Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout061615 - Agenda - Regular MeetingCity of
Diamond
City Council • i
Tuesday, June16, 2015
6:30p.m. - Regular Meeting
The Government Center
South Coast Air Quality Management District/
Main Auditorium
21865 Copley Drive, Diamond Bar, CA 91765
Steve Tye Nancy A. Lyons
Mayor Mayor Pro Tem
Carol Herrera Jimmy Lin Jack Tanaka
Council Member Council Member Council Member
City Manager James DeStefano • City Attorney David DeBerry • City Clerk Tommye Cribbins
Copies of staff reports or other written documentation relating to agenda items are on file in the Office of the City Clerk, and are
available for public inspection. If 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) 539-7010 during regular business hours.
In an effort to comply with the requirements of Title II of the Americans with Disabilities Act of 1990, the City of Diamond Bar
requires that any person in need of any type of special equipment, assistance or accommodation(s) in order to communicate at a
City public meeting, must inform the City Clerk a minimum of 72 hours prior to the scheduled meeting.
Have online access? City Council Agendas are now available on the City of Diamond Bar's web site at
www.Cityof Diamond Bar.com
Please refrain from smoking, eating or drinking in the Council Chambers. The City of Diamond Bar uses recycled paper and
encourages you to do the same.
CITY OF DIAMOND BAR
CITY COUNCIL AGENDA
June 16, 2015
CALL TO ORDER:
PLEDGE OF ALLEGIANCE
INVOCATION:
ROLL CALL:
APPROVAL OF AGENDA:
Next Resolution No. 2015-27
Next Ordinance No. 04(2015)
6:30 p.m.
Mayor
Lead Pastor Jimmy Han,
Good News Chapel
Council Members Herrera, Lin, Tanaka,
Mayor Pro Tem Lyons, Mayor Tye
Mayor
1. SPECIAL PRESENTATIONS, CERTIFICATES, PROCLAMATIONS:
NEW BUSINESS OF THE MONTH:
1.1 Presentation of Certificate Plaque to Haggen, 240 S. Diamond Bar
Boulevard, as New Business of the Month for June, 2015.
2. CITY MANAGER REPORTS AND RECOMMENDATIONS:
2.1 Update by Los Angeles County Fire Department Assistant Chief Flath
regarding the recent Tonner Canyon Fire Exercise and overview of the
Department's involvement in the Napal Earthquake Recovery.
3. PUBLIC COMMENTS: "Public Comments" is the time reserved on each
regular meeting agenda to provide an opportunity for members of the public to
directly address the Council on Consent Calendar items or matters of interest to
the public that are not already scheduled for consideration on this agenda.
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.
JUNE 16, 2015 PAGE 2
Although the City Council values your comments, pursuant to the Brown Act, the
Council generally cannot take any action on items not listed on the posted
agenda. Please complete a Speaker's Card and give it to the City Clerk
(completion of this form is voluntary). There is a five-minute maximum time limit
when addressing the City Council.
4. RESPONSE TO PUBLIC COMMENT: Under the Brown Act, members of the
City Council may briefly respond to public comments but no extended discussion
and no action on such matters may take place.
5. SCHEDULE OF FUTURE EVENTS:
5.1 Planning Commission Meeting — June 23, 2015 — 7:00 p.m., Windmill
Community Room, 21810 Copley Drive.
5.2 Concerts in the Park — June 24, 2015 — 6:30p — 8:30p - Southland Band
(R&B, Classic Rock), Sycamore Canyon Park, 22930 Golden Springs
Drive.
5.3 Movies Under the Stars — June 24, 2015 — Alexander and the Terrible,
Horrible, No Good, Very Bad Day - Immediately following the Concert —
Sycamore Canyon Park, 22930 Golden Springs Drive.
5.4 Parks and Recreation Commission — June 25, 2015 — 7:00 p.m., Windmill
Community Room, 21810 Copley Drive.
5.5 Independence Holiday — July 3, 2015 — City Offices will be closed Friday,
July 3, 2015. City Offices will re -open Monday, July 6, 2015 at 7:30 a.m.
5.6 4th of July Blast — July 4, 2015 — 5:OOp to 9:30p — Diamond Bar High
School, 21400 Pathfinder Road.
5.7 City Council Meeting — July 7, 2015 — Cancelled.
5.8 Concerts in the Park — July 8, 2015 — 6:30p — 8:30p - The Kings of 88
(Piano Rock) - Sycamore Canyon Park, 22930 Golden Springs Drive.
5.9 Movies Under the Stars — July 8, 2015 — Maleficent - Immediately
following the Concert — Sycamore Canyon Park, 22930 Golden Springs
Drive.
5.10 Traffic and Transportation Commission — July 9, 2015 — 7:00 p.m.,
Windmill Community Room, 21810 Copley Drive.
5.11 Planning Commission Meeting — July 14, 2015 — 7:00 p.m., Windmill
Community Room, 21810 Copley Drive.
JUNE 16, 2015 PAGE 3
5.12 Concerts in the Park — July 15, 2015 — 6:30p — 8:30p - Stone Soul (Soul),
Sycamore Canyon Park, 22930 Golden Springs Drive.
5.13 Movies Under the Stars — July 15, 2015 — The Box Trolls - Immediately
following the Concert — Sycamore Canyon Park, 22930 Golden Springs
Drive.
5.14 City Council Meeting — July 21, 2015 — 6:30 p.m., AQMD Auditorium,
21865 Copley Drive.
6. CONSENT CALENDAR:
6.1 City Council Minutes — Regular Meeting of June 2, 2015.
Recommended Action: Approve.
Requested by: City Clerk
6.2 Planning Commission Minutes — Regular Meeting Minutes of May 12,
2015.
Recommended Action: Receive and File.
Requested by: Community Development Department
6.3 Ratification of Check Register - Dated May 28, 2015 through June 10,
2015 totaling $299,901.49.
Recommended Action: Ratify.
Requested by: Finance Department
6.4 Contract Extensions for Community Services Department:
(a) Approval of Amendment No. 3 to Extend the Agreement with
Excel Landscape for Landscape Maintenance Services at Lighting
and Landscape Maintenance Districts Nos. 38, 39 and 41, and
Washington Park for the 2015/16 and 2016/17 Fiscal Years in the
Annual Amount of $333,575; Plus a Contingency Amount Each Year
Not -to -Exceed $27,000 for As -Needed Work, for a Total Annual
Authorization of $360,575.
Recommended Action: Approve.
JUNE 16, 2015 PAGE 4
(b) Approval of Contract with Social Vocations Services (SVS) to
Provide Weed Removal and Litter Abatement Services in the Amount
Not -to -Exceed $23,800 for Fiscal Year 2015/16.
Recommended Action: Approve.
(c) Approval of Amendment No. 1 to the Agreement with Tennis
Anyone to Extend the Contract Period to July 1, 2015 through June
30, 2016 in the Amount of $70,000.
Recommended Action: Approve.
(d) Authorization by the City Council for Approval of Expenditures
of up to $60,000 Payable to Alliant Insurance Services for the
Purchase of Tenant User Liability Insurance and Special Event
Insurance for FY 2015/16.
Recommended Action: Authorize.
Requested by: Community Services Department
6.5 Award of Contract to AmeriComp Group Imaging, LLC, for Printer
Service and Toner in an Amount Not -to -Exceed $90,000, for the
Period of July 1, 2015 through June 30, 2018.
Recommended Action: Award.
Requested by: IS Department
6.6 Award of Contract to Ameritech Business Systems, Inc., for Copier
Service in an Amount Not -to -Exceed $50,000, for the Period of July 1,
2015 through June 30, 2018.
Recommended Action: Award.
Requested by: IS Department
6.7 Award of Consulting Services Agreement to Comdyn Group, Inc. for
As -Needed Information Technology Services in an Amount Not -to -
Exceed $250,000 for the Period of July 1, 2015 through June 30, 2020.
Recommended Action: Award.
Requested by: IS Department
JUNE 16, 2015 PAGE 5
6.8 Approval of Maintenance Services Agreement with Woods
Maintenance Systems, Inc., DBA Graffiti Control Systems to Provide
Graffiti Removal Services for FY 2015/16 with an Option for Four
One -Year Extensions.
Recommended Action: Approve.
Requested by: Community Development Department
6.9 Approve the Execution of the First Amendment to the Memorandum
of Understanding with the Los Angeles Gateway Water Management
Authority (GWMA) for the Implementation of the Watershed
Management Program and Coordinated Integrated Monitoring
Program for the Lower San Gabriel River Watershed Group
"LSGRWG".
Recommended Action: Approve and Authorize.
Requested by: Public Works Department
6.10 Adopt Resolution No. 2015 -XX: Denying the Appeal and Affirming
the Planning Commission's Decision to Deny Conditional Use Permit
No. PL 2014-518, A Request to Allow the Installation of a New
Wireless Telecommunications Facility Consisting of 12 Panel
Antennas, Three (3) Remote Radio Units, and a 24 -Inch Diameter
Microwave Dish Antenna on a 65 -Foot High Artificial Tree (Monopine)
and Associated Above -Ground Equipment Cabinets within a 220
Square -Foot Enclosure at a Public Park (Maple Hill Park) Located at
1355 Maple Hill Road (APN: 8293-030-900).
Recommended Action: Adopt.
Requested by: Community Development Department
6.11 Adopt Resolution No. 2015 -XX: Approving a Five -Year Enterprise
Agreement with Microsoft Corporation through Compucom for
Software Licenses; and Authorize the City Manager to Execute the
Agreement in an Amount Not -to -Exceed $100,000 (Approximately
$20,000 Per Year, Over a Five (5) year Agreement).
Recommended Action: Adopt and Authorize.
Requested by: IS Department
JUNE 16, 2015 PAGE 6
7. PUBLIC HEARINGS: 6:45 p.m., or as soon thereafter as matters may be heard.
7.1 Adopt Resolution No. 2015 -XX: Approving Tentative Tract Map No.
73201 (Planning Case No. PL 2014-619) to Subdivide Air Space for a
10 -Unit Warehouse Condominium Located at 614-646 Brea Canyon
Road (Assessor's Parcel Map No. 8719-010-019).
Recommended Action: Receive Staff's Report, Open the Public Hearing,
Receive PublicTestimony, Close the Public Hearing, Discuss and Adopt.
Requested by: Community Development Department
8. COUNCIL CONSIDERATION: None.
9. COUNCIL SUB -COMMITTEE REPORTS AND MEETING ATTENDANCE
REPORTS/COUNCIL MEMBER COMMENTS:
10. ADJOURNMENT:
Agenda No. 6.1
MINUTES OF THE CITY COUNCIL
REGULAR MEETING OF THE CITY OF DIAMOND BARBMIPY
JUNE 2, 2015
CALL TO ORDER: Mayor Tye called the Regular City Council meeting to
order at 6:32 p.m. in the South Coast Air Quality Management District/Government
Center Auditorium, 21865 Copley Drive, Diamond Bar, CA.
PLEDGE OF ALLEGIANCE: Boy Scout Troop 730 led the Pledge of Allegiance.
INVOCATION: Associate Pastor Sung Kim, Gateway Friends Church
gave the invocation.
ROLL CALL: Council Members Herrera, Lin, Tanaka, Mayor Pro
Tem Lyons and Mayor Tye.
Staff Present: James DeStefano, City Manager; David DeBerry,
City Attorney; Ken Desforges, IS Director; David Liu, Public Works Director; Bob Rose,
Community Services Director; Dianna Honeywell, Finance Director; Greg Gubman,
Community Development Director; Amy Haug, Human Resources Manager; Kimberly
Young, Senior Civil Engineer; Anthony Santos, Senior Management Analyst; Marsha
Road, Public Information Manager; Josue Espino, Associate Planner; Cecilia Arellano,
Public Information Coordinator, and Tommye Cribbins, City Clerk.
APPROVAL OF AGENDA: M/Tye requested that Agenda Item 8.1 be heard
following Consent Calendar Items. With consensus of Council it was approved.
1. SPECIAL PRESENTATIONS, CERTIFICATES, PROCLAMATIONS:
1.1 M/Tye and City Council Members presented Certificates of Recognition to
the Diamond Bar High School Badminton Team members upon the
occasion of winning their fourth consecutive championship.
1.2 M/Tye and City Council Members recognized "Report for Reward"
recipients David Matsukiyo and Matthew Chen.
BUSINESS OF THE MONTH:
1.2 M/Tye and City Council presented a City Tile to Kaiser Permanente
Diamond Bar Medical Offices, 1336 Bridgegate Drive as Business of the
Month for June 2015.
Dr. Bigley, Area Medical Doctor, spoke about the services and expansion
of the Diamond Bar facility. Dr. Bigley introduced Maggie Pearce,
Executive Director, Kaiser Permanente Baldwin Park Medical Center;
Victor Chang, Physician in Charge of the Diamond Bar Office Building;
and, Reyna Del Haro, Public Affairs Director.
2. CITY MANAGER REPORTS AND RECOMMENDATIONS:
CM/DeStefano reported that the City Council has an opportunity to weigh in on a
variety of policy issues and other matters within the City Organization/
JUNE 2, 2015 PAGE 2 CITY COUNCIL
Government and that City Council Members individually serve on
subcommittees, two of which met prior to tonight's meeting. The first was the
Audit subcommittee comprised of M/Tye and MPT/Lyons. FD/Honeywell
presented the new fiscal Investment Policy that is before Council for adoption
tonight.
Another subcommittee also comprised of M/Tye and MPT/Lyons is the Public
Safety Committee that meets periodically to review public safety matters
including Sheriff's Department, Fire Department, Animal Control, etc. Tonight the
committee met with the Sheriff's Department and looked at current crime
statistics, activities of the Neighborhood Watch Program and a variety of items
that the Sheriff's Department brought before it.
3. PUBLIC COMMENTS:
Susan Pantages, 1104 Bramford Court, a resident of Diamond Bar for 29 years,
said that she and her neighbors have come tonight to urge the City Council to
become more aggressive in its investigation and prosecution of birthing houses
within the City and specifically, one such house on their street for over two years.
She has reported unusual occurrences to CDD/Gubman who has worked with
them in documenting and reporting such activity as well as, securing a search
warrant. She spoke about what she considered to be illegal activities and
warned residents about 15 -passenger white Mercedes Sprinter vans showing up
in their neighborhoods and stated that residents should be actively watching and
reporting suspicious activities as these vehicles may be linked to transporting
pregnant women to airports, doctor appointments and shopping. She has
reported these activities to the local office of Homeland Security and they
encouraged her to post the phone number for the tip line to report birthing
houses. She asked the City Council to post the Homeland Security phone
number of 1-866-347-2423 in the Diamond Bar Newsletter and on City Digital
Signs and properties and in addition to post laws against this type of business
practice with enforceable consequences. Further, she and her neighbors
encouraged the Diamond Bar City Council to review current laws and ordinances
and if weak, propose and draft new enforceable ordinances.
Brian Worthington, reported that a month ago the City committed to expanding
the Neighborhood Watch Program throughout Diamond Bar and since last month
four new Neighborhood Watch Programs have started. He recognized Michael
Ramirez, Deputy Aaron Schiller and Captain Scroggins for their assistance in
expanding the program. Also, it appears that five additional programs will begin
in the next month.
Mr. Worthington stated that Nancy Kim is attempting to stop the cell phone tower
at Maple Hill Park and that he and several hundred residents support that as
well.
With respect to the 2400 acres of Tres Hermanos that are up for sale with 700
JUNE 2, 2015
PAGE 3 CITY COUNCIL
acres sitting on the Diamond Bar side he met with C/Herrera who supports
having a managed system and residents want to participate in a conversation
about Tres Hermanos in an attempt to making it a good thing for all as opposed
to unplanned scrawl.
Pui-Ching Ho, Library Manager, spoke about upcoming events at the Diamond
Bar Library. On Friday, June 5 at 11:00 a.m. the library will offer a baby sign
language class; on Thursday, June 11 children are invited to help the library kick
off its summer reading program with a fun musical afternoon with Clint Perry and
the Boohoo Crew; on Thursday, June 9 teens can make a clock out of a CD; and,
a songwriting workshop on Tuesday, June 16 at 2:00 p.m.
RESPONSE TO PUBLIC COMMENTS:
CM/DeStefano applauded Mrs. Pantages who has been very active working
closely with the Community Development Department and its Director
CDD/Gubman and Code Enforcement staff in watching the activities within her
neighborhood and noticing that there were activities that seemed out of character
and suspicious. She and her neighbors have reported those activities as she
described and the City has investigated those activities as she indicated. The
City needs to gain more information with cases such as this and do everything
possible to aid residents — likewise, residents need to do everything they can to
aid the City. The City will take phone calls, receive messages, emails, etc. and a
variety of techniques that can be used if there is suspicious activity and in
particular, a pattern of activity where suspicious mini vans are showing up at the
same time of day, night or when activity is taking place that seems to be unusual.
The issue of birthing homes is one that is not unique to Diamond Bar — they
happen all across the country. In fact, it may have first started in New York City.
Diamond Bar has had its share of alleged birthing homes over the last few years
and the City has aggressively gone after those when reported and when the City
was able to come up with enough information and evidence to either push the
entrepreneur with such a business out of the City or prosecute the case. The
City has had success in these endeavors but not always and it boils down to
having enough evidence to gain an effective prosecution of the crime of having a
boarding house in a residential neighborhood which is really the issue. Most of
these homes where they do occur have multiple occupants for short periods of
time which is a boarding house and which is not permitted in Diamond Bar's
single family neighborhoods. Anything the City and enforcement can gain from
the residents to aid in such activities the City has undertaken would be beneficial
in causing these folks to move elsewhere and/or be prosecuted. At the present
time there are only two houses of the 17 or 18,000 in Diamond Bar that the City
suspects may be engaged in activity akin to a birthing home and in one case the
City is working with the HOA and in the other case working with active
neighboring homeowners to gain sufficient information to have a successful
prosecution. If anyone sees activities or suspects anything that may be
improper, please contact the Sheriff's Department or City Hall at 909-839-7030
(Community Development Department).
JUNE 2, 2015
PAGE 4 CITY COUNCIL
A comment was made by the second speaker regarding Neighborhood Watch.
There are dozens of active Neighborhood Watch Programs within the City. It is
locally a program that was created by the predecessors on the City Council and
has been actively supported by every City Council Member the City has ever
had. The City has been very successful with a variety of Neighborhood Watch
Programs, some of which are small and some of which are large. Last night
there was a meeting with a neighborhood creating a new Neighborhood Watch
Program of about 35-40 area residents. This venue provides an opportunity for
residents to speak with Sheriff's Deputies including Deputy Scheller who
attended last night's meeting and to talk about crime, crime prevention and what
residents can do. Diamond Bar has an extraordinarily low crime rate which is
great for those that live, work and recreate here. Though infrequent, the crimes
that do occur are very serious to those who are directly affected as well as, to
neighbors either in the business community or the residential community.
Diamond Bar is very, very proud of its record and is often cited as one of the
safest cities in southern California, in all of California and in the nation. Crime
rates ebb and flow and with the recent adoption of Proposition 47 is not going to
be helpful throughout California and is not going to be helpful when the types of
crimes that were previously felonies are now misdemeanors and criminals who
would previously go to jail for the offenses of property crimes, which is typically in
Diamond Bar, are now getting away with citations or a slap on the hand.
However, Diamond Bar has an active and aggressive Sheriff's Department
including Deputy Scheller, Lieutenant Takias, Captain Scroggin and the 9,000
men and women in uniform behind those gentlemen.
With respect to the comment about vacant land between Diamond Bar and Chino
Hills about one-third of the total acreage resides within the City of Diamond Bar
and the balance lies within the boundary of Chino Hills. The property is owned
by the Redevelopment Agency of the City of Industry. That property will be put
up for sale sometime later this calendar year and the process will likely move into
the next calendar year and will most probably be sold to development interests.
Diamond Bar and Chino Hills have been looking at that acreage for many, many
years. In fact, about 18-20 years ago the Tres Hermanos Conservation Authority
was created between the two cities and many members of the City Council have
sat on that Authority since its inception. That Authority meets as needed but on a
regular basis to take a look at the activities on that property, the potential for
development in the future and all that encompasses the future use of that
acreage. The acreage is very, very restricted. There are only a few hundred
dwelling units permissible in Diamond Bar and the same is true on the Chino Hills
side. However, that will likely not continue to be the case because there will be
development interest late this year into next year at which time there will be an
abundance of processes that will include significant public input, environmental
reviews, etc. that will take place in the future. It is far too early to tell what will
happen with the proposed sale of the property.
M/Tye asked CM/DeStefano to comment on Mrs. Pantages point about enacting
more aggressive enforcement and what that might look like.
JUNE 2, 2015 PAGE 5 CITY COUNCIL
112
CM/DeStefano said that the City believes it already has all of the tools
necessary. There are a significant number of layers of legislation, regulation and
law that involves what a family is. Staff believes it has sufficient regulations to
protect neighborhoods dealing with these types of activities because again, they
are fundamentally "boarding houses." As previously stated, the real issue for the
City is gathering sufficient evidence to support a successful prosecution wherein
lies the difficulty.
CA/DeBerry said that the City's Ordinances are fine. They already prohibit the
birthing type of uses as well as, other boarding house types of uses. As
explained by CM/DeStefano the real rub is getting the evidence to bring to Court
that a crime was committed and whether it is a misdemeanor or felony, the City's
burden is to show that the crime was committed beyond a reasonable doubt.
Even in situations where a subpoena is requested or an inspection warrant to
enter the premises is requested the City still has to have probable cause, some
evidence to show to the Court to issue a warrant.
M/Tye asked that Mrs. Pantages recommendation be implemented and that the
number for Homeland Security be made available on the City's website.
SCHEDULE OF FUTURE EVENTS:
5.1 Pop -Up City Hall — June 4, 2015 — 9:00 a.m. to 1:00 p.m., Diamond Hills
Plaza (Next to HMart), 2825 S. Diamond Bar Boulevard; free hands -only
CPR training will be offered by LA County Firefighters.
5.2 Planning Commission Meeting — June 9, 2015 — 7:00 p.m., Windmill
Community Room, 21810 Copley Drive (canceled).
5.3 Traffic and Transportation Commission Meeting — June 11, 2015 - 7:00
p.m., Windmill Community Room, 21810 Copley Drive.
5.4 City Council Meeting — June 16, 2015 — 6:30 p.m., SCAQMD/Government
Center Auditorium, 21865 Copley Drive.
6. CONSENT CALENDAR: MPT/Lyons moved, C/Herrera seconded to approve
the Consent Calendar as presented with MPT/Lyons abstaining from Item 6.1
and with the exception of Item 6.14 withdrawn for separate consideration by
M/Tye. Motion carried by the following Roll Call vote:
AYES:
COUNCIL MEMBERS:
Herrera, Lin, Tanaka, MPT/Lyons, M/Tye
NOES:
COUNCIL MEMBERS:
None
ABSENT:
COUNCIL MEMBERS:
None
JUNE 2, 2015
PAGE 6 CITY COUNCIL
6.1 APPROVED CITY COUNCIL MINUTES:
6.1.1 STUDY SESSION MINUTES of May 19,2015— as presented
6.1.2 REGULAR MEETING MINUTES of May 19, 2015 —as presented
6.2 RECEIVED AND FILED TRAFFIC AND TRANSPORTATION
COMMISSION MINUTES — Regular Meeting of April 9, 2015.
6.3 RECEIVED AND FILED PLANNING COMMISSION MINUTES — Regular
Meeting of April 14, 2015.
6.4 RATIFIED CHECK REGISTER — Dated May 14, 2015 through May 27,
2015 totaling $1,494,739.50.
6.5 APPROVED TREASURER'S STATEMENT — Month of April 2015.
6.6 APPROVED THE FIRST AMENDMENT TO THE CONSULTANT
SERVICES AGREEMENT WITH ECS IMAGING, INC., EXTENDING THE
CONTRACT TERM THROUGH JUNE 30, 2016 WITH NO CHANGE IN
THE APPROVED NOT -TO -EXCEED AMOUNT OF $87,000.
6.7 APPROVED THE FIRST AMENDMENT TO THE CONSULTANT
SERVICES AGREEMENT WITH SYTECH SOLUTIONS, INC.,
EXTENDING THE CONTRACT TERM THROUGH JUNE 30, 2016 AT A
COST OF $40,000 FOR A TOTAL NOT -TO -EXCEED AMOUNT OF
$140,000.
6.8 APPROVED AMENDMENT NO. 4 TO THE CONTRACT WITH
VALLEYCREST LANDSCAPE MAINTENANCE TO EXTEND THE TERM
OF THE CONTRACT FROM JULY 1, 2015 THROUGH JUNE 30, 2016
TO PROVIDE LANDSCAPE MAINTENANCE SERVICES AT NINE (9)
CITY PARKS, THE GROUNDS OF THE DIAMOND BAR CENTER, THE
FOOTBALL FIELD AND SLOPE AT LORBEER MIDDLE SCHOOL, AND
THE MESA TRAIL/TRAILHEAD AT SYCAMORE CANYON PARK, IN
THE AMOUNT OF $368,995 EACH FISCAL YEAR, AND AS -NEEDED
WORK IN THE AMOUNT OF $25,000 EACH FISCAL YEAR FOR A
TOTAL AUTHORIZATION NOT TO EXCEED $393,995 ANNUALLY.
6.9 APPROVED ADJOURNING THE JUNE 16, 2015 CITY COUNCIL
MEETING TO JULY 21, 2015.
6.10 (a) ADOPTED RESOLUTION NO. 2015-23: REQUESTING THE
BOARD OF SUPERVISORS OF THE COUNTY OF LOS ANGELES TO
CONSOLIDATE A GENERAL MUNICIPAL ELECTION TO BE HELD ON
NOVEMBER 3, 2015 WITH THE SCHOOL ELECTIONS TO BE HELD ON
THAT DATE PURSUANT TO SECTION 10403 OF THE ELECTIONS
CODE.
JUNE 2, 2015
PAGE 7 CITY COUNCIL
(b) ADOPTED RESOLUTION NO. 2015-24: REQUESTING THE
BOARD OF SUPERVISORS OF THE COUNTY OF LOS ANGELES TO
CONSOLIDATE A GENERAL MUNICIPAL ELECTION TO BE HELD ON
NOVEMBER 3, 2015 WITH THE SCHOOL ELECTIONS TO BE HELD ON
THAT DATE PURSUANT TO SECTION 10403 OF THE ELECTIONS
CODE.
(c) ADOPTED RESOLUTION NO. 2015-25: ADOPTING
REGULATIONS FOR CANDIDATES FOR ELECTIVE OFFICE
PERTAINING TO CANDIDATES STATEMENTS SUBMITTED TO THE
VOTERS AT AN ELECTION TO BE HELD ON TUESDAY, NOVEMBER
3, 2015.
6.11 APPROVED SUPPLEMENTAL APPROPRIATIONS OF $559,591 INTO
THE FY 2014-15 BUILDING FEES REVENUE ACCOUNTS AND,
$233,547 INTO THE FY 2014-15 BUILDING AND SAFETY CONTRACT
SERVICES EXPENDITURE ACCOUNT, TO FUND THE PAYMENT OF
RKA CONSULTING SERVICES INVOICES.
6.12 APPROVED PROFESSIONAL SERVICES AGREEMENT WITH DAVID
EVANS AND ASSOCIATES, INC. (DEA) TO PROVIDE LANDSCAPE
PLAN CHECKING SERVICES FOR THREE FISCAL YEARS (2015-16
THROUGH 2017-18) WITH AN OPTION FOR TWO (2) ONE-YEAR
EXTENSIONS.
6.13 AUTHORIZED THE CITY MANAGER TO ENTER INTO A THREE-YEAR
AGREEMENT WITH THE LOS ANGELES GATEWAY REGION
INTEGRATED REGIONAL WATER MANAGEMENT JOINT POWERS
AUTHORITY TO SHARE THE COSTS FOR THE INSTALLATION OF
MONITORING EQUIPMENT AND MONITORING PURSUANT TO THE
HARBOR TOXIC POLLUTANTS TOTAL MAXIMUM DAILY LOADS
(TMDL) FOR A TOTAL AMOUNT NOT -TO -EXCEED $30,000 FOR THE
TERM OF THE AGREEMENT.
ITEMS WITHDRAWN FROM CONSENT CALENDAR:
6.14 ADOPTED RESOLUTION NO. 2015-26: ADOPTING THE STATEMENT
OF INVESTMENT.
M/Tye asked that staff provide a report for the benefit of the community.
FD/Honeywell stated that earlier this evening the Audit Subcommittee met
to review the proposed Fiscal Year 2015-16 Investment Policy. The
current investment policy has been unchanged for several years and the
investment market as well as, California Government Code that regulates
local agencies in this arena has changed over time and the policy before
the City Council tonight reflects these changes. The objective of the City
JUNE 2, 2015 PAGE 8 CITY COUNCIL
91
continues to be safety, liquidity and yield in that order. Formerly, the City's
investment policy was drafted using a National Government Finance
Officers Association model. The updated policy was drafted using the
provisions outlined in the California Municipal Treasurers Association
Certification Program and the CMTA solely focuses on "best practices and
treasury management" in the State of California for California treasurers
which lends itself more closely to the City's investment requirements and
goals.
M/Tye thanked FD/Honeywell and said he wanted folks to understand the
City is implementing a better policy and as a result, certain things will not
be permitted even though they are permitted by law.
M/Tye moved, C/Lin seconded, to Adopt Resolution No. 2015-26:
Adopting the Statement of Investment. Motion carried by the following
Roll Call vote:
AYES: COUNCIL MEMBERS: Herrera, Lin, Tanaka, MPT/Lyons,
M/Tye
NOES: COUNCIL MEMBERS: None
ABSENT: COUNCIL MEMBERS: None
COUNCIL CONSIDERATION:
8.1 APPOINTMENT TO WILDLIFE CORRIDOR CONSERVATION
AUTHORITY ADVISORY COMMITTEE
M/Tye asked Jennifer Fraga, to introduced herself and speak about her
experience. She stated that presently is attending Azusa Pacific
University (APU) and has worked at The National Wildlife Refuge and Don
Edwards San Francisco Bay National Wildlife Refuge.
C/Herrera moved, C/Tanaka seconded, to approve appointment of
Jennifer Fraga to the Wildlife Corridor Conservation Authority Advisory
Committee. Motion carried by the following Roll Call vote:
AYES: COUNCIL MEMBERS: Herrera, Lin, Tanaka, MPT/Lyons,
M/Tye
NOES: COUNCIL MEMBERS: None
ABSENT: COUNCIL MEMBERS: None
JUNE 2, 2015
PAGE 9 CITY COUNCIL
7.1 ADOPT RESOLUTION NO. 2015-27: DENYING THE APPEAL AND
AFFIRMING THE PLANNING COMMISSION'S DECISION TO DENY
CONDITIONAL USE PERMIT NO. PL 2014-518, A REQUEST TO
ALLOW THE INSTALLATION OF A NEW WIRELESS
TELECOMMUNICATIONS FACILITY CONSISTING OF 12 PANEL
ANTENNAS, THREE (3) REMOTE RADIO UNITS, AND A 24 -INCH
DIAMETER MICROWAVE DISH ANTENNA ON A 65 -FOOT HIGH
ARTIFICIAL TREE (MONOPINE) AND ASSOCIATED ABOVE -GROUND
EQUIPMENT CABINETS WITHIN A 220 SQUARE FOOT ENCLOSURE
AT A PUBLIC PARK (MAPLE HILL PARK), LOCATED AT 1355 MAPLE
HILL ROAD (APN: 8293-030-900).
CM/DeStefano stated that on tonight's agenda is a Resolution which
states that it would deny an appeal confirming the Planning Commission
decision to deny Conditional Use Permit No. PL 2014-518, a request to
allow the installation of a new wireless telecommunications facility
proposed within Maple Hill Park located at 1355 Maple Hill Road
consisting of 12 panel antennas, three (3) remote radio units, and a 24 -
inch diameter microwave dish antenna on a 65 -foot high artificial tree
(Monopine) and associated above -ground equipment cabinets within a
220 square foot enclosure. Prior to opening the Public Hearing staff will
provide a report on the details of the application and respond to any
questions from Council, and receive feedback from the City Attorney, as
needed. Once staff has concluded its conversation with the City Council
there would be an opportunity for the applicants to present their project
after which the City Council would open the Public Hearing and take public
testimony on the matter, close the Public Hearing and take action.
CDD/Gubman provided staff's report stating that the matter before the
Council this evening is an appeal of the Planning Commission's Denial of
a Conditional Use Permit application to establish a wireless
telecommunications facility at Maple Hill Park. The applicant and
appellant is T -Mobile. He provided the City Council with a brief overview
of the proposal, a summary of the review process culminating in the March
10, 2015 Planning Commission Hearing and a discussion of staff's
recommendation that the City Council Deny the Appeal and affirm the
Planning Commission's decision to deny T -Mobile's request.
This project is a request to establish a new co -locatable 65 foot high
wireless telecommunications tower in the form of an artificial tree
(Monopine). Monopole is the generic term for a cell tower when it is
disguised as a certain variety of tree. On the monopine structure the
antenna facility would consist of 12 vertical panel antennas, three (3)
modules known as remote radio units, and a 24 -inch diameter microwave
dish antenna. In addition, a 220 square foot equipment enclosure is
JUNE 2, 2015 PAGE 10 CITY COUNCIL
proposed which would be architecturally designed to match the other
structures and in particular the restroom building in the park which would
consist of split -face block walls and wood lattice cover. The antenna array
and all of the associated equipment is for the purpose of receiving and
transmitting telecommunications data for cell phones and other wireless
communications that are provided by the carrier T -Mobile.
CDD/Gubman provided an aerial photograph of Maple Hill Park located on
the southwesterly side of Maple Hill Drive directly across the street from
Maple Hill Elementary School and within a single family neighborhood
zoned Single Family Designation RLM. He then displayed an
enlargement of the proposed cell site 220 square foot facilities enclosure
that would reside just to the south of the far right tennis court and the
yellow dashed circle which outlined the location for the proposed
Monopine. CDD/Gubman showed a photo looking toward the parking lot
in the picnic area in front of the tennis courts which showed the ground
location for the proposed Monopine structure and a view from the north
looking southwest into the park with an arrow pointing to the proposed
Monopine (a photo simulation of the proposed structure).
CDD/Gubman stated that the design for this facility was developed
through a collaborative process between staff and T -Mobile's project
consultant. Staff has a good working relationship with T -Mobile and over
the years, the City has processed several applications in the City for them
including locations on privately owned land as well as, public property.
The Planning and Community Services staff worked with the applicant to
come up with the aesthetically preferred placement for the proposed
improvements within the locational constraints such as setbacks within the
park property. Staff then recommended that the Planning Commission
approve the final design.
The Planning Commission held its Public Hearing on March 10, 2015 and
listened to several neighbors speak who voiced their objections to the
proposal. Several speakers described how they use the park and how
they appreciate its intimate and natural setting and why they feel the
proposed structures would be unattractive from the prospective of a park
user and, that the park which is already developed with several amenities
would become overcrowded if additional structures were to be added to it.
The Commission considered all of the facts and testimony entered into the
public record and concluded that the Findings required to approve a
Conditional Use Permit could not be made and therefore denied the
application.
As discussed in the Planning Commission Resolution which is included in
staff's report packet attachments, Findings 3 and 5 outline the factual
basis upon which the Commission reached its conclusion to deny the
JUNE 2, 2015 PAGE 11 CITY COUNCIL
request. In a nutshell, the Commission determined that the proposed
wireless facility would have a negative effect on the public's enjoyment of
the parks aesthetic attributes; and, that the proposed structures would
overcrowd the portion of the park used for picnics, gatherings and passive
enjoyment. In making its findings the Commission also contrasted Maple
Hill Park to other City parks where wireless facilities have previously been
approved and why those other locations are appropriate for wireless
telecommunications facilities as opposed to Maple Hill Park. Specifically,
there are three other parks in the City including Peterson Park with nine
usable acres which has wireless communications facilities mounted to
sports field lighting. It is a larger park and the park is already developed
with structures that are utilitarian in their visual character and the
determination was that installing antennas on those structures was an
appropriate co -location; Pantera Park which is about 15.5 acres, has
lighted sports fields and similarly, wireless communications are mounted
on the sports field lighting; and, the Diamond Bar Center consists of about
16 developed acres and there are two artificial trees located at the
northern -most end of the parking lot beyond the limits of public
congregation. In the three other locations there were clear distinctions
drawn between the character and programming of those parks and those
facts were used to contrast against Maple Hill Park and why this park
being the smallest park in the City for which a wireless communications
site was proposed would not be an appropriate selection.
Following the Commission's action the City Manager rescinded the City's
prior authorization for T -Mobile to proceed with the Maple Hill Park
application. This decision was in response to hearing the customers
(Diamond Bar residents who use the park) voice their objections to further
development at that park.
CDD/Gubman said he was before the City Council this evening
recommending that the Council uphold the Planning Commission's
decision to deny this Conditional Use Permit application.
CDD/Gubman responded to some of the statements submitted in writing
by the appellant and responded to statements included in the applicant's
legal counsel's letter that was entered into the record yesterday that
suggests that staff's reversal of its recommendation in support of the
Planning Commission's decision was somehow arbitrary, capricious or
otherwise inappropriate for which he took issue. When staff worked with
T -Mobile on this project staffs recommendation was based on all of the
information made available to staff. Staff took into consideration the
opportunities and constraints and made a good effort to come up with the
best design for a cell site at Maple Hill Park; however, as City staff, they
are not residents of this particular neighborhood, staff does not use the
park and staff does not have the firsthand understanding of how the
residents/customers enjoy this park which is part of the public hearing
JUNE 2, 2015 PAGE 12 CITY COUNCIL
process. Staff conducts its analysis and moves forward with a
recommendation, but a public hearing must be held so that the
transparent deliberation can occur and the public has to be given the
opportunity to provide information to help the Planning Commission reach
its decision. So, after hearing all of the testimony and evidence entered
into the record which staff heard as well, the Planning Commission made
its decision and staff is here to convey the Planning Commission's
recommendation to the City Council and to support that recommendation.
CDD/Gubman addressed another remark in T -Mobile's legal counsel's
letter that Maple Hill Park is the only available site to close the coverage
gap in this service area which is actually not accurate. In the appellant's
formal appeal that was submitted it acknowledges that Maple Hill
Elementary School and locations within the Public Rights -of -Way are other
alternatives to locating a telecommunications facility to close that
coverage gap. The appeal that was submitted noted that Maple Hill
Elementary School is not an option for them because the property owner
did not give authorization for T -Mobile to apply to place a cell site on their
site. As far as the Public Right -of -Way option, the appellant articulated
reasons why they find that not to be a feasible option for them to pursue.
Finally, there are statements in the appeal and in the subsequent
correspondence that Maple Hill Park has been pre -approved or is a
"preferred" site for a wireless telecommunications facility and that is
incorrect. In fact, the City's Municipal Code identifies zoning districts
where certain land uses may be allowed provided that a Conditional Use
Permit is granted. So for wireless communications facilities that includes
commercial, industrial and office zoning districts and also references what
is called a Wireless Facilities and Opportunities Map was adopted circa
1998 and what is basically an inventory of schools, parks and other public
facilities and churches within the City that are located in residential zoning
districts but are not residentially used properties. There was no
preference or pre -approval for any of these sites — these properties were
merely added to the inventory of land within which conditional use permits
could be applied for, but the decision to approve a conditional use permit
on these "opportunity" sites as with any other zoned property in the City, is
a decision that is subject to the Conditional Use Permit Findings.
CDD/Gubman concluded by reiterating that after holding the Public
Hearing and considering all testimony including information contained in
the oral and written record, staff recommends that the City Council Deny
the Appeal and affirm the Planning Commission's decision to Deny the
Installation of a new wireless telecommunications facility at Maple Hill
Park, based on the Findings set forth in the Resolution (attachment 1 in
the Council packet).
JUNE 2, 2015 PAGE 13 CITY COUNCIL
C/Herrera thanked and complimented staff on the very thorough report
(320 pages) that they provided for Council.
C/Tanaka thanked staff for providing the City Council with a thorough
report and the Planning Commission for their work in making sure
everyone was heard through the transparent Public Hearing.
C/Lin asked CDD/Gubman the date of the appeal.
CDD/Gubman responded that the appeal was submitted on April 3, 2015.
The Public Hearing was held on March 10 and the conclusion of that
meeting the Commission continued the matter to March 24 so that staff
could prepare a denial resolution for their adoption on March 24 so the
appeal period started on March 24.
M/Tye asked the applicant to provide a presentation to the Council.
Martin Fineman introduced David Wilkerson, Engineer with T -Mobile who
will describe the need for this project, Len Jensen from Cortel, the
organization that worked with City staff to design the submission the
applicant felt was the ideal design for this project at the ideal location. Mr.
Jensen will also describe T -Mobile's investigation of other potential
locations and why they simply will not work. Mr. Fineman said he would
speak again briefly after Mr. Jensen and then Jennifer Navarro Yhap,
Development Manager with T -Mobile will speak. In addition to the
presentations, the applicant and representatives are happy to answer any
questions the City Council may have.
Mr. Fineman stated that T -Mobile submitted an appeal letter on April 3,
2015 which was intended to be complete and supplemented by numerous
exhibits to complete the story. Yesterday T -Mobile submitted a letter that
was meant to address the staff report which came out late on Friday
afternoon. He wanted to be sure the Council had received those
submissions.
Mr. Fineman said that one important piece of context is that the
conversation is about facilities that are necessary in order to provide
mobile communications including mobile phones and smart phones which
make calls, accesses the internet and for sending and receiving text
messages. Mobile phones and smart phones have become ubiquitous
throughout society and are essential today. He said he expected that if he
were to ask for a show of hands as to who has a cell phone and who has
a smart phone, every hand in this chamber would go up. Mobile phones
are essential in order to keep in touch with family, friends, business
associates, to make emergency calls to police, fire, ambulance services,
to access the internet and to send text messages and much more. Days
of the landline are basically behind us. Not only are mobile phone
JUNE 2, 2015 PAGE 14 CITY COUNCIL
ubiquitous but for many, many people they are the only link they have to
family, friends, emergency services, etc. Everyone wants and needs a
mobile phone but the truth of the matter is that they work only if the
facilities are allowed in order to enable them to work — if the infrastructure
is provided and the equipment is provided in order to make them work.
What this appeal has to do with is, as the Council has heard, the area
surrounding Maple Hill Park here in the City of Diamond Bar. What the
Council has seen in the materials submitted and what Mr. Wilkerson will
discuss in a moment, there is a significant gap in wireless service
coverage throughout the neighborhood surrounding the park. Mr.
Wilkerson is an engineer and he will describe that gap in service to the
City Council. This is a very significant gap by any measure — by size of
the gap, by the number of people who live there, travel through and visit
the area. In fact, in terms of the number, it is roughly four percent of the
entire population of the City of Diamond Bar. T -Mobile and Cortel set out
to find an appropriate site to place this equipment necessary in order to fill
that gap and to solve this problem. Mr. Jensen will tell the Council about
the various locations that were considered and why it was ultimately
determined for good and obvious reasons that none of them would work.
Mr. Fineman said this appeal is different from other zoning and permit
appeals the Council hears on a regular basis for a number of reasons.
One important reason is due to the City's Municipal Code and what it
provides specifically with respect to the sighting of wireless
telecommunication facilities, quite different than the zoning rules that
pertain to other kinds of projects. The Municipal Code addresses
specifically and separately the issue of land use controls for wireless
telecommunication facilities under Section 22.42.130 of the Diamond Bar
Municipal Code. To be even more precise, Section G43 addresses this
matter of wireless telecommunication facilities in areas such as the Maple
Hill area. Wireless telecommunication facilities under the law in this City
may only be located in a residentially zoned district on church property, a
school, a water tank or a public property or other similar facilities.
Furthermore, the Code itself references the City's Telecommunications
Facilities and Opportunities Map. The site under discussion in Maple Hill
Park is one of those very few spots that are specifically identified as
allowable for and as a preferred location, for placing these facilities. His
point is that this is different than other land use and zoning decisions that
the Council makes. Here the Code dictates exactly where a wireless
telecommunications facility may go and in this area under discussion to
address this serious need by a large number of residents of this City, the
park is the only location that is available and more than that, it is identified
specifically as a preferred opportunity location. So the decision is different
from other decisions the Council makes for an additional reason other
than the City's law, but because of federal law of which there are a
number that pertain exactly to what cities, counties and states can do in
terms of zoning decisions for wireless telecommunication facilities. So
JUNE 2, 2015 PAGE 15 CITY COUNCIL
unlike a decision that this body may make about where a Walmart, car
dealership or gas station might go, there are specific federal laws that
dictate when a city must approve an application for a wireless
telecommunication facility and that is not addressed whatsoever in any of
the submissions from City staff. These statutes include Section 253, 332
and 1455 of The Telecommunications Act. Federal law quite simply
forbids a city from denying a permit for wireless telecommunication
facilities under a number of circumstances. For example, a city cannot
discriminate among carriers so a city cannot say that Verizon is allowed to
have wireless facilities on their parks but T -Mobile is not. Cities cannot do
that. It is unreasonable discrimination between carriers which is exactly
what would happen here should the Planning Commission's decision be
upheld. A city cannot deny a permit because of concerns over radio
frequency emissions and the record is replete with the fact that that was
the main subject of the testimony at the Planning Commission. That is
something that federal law very plainly says a city may not utilize as a
factor in making such a decision. A city cannot deny a permit based on
conclusions unless they are supported by substantial evidence contained
in a written record which addresses matters like statements about
aesthetics or property value unless there is specific substantial evidence
that would support it. Where there are the photo simulations that were
shown by staff with pictures of what this facility would look like there was
an arrow pointing to where this tree would be amongst a stand of trees.
He respectfully submitted like the game "Where's Waldo" if that arrow was
not there he suspects that no one would even be able to tell where the
(Monopine) was, one more tree amongst a stand of trees in a park full of
trees.
A significant gap exists in the area surrounding and including this (Maple
Hill) park and this is not only the best way to address it but it is the only
way to address it. If the City's Code is combined with the federal law, the
federal law says that a wireless carrier is entitled to a permit if a significant
gap exists while City Code says that the only location that would
potentially be available to T -Mobile is the park, the permit should be
granted.
James Wilkerson, T -Mobile Engineer, provided details about the
significant gap in coverage. Summarizing why this site is needed, Mr.
Wilkerson said that the Maple Hill Park site is needed because T -Mobile
has a significant gap in coverage due to an inability to provide the reliable
wireless coverage in buildings and in vehicles that customers expect and
need. In the map example show there is a significant gap in the magenta
colored polygon. People in that area may not be able to reliably sustain
calls or data communications while in their homes and in some areas not
even reliably sustain calls while in their vehicles. This is a very significant
gap in coverage. It is significant in size covering approximately .35 square
miles of the City, bound by Birdseye Drive to the north, Mountain Laurel
JUNE 2, 2015 PAGE 16 CITY COUNCIL
Way on the south, Ironbark Drive on the east and Blenbury Drive on the
west. The gap is significant in population with approximately 2,130 people
who reside within the gap with many more visiting the area or driving
through it. The area of the gap includes homes, schools and a park as
well as, heavily traveled roads. There is need to provide good emergency
911 service within this gap. The proposed Maple Hill Park site solves the
gap in coverage. There were approximately 3,420 Emergency 911 calls
made in Diamond Bar on T -Mobile's network over the past year — 285 per
month or 10 calls a day. It is T -Mobile's intent to have sufficient facilities
throughout the communities to ensure distressed callers wireless phones
have adequate signal available to make an emergency call, stay
connected with 911 operator and be found by emergency personnel. In
conclusion, he said he would applaud the Council's approval.
M/Tye reiterated the applicant's claim that this gap affects 4 percent of the
City's population and that there are 2138 people in this area that the
speaker outlined and asked if that was correct.
Mr. Wilkerson responded "that is correct."
M/Tye then asked how the applicant came up with that number of 2138
people.
Mr. Wilkerson responded that it is census block data.
M/Tye asked Mr. Wilkerson to explain "census block data."
Mr. Wilkerson responded that census block data is a basic rollup of the
residential area and individuals within that bounded geographical area.
M/Tye asked if Mr. Wilkerson was talking about 2138 residences or 2138
people.
Mr. Wilkerson responded that he was talking "people."
M/Tye asked how many of the 2138 people were T -Mobile subscribers.
Mr. Wilkerson said he did not have that data available.
Mr. Fineman said the issue of whether a city council ought to take into
account the number of residences versus the number of those residents
that are subscribers to one particular carrier has been authoritatively
addressed by the Courts and the answer is that it is the total number of
residents not whatever portion it may be that happen to be subscribers to
any one particular carrier. This issue was addressed by the federal court
in the Huntington Beach case, by the 9th Circuit in the Metro -PCS v. City of
JUNE 2, 2015 PAGE 17 CITY COUNCIL
San Francisco case. While it is a perceptive question it is one that the
courts indicated how city council's need to go about making that decision.
M/Tye said he understood what Mr. Fineman was saying. One of the
questions he had as he reviewed Mr. Fineman's letter refers to a
"significant gap" and it is up to the Courts and up to the attorneys to figure
out how that will be decided but M/Tye said he did not know how the
applicant could determine there is a significant gap if you cannot tell the
Council how many in that area that was shown on the map are T -Mobile
subscribers.
Mr. Fineman reiterated that that question has come up before and Courts
have said that the matter needs to take into account the total population
because someone who is a Verizon customer yesterday becomes a T -
Mobile customer tomorrow. That happens frequently.
Mr. Fineman said that with respect to CDD/Gubman's presentation, a
feasible alternative is one that is zoneable, constructible/buildable,
technologically feasible and leasable and if it lacks any of those
characteristics it is not an available alternative. For example, if the school
district simply says it will not lease to a carrier is not an alternative.
Len Jenson, Cortel, described the initial cooperation with City staff in
coming up with a solution to the gap in coverage and the best possible
design location for a proposed wireless facility. Cortel worked closely with
AP/Espino in order to design a T -Mobile site appropriate for the area.
Pursuant to the Diamond Bar Ordinance, City parks are among the few
preferred locations for wireless facilities and Maple Hill Park is located
within that small area that would remedy T -Mobile's significant gap in
service. In October, Bryce Novak of Cortel and AP/Espino attended a
site -walk at the park where various options and location were discussed.
The original faux Eucalyptus tree design was considered but rejected by
City staff because it would not allow for the future co -location of additional
wireless carriers, co -location being the ability of other wireless carriers to
share space for their antennas and equipment on the same tower which
the City's Code requires (co -location where possible). City staff chose the
taller Monopine option in order to accommodate future co -location.
Following the site walk AP/Espino discussed the matter with
CDD/Gubman and a Monopine design was selected as the preferred type
of faux tree for the park. Also, per AP/Espino the proposed location of the
Monopine and equipment enclosure near the tennis court was the favored
location of both CDD/Gubman and CSD/Rose. Based on this cooperative
effort with the City of Diamond Bar, staff's recommendation to the
Planning Commission was to approve T -Mobile's proposed Monopine
design. Alternative sites, other sites that were looked at and carefully
considered before being rejected for various reasons upon which he will
elaborate, were severely limited in this part of the City by the Planning
JUNE 2, 2015 PAGE 18 CITY COUNCIL
Code which has been discussed. Several alternative sites were reviewed
carefully by T -Mobile before Maple Hill Park was selected. These sites
include Site #1 which is Maple Hill Elementary School. In the past T -
Mobile proposed a flagpole at the school and was asked by the district to
withdraw their zoning application based on community opposition. The
Walnut Valley School District confirmed that they are still not interested in
a wireless facility on their campus. Site #2 was Chaparral Middle School.
Walnut Valley School District stated that it was not willing to allow a site on
the campus. In addition, even if the school district would allow access (a
facility) the location would not remedy the significant gap in coverage and,
after being evaluated as a potential site by T -Mobile RF engineers, was
rejected as a solution. Site #3 was the WWWD water reservoir. T -Mobile
RF engineers also evaluated this location and rejected the site because it
is located too far west of the significant gap in service and as a result
would not remedy the hole in coverage. Site #4 is the possibility of a
microcell. In order to achieve the same coverage of the proposed
Monopine multiple microcells would need to be installed on existing light
poles in the right-of-way. However, the 25 foot existing poles are too short
to propagate a signal over homes and trees and are not structurally
capable of supporting wireless equipment. So the solution here would
require the installation of new poles at nearly twice the height and
diameter which would be more obtrusive than the single Monopine at the
park (Maple Hill) and in addition, these facilities would be very close to
homes and much less likely, he believed, to be approved by the Planning
Commission. Site #5 — major thoroughfares surrounding Maple Hills
Subdivision were considered but not feasible due to distance away from
the coverage objective as well as, the topography in the higher elevation
at Maple Hill. T -Mobile currently maintains facilities at South Diamond Bar
Boulevard and Grand Avenue but due to topography and distance they
cannot provide service to the gap area. For all of these reasons Maple Hill
Park is the only technologically feasible and available site to remedy T -
Mobile's gap in service.
M/Tye said that the applicant has described a "significant gap" and have
laid out why four of the five ideas proposed by staff will not work. What if
there was no park at this location.
Mr. Jensen said there would continue to live with a gap in coverage.
M/Tye said so T -Mobile would continue to live with what they refer to as a
"significant gap".
Mr. Jensen responded "correct."
C/Lin said he was curious about how long T -Mobile had been servicing
this area and why they waited so long to determine there is a gap.
JUNE 2, 2015 PAGE 19 CITY COUNCIL
Mr. Jensen responded that gaps have existed in residential areas where
traditionally, these cell towers are not zoned except for in public parks,
public facilities, churches, etc.
C/Lin said if this gap has existed for 20 plus years and there has been no
issue about the gap in coverage why all of a sudden does T -Mobile want
to fill this gap.
Mr. Wilkerson responded that there has been exponential grown that is
taking place in the wireless sector and it is T -Mobile's desire to make
services available to the subscribers in these areas where service is
currently deficient for T -Mobile. T -Mobile is looking to level the playing
field and have the opportunity to provide service to the 2000 plus people
living in the gap area.
C/Lin said that if T -Mobile is trying to be competitive are there other towers
on which T -Mobile can co -locate?
Mr. Wilkerson said he was sure that discussions have taken place to co -
locate where possible. Other carriers operate on different frequencies and
in respect to coverage this service gap also has elevated terrain all around
it. To the north it is a 35 foot increase in elevation; to the west it is 80 feet.
To the east it is 30 feet. So again, other carriers operate on a different
spectrum of frequency so they require fewer sites than T -Mobile and T -
Mobile is looking to leverage that with Maple Hill Park and may need one
or two additional sites in these underserved areas.
MPT/Lyons asked if T -Mobile had been tracking the number of complaints
it had received from that area.
Mr. Wilkerson said that residents have phones on the provider that
provides service to them so the numbers would be higher providing T -
Mobile had service in a community. So if he does not have service in a
community and he needs it for work, business or emergencies he will pick
a provider that can provide service in vicinity.
MPT/Lyons said so Mr. Wilkerson is saying T -Mobile does not have any
subscribers in that area and this installation would allow T -Mobile to get
subscribers.
Mr. Wilkerson said it would allow T -Mobile to increase the number of
subscribers. He does not have a total amount but the opportunity that the
site would provide would level the playing field allowing T -Mobile to have a
substantially larger customer base in that area.
MPT/Lyons said she understood his earlier point about it not only being
residents but also visitors into the area that would want the service and
JUNE 2, 2015 PAGE 20 CITY COUNCIL
surely some of the visitors would have complained if they were unable to
get service and MPT/Lyons asked again if T -Mobile was tracking the
complaints about dropped service.
Mr. Wilkerson said that T -Mobile does track the number of dropped calls
but in terms of volume he does not have the number.
M/Tye said so T -Mobile has no record of complaints from this area, is that
correct.
Mr. Wilkerson said that over the last 90 days he has had about 10
complaints of no coverage.
M/Tye said he is a T -Mobile subscriber and knows areas or parking
structures where there may be a gap in service and tells people he will call
them back. If he takes his phone and tries to call his wife from the AQMD
Auditorium he gets a message that says there is no cellular network
available. He lives with that and understands that it is part of the
technology. He asked Mr. Wilkerson if there was no park in this area what
would T -Mobile do.
Mr. Wilkerson said T -Mobile would continually be in pursuit of identifying a
facility that would give T -Mobile the opportunity to provide coverage to that
area. By having a phone and being able to inform someone that "I'll call
you back because I'm now entering into a no -coverage zone" is an area
where a carrier like T -Mobile is looking to excel and make sure it does
provide service because usually having ubiquitous coverage anywhere
and everywhere one goes for personal reasons or emergency, T -Mobile
does not like for its customers to not have service where they live, work
and play and so it is his desire as part of the engineering team to
understand those needs and make sure T -Mobile is doing everything
possible to give residents and business owners coverage they deserve.
M/Tye said he understood and appreciated what Mr. Wilkerson was
saying, especially as a subscriber. What he is saying is that, and that is
why he asked about the park specifically, if he understands what Mr.
Wilkerson is telling him about these 2138 people, it will provide coverage.
But a block or two or five over there will be another significant gap and he
does not know that Diamond Bar can solve all of the problems that T -
Mobile has by saying it is okay to put a cell tower in a park. He
respectfully disagreed with Mr. Fineman when Mr. Fineman made the
statement that these are "necessary" for communication because and
M/Tye would disagree with that entire premise because he believes they
are a "convenience." When he passes on Diamond Bar Boulevard or
Golden Springs he knows it is a possibility he will have a dropped call. He
knows when he takes Grand Avenue from Diamond Bar to Chino Hills he
will be without coverage as well. That is an inconvenience. In his lifetime
JUNE 2, 2015
PAGE 21
CITY COUNCIL
an inconvenience used to be when one could not find a payphone. A
serious inconvenience was when you could not find a payphone with a
telephone book. So, this is a convenience today and the City needs to
accommodate that as much as possible but he does not see it as essential
at all.
Mr. Fineman responded to M/Tye's question and comments with the
greatest respect for this and every city council. The federal government
has made that decision already. There is federal law Section 332 of The
Telecommunications Act that plainly says a city council, county or state
must grant — may not deny a permit where there is a significant gap and
this (Maple Hill Park) is the least intrusive alternative to meet that
objective. A city council simply may not say we think pretty good cell
coverage is good enough for our town or so long as Verizon has good
coverage we do not care if AT&T does not. With all respect, the law could
not be clearer, that is not a decision that cities are allowed to make. The
federal government has decided and the FCC requires carriers to provide
ubiquitous coverage which is not a decision the City is allowed to make.
The federal government has already enacted statutes that say cities
cannot do that — Section 253 and 332. He offered that comment as
context that to say that this is a convenience or we could all do without cell
phones is a decision the federal government has already made.
C/Lin said that if the federal government has said this is not the City's
business why does T -Mobile come before this City Council.
Mr. Fineman responded that cities can ask for permits but what the federal
statutes do is say there are certain circumstances where cities must grant
the permits and cities cannot discriminate. Some cities do not require
permits but a City can require permits but there are circumstances
dictated by federal law where a city must grant the permits.
Mr. Fineman talked about issues raised during the Planning Commissions
deliberation. With respect to aesthetics, this location and design was
designed according to the requirements of the City's Code and with strong
input from and collaboration with City staff which their report indicated.
This included the support structure for the antennas as a faux pine tree
which would blend into the many other trees in the park; the equipment
cabinet was designed in a color, material and texture that would coincide
with the nearby restroom facility; and, the photo simulations show that it is
difficult to spot where the tree is amongst the many other trees. In his
opinion there was some misinformation about the use of a pine tree as
opposed to some other kind of a tree. T -Mobile originally proposed a
Eucalyptus tree because there are many such trees in that park. Staff
requested that T -Mobile switch that design to a pine tree in order to allow
co -location with other providers. As the Council knows, the decision it
makes does not have to simply be to grant or deny the appeal, the Council
JUNE 2, 2015 PAGE 22 CITY COUNCIL
can grant the approval with conditions. If the Council would prefer it to be
a Eucalyptus T -Mobile would prefer that or any other tree and be very
happy to accommodate that condition. He was at the park earlier this
evening and there are many, many pines, Eucalyptus, Maples and other
kinds of trees. He said he also believed that the staff report and Planning
Commission used some inappropriate language when it faults the
proposal for not being "invisible' since it repeats language that "this would
be visible. The standard of course is not that it would be invisible and of
course that would be an impossible standard to meet.
M/Tye asked if Mr. Fineman believed that if "invisible" could not be the
standard if he would agree that a better word would be "intrusive".
Mr. Fineman agreed that "intrusive" would be a better word.
Mr. Fineman said a claim has been made that this project will reduce the
recreational use of the park and that is also not true. If the addition of one
tree among many, many trees in this beautiful tree -laden park and the
addition of an equipment cabinet in an inaccessible part of the park
(behind the tennis courts in a drainage area which is not accessible)
reduces the recreational use of the park there is no logic to this assertion.
Again, if these locations were picked by staff and if the Council would
prefer the tree be moved all the way into the hillside area that is filled with
scrub brush T -Mobile would be happy to do so. Comments were made by
staff about the supposed lack of proportion to the size of the park and
quite frankly, he understood that argument as a little bit defensive. Other
carriers have been allowed to place their facilities in other City parks such
as Peterson, Pantera, and Diamond Bar Center so the notion that adding
a tree and structure in this unobtrusive area would be out of proportion to
the size of the park is also not logical. The tree is the size of a tree and
the equipment cabinet is 220 square feet (10x22) and would be placed in
an inaccessible spot. The park is four developed acres and a total of 5.43
acres overall and the idea of adding one tree and a tiny structure in an
area people do not use is somehow out of proportion to a 5.43 acre park
is, he thinks, not correct. There was an assertion that other locations were
not investigated and Council has heard from Mr. Jensen that other
locations were carefully investigated and ruled out. The way the process
works is that it is not enough for a City to say well maybe this spot and
maybe that spot. If a city is going to deny a permit it has to be on the
basis of okay we won't give you this but we will give you this other location
and T -Mobile has not heard any other location that the City would grant.
T -Mobile respectfully asks and urges the City Council to grant the appeal,
to reverse the decision of the Planning Commission and to grant the
permit with or without the conditions.
Jennifer Navarro Yhep, Development Manager, T -Mobile, thanked M/Tye,
Council Members, staff and residents for hearing the T -Mobile appeal to
JUNE 2, 2015 PAGE 23 CITY COUNCIL
have a telecommunications facility approved at the Maple Hill Park. T -
Mobile's desire is to provide excellent service to the residents, visitors,
businesses and emergency responders of Diamond Bar. As stated, the
proposed facility is necessary to allow T -Mobile to accomplish this desire.
As her colleagues mentioned, this location (Maple Hill Park) is the only
viable location from which to provide coverage to T -Mobile customers. T -
Mobile has worked long and hard with City staff to design and locate the
ideal site which will comply with the zoning rules and safety regulations
and will minimize impacts on park users to the greatest degree possible.
It was the result of that consultation and collaboration with the City to
relocate within the park where it is less visible, creates a design that
blends, provides for landscaping to maintain the beauty of the park and to
secure the grounds for the safety of the residents including children. T -
Mobile believes this design is the least intrusive means to remedy the
significant gap in T -Mobile's coverage. In summary, the park (Maple Hill)
is the only feasible location and T -Mobile ended up within the park with
this design rather than T -Mobile's original proposal at staff's urging. T -
Mobile respectfully asks the Council Members and the Mayor to
reconsider the Planning Commission's decision to approve the T -Mobile
facility since this will be a great improvement to the telecommunications
services, to the community and T -Mobile customers. If the Council
believes that there are remaining issues, please approve the facility
subject to the Conditions such as changing from a faux pine back to Elm
or Eucalyptus or that additional landscaping be provided. T -Mobile is
willing to work along with the Council to secure the T -Mobile facility.
Thank you so very much.
M/Tye thanked the speaker.
CA/DeBerry addressed comments made by Mr. Fineman orally and
written and attempted to focus the conversation on those items that are
relevant. Initially there was a comment made that not approving this CUP
would result in the City discriminating against carriers. He is not aware of
any evidence in the record that the City has granted any other carrier a
cell site in this park or that T -Mobile has been denied a cell site in some
park where other cell providers are located so he does not see any basis
for a discrimination claim. Mr. Fineman seemed to try and attribute the
public comments regarding health effects from radio frequency to the
Planning Commission. There is nothing in the Planning Commission
Resolution that denied the cell tower on this basis nor were there any
comments from the Planning Commissioners that he saw in the minutes
that denied the project on this basis. The reality is that the Planning
Commission really has no authority to prevent the public from exercising
their First Amendment rights. Just because health effects are not relevant
to the decision does not mean that the public cannot come up and
comment on the matter and the Planning Commission has no authority to
JUNE 2, 2015 PAGE 24 CITY COUNCIL
tell the public they cannot make those comments. What this body cannot
do though is consider the health effects when determining whether or not
to issue this Conditional Use Permit. He agreed with Mr. Fineman's
contention about the number of T -Mobile subscribers in the area not really
being relevant. There were different decisions in different circuits as to
what was meant by a "significant" gap in coverage. Some circuits, not the
9a, Circuit which governs California, determined that if there were multiple
users i.e. four users, four cell phone providers did have coverage and one
did not that did not constitute a significant gap, but he agrees with Mr.
Fineman's conclusions that at least the law in the P Circuit is that if a
particular cell phone provider has a gap in coverage that in and of itself
would be a "significant" gap. Whether or not they can meet that criteria is
a different question altogether, but governing bodies do not look at
multiple users. The reason for this is that one of the purposes of The
Telecommunications Act was to further competition. So the purpose is to
give people in the area multiple opportunities to pick from their
subscribers. The fact that a certain cell provider may not have many
subscribers in an area could well be because there is a gap in coverage.
So it becomes circular and it becomes a catch 22 for the cell provider.
The definition of a "significant" gap is whether or not the facility will fill in a
significant gap in the ability of remote users to access the national
telephone network. There are not any bright line tests. He wishes there
were and probably the cell phone providers wish there were bright line
tests as well. MPT/Lyons brought up the issue of call failure rates which is
one of the factors. The number of people impacted by the gap is another
factor and T -Mobile addressed that issue.
CA/DeBerry stated that with respect to a couple of issues in Mr. Fineman's
letter, the first is the City Code requirement that the applicant have the
property owner's consent to seek the Conditional Use Permit. This is
criteria #1 in the Municipal Code and as was noted in staff's report, the
City Manager gave his consent initially but later withdrew that consent
which is apparently what happened to T -Mobile with respect to the school
district's site. T -Mobile appears to argue that the City Manager did not
have any authority to withdraw that consent prior to the permitting process
being finished but he is not aware of any legal basis for that conclusion.
There is nothing in the Code that says a property owner cannot withdraw
their consent at any point in time. The consent itself was not
unconditional. It did not say that the City Manager would not withdraw his
consent. Certainly it would appear or certainly logic dictates that if the City
Manager has the authority to give consent that he has the authority to
withdraw that consent. Obviously, the City Council has the ability to
override the City Manager's decision and give that consent if it so desires.
But as of this moment, T -Mobile has not met the first requirement in the
Code and that is, it does not have the property owner's consent to place a
cell tower there.
JUNE 2, 2015 PAGE 25 CITY COUNCIL
The second relates to Finding #3 which is in the Planning Commission
report for the CUP and that is whether the design, location, size and
operating characteristics of the proposed cell tower are compatible with
the existing use of the property. Maple Hill Park was Quit Claimed by the
County of Los Angeles to the City of Diamond Bar. There is a deed
restriction which says that the park can only be used for park purposes.
That does not necessarily mean that the City cannot make an incidental
use or allow a private commercial operator to be on the park property, but
it typically either has to further the public park use or it has to be so limited
that it will not interfere with the public's use of the park. The proposed cell
site is clearly not a public park use so in order to not violate the deed
restriction the Council would have to make a finding that it is incidental to
the park use and does not interfere with the public's use of the park.
Mr. Fineman drew the conclusion that the City was required, apparently, to
allow them to have a cell tower on this particular piece of property. By
analogy that would essentially mean that T -Mobile has the authority to
condemn public park property for its own commercial use. CA/DeBerry
does not believe that is what federal law says. The federal law does not
require the City to consent to the use of its public park for a private
commercial cell tower. In fact, with the deed restriction, the City would
have to indicate that perhaps one way of showing that this was to further
the park purpose was if the City entered into a license agreement and
used those revenues for park maintenance which might be a particular
Finding the Council could make. As noted by T -Mobile, even if the CUP is
approved they still need a license agreement from the City Council and he
is not aware of any law which would interfere with the City Council's
legislative discretion whether or not to approve a contract. So without the
City's permission to even have the cell tower the Conditional Use Permit in
and of itself would be of no value.
CA/DeBerry further stated that having said all of the above, the City
Council certainly has the authority to uphold T -Mobile's appeal on the
basis of what T -Mobile has said in its written and oral correspondence.
Another option as noted in staff's report and as stated by T -Mobile is to
condition the approval on a different location or maybe a different look to
the cell tower. These are all things the City Council can consider. The
tower could be moved to a remote location if so desired. Before the City
Council opens the public hearing he would ask the public to come to the
City Council with comments based on things that are relevant to the City
Council's decision and things that are not relevant to the City Council's
decision at this point are the effect on property values and whether or not
the radio frequencies have detrimental health effects which are not proper
considerations for the City Council.
JUNE 2, 2015 PAGE 26 CITY COUNCIL
C/Herrera asked for clarification about things she heard Mr. Fineman say
several times. One was that the City must approve this application under
certain circumstances and his statement kind of implied that T -Mobile has
condemnation powers over the City to where this CUP must be approved.
CA/DeBerry said that in response to C/Herrera, he believed that if this
application were for a private property owner and the private property
owner had given consent that could potentially be true. But again, without
the consent of the property owner the Conditional Use Permit is of no
value and the Code requires that we have the consent of the property
owner. So if the private property owner had withdrawn their consent for
the CUP the City would site that as a reason to deny the CUP whether it
was a different property owner or the City is a property owner. What Mr.
Fineman said is that once there is a significant gap in coverage typically
the City would have to grant a conditional use permit if the cell tower was
the least intrusive means of providing or filling that gap in coverage.
CA/DeBerry said that there is not much evidence in the record at this point
that would be in opposition to T -Mobile's contention that there is a
significant gap. If that is an area where the City Council would like further
exploration that can be done but at this point the weight of the evidence in
the record is that there is a significant gap in coverage.
C/Herrera said that Mr. Fineman indicated that the City must provide an
alternative location if the Council denies this location.
CA/DeBerry said that he believes that is a little bit of a different issue.
Maybe the City has to look back at its Zoning Code and determine
whether or not it should make other sites available if there is a finding that
there is a significant gap. But what the City is required to do is to provide
opportunities for cell site locations. So for instance, if this was in a
commercial zone and there was a gap in that commercial property but the
City Code allowed a cell tower to locate anywhere on all of those
commercial properties but the property owners just did not want a cell
tower that's not the City's fault because it has provided those
opportunities. In this case, there are other properties where the cell tower
could locate but those property owners do not want the cell tower either.
But it does not necessarily mandate then because property owners do not
want a cell tower on their property that the City then has to come up with
different opportunities. This is a bigger umbrella issue and maybe a little
bit outside what is before this City Council.
M/Tye opened the Public Hearing. He asked that speakers be brief and
concise in their comments and if they believe their comments have been
spoken by previous speakers they may feel free to withdraw their requests
to repeat comments. He asked the first speaker to come forward and the
next speaker to be ready.
JUNE 2, 2015 PAGE 27 CITY COUNCIL
Bernie Siu, 22319 Birdseye Drive, asked for show of hands from those
who oppose construction of the cell tower at Maple Hill Park. He said that
as residents of Diamond Bar, he and others sincerely urge the City
Council to support the Planning staff and Commissioner's
recommendation by denying T -Mobile's appeal of their Conditional Use
Permit No. PL2014-518. The Diamond Bar community would like to thank
the Planning Commissioners and staff for the openness in taking the
community's voice of concern into consideration and acting diligently
resulting in a denial recommendation to this ill-conceived cell tower
proposal and sincerely hope the City Council will do the same for the
community. Topic 1: He and his fellow presenters will present to the City
Council that the community has united in opposition to the proposed cell
tower at Maple Hill Park. Topic 2: They will show how incompatible this
cell tower will be amongst the surrounding landscape without the help of
computer graphics. Topic 3: They will show how intrusive this project will
be to the ongoing activities in the park from its inception. Topic 4: Parallel
to staffs recommendation he and his colleagues will make an additional
usage comparison between Maple Hill and neighboring parks. With the
proposed location of the tower there are serious safety concerns that were
not addressed by the applicant which he and his colleagues will address.
In Topic 7 they will address the alternative site analysis effort done by the
applicant. At the conclusion of this presentation they will provide closing
remarks on all of the facts presented this evening.
Nancy Kim, a Diamond Bar resident, said she would speak on Section 2,
Petitions against T -Mobile at Maple Hill Park. To show that the
community has come together on this matter the residents hereby submit
to the City Council 491 signatures to date urging the Diamond Bar City
Council not to approve T -Mobile's appeal for the cell tower at Maple Hill
Park. These signatures are from Diamond Bar residents as well as,
parents of children who attend Maple Hill Elementary School and/or play
in various sports activities at the park. Out of the 491 signatures 405 are
from Diamond Bar while 86 are from neighboring communities such as
Phillips Ranch, Chino Hills, Rowland Heights, Chino, Walnut and Pomona.
The data shows a diversity of visitors that come and join in activities in the
park. We are urging the City Council to apply its utmost consideration to
their voices of concern when making this very important decision. All of
the 241 signatures are attached to the following 23 pages as attachment
2-1. The number One message along with signatures of Attachment 2-1
is to please support the residents of Diamond Bar by rejecting T -Mobile's
appeal to put a cell tower in Maple Hill Park. Maple Hill Park is a very
small and intimate residential park. Number two, this is a public park that
our tax dollars support and no one asked their permission. Number three,
the Monopine tree is 65 feet and is taller than the one at the Diamond Bar
Center which is about 45 feet and if the 65 foot Monopine is installed,
more antennas could be added to it to make it taller. Number 4, it would
be an eyesore to the community. Number five, a cell tower would infringe
JUNE 2, 2015 PAGE 28 CITY COUNCIL
upon the use of the park where dogs run around on the field, kids practice
their AYSO, people play tennis and basketball, birthday parties are held at
the picnic tables and where kids are always running around on the hills as
well. Number six, we need to protect our neighborhood from the interests
of private companies. Number seven, it is 300 feet from an elementary
school and is 78 feet from residences. She said she would not speak
about number seven. In conclusion, she sincerely asked that the City
Council please support the residents near Maple Hill Park and the parents
of the students who attend Maple Hill Elementary School and reject T -
Mobile's appeal.
Susann Siu, 22319 Birdseye Drive, said she would speak about the
incompatibility of the Monopine with the landscape of the park. In support
of the Planning Commission's Findings No. 3 the proposed Monopine will
not blend into the surroundings or be adequately screened because the
natural trees surrounding it are all the deciduous variety rather than pine
trees and they are not quite 65 feet tall to hide the proposed Monopine. In
addition, the Monopine will not be aesthetically pleasing in this park. To
verify the height of the proposed Monopine her group tied a couple of
helium balloons to a string totaling 65 feet and allowed them to rise on a
calm day shown in Figure 3.1. Note that it stands out amongst the
surrounding deciduous trees. Also note that the Diamond Bar Wireless
Communication Ordinance Section 22-42-103-G2C allows two additional
omni -directional whip antennas up to 15 feet in height or an additional dish
of 39 inches in diameter without the approval of the City Council. Figure
3.2 shows the height of the cell tower with an additional 15 feet to a total
of 80 feet. The whip antennas and 39 -inch diameter dish will be extremely
difficult to camouflage and they will stick out like a sore thumb. On
February 22, 2012 the Middle Class Tax Relief and Job Creation Act of
2012 became law. Briefly, the Tax Act provides that the state or local
government may not deny and shall approve the cell company to increase
the existing height of their antenna array an additional 20 feet. Therefore,
between the current Diamond Bar Wireless Telecommunication Ordinance
and the 2012 Tax Act, the proposed 65 foot cell tower has now grown to
100 feet and there is nothing the Council can do about it once this appeal
is approved. It is safe to say that #1 T -Mobile is aware of these codes but
chose not to discuss them in their application; #2, since this is a co -
location site T -Mobile will certainly exercise their accommodations for their
financial gain rather than filling their signal gap as her group will show later
in the presentation, and #3, this is a constant eyesore reminder to all
Diamond Bar residents who signed the petition on the decision made by
the City Council tonight.
Roger You said this project will interfere with the public's use of the
property as supported by the Planning Commission Finding #3 and #4.
Maple Hill Park is a small park but it has the highest use. There are three
tennis courts, playgrounds and basketball courts which are used daily.
JUNE 2, 2015 PAGE 29 CITY COUNCIL
The picnic table area is used for celebrations and birthday parties most
weekends and the park is used for exercise classes every morning. The
park also has soccer fields for soccer games, parties and tryouts all year.
The soccer field uses every foot of available space. City sponsored
activities include flag football, T -ball and volleyball. Other activities include
baseball, football, softball, etc. It is a truly popular and busy park. The
proposed cell tower is less than 10 feet from the tennis court in the picnic
table area so the tower and equipment room cannot be hidden out of
sight. Due to the heavy use of the park throughout the year residents are
also concerned about proposed construction of the cell tower and
equipment room. There is no way to avoid fencing around the
construction site due to its proximity to ongoing activities. The
construction will interrupt instruction classes.
Vinnie Carranza, 1463 Maple Hill Road, spoke on behalf of himself, Scott
Wolfe, homeowner and Blair Barnes about Ronald Reagan Park versus
Maple Hill Park. In support of the Planning Commission Finding #4 the
proposed cell tower will be too intrusive to the ongoing activities in the
park. Several years back a cell company proposed to Diamond Bar City
Council to place a cell phone tower at Ronald Reagan Park which was
ultimately denied based on the cell tower's intrusion to the activities and
the high level of participants in the park. The City Council further
suggested that Ronald Reagan Park should be removed from
consideration for any future cell tower sites. In comparison, both parks
have three tennis courts, a basketball court, kid's playgrounds and picnic
tables for parties. In contrast, Maple Hill Park hosts soccer games almost
year `round as well as flag football, T -ball, baseball and softball whereby
many children play at the park after school. The most significant
difference between the two parks is that Ronald Reagan Park has six
developed acres while Maple Hill Park has only four developed acres.
Maple Hill has two-thirds the amount of space to accommodate many
more activities and participants. If the Diamond Bar City Council supports
its citizens' wishes at Ronald Reagan Park why would they not do the
same for Maple Hill Park? All the residents are asking for is that the same
standard be applied to Maple Hill Park.
Junko Takeya, Birdseye Drive very close to Maple Hill Park said she was
present to address the sixth issue which is safety concerns. In support of
the Planning Commission Finding #5 with respect to personal and
property safety, the community would like to point out the following crucial
oversight by the applicant. On 6.1 falling decorative fronds, it is obvious
that when T -Mobile selects their preferred site location their focus is on
hiding the towers instead of safety concerns. There have been incidents
where decorative fronds from the faux palm trees or needle branches from
the faux Monopines have fallen off during and or after high winds or minor
earthquakes. These decorative branches are made of metal and can
cause a lot of damage to property and or to people below. Referring to
JUNE 2, 2015 PAGE 30 CITY COUNCIL
Figure 6.1-1 she said that imagine a metal tree branch falling from as high
as a six to ten story building. Please note that the proposed cell tower is
located in the midst of picnic tables, the tennis courts and playground area
where children play right under the proposed site. Figure 6.1-2 shows the
picnic area being used by children and its relative location to the proposed
cell site. Cell tower related accidents are not rare and there have also
been incidents where ongoing maintenance/welding have caused fire and
with the dry brush on the hillside so close a fire could quickly spread to
surrounding homes and across the street to the school causing
evacuations, loss of property and life. There are page links to articles on
this issue. On issue 6.2 proposed cell tower within 25 feet from a
landslide zone — according to the seismic hazard/landslide zone map
published by California Watch Organization, the southern end of Maple
Hill Park is located next to a landslide zone less than 25 feet from the
proposed T -Mobile cell site. Figure 6.2-1 — in fact, a partial landslide
behind the playground can be seen. The City Council should consider
whether the standard footing as proposed to put a 65 to 100 foot
Monopine at the base of a landslide zone within a public park and in close
proximity to an elementary school presents a safety hazard. As presented
earlier, this is not the least intrusive site in Diamond Bar and this
presentation informs the City Council on the public record that the
proposed placement of the cell tower in close proximity to a landslide zone
is not a safe location and may jeopardize public safety which is why it is of
the utmost importance for T -Mobile to perform an alternative site analysis
to address their coverage gaps, co -location opportunities and safety
concerns, preferably one that is not in a landslide zone or one that half of
the antennas eclipsed by the hillside. Regarding T -Mobiles assertion that
the tree is hidden amongst all of the other trees she does not enjoy parks
from 300 feet away and when she is in the picnic area where this cell
tower is proposed she will absolutely be able to see the base of this tree
and the building which they propose to tuck away behind the tennis courts
which is not an inaccessible part of the park. In addition, the water tower
option T -Mobile says does not work for them, the coverage area is only
about Yz to less than a mile away. Based on the elevation of the water
tower she does not understand why it would not work for the specific area
proposed. If Yz mile is too far or a mile is too far it means T -Mobile would
need to place cell towers every mile to cover the area they wish to cover.
She is also disturbed by the fact that the question to what is the alternative
if the park did not exist has not yet been answered. Two of the houses on
Gide Court that overlook the park look directly at the antenna from their
back yards. With respect to the gap issues, how T -Mobile determined
there is a gap issue if they cannot record complaints is a question they
have not answered.
Angela Cinader, parent of WVUSD student, said that T -Mobile's lawyer is
correct in that Section 3.32 of the Telecommunications Act does say that
the City must grant access if there is a "significant" gap. So that becomes
JUNE 2, 2015 PAGE 31 CITY COUNCIL
the critical question: Do we actually have a significant gap? We do not
believe so and here is why. Section 7 of the handout states that T -
Mobile's Conditional Use Permit application states that there is a coverage
gap which generally extends within the surrounding residential
neighborhood of the Park between Birdseye Drive to the north and
Diamond Bar Boulevard to the south. Service to T -Mobile customers is
affected by this coverage gap which is why T -Mobile is proposing to install
a cell site within this area. She showed the map provided with the T -
Mobile application with the gap areas colored gray. She said that there is
a much bigger real gap in white which lies within The Country on the east
side of Diamond Bar Boulevard. She referred the Council to T -Mobile's
coverage map (Figure 7.3). T -Mobile has made significant statements
and claims on their website and claim they can show the actual cell
coverage quality from actual T -Mobile customers. On the map the Maple
Hill area is shown covered in Magenta which means there is no gap
according to what they are telling their customers. The white area in The
Country shows an actual gap. The coverage map shows that T -Mobile
has 4GLTE coverage which is a contradiction from what T -Mobile claims
in their CUP (application). The only area showing weak signal strength is
in The Country which is 1.5 miles away from their proposed location.
There is a water tower in the white area which is on the list of Diamond
Bar's approved sites should T -Mobile wish to consider it as an alternative
site. When Figure 7.2 and 7.3 are superimposed there is indoor coverage
in the middle of the grey patch. In short, pink is what they are telling their
customers and green and yellow is what the application indicates. Figure
7.4 is a detailed description of T -Mobile's signal coverage between 1301
to 1389 Maple Hill Road and it states that this area has connectivity inside
most homes for voice and top data speeds. AT&T's official coverage map
(Figure 7.5) shows full 4GLTE coverage over the entire Maple Hill
Diamond Bar area. This coverage was confirmed by various AT&T
customers in the March meeting which was confirmed by many speakers
who attended the Planning Commission's Public Hearing. The reason she
brings this up is that AT&T and T -Mobile are supposed to be different.
Figure 7.6 shows AT&T sites which are in red along with the T -Mobile
sites. The stars and numbers are all T -Mobile sites and there are red
AT&T sites in nearly the same locations. This is the spreadsheet that
shows locations not currently in the City and given that the surrounding
area around the blue dot which is where T -Mobile wants to put the new
cell tower and AT&T has all of the exact same locations and given the fact
that AT&T and T -Mobile both use GSM technology their coverage should
be comparable. She believes that if one company has a gap the other
company should have a gap and if the other company has great coverage
both companies should have great coverage. In her mind the coverage
should be comparable. The burden of proof that a significant gap actually
exists is actually on the carrier and that the burden of proof in this instance
has not been met. T -Mobile is presenting official coverage maps to the
public while presenting contradictory coverage map to the City Council. T-
JUNE 2, 2015 PAGE 32 CITY COUNCIL
Mobile also did not provide an explanation why there is disparity in the
coverage claims between their pink map and green maps.
Robert Coventry, 22241 Croll Court, has lived right above Maple Hill Park
for 16 years. The alternative site planning as stated in the Conditional
Use Permit such as mounting antennas to a building utility pole are not
viable in that no existing building or support structure can reasonably
accommodate the proposed telecommunications antenna facility due to
the lack of height required to provide adequate wireless coverage in the
neighborhood. No alternative site analysis was submitted with the
Conditional Use Permit. Upon review of the Conditional Use Permit its
stated coverage objective is actually at the intersection of Cedardale Drive
and Tolani Court. Geographically, the stated intersection is actually on the
opposite side of the hill as shown in Figure 8.2. Maple Hill Park is a poor
location because there is a high ridgeline between Maple Hill Park and the
intersection of Cedardale Drive and Tolani Court which is approximately
6/10ths of a mile away. There is no line of site between the two locations
and the hill will block the transmission toward their stated coverage
objective which would be an ineffective use of the proposed tower and
why it is of the utmost importance for T -Mobile to perform an alternative
site analysis to accommodate their coverage gap. An obvious location
would certainly be to attach cell panels onto the water reservoir toward the
end of Eldertree Lane which directly overlooks without obstruction the
Cedardale intersection and is away from schools, parks and residential
areas. In addition, the water tower location is identified as a potential site
in the City of Diamond Bar's Telecommunications Facilities and
Opportunities Map (Figure 8.3). During the Planning Commission Hearing
of this Conditional Use Permit commissioners expressed concerns that
there was no evidence before the Commission that alternative sites were
investigated and considered. In the appeal document T -Mobile has not
come forward with an in depth alternative site analysis or recommendation
to satisfy the commissioners' concerns. A few sentences stating that the
water reservoir is too far to the west are bogus and inconsistent with their
own stated objective. A sample of an appropriate alternative site plan
analysis by T -Mobile for the City of Pasadena is attached containing
multiple pages and multiple facts on why the location was not feasible with
photos of each proposed site and their locations compared to their original
site consistent with the rationale for the preferred sites pictures of
alternative sites and anticipated coverage for each site. He does not
understand why the residents and City Council of Diamond Bar were not
afforded the same site analysis and the same in depth research. T -Mobile
representatives did not even attempt to perform the same as they did in
the City of Pasadena. One can only draw the conclusion that T -Mobile's
intention is not clearly proposed with applications poorly prepared and
discrepancies and contradictions. There was no genuine attempt to
address the Planning Commission's and staff's concerns in their appeal.
We are at your City Council meeting to support the Planning Commission
JUNE 2, 2015 PAGE 33 CITY COUNCIL
and staff to reject T -Mobile's appeal.
Denis Paul has lived with his wife Sally at 1429 Blenbury Drive since
1979. He said that what everyone has witnessed tonight by Mr. Fineman
and his colleagues is an outstanding legal defense. It is so outstanding it
has a name and that name is the "last resort" defense. This defense
states that if you have the facts, pound them with the facts. If you have
the law, pound them with the law. If you do not have the facts and you do
not have the law, just pound the table. He is intrigued and feels sorry for
the City staff members who work diligently as civil servants who had to
take what was described as a "collaborative" association and be
besmirched tonight and unjustly accused. They are the providers of
information and assistance, they are not the deciders. No one expects
them to make a decision. We have heard that ten different ways. He has
the utmost respect for the Planning Commission because of their open-
mindedness and diligent questions which was also accused unjustly of
saying somehow of unjustly being influenced by the mere comments
regarding health residents made at the meeting. Nowhere in the report or
denial did that matter appear. The City is not immune to these attacks
either. T -Mobile accused the City of not having enough viable sites, they
spoke about the Municipal Code, the federal law in an attempt to throw out
something that might stick. He asked the City Council not to be fooled. T -
Mobile made a mistake by underestimating the political will of an informed
neighborhood. Over the past three months this neighborhood has come
together and united in one sole purpose with some impressive
presentations. He thanked T -Mobile for bringing his neighbors together.
There is no way a 65 foot elephant can be disguised or up to 100 feet. It
will interfere with the public use of one of the smallest parks in the City.
The Reagan Park comparison seems obvious to him. M/Tye was quoted
in that response but M/Tye's job is not to represent the cell phone
companies which he has done. Proximity, safety, landslides are all
concerns that have not been explored. C/Lin asked why now is T -Mobile
suddenly concerned with a coverage gap after all of these years? He had
the same question. In their first application T -Mobile said they had 25
complaints which was debunked and now it is down to 10 complaints and
,.we don't know." Diamond Bar deserves at least what Pasadena has
deserved. He is not opposed to cell phones and cell phone towers.
Sometimes they are great revenue -generating devices for a City and/or for
private enterprise. Some locations are good for cell phone towers where
they do not interfere with public use but this is not the time and this is not
the place. Deny this appeal. Don't just say "no" say "cell no."
Joe Ruzicka, 22311 Birdseye Drive said he was going to take M/Tye's
advice and not testify in this particular case because his concerns have
been so adequately addressed by most of tonight's speakers. The subject
this evening are cell phones which are a very unique innovation today
serving many useful purposes as brought out by several speakers and by
JUNE 2, 2015 PAGE 34 CITY COUNCIL
the applicant. However, this technology currently requires the use of
transmission towers to send signals that cell phones can receive. He
congratulated the City Council for having approved several of these sites
throughout the City in appropriate areas and the key here is "appropriate"
areas. The site designated for this particular site at Maple Hill Park is not
an appropriate area as justified in staff's report and by the testimony of
several witnesses this evening and accordingly, he believed the appeal
should be denied.
Teruni Evans, 516 EI Encino Drive, said that if T -Mobile is making the
argument that this cell tower is needed for an E-911 they are incorrect. All
wireless companies consistently state that E-911 calls are justification for
granting a cell antenna placement claiming public safety endangerment.
This argument is specious because FCC ruling requires any carrier to
connect an E-911 call from any cell phone even an unsubscribed cell
phone. Verizon, AT&T, T -Mobile, Sprint, Metro -PC all operate in the City
of Diamond Bar and any of those carriers or any of the many other
wireless carriers operating in the City should connect a subscribed or non -
subscribed wireless call to E-911 so there is not always a need for a new
cell antenna to be built in order to be able to connect to E-911. When an
individual calls 911 from a landline a dispatcher will know the exact
address and phone number. When an individual calls outdoor from a
wireless phone the 911 dispatcher will have only an estimate of the
location. For those calling with a cell phone from inside a building often
times the only information provided on their location is the coordinates of
the nearest wireless cell tower. Now that the truth is known about E-911
everyone can stop talking about this as a "safety" issue and this matter
needs to be taken off of the table for consideration of a T -Mobile cell
tower.
Valerie Geddes Kernohan said that on March 24, 2015 Los Angeles
County Board of Supervisors stopped the construction of cell towers at fire
stations. Logic follows and the right thing to do is to also stop the
construction of cell towers especially where children play, go to school and
live.
Alan Greenblat said he and his family have lived at 1411 Maple Hill Road
for about 30 years. He kept hearing "significant" gap and at one point it
was "very significant" gap and did not hear a percentage. What is the
definition of a significant gap which T -Mobile is trying to lay at the feet of
the federal government and to him, four percent does not constitute
"significant."
Steven Hernandez said he has been a resident of Diamond Bar for 22
years and is a retired truck driver. In retirement he has been doing temp
work and has worked for a cell phone contractor driving their two or three
ton booms. He drives to a cell tower location and drives the big 30 foot
JUNE 2, 2015 PAGE 35 CITY COUNCIL
trucks into the areas to work on the cell towers on a frequent basis.
Usually, the truck has to get close enough to the tower so that the boom
does not tip over. What he sees in the photographs is at the Maple Hill
Park location the only way to get close enough to the proposed tower
would be to drive onto the courts and said he hoped the City Council
would think about that during their deliberation.
Sheana Heng said the City Council has been threatened with a lawsuit if
the City does not do what T -Mobile wants and she asked the City Council
to beware of such tactics. This is our community and the City Council's
decision will affect the livelihood of residents for the next 25 years. It is
very important to her and her fellow residents who live near this proposed
cell tower that the City Council make the right decision. T -Mobile and
telecom companies often come into a community and demand to put in a
giant structure that is six or seven times the height of homes in the area.
Aesthetically, it does not fit in the community. The federal government
gives local leaders all of the power. The first thing the FCC did was to
preserve local zoning authority. Section 704(a) for the 1996 Telecom Act
states Item 7 is preservation of local zoning authority a) except as
provided in this paragraph, nothing in this act shall limit or affect the
authority of a state or local government or instrument thereof over
decisions regarding the placement, construction and modification of
personal service facilities. This means cities decide where and how high
cell towers should be and how they should appear. Use your power to
help the residents. The biggest problem is that the City Council may
believe it is approving a 65 foot structure but what they do not say is that
right after it is approved they can make it 25 feet taller in any direction and
using any color without additional approval. In 2014 the Middle Class Tax
Relief and Job Creation Act of 2012 became law. Section 604(a) of the
Tax Act provides that a state or local government may not deny and shall
approve any request for co -location, removal or replacement of
transmission equipment on an existing wireless tower or base station.
Significant gap means no reception dead spots. If residents have this
problem they have no choice but to grant the approval. However, T -
Mobile has not proven there is a significant gap and since there is no
significant gap issue they claim the need for more capacity. Significant
gap and capacity is not the same thing. If T -Mobile has a significant gap,
by law the City has to grant the fix; however, if they have a capacity issue
the City does not need to grant the approval. Capacity allows the ability
for T -Mobile to have more cell phone numbers to sell. Their own website
states they do not have any dead spots. Tonight, one of the staff
members already proved that T -Mobile does not have a significant gap.
The City can withdraw renting parkland to place a cell tower. Once the
City withdraws renting the residents will not have this cell tower. In fact,
the City does not have to rent the space. No rent equals no cell tower. If
the City does not lease the land to T -Mobile this problem will go away and
she will guarantee that there will not be a future lawsuit by T -Mobile. T-
JUNE 2, 2015 PAGE 36 CITY COUNCIL
Mobile cannot sue the City if the City does not want to lease them the land
to house this tree which clearly residents do not want. Please listen to the
residents and the community's wish to not lease the land to T -Mobile.
Mrs. Hagit Kupferman said that the tower does not belong in a residential
area because it is ugly and out -of -character to the neighborhood. In
previous meetings people who live around the park and have T -Mobile
stated that they have good reception. She personally knows that when
friends who have T -Mobile visit her home they do not complain that they
have no reception. She has AT&T and in parts of Diamond Bar she has
reception and in other parts there is no reception. The gap is a big
question. Her husband says that from an engineering aspect the question
of reception does not make sense at this location since the tower will blast
a large portion of its energy into the hill so it will be a very poor design. T -
Mobile stated they have complaints from people who pass through the
area and if this is approved there will be a direct impact to the value of the
homes and the neighborhoods and especially those who paid extra for
their property. T -Mobile International is a holding company for various
mobile communication subsidiaries outside of Germany and they are not a
US Company. They are attempting to put a big tree in our backyard and
she hopes the City Council will not approve it and will have all of the
answers to the gap and why this tower needs to be in a park that is used
on a daily basis by a lot of kids and a lot of families if the Council is
thinking about supporting this. She has been a resident of Diamond Bar
for 40 years and would not like to see this cell tower approved. She raised
her three children who visited the park on a daily basis. She has five
grandkids that do not live in Diamond Bar but when they visit her they
enjoy the park and hopes they can continue to do so.
Abigail Tata said she was concerned about kids who play at the park and
students who visit the park who love to climb trees. There will be nothing
to prohibit the kids from trying to climb the Monopine. T -Mobile was
present when this concern was stated during the Planning Commission
public hearing and they have not responded to how they might be willing
to address this safety issue. Another safety concern that was stated
during the meeting was how the workers would be protected when they
visit the site to maintain the tower. These are issues that were not
addressed tonight and she is very opposed to this project and her
daughter would say the same.
Frances Wall said she has been a resident of Diamond Bar for 35 years
and she loves her community and is very, very opposed to this tower
being put in which she believes is a bad idea. She did not like much of
what T -Mobile had to say tonight.
M/Tye closed the Public Hearing.
JUNE 2, 2015 PAGE 37 CITY COUNCIL
CA/DeBerry suggested that M/Tye leave the Public Hearing open if there
are questions for the applicant or wish to have the applicant respond
within a limited timeframe.
M/Tye reopened the Public Hearing for City Council questions.
M/Tye said he was not looking to turning this into a debate and having
over an hour's worth of comments from residents rebutted. M/Tye said he
believed the applicant was given a fair amount of time to make their
presentation.
CA/DeBerry said that was the discretion of the Mayor and City Council.
M/Tye again asked if the City Council Members had any more questions
for the applicant.
C/Lin asked the definition of "significant gap".
Mr. Fineman responded that the definition is whether the facility would fill
an existing significant gap in the ability of remote users to access the
national telephone networks. He said he knows that it is a definition that is
kind of circular because it uses its own term within the definition. Some of
the factors as to whether or not there is a significant gap are called failure
rates and the number of people that are impacted by the alleged gap.
M/Tye closed the Public Hearing.
C/Lin commended M/Tye on his handling of tonight's meeting. His record
for a Public Hearing is 4:00 a.m. and this meeting has not yet gone to
10:00 p.m. A lot of Public Hearings on zoning or Conditional Use Permit
issues typically center on NIMBY sentiment; however, tonight he senses
that is not the case. Three issues have been raised in his mind about this
application have to do with what the federal law permits or prohibits cities
to do with respect to 1) aesthetics and property value. From the Planning
Commission meeting minutes that has never been an issue for
consideration of denial. 2) The concern over radio frequencies and as the
City Council knows, that was not an issue. 3) The third issue was no
discrimination of any carrier so based on CA/DeBerry's comment
apparently there had never been an application from any other carrier to
erect a tower on this site and at the present time there is no other carrier
that has a facility on this site so that clarifies his doubt on that issue. In his
mind this issue centers on very simple debate: What is the right of the
property owner? If the school district denied a request to have a tower
erected within their property they certainly exercised their right as a
property owner. The City of Diamond Bar, as the owner of this park would
certainly have the prerogative in exercising their right as a property owner
in this instance. He was glad that CA/DeBerry reminded the City Council
JUNE 2, 2015 PAGE 38 CITY COUNCIL
that this park was acquired from the County of Los Angeles via a Quit
Claim Deed process and was specifically stated to be used for park
purposes. So anything other than park purpose would not be in line with
the deed restriction. As a property owner he does not believe the site
(Maple Hill Park) should be used for any other purpose than for
recreational and park usage and that the Council's decision should be
based on this fact.
