HomeMy WebLinkAbout2024.05.07 Agenda Packet - Regular MeetingCity Council Agenda Tuesday, May 7, 2024 Study Session 4:30 PM 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 (562) 247-8422, Access Code: 484-070-850 OR visit: https://attendee.gotowebinar.com/register/6711820736644887387. 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/6711820736644887387. 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. MAY 7, 2024 PAGE 2 ANDREW CHOU Council Member RUTH M. LOW Council Member STEVE TYE Council Member STAN LIU Mayor CHIA TENG 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/6711820736644887387 AND ARCHIVED VIEWING ON THE CITY’S WEB SITE AT WWW.DIAMONDBARCA.GOV. CITY OF DIAMOND BAR CITY COUNCIL AGENDA May 07, 2024 STUDY SESSION 4:30 P.M. CC-08 Draft FY 2024/25 Capital Improvement Program Budget. Public Comments CALL TO ORDER: 6:30 p.m. PLEDGE OF ALLEGIANCE: Mayor INVOCATION: Pastor Floren“Tino” Cordova, Diamond Bar United Church of Christ ROLL CALL: Chou, Low, Tye, Mayor Pro Tem Teng, Mayor Liu APPROVAL OF AGENDA: Mayor 1. SPECIAL PRESENTATIONS, CERTIFICATES, PROCLAMATIONS: 1.1 Certificate of Recognition to Girl Scout Troop 4874. 1.2 Small Business Month Proclamation. MAY 7, 2024 PAGE 2 1.3 Public Service Recognition Week Proclamation. 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, members 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. 4. SCHEDULE OF FUTURE EVENTS: 4.1 Coffee with a Cop – May 4, 2024, 8:00 – 10:00 a.m., Good Time Donuts, 3220 S. Brea Canyon Road, Ste G. 4.2 Planning Commission Meeting – May 14, 2024, 6:30 p.m., online teleconference and City Hall Windmill Room, 21810 Copley Dr. 4.3 Free Catalytic Converter Etching – May 15, 2024, 9:00 – 11:00 a.m., Calvary Chapel Golden Springs, 22324 Golden Springs Dr. 4.4 Coffee with a Cop – May 18, 2024, 8:00 – 10:00 a.m., S & J Gran Café, 21050 Golden Springs Dr., Ste C104. 4.5 Mulch Giveaway – May 18, 2024, 8:00 a.m. – 12:00 p.m., Walnut Valley Water District, 271 S. Brea Canyon Road, Walnut, CA. 4.6 City Council Meeting – May 21, 2024, 6:30 p.m., online teleconference and SCAQMD Main Auditorium, 21865 Copley Dr. 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 APRIL 16, 2024 REGULAR MEETING. 5.1.a April 16, 2024 City Council Regular Meeting Minutes Recommended Action: Approve the April 16, 2024 Regular City Council meeting minutes . MAY 7, 2024 PAGE 3 Requested by: City Clerk 5.2 RATIFICATION OF CHECK REGISTER DATED APRIL 10, 2024 THROUGH APRIL 30, 2024 TOTALING $1,085,047.75. Recommended Action: Ratify the Check Register. Requested by: Finance Department 5.3 ASIAN AMERICAN AND PACIFIC ISLANDER HERITAGE MONTH PROCLAMATION. Recommended Action: Adopt the Proclamation declaring May as Asian American and Pacific Islander Heritage Month. Requested by: City Manager 5.4 CONSULTING SERVICES AGREEMENT WITH THE SCANNING COMPANY FOR DOCUMENT SCANNING SERVICES. Recommended Action: Approve and authorize the City Manager to sign the Consulting Services Agreement with TSC LLC d.b.a. The Scanning Company for document scanning services through June 30, 2027. Requested by: City Manager 5.5 PURCHASE OF TWO (2) HPE NETWORK SERVERS. Recommended Action: Approve and authorize the City Manager to issue a purchase order to GovConnection, Inc. for the purchase of two (2) HPE Servers in the not -to- exceed amount of $67,403.88. Requested by: Information Systems 5.6 PUBLIC WORKS AGREEMENT WITH RITE-WAY ROOF CORPORATION FOR CITY HALL ROOF REHABILITATION PROJECT (FP 24505). Recommended Action: A. Determine that the Project is exempt from the California Environmental Quality Act pursuant to Section 15301 of the CEQA Guidelines; B. Appropriate an additional $225,600 from the General Fund, for a total construction budget, including contingency, of $671,600; MAY 7, 2024 PAGE 4 C. Approve the proposed adjustment to the CIP budget and establish a Project Payment Account containing sufficient funds from the current fiscal year budget; and D. Approve, and authorize the City Manager to sign, the Public Works Agreement with Rite-Way Roof Corporation in the amount of $584,000, plus a contingency amount of $87,600 (15%) for contract change orders to be approved by the City Manager, for a total authorization amount of $671,600. Requested by: Public Works Department 5.7 PLANS AND SPECIFICATIONS FOR THE MAPLE HILL PARK/PLAYGROUND REPLACEMENT AND ADA UPGRADES PROJECT (PROJECT NO. FP23506). Recommended Action: A. Determine that approving the design and plans for the proposed project is exempt from the California Environmental Quality Act pursuant to Section 15301(a) and (c), and 15302 of the CEQA Guidelines; and B. Adopt Resolution No. 2024-14 approving the design and plans for the Maple Hill Park/Playground Replacement and ADA Upgrades Project FP23506. Requested by: Public Works Department 6. PUBLIC HEARINGS: NONE. 7. COUNCIL CONSIDERATION: NONE. 8. COUNCIL SUB-COMMITTEE REPORTS AND MEETING ATTENDANCE REPORTS/COUNCIL MEMBER COMMENTS: 9. ADJOURNMENT: Agenda #: 1 Meeting Date: May 7, 2024 CITY COUNCIL STUDY SESSION REPORT TO: Honorable Mayor and Members of the City Council VIA: Daniel Fox, City Manager FROM: Jason Jacobsen, Finance Director TITLE: DRAFT FY 2024/25 CAPITAL IMPROVEMENT PROGRAM BUDGET BACKGROUND: Each year, the City prepares an annual Operating Budget and Capital Improvement Program (CIP) for City Council consideration that implements the Council’s priorities and Strategic Plan Goals, and provides the financial resources to deliver services to the community. The preparation of the annual budget is a significant and important undertaking that takes place over the course of more than five months. Below is the schedule for the preparation of the FY 2024/25 City Budget: • Council Study Session on Draft FY 2024/25 CIP and Draft Five -Year CIP Review – Scheduled for 05/07/2024 • Council Study Session on Draft FY 2024/25 Operating Budget – Scheduled for 05/21/2024 • Adoption of the Proposed FY 2024/25 City Budget & CIP – Scheduled for 06/04/2024 The purpose of this budget study session is to provide the opportunity for the City Council to review the proposed projects in the Draft FY 2024/25 CIP budget. Additionally, staff is presenting the City Council with the Draft FY 2024/29 Five -Year CIP for review. Based on the direction provided by the Council, staff will incorporate the FY 2024/25 CIP budget and the Five-Year CIP list into the City’s official budget document for consideration and adoption at the June 4, 2024 , Council Meeting. As the City adopts budgets on an annual basis, only the FY 2024/25 CIP will be funded. The approve d Five-Year CIP will be looked to for guidance as staff prepares future budget requests , 1 Packet Pg. 7 and will provide the basis for further discussions on long -term funding priorities and needs to advance these and other unfunded projects. The Draft FY2024/25 CIP and Draft FY 2024/29 Five-Year CIP are presented in detail in Attachments 1 and 3, respectively. DISCUSSION: The Draft FY 2024/25 CIP budget includes eight (8) new projects totaling $14.3 million. Some proposed projects have already received funding for the design phase in FY 2023/24 and are now proposed to move to the construction phase. The Draft FY 2024/25 CIP encompasses five project categories and represents an expenditure increase of 18.4% when compared to the Adopted CIP for FY 2023/24. The full itemized project list, with funding sources, is included in Attachment 1. CIP Program Year-Over-Year Adopted FY 2023/24 Proposed FY 2024/25 % Change Street Improvements 9,720,464$ 13,356,189$ 37% Traffic Mgmnt./Safety Improv.64,000 64,000 0% Transportation Infrastructure Improvements 336,500 - -100% Misc. PW Improvements 300,000 380,000 27% Facilites, Parks and Rec. Improv.1,610,000 450,000 -72% Total 12,030,964$ 14,250,189$ 18.4% As the Council will recall, the CIP for FY 2023/24 was ambitious and represented an increase of 18% year-over-year, with new projects proposed for streets, parks, facilities, transportation, traffic and miscellaneous improvements, many of which are still on -going (see Attachment 2). Likewise, the Draft FY 2024/25 CIP builds on last year’s program and recommends a year-over-year increase in Capital Improvement expenditures in the amount of $2.2 million. The Diamond Bar Blvd Complete Street Project is the most significant new project proposed at an estimated $9.3 million. This project is primarily grant funded and will serve as an early implementation public project that will act as a catalyst for the transformation of the Town Center area into a pedestrian-oriented mixed-use “downtown”. Proposed reductions in street resurfacing projects for FY 2024/25 are due to the spending down of accumulated restricted reserves (e.g. Road Maintenance & Rehabilitation Act Fund) during FY 2023/24 that were realized in these funds as a result of unspent allocations during the pandemic period. The Draft FY 2024/25 CIP presented to the City Council for discussion this evening proposes to utilize one-time General Fund savings for the design of prioritized improvements proposed for Ronald Regan and Sycamore Canyon Parks in the amount of $450 thousand (a decrease of $650 thousand from last year). Other funding sources proposed for the remainder of the requested projects amount to $1 3.8 million (see Attachment 1). 1 Packet Pg. 8 Proposed CIPs for FY 2024/25 - Total Budget Request: $14,250,189 Project No. Street Improvements: $13,356,189 SI25105 Arterials -Lemon Ave (SR60 to Northerly City Limit); Brea Cyn Cutoff (SR57 to Westerly City Limit) (Const.) SI25101 Residential and Collector Street Rehab - Area 4 (Const.) SI25104 CDBG Area 5 ADA Curb Ramp Project (Const.) SI25106 Diamond Bar Blvd Complete Street Project (Const.) Project No. Traffic Management/Safety Projects: $64,000 TM25201 Battery Back-Up and CCTV Replacement Program (Construction) Project No. Transportation Infrastructure Improvements: $0 N/A None. Project No. Miscellaneous Public Works Improvements: $380,000 PW25403 Installation of Full Capture Devices on Stormwater Catch Basin for Trash Amendment Compliance - Phase 1 Project No. Facilities, Parks and Rec Improvements: $450,000 FP25507 Ronald Reagan Park Pickleball Court, Playground and ADA (Design) FP25508 Sycamore Canyon Park Lower Bridge Replacement Options (Design) Completed CIPs in FY 2023/24 Of the 30 capital improvement projects underway at the start of FY 2023/24, 10 of which were new to FY 2023/24, a total of fourteen (14) are anticipated to be completed by the end of FY 2023/24, and sixteen (16) projects will be carried over to FY 2024/25, see Attachment 2 for details. The Draft FY 2024/25 CIP budget is scheduled to be reviewed for consistency with the City's General Plan at the May 14, 2024 Planning Commission meeting. Attachments: 1. 1.a Draft FY24-25 Capital Improvement Program 2. 1.b FY23-24 Capital Improvment Program Status 3. 1.c Draft 5-Year Capital Improvement Program FYs 25-29 1 Packet Pg. 9 DRAFT FY 2024/25 CAPITAL IMPROVEMENT PROGRAM BUDGET ATTACHMENT 1 Street Improvement Projects Funding Sources: Project #Phase Project Description Status FY 24/25 Budget Request TDA C6 Grant Surface Transp. Prog. Local (STPL) MSP Grant (201) Measure W (202) RMRA (203) Measure M (204) Measure R Local Return (206) Prop A (207) Prop C (209) TDA (252) Hauler Fees (225) CDBG SI23101 DESIGN Residential and Collector Street Rehab.- Area 3, 4, 5 (Design) Arterial Street Rehab - 3 Locations (Design) CDBG Curb Ramp - Area 3, 4, 5 (Design) Ongoing- No New Request -$ SI24101 CONSTRUCT Residential and Collector Street Rehab - Area 3 (Const.)Ongoing- No New Request -$ SI24103 CONSTRUCT Arterial Street Rehab (Const.) -Golden Springs Dr from Grand Ave to Temple Ave -Grand Ave from Diamond Bar Blvd to East City Limits -Gateway Center, Copey Dr, Bridgegate Dr Ongoing- No New Request -$ SI25105 CONSTRUCT Arterials Street Pavement Rehabilitation -Lemon Ave (SR60 to City Limit); Brea Cyn Cutoff (SR57 to City Limit)NEW 1,500,000$ 900,000$ 600,000$ SI25101 CONSTRUCT Residential and Collector Street Rehab - Area 4 (Const.)NEW 2,450,000$ 400,000$ 950,000$ 850,000$ 250,000$ SI25104 CONSTRUCT CDBG Area 5 ADA Curb Ramp Project (Const.)NEW 164,189$ 164,189$ SI25106 CONSTRUCT Diamond Bar Blvd Complete Street Project Construction NEW 9,242,000$ 3,936,000$ 1,165,000$ 2,985,000$ 456,000$ 600,000$ 100,000$ SI24104 CONSTRUCT CDBG Area 4 ADA Curb Ramp Project (Const.)Ongoing- No New Request -$ Total - Street Improvement Projects 13,356,189$ 3,936,000$ 1,165,000$ 2,985,000$ 456,000$ 1,300,000$ 950,000$ 850,000$ 600,000$ 600,000$ 100,000$ 250,000$ 164,189$ Traffic Management/Safety Projects Funding Sources: Project #Phase Project Description Status FY 24/25 Budget Request (207) Prop C (203) Measure M (205) Gas Tax TM25201 ALL Battery Back-Up and CCTV Replacement Program FY24/25 NEW 64,000$ 64,000$ Total - Traffic Management/Safety Projects 64,000$ 64,000$ -$ -$ -$ -$ -$ -$ Transportation Infrastructure Improvements Funding Sources: Project #Phase Project Description Status FY 24/25 Budget Request (207) Prop C Foothill Transit Grant (45030) (206) Prop A HSIP Grant (CalTrans)(209) TDA TI24301 CONSTUCT Intersection Safety Improvements (Constr.)Ongoing- No New Request -$ Total-Transportation Infrastructure Improvements -$ -$ -$ -$ -$ -$ -$ -$ Miscellaneous Public Works Improvements Funding Sources: Project #Phase Project Description Status FY 24/25 Budget Request (201) Measure W MSP Grant (203) Measure M (207) Prop C (206) Prop A (209) TDA PW25403 ALL Full Capture Devices on Stormwater Catchbasin for Trash Amendment Compliance - Phase 1 NEW 380,000$ 380,000$ PW23402 ALL Grand Avenue Median Drainage Improvement Project (Design and Const.)Ongoing - No New Request -$ PW23403 CONSTRUCT Brea Canyon Storm Drain Lining Project (800 ft between DB Church and GSD) Ongoing - No New Request -$ PW24401 ALL Steep Canyon Erosion Control and Sedimentation Prevention (Design & Const.)Ongoing - No New Request -$ Total - Miscellaneous PW Improvements 380,000$ 380,000$ -$ -$ -$ -$ -$ Facilities, Parks and Rec Improvements Funding Sources: Project #Phase Project Description Status FY 24/25 Budget Request (100) General Fund Habitat Conserv Grant (43110) (262) Park Development (504) Building & Facilities Fund (201) Measure W (261) Measure A PEG Fees FP25507 DESIGN Ronald Reagan Park Pickleball Court, Playground and ADA (Design)NEW 300,000$ 300,000$ FP25508 DESIGN Sycamore Canyon Park Lower Bridge Replacement Options (Design)NEW 150,000$ 150,000$ FP24500 CONSTRUCT DBC GVBR Lighting & Controls Upgrade (Const.)Ongoing - No New Request -$ FP24501 CONSTRUCT DBC Main Entry/Doors & ADA Improvements (Const.)Ongoing - No New Request -$ FP23504 CONSTRUCT City Hall Cable Channel Broadcast and A/V Equipment Upgrade (Const.)Ongoing - No New Request -$ FP23503 CONSTRUCT Pantera Park Hard Court Rehab and LED Retrofit Project (Design & Const.)Ongoing - No New Request -$ FP23506 ALL Maple Hill Park Playground/Restroom Replacement and ADA Upgrades Ongoing - No New Request -$ FP22501 CONSTRUCT DBC AC Replacement & Air Quality Upgrades (Const.)Ongoing - No New Request -$ FP24502 DESIGN Heritage Park Renovation Phases 1 and 2 (Design)Ongoing - No New Request -$ FP24505 CONSTRUCT City Hall Roof Rehabilitation/Solar System Removal and Reinstallation Ongoing - No New Request -$ Total - Facilities, Parks and Rec Improvements 450,000$ 450,000$ -$ -$ -$ -$ -$ -$ Total FY 2024/25 Capital Improvement Program (NEW REQUEST)14,250,189$ Total FY 2023/24 Carryover Projects (i.e. ongoing projects)16,006,632$ Grand Total 30,256,821$ *see below and Draft Five-Year CIP Program for further information 1 of 2 1.a Packet Pg. 10 DRAFT FY 2024/25 CAPITAL IMPROVEMENT PROGRAM BUDGET ATTACHMENT 1 = Fund #Funding Source Totals FY 24/25 Request Listed Projects Lifetime 100 General Fund 450,000$ 3,186,670$ 201 Measure W 836,000$ 1,540,972$ 202 RMRA (SB-1)1,300,000$ 5,350,000$ 203 Measure M 950,000$ 2,530,000$ 204 Measure R 850,000$ 2,025,000$ 205 Gas Tax -$ 400,000$ 206 Prop A 600,000$ 650,000$ 207 Prop C 664,000$ 3,616,100$ 209 SB 821 Fund - Bike and Pedestrian Paths (TDA)100,000$ 133,650$ 251 AB2766 -$ -$ 225 CDBG 164,189$ 309,653$ 252 Hauler Fees 250,000$ 500,000$ 261 Measure A -$ -$ 262 Park Development -$ 1,217,600$ 504 Building & Facilities Maintenance Fund -$ -$ -HSIP Grant -$ 302,850$ -PEG Fees -$ 408,326$ -(201) Measure W 3,936,000$ 3,936,000$ -MSP Grant 2,985,000$ 2,985,000$ -STPL 1,165,000$ 1,165,000$ 301-45030 Foothill Transit Grant -$ -$ 301-43110 Habitat Conservation Grant -$ -$ Total 14,250,189$ 30,256,821$ Draft FY 2024/25 CIP Program Totals by Type Street Improvements 13,356,189$ Traffic Management/Safety Improvements 64,000 Transportation Infrastructure Improvements - Miscellaneous Public Works Improvements 380,000 Facilites, Parks and Rec. Improvements 450,000 Total 14,250,189$ 2 of 2 1.a Packet Pg. 11 FY2023/24 CAPITAL IMPROVEMENT PROGRAM STATUS PRINTED 5/1/2024 5:42 PM Street Improvement Projects Project #Phase Project Description Budget Start Date Completion Date Est. Status @ 6/30/2024 Notes SI23101 DESIGN Residential and Collector Street Rehab. Area 3, 4, 5 Arterial Streets Rehab - Per PMP CDBG Curb Ramp - Area 3, 4, 5 380,000$ March 2023 June 2025 Carry Forward 3-Year Design Proj. SI23102 CONSTRUCT Residential and Collector Street Rehab - Area 2 2,151,620$ April 2023 Oct 2023 Completed NOC is Filed- Project Closed. SI24101 CONSTRUCT Residential and Collector Street Rehab - Area 3 3,944,600$ April 2024 Aug 2024 Carry Forward Contract awarded. SI23103 CONSTRUCT Arterial Street Rehab (Golden Springs from Brea Canyon to Grand Ave.) 2,070,000$ April 2023 Oct 2023 Completed NOC is Filed- Project Closed. SI24103 CONSTRUCT Arterial Street Rehab -Golden Springs Dr from Grand Ave to Temple Ave -Grand Ave from DBB to East City Limits -Gateway Center, Copey Dr, Bridgegate Dr 6,314,000$ April 2024 Aug 2024 Carry Forward Contract awarded. SI24104 CONSTRUCT CDBG Area 4 ADA Curb Ramp Project 145,464$ May 2024 July 2024 Carry Forward Bidding underway. SI23104 CONSTRUCT CDBG Area 3 ADA Curb Ramp Project 195,916$ March 2023 Oct 2023 Completed NOC is Filed- Project Closed. 15,201,600.05$ Traffic Mgmnt/Safety Projects Project #Phase Project Description Budget Start Date Completion Date Est. Status @ 6/30/2024 Notes TM22201 ALL Battery Back-Up and CCTV Replacement Program 43,975$ Jan 2023 June 2023 Completed NOC is Filed. Project closed. TM24201 ALL Battery Back-Up and CCTV Replacement Program 55,495$ April 2024 June 2024 Completed NOC pending TM23201 ALL LED Illuminated Street Name Sign and Highway Safety Light Replacement 984,735$ Nov 2022 Nov 2023 Completed NOC is Filed- Project Closed. 1,084,205$ Transportation Infra. Improvements Project #Phase Project Description Budget Start Date Completion Date Est. Status @ 6/30/2024 Notes TI24301 CONSTUCT Intersection Safety Improvements 336,500$ March 2024 Sept 2024 Carry Forward Design underway 336,500$ 1 of 2 Attachment 2 1.b Packet Pg. 12 FY2023/24 CAPITAL IMPROVEMENT PROGRAM STATUS PRINTED 5/1/2024 5:42 PM Misc. Public Works Improvements Project #Phase Project Description Budget Start Date Completion Date Est. Status @ 6/30/2024 Notes PW17400 DESIGN Diamond Bar Blvd Complete Street 550,000$ Dec 2023 (re-design)June 2024 Completed Design underway PW18400 CONSTRUCT Grand/GSD Intersection Enhancement 1,397,360$ Feb 2021 June 2024 Completed PW23401 CONSTRUCT Groundwater Drainage Improvements-Phase 4 & 5 (Copley & Moonlake) 530,000$ Sept 2023 May 2024 Completed NOC pending PW23402 ALL Grand Avenue Median Drainage Improvement Project 73,472$ April 2024 Aug 2024 Carry Forward Contract awarded PW23403 CONSTRUCT Brea Canyon Storm Drain Lining Project (800 ft between DB Church and GSD) 150,000$ May 2024 July 2024 Carry Forward Design underway PW24401 ALL Steep Canyon Erosion Control and Sedimentation Prevention 300,000$ Sept 2023 Sept 2024 Carry Forward Design completed. Construction bidding underway pending permit from Resource Agencies 3,000,832$ Facilities, Parks & Rec Improvements Project #Phase Project Description Budget Start Date Completion Date Est. Status @ 6/30/2024 Notes FP17500 CONSTRUCT Canyon Loop Trail 1,096,123$ Aug 2022 Sept 2023 Completed Construction complete, Habitat restoration ongoing through 2029 FP23500 DESIGN DBC GVBR Lighting & Controls Upgrade 24,300$ May 2023 Feb 2024 Completed FP24500 CONSTRUCT DBC GVBR Lighting & Controls Upgrade 330,000$ Nov 2024 June 2025 Carry Forward Constructoin to start next fiscal year FP23501 DESIGN DBC Main Entry/Doors & ADA Improvements 70,300$ May 2023 Feb 2024 Completed FP24501 CONSTRUCT DBC Main Entry/Doors & ADA Improvements 310,000$ Nov 2024 June 2025 Carry Forward Constructoin to start next fiscal year FP23503 CONSTRUCT Pantera Park Hard Court Rehab and LED Retrofit Project 270,000$ May 2024 Aug 2024 Carry Forward Design compled. Bidding underway FP23504 CONSTRUCT City Hall Cable Channel Broadcast and A/V Equipment Upgrade 408,326$ Sep 2023 April 2025 Carry Forward Contract awarded FP23505 DESIGN City Hall Roof Rehabilitation/Solar System Removal and Reinstallation 19,000$ May 2023 Jul 2023 Completed FP24505 CONSTRUCT City Hall Roof Rehabilitation/Solar System Removal and Reinstallation 470,000$ May 2024 July 2024 Carry Forward Contract awarded FP23502 CONSTRUCT Sportfield Lighting Control Link 117,600$ March 2023 Sept 2023 Completed FP23506 All Maple Hill Park Playground/Restroom Replacement and ADA Upgrades 717,600$ May 2023 June 2025 Carry Forward Bids advertised May 2024 FP22501 CONSTRUCT DBC AC Replacement & Air Quality Upgrades 1,356,670$ Dec 2023 Dec 2024 Carry Forward Construction underway FP24502 DESIGN Heritage Park Renovation Phases 1 and 2 500,000$ Aug 2023 July 2024 Carry Forward Design underway 2 of 2 Attachment 2 1.b Packet Pg. 13 DRAFT 5-YEAR CIP PROGRAM ATTACHMENT 3 Rev: 5/1/2024 5-YEAR CIP PROGRAM FY 24-25 TO FY 28-29 Project #Project Description * Priority ** Potential Funding Sources Total Project Budget Request Potential Funding Gap FY 23-24 Cont'd to FY 24-25 NEW Proposed FY 24-25 FY 25-26 FY 26-27 FY 27-28 FY 28-29 Unscheduled Projects Pending Funding Street Improvement Projects SI23104 CDBG Area 3 ADA Curb Ramp Project 2 CDBG -$ None COMPLETED SI23102 Residential and Collector Street Rehab.