Loading...
HomeMy WebLinkAbout2023.09.19 Agenda Packet - Regular MeetingCity Council Agenda Tuesday, September 19, 2023 Closed Session 5:30 PM South Coast Air Quality Management District/CC-8 21865 Copley Drive, Diamond Bar, CA 91765 Regular Meeting 6:30 PM South Coast Air Quality Management District/Main Auditorium 21865 Copley Drive, Diamond Bar, CA 91765 How to Observe the Meeting From Home: The public can observe the meeting by calling +1 (415) 930-5321, Access Code: 762-908-205 OR visit: https://attendee.gotowebinar.com/register/2923025708009781592. How to Submit Public Comment: The public may provide public comment by attending the meeting in person, by sending an email, or by logging into the teleconference. Please send email public comments to the City Clerk at cityclerk@DiamondBarCA.gov by 4:00 p.m. on the day of the meeting and indicate in the Subject Line “FOR PUBLIC COMMENT.” Written comments will be distributed to the Council Members, noted for the record at the meeting and posted on the City’s official agenda webpage as soon as reasonably practicable (found here: http://diamondbarca.iqm2.com/Citizens/Default.aspx). The public may log into the meeting through this link: https://attendee.gotowebinar.com/register/2923025708009781592. Members of the public will be called upon one at a time during the Public Comment portion of the agenda. Speakers are limited to five minutes per agenda item, unless the Mayor determines otherwise. American Disability Act Accommodations: Pursuant to the Executive Order, and in compliance with the Americans with Disabilities Act, if you need special assistance to participate in the Council Meeting, please contact the City Clerk’s Office (909) 839- 7010 within 72 hours of the meeting. City Council video recordings with transcription will be available upon request the day following the Council Meeting. The City of Diamond Bar thanks you in advance for taking all precautions to prevent spreading the COVID-19 virus. SEPTEMBER 19, 2023 PAGE 2 RUTH M. LOW Council Member CHIA TENG Council Member STEVE TYE Council Member ANDREW CHOU Mayor STAN LIU Mayor Pro Tem City Manager Dan Fox • City Attorney Omar Sandoval • City Clerk Kristina Santana DIAMOND BAR CITY COUNCIL MEETING RULES Welcome to the meeting of the Diamond Bar City Council. Meetings are open to the public and are broadcast on Spectrum Cable Channel 3 and Frontier FiOS television Channel 47. You are invited to attend and participate. Copies of staff reports or other written documentation relating to agenda items are on file and available for public inspection by contacting the Office of the City Clerk. If requested, the agenda will be made available in an alternative format to a person with disability as required by Section 202 of the Americans with Disabilities Act of 1990. If you have questions regarding an agenda item, please contact the City Clerk at (909) 839-7010 during regular business hours. PUBLIC INPUT Members of the public may address the Council on any item of business on the agenda during the time the item is taken up by the Council. In addition, members of the public may, during the Public Comment period address the Council on any Consent Calendar item or any matter not on the agenda and within the Council’s subject matter jurisdiction. Any material to be submitted to the City Council at the meeting should be submitted through the City Clerk. Speakers are limited to five minutes per agenda item, unless the Mayor determines otherwise. The Mayor may adjust this time limit depending on the number of people wishing to speak, the complexity of the matter, the length of the agenda, the hour and any other relevant consideration. Speakers may address the Council only once on an agenda item, except during public hearings, when the applicant/appellant may be afforded a rebuttal. Public comments must be directed to the City Council. A person who disrupts the orderly conduct of the meeting after being warned by the Mayor or the Mayor’s designee that their behavior is disrupting the meeting, may result in the person being removed from the meeting. INFORMATION RELATING TO AGENDAS AND ACTIONS OF THE COUNCIL Agendas for regular City Council meetings are available 72 hours prior to the meeting and are posted in the City’s regular posting locations, on DBTV (on Spectrum Cable Channel 3 and Frontier FiOS television Channel 47) and on the City’s website at www.diamondbarca.gov/agendas. The City Council may take action on any item listed on the agenda. HELPFUL PHONE NUMBERS Copies of agendas, rules of the Council, Video of meetings: (909) 839-7010 Computer access to agendas: www.diamondbarca.gov/agendas General information: (909) 839-7000 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. THIS MEETING IS BEING VIDEO RECORDED AND BY PARTICIPATING VIA TELECONFERENCE, YOU ARE GIVING YOUR PERMISSION TO BE TELEVISED. THIS MEETING WILL BE RE-BROADCAST EVERY SATURDAY AND SUNDAY AT 9:00 A.M. AND ALTERNATE TUESDAYS AT 8:00 P.M. AND IS ALSO AVAILABLE FOR LIVE VIEWING AT HTTPS://ATTENDEE.GOTOWEBINAR.COM/REGISTER/2923025708009781592 AND ARCHIVED VIEWING ON THE CITY’S WEB SITE AT WWW.DIAMONDBARCA.GOV. CITY OF DIAMOND BAR CITY COUNCIL AGENDA September 19, 2023 CLOSED SESSION 5:30 p.m., CC-8 Conference Room, In Person ONLY – no teleconference. Public Comments Public Employee Performance Evaluation Pursuant to Government Code section 54957 Title: City Manager CALL TO ORDER: 6:30 p.m. PLEDGE OF ALLEGIANCE: Mayor INVOCATION: Kevin Ahn, Youth Pastor of Evangelical Free Church ROLL CALL: Low, Teng, Tye, Mayor Pro Tem Liu, Mayor Chou APPROVAL OF AGENDA: Mayor SEPTEMBER 19, 2023 PAGE 2 1. SPECIAL PRESENTATIONS, CERTIFICATES, PROCLAMATIONS: 1.1 Certificates of Recognition for Diamond Bar Girls Softball All-Stars. 2. CITY MANAGER REPORTS AND RECOMMENDATIONS: 3. PUBLIC COMMENTS: “Public Comments” is the time reserved on each regular meeting agenda to provide an opportunity for members of the public to directly address the Council on Consent Calendar items or other matters of interest not on the agenda that are within the subject matter jurisdiction of the Council. Although the City Council values your comments, pursuant to the Brown Act, membe rs of the City Council or Staff may briefly respond to public comments if necessary, but no extended discussion and no action on such matters may take place. There is a five -minute maximum time limit when addressing the City Council. At this time, the teleconference moderator will ask callers one at a time to give their name and if there is an agenda item number they wish to speak on before providing their comment. 4. SCHEDULE OF FUTURE EVENTS: 4.1 City Government Explained Series – How the City Prepares for Emergencies – September 20, 2023, 6:00 – 7:00 p.m. Diamond Bar Center, 1600 Grand Ave. 4.2 Free Catalytic Converter Etching – September 20, 2023, 9:00 – 11:00 a.m. Calvary Chapel Golden Springs, 22324 Golden Springs Dr. 4.3 Free Paper Shredding Event – September 23, 2023, 9:00 a.m. – 1:00 p.m. SCAQMD Parking Lot, 21865 Copley Dr. 4.4 Planning Commission Meeting – September 26, 2023 – cancelled. 4.5 State of the City Address – September 27, 2023, 5:30 p.m. – 7:30 p.m. Grand View Ballroom, Diamond Bar Center, 1600 Grand Ave. 4.6 Parks and Recreation Commission Meeting – September 28, 2023 – online teleconference and Windmill Community Room, 21810 Copley Dr. 4.7 City Council Meeting – October 3, 2023 – online teleconference and SCAQMD Main Auditorium, 21865 Copley Dr. SEPTEMBER 19, 2023 PAGE 3 5. CONSENT CALENDAR: All items listed on the Consent Calendar are considered by the City Council to be routine and will be acted on by a single motion unless a Council Member or member of the public request otherwise, in which case, the item will be removed for separate consideration. 5.1 CITY COUNCIL MINUTES OF THE AUGUST 15, 2023 REGULAR MEETING. 5.1.a August 15, 2023 City Council Regular Meeting Minutes Recommended Action: Approve the August 15, 2023 Regular City Council meeting minutes. Requested by: City Clerk 5.2 RATIFICATION OF CHECK REGISTER DATED AUGUST 9, 2023 THROUGH SEPTEMBER 12, 2023 TOTALING $3,602,766.62. Recommended Action: Ratify the Check Register. Requested by: Finance Department 5.3 TREASURER'S STATEMENT Recommended Action: Approve the August 2023 Treasurer’s Statement. Requested by: Finance Department 5.4 HISPANIC HERITAGE MONTH PROCLAMATION. Recommended Action: Adopt the Proclamation declaring September 15 – October 15 as Hispanic Heritage Month. Requested by: City Manager 5.5 ESTABLISHING LOCATIONS FOR POSTING OF CITY ORDINANCES, RESOLUTIONS, PUBLIC NOTICES, AND AGENDAS REQUIRED BY LAW TO BE PUBLISHED OR POSTED. Recommended Action: Adopt Resolution No. 2023-30 establishing locations for posting of City Ordinances, Resolutions, Public Notices, and Agendas Required by Law to be published or posted. Requested by: City Clerk SEPTEMBER 19, 2023 PAGE 4 5.6 PUBLIC WORKS AGREEMENT WITH EIDIM GROUP, INC. DBA EIDIM AV TECHNOLOGY FOR WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT (FP 23504). Recommended Action: A. Determine that approving the construction contract for the proposed Project is exempt from the California Environmental Quality Act pursuant to Sections 15301(c) and 15302 of the CEQA Guidelines; B. Adopt Resolution No. 2023-31 approving the design plans, specifications, and working details for the Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Project; C. Approve, and authorize the City Manager to sign a construction contract with EIDIM Group, Inc. dba EIDIM AV Technology; in the amount of $355,065.70, plus a contingency amount of $53,260 for contract change orders, if any, to be approved by the City Manager, for a total authorization amount of $408,325.70; and D. Appropriate $108,326 from the PEG Fund (Fund 270) fund balance to the CIP Fund (Fund 301) for Project #FP23504. Requested by: Public Works Department 5.7 CONSULTANT SERVICES AGREEMENT WITH MULHOLLAND CONSULTING, INC. FOR THE DESIGN OF THE STEEP CANYON ROAD EROSION CONTROL AND SEDIMENTATION PREVENTION AT CLEAR CREEK CANYON DRIVE PROJECT (CIP PW24401). Recommended Action: Approve, and authorize the City Manager to sign, a Consultant Services Agreement with Mulholland Consulting, Inc., in the amount of $59,433.00 plus a contingency amount of $8,914.95 for a total authorization amount of $68,347.95. Requested by: Public Works Department 6. PUBLIC HEARINGS: NONE. 7. COUNCIL CONSIDERATION: 7.1 CONSULTING SERVICES AGREEMENT WITH REGIONAL CHAMBER OF COMMERCE SAN GABRIEL VALLEY FOR BUSINESS DEVELOPMENT AND ENGAGEMENT SERVICES THROUGH JUNE 30, 2024. Recommended Action: SEPTEMBER 19, 2023 PAGE 5 Approve and authorize the City Manager to sign the Consulting Services Agreement with Regional Chamber of Commerce San Gabriel Valley. Requested by: City Manager 7.2 MASTER SERVICES AGREEMENT WITH FLOCK GROUP, INC. FOR AUTOMATED LICENSE PLATE READER SURVEILLANCE CAMERA SERVICES THROUGH SEPTEMBER 19, 2025. Recommended Action: A. Approve and authorize the City Manager to sign the Master Services Agreement Flock Group, Inc; and B. Appropriate $185,000 from Law Enforcement Reserve Fund (Fund 102) to fund the Agreement for FY 23/24. Requested by: City Manager 8. COUNCIL SUB-COMMITTEE REPORTS AND MEETING ATTENDANCE REPORTS/COUNCIL MEMBER COMMENTS: 9. ADJOURNMENT: Agenda #: 5.1 Meeting Date: September 19, 2023 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: CITY COUNCIL MINUTES OF THE AUGUST 15, 2023 REGULAR MEETING. STRATEGIC GOAL: Open, Engaged & Responsive Government RECOMMENDATION: Approve the August 15, 2023 Regular City Council meeting minutes. FINANCIAL IMPACT: None. BACKGROUND/DISCUSSION: Minutes have been prepared and are being presented for approval. PREPARED BY: REVIEWED BY: 5.1 Packet Pg. 8 Attachments: 1. 5.1.a August 15, 2023 City Council Regular Meeting Minutes 5.1 Packet Pg. 9 CITY OF DIAMOND BAR MINUTES OF THE CITY COUNCIL REGULAR MEETING SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT/MAIN AUDITORIUM 21865 COPLEY DRIVE, DIAMOND BAR, CA 91765 AUGUST 15, 2023 CALL TO ORDER: Mayor Pro Tem Liu called the Regular City Council meeting to order at 6:30 p.m. in the South Coast Air Quality Management District Main Auditorium, 21865 Copley Drive, Diamond Bar, CA 91765. PLEDGE OF ALLEGIANCE: Council Member Teng led the Pledge of Allegiance. INVOCATION: Cantor Paul Buch, Temple of Beth Israel, provided the Invocation. ROLL CALL: Council Members Ruth Low, Chia Yu Teng, Steve Tye, and Mayor Pro Tem Stan Liu ABSENT: Mayor Andrew Chou Staff Present In Person: Ryan McLean, Assistant City Manager; Omar Sandoval, City Attorney; Anthony Santos, Assistant to the City Manager; Greg Gubman, Community Development Director; Dat Tran, Associate Planner; Raymond Tao, Building Official; Ryan Wright, Parks and Recreation Director; Peter Samy, Finance Supervisor; Cecilia Arellano, Senior Community Relations Coordinator; Joan Cruz, Administrative Coordinator; Kristina Santana, City Clerk Staff Present Telephonically: David Liu, Public Works Director; Amy Haug, Human Resources and Risk Manager; Grace Lee, Plann ing Manager; Mayuko Nakajima, Senior Planner; Marsha Roa, Community Relations Manager; Hal Ghafari, Public Works Manager/Assistant City Engineer Others Present: Leticia Pacillas, LACFD Community Services Liaison (telephonically) and Stephen Tousey, Captain, Diamond Bar/Walnut Sheriff’s Station APPROVAL OF AGENDA: Mayor Pro Tem Liu approved the agenda as presented. 1. SPECIAL PRESENTATIONS, CERTIFICATES, PROCLAMATIONS: None 2. CITY MANAGER REPORTS AND RECOMMENDATIONS: 2.1 STRATEGIC PLAN Q4 UPDATE: ACM/McLean presented the last update of the 2021-2024 Strategic Plan by looking back over the totality of the policy document to provide the City Council and the community perspective on the scope and scale of projects completed consistent with the goals and strategies included in the plan and responded to Council questions. Council Members Low and Tye thanked staff for their many contributions 5.1.a Packet Pg. 10 AUGUST 15, 2023 PAGE 2 CITY COUNCIL to the City and the community. 3. PUBLIC COMMENTS: Cynthia Yu, Diamond Bar Library, reported on upcoming library programs and events. Additional information can be found online at www.lacountylibrary.org. 4. SCHEDULE OF FUTURE EVENTS: ACM/McLean presented the Schedule of Future Events. 5. CONSENT CALENDAR: C/Low moved, C/Teng seconded, to approve the Consent Calendar as presented. Motion carried 4-0 by the following Roll Call vote: AYES: COUNCIL MEMBERS: Low, Teng, Tye, MPT/Liu NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: M/Chou 5.1 APPROVED CITY COUNCIL MINUTES: 5.1.1 AUGUST 1, 2023 REGULAR MEETING. 5.2 RATIFIED CHECK REGISTER DATED JULY 26, 2023 THROUGH AUGUST 8, 2023 TOTALING $1,311,585.48. 5.3 APPROVED THE JULY 2023 TREASURER’S STATEMENT. 5.4 ADJOURNED THE AUGUST 15, 2023 CITY COUNCIL MEETING TO SEPTEMBER 19, 2023. 5.5 APPROVED AND AUTHORIZED THE CITY MANAGER TO ISSUE A PURCHASE ORDER TO GOVCONNECTION, INC. FOR THE PURCHASE OF 18 LAPTOPS AND ACCESSORIES IN THE NOT-TO- EXCEED AMOUNT OF $43,249.45. 5.6 APPROVED AND AUTHORIZED THE CITY MANAGER TO SIGN THE CONSULTANT SERVICES AGREEMENT WITH MICHAEL BAKER INTERNATIONAL, INC. 6. PUBLIC HEARINGS: 6.1 ORDINANCE NO. 02(2023) AMENDING TITLE 16 OF THE DIAMOND BAR MUNICIPAL CODE TO ADOPT BY REFERENCE, TITLE 32, FIRE CODE OF THE LOS ANGELES COUNTY CODE, AS AMENDED, WHICH CONSTITUTES AN AMENDED VERSION OF THE CALIFORNIA FIRE CODE 2022 EDITION. 5.1.a Packet Pg. 11 AUGUST 15, 2023 PAGE 3 CITY COUNCIL BO/Tao presented the staff report. MPT/Liu opened the Public Hearing. With no one present who wished to speak on this matter, MPT/Liu closed the Public Hearing. C/Tye moved, C/Low seconded, to approve for second reading by title only, waive full reading and adopt Ordinance No. 02(2023). Motion carried by the following Roll Call vote: AYES: COUNCIL MEMBERS: Low, Teng, Tye, MPT/Liu NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: M/Chou 7. COUNCIL CONSIDERATION: 7.1 AMENDMENT TO TITLE 5 (BUSINESS LICENSING) OF THE DIAMOND BAR CITY CODE RELATED TO PEDDLING AND STREET VENDING TO FURTHER IMPLEMENT SB 946 (2018), SB 972 (2022), AND SAFEGUARD COMPLIANCE WITH THE AMERICANS WITH DISABILITY ACT. AP/Tran presented the staff report and There was no one present who wished to speak on this item. AP/Tran responded to City Council questions and concerns. C/Low moved, C/Teng seconded, to approve for second reading by title only, waive full reading, and adopt Ordinance No. 03 (2023) (Sidewalk Vending Ordinance). Motion carried by the following Roll Call vote: AYES: COUNCIL MEMBERS: Low, Teng, Tye, MPT/Liu NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: M/Chou 8. COUNCIL SUBCOMMITTEE REPORTS AND MEETING ATTENDANCE REPORTS/COUNCIL MEMBER COMMENTS: C/Teng enjoyed the Friends of the Library Wine Soiree and looks forward to next year’s event. C/Tye thanked Kristoffer Sutantio for inviting the City Council to join him as one of 60 interns at Boeing’s summer program in Huntington Beach , thanked PRD/Wright and staff for another fine Concerts in the Park series, congratulated the Friends of the Library’s 29th Annual Wine Soiree that was held at the library 5.1.a Packet Pg. 12 AUGUST 15, 2023 PAGE 4 CITY COUNCIL and asked that tonight’s meeting be adjourned in memory of Dickie Simmons who served the City as Deputy to LA County Supervisor Don Knabe. C/Low thanked PRD/Wright and staff for a wonderful Concerts in t he Park series, commented on the successful Friends of the Library Wine Soiree last Sunday, and congratulated the DBHS students who completed their Boein g internship. She asked residents to drive carefully, be courteous and careful and watch out for students’ safety, wished everyone a happy Labor Day and also asked that tonight’s meeting be adjourned in memory of Dickie Simmons who served the City for many years. MPT/Liu thanked staff for the presentations, thanked staff for a wonderful Concerts in the Park and Movies under the Stars and support of the Volunteens, and congratulated DBHS student Cheryl Ku for being named Miss Taiwan USA. He asked residents to express kindness and patience as kids attend different schools and adapt to new schedules. ADJOURNMENT: With no further business to conduct, Mayor Pro Tem Liu adjourned the Regular City Council Meeting at 7:11 p.m. in memory of Dickie Simmons to September 19th at 6:30 p.m. Respectfully Submitted: __________________________ Kristina Santana, City Clerk The foregoing minutes are hereby approved this 19th day of September, 2023. Andrew Chou, Mayor 5.1.a Packet Pg. 13 Agenda #: 5.2 Meeting Date: September 19, 2023 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: RATIFICATION OF CHECK REGISTER DATED AUGUST 9, 2023 THROUGH SEPTEMBER 12, 2023 TOTALING $3,602,766.62. STRATEGIC GOAL: Responsible Stewardship of Public Resources RECOMMENDATION: Ratify the Check Register. FINANCIAL IMPACT: Expenditure of $3,602,766.62. BACKGROUND/DISCUSSION: 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. The attached check register containing checks dated August 9, 2023 through September 12, 2023 totaling $3,602,766.62 is being presented for ratification. All payments have been made in compliance with the City’s purchasing policies and procedures, and have been reviewed and approved by the appropriate departmental staff. The attached Affidavit affirms that the check register has been audited and deemed accurate by the Finance Director. PREPARED BY: 5.2 Packet Pg. 14 REVIEWED BY: Attachments: 1. 5.2.a Check Register Affidavit 9-19-2023 2. 5.2.b Check Register 9-19-2023 5.2 Packet Pg. 15 CITY OF DIAMOND BAR CHECK REGISTER AFFIDAVIT The attached listings of demands, invoices, and claims in the form of a check register including checks dated August 9, 2023 through September 12, 2023 has been audited and is certified as accurate. Payments have been allowed from the following funds in these amounts: Signed: __________________________________ Finance Director Jason M. Jacobsen 5.2.a Packet Pg. 16 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9393 8/10/2023 SOUTHERN CALIFORNIA EDISON 21825 COPLEY-D39 (06.26.23-07.26.23) FY23-24 239639 52210 $119.52 CHECK TOTAL $119.52 9394 8/10/2023 SOUTHERN CALIFORNIA EDISON 21810 COPLEY-PARKS (06.26.23- 07.26.23) FY23-24 100630 52210 $4,686.34 CHECK TOTAL $4,686.34 9395 8/10/2023 SOUTHERN CALIFORNIA EDISON 21825 COPLEY-D41 (06.26.23-07.26.23) FY23-24 241641 52210 $72.67 CHECK TOTAL $72.67 9396 8/15/2023 SOUTHERN CALIFORNIA EDISON D38 575 DBB/20671 GS (6.28-7.30/6.12- 7.12) FY23-24 238638 52210 $15.33 CHECK TOTAL $15.33 9397 8/15/2023 SOUTHERN CALIFORNIA EDISON DBC (6.29.23-7.31.23) FY23-24 100510 52210 $14,786.88 CHECK TOTAL $14,786.88 9398 8/16/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 21250 GOLDEN SPRINGS - TC-1 100655 52210 $92.15 CHECK TOTAL $92.15 9399 8/16/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 3564 S BREA CYN B PED - LS-3 100655 52210 $29.64 CHECK TOTAL $29.64 9400 8/16/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 2746 BREA CYN B PED - LS-3 100655 52210 $41.67 CHECK TOTAL $41.67 9401 8/16/2023 SOUTHERN CALIFORNIA EDISON GS-1 - 23331 GOLDEN SPRINGS PED - GS-1 100655 52210 $119.46 CHECK TOTAL $119.46 9402 8/16/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 20781 PATHFINDER RD TC-1 100655 52210 $158.31 CHECK TOTAL $158.31 9403 8/16/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 20439 GOLDEN SPRINGS PED - TC-1 100655 52210 $125.52 CHECK TOTAL $125.52 9404 8/16/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 717 GRAND AVE - TC-1 100655 52210 $120.69 5.2.b Packet Pg. 17 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $120.69 9405 8/16/2023 SOUTHERN CALIFORNIA EDISON GS-1 - 2838 S DBB PED - GS-1 100655 52210 $145.52 CHECK TOTAL $145.52 9406 8/16/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 20791 GOLDEN SPRINGS - TC-1 100655 52210 $137.32 CHECK TOTAL $137.32 9407 8/18/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 08/18/2023 238 21118 $5.49 8/18/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 08/18/2023 239 21118 $5.49 8/18/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 08/18/2023 241 21118 $5.49 8/18/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 08/18/2023 207 21118 $13.18 8/18/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 08/18/2023 250 21118 $24.22 8/18/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 08/18/2023 206 21118 $44.39 8/18/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 08/18/2023 100 21118 $1,715.73 CHECK TOTAL $1,813.99 9408 8/18/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTION/LOAN PYMTS 08/18/2023 225 21109 $20.97 8/18/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTION/LOAN PYMTS 08/18/2023 239 21109 $103.85 8/18/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTION/LOAN PYMTS 08/18/2023 241 21109 $103.85 8/18/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTION/LOAN PYMTS 08/18/2023 207 21109 $191.24 8/18/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTION/LOAN PYMTS 08/18/2023 238 21109 $207.71 8/18/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTION/LOAN PYMTS 08/18/2023 206 21109 $260.18 8/18/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTION/LOAN PYMTS 08/18/2023 250 21109 $486.46 8/18/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTION/LOAN PYMTS 08/18/2023 100 21109 $13,345.34 CHECK TOTAL $14,719.60 5.2.b Packet Pg. 18 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9409 8/18/2023 CALPERS FEES FOR GASB-68 REPORTS & SCHEDULES 06/30/2023 100210 54010 $700.00 CHECK TOTAL $700.00 9410 8/18/2023 SOUTHERN CALIFORNIA EDISON 2025 DBB (6.13.23-7.13.23) FY23-24 238638 52210 $7.05 CHECK TOTAL $7.05 9411 8/18/2023 SOUTHERN CALIFORNIA EDISON 20980 CANYON RIDGE (6.09.23-7.11.23) FY23-24 241641 52210 $7.26 CHECK TOTAL $7.26 9412 8/18/2023 SOUTHERN CALIFORNIA EDISON 20850 HIGH COUNTRY (6.29.23-7.11.23) FY23-24 241641 52210 $6.79 CHECK TOTAL $6.79 9413 8/18/2023 SOUTHERN CALIFORNIA EDISON CITY HALL (6.13.23-7.13.23) FY23-24 100620 52210 $22,178.89 CHECK TOTAL $22,178.89 9414 8/18/2023 SOUTHERN CALIFORNIA EDISON 1000 LEMON (6.12.23-7.12.23) FY23-24 238638 52210 $8.25 CHECK TOTAL $8.25 9415 8/18/2023 SOUTHERN CALIFORNIA EDISON 22745 SUNSET CROSSING (6.13.23- 7.13.23) FY23-24 238638 52210 $7.54 CHECK TOTAL $7.54 9416 8/18/2023 SOUTHERN CALIFORNIA EDISON 2746 BCR (6.13.23-7.13.23) FY23-24 238638 52210 $7.29 CHECK TOTAL $7.29 9417 8/18/2023 SOUTHERN CALIFORNIA EDISON 3564 BCR (6.13.23-7.13.23) FY23-24 238638 52210 $7.04 CHECK TOTAL $7.04 9418 8/18/2023 SOUTHERN CALIFORNIA EDISON PARKS (6.9.23-7.11.23) FY23-24 100630 52210 $36.58 CHECK TOTAL $36.58 9419 8/18/2023 CALPERS PENSION CONTRIBUTION 7/29/23- 8/11/23 & 8/1-8/31/23 106 21110 $15.04 8/18/2023 CALPERS PENSION CONTRIBUTION 7/29/23- 8/11/23 & 8/1-8/31/23 201 21110 $20.38 8/18/2023 CALPERS PENSION CONTRIBUTION 7/29/23- 8/11/23 & 8/1-8/31/23 239 21110 $145.86 8/18/2023 CALPERS PENSION CONTRIBUTION 7/29/23- 8/11/23 & 8/1-8/31/23 241 21110 $145.86 8/18/2023 CALPERS PENSION CONTRIBUTION 7/29/23- 8/11/23 & 8/1-8/31/23 225 21110 $196.28 5.2.b Packet Pg. 19 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 8/18/2023 CALPERS PENSION CONTRIBUTION 7/29/23- 8/11/23 & 8/1-8/31/23 238 21110 $242.17 8/18/2023 CALPERS PENSION CONTRIBUTION 7/29/23- 8/11/23 & 8/1-8/31/23 207 21110 $470.52 8/18/2023 CALPERS PENSION CONTRIBUTION 7/29/23- 8/11/23 & 8/1-8/31/23 206 21110 $1,036.79 8/18/2023 CALPERS PENSION CONTRIBUTION 7/29/23- 8/11/23 & 8/1-8/31/23 250 21110 $1,918.52 8/18/2023 CALPERS PENSION CONTRIBUTION 7/29/23- 8/11/23 & 8/1-8/31/23 100 21110 $41,591.43 CHECK TOTAL $45,782.85 9422 8/21/2023 SOUTHERN CALIFORNIA EDISON DISTRICT 38 (5.25.23-6.25.23) FY22-23 238638 52210 $72.77 CHECK TOTAL $72.77 9423 8/21/2023 SOUTHERN CALIFORNIA EDISON 1600 GRAND AVE (5.31.23-6.28.23) FY22-23 100510 52210 $13,296.40 CHECK TOTAL $13,296.40 9424 8/21/2023 SOUTHERN CALIFORNIA EDISON PARKS (5.25.23-6.25.23) FY22-23 100630 52210 $4,297.79 CHECK TOTAL $4,297.79 9425 8/21/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 801 S LEMON AVE/VARIOUS - TC-1 100655 52210 $389.61 CHECK TOTAL $389.61 9426 8/21/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 1450 BRIDGEGATE/VARIOUS - TC-1 100655 52210 $467.31 CHECK TOTAL $467.31 9427 8/21/2023 SOUTHERN CALIFORNIA EDISON GS-1 - 1215 S BREA CYN RD. - GS-1 100655 52210 $126.80 CHECK TOTAL $126.80 9428 8/21/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 1611 S BREA CYN - TC-1 100655 52210 $87.66 CHECK TOTAL $87.66 9429 8/22/2023 4IMPRINT INC DBRW TOTES 250170 51400 $1,595.54 CHECK TOTAL $1,595.54 9430 8/22/2023 ABOUND FOOD CARE FOOD RECOVERY SV MAY 2 250170 54900 $1,632.35 CHECK TOTAL $1,632.35 5.2.b Packet Pg. 20 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9431 8/22/2023 ABSOLUTE SECURITY INTERNATIONAL INC JULY 2023 SECURITY GUARD SERVICES 100510 55330 $5,401.75 CHECK TOTAL $5,401.75 9432 8/22/2023 AIRGAS INC HELIUM (07.01.23-07.31.23) FY23-24 100630 51200 $31.85 8/22/2023 AIRGAS INC HELIUM (07.01.23-07.31.23) FY23-24 100520 51200 $140.37 CHECK TOTAL $172.22 9433 8/22/2023 ALL CITY MANAGEMENT SERVICES INC CROSSING GUARD SERVICES - 5/28/23- 6/10/23 100310 55412 $879.60 CHECK TOTAL $879.60 9434 8/22/2023 ALLIANT INSURANCE SERVICES INC INSURANCE FOR WINDMILL LIGHTING 12.3.23 100520 55300 $500.00 CHECK TOTAL $500.00 9435 8/22/2023 AMERICOMP TONER & REPAIR LLC PRINTER MAINTENANCE - 1ST QUARTER 100230 55000 $2,491.25 8/22/2023 AMERICOMP TONER & REPAIR LLC PRINTER TONERS 100230 51200 $1,597.48 CHECK TOTAL $4,088.73 9436 8/22/2023 ANIMAL PEST MANAGEMENT SERVICES INC COMPREHENSIVE PEST CONTROL (JULY) FY23-24 100630 52320 $70.00 8/22/2023 ANIMAL PEST MANAGEMENT SERVICES INC COMPREHENSIVE PEST CONTROL (JULY) FY23-24 100510 52320 $105.00 8/22/2023 ANIMAL PEST MANAGEMENT SERVICES INC COMPREHENSIVE PEST CONTROL (JULY) FY23-24 100620 52320 $120.00 CHECK TOTAL $295.00 9437 8/22/2023 ATHACO INC STREET NAME SIGN FOR DEBBIE GONZALES 100630 51200 $108.70 8/22/2023 ATHACO INC RESIDENTIAL STREET NAME SIGN PROJECT AREAS 1-3 100655 51250 $21,708.60 8/22/2023 ATHACO INC RESIDENTIAL STREET NAME SIGN PROJECT AREAS 1-3 100655 51250 $1,978.85 CHECK TOTAL $23,796.15 9438 8/22/2023 JOHN E BISHOP INSTRUCTOR PAYMENT - MARTIAL ARTS - SUM 23 100520 55320 $330.00 CHECK TOTAL $330.00 9439 8/22/2023 BRIAN MARTINEZ PHOTOGRAPHER SENIOR BBQ DANCE 100240 52130 $390.00 5.2.b Packet Pg. 21 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $390.00 9440 8/22/2023 CALIFORNIA STATE DISBURSEMENT UNIT M. HAWKINS II REMIT #200000001825436 LOC #600099 100 23199 $106.81 CHECK TOTAL $106.81 9441 8/22/2023 CALIFORNIA JPIA POLLUTION LIABILITY INS - FY 23/24 501220 57204 $3,932.00 CHECK TOTAL $3,932.00 9442 8/22/2023 CALIFORNIA NEWSPAPERS PARTNERSHIP ORDINANCE NO. 2 (2023) 1ST PUBLISHING 100140 52160 $361.94 8/22/2023 CALIFORNIA NEWSPAPERS PARTNERSHIP ORDINANCE NO. 03 (2023) 1ST PUBLISHING 100140 52160 $399.66 CHECK TOTAL $761.60 9443 8/22/2023 CANNON CORPORATION ON-CALL ENGR - JUN 2023 100615 54400 $5,808.50 8/22/2023 CANNON CORPORATION PLAN CHECK - 2500 CROW FOOT - JUN 2023 100 22109 $765.75 CHECK TOTAL $6,574.25 9444 8/22/2023 CDW GOVERNMENT PLANTRONICS COMPUTER HEADSETS (6) 100230 51300 $293.89 CHECK TOTAL $293.89 9445 8/22/2023 COCO SUTZE CHENG INSTRUCTOR PAYMENT - FITNESS - SUM 23 100520 55320 $264.00 CHECK TOTAL $264.00 9446 8/22/2023 CODING MINDS INC INSTRUCTOR PAYMENT - COMPUTER - SUM 23 100520 55320 $282.00 CHECK TOTAL $282.00 9447 8/22/2023 COLLEY AUTO CARS INC VEHICLE MAINTENANCE (LIC 4524126) FY23-24 502630 52312 $664.60 CHECK TOTAL $664.60 9448 8/22/2023 CORCINO PRODUCTIONS INC 2023 SOTC HONOREES INTERVIEWS AND HIGHLIGHT VIDEO 100240 54900 $2,600.00 CHECK TOTAL $2,600.00 9449 8/22/2023 CREATE & LEARN INC INSTRUCTOR PAYMENT - COMPUTER - SUM 23 100520 55320 $424.20 CHECK TOTAL $424.20 9450 8/22/2023 CYNTHIA T QUAN STIPEND - PR COMMISSION MEETING JUL 23 100520 52525 $45.00 5.2.b Packet Pg. 22 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $45.00 9451 8/22/2023 DEANE HOMES SWIM CLUB SUMMER DAY CAMP POOL EXCURSION FOR JULY AND AUGUST 100520 53520 $2,125.00 CHECK TOTAL $2,125.00 9452 8/22/2023 CAROL A DENNIS MINUTES TRANSCRIPTION FOR COUNCIL MEETINGS IN JULY 100140 54900 $200.00 CHECK TOTAL $200.00 9453 8/22/2023 DEPARTMENT OF JUSTICE LIVESCAN FEES 100220 52510 $160.00 CHECK TOTAL $160.00 9454 8/22/2023 DIAMOND BAR STORAGE OWNER LLC STORAGE FEES DUE 253180 52302 $336.25 8/22/2023 DIAMOND BAR STORAGE OWNER LLC STORAGE FEES FOR SEP 23 253180 52302 $275.00 CHECK TOTAL $611.25 9455 8/22/2023 DS SERVICES OF AMERICA INC BOTTLED WATER DELIVERY (JULY) FY23- 24 100620 51200 $366.65 CHECK TOTAL $366.65 9456 8/22/2023 ECOFERT INC FERTILIZER INJECTION SYSTEM (JULY) FY23-24 100630 52320 $1,207.00 CHECK TOTAL $1,207.00 9457 8/22/2023 EDUARDO SALCIDO DEPOSIT FOR DJ SERVICES 100150 54900 $200.00 CHECK TOTAL $200.00 9458 8/22/2023 EXPRESS MAIL CORPORATE ACCOUNT NXT DAY-PC MTG 6/13/23 STAFF RPT TO APPLICANT 100 22107 $24.90 8/22/2023 EXPRESS MAIL CORPORATE ACCOUNT NXT DAY MAIL-PC MTG 6/13/23 STAFF RPT TO APPLICANT 100 22107 $24.90 8/22/2023 EXPRESS MAIL CORPORATE ACCOUNT NXT DAY MAIL-PC MTG 6/13/23 AGENDA TO CITY ATTY 100410 52170 $25.25 CHECK TOTAL $75.05 9459 8/22/2023 FEDERAL EXPRESS CORPORATION CONTRACT/RESO MAILING FOR LLAD 38, 39,41 100140 52170 $27.31 CHECK TOTAL $27.31 9460 8/22/2023 FIDEL GAMBOA ONSITE PAPER SHREDDING EVENT ASSISTANCE 250170 54900 $650.00 CHECK TOTAL $650.00 5.2.b Packet Pg. 23 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9461 8/22/2023 GATEWAY CORP CENTER ASSOC CHARGES 07/2023 FY23-24 100620 52400 $297.20 CHECK TOTAL $297.20 9462 8/22/2023 GERALDINE KELLER INSTRUCTOR PAYMENT - CULINARY - SU 23 100520 55320 $36.00 CHECK TOTAL $36.00 9463 8/22/2023 GO LIVE TECHNOLOGY INC ELM PROJECT MGMT - JULY 2023 503230 56135 $1,125.00 8/22/2023 GO LIVE TECHNOLOGY INC PS - SOLAR APP PROJECT MGMT - JUL 2023 503230 56135 $1,980.00 CHECK TOTAL $3,105.00 9464 8/22/2023 GOTO COMMUNICATIONS INC CITYWIDE PHONE SYSTEM - AUG 2023 100230 52200 $2,686.61 CHECK TOTAL $2,686.61 9465 8/22/2023 GOVCONNECTION INC SMART BUY ELITEDESK PC FOR NEW DBC STAFF (1) 503230 56130 $1,976.87 CHECK TOTAL $1,976.87 9466 8/22/2023 WOODS MAINTENANCE SERVICES INC GRAFFITI ABATEMENT JULY 2023 100430 55540 $2,975.00 CHECK TOTAL $2,975.00 9467 8/22/2023 GRANICUS INC CIVIC STREAMING/ACCELA - 7/1/23- 12/31/23 -FY 23-24 100230 52314 $13,549.68 CHECK TOTAL $13,549.68 9468 8/22/2023 H & L CHARTER CO INC CHARTER SERVICES ADULT EXCURSION 206520 55310 $1,042.60 CHECK TOTAL $1,042.60 9469 8/22/2023 HARBOR TRUCK BODIES INC INSTALLATION OF NEW LIFT GATE 2015 F- 450 FY23-24 502630 52312 $8,862.86 CHECK TOTAL $8,862.86 9470 8/22/2023 HARRY H JOH CONSTRUCTION INC WATER FOUNTAIN UPGRADE (PANTERA 5/16-5/19) FY22-23 504630 56100 $219.83 8/22/2023 HARRY H JOH CONSTRUCTION INC INSTALL DRINKING FOUNTAIN (RONALD REAGAN) FY22-23 504630 56100 $9,839.46 8/22/2023 HARRY H JOH CONSTRUCTION INC REMOVE/REPLACE WATER FOUNTAIN (SYCAMORE) FY22-23 504630 56100 $11,519.86 8/22/2023 HARRY H JOH CONSTRUCTION INC REMOVE/REPLACE WATER FOUNTAIN (SYCAMORE) FY22-23 504630 56100 $606.31 CHECK TOTAL $22,185.46 5.2.b Packet Pg. 24 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9471 8/22/2023 HEART CHAN INSTRUCTOR PAYMENT - MEDITATION - SUM 23 100520 55320 $192.00 CHECK TOTAL $192.00 9472 8/22/2023 HIRSCH PIPE & SUPPLY INC BUILDING MAINTENANCE (DBC) FY23-24 100510 52320 $948.10 CHECK TOTAL $948.10 9473 8/22/2023 HONEYCOTT INC BEE REMOVAL (WASHINGTON PARK) FY23-24 100630 52320 $135.00 CHECK TOTAL $135.00 9474 8/22/2023 HR GREEN PACIFIC INC ON CALL ENGR. - THRU MAY 2023 100 22109 $97.00 8/22/2023 HR GREEN PACIFIC INC ON CALL ENGR. - THRU MAY 2023 100 22109 $145.50 8/22/2023 HR GREEN PACIFIC INC ON CALL ENGR. - THRU MAY 2023 100 22109 $990.75 8/22/2023 HR GREEN PACIFIC INC ON CALL ENGR. - THRU MAY 2023 100 22109 $1,321.88 8/22/2023 HR GREEN PACIFIC INC PLAN CHECK - 2020-2040 BREA CYN - THRU JUN 2023 100 22109 $466.88 CHECK TOTAL $3,022.01 9475 8/22/2023 HUMANE SOCIETY OF POMONA VALLEY INC ANIMAL CONTROL SERVICES IN JULY 100340 55404 $36,824.67 CHECK TOTAL $36,824.67 9476 8/22/2023 INLAND SOCAL MEDIA GROUP LLC DBC AD SEPTEMBER 2023 100510 52160 $750.00 CHECK TOTAL $750.00 9477 8/22/2023 INTEGRUS LLC RICOH COPY CHARGES - 6/19/23- 7/18/23 100230 52100 $521.86 8/22/2023 INTEGRUS LLC RICOH COPY STAPLE SET 100230 52100 $137.97 CHECK TOTAL $659.83 9478 8/22/2023 JACKSON'S AUTO SUPPLY/NAPA MEMO CREDIT 100630 56115 ($19.40) 8/22/2023 JACKSON'S AUTO SUPPLY/NAPA BATTERY (LIC 1533317) FY22-23 502620 52312 $193.16 8/22/2023 JACKSON'S AUTO SUPPLY/NAPA BATTERY CARRIER TOOL (LIC 1533317) FY22-23 502620 52312 $22.33 8/22/2023 JACKSON'S AUTO SUPPLY/NAPA SVC (1.5% OF PAST DUE 196.09 LIC 1533317) FY22-23 502620 52312 $2.94 CHECK TOTAL $199.03 5.2.b Packet Pg. 25 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9479 8/22/2023 JOE A GONSALVES & SON INC STATE LOBBYIST - PROF. SERVICES IN SEPTEMBER 100130 54900 $2,500.00 CHECK TOTAL $2,500.00 9480 8/22/2023 KEVIN D JONES PS -SR-57/60 CONFLUENCE PROJ ADVOCACY - JUL 2023 100615 54400 $4,000.00 CHECK TOTAL $4,000.00 9481 8/22/2023 KIMBERLY DOWNEY ESMOND INSTRUCTOR PAYMENT - DANCE - SUM 23 100520 55320 $852.48 CHECK TOTAL $852.48 9482 8/22/2023 LIEBE SHERI-LYN INSTRUCTOR PAYMENT - DANCE - SUM 23 100520 55320 $693.00 CHECK TOTAL $693.00 9483 8/22/2023 LOOMIS COURIER SERVICES - JULY 2023 100210 54900 $718.24 8/22/2023 LOOMIS COURIER SERVICES - JULY 2023 100510 54900 $718.24 CHECK TOTAL $1,436.48 9484 8/22/2023 LOS ANGELES COUNTY SHERIFF'S DEPT FY2022-23 SHERIFF GEN LAW ENF SERVICES 06/2023 100310 55402 $2,198.00 8/22/2023 LOS ANGELES COUNTY SHERIFF'S DEPT FY2022-23 SHERIFF GEN LAW ENF SERVICES 06/2023 100310 55400 $604,011.58 8/22/2023 LOS ANGELES COUNTY SHERIFF'S DEPT FY2022-23 SHERIFF CAV CHAP 12/2022 100310 55402 $9,112.04 8/22/2023 LOS ANGELES COUNTY SHERIFF'S DEPT FY2022-23 SHERIFF CONCERTS LAW ENF 06/2023 100520 55402 $5,730.26 8/22/2023 LOS ANGELES COUNTY SHERIFF'S DEPT FY2022-23 SHERIFF CAV CHAPEL SERVICES 06/2023 100310 55402 $8,116.23 CHECK TOTAL $629,168.11 9485 8/22/2023 METROLINK METROLINK PASSES - JULY 2023 206650 55610 $1,016.40 8/22/2023 METROLINK METROLINK PASSES - JULY 2023 206650 55620 $4,065.60 CHECK TOTAL $5,082.00 9486 8/22/2023 METROPOINTE ENGINEERS ENGR DESIGN - SB DBB @ EB SR-60 IMP - JUN 2023 100615 54410 $15,980.00 CHECK TOTAL $15,980.00 9487 8/22/2023 MICHAEL BALLIET CONSULTING LLC ENVIRONMENTAL CONSULTING FOR FY 22-23 250170 54900 $4,241.25 CHECK TOTAL $4,241.25 5.2.b Packet Pg. 26 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9488 8/22/2023 NATIONAL TRENCH SAFETY INC EQUIPMENT RENTAL (K-RAILS 7.07.23- 8.03.23) FY23-24 100655 52300 $455.52 CHECK TOTAL $455.52 9489 8/22/2023 NORTH AMERICAN YOUTH ACTIVITIES LLC CONTRACT CLASS - SOCCER INSTRUCTOR 100520 55320 $1,425.00 CHECK TOTAL $1,425.00 9490 8/22/2023 OC YOUTH SPORTS LLC CLASS INSTRUCTOR-SPORTBALL YOUTH SPORTS 100520 55320 $1,356.60 CHECK TOTAL $1,356.60 9491 8/22/2023 OCCUPATIONAL HEALTH CENTERS OF CALIFORNIA PRE-EMPLOYMENT PHYSICAL FEES 100220 52510 $414.00 8/22/2023 OCCUPATIONAL HEALTH CENTERS OF CALIFORNIA PRE-EMPLOYMENT PHYSICAL FEES 100220 52510 $251.00 CHECK TOTAL $665.00 9492 8/22/2023 ONE TIME PAY VENDOR ANGELA YUK HAN NGAN RECREATION CLASS REFUND 100 20202 $160.00 CHECK TOTAL $160.00 9493 8/22/2023 ONE TIME PAY VENDOR BAPS FACILITY DEPOSIT REFUND 100 20202 $200.00 CHECK TOTAL $200.00 9494 8/22/2023 ONE TIME PAY VENDOR BUSY BEES MONTESSORI PRESCHOOL FACILITY REFUND 100 20202 $320.40 CHECK TOTAL $320.40 9495 8/22/2023 ONE TIME PAY VENDOR CHIH CHIN MA PICNIC DEPOSIT REFUND 100 20202 $100.00 CHECK TOTAL $100.00 9496 8/22/2023 ONE TIME PAY VENDOR CHIU-FEN LIN RECREATION CLASS REFUND 100 20202 $378.00 CHECK TOTAL $378.00 9497 8/22/2023 ONE TIME PAY VENDOR CLAUDIA CARMONA FACILITY REFUND 100 20202 $1,878.04 CHECK TOTAL $1,878.04 9498 8/22/2023 ONE TIME PAY VENDOR DEREK KARNATZ FACILITY REFUND 100 20202 $1,450.00 CHECK TOTAL $1,450.00 9499 8/22/2023 ONE TIME PAY VENDOR DIAMOND BAR FRIENDS OF THE LIBRARY FACILITY DEPOSIT REFUND 100 20202 $500.00 CHECK TOTAL $500.00 5.2.b Packet Pg. 27 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9500 8/22/2023 ONE TIME PAY VENDOR DINA ELHAWARY RECREATION CLASS REFUND 100 20202 $119.00 CHECK TOTAL $119.00 9501 8/22/2023 ONE TIME PAY VENDOR EDUARDO ZAMORA FACILITY REFUND 100 20202 $1,250.00 8/22/2023 ONE TIME PAY VENDOR EDUARDO ZAMORA FACILITY REFUND 100 20202 $285.37 CHECK TOTAL $1,535.37 9502 8/22/2023 SOUTHERN CALIFORNIA EDISON 20850 HIGH COUNTRY (07.12.23- 08.09.23) FY23-24 241641 52210 $15.29 CHECK TOTAL $15.29 9503 8/22/2023 ONE TIME PAY VENDOR ERIKA READ PARK REFUND 100 20202 $200.00 CHECK TOTAL $200.00 9504 8/22/2023 ONE TIME PAY VENDOR GRACE LEE RECREATION CLASS REFUND 100 20202 $79.00 CHECK TOTAL $79.00 9505 8/22/2023 ONE TIME PAY VENDOR GRACE PRIBADI RECREATION CLASS REFUND 100 20202 $130.00 CHECK TOTAL $130.00 9506 8/22/2023 ONE TIME PAY VENDOR IQBAL TREMAZI FACILITY REFUND 100 20202 $865.82 CHECK TOTAL $865.82 9507 8/22/2023 ONE TIME PAY VENDOR JACOB WEIMER FACILITY DEPOSIT REFUND 100 20202 $500.00 CHECK TOTAL $500.00 9508 8/22/2023 ONE TIME PAY VENDOR JESUS GUILLEN FACILITY DEPOSIT REFUND 100 20202 $1,250.00 CHECK TOTAL $1,250.00 9509 8/22/2023 ONE TIME PAY VENDOR JUANITA GUILLORY RECREATION REFUND 100 20202 $5.00 CHECK TOTAL $5.00 9510 8/22/2023 ONE TIME PAY VENDOR KACEY TANABE PARK REFUND 100 20202 $200.00 CHECK TOTAL $200.00 9511 8/22/2023 ONE TIME PAY VENDOR KARYL LUNA FACILITY REFUND 100 20202 $200.00 CHECK TOTAL $200.00 9512 8/22/2023 ONE TIME PAY VENDOR KOMAL KAMLESH ITALIA PARK REFUND 100 20202 $200.00 CHECK TOTAL $200.00 9513 8/22/2023 ONE TIME PAY VENDOR MABLE CHOW RECREATION CLASS REFUND 100 20202 $145.00 5.2.b Packet Pg. 28 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $145.00 9514 8/22/2023 ONE TIME PAY VENDOR MARLENE VELIZ FACILITY REFUND 100 20202 $1,250.00 CHECK TOTAL $1,250.00 9515 8/22/2023 ONE TIME PAY VENDOR MELISSA PINEDO FACILITY DEPOSIT REFUND 100 20202 $1,000.00 CHECK TOTAL $1,000.00 9516 8/22/2023 ONE TIME PAY VENDOR NANCY PEREZ RECREATION CLASS REFUND 100 20202 $204.00 CHECK TOTAL $204.00 9517 8/22/2023 ONE TIME PAY VENDOR PEEJAR CHING FACILITY REFUND 100 20202 $1,197.49 CHECK TOTAL $1,197.49 9518 8/22/2023 ONE TIME PAY VENDOR SAMANTHA LEE RECREATION CLASS REFUND 100 20202 $80.00 CHECK TOTAL $80.00 9519 8/22/2023 ONE TIME PAY VENDOR SECURE GROUP, INC FACILITY REFUND 100 20202 $1,000.00 CHECK TOTAL $1,000.00 9520 8/22/2023 ONE TIME PAY VENDOR SOPHIA GUERRA PARK REFUND 100 20202 $200.00 CHECK TOTAL $200.00 9521 8/22/2023 ONE TIME PAY VENDOR WUBING GUO PICNIC DEPOSIT REFUND 100 20202 $100.00 CHECK TOTAL $100.00 9522 8/22/2023 ONE TIME PAY VENDOR XIAO MEI CHEN PARK REFUND 100 20202 $300.00 CHECK TOTAL $300.00 9523 8/22/2023 ONE TIME PAY VENDOR YAMINI PATHAK FACILITY DEPOSIT REFUND 100 20202 $253.42 CHECK TOTAL $253.42 9524 8/22/2023 ONE TIME PAY VENDOR YANN YI PAN RECREATION CLASS REFUND 100 20202 $690.00 CHECK TOTAL $690.00 9525 8/22/2023 ONE TIME PAY VENDOR ZOILA JOKADA PICNIC REFUND 100 20202 $100.00 CHECK TOTAL $100.00 9526 8/22/2023 ONE TIME PAY VENDOR BERGMAN QUINONEZ MILEAGE REIMBURSEMENT 8/1/2023 100520 51200 $5.24 CHECK TOTAL $5.24 9527 8/22/2023 ONE TIME PAY VENDOR DIAMOND BAR SENIOR CITIZENS CLUB SENIOR CLUB INSURANCE REIMBURSEMENT 225440 54900 $660.00 5.2.b Packet Pg. 29 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $660.00 9528 8/22/2023 ONE TIME PAY VENDOR DIPANKAR BASU FACILITY REFUND 100 20202 $200.00 CHECK TOTAL $200.00 9529 8/22/2023 ONE TIME PAY VENDOR DIPANKAR BASU FACILITY REFUND 100 20202 $1,100.00 CHECK TOTAL $1,100.00 9530 8/22/2023 ONE TIME PAY VENDOR EDGAR BENITEZ FACILITIES REFUND 100 20202 $925.30 CHECK TOTAL $925.30 9531 8/22/2023 ONE TIME PAY VENDOR FRED MUSULMAN 1112 MOONLIGHT DEPOSIT 100 22105 $250.00 CHECK TOTAL $250.00 9532 8/22/2023 ONE TIME PAY VENDOR PACIFIC CREST YOUTH ARTS ORGANIZATION FACILITY REFUND 100 20202 $1,280.00 CHECK TOTAL $1,280.00 9533 8/22/2023 OREGON DEPARTMENT OF JUSTICE M. HAWKINS II REMIT #410000000248361 ORD#16DR05207 100 23199 $106.81 CHECK TOTAL $106.81 9534 8/22/2023 PAPER RECYCLING & SHREDDING DBC CONSOLES- AUGUST 23 250170 55000 $60.00 8/22/2023 PAPER RECYCLING & SHREDDING CITY HALL CONSOLES JUNE 23 250170 55000 $95.00 CHECK TOTAL $155.00 9535 8/22/2023 PBLA ENGINEERING INC DESIGN SERVICES (JULY) FY23-24 301630 56104 $4,875.00 8/22/2023 PBLA ENGINEERING INC DESIGN SERVICES (JULY) FY23-24 301630 56104 $12,170.00 8/22/2023 PBLA ENGINEERING INC DESIGN SERVICES (JULY) FY23-24 301630 56104 $13,643.00 CHECK TOTAL $30,688.00 9536 8/22/2023 PROTECTION ONE INC BURGLAR MONITORING (CITY HALL) FY23-24 100620 52320 $41.74 CHECK TOTAL $41.74 9537 8/22/2023 PUBLIC STORAGE #23051 PARKS AND RECREATION OFF SITE STORAGE UNITS 100520 52302 $798.00 8/22/2023 PUBLIC STORAGE #23051 PARKS AND RECREATION OFF SITE STORAGE UNITS 100520 52302 $836.00 CHECK TOTAL $1,634.00 5.2.b Packet Pg. 30 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9538 8/22/2023 PYRO COMM SYSTEMS INC EMERGENCY SERVICE FIRE ALARM (DBC) FY23-24 100510 52320 $370.00 8/22/2023 PYRO COMM SYSTEMS INC FIRE ALARM MONITORING (DBC AUG- OCT) FY23-24 100510 52320 $135.00 8/22/2023 PYRO COMM SYSTEMS INC FIRE ALARM MONITORING (HERITAGE AUG-OCT) FY23-24 100630 52320 $195.00 CHECK TOTAL $700.00 9539 8/22/2023 QUINN RENTAL SERVICES GENERATOR RENTAL FOR CONCERTS IN THE PARK 100520 55300 $2,777.23 CHECK TOTAL $2,777.23 9540 8/22/2023 REGIONAL TAP SERVICE CENTER FOOTHILL PASSES - JULY 2023 206650 55610 $392.14 8/22/2023 REGIONAL TAP SERVICE CENTER FOOTHILL PASSES - JULY 2023 206650 55620 $1,568.54 CHECK TOTAL $1,960.68 9541 8/22/2023 RKA CONSULTING GROUP BUILDING AND SAFETY SERVICES-JULY 2023 100420 55100 $35,936.48 CHECK TOTAL $35,936.48 9542 8/22/2023 ROTH STAFFING COMPANIES, LP TEMP STAFFING - PUBLIC WORKS WK 7/30/23 100630 55000 $1,440.00 8/22/2023 ROTH STAFFING COMPANIES, LP TEMP STAFFING - PUBLIC WORKS WK 7/9/23 100630 55000 $1,221.12 8/22/2023 ROTH STAFFING COMPANIES, LP TEMP STAFFING - PUBLIC WORKS WK 7/16/23 100630 55000 $1,526.40 8/22/2023 ROTH STAFFING COMPANIES, LP TEMP STAFFING - PUBLIC WORKS WK 7/23/23 100630 55000 $1,152.00 8/22/2023 ROTH STAFFING COMPANIES, LP TEMP STAFFING - PUBLIC WORKS WK 8/6/23 100630 55000 $1,440.00 CHECK TOTAL $6,779.52 9543 8/22/2023 SAMAN MAHMOOD STIPEND - PR COMMISSION MEETING JULY 23 100520 52525 $45.00 CHECK TOTAL $45.00 9544 8/22/2023 SANTA BARBARA TRANSPORTATION CORP BUS TRANSPORTATION DAY CAMP ON 7.05.2023 206520 55315 $586.46 8/22/2023 SANTA BARBARA TRANSPORTATION CORP BUS TRANSPORTATION FOR DAY CAMP ON 7.06.2023 206520 55315 $510.79 8/22/2023 SANTA BARBARA TRANSPORTATION CORP BUS TRANSPORTATION FOR DAY CAMP ON 7.11.2023 206520 55315 $529.70 5.2.b Packet Pg. 31 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 8/22/2023 SANTA BARBARA TRANSPORTATION CORP BUS TRANSPORTATION FOR DAY CAMP ON 7.13.2023 206520 55315 $491.87 8/22/2023 SANTA BARBARA TRANSPORTATION CORP BUS TRANSPORTATION FOR DAY CAMP ON 7.18.2023 206520 55315 $586.46 8/22/2023 SANTA BARBARA TRANSPORTATION CORP BUS TRANSPORTATION FOR DAY CAMP ON 7.20.2023 206520 55315 $491.87 8/22/2023 SANTA BARBARA TRANSPORTATION CORP BUS TRANSPORTATION FOR DAY CAMP ON 7.25.2023 206520 55315 $548.62 8/22/2023 SANTA BARBARA TRANSPORTATION CORP BUS TRANSPORTATION FOR DAY CAMP ON 7.27.2023 206520 55315 $472.95 8/22/2023 SANTA BARBARA TRANSPORTATION CORP BUS TRANSPORTATION FOR DAY CAMP ON 8.01.2023 206520 55315 $567.54 8/22/2023 SANTA BARBARA TRANSPORTATION CORP BUS TRANSPORTATION FOR DAY CAMP ON 8.03.2023 206520 55315 $491.87 CHECK TOTAL $5,278.13 9545 8/22/2023 SC FUELS FLEET VEHICLE FUEL (JULY) FY23-24 502130 52330 $52.97 8/22/2023 SC FUELS FLEET VEHICLE FUEL (JULY) FY23-24 502620 52330 $69.09 8/22/2023 SC FUELS FLEET VEHICLE FUEL (JULY) FY23-24 502655 52330 $750.38 8/22/2023 SC FUELS FLEET VEHICLE FUEL (JULY) FY23-24 502630 52330 $1,138.48 CHECK TOTAL $2,010.92 9546 8/22/2023 SIMPSON ADVERTISING INC DESIGN OF HALF-PAGE ADS- HEALTHY DB AND CITYGOXEXP 100240 54900 $375.00 CHECK TOTAL $375.00 9547 8/22/2023 SO COAST AIR QUALITY MGT DISTRICT FACILITY LEASE IN SEPTEMBER 2023 100130 52302 $2,623.01 CHECK TOTAL $2,623.01 9548 8/22/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - VARIOUS LS-1 100655 52210 $2,236.14 8/22/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - VARIOUS LS-1 100655 52210 $3,157.45 CHECK TOTAL $5,393.59 9549 8/22/2023 SOUTHERN CALIFORNIA SHREDDING INC AUGUST 12-PAPER SHREDDING 250170 55000 $1,200.00 CHECK TOTAL $1,200.00 9550 8/22/2023 SPECTRUM BUSINESS INTERNET SERVICE - HERITAGE PARK - AUG 2023 100230 54030 $278.93 5.2.b Packet Pg. 32 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 8/22/2023 SPECTRUM BUSINESS CABLE TV/INTERNET - CITY HALL - JULY 2023 100230 54030 $1,727.81 CHECK TOTAL $2,006.74 9551 8/22/2023 STEPHEN QIU STIPEND - PR COMMISSION MEETING JUL 23 100520 52525 $45.00 CHECK TOTAL $45.00 9552 8/22/2023 TAIT AND ASSOCIATES INC GROUNDWATER DRAINAGE IMP PROJ - THRU 3/31/23 301610 56105 $1,470.00 CHECK TOTAL $1,470.00 9553 8/22/2023 TALENTED ARTS INSTRUCTOR PAYMENT - ENRICHMENT - SUM 23 100520 55320 $648.00 CHECK TOTAL $648.00 9554 8/22/2023 TENNIS ANYONE INC TENNIS INSTRUCTION 23-24 100520 55320 $7,914.76 CHECK TOTAL $7,914.76 9555 8/22/2023 THE GAS COMPANY CITY HALL (7.12.23-8.10.23) FY23-24 100620 52215 $33.19 8/22/2023 THE GAS COMPANY HERITAGE (7.13.23-8.11.23) FY23-23 100630 52215 $21.18 CHECK TOTAL $54.37 9556 8/22/2023 THE SAN GABRIEL VALLEY NEWSPAPER GR LGL AD-AMEND FIRE CODE-CC MTG 8/15/23 100410 52160 $591.55 8/22/2023 THE SAN GABRIEL VALLEY NEWSPAPER GR LGL AD-PC MTG 8/22/23-21349 COLD SPRING 100 22107 $731.78 8/22/2023 THE SAN GABRIEL VALLEY NEWSPAPER GR ORDINANCE NO. 3 (2023) 2ND PUBLISHING 100140 52160 $399.66 8/22/2023 THE SAN GABRIEL VALLEY NEWSPAPER GR ORDINANCE 2 (2023) 2ND PUBLISHING 100140 52160 $411.55 CHECK TOTAL $2,134.54 9557 8/22/2023 THE TAIT GROUP INC PS - ENGR/VARIOUS TRAFFIC-RELATED PROJ - JUL 2023 100615 54410 $1,800.00 CHECK TOTAL $1,800.00 9558 8/22/2023 TIMOTHY D BOWEN INSTRUCTOR PAYMENT - SCIENCE - SUM 23 100520 55320 $3,276.00 CHECK TOTAL $3,276.00 9559 8/22/2023 TISCARENO'S CATERING & EVENTS SENIOR DANCE CATERING 7.27.23 100520 51200 $3,295.95 CHECK TOTAL $3,295.95 5.2.b Packet Pg. 33 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9560 8/22/2023 TORTI GALLAS AND PARTNERS INC TOWN CENTER SPECIFIC PLAN JULY 2023 103410 54900 $36,037.33 CHECK TOTAL $36,037.33 9561 8/22/2023 UNDERGROUND SERVICE ALERT OF SO CA DIGALERT MONTHLY SERVICE - JUL 2023 100610 54900 $165.75 8/22/2023 UNDERGROUND SERVICE ALERT OF SO CA CA STATE FEE /DIGALERT - JUL 2023 100610 54900 $55.42 CHECK TOTAL $221.17 9562 8/22/2023 UNITED SITE SERVICES OF CALIFORNIA INC PORTABLE RESTROOM RENTALS FOR CONCERTS 8.2.23 100520 55300 $1,045.73 CHECK TOTAL $1,045.73 9563 8/22/2023 WW GRAINGER INC FY2023-24 EMERGENCY SUPPLIES 100350 51200 $216.15 CHECK TOTAL $216.15 9564 8/22/2023 WALNUT VALLEY UNIFIED SCHOOL DISTRICT ADULT VOLLEYBALL GYM RENTAL 100520 52302 $970.20 CHECK TOTAL $970.20 9565 8/22/2023 WALNUT VALLEY WATER DISTRICT DBC (JULY) FY23-24 100510 52220 $561.04 8/22/2023 WALNUT VALLEY WATER DISTRICT CITY HALL (JULY) FY23-24 100620 52220 $982.96 8/22/2023 WALNUT VALLEY WATER DISTRICT DIST 38 (JULY) FY23-24 238638 52220 $16,715.19 8/22/2023 WALNUT VALLEY WATER DISTRICT DIST 38 RECYCLED WATER (JULY) FY23- 24 238638 52220 $2,307.33 8/22/2023 WALNUT VALLEY WATER DISTRICT DIST 39 (JULY) FY23-24 239639 52220 $10,558.04 8/22/2023 WALNUT VALLEY WATER DISTRICT DIST 41 (JULY) FY23-24 241641 52220 $9,496.95 8/22/2023 WALNUT VALLEY WATER DISTRICT PARKS (JULY) FY23-24 100630 52220 $40,198.60 8/22/2023 WALNUT VALLEY WATER DISTRICT PARKS RECYCLED WATER (JULY) FY23-24 100630 52220 $1,864.23 CHECK TOTAL $82,684.34 9566 8/22/2023 WAXIE SANITARY SUPPLY JANITORIAL SUPPLIES (CITY HALL) FY23- 24 100620 51200 $247.69 8/22/2023 WAXIE SANITARY SUPPLY JANITORIAL SUPPLIES (CITY HALL) FY23- 24 100620 51200 $125.93 8/22/2023 WAXIE SANITARY SUPPLY JANITORIAL SUPPLIES (HERITAGE PARK) FY23-24 100630 51200 $398.55 8/22/2023 WAXIE SANITARY SUPPLY JANITORIAL SUPPLIES (DBC) FY23-24 100510 51210 $537.74 5.2.b Packet Pg. 34 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $1,309.91 9567 8/22/2023 WILLDAN GEOTECHNICAL GEOTECH REVIEW - 340 FERN PLAN - THRU 5/26/23 100 22109 $420.00 8/22/2023 WILLDAN GEOTECHNICAL GEOTECH REVIEW - 1528 S GOLD CYN - THRU 5/26/23 100 22109 $630.00 8/22/2023 WILLDAN GEOTECHNICAL GEOTECH REVIEW - 2829 WAGON TRAIL - THRU 5/26/23 100 22109 $840.00 8/22/2023 WILLDAN GEOTECHNICAL GEOTECH REVIEW - 1528 S GOLD CYN - THRU 6/30/23 100 22109 $420.00 8/22/2023 WILLDAN GEOTECHNICAL GEOTECH REVIEW - 2829 WAGON TRAIN - THRU 6/30/23 100 22109 $420.00 CHECK TOTAL $2,730.00 9568 8/22/2023 YI PING WANG INSTRUCTOR PAYMENT - TECHNOLOGY- SUM 23 100520 55320 $165.00 CHECK TOTAL $165.00 9569 8/22/2023 SOUTHERN CALIFORNIA EDISON 20980 E CANYON RIDGE LN (07.12.23- 08.09.23) FY23-2 241641 52210 $15.29 CHECK TOTAL $15.29 9570 8/22/2023 SOUTHERN CALIFORNIA EDISON 21208 WASHINGTON AVE (07.12.23- 08.09.23) FY23-24 100630 52210 $35.01 CHECK TOTAL $35.01 9572 8/22/2023 SOUTHERN CALIFORNIA EDISON 1000 S LEMON AVE (07.13.23-08.10.23) FY23-24 238638 52210 $15.77 CHECK TOTAL $15.77 9573 8/28/2023 SOUTHERN CALIFORNIA EDISON 22745 SUNSET CROSSING RD (07.14.23- 08.13.23) FY 23 238638 52210 $16.47 CHECK TOTAL $16.47 9574 8/28/2023 SOUTHERN CALIFORNIA EDISON 3564 BREA CYN RD (07.14.23-08.13.23) FY 23-24 238638 52210 $16.47 CHECK TOTAL $16.47 9575 8/28/2023 SOUTHERN CALIFORNIA EDISON CITY HALL (07.14.23-08.13.23) FY 23-24 100620 52210 $25,326.74 CHECK TOTAL $25,326.74 9576 8/28/2023 SOUTHERN CALIFORNIA EDISON 2025 DIAMOND BAR BLVD (07.14.23- 08.13.23) FY 23-24 238638 52210 $16.47 CHECK TOTAL $16.47 5.2.b Packet Pg. 35 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9577 8/28/2023 SOUTHERN CALIFORNIA EDISON 2746 BREA CYN RD (07.14.23-08.13.23) FY 23-24 238638 52210 $16.47 CHECK TOTAL $16.47 9578 8/29/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL -1798 DBB/22566 GOLDN SPRGS - TC-1 100655 52210 $262.85 CHECK TOTAL $262.85 9579 8/29/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 553 N. DBB/VARIOUS - TC-1 100655 52210 $1,303.28 CHECK TOTAL $1,303.28 9580 8/29/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 21010 WASHINGTON AVE. - TC-1 100655 52210 $109.61 CHECK TOTAL $109.61 9581 8/29/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 22805 GOLDEN SPRNGS/VARIOUS TC-1 100655 52210 $3,608.51 CHECK TOTAL $3,608.51 9582 8/29/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - BREA CYN/FALLOWFIELD-VAR - TC-1 100655 52210 $214.69 CHECK TOTAL $214.69 9583 8/29/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 809 S DBB TC-1 100655 52210 $118.89 CHECK TOTAL $118.89 9584 8/29/2023 AARON STANLEY TALALAY INSTRUCTOR PAYMENT - PICKLEBALL - SUM 23 100520 55320 $612.00 CHECK TOTAL $612.00 9585 8/29/2023 AARP AARP INSTRUCTION 100520 55310 $155.00 CHECK TOTAL $155.00 9586 8/29/2023 KATHY BREAUX INSTRUCTOR PAYMENT - ART - SUM 23 100520 55320 $88.20 CHECK TOTAL $88.20 9587 8/29/2023 BULLSEYE TELECOM INC CITYWIDE ANALOG PHONE SERVICE - AUG 2023 100230 52200 $2,387.58 CHECK TOTAL $2,387.58 9588 8/29/2023 CALIFORNIA COOKOUT, INC 8.16.23 SENIOR DANCE CATERING 23-24 100520 55310 $3,118.75 CHECK TOTAL $3,118.75 9589 8/29/2023 CHEM PRO LABORATORY INC QTRLY' WATER MANAGEMENT (DBC) FY23-24 100510 52310 $179.00 5.2.b Packet Pg. 36 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 8/29/2023 CHEM PRO LABORATORY INC WATER TREATMENT CITY HALL (AUGUST) FY23-24 100620 52320 $179.00 CHECK TOTAL $358.00 9590 8/29/2023 CODING MINDS INC INSTRUCTOR PAYMENT - COMPUTER - SUM 23 100520 55320 $282.00 CHECK TOTAL $282.00 9591 8/29/2023 COLLEY AUTO CARS INC VEHICLE MAINTENANCE (LIC#1363853) FY23-24 502655 52312 $857.12 CHECK TOTAL $857.12 9592 8/29/2023 CT & T CONCRETE PAVING INC REPAINT FADED ROAD MARKINGS (SCHOOL AREAS) FY23-24 100655 55512 $39,723.73 CHECK TOTAL $39,723.73 9593 8/29/2023 DAPEER ROSENBLIT & LITVAK LLP CODE ENF CITY PROSECUTOR - JULY 2023 100120 54024 $233.35 8/29/2023 DAPEER ROSENBLIT & LITVAK LLP CODE ENF CITY PROSECUTOR-JULY 2023 - 24311 KNOLL 100120 54024 $1,644.43 CHECK TOTAL $1,877.78 9594 8/29/2023 CAROL A DENNIS MINUTES TRANSCRIPTION P&R COMMISSION JULY 23 100520 54900 $25.00 CHECK TOTAL $25.00 9595 8/29/2023 DIAMOND BAR STORAGE OWNER LLC OFF SITE STORAGE #92 #376 DEPT-SEPT 2023 100420 52302 $726.00 CHECK TOTAL $726.00 9596 8/29/2023 FEHR & PEERS ON-CALL TRAFFIC & TRANSPORTATION APR-JUN 2023 100615 54410 $1,200.00 8/29/2023 FEHR & PEERS ON-CALL TRAFFIC & TRANSPORTATION APR-JUN 2023 203615 54410 $2,000.00 CHECK TOTAL $3,200.00 9597 8/29/2023 FRANCOISE S ZAMBRA INSTRUCTOR PAYMENT - PILATES - SUM 23 100520 55320 $144.00 CHECK TOTAL $144.00 9598 8/29/2023 FRONTIER COMMUNICATIONS CORP SUMMARY BILL - INTERNET SERVICE - AUG 2023 100230 54030 $387.79 8/29/2023 FRONTIER COMMUNICATIONS CORP SUMMARY BILL - INTERNET/CITY HALL - AUG 2023 100230 54030 $775.00 CHECK TOTAL $1,162.79 5.2.b Packet Pg. 37 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9599 8/29/2023 GATEWAY CORP CENTER ASSOC CAPITOL DISTRIBUTION & ASSOC DUES (SEPT) FY 23-24 100620 52400 $3,269.20 CHECK TOTAL $3,269.20 9600 8/29/2023 GOVCONNECTION INC HP MSL 2040/HP MSL 6480 TAPE LIBRARY - 22 TAPES 503230 56130 $56,398.06 CHECK TOTAL $56,398.06 9601 8/29/2023 WOODS MAINTENANCE SERVICES INC GRAFFITI ABATEMENT JUNE 2023 100430 55540 $2,975.00 CHECK TOTAL $2,975.00 9602 8/29/2023 GUARANTEED JANITORIAL SERVICE INC JANITORIAL SERVICES (JULY FY 23/24) 100630 55505 $2,962.55 8/29/2023 GUARANTEED JANITORIAL SERVICE INC JANITORIAL SERVICES (JULY FY 23/24) 100510 55505 $6,290.84 8/29/2023 GUARANTEED JANITORIAL SERVICE INC JANITORIAL SERVICES (JULY FY 23/24) 100620 52320 $10,094.61 CHECK TOTAL $19,348.00 9603 8/29/2023 H & L CHARTER CO INC CHARTER SERVICES FOR SENIOR 8.9.23 