MPT/Lyons said that Maple Hill Park is a small park and it is very highly
used. She visited the site this morning to see what was taking place and
found three groups of people using the park, people playing tennis on the
tennis courts, people walking around the park for what she assumed was
exercise and there were families using the swing sets and playground
equipment. This was on a weekday morning, not a weekend and not after
school and work time and it was being highly used. Diamond Bar is very
short of park space which is a well known fact throughout the community.
She thinks the primary purpose of Maple Hill Park is to be a park and
taking up space for cell phone tower trees or structure for the equipment
reduces the usable park space which is similar to what C/Lin said.
C/Herrera said the Council has heard a lot of testimony and reviewed a lot
of information. She has read every single page of the 320 page report
City staff prepared and listened to all of the comments. She believed it
comes down to the fact that the City is the property owner of Maple Hill
Park which was originally intended to be used as a park. T -Mobile does
not have the City's consent at this time to locate a cell site at Maple Hill
Park.
C/Tanaka said he too read all of the written testimony presented to the
City Council Members and he has written communication from residents
and has heard the oral reports this evening. Having reviewed all of the
information and knowing what a great little park Maple Hill Park is for the
residents and having personally used the park many times he would like to
see the area preserved as a neighborhood park for that specific use only.
He also listened to and has considered all of the testimony presented by
T -Mobile and is ready to make his decision.
M/Tye asked CSD/Rose to reiterate the City's current park space and how
much park space the City should have so that the Council can understand
whether there is a surplus or deficit of park space.
CSD/Rose responded that the standard the City has used over the years
is two -acres of developed parkland per 1000 residents. The City has
approximately 55,000 plus residents so two -acres per 1000 would be
about 110 acres of developed parkland and the City has just over 68 acres
of developed parkland in Diamond Bar.
JUNE 2, 2015 PAGE 39 CITY COUNCIL
M/Tye said he took exception to some of the things in the letter dated
June 1 that was provided by the applicant that "this is the ideal design to
meet the need" followed by the sentence that "T -Mobile is entitled as a
matter of Federal Law to approval of this application" which he would say
is yet to be determined. He does not believe it is the only available option
and he agrees with the sentence "The City Council has the final authority
to determine whether a Conditional Use Permit and a lease should be
issued for the proposed wireless telecommunications facility." It was 26
years ago in April that Diamond Bar became a City and if one has been
here long enough everyone remembers why Diamond Bar became a City.
Residents were tired of the County carving up what space there was
available to develop. Residents wanted to have a say in how their
community looked and for 26 years that has been done and he believes
the City should keep doing that. Having said that he will agree with
MPT/Lyons that the primary purpose for Maple Hill Park is a public park
and he believes that it is within the City Council's discretion that it is not
necessary for a problem that has not been described that the City needs
to fix by putting up a cell tower and he did not think it was incumbent upon
this Council to give up park space when there is such a deficit in this
particular instance to a commercial venture that in his opinion is not
appropriate.
CA/DeBerry said that because there was additional evidence presented
and the comments from the City Council are not completely in line with the
Planning Commission, if it is the will of the City Council to deny the appeal
he would ask that the City Council direct staff to prepare a Resolution
consistent with the City Council's Findings and bring it back to the next
regular meeting.
C/Herrera moved, C/Tanaka seconded to direct staff to bring back a
Resolution consistent with the City Council's Findings for the next regular
meeting denying the Appeal. Motion carried by the following Roll Call
vote:
AYES: COUNCIL MEMBERS: Herrera, Lin, Tanaka,
MPT/Lyons, M/Tye
NOES: COUNCIL MEMBERS: None
ABSENT: COUNCIL MEMBERS: None
8. COUNCIL CONSIDERATION (Continued):
8.2 APPROVE ADJUSTMENT OF CITY COUNCIL APPOINTMENTS
M/Tye asked for approval for the adjustment of City Council appointments
and thanked everyone for their input on giving up assignments in order to
have C/Lin represent the Council on different committees as follows:
JUNE 2, 2015 PAGE 40 CITY COUNCIL
C/Lin Delegate - Contract Cities Association
C/Lin Alternate — Joint Powers Insurance Authority
C/Lin Alternate — League of California Cities LA County Division
C/Lin Delegate — Southern California Association of Governments
C/Lin Alternate — Wildlife Corridor Conservation Authority (WCCA)
C/Herrera moved approval of the aforementioned City Council
appointment. MPT/Lyons seconded the motion. Motion carried by the
following Roll Call vote:
AYES: COUNCIL MEMBERS: Herrera, Lin, Tanaka,
MPT/Lyons, M/Tye
NOES: COUNCIL MEMBERS: None
ABSENT: COUNCIL MEMBERS: None
9. COUNCIL SUBCOMMITTEE REPORTS AND MEETING ATTENDANCE
REPORTS/COUNCIL MEMBER COMMENTS:
C/Herrera reported she attended a Foothill Transit meeting and announced that
the budget was approved and that within the budget is a Transit Center Plan for
the Mt. SAC Campus which when built will provide several additional bus lines
and services for students attending Mt. SAC. The Class Pass program at Mt.
SAC has been tremendously successful. She attended the San Gabriel Valley
COG Board meeting. Elections were held and she announced the following
results: President is Gene Murabito from Glendora; 1st VP Tim Spohn, City of
Industry; 2nd VP Kevin Stapleton, Covina; 3rd VP Cynthia Sternquist, Temple
City. She is grateful that the members of the LA County Fire Rescue Team has
returned safely from Nepal and that they were there to provide much needed aid
and rescue efforts.
C/Tanaka thanked Troop 730 for Presentation of the Colors this evening and
residents who voiced their opinions regarding the cell phone tower issue. He
thanked staff for presenting such a thorough report that made the decision much
easier this evening. On May 20 he attended the WVWD barbecue celebrating
Water Awareness Month where there was a display of art by local students who
participated in an art contest. On May 24 he attended Diamond Ranch High
School's instrumental music department's presentation of "An Evening of Dance"
at the historic Fox Theater in Pomona. On May 26 DB4-Youth held their regular
monthly meeting to recap their 6th 7th and 8th grade dance, sign up for 4th of July
Blast and Relay for Life. That Wednesday he attended Quail Summit Elementary
School's art ceremony and addressed the promoting 5th graders about gratitude.
That evening he attended a Neighborhood Watch Meeting as he did last evening.
The first was on Thunder Trail near Marc Ct and the second on Castle Rock
Road across the street from the school. He reminded everyone that on
Saturday, June 6 is the 10th annual Diamond Bar Relay for Life at Lorbeer Middle
School track. Opening ceremonies begin at 3:00 p.m. and ended at 9:00 p.m.
JUNE 2, 2015 PAGE 41 CITY COUNCIL
C/Lin said he had nothing interesting to report but wanted to thank staff for a very
good report providing good information to help the City Council make an
informed decision which he believes is a fair decision.
MPT/Lyons said that earlier tonight she and M/Tye met with Captain Scroggins
and his team to talk about public safety in Diamond Bar. Diamond Bar is blessed
to have such a good public safety team and good stats. Crime is very low. She
congratulated Diamond Bar High School musical director Steve Acciani (Mr. A)
who was honored last week by the Recording Academy and Grammy Foundation
as a 2015 Music Educator Finalist. There were 7000 music teachers nominated
for the award with 10 finalists. It is great to see the community involvement from
residents when they get behind an issue and research it and come forward with
their passion about the issue. He thought it was interesting that Denis Paul said
it had given him an opportunity to really meet a lot of his neighbors and get to
know them which will also help with a Neighborhood Watch idea, the birthing
houses, etc. It is Council's privilege to have residents exercise their right of free
speech during public comments and public hearings.
M/Tye asked everyone to call City Hall, the Sheriff or Homeland Security at 1-
866-347-2423 if they see something that does not seem right. He said he looked
forward to seeing the Homeland Security number on the City's website. Earlier
today he attended Lorbeer Middle School's graduation/promotion. Principal
Krystana Walks -Harper has a great deal to be proud of with over 300 kids that
were promoted. It was fun to be there and remember what it was like when he
was in the eighth grade back in the last century.
ADJOURNMENT: With no further business to conduct, M/Tye adjourned the
City Council Meeting at 10:06 p.m.
TOMMYE CRIBBINS, CITY CLERK
The foregoing minutes are hereby approved this day of 2015.
STEVE TYE. MAYOR
•�' • :
- MAY 12,2015
CALL TO ORDER:
Agenda No. 6.2
Chairperson Ruth Low called the meeting to order at 7:00 p.m. in the City Hall Windmill Room,
21810 Copley Drive, Diamond Bar, CA 91765.
PLEDGE OF ALLEGIANCE: Vice Chairman Pirritano led the Pledge of Allegiance.
1. ROLL CALL:
Present: Commissioners Frank Farrago, Jennifer "Fred"
Mahlke, Bob Nishimura, Vice Chairperson Peter
Pirritano and Chair Ruth Low
Also present: Greg Gubman, Community Development Director;
James Eggart, Assistant City Attorney; Grace Lee, Senior Planner; Natalie T. Espinoza;
Assistant Planner, and Stella Marquez; Administrative Coordinator.
2. MATTERS FROM THE AUDIENCE/PUBLIC COMMENTS: None
3. APPROVAL OF AGENDA: As presented
4. CONSENT CALENDAR:
4.1 Minutes of the Regular Meeting of April 14, 2015.
C/Nishimura moved, C/Farago seconded, to approve the April 14, 2015, Consent
Calendar as presented. Motion carried by the following Roll Call vote:
AYES: COMMISSIONERS: Farago, Mahlke, Nishimura,
VC/Pirritano, Chair/Low
NOES: COMMISSIONERS: None
ABSENT: COMMISSIONERS: None
5. OLD BUSINESS: None
6. NEW BUSINESS: None
7. PUBLIC HEARING(S):
7.1 Tentative Tract Map No 73201 — Planning Case No. PL2014-619 The
applicant requested approvai of a Tentative Tract Map to create an airspace
subdivision of an existing 20,577 square foot single story- industrial ware-
house building on a 1.7 gross acre lot for the purpose of creating
10 commercial/industrial condominium units. The property is zoned Light
MAY 12, 2015 PAGE 2 PLANNING COMMISSION
Industry (1) with a consistent underlying General Plan land use designation of
Light Industrial.
PROJECT ADDRESS
PROPERTY OWNER:
614-646 Brea Canyon Road
Diamond Bar, CA 91789
Peichin Lee
17582 E. Rowland Street #200
City of Industry, CA 91748
APPLICANT: Preston Chen
PPCN Investment, LLC
17582 E. Rowland Street #200
City of Industry, CA 91748
SP/Lee presented staffs report and recommended that the Planning Commission
recommend City Council approval of Tentative Tract Map No. 73201 PL2014-
619, based on the Findings of Fact, and subject to the conditions of approval as
listed in the draft resolution.
C/Nishimura referred to Exhibit B indicating parking and said he noticed that on
the north parcel there are two parking spaces (No. 57 and No. 58) indicated on
the west side of the parcel which do not exist. SP/Lee said that C/Nishimura was
correct. She stated that after the project was approved the developer looked at
other better locations and the most current site plan (Attachment No. 3, Sheet
AS101) reveal that the two parking spaces (No. 57 and No. 58) were relocated
and constructed at a better location to the northeast. C/Nishimura said he visited
the site today and was unable to find the two spaces on the west side of the
building.
C/Farago asked when the Commission approved the building a couple of years
back, this was the building that had the ambulance company with several fleet
vehicles and were they suppose to work something out about that because it was
a real issue with the neighbors that so many of the spaces were taken up by the
ambulance company. SP/Lee responded that the ambulance company left, the
premises and now there is a restriction in the CC&R's that limits the number of
commercial fleet vehicles per unit.
Chair/Low said she visited the site today and saw all kinds of vehicles parked
behind units J, I, H and G all along the east side of the property. In fact, when
she was there a FedEx truck came by and must have believed that it was
customary to double park in the fire lane which he did, and that action prevented
vehicles from getting through the area. She wanted to know if anything could be
done about that issue and SP/Lee responded that she visited the site during the
last couple of weeks and did not notice vehicles parked next to units I, J and H
MAY 12, 2015 PAGE 3 PLANNING COMMISSION
but did notice that there were cars parked next to the two-story office building
which is also a fire lane. Parking in the fire lane is not allowed and she has
notified the property owner accordingly and they in turn have notified all of the
owners, tenants and employees. In addition, SP/Lee notified the property owners
that the vehicles would need to be towed away because they are parking in a
designated fire lane which is not allowed.
C/Nishimura said it is a designated fire lane but it is not legally posted and there
is no red curb with a contrasting white fire lane and there are inadequate signs
posted at the entrance and along the walls. There are some faded signs along
the east brick wall that shares a storage space.but it is not a legal fire lane and
wanted to know if the Commission could do something to get them to post it as
such. SP/Lee said the Commission could add a condition to the project that
would speak to C/Nishimura's concerns should it choose to do so. C/Nishimura
reiterated that he was at the site today. He noticed that the two-story building to
the south is only half occupied and at lunch time when people should have been
at lunch there was no parking on the front lot and there were four or five cars
along the north side of the building. He did not see anybody on the east side but
he could see where people would double park there to make deliveries and
vehicles could not get by. He wanted to know if there was a way the City could
make them legally post those fire lanes at the entrance to both properties and
have both properties posted. SP/Lee reiterated that it is to the Commission's
discretion.
Chair/Low said she believed the requirement could be added to the Conditions
of Approval to accompany the motion of approval.
Chair/Low asked if the agreement for shared spaces lasts into perpetuity and
SP/Lee responded that the agreement will be updated and the CC&R's for the
industrial warehouse building will reference the parking agreement.
Chair/Low asked if it was true that the use of these condos was for storage, etc.,
and that the office space was'very minimal or incidental and whether the City
knows what businesses currently reside in the building and what businesses are
contemplated for the future. SP/Lee responded that she understands the current
businesses include a watch repair business, the Korean Yellow Pages, and other
warehouse storage types of uses. The applicant would need to speak to
information regarding applications for purchase/occupancy. One interested
buyer is a tax accounting office which will limit office usage and store documents.
She said she is not aware of any other potential buyers; however, uses are limited
to warehouse/storage types of uses. Retail is not allowed and professional
offices are not allowed.
Preston Chan, applicant, thanked the Commission for considering this project
and staff for assisting his firm through this process. PPCN Investment, LLC has
MAY 12, 2015 PAGE
done a number of projects in the City and he and his firm like working with the
City, Commission and Council. The building will be primarily used for warehouse
storage. To clarify the watch company's business, they actually manufacture the
watches overseas, ship them to the states and store them on premises. Another
woodworking company makes paddles for college fraternities and sororities and
has a large inventory of woodworking items, etc. And of course it is up to the City
whether these companies will qualify for their business licenses. Businesses are
notified by PPCN at the time of purchase that if their businesses are not within
the guidelines of warehouse/industrial they will need approval from the City.
VC/Pirritano said that usually CC&R's will stipulate what they can put in the
building and what they cannot. Mr. Chan agreed and said that the CC&R's have
been submitted to the City and they are still under review. VC/Pirritano said he
believed they have to be submitted to the state as well and Mr. Chan said he did
not believe so. CC&R's go to the City's Attorney for review and
recommendations. Mr. Chan further explained that certain uses are limited in the
CC&R's but they are unable to capture everything in the document. VC/Pirritano
said the City did not want a fireworks manufacturer in the building. Chair/Low
said she did not want fireworks to be stored in the building. Mr. Chan said that is
up to the discretion of the City. VC/Pirritano said he would be interested in looking
at the CC&R's.
SP/Lee referred the Commission to the draft Resolution which includes
conditions from the County Fire Department with regard to having the
unobstructed space in the fire lanes so the applicant will be required to comply
with the fire department's conditions. Chair/Low asked if the Commission's
proposed amendment would then be redundant and C/Nishimura said he
believed the amendment he would want to request would require signage so that
enforcement could be done. Without the signs and proper lane markings the
property owner cannot cite or tow.
SP/Lee said that staff would recommend the Commission add a condition that
states "the fire lanes shall be designated with pavement markings and signage
to enable enforcement subject to the LA County Fire Department and Sheriffs
Department."
C/Farago asked if the association was responsible for both the exterior and
interior or is the unit owner responsible for their own interiors and SP/Lee
responded that the association is responsible for the electrical room and exterior
only.
Chair/Low opened the public hearing.
With no one present who wished to speak on this matter, Chair/Low closed the
public hearing.
MAY 12,2015 PAGE 5 PLANNING COMMISSION
C/Nishimura moved, VC/Pirritano seconded, to recommend City Council
approval of Tentative Tract Map No. 73201 — Planning Case No. PL2014-619 as
amended with the addition of the following Condition of Approval to the
Resolution: "The fire lanes shall be designated with pavement markings and
signage to enable enforcement, subject to the LA County Fire Department and
LA County Sheriffs Department." Motion carried by the following Roll Call vote:
AYES: COMMISSIONERS
NOES: COMMISSIONERS
ABSENT: COMMISSIONERS
Farago, Mahlke, Nishimura,
VC/Pirritano, Chair/Low
None
None
PLANNING COMMISSIONER COMMENTS/INFORMATIONAL ITEMS:
C/Farago said he has been driving by the corner of Diamond Bar Boulevard and Grand
Avenue and noticed that it is looking pretty abandoned and unmaintained. He asked if
there had been any complaints and whether the City could do anything about the matter.
CDD/Gubman said he is not aware that the Code Enforcement Officer has received any
complaints but with the information provided by C/Farago the Code Enforcement Officer
will be asked to look into the matter at the start of the next business day.
Chair/Low asked what was happening with the shopping center across from Lorbeer
Middle School and CDD/Gubman responded that the shopping center was purchased
by the owner of the land upon which sits the vacant Kmart building and he is looking into
long-range plans of assembling parcels to connect the Kmart property with that site to
potentially establish a more comprehensive redevelopment plan for the area. Nothing
is happening at this time with regarding to redevelopment of the site.
Chair/Low asked if staff had an opening date for the Walmart Market and CDD/Gubman
responded that July 1 is the targeted opening date for the market.
9. STAFF COMMENTS/INFORMATIONAL ITEMS:
9.1 Public Hearing dates for future protects.
CDD/Gubman stated that the next Planning Commission meeting is scheduled
for May 26 and there is one item on the agenda which is an addition to a residence
at 2657 Crooked Creek. The application for this project was deemed complete
this week and staff has been able to submit the Public Hearing Notice as required.
CDD/Gubman further stated that the Fiscal Year 2015-16 Budget was approved
by the City Council on May 5 along with the Capital Improvement Program the
Commission found to be in conformance with the City's General Plan. The
MAY 12,2015 PAGE 6 PLANNING
budget is balanced and the Capital Improvement Plan that was adopted is the
largest CIP for one year in the City's history at $20 million. There are a number
of public improvements slated. The City Council established a Special Fund for
the Comprehensive General Plan Update and seeded that fund with additional
monies in this budget. The workload in the Planning Division at this time is going
to be able to accommodate staffs ability to prepare an RFP to get a consultant
on board to begin the two to three year process for the update. The entire
Planning Commission will have the opportunity to participate in public meetings
and public hearings and in addition, there will be community design charrettes,
workshops, etc., on the weekends and all of the components will be better defined
once the RFP is sent out and the City begins receiving ideas from consultants.
The City is close to embarking on this very significant process on the heels of the
City's first and current General Plan's 20th year of existence.
Chair/Low said she noticed that the development on Diamond Bar Boulevard and
Brea Canyon Road is moving forward. CDD/Gubman said the City continues to
issue permits and just issued permits for Phase IV of the development. To date,
more than 100 of 182 total building permits have been issued and the project will
be completed before the end of 2016. The park component has lagged a bit
behind the home construction, which is due largely to approvals that are needed
from the LA County Public Works Department. Staff expects to see the approvals
finalized and the easements recorded so that the developer can move forward to
complete improvements such as installing the footbridge that will connect parts
of the park that are separated by the channel and the landscape improvements.
Much of the prep work for the park has been completed and it is expected that
the park will suddenly take shape and be in a turnkey condition to transfer to the
City about the time the new homes begin to be occupied.
Chair/Low said that in the news this week was an article about a parcel of land
between Diamond Bar and Chino Hills (Tres Hermanos). She asked if the City
of Diamond Bar had any interest or influence over the parcel. CDD/Gubman
responded that the City of Diamond Bar holds the land use authority through its
zoning powers to control the destiny of that site. 700 acres lies within Diamond
Bar alone and the entirety of Tres Hermanos is about 2400 acres. The other
1700 acres are located in the City of Chino Hills. Presumably a developer will
purchase the land and have an interest in master planning it. It will definitely be
a controversial project which is to be expected. 700 acres alone of undeveloped
scenic land being considered for development will generate significant
controversy and the City will have the power to control what is ultimately approved
and the land use plan will be shaped by the public process and the Environmental
Impact process that will need to take place. While it will be an exciting process,
it will be arduous and one in which the City expects input from not only Diamond
Bar residents but Pomona and Chino Hills as well.
MAY 12, 2015 PAGE PLANNING • •
C/Mahlke said she noticed the City Council meeting date was incorrect on the
agenda and she did not want to miss the T -Mobile discussion. CDD/Gubman
stated that the item is slated for the June 2 City Council meeting.
Chair/Low thanked staff for the reports and minutes.
10. SCHEDULE OF FUTURE EVENTS:
As listed in tonight's agenda.
ADJOURNMENT: With no further business before the Planning Commission,
Chair/Low adjourned the regular meeting at 7:35 p.m.
The foregoing minutes are hereby approved this 26th day of May, 2015.
Attest:
Respectfully Submitted,
Greg Gubman
Community Development Director
Ruth Low, Chairperson
CITY COUNCIL
Agenda 9 6.3
Meeting Date. June 16, 2015
TO: Honorable Mayor and Members of the City Council
FROM: James DeStefano, City Many
TITLE: Ratification of Check Register dated May 28, 2015 through June 10, 2015
totaling $ 299,901.49
1:0101018 ,11 491011
FINANCIAL IMPACT:
Expenditure of $ 299,901.49 in City funds.
BACKGROUND:
The City has established the policy of issuing accounts payable checks on a weekly basis
with City Council ratification at the next scheduled City Council meeting.
DISCUSSION:
The attached check register containing checks dated May 28, 2015 through June 10,
2015 for $ 299,901.49 is being presented for ratification. All payments have been made
in compliance with the City's purchasing policies and procedures. Payments have been
reviewed and approved by the appropriate departmental staff and the attached Affidavit
affirms that the check register has been audited and deemed accurate by the Finance
Director.
Luisa Allen
Accounting Technician
REVIEW BY: g
Finance Di ector
Attachments: Affidavit and Check Register — 5/28/15 through 6/10/15.
1, 1 � . �..:♦
♦ . 1
The attached listings of demands, invoices, and claims in the form of a check register
including checks dated May 28, 2015 through June 10, 2015 has been audited and is
certified as accurate. Payments have been allowed from the following funds in these
amounts:
Descri
General Fund
Prop A - Transit Fund
Intergrated Waste Management Fund
Com Dev Block Grand Fund
Capital Imp Projects Fund
Signed:
Dianna Honeywell
Finance Director
Amount
$272,369.67
$20,177.16
$16.16
$3,862.50
3,476.00
$299,901.49
SUNGARD PENTAMATION INC PAGE NUMBER: 1
DATE: 06/10/2015 CITY OF DIAMOND BAR ACCTPA21
TIME: 08:23:09 CHECK REGISTER - DISBURSEMENT FUND
SELECTION CRITERIA: transact.ck_date between '20150528 00:00:00.000' and '20150610 00:00:00.000'
ACCOUNTING PERIOD: 12/15
FUND - 001 -
GENERAL FUND
CASH ACCT CHECK NO
ISSUE DT
VENDOR
NAME
FUND/DIVISION
-----DESCRIPTION------
SALES
TAX
AMOUNT
10100
112309
06/04/15
ALLCITYM
ALL CITY MANAGEMENT SERV
0014411
CROSSING GUARD SERVICE
0.00
2,845.05
10100
112309
06/04/15
ALLCITYM
ALL CITY MANAGEMENT SERV
0014411
CROSSING GUARD SERVICE
0.00
7,440.90
10100
112309
06/04/15
ALLCITYM
ALL CITY MANAGEMENT SERV
0014411
CROSSING GUARD SERVICE
0.00
7,440.90
TOTAL
CHECK
0.00
17,726.85
10100
112310
06/04/15
EVERGREE
ROBYN A BECKWITH
0015340
PLANT SERVICE M HERITA
0.00
1.35.00
10100
112310
06/04/15
EVERGREE
ROBYN A BECKWITH
0015333
PLANT SERVICE @ HERITA
0.00
177.00
10100
112310
06/04/15
EVERGREE
ROBYN A BECKWITH
0014093
MAINTENANCE OF PLANTS
0.00
270.00
10100
112310
06/04/15
EVERGREE
ROBYN A BECKWITH
0014093
MAINTENANCE OF PLANTS
0.00
107.00
TOTAL
CHECK
0.00
689.00
10100
112311
06/04/15
BLAZECON
BLAZE CONE COMPANY INC
0015350
PARKING CONES -CONCERT
0.00
1,080.00
10100
112312
06/04/15
CLARYCOR
CLARY CORPORATION
0015554
BATTERY BACKUP REPAIR
0.00
387.77
10100
112312
06/04/15
CLARYCOR
CLARY CORPORATION
0015554
TRAFFIC SIGNAL BATTERY
0.00
1,283.15
TOTAL
CHECK
0.00
1.,670.92
10100
112313
06/04/15
COLLICUT
COLLICUTT ENERGY
0014093
INSTALL MONITORING SYS
0.00
225.00
10100
112313
06/04/15
COLLICUT
COLLICUTT ENERGY
0014093
INSTALL MONITORING SYS
0.00
2,147.30
TOTAL
CHECK
0.00
2,372.30
10100
112314
06/04/15
HALLFORE
DAVID EVANS AND ASSOCIAT
0015510
ROAD WIDENING INSPECTI
0.00
245.87
10100
112314
06/04/15
HALLFORE
DAVID EVANS AND ASSOCIAT
0015551
GRADING PLAN CHECK FOR
0.00
221.56
10100
112314
06/04/15
HALLFORE
DAVID EVANS AND ASSOCIAT
0015510
GRADING INSPECTIONS FO
0.00
207.69
10100
112314
06/04/15
HALLFORE
DAVID EVANS AND ASSOCIAT
0015510
GRADING INSPECTIONS TO
0.00
184.49
10100
112314
06/04/15
HALLFORE
DAVID EVANS AND ASSOCIAT
0015510
ON-SITE PRIVATE STORM
0.00
5,025.15
10100
112314
06/04/15
HALLFORE
DAVID EVANS AND ASSOCIAT
0015510
ON-SITE STREET IMPROVE
0.00
641.25
TOTAL
CHECK
0.00
6,526.01
10100
112315
06/04/15
DFSFLOOR
DFS FLOORING LP
0014093
2 QTRLY UPHOLSTERY CLE
0.00
550.00
10100
112316
06/04/15
DHMAINTE
DH MAINTENANCE
0015333
"AS -NEEDED" JANITORIAL
0.00
500.00
10100
112317
06/04/15
EMERALD
EMERALD LANDSCAPE SERVIC
0014093
"AS -NEEDED" CITY HALL
0.00
88.00
10100
112317
06/04/15
EMERALD
EMERALD LANDSCAPE SERVIC
0014093
"AS -NEEDED" CITY HALL
0.00
168.00
TOTAL
CHECK
0.00
256.00
10100
112318
06/04/15
EXTERMIN
EXTERMINETICS OF SO CAL
0015340
RODENT/INSECT CONTROL
0.00
30.00
10100
112318
06/04/15
EXTERMIN
EXTERMINETICS OF SO CAL
0015340
RODENT/INSECT CONTROL
0.00
40.00
10100
112318
06/04/15
EXTERMIN
EXTERMINETICS OF SO CAL
0015333
RODENT/INSECT CONTROL
0.00
40.00
10100
112318
06/04/15
EXTERMIN
EXTERMINETICS OF SO CAL
0015340
RODENT/INSECT CONTROL
0.00
50.00
10100
112318
06/04/15
EXTERMIN
EXTERMINETICS OF SO CAL
0014093
RODENT/INSECT CONTROL
0.00
50.00
10100
112318
06/04/15
EXTERMIN
EXTERMINETICS OF SO CAL
0014093
RODENT/INSECT CONTROL
0.00
65.00
10100
112318
06/04/15
EXTERMIN
EXTERMINETICS OF SO CAL
0015333
RODENT/INSECT CONTROL
0.00
75.00
10100
112318
06/04/15
EXTERMIN
F,XTERMINETICS OF SO CAL
0015340
RODENT/INSECT CONTROL
0.00
225.00
TOTAL
CHECK
0.00
575.00
10100
112319
06/04/15
FEHRPEER
FEHR & PEERS
0015551
CONTRACT AMENDMENT NO.
0.00
1,660.75
10100
112319
06/04/15
FEHRPEER
FEHR & PEERS
0015551
CONTRACT AMENDMENT NO.
0.00
2,286.90
10100
112319
06/04/15
FEHRPEER
FEHR & PEERS
0015551
CONTRACT AMENDMENT NO.
0.00
3,033.45
TOTAL
CHECK
0.00
6,981.10
SUNGARD PENTAMATION INC
PAGE NUMBER:
DATE:
06/10/2015
CITY OF
DIAMOND BAR
ACCTPA21
TIME:
08:23:09
CHECK REGISTER
- DISBURSEMENT
FUND
SELECTION
CRITERIA:
transact.ck_date
between '20150528 00:00:00.000'
and '20150610 00:00:00.000'
ACCOUNTING
PERIOD:
12/15
FUND - 001 - GENERAL FUND
CASH
ACCT CHECK NO
ISSUE DT
VENDOR
NAME
FUND/DIVISION
---DESCRIPTION------
SALES
TAX
AMOUNT
10100
112320
06/04/15
FUNEXPRE
FUN EXPRESS LLC
0015350
GAME PRIZES, CRAFT SUP
0.00
653.61
10100
112321
06/04/15
JOEGONSA
JOE A. GONSALVES & SON I
0014030
PROFESSIONAL LEGISLATI
0.00
3,000.00
10100
112321
06/04/15
JOEGONSA
JOE A. GONSALVES & SON I
0014030
QUARTERLY FILING
0.00
45.00
TOTAL
CHECK
0.00
3,045.00
10100
112322
06/04/15
KENSHARD
KENS HARDWARE
0014093
OPERATING SUPPLIES FOR
0.00
6.51
10100
112322
06/04/15
KENSHARD
KENS HARDWARE
0015333
OPERATING SUPPLIES FOR
0.00
60.35
10100
112322
06/04/15
KENSHARD
KENS HARDWARE
0015340
OPERATING SUPPLIES FOR
0.00
297.07
10100
112322
06/04/15
KENSHARD
KENS HARDWARE
0015350
RECREATION SUPPLIES
0.00
90.39
10100
112322
06/04/15
KENSHARD
KENS HARDWARE
0015350
BDAY PARTY SUPPLIES
0.00
28.84
TOTAL
CHECK
0.00
483.16
10100
112323
06/04/15
LEARNING
LEARNING RESOURCES NETWO
0015350
MEMEBERSHIP DUES
0.00
395.00
10100
112324
06/04/15
LOWES
LOWE'S BUSINESS ACCOUNT
0015350
SUPPLIES -RECREATION
0.00
143.42
10100
112324
06/04/15
LOWES
LOWE'S BUSINESS ACCOUNT
0015340
OPERATING SUPPLIES FOR
0.00
198.47
TOTAL
CHECK
0.00
341.89
10100
112325
06/04/15
MIRACLER
MIRACLE RECREATION EQUIP
0015340
SLIDE FOR REAGAN PARK
0.00
1,771.68
10100
112326
06/04/15
OFFICEMA
OFFICEMAX INC
0015333
OFFICE SUPPLIES -DHC
0.00
54.31
10100
112326
06/04/15
OFFICEMA
OFFICEMAX INC
0014090
OFFICE SUPPLIES-MISC
0.00
6.11
10100
112326
06/04/15
OFFICEMA
OFFICEMAX INC
0014030
OFFICE SUPPLIES -CM
0.00
18.47
1.0100
112326
06/04/15
OF'FICEMA
OFFICEMAX INC
0014090
OFFICE SUPPLIES-MISC
0.00
19.18
TOTAL
CHECK
0.00
98.07
10100
112327
06/04/15
PERSRETI
PERS RETIREMENT FUND
001
SURVIVOR BENEFIT
0.00
48.36
10100
112327
06/04/15
PERSRETI
PERS RETIREMENT FUND
001
RET CONTRIB PEPRA
0.00
852.16
10100
112327
06/04/15
PERSRETI
PERS RETIREMENT FUND
001
RET CONTRIB EE
0.00
13,535.20
TOTAL
CHECK
0.00
14,435.74
10100
112328
06/04/15
SOCIALVO
SOCIAL VOCATIONAL SERVIC
0015558
WEED AND LITTER ABATEM
0.00
1,982.76
10100
112329
06/04/1.5
SCAG
SOUTHERN CALIFORNIA ASSC
001
DUES FY 2015/16
0.00
5,397.00
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
ELECTRIC/TRAFFIC
0.00
2,586.24
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
ELECTRIC/TRAFFIC
0.00
909.06
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
21325 PATHFINDER
0.00
104.49
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
809 S DIAMOND BAR
0.00
105.73
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
20439 GOLDEN SPRINGS
0.00
111.64
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
2746 BREA CANYON
0.00
115.93
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
717 GRAND AVE TC1
0.00
120.54
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
2838 S DIAMOND BAR BL
0.00
84.88
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
1796 DB BL/22566 GSD
0.00
85.31
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
1215 S BREA CANYON
0.00
86.80
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
DB BLVD/NW TEMPLE
0.00
87.13
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA ROTS
0015510
20791 GOLDEN SPRINGS
0.00
89.95
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
1003 GOLDEN SPRINGS
0.00
50.11
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
1611 S BREA CANYON
0.00
54.08
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
1 DIAMOND BAR TEMPLE
0.00
54.96
10100
112331
06/04/15
SCE
SOUTHERN CALIFORNIA EDIS
0015510
1025 BREA CANYON TCI
0.00
60.88
2
SUNGARD PENTAMATION INC PAGE NUMBER: 3
DATE: 06/10/2015 CITY OF DIAMOND BAR ACCTPA21
TIME: 08:23:09 CHECK REGISTER - DISBURSEMENT FUND
SELECTION CRITERIA: transact.ck_date between '20150528 00:00:00.000' and '20150610 00:00:00.000'
ACCOUNTING PERIOD: 12/15
FUND - 001 - GENERAL FUND
MA.Y7�S441�4711[4:L1U]•bY.YU1l�Jl1�rIJ9Ulil�
10100
112331
06/04/15
SCE
10100
112331
06/04/15
SCE
10100
112331
06/04/15
SCE
10100
112331
06/04/15
SCE
10100
112331
06/04/15
SCF,
1.0100
112331
06/04/15
SCE
10100
112331
06/04/15
SCE
10100
112331
06/04/15
SCE
10100
112331
06/04/15
BAR
10100
112331
06/04/15
SCE
10100
112331
06/04/15
SCE
10100
112331
06/04/15
SCE
10100
112331
06/04/15
SCE
10100
112331
06/04/15
SCE
TOTAL
CHECK
0,00
10100 112332
10100 112333
10100 112334
10100 112334
TOTAL CHECK
101.00 112335 06/04/15 VANTAG
10100 112335 06/04/15 VANTAG
TOTAL CHECK
10100 112336
10100 112337
10100 112338
10100 112338
TOTAL CHECK
10100 113329 05/26/15 ACCESS
10100 113330 05/28/15 AFLAC
10100 113331 05/28/15 AGIACA
10100 113332 05/28/15 AMERIT
10100 1.13333 05/28/15 APPLES
10100 113334 05/28/15 ARCIMAG
10100 1.13334 05/28/15 ARCIMA
10100 113334 05/28/15 ARCIMA
TOTAL CHECK
10100 113335 05/28/15 ARIADI
NAME FUND/DIVISION
SOUTHERN CALIFORNIA EDIS 0015510
SOUTHERN CALIFORNIA EDIS 0015510
SOUTHERN CALIFORNIA EDIS 0015510
SOUTHERN CALIFORNIA EDIS 0015510
SOUTHERN CALIFORNIA EDIS 0015510
SOUTHERN CALIFORNIA EDIS 0015510
SOUTHERN CALIFORNIA EDIS 001.5510
SOUTHERN CALIFORNIA EDIS 0015510
SOUTHERN CALIFORNIA EDIS 0015510
SOUTHERN CALIFORNIA EDIS 0015510
SOUTHERN CALIFORNIA EDIS 0015340
SOUTHERN CALIFORNIA EDIS 0015510
SOUTHERN CALIFORNIA EDIS 0015510
SOUTHERN CALIFORNIA EDIS 0015510
06/04/15 SOUTHSAL SOUTHWEST SALES INC 0015350
06/04/15 SQBOXSOL SQBOX SOLUTIONS LTD 0014090
06/04/15 VALLEYCR VALLEY CREST LANDSCAPE M 0015340
06/04/15 VALLEYCR VALLEY CREST LANDSCAPE M 0015340
EP VANTAGEPOINT TRNSFR AGNT 001
EP VANTAGEPOINT TENSER AGNT 001
06/04/15 WAXIESAN WAXIE SANITARY SUPPLY 0014093
06/04/15 WELLDYNE WELLDYNERX 1155515
06/09/15 GATEWAYC GATEWAY CORPORATE CENTER 0014093
06/09/15 GATEWAYC GATEWAY CORPORATE CENTER 0014093
CO ACCESS CONTROL SECURITY 0015333
AFLAC 001
DE AGI ACADEMY CORP 0015350
EC AMERITECH BUSINESS SYSTE 0014090
AU TERI APPLEBAUM 001
I ARC IMAGING RESOURCES 001.4070
GI ARC IMAGING RESOURCES 0014070
GI ARC IMAGING RESOURCES 0014070
AN DIANA ARIA 0015350
-----DESCRIPTION--- SALES TAX
21250 GOLDEN SPRINGS
0.00
23331 GOLDEN SPRINGS
0.00
3564 BREA CANYON
0.00
3798 S BREA CANYON
0.00
BREA CYN/CAKCREST
0.00
24230 GOLDEN SPRINGS
0.00
2201 DIAMOND BAR BL
0.00
21615 GATEWAY CENTER
0.00
21250 GOLDEN SPRINGS
0.00
BREA CYN/FALLOWFIELD
0.00
738 1/2 PANTERA DR
0.00
21010 WASHINGTON ST
0.00
22805 GOLDEN SPRINGS
0.00
20781 PATHFINDER RD
0.00
0.00
SUMMER DAY CAMP STAFF,
0.00
INTRANET CONNECTIONS S
0.00
"AS -NEEDED" LANDSCAPE
0.00
"AS -NEEDED" LANDSCAPE
0.00
0,00
LOAN DEDUCTION 6/5/15
0.00
PR DEDUCTIONS 6/5/15
0.00
0,00
JANITORIAL SUPPLIES FO
0.00
SHARPS DISPOSAL PROG
0,00
CAPITAL CONTRIBUTION
0.00
ASSOCIATION DUES -NNE
0.00
0,00
SECURITY SVCS -DBC 0.00
MAY 15-SUPP INS PREM 0.00
CONTRACT CLASS -SPRING 0.00
COPIER MAINT-APR 0.00
RECREATION REFUND 0.00
SUPPLIES-PLTTR PAPER 0.00
ANNI, MAINT-PRINTER 0.00
PRINTER SVCS -APR 0.00
0.00
CONTRACT CLASS -SPRING 0.00
I9U1404Y1
60.96
64.86
68.99
28.37
29.03
36,00
37.84
37.84
37,84
38.01
38.21
45.63
47.68
83.37
5,362.36
3,440.04
14,500.00
418.19
402.20
820.39
3,334.77
29,899.09
33,233.86
56.21
16.16
184.00
1,601.00
1,785.00
985.80
1,821.40
1,273.20
2,052.31
140 .00
1,050.40
1.,292.95
6.67
2,350.02
198.00
SUNGAR) PENTAMATION
INC
PAGE NUMBER:
4
DATE:
06/10/2015
CITY OF DIAMOND BAR
ACCTPA21
TIME:
08:23:09
CHECK REGISTER - DISBURSEMENT
FUND
SELECTION
CRITERIA:
transact.ck_date
between '20150528 OO:OO:D0.000' and '20150610
00:00:00.000'
ACCOUNTING
PERIOD:
12/15
FUND - 001 - GENERAL
FUND
CASH
ACCT CHECK NO
ISSUE IT
VENDOR
NAME
FUND/DIVISION
-----DESCRIPTION------
SALES
TAX
AMOUNT
10100
113336
05/28/15
BENESYST
BENESYST
0014060
FLEX ADMIN SVCS
0.00
112.32
10100
113337
05/28/15
BESTLTG
BEST LIGHTING PRODUCTS
0014093
SUPPLIES -CITY HALL
0.00
85.00
10100
113338
05/28/1.5
CAMPOSGE
GENA LEE CAMPOS
0015350
CONTRACT CLASS -SPRING
0.00
189.00
10100
113339
05/28/15
CARDIMAG
CARD IMAGING
1125553
SUPPLIES-A/CONTROL ID
0.00
459.00
10100
113340
05/28/15
CARRERAT
TED A CABRERA
0015510
T & T COMM -APR
0.00
45.00
10100
113341
05/28/15
CDW-G
CDW GOVERNMENT
0014070
COMP MAINT-I.T.
0.00
1,249.00
10100
113341
05/28/15
CDW-G
CDW GOVERNMENT
0014070
COMP MAINT-I.T.
0.00
136.25
TOTAL
CHECK
0.00
1,385.25
10100
113342
05/28/15
CHARTER
CHARTER OAK GYMNASTICS,
0015350
CONTRACT CLASS -SPRING
0.00
351.00
10100
113343
05/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
ADMIN FEE -FPL 07-274
0.00
93.96
10100
113343
05/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
ADMIN FEE -FPL 12-467
0.00
81.36
10100
113343
05/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
PROF.SVCS-FPL 14-343
0.00
577.50
10100
113343
D5/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
PROF.SVCS-FPL 12-467
0.00
452.00
10100
113343
05/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
PROF.SVCS-FPL 07-274
0.00
522.00
10100
113343
05/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
ADMIN FEE -FPL 14-343
0.00
103.95
10100
113343
05/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
PROF.SVCS-FPL 14-301
0.00
9.99
10100
113343
05/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
PROF.SVCS-FPL 14-579
0.00
9.99
10100
113343
05/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
ADMIN FEE -FPL 14-343
0.00
-103.95
10100
113343
05/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
ADMIN FEE -FPL 07-274
0.00
-93.96
10100
113343
05/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
ADMIN FEE -FPL 12-467
0.00
-81.36
10100
113343
05/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
ADMIN FEE -FPL 14-579
0.00
-1.80
10100
113343
05/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
ADMIN FEE -FPL 14-301
0.00
-1.80
10100
113343
05/26/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
ADMIN FEE -FPL 14-301
0.00
1.80
10100
113343
05/28/15
DAVIDEVA
DAVID EVANS AND
ASSOCIAT
001
ADMIN FEE -FPL 14-579
0.00
1.80
TOTAL
CHECK
0.00
1,571.48
10100
113344
05/28/15
DAYNITEC
DAY & MITE COPY
CENTER
0015510
PRIMP SVCS -GRAND AVE
0.00
83.77
10100
113345
05/28/15
DELTACAR
DELTA CARE PMI
001
JUNE 15 -HMO DENTAL PR
0.00
361.73
10100
113346
05/28/15
DELTADEN
DELTA DENTAL
001
JUN 15 -DENTAL PREMIUM
0.00
4,155.11
10100
113347
05/28/15
DENNISCA
CAROL A DENNIS
0015210
PROF.SVCS-PLNG MTG
0.00
50.00
10100
113347
05/28/15
DENNISCA
CAROL A DENNIS
0015510
PROF.SVCS-T&T MTG
0.00
100.00
TOTAL
CHECK
0.00
150.00
10100
113348
05/28/15
DEVIMAYA
MAYA DEVI
0015350
CONTRACT CLASS -SPRING
0.00
43.80
10100
113349
05/28/15
DBHIGHSC
DIAMOND BAR HIGH
SCHOOL
001
FACILITY REFUND -DBC
0.00
350.00
10100
113350
05/28/15
DOGDEALE
DOG DEALERS INC
0015350
CONTRACT CLASS -SPRING
0.00
43.80
10100
113351
05/28/15
DREWELIA
ELIANA DREW
0015350
CONTRACT CLASS -SPRING
0.00
466.20
SUNGARD PENTAMATION INC
DATE: 06/10/2015 CITY OF DIAMOND EAR
TIME: 08:23:09 CHECK REGISTER - DISBURSEMENT FUND
SELECTION CRITERIA: tsansact.ck_date between '20150528 00:00:00.000' and '20150610 00:00:00.000'
ACCOUNTING PERIOD: 12/15
FUND - 001 -
GENERAL FUND
AMOUNT
FACILITY REFUND-REAGA
CASH ACCT CHECK NO
ISSUE DT
VENDOR
NAME
FUND/DIVISION
10100
113352
05/28/15
EJANTIFF
TIFFANY EJAN
001
10100
113353
05/28/15
FEDEX
FEDEX
0014090
10100
113353
05/26/15
FEDEX
FEDEX
001
TOTAL
CHECK
0.00
574.88
10100
113354
05/28/15
FEHRPEER
FEHR & PEERS
0015551
10100
113354
05/28/15
FEHRPEER
FEHR & PEERS
0015551
10100
113354
05/28/15
FEHRPEER
FEHR & PEERS
0015551
10100
113354
05/28/15
FEHRPEER
FEHR & PEERS
0015551
10100
113354
05/28/15
FEHRPEER
FEHR & PEERS
0015551
TOTAL
CHECK
7,852.16
AUDIT SVCS -SALES TAX
10100
113355
05/28/15
FORDMILL
MILLIE FORD
001
10100
113356
05/28/15
GLADWELL
GLADWELL GOVERNMENTAL SV
0014030
10100
113357
05/28/15
GOLIVETE
GO LIVE TECHNOLOGY INC
0014070
10100
113358
05/28/15
14DLC0REN
HDL COREN & CONE
0014050
10100
113358
05/28/15
HDLCOREN
HDL COREN & CONE
0014050
TOTAL
CHECK
800.00
0.00
10100
113359
05/28/15
HIWAYSAF
HI WAY SAFETY INC
0015554
10100
113360
05/28/15
HIROSEJE
JEFFREY HIROSE
0015350
10100
113361
05/28/15
HUGOTAMA
TAMA HUGO
001
10100
113361
05/28/15
HUGOTAMA
TAMA HUGO
001
TOTAL
CHECK
195.00
CONTRACT CLASS -SPRING
0.00
10100
113362
05/28/15
JACKSONS
JACKSON'S AUTO SUPPLY
0014090
10100
113362
05/28/15
JACKSONS
JACKSON'S AUTO SUPPLY
0015340
TOTAL
CHECK
0.00
2,001.50
10100
113363
05/28/15
JAHANVAS
MOHAMAD R JAHANVASH
0015350
10100
113364
05/28/15
KIMSUN
SUNG KIM
001
10100
113365
05/28/15
KLEINGAB
GABRIELA KLEIN
0015350
10100
113366
05/28/15
LEVYLOUI
LOUISE L LEVY
0015350
10100
113367
05/28/15
LIEBESHE
SHERI LIEBE
0015350
10100
113368
05/28/15
LIEBERTC
LIEBERT CASSIDY WHITMORE
0014020
1.0100
113369
05/28/15
LACPUBWK
LOS ANGELES COUNTY PUBLI
001.5340
10100
113370
05/28/15
LUONGKEN
KENNY LUONG
001
10100
113370
05/28/15
LUONGKEN
KENNY LUONG
001
TOTAL
CHECK
PAGE NUMBER: 5
ACCTPA21
-----DESCRIPTION- ----
SALES TAX
AMOUNT
FACILITY REFUND-REAGA
0.00
50.00
EXPRESS MAIL -GENERAL
O.DO
66.40
E/MAIL-FPL 2014-579
0.00
32.33
0.00
98.73
ENG SVCS -SR 57/60
0.00
378.00
ENG SVCS -SR 57/60
0.00
574.88
ENG SVCS -SR 57/60
0.00
623.70,
ENG SVCS -SR 57/60
0.00
1,710.45
ENG SVCS-SR57/60
0.00
1,852.20
0.00
5,139.23
FACILITY REFUND -DBC
0.00
100.00
CONSULTANT SVCS-R/MGT
0.00
950.00
PROF.SVCS-CITY VIEW
0.00
7,852.16
AUDIT SVCS -SALES TAX
0.00
4,260.94
CONTRACT SVCS -2ND QTR
0.00
900.00
0.00
5,160.94
SUPPLIES -RD MAINT
0.00
68.49
CONTRACT CLASS -SPRING
0.00
480.00
FACILITY REFUND -DSC
0.00
3.15
FACILITY REFUND -DBC
0.00
800.00
0.00
803.15
SUPPLIES -GENERAL
0.00
878.30
SUPPLIES -PARKS
0.00
19.87
0.00
898.17
CONTRACT CLASS -SPRING
0.00
216.00
RECREATION REFUND
0.00
195.00
CONTRACT CLASS -SPRING
0.00
1,545.60
CONTRACT CLASS -SPRING
0.00
841.20
CONTRACT CLASS -WINTER
0.00
234.00
LEGAL SVCS-H/R
0.00
2,001.50
SUMP PUMP MAINT-APR
0.00
325.47
FACILITY REFUND-M/HLL
0.00
81.00
FACILITY REFUND-M/HLL
0.00
45.00
0.00
126.00
SUNGARD PENTAMATION
INC
I
PAGE NUMBER:
6
DATE:
06/10/2015
CITY OF DIAMOND BAR
ACCTPA21
TIME:
08:23:09
CHECK REGISTER - DISBURSEMENT
FUND
SELECTION CRITERIA:
transact.ck_date
between '20150528 00:00:00.000'
and '20150610 00:00:00.000'
ACCOUNTING PERIOD:
12/15
FUND - 001 - GENERAL
FUND
CASH ACCT CHECK NO
ISSUE IT
VENDOR NAME
FUND/DIVISION
-----DESCRIPTION------
SALES
TAX
AMOUNT
10100
113371
05/28/15
MAGICALS MAGICAL STEPS ACADEMY
0015350
CONTRACT CLASS -SPRING
0.00
138.00
10100
113372
05/28/15
MANAGEDH MANAGED HEALTH NETWORK
001
JUN 15 -EAP PREMIUMS
0.00
163.02
10100
113373
05/28/15
MEHTASUR SURENDRA MEHTA
0015350
CONTRACT CLASS -SPRING
0.00
- 192.00
10100
113374
05/28/15
MOKKENNE KENNETH MOR
0015510
T & T COMM -APR
0.00
- 45.00
10100
113375
05/28/15
MOONEYMA MARLENE RAMIREZ MOONEY
0015350
CONTRACT CLASS -SPRING
0.00
752.40
10100
113376
05/28/15
MOONLIGH MOONLIGHT PRESS
0015210
SUPPLIES -ENVELOPES
0.00
174.40
10100
113376
05/28/15
MOONLIGH MOONLIGHT PRESS
0015510
SUPPLIES -ENVELOPES
0.00
174.40
TOTAL
CHECK
0.00
348.80
10100
113377
05/28/''-5
MORALESE EDA MORALES
001
FACILITY REFUND-PNTRA
0.00
50.00
10100
113377
05/28/15
MORALESE EDA MORALES
001
FACILITY REFUND-PNTRA
0.00
20.00
TOTAL
CHECK
0.00
70.00
10100
113378
05/28/15
MOSLEYTO TOM MOSLEY
001
FACILITY REFUND -DBC
0.00
100.00
10100
113378
05/28/15
MOSLEYTO TOM MOSLEY
001
FACILITY REFUND -DBC
0.00
100.00
TOTAL
CHECK
0.00
200.00
10100
113379
05/28/15
KIDZLOVE NORTH AMERICAN YOUTH ACT
0015350
CONTRACT CLASS -SPRING
0.00
1,749.00
10100
113380
05/28/15
OFFICEMA OFFICEMAX INC
0014440
SUPPLIES-EMERG PREP
0.00
160.97
10100
113380
05/28/15
OFFICEMA OFFICBMAX INC
0014090
SUPPLIES -GENERAL
0.00
423.58
10100
113380
05/28/15
OFFICEMA OFFICEMAX INC
0014090
SUPPLIES -GENERAL
0.00
19.53
10100
113380
05/28/15
OFFICEMA OFFICEMAX INC
0015210
SUPPLIES-PLNG
0.00
30.43
10100
113380
05/28/15
OFFICEMA OFFICEMAX INC
0015210
SUPPLIES-PLNG
0.00
9.85
TOTAL
CHECK
0.00
644.36
10100
113381
05/28/15
ONWARDEN ONWARD ENGINEERING
2505510
CONSTRUCTION SVCS -MAR
0.00
1,710.00
10100
113381
05/28/15
ONWARDEN ONWARD ENGINEERING
2505510
CONSTRUCTION SVCS -APR
0.00
1,766.00
TOTAL
CHECK
0.00
3,476.00
10100
113382
05/28/15
PGLEARNI P G LEARNING CENTER LLC
0015350
CONTRACT CLASS -SPRING
0.00
720.00
10100
113383
05/28/15
PTS PACIFIC TELEMANAGEMENT S
0015340
PARK PAY PHONES -JUN
0.00
495.84
10100
113384
05/28/15
PECHYEDW EDWARD PECHY
0015510
T & T COMM -APR
0.00
45.00
10100
113385
05/28/15
PERSHEAL PERS HEALTH
0014090
JUN 15 -RETIREE HEALTH
0.00
610.00
10100
113385
05/28/15
PERSHEAL PERS HEALTH
0014060
JUN 15-HLTH ADMIN FEE
0.00
147.26
10100
113385
05/28/15
PERSHEAL PERS HEALTH
001
JUN 15 -HEALTH INS PRE
0.00
39,982.73
TOTAL
CHECK
0.00
40,739.99
10100
113386
05/28/15
PINNACLE PINNACLE PROMOTIONS INC
0015333
PROMO ITEMS -DBC
0.00
3,093.24
10100
113387
05/28/15
PSI PROTECTION ONE INC
0015340
ALARM SVCS-SYC CYN
0.00
41.50
10100
113388
05/28/15
RFDICKSO R F DICKSON COMPANY INC
0015554
ST SWEEPING SVCS -APR
0.00
8,593.93
SUNGARD PENTAMATION INC
PAGE NUMBER:
7
DATE:
06/10/2015
CITY OF
DIAMOND BAR
ACCTPA21
TIME:
08:23:09
CHECK REGISTER
- DISBURSEMENT
FUND
SELECTION
CRITERIA:
transact.ck_date
between '20150528 00:00:00.000'
and '20150610 00:00:00.000'
ACCOUNTING
PERIOD:
12/15
FUND - 001 -
GENERAL FUND
CASH
ACCT CHECK NO
ISSUE DT
VENDOR
NAME
FUND/DIVISION
-----DESCRIPTION------
SALES
TAX
AMOUNT
10100
113389
05/28/15
RPLAURAI
R P LAURAIN & ASSOCIATES
0014090
LAND VALUE STUDY-YMCA
0.00
2,800.00
10100
113390
05/28/15
RAQUELRI
RICHARD RAQUEL
001
FACILITY REFUND-HRTGE
0.00
200.00
10100
113391
05/28/15
RAYJANE
JANE RAY
001
FACILITY REFUND-DBC
0.00
100.00
10100
11.3392
05/28/15
RTSC
REGIONAL TAP SERVICE CEN
1125553
3% COMMISSION-APR
0.00
-609.84
10100
113392
05/28/15
RISC
REGIONAL TAP SERVICE CEN
1125553
CITY SUBSIDY-APR
0.00
4,131.60
10100
113392
05/28/15
RISC
REGIONAL TAP SERVICE CEN
1125553
FOOTHILL PASSES-APR
0.00
16,196.40
TOTAL
CHECK
0.00
19,718.16
10100
113393
05/28/15
RKACONSU
RRA CONSULTING GROUP
0015510
FED FUNDING CONPLIANC
0.00
110.00
10100
113393
05/28/15
RKACONSU
AKA CONSULTING GROUP
0015510
FED FUNDING COMPLIANT
0.00
1,640.00
10100
113393
05/28/15
RKACONSU
RKA CONSULTING GROUP
0015551
PROJ APP-METRO CALL
0.00
165.00
TOTAL
CHECK
0.00
1,915.00
10100
113394
05/28/15
ROBERTSO
JEANIE ROBERTSON
001
FACILITY REFUND-S/CYN
0.00
50.00
10100
113395
05/28/15
ROY13ALSH
SHEENA ROYBA,
001
FACILITY REFUND-REAGA
0.00
50.00
10100
113396
05/26/15
RUIZCIND
CINDY RUIZ
001
FACILITY REFUND-DBC
0.00
484.10
10100
113397
05/26/15
RUNGPIPA
JAYNE RUNGPIPAT
001
FACILITY REFUND-S/CYN
0.00
50.00
10100
113396
05/28/15
SAIZARAY
RAYMOND SAIZA
001
FACILITY REFUND-PNTRA
0.00
50.00
10100
113398
05/28/15
SAIZARAY
RAYMOND SAIZA
001
FACILITY REFUND-PNTRA
0.00
2000.
TOTAL
CHECK
0.00
70.00
10100
113399
05/28/15
SGVCMA
SAN GABRIEL VALLEY CITY
0014030
MTG-CMGR STAFF
0.00
165.00
10100
113400
05/28/15
SCHORRME
SCHORR METALS INC
0015340
SUPPLIES-PARKS
0.00
62.81
10100
113401
05/28/15
SHEPHERD
SHERI SHEPHERD
0015350
CONTRACT CLASS-SPRING
0.00
402.60
10100
113402
05/28/15
SJC3CONS
SJC 3 CONSULTING INC
1255215
HIP ADMIN SVCS-APR
0.00
1,950.00
10100
113402
05/26/15
SJC3CONS
SIC 3 CONSULTING INC
1255215
HIP ADMIN SVCS-MAR
0.00
1,912.50
TOTAL
CHECK
0.00
3,862.50
10100
113403
05/28/15
SOLANOPA
PABLO SOLANO
001
FACILITY REFUND-DBC
0.00
400.00
10100
113404
05/28/15
SCE
SOUTHERN CALIFORNIA EDIS
0014093
ELECT SVCS-CITY HALL
0.00
10,179.59
10100
113405
05/28/15
STANDARD
STANDARD INSURANCE OF OR
001
JUN 15-SUPP LIFE INS
0.00
399.00
10100
113405
05/28/15
STANDARD
STANDARD INSURANCE OF OR
001
JUN 15-LIFE INS PREM
0.00
983.25
10100
113405
05/28/15
STANDARD
STANDARD INSURANCE OF OR
001
JUN 15-STD/LTD
0.00
2,066.35
TOTAI.
CHECK
0.00
3,448.60
10100
113406
05/28/15
SULAKHEM
MANISHA SULAKHE
0015510
T & T COMM-APR
0.00
45.00
10100
113407
05/28/15
SULLSUZE
SUZETTE SULLIVAN
001
FACILITY REFUND-PTRSN
0.00
50.00
SUNGARD PENTAMATION
INC
PAGE NUMBER:
DATE:
06/10/2015
CITY OF DIAMOND BAR
ACCTPA21
TIME:
08:23:09
CHECK REGISTER - DISBURSEMENT
FUND
SELECTION CRITERIA:
transact.ck_date
between '20150528 00:00:00.000' and '20150610
00:00:00.000'
ACCOUNTING PERIOD:
12/15
FUND - 001 - GENERAL
FUND
CASH
ACCT CHECK NO
ISSUE DT
VENDOR
NAME
FUND/DIVISION
-----DESCRIPTION------
SALES
TAX
AMOUNT
10100
113408
05/28/15
TAMSIUKI
SIU KI TAM
0015350
CONTRACT CLASS -SPRING
0.00
576.00
10100
113409
05/28/15
TENNISAN
TENNIS ANYONE INC
0015350
CONTRACT CLASS -SPRING
0.00
2,233.75
10100
113410
05/28/15
THECOMDY
THE COMDYN GROUP INC
0014070
CONSULTING SVCS -5/1
0.00
450.30
10100
113410
05/28/15
THECOMDY
THE COMDYN GROUP INC
0014070
CONSULTANT SVCS -5/15
0.00
1,801.20
TOTAL
CHECK
0.00
2,251.50
10100
113411
05/28/15
SCGAS
THE GAS COMPANY
0015333
GAS SVCS -DBC
0.00
547.08
10100
113412
05/28/15
ADELPHIA
TIME WARNER CABLE
0014070
INTERNET SVCS-COPLEY
0.00
218.76
10100
113412
05/26/15
ADELPHIA
TIME WARNER CABLE
0014070
INTERNET SVCS-COPLEY
0.00
954.75
TOTAL
CHECK
0.00
1,173.51
10100
113413
05/28/15
TRIFYTTS
TRIFYTT SPORTS
0015350
CONTRACT CLASS -SPRING
0.00
1,987.20
10100
113414
05/28/15
TRUSTWAV
TRUSTWAVE HOLDINGS INC
0014070
SUBSCRIPTION RENEWAL
0.00
3,839.85
10100
113415
05/28/15
TUCKERRA
RAYMOND MICHAEL TUCKER
0015350
CONTRACT CLASS -SPRING
0.00
300.00
10100
113416
05/28/15
UNITEDDA
UNITED DATA SERVICES INC
0014070
STORAGE SVCS-I.T.
0.00
517.50
10100
113417
05/28/15
USHEALTH
US HEALTHWORKS MEDICAL G
0014060
PRE-EMPLYMNT PHYSICAL
0.00
1,435.00
10100
1.13418
05/28/15
VIEYRAER
ERIKA VIEYRA
0015350
CONTRACT CLASS -SPRING
0.00
29.40
10100
113419
05/28/15
VILLMARI
MARIA VILLASENOR
001
FACILITY REFUND -DBC
0.00
500.00
10100
113420
05/28/15
DAHULAST
DAVID D VILORIA
0015350
CONTRACT CLASS -SPRING
0.00
204.00
10100
113421
05/28/15
VISIONIN
VISION INTERNET PROVIDER
0014070
MONTHLY HOSTING-C/WEB
0.00
180.00
10100
113421
05/28/15
VISIONIN
VISION INTERNET PROVIDER
0014070
COMP MAINT RENEWAL
0.00
2,470.00
TOTAL
CHECK
0.00
2,650.00
10100
113422
05/28/15
VSP
VISION SERVICE PLAN
001
JUN 15 -VISION PREMIUM
0.00
1,641.08
10100
113423
05/28/15
VULCANMA
VULCAN MATERIALS COMAPAN
0015554
SUPPLIES -RD SAINT
0.00
88.77
10100
113424
05/28/15
WAXIESAN
WAXIE SANITARY SUPPLY
0015333
SUPPLIES -DHC
0.00
130.87
10100
113424
05/28/15
WAXIESAN
WAXIE SANITARY SUPPLY
0015333
SUPPLIES -DBC
0.00
698.60
TOTAL
CHECK
0.00
629.47
10100
113425
05/28/15
WEBTREND
WEBTRENDS INC
0014070
COMP MAINT-I.T.
0.00
790.00
10100
113426
05/28/15
WONG'PHOM
THOMAS WONG
0015350
CONTRACT CLASS -SPRING
0.00
192.00
10100
113427
05/28/15
ZAMBLUZ
LUZ ZASBRANO
001
FACILITY REFUND-S/CYN
0.00
50.00
TOTAL
CASH ACCOUNT
0.00
299,901.49
TOTAL
FUND
0.00
299,901.49
8
SUNGARD PENTAMATION INC PAGE NUMBER: 9
DATE: 06/10/2015 CITY OF DIAMOND BAR ACCTPA21
TIME: 08:23:09 CHECK REGISTER - DISBURSEMENT FUND
SELECTION CRITERIA: transact.ck_date between '20150528 00:00:00.000' and '20150610 00:00:00.000'
ACCOUNTING PERIOD: 12/15
FUND - 001 - GENERAL FUND
CASH ACCT CHECK NO ISSUE DT VENDOR NAME FUND/DIVISION -----DESCRIPTION------ SALES TAX AMOUNT
TOTAL REPORT 0.00 299,901.49
CITY COUNCIL
Agenda # 6 : 4 (aj
Meeting Date: 06/16/15
AGENDA REPORT
TO: Honorable Mayor and Members of the City Council
VIA: James DeStefano, City Manag 9 ^',
TITLE: APPROVAL OF AMENDMENT #3 TO EXTEND THE AGREEMENT WITH EXCEL
LANDSCAPE FOR LANDSCAPE MAINTENANCE SERVICES AT LIGHTING AND
LANDSCAPE MAINTENANCE DISTRICTS #38, #39, AND #41, AND WASHINGTON
PARK FOR THE 2015/16 AND 2016/17 FISCAL YEARS IN THE ANNUAL AMOUNT
OF $333,575; PLUS A CONTINGENCY AMOUNT EACH YEAR NOT TO EXCEED
$27,000 FOR AS -NEEDED WORK, FOR A TOTAL ANNUAL AUTHORIZATION OF
$360,575.
Recommendation: Approve.
Financial Impact: Approval of this contract will authorize staff to expend up to $360,575 for
Landscape Maintenance Services during the 2015/16 fiscal year. Funds for this
agreement are included in the adopted 2015/16 FY budget. Funding for the
2016/17 fiscal year is pending the adoption of the 2016/17 FY budget next year.
Background: On June 21, 2011, the City Council awarded a two-year contract to Excel Landscape
for landscape maintenance services at LLADs #38, 39 & 41 in the amount not to exceed $329,675 for
the 2011/12 & 2012/13 fiscal years. On July 17, 2012, the City Council added the maintenance of
Washington Park to the contract and increased the contract amount to $333,575. On June 4, 2013,
the City Council extended the contract for another two years for the same annual amount of $333,575
for the period of July 1, 2013 through June 30, 2015. Parties desire to extend the contract for an
additional two years at the same annual amount of $333,575 for the 2015/16 & 2016/17 fiscal years.
Section 14B of the agreement with Excel Landscape authorizes the City Council to extend the term of
the agreement for two years when no CPI increase is sought by the contractor.
Discussion: Staff is seeking to extend the contract with Excel Landscape for a two year
period, July 1, 2015 through June 30, 2017 for an annual contract amount of $333,575. Staff is also
seeking approval for up to $27,000 each fiscal year in case staff has to assign as -needed work to this
contractor in the districts or Washington Park. The type of as -needed work normally performed is
related to irrigation repairs and landscape replacement. This results in a total annual authorization
amount not to exceed $360,575. There will be no CPI increases during the two year period, just as
there were no CPI increases for this agreement the past four years.
As a part of the contract extension, Excel Landscape is seeking a revision to the termination clause of
the contract. Currently, per section 14. B, the contract requires the contractor to provide the City with
180 days written notice to terminate the agreement. Excel Landscape is requesting that the notice be
reduced to 90 days. The reason for this request is due to unknown changes that different State
agencies are considering that could affect the contractor's cost of doing business. These issues
include potential minimum wage and prevailing wage increases. An unlikely, but potential scenario
the contractor may face is a State mandated increase in the contractor's labor costs during the two-
year agreement which causes the contractor to lose money on this contract. As a result, the
contractor will need to seek an increase in the contract amount from the City, or to terminate the
contract. Excel Landscape believes it is necessary to obtain a revision in the termination notice from
180 days to 90 days to protect his business. Staff has no objection to this revision and recommends
that the City Council approve it.
Another uncertainty this contract faces is the potential for changes in the scope of work due to the
City's response to the drought. If grant funding from MWD is awarded to Diamond Bar, staff plans to
remove the turf along Diamond Bar Blvd. If this occurs, the contractor will no longer have to perform
maintenance on almost 300,000 square feet of turf. The drought tolerant landscaping plan staff
proposes to implement in place of the turf will still require maintenance, but it should require less
labor than the existing turf. When this change is made, staff will negotiate a reduction of the contract
amount, with the option of terminating this agreement and going out to bid for a new contractor. The
City has the right to terminate the contract with 30 days notice, per section 13 of the agreement.
Following are the areas that are included in this contract for the period of July 1, 2015 through June
30, 2017 to be maintained by Excel Landscape:
Lighting and Landscape Maintenance District #38
Lighting and Landscape Maintenance District #39
Lighting and Landscape Maintenance District #41
Washington Park, 21208 Washington Street
Maintenance specifications for the three districts and Washington Park are on file in the City Clerk's
office.
Attachments: Amendment #3 to Agreement
Proposal from Excel Landscape dated June 1, 2015 confirming their offer of a
two-year agreement with no CPI increase.
Maintenance Services Agreement dated June 21, 2011.
PREPARED AND REVIEWED BY:
Community Services Director
AMENDMENT #3 TO AGREEMENT
THIS CONTRACT AMENDMENT is made this 16th day of June, 2015 by and between the CITY OF DIAMOND BAR, a
municipal corporation of the State of California ("CITY') and EXCEL LANDSCAPE, ("CONTRACTOR")
Recitals:
a. CONTRACTOR entered into a two year AGREEMENT with CITY effective July 1, 2011 ("the AGREEMENT') for
Landscape Maintenance at locations listed in Exhibit A in the amount of $329,675 per year.
b. Amendment #1 to AGREEMENT was approved by the City Council on July 17, 2012 to add the maintenance of
Washington Park to the scope of work and to increase the amount by $3,900 per year for a total annual amount of
$333,575.
c. Amendment #2 to AGREEMENT was approved by the City Council on June 4, 2013 to extend the term of the
agreement for two years, July 1, 2013 to June 30, 2015 for a total annual amount of $333,575.
d. Parties desire to amend the AGREEMENT to extend the term of the agreement for two years, July 1, 2015
to June 30, 2017 for the total annual amount of $333,575, with an authorized amount of an additional $27,000 for as
needed work as assigned, to reduce the termination notice required of the contractor from 180 days to 90 days, and
to require the registration of the contractor and its subcontractors, if any, with the Department of Industrial
Relations.
Now, therefore, the parties agree to amend the AGREEMENT as follows:
Section 1 —Term of AGREEMENT provided in Section 3 is amended by extending the term for two years, July 1,
2015 to June 30, 2017.
Section 2 — Compensation of AGREEMENT provided in Section 4 shall remain $333,575 annually, with an
authorized amount of an additional $27,000 for as needed work as assigned.
Section 3 — Termination notice required of the contractor provided in Section 14. B. is amended to 90 days written
notice from 180 days.
Section 4 — Prevailing Wage requirement provided in Section 16 is amended to add, "The CONTRACTOR and any
of its subcontractors must be registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5, which precludes the award of a contract for a public work on any public works project awarded
after April 1, 2015, This Agreement is subject to compliance monitoring and enforcement by the Department
of Industrial Relations."
Except as provided above, the AGREEMENT is in all other respects in full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT #3 TO AGREEMENT on the date and year
first written above.
ATTEST:
CITY OF DIAMOND BAR
A Municipal Corporation
of the State of California
Signed
Steve Tye
Title: Mayor
APPROVED TO FORM:
City Attorney
EXCELLANDSCAPE
Contractor
Signed
Title
Signed
Title
City Clerk
Exhibit A — Location & Compensation Schedule
Excel Landscape
Landscape Maintenance Locations per
District maps provided in the City-wide Landscape Maintenance Specifications,
dated 5/18/10 and on file in the City Clerk's Office.
Cost Break-out Per Location for the 2015/16 and 2016/17 Fiscal Years:
15/16 & 16/17
FY Contract
Contractor Amounts
1. Lighting and Landscape Maintenance District #38: Excel $140,617.00
$11,718.08/mo.
2. Lighting and Landscape Maintenance District #39: Excel $139,331.63
$11,610.97/mo.
3. Lighting and Landscape Maintenance District #41: Excel $49,726.37
$4,143.86/mo.
4. Washington Park, 21208 Washington Street: Excel $3,900.00
$325.00/mo.
Total Contract Amount for items 1 thru 4 above: $333,575.00
$27,797.91 /mo.
Total Authorization:
2015/16 Contract Amount:
$333,575
2016/17 Contract Amount:
$333,575
2015/16 As -Needed Work:
27,000
2016/17 As -Needed Work:
27,000
2015/16 FY Authorization:
$360,575
2016/17 FY Authorization:
$360,575
Limited to amount approved in 2016/17 FY Adopted Budget.
v
710 Rimpau Ave, Suite 108 ® Corona, California 92879
(951) 735-9650 ® Fax: (951) 735-0469 ® Lic. # 694553
June 1, 2015
City of Diamond Bar
Attn: Bob Rose
21825 E. Copley Dr.
Diamond Bar, CA 91765-4178
Re: Landscape Maintenance Contract
Dear Bob,
This letter is to confirm our interest in extending our current maintenance
agreement for services for Specific Land Maintenance Districts. We are willing to
extend for the two year period as outlined in section 28.04 of the specifications.
We respectfully request that Section 13 of the original agreement regarding
termination be restored to its original terms or we are willing to accept a
termination period of ninety days with written notice to the city. The City's right to
terminate can remain the same.
We look forward to the opportunity to continue providing services to your city.
Please call to discuss or if you have any questions.
Sincerely,
lj
is
e Alfaro
sident
JA:dap
CC: Anthony Jordan
MAINTENANCE SERVICES AGREEMENT FOR
LIGHTING AND LANDSCAPE MAINTENANCE DISTRICTS #38, #39 & #41
THIS AGREEMENT is made as of June 21, 2011 by and between the City of Diamond Bar, a
municipal corporation ("City") and Excel Landscape ('Contractor").
RECITALS
A. City desires to utilize the services of Contractor, as an independent contractor to provide
city-wide tree maintenance services.
B. Contractor represents that it is fully qualified to perform such services by virtue of its
experience and the training, education and expertise of its principals and employees.
NOW, THEREFORE, in consideration of performance by the parties of the covenants and conditions
herein contained, the parties hereto agree as follows:
1. Contractor's Services. Contractor shall furnish all necessary labor, tools, materials,
appliances, and equipment for and do the work for Lighting and Landscape Maintenance District
Maintenance Services in the City of Diamond Bar. The work to be performed shall be in accordance
with the Specifications dated MaV 18 2010.
2. Incorporated Documents To Be Considered Complementary. The Specifications
(Exhibit "A") are incorporated herein by reference and made a part hereof with like force and effect as
if set forth in full herein. The Specifications, CONTRACTOR'S Proposal dated June 7 2011 (Exhibit
"B"), together with this written agreement, shall constitute the contract between the parties. Should it
be ascertained that any inconsistency exists between the aforesaid documents and this Agreement,
the provisions of this Agreement shall control.
3. Term of Agreement. This Contract and unit prices shall take effect July 1, 2011, and
remain in effect, unless earlier terminated pursuant to the provisions of Section 13 or Section 14 B
herein, until June 30, 2013, This Agreement may be extended as set forth in Section 14.
4. Compensation. City shall pay to the Contractor for furnishing all material and doing the
prescribed work an annual amount not to exceed the grand total of Three Hundred Twenty -Nine
Thousand Six Hundred Seventy -Five Dollars ($329,675) in accordance with the unit rates set forth
in the Compensation Schedule attached hereto as Exhibit "C" and incorporated herein by reference.
Payment will be made only after submission of proper invoices in the form specified by City.
5. Addresses.
City: James DeStefano, City Manager Contractor: Jose Alfaro, President
City of Diamond Bar Excel Landscape
21825 Copley Drive 710 Rimpau Avenue, Suite 108
Diamond Bar, CA 91765-4178 Corona, CA 92879-5724
6. Status as Independent Contractor.
A. Contractor is, and shall at all times remain as to City, a wholly independent
contractor_ Contractor shall have no power to incur any debt, obligation, or liability on behalf of City
or otherwise act on behalf of City as an agent. Neither City nor any of its agents shall have control
over the conduct of Contractor or any of Contractor's employees, except as set forth in this
Agreement. Contractor shall not, at any time, or in any manner, represent that it or any of its agents
or employees are in any manner agents or employees of City.
B. Contractor agrees to pay all required taxes on amounts paid to Contractor under
this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments,
penalties, and interest asserted against City by reason of the independent contractor relationship
created by this Agreement. In the event that City is audited by any Federal or State agency regarding
the independent contractor status of Contractor and the audit in any way fails to sustain the validity of
a wholly independent contractor relationship between City and Contractor, then Contractor agrees to
reimburse City for all costs, including accounting and attorney's fees, arising out of such audit and
any appeals relating thereto.
C. Contractor shall fully comply with the workers' compensation law regarding
Contractor and Contractor's employees, Contractor further agrees to indemnify and hold City
harmless from any failure of Contractor to comply with applicable worker's compensation laws. City
shall have the right to offset against the amount of any fees due to Contractor under this Agreement
any amount due to City from Contractor as a result of Contractor's failure to promptly pay to City any
reimbursement or indemnification arising under this Section 6.
D. Contractor shall, at Contractor's sole cost and expense fully secure
and comply with all federal, state and local governmental permit or licensing requirements, including
but not limited to the City of Diamond Bar, South Coast Air Quality Management District, and
California Air Resources Board. Contractor further agrees to indemnify and hold City harmless from
any failure of Contractor to comply with the requirements in this Section 6. Additionally, the City shall
have the right to offset against the amount of any fees due to Contractor under this Agreement for
any amount or penalty levied against the City for Contractor's failure to comply with this Section 6.
7. Standard of Performance. Contractor shall perform all work at the standard of care
and skill ordinarily exercised by members of the profession under similar conditions.
S. Indemnification. Contractor shall indemnify, defend with counsel approved by City,
and hold harmless City, its officers, officials, employees and volunteers from and against all liability,
loss, damage, expense, cost (including without limitation reasonable attorneys fees, expert fees and
all other costs and fees of litigation) of every nature arising out of or in connection with Contractor 's
negligence, recklessness or willful misconduct in the performance of work hereunder or its failure to
comply with any of its obligations contained in this Agreement, except such loss or damage which is
caused by the sole active negligence or willful misconduct of the City (meaning that Contractor shall
indemnify and defend City notwithstanding any alleged or actual passive negligence of City which
may have contributed to the claims, damages, costs or liability). Should City in its sole discretion find
Contractor's legal counsel unacceptable, then Contractor shall reimburse the City its costs of
defense, including without limitation reasonable attorneys fees, expert fees and all other costs and
fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and
its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to
have been the result of the Contractor's negligence, recklessness or willful misconduct. It is expressly
understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is
permitted by the law of the State of California and will survive termination of this Agreement.
9. Insurance. Contractor 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
fhe State of California and approved by the City (1) a policy or policies of broad -form comprehensive
general liability insurance with minimum limits of $1,000,000.00 combined single limit coverage
against any injury, death, loss or damage as a result of wrongful or negligent acts by Contractor, its
officers, employees, agents, and independent contractors in performance of services under this
Agreement; (2) property damage insurance with a minimum limit of $1,000,000.00; (3) automotive
liability insurance, with minimum combined single limits coverage of $500,000,00; (4) worker's
compensation insurance with a minimurn limit of $500,000.00 or the amount required by law,
whichever is greater. City, its officers, employees, attorneys, and volunteers shall be named as
additional insured on the policy(ies) as to comprehensive general liability, property damage, and
automotive liability. The policy(ies) as to comprehensive general liability, property damage, and
automobile liability shall provide that they are primary, and that any insurance maintained by the City
shall be excess insurance only.
A. All insurance policies shall provide that the insurance coverage
shall not be non -renewed, canceled, reduced, or otherwise modified (except through the addition of
additional insured to the policy) by the insurance carrier without the insurance carrier giving City thirty
(30) day's prior written notice thereof. Contractor agrees that it will not cancel, reduce or otherwise
modify the insurance coverage.
B. All policies of insurance shall cover the obligations of Contractor
pursuant to the terms of this Agreement; shall be issued by an insurance company which is
authorized to do business in the State of California or which is approved in writing by the City; and
shall be placed with a current A.M. Best's rating of no less that A VII.
C. Contractor shall submit to City (1) insurance certificates indicating
compliance with the minimum worker's compensation insurance requirements above, and (2)
insurance policy endorsements indicating compliance with all other minimum insurance requirements
above, not less than one (1) day prior to beginning of performance under this Agreement.
Endorsements shall be executed on City's appropriate standard forms entitled "Additional Insured
Endorsement", or a substantially similar form which the City has agreed in writing to accept.
D. All policies required by this Agreement shall allow City, as additional insured, to
satisfy the self-insured retention ("SIR") and/or deductible of the policy in lieu of the Owner (as the
named insured) should Owner fail to pay the SIR or deductible requirements. The amount of the SIR
or deductible shall be subject to the approval of the City Attorney and the Finance Director. Owner
understands and agrees that satisfaction of this requirement is an express condition precedent to the
effectiveness of this Agreement. Failure by Owner as primary insured to pay its SIR or deductible
constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Owner's
behalf upon the Owner's failure or refusal to do so in order to secure defense and indemnification as
an additional insured under the policy, City may include such amounts as damages in any action
against Owner for breach of this Agreement in addition to any other damages incurred by City due to
the breach.
10. Confidentiality. Contractor in the course of its duties may have access to confidential
data of City, private individuals, or employees of the City. Contractor covenants that all data,
documents, discussion, or other information developed or received by Contractor or provided for
performance of this Agreement are deemed confidential and shall not be disclosed by Contractor
without written authorization by City. City shall grant such authorization if disclosure is required by
law. All City data shall be returned to City upon the termination of this Agreement. Contractor's
covenant under this section shall survive the termination of this Agreement. Notwithstanding the
foregoing, to the extent Contractor prepares reports of a proprietary nature specifically for and in
connection with certain projects, the City shall not, except with Contractor's prior written consent, use
the same for other unrelated projects.
11. Ownership of Materials. All materials provided by Contractor 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. Contractor may, however, make and retain such copies of said documents
and materials as Contractor may desire.
12. Conflict of Interest.
A. Contractor covenants that it presently has no interest and shall not acquire any
interest, direct or indirect, which may be affected by the services to be performed by Contractor under
this Agreement, or which would conflict in any manner with the performance of its services hereunder.
Contractor further covenants that, in performance of this Agreement, no person having any such
interest shall be employed by it. Furthermore, Contractor shall avoid the appearance of having any
interest which would conflict in any manner with the performance of its services pursuant to this
Agreement.
B. Contractor covenants not to give or receive any compensation, monetary or
otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the
performance of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement.
13. Termination. This agreement may be terminated by the City, without cause, upon the
giving of a written "Notice of Termination" to CONTRACTOR at least thirty (30) days prior to the date
of termination specified in the notice. In the event of such termination, CONTRACTOR shall only be
paid for services rendered and expenses necessarily incurred prior to the effective date of
termination.
14. Extension Options.
A, The City Council shall have the option to extend this Agreement for no more than
one year, as set forth in Section 14. C., subject to the same terms and conditions contained herein,
by giving Contractor written notice of exercise of this option to renew at least thirty (30) days prior to
the expiration of the initial term of this Agreement, or of any additional one (1) year or multiple year
extensions.
B. The City Council shall also have the option to extend this Agreement for a multiple
year period (up to three years), if the contractor agrees to waive its opportunity to receive a CPI
increase during the entire extension period, if this option is selected, Contractor obtains the right to
terminate the contract after the first year of the multiple year period, with 180 days written notice to
the City. The City shall retain its right to terminate this Agreement, without cause, with 30 days
written notice to the Contractor, per section 13, above. City shall provide Contractor written notice
of exercise of this option to renew at least thirty (30) days prior to the expiration of the initial term of
this Agreement, or of any additional one (1) year or multiple year extensions.
C. In the event the City Council exercises its option to extend the term of this
Agreement for one or more additional one year periods as set forth in Section 14. A., the Contractor's
unit prices shall be subject to adjustment at the commencement of the extended term and annually
thereafter ("the adjustment date") as follows:
Any increase in compensation will be negotiated between the City and the contractor, with the
limits being no increase to a maximum of the cost of living.
The increase, if any, will be calculated with reference to cost of living during the previous year.
If the increase is approved by the City Council, the increase will be calculated by adding the
Contractor's monthly compensation, the amount, if any, obtained by multiplying the contractor's
compensation as of the adjustment date by the percentage by which the Consumer Price
Index ("CPI") for the Los Angeles -Anaheim -Riverside metropolitan area for the month
immediately preceding the Adjustment Date (the "Index Month") 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. If the Index is discontinued, the Director's office
shall, at its discretion, substitute for the Index such other similar index as it may deem
appropriate.
15. Personnel. Contractor represents that it has, or will secure at its own expense, all
personnel required to perform the services under this Agreement. All of the services required under
this Agreement will be performed by Contractor or under it supervision, and all personnel engaged in
the work shall be qualified to perform such services. Contractor reserves the right to determine the
assignment of its own employees to the performance of Contractor's services under this Agreement,
but City reserves the right, for good rause, to require Contractor to exclude any employee from
performing services on City's premises.
16. Prevailing Wage. Notice is hereby given that in accordance with the provisions of
California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the Contractor is required to
pay not less than the general prevailing rate of per diem wages for work of a similar character in the
locality in which the public works is performed, and not less than the general prevailing rate of per
diem wages for holiday and overtime work. In that regard, the Director of the Department of Industrial
Relations of the State of California is required to and has determined such general prevailing rates of
per diem wages. Copies of such prevailing rates of per diem wages are on file in the Office of the
City Clerk of the City of Diamond Bar, 21825 Copley Drive, Diamond Bar, California, and are
available to any interested party on request. City also shall cause a copy of such determinations to
be posted at the job site.
The Contractor shall forfeit, as penalty to City, not more than twenty-five dollars
($25.00) for each laborer, workman or mechanic employed for each calendar day or portion thereof, if
such laborer, workman or mechanic is paid less than the general prevailing rate of wages
hereinbefore stipulated for any work done under this Agreement, by him or by any subcontractor
under him.
17. Non -Discrimination and Equal Employment Opportunity.
A. Contractor shall not discriminate as to race, color, creed, religion, sex, marital
status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual
orientation, in the performance of its services and duties pursuant to this Agreement, and will comply
with all rules and regulations of City relating thereto. Such nondiscrimination shall include but not be
limited to the following: employment, upgrading, demotion, transfers, recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship.
B. Contractor will, in all solicitations or advertisements for employees placed by or
on behalf of Contractor state either that it is an equal opportunity employer or that all qualified
applicants will receive consideration for employment without regard to race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or
sexual orientation.
C. Contractor will cause the foregoing provisions to be inserted in all subcontracts
for any work covered by this Agreement except contracts or subcontracts for standard commercial
supplies or raw materials,
18. Assignment. Contractor shall not assign or transfer any interest in this Agreement nor
the performance of any of Contractor's obligations hereunder, without the prior written consent of City,
and any attempt -by Contractor to so assign this Agreement or any rights, duties, or obligations arising
hereunder shall be void and of no effect.
19. Compliance with Laws. Contractor shall comply with all applicable laws, ordinances,
codes and regulations of the federal, state, and local governments.
20. Non -Waiver of Terms, Rights and Remedies. Waiver by either party of any one or
more of the conditions of performance under this Agreement shall not be a waiver of any other
condition of performance under this Agreement. In no event shall the making by City of any payment
to Contractor constitute or be construed as a waiver by City of any breach of covenant, or any default
which may then exist on the part of Contractor, and the making of any such payment by City shall in
no way impair or prejudice any right or remedy available to City with regard to such breach or default.
21. Mediation. Any dispute or controversy arising under this Agreement, or in connection
with any of the terms and conditions hereof, shall be referred by the parties hereto for mediation. A
third party, neutral mediation service shall be selected, as agreed upon by the parties and the costs
and expenses thereof shall be borne equally by the parties hereto. In the event the parties are
unable to mutually agree upon the mediator to be selected hereunder, the City Council shall select
such a neutral, third party mediation service and the City Council's decision shall be final. The parties
agree to utilize their good faith efforts to resolve any such dispute or controversy so submitted to
mediation. It is specifically understood and agreed by the parties hereto that referral of any such
dispute or controversy, and mutual good'faith efforts to resolve the same thereby, shall be conditions
precedent to the institution"of any action or proceeding, whether at law or in equity with respect to any
such dispute or controversy.
22. 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.
23. Governing Law. This Contract shall be interpreted, construed and enforced in
accordance with the laws of the State of California.
24. 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.
25. Records and Audits. The Contractor shall maintain accounts and records, including
personnel, property and financial records, adequate to identify and account for all costs pertaining to
this Agreement and such other records as may be deemed necessary by the City to assure proper
accounting. These records will be made available for audit purposes to the City or any authorized
representative, and will be retained five years after final payments are issued and other pending
maters are dosed.
26. Entire Agreement. This Agreement, and any other documents incorporated herein by
specific reference, represent the entire and integrated agreement between Contractor and City. This
Agreement supersedes all prior oral or written negotiations, representations or agreements. This
Agreement may not be
amended, nor any provision or breach hereof waived, except in a writing signed by the parties which
expressly refers to this Agreement. Amendments on behalf of the City will only be valid if signed by
the City Manager or the Mayor and attested by the City Clerk.
27. Exhibits. All exhibits referred to in this Agreement are incorporated herein by this
reference.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first written
above.
"City"
ATTEST:
By:
Tommye Cribbins,' City Clerk
as to form:
Jenkins, City
"Contractor"
By:
TITLE
CITY OF OND BAR
X
By: VLWLe�
Steve Tye, May: r
State of California Contractor's License No. 694553.
Contractor's Business Phone %��� 79-5��r05��
Emergency Phone fa%~
at which Contractor can be reached at any time,
CITY COUNCIL
Agenda # 6.4 (b)
Meeting Date: 6116115
AGENDA REPORT
TO: Honorable Mayor and Members of the City Council
FROM: James DeStefano, City Mana,
TITLE: APPROVAL OF CONTRACT IT SOCIAL VOCATIONAL SERVICES (SVS) TO
PROVIDE WEED REMOVAL AND LITTER ABATEMENT SERVICES IN THE CITY OF
DIAMOND BAR IN THE AMOUNT NOT TO EXCEED $23,800 FOR THE 2015/16 FY
RECOMMENDATION: Approve.
FINANCIAL IMPACT: Funds for this contract are included in the adopted 2015/16 FY budget.
BACKGROUND: The City of Diamond Bar has contracted with SVS for the past year to provide weed
removal and litter abatement services at various locations in the City.
DISCUSSION: Social Vocational Services is a Diamond Bar based 501(c)3 non-profit corporation that
has been doing business in Diamond Bar for over 11 years. They have been under contract with the City of
Diamond Bar to perform the services specified in this contract for the past year. They also have contracts with
the cities of La Verne, Rancho Cucamonga and La Puente. Based on their successful performance of work
identified in the Diamond Bar contract, plus their continuing positive relationship with nearby communities, staff
recommends that the contract with SVS should be extended for another year.
P;P D REVIEWED BY:
Director of Community Services
Attachments: Agreement between City of Diamond Bar and
Exhibit "A" —Work Locations dated 6/10/15
Exhibit "B" -- Proposal from Social Vocational
Exhibit "C" — Compensation Schedule
Social Vocational Services dated 6/16/14
Services dated 6/10/15
MAINTENANCE SERVICES AGREEMENT FOR
WEEDS AND LITTER ABATEMENT SERVICES
THIS AGREEMENT is made as of June 16, 2015 by and between the City of Diamond
Bar, a municipal corporation ("City") and Social Vocational Services, Inc. ("Contractor").
RECITALS
A. City desires to utilize the services of Contractor as an independent contractor to provide
Weeds and Litter Abatement Services in the City of Diamond Bar.
B. Contractor represents that it is fully qualified to perform such services by virtue of its
experience and the training, education and expertise of its principals and employees.
NOW, THEREFORE, in consideration of performance by the parties of the covenants and
conditions herein contained, the parties hereto agree as follows:
1. Contractor's Services. Contractor shall furnish all necessary labor, tools,
materials, appliances, and equipment for and do the work for Weeds and Litter Abatement
Services in the City of Diamond Bar. The work to be performed shall be in accordance with
the Request For Proposals (RFP) dated 6/10/2015.
2. Incorporated Documents To Be Considered Complementary. The RFP (Exhibit
"A") is incorporated herein by reference and made a part hereof with like force and effect as if
set forth in full herein. The RFP, Contractor's Proposal dated 6/10/2015 (Exhibit "B"),
together with this written Agreement, shall constitute the contract between the parties. Should
it be ascertained that any inconsistency exists between the aforesaid documents and this
Agreement, the provisions of this Agreement shall control.
3. Compensation. City shall pay to the Contractor for furnishing all material and
doing the prescribed work an annual amount not to exceed the grand total of Twenty -Three
Thousand Seven Hundred Ninety-three Dollars and Twelve Cents ($23,793.12) in
accordance with the unit rates set forth in the Compensation Schedule attached hereto as
Exhibit "C" and incorporated herein by reference. Payment will be made only after submission
of proper invoices in the form specified by City.
4. Term of Agreement. This Agreement and unit prices shall take effect July 1,
2015, and remain in effect, unless earlier terminated pursuant to the provisions of Section 13
herein, until June 30, 2016. This Agreement may be extended as set forth in Section 14.
5. Addresses
City: James DeStefano, City Manager Contractor: Social Vocational Services, Inc.
City of Diamond Bar 22632 Golden Springs, Suite 105
21810 Copley Drive Diamond Bar, CA 91765
Diamond Bar, CA 91765-4178
6. Status as Independent Contractor.
A. Contractor is, and shall at all times remain as to City, a wholly
independent contractor. Contractor shall have no power to incur any debt, obligation, or
liability on behalf of City or otherwise act on behalf of City as an agent. Neither City nor any of
its agents shall have control over the conduct of Contractor or any of Contractor's employees,
except as set forth in this Agreement. Contractor shall not, at any time, or in any manner,
represent that it or any of its agents or employees are in any manner agents or employees of
City.
B. Contractor agrees to pay all required taxes on amounts paid to Contractor
under this Agreement, and to indemnify and hold City harmless from any and all taxes,
assessments, penalties, and interest asserted against City by reason of the independent
contractor relationship created by this Agreement. In the event that City is audited by any
Federal or State agency regarding the independent contractor status of Contractor and the
audit in any way fails to sustain the validity of a wholly independent contractor relationship
between City and Contractor, then Contractor agrees to reimburse City for all costs, including
accounting and attorney's fees, arising out of such audit and any appeals relating thereto.
C. Contractor shall fully comply with the workers' compensation law regarding
Contractor and Contractor's employees. Contractor further agrees to indemnify and hold City
harmless from any failure of Contractor to comply with applicable worker's compensation laws.
City shall have the right to offset against the amount of any fees due to Contractor under this
Agreement any amount due to City from Contractor as a result of Contractor's failure to
promptly pay to City any reimbursement or indemnification arising under this Section 6.
D. Contractor shall, at Contractor's sole cost and expense fully secure
and comply with all federal, state and local governmental permit or licensing requirements,
including but not limited to the City of Diamond Bar, South Coast Air Quality Management
District, and California Air Resources Board. Contractor further agrees to indemnify and hold
City harmless from any failure of Contractor to comply with the requirements in this Section 6.
Additionally, the City shall have the right to offset against the amount of any fees due to
Contractor under this Agreement for any amount or penalty levied against the City for
Contractor's failure to comply with this Section 6.
7. Standard of Performance. Contractor shall perform all work at the standard of
care and skill ordinarily exercised by members of the profession under similar conditions.
8. Indemnification. Contractor shall indemnify, defend with counsel approved by
City, and hold harmless City, its officers, officials, employees and volunteers from and against
all liability, loss, damage, expense, cost (including without limitation reasonable attorneys fees,
expert fees and all other costs and fees of litigation) of every nature arising out of or in
connection with Contractor 's negligence, recklessness or willful misconduct in the
performance of work hereunder or its failure to comply with any of its obligations contained in
this Agreement, except such loss or damage which is caused by the sole active negligence or
willful misconduct of the City (meaning that Contractor shall indemnify and defend City
notwithstanding any alleged or actual passive negligence of City which may have contributed
to the claims, damages, costs or liability). Should City in its sole discretion find Contractor's
legal counsel unacceptable, then Contractor shall reimburse the City its costs of defense,
including without limitation reasonable attorneys fees, expert fees and all other costs and fees
of litigation. The Contractor shall promptly pay any final judgment rendered against the City
(and its officers, officials, employees and volunteers) with respect to claims determined by a
trier of fact to have been the result of the Contractor's negligence, recklessness or willful
misconduct. It is expressly understood and agreed that the foregoing provisions are intended
to be as broad and inclusive as is permitted by the law of the State of California and will
survive termination of this Agreement.
9. Insurance. Contractor shall at all times during the term of this Agreement carry,
maintain, and keep in full force and effect, with an insurance company authorized to do
business in the State of California and approved by the City (1) a policy or policies of broad -
form comprehensive general liability insurance with minimum limits of $1,000,000.00 combined
single limit coverage against any injury, death, loss or damage as a result of wrongful or
negligent acts by Contractor, its officers, employees, agents, and independent contractors in
performance of services under this Agreement; (2) property damage insurance with a minimum
limit of $1,000,000.00; (3) automotive liability insurance, with minimum combined single limits
coverage of $500,000.00; (4) worker's compensation insurance with a minimum limit of
$500,000.00 or the amount required by law, whichever is greater. City, its officers, employees,
attorneys, and volunteers shall be named as additional insured on the policy(ies) as to
comprehensive general liability, property damage, and automotive liability. The policy(ies) as
to comprehensive general liability, property damage, and automobile liability shall provide that
they are primary, and that any insurance maintained by the City shall be excess insurance
only.
A. All insurance policies shall provide that the insurance coverage
shall not be non -renewed, canceled, reduced, or otherwise modified (except through the
addition of additional insured to the policy) by the insurance carrier without the insurance
carrier giving City thirty (30) day's prior written notice thereof. Contractor agrees that it will not
cancel, reduce or otherwise modify the insurance coverage.
B. All policies of insurance shall cover the obligations of Contractor
pursuant to the terms of this Agreement; shall be issued by an insurance company which is
authorized to do business in the State of California or which is approved in writing by the City;
and shall be placed with a current A.M. Best's rating of no less than A-, VII.
C. Contractor shall submit to City (1) insurance certificates indicating
compliance with the minimum worker's compensation insurance requirements above, and (2)
insurance policy endorsements indicating compliance with all other minimum insurance
requirements above, not less than one (1) day prior to beginning of performance under this
Agreement. Endorsements shall be executed on City's appropriate standard forms entitled
"Additional Insured Endorsement", or a substantially similar form which the City has agreed in
writing to accept.
D. 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
Contractor (as the named insured) should Contractor fail to pay the SIR or deductible
requirements. The amount of the SIR or deductible shall be subject to the approval of the City
Attorney and the Finance Director. Contractor understands and agrees that satisfaction of this
requirement is an express condition precedent to the effectiveness of this Agreement. Failure
by Contractor as primary insured to pay its SIR or deductible constitutes a material breach of
this Agreement. Should City pay the SIR or deductible on Contractor's behalf upon the
Contractor's failure or refusal to do so in order to secure defense and indemnification as an
additional insured under the policy, City may include such amounts as damages in any action
against Contractor for breach of this Agreement in addition to any other damages incurred by
City due to the breach.
