E. City of Diamond Bar DMS Consultants, Inc. 21810 Copley Drive 12371 Lewis Street, Suite 203 Diamond Bar, CA 91765-4178 Garden Grove, CA 92840 6. Status as Independent Contractor. A. Consultant is, and shall at all times remain as to City, a wholly independent contractor. Consultant 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. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant's employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its agents or employees are in any manner agents or employees of City. B. Consultant agrees to pay all required taxes on amounts paid to Consultant 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 Agreement. In the event that City is audited by any Federal or State agency regarding the independent contractor status of Consultant and the audit in any way fails to sustain the validity of a wholly independent contractor relationship between City and Consultant, then Consultant agrees to reimburse City for all costs, including accounting and attorney's fees, arising out of such audit and any appeals relating thereto. C. Consultant shall fully comply with the workers' compensation law regarding Consultant and Consultant's employees. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with applicable worker's compensation laws. City shall have the right to offset against the amount of any fees due to Consultant under this Agreement any amount due to City from Consultant as a result of Consultant's failure to promptly pay to City any reimbursement or indemnification arising under this Section 6. D. Consultant shall, at Consultant'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. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with the requirements in Section 6. Additionally, the City shall have the right to offset against the amount of any fees due to Consultant under this Agreement for any amount or penalty levied against the City for Consultant's failure to comply with Section 6. 7. Standard of Performance. Consultant shall perform all work at the standard of care and skill ordinarily exercised by members of the profession under similar conditions. 8. Indemnification. Consultant shall indemnify, defend with counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers 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 Consultant 's negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to 2 comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole active negligence or willful misconduct of the City (meaning that Consultant shall indemnify and defend City notwithstanding any alleged or actual passive negligence of City which may have contributed to the claims, damages, costs or liability). Should City in its sole discretion find Consultant's legal counsel unacceptable, then Consultant 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 Consultant shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Consultant's negligence, recklessness or willful misconduct. 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. 9. Insurance. Consultant shall at all times during the term of this Agreement carry, maintain, and keep in full force and effect, with an insurance company authorized to do business in the State of California and approved by the City (1) a policy or policies of broad -form comprehensive general liability insurance 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 Consultant, 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; (3) automotive liability insurance, with minimum combined single limits coverage of $500,000.00; (4) professional liability insurance (errors and omissions) to cover or partially cover damages that may be the result of errors, omissions, or negligent acts of Consultant, in an amount of not less than $1,000,000 per occurrence and at least $1,000,000 aggregate; and (5) worker's compensation insurance with a minimum limit of $500,000.00 or the amount required by law, whichever is greater. City, its officers, employees, attorneys, and volunteers shall be named as additional insureds on the policy(ies) as to comprehensive general liability, property damage, and automotive liability. The policy (ies) as to comprehensive general liability, property damage, and automobile liability shall provide that they are primary, and that any insurance maintained by the City shall be excess insurance only. A. 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 thirty (30) day's prior written notice thereof. Consultant agrees that it will not cancel, reduce or otherwise modify the insurance coverage. B. All policies of insurance shall cover the obligations of Consultant pursuant to the terms of this Agreement; 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 with a current A.M. Best's rating of no less than A-, VII. C. Consultant shall submit to City (1) insurance certificates indicating compliance with the minimum worker's compensation insurance requirements above, 3 and (2) insurance policy endorsements indicating compliance with all other minimum insurance requirements above, not less that one (1) day prior to beginning of performance under this Agreement. Endorsements shall be executed on City's appropriate standard forms entitled "Additional Insured Endorsement", or a substantially similar form which the City has agreed in writing to accept. D. Self Insured Retention/Deductibles. All policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention ("SIR") and/or deductible of the policy in lieu of the Owner (as the named insured) should Owner fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Owner understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Owner as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Owner's behalf upon the Owner's failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Owner for breach of this Agreement in addition to any other damages incurred by City due to the breach. 10. Confidentiality. Consultant in the course of its duties may have access to confidential data of City, private individuals, or employees of the City. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Consultant without written authorization by City. City shall grant such authorization if disclosure is required by law. All City data shall be returned to City upon the termination of this Agreement. Consultant's covenant under this section shall survive the termination of this Agreement. Notwithstanding the foregoing, to the extent Consultant prepares reports of a proprietary nature specifically for and in connection with certain projects, the City shall not, except with Consultant's prior written consent, use the same for other unrelated projects. 11. Ownership of Materials. All materials provided by Consultant in the performance of this Agreement shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. Consultant may, however, make and retain such copies of said documents and materials as Consultant may desire. 12. Conflict of Interest. A. Consultant 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 Consultant under this Agreement, or which would conflict in any manner with the performance of its services hereunder. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid the appearance of having any interest which Cl would conflict in any manner with the performance of its services pursuant to this Agreement. B. Consultant covenants not to give or receive any compensation, monetary or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the performance of this Agreement. Consultant's covenant under this section shall survive the termination of this Agreement. 13. Termination. Either party may terminate this Agreement with or without cause upon fifteen (15) days' written notice to the other party. However, Consultant shall not terminate this Agreement during the provision of services on a particular project. 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 fifteenth (15th) day following delivery of the notice. In the event of such termination, City agrees to pay Consultant for services satisfactorily rendered prior to the effective date of termination. Immediately upon receiving written notice of termination, Consultant shall discontinue performing services. 14. Personnel. Consultant 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 Consultant or under it supervision, and all personnel engaged in the work shall be qualified to perform such services. Consultant reserves the right to determine the assignment of its own employees to the performance of Consultant's services under this Agreement, but City reserves the right, for good cause, to require Consultant to exclude any employee from performing services on City's premises. 15. Non -Discrimination and Equal Employment Opportunity. A. Consultant 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. Consultant will, in all solicitations or advertisements for employees placed by or on behalf of Consultant 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 or mental handicap, medical condition, or sexual orientation. C. Consultant 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. 5 16. Assignment. Consultant shall not assign or transfer any interest in this Agreement nor the performance of any of Consultant's obligations hereunder, without the prior written consent of City, and any attempt by Consultant to so assign this Agreement or any rights, duties, or obligations arising hereunder shall be void and of no effect. 17. Compliance with Laws. Consultant shall comply with all applicable laws, ordinances, codes and regulations of the federal, state, and local governments. 18. 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 Consultant 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 Consultant, 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. 19. Attorney's Fees. In the event that either party to this Agreement shall commence any legal or equitable action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and costs, including costs of expert witnesses and consultants. 20. Mediation. Any dispute or controversy arising under this Agreement, or in connection with any of the terms and conditions hereof, shall 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. In the event the parties are unable to mutually agree upon the mediator to be selected hereunder, the City Council shall select such a neutral, third party mediation service and the City Council's decision shall be final. 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 referral of any such dispute or controversy, and mutual good faith efforts to resolve the same thereby, shall be conditions precedent to the institution of any action or proceeding, whether at law or in equity with respect to any such dispute or controversy. 21. 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 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. 22. Governing Law. This Contract shall be interpreted, construed and enforced in accordance with the laws of the State of California. 0 23. 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. 24. Entire Agreement. This Agreement, and any other documents incorporated herein by specific reference, represent the entire and integrated agreement between Consultant 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 the City Manager or the Mayor and attested by the City Clerk. 25. Exhibits. All exhibits referred to in this Agreement are incorporated herein by this reference. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first written above. "C ity" ATTEST: CITY OF DIAMOND BAR By: By Tommye Cribbins, City Clerk Approved as to form: By: City Attorney "CONSULTANT" By: Its: Carol Herrera, Mayor Carol Herrera Mayor Steve Tye Mayor Pro Tem Ling -Ling Chang Council Member Nancy A. Lyons Council Member Jack Tanaka Council Member July 16, 2014 F � � 2181€1 Copley Drive m Diamond Bar, CA 91765-4178 (909) 839-7000 - Fax (909) 861-3117 www.DiamondBarCA.gov To Interested Civil Engineering Firms: SUBJECT: On Call Civil Engineering/Plan Checking / Public Works Inspection Services The City of Diamond Bar (City) Public Works Department is inviting qualified Civil Engineering firms to submit proposals for professional civil engineering services on an as -needed basis for a period of three (3) years commencing October 1, 2014 with the possibility of two (2) additional annual renewals. The City plans to contract with multiple firms in order to augment the City's professional capabilities and to provide high quality, very mel expertise where needed. The scope of work includes, but is not limited to: ® Review and recommend approval of various grading plans, National Pollutant Discharge Elimination System/Low Impact Development (LID) Reports (NPDES/SUSMPs) to be in compliance with the 2012 LA County MS4 Permit (Order No. R4-2012-0175), street plans, sanitary sewer plans, storm drain plans, and hydrology studies for both public and private developments- • Provide preliminary design review of site/grading, storm drain, sewer and street plans and any associated technical reports for proposed private development projects and attend City design review meetings as necessary. ® Plan check easements, lot line adjustments, dedications, vacations, parcel and tract maps. • Provide inspection services for grading activities, NPDES/LID compliance, street, sanitary sewer and storm drain installation associated with private developments, public improvements and capital improvement program projects. • Provide survey, preliminary engineering and civil engineering design services that may include the preparation of plans, structural Page 1 calculations, technical studies and technical specifications for storm drain, sewer and street improvement plans in accordance with the design policies and Standard Plans (APWA) for Public Works Construction. Provide information regarding any additional services that may benefit the City. All improvement plan check services shall be performed by or under the responsible charge of a California Licensed Professional Engineer (and/or California Licensed Land Surveyor as applicable) eligible to prepare and sign such plans. The successful firm (Consultant) will serve as an independent contractor to the City and will be prohibited from concurrently providing services to any other public or private client doing business with the City during the life of the Agreement and for six months following completion thereof. Exceptions may be granted on a project by project basis if the City determines that there is no conflict of interest by the parties involved. The firm will be required to disclose to the City a list of all of its clients for the past three (3) years for purposes of allowing the City to review potential conflict of interest issues. In addition, the firm will be required to disclose any litigation in which it has been a party to in the last five (5) years. At a minimum, plan check services shall be provided in conformance with the most current version of the following documents and standards: - California Building Code - Low Impact Development Ordinance No. 11(2013). Enclosed as Attachment 3 - City of Diamond Bar Grading Plan Check Requirements. Enclosed as Attachment 4 - City of Diamond Bar Grading Ordinance and Hillside Management Ordinance. Enclosed as Attachment 5 - Approved Specific Plans, Site Plans, Environmental Documents, and/or Tentative and Final Maps - Traverse, Lot, and Tract Boundary Closures for final or parcel maps - Grants, easements, or vacations as applicable - Conditions of Approval - Title Reports For land development projects, prior to completion of the first plan check, the Consultant shall research existing City engineering records including, but not limited to the documents described above for consistency with the proposed improvements. The Consultant shall also visit the project site to Page 2 verify the proposed improvements are consistent with the physical constraints in the field. The Consultant shallicp k up plan check submittals from the City within 24 hours of notification by the City. The first plan check shall be completed within ten (10) working days unless otherwise directed by the City. Each subsequent plan check shall be completed within 10 working days unless otherwise directed by the City. Each specific assignment under an on-call engineering services contract will be compensated on either lump sum or time -and -materials basis. The method of compensation will be specified in writing by the City at the time the assignment is given. For private development plan check services the City's FY 2014-2015 Fee Schedule is enclosed as Attachment 2. Note that the fees listed are to cover three (3) plan check submittals. Any additional submittals required thereon can be charged on a time and materials (hourly) rate. .-O* , 1111IMS IM Firms responding shall submit three (3) sets of proposals on standard paper, limited to fifteen (15) pages, which shall include the items listed below: A brief background of your firm, including a general description of thF range of relevant activities performed. ® Description of Consultant team including the names, resumes and qualifications of your principals and other key project team members to be assigned to the City. ® Provide an explanation of the approach and methodology used to perform the scope of work outlined in the Proposal. Include a description of required plan -check list and expected turn -around time for plan -check. ® Provide a list describing comparable work performed for other public agencies. Include scope, cost, and the names, phone numbers and addresses of contact person(s). ® Three (3) public agency references including contact person, the public agency, address and phone number. ® Provide a statement that all terms and conditions outlined in the attached Consulting Services Agreement (Attachment 1) are acceptable. Page 3 ® Provide a statement that the required insurance coverage will be obtained by the consultants, and that the Consultant understands said coverage is a prerequisite for entering into an agreement with the City. Provide a statement regarding the availability of staff to provide the required plan check services. Provide a fee proposal included in a separate sealed envelope. The fee proposal shall include: 1) For Land Development Projects, Consultant fees for grading plan check, map checks, and inspections which cannot exceed 82% of the applicable fees as established in the City's current Public Works Fee Schedule (Attachment 2). It should be assumed that, on average, the fees will cover up to three (3) plan checks. It can be anticipated that the City will annually adjust the Public Works Fee Schedule by the Consumer Price Index for the region. Therefore, Consultant fees for these services will be adjusted in accordance with the change to the Public Works Fee Schedule. 2) Consultant fees based on an hourly rate schedule for all other services. Criteria for evaluation of proposals may include, but need not be limited to, the following: 1. Responsiveness and comprehensiveness of proposal. 2. Firm/assigned personnel's experience with the City of Diamond Bar and other public agencies. 3. Quality of previous work performed by the firm. 4. Resources and fee required to perform the requested services. 5. The Consultant's comments on the attached Consulting Services Agreement. 6. References. A "Short List" of firms will be selected for further consideration and may be contacted to arrange an interview. Should a firm be asked to participate in an interview, a principal and personnel assigned to the City should be available to discuss the following: 1. Major elements of the proposal and be prepared to answer detailed questions. 