- Area 2 (Const.)2 SB1, MM, MR, GT, HF -$ None COMPLETED SI23103 Arterial Street Rehab (Golden Springs from Brea Canyon to Grand) (Const.)1 SB1, MM, MR, GT, HF, PA, PC -$ None COMPLETED SI23101 Residential and Collector Street Rehab.- Area 3, 4, 5 (Design) Arterial Street Rehab - 3 Locations (Design) [Locations Pending PMS Update] CDBG Curb Ramp - Area 3, 4, 5 (Design) 1 SB1, MM, MR, GT, HF, PA, PC 380,000$ None 380,000$ SI24101 Residential and Collector Street Rehab.- Area 3 (Const.)2 SB1, MM, MR, GT, HF 3,944,600$ None 3,944,600$ SI24103 Arterial Street Rehab (-Golden Springs Dr from Grand Ave to Temple Ave -Grand Ave from Diamond Bar Blvd to East City Limits -Gateway Center, Copey Dr, Bridgegate Dr) (Const.) 1 SB1, MM, MR, GT, HF, PA, PC 6,314,000$ None 6,314,000$ SI24104 CDBG Area 4 ADA Curb Ramp Project (Conr.)2 CDBG 145,464$ None 145,464$ SI25101 Residential and Collector Street Rehab.- Area 4 (Const.)2 SB1, MM, MR, GT, HF 2,450,000$ None 2,450,000$ SI25104 CDBG Area 5 ADA Curb Ramp Project 2 CDBG 164,189$ None 164,189$ SI25105 Arterial Street Rehab (Const.) -Lemon Ave (SR60 to City Limit); Brea Cyn Cutoff (SR57 to City Limit)1 SB1, MM, MR, GT, HF, PA, PC 1,500,000$ None 1,500,000$ SI25106 Diamond Bar Blvd. Complete Streets (GSD - 60FWY)-Construction 1 GRANT, MM, MR, MW, PA, SPA, PC, WH, GT, TM, SB1, STP-L 9,242,000$ $ 2,500,000 9,242,000$ NEW Arterial Street Rehab (Const.)1 SB1, MM, MR, GT, HF, PA, PC 9,270,000$ 8,770,000$ 9,270,000$ NEW Residential and Collector Street Rehab.- Area 5 (Const.)2 SB1, MM, MR, GT, HF 4,120,000$ 620,000$ 4,120,000$ NEW Residential and Collector Street Rehab.- Area 6, 7, 1 (Design) Arterial Street Rehab - 3 Locations (Design) CDBG Curb Ramp - Area 6, 7, 1 (Design) 1 SB1, MM, MR, GT, HF 500,000$ 150,000$ 500,000$ NEW CDBG Area 6 ADA Curb Ramp Project 2 CDBG 140,000$ None 140,000$ NEW Arterial Street Rehab (Location pending) (Const.)1 SB1, MM, MR, GT, HF, PA, PC 9,548,100$ 9,048,100$ 9,548,100$ NEW Residential and Collector Street Rehab.- Area 6 (Const.)2 SB1, MM, MR, GT, HF 4,243,600$ 743,600$ 4,243,600$ NEW CDBG Area 7 ADA Curb Ramp Project 2 CDBG 140,000$ None 140,000$ NEW Arterial Street Rehab (Location pending) (Const.)1 SB1, MM, MR, GT, HF, PA, PC 9,834,543$ 4,500,000$ 9,834,543$ NEW Residential and Collector Street Rehab.- Area 7 (Const.)2 SB1, MM, MR, GT, HF 4,370,908$ 500,000$ 4,370,908$ NEW CDBG Area 1 ADA Curb Ramp Project 2 CDBG 140,000$ None 140,000$ NEW Arterial Street Rehab (Location pending) (Const.)1 SB1, MM, MR, GT, HF, PA, PC 10,200,000$ 9,700,000$ 10,200,000$ NEW Residential and Collector Street Rehab.- Area 1 (Const.)2 SB1, MM, MR, GT, HF 4,502,035$ 1,002,035$ 4,502,035$ NEW Residential and Collector Street Rehab.- Area 2,3,4 (Design) Arterial Street Rehab - 3 Locations (Design) CDBG Curb Ramp - Area 2,3,4 (Design) 1 SB1, MM, MR, GT, HF 650,000$ 300,000$ 650,000$ NEW CDBG Area 2 ADA Curb Ramp Project 2 CDBG 140,000$ None 140,000$ SubTotal - Street Improvement Projects 81,939,439$ 37,833,735$ 10,784,064$ 13,356,189$ 14,030,000$ 13,931,700$ 14,345,451$ 15,492,035$ $ - 1 1.c Packet Pg. 14 DRAFT 5-YEAR CIP PROGRAM ATTACHMENT 3 Rev: 5/1/2024 5-YEAR CIP PROGRAM FY 24-25 TO FY 28-29 Project #Project Description * Priority ** Potential Funding Sources Total Project Budget Request Potential Funding Gap FY 23-24 Cont'd to FY 24-25 NEW Proposed FY 24-25 FY 25-26 FY 26-27 FY 27-28 FY 28-29 Unscheduled Projects Pending Funding Traffic Management/Safety Projects TM22201 Battery Back-Up and CCTV Replacement Program 1 PC 268,000$ None COMPLETED 64,000$ 66,000$ 68,000$ 70,000$ -$ TM23201 LED Illuminated Street Name Sign and Highway Safety Light Replacement (Design and Construction) 1 GF, MM -$ None COMPLETED SubTotal - Traffic Management/Safety Projects 268,000$ -$ -$ 64,000$ 66,000$ 68,000$ 70,000$ -$ $ - Transportation Infrastructure Improvements TI24301 Intersection Safety Improvement (Construction)3 HSIP, TDA 336,500$ None 336,500$ TI18300 Lemon Avenue Quiet Zone (To be Implemented in FY27 due to agreement needed with UPRR) 1 PC 80,000$ None 80,000$ SubTotal - Transportation Infrastructure Improvements 416,500$ -$ 336,500$ -$ -$ 80,000$ -$ -$ $ - Miscellaneous PW Improvements PW18400 Grand/GSD Intersection Enhancement 1 SB1, MM, PC, TM, TDA, -$ None COMPLETED PW23402 Grand Avenue Median Drainage Improvement Project (Design and Construction)1 MW 73,472$ None 73,472$ PW23401 Groundwater Drainage Improvements-Phase 4 & 5 (Copley & Moonlake ) (Const.)2 MW -$ None COMPLETED PW23403 Brea Canyon Storm Drain Lining Project 2 MR 150,000$ None 150,000$ PW24401 Steep Canyon Erosion Control and Sedimentation Prevention (Design & Const.)2 MW 300,000$ None 300,000$ Under SI24101Groundwater Drainage Improvements-Phase 6 (Cold Springs Lane @ South of Diamond Ridge)2 MW -$ None Under SI24101 PW17400 Diamond Bar Blvd. Complete Streets (GSD - 60FWY)-(Design)1 GF -$ None COMPLETED PW25403 Full Capture Devices on Stormwater Catchbasin for Trash Amendment Compliance 2 MW 780,000$ None 380,000$ 400,000$ NEW City Entry Monument and Median Improvements (Lemon Ave.) Design 5 GF 100,000$ $ 100,000 100,000$ NEW City Entry Monument and Median Improvements (Lemon Ave.) Construction 5 GF 750,000$ $ 750,000 750,000$ NEW City Entry Monument and Parkway Improvements (Brea Canyon Road) Design 5 GF 100,000$ $ 100,000 100,000$ NEW City Entry Monument and Parkway Improvements (Brea Canyon Road) Construction 5 GF 750,000$ $ 750,000 750,000$ NEW Groundwater Drainage Improvements-Phase 7 (Cleghorn Drive @ North of Gold Nugget)2 MW 350,000$ None 350,000$ SubTotal -Miscellaneous PW Improvements 3,353,472$ 1,700,000$ 523,472$ 380,000$ 2,100,000$ 350,000$ -$ $ - 2 1.c Packet Pg. 15 DRAFT 5-YEAR CIP PROGRAM ATTACHMENT 3 Rev: 5/1/2024 5-YEAR CIP PROGRAM FY 24-25 TO FY 28-29 Project #Project Description * Priority ** Potential Funding Sources Total Project Budget Request Potential Funding Gap FY 23-24 Cont'd to FY 24-25 NEW Proposed FY 24-25 FY 25-26 FY 26-27 FY 27-28 FY 28-29 Unscheduled Projects Pending Funding Facilites, Parks and Rec Improvements FP17500 Canyon Loop Trail (Const.)1 MW, HC, MA -$ None COMPLETED FP22501 DBC AC Replacement & Air Quality Upgrades (Construction)1 504, GF 1,356,670$ None 1,356,670$ FP23504 City Hall Cable Channel Broadcast and A/V Equipment Upgrade (Cnostruction)1 PEG 408,326$ None 408,326$ FP23501 DBC Main Entry/Doors & ADA Improvements (Design)2 GF -$ None COMPLETED FP23500 DBC GVBR Lighting and AV Upgrades (Design)3 GF -$ None COMPLETED FP23505 City Hall Roof Rehabilitation/Solar System Removal and Reinstallation (Design)2 GF -$ None COMPLETED FP23506 Maple Hill Park Playground/Restroom Replacement and ADA Upgrades (Design and Construction) 4 MA, GF, GRANT, PD 717,600$ None 717,600$ FP24501 DBC Main Entry/Doors & ADA Improvements (Construction)2 GF 310,000$ None 310,000$ FP24505 City Hall Roof Rehabilitation/Solar System Removal and Reinstallation (Const)2 504, GF 470,000$ None 470,000$ FP24500 DBC GVBR Lighting and AV Upgrades (Const.)3 504, 503, GF 330,000$ None 330,000$ FP24502 Heritage Park Renovation Phases 1 and 2 (Design)3 PD 500,000$ None 500,000$ FP23503 Pantera Park Hard Courts 3 GF 270,000$ 270,000$ FP25508 Sycamore Canyon Park Lower Bridge Replacement (Design)3 GF, MW, CDBG 150,000$ None 150,000$ FP25507 Ronald Reagan Park Pickleball Court, Playground Replacement, Restrooms, and ADA Upgrades (Design) 5 MA, GF, PD 300,000$ None 300,000$ NEW Sycamore Canyon Park Lower Bridge Replacement (Construction)3 GF, MW, CDBG 500,000$ 500,000$ 500,000$ NEW Ronald Reagan Park Pickleball Court and ADA Upgrades (Construction)3 MA, GF, PD 1,500,000$ 1,500,000$ 1,500,000$ NEW Ronald Reagan Park Playground Replacement (Construction)3 MA, GF, PD 1,300,000$ 1,500,000$ 1,300,000$ NEW Summitridge Park Band Shelter (Design and Construction)3 GF 2,000,000$ 2,000,000$ 2,000,000$ NEW DBC Patio/Outdoor Renovations 5 GF 750,000$ 750,000$ 750,000$ NEW DBC Library Pad Renovations 5 GF 1,000,000$ 1,000,000$ 1,000,000$ NEW DBC Exterior Paint 4 GF 250,000$ 250,000$ 250,000$ NEW Civic Center Carpet Replacement 4 GF 1,000,000$ 1,000,000$ 1,000,000$ NEW Dog Park Lighting (Design)5 GF 150,000$ 150,000$ 150,000$ NEW Dog Park Lighting (Construction)5 GF 550,000$ 550,000$ 550,000$ NEW Sunset Crossing Park (Construction)3 GF, Grant, MW 13,500,000$ 13,500,000$ 13,500,000$ NEW Heritage Park Upgrades (Const.)2 GF, 504 15,000,000$ 15,000,000$ 15,000,000$ NEW Peterson Park Upgrades (Design)4 Q, GRANT 250,000$ 250,000$ 250,000$ NEW Peterson Park Upgrades (Const.)4 Q, GRANT 2,000,000$ 2,000,000$ 2,000,000$ NEW Musco LED Upgrade (per site)4 GF 650,000$ 650,000$ 650,000$ NEW Parking Lot LED Upgrade (all facilities)4 GF 250,000$ 250,000$ 250,000$ NEW Pantera Park, New Restroom by Courts 5 GF 1,500,000$ $ 1,500,000 1,500,000$ SubTotal - Facilites, Parks and Rec Improvements 46,962,596$ 42,350,000$ 4,362,596$ 450,000$ 2,000,000$ 5,050,000$ 1,250,000$ 150,000$ $ 33,700,000 5-Yr Program Total FY 23-24 to 27-28 5-Yr Program Funding Gap FY 23-24 Cont'd to FY 24-25 FY 24-25 FY 25-26 FY 26-27 FY 27-28 FY 28-29 Unscheduled Projects Pending Funding $ 132,940,007 $ 81,883,735 $ 16,006,632 $ 14,250,189 $ 18,196,000 $ 19,479,700 $ 15,665,451 $ 15,642,035 $ 33,700,000 Grand Totals: 3 1.c Packet Pg. 16 DRAFT 5-YEAR CIP PROGRAM ATTACHMENT 3 Rev: 5/1/2024 5-YEAR CIP PROGRAM FY 24-25 TO FY 28-29 Project #Project Description * Priority ** Potential Funding Sources Total Project Budget Request Potential Funding Gap FY 23-24 Cont'd to FY 24-25 NEW Proposed FY 24-25 FY 25-26 FY 26-27 FY 27-28 FY 28-29 Unscheduled Projects Pending Funding Priority Total 5-Year CIP Program Total 5-Year Funding Gap 1 Mandatory 59,625,111$ 34,968,100$ GF General Fund Reserves 2 Needed: If Delayed Will Cost More to Fix 41,860,796$ 17,865,635$ SPA Sale of Prop A Funds 3 Enhancement: Improve Amenity 20,386,500$ 19,000,000$ SB1 RMRA (SB-1)4 Desirable: May be Delayed 5,117,600$ 4,400,000$ MM Measure M 5 A Luxury Item 5,950,000$ 5,650,000$ MR Measure R TOTAL 132,940,007$ 81,883,735$ GT Gas Tax Fund PA Prop A PC Prop C TM Traffic Mitigation (Private Developer Fair Share)LEGEND SI Sewer Improvement Fund Authorized - Carryover to Next FY 24-25 AB2766 Air Quality Improvement Fund Authorized - To be Completed in FY 23-24 TDA SB 821 Fund - Bike and Pedestrian Paths (TDA) Article 3 (METRO)Request for the Next FY 24-25 MTA MTA Grants Proposed for Future FY's 25-26 to 28-29 WH Waste Hauler Fund Unscheduled - Pending Funding/Timing Q Quimby PD Park Development Fund CDBG Community Development Block Grant Funds MA Measure A HC Habitat Conservation Grant FEMA Federal Emergency Management Agency MSRC Mobile Source Air Pollution Grant MW Measure W - Safe, Clean Water Act FT Foothill Transit Grant SCE Southern California Edison Grant 540 Internal Service Fund - (540) Building Facility & Maintenance Fund 530 Internal Service Funds - (530) Equipment Maintenance & Replacement Fund STP-L Federal Surface Transportation Program - Local HSIP Grant CA Highway Safety Improvement Prog. Grant Black - Annual revenue source Red -One-time, non-annual revenue source ** Funding Sources 5-Year CIP Program * Priority & Funding Gap Totals Description Planned On-Going & One-Time Resources 4 1.c Packet Pg. 17 Agenda #: 5.1 Meeting Date: May 7, 2024 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: CITY COUNCIL MINUTES OF THE APRIL 16, 2024 REGULAR MEETING. STRATEGIC GOAL: Open, Engaged & Responsive Government RECOMMENDATION: Approve the April 16, 2024 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. 18 Attachments: 1. 5.1.a April 16, 2024 City Council Regular Meeting Minutes 5.1 Packet Pg. 19 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 APRIL 16, 2024 CALL TO ORDER: Mayor 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 Tye led the Pledge of Allegiance. INVOCATION: Kenton Tse, Children’s Ministry Director, Gateway Friends Church provided the invocation. ROLL CALL: Council Members Andrew Chou, Steve Tye, Mayor Pro Tem Chia Yu Teng, Mayor Stan Liu Absent: Council Member Ruth Low Staff present in person: Dan Fox, City Manager; Ryan McLean, Assistant City Manager; Anthony Santos, Assistant to the City Manager; Omar Sandoval, City Attorney; David Liu, Public Works Director; Hal Ghafari, Public Works Manager/ Assistant City Engineer; Nicholas Delgado, Management Analyst; Ryan Wright, Parks and Recreation Director; Jason Jacobsen, Finance Director; Cecilia Arellano, Senior Community Relations Coordinator; Joan Cruz, Administrative Coordinator; Kristina Santana, City Clerk Staff present telephonically: Ken Desforges, Information Systems Director; Amy Haug, Human Resources and Risk Manager; Greg Gubman, Community Development Director; Grace Lee, Planning Manager; Marsha Roa, Community Relations Manager Others present: Captain Stephen Tousey, Diamond Bar/Walnut Sheriff’s Station APPROVAL OF AGENDA: Mayor Liu approved the agenda with the addition of Item 1.3. 1. SPECIAL PRESENTATIONS, CERTIFICATES, PROCLAMATIONS: 1.1 Proclamation declaring May 2024 as Water Awareness Month read by Mayor Liu and presented by the City Council to Theresa Lee, President of Board of Directors of the Walnut Valley Water District. 1.2 Mayor Liu and Council Members recognized the Beydler family for their consistent and ongoing efforts to remove trash and debris for City streets. 5.1.a Packet Pg. 20 APRIL 16, 2024 PAGE 2 CITY COUNCIL 1.3 Video presentation and proclamation presentation to the City of Diamond Bar regarding the City’s 35th Birthday Celebration by Congresswoman Linda Sanchez. 2. CITY MANAGER REPORTS AND RECOMMENDATIONS: NONE 3. PUBLIC COMMENTS: Cynthia Yu, Diamond Bar Library, announced upcoming Library events for April and May. Rachel Kirk, Diamond Bar Friends of the Library, invited community members to participate in two Friends’ sponsored events: 1) Read Together Diamond Bar and 2) presentation of the winners of the “How a Book Changed My Life Essay Contest” on Saturday, April 27th from 2:00 to 3:30 p.m. in the Windmill Room. Allen Wilson was concerned about protestors disrupting traffic and hoped for countrywide unity. CC/Santana reported that no emails were submitted and that there were no online callers requesting to speak under Public Comments. 4. SCHEDULE OF FUTURE EVENTS: CM/Fox presented the Schedule of Future Events. 5. CONSENT CALENDAR: C/Chou moved, C/Tye seconded, to approve the Consent Calendar with the exception of Item 5.4 pulled by MPT/Teng . Motion carried 4-0 by the following Roll Call vote: AYES: COUNCIL MEMBERS: Chou, Tye, MPT/Teng, M/Liu NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: Low 5.1 APPROVED CITY COUNCIL MINUTES: 5.1.1 APRIL 2, 2024 REGULAR MEETING 5.2 RATIFIED CHECK REGISTER DATED MARCH 27, 2024 THROUGH APRIL 9, 2024 TOTALING $1,101,148.97. 5.3 APPROVED MARCH 2024 TREASURER’S STATEMENT. 5.5 APPROVED CONTINUED PARTICIPATION IN THE LOS ANGELES URBAN COUNTY PERMANENT LOCAL HOUSING ALLOCATION (“PLHA”) PROGRAM AS FOLLOWS: A. ADOPTED RESOLUTION NO. 2024-13 APROVING THE CITY’S PARTICIPATION IN YEAR 4 OF THE LOS ANGELES URBAN 5.1.a Packet Pg. 21 APRIL 16, 2024 PAGE 3 CITY COUNCIL COUNTY PLHA PROGRAM; IDENTIFYING PROPOSED ACTIVITIES FOR THE EXPENDITURE OF $145,682 IN PLHA FUNDING AND AUTHORIZING THE CITY MANAGER TO SIGN A REIMBURSABLE CONTRACT WITH THE LOS ANGELES COUNTY DEVELOPMENT AUTHORITY (“LACDA”); AND, B. DETERMINED THAT THE PROPOSED ACTION DOES NOT CONSTITUTE A PROJECT AND IS THEREFORE, EXEMPT FROM THE CALIFORNIA ENVIRONMENT QUALITY ACT (“CEQA”). 5.6 ADOPTED A PROCLAMATION DECLARING APRIL 26, 2024 AS ARBOR DAY. ITEMS WITHDRAWN FROM CONSENT CALENDAR: 5.4 ADOPTED RESOLUTION NO. 2024-12 ADOPTING THE UPDATES TO THE CEQA VMT SIGNIFICANCE THRESHOLDS. MPT/Teng asked how this regulation will affect the Town Center development plan and CM/Fox said he believed the project would have a positive impact because the higher density encourages less vehicular travel by providing more services within walking distance. MPT/Teng moved, C/Chou seconded, to approve Item 5.4 as submitted. Motion carried by the following Roll Call vote: AYES: COUNCIL MEMBERS: Chou, Tye, MPT/Teng, M/Liu NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: Low 6. PUBLIC HEARINGS: NONE 7. COUNCIL CONSIDERATION: 7.1 HERITAGE PARK AND COMMUNITY CENTER RENOVATION PROJECT DESIGN CONCEPTS AND 1ST AMENDMENT TO CONSULTANT SERVICES AGREEMENT (CIP#FP24502). PWM/Ghafari presented the staff report. M/Liu asked for public comments. There were none offered. CC/Santana stated that emails regarding this agenda item were received from Cynthia DeLaRosa, Lydia Mulligan, Trichia Tran and Adrianne Cotterell, copies of which were forwarded to the City Council and placed at the meeting entrance for public viewing. Following discussion and staff responses, Council concurred to proceed 5.1.a Packet Pg. 22 APRIL 16, 2024 PAGE 4 CITY COUNCIL with Playground Design Concept 4, including revisions to the realigned picnic area and basketball court, and, an additional door and window system on the west side of the building as presented. C/Tye moved, MPT/Teng seconded, to approve and authorize the City Manager to sign the First Amendment to the Consulting Services Agreement with Black O’Dowd and Associates, Inc., for design services; and, determined that the approval of the amendment to the design services agreement for the proposed Project is not subject to environmental review under the California Environmental Quality Act (CEQA) pursuant to CEQA Guidelines Article 18 Section 15262. Motion carried by the following Roll Call vote: AYES: COUNCIL MEMBERS: Chou, Tye, MPT/Teng, M/Liu NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: Low 8. COUNCIL SUBCOMMITTEE REPORTS AND MEETING ATTENDANCE REPORTS/COUNCIL MEMBER COMMENTS: C/Chou appreciated the Heritage Park discussion and said he will report back to the Council and community on his attendance at the League of California Cities State Board meeting in Sacramento next week. C/Tye congratulated M/Liu for recognizing the Beydler family for doing something wonderful in Diamond Bar, said he is excited about the reopening of the Golf Course on Saturday April 20th, and that the 35th City Anniversary was a resounding success thanks to the City’s phenomenal Parks and Rec staff and was very pleased with the event being held at Summitridge Park. MPT/Teng said that he appreciated Parks and Rec staff for their efforts with the City’s 35th Birthday Party. M/Liu commented how much he enjoyed the 35th City Birthday Celebration and 20th Anniversary of the Diamond Bar Center and for the amazing job of the Parks and Rec staff, volunteers and DB4Youth. He looks forward to the Arbor Day tree planting ceremony at Larkstone Park on Wednesday, as well as, the Golf Course Grand Reopening and the Earth Day Celebration on Saturday. ADJOURNMENT: With no further business to conduct, M/Liu adjourned the Regular City Council Meeting at 7:56 p.m. Respectfully Submitted, __________________________ Kristina Santana, City Clerk 5.1.a Packet Pg. 23 APRIL 16, 2024 PAGE 5 CITY COUNCIL The foregoing minutes are hereby approved this 7th day of May, 2024. __________________________ Stan Liu, Mayor 5.1.a Packet Pg. 24 Agenda #: 5.2 Meeting Date: May 7, 2024 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: RATIFICATION OF CHECK REGISTER DATED APRIL 10, 2024 THROUGH APRIL 30, 2024 TOTALING $1,085,047.75. STRATEGIC GOAL: Responsible Stewardship of Public Resources RECOMMENDATION: Ratify the Check Register. FINANCIAL IMPACT: Expenditure of $1,085,047.75. 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 April 10, 2024 through April 30, 2024 totaling $1,085,047.75 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. 25 REVIEWED BY: Attachments: 1. 5.2.a Check Register Affidavit 5-7-2024 2. 5.2.b Check Register 5-7-2024 5.2 Packet Pg. 26 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 April 10, 2024 through April 30, 2024 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. 