10. Confidentiality. Contractor in the course of its duties may have access to
confidential data of City, private individuals, or employees of the City. Contractor covenants
that all data, documents, discussion, or other information developed or received by Contractor
or provided for performance of this Agreement are deemed confidential and shall not be
disclosed by Contractor without written authorization by City. City shall grant such
authorization if disclosure is required by law. All City data shall be returned to City upon the
termination of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement. Notwithstanding the foregoing, to the extent Contractor
prepares reports of a proprietary nature specifically for and in connection with certain projects,
the City shall not, except with Contractor's prior written consent, use the same for other
unrelated projects.
11. Ownership of Materials. All materials provided by Contractor 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. Contractor may, however, make and retain
such copies of said documents and materials as Contractor may desire.
12. Conflict of Interest.
A. Contractor covenants that it presently has no interest and shall not acquire
any interest, direct or indirect, which may be affected by the services to be performed by
Contractor under this Agreement, or which would conflict in any manner with the performance
of its services hereunder. Contractor further covenants that, in performance of this Agreement,
no person having any such interest shall be employed by it. Furthermore, Contractor shall
avoid the appearance of having any interest which would conflict in any manner with the
performance of its services pursuant to this Agreement.
B. Contractor covenants not to give or receive any compensation, monetary
or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the
performance of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement.
13.Termination. This Agreement may be terminated by the City, without cause, upon
the giving of a written "Notice of Termination" to Contractor at least thirty (30) days prior to the
date of termination specified in the notice. In the event of such termination, Contractor shall
only be paid for services rendered and expenses necessarily incurred prior to the effective
date of termination.
14. Extension Options.
A. The City Council shall have the option to extend this Agreement for no more
than one year, as set forth in Section 14. C., subject to the same terms and conditions
contained herein, by giving Contractor written notice of exercise of this option to renew at least
thirty (30) days prior to the expiration of the initial term of this Agreement, or of any additional
one (1) year or multiple year extensions.
B. The City Council shall also have the option to extend this Agreement for a
multiple year period (up to three years), if the Contractor agrees to waive its opportunity to
receive a CPI increase during the entire extension period. If this option is selected,
Contractor obtains the right to terminate the contract after the first year of the multiple year
period, with 180 days written notice to the City. The City shall retain its right to terminate this
Agreement, without cause, with 30 days written notice to the Contractor, per section 13,
above. City shall provide Contractor written notice of exercise of this option to renew at least
thirty (30) days prior to the expiration of the initial term of this Agreement, or of any additional
one (1) year or multiple year extensions.
C. In the event the City Council exercises its option to extend the term of this
Agreement for an additional one year period as set forth in Section 14. A., the Contractor's unit
prices shall be subject to adjustment at the commencement of the extended term and annually
thereafter ("the adjustment date") as follows:
Any increase in compensation will be negotiated between the City and the Contractor,
with the limits being no increase to a maximum of the increase in the cost of living index
as referenced below.
The increase, if any, will be calculated with reference to cost of living during the
previous year. If the increase is approved by the City Council, the increase will be
calculated by adding the Contractor's monthly compensation, the amount, if any,
obtained by multiplying the Contractor's compensation as of the adjustment date by the
percentage by which the Consumer Price Index ("CPI") for the Los Angeles -Anaheim -
Riverside metropolitan area for the month immediately preceding the Adjustment Date
(the "Index Month") 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. If the Index is discontinued, the Director's office shall, at its discretion,
substitute for the Index such other similar index as it may deem appropriate.
15. Personnel. Contractor represents that it has, or will secure at its own expense, all
personnel required to perform the services under this Agreement. All of the services required
under this Agreement will be performed by Contractor or under it supervision, and all
personnel engaged in the work shall be qualified to perform such services. Contractor
reserves the right to determine the assignment of its own employees to the performance of
Contractor's services under this Agreement, but City reserves the right, for good cause, to
require Contractor to exclude any employee from performing services on City's premises.
16. Non -Discrimination and Equal Employment Opportunity.
A. Contractor shall not discriminate as to race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or
sexual orientation, in the performance of its services and duties pursuant to this Agreement,
and will comply with all rules and regulations of City relating thereto. Such nondiscrimination
shall include but not be limited to the following: employment, upgrading, demotion, transfers,
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
B. Contractor will, in all solicitations or advertisements for employees placed
by or on behalf of Contractor state either that it is an equal opportunity employer or that all
qualified applicants will receive consideration for employment without regard to race, color,
creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap,
medical condition. or sexual orientation.
C. Contractor will cause the foregoing provisions to be inserted in all
subcontracts for any work covered by this Agreement except contracts or subcontracts for
standard commercial supplies or raw materials.
17. Assignment. Contractor shall not assign or transfer any interest in this
Agreement nor the performance of any of Contractor's obligations hereunder, without the prior
written consent of City, and any attempt by Contractor to so assign this Agreement or any
rights, duties, or obligations arising hereunder shall be void and of no effect.
18. Compliance with Laws. Contractor shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
19. Non -Waiver of Terms, Rights and Remedies. Waiver by either party of any
one or more of the conditions of performance under this Agreement shall not be a waiver of
any other condition of performance under this Agreement. In no event shall the making by City
of any payment to Contractor constitute or be construed as a waiver by City of any breach of
covenant, or any default which may then exist on the part of Contractor, and the making of any
such payment by City shall in no way impair or prejudice any right or remedy available to City
with regard to such breach or default.
20. Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, shall be referred by the parties hereto
for mediation. A third party, neutral mediation service shall be selected, as agreed upon by the
parties and the costs and expenses thereof shall be borne equally by the parties hereto. In the
event the parties are unable to mutually agree upon the mediator to be selected hereunder, the
City Council shall select such a neutral, third party mediation service and the City Council's
decision shall be final. The parties agree to utilize their good faith efforts to resolve any such
dispute or controversy so submitted to mediation. It is specifically understood and agreed by
the parties hereto that referral of any such dispute or controversy, and mutual good faith efforts
to resolve the same thereby, shall be conditions precedent to the institution of any action or
proceeding, whether at law or in equity with respect to any such dispute or controversy.
21. Notices. Any notices, bills, invoices, or reports required by this Agreement shall
be deemed received on (a) the day of delivery if delivered by hand during regular business
hours or by facsimile before or during regular business hours; or (b) on the third business day
following deposit in the United States mail, postage prepaid, to the addresses heretofore set
forth in the Agreement, or to such other addresses as the parties may, from time to time,
designate in writing pursuant to the provisions of this section.
22. Governing Law. This Agreement shall be interpreted, construed and enforced
in accordance with the laws of the State of California.
23. Counterparts. This Agreement may be executed in any number of counterparts,
each of which shall be deemed to be the original, and all of which together shall constitute one
and the same instrument.
24. Records and Audits. The Contractor shall maintain accounts and records,
including personnel, property and financial records, adequate to identify and account for all
costs pertaining to this Agreement and such other records as may be deemed necessary by
the City to assure proper accounting. These records will be made available for audit purposes
to the City or any authorized representative, and will be retained five years after final payments
are issued and other pending matters are closed.
25. Entire Agreement. This Agreement, and any other documents incorporated
herein by specific reference, represent the entire and integrated Agreement between
Contractor and City. This Agreement supersedes all prior oral or written negotiations,
representations or Agreements. This Agreement may not be amended, nor any provision or
breach hereof waived, except in a writing signed by the parties which expressly refers to this
Agreement. Amendments on behalf of the City will only be valid if signed by the City Manager
or the Mayor and attested by the City Clerk.
26. Exhibits. All exhibits referred to in this Agreement are incorporated herein by
this reference.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first
written above.
"City"
ATTEST:
an
CITY OF DIAMOND BAR
By:
Tommye Cribbins, City Clerk Steve Tye, Mayor
Approved as to form:
By:
City Attorney
"CONTRACTOR"
By:
TITLE
CONTRACTOR'S Business Phone
Emergency Phone
at which CONTRACTOR can be reached.
Exhibit "C
Weeds and Litter Abatement Services Agreement
7/1/15 — 6/30/16
Compensation Schedule
Monthly Compensation: $1,982.76 X 12 months = $23,793.12 annually
Exhibit "A"
Weeds and Litter Abatement Services Agreement
7/1/15 - 6/30/16
Work Locations - 6/10/15
Below are the work locations that the Social Vocational Services, Inc. (SVS)
crews will be responsible for maintaining in City of Diamond Bar. In addition,
work locations are listed that SVS crews will be assigned by City staff to work on
an as -needed basis. This additional work will be done to complement the work of
other City contractors. This information is incorporated into the agreement as
Exhibit "A".
Work Locations
1. Diamond Bar Blvd: Temple to Sunset Crossing. Southwest side 1.1 miles.
2. Diamond Bar Blvd: Crestview to Goldrush. East side .2 miles.
3. Steep Canyon: Diamond Bar Blvd. to Clear Creek Canyon & Cul-de-sac.
4. Diamond Bar Blvd: Steep Canyon to Crestview. East side .7 miles
5. Grand Ave.: 57 fwy. to Goldensprings. Both sides .2 miles.
6. Goldensprings: Grand Ave. to Brea Cyn. Road. Both sides 1.9 miles.
7. Brea Canyon Rd.: Pathfinder to Goldensprings. East side.7 miles, west
side .9 miles.
8. Washington: Corner of Washington and Lincoln and cul-de-sac on
Washington.
9. Goldensprings/Armitos: 60 freeway crossing. Both sides .2 miles.
10. Cold Spring: Diamond Bar Blvd. west to Crooked Creek. Both sides.
11. Sycamore Canyon Park: Along trail in undeveloped area.
12. Pantera Park: Pantera Park to homes. .2 miles.
13. Sunset Crossing: Parkway on north side across the street from Navajo
Springs- Behind old L.A. Fitness building (now a church) from fire hydrant
to Mobil gas Station
14. Lemon Ave.: 60 freeway over crossing. .1 mile.
15. Valpico: 1700 block west of Kiowa Crest. .1 miles
16. Leyland and Benfield: Both sides. .1 miles.
17. Castle Rock: North end of street north of Silver Bullet in cul-de-sac
adjacent to the flood control channel. .2 miles.
18. Via Sorella: From Brea Canyon Road east along fence. .1 mile.
19. Pasado Drive and Ambushers: Cul-de-sac.
20. Beaverhead: west of Palo Cedro. Cul-de-sac.
21. Chandelle east of Goldrush: South side.
22. Cleghorn and Clear Creek Canyon: Vacant lot.
As needed work Locations
The City wants to increase the frequency that certain sidewalks are cleaned in
Diamond Bar from once per month to twice per month. Our intent is to have SVS
perform sidewalk clean-up at the following locations at least once per month.
MCE will continue to clean these same locations per their current contract at
least once per month as well ensuring that the walks are cleaned twice per
month. Please contact me with any questions regarding these locations.
1. Both sides of Golden Springs between Brea Canyon Road and Lemon.
(Especially under pine trees and eucs.)
2. South side of Golden Springs between Brea Canyon Road and Adel.
(Especially under pine trees.)
3. West side of Brea Canyon Road between Golden Springs and Glenbrook.
(Especially under pine trees.)
4. East side of Brea Canyon Road between 60 Fwy and Washington Street.
(Especially under pine trees.)
5. East side of Diamond Bar Blvd. between Cold Spring and Quail Summit.
(Especially under pine trees.)
6. West side of Diamond Bar Blvd. between Pathfinder and Quail Summit.
(Especially under pine trees.)
7. East side of Diamond Bar Blvd. between Clear Creek Canyon and Steep
Canyon. (Especially under pine trees.)
8. West side of Diamond Bar Blvd. between Grand Ave. and Golden Springs.
(Especially under pine trees.)
9. East side of Diamond Bar Blvd. between 60 Fwy and Sunset Crossing
(Especially under pine trees.)
10. South side of Temple Ave. between 57 Fwy and Diamond Bar Blvd.
(Especially under pine trees and eucs.)
11. Both sides of Golden Springs between Temple and 60 Fwy. (Especially
under pine trees.)
12. Both sides of Golden Springs between Diamond Bar Blvd. and Grand Ave.
(Especially under pine trees.)
13. Both sides of Grand Ave, between 60 Fwy and Golden Springs.
(Especially under eucs.)
14. South side of Golden Springs west of Grand Ave. to second church
driveway. (Especially under pine trees.)
Exhibit "B"
Proposal from SVS
7/1/15 — 6/30/16
This agreement, effective
(SVS) and:
PERSONNEL LEASING AGREEMENT
Supported Employment Groups
July 1, 2015 is between Social Vocational Services
Employer Name: City of Diamond Bar—City Hall offices
Address: 21810 Copley Drive Diamond Bar CA 91765
Phone, fax, e-mail: 909 839 7000
Contact Person: Bob Rose, Anthony Jordan and others
SVS will provide personnel and supervision of personnel according to the following mutually agreed upon
terms:
1. SVS will provide employer with pre-screened, qualified workers according to the following schedule:
Days/week: 3 + Hours/day: 7 Start time: 8 a.m. End time: 3:30
Or as indicated by --1/2 hour lunch break unpaid
2. Training and supervision of workers will be provided by SVS staff. The SVS job coach and/or Program
Director will serve as a liaison between the Employer and SVS to ensure satisfaction and compliance with this
Agreement. Workers' Compensation Insurance for the contracted work will be provided by SVS.
3. Description of work to be performed (include specific duties, responsibilities and tasks as well as
equipment and supplies that are to be used:
As per city Parks and Maintenance Superintendent, to provide Maintenance and Litter
removal/weed control for current and proposed Work locations (see Art A). Clear weeds along
current abatement street, cut back growth along fences and sidewalks, rake or blow leave,
sweep or blow gutters, spray with Round UP. A minimum of one time per month per job site
(see Art A which include 36 Work locations.). SVS will notify city representative of
suspicious or toxic items.
Tools and supplies will be provided
A. SVS office responsible for this contract:
Program Director: Guillermo Padilla
SVS office address: 22632 Golden Springs Dr., Suite 105
Diamond Bar, CA 91765
Phone/fax/e-mail: 909 396 5166 f 396 5160 gpadilla@sysine.org
5. Training of SVS staff will occur according to the following plan:
SVS EA 450 2/06 Page 1 of 2
✓ SVS will arrange for the supervising staff person (job coach) to report to the Employer at a pre -scheduled
time (at least one week prior to the contract start date) to receive training and information regarding work
skills required, company rules/policies and the interpersonal skills necessary to adapt to the work
environment. This information will be conveyed to all workers individually and in daily group meetings
during the first two weeks of work.
✓ If the Employer chooses, SVS workers and their job coach may attend an orientation and introduction to the
work place prior to start of the contract.
✓ The SVS job coach will be responsible for quality control. Sample inspections of all work performed will
occur daily. SVS administrative staff will complete a site visit at least once per month to review overall
performance and compliance.
6. Billing for SVS services will be: $1982.76 per month
Billing will occur monthly and is due and payable upon receipt. Checks should be made payable to Social
Vocational Services or SVS and sent to:
Social Vocational Services
Attn: CCB—Accounts Receivables
3555 Torrance Blvd
Torrance CA, 90503
Any bill not paid within 60 days of receipt will be subject to a late charge.
7. SVS leased personnel generally observe 7 non -working holidays during the year. Any and all variations to
this schedule must be specified below:
SVS Holidays (cross off if not applicable) Additional Emnlover Holidays (if anv)
New Year's Day
Memorial Day
4" of July
Labor Day
Thanksgiving
Thanksgiving Friday
Christmas Day
8. This agreement will remain in force unless amended or cancelled by either party, with 30 days written
notice. Annually, the performance and costs associated with this agreement will be reviewed by both parties
and a new Personnel Leasing Agreement signed if necessary.
&4414 0.. 'if44ery
SVS Dir of Comm Dev
61015
Date SVS Regional Director Date
Company Representative (Name and Title, Please Print)
Company Representative (signature)
Date
SVS Employer Identification Number: 95-3284250
SVS EA 450 2/06 Page 2 of 2
Exhibit "C
Weeds and Litter Abatement Services Agreement
7/1/15 — 6/30/16
Compensation Schedule
Monthly Compensation: $1,982.76 X 12 months = $23,793.12 annually
CITY COUNCIL
Agenda # 6 . 4 (c)
Meeting Date: 6/16/15
AGENDA REPORT
TO: Honorable Mayor and Members of the City Council
VIA: James DeStefano, City Mana e
TITLE: APPROVAL OF AMENDMENT #1 O AGREEMENT WITH TENNIS ANYONE TO
EXTEND THE CONTRACT PERIOD TO JULY 1, 2015 THROUGH JUNE 30, 2016 IN
THE AMOUNT OF $70,000.
RECOMMENDATION: Approve.
FINANCIAL IMPACT: Funds to pay for this contract come from revenue collected from participants
who take tennis instruction classes in the City's Recreation Program. Total estimated revenue for the
2015/2016 Fiscal Year from tennis instruction is $107,000. From this amount, $70,000 is paid to the
contractor and $37,000 is retained by the City. Actual revenue and instructor payments will depend
upon how many people actually sign up for the tennis instruction classes during the 2014/2015 fiscal
year.
BACKGROUND: The City Council awarded a contract to Tennis Anyone on July 1, 2014 to provide
tennis classes in Diamond Bar for the period of July 1, 2014 through June 30, 2015. Section 2 of the
contract allows the City Council to extend the contract on an annual basis if doing so is deemed to be
in the best interest of the City. Staff is seeking City Council approval to extend the contract for the
period of July 1, 2015 through June 30, 2016 in the amount not -to -exceed $70,000.
DISCUSSION: Tennis Anyone has continued to provide quality tennis instruction programs for the
Diamond Bar Community. Staff therefore recommends that the City Council award the contract to
Tennis Anyone for the 2015/2016 Fiscal Year in the amount of $70,000. Per the City's Purchasing
Ordinance, awards for services to a single vendor in a fiscal year shall not exceed the City Manager's
purchasing authority of $40,000 without prior approval from the City Council. This contract amount is
based on the pattern of increasing enrollment during the last three Fiscal Years.
PREPARED BY: Christy Murphey, Recreation Superintendent
RWVIEE
e
Community Services Director
Attachments: Amendment #1 to Tennis Instruction Service Agreement
Contract with Tennis Anyone dated 7/1/14
AMENDMENT #1 TO TENNIS INSTRUCTION SERVICE AGREEMENT
THIS AMENDMENT #1 TO TENNIS INSTRUCTION SERVICE AGREEMENT is made this 16th day of
June, 2015 by and between the CITY OF DIAMOND BAR, a municipal corporation of the State of
California ("CITY") and TENNIS ANYONE (CONTRACTOR).
Recitals:
a. CONTRACTOR entered into a 12 month AGREEMENT with CITY effective JULY 1,
2014 ("the AGREEMENT') for recreational tennis instruction.
b. Parties desire to amend the AGREEMENT to extend the term for an additional 12
months.
Now, therefore, the parties agree to amend the AGREEMENT as follows:
Section 1 — Term of the AGREEMENT provided in Section 2 is revised to extend the
AGREEMENT from July 1, 2015 through June 30, 2016.
Section 2 — Compensation provided in Section 3 of the AGREEMENT is revised to an amount
not -to -exceed $70,000 for the term of July 1, 2015 to June 30, 2016.
Except as provided above, the AGREEMENT is in all other respects in full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT #1 TO AGREEMENT
on the date and year first written above.
ATTEST:
CITY OF DIAMOND BAR
A Municipal Corporation
Of the State of California
Signed
Steve Tye
Mayor
APPROVED TO FORM
City Attorney
TENNIS ANYONE
Contractor
Signed
Title
City Clerk
TENNIS INSTRUCTION SERVICE AGREEMENT
THIS AGREEMENT is made as of July 1, 2014 by and between the City of Diamond Bar, a municipal
corporation ("City") and Tennis Anyon ("Contractor").
RECITALS
A. City desires to utilize the services of Contractor as an independent contractor to provide services to
City as set forth in Exhibit "A", the City's Request for Proposals dated May, 27, 2014,
B. Contractor represents that it is fully qualified to perform such tennis instruction services by virtue of
its experience and the paining, education and expertise of its principals and employees.
NOW, THEREFORE, in consideration of performance by the parties of the covenants and conditions herein
contained, the parties hereto agree as follows:
1. Contractor's Services.
A. Scope of Services. The nature and scope of the specific services to be performed by
Contractor are as described in Exhibit "A" the City's request for proposals dated, May 27,201
B. Level of Services/Time of Performance. The level of and time of the specific services to
be performed by Contractor are as set forth in Exhibit `B" and as supplemented in quarterly class schedules
provided by the City Manager, or his designee. Set -vices commence when instructor arrives at designated
assignment site, and cease when official departs said site. Services do not involve any travel or transportation
whatsoever,
2. Term of Agreement, This Contract shall take effect July 1, 2014, and shall continue until June
30, 2015 unless earlier terminated pursuant to the provisions herein, By mutual agreement and consent of City
and Contractor, this agreement may be extended for up to five (5), one (1) year increments. Conditions and fees
to be negotiated at time of extension, as amended.
3. Compensation. City agrees to compensate Contractor for each service which Contractor performs
to the satisfaction of City in compliance with the schedule set forth in Exhibit "B." Payment will be made only
after submission of proper invoices in the form specified by City. Total payment to Contractor pursuant to this.
Agreement shall not exceed seventy thousand dollars$7( 0,000) annually.
4. General Terms and Conditions. In the event of any inconsistency between the provisions of this
Agreement and Contractor's proposal, the provisions of this Agreement shall control. .
5. Addresses.
City: City Manager Contractor: Bill Bush
City of Diamond Bar Tennis Anyone
21810 Copley Drive 15670 Portenza Dive
Diamond Bar, California 91765 Fontana, CA 92336
6. Status as Independent Contractor.
A. Contractor is, and shall at all times remain as to City, a wholly independent contractor.
Contractor shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act on
behalf of City as an agent. Neither City nor any of its agents shall have control over the conduct of Contractor or
any of Contractor's employees, except as set forth in this Agreement. Contractor shall not, at any time, or in any
manner, represent that it or any of its agents or employees are in any manner agents or employees of City.
B. Contractor agrees to pay all required taxes on amounts paid to Contractor under this
Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest
asserted against City by reason of the independent contractor relationship created by this Agreement. In the event
that City is audited by any Federal or State agency regarding the independent contactor status of Contractor and
the audit in any way fails to sustain the validity of a wholly independent contractor relationship between City and
Contactor, then Contactor agrees to reimburse City for all costs, including accounting and attorney's fees, arising
out of such audit and any appeals relating thereto.
C. Contractor represents that lie does not have any employees nor will he have any employees
during the terns of this contact, Contactor shall fully comply with the workers' compensation law regarding
Contractor and Contractor's employees. Contractor further agrees to indemnify and hold City harmless from any
failure of Contactor to comply with applicable worker's compensation laws. City shall have the right to offset
against the amount of any fees due to Contractor under this Agreement any amount due to City from Contractor
as a result of Contractor's failure to promptly pay to City any reimbursement or indeimnification arising under this
Section 6.
7. Standard of Performance. Contractor shall perform all work at the standard of care and skill
ordinarily exercised by members of the profession under similar conditions.
8. . Indemnification. Contractor agrees to indemnify the City, its officers, agents, volunteers,
employees, and attorneys against, and will hold and save them and each of there hamnless from, 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 the acts, errors or
omissions of Contactor, its agents, employees, subcontractors, or invitees, including each person or entity
responsible for the provision of services hereunder.
In the event there is more than one person or entity named in the Agreement as a Contractor, then all obligations,
liabilities, covenants and conditions under this Section 8 shall be joint and several.
9. Insurance. Contactor shall at all times during the term of this Agreement carry, maintain, and
keep in full force and effect, with an insurance company admitted to do business in California and approved by
the City a policy or policies of broad -form comprehensive general liability insurance with minimum limits of
$1,000,000 combined single limit coverage against any injury, death, loss or damage as a result of wrongful or
negligent acts by Contractor, its officers, employees, agents, and independent contactors in performance of
services under this Agreement, Contractor shall require contracting instructors to carry automobile insurance per
State of California law; City, its officers, employees, attorneys, and volunteers shall be named as additional
insureds on the policy(ies) as to comprehensive general liability. The policy (ies) as to comprehensive general
liability, shall provide that they are primary, and that any insurance maintained by the City shall be excess
insurance only.
A. All insurance policies shall provide that the insurance coverage shall not be non -renewed,
canceled, reduced, or otherwise modified (except through the addition of additional insureds to the policy) by the
insurance carrier without the insurance carrier giving City thirty (3 0) day's prior written notice thereof. Contactor
agrees that it will not cancel, reduce or otherwise modify the insurance coverage.
B. All policies of insurance shall cover the obligations of Contractor pursuant to the terms of this
Agreement; shall be issued by an insurance company which is admitted to do business in the State of California
or which is approved in writing by the City; and shall be placed with a current A.M. Best's rating of no less that
A VII.
C. Contractor shall submit to City insurance certificatesindicating compliance with the minimum
insurance policy endorsements indicating compliance with all minimum insurance requirements above, not less
than one (1) day prior to beginning of performance under this Agreement. Endorsements shall be executed on
City's appropriate standard forms entitled "Additional Insured Endorsement", or a substantially similar form
which the City has agreed in writing to accept.
10. Conflict of Interest.
A. Contractor covenants that it presently has no interest and shall not acquire any interest,
director or indirect, which may be affected by the services to be performed by Contractor tinder this Agreement,
or which would conflict in any manner with the performance of its services hereunder. Contractor further
covenants that, in performance of this Agreement, no person having any such interest shall be employed by it.
Furthermore, Contractor shall avoid the appearance of having any interest which would conflict in any maturer
with the performance of its services pursuant to this Agreement.
B. Contractor covenants not to give or receive any compensation, monetary or otherwise, to
or from the ultimate vendox(s) of hardware of software to City as a result of the performance of this Agreement.
Contractor's covenant under this section shall survive the termination of this Agreement.
11. 'Termination. City may terminate this Agreement with or without cause upon fifteen (15) days'
written notice to the other party. Contractor may terminate this Agreement with or without cause upon ninety
(90) days written notice to the City. The effective date of termination shall be upon the date specified in the
notice of termination. In the event of such teniination, City agrees to pay Contractor for services satisfactorily
rendered prior to the effective date of termination. Tnunediately upon receiving written notice of termination,
Contractor shall discontinue performing services.
12. Personnel. Contractor represents that it has, or will secure at its own expense, all personnel
required to perform the services under this Agreement. All of the services required under this Agreement will be
performed by Contractor or under it supervision, and all personnel engaged in the work shall be qualified to
perform such services. Contractor reserves the right to determine the assignment of its own employees to the
performance of Contractor's services under this Agreement, but City reserves the right, for good cause, to require
Contractor to exclude any employee from performing services on City's premises.
13. Non -Discrimination and Equal Employment Opportunity.
A. Contractor shall not discriminate as to race, color, creed, religion, sex, marital status,
national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation, in the
performance of its services and duties pursuant to this Agreement, and will comply with all rules and regulations
of City relating thereto. Such nondiscrimination shall include but not be limited to the following: employment,
upgrading, demotion, transfers, recruitment or recruitment advertising; layoff or termination; rates of pay or other
farms of compensation; and selection for training, including apprenticeship,
B. Contractor will, in all solicitations or advertisements for employees placed by or on behalf
of Contractor state either that it is an equal opportunity employer or that all qualified applicants will receive
consideration for employment without regard to race, color, creed, religion, sex, marital status, national origin,
ancestry; age, physical or mental handicap, medical condition, or sexual orientation.
C. Contractor will cause the foregoing provisions to be inserted in all subcontracts for any
work covered by this Agreement except contracts or subcontracts for standard cominewial. supplies or raw
materials.
14. Assignment. Contractor shall not assign or transfer any interest in this Agreement nor the
performance of any of Contractor's obligations hereunder, without the prior written consent of
City, and any attempt by Contractor to so assign this Agreement or any rights, duties, or obligations
arising hereunder shall be void and of no effect.
15. Compliance with Laws. Contractor shall comply with all applicable laws, ordinances, codes and
regulations of the federal, state, and local governments,
16. Non-Walver of Terms, Rights and Remedies. Waiver by either party of any one or more of the
conditions of performance under this Agreement shall not be a waiver of any other condition of performance
under this Agreement. In no event shall the making by City of any payment to Contractor constitute or be,
construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of
Contractor, and tho making of any such payment by City shall in noway impair or prejudice any right or remedy
available to City with regard to such breach or default,
17. Attorney's pees. In the event that either party to this Agreement shall commence any legal or
equitable action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in
such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and
costs, including costs of expert witnesses and consultants.
18. 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; fi-om
time to time, designate in writing pursuant to the provisions of this section.
19. Governing Law, This Contract shall be interpreted, construed and enforced in accordance with
the laws of the State of California.
20. 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 arid the same instrument.
21. Entire Agreement. This Agreement, and any other documents incorporated herein by specific
reference, represents the entire and integrated agreement between Contractor and City. This Agreement
supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be
amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly
refers to this Agreement. Amendments on behalf of the City will only be valid if signed by the City Manager or
the Mayor and attested by the City Clerk.
22. Exhibits. All exhibits referred to in this Agreement are incorporated herein by this reference.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the date first written
above.
"City"
ATTEST:
By:—'�Jt+� G r7
Tomn{ye Cribbins
City Clerk
CITY OF DIAMOND BAR
By:
Carol Herrera
Mayor
"CONTRACTOR"
By:—
Its:
CITY COUNCIL
Agenda # 6.4 (d)
Meeting Date: 06/16/2015
AGENDA REPORT
TO: Honorable Mayor and Members of the City Council
VIA: James DeStefano, City Man'e
TITLE: AUTHORIZATION BY THE CITY C UNCIL FOR APPROVAL OF EXPENDITURES OF
UP TO $60,000 PAYABLE TO ALLIANT INSURANCE SERVICES FOR THE
PURCHASE OF TENANT USER LIABILITY INSURANCE AND SPECIAL EVENT
INSURANCE FOR THE 2015/16 FY
RECOMMENDATION: Approve.
FINANCIAL IMPACT: Funds for these services are included in the fees charged to renters and in the
General Fund of the 2015/16 fiscal year budget for Special Events. Special Events Insurance costs
about $10,000 per year. The fees collected from renters for Tenant User Insurance is deposited as
revenue in the General Fund Facility Rental account.
BACKGROUND: Per best practices recommended by the Southern California Joint Powers
Insurance Authority, the City of Diamond Bar purchases two types of insurance to cover general
liability and property damage risks related to the special events it conducts and the rental of City
facilities. Special Event insurance provides coverage for the 16 special events the City conducts each
year, which include, among others, the Fireworks Show, City Birthday Party, and Winter Snowfest.
The City requires all users of City facilities to provide their own insurance to cover liability and
property damage risks related to their rental of City -owned buildings and parks. In many cases, the
user does not have access to insurance (those that do usually make use of their home owners
insurance), so the City provides the insurance through the Tenant User Insurance policy, which is
paid for by the user of the facility. Typical events conducted at City facilities include picnics, weddings
& wedding receptions, proms, quinceaneras, and business meetings.
To obtain a company to provide Special Event Insurance and Tenant User Insurance, staff solicited
bids and received three written responses: Aliant Insurance Services; Specialty Risk Insurance; and
SCMAF Special Event Insurance. Staff used the two most common rental events to compare the
bids, with the following results:
Picnic or Party with less than 100
in attendance and no alcohol
Wedding with 350 in
attendance with alcohol
Alliant Insurance Services $81.00
$173.00
Specialty Risk Insurance $95.00
$250.00
SCMAF Special Event Ins. $128.17
$223.30
DISCUSSION: Staff recommends that the City Council authorize staff to use Aliant Insurance
Services, the low bidder, for the purchase of Special Event Insurance and Tenant User Insurance
during the 2015/16 fiscal year. Diamond Bar has been using Alliant Insurance Services for over ten
years as an option for renters of City facilities.
Per the City's Purchasing Ordinance, an award for services to a single vendor in a fiscal year shall
not exceed the City Manager's purchasing authority of $40,000 without prior approval from the City
Council. Staff anticipates expenditures of $60,000 for Alliant Insurance Services during the 2015/16
FY.
PREPARED BY: Christy Murphey, Recreation Superintendent
REVI W BY:
Bo Rose
Community Services Director
Attachments: Request for Proposals
Proposal from Aliant Insurance Services
m
9
(A "TemurtfUser Event" is an event that is Iield or sponsored by companies,
Organizations, or individuals that have been permitted to use your premises)
TENANT/ USER EVENT
HAZ
` I
HAZ
11
HA'L
HI"
U/W.*'
Approval
Re uired
NO&
Participant
Coverageg
_
AEROBIC & JAZZERCISE CLASSES
x
ANIMAL ACTS. / SHOWS
x
ANINIAL TRAfN9NG
x
ANTIQUE SHOWS
x
ART FESTIVALS / SHOWS
x
AUCTIONS
Y
AUTO SHOWS No Auto Covera e0
x
AWARDS PRESENTATIONS
1
BALLETS
,l'
BANQUETS
x
BAZAARS
x
BEAUTY PAGEANTS
x
BICYCLE RALLIES
-
x
_
X
BINGO GANIES
- x
BLOCK PARTIES / STREET CLOSURES (Excludes.
Bleachers)
x
x
BOATSHOWS
x
BODY BUILDING CONTESTS
x
.............
BUSINESS MEETINGS / SHOWS
X
CARNIVALS NO Rides)
Y
x
CASINO & LOUNGE SHOWS (No Performer or Crecy
Coverage)
x
CHAMBER OF COMMERCE EVENTS
CHRISTMAS TREE LOTS / FARMS (No cut your own)
x
CHARITY BENEFITS. laelndln.gAuctions /Sales)
x
CINEMAS
x
CIVIC CLUB MEETINGS
x
COMEDY SHOR'S (No Performer or Crew Covera e)
X
CONCERTS (NO Hip/Bol), Rap, Heavy Metal)
Classical Music
x
x
Indoors under 1,500.
X
x
Symphony
x
x
Outdoors under 1,500
—__
x
x
Rock under 5,000
x
x
x
Alternative under 1,500
x
X
x
CONSUMER SHOWS
X
CONVENTIONS (Inside)
x
CORPORATE EVENTS
x
COUNTRY WESTERN EVENTS NO Equine)
x
x
CRAFT SHOWS
x
• Declination of Events could be doe to the attendance size or level of performers
a Athletic Pit rticilmtit's coverage requires prim company approval and signed watver(s)
• Liquor Legal Liability for Hazard Group 11 must be submitted for Underwriter Approval. See Page 16
for details
Event Policy Term: January 1, 2015 to January I, 2016
TENANVUSRR PROGRAM
HAZARD SCHEDULE (Continued)
(A "Tenant/User Event" is an event that is held oi• sponsored by companies, organizations,
or individuals that have been permitted to use your premises)
TENANT/USEREVENT
IIAZ
1
IIAZ
it
HAZ UAVA NO i
III ApproVal Participant
Required_Covem w
DANCE SHOWS (includes Rehearsals & Dnnceis)
X
DANCES
X
DEBUTANTE BALLS
DEBUTS
DINNER THEATERS (No Performer or Crew Coverage)
X.
X
DOG SHOWS
Y
_
DRILL TEAM EXHIBITIONS / CONIPETITIONS
X.
EDUCATIONAL EXHIBITIONS
A
ELECTRONICS CONVENTIONS
X
EVANGELISTIC MEETINGS (Revivals, etc)
X
EXHIBITIONS / EXHIBITS (Inside)
X
EXHIBITIONS / EXHIBITS (Outside)
X
EXPOSITIONS Inside
1
EXPOSITIONS (Outside)
X
FASMON1 SHOWS
X
FILM PRODUCTIONS
X X
FISHING EVENTS (Inside)
1
FISHING EVENTS (Outside)
X
FLOWER SHOWS
X
FOOD CONCESSIONS
X
GARDEN SHOWS
X
GRAD NIGHT Universii Only —NO Hidi School
S
GRADUATION CEREMONY
X
GYMNASTIC CONR'HTITIONS (No Participant Coverage) )
X
X
HARVEST FESTIVALS
X
HAUNTEDHOUSES
X
X
HEADS OF STATE EVENTS
X
FIONIE /HOUSING SHOWS
X
MORSE SHOWS
X
A
HOTEL SHOWS
X
ICE SKATING SHOWS
X
X
INSTRUCTIONAL CLASSES (non-mechanical)
X
JAM & JAZZ SESSIONS
R
JOB FAIRS
Y
KIDDIELANDS NO Rides)
X
• Declination of Events could be clue to the attendance size or level of performers
• Athletic Participial's Coverage requires prior company approval Incl signer) waiver(s)
• Liquor Legal Liability for Hazard Group lI most Ile submitted for Underwriter Approval, See Page 16
for details
Special Event Policy Term: January 1, 2015 to January 1, 2016
u
TENANT/USER PROGRAM
HAZARD SCHEDULE (Continued)
(A "Tenant/User Event" is an event that is held or sponsored by companies, organizations,
or individuals that have been permitted to use your Premises)
TENANT./ USER EVENT
11AZ
1
HAZ
II
HAZ
111 fr
U/1V*1-
Approval
Required
NO'i
Participial
Coverne
LADIES CLUB EVENTS
x
LECTURES
X
LIVE ENTERTAINMENT (No Performer or Crew
Coverage)
X
,l'
LIVESTOCK SHOWS
X
LUNCHEONS
X
MARATHONS
X.
NIARTIAL ARTS EVENTS (Non -Contact) No
Participant Coverage nv/o Company Approval
N
X
MEETING Inside
X
NIEETINC Outside
1
MOBILE HOME SHOWS
X
MOTION PICTURE'^ THEATERS
X
MUSICALS NO Rock)
X
X
NIGHT CLUB SHOWS (No Perrornier or Crew
Coverage)
\.
OPERAS /OPERETTAS (No Performer or Crew
Coverage)
X
ORGANIZED SIGHTSEEING TOURS (No Auto
Coverage)
OVERNIGHT CA\,fPNG
X
PAGEANTS
X
PARADES
N
X
PARTIES / CELEBRATIONS —No Liquor
PARTIES / CELEBRATIONS —Willi Liquor
X
PETTING ZOOS (NO FEEDING- SURCHARGE MAY
APPLY TO EXOTIC ANIMALS)
X
PICNIC GROUNDS.
Without Pools or Lakes
X
With Pools or Lakes OVER 150 feet ti-om Water
(Excludes Swimming &.Diving)
X
With Pools or Lakes LESSTHAN 150 feet from
Water (Excludes Swimming & Diving)
Y
PLAYS No Performer or Crew Coverage)
X
X
POLITICAL RALLIES
X
X
PROMOTERS (Subject to Special Rating)
\ X
PROrNIS
a
PUMPKIN PATCHES / CORN MAZES
x
o Declination of Events could be doe to the artendmnee size or level of performers
•.Athletic Participant's coverage requires prior company approval and signed waiver(s)
• Liquor Legal Liability for Hazard Group 11 must be submitted for Underwriter Approval. See Page 16
for details
Special Event Policy Term: January 1, 2015 to January I, 2016 10
ra
TENANVUSER PROGRAM
HAZARD SCHEDULE (Continued)
(A "Tenant/User went" is an event that is held or sponsored by companies, organizations,
or individuals that have been permitted to use your premises)
TENANT/USER EVENT
HAZ
I
RA—_
]I
IIAZ
lil:
U/WA
Approval
Required
NO
Participan
Covera -e'-
RECITALS MUSIC, DANCE, PIANO)
N
RECREATIONAL EVENTS
Y
_
RELIGIOUS ASSEMBLIES (Church Services, Bible
-Study, etc) DURATION OF TIME ONLY 6 WEEKS
N
REUNIONS
RUMMAGE SALES
N
RV SNOWS
N
SCHOOL BANDS EXHIBITIONS / CONIPETIONS
\
SCOUTING JANIBOREES
X
_
SEANCES
X
SEMINARS
N
SIDEWALK SALES
N
-SKATING PARTY
N
N
SKI EVENTS / DEMOS
K
K
_
SPEAKING ENGAGEMENTS
N
SOAP BON DERBIES
X
SOCIAL GAT14ERINGS (Indoors)
N
SOCIAL GATHERINGS Outdoors
SPORTING EVENTS
Non -Professional (Indoors)
N
BASEBALL
X.
N
BASKETBALL
N
N
SOFTBALL
N
N
SOCCER
N
N
TENNIS/ HANDBA LI_ /RACK ETBA LL COURTS
N
N
STATE & COUNTY FAIRS
_ _
N
N
STREET FAIRS
N
N
mirrvivf1NG EVENTS (AGE INFORTNIATION
REQUIRED) LIFEGUARD RATIO FORAGES 0.12
MUST BE I TO 4 AND AGES 12 sC UP I TO 6
S
TELECONFERENCES
K
TELETHONS
THEATRICAL ROAD SHOWS (No Performer or Crew
Coverage)
\
N
THEATRICAL STAGE PERFORNIANCES (No
Performer or Crew Coverage)
N
N
TRADESHOWS(Inside)_
N
_ _
TRADE SHOWS (Outside)
N
_
o Declination of Events cooltl be doe to the attendance size at, level of performers
a Atbletie Participant's coverage requires prior company approval and signet) waiver(s)
o Liquor Legal Liability for Hazard Group 11 must he submitted for Underwriter Approval. See Page 16
for detail
Special Event Policy Term: January 1, 2015 to January 1, 2016 11
I
TENANT/USER PROGRAM
HAZARD SCHEDULE (Continued)
(A "Tennnt/User Event" is on event that is held or sponsored by companies, organizations
or individuals that have been permitted to Me your premises)
TENANVUSEREVENT
'.I1AZ
1
HAZ HAZ
11 ILII
U/tVt:
Approval
Retluired
N0-
Participant
Coverage
UNION MEETINGS
x
VACATION SHOWS
X
VOTER REGISTRATIONS
\
WEDDINGS & RECEPTIONS
X
-
WEDDIN'G PHOTOGRAPHERS
R
ZOOS ACTUAL FACILITY
x
o Declination of Events could he doe to the attendance size or level of performers
o Athletie Participant's coverage requires prior company approval and signed wniver(s)
a: Liquor Legal Liability for Hazard Group H must be submitted for Underwriter Approval. See Page 16
for details
Special Event Policy Term; January 1, 2015 to January 1, 2016 12
TENANT USER EVENT PREMIUMS
January 1, 2015 to January 1, 2016
PRE,NIIUMS:
NOTE: Increase limits are available please see upcharge chart on page 14
C
HAZARD III
ATTENDANCE
PREMIUM
HAZARD I
?,610 (i
tW
ATTENDANCE
1-100
PREMIUM
�
�5C�0
��
1-100
101-500
501-1500
$
$
$
81.00
113.00
169.00
$ 207.00
1501-3000
$
219.00
501-1500
3001-5000
$
332.00
vyt
CJ
5000+
Determined
To Be
$
690,00
3001-5000
$ 521.00
HAZARD H
HAZARD III
ATTENDANCE
PREMIUM
A'r'IT, DANCE.
PREMIUM
1-100
$ 119.00
1-100
$
189.00
101-500
$ 207.00
101-500
$
332.00
501-1500
$ 215.00
501-1500
$
439.00
1501-3000
$ 408.00
1501-3000
$
690,00
3001-5000
$ 521.00
3001-5000
$
847.00
5000+
To Be
5000+
To Be
Determined
Determined
PREMIUMS ARE ONLY VALID FROM 1/1/15, TO 1/1/16
PREMIUMS INCLUDE ALL TAXES & PEES
PREMIUMS ARE APPLICABLE PER TOTAL ATTENDANCE.
FOR MULTIPLE DAYS:
® Total the attendance for all days of the event. Refer to premiums schedule and charge the
premium corresponding to the total attendance. Events lasting over five days require
underwriting approval. Please submit information to Alliant Insurance Services, Inc.
e Alcoholic Beverage premiums are to be seuarately ealcalated for each day. Liquor Legal
Liability is included in the policy by separate endorsement
Liquor Legal Liability for Hazard Groups H and III require underwriter approval. See
Page 15 for details
® Multiple Day Events: List the Event days that are used exclusively for "setting up" or
"taking down" oil the Quarterly Report as a "set up" or "take down" day. These are
considered insured days on the coverage certificate
Special Event Policy Term: January 1, 2015 to January 1, 2016 13
TENANT USER EVENT PREMIUMS
January I, 2015 to January 1, 2016
EXHIBITORS AND CONCESSIONAIRE PREMIUMS:
Exhibitors - No Sales $29.00 Per Day/Per Exhibitor
Concessionaires - Non Food Sales $39.00 Per Day/Per Concessionaire
Concessionaires- Food Sales $49.00 Per Day/Per Concessionaire
Premiums Include All Taxes S. Fees
Exhibitors and Concessionaires coverage is only available in conjunction with n scheduled
event.
LIQUOR LEGAL LIABILITY PREMIUMS: �
k
HAZARD GROUP I ONLY: 6f Vv" J�
Alcoholic beverages served charge $60.00 premium for each day of the event. N,
HAZARD GROUPS II AND III:
Require prior company approvnl. The premiums below are for quote purposes only
1-150
$121
151-300
$146
301-500
$194
500+
To Be Determined
Premium include all taxes and fees
Liquor Legal Liability coverage is roily available in conjunction with a scheduled event
LIQUOR CHARGES AFTER MIDNIGHT EVENTS:
® If at, event With Liquor extends beyond Midnight and ends before 2:00 Anil (excluding
take down days) you can check the appropriate box on the certificate and add a 15%
surcharge to the Liquor premium (Example: $194.00 x 15%= $223.00)
® If the event goes beyond 2:00 ANI an additional day will to be changed for the event
and liquor
Special Event Policy Term: January I, 2015 to January I, 2016 15
TENANT USER EVENT PREMIUMS
January 1, 2015 to January 1, 2016
ATTER MIDNIGHT EVENTS:
If the event extends beyond Midnight and enols before 2:00 AM the event is considered
one day
If an event With Liquor extends beyond Midnight and ends before 2:00 AM (excluding
take down clays) you can check the appropriate box on the certificate and add a 15%
surcharge to the Liquor premium (Example: $200.00 x 15%=$230.00)
a If the event goes beyond 2:00 ASI, ,in additional day will to be charged for the event
and liquor
® Increase Limits Table
$1,000,000 per occurrence /
$3,000,000 general aggregate
I $2,000,000 perm
$2,000,000 general aggregate
11% of total event premum
19% of total event ]xemiunr
Example: Total event premium is $220.93 increase limits requested is $1,000,000 per
occurrence and $3,000,000 general aggregate. $220.93 X 1.1 1 =$245.23
Example: Total event premium is $220..93 increase limits requested is $2,000,000 per
occurrence and $2,000,000 general aggregate, $220.93 X 1.19 =$262.91
® Property Damage
Amount
Deductible
Premium
$50,000
$500
$50.00
$100,000
$1,000
1 $100.00
Special Event policy Ternr..lanuary 1, 2015 to January 1, 2016 14
TENANT USER EVENT PREMIUMS
Januar 1, 2015 to January 1, 2016
EXAMPLES:
SAMPLE EVENT PREMIUM CALCULATION
ONE DAY EVENT RATING:
Weddings with 250 People: Attendance Category: Total Premium:
Refer to Hazard Schedule I "Weddings C 101-500 $113.00
Receptions"
MULTIPLE DAY EVENT RATING (Events of two or more consecutive clays):
5Day Dog Show with 100 People each day— Attendance Category: Total Premium:
Total Attendance 500: 101-500 $207,00
Refer to Hazard Schedule lI "Dog Shows"
TWO DAY EVENT WITH LIQUOR:
2 Day Celebration with Liquor with 200 people
Attendance Category:
Total Premium:
each day —Total Attendance 400:
101-500
$207.00
Refer to Hazard Schedule II "Parfics
Celebrations With Liquor"
I Day set up and 1 day Tear down with 25
eo le each day —New Total Attendance 450
Liquor Premium applies for each day of the
Liquor Haz Group lI
NEW Total Premium:
event and requires approval — Attendance each
151-300
$507.00
clay 200 ($150 x 2 = $300). Liquor Premium:
1-150
$620.00
$300
AFTER MIDNIGHT WITH LIQUOR:
If the last day of the actual event, excluding take clown days, goes beyond "Midnight" but ends before
2:OOAM you can check the appropriate box on the certificate and add a 15% surcharge to the Liquor
premium (Example: $300.00 x 15%= $345.00) If the event goes beyond 2:00 AM a third day needs to
be charged for the event,
2 Day Celebration with Liquor— Extends
Attendance Category:
Total Premium:
beyond 2:00 AM. Event is now days with 150
101-500
$245.00
people each day — Total Attendance 450:
Refer to Hazard Schedule Il "Parties I
Celetinitions With Liquor"
1 Day set up and I day Tear down with 10
neo ple each da —New Total Attendance 470
Liquor Premium applies for each day of the
Liquor Haz Group I I
NEW Total Premium:
event and requires approval — Attendauceeach
1-150
$620.00
day 150 ($125 x 3 = $375). Liquor Premium:
$375
Event Policy Term: January I, 2015 to January 1, 2016 16
Tenant • Special Event Insurance for Activities and Events at
City of Diamond :.
rrr r r r. I • 1l r
The City of Diamond Bar is seeking responses from qualified insurance companies to provide
Tenant and Special Event Insurance for activities and events at City of Diamond Bar facilities.
Program Description:
The City of Diamond Bar conducts 16 special events each year and hosts hundreds of events
that are conducted by private parties at City facilities. The attached list provides the types of
Special Events conducted by the City and examples of activities conducted by private parties at
City facilities. Special Event or Tenant User Insurance is required for each event.
All users of the facility must procure and maintain for the duration of their event comprehensive
general liability and property damage liability insurance, against all claims for injuries against
persons or damages to property which may arise from or in connection with the use of the
facility by the user, its agents, representatives or employees in the amount of one million dollars
($1,000,000.00), combined single limit. (If alcohol is served, insurance coverage must include
coverage for serving alcohol beverages).
SUBMISSION PROCEDURES
The proposal must include the following:
• Cover letter including name, address and telephone number for the firm, and the name of
the contact person.
• Fees for the types of activities and special events listed as examples.
Bridal Show
4th of July Fireworks Show
Craft Faire
City Birthday Party with Carnival Rides
Summer Concerts/Movies in the Park (seven nights of concerts/movies)
Haunted House/Fall Fun festival Carnival (no rides)
Winter Snowfest with sledding on man-made hills
Arbor Day
Veterans Day
Easter Egg Hunt
Examples of Activities Conducted by third parties at City Facilities
Family Picnics
Weddings
Wedding Receptions with Liquor
Quinceaneras with Liquor
Dances
Film Productions
High School Proms
Seminars
Business Meetings
SUBMITTAL DEADLINE — Proposals are due by Friday, June 5, 2015 by 4:00 p.m.
Interested firms must submit one (1) copy of the proposal to:
Christy Murphey, Recreation Superintendent
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765
PIEI•�Mw
Selection of the firm will be made on a competitive basis. The review and evaluation of each
firm's response to this RFP will include consideration for the following criteria:
1. Responsiveness and comprehensiveness of the proposal with respect to this Request for
Proposals (RFP);
2. Experience of the firm.
3. Fees for the types of activities and special events listed as examples.
4. Reasonableness of the fees.
The City reserves the right to reject any or all proposals submitted; and no representation is made
hereby that any contract will be awarded pursuant to this Request for Proposal, or otherwise.
All costs incurred in the preparation of the proposal will be borne by the proposer.
City staff will also be seeking Special Event and Tenant User Insurance providers by searching the
web to compete with proposals submitted by firms in response to this RFP.
All questions concerning this RFP should be directed to Christy Murphey, Recreation
Superintendent, at (909) 839-7074 or by e-mail at cmurphey(o)diamondbarca.gov
CITY COUNCIL
TO
VIA:
TITLE:
Agenda #
Meeting Date: June 16, 2015
AGENDA REPORT
Honorable Mayor and Members of the City Council
James DeStefano, City Mana er
Award of contract to AmeriComp Group Imaging, LLC, for Printer Service and Toner in
amount not to exceed $90,000, for the period of July 1, 2015 through June 30, 2018.
RECOMMENDATION:
Approve
BUDGET/FINANCIAL IMPACT:
There are sufficient appropriated funds in the FY15-16 budget for this expenditure.
Additional appropriations will be requested annually as part of the normal budget process.
DISCUSSION:
The City of Diamond Bar currently has forty-five (45) printers at City Hall and an additional three (3)
printers at the Diamond Bar Center, two (2) printers at Heritage Park, and one (1) printer at Sycamore
Canyon Park for a total of fifty-one (51) printers.
In compliance with the City's purchasing ordinance, on Tuesday April 21, 2015 a Request for
Proposal package was sent to the following vendors requesting a proposal for an annual service
agreement to service the City's copiers.
Advanced Office Services
AmeriComp Group Imaging, LLC
Comlink Lasercare
Copy R Office Solutions, LLC
South Coast Printer Care
Only three firms submitted their proposal by the due date, May 12, 2015 at 4:00pm.
The firms include the following:
Advanced Office
AmeriComp
General Data
Selection of firms is based on a ranking rubric that takes into consideration many variables and
weights them appropriately. Factors that are considered include the following:
1. Total Price (Maximum 45% weight)
2. Compliance with the RFP Submission Procedures and Comprehensiveness of the Response.
(If significant items are missing or out of compliance this could be instant disqualification)
(Maximum 20% weight)
3. Information Obtained from References (Maximum 25% weight)
4. Prior Experience of the Firm with the City of Diamond Bar (Maximum 10% weight)
Findings
Advanced Office was disqualified from comparison because the proposal submitted did not meet
crucial criteria of the proposal. They indicated that their annual maintenance proposal would not
include Maintenance Kits, Drums, and Fuser units. They indicated that these items would be treated
as consumables. Coverage of Maintenance Kits, Drums, and Fuser units are the main purpose of
obtaining a service agreement. The vast majority of issues that require service would include at least
one of those units.
1. Total Price:
There are two sets of pricing that were collected from the printer firms. The first set of
prices to be compared is the annual printer service agreement. The annual total for
service from AmeriComp is $9,249.00 and the annual total from General Data is
$14,039.00
The toner cost is slightly harder to compare because General Data indicated that they
cannot provide toner for the Cannon MP60 and the prices vary greatly among toner
types. We have calculated our estimated usage by toner type and calculated a total.
We removed the Cannon MP60 toner from the total of both vendors for purposes of
calculating an estimated total. The estimated total toner cost from AmeriComp is
$13,855.45 and the estimated cost from General Data is $10,955.25.
To calculate the overall cost of each proposal the total cost of the annual service must
be added to the total estimated toner cost. The overall price from AmeriComp is
$23,104.45. The overall price from General Data is $24,994.25. Thus AmeriComp is
offering the lowest overall price for printer service and toner.
2
2. Compliance:
The proposal from AmeriComp complies with all of the criteria set forth in the RFP
document.
The proposal from General Data does not comply with 2 aspects of the criteria set forth
in the RFP document. General Data does not offer toner for the Cannon MP60 and
they do not explicitly state that they can comply with the 4 hour call to repair
requirement in their proposal.
References:
A reference questionnaire was used to survey 3 references from each firm. The scores
from the questionnaire were totaled up and an average total score was calculated.
AmeriComp received an average overall score of 10.
General Data received an average overall score of 9.
4. Experience with the Firm:
AmeriComp has over 15 years of experience with the City of Diamond Bar and General
Data has no prior experience with the City of Diamond Bar.
The final score on the RFP Vendor Ranking Rubric shows AmeriComp with a total score of 100 and
General Data with a total score of 70.
Historically the City expends approximately $25,000 - $29,000 per year for Printer Services and
Toners. It is anticipated that this trend would continue for the next few years.
The City has utilized AmeriComp services for over 15 years and been very satisfied with their
performance.
Prepared by:
Bids Reviewed by:
Ken Desfor§6s, Director Inform Systems Dianna Honeywell, Director Finance
Attachment: A - AmeriComp Response to Request for Proposal
B - Copy of City's Request for Proposal
C - Maintenance Services Agreement
Attachment 1
(Follows)
Presented by:
(Kyle W. Jewell
For
AmenComp
' y
Wednesday, May 06, 2015
Ken Desforges
City of Diamond Bar
21810 E. Copley Drive
Diamond Bar, CA 91765
Dear Ken,
City of Diamond Bar 2015-2016
Laser Printer Maintenance & Supplies
M 9 r a is Is x is a . a ra 0 rm
On behalf of AmeriComp I want to thank you for the opportunity to bid on the City's laser
printer maintenance and supplies. As the current vendor for these services we want you
to know how much we value the long standing relationship we have had and hope to
continue with the City of Diamond Bar. You are and will continue to be one of our most
valued customers.
AmeriComp has been in business since 1989 and is proud to be a woman owned and
operated business that also has a diverse employment. We have always been customer
focused which has kept us strong all these years. Our technicians have a minimum of 4
years experience. As you know from first-hand experience, we have proven ourselves to
be timely, efficient, courteous and capable. Our office support staff are quick in response
to the City's needs and accurate and timely in billing and processing. Our parts and
products have always been and will continue to be of the highest quality.
AmeriComp has no problems meeting and exceeding the scope of services, as well as all
terms and conditions as set forth in the request for proposal. Each of these is more
specifically addressed within this proposal.
I and the rest of us at AmeriComp look forward to the opportunity to work with you and
serve as an asset to the City's operations. Thank you for your time and consideration.
If you have any questions regarding this proposal I can be reached by telephone at 909-
481-1073, FAX at 909-476-2765, or by e-mail at kyle.jewell(a)americompgroup.com.
Sincerely,
/V vt"�
Kyle W. 3?
well
President
AmeriComp Group Imaging, LLC
f6 . . R a ® . . ® . RS 19 9 Ya .5 . ®I . . .
1 8780 19th Street #383 Alta Loma, CA 91701
(909) 481-1073 FAX (909) 476-2765
City of Diamond Bar 2015-2016
Laser Printer Maintenance & Supplies
N . x . . n . . a . . . . . . a � � 6 %
I. PROJECT MEMBERS
a. The project members that will be dedicated to providing services and
support to the City of Diamond Bar are as follows:
1. Kyle Jewell
ii. Shelly Jewell
iii. Olivia Ayon
iv. Rolando DeSouza
v. Dalton Jewell
II. SCOPE OF SERVICES
a. If awarded the 2015-2016 Laser Printer Maintenance and Supplies
agreement for the City of Diamond Bar, AmeriComp will provide the City:
i. Quarterly cleanings for all printers including inspection and service of
each device.
ii. Four (4) business hour response to all service calls.
iii. Diagnosis and all inclusive repair of covered equipment including parts
and labor.
iv. Service to include 100% Coverage for Maintenance Kits.
v. Delivery and installation of supplies.
vi. Supplies for all color printers will be Original Equipment Manufacturer
(OEM).
vii. Supplies for black and white printers will be High Yield re-
manufactured (new compatible) toners or OEM.
III. PROPOSED FEES FOR SERVICES
a. See attachment 'A"
IV. APPLICABLE TONERS WITH CORRESPONDING PRICES
a. See attachment "B"
V. PRINTER ID, INFO & LOCATION
a. See attachment "C"
VI. LIST OF REFERENCES
a. See Following Page
VII. CITY CONTRACT REQUIREMENTS
a. AmeriComp is able and willing to meet all criteria, requirements, terms and
conditions as set forth and stated in the RFP Attachment B, and as listed
herein starting on Page 4 of this proposal.
2 8780 19th Street #383 Alta Loma, CA 91701
(909) 481-1073 FAX (909) 476-2765
Alfredo Estevez
City of Diamond Bar
(909) 839-7083
aestevez(a)diamondbarca.aov
Service & Toner
Nicholas Austin
City of Chino
909-627-7577
naustinCa citvofchino.oro
Service & Repairs
Lou Ramirez
HMC Architects
213-542-8300 cell: 213-369-0993
luis.ramirez(abhmcarouD.com
Service & Toner
David Bales
Callahan & Blaine Law
714-241-4444
dbales(@callahan-law.com
Service & Toner
Carol Colgrove
Lewis Operating Corp.
(909)946-7544
ca rol.cola roved) lewisoD. com
Service & Repairs
City of Diamond Bar 2015-2016
Laser Printer Maintenance & Supplies
3 8780 19th Street #383 Alta Loma, CA 91701
(909) 481-1073 FAX (909) 476-2765
z City of Diamond Bar 2015-2016
Laser Printer Maintenance & Supplies
G 1
. .. a .. ® . 6 t3 8 5 Pei a @ C= 3 ,8 2 9 . I R
MAINTENANCE SERVICES AGREEMENT
Should the City of Diamond Bar's Laser Printer Maintenance & Supplies
Agreement be awarded to AmeriComp, a California limited liability company, (herein
referred to as "Contractor"), the Agreement will begin July 1, 2015 for the fiscal year FY
2015/16, and provides the City with the right to renew for up to two additional one-year
terms for a total of three years.
1. Contractors Services.
Subject to the terms and conditions set forth in this Agreement, Contractor shall
provide to the reasonable satisfaction of the City the services set forth in the attached
Exhibit "A", which is incorporated herein by this reference. As a material inducement to the
City to enter into this Agreement, Contractor represents and warrants that it has thoroughly
investigated the work and fully understands the difficulties and restrictions in performing
the work. Contractor represents that it is fully qualified to perform such consulting services
by virtue of its experience and the training, education and expertise of its principals and
employees.
Ken Desforges (herein referred to as the "City's Project Manager"), and/or City
employees appointed as responsible by the City's Project Manager shall be the person(s)
to whom Contractor will report for the performance of services hereunder. It is understood
that the Contractor shall coordinate its services hereunder with the City's Project Manager
to the extent required by the City's Project Manager, and that all performances required
hereunder by Contractor shall be performed to the satisfaction of the City's Project
Manager and the City Manager.
2. Term of Agreement. This Agreement shall take effect July 1, 2015, and
shall continue until unless earlier terminated pursuant to the provisions herein.
This Agreement may be extended as provided herein.
3. Compensation. City agrees to compensate Contractor for each service which
Contractor performs to the satisfaction of City in compliance with the scope of services set
forth in Exhibit "A". Payment will be made only after submission of proper invoices in the
form specified by City. Total payment to Contractor pursuant to this Agreement shall not
exceed $9,249.00 for service and $14,051.00 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, Contractor shall submit to City an invoice
for the services completed, authorized expenses and authorized extra work actually
performed or incurred.
B. All such invoices shall state the basis for the amount invoiced, including services
completed, the number of hours spent and any extra work performed.
4
8780 19th Street #383 Alta Loma, CA 91701
_. (909) 481-1073 FAX (909) 476-2765
City of Diamond Bar 2015-2016
Laser Printer Maintenance & Supplies
C. City will pay Contractor the amount properly invoiced the City 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 sucl-
extra services and a price therefore have been previously authorized in writing and
approved by the City Manager or his designee as an amendment to this Agreement. The
amendment shall set forth the changes of work, extension of time, if any, and adjustment
of the fee to be paid by City to Contractor.
6. Priority of Documents. In the event of any inconsistency between the
provisions of this Agreement and any attached exhibits, the provisions of this Agreement
shall control.
7. Status as Independent Contractor.
A. Contractor is, and shall at all times remain as to City, a wholly independent
contractor. Contractor shall have no power to incur any debt, obligation, or liability on
behalf of City or otherwise act on behalf of City as an agent, except as specifically
provided herein. Neither City nor any of its agents shall have control over the conduct of
Contractor or any of Contractor's employees, except as set forth in this Agreement.
Contractor shall not, at any time, or in any manner, represent that it or any of its agents or
employees are in any manner employees of City.
B. Contractor agrees to pay all required taxes on amounts paid to Contractor
under this Agreement, and to indemnify and hold City harmless from any and all taxes,
assessments, penalties, and interest asserted against City by reason of the independent
contractor relationship created by this Agreement. In the event that City is audited by any
Federal or State agency regarding the independent contractor status of Contractor and the
audit in any way fails to sustain the validity of a wholly independent contractor relationship
between City and Contractor, then Contractor agrees to reimburse City for all costs,
including accounting and attorney's fees, arising out of such audit and any appeals relating
thereto.
C. Contractor shall fully comply with Workers' Compensation laws regarding
Contractor and Contractor's employees. Contractor further agrees to indemnify and hold
City harmless from any failure of Contractor to comply with applicable Worker's
Compensation laws.
D. Contractor shall, at Contractor's sole cost and expense fully secure and
comply with all federal, state and local governmental permit or licensing requirements,
including but not limited to the City of Diamond Bar, South Coast Air Quality Management
District, and California Air Resources Board.
E. In addition to any other remedies it may have, City shall have the right to
offset against the amount of any fees due to Contractor under this Agreement any amount
due to City from Contractor as a result of Contractor's failure to promptly pay to City any
8780 19th Street #383 Alta Loma, CA 91701
(909) 481-1073 FAX (909) 476-2765
City of Diamond Bar 2015-2016
Laser Printer Maintenance & Supplies
reimbursement or indemnification required by this Agreement or for any amount or penalty
levied against the City for Contractor's failure to comply with this Section.
9. Standard of Performance. Contractor shall perform all work at the standard of
care and skill ordinarily exercised by members of the profession under similar conditions
and represents that it and any subcontractors it may engage, possess any and all licenses
which are required to perform the work contemplated by this Agreement and shall maintain
all appropriate licenses during the performance of the work.
9. Indemnification.
Contractor shall indemnify, 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 Worker's Compensation acts and other employee
benefit acts with respect to Contractor's employees or Contractor's contractor's employees
arising out of Contractor's work under this Agreement; and
(2) Any and all claims arising out of Contractor's performance of work hereunder or
its failure to comply with any of its obligations contained in this Agreement, regardless of
City's passive negligence, but excepting such loss or damage which is caused by the sole
active negligence or willful misconduct of the City. Should City in its sole discretion find
Contractor's legal counsel unacceptable, then Contractor shall reimburse the City its costs
of defense, including without limitation reasonable attorneys' fees, expert fees and all other
costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered
against the Indemnitees. It is expressly understood and agreed that the foregoing
provisions are intended to be as broad and inclusive as is permitted by the law of the State
of California and will survive termination of this Agreement. Except for the Indemnitees,
this Agreement shall not be construed to extend to any third party indemnification rights of
any kind.
10. Insurance.
A. Contractor shall at all times during the term of this Agreement carry, maintain,
and keep in full force and effect, with an 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 Contractor, its officers, employees, agents, and independent contractors in
performance of services under this Agreement;
(2) property damage insurance with a minimum limit of $500,000.00 per
occurrence;
(3) automotive liability insurance written on an occurrence basis covering all
8780 19th Street #383 Alta Loma, CA 91701
(909) 481-1073 FAX (909) 476-2765
City of Diamond Bar 2015-2016
Laser Printer Maintenance & Supplies
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
nonrenewed, canceled, reduced, or otherwise modified (except through the addition of
additional insureds to the policy) by the insurance carrier without the insurance carrier
giving City at least ten (10) day's prior written notice thereof. Contractor agrees that it will
not cancel, reduce or otherwise modify the insurance coverage and in the event of any of
the same by the insurer to immediately notify the City.
D. All policies of insurance shall cover the obligations of Contractor pursuant to the
terms of this Agreement and shall be issued by an insurance company which is authorizec
to do business in the State of California or which is approved in writing by the City; and
shall be placed have a current A.M. Best's rating of no less than A-, VII.
E. Contractor shall submit to City (1) insurance certificates indicating compliance
with the minimum insurance requirements above, and (2) insurance policy endorsements
or a copy of the insurance policy evidencing the additional insured requirements in this
Agreement, in a form acceptable to the City.
F. Self -Insured Retention/Deductibles. All policies required by 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 Contractor (as the named insured) should Contractor
fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall
be subject to the approval of the City. Contractor understands and agrees that satisfaction
of this requirement is an express condition precedent to the effectiveness of this
Agreement. Failure by Contractor as primary insured to pay its SIR or deductible
constitutes a material breach of this Agreement. Should City pay the SIR or deductible on
Contractor's due to such failure in order to secure defense and indemnification as an
additional insured under the policy, City.may include such amounts as damages in any
action against Contractor for breach of this Agreement in addition to any other damages
incurred by City due to the breach.
G. Subrogation. With respect to any Workers' Compensation Insurance or
Employer's Liability Insurance, the insurer shall waive all rights of subrogation and
contribution it may have against the Indemnitees.
H. Failure to Maintain Insurance. If Contractor fails to keep the insurance required
under this Agreement in full force and effect, City may take out the necessary insurance
and any premiums paid, plus 10% administrative overhead, shall be paid by Contractor,
which amounts may be deducted from any payments due Contractor..
I. Contractor shall include all subcontractors, if any, as insureds under its policies
8780 19th Street #383 Alta Loma, CA 91701
(909) 481-1073 FAX (909) 476-2765
City of Diamond Bar 2015-2016
Laser Printer Maintenance & Supplies
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. Contractor in the course of its duties may have access to
confidential data of City, private individuals, or employees of the City. Contractor
covenants that all data, documents, discussion, or other information developed or received
by Contractor or provided for performance of this Agreement are deemed confidential and
shall not be disclosed by Contractor without written authorization by City. City shall grant
such authorization if disclosure is required by law. All City data shall be returned to City
upon the termination of this Agreement. Contractor's covenant under this section shall
survive the termination of this Agreement. Notwithstanding the foregoing, to the extent
Contractor prepares reports of a proprietary nature specifically for and in connection with
certain projects, the City shall not, except with Contractor's prior written consent, use the
same for other unrelated projects.
12. Maintenance and Inspection of Records. In accordance with generally
accepted accounting principles, Contractor and its subcontractors shall maintain
reasonably full and complete books, documents, papers, accounting records, and other
information (collectively, the "records") pertaining to the costs of and completion of
services performed under this Agreement. The City and any of their authorized
representatives shall have access to and the right to audit and reproduce any of
Contractor's records regarding the services provided under this Agreement. Contractor
shall maintain all such records for a period of at least three (3) years after termination or
completion of this Agreement. Contractor agrees to make available all such records for
inspection or audit at its offices during normal business hours and upon three (3) days'
notice from the City, and copies thereof shall be furnished if requested.
13. Conflict of Interest.
A. Contractor covenants that it presently has no interest and shall not acquire
any interest, direct or indirect, which may be affected by the services to be performed by
Contractor under this Agreement, or which would conflict in any manner with the
performance of its services hereunder. Contractor further covenants that, in performance
of this Agreement, no person having any such interest shall be employed by it.
Furthermore, Contractor shall avoid the appearance of having any interest which would
conflict in any manner with the performance of its services pursuant to this Agreement.
B. Contractor covenants not to give or receive any compensation, monetary
or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of
the performance of this Agreement. Contractor's covenant under this section shall survive
the termination of this Agreement.
14. Termination. The City may terminate this Agreement with or without cause
upon thirty (30) days' written notice to Contractor. The effective date of termination shall be
8780 19th Street #383 Alta Loma, CA 91701
(909) 481-1073 FAX (909) 476-2765
City of Diamond Bar 2015-2016
Laser Printer Maintenance & Supplies
upon the date specified in the notice of termination, or, in the event no date is specified,
upon the thirtieth (30th) day following delivery of the notice. In the event of such
termination, City agrees to pay Contractor for services satisfactorily rendered prior to the
effective date of termination. Immediately upon receiving written notice of termination,
Contractor shall discontinue performing services, unless the notice provides otherwise,
except those services reasonably necessary to effectuate the termination. The City shall
be not liable for any claim of lost profits.
15. Personnel. Contractor represents that it has, or will secure at its own expense,
all personnel required to perform the services under this Agreement. All of the services
required under this Agreement will be performed by Contractor or under it supervision, and
all personnel engaged in the work shall be qualified to perform such services. Contractor
reserves the right to determine the assignment of its own employees to the performance of
Contractor's services under this Agreement, but City reserves the right, for good cause, to
require Contractor to exclude any employee from performing services on City's premises.
16. Extension Options.
A. The City shall have the option to extend this Agreement for two one year periods,
subject to the same terms and conditions contained herein, by giving Contractor
written notice of the exercise of this option at least thirty (30) days prior to the expiration of
the initial term of this Agreement.
B. In the event the City exercises its option to extend the term of this
Agreement for more than one additional year, the Contractor's unit prices shall be subject
to adjustment at the end of one-year extension and annually thereafter ("the adjustment
date") as follows:
Any increase in compensation will be negotiated between the City and the
Contractor, 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. Any increase in compensation,
negotiated or based upon CPI, shall be subject to approval of the City Council if this
Agreement was originally approved by the City Council.
17. 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, 21825 Copley Drive, Diamond Bar, California, and are available to any
. € . a ft Iia ® M 0 S N @ ..A. 6 . A 3 � . F .
8780 19th Street #383 Alta Loma, CA 91701
(909) 481-1073 FAX (909) 476-2765
City of Diamond Bar 2015-2016
Laser Printer Maintenance & Supplies
interested party on request. City also shall cause a copy of such determinations to be
posted at the job site.
The Contractor shall forfeit, as penalty to City, not more than twenty-five dollars
($25.00) for each laborer, workman or mechanic employed for each calendar day or
portion thereof, if such laborer, workman or mechanic is paid less than the general
prevailing rate of wages hereinbefore stipulated for any work done under this Agreement,
by him or by any subcontractor under him.
The CONTRACTOR and any of its subcontractors must be registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5, which
precludes the award of a contract for a public work on any public works project awarded
after April 1, 2015. This Agreement is subject to compliance monitoring and enforcement
by the Department of Industrial Relations.
18. Non -Discrimination and Equal Employment Opportunity.
A. Contractor shall not discriminate as to race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical
condition, or sexual orientation, in the performance of its services and duties pursuant to
this Agreement, and will comply with all rules and regulations of City relating thereto. Such
nondiscrimination shall include but not be limited to the following: employment, upgrading,
demotion, transfers, recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship.
B. Contractor will, in all solicitations or advertisements for employees placed
by or on behalf of Contractor state either that it is an equal opportunity employer or that all
qualified applicants will receive consideration for employment without regard to race, color,
creed, religion, sex, marital status, national origin, ancestry, age, physical or mental
handicap, medical condition, or sexual orientation.
C, Contractor will cause the foregoing provisions to be inserted in all
subcontracts for any work covered by this Agreement except contracts or subcontracts for
standard commercial supplies or raw materials.
19. Time Is of the Essence. Time is of the essence in this Agreement. Contractor
shall do all things necessary and incidental to the prosecution of Contractor's work.
20. Delays and Extensions of Time. Contractor's sole remedy for delays outside
its control shall be an extension of time. No matter what the cause of the delay, Contractor
must document any delay and request an extension of time in writing at the time of the
delay to the satisfaction of City. Any extensions granted shall be limited to the length of the
delay outside Contractor's control. If Contractor believes that delays caused by the City will
cause it to incur additional costs, it must specify, in writing, why the delay has caused
additional costs to be incurred and the exact amount of such cost within 10 days of the
time the delay occurs. No additional costs can be paid that exceed the not to exceed
amount absent a written amendment to this Agreement. In no event shall the Contractor be
10 8780 19th Street #383 Alta Loma, CA 91701
(909) 481-1073 FAX (909) 476-2765
City of Diamond Bar 2015-2016
Laser Printer Maintenance & Supplies
entitled to any claim for lost profits due to any delay, whether caused by the City or due to
some other cause.
21. Assignment. Contractor shall not assign or transfer any interest in this
Agreement nor the performance of any of Contractor's obligations hereunder, without the
prior written consent of City, and any attempt by Contractor to so assign this Agreement or
any rights, duties, or obligations arising hereunder shall be void and of no effect.
22. Compliance with Laws. Contractor shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
23. Non -Waiver of Terms, Rights and Remedies. Waiver by either party of any
one or more of the conditions of performance under this Agreement shall not be a waiver
of any other condition of performance under this Agreement. In no event shall the making
by City of any payment to Contractor constitute or be construed as a waiver by City of any
breach of covenant, or any default which may then exist on the part of Contractor, and the
making of any such payment by City shall in no way impair or prejudice any right or
remedy available to City with regard to such breach or default.
24. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal or equitable action or proceeding to enforce or interpret the
provisions of this Agreement, the prevailing party in such action or proceeding shall be
entitled to recover its costs of suit, including reasonable attorney's fees and costs,
including costs of expert witnesses and Contractors.
25. Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, which cannot be resolved by the
parties, may be referred by the parties hereto for mediation. A third party, neutral
mediation service shall be selected, as agreed upon by the parties and the costs and
expenses thereof shall be borne equally by the parties hereto. The parties agree to utilize
their good faith efforts to resolve any such dispute or controversy so submitted to
mediation. It is specifically understood and agreed by the parties hereto that mutual good
faith efforts to resolve the same any dispute or controversy as provided herein, shall be a
condition precedent to the institution of any action or proceeding, whether at law or in
equity with respect to any such dispute or controversy.
26. 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.
11 8780 19th Street #383 Alta Loma, CA 91701
(909) 481-1073 FAX (909) 476-2765
"CONTRACTOR"
AmeriComp Group Imaging, LLC
8780 19th Street #383
Alta Loma, CA 91701
Attn.: Kyle W. Jewell
Phone: 909-481-1073
E -Mail: kyle.lewell(a_americompgroup.com
City of Diamond Bar 2015-2016
Laser Printer Maintenance & Supplies
"CITY°
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765-4178
Attn.:
Phone:
E-mail:
27. Governing Law. This Agreement shall be interpreted, construed and enforced
in accordance with the laws of the State of California.
28. 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.
29. Entire Agreement. This Agreement, and any other documents incorporated
herein by reference, represent the entire and integrated agreement between Contractor
and City. This Agreement supersedes all prior oral or written negotiations, representations
or agreements. This Agreement may not be amended, nor any provision or breach hereof
waived, except in a writing signed by the parties which expressly refers to this Agreement.
Amendments on behalf of the City will only be valid if signed by a person duly authorized
to do so under the City's Purchasing Ordinance,
IN WITNESS of this Agreement, the parties have executed this Agreement as of
the date first written above.
"Contractor" "City"
AmeriComp Group Imaging, LLC CITY OF DIAMOND BAR
By: By:
Printed Name: [insert Person authorized to sign, i.e.,
Title: City Manager or Mayor]
By: ATTEST:
Printed Name:
Title:
City Clerk
Approved as to form:
By:
City Attorney
State of California "CONTRACTOR'S" License No. [if applicable]
CONTRACTOR'S Business Phone
Emergency Phone
at which CONTRACTOR can be reached at any time.
12 8780 19th Street #383 Alta Loma, CA 91701
(909) 481-1073 FAX (909) 476-2765
Laser Printer Maintenance & Supplies #PRINTER 2015-2016
ANNUAL MAINTENANCE FOR 51 MACHINES
Initial & Conclusion Inspections
Quarterly Cleanings, Inspections and Service
4 -business hour response
Diagnosis and repair of covered equipment including parts and labor
Delivery and Installation of Maintenance Kits as needed
Delivery and installation of supplies
Yearly Amount: $
9,249.00
Quarterly Amount of Billing: $
2,312.25
SUPPLIESICONSUMABLES
12nd year Option
_. In -Stock delivery in 4 -hours; Out -of -Stock 1-2 days
Year Option
Color Supplies to be OEM
6
Monochrome Supplies to be Hi -Yield compatible or OEM
89.00
100% Guarantee No delivery charge
534.00
Total Amount on ESTIMATED USAGE: $
14,050.45
TOTAL FOR SERVICE & CONSUMABLE: $
23,299.45
PRINTER MAINTENANCE
MODEL QUANTITY
ANNUAL $/Unit
12
Month Total
12nd year Option
3rd
Year Option
Brother IF 2920
6
$
89.00
$
534.00
$
534.00
$
534.00
Canon Microfiche
-2
1
$
149.00
$
149.00
$
149.00
$
149.00
TP 8 4 0
2
$
219.00
$
438.00
$
438.00
$
438.00
HP 405OTN
3
$
159.00
$
477.00
$
477.00
$
477.00
HP 4100 TN
2
$
159.00
$
318.00
$
318.00
$
318.00
HP 4200
2
$
189.00
$
378.00
$
378.00
$
378.00
HP 4250
1
$
189.00
$
189.00
$
189.00
$
189.00
HP P2035
20
$
169.00
$
3,380.00
$
3,380.00
$
3,380.00
HP P3015
1
$
149.00
$
149.00
$
149.00
_$_149.00
HP 400M401dw
1
$
179.00
$
179.00
$
179.00
$
179.00
HP P4015
3
$
229.00
$
687.00
$
687.00
$
687.00
HP Color LJ CP2
1
$
199.00
$
199.00
$
199.00
$
199.00
HP Color LJ CP4
7
$
239.00
$
1,673,00
$
1,673.00
$
1,673.00
HP Designjet 800
1
$
499.00
$
499.00
$
499.00
$
499.00
TOTALS:
51
$
9,249.00
$
9,249.00
$
9,249.00
13
8780 19th Street #383 Alta Loma, CA 91701 909-481-1073 FAX 909-476-2765
Laser Printer Maintenance & Supplies #PRINTER 2015-2016
There are NO SHIPPING CHARGES OR DELIVERY FEES for supplies delivered to any City of Diamond Bar locations,
14
PRINTER CONSUMABLES
®'
�•®�Jjjjjjmm�i
Brother Intellifax 2920
TN -350
$
89.00
$
178.00
DR -350
$
$
95.00
195.00
$
95.00
Canon Microfiche MP60
MP -20
$
195.00
HP Designjet 800PS3
C4841A
#10 MAGENTA
$
59.99
$
59.99
C4842A
#10 CYAN
$
59.99
$
59.99
C4843A#10YELLOW
$
59.99
$
59.99
C4844A#10
BLACK
$
40.99
$
40.99
HP DesignJet T1200
C9370A
Photo Bk
$
70.99
$
70.99
C9371
Cyan
$
70.99
$
70.99
C9372A
Magenta
$
70.99
$
70.99
C9380A
Bk/Grey
$
70.99
$
70.99
C9383A
Printhead C/M
$
70.99
$
70.99
C9384A
Printhead BN
$
70.99
$
70.99
C9400A
Yellow
$
51.99
$
51.99
C9401A
Grey
$
51.99
$
51.99
C9403A
Matte Black
$
73.99
$
73.99
HP 2840
Q3960A
Black
$
90.99
$
181.98
Q3961ACyan
Hi -Cap
$
109.99
$
109.99
Q3962A
Yellow Hi -Cap
$
109.99
$
109.99
Q3963A
Magenta Hi -Cap
$
109.99
$
109.99
Q3964A
$
178.99
$
178.99
HP 405OTN
C4127X
Hi -Yield
$
68.00
$
204.00
HP 4100 TN
C8061X
Hi -Yield
$
78.00
$
234.00
HP 4200
Q1338A.
$
105.00
$
105.00
HP 4250
Q5942X
Hi -Yield
$
109.00
$
327.00
HP CP2025X COLOR
CC530A
BLACK
$
119.99
$
239.98
CC531ACYAN
$
122.99
$
122.99
CC532A
MAGENTA
$
122.99
$
122.99
CC533A
YELLOW
$
122.99
$
122.99
HP CP4025X COLOR
CE260A
BLACK
$
150.99
$
1,509.90
CE261ACYAN
$
289.99
$
2,029.93
CE263A
MAGENTA
$
289.99
$
2,029.93
CE262A
YELLOW
$
289.99
$
2,029.93
HP P2035
CE505A
$
89.00
$
2,136.00
HP P3015
CE255A
$
99.00
$
297.00
HP 400M401dw
CF280A
$
79.00
$
79.00
HP P4015
CC364A
$
119.00
$
476.00
TOTALS:
-r
14,050.45
8780 19th Street#383 Alta Loma, CA 91701 909-481-1073 FAX 909-476-2765
Laser Printer Maintenance & Supplies #PRINTER 2015.2016
Asset ID & Printer Information
M
8780 19th Street #383 Alta Loma, CA 91701 909-481-1073 FAX 909-476-2765
0 ®
®®-
® 0
Brother IntelliFax 2920 1
U61326
FAX
City Manager 8239
A6J705225
2
U61326
FAX
Human Resources 8241
B6J722995
3
U61326
FAX
Copy Room 8243
B6J917995
4
U61326
FAX
Bldg & Safety 7939
5
U61326
FAX
Community Services
000G1N908723
6
U61326
FAX
Heritage Park
Canon Microfiche Printer 1
M31_044
Microfiche
Front Counter
1 32100683
HP Color LaserJet 2840 AIO 1
Q3950A
192.168.1.233
DBC Office 8231
CNHC72M040
2
Q3950A
Sycamore Park
MXBC54M021
HP LaserJet 4050 1
C4254A
192.168.1.232
Front Desk 7937
USQC050149
2
C4254A
Dir Connect
Server Room 7619
USQC062461
3
C4254A
192.168.1.154
Community DevelopmE 8237
USQF068610
HP LaserJet 4100 1
C8051A
192.168.1.161
Sheriff EOC 7931
JPGLGD21248
2
C8051A
192.168.1.155
Com Services 8238
USBNH06828
HP LaserJet 4200 & 4250 1
Q2427A
192.168.1.164
DBC Office 7904
USGNM19238
2
Q2427A
Spare 7940
USGNM19240
3
Q5403A
192.168.1.150
City Manager 8240
CNBXB26743
HP LaserJet P2035 1
CE462A
2C768A04BB4B
Ryan McLean- CM 8520
CNB9R86269
2
CE462A
2C768A046A2F
Anthony Jordan -CS 8521
CNB9R86268
3
CE462A
2C768A04BB78
Bob Rose - Com Ser 8522
CN89R86272
4
CE462A
2C768A04BB55
Diana Honeywell -Fin 8523
CNB9R86271
5
CE462A
2C768A048660
Susan Full - Fin 8524
CNB9R86266
6
CE462A
2C768A048B77
Grace Lee - CD 8525
CNB9R86264
7
CE462A
2C768A04BB7D
Isaac Aziz -IS 8526
CNB9R86270
8
CE462A
2C768A04AAAD
David Liu - PW 8527
CNB9R86279
9
CE462A
2C768A04BB58
Caroline Tonthat 8528
CNB9R86265
10
CE462A
2C768A04BB67
Jorge Garcia -PW 8529
CNB9R86273
11
CE462A
2C768A04EA51
Greg Gubman - CD 8530
CNB91386267
12
CE462A
Raymond Tao-B&S
VNB3D86877
13
CE462A
Anthony Tachias (Sherrift)
VNB3D86870
14
CE462A
Rick Yee (Public works)
VNB3D86878
15
CE462A
Amy Haug (HR)
VNB3D86860
16
CE462A
Ken Desforges
VNB3D98790
17
CE462A
DBC Christy Murphy
VNB3246006
18
CE462A
2C768A049A94
David Doyle -ACM 8531
CNB9R86262
19
CE462A
Dir Connect
D Bar Center Pine
VNB3272504
20
CE462A
Heritage Park 8081
TBD
HP P3015 1
CE528A
192.168.1.163
DBC Front
VNB3Y81329
HP LaserJet 400 M401 1
CZ195A
80C16E902AE7
Emergency Operations
Center
VNB3D00999
HP LaserJet P4015 1
CB509A
192.168.1.68
Finance
8518
CNDY898801
2
CB509A
192.168.1.227
Public Information
8519
JPDF305078
3
CB510A
192.168.10.40
Willow Room
JPDF302467
HP Color LaserJet CP2025X 1
C6496A
2C41388325C5
James DeStefano-CM
8515
CNGS710031
HP Calor LaserJet CP4026DN
CC490A
192.168.1.249
Business License
8511
JPDCG5FOX6
2
CC490A
192.168.1.153
City Manager
8512
JPDCGSFOVY
3CC490A
Dir Connect
Marsha Roa
8514
JPDCGSFOWW
4
CC490A
192.168.1.165
Finance
8513
JPDCG5FOW5
5
CC490A
192.168.1.226
Public Works
8516
JPDCGSFOXQ
6
CC490A
192.168.1.158
Public Information Dep
8464
JPDCG5FOY2
7
CC490A
192.168.10.41
Willow Room
JPDCGSFOYD
HP DesignJet 800PS 1
C7780C
192.168.1.160
MIS Area
8244
SG15G2107K
M
8780 19th Street #383 Alta Loma, CA 91701 909-481-1073 FAX 909-476-2765
9=111
�r
Ir 1
,Follows',",
REQUEST FOR PROPOSAL
Laser Printer Maintenance & Supplies
The City of Diamond Bar is seeking responses from qualified firms to provide Maintenance and
Supplies to all city printers.
GENERALBACKGROUND
The City of Diamond Bar ("City") currently has forty-five (45) printers at City Hall
and an additional three (3) printers at the Diamond Bar Center, two (2) printers at
Heritage Park, and one (1) printer at Sycamore Canyon Park for a grand total of
fifty-one (51) printers. By this request for proposal ("RFP") the City is seeking a
maintenance and supplies contractor for all printers owned by the city. The new
maintenance and supplies contract will need to be implemented by July 1, 2015
at the beginning of the next fiscal year (FY 2015/16). This will be a one-year
contract that provides the City with the right to renew for up to two additional one-
year terms for a total of three years. Price proposals should reflect the proposed
pricing for the second and third years.
SCOPE OF SERVICES
• Quarterly Cleanings for all printers including inspection and service of
each device.
• Four (4) business hour response to all service calls.
• Diagnosis and all inclusive repair of covered equipment including parts
and labor.
• Service to include 100% Coverage for Maintenance Kits.
• Delivery and installation of supplies.
• Supplies for all color printers must be Original Equipment Manufacturer
(OEM).
• Supplies for black & white printers can be High Yield re -manufactured
toners or OEM. `
Page 1
City of Diamond Bar Request For Proposal
ITEMIZATION OF PRINTERS AND SUPPLIES
® An itemized list of all printers and printer supplies has been included as
attachment A to the RFP.
SUBMISSION PROCEDURES
The proposal must include the following:
Dover letter including firm name, address and telephone number, background
information and the name of the contact person.
1. Name(s) of the project member(s) that will be providing the services.
2. Scope of services.
3. Proposed fees for services.
4. List of applicable toners with corresponding prices.
5. A list of at least 5 references for similar work; including contact person, his or her
phone number and e-mail address.
SUBMITTAL DEADLINE
Interested firms must submit a copy of the proposal via mail or email to:
Mail:
Ken Desforges, Information Systems Director
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765
Email:
KDesforges(ab_DiamondBarCA.gov
` Note: Optional site visit on April 27, 2015; for those interested in a site visit and walk
through, please contact Alfredo Estevez. AEstevez(a)DiamondBarCA.gov.
The envelope shall be clearly marked with the notation "DO NOT OPEN —
PROPOSAL." The proposal shall be delivered to the addressee on or before
4:00 P.M. on Tuesday May 12, 2015.
Page 2
City of Diamond Bar Request For Proposal
SELECTION CRITERIA
Selection of the firm will be done on a competitive basis. In reviewing and
evaluating the response to this RFP, City staff will consider the following:
1. Responsiveness and comprehensiveness of the response to this (RFP).
2. Experience of the firm. Proposer must have three (3) years' experience, within
the last five (5) years, providing printer maintenance and related services and
supplies equivalent or similar to the services being requested by this RFP.
3. Related experience and qualifications of technicians.
4. Information obtained from references.
5. Reasonableness of the proposed fee.
6. Ability to meet City contract requirements a form of which is attached hereto as
Attachment B.
The criteria should not be construed so as to limit other considerations which may
become apparent during the review and selection process.
INSURANCE REQUIREMENTS
The City requires consultants doing business with it to obtain insurance, and proof of
insurance must be provided within 30 days of notice of selection and prior to the
commencement of any work on the project. The indemnity and insurance
requirements are as follows.
Indemnification. Consultant agrees to indemnify the City, its officers,
agents, volunteers, employees, and attorneys against, and will hold and
save them and each of them harmless from, 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 the acts, errors or
omissions of Consultant, its agents, employees, subcontractors, or
invitees, including each person or entity responsible for the provision of
services hereunder, excluding liability caused by the sole negligence or
wrongful acts or omissions of City.
Insurance.
A. Consultant shall at all times during the term of this Agreement
carry, maintain, and keep in full force and effect the following insurance
(1) a policy or policies of broad -form comprehensive general liability
Page 3
City of Diamond Bar Request For Proposal
insurance with minimum limits of $1,000,000.00 combined single limit
coverage against any injury, death, loss or damage as a result of wrongful
or negligent acts by Consultant, its officers, employees, agents, and
independent contractors in performance of services under this Agreement;
(2) property damage insurance, with minimum combined single limits
coverage of $500,000.00; (3) automotive liability insurance, with minimum
combined single limits coverage of $500,000.00; (4) workers'
compensation insurance with a minimum limit of $500,000.00 or the
amount required by law, whichever is greater. The City, its officers,
employees, attorneys, and volunteers shall be named as additional
insureds on the policy(ies) as to comprehensive general liability, property
damage, and automotive liability. The policy(ies) as to comprehensive
general liability, property damage, and automobile liability shall provide
that they are primary, and that any insurance maintained by the City shall
be excess insurance only.
B. All insurance policies shall provide that the insurance
coverage shall not be non -renewed, canceled, reduced, or otherwise
modified (except through the addition of additional insureds to the policy)
by the insurance carrier without the insurance carrier giving City thirty (30)
days prior written notice thereof. Consultant agrees that it will not cancel,
reduce or otherwise modify the insurance coverage.
C. All policies of insurance shall cover the obligations of Consultant
pursuant to the terms of this Agreement; shall be issued by an insurance
company which is admitted to do business in the State of California or
which is approved in writing by the City; and shall be placed with a current
A.M. Best's rating of no less than A VII.
D. Consultant shall submit to City: (1) insurance certificates
evidencing the required insurance and (2) insurance policy endorsements
executed on City's appropriate standard forms entitled "Additional Insured
Endorsement," or on a substantially similar form which the City approves
in writing or a copy of the policy evidencing that the City, its officers,
agents, volunteers, employees, and attorneys are additional insureds.
LEGAL REQUIREMENTS
The selected proposer must comply with all Federal, State and Local laws and
regulations including obtaining a City Business License.
RIGHT TO REJECT ALL PROPOSALS
The City reserves the right to reduce or revise elements of the service contract
prior to the award of any contract. Furthermore, the City reserves the right to reject
any or all proposals submitted; and no representation is made hereby that any
contract will be awarded pursuant to this RFP, or otherwise.
Page 4
City of Diamond Bar Request For Proposal
All costs incurred in the preparation of the proposal, in the submission of additional
information and/or in any other aspect of a proposal prior to the award of a written
contract will be borne by the proposer.
The City shall only provide the staff assistance and documentation specifically
referred to herein and shall not be responsible for any other cost of obligation of
any kind which may be incurred by the proposing firm. All proposals submitted to
the City in response to this RFP shall become property of the City.
QUESTIONS
All questions concerning this RFP should be directed to Ken Desforges,
Information Systems Director at 909.839.7080 or by email
(KDesforges@DiamondBarCA.gov).
Page 5
City of Diamond Bar _ Request For Proposal
XammkiffonLIME
Printer
IModef#
Printer Type
Location
Brother IntelliFax 2920
1
U61326
FAX
City Manager (City Hall)
2
U61326
FAX
Human Resources (City Hall)
3
U61326
FAX
Copy Room (City Hall)
4
U61326
FAX
Building & Safety (City Hall)
5
U61326
FAX
Community Services (City Hall)
6
U61326
FAX
Heritage Park
Canon Microfiche Printer
1
M31044
Microfiche
Front Counter (City Hall)
HP Color LaserJet 2840 AID
1
Q3950A
Laser Printer
Diamond Bar Center Office
2
Q3950A
Laser Printer
Sycamore Canyon Park
HP LaserJet 4050
1
C4254A
Laser Printer
Front Desk (City Hall)
2
C4254A
Laser Printer
Server Room (City Hall)
3
C4254A
Laser Printer
Community Development (City Hall)
HP LaserJet 4100
1
C8051A
Laser Printer
Finance (City Hall)
2
C8051A
Laser Printer
Community Services (City Hall)
HP LaserJet 4200 & 4250
1
Q2427A
Laser Printer
DBC Office
2
Q2427A
Laser Printer
Building & Safety (City Hall)
3
Q5403A
Laser Printer
City Manager
HP LaserJet P2035
1
CE462A
Laser Printer
City Manager (City Hall)
2
CE462A
Laser Printer
- Community Services (City Hall)
3
CE462A
Laser Printer
Community Services (City Hall)
4
CE462A
Laser Printer
Finance (City Hall)
5
CE462A
Laser Printer
Finance (City Hall)
6
CE462A
Laser Printer
Community Development (City Hall)
7
CE462A
Laser Printer
Information Systems (City Hall)
8
CE462A
Laser Printer
Public Works (City Hall)
9
CE462A
Laser Printer
Human Resources (City Hall)
10
CE462A
Laser Printer
Human Resources (City Hall)
11
CE462A
Laser Printer
Community Development (City Hall)
12
CE462A
Laser Printer
Building & Safety (City Hall)
13
CE462A
Laser Printer
Sherriff (Chity Hall)
14
CE462A
Laser Printer
Public Works (City Hall)
15
CE462A
Laser Printer
Human Resources (City Hall)
16
CE462A
Laser Printer
Information Systems (City Hall)
17
CE462A
Laser Printer
Diamond Bar Center Office
18
CE462A
Laser Printer
City Manager (City Hall)
19 CE462A
Laser Printer
Diamond Bar Center Pine Room
20 CE462A
Laser Printer
Heritage Park
HP P3015
1
CE528A
Laser Printer
DBC Front
HP LaserJet 400 M401
1
CZ195A
Laser Printer
Emergency Operations Center (City Hall)
HP LaserJet P4015
1
CB509A
Laser Printer
Sheriff EOC
2
CB509A
Laser Printer
Public Information
3
CB510A
Laser Printer
Willow Room
HP Color LaserJet CP2025X
1
CB496A
Color Laser Printer
City Manager (City Hall)
HP Color LaserJet CP4025DN
1
CC490A
Color Laser Printer
Front Coutner (City Hall)
2
CC490A
Color Laser Printer
City Manager (City Hall)
3
CC490A
Color Laser Printer
Public Informaiton (City Hall)
4
CC490A
Color Laser Printer
Finance (City Hail)
5
CC490A
Color Laser Printer
Public Works (City Hall)
6
CC490A
Color Laser Printer
Public Information Department (City Hall)
7
CC490A
Color Laser Printer
Willow Room (City hall)
HP DesignJet 800PS
1
C7780C
Ink Plotter
ICopy Room (City Hall)
=
Brother Intellifax 2920
TN -350 DR -350 Drum
Canon Microfiche MP60
MP -20
HP Designjet 800PS3
C4841A#10 MAGENTA
C4842A #10 CYAN
C4843A #10 YELLOW
C4844A #10 BLACK
HP DesignJet T1200
C3970A Photo Bk
C3971A Cyan
C3972A Magenta
C3980A Bk/Grey
C3983A Printhead C/M
C3984A Printhead BN
C9400A Yellow
C9401A Grey
C9403A Matte Black
HP 2840
Q3960A OEM Drum
Q3961A OEM
Q3962A OEM
Q3963A OEM
03964A OEM
HP 4050TN
C4127X Hi -Yield
HP 4100 TN
C8061X Hi -Yield
HP 4200
Q1338A
HP 4250 -
Q5942X Hi -Yield
HP CP2025X COLOR
CC530A BLACK
CC531ACYAN
CC532A MAGENTA
CC533A YELLOW
HP CP4025X COLOR
jCE260A BLACK
CE261 A CYAN
CE263A MAGENTA
CE262A YELLOW
HP P2035
CE505A
HP P3015
CE255A
HP 400M401dw
CF280A
HP P4015
CC364A
"MMM"MEW-1
Attachment B
Draft
THIS AGREEMENT (the "Agreement") is made as of 20XX by and
between the City of Diamond Bar, a municipal corporation ("City") and , a [Insert
the type of entity of the Consultant, e.g., Inc., a California corporation; a California
general partnership; a California limited liability company; a sole proprietor; etc.]