2. Satisfactory performance on similar work and description of related experience. Page 4 The selected firm will be required to identify a member of the firm authorized to assign work to the firm's employees who will serve as the contact person for communications and inquiries from the City. The individual must be accessible to City employees during regular business hours. The City reserves the right to request the services of personnel other than those designated by the selected firm. All personnel named in the proposal to work on the City's behalf shall be used unless replacements are approved, in writing, by the City. The Consultant shall maintain a close relationship with other City departments, and other agencies, to ensure the requirements of those departments/agencies are incorporated and adhered to. The City reserves the right to reject any proposal and may elect to make a decision without further discussion or negotiation. This solicitation is not to be construed as a contract of any kind. The City is not liable for any costs or expenses incurred in the preparation of the proposals. The right to issue supplementary information or guidelines relating to this request is also reserved by the City. The interested firms must submit the Proposals to the City of Diamond Bar no later than 4:00 p.m. Monday, August 18, 2014. All proposals should be addressed to: City of Diamond Bar Public Works Department Attn: Kimberly M. Young, P.E. 21810 Copley Drive Diamond Bar, CA 91765-4178 Enclosed is a copy of the sample Consulting Services Agreement for your information. If you have any questions regarding this request, please contact Ms. Kimberly M. Young, Senior Civil Engineer, at (909) 839-7044 or via email at kyoung@diamondbarca.gov. Sincer David G. Liu, P.E. Director of Public Works/City Engineer Attachments Page 5 for Civil Engineedng Plan Checking ELL Presented To: Kimberly M. Young, RE. Senior Civil Engineer City of Diamond Bar Public Works Department 21810 Copley Drive Diamond Bar, California 91765 Presented By: DIVIS Consultants, Inc. 12371 Lewis Street, Suite 203 Garden Grove, California 92840 714.740.8840 August 18, 2014 Kimberly M. Young, P.E. Senior Civil Engineer City of Diamond Bar Public Works Department 21810 Copley Drive Diamond Bar, CA 91765 SUBJECT: Proposal for On Call Civil Engineering/ Plan Checking/ Public Works Inspection Services Dear Ms. Young DMS Consultants, Inc. is pleased to present this proposal to provide professional civil engineering services for the subject project. DMS is a Minority Business Enterprise (MBE/SBE) which provides engineering consulting and related services to various government agencies, institutions and developers. As a small business, DMS is committed to personal service, high quality products, close communications and enduring client relationships. As an MBE, we offer compliance with contractual requirements pertaining to affirmative action. Mr. Surender Dewan, President of DMS Consultants, Inc., would be assigned as the Project Manager of this project. As such, Mr. Dewan would be responsible for the overall scheduling and budget control and would be available to meet with the City to discuss the project as required. I hope that our experience, record of performance and sincere interest in working with the City of Diamond Bar will result in a favorable consideration. We look forward to the opportunity of working with you and your staff. Sincerely, DMS Consultants, Inc. Surender Dewan, P.E. President DMS Consultants, Inc. is dedicated to technical excellence and high quality services. A team approach is taken to every project undertaken, with a project engineer directing, managing and acting as the central design figure in work. Our firm strives to maintain a high level of communication with the client and jurisdictional agencies. We are acutely aware of the value and importance of providing close individual attention to each project and to working within the constraints of time and budget. We also know that the success of our firm rests clearly on the management, competence, and expertise of our professional staff and team. Established in 1994, our firm is a Caltrans certified MBE/SBE and provides engineering and related services to municipalities, government entities, and private industries throughout Southern California. With a staff of registered civil engineers, designers, construction observers, contract administrators, surveyors, and specialists in transportation, building and safety, and computer-aided design, DMS Consultants, Inc. is uniquely qualified to respond to the diverse needs of our clientele. In addition to the City of Diamond Bar, DMS Consultants, Inc. presently provides on call engineering services to the City of Fullerton, City of Newport Beach, City of San Dimas, and to the City of Cerritos. Specifically, DMS Consultants, Inc. can provide an extensive range of services including the following: Land Development Engineering ® Conceptual Studies Grading Plans ® Erosion Control Plans ® Composite Utility Plans • NPDES Compliance ADA Compliance • Specifications Municipal Engineering • Roadway Design • Storm Drain Design • Drainage & Hydrology Studies ® Sewer & Water Systems ® Plan Check Services Land Surveying ® Boundary Surveys ® ALTA Surveys • Topographic Surveys ® Tentative Maps Construction Administration & Inspection Plan & Specification Compliance • Change Orders • Progress Payments Public Agency & Utility Coordination On Call Civil Erigineering - 2014 Page 2 DMS Consultants, Inc. public works division provides a full complement of municipal engineering for agencies. We have catered to municipalities on a project specific and an on call basis for 20 years. Municipal Engineering Representative Projects • MacArthur Boulevard Pavement Overlay - Newport Beach • Orangethorpe Avenue Reconstruction - Fullerton • Placentia Avenue Reconstruction - Fullerton • Magnolia Avenue Reconstruction - Fullerton • Commonwealth Avenue Reconstruction - Fullerton • Bastanchury Avenue Sewer Improvements - Fullerton • La Mesa Avenue and Oak Street, Sewer and Street Improvements - Fullerton • San Dimas Avenue Street Improvements - San Dimas • Amelia Avenue Sidewalk Improvements - San Dimas • City Hall Parking Lot Improvements - San Dimas • Bloomfield Avenue Street Improvements - Cerritos • 183rd Street Roadway Improvements - Cerritos • Jamboree Road Street Improvements - Newport Beach • Seal Beach Boulevard and Lampson Avenue Improvements - Seal Beach • State College Boulevard Street Improvements - Anaheim • Orangewood Avenue Street Improvements - Anaheim • Pathfinder Road Median Improvements - Diamond Bar • 2010-2011 CDBG Curb Ramp Installation Project - Diamond Bar • 2009-2010 CDBG and CDBG-R Curb Ramp Installation Project - Diamond Bar 123rd Street Rehabilitation Project Cerritos Seal Beach Boulevard & Lampson .Avenue Improvements Seal Beach On 'C'all ^i ril Engineering - 2014 Page 3 DMS Consultants land development division provides a full complement of services for developers for project inception to completion. Our staff understands the value of quality and timely services. Our work process emphasizes communication, efficiency and consistency to meet the needs of the project. Residential/ Land Development Representative Projects • Groves in Fullerton - KB Home • Willows Residential Development, Garden Grove - Richmond American Homes • Grand Canal Townhome Development, Grand Terrace - Legacy Homes • Cambria Single Family Development, Stanton - K. Hovnanian Homes • Magnolia Cottages Single Family Development, Anaheim - KB Home • Century Triangle Townhome Development, Garden Grove - Brandywine Homes • Fairview Cottages Single Family Development, Garden Grove - Brandywine Homes • Hamptons Single Family Development, Buena Park - Brandywine Homes • Lemon Grass Residential Development, Fountain Valley - Brandywine Homes • Belmont Cottages, Cypress - Bonanni Development • Citrus Grove Apartment Complex, Orange - C&C Development Inc. • Crescent Square Residential Development, Signal Hill - Signal Hill Petroleum Magnolia Cottages Anaheim Citrus Grove Apartments Orange CaA Cid Engineering - 2014 Fuge 4 The most important element in the provision of professional services is the assignment of key personnel. Quality personnel and an effective management system combine to produce quality services. Accordingly, the following personnel will be assigned to this project. • Surender Dewan, P.E. • Jeremy Patapoff, P.E. • Nishant Chadha • Hoang Nguyen • Charles Tuggle, L.S. • Rash Syed President Project Manager Design Engineer Designer Survey Manager Construction Inspector City of Diamond Bar Surender Dewar, P.E. President DMS Consultants, Inc. Jeremy Patapoff, P.E. Project Manager DMS Consultants, Inc. Hoang Ngyuen Nishant Chadha Designer Project Engineer DMS Consultants, Inc. DMS Consultants, Inc. Charles Tuggle, L.S. Rash Syed Survey Manager �' Construction Inspector DMS Consultants, Ina DMS Consultants, Inc. Survey Crew 711 evil Civil Engineering - 2014 Page 5 President I Project Manager EDUCATION: Bachelor of Science, Civil Engineering Delhi University, 1970 Master of Science, Civil Engineering University of Washington, 1978 REGISTRATION: Civil Engineer, California RCE 34559 SWRCB Certified QSD Mr. Dewan, President of DMS Consultants, Inc., has more than 30 years of professional experience in the design of Public Works projects. Mr. Dewan is responsible for performing and/or coordinating engineering design and other related technical services including project management; preparation of plans, specifications, estimates, design; and evaluation of major municipal projects. MUNICIPAL PROJECTS: • San Dimas Avenue Improvements - San Dimas MacArthur Boulevard Pavement Overlay - Newport Beach • Commonwealth Avenue Improvements - Fullerton • Magnolia Avenue Improvements - Fullerton • Placentia Avenue Reconstruction - Fullerton Grand Avenue Beautification Project - Diamond Bar • Covina Boulevard and Cataract Avenue Street Improvement Project - San Dimas • Fire Station 48 Off -Site Improvements on Beverly Manor Road - Seal Beach • Kings Road Reconstruction Project - Newport Beach • Eastbluff Drive Street Rehabilitation Project - Newport Beach • Seal Beach Boulevard and Lampson Avenue Median Improvement Project - Seal Beach • Drainage Improvements on Gladstone Street, Cataract Avenue, Bonita Avenue - San Dimas • Ocean Avenue Street Improvement Project - Seal Beach • Norwalk Boulevard Median Divider Improvements - Cerritos • Marquardt Avenue 183rd to Artesia Boulevard Median Improvements - Cerritos • Jamboree Road Rehabilitation, Ford to San Joaquin and Bristol to University - Newport Beach Grand Avenue BettermenVImprovement Project, Phase I, 11 & III - Diamond Bar • 195th Street Improvements, Pioneer Boulevard to Bloomfield Avenue - Cerritos • Jamboree Road Street Rehabilitation Project, Ford Road to Bison Ave. - Newport Beach Jamboree Road Street Rehabilitation Project, Bison Ave. to University Dr. - Newport Beach Arrow Highway Street Resurfacing and Restoration Project - San Dimas • San Dimas Canyon Road, Landscaped Median and Street Restoration Project - San Dimas • Gladstone Street, Landscaped Median and Street Restoration Project - San Dimas • Brea Canyon Cut -Off Street Improvements - Diamond Bar .'r, "all "MilEngineering- 2014.... Page 6 Mr. Patapoff has 18 years of experience in the fields of Jeremy Patap off, P.E. roadway and wastewater treatment operation and design, Project Manager, RCE 63434 including managing and designing municipal projects, performing geometry and engineering estimates, and preparing hydrology and hydraulic calculations for drainage design. He is experienced in AutoCAD, Microstation, InRoads, Softdesk and Eaglepoint. Mr. Chadha has 10 years of civil engineering experience. Nishan€ Chadd, .S., M.B.A. Mr. Chadha has been responsible for preparation of street Project Engineer plans, sewer and storm drain improvement plans, grading plans, tract maps, lot line adjustments and legal descriptions. Mr. Nguyen has more than 20 years of civil engineering Hoang Nguyen experience and has been responsible for preparation of Designer street improvement plans, tract maps, parcel maps, rough and precise grading plans and preparation of exhibits for legal descriptions. Mr. Tuggle has more than 40 years of experience in Charles Toggle, E,So management and supervision of land surveying for various Survey Manager, RLS 4025 projects from the development phase through the construction phase. Mr. Tuggle has prepared tentative maps, final maps, parcel maps, legal descriptions, easement descriptions, right-of-way acquisition documents, lot line adjustments and ALTA surveys. Mr. Tuggle has been responsible for reviewing and approving survey data; coordination of design work; managing and scheduling survey crews, and coordination with site superintendents and collection and analysis of field data. Mr. Syed has an extensive background in the field of Rash Syed construction and has worked as project administrator for Construction Inspector various projects while working as an Associate Engineer with the City of Cerritos. He retired from the City of Cerritos in 2009. Call Uvii Eng neering - 2014 Fade 7 It is the intent of the City to retain the services of a consultant to provide engineering services as defined below: Review and recommend approval of various grading plans, National Pollutant Discharge Elimination System/Standard Urban Storm Mitigation Plans (NPDES/SUSMPs), street plans, sanitary sewer plans, storm drain plans, and hydrology studies for both public and private developments. ® Provide preliminary design review of site/grading plans and attend City design review meetings as necessary. Plan check easements, lot line adjustments, dedications, vacations, parcel and tract maps. Provide inspection services for grading activities, NPDES/SUSMP compliance, street, sanitary sewer and storm drain installation. Provide survey, preliminary engineering and civil engineering design services as necessary. Provide information regarding any additional services that may benefit the City. 0 Call ("Mi Engineering - 2014 Page, 8 Grading, Street Plan, Sewer Plan, Storm Drain and Hydrology Study Plan Check: • Grading, street plan, sewer plan, storm drain and hydrology study plan checks will be performed by DMS Consultants. • DMS Consultants shall assign personnel who are professionally qualified to perform commercial and/or residential construction document plan check. • DMS Consultants shall designate one individual as the responsible contact for all communications between the City and applicant. • DMS Consultants shall furnish assigned personnel with all necessary materials, resources, and training to conduct plan check, including a current copy of applicable City amendments, policies, procedures and forms. • Grading and drainage documents shall be reviewed for compliance with the State of California Building Code (CBC). • Provide the permit applicant designee and City a list of items needing clarification or change to achieve conformance with the above regulations. ® Perform plan reviews of revisions to plans that have been previously approved per permit issue. • Plan check approval shall not be recommended to the City until all code compliance issues are resolved to the best of the applicant's knowledge, and all permit issuance requirements of the City Building Division have been satisfied. DMS Consultants shall respond within one business day upon each notification that a plan check is authorized. • DMS Consultants shall arrange for pick up and delivery of all documents in a timely manner. DMS Consultants shall perform plan check services within seven business days upon receipt of each notification that a plan check has been authorized. ® DMS Consultants shall conduct and coordinate all communications with clients during the process of completing each authorized plan check, and shall provide the City a copy on all such correspondence. • Code interpretations are subject to final review and approval by the City. ® DMS Consultants shall be available with one business day to respond to questions from the City generated during field inspection for each authorized plan check that is subsequently issued a permit for construction. On Call Civil Engineering - 2014 age 9 Standard Urban Stormwater Management Plan (SUSMP) Plan Check: ® Standard Urban Stormwater Management Plan checks will be performed by DMS Consultants. DMS Consultants shall assign personnel who are professionally qualified to perform commercial and/or residential construction document plan check. ® DMS Consultants shall designate one individual as the responsible contact for all communications between the City and applicant. ® SUSMP documents shall be reviewed for compliance with the City of Diamond Bar's National Pollution Discharge Elimination System (NPDES) and the documents "Development Planning for Storm Water Management', "A Manual for the Standard Urban Stormwater Mitigation Plan" from the Los Angeles County Department of Public Works. All orders with respect to SUSMP from Los Angeles Regional Water Quality Control Board shall also apply. Lot Line Adjustment, Dedications, Vacations, Parcel and Tract Map Plan Check: Tract map, parcel map and lot line adjustment documents will be checked for conformance with Subdivision Map Act and approved tentative map and conditions of approval prior to final recommendations to the City. m Lot closures and legal descriptions will be checked prior to final recommendations to the City. Inspection Services for Grading Activities, NPDESISUSMP Compliance, Street, Sewer and Storm Drain Installation: ® DMS Consultants have inspectors with extensive experience in the City of Diamond Bar. Our inspector will ensure that the work is performed in conformance with approved improvement plans and applicable codes. ® Mr. Surender Dewan is a state certified Qualified SWPPP Developer (QSD) and Qualified SWPPP Practitioner (QSP) and will be responsible for NPDES/SUSMP compliance of projects. Survey, Preliminary Engineering and Civil Design Services as Necessary: DMS Consultants will perform design survey, prepare concept plans and final improvements plans for street, sewer, water, storm drain improvements or any other services requested by the City. On Call "vil Engineering - 2014 Page 10 MUNICIPAL ENGINEERING MacArthur Boulevard Street Improvements From Pacific Coast Highway to Bonita Canyon Road Contact: Frank Tran City of Newport Beach Associate Engineer 100 Civic Center Drive 949.644.3311 Newport Beach, CA 92660 Project Manager: Surender Dewan, P.E. Project Cost: $2.5 Million Scope: The project consists of rehabilitation of existing roadway and median improvements. Commonwealth Avenue and Magnolia Avenue Street and Sewer Improvement Project Contact: Vincent Oseguera City of Fullerton Associate Engineer 303 W. Commonwealth Avenue 714.738.6851 Fullerton, CA 92832 Project Manager: Surender Dewar. P.E. Project Cost: $1.6 Million Scope: The project area was Commonwealth Avenue from Brookhurst Road to Basque Avenue and Magnolia Avenue from Orangethorpe Avenue to Ash Avenue and consisted of reconstruction of existing roadway and sewer system. La Mesa Avenue, Oak Street, Orangethorpe Avenue and Magnolia Avenue Street and Sewer Project Contact: Vincent Oseguera City of Fullerton Associate Engineer 303 W. Commonwealth Avenue 714.738.6851 Fullerton, CA 92832 Project Manager: Jeremy Patapoff, P.E. Project Cost: $2.4 Million Scope: The project consisted of replacement of existing sewer with 8" to 10" VCP sewer and reconstruction of existing roadway. San Dimas Avenue Street Reconstruction Project Contact: Krishna Patel City of San Dimas Director of Public Works 245 East Bonita Avenue 909.394.6245 San Dimas, CA 91773 Project Manager: Surender Dewan, P.E. Project Cost: $1.8 Million Scope: The project area was from Gladstone Street to Foothill Boulevard. The project consisted of median landscape, irrigation improvements and street reconstruction. Via Verde Street Reconstruction Project Contact: Krishna Patel City of San Dimas Director of Public Works 245 East Bonita Avenue 909.394.6245 San Dimas, CA 91773 Project Manager: Surender Dewar, P.E. Project Cost: $1.6 Million Scope: The project area was from San Dimas Avenue to Covina Boulevard. The project consisted of rehabilitation of existing roadway. On Call (Civil Engi ipering - 2014 Page 11 Y MUNICIPAL ENGINEERING MacArthur Boulevard Street Improvements From Pacific Coast Highway to Bonita Canyon Road Contact: Frank Tran City of Newport Beach Associate Engineer 100 Civic Center Drive 949.644.3311 Newport Beach, CA 92660 Project Manager: Surender Dewan, P.E. Project Cost: $2.5 Million Scope: The project consists of rehabilitation of existing roadway and median improvements. Commonwealth Avenue and Magnolia Avenue Street and Sewer Improvement Project Contact: Vincent Oseguera City of Fullerton Associate Engineer 303 W. Commonwealth Avenue 714.738.6851 Fullerton, CA 92832 Project Manager: Surender Dewar. P.E. Project Cost: $1.6 Million Scope: The project area was Commonwealth Avenue from Brookhurst Road to Basque Avenue and Magnolia Avenue from Orangethorpe Avenue to Ash Avenue and consisted of reconstruction of existing roadway and sewer system. La Mesa Avenue, Oak Street, Orangethorpe Avenue and Magnolia Avenue Street and Sewer Project Contact: Vincent Oseguera City of Fullerton Associate Engineer 303 W. Commonwealth Avenue 714.738.6851 Fullerton, CA 92832 Project Manager: Jeremy Patapoff, P.E. Project Cost: $2.4 Million Scope: The project consisted of replacement of existing sewer with 8" to 10" VCP sewer and reconstruction of existing roadway. San Dimas Avenue Street Reconstruction Project Contact: Krishna Patel City of San Dimas Director of Public Works 245 East Bonita Avenue 909.394.6245 San Dimas, CA 91773 Project Manager: Surender Dewan, P.E. Project Cost: $1.8 Million Scope: The project area was from Gladstone Street to Foothill Boulevard. The project consisted of median landscape, irrigation improvements and street reconstruction. Via Verde Street Reconstruction Project Contact: Krishna Patel City of San Dimas Director of Public Works 245 East Bonita Avenue 909.394.6245 San Dimas, CA 91773 Project Manager: Surender Dewar, P.E. Project Cost: $1.6 Million Scope: The project area was from San Dimas Avenue to Covina Boulevard. The project consisted of rehabilitation of existing roadway. On Call (Civil Engi ipering - 2014 Page 11 Century Triangle Townhome Project - Garden Grove Contact: Mark Whitehead Brandywine Homes Vice President 16580 Aston 714.296.2400 Irvine, CA 92606 Project Manager: Nishant Chada Project Cost: $20 Million Scope: The project consisted of construction of 64 townhomes. Services provided by DMS consisted of preparation of tentative tract map, tract map, grading plan, hydrology study, sewer and water plan, SWPPP, WQMP, design survey, and construction staking. Citrus Grove Apartments - Orange Contact: Todd Cottle C&C Development President 14211 Yorba Street, Suite 200 714.288.7600 Tustin, CA 92780 Project Manager: Surender Dewan, P.E. Project Cost: $10 Million Scope: The project consisted of construction of a 54 unit apartment complex. Services provided by DMS consisted of preparation of grading plan, water and sewer plan, legal descriptions, easement documents, SWPPP, WQMP, design surrey, and construction staking. Crescent Square Residential Development - Signal Hill Contact: Tom Shollin Signal Hill Petroleum Vice President 2633 Cherry Avenue 562.430.3941 Signal Hill, CA 90755 Project Manager: Surender Dewan, P.E. Project Cost: $14 Million Scope: The project consisted of construction of 32 single family homes. Services provided by DMS consisted of preparation of tentative tract map, final tract map, grading plan, street, sewer and water plan, lot line adjustment, easement documents, design and construction survey. Belmont Cottages - Cypress Contact: Ed Bonanni Bonanni Development President 5500 Bolsa, Suite 120 714.892.0123 Huntington Beach, CA 92649 Project Manager: Surender Dewan, P.E. Project Cost: $4 Million Scope: The project consisted of construction of 24 townhomes. Services provided by DMS consists of preparation of tentative tract map, final tract map, grading plan, improvement plan, condo plans, SWPPP, WQMP, and construction staking. y r Call Gail Engin eering - 2014 mage 12 Golden Springs Drive Drainage Improvements - Diamond Bar Contact: Kimberly Young, P.E. City of Diamond Bar Senior Civil Engineer 21810 Copley Drive 909.839.7044 Diamond Bar, CA 91765 Project Manager: Surender Dewan Project Cost: $300,000 Scope: The project area was from Grand Avenue to Copley Drive. The project consisted of installation of drainage improvements in the project area. Services provided by DMS included design, contract administration, construction inspection and surveying services. 