27 City of Diamond Bar Check Register CHECK # CHECK DATE VENDOR NAME OTP VENDOR NAME INVOICE DESCRIPTION ORG OBJECT AMOUNT 11670 4/15/2024 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 20791 GOLDEN SPRINGS - TC-1 100655 52210 $123.28 CHECK TOTAL $123.28 11671 4/15/2024 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 20439 GOLDEN SPRINGS - TC-1 100655 52210 $109.91 CHECK TOTAL $109.91 11672 4/12/2024 PERS HEALTH HEALTH INSURANCE PREMIUM APRIL 2024 225 21106 $43.01 4/12/2024 PERS HEALTH HEALTH INSURANCE PREMIUM APRIL 2024 203 21106 $129.75 4/12/2024 PERS HEALTH HEALTH INSURANCE PREMIUM APRIL 2024 204 21106 $129.75 4/12/2024 PERS HEALTH HEALTH INSURANCE PREMIUM APRIL 2024 239 21106 $227.57 4/12/2024 PERS HEALTH HEALTH INSURANCE PREMIUM APRIL 2024 241 21106 $227.57 4/12/2024 PERS HEALTH HEALTH INSURANCE PREMIUM APRIL 2024 100220 50062 $250.26 4/12/2024 PERS HEALTH HEALTH INSURANCE PREMIUM APRIL 2024 238 21106 $400.50 4/12/2024 PERS HEALTH HEALTH INSURANCE PREMIUM APRIL 2024 201 21106 $508.45 4/12/2024 PERS HEALTH HEALTH INSURANCE PREMIUM APRIL 2024 206 21106 $1,276.05 4/12/2024 PERS HEALTH HEALTH INSURANCE PREMIUM APRIL 2024 105220 50048 $1,727.00 4/12/2024 PERS HEALTH HEALTH INSURANCE PREMIUM APRIL 2024 207 21106 $2,114.13 4/12/2024 PERS HEALTH HEALTH INSURANCE PREMIUM APRIL 2024 250 21106 $2,330.05 4/12/2024 PERS HEALTH HEALTH INSURANCE PREMIUM APRIL 2024 100 21106 $65,584.30 CHECK TOTAL $74,948.39 11673 4/12/2024 TASC FLEX SPENDING MEDICAL/CHILDCARE 04/12/2024 238 21118 $5.54 4/12/2024 TASC FLEX SPENDING MEDICAL/CHILDCARE 04/12/2024 239 21118 $5.54 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 4/12/2024 TASC FLEX SPENDING MEDICAL/CHILDCARE 04/12/2024 241 21118 $5.54 4/12/2024 TASC FLEX SPENDING MEDICAL/CHILDCARE 04/12/2024 207 21118 $31.55 4/12/2024 TASC FLEX SPENDING MEDICAL/CHILDCARE 04/12/2024 250 21118 $34.80 4/12/2024 TASC FLEX SPENDING MEDICAL/CHILDCARE 04/12/2024 206 21118 $72.14 4/12/2024 TASC FLEX SPENDING MEDICAL/CHILDCARE 04/12/2024 100 21118 $1,861.17 CHECK TOTAL $2,016.28 11674 4/15/2024 CALPERS PENSION CONTRIBUTION FOR PERIOD 03/23/24-04/05/24 225 21110 $38.29 4/15/2024 CALPERS PENSION CONTRIBUTION FOR PERIOD 03/23/24-04/05/24 204 21110 $73.71 4/15/2024 CALPERS PENSION CONTRIBUTION FOR PERIOD 03/23/24-04/05/24 203 21110 $73.72 4/15/2024 CALPERS PENSION CONTRIBUTION FOR PERIOD 03/23/24-04/05/24 239 21110 $154.42 4/15/2024 CALPERS PENSION CONTRIBUTION FOR PERIOD 03/23/24-04/05/24 241 21110 $154.42 4/15/2024 CALPERS PENSION CONTRIBUTION FOR PERIOD 03/23/24-04/05/24 238 21110 $234.26 4/15/2024 CALPERS PENSION CONTRIBUTION FOR PERIOD 03/23/24-04/05/24 201 21110 $442.74 4/15/2024 CALPERS PENSION CONTRIBUTION FOR PERIOD 03/23/24-04/05/24 207 21110 $934.08 4/15/2024 CALPERS PENSION CONTRIBUTION FOR PERIOD 03/23/24-04/05/24 206 21110 $944.23 4/15/2024 CALPERS PENSION CONTRIBUTION FOR PERIOD 03/23/24-04/05/24 250 21110 $2,082.96 4/15/2024 CALPERS PENSION CONTRIBUTION FOR PERIOD 03/23/24-04/05/24 100 21110 $42,497.21 CHECK TOTAL $47,630.04 11675 4/12/2024 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 04/12/2024 225 21109 $65.61 4/12/2024 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 04/12/2024 203 21109 $108.31 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 4/12/2024 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 04/12/2024 204 21109 $108.31 4/12/2024 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 04/12/2024 239 21109 $244.59 4/12/2024 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 04/12/2024 241 21109 $244.59 4/12/2024 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 04/12/2024 238 21109 $366.06 4/12/2024 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 04/12/2024 201 21109 $597.56 4/12/2024 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 04/12/2024 207 21109 $982.91 4/12/2024 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 04/12/2024 206 21109 $1,558.72 4/12/2024 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 04/12/2024 250 21109 $3,510.87 4/12/2024 VANTAGEPOINT TRNSFR AGNTS- 303248 DEFERRED COMP CONTRIBUTIONS/LOAN PYMTS 04/12/2024 100 21109 $55,790.06 CHECK TOTAL $63,577.59 11676 4/17/2024 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 717 GRAND AVE - TC-1 100655 52210 $142.03 CHECK TOTAL $142.03 11677 4/17/2024 SOUTHERN CALIFORNIA EDISON GS-1 - 2838 S DBB PED - GS-1 100655 52210 $16.91 CHECK TOTAL $16.91 11678 4/17/2024 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 21250 GOLDEN SPRINGS PED - TC-1 100655 52210 $84.55 CHECK TOTAL $84.55 11679 4/17/2024 SOUTHERN CALIFORNIA EDISON GS-1 - 1215 S BREA CYN - GS-1 100655 52210 $9.55 CHECK TOTAL $9.55 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 11680 4/17/2024 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 1611 S BREA CYN - TC-1 100655 52210 $85.79 CHECK TOTAL $85.79 11681 4/17/2024 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 3564 S. BREA CYN B-PED - LS-3 100655 52210 $23.32 CHECK TOTAL $23.32 11682 4/17/2024 SOUTHERN CALIFORNIA EDISON SAFETY LIGHTS - 2746 BREA CFYN B-PED - LS-3 100655 52210 $57.40 CHECK TOTAL $57.40 11683 4/17/2024 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 20781 PATHFINDER - TC-1 100655 52210 $120.71 CHECK TOTAL $120.71 11684 4/17/2024 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 801 S LEMON/VARIOUS - TC-1 100655 52210 $358.43 CHECK TOTAL $358.43 11685 4/17/2024 SOUTHERN CALIFORNIA EDISON GS-1 - 23331 GOLDEN SPRINGS PED - GS-1 100655 52210 $7.74 CHECK TOTAL $7.74 11686 4/17/2024 SOUTHERN CALIFORNIA EDISON 575 S DIAMOND BAR BLVD (021224- 031224) FY23-24 238638 52210 $31.85 CHECK TOTAL $31.85 11687 4/18/2024 SOUTHERN CALIFORNIA EDISON TRAFFIC CONTROL - 1450 BRIDGEGATE/VARIOUS - TC-1 100655 52210 $618.30 CHECK TOTAL $618.30 11689 4/23/2024 AARON STANLEY TALALAY INSTRUCTOR PAYMENT - PICKLEBALL - WS24 100520 55320 $510.00 CHECK TOTAL $510.00 11690 4/23/2024 ABOUND FOOD CARE FISCAL YEAR 23-24 FOOD RECOVERY SERVICES 250170 54900 $1,632.25 CHECK TOTAL $1,632.25 11691 4/23/2024 ABSOLUTE SECURITY INTERNATIONAL INC MARCH 2024 SECURITY GUARD SERVICES 100510 55330 $2,092.50 CHECK TOTAL $2,092.50 11692 4/23/2024 AFFORDABLE GENERATOR SERVICES INC PORTABLE GENERATOR MAINT (DBC) 100510 52310 $756.93 CHECK TOTAL $756.93 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 11693 4/23/2024 AFLAC SUPP INSURANCE PREMIUM MARCH 2024 239 21117 $1.66 4/23/2024 AFLAC SUPP INSURANCE PREMIUM MARCH 2024 241 21117 $1.66 4/23/2024 AFLAC SUPP INSURANCE PREMIUM MARCH 2024 203 21117 $9.02 4/23/2024 AFLAC SUPP INSURANCE PREMIUM MARCH 2024 204 21117 $9.02 4/23/2024 AFLAC SUPP INSURANCE PREMIUM MARCH 2024 201 21117 $14.90 4/23/2024 AFLAC SUPP INSURANCE PREMIUM MARCH 2024 207 21117 $30.98 4/23/2024 AFLAC SUPP INSURANCE PREMIUM MARCH 2024 250 21117 $43.49 4/23/2024 AFLAC SUPP INSURANCE PREMIUM MARCH 2024 206 21117 $65.85 4/23/2024 AFLAC SUPP INSURANCE PREMIUM MARCH 2024 100 21117 $1,447.07 CHECK TOTAL $1,623.65 11694 4/23/2024 AIRGAS INC ARGON CYLINDER REFILL (030124- 033124) FY23-24 100630 51200 $31.84 CHECK TOTAL $31.84 11695 4/23/2024 ALL CITY MANAGEMENT SERVICES INC CROSSING GUARD SERVICES - 3/17/24- 3/30/24 100310 55412 $13,084.05 CHECK TOTAL $13,084.05 11696 4/23/2024 AMERICAN UNITED SALES CORP ADULT EXCURSION ADMISSIONS 100520 55300 $734.00 CHECK TOTAL $734.00 11697 4/23/2024 AMERICOMP TONER & REPAIR LLC PRINTER MAINTENANCE - 3RD QUARTER 100230 55000 $2,275.75 CHECK TOTAL $2,275.75 11698 4/23/2024 ANDREW WONG PARKS AND REC COMMISSION 3.28.24 100520 52525 $45.00 CHECK TOTAL $45.00 11699 4/23/2024 ANIMAL PEST MANAGEMENT SERVICES INC COMPREHENSIVE PEST CONTROL (APRIL 2024) FY23-24 100630 52320 $70.00 4/23/2024 ANIMAL PEST MANAGEMENT SERVICES INC COMPREHENSIVE PEST CONTROL (APRIL 2024) FY23-24 100510 52320 $105.00 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 4/23/2024 ANIMAL PEST MANAGEMENT SERVICES INC COMPREHENSIVE PEST CONTROL (APRIL 2024) FY23-24 100620 52320 $120.00 CHECK TOTAL $295.00 11700 4/23/2024 NAILA ASAD BARLAS STIPEND-PC MTG 3/12/24 100410 52525 $65.00 CHECK TOTAL $65.00 11701 4/23/2024 ROBYN A BECKWITH INTERIOR PLANT SERVICE 100510 52320 $275.00 4/23/2024 ROBYN A BECKWITH INTERIOR PLANT SERVICE 100620 52320 $380.00 4/23/2024 ROBYN A BECKWITH SPECIAL PLANT MAINTENANCE CITY BIRTHDAY PREP 100510 54900 $250.00 CHECK TOTAL $905.00 11702 4/23/2024 BRIAN E WORTHINGTON PARKS AND REC COMMISSION 3.28.24 100520 52525 $45.00 CHECK TOTAL $45.00 11703 4/23/2024 BRIAN MARTINEZ MEET THE BUNNY PHOTOS 100240 55000 $450.00 4/23/2024 BRIAN MARTINEZ PHOTOS/DRONE - 35TH BIRTHDAY PARTY 100240 55000 $2,000.00 CHECK TOTAL $2,450.00 11704 4/23/2024 BSN SPORTS CORP SENIOR SOFTBALL SUPPLIES 100520 51200 $578.09 CHECK TOTAL $578.09 11705 4/23/2024 CALIFORNIA DEPT OF TAX AND FEE ADMI SALES & USE TAX - 1ST QTR JAN-MAR 2024 100 29006 $6.98 4/23/2024 CALIFORNIA DEPT OF TAX AND FEE ADMI SALES & USE TAX - 1ST QTR JAN-MAR 2024 100 29005 $127.02 CHECK TOTAL $134.00 11706 4/23/2024 CHEM PRO LABORATORY INC WATER TREATMENT (CITYHALL/APRIL) FY23-24 100620 52320 $187.95 CHECK TOTAL $187.95 11707 4/23/2024 CHICAGO TITLE COMPANY CDBG HOME IMP TITLE POLICY-318 NAVAJO SPGS HIP301 225440 54900 $65.00 4/23/2024 CHICAGO TITLE COMPANY CDBG HOME IMPR TITLE REPORT-2954 RISING STAR 225440 54900 $122.00 CHECK TOTAL $187.00 11708 4/23/2024 COCO SUTZE CHENG INSTRUCTOR PAYMENT - FITNESS - WS 24 100520 55320 $240.00 CHECK TOTAL $240.00 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 11709 4/23/2024 CT & T CONCRETE PAVING INC ROAD MAINTENANCE SERVICES 100655 55512 $329,341.47 CHECK TOTAL $329,341.47 11710 4/23/2024 CYNTHIA T QUAN PARKS AND REC COMMISSION 3.28.24 100520 52525 $45.00 CHECK TOTAL $45.00 11711 4/23/2024 DAPEER ROSENBLIT & LITVAK LLP CODE ENF CITY PROSECUTOR-MARCH 2024 100120 54024 $2,584.18 4/23/2024 DAPEER ROSENBLIT & LITVAK LLP CODE ENF CITY PROSECUTOR-24311 KNOLL-MARCH 2024 100120 54024 $6,697.91 4/23/2024 DAPEER ROSENBLIT & LITVAK LLP CODE ENF CITY PROSECUTOR-900 DB BLVD-MARCH 2024 100120 54024 $25.00 CHECK TOTAL $9,307.09 11712 4/23/2024 DAY & NITE COPY CENTER INC CITY BIRTHDAY PRINTS 100520 52300 $254.04 CHECK TOTAL $254.04 11713 4/23/2024 DELTA DENTAL HMO DENTAL INSURANCE PREMIUM APRIL 2024 206 21105 $0.96 4/23/2024 DELTA DENTAL HMO DENTAL INSURANCE PREMIUM APRIL 2024 207 21105 $0.96 4/23/2024 DELTA DENTAL HMO DENTAL INSURANCE PREMIUM APRIL 2024 250 21105 $1.96 4/23/2024 DELTA DENTAL HMO DENTAL INSURANCE PREMIUM APRIL 2024 100 21105 $153.00 CHECK TOTAL $156.88 11714 4/23/2024 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM APRIL 2024 225 21105 $2.46 4/23/2024 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM APRIL 2024 203 21105 $8.23 4/23/2024 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM APRIL 2024 204 21105 $8.23 4/23/2024 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM APRIL 2024 239 21105 $22.29 4/23/2024 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM APRIL 2024 241 21105 $22.29 4/23/2024 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM APRIL 2024 238 21105 $36.26 4/23/2024 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM APRIL 2024 201 21105 $54.48 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 4/23/2024 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM APRIL 2024 206 21105 $120.62 4/23/2024 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM APRIL 2024 207 21105 $196.64 4/23/2024 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM APRIL 2024 250 21105 $244.93 4/23/2024 DELTA DENTAL INSURANCE COMPANY PPO DENTAL INSURANCE PREMIUM APRIL 2024 100 21105 $4,916.98 CHECK TOTAL $5,633.41 11715 4/23/2024 DEPARTMENT OF JUSTICE LIVESCAN FEES 100220 52510 $192.00 CHECK TOTAL $192.00 11716 4/23/2024 DIAMOND BAR STORAGE OWNER LLC OFF SITE STORAGE #92 #376 DEPT-MAY 2024 100420 52302 $800.00 CHECK TOTAL $800.00 11717 4/23/2024 DIVISION OF THE STATE ARCHITECT DSA 796 - JUL - DEC 2023 226 20602 $201.60 CHECK TOTAL $201.60 11718 4/23/2024 DUNN EDWARDS CORPORATION PAINT SUPPLIES (DIAMOND BAR CENTER) FY23-24 100510 52320 $63.61 CHECK TOTAL $63.61 11719 4/23/2024 ECOFERT INC FERTILIZER INJECT SYSTEM (PARKS MAR2024) FY23-24 100630 52320 $1,207.00 CHECK TOTAL $1,207.00 11720 4/23/2024 EWING IRRIGATION PRODUCTS INC MAINT OF BLDG/GRNDS (DBC) FY23-24 100630 52320 $2,598.40 CHECK TOTAL $2,598.40 11721 4/23/2024 FRONTIER COMMUNICATIONS CORP SUMMARY BILL - INTERNET SERVICE - APR 2024 100230 54030 $424.80 CHECK TOTAL $424.80 11722 4/23/2024 GERALDINE KELLER INSTRUCTOR PAYMENT - CULINARY - WS 24 100520 55320 $72.00 CHECK TOTAL $72.00 11723 4/23/2024 GOLD ARC INC BUILDING MAINTENENCE (CITYHALL DOORS) FY23-24 100620 52320 $2,839.09 CHECK TOTAL $2,839.09 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 11724 4/23/2024 GOOD TIMES PARTY SUPPLY & RENTALS RENTAL EQUIPMENT FOR EARTH DAY EVENT BOOTHS 250170 51200 $2,602.54 CHECK TOTAL $2,602.54 11725 4/23/2024 GREENFIELD LANDSCAPING & MAINTENANCE INC DBC LANDSCAPE UPDATES 504510 56100 $36,975.00 CHECK TOTAL $36,975.00 11726 4/23/2024 GUARANTEED JANITORIAL SERVICE INC JANITORIAL SERVICES (MARCH2024) FY23-24 100630 55505 $2,860.26 4/23/2024 GUARANTEED JANITORIAL SERVICE INC JANITORIAL SERVICES (MARCH2024) FY23-24 100510 55505 $6,304.27 4/23/2024 GUARANTEED JANITORIAL SERVICE INC JANITORIAL SERVICES (MARCH2024) FY23-24 100620 52320 $10,183.47 CHECK TOTAL $19,348.00 11727 4/23/2024 HELIX ENVIRONMENTAL PLANNING INC CANYON LOOP TRAIL RESTORATION- THROUGH 3.24.24 301630 56104 $5,212.62 CHECK TOTAL $5,212.62 11728 4/23/2024 HOME DEPOT CREDIT SERVICES MAINT OF BLDG/GRNDS (DBC- GC032724) FY23-24 100510 52320 $71.62 4/23/2024 HOME DEPOT CREDIT SERVICES MAINT OF BLDGS.GNDS (DBC- CB040124) FY23-24 100510 52320 $60.84 4/23/2024 HOME DEPOT CREDIT SERVICES MAINT OF BLDG/GRNDS (DBC- GC040224) FY23-24 100510 52320 $224.41 4/23/2024 HOME DEPOT CREDIT SERVICES MAINT OF GRNDS/BLDGS (MULCH@DBC) FY23-24 100510 52320 $69.26 4/23/2024 HOME DEPOT CREDIT SERVICES ROAD MAINT RENTAL EQUIP (@GRAND AVE 04/11/24) 100655 51250 $341.40 CHECK TOTAL $767.53 11729 4/23/2024 HUMANE SOCIETY OF POMONA VALLEY INC IVHS ANIMAL CONTROL SERVICES IN MARCH 2024 100340 55404 $37,619.67 CHECK TOTAL $37,619.67 11730 4/23/2024 KENS HARDWARE ROAD MAINT SUPPLIES TRUCK (JF- DBPW) FY23-24 100655 51250 $59.08 CHECK TOTAL $59.08 11731 4/23/2024 KEVIN D JONES PS -SR-57/60 CONFLUENCE PROJ ADVOCACY - MAR 2024 100615 54400 $4,000.00 CHECK TOTAL $4,000.00 11732 4/23/2024 LOCAL AGENCY ENGINEERING PS - PROJECT OVERSIGHT SUPPORT - 100615 54400 $1,267.88 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 ASSOCIATES INC MAR 2024 4/23/2024 LOCAL AGENCY ENGINEERING ASSOCIATES INC PS - PROJECT OVERSIGHT SUPPORT - MAR 2024 207615 54400 $5,775.87 CHECK TOTAL $7,043.75 11733 4/23/2024 LOOMIS COURIER SERVICES - MARCH 2024 100210 54900 $724.01 4/23/2024 LOOMIS COURIER SERVICES - MARCH 2024 100510 54900 $724.01 CHECK TOTAL $1,448.02 11734 4/23/2024 LOS ANGELES COUNTY PUBLIC WORKS SUMP PUMP MAINT SYCAMORE CANYON PARK 100630 52320 $2,822.96 4/23/2024 LOS ANGELES COUNTY PUBLIC WORKS CS - INDUSTRIAL SERVICES - MAR 2024 100610 55550 $2,964.05 CHECK TOTAL $5,787.01 11735 4/23/2024 LOS ANGELES UNIFIED SCHOOL DISTRICT BILINGUAL EXAM FEE 100220 54900 $90.00 CHECK TOTAL $90.00 11736 4/23/2024 LOWE'S BUSINESS ACCOUNT TOOLS & EQUIP (JK 032024) FY23-24 100630 51300 $55.07 CHECK TOTAL $55.07 11737 4/23/2024 MAHENDRA GARG STIPEND-PC MTG 3/12/24 100410 52525 $65.00 4/23/2024 MAHENDRA GARG STIPEND-PC MTG 3/26/24 100410 52525 $65.00 CHECK TOTAL $130.00 11738 4/23/2024 MCE CORPORATION LANDSCAPE MAINTENANCE (LLAD 38,39,&41) 241641 55524 $5,412.19 4/23/2024 MCE CORPORATION LANDSCAPE MAINTENANCE (LLAD 38,39,&41) 239639 55524 $13,200.67 4/23/2024 MCE CORPORATION LANDSCAPE MAINTENANCE (LLAD 38,39,&41) 238638 55524 $15,842.74 4/23/2024 MCE CORPORATION ROAD MAINTENANCE SERVICES (MAR2024) FY23-24 100655 55530 $2,133.48 4/23/2024 MCE CORPORATION ROAD MAINTENANCE SERVICES (MAR2024) FY23-24 201655 55530 $2,301.00 4/23/2024 MCE CORPORATION ROAD MAINTENANCE SERVICES (MAR2024) FY23-24 100655 55528 $8,747.00 CHECK TOTAL $47,637.08 11739 4/23/2024 MOSS CONSULTING CDBG HOME IMPR ADMN SVC-JAN FEB MAR 2024 225440 54900 $5,040.00 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 CHECK TOTAL $5,040.00 11740 4/23/2024 MT CALVARY LUTHERAN SCHOOL YOUTH BASKETBALL GYM RENTAL FOR MT. CALVARY 100520 52302 $6,695.00 CHECK TOTAL $6,695.00 11741 4/23/2024 MULHOLLAND CONSULTING INC CIP-STEEP CYN RD EROSION CNTRL - 2/1/24-3/31/24 301610 56105 $3,957.00 CHECK TOTAL $3,957.00 11742 4/23/2024 NATIONAL TRENCH SAFETY INC EQUIP RENTAL (KRAIL040224-042924) FY23-24 100655 52300 $607.35 4/23/2024 NATIONAL TRENCH SAFETY INC RENTAL EQUIP(GS X SYLVAN GLEN KRAIL 041224-050924) 100655 52300 $455.52 CHECK TOTAL $1,062.87 11743 4/23/2024 NORTH BEACH GROUP ENTERTAINMENT FOR CITY BIRTHDAY 100520 55300 $500.00 CHECK TOTAL $500.00 11744 4/23/2024 OCCUPATIONAL HEALTH CENTERS OF CALIFORNIA PRE-EMPLOYMENT PHYSICAL FEES 100220 52510 $1,673.00 CHECK TOTAL $1,673.00 11745 4/23/2024 OFFICE SOLUTIONS OFFICE SUPPLIES - MARCH 2024 100210 51200 $25.12 4/23/2024 OFFICE SOLUTIONS OFFICE SUPPLIES - MARCH 2024 100655 51250 $29.29 4/23/2024 OFFICE SOLUTIONS OFFICE SUPPLIES - MARCH 2024 100620 51200 $72.59 4/23/2024 OFFICE SOLUTIONS OFFICE SUPPLIES - MARCH 2024 100610 51200 $125.15 4/23/2024 OFFICE SOLUTIONS OFFICE SUPPLIES - MARCH 2024 100240 51200 $158.82 4/23/2024 OFFICE SOLUTIONS OFFICE SUPPLIES - MARCH 2024 100220 51200 $344.16 4/23/2024 OFFICE SOLUTIONS OFFICE SUPPLIES - MARCH 2024 100510 51200 $488.49 4/23/2024 OFFICE SOLUTIONS OFFICE SUPPLIES - MARCH 2024 100520 51200 $631.66 4/23/2024 OFFICE SOLUTIONS OFFICE SUPPLIES - MARCH 2024 100140 51200 $1,508.56 CHECK TOTAL $3,383.84 11746 4/23/2024 ONE TIME PAY VENDOR AVA LIU FACILITY DEPOSIT REFUND 100 20202 $200.00 CHECK TOTAL $200.00 11747 4/23/2024 ONE TIME PAY VENDOR CHUCK ABELLON FIELD DEPOSIT REFUND 100 20202 $100.00 CHECK TOTAL $100.00 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 11748 4/23/2024 ONE TIME PAY VENDOR DALEI CHEN RECREATION PROGRAM REFUND 100 20202 $63.60 CHECK TOTAL $63.60 11749 4/23/2024 ONE TIME PAY VENDOR JANET KIM FACILITY DEPOSIT REFUND 100 20202 $100.00 CHECK TOTAL $100.00 11750 4/23/2024 ONE TIME PAY VENDOR JENNIFER BARAJAS RECREATION PROGRAM REFUND 100 20202 $94.00 CHECK TOTAL $94.00 11751 4/23/2024 ONE TIME PAY VENDOR JESSIE SIERRA FACILITY DEPOSIT REFUND 100 20202 $200.00 CHECK TOTAL $200.00 11752 4/23/2024 ONE TIME PAY VENDOR JOYCE ZHOU RECREATION PROGRAM REFUND 100 20202 $21.00 CHECK TOTAL $21.00 11753 4/23/2024 ONE TIME PAY VENDOR LORA YOUNG FACILITY DEPOSIT REFUND 100 20202 $200.00 CHECK TOTAL $200.00 11754 4/23/2024 ONE TIME PAY VENDOR MALAYSIAN ISLAMIC FOUNDATION OF NORTH AMERICA FACILITY DEPOSIT REFUND 100 20202 $765.50 CHECK TOTAL $765.50 11755 4/23/2024 ONE TIME PAY VENDOR QI YI RECREATION PROGRAM REFUND 100 20202 $139.00 CHECK TOTAL $139.00 11756 4/23/2024 ONE TIME PAY VENDOR QINGLING RONG RECREATION PROGRAM REFUND 100 20202 $190.00 CHECK TOTAL $190.00 11757 4/23/2024 ONE TIME PAY VENDOR SHELLY LAC RECREATION PROGRAM REFUND 100 20202 $31.80 CHECK TOTAL $31.80 11758 4/23/2024 ONE TIME PAY VENDOR ANTHONY JORDAN REIMB-POMONA COURT HOUSE 100630 51200 $10.00 CHECK TOTAL $10.00 11759 4/23/2024 ONE TIME PAY VENDOR PETER SAMY REIMB-2024 GIAO CONF 100210 52415 $239.08 CHECK TOTAL $239.08 11760 4/23/2024 P F PETTIBONE & CO MINUTE BOOK 100140 52110 $581.95 CHECK TOTAL $581.95 11761 4/23/2024 PACIFIC OFFICE AUTOMATION INC PURCHASE OF HP LASERJET COLOR PRINTERS 503230 56130 $10,560.92 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 $10,560.92 11762 4/23/2024 PAPER RECYCLING & SHREDDING CITY HALL PAPER SHREDDING 2 CONSOLES 250170 55000 $105.00 CHECK TOTAL $105.00 11763 4/23/2024 PARKWOOD LANDSCAPE MAINTENANCE INC LANDSCAPE MAINTENANCE (DBC/PARKS- MAR2024) FY23-24 100510 55505 $3,014.61 4/23/2024 PARKWOOD LANDSCAPE MAINTENANCE INC LANDSCAPE MAINTENANCE (DBC/PARKS- MAR2024) FY23-24 100630 55505 $31,193.12 CHECK TOTAL $34,207.73 11764 4/23/2024 PAUL TAYLOR RIBBON FOR THE DATE STAMP 100140 52310 $254.72 CHECK TOTAL $254.72 11765 4/23/2024 POWERHOUSE COMBUSTION & MECHANICAL CORPORATION CITYHALL BOILER (REMOVE,DISPOSE,INSTALL) FY23-24 504630 56100 $27,620.50 CHECK TOTAL $27,620.50 11766 4/23/2024 PROTECTION ONE INC ALARM MONITRING EXTEND SVS(HERITAGE 040124-063024) 100630 52320 $219.30 CHECK TOTAL $219.30 11767 4/23/2024 PROTECTION ONE INC ALARM MONITORING (HERITAGE 040124-063024) FY23-24 100630 52320 $169.72 CHECK TOTAL $169.72 11768 4/23/2024 PROTECTION ONE INC ALARM MONITORING(CITYHALL042924- 052824) FY23-24 100620 52320 $41.74 CHECK TOTAL $41.74 11769 4/23/2024 PUBLIC STORAGE #23051 PARKS AND RECREATION OFF SITE STORAGE UNITS 100520 52302 $798.00 4/23/2024 PUBLIC STORAGE #23051 PARKS AND RECREATION OFF SITE STORAGE UNITS 100520 52302 $836.00 CHECK TOTAL $1,634.00 11770 4/23/2024 PYRO COMM SYSTEMS INC FIRE ALARM MONITORING (CITYHALL APR2024-JUN2024) 100620 52320 $135.00 CHECK TOTAL $135.00 11771 4/23/2024 QUADIENT FINANCE USA INC POSTAGE 100140 52170 $3,030.00 CHECK TOTAL $3,030.00 11772 4/23/2024 RAYMOND WALTER WOLFE STIPEND-PC MTG 3/26/24 100410 52525 $65.00 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 $65.00 11773 4/23/2024 REGIONAL CHAMBER OF COMMERCE SERVICE CONTRACT JAN - MAR 2024 100150 55000 $3,000.00 CHECK TOTAL $3,000.00 11774 4/23/2024 