("Contractor").
1. Contractor's Services.
Subject to the terms and conditions set forth in this Agreement Contractor shall provide
to the reasonable satisfaction of the City the 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, Contractor represents and warrants that it has thoroughly investigated the
work and fully understands the difficulties and restrictions in performing the work. Contractor
represents that it is fully qualified to perform such consulting services by virtue of its
experience and the training, education and expertise of its principals and employees.
[Insert Name and Position] (herein referred to as the "City's Project
Manager"), shall be the person to whom the Contractor will report for the performance of
services hereunder. It is understood that Contractor shall coordinate its services hereunder
with the City's Project Manager to the extent required by the City's Project Manager, and that
all performances required hereunder by Contractor shall be performed to the satisfaction of the
City's Project Manager and the City Manager
2. Term of Agreement. This Agreement shall take effect , 20XX, and
shall continue until unless earlier terminated pursuant to the provisions herein.
This Agreement may be extended as provided herein.
3. Compensation. City agrees to compensate Contractor for each service which
Contractor performs to the satisfaction of City in compliance with the scope of services set
forth in Exhibit "A". Payment will be made only after submission of proper invoices in the form
specified by City. Total payment to Contractor pursuant to this Agreement shall not exceed
[Spell out dollar amount) ($ ) 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, Contractor shall submit to City an invoice
for the services completed, authorized expenses and authorized extra work actually performed
or incurred.
B. All such invoices shall state the basis for the amount invoiced, including services
completed, the number of hours spent and any extra work performed.
C. City will pay Contractor the amount invoiced the City will pay Contractor the
amount properly invoiced within 35 days of receipt.
952078.1
D. Payment shall constitute payment in full for all services, authorized costs and
authorized extra work covered by that invoice.
5. Change Orders. No payment for extra services caused by a change in the
scope or complexity of work, or for any other reason, shall be made unless and until such extra
services and a price therefore have been previously authorized in writing and approved by the
City Manager or his designee as an amendment to this Agreement. The amendment shall set
forth the changes of work, extension of time, if any, and adjustment of the fee to be paid by
City to Contractor.
6. Priority of Documents. In the event of any inconsistency between the
provisions of this Agreement and any attached exhibits, the provisions of this Agreement shall
control.
7. Status as Independent Contractor.
A. Contractor is, and shall at all times remain as to City, a wholly
independent contractor. Contractor shall have no power to incur any debt, obligation, or
liability on behalf of City or otherwise act on behalf of City as an agent, except as specifically
provided herein. Neither City nor any of its agents shall have control over the conduct of
Contractor or any of Contractor's employees, except as set forth in this Agreement. Contractor
shall not, at any time, or in any manner, represent that it or any of its agents or employees are
in any manner employees of City.
B. Contractor agrees to pay all required taxes on amounts paid to Contractor
under this Agreement, and to indemnify and hold City harmless from any and all taxes,
assessments, penalties, and interest asserted against City by reason of the independent
contractor relationship created by this Agreement. In the event that City is audited by any
Federal or State agency regarding the independent contractor status of Contractor and the
audit in any way fails to sustain the validity of a wholly independent contractor relationship
between City and Contractor, then Contractor agrees to reimburse City for all costs, including
accounting and attorney's fees, arising out of such audit and any appeals relating thereto.
C. Contractor shall fully comply with Workers' Compensation laws regarding
Contractor and Contractor's employees. Contractor further agrees to indemnify and hold City
harmless from any failure of Contractor to comply with applicable Worker's Compensation
laws.
D. Contractor shall, at Contractor's sole cost and expense fully secure and
comply with all federal, state and local governmental permit or licensing requirements,
including but not limited to the City of Diamond Bar, South Coast Air Quality Management
District, and California Air Resources Board.
E. In addition to any other remedies it may have, City shall have the right to
offset against the amount of any fees due to Contractor under this Agreement any amount due
to City from Contractor as a result of Contractor's failure to promptly pay to City any
reimbursement or indemnification required by this Agreement or for any amount or penalty
levied against the City for Contractor's failure to comply with this Section.
952078.1
8. Standard of Performance. Contractor shall perform all work at the standard of
care and skill ordinarily exercised by members of the profession under similar conditions and
represents that it and any subcontractors it may engage, possess any and all licenses which
are required to perform the work contemplated by this Agreement and shall maintain all
appropriate licenses during the performance of the work.
9. Indemnification.
Contractor shall indemnify, 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 Worker's Compensation acts and other employee benefit
acts with respect to Contractor's employees or Contractor's contractor's employees arising out
of Contractor's work under this Agreement; and
(2) Any and all claims arising out of Contractor's performance of work hereunder or its
failure to comply with any of its obligations contained in this Agreement, regardless of City's
passive negligence, but excepting such loss or damage which is caused by the sole active
negligence or willful misconduct of the City. Should City in its sole discretion find Contractor's
legal counsel unacceptable, then Contractor shall reimburse the City its costs of defense,
including without limitation reasonable attorneys' fees, expert fees and all other costs and fees
of litigation. The Contractor shall promptly pay any final judgment rendered against the
Indemnitees. It is expressly understood and agreed that the foregoing provisions are intended
to be as broad and inclusive as is permitted by the law of the State of California and will
survive termination of this Agreement. Except for the Indemnitees, this Agreement shall not be
construed to extend to any third party indemnification rights of any kind.
10. Insurance.
A. Contractor shall at all times during the term of this Agreement carry, maintain,
and keep in full force and effect, with an 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
Contractor, its officers, employees, agents, and independent contractors in performance of
services under this Agreement;
(2) property damage insurance with a minimum limit of $500,000.00 per
occurrence;
(3) automotive liability insurance written on an occurrence basis covering all
owned, non -owned and hired automobiles, with minimum combined single limits coverage of
$1,000,000.00; and
952078.1
(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) day's prior written notice thereof. Contractor agrees that it will not cancel, reduce or
otherwise modify the insurance coverage and in the event of any of the same by the insurer to
immediately notify the City.
D. All policies of insurance shall cover the obligations of Contractor pursuant to the
terms of this Agreement and shall be issued by an insurance company which is authorized to
do business in the State of California or which is approved in writing by the City; and shall be
placed have a current A.M. Best's rating of no less than A-, VII.
E. Contractor shall submit to City (1) insurance certificates indicating compliance
with the minimum insurance requirements above, and (2) insurance policy endorsements or a
copy of the insurance policy evidencing the additional insured requirements in this Agreement,
in a form acceptable to the City. ,
F. Self -Insured Retention/Deductibles. All policies required by 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 Contractor (as the named insured) should Contractor fail to pay the
SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the
approval of the City. Contractor understands and agrees that satisfaction of this requirement is
an express condition precedent to the effectiveness of this Agreement. Failure by Contractor
as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement.
Should City pay the SIR or deductible on Contractor's due to such failure in order to secure
defense and indemnification as an additional insured under the policy, City may include such
amounts as damages in any action against Contractor for breach of this Agreement in addition
to any other damages incurred by City due to the breach.
G. Subrogation. With respect to any Workers' Compensation Insurance or
Employer's Liability Insurance, the insurer shall waive all rights of subrogation and contribution
it may have against the Indemnitees.
H. Failure to Maintain Insurance. If Contractor fails to keep the insurance required
under this Agreement in full force and effect, City may take out the necessary insurance and
any premiums paid, plus 10% administrative overhead, shall be paid by Contractor, which
amounts may be deducted from any payments due Contractor.
I. Contractor shall include all subcontractors, if any, as insureds under its policies
or shall furnish separate certificates and endorsements for each subcontractor to the City for
952078.1
review and approval. All insurance for subcontractors shall be subject to all of the
requirements stated herein.
11. Confidentiality. Contractor in the course of its duties may have access to
confidential data of City, private individuals, or employees of the City. Contractor covenants
that all data, documents, discussion, or other information developed or received by Contractor
or provided for performance of this Agreement are deemed confidential and shall not be
disclosed by Contractor without written authorization by City. City shall grant such
authorization if disclosure is required by law. All City data shall be returned to City upon the
termination of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement. Notwithstanding the foregoing, to the extent Contractor
prepares reports of a proprietary nature specifically for and in connection with certain projects,
the City shall not, except with Contractor's prior written consent, use the same for other
unrelated projects.
12. Maintenance and Inspection of Records. In accordance with generally
accepted accounting principles, Contractor and its subcontractors shall maintain reasonably
full and complete books, documents, papers, accounting records, and other information
(collectively, the "records") pertaining to the costs of and completion of services performed
under this Agreement. The City and any of their authorized representatives shall have access
to and the right to audit and reproduce any of Contractor's records regarding the services
provided under this Agreement. Contractor shall maintain all such records for a period of at
least three (3) years after termination or completion of this Agreement. Contractor agrees to
make available all such records for inspection or audit at its offices during normal business
hours and upon three (3) days' notice from the City, and copies thereof shall be furnished if
requested.
13. Conflict of Interest.
A. Contractor covenants that it presently has no interest and shall not acquire
any interest, direct or indirect, which may be affected by the services to be performed by
Contractor under this Agreement, or which would conflict in any manner with the performance
of its services hereunder. Contractor further covenants that, in performance of this Agreement,
no person having any such interest shall be employed by it. Furthermore, Contractor shall
avoid the appearance of having any interest which would conflict in any manner with the
performance of its services pursuant to this Agreement.
B. Contractor covenants not to give or receive any compensation, monetary
or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the
performance of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement.
14. Termination. The City may terminate this Agreement with or without cause
upon thirty (30) days' written notice to Contractor. The effective date of termination shall be
upon the date specified in the notice of termination, or, in the event no date is specified, upon
the thirtieth (30th) day following delivery of the notice. In the event of such termination, City
agrees to pay Contractor for services satisfactorily rendered prior to the effective date of
termination. Immediately upon receiving written notice of termination, Contractor shall
discontinue performing services, unless the notice provides otherwise, except those services
952078.1
reasonably necessary to effectuate the termination. The City shall be not liable for any claim
of lost profits.
15. Personnel. Contractor represents that it has, or will secure at its own expense,
all personnel required to perform the services under this Agreement. All of the services
required under this Agreement will be performed by Contractor or under it supervision, and all
personnel engaged in the work shall be qualified to perform such services. Contractor
reserves the right to determine the assignment of its own employees to the performance of
Contractor's services under this Agreement, but City reserves the right, for good cause, to
require Contractor to exclude any employee from performing services on City's premises.
16. Extension Options. [Revise per Proposal]
A. The City shall have the option to extend this Agreement for no more than
one year, subject to the same terms and conditions contained herein, by giving Contractor
written notice of the exercise of this option at least thirty (30) days prior to the expiration of the
initial term of this Agreement.
B. In the event the City exercises its option to extend the term of this
Agreement for more than one additional year, the Contractor's unit prices shall be subject to
adjustment at the end of one-year extension and annually thereafter ("the adjustment date") as
follows:
Any increase in compensation will be negotiated between the City and the Contractor,
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. Any increase in compensation,
negotiated or based upon CPI, shall be subject to approval of the City Council if this
Agreement was originally approved by the City Council.
17. 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, 21825
Copley Drive, Diamond Bar, California, and are available to any interested party on request.
City also shall cause a copy of such determinations to be posted at the job site.
The Contractor shall forfeit, as penalty to City, not more than twenty-five dollars
($25.00) for each laborer, workman or mechanic employed for each calendar day or portion
thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of
wages hereinbefore stipulated for any work done under this Agreement, by him or by any
subcontractor under him.
952078.1
The CONTRACTOR and any of its subcontractors must be registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes
the award of a contract for a public work on any public works project awarded after April 1,
2015. This Agreement is subject to compliance monitoring and enforcement. by the
Department of Industrial Relations.
18. Non -Discrimination and Equal Employment Opportunity.
A. Contractor shall not discriminate as to race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or
sexual orientation, in the performance of its services and duties pursuant to this Agreement,
and will comply with all rules and regulations of City relating thereto. Such nondiscrimination
shall include but not be limited to the following: employment, upgrading, demotion, transfers,
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
B. Contractor will, in all solicitations or advertisements for employees placed
by or on behalf of Contractor state either that it is an equal opportunity employer or that all
qualified applicants will receive consideration for employment without regard to race, color,
creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap,
medical condition, or sexual orientation.
C. Contractor will cause the foregoing provisions to be inserted in all
subcontracts for any work covered by this Agreement except contracts or subcontracts for
standard commercial supplies or raw materials.
19. Time Is of the Essence. Time is of the essence in this Agreement. Contractor
shall do all things necessary and incidental to the prosecution of Contractor's work.
20 Delays and Extensions of Time. Contractor's sole remedy for delays outside
its control shall be an extension of time. No matter what the cause of the delay, Contractor
must document any delay and request an extension of time in writing at the time of the delay to
the satisfaction of City. Any extensions granted shall be limited to the length of the delay
outside Contractor's control. If Contractor believes that delays caused by the City will cause it
to incur additional costs, it must specify, in writing, why the delay has caused additional costs
to be incurred and the exact amount of such cost within 10 days of the time the delay occurs.
No additional costs can be paid that exceed the not to exceed amount absent a written
amendment to this Agreement. In no event shall the Contractor be entitled to any claim for lost
profits due to any delay, whether caused by the City or due to some other cause.
21. Assignment. Contractor shall not assign or transfer any interest in this
Agreement nor the performance of any of Contractor's obligations hereunder, without the prior
written consent of City, and any attempt by Contractor to so assign this Agreement or any
rights, duties, or obligations arising hereunder shall be void and of no effect.
22. Compliance with Laws. Contractor shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
23. 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
952078.1
any other condition of performance under this Agreement. In no event shall the making by City
of any payment to Contractor constitute or be construed as a waiver by City of any breach of
covenant, or any default which may then exist on the part of Contractor, and the making of any
such payment by City shall in no way impair or prejudice any right or remedy available to City
with regard to such breach or default.
24. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal or equitable action or proceeding to enforce or interpret the provisions of
this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its
costs of suit, including reasonable attorney's fees and costs, including costs of expert
witnesses and Contractors.
25. Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, which cannot be resolved by the
parties, may be referred by the parties hereto for mediation. A third party, neutral mediation
service shall be selected, as agreed upon by the parties and the costs and expenses thereof
shall be borne equally by the parties hereto. The parties agree to utilize their good faith efforts
to resolve any such dispute or controversy so submitted to mediation. It is specifically
understood and agreed by the parties hereto that mutual good faith efforts to resolve the same
any dispute or controversy as provided herein, shall be a condition precedent to the institution
of any action or proceeding, whether at law or in equity with respect to any such dispute or
controversy.
26. 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.
"CONTRACTOR" "CITY"
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765-4178
Attn.: Attn.:
Phone: Phone:
E -Mail: E-mail:
27. Governing Law. This Agreement shall be interpreted, construed and enforced
in accordance with the laws of the State of California.
28. 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.
29. Entire Agreement. This Agreement, and any other documents incorporated
herein by reference, represent the entire and integrated agreement between Contractor and
City. This Agreement supersedes all prior oral or written negotiations, representations or
agreements. This Agreement may not be amended, nor any provision or breach hereof
952078.1
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.
"Contractor" "City"
[Insert Full Name of Contractor] CITY OF DIAMOND BAR
By:_
Printed
Title:
By:
Printed Name:
Approved as to form:
M
City Attorney
By:
[Insert Person authorized to sign, i.e.,
City Manager or Mayor]
ATTEST:
City Clerk
State of California "CONTRACTOR'S" License No. . [If applicable]
CONTRACTOR'S Business Phone
Emergency Phone
at which CONTRACTOR can be reached at any time.
952078.1
*NOTE: If Contractor 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.
952078.1
Advanced Office Services
Christine Holley
cholley@imagingplus.com
1430-K Village Way
Santa Ana, Ca 92705
949.341.3352
http://imagingplus.com
AmeriComp
Kyle W. Jewell
kyle.jewell@americompgroup.com
8780 19th Street #383
Alta Loma, CA 91701
909-481-1073
www.americompgroup.com
Comlink Lasercare
Derek Emblin
Demblin@comlinklasercare.com
5674 EI Camino Real, Ste B
Carlsbad, CA 92008
(760)804-1440
www.comlinklasercare.com
Copy R Office Solutions, LLC
Rob Ravitz
rob@copyr.com
2413 W. Empire Ave
Burbank, CA 91504
(818) 841-1330
www.copyr.com
South Coast Printer Care
Shamus Steele
ssteele@general-data.com
23011 Moulton Parkway, H-3
Laguna Hills CA, 92653
(800)861-6680
(949) 916-6030
www.seprintercare.com
(Follows)
IJar_1iIII=I0rA i'l Is] am*Ia:171Is] =9y_WN21=I1u=IZ111
THIS AGREEMENT (the "Agreement") is made as of July 1, 2015 by and between the
City of Diamond Bar, a municipal corporation ("City") and AmeriComp Group Imaging, LLC., a
California limited liability company ("Contractor").
1. Contractor's Services.
Subject to the terms and conditions set forth in this Agreement Contractor shall provide
to the reasonable satisfaction of the City the 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, Contractor represents and warrants that it has thoroughly investigated the
work and fully understands the difficulties and restrictions in performing the work. Contractor
represents that it is fully qualified to perform such consulting services by virtue of its
experience and the training, education and expertise of its principals and employees.
Kenneth Desforges, Director of Information Systems (herein referred to as the "City's
Project Manager"), shall be the person to whom the Contractor will report for the performance
of services hereunder. It is understood that Contractor shall coordinate its services hereunder
with the City's Project Manager to the extent required by the City's Project Manager, and that
all performances required hereunder by Contractor shall be performed to the satisfaction of the
City's Project Manager and the City Manager
2. Term of Agreement. This Agreement shall take effect July 1, 2015, and shall
continue until June 30, 2018 unless earlier terminated pursuant to the provisions herein. This
Agreement may be extended as provided herein.
3. Compensation. City agrees to compensate Contractor for each service which
Contractor performs to the satisfaction of City in compliance with fee for services set forth in
Exhibit "A". Payment will be made only after submission of proper invoices in the form
specified by City. Total payment to Contractor pursuant to this Agreement shall not exceed
Ninety Thousand Dollars ($90,000) 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. (Any differences between the Proposal —
Exhibit A and this Maintenance Services Agreement, shall be governed by this document and
shall supersede vendors' proposed terms.)
4. Payment.
A. As scheduled services are completed, Contractor shall submit to City an invoice
for the services completed, authorized expenses and authorized extra work actually performed
or incurred.
B. All such invoices shall state the basis for the amount invoiced, including services
completed, the number of hours spent and any extra work performed.
C. City will pay Contractor the amount properly invoiced within 35 days of
receipt. (Any differences between the Proposal — Exhibit A and this Maintenance Services
Agreement, shall be governed by this document and shall supersede vendors' proposed
terms.)
D. Payment shall constitute payment in full for all services, authorized costs and
authorized extra work covered by that invoice.
5. Change Orders. No payment for extra services caused by a change in the
scope or complexity of work, or for any other reason, shall be made unless and until such extra
services and a price therefore have been previously authorized in writing and approved by the
City Manager or his designee as an amendment to this Agreement. The amendment shall set
forth the changes of work, extension of time, if any, and adjustment of the fee to be paid by
City to Contractor.
6. Priority of Documents. In the event of any inconsistency between the
provisions of this Agreement and any attached exhibits, the provisions of this Agreement shall
control.
7. Status as Independent Contractor.
A. Contractor is, and shall at all times remain as to City, a wholly
independent contractor. Contractor shall have no power to incur any debt, obligation, or
liability on behalf of City or otherwise act on behalf of City as an agent, except as specifically
provided herein. Neither City nor any of its agents shall have control over the conduct of
Contractor or any of Contractor's employees, except as set forth in this Agreement. Contractor
shall not, at any time, or in any manner, represent that it or any of its agents or employees are
in any manner employees of City.
B. Contractor agrees to pay all required taxes on amounts paid to Contractor
under this Agreement, and to indemnify and hold City harmless from any and all taxes,
assessments, penalties, and interest asserted against City by reason of the independent
contractor relationship created by this Agreement. In the event that City is audited by any
Federal or State agency regarding the independent contractor status of Contractor and the
audit in any way fails to sustain the validity of a wholly independent contractor relationship
between City and Contractor, then Contractor agrees to reimburse City for all costs, including
accounting and attorney's fees, arising out of such audit and any appeals relating thereto.
C. Contractor shall fully comply with Workers' Compensation laws regarding
Contractor and Contractor's employees. Contractor further agrees to indemnify and hold City
harmless from any failure of Contractor to comply with applicable Worker's Compensation
laws.
D. Contractor shall, at Contractor's sole cost and expense fully secure and
comply with all federal, state and local governmental permit or licensing requirements,
including but not limited to the City of Diamond Bar, South Coast Air Quality Management
District, and California Air Resources Board.
952078.1
E. In addition to any other remedies it may have, City shall have the right to
offset against the amount of any fees due to Contractor under this Agreement any amount due
to City from Contractor as a result of Contractor's failure to promptly pay to City any
reimbursement or indemnification required by this Agreement or for any amount or penalty
levied against the City for Contractor's failure to comply with this Section.
8. Standard of Performance. Contractor shall perform all work at the standard of
care and skill ordinarily exercised by members of the profession under similar conditions and
represents that it and any subcontractors it may engage, possess any and all licenses which
are required to perform the work contemplated by this Agreement and shall maintain all
appropriate licenses during the performance of the work.
9. Indemnification.
Contractor shall indemnify, 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 Worker's Compensation acts and other employee benefit
acts with respect to Contractor's employees or Contractor's contractor's employees arising out
of Contractor's work under this Agreement; and
(2) Any and all claims arising out of Contractor's performance of work hereunder or its
failure to comply with any of its obligations contained in this Agreement, regardless of City's
passive negligence, but excepting such loss or damage which is caused by the sole active
negligence or willful misconduct of the City. Should City in its sole discretion find Contractor's
legal counsel unacceptable, then Contractor shall reimburse the City its costs of defense,
including without limitation reasonable attorneys' fees, expert fees and all other costs and fees
of litigation. The Contractor shall promptly pay any final judgment rendered against the
Indemnitees. It is expressly understood and agreed that the foregoing provisions are intended
to be as broad and inclusive as is permitted by the law of the State of California and will
survive termination of this Agreement. Except for the Indemnitees, this Agreement shall not be
construed to extend to any third party indemnification rights of any kind.
10. Insurance.
A. Contractor shall at all times during the term of this Agreement carry, maintain,
and keep in full force and effect, with an 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
Contractor, its officers, employees, agents, and independent contractors in performance of
services under this Agreement;
(2) property damage insurance with a minimum limit of $500,000.00 per
occurrence;
952078.1
(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) day's prior written notice thereof. Contractor agrees that it will not cancel, reduce or
otherwise modify the insurance coverage and in the event of any of the same by the insurer to
immediately notify the City.
D. All policies of insurance shall cover the obligations of Contractor pursuant to the
terms of this Agreement and shall be issued by an insurance company which is authorized to
do business in the State of California or which is approved in writing by the City; and shall be
placed have a current A.M. Best's rating of no less than A-, VII.
E. Contractor shall submit to City (1) insurance certificates indicating compliance
with the minimum insurance requirements above, and (2) insurance policy endorsements or a
copy of the insurance policy evidencing the additional insured requirements in this Agreement,
in a form acceptable to the City.
F. Self -Insured Retention/Deductibles. All policies required by 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 Contractor (as the named insured) should Contractor fail to pay the
SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the
approval of the City. Contractor understands and agrees that satisfaction of this requirement is
an express condition precedent to the effectiveness of this Agreement. Failure by Contractor
as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement.
Should City pay the SIR or deductible on Contractor's due to such failure in order to secure
defense and indemnification as an additional insured under the policy, City may include such
amounts as damages in any action against Contractor for breach of this Agreement in addition
to any other damages incurred by City due to the breach.
G. Subrogation. With respect to any Workers' Compensation Insurance or
Employer's Liability Insurance, the insurer shall waive all rights of subrogation and contribution
it may have against the Indemnitees.
H. Failure to Maintain Insurance. If Contractor fails to keep the insurance required
under this Agreement in full force and effect, City may take out the necessary insurance and
952078.1
any premiums paid, plus 10% administrative overhead, shall be paid by Contractor, which
amounts may be deducted from any payments due Contractor.
I. Contractor shall include all subcontractors, if any, as insureds under its policies
or shall furnish separate certificates and endorsements for each subcontractor to the City for
review and approval. All insurance for subcontractors shall be subject to all of the
requirements stated herein.
11. Confidentiality. Contractor in the course of its duties may have access to
confidential data of City, private individuals, or employees of the City. Contractor covenants
that all data, documents, discussion, or other information developed or received by Contractor
or provided for performance of this Agreement are deemed confidential and shall not be
disclosed by Contractor without written authorization by City. City shall grant such
authorization if disclosure is required by law. All City data shall be returned to City upon the
termination of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement. Notwithstanding the foregoing, to the extent Contractor
prepares reports of a proprietary nature specifically for and in connection with certain projects,
the City shall not, except with Contractor's prior written consent, use the same for other
unrelated projects.
12. Maintenance and Inspection of Records. In accordance with generally
accepted accounting principles, Contractor and its subcontractors shall maintain reasonably
full and complete books, documents, papers, accounting records, and other information
(collectively, the "records") pertaining to the costs of and completion of services performed
under this Agreement. The City and any of their authorized representatives shall have access
to and the right to audit and reproduce any of Contractor's records regarding the services
provided under this Agreement. Contractor shall maintain all such records for a period of at
least three (3) years after termination or completion of this Agreement. Contractor agrees to
make available all such records for inspection or audit at its offices during normal business
hours and upon three (3) days' notice from the City, and copies thereof shall be furnished if
requested.
13. Conflict of Interest.
A. Contractor covenants that it presently has no interest and shall not acquire
any interest, direct or indirect, which may be affected by the services to be performed by
Contractor under this Agreement, or which would conflict in any manner with the performance
of its services hereunder. Contractor further covenants that, in performance of this Agreement,
no person having any such interest shall be employed by it. Furthermore, Contractor shall
avoid the appearance of having any interest which would conflict in any manner with the
performance of its services pursuant to this Agreement.
B. Contractor covenants not to give or receive any compensation, monetary
or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the
performance of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement.
14. Termination. The City may terminate this Agreement with or without cause
upon thirty (30) days' written notice to Contractor. The effective date of termination shall be
upon the date specified in the notice of termination, or, in the event no date is specified, upon
952078.1
the thirtieth (30th) day following delivery of the notice. In the event of such termination, City
agrees to pay Contractor for services satisfactorily rendered prior to the effective date of
termination. Immediately upon receiving written notice of termination, Contractor shall
discontinue performing services, unless the notice provides otherwise, except those services
reasonably necessary to effectuate the termination. The City shall be not liable for any claim
of lost profits.
15. Personnel. Contractor represents that it has, or will secure at its own expense,
all personnel required to perform the services under this Agreement. All of the services
required under this Agreement will be performed by Contractor or under it supervision, and all
personnel engaged in the work shall be qualified to perform such services. Contractor
reserves the right to determine the assignment of its own employees to the performance of
Contractor's services under this Agreement, but City reserves the right, for good cause, to
require Contractor to exclude any employee from performing services on City's premises.
16. RESERVED
17. 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, 21825
Copley Drive, Diamond Bar, California, and are available to any interested party on request.
City also shall cause a copy of such determinations to be posted at the job site.
The Contractor shall forfeit, as penalty to City, not more than twenty-five dollars
($25.00) for each laborer, workman or mechanic employed for each calendar day or portion
thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of
wages hereinbefore stipulated for any work done under this Agreement, by him or by any
subcontractor under him.
The CONTRACTOR and any of its subcontractors must be registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes
the award of a contract for a public work on any public works project awarded after April 1,
2015. This Agreement is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
18. Non -Discrimination and Equal Employment Opportunity.
A. Contractor shall not discriminate as to race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or
sexual orientation, in the performance of its services and duties pursuant to this Agreement,
and will comply with all rules and regulations of City relating thereto. Such nondiscrimination
shall include but not be limited to the following: employment, upgrading, demotion, transfers,
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
952078.1
B. Contractor will, in all solicitations or advertisements for employees placed
by or on behalf of Contractor state either that it is an equal opportunity employer or that all
qualified applicants will receive consideration for employment without regard to race, color,
creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap,
medical condition, or sexual orientation.
C. Contractor will cause the foregoing provisions to be inserted in all
subcontracts for any work covered by this Agreement except contracts or subcontracts for
standard commercial supplies or raw materials.
19. Time Is of the Essence. Time is of the essence in this Agreement. Contractor
shall do all things necessary and incidental to the prosecution of Contractor's work.
20 Delays and Extensions of Time. Contractor's sole remedy for delays outside
its control shall be an extension of time. No matter what the cause of the delay, Contractor
must document any delay and request an extension of time in writing at the time of the delay to
the satisfaction of City. Any extensions granted shall be limited to the length of the delay
outside Contractor's control. If Contractor believes that delays caused by the City will cause it
to incur additional costs, it must specify, in writing, why the delay has caused additional costs
to be incurred and the exact amount of such cost within 10 days of the time the delay occurs.
No additional costs can be paid that exceed the not to exceed amount absent a written
amendment to this Agreement. In no event shall the Contractor be entitled to any claim for lost
profits due to any delay, whether caused by the City or due to some other cause.
21. Assignment. Contractor shall not assign or transfer any interest in this
Agreement nor the performance of any of Contractor's obligations hereunder, without the prior
written consent of City, and any attempt by Contractor to so assign this Agreement or any
rights, duties, or obligations arising hereunder shall be void and of no effect.
22. Compliance with Laws. Contractor shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
23. Non -Waiver of Terms, Rights and Remedies. Waiver by either party of any
one or more of the conditions of performance under this Agreement shall not be a waiver of
any other condition of performance under this Agreement. In no event shall the making by City
of any payment to Contractor constitute or be construed as a waiver by City of any breach of
covenant, or any default which may then exist on the part of Contractor, and the making of any
such payment by City shall in no way impair or prejudice any right or remedy available to City
with regard to such breach or default.
24. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal or equitable action or proceeding to enforce or interpret the provisions of
this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its
costs of suit, including reasonable attorney's fees and costs, including costs of expert
witnesses and Contractors.
25. Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, which cannot be resolved by the
parties, may be referred by the parties hereto for mediation. A third party, neutral mediation
service shall be selected, as agreed upon by the parties and the costs and expenses thereof
952078.1
shall be borne equally by the parties hereto. The parties agree to utilize their good faith efforts
to resolve any such dispute or controversy so submitted to mediation. It is specifically
understood and agreed by the parties hereto that mutual good faith efforts to resolve the same
any dispute or controversy as provided herein, shall be a condition precedent to the institution
of any action or proceeding, whether at law or in equity with respect to any such dispute or
controversy.
26. 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.
"CONTRACTOR"
AmeriComp Group Imaging LLC
8780 19th Street #383
Alta Loma, CA 91701
Attn.: Kyle W. Jewell
Phone: 909-481-1073
E -Mail: kyle.jewell@americompgroup.com
"CITY"
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765-4178
Attn.: City Clerk
Phone: 909-839-7080
E-mail: CityClerk@Diamond BarCA. Gov
27. Governing Law. This Agreement shall be interpreted, construed and enforced
in accordance with the laws of the State of California.
28. 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.
29. Entire Agreement. This Agreement, and any other documents incorporated
herein by reference, represent the entire and integrated agreement between Contractor and
City. This Agreement supersedes all prior oral or written negotiations, representations or
agreements. This Agreement may not be amended, nor any provision or breach hereof
waived, except in a writing signed by the parties which expressly refers to this Agreement.
Amendments on behalf of the City will only be valid if signed by a person duly authorized to do
so under the City's Purchasing Ordinance.
IN WITNESS of this Agreement, the parties have executed this Agreement as of
the date first written above.
"Contractor"
AmeriComp Group Imaging, LLC.
By:
Printed Name:
Title:
952078.1
,,City"
CITY OF DIAMOND BAR
By:
Steve Tye, Mayor
By: ATTEST:
Printed Name:
Title:
Approved as to form:
0
City Attorney
City Clerk
State of California "CONTRACTOR'S" License No. . [if applicable]
CONTRACTOR'S Business Phone
Emergency Phone
at which CONTRACTOR can be reached at any time.
952078.1
CITY COUNCIL
Agenda # 6.6
Meeting Date: June 16, 2015
AGENDA REPORT
TO: Honorable Mayor and Members of the City Council
VIA: James DeStefano, City Man g r
TITLE: Award of contract to Ameritech Business Systems, Inc., for Copier Service in amount
not to exceed $50,000, for the period of July 1, 2015 through June 30, 2018.
RECOMMENDATION:
Approve
BUDGET/FINANCIAL IMPACT:
There are sufficient appropriated funds in the FY15-16 budget for this expenditure.
Additional appropriations will be requested annually as part of the normal budget process.
DISCUSSION:
The City of Diamond Bar currently has six (6) copiers at City Hall and an additional one (1) copier at
the Diamond Bar Center, for a grand total of seven (7) copiers. The intent of the city is to acquire a
maintenance and supplies contract for all copiers owned by the city.
In compliance with the City's purchasing ordinance, on Tuesday April 21, 2015 a Request for
Proposal package was sent to the following vendors requesting a proposal for an annual service
agreement to service the City's copiers.
Ameritech Business Systems, Inc.
Advanced Office
Caltechcopier
Cell Office Solutions
Copy R Office Solutions, LLC
Comlink Lasercare
IKON
Officia Imaging
Only two companies submitted their proposal by the due date, May 12, 2015 at 3:OOpm.
The companies include the following:
Ameritech Business Systems, Inc.
Advanced Office
Selection of firms is based on a ranking rubric that takes into consideration many variables and
weights them appropriately. Factors that are considered include the following:
1. Total Price (Maximum 45% weight)
2. Compliance with the RFP Submission Procedures and Comprehensiveness of the Response.
(If significant items are missing or out of compliance this could be instant disqualification)
(Maximum 20% weight)
3. Information Obtained from References (Maximum 25% weight)
4. Prior Experience of the Firm with the City of Diamond Bar (Maximum 10% weight)
Findings
1. Total Price:
The pricing for the Copier service agreement is based on per copy charges that may
differ by machine and by copy type. (i.e. black and white or color) To compare how the
proposed cost per copy rates translate into actual expenses we used historical data and
estimated the future annual usage of each copier to calculate the estimated annual cost
by machine. Then the total cost of each machine was added together to generate the
total estimated annual cost from each firm. The totals were close, Ameritech has a total
estimated annual cost of $15,314.00 and Advanced Office was $15,420.00.
2. Compliance:
The proposal from Ameritech complies with all of the criteria set forth in the RFP
document.
The proposal from Advanced Office does not comply with one small aspect of the
criteria set forth in the RFP document. Advanced Office does not agree to the
requirement for installation of toner by their technicians.
3. References:
A reference questionnaire was used to survey 3 references from each firm. The scores
from the questionnaire were totaled up and average total score was calculated. Both
firms received overall scores that rank them in the exemplary level.
Ameritech received an average overall score of 9.92.
Advanced Office received an average overall score of 9.67.
2
4. Experience with the Firm:
Ameritech has close to 8 years of experience with the City of Diamond Bar and
Advanced Office has no prior experience with the Citv of Diamond Bar.
The final score on the RFP Vendor Ranking Rubric shows Ameritech with a total score of 100 and
Advanced Office with a total score of 80.
Historically the City expends approximately $13,000 - $16,000 per year on for Printer Service and
Toners. It is anticipated that this trend would continue for the next few years.
The City has utilized Ameritech services for over 8 years and been very satisfied with their
performance.
Prepared by:
Bids Reviewed by:
tems Dianna Honeywell, Director Finance
Attachment: A - Ameritech Response to Request for Proposal
B - Copy of City's Request for Proposal
C - Maintenance Services Agreement
Attachment A
(Follows)
ERITEC
May 11, 2015
Mr. Ken Deforges, Information Systems Director
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA. 91765
Re: RFP Copier Maintenance & Supplies
Dear Ken,
We appreciate the opportunity to submit our proposal for the RFP. As you know, Ameritech Business
Systems has been servicing the City of Diamond Bar for over eight years, with my involvement including
another two years prior to Ameritech. We truly appreciate your business and we hope that we can
continue to be your vendor.
Project Members:
Jerry Ruppert; CEO and owner of Ameritech Business Systems Inc.
Personal Industry experience: 35 years all in Southern California.
The City of Diamond Bar is my personal account and I oversee all sales and support.
Primary Technicians:
Jaime Rosas; Senior Technician, Full Line Ricoh trained with 20+ years Industry experience.
Dan Jameson; Senior Technician; Full Line Ricoh trained with 20+ years Industry experience.
IT Support:
Alfonso Gonzales; Manager IT Services; 12+ years Industry experience.
1. GENERAL SCOPE OF COVERAGE: Ameritech (ABS) will provide a four hour service response time for all
service calls. The technician will call ahead to determine if assistance can be provided over the phone and
to give an ETA if necessary. Agreement covers both the labor and the material for adjustments, repair and
replacements of parts as required by normal use of the equipment. This Agreement does not cover charges
for installation of equipment or de -installation of equipment if it is moved. Damage to the equipment or its
parts arising out of or caused by misuse, abuse, negligence, attachment of unauthorized components,
accessories or parts, use of substandard supplies or other causes beyond the control of ABS are not
covered by this Agreement and may subject Customer to a surcharge. This Agreement does not cover
charges for repairs due to Customer or third party modifications to software or hardware.
2. SERVICE CALLS: Service calls under this Agreement will be made during normal business hours at the
installation address. Travel and labor time for service calls after normal business hours, on weekends and
on holidays, if and when available, will be charged at the published overtime rates in effect at the time the
service call is made service performed on ABS. Labor performed during a service call includes lubrication
and cleaning of the equipment and the adjustment, repair or replacement of parts described below,
3. REPAIR AND REPLACEMENT OF PARTS: All parts necessary to the operation of the equipment, due to
normal wear and tear will be furnished free of charge during a service call included in the maintenance
service provided by this Agreement.
4. SUPPLY/TONER REPLACEMENT: All toner necessary to the operation of the equipment will be provided
as part of this agreement. All toner will be Ricoh OEM. Ordering can be accomplished by calling the 800
number or sending an email to supplies@ameritechbiz.com. Supplies will be sent via UPS overnight or
personally delivered by Ameritech personnel. Customer is advised to order enough tonerto have one set
on hand for each machines at all times. Ameritech also encourages the use of the @remote program
where the system monitors the toner levels in each machine and allows for the proactive shipment of toner
when a replacement toner is installed or any particular level falls below 20%.
References:
City of Diamond Bar: Current Vendor for 8+ years and personal involvement for an additional two years.
SchoolsFirst Credit Union: Current Vendor for 8+ years and personal involvement for an additional four
years. Currently has an installed population of 75 machines. Including a variety of systems 30 to 70 ppm
B/W systems and 45ppm color systems in 42 locations in Southern California.
Contact:
Mike Bruno, Buyer II
714-258-4000 X8555
mbruno@schoolsfirstfcu.org
Howards Appliances: Current Vendor for 8+ years and personal involvement for an additional two years.
Howard's has an installed population of 17 B/W systems installed at all of their 15 retail outlets and
corporate office in Southern California.
Contact:
Stacy Leiker, Vice President of Operations
Howard's TV and Appliance 1901 E. Imperial Hwy I La Habra, CA 906311 d: 714-871-2700 x2229 I f: 714-
871-2719 1 www.howards.com
• Ir
JTB USA Inc: Current Vendor for 8+ Years. JTB has five color systems installed 55-60ppm and recently has
ordered two new MP C6003 (60 ppm color systems).
Contact:
Chiyoko Osborn
JTB Americas, Ltd./ General affairs
Admin, Legal Affairs, & Risk Mgmt
19700 Mariner Ave. Torrance, CA 90503
Direct: 310.303.3751 Fox 310.303.3870
cosborn@itbamericas. cam
Springboard: Current Vendor for 8 years. Currently 16, 55-70ppm B/W machines and color systems
installed between their two locations in Riverside.
Contact:
Cyndi Williams
Director of Office Administration
Springboard Nonprofit Consumer Credit Management, Inc.
800.449.9392 ext 7729 1 fax: 951.328.77161 Cyndi.williams@sprinxboard.org
Proposed Pricing fixed for 3 years:
Below is the current population and total Images run last month. The proposed CPC is essentially the
same except I will lower the MIP C6501 color to .07 instead of .08. When the 05560 is replaced with the
MIP C5503, I will lower that color CPC to .07 also.
Submitted by:
JERRY RUPPERTI PRESIDENT / 1456 E. VALENCIA ®RIVE, FULLERTON, CA. 92831
Office: 800-760-8545 l Mobile: 949-233-66511 Fax: 949-261-6486
AMERITECH
www.Ameritechbiz.com
Total
ID#
Model Number
Start Meter
End Meter
Images
CPC
12433
7502
19725
25760
6035
0.007
10314
5560 - B&W
768813
769683
870
0.008
Color
508415
511682
3267
0.08
10312
2075
3144654
3149709
5055
0.008
10972
816MF
76548
77261
713
0.008
11830
MP 5000
385502
392714
7212
0.008
11939
C6501 B&W
542607
553060
10453
0.008
Color
191253
209547
18294
0.07
11953
SP5200S
36782
39277
2495
0.01
54394
Submitted by:
JERRY RUPPERTI PRESIDENT / 1456 E. VALENCIA ®RIVE, FULLERTON, CA. 92831
Office: 800-760-8545 l Mobile: 949-233-66511 Fax: 949-261-6486
AMERITECH
www.Ameritechbiz.com
(Follows)
•.. ..� -V A
The City of Diamond Bar is seeking responses from qualified firms to provide Maintenance and
Supplies to all city Copiers.
oflamnin
The City of Diamond Bar ("City") currently has six (6) copiers at City Hall and an
additional one (1) copier at the Diamond Bar Center, for a grand total of seven
(7) copiers. By this request for proposal ('RFP") the City is seeking a
maintenance and supplies contractor for all copiers owned by the City. The new
maintenance and supplies contract will need to be implemented by July 1, 2015
at the beginning of the next fiscal year (FY 2015/16). This will be a one-year
contract that provides the City with the right to renew for up to two additional one-
year terms for a total of three years. Price proposals should reflect the proposed
pricing for the second and third years.
SCOPE OF SERVICES
® Four (4) business hour response to all service calls.
® Diagnosis and all inclusive repair of covered equipment including parts
and labor.
® Service to include 100% Coverage for toners and Maintenance Kits.
® Delivery and installation of supplies.
® Supplies for all copiers must be Original Equipment Manufacturer (OEM).
® One additional initial set of toners for each copier to be provided so that
replacement toner is always on site.
® An itemized list of all copiers has been included as attachment A to the RFP.
Page 1
City of Diamond Bar Request For Proposal
inRl 51R i
The proposal must include the following:
Cover letter including firm name, address and telephone number, background
information and the name of the contact person.
1. Name(s) of the project member(s) that will be providing the services.
2. Scope of services.
3. Proposed fees for services.
4. A list of at least 5 references for similar work; including contact person, his or her
phone number and email address.
Interested firms must submit a copy of the proposal via mail or email to:
Mail:
Ken Desforges, Information Systems Director
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765
Email:
KDesfomes6a Diamond BarCA.00v
Note: Optional site visit on April 28, 2015; for those interested in a site visit and walk
through, please contact Alfredo Estevez. AEstevez ..DiamondBarCA.gou.
The envelope shall be clearly marked with the notation "DO NOT OPEN —
PROPOSAL." The proposal shall be delivered to the addressee on or before
3:00 P.M. on Tuesday May 12, 2015.
Selection of the firm will be done on a competitive basis. In reviewing and
evaluating the response to this RFP, City staff will consider the following:
1. Responsiveness and comprehensiveness of the response to this RFP.
Page 2
City of Diamond Bar Request For Proposal
Experience of the firm. Proposer must have three (3) years' experience, within
the last five (5) years, providing copier maintenance and related services and
supplies equivalent or similar to the services being requested by this RFP.
3. Related experience and qualifications of technicians.
4. information obtained from references.
5. Reasonableness of the proposed fee.
6. Ability to meet City contract requirements a form of which is attached hereto as
Attachment B.
The criteria should not be construed so as to limit other considerations which may
become apparent during the review and selection process.
INSURANCE/INDEMNITY REQUIREMENTS
The City requires consultants doing business with it to obtain insurance, and proof of
insurance must be provided within 30 days of notice of selection and prior to the
commencement of any work on the project. The indemnity and insurance
requirements are as follows.
Indemnification. Consultant agrees to indemnify the City, its officers,
agents, volunteers, employees, and attorneys against, and will hold and
save them and each of them harmless from, 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 the acts, errors or
omissions of Consultant, its agents, employees, subcontractors, or
invitees, including each person or entity responsible for the provision of
services hereunder, excluding liability caused by the sole negligence or
wrongful acts or omissions of City.
Insurance.
A. Consultant shall at all times during the term of this Agreement
carry, maintain, and keep in full force and effect the following insurance
(1) a policy or policies of broad -form comprehensive general liability
insurance with minimum limits of $1,000,000.00 combined single limit
coverage against any injury, death, loss or damage as a result of wrongful
or negligent acts by Consultant, its officers, employees, agents, and
independent contractors in performance of services under this Agreement;
(2) property damage insurance, with minimum combined single limits
coverage of $500,000.00; (3) automotive liability insurance, with minimum
combined single limits coverage of $500,000.00; (4) workers'
compensation insurance with a minimum limit of $500,000.00 or the
amount required by law, whichever is greater. The City, its officers,
employees, attorneys, and volunteers shall be named as additional
Page 3
City of Diamond Bar Request For Proposal
insureds on the policy(ies) as to comprehensive general liability, property
damage, and automotive liability. The policy(ies) as to comprehensive
general liability, property damage, and automobile liability shall provide
that they are primary, and that any insurance maintained by the City shall
be excess insurance only.
B. All insurance policies shall provide that the insurance
coverage shall not be non -renewed, canceled, reduced, or otherwise
modified (except through the addition of additional insureds to the policy)
by the insurance carrier without the insurance carrier giving City thirty (30)
days prior written notice thereof. Consultant agrees that it will not cancel,
reduce or otherwise modify the insurance coverage.
C. All policies of insurance shall cover the obligations of Consultant
pursuant to the terms of this Agreement; shall be issued by an insurance
company which is admitted to do business in the State of California or
which is approved in writing by the City; and shall be placed with a current
A.M. Best's rating of no less than A VII.
D. Consultant shall submit to City: (1) insurance certificates
evidencing the required insurance and (2) insurance policy endorsements
executed on City's appropriate standard forms entitled "Additional Insured
Endorsement," or on a substantially similar form which the City approves
in writing or a copy of the policy evidencing that the City, its officers,
agents, volunteers, employees, and attorneys are additional insureds.
The selected proposer must comply with all Federal, State and Local laws and
regulations including obtaining a City Business License.
The City reserves the right to reduce or revise elements of the service contract
prior to the award of any contract. Furthermore, the City reserves the right to reject
any or all proposals submitted and no representation is made hereby that any
contract will be awarded pursuant to this RFP, or otheMIse.
All costs incurred in the preparation of the proposal, in the submission of additional
information and/or in any other aspect of a proposal prior to the award of a written
contract will be borne by the proposer.
The City shall only provide the staff assistance and documentation specifically
referred to herein and shall not be responsible for any other cost or obligation of
any kind which may be incurred by the proposing firm. All proposals submitted to
the City in response to this RFP shall become property of the City.
Page 4
City of Diamond Bar Request For Proposal
QUESTiONS
All questions concerning this RFP should be directed to Ken Desforges,
Information Systems Director at 909.839.7080 or by email
(KDesforges@Diamond BarCA.gov).
Page 5
City of Diamond Bar Request For Proposal
rIGNTOM1
ee — Copier
Ricoh 2075 Copier
Additional Parts
Large Capacity Tray & Finisher (3Hole punch & Stapler, Booklet)
Type
Black &White
Location 1
City Hall
Ricoh MP5000 Copier
Large Capacity Tray & Finisher (3Hole punch & Stapler, Booklet)
Black & White
DBC
Ricoh 5560 Color Copier
Large Capacity Tray & Finisher (3Hole punch & Stapler, Booklet)
Color
City Hall
Ricoh MP C6501 Color Copier
Large Capacity Tray & Finisher (31iole punch & Stapler, Booklet)
Color
City Hall
Savin 816 Desktop Copier
Extra paper Tray
Black & White
City Hall
Ricoh SP5200S Desktop Copier
Extra paper Tray
Black & White
City Hall
Ricoh MP7502
Large Capacity Tray & Finisher (3Hole punch &Stapler, Booklet)
Black &White
Clty H211
EWVI�IU
MM
THIS AGREEMENT (the "Agreement") is made as of , 20XX by and
between the City of Diamond Bar, a municipal corporation ("City") and a [Insert
the type of entity of the Consultant, e.g., Inc., a California corporation; a California
general partnership; a California limited liability company; a sole proprietor; etc.]
("Contractor").
Subject to the terms and conditions set forth in this Agreement Contractor shall provide
to the reasonable satisfaction of the City the services set forth in the attached Exhibit "A",
which is incorporated herein by this reference. As a material inducement to the City to enter
into this Agreement, Contractor represents and warrants that it has thoroughly investigated the
work and fully understands the difficulties and restrictions in performing the work. Contractor
represents that it is fully qualified to perform such consulting services by virtue of its
experience and the training, education and expertise of its principals and employees.
[Insert Name and Position] (herein referred to as the "City's Project
Manager"), shall be the person to whom the Contractor will report for the performance of
services hereunder. It is understood that Contractor shall coordinate its services hereunder
with the City's Project Manager to the extent required by the City's Project Manager, and that
all performances required hereunder by Contractor shall be performed to the satisfaction of the
City's Project Manager and the City Manager
2. Terra of Agreement. This Agreement shall take effect I20XX, and
shall continue until unless earlier terminated pursuant to the provisions herein.
This Agreement may be extended as provided herein.
3. Compensation. City agrees to compensate Contractor for each service which
Contractor performs to the satisfaction of City in compliance with the scope of services set
forth in Exhibit "A". Payment will be made only after submission of proper invoices in the form
specified by City. Total payment to Contractor pursuant to this Agreement shall not exceed
[Spell out dollar amount] ($ ) 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.
n�§OOFUTTTOI "-t
A. As scheduled services are completed, Contractor shall submit to City an invoice
for the services completed, authorized expenses and authorized extra work actually performed
or incurred.
B. All such invoices shall state the basis for the amount invoiced, including services
completed, the number of hours spent and any extra work performed.
C. City will pay Contractor the amount invoiced the City will pay Contractor the
amount properly invoiced within 35 days of receipt.
952078.1
D. Payment shall constitute payment in full for all services, authorized costs and
authorized extra work covered by that invoice.
5. Change Orders. No payment for extra services caused by a change in the
scope or complexity of work, or for any other reason, shall be made unless and until such extra
services and a price therefore have been previously authorized in writing and approved by the
City Manager or his designee as an amendment to this Agreement. The amendment shall set
forth the changes of work, extension of time, if any, and adjustment of the fee to be paid by
City to Contractor.
6. Priority of Documents. in the event of any inconsistency between the
provisions of this Agreement and any attached exhibits, the provisions of this Agreement shall
control.
Amcm
. Contractor is, and shall at all times remain as to City, a wholly
independent contractor. Contractor shall have no power to incur any debt, obligation, or
liability on behalf of City or otherwise act on behalf of City as an agent, except as specifically
provided herein. Neither City nor any of its agents shall have control over the conduct of
Contractor or any of Contractor's employees, except as set forth in this Agreement. Contractor
shall not, at any time, or in any manner, represent that it or any of its agents or employees are
in any manner employees of City.
B. Contractor agrees to pay all required taxes on amounts paid to Contractor
under this Agreement, and to indemnify and hold City harmless from any and all taxes,
assessments, penalties, and interest asserted against City by reason of the independent
contractor relationship created by this Agreement. In the event that City is audited by any
Federal or State agency regarding the independent contractor status of Contractor and the
audit in any way fails to sustain the validity of a wholly independent contractor relationship
between City and Contractor, then Contractor agrees to reimburse City for all costs, including
accounting and attorney's fees, arising out of such audit and any appeals relating thereto.
C. Contractor shall fully comply with Workers' Compensation laws regarding
Contractor and Contractor's employees. Contractor further agrees to indemnify and hold City
harmless from any failure of Contractor to comply with applicable Worker's Compensation
laws.
D. Contractor shall, at Contractor's sole cost and expense fully secure and
comply with all federal, state and local governmental permit or licensing requirements,
including but not limited to the City of Diamond Bar, South Coast Air Quality Management
District, and California Air Resources Board.
E. In addition to any other remedies it may have, City shall have the right to
offset against the amount of any fees due to Contractor under this Agreement any amount due
to City from Contractor as a result of Contractor's failure to promptly pay to City any
reimbursement or indemnification required by this Agreement or for any amount or penalty
levied against the City for Contractor's failure to comply with this Section.
952078.1
8. Standard of Performance. Contractor shall perform all work at the standard of
care and skill ordinarily exercised by members of the profession under similar conditions and
represents that it and any subcontractors it may engage, possess any and all licenses which
are required to perform the work contemplated by this Agreement and shall maintain all
appropriate licenses during the performance of the work.
Contractor 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 Worker's Compensation acts and other employee benefit
acts with respect to Contractor's employees or Contractor's contractor's employees arising out
of Contractor's work under this Agreement; and
(2) Any and all claims arising out of Contractor's performance of work hereunder or its
failure to comply with any of its obligations contained in this Agreement, regardless of City's
passive negligence, but excepting such loss or damage which is caused by the sole active
negligence or willful misconduct of the City. Should City in its sole discretion find Contractor's
legal counsel unacceptable, then Contractor shall reimburse the City its costs of defense,
including without limitation reasonable attorneys' fees, expert fees and all other costs and fees
of litigation. The Contractor shall promptly pay any final judgment rendered against the
Indemnitees. It is expressly understood and agreed that the foregoing provisions are intended
to be as broad and inclusive as is permitted by the law of the State of California and will
survive termination of this Agreement. Except for the Indemnitees, this Agreement shall not be
construed to extend to any third party indemnification rights of any kind.
i
A. Contractor 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
Contractor, its officers, employees, agents, and independent contractors in performance of
services under this Agreement;
(2) property damage insurance with a minimum limit of $500,000.00 per
occurrence;
(3) automotive liability insurance written on an occurrence basis covering all
owned, non -owned and hired automobiles, with minimum combined single limits coverage of
$1,000,000.00; and
952078.1
(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) day's prior written notice thereof. Contractor agrees that it will not cancel, reduce or
otherwise modify the insurance coverage and in the event of any of the same by the insurer to
immediately notify the City.
D. All policies of insurance shall cover the obligations of Contractor pursuant to the
terms of this Agreement and shall be issued by an insurance company which is authorized to
do business in the State of California or which is approved in writing by the City; and shall be
placed have a current A.M. Best's rating of no less than A-, VII.
E. Contractor shall submit to City (1) insurance certificates indicating compliance
with the minimum insurance requirements above, and (2) insurance policy endorsements or a
copy of the insurance policy evidencing the additional insured requirements in this Agreement,
in a form acceptable to the City.
F. Self -Insured Retention/Deductibles. All policies required by 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 Contractor (as the named insured) should Contractor fail to pay the
SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the
approval of the City. Contractor understands and agrees that satisfaction of this requirement is
an express condition precedent to the effectiveness of this Agreement. Failure by Contractor
as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement.
Should City pay the SIR or deductible on Contractor's due to such failure in order to secure
defense and indemnification as an additional insured under the policy, City may include such
amounts as damages in any action against Contractor for breach of this Agreement in addition
to any other damages incurred by City due to the breach.
G. Subrogation. With respect to any Workers' Compensation Insurance or
Employer's Liability Insurance, the insurer shall waive all rights of subrogation and contribution
it may have against the Indemnitees.
H. Failure to Maintain Insurance. If Contractor fails to keep the insurance required
under this Agreement in full force and effect, City may take out the necessary insurance and
any premiums paid, plus 10% administrative overhead, shall be paid by Contractor, which
amounts may be deducted from any payments due Contractor.
I. Contractor shall include all subcontractors, if any, as insureds under its policies
or shall furnish separate certificates and endorsements for each subcontractor to the City for
952078.1
review and approval. All insurance for subcontractors shall be subject to all of the
requirements stated herein.
11. Confidentiality. Contractor in the course of its duties may have access to
confidential data of City, private individuals, or employees of the City. Contractor covenants
that all data, documents, discussion, or other information developed or received by Contractor
or provided for performance of this Agreement are deemed confidential and shall not be
disclosed by Contractor without written authorization by City. City shall grant such
authorization if disclosure is required by law. All City data shall be returned to City upon the
termination of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement. Notwithstanding the foregoing, to the extent Contractor
prepares reports of a proprietary nature specifically for and in connection with certain projects,
the City shall not, except with Contractor's prior written consent, use the same for other
unrelated projects.
12. Maintenance and Inspection of Records. In accordance with generally
accepted accounting principles, Contractor and its subcontractors shall maintain reasonably
full and complete books, documents, papers, accounting records, and other information
(collectively, the "records") pertaining to the costs of and completion of services performed
under this Agreement. The City and any of their authorized representatives shall have access
to and the right to audit and reproduce any of Contractor's records regarding the services
provided under this Agreement. Contractor shall maintain all such records for a period of at
least three (3) years after termination or completion of this Agreement. Contractor agrees to
make available all such records for inspection or audit at its offices during normal business
hours and upon three (3) days' notice from the City, and copies thereof shall be furnished if
requested.
A. Contractor covenants that it presently has no interest and shall not acquire
any interest, direct or indirect, which may be affected by the services to be performed by
Contractor under this Agreement, or which would conflict in any manner with the performance
of its services hereunder. Contractor further covenants that, in performance of this Agreement,
no person having any such interest shall be employed by it. Furthermore, Contractor shall
avoid the appearance of having any interest which would conflict in any manner with the
performance of its services pursuant to this Agreement.
B. Contractor covenants not to give or receive any compensation, monetary
or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the
performance of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement.
14. Termination. The City may terminate this Agreement with or without cause
upon thirty (30) days' written notice to Contractor. The effective date of termination shall be
upon the date specified in the notice of termination, or, in the event no date is specified, upon
the thirtieth (30th) day following delivery of the notice. In the event of such termination, City
agrees to pay Contractor for services satisfactorily rendered prior to the effective date of
termination. Immediately upon receiving written notice of termination, Contractor shall
discontinue performing services, unless the notice provides otherwise, except those services
952078.1
reasonably necessary to effectuate the termination. The City shall be not liable for any claim
of lost profits.
15. Personnel. Contractor represents that it has, or will secure at its own expense,
all personnel required to perform the services under this Agreement. All of the services
required under this Agreement will be performed by Contractor or under it supervision, and all
personnel engaged in the work shall be qualified to perform such services. Contractor
reserves the right to determine the assignment of its own employees to the performance of
Contractor's services under this Agreement, but City reserves the right, for good cause, to
require Contractor to exclude any employee from performing services on City's premises.
A. The City shall have the option to extend this Agreement for no more than
one year, subject to the same terms and conditions contained herein, by giving Contractor
written notice of the exercise of this option at least thirty (30) days prior to the expiration of the
initial term of this Agreement.
B. In the event the City exercises its option to extend the term of this
Agreement for more than one additional year, the Contractor's unit prices shall be subject to
adjustment at the end of one-year extension and annually thereafter ("the adjustment date') as
follows:
Any increase in compensation will be negotiated between the City and the Contractor,
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. Any increase in compensation,
negotiated or based upon CPI, shall be subject to approval of the City Council if this
Agreement was originally approved by the City Council.
17. 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, 21825
Copley Drive, Diamond Bar, California, and are available to any interested party on request.
City also shall cause a copy of such determinations to be posted at the job site.
The Contractor shall forfeit, as penalty to City, not more than twenty-five dollars
($25.00) for each laborer, workman or mechanic employed for each calendar day or portion
thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of
wages hereinbefore stipulated for any work done under this Agreement, by him or by any
subcontractor under him.
952078.1
The CONTRACTOR and any of its subcontractors must be registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes
the award of a contract for a public work on any public works project awarded after April 1,
2015. This Agreement is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
A. Contractor shall not discriminate as to race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or
sexual orientation, in the performance of its services and duties pursuant to this Agreement,
and will comply with all rules and regulations of City relating thereto. Such nondiscrimination
shall include but not be limited to the following: employment, upgrading, demotion, transfers,
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
B. Contractor will, in all solicitations or advertisements for employees placed
by or on behalf of Contractor state either that it is an equal opportunity employer or that all
qualified applicants will receive consideration for employment without regard to race, color,
creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap,
medical condition, or sexual orientation.
C. Contractor will cause the foregoing provisions to be inserted in all
subcontracts for any work covered by this Agreement except contracts or subcontracts for
standard commercial supplies or raw materials.
19. Time Is of the Essence. Time is of the essence in this Agreement. Contractor
shall do all things necessary and incidental to the prosecution of Contractor's work.
20 Delays and Extensions of Time. Contractor's sole remedy for delays outside
its control shall be an extension of time. No matter what the cause of the delay, Contractor
must document any delay and request an extension of time in writing at the time of the delay to
the satisfaction of City. Any extensions granted shall be limited to the length of the delay
outside Contractor's control. If Contractor believes that delays caused by the City will cause it
to incur additional costs, it must specify, in writing, why the delay has caused additional costs
to be incurred and the exact amount of such cost within 10 days of the time the delay occurs.
No additional costs can be paid that exceed the not to exceed amount absent a written
amendment to this Agreement. In no event shall the Contractor be entitled to any claim for lost
profits due to any delay, whether caused by the City or due to some other cause.
21. Assignment. Contractor shall not assign or transfer any interest in this
Agreement nor the performance of any of Contractor's obligations hereunder, without the prior
written consent of City, and any attempt by Contractor to so assign this Agreement or any
rights, duties, or obligations arising hereunder shall be void and of no effect.
22. Compliance with Laws. Contractor shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
23. 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
952078.1
any other condition of performance under this Agreement. In no event shall the making by City
of any payment to Contractor constitute or be construed as a waiver by City of any breach of
covenant, or any default which may then exist on the part of Contractor, and the making of any
such payment by City shall in no way impair or prejudice any right or remedy available to City
with regard to such breach or default.
24. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal or equitable action or proceeding to enforce or interpret the provisions of
this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its
costs of suit, including reasonable attorney's fees and costs, including costs of expert
witnesses and Contractors.
25. [Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, which cannot be resolved by the
parties, may be referred by the parties hereto for mediation. A third party, neutral mediation
service shall be selected, as agreed upon by the parties and the costs and expenses thereof
shall be borne equally by the parties hereto. The parties agree to utilize their good faith efforts
to resolve any such dispute or controversy so submitted to mediation. It is specifically
understood and agreed by the parties hereto that mutual good faith efforts to resolve the same
any dispute or controversy as provided herein, shall be a condition precedent to the institution
of any action or proceeding, whether at law or in equity with respect to any such dispute or
controversy.
26. 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.
"CONTRACTOR" "CITY"
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765-4178
Attn.: Attn.:
Phone: Phone:
E -Mail: E-mail:
27. Governing Law. This Agreement shall be interpreted, construed and enforced
in accordance with the laws of the State of California.
28. 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.
29. Entire Agreement. This Agreement, and any other documents incorporated
herein by reference, represent the entire and integrated agreement between Contractor and
City. This Agreement supersedes all prior oral or written negotiations, representations or
agreements. This Agreement may not be amended, nor any provision or breach hereof
952078.1
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.
"Contractor" "City"
[Insert Fall Nance of Contractor] CITY OF DIAMOND BAR
By:
Printed N
Title:
By:
Printed Name:
Approved as to form:
M
City Attorney
City Manager or Mayor]
ATTEST:
City Clerk
State of California "CONTRACTOR'S" License No. . [if applicable]
CONTRACTOR'S Business Phone
Emergency Phone
at which CONTRACTOR can be reached at any time.
952078.1
`NOTE. if Contractor 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, tho 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.
952078.1
9:+ 0 . " �, :Y
Ameritech Business Systems, Inc.
Jerry Ruppert
jruppert@ameritechbiz.com
1456 E. Valencia Drive, Fullerton, CA. 92831
Office 800.760.8545 x 226
Mobile 949.812.9174
www.Ameritechbiz.com
Advanced Office Services
Christine Holley
cholley@imagingplus.com
1430-K Village Way
Santa Ana, Ca 92705
949.341.3352
http://imagingplus.com
Caltechcopier
Kathy Clifford
service@caltechcopier.com
970 W 190th St Ste 780
Torrance, CA 90502
800-834-0092
caltechcopier.com
Cell Office Solutions
Roy Bernades
rbernades@kopiers.com
13200 Crossroads Pkwy. N., Suite 400
City of Industry, CA 91746
Phone: 562-695-7775
www.cbeofficesolutions.com
Copy R Office Solutions, LLC
Rob Ravitz
rob@copyr.com
2413 W. Empire Ave
Burbank, CA 91504
(818) 841-1330
www.copyr.com
ComiInk Lasercare
Derek Emblin
Demblin@comlinklasercare.com
5674 EI Camino Real, Ste S
Carlsbad, CA 92008
(760) 804-1440
www.comlinklasercare.com
IKON
Rochelle Asbell
rasbell@ikon.com
Southern and Northern California
7565 Mission Valley Road, Suite 100
San Diego, CA 92108
Phone (619) 725-8339
Fax (619) 220-6069
Officia Imaging
Cesar T. Rosas
crosas@officia.com
725 Town and County Road,
Centrum South, Orange, CA 92868
Office 714.975.5879
Direct 562.556.7809
OM,
(Follows)
THIS AGREEMENT (the "Agreement") is made as of July 1, 2015 by and between the
City of Diamond Bar, a municipal corporation ("City") and Ameritech Business Systems, Inc., a
California corporation ("Contractor").
1. Contractor's Services.
Subject to the terms and conditions set forth in this Agreement Contractor shall provide
to the reasonable satisfaction of the City the 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, Contractor represents and warrants that it has thoroughly investigated the
work and fully understands the difficulties and restrictions in performing the work. Contractor
represents that it is fully qualified to perform such consulting services by virtue of its
experience and the training, education and expertise of its principals and employees.
Kenneth Desforges, Director of Information Systems (herein referred to as the "City's
Project Manager"), shall be the person to whom the Contractor will report for the performance
of services hereunder. It is understood that Contractor shall coordinate its services hereunder
with the City's Project Manager to the extent required by the City's Project Manager, and that
all performances required hereunder by Contractor shall be performed to the satisfaction of the
City's Project Manager and the City Manager
2. Term of Agreement. This Agreement shall take effect July 1, 2015, and shall
continue until June 30, 2018 unless earlier terminated pursuant to the provisions herein. This
Agreement may be extended as provided herein.
3. Compensation. City agrees to compensate Contractor for each service which
Contractor performs to the satisfaction of City in compliance with fee for services set forth in
Exhibit "A". Payment will be made only after submission of proper invoices in the form
specified by City. Total payment to Contractor pursuant to this Agreement shall not exceed
Fifty Thousand Dollars ($50,000) 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. (Any differences between the Proposal —
Exhibit A and this Maintenance Services Agreement, shall be governed by this document and
shall supersede vendors' proposed terms.)
4. Payment.
A. As scheduled services are completed, Contractor shall submit to City an invoice
for the services completed, authorized expenses and authorized extra work actually performed
or incurred.
B. All such invoices shall state the basis for the amount invoiced, including services
completed, the number of hours spent and any extra work performed.
C. City will pay Contractor the amount properly invoiced within 35 days of
receipt. (Any differences between the Proposal — Exhibit A and this Maintenance Services
Agreement, shall be governed by this document and shall supersede vendors' proposed
terms.)
D. Payment shall constitute payment in full for all services, authorized costs and
authorized extra work covered by that invoice.
5. Change Orders. No payment for extra services caused by a change in the
scope or complexity of work, or for any other reason, shall be made unless and until such extra
services and a price therefore have been previously authorized in writing and approved by the
City Manager or his designee as an amendment to this Agreement. The amendment shall set
forth the changes of work, extension of time, if any, and adjustment of the fee to be paid by
City to Contractor.
6. Priority of Documents. In the event of any inconsistency between the
provisions of this Agreement and any attached exhibits, the provisions of this Agreement shall
control.
7. Status as Independent Contractor.
A. Contractor is, and shall at all times remain as to City, a wholly
independent contractor. Contractor shall have no power to incur any debt, obligation, or
liability on behalf of City or otherwise act on behalf of City as an agent, except as specifically
provided herein. Neither City nor any of its agents shall have control over the conduct of
Contractor or any of Contractor's employees, except as set forth in this Agreement. Contractor
shall not, at any time, or in any manner, represent that it or any of its agents or employees are
in any manner employees of City.
B. Contractor agrees to pay all required taxes on amounts paid to Contractor
under this Agreement, and to indemnify and hold City harmless from any and all taxes,
assessments, penalties, and interest asserted against City by reason of the independent
contractor relationship created by this Agreement. In the event that City is audited by any
Federal or State agency regarding the independent contractor status of Contractor and the
audit in any way fails to sustain the validity of a wholly independent contractor relationship
between City and Contractor, then Contractor agrees to reimburse City for all costs, including
accounting and attorney's fees, arising out of such audit and any appeals relating thereto.
C. Contractor shall fully comply with Workers' Compensation laws regarding
Contractor and Contractor's employees. Contractor further agrees to indemnify and hold City
harmless from any failure of Contractor to comply with applicable Worker's Compensation
laws.
D. Contractor shall, at Contractor's sole cost and expense fully secure and
comply with all federal, state and local governmental permit or licensing requirements,
including but not limited to the City of Diamond Bar, South Coast Air Quality Management
District, and California Air Resources Board.
E. In addition to any other remedies it may have, City shall have the right to
offset against the amount of any fees due to Contractor under this Agreement any amount due
to City from Contractor as a result of Contractor's failure to promptly pay to City any
952078.1
reimbursement or indemnification required by this Agreement or for any amount or penalty
levied against the City for Contractor's failure to comply with this Section.
8. Standard of Performance. Contractor shall perform all work at the standard of
care and skill ordinarily exercised by members of the profession under similar conditions and
represents that it and any subcontractors it may engage, possess any and all licenses which
are required to perform the work contemplated by this Agreement and shall maintain all
appropriate licenses during the performance of the work.
9. Indemnification.
Contractor shall indemnify, 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 Worker's Compensation acts and other employee benefit
acts with respect to Contractor's employees or Contractor's contractor's employees arising out
of Contractor's work under this Agreement; and
(2) Any and all claims arising out of Contractor's performance of work hereunder or its
failure to comply with any of its obligations contained in this Agreement, regardless of City's
passive negligence, but excepting such loss or damage which is caused by the sole active
negligence or willful misconduct of the City. Should City in its sole discretion find Contractor's
legal counsel unacceptable, then Contractor shall reimburse the City its costs of defense,
including without limitation reasonable attorneys' fees, expert fees and all other costs and fees
of litigation. The Contractor shall promptly pay any final judgment rendered against the
Indemnitees. It is expressly understood and agreed that the foregoing provisions are intended
to be as broad and inclusive as is permitted by the law of the State of California and will
survive termination of this Agreement. Except for the Indemnitees, this Agreement shall not be
construed to extend to any third party indemnification rights of any kind.
10. Insurance.
A. Contractor shall at all times during the term of this Agreement carry, maintain,
and keep in full force and effect, with an 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
Contractor, its officers, employees, agents, and independent contractors in performance of
services under this Agreement;
(2) property damage insurance with a minimum limit of $500,000.00 per
occurrence;
952078.1
(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) day's prior written notice thereof. Contractor agrees that it will not cancel, reduce or
otherwise modify the insurance coverage and in the event of any of the same by the insurer to
immediately notify the City.
D. All policies of insurance shall cover the obligations of Contractor pursuant to the
terms of this Agreement and shall be issued by an insurance company which is authorized to
do business in the State of California or which is approved in writing by the City; and shall be
placed have a current A.M. Best's rating of no less than A-, VII.
E. Contractor shall submit to City (1) insurance certificates indicating compliance
with the minimum insurance requirements above, and (2) insurance policy endorsements or a
copy of the insurance policy evidencing the additional insured requirements in this Agreement,
in a form acceptable to the City.
F. Self -Insured Retention/Deductibles. All policies required by 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 Contractor (as the named insured) should Contractor fail to pay the
SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the
approval of the City. Contractor understands and agrees that satisfaction of this requirement is
an express condition precedent to the effectiveness of this Agreement. Failure by Contractor
as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement.
Should City pay the SIR or deductible on Contractor's due to such failure in order to secure
defense and indemnification as an additional insured under the policy, City may include such
amounts as damages in any action against Contractor for breach of this Agreement in addition
to any other damages incurred by City due to the breach.
G. Subrogation. With respect to any Workers' Compensation Insurance or
Employer's Liability Insurance, the insurer shall waive all rights of subrogation and contribution
it may have against the Indemnitees.
H. Failure to Maintain Insurance. If Contractor fails to keep the insurance required
under this Agreement in full force and effect, City may take out the necessary insurance and
any premiums paid, plus 10% administrative overhead, shall be paid by Contractor, which
amounts may be deducted from any payments due Contractor.
952078.1
I. Contractor shall include all subcontractors, if any, as insureds under its policies
or shall furnish separate certificates and endorsements for each subcontractor to the City for
review and approval. All insurance for subcontractors shall be subject to all of the
requirements stated herein.
11. Confidentiality. Contractor in the course of its duties may have access to
confidential data of City, private individuals, or employees of the City. Contractor covenants
that all data, documents, discussion, or other information developed or received by Contractor
or provided for performance of this Agreement are deemed confidential and shall not be
disclosed by Contractor without written authorization by City. City shall grant such
authorization if disclosure is required by law. All City data shall be returned to City upon the
termination of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement. Notwithstanding the foregoing, to the extent Contractor
prepares reports of a proprietary nature specifically for and in connection with certain projects,
the City shall not, except with Contractor's prior written consent, use the same for other
unrelated projects.
12. Maintenance and Inspection of Records. In accordance with generally
accepted accounting principles, Contractor and its subcontractors shall maintain reasonably
full and complete books, documents, papers, accounting records, and other information
(collectively, the "records") pertaining to the costs of and completion of services performed
under this Agreement. The City and any of their authorized representatives shall have access
to and the right to audit and reproduce any of Contractor's records regarding the services
provided under this Agreement. Contractor shall maintain all such records for a period of at
least three (3) years after termination or completion of this Agreement. Contractor agrees to
make available all such records for inspection or audit at its offices during normal business
hours and upon three (3) days' notice from the City, and copies thereof shall be furnished if
requested.
13. Conflict of Interest.
A. Contractor covenants that it presently has no interest and shall not acquire
any interest, direct or indirect, which may be affected by the services to be performed by
Contractor under this Agreement, or which would conflict in any manner with the performance
of its services hereunder. Contractor further covenants that, in performance of this Agreement,
no person having any such interest shall be employed by it. Furthermore, Contractor shall
avoid the appearance of having any interest which would conflict in any manner with the
performance of its services pursuant to this Agreement.
B. Contractor covenants not to give or receive any compensation, monetary
or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the
performance of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement.
14. Termination. The City may terminate this Agreement with or without cause
upon thirty (30) days' written notice to Contractor. The effective date of termination shall be
upon the date specified in the notice of termination, or, in the event no date is specified, upon
the thirtieth (30th) day following delivery of the notice. In the event of such termination, City
agrees to pay Contractor for services satisfactorily rendered prior to the effective date of
952078.1
termination. Immediately upon receiving written notice of termination, Contractor shall
discontinue performing services, unless the notice provides otherwise, except those services
reasonably necessary to effectuate the termination. The City shall be not liable for any claim
of lost profits.
15. Personnel. Contractor represents that it has, or will secure at its own expense,
all personnel required to perform the services under this Agreement. All of the services
required under this Agreement will be performed by Contractor or under it supervision, and all
personnel engaged in the work shall be qualified to perform such services. Contractor
reserves the right to determine the assignment of its own employees to the performance of
Contractor's services under this Agreement, but City reserves the right, for good cause, to
require Contractor to exclude any employee from performing services on City's premises.
16. RESERVED
17. 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, 21825
Copley Drive, Diamond Bar, California, and are available to any interested party on request.
City also shall cause a copy of such determinations to be posted at the job site.
The Contractor shall forfeit, as penalty to City, not more than twenty-five dollars
($25.00) for each laborer, workman or mechanic employed for each calendar day or portion
thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of
wages hereinbefore stipulated for any work done under this Agreement, by him or by any
subcontractor under him.
The CONTRACTOR and any of its subcontractors must be registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes
the award of a contract for a public work on any public works project awarded after April 1,
2015. This Agreement is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
18. Non -Discrimination and Equal Employment Opportunity.
A. Contractor shall not discriminate as to race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or
sexual orientation, in the performance of its services and duties pursuant to this Agreement,
and will comply with all rules and regulations of City relating thereto. Such nondiscrimination
shall include but not be limited to the following: employment, upgrading, demotion, transfers,
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
B. Contractor will, in all solicitations or advertisements for employees placed
by or on behalf of Contractor state either that it is an equal opportunity employer or that all
952078.1
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. Contractor will cause the foregoing provisions to be inserted in all
subcontracts for any work covered by this Agreement except contracts or subcontracts for
standard commercial supplies or raw materials.
19. Time Is of the Essence. Time is of the essence in this Agreement. Contractor
shall do all things necessary and incidental to the prosecution of Contractor's work.
20 Delays and Extensions of Time. Contractor's sole remedy for delays outside
its control shall be an extension of time. No matter what the cause of the delay, Contractor
must document any delay and request an extension of time in writing at the time of the delay to
the satisfaction of City. Any extensions granted shall be limited to the length of the delay
outside Contractor's control. If Contractor believes that delays caused by the City will cause it
to incur additional costs, it must specify, in writing, why the delay has caused additional costs
to be incurred and the exact amount of such cost within 10 days of the time the delay occurs.
No additional costs can be paid that exceed the not to exceed amount absent a written
amendment to this Agreement. In no event shall the Contractor be entitled to any claim for lost
profits due to any delay, whether caused by the City or due to some other cause.
21. Assignment. Contractor shall not assign or transfer any interest in this
Agreement nor the performance of any of Contractor's obligations hereunder, without the prior
written consent of City, and any attempt by Contractor to so assign this Agreement or any
rights, duties, or obligations arising hereunder shall be void and of no effect.
22. Compliance with Laws. Contractor shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
23. Non -Waiver of Terms, Rights and Remedies. Waiver by either party of any
one or more of the conditions of performance under this Agreement shall not be a waiver of
any other condition of performance under this Agreement. In no event shall the making by City
of any payment to Contractor constitute or be construed as a waiver by City of any breach of
covenant, or any default which may then exist on the part of Contractor, and the making of any
such payment by City shall in no way impair or prejudice any right or remedy available to City
with regard to such breach or default.
24. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal or equitable action or proceeding to enforce or interpret the provisions of
this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its
costs of suit, including reasonable attorney's fees and costs, including costs of expert
witnesses and Contractors.
25. Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, which cannot be resolved by the
parties, may be referred by the parties hereto for mediation. A third party, neutral mediation
service shall be selected, as agreed upon by the parties and the costs and expenses thereof
shall be borne equally by the parties hereto. The parties agree to utilize their good faith efforts
to resolve any such dispute or controversy so submitted to mediation. It is specifically
952078.1
understood and agreed by the parties hereto that mutual good faith efforts to resolve the same
any dispute or controversy as provided herein, shall be a condition precedent to the institution
of any action or proceeding, whether at law or in equity with respect to any such dispute or
controversy.
26. 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.
"CONTRACTOR"
Ameritech Business Systems, Inc.
1456 E. Valencia Drive
Fullerton, CA. 92831
Attn.: Jerry Ruppert
Phone: 800.760.8545 x 226
E -Mail: jruppert@ameritechbiz.com
"CITY"
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765-4178
Attn.: City Clerk
Phone: 909-839-7080
E-mail: CityClerk@Diamond BarCA. Gov
27. Governing Law. This Agreement shall be interpreted, construed and enforced
in accordance with the laws of the State of California.
28. 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.
29. Entire Agreement. This Agreement, and any other documents incorporated
herein by reference, represent the entire and integrated agreement between Contractor and
City. This Agreement supersedes all prior oral or written negotiations, representations or
agreements. This Agreement may not be amended, nor any provision or breach hereof
waived, except in a writing signed by the parties which expressly refers to this Agreement.
Amendments on behalf of the City will only be valid if signed by a person duly authorized to do
so under the City's Purchasing Ordinance.
IN WITNESS of this Agreement, the parties have executed this Agreement as of
the date first written above.
"Contractor"
Ameritech Business Systems, Inc.
By:
Printed Name:
Title:
By:
952078.1
"City"
CITY OF DIAMOND BAR
Bv:
Steve Tye, Mayor
ATTEST:
Printed Name:
Title:
Approved as to form:
M
City Attorney
City Clerk
State of California "CONTRACTOR'S" License No. . [1f applicable]
CONTRACTOR'S Business Phone
Emergency Phone
at which CONTRACTOR can be reached at any time.
952078.1
*NOTE: If Contractor 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.
952078.7
*NOTE: If Contractor 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.
9520781
CITY COUNCIL
Agenda #
Meeting Date:
6.7
June 16, /2015
AGENDA REPORT
TO: Honorable Mayor and Members of the City Council
VIA: James DeStefano, City Man r'
TITLE: Award of Consulting Services Agree ent to The Comdyn Group, Inc., for as -needed
information technology services in an amount not to exceed $250,000, for the period of
July 1, 2015 through June 30, 2020.
RECOMMENDATION:
Approve
BUDGET/FINANCIAL IMPACT:
There are sufficient appropriated funds in the FY15-16 budget for that years expected expenditures.
Additional appropriations will be requested annually as part of the normal budget process.
DISCUSSION:
In compliance with the City's purchasing ordinance, on Tuesday April 21, 2015 a Request for
Proposal package was sent to the following vendors requesting a proposal for Professional Contract
Service Personnel services for a Network Security Engineer and a GIS Specialist.
Aerotek
Comdyn Group
Kforce
Robert Half Technology
Nelson Technology
Only two companies submitted their proposal by the due date, May 12, 2015 at 11:00am.
The companies include the following:
Comdyn Group
Nelson Technology
Selection of firms is based on a ranking rubric that takes into consideration many variables and
weights them appropriately. Factors that are considered include the following:
1. Total Price (Maximum 45% weight)
2. Compliance with the RFP Submission Procedures and Comprehensiveness of the Response.
(If significant items are missing or out of compliance this could be instant disqualification)
(Maximum 20% weight)
3. Information Obtained from References (Maximum 25% weight)
4. Prior Experience of the Firm with the City of Diamond Bar (Maximum 10% weight)
Findings
1. Total Price:
The pricing for the Professional service agreement is based on a mark-up over the pay
rate of the staff member.
Comdyn Group is proposing a mark-up of 25% for one of the positions and a 40% mark
up for the other positon.
Nelson Technology is proposing a mark-up of 40% for both positions.
2. Compliance:
The proposal from Comdyn Group complies with all of the criteria set forth in the RFP
document.
The proposal from Nelson Technology complies with all of the criteria set forth in the
RFP document.
3. References:
A reference questionnaire was used to survey 3 references from each firm. The scores
from the questionnaire were totaled up and average total score was calculated.
Comdyn Group received an average overall score of 9.83.
Nelson Technology received an average overall score of 9.46.
4. Experience with the Firm:
Comdyn Group has over 10 years of experience with the City of Diamond Bar and
Nelson Technology has no prior experience with the City of Diamond Bar.
The final score on the RFP Vendor Ranking Rubric shows Comdyn Group with a total score of 100
and Nelson Technology with a total score of 75.
The Comdyn Group, Inc. (Comdyn) provides temporary technical personnel which assist the City's
Information Services Department on an as -needed basis. Specifically, Comdyn personnel assist with
advanced network security including monitoring critical security systems and providing security
configuration support to ensure the highest level of network security and prevent unauthorized access
to critical City information.
In addition, Comdyn provides specific technical assistance for the City's Geographical Information
System (GIS) program. For the past several years, the City has utilized Comdyn GIS staff to assist in
the creation of the underlying database, base map, and other crucial elements of the program. By
utilizing these resources instead of hiring a full time GIS staff member, the City has been able to
provide this high quality service to the public and City departments at a lower cost.
Historically the City expends approximately $36,000 - $48,000 per year on as -needed information
technology consulting services.
Due to an improving economy, demand for GIS services by the City has increased for projects such
as the Site "D"/Willow Springs, Millennium, and others. GIS services have also become invaluable
support for the City Prosecutor and Code Enforcement cases, and has been of use supporting other
city services including Public Works, and geolocating our city's armed forces banners. The City's
need for advanced network security, including monitoring critical security systems, has remained
constant, and it is believed that an amount of approximately $50,000 per year will be sufficient to
meet the city's anticipated needs.
The City has utilized Comdyn technical staff for the past 10 years and has been very satisfied with
their performance. The technical staff provided by Comdyn are highly qualified, very familiar with City
systems and programs, and provide a high level of technical skills and expertise beyond those of City
staff.
Prepared by:
Bids Reviewed by:
stems Dianna Honeywell, Director Finance
Attachment: A - Comdyn Response to Request for Proposal
B - Copy of City's Request for Proposal
C - Consulting Services Agreement
3
Attachment 1
(Follows)
�F.
Information Technology Services
People, Systems, Solutions
I�. �� i"" FOR
PROPOSAL
i r f� y$ ��� F._.
1 i
2015-2016
/
I� •'' •'. • - ice_, •,-01
ice.
�'-�I 'ir e fir �i �i1 I,RC.
TheComdynGnoup, Inc. 100 E. Thousand Oaks Blvd., Suite 210, Thousand Oaks, OA 91360
806 418 1812 ® 800-300-9203 ® Fax 805 498 5852 ® http://van .comdyn.com
Information Technology Services
People, Systems, Solutions
May 7, 2015
We are pleased to present our proposal for your use of our services in response to your Request for Proposal.
The following pages of this document provide detail on our organization, history, ownership and services
offered.
COMDYN (originally Computer Dynamics, Inc.) was formed in June, 1981 by Robert J. Brown. As an
experienced business service provider (formerly with IBM and Xerox) he had a vision and goal of providing
the best possible services at reasonable prices and customized delivery specifically to the needs of each
client. We're completing our 35th year under the same ownership and Robert Brown remains as President.
Our two principle service offerings are (1) the provision of high quality professional IT staffing services and
(2) a strong history of successful IT project management to companies and government organizations in
California. We have service offices in Laguna Hills and Thousand Oaks, thus enabling responsive
professional services throughout SouthernCalifornia. We have built a strong reputation providing the sort
of professional services your document demands in a very consistent way always adapting to the latest
leading edge technologies.
Over the years we've evolved to provide a menu of services from our staff of consummate 171 professionals
and welcome the opportunity to work with your staff in achieving technology solutions that meet the City's
business needs.
We believe the top reasons our clients continue to use our services year after year is the reliability we
provide, the trust we earn, and the punctual results our customers gain. Our moderate pricing and top IT
talent we provide make us an excellent partner for our clients. We strive to provide the most value and best
overall service per dollar expended and our customers tend to agree. The effort we put forth in the selection
process allows our customers to focus on their management responsibilities and spend less time interviewing
candidates.
Our clients include and have included large and small business organizations and public entities, including
the cities of Diamond Bar, Santa Ana, Huntington Beach, Burbank and Torrance, CA.
The undersigned is the point of contact for this effort and I look forward to hearing from you with any
questions or discussion items you may have. I also look forward to hearing that we've been selected to be
one of your preferred providers of professional services.
Sincerely,
The Comdyn Group, Inc.
%
% �®
Dian�a town
Vice President
(805) 418-1812 xI12
(949) 951-3217
dbrown@comdyn.com
TheComdynGroup, Inc. 100 E. Thousand Oaks Blvd., Suite 210, Thousand Oaks, CA 91360
8054181812 ® 800-300-9203 ® Fax 805 498 5852 ® http://www.comclyn.wm
REQUEST O PROPOSAL
The City of Diamond Bar is seeking responses from qualified firms to provide
Professional Contract Service Personnel (Network Security Engineer and GIS
Specialists)
oqwk.. .� .•
The City of Diamond Bar ("City") currently is soliciting proposals from qualified firms
who can provide technical contract service personnel and consulting services on an as
needed basis for a one year period. The new support contract will need to be
implemented by July 1, 2015 at the beginning of the next fiscal year (FY 2015116). This
will be a one-year contract that provides the City with the right to renew for up to five
additional one-year terms for a total of six years. This should be reflected in the
proposed pricing.
Services will be provided for and administered through the Information Systems
Department.
It is anticipated that the personnel provided would be used in three distinct situations:
® Provide staff for temporary situations which do not justify the addition of regular
City staff.
® Provide staff with unique technical skills to act as a technical resource to project
teams for projects which do not justify the addition of regular staff.
a Provide staff for situations which exceed the capacity of existing City staff.
All situations require highly qualified technical contract service personnel who perform
exceptionally well in their specialties.
Page 1
City of Diamond Bar Request For Proposal
1081542.1
Technical contract service personnel and consultants will work as members of City
project teams and will serve as technical resources and will perform services of varying
length.
In response to requests from the Information Services Division for services, firms shall:
a. Research their roster of employees and/or recruit candidates to fill the City's
needs.
b. Screen available candidates in order to match technical skills and work
experience with requirements of the City job assignments.
c. Confirm candidate qualifications including: technical skills, experience, work
habits, interpersonal skills, quality of work performed, reference checks, etc.
d. Confirm candidate availability for the City assignment.
e. Provide the Information Services Division with resumes of screened qualified
candidates (identifying skills, work experience, and education) and their charge
(i.e. bill) rates.
f. Upon the City's conditional acceptance of a candidate, the City may require
candidates to complete a "Live Scan" background check with results acceptable
to the City.
After a candidate has been accepted but prior to beginning work for the City„
inform the candidate on the standard of conduct required of those working with
the City and brief the candidate on pertinent firm business procedures (e.g. time
reporting, requesting time off, employee benefits, etc.)
After an engagement starts, monitor candidate performance on a periodic basis
to ensure their continuing fit with the City and the City's satisfaction.
There is no guarantee as to the number of times a firm will be used or the dollar amount
that will be expended with them. It is expected that up to $50,000 for all services may be
expended during a fiscal year.
a. Firms will be responsible for all payments and benefits for contract service
personnel placed on assignments with the City, including: payroll, taxes, other
withholding, vacation, other benefits, etc.
b. Firms will be responsible for the conduct of any personnel placed with the
City.
Page 2
City of Diamond Bar Request For Proposal
1081542.1
c. Firms will provide training and education programs for personnel on
assignment with the City. This in intended to ensure that these personnel
remain technically knowledgeable to perform their assignments for the City.
d. Firms will provide programs which will promote the retention f4 their
personnel on assignment with the City.
The Firm shall be responsible for all personnel compensation and benefits provided to
City, including, but not limited to:
a. Salaries, wages, bonuses, Federal and State Unemployment Insurance;
b. State and Federal Income taxes;
c. F.I.C.A. taxes;
d. The provision of Workers' Compensation; and
e. Any other laws relating to employees, such as wage and hour laws, safety and
health requirements, and collective bargaining laws, as applicable.
The skills and services will be needed in the fields of:
® Network Security Engineer
® Geographic Information Systems (GIS) Specialists
e
The City reserves the right in its sole discretion, with or without cause, to demand
immediate removal and replacement of any individual assigned by a firm. The City shall
not be liable for payment of services that are reasonably determined by the City to be
unsatisfactory.
City agrees to compensate Contractor for each service which Contractor performs to the
satisfaction of the City. Payment will be made only after submission of proper invoices
in the form specified by City. The amount shall include all costs, including, but not
limited to, all clerical, administrative, overhead, telephone, travel and all related
expenses. No increase in price charged to the City for personnel will be allowed during
the period for which the personnel is provided, without the City's concurrence and prior
approval.
The proposal must include the following:
Page 3
City of Diamond Bar Request For Proposal
1081542.1
Cover letter including firm name, address and telephone number, background
information and the name of the contact person.
1. A letter summarizing the overall proposal
2. Proposers to provide a summary of:
a The organization
a The ownership
® The major service offered by the Proposer's firm
® The number of years that the Proposer has been in the business of providing
temporary technical contract service personnel and/or consulting services.
Overall qualifications of the Proposer and experience and ability to provide
temporary technical contract service personnel and/or consulting services.
® Any unique qualifications and experience which distinguish Proposer's ability
to provide temporary technical staffing and/or consulting.
3. Scope of services.
4. Proposed fees for services. Identify the proposed percentage "markup" over
the base hourly salary paid to the Proposer's employee while on assignment
with the City
5. A list of at least 5 references for similar work; including phone number and email
address.
..�
The City requires consultants doing business with it to obtain insurance, and proof of
insurance must be provided within 30 days of notice of selection and prior to the
commencement of any work on the project. The indemnity and insurance
requirements are as follows.
Indemnification. Consultant agrees to indemnify the City, its officers,
agents, volunteers, employees, and attorneys against, and will hold and
save them and each of them harmless from, 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 the acts, errors or
omissions of Consultant, its agents, employees, subcontractors, or
invitees, including each person or entity responsible for the provision of
services hereunder, excluding liability caused by the sole negligence or
wrongful acts or omissions of City.
A. Consultant shall at all times during the term of this Agreement
carry, maintain, and keep in full force and effect the following insurance
(1) a policy or policies of broad -form comprehensive general liability
Page 4
City of Diamond Bar Request For Proposal
1081542.1
insurance with minimurn 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 minirnum combined single limits
coverage of $500,000.00; (3) automotive liability insurance, with minimum
combined single limits coverage of $500,000.00; (4) workers'
compensation insurance with a minimum limit of $500,000.00 or the
amount required by law, whichever is greater. The City, its officers,
employees, attorneys, and volunteers shall be named as additional
insureds on the policy(ies) as to comprehensive general liability, property
damage, and automotive liability. The policy(ies) as to comprehensive
general liability, property damage, and automobile liability shall provide
that they are primary, and that any insurance maintained by the City shall
be excess insurance only.
B. All insurance policies shall provide that the insurance coverage
shall not be non -renewed, canceled, reduced, or otherwise modified
(except through the addition of additional insureds to the policy) by the
insurance carrier without the insurance carrier giving City thirty (30) days
prior written notice thereof. Consultant agrees that it will not cancel,
reduce or otherwise modify the insurance coverage.
C. All policies of insurance shall cover the obligations of Consultant
pursuant to the terms of this Agreement; shall be issued by an insurance
company which is admitted to do business in the State of California or
which is approved in writing by the City; and shall be placed with a current
A.M. Best's rating of no less than A VII.
D. Consultant shall submit to City: (1) insurance certificates
evidencing the required insurance and (2) insurance policy endorsements
executed on City's appropriate standard forms entitled "Additional Insured
Endorsement," or on a substantially similar form which the City approves
in writing or a copy of the policy evidencing that the City, its officers,
agents, volunteers, employees, and attorneys are additional insureds.
Interested firms must submit a copy of the proposal via mail or email to:
Mail:
Ken Desforges, Information Systems Director
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765
Email:
Page 5
City of Diamond Bar Request For Proposal
1081542.1
KQesfcroe CiarncndBarCA.ocv
Note: Optional site visit on April 28, 2016; for those interested in a site visit and walk
through, please contact Alfredo Estevez. AEstevez6DQ[amo2,dBarCA.gov.
The envelope shall be clearly marked with the notation "DO NOT OPEN —
PROPOSAL." The proposal shall be delivered the addressee on or before
11:00 1 rM , - -
Selection of the firm will be done on a competitive basis. In reviewing and
evaluating the response to this RFP, City staff will consider the following:
Responsiveness and comprehensiveness of the proposal with respect to this
Request for Proposals (RFP).
2. Experience of the firm.
3. Related experience and qualifications.
4. Information obtained from references.
5. Reasonableness of the proposed fee.
6. Ability to meet City contract requirements a form of which is attached hereto as
Attachment B.
The criteria should not be construed so as to limit other considerations which may
become apparent during the review and selection process.
There is no guarantee as to the number of times an agency will be used or the dollar
amount that will be expended with them.
The City reserves the right to reduce or revise elements of the service contract prior to
the award of any contract. Furthermore, the City reserves the right to reject any or all
proposals submitted; and no representation is made hereby that any contract will be
awarded pursuant to this Request for Proposal, or otherwise.
All costs incurred in the preparation of the proposal, in the submission of additional
information and/or in any other aspect of a proposal prior to the award of a written contract
will be borne by the proposer.
Page 6
City of Diamond Bar Request For Proposal
1081542.1
The City shall only provide the staff assistance and documentation specifically referred to
herein and shall not be responsible for any other cost of obligation of any kind which may
be incurred by the proposing firm. All proposals submitted to the City in response to this
RFP shall become property of the City.
All questions concerning this RFP should be directed to Ken Desforges, Information
Systems Director at 909.039.7080 or by email (KDesforges@DiamondBarCA.gov).
Page 7
City of Diamond Bar Request For Proposal
1081542.1
Position Descriptions Appendix A
Duties
m Troubleshoot & support networking concepts and protocols such
as: VLAN/PVLAN, STP, HSRPIVRRP, IP subnetting, routing.
Increasing understanding of a wider set of protocols and advanced
technologies
• Engineer network security components such as firewalls, VPN,
load balancers, IPS/IDS
® Configure and troubleshoot server load balancing mechanisms
and algorithms
® Proficient understanding and experience using configuration
management and/or diagnostic tools, monitoring applications and
performance analysis tools
® Will work with distributed, complex enterprise deployments
including: multi -tiered environments, virtualization technologies,
operating systems, routing, monitoring, storage connectivity,
capacity planning, backups, network security
® Will configure, test and troubleshoot on platforms like Cisco PIX,
ASA, FWSM, ACE appliance/module, Nexus 1000; Juniper
Netscreen, F5 LTM/GTM, Citrix Netscaler
® Experience with DDOS and traffic mitigation techniques
Education/Certification
® Formal training courses in networking, protocols, device
programming, etc. desirable.
® Vendor Certification by Cisco and/or Network General highly
desirable.
Work
® 5+ years network security IT experience
Experience/Skills/Knowledge/
o 2+ years service provider experience preferably in a Data Center
Abilities
environment
® Certification in CCNA required
® Certification in CISSP, CCNP-Security, or equivalent experience
desired
® Proficient hands -oh experience and understanding of fundamental
networking concepts and protocols such as: VLAN/PVLAN, STP,
HSRP/VRRP, IP subnetting and routing
Other
® Must have a valid Class C Driver's license.