2010-2011 CDBG Curb Ramp Installation Project - Diamond Bar Contact: Erwin Ching, P.E. City of Diamond Bar Assistant Engineer 21825 Copley Drive 909.839.7037 Diamond Bar, CA 91765 Project Manager: Surender Dewan Project Cost: $158,000 Scope: The project area was located within the vicinity of AdellGerndal neighborhood, Calbourne neighborhood, and Golden Prados neighborhood. The project consisted of removal of non- conforming ADA curb ramps and construction of new ramps. Services provided by DMS included design, contract administration, construction inspection and surveying services. 2009-2010 CDBG and CDBG-R Curb Ramp Installation Project - Diamond Bar Contact: Erwin Ching, P.E. City of Diamond Bar Assistant Engineer 21810 Copley Drive 909.839.7037 Diamond Bar, CA 91765 Project Manager: Surender Dewan Project Cost: $95,000 Scope: The project area was located in the vicinity of Castle Rock Elementary School and Evergreen Elementary School within the neighborhood bounded to the west by Brea Canyon Drive, to the north by Pathfinder Road, and to the east and south by Diamond Bar Boulevard. The project consisted of removal of existing non -conforming ADA ramps and construction of new curb ramps. Services provided by DMS included design, contract administration, construction inspection and surveying services. Zone 3 & Zone 4 Arterial Street Rehabilitation Project - Diamond Bar Contact: Kimberly Young, P.E. City of Diamond Bar Senior Civil Engineer 21810 Copley Drive 909.839.7044 Diamond Bar, CA 91765 Project Manager: Surender Dewan Project Cost: $1.5 Million Scope: The project was Zone 3 and Zone 4 areas of City's street rehabilitation designation and consisted of rehabilitation including slurry seal, AC overlay, removal of existing non- conforming ADA ramps and construction of new curb ramps, reconstruction of sidewalk, curb and gutter, etc. Services provided by DMS included contract administration, construction inspection and construction surveying services. Dr, t ll ui • l Engineering - 2014. P� ge 13 PROFESSIONAL SERVICES DMS Consultants, Inc. hereby affirms its acceptance and willingness to comply with all of the terms and conditions contained in the copy of the City of Diamond Bar's Consulting Services Agreement included in R.F.P. dated July 16, 2014. DMS Consultants, Inc. carries workman's compensation, general liability, and error's and omission insurance in the amounts required by the City of Diamond Bar. All requirements set forth by the City will be met and the insurance certificate will be in a format satisfactory to the City Attorney before entering into contractual agreement with the City of Diamond Bar. AVAILABILTY OF STAFF DMS Consultants, Inc. will assign sufficient and well qualified personnel to conduct plan check. Plans will be picked up within one business day upon notification and returned within seven days. Surender Dewan, P.E. Date President C,r Call C vd Engineering - 2014 Page 14 Mr. Krishna Patel, Director of Public Works CITY OF SAN DIMAS 245 East Bonita Avenue San Dimas, California 91773 909.394.6200 Mr. Kanna Vancheswaran, Assistant City Engineer CITY OF CERRITOS 18125 Bloomfield Avenue San Dimas, California 90703 562.916.1231 Mr. Fong Tse, Senior Engineer CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949.644.3330 Mr. Mark Whitehead, Vice President BRANDYWINE HOMES 16580 Aston Irvine, California 92606 714.448.5551 Mr. Ed Bonanni, President BONANNI DEVELOPMENT 5500 Bolsa, Suite 120 Huntington Beach, California 92649 714.892.0123 Mr. Tom Shollin, Vice President SIGNAL HILL PETROLEUM 2633 Cherry Avenue Signal Hill, California 90755 562.430.3941 On ,n Cal Civil Engineering - 2014 Page 15 CONSULTANTS, INC. C I V I L E N G I N E E R S August 18, 2014 Kimberly M. Young, P.E. Senior Civil Engineer City of Diamond Bar Department of Public Works 21810 Copley Drive Diamond Bar, CA 91765 SUBJECT: Fee Proposal for On Call Civil Engineering/ Plan Checking/ Public Works Inspection Services Dear Ms. Young: As requested in the Request for Proposal, enclosed herewith is our Fee Proposal for the subject project. We look forward to working with you and the City of Diamond Bar on this project. If you have any questions, please feel free to contact the undersigned. Sincerely, DMS Consultants, Inc. Surender Dewan, P.E. President 12371 Lews Street, Suite 203, Garden Grove, CA 92840 1 714.740.8840 1 fax: 714.740.8842 PROFESSIONAL SERVICES On Call Civil Engineering/ Plan Checking/ Public Works Inspection Services PLAN REVIEW SERVICES For land development projects, we propose a fee equal to 70% of the City Diamond Bar's plan review fee. Plan review services will include an Initial first check and two more for approval of the plans Any additional plan review required beyond the third review will be billed at our hourly rates as listed in our Schedule of Hourly Rates. In-house plan review services will be provided per our Schedule of Hourly Rates dependent on the experience/ qualifications of the plan reviewer desired. We recognize that often major revisions are necessary to previously approved documents; if this situation arises, we proposed to provide additional plan review services on an hourly basis using the rates listed below. However we are also open to working with the Building Official to achieve a mutual acceptable resolution. There is no charge for courier or shipping services. CONSTRUCTION INSPECTION SERVICES Inspection services, if required, will be provided at the hourly rates listed. SCHEDULE OF HOURLY BILLING RATES ProjectManager.................................................................................... $160.00 Project Engineer................................................................................... $125.00 DesignEngineer................................................................................... $105.00 Senior Plan Checker............................................................................... $70.00 Construction Administrator, ............................. ............................. ......... $95.00 Construction Inspector............................................................................ $85.00 Building Official ................................................. ......:.............. ...... ........... $85.00 Building Plan Check Engineer................................................................. $95.00 Building Plan Examiner........................................................................... $80.00 Building Inspector................................................................................... $85.00 Two -Man Field Party............................................................................. $195.00 Three -Man Field Party.......................................................................... $245.00 Office Survey Manager......................................................................... $115.00 Word Processor........................................................... ........... -.............. $55.00 Miscellaneous charges will include: Mileage...................................................................................... 0.40 cents/mile Reimbursable Expenses........................................................... Time & Material ! G,J r rgineerinq - 2014 CITY COUNCIL Agenda # 6 , 9 Meeting Date: October 7, 2014 AGENDA REPORT TO: Honorable Mayor and Members of the City Council VIA: James DeStefano, City Manrr TITLE: AWARD A DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES CONTRACT FOR AREA 3 RESIDENTIAL AND COLLECTOR STREET REHABILITATION TO ONWARD ENGINEERING IN THE AMOUNT OF $109,003.00 AND AUTHORIZE A CONTINGENCY AMOUNT OF $10,900.00 FOR CHANGE ORDERS TO BE APPROVED BY THE CITY MANAGER FOR A TOTAL AUTHORIZATION AMOUNT OF $119,903.00. RECOMMENDATION: Award. FINANCIAL IMPACT: The FY 2014-2015 CIP Budget allocated $1,600,000 for the Area 3 Residential and Collector Street Rehabilitation Project utilizing various funding sources. The total design and construction administration services fee shall not exceed $119,903.00. BACKGROUND/DISCUSSION: As shown in Exhibit "A, the project objective is to complete approximately 25 centerline miles of residential and collector roadways with street slurry seal/chip seal or some other recommended roadway rehabilitation application and to remove/repair isolated damaged AC pavement. On August 18, 2014, two (2) proposals were received for design and construction administration services for the Residential and Collector Area 3 Street Rehabilitation Project in response to the City's Request for Proposals (RFP). The proposals were reviewed and evaluated based on 1) general responsiveness to the City's RFP, 2) staff and firm experience with projects in similar size and scope, 3) approach/methodology, 4) hours and level of effort, 5) ability to meet the City's schedule and expectations, and 6) references. The table below lists the firms proposed fees for professional services: 1 Consultant Design Construction Total Administration Onward Engineering $44,145.00 $64,858.00 $109,003.00 KEC Engineers Inc. $80,040.00 $66,035.00 $146,075.00 In consideration of the six (6) criteria mentioned above, staff concurred that the best qualified firm for this project is Onward Engineering. Onward Engineering submitted a thorough proposal for design and construction administration services which detailed their methodology and approach clearly while identifying critical strategies that have been tailored specifically for this project and to the City's needs. Also, Onward Engineering emphasized the need to prepare an expeditious design schedule to ensure construction completion prior to nearby schools' August 2015 fall term start date. Lastly, Onward Engineering has assigned staff that has been proven to be qualified in design and inspection of similar projects. Onward Engineering has continuously been reliable and responsive to the City's needs and consistently provided a high level of quality and dedication to every project awarded to them in the past. It had also been staff's experience that Onward Engineering keeps track of a list of "Lessons Learned" from past projects that are carried over to future projects and help improve management of these projects. Attached is the Consulting Services Agreement with the firm's scope of services and fee schedules. The project schedule for this year's slurry seal/overlay project is tentatively set as follows: Award of Contract Notice to Proceed with Design Project Advertisement Bid Opening Award of Construction Contract Notice to Proceed with Construction Completion of Construction 0�: October 7, 2014 October 21, 2014 February 24, 2015 March 19, 2015 April 7, 2015 April 21, 2015 July 21, 2015 Sterling Mosley, Assistant Engineer Date Prepared: September 25, 2014 REVIEWED BY: (na , 'avid G. Liu . ir�c or of Pta lic Works Attachments: Exhibit A- Area 3 Residential & Collector Map Exhibit B -Consulting Services Agreement Exhibit C -Onward Engineering Proposal Scope of Work & Fee Schedule 3 EXHIBIT "A" --- Residential & Collector Area 3 Map z of p�Vetrnder ftd t'alhlra�.�r ,p. �„ �iarm�tl Bar Ibgh School r' c - 'ininortii Nat .. $igM1 Sraatm r„ �c t3rea A �4 Elen e�tary fid nal � y r RF , CONSULTING SERVICES AGREEMENT THIS AGREEMENT is made as of October 7, 2014, by and between the City of Diamond Bar, a municipal corporation ("City") and Onward Engineering, ("Consultant"). RECITALS A. City desires to utilize the services of Consultant as an independent contractor to provide consulting services to City as set forth in Exhibit "A", the City's Request for Proposals dated July 30, 2014. B. Consultant 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. NOW, THEREFORE, in consideration of performance by the parties of the covenants and conditions herein contained, the parties hereto agree as follows: 1. Consultant's Services. A. Scope of Services. The nature and scope of the specific services to be performed by Consultant are as described in Exhibit "B" the Consultant's Proposal, dated August 18, 2014 to the City's Request for Proposals. B. Level of Services/Time of Performance. The level of and time of the specific services to be performed by Consultant are as set forth in Exhibit "B." 2. Term of Agreement. This Agreement shall take effect October 7, 2014 and shall continue unless earlier terminated pursuant to the provisions herein. 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the schedule set forth in Exhibit "B". Payment will be made only after submission of proper invoices in the form specified by City. Total payment to Consultant pursuant to this Agreement shall not exceed One -hundred nine thousand three dollars and zero cents ($109.003.00). 4. General Terms and Conditions. In the event of any inconsistency between the provisions of this Agreement and Consultant's proposal, the provisions of this Agreement shall control. 5. Addresses. City: James DeStefano, City Manager Consultant: Majdi Ataya, P.E: City of Diamond Bar Onward Engineering 21810 Copley Drive 300 S. Harbor Blvd, Ste. 814 Diamond Bar, CA 91765-4178 Anaheim, CA 92805 6. Status as Independent Contractor. A. Consultant is, and shall at all times remain as to City, a wholly independent contractor. Consultant 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. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant's employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its agents or employees are in any manner agents or employees of City. B. Consultant agrees to pay all required taxes on amounts paid to Consultant 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 Agreement. In the event that City is audited by any Federal or State agency regarding the independent contractor status of Consultant and the audit in any way fails to sustain the validity of a wholly independent contractor relationship between City and Consultant, then Consultant agrees to reimburse City for all costs, including accounting and attorney's fees, arising out of such audit and any appeals relating thereto. C. Consultant shall fully comply with the workers' compensation law regarding Consultant and Consultant's employees. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with applicable worker's compensation laws. City shall have the right to offset against the amount of any fees due to Consultant under this Agreement any amount due to City from Consultant as a result of Consultant's failure to promptly pay to City any reimbursement or indemnification arising under this Section 6. D. Consultant shall, at Consultant'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. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with the requirements in Section 6. Additionally, the City shall have the right to offset against the amount of any fees due to Consultant under this Agreement for any amount or penalty levied against the City for Consultant's failure to comply with Section 6. 7. Standard of Performance. Consultant shall perform all work at the standard of care and skill ordinarily exercised by members of the profession under similar conditions. 8. Indemnification. Consultant shall indemnify, defend with counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers 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 Consultant 's negligence, 2 EXHIBIT `B" recklessness or willful misconduct in the performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole active negligence or willful misconduct of the City (meaning that Consultant shall indemnify and defend City notwithstanding any alleged or actual passive negligence of City which may have contributed to the claims, damages, costs or liability). Should City in its sole discretion find Consultant's legal counsel unacceptable, then Consultant 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 Consultant shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Consultant's negligence, recklessness or willful misconduct. 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. 9. Insurance. Consultant shall at all times during the term of this Agreement carry, maintain, and keep in full force and effect, with an insurance company authorized to do business in the State of California and approved by the City (1) a policy or policies of broad -form comprehensive general liability insurance 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 Consultant, 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; (3) automotive liability insurance, with minimum combined single limits coverage of $500,000.00; (4) professional liability insurance (errors and omissions) to cover or partially cover damages that may be the result of errors, omissions, or negligent acts of Consultant, in an amount of not less than $1,000,000 per occurrence and at least $1,000,000 aggregate; and (5) worker's compensation insurance with a minimum limit of $500,000.00 or the amount required by law, whichever is greater. City, its officers, employees, attorneys, and volunteers shall be named as additional insureds on the policy(ies) as to comprehensive general liability, property damage, and automotive liability. The policy (ies) as to comprehensive general liability, property damage, and automobile liability shall provide that they are primary, and that any insurance maintained by the City shall be excess insurance only. A. 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 thirty (30) day's prior written notice thereof. Consultant agrees that it will not cancel, reduce or otherwise modify the insurance coverage. B. All policies of insurance shall cover the obligations of Consultant pursuant to the terms of this Agreement; 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 with a current A.M. Best's rating of no less than A-, VII. 3 EXHIBIT `B" C. Consultant shall submit to City (1) insurance certificates indicating compliance with the minimum worker's compensation insurance requirements above, and (2) insurance policy endorsements indicating compliance with all other minimum insurance requirements above, not less that one (1) day prior to beginning of performance under this Agreement. Endorsements shall be executed on City's appropriate standard forms entitled "Additional Insured Endorsement", or a substantially similar form which the City has agreed in writing to accept. D. Self Insured Retention/Deductibles. All policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention ("SIR") and/or deductible of the policy in lieu of the Owner (as the named insured) should Owner fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Owner understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Owner as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Owner's behalf upon the Owner's failure or refusal to do so in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Owner for breach of this Agreement in addition to any other damages incurred by City due to the breach. 10. Confidentiality. Consultant in the course of its duties may have access to confidential data of City, private individuals, or employees of the City. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Consultant without written authorization by City. City shall grant such authorization if disclosure is required by law. All City data shall be returned to City upon the termination of this Agreement. Consultant's covenant under this section shall survive the termination of this Agreement. Notwithstanding the foregoing, to the extent Consultant prepares reports of a proprietary nature specifically for and in connection with certain projects, the City shall not, except with Consultant's prior written consent, use the same for other unrelated projects. 