REGIONAL TAP SERVICE CENTER FOOTHILL PASSES - MARCH 2024 206650 55610 $391.52 4/23/2024 REGIONAL TAP SERVICE CENTER FOOTHILL PASSES - MARCH 2024 206650 55620 $1,566.10 CHECK TOTAL $1,957.62 11775 4/23/2024 REINBERGER CORPORATION WHITE ENVELOPES 100140 52110 $1,378.61 4/23/2024 REINBERGER CORPORATION BUSINESS CARD 100140 52110 $86.51 CHECK TOTAL $1,465.12 11776 4/23/2024 RKA CONSULTING GROUP AREA 2 - GOLDEN SPRINGS (E) DESIGN 207615 54400 $11,875.00 CHECK TOTAL $11,875.00 11777 4/23/2024 RUBEN TORRES STIPEND-PC MTG 3/12/24 100410 52525 $65.00 4/23/2024 RUBEN TORRES STIPEND-PC MTG 3/26/24 100410 52525 $65.00 CHECK TOTAL $130.00 11778 4/23/2024 SC FUELS FLEET VEHCILE FUEL (031624-033124) FY23-24 502620 52330 $141.39 4/23/2024 SC FUELS FLEET VEHCILE FUEL (031624-033124) FY23-24 502655 52330 $530.85 4/23/2024 SC FUELS FLEET VEHCILE FUEL (031624-033124) FY23-24 502630 52330 $988.28 CHECK TOTAL $1,660.52 11779 4/23/2024 SIMPSON ADVERTISING INC BEERFEST SAVE THE DATE 100240 54900 $600.00 CHECK TOTAL $600.00 11780 4/23/2024 SITEREP CONSTRUCTION SERVICES INC DBC COBBLE STONE SWALE 100620 52320 $34,413.00 CHECK TOTAL $34,413.00 11781 4/23/2024 SO COAST AIR QUALITY MGT DISTRICT FACILITY LEASE IN MAY 2024 100130 52302 $2,688.58 CHECK TOTAL $2,688.58 11782 4/23/2024 SOCIAL VOCATIONAL SERVICES LITTER AND WEED REMOVAL ROW (JAN2024) FY23-24 100645 55528 $3,113.00 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 CHECK TOTAL $3,113.00 11783 4/23/2024 SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT AQMD FEE (070123-063024 DBC- AB2588) FY23-24 100510 52310 $251.11 CHECK TOTAL $251.11 11784 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 225 21107 $0.33 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 225 21113 $1.11 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 203 21107 $1.99 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 204 21107 $1.99 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 239 21107 $2.44 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 241 21107 $2.44 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 238 21107 $3.40 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 203 21113 $4.21 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 204 21113 $4.21 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 239 21113 $8.61 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 241 21113 $8.61 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 238 21113 $13.29 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 206 21107 $19.60 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 207 21107 $20.21 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 201 21113 $21.83 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 201 21107 $27.30 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 206 21113 $57.60 4/23/2024 STANDARD INSURANCE LIFE/SUPP LIFE/LTD/STD INSURANCE 207 21113 $71.14 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 COMPANY PREMIUM APR 2024 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 250 21107 $75.96 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 250 21113 $130.56 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 100 21107 $1,639.20 4/23/2024 STANDARD INSURANCE COMPANY LIFE/SUPP LIFE/LTD/STD INSURANCE PREMIUM APR 2024 100 21113 $2,274.24 CHECK TOTAL $4,390.27 11785 4/23/2024 STAY GREEN INC LANDSCAPE MAINT (CITYHALL APR2024) FY23-24 100620 52320 $1,172.00 CHECK TOTAL $1,172.00 11786 4/23/2024 STEPHEN QIU PARKS AND REC COMMISSION MEETING 3.28.24 100520 52525 $45.00 CHECK TOTAL $45.00 11787 4/23/2024 STEVEN ANTHONY SANTANA SOUND SERVICES FOR CITY BIRTHDAY 100520 55300 $1,000.00 CHECK TOTAL $1,000.00 11788 4/23/2024 STUMP FENCE CO SUMMITRIDGE PARK GATE ENTRANCE 100510 52320 $9,800.00 CHECK TOTAL $9,800.00 11789 4/23/2024 TAIT AND ASSOCIATES INC DESIGN - GRNDWTR DRAIN IMP PHS 6 - THRU 2/29/24 301610 56105 $1,592.50 4/23/2024 TAIT AND ASSOCIATES INC DESIGN - GRNDWTR DRAIN IMP PHS 4&5 - THRU 2/29/24 301610 56105 $972.50 CHECK TOTAL $2,565.00 11790 4/23/2024 THE GAS COMPANY HERITAGE PARK (031224-041124) FY23- 24 100630 52215 $77.15 4/23/2024 THE GAS COMPANY CITYHALL (031224-041024) FY23-24 100620 52215 $554.90 4/23/2024 THE GAS COMPANY DBC (031424-041224) FY23-24 100510 52215 $1,717.09 CHECK TOTAL $2,349.14 11791 4/23/2024 THE SAN GABRIEL VALLEY NEWSPAPER GR LEGAL AD - AREA 3 - PROJ. SI24101/SI24103 100610 52160 $620.09 CHECK TOTAL $620.09 11792 4/23/2024 THE SAN GABRIEL VALLEY NEWSPAPER GR LGL AD-PC MTG 3/26/24-12OO CHISOLM TRAIL 100 22107 $628.28 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 CHECK TOTAL $628.28 11793 4/23/2024 THE SAUCE CREATIVE SERVICES INC FLYERS AND BANNERS FOR CITY BIRTHDAY 100520 52110 $7,138.17 4/23/2024 THE SAUCE CREATIVE SERVICES INC PHOTO CONTEST ARTWORK UPDATES 100240 54900 $2,401.11 CHECK TOTAL $9,539.28 11794 4/23/2024 THE SHERWIN-WILLIAMS CO PAINT FOR DIAMOND BAR CENTER FY23- 24 100510 52320 $11.51 4/23/2024 THE SHERWIN-WILLIAMS CO PAINTS FOR DIAMOND BAR CENTER FY23-24 100510 52320 $115.77 CHECK TOTAL $127.28 11795 4/23/2024 TOWN & COUNTRY EVENT RENTALS, LLC EQUIPMENT RENTALS FOR CITY BIRTHDAY 100520 52300 $14,530.92 4/23/2024 TOWN & COUNTRY EVENT RENTALS, LLC EQUIPMENT RENTALS FOR CITY BIRTHDAY 100520 52300 $1,605.82 CHECK TOTAL $16,136.74 11796 4/23/2024 TRANE SERVICE GROUP INC AC REPLACEMENT&AIR QUALITY UPGRADES (DBC) FY23-24 301630 56104 $49,000.00 4/23/2024 TRANE SERVICE GROUP INC MECH&BAS PREVENT MAINT (PANTERA QTR040124-063024) 100630 52320 $856.84 4/23/2024 TRANE SERVICE GROUP INC MECH&BAS PREVENT MAINT (HERITAGE QTR040124-063024) 100630 52320 $2,625.26 4/23/2024 TRANE SERVICE GROUP INC MECH&BAS PREVENT MAINT (DBC QTR040124-063024) 100510 52310 $5,131.78 CHECK TOTAL $57,613.88 11797 4/23/2024 TRIANGLE SPORTS INC YOUTH SOCCER JERSEYS 100520 51200 $1,004.38 CHECK TOTAL $1,004.38 11798 4/23/2024 TRIFYTT SPORTS LLC CONTRACT CLASS INSTRUCTOR-YOUTH SPORTS 100520 55320 $670.80 CHECK TOTAL $670.80 11799 4/23/2024 UNITED RECORDS MANAGEMENT INC OFF-SITE STORAGE OF BACK-UP TAPES - APR 2024 100230 55000 $594.00 CHECK TOTAL $594.00 11800 4/23/2024 UNITED SITE SERVICES OF CALIFORNIA INC RESTROOM AND SINK RENTALS FOR CITY BIRTHDAY 100520 55300 $1,308.53 CHECK TOTAL $1,308.53 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 11801 4/23/2024 VALLEY VISTA SERVICES, INC. STREET SWEEPING SERVICES (030124- 033124) FY23-24 100655 55510 $12,197.40 CHECK TOTAL $12,197.40 11802 4/23/2024 VERMONT SYSTEMS INC RECTRAC SYSTEM UPGRADE ASSISTANCE 100230 52314 $175.00 CHECK TOTAL $175.00 11803 4/23/2024 VISION SERVICE PLAN VISION INSURANCE PREMIUM APRIL 2024 225 21108 $0.77 4/23/2024 VISION SERVICE PLAN VISION INSURANCE PREMIUM APRIL 2024 203 21108 $3.22 4/23/2024 VISION SERVICE PLAN VISION INSURANCE PREMIUM APRIL 2024 204 21108 $3.22 4/23/2024 VISION SERVICE PLAN VISION INSURANCE PREMIUM APRIL 2024 239 21108 $7.33 4/23/2024 VISION SERVICE PLAN VISION INSURANCE PREMIUM APRIL 2024 241 21108 $7.33 4/23/2024 VISION SERVICE PLAN VISION INSURANCE PREMIUM APRIL 2024 238 21108 $12.29 4/23/2024 VISION SERVICE PLAN VISION INSURANCE PREMIUM APRIL 2024 201 21108 $16.12 4/23/2024 VISION SERVICE PLAN VISION INSURANCE PREMIUM APRIL 2024 206 21108 $56.81 4/23/2024 VISION SERVICE PLAN VISION INSURANCE PREMIUM APRIL 2024 207 21108 $71.38 4/23/2024 VISION SERVICE PLAN VISION INSURANCE PREMIUM APRIL 2024 250 21108 $94.12 4/23/2024 VISION SERVICE PLAN VISION INSURANCE PREMIUM APRIL 2024 100 21108 $1,926.22 CHECK TOTAL $2,198.81 11804 4/23/2024 WALNUT VALLEY UNIFIED SCHOOL DISTRICT ADULT VOLLEYBALL GYM RENTAL 100520 52302 $573.75 4/23/2024 WALNUT VALLEY UNIFIED SCHOOL DISTRICT YOUTH BASKETBALL GYM RENTAL 100520 52302 $2,499.10 CHECK TOTAL $3,072.85 11805 4/23/2024 WALNUT VALLEY WATER DISTRICT CITYHALL (030124-033124) MAR FY23-24 100620 52220 $483.23 4/23/2024 WALNUT VALLEY WATER DISTRICT D38 (030124-033124) MAR FY23-24 238638 52220 $4,178.56 4/23/2024 WALNUT VALLEY WATER DISTRICT D38RW (030124-033124) FY23-24 238638 52220 $892.51 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 4/23/2024 WALNUT VALLEY WATER DISTRICT D39W (030124-033124) FY23-24 239639 52220 $3,022.82 4/23/2024 WALNUT VALLEY WATER DISTRICT D41W (030124-033124) FY23-24 241641 52220 $1,008.57 4/23/2024 WALNUT VALLEY WATER DISTRICT DBC (030124-033124) FY23-24 100510 52220 $430.56 4/23/2024 WALNUT VALLEY WATER DISTRICT PARKSW (030124-033124) FY23-24 100630 52220 $3,554.53 4/23/2024 WALNUT VALLEY WATER DISTRICT PARKSRW (030124-033124) FY23-24 100630 52220 $115.87 CHECK TOTAL $13,686.65 11806 4/23/2024 WAXIE SANITARY SUPPLY JANITORIAL SUPPLIES (DBC) FY23-24 100510 51210 $200.05 4/23/2024 WAXIE SANITARY SUPPLY JANITORIAL SUPPLIES (CITYHALL)FY23-24 100620 51200 $530.63 4/23/2024 WAXIE SANITARY SUPPLY JANITORIAL SUPPLIES (DBC) FY23-24 100510 51210 $781.37 4/23/2024 WAXIE SANITARY SUPPLY JANITORIAL SUPPLIES (DBC) FY23-24 100510 51210 $64.48 4/23/2024 WAXIE SANITARY SUPPLY JANITORIAL SUPPLIES (DBC) FY23-24 100510 51210 $344.13 CHECK TOTAL $1,920.66 11807 4/23/2024 WEST COAST ARBORISTS INC TREE MAINTENANCE (030124-031524) 100645 55522 $11,109.20 CHECK TOTAL $11,109.20 11808 4/23/2024 WILLIAM AUSTIN RAWLINGS STIPEND-PC MTG 3/12/24 100410 52525 $65.00 4/23/2024 WILLIAM AUSTIN RAWLINGS STIPEND-PC MTG 3/26/24 100410 52525 $65.00 CHECK TOTAL $130.00 11809 4/23/2024 YUNEX LLC TS MAINTENANCE - FEB 2024 207650 55536 $5,540.00 4/23/2024 YUNEX LLC TS MAINT - CALL OUTS - MAR 2024 207650 55536 $4,693.17 CHECK TOTAL $10,233.17 11813 4/25/2024 AMERICOMP TONER & REPAIR LLC PRINTER MAINTENANCE/TONER 100230 51200 $1,125.62 CHECK TOTAL $1,125.62 11814 4/25/2024 FRONTIER COMMUNICATIONS CORP SUMMARY BILL -INTERNET SERVICE/CITY HALL -APR 2024 100230 54030 $775.00 CHECK TOTAL $775.00 11815 4/25/2024 SPECTRUM BUSINESS INTERNET SERVICE - HERITAGE PARK - APR 2024 100230 54030 $274.98 CHECK TOTAL $274.98 11816 4/25/2024 THE COMDYN GROUP INC GIS SUPPORT - 1/27/24-2/23/24 100230 54900 $5,591.68 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 $5,591.68 11817 4/25/2024 TYLER TECHNOLOGIES INC ELM PROJECT MGMT HOURS - 3/26/24- 4/4/24 503230 56135 $8,800.00 CHECK TOTAL $8,800.00 GRAND TOTAL $1,085,047.75 5.2.b Packet Pg. 47 Agenda #: 5.3 Meeting Date: May 7, 2024 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: ASIAN AMERICAN AND PACIFIC ISLANDER HERITAGE MONTH PROCLAMATION. STRATEGIC GOAL: Open, Engaged & Responsive Government RECOMMENDATION: Adopt the Proclamation declaring May as Asian American and Pacific Islander Heritage Month. BACKGROUND: Asian American Pacific American Heritage (AAPI) Month is a month to celebrate and pay tribute to the contributions generations of Asian Americans and Pacific Islanders have made to American history, society and culture. The origin of AAPI Heritage Month dates back to the 95th Congress (1977 -1978) when five joint resolutions were introduced proposing that a week in May be designated to commemorate the accomplishments of AAPIs. On March 28, 1978, President Carter issued Proclamation 4650, the first presidential proclamation, for Asian/Pacific American Heritage Week. In this proclamation, President Carter spoke of the significant role Asian/Pacific Americans have played in the creation of a dynamic and pluralistic American society with their contributions to the sciences, arts, industry, government and commerce. Over the next ten years, Presidents Carter, Reagan and George H.W. Bush continued to annually issue proclamations designating a week in May as Asian/Pacific American Heritage Week. On May 7, 1990, President George H.W. Bush issued Presidential Proclamation 6130 designating May 1990 as the first “Asian/Pacific American Heritage Month.” On May 9, 1990, Congress passed Pub.L.101-283, requesting that the President issue a proclamation which expanded the observance of Asian/Pacific American Heritage 5.3 Packet Pg. 48 Week to a month. This law called on the people of the United States to observe Asian/Pacific American Heritage Month with “appropriate ceremonies, programs and activities.” On October 23, 1992, Congress passed Pub.L.102-450 which permanently designated May of each year as “Asian/Pacific American Heritage Month.” Pursuant to Pub. L. 102 - 450 Presidents Clinton, George W. Bush, Obama, and Trump have annually issued proclamations designating May as Asian American and Pacific Islander Heritage Month. The City of Diamond Bar is proud to honor the achievements and accomplishments of Asian Americans and Pacific Islanders and to designate May as Asian American and Pacific Islander Heritage Month. PREPARED BY: REVIEWED BY: Attachments: 1. 5.3.a Asian Pacific American Heritage Month Proclamation 5.3 Packet Pg. 49 PP RR OO CC LL AA MM AA TT II OO NN ““AA SS II AA NN AA MM EE RR II CC AA NN AA NN DD PP AA CC II FF II CC II SS LL AA NN DD EE RR HH EE RR II TT AA GG EE MM OO NN TT HH ”” WWHHEERREEAASS,, the United States of America is a great mosaic of different races and ethnic groups, each celebrating its unique culture in our society. Asian Americans and Pacific Islander Americans are recognized for the many contributions and countless achievements they have made to our nation; and WWHHEERREEAASS,, the origin of Asian American and Pacific Islander Heritage Month in the United States dates back to 1978 when a joint congressional resolution established Asian/Pacific American Heritage Week in early May; and WWHHEERREEAASS,, 12 years later, the commemorative week was expanded to a month by a presidential proclamation, and in 1992, May of each year was permanently designated as a monthlong celebration that is now known as Asian American and Pacific Islander Heritage Month; and WHEREAS, the theme for the May 2024 observance of Asian American, Native Hawaiian and Pacific Islander Heritage Month is “Advancing Leaders Through Innovation.”; and WWHHEERREEAASS,, Asian American and Pacific Islanders continue to enrich every aspect of our society, including the economy, culture, education, politics, arts, literature, science and technological developments. NNOOWW TTHHEERREEFFOORREE,, the CITY OF DIAMOND BAR does hereby proclaim MMaayy 22002244 as AASSIIAANN AAMMEERRIICCAANN AANNDD PPAACCIIFFIICC IISSLLAANNDDEERR HHEERRIITTAAGGEE MMOONNTTHH and calls upon the Diamond Bar community to join in celebrating this month with appropriate programs and activities. May 7, 2024 Stan Liu Mayor Chia Yu Teng Andrew Chou Mayor Pro Tem Council Member Ruth M. Low Steve Tye Council Member Council Member 5.3.a Packet Pg. 50 Agenda #: 5.4 Meeting Date: May 7, 2024 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: CONSULTING SERVICES AGREEMENT WITH THE SCANNING COMPANY FOR DOCUMENT SCANNING SERVICES. STRATEGIC GOAL: Open, Engaged & Responsive Government RECOMMENDATION: Approve and authorize the City Manager to sign the Consulting Services Agreement with TSC LLC d.b.a. The Scanning Company for document scanning services through June 30, 2027. FINANCIAL IMPACT: The total not-to-exceed amount of the multi-year agreement is $150,000. Sufficient funds in the amount of $50,000 are included in the Fiscal Year 2023-24 City Manager’s Office – Professional Services budget to cover the cost of such services. Additional funds will be appropriated in future fiscal years on an as-needed basis. BACKGROUND: The City is dedicated to supporting the City Council’s Strategic Plan goal of fostering an Open, Engaged and Responsive Government. As a part of this commitment, the City has made significant strides in digitization efforts to ensure that both staff and the public have convenient access to digital records. These efforts have not only enhanced transparency, improved efficiency, and promoted accessibility but have also resulted in the elimination of offsite storage units, thereby reducing associated expenses. There is a need to continue the contracted use of such services to achieve the goal of digitization of historical records in compliance with the City’s Records Retention Schedule. The City’s previous provider for document imaging and quality control services was Raycom Data Technologies, Inc. Their agreement expired on June 30, 2023, necessitating the initiation of a Request for Proposals (RFP) process. ANALYSIS: 5.4 Packet Pg. 51 The City issued an RFP for Citywide Scanning Services, which closed on May 26, 2023, receiving a total of seven (7) proposals. To ensure a fair comparison, each entity was requested to provide the cost of various scanning functions for a quantity of one. These functions include but are not limited to: pick-up and delivery charges, document preparation, scanning of different sized documents, metadata entry, OCR conversion, data transfer and quality control check services. (For simplicity purposes, the below costs reflect the vendor’s total of 1 pick-up, 1 delivery, 1 document preparation, 1 page to be scanned, and so on and so forth.) • MSI Imaging/TSC LLC - $1.06 - Recommended • Legal Vision Group, LLC - $125.88 • Raycom Data Technologies, Inc. - $151.18 • Omni Pro, Inc. - $435.65 • Crisp Imaging - $621.98 • United Records Management, Inc. - $843.86 • SyTech Solutions - $871.82 A detailed breakdown of each proposer’s line item costs are provided in the table below. MSI Imaging/TSC LLC was determined to be the lowest responsive bidder, with their location in Diamond Bar being a significant factor due to the absence of pick -up and delivery charges for the City. Positive feedback from their reference checks further 5.4 Packet Pg. 52 supported their selection. Notably, the vendor, originally named MSI Imaging during their response to the City's RFP, has rebranded as The Scanning Company and is transitioning away from MSI contracts. The City Attorney has reviewed and approved their request to formalize an agreement under the new name, recognizing that they are separate entities under the same ownership. LEGAL REVIEW: The City Attorney has reviewed and approved the agreement as to form. PREPARED BY: REVIEWED BY: Attachments: 1. 5.4.a CONSULTING SERVICES AGREEMENT - The Scanning Company 5.4 Packet Pg. 53 1 CONSULTANT SERVICES AGREEMENT [Non-Design Professionals] THIS AGREEMENT (the "Agreement") is made as of May 7, 2024 by and between the City of Diamond Bar, a municipal corporation ("City") and TSC LLC d.b.a. The Scanning Company (TSC), a California limited liability company ("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 document imaging and quality control 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. Dannette Allen, Principal Management Analyst (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 May 7, 2024, and shall continue until June 30, 2027 ("Term"), unless earlier terminated pursuant to the provisions herein. The City Manager shall have the option to extend this Agreement for two (2) additional two (1) year terms, subject to the same terms and conditions contained herein, by giving Consultant written notice of the exercise of this option at least thirty (30) days prior to the expiration of the initial Term. In the event the City exercises its option to extend the Term, Consultant's compensation shall be subject to an adjustment upon the effective date of extension as follows: Any increase in compensation will be negotiated between the City and the Consultant, but in no event shall the increase exceed the amount that the Consumer Price Index ("CPI") for the Los Angeles-Anaheim-Riverside metropolitan area for the month immediately preceding the Adjustment Date (the "Index Month") as reported by the Bureau of Labor Statistics of the United States Department of Labor, has increased over the CPI for the month one year prior to the Index Month. 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 DocuSign Envelope ID: 472DAFAB-010E-4648-A8B0-A087A50CD45E 5.4.a Packet Pg. 54 2 invoices in the form specified by City. Total payment to Consultant pursuant to this Agreement shall not exceed one hundred and fifty thousand dollars ($150,000) 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. As scheduled services are completed, Consultant shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. B. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent and any extra work performed. C. City will pay Consultant the amount invoiced the City will pay Consultant the amount properly invoiced within 35 days of receipt. 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 DocuSign Envelope ID: 472DAFAB-010E-4648-A8B0-A087A50CD45E 5.4.a Packet Pg. 55 3 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 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 DocuSign Envelope ID: 472DAFAB-010E-4648-A8B0-A087A50CD45E 5.4.a Packet Pg. 56 4 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. (3) The Consultant's obligations to indemnify, defend and hold harmless the City shall survive termination of this Agreement. 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: (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 DocuSign Envelope ID: 472DAFAB-010E-4648-A8B0-A087A50CD45E 5.4.a Packet Pg. 57 5 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 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. DocuSign Envelope ID: 472DAFAB-010E-4648-A8B0-A087A50CD45E 5.4.a Packet Pg. 58 6 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 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. 