23-24 206520 55310 $1,325.35 CHECK TOTAL $1,325.35 9604 8/29/2023 HEATHER JEN CHANG CONTRACT CLASS INSTRUCTOR- ART 100520 55320 $2,457.00 CHECK TOTAL $2,457.00 9605 8/29/2023 HOME DEPOT CREDIT SERVICES BUILDING MAINTENANCE (JULY) FY23-24 100630 52320 $551.13 CHECK TOTAL $551.13 9606 8/29/2023 HONEYCOTT INC BEE REMOVAL (BCR/FOUNTAIN SP) FY23-24 238638 52320 $135.00 8/29/2023 HONEYCOTT INC BEE REMOVAL (BCP) FY23-24 100630 52320 $135.00 CHECK TOTAL $270.00 9607 8/29/2023 HR GREEN PACIFIC INC ON-CALL ENGINEERING SERVICES (HR GREEN) 100615 54400 $5,307.50 CHECK TOTAL $5,307.50 9608 8/29/2023 INTERIOR OFFICE SOLUTIONS INC CUBICLE STORAGE FOR STAFF (CITY HALL) FY22-23 100620 56120 $3,069.23 CHECK TOTAL $3,069.23 9609 8/29/2023 KIMBERLY DOWNEY ESMOND CONTRACT CLASS INSTRUCTOR - YOUTH DANCE 100520 55320 $879.12 5.2.b Packet Pg. 38 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $879.12 9610 8/29/2023 LA COUNTY ASSESSOR OFFICE SBF ABSTRACT - JUL 2023 100230 52314 $50.00 CHECK TOTAL $50.00 9611 8/29/2023 LIEBE SHERI-LYN CONTRACT CLASS INSTRUCTOR -DANCE 100520 55320 $1,342.80 CHECK TOTAL $1,342.80 9612 8/29/2023 LIZA G MONTIEL 8.17.23 SENIOR DANCE DJ INVOICE 23- 24 100520 55310 $350.00 CHECK TOTAL $350.00 9613 8/29/2023 LOS ANGELES COUNTY PUBLIC WORKS INDUSTRIAL WASTE SERVICES - JUN 2023 100610 54200 $9,552.30 CHECK TOTAL $9,552.30 9614 8/29/2023 MICHAEL BAKER INTERNATIONAL INC CANYON LOOP TRAIL CONSULTANT- JUNE 23-FINAL 301630 56104 $15,233.20 CHECK TOTAL $15,233.20 9615 8/29/2023 MONIQUE TAHAURI CONTRACT CLASS INSTRUCTOR- AQUATICS 100520 55320 $12,474.00 CHECK TOTAL $12,474.00 9616 8/29/2023 ONE TIME PAY VENDOR DEBORAH KIM FACILITY REFUND 100 20202 $300.00 CHECK TOTAL $300.00 9617 8/29/2023 ONE TIME PAY VENDOR DUODUO BAO RECREATION CLASS REFUND 100 20202 $184.00 CHECK TOTAL $184.00 9618 8/29/2023 ONE TIME PAY VENDOR JESSICA WANG RECREATION ACTIVITY REFUND 100 20202 $175.00 CHECK TOTAL $175.00 9619 8/29/2023 ONE TIME PAY VENDOR JOSEPH LEE PICNIC REFUND 100 20202 $100.00 CHECK TOTAL $100.00 9620 8/29/2023 ONE TIME PAY VENDOR LORRAINE QUATTLEBAUM RECREATION PROGRAM REFUND 100 20202 $20.00 CHECK TOTAL $20.00 9621 8/29/2023 ONE TIME PAY VENDOR MARIE KUSDONO FACILITY DEPOSIT REFUND 100 20202 $200.00 CHECK TOTAL $200.00 9622 8/29/2023 PACIFIC CREST YOUTH ARTS ORGANIZATION CHARITY GOLF TOURNAMENT - FIRST CHAIR SPONSORSHIP 101110 52600 $1,000.00 5.2.b Packet Pg. 39 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $1,000.00 9623 8/29/2023 ROTH STAFFING COMPANIES, LP TEMP STAFFING - PUBLIC WORKS WK 8/13/23 100630 55000 $864.00 CHECK TOTAL $864.00 9624 8/29/2023 S C SIGNS AND SUPPLIES LLC ROAD MAINTENANCE SUPPLIES FY23-24 100655 51200 $1,261.44 CHECK TOTAL $1,261.44 9625 8/29/2023 SANTA BARBARA TRANSPORTATION CORP BUS TRANSPORTATION FOR DAY CAMP ON 8.08.2023 206520 55315 $1,002.64 CHECK TOTAL $1,002.64 9626 8/29/2023 SC FUELS FLEET VEHICLE FUEL (AUGUST) FY23-24 502130 52330 $52.09 8/29/2023 SC FUELS FLEET VEHICLE FUEL (AUGUST) FY23-24 502430 52330 $226.33 8/29/2023 SC FUELS FLEET VEHICLE FUEL (AUGUST) FY23-24 502620 52330 $235.08 8/29/2023 SC FUELS FLEET VEHICLE FUEL (AUGUST) FY23-24 502630 52330 $523.84 8/29/2023 SC FUELS FLEET VEHICLE FUEL (AUGUST) FY23-24 502655 52330 $1,108.07 CHECK TOTAL $2,145.41 9627 8/29/2023 SCI CONSULTING GROUP PROF SERV - LLAD #38,39 & 41 - SERVICES IN FY 22-23 238638 54900 $2,979.58 8/29/2023 SCI CONSULTING GROUP PROF SERV - LLAD #38,39 & 41 - SERVICES IN FY 22-23 239639 54900 $2,979.59 8/29/2023 SCI CONSULTING GROUP PROF SERV - LLAD #38,39 & 41 - SERVICES IN FY 22-23 241641 54900 $2,979.59 CHECK TOTAL $8,938.76 9628 8/29/2023 SLOAN VAZQUEZ INC MANAGE RFP PROCESS AND DRAFT FRANCHISE AGMT 250170 54900 $15,180.00 CHECK TOTAL $15,180.00 9629 8/29/2023 SPECTRUM BUSINESS CABLE TV - DBC - AUG 2023 100230 54030 $127.15 CHECK TOTAL $127.15 9630 8/29/2023 SUJEONG KIM INSTRUCTOR PAYMENT - MUSIC - SUM 23 100520 55320 $432.00 CHECK TOTAL $432.00 9631 8/29/2023 TAIT AND ASSOCIATES INC CANYON PARK LANDSCAPE - FY 22-23 100615 54400 $27,337.50 CHECK TOTAL $27,337.50 9632 8/29/2023 TENNIS ANYONE INC TENNIS INSTRUCTION 23-24 100520 55320 $7,730.80 5.2.b Packet Pg. 40 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $7,730.80 9633 8/29/2023 THE GAS COMPANY DBC (7.14.23-8.14.23) FY23-24 100510 52215 $257.51 CHECK TOTAL $257.51 9634 8/29/2023 THE SAUCE CREATIVE SERVICES INC LOGO DESIGN FOR CITY BIRTHDAY 100520 52110 $450.00 CHECK TOTAL $450.00 9635 8/29/2023 TRIFYTT SPORTS LLC CONTRACT CLASS INSTRUCTOR-YOUTH SPORTS 100520 55320 $751.80 CHECK TOTAL $751.80 9636 8/29/2023 UNDERGROUND SERVICE ALERT OF SO CA DIGALERT - MONTHLY SERVICE - JUN 2023 100615 54410 $115.00 8/29/2023 UNDERGROUND SERVICE ALERT OF SO CA CA STATE FEE - DIGALERT/JUN 2023 100615 54410 $40.45 CHECK TOTAL $155.45 9637 8/29/2023 UNITED RECORDS MANAGEMENT INC OFF-SITE STORAGE - BACK-UP TAPES - JUL 2023 100230 55000 $594.00 CHECK TOTAL $594.00 9638 8/29/2023 US BANK CALCARD STATEMENT - AUGUST 2023 999 28100 $21,702.47 CHECK TOTAL $21,702.47 9639 8/29/2023 WAXIE SANITARY SUPPLY JANITORIAL SUPPLIES (DBC) FY23-24 100510 51210 $440.57 CHECK TOTAL $440.57 9640 8/29/2023 WESTERN A/V DBC SECURITY CAMERA PROJECT FY 22/23 503230 56130 $62,309.88 CHECK TOTAL $62,309.88 9641 8/29/2023 WISCONSIN QUICK LUBE INC VEHICLE MAINTENANCE (LIC 1479593) FY23-24 502655 52312 $95.13 8/29/2023 WISCONSIN QUICK LUBE INC VEHICLE MAINTENANCE (LIC#1479429) FY23-24 502430 52312 $90.49 CHECK TOTAL $185.62 9642 8/29/2023 ZW USA INC DOGGIE BAGS FY23/24 250170 51200 $7,972.56 CHECK TOTAL $7,972.56 9643 8/31/2023 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - DBB N/W @ TEMPLE - TC-1 100655 52210 $117.41 CHECK TOTAL $117.41 5.2.b Packet Pg. 41 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9644 9/1/2023 PERS HEALTH HEALTH INSURANCE PREMIUM SEPTEMBER 2023 100220 50062 $200.43 9/1/2023 PERS HEALTH HEALTH INSURANCE PREMIUM SEPTEMBER 2023 239 21106 $216.60 9/1/2023 PERS HEALTH HEALTH INSURANCE PREMIUM SEPTEMBER 2023 241 21106 $216.60 9/1/2023 PERS HEALTH HEALTH INSURANCE PREMIUM SEPTEMBER 2023 225 21106 $295.98 9/1/2023 PERS HEALTH HEALTH INSURANCE PREMIUM SEPTEMBER 2023 238 21106 $408.56 9/1/2023 PERS HEALTH HEALTH INSURANCE PREMIUM SEPTEMBER 2023 206 21106 $409.31 9/1/2023 PERS HEALTH HEALTH INSURANCE PREMIUM SEPTEMBER 2023 250 21106 $919.13 9/1/2023 PERS HEALTH HEALTH INSURANCE PREMIUM SEPTEMBER 2023 207 21106 $1,073.10 9/1/2023 PERS HEALTH HEALTH INSURANCE PREMIUM SEPTEMBER 2023 105220 50048 $1,661.00 9/1/2023 PERS HEALTH HEALTH INSURANCE PREMIUM SEPTEMBER 2023 100 21106 $54,538.77 CHECK TOTAL $59,939.48 9645 9/1/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 09/01/2023 238 21118 $7.53 9/1/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 09/01/2023 239 21118 $7.53 9/1/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 09/01/2023 241 21118 $7.53 9/1/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 09/01/2023 207 21118 $13.74 9/1/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 09/01/2023 250 21118 $28.73 9/1/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 09/01/2023 206 21118 $35.05 9/1/2023 TASC FLEX SPENDING MEDICAL/CHILDCARE 09/01/2023 100 21118 $1,847.21 CHECK TOTAL $1,947.32 9646 9/1/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 09/01/2023 239 21109 $202.51 5.2.b Packet Pg. 42 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9/1/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 09/01/2023 241 21109 $202.51 9/1/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 09/01/2023 238 21109 $306.37 9/1/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 09/01/2023 225 21109 $317.08 9/1/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 09/01/2023 207 21109 $500.02 9/1/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 09/01/2023 206 21109 $1,539.77 9/1/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 09/01/2023 250 21109 $2,846.46 9/1/2023 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 09/01/2023 100 21109 $55,867.82 CHECK TOTAL $61,782.54 9647 9/1/2023 CALPERS PENSION CONTRIBUTION FOR PERIOD 08/12/23-08/25/23 225 21110 $143.87 9/1/2023 CALPERS PENSION CONTRIBUTION FOR PERIOD 08/12/23-08/25/23 239 21110 $156.76 9/1/2023 CALPERS PENSION CONTRIBUTION FOR PERIOD 08/12/23-08/25/23 241 21110 $156.76 9/1/2023 CALPERS PENSION CONTRIBUTION FOR PERIOD 08/12/23-08/25/23 238 21110 $250.11 9/1/2023 CALPERS PENSION CONTRIBUTION FOR PERIOD 08/12/23-08/25/23 207 21110 $598.00 9/1/2023 CALPERS PENSION CONTRIBUTION FOR PERIOD 08/12/23-08/25/23 206 21110 $851.11 9/1/2023 CALPERS PENSION CONTRIBUTION FOR PERIOD 08/12/23-08/25/23 250 21110 $1,681.09 9/1/2023 CALPERS PENSION CONTRIBUTION FOR PERIOD 08/12/23-08/25/23 100 21110 $41,632.36 CHECK TOTAL $45,470.06 5.2.b Packet Pg. 43 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9648 9/7/2023 SOUTHERN CALIFORNIA EDISON 652 BREA CYN RD (07.21.23-08.20.23) FY 23-24 238638 52210 $16.94 CHECK TOTAL $16.94 9650 9/7/2023 SOUTHERN CALIFORNIA EDISON 3334 1/2 BREA CYN RD (07.24.23- 08.21.23) FY23-24 100630 52210 $100.22 CHECK TOTAL $100.22 9651 9/7/2023 SOUTHERN CALIFORNIA EDISON DISTRICT 41 (07.27.23-08.24.23) FY 23-24 241641 52210 $154.10 CHECK TOTAL $154.10 9652 9/7/2023 SOUTHERN CALIFORNIA EDISON DISTRICT 38 (07.27.23-08.24.23) FY 23-24 238638 52210 $753.76 CHECK TOTAL $753.76 9654 9/7/2023 SOUTHERN CALIFORNIA EDISON DISTRICT 39 (07.23.23-08.24.23) FY 23-24 239639 52210 $261.89 CHECK TOTAL $261.89 9655 9/7/2023 SOUTHERN CALIFORNIA EDISON PARKS (07.27.23-08.24.23) FY 23-24 100630 52210 $4,348.59 CHECK TOTAL $4,348.59 9656 9/7/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 24230 GOLDEN SPRINGS - LS-2 100655 52210 $89.26 CHECK TOTAL $89.26 9657 9/7/2023 SOUTHERN CALIFORNIA EDISON 22745 SUNSET CROSSING RD(07.14.23- 08.13.23)FY23-24 238638 52210 $16.47 CHECK TOTAL $16.47 9658 9/7/2023 SOUTHERN CALIFORNIA EDISON 20980 E CANYON RIDGE LN(07.12.23- 08.09.23) FY23-24 241641 52210 $15.29 CHECK TOTAL $15.29 9659 9/7/2023 SOUTHERN CALIFORNIA EDISON 20850 HIGH COUNTRY DR(071223- 080923) FY23-24 241641 52210 $15.29 CHECK TOTAL $15.29 9660 9/7/2023 SOUTHERN CALIFORNIA EDISON CITY HALL (071423-081323) FY23-24 100620 52210 $25,326.74 CHECK TOTAL $25,326.74 9661 9/7/2023 SOUTHERN CALIFORNIA EDISON 2746 BREA CYN (071423-081323) FY23- 24 238638 52210 $16.47 CHECK TOTAL $16.47 9662 9/7/2023 SOUTHERN CALIFORNIA EDISON 1000 S LEMON AVE (071323-081023) FY 23-24 238638 52210 $15.77 5.2.b Packet Pg. 44 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $15.77 9663 9/7/2023 SOUTHERN CALIFORNIA EDISON 21208 WASHINGTON AVE (071223- 080923) FY 23-24 100630 52210 $35.01 CHECK TOTAL $35.01 9664 9/7/2023 SOUTHERN CALIFORNIA EDISON 3564 S BREA CYN RD (071423-081323) FY 23-4 238638 52210 $16.47 CHECK TOTAL $16.47 9665 9/7/2023 SOUTHERN CALIFORNIA EDISON 2025 DIAMOND BAR BLVD (071423- 081323) FY 23-24 238638 52210 $16.47 CHECK TOTAL $16.47 9666 9/7/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 1798 DBB/22566 GOLDEN SPRGS - LS-2 100655 52210 $210.90 CHECK TOTAL $210.90 9667 9/7/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 21250 GOLDEN SPRINGS - LS-2 100655 52210 $94.09 CHECK TOTAL $94.09 9668 9/7/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 21325 PATHFINDER RD - LS-1 100655 52210 $257.35 CHECK TOTAL $257.35 9669 9/7/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 1025 BREA CYN TC1 - LS-2 100655 52210 $149.38 CHECK TOTAL $149.38 9670 9/7/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 22805 GOLDEN SPRINGS - LS-2 100655 52210 $117.60 CHECK TOTAL $117.60 9671 9/7/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 21010 WASHINGTON AVE - LS-2 100655 52210 $111.98 CHECK TOTAL $111.98 9673 9/11/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 1DBB/TEMPLE - LS-2 100655 52210 $133.87 CHECK TOTAL $133.87 9674 9/11/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 21615 GATEWAY CTR DR - LS-2 100655 52210 $94.09 CHECK TOTAL $94.09 9675 9/11/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 3798 S BREA CYNN RD. - LS-2 100655 52210 $70.57 5.2.b Packet Pg. 45 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $70.57 9676 9/11/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 1003 GOLDEN SPRINGS - LS-2 100655 52210 $123.73 CHECK TOTAL $123.73 9677 9/11/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - BREA CYN/OAKCREST - LS-2 100655 52210 $71.03 CHECK TOTAL $71.03 9678 9/11/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - BREA CYN/FALLOWFIELD - LS-2 100655 52210 $93.30 CHECK TOTAL $93.30 9679 9/11/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 3201 S DBB - LS-2 100655 52210 $141.11 CHECK TOTAL $141.11 9680 9/11/2023 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 2201 DBB - LS-2 100655 52210 $94.09 CHECK TOTAL $94.09 9684 9/12/2023 ABSOLUTE SECURITY INTERNATIONAL INC SECURITY GUARD SERVICES AUG 2023 100510 55330 $4,886.84 CHECK TOTAL $4,886.84 9685 9/12/2023 AFLAC SUPP INSURANCE PREMIUM AUGUST 2023 207 21117 $36.89 9/12/2023 AFLAC SUPP INSURANCE PREMIUM AUGUST 2023 250 21117 $64.67 9/12/2023 AFLAC SUPP INSURANCE PREMIUM AUGUST 2023 206 21117 $101.68 9/12/2023 AFLAC SUPP INSURANCE PREMIUM AUGUST 2023 100 21117 $1,326.50 CHECK TOTAL $1,529.74 9686 9/12/2023 AMERICOMP TONER & REPAIR LLC PRINTER MAINTENANCE/TONER 100230 51200 $1,850.96 9/12/2023 AMERICOMP TONER & REPAIR LLC PRINTER MAINTENANCE/TONER - TRANSFER KIT 100230 51200 $436.91 9/12/2023 AMERICOMP TONER & REPAIR LLC PRINTER MAINTENANCE/TONER 100230 51200 $1,654.53 CHECK TOTAL $3,942.40 9687 9/12/2023 BLINK MARKETING INC MANUFACTURE OF VARIOUS PARK RULES SIGNS-MEASURE AW 100520 54900 $444.96 5.2.b Packet Pg. 46 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $444.96 9688 9/12/2023 BLUDOT TECHNOLOGIES INC BLUDOT - OPEN REWARDS (REWARDS FUNDS) 100150 54900 $5,000.00 CHECK TOTAL $5,000.00 9689 9/12/2023 COPP CONTRACTING INC AREA 2 - CIP RES/COLL STREET REHAB THRU 7/30/23 301610 56101 $638,900.64 9/12/2023 COPP CONTRACTING INC AREA 2 - CIP RES/COLL STREET REHAB THRU 7/30/23 301610 56101 $917,575.00 CHECK TOTAL $1,556,475.64 9690 9/12/2023 DELTA DENTAL HMO DENTAL INSURANCE PREMIUM SEPTEMBER 2023 206 21105 $0.96 9/12/2023 DELTA DENTAL HMO DENTAL INSURANCE PREMIUM SEPTEMBER 2023 207 21105 $0.96 9/12/2023 DELTA DENTAL HMO DENTAL INSURANCE PREMIUM SEPTEMBER 2023 250 21105 $1.96 9/12/2023 DELTA DENTAL HMO DENTAL INSURANCE PREMIUM SEPTEMBER 2023 225 21105 $5.51 9/12/2023 DELTA DENTAL HMO DENTAL INSURANCE PREMIUM SEPTEMBER 2023 100 21105 $163.57 CHECK TOTAL $172.96 9691 9/12/2023 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM SEPTEMBER 2023 225 21105 $2.45 9/12/2023 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM SEPTEMBER 2023 239 21105 $19.58 9/12/2023 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM SEPTEMBER 2023 241 21105 $19.58 9/12/2023 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM SEPTEMBER 2023 238 21105 $35.06 9/12/2023 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM SEPTEMBER 2023 206 21105 $88.69 9/12/2023 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM SEPTEMBER 2023 207 21105 $95.59 9/12/2023 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM SEPTEMBER 2023 250 21105 $146.04 9/12/2023 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM SEPTEMBER 2023 100 21105 $4,619.66 CHECK TOTAL $5,026.65 5.2.b Packet Pg. 47 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9692 9/12/2023 CAROL A DENNIS MINUTES TRANSCRIPTION-PC MTG 8/22/23 100410 54900 $25.00 9/12/2023 CAROL A DENNIS MINUTES TRANSCRIPTION FOR COUNCIL MEETING IN AUG 100140 54900 $200.00 CHECK TOTAL $225.00 9693 9/12/2023 DIAMOND BAR STORAGE OWNER LLC USED OIL STORAGE FEES OCT-NOV 253180 52302 $550.00 CHECK TOTAL $550.00 9694 9/12/2023 EXTERIOR PRODUCTS CORP MAINT OF GROUNDS & BLDG (DBC) FY 23-24 100510 52320 $2,716.02 9/12/2023 EXTERIOR PRODUCTS CORP MAINT OF GROUNDS & BLDG (PARKS) FY 23-24 100630 56116 $7,452.33 9/12/2023 EXTERIOR PRODUCTS CORP MAINT OF GROUNDS & BLDG (PARKS) FY 23-24 100630 52320 $2,287.23 9/12/2023 EXTERIOR PRODUCTS CORP MAINT SUPPLIES (CITYHALL) FY 23-24 100620 52320 $3,610.29 9/12/2023 EXTERIOR PRODUCTS CORP MAINT/OPS-RESTAURANT WK (BANNERS) FY23-24 100150 54900 $7,048.80 CHECK TOTAL $23,114.67 9695 9/12/2023 FIDEL GAMBOA USED OIL FILTER EXCHANGE 8/26 253180 54900 $800.00 CHECK TOTAL $800.00 9696 9/12/2023 GERALDINE KELLER INSTRUCTOR PAYMENT - CULINARY - SUM 23 100520 55320 $60.00 CHECK TOTAL $60.00 9697 9/12/2023 GO LIVE TECHNOLOGY INC PS - ELM PROJECT MGMT - AUG 2023 503230 56135 $1,500.00 9/12/2023 GO LIVE TECHNOLOGY INC PS - SOLAR APP PROJECT MGMT - AUG 2023 503230 56135 $1,620.00 CHECK TOTAL $3,120.00 9698 9/12/2023 GOTO COMMUNICATIONS INC CITYWIDE PHONE SYSTEM - SEP 2023 100230 52200 $2,686.61 CHECK TOTAL $2,686.61 9699 9/12/2023 GOVCONNECTION INC ADOBE ACROBAT ANNUAL RENEWAL - FY 23-24 100230 52314 $2,400.00 9/12/2023 GOVCONNECTION INC PURCHASE OF JABRA TELEPHONE HEADSET (1) 100230 51300 $294.56 9/12/2023 GOVCONNECTION INC ANNUAL RENEWAL - FATPIPE - FY 23-24 100230 52314 $10,645.00 5.2.b Packet Pg. 48 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9/12/2023 GOVCONNECTION INC WIRELESS KEYBOARD/WEB CAM - NEW DB PC'S (6) 503230 56130 $353.25 9/12/2023 GOVCONNECTION INC MICROSOFT OFFICE 2021 LICENSE - FY 23-24 503230 56130 $281.58 9/12/2023 GOVCONNECTION INC HP ULTRIUM CLEANING TAPES - 25 PACK 503230 56130 $1,081.31 CHECK TOTAL $15,055.70 9700 9/12/2023 WOODS MAINTENANCE SERVICES INC ENCAMPMENT CLEANUP SUNSET/STEEP CANYON 8/31/2023 100130 54900 $1,125.41 CHECK TOTAL $1,125.41 9701 9/12/2023 HINDERLITER DE LLAMAS & ASSOCIATES CONTRACT SVCS - SALES TAX JUL-SEPT 2023 100210 54900 $111.10 9/12/2023 HINDERLITER DE LLAMAS & ASSOCIATES CONTRACT SVCS - SALES TAX JUL-SEPT 2023 100210 54010 $900.00 CHECK TOTAL $1,011.10 9702 9/12/2023 HOME DEPOT CREDIT SERVICES BUILDING MAINT (PARKS) FY23-24 100630 52320 $551.13 CHECK TOTAL $551.13 9703 9/12/2023 INTEGRUS LLC RICOH IM C400SRF COLOR LASER PRINTER 503230 56130 $4,107.35 CHECK TOTAL $4,107.35 9704 9/12/2023 ITERIS INC CS - ON-CALL TS TIMING SUPPORT - JUL 2023 207650 54410 $260.00 9/12/2023 ITERIS INC FINAL REVIEW-PARKING STUDY - 21349 COLD SPRING 100 22107 $849.00 CHECK TOTAL $1,109.00 9705 9/12/2023 KEVIN D JONES PS - SR-57/60 CONFLUENCE PROJ ADVOCACY - AUG 2023 100615 54400 $4,000.00 CHECK TOTAL $4,000.00 9706 9/12/2023 LOCAL AGENCY ENGINEERING ASSOCIATES INC PS - ENGINEERING STAFF AUGMENT - JUL 23 207650 54400 $41.25 9/12/2023 LOCAL AGENCY ENGINEERING ASSOCIATES INC PS - ENGINEERING STAFF AUGMENT - JUL 23 100610 54400 $2,891.25 9/12/2023 LOCAL AGENCY ENGINEERING ASSOCIATES INC PS - ENGINEERING STAFF AUGMENT - JUL 23 201610 54400 $2,895.00 CHECK TOTAL $5,827.50 9707 9/12/2023 LOOMIS COURIER SERVICES - AUGUST 2023 100210 54900 $732.66 5.2.b Packet Pg. 49 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9/12/2023 LOOMIS COURIER SERVICES - AUGUST 2023 100510 54900 $732.66 CHECK TOTAL $1,465.32 9708 9/12/2023 LOS ANGELES COUNTY DEVELOPMENT AUTH REIMB OVER PAYMENT 225 42020 $177.50 9/12/2023 LOS ANGELES COUNTY DEVELOPMENT AUTH REIMB FOR OVERPAYMENT 225 42020 $177.00 CHECK TOTAL $354.50 9709 9/12/2023 LOS ANGELES COUNTY DEVELOPMENT AUTH RETURN TO LACDA FOR CDBG OVERPAYMENT-AREA 2 225 42020 $318.75 CHECK TOTAL $318.75 9710 9/12/2023 LOS ANGELES COUNTY PUBLIC WORKS SUMP PUMP MAINT (SYCAMORE CYN PARK-JUNE) FY 22-23 100630 52320 $1,190.82 9/12/2023 LOS ANGELES COUNTY PUBLIC WORKS REIMBURSEMENT - STREET LIGHT CHARGES - 2018-2023 100655 52210 $19,467.11 CHECK TOTAL $20,657.93 9711 9/12/2023 MDJ MANAGEMENT CITY HALL JANITORS ROOM REHAB (RETAINAGE) FY 22-23 100620 52320 $828.45 CHECK TOTAL $828.45 9712 9/12/2023 METROLINK METROLINK PASSES - AUGUST 2023 206650 55610 $1,075.90 9/12/2023 METROLINK METROLINK PASSES - AUGUST 2023 206650 55620 $4,303.60 CHECK TOTAL $5,379.50 9713 9/12/2023 METROPOLITAN TRANSPORTATION COMMISSION ANNUAL SUBSCRIPTION/STREETSAVER - 9/30/23-9/30/24 100230 52314 $3,500.00 CHECK TOTAL $3,500.00 9714 9/12/2023 MITHRIL ENTERPRISES FY2023-28 AED PLUSTRACK MEDICAL DIR. 6 ZOLL AEDS 100350 52310 $2,994.00 CHECK TOTAL $2,994.00 9715 9/12/2023 MOBILE RELAY ASSOCIATES INC REPEATER SERVICES FOR EMERGENCY PREPARED. IN SEPT. 100350 52300 $78.75 CHECK TOTAL $78.75 9716 9/12/2023 MULHOLLAND CONSULTING INC SYCAMORE CYN CREEK REPAIR - THRU 8/25/23 301630 56104 $420.00 CHECK TOTAL $420.00 9717 9/12/2023 MV CHENG & ASSOCIATES INC CONSULTANT SVCS - FINANCE DEPT AUG 2023 100210 54900 $825.56 5.2.b Packet Pg. 50 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $825.56 9718 9/12/2023 NCC GROUP SOFTWARE RESILIENCE NA LLC SOFTWARE RESILIENCE COVERAGE - 9/29/23-9/28/24 100230 52314 $955.00 CHECK TOTAL $955.00 9719 9/12/2023 NETWORK PARATRANSIT SYSTEMS INC FY2023-24 DIAMOND RIDE SR TRANS. SVCS 07/2023 206650 55560 $19,556.43 CHECK TOTAL $19,556.43 9720 9/12/2023 NICHOLS CONSULTING ENGINEERS, CHTD AREA 3 - RES/COLL STREET REHAB & CURB RAMPS DESIGN 301610 56101 $16,052.00 CHECK TOTAL $16,052.00 9721 9/12/2023 NORTH AMERICAN YOUTH ACTIVITIES LLC CONTRACT CLASS INSTRUCTOR-YOUTH SOCCER 100520 55320 $1,650.00 CHECK TOTAL $1,650.00 9722 9/12/2023 OCCUPATIONAL HEALTH CENTERS OF CALIFORNIA PRE-EMPLOYMENT PHYSICAL FEES 100220 52510 $540.00 CHECK TOTAL $540.00 9723 9/12/2023 ONE TIME PAY VENDOR ALAN CAMBLIN RECREATION PROGRAM REFUND 100 20202 $100.00 CHECK TOTAL $100.00 9724 9/12/2023 ONE TIME PAY VENDOR CHARNGYI CHEN RECREATION PROGRAM REFUND 100 20202 $90.00 CHECK TOTAL $90.00 9725 9/12/2023 ONE TIME PAY VENDOR CHINO HILLS AQUATICS FACILITY REFUND 100 20202 $500.00 CHECK TOTAL $500.00 9726 9/12/2023 ONE TIME PAY VENDOR CHRISTINE TOLENTINO SORATHIA FACILITY REFUND 100 20202 $169.90 CHECK TOTAL $169.90 9727 9/12/2023 ONE TIME PAY VENDOR DANIEL KWON FACILITY REFUND 100 20202 $1,809.75 CHECK TOTAL $1,809.75 9728 9/12/2023 ONE TIME PAY VENDOR DAVE ARBOLEDA FACILITY REFUND 100 20202 $500.00 CHECK TOTAL $500.00 9729 9/12/2023 ONE TIME PAY VENDOR HELEN CADANO FACILITY REFUND 100 20202 $700.00 CHECK TOTAL $700.00 9730 9/12/2023 ONE TIME PAY VENDOR IAN PROVAN FACILITY REFUND 100 20202 $200.00 5.2.b Packet Pg. 51 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $200.00 9731 9/12/2023 ONE TIME PAY VENDOR JAINAM VADECHA FACILITY REFUND 100 20202 $1,200.00 CHECK TOTAL $1,200.00 9732 9/12/2023 ONE TIME PAY VENDOR JOANN BRINKLEY RECREATION PROGRAM REFUND 100 20202 $45.00 CHECK TOTAL $45.00 9733 9/12/2023 ONE TIME PAY VENDOR JORGE MADRIGAL FACILITY REFUND 100 20202 $1,684.14 CHECK TOTAL $1,684.14 9734 9/12/2023 ONE TIME PAY VENDOR RICK IWANAGA RECREATION PROGRAM REFUND 100 20202 $90.00 CHECK TOTAL $90.00 9735 9/12/2023 ONE TIME PAY VENDOR SO CAL LIL' KICKERS FIELD DEPOSIT REFUND 100 20202 $200.00 CHECK TOTAL $200.00 9736 9/12/2023 ONE TIME PAY VENDOR SUZANNE HOWARD RECREATION PROGRAM REFUND 100 20202 $95.00 CHECK TOTAL $95.00 9737 9/12/2023 ONE TIME PAY VENDOR VIRGINIA VILLA RECREATION PROGRAM REFUND 100 20202 $35.00 CHECK TOTAL $35.00 9738 9/12/2023 ONE TIME PAY VENDOR AUTOZONE AUTO PARTS NEW FILTERS FOR COMMUNITY RECYCLING PROGRAM 253180 51300 $416.00 CHECK TOTAL $416.00 9739 9/12/2023 ONE TIME PAY VENDOR DAVE ARBOLEDA FACILITY REFUND 100 20202 $500.00 CHECK TOTAL $500.00 9740 9/12/2023 ONE TIME PAY VENDOR GOODTIMES PARTY SUPPLY USED OIL FILTER EXCHANGE EVENT RENTALS 253180 51300 $242.00 CHECK TOTAL $242.00 9741 9/12/2023 ONE TIME PAY VENDOR ROOF GUARD INC 24052 WILLOW CREEK ROAD DEPOSIT C/D 100 22105 $250.00 CHECK TOTAL $250.00 9742 9/12/2023 ONE TIME PAY VENDOR SOLIT CONTRACTING PR2023-0001388-3180 HAWKWOOD RD 100 22105 $250.00 CHECK TOTAL $250.00 9743 9/12/2023 ONE TIME PAY VENDOR SOLIT CONTRACTING PR2023-0001464-3107 CROOKED CREEK DRIVE 100 22105 $250.00 CHECK TOTAL $250.00 5.2.b Packet Pg. 52 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9744 9/12/2023 ONE TIME PAY VENDOR - CND REFUND ABC QUALITY ROOFING REFUND - PR2023-0001551 100 22105 $250.00 CHECK TOTAL $250.00 9745 9/12/2023 ONE TIME PAY VENDOR - CND REFUND RICHARD CLARK AND SONJA C REFUND - PR2023-0001569 100 22105 $250.00 CHECK TOTAL $250.00 9746 9/12/2023 PAPER RECYCLING & SHREDDING CITY HALL CONSOLE RECYCLING AUG 23 250170 55000 $95.00 CHECK TOTAL $95.00 9747 9/12/2023 PRO1PRINT, LLC PRINTING OF DBRW CARD 100150 54900 $307.60 CHECK TOTAL $307.60 9748 9/12/2023 PROTECTION ONE INC DBC ALARM MONITORING (09.01.23- 11.30.23) FY23-24 100510 52310 $203.22 CHECK TOTAL $203.22 9749 9/12/2023 PYRO COMM SYSTEMS INC MAINT- SERVICE CALL (DBC) FY23-24 100510 52310 $695.41 CHECK TOTAL $695.41 9750 9/12/2023 REINBERGER CORPORATION BUSINESS CARD 100140 52110 $86.51 9/12/2023 REINBERGER CORPORATION WHITE WINDOW AND REGULAR ENVELOPS 100140 52110 $1,222.02 CHECK TOTAL $1,308.53 9751 9/12/2023 RETAIL MARKETING SERVICES INC SHOPPING CART RETRIEVAL JULY 23 250170 55000 $45.00 CHECK TOTAL $45.00 9752 9/12/2023 ROTH STAFFING COMPANIES, LP TEMP STAFFING - PUBLIC WORKS WK 8/29/2023 100630 55000 $1,152.00 9/12/2023 ROTH STAFFING COMPANIES, LP TEMP STAFFING - FINANCE WK 9/3/23 100210 54010 $1,440.00 CHECK TOTAL $2,592.00 9753 9/12/2023 SAN GABRIEL CONSERVATION CORP AUGUST PAPER SHREDDING 250170 55000 $2,001.00 CHECK TOTAL $2,001.00 9754 9/12/2023 SCHAFER CONSULTING CONSULTING SERVICES FOR ERP PROJECT - JULY 2023 503230 56135 $618.75 CHECK TOTAL $618.75 9755 9/12/2023 SIMPSON ADVERTISING INC LAYOUT AND DESIGN OF SEPT. 2023 CITY NEWSLETTER 100240 54900 $1,575.00 5.2.b Packet Pg. 53 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $1,575.00 9756 9/12/2023 SOUTHERN CALIFORNIA SHREDDING INC 8/26 SHREDDING EVENT 250170 55000 $1,200.00 CHECK TOTAL $1,200.00 9757 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 239 21107 $2.32 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 241 21107 $2.32 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 238 21107 $3.65 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 225 21107 $4.88 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 239 21113 $8.76 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 241 21113 $8.76 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 225 21113 $9.01 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 207 21107 $10.38 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 238 21113 $14.21 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 206 21107 $17.32 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 207 21113 $34.23 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 206 21113 $38.00 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 250 21107 $50.07 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 250 21113 $92.22 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 100 21107 $1,555.25 9/12/2023 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM SEP 2023 100 21113 $2,231.60 CHECK TOTAL $4,082.98 9758 9/12/2023 TASC FSA FEES 100220 52515 $130.26 5.2.b Packet Pg. 54 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT CHECK TOTAL $130.26 9759 9/12/2023 THE COMDYN GROUP INC GIS SUPPORT - JUN/JUL 2023 100230 54900 $3,812.64 CHECK TOTAL $3,812.64 9760 9/12/2023 THE TAIT GROUP INC PS - ENGR/VARIOUS TRAFFIC-RELARED PROJ - AUG 2023 100615 54410 $1,000.00 CHECK TOTAL $1,000.00 9761 9/12/2023 TOTAL COMPENSATION SYSTEMS INC PROF. SVCS - GASB 75 2ND INSTALLMENT 100210 54010 $1,710.00 9/12/2023 TOTAL COMPENSATION SYSTEMS INC PROF. SVCS - GASB 75 1ST INSTALLMENT 100210 54010 $1,710.00 CHECK TOTAL $3,420.00 9762 9/12/2023 TUCKER TIRE COMPANY INC VEHICLE MAINTENANCE (LIC#1210108) FY 23-24 502630 52312 $840.24 CHECK TOTAL $840.24 9763 9/12/2023 ULINE INC DBC SUPPLIES 100510 51200 $644.32 9/12/2023 ULINE INC DBC SUPPLIES 100510 51200 $322.76 9/12/2023 ULINE INC DBC SUPPLIES FREIGHT CHARGES 100510 51200 $13.45 CHECK TOTAL $980.53 9764 9/12/2023 ULTRA PAINTING & WALLCOVERING INC RETENTION BALANCE - CONTRACT #23000094 504 29004 $1,310.00 CHECK TOTAL $1,310.00 9765 9/12/2023 UNITED RECORDS MANAGEMENT INC OFF-SITE STORAGE OF BACK-UP TAPES - AUG 2023 100230 55000 $594.00 CHECK TOTAL $594.00 9766 9/12/2023 VERIZON WIRELESS WIRELESS PHONE SERVICE - 6/17/23 - 8- 16-23 100230 52200 $5,351.49 CHECK TOTAL $5,351.49 9767 9/12/2023 VISION SERVICE PLAN VISION INSURANCE PREMIUM SEPTEMBER 2023 239 21108 $7.14 9/12/2023 VISION SERVICE PLAN VISION INSURANCE PREMIUM SEPTEMBER 2023 241 21108 $7.14 9/12/2023 VISION SERVICE PLAN VISION INSURANCE PREMIUM SEPTEMBER 2023 225 21108 $8.14 9/12/2023 VISION SERVICE PLAN VISION INSURANCE PREMIUM SEPTEMBER 2023 238 21108 $12.69 5.2.b Packet Pg. 55 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 9/12/2023 VISION SERVICE PLAN VISION INSURANCE PREMIUM SEPTEMBER 2023 207 21108 $36.79 9/12/2023 VISION SERVICE PLAN VISION INSURANCE PREMIUM SEPTEMBER 2023 250 21108 $55.90 9/12/2023 VISION SERVICE PLAN VISION INSURANCE PREMIUM SEPTEMBER 2023 206 21108 $56.12 9/12/2023 VISION SERVICE PLAN VISION INSURANCE PREMIUM SEPTEMBER 2023 100 21108 $1,828.31 CHECK TOTAL $2,012.23 9768 9/12/2023 WANSEO CHUNG INSTRUCTOR PAYMENT - YOGA - SUM 23 100520 55320 $302.40 CHECK TOTAL $302.40 9769 9/12/2023 WAXIE SANITARY SUPPLY JANITORIAL SUPPLIES (DBC) FY23-24 100510 51210 $714.01 9/12/2023 WAXIE SANITARY SUPPLY JANITORIAL SUPPLIES (PARKS) FY 23-24 100630 51200 $4,018.01 CHECK TOTAL $4,732.02 9770 9/12/2023 YOUTH EVOLUTION ACTIVITIES CONTRACT CLASS INSTRUCTOR-YOUTH SPORTS 100520 55320 $1,569.60 CHECK TOTAL $1,569.60 9771 9/12/2023 YUNEX LLC TS MAINT - FLASHING CROSSWALK - COPLEY 207650 55536 $11,548.05 9/12/2023 YUNEX LLC TS MAINT - DBB/SHADOW CANYON - NEW TRAFFIC SIGNAL 207650 55536 $19,945.00 CHECK TOTAL $31,493.05 GRAND TOTAL $3,602,766.62 5.2.b Packet Pg. 56 Agenda #: 5.3 Meeting Date: September 19, 2023 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: TREASURER'S STATEMENT STRATEGIC GOAL: Responsible Stewardship of Public Resources RECOMMENDATION: Approve the August 2023 Treasurer’s Statement. FINANCIAL IMPACT: None. BACKGROUND/DISCUSSION: Consistent with City policy, the Finance Department presents the monthly Treasurer’s Statement to the City Council for 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: REVIEWED BY: 5.3 Packet Pg. 57 Attachments: 1. 5.3.a Treasurer's Cash Report - Aug 2023 2. 5.3.b Treasurer's Certification & Portfolio - Aug 2023 5.3 Packet Pg. 58 TOTAL CASH BALANCES Cash Funds General Account $2,506,191.27 Payroll Account $0.00 Change Fund - General Fund $600.00 Petty Cash Account $500.00 Cash With Fiscal Agent (US Bank 2021 Bonds)$1,553.45 Total Cash Funds $2,508,844.72 City & LAIF Invested Funds (Book Value): Local Agency Investment Fund $2,009,062.27 City-Managed Fixed-Income Securities (0-5 year maturity) $67,081,325.99 Total Investment Funds (Book Value)$69,090,388.26 Fiscal Year-To-Date Effective Rate of Return (City Funds & LAIF)3.60%(2 months) FY 2023-24 Budgeted Investment Earnings (City Funds & LAIF)$987,450.00 (12 months) Fiscal YTD Interest Earnings (City Funds & LAIF)$431,359.80 (2 months) Invested Funds With OPEB Trust (Managed by CalPERS/State Street) $641,933.19 Historical rate of return as of 3/31/2023 (since 2016)2.92% Fiscal Year-To-Date Rate of Return -0.54%(2 month) OPEB Trust Fiscal Year-To-Date Interest Earnings ($3,503.26)(2 month) Total Cash and Investments $72,241,166.17 CITY OF DIAMOND BAR - CITY TREASURER'S REPORT AS OF AUGUST 31, 2023 5.3.a Packet Pg. 59 INVESTMENTS BOOK VALUE PERCENT OF PORTFOLIO TERM DAYS TO MATURITY YIELD TO MATURITY Federal Credit Union CD $8,199,000.00 11.87%1,329 1,005 3.833% Local Agency Investment Fund $2,009,062.27 2.91%1 1 3.434% Corporate Notes $948,933.08 1.37%1,667 683 3.948% Federal Agency Coupon Securities $14,950,758.77 21.64%899 615 4.152% Federal Agency Discount-Amortizing $4,712,921.39 6.82%183 55 5.214% Treasury Coupon Securities $12,946,845.41 18.74%1,059 592 2.770% Federal Agency Callable $9,498,297.61 13.75%1,528 444 2.567% Certificates of Deposit-Banks $3,958,707.43 5.73%1,523 735 2.146% Municipal Bonds $2,010,699.27 2.91%1,565 1,107 3.670% Money Market Fund $9,855,163.03 14.26%1 1 5.170% Total Investments and Averages $69,090,388.26 100.00%929 512 3.702% TOTAL INTEREST EARNED I certify that this report accurately reflects all City pooled investments Daniel Fox and is in conformity with the investment policy of the City of Diamond Bar City Treasurer 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. $216,200.30 $431,359.80 CITY OF DIAMOND BAR INVESTMENT PORTFOLIO SUMMARY REPORT August 31, 2023 MONTH ENDING FISCAL YEAR-TO-DATE August 31, 2023 2023-2024 5.3.b Packet Pg. 60 City of Diamond Bar Portfolio Management August 31, 2023 City of Diamond Bar 21810 Copley Drive Diamond Bar, CA (909)839-7053 Portfolio Summary % of Portfolio Book ValueInvestmentsMarket Value Par Value Days to MaturityTerm YTM/C Federal Credit Union CD 8,199,000.00 1,32911.87 3.8331,0058,133,725.468,199,000.00 Local Agency Investment Funds 2,009,062.27 12.91 3.43411,978,581.782,009,062.27 Corporate Notes 948,933.08 1,6671.37 3.948683943,032.101,000,000.00 Federal Agency Coupon Securities 14,950,758.77 89921.64 4.15261514,948,007.3615,000,000.00 Federal Agency Disc. -Amortizing 4,712,921.39 1836.82 5.214554,712,921.394,750,000.00 Treasury Coupon Securities 12,946,845.41 1,05918.74 2.77059212,762,960.6713,000,000.00 Federal Agency Callable 9,498,297.61 1,52813.75 2.5674449,136,023.009,500,000.00 Certificate of Deposit 3,958,707.43 1,5235.73 2.1467353,816,431.673,959,000.00 Municipal Bonds 2,010,699.27 1,5652.91 3.6701,1071,976,003.122,145,000.00 Money Market Fund 9,855,163.03 114.26 5.17019,855,163.039,855,163.03 69,090,388.26 100.00%Investments 68,262,849.5869,417,225.30 929 512 3.702 Current Year August 31 216,200.30 Fiscal Year To Date 431,359.80 Average Daily Balance Effective Rate of Return 69,241,120.21 70,497,625.70 3.60%3.68% Total Earnings Month Ending __________________________________________________ ____________________ Jason M. Jacobsen, Finance Director Portfolio POOL AP Reporting period 08/01/2023-08/31/2023 Run Date: 09/11/2023 - 11:31 PM (PRF_PM1) 7.3.0 Report Ver. 7.3.6.1 5.3.b Packet Pg. 61 Agenda #: 5.4 Meeting Date: September 19, 2023 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: HISPANIC HERITAGE MONTH PROCLAMATION. STRATEGIC GOAL: Open, Engaged & Responsive Government RECOMMENDATION: Adopt the Proclamation declaring September 15 – October 15 as Hispanic Heritage Month. BACKGROUND: Each year, Americans observe and celebrate National Hispanic Heritage Month from September 15 to October 15 as a time to celebrate the histories, cultures and contributions of American citizens whose ancestors came from Spain, Mexico, the Caribbean and Central and South America. September 15 is significant because it is the anniversary of independence for Latin American countries: Costa Rica, El Salvador, Guatemala, Honduras and Nicaragua. In addition, Mexico, and Chile observe their independence on September 16, and 18, respectively. The observance started in 1968 as Hispanic Heritage Week and in 1988 was expanded to cover a 30-day period starting on September 15 and ending on October 15. It was enacted into law on August 17, 1988, on the approval of Public Law 100 -402. PREPARED BY: 5.4 Packet Pg. 62 REVIEWED BY: Attachments: 1. 5.4.a Hispanic Heritage Month Proclamation 5.4 Packet Pg. 63 PPRROOCCLLAAMMAATTIIOONN ““HHIISSPPAANNIICC HHEERRIITTAAGGEE MMOONNTTHH 22002233”” WHEREAS, for over 50 years, Hispanic Heritage month has been celebrated in the United States from September 15 – October 15 as a time to recognize and celebrate the many contributions, diverse cultures, and extensive histories of the American Latino community; and WHEREAS, we begin the observance on September 15 because it is the anniversary of independence for: Costa Rica, El Salvador, Guatemala, Honduras and Nicaragua. In addition, Mexico and Chile celebrate their independence days on September 16 and September 18, respectively; and WHEREAS, the observation began in 1968 as Hispanic Heritage Week under President Lyndon B. Johnson; and in 1988, it was expanded by President Ronald Reagan to cover a 30-day period and enacted into federal law, calling upon all the people of the United States to observe this time with ceremonies, activities and programs; and WHEREAS, the Hispanic population of the United States totals 63.7 million people, making it the largest ethnic or racial minority and 19.1% of the total population; and WHEREAS, the nationwide observance theme for Hispanic Heritage Month 2023, “Latinos: Driving Prosperity, Power and Progress in America” pays tribute to the immense economic and political strides Latinos have made in the United States; and NOW, THEREFORE, BE IT RESOLVED, that the Diamond Bar City Council does hereby proclaim September 15 – October 15, 2023 as “Hispanic Heritage Month" in Diamond Bar and urges the community to learn more about the various Hispanic key figures, cultures, traditions and values that have positively enriched our community and our nation. September 19, 2023 Andrew Chou Mayor Stan Liu Ruth M. Low Mayor Pro Tem Council Member Chia Yu Teng Steve Tye Council Member Council Member 5.4.a Packet Pg. 64 Agenda #: 5.5 Meeting Date: September 19, 2023 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: ESTABLISHING LOCATIONS FOR POSTING OF CITY ORDINANCES, RESOLUTIONS, PUBLIC NOTICES, AND AGENDAS REQUIRED BY LAW TO BE PUBLISHED OR POSTED. STRATEGIC GOAL: Open, Engaged & Responsive Government RECOMMENDATION: Adopt Resolution No. 2023-30 establishing locations for posting of City Ordinances, Resolutions, Public Notices, and Agendas Required by Law to be published or posted. FINANCIAL IMPACT: No financial impact. BACKGROUND: Upon incorporation the Diamond Bar City Council adopted Resolution No. 1989-06 establishing posting requirements and posting locations for the posting of ordinances and resolutions required by law. Resolution No. 2001-06 was then adopted to establish updated posting locations upon moving City Hall to the Government Building at 21865 E. Copley Dr. Resolution No. 2012-34 was then adopted to accommodate the relocation of the Diamond Bar Branch of the Public Library to 21800 Copley Dr. Though the location of City Hall was moved to 21810 Copley Drive in January of 2012, Resolution No. 2012 -34 was not updated to include the new City Hall location as a posting location. Government Code Section 54954.2 requires that the agenda for a legislative body’s regular meeting be posted at least 72 hours in advance of the meeting in a location that is freely accessible to the members of the public and on the local agency’s Internet Web site. 5.5 Packet Pg. 65 ANALYSIS: An outdoor bulletin board was purchased and installed in front of the Diamond Bar City Hall in August 2023. The proposed resolution updates the three posting locations for the posting of resolutions, ordinances and other public notices required by law to include: a. Diamond Bar City Hall Outdoor Bulletin Board 21810 Copley Drive b. South Coast Air Quality Management District Outdoor Bulletin Board 21865 E. Copley Drive c. Heritage Park Community Center Outdoor Bulletin Board 2900 S. Brea Canyon Road Additionally, the proposed resolution differentiates the posting requirement for agendas, which is set by Government Code Section 54954.2 (Brown Act) to include: a. Diamond Bar City Hall Outdoor Bulletin Board 21810 Copley Drive LEGAL REVIEW: The City Attorney has reviewed and approved the Resolution as to form. PREPARED BY: 5.5 Packet Pg. 66 REVIEWED BY: Attachments: 1. 5.5.a Resolution No. 2023-30 5.5 Packet Pg. 67 RESOLUTION NO. 2023-30 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR ESTABLISHING LOCATIONS FOR POSTING OF CITY ORDINANCES, RESOLUTIONS, PUBLIC NOTICES, AND AGENDAS REQUIRED BY LAW TO BE PUBLISHED OR POSTED. The City Council of the City of Diamond Bar does resolve as follows: 1. Effective September 19, 2023, the following public places within the City limits of the City of Diamond Bar are established for the posting of ordinances and of such notices as are required by law to be established: a. Diamond Bar City Hall Outdoor Bulletin Board 21810 Copley Drive b. South Coast Air Quality Management District Outdoor Bulletin Board 21865 E. Copley Drive c. Heritage Park Community Center Outdoor Bulletin Board 2900 S. Brea Canyon Road 2. Effective September 19, 2023, the following public place is established for the posting of City Council and City Commission agendas as required by Government Code Section 54954.2: a. City Hall Outdoor Bulletin Board 21810 Copley Drive 3. The City Clerk shall certify to the adoption of this Resolution. PASSED, ADOPTED AND APPROVED this 19th day of September 2023. CITY OF DIAMOND BAR _______ Andrew Chou, Mayor [Signatures continued on the following page] 5.5.a Packet Pg. 68 Resolution No. 2023-XX 2 ATTEST: I, Kristina Santana, City Clerk of the City of Diamond Bar, do hereby certify that the foregoing Resolution was passed, approved and adopted at the regular meeting of the City Council of the City of Diamond Bar held on the 19th day of September 2023, by the following roll call vote: AYES: COUNCIL MEMBERS: NOES: COUNCIL MEMBERS: ABSENT: COUNCIL MEMBERS: ABSTAINED: COUNCIL MEMBERS: _______ Kristina Santana, City Clerk 5.5.a Packet Pg. 69 Agenda #: 5.6 Meeting Date: September 19, 2023 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: PUBLIC WORKS AGREEMENT WITH EIDIM GROUP, INC. DBA EIDIM AV TECHNOLOGY FOR WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT (FP 23504). STRATEGIC GOAL: Open, Engaged & Responsive Government RECOMMENDATION: A. Determine that approving the construction contract for the proposed Project is exempt from the California Environmental Quality Act pursuant to Sections 15301(c) and 15302 of the CEQA Guidelines; B. Adopt Resolution No. 2023-31 approving the design plans, specifications, and working details for the Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Project; C. Approve, and authorize the City Manager to sign a construction contract with EIDIM Group, Inc. dba EIDIM AV Technology; in the amount of $355,065.70, plus a contingency amount of $53,260 for contract change orders, if any, to be approved by the City Manager, for a total authorization amount of $408,325.70; and D. Appropriate $108,326 from the PEG Fund (Fund 270) fund balance to the CIP Fund (Fund 301) for Project #FP23504. FINANCIAL IMPACT: The Project currently has an approved budget of $300,000, from the Public, Educational, and Governmental (PEG) Fund, in the FY 2023/24 Capital Improvement Program (CIP) (carried over from FY 2022/23). The total not-to-exceed amount of the proposed construction agreement is $355,065.70. An additional appropriation of PEG funds in the amount of $108,326 is needed to cover the revised project cost, which includes a fifteen percent (15%) contingency amount for unforeseen costs. Therefore, 5.6 Packet Pg. 70 the proposed project fund is as follows: City Hall Cable Channel Broadcast and A/V Equipment Upgrade Project (CIP# FP23504) Budget Encumbrance/ Expenses Balance Approved Budget - PEG Funding $300,000.0 0 $300,000.00 New Request - PEG Funding $108,326.0 0 $408,326.00 Construction Agreement ($355,065.70) Contingency (15%) ($53,260.00) Balance $0.30 Sufficient funds are available within the PEG Fund to cover the cost of the project. PEG fees may be used only for capital expenditures related to the City’s operation of its PEG channels. The total contingency amount of $53,260 will only be used if unforeseen circumstances warrant a contract change order. General Fund monies will not be used for this project. BACKGROUND: The City Hall’s Windmill/Willow Room Audio Visual and Production Control Room Systems are proposed to be upgraded under the City Hall Cable Channel Broadcast and A/V Equipment Upgrade Project (Project). This upgrade will provide staff with the ability to broadcast meetings and other events from the City Hall Windmill Room. From a budgetary standpoint, this Project was broken down into two phases: 1) Design and 2) Construction. On July 1, 2021, a Consultant Services Agreement was entered into with Vidiflo, LLC for the audio/visual project management services associated with the design phase of the aforementioned Project. This included the review of vendor system design and bill of materials, compatibility of a new system with the existing broadcast system, verification of cabling paths within the Windmill Room to the Broadcast Room, daily oversight of the installation crew, and system commissioning oversight. ANALYSIS: The City received and opened seven (7) bids for the construction phase of this Project on April 26, 2023, as follows: • Artistic Resources Corp - $328,133.00 (Non-responsive) • EIDIM Group, Inc. dba EIDIM AV Technology - $355,065.70 (Recommended) • Western Audio Visual - $377,240.03 • Matrix Audio Visual Designs, Inc - $387,852.42 • Sunset Electrical Contractors, Inc - $403,828.00 • Key Code Media - $439,739.67 • Southern California Sound Image Inc. - $449,000.00 5.6 Packet Pg. 71 After careful review, the lowest bid submitted by Artistic Resources Corp. was rejected as nonresponsive. EIDIM Group, Inc. dba EIDIM AV Technology was deemed the lowest responsive bidder, with a bid in the amount of $355,065.70. The license and references of EIDIM Group, Inc. were checked and found to be in good standing. Upon City Council award of the contract, EIDIM Group, Inc. will furnish the necessary bonds and insurance, which will be approved as to form. After the award and subsequent execution of the contract, a “Notice to Proceed” will be issued. The proposed Project is exempt from the California Environmental Quality Act pursuant to Sections 15301(c) and 15302 of the CEQA Guidelines. The project schedule is tentatively set as follows: Award of Contract September 19, 2023 Start of Construction October 2023 Completion of Construction June 2024 LEGAL REVIEW: The City Attorney has reviewed and approved the Agreement as to form. PREPARED BY: REVIEWED BY: Attachments: 1. 5.6.a Resolution No. 2023-31 5.6 Packet Pg. 72 2. 5.6.b Public Works Agreement - Windmill Willow Room AV System Upgrade Project 3. 5.6.c Windmill/Willow Room Audio Visual RFP 5.6 Packet Pg. 73 RESOLUTION NO. 2023-31 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR, CALIFORNIA, APPROVING THE PLANS AND SPECIFICATIONS FOR THE WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT PURSUANT TO GOVERNMENT CODE SECTION 830.6. WHEREAS, plans and specifications have been prepared for the Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Project ; and WHEREAS, Government Code Section 830.6 provides design immunity for construction of, or an improvement to, public property where such plan or design has been approved in advance of the construction or improvement; and WHEREAS, the Project is exempt from review under the California Environmental Quality Act pursuant to Section 15301(c) of the CEQA Regulations. NOW, THEREFORE, it is found, determined, and resolved by the City Council of the City of Diamond Bar as follows: Section 1: Legislative Intent and Findings A. The City retained Vidiflo, LLC (Consultant) as the engineer to design and prepare the plans for the Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Project (“Project”); B. The City Council’s approval of Plans and Specifications for the Project is exempt from the California Environmental Quality Act pursuant to Title 14, California Code of Regulations, Section 15301(c), Existing Facilities; C. The Consultant informed the City Engineer that these plans are complete and that construction of the Project may begin; D. The City Engineer reviewed the completed design and plans for the Project and agrees with the Consultant that the plans are complete and consistent with the City’s standards, and the Project, may be constructed; and E. The City Council wishes to obtain the immunities set forth in Government Code § 830.6 with regard to the plans and construction of the Project. Section 2. Design Immunity; Authorization. A. The design and plans for the Project are determined to be consistent with the City’s standards and are approved. B. The approval set forth in this Resolution occurred before actual work on the 5.6.a Packet Pg. 74 Resolution No. 2023-31 2 Project construction commenced. C. The approval granted by this Resolution conforms with the City’s General Plan. D. The City Engineer, or designee, is authorized to act on the City’s behalf in approving any alterations or modifications of the design and plans approved by this Resolution. E. The approval and authorization granted by this Resolution is intended to avail the City of the immunities set forth in Government Code § 830.6. Section 3. The City Clerk is directed to certify the adoption of this Resolution. Section 4. This Resolution will become effective immediately upon adoption. PASSED, APPROVED and ADOPTED this 19th day of September, 2023. THE CITY OF DIAMOND BAR ________________________ Andrew Chou, Mayor ATTEST: I, Kristina Santana, City Clerk of the City of Diamond Bar, do hereby certify that the foregoing Resolution was duly and regularly passed, approved and adopted by the City Council of the City of Diamond Bar, California, at its regular meeting held on the 19th day of September, 2023, by the following vote: AYES: COUNCIL MEMBERS: NOES: COUNCIL MEMBERS: ABSENT: COUNCIL MEMBERS: ABSTAINED: COUNCIL MEMBERS: ________________________ Kristina Santana, City Clerk 5.6.a Packet Pg. 75 1450800.1 1 PUBLIC WORKS AGREEMENT (City Funds Only/Sole Source) The following agreement ("Agreement") is made and entered into, in duplicate, as of the date executed by the City Manager and attested to by the City Clerk, by and between EIDIM Group, Inc. dba EIDIM AV Technology, a California corporation; hereinafter referred to as the "Contractor" and the City of Diamond Bar, California, hereinafter referred to as "City." WHEREAS, City received Contractor’s bid on April 26, 2023; and WHEREAS, City has authorized the City Manager to execute a written contract with Contractor for furnishing labor, equipment and material for the Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Project in the City. NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1. GENERAL SCOPE OF WORK: Contractor shall furnish all necessary labor, tools, materials, appliances, and equipment for and do the work performed or executed under the plans and specifications associated with audio visual & production control systems upgrades; and other incidental and appurtenant work necessary for the proper construction of the contemplated improvements, as indicated on the project plans for Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Project in the City (the “Work”). The Work to be performed in accordance with the plans and specifications dated April 10, 2023 (the “Plans”) on file with the City and in accordance with bid prices hereinafter mentioned and in accordance with the instructions of the City’s Project Manager, who is Dannette Allen, Principal Management Analyst, (909) 839-7012. 2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY/PRIORITY OF DOCUMENTS: The Plans and Specifications are incorporated herein by reference and made a part hereof with like force and effect as if set forth in full herein. The Plans, Contractor’s Bid dated April 26, 2023 together with this Agreement shall constitute the entire agreement between the parties. This Agreement is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the Contractor whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this Agreement, the following order of precedence shall apply: (1) this Agreement; (2) the Plans and Specifications; and (3) Contractor's Bid. 3. COMPENSATION: Contractor agrees to receive and accept the prices set forth in its Bid Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation in the amount of Three Hundred and Fifty-Five Thousand Sixty-Five Dollars and Seventy Cents ($355,065.70) shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the 5.6.b Packet Pg. 76 1450800.1 2 elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension or discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. Final payment to Contractor shall be withheld for at least 30 days after the time in which Contractor has verified, to the City's satisfaction, that it has submitted all information to the Department of Industrial Relations required by Labor Code §1773.3. 4. TERM OF AGREEMENT/LIQUIDATED DAMAGES: Contractor agrees to complete the work within three hundred and sixty-nine (369) working days from the date of the notice to proceed (the “Completion Date”). Contractor agrees further to the assessment of liquidated damages in the amount of $500 dollars for each calendar day the work remains incomplete beyond the expiration of the Completion Date. City may deduct the amount thereof from any monies due or that may become due the Contractor under this Agreement. Progress payments made after the scheduled Completion Date shall not constitute a waiver of liquidated damages. 5. INSURANCE: Contractor shall not commence work under this Agreement until it has obtained all insurance required hereunder in a company or companies acceptable to City nor shall the Contractor allow any sub-contractor to commence work on his sub-contract until all insurance required of the sub-contractor has been obtained. The Contractor shall take out and maintain at all times during the life of this contract the following policies of insurance: a. Workers' Compensation Insurance: Before beginning work, the Contractor shall furnish to the City a certificate of insurance as proof that he has taken out full workers' compensation insurance for all persons whom he may employ directly or through sub-contractors in carrying out the work specified herein, in accordance with the laws of the State of California. Such insurance shall be maintained in full force and effect during the period covered by this contract. In accordance with the provisions of Section 3700 of the California Labor Code, every Contractor shall secure the payment of compensation to his employees. The Contractor, prior to commencing work, shall sign and file with the City a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workers' compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of work of this contract." b. For all operations of the Contractor or any sub-contractor in performing the work provided for herein, insurance with the following minimum limits and coverage: 1) General Liability - $2,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability insurance or other form with a general aggregate limit is used, either the general aggregate limit 5.6.b Packet Pg. 77 1450800.1 3 shall apply separately to this Agreement or the general aggregate limit shall be twice the required occurrence limit. 2) Automobile - $2,000,000 per accident for bodily injury and property damage. 3) Employer's Liability - $1,000,000 per accident for bodily injury or disease. c. Each such policy of insurance provided for in paragraph b. shall: 1) Be issued by an insurance company approved in writing by City, which is authorized to do business in the State of California. 2) Name as additional insured the City of Diamond Bar, its officers, agents and employees, and any other parties specified in the bid documents to be so included; 3) Specify it acts as primary insurance and that no insurance held or owned by the designated additional insured shall be called upon to cover a loss under the policy; 4) Contain a clause substantially in the following words: "It is hereby understood and agreed that this policy may not be canceled nor the amount of the coverage thereof reduced until thirty (30) days after receipt by City of a written notice of such cancellation or reduction of coverage." 5) Otherwise be in form satisfactory to the City. d. The policy of insurance provided for in subparagraph a. shall contain an endorsement which: 1) Waives all right of subrogation against all persons and entities specified in subparagraph 4.c.