11. Ownership of Materials. All materials provided by Consultant in the performance of this Agreement shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. Consultant may, however, make and retain such copies of said documents and materials as Consultant may desire. 12. Conflict of Interest. A. Consultant 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 Consultant under this Agreement, or which would conflict in any manner with the performance of its services hereunder. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed 112 EXHIBIT `B" by it. Furthermore, Consultant 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. Consultant covenants not to give or receive any compensation, monetary or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the performance of this Agreement. Consultant's covenant under this section shall survive the termination of this Agreement. 13. Termination. Either party may terminate this Agreement with or without cause upon fifteen (15) days' written notice to the other party. However, Consultant shall not terminate this Agreement during the provision of services on a particular project. 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 fifteenth (15th) day following delivery of the notice. In the event of such termination, City agrees to pay Consultant for services satisfactorily rendered prior to the effective date of termination. Immediately upon receiving written notice of termination, Consultant shall discontinue performing services. 14. Personnel. Consultant 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 Consultant or under it supervision, and all personnel engaged in the work shall be qualified to perform such services. Consultant reserves the right to determine the assignment of its own employees to the performance of Consultant's services under this Agreement, but City reserves the right, for good cause, to require Consultant to exclude any employee from performing services on City's premises. 15. Non -Discrimination and Equal Employment Opportunity. A. Consultant 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. Consultant will, in all solicitations or advertisements for employees placed by or on behalf of Consultant 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 or mental handicap, medical condition, or sexual orientation. 5 Il►7:n ]l1Am C. Consultant 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. 16. Assignment. Consultant shall not assign or transfer any interest in this Agreement nor the performance of any of Consultant's obligations hereunder, without the prior written consent of City, and any attempt by Consultant to so assign this Agreement or any rights, duties, or obligations arising hereunder shall be void and of no effect. 17. Compliance with Laws. Consultant shall comply with all applicable laws, ordinances, codes and regulations of the federal, state, and local governments. 18. 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 Consultant 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 Consultant, 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. 19. Attorney's Fees. In the event that either party to this Agreement shall commence any legal or equitable action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and costs, including costs of expert witnesses and consultants. 20. Mediation. Any dispute or controversy arising under this Agreement, or in connection with any of the terms and conditions hereof, shall 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. In the event the parties are unable to mutually agree upon the mediator to be selected hereunder, the City Council shall select such a neutral, third party mediation service and the City Council's decision shall be final. 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 referral of any such dispute or controversy, and mutual good faith efforts to resolve the same thereby, shall be conditions precedent to the institution of any action or proceeding, whether at law or in equity with respect to any such dispute or controversy. 21. 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 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. EXHIBIT `B" 22. Governing Law. This Contract shall be interpreted, construed and enforced in accordance with the laws of the State of California. 23. 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. 24. Entire Agreement. This Agreement, and any other documents incorporated herein by specific reference, represent the entire and integrated agreement between Consultant 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 the City Manager or the Mayor and attested by the City Clerk. 25. Exhibits. All exhibits referred to in this Agreement are incorporated herein by this reference. IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first written above. "City" ATTEST: 0 CITY OF DIAMOND BAR IIn Tommye Cribbins, City Clerk Carol Herrera, Mayor Approved as to form: By: City Attorney "CONSULTANT" By: Its: 7 xa:t CONSTRUCTION ADMIN & INSPECTION OE has reviewed the City's RFP and coupled that knowledge with our experience on similar projects and our understanding of the City's standards and procedures. We take no exceptions to the City's Scope of Work. What follows is a detailed explanation of each work item, clarifications, and deliverables. I ! PHASE 1- SITE RESEARCH ! ! PROJECT PRE -DESIGN MEETING 1 OF will set up a design kick-off meeting with City staff to discuss the scope of work, objectives, design ! criteria, technical requirements, and project schedule. It is important that the scope of work and ! schedule be reviewed and finalized by the City at this meeting to ensure a successful project. OF will also meet with the City periodically to discuss progress and to keep the City apprised of the project. ! Deliverables ! -Meeting minutes and agenda ! RESEARCH & REVIEW OF AVAILABLE DATA ! The OE team will compile and review all existing plans and documents available from the City of ! Diamond Bar and County Public Works Department. Existing documentation research that will be ! reviewed includes State, County, City, utility, and other pertinent records and documents, existing street, ! signal, storm drain, gas, sewer, and water main improvement plans, topographic data maps, record 1 drawings, utility plans, geotechnical reports, survey centerline and private property monument data, and other important information. All records will be compiled and returned to the City upon project ! completion. Deliverables -Existing records matrix and copies of existing records FIELD SURVEY OE will conduct a field survey to confirm existing site conditions, develop base sheets, inventory repairs, and to shape the scope of work. OE will identify areas for slurry seal, rehabilitation, AC pavement reconstruction, and grind and overlay. Additionally, the OE team will identify all slotted cross gutters for removal and replacement. A prioritized list of damaged sidewalk, damaged curb and gutter, and non-compliant access ramps will also be noted so that the City can determined, based on the budget, what to address. The precise limits of removal and replacement will be called out during construction. OF will verify records drawings and data and inventory roadway signage and existing pavement markings. OF will prepare a photo log of key project areas. OF will coordinate with the City to ensure that all desired improvements are noted to ensure that all necessary data is obtained and considered in the design. A report of our findings will be prepared and presented to the City prior to proceeding with the design. 1 / 1 / 1 1 CONSTRUCTION ADMIN & INSPECTION Deliverables -Site evaluation notes (curb ramp, parkway, roadway, and other repair locations) -Site photos & video (existing conditions) -Pavement marking and roadway signage inventory UTILITY RESEARCH & NOTIFICATION 1 1 We believe that utility notifications are a low cost/high value component of every design project. Our past experience working on similar projects has allowed us to set a highly successful utility coordination 1 protocol that greatly assists in the success of public works projects. First, we focus on confirming the contacts for all existing utility facilities. OE will conduct existing records research and coordination with 1 utilities in the area and all design work will be coordinated with the affected utilities. OF will conduct 1 an online design investigation through Dig -Alert which allows our staff to research and confirm the most recent contacts for all present affected utilities. Each company will be contacted & informed of 1 the upcoming project. OF then conducts a three -pronged utility coordination/investigation protocol / which involves a detailed local utility research, a three-step utility notification protocol (inform, advise, relocate/adjust), as well as utility coordination meetings. If we deem it necessary, we will meet 1 individually with the affected agencies, at no additional cost to the City, to ensure project success. We will notify all affected utility companies to alert them of the upcoming project and request verification of the sizes, depths, and locations of their underground lines, facilities, and substructures within the 1 project vicinity. After receipt of information from the utilities, OE will cross check the plotted locations with field review information to ensure the existing utility lines are shown in their proper locations. Once the proposed improvements have been finalized, OE will identify potential utility conflicts and determine where relocations will be required. Deliverables -Utility contact matrix -1" Z"d and 3`d utility notices -Utility notification log -Correspondence to each utility company PHASE II- DESIGN PHASE PREPARE PLANS 1 Once the Site Research Phase is complete, OE will immediately begin the preparation of the plans to I. make 65% and 90% submissions. Our design team will begin to populate the plan set with the necessary i plan information. OE will also coordinate with adjacent agencies or utilities and submit the necessary plans for their review or approval. Along with the bond copy submittal, OF will submit to the City a CD of the PDF prints for all sheets including all necessary soft copy files of the design specifications and updated cost estimates. Once the City has completed the 70% Review, OF will meet with City staff to go over comments. Upon receipt of the comments, OE will actively incorporate all comments and bring I the previously noted plans to the 90% completion level. Plans will indicate AC pavement reconstruction ! = • '' ' CONSTRUCTION ADMIN ! ' ° " • ' &:INSPECTION ! ! areas as well as mill and overlay limits. Our plan set will also include striping plans and will reference ! traffic control per California MUTCD. Plan sheets expected for this project include' ! 1- Title Sheet (1 page) ! 2- Plan Sheets at 100 scale (12 pages) ! Deliverables ! -65% Plans (2 hard copies dated and marked "Check Set" & digital copy) ! ,90% Plans (2 hard copies dated and marked 'Check Set" & digital copy) ! ! PREPARE SPECIFICATIONS ! Clarity of bid items, site control, and payment method for each item of work are crucial in the preparation of the project specifications. OE will edit the "boiler plate" specifications provided by the City of Diamond Bar. OE will also prepare the technical portion of the project specifications utilizing the ! Standard Specifications for Public Works Construction (latest), Standard Plans for Public Works P Construction (latest), and the City's Standard Specifications and Plans (which we are extremely familiar with) . We will ensure that each pay item is clearly referenced and described in each applicable section of work. The bid schedule will be included per City Standard and as directed and approved by City staff. Close attention will be paid to the delineation of each bid item to ensure that the specified project scope covers the full intent of the City. 4 Deliverables _ -65% & 90% Specifications submitted in email in Microsoft Word Format 1 PREPARE ENGINEER'S ESTIMATE 1 _ _ I For this work item, OE will prepare an Engineer's Estimate in tabular form for each construction item showing quantity, unit price, and total cost. Additionally, we will submit backup documentation. The I cost estimate development will be a continuous process which begins at project inception and ends 1 with design completion. Our office constantly updates the unit price records from recent local projects 1 in an effort to provide the most accurate project estimated costs. It is important to take into consideration the size and location of the project in comparison to the baseline projects. OE will utilize our knowledge of rehabilitation methods and our conceptual design documentation to aid in the 1 preparation of the Preliminary Statement of Probable Costs, The OE design team will meet with the City to discuss project scope adjustments before the preparation of plans and specs. With the use of Civil 3D software, we are able to track the quantities and costs while preparing the plan set. This allows us to keep the cost in mind as we conduct our design. We are aware of the City's budget, and we will work with the City throughout the design to ensure that any cost reduction measures are incorporated in to the project to ensure the project is completed within the allotted budget. Deliverables -Engineer's Estimate E 0 CONSTRUCTION ADMIN & INSPECTION 100% PS&E SUBMITTAL Once the City has completed the review of the 90% PS&E, OF will meet with City staff to go over any final comments. Upon receipt of the comments, OF will expeditiously work towards the completion and submittal of the 100% PS&E. It is not anticipated that any major changes will be required for the 100% Submittal and it will be our goal to have a quick turnaround so that the City can actively pursue getting this project out to bid. Additionally, if upon submittal of the 100% PS&E package it is noted that minor changes are needed, OF will incorporate all necessary changes. OF will plot the final plan set, wet sign all necessary bid documents and will compile our design files for a final submittal to the City. At this phase plans will be guaranteed to meet the 5 C's, consistent, clear, correct, constructible, and complete. A discussion of our QA/QC plan can be found following this section. Deliverables -Engineer wet signed hard copy plans Q bond copies) -PDF copies of Plans and Specifications on CD PHASE III- BID /ASSISTANCE BID ASSISTANCE OF will provide ongoing support services during the bid phase. We have a multitude of experience providing bid assistance and construction management services. We will respond to Requests for Clarification (RFC) and Requests forInformation (RFIs), make revisions to the PS&E if requested, prepare 4 addenda at the City's request. Deliverables -RFI responses (RFI Log) -Addenda (if issued) MONUMENT RESTORATION The Contractor will re-establish centerline monuments and prepare corner records. However, the OF team will oversee this work item and review submittal prior to County recordation. PLAN REVISIONS If it is discovered that a signed and reviewed set of plans requires revisions due to errors and omissions or as a result of utility company review of the plans and specifications, OF will make changes in a timely manner at no cost to the City of Diamond Bar. Any other changes requested by the City during construction resulting from changed conditions will be done in a timely manner so that the construction proceeds unobstructed. ARF,�4 3 RES[DEY�ITIAL &COLLECTOR STF(EET'REHABILITATION-CONSTRUCTION DE$[6N S1RVIC£S & GON7R/jCTAUMINISTRATIQN/fNSPECTION SERVICES& INSPECTION QUALITY ASSURANCE/QUALITY CONTROL OF has on file and employs a detailed QA/QC program manual that outlines the definition of roles, responsibilities, expectations, review requirements, and quality standards of all documents and procedures within the firm. The 9 following are key points within our QA/QC program: Quality Assurance 9 Quality assurance is a proactive measure taken to ensure the systems and procedures are in conformance with the City's requirements and expectations. Our QA process includes the following: 9 a) Staffing: Of principal importance to a successful project is the definition of roles and procedures which will be followed during the course of a design project. By clearly laying out the expectations of a project prior to its commencement, we are able to schedule, budget, and plan for the required protocols and quality requirements. The City of Diamond Bar can be confident in our designation of roles on each project. We will plan for and allocate the necessary staffing to complete this project. OF has the proper protocols and procedures in place to ensure the project is managed, designed, and submitted in g accordance with Agency standards. b) Budget: As the design team, it is not only our responsibility to design the project within the allocated hours, but we must also design the project with the construction budget in mind. We understand there are many unknowns in project design, which is why we keep the budget in-line by tracking our hours and having status meetings to discuss the progress of the project in relation to the schedule. With 9 regard to the construction budget, we utilize the data analysis capabilities of AutoCAD Civil 3D to provide us with accurate cost estimate scenarios to deliver to our clients a wider range of options for construction. 9 I c) Scheduling: Schedule control is achieved by planning early and tracking/updating the schedule on a regular basis. For each project we are assigned, we will commit that our proposed staff is available for 9 the duration of the proposed schedule and are prepared to meet and exceed the Agency's scheduling needs for a project. d) Documentation: We provide document control through two main methods. First, as a versatile firm, we meet with our designated PM at the City to set up and model documentation and formatting standards for each component of the project (Plans, Specifications, Estimates, etc.) to match those 1 desired by the City in order to ensure full compliance of the documents. e) Status Reports: Also, as a continued effort to complete each project on schedule, we will include a work item to track and distribute status reports. Status reports will include project status, action item list, ongoing items, schedule updates, upcoming critical items, and will also include attachments/exhibits of critical items in need of discussion. H CONSTRUCTION ADMIN & INSPECTION Quality Control Emphasizing design quality and design clarity is the surest way to minimize the amount of change orders and construction costs. There is no better or more effective way to control total project costs than producing well- documented, well designed plans and specifications. PS&E must be of high quality. a) Plan Review: Our submitted documents will go through three levels of review prior to each submittal: Initial Peer Review, Project Manager Review, and QA/QC Review. This three tiered review allows for error mitigation on three separated levels of detail: ground level (drafting, calculations, and document formatting), project management level (design and project intent compliance) and quality assurance level (completeness of document and ensure "biddable" plans). Plan checks will look at the 5C's. Consistent: The plans will be consistent with other plans developed by or for OF and will comply with all standards and guidelines set by OE design manuals and electronic standards. Clear: The plans will not contain any design errors or omissions which will require an unnecessary number of addenda during the project advertisement period. Plans must be clearly understandable and not subject to various interpretations or assumptions. Correct: The plans will not contain any design errors or omissions which will cause the delay, postponement, or cancellation of the project advertising. Constructible: The plans will not _ontain design errors or omissions which increase the probability of multiple change orders during construction. Additionally, the plans will be free of any error which would force the Contractor to deviate from the plans and specifications in order to achieve constructability. Complete: The plans will be an accurate and thorough representation of the proposed project features and details to be constructed. The plans will be supported by a thorough and detailed documented development process. The plans will be developed with the active involvement of all affected parties and stakeholders throughout all stages of development. b) Communication: We will stay in constant communication with the City to ensure we understand and have all necessary milestones in place and that we meet those milestones. As our previous clients can attest to, Majdi will allocate as many staff or support staff to this project to ensure the schedule is maintained and that you are satisfied with the delivery of your project. We make a point to accommodate our client's needs, and we guarantee you will be satisfied with our ability to deliver. By making ourselves available, we avoid any defects to the final PS&E that could occur as a result of miscommunication or misunderstanding. Q Scheduling: For the remote possibility there is a delay, OE will develop strategies to bring the project back on track using all necessary means at no additional cost to the City. Above all else, clear communication will be the critical