14. 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. 15. 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. 16. 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 DocuSign Envelope ID: 472DAFAB-010E-4648-A8B0-A087A50CD45E 5.4.a Packet Pg. 59 7 Consultant or under it supervision, and all personnel engaged in the work shall be qualified to perform such services. 17. Non-Discrimination and Equal Employment Opportunity. A. Consultant shall not discriminate as to race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation, in the performance of its services and duties pursuant to this Agreement, and will comply with all rules and regulations of City relating thereto. Such nondiscrimination shall include but not be limited to the following: employment, upgrading, demotion, transfers, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. B. Consultant will, in all solicitations or advertisements for employees placed by or on behalf of Consultant state either that it is an equal opportunity employer or that all qualified applicants will receive consideration for employment without regard to race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. C. Consultant will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this Agreement except contracts or subcontracts for standard commercial supplies or raw materials. 18. Reserved. 19. Reserved. 20. Reserved. 21. Reserved. 22. 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. 23. Compliance with Laws. Consultant shall comply with all applicable laws, ordinances, codes and regulations of the federal, state, and local governments. 24. 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. DocuSign Envelope ID: 472DAFAB-010E-4648-A8B0-A087A50CD45E 5.4.a Packet Pg. 60 8 25. Reserved. 26. Reserved. 27. 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” THE SCANNING COMPANY City of Diamond Bar 1550 Valley Vista Dr., Suite 150 21810 Copley Drive Diamond Bar, CA 91765 Diamond Bar, CA 91765-4178 Attn.: Steve Lin Attn.: Dannette Allen Phone: 909-285-0553 Phone: 909-839-7012 E-Mail: steve.lin@thescanningcompany.com E-mail: dallen@diamondbarca.gov 28. 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. 29. 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. 30. 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" THE SCANNING COMPANY, INC. CITY OF DIAMOND BAR By: ______ By: ____ Printed Name: Steve Lin Daniel Fox, City Manager DocuSign Envelope ID: 472DAFAB-010E-4648-A8B0-A087A50CD45E 5.4.a Packet Pg. 61 9 Title: President By: ATTEST: Printed Name: Title: Kristina Santana, City Clerk Approved as to form: By:____ Omar Sandoval, City Attorney *NOTE: If Consultant is a corporation, the City requires the following signature(s): -- (1) the Chairman of the Board, the President or a Vice-President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR -- The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to the City. DocuSign Envelope ID: 472DAFAB-010E-4648-A8B0-A087A50CD45E 5.4.a Packet Pg. 62 EXHIBIT “A” DocuSign Envelope ID: 472DAFAB-010E-4648-A8B0-A087A50CD45E 5.4.a Packet Pg. 63 SCOPE OF WORK The Scanning Company (TSC) shall perform “Document Preparation” as necessary to scan all files. This includes removing all staples and paperclips, repair all torn documents with non-reflective tape, straighten all folded plans and mount any irregular size document on standard 8 ½” x 11” paper and otherwise make the documents ready for processing. Quality and Production Requirements a. All data must be preserved in a form identical to, or functionally equal to, the original record. b. Documents contain a mix of single-sided and double-sided pages. c. Documents contain a mix of black & white and colored pages. d. Document preparation to include separation of documents from their bindings prior to scanning. The records need to be rebound in their correct order prior to returning them to the City. e. Scanned images shall be placed on a File Transfer Protocol (FTP) site in Laserfiche Briefcase (LFB) format only, allowing for importing of items into the City’s Laserfiche repository. The City is currently running version 10.4 on the Laserfiche server. f. Each scanned image shall have a unique file name specified by the City. g. Documents shall rotate to provide maximum readability (e.g. letters shall be in proper orientation when document is displayed without rotation.) h. Vendor shall use 300 dpi or higher for those documents where it is required to meet the quality requirements. i. The vendor shall not scan blank documents. j. Vendor shall perform a consistency check on 20% of the images. This shall include image clarity, orientation, and accuracy. k. Vendor shall calibrate and maintain systems (maintain consistency of output as described in ANSI/AIIM MS44-1988 (R1993) Recommended Practice for Quality Control Image Scanners; ensure that scanning system is free from dust and other particles; maintain calibration through each shift; use appropriate technical targets ad procedures as defined by manufacturer). l. Report and discuss any problem images that cannot be captured to meet benchmark specifications. DocuSign Envelope ID: 472DAFAB-010E-4648-A8B0-A087A50CD45E 5.4.a Packet Pg. 64 m. A document may consist of one or many pages. If the document has more than one page this document must be scanned as a single file multi-page document. n. Vendor must pick up and return original documents promptly according to an established schedule. o. Vendor invoices shall denote the number of scanned pages being billed for the current invoice as well as the total number of pages billed to date. p. Provide estimate of percentage of work complete by March 2024 for budget planning purposes. DocuSign Envelope ID: 472DAFAB-010E-4648-A8B0-A087A50CD45E 5.4.a Packet Pg. 65 Planet Bids Line Items DocuSign Envelope ID: 472DAFAB-010E-4648-A8B0-A087A50CD45E 5.4.a Packet Pg. 66 Agenda #: 5.5 Meeting Date: May 7, 2024 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: PURCHASE OF TWO (2) HPE NETWORK SERVERS. STRATEGIC GOAL: Responsible Stewardship of Public Resources RECOMMENDATION: Approve and authorize the City Manager to issue a purchase order to GovConnection, Inc. for the purchase of two (2) HPE Servers in the not-to-exceed amount of $67,403.88. FINANCIAL IMPACT: Sufficient funds are included in the FY 2023-24 Adopted Budget from the Equipment Maintenance and Replacement Fund (Fund 503) to accommodate the purchase. BACKGROUND: The daily operations of the City rely on the use of computers, specialized networks, and associated hardware and software to create, process, and store digital information and communicate with the public. To ensure the City’s essential information systems infrastructure remains in place, it is proposed that two (2) servers be replaced. Each server has outlived its useful life and has been scheduled for replacement. DISCUSSION As required by the purchasing ordinance, the City solicited bids through the Planet Bids website for two (2) new HP servers as well as a five-year warranty plan for each. Five vendors submitted bids, including: Bidder Bid Amount GovConnection Inc. $67,403.88 Mvation Worldwide Inc $140,700.05 Ersevon LLC $150,852.25 5.5 Packet Pg. 67 Howard Industries, Inc. $190,462.79 Ibilola Ogun $243,096.13 Staff has determined that GovConnection, Inc. is the lowest cost responsible bidder, meeting all technical requirements. Therefore, it is recommended that the City Council authorize the City Manager to issue a Purchase Order to GovConnection, Inc. in the not-to-exceed amount of $67,403.88. PREPARED BY: REVIEWED BY: Attachments: 1. 5.5.a HP Server Quote 5.5 Packet Pg. 68 Account Executive:Di De Stefano Phone: Fax: Email:di.destefano@connection.com Date:4/22/2024 Valid Through:5/22/2024 Account #:S03134 Customer Contact:Alfredo Estevez Phone:(909) 839-7083 Email:aestevez@diamondbarca.gov Fax:(909) 861-3117 DELIVERY FOB SHIP VIA SHIP WEIGHT TERMS CONTRACT ID# Destination Small Pkg Ground Service Level 435.00 lbs Net 30 *Line #Qty Item #Mfg. Part #Description Mfg.Price Ext 1 2 41662066 Q9E63A HPE SN2010M 25GBE 18SFP28 4QSF HP StorageWorks HP StorageWorks 5,442.00$ 10,884.00$ 2 2 32590834 JL271A 100G QSFP28 to QSFP28 Direct Attach Copper Cable, 1m Aruba HPE Aruba HPE 313.00$ 626.00$ 3 4 41751964 844477-B21 CTO ENT 25Gb SFP28 to SFP28 DAC Cable, 3m Hp Openview Hp Openview 43.00$ 172.00$ 4 1 41240787 HA114A1 CTO ENT Installati Service Nimble Storage Nimble Storage -$ -$ 5 2 41262051 HA114A1#5SE CTO ENT HPE M-series Ethernet Switch Startup SVC Hp Openview Hp Openview 1,613.00$ 3,226.00$ 6 1 41254183 HU4A6A5 CTO ENT 5Y TC Essential SVC Hp Openview Hp Openview -$ -$ 7 2 41304322 HU4A6A5#W0P CTO ENT HPE SN2010M 25GbE Switch Support Hp Openview Hp Openview 1,286.00$ 2,572.00$ 8 1 41339621 HA124A1 CTO ENT HPE Technical Installation Startup SVC Hp Openview Hp Openview -$ -$ 9 1 41430317 HA124A1#5MR CTO ENT HPE Tier 1 Storage Array Startup SVC Hp Openview Hp Openview 2,822.00$ 2,822.00$ 10 1 41702189 S0U33A CTO ENT Alletra 5010H DC CTO Base Array Hp Enterprise Storageworks Hp Enterprise Storageworks 11,377.00$ 11,377.00$ 11 1 41212438 R3Q00A CTO ENT NS 2x25GbE 2p Hp Openview Hp Openview 833.00$ 833.00$ 12 1 41702190 S0U36A CTO ENT HPE Alletra 5010H 1.92TB FIO Cache Bundle Hp Enterprise Storageworks Hp Enterprise Storageworks 418.00$ 418.00$ 13 2 41046090 Q8J18A CTO ENT NS NEMA 5-15 to C13 US Hp Enterprise Storageworks Hp Enterprise Storageworks 0.75$ 1.50$ 14 1 41500347 R9X15A CTO ENT Alletra Tier 1 Storage Array Std Trk Hp Openview Hp Openview 0.50$ 0.50$ US (909) 839-7000 (909) 839-7058 5-30 Days A/R/O Important Notice: --- THIS QUOTATION IS SUBJECT TO THE FOLLOWING Terms of Sale: All purchases from GovConnection, Inc. are subject to the Company's Standard Terms of Sale, which describe important legal rights and obligations. You may review the Company's Standard Terms of Sale on the Company's website: www.govconnection.com, or you may request a copy via fax, e-mail, or mail by calling your account representative. The only exception to this policy is if your order is being placed under any one of our many national, state, educational or cooperative Agreements, in which case the Terms and Conditions of your Purchase Order are already pre-negotiated and stated in that Agreement. No other Terms and Conditions shall apply and any other terms and conditions referenced or appearing in your Purchase Order are considered null and void. Due to the industry-wide constraints and fluctuations, we reserve the right to change pricing at any time. Please refer to our Quote Number in your order. SALES QUOTE GovConnection, Inc.# 25623100.03 732 Milford Road PLEASE REFER TO THE ABOVE QUOTE # WHEN ORDERINGMerrimack, NH 03054 CITY OF DIAMOND BAR, CA US 21810 EAST COPLEY DR QUOTE PROVIDED TO:SHIP TO: AB#: 8369465 AB#: 8369468 CITY OF DIAMOND BAR CA ACCOUNTS PAYABLE KEN DESFORGES 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 DIAMOND BAR, CA 91765 Page 1 of 7 4/22/2024 5.5.a Packet Pg. 69 Account Executive:Di De Stefano Phone: Fax: Email:di.destefano@connection.com Date:4/22/2024 Valid Through:5/22/2024 Account #:S03134 Customer Contact:Alfredo Estevez Phone:(909) 839-7083 Email:aestevez@diamondbarca.gov Fax:(909) 861-3117 DELIVERY FOB SHIP VIA SHIP WEIGHT TERMS CONTRACT ID# Destination Small Pkg Ground Service Level 435.00 lbs Net 30 *Line #Qty Item #Mfg. Part #Description Mfg.Price Ext US (909) 839-7000 (909) 839-7058 5-30 Days A/R/O Important Notice: --- THIS QUOTATION IS SUBJECT TO THE FOLLOWING Terms of Sale: All purchases from GovConnection, Inc. are subject to the Company's Standard Terms of Sale, which describe important legal rights and obligations. You may review the Company's Standard Terms of Sale on the Company's website: www.govconnection.com, or you may request a copy via fax, e-mail, or mail by calling your account representative. The only exception to this policy is if your order is being placed under any one of our many national, state, educational or cooperative Agreements, in which case the Terms and Conditions of your Purchase Order are already pre-negotiated and stated in that Agreement. No other Terms and Conditions shall apply and any other terms and conditions referenced or appearing in your Purchase Order are considered null and void. Due to the industry-wide constraints and fluctuations, we reserve the right to change pricing at any time. Please refer to our Quote Number in your order. SALES QUOTE GovConnection, Inc.# 25623100.03 732 Milford Road PLEASE REFER TO THE ABOVE QUOTE # WHEN ORDERINGMerrimack, NH 03054 CITY OF DIAMOND BAR, CA US 21810 EAST COPLEY DR QUOTE PROVIDED TO:SHIP TO: AB#: 8369465 AB#: 8369468 CITY OF DIAMOND BAR CA ACCOUNTS PAYABLE KEN DESFORGES 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 DIAMOND BAR, CA 91765 15 1 41702191 S0U34A CTO ENT Alletra 5010H 22TB SAS Hard Drive Bundle Hp Enterprise Storageworks Hp Enterprise Storageworks 2,243.50$ 2,243.50$ 16 1 41758863 S2V19A CTO ENT HPE AL STG 5000 2x 1200W Plat FIO PS Kit Hp Openview Hp Openview 0.50$ 0.50$ 17 1 41240782 Q8G27B CTO ENT NOS Default Software License FIO Nimble Storage Nimble Storage 0.50$ 0.50$ 18 1 41552011 S0L75AAE CTO ENT HPE Alletra 5010 SW / Sup 5yr SaaS Hp Openview Hp Openview 5,908.00$ 5,908.00$ 19 1 41254183 HU4A6A5 CTO ENT 5Y TC Essential SVC Hp Openview Hp Openview -$ -$ 20 1 41591914 HU4A6A5#ZDW CTO ENT HPE NS 2x25GbE 2p SFP28 FIO Adp Kit Supp Nimble Storage Nimble Storage 546.00$ 546.00$ 21 1 41702192 HU4A6A5008G CTO ENT HPE Alletra 5010H DC CTO Base Array Supp Hp Enterprise Storageworks Hp Enterprise Storageworks 853.50$ 853.50$ 22 1 41702193 HU4A6A5008H CTO ENT HPE Alletra 5010H 22TB SAS HDD Bdl Supp Hp Enterprise Storageworks Hp Enterprise Storageworks 784.50$ 784.50$ 23 1 41702194 HU4A6A5008J CTO ENT HPE Alletra 5010H 1.92FIO Cache Bdl Supp Hp Enterprise Storageworks Hp Enterprise Storageworks 812.00$ 812.00$ 24 DL380 Gen11 Server -$ 25 1 41634129 P52534-B21 CTO ENT HPE DL380 Gen11 8SFF NC CTO S Hewlett Packard Network Source Hewlett Packard Network Source 1,760.00$ 1,760.00$ 26 1 41634130 P52534-B21#ABA CTO ENT HPE DL380 Gen11 8SFF NC CTO S Hp Openview Hp Openview -$ -$ 27 1 41628162 P49610-B21 CTO ENT INT Xeon-S 4410Y CPU for H Hp Openview Hp Openview 965.00$ 965.00$ 28 1 41628163 P49610-B21#0D1 CTO ENT Factory Integrat Hp Openview Hp Openview -$ -$ Page 2 of 7 4/22/2024 5.5.a Packet Pg. 70 Account Executive:Di De Stefano Phone: Fax: Email:di.destefano@connection.com Date:4/22/2024 Valid Through:5/22/2024 Account #:S03134 Customer Contact:Alfredo Estevez Phone:(909) 839-7083 Email:aestevez@diamondbarca.gov Fax:(909) 861-3117 DELIVERY FOB SHIP VIA SHIP WEIGHT TERMS CONTRACT ID# Destination Small Pkg Ground Service Level 435.00 lbs Net 30 *Line #Qty Item #Mfg. Part #Description Mfg.Price Ext US (909) 839-7000 (909) 839-7058 5-30 Days A/R/O Important Notice: --- THIS QUOTATION IS SUBJECT TO THE FOLLOWING Terms of Sale: All purchases from GovConnection, Inc. are subject to the Company's Standard Terms of Sale, which describe important legal rights and obligations. You may review the Company's Standard Terms of Sale on the Company's website: www.govconnection.com, or you may request a copy via fax, e-mail, or mail by calling your account representative. The only exception to this policy is if your order is being placed under any one of our many national, state, educational or cooperative Agreements, in which case the Terms and Conditions of your Purchase Order are already pre-negotiated and stated in that Agreement. No other Terms and Conditions shall apply and any other terms and conditions referenced or appearing in your Purchase Order are considered null and void. Due to the industry-wide constraints and fluctuations, we reserve the right to change pricing at any time. Please refer to our Quote Number in your order. SALES QUOTE GovConnection, Inc.# 25623100.03 732 Milford Road PLEASE REFER TO THE ABOVE QUOTE # WHEN ORDERINGMerrimack, NH 03054 CITY OF DIAMOND BAR, CA US 21810 EAST COPLEY DR QUOTE PROVIDED TO:SHIP TO: AB#: 8369465 AB#: 8369468 CITY OF DIAMOND BAR CA ACCOUNTS PAYABLE KEN DESFORGES 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 DIAMOND BAR, CA 91765 29 2 41688725 P43322-B21 CTO ENT 16GB PC5-38400 288-pin DDR5 SDRAM RDIMM Hp Openview Hp Openview 255.00$ 510.00$ 30 2 41688726 P43322-B21#0D1 CTO ENT Factory Integrated 16GB PC5- 38400 288-pin DDR5 SDRAM RDIMM Hp Openview Hp Openview -$ -$ 31 1 41634132 P48813-B21 CTO ENT HPE DL380 Gen11 2U 8SFF x1 TM K Hp Openview Hp Openview 410.00$ 410.00$ 32 1 41634133 P48813-B21#0D1 CTO ENT Factory integrat Hp Openview Hp Openview -$ -$ 33 6 41385671 P28028-B21 CTO ENT 300GB SAS 15K RPM SFF BC MV Hard Drive Hp Openview Hp Openview 160.00$ 960.00$ 34 6 41385672 P28028-B21#0D1 CTO ENT Factory Integrated Hp Openview Hp Openview -$ -$ 35 1 41780353 P50728-B21 CTO ENT HPE DL380 Gen11 SFF Univ Media Bay Kit Hp Openview Hp Openview 76.00$ 76.00$ 36 1 41634135 P50728-B21#0D1 CTO ENT DL380 Gen11 SFF Universal Media Bay Kit (Factory Integrated) Hp Openview Hp Openview -$ -$ 37 1 17920698 726537-B21 CTO ENT 9.5mm SATA DVD-RW JackBlack Gen9 Optical Drive Hp Openview Hp Openview 65.00$ 65.00$ 38 1 17920701 726537-B21#0D1 CTO ENT 9.5mm SATA DVD-RW JackBlack Gen9 Optical Drive (Factory Integrated) Hp Openview Hp Openview -$ -$ 39 1 35363590 P01366-B21 96W Smart Storage Battery Kit HP Server Accessories HP Server Accessories 202.00$ 202.00$ 40 1 35055386 P01366-B21#0D1 CTO 96W Smart Storage Battery Kit (Factory Int) Hp Openview Hp Openview -$ -$ 41 1 41610841 P48918-B21 CTO ENT ProLiant DL360 Gen11 Storage Controller Enablement Cable Kit Hp Openview Hp Openview 13.00$ 13.00$ Page 3 of 7 4/22/2024 5.5.a Packet Pg. 71 Account Executive:Di De Stefano Phone: Fax: Email:di.destefano@connection.com Date:4/22/2024 Valid Through:5/22/2024 Account #:S03134 Customer Contact:Alfredo Estevez Phone:(909) 839-7083 Email:aestevez@diamondbarca.gov Fax:(909) 861-3117 DELIVERY FOB SHIP VIA SHIP WEIGHT TERMS CONTRACT ID# Destination Small Pkg Ground Service Level 435.00 lbs Net 30 *Line #Qty Item #Mfg. Part #Description Mfg.Price Ext US (909) 839-7000 (909) 839-7058 5-30 Days A/R/O Important Notice: --- THIS QUOTATION IS SUBJECT TO THE FOLLOWING Terms of Sale: All purchases from GovConnection, Inc. are subject to the Company's Standard Terms of Sale, which describe important legal rights and obligations. You may review the Company's Standard Terms of Sale on the Company's website: www.govconnection.com, or you may request a copy via fax, e-mail, or mail by calling your account representative. The only exception to this policy is if your order is being placed under any one of our many national, state, educational or cooperative Agreements, in which case the Terms and Conditions of your Purchase Order are already pre-negotiated and stated in that Agreement. No other Terms and Conditions shall apply and any other terms and conditions referenced or appearing in your Purchase Order are considered null and void. Due to the industry-wide constraints and fluctuations, we reserve the right to change pricing at any time. Please refer to our Quote Number in your order. SALES QUOTE GovConnection, Inc.# 25623100.03 732 Milford Road PLEASE REFER TO THE ABOVE QUOTE # WHEN ORDERINGMerrimack, NH 03054 CITY OF DIAMOND BAR, CA US 21810 EAST COPLEY DR QUOTE PROVIDED TO:SHIP TO: AB#: 8369465 AB#: 8369468 CITY OF DIAMOND BAR CA ACCOUNTS PAYABLE KEN DESFORGES 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 DIAMOND BAR, CA 91765 42 1 41610842 P48918-B21#0D1 CTO ENT Factory integrated ProLiant DL360 Gen11 Storage Controller Enablement Cable Kit Hp Openview Hp Openview -$ -$ 43 1 41610843 P58335-B21 CTO ENT MR408i-o Gen11 x8 Lanes 4GB Cache OCP SPDM Storage Controller Hp Openview Hp Openview 875.00$ 875.00$ 44 1 41610844 P58335-B21#0D1 CTO ENT Factory Integrated MR408i-o Gen11 x8 Lanes 4GB Cache OCP SPDM Storage Controller Hp Openview Hp Openview -$ -$ 45 1 41505151 P51181-B21 CTO ENT BCM 5719 1Gb 4-port BASE-T OCP Adapter Hp Openview Hp Openview 125.00$ 125.00$ 46 1 41505152 P51181-B21#0D1 CTO ENT Factory Integrated BCM 5719 1Gb 4p BASE-T OCP Adapter Hp Openview Hp Openview -$ -$ 47 2 41265791 P38995-B21 CTO ENT HPE 800W FS Plat Ht Plg LH PS Kit Hp Openview Hp Openview 140.00$ 280.00$ 48 2 41265792 P38995-B21#0D1 CTO ENT Factory integrated Hp Openview Hp Openview -$ -$ 49 2 9187828 AF556A CTO 1.83m 10A C13-UL US Power Cord Hp Openview Hp Openview 9.00$ 18.00$ 50 2 8898716 AF556A#0D1 CTO ENT Factory Integrated 1.83m 10A C13-UL US Power Cord Hp Openview Hp Openview -$ -$ 51 1 16043021 BD505A CTO ENT iLO Advanced 1 Server License w / 24x7 Tech Support and Updates 3 Years Hp Openview Hp Openview 170.00$ 170.00$ 52 1 17105589 BD505A#0D1 CTO ENT iLo Advanced 1-Server License w / Support on iLO Licensed Features 3 Years Factory Integrated Hp Openview Hp Openview -$ -$ Page 4 of 7 4/22/2024 5.5.a Packet Pg. 72 Account Executive:Di De Stefano Phone: Fax: Email:di.destefano@connection.com Date:4/22/2024 Valid Through:5/22/2024 Account #:S03134 Customer Contact:Alfredo Estevez Phone:(909) 839-7083 Email:aestevez@diamondbarca.gov Fax:(909) 861-3117 DELIVERY FOB SHIP VIA SHIP WEIGHT TERMS CONTRACT ID# Destination Small Pkg Ground Service Level 435.00 lbs Net 30 *Line #Qty Item #Mfg. Part #Description Mfg.Price Ext US (909) 839-7000 (909) 839-7058 5-30 Days A/R/O Important Notice: --- THIS QUOTATION IS SUBJECT TO THE FOLLOWING Terms of Sale: All purchases from GovConnection, Inc. are subject to the Company's Standard Terms of Sale, which describe important legal rights and obligations. You may review the Company's Standard Terms of Sale on the Company's website: www.govconnection.com, or you may request a copy via fax, e-mail, or mail by calling your account representative. The only exception to this policy is if your order is being placed under any one of our many national, state, educational or cooperative Agreements, in which case the Terms and Conditions of your Purchase Order are already pre-negotiated and stated in that Agreement. No other Terms and Conditions shall apply and any other terms and conditions referenced or appearing in your Purchase Order are considered null and void. Due to the industry-wide constraints and fluctuations, we reserve the right to change pricing at any time. Please refer to our Quote Number in your order. SALES QUOTE GovConnection, Inc.