® Manual dexterity to manipulate tools, test equipment, electronic
devices, computers and keyboards.
o Ability to lift and move objects weighing up to 50 pounds-
* Ability to read printed documentation and computer screens.
e Ability to recognize and respond to alarm sounds and equipment
generated signals.
Geographic information Systems (GM)
Specialists
Duties
Ed ucation/Certification
• Create maps and graphs, using GIS software and
related equipment.
• Meet with users to define data needs, project
requirements, required outputs, or to develop
applications.
• Conduct Research to locate and obtain existing
databases.
• Gather, analyze, and integrate spatial data from staff
and determine how best the information can be
displayed using GIS.
• Compile geographic data from a variety of sources
including censuses, field observation, satellite
imagery, aerial photographs, and existing maps.
• Analyze spatial data for geographic statistics to
incorporate into documents and reports.
• Design and update database, applying additional
knowledge of spatial feature representations.
• Enter new map data through use of a digitizer or by
direct input of coordinate information using the
principles of cartography including coordinate
systems, longitude, latitude, elevation, topography,
and map scales.
• Analyze geographic relationships among varying
types of data.
• Prepare metadata and other documentation.
• Operate and maintain GIS system hardware,
software, plotter, digitizer, color printer, and video
camera.
• Move, copy, delete, and add files, drawings, and
maps to output reports in hard copy or electronic
transfer.
• Present information to users and answer questions.
• Retrieve stored maps.
• B.S. in Computer Science, Geography or related field
or five (5) years of experience working with a GIS
system
Work E=xperience/Skills/Knovaledge/Abilities
Other
* Possess at least 3 years of experience utilizing
ArcGIS/Arclnfo Workstation (ArcMAP) GIS to QA/QC
useable files.
® Geography - Knowledge of various methods for
describing the location and distribution of land, sea,
and air masses including their physical locations,
relationships, and characteristics.
® Communication, Written, Oral, and Cartographic -
The ability to convey GIS/spatial information to non-
GIS/technical people-
* Analytical Skills - The ability to solve problems using
the GIS suite of tools.
® Mathematics - Using mathematics to solve problems.
® Information Gathering - Knowing how to find
information and identify essential information, and
validate the information.
® Information Ordering - The ability to correctly follow a
given rule or set of rules in order to arrange things or
actions in a certain order.
® Computer Science - Using and developing computer
programs to solve problems.
® Systems Evaluation - Looking at many indicators of
system performance, taking into account their
accuracy
® Must have a valid Class C Drivers license.
® Manual dexterity to manipulate electronic devices,
computers and keyboards.
® Ability to read printed documentation and computer
screens.
Attachment B
W�.,i ff_ ., Non -Design
(
THIS AGREEMENT (the "Agreement") is made as of July 1, 2015 by
and between the City of Diamond Sar, a municipal corporation ("City") and The Comdyn
Group, Inc.
a [Inert the type of entity of the Consultant, e.g., Inc., a California corporation, a
California general partnerships a California limited liability company, a sole
proprietor, etc.] ("Consultant").
Subject to the terms and conditions set forth in this Agreement Consultant shall
provide to the reasonable satisfaction of the City the services set forth in the attached
Exhibit "A", which is incorporated herein by this reference. As a material inducement to
the City to enter into this Agreement, Consultant represents and warrants that it has
thoroughly investigated the work and fully understands the difficulties and restrictions in
performing the work. Consultant represents that it is fully qualified to perform such
consulting services by virtue of its experience and the training, education and expertise
of its principals and employees.
Ken Dnforges, Information Systems Director (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 July 1, 2015, and
shall continue until June 30, 2016 unless earlier terminated pursuant to the provisions
herein.
3. Compensation. City agrees to compensate Consultant for each service
which Consultant performs to the satisfaction of City in compliance with the scope of
services set forth in Exhibit "A". Payment will be made only after submission of proper
invoices in the form specified by City. Total payment to Consultant pursuant to this
Agreement shall not exceed [Spell out dollar amount] (See Exhibit "A") 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.
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.
7 Protessional Services — Non Design
952077.1
Attachment B Draft
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, but may withhold 30% of any invoice
until all work is completed, which sum shall be paid within 35 days of completion of the
work and receipt of all deliverables.
D. Payment shall constitute payment in full for all services, authorized costs
and authorized extra work covered by that invoice.
5. Change Orders. No payment for extra services caused by a change in the
scope or complexity of work, or for any other reason, shall be made unless and until such
extra services and a price therefore have been previously authorized in writing and
approved by the City Manager or his designee as an amendment to this Agreement. the
amendment shall set forth the changes of work, extension of time, if any, and adjustment
of the fee to be paid by City to Consultant.
6. Priority of Documents. In the event of any inconsistency between the
provisions of this Agreement and any attached exhibits, the provisions of this Agreement
shall control.
A. Consultant is, and shall at all times remain as to City, a wholly
independent contractor. Consultant shall have no power to incur any debt, obligation, or
liability on behalf of City or otherwise act on behalf of City as an agent, except as
specifically provided herein. Neither City nor any of its agents shall have control over the
conduct of Consultant or any of Consultant's employees, except as set forth in this
Agreement. Consultant shall not, at any time, or in any manner, represent that it or any
of its agents or employees are in any manner employees of City.
B. Consultant agrees to pay all required taxes on amounts paid to
Consultant under this Agreement, and to indemnify and hold City harmless from any and
all taxes, assessments, penalties, and interest asserted against City by reason of the
independent contractor relationship created by this Agreement. In the event that City is
audited by any Federal or State agency regarding the independent contractor status of
Consultant and the audit in any way fails to sustain the validity of a wholly independent
contractor relationship between City and Consultant, then Consultant agrees to reimburse
City for all costs, including accounting and attorney's fees, arising out of such audit and
any appeals relating thereto.
C. Consultant shall fully comply with Workers' Compensation laws
regarding Consultant and Consultant's employees. Consultant further agrees to
indemnify and hold City harmless from any failure of Consultant to comply with applicable
Worker's Compensation laws.
2 Professional Services - Non Design
952077.1
Attachment B Draft
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 Sar, 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.
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 Cgnsultant's contractor's
employees arising out of Consultant's work under this Agreement; and
(2) Any and all claims arising out of Consultant's performance of work hereunder
or its failure to comply with any of its obligations contained in this Agreement, regardless
of City's passive negligence, but excepting such loss or damage which is caused by the
sole active negligence or willful misconduct of the City. Should City in its sole discretion
find Consultant's legal counsel unacceptable, then Consultant shall reimburse the City its
costs of defense, including without limitation reasonable attorneys' fees, expert fees and
all other costs and fees of litigation. The Consultant shall promptly pay any final judgment
rendered against the Indemnitees. It is expressly understood and agreed that the
foregoing provisions are intended to be as broad and inclusive as is permitted by the law
of the State of California and will survive termination of this Agreement. Except for the
Indemnitees, this Agreement shall not be construed to extend to any third party
indemnification rights of any kind.
3 Protessional Services - Non Design
952077.1
Attachment B Draft
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
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
952077.1 4 Protessional Services - Non Design
Attachment B Draft
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.
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
S Protessional Services - Non Design
952077.1
Attachiu ent B graft
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.
A. Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the services to be
performed by Consultant under this Agreement, or which would conflict in any manner
with the performance of its services hereunder. Consultant further covenants that, in
performance of this Agreement, no person having any such interest shall be employed by
it. Furthermore, Consultant shall avoid the appearance of having any interest which
would conflict in any manner with the performance of its services pursuant to this
Agreement.
B. Consultant covenants not to give or receive any compensation,
monetary or otherwise, to or from the ultimate vendor(s) of hardware or software to City
as a result of the performance of this Agreement. Consultant's covenant under this
section shall survive the termination of this Agreement.
14. Termination. The City may terminate this Agreement with or without cause
upon fifteen (15) days' written notice to Consultant. The effective date of termination shall
be upon the date specified in the notice of termination, or, in the event no date is specified,
upon the fifteenth (15th) day following delivery of the notice. In the event of such
termination, City agrees to pay Consultant for services satisfactorily rendered prior to the
effective date of termination. Immediately Ippon receiving written notice of termination,
Consultant shall discontinue performing services, unless the notice provides otherwise,
except those services reasonably necessary to effectuate the termination. The City shall
be not liable for any claim of lost profits.
15. Person nell®esignated Person. Consultant represents that it has, or will
secure at its own expense, all personnel required to perform the services under this
Agreement. All of the services required under this Agreement will be performed by
Consultant or under it supervision, and all personnel engaged in the work shall be
qualified to perform such services. Except as otherwise authorized by the City's Project
Manager, [If applicable, name of designated person] shall be the person who primarily
performs the work provided under this Agreement. Except as provided in this Agreement,
Consultant reserves the right to determine the assignment of its own employees to the
performance of Consultant's services under this Agreement, but City reserves the right in
its sole discretion to require Consultant to exclude any employee from performing
services on City's premises. [Optional]
6 Professional Services - Non Design
952077.1
Attachment E Draft
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 adverfising; layoff or
termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship.
D. Consultant will, in all solicitations or advertisements for employees
placed by or on behalf of Consultant state either that it is an equal opportunity employer
or that all qualified applicants will receive consideration for employment without regard to
race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or
mental handicap, medical condition, or sexual orientation.
C. Consultant will cause the foregoing provisions to be inserted in all
subcontracts for any work covered by this Agreement except contracts or subcontracts
for standard commercial supplies or raw materials.
17. Time of Completion. Consultant agrees to commence the work provided
for in this Agreement within (5) days of being notified by the City to proceed and to
diligently prosecute completion of the work within N/A (_) calendar days from
such date or as may otherwise be agreed to by and between the Project Manager and
the Consultant.
19. Time Is of the Essence. Time is of the essence in this Agreement.
Consultant shall do all things necessary and incidental to the prosecution of Consultant's
work.
19. Liquidated Damages. Consultant shall pay City, or have withheld from
monies due it, as liquidated damages, the sum of N/A Dollars ($_) per day
for each and every calendar days delay in finishing the work within the time specified,
including any written extensions which may be granted, in writing, in accordance with this
Agreement. [Optional)
20. Delays and Extensions of Time. Consultant's sole remedy for delays
outside its control shall be an extension of time. No matter what the cause of the delay,
Consultant must document any delay and request an extension of time in writing at the
time of the delay to the satisfaction of City. Any extensions granted shall be limited to the
length of the delay outside Consultant's control. If Consultant believes that delays caused
by the City will cause it to incur additional costs, it must specify, in writing, why the delay
has caused additional costs to be incurred and the exact amount of such cost within 10
days of the time the delay occurs. No additional costs can be paid that exceed the not to
exceed amount absent a written amendment to this Agreement. In no event shall the
Consultant be entitled to any claim for lost profits due to any delay, whether caused by
the City or due to some other cause.
7 Professional Services - Non Design
952077.1
Attachment B Draft
21. 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.
22: Cor.-pliance with Laws. Consultant shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
23. 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
prajo edira ae9v right or rarr4aedy available 4n City 6nrlth regardto such breach ar default.
24. Attorney®s Fees. In the event that either party to this Agreement shall
commence any legal or equitable action or proceeding to enforce or interpret the
provisions of this Agreement, the prevailing party in such action or proceeding shall be
entitled to recover its costs of suit, including reasonable attorney's fees and costs,
including costs of expert witnesses and consultants.
26. (Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, which cannot be resolved by the
parties, may be referred by the parties hereto for mediation. A third party, neutral
mediation service shall be selected, as agreed upon by the parties and the costs and
expenses thereof shall be borne equally by the parties hereto. The parties agree to utilize
their good faith efforts to resolve any such dispute or controversy so submitted to
mediation. It is specifically understood and agreed by the parties hereto that mutual good
faith efforts to resolve the same any dispute or controversy as provided herein, shall be
a condition precedent to the institution of any action or proceeding, whether at law or in
equity with respect to any such dispute or controversy.
26. 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, orto such other addresses as the parties
may, from time to time, designate in writing pursuant to the provisions of this section.
"CONSULTANT" "CITY,
The Comdyn Group, Inc.
100 E. Thousand Oaks Blvd., Ste. 210
Thousand Oaks, CA 91360
Attn.: Diana Brown,
Vice President
Phone: (805) 418-1812
952077.1
City of Diamond Bar
21810 Copely Drive
Diamond Bar, CA 91765-4178
Attu.: Ken Desforges,
Information Systems Director
Phone: (909) 839-7080
$ Protessional Services - Non Design
RM
7� !_ 14,. 'i ` • J, �. :-! .� A` "' SII Y �_..! � 1J1 l��� ]In;
constituteshall ! the same instrument
9 Entire Agreement.This rte- and any other documents
Consultant ! City. This Agreement _ supersedesprior oral i _ negotiations,
representations or agreements. This Agreement may not be amended, nor any provision
to this Agreement. Amendments on behalf of the Uty vAll only be valid if signed by
person duly authorized to do so under the City's Purchasing Ordinance.
Approvedas oform:
City Attorney
_ ----
457077.1
I III IF, URN
an
City Clerk
P7ofiessional5eovices - Man Design
A6dc4 F.eE@W@@€:WE@ GO
952077.1
Draft
if Consultant is a corporation, the City requires the following signature(s):
(9) the Chairman of the Board, the President or a Vice -President, AND (2) the Secretary,
the Chief FinanriA Offirgr. the Treasurer an Assistant Secretary nr 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 comorate 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.
10 Protessional Services - Non Design
Tom Gergen
Manager, Information Services
City of Santa Ana
tgergen@santa-ana.org
(714) 647-695-0
Jeff Kugel
Director of Planning
City of Glendora
jkugel@ci.glendora.ca.us
(626) 914-8215
Keith Grossman
Chief Financial Officer
Adler Realty
kgrossman@adier-realty.com
(818) 480-5500
Bill Pedersen
Manager, Solutions Architecture & Software Engineering
AGIA, Inc.
bpedersen@AGIA.com
(805) 566-9191 x2550
Dennis Dougherty
IT Manager
Astro Pneumatic Tool Company
Denlaptp@astrotools.com
(800)221-9705
The Corndyn Group Inc. will provide Security, GIS, and other Information
Technology Consultants to the City of Diamond Bar on an "as needed basis"
Anticipated Annual use:
Security Consulting - $12,000 (@ 130 hrs at $91.86 per hour)
GIS Consulting — $35,000 (@460 hrs at $75.97 per hour)
AMN9111n;
Compensation & Payment Schedule:
Existing Contractor Billing rate(s) for the City of Diamond Bar:
Security Consulting - Billing Rate = $91.86
GIS Consulting — Billing Rate = $75.97
New Contractor Billing rate(s) for the City of Diamond Bar:
Payroll Service (City located contractor) -
Contractor base hourly pay rate + a 25% Mark-up
Standard Contractors (Comdyn located contractor) -
Contractor base hourly pay rate + a 40% Mark-up
Actual rates may vary over the term of the agreement as they are based upon
the type of service provided and successfully negotiations with each individual
providing that service. Per, Section 15 Personnel/Designated Person of this
agreement, any changes in assigned staff or billing rate must be approved in
writing by the project manager.
Terms are net 30 on invoices submitted with approved contractor time cards.
(Follows)
REQUEST FOR PROPOSAL
Professional Contract Service Personnel Services
The City of Diamond Bar is seeking response&irom qualified firms to provide
Professional Contract Service Personnel (Network Security Engineer and GIS
Specialists)
GENERALBACKGROUND:
The City of Diamond Bar ("City") currently is soliciting proposals from qualified firms
who can provide technical contract service personnel and consulting services on an as
needed basis for a one year period. The new support contract will need to be
implemented by July 1, 2015 at the beginning of the next fiscal year (FY 2015/16). This
will be a one-year contract that provides the City with the right to renew for up to five
additional one-year terms for a total of six years. This should be reflected in the
proposed pricing.
SCOPE OF SERVICES:
Services will be provided for and administered through the Information Systems
Department.
It is anticipated that the personnel provided would be used in three distinct situations:
• Provide staff for temporary situations which do not justify the addition of regular
City staff.
Provide staff with unique technical skills to act as a technical resource to project
teams for projects which do not justify the addition of regular staff.
Provide staff for situations which exceed the capacity of existing City staff.
All situations require highly qualified technical contract service personnel who perform
exceptionally well in their specialties.
Page 1
City of Diamond Bar Request For Proposal
Technical contract service personnel and consultants will work as members of City
project teams and will serve as technical resources and will perform services of varying
length.
In response to requests from the Information Services Division for services, firms shall:
a. Research their roster of employees and/or recruit candidates to fill the City's
needs.
b. Screen available candidates in order to match technical skills and work
experience with requirements of the City job assignments.
c. Confirm candidate qualifications including: technical skills, experience, work
habits, interpersonal skills, quality of work performed, reference checks, etc.
d. Confirm candidate availability for the City assignment.
e. Provide the Information Services Division with resumes of screened qualified
candidates (identifying skills, work experience, and education) and their charge
(i.e. bill) rates.
f. Upon the City's conditional acceptance of a candidate, the City may require
candidates to complete a "Live Scan" background check with results acceptable
to the City.
After a candidate has been accepted but prior to beginning work for the City„
inform the candidate on the standard of conduct required of those working with
the City and brief the candidate on pertinent firm business procedures (e.g. time
reporting, requesting time off, employee benefits, etc.)
After an engagement starts, monitor candidate performance on a periodic basis
to ensure their continuing fit with the City and the City's satisfaction.
There is no guarantee as to the number of times a firm will be used or the dollar amount
that will be expended with them. It is expected that up to $50,000 for all services may be
expended during a fiscal year.
FIRM RESPONSIBILITIES
a. Firms will be responsible for all payments and benefits for contract service
personnel placed on assignments with the City, including: payroll, taxes, other
withholding, vacation, other benefits, etc.
b. Firms will be responsible for the conduct of any personnel placed with the
City.
Page 2
City of Diamond Bar Request For Proposal
c. Firms will provide training and education programs for personnel on
assignment with the City. This in intended to ensure that these personnel
remain technically knowledgeable to perform their assignments for the City.
Firms will provide programs which will promote the retention of their
personnel on assignment with the City.
LABOR AND WAGE REQUIREMENTS
The Firm shall be responsible for all personnel compensation and benefits provided to
City, including, but not limited to:
a. Salaries, wages, bonuses, Federal and State Unemployment Insurance;
b. State and Federal Income taxes;
c. F.I.C.A. taxes;
d. The provision of Workers' Compensation; and
e. Any other laws relating to employees, such as wage and hour laws, safety and
health requirements, and collective bargaining laws, as applicable.
DESCRIPTION OF TECHNICAL POSITIONS TO BE PROVIDED
The skills and services will be needed in the fields of:
• Network Security Engineer
• Geographic Information Systems (GIS) Specialists
PERSONNELAPPROVAL
The City reserves the right in its sole discretion, with or without cause, to demand
immediate removal and replacement of any individual assigned by a firm. The City shall
not be liable for payment of services that are reasonably determined by the City to be
unsatisfactory.
PRICES
City agrees to compensate Contractor for each service which Contractor performs to the
satisfaction of the City. Payment will be made only after submission of proper invoices
in the form specified by City. The amount shall include all costs, including, but not
limited to, all clerical, administrative, overhead, telephone, travel and all related
expenses. No increase in price charged to the City for personnel will be allowed during
the period for which the personnel is provided, without the City's concurrence and prior
approval.
SUBMISSION PROCEDURES:
The proposal must include the following:
Page 3
City of Diamond Bar Request For Proposal
Cover letter including firm name, address and telephone number, background
information and the name of the contact person.,
1. A letter summarizing the overall proposal
2. Proposers to provide a summary of:
• The organization
• The ownership
• The major service offered by thwProposer's firm
• The number of years that the Proposer has been in the business of providing
temporary technical contract service personnel and/or consulting services.
• Overall qualifications of the Proposer and experience and ability to provide
temporary technical contract service personnel and/or consulting services.
• Any unique qualifications and experience which distinguish Proposer's ability
to provide temporary technical staffing and/or consulting.
3. Scope of services.
4. Proposed fees for services. Identify the proposed percentage "markup" over
the base hourly salary paid to the Proposer `s employee while on assignment
with the City
A list of at least 5 references for similar work; including phone number and email
address.
INSURANCE REQUIREMENTS:
The City requires consultants doing business with it to obtain insurance, and proof of
insurance must be provided within 30 days of notice of selection and prior to the
commencement of any work on the project. The indemnity and insurance
requirements are as follows.
Indemnification. Consultant agrees to indemnify the City, its officers,
agents, volunteers, employees, and attorneys against, and will hold and
save them and each of them harmless from, 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 the acts, errors or
omissions of Consultant, its agents, employees, subcontractors, or
invitees, including each person or entity responsible for the provision of
services hereunder, excluding liability caused by the sole negligence or
wrongful acts or omissions of City.
Insurance.
A. Consultant shall at all times during the term of this Agreement
carry, maintain, and keep in full force and effect the following insurance
(1) a policy or policies of broad -form comprehensive general liability
Page 4
City of Diamond Bar Request For Proposal
insurance with minimum limits of $1,000,000.00 combined single limit
coverage against any injury, death, loss or damage as a result of wrongful
or negligent acts by Consultant, its officers, employees, agents, and
independent contractors in performance of services under this Agreement;
(2) property damage insurance, with minimum combined single limits
coverage of $500,000.00; (3) automotive liability insurance, with minimum
combined single limits coverage of $500,000.00; (4) workers'
compensation insurance with a minimum limit of $500,000.00 or the
amount required by law, whichever is greater. The City, its officers,
employees, attorneys, and volunteers shall be named as additional
insureds on the policy(ies) as to comprehensive general liability, property
damage, and automotive liability. The policy(ies) as to comprehensive
general liability, property damage, and automobile liability shall provide
that they are primary, and that any insurance maintained by the City shall
be excess insurance only.
B. All insurance policies shall provide that the insurance
coverage shall not be non -renewed, canceled, reduced, or otherwise
modified (except through the addition of additional insureds to the policy)
by the insurance carrier without the insurance carrier giving City thirty (30)
days prior written notice thereof. Consultant agrees that it will not cancel,
reduce or otherwise modify the insurance coverage.
C. All policies of insurance shall cover the obligations of Consultant
pursuant to the terms of this Agreement; shall be issued by an insurance
company which is admitted to do business in the State of California or
which is approved in writing by the City; and shall be placed with a current
A.M. Best's rating of no less than A VII.
D. Consultant shall submit to City: (1) insurance certificates
evidencing the required insurance and (2) insurance policy endorsements
executed on City's appropriate standard forms entitled "Additional Insured
Endorsement," or on a substantially similar form which the City approves
in writing or a copy of the policy evidencing that the City, its officers,
agents, volunteers, employees, and attorneys are additional insureds.
SUBMITTAL DEADLINE:
Interested firms must submit a copy of the proposal via mail or email to:
Mail:
Ken Desforges, Information Systems Director
City of Diamond Bar
21810 Copley Drive
Diamond Bar. CA 91765
Email:
Page 5
City of Diamond Bar Request For Proposal
KDesforges(aDDiamond BarCA.gov
Note: Optional site visit on April 28, 2015; for those interested in a site visit and walk
through, please contact Alfredo Estevez. AEstevezcD_Diamond13arCA.gov.
The envelope shall be clearly marked with the notation "DO NOT OPEN —
PROPOSAL." The proposal shall be delivered to the addressee on or before
11:00 A.M. on Tuesday May 12, 2015.
SELECTION CRITERIA
Selection of the firm will be done on a competitive basis. In reviewing and
evaluating the response to this RFP, City staff will consider the following:
1. Responsiveness and comprehensiveness of the proposal with respect to this
Request for Proposals (RFP).
2. Experience of the firm.
3. Related experience and qualifications.
4. Information obtained from references.
5. Reasonableness of the proposed fee.
6. Ability to meet City contract requirements a form of which is attached hereto as
Attachment B.
The criteria should not be construed so as to limit other considerations which may
become apparent during the review and selection process.
CITY RESPONSIBILITIES
There is no guarantee as to the number of times an agency will be used or the dollar
amount that will be expended with them.
RIGHT TO REJECT ALL PROPOSALS
The City reserves the right to reduce or revise elements of the service contract prior to
the award of any contract. Furthermore, the City reserves the right to reject any or all
proposals submitted; and no representation is made hereby that any contract will be
awarded pursuant to this Request for Proposal, or otherwise.
All costs incurred in the preparation of the proposal, in the submission of additional
information and/or in any other aspect of a proposal prior to the award of a written contract
will be borne by the proposer.
Page 6
City of Diamond Bar Request For Proposal
The City shall only provide the staff assistance and documentation specifically referred to
herein and shall not be responsible for any other cost of obligation of any kind which may
be incurred by the proposing firm. All proposals submitted to the City in response to this
RFP shall become property of the City.
QUESTIONS
All questions concerning this RFP should be directed to Ken Desforges, Information
Systems Director at 909.839.7080 or by email (KDesforges@DiamondBarCA.gov).
Page 7
City of Diamond Bar Request For Proposal
T�osition Descriptions Appendix A
Network Security Engineer
Duties
• Troubleshoot & support networking concepts and protocols such
as: VLAN/PVLAN, STP, HSRP/VRRP, IP subnetting, routing.
Increasing understanding of a wider set of protocols and advanced
technologies
• Engineer network security components such as firewalls, VPN,
load balancers, IPS/IDS
• Configure and troubleshoot server load balancing mechanisms
and algorithms
• Proficient understanding and experience using configuration
management and/or diagnostic tools, monitoring applications and
performance analysis tools
• Will work with distributed, complex enterprise deployments
including: multi -tiered environments, virtualization technologies,
operating systems, routing, monitoring, storage connectivity,
capacity planning, backups, network security
• Will configure, test and troubleshoot on platforms like Cisco PIX,
ASA, FWSM, ACE appliance/module, Nexus 1000; Juniper
Netscreen, F5 LTM/GTM, Citrix Netscaler
• Experience with DDOS and traffic mitigation techniques
Education/Certification
. Formal training courses in networking, protocols, device
programming, etc. desirable.
• Vendor Certification by Cisco and/or Network General highly
desirable.
Work
• 5+ years network security IT experience
Experience/Skills/Knowledge/
. 2+ years service provider experience preferably in a Data Center
Abilities
environment
• Certification in CCNA required
• Certification in CISSP, CCNP-Security, or equivalent experience
desired
• Proficient hands-on experience and understanding of fundamental
networking concepts and protocols such as: VLAN/PVLAN, STP,
HSRP/VRRP, IP subnetting and routing
Other
• Must have a valid Class C Driver's license.
• Manual dexterity to manipulate tools, test equipment, electronic
devices, computers and keyboards.
• Ability to lift and move objects weighing up to 50 pounds.
• Ability to read printed documentation and computer screens.
• Ability to recognize and respond to alarm sounds and equipment
generated signals.
Geographic Information Systems (GIS)
Specialists
Duties
Ed u catio n/Certificati on
• Create maps and graphs, using GIS software and
related equipment.
• Meet with users to define data needs, project
requirements, required outputs, or to develop
applications.
• Conduct Research to locate and obtain existing
databases.
• Gather, analyze, and integrate spatial data from staff
and determine how best the information can be
displayed using GIS.
• Compile geographic data from a variety of sources
including censuses, field observation, satellite
imagery, aerial photographs, and existing maps.
• Analyze spatial data for geographic statistics to
incorporate into documents and reports.
• Design and update database, applying additional
knowledge of spatial feature representations.
• Enter new map data through use of a digitizer or by
direct input of coordinate information using the
principles of cartography including coordinate
systems, longitude, latitude, elevation, topography,
and map scales.
• Analyze geographic relationships among varying
types of data.
• Prepare metadata and other documentation.
• Operate and maintain GIS system hardware,
software, plotter, digitizer, color printer, and video
camera.
• Move, copy, delete, and add files, drawings, and
maps to output reports in hard copy or electronic
transfer.
• Present information to users and answer questions.
• Retrieve stored maps.
• B.S. in Computer Science, Geography or related field
or five (5) years of experience working with a GIS
system
Work Experience/Skills/Knowledge/Abilities
Other
• Possess at least 3 years of experience utilizing
ArcGIS/Arclnfo Workstation (ArcMAP) GIS to QA/QC
useable files.
• Geography - Knowledge of various methods for
describing the location and distribution of land, sea,
and air masses including their physical locations,
relationships, and characteristics.
• Communication, Written, Oral, and Cartographic -
The ability to convey GIS/spatial information to non-
GIS/technical people.
• Analytical Skills - The ability to solve problems using
the GIS suite of tools.
• Mathematics - Using mathematics to solve problems.
• Information Gathering - Knowing how to find
information and identify essential information, and
validate the information.
• Information Ordering - The ability to correctly follow a
given rule or set of rules in order to arrange things or
actions in a certain order.
• Computer Science - Using and developing computer
programs to solve problems.
• Systems Evaluation - Looking at many indicators of
system performance, taking into account their
accuracy
• Must have a valid Class C Driver's license.
• Manual dexterity to manipulate electronic devices,
computers and keyboards.
• Ability to read printed documentation and computer
screens.
Attachment B
CONSULTING SERVICES AGREEMENT
Non -Design
Awl
THIS AGREEMENT (the "Agreement") is made as of , 20XX by
and between the City of Diamond Bar, a municipal corporation ("City") and
a [Insert the type of entity of the Consultant, e.g., Inc., a California corporation; a
California general partnership; a California limited liability company, a sole
proprietor, etc.] ("Consultant").
1. Consultant's Services.
Subject to the terms and conditions set forth in this Agreement Consultant shall
provide to the reasonable satisfaction of the City the services set forth in the attached
Exhibit "A", which is incorporated herein by this reference. As a material inducement to
the City to enter into this Agreement, Consultant represents and warrants that it has
thoroughly investigated the work and fully understands the difficulties and restrictions in
performing the work. Consultant represents that it is fully qualified to perform such
consulting services by virtue of its experience and the training, education and expertise
of its principals and employees.
[Insert Name and Position] (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 20XX,
and shall continue until unless earlier terminated pursuant to the provisions
herein.
3. Compensation. City agrees to compensate Consultant for each service
which Consultant performs to the satisfaction of City in compliance with the scope of
services set forth in Exhibit "A". Payment will be made only after submission of proper
invoices in the form specified by City. Total payment to Consultant. pursuant to this
Agreement shall not exceed [Spell out dollar amount] ($ ) 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.
7 Professional Services - Non Design
952077.]
Attachment B Draft
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, but may withhold 30% of any invoice
until all work is completed, which sum shall be paid within 35 days of completion of the
work and receipt of all deliverables.
D. Payment shall constitute payment in full for all services, authorized costs
and authorized extra work covered by that invoice.
5. Change Orders. No payment for extra services caused by a change in the
scope or complexity of work, or for any other reason, shall be made unless and until such
extra services and a price therefore have been previously authorized in writing and
approved by the City Manager or his designee as an amendment to this Agreement. The
amendment shall set forth the changes of work, extension of time, if any, and adjustment
of the fee to be paid by City to Consultant.
6. Priority of Documents. In the event of any inconsistency between the
provisions of this Agreement and any attached exhibits, the provisions of this Agreement
shall control.
7. Status as Independent Contractor.
A. Consultant is, and shall at all times remain as to City, a wholly
independent contractor. Consultant shall have no power to incur any debt, obligation, or
liability on behalf of City or otherwise act on behalf of City as an agent, except as
specifically provided herein. Neither City nor any of its agents shall have control over the
conduct of Consultant or any of Consultant's employees, except as set forth in this
Agreement. Consultant shall not, at any time, or in any manner, represent that it or any
of its agents or employees are in any manner employees of City.
B. Consultant agrees to pay all required taxes on amounts paid to
Consultant under this Agreement, and to indemnify and hold City harmless from any and
all taxes, assessments, penalties, and interest asserted against City by reason of the
independent contractor relationship created by this Agreement. In the event that City is
audited by any Federal or State agency regarding the independent contractor status of
Consultant and the audit in any way fails to sustain the validity of a wholly independent
contractor relationship between City and Consultant, then Consultant agrees to reimburse
City for all costs, including accounting and attorney's fees, arising out of such audit and
any appeals relating thereto.
C. Consultant shall fully comply with Workers' Compensation laws
regarding Consultant and Consultant's employees. Consultant further agrees to
indemnify and hold City harmless from any failure of Consultant to comply with applicable
Worker's Compensation laws.
2 Professional Services - Non Design
952077.1
Attachment B Draft
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
rendered against the Indemnitees. It is expressly understood and agreed that the
foregoing provisions are intended to be as broad and inclusive as is permitted by the law
of the State of California and will survive termination of this Agreement. Except for the
Indemnitees, this Agreement shall not be construed to extend to any third party
indemnification rights of any kind.
10. Insurance.
3 Professional Services - Non Design
952077.1
Attachment B Draft
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
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
4 Professional Services - Non Design
952077.1
Attachment B Draft
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.
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
5 Professional Services — Non Design
952077.1
Attachment B Draft
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.
13. Conflict of Interest.
A. Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the services to be
performed by Consultant under this Agreement, or which would conflict in any manner
with the performance of its services hereunder. Consultant further covenants that, in
performance of this Agreement, no person having any such interest shall be employed by
it. Furthermore, Consultant shall avoid the appearance of having any interest which
would conflict in any manner with the performance of its services pursuant to this
Agreement.
B. Consultant covenants not to give or receive any compensation,
monetary or otherwise, to or from the ultimate vendor(s) of hardware or software to City
as a result of the performance of this Agreement. Consultant's covenant under this
section shall survive the termination of this Agreement.
14. Termination. The City may terminate this Agreement with or without cause
upon fifteen (15) days' written notice to Consultant. The effective date of termination shall
be upon the date specified in the notice of termination, or, in the event no date is specified,
upon the fifteenth (15th) day following delivery of the notice. In the event of such
termination, City agrees to pay Consultant for services satisfactorily rendered prior to the
effective date of termination.. Immediately upon receiving written notice of termination,
Consultant shall discontinue performing services, unless the notice provides otherwise,
except those services reasonably necessary to effectuate the termination. The City shall
be not liable for any claim of lost profits.
15. Personnel/Designated Person. Consultant represents that it has, or will
secure at its own expense, all personnel required to perform the services under this
Agreement. All of the services required under this Agreement will be performed by
Consultant or under it supervision, and all personnel engaged in the work shall be
qualified to perform such services. Except as otherwise authorized by the City's Project
Manager, [If applicable, name of designated person] shall be the person who primarily
performs the work provided under this Agreement. Except as provided in this Agreement,
Consultant reserves the right to determine the assignment of its own employees to the
performance of Consultant's services under this Agreement, but City reserves the right in
its sole discretion to require Consultant to exclude any employee from performing
services on City's premises. [Optional]
16. Non -Discrimination and Equal Employment Opportunity.
6 Professional Services - Non Design
952077.1
Attachment B Draft
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.
17. Time of Completion. Consultant agrees to commence the work provided
for in this Agreement within (5) days of being notified by the City to proceed and to
diligently prosecute completion of the work within (_) calendar days from such
date or as may otherwise be agreed to by and between the Project Manager and the
Consultant.
18. Time Is of the Essence. Time is of the essence in this Agreement.
Consultant shall do all things necessary and incidental to the prosecution of Consultant's
work.
19. Liquidated Damages. Consultant shall pay City, or have withheld from
monies due it, as liquidated damages, the sum of Dollars ($_) per day for
each and every calendar day's delay in finishing the work within the time specified,
including any written extensions which may be granted, in writing, in accordance with this
Agreement. [Optional
20. Delays and Extensions of Time. Consultant's sole remedy for delays
outside its control shall be an extension of time. No matter what the cause of the delay,
Consultant must document any delay and request an extension of time in writing at the
time of the delay to the satisfaction of City. Any extensions granted shall be limited to the
length of the delay outside Consultant's control. If Consultant believes that delays caused
by the City will cause it to incur additional costs, it must specify, in writing, why the delay
has caused additional costs to be incurred and the exact amount of such cost within 10
days of the time the delay occurs. No additional costs can be paid that exceed the not to
exceed amount absent a written amendment to this Agreement. In no event shall the
Consultant be entitled to any claim for lost profits due to any delay, whether caused by
the City or due to some other cause.
952077.1 7 Professional Services - Non Design
Attachment B Draft
21. 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.
22. Compliance with Laws. Consultant shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
23. 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.
24. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal or equitable action or proceeding to enforce or interpret the
provisions of this Agreement, the prevailing party in such action or proceeding shall be
entitled to recover its costs of suit, including reasonable attorney's fees and costs,
including costs of expert witnesses and consultants.
25. Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, which cannot be resolved by the
parties, may be referred by the parties hereto for mediation. A third party, neutral
mediation service shall be selected, as agreed upon by the parties and the costs and
expenses thereof shall be borne equally by the parties hereto. The parties agree to utilize
their good faith efforts to resolve any such dispute or controversy so submitted to
mediation. It is specifically understood and agreed by the parties hereto that mutual good
faith efforts to resolve the same any dispute or controversy as provided herein, shall be
a condition precedent to the institution of any action or proceeding, whether at law or in
equity with respect to any such dispute or controversy.
26. 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"
Attn.: _
Phone:
952077.1
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765-4178
Attn.:
Phone:
8 Professional Services - Non Design
Attachment B
E -Mail:
WHIM
NMI
27. Governing Law. This Agreement shall be interpreted, construed and
enforced in accordance with the laws of the State of California.
28. 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.
29. 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"
[Insert Full Name of Consultant]
By:_
Printed
Title:
By:
Printed Name:
Approved as to form:
City Attorney
"City"
CITY OF DIAMOND BAR
By:
[insert Person authorized to sign, i.e.,
City Manager or Mayor]
ATTEST:
City Clerk
952077.1 9 Professional Services - Non Design
MM
*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 oran 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.
10 Professional Services - Non Design
952077.1
Aerotek
Robert Daniel Pilon
rpilonC@aerotek.com
13191 Crossroads Parkway North, Suite 105
City of Industry, California 91746
Phone: (562)566-4700
Toll -Free: (866)217-6775
www.aerotek.com
Comdyn Group
Bob Brown
bob(a.comdyn.com
100 East Thousand Oaks Blvd. Suite 284
Thousand Oaks, CA 91360
(800)300-9203
www.comdvn.com
Kforce
Matt Runfola
Mrunfola(a)kforce. com
2050 Main Street,Suite 820
Irvine, California 92614
(949) 223-1400
www.kforce.com
Robert Half Technology
city. ind ustryaroberthalftechnology. com
13181 Crossroads Parkway North, Suite 110
City of Industry, CA 91746
(562)478-1234
www,roberthalf.com/technology
Nelson Technology
Shon Wilson
SHWilson@NelsonTechnology.com
611 Anton Boulevard, Suite 330
Costa Mesa, California 92626
Tel: 949-629-1600
www.nelsonjobs.com
um
(Follows)
CONSULTING SERVICES AGREEMENT
Non -Design
THIS AGREEMENT (the "Agreement") is made as of July 1, 2015 by and
between the City of Diamond Bar, a municipal corporation ("City") and The Comdyn
Group, Inc., a California corporation ("Consultant").
1. Consultant's Services.
Subject to the terms and conditions set forth in this Agreement Consultant shall
provide to the reasonable satisfaction of the City the services set forth in the attached
Proposal referenced as 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.
Kenneth Desforges, Director of Information Systems (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 Juiy 1, 2015, and
shall continue until June 30, 2020 unless earlier terminated pursuant to the provisions
herein.
3. Compensation. City agrees to compensate Consultant for each service
which Consultant performs to the satisfaction of City in compliance with the scope, of
services set forth in Exhibit "A". Payment will be made only after submission of proper
invoices in the form specified by City. Total payment to Consultant pursuant to this
Agreement shall not exceed Two Hundred and Fifty Thousand Dollars ($250,000)
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. (Any differences between the Proposal —
Exhibit A and this Consulting Services Agreement, shall be governed by this document
and shall supersede vendors' proposed terms.)
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 properly invoiced within 35 days of
receipt, but may withhold 30% of any invoice until all work is completed, which sum
shall be paid within 35 days of completion of the work and receipt of all deliverables.
(Any differences between the Proposal — Exhibit A and this Consulting Services
Agreement, shall be governed by this document and shall supersede vendors' proposed
terms.)
D. Payment shall constitute payment in full for all services, authorized costs
and authorized extra work covered by that invoice.
5. Change Orders. No payment for extra services caused by a change in
the scope or complexity of work, or for any other reason, shall be made unless and until
such extra services and a price therefore have been previously authorized in writing and
approved by the City Manager or his designee as an amendment to this Agreement.
The amendment shall set forth the changes of work, extension of time, if any, and
adjustment of the fee to be paid by City to Consultant.
6. Priority of Documents. In the event of any inconsistency between the
provisions of this Agreement and any attached exhibits, the provisions of this
Agreement shall control.
7. Status as Independent Contractor.
A. Consultant is, and shall at all times remain as to City, a wholly
independent contractor. Consultant shall have no power to incur any debt, obligation, or
liability on behalf of City or otherwise act on behalf of City as an agent, except as
specifically provided herein. Neither City nor any of its agents shall have control over
the conduct of Consultant or any of Consultant's employees, except as set forth in this
Agreement. Consultant shall not, at any time, or in any manner, represent that it or any
of its agents or employees are in any manner employees of City.
B. Consultant agrees to pay all required taxes on amounts paid to
Consultant under this Agreement, and to indemnify and hold City harmless from any
and all taxes, assessments, penalties, and interest asserted against City by reason of
the independent contractor relationship created by this Agreement. In the event that
City is audited by any Federal or State agency regarding the independent contractor
status of Consultant and the audit in any way fails to sustain the validity of a wholly
independent contractor relationship between City and Consultant, then Consultant
agrees to reimburse City for all costs, including accounting and attorney's fees, arising
out of such audit and any appeals relating thereto.
C. Consultant shall fully comply with Workers' Compensation laws
regarding Consultant and Consultant's employees. Consultant further agrees to
indemnify and hold City harmless from any failure of Consultant to comply with
applicable Worker's Compensation laws.
D. Consultant shall, at Consultant's sole cost and expense fully secure
and comply with all federal, state and local governmental permit or licensing
requirements, including but not limited to the City of Diamond Bar, South Coast Air
Quality Management District, and California Air Resources Board.
E. In addition to any other remedies it may have, City shall have the
right to offset against the amount of any fees due to Consultant under this Agreement
any amount due to City from Consultant as a result of Consultant's failure to promptly
pay to City any reimbursement or indemnification required by this Agreement or for any
amount or penalty levied against the City for Consultant's failure to comply with this
Section.
8. Standard of Performance. Consultant shall perform all work at the
standard of care and skill ordinarily exercised by members of the profession under
similar conditions and represents that it and any subcontractors it may engage, possess
any and all licenses which are required to perform the work contemplated by this
Agreement and shall maintain all appropriate licenses during the performance of the
work.
9. Indemnification.
Consultant shall indemnify, defend with counsel approved by City, and hold
harmless City, its officers, officials, employees and volunteers ("Indemnitees") from and
against all liability, loss, damage, expense, cost (including without limitation reasonable
attorneys' fees, expert fees and all other costs and fees of litigation) of every nature
arising out of or in connection with:
(1) Any and all claims under Workers' Compensation Act and other employee
benefit acts with respect to Consultant's employees or Consultant's contractor's
employees arising out of Consultant's work under this Agreement; and
(2) Any and all claims arising out of Consultant's performance of work hereunder
or its failure to comply with any of its obligations contained in this Agreement,
regardless of City's passive negligence, but excepting such loss or damage which is
caused by the sole active negligence or willful misconduct of the City. Should City in its
sole discretion find Consultant's legal counsel unacceptable, then Consultant shall
reimburse the City its costs of defense, including without limitation reasonable attorneys'
fees, expert fees and all other costs and fees of litigation. The Consultant shall
promptly pay any final judgment rendered against the Indemnitees. It is expressly
understood and agreed that the foregoing provisions are intended to be as broad and
inclusive as is permitted by the law of the State of California and will survive termination
of this Agreement. Except for the Indemnitees, this Agreement shall not be construed
to extend to any third party indemnification rights of any kind.
10. Insurance.
A. Consultant shall at all times during the term of this Agreement carry,
maintain, and keep in full force and effect, with an insurance company authorized to do
business in the State of California and approved by the City the following insurance:
(1) a policy or policies of broad -form comprehensive general liability
insurance written on an occurrence basis with minimum limits of $1,000,000.00
combined single limit coverage against any injury, death, loss or damage as a result of
wrongful or negligent acts by Consultant, its officers, employees, agents, and
independent contractors in performance of services under this Agreement;
(2) property damage insurance with a minimum limit of $500,000.00 per
occurrence;
(3) automotive liability insurance written on an occurrence basis covering
all owned, non -owned and hired automobiles, with minimum combined single limits
coverage of $1,000,000.00; and
(4) Worker's Compensation insurance when required by law, with a
minimum limit of $500,000.00 or the amount required by law, whichever is greater.
B. The City, its officers, employees, agents, and volunteers shall be named
as additional insureds on the policies as to comprehensive general liability, property
damage, and automotive liability. The policies as to comprehensive general liability,
property damage, and automobile liability shall provide that they are primary, and that
any insurance maintained by the City shall be excess insurance only.
C. All insurance policies shall provide that the insurance coverage shall not
be non -renewed, canceled, reduced, or otherwise modified (except through the addition
of additional insureds to the policy) by the insurance carrier without the insurance carrier
giving City at least ten (10) days prior written notice thereof. Consultant agrees that it
will not cancel, reduce or otherwise modify the insurance coverage and in the event of
any of the same by the insurer to immediately notify the City.
D. All policies of insurance shall cover the obligations of Consultant pursuant
to the terms of this Agreement and shall be issued by an insurance company which is
authorized to do business in the State of California or which is approved in writing by
the City; and shall be placed have a current A.M. Best's rating of no less than A-, VII.
E. Consultant shall submit to City (1) insurance certificates indicating
compliance with the minimum insurance requirements above, and (2) insurance policy
endorsements or a copy of the insurance policy evidencing the additional insured
requirements in this Agreement, in a form acceptable to the City.
F. Self -Insured Retention/Deductibles. All policies required by this
Agreement shall allow City, as additional insured, to satisfy the self-insured retention
("SIR") and/or deductible of the policy in lieu of the Consultant (as the named insured)
should Consultant fail to pay the SIR or deductible requirements. The amount of the
SIR or deductible shall be subject to the approval of the City. Consultant understands
and agrees that satisfaction of this requirement is an express condition precedent to the
effectiveness of this Agreement. Failure by Consultant as primary insured to pay its SIR
or deductible constitutes a material breach of this Agreement. Should City pay the SIR
or deductible on Consultant's due to such failure in order to secure defense and
indemnification as an additional insured under the policy, City may include such
amounts as damages in any action against Consultant for breach of this Agreement in
addition to any other damages incurred by City due to the breach.
G. Subrogation. With respect to any Workers' Compensation Insurance or
Employer's Liability Insurance, the insurer shall waive all rights of subrogation and
contribution it may have against the Indemnitees.
H. Failure to Maintain Insurance. If Consultant fails to keep the insurance
required under this Agreement in full force and effect, City may take out the necessary
insurance and any premiums paid, plus 10% administrative overhead, shall be paid by
Consultant, which amounts may be deducted from any payments due Consultant.
I. Consultant shall include all subcontractors, if any, as insureds under its
policies or shall furnish separate certificates and endorsements for each subcontractor
to the City for review and approval. All insurance for subcontractors shall be subject to
all of the requirements stated herein.
11. Confidentiality. Consultant in the course of its duties may have access
to confidential data of City, private individuals, or employees of the City. Consultant
covenants that all data, documents, discussion, or other information developed or
received by Consultant or provided for performance of this Agreement are deemed
confidential and shall not be disclosed by Consultant without written authorization by
City. City shall grant such authorization if disclosure is required by law. All City data
shall be returned to City upon the termination of this Agreement. Consultant's covenant
under this section shall survive the termination of this Agreement. Notwithstanding the
foregoing, to the extent Consultant prepares reports of a proprietary nature specifically
for and in connection with certain projects, the City shall not, except with Consultant's
prior written consent, use the same for other unrelated projects.
12. Ownership of Materials. Except as specifically provided in this
Agreement, all materials provided by Consultant in the performance of this Agreement
shall be and remain the property of City without restriction or limitation upon its use or
dissemination by City. Consultant may, however, make and retain such copies of said
documents and materials as Consultant may desire.
13. Maintenance and Inspection of Records. In accordance with generally
accepted accounting principles, Consultant and its subcontractors shall maintain
reasonably full and complete books, documents, papers, accounting records, and other
information (collectively, the "records") pertaining to the costs of and completion of
services performed under this Agreement. The City and any of their authorized
representatives shall have access to and the right to audit and reproduce any of
Consultant's records regarding the services provided under this Agreement. Consultant
shall maintain all such records for a period of at least three (3) years after termination or
completion of this Agreement. Consultant agrees to make available all such records for
inspection or audit at its offices during normal business hours and upon three (3) days'
notice from the City, and copies thereof shall be furnished if requested.
13. Conflict of Interest.
A. Consultant covenants that it presently has no interest and shall not
acquire any interest, direct or indirect, which may be affected by the services to be
performed by Consultant under this Agreement, or which would conflict in any manner
with the performance of its services hereunder. Consultant further covenants that, in
performance of this Agreement, no person having any such interest shall be employed
by it. Furthermore, Consultant shall avoid the appearance of having any interest which
would conflict in any manner with the performance of its services pursuant to this
Agreement.
B. Consultant covenants not to give or receive any compensation,
monetary or otherwise, to or from the ultimate vendor(s) of hardware or software to City
as a result of the performance of this Agreement. Consultant's covenant under this
section shall survive the termination of this Agreement.
14. Termination. The City may terminate this Agreement with or without
cause upon fifteen (15) days' written notice to Consultant. The effective date of
termination shall be upon the date specified in the notice of termination, or, in the event
no date is specified, upon the fifteenth (15th) day following delivery of the notice. In the
event of such termination, City agrees to pay Consultant for services satisfactorily
rendered prior to the effective date of termination. Immediately upon receiving written
notice of termination, Consultant shall discontinue performing services, unless the
notice provides otherwise, except those services reasonably necessary to effectuate the
termination. The City shall be not liable for any claim of lost profits.
15. Personnel/Designated Person. Consultant represents that it has, or will
secure at its own expense, all personnel required to perform the services under this
Agreement. All of the services required under this Agreement will be performed by
Consultant or under it supervision, and all personnel engaged in the work shall be
qualified to perform such services. Except as otherwise authorized by the City's Project
Manager, Jim Lentz and Raul "JR" Dira shall be the person(s) who primarily performs
the work provided under this Agreement. Except as provided in this Agreement,
Consultant reserves the right to determine the assignment of its own employees to the
performance of Consultant's services under this Agreement, but City reserves the right
in its sole discretion to require Consultant to exclude any employee from performing
services on City's premises.
% 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.
17. RESERVED.
18. Time Is of the Essence. Time is of the essence in this Agreement.
Consultant shall do all things necessary and incidental to the prosecution of
Consultant's work.
19. RESERVED.
20. RESERVED.
21. 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.
22. Compliance with Laws. Consultant shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
23. 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.
24. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal or equitable action or proceeding to enforce or interpret the
provisions of this Agreement, the prevailing party in such action or proceeding shall be
entitled to recover its costs of suit, including reasonable attorney's fees and costs,
including costs of expert witnesses and consultants.
25. Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, which cannot be resolved by
the parties, may be referred by the parties hereto for mediation. A third party, neutral
mediation service shall be selected, as agreed upon by the parties and the costs and
expenses thereof shall be borne equally by the parties hereto. The parties agree to
utilize their good faith efforts to resolve any such dispute or controversy so submitted to
mediation. It is specifically understood and agreed by the parties hereto that mutual
good faith efforts to resolve the same any dispute or controversy as provided herein,
shall be a condition precedent to the institution of any action or proceeding, whether at
law or in equity with respect to any such dispute or controversy.
26. 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 Comdyn Group, Inc. City of Diamond Bar
100 E. Thousand Oaks Blvd., Suite 284 21810 Copley Drive
Thousand Oaks, CA 91360 Diamond Bar, CA 91765-4178
Attn.: Diana Brown Attn.: City Clerk
Phone: 805-418-1812 Phone: 909-839-7010
E -Mail: dbrown@comdyn.com E-mail: CityClerk@Diamond BarCA. Gov
27. Governing Law. This Agreement shall be interpreted, construed and
enforced in accordance with the laws of the State of California.
28. 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.
29. 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"
The Comdyn Group, Inc.
By:_
Printed
By:
Printed Name:
Approved as to form:
By:
City Attorney
"City"
CITY OF DIAMOND BAR
Bv:
Steve Tye, Mayor
ATTEST:
City Clerk
CITY COUNCIL
Agenda # 6.8
Meeting Date: June 1 V 2015
AGENDA REPORT
TO: Honorable Mayor and Members of the City Council
VIA: James DeStefano, City Man g
TITLE: MAINTENANCE SERVICES AGREEMENT WITH WOODS
MAINTENANCE SYSTEMS, INC., DBA GRAFFITI CONTROL SYSTEMS
TO PROVIDE GRAFFITI REMOVAL SERVICES FOR FY 2015/16 WITH
AN OPTION FOR FOUR ONE-YEAR EXTENSIONS.
RECOMMENDATION:
Approve.
1a1►/_1►19/_1aIJtl:7_T"IF
The proposed Maintenance Services Agreement ("Agreement") authorizes Graffiti
Control Systems ("GCS") to submit invoices to the City for a not -to -exceed amount of
$2,912 per month (i.e., an annual expenditure of $34,944) for FY 2015/16. The proposed
expenditure is below the maximum $50,000 General Fund appropriation for graffiti
removal contract services approved in the FY 2015/16 budget. The Agreement provides
for the City Manager to approve one-year extension options pursuant to the financial
terms specified in the Agreement, and subject to the limitations set forth in the City's
Purchasing Ordinance (DBMC Chapter 3.24) and associated appropriations in future
annual budgets.
BACKGROUND:
On April 6, 1993, the City Council adopted Ordinance 02(1993) adding Chapter 8.20 to
the Diamond Bar Municipal Code authorizing the use of public funds to combat graffiti.
On May 19, 1993, the City awarded a contract to GCS, and has extended the contract in
accordance with the terms of that contract every year thereafter. The current contract
extension expires on June 30, 2015.
On May 11, 2015, the City mailed a Request for Proposals to the following three graffiti
abatement firms known to serve public agencies in the region: Graffiti Control Systems,
Superior Graffiti Solutions and Urban Graffiti Enterprises. All three firms responded to
the RFP by submitting timely proposals.
ANALYSIS:
The RFP specified detailed performance standards to be addressed in the proposals (see
Attachment 2). These standards were established to ensure that the respondents have
the resources, field personnel and technical capabilities to effectively implement the City's
anti -graffiti ordinance in a proactive, timely and cost-effective manner. The proposals
were evaluated and compared according to the performance criteria set forth in the RFP.
All three of the firms' proposals demonstrated similar capabilities in terms of equipment
and workmanship. Also, in addition to providing two services days per week physically
canvassing the City, all of the firms included timely on-call responses in their monthly
rates, as well as expedited responses for emergency situations (vulgar language, profane
depictions or hate speech). All of the firms have major public agencies as clients (GCS
has the largest client list of the three candidates).
GCS was found to provide the highest overall value to the City based on the following
factors:
• Most competitive rates — Although Superior quoted the lowest monthly rate at $2,580
for two service days per week, time spent canvassing the City were limited to four
hours (8 a.m. to noon) per service day. GCS quoted $2,912 per month, but this rate
includes canvassing the City for eight hours per service day, beginning at 6:30 a.m.,
so the hourly rate is significantly lower. Urban Graffiti Enterprises quoted the highest
rate at $4,500 per month.
• Track record — GCS has provided exemplary service to Diamond Bar for the past 22
years. Community Services and Public Works staff speak highly of the
responsiveness and quality of work provided by the GCS's service technicians.
Because of their familiarity with the City, there would be no learning curve period, and
the technicians know where the City's "hot spots" are, and they often proactively
remove all traces of a tagging incident before it is seen by our residents.
• Training and product testing — GCS's proposal emphasized extensive and continuing
training of its service technicians. Moreover, in its proposal, GCS discussed in detail
the firm's ongoing testing of new products and technologies that come to market,
ensuring that it is using the most sophisticated and environmentally -friendly products
and technologies available to combat graffiti.
• Information technology — Many graffiti abatement service providers, including GCS,
participate in the Tracking Automated and Graffiti Reporting System (TAGRS).
Participants log tagging incidents, including GPS coordinates, into TAGRS to assist
law enforcement agencies in their efforts to apprehend and prosecute graffiti vandals.
What sets GCS apart from other firms is that it has its own web -based and smartphone
application, "Write On, Right Off," which can enable anyone to report tagging incidents
Maintenance Services Agreement — Graffiti Control Systems Page2
with their mobile devices. This app could also be integrated into the City's website
and be customized to suit the needs of the City.
Based on staffs evaluation of the submitted proposals, it is recommended that the City
Council authorize the City Manager to execute a Maintenance Services Agreement with
GCS to provide graffiti abatement services for a not -to -exceed total of $34,944 for FY
2015/16, and authorize the City Manager to execute up to four one-year extensions
subject to the terms and conditions set forth in the attached Agreement.
Prepared by:
Greg Gubman, AICP
Community Development Director
Attachments:
1. Maintenance Services Agreement and proposal submitted by GCS
2. Request for Proposals
Maintenance Services Agreement — Graffiti Control Systems Page 3
ATTACHMENT 1
MAINTENANCE SERVICES AGREEMENT
THIS AGREEMENT (the "Agreement") is made as of , 2015 by and
between the City of Diamond Bar, a municipal corporation ("City") and Woods Maintenance
Systems, Inc., dba Graffiti Control Systems, a California Corporation ("Contractor").
1. Contractor's Services.
Subject to the terms and conditions set forth in this Agreement Contractor shall provide
to the reasonable satisfaction of the City the 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, Contractor represents and warrants that it has thoroughly investigated the work
and fully understands the difficulties and restrictions in performing the work. Contractor
represents that it is fully qualified to perform such consulting services by virtue of its experience
and the training, education and expertise of its principals and employees.
The Community Development Director or his/her designee (herein referred to as the
"City's Project Manager"), shall be the person to whom the Contractor will report for the
performance of services hereunder. It is understood that Contractor shall coordinate its
services hereunder with the City's Project Manager to the extent required by the City's Project
Manager, and that all performances required hereunder by Contractor shall be performed to
the satisfaction of the City's Project Manager and the City Manager
2. Term of Agreement. This Agreement shall take effect July 1, 2015, and shall
continue until June 30, 2016 unless earlier terminated pursuant to the provisions herein. This
Agreement may be extended as provided herein.
3. Compensation. City agrees to compensate Contractor for each service which
Contractor performs to the satisfaction of City in compliance with the scope of services set forth
in Exhibit "A". Payment will be made only after submission of proper invoices in the form
specified by City. Total payment to Contractor pursuant to this Agreement shall not exceed
THIRTY FOUR THOUSAND NINE HUNDRED FORTY FOUR DOLLARS ($34,944) 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, Contractor shall submit to City an invoice
for the services completed, authorized expenses and authorized extra work actually performed
or incurred.
B. All such invoices shall state the basis for the amount invoiced, including services
completed, the number of hours spent and any extra work performed.
C. City will pay Contractor the amount 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 Contractor.
6. Priority of Documents. In the event of any inconsistency between the
provisions of this Agreement and any attached exhibits, the provisions of this Agreement shall
control.
7. Status as Independent Contractor.
A. Contractor is, and shall at all times remain as to City, a wholly independent
contractor. Contractor shall have no power to incur any debt, obligation, or liability on behalf
of City or otherwise act on behalf of City as an agent, except as specifically provided herein.
Neither City nor any of its agents shall have control over the conduct of Contractor or any of
Contractor's employees, except as set forth in this Agreement. Contractor shall not, at any
time, or in any manner, represent that it or any of its agents or employees are in any manner
employees of City.
B. Contractor agrees to pay all required taxes on amounts paid to Contractor
under this Agreement, and to indemnify and hold City harmless from any and all taxes,
assessments, penalties, and interest asserted against City by reason of the independent
contractor relationship created by this Agreement. In the event that City is audited by any
Federal or State agency regarding the independent contractor status of Contractor and the
audit in any way fails to sustain the validity of a wholly independent contractor relationship
between City and Contractor, then Contractor agrees to reimburse City for all costs, including
accounting and attorney's fees, arising out of such audit and any appeals relating thereto.
C. Contractor shall fully comply with Workers' Compensation laws regarding
Contractor and Contractor's employees. Contractor further agrees to indemnify and hold City
harmless from any failure of Contractor to comply with applicable Worker's Compensation laws.
D. Contractor shall, at Contractor's sole cost and expense fully secure and
comply with all federal, state and local governmental permit or licensing requirements, including
but not limited to the City of Diamond Bar, South Coast Air Quality Management District, and
California Air Resources Board.
O.AConsultant ContractsVGraffiti Control SystemsWAINTENANCE SERVICES AGREEMENT t-YEAR(tY20l5-20l6).docx
E. In addition to any other remedies it may have, City shall have the right to
offset against the amount of any fees due to Contractor under this Agreement any amount due
to City from Contractor as a result of Contractor's failure to promptly pay to City any
reimbursement or indemnification required by this Agreement or for any amount or penalty
levied against the City for Contractor's failure to comply with this Section.
8. Standard of Performance. Contractor shall perform all work at the standard of
care and skill ordinarily exercised by members of the profession under similar conditions and
represents that it and any subcontractors it may engage, possess any and all licenses which
are required to perform the work contemplated by this Agreement and shall maintain all
appropriate licenses during the performance of the work.
9. Indemnification.
Contractor shall indemnify, 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 Worker's Compensation acts and other employee benefit
acts with respect to Contractor's employees or Contractor's contractor's employees arising out
of Contractor's work under this Agreement; and
(2) Any and all claims arising out of Contractor's performance of work hereunder or its
failure to comply with any of its obligations contained in this Agreement, regardless of City's
passive negligence, but excepting such loss or damage which is caused by the sole active
negligence or willful misconduct of the City. Should City in its sole discretion find Contractor's
legal counsel unacceptable, then Contractor shall reimburse the City its costs of defense,
including without limitation reasonable attorneys' fees, expert fees and all other costs and fees
of litigation. The Contractor shall promptly pay any final judgment rendered against the
Indemnitees. It is expressly understood and agreed that the foregoing provisions are intended
to be as broad and inclusive as is permitted by the law of the State of California and will survive
termination of this Agreement. Except for the Indemnitees, this Agreement shall not be
construed to extend to any third party indemnification rights of any kind.
10. Insurance.
A. Contractor shall at all times during the term of this Agreement carry, maintain,
and keep in full force and effect, with an 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
O:AConsultant Contracts\Graffiti Control Systcros\NIAiNTENANCE SERVICES AGREEMENT 1 -YEAR (I'Y20t5-2016).docx
Contractor, its officers, employees, agents, and independent contractors in performance of
services under this Agreement;
(2) property damage insurance with a minimum limit of $500,000.00 per
occurrence;
(3) automotive liability insurance written on an occurrence basis covering all
owned, non -owned and hired automobiles, with minimum combined single limits coverage of
$1,000,000.00; and
(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) day's prior written notice thereof. Contractor agrees that it will not cancel, reduce or
otherwise modify the insurance coverage and in the event of any of the same by the insurer to
immediately notify the City.
D. All policies of insurance shall cover the obligations of Contractor pursuant to the
terms of this Agreement and shall be issued by an insurance company which is authorized to
do business in the State of California or which is approved in writing by the City; and shall be
placed have a current A.M. Best's rating of no less than A-, VII,
E. Contractor shall submit to City (1) insurance certificates indicating compliance
with the minimum insurance requirements above, and (2) insurance policy endorsements or a
copy of the insurance policy evidencing the additional insured requirements in this Agreement,
in a form acceptable to the City.
F. Self -Insured Retention/Deductibles. All policies required by 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 Contractor (as the named insured) should Contractor fail to pay the
SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the
approval of the City. Contractor understands and agrees that satisfaction of this requirement
is an express condition precedent to the effectiveness of this Agreement. Failure by Contractor
as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement.
Should City pay the SIR or deductible on Contractor's due to such failure in order to secure
defense and indemnification as an additional insured under the policy, City may include such
O:AConsultant Contracts\Graffiti Control Systems\MAINTENANCE SERVICES AGREEMENT 1-Y$AR (AY2015-2016).docx
amounts as damages in any action against Contractor for breach of this Agreement in addition
to any other damages incurred by City due to the breach.
G. Subrogation. With respect to any Workers' Compensation Insurance or
Employer's Liability Insurance, the insurer shall waive all rights of subrogation and contribution
it may have against the Indemnitees.
H. Failure to Maintain Insurance. If Contractor fails to keep the insurance required
under this Agreement in full force and effect, City may take out the necessary insurance and
any premiums paid, plus 10% administrative overhead, shall be paid by Contractor, which
amounts may be deducted from any payments due Contractor.
I. Contractor shall include all subcontractors, if any, as insureds under its policies
or shall furnish separate certificates and endorsements for each subcontractor to the City for
review and approval. All insurance for subcontractors shall be subject to all of the requirements
stated herein.
11. Confidentiality. Contractor in the course of its duties may have access to
confidential data of City, private individuals, or employees of the City. Contractor covenants
that all data, documents, discussion, or other information developed or received by Contractor
or provided for performance of this Agreement are deemed confidential and shall not be
disclosed by Contractor without written authorization by City. City shall grant such authorization
if disclosure is required by law. All City data shall be returned to City upon the termination of
this Agreement. Contractor's covenant under this section shall survive the termination of this
Agreement. Notwithstanding the foregoing, to the extent Contractor prepares reports of a
proprietary nature specifically for and in connection with certain projects, the City shall not,
except with Contractor's prior written consent, use the same for other unrelated projects.
12. Maintenance and Inspection of Records. In accordance with generally
accepted accounting principles, Contractor and its subcontractors shall maintain reasonably
full and complete books, documents, papers, accounting records, and other information
(collectively, the "records") pertaining to the costs of and completion of services performed
under this Agreement. The City and any of their authorized representatives shall have access
to and the right to audit and reproduce any of Contractor's records regarding the services
provided under this Agreement. Contractor shall maintain all such records for a period of at
least three (3) years after termination or completion of this Agreement. Contractor agrees to
make available all such records for inspection or audit at its offices during normal business
hours and upon three (3) days' notice from the City, and copies thereof shall be furnished if
requested.
13. Conflict of Interest.
A. Contractor covenants that it presently has no interest and shall not acquire
any interest, direct or indirect, which may be affected by the services to be performed by
Contractor under this Agreement, or which would conflict in any manner with the performance
of its services hereunder. Contractor further covenants that, in performance of this Agreement,
OXonsultant ContractsVGraffiti Control Systcros\MAINTENANCE SERVICES AGREEMENT 1 -YEAR (FY2015-2016).docx
no person having any such interest shall be employed by it. Furthermore, Contractor shall
avoid the appearance of having any interest which would conflict in any manner with the
performance of its services pursuant to this Agreement.
B. Contractor covenants not to give or receive any compensation, monetary
or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the
performance of this Agreement. Contractor's covenant under this section shall survive the
termination of this Agreement.
14. Termination. The City may terminate this Agreement with or without cause upon
thirty (30) days' written notice to Contractor. The effective date of termination shall be upon
the date specified in the notice of termination, or, in the event no date is specified, upon the
thirtieth (30th) day following delivery of the notice. In the event of such termination, City agrees
to pay Contractor for services satisfactorily rendered prior to the effective date of termination.
Immediately upon receiving written notice of termination, Contractor shall discontinue
performing services, unless the notice provides otherwise, except those services reasonably
necessary to effectuate the termination. The City shall be not liable for any claim of lost profits.
15. Personnel. Contractor represents that it has, or will secure at its own expense,
all personnel required to perform the services under this Agreement. All of the services
required under this Agreement will be performed by Contractor or under it supervision, and all
personnel engaged in the work shall be qualified to perform such services. Contractor reserves
the right to determine the assignment of its own employees to the performance of Contractor's
services under this Agreement, but City reserves the right, for good cause, to require Contractor
to exclude any employee from performing services on City's premises.
16. Extension Options.
A. The City shall have the option to extend this Agreement for no more than
one year, subject to the same terms and conditions contained herein, by giving Contractor
written notice of the exercise of this option at least thirty (30) days prior to the expiration of the
initial term of this Agreement.
B. In the event the City exercises its option to extend the term of this
Agreement for more than one additional year, the Contractor's unit prices shall be subject to
adjustment at the end of one-year extension and annually thereafter ("the adjustment date") as
follows:
Any increase in compensation will be negotiated between the City and the Contractor,
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. Any increase in compensation,
negotiated or based upon CPI, shall be subject to approval of the City Council if this
Agreement was originally approved by the City Council.
0 AConsultant Contracts\Graffiti Control Systcros\MAINTENANCE SERVICES AGREEMENT 1 -YEAR (FY2015-2016),docx
17. 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, 21825
Copley Drive, Diamond Bar, California, and are available to any interested party on request.
City also shall cause a copy of such determinations to be posted at the job site.
The Contractor shall forfeit, as penalty to City, not more than twenty-five dollars
($25.00) for each laborer, workman or mechanic employed for each calendar day or portion
thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of
wages hereinbefore stipulated for any work done under this Agreement, by him or by any
subcontractor under him.
The CONTRACTOR and any of its subcontractors must be registered with the
Department of Industrial Relations pursuant to Labor Code section 1725.5, which precludes
the award of a contract for a public work on any public works project awarded after April 1,
2015. This Agreement is subject to compliance monitoring and enforcement by the Department
of Industrial Relations.
18. Non -Discrimination and Equal Employment Opportunity.
A. Contractor shall not discriminate as to race, color, creed, religion, sex,
marital status, national origin, ancestry, age, physical or mental handicap, medical condition,
or sexual orientation, in the performance of its services and duties pursuant to this Agreement,
and will comply with all rules and regulations of City relating thereto. Such nondiscrimination
shall include but not be limited to the following: employment, upgrading, demotion, transfers,
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship.
B. Contractor will, in all solicitations or advertisements for employees placed
by or on behalf of Contractor state either that it is an equal opportunity employer or that all
qualified applicants will receive consideration for employment without regard to race, color,
creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap,
medical condition, or sexual orientation.
C. Contractor will cause the foregoing provisions to be inserted in all
subcontracts for any work covered by this Agreement except contracts or subcontracts for
standard commercial supplies or raw materials.
19. Time Is of the Essence. Time is of the essence in this Agreement. Contractor
shall do all things necessary and incidental to the prosecution of Contractor's work.
O:AConsultant ContractsVGraffiti Control Systems\MAINTL'NANCE SERVICES AGREEMENT 1 -YEAR (FY2015-2016).docx
20. Delays and Extensions of Time. Contractor's sole remedy for delays outside
its control shall be an extension of time. No matter what the cause of the delay, Contractor
must document any delay and request an extension of time in writing at the time of the delay
to the satisfaction of City. Any extensions granted shall be limited to the length of the delay
outside Contractor's control. If Contractor believes that delays caused by the City will cause it
to incur additional costs, it must specify, in writing, why the delay has caused additional costs
to be incurred and the exact amount of such cost within 10 days of the time the delay occurs.
No additional costs can be paid that exceed the not to exceed amount absent a written
amendment to this Agreement. In no event shall the Contractor be entitled to any claim for lost
profits due to any delay, whether caused by the City or due to some other cause.
21. Assignment. Contractor shall not assign or transfer any interest in this
Agreement nor the performance of any of Contractor's obligations hereunder, without the prior
written consent of City, and any attempt by Contractor to so assign this Agreement or any
rights, duties, or obligations arising hereunder shall be void and of no effect.
22. Compliance with Laws. Contractor shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
23. Non -Waiver of Terms, Rights and Remedies. Waiver by either party of any
one or more of the conditions of performance under this Agreement shall not be a waiver of
any other condition of performance under this Agreement. In no event shall the making by City
of any payment to Contractor constitute or be construed as a waiver by City of any breach of
covenant, or any default which may then exist on the part of Contractor, and the making of any
such payment by City shall in no way impair or prejudice any right or remedy available to City
with regard to such breach or default.
24. Attorney's Fees. In the event that either party to this Agreement shall
commence any legal or equitable action or proceeding to enforce or interpret the provisions of
this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its
costs of suit, including reasonable attorney's fees and costs, including costs of expert witnesses
and Contractors.
25. Mediation. Any dispute or controversy arising under this Agreement, or in
connection with any of the terms and conditions hereof, which cannot be resolved by the
parties, may be referred by the parties hereto for mediation. A third party, neutral mediation
service shall be selected, as agreed upon by the parties and the costs and expenses thereof
shall be borne equally by the parties hereto. The parties agree to utilize their good faith efforts
to resolve any such dispute or controversy so submitted to mediation. It is specifically
understood and agreed by the parties hereto that mutual good faith efforts to resolve the same
any dispute or controversy as provided herein, shall be a condition precedent to the institution
of any action or proceeding, whether at law or in equity with respect to any such dispute or
controversy.
26. 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
0 TOnsultant ContractsVGraffiti Control Systems\MAINTENANCE SERVICES AGREEMENT ]-YEAR (FY2015-2016).docx
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.
"CONTRACTOR"
Woods Maintenance Services, Inc.
Dba Graffiti Control Systems
7260 Atoll Avenue
North Hollywood, CA 91605
Attn,: Jeffrey Woods
Phone: (800) 794-7384
E -Mail: sales@graffiticontrol.com
"CITY"
City of Diamond Bar
21810 Copley Drive
Diamond Bar, CA 91765-4178
Attn.: James DeStefano
Phone: (909) 839-7010
E-mail: JDeStefano@DiamondBarCa.gov
27. Governing Law. This Agreement shall be interpreted, construed and enforced
in accordance with the laws of the State of California.
28. 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.
29. Entire Agreement. This Agreement, and any other documents incorporated
herein by reference, represent the entire and integrated agreement between Contractor and
City. This Agreement supersedes all prior oral or written negotiations, representations or
agreements. This Agreement may not be amended, nor any provision or breach hereof waived,
except in a writing signed by the parties which expressly refers to this Agreement.
Amendments on behalf of the City will only be valid if signed by a person duly authorized to do
so under the City's Purchasing Ordinance.
IN WITNESS of this Agreement, the parties have executed this Agreement as of the date first
written above.
"Contractor"
WOODS MAINTENANCE SERVICES, INC
dba GRAFFITI CONTROL SYSTEMS
Printed
Title:
"City"
CITY OF DIAMOND BAR
M
Steve Tye, Mayor
O:AConsultant ContractsAGraffiti Control SystemsWAiNTENANCE SERVICES AGREEMENT 1 -YEAR (FY2015-2016).docx
By: ATTEST:
Printed Name:
Title:
Tommye Cribbins, City Clerk
Approved as to form:
David A. DeBerry, City Attorney
State of California "CONTRACTOR'S" License No.
CONTRACTOR'S Business Phone
Emergency Phone
at which CONTRACTOR can be reached at any time.
"NOTE: If Contractor 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.
O:AConsultant ContractsVGraffiti Control Systems\MAINTENANCE SERVICES AGREEMENT 1 -YEAR (FY2015-2016).docx
w�
t I. T E NAN C
SLK'VI, J.
dba GRAFFITI CONTROL SYSTEMS
ORIGINAL
http://www.graffiticontrol.com salesCgraffiticontrol.com
CITY OF DIAMOND BAR
REQUEST FOR PROPOSALS
GRAFFITI REMOVAL SERVICES
1
May 29, 2015
CCSB_
HiQ
C-
1,
Lu_
Woods Maintenance Services, Inc.
dba Graffiti Control Systems
7260 Atoll Avenue
North Hollywood, California 91605
(800) 794-7384
ORIGINAL
http://www.graffiticontrol.com salesCgraffiticontrol.com
Diamond Bar Graffiti Removal Services
TABLE OF CONTENTS
ITEM DESCRIPTION
1 Table of Contents
2 Cover Letter
3 Qualifications
4 Scope of Work
5 Fee
6 Acceptance of Conditions
Attachments
• References
• Proof of Insurance
• Resumes
• Before and After Photos of Graffiti Removals
• Copy of Contractor's License
• WrLEe. Oen, RLgkE off- screen Shots
COVER LETTER
The undersigned hereby declares that he is the Contractor submitting the attached proposal
and is duly authorized by Woods Maintenance Services, Inc. ("WMS") dba Graffiti Control
Systems ("GCS") to sign on behalf of and bind said Contractor to City of Diamond Bar. Further,
the undersigned has read all bid documents, attachments and addenda and affirms his
understanding of them and of . In addition, the undersigned is unaware of any conflict of
interest in performing the proposed work. This bid submission is valid for 90 days after the RFP
submittal deadline.
Additionally, GRAFFITI CONTROL SYSTEMS is duly licensed to transact business within the State
of California and is presently licensed by the Contractors State License Board to perform all of
the annotated services. Contractor License #741322 is valid for the B, C27, C33, C61/D31,
C61/D38, C61/D49, C61/D52, C61/D63, HAZ classifications. This license is active and current and
expires October 31, 2015.
Proposer Woods Maintenance Services, Inc. DBA Graffiti Control Systems
Signature WCD&J�
Name/Title Barry K.Woods— President
7260 Atoll Avenue • North Hollywood, CA 91605
(818)503-8240
Jeffrey Woods - Project Manager
(818)764-2515
Dated May 28, 2015
Employer ID # 95-4643637
Contractors License # 741322
QUALIFICATIONS
Company History and Overview:
Woods Maintenance Services, Inc. (WMS), dba Graffiti Control Systems (GCS), has been a leader
in exterior maintenance services for nearly 40 years, and has held contracts that are exclusive
to graffiti removal services for nearly 30 years. When the company was established in 1975, we
knew immediately that in order to have a successful business, we would need to not only work
harder than everyone, we would need to work better. To that end WMS has always thought
about how we can provide the most value to the client, while also trying to anticipate our
clients' future needs and requirements. In the early years, our emphasis was on the daily and
nightly maintenance of apartment buildings, condominiums, industrial parks and office
buildings, with a minor workload of graffiti removal on their exterior facades. As we became
more and more experienced and skilled, those future needs came sooner than we were
expecting. However, because we have always adhered to the edict that our most important
assets are our staff and our clients, we were able to adapt to what our clients' work needs
required and what services our staff was capable of providing. This way of thinking and
operating continues to this day, and is the primary reason we have continued to be successful
as we approach our 40th Anniversary.
Graffiti Control Systems currently performs under multi-year contracts for graffiti removal and
abatement services with Cities, Counties, Municipal Agencies, and private business enterprises.
For these contracts we provide anywhere from 1 to 18 crews per contract, and have billings
ranging from $10,000/year to over $1 million. For all of our clients, we make ourselves available
24/7/365. Our crews are highly trained and skilled in all manner of graffiti removal and they
understand that no job is too big or too small—if someone has taken the time to report graffiti,
it is our responsibility to do the best job we can to remove it. Considering our history and track
record in providing graffiti removal services for not only Diamond Bar for the past 22 years, but
for cities all over California, we believe that we can continue to be the best partner for
Diamond Bar moving forward.
Prior Experience:
WMS has been in business for nearly 40 years and has held multi-year contracts with a host of
Cities, Counties, Municipal Agencies, and private business enterprises. Here is a fairly
representative list of the contracts we have or have had during this period.
Graffiti Removal Services, Abatement, Coatings and Maintenance
Los Angeles County Metropolitan Transportation Authority (MTA)
System -wide removal services for all stations, ROWs, divisions, terminals, properties
110 and 710 Freeway Pilot Program removal services on bridges, k -rails, abutments
City of Los Angeles
Maintenance of all Freeway Underpasses (Zero Tolerance)
Maintenance of all City Buildings and Property (Zero Tolerance)
UNTAG Program—Citywide
Council District 9—Downtown, Chinatown
Special Projects—Mural Coatings and Abatements
County of Los Angeles
Maintenance of East & South Diamond Bar Valleys (Zero Tolerance)
Maintenance of Castaic, Malibu (Zero Tolerance)
Maintenance of South Los Angeles Florence -Firestone (Zero Tolerance)
Maintenance of the Flood Control Channels (South, West, East Areas)
City of Culver City
Zero Tolerance Graffiti Removal Program
City of Santa Clarita
Zero Tolerance Graffiti Removal Program
City of Monterey Park
Zero Tolerance Graffiti Removal Program
City of Montebello
Zero Tolerance Graffiti Removal Program
City of Long Beach
Zero Tolerance Graffiti Removal Program
City of South Pasadena
Zero Tolerance Graffiti Removal Program
City of Diamond Bar
Zero Tolerance Graffiti Removal Program
City of National City
Zero Tolerance Graffiti Removal Program
City of San Diego
Zero Tolerance Graffiti Removal Program
City of Diamond Bar
Zero Tolerance Graffiti Removal Program
City of Temple City
Zero Tolerance Graffiti Removal Program
City of West Hollywood
Zero Tolerance Graffiti Removal Program
City of Santa Monica
Graffiti Removal Services
City of Tustin
Zero Tolerance Graffiti Removal Program
City of South Pasadena
Zero Tolerance Graffiti Removal Program
Clark County Nevada
Graffiti and vandalism removal from Resort Corridor
Austin, Texas
Graffiti Removal for City-wide Park System
California Department of Transportation
Exterior Maintenance of Trans Bay Terminal — San Francisco
Staff and Training:
GCS has always prided itself on its ability to offer and demand exceptional service from its staff.
Ownership and management take active roles in all aspects of training and quality control. By
providing to our staff in-service training seminars, an above standard pay -scale, employee
benefits and incentives, and a working environment that fosters a real sense of responsibility
and ownership, GCS has built a business that employees are loyal to and one that exceeds the
expectations of our clients.
Prior to new hires beginning work, driving records are examined, references are checked, and
drug tests are given. Once all of these steps are passed, safety training begins. Employees are
taught defensive driving techniques, how to set cones in a work zone, how to properly prepare
a worksite and how to ensure that neither the employee nor a citizen is in harm's way as a job
is executed. Employees are taught about heat illness prevention and how to recognize
symptoms in themselves as well as in their co-workers. Finally, employees are informed about
graffiti removal chemicals which, although "green," can still present hazards if not treated with
care.
Our training program continues at our warehouse as senior technicians, supervisors, and
management demonstrate the proper use of all equipment that is utilized in the field, including,
but not limited to, airless paint sprayers, pressure washing machines, and water recovery and
recycling equipment. Later in the process, new technicians are trained in on-site color matching
techniques and the new hires are tested on their ability to match colors within a certain time
frame and to a level that the company will accept. Further training in all media blasting
techniques is provided so our new employees can be as prepared as possible as they head into
the field.
Upon "graduation" from this process, the employees are placed in the field with working
supervisors and senior technicians where they work in conjunction with their co-worker. The
new hires are rated on their performance and skills that are below our standards are remedied
prior to working in the field solo, yet still supervised.
All staff members are required to do in-house continuing education and are given refresher
courses by management and supervisors, as well as by outside vendors. With a staff of nearly
140 employees, it is seldom that a month goes by without some type of continuing education
seminar or class being given to our employees.
Andres Lopez has been the GCS technician in Diamond Bar for the past 2+ years, and has been
with the company for nearly 25 years. He is a proactive technician who is intimately familiar
with Diamond Bar's hot spots and can always be counted on to provide exceptional service,
going above and beyond the requirements in the scope of work. Andres is skilled at all graffiti
removal techniques and is equally adept at color matching a painted wall as he is at removing
sidewalk graffiti by pressure washing, or removing markers from a store front window. Andres
will remain the technician in Diamond Bar moving forward on the new contract.
SCOPE OF WORK
No City's geography, demographics, or graffiti problem is the same, and Graffiti Control
Systems understands this as well as any company, as we currently provide graffiti removal
services for a range of cities including, not only Diamond Bar, but, Arcadia, Temple City,
Diamond Bar, Santa Monica, South Pasadena, San Gabriel, Tustin, the City and County of Los
Angeles, and MTA as well.
However, the solution to every City's graffiti problem is the same: remove all graffiti that is
reported and all graffiti found while surveying—immediately. Becoming successful at this is the
essential element to any graffiti abatement program. We are proud that we have fluid work
plans, and are able to adapt our work plan and schedule to the needs that are found when we
arrive in a City. We have always sought open and frequent communication with our client cities
and this has been no different in Diamond Bar for nearly 10 years. Not only are we in frequent
communication with the Neighborhood Improvement Services Department, but we frequently
communicate with SGPD and the Public Works Department.
At the onset of any graffiti removal program, Graffiti Control Systems assesses the situation on
the ground and make its primary focus the eradication of any existing graffiti and the quick
determination of the Diamond Bar's hotspots. As we currently are contracted with the City,
there will be no need for a ramp up period or a learning curve, as we are familiar with the hot
spots and trouble areas. GCS will continue to abate graffiti in the manner in which we have
found the greatest success in our long history—survey for graffiti incidents and remove the tags
that are found immediately—as a supplement to responding to all work orders within the 24
hour time requirement and any emergency (vulgar, pornographic, racist) incidents within
approximately 1 hour.
In all cities where we provide graffiti removal services, our employees take pride and ownership
in their work, and quickly learn the ins and outs of the City. Both our regular Diamond Bar
technician, Andres, and our supervisor, Enrique, know which colors are needed and where, thus
saving time, and allowing for the removal of more tags. Each technician operates a fully
equipped vehicle and is trained in all types of removals so he will be able to handle any type of
graffiti that occurs in his City. He will be equally as skilled at removing a permanent marker tag
on a brick wall, as he will be in color matching a painted wall at the corner store, or removing a
graffiti tag from the rooftop of a 30 foot tall building.
One of the important aspects of any graffiti program is having the knowledge and the right
equipment and experience to tackle the problem. Having removed graffiti for public sector
clients for over 30 years, we have more experience than anyone else in the business. Our
technicians have experience removing every type of graffiti from every type of surface, and
when new products come to the marketplace, GCS will test these products against what we are
currently using to see if work can be done better, faster, and more effectively with these new
products. To that end, GCS uses a combination of methods to abate graffiti, starting with the
least damaging process:
Painted Surfaces
This will include all previously painted
substrates such as wood, metal, block
walls, stucco, brick, curbs, chain link
fencing.
Color matched painting for
each specific site and
custom county colors for
county property
These will include glass windows,
Treated primarily with eco -
ceramic tile, road signs, traffic control
friendly chemical washes,
Non Porous
boxes, light standards
pressure washing and the
Surfaces
judicious use of soda
bicarbonate blasting.
Included here will be natural masonry
Pressure wash with eco -
substrates that have not already been
friendly chemicals, hot high
Porous Surfaces
painted, concrete light standards,
pressure waster blasting.
sidewalks and curbs
We do not use sand
blasting UNLESS it is
absolutely necessary
When painting over dark graffiti tags, our technicians will use a primer (KILZ brand) first and
then will proceed with their paint -out. This prevents "ghosting" and will create the appearance
of wall that shows no sign of previous graffiti. Our technicians are all equipped with airless
paint sprayers and have been taught how to feather paint on to the surface to create a natural
look. GCS doesn't cover graffiti by painting out in blocks. We paint from reveal to reveal or
along natural breaks in the underlying surface. Though graffiti always looks bad, when
contractors paint out in mismatched blocks, the result is not in keeping with our high standards.
In fact, GCS has on multiple occasions been asked to correct other contractors' substandard
work in areas where we do not have contracts because our reputation for providing exceptional
service is well known in the industry.
Our technicians all carry multiple types of nozzle tips for the pressure washing wands because
removing graffiti from a sidewalk requires a different tip than does removing graffiti from a
tree. Smaller tip openings are more effective on hard substrates, while it is necessary to use a
wide tip nozzle on a tree, as to prevent damage to the bark. Because different locations and
substrates require different techniques, all vehicles and technicians are outfitted with multiple
hoses with quick connections (both pressure washing and paint sprayers), different type and
size paint brushes and rollers, extension poles for rollers and sprayers, ladders and/or step
stools, 1, 2, and ` gallon buckets, and various scrubbers and rags. Further, windows or other
glass features are squeegeed with water or glass cleaner after remc,.,als are completed. In all
removals, our technicians will use the proper technique and product to create a surface that
appears as if graffiti was never there.
Integral to our success has been the implementation of our 360' approach. The 360° is the
performance standard we use in all of our contracts and it shall be no different in Diamond Bar.
Our crews have been trained that when they remove graffiti at a request site or on their survey
routes, oftentimes there will be ancillary graffiti in the immediate environs. By making a full
360° turn at the incident site, the technician can and will abate all visible graffiti. This process
helps in myriad ways: additional requests will not be generated from this location; constituents
will note that our technicians are proactive and will not leave graffiti for another day; and
finally, by cleaning the entire area, the taggers will realize that their work will not remain visible
for long.
Essential to any successful business and especially critical to the success of graffiti removal
contracts is quality control. Quality Control is preached from day one to all new hires and is
mission critical for supervisors and management. We have supervisors and management in the
field daily, not only to check the work that is being done, but to speak with our employees and
people in the community to see what they want from their contractors. When communication
is open and honest between the contractor and the client, the graffiti abatement program runs
more efficiently and little issues never become big problems. We realize that graffiti removal
services give citizens a sense of safety and security in their community and we don't take that
responsibility lightly. Our crews are instructed to listen intently to constituent requests and
explain to each the process for graffiti removal services. We have learned that being honest
with the community members goes a lot further than just saying, "It will get done." If waivers
are required, our crews can make those available on the spot. If law enforcement needs to be
informed, we can provide that service or provide the contact information to the constituent so
that he or she can participate in the process.
The safety and well-being of all Contractors' employees and the citizens in general are our
primary concern. All work undertaken conforms to all rules, regulations, ordinances and
statutes of the City, County, State and Federal Government, as well as the Los Angeles County
Best Management Practices manual (BMP's). When required, all proper traffic control methods
are utilized, as required on the public right-of-way, with flashing arrow boards, cones and
barricades. The concern is also for the public at large, as we will be working along areas where
there are not only pedestrians, but oftentimes vehicles and cyclists as well. All company trucks
are equipped with a fire extinguisher, SDS sheets, and first aid kits.
All employees are provided with uniforms and all necessary and required safety gear (PPE),
including: safety vests, protective eyewear, gloves, and hard hats (if necessary) and great care
will be taken in protecting surrounding areas. Sand, soda and any residue from cleaning
operations shall be cleaned up immediately by our technicians, restoring the surface and area
to its original condition, and removing any potential liability problem or exposure. In some
cases water reclamation devices have been utilized so as to prevent any runoff or pollution of
the storm drains and water tables. In any project, all care and caution shall be used while
performing all abatements to maintain the integrity of all surfaces.
WMS has always practiced and subscribed to the applicable BMP's for all municipal work we
have undertaken. Whether it is securing a working area with cones so passersby will not
inadvertently enter a work zone, or doing preventative maintenance on all our vehicles and
equipment, we know that when best management practices are followed rigorously, work is
done in a safer and more efficient and effective manner.
These are the same methods and operational standards that we will utilize in Diamond Bar
should we be awarded the contract.
Equipment:
Graffiti Control Systems' vehicles assigned to Diamond Bar will be fully equipped for graffiti
removal. Each will be outfitted with not only hot water pressure washers and airless paint
sprayers, but with ladders, color matching tools like tints and base colors, brushes, rollers,
safety cones, protective tarps and covers, flashing amber lights, and various sundry items
essential in the execution of graffiti removal. Graffiti Control Systems currently has all the
equipment and vehicles necessary for this contract, including 24/7/365 access to both our 29'
bucket van and our 47' bucket truck.
Graffiti Control Systems has always maintained sufficient vehicles, paints, chemicals, hand tools
and equipment to carry out each contract program it was assigned.
Of course, having the right people, the right experience, and the right work plan are critical, but
the final piece of the puzzle is having the right equipment to execute the required tasks. To this
end, Woods Maintenance Services houses ample supplies of all tools, equipment, and supplies
and maintains a fleet of over 70 vehicles:
• 13 dedicated landscape maintenance vehicles
• 9 dedicated trash collection vehicles
• 23 fully equipped graffiti removal vehicles
• 10 dedicated pressure washing vehicles
• 13 Dump trucks with auto -dumping capabilities
• 1 Tractor with accessories -New Holland: 1 Model 445D
• 1 AirSweeper Truck
• 47' Bucket Truck
• 29' Bucket Van
• 2 Traffic Control Vehicles
• 2 Hydro Tek Custom Water Recover Systems (SC35005VG/ZVAC)
• 3 diesel cold water pressure washing units
• 1 Baldor Electric Powered pressure washing unit
• 32 Delco RK -45 Pressure washing units
• 33 Graco Model 3900 airless paint sprayers
• 16 chainsaws-various models
• 19 Husqvarna and Shindaiwa hedge trimmers
• 37 Husqvarna weed whackers
• 11 30" Toro TurfMaster Lawn Mowers
• 83 field cell phones/smartphones
Should Woods Maintenance Services be awarded the contract, we have all the required
equipment and vehicles necessary to successfully meet the requirements and perform the tasks
on this contract. Should additional items be required during the life of the contract, we have
the financial resources necessary to allow us to quickly obtain anything that will be required to
operate a successful program, without diminishing existing contracts.
Currently Graffiti Control Systems uses TAGRS in the City but we have developed our own web -
based and smartphone application for the reporting and removal of graffiti incidents. This app,
WKEe oto, RLgkE off'"', can be integrated into the City of Diamond Bar's website, if the City
chooses. Further, WrLEe OK, RLgkE OffTM can be customized to suit the needs of Diamond
Bar. GCS technicians are also perfectly capable of using any system of the City's choosing, as we
have used many different tracking and targeting apps in our myriad contracts, including Graffiti
Tracker and TAGRS. Whichever system the City chooses, GCS technicians will document graffiti
with before and after photos that will provide the location, size, and type of graffiti, plus any
other information the City chooses. This "equipment" is yet another tool in our technician's
arsenal in the fight against graffiti.
FEE
For 2 Full days of service per week, Graffiti Control Systems proposes a flat rate of $2,912.00
per month.
For 3 Full days of service per week, Graffiti Control Systems proposes a flat rate of $4,075.00
per month.
ACCEPTANCE OF CONDITIONS
Woods Maintenance Services, Inc., dba Graffiti Control Systems, accepts all conditions listed in
the Request for Proposal Document and offers no exceptions or changes.
ATTACHMENTS
REFERENCES
Los Angeles County MTA
Graffiti Removal Services
Carlos Martinez
490 Bauchet Street
Mail Stop: 30-1-7
Los Angeles, CA 90012
martinezcarl@metro.net
213-922-8877
City of Los Angeles Public Works
Graffiti Removal & Abatement Services
Gerry Valido
200 N. Spring Street, #356 CH
Los Angeles, CA 90012
gerry.valido@lacity.org
213-978-0223
Los Angeles County Department of Public Works
Graffiti Removal Services
Ari DeChellis
Los Angeles County
Department of Public Works
Graffiti Abatement Program
ADECHELLIS@dpw.lacounty.gov
626-458-4062
City of Tustin
Graffiti Removal Services
Brad Steen
300 Centennial Way
Tustin, CA 92780
bsteen@tustinca.org
714-573-3135
City of Santa Monica
Graffiti Abatement Services
Rick Raygosa
1685 Main Street
Santa Monica, CA 90401
rick.ray og sa@smgov.net
310-458-8519
City of San Gabriel
Graffiti Removal Services
Clayton Anderson
425 S. Mission Drive
San Gabriel, CA 91778
canderson@sgch.org
626-308-2806 ext. 4636
Conclusion:
When selecting Graffiti Control Systems as Diamond Bar's graffiti removal contractor you are
choosing to do business with one of the largest and most respected graffiti abatement and
removal contractors in the nation.
• Successful business for many years, our 401h Anniversary will be celebrated this year
• Skilled crews with years of experience of on-site color matching
History of providing immediate response to emergency requests of all kinds
• Active ownership and management in all aspects of the business from bid process to
field work
• Have always exceeded work estimates by working proactively, not reactively, via 360°
approach
• Never satisfied with good enough; always looking at ways to improve and grow
• Performed under 1000's of contracts, abated 100's of million square feet of graffiti
• Part of the community and working with the residents for a common goal
Carol Herrera
Mayor
Bob Zirbes
Mayor Pro Tem
Wen P. Chang
Council Member
Jack Tanaka
Council Member
Steve Tye
Council Member
Re,Oed paper
February 23, 2006
City of Diamond Bar
21825 Copley Drive - Diamond Bar, CA 91765-4178
To Whom It May Concern,
(909) 839-7000 • Fax (909) 861-3117
www.CityofDiamondBar.com
Graffiti Control Systems has been providing professional graffiti
removal services to the City of Diamond Bar since 1993. They have
always done an excellent job and it is my pleasure to provide this letter
of recommendation.
Barry Woods and his staff are always professional, eager to help and
enthusiastic about their work.
If I can be of any further assistance, please feel free to contact me at
909.839.7061.
Director of Community Services
PROOF of INSURANCE
Please seethe following pages for copies of our current insurance coverage which show that we
meet the minimum requirements as stated in the RFP. Should we be awarded this contract, the
City of Diamond Bar shall be added as "additional insured" as required by the RFP and the
subsequent contract.
Q� ® DATE (MMIp01Y
CERTIFICATE OF LIABILITY INSURANCE 1/29/20155
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
'.PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
„dPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endamement(s).
PRODUCER
SGB -NIA Insurance
Brokers
NAME:
PHONE (818)316-0999 we No:
(k19)316-0990
E-MAIL .patty Lugo@ajg.com
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED
License #0782266
21011 Warner Center Lane
Woodland Hills CA 91367
INSURED
Woods Maintenance Services Inc, DBA: Graffiti
INSURERS AFFORDING COVERAGE
NAIC#
INSURER A:Hart£ord Fire Insurance Com
INSURER SNationWlde Mutual Ins.Co.
an 19682
3787
INSURERC:Twin City Fire Insurance Co.