item in bringing any schedule slippage back on track. Our staff will actively communicate with all affected parties to reschedule or reallocate resources in an effort to expedite all necessary items. In many instances, tasks can be reorganized to allow for staggering of work items. CONSTRUCTION ADMIN &INSPECTION CONSTRUCTION sECTion ADMINISTRATION ; INSPECTION OE has a versatile construction management and inspection team that is capable of taking on multiple roles. Due to our dedication to modernization and commitment to quality, we have a perfectly blended team of technology conscious individuals and well -seasoned construction managers and inspectors. We guarantee that our staff can complete construction from A to Z while staying in communication with the client to ensure full satisfaction. Our construction managers and inspectors of record (IOR) place a high value on quality and safety, and will institute a set of controls to manage scheduling and budgeting efficiently. OE has assumed that the construction will last 45 working days. OF understands the City's goal of completing construction prior to August 181h, 2015. Our schedule reflects a comfortable expeditious schedule which will meet this deadline while ensuring that the final product, both during design and construction, is of the high quality that meets and exceeds the City's expectations. What follows is a general description of our scope of work during construction which further showcases our understanding of the work required by the City as a result of this RFP: Submittal Review Process/track RFI's, submittals, shop drawings, change orders, revisions, B u review estimates for reasonableness and cost effectiveness rr I O File approved submittals in IOR files during construction, ensure D material compliance, & prepare/transmit contractor's correspondence. rE 11 solid' act ils. enda, es Pre -Construction Phase Since our Project Mar!agerwill also act as the Construction Manager on this project, he will already be familiar with the PS&E. At this point, the BE CM would begin initiation of project control system as well as reviewing co U and commenting on Contractor's preliminary schedule, submittals, and im notifications to utilities. Arrange/conduct pre -construction meetings, All answer questions from the City and residents. up Will review PS&E and become familiar with the Contractor's preliminary re( ce ® schedule while making suggestions to the CM. Will also attend pre- DE - ® construction meeting and answer questions as necessary. no RFI Coordination Review RFI's, samples, shop drawings, and will also conduct meetings Be v with the Contractor to discuss and resolve any RFIs re< o� Provide assistance for background, clarifications, provide field mi - ® information for necessary RFI information De Submittal Review Process/track RFI's, submittals, shop drawings, change orders, revisions, B u review estimates for reasonableness and cost effectiveness rr I O File approved submittals in IOR files during construction, ensure D material compliance, & prepare/transmit contractor's correspondence. rE 11 solid' act ils. enda, es 9 1 1 9 2 U O I I M R Weekly, Progress Meeting CONSTRUCTION ADMIN & INSPECTION Schedule/conduct weekly progress and dispute resolution meetings as Benefits: Allows discussion of necessary to discuss contract issues, procedures, progress, problems, milestones and issues to ensure CCOs, submittals, RFIs, deficiencies and schedules. These meetings will compliance with the City's PS&E. be conducted weekly at the initial stages of construction and then may Deliverables: Meeting Agenda, transition to bi-weekly. Minutes, and Weekly Statement Attend weekly and bi-weekly progress meetings to communicate, of Calendar, Working Days coordinate and resolve any issues that may arise at thejob site. Report, and status reports. Project Schedule Review Review schedule updates. Will compare work progress with planned - schedule and notify Contractor of any slippages and get Contractor back on schedule. Will obtain weekly updates from Contractor that : B incorporates progress, weather delays, and CCO impacts. Will assist the b City in negotiating time extensions and submit monthly progress ;a', reports to the City with a narrative on the progress and complete ; tt Earned Value Analysis. : D Review construction progress schedules regularly, verify schedules are s on track, identify deviations, and ensure corrective actions are taken to bring project back on schedule. Community Coordination CM shall serve as primary contact and authority for this task. Respond to questions and concerns of community, and coordinate with IOP, to ensure project update signs. Assist City with coordinating services of B other consultants. CM will review Public Notices to ensure accuracy and cc to avoid negative impacts. CM will notify the City's Project Manager al with any significant issue. CM will work with IOR to compile a log of all D queries and discussions with business community. C , Update signs within project limits. Coordinate with contractor safe and o acceptable access to adjacent businesses during construction n Coordinate mitigation of construction impacts with all necessary n,di parties. IOR will ensure all Public Notices are distributed to each business affected by the project. Construction Inspection Will work closely with the Inspector and review Daily Construction "B Reports (DCRs) provided by Inspector. rr Will provide continuous inspections so project is constructed according ofA to specifications. IOR will also prepare DCRs and Weekly Statement of Working Days (WSW D), review soil compaction and materials testing w certifications of compliance (COC), and coordinate with City regarding ardl quality of work completed. Take photos and video prior, during, and n, ule updates Fits: Minimizes ructionimpact to residents usinesses erables: Community lination Records to include ess name, contact, phone er, address, discussion including the date of ,sion, and any action taken. fits: Ensures active oring and documentation gress, key items, >ervations. Clear on of existing -ogress of 20" E� CONSTRUCTION ADMIN & INSPECTION after construction. IOR will prepare a Daily Photo Diary which will be construction, and final field available with the DCR in real-time to the City. Will prepare field blue- conditions. line set of drawings to incorporate Contractor record drawing markups. Deliverables: Daily Reports, Additionally, will assist in monthly progress payment recommendations Weekly Statement of Working by making measurements of bid items. Additionally OE has teamed with Days, Daily Photo Diary, Raw Converse Consultants to provide any necessary materials testing image files & video. inspection. and local safety standard Traffic Control compliance. Will review and make sure traffic control procedures are being Deliverables: Safety Infraction implemented in accordance to plans and coordinate with IOR to ensure Benefits: Allows us to maintain U proper implementation. CM will check to ensure compliance with safe traffic flows during Caltrans MUTCD and all other requirements. construction Provide inspection of traffic -related work and installs, monitor traffic Deliverables: Traffic Control pcontrol to ensure pedestrian/vehicular safety, minimal disruption, safe Notes access, and traffic control, provide inspection of all traffic -related work. Job Safety Compliance tstani sh and implementjob safety procedures in compliance with CAL - OSHA requirements, and monitor Contractor's compliance with established safety program per Federal and State requirements. Will Benefits, Ensures a safe and also ensure that awareness of safety and health requirements and `successful construction project enforce applicable regulations and contract PP g provisions to ensure from inception to completion_ protection of the public and project personnel. Also, ensure full federal, state Establish and implementjob safety procedures in compliance with CAL - and local safety standard OSHA requirements, monitor contractor's compliance with established compliance. rr O safety program, respond to deficiencies and hazards, and investigate, Deliverables: Safety Infraction report on accidents, observe construction safety, public safety and Reports convenience, and report discovered problems to City. Change Orders Establish, implement and coordinate systems for processing all contras change orders. Review and evaluate, via an independent cost estimate, cost proposals submitted by the contractor for all contract change orders. Will negotiate CCO and prepare using City's standard format Benefits Provides clear Vand give recommendations to City. Quantity and cost analysis will be documentation review and performed for negotiation of CCOs. Will also analyze any additional recommendation for change claims and perform claims administration including coordinating, orders to maximize value of monitoring, logging, and tracking claim status. Will also evaluate cost contract. reduction proposals and provide recommendations to the City. Deliverables: change Order Maintain data for change orders and record information regarding time Notes and Recommendations pof dispute, time of notification by contractor, and action taken by inspector. 11 1 1 1 1 1 t 1 1 1 1 1 1 1 / 1 1 1 / CONSTRUCTION ADMIN & INSPECTION Payments Track quantities of work completed for progress payment, develop & Benefits: Provide accurate implement procedures for review &process of progress payment measurements of work � applications, assist City with review, certification, and process of completed by Contractor payments. Will prepare monthly payment requests and negotiate Deliverables: Ensure accurate differences with the Contractor as well as process payment through the records are kept of actual quantities Installed, provides City's Project Manager. back-up Labor Compliance Establish procedures and monitor compliance with Prevailing Wages, Benefits: Ensures full grant c' and ensure compliance with Federal Labor Laws & the Davis -Bacon Act funding compliance Deliverables: Contractor Conduct field construction employee interviews, ensure contractors Certified Payroll Records, CM submit certified payroll reports and that labor/hours reported by 0 Payroll review Notes, Employee Contractor match DCRs. Verify & document job -site posting of wage Interview Forms, Interview rate information & labor compliance posters reports Construction Documentation N 0 ce 0 CM will establish job control documents including DCRs, weekly and bi-weekly status reports, monthly construction payments, material receipts, weigh certificates, material submittals, weekly statement of working days, construction change orders, and certified payroll records and labor compi;ance documents. Our IOR will maintain coordination with the CM for all project records, including but not limited to; DCRs, correspondence, submittals, CCOs, progress payments, Lab and Field Test Reports, Materials Delivery Tickets and Compliance Certification, Progress Reports, Progress Photos, and Meeting Minutes, guarantees, certifications, affidavits, leases, easements, deeds, O&M manuals, warranties, and all other necessary documents. This information is made available to the City in real-time using our cloud -based system Box Enterprise. Final Walkthrough & Inspection Recommend and conduct final inspection with City staff and project Benefits. Confirmation to all design consultant. stakeholdersof final completion `. Conduct final inspection and close-out encroachment and construction of work. permits. Deliverables: N/A As -Built Plans Maintain "As -Built" Work Records and activities during construction. Benefits: Representation and Transmit Contractor and IOR red -lines for incorporation into As Built documentation of field changes Plans, review plans to ensure accuracy and quality, and deliver as built made during construction and & electronic drawings to City, accurate records. Deliverables: IOR and Will review the Contractor's as -bunts daily and ensure the Contractor Contractor Red Lines, designer `.. keeps these records up to date throughout construction Will coo11 rdination records, final as coordinate preparation and submittal of as-builts. M CONSTRUCTION ADMIN & INSPECTION Maintain a project filing system in compliance with Sec. 16.8 of Caltrans Benefits: Provides a single LAPM, finalize and deliver all project files, records, exhibits, source location for the entire U coordination documentation and submittals to Cit for final City project's records; active review/archiving. monitoring and documentation ofjobsite and project progress. ® Maintain field notes and provide all field.inspedion notes, As bunts, Deliverables: Final Project Files pictures, material tickets, permits and other documents. Per LAPM, final Project Report, as -built and digital set of drawings, construction files. Water Quality & SWPPP Shall monitor and enforce Contractor compliance with Water Quality p Control Plans. Will also oversee Contractor's Storm Water Pollution Benefits: Clear communication Prevention (SWPPP) responsibilities. and records to Contractor. Punch Lists & Non -Compliance Items Issue preliminary & final punch list and monitor and follow-through Benefits: Clear communication with contractor until completion of punch list items. Review and and records to Contractor. All distribute IOR notes regarding non-compliant work items and non-compliant items are noted U recommend mitigating procedures for fixing non-compliance. RE will and fixed prior to notice of also finalize the bid items, claims, change orders, punch list items, and completion. correct shop drawings Will oversee the completion of record drawings Deliverables: Preliminary and Prepare in -progress punch lists at completion of each project phase Final Punch lists. Inspector's puntil completion. Direct and notify contractors about non-compliance ,Non Compliance Notice, Non' and correct compliance problems as discovered. Compliance Notes Completion Recommendations Evaluate completion of work and recommend final inspection. This Benefits: Ensures that work includes preparing Report of Expenditures Checklist and necessary items completed as specified. attachments. CM will also provide support for construction claims Deliverables: Final Completion analysis and litigation and will be available for any audits including Recommendation, Final Report internal City audits. of Completion z Provide notes and concurrence to CM regarding final completion of all O field work. Final Payment Request Review and process request for final payment and release retention. Develop a reasonable cost control system, including regular monitoring Benefits: Ensure payment is U of actual costs for activities in progress and estimates for uncompleted Provided to Contractor, tasks and proposed changes and identify variances between costs, organized cost tracking data for Confirm final field quantities to CM. IOR will provide complete future reference. pmeasurements and calculations to administer progress payments and Deliverables: Final Payment- make recommendations for payments. Recommendation Submit Project Files Maintain a project filing system in compliance with Sec. 16.8 of Caltrans Benefits: Provides a single LAPM, finalize and deliver all project files, records, exhibits, source location for the entire U coordination documentation and submittals to Cit for final City project's records; active review/archiving. monitoring and documentation ofjobsite and project progress. ® Maintain field notes and provide all field.inspedion notes, As bunts, Deliverables: Final Project Files pictures, material tickets, permits and other documents. Per LAPM, final Project Report, as -built and digital set of drawings, construction files. CITY OF DIAMOND BAR -.ma FEE PROPOSAL FOR THE DESIGN, CONSTRUCTION ADMINISTRATION AND INSPECTION OF THE RESIDENTIAL AND COLLECTOR AREA 3 STREET REHABILITATION PROJECT DESIGN SERVICES HOURS $ HOURS $ $ HOURS $ 1) Design Engineering Services - A) Project Pre -Design Meeting 4 $420 8 $720 - 12 $1,140 B) Research & Review of Available Data 8 $840 28 $2,520 36 $3,360 C) Field Survey 8 $840 96 $8,640 104 $9,480 D) Utility Research & Notification 2 $210 22 $1,980 24 $2,190 E) Design PS&E Preparation (65%, 90%,100%) 80 $8,400 180 $16,200 260 $24,600 F) Bid Assistance 15 $1,575 10 $900 - 25 $2,475 Design Engineering Services Total: 117 $12,205 344 $30,960 - 461 $43,245 REIMBURSABLES1 Design Reproduction Costs $900 DESIGN SERVICES GRAND TOTAL $44,145 .I%.e®e CITY OF DIAMOND BAR ®•we •' FEE PROPOSAL FOR THE DESIGN, CONSTRUCTION ADMINISTRATION AND INSPECTION OF THE meb b e RESIDENTIAL AND COLLECTOR AREA 3 STREET REHABILITATION PROJECT 3 Post -Construction Phase A) Project Closeout 12 $1,140 8 $656 20 $1,796 B) As-Built/Record Drawings 2 $190 2 $164 4 $354 Post -Construction Phase Total 14 1 $1,330 10 $8201 1 24 1 $2,150 CONSTRUCTION SERVICES GRAND TOTAL $64,858 * Construction Services hours calculated off of 45 working days with 4 hrs/day for CM and 8 hrs/day for Inspection ** Onward Engineering will bill only for actual hours spent ***Geotechnical inspection assumes 4 half days of nuclear gauge testing with 2 samples taken, lab testing and max density testing for AC, and 4 days of sampling from slurry seal with testing per Greenback. This fee also includes preparation of a report and daily diaries for the geotechnical inspector. CITY COUNCIL Agenda # 6.10 Meeting Date : October 7, 2014 AGENDA REPORT TO: Honorable Mayor and Members of the City Council VIA: James DeStefano, City Man;�gr TITLE: APPROVE NOTICE OF COMPLETION FOR THE MEDIAN MODIFICATION PROJECT ON DIAMOND BAR BOULEVARD AT KIOWA CREST DRIVE. RECOMMENDATION: Approve and file a Notice of Completion FINANCIAL IMPACT: There is no financial impact. BACKGROUND/DISCUSSION: The City Council awarded a construction contract to Carvajal Trucking & Tractor (CT&T), Inc. on June 17, 2014 in an amount not to exceed $35,222.30 with a contingency amount of $3,525.00 for a total authorization amount of $38,747.30. The City authorized the Notice to Proceed for the construction project on July 24, 2014. CT&T, Inc. has completed all work required of this project. The final construction cost of the project is $35,222.30 which was $3,525 under the authorized not to exceed amount allotted for the project. PREPARED BY: Sterling Mosley, Assistant Engineer REVIEWED BY: u David G. Liu ire(i or of u lic Works U Attachments: Notice of Completion DATE PREPARED: September 25, 2014 RECORDING REQUESTED BY AND WHEN RECORDED MAIL TO CITY OF DIAMOND BAR 21810 E. COPLEY DRIVE DIAMOND BAR, CALIFORNIA 91765 ATTENTION: CITY CLERK NOTICE OF COMPLETION Notice pursuant to Civil Code Section 3093, must be filed within 10 days after completion. Notice is hereby given that: 1. The undersigned is the owner or corporate officer of the owner of the interest or estate stated below in the property hereinafter described: 2. The full name of the owner is City of Diamond Bar 3. The full address of the owner is 21810 Copley Drive 4. The nature of the interest or estate of the owner is; (If other than fee, strike "In fee" and insert, for example, "purchaser under contract of purchase," or "lessee") 5. The full names and full addresses of all persons, if any, who hold title with the undersigned as joint tenants or as tenants in common are: NAMES ADDRESSES 6. A work of improvement on the property hereinafter described was completed on September 25, 2014, The work done was: Median Modification on Diamond Bar Boulevard at Kiowa Crest Drive 7. The name of the contractor, if any, for such work of improvement was Carvaial Truckin¢ & Tractor, Inc. (If no contractor for work of improvement as a whole, insert "none") (Date of Contract) 8. The property on which said work of improvement was completed is in the City of Diamond Bar, County of Los Angeles, State of California, and is described as follows Median Modification on Diamond Bar Boulevard at Kiowa Crest Drive 9. The street address of said property is Dated: Verification for Individual Owner (If no street address has been officially assigned, insert "none") CITY OF DIAMOND BAR Signature of owner or corporate officer of owner named in paragraph 2 or his agent VERIFICATION I, the undersigned, say: I am the Director of Public Works the declarant of the foregoing (`resident of', "Manager of" "A partner of," "Owner of," etc,) notice of completion; I have read said notice of completion and know the contests thereof; the same is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on 20 , at Diamond Bar California. (Date of signature) (City where signed) (Personal signature of the individual who is swearing that the contents of the notice of completion are true) Agenda # 8 , 1 Meeting Date: October 7, 2014 CITY COUNCIL N;, Inoo AGENDA REPORT x989 TO: Honorable Mayor and Members of the City Council FROM: James DeStefano, City Mana�e ,;j- ) TITLE: ADOPTION OF RESOLUTION NO. 2014 -XX, ESTABLISHING A TRAVEL, EXPENSE & REMBURSEMENT POLICY IN ACCORDANCE WITH CALIFORNIA GOVERNMENT CODE SECTIONS 53232.2 AND 53232.3 AND RESCINDING RESOLUTION 2008-11 IN ITS ENTIRETY RECOMMENDATION: Adopt. FISCAL IMPACT: None. DISCUSSION: The City has recognized long the value of attendance by City officials and employees at business meetings, professional conferences, and other activities benefitting the City that require travel. Since 1989, such travel has been