# 25623100.03 732 Milford Road PLEASE REFER TO THE ABOVE QUOTE # WHEN ORDERINGMerrimack, NH 03054 CITY OF DIAMOND BAR, CA US 21810 EAST COPLEY DR QUOTE PROVIDED TO:SHIP TO: AB#: 8369465 AB#: 8369468 CITY OF DIAMOND BAR CA ACCOUNTS PAYABLE KEN DESFORGES 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 DIAMOND BAR, CA 91765 53 1 32168271 P8B31A CTO ENT OneView w / o iLO Advanced License w / 24x7 Support 3 Years Hp Openview Hp Openview 175.00$ 175.00$ 54 1 41780354 P51911-B21 CTO ENT HPE DL360 Gen11 CPU1 / OCP2 x8 Enable Kit Hp Openview Hp Openview 40.00$ 40.00$ 55 1 41611721 P51911-B21#0D1 CTO ENT Factory integrated Hp Openview Hp Openview -$ -$ 56 1 41627109 P49146-B21 HPE DL380 GEN11 STD FAN KIT HP Server Accessories HP Server Accessories 40.00$ 40.00$ 57 1 41645981 P49146-B21#0D1 CTO ENT Factory integrated Hp Openview Hp Openview -$ -$ 58 1 38126565 P22020-B21 DL38X Gen10 2U CMA for Rail K HP Server Accessories HP Server Accessories 42.00$ 42.00$ 59 1 41208369 P22020-B21#0D1 CTO ENT FACTORY INTEGRATED Hp Openview Hp Openview -$ -$ 60 1 41245712 P35876-B21 CTO ENT FIO Enable Kit Hp Openview Hp Openview 0.70$ 0.70$ 61 1 41627108 P49145-B21 HPE DL380 GEN11 STD HEAT SINK HP Server Accessories HP Server Accessories 90.00$ 90.00$ 62 1 41644684 P49145-B21#0D1 CTO ENT Factory integrated Hp Openview Hp Openview -$ -$ 63 1 41610853 P52341-B21 CTO ENT HPE DL3XX Gen11 Easy Install Rail 3 Kit Hp Openview Hp Openview 75.00$ 75.00$ 64 1 41610854 P52341-B21#0D1 CTO ENT Factory integrated Hp Openview Hp Openview -$ -$ 65 1 41266349 HU4A3A5 CTO ENT HPE 5Y TC Critical SVC Hp Openview Hp Openview -$ -$ 66 1 41371110 HU4A3A5#R2M CTO ENT HPE iLO Advanced Non Blade Support Hp Openview Hp Openview 35.00$ 35.00$ 67 1 41780355 HU4A3A5#SVP CTO ENT HPE One View w / o Ilo Support Hp Openview Hp Openview 89.00$ 89.00$ 68 1 41780356 HU4A3A500DK CTO ENT HPE DL380 Gen11 Support Hp Openview Hp Openview 11,000.00$ 11,000.00$ Page 5 of 7 4/22/2024 5.5.a Packet Pg. 73 Account Executive:Di De Stefano Phone: Fax: Email:di.destefano@connection.com Date:4/22/2024 Valid Through:5/22/2024 Account #:S03134 Customer Contact:Alfredo Estevez Phone:(909) 839-7083 Email:aestevez@diamondbarca.gov Fax:(909) 861-3117 DELIVERY FOB SHIP VIA SHIP WEIGHT TERMS CONTRACT ID# Destination Small Pkg Ground Service Level 435.00 lbs Net 30 *Line #Qty Item #Mfg. Part #Description Mfg.Price Ext US (909) 839-7000 (909) 839-7058 5-30 Days A/R/O Important Notice: --- THIS QUOTATION IS SUBJECT TO THE FOLLOWING Terms of Sale: All purchases from GovConnection, Inc. are subject to the Company's Standard Terms of Sale, which describe important legal rights and obligations. You may review the Company's Standard Terms of Sale on the Company's website: www.govconnection.com, or you may request a copy via fax, e-mail, or mail by calling your account representative. The only exception to this policy is if your order is being placed under any one of our many national, state, educational or cooperative Agreements, in which case the Terms and Conditions of your Purchase Order are already pre-negotiated and stated in that Agreement. No other Terms and Conditions shall apply and any other terms and conditions referenced or appearing in your Purchase Order are considered null and void. Due to the industry-wide constraints and fluctuations, we reserve the right to change pricing at any time. Please refer to our Quote Number in your order. SALES QUOTE GovConnection, Inc.# 25623100.03 732 Milford Road PLEASE REFER TO THE ABOVE QUOTE # WHEN ORDERINGMerrimack, NH 03054 CITY OF DIAMOND BAR, CA US 21810 EAST COPLEY DR QUOTE PROVIDED TO:SHIP TO: AB#: 8369465 AB#: 8369468 CITY OF DIAMOND BAR CA ACCOUNTS PAYABLE KEN DESFORGES 21810 COPLEY DRIVE DIAMOND BAR, CA 91765 DIAMOND BAR, CA 91765 69 8 11608193 JD089B X120 1G SFP RJ45 T Transceiver Aruba HPE Aruba HPE 245.00$ 1,960.00$ 70 1 4779533 4779533 Liftgate Service Merrimack Service Handling Fees Merrimack Service Handling Fees -$ -$ Subtotal 64,056.20$ Fee 0.00$ Shipping and Handling 0.00$ Tax 3,347.68$ Total 67,403.88$ Page 6 of 7 4/22/2024 5.5.a Packet Pg. 74 ORDERING INFORMATION GovConnection, Inc. DBA Connection Please contact your account manager with any questions. Ordering Address GovConnection, Inc. 732 Milford Road Merrimack, NH 03054 Remittance Address GovConnection, Inc. Box 536477 Pittsburgh, PA 15253-5906 Please reference the Contract # on all purchase orders. TERMS & CONDITIONS Payment Terms: NET 30 (subject to approved credit) FOB Point: DESTINATION (within Continental US) Maximum Order Limitation: NONE FEIN: 52-1837891 DUNS Number: 80-967-8782 CEC: 80-068888K Cage Code: OGTJ3 Business Size: LARGE Erate Spin Number: 143026005 WARRANTY: Manufacturer’s Standard Commercial Warranty NOTE: It is the end user's responsibility to review, understand and agree to the terms of any End User License Agreement (EULA). Important Notice: --- THIS QUOTATION IS SUBJECT TO THE FOLLOWING Terms of Sale: All purchases from GovConnection, Inc. are subject to the Company’s Standard Terms of Sale, which describe importan t legal rights and obligations. You may review the Company’s Standard Terms of Sale on the Company’s website: www.govconnection.com or you may request a copy via fax, e-mail, or mail by calling your account representative. The only exception to this policy is if your order is being placed under any one of our many national, state, educational or cooperative Agreements, in which case the Terms and Conditions of your Purchase Order are already pre - negotiated and stated in that Agreement. No other Terms and Conditions shall apply and any other terms and conditions referenced or appearing in your Purchase Order are considered null and void. Due to the industry-wide constraints and fluctuations, we reserve the right to change pricing at any time. Please refer to our Quote Number in your order. If you require a hard copy invoice for your credit card order, please visit the link below and click on the Proof of Purchase/Invoice link on the left side of the page to print one:https://www.govconnection.com/web/Shopping/ProofOfPurchase.htm Please forward your Contract or Purchase Order to: SLEDOPS@connection.com QUESTIONS: Call 800-800-0019 5.5.a Packet Pg. 75 Agenda #: 5.6 Meeting Date: May 7, 2024 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: PUBLIC WORKS AGREEMENT WITH RITE-WAY ROOF CORPORATION FOR CITY HALL ROOF REHABILITATION PROJECT (FP 24505). STRATEGIC GOAL: Safe, Sustainable & Healthy Community RECOMMENDATION: A. Determine that the Project is exempt from the California Environmental Quality Act pursuant to Section 15301 of the CEQA Guidelines; B. Appropriate an additional $225,600 from the General Fund, for a total construction budget, including contingency, of $671,600; C. Approve the proposed adjustment to the CIP budget and establish a Project Payment Account containing sufficient funds from the current fiscal year budget; and D. Approve, and authorize the City Manager to sign, the Public Works Agreement with Rite-Way Roof Corporation in the amount of $584,000, plus a contingency amount of $87,600 (15%) for contract change orders to be approved by the City Manager, for a total authorization amount of $671,600. FINANCIAL IMPACT: The FY2023/24 Capital Improvement Program includes $470,000 for this Project with an available balance of $446,000. An additional amount of $225,600 is required to be appropriated from the General Fund to cover the not-to-exceed amount of the Construction Agreement of $584,000, plus a contingency of $87,600 (15%), for a total approved budget of $671,600. 5.6 Packet Pg. 76 City Hall Roof Rehabilitation/Solar System Removal and Reinstallation (Construction) (CIP# FP24505) Budget Encumbrance/ Expenses Balance General Fund $470,000 $470,000 Removal of nonfunctional solar system (completed) ($24,000) $446,000 New Request: General Fund $225,600 $671,600 Construction Cost (Agreement with Rite-Way Roof Corporation) ($584,000) $87,600 Contingency (15%) ($87,600) $0 The total contingency amount of $87,600 will only be used if unforeseen circumstances warrant a contract change order. BACKGROUND: The City Hall roofing system (approximately 22,500 sq ft) is original to the building, which was constructed in 1999 and has now reached the end of its operational life. The roof rehabilitation work includes installing new roof hatch and safety railing, installing safety cages over skylights, installing new counterflashing and wind clips, sealing coping joints, restoring roof drains and metal components, and a new surface coating system. The roof-mounted solar system was removed as a separate task from the subject roofing project by a solar company to limit the number of trades resulting in some nominal savings. An analysis of the roof-mounted solar system was prepared which found the system to be nonfunctional. The analysis determined that the system had reached the end of its operational life and did not warrant any further fiscal investments. In addition, the roof mounted design that was used, prohibited maintenance activities from being completed underneath the solar panels. This CIP Project originally envisioned the reinstallation of the solar panels on the roof. However, based on the analysis conducted that found the existing solar system to be nonfunctional, the reinstallation of solar panels will need to be deferred at this time to explore more comprehensive energy solutions for the Civic Center. Being recommended in the proposed FY 24/25 operation budget is $150,000 for a Civic Center Sustainability Study (Grant Funding by the US Department of Energy $114,980 & General Fund $35,020). This Study will analyze the Civic Center's current electrical system and develop a plan to address the future energy needs, such as EV fleet and public vehicle chargers, carport-mounted solar panels, electrical meter/panel upgrades, and parking lot ADA compliance, etc. ANALYSIS: On February 2, 2024, the Public Works Department opened the bid for the City Hall Rehabilitation Project, with a closing date of February 28, 2024. The City received ten (10) bids ranging from $584,000 to $1,079,000, with Rite-Way Roof Corporation 5.6 Packet Pg. 77 meeting all of the requirements and being the lowest responsive bidder. The bids received are as follows: • Rite-Way Roof Corporation $584,000 • Best Contracting Services, Inc. $591,000 • Courtney Inc. $677,769 • AME Builders Inc. $714,200 • Exclusive Metal Inc. $731,690 • Chapman Coast Roof Co., Inc. $812,869 • Letner Roofing Company $827,000 • Commercial Roofing Systems Inc. $837,157 • F C And Sons Roofing Inc. $857,308 • 4 Seasons Roofing Inc. $1,079,000 The tentative construction schedule is as follows: • Issuance of Notice to Proceed: May 8, 2024 • Start of Construction: May 13, 2024 • Anticipated Completion Date: June 28, 2024 ENVIRONMENTAL REVIEW: Staff has determined that this Project is exempt from the California Environmental Quality Act (CEQA) provisions pursuant to the California Code of Regulations, guidelines for the implementation of the CEQA, Section 15301, Existing Facilities. LEGAL REVIEW: The City Attorney has reviewed and approved the Agreement as to form. PREPARED BY: 5.6 Packet Pg. 78 REVIEWED BY: Attachments: 1. 5.6.a Agreement with Rite-Way Roof Corporation 5.6 Packet Pg. 79 1363002.1 1 PUBLIC WORKS AGREEMENT (Uniform Cost Accounting Contract-DBMC Chapter 3.25) 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 Rite-Way Roof 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 February 28, 2024; and WHEREAS, City accepted the bid of Contractor under its Uniform Public Construction Cost Accounting Ordinance, Diamond Bar Municipal Code Chapter 3.25 (“UPCCA Ordinance”); and WHEREAS, the UPCCA Ordinance authorizes the City Manager to execute written contracts with the Contractor for furnishing labor, equipment and material for the City Hall roof rehabilitation 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 for the City Hall roof rehabilitation project in the City (the “Work”). The Work to be performed in accordance with the scope of work (the “Attachment A”) 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 Jason Williams, Maintenance Supervisor, Phone (909) 839-7059. 2.INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY/PRIORITY OF DOCUMENTS: The Plans 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 02/28/2024 (“Contractor’s Bid”) 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 this Agreement 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 scope of work (Attachment A); and (3) Contractor's Bid (Attachment B) (collectively, the “Contract Documents”). 3.COMPENSATION: Contractor agrees to receive and accept the prices set forth in its Contractor’s Bid as full compensation for furnishing all materials, performing all Work, and fulfilling all obligations hereunder. Said compensation in the amount of five hundred eighty-four thousand dollars ($584,000) 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 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 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 80 1363002.1 2 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 one hundred twenty (120) calendar days from the date of the notice to proceed (the “Completion Date”). 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 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: DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 81 1363002.1 3 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) 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; 6) Otherwise be in form satisfactory to the City. d. 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. 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. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 82 1363002.1 4 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 any 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 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 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 83 1363002.1 5 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. 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. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 84 1363002.1 6 12. 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. 13. 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. 661941______ Contractor’s Business Phone: 909-350-8490 Contractor’s emergency phone which can be reached at any time: 909-350-8490 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 85 1363002.1 7 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. Rite-Way Roof Corporation By: ____________________Jeffrey Hughes_____ Title: _CEO/President________________________ Date: *Note: only one corporate officer exists By: Title: Date: CITY OF DIAMOND BAR, CALIFORNIA By: _____________________________________ Daniel Fox, City Manager ATTEST: By: _____________________________________ Kristina Santana, City Clerk APPROVED AS TO FORM: _____________________________________ Omar Sandoval, City Attorney *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. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 4/5/2024 5.6.a Packet Pg. 86 Attachment A – Scope of work / Requirements DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 87 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD68685.6.aPacket Pg. 88 City of Diamond Bar City Hall Re-Roof Project 070150 Preparation For Re-Roofing 070150 - Page 1 of 4 PREPARATION FOR RE-ROOFING SECTION 070150 - PREPARATION FOR RE-ROOFING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Roof membrane tear-off. Leave existing cover board and insulation. 2. Temporary roofing membrane. 3. Temporary roof drainage. 1.2 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, reinstalled, or otherwise indicated to remain Owner's property, demolished materials shall become Contractor's property and shall be removed from Project site. 1.3 DEFINITIONS A. Roofing Terminology: Refer to ASTM D 1079 and glossary in NRCA's "The NRCA Roofing and Waterproofing Manual" for definition of terms related to roofing work in this Section. B. Existing Membrane Roofing System: Roofing system identified above, including roofing membrane, roof insulation, surfacing, and components and accessories between deck and roofing membrane. C. Roof Tear-Off: Removal of existing membrane roofing system from deck. D. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and reinstalled. E. Existing to Remain: Existing items of construction that are not indicated to be removed. F. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. G. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations. H. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Temporary Roofing: Include Product Data and description of temporary roofing system. If temporary roof will remain in place, submit surface preparation requirements needed to receive permanent roof, and submit a letter from roofing membrane manufacturer stating acceptance of the temporary membrane and that its inclusion will not adversely affect the roofing system's resistance to fire and wind. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 89 City of Diamond Bar City Hall Re-Roof Project 070150 Preparation For Re-Roofing 070150 - Page 2 of 4 PREPARATION FOR RE-ROOFING 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer B. Digital Images or Videos: Show existing conditions of adjoining construction and site improvements, including exterior and interior finish surfaces, which might be misconstrued as having been damaged by reroofing operations. Submit before Work begins. C. Proposed Protection Measures: Submit report, including Drawings, that indicates the measures proposed for protecting individuals and property for environmental protection, for dust control and for noise control. Indicate proposed locations and construction of barriers. D. Schedule of Re-Roofing Preparation Activities: Indicate the following: 1. Detailed sequence of re-roofing preparation work, with starting and ending dates for each activity. Ensure occupants' on-site operations are uninterrupted. 2. Interruption of utility services. Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Installer of new membrane roofing system. B. Regulatory Requirements: Comply with governing EPA notification regulations before beginning membrane roofing removal. Comply with hauling and disposal regulations of authorities having jurisdiction. C. Reroofing Conference: Conduct conference at Project site. 1. Meet with Owner; roofing system manufacturer's representative; roofing Installer including project manager, superintendent, and foreman; and installers whose work interfaces with or affects reroofing including installers of roof accessories and roof-mounted equipment. 2. Review methods and procedures related to roofing system tear-off and replacement including, but not limited to, the following: a. Reroofing preparation, including membrane roofing system manufacturer's written instructions. b. Temporary protection requirements for existing roofing system that is to remain during and after installation. c. Construction schedule and availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. d. Existing deck removal procedures and Owner notifications. e. Condition and acceptance of existing roof deck and base flashing substrate for reuse. f. Structural loading limitations of deck during reroofing. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 90 City of Diamond Bar City Hall Re-Roof Project 070150 Preparation For Re-Roofing 070150 - Page 3 of 4 PREPARATION FOR RE-ROOFING g. Base flashings, special roofing details, drainage, penetrations, equipment curbs, and condition of other construction that will affect reroofing. h. Existing conditions that may require notification of Owner before proceeding. 