(2) hereof to be listed as additional insured in the policy of insurance provided for in paragraph b. by reason of any claim arising out of or connected with the operations of Contractor or any sub-contractor in performing the work provided for herein; 2) Provides it shall not be canceled or altered without thirty (30) days' written notice thereof given to City. e. The Contractor shall, prior to performing any work under this Agreement, deliver to the City Manager or his designee the original policies of insurance required in paragraphs a. and b. hereof, or deliver to the City Manager or his designee a certificate of the insurance company, showing the issuance of such insurance, and the additional insured and other provisions required herein. f. Self Insured Retention/Deductibles. All policies required by this Agreement shall allow City, as additional insured, to satisfy the self- 5.6.b Packet Pg. 78 1450800.1 4 insured retention (“SIR”) and/or deductible of the policy in lieu of the Owner (as the named insured) should Contractor fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City Attorney and the Finance Director. Contractor understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Contractor as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Contractor’s behalf upon the Contractor’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 Contractor for breach of this Agreement in addition to any other damages incurred by City due to the breach. 6. PREVAILING WAGE: Notice is hereby given that in accordance with the provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public works is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar, 21810 Copley Drive, Diamond Bar, California, and are available to any interested party on request. Contractor shall cause a copy of such determinations to be posted at the job site. Contractor shall forfeit, as penalty to City, not more than two hundred dollars ($200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this Agreement, by him or by any sub-contractor under him. Contractor and any of its sub-contractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015 to a person not registered. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 7. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section 1777.5 of the Labor Code, and in accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the performance of the work. Contractor is required to make contribution to funds established for the administrative of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeship trade on such contracts and if other Contractors on the public works site are making such contributions. Contractor and sub-contractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the 5.6.b Packet Pg. 79 1450800.1 5 Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 8. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's work for all workmen employed in the execution of this Agreement, and the Contractor and any sub-contractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. Contractor shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman or mechanic employed in the execution of the contract, by him or any sub-contractor under him, upon any of the work hereinbefore mentioned, for each calendar day during which the laborer, workman or mechanic is required or permitted to labor more than eight (8) hours in violation of the Labor Code. 9. TRAVEL AND SUBSISTENCE PAY: Contractor agrees to pay travel and subsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 10. CONTRACTOR'S LIABILITY: The City and its officers, agents and employees ("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers or employees of Contractor, of its sub-contractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. Contractor shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever. Contractor will indemnify Indemnities against and will hold and save Indemnitees harmless from any and all actions, claims, damages to persons or property, penalties, obligations or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of Contractor, its agents, employees, sub-contractors or invitees provided for herein, whether or not there is concurrent passive negligence on the part of City. In connection therewith: a. Contractor will defend any action or actions filed in connection with any such claims, damages, penalties, obligations or liabilities and will pay all costs and expenses, including attorneys' fees, expert fees and costs incurred in connection therewith. b. Contractor will promptly pay any judgment rendered against Contractor or Indemnitees covering such claims, damages, penalties, obligations and liabilities arising out of or in connection with such work, operations or activities of Contractor hereunder, and Contractor agrees to save and hold the Indemnitees harmless therefrom. c. In the event Indemnitees are made a party to any action or proceeding filed or prosecuted against Contractor for damages or other claims arising out of or in connection with the work, operation or activities hereunder, Contractor agrees to pay to Indemnitees 5.6.b Packet Pg. 80 1450800.1 6 and any all costs and expenses incurred by Indemnitees in such action or proceeding together with reasonable attorneys' fees. Contractor's obligations under this section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of City under any provision of this Agreement, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. So much of the money due to Contractor under and by virtue of the contract as shall be considered necessary by City may be retained by City until disposition has been made of such actions or claims for damages as aforesaid. 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. This indemnity provision shall survive the termination of the Agreement and is in addition to any other rights or remedies which Indemnitees may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverage which may have been required under this Agreement or any additional insured endorsements which may extend to Indemnitees. Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the Contractor regardless of any prior, concurrent, or subsequent passive negligence by the Indemnitees. 11. NON-DISCRIMINATION: Pursuant to Labor Code Section 1735, no discrimination shall be made in the employment of persons in the work contemplated by this Agreement because of the race, color, sex, mental disability, physical disability, religion or other reason set forth in Government Code § 12940 of such person. Contractor agrees to post in conspicuous places available to employees and applications, a notice setting forth provisions of this non-discrimination clause. A violation of this section exposes the Contractor to the penalties provided for in Labor Code Section 1735. 12. PAYMENT FUND: A City Council resolution established a Project Payment Account, encumbered money in the current budget, and assigned that money to the Project Payment Account, which is the sole source of funds available for payment of the contract sum set forth in Section 3 of this Agreement. Contractor understands and agrees that Contractor will be paid only from this special fund and if for any reason this fund is not sufficient to pay Contractor, Contractor will not be entitled to payment. The availability of money in this fund, and City's ability to draw from this fund, are conditions precedent to City's obligation to make payments to Contractor. 5.6.b Packet Pg. 81 1450800.1 7 13. PRESENTATION OF CLAIMS: Any claim, as that term is defined in Public Contract Code §9204, shall be submitted in accordance with Section 9204 and shall contain a sufficient description of the claim, the basis therefore and documentation in support of the claim. The claim shall be processed as more fully set forth in the Plans and Specifications. 14. TERMINATION: This Agreement may be terminated by the City for any reason upon the giving of a written "Notice of Termination" to Contractor at least thirty (30) days prior to the date of termination specified in the notice. Upon receipt of such notice, Contractor shall immediately cease work, unless otherwise directed by the Notice of Termination. In the event of such termination, Contractor shall be paid for services satisfactorily rendered and expenses reasonably and necessarily incurred prior to the effective date of termination, unless the Notice of Termination is issued for cause, in which event the City may withhold any disputed compensation. Contractor shall not be entitled to any claim for lost profits. State of California Contractor’s License No. 824410 Contractor’s Business Phone: (562) 777-1009 Contractor’s emergency phone which can be reached at any time: (714) 251-8567 IN WITNESS WHEREOF, the parties hereto have executed this Agreement with all the formalities required by law on the respective dates set forth opposite their signatures. EIDIM Group, Inc. dba EIDIM AV Technology By: Andrew W. Bang Title: President/CEO Date: By: Title: Date: CITY OF DIAMOND BAR, CALIFORNIA By: _____________________________________ Daniel Fox, City Manager __________________________ 5.6.b Packet Pg. 82 1450800.1 8 Date ATTEST: By: _____________________________________ Kristina Santana, CITY CLERK __________________________ Date APPROVED AS TO FORM: _____________________________________ Omar Sandoval, CITY ATTORNEY _____________________________ Date *NOTE: If Contractor is a corporation, the City requires the following signature(s): -- The Chairman of the Board, the President or a Vice-President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR -- The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to the City. 5.6.b Packet Pg. 83 1293492.1 DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. _______FP 23504_______ All Questions Regarding This Project Are to Be Directed To: Dannette Allen Senior Management Analyst City of Diamond Bar (909)839-7012 Andrew Chou, Mayor Stan Liu, Mayor Pro Tem Ruth M. Low, Council Member Chia Yu Teng, Council Member Steve Tye, Council Member Daniel Fox, City Manager MARCH 2023 5.6.c Packet Pg. 84 CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. FP 23504 PREPARED BY: City of Diamond Bar Diamond Bar, CA 91765 TELEPHONE: (909) 839-7012 Electronic responses shall be submitted via the City’s secure online bidding system. All required sections of the response must be submitted via the website. Respondent is solely responsible for “on time” submission of their electronic response. The Bid Management System will not accept late submittals and no exceptions shall be made. Respondents will receive a confirmation number with a time stamp from the Bid Management System indicating that their response was submitted successfully. Bid must be received by 2:00pm on April 26, 2023. Via the City’s online Bid Management System (Planet Bids). 1293492.1 APPROVED BY CITY ENGINEER: 03/15/2023 5.6.c Packet Pg. 85 1293492.1 TABLE OF CONTENTS ITEMS PAGES PART I - BIDDING AND CONTRACTUAL DOCUMENTS NOTICE INVITING SEALED BIDS 1 - 3 INFORMATION FOR BIDDERS 4 - 13 PROPOSAL FORM 14 - 15 BID SCHEDULE 16 - 18 LIST OF SUBCONTRACTORS 19 - 20 DECLARATION OF ELIGIBILITY TO CONTRACT 21 - 22 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 23 CONTRACTOR INDUSTRIAL SAFETY RECORD 24 AFFIDAVIT FOR CO-PARTNERSHIP FIRM 25 AFFIDAVIT FOR CORPORATION BIDDER 26 AFFIDAVIT FOR INDIVIDUAL BIDDER 27 AFFIDAVIT FOR JOINT VENTURE 28 FAITHFUL PERFORMANCE BOND 29 - 30 LABOR AND MATERIAL BOND 31 - 32 BID BOND 33 - 34 CERTIFICATE OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION 35 CERTIFICATE WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS AND SUBCONTRACTS 36 NON-COLLUSION AFFIDAVIT CONTRACT AGREEMENT PART II - GENERAL PROVISIONS 37 38-44 GP-1 – GP-11 5.6.c Packet Pg. 86 1293492.1 TABLE OF CONTENTS (Continued) SP-1 – SP-8 TP-1 – TP-10 PART III - SPECIAL PROVISIONS PART IV - TECHNICAL PROVISIONS STATEMENT OF WORK PLANS & SPECIFICATIONS PART V - APPENDICES BILL OF MATERIALS W/ MSRP & ESTIMATED SHIP DATE SAMPLE CABLE TEST REPORT 5.6.c Packet Pg. 87 1293492.1 PART I BIDDING AND CONTRACTUAL DOCUMENTS 5.6.c Packet Pg. 88 1 1293492.1 CITY OF DIAMOND BAR NOTICE INVITING SEALED BIDS FOR WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. ______FP 23504_____ RECEIPT OF PROPOSALS: Bid’s shall be submitted via the City’s secure online bidding system by Wednesday, April, 26, 2023 by 2:00pm. All required sections of the response must be submitted via the website. Respondent is solely responsible for “on time” submission of their electronic response. The Bid Management System will not accept late submittals and no exceptions shall be made. Respondents will receive a confirmation number with a time stamp from the Bid Management System indicating that their response was submitted successfully. The bidder is solely responsible for “on time” submission of their electronic bid. The City will only consider bids that have been transmitted successfully and have been issued an e-bid confirmation number with a time stamp from the Bid Management System indicating that bid was submitted successfully. Transmission of bids by any other means will not be accepted. Bidder shall be solely responsible for informing itself with respect to the proper utilization of the bid management system. No proposal will be considered from a Contractor who is not licensed as a Class C-7 contractor at time of award in accordance with the provisions of the Contractor’s License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. The proposals will be opened electronically and made open to all bidders, immediately after the closing date and time Wednesday, April, 26, 2023 at 2:00 pm. MANDATORY JOB WALK: A mandatory job walk will be held on Wednesday, April 5, 2023 at 10:00 am at City Hall, 21810 Copley Dr. Diamond Bar CA 91765. DESCRIPTION OF WORK: The work to be performed or executed under these plans and specifications consists of and includes audio visual & production control systems upgrades; and other incidental and appurtenant work necessary for the proper construction of the contemplated improvements, as indicated on the project plans for Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Project. COMPLETION OF WORK: All work shall be completed within three hundred sixty-nine (369) working days after the Notice to Proceed is issued by the City. 5.6.c Packet Pg. 89 2 1293492.1 ENGINEER'S ESTIMATE: The Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Project is estimated to cost three hundred sixty thousand dollars ($360,000), all in accordance with the provisions of the Plans, Specifications, Notices and Instructions to Bidders. OBTAINING CONTRACT DOCUMENTS: Plans, Specifications and all contract documents may be obtained via the City’s secure online bidding system (Planet Bids). PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of ten percent (10%) of the bid price payable to the City of Diamond Bar as a guarantee that the bidder, if his proposal is accepted, will promptly execute the contract, secure payment of Workmen's Compensation Insurance, furnish a satisfactory Faithful Performance Bond in the amount of one hundred percent (100%) of the total bid price, and a Labor and Material Bond in an amount not less than one hundred percent (100%) of the contract price. Said bonds to be secured from a surety company authorized to do business in the State of California, and subject to the approval of the City Attorney. MINIMUM QUALIFICATIONS OF BIDDERS: Prospective bidders should examine the minimum qualifications found in number 15 of the “Information for Bidders” section, pages 4 through 8. Bidders who do not meet the minimum qualifications should not submit a bid, as the bids will be considered nonresponsive. PREVAILING WAGE RATE: As required by the California Labor Code, Section 1770 et seq. the City Council of the City of Diamond Bar incorporates herein by reference the general prevailing rate of per diem wages as determined by the Director of Industrial Relations of the State of California. Copies of the prevailing rate of per diem wages are on file in the office of the City Clerk and will be made available to any interested party upon request. In accordance with the Labor Code, no workman employed upon work under this contract shall be paid less than the above referenced prevailing wage rate. A copy of said rates shall be posted at each job site during the course of construction. CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars ($200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by any subcontractor under him. Any classification omitted herein shall be paid not less than the prevailing wage scale as established for similar work in the 5.6.c Packet Pg. 90 3 1293492.1 particular area, and all overtime shall be paid at the prevailing rates as established for the particular area. Sunday and holiday time shall be paid at the wage rates determined by the Director of Industrial Relations. CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. PAYMENT: Payment will be made to the Contractor in accordance with the Specifications. CITY'S RIGHTS RESERVED: The City of Diamond Bar reserves the right to reject any and all proposals or bids, should it deem this necessary for the public good, and also the bid of the bidder who has been delinquent or unfaithful in any former contract with the City of Diamond Bar. No bidder may withdraw his bid for a period of thirty (30) days after the date of the bid opening. BID AWARD: Subject to the reservations noted above, the contract will be awarded to the lowest responsible bidder. 5.6.c Packet Pg. 91 4 1293492.1 INFORMATION FOR BIDDERS 1.PREPARATION OF BID FORM: The City invites bids on the form attached to be submitted at such time and place as is stated in the Notice Inviting Sealed Bids. All bids should be made in accordance with the provisions of the Standard Specifications for Public Works Construction, Latest Edition (with all supplements). All blanks on the bid form must be appropriately filled in. All bids shall be submitted electronically via the City’s secure online bidding system. It is the sole responsibility of the bidder to see that the bid is transmitted and received successfully in the proper time. Any bid received after the scheduled closing time or outside of the City’s secure online bidding system, will be returned to the bidder unopened. 2.PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a cashier's or certified check or by a bid bond in the amount of not less than ten percent (10%) of the amount named in the proposal. Said check or bond shall be made payable to the City Clerk of the City of Diamond Bar and shall be given as a guarantee that the bidder, if awarded the work, will enter into a contract within ten (10) days after written notice of the award and will furnish the necessary bonds as hereinafter provided. In case of refusal or failure to enter said contract, the check or bond, as the case may be, shall be forfeited to the City. No bidder's bond will be accepted unless it conforms substantially to the form furnished by the City, which is bound herein, and is properly filled out and executed. 3. SIGNATURE: The bid must be signed in the name of the bidder and must bear the signature in longhand of the person or persons duly authorized to sign the bid on behalf of the bidder. 4. MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work bid upon, alternative proposals or any other modifications of the bid form which is not specifically called for in the contract documents may result in the Owner's rejection of the bid as not being responsive to the invitation to bid. No oral or telephonic modification of any bid submitted will be considered. The bid submitted must not contain any erasures, interlineation, or other corrections unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction the surname or surnames of the person or persons signing the bid. 5. DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between words and figures, the words shall prevail. If the amounts bid on individual items (if called for) do not in fact add to the total amount shown by the bidder, the correctly added total of 5.6.c Packet Pg. 92 5 1293492.1 the individual items shall prevail over the total figure shown. The estimated quantities and amounts are for the purpose of comparison of bids only. The City Council of the City of Diamond Bar reserves the right to reject any or all bids and to waive any irregularity or informality in any bid to the extent permitted by law. 6.MANDATORY JOB WALK / BIDDER'S EXAMINATION OF SITE: A mandatory job walk will be held on Wednesday, April 5, 2023 at 10:00 am, at City Hall, 21810 Copley Dr. Diamond Bar CA 91765. Each bidder shall examine carefully the site of the proposed work and the contract documents therefore. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered as to the character, quality, and quantity of materials to be furnished, and as to the requirements of the contract, specifications and drawings. The name of the individual who examined the site of the work and the date of such examination shall be stated in the proposal. By submitting a bid, the bidder will be held to have personally examined the site and the drawings, to have carefully read the specifications, and to have satisfied himself as to his ability to meet all the difficulties attending the execution of the proposed contract before the delivery of his proposal, and agrees that if he is awarded the contract, he will make no claim against the City of Diamond Bar based on ignorance or misunderstanding of the contract provisions. 7.WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by written request, or by telegraphic request confirmed in the manner specified above at any time prior to the scheduled closing time for receipt of bids. 8.INSURANCE AND BONDS: The Contractor shall not commence work under this contract until he has secured all insurance and bonds required under this section nor shall he allow any subcontractor to commence work on this subcontract until all similar insurance issued in compliance with this section shall be issued in the form, and be an insurer of the insurers, satisfactory to and first approved by the City in writing. Certificates of Insurance in the amounts required shall be furnished by the Contractor to the City prior to the commencement of work. The Contractor shall maintain adequate Workmen's Compensation Insurance under the laws of the State of California for all labor employed by him or by any subcontractor under him who may come within the protection of such Workmen's Compensation Insurance laws. 5.6.c Packet Pg. 93 6 1293492.1 The Contractor shall maintain public liability insurance to protect said Contractor and the City against loss from liability imposed by law, for damages on account of bodily injury, including death resulting therefrom, suffered or alleged to have been suffered by any person or persons, other than employees, resulting directly or indirectly from the performance or execution of this contract or any subcontract thereunder, and also to protect said Contractor and the City against loss from liability imposed by law, for damage to any property. Damage insurance shall be maintained by the Contractor in full force and effect during the entire period of performance under this contract, in the amount of not less than $2,000,000 for one person injured in the accident and in the amount of not less than $2,000,000 for more than one person injured in one accident and in the amount of not less than $1,000,000 with respect to any property damage aforesaid. The Contractor shall secure with a responsible corporate surety, or corporate sureties, satisfactory bonds conditioned upon faithful performance by the Contractor of all requirements under the contract and upon the payment of claims of materials, men and laborers thereunder. The Faithful Performance Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payment to be made under the contract computed on the basis of the prices stated in the proposal. The Labor and Material Bond shall be in the sum of not less than one hundred percent (100%) of the estimated aggregate amount of the payments to be made under the contract computed on the basis of the prices stated in the proposal. 9.INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating submitting a bid for proposed contract is in doubt as to the true meaning of any part of the drawings, specifications, or other contract documents, or finds discrepancies in, or omissions from the drawings and specifications, he may submit to the City a written request for an interpretation or correction thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by Addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract document. No person is authorized to make any oral interpretation of any provision in the contract documents to any bidder, and no bidder is authorized to rely on any such unauthorized oral interpretation. 10. DISQUALIFICATION OF BIDDERS: More than one proposal from an individual, firm partnership, corporation, or association under the same or different names, will not be considered. Reasonable 5.6.c Packet Pg. 94 7 1293492.1 grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such bidder is interested. If there is reason for believing that collusion exists among the bidders, all bids will be rejected and none of the participants in such collusion will be considered in future proposals. No award will be made to any bidder who cannot give satisfactory assurance as to his ability to carry out the Contract, both from his financial rating and by reason of his previous experience as a Contractor on work of the nature contemplated in the Contract. The bidder may be required to submit his record of work of similar nature to that proposed under these specifications, and unfamiliarity with the type of work may be sufficient cause for rejection of the bid. 11.INELIGIBLE SUBCONTRACTORS: The successful bidder shall be prohibited from performing work on this project with a subcontractor who is ineligible to perform work on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code. 12.AWARD OF CONTRACT: No proposal will be considered from a Contractor who is not licensed as a Class C-7 contractor at time of award in accordance with the provisions of the Contractor’s License Law (California Business and Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant thereto or to whom a proposal form has not been issued by the City of Diamond Bar. The City may award the Contract to the lowest responsible bidder on the total base bid. Bids will be compared on the basis of the lowest possible cost relative to the alternate or alternates selected and the Contract, if awarded, will be awarded to a responsible bidder whose proposal complies with the requirements of these specifications. The award, if made, will be made within ninety (90) calendar days after the opening of the proposals; provided that the award may be made after said period of the successful bidder shall not have given the City written notice of the withdrawal of his bid. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Public Contract Code §4104, or engage in the performance of any contract for public work, as defined in the Public Contract Code, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of Labor Code §1771.1 for an unregistered contractor to submit a bid that is authorized by Business and Professions Code § 7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided 5.6.c Packet Pg. 95 8 1293492.1 the contractor is registered to perform public work pursuant to Labor Code § 1725.5 at the time the contract is awarded. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. The prime contractor is required to post job sits as prescribed by regulation pursuant to Labor Code § 1771.4 and all contractors must secure the payment of compensation to its employees pursuant to Labor Code § 1869. 13. ALTERNATES: If alternate bids are called for, the Contract may be awarded at the election of the governing board to the lowest responsible bidder on the base bid, or on the base bid and any specified alternate(s). 14.COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder, consideration will be given not only to the financial standing but also to the general competency of the bidder including qualifications, references, proper licensing, adequate workforce and experience for the performance of the work covered by the proposal. 15. QUALIFICATION OF BIDDERS: Each bidder shall be skilled and regularly engaged in the general class (C-7) or type of work called for under the contract. A statement setting forth his/her experience shall be submitted by each bidder on the EXPERIENCE STATEMENT form provided. In addition, the following certifications are required: •Crestron DMC-E-4K, DM-NVX-N, and DMC-D-4K Certification •Crestron Certified Gold Programmer •BiAmp Tesira Certified Programmer •Avixa CTS-D and CTS-I Bidder must have a minimum of five (5) years of experience and have completed three or more, similar projects, in the last five (5) years. 5.6.c Packet Pg. 96 9 1293492.1 EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past five years. Only projects in excess of $250,000 each qualify as similar for this project. 1. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted 2. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted 3. Project Title Contract Amount Type of Work Client Agency Project Manager Phone Date Completed % Subcontracted NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal of his current financial condition. Bidder's Signature 5.6.c Packet Pg. 97 10 1293492.1 Each bidder shall possess a valid Contractor's License issued by the Contractor's State License Board at the time his/her bid is submitted. The class of license shall be applicable to the work specified in the contract. Each bidder shall also have no less than five (5) years of experience in the magnitude and character of the work bid. Bidder Qualifications called for to be submitted at time of bid include, but are not necessarily limited to: 1. The Contractor shall have been in business under the same name and California Contractors License for a minimum of five (5) continuous years prior to the bid opening date for this Project. The license used to satisfy this requirement shall be of same type required by the contract. 2. License classification shall be as required by the contract specifications. 3.The Contractor shall have five (5) years of experience in the application of Polymer Modified Asphaltic Emulsion Chip Seal. 4. The Contractor shall perform at least 50% of contract with its own forces. 16.LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 and following). Forms for this purpose are furnished with the contract documents. The name and location of business of any subcontractor who will perform work exceeding 1/2 of 1% of the prime contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater, must be submitted with the bid. Any other information regarding the foregoing subcontractors that is required by City to be submitted may be submitted with the bid, or may be submitted to City up to 24 hours after the deadline established herein for receipt of bids. The additional information must be submitted by the bidder to the same address and in the same form applicable to the initial submission of bid. 17.WORKER'S COMPENSATION: In accordance with the provisions of Section 3700 of the Labor Code, the Contractor shall secure the payment of compensation to his employees. The Contractor shall sign and file with the City the following certificate prior to performing the work under this contract: "I am aware of theprovisions of Section 3700 of the Labor Code which require 5.6.c Packet Pg. 98 11 1293492.1 compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." The form of such certificate is included as part of the contract documents. 18.BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being at the discretion of the City, will be held for ninety (90) days or until posting by the successful bidder of the Bonds required and return of executed copies of the Agreement, whichever first occurs, at which time the deposits will be returned after consideration of the bids. 19. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the agreement form provided, and shall secure all insurance and bonds as herein provided within ten (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the Contract, the City may award the Contract to the next lowest responsible bidder or re-advertise. On the failure or refusal of the lowest responsible bidder or next lowest responsible bidder to execute the Contract, such bidder's guarantees shall be likewise forfeited to the City. 20."OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380) Government Code, all specifications shall be deemed to include the words "or equal", provided however that permissible exceptions hereto shall be specifically noted in the specifications. 21. EMPLOYMENT OF APPRENTICES: The Contractor, and all subcontractors, shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968), and 1777.6 of the California Labor Code concerning the employment of apprentices. The Contractor and any subcontractor under him shall comply with the requirements of said sections in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code section, for all apprentice able occupations, regardless of any other contractual or employment relationships alleged to exist. In addition to the above State Labor Code Requirements regarding the employment of apprentices and trainees, the Contractor and 5.6.c Packet Pg. 99 12 1293492.1 all subcontractors shall comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR). 22.EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid is under consideration for the award of the Contract shall submit promptly to the City satisfactory evidence showing the bidder's financial resources, his construction experience, and his organization and plant facilities available for the performance of the contract. 23.WAGE RATES: The Contractor and/or subcontractor shall pay wages as indicated in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor shall forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for laborers, workmen, or mechanics employed for each calendar day, or portion thereof, if such laborer, workman or mechanic employed is paid less than the general prevailing rate of wages herein referred to and stipulated for any work done under the proposed contract, by him, or by any subcontractor under him, in violation of the provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies of all collective bargaining agreements relating to the work as set forth in the aforementioned Labor Code are on file with the Department of Industrial Relations, Division of Labor Statistics and Research. 24.PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business license prior to the issuance of the first payment made under this Contract. Any work required within Caltrans right-of-way will require a separate permit to be obtained by the Contractor. 25.TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to commence work on or before the date of written "Notice to Proceed" of the City and to fully complete the project within three hundred sixty-nine (369) working days thereafter. Bidder must agree also to pay as liquidated damages, the sum of five hundred dollars ($500.00) for each calendar day thereafter. 26.CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Bidder shall process the Claim in accordance with Section 9204. In summary, if the Bidder decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim may include a Claim by a subcontractor or 5.6.c Packet Pg. 100 13 1293492.1 a lower tier subcontractor meeting the requirements of Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Bidder, the City will conduct a reasonable review of the Claim and provide the Bidder with a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60 days after the City issues its written statement. If the City does not provide a written statement within the time specified, the Claim shall be deemed rejected. If the Bidder disputes the City's written statement or if the Claim is deemed rejected, the Bidder may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Bidder with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding mediation in accordance with Section 9204(c)(2)(B), unless the Bidder and City waive the mediation upon mutual written agreement. 27.CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction and services by sub-recipients, the conflict-of-interest provisions in (State LCA-24 CFR 85.36 and Non-Profit Organizations – 24 CFR 84.4), OMB Circular A-110, and 24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub-recipient shall participate in selection or in award of administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. 5.6.c Packet Pg. 101 14 1293492.1 BIDDER'S PROPOSAL CITY OF DIAMOND BAR WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. FP 23504 Date , 20 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a)That the only persons or parties interested in this proposal as principals are the following: (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co-partnership, give the name, under which the co-partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b)That this proposal is made without collusion with any person, firm or corporation. (c)That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d)That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. (e)That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. 5.6.c Packet Pg. 102 15 1293492.1 (f)That, if this bid is accepted, he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. (g)That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City of Diamond Bar in the sum of DOLLARS ($ ). Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound surety company authorized to transact business in this state. It is understood and agreed that should the bidder fail within ten (10) days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this Contract is entered into and said bonds are furnished, or if the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. Address of Bidder Telephone of Bidder City Zip Code Signature of Bidder 5.6.c Packet Pg. 103 16 1293492.1 BID SCHEDULE CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. FP 23504 ITEM NO. ESTIMATED QUANTITY UNIT DESCRIPTION WRITTEN IN WORDS UNIT PRICE AMOUNT 1 1 1 Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Project MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES)→ TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): 5.6.c Packet Pg. 104 17 1293492.1 Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is (Insert "$ cash", "cashier's check", "certified check", or "bidder's bond" as the case may be) in the amount equal to at least ten percent (10%) of the total bid. The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null and void. NAME OF BIDDER (PRINT) SIGNATURE DATE ADDRESS CITY ZIP CODE TELEPHONE STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION 5.6.c Packet Pg. 105 18 1293492.1 I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business and Professional Code Section 7028.15. CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER 5.6.c Packet Pg. 106 19 1293492.1 LIST OF SUBCONTRACTORS * BID OPENING DATE WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT NO. FP 23504 LOCATION: 21810 Copley Dr., Diamond Bar CA 91765 CLIENT: City of Diamond Bar CONTRACTOR Name Under Which Subcontractor is Licensed License No. Address of Office, Mail, or Shop Percent of Total Contract Specific Description of Subcontract *In compliance with the provisions of the Public Contract Code Section 4104, the undersigned bidder herewith sets forth the name, 5.6.c Packet Pg. 107 20 1293492.1 location of the place of business, and California contractor license of each Subcontractor – who will perform work or labor or render service to the Prime Contractor, specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General Contractor’s total base bid amount or, in the case of bids or offers for the construction of streets or highways, including bridges in excess of one-half of 1 percent (0.5%)of the Prime Contractor’s total base bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. 5.6.c Packet Pg. 108 21 1293492.1 DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1; Public Contract Code Section 6109] The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1.The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3.The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works 5.6.c Packet Pg. 109 22 1293492.1 project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of ________________, 2022, at ___________________ (place of execution). Signature Name: Title: Name of Contractor: _____________________________ 5.6.c Packet Pg. 110 23 1293492.1 BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? YES NO If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor’s failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 5.6.c Packet Pg. 111 24 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification Bid Date This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data, which he would like, taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. ITEM 5 CALENDAR YEARS PRIOR TO CURRENT YEAR CURRENT YEAR 2018 2019 2020 2021 2022 TOTA L 2023 No. of Contracts Total dollar amount of contracts (in 1,000’s) No. of lost workday cases No. of lost work day cases involving permanent transfer to another job or termination of employment No. of lost workdays *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of these records. ________________________________ Signature ________________________________ State Contractor’s Lic. No. & Class ________________________________ _____________________________ Name of Bidder (Print) ______________________________ Address ______________________________ City Zip Code 1293492.1 Telephone 5.6.c Packet Pg. 112 25 1293492.1 AFFIDAVIT FOR CO-PARTNERSHIP FIRM STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is a member of the co-partnership firm designated as which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co-partnership by who constitute the other members of the co-partnership. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 5.6.c Packet Pg. 113 26 1293492.1 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is of, a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 5.6.c Packet Pg. 114 27 1293492.1 AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) 5.6.c Packet Pg. 115 28 1293492.1 AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: ; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20 Signature of Officer Administering Oath (Notary Public) BOND No.________________ 5.6.c Packet Pg. 116 29 1293492.1 FAITHFUL PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful performance of the Contract. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of Dollars ($______________), this amount being not less than the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her, or its, heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and covenants, conditions and agreements in the Contract and any alteration thereof made as therein provided, on the Principal's part to be kept and performed, all within the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and hold harmless City, its officers, agents, and others as therein provided, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. 5.6.c Packet Pg. 117 30 1293492.1 In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration, addition or modification to the terms of the Contract, or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. The City is the principal beneficiary of this bond and has rights of a party hereto. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: __________________ "Principal" "Surety" ______________________________ _______________________________ ______________________________ _______________________________ By:___________________________ By:____________________________ Its Its By:___________________________ By:____________________________ Its Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in- fact must be attached. (Seal) (Seal) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By:___________________________ Insurance Administrator BOND No.________________ 5.6.c Packet Pg. 118 31 1293492.1 PAYMENT BOND (LABOR AND MATERIAL) KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar ("City"), has awarded to (Name and address of Contractor) ("Principal"), a contract (the "Contract") for the work described as follows: WHEREAS, Principal is required under the terms of the Contract and the California Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto City in the penal sum of Dollars ($________________), this amount being not less than one hundred (100%) of the total contract price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his, her or its heirs, executors, administrators, successors, or assigns, or subcontractors shall fail to pay any of the persons named in Section 3181 of the California Civil Code, or any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect to work or labor performed under the Contract, the Surety will pay for the same in an amount not exceeding the penal sum specified in this bond; otherwise, this obligation shall become null and void. This bond shall insure to the benefit of any of their persons named in Section 3181 of the California Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon the bond. In case suit is brought upon this bond, Surety further agrees to 5.6.c Packet Pg. 119 32 1293492.1 pay all court costs and reasonable attorneys' fees in an amount fixed by the court. FURTHER, the Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, addition, or modification to the terms of the Contract or of the work to be performed thereunder, or the specifications for the same, shall in any way affect its obligations under this bond, and it does hereby waive notice of any such change, extension of time, alteration, addition, or modification to the terms of the Contract or to the work or to the specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845 and 2849. IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated "Principal" "Surety" ______________________________ _______________________________ ______________________________ _______________________________ By: ___________________________ By: ____________________________ Its Its By: ___________________________ By: ____________________________ Its Its Notary Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in- fact must be attached. (Seal) (Seal) APPROVED AS TO SURETY AND PRINCIPAL AMOUNT By: ___________________________ Insurance Administrator BOND No._________________ 5.6.c Packet Pg. 120 33 1293492.1 BID BOND KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar (“City”), has issued an invitation for bids for the work described as follows: ____________________________________________________ Project No. _____ WHEREAS (Name and address of Bidder) ("Principal"), desires to submit a bid to Public Agency for the work. WHEREAS, bidders are required under the provisions of the California Public Contract Code to furnish a form of bidder's security with their bid. NOW, THEREFORE, we, the undersigned Principal, and (Name and address of Surety) ("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are held and firmly bound unto Public Agency in the penal sum of Dollars($______________), being not less than ten percent (10%) of the total bid price, in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is awarded a contract for the work by City and within the time and in the manner required by the bidding specifications, entered into the written form of contract included with bidding specifications, furnishes the required bonds, one to guarantee faithful performance and the other to guarantee payment for labor and materials, and furnishes the required insurance coverages, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect. 5.6.c Packet Pg. 121 34 1293492.1 In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby waives the provisions of California Civil Code § 2845. IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof, have been duly executed by Principal and Surety, on the date set forth below, the name of each corporate party being hereto affixed and these presents duly signed by its undersigned representative(s) pursuant to authority of its governing body. Dated: "Principal" "Surety" ______________________________ _______________________________ ______________________________ _______________________________ By: ___________________________ By: ____________________________ Its Its By: ___________________________ By: ____________________________ Its Its Note: This bond must be dated, all signatures must be notarized, and evidence of the authority of any person signing as attorney-in- fact must be attached. (Seal) (Seal) 5.6.c Packet Pg. 122 35 1293492.1 CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that it does not discriminate in its employment with regards to race, religion, sex, or national origin; that it is in compliance with all federal, state, and local directives and executive orders regarding non-discrimination in employment; and that it will pursue an affirmative course of action as required by the affirmative action guidelines. We agree specifically: 1.To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3.To take affirmative steps to hire minority employees within the company. FIRM TITLE OF OFFICER SIGNING SIGNATURE DATE Please include any additional information available regarding equal opportunity employment programs now in effect within your company: 5.6.c Packet Pg. 123 36 1293492.1 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder , proposed subcontractor , hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. (COMPANY) BY: (TITLE) DATE: , 20 . NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5. (Generally, only contracts or subcontracts of $10,000 or under are exempt). Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 5.6.c Packet Pg. 124 37 1293492.1 NON-COLLUSION AFFIDAVIT TO: THE CITY OF DIAMOND BAR: STATE OF CALIFORNIA ) ) SS COUNTY OF ) , being first duly sworn, deposes and says that he or she is of , the party making the foregoing bid, that the bid is not made in the interest of or on behalf of, any undisclosed person, partnership, company association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited another bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contact or anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature of Bidder STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) Subscribed and sworn to before me this day of ,20 . Notary Public in and for the County of , State of California 5.6.c Packet Pg. 125 38 1293492.1 Bidder Agrees to Execute Agreement In Substantially This Form AGREEMENT The following agreement ("AGREEMENT") is made and entered into, in duplicate, as of the date executed by the Mayor and attested to by the City Clerk, by and between ____________________ hereinafter referred to as the "CONTRACTOR" and the City of Diamond Bar, California, hereinafter referred to as "CITY." WHEREAS, pursuant to Notice Inviting Sealed Bids, bids were received, publicly opened, and declared on the date specified in the notice; and WHEREAS, CITY accepted the bid of CONTRACTOR __________________________ and; WHEREAS, CITY has authorized the Mayor to execute a written contract with CONTRACTOR for furnishing labor, equipment and material for the ___________________________ Project in the City of Diamond Bar. NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is agreed: 1.GENERAL SCOPE OF WORK: CONTRACTOR shall furnish all necessary labor,tools, materials, appliances, and equipment for and do the work for the _________________________Project in the City of Diamond Bar. The work to be performed in accordance with the plans and specifications, dated (The Plans and Specifications) on file in the office of the City Clerk and in accordance with bid prices hereinafter mentioned and in accordance with the instructions of the City Engineer. 2.INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY:The Plans and Specifications are incorporated herein by reference and made a part hereof with like force and effect as if set forth in full herein. The Plans and Specifications, CONTRACTOR'S Bid dated , together with this AGREEMENT, shall constitute the contract between the parties. This AGREEMENT is intended to require a complete and finished piece of work and anything necessary to complete the work properly and in accordance with the law and lawful governmental regulations shall be performed by the CONTRACTOR whether set out specifically in the contract or not. Should it be ascertained that any inconsistency exists between the aforesaid documents and this AGREEMENT, the following order of precedence shall apply: (1) This AGREEMENT; (2) The Plans and Specifications; and (3) Contractor's bid. 3.COMPENSATION: CONTRACTOR agrees to receive and accept the prices set forth in its Bid Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. Final payment to Contractor shall be withheld 5.6.c Packet Pg. 126 39 1293492.1 for at least 30 days after the time in which Contractor has verified, to the City's satisfaction, that it has submitted all information to the Department of Industrial Relations required by Labor Code §1773.3. 4.TERM OF CONTRACT: CONTRACTOR agrees to complete the work within______ (__) calendar days from the date of the notice to proceed. CONTRACTOR agrees further to the assessment of liquidated damages in the amount of ____________ dollars ($_____) for each calendar day the work remains incomplete beyond the expiration of the completion date. CITY may deduct the amount thereof from any monies due or that may become due the CONTRACTOR under this AGREEMENT. Progress payments made after the scheduled date of completion shall not constitute a waiver of liquidated damages. 5.INSURANCE: CONTRACTOR shall not commence work under this contract untilhe has obtained all insurance required hereunder in a company or companies acceptable to CITY nor shall the CONTRACTOR allow any subcontractor to commence work on his subcontract until all insurance required of the subcontractor has been obtained. The CONTRACTOR shall take out and maintain at all times during the life of this contract the following policies of insurance: a.Workers' Compensation Insurance: Before beginning work, theCONTRACTOR shall furnish to the CITY a certificate of insurance as proofthat he has taken out full workers' compensation insurance for all personswhom he may employ directly or through subcontractors in carrying out thework specified herein, in accordance with the laws of the State of California.Such insurance shall be maintained in full force and effect during the periodcovered by this contract. In accordance with the provisions of Section 3700 of the California LaborCode, every CONTRACTOR shall secure the payment of compensation tohis employees. The CONTRACTOR, prior to commencing work, shall signand file with the CITY a certification as follows: "I am aware of the provisions of Section 3700 of the Labor Code whichrequires every employer to be insured against liability for workers'compensation or to undertake self insurance in accordance with theprovisions of that Code, and I will comply with such provisions beforecommencing the performance of work of this contract." b.For all operations of the CONTRACTOR or any sub-contractor in performingthe work provided for herein, insurance with the following minimum limitsand coverage: 1)General Liability - $2,000,000 per occurrence for bodily injury,personal injury and property damage. If Commercial GeneralLiability insurance or other form with a general aggregate limit isused, either the general aggregate limit shall apply separately to thisAGREEMENT or the general aggregate limit shall be twice therequired occurrence limit. 