governed by a Council -approved Travel, Expense & Reimbursement Policy, which provides guidelines for all aspects of City - sponsored travel, including: • Method of Travel (automobile, air, car rental, taxis/shuttles, parking fees, etc.) • Lodging • Conference/Event Registration • Communications (telephones, internet access costs) • Per Diem • Unauthorized Expenses • Expense Reporting • Credit Card Use • Foreign Travel • Compliance with all State Laws To ensure the City's Travel, Expense & Reimbursement Policy has remained up-to-date with current laws and best practices, the Council adopted revisions to the original policy in 2006 and 2008. To maintain this practice of transparency, staff has prepared additional revisions to the policy for the Council to consider. These revisions include the following: 1. Per diem advances may no longer be claimed by any official or employee that has been issued a City credit card. 2. Officials or employees that have not been issued a City credit card may claim a daily per diem advance of $70 (amount unchanged from previously adopted policies). Purchases using per diem advances must be reported with receipts documenting each purchases. Unexpended per diem advances must be reported in the corresponding expense report and returned to the Finance Department within fourteen (14) days of return from the trip. 3. Employees proposing overnight travel must now complete and sign the Travel Authorization Form (Exhibit A) and submit to the City Manager for approval prior to any overnight trip. Staff recommends the Council adopt the revisions as described PREPARED BY: Dianna Honeywell Finance Director Attachments: Resolution 2014 -XX Revised Travel, Expense & Reimbursement Policy Z1*is]ILIAI `s]kiI�141W*1EDWI A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR ESTABLISHING A TRAVEL, EXPENSE & REMBURSEMENT POLICY IN ACCORDANCE WITH CALIFORNIA GOVERNMENT CODE SECTIONS 53232.2 AND 53232.3 AND RESCINDING RESOLUTION 2008-11 IN ITS ENTIRETY A. RECITALS. WHEREAS, elected and appointed City officials are responsible for promoting and protecting public health, safety and welfare; and WHEREAS, these duties may require elected and appointed City officials to travel to attend meetings with constituents and/or state and federal officials, professional educational seminars and conferences, and other events benefitting the City; and WHEREAS, it is in the public interest to adopt a policy in accordance with state law that sets appropriate guidelines for City -sponsored travel and related expenses and reimbursements. B. RESOLUTION. NOW, THEREFORE, THE CITY COUNCIL FOR THE CITY OF DIAMOND BAR DOES HEREBY RESOLVE AS FOLLOWS: SECTION 1. Resolution 2008-11 is rescinded in its entirety. SECTION 2. The attached Travel, Expense & Reimbursement Policy is approved, adopted and enacted effective immediately. SECTION 3. This Resolution is adopted in accordance with Government Code Sections 53232.2 and 53232.3 so that the City of Diamond Bar may reimburse appropriate expenses occurred by elected and appointed City officials while on authorized travel or otherwise engaged in City business. Absent City Council approval, and only in extraordinary circumstances, the City will not reimburse City officials an amount greater than allowed by this Resolution for expenses incurred during the course of conducting City business. SECTION 4. If any part of this Resolution or its application is deemed invalid by a court of competent jurisdiction, the City Council intends that such invalidity will not affect the effectiveness of the remaining provisions or applications, and, to this end, the provisions of the Resolution are severable. SECTION 5. The City Clerk is hereby directed to certify the passage and adoption of this Resolution; cause it to be entered into the City of Diamond Bar book of original Resolutions; make a note of the passage and adoption in the records of this meeting; and, within fifteen (15) days after the passage and adoption of this Resolution, cause it to be published or posted in accordance with California law. PASSED, APPROVED AND ADOPTED THIS 7th DAY OF OCTOBER 2014. Carol Herrera, Mayor I, Tommye A. Cribbins, City Clerk of the City of Diamond Bar, do hereby certify that the foregoing Resolution was passed, adopted and approved at a regular meeting of the City Council of the City of Diamond Bar held on 7th day of October, 2014, by the following vote: AYES: NOES: ABSENT: ABSTAINED: ATTEST: Tommye A. Cribbins, City Clerk City of Diamond Bar COUNCIL MEMBERS: COUNCIL MEMBERS: COUNCIL MEMBERS: COUNCIL MEMBERS: CITY OF DIAMOND BAR POLICY AND PROCEDURE Number: F-5 Authority: City Council Effective: October 7, 2014 1. PURPOSE The City of Diamond Bar recognizes the value of attendance by City officials and employees at professional conferences, seminars, meetings with other government officials, professional organizations, community organizations, and constituents and ceremonial events and activities that promote or benefit the City. This policy establishes travel authorization, expense, reimbursement, and reporting standards consistent with the provisions of this policy and in compliance with California Government Code Sections 53232.2 and 53232.3. 2. POLICY The City reimburses its officials and employees for expenses incurred in connection with business related travel and attendance at meetings and events, in amounts designated in the approved City budget. The establishment of reasonable limits on expense reimbursement assures a prudent and responsible use of public funds and allows more officials and employees to attend beneficial conferences, seminars, and meetings. Except as otherwise noted, this policy applies to all City elected and appointed officials and all City employees. Absent unusual circumstances and only with the permission of the City Council, expense reimbursements will not exceed the amounts set forth in this policy. "Reimbursement" for purposes of this policy means all forms of payment for expenses incurred by City officials and employees in the course of their official duties whether paid directly by the City (including without limitation, with a City -issued credit card aka Cal Card purchasing card) or advanced by city officials and employees with personal funds and later reimbursed from City funds. 3. TRAVEL REQUESTS & AUTHORIZATION A. City Council & Commissioners Overnight travel for City Council Members shall be coordinated and arranged through the City Manager's Office and is subject to all provisions of this policy except as otherwise noted. Travel for appointed members of City Commissions shall be coordinated and arranged by the corresponding department. B. City Employees Where travel proposes overnight lodging, employees must complete and sign the Travel Authorization Form (Exhibit A). The Travel Authorization Form must be submitted to the City Manager for approval at least forty-five (45) days before the proposed trip. Upon approval, the signed Travel Authorization Form shall be submitted as an attachment to the employee's Expense Report. The City Manager may, at his/her discretion, accept Travel Authorization Forms submitted inside the forty-five (45) day window. 4. METHOD OF TRAVEL City officials and employees must use the most economical mode and class of transportation reasonably consistent with scheduling needs and cargo space requirements, using the most direct and time -efficient route. Government and group rates must be used when available if they present the least expensive fare. A. Automobile City officials and employees who do not receive an automobile allowance should use City vehicles to the greatest extent possible. When necessary to use private automobiles, reimbursement will be at the official Internal Revenue Service (IRS) rate for personal vehicle miles driven in the course of official City business. Mileage will be calculated to and from City Hall or the employee's home, whichever distance is less. Mileage reimbursement does not include bridge and/or road tolls and parking, which are reimbursable. If a City official or employee elects to travel in a private automobile, mileage reimbursement will be capped at the value of the lowest airfare for that destination. For those officials or employees receiving an automobile allowance, only travel for City business outside a radius of 60 miles from the City is authorized for mileage reimbursement. Out -of -area trips shall be reimbursed at the lesser of actual mileage expense or the least expensive available airfare. Pursuant to Government Code Section 1223, City Council Members may elect to receive a flat monthly expense reimbursement of $300 for automobile expenses related to performance of their duties within a 60 mile radius of the City. The City Council finds that this amount accurately reflects actual automobile expenses for routine automobile expenses within the City and its immediate environs. No monthly bill is required for reimbursement of this amount. B. Air Travel Reimbursement shall be calculated on the basis of the cost of travel by air using the shortest and most direct route. Whenever possible, air travel shall be booked at least fourteen (14) days in advance, so as to receive the lowest fares possible. Baggage fees shall be considered reimbursable expenses. Flight insurance and in- flight beverages and entertainment are not reimbursable expenses. C. Car Rental To rent a car while traveling, employees must receive authorization by the City Manager on the Overnight Travel Authorization Form. Should the use of a rental car be approved, every effort shall be made to secure the most economical and reasonable rates. D. Taxis/Shuttles Taxi or shuttle fares may be reimbursed, when the cost of such fares is equal or less than the cost of car rentals, gasoline, and parking combined, or when such transportation is necessary for time -efficiency. Whenever feasible, the lowest cost transportation provider should be utilized. Gratuities are considered incidental expenses and reimbursable upon submission of receipt. E. Airport Parking Airport parking is reimbursable. Long-term parking must be used for travel exceeding 24 hours. 5. LODGING Lodging expenses will be reimbursed at the single -occupancy room rate in instances when travel on official City business reasonably requires an overnight stay. When an additional charge is imposed for City business related internet/broad band access, the charge may be reimbursed as part of the room rate. If lodging is associated with a conference, lodging expenses must not exceed the group rate published by the conference sponsor for the meeting in question if such rates are available at the time of booking. In the event lodging is not available at the conference location, lodging may be secured at an alternate nearby location with every attempt to secure a rate not exceeding the published conference rate. Travelers must request government rates, when available. Lodging rates that are equal or less than government rates are presumed to be reasonable and reimbursable for purposes of this policy. In the event that government rates are not available at a given time or area, lodging rates that do not exceed IRS per diem rates for a given area are presumed reasonable and reimbursable. 6. CONFERENCE REGISTRATION, MEALS & INCIDENTALS A. Meals associated with City business will be reimbursed in amounts not to exceed the following: Breakfast: $15 Lunch: $20 Dinner: $35 B. Meals provided with an event or conference registration shall be taken whenever possible. Meals taken in place of such prepaid meals are not reimbursable. C. Registration fees for approved conferences and seminars are reimbursable, but shall be paid in advance by the City whenever feasible. 7. COMMUNICATIONS A. Landline Telephone City officials and employees will be reimbursed for actual landline telephone expenses incurred while traveling on City business. Bills should identify which calls were made on City business. B. Cellular Telephone City Council Members may elect to receive reimbursement for actual minutes of cellular telephone use devoted to city business upon submission of annotated billing statements, or in the alternative, elect to receive a flat allowance for City cellular telephone expenses or a cellular telephone provided by the City for use in connection with City business. The City Council finds the cost of the cellular phone or flat cellular phone allowance accurately reflects the cost of actual cell phone usage and should Council Members choose either of these options, no monthly bill is required for reimbursement. C. Broadband Internet So that City Council Members may access City files and compose and respond to City -related e-mails from staff and constituents, City Council Members may elect to receive broadband internet access at their primary residence at the City's expense. 8. PER DIEM ADVANCES A. Eligible City officials and employees who do not have City issued credit cards may claim a per diem of up to $70 per day for meals and incidental expenses associated with City business where an overnight stay is required. Per diem may not be claimed by City officials and employees with a City -issued Cal Card purchasing card. B. Eligible City officials and employees may claim per diem upon commencement of travel. For each 24 hour period thereafter, the City official or employee can claim up to the full per diem amount. If there is a period of time of the trip with a duration of less than 12 hours, no more than one-half (1/2) the per diem rate may be claimed. C. Eligible City officials and employees must submit receipts on expenses purchased using per diem. Unused daily per diem funds must be returned to the Finance Department within fourteen (14) days of return. Failure to submit unused per diem funds constitutes a violation of this policy. 9. UNAUTHORIZED EXPENSES No reimbursement shall be allowed for the following: A. Personal expenses, such as laundering or barbering, etc. B. Entertainment, except when it is a regularly scheduled part of the meeting being attended. C. Purchase of alcoholic beverages. D. Any expenses incurred by a city official or employee's spouse, significant other, or family members in connection with conference registration, event sponsorship, meals, transportation, or miscellaneous expenses. E. Any personal expenses incurred outside the authorized event's duration. For example, if a city official or employee elects to travel to an event in advance or stay longer on personal business, the City need only reimburse the official for roundtrip travel costs and costs associated with the authorized event. F. Political or charitable contributions or events. G. Expenses for which city officials receive reimbursement from another agency. H. Any expense which is not covered by this policy which has not been approved by the City Council before the expense is incurred. 10. REPORTING All reimbursement claims established herein shall be substantiated by attaching itemized receipts to an Expense Report form (Exhibit B) to be filed with the Finance Department. Expense Reports must document that all travel expenses meet the requirements of this policy. City officials and employees must submit expense reports within fourteen (14) days of incurring the expense, accompanied by receipts documenting each expense. Inability to provide such documentation in a timely fashion may result in the expense being borne by the City official or employee. All reported expenses are subject to verification of accuracy and compliance with this policy. At the public meeting following an activity, each elected and appointed official must briefly report on meetings attended at City expense. If multiple City officials attended, a joint report may be made. 11. CREDIT CARD USE City officials and employees may use valid City -issued Cal Card purchasing cards for expenses allowed in this policy. Cal Cards must be used in accordance with the City's Purchasing Ordinance. 15. FOREIGN TRAVEL Any foreign travel outside North America by a city official or employee must be authorized by the City Council and shall be subject to all provisions contained in this policy. Any modification to this policy shall be considered by the City Council at a regular or special meeting. North American foreign travel by City employees shall be subject to the approval of the City Manager. 16. COMPLIANCE WITH LAWS All agency expenditures are public records subject to disclosure under the California Public Records Act. 17. VIOLATION OF THIS POLICY Any violation of this policy may result in any or all of the following: A. Loss of travel and/or reimbursement privileges; B. A demand for restitution from the City; C. The City's reporting the expenses as income to the City official or employee to state and federal tax authorities; D. Civil penalties of up to $1,000 per day and three times the value of the resources used; E. Prosecution for misuse of public resources; F. Removal from an appointed commission or board; and G. For employees, discipline up to and including termination. D 110110 6.11: t 3 " III .' 1Fill I 1 1 The City reimburses its officials and employees for expenses incurred in connection with business related travel and attendance at meetings and events, in amounts designated in the approved City Budget. The OVERNIGHT TRAVEL AUTHORIZATION FORM must be submitted to the City Manager for approval at least forty-five (45) days in advance. Upon approval, the signed form shall be submitted as an attachment to the employee's EXPENSE REPORT within fourteen (14) days of incurring expenses. Employee Name A roved:13 IlDeclined: 13 Comments: Department: necessary for conducting official City business, and agree to comply with Travel Dates; From: To: Title: Business Event: Signature: EMPLOYEE Date Phone: Destination: Business Purpose (Description): Budgeted Item: Yes 13 No Account Number: Explanation of Travel (attach additional information as necessary): METHOD OF PAYMENT ESTMATE OF EXPENSES DESCRIPTION :Purchasing j Paid directly by Reimbursements Card City to Employee Transportation Air Fare Airline: Car Rental Agency: Personal Vehicle Miles: 0.00 X 0.56 per mile $ Lodging Conference Hotel # ofNights: X rate Non -Conference Hotel E3 of Nights: X rate Meals Event Re 'etration Other Other TOTAL s 7S__ s Certification A roved:13 IlDeclined: 13 Comments: By signing below, I certify the requested travel is appropriate and necessary for conducting official City business, and agree to comply with the City's Travel, Expense & Reimbursement Policy. I understand that unauthorized expenses will NOT be reimbursed. Signature: Signature: EMPLOYEE Date ICITY MANAGER Date EXPENSE REPO City officials and employees must submit Expense Reports within fourteen (14) days of incurring the expense, accompanied by the approved Travel Authorization Form and receipts documenting each expense Traveler's NameDepartment: Pw.eh.om Card Paid d'vsstty by City Treveru Travel Dates: Title: f Business Event: lPhone Destination: $ TRANSPORTATION Doeriptivn : Pw.eh.om Card Paid d'vsstty by City Treveru Air Fare Airlive: $ $ $ Car Rental Asency: 'Date Personal Auto W. 0.00 0.540 per mile $ Taxi TOTAL $ $ $ Shuttle Lees Travel Advance Air ort Parkin Rovelersmust regvus Goveramerz[ Renes when aveotoblM. TOTAL $ S I s Other 000 Other Parking 0.00 TOTAL $ s $ LODGVVG Rote] Loeahvn Mrival Dace Departure Date maatm Pu1eba9ml Cmd Pvddved0y by{hLq TFsvtler $ $ 'Date $ - $.. $ Amount OtherL e TOTAL $ $ $ TOTAL ALL EXPENSES Lees Travel Advance 000 Rovelersmust regvus Goveramerz[ Renes when aveotoblM. TOTAL $ S I s ALE'LLS MAx@dUM MEAL ALWWANCES D"ate Lorahov ut Ot500 $20 Drover S3 ors«menrm Pmehgelpg Card Pud dmuOy by City TfiaveW $ $ 'Date $ - $.. $ Amount OtherL e TOTAL $ $ $ TOTAL ALL EXPENSES Lees Travel Advance 000 Char esto Pumhoa Card 000 Charges Paid Directly by Ciry 0.00 000 /temlzedmeal recspts trot be uebtoolodwith this report, TOTAL S Is s OTHER EXPENSES Dote : Descri tion$ Panharivq Cud PaiddvaHyby 6ty Traveler 0.0o $ $ 'Date =rmUvccouot Amount OtherL e TOTAL $ $ $ TOTAL EXPENSESIREIMRURSEMENT GE ode ofTrors ""non 0.0o Loden 'Date =rmUvccouot Amount OtherL e 000 TOTAL ALL EXPENSES Lees Travel Advance 000 Char esto Pumhoa Card 000 Charges Paid Directly by Ciry 0.00 000 TOTAL UMBURSEMENT TO TRAVELER TOTAL ADVANCE TOTAL EXPENSESIREIMRURSEMENT Approval ode ofTrors ""non 0.0o Loden goo Mots goo OtherL e 000 TOTAL ALL EXPENSES Lees Travel Advance 000 Char esto Pumhoa Card 000 Charges Paid Directly by Ciry 000 TOTAL UMBURSEMENT TO TRAVELER 0.00 0.00 Certification Approval I certify that I have examined the above claim; that travel was I hereby certify that the above expenses stated are correct, and in authorized to and from points claimed,, and that all expenses pertain compliance with the City's Travel, Expense & Reimbursement Policy. to City business. EMPLOYEE Date FINANCE DIRECTOR Date Copy of Travel Expense Authorization and Expense Forms 08-21-14 (2) printed 9/30/2014 1:18 PM CITY COUNCIL Agenda # 8.2 Meeting Date: October 7, 2014 AGENDA REPORT TO: Honorable Mayor and Members of the City Council FROM: James DeStefano, City Man' > TITLE: ADOPTION OF ORDINANCE NO. XX (2014) AN ORDINANCE OF THE CITY OF DIAMOND BAR REVISING THE CITY'S PURCHASING SYSTEM, AMENDING THE DIAMOND BAR MUNICIPAL CODE AND RESCINDING ORDINANCE 05(2006) IN ITS ENTIRETY RECOMMENDATION: That the City Council introduce and have the first