9459
INSURER
(NSR TYPE OF INSURANCE POLICY NUMBER MMIOUIYYYY MMIODrfYYY
TR
Control Systems;
Hydro Pressure Systems
GENERAL LIABILITY
EACH OCCURRENCE $
7260 Atoll Avenue
INSURER E:
300,000
1 INSURERF:
c1f�G1 LII IMCFD
PREMISES Eacccurrence
North Hollywood CA 91605
COVERAGES CERTIFIUA It Numcon:LL+="-""---------
HAVE BEEN ISSUED TOTHEINSURED NAMED ABOVE FOR THE POLICY PERIOD
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW
OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION
BY THE POLICIES DESCRIBED
HEREIN IS SUBJECT TO ALL
THE TERMS,
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED
ACCORDANCE WITH THE POLICY PROVISIONS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
AUTHORIZED REPRESENTATIVE
ADDLS SR POLICY EFF POLICY EXP
LIMITS
(NSR TYPE OF INSURANCE POLICY NUMBER MMIOUIYYYY MMIODrfYYY
TR
---�
1,000,000
GENERAL LIABILITY
EACH OCCURRENCE $
avv_snan ACnRn CORPORATION. All rights reserved.
rnp
OAMAGETO RENTED
$
300,000
X COMMERCIAL GENERAL LIABILITY
PREMISES Eacccurrence
❑x_ 72CESOY3834 /1/2015 /1/2016
MED EXP (Any one person) $
10,000
A CLAIMS -MADE OCCUR
1,000,000
PERSONAL S ADV INJURY $
GENERAL AGGREGATE $
2,000,000
PRODUCTS AGE $
2,000,000
GEN'L AGGREGATE LI-IpMIT APPLIES PER:
$
X POLICY PRO LOC e
COMBINED SINGLE LIMIT
1 000 000
AUTOMOBILE LIABILITY
Ea accldaM
BODILY INJURY (Per person) $
NY AU OLL OWNED SCHEDULED CP7825968322 /1/2015 /1/2016
BODILY INJURY (Per accitlent) $
UTOS AUTOS X
PROPERTY DAMAGE S
NON -O WNEO
paraccident
IRED AUTOS AUTOS.Underinsured
$
1 000 000
motonst
JX
EACH OCCURRENCE $
3,000,000
MBRELLA LIAB
OCCURXCESS
AGGREGATE $
3,000,000
LIAB
CLAIMS -MADE
/1/2015
/1/2016
$
E❑ RETENTION$
72%SON0909
WC STATU- OTH-
WORKERS COMPENSATION
E.L. EACH ACCIDENT $
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETORIPARTNER/EXECUTIVE❑
OFFICER/MEMBER E%CLUOED4
NIA
E.L. DISEASE - EA EMPLOYE$
(Mandatory in NH)
If yea, disk ... untlar
E.L. DISEASE - POLICY LIMIT $
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Addlflomal Remarks Schedule, If more space Is required)
Re: Operations of the Named Insured for the Certificate Holder.
City of Diamond Bar is named Auto Additional Insured per attached form AC
0102 0310.
CERTIFICATE HOLDER
CANCELLA I lv,•
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATIONDATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
_
City of iiamond Bar
AUTHORIZED REPRESENTATIVE
Attn: Tammye Cribbins
21825 E. Copley Drive
Diamond Bar, CA 91765 -
---�
Mark Jacobson/MHJ
avv_snan ACnRn CORPORATION. All rights reserved.
rnp
ACORD 25 (2010/05) —""" --
INS025 (201005) 01 The ACORD name and logo are registered marks of ACORD
-_ 1 ®
A� o CERTIFICATE OF LIABILITY INSURANCE
DATE IMMIDD/riYYI
8/25/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsements).
PRODUCER
BroNRl & Brown Insurance BerV1Ce8 Of CA, Inc.
2401 E. Katella Ave.
Suite 550
Anaheim CA 92806
CONACT
NAME, 1C istin Grissom
PHONE (']14)221-1841 FAX (7141221-4196
AIC No
noolLss:kgrissom@bbsocal. con
INSURERS AFFORDING COVERAGE NAIL#
INSURER A:Cali£ornia Insurance Company 38865
INSURED Woods Maintenance Services, Inc.;
Graffiti Control Systems;
Hydro Pressure Systems
7260 Atoll Ave.
North Hollywood CA 91605
INSURER e:
INSURER C:
INSURER o:
INSURER E:
INSURERF:
COVERAGES CERTIFICATE NUMBER'CL1482514544 REVISION NUMNtK:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INTO
LTR
TYPE OF INSURANCE
AODL
SUBR
POLPOLICYNUMBER MMIp EFF
PY
MMIDnIYEXP
LIMITS
GENERALLIABILITY
EACH OCCURRENCE $
DA GE TO RENTED
PREMISES Ea occumemo $
COMMERCIAL GENERAL LIABILITY
MED EXP (Any ane person) S
CLAIMS -MADE ❑ CCCUR
PERSONAL & ADV INJURY IS
GENERAL AGGREGATE If
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGO $
$
POLICY PRO LOC
COMBINED SINGLE LIMIT
AUTOMOBILE LIABILITY
(Ea a¢itlent $
BODILY INJURY (Per person) $
ANY AUTO
BODILY INJURY (Per accident) S
ALL OWNED SCHEDULED
AUTOS AUTOS
NON -OWNED
HIREOAUTOS AUTOS
PROPERTY DAMAGE $
Poraccident
$
UMBRELLA LIABOCCUR
EACH OCCURRENCE $
AGGREGATE $
EXCESS LIAB
CLAIMS -MADE
DED RETENTIONS
WORKERS COMPENSATION
$
ATT- I OEH-
X I TWR3TLIM
A
E.L EACH ACCIDENT $ 1 000 000
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETORIPARTNERIEXECUTIVE
(MandatoryOFFICERNEMBER EXCLUDED?
NH)
If
NIA
730059610104
9/1/2014
9/1/2015
E.L DISEASE - FA EMPLOYE $ 1,000,000
E.L. DISEASE - POLICY LIMIT $ 1 000 000
yes aryIn
If yes, de scribe under
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 191, Additfonal Remarks Schedule, If more space is required)
*EVIDENCE OF COVERAGE ONLY*
CITY OF DIAMOND BAR
ATTN: TAMMYE CRIBBERS
21825 E. COPLEY DR,
DIAMOND BAR, CA 91765
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Bhazpe/I[GRI SS
--
m i9RR-2n10 ACORD CORPORATION. All rights reserved.
INS025 (201006).Oi The ACORD name and logo are registered marks of ACORD
RESUMES
BARRY K. WOODS
EXPERIENCE President 10/75 — Present
40 years of maintenance experience, including graffiti
abatement, maintenance of hard surfaces, landscape
maintenance, tree trimming and trash and debris removal.
Instituted new and improved methods of abating graffiti, faster
response times and better tracking protocols. Handles
purchasing and tasks assignments with Operations Manager
and Project Supervisors through weekly meetings. Overall
responsibility for all contracts and interfaces with Project
Managers and all public agencies. Member of multiple trade
organizations and is a recognized as an expert in court cases
and arbitrations. At the cutting edge his entire career in the
exterior maintenance field: 15t contractor to establish fixed -fee
graffiti removal; 151 contractor to use relational database for
tracking graffiti incidents; 1st contractor in LA County to use
sweeper trucks in the Flood Control Channels; chosen by
Armand Hammer to test safe use of soda bicarbonate in high
pressure cleaning. Responsible for negotiating with
subcontractors.
CLIENTS Currently oversees all corporate assignments.
EDUCATION Attended University of California at Los Angeles as an
undergradute, graduating in 1971. Attended UCLA graduate
school, receiving degrees and credentials in 1974.
ADDITIONAL CSLB C33 License RMO; City of LA CERT Emergency Trained;
Metro Rail Safety and Wayside Worker ProtectionTrained;
Trained as EIC.
JEFFREY WOODS
EXPERIENCE General Manager 7/03 — Present
Oversees staff of 140+ employees. Conducts daily safety
briefings, dispatches and oversees multiple crews at multiple
locations. Organizes and assigns vehicles and equipment,
manages maintenance and repair of equipment. Maintains all
databases, reports and logs of work performed. Operates
pressure washers, cranes and heavy equipment as needed,
trains personnel in safe operation of all equipment. Interfaces
with Contract Administrators to obtain work assignments, and
verify completion of all tasks. Purchases equipment and
advises and researches new and more efficient equipment for
contracts. Works to identify qualified subcontractors for all
projects.
Crew Leader - Foreman
9/95-7/03
Supervised a crew of eight handling weed, trash and debris
removal for transportation agencies. Maintained records and
logs, oversaw equipment and vehicles assignments and
maintenance. Initiated safety training for new hires and
conducted weekly safety meetings. Trained in operation, use
and maintenance of heavy equipment. Scheduled crews and
allocated resources to maintain contract compliance.
CLIENTS Direct oversight of multiple contracts, interfaces with WMS staff
and liaison with City and County contract administrators.
EDUCATION CSU Northridge -- Bachelor of Science - Business Management
ADDITIONAL CSLB "B" License RME, HAZ Certified; Metro Rail Safety and
Wayside Worker ProtectionTrained. Trained as EIC.
Andres Lopez, Senior Graffiti Removal Technician
• 24+ years with the company
• Senior Technician for past 8 years, work areas include: LA County -- Florence -Firestone
and Malibu Graffiti Abatement, City of Los Angeles, Santa Monica, Diamond Bar
• One of our first employee to beta test the TAGRS graffiti tracking program in the field
• Successfully handles client/constituent concerns
• Has weekly tailgate meetings with his supervisor to discuss ongoing safety protocols
• Responsible for ordering necessary paints and chemicals for Diamond Bar
• Multiple time winner of the Monthly Best Graffiti Abatement Technician award
• Bilingual
Education:
• Oaxaca, Mexico—Undergraduate coursework
• Pierce College—Small Engine Repair
COLOR MATCH
a
4,
H 1 t.A�r
COLOR MATCH
ACTIVE AND CURRENT CONTRACTOR LICENSES
State Of California
CONTRACTORS STATE LICENSE BOARD
ACTIVE LICENSE
APoin 40
....741322 „ CORP
WOODS MAINTENANCE SERVICES
INC DBA GRAFFITI CONTROL
SYSTEMS
�dM,ew„ C61/D52 C33 C61038 B C61/D31
HAZ C61 /D63 C61/D49 C27 9
10/31/2015 wwN.cslb.ca.gov ��
User Guide (Contract Administrator)
Web Based Application Home Page
JEFFWOODS-ACdr, , I, T
G R A F F I T I
C 0% T R 0 L
5 Y 5 T E M 5
Report Graffiti
Tank o,u for dxng the time m Me n
gra In y.r Mry. R. WK .11 bring
ynu W a page IM1dt wa etrow you to
[Anrtavrnn CiK mN x111 b— vmrin
Client Login
Gretfd Lontml 0yatems Ia fie ranee: ne[e lbenme Bulb, eba:emmt
mp nmevm.,n ,In me unllee sire s ,,more
menial4m:l.a clry.-Wnor, eM stet-gtPenpes -n -Y
p0erc .1.0. saNicm �nol acroase lull runpe Ol gn014
Mrr v ,obalamm4 eCI ., oM c:rswteon tervYes. Wa area
"olt,.M ane o(e21ae Mslnaa, end nave deet m U.n'.inuous
.perm,, lmn R/d0y N% lakoemrmou9 pod', 1, v,: N
eonecna 10 fair P"re"I stale and all.'MeM. are Imined In lamp
1M1e papa remwel iectmpues br eact19rroma IncNenl lneY csne
acm55.
�A/-' n
S
V Y
Visit wads Maintenance
Service, INC.
Mors Mairddnwce Servlet, No,
ma pamn comperry p' 02tlnl 0 ro.i
SyeR1115. M.roo "' 975 b,..:Hord
rlgrking put Mone Wlnd• er'n s,
hods, ,,POYS naM 190
C -iLS u ME 9E--'—i.-i1S 'A" RKbaOEM
Authorized User Log In page
G R A F F I T I
0 N T R 0
5 Y 5 T E M 5
Log in
SIGN IN
Forgot Your Password?
n
10
You will providE
the email addre
your choice and
password you m
use and we will
up on the systei
a work order... it's simple. Just input a few basic items and our tech will be on it in no time. Say you are the City's graffiti administrator and
en calls you to tell you about a tag. of course you can give them our website and let them input the information themselves. However, if t
tell you the address, you can get the ball rolling and we will take care of the vandalism. You will only have access to your City when you al
ed in. All you need to do is type in the address ---if you have a photo or know that it is on a window or the sidewalk, you can input those
ails and it will certainly make our job easier, but, nonetheless, you can input the work order with only the address.
JEFF WOODS- ADMIN LOGOUT
'CITY
ADOPE55 vase aaerm mcsxd,
G ¢. A F F 11 1 I260AIOIl Avewe, Nosh 4bl!ywcoq GA 91605, USA
f] N T F O 1 �Jr
5Y 5 TE M5
LOCATION OF OBAFFITI
}NaW N/o+lt b'tlar yyhere N'MBONm A'.mx. NaV lblywooc.CA9'tlf6. USA'(a+on lecl'.:ra+he gre+F2il
�YNI
4 a
Y y
IMAGES
is }AOD R.IAGE
Let Us
FMES USERS 9E 0O— WORK ORDERS
J
Map :seise
Is it on the
wall? Let us
Et= know.
n swr.
r.,.—
Hit submit, and we will
take it from here.
-your work order has been submitted, it will move to the "pending" orders and we will assign it to the appropriate technician. On this page, you will also see
iplete" orders.
JEFF WOODS LOGOUT
6
SAN GABRIEL -
CITIES USERS REPORTS WORK ORDERS
SAPDO00001
Date Submitted: Wed Apr 1 at 2015 Location Address; 220 W. Clary, San Gabriel, Ca 91776
8:40am Location Details : wall
Technician Gasar Vasquez -
+ New Work Order
Report SWe s Pending-
E.eiore Images
i r
rill find
and pending
— Remme Imege
Admin Notes
t Add Image
�r the work order has been completed, the order will now be "complete" and you will find the after photo as well as all
!vant removal data.
JEFF WOODS LOGOJt
SAN GABRIEL -
} New Wolk Order
lotice that there is no longer
"pending" order, and you
an now see, in real time, the ---
after
after image."
CITES USERS REPORTS WORN ORD
Work Order
SAPD000001
Date Submitted: Wed Apr 1st 2015 Location Address: 220 W. Clary, San Gabriel, Ca 91776
B:AOam Location Details: wall
Technician Cesar Vasquez -
Report Status Complete -
Before Images
— Remove Image__ , __--- - -- ',. f Atltl Image
Atter Images
v! 1
i e
€, :� 6
— Delete Work Ortler
y. You've entered a work order, but you want to see what else has happened in your City today. We have you covered with our completely
omizable reporting page. Again, you will only have access to your City, but you will be able to see before and after photos, see the status, III
and all pertinent details to the removal of the graffiti. You can hide the categories that aren't important to you and you can do searches fc
ific addresses or date ranges. This is a very powerful tool that can help you quickly when the City Manager calls to see what happened wi
graffiti he reported earlier in the day. Just search for the address, and within seconds, you know that the graffiti was removed at 10:22am
can even send him the before and after photos. This is also an exportable file: excel or .pdf
r
.TEFF WOODS -ADMIN LOGGOUT
7:0fiam
B PWnt
Monks, CA "04, USA
Santa Monica Work Orders (36 Incidents)
%
Fb Jan JON 2015
o Only ehew IMitlents atter this sate. (From)
complete
@ R A F F I T I .i
Sh. 10 W wNes
n.laam
CONT
WA
517.50
ST' EM6
Fn Jan301h 2015
SMS
PenPng
Walk WO M
f/
11:212m
Shooe
Dale On1lI Shout, Shoos SOYRe AtlEresa
Fd Dls, l9ht2014 6M1v ti`s GomWam Dona Ba4ued 122 YAbhira BOul
M;.ncle
SMIN=6
1257am
E,-,4
and
!I NAP
-
fn Doc l91h 2014 SM.t".CD5 Complae Dow APP 22431 RJ. Should
Fara Menke
7:4:em
.os Phyne
Complete
Fn Doc 191h 21114 Srd"AR%2. Complete Done BegYesl 143612N4
Temple eo;
2014 6578m
@roam
P'
MlA
SN100O117
Complete
T,m 91h'
Fo Jac zne 3015 'JM02b14 C000thts Dona App 1 BBB llncoln Avenue
GlTIES 15EP6 PFPt9WS O,01 604OPS
Doty mow lncleems blmre this sate. (Te)
search: stwe�wlmm Du li P-
PfePsDy
Type Leclilon SIv MMhotl D lis 8ebnf A1M! Tota
Pome Ou Ph, Gl
track wa6'
Public an wY1.
Puelm
Public
App
7:0fiam
B PWnt
Monks, CA "04, USA
App
%
Fb Jan JON 2015
SfdW0033
complete
0.
0
n.laam
0 0,on'ich
WA
517.50
-
I
Fn Jan301h 2015
SMS
PenPng
op.
f/
11:212m
Frl Jan30th2015
SMIN=6
State]
Open
and
!I NAP
..
Mon Dec 15M
SMODOOD5
Complete
Done
2014 6578m
for
Mon Doc22M
SN100O117
Complete
Dom
2014 5 wan
Mon Dec 22ca
33MOK013
C.Phhes
Open
2014 69em
GlTIES 15EP6 PFPt9WS O,01 604OPS
Doty mow lncleems blmre this sate. (Te)
search: stwe�wlmm Du li P-
PfePsDy
Type Leclilon SIv MMhotl D lis 8ebnf A1M! Tota
Pome Ou Ph, Gl
track wa6'
Public an wY1.
Puelm
Public
App
2500 M1chi9ao A... Senla Public
B PWnt
Monks, CA "04, USA
App
1234
App
7260 Atoll Avenue, 1,100
2 chm lml
Pbsyw .CA 91 W5. USA.
APP
455 WPSMVM BIM. Publk
App III WMIre Boo, Sante M. I.. Public
App 1500 Owah Avenue
n Dhenloa
W4
B PWnt
Blue
1 Presim
WA
Wash
51740
2 chm lml
WA
12 Gfemlcxl
WA
D
St7:m
SOAO
® Se2.O0
WA
Som
12 OMmicol
51740
$17.50
517.54
D
WA
SOAO
0
WA
50.00
12 OMmicol
WA
$17.50
21 Che osa
WA
517:50
0 0,on'ich
WA
517.50
WrL*Ee
) Re 9k]
OVk
GuideUser
•+opc,T-MobileWi•Fi ^ 6:41 AM I too%�.
i
Report Page
User can remain anonymous or
choose to leave a name and email
address which will allow us to
contact him/her after completion.
*to g=o T -Mobile Wi-Fi ^ 6:41 AM 100%
Login Report an Issue
Select Your City
i
Where is the Graffiti at this location?
You may (optionally) upload some images by touching these
placeholders.
AL . ,
Q W E R T Y U 1 0 P
A S D F G H J K L
t Z X C V B N M
123 y space Next
Simply add your name and email (if
you choose), type in the address or
hit the purple "gps" button, and
briefly tell us where the graffiti is
on the wall, on the sidewalk, etc.,
and add a photo if you have one,
and that is it! Your report is ready to
go.
Tester
request@graffiticontroI.com /
City: Santa Monica /G
® GPS
7254-7260 Atoll Avenue, North Hollywood, C... ` button
Where is the Graffiti at this location?
On the wall
You may (optionally) upload some images by touching these
placeholders.
A A
Submit
Hit submit, and through the wonder of
iOs, we will take care of the reported
vandalism.
trnLxfalrie"�''
-9�bta�Monlca
or
GiStEll Yiuenue; NbrtffFi611j'wood,:C .,, v..
xv ,rv«,
i4ralfltl'atfhlelbwvian7^
lase
Confirm
Are you ready to Eubml[ your report?
Submit
Thanks!
We will get right on this. If you've given us
your name and email we will send you some
follow up smalls as we complete work.
Report Another Issue
Visit our Website
Like us on Facebook
REQUEST FOR PROPOSALS
GRAFFITI REMOVAL SERVICES
PURPOSE
ATTACHMENT 2
The City of Diamond Bar is seeking proposals from qualified firms to provide graffiti
removal services on public property, private property within public view sheds and the
public rights-of-way, all within the City's corporate boundaries.
CITY BACKGROUND
The City of Diamond Bar is a primarily residential community with a current population of
approximately 60,000 residents, residing in roughly 18,000 dwelling units. Diamond Bar
covers nearly 15 square miles and is located in southeastern Los Angeles County.
CURRENT GRAFFITI REMOVAL OPERATIONS
Below are Diamond Bar's graffiti removal statistics for the 13 -month period between
April 1, 2014, and April 30, 2015:
Number of sites abated per month) 30 to 55
Total number of sites abated) 520
Square footage abated per month) 161 to 878
Total square footage abated) 5,753
For the current fiscal year, graffiti removal has consisted of two service days per week in
addition to responses to service requests.
SCOPE OF WORK
1. Graffiti Removal. Contractor shall furnish at its own expense, all labor, equipment
and materials necessary for the satisfactory performance of graffiti removal as set
forth herein. Contractor shall remove graffiti from all public property and city
authorized private residential, commercial, and industrial structures. Contractor shall
inspect all referrals to determine the method to be used for the graffiti removal.
Methods of removal may include water blasting or other pressurized removal
systems, matching existing painted surfaces or other eradication procedures as
approved by the City. Contractor shall determine the most effective method(s) for
removal of the graffiti at each location. The method(s) of removal will vary depending
upon the type of graffiti and condition of the surface. Contractor must use care to
avoid damages to existing improvements (e.g., buildings, windows, doors,
walls, etc.). Existing improvements damaged by the Contractor shall be repaired at
Contractor's sole expense to the satisfaction of the City.
2. Materials and Equipment.
a. Contractor shall properly prepare all stucco, masonry, metal, wood, or other
exterior surfaces in a manner that will result in an acceptable bonding of the applied
paint and deter the visibility of graffiti.
b. Contractor shall provide any and all equipment as may be necessary to perform
graffiti removal.
c. All work shall be cleaned of all debris, residue and excess paint immediately after
completion of work.
d. Contractor shall match the existing surface color when painting over or obscuring
graffiti whenever possible. Paint shall be neatly feathered in all areas.
e. Contractor shall photographically document all locations prior to removal or graffiti
and shall maintain said photographs. Photographs will be available to the City upon
request. The City prefers a web based photo system that updates in real time
while in the field.
3. Schedule of work. Contractor shall propose service days and hours that will result
in the most efficient and effective service levels to the City. In addition, Contractor
shall remove all graffiti in accordance with requests for service by the City within
48 hours' notice or approval from the City. Graffiti that is determined to be obscene
or contains vulgarity, profanity or hate speech shall be removed within 4 hours of the
request for services. This emergency service shall be available at all times, including
and during non -regular working hours. Contractor shall provide the City with a special
after-hours telephone number to report said emergencies.
The submitted proposal shall provide the following a scheduling options: Two (2)
services days per week; and three (3) service days per week. The proposal shall
further specify the regularly scheduled service days under each option (e.g. Mondays
and Wednesdays, etc.).
4. Right of Entry.
a. Private Property. Contractor activity on private property shall be performed only
after authorization is secured from the property owner or authorized agent to enter.
b. Public Right -of -Way Property. If public property is inaccessible due to locked
gates or similar access controls, the Contractor shall contact the Community
Services Department or Public Works Department to obtain necessary access or
other authorization shall be given by the Field Services Division for the removal of
graffiti on public property.
2
5. Licenses. Contractor is required to have in full force and effect all licenses and
permits required by the applicable laws to perform graffiti removal services within the
City of Diamond Bar. Contractor must possess and maintain a valid State of California
C-33 Painting License and a State of California C-61 D38 Sand/Water Blasting
License during the term of the contract. Contractor shall obtain a City Of Diamond
Bar Business License during the term of the contract.
6. Public Relations and Safety. Contractor shall at all times conduct services with the
utmost respect to the public. All employees of the Contractor shall wear clean
clothing in the performance of their duties and equipment shall be cleaned and
maintained in a safe operating manner. All equipment shall be subject to inspection
by the City at any time. All personnel shall wear appropriate safety gear at all times
while removing graffiti in the City.
7. Air and Water Pollution. Contractor shall conform to all current regulations of the
South Coast Air Quality Management District (AQMD). The Contractor is also
required to adhere to the provisions of the Federal Clean Water Act as regulated by
the U.S. Environmental Protection Agency (EPA) in Code 40, Code of Federal
Regulations (CFR) Parts 122, 123, 124, the Porter -Cologne Act (California Water
Act), and the National Pollutant Discharge Elimination System (NPDES)
requirements. Suitable Best Management Practices (BMPs) shall be applied to
prevent any chemical, debris or any non-stormwater discharges from being entering
the storm drain system (storm drains and gutters).
8. Compliance with Laws. Contractor, its agents, and employees shall comply with ail
laws, ordinances, rules and regulations of the Federal, State, the County of Los
Angeles, the City and all governing bodies having jurisdiction applying to work done
under the agreement.
Contractor shall be expected to expand on the above -noted tasks where appropriate, and
provide suggestions, which might lead to efficiencies and enhance the service for graffiti
removal.
The City shall have the right, upon mutual agreement with the contractor, to extend the
contract for one or more additional fiscal years upon agreement with the contractor on a
payment scheduled agreed upon at least 60 days prior to the end of the then -applicable
contract term. Any extension shall be memorialized in an Addendum or Amendment to
the Agreement, or reflected in a new agreement.
NECESSARY QUALIFICATIONS
In the Contractor selection process, City of Diamond Bar seeks the following
qualifications:
1. Prior Experience. The selected firm must have demonstrated experience in
providing the services described under the Scope of Services. Substantiation must
be provided regarding the nature of services provided to the client cities or agencies.
At least three references of cities served within the past five (5) years must be
provided.
3
2. Staff Qualifications. Staff assigned to complete the Scope of Services must have
previous experience in providing the necessary services as described under the
Scope of Services. All personnel assigned to the work must possess appropriate
certifications, licenses, or registrations as required by State agencies.
3. Contact Person. The selected firm will be required to identify the person who will be
the primary contact person who is authorized to assign the firm's staff to specific
projects. Other staff may be identified as the specialist in the specific areas or for
specific tasks. These individuals must, within reasonable limitations, be accessible
to City staff during business hours.
4. Organization and Staffing. Proposing firms shall provide a description of key staff
and their relationship with City operations. Specifically show how the proposed
organization and staffing will provide the City with the quantity and quality of service
needed to meet the City's needs. The City will score firms that do not require
subcontractors more favorably than firms that do.
GENERAL CONDITIONS
1. The City of Diamond Bar shall not be liable for any pre -contractual expenses incurred
by any contractor, nor shall any firm include such expenses as part of the proposed
cost. Pre -contractual expenses include any expense incurred by a proposal and
negotiating any terms with the City.
2. The City reserves the right to withdraw this RFP at any time without prior notice and
to reject any and all proposals submitted without indicating any reasons. Any award
of contract for services will be made to the firm best qualified and responsive in the
opinion of the City.
3. Proposals may, at the City's option, be rejected if they contain any alterations,
additions, conditional or alternatives, are incomplete, or contain erasures or
irregularities of any kind. The City reserves the right to reject any and all proposals.
4. The City may waive deviations in any proposal if it is determined to be otherwise
responsive, but this shall not modify the proposal document or excuse the Contractor
from compliance with contract requirements if the Contractor is awarded a contract.
The City expressly reserves the right to reject any and all proposals responding to
this RFP without indicating any reason for such rejection(s).
5. The City will evaluate the proposed approach, scope of work, and costs to determine
the best value to the City. The lowest priced proposal will not necessarily be selected.
6. All responses to this Request for Proposals (RFP) shall become the property of the
City of Diamond Bar and will be retained or disposed of accordingly.
7. No amendments, additions, or alternates shall be accepted after the submission date
and time.
C!
8. All documents, records, designs, and specifications developed by the selected firm
in the course of providing services for the City of Diamond Bar shall be the property
of the City. Anything considered to be proprietary should be so designated by the
firm.
9. Acceptance by the City of any proposal submitted pursuant to this Request for
Proposal shall not constitute any implied intent to enter into a contract for services.
10. The City reserves the right to issue written notice of any change in the proposal
submission schedule should the City determine, in its sole discretion, that such
changes are necessary.
11. The City may waive deviations in any proposal if it is determined to be otherwise
responsive, but this shall not modify the proposal document or excuse the Contractor
from compliance with contract requirements if the Contractor is awarded a contract.
The City expressly reserves the right to reject any and all proposals responding to
this RFP without indicating any reason for such rejection(s).
SUBMITTAL FORMAT AND CONTENT
1. Cover Letter. Include your firm's understanding of the work to be performed. In
addition, state why your firm believes itself to be the best qualified to perform the
services requested. Also, state the Management Contact (Representative authorized
to sign an agreement for your firm) and Project Manager (person responsible for day-
to-day management of the project).
2. Qualifications. This portion should include a description of the qualifications of the
assigned staff and sub -contractors, relevant technical experience, and the availability
of the staff for the services provided. After selection of a firm by the City, no
substitution of key staff or sub -contractors may occur without the written approval of
the City.
A list of clients should be included with the name of the contact person and the
telephone number for which the firm has recently or currently provides services as
outlined under the Scope of Work.
3. Scope of Work. The firm shall describe the proposed work by task.
4. Fee. The City will only consider proposals that include a flat monthly fee option,
inclusive of all materials and labor. The fee proposal shall incorporate the following
two separate flat fee options:
1) Two (2) service days per week; and
2) Three (3) service days per week.
Although the above two fee options are requested for the City's consideration, the
final executed Maintenance Services Agreement (Agreement) will commit to only one
of said options for the duration of the Agreement (i.e., the City does not intend to
5
amend the number of service days after the contract is executed). Moreover, the
executed Agreement will specify only total amount for the term of the Agreement.
5. Acceptance of Conditions. This section will be a statement offering the firm's
acceptance of all conditions listed in the Request for Proposal document. Any
exceptions or suggested changes to the RFP or any contractual obligations, including
the suggested change, the reasons therefore and the impact it may have on cost or
other considerations on the firm's behalf must be stated in the proposal. Unless
specifically noted by the firm, the City will assume that the proposal is in compliance
with all aspects of the RFP.
PROPOSAL SCHEDULE
• Proposals due at City Hall Friday, May 29, 2015, by 4:00 p.m.
• Selection of Consultant at City Council Meeting Tuesday, June 16, 2015
• Start of Services Wednesday, July 1, 2015
CONTRACTOR SELECTION PROCESS
Proposal Review: Each proposal will be reviewed to determine if it meets the RFP
requirements. Failure to meet the requirements of the RFP will be cause for rejection.
The City will consider the following in selecting a contractor:
• Response to requested Scope of Services and this RFP;
• Professional reputation;
• Experience of Contractor;
• Qualifications,
• Type and amount of equipment;
• Number and experience of personnel;
• References provided; and
• Costs
0
Agenda # 6 .9
Meeting Date: June 16, 201
CITY COUNCIL AGENDA REPORT
TO: Honorable Mayor and Members of the City Council
r
VIA: James DeStefano, City Manage
TITLE: APPROVE THE EXECUTION OF THE FIRST AMENDMENT TO THE
MEMORANDUM OF UNDERSTANDING WITH THE LOS ANGELES
GATEWAY WATER MANAGEMENT AUTHORITY (GWMA) FOR THE
IMPLEMENTATION OF THE WATERSHED MANAGEMENT PROGRAM
AND COORDINATED INTEGRATED MONITORING PROGRAM FOR
THE LOWER SAN GABRIEL RIVER WATERSHED GROUP "LSGRWG".
RECOMMENDATION:
Approve and authorize City Manager to execute the MOU.
FINANCIAL IMPACT:
A budget amount of $185,000 has been incorporated into the FY2015-2016 Public Works
Department Operating Budget for Environmental Services associated with the approved
Watershed Management Program (WMP) as required by the Regional Water Quality
Control Board and the National Pollutant Discharge Elimination System Municipal
Separate Storm Sewer System (MS4) Permits. Pursuant to the attached First
Amendment to the Memorandum of Understanding and the corresponding exhibits,
Diamond Bar is responsible for contributing annually $14,402 for every $100,000 in costs
associated with the implementation of the WMP. This means that for costs nearing
$500,000 the City can expect to pay $72,010 and for costs nearing $800,000 the City can
expect to pay $115,216. This costs matrix is based on a formula that accounts for the
percentage of Diamond Bar's jurisdictional land area within the watershed. Due to the fact
that the cost estimates continue to be a moving target as we begin the implementation
phase of the WMP it was determined that a cost formula with a ratio for every $100,000
in total cost was the best way to incorporate each individual City's financial responsibility.
BACKGROUND/DISCUSSION:
In October of 2013 the City Council approved the Memorandum of Understanding with
the Gateway Water Management Authority (GWMA) to develop the Watershed
Management Program (WMP) which identifies the City's plan to prohibit non -storm water
discharges that flow through the storm drain system as required by the Regional Water
Quality Control Board, Los Angeles Region, National Pollutant Discharge Elimination
System Municipal Separate Storm Sewer System Permit Order No. R4-2012-0175 ("MS4
Permit") adopted November 8, 2012. The WMP was developed by members of the Lower
San Gabriel River Watershed Group (LSGRWG) which include the cities of Artesia,
Bellflower, Cerritos, Diamond Bar, Downey, Hawaiian Gardens, La Mirada, Lakewood,
Norwalk, Pico Rivera, Santa Fe Springs, Whittier, Long Beach, and the Los Angeles
County Flood Control District. In June of 2014, in cooperation with the LSGRWG the
WIMP was submitted to the Board. Subsequently, in April 2015 the Cities were notified of
the approval of the WMP by the Board.
The WMP identified the amount of runoff that must be treated by the entire Lower San
Gabriel River Watershed to be 118.6 acre-feet. As required by the permit a Coordinated
Integrated Monitoring Program (CIMP) was submitted with the WMP which identifies the
locations of the proposed monitoring stations and will further develop the computer model
which will refine the required treatment quantities.
The projected costs to develop and implement treatment projects to treat 118.6 acre-feet
for the entire Lower San Gabriel River Watershed group is estimated at a maximum of
$65 Million. For Diamond Bar, of the 118.6 acre-feet of treatment required, 9 acre-feet of
treatment will be the sole responsibility for the City based on the Reasonable Assurance
Analysis (RAA) computer modeling of the City. The RAA predicts the optimal locations
and number of infiltration and other treatment systems. The project costs to treat 9 acre-
feet in the next 12-14 year compliance period is approximately $4.9 Million. These costs
do not include any land acquisition that may be required to develop the treatment project
necessary if public land is not available. In summary, Diamond Bar can expect to pay a
total up to $8 Million by 2026 to be in full compliance of the 2012 MS4 Permit
requirements.
As a result of the approval of the WMP by the Board immediate implementation is required
with a goal of full compliance by 2026. Approval of the First Amendment to the MOU with
the GWMA will allow Diamond Bar to continue to work with the other permittee agencies
in the LSGRWG in the cost sharing of implementation of the WMP. The First Amendment
to the MOU adds implementation of the WMP to the scope and purpose of the original
MOU and provides a separate cost -share formula for the implementation of the WMP
subject to the annual budget approval by Council. The First Amendment to the MOU was
reviewed by the City Attorney.
PREPARED BY: DATE PREPARED:
Kimberly M. Young, Senior Civil Engineer June 9, 2015
INANIA9VA=11Q O
David. 06. Director of Public Works
Attachment: First Amendment to the Memorandum of Understanding
2
LSGR WMP
05/14/2015
FIRST AMENDMENT TO THE MEMORANDUM OF UNDERSTANDING
BETWEEN THE LOS ANGELES GATEWAY REGION INTEGRATED REGIONAL
WATER MANAGEMENT JOINT POWERS AUTHORITY AND
THE CITIES OF ARTESIA, BELLFLOWER, CERRITOS, DIAMOND BAR, DOWNEY, HAWAIIAN
GARDENS, LA MIRADA, LAKEWOOD, NORWALK, PICO RIVERA, SANTA FE SPRINGS,
WHITTIER, LONG BEACH, AND THE LOS ANGELES COUNTY FLOOD CONTROL DISTRICT
FOR
ADMINISTRATION AND COST SHARING TO PREPARE AND IMPLEMENT A WATERSHED
MANAGEMENT PROGRAM ("WMP") and COORDINATED INTEGRATED MONITORING
PROGRAM ("CIMP") AS REQUIRED BY THE REGIONAL WATER QUALITY CONTROL BOARD,
LOS ANGELES REGION, NATIONAL POLLUTANT DISCHARGE ELIMINATION SYSTEM
MUNICIPAL SEPARATE STORM SEWER SYSTEM PERMIT ORDER NO. R4-2012-0175
MUNICIPAL SEPARATE STORM SEWER SYSTEM ('MS4 PERMIT")
This FIRST AMENDMENT to the memorandum of understanding ("MOU") is made
and entered into as of the date of the last signature set forth below, by and between the Los
Angeles Gateway Region Integrated Regional Water Management Joint Powers Authority
("GWMA"), a California Joint Powers Authority, and the Cities of Artesia, Bellflower,
Cerritos, Diamond Bar, Downey, Hawaiian Gardens, La Mirada, Lakewood, Norwalk, Pico
Rivera, Santa Fe Springs, Whittier, Long Beach ('Cities"), and the Los Angeles County Flood
Control District ("LACFCD"):
1. Recitals. This FIRST AMENDMENT is made with respect to the following facts
and purposes:
A. For the purposes of this First Amendment, the term "Watershed Permittees"
shall mean the Cities of Artesia, Bellflower, Cerritos, Diamond Bar, Downey, Hawaiian
Gardens, La Mirada, Lakewood, Norwalk, Pico Rivera, Santa Fe Springs, Whittier, Long
Beach, and the Los Angeles County Flood Control District; and
B. The Watershed Permittees and GWMA are collectively referred to as the
"PARTIES": and
C. On August 1, 2013, the PARTIES entered into a Memorandum of
Understanding between the Los Angeles Gateway Region Integrated Regional Water
Management Joint Powers Authority and the Cities of Artesia, Bellflower, Cerritos, Diamond
Bar, Downey, Hawaiian Gardens, La Mirada, Lakewood, Norwalk, Pico Rivera, Santa Fe
Springs, Whittier, Long Beach, and the Los Angeles County Flood Control District for
Administration and Cost Sharing to Prepare a Watershed Management Program (`WMP")
and Coordinated Integrated Monitoring Program ("CIMP"), collectively the "Plans" as
required by the Regional Water Quality Control Board, Los Angeles Region, National
Pollutant Discharge Elimination System Municipal Separate Storm Sewer System Permit,
Order No. R4-2012-0175 Municipal Separate Storm Sewer System ("MOU"); and
12664/0004/1834505-2
LSGR WMP
05/14/2015
D. The Watershed Permittees prepared and submitted the Plans to the Regional
Board in compliance with certain elements of the MS4 Permit; and
E. The PARTIES now desire to amend the MOU to: (1) add implementation of
the Plans to the scope and purpose of the MOU; and (2) provide a separatecost-share
formula for the implementation of the Plans, subject to annual budget approval, in
accordance with each PARTY'S cost share allocations set forth in Exhibit "Bl" ("Cost Share
Formula for Preparation of the Plans") and Exhibit "132" ("Cost Share Formula for
Implementation of the Plans") which is attached hereto and made a part hereof; and
F. The Parties have determined that authorizing GWMA to hire a consultant to
implement the Plans will be beneficial to the Parties; and
G. The Parties desire to collaboratively prepare a Scope of Work and Request
for Proposals to obtain a consultant to assist the Parties with implementation required by
the Plans.
The PARTIES agree that the following provisions of the MOU shall be amended as follows:
2. Section 1 of the MOU entitled "Recitals" is hereby amended by adding thereto
Recitals A -G of Section 1 of this First Amendment, which is set forth in Section 1 of this First
Amendment and incorporated herein as though set forth in full.
Section 2 of the MOU entitled "Purpose" is hereby amended to read as follows:
"Section 2. Purpose. The purpose of this MOU is to cooperatively support
and undertake preparation of the Plans and any additional services, including but not
limited to implementation of the WMP and the CIMP, except for construction of regional
BMP projects as agreed to by the Watershed Permittees working cooperatively as the
Lower San Gabriel River ("LSGR") Watershed Committee and as approved by the GWMA.
For the purposes of this MOU, the term "regional BMP projects" does not include individual
cities' low impact development ("LID") projects, including LID or Green Streets projects."
4. Section 3 of the MOU entitled "Cooperation" is hereby amended to read as follows:
"Section 3. Cooperation. The Parties shall fully cooperate with one another to
achieve the purposes of this MOU. The Watershed Permittees shall prepare a final Scope of
Work and Request for Proposals/Qualifications to seek and hire a consultant to assist the
Parties with implementation of the Plans, and GWMA shall assist with soliciting proposals
from consultants to implement the Plans and shall administer said consultants' contracts."
5. Section 6 of the MOU entitled "Term" is hereby amended to read as follows:
"Section 6. Term. This MOU shall remain and continue in effect until September
30, 2020, unless sooner terminated as provided herein."
12664/0004/1834505-2
LSGR WMP
05/14/2015
6, Section 8 of the MOU entitled "Role of the GWMA" is hereby amended in its entirety
to read as follows:
"Section 8. Responsibilities of the Parties.
a) Responsibilities of the GWMA. The GWMA agrees to: (i) solicit proposals for
preparation and implementation of the Plans; (ii) administer the selected
consultants' ("Consultants") contracts in accordance with the Scopes of Work
prepared by the Watershed Permittees; and (iii) serve as a conduit for paying
the Consultants, as approved and funded by the Watershed Permittees.
b) Responsibilities of the LSGR Watershed Committee. The LSGR Watershed
Committee agrees to:
i. LACFCD Facilities/Mass Emissions Stations. Obtain any necessary
permits from LACFCD for access to and construction within LACFCD storm
drains, channels, catch basins, and similar properties ("Facilities"), and
provide written notice 72 hours in advance of entry to LACFCD's Facilities. If
approved by the GWMA, fhe GWMA may obtain this permit as identified
above.
ii. Supervise Consultants. Supervise the Consultants' preparation and
implementation of the Plans.
iii. Submit reports to the Regional Board as described in the Plans and
distribute copies of the reports to the Watershed Permittees prior to
submittal to the Regional Board for review and comment. The LSGR
Watershed Committee will provide the Watershed Permittees with an
electronic copy of the draft CIMP Annual Report and completed CIMP Annual
Report within seven (7) business days after receipt from the Consultants. In
addition, the LSGR Watershed Committee will make available to the
Watershed Permittees the data used to prepare the reports. This data will be
available electronically in a Microsoft Excel or equivalent format that
contains the table structure and syntax agreed upon by the LSGR Watershed
Committee.
C) Responsibilities of the Los Angeles County Flood Control District ("LACFCD").
LACFCD agrees to:
i. LACFCD Mass Emissions Station ("MES") Monitoring. Provide
available monitoring data from the existing Coyote Creek MES, owned and
operated by the LACFCD. Data shall be limited to water column chemistry
and aquatic toxicity.
12664/0004/1834505-2
LSGR WMP
05/14/2015
ii. Access to LACFCD Facilities/Mass Emissions Stations. To grant access
to the LSGR Watershed Committee and/or the GWMA, and its Consultants to
LACFCD Facilities, including LACFCD's Coyote Creek MES, to achieve the
purposes of this MOU, provided the LSGR Watershed Committee and its
CONSULTANT obtain a permit and provide written notice 72 hours in
advance of entry to LACFCD's Facilities. Access permits will be issued by the
LACFCD at no cost to the Parties and their Consultants. Permits for
construction or installation of structures in LACFCD right of way will incur
fees to cover the cost of review, inspection, etc. by LACFCD.
d) Responsibilities of the Watershed Permittees. The Watershed Permittees
agree to:
Documentation. To make a full -faith effort to cooperate with one
another to achieve the purposes of this MOU by providing all
requested information and documentation in their possession and
available for release to the Consultants that is deemed necessary by
the Parties to implement the Plans.
ii. Access. Each Watershed Permittee will allow reasonable access and
entry to the Parties and their Consultants, on an as needed basis
during the term of this MOU, to each Watershed Permittee's Facilities
to achieve the purposes of this MOU, provided, however, that prior to
entering any of the Watershed Permittee's Facilities, the Consultants
shall obtain a permit and provide written notice 72 hours in advance
of entry from the applicable Watershed Permittee.
iii. Permit. The Watershed Permittees will make a full -faith effort to
work with the Consultants to obtain all necessary permits for
installation of permanent infrastructure or modifications to
stormwater monitoring sites within each Watershed Permittee's
I urisdiction."
7. Section 9 of the MOU entitled "Financial Terms" is hereby amended to read as
follows:
"Section 9. Financial Terms.
a) Each Watershed Permittee shall pay its Proportional Costs as provided in
Exhibit "Bl" ("Cost Share Formula for Preparation of the Plans") and Exhibit
"B2" ("Cost Share Formula for Implementation of the Plans") for Consultants
and any other related expenses to which the Parties may agree in writing.
b) Watershed Permittees tributary to Reach 3 and San Jose Creek will be
responsible for any additional costs due to Reasonable Assurance Analysis,
monitoringand preparation of any WMP addenda for their individual
12664/0004/1834505-2
LSGR WMP
05/14/2015
tributary areas as provided in Exhibit "Bl" ("Cost Share Formula for
Preparation of the Plans") and Exhibit "132" ("Cost Share Formula for
Implementation of the Plans").
C) Each Watershed Permittee shall also pay its proportional share of GWMA's
staff time for retaining Consultants and invoicing the Watershed Permittees,
audit expenses and other overhead costs, including reasonable legal fees
("MOU Costs") incurred by GWMA in the performance of its duties under this
MOU. GWMA shall add a percentage not to exceed three percent (3%) to
each invoice submitted to each Watershed Permittee to cover each
Watershed Permittee's share of the MOU Costs. The MOU Costs percentage
shall be set each fiscal year by a vote of the GWMA Board.
d) GWMA shall submit an invoice to each Watershed Permittee upon selection
of Consultants reflecting each Watershed Permittee's estimated Proportional
Costs of the Consultants' services through the following June 30th. Prior to
releasing payment to Consultants, GWMA shall submit a copy of the
Consultants' invoices to the LSGR Watershed Committee for approval. The
decision regarding whether to pay the invoice shall be communicated to the
GWMA by the Representative.
e) Upon receiving the first and each subsequent invoice, each Watershed
Permittee shall pay its Proportional Costs set forth in that invoice to the
GWMA within forty-five days (45) days of receipt.
f) By March 15th of each year, commencing March 15, 2015, the LSGR
Watershed Committee shall submit to GWMA a recommended budget for the
following fiscal year. GWMA shall consider the recommendation and adopt a
budget by June 30th inclusive of the LGSR Watershed Committee's
recommendation. GWMA will send each Watershed Permittee no later than
June 30th of each year an invoice representing the Watershed Permittee's
Proportional Costs of the adopted budget. GWMA shall not expend funds in
excess of each annual budgeted amount without prior notification to and
approval by the LSGR Watershed Committee.
g) Each Watershed Permittee shall review their recommended Proportional
Costs for the upcoming fiscal year in a timely manner for inclusion in its next
budget cycle or exercise the withdrawal and termination clause as specified
in Section 12.a) of the MOU.
h) A Watershed Permittee will be delinquent if the invoiced payment is within
the budgeted amounts or the amounts authorized by the LSGR Watershed
Committee and such invoiced payment is not received by the GWMA within
forty-five (45) days after the GWMA first sent the invoice. The GWMA will
follow the procedure listed below, or such other procedure that the LSGR
Watershed Committee directs to effectuate payment: 1) verbally contact the
12664/0004/1834505-2
LSGR WMP
05/14/2015
official of the Watershed Permittee with copies to each other Watershed
Permittee to the person and at the address to which notices should be
addressed pursuant to Section 13 of the MOU, and 2) submit a formal letter
from the GWMA Executive Officer to the Watershed Permittee. If payment is
not received within sixty (60) days following the due date, the GWMA may
terminate the MOU unless the City Managers/Administrators of the
Watershed Permittees in good standing inform the GWMA in writing that
their respective Watershed Permittees agree to adjust their Proportional
Cost allocations in accordance with the Cost Share Formulas in Exhibit "Bl"
("Cost Share Formula for Preparation of the Plans") and Exhibit "B2" ("Cost
Share Formula for Implementation of the Plans"). The terminated Watershed
Permittee shall remain obligated to GWMA for its delinquent payments and
any other obligations incurred prior to the date of termination.
i) GWMA shall suspend all work being performed by any Consultants retained
by GWMA if any Watershed Permittee has not paid its invoice within forty
five (45) days after the GWMA first sent the invoice unless the City
Managers/Administrators of the other Watershed Permittees inform the
GWMA in writing that their respective Watershed Permittees will pay the
delinquent Watershed Permittee's costs once the MOU with the delinquent
Watershed Permittee has been terminated.
j) Any delinquent payments by a Watershed Permittee shall accrue compound
interest at the then -current rate of interest in the Local Agency Investment
Fund, calculated from the first date of delinquency until the payment is made.
k) Funds remaining in the possession of the GWMA at the end of the term of this
MO.U, or at the termination of this MOU, whichever occurs earlier, shall be
promptly returned to the then remaining Watershed Permittees in
accordance with the Cost Share Formulas in in Exhibit "B1" ("Cost Share
Formula for Preparation of the Plans") and Exhibit "B2" ("Cost Share
Formula for Implementation of the Plans").
8. Paragraph a) of Section 12 of the MOU entitled "Termination" is hereby amended to
read as follows:
"a) A Watershed Permittee may withdraw from this MOU for any reason, or no
reason, by giving the other Watershed Permittees thirty (30) days written notice thereof.
The effective withdrawal date shall be the thirtieth (30th) day after GWMA receives the
withdrawing Watershed Permittee's notice to withdraw from the MOU. The withdrawing
Watershed Permittee shall be responsible for its Proportional Costs and proportional MOU
Costs, which the GWMA incurred or to which it became bound through the effective date of
withdrawal. Such MOU Costs shall include the remaining fees of any Consultant retained by
the GWMA through the effective date of withdrawal. Should any Watershed Permittee
withdraw from the MOU, the remaining Watershed Permittees' Proportional Cost
allocation shall be adjusted in accordance with the Cost Share Formulas in Exhibit "B1"
6
12664/0004/1834505-2
LSGR WMP
05/14/2015
("Cost Share Formula for Preparation of the Plans") and Exhibit "B2" ("Cost Share Formula
for Implementation of the Plans"). A withdrawing Watershed Permittee shall remain liable
for any loss, debt, liability otherwise incurred while participating in this MOU."
9. Exhibit "B" ("Cost Sharing Formula") of the MOU shall be renamed "Exhibit
`B1"'("Cost Sharing Formula for Preparation of the Plans").
10. A new Exhibit"B2" ("Cost Sharing Formula for Implementation of the Plans") is
hereby added to the MOU to read as set forth in Exhibit "B2" to this First Amendment,
which is attached hereto and incorporated herein as though set forth in full.
10. Except for the changes specifically set forth herein, all other terms and conditions of
the MOU shall remain in full force and effect.
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to
be executed on their behalf, respectively, as follows:
DATE:
12664/0004/1834505-2
LOS ANGELES GATEWAY REGION INTEGRATED
REGIONAL WATER MANAGEMENT JOINT
POWERS AUTHORITY
Chris Cash
GWMA Chair
LSGR WMP
05/14/2015
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to
be executed on their behalf, respectively, as follows:
DATE: CITY OF ARTESIA
Mr. William Rawlings
City Manager
18747 Clarkdale Avenue
Artesia, CA 90701
William Rawlings
City Manager
ATTEST: APPROVED AS TO FORM:
Gloria Considine Kevin G. Ennis
City Clerk Legal Counsel
12664/0004/1834505-2
LSGR WMP
05/14/2015
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to
be executed on their behalf, respectively, as follows:
DATE: CITY OF BELLFLOWER
Mr. Jeffrey L. Stewart
City Manager
City of Bellflower
16600 Civic Center Drive
Bellflower, CA 90706
ATTEST:
Jeffrey L. Stewart
City Manager
APPROVED AS TO FORM:
Debra D.Bauchop Joseph W. Pannone
City Clerk City Attorney
0
12664/0004/1834505-2
LSGR WMP
05/14/2015
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to
be executed on their behalf, respectively, as follows:
DATE: CITY OF CERRITOS
Mr. Art Gallucci
City Manager
P.O. Box 3130
Cerritos, CA 90703-3130
Art Gallucci
City Manager
ATTEST: APPROVED AS TO FORM:
Vida Barone
City Clerk
12664/0004/1834505-2
Mark Steres
City Attorney
10
LSGR WMP
05/14/2015
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to
be executed on their behalf, respectively, as follows:
DATE: CITY OF DIAMOND BAR
Mr. James DeStefano
City Manager
21810 Copley Drive
Diamond Bar. CA 91765
Jim DeStefano
City Manager
ATTEST: APPROVED AS TO FORM:
Tommye A. Cribbins David DeBerry
City Clerk City Attorney
11
12664/0004/1834505-2
LSGR WMP
05/14/2015
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to
be executed on their behalf, respectively, as follows:
DATE: CITY OF DOWNEY
Mr. Gilbert A. Livas
City Manager
11111 Brookshire Avenue
Downey, CA 90241
Gilbert A. Livas
City Manager
ATTEST:
APPROVED AS TO FORM:
Adria M. Jimenez, C Yvette M. Abich Garcia
City Clerk City Attorney
12
12664/0004/1834505-2
LSGR WMP
05/14/2015
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to be
executed on their behalf, respectively, as follows:
DATE: CITY OF HAWAIIAN GARDENS
Mr. Ernesto Marquez
City Manager
21815 Pioneer Blvd
Hawaiian Gardens, CA 90716
Ernesto Marquez
City Manager
ATTEST:
APPROVED AS TO FORM:
Sue Underwood Omar Sandoval
City Clerk City Attorney
13
12664/0004/1834505-2
LSGR WMP
05/14/2015
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to
be executed on their behalf, respectively, as follows:
DATE: CITY OF LA MIRADA
Mr. Jeff Boynton
City Manager
13700 La Mirada Blvd
La Mirada, CA 90638
Jeff Boynton
City Manager
ATTEST:
APPROVED AS TO FORM:
Anne Haraksin James Markman
City Clerk Legal Counsel
14
12664/0004/1834505-2
LSGR WMP
05/14/2015
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to
be executed on their behalf, respectively, as follows:
DATE: CITY OF LAKEWOOD
Mr. Howard L. Chambers
City Manager
5050 Clark Avenue
Lakewood, CA 90712
Howard L. Chambers
City Manager
ATTEST: APPROVED AS TO FORM:
Jo Mayberry Steve Skolnik
City Clerk City Attorney
15
12664/0004/1834505-2
LSGR WMP
05/14/2015
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to be
executed on their behalf, respectively, as follows:
DATE: CITY OF LONG BEACH
Mr. Patrick H. West
City Manager
333 West Ocean Boulevard, 13u' Floor
Long Beach, CA 90802
Patrick H. West
City Manager
ATTEST:
Poonam Davis
City Clerk
12664/0004/1834505-2
APPROVED AS TO FORM:
Charles Parkin
City Attorney
Deputy City Attorney
16
LSGR WMP
05/14/2015
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to be
executed on their behalf, respectively, as follows:
DATE: CITY OF NORWALK
Mr. Michael J. Egan
City Manager
12700 Norwalk Blvd
Norwalk, CA 90650
Michael J. Egan
City Manager
ATTEST: APPROVED AS TO FORM:
Theresa Devoy Steve Skolnik
City Clerk Legal Counsel
17
12664/0004/1834505-2
LSGR WMP
05/14/2015'
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to be
executed on their behalf, respectively, as follows:
DATE: CITY OF PICO RIVERA
Mr. Rene Bobadilla, P.E.
City Manager
6615 Passons Boulevard
Pico Rivera, CA 90660
Rene Bobadilla, P.E.
City Manager
ATTEST:
APPROVED AS TO FORM:
Anna M. Jerome Arnold M. Alvarez-Glasman
City Clerk City Attorney
M
12664/0004/1834505-2
LSGR WMP
05/14/2015
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to be
executed on their behalf, respectively, as follows:
DATE: CITY OF SANTA FE SPRINGS
Mr. Thaddeus McCormack
City Manager
11710 Telegraph Road
Santa Fe Springs, CA 90670
Thaddeus McCormack
City Manager
ATTEST: APPROVED AS TO FORM:
Anita Jimenez Steve Skolnik
City Clerk City Attorney
19
12664/0004/1834505-2
LSGR WMP
05/14/2015
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to be
executed on their behalf, respectively, as follows:
DATE: CITY OF WHITTIER
Mr. Jeffery W. Collier
City Manager
13230 Penn Street
Whittier, CA 90602
Jeffery W. Collier
City Manager
ATTEST: APPROVED AS TO FORM:
Kathryn A. Marshall Richard D. Jones
City Clerk -Treasurer City Attorney
20
12664/0004/1834505-2
LSGR WMP
05/14/2015
IN WITNESS WHEREOF, the Parties hereto have caused this FIRST AMENDMENT to
be executed on their behalf, respectively, as follows:
DATE: LOS ANGELES COUNTY FLOOD
CONTROL DISTRICT
County of Los Angeles
Department of Public Works
Watershed Management Division,llth Fl.
900 South Fremont Avenue
Alhambra, CA 91803-1331
Chief Engineer
APPROVED AS TO FORM:
Mark J. Saladino
County Counsel
Deputy
21
12664/0004/1834505-2
Cost Share Formula for Implementation of the Plans
The Watershed Permittees and the LACFCD agree to pay for the cost of
implementation of the WMP and CIMP, following this cost sharing allocation.
Cost Sharing Formula
beginning July 1, 2015 through September 30, 2020.
Agency
Area (sq mi)
80% of cost
proportioned
based on
area
20% of cost
proportioned
equally
TOTAL Per
Agency
TOTAL Per
Agency
TOTAL Per
Agency
Artesia
1.62
$1,408
$1,462
$2,869
$14,347
$22,955
Bellflower
1.9
$1,651
$1,462
$3,113
$15,564
$24,902
Cerritos
8.82
$7,665
$1,462
$9,127
$45,634
$73,014
Diamond Bar
1 14.89
$12,940
$1,462 1
$14,402.
$72,010
$115,216
Downey
6.62
$5,753
$1,462
$7,215
$36,074
$57,718
Hawaiian Gardens
0.96
$834
$1,462
$2,296
$11,479
$18,367
La Mirada
7.84
$6,813
$1,462
$8,275
$41,375
$66,200
Lakewood
2.02
$1,756
$1,462
$3,217
$16,085
$25,736
Long Beach
3.34 -
$2,903
$1,462
$4,364
$21,821
$34,914
Norwalk
9.76
$8,482
$1,462
$9,944
$49,718
$79,549
Pica Rivera
6.14
$5,336
$1,462
$6,798
$33,988
$54,381
Santa FeSprings
8.88
$7,717
$1,462
$9,179
$45,894
$73,431
Whittler
14.66
$12,741
$1,462
$14,202
$71,010
$113,617
Sub -Total
87.45
$76,000
$19,000
$95,000
$475,000
$760,000
LACFCD*
Contribute 5% of total
$5,000
$25,000
$40,OOD
Total
$100,000
$500,000
$800,000
*The LACFCD agrees to pay its proportional share of costs of preparing and implementing the Plans and other
related costs to be incurred by the GWMA in accordance with the above Cost Share Formula for an annual not -
to -exceed amount of $100,000. From time to time special studies will be conducted and LACFCD's contribution
for those studies will be up to 10%.
NOTES:
• Cal Trans and other agencies may participate upon approval of costsharing agreements by the LSGR
Watershed Committee and GWMA. Future participants may be assessed a late entry cost as if they had been a
participantfrom the beginning of the Metals TMDL MOU, as of March 1, 2012, unless otherwise determined by
the LSGR Watershed Committee.
• Watershed Permittees and the cost share are subject to modifications due to, but not limited to, changes in the
number of participating agencies, refinements in mapping, and changes in boundaries.
Page 22
12664/0004/1834505-2
Agenda #6 . 10
Meeting Date: Junes 1 6,201 S
TO: Honorable Mayor and Members of the City Council
VIA: James DeStefano, City Mana '
^'' U
TITLE: Resolution Denying the Appeal and Affirming the Planning
Commission's Decision to Deny Conditional Use Permit (CUP)
No. PL2014-518 (Cell Site at Maple Hill Park)
APPELLANT/
APPLICANT: Len Jensen, Cortel (for T -Mobile West Corporation)
29039 Oak Creek Road, Menifee, CA 92584
PROJECT LOCATION: 1355 S. Maple Hill Road (Maple Hill Park), Diamond Bar, CA
91765 (Los Angeles County Assessor's Parcel Number
8293-030-900)
SUMMARY:
On June 2, 2015, the City Council conducted a duly noticed public hearing regarding an
appeal of the Planning Commission's decision to deny a request for a Conditional Use
Permit to allow the installation of a new wireless telecommunications facility at a public park.
The City Council received public comments, discussed the matter, and voted 5-0 to direct
staff to prepare a resolution to deny the appeal and affirm the Planning Commission's
decision to deny the request based on prescribed findings.
The attached resolution contains written findings for denial of the appeal and affirms the
Planning Commission's denial of a request to allow the installation of a new wireless
telecommunications facility at Maple Hill Park.
Staff recommends the City Council adopt the attached resolution denying the appeal and
affirming the Planning Commission's decision to deny Conditional Use Permit No. PL2014-
518 based on the findings contained therein.
Prepared by:
Reviewed by:
Josue Espino Greg Gubman, AICP
Assistnt Planner Community Development Director
Attachment:
City Council Resolution No. 2015 -XX
Appeal of CUP No. PL 2014-518 Page 2
•
• a • • -
• -r•• • • • .r :•
0r
A. RECITALS
1. Cortell, LLC, agent for T -Mobile West Corporation, filed an application for a
Conditional Use Permit No. PL 2014-518 to allow the installation of a new
wireless telecommunications facility at a public park (Maple Hill Park), Diamond
Bar, County of Los Angeles, California. The proposed wireless
telecommunications facility would consist of 12 panel antennas, three (3) remote
radio units (RRUs), and a 24 -inch diameter microwave dish antenna on a 65 -
foot tall monopine structure and associated above -ground equipment cabinets
proposed to be located within a 288 square -foot area consisting of a 9'-5" high,
220 square -foot split face block enclosure structure. The proposed 65 -foot tall
monopine structure would be located on top of a landscaped knoll on the
southeast side of the tennis courts within the park. Improved picnic areas are
located to the east of the tennis courts near the proposed locations of the
monopine and equipment cabinet structure. When viewed from the street, the
proposed monopine would appear to be located within a cluster of existing
deciduous trees. Hereinafter in this Resolution, the proposed Conditional Use
Permit and new wireless telecommunications facility are collectively referred to
as the "Project."
2. The subject site is a 5.43 gross acre public park (Maple Hill Park) owned by the
City of Diamond Bar. The property is legally described as a Portion of Lot 93 of
Tract 31038, and the Assessor's Parcel Number (APN) is 8293-030-900. It is
located in the Low Medium Density Residential (RLM) zone with an underlying
General Plan land use designation of Park. Maple Hill Park is surrounded on
three sides by single-family residential homes and by Maple Hill Elementary
School to the east, and its amenities are frequently used by residents of the
surrounding residential neighborhoods and students from Maple Hill Elementary
School.
3. The applicant has no legal interest in the property on which the proposed Project
would be located. The City Manager of the City of Diamond Bar initially
consented to the filing and processing of the Project by the applicant, upon
1094222.1
condition that, should the proposed Project be approved, the applicant would still
need to obtain the City Council's consent for use of Maple Hill Park and to enter
into a mutually acceptable license with the City.
4. On March 10, 2015, the Planning Commission of the City of Diamond Bar
conducted a duly noticed public hearing, solicited testimony from all
interested individuals, discussed the matter, concluded said hearing on that date,
and voted unanimously to direct City staff to prepare a Resolution denying the
application for Conditional Use Permit No. PL 2014-518 based on the facts and
information contained in the oral and written record.
5. On March 24, 2015, the Planning Commission of the City of Diamond Bar
adopted Resolution No. 2015-06, denying the requested Project. A copy of
Planning Commission Resolution No. 2015-06 is on file in the office of the City
Clerk, was concurrently submitted in the agenda materials for this matter, and is
included within the administrative record of the proceedings reviewed by the City
Council.
6. By letter to the applicant, on April 2, 2015, executed by the City Manager,
the City, as property owner of the park, rescinded its consent for
authorization to pursue the Project.
7. On April 3, 2015, the applicant filed an appeal of the Planning Commission's
decision to deny the Project.
8. On May 21, 2015, public hearing notices were mailed to property owners within
a 1,000 -foot radius of the project site, and on May 22, 2015, the notice was
published in the San Gabriel Valley Tribune and Inland Valley Daily Bulletin
newspapers. A notice display board was posted at the site, and a copy of the
notice was posted at the City's three designated community posting sites.
9. On June 2, 2015, the City Council of the City of Diamond Bar conducted a
duly noticed public hearing, solicited testimony from all interested individuals,
and concluded said hearing on that date.
10. The documents and materials constituting the administrative record of the
proceedings upon which the City's decision is based are located at the City
of Diamond Bar, Community Development Department, Planning Division,
21810 Copley Drive, Diamond Bar, CA 91765.
NOW, THEREFORE, it is found, determined and resolved by the City
Council of the City of Diamond Bar as follows:
1. The City Council hereby specifically finds that all of the facts set forth in the
Recitals, Part A, of this Resolution are true and correct.
2. Based on the findings and conclusions set forth below, and upon the facts
findings and reasons set forth in Planning Commission Resolution No. 2015-06,
1094222.1
the Applicant's appeal is hereby denied, the Planning Commission's decision is
affirmed, and Conditional Use Permit No. PL 2014-518 is hereby denied.
3. Because the application is denied, the Project is exempt from the provisions of
the California Environmental Quality Act (CEQA) pursuant to the provisions of
Article 19, Section 15270(a) of the CEQA Guidelines.
Based upon the totality of the information provided and substantial evidence in the
administrative record, the City Council finds and determines as follows:
1. The City Manager has withdrawn the City's consent for the applicant to process
the application. The City Manager was authorized to withdraw that consent and
the City Council hereby affirms and ratifies the City's withdrawal of consent.
The City of Diamond Bar owns the subject site on which the Project is proposed
to be located and without the property owner's consent and without a license
agreement as between the City and the Applicant for the use of City property,
the Applicant has no authority to construct the Project. The Applicant is not an
owner of the property, is not a lessee of the property, and has not contracted to
purchase or lease the property contingent upon acquisition of necessary
permits from the City. Accordingly, the Applicant is no longer within the
categories of persons authorized to pursue an application for a land use permit
pursuant to Diamond Bar Municipal Code (DBMC) Section 22.44.030 or real
property law. On this basis alone the Project is denied.
2. The City Council concurs with the Planning Commission's determination and
comments received during the public hearing, that due to its size, type and
location, the proposed wireless telecommunications facility will not be
compatible with the public's use of Maple Hill Park for park purposes or with the
surrounding residential land uses. Maple Hill Park was acquired by the City with
a deed restriction that it be used solely for park purposes. While permitting cell
towers in public parks may further a park purpose, for instance, the revenue
generated is used to help maintain the park, cell towers should be sited so that
they don't interfere with the use of the park by the public. The City Council
concludes that the proposed type and size of wireless telecommunications
facility proposed is inappropriate for the proposed location within Maple Hill Park
and inconsistent with the deed restricting the City's use of Maple Hill Park for
park purposes due to the relative small size of Maple Hill Park and testimony
from the public during the hearing that the area proposed for the Project is used
by the public. On this basis alone the Project is denied.
3. The Applicant's evidence that there was a significant gap in the ability of
remote users of Applicant's service to access the national telephone network
was rebutted by the public testimony. In particular, the public presented maps
from Applicant's own website which contradicted the coverage maps
presented by the Applicant. The coverage maps produced during the public
testimony show that the Applicant is representing on its website that it has
connectivity in most homes as verified by customer data. The Applicant did
not produce any evidence of the call failure rate within its alleged significant
1094222.1
gap area. Therefore, the evidence was inconclusive as to whether there was
in fact a significant gap in Applicant's coverage.
4. Based on the above, the following three (3) findings required for approval of a
Conditional Use Permit pursuant to DBMC Section 22.58 cannot be made:
"3. The design, location, size and operating characteristics of the proposed
use are compatible with the existing and future land uses in the vicinity;"
"4. The subject site is physically suitable for the type and densitylintensity of
use being proposed including access, provision of utilities, compatibility
with adjoining land uses and the absence of physical constraints;" and
"5. Granting the Conditional Use Permit will not be detrimental to the public
interest, health, safety, convenience or welfare, or materially injurious to
persons, property or improvements in the vicinity and zoning district in
which the property is located."
The facts and reasons supporting this determination include the following
The proposed new freestanding wireless telecommunications facility
would be located in Maple Hill Park. Maple Hill Park is a relatively small,
but intensively used, 5.43 -acre Public Park containing many amenities,
including tennis courts, picnic areas, playground equipment and open
fields. Maple Hill Park is surrounded on three sides by single-family
residential homes and by Maple Hill Elementary School to the east, and,
according to testimony provided at the public hearing, its amenities are
frequently used by residents of the surrounding residential neighborhoods
and students from Maple Hill Elementary School. The proposed 65 -foot
monopine would be highly visible to users within the park and some of the
residential properties adjacent to the park.
Although the proposed monopine would appear to be located within a
cluster of existing natural trees when viewed from the street, these trees
are of deciduous varieties and there are no existing pine trees or other
trees of an evergreen variety located near the location of the proposed
monopine to act as screening material during periods when the
surrounding trees have no leaves. As a result, the proposed 65 -foot
monopine would stand out, especially in winter months, and would not
blend into the surroundings or be adequately screened from the view of
park users or surrounding residential properties. In addition, the location
of the proposed monopine and block wall enclosure structure would be
near to areas at which people congregate and that are frequently used by
the public, including a picnic area frequently used by park patrons for
birthday parties and other gatherings. The proposed facilities would be
highly visible from these areas. In sum, the Project is not the least intrusive
feasible means for the provision of cell service.
The proposed monopine is too prominent to be located in Maple Hill Park,
which is a relatively small neighborhood park immediately adjacent to
1o9422ai
residential uses. The City has previously approved the installation of
wireless telecommunications facilities in three otherpublic parks within the
City: Peterson Park, Pantera Park, and Diamond Bar Center, but each of
these three other parks are larger than Maple Hill Park and the types of
wireless telecommunications facilities approved are of a different
character than the proposed Project. For instance, the wireless
telecommunications facilities located in Peterson Park (16.5 gross acres)
and Pantera Park (23 gross acres) are co -located near the top of sports
field light poles, 80 feet tall or higher, at the perimeter of associated ball
fields and do not involve artificial tree structures. Additionally, the
equipment enclosures are located in secluded areas, away from
intensively used space at the respective parks. As noted, these parks are
over triple and quadruple the size of Maple Hill Park and are capable of
aesthetically integrating wireless facilities. At Diamond Bar Center, there
are two 45 -foot tall "monoelms" containing co -located facilities located at
the northern edge of a far-off parking area, not adjacent to high volume
usage areas. The proposed 65 -foot mono -pine is significantly taller than
the monoelms located at the Diamond Bar Center and would have a
significantly greater visual impact than the facilities co -located on light
poles at Peterson Park and Pantera Park, as well as the monoelms at the
Diamond Bar Center.
Residents in the neighborhood and/or active users of Maple Hill Park
indicated the Project would spoil the aesthetics of the neighborhood park
and would interfere with the use of the park by the public because the
Project is proposed in areas currently used by the public and are not set
off in remote locations.
Pursuant to DBMC Section 22.42.130, "the extent to which the proposed
facility blends into the surrounding environment, " "the extent to which the
proposed facility is screened or camouflaged by existing or proposed
topography, vegetation, buildings, or other structures, " and "the total size
of the proposed facility, particularly in relation to surrounding and
supporting structures" are all factors the City is required to consider in
evaluating an application for a Conditional Use Permit for a wireless
telecommunications facility. Based on the facts stated above, the City
Council concurs with the Planning Commission's determination that all
three of these factors suggest that the proposed type and size of wireless
telecommunications facility proposed is inappropriate for the proposed
location within Maple Hill Park and dictate against approving the proposed
Conditional Use Permit.
1094222.1
The City Council shall:
(a) Certify to the adoption of this Resolution; and
(b) Forthwith transmit a certified copy of this Resolution, by certified mail to the
Appellant: Len Jensen, Cortel (for T -Mobile West Corporation), 29039 Oak
Creek Road, Menifee, CA 92584
Unless otherwise provided, each and every one of the findings and conclusions in this
Resolution are based on the competent and substantial evidence, both oral and written,
contained in the entire record relating to the project. The findings and conclusions
constitute the independent findings and conclusions of the City Council in all respects
and are fully and completely supported by substantial evidence in the record as a whole.
Unless otherwise provided, all summaries of information in this Resolution are based on
the substantial evidence in the record. The absence of any particular fact from any such
summary is not an indication that a particular finding is not based in part on that fact.
APPROVED AND ADOPTED THIS 16th DAY OF JUNE 2015, BY THE CITY COUNCIL OF THE
CITY OF DIAMOND BAR.
M
Steve Tye, Mayor
I, Tommye Cribbins, City Clerk of the City of Diamond Bar, do hereby certify that the foregoing
Resolution was duly introduced, passed, and adopted by the City Council of the City of Diamond
Bar, at a regular meeting of the City Council held on the 16th day of June 2015, by the following
vote:
AYES: Council Member:
NOES: Council Member:
ABSENT: Council Member:
ABSTAIN: Council Member:
ATTEST:
10942221
Tommye Cribbins, City Clerk
City of Diamond Bar
CITY COUNCIL
Agenda #
Meeting Date.
6.11
June 16, 2015
AGENDA REPORT
TO: Honorable Mayor and Members of the City Council
VIA: James DeStefano, City Mana
TITLE: Adopt Resolution No. 2015-XXJA', proving a Five -Year Enterprise Agreement with
Microsoft Corporation through Compucom for Software Licenses; and, Authorize the
City Manager to execute the Agreement in an amount not to exceed $100,000.
(Approximately $20,000 per year, over a five (5) year agreement.)
Recommendation:
Adopt and Authorize.
Budget/Financial Impact:
There are sufficient funds in the proposed FY15-16 budget for this expenditure.
Additional appropriations will be requested annually as part of the normal budget process.
Discussion:
As part of its technology procurement practices, the City typically upgrades and deploys core City
software in a timeframe that keeps the versions at, or near, current commercial release versions. This
practice is necessary to ensure critical systems are kept current with security -related and product
feature improvements.
In the previous 10 years, the City of Diamond Bar (City) has executed successive 5 -year Enterprise
Agreements with Microsoft for their software products, using the then current CCISDA EA agreement.
These agreements have saved the City money through volume purchasing and greatly simplified
licensing by only requiring a single transaction to acquire licenses for the City. This agreement will
provide the City with the legal right to continue to receive the current version of Microsoft products
used by the City, including our Exchange Server, Windows Servers, and SQL Servers.
The City's Microsoft inventory includes 25 Windows-based servers including 15 operating Microsoft
based SQL server databases, and 85 individual workstations running Microsoft Windows 7 operating
systems and Microsoft Office 2013 productivity suite.
The Microsoft Enterprise Agreement ("EX) offers two options: three (3) year and five (5) year terms.
By opting for the (5) year term, we are receiving price -protection forithe full 5 years. If Microsoft
increases the licensing costs for any of the covered products over the next five years, it will not affect
us.
The City's membership in the Municipal Information Association of California (MISAC) allows the
purchase of the licensing agreement using the lowest cost purchasing vehicle available to us,
commonly known as the California Counties Information Systems Directors Association (CCISDA) EA
Agreement. This agreement is competitively bid and managed by the County of Riverside. Riverside
County serves as the procuring agency for all CCISDA & MISAC members, and other State
Agencies. Currently Riverside County has awarded the contract to CompuCom Systems, Inc.
(RIVCO-20800-002-12/15) who serves as the contract administrator.
Typically Microsoft offers government EA customers' volume discounts in four tiers A -D. Tier D is
reserved for VERY LARGE enterprises such as the Federal Government, which have over 150,000
workstations.
Under the CCISDA EA Agreement we will receive pricing that is 7.5% LOWER than Tier "D' pricing
which represents a significant savings of over $85,000 from what a City of our size would normally be
charged, during this agreement period. Therefore, we are requesting council authorization to
participate in the "other government purchasing program" commonly known as the CCISDA EA
agreement.
Per, the Diamond Bar Municipal Code - CHAPTER 3.24. - PURCHASING ORDINANCE - Sec.
3.24.070. - Exceptions to purchasing procedure.
(4) Other exceptions. When, in the opinion of the purchasing manager or purchasing
agent, supplies, personal property, services or equipment can be more efficiently or
more cost efficient obtained if acquired on behalf of the city by the state department of
general services or other government purchasing program, the purchasing manager or
purchasing agent shall so advise the city council. Acquisition of any such supplies,
materials, personal property or equipment by the state department of general services
or other government purchasing program may be authorized by resolution of the city
council.
It is recommended that the City Council authorize the participation in the "other government
purchasing program" commonly known as the CCISDA EA agreement and the related expenditures,
and allow the City Manager to execute any needed contract documents.
Prepared by:
Ken Desforges, Director Information Systems
Attachments:
1. Resolution No. 2015 -XX
2. Riverside County Request for Quote #PUARC-1200 — Microsoft Enterprise License
3. County of Riverside Contract with CompuCom Systems, Inc. (RIVCO-20800-002-12/15)
4. Microsoft Volume Licensing — Enterprise Agreement — State and Local
5. Microsoft Volume Licensing — Program Signature Form (Executed by Riverside County)
6. Microsoft Volume Licensing — Enterprise Agreement Amendment (Establishing the Level D -
7.5% pricing)
7. CompuCom — Software Quote (specific to Diamond Bar's products.)
3
RESOLUTION NO. 2015 -XX
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR
APPROVING A FIVE-YEAR ENTERPRISE AGREEMENT WITH MICROSOFT
CORPORATION THROUGH COMPUCOM FOR SOFTWARE LICENSES
WHEREAS, the City of Diamond Bar intends to purchase licenses to utilize software products
from Microsoft Corporation through the government procurement process conducted by the County of
Riverside and managed by CompuCom; and
WHEREAS, Section 3.24.070(b)(4) of the Diamond Bar City Code provides that, "When, in the
opinion of the purchasing manager or purchasing agent, supplies, personal property, services or
equipment can be more efficiently or more cost efficient obtained if acquired on behalf of the city by
the state department of general services or other government purchasing program, the purchasing
manager or purchasing agent shall so advise the city council."; and
WHEREAS, the City Council may approve the purchasing of products and services
through such other government purchasing program by resolution; and
WHEREAS, the Director of Information Systems and the City Manager as Purchasing
Agent have recommended approval of Microsoft Corporation Enterprise Agreement for the
purchase of software product licenses required for the City's information systems for a term of
five years pursuant to the government procurement process conducted by the County of
Riverside.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of
Diamond Bar_ does hereby find, resolve and determine as follows:
Section 1. That the Mayor and members of the City Council of the City of Diamond Bar
approve the participation in the "other government purchasing program" and a five-year enterprise
agreement with Microsoft Corporation through CompuCom for software licenses in the amount not to
exceed $20,000 per year.
Section 2. The City Manager is hereby directed and authorized to take all necessary
actions to implement the enterprise agreement, including but not limited to, the signing of contracts,
agreements, and other related documents.
Section 3. The Mayor is hereby authorized to affix his signature to this Resolution
signifying its adoption, and the City Clerk is directed to attest thereto.
Passed, Approved and Adopted on the 16"' day of June, 2015.
Steve Tye
Mayor
ATTEST:
Tommye Cribbins
City Clerk
1094408.1
I, Tommye Cribbins, City Clerk of the City of Diamond Bar, do hereby certify that the
foregoing Resolution was passed, approved and adopted at a regular meeting of the City
Council of the City of Diamond Bar held on 16"' day of June, 2015 by the following vote:
AYES:
NOES:
ABSENT:
ABSTAINED:
Tommye Cribbins, City Clerk
City of Diamond Bar
2
1094408.1
SR No, 14-065 Attachment 2
County of Riverside Request for Quote # PUARC-1200
Purchasing & Fleet Services Closing Date: 10/11/2011@1:30 P.M.
Microsoft Enterprise License
u
M
�- r 91 y 8/
By:
Ines Mark
Riverside County Purchasing & Fleet Services
2980 Washington Street
Riverside, CA 92504-4647
Telephone: (951) 955-4937
Email: imark@co.riverside.ca.us
N iGP Code(s):20800, 20811
Form # 116-101 RFO Public Purchase Revision 04/12/11
299
SIR No. 14-065 Attachment 2
County of Riverside Request. for. Quote # PUARC-1200
Purchasing & Fleet Services Closing Date: 10/11/20111 1:30 P M
INSTRUCTIONS TO BIDDERS
L Vendor Rentstrafion - Unless stated -elsewhere in: this document, vender mustregister online at wavwi'urehasingbo:riveraide oa-as .and
Ixltn //httn9(www publicpurcfiase cmrJ/vx7th all current Vendor information, to be registered on the County's database,
IL. For all RFQ's Riverside County's Purchasing website will post a letter of notification on Its webabe, and will provideadirect link to PubliePurchase.eom.
Ill. Format- Use the electronic formal provided by PublicPuroblec_cont. Ifsubmittingmoredam one bid, separate the bid` documents.
1V. PCICm27DeliyerYtTerms/Iax - All pricing shalt be quoted F.O.B. destination, (e,g., cash octets less than 20 days should be: considered net): excluding.
applicable tax, which is a separate line item.. The County reserves the right to designatemethod of height. Tire County pays CaliforniaSalesTax and is
exempt from Federal excise tar In the event of an extension error, the unit price shall prevail:
V. Other Terms and conditions- The terms and conditions as indicated in this :document and/or attached are hereby included with fall force and like effect as
Tat Punts heircim Copies ofdia applicable Temts and Conditions may be obtained by contacting Riverside County Purchasing at the number shown above
and requesting copy tie based or mailed to you -
VI, Period of Firm Pricing - Unless stated othenvige elsewhere in: this document, prices shall be firm for 90 days after the closing date, andpriortown award
ng made,
ViL Specifictrom/Chis - Wherever brand: names are used, the words. "or equal' shalt be considered to appear and be a part of the specification. If you are
quoting mother make or model; dross out our nomnclaarra and insert yours. if no make or model is stipulated, insert yours, Attach applicable specifications
and/or brochures= Variations in manufacturers, design, e(c., may be acceptable, bidders are encouraged to offer them as alternatives; however, the County
reserves the right to reject those:. alternatives as non-responsive.
Ynl, Recycled Material - Wherever possible, the. County of Riverside is looking for items made from, or Containing in part, recycled material. Bidders are
encouraged' to bid items containing recycled material as an alternative for the items specified, however: the County ;reserves the right to reject those
alternatives as non-responsive
IX: Method of Award - The County reserves the right to reject any or all offers, to waive my discrepancy -or technicality and to split or make the award in my
manner determined by the County to be most advarnageous to the County. The County recognizes that prices are only one of several criteria to be used is]
judging an offer and the County is not legally bound to accept the lowest offer.
X, Return of Bid/Closing Date/Return to -'Che bid response shall be submitted electronically to PubliePurchase oom by L30 ii,mon the closing date listed
above. Bid responses not received by County Purchasing;. by the closing data and time indicatedabovewill not be accepted The County will not be
responsible forandwill not except late bids due to slow interact connection, or incomplete transmissions.
XI Local Preference The County of Riverside has adopted a local preference progrzrnfor those bidders: located within the. County of Riverside. A five percent
:(5%) price preference maybe applied to the total bid price during evaluationof the bid responses, To qualify as a local business, the business must have
fixed offices within the geographical baundades of Riverside County and must credit all sates taxes paid resulting from this RFQ to that Riverside County
:location. or
XII. Disabled Veteran Business Enterprise Preference - The County of Riverside Inas implemented Disabled Veteran Owned Business preference policy..A
three percent (3%) preferences shall be applied to the total bid price of all quoles/bids/pioposals received by the County help certified disabled veterans
owned businesses. IF the bid is submitted byanon.Disabled Vetoran owned business, but lists subcontractors drat are identified acrd qualified as Disabled
Owned Business; the total bid price will be: adjusted by 3%ofthe value of that subcontractor's portion of the bid.
IF CHECKED, THE. FOLLOWING DOCUMENTS HEREBY MADE PART OF THIS. RFQ
X APPENDIX 'A" —PLANS/DRAWINGS _SAMPLES X EXHIBITS (A) X ATTACHMF,NT(Product List)
_#116-110 Special Conditions/Response: 0116-130 Equipment Information Sheet
X#116-260 Lout Business Qualification Affidavit #116-310 Bm Implate Contract
IF CHECKED, THE FOLLOWING GENERAL CONDITIONS ARE INCLUDED WITH FULL FORCE
AND LIKE EFFECT AS IF SET FORTH HEREIN
X #116-200 General Conditions X #116-210 General Conditions Materials and/or Services
_#116.230 General Conditions - Equipment _#116.2220 General Condition- Public Works
_#116240 General Conditions Personal/Professionai Service
To access any of thesse General Conditions go to uww.purchasing,co.riverside.ca.us located in Vendor Reglstration/Bldding Opportunities.
If an addendum is issued for this procurement, it will be the vendor's: responsibility to retrieve all
applicable addendum(s) from the Public Purchase Website,
Form It 116-101 RFQ Public Purchase Revision 04/12/11
2
300
SR No. 114-065 Attachment 2
County of Riverside Request for Quote## PUARC-1200
Purchasing & Fleet Services Closing Data: 14!11(2011@ 1 30 P,1t+S,
I.I LIQUIDATED DAMAGES - It is agreed by the parties that time is of the essence, and in the event
complete delivery is not made within the schedule set by the County, and pursuant to the bid
specifications; damage will be sustained by the County, it will be impractical, and extremely difficult to
ascertain, and determine the actual damage sustained, Therefore, it is agreed that the successful bidder
shall pay to the County of Riverside, as fixed and liquidated damages, and not as penalty, a dollar sum in
the amount of $ per calendar day for each and every calendar day that a delay in making
delivery in execs of the time or times specified. It is further agreed that in the event such damages are
sustained by the County, the County shall deduct the amount from any payment due or that may become
due to the vendor under the contract.
1.2 "Electronic submission hereof is certification that the Bidder has read and understands the terms and
conditions hereof, and that the Bidder's principal is fully bound and committed." All County terms and
conditions are found at www.purchasing.co.riverside,ca.us. Bidders must acknowledge the applicable
terms and conditions that are checked at the bottom of page 2 of this document.
1,3 CASH DISCOUNT % from receipt of good or invoice, whichever is later. (terms less than 20 days will
be considered net) Cash discount shall be applied to grand total,
1.4 Delivery: _ calendar days after receipt of order.
1.5 Please Check; Disabled Veteran _ Local Business if checked; the above signer certifies that
the above business is located within the geographical boundaries of Riverside County and that all sales
taxes generated based on this RFQ will be credited to that location in Riverside County. If claiming
Local Preference please submit form 116-260.
1.6 If Bidder experiences technical issue with the online bidding process, Bidder must contact the
Procurement Contract Specialist (PCS) for further bid submission instructions. Bidder must contact the
appropriate PCS a minhnum of 1 hour prior to bid close time of 1:30 PM.
A, Wherever these words occur in this RFQ, they shall have the following meaning:
B, "RFQ" shall mean Request for Quote.
C. "Addendum" shall mean an amendment or modification to the RFQ (Request for Quote).
D. "Bid" shall mean the proposal submitted by a Bidder on the Bid Form consistent with the Instructions to
Bidders, to complete the Work for a specified sum of money and within a specified period of time.
E, "Bidder" shall mean an individual, firm, partnership, or corporation that submits a qualified Bid for the
Work, either directly or through a duly authorized representative.
F. "Contractor" shall mean any employee; agent, or representative of the contract company used in
conjunction with the performance of the contract. For the purposes of this RFQ, Contractor and Bidder
are used interchangeably.
Form 4 116-101 RFQ Public Purchase Revision 04/12/11
3
301
SR No. 14-065 Attachment 2
County of Riverside Request for Quote # PUARC-1200
Purchasing & Fleet Services Closing Date: 10/1112011@1:30 P.M.
G. "COUNTY" shall mean the County of Riverside and its agencies.
H. "CCISDA" shall mean the California County Information Services Directors Association
I. "MISAC" shall mean the Municipal Information Systems Association
J. "LAR" shall mean the Large Account Resellers
K. "EA" shall mean Enterprise Agreement
L. "Qualified Device" shall mean any personal desktop computer, portal computer, workstation, or similar
device that is used by of for the benefit of Enrolled Affiliate's Enterprise. It does not include: (1) any
computer that is designated as a server and not used as a personal computer, (2) any Industry Device, (3)
any device running an embedded operating system (e.g., Windows Phone 7) that does not access a
virtual desktop infrastructure, or (4) any device that is not managed and/or controlled either directly or
indirectly by Enrolled Affiliate's Enterprise. Enrolled Affiliate may include as a Qualified Device any
device which would be excluded above (e.g, Industry Device).
M. "MDOP" shall mean Microsoft Desktop Optimization Platform
N. "MSDN" shall mean Microsoft Developer Network
3.1 Purpose
a) The County of Riverside is soliciting bids for a consortia approach to collectively enter into a Microsoft
Enterprise Agreement and Select program in order to utilize the desktop volumes to achieve the best
possible price as detailed in this RFQ. Microsoft has demonstrated flexibility in dealing with
CCISDAWSAC to accommodate government issues and concerns to offer a customized Enterprise
Agreement that will work for all government agencies within the state of California.
b) The purpose of this RFQ is to seek both renewal pricing for those under the current Microsoft
Agreement from any authorized LAR within the State of California plus allow new enrollments to take
place based on combined volumes of those staying with the old agreement, those renewing in this new
contract, and those joining into the new contract for the first time.
c) The intent of this RFQ is to award to no more than five (5) Microsoft authorized and responsible Large
Account Resellers (LAR) in the State of California that meets the terms and conditions of this RFQ. The
LAR(s) will serve as the administrator of this agreement and will collect all dollars directly from those
jurisdictions enrolled under this awarded contract.
3.2 Backgraim
a) Since June 19, 2001, The California County Information Services Directors Association (CCISDA)
and the Municipal Information Systems Association (MISAC) of California have been participating in
a state-wide Microsoft Enterprise Agreement (EA) and Select program. The County of Riverside will
continue to administer this award, to include participation from CCISDA and MISAC.
Form # 116-101 RFQ Public Purchase Revision 04/12/11
302
County of Riverside
Purchasing & Fleet Services
SR No. 14-065 Attachment 2
Request for Quote # PUARC-1200
Closing Date: 10/11/2011Q71:30 P.M.
b) The California County Information Services Directors Association (CCISDA) is the official
organization of the county information technology directors in the state of California. They represent the
58 California counties in the area of information technology and county government.
c) The Municipal Information Systems Association (MISAC) of California is a statewide organization of
approximately 150 member agencies. They represent the 475 Cities and Special Districts in the state of
California in the area of information technology and county government.
d) Current participation in this successful contract has surpassed 488,000 desktops and over 460 separate
enrollments to this Microsoft Enterprise Agreement. The current Large Account Resellers (LAR) have
worked with each of these entities to explain the Microsoft Enterprise Agreement, helped them make
decisions about their licensing needs, provided enrollment assistance, and coached them during annual
EA requirements including true -ups and annual payments. The awarded LAR(s) will be required to
deliver this same level of service, as well as provide continuing education to enrollees on other services
and benefits provided to participants in the EA.
e) The LAR(s) must allow CCISDA/MISAC members with the opportunity to continue to enroll in the
Enterprise Agreement after the open enroll period at a highly discounted price based on cumulative
volumes of desktops enrolled under the new and existing contracts.
f) In addition, many government entities could not purchase from a sole LAR due to local preference
purchasing requirements. The intent of this RFQ is to award to multiple Large Account Resellers
(LARs) under a single agreement and to get credit for volumes under the existing contract and for those
that want to change to the renewal contract or for those governments enrolling for the first time.
g) Many counties do not upgrade their software on their desktops on an annual basis and most do so every
two to three years. As a result, most may not benefit from Software Assurance under the Select Program
nor can justify an Enterprise Agreement. Therefore, to make an Enterprise Agreement a tool for
government, it must be cost effective, ease licensing management, and encourage government to stay
current with new software versions to take advantage of the latest technological improvements that
could benefit employee productivity. An additional benefit can be realized through other offerings made
available to EA participants. When such offerings are introduced, it is imperative that the LAR make the
offering known to the agency in order for them to obtain the most out of their EA investment.
4.1 Enterprise Agreement Program Products
The products offered under the Enterprise Agreement (EA) may be purchased individually or in total as follows:
4.2 Enterprise Products
a) The Enterprise Agreement offers California County Governments access to the most recent releases of
the Desktop Professional Platform products. The Enterprise Agreement Desktop Platform products are:
i. Microsoft Windows 7 Enterprise Edition with MDOP
ii. Microsoft Office Professional Plus 2010
iii. Microsoft Core Client Access License Suite or Enterprise Client Access License Suite
Form # 116-101 RFQ Public Purchase Revision 04/12/11
303
County of Riverside
Purchasing & Fleet!
SR No. 14-065 Attachment 2
Request for Quote # PUARC-1200
Closing Date: 10/11/2o11t&1:30 P.
t overnment entities wno enroll in the 1 rotessional or enterprise riattorm (tie windows / Enterprise
Edition operating system upgrade, Office Professional Plus 2010, - and Core CAL Suite or Enterprise
GAL Suite) receive a platform discount on top of their already discounted enterprise software product.
c) Government entities not adding products at signing may still add additional products to their enrollment
at any time with License & Software Assurance (pro -rated annually for the remaining term of their
enrollment).
d) For fidl product listing see excel attachment "PUARC-1200 Product listing.
4:3 Additional Products and Services
a) Nearly all other available Microsoft software fitles are obtainable as additional products. They provide
the same License & Software Assurance coverage as enterprise products, but do not require an
enterprise -wide commitment. For products licensed at signing, payments can be spread throughout
enrollment years in the same way that enterprise product payments are annualized. Also, additional
products at signing will have corresponding pricing for the use of the True Up ordering process;
enabling an annual consolidation of ordering. Government entities not adding products at signing may
still add additional products to their enrollment at any time with License & Software Assurance (pro-
rated for the remaining term of their enrollment).
b) Premier Services are available through the Riverside Master Agreement for as long as it is offered as
products under the :Microsoft Enterprise Agreement.
c) Examples of software products available as additional products include Office Visio, Microsoft Project,
Windows servers, Exchange servers, Microsoft Office SharePoint Servers, SQL Servers, Visual Studio
Team Edition (w/ MSDN), MapPoint Web Service, and many others.
d) A complete list of additional products is available on the Microsoft Product List at:
http://www.microsoftvolumelicensing.Com/userights/PL.aspx
c) To learn more about Product Use Rights; visit:
4.5 Customized Components:
a) The awarded Large Account Reseller(s) as part of the contract must be willing to accept the
administration of the contract. California government entities will enroll by Agency (understanding that
all desktops in a department must be committed unless the desktop has an asset tag where it has been
paid and owned by another govermnent jurisdiction).
b) Commitment for each government entity is at least 25 desktops in the entire organization. Organizations
under 25 qualified workstations are required to combine enrollments with other local government
entities for a total of at least 25 qualified workstations s to qualify. The government entity who handles
the enrollment for multiple jurisdictions will also be responsible for distributing license confirmations.
c) The LAR's are required to provide annual reports of qualified workstation counts by enrollment and ask
for desktop true -ups for net additional desktops added during each contract year. The customer is
expected to true up additional products added to during past year. Quarterly reports of licenses
purchased under the Select agreement (provided by this contract) must also be provided including
product and version number. It is preferred that this capability be provided though the Internet.
Form # 116-101 RFQ Public Purchase Revision 04/12/1-1
6
304
SR No. 14-065 Attachment 2
County of Riverside Request for Quote # PUARC-1200
Purchasing & Fleet Services Closing Date: 10/11/2011 @1:30 P.M.
d) All products covered under the EA automatically include Software Assurance for either the full thirty-
six (36) or sixty (60) month contract period options. During the contract period, participating
government entities will be entitled to all version upgrades at no additional charge. And on termination
of the contract, participating organizations will own the most current version of covered products as of
the contract termination date, whether the version is installed or not,
e) During the EA each participant will be required (but not limited) to count total qualified workstations in
their organization which will be reported to the LAR. Other counts such as True -Up of additional
products and additional of 'not-at-signing'products may be required.
f) The Enterprise Agreement term is sixty (60) calendar months from the date of acceptance, or an optional
thirty-six (36) months if requested. Enrollment for this program will be open until the expiration of the
Master Agreement. While the number of net desktops in each organization may increase annually, there
could be certain economic issues (such as discontinuing a government service due to funding) or
political shifts (such as County Courts becoming a State Agency or a government entity filing for
bankruptcy) that could impact desktop counts. Microsoft will deal with decreases in qualified
workstation counts on an individual basis without penalty to other enrollments. EA participants that
terminate for cause, will own licenses equal to the portion of the total contract period for which they
participated. Participants terminating prior to year 2 shall own licenses for 1/3 of the total desktops
enrolled. Participants terminating prior to year 3 shall own licenses for 2/3 of the total desktops enrolled.
The licenses shall be for the current version of the products at the time of termination. If any one
County/Department terminates the enterprise agreement, it shall have no bearing or impact on the others
enrolled.
g) EA enrollees receive perpetual license to the most current version of the software covered under this
agreement upon initial payment. By participating under the EA, enrollees immediately become current
and stay current. Net new desktops added during the contract period immediately have the right to install
the most current versions of the products covered under the EA and the "true -up" payment must be
made at the beginning of the next contract year.
h) All new software covered and purchased under the EA is to be delivered to the COUNTY electronically,
unless explicit instructions are communicated that delivery method would be otherwise.
5.0 TIMELINE DATES:
1, RELEASE OF REQUEST FOR QUOTATION
September 20, 2011
2, DEADLINE FOR SUBMISSION OF QUESTIONS
Must be submitted by:
Bidders must submit their questions online at
Date: October 3, 2011
PublicPurchase.com. All questions submitted are within the
Time: 1:30 PM
correct RFQ located on PubliePurchase.com.
3. DEADLINE FOR QUOTATION SUBMITTAL
October 11, 2011 at 1:30 PM
Bid results are posted on PubliePurchase.com
4. TENTATIVE DATE FOR AWARDING CONTRACT
5-90 days, contingent upon
lowest bidder meeting all of the
bidspecifications.
Form # 116-101 RFO Public Purchase Revision 04/12/11
305
SR No. 14-065 Attachment 2
County of Riverside Request for Quote # PUARC-1200
Purchasing & Fleet Services Closing Date: 101111201 1Q1:30 P.M.
6.0 PERIOD OF PERFORMANCE
The period of performance shall be for 5 year(s), with each year renewable in one-year increments, with the
completion date of 12/31/17, with no obligation by the County of Riverside to purchase any specified amount of
services.
7.0 GENERAL REQUIREMENTS
Procedures for Submitting Quotations
All quotations must be submitted in accordance with the standards and specifications contained within this
Request for Quote (RFQ).
The County reserves the right to waive, at its discretion, any irregularity, which the County deems reasonably
correctable or otherwise not warranting rejection of the quotation.
The County shall not pay any costs incurred or associated in the preparation of this or any quotation or for
participation in the procurement process.
Quotes must be specific unto themselves. For example, "See Enclosed Manual" will not be considered an
acceptable quotation. Receipt of all addenda, if any, must be acknowledged in the quotation.
Late quotations will not be accepted. Postmarks will not be accepted in lieu of this requirement. Quotations
submitted to any other County office will be rejected.