2) Automobile - $1,000,000 per accident for bodily injury and propertydamage. 5.6.c Packet Pg. 127 40 1293492.1 3)Employer's Liability - $1,000,000 per accident for bodily injury ordisease. c.Each such policy of insurance provided for in paragraph b. shall: 1)Be issued by an insurance company approved in writing by CITY,which is authorized to do business in the State of California. 2)Name as additional insured the City of Diamond Bar, its officers,agents and employees, and any other parties specified in the biddocuments to be so included; 3)Specify it acts as primary insurance and that no insurance held orowned by the designated additional insured shall be called upon tocover a loss under the policy; 4)Contain a clause substantially in the following words: "It is hereby understood and agreed that this policy may not becanceled nor the amount of the coverage thereof reduced until thirty(30) days after receipt by CITY of a written notice of such cancellationor reduction of coverage." 5)Otherwise be in form satisfactory to the CITY. d.The policy of insurance provided for in subparagraph a. shall contain anendorsement which: 1)Waives all right of subrogation against all persons and entitiesspecified in subparagraph 4.c.(2) hereof to be listed as additionalinsured in the policy of insurance provided for in paragraph b. byreason of any claim arising out of or connected with the operationsof CONTRACTOR or any subcontractor in performing the workprovided for herein; 2)Provides it shall not be canceled or altered without thirty (30) days'written notice thereof given to CITY. e.The CONTRACTOR shall, prior to performing any work under thisAGREEMENT, deliver to the City Manager or his designee the originalpolicies of insurance required in paragraphs a. and b. hereof, or deliver tothe City Manager or his designee a certificate of the insurance company,showing the issuance of such insurance, and the additional insured andother provisions required herein. f.Self Insured Retention/Deductibles. All policies required by thisAGREEMENT 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 CONTRACTOR fail to pay the SIR ordeductible requirements. The amount of the SIR or deductible shall besubject to the approval of the City Attorney and the Finance Director.CONTRACTOR understands and agrees that satisfaction of thisrequirement is an express condition precedent to the effectiveness of thisAGREEMENT. Failure by CONTRACTOR as primary insured to pay its SIR 5.6.c Packet Pg. 128 41 1293492.1 or deductible constitutes a material breach of this AGREEMENT. Should CITY pay the SIR or deductible on CONTRACTOR’s behalf upon the CONTRACTOR’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 CONTRACTOR for breach of this AGREEMENT in addition to any other damages incurred by CITY due to the breach. 6.PREVAILING WAGE: Notice is hereby given that in accordance with theprovisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the CONTRACTOR is required to pay not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the public works is performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial Relations of the State of California is required to and has determined such general prevailing rates of per diem wages. Copies of such prevailing rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar, 21825 Copley Drive, Diamond Bar, California, and are available to any interested party on request. CITY also shall cause a copy of such determinations to be posted at the job site. CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars ($200.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by any subcontractor under him. CONTRACTOR and any of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a contract for a public work on any public works project awarded after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 7.APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section1777.5 of the Labor Code, and in accordance with the regulations of the California Apprenticeship Council, properly indentured apprentices may be employed in the performance of the work. CONTRACTOR is required to make contribution to funds established for the administrative of apprenticeship programs if he employs registered apprentices or journeymen in any apprenticeship trade on such contracts and if other CONTRACTOR'S on the public works site are making such contributions. CONTRACTOR and subcontractor under him shall comply with the requirements of Sections 1777.5 and 1777.6 in the employment of apprentices. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 8.LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day'swork for all workmen employed in the execution of this contract, and the CONTRACTOR and any sub-contractor under him shall comply with and be governed by the laws of the State of California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as amended. 5.6.c Packet Pg. 129 42 1293492.1 CONTRACTOR shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for each laborer, workman or mechanic employed in the execution of the contract, by him or any sub- CONTRACTOR under him, upon any of the work hereinbefore mentioned, for each calendar day during which the laborer, workman or mechanic is required or permitted to labor more than eight (8) hours in violation of the Labor Code. 9.TRAVEL AND SUBSISTENCE PAY: CONTRACTOR agrees to pay travel andsubsistence pay to each workman needed to execute the work required by this contract as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with Labor Code Section 1773.8. 10.CONTRACTOR'S LIABILITY: The CITY and its officers, agents and employees("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage that may happen to the work or any part thereof, or for any of the materials or other things used or employed in performing the work; or for injury or damage to any person or persons, either workers or employees of CONTRACTOR, of its subcontractors or the public, or for damage to adjoining or other property from any cause whatsoever arising out of or in connection with the performance of the work. CONTRACTOR shall be responsible for any damage or injury to any person or property resulting from defects or obstructions or from any cause whatsoever. CONTRACTOR will indemnify Indemnities against and will hold and save Indemnitees harmless from any and all actions, claims, damages to persons or property, penalties, obligations or liabilities that may be asserted or claimed by any person, firm, entity, corporation, political subdivision, or other organization arising out of or in connection with the work, operation, or activities of CONTRACTOR, its agents, employees, subcontractors or invitees provided for herein, whether or not there is concurrent passive negligence on the part of CITY. In connection therewith: a.CONTRACTOR will defend any action or actions filed in connection withany such claims, damages, penalties, obligations or liabilities and will payall costs and expenses, including attorneys' fees, expert fees and costsincurred in connection therewith. b.CONTRACTOR will promptly pay any judgment rendered againstCONTRACTOR or Indemnitees covering such claims, damages, penalties,obligations and liabilities arising out of or in connection with such work,operations or activities of CONTRACTOR hereunder, and CONTRACTORagrees to save and hold the Indemnitees harmless therefrom. c.In the event Indemnitees are made a party to any action or proceeding filedor prosecuted against CONTRACTOR for damages or other claims arisingout of or in connection with the work, operation or activities hereunder,CONTRACTOR agrees to pay to Indemnitees and any all costs andexpenses incurred by Indemnitees in such action or proceeding togetherwith reasonable attorneys' fees. Contractor's obligations under this section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of CITY under any provision of this AGREEMENT, Contractor shall not be required to indemnify and hold harmless CITY for liability attributable to the active negligence of CITY, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where CITY is shown to have been actively negligent and where CITY active negligence accounts for only a 5.6.c Packet Pg. 130 43 1293492.1 percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of CITY. So much of the money due to CONTRACTOR under and by virtue of the contract as shall be considered necessary by CITY may be retained by CITY until disposition has been made of such actions or claims for damages as aforesaid. 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. This indemnity provision shall survive the termination of the AGREEMENT and is in addition to any other rights or remedies which Indemnitees may have under the law. This indemnity is effective without reference to the existence or applicability of any insurance coverage which may have been required under this AGREEMENT or any additional insured endorsements which may extend to Indemnitees. CONTRACTOR, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to activities or operations performed by or on behalf of the CONTRACTOR regardless of any prior, concurrent, or subsequent passive negligence by the Indemnitees. 11.NON-DISCRIMINATION: Pursuant to Labor Code Section 1735, no discriminationshall be made in the employment of persons in the work contemplated by this AGREEMENT because of the race, color or religion of such person. A violation of this section exposes the CONTRACTOR to the penalties provided for in Labor Code Section 1735. 12.PAYMENT FUND: A City Council resolution established a Project Payment Account, encumbered money in the current budget, and assigned that money to the Project Payment Account, which is the sole source of funds available for payment of the contract sum set forth in Section 3 of this AGREEMENT. CONTRACTOR understands and agrees that CONTRACTOR will be paid only from this special fund and if for any reason this fund is not sufficient to pay CONTRACTOR, CONTRACTOR will not be entitled to payment. The availability of money in this fund, and CITY's ability to draw from this fund, are conditions precedent to CITY's obligation to make payments to CONTRACTOR. 13.PRESENTATION OF CLAIMS: Any claim, as that term is defined in Public Contract Code §9204, shall be submitted in accordance with Section 9204 and shall contain a sufficient description of the claim, the basis therefore and documentation in support of the claim. The claim shall be processed as more fully set forth in the Plans and Specifications. 14.TERMINATION: This AGREEMENT may be terminated by the CITY, without cause, upon the giving of a written "Notice of Termination" to CONTRACTOR at least thirty (30) days prior to the date of termination specified in the notice. Upon receipt of such notice, Contractor shall immediately cease work, unless otherwise directed by the Notice of Termination. In the event of such termination, Contractor shall be paid for services satisfactorily rendered and expenses reasonably and necessarily incurred prior to the effective date of termination, unless the Notice of Termination is issued for cause, in which event the City may withhold any disputed compensation. Contractor shall not be entitled to any claim for lost profits. State of California "CONTRACTOR'S" License No. ________________________ 5.6.c Packet Pg. 131 44 1293492.1 CONTRACTOR'S Business Phone: CONTRACTOR'S emergency phone which can be reached at any time: IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT with all the formalities required by law on the respective dates set forth opposite their signatures. By: ______________________________________ Title: _________________________________ Date: By: Title: Date: CITY OF DIAMOND BAR, CALIFORNIA By: _____________________________________ MAYOR __________________________ Date ATTEST: By: _____________________________________ CITY CLERK __________________________ Date APPROVED AS TO FORM: _____________________________________ CITY ATTORNEY _____________________________ Date *NOTE:If Contractor is a corporation, the City requires the following signature(s): -- The Chairman of the Board, the President or a Vice-President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR -- The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to the City. 5.6.c Packet Pg. 132 1293492.1 PART II GENERAL PROVISIONS 5.6.c Packet Pg. 133 1293492.1 GENERAL PROVISIONS FOR WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. FP 23504 1.GENERAL CONDITIONS All work shall be done in accordance with the Standard Specifications for Public Works Construction (Latest Edition and all subsequent supplements), hereinafter referred to as Standard Specifications; the State of California Department of Transportation Standard Specifications (Latest Edition and all subsequent supplements), hereinafter referred to as Caltrans Standard Specifications; Plans, Standard Construction Drawings; and these Special Provisions. 2. MODIFICATIONS TO THE STANDARD SPECIFICATIONS Section 2. Scope and Control of Work. Section 2-1. Award and Execution of Contract is amended by the following: (a)Examination of Plans, Specifications, Special Provisions, and Site of Work: The bidder is required to examine carefully the site and the proposal, plans, specifications and contract forms for the work contemplated, and it will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered, including all installations and utilities, whether underground, surface or overhead, as to the character, quality and quantities of work to be performed and materials to be furnished, and as to the requirements of the specifications, the special provisions and the Contract. It is mutually agreed that submission of a proposal shall be considered prima facie evidence that the bidder has made such examination. (b)Proposal Form: All proposals must be made upon blank forms to be obtained from the City Clerk at City Hall, 21810 Copley Drive, Diamond Bar, California. All proposals must give the prices proposed, both in writing and figures, and must be signed by the bidder, and his address shown. If the proposal is made by an individual, his name and post office address must be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership must be shown. If made by a corporation, the proposal must show the name of the state under the laws of GP - 1 5.6.c Packet Pg. 134 1293492.1 which the corporation was chartered and the names, titles, and business addresses of the president, secretary, and treasurer. c)Rejection of Proposals Containing Alterations, Erasures or Irregularities: Proposals may be rejected if they show any alterations or form additions not called for, conditional or alternative proposals, incomplete proposals, erasures, or irregularities of any kind. d)Bidder's Guarantee: All proposals shall be presented under sealed cover and shall be accompanied by cash, cashier's check or certified check payable to, or bidder's bond in favor of the City of Diamond Bar in an amount of not less than ten percent (10%) of the amount named in said proposal, and no proposal shall be considered unless such cash, cashier's check, certified check or bidder's bond is enclosed therewith. (e)Return of Bidder's Guarantees: Proposal guarantees will be held until the Contract has been finally executed, after which they will be returned to the respective bidders whose proposals they accompany. The Notice to Bidders, Proposal, bonds, Instructions to bidders, General Provisions and Detail Specifications, shall be deemed incorporated in the Contract by reference. A Corporation to which an award is made will be required, before the Contract is finally executed, to furnish evidence of its corporate existence and evidence that the officer signing the Contract and bonds for the corporation is duly authorized to do so. Subsection 2-5.1. Plans and Specifications - General, is amended by the addition of the following: An addendum to these specifications may be issued by the City at any time prior to the bid opening. Section 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.1 General. The Contractor and all subcontractors, suppliers, and vendors, shall guarantee that the entire work will meet all requirements of this contract as to the quality of materials, equipment, and workmanship. The Contractor, at no cost to the AGENCY, shall make any repairs or replacements made necessary by defects in materials, equipment, or workmanship that become evident within 1 year after the date of acceptance of work. Within this 1- GP - 2 5.6.c Packet Pg. 135 1293492.1 year period, the Contractor shall also restore to full compliance with requirements of this contract any portion of the work which is found to not meet those requirements. The Contractor shall hold the AGENCY harmless from claims of any kind arising from damages due to said defects or noncompliance. The Contractor shall make all repairs, replacements, and restorations within 30 days after the date of the Engineer's written notice. 4-1.4 Test of Materials. Except as elsewhere specified, the City will bear the cost of materials testing and independent acceptance testing. The cost of all other tests, including the retesting of materials and independent acceptance testing that fails to pass the first test, shall be borne by the Contractor. Section 5. Utilities. This section is modified by addition of the following subsections. Subsection 5-1. Location. This section is amended by the addition of the following: Utility Owner and Public Agency Identifications. Utility owners and Public Agencies who may have facilities or interests, which may affect the work, are as follows: Verizon Telephone 1400 E. Phillips Boulevard Pomona, California 91766 (800) 227-2600 (DigAlert) (909)469-6354 (Office) Waste Management 13940 East Live Oak Avenue Baldwin Park, California 91706 (800) 266-7551 Valley Vista Services 16000 Temple Avenue La Puente, California 91744 (800)442-6454 Southern California Edison Co. 800 West Cienega Avenue San Dimas, California 91773 (800) 227-2600 (DigAlert) (800)684-8123 (Office) GP - 3 5.6.c Packet Pg. 136 1293492.1 Southern California Gas Company 1919 South State College Boulevard Anaheim, California 92803 (800) 227-2600 (DigAlert) (800)427-2200 (Office) Walnut Valley Water District 271 South Brea Canyon Road Walnut, California 91789 (909) 595-7554 Pomona Unified School District 800 South Garey Avenue Pomona, California 91766 (909) 397-4800 Walnut Valley Unified School District 880 S. Lemon Ave. Walnut, CA 91789 (909) 595-1261 Time Warner Cable 1041 E. Route 66 Glendora, CA 91740 (888) 892-2253 Los Angeles County Department of Public Works 900 S. Fremont Ave. Alhambra, CA 91803-1331 Operation Services (626) 445-7630 Sewer Maintenance (800)675-4357 Los Angeles County Sheriff's Department 21695 E. Valley Blvd. Walnut, California 91789 (909) 595-2264 Los Angeles County Fire Department Station 119 20480 Pathfinder Road Diamond Bar, California 91765 (909) 861-5995 GP - 4 5.6.c Packet Pg. 137 1293492.1 Los Angeles County Fire Department Station 121 346 Armitos Place Diamond Bar, California 91765 (909) 396-0164 Metropolitan Water – La Verne Substructures Team P.O. Box 54153 Terminal Annex Los Angeles, CA 90054 (213) 217-6679 Los Angeles County Fire Department Station 120 1051 S Grand Ave Diamond Bar, CA 91765 (323) 881-2411 (non-emergencies) 911 (emergencies) Subsection 5-2. Protection. The Contractor is hereby alerted to the existence of utility lines. The Contractor shall carefully protect all lines during the course of construction. Section 6. Order of Work. Subsection 6-1.3. Order of Work The order of work, except where otherwise specifically required by the Plans and Specifications, shall be determined by the Contractor who shall be solely responsible for coordinating all subcontract and prime contract work to minimize delays during construction. The Contractor shall schedule his work in order to be as least disruptive as possible to adjacent businesses and residents. Subsection 6-1.4. Work Hours and Sound Control. Daytime work hours shall be 7:00 a.m. to 4:00 p.m. Monday - Friday. Saturday work hours, if permitted at least one week (7 Calendar Days) in advance by the City, shall be 8:00 a.m. to 4:00 p.m. Nighttime work hours shall be 10:00 p.m. to 5:00 a.m. Monday – Friday. Nighttime work hours are not required but will be permitted at the request of the contractor with the City Engineer’s authorization. Contractor shall request nighttime work hours at GP - 5 5.6.c Packet Pg. 138 1293492.1 least 1 week (7 calendar days) prior to beginning the proposed nighttime work operations. The Contractor shall comply with all County and local sound control and noise level rules, regulations, and ordinances which apply to any work performed pursuant to the contract, and shall make every effort to control any undue noise resulting from the construction operation. Each internal combustion engine used for any purpose on the job or related to the job shall be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler. The Engineer reserves the right to stop work if he determines that these conditions are being violated. Section 7. Responsibilities of the Contractor in Conduct of His Work. Subsection 7-2. Labor is amended by the addition of the following: Labor Discrimination. No discrimination shall be made in the employment of such persons upon public works because of the race, color, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of Chapter 11 or Part VII, Division 2 of the Labor Code in accordance with the provisions of Section 1735 thereof. Subsection 7-3.1. Contractor's Responsibility for Work. Reference is made to Section 6 - 8 of the Standard Specifications and these General Provisions. Except as provided above, until the formal acceptance of the work by the City Council, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from any other case, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof, except such injuries or damages occasioned by acts of the Federal Government or the public enemy. Section 7-8 Reserved Section 9. Measurement and Payment. GP - 6 5.6.c Packet Pg. 139 1293492.1 Subsection 9-3 is modified by the addition of the following paragraphs: Payment for the various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of work being described, as necessary to complete the various items of work, all in accordance with the provisions for Measurement and Payment in the Standard Specifications and these Special Provisions, and as shown on the Drawings, Exhibits, and spreadsheets including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including the Safety and Health Requirements of the California Division of Industrial Safety and the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefore shall be included in the prices named in the Bid Schedule for the various appurtenant items of work. The Contractor agrees that the payment of the amount under the Contract, and the adjustment and payment for any work done in accordance with any alterations of the same, shall release the City of Diamond Bar, the City Council, the City Manager, and the City Engineer of any and all claims or liability on account of work performed under the Contract or any alterations thereof. Progress Payments. The Contractor shall be entitled each month to a monthly progress payment in an amount equal to ninety-five percent (95%) of the estimated percentage of actual work completed by the end of the preceding calendar month, based on the contract price less all previous payments. Subject to the provisions of Section 22300 of the Public Contract Code, a five percent (5%) retention will be withheld from each payment. All invoices and detailed pay requests shall be approved by the Engineer before submittal to the City for payment. All billings shall be directed to the Engineer. In all events, the City shall withhold no less than five percent (5%) of the contract price until final completion and acceptance of the work. This payment on account shall in no way be considered as an acceptance of any part of the work or material of the Contract, nor shall it in any way govern the final estimate. Acceptance of any progress payment accompanying any estimate without written protest shall be an acknowledgment by the Contractor that GP - 7 5.6.c Packet Pg. 140 1293492.1 the number of accumulated contract days shown on the associated statement of working days is correct. Progress payments made by the City to the Contractor after the completion date of the Contract shall not constitute a waiver of liquidated damages. The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for the entire amount covered by such invoice; valid unconditional waivers of lien from the Contractor and all subcontractors and material-men for all work and materials included in any prior invoices; Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262. Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the Contractor's work, together with releases of lien from any subcontractor or material-men. Final Payments. After the completion of the Contract, the City Engineer shall make a final inspection of the work done thereunder, and if entirely satisfactory and complete, the City shall pay to the Contractor an amount which, when added to the payments previously made and deductions allowable to the City, will equal ninety-five percent (95%) of the contract price. Thereafter the balance of the contract price remaining unpaid shall be paid thirty-five (35) calendar days after the recording of a Notice of Completion by the City. The payment of the final amount due under the Contract and the adjustment and payment for any work done in accordance with any alterations of the same shall release the City from any and all claims on account of the work performed under the Contract or any alterations thereof. Final payment to Contractor shall be withheld for at least 30 days after the time in which Contractor has verified, to the City's satisfaction, that it has submitted all information to the Department of Industrial Relations required by Labor Code §1773.3. Guarantee. The Contractor agrees for a period of one year, commencing with the Final Notice of Completion, to correct without additional charge to the City, any defects in the work performed, or in the materials furnished, by the Contractor and/or manufacturer, jointly. Quantities and Unit Prices. All pay items will be paid for at the unit prices named in the Bid Schedule for the respective items of work. The quantities of work or material stated as unit price items on the Bid Schedule are stated only to give an indication of the general scope of the work. The City does not expressly, nor by implication, agree that the actual amount of work or material will correspond therewith, and reserves the right after the award of Contract to increase or decrease the quantity of any unit price item GP - 8 5.6.c Packet Pg. 141 1293492.1 of work, and shall have the right to delete any Bid Item in its entirety, or to add additional Bid Items. 9-4 Final Cleanup and Closeout. Upon completion of the work, and before acceptance and final payment is made by the City, the Contractor shall clean the project site and areas occupied by him in connection with the work. All rubbish, excess materials, falsework, temporary structures, and equipment shall be removed; and all parts of the work shall be left in a neat and presentable condition. Prior to final closeout, the Contractor shall submit the following: A.A complete file of operation and maintenance manuals for equipment and materials used in the work. Such file shall be bound in hardcover, three-ring binders and shall be labeled. B. Required written guarantees. C.Complete list of subcontractors and principal vendors engaged in the execution of the work, including addresses and telephone numbers. D.Complete and updated Storm Water Pollution Prevention Plan/Water Pollution Control Plan and Contractor certification that construction activities were in compliance with applicable National Pollutant Discharge Elimination System regulations. Full compensation for conforming to the requirements of this Section shall be considered as included in the contract bid price paid for the various items of work and no additional compensation will be allowed therefor. 9-5 Final Inspection and Acceptance. The Contractor shall notify the Engineer a minimum of five working days in advance when a final inspection of the work is desired. If the Engineer agrees that the work is complete and ready for inspection, he will, as soon thereafter as possible, make the necessary examinations. No final acceptance of the work shall be allowed until all check (punch) list items to be rectified have been corrected and any subsequent final inspections have been performed. 9-6 Payment for Bid Items. See “Technical Provisions” section of these Specifications. 9-7 Public Notification. GP - 9 5.6.c Packet Pg. 142 1293492.1 Contractor shall comply with all applicable State, County and City requirements and any additional public safety requirements which may arise in notifying the Police, Fire, Traffic and Engineering Departments, Schools and Public Transit at least 48 hours in advance of any closures, partial closures or reopening, and detours. At least ten (10) calendar days prior to commencing work, the Contractor shall submit a detailed schedule to the City for approval. Based on the schedule, the Contractor will notify businesses, bus companies, trash and street sweeping companies, and emergency services of the proposed work. The City will require the Contractor to distribute two (2) “Public Notices” to each business and residence affected by the program. The first notice shall be distributed to each business and residence ten (10) calendar days prior to the start of any work. The second notice shall be distributed at least forty-eight (48) hours prior to the start of work. Said notice shall be provided by the Contractor. The City may require the Contractor to conduct an information meeting with affected businesses and residents to explain the phasing of construction and work hours. All complaints received by the City associated with the construction alleging damage to private property and vehicles shall be responded to by the Contractor within twenty-four (24) hours of notification. Failure to comply with this provision may result in a penalty of fifty dollars ($50.00) per occurrence. The Contractor shall be responsible for maintain notification signage in a serviceable manner. Signs shall indicate the date and hours of restriction. GP - 10 5.6.c Packet Pg. 143 1293492.1 Full compensation for conforming to the requirements of this section shall be considered as included in the price paid for various items of work involved and no additional compensation will be allowed. 9-8 NPDES Requirements. The contractor shall conform to the requirements of the National Pollutant Discharge Elimination System (NPDES) Permit for Construction Activities, NPDES No. CAS000002. The Contractor shall protect by any means all construction related materials from being discharged from the site by the forces of wind or water. Contractor and/or any subcontractors are required to place gravel bags and fabric around all storm drain inlets, and also place gravel bags around the job site, as directed by the city Engineer, to protect polluted water from running into the storm drain systems. Full compensation for conforming to the requirements of this section shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed. 9-9 Environmental Provisions In the event Contractor is required to dig any trench or excavation that extends deeper than 4 feet below the surface in order to perform the work authorized under this contract, Contractor agrees to promptly notify Agency in writing and before further disturbing the site, if any, of the conditions set forth below are discovered: 1.Materials that the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with the provisions of existing law. 2.Subsurface or latent physical conditions at the site differing from those indicated. 3.Unknown physical condition at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in the work of the character provided for in this Contract. GP - 11 5.6.c Packet Pg. 144 1293492.1 PART III SPECIAL PROVISIONS 5.6.c Packet Pg. 145 SP - 1 1293492.1 SPECIAL PROVISIONS FOR WINDMILL/WILLOW ROOM AUDIO VISUAL & PRODUCTION CONTROL ROOM SYSTEMS UPGRADE PROJECT CITY PROJECT NO. FP 23504 SPECIFICATIONS The work to be done shall be performed or executed in accordance with these Special Provisions and the "Standard Specifications for Public Works Construction", Latest Edition and all subsequent supplements, hereinafter referred to as the Standard Specifications. The Standard Specifications are published by Building News, Inc. 10801 National Boulevard, Suite 100, Los Angeles, California 90034 and are included by reference only. ADDENDA The City’s Project Manager may, without City Council approval, issue addenda to the Contract Documents during the period of advertising for bids for the purpose of: (a) revising prevailing wage scales or (b) clarifying or correcting Special Provisions, Plans or Bid Proposal; provided that any such addenda does not change the original scope and intent of the project. Purchasers of contract documents will be notified and furnished copies of such addenda, either by certified mail or personal delivery, during the period of advertising. TIME LIMIT AND NOTICE TO PROCEED All work shall be completed within three hundred sixty-nine (369) working days. A move-in period of seven (7) calendar days will be allowed starting on the date in the Notice to Proceed. The counting of working days shall start on the date the Contractor elects to start work or the last day of the move-in period, whichever occurs first. The Contractor shall utilize the move-in period to ensure that all materials required for the project will be available for the scheduled work. No additional working days will be allowed for material delay once the Contractor commences work. The Contractor shall notify the City Engineer at least seven (7) calendar days prior to the start of work. 5.6.c Packet Pg. 146 SP - 2 1293492.1 Nothing in this section will relieve the Contractor of its obligations relative to starting work as required elsewhere in these specifications. CHANGES IN THE WORK Subsection 3-2.1 of the Standard Specifications is supplemented by the following: Notwithstanding the limitation imposed by this Subsection, the City Engineer may, with City Council approval, order changes in the work which increase the contract cost by not more than ten percent (10%) of the original contract amount. CONTRACTOR'S INDUSTRIAL SAFETY RECORD All bidders will be required to submit information as to their industrial safety record on the form provided in the Bid Proposal. A review of this safety record will be made prior to a determination of the lowest responsible bidder, and any adverse finding as to the bidder's safety record or any bid submitted which does not contain the Contractor's Industrial Safety Record, filled out and signed by the Contractor, may be sufficient cause for rejection of the bid. CONSTRUCTION SCHEDULE In accordance with Subsection 6-1 of the Standard Specifications, the Contractor shall submit a written proposed construction schedule to the City Engineer ten (10) calendar days prior to the start of work. Such schedule shall be subject to the review and approval by the City Engineer. No work shall be done until the City Engineer and the Contractor have agreed to the schedule to be followed by the Contractor. WITHHELD CONTRACT FUNDS Pursuant to Section 4590 of the Government Code, the Contractor at its own expense may deposit securities pledged in favor of the Agency with a state or federally chartered bank as the escrow agent. The acceptable securities are those listed in Section 16430 of the Government Code or bank or savings and loan certificates of deposit. The amount of securities to be deposited shall be equivalent to the maximum amount permitted to be withheld as specified in Subsection 9-3.2 of the Standard Specifications. Formal acceptance of the 5.6.c Packet Pg. 147 SP - 3 1293492.1 project by the Agency terminates the Agency's interest in the securities. PUBLIC CONVENIENCE AND SAFETY In addition to the requirement of Subsection 7-10 of the Standard Specifications and the Standard Special Provisions, the Contractor shall maintain access to all adjacent properties. Furthermore, this subsection is amended and supplemented by the following paragraphs: DETOUR In no case shall traffic be diverted from the existing traveled way without prior approval of the City Engineer. TRAFFIC FLOW In order to facilitate the flow of traffic during the contractual period, the Agency reserves the right to extend the limits of the project to include any areas where signing and delineating is deemed necessary by the Engineer. Full compensation for complying with the above requirements shall be considered as included in the various items of work unless otherwise specified above. CONSTRUCTION WATER Construction water is available from the Walnut Valley Water District (WVWD) by applying for a temporary meter, which will be installed and chained to a hydrant by WVWD. Contact WVWD at telephone (909) 595-7554 to apply for construction water. Contractor to verify current charges. SANITARY CONVENIENCE Necessary sanitary facilities for the use of workman on the job shall be provided and maintained in an approved manner by the Contractor, properly secluded from public observation and in compliance with health ordinances and laws, and their use shall be strictly enforced by the Contractor. STORAGE SITE It shall be the Contractor's responsibility to locate any storage sites for materials and equipment needed and such sites either 5.6.c Packet Pg. 148 SP - 4 1293492.1 located on public or private property must be approved in advance by the City Engineer. No equipment or materials shall be stored in the public roadway right-of-way without prior written approval from the City Engineer. SPECIAL INSPECTION FEES If the Contractor elects to work under this contract more than 8 hours/day or more than 40 hours/week, Saturday, Sunday, or CITY holidays, the Contractor shall arrange with the Engineer for the required inspection service and pay the Special Inspection Fees which will be charged at the following rates: Monday through Fridays - $100.00 per hour Saturday, Sunday, Holidays - $1000.00 per day Fees may be deducted from payments due to the Contractor at the discretion of the Engineer. PRE-CONSTRUCTION MEETING The City shall arrange a pre-construction meeting with the Contractor, which shall be held a minimum of ten (10) calendar days prior to commencement of any work. COMPETENCY OF BIDDER The bidder shall be licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California to do the type of work contemplated in the Contract and shall be skilled and regularly engaged in the general class or type of work called for under this Contract. Contractor's License Class C-7 is required for this project. BID QUANTITIES The quantities given in the Proposal and Contract form are approximate, being given as a basis for the comparison of bids only, and the city does not, expressly or by implication, agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work, or to omit any portion of the work, as may be deemed advisable or necessary by the City Engineer. CITY EQUAL EMPLOYMENT OPPORTUNITY (EEO) PROVISIONS 5.6.c Packet Pg. 149 SP - 5 1293492.1 1. AFFIRMATIVE ACTION PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY The following provisions pertaining to equal employment opportunity are incorporated into this Contract. In connection with performance of work under this Contract, the Contractor agrees as follows: a.The Contractor will not discriminate against any employee or applicant for employment because of race, color, sex, religion, ancestry or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and the employees are treated during employment, without regard to race, color, sex, religion, ancestry or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship where applicable. b.In all advertisements for labor or other personnel, or requests for employment of any nature, the Contractor shall state that all qualified applicants will receive consideration for employment of any nature, the Contractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, sex, religion, ancestry or national origin. c.In all hiring, the Contractor shall make every effort to hire qualified workers from all races and ethnic groups. d.The Contractor shall be responsible for the compilation of records of the ethnic distribution of the entire project work force on forms furnished by the Agency. Said forms, indicating the ethnic distribution of man-hours of work within the various crafts and trades, shall be filed by the Contractor with the Agency every thirty (30) days. e.The Contractor shall send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the Agency, advising the said labor union or worker's representative of the Contractor's commitments under this section. f.The Contractor shall maintain and permit access by the Agency to records of employment, employment 5.6.c Packet Pg. 150 SP - 6 1293492.1 advertisements, application forms and other pertinent data and records of the Contractor's own work force and that of the various subcontractors on the project for the purpose of investigation to ascertain compliance with this EEO section. g.Within ten (10) days after execution of the Contract by the Agency, the Contractor shall meet the following standards for affirmative compliance and shall ensure that each subcontractor on the project will meet these requirements within ten (10) days after receiving a Notice to Proceed from the Contractor, unless the Agency provides for a greater time period: (1)File with the Agency an Affirmative Action Plan indicating the steps it will take to encourage and assist qualified members of minority groups. Such affirmative action will include statements regarding recruitment, employment, compensation, promotion or demotion, and selection for training. (2)Provide evidence as required by the Agency that it has notified in writing all subcontractors, the Contractor's supervisors and other personnel officers of the content of this EEO section and their responsibilities under it. (3)Provide evidence, as required by the Agency that it has notified in writing all sources of employee referrals (including, but not limited to, unions, employment agencies and the State Department of Employment Development) of the content of this EEO section. (4)Notify the Agency in writing of any opposition to this EEO section by individuals, firms, unions or organizations. h.If the Agency has reason to believe that the Contractor or a subcontractor may have committed a violation of the EEO section of this Contract or of the California Fair Employment Practice Act or of any applicable Federal law concerning equal employment practices on this project, the Agency will cause written notice to be served on the Contractor or its representative, and to any subcontractor involved in such violation. The notice shall set forth the nature of the violation. Upon the Agency's request, 5.6.c Packet Pg. 151 SP - 7 1293492.1 the Contractor shall meet with representatives of the Agency in order to determine the means of correcting the violation and the time period within which the violation shall be corrected. If, within ten (10) days, the Contractor or subcontractor has failed or refused to remedy the violation, the Agency may notify the Fair Employment Practices Commission and pursue any other remedies, which may be available under the law. i.The Contractor shall include the provisions of the foregoing paragraphs 1a through 1h in every first tier subcontract and require each subcontractor to bind each further subcontractor with whom it has a contract to such provisions, so that such provisions will be binding upon each subcontractor who performs any of the work required by the Contract. 2. ANTI-DISCRIMINATION a.The Contractor certifies and agrees that all persons employed by the Contractor, its affiliates, subsidiaries or holding companies are and will be treated equally by the Contractor without regard to or because of race, color, sex, religion, ancestry or national origin and in compliance with State and Federal anti-discrimination laws. The Contractor further certifies and agrees that it will deal with its subcontractors, bidders and vendors without regard to or because of race, color, sex, religion, ancestry or national origin. The Contractor agrees to allow access to its employment records during regular business hours to verify compliance with the foregoing provisions when so requested by the City. b.The Contractor specifically recognizes and agrees that if the City finds that any of the foregoing provisions have been violated, the same shall constitute a material breach of Contract upon which the City may determine to cancel, terminate or suspend the Contract. While the City reserves the right to determine individually that the anti- discrimination provisions of the Contract have been violated, in addition a determination by the California Fair Employment Practices Commission or the Federal Equal Employment Opportunity Commission that the Contractor has violated State or Federal anti-discrimination laws shall constitute a finding by the City that the Contractor has violated the anti-discrimination provisions of the Contract. 5.6.c Packet Pg. 152 SP - 8 1293492.1 c.At its option, and in lieu of canceling, terminating or suspending the Contract, the City may impose damages for any violation of the anti-discrimination provisions of this section, in the amount of two hundred ($200.00) for each violation found and determined. The City and the Contractor specifically agree that the aforesaid amount shall be imposed as liquidated damages, and not as a forfeiture or penalty. It is further specifically agreed that the aforesaid amount is presumed to be the amount of damages sustained by reason of any such violation, because, from the circumstances and the nature of the violation, it is impracticable and extremely difficult to fix actual damages. 5.6.c Packet Pg. 153 1293492.1 PART IV TECHNICAL PROVISIONS 5.6.c Packet Pg. 154 Windmill/Willow Room Audio Visual & Production Control Room Systems Upgrade Statement of Work 1. Windmill Room: a. Remove and replace existing Floor Box & Wall Panel Input Plates with Crestron Digital Media Transmitters. Furnish new Cat6 Shielded Cable Runs to the Windmill AV Control Room Rack. b. Renumber existing Floor Box & Wall Panel Microphone Input Plates to correspond with new design. Furnish new Star Quad Shielded Audio Cable runs to the Windmill AV Control Room Rack. c. Install 3- Vaddio 12X and 1- Vaddio 30X RoboSHOT Cameras with Cat6 Shielded Plenum Cable Runs up to the Broadcast Control Room. d. Remove and Replace the existing Wall Mount Touch Panel with a Crestron TST-770 Wall Mount Touch Screen using a Wall Smart Retrofit Wall Mount Kit. e. Remove and replace the 2- Existing Ceiling Mounted Video Projectors and with 2- Optoma 720T Projectors. Align Projected Image to New Projection Screens. Install 2- Crestron DM-NVX Decoders at each projector with a Cat6 Cable Run to the Server Room Patch Panel. f. Install 2- Shure Wireless Omni-Directional Antennas with RG58 Coaxial Plenum Cable Runs to the Windmill AV Control Room Rack. g. Install a Louroe Ceiling Mounted Microphone with a Plenum 22/2 Shielded Cable Run to the Broadcast Control Room. h. Furnish new Shure 18” Gooseneck Mics with Desktop Base. i. Provide 3 Zones of Ceiling Loudspeakers (Loudspeakers are OFE), 1 Zone over the Council Seating Area, and 2 Zones to cover the remainder of the Willow Room. It is intended to have the levels for these Zones to be controlled separately via the Touch Panel. j. Install Plenum CAT6 Network Cable Runs to the Server Room per System Concept Diagrams. k. Furnish and install a Custom Press Panel on the Entry Door 5.6.c Packet Pg. 155 wall of the Windmill Room with 3- BNC Connectors with HD- SDI Program Output with Embedded Audio and 3- XLR Male Connectors with Program Audio Output. l. Connections shall be made per the System Concept Diagrams. m. Furnish a 3” Sleeve above Drop Ceiling to Server Room Storage Area 2. Willow Room: a. Remove and replace existing Floor Box & Wall Panel Input Plates with Crestron DigitalMedia Transmitters. Furnish new Cat6 Shielded Cable Runs to the Windmill AV Control Room Rack. b. Remove and Replace the existing Wall Mount Touch Panel with a Crestron TST-770 Wall Mount Touch Screen using a Wall Smart Retrofit Wall Mount Kit. c. Remove and replace the existing Ceiling Mounted Video Projector and with an Optoma 720T a Vendor Recommended Projector. Align Projected Image to Existing Projection Screen. Install a Crestron DM- NVX Decoder at the projector with a Cat6 Cable Run to the Server Room Patch Panel. d. Install 2- Shure Wireless Omni-Directional Antennas with RG58 Coaxial Plenum Cable Runs to the Windmill AV Control Room Rack. e. Connect OFE Ceiling Loudspeakers in a single Zone. Level to be controlled via the Touch Panel. f. Install Plenum CAT6 Network Cable Runs to the Server Room per System Concept Diagrams. g. Connections shall be made per the System Concept Diagrams. 3. Windmill AV Control Room: a. The existing Wall Mounted Vertical Equipment Rack shall be utilized to house all Rackmounted Equipment. b. All existing equipment shall be removed except for 5.6.c Packet Pg. 156 the Sennheiser Assisted Listening Transmitter and the Middle Atlantic Power Controller. c. Furnish and install the following equipment: i. Shure UA844 Wireless Antenna Distributor ii. Shure ULXD4Q Wireless Microphone Receiver iii. Totevision LED-1562HDR Rackmount Video Monitor Marshall AR-AM4-BG-2 Rackmount Audio Monitor iv. 4- Extron ASA-304 Quad Audio Summing Amplifiers v. Biamp Tesira Server I/O Chassis with I/O cards per Bill of Materials. vi. Tascam SS-250N Solid State Audio Recorder vii. Crestron CP4N Control Processor viii. Tripp Lite 48 Port RJ45 Sheilded Patch Panel with Plenum Cat6 Runs Back to Server Room Patch Panel. ix. 2- Crestron DMF-CI-8 DM-NVX Card Chassis x. 2- QSC MP-A20V 2 Channel Audio Power Amplifiers xi. Middle Atlantic UPS OL3000R Uninterruptible Power Supply xii. 1- Crestron RF Gateway xiii. 1- Crestron TST-902 Wireless Touch Panel in Charging Wall Dock xiv. Provide an HDMI Video and Balanced Audio Feed to the OFE Roland Mixer for UCC Meeting integration xv. 1- CISCO 48 Port Network Switch with 4- SFP 10G Optical Modules and 4- Plenum Multi-Mode Fiber Optic Cables to Broadcast Room Network Switch d. Install Plenum CAT6 Network Cable Runs to the Server Room per System Concept Diagrams. e. Connections shall be made per the System Concept Diagrams. 4. Lobby Area: 5.6.c Packet Pg. 157 a. Provide 2- Crestron DM-NVX Decoders located behind each of the OFE NEC 65” LED Displays with a Plenum Cat6 Cable Run to the Server Room Patch Panel. Connect HDMI output to the Display and RS-232 Control from the NVX Decoder. b. Install Plenum CAT6 Network Cable Runs to the Server Room per System Concept Diagrams. c. Connections shall be made per the System Concept Diagrams. 5. Broadcast Control Room: a. It is imperative that the current Cablecast System for rebroadcast of meetings and the associated CG Bulletin Board be kept online during the transition to the new system. b. Furnish and Install a Cablecast Video Server, Video on Demand, Live Streaming Server and Bulletin Board System per the Bill of Materials and Diagrams. c. Furnish and Install a Blackmagic Webstreaming Device for Live Streaming on YouTube, Facebook Live, Twitter, etc. The City shall furnish pertinent account credentials for the Live Streaming Services. d. Remove existing equipment rack and replace with a 2 Bay Middle Atlantic BGR-4132 vertical rack system. The new equipment racks shall be installed per the Manufacturer’s Specification and State and Local Regulations. e. Populate the new racks per the Rack Elevation drawing using existing OFE equipment and new equipment per the Bill of Materials and System Concept Diagrams. f. Provide a 24 Port Tripp Lite CAT6 Patch Panel which shall be connected via Plenum CAT6 cabling to the Server Room 48 Port CAT6 Patch Panel and ultimately, the CISCO Network Switch. g. The Production System is based on the Vaddio AV Bridge Matrix Mix equipment. Source connections shall be HDMI from the 4- Windmill Room PTZ Camera 5.6.c Packet Pg. 158 OneBridge Units, and Outputs from 2 – Crestron DM- NVX Decoders used as selectable Presentation outputs from the Windmill Room System. An HDMI feed from an OFE PC or MAC located in the Broadcast Control Room to be used for graphics and titling. h. The 4- Vaddio PTZ Camera OneBridge Units shall also feed SDI signals to the SDI Matrix Router. This will allow bypassing the Vaddio AV Bridge Matrix Mixer in the event of a failure. i. Outputs of the Vaddio AV Bridge Matrix Mixer shall be distributed and converted to various devices, e.g.: KiPro Disk Recorder, Cablecast VIO Video Server, and Cable Channel Outputs and Web- Distribution. Refer to the Concept Diagrams for system wiring specifics. j. An existing OFE Winsted Impulse Alcove Console will be repurposed as the Production Console. Two Middle Atlantic 4 RU Desk Overbridges shall be furnished to allow the mounting of VU Meters and a Windmill Room Ambient Mic Receiver. A Vaddio Teletouch 27 Multiview Production Monitor, a JVC Video Program Monitor and an OFE Computer Display fed from the KVM Switch shall be mounted on Articulating Arms to allow for ergonomic placement and viewing. The Vaddio PCC Camera Controller, the Behringer Audio Mixer, and a Wireless Keyboard and Mouse shall be located on the front surface of the Console. A pair of JBL Audio Monitors shall be located on the left and right sides of the Console, next to the Overbridge. k. A KVM Switcher located in the Vertical Rack shall allow for remote switching and control of the Cablecast Servers and potentially other system CPU’s. A City furnished 24” Display and Wireless USB Keyboard and Mouse shall be located on the Production Console. 5.6.c Packet Pg. 159 l. Remove the 6 Existing Wall Mounted Flat Panel Displays. i. Furnish a Cover Plate for the In-Wall FSR PWB- 100, and/or a Removable Trim Panel to cover the openings. m. Mount the new 55” Flat Panel Display on the Wall behind the Production Console. n. Install Cisco 24 Port Network Switch with 4- SFP 10G Optical Modules and 4- Plenum Multi-Mode Fiber Optic Cables to Windmill AV Control Room Network Switch in Vertical Equipment Rack with Plenum Fiber Optic Cable Runs to Server Room. o. Connections shall be made per the System Concept Diagrams. 