reading of Ordinance No. XX (2014); and, set the second reading at the Council's next scheduled meeting. BACKGROUND: The City's Purchasing Ordinance was last revised in 2006. Since that time there have been many changes to "best practices" in the area of Purchasing. This revision updates the purchasing ordinance to reflect those changes. DISCUSSION: The City's Purchasing Ordinance has not been updated for eight years. In that span of time there have been numerous changes to what is widely considered best practices in purchasing. The City has grown in the types of goods and services that it buys in order to provide the programs that its residents desire. The procurement of these goods and services needs to be done by a process that allows for the due diligence required to make purchases in a transparent manner. The following is a list of highlights of the changes contained within this amended ordinance: Section 3.24.010 — Establishment of a Purchasing System No changes were made to this section Section 3.24.020 — Definitions The definitions for responsive bidder and public works project have been eliminated and redefined under the definition of responsible bidder and public project respectively. Amended section 3.24.020 includes new definitions for blanket purchase order, budget authority, capital asset, purchases, public project, purchase order, responsible bid, responsible bidder and splitting. The definition for professional services was updated to include accountant and information technology professionals. The definition for public works project was updated to reflect the California Public Contract Code Section 1101. Section 3.24.030 — Decentralized Purchasing This section changes the responsibility for purchasing supplies, services, personal property and equipment from the Department Director to the newly created Purchasing Manager referenced in Section 3.24.040. Section 3.24.040 — Purchasing Manager This section creates the position of Purchasing Manager and designates the City Manager the responsibility of this position. It also establishes his/her authority to delegate this responsibility to Purchasing Agents and Purchasing Delegates. Section 3.24.050 — Contractual Authority This section newly establishes contractual authority for Purchasing Delegates (includes Division Managers) at $5,000. It changes the contractual authority for Department Directors and Deputy City Manager (new) from $5,000 to $10,000. It changes contractual authority for the City Manager from $10,000 - $25,000 to $10,000 - $40,000. Anything over $40,000 must be approved by City Council. Section 3.24.060 — Purchasing Procedure This is a new section which establishes step by step procedures to ensure best practices in purchasing are achieved. This section first establishes that no award of contract or purchase order will be generated unless there is and unexpended appropriation available. This section also establishes when a purchase order is required, when a bid/quote is required and whether it can be verbal or must be written. This section also establishes that when any single or aggregate purchase goes over $40,000 it must be approved by City Council. This section also changes the petty cash limit from $50 to $75. Section 3.24.070 — Exceptions to Purchasing Procedure This is a new section that outlines exceptions to the purchasing procedures which include emergency purchases, when exceptions to bidding is allowed and when other exceptions would be permissible. Section 3.24.080 — Formal Bid Process This is a new section which outlines the formal bid process for supplies, equipment, personal property and services over $40,000. Section 3.24.090 — Formal Bid Procedures for Public Projects and Public Works Contracts This is a new section which outlines the bid procedures required for public projects and public works contracts. These types of contracts and projects were not specifically detailed in the prior ordinance but because these types of contracts and projects have very specific rules, staff felt it would be beneficial to spell out exactly what the requirements for these types of contracts and projects are. Section 3.24.100 — Encumbrance of Funds No changes were made to this section 2 Section 3.24.110 — Change Orders This changes in this section require that any change order that results in a total contract amount of more than $40,000 or substantially changes the terms or results in a cost in excess of the Council award amount plus any Council approved contingency, must go to City Council for approval. It also allows for the Purchasing Manager to approve change orders for contracts approved by the City Council in an amount up to 10% of the contract amount or $40,000 whichever is less. Section 3.24.120 — Professional Services This is a new section which details the requirements for procuring professional services. This section requires the use of a Request for Proposal (RFP) whenever practical and outlines RFP procedures. It gives guidelines for the selection of the firm or individual. This section also clarifies the requirements when multi-year contracts are approved. Section 3.24.130 — Temporary Staffing, Professional and Consultant Services The only change to this section is that the procedures are to be determined by the Human Resources Department rather than the City Manager. This is a more appropriate practice since the Human Resources Department has the expertise required to evaluate these services. Section 3.24.140 — Local Preference The only change to this section is to delete the limit of $5,000 when granting a one percent (1 %) preference to local bidders/vendors. The local preference will simply be 1 %. Section 3.24.150 — Use of Recycled Materials No changes were made to this section Section 3.24.160 — Surplus Personal Property The only change to this section is that a copy of the surplus list will be submitted to the Finance Department in order to remove any items that were sold from the fixed asset inventory list. This addition was a request from the auditors. Attachment: Ordinance XX (2014) Purchasing Ordinance Dianna L. Honeywell Finance Director ORDINANCE XX (2014) AN ORDINANCE OF THE CITY OF DIAMOND BAR REVISING THE CITY'S PURCHASING SYSTEM AND AMENDING THE DIAMOND BAR MUNICIPAL CODE WHEREAS, the City has established a purchasing ordinance in Chapter 3.24 of the City Code ("Purchasing Ordinance") to provide an efficient and cost-effective process for the purchase of supplies, services, personal property and equipment; and WHEREAS, the City desires to revise and amend the Purchasing Ordinance as Set forth herein. Now therefore, the City Council of the City of Diamond Bar does 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 Ordinance Sections: 3.24.010 Establishment of Purchasing System 3.24.020 Definitions 3.24.030 Decentralized Purchasing 3.24.040 Purchasing Manager 3.24.050 Contractual Authority 3.24.060 Purchasing Procedure 3.24.070 Exceptions to Purchasing Procedure 3.24.080 Formal Bid Process 3.24.090 Formal Bid Procedures for Public Projects and Public Works Contracts 3.24.100 Encumbrance of Funds 3.24.110 Change Orders 3.24.120 Professional Services 3.24.130 Temporary Staffing 3.24.140 Local Preference 3.24.150 Use of Recycled Materials 3.24.160 Surplus Personal Property 3.24.010 ESTABLISHMENT OF A PURCHASING SYSTEM To establish efficient procedures for the purchase of supplies, services, personal property and equipment; 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. 3.24.020 DEFINITIONS As used in this Ordinance, the following words and terms shall be defined as follows unless the context indicates that a different meaning is intended: (a) Blanket Purchase Order shall mean an agreement whereby the City contracts with a vendor to provide supplies or equipment on an as -needed basis throughout the fiscal year. (b) Budget Authority shall mean that with the exception of emergency procedures, no purchase shall be made without prior approval and appropriation in the City's annual budget. (c) Capital Asset shall mean 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. (d) City shall mean the City of Diamond Bar (e) Contract shall mean an agreement, in writing, between two or more persons with the requisite authority, which creates an obligation to do a particular thing. (t) Encumbrance shall mean a contingent liability and reservation of a budget appropriation incurred as a result of the issuance of a purchase order and/or contract. (g) Personal Property shall mean any tangible property not including land or real estate. This includes but is not limited to vehicles, equipment, supplies, furniture and fixtures. (h) Purchases shall mean procurement of supplies, services, equipment and personal property and shall include leases or rentals of such items. (i) Professional Services shall mean, but is not limited to, any type of professional services that may be lawfully rendered including the services 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. �) Public Project have the same meaning as set forth in Public Contract Code section 20161 as follows: 1. The erection, improvement, painting or repair of public buildings and works; 2. Work in or about streams, bays, waterfronts, embankments or other work for protection against overflow; 3. Street or sewer work, except maintenance or repair; and 4. Furnishing of supplies or materials for any such project, including maintenance or repair of streets or sewers. (k) Purchase Order shall mean a written authorization issued by the City to a provider of labor, materials or services for which the City agrees to pay. (I) Responsible Bid shall mean an offer submitted by a responsible bidder to furnish supplies, materials, equipment, personal property or contractual services in conformity with the specifications, delivery terms, conditions and other requirements included in the request for bids. (m) Responsible Bidder shall mean a bidder who submits a responsible bid, i.e. a bidder, who has furnished, when requested, information and data to prove that his financial resources, production or service facilities, service reputation and experience are adequate 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. (n) Services shall mean any and all services, with the exception of professional services as defined in this section (i) above, including but not limited to equipment service contracts. (o) Splitting shall mean dividing a purchase or contract into two or more parts in order to avoid the requirements of this policy. Splitting is prohibited. Further, splitting of a public works project is a misdemeanor under PCC section 20163 and is prohibited. (p) Surplus Personal Property shall mean any personal property that is no longer needed or useable by the City. 3 3.24.030 DECENTRALIZED PURCHASING The purchase of supplies, services, personal property and equipment is the responsibility of the individual departments requiring said supplies, services, personal property and equipment. It is the responsibility of the Purchasing Manager described in Section 3.24.040 (a) to ensure the adherence to the procedures prescribed in this Chapter. 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. (b) Power and Duties 1. 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 as provided herein. 2. Purchasing Agents. In accordance with Diamond Bar Municipal Code 3.24.040 (b), the Purchasing Manager may delegate the responsibility for administering purchasing policies and procedures to one or more Purchasing Agents. The authorized Purchasing Agents Shall include: Deputy City Manager Finance Director iii. Public Works Director iv. Community Development Director V. Community Services Director vi. Information Services Director Purchasing Delegates. Additionally, 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 are referred to as "Purchasing Delegates". Purchasing Delegates shall be designated 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 or an annual basis or upon changes in employment status, 112 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. 3.24.050 CONTRACTUAL AUTHORITY Provided there is adequate unencumbered appropriation in the account against which the expenditure is to be charged: (a) Purchases of supplies, services, personal property and equipment of an estimated value up to five thousand dollars ($5,000) shall be approved by the Purchasing Manager, a Purchasing Agent or a Purchasing Delegate. (b) Purchases of supplies, services, personal property and equipment of an estimated value up to ten thousand dollars ($10,000) shall also be approved by the Purchasing Manager or a Purchasing Agent. (c) Purchases of supplies, services, personal property and equipment with an estimated value greater than ten thousand dollars ($10,000) and up to forty thousand dollars ($40,000) must receive the approval of the Purchasing Manager or his/her designee. (d) Except as otherwise provided in this Chapter, purchases with an estimated value greater than forty thousand dollars ($40,000) shall be subject to the purchasing procedures outlined in Section 3.24.060, Section 3.24.080 or Section 3.24.090 and approved by the City Council. 3.24.060 PURCHASING PROCEDURE (a) Availability of Funds — Except in emergencies as defined in Section 3.24.070 (a), no notice of award of contract shall be issued, no contract shall be signed and no purchase order shall be issued unless the unexpended appropriation concerned is sufficient to pay the amount of such contract or purchase order. (b) Purchaser Responsibilities — It shall be the responsibility of the Purchasing Manager, Purchasing Agent or Purchasing Delegate handling a purchase: 1. To reduce, to the maximum extent possible, the number of purchase transactions by combining into bulk orders and contracts the requirements of departments or City for common -use items or items repetitively purchased. The use of blanket purchase orders is recommended for vendors that a department uses repeatedly 5 throughout the fiscal year. Blanket purchase orders may not be used for the purchase of Capital Assets. 2. To obtain a completed IRS Form W-9 from any vendor not previously used for City purchases and submit it to the Finance Department. This information must be validated by the Finance Department before any purchases can be made with the new vendor. 3. If a City business license is required, it is the responsibility of the Purchasing Agent to direct the vendor to the Diamond Bar Community Development department in order to obtain the license. 4. Except as otherwise authorized in this Chapter or by State or Federal law, to select the lowest responsible bidder when bids are solicited, whether formal or informal. If the lowest priced bid is not selected, then the decision process must be documented explaining why the lowest bid was not chosen. This provision does not apply to professional service contracts as set forth in 3.24.120. 0 5. If the item(s) to be purchased is only available through one vendor and/or sole source provider, or when required if three bids could not be obtained, back up documentation verifying that the vendor is the sole source provider must be provided using the "Justification for Sole Source/Sole Brand" form. Unjustified factors for a sole source/sole brand include: i. Personal preference for a product or vendor ii. Cost, vendor performance, local service, maintenance and delivery time (these are award factors in competitive bidding; iii. Lack of advance planning for activity, unless deemed an emergency purchase as referenced in Section 3.24.070 (c) The Purchasing Manager is authorized to prescribe the use of various types of contracts and orders, including, but not limited to the following: 1. Use of petty cash is authorized for single purchases of seventy-five dollars ($75.00) or less. 2. Purchase orders shall be used for all purchases of supplies, services, personal property and equipment in accordance with the following: i. Any single item or aggregate purchase with an estimated value of two thousand five hundred dollars ($2,500) or greater. ii. When the Purchasing Manager, Purchasing Agent or Purchasing Delegate expects to make multiple purchases with a single vendor and purchases are expected to exceed two thousand five hundred dollars ($2,500) annually. 11 (d) In the absence of those exceptions set forth in Section 3.24.070 the following procedures shall be followed with regards to purchases of supplies, services, personal property and equipment: For any single item or aggregate purchase with an estimated value of two thousand five hundred dollars ($2,500) up to five thousand dollars ($5,000) three informal bids or quotes shall be solicited. i. Bids or quotes may be obtained from the vendors in verbal or written format. ii. Written documentation (using the "Quotation Worksheet" form) of the bids and quotes must be submitted with the requisition. 2. For any single item or aggregate purchase with an estimated value in excess of five thousand dollars ($5,000) up to forty thousand dollars ($40,000) three informal bids shall be solicited. Bids must be obtained in writing from the vendors. Written documentation (in the form of the "Quotation Worksheet" form) of the bids must be submitted with the requisition. 3. Any single item or aggregate purchase of supplies, services, personal property or equipment with an estimated value of forty thousand dollars ($40,000) or greater (purchased within one fiscal year) must be approved by City Council via the formal bid process outlined in Section 3.24.080. 4. Any Public Project or Public Works Contract with an estimated value of forty thousand dollars ($40,000) or greater (purchased within one fiscal year) must be approved by City Council via the process outlined in Section 3.24.090 In determining whether the $40,000 fiscal year threshold for City Council approval has been exceeded, for purchases of supplies, services, personal property or equipment, multiple contracts shall be aggregated on a department basis for the applicable fiscal year. If, in the aggregate, purchases by a single department from a single vendor of supplies, services, personal property or equipment would exceed $40,000 in a fiscal year, the purchase which results in the $40,000 threshold being exceeded shall be approved by the City Council. (e) Professional development and training costs do not require purchase orders. Any travel related costs should also be in accordance with the City's Travel, Expense and Reimbursement Policy. (f) Purchases made with a City credit card may include but are not limited to: 1. Conferences/training/seminars (registration, airline, car rental, hotel accommodations, meals and fuel; 2. Business lunch with representatives from other government agencies or consultant under contract to the City, furnishing lunch for interview panels and/or evaluation review boards; 3. Publications/manuals; 4. Providing meals, equipment and material to work crews in cases of emergencies and 5. Memberships and/or dues to professional organizations. 3.24.070 EXCEPTIONS TO PURCHASING PROCEDURE (a) Emergency Purchases. The emergency procedure applies to 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 Council action or approval, if such action or approval were otherwise required. An emergency situation is defined as follows: i. A public disaster; ii. An immediate need to prepare for national or local defense; and iii. A breakdown of machinery or an essential service immediately affecting public health, safety or welfare. 2. The Purchasing Manager, a Purchasing Agent, or any Purchasing Delegate may purchase supplies, services, personal property, or equipment directly subject to parameters set forth in City Council resolution(s) and shall submit a report of the circumstances of the emergency 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. (b) Bidding: Exceptions 1. Purchases of supplies and equipment and contracts, except Public Works Contracts, shall be by bidding procedures pursuant to the provisions of Section 3.24.090. 2. Bidding shall be dispensed with upon authorization of the Purchasing Manager or designee: i. Where bidding would be impossible or impractical; ii. The amount of the purchase has a total estimated value of less than two thousand five hundred dollars ($2,500); iii. Where the commodity or service can be obtained from only one vendor. When there is only one vendor that provides the product or service, the details must be documented and supported with the form "Justification for Sole Source/Sole Brand" in order to dispense with bidding requirements; or iv. Where the price of the commodity or service is controlled by law such that bidding would be unlikely to result in any cost savings. 3. For the purposes of this Section: i. "Impossible" shall mean extreme and unreasonable difficulty or expense; and ii. "Impractical" shall mean incapable of being performed by the bid procedure. 4. Other Exceptions. When, in the opinion of the Purchasing Manager or Purchasing Agent, 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, 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 City Council. 