1.7 PROJECT CONDITIONS A. Protect building to be reroofed, adjacent buildings, walkways, site improvements, exterior plantings, and landscaping from damage or soiling from reroofing operations. B. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. C. Limit construction loads on roof to rooftop equipment wheel loads and uniformly distributed loads not exceeding recommendations of Contractor's professional engineer based upon site inspection and analysis. D. Weather Limitations: Proceed with reroofing preparation only when existing and forecasted weather conditions permit Work to proceed without water entering existing roofing system or building. E. Daily Protection: Coordinate installation of roofing so insulation and other components of roofing system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast. PART 2 - PRODUCTS 2.1 TEMPORARY ROOFING MATERIALS A. Design and selection of materials for temporary roofing are responsibilities of Contractor. 2.2 TEMPORARY ROOF DRAINAGE A. Design and selection of materials for temporary roof drainage are responsibilities of the Contractor. PART 3 - EXECUTION 3.1 PREPARATION, GENERAL A. Pollution Control: Comply with environmental regulations of authorities having jurisdiction. Limit spread of dust and debris. 1. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 2. Remove debris from building roof by chute, hoist, or other device that will convey debris to grade level. B. Air Intake Shutdown: Coordinate with Owner to shut down air-intake equipment in the vicinity of the Work. Cover air-intake louvers before proceeding with reroofing work that could affect indoor air quality or activate smoke detectors in the ductwork. C. Temporary Weather Protection: During removal operations, have sufficient and suitable materials on-site to facilitate rapid installation of temporary protection in the event of unexpected rain. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 91 City of Diamond Bar City Hall Re-Roof Project 070150 Preparation For Re-Roofing 070150 - Page 4 of 4 PREPARATION FOR RE-ROOFING 3.2 ROOF TEAR-OFF A. General: Notify Owner each day of extent of roof tear-off proposed for that day and obtain authorization to proceed. B. Roof Tear-Off: 1. Remove existing roofing membrane down to the cover board. 2. Remove pitch pockets. 3.3 DECK PREPARATION A. Inspect insulation system after tear-off of membrane roofing system. B. Verify that insulation/cover board is sound and dry. C. Unsuitable Insulation: If insulation/cover board surface is not suitable for receiving new roofing or if structural integrity of deck is suspect, immediately notify Owner. Do not proceed with installation until directed by Owner. 3.4 TEMPORARY ROOFING MEMBRANE A. Install approved temporary roofing membrane over area to be reroofed. B. Remove temporary roofing membrane before installing new roofing membrane. 3.5 DISPOSAL A. Collect demolished materials and place in containers. Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on-site. 1. Storage or sale of demolished items or materials on-site is not permitted. B. Transport and legally dispose of demolished materials off Owner's property. 3.6 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by preparation for re-roofing operations. Return adjacent areas to condition existing before operations began. END OF SECTION 070150 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 92 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 1 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING SECTION 075416 - KETONE ETHYLENE ESTER (KEE) ROOFING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mechanically-fastened thermoplastic KEE roofing system over existing insulation, including: 2. Substrate board. 3. Walkway material. 4. Roof hatch with safety railing. 5. Skylight guards. B. Related Sections: 1. Division 07 Section "Preparation for Re-Roofing". 1.2 DEFINITIONS A. Roofing Terminology: Refer to ASTM D1079 "Standard Terminology Relating to Roofing and Waterproofing" and glossary in applicable edition of NRCA's "The NRCA Roofing Manual: Membrane Roof Systems" for definition of terms related to roofing work in this Section. 1.3 PREINSTALLATION MEETINGS A. Preinstallation Roofing Conference: Conduct conference at Project site. 1. Meet with Owner, roofing Installer, roofing system manufacturer's representative, and installers whose work interfaces with or affects roofing, including installers of roof accessories and roof- mounted equipment. 2. Review drawings and specifications. 3. Review methods and procedures related to roofing installation, including manufacturer's written instructions. 4. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 5. Examine substrate conditions and finishes for compliance with requirements, including flatness and fastening. 6. Review structural loading limitations of roof deck during and after roofing. 7. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect roofing system. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 93 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 2 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING 8. Review temporary protection requirements for roofing system during and after installation. 9. Review roof observation and repair procedures after roofing installation. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Sustainable Design Submittals: 1. Product Test Reports for Solar Reflectance: For roof materials, indicating that roof materials comply with Solar Reflectance Index requirement. C. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other work. 1. Base flashings and membrane terminations. a. Indicate details meet requirements of NRCA required by this Section. D. Samples for Verification: For the following products: 1. Sheet roofing. 2. Walkway pads. 1.5 INFORMATIONAL SUBMITTALS A. Contractor's Product Certificate: Submit certificate, indicating products intended for Work of this Section, including product names and numbers and manufacturers' names, with statement indicating that products to be provided meet the requirements of the Contract Documents. B. Qualification Data: For Installer, Manufacturer and Roofing Inspector. 1. Include letter from Manufacturer written for this Project indicating approval of Installer. C. Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system complies with requirements specified in "Performance Requirements" Article. 1. Submit evidence of compliance with performance requirements. a. Include: UL listing certificate and Energy Performance. 2. Product Compatibility: Indicate manufacturer has verified compatibility of roofing system components, including but not limited to: Roofing membrane, flashing sheets, adhesives, and sealants. D. Warranties: Unexecuted sample copies of special warranties. E. Inspection Reports: Reports of Roofing Inspector. Include weather conditions, description of work performed, tests performed, defective work observed, and corrective actions taken to correct defective work. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 94 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 3 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING 1. Submit reports within 24 hours after inspection. 1.6 CLOSEOUT SUBMITTALS A. Executed copies of warranties. B. Maintenance Data: To include in maintenance manuals. 1.7 QUALITY ASSURANCE A. Installer Qualifications: An employer of workers trained and certified by manufacturer, including a full- time on-site supervisor with a minimum of five years' experience installing products comparable to those specified, able to communicate verbally with Contractor and employees, and qualified by the manufacturer to install manufacturer's product and furnish warranty of type specified. B. Manufacturer Qualifications: Approved manufacturer listed in this Section, UL listed for roofing systems comparable to that specified for this Project, with minimum five years' experience in manufacture of thermoplastic roof membrane products in successful use in similar applications. 1. Approval of Comparable Products: Submit the following in accordance with project substitution requirements, within time allowed for substitution review: a. Product data, including certified independent test data indicating compliance with requirements. b. Samples of each component. c. Sample submittal from similar project. d. Project references: Minimum of five installations of specified products not less than five years old, with Owner and Architect contact information. e. UL listing. f. Nemo report. g. Sample warranty. 2. Substitutions following award of contract are not allowed except as stipulated in Division 01 General Requirements. 3. Approved manufacturers must meet separate requirements of Submittals Article. C. Roofing Inspector Qualifications: A technical representative of manufacturer not engaged in the sale of products and experienced in the installation and maintenance of the specified roofing system, qualified to perform roofing observation and inspection specified in Field Quality Control Article, to determine Installer's compliance with the requirements of this Project, and approved by the manufacturer to issue warranty certification. The Roofing Inspector shall be one of the following: 1. An authorized full-time technical employee of the manufacturer. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 95 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 4 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING 2. An independent party certified as a Registered Roof Observer by the International Institute of Building Enclosure Consultants (formerly the Roof Consultants Institute) retained by the Contractor or the Manufacturer and approved by the Manufacturer. D. Manufacturer's Installation Instructions: Obtain and maintain on-site access to manufacturer's written recommendations and instructions for installation of products. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, approval or listing agency markings, and directions for storing and mixing with other components. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. 1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life. C. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation. D. Handle and store roofing materials and place equipment in a manner to avoid permanent deflection of deck. 1.9 PROJECT / FIELD CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements. B. Daily Protection: Coordinate installation of roofing so insulation and other components of roofing system not permanently exposed are not subjected to precipitation or left uncovered at the end of the workday or when rain is forecast. 1. Provide tie-offs at end of each day's work to cover exposed roofing and insulation with a course of roofing sheet securely in place with joints and edges sealed. 2. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing. 3. Remove temporary plugs from roof drains at end of each day. 4. Remove and discard temporary seals before beginning work on adjoining roofing. 1.10 WARRANTY A. Manufacturer's Warranty: Roof System Manufacturer's standard form in which Manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within warranty period, as follows. 1. Form of Warranty: Manufacturer's standard warranty form. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 96 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 5 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING 2. Scope of Warranty: Work of this Section and including sheet metal details and termination details installed by the roof system Installer and approved by the Roof System Manufacturer. 3. Warranty Period: 30 years from date of completion. B. Manufacturer Inspection Services: By manufacturer's technical representative, to report maintenance responsibilities to Owner necessary for preservation of Owner's warranty rights. The cost of manufacturer's inspections is included in the Contract Sum. 1. Inspections to occur in following years: 2, 5, 10, 15, 20, and 25 following completion. C. Installer Warranty: Installer's warranty signed by Installer, as follows. 1. Form of Warranty: Form acceptable to Roofing Manufacturer and Owner. 2. Scope of Warranty: Work of this Section. 3. Warranty Period: 2 years from date of completion. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Basis of Design: The roof system specified in this Section is based upon products of Tremco CPG Incorporated. B. Source Limitations: Obtain components for roofing system from same manufacturer as membrane roofing or manufacturer approved by membrane roofing manufacturer. 2.2 PERFORMANCE REQUIREMENTS A. General Performance: Installed membrane roofing and base flashings shall withstand specified uplift pressures, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Membrane roofing and base flashings shall remain watertight. 1. Accelerated Weathering: Roofing system shall withstand 10,000 hours of exposure when tested according to ASTM G152, ASTM G154, or ASTM G155. 2. Impact Resistance: Roof membrane shall resist impact damage when tested according to ASTM D3746/D3746M, ASTM D4272/D4272M, or the "Resistance to Foot Traffic Test" in FM Approvals 4470. B. Flashings and Fastening: Provide base flashings, perimeter flashings, detail flashings and component materials and installation techniques that comply with requirements and recommendations of the following: 1. NRCA Roofing Manual (Sixth Edition) for construction details and recommendations. 2. SMACNA Architectural Sheet Metal Manual (Seventh Edition) for construction details. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 97 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 6 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING C. Exterior Fire-Test Exposure: ASTM E108, Class A; for application and roof slopes indicated, as determined by testing identical membrane roofing materials by a qualified testing agency. Materials shall be identified with appropriate markings of applicable testing agency. D. Energy Performance: Roofing system shall have an initial solar reflectance index of not less than 0.70 and an emissivity of not less than 0.75 when tested according to CRRC-1. 2.3 MATERIALS, GENERAL A. Material Compatibility: Roofing materials shall be compatible with one another and adjacent materials under conditions of service and application required, as demonstrated by roof membrane manufacturer based on testing and field experience. 2.4 THERMOPLASTIC MEMBRANE MATERIALS A. KEE Roof Membrane: 1. Thermoplastic Ketone Ethylene Ester (KEE) coated polyester fabric-reinforced sheet, ASTM D6754. a. Breaking Strength, minimum, ASTM D751: Machine direction, 500 lbf (87 kN/m); Cross machine direction, 400 lbf (70 kN/m). b. Tear Strength, minimum, ASTM D751: Machine direction,125 lbf (21 kN/m); Cross machine direction, 145 lbf (25 kN/m). c. Elongation at Break, ASTM D751: 20 percent. d. Dynamic Impact/Puncture Resistance, ASTM D5635: Pass. e. Minimum Membrane Thickness, nominal, less backing, ASTM D751: 60 mils (1.5 mm). f. Thickness over fiber, optical method: 0.014 inches. g. Accelerated Weathering, ASTM G155 and ASTM G154: Not greater than 5,000 hr., no cracking or crazing. h. Abrasion Resistance, ASTM D3389: Not greater than 2,000 cycles, H-18 wheel, 1,000 g load. i. Color: White. j. Solar Reflectance Index (SRI), ASTM E1980: 110 (White, initial), 86 (White, 3-yr aged). B. Sheet Flashing: Manufacturer's standard, smooth-backed, sheet flashing of same material, type, reinforcement, thickness and color as KEE roof membrane. 2.5 AUXILIARY ROOFING MATERIALS A. General: Auxiliary membrane roofing materials recommended by roofing system manufacturer for intended use, and compatible with membrane roofing. 1. Liquid-type auxiliary materials shall comply with VOC limits of authorities having jurisdiction. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 98 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 7 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING B. Flashing Membrane Adhesive: 1. Bonding adhesive, solvent based fast drying, VOC-compliant, for bonding KEE smooth-backed single ply membranes and flashings to substrates. a. VOC, maximum, ASTM D 3960: 200 g/L. C. Polyurethane Elastomeric Fluid-Applied System: Two-coat fluid-applied roofing membrane formulated for application over prepared existing roofing substrate. 1. Polyurethane Roof Coating System Base Coat: Bio-based, low-odor low-VOC two-part, for use with a compatible top coat. a. Minimum Thickness, Base Coat reinforced over Single-Ply: 48 mils (1.22 mm) wet. 2. Polyurethane roof coating system top coat, bio-based low-odor low-VOC two-part, for application over compatible base coat. a. Minimum Thickness, reinforced system: 32 mils (0.81 mm) wet. D. Primers: 1. Primer for Asphaltic and Single-Ply Membranes: Water-based, polymer-modified quick-dry low odor primer. 2. Primer for Non-Porous Surfaces: Single-part, water based primer to promote adhesion of urethanes to metals, PVC and other non-porous surfaces. 3. Primer for Intercoat and Substrate Adhesion: Single-part, quick-drying primer to promote adhesion of urethane products to previous urethane coats and to other approved surfaces. E. Fluid-Applied Roofing Reinforcing Fabric: 1. Polyester Reinforcing and Protection Fabric: 100 percent stitch-bonded mildew-resistant polyester fabric intended for reinforcement of compatible fluid-applied membranes and flashings. F. Efis and Metal Coating, Elastomeric: High-solids breathable acrylic polymer coating formulated for use on masonry substrates. 1. Tensile Strength at 77 deg. F, (25 deg. C): 375 psi (2585 kPa). 2. Tear Resistance, ASTM D522: 135 lbf/in (23 kN/m). 3. Elongation at 77 deg. F, (25 deg. C) ASTM D2370: 200 percent. 4. Flexibility at -15 deg F (-26 deg C), ASTM D522: Pass 1/2 inch mandrel bend. 5. Solids by volume, minimum ASTM D5201): 50 percent. 6. Water Vapor Permeance, ASTM E96: 12 perms. 7. Minimum Thickness, Wall Application: 24 mils (0.60 mm) wet. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 99 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 8 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING G. Primer, Masonry: Acrylic primer formulated for use on masonry, EIFS, stucco, and other cementitious surfaces, and wood. 1. Flexibility at -15 deg F (-26 deg C), ASTM D1737: Pass 1/8 inch mandrel bend. 2. Solids by volume, percent: 40 percent. 3. VOC: 62 g/L. H. Metal Termination Bars: Manufacturer's standard, predrilled stainless-steel or aluminum bars, approximately 1 by 1/8 inch (25 mm by 3 mm) thick; with anchors. I. Metal Battens: Manufacturer's standard, aluminum-zinc-alloy-coated or zinc-coated steel sheet, approximately 1 inch wide by 0.05 inch (25 mm wide by 1.3 mm) thick, prepunched. J. Fasteners: Factory-coated steel fasteners and metal plates complying with corrosion-resistance provisions in FM Approvals 4470, designed for fastening components to substrate, and acceptable to membrane roofing system manufacturer. K. Joint Sealant: Elastomeric joint sealant compatible with roofing materials, with movement capability appropriate for application. 1. Joint Sealant, Polyurethane: ASTM C920, Type S, Grade NS, Class 50 single-component moisture curing sealant, formulated for compatibility and use in dynamic and static joints; paintable. a. Volatile Organic Compounds (VOC), maximum, ASTM D3960: 40 g/L. b. Hardness, Shore A, ASTM C661: 40. c. Adhesion to Concrete, ASTM C794: 35 pli. d. Tensile Strength, ASTM D412: 350 psi (2410 kPa). e. Color: White. L. Sheet Metal: 1. Clad metal. 2. 24-gauge counterflashing with hemmed edge and wind clips. 3. 24-gauge skirt metal with hemmed edge. M. Roof Hatch: Match existing size. 1. Material: 14 gauge G-90 paint bond galvanized steel. 2. Cover: Brake formed, hollow-metal design with 1” fiber board insulation, 3” beaded, overlapping flange, fully welded at corners, and internally reinforced for 40 psf live load. 3. Curb: 12” in height with integral cap flashing, 1” fiberboard insulation, fully welded at corners, and 3-1/2” mounting flange with 7/16” holes provided for securing frame to the roof deck. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 100 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 9 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING 4. Gasket: Extruded EPDM rubber gasket permanently adhered to cover. 5. Hinges: Heavy-duty pintle hinges with 3/8” Type 316 stainless steel hinge pins. 6. Latch: Slam latch with interior turn handles and padlock hasps. 7. Finish: Alkyd base red oxide primer. 8. Hardware: Engineered composite compression spring tubes with steel compression springs packed in grease. All other hardware is zinc plated/chromate sealed. N. Hatch Safety Railing: 1. 1 ¼” schedule 40 pipe in 6061 T6 aluminum alloy for posts and rails. 2. Cast aluminum locking mechanism and type 316 stainless steel spring hinges and fasteners. 3. Meet OSHA 29 CFR 1910.23 requirements. 