6. Server Room: a. Install Cisco 48 Port Network Switch in Rack location defined by The City. b. Provide Plenum Fiber Optic Cable Runs to the Broadcast Control Room Network Switch. c. Connections shall be made per the System Concept Diagrams 7. Cabling and Connectors: a. Vaddio OneLink cabling: i. Connector: Panduit FPS6X88MTG (or equivalent) RJ45, Cat 6A Shielded Field Term Plug, 22-26 AWG ii. Cable: Liberty 24-4P-P-L6SH-XXX (or equivalent) Category 6 F/UTP EN Series 23 AWG 4 Pair Shielded Plenum Cable b. Crestron DM Cabling i. Connector: Platinum Tools ezEX®44 Shielded (or equivalent) Shielded, External Ground, CAT6 Connector ii. Cable: Liberty 24-4P-L6SH-XXX (or equivalent) Category 6 F/UTP 23 AWG 4 Pair Shielded Cable 5.6.c Packet Pg. 160 c. Network Cabling- i. Connector: Platinum Tools ezEX®44 - ezEX- RJ45® (or equivalent) CAT 6 Connector ii. Cable: Liberty 24-4P-P-L6-EN-XXX (or equivalent) Category 6 U/UTP EN Series 23 AWG 4 Pair Unshielded Plenum Cable d. Fiber Optic i. Cable: Liberty AX002SALT9QP (or equivalent) OM3 LC LC Plenum Duplex Fiber Patch Cable 10G Multimode 50/125 e. Video Coaxial Cabling i. Kings 2065-11-9 (or equivalent) BNC Plug MRG59 Crimp 3-PC Connector ii. Liberty VDM-230 (or equivalent) Gepco Brand Mini- RG59 Serial Digital Broadcast Video Cable f. Microphone Cabling i. Connectors: Neutrik (or equivalent) Solder Type Connectors. ii. Cable: Canare L-4E5AT (or equivalent) Star Quad, Aluminum Foil Shielded Cable g. Line Level Audio Cabling i. Connectors: Neutrik (or equivalent) Solder Type Connectors ii. Cable: Liberty22-1P-CMP-EZ-XXX (or equivalent) High- Performance EZ-Strip Broadcast Audio 22 AWG 1-Pair Shielded Plenum Cable h. HDMI, Computer Video and Miscellaneous Pre-Made Cabling i. Use only Crestron or Extron (or equivalent) Premium Flexible HDMI, DisplayPort, or VGA Pre-Made Cables. 8. A detailed Installed Cable spreadsheet providing Testing and Verification information. A system such as the Platinum Tools Net Chaser (P/N TNC950AR) Ethernet Speed Certifier & Network Tester (or equivalent) with Printouts of the Test Reports for all cabling shall be utilized. Bit Error Rate, Signal to Noise, Continuity & Bandwidth shall be reported. Refer to the Sample Cable Test Report attached on Pages 8-9 of this Statement of Work. 9. Cables are to be labeled using Self-Laminating wrap around labels. The Cable Label should have a unique ID 5.6.c Packet Pg. 161 number, show the Source and Destination Locations, System Names, and Pin Connection information. 10. A Commissioning and Testing Information Plan detailing end-to-end signal verification for all installed systems. This plan shall include a breakdown of each installed system or sub-system with Date of Testing, Person completing the Test, and notes as to the status of each system. 11. The Concept Diagrams included in this bid specification are not Single Line diagrams, and it is expected that the bidders shall review these Concepts along with the Bill of Materials in preparation of their response. 12. Touch Panel Graphic User Interfaces(GUI)shall be developed in conjunction with the City. All pages of the GUI need to be approved prior to implementation. All Touch Panels shall be Password protected. The GUI should allow for additional Password Protected Technical Status and Control Pages not normally accessed in daily operations. 13. The successful bidder shall prepare the following Close- Out deliverables: a. One hard-copy and two electronic copies shall be delivered. b. A detailed Project Schedule outlining milestones for implementing the project. c. An equipment list detailing Manufacturer, Model Number, Serial Number, System Location, Length and Expiration of Warranty and if applicable, IP and MAC Address information. In addition, any Username and Password Information for pertinent Servers, CPUs, and Applications used to control the system should be provided d. Single Line Diagrams for all Video, Audio, Control, Power and Network systems and Rack Elevations. Single Line Diagrams shall be in ANSI E format. 5.6.c Packet Pg. 162 e. Uncompiled and Compiled Creston Source Code for the Graphic User Interfaces and Control System. All Source Code shall become the property of the City. It is understood that the City shall make no modifications to the Source Code during the Stated Warranty Period. Any changes made to the Source Code by the successful bidder during the warranty period need to be provided to the City immediately after the execution of said changes. f. Audio Digital System Processing(DSP) Site Files shall be provided to the City. All Site Files shall become the property of the City. It is understood that the City shall make no modifications to the DSP Site Files during the Stated Warranty Period. Any changes made to the DSP Site Files by the successful bidder during the warranty period need to be provided to the City immediately after the execution of said changes. g. Backup copies of any Video Production, Video Server, Streaming Server, Network Switch configuration and/or Template files. h. A training syllabus for all installed systems to be provided to and approved by the City prior to any scheduled training. The various types of training are detailed below. i. End-User – to review basic operation of the installed systems, no more than 2 Hours ii. Technical Operator – to review all aspects of system operation 2- four hour sessions. iii. System Administrator - to review network and system configurations as well as details of system architecture. 2- four hour sessions. i. Technical Support Contact Phone numbers for normal and after business hours. j. Two versions of a Quick Reference Guide(QRG) for all systems. i. One QRG designed for Technical Operators covering Main System Configurations, System Operations, Recommended Routine Preventive Maintenance, and an overview of Troubleshooting Procedures. ii. One QRG designed for Non-Technical System 5.6.c Packet Pg. 163 Operators. highlighting typical Room Operating Procedures and Checklists for Meeting, and Broadcast Production Operations. 14. The successful bidder shall have an engineer and/or programmer familiar with the system in attendance at the 1st Two scheduled Council or Planning Commission Meetings after system installation to assist and monitor the operation and performance of the system and address any technical issues that may arise. Assume that GUI or Control System modifications may be required immediately following these meetings. 15. For up to 120 Days after these 1st Two Scheduled meetings assume that the City may request additional GUI or System changes based on usage of the system. These changes shall be grouped into up to two revision lists within the 120 days. These changes are to be factored into the base bid. Prior to City acceptance and hand-over of the completed AV, Production and Playout Systems, the successful bidder shall demonstrate that the entire system is functioning as the City intended and specifications are met for all individual devices and functional systems to the satisfaction of the City. 16. All wall penetrations between rooms must be sleeved and filled with flame retardant caulking. 17. Any wall openings must be patched and painted by the successful bidder. A paint sample shall be supplied by the City. 18. All Damaged or Chipped Acoustic Ceiling Tiles must be replaced by the successful bidder. 19. System Warranty a. Standard i. Warrant the installed AV Presentation, Production and Playout Systems in against System functionality failure within a standard one (1) year period after system 5.6.c Packet Pg. 164 acceptance (sign-off from City) The failure or issue shall be troubleshot by the Vendor with minimal to no assistance from the City. System repairs must be completed within a reasonable time frame or temporarily replaced with loaned device(s) with equivalent functionality. In the case where repairs cannot be completed within a reasonable time frame, the Vendor is to provide temporary “work around” measures with similar functionality. For (1) year after system acceptance, the Vendor shall arrange for pickup, repair and delivery of all newly installed devices or systems that fail to operate correctly. Depot services including pickup of equipment, when local repair is available, shall be included for all installed equipment for the 1 year warranty period. ii. Technical Support 1. Provide Telephone technical support for a period of 1 year after system acceptance sign- off. a. 8am – 5pm Monday through Friday. Response within 30 minutes. b. 5pm – 11pm on Meeting Days, Typically held every Tuesday of the month. Response within 10 minutes. Meetings are critical events and response to issues is imperative. 2. On-Site Technical Support a. 8am – 5pm If an issue is unable to be resolved via Telephone, it is required that a Technician be On-Site within 24 Business Hours of a reported issue. b. 5pm – 11pm on Meeting Days. If an issue is unable to be resolved via Telephone, it is required that a Technician familiar with the System be On-Site within 1 Hour of a reported issue. Meetings are critical events and On-Site response to issues is imperative. 5.6.c Packet Pg. 165 PLANS & SPECIFICATIONS 5.6.c Packet Pg. 166 CITY HALL WINDMILL, WILLOW & BROADCAST ROOMS AUDIOVISUAL & PRODUCTION UPGRADE AV-101: WINDMILL & WILLOW ROOMS PRESENTATION AUDIOVISUAL AND INPUT BOX CONCEPT DIAGRAM AV-102: WINDMILL & WILLOW ROOMS AUDIO SYSTEM CONCEPT DIAGRAM AV-103: WINDMILL & WILLOW ROOMS CONTROL SYSTEM CONCEPT DIAGRAM AV-104: BROADCAST CONTROL ROOM VIDEO & AUDIO CONCEPT DIAGRAM AV-105: BROADCAST CONTROL ROOM VIDEO SERVER & PLAYOUT SYSTEM CONCEPT DIAGRAM AV-106: BROADCAST CONTROL ROOM CHANNEL & WEB DISTRIBUTION SYSTEM CONCEPT DIAGRAM AV-107: BROADCAST CONTROL ROOM SDI MATRIX ROUTER SYSTEM CONCEPT AV-108: SYSTEM NETWORK PLAN AV-109: WINDMILL AV CONTROL & BROADCAST ROOM RACK ELEVATIONS AV-110: WINDMILL ROOM FLOOR PLAN AV-111: WILLOW ROOM FLOOR PLAN AV-112: BROADCAST CONTROL ROOM FLOOR PLAN AV-113: PRODUCTION CONSOLE PLAN DRAWN BY RICH ROSENSWEIG, VIDIFLO LLC DRAWN BY RICH ROSENSWEIG, VIDIFLO LLC DATE 4/11/2023 DATE 4/11/2023 REVISED REV 3: 4/10/2023 REVISED REV 3: 4/10/2023 DIAMOND BAR CITY HALL City of Diamond Bar 21810 Copley Drive, Diamond Bar, CA 91765 5.6.c Packet Pg. 167 AV RACK FLOOR BOX #1 DM-RX & NVX ENC #1 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #1 DM-RX & NVX ENC #1 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FLOOR BOX #1 DM-TX#1 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #1 DM-TX#1 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #2 DM-RX & NVX ENC #2 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #2 DM-RX & NVX ENC #2 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 A5A5AUD OUT FLOOR BOX #2 DM-TX #2 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #2 DM-TX #2 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #2 DM-RX & NVX ENC #2 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45 A5AUD OUT FLOOR BOX #2 DM-TX #2 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #3 DM-RX & NVX ENC #3 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #3 DM-RX & NVX ENC #3 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 A5A5AUD OUT FLOOR BOX #3 DM-TX#3 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #3 DM-TX#3 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #3 DM-RX & NVX ENC #3 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45 A5AUD OUT FLOOR BOX #3 DM-TX#3 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S XLR3XLR3MIC INPUT 1 XLR3XLR3MIC INPUT 2 XLR3XLR3MIC INPUT 3 XLR3XLR3MIC INPUT 4 XLR3XLR3MIC INPUT 5 XLR3XLR3MIC INPUT 6 XLR3XLR3MIC INPUT 7 XLR3XLR3MIC INPUT 8 FLOOR BOX #4 DM-RX & NVX ENC #4 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #4 DM-RX & NVX ENC #4 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 A5A5AUD OUT PODIUM FLOOR BOX #4 DM-TX #4 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S PODIUM FLOOR BOX #4 DM-TX #4 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #4 DM-RX & NVX ENC #4 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45 A5AUD OUT PODIUM FLOOR BOX #4 DM-TX #4 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S XLR3XLR3MIC INPUT 9 XLR3XLR3MIC INPUT 10 FLOOR BOX #4 DM-RX & NVX ENC #5 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #4 DM-RX & NVX ENC #5 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 A5A5AUD OUT FLOOR BOX #5 DM-TX #5 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #5 DM-TX #5 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #4 DM-RX & NVX ENC #5 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45 A5AUD OUT FLOOR BOX #5 DM-TX #5 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S XLR3XLR3MIC INPUT 11 FRONT WALL BOX DM-RX & NVX ENC #6 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FRONT WALL BOX DM-RX & NVX ENC #6 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FRONT WALL BOX DM-TX #6 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FRONT WALL BOX DM-TX #6 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S XLR3XLR3MIC INPUT 12 FLOOR BOX #1 DM-RX & NVX ENC #7 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #1 DM-RX & NVX ENC #7 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FLOOR BOX #1 DM-TX#7 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #1 DM-TX#7 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #2 DM-RX & NVX ENC #8 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45SRJ45S RJ45RJ45 FLOOR BOX #2 DM-RX & NVX ENC #8 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45S RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FLOOR BOX #2 DM-TX#8 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #2 DM-TX#8 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #3 DM-RX & NVX ENC #9 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45SRJ45S RJ45RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FLOOR BOX #3 DM-TX#9 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #3 DM-TX#9 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S FRONT WALL BOX #4 DM-RX & NVX ENC #10 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45SRJ45S RJ45RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FRONT WALL BOX #4 DM-TX#10 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FRONT WALL BOX #4 DM-TX#10 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S FLOOR BOX #5 DM-RX & NVX ENC #11 Crestron DM-NVX-E760C (PN: 6511005)InOutDM INPUT LAN 1RJ45SRJ45S RJ45RJ45 LAN 2 RJ45RJ45 P5P5AUD OUT FLOOR BOX #5 DM-TX#11 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMIHDMI RJ45SRJ45S FLOOR BOX #5 DM-TX#11 Crestron DMTX-4KZ-100- C-1G-B-T (PN: 6510626)InOutHDMI IN DM OUTPUTHDMI RJ45S TO TESIRA SERVER-IO IN 5-1 TO TESIRA SERVER-IO IN 5-2 TO TESIRA SERVER-IO IN 5-3 TO TESIRA SERVER-IO IN 5-4 TO TESIRA SERVER-IO IN 6-1 TO TESIRA SERVER-IO IN 6-2 TO TESIRA SERVER-IO IN 6-3 TO TESIRA SERVER-IO IN 6-4 TO TESIRA SERVER-IO IN 7-1 TO TESIRA SERVER-IO IN 7-2 TO TESIRA SERVER-IO IN 7-3 NVX DECODER #1 Crestron DM-NVX-D30C (PN: 6509501)OutHDMI OUT LAN HDMIHDMI RJ45RJ45 P5P5AUD OUT TO TESIRA SERVER-IO IN 8-1 NVX DECODER #2 Crestron DM-NVX-D30C (PN: 6509501)OutHDMI OUT LAN HDMIHDMI RJ45RJ45 P5P5AUD OUT TO TESIRA SERVER-IO IN 8-2 TO TESIRA SERVER-IO IN 1-1 TO TESIRA SERVER-IO IN 1-2 TO TESIRA SERVER-IO IN 1-3 TO TESIRA SERVER-IO IN 2-2 TO TESIRA SERVER-IO IN 2-3 TO TESIRA SERVER-IO IN 2-4 TO TESIRA SERVER-IO IN 1-4 TO TESIRA SERVER-IO IN 2-1 TO TESIRA SERVER-IO IN 3-1 TO TESIRA SERVER-IO IN 3-2 TO TESIRA SERVER-IO IN 3-3 TO TESIRA SERVER-IO IN 3-4 BLURAY PLAYER TASCAM BD-MP4KIn OutRS-2329D9D HDMI OUT HDMIHDMI A2A2AUD OUT TO TESIRA SERVER-IO IN 8-3 BLURAY NVX ENC #12 Crestron DM-NVX-E30C (PN: 6509497)InOutHDMI IN LAN 1HDMIHDMI RJ45RJ45WINDMILL ROOM FLOOR AND WALL BOXESWINDMILL PJ-1 NVX-DEC #4 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45RJ45 P5P5 WINDMILL PJ-1 NVX-DEC #4 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45 P5COM HDMIHDMI WINDMILL PJ-1 OPTOMA ZU720TIn HDMI INHDMIHDMI SERIALDB9DB9 WINDMILL PJ-1 NVX-DEC #4 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45 P5COM HDMI WINDMILL PJ-1 OPTOMA ZU720TIn HDMI INHDMI SERIALDB9 WINDMILL PJ-2 NVX-DEC #5 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45RJ45 P5P5 WINDMILL PJ-2 NVX-DEC #5 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45 P5COM HDMIHDMI WINDMILL PJ-2 OPTOMA ZU720TIn HDMI INHDMIHDMI SERIALDB9DB9 WINDMILL PJ-2 NVX-DEC #5 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45 P5COM HDMI WINDMILL PJ-2 OPTOMA ZU720TIn HDMI INHDMI SERIALDB9 WILLOW PJ-1 NVX-DEC #6 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45RJ45 P5P5 WILLOW PJ-1 NVX-DEC #6 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45 P5COM HDMIHDMI WILLOW PJ-1 OPTOMA ZU720TIn HDMI INHDMIHDMI SERIALDB9DB9 WINDMILL SCREEN – 1- OFE RLY1RLY1 RELAY RLY1 RELAY WINDMILL SCREEN – 1- OFE RLY1 RELAY WILLOW SCREEN – 1- OFE RLY1RLY1 RELAY RLY1 RELAY WILLOW SCREEN – 1- OFE RLY1 RELAY LOBBY LEFT DISPLAY NVX-DEC #7 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI LOBBY LEFT 65" DISPLAY NEC E656 (OFE)InHDMI IN HDMIHDMI SERIALDB9DB9 LOBBY LEFT DISPLAY NVX-DEC #7 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45 P5COM HDMI LOBBY LEFT 65" DISPLAY NEC E656 (OFE)InHDMI IN HDMI SERIALDB9 LOBBY RIGHT DISPLAY NVX-DEC #8 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI LOBBY RIGHT 65" DISPLAY NEC E656 (OFE)InHDMI IN HDMIHDMI SERIALDB9DB9 SW-1 PORT 20 <> PP-1-20 SW-1 PORT 21 <> PP-1-21 SW-1 PORT 22 <> PP-1-22 SW-1 PORT 23 <> PP-1-23 SW-1 PORT 24 <> PP-1-24 PP-1-5 <> SW-1 PORT 5 PP-1-6 <> SW-1 PORT 6 PP-1-7 <> SW-1 PORT 7 PP-1-8 <> SW-1 PORT 8 PP-1-9 <> SW-1 PORT 9 PP1-10 <> SW-1 PORT 10 PP-1-11 <> SW-1 PORT 11 PP-1-12 <> SW-1 PORT 12 PP-1-13 <> SW-1 PORT 13 PP-1-14 <> SW-1 PORT 14 PP-1-15 <> SW-1 PORT 15 PP-1-16 <> SW-1 PORT 16 PP-1-17 <> SW-1 PORT 17 PP-1-18 <> SW-1 PORT 18WILLOW ROOM FLOOR AND WALL BOXESDMF-CI-8 DM-NVX CARD FRAME #1 (P/N: 6507968) DMF-CI-8 DM-NVX CARD FRAME #2 (P/N: 6507968) WINDMILL SCREEN – 2- OFE RLY1RLY1 RELAY RLY1 RELAY WINDMILL SCREEN – 2- OFE RLY1 RELAY AV RACK WINDMILL ROOM WILLOW ROOM LOBBY NVX DECODER #3 Crestron DM-NVX-D30C (PN: 6509501)OutHDMI OUT LAN HDMIHDMI RJ45RJ45 P5P5AUD OUT PP-1-19 <> SW-1 PORT 19 TOTEVISION LED-1562HDRIn HDMI IN HDMIHDMI AUDIO INR2R2 AV RACK AV RACK CONFIDENCE MONITOR VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL & WILLOW PRESENTATION A/V & INPUT BOX CONCEPT SIZE DWG NO REV B AV-101 3 SCALE NTS SHEET 2 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL & WILLOW PRESENTATION A/V & INPUT BOX CONCEPT SIZE DWG NO REV B AV-101 3 SCALE NTS SHEET 2 OF 14 ZOOM CONVERTER - OFE ROLAND VR-3EXIn OutHDMI IN 1X3M USB-BUSB OUT TO ZOOM LAPTOP PC NETWORK RJ45 TO CITY NETWORKAV ROOM NOTE: THIS REVISION HAS UPDATED NETWORK SWITCH & PATCH PANEL INFORMATION 5.6.c Packet Pg. 168 BiAMP Tesira Server I/OIn OutFROM FLOOR BOX #1 MIC-1 SLOT 1 AUDIO DIGITAL SIGNAL PROCESSOR QUAD AUDIO SUMMING AMPLIFIER #1 EXTRON ASA 304 (P/N: 60-552-20)InOutIN 1 SEC-4 #1 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SEC-4 #2 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SEC-4 #3 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SEC-4 #4 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SIC-4 #1 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SIC-4 #2 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SIC-4 #3 PH3 IN 2PH3 IN 3PH3 IN 4PH3 IN 1 SIC-4 #4 PH3 IN 2PH3 IN 3PH3 IN 4PH3 SLOT 2 SLOT 3 SLOT 4 SLOT 5 SLOT 6 SLOT 7 SLOT 8 SLOT 9 SLOT 10 SLOT 11 OUT 1 SOC-4 #2 PH3 OUT 2 PH3 OUT 3 PH3 OUT 4 PH3 OUT 1 SOC-4 #3 PH3 OUT 2 PH3 OUT 3 PH3 OUT 4 PH3 L/R IN 1PH5 L/R IN 2PH5 L/R IN 3PH5 L/R IN 4PH5 MONO OUT 1 PH5 MONO OUT 2 PH5 MONO OUT 3 PH5 MONO OUT 4 PH5 FROM FLOOR BOX #1 MIC-2 FROM FLOOR BOX #1 MIC-3 FROM FLOOR BOX #2 MIC-4 FROM FLOOR BOX #2 MIC-5 FROM FLOOR BOX #3 MIC-6 FROM FLOOR BOX #3 MIC-7 FROM FLOOR BOX #3 MIC-8 FROM FLOOR BOX #4 MIC-9 FROM FLOOR BOX #4 MIC-10 FROM FLOOR BOX #5 MIC-11 FROM FRONT WALL BOX MIC-12 FROM WINDMILL FLOOR BOX #1 DM-RX & NVX ENC #1 FROM WINDMILL FLOOR BOX #2 DM-RX & NVX ENC #2 FROM WINDMILL FLOOR BOX #3 DM-RX & NVX ENC #3 FROM WINDMILL FLOOR BOX #4 DM-RX & NVX ENC #4 FROM WINDMILL FLOOR BOX #5 DM-RX & NVX ENC #5 FROM WINDMILL FRONT WALL BOX DM-RX & NVX ENC #6 FROM WILLOW FLOOR BOX #1 DM-RX & NVX ENC #7 FROM WILLOW FLOOR BOX #2 DM-RX & NVX ENC #8 FROM WILLOW FLOOR BOX #3 DM-RX & NVX ENC #9 FROM WILLOW FRONT WALL BOX #4 DM-RX & NVX ENC #10 FROM WILLOW FLOOR BOX #5 DM-RX & NVX ENC #11 FROM BLURAY NVX ENC #12 FROM SYSTEM DECODER #1 FROM SYSTEM DECODER #2 QUAD AUDIO SUMMING AMPLIFIER #2 EXTRON ASA 304 (P/N: 60-552-20)InOutL/R IN 1PH5PH5 L/R IN 2PH5PH5 L/R IN 3PH5PH5 L/R IN 4PH5PH5 MONO OUT 1 PH5PH5 MONO OUT 2 PH5PH5 MONO OUT 3 PH5PH5 MONO OUT 4 PH5PH5 QUAD AUDIO SUMMING AMPLIFIER #3 EXTRON ASA 304 (P/N: 60-552-20)InOutL/R IN 1PH5 L/R IN 2PH5 L/R IN 3PH5 L/R IN 4PH5 MONO OUT 1 PH5 MONO OUT 2 PH5 MONO OUT 3 PH5 MONO OUT 4 PH5 QUAD AUDIO SUMMING AMPLIFIER #4 EXTRON ASA 304 (P/N: 60-552-20)InOutL/R IN 1PH5PH5 L/R IN 2PH5PH5 L/R IN 3PH5PH5 L/R IN 4PH5PH5 MONO OUT 1 PH5PH5 MONO OUT 2 PH5PH5 MONO OUT 3 PH5PH5 MONO OUT 4 PH5PH5 AVB AUDIO PRIMARY RJ45 SLOT 12 SVC-2 SLOT 13 AVB-1 SLOT 14 SNC-1 VoIP RJ45 LAN PRIMARY RJ45 AUDIO TO BROADCAST ROOM SOLID STATE AUDIO RECORDER TASCAM SS-R250NIn OutAUD IN CH 1 AUD OUT CH 1X3M X3F AUD OUT CH 2 X3F FROM TASCAM AUDIO RECORDER AUD IN CH 2X3M TO AUDIO SUMMING AMP #4 CH 3 L/R IN RACKMOUNT AUDIO MONITOR MARSHALL AR-AM4-BG-2In OutAUD IN 1/L AUD OUT CH 1X3M X3F AUD OUT CH 2 X3FAUD IN 1/RX3M AUD OUT CH 1 RCA AUD OUT CH 2 RCA AUD IN 2/LX3M AUD IN 2/RX3M ASSISTIVE LISTENING SYSTEM - OFE SENNHEISER SI-1015In OutAUD IN CH 1 ANT OUT AX3M BNC ANT OUT B BNCAUD IN CH 2X3M AUDIO TO PRESS PANEL (See Detail) TO SENNHEISER SZI-1015 RF RADIATORS ZOOM CONVERTER - OFE ROLAND VR-3EXIn OutAUD IN CH 1X3M USB-BUSB OUT TO ZOOM LAPTOP PC OUT 1 SOC-4 #1 PH3 OUT 2 PH3 OUT 3 PH3 OUT 4 PH3 AUDIO POWER AMPLIFIER #1 QSC MP-A20VIn Out70V OUT CH 1 PHX4 70V OUT CH 2 PHX4 AUD IN CH 1PHX3 AUD IN CH 2PHX3 AUDIO POWER AMPLIFIER #2 QSC MP-A20VIn Out70V OUT CH 1 PHX4 70V OUT CH 2 PHX4 AUD IN CH 1PHX3 AUD IN CH 2PHX3 TO WINDMILL ROOM CEILING SPEAKERS ZONE 1 TO WINDMILL ROOM CEILING SPEAKERS ZONE 2 TO WINDMILL ROOM CEILING SPEAKERS ZONE 3 TO WILLOW ROOM CEILING SPEAKERS PRESS PANEL DETAIL WIRELESS MIC RECEIVER SHURE ULXD4Q QUAD CH WRLS MIC RXIn OutANT A LAN BNC RJ45 X3FAUD OUT 1 ANT BBNC X3FAUD OUT 2 X3FAUD OUT 3 X3FAUD OUT 4 PP-1-26 <> SW-1 PORT 26 PP-1-25 <> SW-1 PORT 25 TO CITY NETWORK – VoIP LINE NETWORK RJ45 TO CITY NETWORK CITY OF DIAMOND BAR WINDMILL & WINDMILL ROOM AV UPGRADE AUDIO SYSTEM & PRESS PANEL CONCEPT DIAGRAM AUDIO DISTRIBUTION AMPLIFIER RDL ST-DA3In OutAUD INS1 AUD OUT 1 S1 AUD OUT 2 S1 AUD OUT 3 S1 DEVICE IS LOCATED BEHIND THE PRESS PANEL IN A LOW VOLTAGE 3- GANG OPENING. IT IS POWERED FROM A 24VDC POWER SUPPLY IN THE AV CONTROL ROOM & 16 GAGE 2- CONDUCTOR CABLE. SDI VIDEO DISTRIBUTION AMPLIFIER BZBGEAR BG-DA-12GS1x4In OutSDI INBNC SDI OUT 1 BNC SDI OUT 2 BNC SDI OUT 3 BNC SDI OUT 4 BNC DEVICE IS LOCATED BEHIND THE PRESS PANEL IN A LOW VOLTAGE 3- GANG OPENING. IT IS POWERED FROM A 12VDC POWER SUPPLY IN THE AV CONTROL ROOM & 16 GAGE 2- CONDUCTOR CABLE. PRESS PANEL LINE-LEVEL AUDIO HD-SDI VIDEO w/ EMBEDDED AUDIO FROM TESIRA SERVER I/O SLOT 11/OUT 3 FROM BROADCAST ROOM SDI PROGRAM DISTRIBUTION AUDIO DISTRIBUTION AMPLIFIER RDL ST-DA3In OutAUD INS1 AUD OUT 1 S1 AUD OUT 2 S1 AUD OUT 3 S1 DEVICE IS LOCATED BEHIND THE PRESS PANEL IN A LOW VOLTAGE 3- GANG OPENING. IT IS POWERED FROM A 24VDC POWER SUPPLY IN THE AV CONTROL ROOM & 16 GAGE 2- CONDUCTOR CABLE. SDI VIDEO DISTRIBUTION AMPLIFIER BZBGEAR BG-DA-12GS1x4In OutSDI INBNC SDI OUT 1 BNC SDI OUT 2 BNC SDI OUT 3 BNC SDI OUT 4 BNC DEVICE IS LOCATED BEHIND THE PRESS PANEL IN A LOW VOLTAGE 3- GANG OPENING. IT IS POWERED FROM A 12VDC POWER SUPPLY IN THE AV CONTROL ROOM & 16 GAGE 2- CONDUCTOR CABLE. PRESS PANEL LINE-LEVEL AUDIO HD-SDI VIDEO w/ EMBEDDED AUDIO FROM TESIRA SERVER I/O SLOT 11/OUT 3 FROM BROADCAST ROOM SDI PROGRAM DISTRIBUTION AV RACK AV RACK AV RACK AV RACK AV RACK AV RACK AV ROOM AV RACK AV RACK AV RACK AV RACK AV RACK WINDMILL ROOM WILLOW ROOM VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL & WILLOW ROOM AUDIO CONCEPT SIZE DWG NO REV B AV-102 3 SCALE NTS SHEET 3 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL & WILLOW ROOM AUDIO CONCEPT SIZE DWG NO REV B AV-102 3 SCALE NTS SHEET 3 OF 14 USE EXISTING OFE 70V CEILING LOUDSPEAKERS VERIFY COUNT AND NEW TAP VALUES IN FIELD NOTE: THIS REVISION HAS UPDATED NETWORK SWITCH & PATCH PANEL INFORMATION 5.6.c Packet Pg. 169 AV ROOM WINDMILL RM BROADCAST CONSOLE WILLOW RM WINDMILL PJ-1 NVX-DEC #3 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI WINDMILL PJ-1 OPTOMA ZU720TIn HDMI INHDMIHDMI SERIALDB9DB9 WINDMILL PJ-2 NVX-DEC #4 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI WINDMILL PJ-2 OPTOMA ZU720TIn HDMI INHDMIHDMI SERIALDB9DB9 WILLOW PJ-1 NVX-DEC #6 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI WILLOW PJ-1 OPTOMA ZU720TIn HDMI INHDMIHDMI SERIALDB9DB9 WINDMILL SCREEN – 1- OFE RLY1RLY1 RELAY RLY1 RELAY WINDMILL SCREEN – 1- OFE RLY1 RELAY WINDMILL SCREEN – 2- OFE RLY1RLY1 RELAY RLY1 RELAY WINDMILL SCREEN – 2- OFE RLY1 RELAY WILLOW SCREEN – 1- OFE RLY1RLY1 RELAY DENOTES CONNECTION THROUGH PATCH PANELS & TO NETWORK SWITCH LOBBY LEFT DISPLAY NVX-DEC #7 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI LOBBY LEFT 65" DISPLAY NEC E656 (OFE)InHDMI IN HDMIHDMI SERIALDB9DB9 LOBBY RIGHT DISPLAY NVX-DEC #8 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45RJ45 P5P5COM HDMIHDMI LOBBY RIGHT 65" DISPLAY NEC E656 (OFE)InHDMI IN HDMIHDMI SERIALDB9DB9 SW-1 PORT 22 <> PP1-22 SW-1 PORT 23 <> PP1-23 SW-2 PORT 2 <> PP-2-2 SW-1 PORT 24 <> PP1-24 SW-1 PORT 25 <> PP1-25 SW-1 PORT 26 <> PP1-26 BLURAY PLAYER TASCAM BD-MP4KIn RS232DB9DB9 CONTROL PROCESSOR Crestron CP4N (PN: 6511817)InOutCOM 1 PHX5PHX5 COM 2 PHX5PHX5 COM 3 PHX3PHX3 COM 4 PHX3PHX3 COM 5 PHX3PHX3 IR 1 PHX2PHX2 RF GATEWAY CRESTRON CEN-GWEXER (P/N: 6507326)InOutLAN ANTENNAD1D1 WINDMILL FRONT WALL TOUCH PANEL CRESTRON TSW-770-B-S (P/N: 6510814)InLAND1D1 WINDMILL FRONT WALL TOUCH PANEL CRESTRON TSW-770-B-S (P/N: 6510814)InLAND1 WILLOW FRONT WALL TOUCH PANEL CRESTRON TSW-770-B-S (P/N: 6510814)InLAND1D1 WILLOW FRONT WALL TOUCH PANEL CRESTRON TSW-770-B-S (P/N: 6510814)InLAND1 WINDMILL DOCKING WIRELESS TOUCH PANEL CRESTRON TST-902 (P/N: 6508349)InINTERNAL ANTENNA SOLID STATE AUDIO RECORDER TASCAM SS-R250NIn RS232 DB9 LAN RJ45RJ45 AUDIO DSP BiAMP TESIRA SERVER I/OIn LANRJ45RJ45 BROADCAST ROOM CONTROL COMPUTER X PANEL & SYSTEM CONTROL OFE COMPUTERIn LANRJ45RJ45 WIRLESS MIC RECEIVER SHURE ULXD4QIn LANRJ45RJ45 RELAY 3 PHX2PHX2 RELAY 4 PHX2PHX2 RELAY 5 PHX2PHX2 RELAY 6 PHX2PHX2 RELAY 7 PHX2PHX2 RELAY 8 PHX2PHX2 RELAY 1 PHX2PHX2 RELAY 2 PHX2PHX2 SW-2 PORT 3 <> PP-2-3 SW-2 PORT 4 <> PP-2-4 SW-2 PORT 13 <> PP-2-13 SW-1 PORT 25 <> PP-1-25 SW-1-PORT 26 <> PP-2-26 PP-1-1 <> SW-1 PORT 1 DM NVX CONTROLLER CRESTRON DM-NVX-DIR-80 (P/N: 6508605)InLAND1D1 SW-2 PORT 1 <> PP-2-1 SW-x PORT x <> PP-x-x 2 RELAYS USED FOR EACH PROJECTION SCREEN UP/DOWNAV RACK AV RACK AV RACK AV RACK AV RACK AV RACK BROADCAST ROOM WINDMILL ROOM WILLOW ROOM LOBBY BROADCAST CONSOLE BROADCAST ROOM TOUCH PANEL CRESTRON TS-770-B-S (P/N: 6510820)InLANRJ45RJ45 SW-2 PORT 11 <> PP-2-11 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL & WILLOW ROOMS CONTROL SYSTEM CONCEPT SIZE DWG NO REV B AV-103 3 SCALE NTS SHEET 4 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL & WILLOW ROOMS CONTROL SYSTEM CONCEPT SIZE DWG NO REV B AV-103 3 SCALE NTS SHEET 4 OF 14 NOTE: THIS REVISION HAS UPDATED NETWORK SWITCH & PATCH PANEL INFORMATION 5.6.c Packet Pg. 170 BRDCST CONSOLE BRDCST CONSOLE BRDCST CONSOLE BRDCST CONSOLE CEILING NORTH WALL PTZ CAM #1 VADDIO ROBOSHOT 12E HDBT ONELINK SYS (P/N: 999-99600-200W)OutOneLINK RJ45 RJ45SRJ45SOneLINK RJ45 RJ45S NORTH WALL PTZ CAM #1 OneLINK RX VADDIO ROBOSHOT 12E HDBT ONELINK SYS (P/N: 999-99600-200W)InOutOneLink RJ45 HDMI OUTRJ45SRJ45S HDMIHDMI RS232 RJ45RJ45 BMCBMCSDI OUT RJ45RJ45NETWORK EAST WALL PTZ CAM #2 VADDIO ROBOSHOT 30E HDBT ONELINK SYS (P/N: 999-99630-200W)OutOneLINK RJ45 RJ45SRJ45SOneLINK RJ45 RJ45S EAST WALL PTZ CAM #2 OneLINK RX VADDIO ROBOSHOT 30E HDBT ONELINK SYS (P/N: 999-99630-200W)InOutOneLink RJ45 HDMI OUTRJ45SRJ45S HDMIHDMI RS232 RJ45RJ45 BNCBNCSDI OUT RJ45RJ45NETWORK SOUTH WALL PTZ CAM #3 VADDIO ROBOSHOT 12E HDBT ONELINK SYS (P/N: 999-99600-200W)OutOneLINK RJ45 RJ45SRJ45SOneLINK RJ45 RJ45S SOUTH WALL PTZ CAM #3 OneLINK RX VADDIO ROBOSHOT 12E HDBT ONELINK SYS (P/N: 999-99600-200W)InOutOneLink RJ45 HDMI OUTRJ45SRJ45S HDMIHDMI RS232 RJ45RJ45 BNCBNCSDI OUT RJ45RJ45NETWORK WEST WALL PTZ CAM #4 VADDIO ROBOSHOT 12E HDBT ONELINK SYS (P/N: 999-99600-200W)OutOneLINK RJ45 RJ45SRJ45SOneLINK RJ45 RJ45S WEST WALL PTZ CAM #4 OneLINK RX VADDIO ROBOSHOT 12E HDBT ONELINK SYS (P/N: 999-99600-200W)InOutOneLink RJ45 HDMI OUTRJ45SRJ45S HDMIHDMI RS232 RJ45RJ45 BNCBNCSDI OUT RJ45RJ45NETWORK VADDIO AV Bridge MatrixMIX (P/N: 999-5660-500)InOutHDMI IN 1 MULTIVIEWER HDMI OUT HDMIHDMI HDMIHDMI RJ45RJ45NETWORK CAM 1 RS232RJ45RJ45 HDMI IN 2HDMIHDMI CAM 2 RS232RJ45RJ45 HDMI IN 3HDMIHDMI CAM 3 RS232RJ45RJ45 HDMI IN 4HDMIHDMI CAM 4 RS232RJ45RJ45 HDMI IN 7HDMIHDMI HDMI IN 8HDMIHDMI PRESENTATION SOURCE-1 NVX-DEC #9 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45RJ45 P5P5AUDIO OUT HDMIHDMI PRESENTATION SOURCE-2 NVX-DEC #10 Crestron DM-NVX-D30 (PN: 6511507)InOutLAN HDMI OUTRJ45RJ45 P5P5AUDIO OUT HDMIHDMI REAR USB 2.0 USB-BUSB-B PRODUCTION CONTOL MULTIVIEW TOUCH SCREEN MONITOR VADDIO TELETOUCH 27 (PN: 999-80000-027)InHDMI INV1V1 USB USB-A PROGRAM HDMI OUT HDMIHDMI PROGRAM HDMI DISTRIBTION AMPLIFIER ATLONA AT-RON-444In OutHDMI IN HDMI OUT 1HDMIHDMI HDMIHDMI CONSOLE 1 NVX ENCODER #1 Crestron DM-NVX-E30 (PN: 6509496)InOutHDMI IN 1 LANHDMIHDMI RJ45RJ45 CONSOLE 1 NVX ENCODER #1 Crestron DM-NVX-E30 (PN: 6509496)InOutHDMI IN 1 LANHDMI RJ45 HDMI OUT 2 HDMIHDMI HDMI OUT 3 HDMIHDMI HDMI OUT 4 HDMIHDMI PROGRAM HDMI TO SDI CONVERTER BLACKMAGIC DESIGN TERANEX MINI HDMI TO SDI (PN CONVNTRM/AB/HSDI)InOutHDMI IN SDI OUT 1HDMIHDMI BNCBNC PROGRAM MONITOR JVC DT-N17F (PN: DT-N17F)InHDMI IN HDMIHDMI SDI IN 1HDMIHDMI SDI IN 2BNCBNC VID INBNCBNC SDI OUT 2 BNCBNC FROM SDI ROUTER OUT “x” FROM ANALOG PROGRAM VIDEO DISTRIBUTION VADDIO PCC MATRIX MIX (P/N: 999-5660-500)InNETWORK PoERJ45 PCC MatrixMIX Live Production Controller AV Bridge MatrixMIX WINDMILL ROOM AMBIENT MIC LOUROE VERIFACT-A OutAUDIO OUT T3T3AUDIO OUT T3 WINDMILL AMBIENT MIC BASE STATION LOUROE APR-1In OutAUD OUT R2R2AUD IN CH 1T3T3 TO SDI ROUTER IN “x” PRODUCTION AUDIO MIXER Mackie Mix8In OutLINE IN 1P-TRSP-TRS LINE IN 2P-TRSP-TRS LINE IN 3P-TRSP-TRS MAIN OUT L P-TRSP-TRS MAIN OUT R P-TRSP-TRS CTL RM OUT L P-TRSP-TRS CTL RM OUT R P-TRSP-TRS LINE IN 4P-TRSP-TRS MIC/LINE IN 1PH3PH3 MIC/LINE IN 2PH3PH3 JVC PRO C2PSInCONTROL ROOM POWERED AUDIO MONITOR MASTERP-TRSP-TRS EXTENSION SPEAKERP-TRSP-TRS PP-2-9 <> SW-2 PORT 9 PP-2-10 <> SW-2 PORT 10 PP-2-5 <> SW-2 PORT 5 PP-2-6 <> SW-2 PORT 6 PP-2-7 <> SW-2 PORT 7 PP-2-8 <> SW-2 PORT 8 PP-2-4 <> SW-2 PORT 4 WINDMILL ROOM BRDCST RK BRDCST RK BRDCST RK BRDCST RK BRDCST RK BRDCST RK BRDCST CONSOLE BRDCST CONSOLE BRDCST RK BRDCST CONSOLE BRDCST RK BRDCST RK BRDCST RK BRDCST CONSOLE FROM WINDMILL RM AV RACK TESIRA SERVER I/O SLOT 10 OUT 1 LINE OUT 1 PH3PH3 LINE OUT 2 PH3PH3 LINE IN 5P-TRSP-TRS LINE IN 6P-TRSP-TRS FROM BACKROUND MUSIC SOURCE BROADCAST ROOM TOUCH PANEL CRESTRON TS-770-B-S (P/N: 6510820)InLANRJ45RJ45 PP-2-11 <> SW-2 PORT 11 TO SDI ROUTER IN ‘X’ TO SDI ROUTER IN ‘X’ TO SDI ROUTER IN ‘X’ TO SDI ROUTER IN ‘X’ TAPE OUT L RCARCA TAPE OUT R RCARCA ESE ES-216 P4 DSInAUDIO VU METER INPUT LPUSH ON PUSH ON PUSH ON PUSH ON SW-2 PORT 2<> PP-2-2 SW-2 PORT 3<> PP-2-3 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE BROADCAST ROOM PRODUCTION VIDEO AND AUDIO CONCEPT SIZE DWG NO REV B AV-104 3 SCALE NTS SHEET 5 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE BROADCAST ROOM PRODUCTION VIDEO AND AUDIO CONCEPT SIZE DWG NO REV B AV-104 3 SCALE NTS SHEET 5 OF 14 INPUT R SDI TO HDMI CONVERTER BLACKMAGIC CONVCMIC/SH03G/WPSUIn OutBEHIND 55" WALL DISPLAY HDMIHDMIHDMI OUTBNCBNCSDI IN FROM CABLE TV RF WALL MOUNTED 55" WALL MOUNTED DISPLAY SAMSUNG QN55Q70AAFXZAIn HDMI IN 1 HDMIHDMI HDMI IN 2 HDMIHDMI CABLE TV SET TOP BOX (OFE) ??????InOutBROADCAST RACK or TBD HDMIHDMIHDMI OUTRFRFRF IN FROM SDI ROUTER OUT ‘X’ NOTE: THIS REVISION HAS UPDATED NETWORK SWITCH & PATCH PANEL INFORMATION 5.6.c Packet Pg. 171 BRDCST RK (REAR) VIDEO-ON-DEMAND & AUTOMATION SERVER CABLECAST CBL-SVR-450-VOD-10 w/ CBL-STRUPG-40In OutVGA OUTRJ45RJ45 USB 15HD15HDNETWORK VIDEO SERVER CABLECAST CBL-VIO4-600 w/ CBL-STRUPG-40In OutBNCBNCSDI OUT 1 (CH 2) SWR 2 PORT 20 <> PP-2-20 SW-2 PORT 14 <> PP-2-14 BRDCST RK BRDCST RK TO SDI ROUTER IN ‘X’ USB-BUSB-B RJ45RJ45 NETWORK KVM DONGLE #x RARITAN DCIM-USBG2In OutVGA/ USB CAT RJ45RJ45 VGA OUT USB 15HD15HD USB-BUSB-B KVM DONGLE #x RARITAN DCIM-USBG2In OutVGA/ USB CAT RJ45RJ45 BNCBNCSDI OUT 2 (CH 3)TO SDI ROUTER IN ‘X’ BNCBNCSDI OUT 3 (CH 4)TO SDI ROUTER IN ‘X’ BNCBNC IN 1 (CH 1)TO SDI ROUTER OUT ‘X’ LIVE SERVER CABLECAST CBL-LIVE-350In OutBRDCST RK RJ45RJ45 NETWORK VGA OUT USB 15HD15HD USB-BUSB-B KVM DONGLE #x RARITAN DCIM-USBG2In OutVGA/ USB CAT RJ45RJ45 BNCBNC IN 1 (CH 1)TO SDI ROUTER OUT ‘X’ BNCBNC G/L IN CG ‘BULLETIN BOARD’ SERVER CABLECAST CBL-VIOLITE-CG-SVRIn OutBRDCST RK RJ45RJ45 NETWORK VGA OUT USB 15HD15HD USB-BUSB-B KVM DONGLE #x RARITAN DCIM-USBG2In OutVGA/ USB CAT RJ45RJ45 BNCBNC G/L IN BNCBNCSDI OUT TO SDI ROUTER IN ‘X’ WEB STREAM ENCODER BLACKAGIC WEPRESENTER 4K ULTRAIn OutBRDCST RK RJ45RJ45 NETWORK BNCBNCSDI OUT TO SDI ROUTER IN ‘X’ BNCBNC SDI INTO SDI ROUTER OUT ‘X’ DUAL CHANNEL FRAMER SYNCHRONIZER AJA FS-2In OutBRDCST RK RJ45RJ45 NETWORK BNCBNCSDI OUT CH 1 TO SDI ROUTER IN ‘X’ BNCBNC SDI IN CH 1TO SDI ROUTER OUT ‘X’BNCBNCSDI OUT CH 2 TO SDI ROUTER IN ‘X’ BNCBNC SDI IN CH 2TO SDI ROUTER OUT ‘X’ DIGITAL DISK RECORDER AJA KiPRO Rack (OFE)InOutBRDCST RK RJ45RJ45 NETWORK BNCBNCSDI OUT 1 TO SDI ROUTER IN ‘X’ BNCBNC SDI IN 1TO SDI ROUTER OUT ‘X’X3MAUD OUT 1 X3MAUD OUT 2 AUDIO LEVELER LINEAR ACOUSTIC AERO.lite (OFE)InOutBRDCST RK RJ45RJ45 NETWORK BNCBNCSDI OUT TO SDI ROUTER IN ‘X’ BNCBNC SDI IN TO SDI ROUTER OUT ‘X’ SYNC & TEST GENERATOR ENSEMBLE DESIGN BRIGHT EYE 55In OutBRDCST RK BNCBNCSDI OUT TO SDI ROUTER IN ‘X’BNCBNC REF INREF IN BNCBNCTRI-LEVEL OUT TRI-LEVEL SYNC DISTRIBUTION AMPLIFIER AJA C10DAIn OutBNCBNC TRI-LEVEL IN BNCBNCTRI-LEVEL OUT BNCBNCTRI-LEVEL OUT BNCBNCTRI-LEVEL OUT BNCBNCTRI-LEVEL OUT BNCBNCTRI-LEVEL OUT BNCBNCTRI-LEVEL OUT SIGNAL FAILURE BYPASS MEDIA CTRL SYS SPYGLASS PRO HD (OFE)InOutBRDCST RK RJ45RJ45 NETWORK BNCBNC SDI IN ASDI ROUTER OUT ‘X’ BNCBNC SDI IN BSDI ROUTER OUT ‘X’ BNCBNCSDI OUT SDI ROUTER IN ‘X’ RACK MONITOR MARSHALL V-MD173 (OFE)InSDI IN 1BNCBNC SDI IN 2BNCBNC BRDCST RK DUAL 7" HD MONITOR WOHLER RM-3270W-HD (OFE)InOutBRDCST RK BNCBNCSDI LOOP 1 BNCBNCSDI LOOP 2 BNCBNC SDI IN 1 BNCBNC SDI IN 2 AQMD SIGNAL RECEIVER RADIANT VAB-700 (OFE)OutInBRDCST RK BNCBNCVIDEO OUT T3T3AUDIO OUT OPTOPT OPTICAL IN ANALOG TO SDI CONVERTER BLACKMAGIC DESIGN TERANEX MINI ANALOG TO SDI (P/N: CONVNTRM/BB/ANSDI)InOutBRDCST RK BNCBNC VIDEO IN X3FX3F AUDIO IN SDI OUT 1 BNCBNC X3FX3F AUDIO IN SW-2 PORT 15 <> PP-2-15 SW-2 PORT 16 <> PP-2-16 TO CITY NETWORK SW-2 PORT 18 <> PP-2-18 SW-2 PORT 19 <> PP-2-19 BLACKMAGIC DESIGNS SmartHub 20x20 (P/N: VHUBSMART6G2020)InBRDCST RK SDI MATRIX ROUTER SWR 2 PORT 21 <> PP-2-21 RJ45RJ45 NETWORK BNCBNC REF IN Note:Only Network & Reference Connections are Shown Here. Refer to Router I/O Diagram for Source and Destination Connections. SDI ROUTER OUT ‘X’ SDI ROUTER OUT ‘X’ SDI ROUTER OUT ‘X’ SDI ROUTER OUT ‘X’ FROM SERVER ROOM OPTICAL PATCH PANEL KVM SWTCH RARITAN DKX3-108In OutBRDCST RK DVI-DDVI-DLOCAL VIDEO USBUSBFRONT RJ45RJ45 KVM IN 1 RJ45RJ45 KVM IN 2 RJ45RJ45 KVM IN 3 RJ45RJ45 KVM IN 4 RJ45RJ45 KVM IN 5 RJ45RJ45 KVM IN 6 RJ45RJ45 KVM IN 7 RJ45RJ45 KVM IN 8 PRODUCTION CONSOLE COMPUTER DISPLAY (OFE)InINPUT TBDTBDTBD PROD. CONSOLE WIRELESS USB RECEIVER WIRELESS KEYBOARD & MOUSE VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE BROADCAST ROOM VIDEO SERVER & PLAYOUT SYSTEM CONCEPT SIZE DWG NO REV B AV-105 3 SCALE NTS SHEET 6 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE BROADCAST ROOM VIDEO SERVER & PLAYOUT SYSTEM CONCEPT SIZE DWG NO REV B AV-105 3 SCALE NTS SHEET 6 OF 14 SDI ROUTER IN ‘X’ USB-CUSB-CUSB TO LOCAL PC FOR SETUP SW-2 PORT 16 <> PP-2-16 NOTE: THIS REVISION HAS UPDATED NETWORK SWITCH & PATCH PANEL INFORMATION 5.6.c Packet Pg. 172 HD DOWNCONVERTER ENSEMBLE DESIGN BRIGHT EYE 92A (OFE)InOutBRDCST RK BNCBNCVIDEO OUT T6T6AUDIO OUT BNCBNC SDI IN BSDI ROUTER OUT ‘X’ BRDCST RK VIDEO/AUDIO DISTRIBUTION AMPLIFIER EXTRON MDA-3AV (OFE)InOutBNCBNC VID IN BNCBNCVID OUT 1 PHX5PHX5AUD OUT 1 BNCBNCVID OUT 2 PHX5PHX5AUD OUT 2 BNCBNCVID OUT 3 PHX5PHX5AUD OUT 3 PHX5PHX5 AUD IN SPECTRUM CABLE TRANSMITTER RADIANT VAB-700 (OFE)InOutBRDCST RK BNCBNC VIDEO IN T3T3 AUDIO IN OPTOPTOPTICAL OUT STEREO TO MONO CONVERTER – LEVEL ADJ RDL STMX3 (OFE)InOutAUD IN 1T3 AUD IN 2T3 LINE OUT T3 BROADCAST RK - REAR FRONTIER CABLE TRANSMITTER FRONTIER OFE TXIn OutBRDCST RK BNCBNC VIDEO IN T3T3 AUDIO IN OPTOPTOPTICAL OUT STEREO TO MONO CONVERTER- LEVEL ADJ RDL STMX3 (OFE)InOutAUD IN 1T3 AUD IN 2T3 LINE OUT T3 BROADCAST RK - REAR BRDCST CONSOLE JVC DT-N17F (PN: DT-N17F)InHDMI IN HDMIHDMI SDI IN 1BNCBNC SDI IN 2BNCBNC VID INBNCBNC AUD IN LT3 AUD IN RT3 GRANICUS/ACCELA ENCODER ACCELA CPU (OFE)InOutSERVER ROOM USB-AUSB-A USB NETWORK OUT SDI TO USB CONVERTER MAGEWELL USB CAPTURE I/O (OFE)InOutSERVER ROOM SDI IN USB-BUSB-BUSB OUTBNCBNC RJ45RJ45 CITY NETWORKSDI ROUTER OUT ‘X’ VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE BROADCAST ROOM CHANNEL OUTPUTS SIZE DWG NO REV B AV-106 3 SCALE NTS SHEET Sheet 7 of 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE BROADCAST ROOM CHANNEL OUTPUTS SIZE DWG NO REV B AV-106 3 SCALE NTS SHEET Sheet 7 of 14 5.6.c Packet Pg. 173 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE SDI MATRIX ROUTER I/O CONCEPT SIZE DWG NO REV B AV-107 3 SCALE NTS SHEET 8 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE SDI MATRIX ROUTER I/O CONCEPT SIZE DWG NO REV B AV-107 3 SCALE NTS SHEET 8 OF 14 SOURCE DESTINATION CABLECAST CG RTR IN 1 RTR OUT 1 SPYGLASS PRIMARY VIO OUT 1 RTR IN 2 RTR OUT 2 SPYGLASS SECONDARY VIO OUT 2 RTR IN 3 RTR OUT 3 15" SDI MONITOR IN VIO OUT 3 RTR IN 4 RTR OUT 4 RM-3270 #1 IN PRODUCTION SWR OUT RTR IN 5 RTR OUT 5 RM-3270 #2 IN RTR IN 6 RTR OUT 6 PRO MONITOR SDI IN RTR IN 7 RTR OUT 7 AQMD HD FEED RTR IN 8 RTR OUT 8 RTR IN 9 RTR OUT 9 TO ACELLA CAMERA 1 RTR IN 10 RTR OUT 10 TO MAIN CHANNEL DISTRIBUTION D2A CONVERTER ANALOG DISTIBUTION AMPLIFIER CAMERA 2 RTR IN 11 RTR OUT 11 CAMERA 3 RTR IN 12 RTR OUT 12 TO WINDMILL ROOM PRESENTATION SYSTEM CAMERA 4 RTR IN 13 RTR OUT 13 AJA FS2-CH 1 OUT RTR IN 14 RTR OUT 14 AJA FS2-CH 1 IN AJA FS2-CH 2 OUT RTR IN 15 RTR OUT 15 AJA FS2-CH 2 IN AEROLITE OUT RTR IN 16 RTR OUT 16 AEROLITE IN KIPRO OUT RTR IN 17 RTR OUT 17 KIPRO IN RTR IN 18 RTR OUT 18 VIO IN COLOR BARS RTR IN 19 RTR OUT 19 LIVE SERVER IN RTR IN 20 RTR OUT 20 BLACKMAGIC WEBPRESENTER 4K IN RTR IN 21 RTR OUT 21 RTR IN 22 RTR OUT 22 TO 55" WALL DISPLAY RTR IN 23 RTR OUT 23 RTR IN 24 RTR OUT 24 RTR IN 25 RTR OUT 25 RTR IN 26 RTR OUT 26 RTR IN 27 RTR OUT 27 RTR IN 28 RTR OUT 28 RTR IN 29 RTR OUT 29 RTR IN 30 RTR OUT 30 RTR IN 31 RTR OUT 31 RTR IN 32 RTR OUT 32 RTR IN 33 RTR OUT 33 RTR IN 34 RTR OUT 34 RTR IN 35 RTR OUT 35 RTR IN 36 RTR OUT 36 RTR IN 37 RTR OUT 37 RTR IN 38 RTR OUT 38 RTR IN 39 RTR OUT 39 LOOP FEED OUT RTR IN 40 RTR OUT 40 LOOP FEED IN BLACKMAGIC SMARTHUB 40x40 SDI MATRIX ROUTER 5.6.c Packet Pg. 174 SWITCH PORT PoE AV CONTROL ROOM PATCH BROADCAST ROOM PATCH MFR DEVICE PHYSICAL LOCATION SUB-LOCATION FUNCTION 1 PP-1-1 CRESTRON CP4 AV CONTROL ROOM RACK CONTROL PROCESSOR 2 Y PP-1-2 CRESTRON CEN-GWEXER AV CONTROL ROOM RACK RF GATEWAY FOR WIRELESS TOUCH PANEL 3 Y PP-1-3 CRESTRON TSW-770-B-S #1 WINDMILL ROOM WALL WINDMILL ROOM WALL TOUCH PANEL 4 Y PP-1-4 CRESTRON TSW-770-B-S #2 WILLOW ROOM WALL WILLOW ROOM WALL TOUCH PANEL 5 PP-1-5 CRESTRON DM-NVX-E760C #1 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 1 WINDMILL FLOOR BOX #1 DM RECEIVER & NVX ENCODER 6 PP-1-6 CRESTRON DM-NVX-E760C #2 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 2 WINDMILL FLOOR BOX #2 DM RECEIVER & NVX ENCODER 7 PP-1-7 CRESTRON DM-NVX-E760C #3 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 3 WINDMILL FLOOR BOX #3 DM RECEIVER & NVX ENCODER 8 PP-1-8 CRESTRON DM-NVX-E760C #4 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 4 WINDMILL FLOOR BOX #4 DM RECEIVER & NVX ENCODER 9 PP-1-9 CRESTRON DM-NVX-E760C #5 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 5 WINDMILL FLOOR BOX #5 DM RECEIVER & NVX ENCODER 10 PP-1-10 CRESTRON DM-NVX-E760C #6 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 6 WINDMILL WALL BOX DM RECEIVER & NVX ENCODER 11 PP-1-11 CRESTRON DM-NVX-E760C #7 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 7 WILLOW FLOOR BOX #1 DM RECEIVER & NVX ENCODER 12 PP-1-12 CRESTRON DM-NVX-E760C #8 AV CONTROL ROOM RACK DMF-CI-8 #1 SLOT 8 WILLOW FLOOR BOX #2 DM RECEIVER & NVX ENCODER 13 PP-1-13 CRESTRON DM-NVX-E760C #9 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 1 WILLOW FLOOR BOX #3 DM RECEIVER & NVX ENCODER 14 PP-1-14 CRESTRON DM-NVX-E760C #10 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 2 WILLOW WALL BOX #4 DM RECEIVER & NVX ENCODER 15 PP-1-15 CRESTRON DM-NVX-E760C #11 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 3 WILLOW FLOOR BOX #5 DM RECEIVER & NVX ENCODER 16 PP-1-16 CRESTRON DM-NVX-E760C #12 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 4 BLURAY PLAYER NVX ENCODER 17 PP-1-17 CRESTRON DM-NVX-D30C #1 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 5 SYSTEM NVX DECODER #1 18 PP-1-18 CRESTRON DM-NVX-D30C #2 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 6 SYSTEM NVX DECODER #2 19 PP-1-19 CRESTRON DM-NVX-D30C #3 AV CONTROL ROOM RACK DMF-CI-8 #2 SLOT 6 AV RACK VIDEO/AUDIO MONITOR 20 Y PP-1-20 CRESTRON DM-NVX-D30 #4 WINDMILL ROOM PJ 1 WINDMILL PJ#1 DECODER 21 Y PP-1-21 CRESTRON DM-NVX-D30 #5 WINDMILL ROOM PJ 2 WINDMILL PJ#2 DECODER 22 Y PP-1-22 CRESTRON DM-NVX-D30 #6 WILLOW ROOM PJ WILLOW PJ DECODER 23 Y PP-1-23 CRESTRON DM-NVX-D30 #7 LOBBY LEFT DISPLAY LOBBY LEFT DISPLAY DECODER 24 Y PP-1-24 CRESTRON DM-NVX-D30 #8 LOBBY RIGHT DISPLAY LOBBY RIGHT DISPLAY DECODER 25 PP-1-25 BIAMP TESIRA SERVER I/O AV CONTROL ROOM RACK AUDIO DSP 26 PP-1-26 SHURE ULX-D4Q AV CONTROL ROOM RACK WIRELESS MIC RECEIVER 27 NETWORK SERVICE INTERFACE #1 AV CONTROL ROOM RACK MAINTENANCE & PROGRAMMING INTERFACE 28 NETWORK SERVICE INTERFACE #2 AV CONTROL ROOM RACK MAINTENANCE & PROGRAMMING INTERFACE 1 PP-2-1 CRESTRON DM-NVX-DIR-80 BROADCAST ROOM RACK 1 NVX CONTROLLER 2 Y PP-2-2 CRESTRON DM-NVX-D30 #9 BROADCAST ROOM RACK 1 PRESENTATION SOURCE #1 DECODER TO PRODUCTION SYSTEM 3 Y PP-2-3 CRESTRON DM-NVX-D30 #10 BROADCAST ROOM RACK 1 PRESENTATION SOURCE #2 DECODER TO PRODUCTION SYSTEM 4 Y PP-2-4 CRESTRON DM-NVX-E30 #1 BROADCAST ROOM RACK 1 PROGRAM VIDEO ENCODER 5 PP-2-5 VADDIO OneLINK RX #1 BROADCAST ROOM RACK 1 CAMERA 1 NETWORK 6 PP-2-6 VADDIO OneLINK RX #2 BROADCAST ROOM RACK 1 CAMERA 2 NETWORK 7 PP-2-7 VADDIO OneLINK RX #3 BROADCAST ROOM RACK 1 CAMERA 3 NETWORK 8 PP-2-8 VADDIO OneLINK RX #4 BROADCAST ROOM RACK 1 CAMERA 4 NETWORK 9 PP-2-9 VADDIO AV BRIDGE MATRIX MIX BROADCAST ROOM RACK 1 PRODUCTION SWITCHER 10 Y PP-2-10 VADDIO PCC MATRIX MIX BROADCAST ROOM CONSOLE CAMERA & PRODUCTION SWITCH CONTROLLER 11 PP-2-11 CRESTRON TST-770-B-S BROADCAST ROOM CONSOLE BROADCAST ROOM TOUCH PANEL 12 PP-2-12 TBD COMPUTER WORKSTATION 1 - GRAPHICS BROADCAST ROOM CONSOLE COMPUTER FOR PRODUCTION GRAPHICS 13 PP-2-13 OFE X-PANEL CONTROL WORKSTATION BROADCAST ROOM CONSOLE COMPUTER FOR X-PANEL CONTROL 14 PP-2-14 CABLECAST CBL-SVR-450-VOD-10 BROADCAST ROOM RACK 2 VIDEO ON DEMAND SERVER 15 PP-2-15 CABLECAST CBL-VIO4-600 BROADCAST ROOM RACK 2 VIDEO SERVER 16 PP-2-16 CABLECAST CBL-LIVE-350 BROADCAST ROOM RACK 2 LIVE VIDEO SERVER 17 PP-2-17 CABLECAST CBL-VIOLITE-CG-SVR BROADCAST ROOM RACK 2 CG BULLETIN BOARD SERVER 18 PP-2-18 AJA KiPRO BROADCAST ROOM RACK 2 DISK VIDEO RECORDER 19 PP-2-19 LINEAR ACOUSTICS AERO.lite BROADCAST ROOM RACK 2 AUDIO PROCESSOR 20 PP-2-20 MEDIA CONTROl SYSTEMS SPYGLASS PRO HD BROADCAST ROOM RACK 2 SDI VIDEO BYPASS SWITCH 21 PP-2-21 BLACKMAGIC DESIGN SMARTHUB 40x40 BROADCAST ROOM RACK 1 SDI MATRIX ROUTER PATCH PANELS ARE Tripp Lite N252-024-SH-K & N252-048-SH-K Shielded RJ45 NETWORK SWITCHES ARE CISCO CBS350-24FP-4X-na CBS350-48FP-4X-na Connected Via SFP+ 10G Optical Modules VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE SYSTEM NETWORK PLAN SIZE DWG NO REV B AV-108 3 SCALE NTS SHEET 9 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE SYSTEM NETWORK PLAN SIZE DWG NO REV B AV-108 3 SCALE NTS SHEET 9 OF 14 NOTE: THIS REVISION HAS UPDATED NETWORK SWITCH & PATCH PANEL INFORMATION CISCO CBS350-24FP-4X-NAIn BRDCST RK FOFO SFP 1 FOFO SFP 2 FOFO SFP 3 FOFO SFP 4 NETWORK SWITCH 2 CISCO CBS350-48FP-4X-NA OutWINDMILL CTRL AV RACK FOFOSFP 1 FOFOSFP 2 FOFOSFP 3 FOFOSFP 4 NETWORK SWITCH 1 5.6.c Packet Pg. 175 57.738" BLACKMAGICBLACKMAGICVIDEOHUB 20x20VIDEOHUB 20x20 CABLECASTCABLECAST CBL-SVR450-VOD-10CBL-SVR450-VOD-10 CABLECASTCABLECAST CBL-VIO4-600CBL-VIO4-600 CABLECASTCABLECASTCBL-LIVE-350CBL-LIVE-350 MEDIA CONTROL SYSTEMSMEDIA CONTROL SYSTEMSSPYGLASS Channel Failure DetectorSPYGLASS Channel Failure Detector AJAAJAKiPRO RACKKiPRO RACK VADDIOVADDIO AV BRIDGE MATRIX MIXAV BRIDGE MATRIX MIX1234567891011121314151617181920212223242526 CABLECASTCABLECASTCBL-VIOLITE-CG-SVRCBL-VIOLITE-CG-SVR RARITANRARITANDKX3-108 KVM SWITCHDKX3-108 KVM SWITCH BLACKMAGICBLACKMAGICTERANEX MINI X 3TERANEX MINI X 3 VADDIOVADDIO AV BRIDGE MATRIX MIXAV BRIDGE MATRIX MIX VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL AV CONTROL & BROADCAST ROOM RACK ELEVATIONS SIZE DWG NO REV B AV-109 3 SCALE NTS SHEET 10 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 CITY HALL WINDMILL/WILLOW/BROADCAST ROOM AV & PRODUCTION UPGRADE WINDMILL AV CONTROL & BROADCAST ROOM RACK ELEVATIONS SIZE DWG NO REV B AV-109 3 SCALE NTS SHEET 10 OF 14 OFE FILL ALL OPEN SPACES WITH BLANK PANELS WINDMILL AV CONTROL ROOM RACK BROADCAST ROOM RACKS MARSHALLMARSHALL V-MD173V-MD173 CABLECASTCABLECAST CBL-SVR450-VOD-10CBL-SVR450-VOD-10 CABLECASTCABLECAST CBL-VIO4-600CBL-VIO4-600 CABLECASTCABLECASTCBL-LIVE-350CBL-LIVE-350 RADIANTRADIANTFIBER TRANSMITTERFIBER TRANSMITTER LINEAR ACOUSTICLINEAR ACOUSTICAERO.liteAERO.lite MEDIA CONTROL SYSTEMSMEDIA CONTROL SYSTEMSSPYGLASS Channel Failure DetectorSPYGLASS Channel Failure Detector AJAAJAKiPRO RACKKiPRO RACK AJAAJAFS-2FS-2 RADIANTRADIANTFIBER RECEIVERFIBER RECEIVER ENSEMBLE DESIGNSENSEMBLE DESIGNSBERKMT-FULLBERKMT-FULL TRIPPLITETRIPPLITEN252-024N252-024 MID ATLMID ATL UPS-OL2200RUPS-OL2200R CISCOCISCOCBS350-24FP-4X-NA CBS350-24FP-4X-NA CABLECASTCABLECASTCBL-VIOLITE-CG-SVRCBL-VIOLITE-CG-SVR RARITANRARITANDKX3-108 KVM SWITCHDKX3-108 KVM SWITCH MATROXMATROXMONARCH HDXMONARCH HDX WOHLERWOHLER RM-3270W-HDRM-3270W-HD FRONTIERFRONTIERCHANNEL ENCODERCHANNEL ENCODER VADDIOVADDIO AV Bridge MatrixMIX Production SystemAV Bridge MatrixMIX Production System ATLONAATLONAAT-RON-444AT-RON-444 1234567891011121314151617181920212223242526272829303132333435363738394041 Middle Atlantic ProductsMiddle Atlantic Products BGR-4132BGR-4132 Middle Atlantic ProductsMiddle Atlantic Products BGR-4132BGR-4132 EXTRONEXTRONRACKMOUNT SHELF FOR DA'sRACKMOUNT SHELF FOR DA's BLACKMAGICBLACKMAGICTERANEX MINI X 3TERANEX MINI X 3 VADDIOVADDIOONELINK BRIDGE x2ONELINK BRIDGE x2 VADDIOVADDIOONELINK BRIDGE x2ONELINK BRIDGE x2 CRESTRONCRESTRONDM-NVX x2 /U1VDM-NVX x2 /U1V CRESTRONCRESTRONDM-NVX x2 /U1VDM-NVX x2 /U1V BLACKMAGICBLACKMAGIC SMARTHUB 40X40SMARTHUB 40X40 BLACKMAGICWEBPRESENTER 4K CRESTRON DM-NVX-DIR-80D Middle Atlantic ProductsMiddle Atlantic Products SR-40-28SR-40-28 TOTEVISIONTOTEVISION LED-1562HDRLED-1562HDR Middle Atlantic Products 6-STEP SEQUENCER MASTERPOWERDELAYADJUST OFF ONPOWER UP POWER DOWN SYSTEM STATUS 1 2 3 4 5 6PDS-615R BiAMPBiAMP TESIRA SERVER I/OTESIRA SERVER I/O CRESTRONCRESTRON DMF-CI-8DMF-CI-8 CRESTRONCRESTRON DMF-CI-8DMF-CI-8 MID ATLMID ATL UPS-OL3000RUPS-OL3000R Middle Atlantic Products EB1 QSC AUDIOQSC AUDIO CK-302VCK-302V Middle Atlantic Products EB1 QSC AUDIOQSC AUDIO CK-302VCK-302V SONYSONYBLURAY PLAYERBLURAY PLAYER SHURESHUREULXD4QULXD4Q SHURESHUREUA844UA844 SENNHEISERSENNHEISERSI 1015SI 1015 TASCAMTASCAMSS-R250NSS-R250N ORTRONICSORTRONICS PHDTKS6A48PHDTKS6A48 CRESTRONCRESTRON PRO4PRO4 MARSHALLMARSHALLAR-AM4AR-AM4 EXTRONEXTRONASA 304 x4ASA 304 x4 12345678910111213141516171819202122232425262728293031323334353637383940 5.6.c Packet Pg. 176 FLOOR BOX 5 PODIUM FLOOR BOX FLOOR BOX 3 FLOOR BOX 1 FLOOR BOX 2 KITCHEN AREA AV CONTROL ROOM EQUIPMENT STORAGE PROJECTION SCREEN 1 PROJECTION SCREEN 2 CEILING PROJECTOR 1 CEILING PROJECTOR 1 CEILING PROJECTOR 2 CEILING PROJECTOR 2 WALL MOUNT TOUCH PANEL WALL MOUNT INPUT PLATE WALL MOUNT AV RACK DOCKING WIRELESS TOUCH PANEL ASSISTED LISTENING RADIATOR ASSISTED LISTENING RADIATOR PRESS PANEL PTZ CAM 1 PTZ CAM 1 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By:Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT WINDMILL ROOM FLOOR PLAN SIZE DWG NO REV B AV-110 3 SCALE NTS SHEET 11 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By:Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT WINDMILL ROOM FLOOR PLAN SIZE DWG NO REV B AV-110 3 SCALE NTS SHEET 11 OF 14 AMBIENT SOUND CEILING MIC VENDOR TO PROVIDE SLEEVE TO SERVER ROOM STORAGE AREA 5.6.c Packet Pg. 177 FLOOR BOX 1 PROJECTION SCREEN CEILING PROJECTOR 1 CEILING PROJECTOR 1 WALL MOUNT TOUCH PANEL FLOOR BOX 2 FLOOR BOX 3 FLOOR BOX 5 WALL MOUNT INPUT PLATE VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By:Rich Rosensweig Date: 11-21-2021 Revised: 4-4 2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT WILLOW ROOM FLOOR PLAN SIZE DWG NO REV B AV-111 3 SCALE NTS SHEET 12 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By:Rich Rosensweig Date: 11-21-2021 Revised: 4-4 2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT WILLOW ROOM FLOOR PLAN SIZE DWG NO REV B AV-111 3 SCALE NTS SHEET 12 OF 14 5.6.c Packet Pg. 178 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By :Rich Rosensweig Date: 11-21-2021 Revised: 4-4-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT BROADCAST & PRODUCTION CONTROL ROOM FLOOR PLAN SIZE DWG NO REV B AV-112 3 SCALE NTS SHEET 13 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By :Rich Rosensweig Date: 11-21-2021 Revised: 4-4-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT BROADCAST & PRODUCTION CONTROL ROOM FLOOR PLAN SIZE DWG NO REV B AV-112 3 SCALE NTS SHEET 13 OF 14 PRODUCTION CONSOLE VERTICAL EQUIPMENT RACKS 55" WALL MOUNTED DISPLAY 2nd FLOOR PRODUCTION & BROADCAST CONTROL ROOM 5.6.c Packet Pg. 179 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT BROADCAST ROOM PRODUCTION CONSOLE SIZE DWG NO REV B AV-113 3 SCALE NTS SHEET 14 OF 14 VIDIFLO, LLC 5318 E. 2nd St., #576 Long Beach, CA 90803 Drawn By: Rich Rosensweig Date: 11-21-2021 Revised: 4-10-2023 CITY OF DIAMOND BAR, CALIFORNIA 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 WINDMILL, WILLOW & BROADCAST ROOM AUDIOVISUAL & PRODUCTION UPGRADE PROJECT BROADCAST ROOM PRODUCTION CONSOLE SIZE DWG NO REV B AV-113 3 SCALE NTS SHEET 14 OF 14 PRODUCTION CONSOLE IS OFE WINSTED IMPULSE ALCOVE VADDIO TELETOUCH 27 MULTIVIEW MONITOR ON ARTICULATING ARM VADDIO TELETOUCH 27 MULTIVIEW MONITOR ON ARTICULATING ARM JVC DT-N17F VIDEO MONITOR ON ARTICULATING ARM OFE 24" COMPUTER DISPLAY KVM OUTPUT ON ARTICULATING ARM OFE 24" COMPUTER DISPLAY KVM OUTPUT ON ARTICULATING ARM JBL C2PS AUDIO MONITOR LOUROE LE-018 ASK-101RM AUDIO MONITOR LOUROE LE-018 ASK-101RM AUDIO MONITOR ESE ES216P4 DS AUDIO VU METERS ESE ES216P4 DS AUDIO VU METERS VADDIO TELETOUCH 27 MULTIVIEW MONITOR ON ARTICULATING ARM JVC DT-N17F VIDEO MONITOR ON ARTICULATING ARM OFE 24" COMPUTER DISPLAY KVM OUTPUT ON ARTICULATING ARM JBL C2PS AUDIO MONITOR LOUROE LE-018 ASK-101RM AUDIO MONITOR ESE ES216P4 DS AUDIO VU METERS PAN JOYSTICK CONTROL SPEEDS TILT ZOOM MENUFOCUS CONTROL A CONTROL B VADDIO PCC MATRIX MIX CONTROLLER WIRELESS KVM KEYBOARD & MOUSE MACKIE MIX8 AUDIO MIXER MID ATL DR-8 MID ATL DR-8 OFE 24" COMPUTER DISPLAY VADDIO TELETOUCH 27 MULTIVIEW MONITOR JVC DT-N17F VIDEO MONITOR OFE 24" COMPUTER DISPLAY VADDIO TELETOUCH 27 MULTIVIEW MONITOR JVC DT-N17F VIDEO MONITOR JBL C2PS AUDIO MONITOR JBL C2PS AUDIO MONITOR LOUROE LE-018 ASK-101RM AUDIO MONITOR LOUROE LE-018 ASK-101RM AUDIO MONITOR ESE ES216P4 DS ESE ES216P4 DS PAN JOYSTICK CONTROL SPEEDS TILT ZOOM MENUFOCUS CONTROL A CONTROL B VADDIO PCC MATRIX MIX CONTROLLER WIRELESS KVM KEYBOARD & MOUSE MACKIE MIX8 AUDIO MIXER MID ATL DR-8 MID ATL DR-8 OFE 24" COMPUTER DISPLAY VADDIO TELETOUCH 27 MULTIVIEW MONITOR JVC DT-N17F VIDEO MONITOR JBL C2PS AUDIO MONITOR JBL C2PS AUDIO MONITOR LOUROE LE-018 ASK-101RM AUDIO MONITOR ESE ES216P4 DS JBL C2PS AUDIO MONITOR DISPLAYS ARE MOUNTED ON WINSTED W6492 ARTICULATING ARMS AUDIO MONITORS ARE MOUNTED ON W6469 TRAYS MID ATL DR-8 MID ATL DR-8 LOUROE AUDIO MONITOR AND DORROUGH VU METERS ARE MOUNTED ON MIDDLE ATLANTIC DR-8 DESKTOP RAILS 5.6.c Packet Pg. 180 1293492.1 APPENDIX 5.6.c Packet Pg. 181 11CRESTRON DM-TX-4KZ-100-C-1G-B-TDigitalMedia 8G+® 4K60 4:4:4 HDR Wall Plate Transmitter,BlackWindmill & Willow$1,100.00Q1 242 CRESTRON DMF-CI-8 DM-NVX 8 CARD FRAME Windmill AV Control Room $2,200.00 Q1 2411 CRESTRON DM-NVX-E760CDM Receiver and NVX EncoderCardWindmill AV Control Room $2,090.00 Q1 241 CRESTRON DM-NVX-E30C NXX Encoder CardWindmill AV Control Room $1,430.00 Q1 243 CRESTRON DM-NVX-D30C NVX Decoder CardWindmill AV Control Room $1,430.00 Q1 247 CRESTRON DM-NVX-D30 NVX Decoder2 in Broadcast Room, 2 in Lobby, 2 in WindmillRoom, 1 in Willow Room$1,430.00 Q1 241 CRESTRON DM-NVX-E30 NVX EncoderBroadcast Room $1,430.00 Q1 240 CRESTRON PRO4 4-Series Control System Windmill AV Control Room $5,700.00 DISCONTINUED1 CRESTRON CP4N 4-Series Control System Windmill AV Control Room $3,080.00 Q1 241CRESTRON DM-NVX-DIR-80DM NVX Director™ Virtual Switching Appliance, 80EndpointsWindmill AV Control Room$5,500.00IN STOCK1 CRESTRON CEN-GWEXER RF GatewayWindmill AV Control Room $496.00 Q1 241 CRESTRON TST-902-BTP 8.7" Wireless Touch Screen Windmill AV Control Room $4,180.00 Q3 231 CRESTRON TST-902-BTP Battery Pack for TST-902 (Spare) Windmill AV Control Room $166.00 Q2 231 CRESTRON TST-902-DSW Wall Dock for TST-902 Windmill AV Control Room $1,650.00 IN STOCK2 CRESTRON TSW-770-B-S 7" Wall Mount Touch Screen1 Windmill Room, 1 Control Room Wall mountTouch Panels$1,980.00 Q4 232 WALL-SMART 012-1-832-BL Retrofit Mount for TSW-7701 Windmill Room, 1 Control Room Wall mountTouch Panels$550.001 CRESTRON TS-770-B-S 7" Desktop Touch Panel Broadcast Room $2,200.00 Q4 231 TOTEVISION LED-1562HDR 15.6" Rackmount Monitor Windmill AV Control Room $854.00 Q2 231BIAMP Tesira SERVER I/O AVB Audio DSP ChassisWindmill AV Control Room$7,350.001 BIAMP Tesira SVC-2 2- Line VoIP Interface Card Windmill AV Control Room $638.004 BIAMP Tesira SIC-4 4 Channel Audio Input Card Windmill AV Control Room $364.004 BIAMP Tesira SEC-44 Channel Audio Input Card w/Echo CancellationWindmill AV Control Room $742.003 BIAMP Tesira SOC-4 4 Channel Audio Output Card Windmill AV Control Room $322.002 BIAMP Tesira DSP-2 DSP CardWindmill AV Control Room $848.000 QSC CX302V2-Channel 70V Audio PowerAmplifier 300W/CHWindmill AV Control Room $1,370.00 DISCONTINUED2 QSC MP-A20V2-VH 70V Audio Power Amplifier200W/ChWindmill AV Control Room $1,300.00 Q2 231 TASCAM SS-R250NSS-R250N Solid-State MemoryRecorder with NetworkingWindmill AV Control Room $1,299.00 Q2 231 MARSHALL AR-AM4-BG-24x1 Rackmount Stereo AnalogAudio Monitoring SystemWindmill AV Control Room $639.00 Q2 234EXTRON ASA 304Quad Active Audio Summing Amplifier with Captive ScrewInputsWindmill AV Control Room$379.00Q2 231 EXTRON RSF 123 1U 3.5" Deep Rack Shelf Kit Windmill AV Control Room $130.00 IN STOCK2760-552-20 Stereo to Mono Converters$1,516.002860-190-20 Rack Shelf Kit for Above$130.0024MP-A20V Audio Power