8.0 METHOD OF AWARD (Specifications)
yuotanons win no evaivarea oasea on relevant tactors, mcmamg out not nmneato the tollowing:
a, Lowest overall purchase price
b. Adherence to specifications as detailed in this RFQ (PUARC-1200)
c. Prompt payment discounts on 30 days or less
d. Warranties
e. All associated delivery costs
f. Delivery date
g, Product acceptability
It. Service/Customer Support
9.0 EVALUATION PROCESS
All quotations will be given thorough review. All contacts during the review selection phase will be onlv
through the Purchasing Department. Attempts by the Bidder to contact any other County representative may
result in disqualification of the Bidder. The County recognizes that prices are only one of several criteria to be
used in judging an offer, and the County is not legally bound to accept the lowest offer.
Form # 116-101 RFO Public Purchase Revision 04/12/11
306
SR No. 14-085 Attachment 2
County of Riverside Request for Quote 4 PUARC-1200
Purchasing & Fleet Services Closing Date: 10/11/2(111@1:30 RK
The Contractor must make careful examination and understand all of the requirements, specifieations; and
conditions stated in the RFQ. If any Contractor planning to submit a quote finds discrepancies in or omissions
from the RFQ, or is in doubt as to the meaning, a written request for interpretation or correction must be given
to the County. Any changes to the RFQ will be made only by written addendum and may be posted on the
Purchasing website at www.purthasing.co.rzverside.ea,us and PublicPurchase.com. The County is not
responsible for any other explanations or interpretations. If any provision in this agreement is held by a court of
competent jurisdiction to be invalid, void, or unenforceable, the remaining provisions will nevertheless continue
in full force without being impaired or invalidated in any way. All notices regarding this procurement may be
posted on the County's purchasing website at www:pruchasim4,coAverside.ca.us and PubliePurchase.com,
The County may cancel the procurement process at any time, All quotations become the property of the County.
All information submitted in the quotation becomes "public record" as defined by the State of California upon
completion of the procurement process. If any proprietary information is contained in or attached to the quote, it
must be clearly identified by the Bidder; otherwise, the Bidder agrees that all documents provided may he
released to the public after bid award,
12.1 The County shall pay the awarded bidder for equipment and services performed, after the equipment are
installed and tested to the satisfaction of the County. Expenses incurred and compensation shall be paid in
accordance with an invoice submitted to County by awarded bidder, The County shall pay the acceptable
invoice within thirty -(30) working_ days from the date of receipt of the invoice; or the goods/services are
received, whichever is later,
12.2 No price increases will be permitted during the first year of the award, All price decreases (for example,
if CONTRACTOR offers lower prices to another governmental entity) will automatically be extended to the
County. The County requires written proof of cost increases prior to any approved price adjustment. After the
first year of the award, a minimum of 30 -days advance written notice is required for consideration and approval
by County, No retroactive price adjustments will be considered, The net dollar amount of profit will remain
firm during the period of the Agreement. Annual increases shall not exceed the Consumer Price Index- All
Consumers; All Items - Greater Los Angeles, Riverside, and Orange County areas (Microsoft Enterprise
License Agreement) and be subject to satisfactory performance review by the County and approved (if needed)
for budget finding by the Board of Supervisors.
The CONTRACTOR agrees to extend the same pricing, terms, and conditions as stated in this Agreement to
every political entity, special district, and related non-profit entity in Riverside County. It is understood that
other entities shall make purchases in their own name, make direct payment, and be liable directly to the
CONTRACTOR; and County shall in no way be responsible to CONTRACTOR for other entities' purchases.
Form 9 116-101 RFQ Public Purchase Revision 04/12/11
s
307
SR No. 14-065 Attachment
County of Riverside Request for Quote 4 PUARC-1200
Purchasing & Fleet Services Closing Date: 10/11/2011@1:30 RM.
Exhibit A
Software Assurance Benefits:
The Enterprise Agreement includes Software Assurance, Microsoft's enhanced maintenance program that helps
customers get the most out of their software investments. Access to valuable benefits such as training,
deployment planning, software upgrades, and product support can help increase the productivity of the entire
organization. Awarded LAR(s) will continue to educate and assist participants on what these benefits are and
how participants can take full advantage of them.
Here are details on Software Assurance benefits throughout each phase of software management.
Form .## 116-101 RFQ Public. Purchase Revision 04/12/11
308
SR No. 14.065 Attachment 2
County of Riverside Request for Quote #PUARC-1200
Purchasing & Fleet Services Closing Date: 10/11/2011@ 1:30 RM.
Exhibit A Cont'
Software Assurance Benefits:
Form# 116-101 RFQ Public Purchase Revision 04/12/11
11
309
Mti oft's i_ rrtp►oyees
S9 arrimg prs�mdes your
accrfis to lndlvtduai4sxn tieYnand M�crosartsofiware
eEearriitl
be
bourses
oourses eLea ping cdn deltveredonllne or otElIne r
ar?d rnciudes srmulatlgftsh�nds on exer'clses aid
learllTti �S��st�Li�n�S "=
�
The hTorrr Use Iatrl indr$s employee
`"�— �
ME
��d�uc#lvlty anti ttlax�ml�es �h� o��o�r
� �
1.3om��Use
�aiu�
rcisosoft Offi�e lovestmen�l��causawlfh it�your
��
Pr�sgi�aaa
diYt�lbyces{lan ltse ttilfi"ioe �§�ctop�`iro�ra7rls for vv�lf�t
isf= er�ohahf7�eds
�
_
The U1�l�ldoulrs 7 i=n#erprrse ltdttl4rx �s ct'ptlml�s fc�r
�
larye or��nzatlons �� iltciudes featyras suc�1 ��
T�`icro�oft
data pro�ecElort��t �afeguat�l�iosf or stoT;;�3�Csx
'
y�/it�owtr 7
�ppileatitlxa eompatlblliiy a�ld ttta ability fo deploy a
-
i�ntefprlse
� �'
lragle ir�lage in nfiultiple IocaticatLs �rountluthe woYld
�dltlon
Jfi�ta}x t4
�rauall��lilty o��hnduyV� he�pini� you
J4wer rY1`nt and rYiana Gists
_.,
.our:dep[© _.Ment
iM
S
Migrate IegaCysppTic�tlon� dunng an op�rating- '
system yi grad ln� safer protected gay Mlct ft
w
tyli�rosoft�
11�irEu�l P�,�xpress supp�trts a s1r�gle lostartce of:�
�ttrivai op�rating�syst�m �m comt3arisor'<r �/irivai P�
�T��sup}ports
'
myitl�le rnsfaraees} 1/Tt�taaaT T'�
�=.� �
���ress � .
'
1 xpres yvlT�bimadb a�tailable to our oftwpe
-M,As§urance
cGstame tit earJy'2Q�6ahe�d`of=the
�=�.�
�
Wr>do�✓s Ursta Ente t�se �dtlionr
x
t�j
p yy L
o,
�irtd�,iltsi� e �t rd bftyfr- sys wl
Form# 116-101 RFQ Public Purchase Revision 04/12/11
11
309
SR No, 14-065 Attachment.2
County of Riverside Request for Quote # PUARC-1200
Purchasing & Fleet Services Closing Date: 1011 IJ201 1(?,D 1:30 P.M.
Exhibit A Cont'
Software Assurance Benefits:
For more information about Software Assurance benefits, please visit:
http://www.microsoft.com/licensing/proyrams/sa
Form #116-101RFQ Public Purchase Revision 04/12/11
12
310
SR No. 14-065 Attachment 2
County of Riverside Request for Quote # PUARC-1200
Purchasing & Fleet Services Closing Date: 10/11/2011@1:30 P.M.
Local Business Qualification Affidavit
The County of Riverside Local Business Preference may be applied to this Request for Proposal/Quotation. If you qualify
for this preference, please submit this form along with your response to this RFP/Q.
Definition of Local Business
A local business shall mean a business or firm with fixed offices located within the geographical boundaries of Riverside
County, and authorized to perform business within the County. In doing so, credit all sales tax from sales generated within
Riverside County to the County, and who provide product or perform contracted work using employees, of whom the
majority are physically located in said local offices.
Local businesses' shall have a Riverside County business street address. Post office box numbers, residential addresses,
or un -staffed sales offices shall not suffice to establish status as a "local business." To qualify as a "local business" the
location must be open and staffed during normal business hours and the business must establish proof that it has been
located and doing business in Riverside County for at least (6) six months preceding its certification to the County as a
local business.
Additional supporting documentation that may be requested by the County to verify qualification includes:
1. A copy of their current BOE 531-A and/or BOE 530-C form (State, Local & District Sales, and Use Tax Return
Form). This is what businesses submit to the State Board of Equalization when paying the sales tax to the State
of California indicating the amount of the payment to be credited to each jurisdiction (Le, Counties, Cities),
2. A current business license if required for the political jurisdiction the business is located.
3. Proof of the current business address. The local business needs to be operating from a functional office that is
staffed with the company's employees, during normal business hours.
Business Name: -
Physical Address:
Phone: FAX: E -Mail:
Length of time at this location: Number of Company Employees at this address:
If less than 6 month, list previous
Riverside County location:
Business License # (where applicable): Jurisdiction
Hours of Operation:
Primary function of this location (i.e., sales, distribution, production, corporate, etc):
Signature of Company Official Date
Print Name, Title
Submittal of false data will result in disqualification of local preference and/or doing business with the
Riverside County.
Form # 116-260 Rev 8/04
Form # 116 -IDI RFQ Public Purchase Revision 04/12/11
311
• � l
MOW=,*
VendorlD 0000000033
Compucom Systems Inc
7171 Forest Lane
Dallas TX 75230
USA
Tax Exempt? N Tax Exempt ID:
Microsoft Enterprise
Agreement software
licenses for
Riverside County ad
surrounding
Government Agencies
within California
Pricing Agreement: Pricing Date:
Pricing Quantity:
Quantity Type:
RFQ#PUA RC-12D0F11-11 /8/11 3.27 -
Reference Microsoft Master Agreement Number 01 E73134.
Dispatch via Print
Contract ID
Page
RIVCO-20000-002-12/15
1 of 2
Contract Dates Currency
Rate Type
Rate Date
01/01/2015 to 12/31/2015 USD
CRRNT
PO Date
Description:
Contract Maximum
Microsoft Enterprise Agreement
D.00
Allow Multicurrency PO
EA
PO Date
PO Date
Current Order Quantity
0.00 0.00 0.00
PER AMENDMENT #1
Pricing for EA enrollments are based on a Cost plus markup percentage, which will be effective as of the Amendment
Effective Date of May 12, 2014. See attached amendment.
PRICING OPTION#1«(EXISTING ENROLLMENTS PRIOR TO MAY 12, 2014) -
County Entities, CCISDA/MISAC members, and other State agencies already enrolled in a Microsoft EA as of the Effective
Date of 11/08/2011.
Application: Added at Signing -1.5D%
Applications: True -Ups -0.50%
Systems: Added at Signing -1.501
Systems: True -Ups -0.50% -
Sewers: Added at Signing -1.50
Servers: True -Ups -0.50
New Additional Products (Non -Specific): Added at Signing -1.50:/
New Additional Products (Non -Specific): True -Ups -0.50%
PRICING OPTION#2 (NEW ENROLLMENTS AFTER MAY 12, 2014)
County Entities, CCISDA/MISAC members, and other State agencies that enroll in a Microsoft EA afterthe Amendment
Effective Date of May 12, 2014.
Applications: Added at Signing 2.00
Applications: True -Ups 2.00
Systems: Added at Signing 2.00% -
Systems: True -Ups 2.00
Servers: Added at Signing 2.00
Servers: True -Ups 2.00
New Additional Products (Non -Specific): Added at Signing 2.00
New Additional Products (Non -Specific): True -Ups 2.00%
All terms, conditions, and specification of RFQ#PUARC-1200 are hereby included with full force and like effect as if set
forth herein.
PAYMENTTERMS- For calculating due dates for payment terms, the County will use eitherthe date thatfhe invoice is
received by the County or the date the goods/services are received, which ever is later.
in the event of contradiction, between the County's and the Seller's conditions, the County's conditions shall prevail.
Hard = Apply adjustments regardless of other adjustments
Skip = Skip adjustments if any other adjustments have been applied
Kola t; MOM
County of Riverside
USA
VendorlD 0000000033
Compucom Systems Inc
7171 Forest Lane
Dallas TX 75230
USA
Tax Exempt? N Tax Exempt ID:
Dispatch via Print
Contract ID
------ ----
---
Page
RIVCO-20800-002-12/15
2 of 2
Contract Dates Currency
Rate Type
Rate Date
01/01/2015 to 12/31/2015 USD
CRRNT
PC Date
Description:
Contract Maximum
Microsoft Enterprise Agreement
0.00
Allow Multicurrency PO
The County reserves the right to cancel the unexpended balance of this order at any time.
License Period of Performance: From January 1, 2015 through December 31, 2015.
Year: 4 of 5, final year end date of December 31, 2016.
Board app oval date: November 8, 2011
Ines Mar I;' j'
Procurement Contract Specialist
County of Riverside- Purchasing and Fleet Services
Voice: (951) 955-4944
Fax (951) 955.4946
E-mail: imark@co.riverslde.ca.us
Hard = Apply adjustments regardless of other adjustments
Skip = Skip adjustments if any other adjustments have been applied
Enterprise Agreement State and Local
Not for Use with Microsoft Business Agreement or Microsoft Business and Services Agreement
Contents
1. Definitions......................................................................................................................................:....1
2. How the Enterprise and Enterprise Subscription program works ................................................. 3
3. Licenses for Products........................................................................................................................3
4. How to know what Product Use Rights apply.................................................................................. 4
5. Making copies of Products and re-imaging rights.......................................................................... 5
6. Transferring and reassigning Licenses........................................................................................... 5
7. Term and termination..... 6
B.
....................................................................................................................
Restrictions on use. .................. ........................ .... — ..... ................. ...........................
7
9.
Open Source Restrictions..................................................................................................................
7
10.
Confidentiality.....................................................................................................................................8
11.
Warranties...........................................................................................................................................8
12.
Defense of infringement and misappropriation claims...................................................................
9
13.
Limitation ofliability.........................................................................................................................
10
14.
Verifying compliance.......................................................................................................................
11
15.
Miscellaneous...................................................................................................................................11
This Microsoft Enterprise Agreement is entered into between the entitles identified on the program
signature form.
Effective date. The effective date of this agreement is the effective date of the first Enrollment or the
date Microsoft accepts this agreement, whichever is earlier. Any reference in this agreement or an
Enrollment to "day" will be a calendar day.
This agreement consists of (1) these agreement terms and conditions and the signature form and all
attachments identified therein, (2) the Product List, (3) the Product Use Rights applicable to Products
licensed under this agreement, (4) any Affiliate Enrollment entered into under this agreement,
Please note: Several documents referenced in this agreement but not attached to the signature form
may be found at: http://www.microsoft.com/licensing/contracts and are incorporated by reference,
including the Product List and Product Use Rights. These documents may contain additional terms and
conditions for, Products licensed under this agreement and may be changed from time to time. Customer
and/or its Affiliates should review such documents carefully, both at the time of signing and periodically, to
ensure a full understanding of all terms and conditions applicable to Products licensed.
Terms and Conditions
Definitions.
"Affiliate" means
a. with regard to Customer,
(i) any government agency, department, office, instrumentality, division, unit or other entity
of the state or local government that is supervised by or is part of Customer, or which
supervises Customer or of which Customer is a part, or which is under common
supervision with Customer,
(ii) any county, borough, commonwealth, city, municipality, town, township, special purpose
district, or other similar type of governmental instrumentality established by the laws of
EA2011 AgrGov((JS)SLG(ENG)(Ju12011) Page 1 of 13
Document X20-02032
Customer's state and located within Customer's state jurisdiction and geographic
boundaries; and
(iii) any other entity in Customer's state expressly authorized by the laws of Customer's state
to purchase under state contracts; provided that a state and its Affiliates shall not, for
purposes of this definition, be considered to be Affiliates of the federal government and
its Affiliates; and
b. with regard to Microsoft, any legal entity that Microsoft owns, that owns Microsoft, or that is
under common ownership with Microsoft;
"available" means Microsoft has made Licenses for that Product available on the Product List for ordering
under a particular licensing program;
"Customer" means the entity that has entered into this agreement and its Affiliates;
"Customer Data" means all data, including all text, sound, or image files that are provided to Microsoft by,
or on behalf of, Enrolled Affiliate through its use of the Online Services.
"Enrolled Affiliate" means an entity, either Customer or any one of Customer's Affiliates, that has entered
into an Enrollment under this agreement;
"Enrollment" means the document that an Enrolled Affiliate submits under this agreement to place its
initial order;
"Enterprise" means the Enrolled Affiliate and the Affiliates it chooses on its Enrollment to include in its
enterprise;
"Fixes" means Product fixes, modifications or enhancements, or their derivatives, that Microsoft either
releases generally (such as service; packs).
"License" means Enrolled Affiliate's right to use the quantity of a Product ordered. For certain Products, a
License may be available on asubscription` basis ("Subscription License"). Licenses for Online Services
will be considered Subscription Licenses under this agreement
"L&SA" means a License and Software Assurance for any Product ordered;
"Microsoft" means the Microsoft Affiliate that has entered into this agreement or an Enrollment and its
Affiliates, as appropriate;
"Online Service" means the Microsoft -hosted services identified in the Online Services section of the
Product List.
'Product" means all software, Online Services and other web -based services, including pre-release or
beta versions, identified on the Product List.
`Product Lis" means the statement published by Microsoft from time to time on the World Wide Web at
http//www.microsoft.com/licensing/contracts or at a successor site that Microsoft identifies, which
identifies the Products that are or may be made available under a program (which availability may vary by
region) and any Product -specific conditions or limitations on the acquisition of licenses for, or use of,
those Products.
"Product Use Rights" means, with respect to any licensing program, the use rights or terms of service for
each Product and version published for that licensing program at
http://www.microsoft.com/licensing/contracts or at a successor site.
"Reseller" means a large account Reseller authorized by Microsoft to resell Licenses under this program;
"Service Level Agreement"' means the document specifying the standards Microsoft agrees to adhere to
and by which it measures the level of service for an Online Service.
'Software Assurance' means an offering that provides new version rights and other benefits for Products
as further described in the Product List.
EA2011AgrGov(US)S1_G(ENG)(Ju12011) Page 2 of 13
Document X20-02032
"Trade Secret" means information that is not generally known or readily ascertainable to the public, has
economic value as a result, and has been subject to reasonable steps under the circumstances to
maintain its secrecy;
"use" or "run" means to copy, install, use, access, display, run or otherwise interact.
2. How the Enterprise and Enterprise Subscription program works.
The Enterprise and Enterprise Subscription Program. The Enterprise and Enterprise Subscription
programs establish a Customer's overall licensing framework and the applicable terms and conditions.
Under the Enterprise program, Customer may license Products by entering into Enrollments. The
Enterprise Subscription program offers Customer the same options as the Enterprise Program, but on a
subscription basis, with an optional buy-out to obtain perpetual Licenses.
a. Enrollments. The Enterprise program gives Customer and/or its Affiliates the ability to enter
into one or more Enrollments to order Products. Subscription Enrollments may be available
for some of these Enrollments.
b. Licenses. The types of Licenses available are L&SA, Licenses obtained under Software
Assurance and Subscription Licenses. These License types as well as addititional License
Types are defined in the Product List.
c. How Enrolled Affiliates acquire Licenses. An Enrolled Affiliate will acquire its Licenses
through its chosen Reseller. Orders will be made out to and submitted to the Enrolled
Affiliate's Reseller. Microsoft will invoice that Reseller according to the terms in the applicable
Enrollment.
d. Choosing and maintaining a Reseller. Each Enrolled Affiliate must choose and maintain a
Reseller authorized in the Enrolled Affiliate's location,
e. Pricing.
(i) Establishing Price Levels. Each Product generally is assigned to a Product pool (e.g.,
applications, systems, or servers). Each Product pool will be assigned one of four price
levels (A, B, C, and D). Enrolled Affiliate's Price Level will be Level D for all Enterprise
Products, Enterprise Online Services, Online Services and Additional Products ordered
under any Enrollment.
(ii) Placing Orders through Reseller. Orders under an Enrollment will be made to the
Reseller. Microsoft will invoice the Reseller according to the terms in the applicable
Enrollment. Throughout this agreement the term "price" refers to reference price. The
Reseller and the Enrolled Affiliate will determine the Enrolled Affiliate's actual price and
payment terms.
f. Order Requirments. Order Requirments are outlined in each Enrollment.
g. Management and Reporting. Customer and/or Enrolled Affiliate may manage account
details (e.g., contacts, orders, Licenses, software downloads) on Microsoft's Volume
Licensing Service Center ("VLSC") web site (or successor site) at:
https://www.microsoft.com/licensing/servicecenter. Upon the effective date of this agreement
and any Enrollments, the contact(s) identified for this purpose will be provided access to this
site and may authorize additional users and contacts.
3. Licenses for Products.
a. General. Enrolled Affiliate will have the number of Licenses ordered for the latest version of
a Product, and may use prior versions as permitted in the Product Use Rights, so long
Microsoft receives timely orders from Reseller for all required Licenses for such Products and
complies with applicable license terms. The Licenses obtained under an Enrollment are not
EA2011AgrGov(US)SLG(ENG)(Ju12011) Page 3 of 13
Document X20-02032
related to any order or fulfillment of software media. The ability to use a Product ordered may
be affected by minimum hardware or software requirements.
b. Use by Affiliates. The Enrolled Affiliate may sublicense the right to use the Products to any
Affiliates covered under its Enrollment, but Affiliate recipient of these Licenses may not
sublicense these rights and their use must be consistent with the License terms contained in
this agreement.
c. When Licenses become perpetual. The right to run any Product licensed under an
Enrollment is temporary unless and until it becomes perpetual as follows:
(1) A License is temporary until Enrolled Affiliate's Reseller has paid for a License in full and
the applicable initial Enrollment or renewal term during which the License was ordered
must have expired or been terminated as permitted in this agreement.
(i i) Subscription Licenses are never perpetual. If a buy-out option is available, Enrolled
Affiliate may obtain a perpetual License by exercising the buy-out option and paying for
the License in full.
(iii) Enrolled Affiliate will have perpetual Licenses to use the Products ordered in the latest
version available (or any prior version) as of the date of expiration, termination, or
renewal.
(iv) All perpetual Licenses acquired under this agreement remain subject to the terms of this
agreement and such terms survive expiration or termination of this agreement or an
Enrollment.
d. Perpetual Licenses through Software Assurance. Perpetual Licenses received through
Software Assurance supersede and replace the underlying perpetual Licenses for which
Software Assurancecoverage was ordered. In the case of Early' Termination, the terms in
Section 7 titled "Term and Termination will apply."
e. License confirmation. This agreement, the applicable Enrollment, the Enrolled Affiliate's
order confirmation, and any documentation evidencing transfers of Licenses, together with
proof of payment, will be the Enrolled Affiliate's evidence of all Licenses obtained under its
Enrollment.
f. Reorganizations, Consolidations, and Privatizations. If the number of Qualified Devices
or Qualified Users covered by an Enrollment changes by more than ten percent as a result of
a reorganization, consolidation, or privatization of an Enrolled Affiliate, Microsoft will work with
the Enrolled Affiliate in good faith to determine how to accommodate its changed
circumstances in the context of this agreement. If an Enrolled Affiliate consolidates with a
third party with an existing agreement or enrollment, Microsoft will work with the Enrolled
Affiliate in good faith to accommodate its changed circumstances in the context of this
agreement.
4. How to know what Product Use Rights apply.
a. Product Use Rights. The Product Use Rights in effect on the effective date of an Enrollment
will apply to Enrolled Affiliate's use of then -current versions of each Product (excluding Online
Services). For future versions, the Product Use Rights in effect when those future versions
are first released will apply. In both cases, subsequent changes made by Microsoft to the
Product Use Rights for a particular version will not apply to Enrolled Affiliate's use of that
version, unless Enrolled Affiliate chooses to have such changes apply. The use rights for
Online Services and the process for updating them as the Online Services evolve are
detailed in the Product Use Rights.
b. Product Use Rights for earlier versions (downgrade). If Enrolled Affiliate runs an earlier
version of a Product than the version that was current on the Enrollment effective date, the
Product Use Rights for the version licensed, not the version being run, will apply. However, if
EA201 1AgrGov(US)SLG(ENG)(Ju1201 1) Page 4 of 13
Document X20-02032
the earlier version includes components that are not part of the licensed version, any Product
Use Rights specific to those components will apply to Enrolled Affiliate's use of those
components.
c. Reservation of rights. All rights not expressly granted are reserved.
5. Making copies of Products and re-imaging rights.
a. General. Enrolled Affiliate may make as many copies of Products, if applicable, as it needs
to distribute them within its organization. Copies must be true and complete (including
copyright and trademark notices) from master copies obtained from a Microsoft approved
fulfillment source. Enrolled Affiliate may use a third party to make these copies, but Enrolled
Affiliate agrees it will be responsible for any third party's actions. Enrolled Affiliate agrees to
use reasonable efforts to notify its employees, agents, and any other individuals who use the
Products that the Products are licensed from Microsoft and subject to the terms of this
agreement.
b. Copies for training/evaluation and back-up. For all Products other than Online Services,
Enrolled Affiliate may: (1) use up to 20 complimentary copies of any licensed Products in a
dedicated training facility on its premises for purposes of training on that particular Product,
(2) use up to 10 complimentary copies of any Products for a 60 day evaluation period, and (3)
use one complimentary copy of any licensed Product for back-up or archival purposes for
each of its distinct geographic locations. Trials for Online Servicesmaybe available if
specified in the Product Use Rights.
c. Right to re-image. In certain cases, re -Imaging is permitted using the Product media. If the
Microsoft Product Is licensed (1) from an original equipment manufacturer (OEM), (2) as a full
packaged Product through a retail source, or (3) under another Microsoft' program; then
media provided under this agreement may generally, be used to create images for use in
place of copies provided through that separate source. This right Is conditional upon the
following:
(i) Separate Licenses must be owned from the source for each Product that is re-imaged.
(i i) The Product, language, version, and components of the copies made must be identical to
the Product, language, version, and all components of the copies they replace and the
number of copies or instances of the re-imaged Product permitted remains the same.
(iii) Except for copies of an operating system and copies of Products licensed under another
Microsoft program, the Product type (e.g., upgrade or full License) must be identical to
the Product type from the separate source.
- (iv) Enrolled Affiliate must adhere to any Product -specific processes or requirements for re-
imaging identified in the Product List.
(v) Re -images made under this subsection remain subject to the terms and use rights
provided with the License from the separate source.
(vi) This subsection does not create or extend any warranty or support obligation.
6. Transferring and reassigning Licenses.
a. License Transfers. License transfers are not permitted, except as explicitly set forth in the
Perpetual License Transfer Form. The resale of Licenses is prohibited, including any transfer
by a Customer or its Affiliate(s) for the purpose of transferring those Licenses to an
unaffiliated third party.
b. Internal Assignment of Licenses and Software Assurance. Licenses and Software
Assurance must be assigned to a single user or device within the Enterprise. Licenses may
be reassigned within the Enterprise as described in the Product Use Rights.
EA201 1AgrGov(US)SLG(ENG)(Ju1201 1) Page 5 of 13
Document X20-02032
7. Term and termination.
a. Term. The term of this agreement will be 36 months from the Effective date unless
terminated by either party as described below. Each Enrollment will have the term provided in
that Enrollment.
b. Termination without cause. Either party may terminate this agreement, without cause,
upon 60 days written notice. Such termination will merely terminate either party's and its
Affiliates' ability to enter into new Enrollments under this agreement. Such termination will
not affect any Enrollment or order not otherwise terminated, and any terms of this agreement
applicable to any Enrollment or order not otherwise terminated will continue in effect with
respect to that Enrollment or order. An Enrolled Affiliate may terminate an Enrollment without
liability, penalty or further obligation to make payments if funds to make payments under the
Enrollment are not appropriated or allocated for such purpose.
c. Termination for cause. Either party to an Enrollment may terminate it if the other party
materially breaches its obligations under this agreement, including any obligation to submit
orders or pay invoices (even if such non-payment is caused by non -appropriation of funds).
Except where the breach is by its nature not curable within 30 days, the terminating party
must give the other party 30 days notice and opportunity to cure.
If Microsoft gives such notice to an Enrolled Affiliate, Micr
that notice as well and Customer agrees to assist in attem
breach also affects other Enrollments and cannot be
Customer within a reasonable period of time, Microsoft n
and all other Enrollments under it, unless the basis for ter
appropriation of funds to the Enrolled Affiliate, in which e
the affected Enrollment(s). If an Enrolled Affiliate ce
Customer must promptly notify Microsoft, and Microsoft me
d. Early termination. If (1) an Enrolled Affiliate terminate
breach by Microsoft, or (2)` if Microsoft terminates an
Affiliate has ceased to be an Affiliate of Customer, or (;
Enrollment for non -appropriation of funds, or (4) Microsoft
payment due to non -appropriation of funds then the Enro
options:
will give Customer a copy of
to resolve the breach. If the
ved between Microsoft and
so terminate this agreement
ion of the Enrollment is non -
s Enrollment as a result of a
ollment because the Enrolled
inroiled Affiliate terminates an
minate an Enrollment for non -
Affiliate will have the following
(i) It may immediately pay the total remaining amount due, including all installments, in
which case, the Enrolled Affiliate will have perpetual rights for all Licenses it has ordered;
or
(ii) It may pay only amounts due as of the termination date, in which case the Enrolled
Affiliate will have perpetual Licenses for:
1) all copies of Products (including the latest version of Products ordered under SA
coverage in the current term) for which payment has been made in full, and
2) the number of copies of Products it has ordered (including the latest version of
Products ordered under Software Assurance coverage in current term) that is
proportional to the total of installment payments paid versus total amounts due (paid
and payable) if the early termination had not occurred.
(iii) In the case of Early Termination under Subscription Enrollments, Enrolled Affiliate will
have the following options:
1) For eligible products Enrolled Affiliate may obtain perpetual Licenses as described in
the section titled "Buy-out option," provided that Microsoft receives the buy-out order
for those Licenses within 60 days after Enrolled Affiliate provides notice of
termination.
EA201 1AgrGov(US)SLG(ENG)(Ju1201 1) Page 6 of 13
Document X20-02032
2) Where not exercising buy-out option, in the event of breach by Microsoft, Microsoft
will issue Reseller a credit for any amount paid in advance that would apply after the
date of termination.
Nothing in this section shall affect perpetual License rights acquired either in a separate
agreement or in a prior term of the terminated Enrollment.
e. Effect of termination or expiration. When an Enrollment expires or is terminated,
(i) Enrolled Affiliate must order Licenses for all copies of Products it has run for which it has
not previously submitted an order. Any and all unpaid payments or any order of any kind,
including subscription services, remain due and payable. Except as provided in the
subsection titled "Early termination," all unpaid payments for Licenses immediately
become due and payable.
(ii) Enrolled Affiliate's right to Software Assurance benefits under this agreement ends if it
does not renew Software Assurance.
f. Modification or termination of an Online Service for regulatory reasons. Microsoft may
modify or terminate an Online Service where there is any current or future government
requirement or obligation that: (1) subjects Microsoft to any regulation or requirement not
generally applicable to businesses operating there; (2) presents a hardship for Microsoft to
continue operating the Online Service without modification; and/or (3) causes Microsoft to
believe these terms or the Online Service may be in conflict with any such requirement or
obligation. For example, Microsoft may modify or terminate an Online Service in connection
with a government requirement that would cause Microsoft to be. regulated as a
telecommunications provider.
g. Program updates. Microsoft may make a change to this program that will make it necessary
for Customer and its Enrolled Affiliates to enter into new agreements and Enrollments. _
8. Restrictions on use.
Restrictions on use. Enrolled Affiliate must not
a. separate and use the components of a Product on two or more computers, upgrade or
downgrade components at different times, or transfer components separately, except as
provided in the Product Use Rights;
b. =reverse engineer, decompile or disassemble any Product or Fix, except where applicable law
permits it despite this limitation; or
c. distribute, sublicense, rent, lease, lend, or host any Product or Fix except as permitted in the
Product Use Rights or in a separate written agreement.
9. Open Source Restrictions.
Certain third party license terms require that computer code be generally (1) disclosed in source code
form to third parties; (2) licensed to third parties for the purpose of making derivative works; or (3)
redistributable to third parties at no charge (collectively, "Open Source License Terms'). Neither party
may use, incorporate, modify, distribute, provide access to, or combine the computer code of the other
with any other computer code or intellectual property (collectively, "Provide") in a manner that would
subject the other's computer code to Open Source License Terms. Microsoft is not responsible for
Customer's upload, use or distribution of Customer's code from the Online Services. Customer may
upload code to an Online Service and allow third parties access to use or download Customer's code on
the Online Service, provided that (1) such use is not restricted by a Supplemental Agreement or the
Product Use Rights and (2) any Open Source License Terms apply solely to Customer and their uploaded
code, and not to any code or Products provided by Microsoft. Each party warrants that it will not provide
EA2011 AgrGov(US)SLG(ENG)(Ju12011) Page 7 of 13
Document X20-02032
the other party with, or give third parties access through the Online Services to, computer code that is
governed by Open Source License Terms, except as described above.
10. Confidentiality.
To the extent permitted by applicable law, the terms and conditions of this agreement are confidential.
Neither party will disclose such terms and conditions, or the substance of any discussions that led to
them, to any third party other than Affiliates or agents, or to designated or prospective resellers who: (1)
have a need to know such information in order to assist in carrying out this agreement; and (2) have been
instructed that all such information is to be handled in strict confidence.
11. Warranties.
a. Limited warranty. Microsoft warrants that:
(i) Online Services will perform in accordance with the applicable Service Level Agreement;
(it) Products other than Online Services will perform substantially as described in the
applicable Microsoft user documentation; and
b. Limited warranty term. The limited warranty for:
(i) Online Services is for the duration of Enrolled Affiliate's w
to the notice requirements in the applicable Service Levell
(it) Products other than Online Services is one year from the
the Product; and
c. Limited warranty exclusions. This limited warranty is subjei
(i) any implied warranties, guarantees or conditions not able
law last for one year from the start of the limited warranty;'
(ii) the limited warranty does not cover problems caused t
manner inconsistent with this agreement or the Produc
events beyond Microsoft's reasonable control;
e Online Service, subject
nent;
nrolled Affiliate first uses
disclaimed as a matter of
dent, abuse or use in a
Rights, or resulting from
(iii) the limited warranty does not apply to components of Products that Enrolled Affiliate is
permitted to redistribute;
(iv) the limited warranty does not apply to free, trial, pre-release, or beta products; and
(v) the limited warranty does not apply to problems caused by the failure to meet minimum
system requirements.
d. Remedies for breach of limited warranty. If Microsoft fails to meet any of the above limited
warranties and Enrolled Affiliate notifies Microsoft within the warranty period, then Microsoft
will:
(i) for Online Services, provide the remedies identified in the Service Level Agreement for
the affected Online Service;
(ii) for Products other than Online Services, at its option either (1) return the price paid or (2)
repair or replace the Product; and
These are Enrolled Affiliate's only remedies for breach of the limited warranty, unless other
remedies are required to be provided under applicable law.
e. DISCLAIMER OF OTHER WARRANTIES. OTHER THAN THIS LIMITED WARRANTY,
MICROSOFT PROVIDES NO OTHER EXPRESS OR IMPLIED WARRANTIES OR
CONDITIONS. MICROSOFT DISCLAIMS ANY IMPLIED REPRESENTATIONS,
WARRANTIES OR CONDITIONS, INCLUDING WARRANTIES OF MERCHANTABILITY,
FITNESS FOR A PARTICULAR PURPOSE, SATISFACTORY QUALITY, TITLE OR NON-
EA201 1AgrGov(US)SLG(ENG)(Ju1201 1) Page 8 of 13
Document X20-02032
12.
INFRINGEMENT. THESE DISCLAIMERS WILL APPLY UNLESS APPLICABLE LAW
DOES NOT PERMIT THEM.
Defense of infringement and misappropriation claims.
a. Microsoft's agreement to protect. Microsoft will defend Enrolled Affiliate against any
claims made by an unaffiliated third party that any Product or Fix that is made available by
Microsoft for a fee infringes that party's patent, copyright, or trademark or makes intentional
unlawful use of its Trade Secret. Microsoft will also pay the amount of any resulting adverse
final judgment (or settlement to which Microsoft consents). This section provides Enrolled
Affiliate's exclusive remedy for these claims.
b. Limitations on defense obligation. Microsoft's obligations will not apply to the extent that
the claim or award is based on:
(i) Customer Data, code, or materials provided by Enrolled Affiliate as part of an Online
Service;
(ii) Enrolled Affiliate's use of the Product or Fix after Microsoft notifies it to discontinue that
use due to a third party claim;
(iii) Enrolled Affiliate's combination of the Product or Fix with a non -Microsoft product, data or
business process;
(iv) damages attributable to the value of the use of anon -Microsoft product, data or business
process;
(v) modifications that Enrolled Affiliate makes to the Product or Fix;
(vi) Enrolled Affiliate's redistribution of the Product or Fix to, or Its; use for the benefit of, any
unaffiliated third party, except as expressly permitted by the Product Use Rights;
(vii)Enrolled Affiliate's use of Microsoft's trademark(s) (without express written consent to do
so; or
(viii) any Trade Secret claim, where Enrolled Affiliate acquires the Trade Secret (1) through
improper means; (2) under circumstances giving rise to a duty to maintain its secrecy or
limit its use; or (3) from a person (other than Microsoft or its Affiliates) who owed to the
party asserting the claim a duty to maintain the secrecy or limit the use of the Trade
Secret.
Enrolled Affiliate will be responsible for any costs or damages that result from any of these
actions.
c. Specific rights and remedies in case of infringement.
(i) Microsoft's rights in addressing possible infringement. If Microsoft receives
information concerning an infringement claim related to a Product or Fix, Microsoft may,
at its expense and without obligation to do so, either:
1) procure for Enrolled Affiliate the right to continue to use the allegedly infringing
Product or Fix; or
2) modify the Product or Fix, or replace it with a functional equivalent, to make it non -
infringing, in which case Enrolled Affiliate will immediately cease use of the allegedly
infringing Product or Fix after receiving notice from Microsoft.
(ii) Enrolled Affiliate's specific remedy in case of injunction. If, as a result of an
infringement claim, Enrolled Affiliate's use of a Product or Fix that is made available by
Microsoft for a fee is enjoined by a court of competent jurisdiction, Microsoft will, at its
option:
1) procure the right to continue its use;
EA2011 AgrGov(US)SLG(ENG)(Ju12011) Page 9 of 13
Document X20-02032
2) replace it with a functional equivalent;
3) modify it to make it non -infringing; or
4) refund the amount paid (or, for Online Services, refund any amounts paid in advance
for unused Online Services) and terminate the license or right to access the infringing
Product or Fix.
d. Enrolled Affiliate's Responsibility. Enrolled Affiliate will be responsible for any costs or
damages arising from any claims made by an unaffiliated third party that:
(i) any Customer Data or non -Microsoft software Microsoft hosts on Enrolled Affiliate's
behalf infringes the third party's patent, copyright, or trademark or makes intentional
unlawful use of its Trade Secret; or
(ii) arise from Enrolled Affiliate's or its end user's violation of the Product Use Rights or these
Additional Use Right and Restrictions.
Enrolled Affiliate must pay the amount of any resulting adverse final judgment (or settlement
to which Enrolled Affiliate consents).
e. Obligations of protected party. Enrolled Affiliate must notify Microsoft promptly in writing of
a claim subject to the subsection titled "Microsoft's agreement to protect" and Microsoft must
notify Enrolled Affiliate promptly in writing of a claim subjecttothe subsection titled "Enrolled
Affiliate's Responsibility." To the extent permitted by applicable law, where Enrolled Affiliate y
invokes its right to protection it must (1) give Microsoft sole control over the defense or
settlement; and (2) provide reasonable assistance in defending the claim, Microsoft will
reimburse Enrolled Affiliate for reasonable out of pocket expenses that it incurs in providing
assistance.
13. Limitation of liability.
a. Limitation on liability. To the extent permitted by applicable law, the liability of Microsoft
and Enrolled Affiliate, their respective Affiliates and contractors arising under this agreement
is limited to direct damages up to (1) for Products other than Online Services, the amount
Enrolled Affiliate was required to pay for the Product giving rise to that liability and (2) for
Online Services, the amount Enrolled Affiliate was required to pay for the Online Service
giving rise to that liability during the prior 12 months. In the case of Products provided free of
charge, or code that Enrolled Affiliate is authorized to redistribute to third parties without
separate payment to Microsoft, Microsoft's liability is limited to U.S. $5,000. These limitations
apply regardless of whether the liability is based on breach of contract, tort (including
negligence), strict liability, breach of warranties, or any other legal theory. However, these
monetary limitations will not apply to:
(i) Microsoft's and Enrolled Affiliate's obligations under the section titled "Defense of
infringement, misappropriation, and third party claims";
(i i) liability for damages caused by either party's gross negligence or willful misconduct, or
that of its employees or its agents, and awarded by a court of final adjudication (provided
that, in jurisdictions that do not recognize a legal distinction between "gross negligence'
and "negligence," "gross negligence" as used in this subsection shall mean
"recklessness');
(iii) liabilities arising out of any breach by either party of its obligations under the section
entitled "Confidentiality", except that Microsoft's liability arising out of or in relation to
Customer Data shall in all cases be limited to the amount Enrolled Affiliate paid for the
Online Service giving rise to that liability during the prior 12 months;
(iv) liability for personal injury or death caused by either party's negligence, or that of its
employees or agents, or for fraudulent misrepresentation; and
EA201 1AgrGov(US)SLG(ENG)(Ju1201 1) Page 10 of 13
Document X20-02032
(v) violation by either party of the other party's intellectual property rights
b. EXCLUSION OF CERTAIN DAMAGES. TO THE EXTENT PERMITTED BY APPLICABLE
LAW, WHATEVER THE LEGAL BASIS FOR THE CLAIM, NEITHER PARTY, NOR ANY OF
ITS AFFILIATES, OR CONTRACTORS, WILL BE LIABLE FOR ANY INDIRECT,
CONSEQUENTIAL, SPECIAL, OR INCIDENTAL DAMAGES, OR DAMAGES FOR LOST
PROFITS, REVENUES, BUSINESS INTERRUPTION, OR LOSS OF BUSINESS
INFORMATION ARISING IN CONNECTION WITH THIS AGREEMENT, EVEN IF ADVISED
OF THE POSSIBILITY OF SUCH DAMAGES OR IF SUCH POSSIBILITY WAS
REASONABLY FORESEEABLE. HOWEVER, THIS EXCLUSION DOES NOT APPLY TO
EITHER PARTY'S LIABILITY TO THE OTHER FOR VIOLATION OF ITS
CONFIDENTIALITY OBLIGATIONS (EXCEPT TO THE EXTENT THAT SUCH VIOLATION
RELATES TO CUSTOMER DATA), THE OTHER PARTY'S INTELLECTUAL PROPERTY
RIGHTS, OR THE PARTIES' RESPECTIVE OBLIGATIONS IN THE SECTION TITLED
"DEFENSE OF INFRINGEMENT, MISAPPROPRIATION, AND THIRD PARTY CLAIMS."
c. Affiliates and Contractors. Neither Microsoft nor Enrolled Affiliate shall bring any action
against the other's Affiliates or contractors in respect of any matter disclaimed on their behalf
in this agreement.
14. Verifying compliance.
a. Right to verify compliance. Enrolled Affiliate must keep records relating to the Products it
and its Affiliates use or distribute. Microsoft has the right, to the extent permitted by
applicable law, to verify compliance with the license terms for Products, at Microsoft's
expense.
b. Verification; process and limitations. To verify compliance, Microsoft will engage an
independent auditor, which will be subject to a confidentiality obligation. Verification will take
place upon not fewer than 30 days notice, during normal business hours and in a manner that
does not interfere unreasonably. with Enrolled Affiliate's operations. Enrolled Affiliate must
promptly provide the independent auditor with any information it reasonably requests in
furtherance of the verification, including access to systems running the Products and
evidence of Licenses for Products Enrolled Affiliate hosts, sublicenses, or distributes to third
parties. As an alternative, Microsoft can require Enrolled Affiliate to complete Microsoft's self -
audit questionnaire relating to the Products Enrolled Affiliate and any of Affiliates use or
distribute, but reserve the right to use a verification process asset out above.
If Microsoft undertakes verification and does not find material unlicensed use (License
shortage of 5% or more per Product), Microsoft will not undertake another verification of the
same entity for at least one year. Microsoft and the independent auditors will use the
information obtained in compliance verification only to enforce Microsoft's rights and to
determine whether Enrolled Affiliate are in compliance with the license terms for the
Products. By invoking the rights and procedures described above, Microsoft does not waive
its rights to enforce the agreement or to protect Microsoft's intellectual property by any other
means permitted by law.
c. Remedies for non-compliance. If verification or self -audit reveals any unlicensed use,
Enrolled Affiliate must promptly direct its Reseller to order sufficient Licenses to cover such
use. If material unlicensed use is found, Enrolled Affiliate must reimburse Microsoft for the
costs Microsoft has incurred in verification and acquire the necessary additional Licenses at
single retail license cost within 30 days.
15. Miscellaneous.
a. Notices to Microsoft. Notices, authorizations, and requests in connection with this
agreement must be sent by regular or overnight mail, express courier, or fax to the addresses
EA2011AgrGov(US)S1_G(ENG)(Ju12011) Page 11 of 13
Document X20-02032
and numbers listed on the signature form and in this agreement. Notices will be treated as
delivered on the date shown on the return receipt or on the courier or fax confirmation of
delivery.
Microsoft Corporation
Legal and Corporate Affairs
Volume Licensing Group
One Microsoft Way
Redmond, WA 98052
USA
Via Facsimile: (425) 936-7329
Microsoft may provide information about upcoming Enrollment deadlines and Online Services
in electronic form. Such information may be provided by email to contacts provided by
Enrolled Affiliate under an Enrollment, or through a web site Microsoft identifies. Notice by
email is given as of the transmission date.
b. Assignment. Either party may assign this agreement to an Affiliate only. Assignment will
not relieve the assigning party of its obligations under the assigned agreement. If either party
assigns this agreement, it must notify the other party of the assignment in writing.
c. Severability. If a court holds any provision of this agreement to be Illegal, invalid or
unenforceable the rest of the document will remain In effect and this agreement will be
amended to give effect to the eliminated provision to the maximumtextent possible.
d. Waiver. A waiver of any breach of this agreement isnot a waiver of any other breach. Any
waiver must be in writing and sighed by an authorized representative of the waiving party.
e. Applicable law; Dispute resolution. The terms of this agreement will be governed by the
laws of Enrolled Affiliate's state, without giving effect to its conflict of laws.Disputes relating
to this agreement will be subject to applicable dispute resolution laws of Enrolled Affiliate's
state.
f. This agreement is not exclusive. Customer is free to enter into agreements to license, use
or promote non -Microsoft software.
g. Entire agreement. This agreement, the Product List, all Enrollments under this agreement,
and the Product Use Rights constitute the entire agreement concerning the subject matter
and supersede any prior or contemporaneous communications. In the case of a conflict
between any documents referenced in this agreement that is not expressly resolved in the
documents, their terms will control in the following order: (1) these terms and conditions and
the accompanying signature form; (2) an Enrollment; (3) the Product List; (4) the Product Use
Rights; (5) any other documents; and (6) all orders submitted under this agreement.
Survival. Provisions regarding ownership and license rights, fees, Product Use Rights,
restrictions on use, evidence of perpetual licenses, transfer of licenses, warranties, defense
of infringement and misappropriation claims, Microsoft's and Customer's obligations to
protect each other, limitations of liability, confidentiality, compliance verification, obligations
on termination or expiration and the other provisions in this section entitled "Miscellaneous'
will survive termination or expiration of this agreement and of any agreement in which they
are incorporated.
No transfer of ownership. Microsoft does not transfer any ownership rights in any licensed
Product.
Free Products. It is Microsoft's intent that the terms of this agreement and the Product Use
Rights be in compliance with all applicable federal law and regulations. Any free Product
EA2011AgrGov(1_S)SLG(ENG)(Ju12011) Page 12 of 13
Document X20-02032
provided to Enrolled Affiliate is for the sole use and benefit of the Enrolled Affiliate, and is not
provided for use by or personal benefit of any specific government employee.
k. Amending the agreement. This agreement (except the Product List and the Product Use
Rights) can be changed only by an amendment signed by both parties.
I. Resellers and other third parties cannot bind Microsoft. Resellers and other third parties
do not have authority to bind or impose any obligation or liability on Microsoft.
m. Privacy. Microsoft and Customer will comply with all applicable privacy and data protection
laws and regulations. Customer may choose to provide personal information to Microsoft on
behalf of third parties (including, Customer's contacts, resellers, distributors, and
administrators) as part of this agreement. Customer represents and warrants that it has and
will comply with any applicable laws to provide notices to or obtain permissions from any
such individuals to allow sharing of their personal information with Microsoft for the purpose
of allowing Microsoft or its agents to facilitate Customer's agreements and related services.
Customer consents to Microsoft's use of the contact information provided by Customer for
purposes of administering its agreements, the business relationship and related services and
with Microsoft's sharing of Customer's information with Customer's designated
representatives, resellers, distributors, and administrators for such purposes, including
allowing such individuals to update Customer's contact information on Customer's behalf.
The personal information Customer provides in connection with this agreement will be used
and protected according to the privacy, statement available at
https://www.microsoft.com/licensing/servicecenter to the maximum extent permitted by
applicable law. Product -specific privacy commitments are described in the Product Use
Rights.
n. Natural disaster. In the event of a "natural disaster," Microsoft may provide additional
assistance or rights by posting them on http://www.microsoft.com at such time
o. Copyright violation.- Except as set forth in the section above entitled "Transferring and
reassigning Licenses", the Enrolled Affiliate agrees to pay for, and comply with the terms of
this agreement and the Product Use Rights, for the Products it uses. Except to the extent
Enrolled Affiliate is licensed under this agreement, it will be responsible for its breach of this
contract and violation of Microsoft's copyright in the Products, including payment of License
fees specified in this agreement for unlicensed use.
p. U.S. export jurisdiction. Products and Fixes are subject to U.S. export jurisdiction.
Customer will comply with all U.S. Export Administration Regulations and International Traffic
in Arms Regulation requirements as well as all end-user, end-use, and destination restrictions
issued by the U.S. and other governments applicable to this agreement. For additional
information, see http://www.microsoft.com/exporting
EA201 1AgrGov(US)SLG(ENG)(Ju1201 1) Page 13 of 13
Document X20-02032
.P;rQgram,. Signature or ,
1�P�68'Sfi-1161Nb�•�' 4-, a j� yIyp� Ye��
'A9E88fiBt�i TIYfl111C"f �. [(� � � - y
7tiissrg€� faun and
��c;us#Etniarar:�'�e #aT�rxb:
:�sigriit�9z�;.cj'Flqg-eYfecGvegat�:id�r6'tifiet€-tie[gw, - - -
Contract €�acusnen`':
E�urrti�er
ar.e".aue
e rt _ • .rr
�d -h kl� �it IrlitiSs�W�y
{.,�§
.+ ISO. f {� �{' L" S
4 E1• a 9fE•••1 ii6L`P e�a�+.�C
i�d�.tl:�r3Y�l�
'i'.ii
Ls
���e �
-.. Lw�E.-�ir
-
b• "=po_r''o
PCTP-99-
sa s- « mi9
s.• - -
Pe«
pawatedName--rou5 MAfir-
Printed TifleFWWOU WWW
signature Date' (i/2tbi w
71f151iPS' O�`'i
1B.ieitilS Ot�
Rioted Nade 6-""' . '
D.,....nMa (3er; CQty{�jlIaZ1C&
3�m9�'amSl�nFattnihd$8i9R}lNAiiF-�'�)iL1cfi201�} :ko 4:ar2
.1`.a]i�?�: �6�1'�gCi�'ib ,:trn'xi:?adHrerenCUienbTu�dirss�u�l.Siies�ale7 • ` f^"
andic'3teS;tegLiretlfie7d � . — " �� �
'f'ia3� ?9nFaim�TvS 9 nNW(H ?EQd2�xW" ftikoR
UkMsoh
t, ( V®iume Licensing
Enterprise Agreement
Amendment
Agreement number 01 E73134 Amendment DCTX- CA-Fsilver-CORIVA2
Microsoft to complete
ID Number
Microsoft to camplete
This amendment is entered into between the Customer and Microsoft Affiliate signing, as of the effective
date identified below. All terms used but not defined will have the same meanings as in the Microsoft
Enterprise Agreement identified above ('the Agreement"), The following terms and conditions amend the
terms and conditions of the Agreement identified above with respect to the Customer identified below and
its Enrolled Affiliates.
1. Section 2. e. of the Enterprise agreement is hereby amended and replaced in its entirety as follows:
e. Establishing price levels. Each product is assigned to one of the following pools:
applications, systems or servers. An enrolled affiliate's prices are based on the "price level" for
which it qualifies in each individual product pool. Price levels are established for enterprise
products at Level D-7.5% and additional products at level D-7.5% for all enrollments unless
otherwise specified in an amendment to a specific enrollment. Premier Service, MCS and Azure
products are priced at Level D for the period of the Agreement.
Product pools from which an enterprise product has been ordered,
Generally, for each product pool from which an enrolled affiliate orders an enterprise product, the
price level throughout the initial term of the enrollment for any enterprise products shall be D-
7.5% and additional products ordered from that pool will be priced at level D-7_5% for the period
of the Enrollment. True -up pricing shall be D-75016 for enterprise and additional products ordered
during the enrollment. Service products do not fall within these pools and are priced at level D for
the period of the Agreement.
When the user CALs are ordered, the price level for any enterprise products or additional
products ordered from the server pool is established as follows:
• If the user CALs are ordered as part of the Platform, then that price level is set as
provided in the general rule.
• If the user CALs are ordered in any other way, then that price level will be set based on
the enrolled affiliate's initial number of qualified users.
Product pools from which no enterprise product has been ordered. For any product pool
from which the enrolled affiliate does not order an enterprise product, the price level for additional
products within that pool will be price level "D" throughout the term of the enrollment (including
any renewals).
Renewal price levels. Generally, price levels for pools from which an enterprise product has
been ordered will be level D-7.5% for Enterprise products and level D-7.5% for additional
products at the initial order at the time of enrollment. True -up pricing shall be D-7.5% for
enterprise and additional products ordered for the period of the enrollment.
When renewing with the user CALs, the price level for any enterprise products or additional
products ordered from the server pool is established as follows:
EAAgr(Standalone)(NA)(ENG)(Oct2008) county of Riverside Pricing Revision BD
Page 1 of 2
• If the user CALs are renewed as part of the platform, then that price level is reset as
provided in the general rule.
• If the user CALs are renewed in any other way, then that price level will be the price level
which the enrolled affiliate qualifies based on the enrolled affiliate's total number of
qualified users as of the date of the renewal order.
Except for changes made by this amendment, all terms of this agreeme remai anged. By signing
below, the parties agree to be bound by the terms of this amendment.
Customer
Contracting ffficrosoft
Affiliate
Name of Entity
Micros Li
GP
County of Riverside
Sig ture *
Signature
%,
Printed Name*
Prinff
ted Name
Ines M. Mark
�e112k6
mewe
Printed Title `
Printed Title P'maram hyanagol,
Procurement Contract Specialist
Signature Date *
Signature Date
04/04/2012
(date Microsoftaffiliate countersigns)
APR
Effective Date
* indicates required field
(may be different than our signature date)
�^
IA 1151! 012—
Please sign this amendment and send to Customer's Reseller or Software Advisor, Customer's Reseller
or Software Advisor must submit to the following address. When the amendment is fully signed, Customer
will receive a confirming copy.
Microsoft Licensing, GP
Dept. 551, Volume Licensing
6100 Neil Road, Suite 210
Reno, Nevada USA 89511-1137
Prepared By: Forrest Silverman
BAAgr(Standalone)(NA)(ENG)(Oct2008) County of Riverside Pricing Revision BD
Page 2 of 2
CompuCom - software quote
Quoted by Jason Carmer, CompuCom 7171 Forest Lane, Dallas TX 75230
Phone 480-272-6717'ason.carmer com ucom.com
Please fax your POs to Client Assistance Center at 800-366-9994. You may
call 800-400-9852, option 2, to check status on orders.
Quoted to: City of Diamond Bar
Ken DesFor es
ken. desfor es ci.diamond-bar. ca. us
Date 211912015
Important: Please provide the email address of the recipient designated to
receive a CompuCom 'order confirmation"
Quantity
Part #
Description
Unit Price
Ext. Price
, Stzftwa+eAssutance,Renewa�s9rQm�brivll;
85
W06-01069
Core CAL Device CAL. Includes Windows
Server CAL, Exchange server standard CAL,
SCCM CAL, Sharepoint standard CAL, and
Lync standard CAL. SA-only renewal
$ 30.04
$ 2,553.40
1
395-02504
Exchange Server Enterprise. SA-only renewal
$ 602.04
$ 602.04
85
269-12442
Office Pro Plus SA-only renewal
$ 79.09
$ 6,722.65
20
359-00792
SQL CAL Device CAL. SA-only renewal
$ 31.04
$ 620.80
15
228-04433
SQL Server Standard Server. SA-only renewal
$ 133.32
$ 1,999.80
85
CW2-00307
Windows Desktop Operating System. SA-only
renewal
$ 29.05
$ 2,469.25
26
P73-05898
Windows Server Standard. Per proc. 2 proc
license. SA-only renewal
$ 131.11
$ 3,408.86
Please type "electronic software delivery"
on your PO
Product-total
$ 18,376.80
Sub-Total
$ 18,376.80
Tax
Shipping
No Char e
Total
Your ANNUAL EA renewal price
$ 18,376.80'
Prices good for 30 days
Pass-Through Warranty and Other Rights. As a reseller, end-user warranties and liabilities (with respect to any third
party hardware and software products provided by CompuCom) shall be provided as a pass-through from the
manufacturer of such products. All software products are subject to the license agreement of the applicable software
supplier, as provided with the software packaging or in the software at time of shipment.
CITY COUNCIL
Agenda #7.1
Meeting Date: June 16, 2015
AGENDA REPORT
TO: Honorable Mayor and Members of the City Council
VIA: James DeStefano, City Managr
TITLE: A Resolution of the City Council of tie City of Diamond Bar, California, Approving
Tentative Tract Map No. 73201 (Planning Case No. PL2014-619) To Subdivide
Air Space for a 10 -Unit Warehouse Condominium Located at 614-646 Brea
Canyon Road, Diamond Bar, CA 91765 (Assessor's Parcel No. 8719-010-019).
PROPERTY OWNER: Peichin Lee, 17582 E. Rowland Street #200, City of Industry, CA
91748
APPLICANT: Preston Chan of PPCN Investment, LLC, 17582 E. Rowland Street
#200, City of Industry, CA 91748
PROJECT LOCATION: 614-646 Brea Canyon Road (Los Angeles County Assessor's
Parcel Number 8719-010-019)
RECOMMENDATION:
Adopt Resolution No. 2015 -XX approving Tentative Tract Map No. 73201 to subdivide air space
for a 10 -unit warehouse condominium.
SUMMARY:
The applicant is requesting approval of a Tentative Tract Map to convert an existing 20,577
square -foot, single -story, multi -tenant industrial warehouse building into a 10 -unit warehouse
condominium on a 74,258 gross square -foot (1.7 gross acre) lot. The property is located at the
northeast corner of Brea Canyon Road and Washington Street. No exterior modifications are
proposed to the building or property.
BACKGROUND:
The project site is located on the northeast corner of Brea Canyon Road and Washington Street.
The property was developed in 1986 under Los Angeles County standards with a 20,577 square -
foot industrial warehouse building and leased for warehouse and storage uses. The existing
building is on an elevated pad, approximately 13 to 14.5 feet higher than the intersection of the
Brea Canyon Road and Washington Street centerlines. This building is presently divided into
eight leasable units.
The existing building complies with all required setbacks and development code regulations.
The project site is legally described as Parcel 2 of Parcel Map No. 16640, and the Assessor's
Parcel Number (APN) is 8719-010-902.
PROJECT DESCRIPTION:
The applicant proposes to subdivide the airspace within the building to create 10 for -sale
condominium units, which will be governed by a property owners association (additional partitions
will concurrently be constructed to increase the number of units from 8 to 10). The unit sizes
range from 1,306 to 3,283 square feet. All units are designated for warehouse/storage space,
with incidental office area limited to no more than 45 percent of each unit's gross floor area.
There will be 58 parking spaces provided on-site with additional parking spaces available on the
existing lot to the south. There will be no additional floor area or physical changes to the exterior
of the building or property.
SITE AND SURROUNDING GENERAL PLAN, ZONING AND LAND USES:
The following table describes the surrounding land uses located adjacent to the subject property:
Si7te
Site
North
South
East
West
DesignationGeneral Plan
Light Industrial
N/A
Light Industrial
Light Industrial
Light Industrial
Zoning District
Land Use
I
N/A
OP
I IL
I
Industrial Warehouse
Building
Metrolink Station in
City of Industry
Professional and Medical
Offices
Public Storage Facility
Office Industrial Park
Page 2
W-,, - A
Planning Commission Review
On May 12, 2015, the Planning Commission reviewed and unanimously recommended that the
City Council approve the Tentative Tract Map. The Planning Commission staff report is attached
(Attachment 2).
The Commission added a condition of approval requiring the applicant to designate the fire lanes
with pavement marking and signage to enable enforcement by the Los Angeles County Fire
Department (LACFD) and Los Angeles County Sheriff's Department (LASD) in order to prevent
vehicles from parking in the fire lanes. The applicant has obtained approvals on the striping and
signage plan from both LACFD AND LASD and is currently in the process of making the
improvements as of the writing of this report.
Signage and Striping Plan Approved by LACFD and LASD
Page 4
ANALYSIS:
Review Authorit
Section 21.02.040 of the City's Municipal Code requires all subdivision applications to be reviewed
for approval by the City Council.
Tentative Tract Map (DBMC Section 21.20.080)
Pursuant to Section 66424 of the Subdivision Map Act, a TTM is required for the creation of
condominium units on improved land for the purpose of sale, lease or financing. Once the
tentative map is approved, the more refined final map is approved by the City Council if deemed
by the City Engineer to be in substantial conformance with the tentative map. The final map is
then recorded with the Los Angeles County Recorder's Office, and is deemed valid.
There are 10 units proposed within the existing warehouse building to be sold as condominiums
and governed by an association. The building's common areas include exterior landscaped and
walkway areas, an electrical room, and driveway and parking areas. As with any other
condominium entity, all owners will have an undivided ownership interest over the entire parcel
and building exterior, and a property owners association will be created to fund and manage the
maintenance of all common areas and enforce CC&Rs and bylaws, among other responsibilities.
The attached draft resolution includes a condition of approval requiring the CC&Rs to be
submitted to the City Attorney for review and approval prior to Final Map approval and recordation.
There is an existing Parking Permit with the office condominium to the south which allows shared
access and parking with the subject property. The attached resolution includes a condition of
approval requiring the CC&Rs to expressly include reference to the existing agreement to ensure
that reciprocal access, parking and easement rights and privileges are also retained for the newly
created condominiums. See Condition of Approval No. 3 under Tentative Tract Map of the Draft
Resolution (Attachment 1).
Parking
Under the reciprocal access and parking easement, 95 off-street parking spaces are available to
serve both the subject property and the neighboring office condominium to the south. Warehouse
and storage facilities are required to provide one space for every 1,000 square feet of gross floor
area, and incidental office space comprising more than 20 percent of the total gross floor area
requires one space for every 400 square feet of gross floor area.
As required by the City's code, the proposed warehouse condominiums requires 35 parking
spaces. The incidental office area is limited to no more than 45 percent of each unit in order to
comply with the parking requirement. With the existing office condominium building to the south
requiring 60 spaces, the total number of required parking spaces between the two properties is 95
spaces. There are 95 spaces provided on both properties.
Page 5
Parking Requirement
ProvidedUse Sq. Ft. Parking Ratio Parking Parking
Required
Proposed Warehouse Condo Conversion
Warehouse
10,977
1/1,000 sq. ff.
11
Incidental Office
(Maximum)
9,600
1/400 sq. ft.
24
Total
20,577
35
58
Existing Office Condo to the South
Professional Office 18,351
1/400 sq. ft. 46
Medical Office 3,443
1/250 sq. ft. 14
Total 21,794
60
37
Total for Both Lots 42,371
95
95
The proposed warehouse condominium complies with the parking standards. When the
neighboring two story office condominium building to the south was approved by the City Council
on July 16, 2013, a parking management plan was prepared to address the operational needs of
the two properties at full occupancy as part of the Parking Permit. Using the Urban Land
Institute's (ULI) shared parking methodology, the parking management plan evaluated the peak
parking usage periods of the two properties and concluded that the shared parking analysis yields
a peak parking demand that equates with the City's parking code requirement. The parking
management plan incorporates parking practices, which are part of the CC&Rs, to require the
availability of convenient parking for visitors, and to restrict the number of commercial fleet
vehicles.
A traffic impact analysis is not warranted because the proposed warehouse condominium
conversion does not increase the floor area or change the land use/tenants from those allowed
under current regulations that would affect daily trip ends, therefore, does not add a significant
number of trips during the weekday peak hours to the surrounding roadway network. Therefore,
all intersections and roadway segments will continue to maintain an acceptable level of service.
Compatibility with Neighborhood
The proposed project complies with the goals and objectives as set forth in the adopted General
Plan in terms of land use. The project will not negatively affect the existing surrounding land uses
since this is an existing building and the allowed uses will not change.
There is an office industrial park to the west, office condominium to the south, a public storage
facility to the east, and Metrolink station located in the City of Industry to the north. Therefore,
operational characteristics are compatible with the surrounding uses.
NOTICE OF PUBLIC HEARING:
Public hearing notices were mailed to property owners within a 500 -foot radius of the project site
on May 29, 2015, and the notice was published in the Inland Valley Daily Tribune and San Gabriel
Page 6
Valley Tribune newspapers on June 5, 2015. The project site was posted with a notice display
board, and a copy of the public notice was posted at the City's three designated community
posting sites.
Public Comments Received
At the time the staff report was published, staff had not received any comments from the public.
ENVIRONMENTAL ASSESSMENT:
This project has been reviewed for compliance with the California Environmental Quality Act
(CEQA). Based on that assessment, the City has determined the project to be Categorically
Exempt from the provisions of CEQA pursuant to the provisions of Article 19 Section 15301(a)
(Interior Alterations to an Existing Structure) and 15301(k) (Subdivision of Existing Commercial
Buildings, Where No Physical Changes Occur) of the CEQA Guidelines. Therefore, no further
environmental review is required.
Prepared by:
Attachments:
Reviewed by:
Greg Gubman, AICP
Community Development Director
1. Draft CC Resolution No. 2015 -XX and Standard Conditions of Approval
2. Planning Commission Staff Report and Minutes dated May 12, 2015
3. Planning Commission Resolution No. 2015-09
4. Recorded Reciprocal Easement, Parking and Access Agreement
5. Tentative Tract Map No. 73201
Page 7
Attachment 1
CITY COUNCIL
RESOLUTION NO. 2015 -XX
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DIAMOND BAR,
CALIFORNIA, APPROVING TENTATIVE TRACT MAP NO. 73201 (PLANNING
CASE NO. PL2014-619) TO SUBDIVIDE AIR SPACE FOR A 10 -UNIT
WAREHOUSE CONDOMINIUM LOCATED AT 614-646 BREA CANYON
ROAD, DIAMOND BAR, CA 91765 (ASSESSOR'S PARCEL NO. 8719-010-
019).
A. RECITALS
1. Property owner, Peichin Lee of PPCN Investment, LLC, filed an application for a
Tentative Tract Map No. 73201 to subdivide air space for a 10 -unit warehouse
condominium located at 614-646 Brea Canyon Road, Diamond Bar, Los Angeles
County, California ("Project Site").
2. The Project Site is currently comprised of one parcel totaling 1.7 gross acres. It
is located in the Light Industry (1) zone and is consistent with the Light Industrial
land use designation of the General Plan.
3. The legal description of the subject property is Parcel 2 of Parcel Map No. 16640.
The Assessor's Parcel Number is 8719-010-019.
4. On May 12, 2015, the Planning Commission of the City of Diamond Bar
conducted a duly noticed public hearing, solicited testimony from all interested
individuals, and concluded said hearing on that date. At that time, the Planning
Commission recommended that the City Council approve the Project, subject to
conditions.
5. On June 5, 2015, notification of the public hearing for this project was published
in the San Gabriel Valley Tribune and the Inland Valley Daily Bulletin
newspapers. Public hearing notices were mailed to property owners within a 500 -
foot radius of the project site and public notices were posted at the City's
designated community posting sites on May 29, 2015. In addition to the
published and mailed notices, the project site was posted with a display board.
6. On June 16, 2015, the City Council of the City of Diamond Bar conducted a duly
noticed public hearing, solicited testimony from all interested individuals, and
concluded said hearing on that date.
7. The documents and materials constituting the administrative record of the
proceedings upon which the City's decision is based are located at the City of
Diamond Bar, Community Development Department, Planning Division, 21810
Copley Drive, Diamond Bar, CA 91765.
B. RESOLUTION
NOW, THEREFORE, it is found, determined and resolved by the City Council of the City
of Diamond Bar as follows:
C.
1. This City Council hereby specifically finds that all of the facts set forth in the
Recitals, Part A, of this Resolution are true and correct.
2. The City Council hereby determines the Project to be Categorically Exempt from
the provisions of the California Environmental Quality Act (CEQA) pursuant to the
provisions of Article 19, Section 15301(a)(Interior Alterations to an Existing
Structure) and 15301(k) (Subdivision of Existing Commercial Buildings, Where
No Physical Changes Occur) of the CEQA Guidelines. Therefore, no further
environmental review is required.
3. The City Council hereby specifically finds and determines that, having considered
the record as a whole including the findings set forth below, there is no evidence
before this City Council that the Proposed Project herein will have the potential
of an adverse effect on wildlife resources or the habitat upon which the wildlife
depends. Based upon substantial evidence, this Planning Commission hereby
rebuts the presumption of adverse effects contained in Section 753.5(d) of Title
14 of the California Code of Regulations.
FINDINGS OF FACT
Based on the findings and conclusions set forth herein and as prescribed under
Diamond Bar Municipal Code (DBMC) Section 21.20.080, this City Council hereby
makes the following findings:
Tentative Map Findings: Pursuant to Subdivision Code Section 21.20.080 of the City's
Subdivision Ordinance, the City Council makes the following findings:
1. The proposed subdivision, together with the provisions for its design and
improvement, is consistent with the general plan and any applicable specific plan:
The proposed project involves the condominium subdivision of the site with 10
warehouse/storage units, and approximately 1.2 acres of common areas which
include parking, driveway easements, and landscaped areas. The General Plan
land use designation for the site is Light Industrial (1). The proposed project is
consistent with the General Plan land use designation. The project site is not a
part of any specific plan.
2. The site is physically suitable for the type and proposed density of development:
The proposed condominium subdivision will be consistent with the General Plan
land use designation of Light Industrial, which allows for the development of 10
warehouse/storage units in a 20,577 square -foot building. The property is
already improved with the existing building and is located within an urbanized
area adequately served by existing roadways and infrastructure. No new
construction will take place except for interior tenant improvements. Therefore
the property is physically able to accommodate the proposed development.
3. The design of the subdivision or the proposed improvements will not cause
substantial environmental damage or injure fish or wildlife or their habitat:
2
TTM 73201 PL2014-619
The design of the subdivision will not cause substantial environmental damage
or injure fish or wildlife or their habitat because the existing site is located in an
urbanized area that does not contain habitats or would otherwise injure fish or
wildlife or their habitat. In addition, no new construction will take place, and there
will be no physical changes to the building and property.
4. The design of the subdivision or type of improvements will not cause serious
public health or safety problems:
The proposed subdivision or type of improvements are not likely to cause serious
public health or safety problems because the existing site is located in an
urbanized area and is consistent with other similar improvements in the area. No
new construction will take place except for interior tenant improvements.
5. The design of the subdivision or type of improvements will not conflict with
easements, acquired by the public at large for access through or use of, property
within the proposed subdivision:
The site has existing driveway access and parking easements within the project
site. A condition is added to the project requiring that the Covenants, Conditions,
and Restrictions (CC&R's) that governs the 10 -unit warehouse condominium
building shall expressly include reference to the existing reciprocal access and
parking agreement to ensure that reciprocal access and easement rights and
privileges are also retained for the newly created condominiums, prior to final
map approval.
6. The discharge of sewage from the proposed subdivision into the community
sewer system would not result in violation of existing requirements prescribed by
the California Regional Water Quality Control Board:
The project site shall be served by a separate sewer lateral which shall not cross
any other lot lines. In the event that it is determined that each lot is not serviced
by a separate independent sewer lateral, joint sewer maintenance and sewerline
easements which cross the lot lines shall be identified in the joint agreements
between properties. Therefore, no further environmental review is required.
7. A preliminary soils report or geologic hazard report does not indicate adverse soil
or geologic conditions:
The property is already improved with an existing building. No new construction
or grading will take place, and there will be no exterior changes to the building or
property.
8. The proposed subdivision is consistent with all applicable provisions of the City's
subdivision ordinance, the development code, and the subdivision map act:
The proposed subdivision is consistent with the City's subdivision ordinance,
subdivision map act, and applicable development code. The existing building
complies with all required setbacks and development code regulations.
Based on the findings and conclusions set forth herein and as prescribed under DBMC
3
TTM 73201 PL2014-619
Section 21.20.080, this City Council hereby finds and approves the Tentative Tract Map,
subject to the following conditions, and the attached Standard Conditions of Approval:
/_�ei=IT=FZ"_1 I
1. The subdivision shall comply with the Conditions of Approval attached
hereto and referenced herein.
2. The applicant shall comply with the requirements of Planning and Building
& Safety Divisions, Public Works/Engineering Department, and the Los
Angeles County Fire Department.
3. This approval shall not be effective for any purpose until the
applicant/owner of the property involved has filed, within twenty-one (21)
days of approval of this Tentative Tract Map No. 73201 (Planning Case
No. PL2014-619), at the City of Diamond Bar Community Development
Department, an affidavit stating that the applicant/owner is aware of and
agree to accept all the conditions of this approval. Further, this approval
shall not be effective until the applicant pay the remaining City processing
fees.
4. The applicant shall comply with Diamond Bar Municipal Code
Section 22.34.050. A permanent landscape maintenance program shall
be implemented ensuring regular irrigation, fertilization, and weed
removal. All landscaping shall be maintained in a healthy, neat and orderly
condition, free of weeds and debris and with operating irrigation at all
times.
B. TENTATIVE TRACT MAP
1. The development shall comply with the specific requirements of
Chapter 21.30 (Subdivision Design and Improvement Requirements) and
Chapter 21.34 (Improvement Plans and Agreements) of the Subdivision
Ordinance, as applicable.
2. The approval of Tentative Tract Map No. 73201 expires within three years
from the date of approval if the recordation of the map has not been
exercised as defined per Diamond Bar Municipal Code (DBMC) Section
21.20.140. The applicant may request in writing for a time extension if
submitted to the City no less than 30 days prior to the approval's expiration
date, subject to DBMC Section 21.20.150 for City Council approval.
3. Prior to final map approval, the Covenants, Conditions, and Restrictions
(CC&R's) that governs the 10 -unit warehouse condominium building shall
be submitted for review and approval by the Planning Division, Public
Works/Engineering Department and City Attorney and recorded with the
Los Angeles County Recorder's Office. The CC&Rs shall expressly
include reference to the existing reciprocal access and parking agreement
to ensure that reciprocal access and easement rights and privileges are
also retained for the newly created condominiums.
4
TTM 73201 PL2014-619
The City Council shall:
(a) Certify to the adoption of this Resolution; and
(b) Forthwith transmit a certified copy of this Resolution, by certified mail, to:
Peichin Lee of PPCN Investment, LLC, 17582 E. Rowland Street #200,
City of Industry, CA 91748.
APPROVED AND ADOPTED THIS 16TH DAY OF JUNE 2015, BY THE CITY COUNCIL OF
THE CITY OF DIAMOND BAR.
M
Steve Tye, Mayor
I, Tommye Cribbins, City Clerk of the City of Diamond Bar, do hereby certify that the foregoing
Resolution was duly introduced, passed, and adopted by the City Council of the City of
Diamond Bar, at a regular meeting of the City Council held on the 16th day of June 2015, by
the following vote:
AYES: Council Member:
NOES: Council Member:
ABSTAIN: Council Member:
ABSENT: Council Member:
ATTEST:
Tommye Cribbins, City Clerk
City of Diamond Bar
5
TTM 73201 PL2014-619
COMMUNITY DEVELOPMENT
DEPARTMENT
STANDARD CONDITIONS
USE PERMITS, COMMERCIAL AND RESIDENTIAL
NEW AND REMODELED STRUCTURES
PROJECT #: Tentative Tract Map No. 73201 (Planning Case No. PL 2014-
619)
SUBJECT: A Tentative Tract Map to subdivide air space for a 10 -unit
warehouse condominium
PROPERTY
OWNER/
APPLICANT: Peichin Lee of PPCN Investment, LLC,
17582 E. Rowland Street #200, City of Industry, CA 91748
LOCATION: 614-646 Brea Canyon Road, Diamond Bar, CA 91765
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT.
APPLICANT SHALL CONTACT THE PLANNING DIVISION AT (909) 839-7030, FOR
COMPLIANCE WITH THE FOLLOWING CONDITIONS:
GENERAL REQUIREMENTS
The applicant shall defend, indemnify, and hold harmless the City, and its officers,
agents and employees, from any claim, action, or proceeding to attack, set-aside,
void or annul the approval of Development Review, Tentative Tract Map
No. 73201 (Planning Case No. PL2014-619) brought within the time period
provided by Government Code Section 66499.37. In the event the city and/or its
officers, agents and employees are made a party of any such action:
6
TTM 73201 PL2014-619
(a) Applicant shall provide a defense to the City defendants or at the City's
option reimburse the City its costs of defense, including reasonable
attorneys fees, incurred in defense of such claims.
(b) Applicant shall promptly pay any final judgment rendered against the City
defendants. The City shall promptly notify the applicant of any claim,
action of proceeding, and shall cooperate fully in the defense thereof.
2. This approval shall not be effective for any purpose until the applicant and owner
of the property involved have filed, within twenty-one (21) days of approval of this
Tentative Tract Map No. 73201 (Planning Case No. PL 2014-619) at the City of
Diamond Bar Community Development Department, their affidavit stating that
they are aware of and agree to accept all the conditions of this approval. Further,
this approval shall not be effective until the applicants pay remaining City
processing fees, school fees and fees for the review of submitted reports.
3. Prior to any use of the project site or business activity being commenced thereon,
all conditions of approval shall be completed.
4. The project site shall be maintained and operated in full compliance with the
conditions of approval and all laws, or other applicable Federal, State, or City
regulations.
5. Approval of this request shall not waive compliance with all sections of the
Development Code, all other applicable City Ordinances, and any applicable
Specific Plan in effect at the time of building permit issuance.
6. Property owner/applicant shall remove the public hearing notice board within
three (3) days of this project's approval.
7. The applicant shall comply with the requirements of Planning and Building and
Safety Divisions, Public Works/Engineering Department, and the Los Angeles
County Fire Department.
8. These conditions of approval shall run with the land and shall be binding upon all
future owners, operators, or successors thereto of the property. Non-compliance
with any condition of approval or mitigation measure imposed as a condition of
this approval, shall constitute a violation of the City's Development Code.
Violations may be enforced in accordance with the provisions of the Development
Code.
14. Failure to comply with any of the conditions set forth herein or as subsequently
amended in writing by the City, may result in failure to obtain a building final and/or
a certificate of occupancy until full compliance is reached. The City's requirement
for full compliance may require minor corrections and/or complete demolition of a
non-compliance improvement, regardless of costs incurred where the project
does not comply with design requirements and approvals that the applicant
agreed to when permits were pulled to construct the project.
7
TTM 73201 PL2014-619
B. FEES/DEPOSITS
1. Prior to final map approval, all deposit accounts for the processing of this project
shall have no deficits.
C. TIME LIMITS
The approval of Tentative Tract Map No. 73201 shall expire within three (3) years
from the date of approval if the use has not been exercised as defined pursuant
to Diamond Bar Municipal Code Section 21.20.140 and 22.66.050(b)(1). In
accordance with Diamond Bar Municipal Code Section 22.60.050(c), the
applicant may request, in writing, for a one-year time extension for City Council
consideration. Such a request must be submitted to the Planning Division prior
to the expiration date and be accompanied by the review fee in accordance with
the Fee Schedule in effect at the time of submittal.
s�,a zs7kvnixiw 1A-kni
1. The project site shall be developed and maintained in substantial conformance
with the approved plans submitted to, approved, and amended herein by the City
Council, on file with the Planning Division, the conditions contained herein, and
the Development Code regulations.
APPLICANT SHALL CONTACT THE PUBLIC WORKS DEPARTMENT, (909) 839-7040,
FOR COMPLIANCE WITH THE FOLLOWING CONDITIONS:
A. GENERAL REQUIREMENTS
1. A title report/guarantee showing all fee owners, interest holders, and nature of
interest shall be submitted for final map plan check. An updated title
report/guarantee and subdivision guarantee shall be submitted ten (10) business
days prior to final map approval.
2. Prior to final map approval, written certification that all utility services and any
other service related to the site shall be available to serve the proposed project
and shall be submitted to the City. Such letters shall be issued by the district,
utility and cable television company, within thirty (30) days prior to final map
approval.
3. Prior to final map approval, surety shall be posted guaranteeing completion of
monumentation.
4. Easements for disposal of drainage water onto or over adjacent parcels shall be
delineated and shown on the final map or addressed in the CC&R's, as approved
by the City Engineer.
5. Applicant shall label and delineate on the final map or within the CC&R's any
private drives or fire lanes to the satisfaction of the City Engineer.
8
TTM 73201 PL2014-619
6. The CC&R's shall address reciprocal access and parking for all property owners.
7. Easements, satisfactory to the City Engineer and the utility companies, for public
utility and public services purposes shall be offered and shown on the final map.
Permission shall be obtained from each utility company for any grading or
construction over existing easements.
8. After the final map records, applicant shall submit to the Public
Works/Engineering Department, at no cost to the City, a full size reproducible
copy of the recorded map. Final approval of the public improvements shall not
be given until the copy of the recorded map is received by the Public
Works/Engineering Department.
9. Applicant shall contribute funds to a separate engineering trust deposit against
which charges can be made by the City or its representatives for services
rendered. Charges shall be on an hourly basis and shall include any City
administrative costs.
10 Applicant shall provide digitized information in a format defined by the City for all
related plans, at no cost to the City.
11. All activities/improvements proposed for Tentative Tract 73201 shall be wholly
contained within the boundaries of the map. Should any off-site
activities/improvements be required, approval shall be obtained from the affected
property owner and the City as required by the City Engineer,
12. Prior to issuance of occupancy, addresses for each unit shall be submitted for
review and approval by the Public Works/Engineering Department.
B. DRAINAGE
1. Maintenance plan/program of all on-site facilities shall be incorporated into the
CC&R's.
C. UTILITIES
1. Easements, satisfactory to the City Engineer and the utility companies, for public
utility and public services purposes shall be offered and shown on the final map
or addressed in the CC&R's.
D. SEWERS
1. Easements for the existing sewer line which crosses property lines shall be
offered in the CC&R's.
APPLICANT SHALL CONTACT THE BUILDING AND SAFETY DIVISION, (909) 839-7020,
FOR COMPLIANCE WITH THE FOLLOWING CONDITIONS:
9
TTM 73201 PL2014-619
1. The additional new demising wall shall obtain building permits and inspections
from the Building and Safety Division prior to leasing out any spaces.
2. Upgrades for ADA accessibility shall be required for future tenant improvements
within each space as required per CBC 11 B-202.
3. The new accessible parking stall shall slope 2% maximum, not block existing
drainage, and not create a slope of more than 5% in any area of the parking lot.
APPLICANT SHALL CONTACT THE LOS ANGELES COUNTY FIRE DEPARTMENT,
(323) 890-4243, FOR COMPLIANCE WITH THE FOLLOWING CONDITIONS:
A. ACCESS
1. Fire Department apparatus access shall be extended to within 150 feet of all
portions of the exterior walls of any future buildings or structures. Verification for
compliance will be performed during the building plan check review prior to
building permit issuance.
2. Access as noted on the Tentative and the Exhibit Maps shall comply with Title 21
(County of Los Angeles Subdivision Code) and Section 503 of the Title 32
(County of Los Angeles Fire Code), which requires all weather access.
3. All onsite driveways shall provide a minimum unobstructed width of 26 feet,
exclusive of shoulders, except for approved security gates in accordance with
Section 503.6, and an unobstructed vertical clearance "clear to sky" Fire
Department vehicular access to within 150 feet of all portions of the exterior walls
of the first story of the building, as measured by an approved route around the
exterior of the building. Fire Code 503.1.1 & 503.2.2
4. Dead-end fire apparatus access roads in excess of 150 feet in length shall be
provided with an approved Fire Department turnaround. Fire Code 503.2.5
Include: The dimensions of the turnaround, with the orientation of the turnaround
shall be properly placed in the direction of travel of the access roadway.
5. Fire Apparatus Access Roads shall be designed and maintained to support the
imposed load of fire apparatus weighing 25 tons (Engine) / 37 '/2 tons (Truck/
Quint) and shall be surfaced so as to provide all-weather driving capabilities. Fire
apparatus access roads having a grade of 10 percent or greater shall have a
paved or concrete surface. Fire Code 503.2.3
6. The Final Map shall be submitted to our office for review and approval prior
recordation.
7. Multiple commercial buildings having entrances to individual units not visible from
the street or road shall have unit numbers displayed in groups for all units within
each structure. Such numbers may be grouped on the wall of the structure or
mounted on a post independent of the structure and shall be positioned to be
plainly visible from the street or road as required by Fire Code 505.3 and in
accordance with Fire Code 505.1.
10
TTM 73201 PL2014-619
8. Fire lanes shall be designated with pavement markings and signage to enable
enforcement, by the Los Angeles County Fire Department (LACFD) and Los
Angeles County Sheriff's Department (LASD). The striping and signage plans
shall be subject to LACFD and LASD review and approvals.
B. WATER SYSTEM REQUIREMENTS
1. All hydrants shall measure 6"x 4"x 2-1/2" brass or bronze, conforming to current
AWWA standard C503 or approved equal.
2. Additional water systems may be required by Fire Prevention Engineering Unit if
any new construction is proposed or any changes with the existing configuration.
3. All on-site fire hydrants shall be installed a minimum of 25' feet from a structure
or protected by a two (2) hour rated firewall. Fire Code Appendix C106
4. All private on-site fire hydrants shall be installed, tested and approved prior to
building occupancy. Fire Code 901.5.1
5. Plans showing underground piping for private on-site fire hydrants shall be
submitted to the Sprinkler Plan Check Unit for review and approval prior to
installation. Fire Code 901.2 & County of Los Angeles Fire Department
Regulation 7
6. All required public fire hydrants shall be installed, tested and accepted prior to
beginning construction. Fire Code 501.4
7. Spacing of fire hydrants shall not exceed the distances specified in Fire
Code C105.2 & C106. Show all existing public and private on-site fire hydrants
on the site plan. Include the location of all public fire hydrants within 300 feet of
the lot frontage on both sides of the street. Specify size of fire hydrant(s) and
dimension(s) to property lines. Additional fire hydrant requirements may be
necessary after this information is provided.
8. Parking shall be restricted 30 feet adjacent to any required public fire hydrant,
15 feet on each side measured from the center of the fire hydrant. Adequate
signage and/or stripping shall be required prior to occupancy.
END
11
TTM 73201 PL2014-619
Attachment 2
10
DL1.�I01�D BRI
PLANNING COMMISSION\�
AGENDA REPORT
CITY OF DIAMOND BAR - 21810 COPLEY DRIVE - DIAMOND BAR, CA 91765 - TEL, (909) 839-7030 - FAX (909) 861-3117
AGENDA ITEM NUMBER: 7.1
MEETING DATE: May 12, 2015
CASE/FILE NUMBER: Tentative Tract Map No. 73201 — Planning Case
No. PL2014-619
PROJECT LOCATION: 614-646 Brea Canyon Rd.
Diamond Bar, CA 91789 (APN 8719-010-019)
GENERAL PLAN DESIGNATION: Light Industrial (1)
ZONING DISTRICT: Light Industry (1)
PROPERTY OWNER: Peichin Lee
17582 E. Rowland Street #200
City of Industry, CA 91748
APPLICANT: Preston Chan
PPCN Investment, LLC
17582 E. Rowland Street #200
City of Industry, CA 91748
SUMMARY:
The applicant is requesting approval of a Tentative Tract Map to convert an existing
20,577 square -foot, single -story, multi -tenant industrial warehouse building into a 10 -
unit warehouse condominium on a 74,258 gross square -foot (1.7 gross acre) lot. The
property is located at the northeast corner of Brea Canyon Road and Washington
Street. No exterior modifications are proposed to the building or property.
RECOMMENDATION:
Adopt the attached Resolution (Attachment 1) recommending approval of Tentative
Tract Map (TTM) No. 73201 (Planning Case No. PL2014-619), based on the findings of
Diamond Bar Municipal Code (DBMC) Section 21.20.080, and subject to conditions of
approval as listed within the draft resolution.
BACKGROUND:
The project site is located on the northeast corner of Brea Canyon Road and
Washington Street. The property was developed in 1986 under Los Angeles County
standards with a 20,577 square -foot industrial warehouse building and leased for
warehouse and storage uses. The existing building is on an elevated pad,
approximately 13 to 14.5 feet higher -than the intersection of the Brea Canyon Road and
Washington Street centerlines. This building is presently divided into eight leasable
units.
The existing building complies with all required setbacks and development code
regulations.
The project site is legally described as Parcel 2 of Parcel Map No. 16640, and the
Assessor's Parcel Number (APN) is 8719-010-902.
PROJECT DESCRIPTION:
The applicant proposes to subdivide the airspace within the building to create 10 for -
sale condominium units, which will be governed by a property owners association
(additional partitions will concurrently be constructed to increase the number of units
from 8 to 10). The unit sizes range from 1,306 to 3,283 square feet. All units are
designated for warehouse/storage space, with incidental office area limited to no more
than 45 percent of each unit's gross floor area. There will be 58 parking spaces
provided on-site with additional parking spaces available on the existing lot to the south.
There will be no additional floor area or physical changes to the exterior of the building
or property.
SITE AND SURROUNDING GENERAL PLAN, ZONING AND LAND USES:
The following table describes the surrounding land uses located adjacent to the subject
property:
North
South
N/A
Light Industrial
N/A
OP
Metrolink Station in
City of Industry
Professional and Medical
Offices
East
Light Industrial
I
Public Storage Facility
West
Light Industrial
I
Office Industrial Park
Page 2 of 6 CD: Staff Reports PC/Brea Canyon Road 614-646 PC Staff Report 5-12-15.docx
IL
♦ 3 N� Fi
till
M7
-
G �
ANALYSIS:
Review Authority DBMC Section 21.20.080)
The proposed project requires a Planning Commission recommendation to the City
Council for approval of a TTM application.
Tentative Tract Map
Pursuant to Section 66424 of the Subdivision Map Act, a TTM is required for the
creation of condominium units on improved land for the purpose of sale, lease or
financing.
There are 10 units proposed within the existing warehouse building to be sold as
condominiums and governed by an association. The building's common areas include
exterior landscaped and walkway areas, an electrical room, and driveway and parking
areas. As with any other condominium entity, all owners will have an undivided
ownership interest over the entire parcel and building exterior, and a property owners
association will be created to fund and manage the maintenance of all common areas
and enforce CC&Rs and bylaws, among other responsibilities. The attached draft
resolution includes a condition of approval requiring the CC&Rs to be submitted to the
City Attorney for review and approval prior to Final Map approval and recordation.
There is an existing Parking Permit with the office condominium to the south which
allows shared access and parking with the subject property. The attached resolution
includes a condition of approval requiring the CC&Rs to expressly include reference to
the existing agreement to ensure that reciprocal access, parking and easement rights
and privileges are also retained for the newly created condominiums. See Condition of
Approval No. 3 under Tentative Tract Map of the Draft Resolution (Attachment 1).
Parking
Under the reciprocal access and parking easement, 95 off-street parking spaces are
available to serve both the subject property and the neighboring office condominium to
the south. Warehouse and storage facilities are required to provide one space for every
1,000 square feet of gross floor area, and incidental office space comprising more than
20 percent of the total gross floor area requires one space for every 400 square feet of
gross floor area.
As required by the City's code, the proposed warehouse condominiums requires 35
parking spaces. The incidental office area is limited to no more than 45 percent of each
unit in order to comply with the parking requirement. With the existing office
condominium building to the south requiring 60 spaces, the total number of required
parking spaces between the two properties is 95 spaces. There are 95 spaces provided
on both properties.
Page 4 of 6 CD: Staff Reports PC/Brea Canyon Road 614-646 PC Staff Report 5-12-15.docx
Parking Requirement
Proposed Warehouse Condo Conversion
Warehouse
10,977
1/1,000 sq.
ft.
11
Incidental Office
(Maximum)
9,600
1/400 sq.
ft.
24
Total-
20,577
35
58
Existing Office Condo to the South
Professional Office 18,351
1/400 sq.
ft.
46
Medical Office 3,443
1/250 sq.
ft.
14
Total 21,794
60 37
Total for Both Lots 42,371
95 95
The proposed warehouse condominium complies with the parking standards. When the
neighboring two story office condominium building to the south was approved by the
City Council on July 16, 2013, a parking management plan was prepared to address the
operational needs of the two properties at full occupancy as part of the Parking. Permit.
Using the Urban Land Institute's (ULI) shared parking methodology, the parking
management plan evaluated the peak parking usage periods of the two properties and
concluded that the shared parking analysis yields a peak parking demand that equates
with the City's parking code requirement. The parking management plan incorporates
parking practices, which are part of the CC&Rs, to require the availability of convenient
parking for visitors, and to restrict the number of commercial fleet vehicles.
A traffic impact analysis is not warranted because the proposed warehouse
condominium conversion does not increase the floor area or change the land
use/tenants from those allowed under current regulations that would affect daily trip
ends, therefore, does not add a significant number of trips during the weekday peak
hours to the surrounding roadway network. Therefore, all intersections and roadway
segments will continue to maintain an acceptable level of service.
Compatibility with Neighborhood
The proposed project complies with the goals and objectives as set forth in the adopted
General Plan in terms of land use. The project will not negatively affect the existing
surrounding land uses since this is an existing building and the allowed uses will not
change.
There is an office industrial park to the west, office condominium to the south, a public
storage facility to the east, and Metrolink station located in the City of Industry to the
north. Therefore, operational characteristics are compatible with the surrounding uses.
Page 5 of 6 CD: Staff Reports PC/Brea Canyon Road 614-646 PC Staff Report 5-12-15.docx
Additional Review
The Public Works/Engineering Department, Building and Safety Division, and the
County of Los Angeles Fire Department reviewed this project and included their
comments in the attached resolution as conditions of approval.
NOTICE OF PUBLIC HEARING:
Public hearing notices were mailed to property owners within a 500 -foot radius of the
project site on April 30, 2015, and the notice was published in the Inland Valley Dailv
Tribune and San Gabriel Valley Tribune newspapers on May 1, 2015. The project site
was posted with a notice display board, and a copy of the public notice was posted at
the City's three designated community posting sites.
Public Comments Received
At the time the staff report was published, staff had not received any comments from the
public.
ENVIRONMENTAL ASSESSMENT:
This project has been reviewed for compliance with the California Environmental Quality
Act (CEQA). Based on that assessment, the City has determined the project to be
Categorically Exempt from the provisions of CEQA pursuant to the provisions of
Article 19 Section 15301(a) (Interior Alterations to an Existing Structure) and 15301(k)
(Subdivision of Existing Commercial Buildings, Where No Physical Changes Occur) of
the CEQA Guidelines. Therefore, no further environmental review is required.
RECOMMENDATION:
Staff recommends that the Planning Commission adopt the attached Resolution
(Attachment 1) recommending approval of Tentative Tract Map No. 73201 (Planning
Case No. PL 2014-619) to subdivide air space for a 10 -unit warehouse condominium, to
the City Council, based on the findings of DBMC Section 21.20.080, subject to
conditions of approval as listed within the draft resolution.
Prepared by: Reviewed by:
ee
Senior Planner
Greg Gubman, AICP
Community Development Director
Attachments:
1. Draft PC Resolution No. 2015 -XX and Standard Conditions of Approval
2. Recorded Reciprocal Easement, Parking and Access Agreement
3. Tentative Tract Map No. 73201
Page 6 of 6 CD: Staff Reports PC/Brea Canyon Road 614-646 PC Staff Report 5-12-15.docx
MINUTES OF THE CITY OF DIAMOND BAR
MEETING OF THE PLANNING COMMISSION
MAY 12, 2015
CALL TO ORDER:
Chairperson Ruth Low called the meeting to order at 7:00 p.m. in the City Hall Windmill Room,
21810 Copley Drive, Diamond Bar, CA 91765.
PLEDGE OF ALLEGIANCE:
1
2.
3
CI
3
ROLL CALL:
Present:
Vice Chairman Pirritano led the Pledge of Allegiance.
Commissioners Frank Farrago, Jennifer "Fred"
Mahlke, Bob Nishimura, Vice Chairperson Peter
Pirritano and Chair Ruth Low
Also present: Greg Gubman, Community Development Director;
James Eggart, Assistant City Attorney; Grace Lee, Senior Planner; Natalie T. Espinoza,
Assistant Planner, and Stella Marquez; Administrative Coordinator,
MATTERS FROM THE AUDIENCE/PUBLIC COMMENTS: None
APPROVAL OF AGENDA: As presented
CONSENT CALENDAR:
4.1 Minutes of the Regular Meeting of April 14, 2015.
C/Nishimura moved, C/Farago seconded, to approve the April 14, 2015, Consent
Calendar as presented. Motion carried by the following Roll Call vote:
AYES: COMMISSIONERS: Farago, Mahlke, Nishimura,
VC/Pirritano, Chair/Low
NOES: COMMISSIONERS: None
ABSENT: COMMISSIONERS: None
OLD BUSINESS: None
NEW BUSINESS: None
7. PUBLIC HEARING(S):
7.1 Tentative Tract Map No. 73201 — Planning Case No. PL2014-619 — The
applicant requested approval of a Tentative Tract Map to create an airspace
subdivision of an existing 20,577 square foot single story industrial ware-
house building on a 1.7 gross acre lot for the purpose of creating
10 commercial/industrial condominium units. The property is zoned Light
MAY 12, 2015 PAGE 2 PLANNING COMMISSION
Industry (1) with a consistent underlying General Plan land use designation of
Light Industrial.
PROJECT ADDRESS: 614-646 Brea Canyon Road
Diamond Bar, CA 91789
PROPERTY OWNER: Peichin Lee
17582 E. Rowland Street #200
City of Industry, CA 91748
APPLICANT: Preston Chen
PPCN Investment, -LLC
17582 E. Rowland Street #200
City of Industry, CA 91748
SP/Lee presented staffs report and recommended that the Planning Commission
recommend City Council approval of Tentative Tract Map No. 73201 PL2014-
619, based on the Findings of Fact, and subject to the conditions of approval as
listed in the draft resolution.