3.24.080 FORMAL BID PROCESS Except as otherwise exempted in this Chapter, supplies, services, equipment and personal property with an estimated value of more than forty thousand dollars ($40,000) shall be purchased using the Formal Bid Process as follows: (a) To initiate the Formal Bid Process, the Purchasing Agent shall provide specifications for the item to be purchased and documentation showing the existence of an unencumbered appropriation for the item in the current approved budget. (b) Formal bids shall be posted at City Hall, on the City's website and in a newspaper of general circulation, and if applicable, in appropriate trade publications. The date of the publication shall be at least 14 days before the due date. The Notice Inviting Bids shall include the requirement that the bid be in writing and be sealed, a general description of the supplies, service personal property or equipment to be purchased, the location where specifications may be obtained, the time and place for opening bids, and the security required, if any. M (c) All formal bids shall be sealed and shall be publicly opened and read at the date, time and place indicated in the public notice. (d) Bids shall be reviewed for compliance with the specifications document and all deviations from the specifications shall be fully documented by the requesting Department and the impact of the deviations on performance or suitability of the bid item shall be detailed. (e) Staff shall prepare a staff report with a recommendation to the City Council. (f) Except for certain professional services agreements, the City Council may award the contract to the lowest responsible bidder in conformity with the specifications. (g) When a bid is recommended to be awarded to other than the lowest responsible bidder, written justification is required. The written statement must be included with the staff report to the City Council (h) Rejection of Bids — the Purchasing Manager or when applicable, the City Council, may, in any given case reject all bids with or without cause and submit the supplies, personal property, equipment or service involved to a new bidding process or may abandon the purchase. (i) This policy specifically prohibits splitting a purchase to circumvent the threshold limits set forth in Section 3.24.060 (d)(3). Q) The purchase must be approved by the City Council. 3.24.090 FORMAL BID PROCEDURES FOR PUBLIC PROJECTS AND PUBLIC WORKS CONTRACTS (a) Bid solicitation procedures. 1. The City Council shall approve plans and specifications for all public projects which are required per applicable laws and regulations. 2. A notice inviting formal bids, stating the time and place for the receiving and opening of sealed bids and distinctly describing the public project, commodity or class of commodities shall be prepared. Every notice inviting bids shall be prepared in accordance with the following requirements: The notice shall be published in accordance with the requirements of California Public Contracts Code section 20164, and as that section may be modified. The Purchasing Agent shall, in addition, solicit bids from prospective bidders for the class of commodities being purchased or sold by sending them copies of the newspaper 10 notice or such other notice as well as will acquaint them with the proposed purchase. All pending purchases shall also be advertised by posting a copy of the contract bid form on a public bulletin board in City Hall iii. In addition to notice required by this section, the Purchasing Manager, Purchasing Agent or Purchasing Delegate may give such other notice as he or she deems proper. 3. Provisions shall be included in any invitation for bid and in any contract documents for the withholding of retentions earned to ensure performance under a contract in an amount and type as determined by the Director of Public Works, consistent with State law. Provisions shall be included in any invitation for bid and in any contract documents for insurance coverage in an amount, type and term as may be specified by the City. 4. When required by State law, the contractor shall not pay less than the general prevailing rates of wages, as determined by the Director of the Department of Industrial Relations, to all workers employed on a Public Project or Public Works Contract. (b) Formal Bid Opening Procedure. 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 (c) The City Council may reject a bid based upon non -responsibility and award to the next lowest responsible bidder if the Purchasing Agent provides notice to the bidder of any evidence reflecting on the bidder's responsibility at least two business days prior to the hearing at which the City Council will be considering whether to reject the bid. The bidder shall have the opportunity to present evidence that the bidder is qualified to perform the contract. (d) Rejection of Formal Bids. In its discretion, the City Council may reject any and all bids presented for any reason. If after the first invitation of bids all bids are rejected, after reevaluating its cost estimates of the project, the City Council may: (a) abandon the project; (b) re -advertise for bids in the manner prescribed by this chapter; or (c) perform the work with City employees, after passing a resolution by a four-fifths vote of the City Council declaring that the project can be performed more economically by City employees. (e) Award of Formal Bid Contracts. All contracts for public works projects with a value exceeding ($40,000) shall require the approval of the City Council 11 and shall be executed by the Mayor and approved as to form by the City Attorney. If a contract is awarded, it shall be awarded by the City Council to the lowest responsible bidder. The determination of the "lowest responsible bidder" shall be at the discretion of the City Council pursuant to the findings and recommendations presented by the Purchasing Agent at the time of award of contract. In determining the lowest responsible bidder, the following may be considered by the City Council, in addition to price: The ability, capacity and skill of the bidder to perform the contract or provide the services required; ii. Whether the bidder can perform the contract or provide the services promptly, or within the time specified, without delay or interference; iii. The sufficiency of the bidder's financial resources to perform the contract or provide the service; iv. The ability of the bidder to provide future maintenance and services where such maintenance and service is essential; The quality and timeliness of the bidder's performance on previous contracts for the City; vi. Litigation by the bidder on previous contracts with the City; vii. The character, integrity, reputation, judgment, experience and efficiency of the bidder; viii. The bidder is licensed under the Contractors' State License Law (commencing with Section 7000 of the Business and Professions Code of the State of California, as the same may be amended from time to time) to perform the work for which it submitted a bid proposal. (f) Tie Formal Bids. If two or more formal bids received are for the same total amount the City Council may, at its discretion, accept the one it chooses or accept the lowest bid made by and after negotiation with the tie bidders. (g) No Formal Bids. If no bids are received through the formal or informal 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. (h) Bid Selection. If a contract is awarded, it shall be to the lowest responsible bidder. The determination of the "lowest responsible bidder" shall be at the discretion of the City Council pursuant to the findings and recommendations presented by the Purchasing Agent. (i) Nothing contained in this section is intended to be in conflict with applicable state law. 12 3.24.100 ENCUMBRANCE OF FUNDS Except in cases of emergency, the issuing department shall not issue any purchase order for supplies, services, or equipment unless there exists an unencumbered appropriation in the account against which said purchase is to be charged. If, when the purchase order is posted the account appears to be over budget, the Department Director shall create a budget transfer to cover said overage immediately. 3.24.110 CHANGE ORDERS (a) Any substantial change to a contract or approved purchase which results in a cost in excess of the City Council award amount, shall be documented with a change order. If a change order will result in a total contract amount of more than $40,000 or substantially changes the terms or results in a cost in excess of Council award amount plus any Council approved contingencies, the change order must be brought to Council as soon as staff becomes aware as to avoid any delays in the project. No change order may exceed budgetary authorization without Council approval. (b) The Purchasing Manager may approve a change order for contracts approved by the City Council in an amount up to 10% of the contract amount or $40,000, whichever is less. (c) All change orders are subject to the approval authority set forth in section 3.24.050 (c). 3.24.120 PROFESSIONAL SERVICES (a) Use of Requests for Proposals. The formal bid procedures set forth in Section 3.24.080 for Professional Services shall be utilized whenever practical. (b) Guidelines for Selection. Firms or individuals shall be selected based on their ability to perform the specific functions including, but not limited to, such factors as: Overall professional experience, reliability, and continuity of the firm as related to the tasks described in the solicitation for proposals or bids; ii. Professional experience of the firm in executing contracts of a similar nature; iii. Adequacy of personal numbers within specific disciplines required to complete the work required by the solicitation for proposals or bids; 13 iv. Experience and training of key personnel as related to the work described in the solicitation for proposals or bids; V. Adequacy of number of principal(s) which are intended to be assigned to the contract; vi. Knowledge of applicable regulations and technology associated with the contract; vii. Quality and timeliness of recently completed or nearly completed projects which were similar to the work described in the solicitation for proposals or bids; viii. Specialized qualifications for the services to be performed; and ix. Price Such factors shall be weighed by the acquiring authorized person and by the City department primarily responsible for the project according to the nature of the contract, the needs of the City and complexity and special requirements of the specific contract for which the services will be provided. (c) RFP Procedures. If a formal RFP is used, the following procedures shall apply: A Request for Proposal solicitation document shall be issued to potential individuals or firms. The solicitation document shall discuss the following: i. Scope of work or specification desired. ii. List of any required qualifications. iii. List the evaluation criteria iv. The date of submission for the response by the vendor V. Only criteria disclosed in the solicitations may be used to evaluate the supplies or services proposed. 2. The solicitation document shall be made available to a minimum of three (3) qualified firms or individuals, unless three qualified firms or individuals cannot be located, and shall be made available for no less than fourteen (14) calendar days. (d) Evaluation of proposals received will be conducted by either an individual or a review committee. Interviews may be conducted, at the discretion of the person authorized to make the purchase, with one (1) or more responsible bidders who has submitted a proposal and is determined to be reasonably susceptible for being accepted for award. These discussions may be held for the purpose of clarification to assure full understanding of responsiveness to the solicitation requirements. (e) Multi -Year Contracts. The total not to exceed amount for the entire term of a multi-year contract shall be the amount untilized in determining the 14 approval authority required under this Chapter. The City Council may authorize the Purchasing Manager to extend the term of such contracts provided the contract provides for such extensions. (f) The Purchasing Manager, Purchasing Agent or Purchasing Delegate shall notify the selected contractor and obtain a written contract to be kept on file with the City Clerk. 3.24.130. TEMPORARY STAFFING, PROFESSIONAL AND CONSULTANT SERVICES Proposals for all temporary staffing, professional and consultant services may be obtained pursuant to procedures determined by the Human Resources Department. Selection shall be on the basis of demonstrated competence and on the professional qualifications necessary for the satisfactory performance of the services required. It is not mandatory that a contract for temporary staffing, professional and consultant services be awarded to the lowest bidder when it is believed that the quality of service or technical expertise provided by a higher bidder warrants their selection. Reasons for the selection of any bidder other than the lowest bidders shall be in writing and shall be retained with the record of bids. Section 3.24.140 LOCAL PREFERENCE In order to promote the economic health of the City and to encourage local participation in the procurement process, the City in determining the lowest responsible bidder may take in to consideration the sales tax (one percent) which would be returned to the City as prescribed in this Section. (a) Definition. Whenever used in this section, the phrase "local bidder/vendor' shall mean a business, firm, or enterprise with fixed offices or locally taxable distribution points within the City, which holds a valid business registration issued by the City, and bearing a street address within the City. (b) Local Preference. In awarding purchase orders and contracts for supplies and equipment, the City may grant a preference of one percent (1%) to local bidder/vendors. The bids of all local bidder/vendors shall be reduced by one percent prior to determining the lowest responsible bidder. (c) Identical Bids. If after applying the preference provided for in subsection (b) of this section, identical bids are submitted by a local bidder/vender 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 15 required for the bid, this provision shall not apply and the City Council shall award the bid in its discretion. (d) Exceptions. Notwithstanding the foregoing, the provisions of this section shall not apply under any of the following circumstances: When application of the provisions of this section is prohibited by state or federal law or the requirements of a state or federal grant; When a contract with the City to purchase supplies and equipment will be funded in whole or in part by donations or gifts to the City, to the extent that the provisions of this section would conflict with any conditions attached by the donor of the donation, provided that the donation and any conditions attached to it have been accepted and approved by the City Council; 3. When the Purchasing Manager determines that a contract with the City to purchase supplies and equipment results from exigent circumstances, and also determines either that any delay in the execution or performance of the contract would jeopardize the public health, safety, or welfare of the citizens of the City, or that the operational effectiveness of a significant municipal function would be seriously threatened if the contract were not entered into expeditiously. (e) 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. (f) Purchasing Manager Authorization. The Purchasing Manager, or his or her designee, may promulgate rules and regulations to implement the provisions of this section. (g) 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. 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 as a basis for determining whether the bidder is a responsible bidder for the present contract or for future contracts. 16 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 not less than one year from the date of the disqualification, as determined by the City Council. Section 3.24.150 USE OF RECYCLED MATERIALS All departments shall purchase and use recycled products and recycled materials when available unless determined by the City Manager to be financially infeasible. The City may at its option require its contractors and consultants to use recycled products in fulfilling contractual obligations Section 3.24.160 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's office. 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 or special district such as a school district or library. IVA Section 2. The City Clerk shall certify to the adoption of this ordinance and shall cause the same to be published as required by law. ADOPTED AND APPROVED this day of 2014. Mayor In Agenda # 8.3 Meeting Date October 7, 2014 CITY COUNCIL ��o AGENDA REPORT APOA�I�P r8a9 TO: Honorable Mayor and Members of the City Council VIA: James DeStefano, City Manager TITLE: Appointment to the Planning Commission to fill the Unexpired Term of Jack Shah. RECOMMENDATION: Appoint. FINANCIAL SUMMARY: No Fiscal Impact. BACKGROUND: Planning Commissioner Jack Shah resigned his position on the Planning Commission effective August 13, 2014. Upon his resignation City Staff posted a vacancy notice and during the August 19, 2014 City Council Meeting, Mayor Herrera announced the vacancy and requested that interested parties submit applications. Subsequently, M/Herrera received 3 applications from the following candidates to fill the vacancy: Jen "Fred" Mahlke; Surendra Mehta; and, Khai Luu. During the October 7th Council Meeting, Mayor Herrera will announce the name of her appointee and ask for approval of the appointment to fill the unexpired term. (PRNPARED BY: Tommye Cribbins, City Clerk REVIEWED BY: ---�7 �_C Ryan Mct an, Deputy City Manager Carol Herrera Mayor Steve Tye Mayor Pro Tem Ling -Ling Chang Council Member Nancy A. Lyons Council Member Jack Tanaka Council Member September 29, 2014 xalff���t 21810 Copley Drive o Diamond Bar, CA 91765-4178 Monsignor James Loughnane St. Denis Catholic Church 2151 S. Diamond Bar Blvd. Diamond Bar, CA 91765 Dear Monsignor Loughnane: (909) 839-7000 . Fax (909) 861-3117 www.DiamondBarCA.gov This is to confirm your participation to provide the invocation at the Diamond Bar City Council Meeting on Tuesday, October 7, 2014 at 6:30 p.m. The meeting will be held in the South Coast Air Quality Management/ Government Center Main Auditorium, located at 21810 Copley Drive, Diamond Bar. Please be aware that, pursuant to a recent court ruling, sectarian prayer as part of City Council meetings is not permitted under the United States Constitution pertaining to the separation of church and state. Also, please note the three to five (3-5) minute time limit on Invocations. It would be appreciated if you would contact me 909-839-7010 or Rebecca Siu 909-839-7000 to confirm your participation at the October 7th meeting. Thank you for taking time out of your busy schedule to share with us. Sirncerely,�� To11mm Cribbins City Clerk CITY OF DIAMOND BAR- ; CELEBRATION Ma 25ANNI'VIEPSAPY� D dB ,Gw/DDs VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL TO: CITY CLERK n �/ —7 FROM: 4 v i in \ Sri 'l (� rV\,A'JL DATE: /� a 01ZI ADDRESS: CS&il jP/- PHONE: 9,5/-522 -2' ORGANIZATION: AGENDA#/SUBJECT: r�- _ expect to address the Council on the subject agenda/subject item. Please have the Counc reflect my name and address as written above. Signature This document is a public record subject to disclosure under the Public Records Act. VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL TO: CITY CLERK FROM: i 14-e s:s4 L.ta,�7 DATE: l0� <44 ADDRESS: z -I C� I Ky, 0CVSkA BN E: ORGANIZATION: C%t�^i/�\J iCt'UC )'nl'►� AGENDA#/SUBJECT: IViE`e%iU' I expect to address the Council on the subject agenda/subject item. Please have the Council Minutes reflect my name and address as written above. Signature This document is a public record subject to disclosure under the Public Records Act. C[T tva> VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL TO: FROM: ADDRESS: ORGANIZATION: AGENDA#/SUBJECT: CITY CLERK 3,OSLI� DATE: '4M ���le� fir. PHONE: 10107':zol expect to address the Council on the subject agenda/subject item. Please have the Council Minutes reflect my name and address as written above. Signature This document is a public record subject to disclosure under the Public Records Act. TO: FROM: ADDRESS: ORGANIZATION: AGENDA#/SUBJECT: CITY CLERK 3V U__ V W, I� '-VO,O, -t i DATE: lL 0-6— PHONE: --6— PHONE: I expect to address the Council on the subject agenda/subject item. Please have the Council Minutes reflect my name and address as written above. '3 Signaturq "' _ Thic rinri imant-ic a ni ihlic rornrrl suhiart to rlisHn.qnra iindpw tha Pi ihlir. RArnrd.q Art GIT �AAIV MT'� res' VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL TO: CITY CLERK FROM: J %��r X464 DATE: IV '7 llz-,� ADDRESS: 1760 0, Epi©s PHONE: ORGANIZATION: 5'w ✓ C�4�r iyazGti evs�"i�.<rsu i ��G ss. �c�s AGENDA#/SUBJECT: I expect to address the Council on the subject agenda/subject item. Please have the Council Minutes reflect my name and address as written above. Signature This document is a public record subject to disclosure under the Public Records Act. �.T VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL TO: CITY CLERK FROM: �;z 3 �t.x t1i;3 DATE: � ^P `,� ADDRESS: ,°j �°'� ��� Cc'�'�� t'� <'' PHONE: ORGANIZATION: 31,r 'o al ;i R! t vt <<.'a '23t AGENDA#/SUBJECT: expect to address the Council on the subject agenda/subject item. Please have the Council Minutes reflect my name and address as written above. Signati9e