Amplifer$2,600.0025SS-R250N SD Card Audio Recorder$1,299.0026AR-AM-BG-2 Rackmount Audio Monitor$639.0022SOC-4 Audio Output Card for Tesira Server I/O$966.0023DSP-2 DSP Co-Processor for Tesira Server I/O$1,696.0024CX302V Audio Power Amplifer$0.0019SVC-2VoIP Telephone Interface Card forTersira Server I/O, Up to 2 Lines$638.0020SIC-4 Audio Input Card for Tesira Server I/O$1,456.0021SEC-4Echo Cancelling Audio Input Card forTesira Server I/O$2,968.00166510820 Touch Panel for Broadcast Room$2,200.0017LED-1562HDRConfidence Monitor for Windmill AV Contr$854.0018Tesira SERVER I/OAVBAudio Digital Signal Processor Card Chassis$7,350.00136504583Wall Docking/Charging Station forWireless Touch Screen$1,650.001465108137" Touch Panels, 1- In Windmill Room, 1-In Willow Room$3,960.0015012-1-832-BL Retrofit Wall Mounts for 7" Touch Panels$1,100.00106507326RF Gateway to talk to Wireless TouchPanel$496.001165083498.7" Wireless Touch Panel Docked inWindmil Room AV Rack$4,180.00126504581Spare Battery Back for Wireless TouchScreen$166.0086510422 Control Processor$0.0086511817 Control Processor$3,080.0096508605 NVX Controller$5,500.0056509501 NVX Decoder Card$4,290.0066511507 NVX Decoder$10,010.0076509496 NVX Encoder$1,430.0026507968Card Frame for DM-NVX Cards, Fits upto 8 Cards$4,400.0036511005 DM Receiver & NVX Encoder Card$22,990.0046509497 NVX Encoder Card$1,430.00CITY OF DIAMOND BAR- WINDMILL, WILLOW & BROADCAST ROOM AV & PRODUCTION SYSTEM BILL OF MATERIALS w/MSRP & ESTIMATED SHIP DATEVersion 0.7 4/10/2023REVISION with Price, Model & Ship Date Estimate, and Post-Bid Meeting UpdatesITEM QT MFR MODEL SKU DESCRIPTION LOCATION MSRP EXT MSRP EST SHIPPING16510626Floor Box and Wall Plate DM Transmitters for HDMI Input$12,100.005.6.cPacket Pg. 182 12SHURE MX418D/C18-Inch Gooseneck Mic Desktop Base & 10ft Cable - CardioidWindmill Room$478.00Q2 231 SHURE ULXD4Q=-G50Quad Channel Digital WirelessReceiver - G50 470-536 MHzWindmill AV Control Room $9,034.00 Q2 232 SHURE ULXD2/B87A=-G50Digital Handheld Transmitter withBeta 87A CapsuleWindmill & Willow $1,136.00 Q2 232 SHURE UAMS/BK Modular Mute SwitchWindmill & Willow $220.00 Q2 232 SHURE ULXD1=-G50 Digital Bodypack Transmitter Windmill & Willow $794.00 Q2 232 SHURE MX150B/C-TQGSubminiature LavalierMicrophoneWindmill & Willow $362.00 Q2 231 SHURE SBC200-USDual Docking Recharging Stationw/ Power SupplyWindmill AV Control Room $289.00 Q2 231SHURE SBC200 Dual Docking Recharging Station Windmill AV Control Room$292.00Q2 236 SHURE SB900B Rechargeable Lithium-Ion Battery Windmill & Willow $126.00 Q2 231 SHURE UA844SWB Antenna Distribution System Windmill AV Control Room $860.00 Q2 232SHURE UA221-DC MODPassive Antenna Splitter/Combiner Modified for DCPass ThroughWindmill AV Control Room$151.00Q2 234 SHURE UA834WB In-Line Antenna Amplifer Windmill & Willow $179.00 Q2 232 SHURE UA8-470-5421/2 Wave Receiver Antenna -G50 BandWillow Room $32.00 Q4 234 SHURE UA850 50' Antenna CablesWindmill, Willow, and AV Control Room $113.00 IN STOCK2 SHURE UA806 6' Antenna CablesWindmill AV Control Room $33.00 IN STOCK2 SHURE UA802 2' Antenna CablesWindmill AV Control Room $16.00 IN STOCK0BEHRINGER Q802USBPremium 8-Input 2-Bus Mixer with XENYX Mic Preamps and Compressors, British EQ andUSB/Audio InterfaceBroadcast Room$180.00MODEL CHANGE1MACKIE Mix8 8-Ch Compact MixerBroadcast Room$100.00Q2 231JBL C2PS Control 2PJBL C2PS Control 2P Powered Reference Monitor XLR 1x4 in &RCA In PairBroadcast Room$306.00Q2 231 LOUROE ASK-4 #101RM Ambient Audio Monitor System Windmill & Broadcast Roon $430.00 Q2 231CUSTOM PRESS PANEL3-Gang Panel w/ 3- XLR-M and 3- BNC Feed Through ConnectorsWindmill Room$240.00CUSTOM1 RDL ST-DA3 1x3 Audio Distribution Amplifier Windmill Room $249.00 IN STOCK1 MEANWELL LRS-75-24 24VDC Power Supply for Above Windmill AV Control Room $24.00 IN STOCK0 DATAVIDEO VP-445 1x4 SDI Distribution Amplifier Windmill Room $199.00 DISCONTINUED1 BZBGEAR BG-DA-12GS1x4 1x4 SDI Distribution Amplifier Windmill Room $379.00 IN STOCK0 MEANWELL LRS-75-12 12VDC Power Supply for Above Windmill AV Control Room $28.00NOT NEEDED DUE TOABOVE1 MEANWELL LRS-75-5 5DC Power Supply for Above Windmill AV Control Room $28.00 IN STOCK1VADDIORoboSHOT 30E HDBTOneLINK Bridge SystemRoboSHOT 30E HDBT OneLINKBridge System -WHITECamera in Windmill Room, OneLINK Receiver in Broadcast Room$7,651.00Q2 233VADDIORoboSHOT 12E HDBTOneLINK Bridge SystemRoboSHOT 12E HDBT OneLINKBridge System -WHITECameras in Windmill Room, OneLINK Receivers in Broadcast Room$7,172.00Q2 232 VADDIO Dual 1/2 Rack Mounting KitRack mount to fit two interfaces,side by side.Broadcast Room $122.00 Q1 231 VADDIOAV Bridge MatrixMIXProduction SystemAV Bridge MatrixMIX Switcherand ControllerBroadcast Room $12,810.00 Q2 231 VADDIOTeleTouch 27" USB Touch-Screen MultiviewerTeleTouch 27" USB Touch-Screen Multiviewer SeriesBroadcast Room $2,749.00 Q1 234WINSTED W6492Axiom Monitor Mount 28-1/2” Post - Single MonitorArticulating ArmBroadcast Room$420.00Q2 231 Tascam BD-MP4K Rackmount BluRay Player Windmill AV Control Room $899.00 IN STOCK57999-80000-027Touch Screen Interface for AV BridgeMatrixMIX$2,749.0058W6492 Monitor Mounts for Winsted Console$1,680.0059BD-MP4K Rackmount BluRay Player$899.0054999-99600-200W12x Lens Cameras for Locations TBD in Windmill Room$21,516.0055998-6000-006Dual Rackmount Kit to for OneLINKReceivers$244.0056999-5660-500Production AV Mixer & CameraController$12,810.0052LRS-75-12 Power Supply for Above$0.0052LRS-75-5 Power Supply for Above$28.0053999-99630-200W30x Lens Camera for Rear TBD Location in Windmill Room$7,651.0050LRS-75-24 Power Supply for Above$24.0051VP-445SDI Video Distribution Amplifier for PressPanel$0.0051BG-DA-12GS1x4SDI Video Distribution Amplifier for PressPanel$379.0047LE-018Ambient Ceiling Mic in Windmill Roomwith Receiver in Broadcast Room$430.0048PRESS PANEL Analog Audio and SDI w/Embedded Audio Panel for Press Panel Connections$240.0049ST-DA3Audio Distribution Amplifier for PressPanel$249.0045Q802USBAudio Mixer for Tactile Control & Monitoring of Audio Feed from Windmill Room$0.0045Mix8Audio Mixer for Tactile Control & Monitoring of Audio Feed from WindmillRoom$100.0046C2PSLocal Audio Monitoring in Broadcast Control Room$306.0042UA850 Antenna Cables$452.0043UA806 Antenna Cables$66.0044UA802 Antenna Cables$32.0039UA221-DC MODPassive Combiner for Antennas$302.0040UA83BWB Antenna Signal Booster$716.0041UA8-470-542Antennas for Willow Room, 2 areSupplied with the ULXD4Q$64.0036SBC200Wireless Handheld & Bodypack Transmitter Charger (this docks to theabove)$292.0037SB900B Rechargeable Batteries$756.0038UA844SWB Antenna Signal Powering & Distribiution$860.0033ULXD1=-G50 Wireless Bodypack Transmitter$1,588.0034MX150C-TQGLavalier Microphone for Above$724.0035SBC200-USWireless Handheld & BodypackTransmitter Charger with Power Supply$289.0030ULXD4Q=-G504 Channel Wireless Mic Receiver$9,034.0031ULXD2/B87A=-G50Handheld Wireless Transmitter$2,272.0032UAMS/BK Screw On Mute Switch for Above$440.0029MX418D/C Desktop Base Gooseneck Mics$5,736.005.6.cPacket Pg. 183 1Samsung QN55Q70AAFXZAwith 2-Piece Clamp & Grommet MountBroadcast Room$1,099.00IN STOCK0SANUS VMT5-B1Premium Series Tilt Mount For 40" - 50" flat-panel TVs up 75 lbs.Broadcast Room$115.00MODEL CHANGE1SANUS VLF613Super Slim Full-Motion Mount For 40" - 80" flat-panel TVs up 125lbs.Broadcast Room$350.00IN STOCK1 ATLONA HD-RON-444 1 x 4 HDMI Distribution Amplifier Broadcast Room $530.00 IN STOCK1 BLACKMAGICTERANEX MINI HDMI TOSDI 12GHDMI to SDI Converter Broadcast Room $545.00 IN STOCK1 BLACKMAGICTERANEX MINI Analog toSDI 12GAnalog to HD-SDI Converter Broadcast Room $545.00 Q2 232 BLACKMAGICBlackmagic Design TeranexMini Smart PanelSmart Panel w/Display for Above Broadcast Room $89.00 IN STOCK1 BLACKMAGICBlackmagic Design TeranexMini Rack ShelfRackshelf for HDMI to SDIConveterBroadcast Room $115.00 IN STOCK1 BLACKMAGIC SmartVideohub 40 x 40 40 x 40 SDI RouterBroadcast Room $2,995.00 Q2 231 JVC DT-N17F 17" VIDEO MONITOR w/Scopes Broadcast Room $2,665.00 IN STOCK0MATROX MONARCH HDXMatrox MHDX/I Monarch HDXDual-Channel H.264 Encoder for Broadcast Streaming and RecordingBroadcast Room$1,995.00MODEL CHANGE0MATROX MONARCH RACK KITMatrox Monarch HD and Monarch HDX Rack Mount Kit - Fits up to Three Units in 1RU SpaceBroadcast Room$175.00MODEL CHANGE1BLACKMAGICWeb Presenter 4K Ultra HD Live Streaming EncoderWeb PresenterBroadcast Room$675.00IN STOCK1 BLACKMAGICBlackmagic Design TeranexMini Rack ShelfRackshelf for HDMI to SDIConveterBroadcast Room $115.00 IN STOCK1BLACKMAGICHyperDeck Studio HD Mini 1080p60 Recorder with USB- C & Time Code GeneratorSD CARD RecorderBroadcast Room$495.00IN STOCK2SANDISK128GB EXTREME PRO SDXC CARDSanDisk 128GB Extreme PRO SDXC UHS-I Card - C10, U3, V30, 4K UHD, SD Card -SDSDXXY-128G-GN4INBroadcast Room$45.00IN STOCK1 MIDDLE ATLANTIC UPS-OL3000R2 RU Premium Online SeriesUPS Backup Power, 3000VAWindmill AV Control Room $5,146.00 IN STOCK1 MIDDLE ATLANTIC UPS-OL2200R2 RU Premium Online SeriesUPS Backup Power, 2200VABroadcast Room $4,290.00 IN STOCK1 CISCO CBS350-48FP-4X-NA48 Port 740W PoE ManagedSwitchWindmill AV Control Room $2,400.00 Q3 231 CISCO CBS350-24FP-4X-NA24 Port 370W PoE ManagedSwitchBroadcast Room $1,545.00 Q3 232 CISCO Smart Net Total Care Extended Service Agreement Broadcast Room & Windmill AV Control Room $195.008FS SFP-10GSR-85Cisco SFP-10G-SR Compatible 10GBASE-SR SFP+ 850nm300m DOM LC MMF TransceiverModuleBroadcast Room & Windmill AV Control Room$30.00IN STOCK1 TRIPP LITE N252-048-SH-K Cat6 48 port Shielded Windmill AV Control Room $359.00 IN STOCK1 TRIPP LITE N252-024-SH-K Cat6 24 port Shielded Broadcast Room $299.00 IN STOCK3Optoma ZU720T Video Projector2-Windmill, 1- Willow$5,950.00Q2 233Chief RPMAU Projector Mounts2-Windmill, 1- Willow$326.00Q2 2380Video Projector7500 LumensCeiling Video Projectors$17,850.0081Universal ProjectorMountCeiling Video Projector Mounts$978.0077SFP-10GSR- 85SFP+ Module$240.0078N252-048-SH-K Cat6 Shielded Patch Panel$359.0079N252-024-SH-K Cat6 Shielded Patch Panel$299.0074CBS350-48FP-4X-NAManaged Gigabit Switch for Network$2,400.0075CBS350-24FP-4X-NAManaged Gigabit Switch for Network$3,090.0076CON-SNT-CBS35G44Extended Service Agreement for Above$585.0071SDSDXXY- 128G-GN4IN128 GB SDXC Storage Card Blackmagic Web Presenter 4k Ultra HD Live Streaming Encoder$90.0072UPS-OL3000RUPS for Windmill AV Control Room Rack$5,146.0073UPS-OL2200RUPS for Broadcast Room Rack$4,290.0069BDLKWEBPT R4KStreaming Encoder for Web Distribution, Vimeo, Youtube, Facebool Live$675.0070CONVNTRM/YA/RSHRack Kit for Above$115.0070BHYPERD/ST/ DAHMSD Card Audio Recorder$495.0068DT-N17F Production Monitor for Control Console$2,665.0069MHDX/IStreaming Encoder for Web Distribution, Vimeo, Youtube, Facebool Live$0.0070MRCH/RACK/KITRackmount for Streaming Encoder$0.0065CONVNTRM/YA/SMTPNControl Panel with Display for Above$178.0066CONVNTRM/YA/RSHRack Kit for Above$115.0067VHUBSMART6G4040SDI Video Matrix Router 40x40 toreplace the 16 x 16 Router.$2,995.0062HD-RON-444 HDMI Program Distribution Amplifier$530.0063CONVNTRM/AB/HSDIProgram HDMI to SDI Converter$545.0064CONVNTRM/BB/ANSDIAQMD Analog Feed to SDI$545.0060QN55Q70AA FXZAWall Mount Monitor for Selectable: Mirrored Multiviewer, Program Video,Cable Return$1,099.0061VMT5-B1 Tilting Wall Mount for 55" Display$0.00VLF613Super Slim Full-Motion Mount For 40" - 80" flat-panel TVs up 125 lbs.$350.005.6.cPacket Pg. 184 1CABLECAST CBL-VIO4-6004 channel configurable SD/HD SDl encode/decode, multi-format server with 10TB of usable RAID5 storage in a 3 RU chassis. Redundant power. Selectable SD or HD SDI with embedded audio. Pulls in RTP, RTMP and HLS streams. Includes Cablecast Automation, Video and CG server Software. Cablecast CG Player Software is optional. Includes graphics, crawl, bug, bug text on output. 3 year hardware warranty, system commissioning and one year of software assurance included.Broadcast Room$24,995.00Q2 232CABLECAST CBL-VIO4-HAAnnual hardware assurance contract for the CBL-VIO4-600. First 3 years are included with thepurchase.Broadcast Room$2,500.00Q2 232CABLECAST CBL-STRUPG- 40TBThirty TB storage upgrade for Cablecast VIO and VOD servers to increase content storage to 40TB. Must be ordered at time ofpurchase.Broadcast Room$3,700.00Q2 231CABLECAST CBL-VIOLITE-CG- SVRCablecast VIO server hardware with 8TB storage in a 1RU chassis configured for CG playout on up to two (2) channels.Suitable forthat are not utilizing Cablecast Automation or Video Servers. SDI outputs, genlock input, hardware accelerated graphics. 3 year hardware warranty and systemcommissioning included.Broadcast Room$4,950.00Q2 232CABLECAST CBL-VIOLITE-CG- HAAnnual hardware assurance contract for the CBL-VIOLITE-CG SVR. First 3 years are includedwith the purchase.Broadcast Room$495.00Q2 231CABLECAST CBL-CGPLAYER- LICCablecast CG bulletin board software for installation in Cablecast VIO video servers. All bulletin board features and native integration with the Cablecast schedule for display of "Airs Again On", "Coming up Next" and Cablecast schedule bulletins, updated dynamically throughoutthe day.Broadcast Room$1,550.00Q2 231CABLECAST CBL-LIVE-350Single channel H.264 HLS adaptive bit-rate live streaming server in a 1 RU chassis, integrated into Cablecast's user interface and public web interface. Resolution scales to 1080P. Stream is controllable through Cablecast and may be disabled on a per show basis. 3 year hardware warranty and system commissioning included.Broadcast Room$3,900.00Q2 232CABLECAST CBL-LIVE-350-HAAnnual hardware assurance contract for the CBL-LIVE. First 3 years are included with thepurchase.Broadcast Room$390.00Q2 2389CBL-LIVE- 350-HAHardware assurance for years 4&5$780.0086CBL-VIOLITE- CG- HAHardware assurance for years 4&5$990.0087CBL- CGPLAYER- LIC License for CG Server$1,550.0088CBL-LIVE- 350 Live Streaming Server for OTT Streaming$3,900.0083CBL-VIO4-HA Hardware assurance for years 4&5$5,000.0084CBL- STRUPG- 40TB1 For VIO, 1 For VOD$7,400.0085CBL-VIOLITE- CG- SVR Standalone CG/Bulletin Board System$4,950.0082CBL-VIO4- 600 Video Server, to be configured as 1 in 3 out$24,995.005.6.cPacket Pg. 185 1CABLECAST CBL-SVR450- VOD-10Cablecast VOD and Automation server in a 3 RU chassis.StreamsH.264 HLS Adaptive bitrate VOD to mobile devices, OTT and desktops. Redundant power, 10TB RAID5 Content and 256GB RAID1 OS drives. 3 year hardware warranty and system commissioning included.Broadcast Room$11,650.00Q2 232CABLECAST CBL-SVR450- VOD-10-HAAnnual hardware assurance contract for the Cablecast Pro VOD-10. First 3 years areincluded with the purchase.Broadcast Room$1,165.00Q2 231CABLECAST CBL-REFLECT-BNDAnnual Cloud-based reflection service operating in conjunction with both Cablecast Live and Cablecast VOD servers that provide a virtually unlimited number of live and VOD internet video streams while conserving your internal bandwidth. Includes up to 3 streaming channels. If purchasing Cablecast Reflect, the bundled service must be specified for all systems running a Cablecast VOD server.Broadcast Room$2,400.00Q2 231CABLECAST CBL-CABLECAST-APPOne time development, administrative and creative fee to integrate user supplied artwork and logos into ONE branded OTT app for Apple TV or Roku or Amazon Fire or Android TV. Typical lead time is three weeks upon delivery of requested assets which include high quality logo's, brand colors, and images to be utilized in the custom design.Customer is also responsible for signing up for developer accounts which may affect delivery dates.Please specify the platform.Broadcast Room$1,600.00Q2 2316CABLECAST CBL-SAS-CH-1YRAnnual software maintenance contract per I/O (Input/Output). Covers all the software upgrades including major releases at one facility. Example: VIO4 = 4 I/O* Software upgrades are customer installed with guided instructions included, support assistance provided as needed. Cablecast can perform installation of upgradesfor an additional $300 (CBL-SVC-UPGRADE).Broadcast Room$400.008CABLECAST CBL-SVC-PH-HRLYOne hour of scheduled onlinetraining, installation assistance, guidance, ortargeted help in utilizing Cablecast, Cablecast CG and Screenweave. Needsto be scheduled 2 weeks inadvance.Broadcast Room$100.0095CBL-SVC-PH- HRLY8 Hours of User Training or Targeted Help$800.0092CBL- REFLECT-BNDAnnual recurring for hosting Live and VOD Services.$2,400.0093CBL- CABLECAST- APP Development fee for Creating Custom Channel$1,600.0094CBL-SAS-CH- 1YRSoftware Maintenance Contract for VIO server for a full 5 Years.$6,400.0090CBL-SVR450- VOD-10 Automation & Video On Demand Server$11,650.0091CBL-SVR450- VOD-10-HAHardware assurance for years 4&5$2,330.005.6.cPacket Pg. 186 1 RARITAN DKX3-108Raritan 1 User, 8 Port KVM OverIP SwitchBroadcast Room $2,393.00 Q2 233 RARITAN DCIM-USBG2Computer Interface Module forUSB/VGABroadcast Room $152.00 Q2 233RARITAN DCIM-DVUSB-XXXXComputer Interface Module for User CPUS's, type to bedeterminedBroadcast Room$200.00Q2 231AJA FS-2Frame Synchronizer- Dual ChannelBroadcast Room$4,949.00Q3 231 AJA C10DAAnalog Video / Tri-Level Sync 1 x6 Distribution AmplifierBroadcast Room $229.00 Q2 231ENSEMBLE DESIG BrightEye 55Genlockable Sync & Test Signal GeneratorBroadcast Room$1,800.00Q2 230 DORROUGH 40-A Analog Loudness Monitor Broadcast Room $475.00 DISCONTINUED0 DORROUGH 40-B2Desktop Box for Two 40 SeriesMonitorsBroadcast Room $120.00 DISCONTINUED1 ESE ES216P4 DS Dual Rack Mount VU Meters Broadcast Room $330.00 Q2 232 MIDDLE ATLANTIC BGR-4132BGR Series Vertical Rack 41RU32" DeepBroadcast Room $2,046.00 IN STOCK1 MIDDLE ATLANTIC BSPN-413241 RU Side Panels for 32 InchDeep BGR RacksBroadcast Room $1,068.00 IN STOCK2 MIDDLE ATLANTIC CBS-BGR Caster Base for BGR Series Broadcast Room $301.00 IN STOCK2 MIDDLE ATLANTIC BGR-276FT-FC 276 CFM Fan Top with Controller Broadcast Room $851.00 IN STOCK2 MIDDLE ATLANTIC VFD-41A41 RU Vented Front Door forBGR RacksBroadcast Room $793.00 Q2 231 MIDDLE ATLANTIC HW50010-32 Rackscrew Trim-Head -500 PieceBroadcast Room $246.00 IN STOCK4 MIDDLE ATLANTIC PD-2415SC Slim Power Strip, 24 Outlet, 15A Broadcast Room $260.00 IN STOCK1 MIDDLE ATLANTIC LACE-40-OWP40 RU Lace Strip 4.75 InchesWide with Tie Posts - 6 PieceBroadcast Room $404.00 IN STOCK2 MIDDLE ATLANTIC DR-8 8 RU Desktop Rail Rack Broadcast Room $112.00 IN STOCK1 MIDDLE ATLANTIC U1V-41 RU Vented Utility Rackshelf, 4-PCBroadcast Room $283.00 IN STOCK2 WINSTED W6469 Adjustable Phone (Speaker) Tray Broadcast Room $249.00 Q2 231VARIOUS Installation MaterialsCables, Connectors, Hardware, Cable Management, BlankPanelsWindmill AV Control & Broadcast Rooms$5,000.001BLACKMAGICBlackmagic Micro Converter - SDI to HDMI 3GBlackmagic Micro Converters are incredibly tiny broadcast video converters that let you connect between consumer HDMI and professional SDI equipment.Windmill AV Control & Broadcast Rooms$69.00IN STOCK1 VENDOR System Design1 VENDOR CAD & Documentation1 VENDOR System Integration1 VENDOR1 VENDOR Audio DSP Programmimg1 VENDOR Commissioning1 VENDOR Training1 VENDOR Warranty -Standard1 VENDOR Warranty -OptionalDescribe Optional ExtendedWarrantyGrand Total: 124122123Labor Sub-Total: 119 Control System & GUI Programming120121116117118115Installation MaterialsInstallation Materials$5,000.00116CONVCMIC/ SH03G/WPS UMicro Converter$69.00$322,014.00$30,591.33Equipment Sub-Total: 9.5% Sales Tax:Freight:112DR-8 8 RU Desktop Rail Rack$224.00113U1V-4 1 RU Vented Rackshelf- 4 Pack$283.00114W6469 Adjustable Tray for Speaker$498.00109HW500 Rack Screws$246.00110PD-2415SC Vertical Power Strips$1,040.00111LACE-40-OWPVertical Lacing Strips$404.00106CBS-BGR Caster Base$602.00107BGR-276FT-FCFan Top$1,702.00108VFD-41A Vented Front Door$1,586.00102ES216P4 DS VU Meter for Production$330.00104BGR-4132BGR Series Vertical Rack 41RU 32"Deep$4,092.00105BSPN-4132 Rack Side Panels$1,068.00101BE55To provide Reference Signals to Cablecast & Router, and Color Bar &Tone Generator$1,800.0010240-A VU Meter for Production$0.0010340-B2 Desktop Box for VU Meters$0.0098DCIM-DVUSB- XXXXUser KVM Interface Modules$600.0099FS-2To Genlock Production Switcher feed and Stabilize Channel Output to destinations.$4,949.00100C10DA To Distribute Reference Signals.$229.0096DKX3-108 KVM Switch for Servers$2,393.0097DCIM-USBG2 Server KVM Interface Modules$456.005.6.cPacket Pg. 187 1293492.1 Sample Cable Test Report 5.6.c Packet Pg. 188 1293492.1 5.6.c Packet Pg. 189 Agenda #: 5.7 Meeting Date: September 19, 2023 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: CONSULTANT SERVICES AGREEMENT WITH MULHOLLAND CONSULTING, INC. FOR THE DESIGN OF THE STEEP CANYON ROAD EROSION CONTROL AND SEDIMENTATION PREVENTION AT CLEAR CREEK CANYON DRIVE PROJECT (CIP PW24401). STRATEGIC GOAL: Safe, Sustainable & Healthy Community RECOMMENDATION: Approve, and authorize the City Manager to sign, a Consultant Services Agreement with Mulholland Consulting, Inc., in the amount of $59,433.00 plus a contingency amount of $8,914.95 for a total authorization amount of $68,347.95. FINANCIAL IMPACT: The FY 2023/24 Capital Improvement Program includes a sufficient budget from Measure W Fund (Fund 201) for the Steep Canyon Road Erosion Control and Sedimentation Prevention at Clear Creek Canyon Drive Project as follows: Steep Canyon Road Erosion Control and Sedimentation Prevention at Clear Creek Canyon Drive Project (CIP# PW24401) Budget Encumbrance/ Expenses Balance Measure W Fund $300,000.00 $300,000.00 Consultant Services for Design – Mulholland Consulting, Inc. ($59,433.00) $240,567.00 Consultant Services for Design Contingency (15%) ($8,914.95) $231,652.05 Balance $231,652.05 The total contingency amount of $8,914.95 will only be used if unforeseen circumstances warrant a contract change order. The balance of the project budget will 5.7 Packet Pg. 190 be used for the construction phase. BACKGROUND: This Project is located at the end of the cul-de-sac on Steep Canyon Road at Clear Creek Canyon Drive, adjacent to the entrance of Summitridge Park Trail (Attachment 2 – Location Map). The existing hillside has been naturally eroding over time, resulting in sediment being discharged into the existing roadway adjacent to the slope. Currently, sediment from the hillside is transferred by the stormwater that sheet flows into the street and curb/gutter. Public Works maintenance staff have implemented Best Management Practices (BMP), i.e., sandbags in this area as a temporary measure. However, maintenance activities are still required, especially after large storm events. The goal of the Project is to control and minimize the amount of sediment flow through a design of a Low Impact Development (LID) Best Management Practice (BMP), settling basins or bioswales, to remove the sediment from the stormwater prior to transforming its overflow into the storm drain system. Additionally, this Project will help optimize and minimize maintenance activities for Public Works maintenance staff. ANALYSIS: On June 22, 2023, staff issued a Request for Proposal (RFP) for the engineering design and preparation of construction documents for the Project. Eight (8) consulting firms submitted their proposals for the engineering services by the due date of July 27, 2023, with the following proposed costs: Consultant Fee Haley & Aldrich $89,290 IMEG Corporation $203,377 J. Smith & T. Muli, Inc. $87,770 MNS Engineers, Inc. $53,360 Mulholland Consulting, Inc. $59,433 PBLA Engineering, Inc. $84,610 Proactive Engineering Consultants, Inc. $38,919 Watearth, Inc. $80,100 The proposals were reviewed and evaluated based on: • General responsiveness to the City’s RFP, including staff qualifications • Staff and firm experience with projects in similar size and scope • Approach and methodology proposed for this project • Number of hours and level of effort • Ability to meet the City’s time schedule and expectations • References from previous projects Considering the above criteria, a panel of staff reviewed the eight proposals and ranked 5.7 Packet Pg. 191 the proposal by Mulholland Consulting, Inc. (MCI) higher. MCI submitted a full-service and thorough proposal that clearly detailed its methodology and approach while identifying critical strategies and tasks that have been tailored specifically for this Project. In preparation of its proposal, MCI conducted a field investigation identifying several key areas of the site that would require special attention. The following are the specific tasks included in MCI’s proposal: • Geotechnical Recommendations for the design of a permanent Low Impact Development (LID) BMP, reviewing of the existing site conditions and providing recommendations for the design of the proposed BMP, which includes an offset from the toe of the slope, grading, and bedding/backfill. • Preparation of the required documents and n otification of the California Department of Fish and Wildlife for the proposed discharge through the Environmental Permit Management System (EPIMS); Additionally, Mulholland Consulting, Inc. has provided satisfactory design services for similar projects in the following cities: Diamond Bar, Culver City, and Cerritos. The project schedule is tentatively set as follows: Award of Contract September 19, 2023 Start of Design Work September 2023 Completion of Design Work December 2023 It is recommended that the City Council approve the Consulting Services Agreement with Mulholland Consulting, Inc. to provide design services for the Steep Canyon Road Erosion Control and Sedimentation Prevention at Clear Creek Canyon Drive Project. LEGAL REVIEW: The City Attorney has reviewed and approved the agreement as to form. PREPARED BY: 5.7 Packet Pg. 192 REVIEWED BY: Attachments: 1. 5.7.a Consulting Services Agreement with Mulholland Consulting, Inc. 2. 5.7.b Location Map 5.7 Packet Pg. 193 5.7.a Packet Pg. 194 5.7.a Packet Pg. 195 5.7.a Packet Pg. 196 5.7.a Packet Pg. 197 5.7.a Packet Pg. 198 5.7.a Packet Pg. 199 5.7.a Packet Pg. 200 5.7.a Packet Pg. 201 5.7.a Packet Pg. 202 DATEAUGUST 14, 2023PROPOSAL BYMULHOLLAND CONSULTING, INC.5000 BIRCH ST., WEST TOWER, SUITE 3000NEWPORT BEACH, CALIF. 92660PROPOSAL FORCITY OF DIAMOND BAR21810 COPLEY DR.DIAMOND BAR, CALIF. 91765PROPOSAL FOR PW24401STEEP CANYON ROADEROSION CONTROL ANDSEDIMENTATION PREVENTIONAT CLEAR CREEK CANYON DRIVE5.7.aPacket Pg. 203 ..COVER LETTER.. Disadvantage Business Enterprise No.20938643 August 14, 2023 City of Diamond Bar Public Works Department Attn: Jason Williams 21810 Copley Drive Diamond Bar, Calif. 91765 RE: Proposal for Steep Canyon Road Erosion Control and Sedimentation Prevention at Clear Creek Canyon Drive, PW24401 Dear Jason Williams: Mulholland is CURRENTLY working with Christian Malpica to complete the construction of the Sycamore Creek repairs just downhill of the site and we are grateful for the opportunity to continue SERVING the community. We WALKED the site near the Steep Canyon Trail on July 20, 2023 to understand its constraints and its surroundings. We then PREPARED a Conceptual Plan to serve as the basis for a kick-off meeting to JUMP START the project in anticipation of design completion in December 2023. Our team is ALREADY registered on the City’s behalf with the State Clearinghouse CEQANET as we prepared a Notice of Exemption for the “Repair Design Services for the Sycamore Canyon Creek Project”. . . . We offer a diverse suite of DEVELOPMENT and INFRASTRUCTURE consulting services to our private and public clients. We synergize engineering and construction EXPERTISE for a comprehensive approach. We share our body of knowledge amongst our team to IMPROVE outcomes for each project. We aim to bring these BENEFITS to every client we work with: Mulholland is RESPONSIVE. We may not answer on the first ring, but we strive to. You have questions, we have answers. We believe success and the success of our clients are the same. Deadlines are paramount. Every project we produce is done with CONSTRUCTABILITY in mind. Bringing stakeholders, engineers, and contractors together early produces better projects. We emphasize constructability at every level of execution. We seek to understand your OPERATIONS. We start projects with the end in mind. Our holistic approach produces better projects. Construction is not the end, but the beginning of ownership. Respectfully, Brian Nieckula, P.E. Principal in Charge Mulholland Consulting, Inc. O 949.229.2449 | brian.nieckula@consultmulholland.com Our Mission: A better built environment. 5.7.a Packet Pg. 204 ..PROJECT TEAM.. | 1 PROJECT TEAM A multidisciplinary team-based approach is necessary for the execution of this project. Please find an introduction to our firm and some of our favorite partners below: Mulholland Consulting, Inc. (“Mulholland”) is the prime consultant on this Proposal. Mulholland will lead the team and provide Civil Engineering design and project management. Name Mulholland Consulting, Inc. Disadvantage Business Enterprise (DBE) 20938643 Telephone Number 949.229.2449 Address 5000 Birch St. West Tower, Suite 3000 Newport Beach, Calif. 92660 Dawson Surveying, Inc. (“Dawson”) will provide aerial surveying services to provide horizontal and vertical control for the project’s base map. Name Dawson Surveying, Inc. Telephone Number 951.538.9386 Address 1814 Commercenter W. Suite G San Bernardino, Calif. 92408 McKenna Lanier Group, Inc. (“MLG”) will prepare the California Environmental Quality Act (CEQA) Notice of Exemption (NOE). Name McKenna Lanier Group, Inc. Telephone Number 949.701.1606 Address 30650 Rancho California Rd., Suite D406-166 Temecula, Calif. 92591 Southern California Geotechnical, Inc. (“SoCalGeo”) will prepare the infiltration tests for design of infiltration-based structural Best Management Practices (BMPs). Name Southern California Geotechnical, Inc. Telephone Number 714.685.1115 Address 22885 Savi Ranch PKWY Suite E Yorba Linda, Calif. 92887 5.7.a Packet Pg. 205 ..PROJECT TEAM.. | 2 Landscape Dynamics will prepare landscape plans for planting of infiltration-based structural BMPs. Name Landscape Dynamics Telephone Number 951.264.4839 Address 3615 Main Street Suite 103 Riverside, CA 92501 . . . Organization Chart Figure 1. Organization Chart . . . 5.7.a Packet Pg. 206 ..PROJECT TEAM.. | 3 Roles An overview of our team’s roles and qualifications can be found below. Complete resumes for key team members can be found in Appendix A: Resumes. Brian Nieckula, P.E. – Civil Engineer Role. Brian will lead management and design of the project. · Has worked for the City of Diamond Bar (City) before on the “Repair Design Services for the Sycamore Canyon Creek Project”. · Expertise in design of Low Impact Development (LID) measures and stormwater quality improvements. · Registered Civil Engineer, R.C.E. No. 87484 Robert Dawson, P.L.S. – Land Surveyor Role. Robert will oversee the aerial surveys of the site. · Has worked for the City before on the “Repair Design Services for the Sycamore Canyon Creek Project”. · Provides land surveying and mapping services for multiple types of projects. · Public Land Surveyor, P.L.S. No. 6932 Diane Jenkins, AICP – Planner Role. Diane will complete the NOE on behalf of the project. · Has worked for the City before on the “Repair Design Services for the Sycamore Canyon Creek Project”. · Possesses over twenty-six years of experience in the areas of urban planning, environmental analysis, CEQA, and advance and current planning. · American Institute of Certified Planners (AICP) Member · American Planning Association (APA) Member · Association of Environmental Professionals (AEP) Member Dan Nielsen, P.E., G.E. – Geotechnical Engineer Role. Dan will provide oversight for the infiltration testing needed to design infiltration-based structural BMPs. · Has expertise in slope stability analyses, laboratory testing, and general geotechnical consulting services. · Registered Civil Engineer, R.C.E. No. 77915 · Registered Geotechnical Engineer, R.G.E. No. 3166 Sara Zoll – Landscape Architecture Project Manager Role. Sara will manage design of landscaping of infiltration-based structural BMPs. · Frequent collaborator with Mulholland on City infrastructure projects. 5.7.a Packet Pg. 207 ..EXPERIENCE | REFERENCES.. | 4 EXPERIENCE | REFERENCES Please find a selection of our team’s references below: Project Repair Design Services for the Sycamore Canyon Creek Project Owner City of Diamond Bar Description Sycamore Canyon Creek located at Sycamore Canyon Park had been damaged by a storm runoff event in 2017. The City sought to improve the condition of the Creek and repair the channel lining. Scope Mulholland prepared plans for the repair of the Creek and completed a CEQA Notice of Exemption and notice to California Fish & Wildlife to permit the project. Cost $40,000 Design Completion 2022 Construction Completion Pending Start Project Manager Christian Malpica, City of Diamond Bar Engineer Brian Nieckula, P.E., Mulholland Inspector Pending Assignment Subconsultants Dawson Surveying, Inc., McKenna Lanier Group, Inc. Project Catch Basin Trash Excluder Project, RFP #2031 Owner City of Culver City Description The City is required to comply with the MS4 permit issued by the LARWQCB and TMDL storm water pollution regulations. The City is required to implement BMPs that would improve water quality and eliminate trash generated within its jurisdictional boundaries from being deposited to Ballona Creek via the public storm water drainage system. The TMDL for trash requires zero-trash to be discharged to Ballona Creek. Scope Mulholland obtained a Flood Control Permit for retrofits for City and County owned catch basins with trash excluder devices. We received an amendment to an existing maintenance agreement with LACFCD on behalf of the City. We provided extensive due diligence to reconcile the City’s GIS database with field measurements, the County database, and as-builts. Cost $346,788 Design Completion 2023 Construction Completion In Progress Project Manager May Ng, City of Culver City Engineer Brian Nieckula, P.E., Mulholland Inspector Bob Neiwirth, RTI Consulting, Inc. Subconsultants Dawson Surveying, Inc. 5.7.a Packet Pg. 208 ..EXPERIENCE | REFERENCES.. | 5 Project Groundwater Diversion Project Owner City of Cerritos Description Civic Center Parking Structure | The City is required to stop discharges from the existing groundwater lift station of the subterranean Civic Center Parking Structure to the storm drain system due to constituents in the ground water. A new sewer connection and saltwater aquarium flush-to-waste line is required to connect to LACSD’s off-site trunk sewer manhole. A new sewer lift station was then required due to a conflict with a shallow existing off-site storm drain. LACSD required that catch basins receiving stormwater no longer be comingled with the groundwater lift station. A new storm water lift station was then required to lift stormwater from the lowest subterranean level of the Parking Structure through its light well to a new bioretention area. Canopies over the existing stairwells, light well, and diesel generator enclosure will also be constructed. Cerritos Center for the Performing Arts | City is required to stop discharges from the existing groundwater lift station of the Cerritos Center for the Performing Arts to the storm drain system due to constituents in the ground water. A new sewer connection has been designed to connect the lift station to the existing on-site sewer. Scope Mulholland completed plans for two new lift stations, connection to Los Angeles County Sanitation District’s trunk sewer line, and modifications to an existing ground water lift station. We also managed the architectural design of the canopies. Cost $3,022,510 Design Completion 2022 Construction Completion In Progress Project Manager Amandeep Mann Engineer Brian Nieckula, P.E. Inspector Roberto Gonzalez Subconsultants Dawson Surveying, Inc., Landscape Dynamics, tk1sc, CWA AIA, Inc., MTGL, Inc. 5.7.a Packet Pg. 209 S T E E P C A N Y O N T R A I LSTEEP CANYON RDMULHOLLAND CONSULTING, INC.5000 BIRCH ST.WEST TOWER, SUITE 3000NEWPORT BEACH, CALIF. 92660O 949.229.2449CONSULT@CONSULTMULHOLLAND.COMSTEEP CANYON ROAD EROSION CONTROLAND SEDIMENTATION PREVENTION ATCLEAR CREEK CANYON DRIVE, PW24401CITY OF DIAMOND BAR21810 COPLEY DRIVEDIAMOND BAR, CA 91765CONCEPTUAL DRAINAGE PLAN SHEET 1 OF 1 5.7.a Packet Pg. 210 ..PROJECT UNDERSTANDING.. | 7 PROJECT UNDERSTANDING Background · The City Public Works Department seeks design to address the control and minimization of sediment flow from an improved hillside discharging to the roadway below. Sheet flows are transporting sediment into the street and curb and gutter. · The City desires a LID BMP, settling basin, or bioswale. · The project’s budget is $300,000. Site Assessment · Mulholland visited the site on July 20, 2023. · The parkway area set to receive the proposed BMP is bordered by the Steep Canyon Trail to the north, an improved hillside to the east, and single-family residential development to the south. · Domestic water mains exist from the presence of a fire hydrant. However, irrigation improvements or an irrigation water meter were not observed. Utilities Utility owners with facilities in the vicinity of the project have been identified using Dig Alert: · City of Diamond Bar · SoCalGas – Distribution · Spectrum · Southern California Edison – Distribution · Frontier · Walnut Valley Water District Funding · The public funds programmed for the project necessitate Prevailing Wages to be paid for regulated categories like surveyors and geotechnical drillers. Environment · CEQA NOE will be prepared pursuant to California Code of Regulations (CCR) §15301(d) Class 1 – Existing Facilities. · Mulholland’s team is already registered on the City’s behalf with the State Clearinghouse CEQANET as we prepared a NOE for a recent project. · The California Department of Fish and Wildlife will be notified of this project. Sediment Reduction Improvements · Proposed solutions will focus on sediment removal over sediment mobility (erosion) as the hillside is regularly cleared of vegetation for annual fire brush clearing. · Several options exist to store or filter sediment in the runoff including surface and subsurface improvements. The attached Conceptual Plan shows the schematic design for a surface bioretention area or dry pond. · Surface improvements may be planted or non-planted. 5.7.a Packet Pg. 211 ..PROJECT UNDERSTANDING.. | 8 · Any BMP must not interrupt the path of travel to the Steep Canyon Trail. · Enough elevation change (elevation head) exists to permit construction of a drain or underdrain for the proposed BMP. The drain may be daylighted to the gutter on Steep Canyon Road. · Sediment must be cleaned periodically from any of the BMPs proposed so access will planned for. · Mulholland will coordinate with Public Works to understand the frequency of maintenance desired for the proposed BMP as their input may also steer the ultimate selection of a BMP type. · Vegetated BMPs will use California-native plants to avoid the need for irrigation. Should those California-native plants be used, they must be planted in the rainy season and use temporary hand watering to establish them. · BMPs will be designed using the “Low Impact Development Manual for Southern California: Technical Guidance and Site Planning Strategies”. · LA County MODRAT software will be used in conjunction with the topography of the site to determine the runoff flow rate that will be need to size and design the proposed BMP. · Jason Williams, Maintenance Supervisor, City of Diamond Bar confirmed the BMP will not discharge to the canyon on August 11, 2023. City Responsibilities · Provide all available as-builts and records of public facilities. · Provide Director of Industrial Relations (DIR) Project Number for reporting Certified Payroll. · Provide all available Geographic Information Systems (GIS) geodatabase data/Shape Files and latest aerial information. · Assist in coordination with outside agencies if deemed necessary. · Provide latest boilerplate specifications and general technical provisions in Microsoft Word format. . . . Deliverables Table 1. Deliverables Deliverable Design Completion Stage Construction 30% 60% 90% 100% Project Schedule: PDF     Log of Utility Communications: PDF, Excel   Electronic Copy of Aerial Survey: DWG, PDF   Infiltration Test Data: PDF   Hydrology Calculations: PDF  Notice of Exemption: PDF   Construction Documents Title Sheet: PDF     Civil Plans Drainage Plan: PDF     Details: PDF    Landscape Plans Planting Plan: PDF    Details: PDF    Bid Specifications: PDF, Word   Cost Estimate: PDF, Excel    Reviewed Submittals: PDF  5.7.a Packet Pg. 212 ..WORK PLAN.. | 9 Work Plan Task 1. Project Management · Meet with City Staff prior to beginning work to discuss background, scope, objectives and pertinent details. · Attend periodic meetings with City staff at various stages of the Project as needed. Task 2. Research and Utility Search · Collect and review existing information including available as-built plans, soils reports and utility information. · Perform a complete field review. · Obtain available improvement and utility plans from the appropriate agencies. · Conduct a utility search for the project limits. · Review the location of existing utilities, surface and subsurface structures, and proposed improvements. · Provide copies of all utility correspondence to the City with the completed construction document submittal. Preliminary and final utility notices are required for this Project. Task 3. Civil Plans · Prepare complete sets of plans on 24”x36” sheets. · Include details regarding the proposed improvements or mitigation, direction of flow, BMPs, and/or connection points. · Show proposed demolition, trenching, restoration, and outside agency permits on the Plans. Task 4. Bid Specifications · Prepare bid specifications for the project in Microsoft Word format and provide to the City via email. Task 5. Cost Estimate · Prepare and submit a cost estimate in tabular format for each construction item showing quantities, unit price, and total cost. Task 6. Services during Bid Phase · Provide assistance during the bid phase. · Provide technical assistance to staff and clarification to bidders should any questions arise during the bidding period. · Change the plans and/or specifications as needed during this phase in a timely manner so the City can issue addenda as needed. Task 7. Services during Construction Phase · Provide consultation during construction at the request of the City. · Provide appropriate technical services including but not limited to consultation, plan interpretation, and plan revisions resulting from changed conditions. (Added) Task 8. Survey Note | Not included in the Request for Proposals (RFP). · Provide aerial survey needed to prepare the project base map. (Added) Task 9. Notice of Exemption Note | Not included in the RFP. · Prepare CEQA NOE for recordation with the County of Los Angeles Clerk. · Upload documentation to State Clearinghouse CEQANET. (Added) Task 10. Hydrology Note | Not included in the RFP. · Use LA County MODRAT software to determine the run off flow of the hillside needed to size the BMPs. (Added/Optional) Task 11. Infiltration Tests Note | Not included in the RFP. Infiltration tests will be required should the proposed improvements utilize stormwater infiltration into the existing soil strata. · Complete infiltration tests on two (2) borings. (Added/Optional) Task 12. Landscape Plans Note | Not included in the RFP. Landscape Plans will be required should the proposed improvements (i.e. bioretention area) be planted to enhance the quality of the stormwater discharges. Prepare Landscape Plans for planted BMPs using native non-irrigated vegetation. 5.7.a Packet Pg. 213 ..WORK PLAN.. | 10 (Added/Optional) Task 13. Geotechnical Recommendations for Design of BMP · Provide desktop review of existing site conditions. · Provide Geotechnical recommendations for design of the proposed BMP which include offset from toe of slope, grading, and bedding/backfill. (Added) Task 14. Notification of California Department of Fish and Wildlife · Provide notification of the project to the California Department of Fish and Wildlife for the proposed discharge through the Environmental Permit Management System (EPIMS) using the “Notification Instructions and Process” handout, dated September 1, 2021. 5.7.a Packet Pg. 214 ..SCHEDULE.. | 11 SCHEDULE (INSERT GANTT CHART) 5.7.aPacket Pg. 215 ..APPENDICES.. APPENDIX A: RESUMES 5.7.a Packet Pg. 216 PROJECT EXPERIENCECatch Basin Trash Excluder ProjectCity of Culver City (2020 – Present)Obtaining Flood Control Permit for Catch Basin Retrofits of 314 City and County owned catch basins with trash excluder devicesProvided ownership research, GIS database management, and map productionBRIAN NIECKULA, P.E.PRINCIPAL IN CHARGEREGISTRATIONProfessional Civil Engineer, CaliforniaC87484EDUCATIONTexas Tech UniversityBachelor of Science in Civil EngineeringWORK EXPERIENCEPrincipal in Charge | PresidentMulholland Consulting, Inc. (2019 – Present)Project Manager | Vice PresidentKEC Engineers, Inc. (2010 – 2019)Project ManagerKEC Construction Group, LLC (2016 – 2018)Associate EngineerWest Texas Engineering, LLC (2013)Mulholland Consulting, Inc.O 949.229.2449C 951.533.4791brian.nieckula@consultmulholland.comlinkedin.com/in/briannieckula5000 Birch St.West Tower, Suite 3000Newport Beach, Calif. 92660Civic Center Sewer and Storm Water Lift StationsCity of Cerritos (2019 – Present)Designing new 320 gpm sewer lift station due to shallow existing storm drain crossingDesigning high- and low-flow storm water lift station for Civic Center Parking Structure discharging to new bioretention areaCenter for the Performing Arts Sewer and Ground Water Lift Station ModificationsCity of Cerritos (2019 – Present)Designing new sewer from existing ground water lift stationDesigning flow monitoring and sampling improvements for discharge waterRosemead Park Walking Trail ReplacementCity of Rosemead (2020 – 2021)Aided City in selection of replacement walking trail surface constrained by existing improvements and geometryWorked closely with surface manufacturer to specify material design tailored to the needs of the projectPontiac Ave. Neighborhood Pavement RehabilitationCity of Jurupa Valley (2019 – 2020)Prepared plans, specifications, and estimates for pavement, flat work, striping, and accessibility improvementsNapa Lateral, Steel Reclaimed Water LinesInland Empire Utility Agency (2018 – 2019)Won award of design-build project with general engineering contractorEngineer of Record for two miles of reclaimed water line to supply Kaiser Steel and the Auto Club SpeedwayIncluded well improvements and deep channel crossingsProgram Management for Publicly Funded Off-site InfrastructureLewis Management Corp., Panattoni Development, First Industrial Realty Trust, Shaw Development Partners, Western RealCo, Oltmans Construction Co., and FullmerConstructionProvided program management for bidding and construction of tens of millions of dollars of publicly funded infrastructureSources included Development Impact Fee reimbursements and Community Facilities District FundsProvided field engineering for land developers and industrial contractors like Fullmer Construction and Oltmans Construction Co.5.7.aPacket Pg. 217 BOUNDARY SURVEYS . GPS . CONSTRUCTION STAKING . ALTA SURVEYS . AERIAL CONTROL . TOPOGRAPHIC SURVEYS ROBERT JOHN DAWSON, PLS EDUCATION University of California Riverside Extension - Land Surveying Rancho Santiago College - Land Surve)ring Riverside City College - Land Surveying REGISTRATION Land Suneying, Catifomia I.S 6932 July 1993 Land Surveying, Idaho LS 8025 November 1995 PROFESSIONAL EXPERIENCE Dawson Surveying, Inc October 2003 to present - CEO/President • Responsible for all field and office operations. Dawson & Associates September 2002 -October 2003 -Partner • Responsible for field operations Associated Enedneering Apul 2001 - September 2002 • Party Chief duties included performing boundary surveys, topographic surveys, aerial control surveys and construction staking for residential, commercial and industrial developments. Integra Enedneering, Inc. April 1990 -April 2001. • Party Chief duties included performing boundary surveys, topographic surveys, aerial control surveys and constmction staking for residential, coirmiercial and industrial developments. IA Wainscott & Associates July 1983 -April 1990 • Chainman/Instrument unul April 1987.Became party chief in April of 1987 575 E. CARREON DRIVE . COLTON, CALIFORNIA 92324 . TEL: 909.430.0016 R-6 5.7.a Packet Pg. 218 Ms. Jenkins has over 26 years of public sector experience in areas of urban planning, environmental analysis, California Environmental Quality Act (CEQA), and advance and current planning. She is an energetic leader and team builder with a solid broad- based knowledge of the planning profession. Serving on the California American Planning Association Legislative Committee, she is aware of new laws affecting our profession and those legislative actions that are in the works. EXPERIENCE HIGHLIGHTS ▪ Prepared environmental documents to comply with the California Environmental Quality Act (CEQA) and local agencies CEQA Guidelines. ▪ Prepared CEQA Guidelines and all templates for CEQA documents. ▪ Processed tentative tract maps, development projects, and public projects Initial Studies and Mitigated Negative Declarations for cities, including preparation of Mitigation Monitoring and Reporting Programs (MMRP), required noticing, and responses to comment. ▪ Prepared cannabis ordinances, cannabis cultivation regulatory and land use permits for cities. ▪ Coordinated and developed population and employment projections for cities, in coordination with the Southern California Association of Governments (SCAG) and Western Riverside Council of Governments (WRCOG). ▪ Completed the EIR Peer Review of the City of Riverside Sycamore Canyon Business Park Warehouse Buildings 1 and 2 and Specific Plan Amendment and coordinated AB 52 and SB 18 Tribal Consultations. ▪ San Jacinto River Levee Project Environmental Impact Report EIR Peer Review for the City of San Jacinto. ▪ Processed the Environmental Impact Report (EIR) for the City of Riverside's Crystal View Terrace/Green Orchard Place/Overlook Parkway Project. ▪ Managed the City of Riverside award-winning (APA 2008) General Plan 2025. WORK HISTORY Planning Manager • McKenna Lanier Group 2014 to Present Principal Planner • City of Riverside 2005 - 2013 Senior Planner • City of Riverside 1998 - 2005 EDUCATION Master of Business Administration University of California Riverside (UCR) Bachelor of Science Administrative Studies (Business Administration) UCR American Institute of Certified Planners (AICP) Information Technology Solutions SPECIALTIES Land Use Planning Project Management Planning Entitlements CEQA and NEPA EIR Peer Review Budget Management PROFESSIONAL AFFILIATONS American Institute of Certified Planners (AICP) American Planning Association (APA) Association of Environmental Professionals (AEP) Diane@mckennalanier.com 909-519-8887 Diane L. Jenkins, AICP, Planning Manager 5.7.a Packet Pg. 219 RESUME Daniel Nielsen, PE Senior Engineer Professional Registrations Registered Civil Engineer, California Education BS Civil Engineering, California State Polytechnic University, 2007 Professional Training Fundamentals of Professional Practice Course, 2017 Experience Mr. Nielsen began his career at Southern California Geotechnical in 2005. His duties primarily consisted of field investigation including construction observation and testing, logging geotechnical borings and trenches, percolation testing, and infiltration testing. His duties as a staff-level engineer progressively expanded to include engineering analysis and report preparation for geotechnical investigation reports, shrinkage studies, segmental block retaining wall design, and infiltration studies. Mr. Nielsen is experienced with various projects types including warehouses, hotels, manufacturing buildings, retail buildings, medical office buildings, residences, bridges, airfield pavements, and building additions. His geotechnical experience includes liquefaction evaluations, slope stability analyses, deep foundation design, pavement design, laboratory testing, and general geotechnical consulting services. Mr. Nielsen is presently involved with all phases of project coordination, scope definition, proposals, subsurface investigation, lab scheduling, site characterization, design and analysis, and report preparation. 5.7.a Packet Pg. 220 Landscape Dynamics URBAN | ECOSYSTEM | SOLUTIONS U|E|S • Landscape Dynamics.net • Riverside | Los Angeles | Eugene • Phone ( 951 ) 264-4839 Landscape Architecture • Certified Arborists • Water Management • Irrigation Planning • Disaster Restoration Planning EDUCATION EXPERIENCE Provide workflow coordination, plan review support, project management, agency submittals and accounting support for all project types. Provide arborist assessments, design and construction documents. Create cost estimates, materials procurement, research, reports, and field assessments. Facilitate bidding and coordination with contractors; liaison between client and contractor. Provide contract management, repair estimate and invoice approvals, and landscape inspection certifications. Facilitate maintenance zone annexations, assist with landscape maintenance district budgeting. Monitor irrigation zone water budgets and prepare reports. Prepare bidding documents and facilitate bidding, analysis and contract recommendations. Provided need-based small group and individual instruction to students at multiple school sites. Coordination between administrators, teachers and parents for program cohesion. Prepared monthly and annual reports based on student achievement. Aided supervisor in training new teachers, setting up new school sites and maintaining inventory of educational materials and supplies. Coordination of environmental awareness events, research and reports covering current traffic and environmental events and trends, assistance with the development of a Riverside County Truck Route Ordinance. Provide various project support and coordination as needed. Review of small landscape plans for Homeowners Associations. Urban and Regional Planning, Bachelor of Science California State Polytechnic University, Pomona, California Project Manager, Owner 2010-current Landscape Dynamics, Riverside CA On-Assignment Administrative Support / Contract Management 2012-2015 Landscape Dynamics / City of Perris Engineering Administration Title 1 Teacher 2010-2013 Catapult Learning Clean Cities Department Intern 2007-2008 Western Riverside Council of Governments, Riverside CA Plan Check and Project Support Services, consultant 2003-2007 Various clients SARA ZOLL CERTIFIED ARBORIST #PN-9608 Certifications Certified Arborist #PN-9608 CA C27 #1043700 Professional Irrigation Auditor, Certified by EPA WaterSense #SBVWCD-0031 Key Experience Professional Irrigation Auditor Bidding Manager Landscape Inspections Project Manager Planting and Irrigation Design Computer Skills MS Office Excel Word Publisher Corel Draw Autodesk AutoCAD Community Involvement Churchill Area Neighbors Board Secretary 2023 Riverside STEM Academy newsletter production 2018 Evans Park Little League Board Member and Website Manager 2010-2018 Project Team: Resumes 5.7.a Packet Pg. 221 ..APPENDICES.. APPENDIX B: CORRESPONDENCE WITH CITY 5.7.a Packet Pg. 222 1 Brian Nieckula From:Jason Williams <JWilliams@DiamondBarCA.Gov> on behalf of Jason Williams Sent:Friday, August 11, 2023 9:26 AM To:Brian Nieckula; Nicholas Delgado; Michael Bhatanawin Subject:RE: Steep Canyon Road Erosion & Sedimentation Prevention Project Flag Status:Flagged Hi Brian, Based on the info you have provided, I agree that discharging to the canyon would not be recommend. But nofying Fish and Wildlife would be in the City’s best interest. Thanks Jason Williams | Maintenance Supervisor City of Diamond Bar | Public Works 21810 Copley Drive, Diamond Bar, CA 91765 t 909.839.7059 | 909.839.7000 main | f 909.861.3117 | jwilliams@diamondbarca.gov | www.DiamondBarCA.gov Connect with Us... Facebook | Twitter | YouTube | Instagram From: Brian Nieckula <brian.nieckula@consultmulholland.com> Sent: Thursday, August 10, 2023 11:15 PM To: Nicholas Delgado <NDelgado@DiamondBarCA.Gov>; Jason Williams <JWilliams@DiamondBarCA.Gov>; Michael Bhatanawin <MBhatanawin@DiamondBarCA.Gov> Subject: RE: Steep Canyon Road Erosion & Sedimentation Prevention Project CAUTION: This message originated outside of our City of Diamond Bar network. CAUTION: This email originated from outside your organization. Exercise caution when opening attachments or clicking links, especially from unknown senders. Diamond Bar Team: ?? It was great to speak with all of you yesterday about the Steep Canyon project. ?? 