4. Safety yellow powder coat paint finish. O. Skylight Screen Systems, General: Fall protection screen components including wire mesh screen, frame, fittings, and accessories as required for complete installation complying with requirements of authorities having jurisdiction. 1. Application: Curb-mounted perimeter screen frame. 2. Application: Standing seam metal roof-mounted perimeter screen frame clamped to standing seams with puncture-free set screws. 3. Application: Ribbed or corrugated metal roof-mounted perimeter screen frame. 4. Frames: Formed galvanized steel sheet. 5. Screen: Welded wire steel mesh, galvanized, 2 by 2 inches (51 by 51 mm). P. Prefabricated Pipe Flashings: As recommended by roof membrane manufacturer. Q. Miscellaneous Accessories: Provide pourable sealers, clad metal, preformed cone and vent sheet flashings, preformed inside and outside corner sheet flashings, T-joint covers, lap sealants, termination reglets, and other accessories. 2.6 SUBSTRATE BOARD A. Substrate Board: 1. Gypsum panel, glass-mat-faced, ASTM C1177/C1177M. a. Thickness: 1/2 inch (12 mm). B. Insulation Fasteners: Factory-coated steel fasteners and metal plates complying with corrosion-resistance provisions in FM Approvals 4470, designed for fastening roof insulation and cover boards to substrate, and acceptable to roofing system manufacturer. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 101 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 10 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING 2.7 WALKWAY MATERIALS A. Walkway / Protection Mat Material: 1. Protection mat, reinforced KEE membrane mat with serrated slip-resistant surface and enhanced puncture resistance, fabricated for heat welding to compatible KEE membrane surface. a. Mat Size: 28 inches by 48 feet (710 mm by 13.1 m). b. Thickness: 0.234 inch (5.9 mm). c. Puncture resistance: 850 lbs (148 kN/m). d. Tear strength: 350 lbs (60 kN/m). e. Color: Yellow. B. Rubber blocks: 100% rubber blocks with steel channels and reflective strips designed for supporting conduit. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with the following requirements and other conditions affecting performance of roofing system: 1. Verify that roof openings and penetrations are in place and curbs are set and braced and that roof drain bodies are securely clamped in place. 2. Verify that wood cants, blocking, curbs, and nailers are securely anchored to roof deck at penetrations and terminations and that nailers match thicknesses of insulation. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections. B. Prevent materials from entering and clogging roof drains and conductors and from spilling or migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking place or when rain is forecast. C. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system at the end of the workday or when rain is forecast. Remove and discard temporary seals before beginning work on adjoining roofing. 3.3 INSTALLATION, GENERAL A. Install roofing system in accordance with manufacturer’s written instructions and approved details. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 102 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 11 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING B. NRCA Installation Details: Install roofing system in accordance with applicable NRCA Manual Plates and NRCA recommendations; modify as required to comply with manufacturer's approved details and perimeter fastening requirements. 3.4 SUBSTRATE BOARD INSTALLATION A. Coordinate installing membrane roofing system components so substrate board is not exposed to precipitation or left exposed at the end of the workday. B. Substrate Boards: Install substrate boards over existing insulation system with long joints in continuous straight lines with end joints staggered between rows. Offset joints of insulation below a minimum of 6 inches (150 mm) in each direction. Loosely butt cover boards together. 1. Secure cover boards to resist uplift pressure at corners, perimeter, and field of roof. 2. Fasten substrate board to resist uplift pressure at corners, perimeter, and field of roof. 3.5 MECHANICALLY FASTENED MEMBRANE ROOFING INSTALLATION A. Mechanically fasten membrane roofing over area to receive roofing and install according to roofing system manufacturer's written instructions. B. Start installation of membrane roofing in presence of roofing system manufacturer's technical personnel. C. Accurately align membrane roofing and maintain uniform side and end laps of minimum dimensions required by manufacturer. Stagger end laps. D. Mechanically fasten or adhere membrane roofing securely at terminations, penetrations, and perimeter of roofing. E. Apply membrane roofing with side laps shingled with slope of roof deck where possible. F. In-Seam Attachment: Secure one edge of membrane sheet using fastening plates or metal battens centered within membrane seam and mechanically fasten membrane sheet to roof deck. G. Metal Stress Plate Installation: 1. Locate plates in grid pattern in accordance with membrane manufacturer's instructions. 2. Install plates in straight rows in the specified number and spacing to achieve the required wind uplift resistance in the main field, edges and corners of the roof. 3. Install plates and separation pads using fasteners that comply with the specified applicable building code wind uplift rating and the fastener and membrane manufacturer's requirements. Ensure that all fasteners are properly driven normal to the surface of the sub-structure. Do not over-drive fasteners; plates that are recessed into and/or not flush with the surface of the insulation are not acceptable. H. Welded Seams: Clean seam areas, overlap membrane roofing, and hot-air weld side and end laps of membrane roofing and sheet flashings according to manufacturer's written instructions to ensure a watertight seam installation. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 103 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 12 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING 1. Test lap edges with probe to verify seam weld continuity. Apply lap sealant to seal cut edges of sheet membrane. 2. Verify field strength of seams a minimum of twice daily and repair seam sample areas. 3. Repair tears, voids, and lapped seams in roofing that does not comply with requirements. I. Spread sealant bed over deck drain flange at roof drains and securely seal membrane roofing in place with clamping ring. 3.6 BASE FLASHING INSTALLATION A. Install sheet flashings and preformed flashing accessories and adhere to substrates according to membrane roofing system manufacturer's written instructions. B. Apply bonding adhesive to substrate and underside of sheet flashing at required rate and allow to partially dry. Do not apply to seam area of flashing. C. Flash penetrations, supports, and field-formed inside and outside corners with cured or uncured sheet flashing. Seal top of flashing with butyl tape between membrane and penetration and secure with stainless steel pipe clamps. Three course pipe clamps on square and irregular shaped penetrations with acrylic sealer and polyester reinforcement. D. Terminate field membrane at base of I beam supports and other irregular penetrations. Install fully reinforced liquid applied flashing system 6” up the support/penetration. Grind down to bare metal and prime prior to installation. E. Install new counterflashing and wind clips at all locations. F. Install new skirt metal counterflashing at equipment curbs and skylights. G. Seal cracks in top of efis wall and vertical portion on roof side. Prime and surface that portion of the wall with masonry primer and masonry coating system. Finish with paint matching the existing wall. H. Install new clad base flashings and pelican hoods for insulated lines and multiple lines going through the same opening. I. Remove prior repairs over coping joints and fasteners. Seal joints and fasteners with silicone sealant and silicone extrusions. J. Seal the top of all wind screen supports with polyurethane sealant. Grind to bare metal and prime prior to sealant application. K. Install liquid applied flashing system through drain bowls and 2” into the outlet. Grind down to bare metal and prime prior to installation. L. Seal all vent, duct, and pan seams and fasteners with acrylic sealer and polyester reinforcement. Surfaced passive vents, ducts, and pans with metal coating system at a rate of 3 gallons per square. Prepare and prime metal prior to coating application. M. Install a new roof hatch and roof hatch safety railing at the existing location. Follow manufacturer’s written instructions for installation. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 104 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 13 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING N. Install new skylight guards over two existing skylights. O. Clean seam areas, overlap, and firmly roll sheet flashings into the adhesive. Hot-air weld side and end laps to ensure a watertight seam installation. P. Seal top termination of base flashing with a metal termination bar and a continuous bead of joint sealant. 3.7 WALKWAY INSTALLATION A. Flexible Walkways: Install walkway products in locations indicated. Heat weld to substrate or adhere walkway products to substrate with compatible adhesive according to roofing system manufacturer's written instructions. 1. Install walkway sections under camera block supports. B. Install rubber blocks to support conduit. Add additional rubber blocks to insure no more than 8’ between blocks. Add additional blocks at corners and where needed for proper support. 1. Set rubber blocks on oversized walkpad sections. 2. Loosely clamp conduit. 3. Existing rubber blocks with steel channels can be re-used if they meet specification requirements. 3.8 FIELD QUALITY CONTROL A. Roofing Inspector: Contractor shall engage a qualified roofing inspector to perform roof tests and inspections and to prepare test reports. 1. Engage a qualified roofing inspector for full time inspection to perform roof tests and inspections and to prepare start up, interim, and final reports. Roofing Inspector's quality assurance inspections shall comply with applicable criteria established in NRCA's "Quality Control and Quality-assurance Guidelines for the Application of Membrane Roofing Systems." B. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation on completion. C. Repair or remove and replace components of membrane roofing system where inspections indicate that they do not comply with specified requirements. D. Additional inspections, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.9 PROTECTING AND CLEANING A. Protect membrane roofing system from damage and wear during remainder of construction period. When remaining construction will not affect or endanger roofing, inspect roofing for deterioration and damage, describing its nature and extent in a written report, with copy to Owner. B. Correct deficiencies in or remove membrane roofing system that does not comply with requirements; repair substrates; and repair or reinstall membrane roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 105 City of Diamond Bar City Hall Re-Roof Project 075416 Ketone Ethylene Ester Roofing 075416 - Page 14 of 14 KETONE ETHYLENE ESTER (KEE) ROOFING C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. END OF SECTION 075416 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 106 Attachment B – Contractor’s Bid DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 107 City of Diamond Bar City Hall Roof Rehabilitation Project (2/8/24), bidding on 02/28/2024 2:00 PM (PST) Page 1 of 3 Printed 03/20/2024 PlanetBids DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 108 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 109 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 110 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 111 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 112 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 113 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 114 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 115 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 116 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 117 SUBCONTACTOR LIST - City Hall Roof Rehabilitation Project FP23505 SUBCONTRACTOR NAME PHONE NUMBER DIR #E-MAIL JOB DESCRIPTION GAMA Contracting Services, Inc (626) 442-7200 100000934 info@gamacsi.com Demolition and Asbestos DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 118 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 119 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 120 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 121 DocuSign Envelope ID: D3A74D50-F444-4768-A8F1-04A95BAD6868 5.6.a Packet Pg. 122 Agenda #: 5.7 Meeting Date: May 7, 2024 TO: Honorable Mayor and Members of the City Council FROM: Daniel Fox, City Manager TITLE: PLANS AND SPECIFICATIONS FOR THE MAPLE HILL PARK/PLAYGROUND REPLACEMENT AND ADA UPGRADES PROJECT (PROJECT NO. FP23506). STRATEGIC GOAL: Safe, Sustainable & Healthy Community RECOMMENDATION: A. Determine that approving the design and plans for the proposed project is exempt from the California Environmental Quality Act pursuant to Section 15301(a) and (c), and 15302 of the CEQA Guidelines; and B. Adopt Resolution No. 2024-14 approving the design and plans for the Maple Hill Park/Playground Replacement and ADA Upgrades Project FP23506. FINANCIAL IMPACT: The FY 2023/24 Capital Improvement Program (CIP) includes $600,000 for the construction of this Project. The City has received a notice of award of a State Parks Grant totaling $660,000, resulting from a request submitted by State Senator Archuleta. Total available funds for construction of this Project is currently $1,260,000. The latest updated Engineer’s Cost Estimates based on the final design plans is $1,502,100, not including any contingency. Following solicitation of public bids, the actual construction costs will be presented to the City Council to award a construction contract . BACKGROUND: On May 2, 2023, the City Council approved a Consulting Services Agreement with PBLA Engineering, Inc. (PBLA) to design the Maple Hill Playground/Restroom and ADA Upgrades Project (Project). The Maple Hill Playground/Restroom and ADA Upgrades Project is a significant upgrade to the current amenities at the project site. With the existing restroom dating back to original County construction and the playground in need of replacement, the Project will ensure that Maple Hill Park can continue to meet 5.7 Packet Pg. 123 the demands of the neighborhood and adjacent Maple Hill Elementary School. Due to topographic issues at the park site requiring significant ADA upgrades, the design incorporates necessary ADA improvements throughout the playground, restroom, and pathways adjacent to the parking lot to ensure compliance with current code. A community engagement session was held at the park site on December 13, 2023, followed by a two-week online survey period. At the conclusion of the community engagement session and survey, the public showed significant interest in final designs reflected in the plans and specifications. The PBLA Design Option 1 referenced as Attachment 3 Conceptual Site Plan, focuses on replacement of the existing playgrounds with two play structures for children ages 2-5 and 5-12. The design includes a larger swing set and an “omnispin” feature similar to a merry-go-round. Community feedback was supportive of the playground, which includes a featurette with playhouse feel and is incorporated into the base of the playground structure. The restroom will be removed and replaced with a prefabricated restroom similar to those installed at recent park projects including Larkstone Park. Due to significant ADA limitations on site, the entirety of the walkways in and around the playground and restroom will be replaced and reconstructed. Additionally, the project includes resurfacing the basketball court and new landscaping within the project site ANALYSIS: PBLA has completed the preparation of the Plans, Specification s, and Estimates (PS&E) for the Project. The PS&E have been reviewed by staff, and are now recommended for approval by the City Council, through the adoption of the attached Resolution (Attachment 1). Cover pages of the Plans and Specifications are shown in Attachment 2, and a full set of the Plans and Specifications may be viewed electronically in the Public Works Department’s Office. The Project schedule is tentatively set as follows: Project Advertising May 2024 Award Construction Contract July 2024 Start of Construction August 2024 Completion of Construction March 2025 Environmental Review This Project has been determined to be exempt from the California Environmental Quality Act (CEQA) provisions pursuant to the California Code of Regulations, guidelines for the implementation of the CEQA, Section 15301 (a) and (c), and 15302 (Replacement and Reconstruction). LEGAL REVIEW: The City Attorney has reviewed and approved the Resolution as to form. 5.7 Packet Pg. 124 PREPARED BY: REVIEWED BY: Attachments: 1. 5.7.a Resolution No. 2024-14 2. 5.7.b Maple Hill Plans and Specs Cover 3. 5.7.c Maple Hill Park Concept Plans 5.7 Packet Pg. 125 RESOLUTION NO. 2024-14 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR APPROVING THE DESIGN AND PLANS FOR THE MAPLE HILL PARK/PLAYGROUND REPLACEMENT AND ADA UPGRADES PROJECT (PROJECT NO. FP23506) PURSUANT TO GOVERNMENT CODE SECTION 830.6. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Diamond Bar as follows: Section 1. Legislative Intent and Findings. A. The City retained PBLA Engineering, Inc. (“Consultant”) as the engineer to design and prepare the plans for the Maple Hill Park/Playground Replacement and ADA Upgrades Project (“Project”); B. The Consultant informed the City Engineer that these plans are complete and that construction of the Project may begin; C. The City Engineer reviewed the completed design and plans for the Project and agrees with the Consultant that the plans are complete and the Project may be constructed; D. The City Council wishes to obtain the immunities set forth in Government Code § 830.6 with regard to the plans and construction of the Project. Section 2. Design Immunity; Authorization. A. The design and plans for the Project are determined to be consistent with the City’s standards and are approved. B. The design approval set forth in this Resolution occurred before actual construction on the Project 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. CEQA Determination. This Project has been determined to be exempt from the California Environmental Quality Act (CEQA) provisions pursuant to the California Code of Regulations, guidelines for the implementation of the CEQA, Section 15301(a) and (c), and 15302 (Replacement and Reconstruction). 5.7.a Packet Pg. 126 Resolution No. 2024-14 2 Section 4. The City Clerk is directed to certify the adoption of this Resolution. Section 5. This Resolution will become effective immediately upon adoption. PASSED, APPROVED, AND ADOPTED this 7th day of May, 2024. CITY OF DIAMOND BAR ________________________ Stan Liu, 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 7th day of May, 2024, by the following vote: AYES: COUNCIL MEMBERS: NOES: COUNCIL MEMBERS: ABSENT: COUNCIL MEMBERS: ABSTAINED: COUNCIL MEMBERS: ________________________ Kristina Santana, City Clerk 5.7.a Packet Pg. 127 DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA CONTRACT DOCUMENTS AND SPECIFICATIONS FOR MAPLE HILL PARK PLAYGROUND/RESTROOM REPLACEMENT AND ADA UPGRADES PROJECT CITY PROJECT NO. FP23506 All Questions Regarding This Project Shall Be Submitted Via PlanetBids: Stan Liu, Mayor Chia Yu Teng, Mayor Pro Tem Andrew Chou, Council Member Ruth M. Low, Council Member Steve Tye, Council Member Daniel Fox, City Manager MAY 2024 5.7.b Packet Pg. 128 I M P R O V E M E N T S P R I V A T E D O M E S T I C W A T E RP R I V A T E S E W E R P R I V A T E STORM DRAINTITLE SHEET PBLA21810 Copley Dr. Diamond Bar, CA 91765 178012-14/10/2024CLIENTPROJECT NO:DATE:SHEET NO.OFSHEET TITLE PROJECT REVISIONS 1 CITY PLAN CHECK REVISIONS 03-05-2024City of Diamond Bar Diamond Bar Maple Hill Park Improvements 1355 Maple Hill Dr. Diamond Bar, CA 91765 PLABC-1SHEETDESCRIPTION5.7.bPacket Pg. 129 ATTACHMENT 3 CONCEPTUAL SITE PLAN OPTION 1 5.7.c Packet Pg. 130 21810 Copley Dr. Diamond Bar, CA 91765 XX8012-106/13/2023CLIENTPROJECT NO:DATE:SHEET NO.OFSHEET TITLE PROJECT REVISIONS SHTTTERR Y MAEWEVAN1 xxxCity of Diamond Bar Diamond Bar Maple Hill Park Improvements 1355 Maple Hill Dr. Diamond Bar, CA 91765 PLABA3.1ENLARGED SITE PLANPBLAExistingBasketballCourtExistingTot-LotW/ NewEquipmentand SurfacingExistingParking LotExistingParking LotMaple HillWMUNew Restroom FacilityNew Retaining Walland Handicap RampExistingTennisCourtsExistingPicnicTablesNew Trash ReceptaclesNew Park BenchesNew "v" Gutter andCatch BasinNew Trash ReceptaclesNew Park BenchesNew LandscapingNew LandscapingADA ImprovementsADA ImprovementsADA ImprovementsNew Rock Cobble ImprovementsNew Drinking Fountain5.7.cPacket Pg. 131