C/Nishimura referred to Exhibit B indicating parking and said he noticed that on
the north parcel there are two parking spaces (No. 57 and No. 58) indicated on
the west side of the parcel which do not exist. SP/Lee said that C/Nishimura was
correct. She stated that after the project was approved the developer looked at
other better locations and the most current site plan (Attachment No. 3, Sheet
AS101) reveal that the two parking spaces (No. 57 and No. 58) were relocated
and constructed at a better: location to the northeast. C/Nishimura said he visited
the site today and was unable to find the two spaces on the west side of the
building.
C/Farago asked when the Commission approved the building a couple of years
back, this was the building that had the ambulance company with several fleet
vehicles and were they suppose to work something out about that because it was
a real issue with the neighbors that so many of the spaces were taken up by the
ambulance company. SP/Lee responded that the ambulance company left the
premises and now there is a restriction in the CC&R's that limits the number of
commercial fleet vehicles per unit.
Chair/Low said she visited the site today and saw all kinds of vehicles parked
behind units J, I, H and G all along the east side of the property. In fact, when
she was there a FedEx truck came by and must have believed that it was
customary to double park in the fire lane which he did, and that action prevented
vehicles from getting through the area. She wanted to know if anything could be
done about that issue and SP/Lee responded that she visited the site during the
last couple of weeks and did not notice vehicles parked next to units I, J and H
MAY 12, 2015 PAGE 3 PLANNING COMMISSION
but did notice that there were cars parked next to the two-story office building
which is also a fire lane. Parking in the fire lane is not allowed and she has
notified the property owner accordingly and they in turn have notified all of the
owners, tenants and employees. In addition, SP/Lee notified the property owners
that the vehicles would need to be towed away because they are parking in a
designated fire lane which is not allowed.
C/Nishimura said it is a designated fire lane but it is not legally posted and there
is no red curb with a contrasting white fire lane and there are inadequate signs
posted at the entrance and along the walls. There are some faded signs along
the east brick wall that shares a storage space but it not a legal fire lane and
wanted to know if the Commission could do something to get them to post it as
such. SP/Lee said the Commission could add a condition to the project that
would speak to C/Nishimura's concerns should it choose to do so. C/Nishimura
reiterated that he was at the site today. He noticed that the two-story building to
the south is only half occupied and at lunch time when people should have been
at lunch there was no parking on the front lot and there were four or five cars
along the north side of the building. He did not see anybody on the east side but
he could see where people would double park there to make deliveries and
vehicles could not get by. He wanted to know if there was a way the City could
make them legally post those fire lanes at the entrance to both properties and
have both properties posted. SP/Lee reiterated that it is to the Commission's
discretion.
Chair/Low said she believed the requirement could be added to the Conditions
of Approval to accompany the motion of approval.
Chair/Low asked if the agreement for shared spaces lasts into perpetuity and
SP/Lee responded that the agreement will be updated and the CC&R's for the
industrial warehouse building will reference the parking agreement.
Chair/Low asked if it was true that the use of these condos was for storage, etc.,
and that the office space was very minimal or incidental and whether the City
knows what businesses currently reside in the building and what businesses are
contemplated for the future. SP/Lee responded that she understands the current
businesses include a watch repair business, the Korean Yellow Pages, and other
warehouse storage types of uses. The applicant would need to speak to
information regarding applications for purchase/occupancy. One interested
buyer is a'tax accounting office which will limit office usage and store documents.
She said she is not aware of any other potential buyers; however, uses are limited
to warehouse/storage types of uses. Retail is not allowed and professional
offices are not allowed.
Preston Chan, applicant, thanked the Commission for considering this project
and staff for assisting his firm through this process. PPCN Investment, LLC has
MAY 12, 2015 PAGE 4 PLANNING COMMISSION
done a number of projects in the City and he and his firm like working with the
City, Commission and Council. The building will be primarily used for warehouse
storage. To clarify the watch company's business, they actually manufacture the
watches overseas, ship them to the states and store them on premises. Another
woodworking company makes paddles for college fraternities and sororities and
has a large inventory of woodworking items, etc. And of course it is up to the City
whether these companies will qualify for their business licenses. Businesses are
notified by PPCN at the time of purchase that if their businesses are not within
the guidelines of warehouse/industrial they will need approval from the City.
VC/Pirritano said that usually CC&R's will stipulate what they can put in the
building and what they cannot. Mr. Chan agreed and said that the CC&R's have
been submitted to the City and they are still under review. VC/Pirritano said he
believed they have to be submitted to the state as well and Mr. Chan said he did
not believe so. CC&R's go to the City's Attorney for review and
recommendations. Mr. Chan further explained that certain uses are limited in the
CC&R's but they are unable to capture everything in the document. VC/Pirritano
said the City did not want a fireworks manufacturer in the building. Chair/Low
said she did not want fireworks to be stored in the building. Mr. Chan said that is
up to the discretion of the City. VC/Pirritano said he would be interested in looking
at the CC&R's.
SP/Lee referred the Commission to the draft Resolution which includes
conditions from the County FireDepartment with regard to having the
unobstructed space in the fire lanes so the applicant will be required to comply
with the fire department's conditions. Chair/Low asked if the Commission's
proposed amendment would then be redundant and C/Nishimura said he
believed the amendment he would want to request would require signage so that
enforcement could be done. Without the signs and proper lane markings the
property owner cannot cite or tow.
SP/Lee said that staff would recommend the Commission add a condition that
states "the fire lanes shall be designated with pavement markings and signage
to enable enforcement subject to the LA County Fire Department and Sheriff's
Department."
C/Farago, asked if the association was responsible for both the exterior and
interior or is the unit owner responsible for their own interiors and SP/Lee
responded that the association is responsible for the electrical room and exterior
only.
Chair/Low opened the public hearing.
With no one present who wished to speak on this matter, Chair/Low closed the
public hearing.
MAY 12, 2015 PAGE 5 PLANNING COMMISSION
C/Nishimura moved, VC/Pirritano seconded, to recommend City Council
approval of Tentative Tract Map No. 73201 — Planning Case No. PL2014-619 as
amended with the addition of the following Condition of Approval to the
Resolution: "The fire lanes shall be designated with pavement markings and
signage to enable enforcement, subject to the LA County Fire Department and
LA County Sheriff's Department." Motion carried by the following Roll Call vote:
AYES: COMMISSIONERS: Farago, Mahlke, Nishimura,
VC/Pirritano;Chair/Low
NOES: COMMISSIONERS: None
ABSENT: COMMISSIONERS: None'
8. PLANNING COMMISSIONER COMMENTS/INFORMATIONAL ITEMS:
C/Farago said he has been driving by the corner of Diamond Bar Boulevard and Grand
Avenue and noticed that it is looking pretty abandoned and''unmaintained. He asked if
there had been any complaints and whether the City could do anything about the matter.
CDD/Gubman said he is not aware that the Code Enforcement Officer has received any
complaints but with the information provided by C/Farago the Code Enforcement Officer
will be asked to look into the matter at the start of the next business day.
Chair/Low asked what was happening with the shopping center across from Lorbeer
Middle School and CDD/Gubman responded that the shopping center was purchased
by the owner of the land upon which sits the vacant Kmart building and he is looking into
long-range plans of assembling ,parcels to connect the Kmart property with that site to
potentially establish a more comprehensive redevelopment plan for the area. Nothing
is happening at this time with regarding to redevelopment of the site.
Chair/Low asked if staff had an opening date for the Walmart Market and CDD/Gubman
responded that July 1 is the targeted opening date for the market.
9. STAFF COMMENTS/INFORMATIONAL ITEMS:
9.1 "Public Hearing dates for future projects.
CDD/Gubman stated that the next Planning Commission meeting is scheduled
for May 26 and there is one item on the agenda which is an addition to a residence
at 2657 Crooked Creek. The application for this project was deemed complete
this week and staff has been able to submit the Public Hearing Notice as required.
CDD/Gubman further stated that the Fiscal Year 2015-16 Budget was approved
by the City Council on May 5 along with the Capital Improvement Program the
Commission found to be in conformance with the City's General Plan. The
MAY 12, 2015 PAGE 6 PLANNING COMMISSION
budget is balanced and the Capital Improvement Plan that was adopted is the
largest CIP for one year in the City's history at $20 million. There are a number
of public improvements slated. The City Council established a Special Fund for
the Comprehensive General Plan Update and seeded that fund with additional
monies in this budget. The workload in the Planning Division at this time is going
to be able to accommodate staff's ability to prepare an RFP to get a consultant
on board to begin the two to three year process for the update. The entire
Planning Commission will have the opportunity to participate in public meetings
and public hearings and in addition, there will be community design charrettes,
workshops, etc., on the weekends and all of the components will be better defined
once the RFP is sent out and the City begins receiving ideas from consultants.
The City is close to embarking on this very significant process on the heels of the
City's first and current General Plan's 20th year of existence.'.
Chair/Low said she noticed that the development on Diamond Bar Boulevard and
Brea Canyon Road is moving forward. CDD/Gubman said the City continues to
issue permits and just issued permits for Phase IV of the development. To date,
more than 100 of 182 total building permits have been issued and the project will
be completed before the end of 2016. The park component has lagged a bit
behind the home construction, which is due largely to approvals that are needed
from the LA County Public Works Department. Staff expects to see the approvals
finalized and the easements recorded so that the developer can move forward to
complete improvements such as installing the footbridge that will connect parts
of the park that are separated by the channel and the landscape improvements.
Much of the prep work for the park has been completed and it is expected that
the park will suddenly take shape and be in`a turnkey condition to transfer to the
City about the time the new homes begin to be occupied.
Chair/Low said that in the news this week was an article about a parcel of land
between Diamond Bar and Chino Hills (Tres Hermanos). She asked if the City
of Diamond Bar had any interest or influence over the parcel. CDD/Gubman
responded that the City of Diamond Bar holds the land use authority through its
zoning powers to control the destiny of that site. 700 acres lies within Diamond
Bar alone and the entirety of Tres Hermanos is about 2400 acres. The other
1700acres are located in the City of Chino Hills. Presumably a developer will
purchase the land and have an interest in master planning it. It will definitely be
a controversial project which is to be expected. 700 acres alone of undeveloped
scenic land being considered for development will generate significant
controversy and the City will have the power to control what is ultimately approved
and the land use plan will be shaped by the public process and the Environmental
Impact process that will need to take place. While it will be an exciting process,
it will be arduous and one in which the City expects input from not only Diamond
Bar residents but Pomona and Chino Hills as well.
MAY 12, 2015 PAGE 7 PLANNING COMMISSION
C/Mahlke said she noticed the City Council meeting date was incorrect on the
agenda and she did not want to miss the T -Mobile discussion. CDD/Gubman
stated that the item is slated for the June 2 City Council meeting.
Chair/Low thanked staff for the reports and minutes.
10. SCHEDULE OF FUTURE EVENTS:
As listed in tonight's agenda.
ADJOURNMENT: With no further business before the
Chair/Low adjourned the regular meeting at 7:35 p.m.
Planning
The foregoing minutes are hereby approved this 26th day of May, 2015
Attest:
Respectfully Submitted,
Greg Gubman
Community Development Director
Ruth Low, Chairperson
Commission,
Attachment 3
PLANNING COMMISSION
RESOLUTION NO. 2015-09
A RESOLUTION OF THE PLANNING COMMISSION OF THE CITY OF DIAMOND BAR,. - ..
CALIFORNIA, RECOMMENDING THAT THE.CITY COUNCIL APPROVE TENTATIVE
TRACT MAP NO. 73201 (PLANNING CASE NO. PL2014-619) TO SUBDIVIDE AIR
SPACE FOR A 10 -UNIT INDUSTRIAL WAREHOUSE CONDOMINIUM LOCATED AT
614-646 BREA CANYON RD., DIAMOND BAR, CA 91789 (ASSESSOR'S PARCEL
NO. 8719-010-019).
A. RECITALS
1. Property owner, Peichin Lee, filed an application for Tentative Tract Map
No. 73201 to subdivide air space for a 10 -unit office condominium located at
614-646 Brea Canyon Rd., Diamond Bar, Los Angeles County, California
("Project Site").
2. The Project Site is currently comprised of one parcel totaling 1.7 gross acres. It
is located in the Light Industry (1) zone and is consistent with the Light Industrial
land use designation of the General Plan.
3. The legal description of the subject property is Parcel 2 of Parcel Map No. 16640.
The Assessor's Parcel Number is 8719-010-019.
4. On May 1, 2015, notification of the public hearing for this project was published
in the San Gabriel Valley Tribune and the Inland Valley Daily Bulletin
newspapers. Public hearing notices were mailed to property owners within a
500 -foot radius of the project site and public notices were posted at the City's
designated community posting sites on April 30, 2015. In addition to the
published and mailed notices, the project site was posted with a display board.
5. On May 12, 2015, the Planning Commission of the City of Diamond Bar
conducted a duly noticed public hearing, solicited testimony from all interested
individuals, and concluded said hearing on that date.
6. The documents and materials constituting the administrative record of the
proceedings upon which the City's decision is based are located at the City of
Diamond Bar, Community Development Department, Planning Division,
21810 Copley Drive, Diamond Bar, CA 91765.
B. RESOLUTION
NOW, THEREFORE, it is found, determined and resolved by the Planning Commission
of the City of Diamond Bar as follows:
1. This Planning Commission hereby specifically finds that all of the facts set forth
in the Recitals, Part A, of this Resolution are true and correct.
2. The Planning Commission hereby determines the Project to be Categorically
Exempt from the provisions of the California Environmental Quality Act (CEQA)
pursuant to the provisions of Article 19, Section 15301(a) (Interior Alterations to
an Existing Structure) and 15301(k) (Subdivision of Existing Commercial
Buildings, Where No Physical Changes Occur) of the CEQA Guidelines.
Therefore, no further environmental review is required.
3. The Planning Commission hereby specifically finds and determines that, having
considered the record as a whole including the findings set forth below, there is
no evidence before this Planning Commission that the Proposed Project herein
will have the potential of an adverse effect on wildlife resources or the habitat
upon which the wildlife depends. Based upon substantial evidence, this Planning
Commission hereby rebuts the presumption of adverse effects contained in
Section 753.5(d) of Title 14 of the California Code of Regulations.
C. FINDINGS OF FACT
Based on the findings and conclusions set forth herein and as prescribed under
Diamond Bar Municipal Code (DBMC) Section 21.20.080, this Planning Commission
hereby finds and recommends as follows:
Tentative Map Findings: Pursuant to Subdivision Code Section 21.20.080 of the City's
Subdivision Ordinance, the Planning Commission makes the following findings:
1. The proposed subdivision, together with the provisions for its design and
improvement, is consistent with the general plan and any applicable specific plan:
The proposed project involves the condominium subdivision of the site with
10 warehouse/storage units, and approximately 1.2 acres of common areas
which include parking, driveway easements, and landscaped areas. The General
Plan land use designation for the site is Light Industrial fl): The proposed project
is consistent with the General Plan land use designation. The project site is not
a part of any specific plan.
2. The site is physically suitable for the type and proposed density of development:
The proposed condominium subdivision will be consistent with the General Plan
land use designation of Light Industrial, which allows for the development of
10 warehouse/storage units in a 20,577 square -foot building. The property is
already improved with the existing building and is located within an urbanized.
area adequately served by existing roadways and infrastructure. No new
construction will take place except for interior tenant improvements. Therefore,
the property is physically able to accommodate the proposed development.
3. The design of the subdivision or the proposed improvements will not cause
substantial environmental damage or injure fish or wildlife or their habitat:
The design of the subdivision will not cause substantial environmental damage
or injure fish or wildlife or their habitat because the existing site is located in an
urbanized area that does not contain habitats or would otherwise injure fish or
wildlife or their habitat. In addition, no new construction will take place, and there
will be no physical changes to the building and property.
2
Planning Commission Resolution No. 2015-09
4. The 'design of the subdivision or type of improvements will not cause serious
public health or safety problems:
The proposed subdivision is not likely to cause serious public health or safety
problems because the property is already improved with the existing building and
is located within an urbanized area, consistent with other similar improvements
in the area. No new construction will take place except for interior tenant
improvements.
5. The design of the subdivision or type of improvements will not conflict with
easements, acquired by the public at large for access through or use of, property
within the proposed subdivision:
The site has existing driveway access and parking easements within the project
site. A condition is added to the project requiring that the Covenants, Conditions,
and Restrictions (CC&Rs) that governs the 10 -unit warehouse condominium
building shall expressly include reference to the existing reciprocal access and
parking agreement to ensure that reciprocal access and easement rights and
privileges are also retained for the newly created condominiums, prior to final
map approval.
6. The discharge of sewagefrom the proposed subdivision into the community
sewer system would not result in violation of existing requirements prescribed by
the California Regional Water Quality Control Board:
The project site shall be served by a separate sewer lateral which shall not cross
any other lot lines. In the event that it is determined that the lot is not serviced by
a separate independent sewer lateral, joint sewer maintenance and sewer line
easements which cross the lot lines shall be identified in the joint agreements
between properties. Therefore, no further environmental review is required.
7. A preliminary soils report or geologic hazard report does not indicate adverse soil
or geologic conditions:
The property is already improved with an existing building. No new construction
or grading will take place, and there will be no exterior changes to the building
and property.
8. The proposed subdivision is consistent with all applicable provisions of the City's
subdivision ordinance, the development code, and the subdivision map act:
The proposed subdivision is consistent with the City's subdivision ordinance,
subdivision map act, and applicable development code. The existing building
complies with all required setbacks and development code regulations.
Based on the findings and conclusions set forth herein and as prescribed under DBMC
Section 21.20.080, this Planning Commission hereby finds and recommends that the
City Council approve the Tentative Tract Map, subject to the following conditions,.and
the attached Standard Conditions of Approval:
3
Planning Commission Resolution No. 2015-09
A. GENERAL
1. The subdivision shall comply with the Conditions of Approval attached
hereto and referenced herein.
2. The applicant shall comply with the requirements of Planning and Building
and Safety Divisions, Public Works/Engineering Department, and the Los
Angeles County Fire Department attached hereto and referenced herein.
3. This approval shall not be effective for any purpose until the
applicant/owner of the property involved has filed, within twenty-one
(21) days of approval of this Tentative Tract Map No. 73201 (Planning
Case No. PL2014-619), at the City of Diamond Bar Community
Development Department, an affidavit stating that the applicant/owner is
aware of and agree to accept all the conditions of this approval. Further,
this approval shall not be effective until the applicant pay the remaining
City processing fees.
4. The applicant shall comply with Diamond Bar Municipal Code
Section 22.34.050. A permanent landscape maintenance program shall
be implemented ensuring. regular irrigation, fertilization, and weed
removal. All landscaping shall be maintained in a healthy, neat and orderly
condition, free of weeds and debris and with operating irrigation at all
times.
B. TENTATIVE TRACT MAP
1. The development shall comply . with the specific requirements of
Chapter 21.30 (Subdivision Design and Improvement Requirements) and
Chapter 21.34 (Improvement Plans and Agreements) of the Subdivision
Ordinance, as applicable.
2. The approval of Tentative Tract Map No. 73201 expires within three years
from the date of approval if the recordation. of the map has not been
exercised as defined per Diamond Bar Municipal Code (DBMC)
Section 21.20.140. The applicant may request in writing for a time
extension if submitted to the City no less than 30 days prior to the
approval's expiration date, subject to DBMC Section 21.20.150 for City
Council approval.
3. Prior to final map approval, the Covenants, Conditions, and Restrictions
(CC&R's) that governs the 10 -unit warehouse condominium building shall
be submitted for review and approval by the Planning Division, Public
Works/Engineering Department and City Attorney and recorded with the
Los Angeles County Recorder's Office. The CCRs shall expressly include
reference to the existing reciprocal access and parking agreement to
ensure that reciprocal access and easement rights and privileges are also
retained for the newly created condominiums.
4
Planning Commission Resolution No. 2015-09
The Planning Commission shall:
(a) Certify to the adoption of this Resolution; and
(b) Forthwith transmit a certified copy of this Resolution to the City Council of
the City of Diamond Bar.
APPROVED AND ADOPTED THIS 12TH DAY OF MAY 2015, BY THE --PLANNING
COMMISSION OF THE CITY OF DIAMOND BAR.
J�
BY:
Ruth Low, Chairperson
I, Greg Gubman, Planning Commission Secretary, do hereby certify that the foregoing
Resolution was duly introduced, passed, and adopted by the Planning Commission of the City
of Diamond Bar, at a regular meeting of the Planning Commission held on the 12th day of May
2015, by the following vote:
AYES: Commissioners:
NOES: Commissioners:
ABSTAIN: Commissioners:
ABSENT: Commissioners:
ATTEST:
Greg Gubman, Secretary
Farago, Mahlke, Nishimura, VC/Pirritano, C/Low
None
None
None
5
TRACT MAP NO. 73201
COMMUNITY DEVELOPMENT
,.DEPARTMENT
STANDARD CONDITIONS
COMMERCIAL OFFICE CONDOMINIUM CONVERSION
PROJECT #: Tract Map No. 73201 Planning Case No. PL 2014-619
SUBJECT: A Tentative Tract Map to subdivide air space for a 10 -unit
warehouse condominium
PROPERTY Peichin Lee 17528 E. Rowland Street #200, City of Industry,
OWNER: CA 91748
APPLICANT: Preston Chan 17528 E. Rowland Street #200, City of
Industry, CA 91748
LOCATION: 614-646 Brea Canyon Rd., Diamond Bar, CA 91789
ALL OF THE FOLLOWING CONDITIONS APPLY TO YOUR PROJECT.
APPLICANT SHALL CONTACT THE PLANNING DIVISION AT (909) 839-7030, FOR
COMPLIANCE WITH THE FOLLOWING CONDITIONS:
1. GENERAL REQUIREMENTS
1. The applicant shall defend, indemnify, and hold harmless the City, and its officers,
agents and employees, from any claim, action, or proceeding to attack, set-aside,
void or annul the approval Tentative Tract Map No. 73201 (Planning Case
No. PL2014-619) brought within the time period provided by Government Code
Section 66499.37. In the event the city and/or its officers, agents and employees
are made a party of any such action:
(a) Applicant shall provide a defense to the City defendants or at the City's
option reimburse the City its costs of defense, including reasonable
attorneys fees, incurred in defense of such claims.
(b) Applicant shall promptly pay any final judgment rendered against the City
defendants. The City shall promptly notify the applicant of any claim,
action of proceeding, and shall cooperate fully in the defense thereof.
6
Planning Commission Resolution No. 2015-09
2. This approval shall not be effective for any purpose until the applicant and owner
of the property involved have filed, within twenty-one (21) days of approval of this
Tentative Tract Map No. 73201 (Planning Case No. PL 2014-619) at the City of
Diamond Bar Community Development Department, their affidavit stating that
they are aware of and agree to accept all the conditions of this approval. Further,
this approval shall not be effective until the applicants pay remaining City
processing fees, school fees and fees for the review of submitted reports.
3. Prior to any use of the project site or business activity being commenced thereon,
all conditions of approval shall be completed.
4. The project site shall be maintained and operated in full compliance with the
conditions of approval and all laws, or other applicable Federal, State, or City
regulations.
5. Approval of this request shall not waive compliance with all sections of the
Development Code, all other applicable City Ordinances, and any applicable
Specific Plan in effect at the time of building permit issuance.
6. Property owner/applicant shall remove the public hearing notice board within
three (3) days of this project's approval.
7. The applicant shall comply with the requirements of Planning and Building and
Safety Divisions, Public Works/Engineering Department, and the Los Angeles
County Fire Department.
These conditions of approval shall run with the land and shall be binding upon all
future owners, operators, or successors thereto of the property. Non-compliance
with any condition of approval imposed as a condition of this approval, shall
constitute a violation of the City's Development Code. Violations may be
enforced in accordance with the provisions of the Development Code.
Failure to comply with any of the conditions set forth herein or as subsequently
amended in writing by the City, may result in failure to obtain a building final
and/or a certificate of occupancy until full compliance is reached. The City's
requirement for full compliance may require minor corrections and/or complete
demolition of a non-compliance improvement, regardless of costs incurred where
the project does not comply with design requirements and approvals that the
applicant agreed to when permits were pulled to construct the project.
B. FEESIDEPOSITS
Prior to final map approval, all deposit accounts for the processing of this project
shall have no deficits.
Planning Commission Resolution No. 2015-09
C. TIME LIMITS
1. The approval of Tentative Tract Map No. 73201 shall expire within three (3) years
from the date of approval if the use has not been exercised as defined pursuant
to Diamond Bar Municipal Code Section 21.20.140 and 22.66.050(b)(1). In
accordance with Diamond Bar Municipal Code Section 22.60.050(c), the
applicant may request, in writing, for a one-year time extension for City Council
consideration. Such a request must be submitted to the Planning Division prior
to the expiration date and be accompanied by the review fee in accordance with
the fee schedule in effect at the time of submittal.
D. SITE DEVELOPMENT
1. The project site shall be developed and maintained in substantial conformance
with the approved plans submitted to, approved, and amended herein by the City
Council, on file with the Planning Division, the conditions contained herein, and
the Development Code regulations.
APPLICANT SHALL CONTACT THE PUBLIC WORKS DEPARTMENT, (909) 839-7040,
FOR COMPLIANCE WITH THE FOLLOWING CONDITIONS:
A. GENERAL
1. A title report/guarantee showing all fee owners, interest holders, and nature of
interest shall be submitted for final map plan check. An updated title
report/guarantee and subdivision guarantee shall be submitted ten (10) business
days prior to final map approval.
2. Prior to final map approval, written certification that all utility services and any
other service related to the site shall be available to serve the proposed project
and shall be submitted to the City. Such letters shall be issued by the district,
utility and cable television company, within thirty (30) days prior to final map
approval.
3. Prior to final map approval, surety shall be posted guaranteeing completion of
monumentation.
4. Easements for disposal of drainage water onto or over adjacent parcels shall be
delineated and shown on the final map or addressed in the CC&R's, as approved
by the City Engineer.
5. Applicant shall label and delineate on the final map or within the CC&R's any
private drives or fire lanes to the satisfaction of the City Engineer.
6. The CC&R's shall address existing reciprocal access and parking for all property
owners.
7. Easements, satisfactory to the City Engineer and the utility companies, for public
utility and public services purposes shall be offered and shown on the final map.
8
Planning Commission Resolution No. 2015-09
Permission shall be obtained from each utility company for any grading or
construction over existing easements.
8. After the final map records, applicant shall submit to the Public
Works/Engineering Department, at no cost to the City, a full size reproducible
copy of the recorded map. Final approval of the public improvements shall not
be given until the copy of the recorded map is received by the Public
Works/Engineering Department.
9. Applicant shall contribute funds to a separate engineering trust deposit against
which charges can be made by the City or its representatives for services
rendered. Charges shall be on an hourly basis and shall include any City
administrative costs.
10. Applicant shall provide digitized information in a format defined by the City for all
related plans, at no cost to the City.
11. All activities/improvements proposed for Tentative Tract Map No. 73201 shall be
wholly contained within the boundaries of the map. Should any off-site
activities/improvements be required, approval shall be obtained from the affected
property owner and the City as required by the City Engineer.
12. Prior to issuance of occupancy, addresses for each unit shall be submitted for
review and approval by the Public Works/Engineering Department.
B. DRAINAGE
1. Maintenance plan/program of all on-site facilities shall be incorporated into the
CC&R's.
C. UTILITIES
Easements, satisfactory to the City Engineer and the utility companies, for public
utility and public services purposes shall be offered and shown on the final map
or addressed in the CC&R's.
D. SEWERS
1. Easements for the sewer lines which cross property lines shall be offered in the
CC&R's.
APPLICANT SHALL CONTACT THE BUILDING AND SAFETY DIVISION, (909) 839-7020,
FOR COMPLIANCE WITH THE FOLLOWING CONDITIONS:
1. The additional new demising wall shall obtain building permits and inspections
from the Building and Safety Division prior to leasing out any spaces.
2. Upgrades for ADA accessibility shall be required for future tenant improvements
within each space as required per CBC 11 B-202.
9
Planning Commission Resolution No. 2015-09
3. The new accessible parking stall shall slope 2% maximum, not block existing
drainage, and not create a slope of more than 5% in any area of the parking lot.
APPLICANT SHALL CONTACT THE LOS ANGELES COUNTY FIRE DEPARTMENT,
(323) 890-4243, FOR COMPLIANCE WITH THE FOLLOWING CONDITIONS:
A. ACCESS
1. Fire Department apparatus access shall be extended to within 150 feet of all
portions of the exterior walls of any future buildings or structures. Verification for
compliance will be performed during the building plan check review prior to
building permit issuance.
2. Access as noted on the Tentative and the Exhibit Maps shall comply with Title 21
(County of Los Angeles Subdivision Code) and Section 503 of the Title 32
(County of Los Angeles Fire Code), which requires all weather access.
3. All onsite driveways shall provide a minimum unobstructed width of 26 feet,
exclusive of shoulders, except for approved security gates in accordance with
Section 503.6, and an unobstructed vertical clearance "clear to sky" Fire
Department vehicular access to within 150 feet of all portions of the exterior walls
of the first story of the building, as measured by an approved route around the
exterior of the building. Fire Code 503.1.1 & 503.2.2
4. Dead-end fire apparatus access roads in excess of 150 feet in length shall be
provided with an approved Fire Department turnaround. Fire Code 503.2.5
Include: The dimensions of the turnaround, with the orientation of the turnaround
shall be properly placed in the direction of travel of the access roadway.
5. Fire Apparatus Access Roads shall be designed and maintained to support the
imposed load of fire apparatus weighing 25 tons (Engine) / 37 '/2 tons (Truck/
Quint) and shall be surfaced so as to provide all-weather driving capabilities. Fire
apparatus access roads having a grade of 10 percent or greater shall have a
paved or concrete surface. Fire Code 503.2.3
6. The Final Map shall be submitted to our office for review and approval prior
recordation.
7. Multiple commercial buildings having entrances to individual units not visible from
the street or road shall have unit numbers displayed in groups for all units within
each structure. Such numbers may be grouped on the wall of the structure or
mounted on a post independent of the structure and shall be positioned to be
plainly visible from the street or road as required by Fire Code 505.3 and in
accordance with Fire Code 505.1.
8. Fire lanes shall be designated with pavement markings and signage to enable
enforcement, by the Los Angeles County Fire Department (LACFD) and Los
Angeles County Sheriff's Department (LASD). The striping and signage plans
shall be subject to LACFD and LASD review and approvals.
10
Planning Commission Resolution No. 2015-09
B. WATER SYSTEM REQUIREMENTS
1. All hydrants shall measure 6"x 4"x 2-1/2" brass or bronze, conforming to current
AWWA standard C503 or approved equal.
2. Additional water systems may be required by Fire Prevention Engineering Unit if
any new construction is proposed or any changes with the existing configuration.
3. All on-site fire hydrants shall be installed a minimum of 25' feet from a structure
or protected by a two (2) hour rated firewall. Fire Code Appendix C106
4. All private on-site fire hydrants shall be installed, tested and approved prior to
building occupancy. Fire Code 901.5.1
5. Plans showing underground piping for private on-site fire hydrants shall be
submitted to the Sprinkler Plan Check Unit for review and approval prior to
installation. Fire Code 901.2 & County of Los Angeles Fire Department
Regulation 7
6. All required public fire hydrants shall be installed, tested and accepted prior to
beginning construction. Fire Code 501.4
7. Spacing of fire hydrants shall not exceed the distances specified in Fire
Code C105.2 & C106. Show all existing public and private on-site fire hydrants
on the site plan. Include the location of all public fire hydrants within 300 feet of
the lot frontage on both sides of the street. Specify size of fire hydrant(s) and
dimension(s) to property lines. Additional fire hydrant requirements may be
necessary after this information is provided.
8. Parking shall be restricted 30 feet adjacent to any required public fire hydrant,
15 feet on each side measured from the center of the fire hydrant. Adequate
signage and/or stripping shall be required prior to occupancy.
END
11
Planning Commission Resolution No. 2015-09
A
Attachment 4
This page is part of your document - DO NOT DISCARD
of LOS 20140645495
�,�`��
II
Illlllll
l
II
Pog,4
II
I
III
III
If
I lI
II
Il
1111111
Recorded/Filed in Official Records
t ♦
Recorder's Office, Los Angeles County,
tCalifornia
x
C'tUFO RM�r 06/23/14 AT 08:OOAM
FEES:
72,00
TARES:
0.00
OTHER:
0.00
PAID:
72.00
!I�IWVRIMmIIIYINtlI�RI��IOtlI�VV�
LEADSHEET
IIIII I IIII I I IIII (1111 {1111 {{III III I IIIII IIII IIIII Illll IIII 11{111 IIIA III I IIII IIII
201406230150011
00009317480
111111 IIV IIIII IIIII IINI Iill lel IIIII //II/VI IIII
006254282
SEQ:
20
DAR - Title Company (Hard Copy)
IVIlIIIINVNIIIIIINIIIIIIIVIIIIVIIIIIIIIIIIIVIIIIIIIIIIIIIVIIIINIIlIIIIIIIIIIIIIIIIIIII
IIIIIIIIIINIIIIIIIINIIIIIIIIIiNIIIIIIIV111111VIININNIIIIIIIIIIIIIIIIVIIIIIIlIIIIIIVIIIII
THIS FORM IS NOT TO BE DUPLICATED t19 -
EMMO
STEWART TITLE
RECORDING REQUESTED BY:
Peichin Lee
Brea Canyon Investment, LLC
17528 E. Rowland Street, Suite 288
City of Industry, CA 91748
WHEN RECORDED MAIL TO:
Peichin Lee
Brea Canyon Investment, LLC
17528 E. Rowland Street, Suite 288
City of Industry, CA 91748
06/23/2014
SPACE ABOVE THIS (WETS TOR RECORDERS USE
RECIPROCAL EASEMENT, PARKING AND ACCESS AGREEMENT
THIS RECIPROCAL EASEMENT, PARKING AND ACCESS AGREEMENT
("REA") is made and entered into as of June 18, 2014, by and between PPCN
Investment, LLC a California Limited Liability Company ("North Owner"), and Brea
Canyon Investment, LLC, a California limited liability company ("South Owner" and
together with North Owner, the "Current Owners"), being all the Owners of the Parcels
(as defined below).
A. WHEREAS, North Owner is the Owner of certain improved real property
located in the City of Diamond Bar, County of Los Angeles, State of California, more
particularly described on Exhibit A-1 attached hereto and incorporated herein by this
reference (the "North Parcel');
B. WHEREAS, South Owner is the Owner of certain unimproved real
property located in the City, more particularly described on Exhibit A-2 attached hereto
and incorporated herein by this reference (the "South Parcel' and together with the
"North Parcel," each a "Parcel' and, collectively, the "Project Site");
C. WHEREAS, the Project Site is generally depicted on the site plan attached
hereto as Exhibit B and the South Parcel is indicated thereon with a red border;
D. WHEREAS, North Owner and South Owner, as the Owners of the Project
Site, hereto desire to provide for mutual parking and other easements on the terms
described herein, and as required by the City of Diamond Bar (the "City") on the terms
described herein;
E. WHEREAS, on or about July 16, 2013, pursuant to City Council
Resolution Nos. 2013-23 and 2013-24, the City approved Development Review and
Parking Permit No. PL2012-455 (the "Planning Application') with respect to the South
Parcel, subject to the Current Owners entering into and recording this REA;
l
z-
I
F. WHEREAS, North Owner and the South Owner desire to enter into this
REA in order to facilitate the development and occupancy of the South Parcel pursuant to
the Planning Application.
G. WHEREAS, this REA sets forth the various easements, covenants,
conditions and restrictions affecting the Project Site, including, without limitation,
reciprocal easements benefiting each of the Parcels;
AGREEMENT
NOW, THEREFORE, for and in consideration of the mutual covenants and
agreements contained herein, Ten and 00/100 Dollars ($10.00) in hand paid, and other
good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged and confessed, North Owner and South Owner hereby agree as follows:
1. Definition of Common Area. For the purpose of this REA, "Common
Area" shall be all land, improvements and personal property necessary to the operation of
such improvements located within the boundaries of the North Parcel and the South
Parcel as depicted on the site plan attached hereto as Exhibit B; provided, however, that
any building structure (including all land, improvements and personal property within)
shall not be Common Area. The trash enclosures and trash collection receptacles located
in, the northeast of the North Parcel are not "building structure[s]". Common Area shall
include, but not be limited to, the Automobile Parking Area (as defined below), curbs,
perimeter sidewalks, other sidewalks not within building limit lines, identification signs,
trash enclosures and trash collection receptacles, and personal property (such as
maintenance equipment) necessary for the operation of such improvements and facilities.
2. Definition of Automobile Parking Area. "Automobile Parking Area" shall
be that portion of the Project Site used for the passage and parking of motor vehicles,
together with all improvements, including access roads, curbs, directional signs,
driveways, incidental and interior roadways, landscaping, light standards, pedestrian
sidewalks and stairways, and walkways, in and adjacent to areas used for parking of
motor vehicles; provided, however, that any building structure (including all land,
improvements and personal property within) shall not be Automobile Parking Area.
3. Recinrocal Easements. The North Owner and the South Owner hereby
declare, establish and grant to each other and all their respective heirs, personal
representatives, successors and assigns for the benefit of each Parcel non-exclusive,
reciprocal easements over, across and through all portions of the Common Area of the
Project Site located on the North Owner and the South Owner's respective Parcels for (a)
vehicle parking, pedestrian and vehicular ingress and egress, passage, travel and
deliveries, and (b) sewers, utilities, communication facilities, gas and other energy
facilities, and drainage facilities, provided that such easements will be limited so that the
implementation and use thereof shall not interfere with the intended primary uses of the
Common Area for parking and ingress and egress on an overall basis, (c) use of trash
enclosures and trash collection receptacles, and (d) cross lot drainage between the North
Parcel and the South Parcel. Any Owner may permit its employees, agents, contractors,
-2-
customers, vendors, suppliers, visitors, invitees and licensees ("Permittees") to use such
easements in accordance with the provisions of this REA. No parking area shall be
subject to exclusive use by Permittees of any Owner. No parking shall ever be permitted
on the designated driveways, fire lanes, entranceways, and exits of the Project Site.
Access to the Project Site, and/or parking on the Project Site by, full-sized (WB -40 or
larger) trucks shall be prohibited. Further, each Owner agrees to grant to any public
utility or governmental entity and its successors and assigns easements for sewer, utility
communication facilities, gas and other energy facilities, or drainage purposes under and
through the Common Area located on any Parcel in which such Owner has an interest,
provided that such easements will be limited so that the use thereof will not unreasonably
interfere with the intended primary uses of the Common Area for parking and ingress and
egress on an overall basis, and provided further such easements shall be non-exclusive
unless otherwise reasonably required by the utility company or governmental entity. All
sewer, utility, drainage and flood control facilities located within the Common Area shall
include the right to erect, maintain, operate, repair, remove and replace all necessary lines,
facilities, transformers and meters. All sewer, utility, drainage and flood control facilities
located within the Common Area shall be below finished ground surface, except for any
above ground retention basins approved by the Current Owners. All such facilities that
are located above finished ground surface shall be attractively painted or reasonably
screened from view by landscaping or fencing. No walls, fences or barriers of any sort or
nature shall be constructed or erected on or around the South Parcel, or any portion
thereof, which shall prevent or impair the use or exercise of any of the easements set
forth herein, or the free access and movements of vehicular and pedestrian traffic within
and between the Parcels or ingress from or egress to the abutting highways and roads;
provided, however, that curb stops and other reasonable traffic controls, including
without limitation, direction markers and parking stops, as may be reasonably necessary
to guide and control the orderly flow of traffic may be installed so long as the access
driveways in the Common Areas are not closed or effectively blocked.
4. Implementation of Parking Management Plan. In accordance with the
recommendations set forth in the Parking Analysis and Management Plan for Brea
Canyon Business Center, dated July 3, 2013, prepared by Linscott, Law & Greenspan in
conjunction with the Planning Application, the Current Owners also agree as follows:
a. The South Owner and/or any property owners' association established with
respect to the South Parcel shall encourage all owners and/or tenants of
individual condominium units on the South Parcel and their employees to
park on the North Parcel, so that there is adequate parking for guests and
visitors of the owners / tenants of the units located on the South Parcel.
b. The North Owner shall incorporate terms into all of its leases for units
located on the North Parcel, (i) which limit the number of tenant and
employee vehicles associated with each unit that are permitted to be
parked at any one time on the Project Site to a number equivalent to the
minimum number of parking spaces required for the type of use occupying
the unit by the City of Diamond Bar Municipal Code, (ii) which restrict to
a maximum of four (4) the number of commercial and company vehicles
-3-
associated with each unit that are pennitted to be parked at any one time
on the Project Site; and (iii) which subject tenants violating such terms to
penalties and/or lease termination.
c. Subject to review and approval by the City, the South Owner shall
construct four (4) additional parking spaces on the South Parcel, in
addition to those parking spaces shown on the plans approved as part of
the Planning Application.
5. Determination of Share of Common Area Maintenance Costs. All costs
associated with the use of trash enclosures and trash collection receptacles (as specified
in Paragraph 3) in the Common Area, including but not limited to collection services and
maintenance, shall be borne sixty percent (60%) by North Owner and forty percent (40%)
by South Owner. The North Owner shall, from time to time, but not more often than
once each month and not less than every six (6) months, send to the South Owner a
written statement itemizing the total of said costs for the preceding month (or longer
period). The South Owner shall pay its share, as herein provided, within thirty (30) days
after receipt of the statement. Unless otherwise set forth in this REA, each Owner shall
pay all maintenance costs for the laird, improvements and personal property situated in its
respective Parcel.
6. Not a Public Dedication. Nothing contained in this REA shall be deemed
to be a gift, exaction, or dedication for public use of all or any portion of the Project Site
to the general public or for any public purpose whatsoever, it being the intention of the
Current Owners that this REA shall be strictly limited to and solely for the purposes
expressly set forth in this REA.
7. Covenants Run With the Land. Each of the restrictions, obligations,
easements, and covenants set forth herein (collectively, the "Covenants") shall be
covenants running with the land pursuant to California Civil Code Section 1468. Such
Covenants shall also be mutual equitable servitudes upon the North Parcel and the South
Parcel, and each part thereof, burdening, appurtenant to, and benefitting each and every
other part thereof.
8. Successors and Assigns. This REA and each of the Covenants shall inure
to the benefit of and be binding upon the North Owner, the South Owner, and their heirs,
personal representatives, successors and assigns. This REA and each of the Covenants
shall be binding upon and benefit any person or entity acquiring an interest in the North
Parcel and/or the South Parcel, including, without limitation, all tenants, lessees,
licensees, subtenants and/or occupants of the North Parcel and/or the South Parcel,
whether by operation of law or otherwise. Every person or entity who now or hereafter
owns or acquires an), right, title or interest in or to any portion of the North Parcel and/or
the South Parcel is and shall be conclusively deemed to have consented and agreed to the
Covenants contained herein, whether or not any reference to this instrument is contained
in the instrument by which such person or entity acquired their right, title or interest in
such property.
-4-
I
9. Enforcement of REA by City, Waiver. The City is an intended third -party
beneficiary of this REA and shall have the right, but not the obligation, to enforce this
REA by a proceeding at law or in equity against any person or persons violating or
attempting to violate any Covenant provided for herein, either to restrain or enjoin such
violation or to recover damages. Violation of this REA by the South Owner and/or its
successors or assigns shall also constitute a violation of the conditions of approval to the
Planning Application, enforceable by City by any legal or administrative proceeding
authorized by law. The failure of the City to insist upon the strict performance of any
Covenant contained in this REA shall not be deemed a waiver of any right or remedy that
City may have or a waiver of any subsequent breach or default in the performance of any
Covenant contained in this REA.
10. Lienholder Protection, This REA and the rights, privileges, covenants,
agreements and easements hereunder with respect to the Project Site shall be superior and
senior to any lien placed upon the North Parcel or the South Parcel, including the lien of
any mortgage or deed of trust. Notwithstanding the foregoing, no breach of this REA
shall defeat, render invalid, diminish or impair the lien of any mortgage or deed of trust
encumbering the North Parcel or the South Parcel, and made in good faith and for value,
but all the covenants and restrictions, easements and conditions and other provisions,
terms and conditions contained in this REA shall be binding upon and effective against
any person (including, but not limited to, any mortgagee or beneficiary under a deed of
trust) who acquires title to the North Parcel and/or the South Parcel or any portion thereof
by foreclosure, sale, deed in lieu of foreclosure or otherwise.
11. Counterparts. This REA may be executed in multiple counterparts, each
of which, when assembled to include an original or faxed signature for each party
contemplated to sign this REA, will constitute a complete and fully executed agreement.
All such fully executed original or faxed counterparts will collectively constitute a single
agreement.
12. Effectiveness. As a condition to the effectiveness of this REA, South
Owner shall pay all fees and expenses incurred by the North Owner in connection with
this REA, including, without limitation, any costs and expenses incurred in connection
with the preparation, negotiation or recordation of this REA, any fees and expenses
incurred in connection with obtaining any lender's approval, and any associated legal
fees, costs, or expenses.
13. Choice of Law. This REA shall be governed by the laws of the state of
California.
14, Severability. If any term, covenant, condition or provision of this REA, or
the application thereof to any person or circumstance, shall to any extent be held by a
court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the
terms, covenants, conditions and provisions of this REA, or the application thereof to any
person or circumstance, shall remain in full force and effect and shall in no way be
affected, impaired or invalidated thereby.
-5-
I
15. Amendment and Termination. This REA may not be modified, amended,
removed, extinguished, rescinded or terminated, in whole or in part, except by written
instrument executed by each of the North Owner, the South Owner, and the City
Manager of the City, and recorded in the Official Records of Los Angeles County,
California,
[Remainder of this page intentionally left blank.]
NORTH OWNER:
PPCN Investment, LLC,
A California Limited Liability Compan
Xy«::..
By (Signature):.
Name (Printed): I o1 A,yL Lee,
Title: fA a YT
STATE OF CALIFORNIA
COUNTY OF L -s i !2:e4PS I SS.
On u 7_0 �q before me,
/1oV/4�GiN Ma, 7-71A" 1-2" %C personally
Who proved to me on the basis of satisfactory evidence to be the persou(,j) whose
name(&)- is/are- subscribed to the within instrument and acknowledged to me that
he/she/thEy executed the same in hWfier/their authorized capacity(ies), and that by
bis/her/thrrr signature(s) on the instrument the person(,s�; or the entity upon behalf of
which the person*acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that
the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
_ CHONG LAM MA
Commission No. 2070230
NOTARY PUBLIC-CAUFORNIA I
LOS ANGELES COUNTY
LMy Comm E%PM JUNE 2, Iota
%-
SOUTH OWNER:
Brea Canyon Investment, LLC,
A California Limited Liability C
By(Signature): %� ,,�,
Name (Printed): Eo;4I11 / J �—
Title:CL�Q�� I
STATE OF CALIFORNIA
COUNTY OF ,-as !01 240 } SS.
IS �IWRWN
before. _ -me,
personally
appeared' Pe,r4; A 1..2e
Who proved to me on the basis of satisfactory evidence to be the person(-} whose
name(gj is/ar6" subscribed to the within instrument and acknowledged to me that
befshe/tiT6y executed the same in hWher/Keeir authorized capacity(ies), and that by
itiether/*ir signature(sl on the instrument the persona, or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that
the foregoing paragraph is true and correct.
WITNESS my hand and official seat.
Signature Com' `
ME
CHONG LAM MA
Commission No.2070230
NOTARY PUBLIC -CALIFORNIA
LOS ANGELES COUNTY
MY Carom. ErPM JUNE 2,1018
I
!9
EXHIBIT A-1 (1 of 2)
Parcel 2 of Parcel Map No. 16640, in the City of Diamond Bar, County of Los
Angeles, State of California, as per map recorded in Book 181, Pages 74 and 75 of
Parcel Maps, in the Office of the County Recorder of said County.
Except a portion of said Parcel 2, described as follows:
The Southerly 5:00 feet of the Easterly 103.55 feet of the Westerly 154.27 feet,
measured along the Southerly line of said Parcel 2.
Said land is also shown and described as Parcel 1 of an Instrument entitled
"Certificate of Compliance City of Diamond Bar Case No. LLA -018-001", a
certified copy of which is recorded August 01, 2013, as Instrument No. 20131133415
of Official Records.
U
EXHIBIT A-1 (2 of 2)
Excerpt from "Certificate of Compliance City of Diamond Bar Case No. LLA -618-001"
EXHIBIT 'B'
LOT LINE ADJUSTMENT
i
NOTE,
LEGEND
TMs PLAr wAs PREPARED :Row
FARLI
EXISTING LOT LME TO
N£CGRO DATA PER PM NO, 16660
Remix
PMa Tat, PCS 74 AND 73.
— — —
— — EXISTING LOT LINE TO
P -ILL 1111-74-75
Y'
SE REAOVED
APN: 8719-010-901
NEV LOT L16C
i
to
8.1460.00' L-'i7,11
PARCEL 1
8
PARCEL 2
----
WASHINGTON STREET
10
PN NO. low
m
P.M,11.181-7475
1Z
APN: 8719-010-902
lO
�
Z
IQ
T(BB78'S5t f03.SS'
50.17—
—
—
Ll
�y
t1 M'55T 322.W
i
PARCEL2
8
FARLI
PM MOlaw
F1
P -ILL 1111-74-75
Y'
APN: 8719-010-901
88456'S6T i]lOD'
8.1460.00' L-'i7,11
I
8
3
----
WASHINGTON STREET
St£ET 3 OF 4
SCALE I' = 40'
CAL LAND ENGINEERING, INC. LOT LINE ADJUSTMENT
dba OUARTECH CONSULTANTS q12
S GCS
576 E. LAMBERT ROAD
BREA, OA 92821 JndN C. Lrr PLS 6407 614 6 650 Brea Canyon Rd
(71/671-1050 Mnrcb e, 2013 Dkvwnd Bar, Caffrornk
(71467I-1040 TA%
-IO-
EXHIBIT A-2
Lot t of Tract No. 72067, in the City of Diamond Bar, County of Los Angeles, State
of California, as per map recorded in Book 1377, Pages 99 & 7,00 of Maps, in the
Office of the County Recorder of said County.
-11-
[77ais page intentionally, left blcmk]
-I2-
EXHIBIT B — SITE PLAN
uWWI.I
bs�w.l�
-13-
I,
IIw
LL
I
� I
II
I
NORTH PARCEL
I,
it
I,
:.....
II
I
I�
—
--7-----------i-----
PRIVATE DRIVEWAY AND FIRE ANE
1 ji
�
I I
I ,•
� y
:i
C3
SOUTH PARCEL
-13-
618 BREA CANYON INDUSTRIAL CONDOS
618 BREA CANYON RD., DIAMOND BAR, CA 91789
FACADE AT NORTHWEST CORNER
DRAWING SYMBOLS
ABBREVIATIONS
N9 = AOOEMLaL IIPNAN019NC DMGNPIp4
RUINING GOTTEN INDICATOR
— —
— NO
NO =SECUDYRAL W,VAUMfAIC DECISION
CAN,
DING
DING = Dial NUMBER WHERE SSrnGN 15 DRAWN
IT
AN
REFLUN,
EXTERIOR VIEW INNAAM
WAREHOUSE
DING
NG = YaRNNPL ALESS C SULFATES
CAG .= HEARING NUMBER WERE DEAFEN IS DRAWN
AIN
"N&xnram
SEGPON WOIGTOA FOR POSTAL BUILDING
Iw
' '
NO = ALAI AUTOMATIC DESIGNATION
CA ISAAC NOMURA WHERE SALON IS pUVM
11
w
DETAIL INDIANA
WAREHOUSE
NO
NC SOUL TVL AUEANONERIC SEPT..
nwAULNIF
Na.
—11,AS
-AS
RAG OWJA G NUMBER ALLEFF ALLOW IS DAWN
SAW
,wEwN,,
AM
REC nu u Iexeticry
IXOIGIOR E1.
AM
SOc
SO
M FLOWN SUNNI WHFPE SEGWN IS MAIN
ABBREVIATIONS
N9 = AOOEMLaL IIPNAN019NC DMGNPIp4
AODM
COME
NO
ll
UP
CAN,
Am
la-
IT
AN
REFLUN,
IDI=SELIEMILL ALPHANUMERIC RESIGNATION
WAREHOUSE
al
muen
AIN
"N&xnram
,
Iw
MATcx FILE INmGIOR
F
11
w
STM
WAREHOUSE
A B MARIO
A R C t B = MHAIOA fLEVAFIOk INpCA10R
H
nwAULNIF
Na.
—11,AS
-AS
IN,
SAW
,wEwN,,
SUPER LAOS
(SHE WO RGOR PIArvS
A
IXOIGIOR E1.
1306 S.F.
OOMMONAREA
2 I /
RITEN
TWRITER
q = CEVADOry R
I
DAVM ONE AND INOIGTDR
SCOPE:
SUBDIVIDE ANY CONVERT THE D19IING EIGHT (P) UNIT
ILI
xmN, .n
FAL
P olecl
RMSId! INTRAMN
— 0
Na
PARE
tt2x
INNET
.1
AIR
FAINOOF
2. CENTER xF SLUMP a Wµ45
-a.
BC INDUSTRIAL
ACCmONAI NOTES:
USE GF THE BUILDING WILL BE RESWICIED TO
SESSION 0.9E
INNCAIOR
a—
FEC
QUE S' CRACCULL
TROE NORM WOANING NORTH
BE WALLY HAVE SMN1 OFFICE ROOF. RASED ON
THE CEO PARKING CODE. FMN CONDO UNE WILL BE
IN BCCA OFSUMR0
ALLPNED A MLANUM OF SIX OF THE UNRi NET
ro
x
ONss
THE
THE GAYS CODE) AND' THE NUMMUNNING A..WAREHOUSE
USE THE 'Nal, HAVE PIE
ND
N9 = AOOEMLaL IIPNAN019NC DMGNPIp4
AODM
COME
fl00M IOEMIFIEx
GWG
UK = DRAWING NUMBER WHERE. SECTOR G SPAIN
101
ROOM NO'—ANNE GF SPACE
B
WAREHOUSE
1504 S.F.
IDI=SELIEMILL ALPHANUMERIC RESIGNATION
WAREHOUSE
1559 S.F.
!LTD` =_
WAREHOUSE
Q
INTERIOR fLEVAPON INOIGTOF
= SEC'.If1mK NPR B@GNAllary
SFE M/x—Mx
MATcx FILE INmGIOR
F
ANERRIC
TWO =ORAXINO WkfRCSftRON B DRUM
1889 S.F.
O
WAREHOUSE
A B MARIO
A R C t B = MHAIOA fLEVAFIOk INpCA10R
H
RN5HED N INOIGTOR
1359 S.F.
I
WAREHOUSE
SUPER LAOS
(SHE WO RGOR PIArvS
A
IXOIGIOR E1.
1306 S.F.
OOMMONAREA
2 I /
RITEN
TWRITER
q = CEVADOry R
I
DAVM ONE AND INOIGTDR
SCOPE:
SUBDIVIDE ANY CONVERT THE D19IING EIGHT (P) UNIT
(SECIICNS ANDF1fVAnONS
COLUMN GRD INDICATOR WITH COLUMN SM LINES
P olecl
RMSId! INTRAMN
— 0
NCTE I. ME OF SULTS h WJNWOgT
G-101
CHANGES TO THE E%191NF BUILDING ANG EXIATTA DE
2. CENTER xF SLUMP a Wµ45
AT EE NORTHER.
BC INDUSTRIAL
ACCmONAI NOTES:
USE GF THE BUILDING WILL BE RESWICIED TO
SESSION 0.9E
INNCAIOR
-- --- — A
TROE NORM WOANING NORTH
—11UN NNE
CODE SUMMARY
ALL WORK PERTAINING 10 AND ALL MATERNES SUPPLIED FOR
EXECLIDNG HE COMPLETING THIS CONRTACT SHALL COMPLY WIRE
PROVISIONS SPECIFIED IN THE CONTRACT DOCUMENTS h NITH ALL
APPLICABLE LAWS, REGULATIONS k ORDINANCES GOVERNING WORK
INCLUDING. BUT NOT UAITEO TO THOSE OF.
2000 T-24
2000 CALIFORNIA ENERGY STANDARDS
2013 GUFORNA BUILDING CODE (GAC)
2013 GUFORNIA FIRE CODE (CFC)
2013 CALIFORNIA ELECTRIC CODE (CEC)
2013 CALIFORNIA MECHANICAL CODE (CMC)
2013 CALIFORNIA PLUMBING CODE (CPC)
AND LOCAL AMENDMENTS
PARTICIPANTS
OWNER
PPCN INVESTMENT, LLC
17528 ROWIIWD ST.
CTIY OF INDUSTRY, CA 91748
CONTACT: PRESTON CHNN
TEL (626) 913-8939
ARCHIN
CREATIVE DESIGN ASSOCIATES
17528 E ROWIAND STREET,
CITY OF INDUSTRY, CA 91748
PHONE: (626) 913-8101
FAX: (626) 913-8102
EMAIL:. ECHHTJ®CA—ARI
CONTACT: ERIC. CHEN
CIVIL ENGINEER
APPLE ENGINEERING
9080 IELSTAR AVE. 1)309
EL MONTE, CA 91731
(909) 522-9818
CONTACT: MIKE WAD
NO CHANGE UP FASIWG
CONSENCALU N R9PNC FROM
1ENANF IMPRWEMENT..
COMRPITCR TO VERIFY AND
OBIAN OWNER APPPWPI
FCR MVS. MW AT AND
FINISR OF ALL
FIx1URE5/NRUCAND/ AND
CR D.C. THAT STROLL ME
INCLUDING AS A USE OF
THD WORK A THE TENMT
CONM9C10R TO COORDINATE
AS REQUIRED WITH RECORD
ENGINFFAS ON FAR
MOM FOR COMPUANCE
A, BUILDING DEPARTMENT
APPROVAL CONDMNS.
SHEETINDEX
GENERAL
G-101 SHEET INDEx, GENERAL NOTES k PROJECT DATA
T — 1 TFNTATNE MAP
ARCHITECTURAL
AS -101 OVERALL SITE PLAN: MAE OEM CONDITIONS OF APPROVAL
AS -1 O2 SHE DETAILS
A-101 FASTING At PROPOSED FLOOR PLANS
A-102 ROOF PUN
A-200 UNIFORM ELEVATIONS
PROJECT DESCRIPTION
THE EXISTING INDUSTRIAL BUILDING IS CURRENTLY SUBDIVIDED NiIEIGHT (8)
SEPARATE UNIT.T E PROPOSED PROJECT WILL BE TO SUBDIVIDE THE ROGERS
BUILDING WID TEM (10) INDUSTRIAL CONDO IL IR.
UNITAREA (EXISTING CONDO UNITS)
FIRSTFLOOR
1EA,
Lai
618 BREA CANYON RD.CORNER BW, 0,q 91789
AREA
A
WAREHOUSE
2889 S.F.
B
WAREHOUSE
1504 S.F.
O
WAREHOUSE
1559 S.F.
O
WAREHOUSE
3283 S.F.
E
WAREHOUSE
2696 SF.11
F
WAREHOUSE
1889 S.F.
O
WAREHOUSE
1339 S.F.
H
WAREHOUSE
1359 S.F.
I
WAREHOUSE
1359 S.F.
J
WAREHOUSE
1306 S.F.
OOMMONAREA
1394 S:F.
TOTAL AREA
20.5T/ S.F.
Attachment 5
PROJECT SUMMARY
1EA,
PXWECI SCOPE.
618 BREA CANYON RD.CORNER BW, 0,q 91789
V L / A
ASSESSOR'B PARLEY NO
3119-01 0-01A
U Tp
¢Ga GMNAPP 9
(SEI SURIBV Na
CREATIVE DESIGN
} a z }
LCM1
ASSOCIATES
LOULm AME,
(EOMs Ia.zse sF ry : x1503 SF
HNibcWR.In10YIar D. Nal(FOAM
SWTCAAD 56 STARS
NL CEL ONLY)
AMMANA3e10y
LOU 2—THEA RUTTING
P.E. MMM$
PROPOSED USE
INC. CONOD
G{y NIMwW,fA 91'NB
OCCUPANCY GROUP:
R A S
wmv.vin2.mn
OCCUPANCY LOW:
2057 S, F./1GC = 206 REASONS
CepyryNBNy Creaiva OvgnNuely. Mc
HAL 1DG4.1.1)
RUINING CWERAGF
20,97 S.F./74,76 IF. = 275%
o ALWa :l
ME CF WNSIRUBTIM:
TIRE III —N
SCOPE:
SUBDIVIDE ANY CONVERT THE D19IING EIGHT (P) UNIT
INOUARPL WAREHOUSE RUIIDING 117 A TEN (10) UNC
P olecl
INDITRIAL WAREHOUSE LADDS DRILLING NO PHYSICAL
(Yt
x MN,N.p;,D, a
G-101
CHANGES TO THE E%191NF BUILDING ANG EXIATTA DE
AI
AT EE NORTHER.
BC INDUSTRIAL
ACCmONAI NOTES:
USE GF THE BUILDING WILL BE RESWICIED TO
CONDOS
WMEHOIAE USE AD WAREHOUSE USE 5 DEFINED IN
THE UIYS CODE). HOWE ,, WAREHOUSE BUILDINGS
BE WALLY HAVE SMN1 OFFICE ROOF. RASED ON
THE CEO PARKING CODE. FMN CONDO UNE WILL BE
IN BCCA OFSUMR0
ALLPNED A MLANUM OF SIX OF THE UNRi NET
01.0..1ON
SPACE FOR OFFME WE AS OFFICE USE 6 O61NEC W
THE
THE GAYS CODE) AND' THE NUMMUNNING A..WAREHOUSE
USE THE 'Nal, HAVE PIE
MIIHORCY TO MMKE THIS REOUWENENT THROUGH
THE bSUANfF CA MENIAL OF BUSINESS MATT SES AND
TWJiI INDEMNIFIED PERMITS. IF ANY OTHER USE IS
REOUESTRY BY A BUSINESS LAMER/I THE
BUSINESS GONER/USER WILL NEED TO GO THROUGH
THE CIMS CONCDIGNAI USE FRESH PROCESS FOR
APPROVAL
PPCN
INVESTMENT, LLC
TOTAL BREWING AMER,;
FACTOR BUILDING NG 20,5)) S.P.
TOTAL AREA 20.57 SI
-
STORY:
ECUADOR 1—STORY
FAO:
REQUIRED: ¢25 — 1.00
PRONOEC: 20,577 CE/74,7S"SE - 0.20,
SETBACKS
REJmam EXISTING PROMISED
MOAT 1' 31'—V .it'—C
RUN
r,
20'—O' SQ•_7• 53•_7•
¢FT SIDO
NONE 711 79'-4'
ROAD 510E
NONE 2B'-0" TB'—GY
PARKING ANALYSIS
E PAMIMG
1EA,
TOTAL PARKING PEOUIRLD 95 PERE STARS
LOS 1— WAMRHUSE
ANNE &E. O 4W 5F MIT PARKING = 24 STALLS
1G,9T7 SF O IOW CF GIH 111= 11 STALLS
LOU 2— DFROU BI..
U Tp
MOST S.F. O WO SF, MIT PARKING =46MI5
m'[
3,03 SS. 0 250 S.F. ULN PAI = 14 STALES
} a z }
>f'Pi✓07
PA9HINC PROPOSED 95 SIAILS
}t b
aG1LV
LOT 1— wMFNWss
SWTCAAD 56 STARS
PAa, PNNW}
NWRICW 2 SWISS (I VAN AENGABLE)
LOU 2—THEA RUTTING
VANMVTO 37 STNLS
C
91GRU TRIM = 5% OF PARKING = 3 SINLS
.NO TERM = IF OF ..NO 2 AA115
PAOv10E0 4
atop L'U..
SHEET INDEX,
SHOW FORM PROTIDES 2
IRAQ TEAM PAEANS z
GENERAL NOTES
$PROJECTDATA
TOTAL LANDSCAPE COVERAGE
REDNRM: 2RF N TOTAL COMBINED AREA
(OWN) 1696N2=ZSdCI IF
LGAProfe�INo. fiM
I IS
PAa, PNNW}
C
N'
VICINITYMAP © _ PROJECT T
o 1ALANMND CoRRmnow
/
2 FEREDEIT COkREGTION
I �A
IAIwN.n.Myl
vvqq
M'A
o ALWa :l
xym Re.x.r.r
Na
WaMIIAy1VII AS Wr
a wmp re:
(Yt
x MN,N.p;,D, a
G-101
AI
JACK IEE, RCE 40870
GAL LAND ENGINEERING, INC.
576E. LAMBERT RI
BREA, CA 92521
TEL (714) 671-1050
FAX: (714) 671-1090
OWNER.
PEON INVESTMENT, DEC
17528 E. ROWW D STREET.
CITY OF INDUSTRY. CA 91748
(626) 913-6939
EASEMENT NOTES:
ACENTERUNE OF 1S WIDE EASEMENT TO WNNUT VALLEY WATER
DISTRICT, PER INST. NO. 55-1124534. RECO SEPTEMBER 26, 1965, O.R.
B. 10' WIDE EASEMENT TO EGG COMPANY, PER INST. 20111174009.
RECO AUGUST 23, 20101 O.R.
C. 5.5' WIDE EASEMENT TO CITY OF INDUSTRY. PER INST. NO.
20110483144, RECD MARCH 31, 2011-
0, SLOPE EASEMENT, PER INST, NO. 20140570232, RECO JUNE 03,
PO1C
TENTATIVE TRACT NO. 73201
IN THE CITY OF DIAMOND BAR, COUNTY OF LOS ANGELES
STATE OF CALIFORNIA
PARCEL 2 OF PARCEL MAP NO. 16640. IN THE CITY OF DIAMOND BAR; COUNTY OF LOS ANGELES. STATE OF
CAUFORNIA, AS PER MAP RECORDED IN ROOK 181, PAGES 74 TO 75 OF PARCEL MAPS, IN THE COUNTY RECORDER
OFFICE OF SAID COUNTY.
PROPERTY INFORMATION: FOR CONDOMINIUM CONVERSION PURPOSES
ZONE: LORI
PER: 8719-010-019
LOT SIZE: 74,258 3 SO. FT (1.70 AC) GROSS AREA: 74,258 SO. FT
N0. OF EXISTING UNIT(S): 10 NET AREA, 61.602 50. FE. 019
NO. OF PROPOSED UNII 10 3
NO. OF STORY(IES): 1 r -.
NO OF PARKING(5): PROPOSED 56
EX SEWERAGE DEPOSAL: BY GRAVITY SEWER PIPES TO SEWER MAIN
r
WATER WALNUT VALLEY wANGELES DISTRICT
SEWER COUNTY OF LOAN
EIEGTWCN. - SOUTHERNSCALFORNA SANITATEDISONIOCOOISIRICT
TELEPHONE GENERAL TELEPHONE COMPANY (VERIZCN)
GAS THE GAS COMPANY
FIRE LRS ANGELES ES NTYCOU FIRE SHERIFF DEPARTMENT
SHERIFF—LOS ANGELES COUNTY SHERIFF
BENCH MARK'f\FF'\aA LA COUNTY BMG 4738 1R/Q- IIOPW OM TqG IN N EB 1Fi W/0 BCR NW LOR BRG CYN RD /�J� h 3 LYCOMING ST i 6EuvAnoN: s6z 65z' h � 1
ABBREVlA770NSJLEGENO 35 2� Y , BMs +
CBW CQVG &IX]( WALL GM .. GAS METER
CM:G . CURB AND GDTRA MN . MAN HOYE SIJ. ��O 6 -.�J7 /
OMY£WAY APRQV SMR SERE? MANHOLE �6 - \ 4 y
pWl DGMEWAY .. SIOEWAU(
EP 5/W
ONSIN POLE Sp _-. STORM DRAM / C 111 /T / .r L "
FL. PROPERTY LINE
`re 6 B j IiN3ig
EY EXISPNG 1BR TO RE REMOVED / - 3
FN .FIRE HYDRANT TC TOP OF CURE EUI / 2a
. now LINE ELEVATION WF WROCN GRACE
i 5
LS .. �Ra�z9`z@�hr1 // \-. 11308 d9SE LQ
... LANpSCPPINC W✓ WRIER VALVE 2 I O
EXISTING STRUCTURES a �� 52 © /
S PROPOSED SEWER ' UNIT -I
EXITING CONTOURS _ 'Vc611 il` ;' �1,35866SF Q�
NEW STRUCTURES 3 4 8 _
F DRAINAGE PATTERN N�NN / 1"� t"� uaO�\�\ UNIT -H
10.26'
�2 Q 1,358.68 S.F. R �1
BPS
EXISTING FIRE HYDRANT� ` - 1 �. �� NSI
-- LIMIT OF GRADING�p,w� -
I
- - -- - - - - - DRAINAGE PIPE i NIT -O i
l11 U
n N� I v 3a a a11 99 40 al az 43 as as aR J7 `• �' ' Q
UNIT -F G
O / ♦ ) _ 1.888855 S F I�
Q HUMAN
I8{I�'/SII/ 1
Q2 NNNfaN El9mIV0 OWJNY£ PATIFRJ � I UNIbA UNfi-8 UNIT -0 UNIT -O 'i Q I N
xe
1 O O Q UNIT -E
O3 EcsRNG aTo BE rm TONED _ 'O Qi
® NN'SRUL4 Cum ryLJj DE DEL 2,88917 S E 1,503.76 S E 1559.45 S F 3,28327 S.F. 2,696.44 S.F.
Q AR O N R
EDDY—
COAST.
0.N—msr. rc PAIEHFNr
7 O ExlmR0 TREEs TO BE roa.6n . Y s ,r'
1.
Q CCIST. mNO>EIE PANP * _. - _ ,. - •.�
n V�
r u o- N N89 36 55 E 157.72'7
,893655E 50 2 N8936'55E 10355 - 't� © Q`
9 13716' e ✓I __ - _ _1�
,. o
„w rarr
..NIt
T.c.: 61
INfAE45 8 RAE. EASLIIFNI
RR INS. RaI N✓b561], RI
JANUARY U. 2013, DR.
51
�etl,L�
��vss�l
�1
TENTATIVE TRACT NO. 73201
Q_
W
01 r
OQO7
> C) o
z Q YCD
o O m
o m Z I
W tt ODS
<Z
quo 0clQ
T-1
/ I n
I �yxSS"11• ,J Q
I I v a,J
21
F52
pxiSilrvc I
� NnscAPE
II
i"
i
" y5 xsnrvG TR
ccosuRE
EXISTING EIRE HYDRANT
PER
si oPEN 1607E s PER DHM[ 2216,070 (l) 6 21
TEXISIING PARKING STALLS _ a6 — BIKE RACKS
HEN
06 CH
- 11 14 11 96 11 ]B Jb <1 4 qii 19 <6 P � PGTiE➢ PLANT
RI 4 / <1 ..
I
I
.SI,NG ,�, / LOT II
EXISTING ENE HYDRANT
I _ I III I
4: I —
4._ PRIVATEDRIVE AYANDFIRE aIIIE
15
92
LOT
12
LOT L
t1
1J I
fJ
llII , • 7 J� z,
6—o 1 II
Q as
W
CL
3A
J
PI
HYDRANT
SITE PLAN ........................ NTS
CD/A
CREATIVE DESIGN
ASSOCIATES
awwcmm.Im.nm Des,a�.6��loe
c mEfl n
az
vsmeRwn..cx
cm�iwww.cAe,w
m..m.mm
Jrorrom a er caaow o�� a.,zw�m
BC INDUSTRIAL
CONDOS
fi 6(JIEAGIIVCNrIJ
NAdgN&A G
PPCN
INVESTMENT, LLC
V.,
a g T 1,
SITE PLAN
IYANNWCERPETKYI
FlRE DEP,. DDRREDTON
O�awln9 Ma.:
AS -101
Te021NLNES AOOERSIBILITY� GQ som P c
SIGN PFR SFL.112Y0.5
NLN.
n 9 938°L
S53% -
AIM.
MF%.
CURB PAGES
SO
SEE TYPIGL
FRDNT EDGE
RESERVED
OF 9IDEWPLN
P SCSUUE STOP IF
Ishom wFrrr
NEWSLWRELL
TH
91GEWFLKIE< IN WIDTH
FOR
MXELL AOP NGT PEOD STNPES qT
�nvn:�
RWALK WIOTn.2 3C ON LET
GREATER)
OF
IYP. PAVEME NTSYM9GL
/f
RDNT DF C
PER SEC. T%SC
tTA"MIN.
9.C'MIN-
VNV ACGE051BLE
PAPNINGSTAIL
5'-0'MIN. AT TYP.
ACGF991S'E
NOTES SH EEi FOR AGD'L
PASSING ST
DOUBLE PARKING STALLS
uuw,rente
FIGURE II13-16A
AS OCCURS
T MIN 9GRGER - < M
10°A MA%. CIECILOPE
cBoovES AT Y4w...SACGESSIBI1l1Y
IF
FRONTEDo LOpu� x1,:
_r✓ fly SIGN PER SEC iR9B5
STRIPESAT
ON CENTER
5'A"MID ATTYP. J
AGASINFLE SINGLE PARKING STALLS
PAFMNG STALL FIGURE 119-109
OFFNSUR. ATVAN
ACCESid BLE Fig. 5
.KING STALL
,,'L,
24" MIN. OF yds
NLN.
B
TYPICALDETECTABLE
WANING TILES 4D
WiLl
�SERAIDXT
CURB PAGES
A
SEE TYPIGL
LT P LTR.
IP. _
RESERVED
_
NOTEESD SIT
NOTED SIT 0
Ishom wFrrr
EOR MORE
FOR
INFO
}� a
�nvn:�
mrap.
OF
nANOIcAPPED
/f
RDNT DF C
TYPICAL OG,.1E LE—'
WARrvl4c GRDCVEO BORDER
DF REC 2, 1_
pgrercwc SPACE% q
^d
IETiwNs
MINIMUM FINE
$250
NOTES SH EEi FOR AGD'L
(TYPICAL) FTy.\\\�
OBSTRGCTION
UEE THIS DETAIL AT
uuw,rente
ACCESSIBLE PARKING STALL(5)
AS OCCURS
4. Every nguirea exit doarxoy Shell be at o e to
rnsurTN
11
11
IF
x�
in exit doorni visit man ,nml be capable
BC INDUSTRIAL
of parmg at Las[ 9G a.,..a add abcn be s° maantea
CONDOS
Pet the floor wide FEE IS. mal way To not Lem than 32
inches. 11330.2.3.1
S.Ths floor or landing 11,111 at be mare than 1/2 inch
GUIRDS.a
RESERVED
6. The level a ° ental nave a Noggin in m. dlmation of
Goo .ou..Of
door owing of at least fid inches and Pe length
FOR
glde to Pe 1-. of the char in its
measured at right onP
wGsfort
HANDICAPPED
RL Me wimn of the leve ame I, the aide to whim me
ENDS sac
ape, .wing 'nog .xt.na Ra. inch.. peal the .111c,.age
MINIMUM FINE
or m. door for exterior doors and 16 Inches pest the
1I 'no do Pool
wake edge for intoner domd.1DORF, 4.1
$250
e. Maxlmam Bron to operate man mel not exceed 3
Pi
6"
being appiml 1t right inglm m Fill roam and at the
Ifil'El
can for plane of alining ar folding doors. Compenmting
VAN.pCCE55181F
devices 1r aalandmi. ala, a mendre may be mMiea m
IN
1. 121—
meet the aGa. l fand.r s. When Om occur 1
RIITT. n
required, She .... Enmi W p.ml Pe moor mar be
-, i ID
increased b the ron, ageorm. by In. appropriate
vdupmrpwue>E
mmimwWtme: aSthorar. Pat to .soca IS ...has.
11338.25.1
,.The beUom 10 inches of all doors except automatic and
eliding moon ah ell Flee aamu. mirtempted
FORD Ses—
.urtoce to allow the door A, be opened by a wheelchair
footrest without creating a trap or Formed m mndil
11330.2.6. (DRP)
mawrm
1. Wmb and emewalks Flat have a mnnnuaaa common
❑1
serrate not inlrrupba by step, or by abrupt changes
in level ....did, 1/2', and shop bs o minimum N 18"
'IC UN
"oar m
2 Wren the elope in to. direction be travel of any walk
'wade 1 swa l l0 2G non—dal it .Fall comply with
the previa lona of Section 33PI ac 1 pedeaMon ramp.
Slsaf
in23e
Firg 6
�mado
..ad 1/4per fool 1023.1.3
.
,,'L,
24" MIN. OF yds
NLN.
CURB NLN,
TYPICALDETECTABLE
WANING TILES 4D
�SERAIDXT
CURB PAGES
r
SEE TYPIGL
LT P LTR.
IP. _
Apymdure. I....r Deaign.'Wol.,
_
NOTEESD SIT
NOTED SIT 0
l-
EOR MORE
LINE OF 112 SLOPE
AR
ARG
INFO
}� a
CURB AS MAX TTP.
�OCGURS Tn <9 b0
MI
�LLIN
OF
p RE55 LlIR t
1 �A8 REO. I i
/f
RDNT DF C
TYPICAL OG,.1E LE—'
WARrvl4c GRDCVEO BORDER
DF REC 2, 1_
pgrercwc SPACE% q
^d
- sEE ttPICAL ACCESS.
L 11D MAX aL LINE OF
NOTES SH EEi FOR AGD'L
(TYPICAL) FTy.\\\�
OBSTRGCTION
UEE THIS DETAIL AT
ORE A
WALL( APEA
ACCESSIBLE PARKING STALL(5)
AS OCCURS
Thin Fig. 8
\ S-TTO
R
R ARTS
m MIRSOLLSOMRAL DOOR HARDWARE
ES"OSIIGEKICK PUiE
1 FI�NI54 FLOOR LEVEL
RUBSFR BUMPER ON CHAIR
CDMPRESSEDi 114'MP%. L
eELCWVEGwTiIREsxDLO
CLEAR AT
a SNE 24, MIN EXTERIOR Twi
Y. DOORS
IS IN 114'MaC
CLEAR AT Q1
INTERKKt
DOORSto v•
PROVIDE TWs
f� ARDITIONALSPAGE
e PyeH am I DOORISEDNPcED
Fig. 7
Wamado. to FUSTS, Mum
C D/A
L ul entrances and .Marler ,Fund -noon e.i< dao, m
baildings dna Iacilltiea. Shall be mode acceavibe !a
pezna with aiaobilinea. 113313.1.1
CREATIVE DESIGN
2. Exit doom shell be operable from the advice Without
ASSOCIATES
the ua o1 o Sam ii, arty apodal knowledge or effort
Apymdure. I....r Deaign.'Wol.,
113313.2.2.1
LmSsaelm
3. Nand- e.-Ifled door -opening hardware Ball heP6IDSI6Tm
centered between 30 Inches and 44 inch- ohms the6MWme9t
Haan Tal and loosing doom that are bond-
Gas as.
r lndceuroy.UPT
scaLted and wmon an In o p.In of Ur..I'I de
operable WINE single effortby lever -type nartlware,
c°pyrdAlfi By CkYIre L`Psigeassrcrzlea lrc.
vania hem, push -pall activonng bars. or ou.,
hmawme fi lgnea lc pmst. coma,. Mahout
thoinng the ability to grasp the opening M1aNeort.
1e Med exit doors .1.11 apemh oa oboe. in egress
brood— 11338.2.24
4. Every nguirea exit doarxoy Shell be at o e to
In's"
permit She instalul of ° it-, at less. than 3G inch..
inwmm and wt [ad. Can 60 tames an Seven. anon
in exit doorni visit man ,nml be capable
BC INDUSTRIAL
of parmg at Las[ 9G a.,..a add abcn be s° maantea
CONDOS
Pet the floor wide FEE IS. mal way To not Lem than 32
inches. 11330.2.3.1
S.Ths floor or landing 11,111 at be mare than 1/2 inch
bwv then to lhimah id of the doorway. 1133e 21.1
INRE Over. .
6. The level a ° ental nave a Noggin in m. dlmation of
Goo .ou..Of
door owing of at least fid inches and Pe length
...alto en. F.&IN a1 door awing e1 48 mm.. ae
glde to Pe 1-. of the char in its
measured at right onP
.lowed pa slnan. 112182.4.2
RL Me wimn of the leve ame I, the aide to whim me
Cuani:
ape, .wing 'nog .xt.na Ra. inch.. peal the .111c,.age
or m. door for exterior doors and 16 Inches pest the
wake edge for intoner domd.1DORF, 4.1
e. Maxlmam Bron to operate man mel not exceed 3
Pi
pound. for interior doper. ouch pull or push .Hon
being appiml 1t right inglm m Fill roam and at the
INVESTMENT, LLC
can for plane of alining ar folding doors. Compenmting
devices 1r aalandmi. ala, a mendre may be mMiea m
,
meet the aGa. l fand.r s. When Om occur 1
RIITT. n
required, She .... Enmi W p.ml Pe moor mar be
-, i ID
increased b the ron, ageorm. by In. appropriate
mmimwWtme: aSthorar. Pat to .soca IS ...has.
11338.25.1
,.The beUom 10 inches of all doors except automatic and
eliding moon ah ell Flee aamu. mirtempted
.urtoce to allow the door A, be opened by a wheelchair
footrest without creating a trap or Formed m mndil
11330.2.6. (DRP)
a fol k SIGEWAtxs
1. Wmb and emewalks Flat have a mnnnuaaa common
serrate not inlrrupba by step, or by abrupt changes
in level ....did, 1/2', and shop bs o minimum N 18"
an ell 1023.1
2 Wren the elope in to. direction be travel of any walk
'wade 1 swa l l0 2G non—dal it .Fall comply with
the previa lona of Section 33PI ac 1 pedeaMon ramp.
Slsaf
in23e
3. Wolk and .fell eunoce trove Moore shell nal
..ad 1/4per fool 1023.1.3
ACCESSIBLE PARKING REQUIRED
1. Aca„ime pinking paces shall b, mcat.a a, near
J
.n.. and shit be sized os
pmdical to a primarynitro
J s -9A1 n
y i
follows m112913.4.1 Nroagh 1129 ISIA-(helow).
F. Whom single apaces are provided, in, dhoti be 16
feet wide and outlined to provide o 9 -bot polling ored
� P.AL\f
and o 5 -foot loading and unloading access °isle on the
Spends- aide of the velvets.
1 in. every 0 am.aaible wpocq. but not leas Than 1. meg
be .._it by an as -I ales 96 holes wide mm. to ,net
be designated van aassebie oa required ay 1'"FLE5
All such maces may be grouped on 1 level of a
pork,, strueduddliffB,4.2
dr—,Lll.:
pAQKING RICN
1. The sign shall not be indoor than 70 square Inches in
ma and. Who, m path .r 1.1.1..hel m posted at a
SITEPLAN
minimum Fw FdL of 6D inch® from the bottom of the
.(go to the. Palling pace nni'nedgrade and shall be
DETAILS
ubacurW by a pinked vehold2BB.5
no
2. Signs may ado be centered on the wall at the interior
end of fine parking apace 1! , minimum height of 36
Inches from the coming ,pace Maned grade, ground
ma Pm)eal Na .SC
r edewalk. 11290.5
0°le: n/mw
3. Spews complying with 11298.4.2 moll have on
Pe vs e: Pkmtp
cd Mon., sign eating Yon-Acceroble- mounted
ac
below Pe rymbol a accessibility. 112913.5
.Gal
1. The sign ffiml not be lead than 11` r 2Y in old wild
Frzpeld 4
lumfor, not fes. than 1 -Inch in heigM1t which door,
p. ren �u cp
antl consptoo ousy at b following;
l"Ahmzed I.N.Ifled I n tl I. d g trd
wDle spaces not diply g distinguishing
1 ATIRMNSCORRECTICN
'I cards or I'wnse pl @ d Bar ora. wM
deabntea me, b. ...a ay at omidrs aspera.-
. FMEDERTCORRECTION
Towel sentries may as mcdaidned at DIAMOND BAR
Poles Department " 11295.5
• EL2CIRIGL
1 Toe. center of elenci and commun'mhon ryeem
recepta h. petters Whop be 'mtallea not less than 15'
above Now floor or eorkn, plafla TB6 3
z Th. Santa, of the gnp of the opening handl or
conboa or dommea Intended to be used by the
occuaont I the roam or ams to control lighting and
cePt^cle oullete.op Ispostoor coaling. Foetid 9. oda '0.", Na
V.n MiloMg equipment .11,111 at by more than 40- AS -102
I
hove the far or Marking dromem. CEC3G0.0(c)
(DRP)
EXISTING FLOOR PLAN N
DI ,, ...PII "I c.- r.ff 'I 13 1@
PROPOSED FLOOR PLAN
Nyti0
,�� 1", III sw„
FB
CD/A
:REATIVE DESIGN
ASSOCIATES
Annagicton Inga—Dssign Planning
T . aZ6913.BtBt
Ywvyf 91i
mrw.vfxic.mc
2p)gNFBy Gmww gengo/amkiss, M,
BC INDUSTRIAL
CONDOS
mBeecs wnvcnao
oun�orloena ca
PPCN
INVESTMENT, LLC
Oaring TIII.'
EXISTING &
PROPOSED
FLOOR PLANS
ooe P,nlal x� to
Ea
onm 9
.';P.. _
1 FIL2ja ii 1L,iIPe
mnnlau Au
A-101
EXISTING ROOF PLAN N
BUILDING AREA : 20,577. BE 5.F. SCALE: N.T,5 O
C D/A
CREATIVE DESIGN
ASSOCIATES
NtliiYCNn.Infena oeslpt Ravd�
R91.
F.8fl 3mm
1RE�E.IbNaMA
I �xwMVl .tdsaevmef]IB
CryW^ mBY Cmewrmagno-smskr mc.
BC INDUSTRIAL
CONDOS
mceeuw+rorvao
wnnrormvEcn
PPCN
INVESTMENT, LLC
ARcH�
+O+
4Nm �a�3
1.a.1�1 nu.:
ROOFPLAN
CGA P,aI'al Np. ll59
Uefe: SY,g11.
'Pufmg �
a�aR'iLb4
f9Y
f vinemmG cowviav
z Eia=oEPT CZRRFCT i
G'a bin9 W:
A-102
SOUTH ELEVATION
NORTH ELEVATION
EAST ELEVATION
(E) WEST ELEVATION
(NO CHANGES MADE ON THE ELEVATIONS)
C D/A
CREATIVE DESIGN
ASSOCIATES
aniurnre. Imenw oe«9n. vwmrtq
e.ma.slssoi
6 Pay.Ln09G.
GryoflMwYµ C491]IB
vnrraae9rcre.,. ou�a�.a�•,m�
BC INDUSTRIAL
CONDOS
mn90
mawrwmza
PPCN
INVESTMENT, LLC
:rs999roru.,n
arvanevos-evs...c.
EXISTING
ELEVATIONS
I Pu NNGCo,REEUIV'
FIRE JET,. ORECT01
SURVEY MAP
--I a HIGH G.- F.,
.. A.. DRN
D 2D 40 (�S<.csl uxlsw mssx ••Ta: F _Ac Iwxr- ..Ac Pan -
f ) _ 61 lY' stlj'
1 "=20' F ) RF MI w,: P NE -
�s HIGH 9LOCit_-'--`---IAMv-
0 MNWAGpE OE 73) &'a)'
01
55E 4�
\ R3 ^x S\ IgSSl.aol x vy.
�)
A . vq u€). — — t
\ s HIGH oH.lx urvx NHOE ,� E \ ran g $TH
A� IIS o� �. V•L� �5 Y
vuv & (sA ( ) 1 � ��P . I1
Oyu Pc\)
l:1171
/p
\� N sT�l
al.xoSraPE
\ WE of EFT \i\\ \° I „s,:
wu1 Fsscic)
�
BUILDINO IS 20,577 S.F. _ III R W
AIL
Ili w
I x >L.P -AC _
a
,x,
1ATI( A")
«)
GENERAL NOTES: \ �A 5
W V ( ( J s5
1. SURVEY OF THE SIZE IS PROVIDED i0 VERILY \ la \ a
I
THAT THE EXISTING BUILDING IS 203]7 SY. PER V x. 'C'11)
REQUEST OF THE CITY OF DIAMOND BAR PLANNING u- ¢ —_ -� �E 1 'rye
11
GsMRTMENT. \ ucx
u 75) �I
a A Sw15) Box I 1�. �=3 — L�s
q \\
EASEMENT NOTES \ \ 50FW MALMe cM \\ - l4F(aseW �E%sseY i rue rrnF Iva E
1. CENTERLINE OF 15' WIDE EASEMENT TO' WALNUT VALLEY WATER DISTRICT, PER \ \ `, pall
INST. NO. 85-1124534. REC'0 SEPTEMBER 25, 1985, O.R EsE<s y�\ IIII ppp��,��r I III 5 I
2 $ I
S.(55A) ` \ N R69) SSOZ) I LIT ex
S 10WIDE EASEMENT TO SCG COMPANY, PER NET, 20111194009, REGD
AUG OF 25. 2010. C.R. EAS`-AGAA� 'A 1 _pyyl_ I Ia L
3. s.5' WIDE EASEMENT TO ClCITY44
OF INDUSTRY. PER INST. NO 201104831. DEVIL
11.
MARCH 31. 20M (113 FTAN'SL'.
V A V V 1. LIR
I Iq fP
AT ^
V 11 sH H.P_ cps uxebm Hox cxauxo i �I iwoscwE n E
\� Ssvi I m�
'sV / III WF
j s
\ Kms_ III r
W1(55511)
\ \� usxi roI _wl 1QW"� 1111 1 4
�i I
�I
_N I
Ig }GO
d
MI .5) �� >-� V I p
Im. VnL E an)�FS1111111 - o
so)j )-2s Bei / aus_w�cA�cga-
cps— t
-. - 'G1
= M s
( ) I
AGO-
-__—
_ - J L,
ii� s iM
— __
vZz
_A
.;°,s° ,PuEL :off, 'So�IN,< — �;; -� � — — _
RESULTING MAP.
\
\\
\
3. THE BOUNDARY SHOWN HEREON HAS BEEN ESTABLISHED BASED ON THE RECORD DATA.\
l
a(, 3) aARI x ux
M
Its_
♦ IGH M, EFHCE�
�)
\
\
Inr Tor aT xEr wu I
L a):
\
\ v
F. GH
\ \
kill
PALL MM
'S
\
SURVEYEDNOTES-
-
L ALL INFORMATION SHOWN ON THE DRAWINGS IS GNEN AS THE BEST PRESENT KNOWLEDGE AND PERFORMED
\
WITHIN GENERALLY ACCEPTED ENGINEERING PRACTICE BUT WITHOUT GUARANTEE OF ACCURACY. WHERE ACTUAL
-
c
4
CONDITIONS CONFLICT WRH THE DRAWINGS. THEY SHALL BE REPORTED TO THE ENGINEER SO THAT THE PROPER
\
REVISIONS MAY BE MADE.
2. ESTABUSHMENT OF CONTOUR: CONTOURING IS THE GRAPHICAL REPRESENTATION OF CONSTANT ELEVATION
\
ONES THAT ARE INTERPOLATED OR EKTRAPOIATED BETWEEN ACNAL FIELD MEASURED ELEVATIONS OR MAP
\
DPW BM TAG IN N CB TFT W/O RICK NW COR BREA CYN RD & LYCOMING OF
ELEVATIONS, AND SHOULD NOT BE INTERPRETED AS PRECISE GROUND CONDITIONS, ONLY AN INFINITE NUMBER
(A,
OF FIELD MEASUREMENTS WOULD REPRESENT SUCH PRECISE CONDITIONS, WHICH OBVIOUSLY ARE NOT POSSIBLE.
THE NUMBER OF SUCH FRED MEASUREMENTS ARE THEREFORE LIMITED TO THE SCOPE AND INTENT OF THE
\
Al
�I
_N I
Ig }GO
d
MI .5) �� >-� V I p
Im. VnL E an)�FS1111111 - o
so)j )-2s Bei / aus_w�cA�cga-
cps— t
-. - 'G1
= M s
( ) I
AGO-
-__—
_ - J L,
ii� s iM
— __
vZz
_A
.;°,s° ,PuEL :off, 'So�IN,< — �;; -� � — — _
RESULTING MAP.
\
—
�5)No'rzixi
3. THE BOUNDARY SHOWN HEREON HAS BEEN ESTABLISHED BASED ON THE RECORD DATA.\
I�
a(, 3) aARI x ux
M
Its_
\
L a):
LEGAL DESCRIPTION:
PARCELS 1 & 2 OF PARCEL MAP NO, 16640, IN THE Cltt OF DIAMOND BAR, COUNTY OF LOS ANGELES STATE
OF C UEORNIA, AS PER MAP RECORDED IN BOOK 161. PAGES 74 TO 75 OF PARCEL MAPS. IN THE COUNTY
IF
sMiTJ�`L'i
\ \
kill
RECORDER OFFICE OF SAID COUNTY.
\�y
I
\
APN: 5719-010-901 & 8719-010-902
IT IKx
-
-
c
BENCHMARK:
\
TA COUNTY BM G 4738
\
DPW BM TAG IN N CB TFT W/O RICK NW COR BREA CYN RD & LYCOMING OF
ELEVATON: 562852
RETuxlxc Wµl/
ME'Gl RVUNES S16x qRA uErtA spx
BREA CANYON ROAD
AN
�HHAI
Lxc ANY
ucxr I
a
0
C
z 0
O
Q U Q
U m U
N
O m m
U c
W LD O
0 o E
V t0
a Lo
1rz.0i1 Mff
4-13-2012
M9 GI
12 G51 -0G1
SFµE
sew .3Fx3v �w>THE E.,
11,
t zo' --
S-1
SHEET 1 OF 1 SET.
III
Y
I�
III
Its_
L a):
IF
sMiTJ�`L'i
"V
`�ii\\Y
kill
\�y
I
I SaI .as
(
IT IKx
�HHAI
Lxc ANY
ucxr I
a
0
C
z 0
O
Q U Q
U m U
N
O m m
U c
W LD O
0 o E
V t0
a Lo
1rz.0i1 Mff
4-13-2012
M9 GI
12 G51 -0G1
SFµE
sew .3Fx3v �w>THE E.,
11,
t zo' --
S-1
SHEET 1 OF 1 SET.
O]SIRCOfN NOTES'
10
ENL SIRRLIEM E TO REM^JN
Q2
MINWAN EYDRING DRAINAGE PAITERi
Q
CxELvG CESS TO EE RMJrID
®/�
tpNSINILT GIRD
LA.
fiAl� 3NfT2 QFAVCY.If
©
DJISE PC PAMEENT
Q7
Damrs TrEs ro I£ la3am
ABBREVIA 710NSAEGEND
COW
.. GONG. BLOCK WALL
GM ... GAS METER
C&C
.. Cl/RB ANG GUFIER
MH MAN HOLE
0/A
... DRIVEWAY APRON
SMH SERER MANH01£
CRY
OEDISON
5 .. SIDEWAIX
EP
... FA'SM P01£
50 SSWIM DRAIN
EX
M
_ FI RErvC
TBR....TO BE OFRENEWED
RB
xc _. 10P OF CURB E1Eva nON
DPW aM ACT ANON*w In ING BIR xw MIR BAEA
.. ELOW UNE ElEVAnON
FLOW ONE EL
xE .. FORCE
Ls
L
..... urroscn�rvc
wv _:_ wA1Bx vALK
WAPER
--
PROPERTY LINE
— — — —
EXISTING STRUCTURES
S
PROPOSED SEWER
-- — —
EXISTING CONTOURS
NEW STRUCTURES
F—
DRAINAGE PATTERN
m JiL bIn en\tt ne w64e oNer
EXISTING PRE HYDRANT
—
— — — —
LIMIT OF GRADING
----_
------
DRAINAGE PIPE
DRAINAGE PLAN
EASEMENT NOTES: /
ACE RUNE OF 15' WIDE EASEMENT TO WALNUT VALLEY WATER /
DISTRICT, PER INST.NO. 85-1124534, REC'D SEPTEMBER 26, 1985, O.R. /
B. 10' WIDE EASEMENT TO SCG COMPANY, PER INST. 20111174009,
RECD AUGUST 23, 2010, O.R.
F 5,5' WIDE EASEMENT TO CITY OF INDUSTRY, PER INST. INC. /
20110483144. RECO MARCH 31, 2011. /
p SLOPE EASEMENT, PER INST. NO. 20140570232, REC'0 JUNE 03,
2014.
H �
N"6 fed/5�
/ C<Jrs rz
2 3 sua
z V � �
SCALE : 1R=20'-01'
y� i•
i
i
i R11 4 1
6 6
>---
2 R Oj
/ •J iC 555591.11655)n 656.9Y1 4
F5666. 56669 RAP.
C . `
6 i iE SYW®� UNIT -J - I%
/ •�: " u 00 1 :z5 }'A r,• rs S'A�fi® 1,306.49S,F_ /
�T 7 l /
Q
� III , " O
RD UNITI 1
101,35a66S-F- I�
/nA
as UNIT H '� I1 �N
6a 4B cu
PRaBgna 1.356.66 S.F.
',RE
RFIRIO
J
47
UNrr-G I /�
�N1� yi Tn _ 36 si as .B e0 11 11 m 44 a N[ 1,338.99.5.E
s
�!Q� UNIT -F
W _ a /
1.EaB.556F I�
l
O
D 1��
UNITA UNIT -B UNIT -G UNIT -0 UNIT -F
-@ OT II V
A —
2089.17S.F. 1.50176 S.Fi 1,559.45 SE 3, 253.27 S.F. 2,fi9644 S. FF.. L
m BBQ V L-�.e
v t�R2 DIP_
j F
zvW 5B - N�.2a _ N89 36 55 E 157.72 ' -
5150 12 N89 -36'55"E 103,55' - ' "'- s _
O
—moi
i
e smsss
M. 6]9-C-2
BASIS OF BEARING
Underground Service Alert
06 3
M
CENTER UNE OF BAER Gnmx xogo
o
Call: TOLL FREE
BENCH MARK
DPW aM ACT ANON*w In ING BIR xw MIR BAEA
1-800 z
cm Bo s pcOMING 9
422-4133 I
FIfVAnON: 562852'
31I
TWO WORKING DAYS BEFORE YOU DIC
seumx' R . usA Bmin x.11 1'
m JiL bIn en\tt ne w64e oNer
e smsss
M. 6]9-C-2
'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.
IT' /
.i
�ag
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
TO: CITY CLERK
FROM: L_r � i� f'OA2� le '� DATE: {{
ADDRESS: PHONE C -X'
"1' (pptionaU a „ VIA St � (Optional)
ORGANIZATION: �5 t`��
AGENDA#/SUBJECT: Of(
expect to address the Council on the subject agenda/subject item. Please have the Council Minutes
reflect my name and address as written above.
Signature
This document is a public record subject to disclosure under the Public Records Act.
CIT
V
M one ae's"'O
Igg9�
VOLUNTARY REQUEST TO ADDRESS THE CITY COUNCIL
TO: CITY
//CLERK dd /
FROM: I �utl�t� z r9� DATE: f: r "i Li
ADDRESS: PHONE:
(Optional) II (Optional)
ORGANIZATION:
AGENDA#/SUBJECT:nK: uti�,c
expect to address the Council on the subject agenda/subject item. Please have the Council Minutes
reflect my name and address as written above.
Signa%+re_
This document is a public record subject to disclosure under the Public Records Act.