5.7.a Packet Pg. 223 2 I have since met with our Geotechnical Engineer and want to share some of our thoughts: ?? Proposed Discharge Line to Canyon ?? 1. The Canyon is an ???Earthquake-Induced Landslide Zone??? where mitigation measures are required for the proposed discharge line. a. I have attached a snippet showing the approximate street alignment for your reference. b. The full map is on the following link: https://drive.google.com/drive/folders/1o_5aWQCrogPCEkbR5- O4ZDM2DP2QuN4v?usp=drive_link c. Should the City desire to daylight the discharge line to the canyon face, we would anticipate preparing a slope stability study which would typically include borings at the top and toe of slope. The toe of slope is approximately forty-feet below the top of slope and overgrown with vegetation. d. Summarily, we would not recommend discharging to the canyon immediately adjacent to the proposed dry pond/bioretention area. Should a new line be desired, we should anticipate constructing a new line and outlet outside of the Earthquake-Induced Landslide Zone. ?? Fish and Wildlife Notification ?? 2. Fish and Game Code Section 1602 requires notification before beginning any activity that will ???deposit or dispose of debris, waste, or other material containing crumbled, flaked, or ground pavement where is may pass into any river, stream, or lake???. a. Whether a new discharge line or the existing curb outlet at Steep Canyon Rd/S Diamond Bar Blvd is used, the City may elect to notify Fish and Wildlife out of an abundance of caution given the blue-lined Diamond Bar Creek is receiving discharges from a debris basin. b. The USGS map showing the Creek can be found on the following link: https://drive.google.com/drive/folders/1o_5aWQCrogPCEkbR5- O4ZDM2DP2QuN4v?usp=drive_link c. I would not expect Fish and Wildlife to require mitigation methods but providing notification will provide cover for the project. ?? Proposed Dry Pond/Bioretention Area ?? 3. We are finalizing the Proposal Amendment to include geotechnical recommendations for the proposed dry pond/bioretention area. ?? . . . ?? Please let me know what you all think and if you would like to jump on a call to discuss these items further. ?? Thanks! ?? Brian Nieckula, P.E. Principal in Charge C 951.533.4791 brian.nieckula@consultmulholland.com ?? Out of Office Alert: None ?? ?? Mulholland Consulting, Inc. 5000 Birch St., West Tower, Suite 3000, Newport Beach, Calif. 92660 | O 949.229.2449 7177 Brockton Ave., Suite 110, Riverside, Calif. 92506 | O 909.654.5563 www.consultmulholland.com ?? 5.7.a Packet Pg. 224 3 From: Brian Nieckula <brian.nieckula@consultmulholland.com> Sent: Friday, August 4, 2023 12:39 PM To: 'Nicholas Delgado' <NDelgado@DiamondBarCA.Gov> Cc: 'Jason Williams' <JWilliams@DiamondBarCA.Gov>; 'Michael Bhatanawin' <MBhatanawin@DiamondBarCA.Gov> Subject: RE: Steep Canyon Road Erosion & Sedimentation Prevention Project ?? Nicholas: ?? Thank you for your voicemail and consideration for the project. ?? I am available for a virtual meeting on Wednesday, August 9, 2023 at 2:00 PM to discuss the project. ?? I look forward to speaking with you! ?? Have a great weekend, ?? Brian Nieckula, P.E. Principal in Charge C 951.533.4791 brian.nieckula@consultmulholland.com ?? Out of Office Alert: None ?? ?? Mulholland Consulting, Inc. 5000 Birch St., West Tower, Suite 3000, Newport Beach, Calif. 92660 | O 949.229.2449 7177 Brockton Ave., Suite 110, Riverside, Calif. 92506 | O 909.654.5563 www.consultmulholland.com ?? From: Nicholas Delgado <NDelgado@DiamondBarCA.Gov> Sent: Friday, August 4, 2023 12:25 PM To: brian.nieckula@consultmulholland.com Cc: Jason Williams <JWilliams@DiamondBarCA.Gov>; Michael Bhatanawin <MBhatanawin@DiamondBarCA.Gov> Subject: Steep Canyon Road Erosion & Sedimentation Prevention Project Importance: High ?? Good ABernoon Brian, ?? The City of Diamond Bar has reviewed your firm???s proposal for the Steep Canyon Road Erosion Control and Sedimentaon Prevenon Project (CIP No. PW24401). A s I menoned in my voicemail message, we would like to meet with your firm to briefly discuss the proposal contents. ?? Please let me know if you are available on Wednesday, August 9, 2023 at 2:00 PM for a teleconference meeng (about 30 minutes or less). If so, I will send you a calendar invitaon with the GoToMeeng informaon for confirmaon. Thank you. ?? Sincerely, ?? 5.7.a Packet Pg. 225 4 ?? ?? Nicholas Delgado | Engineering Technician City of Diamond Bar | Public Works 21810 Copley Drive, Diamond Bar, CA 91765 t 909.839.7043 | 909.839.7000 main | f 909.861.3117 NDelgado@diamondbarca.gov | www.DiamondBarCA.gov Connect with Us... Facebook|Twitter|YouTube|Instagram 5.7.a Packet Pg. 226 ..FEE PROPOSAL.. | 1 August 14, 2023 City of Diamond Bar Public Works Department Attn: Jason Williams 21810 Copley Drive Diamond Bar, Calif. 91765 RE: Fee Proposal for Steep Canyon Road Erosion Control and Sedimentation Prevention at Clear Creek Canyon Drive, PW24401 Dear Jason Williams: Thank you for the opportunity to submit this Proposal for the “Steep Canyon Road Erosion Control and Sedimentation Prevention at Clear Creek Canyon Drive, PW24401” project. Please find clarifications for the Fee Proposal below: Assumptions Administrative • Provide electronic plan submittals to the City of Diamond Bar (City). Hardcopy plans are not required. • The City intends to use the Standard Specifications for Public Works Construction (latest edition) and the Standard Plans for Public Works Construction (latest edition). The consultants shall provide copies of referenced standard plans from other sources. • Mulholland Consulting, Inc. (Mulholland) assumes meetings will be facilitated using teleconference services (i.e. Microsoft Teams). Right-of-Way • Alll right-of-way has been obtained for the proposed improvements. No right-of-way acquisitions will be required. Utility Coordination • If the proposed improvements interfere with existing utilities, Mulholland shall arrange potholes taken by the utility company per the Request for Proposals (RFP). Should the utility company not agree, Mulholland can have the potholes completed by a third-party as an Additional Service. • Plans and related materials will be revised or changed as required as a result of review of the plans be affected utilities and outside agencies or because of errors or omissions in the plans and specifications. Such revisions shall be completed in a timely manner so as to avoid or minimize construction delays and shall not result in any increase in compensation from the City. Infiltration Tests • Infiltration test pits will be refilled with native backfill. • Mulholland and its team shall not be responsible for damage to any utility lines not identified by Dig Alert (one call location service). • Mulholland assumes the Work Area Traffic Control Handbook (WATCH) can be used during design and construction and engineered traffic control plans are not required. Our Mission: A better built environment. 5.7.a Packet Pg. 227 ..FEE PROPOSAL.. | 2 Task 13. Geotechnical Recommendations for Design of BMPs • Task 13 includes desktop level review of field conditions only and does not include any field work (i.e. borings). • Task 13 does not include slope stability analysis as the recommendations will focus on the proposed BMP not affecting the existing slope. Task 14. Notification of California Department of Fish and Wildlife • Task 14 includes notification of California Department of Fish and Wildlife only and does not include any mitigation measures resulting from the review and/or agreement between the City and the California Department of Fish and Wildlife. Required Statements: • Personnel Changes | Mulholland will notify the City and furnish required information should personnel changes occur during the contract period. • Statement Certifying Insurance Coverage | The required insurance coverage will be obtained by Mulholland and understands said coverage is a prerequisite to entering into an agreement with the City. Mulholland is required to confirm with its insurance carrier that it can meet all the requirements for insurance. Failure to meet the insurance regulations as set forth shall result in Mulholland’s disqualification. • Consulting Services Agreement | Mulholland certifies it agrees to the City’s Consulting Services Agreement terms and conditions. • Question and Answer Sets | Mulholland acknowledges the questions and answers provided on Planet Bids through July 26, 2023 at 2:30 PM PST. . . . Billing Rate Schedule Effective: January 1, 2023 – December 31, 2023 | City of Diamond Bar Mulholland Consulting, Inc. Classification Billing Rate Principal in Charge $255/hr Project Manager $215/hr Project Engineer $170/hr Design Engineer $130/hr Engineering Technician $110/hr Provisions: • This Fee Proposal shall be valid for ninety (90) calendar days from the date of submission, July 27, 2023 or as otherwise required by the RFP. • Mileage will be charged at the effective/current Internal Revenue Services (IRS) Standard Mileage Rates. • Subcontracted services and reimbursable items shall be invoiced at cost plus fifteen percent (15%). • Mulholland added a budget for reimbursable expenses to the Attachment A: Fee Calculator which includes vehicle mileage, public notice recordation costs, etc. 5.7.a Packet Pg. 228 ..FEE PROPOSAL.. | 3 • Billing rates are subject to change once per calendar year or otherwise required by the California Department of Industrial Relations Prevailing Wage Increases. • City will pay for all plan check, permit, inspection and miscellaneous fees at no cost to Mulholland Consulting, Inc. • City will pay for fire hydrant water meter and water used for the infiltration tests. 5.7.a Packet Pg. 229 ..FEE PROPOSAL.. | 4 Exclusions Engineering • Structural Engineering/Plans/Calculations • Voltage Drop and Flicker Calculations • Sewer Studies • Traffic Studies • Public Street, Street Light, Signage, Striping, Traffic Signal, and Traffic Signal Modification Plans • Erosion Control Plans (For Construction) • Concrete Joining Plans • On-site Utility Plans: Domestic Water, Reclaimed Water, Sewer, Gas, Cable/TV/Data, Power, Conduit, etc. • Off-site Utility Plans: Domestic Water, Reclaimed Water, Sewer, Gas, Cable/TV/Data, Power, Conduit, Street Lighting, etc. • Demolition Plans • Wall and Fencing Plans • Truck Circulation Plans • Tentative Tract/Parcel Map • Electric Vehicle Charging Station Specification and Design • CalEEMod PS&E • Traffic Engineering • Traffic Control Plans • Transportation Permit • Control Panel Designs • SCADA Designs and Specifications • Grading Certifications • Value Engineering • Pump/Lift Stations Environmental • Water Quality Management Plan (WQMP)/Standard Urban Stormwater Management Plan (SUSMP)/Low Impact Development (LID) Plan • Proof of Filing of a Notice of Intent (NOI) with State Water Resources Control Board (SWRCB) in Order to Comply with the Requirements of the National Pollutant Discharge Elimination System (NPDES) • Stormwater Pollution Prevention Plan (SWPPP) in Accordance with SWRCB’s General Permit • Water Pollution Control Plan (WPCP) • Waste Discharger’s Identification Number (WDID) Issued by the SWRCB Planning • National Environmental Policy Act (NEPA) Documentation and Regulatory Permitting • Cultural Resource, Paleontological, and/or Biological Work • Phase 1/Phase 2 Environmental Site Assessments • Noise Study • Hazardous Waste Site Assessment • LEED Certification • Development of Covenants, Conditions, and Restrictions (CC&R’s) • Public Art Ordinance Documentation • Waste Management Plan • Formation of Special Districts (Lighting, etc.) • Construction Phasing Plan Survey & Mapping • Construction Survey Staking • Mapping Services (Lot Line Adjustments, Final Parcel Map, Final Tract Map, Reference Maps, Easement Dedications, Legal Descriptions, Map Traverse and Closures, Setting of Property Corners, etc.) • Boundary Survey • Record of Survey • Corner Record(s) • American Land Title Association (ALTA) Survey • Subsurface Investigation (“Potholing”) • Subsurface Utility Location (Ground Penetrating Radar) • Procurement of Preliminary Title Reports • Common Wall Agreement, Property Line • Grant Deed • Radius Map for Mailing Lists/Notification Landscape Architecture • Irrigation Plans • Open Space Plan • Agricultural/Agronomical Testing Testing • Methane Investigations/Reports • Soils/Geotechnical Investigation and Engineering (Except as Noted) • Flow Monitoring • Fire Flow/Hydrant Tests • Fault Hazard Study • Fault Trenching • Private Utility Location Administrative/Miscellaneous • Filing, Permit, Plan Check, and Miscellaneous Fees • Site Utilization Map • Preparation of As-builts • Powerwashing/Removal of Underground Service Alert (USA) Markings • Hazardous Waste Removal • Community Outreach • Covenants, Conditions, and Restrictions (CC&R’s) • Labor Compliance • Expert Witness 5.7.a Packet Pg. 230 ..FEE PROPOSAL.. | 3 Please let us know if you have any questions. Respectfully, Brian M. Nieckula, P.E. Principal in Charge Mulholland Consulting, Inc. O 949.229.2449 | brian.nieckula@consultmulholland.com Attachments: • Attachment A: Fee Calculator, Revised August 14, 2023 5.7.a Packet Pg. 231 City of Diamond Bar: PW24401 Fee Calculator CONFIDENTIAL No. 7.2023.2.0 Revision #1; Revised: August 14, 2023 Hours Subtotal Hours Subtotal Hours Subtotal Hours Subtotal Hours Subtotal Hours Subtotal 1 Project Management 0.00 $ - 18.00 $ 3,870.00 0.00 $ - 0.00 $ - 0.00 $ - $ - $ 3,870.00 2 Research and Utility Search 0.00 $ - 0.00 $ - 0.00 $ - 0.00 $ - 24.00 $ 2,640.00 $ - $ 2,640.00 3 Civil Plans 4.00 $ 1,020.00 0.00 $ - 0.00 $ - 40.00 $ 5,200.00 16.00 $ 1,760.00 $ - $ 7,980.00 4 Bid Specifications 4.00 $ 1,020.00 0.00 $ - 24.00 $ 4,080.00 0.00 $ - 0.00 $ - $ - $ 5,100.00 5 Cost Estimate 0.00 $ - 0.00 $ - 8.00 $ 1,360.00 0.00 $ - 0.00 $ - $ - $ 1,360.00 6 Services during Bid Phase 0.00 $ - 0.00 $ - 4.00 $ 680.00 0.00 $ - 0.00 $ - $ - $ 680.00 7 Services during Construction Phase 0.00 $ - 0.00 $ - 8.00 $ 1,360.00 0.00 $ - 0.00 $ - $ - $ 1,360.00 8.00 $ 2,040.00 18.00 $ 3,870.00 44.00 $ 7,480.00 40.00 $ 5,200.00 40.00 $ 4,400.00 $ - $ 22,990.00 8 Survey 0.00 $ - 0.00 $ - 0.00 $ - 0.00 $ - 8.00 $ 880.00 $ 7,578.50 $ 8,458.50 9 Notice of Exemption 1.00 $ 255.00 0.00 $ - 0.00 $ - 0.00 $ - 0.00 $ - $ 2,415.00 $ 2,670.00 10 Hydrology 2.00 $ 510.00 0.00 $ - 0.00 $ - 16.00 $ 2,080.00 0.00 $ - $ - $ 2,590.00 14 Notification of California Department of Fish and Wildlife 2.00 $ 510.00 0.00 $ - 12.00 $ 2,040.00 0.00 $ - 0.00 $ - $ - $ 2,550.00 - Reimbursable Expenses 0.00 $ - 0.00 $ - 0.00 $ - 0.00 $ - 0.00 $ - $ 950.00 $ 950.00 5.00 $ 1,275.00 0.00 $ - 12.00 $ 2,040.00 16.00 $ 2,080.00 8.00 $ 880.00 $ 10,943.50 $ 17,218.50 11 Infiltration Tests 1.00 $ 255.00 0.00 $ - 0.00 $ - 0.00 $ - 0.00 $ - $ 13,052.50 $ 13,307.50 12 Landscape Plans 1.00 $ 255.00 0.00 $ - 0.00 $ - 0.00 $ - 0.00 $ - $ 3,910.00 $ 4,165.00 13 Geotechnical Recommendations for Design of BMP 2.00 $ 510.00 0.00 $ - 0.00 $ - 0.00 $ - 0.00 $ - $ 1,242.00 $ 1,752.00 4.00 $ 1,020.00 0.00 $ - 0.00 $ - 0.00 $ - 0.00 $ - $ 18,204.50 $ 19,224.50 $ 22,990.00 $ 17,218.50 $ 40,208.50 $ 19,224.50 $ 59,433.00 Task Totals No. Description Task Principal in Charge Project Engineer Engineering Technician Lump SumsProject Manager $255.00 /hr $170.00 /hr $110.00 /hr *$215.00 /hr Request for Proposals + Added by Mulholland ("Not to Exceed") Total = Request for Proposals + Added by Mulholland + Optional ("Not to Exceed") Total = Design Engineer $130.00 /hr Request for Proposals (RFP) Added Totals = Request for Proposals ("Not to Exceed") Total = Added by Mulholland RFP Totals = Optional Optional Totals = Added by Mulholland ("Not to Exceed") Total = Optional ("Not to Exceed") Total = 5.7.a Packet Pg. 232 5.7.b Packet Pg. 233 Agenda #: 7.1 Meeting Date: September 19, 2023 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: CONSULTING SERVICES AGREEMENT WITH REGIONAL CHAMBER OF COMMERCE SAN GABRIEL VALLEY FOR BUSINESS DEVELOPMENT AND ENGAGEMENT SERVICES THROUGH JUNE 30, 2024. STRATEGIC GOAL: Responsible Stewardship of Public Resources RECOMMENDATION: Approve and authorize the City Manager to sign the Consulting Services Agreement with Regional Chamber of Commerce San Gabriel Valley. FINANCIAL IMPACT: The total not-to-exceed amount of the Agreement for Fiscal Year 2023/24 would be $12,000. Sufficient funds are included in the Fiscal Year 2023/24 Economic Development budget. BACKGROUND: The Regional Chamber of Commerce San Gabriel Valley (“Chamber”) began as the Diamond Bar Chamber of Commerce before expanding eastward to also include the communities of Walnut, Rowland Heights, Hacienda Heights, Avocado Heights, La Puente, Bassett and Valinda. According to its website, the Chamber seeks to “promote civic, commercial, industrial commerce and enhance the quality of life within our community” while advocating for the business interests of its members. The City of Diamond Bar has partnered with the Chamber for many years, focusing primarily on local business development and engagement efforts. ANALYSIS: On June 30, 2023, the City’s Consulting Services Agreement with the Chamber expired. Chamber CEO Aziz Amiri and City staff met on a number of occasions to develop a 7.1 Packet Pg. 234 revised scope of work that meets the current needs of the Diamond Bar business community and revitalizes the Chamber’s presence in the City. The revised Scope of Work (Attachment 2, Exhibit A) includes the following terms: • The Chamber CEO and City staff shall meet on a bimonthly basis to encourage ongoing cooperation and communication. • Local business development workshops and networking events, with the City providing in-kind sponsorship of two events via free City facility access. • Assistance with City business engagement efforts, including Restaurant Week, City Anniversary Celebration, ribbon cuttings/grand opening, etc. • Business assistance/service matching programming. • Quarterly reporting on progress. During the contract term, the Chamber will also focus on attracting new Diamond Bar- based business members, with the goal of developing a thriving local business community. LEGAL REVIEW: The City Attorney has reviewed and approved the agreement as to form. PREPARED BY: REVIEWED BY: Attachments: 1. 7.1.a FY2023-24 Chamber Agreement 7.1 Packet Pg. 235 CONSULTING SERVICES AGREEMENT THIS AGREEMENT (the "Agreement") is made as of September 19, 2023 by and between the City of Diamond Bar, a municipal corporation ("City") and the Regional Chamber of Commerce—San Gabriel Valley, a California nonprofit public benefit corporation ("Consultant"). 1. Consultant's Services. Subject to the terms and conditions set forth in this Agreement Consultant shall provide to the reasonable satisfaction of the City the services set forth in the attached Exhibit "A", which is incorporated herein by this reference. As a material inducement to the City to enter into this Agreement, Consultant represents and warrants that it has thoroughly investigated the work and fully understands the difficulties and restrictions in performing the work. 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. Assistant City Manager Ryan McLean (herein referred to as the “City’s Project Manager”), shall be the person to whom the Consultant will report for the performance of services hereunder. It is understood that Consultant shall coordinate its services hereunder with the City’s Project Manager to the extent required by the City’s Project Manager, and that all performances required hereunder by Consultant shall be performed to the satisfaction of the City’s Project Manager and the City Manager. 2. Term of Agreement. This Agreement shall take effect September 19, 2023, and shall continue until June 30, 2024 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 scope of services set forth in Exhibit "A". Payment will be made only after submission of proper invoices in the form specified by City. Total payment to Consultant pursuant to this Agreement shall not exceed Twelve Thousand dollars ($12,000) without the prior written consent of the City. The above not to exceed amount shall include all costs, including, but not limited to, all clerical, administrative, overhead, telephone, travel and all related expenses. 4. Payment. A. Consultant shall submit to City an invoice monthly for the services completed, authorized expenses and authorized extra work actually performed or incurred. B. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. 7.1.a Packet Pg. 236 C. City will pay Consultant the amount properly invoiced within 35 days of receipt, but may withhold 30% of any invoice until all work is completed, which sum shall be paid within 35 days of completion of the work and receipt of all deliverables. D. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 5. Change Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefore have been previously authorized in writing and approved by the City Manager or his designee as an amendment to this Agreement. The amendment shall set forth the changes of work, extension of time, if any, and adjustment of the fee to be paid by City to Consultant. 6. Priority of Documents. In the event of any inconsistency between the provisions of this Agreement and any attached exhibits, the provisions of this Agreement shall control. 7. Status as Independent Contractor. A. 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, except as specifically provided herein. 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 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 Workers' Compensation laws 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. D. Consultant shall, at Consultant’s sole cost and expense fully secure and comply with all federal, state and local governmental permit or licensing 7.1.a Packet Pg. 237 requirements, including but not limited to the City of Diamond Bar, South Coast Air Quality Management District, and California Air Resources Board. E. In addition to any other remedies it may have, City shall have the right to offset against the amount of any fees due to 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 required by this Agreement or for any amount or penalty levied against the City for Consultant’s failure to comply with this Section. 8. 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 and represents that it and any subcontractors it may engage, possess any and all licenses which are required to perform the work contemplated by this Agreement and shall maintain all appropriate licenses during the performance of the work. 9. Indemnification. Consultant shall indemnify, defend with counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers ("Indemnitees") from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys' fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with: (1) Any and all claims under Workers’ Compensation Act and other employee benefit acts with respect to Consultant’s employees or Consultant’s contractor’s employees arising out of Consultant’s work under this Agreement; and (2) Any and all claims arising out of Consultant's performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement, regardless of City’s passive negligence, but excepting such loss or damage which is caused by the sole active negligence or willful misconduct of the City. 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 Indemnitees. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. Except for the Indemnitees, this Agreement shall not be construed to extend to any third party indemnification rights of any kind. 10. Insurance. A. 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 the following insurance: 7.1.a Packet Pg. 238 (1) a policy or policies of broad-form comprehensive general liability insurance written on an occurrence basis with minimum limits of $1,000,000.00 combined single limit coverage against any injury, death, loss or damage as a result of wrongful or negligent acts by 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 per occurrence; (3) automotive liability insurance written on an occurrence basis covering all owned, non-owned and hired automobiles, with minimum combined single limits coverage of $1,000,000.00; and (4) Worker's Compensation insurance when required by law, with a minimum limit of $500,000.00 or the amount required by law, whichever is greater. B. The City, its officers, employees, agents, and volunteers shall be named as additional insureds on the policies as to comprehensive general liability, property damage, and automotive liability. The policies as to comprehensive general liability, property damage, and automobile liability shall provide that they are primary, and that any insurance maintained by the City shall be excess insurance only. C. All insurance policies shall provide that the insurance coverage shall not be non-renewed, canceled, reduced, or otherwise modified (except through the addition of additional insureds to the policy) by the insurance carrier without the insurance carrier giving City at least ten (10) days prior written notice thereof. Consultant agrees that it will not cancel, reduce or otherwise modify the insurance coverage and in the event of any of the same by the insurer to immediately notify the City. D. All policies of insurance shall cover the obligations of Consultant pursuant to the terms of this Agreement and shall be issued by an insurance company which is authorized to do business in the State of California or which is approved in writing by the City; and shall be placed have a current A.M. Best's rating of no less than A-, VII. E. Consultant shall submit to City (1) insurance certificates indicating compliance with the minimum insurance requirements above, and (2) insurance policy endorsements or a copy of the insurance policy evidencing the additional insured requirements in this Agreement, in a form acceptable to the City. F. Self-Insured Retention/Deductibles. All policies required by 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 Consultant (as the named insured) should Consultant fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City. Consultant understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Consultant as primary insured to pay its SIR or deductible 7.1.a Packet Pg. 239 constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Consultant’s due to such failure 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 Consultant for breach of this Agreement in addition to any other damages incurred by City due to the breach. G. Subrogation. With respect to any Workers' Compensation Insurance or Employer's Liability Insurance, the insurer shall waive all rights of subrogation and contribution it may have against the Indemnitees. H. Failure to Maintain Insurance. If Consultant fails to keep the insurance required under this Agreement in full force and effect, City may take out the necessary insurance and any premiums paid, plus 10% administrative overhead, shall be paid by Consultant, which amounts may be deducted from any payments due Consultant. I. Consultant shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to the City for review and approval. All insurance for subcontractors shall be subject to all of the requirements stated herein. 11. 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. 12. Ownership of Materials. Except as specifically provided in this Agreement, 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. 13. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Consultant and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the “records”) pertaining to the costs of and completion of services performed under this Agreement. The City and any of their authorized representatives shall have access to and the right to audit and reproduce any of Consultant's records regarding the services provided under this Agreement. Consultant shall maintain all such records for a period of at least three (3) years after termination or 7.1.a Packet Pg. 240 completion of this Agreement. Consultant agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three (3) days' notice from the City, and copies thereof shall be furnished if requested. 13. 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 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. 14. Termination. The City may terminate this Agreement with or without cause upon fifteen (15) days' written notice to Consultant. 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, unless the notice provides otherwise, except those services reasonably necessary to effectuate the termination. The City shall be not liable for any claim of lost profits. 15. Personnel/Designated Person. 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. Except as provided in this Agreement, 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 in its sole discretion to require Consultant to exclude any employee from performing services on City's premises. 16. 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. 7.1.a Packet Pg. 241 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. 17. Time of Completion. Reserved. 18. Time Is of the Essence. Time is of the essence in this Agreement. Consultant shall do all things necessary and incidental to the prosecution of Consultant's work. 19. Delays and Extensions of Time. Reserved. 20. 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. 21. Compliance with Laws. Consultant shall comply with all applicable laws, ordinances, codes and regulations of the federal, state, and local governments. 22. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to 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. 23. 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. 7.1.a Packet Pg. 242 24. Mediation. Any dispute or controversy arising under this Agreement, or in connection with any of the terms and conditions hereof, which cannot be resolved by the parties, may be referred by the parties hereto for mediation. A third party, neutral mediation service shall be selected, as agreed upon by the parties and the costs and expenses thereof shall be borne equally by the parties hereto. The parties agree to utilize their good faith efforts to resolve any such dispute or controversy so submitted to mediation. It is specifically understood and agreed by the parties hereto that mutual good faith efforts to resolve the same any dispute or controversy as provided herein, shall be a condition precedent to the institution of any action or proceeding, whether at law or in equity with respect to any such dispute or controversy. 25. 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. 26. Reserved. 27. Reserved. 28. 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. “CONSULTANT” “CITY” Regional Chamber of Commerce SGV City of Diamond Bar PO Box 5251 21810 Copley Drive Hacienda Heights, CA 91745 Diamond Bar, CA 91765-4178 Attn.: Aziz Amiri, CEO Attn.: Ryan McLean, Assistant City Mgr. Phone: 626-810-8476 Phone: 909-839-7016 E-Mail: aziza@regionalchambersgv.com E-mail: RMcLean@diamondbarca.gov 29. Governing Law. This Agreement shall be interpreted, construed and enforced in accordance with the laws of the State of California. The venue for any action brought under this Agreement shall be in Los Angeles County. 30. 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. 7.1.a Packet Pg. 243 31. Severability. If any term, condition or covenant of this Agreement is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement shall not be affected thereby, and the Agreement shall be read and construed without the invalid, void or unenforceable provision(s). 32. Entire Agreement. This Agreement, and any other documents incorporated herein by 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 a person duly authorized to do so under the City's Purchasing Ordinance. IN WITNESS of this Agreement, the parties have executed this Agreement as of the date first written above. "Consultant" "City" REGIONAL CHAMBER OF COMMERCE CITY OF DIAMOND BAR SAN GABRIEL VALLEY By: ______ By: ____ Ken Leibman Dan Fox, City Manager President and Chairman of the Board ATTEST: Kristina Santana, City Clerk Approved as to form: By:____ Omar Sandoval, City Attorney 7.1.a Packet Pg. 244 EXHIBIT “A” FY 2023-2024 CITY SERVICES CONTRACT REGIONAL CHAMBER OF COMMERCE OF THE SAN GABRIEL VALLEY SCOPE OF SERVICES July 1, 2023 through June 30, 2024 A. The Chamber will partner with the City of Diamond Bar to promote business development in the City of Diamond Bar. The Chamber CEO and City Manager or their designee will meet no less than bimonthly to discuss issues impacting the Diamond Bar business community and the Chamber’s efforts to carry out the terms of this agreement. B. The City shall have a non-voting liaison position on the Regional Chamber of Commerce – San Gabriel Valley (“Chamber”) Board of Directors. The position shall be appointed by the Mayor. C. Upon commencement of this agreement, the Chamber shall provide a list of all current Diamond Bar-based business members. The Chamber shall launch efforts to increase Diamond Bar-based business membership by at least 10% by June 30, 2024. D. The Chamber shall organize and promote open-to-the-public events that foster local business development, engagement, and economic growth, including: • A minimum of five (5) business development/coaching workshops (including one-on-one meetings with licensed business counselors or partnerships with other reputable business development agencies) with topics relevant to the current needs of local businesses. Topics may include, but are not limited to business plan development, access to capital and financing opportunities, marketing techniques, emerging technologies, how to expand, job development, etc. • A minimum of four (4) business networking events to be held in Diamond Bar. As an in-kind donation, the City shall provide free access to a City facility (subject to availability) for two (2) of the four (4) events. The City shall receive a minimum of two (2) complimentary passes to each scheduled networking event. E. The Chamber shall provide support for City-sponsored business engagement programs and activities, including: • Provide logistical support, marketing, supplies/materials and other assistance as requested to the City in the course of staging local business 7.1.a Packet Pg. 245 engagement events, including, but not limited to, Grand Openings/Ribbon Cuttings and business milestone recognition events. • Assist the City with the annual Diamond Bar Restaurant Week (DBRW) Program which will take place in October. Chamber shall participate in DBRW events, coordinate and solicit any donations/sponsorships, and provide a grand raffle prize to be distributed to DBRW Dine and Win contest participants at the end of the program. Chamber shall promote DBRW information on the Chamber website, as well as provide content on Chamber social media platforms. Chamber shall, whenever possible coordinate existing professional development events to take place at DBRW participating restaurants and furnish Chamber membership information to local business participants. • Develop and execute a marketing campaign to Diamond Bar-based businesses in support of the Business Expo to be held at the 35th City Birthday Celebration scheduled for April 14, 2024 and provide day-of-event logistical assistance to participants and City staff. • Promote City-sponsored Business Watch events to Diamond Bar-based Chamber members. F. The Chamber shall develop and implement a program designed to match Diamond Bar-based businesses with Chamber members that can provide fee-based on- demand business assistance or expertise necessary to their success, including but not limited to attorneys, human resources professionals, graphic designers, marketing professionals, etc. G. The Chamber shall upgrade its official website (www.regionalchambersgv.com), ensuring all content is current and accurate. The City shall be provided second tier banner advertising for City programs on the Chamber website at no cost. H. The Chamber shall implement technology designed to increase communications by facilitating mass e-mail, text, and phone outreach capabilities. I. The Chamber shall submit quarterly reports to the City Manager or designee. At a minimum, the reports shall contain the following information: • A list of all Diamond Bar-based businesses with active Regional Chamber of Commerce-SGV membership status. • A summary of all Chamber Business Development Workshops held during the quarter and the total number of Diamond Bar-based businesses/residents participating. • A summary of all Networking Events held and the total number of Diamond Bar-based businesses/residents participating. • Website data, including the total number of website visits/hits and e- subscribers. • A summary of other relevant Chamber activities conducted during the period, as determined by the CEO. 7.1.a Packet Pg. 246 J. At a regular City Council meeting in May or June (to be determined by the City and Chamber CEO), the Chamber shall present an annual report to the City Council highlighting its accomplishments for the year, with particular focus on those included in this scope of services. 7.1.a Packet Pg. 247 Agenda #: 7.2 Meeting Date: September 19, 2023 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: MASTER SERVICES AGREEMENT WITH FLOCK GROUP, INC. FOR AUTOMATED LICENSE PLATE READER SURVEILLANCE CAMERA SERVICES THROUGH SEPTEMBER 19, 2025. STRATEGIC GOAL: Safe, Sustainable & Healthy Community RECOMMENDATION: A. Approve and authorize the City Manager to sign the Master Services Agreement Flock Group, Inc; and B. Appropriate $185,000 from Law Enforcement Reserve Fund (Fund 102) to fund the Agreement for FY 23/24. FINANCIAL IMPACT: Sufficient funds do not currently exist in the FY 2023/24 budget. It is recommended that funds be appropriated from the Law Enforcement Reserve Fund (Fund 102). Upon appropriation, the total not-to-exceed amount of the Agreement for FY 2023/24 would be $185,000. Expenditures for FY 2024/25 are expected to be $165,000, for a two -year total not-to-exceed amount of $350,000. BACKGROUND: At the February 28, 2023 meeting, the City Council Public Safety Committee requested that staff prepare a presentation related to the use of Automated License Plate Reader (ALPR) surveillance systems in Diamond Bar. The matter was subsequently presented to the committee at the March 28, 2023 meeting, at which time staff was directed to prepare the item for City Council discussion. At the April 18, 2023 Study Session, the City Council discussed the matter and directed staff to return with additional information for further discussion and direction. Finally, at the July 18, 2023 Study Session, the City Council directed staff to begin negotiations with ALPR services provider Flock Group, Inc. and bring a contract to an upcoming Regular Meeting for City Council 7.2 Packet Pg. 248 consideration. ANALYSIS: ALPRs are camera-based surveillance devices that capture vehicle license plate data. This data can be used by law enforcement in a number of ways, including to monitor where a vehicle has been, identify travel patterns over time, and determine links between different vehicles. The city currently funds two Los Angeles County Sheriff’s Department (LASD) vehicles equipped with mobile ALPR technology and has access to fixed ALPR trailers that can be staged throughout town as needed. The rise of cloud computing has reduced the cost to deploy centralized community -wide surveillance systems monitored by law enforcement agencies. New machine learning technology has expanded the scope of data collection. The latest -generation ALPR camera systems can supplement license plate data with automated collection of vehicle identifiers like make, model, color, and features like roof racks and bumper stickers and can also track pedestrians, animals, and other objects in view of the camera. Flock Safety has emerged as the industry-leader in ALPR surveillance systems, with a growing number of local government agencies, including many cities in Southern California, deploying Flock systems. Flock systems rely on fixed -mounted cameras placed approximately 15 feet above traffic lanes on existing traffic signal and/or light poles. The cameras are powered with solar-charged batteries and use LTE cell networks to communicate with servers maintained by the provider. Data collected is fed through a state crime database. Local patrol deputies can receive real-time push notifications via mobile application when a vehicle on the database is flagged by a local ALPR camera. Deputies and authorized users can also create a “hot list” of specific vehicles of interest that may not be in the database and receive real -time notifications for those vehicles as well. Data is maintained on cloud servers hosted by Amazon Web Services (AWS). The proposed system does not currently collect video, use facial recognition, or intentionally capture images of a vehicle’s driver. ALPR surveillance systems serve as a powerful investigatory tool for law enforcement agencies. Based on a study of Southern California cities with Flock systems, ALPR hits are generated almost exclusively on pass-through stolen vehicles originating from other areas and vehicles registered to drivers with outstanding warrants. Deputies in the field are able to respond very quickly, generating arrests that may not otherwise have been made. The cameras also supplement other law enforcement investigations when combined with evidence or witnesses collected at the scene of an incident. LEGAL REVIEW: The City Attorney has reviewed and approved the agreement as to form. PREPARED BY: 7.2 Packet Pg. 249 REVIEWED BY: Attachments: 1. 7.2.a Master Services Agreement - Flock Group, Inc. 7.2 Packet Pg. 250 Flock Safety + CA - City of Diamond Bar ______________ Flock Group Inc. 1170 Howell Mill Rd, Suite 210 Atlanta, GA 30318 ______________ MAIN CONTACT: Jesse Mund jesse.mund@flocksafety.com 7138996379 DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 251 Company Overview At Flock Safety, technology unites law enforcement and the communities they serve to eliminate crime and shape a safer future, together. We created the first public safety operating system to enable neighborhoods, schools, businesses, and law enforcement to work together to collect visual, audio, and situational evidence across an entire city to solve and prevent crime. Our connected platform, comprised of License Plate Recognition (LPR), live video, audio detection, and a suite of integrations (AVL, CAD & more), alerts law enforcement when an incident occurs and turns unbiased data into objective answers that increase case clearance, maximize resources, and reduce crime -- all without compromising transparency or human privacy. Join thousands of agencies reducing crime with Flock Safety’s public safety operating system 2000+ 120 1B+ <60%* communities with private- public partnerships incident alerts / minute 1B+ vehicles detected / month <60% local crime reduction in Flock cities *According to a 2019 study conducted by Cobb County Police Department Introduction Layer Intelligence to Solve More Crime The pathway to a safer future looks different for every community. As such, this proposal presents a combination of products that specifically addresses your public safety needs, geographical layout, sworn officer count, and budget. These components make up your custom public safety operating system, a connected device network and software platform designed to transform real-time data into a panoramic view of your jurisdiction and help you zero in on the leads that solve more cases, prevent future crimes, and foster trust in the communities you serve. Software Platform Flock Safety's out-of-box software platform collects and makes sense of visual, audio, and situational evidence across your entire network of devices. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 252 Out-of-Box Software Features Simplified Search Get a complete view of all activity tied to one vehicle in your network of privately and publicly owned cameras. The user-friendly search experience allows officers to filter hours of footage in seconds based on time, location, and detailed vehicle criteria using patented Vehicle Fingerprint ™ technology. Search filters include: ●Vehicle make ●Body type ●Color ●License plates ○Partial tags ○Missing tags ○Temporary tags ○State recognition ●Decals ●Bumper stickers ●Back racks ●Top racks National and Local Sharing Access 1B+ additional plate reads each month without purchasing more cameras. Solve cross-jurisdiction crimes by opting into Flock Safety's sharing networks, including one-to- one, national, and statewide search networks. Users can also receive alerts from several external LPR databases: California SVS FDLE FL Expired Licenses FL Expired Tags FL Sanctioned Drivers FL Sex Offenders Georgia DOR IL SOS Illinois Leads NCIC NCMEC Amber Alert REJIS CCIC FBI Real-time Alerts Receive SMS, email, and in-app notifications for custom Hot Lists, NCIC wanted lists, AMBER alerts, Silver alerts, Vehicle Fingerprint matches, and more. Interactive ESRI Map View your AVL, CAD, traffic, and LPR alerts alongside live on- scene video from a single interactive map for a birdseye view of activity in your jurisdiction. Vehicle Location Analysis Visualize sequential Hot List alerts and the direction of travel to guide officers to find suspect vehicles faster. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 253 Out-of-Box Software Features (Continued) Transparency Portal Establish community trust with a public-facing dashboard that shares policies, usage, and public safety outcomes related to your policing technology. Insights Dashboard Access at-a-glance reporting to easily prove ROI, discover crime and traffic patterns and prioritize changes to your public safety strategy by using data to determine the most significant impact. Native MDT Application Download FlockOS to your MDTs to ensure officers never miss a Hot List alert while out on patrol. Hot List Attachments Attach relevant information to Custom Hot List alerts. Give simple, digestible context to Dispatchers and Patrol Officers responding to Hot List alerts so they can act confidently and drive better outcomes. When you create a custom Hot List Alert, add case notes, photos, reports, and other relevant case information. Single Sign On (SSO) Increase your login speed and information security with Okta or Azure Single Sign On (SSO). Quickly access critical information you need to do your job by eliminating the need for password resets and steps in the log-in process. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 254 Software Add-Ons Advanced Search Package Unlock more leads and build stronger cases with minimal evidence on the front-end of your investigations with Advanced Search features: ●Visual Search - Upload any digital image and transform it into an investigative lead ●Multi-Geo Search - Link a single suspect vehicle to multiple crimes, even without a vehicle description or plate number ●Convoy Analysis - Detect suspect vehicles frequently traveling together to identify accomplices to serial or organized crimes Software Integrations Access real-time incident data in a single ESRI-based map by layering intelligence from your existing data streams into your Flock Safety software experience. ●Computer-Aided Dispatch (CAD) Integration - Provide your Dispatchers and Patrol Officers with real-time incident context from 911 calls. Display CAD events in your Flock Safety Map, including important incident information like location, priority, and event type. ●Automatic Vehicle Location (AVL) Integration - Bring live patrol locations and status into a single map view, giving dispatchers and patrol officers more context to deploy resources effectively and decrease incident response times. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 255 License Plate Recognition The Flock Safety Falcon® LPR camera uses Vehicle Fingerprint™ technology to transform hours of footage into actionable evidence, even when a license plate isn't visible, and sends Hot List alerts to law enforcement users when a suspect vehicle is detected. The Falcon has fixed and location-flexible deployment options with 30% more accurate reads than leading LPR.* *Results from the 2019 side-by-side comparison test conducted by LA County Sheriff's Department Flock Safety Falcon®LPR Camera Flock Safety Falcon® Flex Flock Safety Falcon® LR Fixed, infrastructure-free LPR camera designed for permanent placement. √ 1 Standard LPR Camera √ Unlimited LTE data service + Flock OS platform licenses √ 1 DOT breakaway pole √ Dual solar panels √ Permitting, installation, and ongoing maintenance Location-flexible LPR camera designed for fast, easy self-installation, which is ideal for your ever-changing investigative needs. √ 1 LPR Camera √ Unlimited LTE data service + software licenses √ 1 portable mount with varying-sized band clamps √ 1 Charger for internal battery √ 1 hardshell carrying case Long-range, high-speed LPR camera that captures license plates and Vehicle Fingerprint data for increasing investigative leads on high-volume roadways like highways and interstates. √ 1 Long-Rage LPR Camera √ Computing device in protective poly case √ AC Power √ Permitting, installation, and ongoing maintenance DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 256 Your Flock Safety Team Flock Safety is more than a technology vendor; we are a partner in your mission to build a safer future. We work with thousands of law enforcement agencies across the US to build stronger, safer communities that celebrate the hard work of those who serve and protect. We don’t disappear after contracts are signed; we pride ourselves on becoming an extension of your hard-working team as part of our subscription service. Implementation Meet with a Solutions Consultant (former LEO) to build a deployment plan based on your needs. Our Permitting Team and Installation Technicians will work to get your device network approved, installed, and activated. User Training + Support Your designated Customer Success Manager will help train your power users and ensure you maximize the platform, while our customer support team will assist with needs as they arise. Maintenance We proactively monitor the health of your device network. If we detect that a device is offline, a full-time technician will service your device for no extra charge. Note: Ongoing maintenance does not apply to Falcon Flex devices. Public Relations Government Affairs Get support educating your stakeholders, including city councils and other governing bodies. Media Relations Share crimes solved in the local media with the help of our Public Relations team. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 257 EXHIBIT A ORDER FORM Customer: CA - City of Diamond Bar Initial Term: 24 Months Legal Entity Name: CA - City of Diamond Bar Renewal Term: 24 Months Address: 21810 Copley Drive Diamond Bar, California 91765 Payment Terms: Net 30 Billing Frequency: 50% of Annual Contract + 100% of Implementation Invoiced at Signing. 25% of Annual Contract Invoiced at First Camera Validation. 25% of Annual Contract Invoiced at Last Camera Validation. Annual payments invoiced for remainder of subscription term. Retention Period: 365 Days Hardware and Software Products Annual recurring amounts over subscription term Item Cost Quantity Total Flock Safety Platform $165,000.00 Flock Safety Flock OS FlockOS ™ Included 1 Included Flock Safety LPR Products Flock Safety Falcon ® Included 50 Included Flock Safety Platform Add Ons Extended data retention (Up to 1 Year) $300.00 50 $15,000.00 Professional Services and One Time Purchases Item Cost Quantity Total One Time Fees Flock Safety Professional Services Professional Services - Standard Implementation Fee $650.00 25 $16,250.00 Professional Services - Existing Infrastructure Implementation Fee $150.00 25 $3,750.00 Subtotal Year 1: $185,000.00 Annual Recurring Subtotal: $165,000.00 Estimated Tax: $0.00 Contract Total: $350,000.00 Taxes shown above are provided as an estimate. Actual taxes are the responsibility of the Customer. This Agreement will automatically renew for successive renewal terms of the greater of one year or the length set forth on the Order Form (each, a “Renewal Term”) unless either Party gives the other Party notice of non-renewal at least thirty (30) days prior to the end of the then-current term. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 258 Billing Schedule Billing Schedule Amount (USD) Year 1 At Contract Signing $102,500.00 At First Device Installed $41,250.00 At Last Device Installed $41,250.00 Annual Recurring after Year 1 $165,000.00 Contract Total $350,000.00 *Tax not included DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 259 Product and Services Description Flock Safety Platform Items Product Description Terms Flock Safety Falcon ® An infrastructure-free license plate reader camera that utilizes Vehicle Fingerprint® technology to capture vehicular attributes. The Term shall commence upon first installation and validation of Flock Hardware. One-Time Fees Service Description Installation on existing infrastructure One-time Professional Services engagement. Includes site & safety assessment, camera setup & testing, and shipping & handling in accordance with the Flock Safety Advanced Implementation Service Brief. Professional Services - Standard Implementation Fee One-time Professional Services engagement. Includes site and safety assessment, camera setup and testing, and shipping and handling in accordance with the Flock Safety Standard Implementation Service Brief. Professional Services - Advanced Implementation Fee One-time Professional Services engagement. Includes site & safety assessment, camera setup & testing, and shipping & handling in accordance with the Flock Safety Advanced Implementation Service Brief. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 260 By executing this Order Form, Customer represents and warrants that it has read and agrees to all of the terms and conditions contained in the Master Services Agreement attached. The Parties have executed this Agreement as of the dates set forth below. FLOCK GROUP, INC. Customer: CA - City of Diamond Bar By: \SSignature2\ By: \FSSignature1\ Name: \FSFullname2\ Name: \FSFullname1\ Title: \FSTitle2\ Title: \FSTitle1\ Date: \FSDateSigned2\ Date: \FSDateSigned1\ PO Number: ATTEST: By: _______________________________ Name: _______________________________ Title: City Clerk Date: _______________________________ APPROVED AS TO FORM: By: _______________________________ Name: _______________________________ Title: City Attorney Date: _______________________________ Mark Smith General Council Dan Fox City Manager Kristina Santana Omar Sandoval DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 8/30/2023 Mark Smith 8/30/2023 7.2.a Packet Pg. 261 Master Services Agreement This Master Services Agreement (this “Agreement”) is entered into by and between Flock Group, Inc. with a place of business at 1170 Howell Mill Road NW Suite 210, Atlanta, GA 30318 (“Flock”) and the entity identified in the signature block (“Customer”) (each a “Party,” and together, the “Parties”) on this the 19th day of September 2023. This Agreement is effective on the date of mutual execution (“Effective Date”). Parties will sign an Order Form (“Order Form”) which will describe the Flock Services to be performed and the period for performance, attached hereto as Exhibit A. This Agreement also includes Customer’s Supplemental Conditions Addendum, which is attached hereto at Exhibit “C” and is incorporated herein by reference. The Parties agree as follows: RECITALS WHEREAS, Flock offers a software and hardware situational awareness solution through Flock’s technology platform that upon detection is capable of capturing audio, video, image, and recording data and provide notifications to Customer (“Notifications”); WHEREAS, Customer desires access to the Flock Services (defined below) on existing devices, provided by Customer, or Flock provided Flock Hardware (as defined below) in order to create, view, search and archive Footage and receive Notifications, via the Flock Services; WHEREAS, Customer shall have access to the Footage in Flock Services. Pursuant to Flock’s standard Retention Period (defined below) Flock deletes all Footage on a rolling thirty (30) day basis, except as otherwise stated on the Order Form. Customer shall be responsible for extracting, downloading and archiving Footage from the Flock Services on its own storage devices; and WHEREAS, Flock desires to provide Customer the Flock Services and any access thereto, subject to the terms and conditions of this Agreement, solely for the awareness, prevention, and prosecution of crime, bona fide investigations and evidence gathering for law enforcement purposes, (“Permitted Purpose”). DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 262 AGREEMENT NOW, THEREFORE, Flock and Customer agree that this Agreement, and any Order Form, purchase orders, statements of work, product addenda, or the like, attached hereto as exhibits and incorporated by reference, constitute the complete and exclusive statement of the Agreement of the Parties with respect to the subject matter of this Agreement, and replace and supersede all prior agreements, term sheets, purchase orders, correspondence, oral or written communications and negotiations by and between the Parties. 1. DEFINITIONS Certain capitalized terms, not otherwise defined herein, have the meanings set forth or cross - referenced in this Section 1. 1.1 “Anonymized Data” means Customer Data permanently stripped of identifying details and any potential personally identifiable information, by commercially available standards which irreversibly alters data in such a way that a data subject (i.e., individual person or entity) can no longer be identified directly or indirectly. 1.2 “Authorized End User(s)” means any individual employees, agents, or contractors of Customer accessing or using the Services, under the rights granted to Customer pursuant to this Agreement. 1.3 “Customer Data” means the data, media and content provided by Customer through the Services. For the avoidance of doubt, the Customer Data will include the Footage. 1.4. “Customer Hardware” means the third-party camera owned or provided by Customer and any other physical elements that interact with the Embedded Software and the Web Interface to provide the Services. 1.5 “Embedded Software” means the Flock proprietary software and/or firmware integrated with or installed on the Flock Hardware or Customer Hardware. 1.6 “Flock Hardware” means the Flock device(s), which may include the pole, clamps, solar panel, cameras, installation components, and any other physical elements that interact with the Embedded Software and the Web Interface, to provide the Flock Services as specifically set forth in the applicable product addenda. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 263 1.7 “Flock IP” means the Services, the Embedded Software, and any intellectual property or proprietary information therein or otherwise provided to Customer and/or its Authorized End Users. Flock IP does not include Footage (as defined below). 1.8 “Flock Network End User(s)” means any user of the Flock Services that Customer authorizes access to or receives data from, pursuant to the licenses granted herein. 1.9 “Flock Services” means the provision of Flock’s software and hardware situational awareness solution, via the Web Interface, for automatic license plate detection, alerts, audio detection, searching image records, video and sharing Footage. 1.10 “Footage” means still images, video, audio and other data captured by the Flock Hardware or Customer Hardware in the course of and provided via the Flock Services. 1.11 “Hotlist(s)” means a digital file containing alphanumeric license plate related information pertaining to vehicles of interest, which may include stolen vehicles, stolen vehicle license plates, vehicles owned or associated with wanted or missing person(s), vehicles suspected of being involved with criminal or terrorist activities, and other legitimate law enforcement purposes. Hotlist also includes, but is not limited to, national data (i.e., NCIC) for similar categories, license plates associated with AMBER Alerts or Missing Persons/Vulnerable Adult Alerts, and includes manually entered license plate information associated with crimes that have occurred in any local jurisdiction. 1.12 “Installation Services” means the services provided by Flock for installation of Flock Services. 1.13 “Retention Period” means the time period that the Customer Data is stored within the cloud storage, as specified in the product addenda. 1.14 “Vehicle Fingerprint™” means the unique vehicular attributes captured through Services such as: type, make, color, state registration, missing/covered plates, bumper stickers, decals, roof racks, and bike racks. 1.15 “Web Interface” means the website(s) or application(s) through which Customer and its Authorized End Users can access the Services. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 264 2. SERVICES AND SUPPORT 2.1 Provision of Access. Flock hereby grants to Customer a non-exclusive, non-transferable right to access the features and functions of the Flock Services via the Web Interface during the Term, solely for the Authorized End Users. The Footage will be available for Authorized End Users to access and download via the Web Interface for the data retention time defined on the Order Form (“Retention Period”). Authorized End Users will be required to sign up for an account and select a password and username (“User ID”). Customer shall be responsible for all acts and omissions of Authorized End Users, and any act or omission by an Authorized End User which, including any acts or omissions of authorized End user which would constitute a breach of this agreement if undertaken by customer. Customer shall undertake reasonable efforts to make all Authorized End Users aware of all applicable provisions of this Agreement and shall cause Authorized End Users to comply with such provisions. Flock may use the services of one or more third parties to deliver any part of the Flock Services, (such as using a third party to host the Web Interface for cloud storage or a cell phone provider for wireless cellular coverage). 2.2 Embedded Software License. Flock grants Customer a limited, non-exclusive, non- transferable, non-sublicensable (except to the Authorized End Users), revocable right to use the Embedded Software as it pertains to Flock Services, solely as necessary for Customer to use the Flock Services. 2.3 Support Services. Flock shall monitor the Flock Services, and any applicable device health, in order to improve performance and functionality. Flock will use commercially reas onable efforts to respond to requests for support within seventy-two (72) hours. Flock will provide Customer with reasonable technical and on-site support and maintenance services in-person, via phone or by email at support@flocksafety.com (such services collectively referred to as “Support Services”). 2.4 Upgrades to Platform. Flock may make any upgrades to system or platform that it deems necessary or useful to (i) maintain or enhance the quality or delivery of Flock’s products or services to its agencies; the competitive strength of, or market for, Flock’s products or services; such platform or system’s cost efficiency or performance, or (ii) to comply with applicable law. Parties understand that such upgrades are necessary from time to time and will not diminish the quality of the services or materially change any terms or conditions within this Agreement. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 265 2.5 Service Interruption. Services may be interrupted in the event that: (a) Flock’s provision of the Services to Customer or any Authorized End User is prohibited by applicable law; (b) any third-party services required for Services are interrupted; (c) if Flock reasonably believe Services are being used for malicious, unlawful, or otherwise unauthorized use; (d) there is a threat or attack on any of the Flock IP by a third party; or (e) scheduled or emergency maintenance (“Service Interruption”). Flock will make commercially reasonable efforts to provide written notice of any Service Interruption to Customer, to provide updates, and to resume providing access to Flock Services as soon as reasonably possible after the event giving rise to the Service Interruption is cured. Flock will have no liability for any damage, liabilities, losses (including any loss of data or profits), or any other consequences that Customer or any Authorized End User may incur as a result of a Service Interruption. To the extent that the Service Interruption is not caused by Customer’s direct actions or by the actions of parties associated with the Customer, the time will be tolled by the duration of the Service Interruption (for any continuous suspension lasting at least one full day). For example, in the event of a Service Interruption lasting five (5) continuous days, Customer will receive a credit for five (5) free days at the end of the Term. 2.6 Service Suspension. Flock may temporarily suspend Customer’s and any Authorized End User’s access to any portion or all of the Flock IP or Flock Service if (a) there is a threat or attack on any of the Flock IP by Customer; (b) Customer’s or any Authorized End User’s use of the Flock IP disrupts or poses a security risk to the Flock IP or any other customer or vendor of Flock; (c) Customer or any Authorized End User is/are using the Flock IP for fraudulent or illegal activities; (d) Customer has violated any term of this provision, including, but not limited to, utilizing Flock Services for anything other than the Permitted Purpose; or (e) any unauthorized access to Flock Services through Customer’s account (“Service Suspension”). Customer shall not be entitled to any remedy for the Service Suspension period, including any reimbursement, tolling, or credit. If the Service Suspension was not caused by Customer, the Term will be tolled by the duration of the Service Suspension. 2.7 Hazardous Conditions. Flock Services do not contemplate hazardous materials, or other hazardous conditions, including, without limit, asbestos, lead, toxic or flammable substances. In the event any such hazardous materials are discovered in the designated locations in which Flock is to perform services under this Agreement, Flock shall have the right to cease work immediately. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 266 3. CUSTOMER OBLIGATIONS 3.1 Customer Obligations. Flock will assist Customer Authorized End Users in the creation of a User ID. Authorized End Users agree to provide Flock with accurate, complete, and updated registration information. Authorized End Users may not select as their User ID, a name that they do not have the right to use, or any other name with the intent of impersonation. Customer and Authorized End Users may not transfer their account to anyone else without prior written permission of Flock. Authorized End Users shall no t share their account username or password information and must protect the security of the username and password. Unless otherwise stated and defined in this Agreement, Customer shall not designate Authorized End Users for persons who are not officers, employees, or agents of Customer. Authorized End Users shall only use Customer-issued email addresses for the creation of their User ID. Customer is responsible for any Authorized End User activity associated with its account. Customer shall ensure that Customer provides Flock with up to date contact information at all times during the Term of this agreement. Customer shall be responsible for obtaining and maintaining any equipment and ancillary services needed to connect to, access or otherwise use the Flock Services. Customer shall (at its own expense) provide Flock with reasonable access and use of Customer facilities and Customer personnel in order to enable Flock to perform Services (such obligations of Customer are collectively defined as “Customer Obligations”). 3.2 Customer Representations and Warranties. Customer represents, covenants, and warrants that Customer shall use Flock Services only in compliance with this Agreement and all applicable laws and regulations, including but not limited to any laws relating to the recording or sharing of data, video, photo, or audio content. 4. DATA USE AND LICENSING 4.1 Customer Data. As between Flock and Customer, all right, title and interest in the Customer Data, belong to and are retained solely by Customer. Customer hereby grants to Flock a limited, non-exclusive, royalty-free, irrevocable, worldwide license to use the Customer Data and perform all acts as may be necessary for Flock to provide the Flock Services to Customer. Flock does not own and shall not sell Customer Data. 4.2 Customer Generated Data. Flock may provide Customer with the opportunity to post, upload, display, publish, distribute, transmit, broadcast, or otherwise make available, messages, text, illustrations, files, images, graphics, photos , comments, sounds, music, videos, information, DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 267 content, ratings, reviews, data, questions, suggestions, or other information or materials produced by Customer (“Customer Generated Data”). Customer shall retain whatever legally cognizable right, title, and interest in Customer Generated Data. Customer understands and acknowledges that Flock has no obligation to monitor or enforce Customer’s intellectual property rights of Customer Generated Data. Customer grants Flock a non-exclusive, irrevocable, worldwide, royalty-free, license to use the Customer Generated Data for the purpose of providing Flock Services. Flock does not own and shall not sell Customer Generated Data. 4.3 Anonymized Data. Flock shall have the right to collect, analyze, and anonymize Custo mer Data and Customer Generated Data to the extent such anonymization renders the data non - identifiable to create Anonymized Data to use and perform the Services and related systems and technologies, including the training of machine learning algorithms. Customer hereby grants Flock a non-exclusive, worldwide, perpetual, royalty -free right to use and distribute such Anonymized Data to improve and enhance the Services and for other development, diagnostic and corrective purposes, and other Flock offerings. Parties understand that the aforementioned license is required for continuity of Services. Flock does not own and shall not sell Anonymized Data. 5. CONFIDENTIALITY; DISCLOSURES 5.1 Confidentiality. To the extent required by any applicable public records requests, each Party (the “Receiving Party”) understands that the other Party (the “Disclosing Party”) has disclosed or may disclose business, technical or financial information relating to the Disclosing Party’s business (hereinafter referred to as “Proprietary Information” of the Disclosing Party). Proprietary Information of Flock includes non-public information regarding features, functionality and performance of the Services. Proprietary Information of Customer includes non-public data provided by Customer to Flock or collected by Flock via Flock Services, which includes but is not limited to geolocation information and environmental data collected by sensors. The Receiving Party agrees: (i) to take the same security precautions to protect against disclosure or unauthorized use of such Proprietary Information that the Party takes with its own proprietary information, but in no event less than commercially reasonable precautions, and (ii) not to use (except in performance of the Services or as otherwise permitted herein) or divulge to any third person any such Proprietary Information. The Disclosing Party agrees that the foregoing shall not apply with respect to any information that the Receiving Party can document (a) is or becomes generally DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 268 available to the public; or (b) was in its possession or known by it prior to receipt from the Disclosing Party; or (c) was rightfully disclosed to it without restriction by a third party; or (d) was independently developed without use of any Proprietary Information of the Disclosing Party. Nothing in this Agreement will prevent the Receiving Party from disclosing the Proprietary Information pursuant to any judicial or governmental order, provided that the Receiving Party gives the Disclosing Party reasonable prior notice of such disclosure to contest such order. At the termination of this Agreement, all Proprietary Information will be returned to the Disclosing Party, destroyed or erased (if recorded on an erasable storage medium), together with any copies thereof, when no longer needed for the purposes above, or upon request from the Disclosing Party, and in any case upon termination of the Agreement. Notwithstanding any termination, all confidentiality obligations of Proprietary Information that is trade secret shall continue in perpetuity or until such information is no longer trade secret. 5.2 Usage Restrictions on Flock IP. Flock and its licensors retain all right, title and interest in and to the Flock IP and its components, and Customer acknowledges that it neither owns nor acquires any additional rights in and to the foregoing not expressly granted by this Agreement. Customer further acknowledges that Flock retains the right to use the foregoing for any purpose in Flock’s sole discretion. Customer and Authorized End Users shall not: (i) copy or duplicate any of the Flock IP; (ii) decompile, disassemble, reverse engineer, or otherwise attempt to obtain or perceive the source code from which any software component of any of the Flock IP is compiled or interpreted, or app ly any other process or procedure to derive the source code of any software included in the Flock IP; (iii) attempt to modify, alter, tamper with or repair any of the Flock IP, or attempt to create any derivative product from any of the foregoing; (iv) interfere or attempt to interfere in any manner with the functionality or proper working of any of the Flock IP; (v) remove, obscure, or alter any notice of any intellectual property or proprietary right appearing on or contained within the Flock Services or Flock IP; (vi) use the Flock Services for anything other than the Permitted Purpose; or (vii) assign, sublicense, sell, resell, lease, rent, or otherwise transfer, convey, pledge as security, or otherwise encumber, Customer’s rights. There are no implied rights. 5.3 Disclosure of Footage. Subject to and during the Retention Period, Flock may access, use, preserve and/or disclose the Footage to law enforcement authorities, government officials, and/or third parties, if legally required to do so or if Flock h as a good faith belief that such access, use, preservation or disclosure is reasonably necessary to comply with a legal process, enforce this DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 269 Agreement, or detect, prevent or otherwise address security, privacy, fraud or technical issues, or emergency situations. 6. PAYMENT OF FEES 6.1 Billing and Payment of Fees. Customer shall pay the fees set forth in the applicable Order Form based on the billing structure and payment terms as indicated in the Order Form. If Customer believes that Flock has billed Customer incorrectly, Customer must contact Flock no later than thirty (30) days after the closing date on the first invoice in which the error or problem appeared to receive an adjustment or credit. Customer acknowledges and agrees that a failure to contact Flock within this period will serve as a waiver of any claim. If any undisputed fee is more than thirty (30) days overdue, Flock may, without limiting its other rights and remedies, suspend delivery of its service until such undisputed invoice is paid in full. Flock shall provide at least thirty (30) days’ prior written notice to Customer of the payment delinquency before exercising any suspension right. 6.2 Notice of Changes to Fees. Flock reserves the right to change the fees for subsequent Renewal Terms by providing sixty (60) days’ notice (which may be sent by email) prior to the end of the Initial Term or Renewal Term (as applicable). 6.3 Omitted. 6.4 Taxes. Customer is responsible for all taxes, levies, or duties, excluding only taxes based on Flock’s net income, imposed by taxing authorities associated with the order. If Flock has the legal obligation to pay or collect taxes, including amount subsequently assessed by a taxing authority, for which Customer is responsible, the appropriate amount shall be invoice to and paid by Customer unless Customer provides Flock a legally sufficient tax exemption certificate and Flock shall not charge customer any taxes from which it is exempt. If any deduction or withholding is required by law, Customer shall notify Flock and shall pay Flock any additional amounts necessary to ensure that the net amount that Flock receives, after any deduction and withholding, equals the amount Flock would have received if no deduction or withholding had been required. 7. TERM AND TERMINATION DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 270 7.1 Term. The initial term of this Agreement shall be for the period of time set forth on the Order Form (the “Term”). Following the Term, unless otherwise indicated on the Order Form, this Agreement will automatically renew for successive renewal terms of the greater of one year or the length set forth on the Order Form (each, a “Renewal Term”) unless either Party gives the other Party notice of non-renewal at least thirty (30) days prior to the end of the then-current term. 7.2 Termination. Upon termination or expiration of this Agreement, Flock will remove any applicable Flock Hardware at a commercially reasonable time period. In the event of any material breach of this Agreement, the non-breaching Party may terminate this Agreement prior to the end of the Term by giving thirty (30) days prior written notice to the breaching Party; provided, however, that this Agreement will not terminate if the breaching Party has cured the breach prior to the expiration of such thirty (30) day period (“Cure Period”). Either Party may terminate this Agreement (i) upon the institution by or against the other Party of insolvency, receivership or bankruptcy proceedings, (ii) upon the other Party's making an assignment for the benefit of creditors, or (iii) upon the other Party's dissolution or ceasing to do business. In the event of a material breach by Flock, and Flock is unable to cure within the Cure Period, Flock will refund Customer a pro-rata portion of the pre-paid fees for Services not received due to such termination. 7.3 Survival. The following Sections will survive termination: 1, 3, 5, 6, 7, 8.3, 8.4, 9, 10.1 and 10.6. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 271 8. REMEDY FOR DEFECT; WARRANTY AND DISC LAIMER 8.1 Manufacturer Defect. Upon a malfunction or failure of Flock Hardware or Embedded Software (a “Defect”), Customer must notify Flock’s technical support team. In the event of a Defect, Flock shall make a commercially reasonable attempt to repair or replace the defective Flock Hardware at no additional cost to the Customer. Flock reserves the right, in its sole discretion, to repair or replace such Defect, provided that Flock shall conduct inspection or testing within a commercially reasonable time, but no longer than seven (7) business days after Customer gives notice to Flock. 8.2 Replacements. In the event that Flock Hardware is lost, stolen, or damaged, Customer may request a replacement of Flock Hardware at a fee according to the reinstall fee s chedule (https://www.flocksafety.com/reinstall-fee-schedule). In the event that Customer chooses not to replace lost, damaged, or stolen Flock Hardware, Cus tomer understands and agrees that (1) Flock Services will be materially affected, and (2) that Flock shall have no liability to Customer regarding such affected Flock Services, nor shall Customer receive a refund for the lost, damaged, or stolen Flock Hardware. 8.3 Warranty. Flock shall use reasonable efforts consistent with prevailing industry standards to maintain the Services in a manner which minimizes errors and interruptions in the Services and shall perform the Installation Services in a professional and workmanlike manner. Services may be temporarily unavailable for scheduled maintenance or for unscheduled emergency maintenance, either by Flock or by third-party providers, or because of other causes beyond Flock’s reasonable control, but Flock shall use reasonable efforts to provide advance notice in writing or by e-mail of any scheduled service disruption. 8.4 Disclaimer. THE REMEDY DESCRIBED IN SECTION 8.1 ABOVE IS CUSTOMER’S SOLE REMEDY, AND FLOCK’S SOLE LIABILITY, WITH RESPECT TO DEFECTS. FLOCK DOES NOT WARRANT THAT THE SERVICES WILL BE UNINTERRUPTED OR ERROR FREE; NOR DOES IT MAKE ANY WARRANTY AS TO THE RESULTS THAT MAY BE OBTAINED FROM USE OF THE SERVICES. EXCEPT AS EXPRESSLY SET FORTH IN THIS SECTION, THE SERVICES ARE PROVIDED “AS IS” AND FLOCK DISCLAIMS ALL WARRANTIES, EXPRESS OR IMPLIED, INCLUDING, BUT NOT LIMITED TO, IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE AND NON-INFRINGEMENT. THIS DISCLAIMER ONLY DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 272 APPLIES TO THE EXTENT ALLOWED BY THE GOVERNING LAW OF THE STATE MENTIONED IN SECTION 10.6. 8.5 Insurance. Flock will maintain commercial general liability policies as stated in Exhibit B. 8.6 Force Majeure. Parties are not responsible or liable for any delays or failures in performance from any cause beyond their control, including, but not limited to acts of God, changes to law or regulations, embargoes, war, terrorist acts, pandemics (including the spread of variants), issues of national security, acts or omissions of third-party technology providers, riots, fires, earthquakes, floods, power blackouts, strikes, supply chain shortages of equipment or supplies, financial institution crisis, weather conditions or acts of hackers, internet service providers or any other third party acts or omissions. 9. LIMITATION OF LIABILITY; INDEMNITY 9.1 Limitation of Liability. NOTWITHSTANDING ANYTHING TO THE CONTRARY, FLOCK, ITS OFFICERS, AFFILIATES, REPRESENTATIVES, CONTRACTORS AND EMPLOYEES SHALL NOT BE RESPONSIBLE OR LIABLE WITH RESPECT TO ANY SUBJECT MATTER OF THIS AGREEMENT OR TERMS AND CONDITIONS RELATED THERETO UNDER ANY CONTRACT, NEGLIGENCE, STRICT LIABILITY, PRODUCT LIABILITY, OR OTHER THEORY: (A) FOR LOSS OF REVENUE, BUSINESS OR BUSINESS INTERRUPTION; (B) INCOMPLETE, CORRUPT, OR INACCURATE DATA; (C) COST OF PROCUREMENT OF SUBSTITUTE GOODS, SERVICES OR TECHNOLOGY; (D) FOR ANY INDIRECT, EXEMPLARY, INCIDENTAL, SPECIAL OR CONSEQUENTIAL DAMAGES; (E) FOR ANY MATTER BEYOND FLOCK’S ACTUAL KNOWLEDGE OR REASONABLE CONTROL INCLUDING REPEAT CRIMINAL ACTIVITY OR INABILITY TO CAPTURE FOOTAGE; OR (F) FOR ANY AMOUNTS THAT, TOGETHER WITH AMOUNTS ASSOCIATED WITH ALL OTHER CLAIMS, EXCEED THE FEES PAID AND/OR PAYABLE BY CUSTOMER TO FLOCK FOR THE SERVICES UNDER THIS AGREEMENT IN THE TWELVE (12) MONTHS PRIOR TO THE ACT OR OMISSION THAT GAVE RISE TO THE LIABILITY, IN EACH CASE, WHETHER OR NOT FLOCK HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. THIS LIMITATION OF LIABILITY OF SECTION ONLY APPLIES TO THE EXTENT ALLOWED BY THE GOVERNING LAW OF THE STATE REFERENCED IN SECTION 10.6. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 273 NOTWITHSTANDING ANYTHING TO THE CONTRARY, THE FOREGOING LIMITATIONS OF LIABILITY SHALL NOT APPLY (I) IN THE EVENT OF GROSS NEGLIGENCE OR WILLFUL MISCONDUCT, OR (II) INDEMNIFICATION OBLIGATIONS. 9.2 Responsibility. Each Party to this Agreement shall assume the responsibility and liability for the acts and omissions of its own employees, officers, or agents, in connection with the performance of their official duties under this Agreement. Each Party to this Agreement shall be liable for the torts of its own officers, agents, or employees. 9.3 Flock Indemnity. Flock shall indemnify and hold harmless Customer, its agents and employees, from liability of any kind, including claims, costs (including defense) and expenses, on account of: (i) any copyrighted material, patented or unpatented invention, articles, device or appliance manufactured or used in the performance of this Agreement; or (ii) any damage or injury to property or person directly caused by Flock’s installation of Flock Hardware, except for where such damage or injury was caused solely by the negligence of the Customer or its agents, officers or employees. Flock’s performance of this indemnity obligation shall not exceed the fees paid and/or payable for the services rendered under this Agreement in the preceding twelve (12) months. 10. INSTALLATION SERVICES AND OBLIGATIONS 10.1 Ownership of Hardware. Flock Hardware is owned and shall remain the exclusive property of Flock. Title to any Flock Hardware shall not pass to Customer upon execution of this Agreement, except as otherwise specifically set forth in this Agreement. Except as otherwise expressly stated in this Agreement, Customer is not permitted to remove, reposition, re-install, tamper with, alter, adjust or otherwise take possession or control of Flock Hardware. Customer agrees and understands that in the event Customer is found to engage in any of the foregoing restricted actions, all warranties herein shall be null and void, and this Agreement shall be subject to immediate termination for material breach by Customer. Customer shall not perform any acts which would interfere with the retention of title of the Flock Hardware by Flock. Should Customer default on any payment of the Flock Services, Flock may remove Flock Hardware at Flock’s discretion. Such removal, if made by Flock, shall not be deemed a waiver of Flock’s rights to any damages Flock may sustain as a result of Customer’s default and Flock shall have the right to enforce any other legal remedy or right. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 274 10.2 Deployment Plan. Flock shall advise Customer on the location and positioning of the Flock Hardware for optimal product functionality, as conditions and locations allow. Flock will collaborate with Customer to design the strategic geographic mapping of the location(s) and implementation of Flock Hardware to create a deployment plan (“Deployment Plan”). In the event that Flock determines that Flock Hardware will not achieve optimal functionality at a designated location, Flock shall have final discretion to veto a specific location, and will provide alternative options to Customer. 10.3 Changes to Deployment Plan. After installation of Flock Hardware, any subsequent requested changes to the Deployment Plan, including, but not limited to, relocating, re- positioning, adjusting of the mounting, removing foliage, replacement, changes to heights of poles will incur a fee according to the reinstall fee schedule located at (https://www.flocksafety.com/reinstall-fee-schedule). Customer will receive prior notice and confirm approval of any such fees. 10.4 Customer Installation Obligations. Customer is responsible for any applicable supplementary cost as described in the Customer Implementation Guide, attached hereto as Exhibit C (“Customer Obligations”). Customer represents and warrants that it has, or shall lawfully obtain, all necessary right title and authority and hereby authorizes Flock to install the Flock Hardware at the designated locations and to make any necessary inspections or maintenance in connection with such installation. 10.5 Flock’s Obligations. Installation of any Flock Hardware shall be installed in a professional manner within a commercially reasonable time from the Effective Date of this Agreement. Upon removal of Flock Hardware, Flock shall restore the location to its original condition, ordinary wear and tear excepted. Flock will continue to monitor the performance of Flock Hardware for the length of the Term. Flock may use a subcontractor or third party to perform certain obligations under this agreement, provided that Flock’s use of such subcontractor or third party shall not release Flock from any duty or liability to fulfill Flock’s obligations under this Agreement. 11. MISCELLANEOUS 11.1 Compliance With Laws. Parties shall comply with all applicable local, state and federal laws, regulations, policies and ordinances and their associated record retention schedules, including responding to any subpoena request(s). DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 275 11.2 Severability. If any provision of this Agreement is found to be unenforceable or invalid, that provision will be limited or eliminated to the minimum extent necessary so that this Agreement will otherwise remain in full force and effect. 11.3 Assignment. This Agreement is not assignable, transferable or sublicensable by either Party, without prior consent. Notwithstanding the foregoing, either Party may assign this Agreement, without the other Party's consent, (i) to any parent, subsidiary, or affiliate entity, or (ii) to any purchaser of all or substantially all of such Party's assets or to any successor by way of merger, consolidation or similar transaction. 11.4 Entire Agreement. This Agreement, together with the Order Form(s), the reinstall fee schedule (https://www.flocksafety.com/reinstall-fee-schedule), and any attached exhibits are the complete and exclusive statement of the mutual understanding of the Parties and supersed es and cancels all previous or contemporaneous negotiations, discussions or agreements, whether written and oral , communications and other understandings relating to the subject matter of this Agreement, and that all waivers and modifications must be in a writing signed by both Parties, except as otherwise provided herein. None of Customer’s purchase orders, authorizations or similar documents will alter the terms of this Agreement, and any such conflicting terms are expressly rejected. Any mutually agreed upon purchase order is subject to these terms. In the event of any conflict of terms found in this Agreement or any other terms and conditions, the terms of this Agreement shall prevail. Customer agrees that Customer’s purchase is neither contingent upon the delivery of any future functionality or features nor dependent upon any oral or written comments made by Flock with respect to future functionality or feature. 11.5 Relationship. No agency, partnership, joint venture, or employment is created as a res ult of this Agreement and Parties do not have any authority of any kind to bind each other in any respect whatsoever. Flock shall at all times be and act as an independent contractor to Customer. 11.6 Governing Law; Venue. This Agreement shall be governed by the laws of the state in which the Customer is located. The Parties hereto agree that venue would be proper in the chosen courts of the State of which the Customer is located. The Parties agree that the United Nations Convention for the International Sale of Goods is excluded in its entirety from this Agreement. 11.7 Special Terms. Flock may offer certain special terms which are indicated in the proposal and will become part of this Agreement, upon Customer’s prior written consent and the mutual execution by authorized representatives (“Special Terms”). To the extent that any terms of this Agreement are inconsistent or conflict with the Special Terms, the Special Terms shall control. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 276 11.8 Publicity. Flock has the right to reference and use Customer’s name and trademarks and disclose the nature of the Services in business and development and marketing efforts. 11.9 Feedback. If Agency or Authorized End User provides any suggestions, ideas, enhancement requests, feedback, recommendations or other information relating to the subject matter hereunder, Agency or Authorized End User hereby assigns to Flock all right, title and interest (including intellectual property rights) with respect to or resulting from any of the foregoing. 11.10 Export. Customer may not remove or export from the United States or allow the export or re-export of the Flock IP or anything related thereto, or any direct product thereof in violation of any restrictions, laws or regulations of the United States Department of Co mmerce, the United States Department of Treasury Office of Foreign Assets Control, or any other United States or foreign Customer or authority. As defined in Federal Acquisition Regulation (“FAR”), section 2.101, the Services, the Flock Hardware and Documentation are “commercial items” and according to the Department of Defense Federal Acquisition Regulation (“DFAR”) section 252.2277014(a)(1) and are deemed to be “commercial computer software” and “commercial computer software documentation.” Flock is compl iant with FAR Section 889 and does not contract or do business with, use any equipment, system, or service that uses the enumerated banned Chinese telecommunication companies, equipment or services as a substantial or essential component of any system, or as critical technology as part of any Flock system. Consistent with DFAR section 227.7202 and FAR section 12.212, any use, modification, reproduction, release, performance, display, or disclosure of such commercial software or commercial software documentation by the U.S. Government will be governed solely by the terms of this Agreement and will be prohibited except to the extent expressly permitted by the terms of this Agreement. 11.11 Headings. The headings are merely for organization and should not be construed as adding meaning to the Agreement or interpreting the associated sections. 11.12 Authority. Each of the below signers of this Agreement represent that they understand this Agreement and have the authority to sign on behalf of and bind the Parties they are representing. 11.13 Conflict. In the event there is a conflict between this Agreement and any applicable statement of work, or Customer purchase order, this Agreement controls unless explicitly stated otherwise. 11.14 Public Disrepute. In the event Customer or its employees become the subject of an indictment, arrest, public disrepute, contempt, scandal or behaves in a manner that, in the reasonable judgment of Flock, reflects unfavorably upon Flock, and/or their officers or principals, licensees, such act(s) or omission(s) shall constitute a material breach of this Agreement and Flock shall, in addition to any DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 277 other rights and remedies available to it hereunder, whether at law or in equity, have the right to elect to terminate this Agreement. 11.15 Notices. All notices under this Agreement will be in writing and will be deemed to have been duly given when received, if personally delivered; when receipt is electronically confirmed, if transmitted by email; the day after it is sent, if sen t for next day delivery by recognized overnight delivery service; and upon receipt, if sent by certified or registered mail, return receipt requested. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 278 FLOCK NOTICES ADDRESS: 1170 HOWELL MILL ROAD, NW SUITE 210 ATLANTA, GA 30318 ATTN: LEGAL DEPARTMENT EMAIL: legal@flocksafety.com Customer NOTICES ADDRESS: ADDRESS: ATTN: EMAIL: 21810 Copley Dr., Diamond Bar, CA 91765 Ryan McLean, Assistant City Manager rmclean@diamondbarca.gov DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 279 EXHIBIT B INSURANCE Required Coverage. Flock shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the services under this Agreement and the results of that wor k by Flock or its agents, representatives, employees or subcontractors. Insurance shall be placed with insurers with a current A. M. Best rating of no less than “A” and “VII”. Flock shall obtain and, during the term of this Agreement, shall maintain policies of professional liability (errors and omissions), automobile liability, and general liability insurance for insurable amounts of not less than the limits listed herein. Flock shall procure and shall maintain during the life of this Agreement Worker's Compensation insurance as required by applicable State law for all Flock employees. The insurance policies shall provide that the policies shall remain in full force during the life of the Agreement. Types and Amounts Required. Flock shall maintain, at minimum, the following insurance coverage for the duration of this Agreement: (i)Commercial General Liability insurance written on an occurrence basis with minimum limits of One Million Dollars ($1,000,000) per occurrence and Two Million Dollars ($2,000,000) in the aggregate for bodily injury, death, and property damage, including personal injury, contractual liability, independent contractors, broad-form property damage, and product and completed operations coverage; (ii)Umbrella or Excess Liability insurance written on an occurrence basis with minimum limits of Ten Million Dollars ($10,000,000) per occurrence and Ten Million Dollars ($10,000,000) in the aggregate; (iii)Professional Liability/Errors and Omissions insurance with minimum limits of Five Million Dollars ($5,000,000) per occurrence and Five Million Dollars ($5,000,000) in the aggregate; (iv)Commercial Automobile Liability insurance with a minimum combined single limit of One Million Dollars ($1,000,000) per occurrence for bodily injury, death, and property coverage, including owned and non-owned and hired automobile coverage; and (v)Cyber Liability insurance written on an occurrence basis with minimum limits of Five Million Dollars ($5,000,000). DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 280 EXHIBIT C CUSTOMER’S SUPPLEMENTAL CONDITIONS ADDENDUM 1.California Civil Code Compliance. Flock is advised of and agrees it will comply with the requirements of the California Civil Code, Division 3, Part 4, Title 1.81.23 COLLECTION OF LICENSE PLATE INFORMATION [§§1798.90.5 - 1798.90.55] as applicable to an automated license plate recognition (ALPR) operator (also referred to as an “ALPR operator”). Flock shall maintain reasonable security procedures and practices to protect ALPR information from unauthorized access, destruction, use, modification or disclosure that are at least as protective as the “Flock Safety End to End Data Security Overview,” “Flock Safety CJIS Compliance Overview,” and “Flock Safety Internet Security Policy,” (collectively, referred to as the “Flock Security Policies”) as each such policy was in effect as of January 29, 2020. Any amendment to the Flock Security Policies shall be transmitted to the Customer within 10 days. In the event the Customer determines in its sole discretion that any amendment to the Flock Security Policies either substantially reduces the privacy or security of Customer Content (including ALPR Footage) or the amendments would violate any State or Federal law, then the Customer shall have the right to terminate the Agreement and Flock will refund to Customer a pro-rata portion of the pre-paid Fees for Services not received due to such termination. 2.Indemnification. To the fullest extent permitted by law, Flock shall indemnify, defend with counsel reasonably acceptable to the Customer, and hold harmless the Customer and its officials, officers, employees, agents, contractors, consultants, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of or relating to any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Flock or its employees, subcontractors, or agents. The foregoing obligation of Flock shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises wholly from the negligence or willful misconduct of the Customer or its officers, employees, agents, contractors, consultants, or volunteers and (2) the actions of Flock or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is understood that the duty of Flock to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by Customer of insurance certificates and endorsements required under the contract does not relieve Flock from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause is a material element of the Agreement and shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. This Section 3 shall survive termination or expiration of this Agreement. Flock’s indemnification obligation pursuant to this Section shall not be limited by any disclaimer or limitation of liability in the Agreement, including but not limited to, Sections 8.4, and 9 of the Master Services Agreement. 3.Infringement. Without limiting the generality or applicability of Section 2, above, if a third party makes a claim against the Customer that any use of the Services in accordance with the terms of this Agreement infringes such third party’s intellectual property rights, Flock, at its sole cost and expense, will defend Customer against the claim and indemnify Customer from the damages, losses, liabilities, costs and expenses awarded by the court to the third party claiming infringement or the settlement agreed to by Flock, provided that Customer: (i) notifies Flock promptly in writing of the claim; (ii) gives Flock sole control of the defense and any settlement negotiations; and (iii) gives Flock reasonable assistance in the defense of such claim. If Flock believes or it is determined that the Services violated a third party’s intellectual property rights, Flock may choose to either modify the Services to be non-infringing or obtain a license to allow for continued use, or if these alternatives are not commercially reasonable, Flock may terminate Customer’s use rights and refund any unused, prepaid fees Customer may have paid to Flock. 4.California Public Records Act Compliance . Notwithstanding Sections 4 and 5 of the Master Services Agreement, Flock expressly understands that Customer is a public agency subject to the California Public Records Act (Cal. Government Code § 7920.000 et seq.). In the event that Customer receives a public records request seeking the disclosure of information that Flock has designated as its “Proprietary DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 281 Information,” Customer shall notify Flock, and Flock shall be allowed to take any reasonable action to preserve the confidentiality of such information. Customer’s obligation shall only extend to notifying Flock of the request, and Customer shall have no obligation to preserve the confidentiality unless doing so is in full compliance with the law. 5.Independent Contractor. It is expressly agreed that Flock is to perform the services described herein as an independent contractor pursuant to California Labor Code Section 3353. Nothing contained herein shall in any way be construed to make Flock or any of its agents or employees, an agent, employee or representative of the Customer. Flock shall be entirely responsible for the compensation of any employees used by Flock in providing said services. 6.Subcontractors. If Flock utilizes a third-party subcontractor or other vendor to provide the Services under this Agreement, Flock shall ensure that such subcontractor(s) or vendor(s) complies with the terms of this Agreement and shall be jointly and severally liable with the subcontractor/vendor for any breach by the subcontractor/vendor. 7.Appropriation. Customer’s funding of this Agreement shall be on a fiscal year basis (July 1 to June 30) and is subject to annual appropriations. Flock acknowledges that the Customer is a municipal corporation and is precluded by the California Constitution and other laws from entering into obligations that financially bind future governing bodies. Nothing in this Agreement shall constitute an obligation or future governing bodies to appropriate funds for the purposes of this Agreement. The parties agree that the Initial Term and any renewal term(s) is contingent upon the appropriation of funds by the Customer. This Agreement will terminate immediately if funds necessary to continue the Agreement are not appropriated. Customer shall pay Flock for any services performed in accordance with this Agreement up to the date of termination. 8.Assignment. Flock shall not assign this Agreement, or any part thereof, or any right of the Flock hereunder without the prior written consent of the Customer. Notwithstanding, for purposes of this Contract, a merger, acquisition, reorganization, spin-off or other transaction involving a transfer of substantially all of the assets or common stock of either party hereto shall not be deemed an assignment. 9.Applicability. The terms of this Addendum shall supersede the terms of the Master Services Agreement in the event of any conflict between the two. DocuSign Envelope ID: 90A4ECC4-B8FF-4924-8189-C8693905AF97 7.2.a Packet Pg. 282 1 Kristina Santana From:Andres Martinez <apais@icgworldwide.com> Sent:Tuesday, September 5, 2023 2:29 PM To:Kristina Santana Cc:Wilson.truong@camortgagerelief.org Subject:Public Comment 9/5/23 CAUTION: This message originated outside of our City of Diamond Bar network. CAUTION: This email originated from outside your organization. Exercise caution when opening attachments or clicking links, especially from unknown senders. Dear Diamond Bar City Council, For my public comment for today's meeting, I wanted to share details with you about the California Mortgage Relief Program (https://camortgagerelief.org/), a state run program that can help homeowners stay in their homes and get caught up with their mortgage. The California Mortgage Relief Program is open to all eligible Californians and is absolutely free—funds never need to be paid back. Grants from the program are paid directly to your bank or mortgage servicer. The program's website is available in 6 languages (English, Spanish, Korean, Chinese, Vietnamese, & Tagalog. The link for the toolkit is provided here (https://camortgagerelief.org/partner-resources/). The resource page has more information to share with your network and materials. Homeowners can visit the application questionnaire here to find out if they qualify. Property tax has now been added which covers 1 payment owed prior to August 2023. When possible, I’d like to hold a call to go over more details on the program and help gather any questions that you may have. Looking forward to how we can work together. More details of the program:  Previously awarded homeowners who are still eligible and need more assistance can return for additional funds with a maximum of $80,000 in total assistance  Assistance is now available for homeowners with partial claim second mortgages or loan deferrals taken during or after January 2020  The delinquency date for assistance with past-due mortgage and property tax payments was reset - applicants must have missed at least two mortgage payments OR at least one property tax payment prior to August 1, 2023  Homeowners with a primary residence that includes up to 4 units on the property may now be eligible  Must have faced a pandemic-related financial hardship after January 21, 2020  Must have missed at least 2 payments by August 1, 2023, and are currently behind.  Full list of eligibility requirements here: https://camortgagerelief.org/whoiseligible/ Thank you, Andrés Martínez Pais 2 Andrés Martínez Pais, Account Executive IMPRENTA COMMUNICATIONS GROUP, INC It’s About Winning. www.icgworldwide.com Tel: (888) 494-0080 Cell: (626) 660-8183 1 Kristina Santana From:Andres Martinez <apais@icgworldwide.com> Sent:Tuesday, September 5, 2023 2:29 PM To:Kristina Santana Cc:Wilson.truong@camortgagerelief.org Subject:Public Comment 9/5/23 CAUTION: This message originated outside of our City of Diamond Bar network. CAUTION: This email originated from outside your organization. Exercise caution when opening attachments or clicking links, especially from unknown senders. Dear Diamond Bar City Council, For my public comment for today's meeting, I wanted to share details with you about the California Mortgage Relief Program (https://camortgagerelief.org/), a state run program that can help homeowners stay in their homes and get caught up with their mortgage. The California Mortgage Relief Program is open to all eligible Californians and is absolutely free—funds never need to be paid back. Grants from the program are paid directly to your bank or mortgage servicer. The program's website is available in 6 languages (English, Spanish, Korean, Chinese, Vietnamese, & Tagalog. The link for the toolkit is provided here (https://camortgagerelief.org/partner-resources/). The resource page has more information to share with your network and materials. Homeowners can visit the application questionnaire here to find out if they qualify. Property tax has now been added which covers 1 payment owed prior to August 2023. When possible, I’d like to hold a call to go over more details on the program and help gather any questions that you may have. Looking forward to how we can work together. More details of the program:  Previously awarded homeowners who are still eligible and need more assistance can return for additional funds with a maximum of $80,000 in total assistance  Assistance is now available for homeowners with partial claim second mortgages or loan deferrals taken during or after January 2020  The delinquency date for assistance with past-due mortgage and property tax payments was reset - applicants must have missed at least two mortgage payments OR at least one property tax payment prior to August 1, 2023  Homeowners with a primary residence that includes up to 4 units on the property may now be eligible  Must have faced a pandemic-related financial hardship after January 21, 2020  Must have missed at least 2 payments by August 1, 2023, and are currently behind.  Full list of eligibility requirements here: https://camortgagerelief.org/whoiseligible/ Thank you, Andrés Martínez Pais 2 Andrés Martínez Pais, Account Executive IMPRENTA COMMUNICATIONS GROUP, INC It’s About Winning. www.icgworldwide.com Tel: (888) 494-0080 Cell: (626) 660-8183